Loading...
HomeMy WebLinkAbout4.664 Original ContractI I I I I I I I I I I I I I I I I 1 w For information regarding this project, contact. Terry Dahlquist, City of Port Angeles 360- 417 -4702 PROJECT MANUAL for F- STREET SUBSTATION FEEDER 1202 UPGRADES PROJECT NO. CL01 -2009 CITY OF PORT ANGELES WASHINGTON OCTOBER, 2010 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES Reviewed Deputy rirec r PROJECT MANUAL F- STREET SUBSTATION FEEDER 1202 UPGRADES PROJECT NO. CL01 -2009 Vi.... Prepared by: rIVE sneer for pORTA 0 k 1 1111111Ir? KS Past CITY OF PORT ANGELES WASHINGTON OCTOBER, 2010 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES PART I BIDDING REQUIREMENTS: TABLE OF CONTENTS F- STREET SUBSTATION FEEDER 1202 UPGRADES PROJECT NO. CL01 -2009 Page No(s)_ Advertisements for Bids I -1 Information for Bidders 1 -2 Bidder's Checklist 1 -3 Non Collusion Affidavit 1 -4 Bidder's Construction Experience 1 -5 Bid Form 1 -6,7 Bid Security Transmittal form 1 -8 PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT Contract 11 -1 -8 Performance and Payment Bond II- 9 Certificate of Insurance (provided by bidder) PART III SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS 111 -1 -6 Section 16124 Underground Electrical Distribution 16124 -1 -6 PART IV ATTACHMENTS A. Clallam County Wage Rates B. Forms C. Project Plans (6 pages) D. City of Port Angeles Construction Standards ADVERTISEMENT FOR BIDS F- STREET SUBSTATION FEEDER 1202 UPGRADES PROJECT NO. CL01 -2009 City of Port Angeles Sealed bids will be received by the Director of Public Works Utilities at 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362, until 2:00pm, October 25, 2010, and not later, and will then and there be opened and publicly read at that time in the Pitts Conference Room at Port Angeles City Hall for the construction of the following improvements: Replace existing 4/0 underground cable with 500 MCM cable, extend feeder through new subdivision, install 1/0 AL cable in subdivision, and remove existing overhead line. Plans, specifications, addenda, and plan holders list for this project are available on -line through Builders Exchange of Washington, Inc. at http: /www.bxwa.com. Click on: "Posted Projects "Small Public Works Roster", "City of Port Angeles Bidders are encouraged to "Register as a Bidder", in order to receive automatic email notification of future addenda and to be placed on the "Bidders List Contact the Builders Exchange of Washington (425- 258 -1303) should you require further assistance. Informational copies of any available maps, plans and specifications are on file for inspection in the office of the Port Angeles Public Works Engineering Services (360- 417 4700). Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of gender, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Glenn A. Cutler, P.E. Director of Public Works Utilities INFORMATION FOR BIDDERS Sealed bids will be received by the City of Port Angeles (herein called "Owner at 321 East Fifth Street, Port Angeles, Washington 98362, until the time and date as stated in the ADVERTISEMENT FOR BIDS or as amended through addendum, and then at said office publicly opened and read aloud Each bid shall be received by the Owner in the manner set forth in the ADVERTISEMENT FOR BIDS Each bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in conformance with the instructions of the ADVERTISEMENT FOR BIDS. Each bid shall be submitted on the required bid form contained in Part I of the Project Manual. All blank spaces for bid prices must be filled in, in ink or typewritten, and the Bid Form must be fully completed and executed when submitted. Only one copy of the Bid Form is required In addition, all other forms included in Part I shall be filled out and completed, including any addendum(s), and enclosed in a sealed envelope endorsed with the name of the work Each bid shall be accompanied by a bid deposit in the form of a cashier's check, postal money order, or surety bond to the City of Port Angeles for a sum of not less than 5% of the amount of the bid, and no bid will be considered unless accompanied by such bid deposit. In addition, the bidder shall submit a copy of a valid certificate of registration in compliance with 18.27 RCW. The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder will be permitted to withdraw its bid between the closing time for receipt of bids and execution of the Contract, unless the award is delayed for a period exceeding sixty (60) calendar days. A conditional or qualified bid will not be accepted. The Owner reserves the right to accept the bid that is in the best interest of the Owner, to postpone the acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days, or to reject any and all bids If all bids are rejected, the Owner may elect to re- advertise for bids The Owner may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request The Owner reserves the right to reject any bid, if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein Subject to the foregoing, the bid award may be made to the lowest responsible bidder The work will begin within ten (10) calendar days after notice to proceed from the Director of Public Works Utilities and shall be completed within the time as stated in the Contract documents. 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 C. Insurance certificate(s). 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? 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 power of attorney of signatory. STATE OF WASHINGTON COUNTY OF /1 Q, 0 01 A Mo Q� NO TAR y N: PUBLIC NON COLLUSION AFFIDAVIT The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to him /her self an advantage over any other bidder or bidders. Signature of idder /Contractor Subscribed and sworn to before me this ThtL, day of belt Li- 20 W nivv Pd LL- Notary Public in and for the State of WastAngton. Residing at LL LL14-41,1 J My Comm. Exp.: t L-6 1- BIDDER'S CONSTRUCTION EXPERIENCE Answer all questions and provide clear and comprehensive information. 1. Name of bidder: M$MAlutn k) t..%IQ (Le Registration Number: (.AiOPL 2. Permanent main office address: /UE Zf' 4 AN kcaxuA 1..7A 95 Log 3. When organized: )o0 4. Where incorporated: L)Ac.HrN(,;c J 5. How many years have you been engaged in the contracting business under your present firm name? In 6. Contracts on hand. (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion), contact name and phone number. ATrAc tt 7. General character of work performed by your company: A MiTRC 8. Have you ever failed to complete any work awarded to you? 41.10 If so, where and why? 1 t 13. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City? \JR 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: /0/&) 9. Have you ever defaulted on a contract? ii) v O. List the more important projects recently completed by your company, stating approximate cost for each, the month and year completed, contact name and phone number. A►n'tt 11. List your major equipment available for this contract: fz »+ct1t 3 12. Experience of bidder in construction similar to this project in work and importance: A; n kfr -0CJ Bidder's Signature: /I Print Name: NA Rk Title: N42 1 -5 P 0. Box 2 La Center, WA 98629 Sincerely, DAN RrroLA, PRESIDENT-MAGNUM POWER, LLC Power Line Contractors CCB #171058 GENERAL RESUME Alaska Licenses: EAD CON Oregon License: CCB Washington Licenses: GENERAL ELECTRICAL www.nuwnumoowerile• cnen 1669 34472 171058 IIAGNUPL962Q4 MAGNUPL96284 Office (360) 666 -2343 Fax (360) 666 -1049 Magnum Power, LLC, a Power line Construction Company, was formed in November of 2004 by Dan and Steve Ritola, Journeyman Linemen. The company began with Pole change -outs and a Bad Order U/G Cable Replacement. June of 2005, Magnum Power, lie was awarded its first large project: a Three Phase 26 Pole and Distribution Line Rebuild. Various projects have been completed since providing the company with experience ranging from troubleshooting bad order U/G cable so 115kv Transmission highline builds. Magnum Power, llc has been in business for over 5 successful years. We have a multi million dollar bonding capability. At this time we are responsibly competent to complete any project up to 5 million dollars. We have remained financially secure and stable with the ability to increase man power and equipment as needed. Magnum Power, lle maintains a core crew of General Foremen, Journeyman Linemen Apprentices with many combined years of experience in all phases of electrical utility work. The strong team of qualified personnel that has been built continually grows. Magnum Power, lie's specialties include: Construction. Rebuild and /or Maintenance of 0/H U/G Transmission Distribution Lines Substation Switchyards Fiber Optic Telecommunications Horizontal Drilline Rock Barbi Emergency Storm Repair and more. As a company, we have formed lasting professional relations with the many Districts Agencies we have worked for. All projects have been completed in a timely and professional manner. The quality of work complete and consistent availability for communication throughout each project has made Magnum Power, lie itself stand out. We strive hard to maintain this ever growing solid reputation in the Electrical Utility Business. Our references will agree, Magnum Power, He has the technical qualifications to complete your project safely, professionally and on time. We look forward to working with you. P.O Box 2,"� Office (360) 666 -2343 La Center, WA 98629 Fax (360) 666 -1049 Power Line Contractors CCB# 171058 Magnum Power, LLC maintains line crews of Foremen, Journeyman Linemen and Apprentices with experience ranging in all phases electrical utility work. Here is a sampling of some of our Company Leads: DAN RITOLA, STEVEN RITOLA, 1 1 EVAN HOLLETT, OPERATIONS MANAGER SAFETY -FLEET -RISK 1 I MAGNUM POWER LW IS SIGNATORY WITH SEVERAL IBEW AGENCIES. WE HAVE THE ABILITY TO HIRE ON I JOURNEYMAN LINEMAN OFFICER -PROJECT MANAGER JOURNEYMAN LINEMEAN OFFICER -HIGHT VOLTAGE -FIBER OPTIC ROB PEART, CABLE SPLICER FOREMAN -HIGH VOLTAGE -FIBER OPTIC SCOTT HEVERN, LINE CREW FOREMAN -HIGHT VOLTAGE -FIBER OPTIC TRAVIS CORE, LINE CREW FOREMAN -HIGH VOLTAGE WARD RITOLA, JOURNEYMAN LINEMAN DIRECTIONAL BORING -FIBER OPTIC JOSH TANNINEN, JOURNEYMAN LINEMAN -HIGH VOLTAGE -FIBER OPTIC SCOTT HOMOLA, GROUNDMAN /CRANE OPERATOR DIRECTIONAL BORING ADDITIONAL CREW MEMBERS AS NEEDED. P.O. Box 2 La Center, WA 98629 Managing member Foreman Journeyman lineman Brows: Kysar, Inc ENGINEERING CONSULTING Clark Public Utilities Centralia City Light Grays Harbor PUD Kittitas PUD #1 Snohomish County PUD #1 Power Line Contractors CCB #171058 Dan Ritola P.O Box 2 La Center. WA 98629 Cell (360) 901 -4642 Office (360)666 -2343 ivn'il'.r11aglnimpowerllc coin Supervisory Personnel Magnum Power, llc Office (360) 666 -2343 Fax (360) 666 -1049 References: Apprentice Operator Groundman I have been in the line trade since 1996 and a journeyman lineman since 2001. I resigned from Clark Public Utilities in December of 2004 to help form Magnum Power, lie. My experience includes all phases of electrical underground installations, primary and secondary, transformers and vaults to troubleshooting and maintenance. Overhead experience includes all phases of transmission/distribution builds /rebuilds and routine maintenance from 115kv to secondary services. I am very confident that I possess the technical ability to make your project go smoothly. I understand the importance of safety, customer service and how to represent a utility. My references will agree that I am great to work with and easy to reach if there is any questions. I�like McInnes (360) 687 3966 Senior Engineer Don Ladrizzah (360)992 -8877 -Line Superintendent Daryl Vietenheimer (360)992 -8849 -Line Superintendent Toni Rule (360)992 -8847 -Line Superintendent Dan Krebs (360)992 -8877 Transmission /Distribution Curtis Roe (360)330 -7512 Phil Pentila (360)538 -6244 Brian V osburah (503)933-7203 Ed Pride (425)783 -4748 Jim Whitehead (425)783 4498 P O. Box 2 La Center, WA 98629 Power Line Contractors CCt3 #171058 H eve awe sof tie of the cii erlts we have Serve& Lvi, the last (3) yea.ry" CLIENT /PROJECT CONTRACT AMOUNT Office (360) 666 -2343 Fax (360) 666 -1049 C.NTiz,4L L INCOL A/ ,PL /D. No-1 -O? L -3 Transmission High Line Rebuild 5470,319.00 Phillin Reed 541 -574 -3639 3/18/2009-8/15/2009 This project consisted of Rebuild 2.3 miles. including a river crossing. of 0 /1 -1 double circuit 115 kV Transmission Line Installing ..00d poles for fiber optic clearance. fiber optic installation. -L3- Toledo SSI37 Pole Foundation Drilling $19,900.00 08/14/2009- 08/20/2009 This project consisted of Installation of 9 Pole foundation holes. Di filling areas involved nearby natural gas and Georgia Pacific effluent lines, as well as communication lines. CENTRALIA CITY LIGi fT WA Harrison Ave UG Distribution Rebuild 571,501.45 Curtis Roe 360 -508 -0076 or 360 330 -7512 12/14/2009 01/11/2010 This project consisted of: Reconstruction of existing UG 15kV distribution system Excavation installation of UG 15kV distribution conduits. vaults. transformers and approximate!. 830 ft of 3-phase cable Street Lighting transformer controller installation -Fords Prairie Substation "Exit Feeders" Project Curtis Roe 360 -508 -0076 or 360- 330 -7512 2/13/2007-7/02/2007 This project consisted of Install U/G cable. build riser and set transformer including all required terminations Install phone vault. Proof testing and mandreling get a..a. conduit Johnson Road North Underground Curtis Roe 360 -508 -0076 or 360 330 -7512 Michael Mclnnes (Brown Kysar) 360 -687 -3966 7:25/2007-10/9/2007 This project consisted of: $97,140.99 S69,052.37 Installing 100 feet of 4 inch conduit a ith three phase 4/0 power cable and associated pole riser components including approximately 60 ti of trench excavation and hackfilf. Removal of existing 0/H U.`G lines being replaced ith the new U/G circuit and U/G 15kV distribution system. -First Street to Pear Street Curtis Roe 360 -508 -0076 or 360- 330 -7512 5/21/2007-8/31/2007 This project consisted of: 5107,082.24 Installation of'deadend crossarms for new 477 AAC wire and transfer of existing copper conductors. String new wire (35445 leads) with fiberglass rod. Installation of underground single phase riser and underground line (166' ground distance) using 2 5 conduit and 42 aluminum primar. cable Installation of 10kVA. 15 kVA and 5 kVA transformcis. Reconnect service for railroad signals. (Splicing. Terminating. Stringing and Placing, as required CLALLAM COUNTY PUBLIC UTILITIES NO. 1 -WA -Quote #091005 Fiber Optics Sunland /Dungeness This protect consisted of 7/20/2009-9/18/2009 Install, terminate and test approyunatcly 4 miles of 0/II U/G fiber optic cable CLARK PUBLIC UTILITIES WA Quote No. 1925 UG Reconductor NE Meadows Drive 11/16/2009- 12/28/2009 This project consisted on 35.000 Feet of underground prnnar■ cable replacement directional boring and trenching -Quote #1877 Clark PUD /Cable Replacement- Orchards Highland Darvl Veitenheimer 360- 992 -8849 9/29/2008-1/20/2009 This project consisted of 12 kV Distribution Replacement -Quote #1879 Clark PUD Rick Thomnson 360- 992 -8877 Reconductor 3 Phase 12.5 kV 0/H Dist. Line 10/27/2008-1/27/2009 Have Rd Cedar Creek- Woodland. \VA This project consisted on Install. Remove and /or adjust all scr%ices. o/h tile lines and 23 Pole Replacements according to design. -Quote #1870 Clark PUD Don Liddrazzah 360- 992 -8877 Vista Del Rio Vancouver. WA 9/3/2008 10/07/2008 This project consisted of Re- conductor 3 Phase 7 2kV U/G Distribution Line. Trenching 18 -36 mm. depth 12" min. width. with back till in accordance r.ith specifications: Installing, removing replacing conduit. transformers. J bows. elhoi%s: Terminating all new wire w /new elbtms at new and e\tsttng facilities: Repaving. restoring !all n. landscapes shrubs -Quote #876 Clark POD t Don Liddrazzah 360 992 -8877 Granada Subdivision Vancouver. WA 7/22/2008 -I1 /12 /2008 This project consisted of Re- conductor U/G Distribution Line (1)Quote #1692 Clark PUD I Don Lidrazzah 360 -992 -8877 Cascade Highlands Vancou> er. WA Protect Complete 2/07/2006 010 Primary Cable Replacement -(5)Quote #1706 Clark PUD /John Hal. er 360 992 -8538 River Rd to Alcoa Substation 4/6/2006 5/1/2006 1 151,v/Fiber Optic Tie River Rd to Alcoa Substation 185,000.00 $145,180.00 5101,708.00 S123,000.00 $82,232.00 S245,000.00 S93,925.00 S69,000.00 COWULITZ COUNTY PILO -d[/>4 UC1484 —MT Pleasant Road Distribution Project Donald R McMaster 360 577 -755.4 Pi oleo to PROGRESS Starr date 3,11 2010 This protect consisted of Rebuild Upgrade single phase OH Distribution line to a 3 phase distribution line Scope of work also includes some UG Distribution work and wood pole construction UCI455 UG Primary Boring Pete.lurma 360 577 -7528 I /13/2009 -1 /30/2009 Directional Drilling Green Mountain Rd Woodland, WA This project consisted of Trenching; including hacktilling and hauling oil trench spoils Approximate!) 870 feet of Horizontal Drilling with 2 inch HDPL'• duct installation. _6764 Y.S t=1A? 3OR PL /D Wr7 SR 107 /SR 101 Distribution Line Fiber Optic Conduit System Phil Pentila 360 -538 -6244 8/24/2009- II/06/2009 This project consisted of 2 5 Miles of O/H U/G Line Rebuild with Horizontal Boring and all associated work. -SR 109 Ocean City Phil Pentila 360 -538- 62.44 7/26/2007 -1 I /14/2007 This project consisted of 2 mile 12kv 0/H Line Rebuild KLICKITft T COUNTY 1PZ /!V 1U4 Relocation of the Goodnoe 69 kV Transmission Line Ron lhrie 509 -773 -5891 Golden. Washington S 127,295.00 512,400.00 $415,000.00 $228,200.00 Chehalis River Crossing Project $714,000.00 Project in progress This project consists of rebuilding the conductor between (2} 250' towers crossing the Chehalis River. substation work new construction of a single phase lighting circuit and all other associated work. This project will include replacing old conductor with new ACCR 3M high capacity conductor KITTITAS COUNTY PUD NO I •WA Sentinel Gap River Crossing Replacement Project $156,184.20 Brian Vosburgh 509- 933 -7203 7/28/2009 8/28/2009 This project consisted of. Labor, material and equipment to reconstruct an act power line dossing over the Columbia River between Grant County and Kittitas County. Washington Work also includes the installation of (2) four -pole steel pole structures. placement of new pole. relocate switches. install re- closer demolition of the e\isung pow ei line support structure. replacement of the river crossing conductors. and connection to into energized distribution systems at each end ofthe crossing, Work is required on and /or e\tsung energized 13 2 k distribution lines. $78,263.52 Al4TANZI.SKA ELECTRIC ASSOCIATION, INC- ,4K -Eagle River UG 2009 Rural Utilities Service Eric Sanford 907- 761 -9280 7/1/2009-10/16/2009 This project is consisted of 3,000 feet of 12.5/7.2 kV Three Phase 0/1-I to (JIG cons ersion PACIFIC COUNTY RZ/D 19,4 -SR401 Megler OH to UG Conversion Jason Janda 360 -642 -3191 3/3 /2009 5/21/2009 This project consisted of Directional Drilling and Rock Boring for Overhead to Underground Cons ersion $599,729.00 $300,000.00 RO.S£NDIN E NEXTERA ENERGY RESOURCES S55,000.00 10/5/2009-10/10/2009 Loren Dawson 408 -210 -3223 This project consisted of Providing the crew 4 equipment for 0/H Construction and UIG installation ssork at the Vancycle Wind Energy Center. Remove approximately 2 miles 0/H Powerlinc Build 1250 mein Risers SNO310AIISLI COUNTY Pat, {Us? -PWC #46893 Olympic View Drive Relocation 51,098,000.00 Ed Pride 425 783 -4748 John Wright 425- 783 -4368 3/4/2008- 7/25/2008 Overhead /Underground 12KV Line Rebuild This project provided the labor of relocating the existing Perrinville circuits 12 -92 and 12 -93. It ts as an approximate 4 mile rebuild and included the reconductonng of the single phase distribution along 73r Ave W. 180 St SW. 72n Ave W. and 176 St SW. The distribution conductor size s 336AA. 'Tulip'. OH conductor s ith a 3 /0AA Sy stem Neutral. Additional labor included: 2" R 4" conduit installation for Coincast. removing and replacing road material. Pole relocations. Loop tie build. trenching and rock backlit!. so, itch vault installation and all pork related to L1G construction. -PWC #48150 Cascade Feeder Tie S275,000.00 Ed Pride 425- 783 -4748 6/3/2008-8/21/2008 12kv Under Ground 1000mcm feeder tie This project provided' Labor to install approximately 4.500 feet of 1000 KCM to tie Cascade Substation Circuit 12 -2089 and 12 -2090 together along Puget Park Drive. near the City of Mill Creek in Snohomish County. Washington. Verify. pothole and plumb for future conduit. trenching and backlilling. vault installations: construction of boulder retaining walls around vaults. and sidewalk. curb. gutter removal and restoration. -PWC #48920 Smokey Pt to Arlington Fiber Project 5255,137.00 Ed Pride 425- 783 -4748 7/22/2008-11/27/2008 OH UG 12.5 Mile Fiber Placement, Terminating Testing This project provided Construction of 12.5 miles of new fiber optic line to undaunted Sttmson Crossing Substation. Portage Substation. East Arlington Substation and the Distru.t's Arlington Office -PWC 49434 20 St Relocation S866,459.67 Jim Whitehead 425- 783 -4498 8/21/2008 9/2/2008 OH Reconductor 88 Ave 106 Ave on 120 St SE This project provided. Relocating of 12kV and I I 5kV facilities along 20 St SE from 88 Ave SE to 108 Ave SE for a Snohomish County Road protect. The distance covered was approximately 1 3 miles in the City of Lake Stevens. WA. Bad Order transmission pole change outs rebuilding the Lake Stevens Substation'- Neutral and replacement of a live -front transformer at the Verizon Central Office. trenching and backtillma with 6° conduit installation_ switch vault, l box(s). 350 triplex cable, GOP tie switch. 3 -phase OH transformer 3 -phase double circuit area street light(s) installation. rebuild and transfer (3) 3 -phase primary risers -PWC 1065 2009 Depreciated Pole Replacements $597,142.26 I.0 Dahlheck 425- 783 -4489 12/16/2008-6/11/2009 Work performed on this project consisted of Replacing approximately 247 depreciated distributions poles near the cities of Edmonds. Lynnwood. Bothell. Everett. and Marysville in Snohomish County. Washington -PWC 55150 59 Avenue NE Rebuild $427,514.76 Ed Pride 425- 783 -4748 11/16/2009-2/12/2010 Work performed on this project includes: All labor. equipment. and backfill material to rebuild the OI l and UG 12kV distribution along 59 Ave NE from 172" ST NE to 188 ST NE. near the Cit. of Arlington. in Snohomish County. WA. -PWC #56166 2010 Fiber Project Phase 1 $970,572.96 Jim Whitehead 425- 783 -4498 1/19/2010 5/14/2010 This project is. Construct approximately 53 miles of new fiber optic line to interconnect 13 DISTRICT substations 2 BPA substations and 2 local offices: using both 36 72 fiber ADSS cable. 01-1 UG installation. testing. transferring. remo‘ ing and adjusting of othci facilities to accommodate the fiber optic cable. Replacement of 17 poles -PWC #57533 2010 Fiber Project Phase 2 $2,235,450.23 Jim Whitehead 425- 783 -4498 Project iii Progress 5'10 2(110 This project will construct approximately 110 miles of new fiber optic line to interconnect Substations etc P.O Box 2 La Center, WA 98629 2007 GRAYS HARBOR PUD 2008 SNOHOMISH COUNTY PUD NO. I 2009 PACIFIC COUNTY PUD 2010 SNOHOMISH COUNTY PUD NO. I Power Line Contractors CCB #171058 STORM EMERGENCY RESPONSE REFERENCES 2005 -2010 CLARK PUBLIC UTILITIES Various Emergency Response and Emergency Storm work 2005-2008 "Disaster in December" Emergency Storm Response December 2007 Magnum Power LLC was called out for Enre r geucr Stot Ill 11 nr k on December -t 2007 The worb was complete Dec ember 2007 "Major Emergency of December 2008" December 2008 .bMagnum Pon et LLC was called out for Enter gent v Stot rn if or k on December le. 2008 I he work nos complete December 27'. 2008 "West Wind Storm" of December 2009 December 2009 Magnum Poster LLC was called out for Entergencs Storm 11 orb on V ovetnher 21" 2009 fin Emergency Storm Restoration The work was complete on November 24' 2009. Storm Restoration and Emergency Work Magnum Pun e; LLC wa1 c a l l e d out f o r Emergence' :storm 1 ?ertoratron n otk on Mas 3 2010 and no, ked through May 9 2010 Office (360) 666 -2343 Fax (360) 666 -1049 P.O Box 2 La Center, WA 98629 100 2008 101 2007 102 2006 103 2006 104 2005 105 1998 106 2004 108 2003 109 2004 110 2007 Iii 2005 112 2008 200 2003 201 2002 202 2002 204 1987 205 1986 206 2001 207 2004 208 1995 209 2004 300 2008 301 2008 302 2007 303 2006 304 2006 305 1996 306 1992 307 1989 308 2008 309 2009 310 2009 311 1993 312 2007 313 2010 314 2009 315 2010 Sterling Bullet F550 Ford F150 Ford F150 Ford F550 Ford F450 GMC Service Truck 3500 Ford F650 Chevy Blazer Ford F150 Chevy Silverado Z71 Ford F550 Super Duty Ford F250 International 4X4 60' Bucket Truck N1 /H Sterling Commander 6060 Digger Derrick Freightliner 4X2 60' Bucket Truck M/H International 6X6 Digger Derrick Peterbuilt Dump Truck Kenworth T800 International 7400 Highline Bucket Truck Altec Digger Derrick Kenworth Tractor Sleeper Brook Bros. Pole Trailer Wells Cargo Fully Enclosed Trailer Four Drum Puller Great Northern 20K Flatbed Trailer Wagner Smith Tens /Trailer TSE Utility Single Drum Puller Trailer Eager Beaver 20K Flatbed Hogg Pole Trailer Great Northern 18K Tilt Trailer Wells Cargo Enclosed Trailer T40 Towmaster LA Woods 42T 48x816 20' Reel Trailer Towmaster TG24 Great Northern 10K Tilt Trailer Skid Mount Tensioner Skid Mount Tensioner Power Line Contractors CCB#171058 Equipment List includes. but is unt limited to the fol /owiun eattinmeut 400 2006 401 1996 402 1992 403 2008 404 2008 405 2002 406 2004 407 2000 408 2002 502 2002 2008 2008 2008 Office (360) 666 -2343 Fax (360) 666 -1049 Kubota KX161 Caterpillar 4X4 -416 Backhoe Sherman Reilly 7000LB Underdawg Puller Kubota RTV 900 Yamaha YZA /ATV John Deere 310G Tractor Ldr Extendahoe Genie S -60 4x4 Boom Lift JLG 40' Boom Lift JLG 40' Boom Lift 4005 **DIRECTIONAL DRILLING EOIJIP:MENT 500 2004 Ditchwitch 2720 All Terain 501 2008 Ditchwitch FX -60 Vacuum Trailer Ditchwitch FX -60 Vacuum Trailer Mix System S/N Tracker Beacon 1 Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles, WA 98362 BID FORM F- STREET SUBSTATION FEEDER 1202 UPGRADES Page 1 of 2 BIDDER: AP/MA/0m PD+JeP ILL- 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: bLI\ PthauR c. )IQ TJ EW Surety .1 o-f q7 Surety address Surety Contact and Phone Number -6 cL )1•A lLTObt) L��t6{; I;�ISt1l'ula Agent clG Ni,42 -)6 -Sr- \hssuco cJUL/Z. L.lA7% Agent Address Ggiu OP/ l iirVU- 340- 75 =330, Agent Contact and Phone Number t 1 1 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 Replace Existing Underground Cable 12 St. to 14 St. Extend Underground through New Subdivision 12 St. to 10 St. Remove Existing Overhead Line 12 St. to 10 St. Sales Tax (8.4 Total Project Cost The bidder hereby acknowledges that it has received Addenda No(s). issued) to this Project Manual. By signing the Bid Form, the bidder certifies he is not disq alified from bidding on any public U ors g n c under RCW 39.06.010 or 39.12.065(3). The Contractor further warrants that he possesses adequate financial resources for the performance of the work covered by this Proposal, and that the Contractor will provide the necessary tools, equipment, a qualified foreman, and other employees as required. The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the contract shall be sent, are listed below. Company Name: Mi4GJJo4 An L.:;tie LIZ_ Address: 0O2 )46 kT AA Thk: (,,20 t_14 gay (Street address) (City) (State) (Zip) Contractor Registration Number: UBI Number: Telephone No. BID FORM F- STREET SUBSTATION FEEDER 1202 UPGRADES Page 2 of 2 WA State Industrial Insurance Account Number: 374 L 0 WA State Employment Security Department Number: 4 c-15 -01 OZ`S Od 1> State Excise Tax Registration Num er: LIZ k25 Signed by Title Printed Name: Date: eft GzaDim 11�xi kz y 1 -7 I LUMP -SUM COST I Z0 000,oc 51 00,00 Z©0©C t2- tJL1S"- oZ 30- “4- 2.43 44- 1�29L DJ zi 1 2P v 2 1 02 00 (Enter "N /A" if none were (EvAii Nod, tviAdiQueN Pawe 916x1 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: That we, Mourn Powef, LLC as Principal and Old Republic Surety Company as Surety, are held and firmly bound unto the C1TY OF PORT ANGELES as Obligee, in the penal sum of 5% of total amount bid 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, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the advertisement for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. Dated: SIGNED, LED AND DATED THIS 18th day of October 2010. m Power, C x s Principal Old Republic Surety Com a�,,nv Surety �/J C- 1 Marilyn L. Mann, Attorney -in -Fact Surety address Regina L. Wicks (503) 245 -6242 Surety Contact and Phone Number Received return of deposit in the sum of BID SECURITY TRANSMITTAL FORM SIGN HERE BID BOND F- STREET SUBSTATION FEEDER 1202 UPGRADES PROJECT CL01 -2009 l 8 Biggs Insurance Services Agen Aze„...;d27?".4 PO Box 189 Vancouver, WA 98666 Agent Address Cynthia A. Hilton (360) 828 -3780 Agent Contact and Phone Number Page 13 Bid Security Transmittal Form Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale .**t*** OLD REPUBLIC SURETY COMPANY I KNOW ALL MEN BY THESE PRESENTS. That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and appoint: JON E. COURSER, MARILYN L. MANN, PAUL T. ANDERSON, EARNA FLETTY, WILLIAM F. KOEHLER, OF VANCOUVER, WA Its true and lawful Attorney(s) -in -Fact, with full power and authority, not exceeding $10,000,000, for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other wntten obligations in the nature thereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self insurance workers compensation bonds guaranteeing payment of benefits, asbestos abatement contract bonds, waste management bonds, hazardous waste remediation bonds or black lung bonds), as follows. ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED AN AGGREGATE OF THREE MILLION DOLLARS($3,000,000) FOR ANY SINGLE OBLIGATION, REGARDLESS OF THE NUMBER OF INSTRUMENTS ISSUED FOR THE OBLIGATION. and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are ratified and confirmed. This document is not valid unless printed on colored background and is multi- colored This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18, 1982. RESOLVED that, the president, any vice president, or assistant vice president in conjunction with the secretary or any assistant secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings, recog- nizances, and suretyship obligations of all kinds; and said officers may remove any such attorney -in -fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER,that any bond, undertaking, recognizance, or suretyship obligation shall bevalid and binding upon the Company (i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant secretary; or (ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney -in -fact oregent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the authonty evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHER,that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be affixed this ORSC 22262 (9/08) 25TH day of FEBRUARY, 2010. o JOJo SUgF,, o,, GORVOR{p nO o SEAL g Assistant Secretary STATE OF WISCONSIN, COUNTY OF WAUKESHA SS On this 25TH day of FEBRUARY, 2010 personally came before me, GERALD C. LEACH and RICK A. JOHNSON to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say; that they are said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. 78 -3930 s Otttu 0 onvon„r c C y SEAL g o +w+ e WEST COAST 'dg,,;`,,, „&'RVICES INC Signed and sealed at the City of Brookfield, WI this OLD REPUBLIC SURETY COMPANY or2c President t✓ _X/1:4 Notary Public My commission expires: 12 0 2 2 012 CERTI FICATE I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. day of e Assistant Secretary POWER OF ATTORNEY THIS DOCUMENT HAS A COLORED BACKGROUND AND IS MULTI COLORED ON THE FACE. THE COMPANY LOGO APPEARS ON THE BACK OF THIS DOCUMENT AS A WATERMARK. IF THESE FEATURES ARE ABSENT, THIS DOCUMENT IS VOID. PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT This Contract is made and entered into in duplicate this erT day of November, 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 Magnum Power, LLC, hereinafter referred to as "the Contractor WITNESSETH: Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring specialized skills and other supportive capabilities; and Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth in this Contract. NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein, the parties hereto agree as follows: 1. Scope of Work. in accordance with and as described in: PUBLIC WORKS CONTRACT The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the following project: F- Street Substation Feeder 1202 Upgrades, Project #CL01 -2009. A. this Contract, and B. the Project Manual, which include the attached plans, Specifications, Special Provisions, submittal requirements, attachments, addenda (if any), Bid Form, Performance and Payment Bond, and C. the 2010 Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation, as may be specifically modified in the attached Specifications and/or Special Provisions, hereinafter referred to as "the standard specifications and D. the most current edition of the City of Port Angeles Urban Services Standards and Guidelines, E. Electrical construction standards of the City of Port Angeles Department of Public Works and Utilities, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The Contractor shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract, except as may otherwise be provided in the Project Manual. 2. Time for Performance and Liauidated Damages. A. Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within 10 days after receiving a notice to proceed from the City, and said work shall be physically completed within 120 calendar days from the notice to proceed, unless a different time frame is expressly provided in writing by the City. B. If said work is not completed within the time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages of $100 per day for each and every day said work remains uncompleted after the expiration of the specified time. 3. Compensation and Method of Payment. A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as incorporated in the Project Manual. B. Payments for work provided hereunder shall be made following the performance of such work, unless otherwise permitted by law and approved in writing by the City. No payment shall be made for any work rendered by the Contractor except as identified and set forth in this Contract. C. Progress payments shall be based on the timely submittal by the Contractor of the City's standard payment request form. D. Payments for any alterations in or additions to the work provided under this Contract shall be in accordance with the Request For Information (RFI) and/or Construction Change Order (CCO) process as set forth in the Project Manual. Following approval of the RFI and/or CCO, the Contractor shall submit the standard payment request form(s). E. The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments to this Contract. This form includes a lien waiver certification and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. The City shall initiate authorization for payment after receipt of a satisfactorily completed payment request form and shall make payment to the Contractor within approximately thirty (30) days thereafter. 4. Independent Contractor Relationship. The relationship created by this Contract is that of independent contracting entities. No agent, employee, servant, or representative of the Contractor shall be deemed to be an employee, agent, servant, or representative of the City, and the employees of the Contractor are not entitled to any of the benefits the City provides for its employees. The Contractor shall be solely and entirely responsible for its acts and the acts of its agents, employees, servants, subcontractors, or representatives during the performance of this Contract. The Contractor shall assume full responsibility for payment of all wages and salaries and all federal, state, and local taxes or contributions imposed or required, including, but not limited to, unemployment insurance, workers compensation insurance, social security, and income tax withholding. 5. Prevailins Waue 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. B. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Contract. 7. Insurance. The Contractor shall procure, and maintain for the duration of the Contract, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the City may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the Contract or at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, off set against funds due the Contractor from the City. A. Minimum Scope of Insurance The Contractor shall obtain insurance of the types described below: i. Automobile Liability insurance covering all owned, non owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. ii. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured- Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. iii. Workers' Compensation coverage as required by the Industrial Insurance laws of the 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 fmal acceptance of the work by the City. B. Minimum Amounts of Insurance The Contractor shall maintain the following insurance limits. i. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. ii. Commercial General Liability insurance shall be written with limits no less than $3,000,000 each occurrence, $3,000,000 general aggregate and a $3,000,000 products completed operations aggregate limit iii. Builders Risk insurance shall be written in the amount of the completed value of the project with no coinsurance provisions. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance. The Contractor's insurance coverage shall be primary insurance with respect to the City. Any insurance, self insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute with it. ii. The Contractor's insurance shall 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. B. The Contractor shall pay any applicable business and permit fees and taxes which may be required for the performance of the work. C. The Contractor shall comply with all legal and permitting requirements as set forth in the Project Manual. 9. Non discrimination. The parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: A. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above stated minorities. B. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above stated minority status. 10. Assignment and Subcontractors. A. The Contractor shall not assign this Contract or any interest herein, nor any money due to or to become due hereunder, without first obtaining the written consent of the City. B. The Contractor shall not subcontract any part of the services to be performed hereunder without first obtaining the consent of the City and complying with the provisions of this section. C. In the event the Contractor does assign this contract or employ any subcontractor, the Contractor agrees to bind in writing every assignee and subcontractor to the applicable terms and conditions of the contract documents. D. The Contractor shall, before commencing any work, notify the Owner in writing of the names of any proposed subcontractors. The Contractor shall not employ any subcontractor or other person or organization (including those who are to furnish the principal items or 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. F. The divisions and sections of the specifications and the identifications of any drawings shall not control the Contractor in dividing the work among subcontractors or delineating the work to be performed by any specific trade. G. Nothing contained in the contract documents shall create or be construed to create any relationship, contractual or otherwise, between the Owner and any subcontractor or assignee. Nothing in the contract documents shall create any obligation on the part of the Owner to pay or to assure payment of any monies due any subcontractor or assignee. H. The Contractor hereby assigns to the City any and all claims for overcharges resulting from antitrust violations as to goods and materials purchased in connection with this Contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid or other event establishing the price of this Contract. In addition, the Contractor warrants and represents that each of its suppliers and subcontractors shall assign any and all such claims for overcharges to the City in accordance with the terms of this provision. The Contractor further agrees to give the City immediate notice of the existence of any such claim. In addition to all other obligations of the contractor, if the contractor does employ any approved subcontractor, the contractor shall supply to every approved subcontractor a copy of the form, provided in the project manual, to establish written proof that each subcontract and lower -tier subcontract is a written document and contains, as a part, the current prevailing wage rates. The contractor, each approved subcontractor and each approved lower -tier subcontractor shall complete and deliver the form directly to the City. 11. Contract Administration. This Contract shall be administered by 411 ht't 1Z1 1 k.) on behalf of the Contractor and by Terry Dahlquist on behalf of the City. Any written notices required by the terms of this Contract shall be served or mailed to the following addresses: Contractor: City: Magnum Power, LLC 6902 NE 219 St Battle Ground, WA 98629 12. Interpretation and Venue. City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, WA 98362 -0217 This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first set forth above. CONTRACTOR: Name o Contractor By: 4i Vitt Title: .1rt.K.1`Q.L CITY OF PORT ANGELES: By: City M r Approved /as orm: City Attorney Attest: KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Magnum Power, LLB' as Principal, and 0 1d Republic Ru.j tv Company a corporation, organized and existing under the laws of the State of Washington, as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations as surety, are jointly and severally held and firmly bound to the City of Port Angeles in the penal sum of 21 0.296.00 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 vanconvPr PERFORMANCE and PAYMENT BOND Bond to the City of Port Angeles Bond YCNO 268 6 09 Washington, this 1A day of 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 Magnum Power, LLC the above bounded Principal, a certain contract, the said contract being numbered CL01 -2009, and providing for F- Street Substation Feeder 1202 Uparades (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, Magnum Power. LLC 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 18 day of Novembew 2010. Orfd Repuh1 i r Surety Co Principal By ..2)(74 14 By `won E. Courser Xttornev -in -Fact Title bO Box 231298 Portland, OR Surety Address 97281 Regina Wicks (503) 245 -6242 Surety Contact and Phone Number Nnvemher Steven Ritola 2010. Vice President Title PO Box 189 Vancouver, WA 98666 Agent Address Cynthia Hilton (360) 828 -3780 Agent Contact and Phone Number OLD REPUBLIC SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and appoint: I JON E. COURSER, MARILYN L. MANN, PAUL T. ANDERSON, EARNA FLETTY, WILLIAM F. KOEHLER, OF VANCOUVER, WA its true and lawful Attorney(s) -in -Fact, with full power and authority, not exceeding $10,000,000, for and on behalf of the company as surety, to execute and deliver I and affix the seal of the company thereto Of a seal is required), bonds, undertakings, recognizances or other wntten obligations in the nature thereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self insurance workers compensation bonds guaranteeing payment of benefits, asbestos abatement contract bonds, waste management bonds, hazardous waste remediation bonds or black lung bonds), as follows. ALL WRITTEN INSTRUMENTS IN AN AMOUNT_ NOT TO EXCEED AN AGGREGATE OF THREE MILLION DOLLARS($3,000,000) FOR ANY SINGLE OBLIGATION, REGARDLESS OF THE NUMBER OF INSTRUMENTS ISSUED FOR THE OBLIGATION. and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are ratified and confirmed. This document is not valid unless printed on colored background and is multi colored. This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982 This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18, 1982. RESOLVED that, the president, any vice president, or assistant vice president in conjunction with the secretary or any assistant secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings, recog- nizances, and suretyship obligations of all kinds; and said officers may remove any such attorney -in -fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding. upon the Company (i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant secretary; or (ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney-in-fact oragent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the authonty evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHER,thatthe signature of any authorized officer and the seal'of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be affixed this 25TH day of FEBRUARY, 2010 78 -3930 ORSC 22262 (9/08) Assistant Secretary STATE OF WISCONSIN, COUNTY OF WAUKESHA SS 4 ,4 oRPOrmr. n 9 SEAL g it ,w+ WEST COAST 3 "14,2,,,,''RVICES INC oo avon,� te °0% 9 SEAL g 0 tw+ POWER OF ATTORNEY OLD REPUBLIC SURETY COMPANY 00e 0 President On this 25TH day of FEBRUARY, 2010 personally came before me GERALD C. LEACH and RICK A. JOHNSON to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say; that they are said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. Notary Public My commission expires: 12 0 2 2 012 J --e A) CERTIFICATE I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. Signed and sealed at the City of Brookfield, WI this r day of _____n l 2 0/0 Assistant Secretary THIS DOCUMENT HAS A COLORED BACKGROUND AND IS MULTI COLORED ON THE FACE. THE COMPANY LOGO APPEARS ON THE BACK OF THIS DOCUMENT AS A WATERMARK. IF THESE FEATURES ARE ABSENT, THIS DOCUMENT IS VOID. PART III SPECIFICATIONS, SPECIAL PROVISIONS, AND SUBMITTALS INTRODUCTION /ORDER OF PRECEDENCE See Section 1 -04.2 of the Standard Specifications for the general order of precedence for inconsistency in the parts of the Contract. In addition, the order of precedence in the case of conflicting specifications, special provisions, submittal requirements, plans, drawings, or other technical requirements of this Project Manual is as follows: 1. Special Provisions as set forth on pages III 1 through III 6 2. Submittal requirements, as listed on page III 6 3. Technical Specifications, Section 16124. 4. Project Plans, as set forth in Attachment C. 5. Washington State Department of Transportation's 2010 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 III -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: a. The location and description of any utilities or other installations known to exist and or encountered within the construction area. The location of these utilities shall include an accurate description, dimensions, and at least 2 ties to permanent features for all utilities encountered. The City of Port Angeles has the right to deny progress payments for completed work if as -built records, as required by this section, are not available on the job site for the work that has been completed by the date of the payment request. Final as- builts shall be delivered to the City Engineer at the time of final inspection for review and approval. As -built drawings must be approved by the City Engineer before final payment will be made. See Submittal Requirements for additional information. III -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 otherwise agreed upon by the parties involved. A business day is defined as any day III -4 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 II of the Project Manual. 1 -07.23 PUBLIC CONVENIENCE AND SAFETY Section 1 -07.23 is supplemented with the following: No power outages to customers will be allowed to extend overnight. HOURS OF WORK Section 1 -08.0 is further supplemented by the following: The hours of operation of the Port Angeles Light Operations Division are limited to Monday through Friday, 7:30 am to 3:30 pm, excluding holidays. Switching requirements shall be scheduled to occur during those times. TIME FOR COMPLETION Section 1 -08.5 is supplemented with the following: Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence within 10 days of receiving the Notice to Proceed, and work must be substantially complete with construction within 120 calendar days of the Notice to Proceed, unless a different time frame is expressly provided in writing by the City. 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 $100 per day for each and every day said work remains uncompleted after the expiration of the specified time. III -5 PAYMENTS Section 1 -09.9 is supplemented with the following: The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in Attachment B of this Project Manual. This form includes a lien waiver certification, and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. SUBMITTAL REQUIREMENTS The following is an index of the section contained under Submittal Requirements: SR -01 Material Submittals SR -04 As -Built Drawings SR -01 MATERIAL SUBMITTALS The Contractor shall furnish to the City Engineer 3 copies of all material submittals for the following items: 1. Underground Cable 2. Switch Cabinets. All material submittals shall be submitted within 28 days after award of the Contract. The Contractor should allow 14 calendar days from receipt by the City Engineer for review and approval or rejection. Except as provided herein, all requirements of Section 1 -05.3, "Plans and Working Drawings of the Standard Specifications shall apply. NOTE: NO CONSTRUCTION SHALL BE PERFORMED ON ANY PORTION OF THE CONTRACT THAT DOES NOT HAVE APPROVED SUBMITTALS. NO PAYMENT WILL BE MADE FOR DESIGNS INSTALLED WITHOUT APPROVAL AS REQUIRED BY THIS SECTION. SR -04 AS -BUILT DRAWINGS Requirements for maintaining As- Builts for the work completed under this Contract are specified in Section 1 -05.5 of the Special Provisions above. Final As- Builts shall be submitted to the City Engineer at or before the final inspection for review and approval. As -built drawings must be approved by the City Engineer before final payment will be made. III -6 I I I I I I A. This Section includes cables and related splices, terminations, conduit, switch cabinets, and accessories for medium voltage electrical distribution systems. I I I I I I 1 I I I I I SECTION 16124 UNDERGROUND DISTRIBUTION PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY 1.3 DEFINITIONS A. AEIC: Association of Edison Illuminating Companies B. ANSI: American National Standards Institute C. IEEE: Institute of Electrical and Electronics Engineers D. NESC: National Electrical Safety Code, ANSI /IEEE C2, 2007 Edition E. PAES: City of Port Angeles Department of Public Works Utilities, Engineering Services Division F. PALO: City of Port Angeles Department of Public Works Utilities, Light Operations Division. 1.4 SUBMITTALS A. Product Data: For each type of cable indicated. Include splices and terminations for cables and cable accessories. B. Material Certificates: For each cable and accessory type, signed by manufacturers. C. Source quality control test reports. D. Field quality control test reports. 1.5 QUALITY ASSURANCE A. Installation of conduit, cable, terminations, and equipment shall be supervised and inspected by a Journeyman Lineman trained and certified to install, splice, and UNDERGROUND DISTRIBUTION 16124 1 terminate medium voltage cable. Progress inspections and final inspection will be conducted by PALO and /or PAES personnel. B. Obtain cables and accessories through one source from a single manufacturer. Cable shall be purchase in full, new reels. Cable remaining on the reels at the end of the project shall be delivered to the City at PALO's storage yard at Second and Valley Streets. C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. D. Comply with applicable provisions of the NESC. 1.6 PROJECT CONDITIONS A. Interruption of Existing Electric Service: Do not interrupt electric service to customers unless permitted under the following conditions and then only after arranging to provide temporary electric service according to requirements indicated: 1. Notify PALO no fewer than two days in advance of proposed interruption of electric service. 2. Do not proceed with interruption of electric service without PALO permission. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following, or approved equals: 1. Cable Splicing and Terminating Products and Accessories: a. Engineered Products Company. b. G &W Electric Company. c. MPHusky. d. Raychem Corp.; Telephone Energy and Industrial Division; Tyco International Ltd. e. RTE Components; Cooper Power Systems, Inc. f. Thomas Betts Corporation. g. Thomas Betts Corporation /Elastimold. h. 3M; Electrical Products Division. 2. Switch Cabinets: a. S &C Electric UNDERGROUND DISTRIBUTION 16124 2 2.2 CABLES A. Single phase distribution cables shall comply with PAES Standard MDUC -101 in Appendix D of these specifications. B. Three phase distribution feeder cables shall comply with PAES Standard MDUC -301 in Appendix D of these specifications. 2.3 SPLICE KITS A. Connectors and Splice Kits: Comply with IEEE 404; type as recommended by cable or splicing kit manufacturer for the application. B. Splicing Products: As recommended, in writing, by splicing kit manufacturer for specific sizes, ratings, and configurations of cable conductors. Include all components required for complete splice, with detailed instructions. 1. Combination tape and cold- shrink rubber sleeve kit with rejacketing by cast epoxy -resin encasement or other waterproof, abrasion resistant material. 2. Heat shrink splicing kit of uniform, cross section, polymeric construction with outer heat shrink jacket. 3. Premolded, cold- shrink rubber, in -line splicing kit. 4. Premolded EPDM splicing body kit with cable joint sealed by interference fit of mating parts and cable. 2.4 SOLID TERMINATIONS A. Nonshielded -Cable Terminations: Kit with compression -type connector. Include silicone- rubber tape, cold- shrink rubber sleeve, or heat shrink plastic sleeve moisture seal for end of insulation whether or not supplied with kits. 2.5 SEPARABLE INSULATED CONNECTORS A. Description: Modular system, complying with IEEE 386, with disconnecting, single pole, cable terminators and with matching, stationary, plug -in, dead -front terminals designed for cable voltage and for sealing against moisture. B. Load -Break Cable Terminators: Elbow -type units with 200 -A load make /break and continuous current rating; coordinated with insulation diameter, conductor size, and material of cable being terminated. Include test point on terminator body that is capacitance coupled. C. Dead -Break Cable Terminators: Elbow -type unit with 600 -A continuous current rating; designed for de- energized disconnecting and connecting; coordinated with insulation diameter, conductor size, and material of cable being terminated. Include test point on terminator body that is capacitance coupled. D. Dead -Front Terminal Junctions: Modular bracket mounted groups of dead -front stationary terminals that mate and match with above cable terminators. Two three UNDERGROUND DISTRIBUTION 16124 3 or four terminal units as indicated, with fully rated, insulated, watertight conductor connection between terminals and complete with grounding lug, manufacturer's standard accessory stands, stainless -steel mounting brackets, and attaching hardware. 1. Protective Cap: Insulating, electrostatic shielding, water sealing cap with drain wire. 2. Portable Feed Through Accessory: Two terminal, dead -front junction arranged for removable mounting on accessory stand of stationary terminal junction. 3. Grounding Kit: Jumpered elbows, portable feed through accessory units, protective caps, test rods suitable for concurrently grounding three phases of feeders, and carrying case. 4. Standoff Insulator: Portable, single dead -front terminal for removable mounting on accessory stand of stationary terminal junction. Insulators suitable for fully insulated isolation of energized cable -elbow terminator. 2.6 FAULT INDICATORS A. Indicators: Automatically reset fault indicator with inrush restraint feature, arranged to clamp to cable sheath and provide a display after a fault has occurred in cable. Indicator shall have remote fiber -optic display of trip indication visible on switch cabinet exterior. Instrument shall not be affected by heat, moisture, and corrosive conditions and shall be recommended by manufacturer for installation conditions. B. SEL Type ARUZ, catalog #1 BARUZR2 -GY2, or equal. 2.7 SWITCH CABINETS A. Contractor shall provide and install SAC PME -9 switch cabinets, fuses, and concrete vaults where noted on the drawings. Comply with PAES standard specification MDUS- 301 and installation standard U309, in Appendix D. 2.8 TRANSFORMERS A. Pad mounted transformers and vaults shall be provided by PALO for installation by this Contractor. Contractor shall provide cable terminations, and install transformer vaults, transformers, and terminate cables per PAES Standard U104. 2.9 IDENTIFICATION TAGS A. Identify cables, switch cabinets, and switches with black text on yellow reflective background with full color impregnation. Numbers shall mount directly to switch cabinet. Everlast injection molded tags, manufactured by Tech Products, Inc. or equal. Any extra or left -over tagging material shall be delivered to PALO at project completion. 1. Switch and cabinet numbers to be 2" #EL2KY /CH2O4HP) numbers oriented horizontally. 2. Cable numbers to be 1/2" high and attached to cables #3DFYKY /PHF). UNDERGROUND DISTRIBUTION 16124 4 2.10 PEDESTALS COPA Stock Number 285 099 -00004 A. Secondary pedestals shall be Pencell Plastics #AG- 20HD -XCL. 2.11 POLE MOUNTED DISCONNECTS COPA Stock Number 285 067 -00001 A. 600A Distribution class open blade switch, 600A continuous, 40kA B. Hubbell #M3D66B, or equal 2.12 STREET LIGHTS PAES Standard S001 A. PALO will provide luminaries, poles, and handholes for new street lights. Contractor shall provide any additional material required and perform all installation. PART 3 EXECUTION 3.1 INSTALLATION A. Install cables according to IEEE 576. B. Pull Conductors: Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. 1. Where necessary, use manufacturer approved pulling compound or lubricant that will not deteriorate conductor or insulation. 2. Use pulling means, including fish tape, cable, rope, and basket -weave cable grips that will not damage cables and raceways. Do not use rope hitches for pulling attachment to cable. C. Install exposed cables parallel and perpendicular to surfaces of exposed structural members and follow surface contours where possible. D. Install direct buried cables on leveled and tamped bed of 3 -inch thick, clean sand. Separate cables crossing other cables or piping by a minimum of 4 inches of tamped earth. Install permanent markers with indicated cable numbers at ends of cable runs, changes in direction, and buried splices. E. Install "buried- cable" warning tape 12 inches above cables. F. In manholes, handholes, pull boxes, junction boxes, and cable vaults, train cables around walls by the longest route from entry to exit and support cables at intervals adequate to prevent sag. G. Install cable splices at pull points and elsewhere as indicated; use standard kits. H. Install terminations at ends of conductors. UNDERGROUND DISTRIBUTION 16124 5 I. Install separable insulated- connector components as follows: 1. Protective Cap: At each terminal junction, with one on each terminal to which no feeder is indicated to be connected. 2. Portable Feed Through Accessory: Three. 3. Standoff Insulator: Three. J. Install six fault indicators, one on each phase at two locations. Locate in north and south switch cabinets on cables coming from terminal pole. Mount remote indicator lights on cabinet door where they can be seen from the street. Adjust set points as directed by PAES. K. Ground neutral conductors at terminations, splices, and separable insulated connectors. Ground metal bodies of terminators, splices, cable and separable insulated- connector fittings, switch cabinets, and hardware. 3.2 FIELD QUALITY CONTROL A. Perform the following field tests and inspections and prepare test reports: 1. Perform visual and mechanical inspection. Certify compliance with test parameters. 2. After installing medium voltage cables and before electrical circuitry has been energized, test for adequate resistance. B. Remove and replace defective material and retest as specified above. END OF SECTION 16124 UNDERGROUND DISTRIBUTION 16124 6 ATTACHMENT A PREVAILING WAGE RATES a r me m momamalle Trade Asbestos Abatement Workers Journey Level Boilermakers Journey Level Brick Mason Brick And Block Finisher Journey Level Building Service Employees Janitor Shampooer Waxer Window Cleaner Cabinet Makers (In Shop) Journey Level Carpenters Acoustical Worker Bridge, Dock And Wharf Carpenters Carpenter Creosoted Material Floor Finisher Floor Layer Floor Sander Sawfiler Shingler Stationary Power Saw Operator Stationary Woodworking Tools Cement Masons Journey Level Divers Tenders Diver Diver On Standby Diver Tender Surface Rcv Rov Operator Surface Rcv Rov Operator Tender Dredge Workers Assistant Engineer Assistant Mate(deckhand) Engineer Welder Leverman, Hydraulic Maintenance Mates And Boatmen Oiler Drywall Applicator Journey Level 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 bnef description of overtime calculation requirements is provided on the Benefit Code Key CLALLAM COUNTY Effective 9 -1 -2010 Job Classification Wage Holiday Overtime Notes Page 1 $40 03 5D 1H $56 81 5N 1C $39.86 5A 1M $46.72 5A 1M $8 55 1 $8 97 1 $8.97 1 $13 22 1 $16 04 1 $48.60 5D 1M $48 47 5A 1M $48 47 5D 1M $48 57 5D 1M $48.60 5D 1M $48.60 5D 1M $48.60 5D 1M $48 60 5D 1M $48 60 5D 1M $48 60 5D 1M $48.60 5D 1M $40 03 5D 1H $100.28 5D 1M 8A $56.68 5D 1M $52.23 5D 1M $52.23 5D 1M $48 85 5A 1B $49 57 5D 1T 8L $49 06 5D 1T 8L $49.62 5D IT 8L $51.19 5D IT 8L $49 06 5D IT 8L $49 57 5D IT 8L $4919 5D 1T 8L $48 47 5D 1M Trade Drywall Tapers Electrical Fixture Maintenance Workers Electricians Inside Electricians Motor Shop Electricians Motor Shop Electricians Powerline Construction Electronic Technicians Elevator Constructors Elevator Constructors Fabricated Precast Concrete Products Fence Erectors Flaggers Glaziers Heat Frost Insulators And Asbestos Workers Heating Equipment Mechanics Hod Carriers Mason Tenders Industrial Engine And Machine Mechanics Industrial Power Vacuum Cleaner Inland Boatmen Inspection /Cleaning /Sealing Of Sewer Water Systems By Remote Control Insulation Applicators Job Classification Journey Level Journey Level Cable Splicer Cable Splicer (tunnel) Certified Welder Certified Welder (tunnel) Construction Stock Person Journey Level Journey Level (tunnel) Craftsman Journey Level Cable Splicer Certified Line Welder Groundperson Head Groundperson Heavy Line Equipment Operator Jackhammer Operator Journey Level Lineperson Line Equipment Operator Pole Sprayer Powderperson Journey Level Mechanic Mechanic In Charge Journey Level Fence Erector Journey Level Journey Level Journeyman Journey Level Journey Level Journey Level Journey Level Captain Cook Deckhand Engineer /deckhand Mate, Launch Operator Cleaner Operator, Foamer Operator Grout Truck Operator Head Operator Technician Tv Truck Operator Journey Level CLALLAM COUNTY Effective 9 -1 -2010 Page 2 Wage Holiday Overtime Notes $48 79 5P 1E $9 37 1 $61 95 5L 2W $66.57 5L 2W $59 85 5L 2W $64 25 5L 2W $31 83 5L 2W $57.74 5L 2W $61 95 5L 2W $15 37 1 $14 69 1 $61 08 5A 4A $55 81 5A 4A $39 83 5A 4A $42 02 5A 4A $55 81 5A 4A $42 02 5A 4A $55.81 5A 4A $47 20 5A 4A $55 81 5A 4A $42 02 5A 4A $12 07 1 $67 91 6Q 4A $73 87 6Q 4A $13 50 1 $9 96 1 $33 93 5D 1H $48 61 5G 1Y $53 44 5J 15 $16.00 1 $41 28 5D 1H $15 65 1 $9.24 1 $59 22 1 $34 81 1 $34 52 1 $58 62 1 $50 20 1 $9 73 1 $11 48 1 $12.78 1 $8 55 1 $10.53 1 $48.47 5D 1M M i I N= M N I• r• all I s s• MI 01111 MI MI IMII MI OM I MI NM I I E MI CLALLAM COUNTY Effective 9 -1 -2010 Trade Job Classification Wage Holiday Overtime Notes Ironworkers Journeyman $57.52 5A 10 Laborers Air, Gas Or Electric Vibrating Screed $40.03 5D 1H Airtrac Drill Operator $41 28 5D 1H Ballast Regular Machine $40 03 5D 1H Batch Weighman $33 93 5D 1H Brick Pavers $40 03 5D 1H Brush Cutter $40 03 5D 1H Brush Hog Feeder $40.03 5D 1H Burner $40 03 5D 1H Caisson Worker $41.28 5D 1H Carpenter Tender $40.03 5D 1H Caulker $40 03 5D 1H Cement Dumper paving $40 77 5D 1H Cement Finisher Tender $40 03 5D 1H Change House Or Dry Shack $40.03 5D 1H Chipping Gun (under 30 Lbs) $40 03 5D 1H Chipping Gun(30 Lbs And Over) $40 77 5D 1H Choker Setter $40 03 5D 1H Chuck Tender $40.03 5D 1H Clary Power Spreader $40 77 5D 1H Clean -up Laborer $40.03 5D 1H Concrete Dumper /chute Operator $40 77 5D 1H Concrete Form Stripper $40 03 5D 1H Concrete Placement Crew $40 77 5D 1H Concrete Saw Operator /core Driller $40 77 5D 1H Crusher Feeder $33 93 5D 1H Curing Laborer $40 03 5D 1H Demolition Wrecking Moving (Intl Charred Material) $40 03 5D 1H Ditch Digger $40.03 5D 1H Diver $41.28 5D 1H Drill Operator (hydraulic,diamond) $40.77 5D 1H Dry Stack Walls $40.03 5D 1H Dump Person $40.03 5D 1H Epoxy Technician $40 03 5D 1H Erosion Control Worker $40 03 5D 1H Faller Bucker Chain Saw $40 77 5D 1H Fine Graders $40 03 5D 1H Firewatch $33 93 5D 1H Form Setter $40 03 5D 1H Gabon Basket Builders $40.03 5D 1H General Laborer $40 03 5D 1H Grade Checker Transit Person $41.28 5D 1H Grinders $40.03 5D 1H Grout Machine Tender Page 3 $40 03 5D 1H Trade CLALLAM COUNTY Effective 9 -1 -2010 Job Classification Wage Holiday Overtime Notes Groutmen (pressure)including Post Tension Beams $40 77 5D 1H Guardrail Erector $40 03 5D 1H Hazardous Waste Worker (level A) $41 28 5D 1H Hazardous Waste Worker (level B) $40 77 5D 1H Hazardous Waste Worker (level C) $40 03 5D 1H High Scaler $41 28 5D 1H Jackhammer $40 77 5D 1H Laserbeam Operator $40 77 5D 1H Maintenance Person $40 03 5D 1H Manhole Builder-mudman $40 77 5D 1H Material Yard Person $40 03 5D 1H Miner $41 28 5D 1H Mortarman Hodcarner $40 77 5D 1H Motorman -dinky Locomotive $40 77 5D 1H Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure $40 77 5D 1H Air Water On Concrete Rock, Sandblast, Gunite, Shotcrete, Water Bla Pavement Breaker $40 77 5D 1H Pilot Car $33.93 5D 1H Pipe Layer Lead $41 28 5D 1H Pipe Layer /tailor $40.77 5D 1H Pipe Pot Tender $40 77 5D 1H Pipe Reliner $40 77 5D 1H Pipe Wrapper $40 77 5D 1H Pot Tender $40 03 5D 1H Powderman $41.28 5D 1H Powderman's Helper $40 03 5D 1H Power Jacks $40 77 5D 1H Railroad Spike Puller Power $40 77 5D 1H Raker Asphalt $41 28 5D 1H Re- timberman $41 28 5D 1H Remote Equipment Operator $40.77 5D 1H Rigger /signal Person $40 77 5D 1H Rip Rap Person $40 03 5D 1H Rivet Buster $40 77 5D 1H Rodder $40.77 5D 1H Scaffold Erector $40.03 5D 1H Scale Person $40 03 5D 1H Sloper (over 20)" $40 77 5D 1H Sloper Sprayer $40 03 5D 1H Spreader (concrete) $40 77 5D 1H Stake Hopper $40.03 5D 1H Stock Piler $40.03 5D 1H Tamper Similar Electric, Air Gas Operated Tools $40.77 5D 1H Tamper (multiple Self- propelled) Page 4 $40 77 5D 1H r I= r E MI I MI MN ■IIII I I• OM NM r MI OM MI I E MO NM Trade CLALLAM COUNTY Effective 9 -1 -2010 Job Classification Wage Holiday Overtime Notes Timber Person Sewer (lagger, Shorer Cribber) $40 77 5D 1H Toolroom Person (at Jobsite) $40 03 5D 1H Topper $40 03 5D 1H Track Laborer $40 03 5D 1H Track Liner (power) $40 77 5D 1H Truck Spotter $40.03 5D 1H Tugger Operator $40.77 5D 1H Vibrator $40.77 5D 1H Vinyl Seamer $40 03 5D 1H Watchman $30 84 5D 1H Welder $40 77 5D 1H Well Point Laborer $40 77 5D 1H Window Washer /cleaner $30 84 5D 1H Laborers Underground Sewer Water General Laborer Topman $40.03 5D 1H Pipe Layer $40 77 5D 1H 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 5D 1H Marble Setters Journey Level $46 72 5A 1M Metal Fabrication (In Shop) Fitter $15.16 1 Laborer $11.13 1 Machine Operator $10 66 1 Painter $11.41 1 Welder $15.16 1 Millwright Journey Level $49 47 5D 1M Modular Buildings Journey Level $8 55 1 Painters Journey Level $21.86 1 Pile Driver Journey Level $38.76 1 Plasterers Journey Level $25 83 1 Playground Park Equipment Installers Journey Level $8.55 1 Plumbers Pipefitters Journey Level $69 39 5A 1G Power Equipment Operators Asphalt Plant Operators $50.39 5D IT 8P Assistant Engineer $47 12 5D IT 8P Barrier Machine (zipper) $49.90 5D IT 8P Batch Plant Operator, Concrete $49.90 5D 1T 8P Bobcat $47.12 5D 1T 8P Brokk Remote Demolition Equipment $47.12 5D 1T 8P Brooms $47 12 5D 1T 8P Bump Cutter $49 90 5D 1T 8P Cableways $50 39 5D 1T 8P Chipper $49.90 5D 1T 8P Compressor $47 12 5D 1T 8P Concrete Pump Truck Mount With Booplittpchment Over 42 M $50.39 5D 1T 8P Trade CLALLAM COUNTY Effective 9 -1 -2010 Job Classification Wage Holiday Overtime Notes Concrete Finish Machine -laser Screed $47 12 5D 1T 8P Concrete Pump Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $49 48 5D 1T 8P Concrete Pump Truck Mount With Boom Attachment Up To 42m $49.90 5D 1T 8P Conveyors $4948 5D 1T 8P Cranes 20 Tons Through 44 Tons With Attachments $49 90 5D 1T 8P Overhead, Bridge Type Crane 20 Tons Through 44 Tons Cranes 100 Tons Through 199 Tons, or 150' of boom (including jib with attachments) $50 94 5D 1T 8P Overhead, bridge type, 100 tons and over, Tower crane up to 175' in height, base to boom Cranes 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $51.51 5D IT 8P Cranes 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $50 39 5D 1T 8P Cranes A -frame 10 Tons And Under $47 12 5D 1T 8P Cranes Friction 100 Tons Through 199 Tons $51 51 5D IT 8P Cranes Friction Over 200 Tons $52 07 5D IT 8P Cranes Over 300 Tons Or 300' Of Boom (including Jib With Attachments) $52 07 5D IT 8P Cranes Through 19 Tons With Attachments A -frame Over 10 Tons $49.48 5D 1T 8P Crusher $49 90 5D IT 8P Deck Engineer /deck Winches (power) $49 90 5D 1T 8P Derricks, On Building Work $50.39 5D IT 8P Dozer Quad 9, HD 41, D10 and Over $50 39 5D IT 8P Dozers D -9 Under $49.48 5D 1T 8P Drill Oilers Auger Type, Truck Or Crane Mount $49 48 5D 1T 8P Drilling Machine $49 90 5D 1T 8P Elevator And Man -lift Permanent And Shaft Type $47.12 5D 1T 8P Finishing Machine, Bidwell And Gamaco Similar Equipment $49 90 5D 1T 8P Forklift 3000 Lbs And Over With Attachments $49 48 5D 1T 8P Forklifts Under 3000 Lbs. With Attachments $47 12 5D 1T 8P Grade Engineer Using Blue Prints, Cut Sheets, Etc $49 90 5D IT 8P Gradechecker /stakeman $47 12 5D IT 8P Guardrail Punch /Auger $49 90 5D 1T 8P Hard Tail End Dump Articulating Off- Road Equipment 45 Yards Over $50.39 5D IT 8P Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards $49 90 5D IT 8P Horizontal /directional Drill Locator $49 48 5D IT 8P Horizontal /directional Drill Operator $49 90 5D IT 8P Hydralifts /boom Trucks Over 10 Tons $49 48 5D 1T 8P Hydralifts /boom Trucks, 10 Tons And Under $47 12 5D 1T 8P Loader, Overhead 8 Yards Over $50.94 5D 1T 8P Loader, Overhead, 6 Yards But Not Including 8 Yards $50 39 5D 1T 8P Loaders, Overhead Under 6 Yards $49 90 5D 1T 8P Loaders, Plant Feed $49 90 5D 1T 8P Loaders Elevating Type Belt $49 48 5D 1T 8P Locomotives, All $49 90 5D IT 8P Material Transfer Device $49 90 5D 1T 8P Mechanics, All (leadmen $0 50 Per Hour Over Mechanic) $50.94 5D 1T 8P Mixers Asphalt Plant Page 6 $49 90 5D IT 8P NM EN IIIII MI NM MO En E ON On OM OM MI E MI NE MI EN MO r Trade CLALLAM COUNTY Effective 9 -1 -2010 Job Classification Wage Holiday Overtime Notes Motor Patrol Grader Non finishing $49 48 5D 1T 8P Motor Patrol Graders, Finishing $50.39 5D 1T 8P Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And /or Shield $50 39 5D 1T 8P Oil Distributors, Blower Distribution Mulch Seeding Operator $47 12 5D 1T 8P Outside Hoists (elevators And Manlifts), Air Tuggers,strato $49 48 5D 1T 8P Overhead, Bridge Type 45 Tons Through 99 Tons $50.39 5D IT 8P Pavement Breaker $47.12 5D IT 8P Pile Driver (other Than Crane Mount) $49.90 5D 1T 8P Plant Oiler Asphalt, Crusher $49 48 5D 1T 8P Posthole Digger, Mechanical $47 12 5D 1T 8P Power Plant $47.12 5D 1T 8P Pumps Water $47.12 5D IT 8P Quick Tower No Cab, Under 100 Feet In Height Based To Boom $47 12 5D IT 8P Remote Control Operator On Rubber Tired Earth Moving Equipment $50.39 5D IT 8P Rigger And Bellman $47 12 5D 1T 8P Rollagon $50 39 5D 1T 8P Roller, Other Than Plant Mix $47 12 5D 1T 8P Roller, Plant Mix Or Multi -lift Materials $49.48 5D 1T 8P Roto -mill, Roto grinder $49 90 5D 1T 8P Saws Concrete $49 48 5D 1T 8P Scraper, Self Propelled Under 45 Yards $49 90 5D 1T 8P Scrapers Concrete Carry All $49 48 5D 1T 8P Scrapers, Self- propelled 45 Yards And Over $50 39 5D 1T 8P Service Engineers Equipment $49.48 5D 1T 8P Shotcrete /gunite Equipment $47 12 5D 1T 8P Shovel Excavator, Backhoe, Tractors Under 15 Metric Tons. $49 48 5D 1T 8P Shovel, Excavator, Backhoe Over 30 Metric Tons To 50 Metric Tons $50 39 5D 1T 8P Shovel, Excavator, Backhoes, Tractors 15 To 30 Metric Tons $49 90 5D 1T 8P Shovel, Excavator, Backhoes. Over 50 Metric Tons To 90 Metric Tons $50.94 5D 1T 8P Shovel, Excavator, Backhoes Over 90 Metric Tons $51 51 5D 1T 8P Slipform Pavers $50.39 5D 1T 8P Spreader, Topsider Screedman $50 39 5D 1T 8P Subgrader Trimmer $49 90 5D 1T 8P Tower Bucket Elevators $49.48 5D IT 8P Tower Crane Over 175'in Height, Base To Boom $51.51 5D 1T 8P Tower Crane Up To 175' In Height Base To Boom $50.94 5D 1T 8P Transporters, All Track Or Truck Type $50 39 5D 1T 8P Trenching Machines $49 48 5D 1T 8P Truck Crane Oiler /dnver 100 Tons And Over $49 90 5D 1T 8P Truck Crane Oder /dnver Under 100 Tons $49 48 5D 1T 8P Truck Mount Portable Conveyor $49 90 5D 1T 8P Welder $50 39 5D 1T 8P Wheel Tractors, Farmall Type $47 12 5D 1T 8P Yo Yo Pay Dozer Page 7 $49 90 5D 1T 8P Trade Power Equipment Operators Underground Sewer Water CLALLAM COUNTY Effective 9 -1 -2010 Job Classification Wage Holiday Overtime Notes Asphalt Plant Operators $50 39 5D 1T 8P Assistant Engineer $47 12 5D IT 8P Barrier Machine (zipper) $49 90 5D 1T 8P Batch Plant Operator, Concrete $49 90 5D 1T 8P Bobcat $47 12 5D 1T 8P Brokk Remote Demolition Equipment $47 12 5D IT 8P Brooms $47 12 5D 1T 8P Bump Cutter $49 90 5D 1T 8P Cableways $50.39 5D 1T 8P Chipper $49 90 5D 1T 8P Compressor $47.12 5D 1T 8P Concrete Pump Truck Mount With Boom Attachment Over 42 M $50 39 5D IT 8P Concrete Finish Machine -laser Screed $47 12 5D 1T 8P Concrete Pump Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $49 48 5D 1T 8P Concrete Pump Truck Mount With Boom Attachment Up To 42m $49 90 5D 1T 8P Conveyors $49 48 5D 1T 8P Cranes 20 Tons Through 44 Tons With Attachments Overhead, Bridge Type Crane $49 90 5D 1T 8P 20 Tons Through 44 Tons Cranes 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $51 51 5D 1T 8P Cranes 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $50.39 5D 1T 8P Cranes A -frame -10 Tons And Under $47 12 5D 1T 8P Cranes Friction 100 Tons Through 199 Tons $51 51 5D 1T 8P Cranes Friction Over 200 Tons $52 07 5D 1T 8P Cranes Over 300 Tons Or 300' Of Boom (including Jib With Attachments) $52 07 5D 1T 8P Cranes Through 19 Tons With Attachments A -frame Over 10 Tons $49 48 5D IT 8P Crusher $49 90 5D 1T 8P Deck Engineer /deck Winches (power) $49 90 5D 1T 8P Derricks, On Building Work $50 39 5D 1T 8P Dozer Quad 9, HD 41, D10 and Over $50 39 5D 1T 8P Dozers D -9 Under $49 48 5D 1T 8P Drill Oilers Auger Type, Truck Or Crane Mount $49 48 5D 1T 8P Drilling Machine $49 90 5D 1T 8P Elevator And Man -lift Permanent And Shaft Type $47.12 5D IT 8P Finishing Machine, Bidwell And Gamaco Similar Equipment $49 90 5D 1T 8P Forklift 3000 Lbs And Over With Attachments $49 48 5D 1T 8P Forklifts Under 3000 Lbs With Attachments $47.12 5D 1T 8P Grade Engineer Using Blue Prints, Cut Sheets, Etc $49 90 5D 1T 8P Gradechecker /stakeman $47.12 5D 1T 8P Guardrail Punch /Auger $49 90 5D 1T 8P Hard Tail End Dump Articulating Off- Road Equipment 45 Yards Over $50 39 5D 1T 8P Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards $49 90 5D IT 8P Horizontal /directional Drill Locator $49 48 5D 1T 8P Horizontal /directional Drill Operator $49 90 5D 1T 8P Hydralifts /boom Trucks Over 10 Tons Page 8 $49.48 5D IT 8P I MN I r MI MI MI r••• MI r MI I I MI MN NM MI IMII MI MI Trade CLALLAM COUNTY Effective 9 -1 -2010 Job Classification Wage Holiday Overtime Notes Hydralifts /boom Trucks, 10 Tons And Under $47 12 5D 1T 8P Loader, Overhead 8 Yards Over $50 94 5D IT 8P Loader, Overhead, 6 Yards But Not Including 8 Yards $50 39 5D 1T 8P Loaders, Overhead Under 6 Yards $49 90 5D IT 8P Loaders, Plant Feed $49 90 5D 1T 8P Loaders Elevating Type Belt $49.48 5D IT 8P Locomotives, All $49 90 5D 1T 8P Material Transfer Device $49 90 5D 1T 8P Mechanics, All (leadmen $0 50 Per Hour Over Mechanic) $50 94 5D 1T 8P Mixers Asphalt Plant $49.90 5D 1T 8P Motor Patrol Grader Non finishing $49 48 5D 1T 8P Motor Patrol Graders, Finishing $50.39 5D IT 8P Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And /or Shield $50 39 5D 1T 8P Oil Distributors, Blower Distribution Mulch Seeding Operator $47.12 5D 1T 8P Outside Hoists (elevators And Manlifts), Air Tuggers,strato $49.48 5D 1T 8P Overhead, Bridge Type 45 Tons Through 99 Tons $50 39 5D 1T 8P Pavement Breaker $47.12 5D 1T 8P Pile Driver (other Than Crane Mount) $49 90 5D IT 8P Plant Oiler Asphalt, Crusher $49 48 5D IT 8P Posthole Digger, Mechanical $47.12 5D IT 8P Power Plant $47 12 5D 1T 8P Pumps Water $47 12 5D 1T 8P Quick Tower- No Cab, Under 100 Feet In Height Based To Boom $47 12 5D 1T 8P Remote Control Operator On Rubber Tired Earth Moving Equipment $50 39 5D 1T 8P Rigger And Bellman $47 12 5D IT 8P Rollagon $50 39 5D 1T 8P Roller, Other Than Plant Mix $47.12 5D IT 8P Roller, Plant Mix Or Multi -lift Materials $49.48 5D IT 8P Roto -mill, Roto grinder $49.90 5D 1T 8P Saws Concrete $49.48 5D IT 8P Scraper, Self Propelled Under 45 Yards $49 90 5D 1T 8P Scrapers Concrete Carry All $49.48 5D 1T 8P Scrapers, Self- propelled 45 Yards And Over $50 39 5D 1T 8P Service Engineers Equipment $49.48 5D IT 8P Shotcrete /gunite Equipment $47.12 5D IT 8P Shovel Excavator, Backhoe, Tractors Under 15 Metric Tons. $49 48 5D 1T 8P Shovel, Excavator, Backhoe Over 30 Metric Tons To 50 Metric Tons $50 39 5D IT 8P Shovel, Excavator, Backhoes, Tractors 15 To 30 Metric Tons $49.90 5D 1T 8P Shovel, Excavator, Backhoes Over 50 Metric Tons To 90 Metric Tons $50.94 5D 1T 8P Shovel, Excavator, Backhoes• Over 90 Metric Tons $51 51 5D 1T 8P Slipform Pavers $50 39 5D 1T 8P Spreader, Topsider Screedman $50 39 5D 1T 8P Subgrader Trimmer $49 90 5D 1T 8P Tower Bucket Elevators Page 9 $49.48 5D 1T 8P Trade Power Line Clearance Tree Trimmers Refrigeration Air Conditioning Mechanics Residential Brick Mason Residential Carpenters Residential Cement Masons Residential Drywall Applicators Residential Drywall Tapers Residential Electricians Residential Glaziers Residential Insulation Applicators Residential Laborers Residential Marble Setters Residential Painters Residential Plumbers Pipefitters Residential Refrigeration Air Conditioning Me Residential Sheet Metal Workers Residential Soft Floor Layers Residential Sprinkler Fitters (Fire Protection) Residential Stone Masons Residential Terrazzo Workers Residential Terrazzo/Tile Finishers Residential Tile Setters Roofers Sheet Metal Workers Shipbuilding Ship Repair Job Classification CLALLAM COUNTY Effective 9 -1 -2010 Tower Crane Over 175'in Height, Base To Boom Tower Crane Up To 175' In Height Base To Boom Transporters, All Track Or Truck Type Trenching Machines Truck Crane Oder drver 100 Tons And Over Truck Crane Oder /driver Under 100 Tons Truck Mount Portable Conveyor Welder Wheel Tractors, Farmall Type Yo Yo Pay Dozer Journey Level In Charge Spray Person Tree Equipment Operator Tree Trimmer Tree Trimmer Groundperson Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Boilermaker Heat Frost Insulator Laborer Machinist Shipfitter Welder /burner Page 10 Wage Holiday Overtime Notes $51 51 5D $50 94 5D $50 39 5D $49 48 5D $49 90 5D $49 48 5D $49 90 5D $50 39 5D $47.12 5D $49.90 5D $40 79 5A $38 73 5A $40 79 5A $36 50 5A $27.55 5A $27 68 $46 72 5A $24 21 $25.63 $38 08 5D $18 00 $34 87 $20 05 $9 86 $17 76 $46.72 5A $20 00 $14.60 $64 56 5A $21.82 $10 88 $19 67 $46 72 5A $8 55 $8 55 $1829 $29 05 $63 27 6L $32 56 6W $53.44 5J $12 16 $17 16 $14 66 $14 66 1T IT 1T 1T 1T 1T IT 1T IT 1T 4A 4A 4A 4A 4A 1 1M 1 1 1M 1 1 1 1 1 1M 1 1 1G 1 1 1 1M 1 1 1 1 1E 1H 1S 1 1 1 1 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P r MI MI NE r In NS MN UM MN M r MI Oa MN MI 10111 MI IIIII IIIII I MIII NM MI NM MI I E Trade Sign Makers Installers (Electrical) Sign Makers Installers (Non Electrical) Soft Floor Layers Solar Controls For Windows Sprinkler Fitters (Fire Protection) Stage Rigging Mechanics (Non Structural) Stone Masons Street And Parking Lot Sweeper Workers Surveyors Telecommunication Technicians Telephone Line Construction Outside Terrazzo Workers Tile Setters Tile, Marble Terrazzo Finishers Traffic Control Stripers Truck Drivers Well Drillers Irrigation Pump Installers Job Classification CLALLAM COUNTY Effective 9 -1 -2010 Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Chain Person Instrument Person Party Chief Journey Level Cable Splicer Hole Digger /Ground Person Installer (Repairer) Special Aparatus Installer I Special Apparatus Installer II Telephone Equipment Operator (Heavy) Telephone Equipment Operator (Light) Telephone Lineperson Television Groundperson Television Lineperson /Installer Television System Technician Television Technician Tree Trimmer Journey Level Journey Level Finisher Journey Level Asphalt Mix Over 16 Yards (W WA -Joint Council 28) Asphalt Mix To 16 Yards (W.WA -Joint Council 28) Dump Truck Dump Truck And Trailer Other Trucks (W WA -Joint Council 28) Transit Mixer Irrigation Pump Installer Oiler Well Driller Page 11 Wage Holiday Overtime Notes $19 29 1 $12 15 1 $40 96 5A 2X $10 31 1 $22.59 1 $13 23 1 $46 72 5A 1M $16.00 1 $9 35 1 $11.40 1 $13.40 1 $35 09 5A 1E $32 27 5A 2B $18.10 5A 2B $30 94 5A 2B $32 27 5A 2B $31 62 5A 2B $32 27 5A 2B $30 02 5A 2B $30 02 5A 2B $17.18 5A 2B $22.73 5A 2B $27.09 5A 2B $24.35 5A 2B $30 02 5A 2B $46.88 5A 1M $46 88 5A 1M $40 71 5A 1B $38 90 5A 1K $46 47 5D 1T 8L $45 63 5D 1T 8L $20 23 1 $20 23 1 $46.47 5D 1T 8L $23 73 1 $11 60 1 $9 45 1 $11 60 1 BENEFIT CODE KEY EFFECTIVE 09 -01 -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 D 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 (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 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. G. 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 J 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 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. M 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 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 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 09 -01 -2010 -2- 1 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 (10) 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. R 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 HOURS 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 (8) 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 PM SATURDAY TO 6 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 (12) 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 00 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 2 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 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 09 -01 -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 (8) 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. 2 I ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE HALF TIMES 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. J 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. K. 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 (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE M 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 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 09 -01 -2010 -4- W 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 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 (8) 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 YEARS 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 (11) 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) H. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6) I HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6) J 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 BENEFIT CODE KEY EFFECTIVE 09 -01 -2010 -5- Q 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) 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) C 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 1/2) 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 (11) 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) I. PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) J 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) Q 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 I I I BENEFIT CODE KEY EFFECTIVE 09 -01 -2010 -6- 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) W. 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 (10) 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) Z 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 8 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 100' $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' $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' $2.00 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 M. 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 $0.50, AND LEVEL D• $0 25 P WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS CLASS A SUIT $2 00, CLASS B SUIT. $1.50, CLASS C SUIT. $1 00, AND CLASS D SUIT $0 50 DATE REPLY REQUESTED ORIGINATOR SIGNATURE. COMMENTS: REQUEST FOR INFORMATION (RFI) FORM PROJECT NAME: F- Street Substation Feeder 1202 UDarades PROJECT /CONTRACT NUMBER CL01 -2009 ORIGINATOR. Owner Contractor ITEM: REFERENCE DRAWING OR SPECIFICATION DESCRIPTION OF CLARIFICATION /REQUEST. CRITICAL TO SCHEDULE: YES NO DATE: RFI Number Project Name F- Street Substation Feeder 1202 Uporades Date Contractor Project No. CL01 -2009 DESCRIPTION OF WORK You are ordered to perform the following described work upon receipt of an approved copy of this Change Order: Such work will be compensated by. 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 DAYS RFI Amount with applicable sales tax included .APPROVED BY. PROJECT ENGINEER CITY ENGINEER CONTRACTOR PUBLIC WORKS UTILITIES DIRECTOR CITY MANAGER CITY COUNCIL APPROVAL DATE CONTRACT CHANGE ORDER (CCO) NO. Qty Unit Cost Per Unit Cost Net Cost Adj Days O ng I I I I I I Rev OngI 1 1 1 1 Rev I I I I I ORIGINAL CURRENT EST NET CHANGE TOTAL CHANGE ORDERS, EST CONTRACT AFTER CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER 1* I* 1* I* I DAYS I DAYS I DAYS I DAYS 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 SIGNATURE: DATE: FROM: 1 2 3 4 5 6 7 8 9 10 11 pOAT gn, TO: City of Port Angeles Public Works Utilities Department P.O Box 1150 Port Angeles, WA 98362 PERIOD From Continued on Page 2 CONTRACTOR'S APPLICATION FOR PAYMENT F- STREET SUBSTATION FEEDER 1202 UPGRADES PROJECT NO. CL01 -2009 Page 1 of 2 STATEMENT OF CONTRACT ACCOUNT DATE: PAYMENT REQUEST NO. to [end of period]: Original Contract Amount (Excluding Sales Tax) Total Value of Approved Change Order No(s). (Excluding Sales Tax) I Adjusted Contract Amount [1 +2] Value of Work Completed to Date (per attached breakdown) Material Stored on Site (per attached breakdown and material receipts) Subtotal [4 +5] 8.4% Sales Tax (at 8.4% of Subtotal), As Applicable Less Amount Retained (at 5% of subtotal) Subtotal [6 +7 -8] Total Previously Paid 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. I also certify that all lower -tier payments, less applicable retention, have been made by the Applicant for the periods covered by previous payment(s) received by the Applicant to (1) all lower tier subcontractors/ suppliers, and (2) for all materials, equipment and labor used or in connection with the performance of this contract. I further certify that I have complied with all federal, state and local tax laws, including Social Security laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance of this work, and have paid all such taxes, premiums and /or assessments arising out of the performance of the work. I further certify that, to the best of my knowledge, information and belief, all work for which previous payment(s) have been received shall be free and clear of liens, claims, security interests and encumbrances in favor of the Contractor, subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the work. Within seven (7) days of receipt of the payment requested herein, all payments, less applicable retention, will be made through the period covered by this pay request to all my lower -tier subcontractors /suppliers and for all materials, equipment, labor, taxes and assessments arising out of the performance of all said lower -tire work. DATED: CONTRACTOR. SIGNATURE: PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this day of 20 APPROVAL: Project Manager City Engineer CONTRACTOR'S APPLICATION FOR PAYMENT Page 2 of 2 Notary Public in and for the State of residing at My appointment expires Date Date WORKZONE I SHEET PROJECT CONTACT LIST City of Port Angeles TERRY DAHLQUIST ELECTRICAL ENGINEERING MANAGER (360) 417 North Sky Enaineerina BARRY ERONSON PROJECT MANAGER (253) 606 -3629 CLINT THAYER ENGINEER (425) 864-0566 GUY RIDER AUTOCAD TECH (253) 952 -2128 COMPREHENSIVE PROJECT OVERVIEW SCALE 1" 100' City of Port Angeles Feeder F1202 Upgrades TABLE OF CONTENTS DESCRIPTION TABLE OF CONTENTS PROJECT OVERVIEW PROJECT SCOPE PROJECT CONTACT LIST VICINITY MAP GENERAL CONSTRUCTION NOTES ELECTRICAL SYMBOLS LEGEND ABBREVIATION KEY SITE PLAN VIEW WORKZONE 1 SCHEDULES SITE PLAN WORKZONE 2 SCHEDULES TYPICAL TRENCH DETAIL VAULT PLACEMENT DETAILS TYPICAL EXCAVATION DETAIL TYPICAL UTILITY LOCATIONS DETAIL CONDUIT DIAGRAM CIRCUIT DIAGRAM SH 2 3 4 6 PROJECT SCOPE OVERVIEW THIS PROJECT ENCOMPASSES BOTH THE OVERHEAD AND UNDERGROUND MEDIUM VOLTAGE DISTRIBUTION SYSTEM (4 -WIRE WYE WITH MULTI- GROUNDED NEUTRAL) FOR THE CITY OF PORT ANGELES, DEPARTMENT OF PUBLIC WORKS AND UTILITIES THE PROJECT IS LOCATED ALONG SOUTH "0" STREET BETWEEN WEST 10TH STREET AND WEST 14TH STREET THIS PROJECT IS LOCATED WITHIN THE CITY LIMITS OF PORT ANGELES THIS PROJECT HAS TWO DISTINCT SEGMENTS FIRST SEGMENT IS THE MEDIUM VOLTAGE OVERHEAD TO UNDERGROUND CONVERSION FOR THE INSTALLATION OF THE SOUTH "0" STREET SUBDIVISION LOCATED BETWEEN WEST 10TH STREET AND WEST 12TH STREET THE SECOND SEGMENT IS THE FEEDER CABLE UPGRADE AND SWITCH INSTALLATIONS LOCATED BETWEEN WEST 12TH STREET AND WEST 14TH STREET ALL OF WHICH WILL BE BUILT TO THE CITY OF PORT ANGELES, DEPARTMENT OF PUBLIC WORKS AND UTILITIES STANDARDS ONCE THIS PROJECT IS COMPLETE IT WILL BE OWNED, MAINTAINED AND OPERATED BY THE CITY OF PORT ANGELES SPECIFICALLY, THE FIRST PORTION CONSISTS OF THE INSTALLATION OF 10 PADMOUNTED TRANSFORMERS, SECONDARY PEDESTALS, CONDUIT AND CABLES, BOTH PRIMARY AND SECONDARY, CABLES AS DETAILED IN THIS DESIGN PACKAGE ALSO INCLUDED IS THE INSTALLATION OF AN EXPRESS NON -FUSED (600A) 500kCMIL DISTRIBUTION CIRCUIT IN A SEPARATE 6" SCH40 PVC RACEWAY FURTHERMORE THIS PORTION INCLUDES REPLACING (1) NEW FULLY PRESSURE TREATED WOOD POLE AND THE REMOVAL OF 6 EXISTING POLES AND MATERIALS WITH RESPECTIVE GUYING ANCHORING AND THE REMOVAL OF APPROX 720 LINEAR FEET OF EXISTING 336 4 ACSR PRIMARY AND NEUTRAL OVERHEAD CONDUCTORS SPECIFICALLY, THE SECOND PORTION CONSISTS OF THE REPLACEMENT OF THREE EXISTING 30 ABOVE GROUND SECTIONALIZATION CABINETS WITH NEW 30 SEC PME -9 TYPE SWITCHES ALSO INCLUDED IS THE REPLACEMENT OF APPROX 900 LINEAR FEET OF EXISTING 30 1/0 AL PRIMARY CABLE WITH NEW NON -FUSED (600A) 500kCMIL DISTRIBUTION CIRCUIT IN EXISTING 5" SCH40 PVC RACEWAY William R.�;o Fairchild International Airport Mal zr Angeles a ,w c.ww 4W19 4'" y v k's fi W 1 -4„ wP Rt VICINITY MAP NOT TO SCALE uumerserea eeewn 2224 104 Ave East Suite 1 Edgewood, WA 98362 Office (253) 952 -2128 Fax (253) 952 -2140 13400009025 NSC Job Number Clint Thayer Engineer Guy Rider Drafter Barry Eronson Checked: Wayne Hagan Approve¢ r aR o wnwn s y l GT r e: Mi'1- _c1 EXPIRES 11119/24u j Revisions No Date Description City of Port Angeles Feeder F1202 Upgrades South O St Between West 10th St and West 14th St Port Angeles, WA 98362 COVER PAGE PROJECT OVERVIEW SCOPE TABLE OF CONTENTS VICINITY MAP Sheet 1 Of 6 GENERAL CONSTRUCTION NOTES SAFETY EMPLOYEES SHALL ADHERE TO ALL APPLICABLE SAFETY STANDARDS USE PROPER VEHICLE GROUNDING AND BARRICADING PER STATE AND FEDERAL REQUIREMENTS SYSTEM GROUNDING REQUIREMENTS, PER CITY OF PORT ANGELES (COPA), STATE, AND FEDERAL CODES SHALL BE USED PERSONAL PROTECTIVE GROUNDING REQUIREMENTS, PER STATE AND FEDERAL CODES SHALL BE USED PRE CONSTRUCTION A PRE- CONSTRUCTION MEETING IS REQUIRED PRIOR TO THE START OF CONSTRUCTION THE PROJECT ENGINEER WILL BE SCHEDULED TO ATTEND THIS MEETING TO PROVIDE INPUT AND CLARIFICATION NOTIFY APPROPRIATE AUTHORITIES 48 TO 72 HOURS OR AS REQUIRED BY PERMITTING AGENCY BEFORE STARTING WORK ALL CONSTRUCTION SHALL BE PREFORMED BY QUALIFIED ELECTRICAL WORKERS EACH EMPLOYEE SHALL CARRY CURRENT FIRST AIDE CARD AND REQUIRED SAFETY EQUIPMENT CONTRACTOR AND THEIR EMPLOYEES SHALL ADHERE TO ALL SAFETY STANDARDS FOR ELECTRICAL WORKERS AS DEFINED IN WAC 29545 SAFETY STANDARDS FOR ELECTRICAL WORKERS AND THE NATIONAL ELECTRICAL SAFETY CODE LOCATE 8 MARK ALL UTILITIES PRIOR TO CONSTRUCTION, UTILIZING THE LOCAL "ONE -CALL" SYSTEM AND ANY UTILITIES WHICH DO NOT PARTICIPATE OR "PRIVATE LOCATORS" HAND EXCAVATE (POTHOLE) ALL MARKED UTILITIES WITHIN CONSTRUCTION ROUTE, PRIOR TO START OF CONSTRUCTION DRAWINGS LOCATIONS OF EXISTING FEATURES AND FACILITIES ARE BASED ON DRAWINGS PROVIDED BY THE OWNER FIELD VERIFICATION SHOULD BE MADE BEFORE STARTING PROJECT THE INTENT OF THE DRAWINGS IS TO INCLUDE ALL ITEMS NECESSARY FOR THE PROPER EXECUTION AND COMPLETION OF THE WORK, HOWEVER, ANY ITEM OR DETAIL NOT SPECIFICALLY MENTIONED IN THE SPECIFICATIONS OR SHOWN ON THE DRAWINGS BUT WHICH IS NECESSARY TO PRODUCE THE INTENDED RESULTS SHALL BE INCLUDED MAINTAIN ON SITE, IN GOOD CONDITION, A COMPLETE FILE OF CONSTRUCTION DRAWINGS THESE DRAWINGS SHALL BE AVAILABLE AT ALL TIMES TO THE OWNER'S SITE REPRESENTATIVE ALL CHANGES IN THE DESIGN DURING CONSTRUCTION WILL REQUIRE NOTIFICATION AND APPROVAL OF THE OWNER PRIOR TO MAKING CHANGES CORRECTIONS AND CHANGES SHALL BE RECORDED CONTINUOUSLY ON THESE DRAWINGS THE CONTRACTOR SHALL CONTINUOUSLY MAINTAIN A MARKED SET OF "AS- BUILT" DRAWINGS AND SUBMITTALS AS THE WORK PROGRESSES, TO INDICATE ALL SIGNIFICANT DEVIATIONS FROM THE ORIGINAL DESIGN, INCLUDING ADDENDA ITEMS AND CHANGE ORDERS MAINTAIN RECORDS OF ALL CONCEALED CONDUITS AND WIRING, AND OF ACTUAL EQUIPMENT LOCATIONS PROVIDE DIMENSIONS FROM ACCEPTED REFERENCE LINES AS NEEDED FOLLOWING COMPLETION OF THE ELECTRICAL INSTALLATION, BUT PRIOR TO FINAL ACCEPTANCE, THE CONTRACTOR SHALL MODIFY ONE COMPLETE SET OF REPRODUCIBLE COPIES WITH ALL "AS- BUILT" INFORMATION AND SUBMIT THESE DRAWINGS AND SUBMITTALS TO THE OWNER FOR APPROVAL EACH DRAWING SHALL BE MARKED "CORRECTED TO AS- BUILT" OR, IF THERE ARE NO CHANGES, DRAWINGS SHALL BE MARKED "NO CHANGES INSTALLATION PER PLAN" MATERIAL SUBMITTALS PROVIDE SUBMITTALS TO THE CITY OF PORT ANGELES FOR THE FOLLOWING 1) MEDIUM VOLTAGE CABLE 2) SWITCH CABINETS 3) CONDUIT 4) TERMINATIONS 5) VAULTS 6) GROUNDING MATERIAL SHOP DRAWINGS SHALL PROVIDE SUFFICIENT DETAIL SO COMPLIANCE WITH THE INTENT OF THESE DESIGN DRAWINGS CAN BE ASCERTAINED CLEARLY IDENTIFY EACH ITEM BY MANUFACTURER, BRAND, TRADE NAME, NUMBER, SIZE, RATING, OR WHATEVER OTHER DATA IS NECESSARY TO PROPERLY IDENTIFY AND REVIEW MATERIALS AND EQUIPMENT OBTAIN APPROVAL BEFORE PURCHASING ITEMS NOT IN ACCORDANCE WITH THE INTENT OF THESES DRAWINGS WILL BE REJECTED FORWARD ALL SUBMITTALS TO THE CITY OF PORT ANGELES REPRESENTATIVE AT ONE TIME IN BOUND FOLDERS WITH TABS AND INDEX FOR EACH SECTION INDIVIDUAL OR INCOMPLETE SUBMITTALS ARE NOT ACCEPTABLE, THE CONTRACTOR SHALL ESTABLISH QUANTITIES, CHECK DRAWINGS AND DATA, VERIFY SPACE REQUIREMENTS DIMENSIONS AND POSSIBLE INTERFERENCES PRIOR TO SUBMITTAL THE CITY OF PORT ANGELES WILL REVIEW EACH SUBMITTAL, MARK TO INDICATE ACTION TAKEN, AND RETURN COMPLIANCE WITH SPECIFIED CHARACTERISTICS IS THE CONTRACTOR'S RESPONSIBILITY APPROVAL OF SUBMITTALS DOES NOT RELEASE THE CONTRACTOR FROM A PROPER INSTALLATION, COMPLIANCE WITH THE DRAWINGS, SPECIFICATIONS, CODES, STANDARDS, ETC, OR COORDINATION OF THE WORK OUTAGES CONTRACTOR SHALL COORDINATE ALL OUTAGES WITH COPA AND IT CUSTOMERS AT LEAST 48 HOURS IN ADVANCE OF OUTAGE QUALITY ASSURANCE ALL WORK SHALL BE IN ACCORDANCE WITH THE FOLLOWING, EXCEPT AS SUPPLEMENTED AND/OR MODIFIED HEREIN ALL MATERIALS, EQUIPMENT AND WORKMANSHIP SHALL BE PROPERLY INSPECTED BY THE CONTRACTOR AND THE OWNER'S REPRESENTATIVE ON SITE CONTRACTOR SHALL PROVIDE ALL SAMPLES, DATA, AND DOCUMENTS NECESSARY FOR SUCH INSPECTION OWNER SHALL BE AFFORDED FULL AND FREE ACCESS AT THE JOBSITE FOR INSPECTION AND TO DETERMINE THE STATUS OF THE WORK •IF CONTRACTOR COVERS ALL OR ANY PART OF THE WORK PRIOR TO ANY INSPECTION OR TEST SPECIFICALLY REQUESTED BY THE OWNER'S REPRESENTATIVE, THE COST OF ANY NECESSARY UNCOVERING AND REPLACING SHALL BE BORNE BY THE CONTRACTOR NEITHER THE FAILURE TO MAKE INSPECTIONS OR TESTS, NOR TO DISCOVER DEFECTIVE WORKMANSHIP, EQUIPMENT, OR PRACTICES SHALL PREJUDICE THE RIGHTS OF THE OWNER TO CORRECT OR REJECT THE SAME AS HEREINAFTER THE INSTALLATION SHALL COMPLY WITH THE MORE STRINGENT OF THE REQUIREMENTS OF THE DRAWINGS SPECIFICATIONS AND ALL LAWS, ORDINANCES, RULES REGULATIONS AND REQUIREMENTS IN EFFECT AT THE SITE INCLUDING CURRENT EDITIONS OF THE FOLLOWING I NESC NATIONAL ELECTRICAL SAFETY CODE 2 OSHA OCCUPATIONAL SAFETY AND HEALTH ACT (AND ITS WASHINGTON STATE EQUIVALENT) 3 WASHINGTON ADMINISTRATIVE CODE (WAC) CHAPTER 296-45 THE FOLLOWING STANDARDS ESTABLISH THE MINIMUM REQUIREMENTS FOR THE EQUIPMENT AND INSTALLATION, UNLESS EXCEEDED BY THE REQUIREMENTS OF THE DRAWINGS OR SPECIFICATIONS 1 ANSI AMERICAN NATIONAL STANDARDS INSTITUTE 2 IEEE INSTITUTE OF ELECTRICAL AND ELECTRONICS ENGINEERS 3 NEMA NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION 4 NETS NATIONAL ELECTRICAL INSTALLATION STANDARDS NOTHING IN THE DRAWINGS OR SPECIFICATIONS SHALL BE CONSTRUED TO DIRECT OR PERMIT WORK NOT CONFORMING TO APPLICABLE LAWS ORDINANCES, RULES REGULATIONS, REQUIREMENTS OR STANDARDS DISCREPANCIES OR CONFLICTS SHALL BE BROUGHT TO THE ATTENTION OF THE OWNER PROMPTLY FOR RESOLUTION THE COMPLETED INSTALLATION SHALL BE IN ACCORDANCE WITH THE STANDARDS AND REQUIREMENTS OF THE NESC TESTING 'PRIOR TO ENERGIZATION ALL NEW PRIMARY MEDIUM VOLTAGE CABLES SHALL BE TESTED IN ACCORDANCE WITH MANUFACTURER RECOMMENDED TESTS APPLICABLE TEST RESULT INFORMATION TO BE RECORDED ON THE FOREMAN'S COPY ALL CABLE AND APPARATUS TESTING MUST BE DONE BY A STATE CERTIFIED TESTING COMPANY MATERIALS GENERAL MATERIALS SHALL BE IN ACCORDANCE WITH THE APPLICABLE CURRENT REQUIREMENTS OF THE CITY OF PORT ANGELES ELECTRICAL ENGINEERING CONSTRUCTION SPECIFICATIONS AND STANDARDS AND MATERIAL SPECIFICATIONS CONTRACTOR SHALL MAKE CERTAIN THAT ALL MATERIALS SELECTED BY HIM OR BY HIS SUPPLIERS, CONFORM EXACTLY TO REQUIREMENTS AND INTENT OF THE DRAWINGS ALL MATERIALS SHALL BE RATED IN COMPLIANCE WITH IEEE AND ANSI STANDARDS ALL MATERIAL AND EQUIPMENT TO BE USED IN CONSTRUCTION MUST BE STORED SO AS TO BE PROTECTED FROM DETERIORATING EFFECTS OF THE ELEMENTS OIL FILLED EQUIPMENT SHALL BE STORED IN AN ADEQUATE OIL CONTAINMENT ENCLOSURE OR IN A LOCKEDISECURED AREA 'SALVAGE AND RETURN TO THE OWNER ALL MATERIALS REMOVED IN THE COURSE OF THE WORK ALL COPPER CONDUCTORS MUST BE RETURNED WITHIN 24 HOURS OF REMOVAL EQUIPMENT VAULTS ALL PADMOUNTED EQUIPMENT SHALL HAVE FIVE SIDED (PENTAHEAD) "TAMPERPROOF" BOLTS ON ALL ACCESS DOORS AND LIDS ALL VAULTS SHALL BE PRECAST CONCRETE WITH ONE -PIECE COVER, LOCKING GALVANIZED STEEL ENTRANCE HATCH, KNOCKOUTS, DRAINS, EMBEDDED CHANNELS, ETC ALL VAULT LIDS AND EQUIPMENT COVERS SHALL BE PRE -CAST CONCRETE, MINIMUM 8" THICK, SIZED AS REQUIRED WITH CABLE ENTRANCE OPENING(S) TO MATCH EQUIPMENT CONDUITS CONDUITS SHALL BE SCHEDULE 40 PVC OR BETTER FLAME RETARDANT AND SHALL BE RESISTANT TO LOW TEMPERATURE AND SUNLIGHT EFFECTS, IMPACT AND CRUSHING FITTINGS, COUPLINGS, ETC SHALL BE OF THE SAME MANUFACTURER AS THE CONDUIT CONDUIT TO BE ELECTRICAL GREY CONDUIT BEND RADIUS SHALL BE A MINIMUM OF 48- INCHES FOR MEDIUM VOLTAGE CABLES AND 24- INCHES FOR 600 VOLT CABLES JOINTS IN THE UNDERGROUND PVC CONDUIT SYSTEM SHALL BE SOLVENT WELDED TO PREVENT THE ENTRANCE OF MOISTURE MEDIUM VOLTAGE PRIMARY POWER CABLES PRIMARY POWER CABLE SHALL BE EITHER 500KCM ALUMINUM EPR, ONE -THIRD CONCENTRIC NEUTRAL OR 1/0 AWG ALUMINUM, EPR, FULL CONCENTRIC NEUTRAL, SUITABLE FOR DIRECT BURIAL, AND USE ON A THREE -PHASE 7 2/12 47KV SYSTEM CABLE SHALL BE MANUFACTURED AND TESTED IN ACCORDANCE WITH ICEA SPECIFICATION S-94 -649, AND ALL APPLICABLE STANDARDS OF THE ASTM AND AEIC SEE DESIGN DRAWINGS TO DETERMINE SIZE AND LOCATION FOR COMPLETE REQUIREMENTS SEE CURRENT CITY OF PORT ANGELES MATERIAL SPECIFICATION I 1) MDUC -301 FOR 15-KV PRIMARY CABLE #500KCM ALUMINUM, EPR INSULATION, ONE -THIRD CONCENTRIC 2) MDUC -101 FOR 15-KV PRIMARY CABLE #1/0 AWG ALUMINUM, EPR INSULATION, FULL CONCENTRIC EXCAVATION, INSTALLATION, BACKFILLING GENERAL CONTRACTOR TO PROVIDE ALL CIVIL WORK TO INCLUDE TRENCHES, BACKFILL SELECT FILL, TRENCH MAINTENANCE AND EXCAVATION FOR ALL PADS AND VAULTS FOR NEW EQUIPMENT, TO ALSO INCLUDE REMOVAL OF STRUCTURES AND FILL MATERIAL AND TAMPING THE CONTRACTOR IS RESPONSIBLE FOR LOCATING ALL UTILITIES WITHIN THE CONSTRUCTION ZONE EXCAVATE TO DEPTHS NOTED IN DRAWINGS AS REQUIRED FOR PROPER COMPLETION OF ALL BELOW GRADE WORK CUT TO SUFFICIENT SIZE TO PROVIDE AMPLE ROOM FOR CONSTRUCTION OF FORMS AND SHORING AS REQUIRED •EXCAVATIONS SHALL BE MAINTAINED IN A SAFE CONDITION AT ALL TIMES TO PROTECT WORKERS EXCAVATIONS LEFT OPEN OVERNIGHT OR ON NON WORKING DAYS SHALL BE COVERED OR SECURED BY MEANS ACCEPTABLE TO THE OWNER TRENCHING AND BACKFILL SHALL BE DONE IN ACCORDANCE TO LOCAL JURISDICTIONAL REQUIREMENTS AND STANDARDS CONDUITS I DUCTBANKS DURING EXCAVATION AND BACKFILLING, EXTREME CARE SHALL BE TAKEN TO KEEP ROCKS AND OTHER ROUGH MATERIAL AWAY FROM THE CONDUITS PACK A MINIMUM OF 3 INCHES OF SAND OR SOFT FILL MATERIAL (FREE FROM STONES ROCKS OR OTHER ROUGH MATERIAL THAT MIGHT BE FORCED AGAINST THE CONDUITS AND CABLES DURING BACKFILLING OR WHEN SETTLING OR FROST HEAVING DISTURBS THE SURROUNDING EARTH) AROUND CONDUITS MULTIPLE CONDUIT DUCTS SHALL BE INSTALLED IN A CONDUIT SPACER RACK OR SEPARATED MANUALLY TO ACHIEVE A MINIMUM 2 -INCH SPACE SEPARATION BETWEEN CONDUITS TO ACHIEVE BETTER BACKFILL AROUND CONDUITS MEDIUM VOLTAGE CABLE CONDUITS SHALL BE INSTALLED WITH A MINIMUM 36" COVER UNLESS OTHERWISE NOTED RESTORATION OF DRIVING SURFACES SHALL MEET OR EXCEED ORIGINAL CONDITION AND WILL BE COMPACTED TO 95% TRENCHING OUTSIDE OF ROADWAYS SHALL BE COMPACTED AS REQUIRED THE CONTRACTOR MAY USE NATIVE BACKFILL PROVIDED THERE ARE NO LARGE ROCKS OR DEBRIS IN THE SOIL CONDUITS SHALL ENTER VAULTS AT A PERPENDICULAR (90- DEGREE) ANGLE TO VAULT FACE CONDUIT ENTRIES INTO VAULTS SHALL BE MORTAR GROUTED AND SMOOTHLY FINISHED A 3" WIDE, YELLOW, POLYETHYLENE WARNING TAPE, PRINTED WITH THE WORDS "CAUTION, BURIED ELECTRIC LINE BELOW SHALL BE DIRECT BURIED 18" ABOVE THE TOPMOST MEDIUM VOLTAGE CONDUIT(S) CONDUITS SHALL BE FIELD TESTED USING A 90% HARD MANDREL AND KEPT FREE OF WATER OR DIRT PRIOR TO INSTALLATION OF NEW CABLE OR CAPPING OF SPARE CONDUITS CONDUITS WITH CABLE INSTALLED SHALL BE PROPERLY SEALED WITH FOAM DUCT SEALANT SPARE CONDUITS 1) EMPTY DUCTS FOR FUTURE USE TO HAVE INSTALLED A 1500 LB TEST MULE TYPE (PULL STRING INSTALLED) WITH 10' COILED AND LEFT HANGING OUT OF EACH END 2) PLUG ALL SPARE CONDUITS IDENTIFIED FOR FUTURE USE (WITHOUT CABLES) WITH RUBBER EXPANSION PLUGS VAULTS 8 EQUIPMENT BEDDING MATERIAL FOR EQUIPMENT, EQUIPMENT PADS VAULTS PEDESTALS, ETC SHALL BE A MINIMUM OF 3 TO 6 INCHES OF 5/8" MINUS CRUSHED ROCK UNLESS OTHERWISE NOTED BACKFILL SHALL BE GOOD COMPATIBLE MATERIAL WITHOUT LARGE ROCKS, CHUNKS OR STICKS BACKFILL SHALL BE PROGRESSIVELY COMPACTED FROM THE BOTTOM TO THE TOP SURFACE, AND SHALL BE WITHOUT VOIDS EQUIPMENT, EQUIPMENT PADS, VAULTS, PEDESTALS, ETC SHALL BE INSTALLED PLUMB AND TRUE, AND SHALL BE SQUARE WITH THE ADJACENT STREETS, SIDEWALKS, AND PROPERTY LINES ETC UNLESS OTHER NOTED OR REVISED BY OWNER THE LOCATION OF SIMILAR ITEMS SHALL BE CONSISTENT CONDUITS SHALL ENTER VAULTS AT A PERPENDICULAR (90- DEGREE) ANGLE TO VAULT FACE CONDUIT ENTRIES INTO VAULTS SHALL BE MORTAR GROUTED AND SMOOTHLY FINISHED ALL PADMOUNTED EQUIPMENT SHALL BE MECHANICALLY SECURED TO THE CONCRETE PAD FOR SECURITY AND SAFETY PADMOUNTED OIL FILLED OUTDOOR TYPE TRANSFORMERS SHALL MEET MINIMUM CLEARANCE REQUIREMENTS FROM BUILDING WALLS AND ROOF OVERHANGS IN ACCORDANCE WITH NEC MEDIUM VOLTAGE PRIMARY POWER CABLES THE CABLE PULLING METHOD SHALL BE IN ACCORDANCE WITH THE CABLE MANUFACTURES BEST AND RECOMMENDED CABLE INSTALLATION METHODOLOGY THE INSTALLATION PULLING TENSION OF ALL NEW MEDIUM VOLTAGE CABLES SHALL BE MEASURED AND RECORDED WITH A CALIBRATED TENSION DEVICE, AND SHALL NOT EXCEED THE MANUFACTURER'S MAXIMUM ALLOWABLE PULLING TENSION, SIDEWALL PRESSURE, AND BENDING RADIUS THE RECORDED TENSIONS CAN BE DIGITAL AND OR MANUAL CABLE PULLING LUBRICANTS SHALL BE SUITABLE TO THE CABLE MANUFACTURER SPECIFICATIONS AND SHALL HAVE NO DAMAGING EFFECT ON THE INSULATION SHIELDING OR CONCENTRIC NEUTRAL WIRES UG GROUNDING PROVIDE TWO GROUND RODS WHEN NOT INSTALLING A SELF GROUNDED VAULT, PER COPA STANDARDS GROUND RODS SHALL BE DRIVEN AT WITH A MINIMUM SEPARATION OF 6-FEET BETWEEN GROUND RODS AND INSTALLED 12 TO 18 INCHES BELOW FINAL GRADE GROUND RODS SHALL BE 'A' DIAMETER BY 8' LONG, COPPER -CLAD STEEL CONNECTIONS AT GROUND RODS SHALL BE EXOTHERMIC WELD TYPE (CADWELD) AND USING A #2 CU BARE GROUND WIRE ENTERING EACH VAULT AND BONDED TO THE GROUND LOOP INSIDE GROUND TERMINALS SHALL BE A #2 AWG BARE COPPER CABLE AROUND THE ENTIRE PERIMETER OF THE VAULT, SUPPORT AS REQUIRED TAP CONNECTIONS TO NEUTRAL AND GROUND CABLES SHALL BE SETH COPPER COMPRESSION TYPE C -TAPS BUSHING MOUNTING BRACKETS, PARKING BUSHINGS, AND BUSHING CAPS IN PAD MOUNTED EQUIPMENT SHALL HAVE THE BLEED WIRE PROPERLY CONNECTED TO GROUND BEFORE ENERGIZING OVERHEAD EXCAVATION. POLE INSTALLATION. FRAMING, CONDUCTORS NEW POLES SET SHALL BE THE CLASS INDICATED ON THE DESIGN DRAWINGS, OR BETTER ALL POLES AND ANCHORS WILL BE STAKED BY THE OWNER OR OWNER'S REP PRIOR TO CONSTRUCTION POLE EXCAVATIONS SHALL HAVE CLEAN LEVEL SURFACES OF UNDISTURBED MATERIAL WITH ADEQUATE BEARING CAPACITY IF SUITABLE BEARING MATERIAL IS NOT ENCOUNTERED THE HOLE SHALL BE CLEARED OF THE UNSUITABLE MATERIAL AND REPLACED WITH 5/8" MINUS CRUSHED ROCK (TAMPED) ALL POLES SHALL BE SET TO A NOMINAL DEPTH OF 10 PERCENT OF THE POLE HEIGHT PLUS TWO FEET, UNLESS OTHERWISE NOTED MINIMUM SETTING DEPTH SHALL NOT BE LESS THAN FIVE FEET POLES SHALL BE SET SO THAT THE CROSSARM GAINS FACE IN OPPOSITE DIRECTIONS ON EVERY OTHER POLE AT LINE ANGLES AND DEADENDS, POLES SHALL BE SET SUCH THAT THEY LEAN AWAY FROM THE STRAIN OF THE PRIMARY CONDUCTORS THEY SHALL BE SET SUCH THAT THE FINAL RAKE IS NOT LESS THAN 1 INCH FOR EACH 10 FEET OF POLE HEIGHT ABOVE GROUND AFTER THE CONDUCTORS ARE INSTALLED AT THE REQUIRED TENSION BACKFILL AND TAMP EACH POLE WITH AT LEAST 1 CUBIC YARD OF 1 -12" CRUSHED ROCK (TAMPED) TO THE FULL DEPTH EXCESS DIRT SHALL BE BANKED AROUND THE BASE OF THE POLE GROUND RODS SHALL BE DRIVEN TO THEIR FULL LENGTH IN UNDISTURBED EARTH, A MINIMUM OF 6 INCHLS FROM THE FACE OF THE POLE THE TOPS OF THE GROUND RODS SHALL BE AT LEAST 2 INCHES BELOW THE SURFACE OF THE EARTH THE GROUND WIRE SHALL BE ATTACHED TO THE ROD WITH A GROUND CLAMP AND SECURED TO THE POLE WITH STAPLES THE CONNECTION BETWEEN THE GROUND ROD AND THE SYSTEM NEUTRAL SHOULD BE MADE BY ONE CONTINUOUS PIECE OF CONDUCTOR (THE POLE GROUND WIRE), AND SHALL BE INSTALLED IN THE SHORTEST AND MOST DIRECT PATH CONNECTIONS TO THE NEUTRAL AND SPLICES IF REQUIRED, SHALL BE MADE USING A COMPRESSION TYPE CONNECTOR ALL NEUTRAL CONDUCTORS ON THE POLE SHALL BE BONDED DIRECTLY TO EACH OTHER, AND CONNECTED TO THE POLE GROUND WIRE IF PRESENT ALL EQUIPMENT GROUND WIRES, NEUTRAL CONDUCTORS, DOWNGUYS, MESSENGER WIRES, AND SURGE- PROTECTION GROUND WIRES SHALL BE INTERCONNECTED AND ATTACHED TO A COMMON (POLE) GROUND WIRE IN ACCORDANCE WITH THE REQUIREMENTS OF THE NESC •IF POSSIBLE, ORDER POLES PREDRILLED AND FULLY TREATED FROM THE MANUFACTURE WOOD POLES THAT ARE FIELD DRILLED SHALL BE TREATED WITH COPPER NAPHTHENATE WHEN CALLED FOR, INSTALL DOUBLE COIL SPRING WASHERS ON THREADED ENDS OF BOLTS, PROPERLY INSTALLED THE CONDUCTOR SHALL BE TIED TO THE TOP GROOVE OF PIN -TYPE OR POST -TYPE INSULATORS ON TANGENT POLES ON ANGLE STRUCTURES, THE CONDUCTOR SHALL BE TIED ON THE SIDE OF THE INSULATOR OPPOSITE THE DIRECTION OF THE STRAIN PIN -TYPE AND POST TYPE INSULATORS SHALL BE TIGHT ON THE PINS AND BRACKETS, RESPECTIVELY AND THE TOP GROOVE SHALL BE IN -LINE WITH THE CONDUCTOR AFTER TYING THERE SHALL BE NO UPLIFT ON PIN -TYPE OR POST -TYPE INSULATORS CONDUCTORS SHALL BE HANDLED WITH CARE AND SHALL NOT BE TRAMPLED ON OR RUN OVER BY VEHICLES THE CONDUCTORS SHALL BE PULLED OVER SUITABLE ROLLERS OR STRINGING BLOCKS PROPERLY MOUNTED ON THE POLE OR CROSS -ARM TO PREVENT BINDING OR DAMAGE WHILE STRINGING ALL CONDUCTORS SHALL BE INSTALLED USING THE APPROPRIATE RULING SPAN AND SAG TABLES ON DEIGN DRAWINGS OR PER STANDARD ALL CONDUCTORS SHALL BE CLEANED THOROUGHLY BY WIRE BRUSHING BEFORE SPLICING OR INSTALLING CONNECTORS OR CLAMPS A SUITABLE OXIDATION INHIBITOR SHALL BE APPLIED BEFORE SPLICING OR APPLYING CONNECTORS OVER ALUMINUM CONDUCTOR DAMAGED PORTIONS OF CONDUCTOR SHALL BE CUT OUT AND THE CONDUCTOR SPLICED SPLICES SHALL BE INSTALLED IN ACCORDANCE WITH THE MANUFACTURER'S SPECIFICATIONS AND RECOMMENDATIONS •IN -LINE INSULATORS SHALL NOT BE USED IN PERMANENT APPLICATIONS, AND SHALL BE REMOVED WHERE MODIFICATIONS ARE MADE TO EXISTING CONDUCTORS ALL OH CONNECTION /JUMPERS FOR PHASES TO BE CONNECTED USING AMPAC WEDGE -TYPE CONNECTORS APPLY GRIT INHIBITOR ON ALL STIRRUP, AND DEAD -END CONNECTIONS ALL NEUTRAL CONNECTIONS SHALL BE MADE WITH COMPRESSION CONNECTORS CONNECT ALL POLE GROUNDS TO NEUTRAL SECONDARY CONDUCTORS SHALL BE INSTALLED SUCH THAT THE CLIMBING SPACE ON THE POLE IS NOT OBSTRUCTED ABBREVIATION KEY 0 AL AWG CU FT EPR kV LB LBS PRI PM PVC SCH SEC SVC SW TERM UG V XFMR ELECTRIC SYMBOLS LEGEND E1 El O D l -0 PHASE ALUMINUM AMERICAN WIRE GAUGE COPPER FEET ETHYLENE PROPYLENE RUBBER (CABLE INSULATION) THOUSAND VOLTS LOADBREAK POUND(S) PRIMARY (12,470 VOLTS 0 TO 0 OR 7200 VOLTS 0 TO GROUND) PADMOUNT POLYVINYL CHLORIDE DUCT /CONDUIT SCHEDULE SECONDARY SERVICE SWITCH TERMINATION UNDERGROUND VOLTS TRANSFORMER SWITCH TRANSFORMER EXISTING TRANSFORMER EXISTING SECTIONALIZATION VAULT NEW TRENCH LINE EXISTING OVERHEAD TRIPLEX EXISTING 1 -PHASE CONDUCTOR EXISTING 3 -PHASE CONDUCTOR EXISTING UTILITY POLE NEW UTILITY POLE SOLID BLADE SWITCH RISER ASSEMBLY UTILITY POLE REMOVAL CONDUIT STREET LIGHT AND POLE PER COPA STANDARD 5001 2224 104 Ave East Suite 1 Edgewood, WA 98362 Office (253) 952 -2128 Fax (253) 952 -2140 13400009025 NSC Job Number Clint Thayer Engineer Guy Rider Drafter Barry Eronson Checked: Wayne Hagan Approved: Revisions No Date Description City of Port Angeles Feeder F1202 Upgrades South O St Between West 10th 5t and West 14th St Port Angeles, WA 98362 GENERAL CONSTRUCTION NOTES ABBREVIATION KEY ELECTRIC SYMBOLS LEGENE Sheet 2 Of 6 1 40 0' SCALE IN FEET Span P01 to P07 P07 to P08 P08 to P09 XING Number X1 X2 X3 Wire Size (3) 336 4 (1) 4/0 (3) 336 4 (1) 4/0 (3) 336 4 ACSR (1) -4/0 ACSR from P01 vol PO2 40' 80' Span Cable Size Number of Footage Phases (ft) V05 to VO9 1/0 AL WIRE REMOVAL SCHEDULE Number of Footage Type Phases (ft) ACSR ACSR ACSR ACSR Locabon SITE PLAN VIEW WORKZONE 1 CABLE REMOVAL SCHEDULE Footage (ft) Remarks Additional Remarks Actual 30 640 30 40 30 105 30 380 POWER 1 I See Type of Qty 1 to I (n) I Conduit I (Each) I I Location "A" I 6 I Sch 80 Pvc I 1 I I V02 I 2 I Soh 80 PVC I I I I H01 I 3 I Sch 80 PVC I 1 I Footage (ft) Actual Remarks Via PO4, P05, and P06 ROAD CROSSING SCHEDULE Length (feet) 60 70 60 SCALE 1" =100' f Additional Remarks Remove Phase Conductors Remove Phase and Neutral Conductors Remove Phase and Neutral Conductors Remove Phase and Neutral Conductors Remarks 13 -Phase 600A Us -Fused Dtstnbubon I1-Phase 200,4 Fused Dlstnbuhar 11 -Phase 600V Secoday Cables THE CONDUIT LIP THAT IS CREATED WHERE THE CONDUIT TRANSITION FROM SCHEDULE 80 PVC TO SCHEDULE 40 PVC MUST BE TRANSITIONED SMOOTH DUE TO THE SMALLER INSIDE DIAMETER OF THE SCHEDULE 80 PVC CONDUIT PULLING THE CABLE FROM THE TERMINATION POLE AT "P01" TO THE SWITCH VAULT AT •O5N" AND FROM THE EXISTING PADMOUNTED TRANSFORMER AT "V01" TO THE NEW PADMOUNTED TRANSFORMER AT V02" WILL HELP ELIMINATE THE POSSIBLE DAMAGE THAT THE CONDUIT UP CAN CREATE TO THE OUTER JACKET ON THE PRIMARY CABLE SEE UTILITY LOCATION DETAIL SH 5 SITE NUMBER SL1 I 150 Watts SL2 I 150 Watts WATTS FED FROM PEDESTAL INSTALLATION SCHEDULE M peal! Horner or She Poalons I Remarks Hendhob Repaired 1101 Pedestal 3 Serves Lot 10 and 11 1102 Pedestal 1 Serves Lot 8 and 9 H03 Pedestal 1 Serves Lot 7 H04 Pedestal 1 Serves Lot 6 H05 I Pedestal I 1 (Serves Lot 4 and 5 I H06 I Pedestal I 1 !Serves Lot 12 and 13 1107 I Pedestal I 1 !Serves Lot 2 and 3 H08 Pedestal 1 Sevres Lot 1 LOW VOLTAGE CABLE AND CONDUIT SCHEDULE LOCATION I CABLE Assumed CONDUIT VOLTAGE SIZE LENGTH Lot Comer SIZE LENGTH( BENDS 1 DROP Design Design FROM TO wove riot (ft) to Meter (ft) lin) (ft) 90" 45" 22" 1 11 (Percent) V02 H02 350 10 3 10 2 V02 H03 350 100 I 3 100 2 V03 H04 350 85 3 85 I 2 V03 H05 350 10 3 10 I 2 V03 H06 350 150 I 3 150 I 2 VO4 H07 350 10 I 3 10 I 2 VO4 H08 350 90 3 90 I 2 I SECONDARY UNDERGROUND INSTALLATION SCHEDULE LOCATION I Underground I io ever Haar Puma, SIZES I LENGTH Sep Pole AC Motor, FROM TO I lrroaro as I (FT)" I (Y /N) or Beth P02 H01 I P03 I 1/o I 90 I V H Extra No of Load- Mtn (KW) 2 4 2 STREET LIGHT INSTALLATION SCHEDULE CABLE SIZE CONDUIT SIZE STYLE V02 (3) #10 USE CU 600V 1 Sch40 PVC Ornamental SL1 (3) #10 USE CU 600V 11" Sch40 PVC Ornamental Coln Load (KW) 21 21 V03 VO4 V08 V07 VOLTAGE FLICKER (Percent) 11 15 11 O 16 11 14 V� Voltage 4% Max DROP' 1 120 I 348 I 253 348 COPA STANDARD NUMBER S -0-01 S -0-01 Site Vauk See VO1 V02 V05 48 "X72" Vault VO5N 84 "X84 "X42" Vault (35AR04) 48 "X72" Vault Vault Cover Size 42'5(42" Transformer Pad with /2"X27' Access Hole 42 "X42" Transformer Pad with 12 "X27" Access Hole 42 "X42" Transformer Pad with 12 "X27" Access Hole 42 "X42" Transformer Pad with 12 "X2T' Access Hole 48 "X96" Cover 84 "X87 "X6" Cover with (2) 63 "X16" Access Holes 427442" Transformer Pad with 12"X27" Access Hole Site P01 45 (D27) 48 "X96" Cover Location S ¢e CONDUIT from I to I (in) I Ory I T y p P01 I VO5N 6 I 1 I Sch40 PVC Vol V02 2 I 1 I Sch40 PVC I V02 V03 2 I 1 I Sch40 PVC I V03 VO4 2 I 1 I Sch40 PVC I VO4 VO5N 1 2 I 1 I Sch40 PVC I VO5N VO6 VO5N I V07 VO5N I VO9N I Pole Height !Class! Year 3 2000 P02 40 3 2000 P03 40 3 2000 PO4 40 3 2000 P05 40 3 2000 P06 40 3 2000 P07 40 3 2000 P08 40 3 2000 P09 40 3 2000 VAULT AND EQUIPMENT SCHEDULE Type Size of Apparatus 75kVA PM Xfmr 120240V -10 50kVA PM Xfmr 120/240V 10 30 Sectionalizaton Cabinet SEC PME -9 Switch (2) -Solid (2) Fused 37 5kVA PM Xfmr 120240V -10 30 Sectionalization Cabinet Install Remove Replace Remove Remove All MIsc Lune Hardware Additional Matenal Needed Phasing Inst (1) 200A 15kV Rated Load Break Elbow 37 5kVA PM Xfmr lost (2) 200A 15kV Rated Standard Number 120/240V 10 Load Break Elbows U -1 -03 Inst (2) 200A 15kV Rated Load Break Elbows 37 5kVA PM Xfmr lost (2) 200A 15kV Rated 120/240V 10 Load Break Elbows lost (6) 600A 15kV Rated Non -Load Break Elbows Inst (5) 200A 15kV Rated Load Break Elbows Inst (1) 200A 15kV Rated Insulated Dust Cover Remove Remove Pole and Return to COPA Remove All Mist Line Hardware Remove Rena ve Pole and Return to COPA Remove All Misc Line Hardware Remove Remove Pole and Return to COPA Remove All Mist Line Hardware Rertave Remove Pole and Return to COPA Remove All Miss Line Hardware Remove PER and Retum to COPA Remove Remove Pole and Return to COPA Remove All Mist Line Hardware Framing ?0 B0 B0 B0 A0, B0, CO A0, B0, CO A0, B0, CO POLE SCHEDULE MEDIUM VOLTAGE CONDUIT AND CABLE SCHEDULE I PRIMARY CABLE (15kV Rated) Length I I Cable Size Length I Cable Numbers (ft) (ft) A I B I C 865 I 16kV 500kCMIL AL I 925 2761 90 15kV 1/0 AL 130 550 15kV -1 /0 AL 590 175 I 15kV -110 AL I 215 265 I 15kV 110 AL 305 Intercept and Re -Route Existing Cable and Conduit from VO5 to VO5N Intercept and Re -Route Existing Cable and Conduit from V05 to VO5N 2653 2654 See Note 1 116kV 500kCMIL AL I 390 2758 2759 NOTE 1 UTILIZE EXISTING 5" SCH40 CONDUIT INTERCEPT AND REROUTE EXISTING CONDUIT FROM THE EXISTING 3 PHASE SECTIONALIZING CABINET TO THE NEW PME -9 SWITCH Replace Existing Pole with new 45 foot class 3 pole Install 10' 8 Pin Double Arms Assembly in the Une Position Transfer Exisnrg 3 -Phase 336 4 ACSR Fu) Tension Deaderas (SE) Transfer Exisitrg 3 Phase 42 ACSR Ful Tensor Deaderlds(NW) Install 10' 8 Pin Single Cutout Arms or the Buck Poston Install (3) 600A Solid Blade Knife Switches Foreman Mount Cutouts on Road Side of Buck Arms Install (3) 500kCMIL AL Cable Termination Assembly Install Jumpers and Ampact's Install E Pnmary Faser Assembly with Stand-Off Brackets (Full with 3 -Phase 500kCMIL AL) Remove Existing Down Guys Northeast Change -art Existing 25kVA OH Xfmr with 50kVA OH Xfnv Install 3" Secondary Rser Assembly with Stand -Off Brackets (Full with 350kCMIL AL Secondanes) Install 3" Secondary Rser Assembly wi01 Stand Brackets (Full with 1/0 AL Sebondanes) Comments Additional Comments Standard Number This Vault and Transformer are 2762 2767 2778 2768 2769 UM -0-06 Standard Number U -1 -03 Standard Number U -1 -03 Standard Number U -3-09 Existing NEW NEW NEW This Vault and Equipment are Existing NEW 35AR04 Inst SME -20 Type Cartndge and Fuses NO NEW CONSTRUCTION This Vault and Transformer are CO at this site Basting (for location ONLY) 2763 2589 2655 2760 1 To Be Removed T his Vault and Sectionalizing Cabinet are Existing Remarks Remarks D27 This Pole to be Replace due to automoble/pole damage Change out Xfmr Secondary Pole Secondary Pole Remove Pole and Equipment Remove Pole and Equipment Remove Pole and Equipment Remove Pole and Equipment Remove Pde and Equipment Remove Pole and Equipment 2224 104 Ave East Suite 1 Edgewood, WA 98362 Office (253) 952 -2128 Fax (253) 952 -2140 13400009025 NSC Job Number Clint Thayer Engineer Guy Rider Drafter Barry Eronson Checked: Wayne Hagan Approved: Revisions No Date Description City of Port Angeles Feeder F1202 Upgrades South 0 St Between West 10th St and West 14th St Port Angeles, WA 98362 SITE PLAN VIEW WORKZONE 1 SCHEDULES Sheet 3 Of 6 40 D' SCALE o 40' 80' SCALE 1" 100' SITE PLAN VIEW WORKZONE 2 Site I Vault Size V08 V09 48 "X72" Vault V09N 84"X84"X42" Vault )358R09) V10 V11N 84"X84"X42" Vault (35DR09) V12 48 "X72' Vault V13 Site P10 45 (D28) VOSN V09N VO9N VO9N V11N V11N V11 N 3 2000 Vault Cover Sim 42X42" Transformer Pad with 12X27" Access Hole VO8 V10 V11N V12 V13 P10 48 "X96" Cover 84 "X87 "X6" Cover with (2) 63 "X16" Access Holes 42 Transformer Pad with 12 "X27"Access Hole V11 48 "X72" Vault 48 "X96" Cover 84 "X87 "X6" Cover with (2) 63 "X16" Access Holes 48 "X96" Cover 42"X42" Transformer Pad with 12X27" Access Hole Pole Height Class Year Install/ (FT) I I Remove Location CONDUIT Size Length from I to I (in) I Oty I Typ (R) V09N See Note 1 VAULT AND EQUIPMENT SCHEDULE Type Size of Apparatus 50kVA PM Xfmr 120240V -10 30 Sedionalization Cabinet S&C PME -9 Switch (2 )-Solid (2) Fused 50kVA PM Xfmr 120240V -10 30 Sedionalization Cabinet S&C PME -9 Switch (2 )-Solid (2) Fused 30 Sedionalization Cabinet 25kVA PM Xfmr 120240V -10 Additional Material Needed Inst (6) 600A 15kV Rated Non -Load Break Elbows Inst (2) 200A 15kV Rated Load Break Elbows Inst (4) 200A 15kV Rated Insulated Dust Cover Inst (6)600A 15kV Rated Non -Load Break Elbows Inst (4) 200A 15kV Rated Load Break Elbows Inst (2) 200A 15kV Rated Insulated Dust Cover POLE SCHEDULE Framing Install (3) 600A Solid Blade Knife Switches Install (3) 500kCMIL AL Cable Termination Assembly Install Jumpers and Ampact's MEDIUM VOLTAGE CONDUIT AND CABLE SCHEDULE Cable Size 15kV 500kCMIL AL I 390 Intercept and Re -Route Exsting Cable and Conduit from V09 to V09N Intercept and Re -Route Existing Cable and Conduit from V09 to VO9N See Note 1 1 15kV 500kCMIL AL I 510 Intercept and Re -Route Exisang Cable and Conduit from V11 to Vii N Intercept and Re -Route Existing Cable and Conduit from V11 to V11N See Note 1 1 15kV 500kCMIL AL I 20 PRIMARY CABLE (15kV Rated) Length I Cable Numbers (it) I A I B 2758 2885 2027 2333 2888 NOTE 1 UTILIZE EXISTING 5" SCH40 CONDUIT INTERCEPT AND REROUTE EXISTING CONDUIT FROM THE EXISTING 3 PHASE SECTIONALIZING CABINET TO THE NEW PME -9 SIMTCH CABLE REMOVAL SCHEDULE Number of Footage Footage Cable Size Phases (ft) (ft) Remarks Additional Remarks Actual Span V06 to V09 1/0 AL 30 380 V09 to V11 1/0 AL 30 490 V11 to P10 1/O AL 30 10 Phasing CO A0, B0, CO AO, B0, CO CO A0, BO, CO AO, B0, CO A0, B0, CO AO 2759 2886 2028 2889 NO NEW CONSTRUCTION at this site (for location ONLY) NO NEW CONSTRUCTION at this site (for location ONLY) NO NEW CONSTRUCTION at this site (for location ONLY) NO NEW CONSTRUCTION at this site (for location ONLY) C 2760 2331 2332 2887 2029 2890 Comments Standard Number U-3-09 Standard Number U-3-09 Remarks D28 Remarks Remove Phase Conductors Remove Phase Conductors Remove Phase Conductors 2224 104 Ave East Suite 1 Edgewood, WA 98362 Office (253) 952 -2128 Fax (253) 952 -2140 13400009025 NSC Job Number Clint Thayer Engineer Guy Rider Drafter Bony Eronson Checked Wayne Hagan Approved Revisions No Date Description City of Port Angeles Feeder F1202 Upgrades Sheet 4 Of 6 South 0 St Between West 10th St and West 14th St Port Angeles, WA 98362 SITE PLAN VIEW WORKZONE 2 SCHEDULES EXCAVATION PLAN VIEWS 1 1 1 1 1 I III- -III III =1 I Ihf I I� -III —I I! 1= III =1 —I!k 111 =1 48" 11 I 1I1= III 1 III- 111 1 I I_ Iii =1 1 11 =1 6" DIA PVC I !Yl— II I FULL WITH 15kV 500kCMIL 1" MIN CABLE TIP wrs— WIDTH VARIES —sw I PRIMARY TRENCH ,,I.-_-_-111=111= �11 =1Ii—ili —ii1 1=111_=111=m= -f l l I =11 =III= 1 =11 -I I— r TELEPHONE CONDUIT I 1 I 1 I III CABLE TELEVISION CONDUIT TYPICAL UTILITY DUCT BANK DETAILS AT VO5N, VO9N AND V11 N NOT TO SCALE i 3" SAND BEDDING 2" DIA PVC FULL WITH 15kV 1/0 CABLE 3" DIA PVC FULL WITH 600V 350kCMIL CABLE 11' VAULT EXCAVATION DETAIL 36" MIN It�WWII Wll 7 1 1 1 TOP VIEW SIDE VIEW vegL. oaoc CRUSHED ROCK f 111—u lil —II -1 —I I II= :111 1 I I II IIII 1 JIIT lil llll lll f I I I I�� i lll ill- 12" 1 2" lil=-1111..,c- i 1 11111. 111 TELEPHONE CONDUIT 11 =1 11 -1 1 I 11 1 1 1 -1 1' =1 11 -III; II-1 ,III -1 11-- SCALE 1' 2' 11' 2" 1 "MIN 3 "SAND TYP BEDDING WIDTH VARIES SECONDARY TRENCH DUCT INTERCEPT DETAIL 1 NOT TO SCALE 30" MIN 3" DIA PVC FULL WITH 600V 350kCMIL CABLE EXCAVATION AREA, EXCAVATE AS NECESSARY TO EXTRACT VAULT i NOT TO SCALE 10' I I XFMR DUCT INTERCEPT DETAIL 2 2. JILL fL. PARCEL Q OTV O TELCO lT i 3' 1 r HANDHOLE FOREMAN NOTE DURING ENGINEERING PHASE OF PROJECT EXACT LOCATION OF EXISTING CONDUIT WAS NOT FIELD VERIFIED THEREFORE EXACT PLACEMENT OF NEW PME -9 SWITCHES WILL BE DETERMINED ON THE LOCATION OF EXISTING CONDUITS AND THE EXISTING CABLE LENGTH IN SECTIONALIZATION VAULTS SALVAGE AS MUCH AS POSSIBLE EXISTING 1N CABLE RUNS FROM VARIOUS SECTIONALIZATION VAULTS AND 1 -PHASE PADMOUNT MOUNT TRANSFORMERS EXPOSE EXISTING SECTIONALIZATION VAULT ON ALL SIDES TO FACILITATE VAULT REMOVAL CUT -OFF EXISTING CABLE ELBOW ENDS DIG BACK ALONG EXISTING CONDUIT ROUTES DIG BACK FAR ENOUGH ALONG CONDUITS TO BE ABLE TO RING (CUT INTO) THE EXISTING CONDUITS TO FACILITATE PULLING THE EXISTING CABLES OUT OF THE EXISTING SECTIONALZATION VAULT AND OUT OF THE WAY OF THE NEW SWITCH VAULT INSTALLATION. ONCE NEW SWITCH VAULT IS SET SLIDE NEW SECTIONS OF CONDUIT OVER EXISTING CABLE RUNS AS REQUIRED TO COMPLETE A CONTINUOUS DUCT BANK RUN TO THE NEW SWITCH VAULT RE- TERMINATE EXISTING CABLE ENDS AND LAND ON THE NEW SWITCH PER SWTICH DETAILS ROW EASEMENT TRENCH TYPICAL UTILITY LOCATIONS DETAIL EXCAVATION AREA, EXCAVATE AS NECESSARY TO EXTRACT VAULT NOTES 1) T V AND TELCO MAY BE IN THE SAME TRENCH WITH 1 FOOT SEPARATION EXACT LOCATION AS SPECIFIED BY OTHERS 2) 3 FOOT CLEARANCE FROM T V AND TELCO PEDESTALS TO CITY TRANSFORMER PEDESTALS NOT TO SCALE DUCT INTERCEPT DETAIL 3 NOT TO SCALE 2224 104 Ave East Suite 1 Edgewood, WA 98362 Office (253) 952 -2128 2' Fax (253) 952 -2140 1 p P TV C O TELCO HANDHOLE PARCEL ti I 3 MAINTAIN MIN 1' CLEARANCE BETWEEN POLE (P10) AND SWITCH DOOR EXCAVATION AREA, EXCAVATE AS NECESSARY TO EXTRACT VAULT 13400009025 NSC Job Number Clint Thayer Exgtneer Guy Rider Drafter Barry Eronson Checked Wayne Hagan Approved. >t a1 q IEXP1 3 r1H9I,34J Revisions No Date Description City of Port Angeles Feeder F1202 Upgrades South 0 St Between West 10th St and West 14th St Port Angeles, WA 98362 DUCT BANK DETAIL UTILITY DETAIL EXCAVATION DETAIL Sheet 5 Of 6 .�D P-322 NEW A0 2888 B0 2889 C0 2890 NEW A0 2761 B0 2762 CO 2763 NEW A0 2758 B0 2759 CO 2760 CC ?331 NEW A0 2885 B0 2886 CO 2887 35BR09 D28 SOLID BLADE I— W W I- F 0 fC3A .)VERHEAD 35DR09 NOT TO SCALE r G006 kV 7kVA NEW B0 2769 FO t2c' 3042 1 CC 47& D27 1t'R SOLID BLADES I J-1 29 3 -LBC 4 CIRCUIT DIAGRAM 24G005 SOkVA NEW B0 2788 90 42: J EC 437 j h CD 42•' AP 425 A, I/ 022547 e 2C 5 I As A A0 422 B0 24F011 75kVA B0 240004 37kVA EW 80 2778 AG 2553 '101 rTj BC :234 I C0 239- f co 4590 ''.1- TI M593 r 35AR04 12TH ST NEW B0 2787 �m 7 2 14TH STREET Be T47 CO 748 {t .1 190 30 SEC C;BINET 31130 i A0 2.57 0I 891 202_ 0522 X CO 2539 :59 AO 26501 A J!'' -_i e _ss1 CO 25'21 SAMARA DRIVE PARKED J 251 3 -13C 4 TO TERMINATION POLE 0 027 TO PME SWITCH 358609 TO PME SWITCH 35AR04 TO PME SWITCH 0 35DRO9 I TO PME SWITCH 3513609 TO TERMINATIO POLE 0 1328 AO 2761 00 2762 CO 2763 CO 2760 80 2759 AO 2758 A0 2758 B0 2759 CO 2760 CO 2887 B0 2886 A0 2886 2 I I AO 2653 `1 I I BO 2655 (TO CABINET 5251 S CTION SECTIONALIZING I CO 2655 I I CO 2589 TO TRANSFORMER (355006) A0 2766 A0 rI el SWITCH DIAGRAM 35AR04 PME -9 VO5N SCALE NONE 2 3 I A0- IR0- I CO 2331 -TO TRANSFORMER (3513008) I CO 2332 TO TRANSFORMER (35C1004) IRn 21 SWITCH DIAGRAM 35BR09 A0 2885 BO 2886 CO 2887 CO 2890 B0 2889 80 2980 I PME -9 VO9N SCALE NONE 3 I CD 1 B V 4 AO 2027 BO 2028 I CO 2029 SWITCH DIAGRAM 35DR09 PME -9 V11N SCALE NONE TO SECTIONALIZING CABINET .1-251 I no 2333 -TO TRANSFORMER(35CR17) SWITCH NOTE: CITY OF PORT ANGELES (COPA) TO SPECIFY FUSE TYPE AND SIZE PRIOR TO INSTALLATION ROAD CROSSING SCHEDULE XING 1889888 I POWER Length Number I Sva Typed 09 (loot) front I to I On) I Cement I (Ena1) I 30 I P01 I Location `A' 16 SOl80 PVC I 1 I 60 X2 I V01 I 902 I 2 Sch 80 PVC I 1 I 70 X3 1 P02 I 001 I 3 S lh 80 PVC I 1 I 60 LOW VOLTAGE CABLE AND CONDUIT SCHEDULE LOCATION I CABLE I CONDUIT I SIZE LENGTH SIZE LENGTHI BENDS Design Design FROM TO I (110 910 350) (In) (ft) 90° 45° 22 11 V02 H02 350 10 3 10 I 2 V02 H03 350 100 3 100 I 2 V03 H04 350 85 3 85 I 2 I V03 H05 350 10 3 10 2 I V03 H56 350 150 3 150 I 2 I VO4 H07 350 10 3 10 I 2 I VO4 H08 350 90 3 90 I 2 35AR04 EXISTING 5" CONDUIT NOTE 1 EXISTING 2" NOTE2 CONDUIT 35BR09 EXISTING 2" CONDUITT NOTE 10 El-- EXISTING 5" CONDUIT-_ NOTE 1 3 11 4 EXISTING 2" CONDUIT NOTE 2 EXISTING CONDUIT NOTE 2 35DR09 a EXISTING CONDUIT NOTE 1 NEW 1 -3" CONDUIT D27 06 NEW 1 -3" CONDUIT NEW '-1 -3" CONDUIT 06 NEW S 1 -1 "CONDUIT NEW 1 -3" CONDUIT NEW 1 -2" CONDUIT EXISTING CT NOTE2 ONDUI NEW 1-6" CONDUIT NEW -2" CONDUIT NEW 1 -3" CONDUIT from P01 Vol V02 V03 VO4 VO5N VO5N V05N VO9N VO9N VO9N V11N V11N V11N SL 1i 1 03 NEW 1 -3" CONDUIT 04 Location NOT TO SCALE NEW {1-2" CONDUIT NEW 1 -3" CONDUIT 0 03 NE1N 1 -1 "CONDUIT NEW �1 -J" CONDUIT NEW 2" CONDUIT EXISTING CONDUIT NOTE 2 MEDIUM VOLTAGE I CONDUIT I Size I I T" I Length to I (In) (ft) VO5N 6 I 1 I Sch40 PVC I 865 15kV 500kCMIL AL I 925 V02 2 I 1 Sch40 PVC I 90 15kV -110 AL I 130 V03 2 I 1 Sch40 PVC I 550 15kV -110 AL 590 VO4 2 I 1 Sch40 PVC I 175 15kV 1)0 AL 215 VO5N 2 I 1 Sch40 PVC I 265 15kV 1)0 AL 305 VO6 Intercept and Re -Route Existing Cable and Conduit from V05 to VO5N VO7 Intercept and Re -Route Existing Cable and Conduit from V05 to VO5N VO9N See Note 1 I 15kV 500kCMIL AL I 390 VO8 Intercept and Re -Route Existing Cable and Conduit from V09 to VO9N V10 Intercept and Re -Route Existing Cable and Conduit from V09 to VO9N V11N See Note 1 I 15kV 500kCMIL AL I 510 V12 Intercept and Re -Route Existing Cable and Conduit from V11 to V11N V13 Intercept and Re -Route Existing Cable and Conduit from V11 to V11N P10 See Note 1 I 15kV 500kCMIL AL I 20 ONE -LINE CONDUIT DIAGRAM CD) THE CONDUIT LIP THAT IS CREATED WHERE THE CONDUIT TRANSITION FROM SCHEDULE 80 PVC TO SCHEDULE 40 PVC (CROSSINGS X1 AND X2) MUST BE TRANSITIONED SMOOTH DUE TO THE SMALLER INSIDE DIAMETER OF THE SCHEDULE 80 PVC CONDUIT PULUNG THE CABLE FROM THE TERMINATION POLE AT "P01" TO THE SWITCH VAULT AT "VO5N" AND FROM THE EXISTING PADMOUNTED TRANSFORMER AT "V01" TO THE NEW PADMOUNTED TRANSFORMER AT V02" WILL HELP ELIMINATE THE POSSIBLE DAMAGE THAT THE CONDUIT LIP CAN CREATE TO THE OUTER JACKET ON THE PRIMARY CABLE I9 CONDUIT AND CABLE SCHEDULE PRIMARY CABLE (15kV Rated) Cable Size Length I Cable Numbers (ft) I A I B I 2761 2653 2758 2885 2027 2333 2888 NOTE 1 UTILIZE EXISTING CABLE AND 5" SCH40 CONDUIT INTERCEPT AND REROUTE EXISTING CONDUIT FROM THE EXISTING 3 PHASE SECTIONALIZATION CABINET TO THE NEW PME -9 SWITCH NOTE 2 UTILIZE EXISTING CABLE AND CONDUIT (ENGINEERING WAS NOT ABLE TO FIELD VERIFY EXISTING CONDUIT SIZE)- INTERCEPT AND REROUTE EXISTING CABLE FROM THE EXISTING TRANSFORMER, SECTIONALIZATION VAULT TO THE NEW PME -9 SWITCH 2762 2767 2778 2768 2769 2654 2759 2886 2028 2889 C 2763 2890 2224 104 Ave East Suite 1 Edgewood, WA 98362 Office (253) 952 -2128 Fax (253) 952 -2140 13400009025 NSC Job Number Clint Thayer Engineer Guy Rider Drafter Barry Eronson Checked: Wayne Hagan Approve4 Revisions No Date Description 2589 2655 2760 2331 2332 City of Port Angeles 2887 2029 Feeder F1202 Upgrades South 0 St Between West 10th St and West 14th St Port Angeles, WA 98362 ONE -LINE CONDUIT DIAGRAI CIRCUIT DIAGRAM SWITCH DIAGRAMS Sheet 6 Of 6 ATTACHMENT D CITY OF PORT ANGELES ELECTRICAL CONSTRUCTION STANDARDS I I I I I I I I I I I I I I I I I I I Date 5/07 Appd Eng TD Appd Ops JK Revised ITEM I 1 6ft 1. Standard, fiberglass, 23 ft 2. Luminaire, ornamental S 0 01 -A Lantern S 0 01 -B Shielded Historic 3. Lamp, high pressure sodium 4. Control, photo cell 5. Connector kit, fuse Fuse, street light, 5 AMP 6. Handhole 7. 1Y4" flex plastic conduit 8. Wire, #12 -2 USE CU 600 V 1 1 150W, 120 V 1 1 1 1 1 6ft 30 ft QUANTITY STOCK No. 1 ORNAMENTAL STREET LIGHT 150W 120V CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION 1" sch 40 PVC 285 080 00002 285 056 00005 285 056 00006 285 050 00005 285 027 00001 285 034 00049 285 034 00039 285 099 00003 No stock number 280 090 00012 Sheet 1 of 1 5001 Date 8/07 Appd. Eng TD Appd Ops Revised 5/09 CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATIONS SINGLE PHASE PADMOUNT TRANSFORMER Sheet 1 of 2 WITH VAULT U 1 04 Date 8/07 Appd Eng TD Appd Ops Revised 5/09 ITEM 1 Vault 32" X 44" X 36" 1 285 098 00001 2. Transformer Pad 42" X 42" 1 285 098 00005 with 12" X 27" access hole 3. 2" Conduit, sch 40 PVC as required 285 019 00002 4. Bushing Cap, 15kV as required 285 100 00005 5 Not Used. 6 Elbow, loadbreak, 15 KV as required 285 100 00010 7 Clamp, grounding, xfmr case 1 285 097 00013 8. Connector, cnmpit, 2ND" 2 285 097 00158 9. Conductor, #2 cu, 7 str 40 ft 280 016 00008 *10. Lugs, secondry bar, #12 350 MCM 3 285 097 00068 CONSTRUCTION NOTES 1. Grout around conduit 2 Backfill to be mechanically compacted in 6" lifts to 90% maximum Proctor density 3. Ground to be sloped down and away from the top of the vault 4. Provide two #285 074 -00022 ground rods when not using grounded vault. 5. When using ground rods install 12" to 18" below ground level *6 Lugs, provided and installed by City at the transformer ()Connect to ground lug in vault SINGLE PHASE PADMOUNT TRANSFORMER Sheet 2 of 2 WITH VAULT CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION QUANTITY STOCK No. U 1 04 1 I I Date 11/15/06 Appd Eng TD Appd Ops JK Revised 4/08 36° 60' NEUTRAL, 4/0 AL 26 FT CN 40 FT POLE TERMINATION WITH DISCONNECT UNDERGROUND SUBSTATION EXIT POLE 6" PVC RISER CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION 0 CONNECT CONCENTRIC NEUTRALS TO SYSTEM NEUTRAL Sheet 1 of 2 U301 Date 11/15/06 Appd Eng TD Appd Ops JK Revised 6/10 ITEM QUANTITY STOCK No. ae Arrestor, Surge, Intermediate Class 3 285 003 00003 0 Ground rod %a dia x 8ft, copper bonded 1 285 074 00022 aJ Clamp, ground rod 5 8 bronze 1 285 097 00011 al Staples, x 1/4" x .148, HD Galv 1 (box) 285 074 00048 0 Wire, CU, #6, Solid tie 30 ft 280 016 00006 O 600 Amp Disconnect, 15 KV, Solid Blade 3 285 067 00001 0 2 Termination, 15 KV outdoor 3 285 100 00017 O Bracket, 3- Switch Mounting 1 285 078 00009 O 5 Clamp, hot tap 3 285 097 00005 0 6 Split -Bolt Connector, CU 4 285 097 00037 07 Lug, Grounding 3 285 097 00012 08 Bracket, pole riser stand off 15" min. 5 285 078 00005 O9 Clamp, conduit support, 6" 5 285 010 00006 11 Conduit, Sch 40 PVC, 6" 20 ft 285 019 00006 12 Conduit, Sch 80, PVC 6" 10 ft 285 019 00012 0 Elbow, 90 fiberglass, 6" 1 285 019 00068 16 Bell end, Sch 40 PVC, 6" 1 285 019 00019 18 Wire, #2 7 -Str., CU 25 ft 280 016 00008 1 g Wire, 336 ACR 15 ft 280 016 00012 DO 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 U301 SWITCH OPERATING HANDLE ITEM MATERIAL QTY 1 GwdohCmb�o�S&CPNESehon 1 2 Fuses, S&C SME-20 Type, Size as Noted on Plans 3 STOCK 285-099-xxxxx 285-vxx«xx»x 3 Precast Vault Lid 1 xxx-Xom'moum 4 Precast Concrete Vault 1 om'moc'mom» 5 Swi0ohNumber Ta 1/Switch xxx�om'moom Ta g 7 Fused Switch Number Date* 7/10 Appd. Eng. TD Appd.«ps J« Revised PME PADMOUNTED SWITCH 3-PHASE CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION 1-3 xXX-YJm*xXXX Sheet of 2 0U���� Date 7/10 Appd. Eng TD Appd Ops. JK Revised: COMPARTMENT, COMPARTMENT-A 1 2 1 2d 3 1 1 2 3 )11 COMPAR MENT-4 PME -9 COMPARTMENT3 COMPARTMENT-4 1 2 1 2 3 2 1 2 3 COMPARTMENT 3 COMPARTMENT) PME -11 CONNECTION DIAGRAMS PME PADMOUNTED SWITCH 3 -PHASE CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION 1 27 d 1 2 3 In COMPARTMENT) PME 10 Jj 1 2 1 2 3 COMPARTMENT-3 COMPARTMENT) PME 12 Sheet 2 of U309 Date 4/13/05 Appd Eng. TD Appd. Ops. JK Revised. 11/08 ITEM 4 15" V 15" QUANTITY STOCK No. 1. Secondary Pedestal, FG 1 285 099 00004 2 Connector bar, Flood Seal Rubberized Al 3 285 097 00069 3. PVC, sch 40, 3" REMOTE SECONDARY PEDESTAL CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION as required 285 019 00003 Sheet 1 of 1 UM 6 01 17_ P- WWII MINN rr WATER w il H Q STREET Q w I f POWER 10 ft. F� Date 9/7/2004 Appd Eng TD Appd Ops JK Revised 2/07 2ft aft 6ft. 6ft. SEWER 10 15 ft OFFSET FROM PNOPERTY CORNER STAKE WITH WHITE PA NT MOM IMINNI :2 ft V 2ft WATER w w Q Q I I ft 2 ft E TV POWER T` TELCO 2ft aft I —6ft 6 ft. 10 ft OFFSET FROM PNOPERTY CORNER STAKE W /GRADE AND NHITE PAINT U/G power cable In conduit n TRANSFORMER SECONDARY PED. II WATER METER LOCATIONS ARE APPROXIMATE EASEMENT OTHER UTILITY PEDESTAL 1 TV TELCO MAY BE IN THE SAME TRENCH WITH 1 FOOT SEPARATION 2 3 FOOT CLEARANCE FROM TV TELCO PEDESTALS TO CITY TRANSFORMER /PEDESTALS 3 LOCATION OF STREET LIGHT, 6 FEET FROM PROPERTY LINE OR 6 INCHES IF NO CURBS OR SIDEWALKS 4 WATER AND SEWER TO BE LOCATED AS NEEDED STANDARD LOCATIONS TRANSFORMER, VAULT, Sheet 1 of 1 SECONDARY PEDESTALS, AND ASSOCIATED UTILITIES CITY OF PORT ANGELES UM 6 02 ELECTRICAL ENGINEERING SPECIFICATION i Date 4/07 TZET2 Appd Eng TD \w Appd Ops Revised ITEM 5 FT 5 FT 5 FT 5 FT POLE STREET /ALLEY STANDOFF i i i/ i/ i/ i/ y j j Y --I CONDUIT 2' FT ON 40 FT POLE 8 FT (OR JUST BELOW FIRST COUPLING) MIN PER NESC QUANTITY STOCK No POLL CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION CONDUIT RISER, SECONDARY 3 inch PVC STANDOFF 1 Conduit, 3" PVC sch 40 18 ft 285 019 00003 2 Bell end, 3" PVC 1 285 019 00016 3 Bracket, pole riser stand -off, 15" 5 285 078 00005 4 Clamp, 3" conduit support 5 285 010 00003 5 Screw, lag A" x 4" 10 320 071 00001 6 Conduit, 3" PVC sch 80 10 285 019 00009 7 Sweep, 3" 90° 1 285 019 00045 STREET /ALLEY LOCATION DETAIL CONDUIT Sheet 3 of 4 UM 6 03 -3 I I I CITY OF PORT ANGELES PUBLIC WORKS AND UTILITIES Specification for 15kV Primary Cable No. 1/0 Aluminum, EPR Insulation Full Concentric Stock #280 058 -00001 MDUC -101 1.0 Cable, one conductor, No. 1/0 AWG aluminum, ethylene propylene rubber (EPR) thermoset insulation, shielded, full concentric neutral, tree resistant, suitable for direct burial, for use on single phase, 7.2/12.47 kV system. Cable shall be manufactured and tested in accordance with ICEA Specification S -94 -649, and all applicable standards of the American Society of Testing Materials (ASTM) and Association of Edison Illuminating Companies (AEIC). 2.0 Central conductor shall be #1/0 Aluminum, Class B stranded, per ASTM B -609 and B -231. 3.0 Conductor shield shall be semi conducting thermosetting material that is compatible with all cable components with which it is in contact, meeting or exceeding requirements of ICEA S- 94 -649 and AEIC CS8. 4.0 Insulation shall be extruded EPR, meeting or exceeding the requirements of ICEA S -94 -649 and AEIC CS8 for 133% insulation level. 5.0 Insulation shield shall be extruded semi conducting thermosetting material that is compatible with all cable components with which it is in contact, meeting of exceeding the requirements of ICEA S -94 -649 and AEIC CS8. 6.0 Concentnc conductor shall be 16 bare #14 AWG copper wires. 7.0 Jacket shall be black extruded material meeting or exceeding the requirements of ICEA S -94- 649. 8.0 Dimensions shall meet the following minimums: 8.1 Nominal diameter over insulation: 0.84 mils 8.2 Nominal outside diameter: 1.15 inches 8.3 Weight per 1000 feet: 752 lbs. 9.0 Copies of all test results required by AEIC and referenced publications shall be sent to the City of Port Angeles Electrical Engineering Manager prior to cable shipment. 10.0 Ship cable on reels that are standard to the manufacturer using NEMA standards. All reels shall be supplied with metal bushings in the arbor holes. 11.0 All reels shall be covered with Class 2 physical protection per NEMA standards. 12.0 Ampacity in Duct: 170 amps at 90 °C, and 20 °C ambient. 13.0 Manufacturer /Catalog Numbers: 13.1 Okonite Type URO -J #161 -23 -3072 13.2 Prysmian Type Doubleseal #301438A 13.3 Kerite #111A15 -31200 N \PWKS\ LIGHT\ ENGR \#Ongmals\Matenal\MDUC -101 doc 1 of 1 9/29/10 CITY OF PORT ANGELES PUBLIC WORKS AND UTILITIES Specification for 15kV Primary Cable No. 500 MCM Aluminum, EPR Insulation One -Third Concentric MDUC -301 1.0 Cable, one conductor, 500 MCM aluminum, ethylene propylene rubber (EPR) thermoset insulation, shielded, one -third concentric neutral, tree resistant, suitable for direct burial, for use on three phase, 7.2/12.47 kV system. Cable shall be manufactured and tested in accordance with ICEA Specification S -94 -649, and all applicable standards of the American Society of Testing Materials (ASTM) and Association of Edison Illuminating Companies (AEIC). 2.0 Central conductor shall be 500 MCM Aluminum, 37 Class B stranded, per ASTM B -609 and B -231. 3.0 Conductor shield shall be semi conducting thermosetting material that is compatible with all cable components with which it is in contact, meeting or exceeding requirements of ICEA S- 94 -649 and AEIC CS8. 4.0 Insulation shall be extruded EPR, meeting or exceeding the requirements of ICEA S -94 -649 and AEIC CS8 for 133% insulation level. 5.0 Insulation shield shall be extruded semi conducting thermosetting material that is compatible with all cable components with which it is in contact, meeting of exceeding the requirements of ICEA S -94 -649 and AEIC CS8. 6 0 Concentric conductor shall be 16 bare #12 AWG copper wires. 7.0 Jacket shall be black extruded material meeting or exceeding the requirements of ICEA S -94- 649. 8.0 Dimensions shall meet the following minimums. 8.1 Nominal diameter over insulation: 1.29 inches 8.2 Nominal outside diameter: 1.73 inches 8.3 Weight per 1000 feet: 1709 lbs. 9 0 Copies of all test results required by AEIC and referenced publications shall be sent to the City of Port Angeles Electrical Engineering Manager prior to cable shipment. 10.0 Ship cable on reels that are standard to the manufacturer using NEMA standards. All reels shall be supplied with metal bushings in the arbor holes. 11.0 All reels shall be covered with Class 2 physical protection per NEMA standards. 12.0 Ampacity in Duct: 385 amps at 90 °C in duct. 13 0 Manufacturer /Catalog Numbers: 13.1 Okonite Type URO -J #160 -23 -3093 13.2 Prysmian Type Doubleseal 13.3 Kerite #150A15 -33200 N PWKS \LIGHT\ENGR \#Ongmals \Matenal \MDUC -301 doc 1 of 1 9/29/10 1 f PORT 4p 1 WAV F PA 1. GENERAL CITY OF PORT ANGELES PUBLIC WORKS AND UTILITIES Specification for Three -Phase Pad Mounted 600 Amp Switch Cabinets MDUS -301 1.1. This specification covers the electrical and mechanical characteristics of three phase, 60 Hz, 600 ampere pad- mounted switch cabinets. 1.2. All characteristics, definitions, and terminology, except as specifically covered in this specification, shall be in accordance with the latest revision of the following ANSI and NEMA standards. C57.12.28 Pad Mounted Equipment Enclosure Integrity. 2. RATINGS 2.1. Switches and buss shall be rated for 600 A continuous, 25,000 A one second RMS symmetrical fault current, 65,000 A peak withstand current. 2.2. The primary voltage shall be 14.4 kV nominal for use on 12470GrdY/7200V system, and the basic impulse insulation level (BIL) shall be 95 kV. 2.3. Switch terminals shall be equipped with 600 A dead -front bushings. Fuse terminals shall be equipped with 200 A bushing wells. Bushings and bushing well interfaces shall be in accordance with ANSI /IEEE Standard 386 to accept all standard separable insulated connectors and inserts. 3. GENERAL DESIGN 3.1 Switch cabinet shall be free standing, self supporting construction, not intended for bolting directly to transformers, with provisions for cable entrance and exit through the bottom. 3.2 Access to termination compartments shall be controlled by pentahead latching bolt that can only be opened after a padlock is removed. 3.3 Enclosure roof shall be undercoated with an insulating "no- drip" compound. 3.4 A resilient closed -cell gasket on the enclosure bottom flange shall protect the finish from being scratched during installation and isolate it from the alkalinity of a concrete foundation. City of Port Angeles 1 of 3 MDUS -301 (7/10) 3.5 Finish shall be corrosion resistant. 3.6 All switch and fuse components shall be enclosed in an inner grounded steel compartment with a floor of 22 -gauge galvanized steel sheet to keep out foliage and animals. Fiberglass- reinforced polyester barriers shall be provided where required to achieve published BIL ratings. 3.7 Roof sections over the cable compartments shall be hinged to allow easy cable pulling during installation. 3.8 Parking stands shall be adjacent to each bushing and bushing well. Grounding provisions shall be located in each termination compartment suitable for use with separable insulated connectors and related accessories. 3.9 Include provisions for mounting of fault- indicators (not included) with viewing window in door. 4. SWITCHES 4.1 The 600 A switches shall provide 3 -pole load -break switching of 3 -phase source circuits. A folding switch operating handle secured in a switch operating pocket shall be provided with each switch. Switches shall be operable externally without opening cable access doors. S &C Mini Rupters. 4.2 Fuse sections shall accommodate S &C SME -20 power fuses. Fuses shall provide fault protection of the tap circuits and loadbreak inserts and separable insulated connectors shall permit single -pole switching of the taps. A mechanical interlock shall prevent access to the fuse before opening the loadbreak separable insulated connector at the fuse terminal. 5. CATALOG NUMBERS 5.1 Cabinets shall be manufactured by S &C Electric, of the following model and catalog numbers, or approved equals. Quantities of each shall be as specified in the request for bids. 5.2 PME -9: S &C #65152R1 -F2 5.3 PME -10: S &C #65242R1 -F2 5.4 PME -11: S &C #65162R1 -F2 5.5 PME -12: S &C #65172R1 -F2 6. SHIPPING 6.1 Units shall be palletized. City of Port Angeles -2 of 3 MDUS -301 (7/10) 7. WARRANTY 7.1 Any switch failing due to defective design, material, and /or workmanship within twelve (12) months after being energized, or within 18 months after delivery, shall be repaired or replaced without cost, including shipping charges, to the City. Any defect in design, material, and /or construction discovered within this period shall be corrected on all cabinets furnished on the order at the manufacturer's expense. City of Port Angeles END OF MDUS -301 3 of 3 MDUS -301 (7/10)