Loading...
HomeMy WebLinkAbout4.668 Original Contract1 1 For information regarding this project, contact Terry Dahlquist, City of Port Angeles 360 417 -4702 PROJECT MANUAL for WASHINGTON SUBSTATION TRANSMISSION LINE RENOVATION PROJECT NO. CL06 -2007 CITY OF PORT ANGELES WASHINGTON MARCH, 2011 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES MICHAEL C. PUNTENNEY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES LC cd„g Prepared by: oject n sneer Reviewe Deputy Director PROJECT MANUAL for WASHINGTON SUBSTATION TRANSMISSION LINE RENOVATION PROJECT NO. CL06 -2007 O F pORTA/y, e if one N. a N. vAI -QRKS ANo CITY OF PORT ANGELES WASHINGTON MARCH, 2011 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES MICHAEL C. PUNTENNEY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES R? wed by: rf sit Attorney PART I BIDDING REQUIREMENTS: TABLE OF CONTENTS WASHINGTON SUBSTATION TRANSMISSION LINE RENOVATION PROJECT NO. CL06 -2007 Paae No(s). Advertisements for Bids 1 -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 11- 9 Certificate of Insurance (provided by bidder) PART III SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS 111 -1 -6 Section 16315 Overhead Electrical Distribution 16315 -1 -7 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 WASHINGTON SUBSTATION TRANSMISSION LINE RENOVATION PROJECT CL06 -2007 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, March 25, 2011, 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. Rebuild and remove portions of existing 69kV transmission line supplying City of Port Angeles Washington Substation. 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 Advertisement for bids. 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 junsdiction over construction of the project shall apply to the Contract throughout. 1 I BIDDER'S CHECKLIST 1 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 I 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 1 2. Is the amount of the bid deposit at least five percent (5 of the total amount of the bid? I 3. Have the bid forms been properly signed? 4. Do the written amounts of the bid forms agree with the amounts shown in figures? I 5. Have you bid on all items? 6. If Addendum(a) have been issued, have it/they been acknowledged on the Bid I Form? 7. Has the non collusion affidavit been properly executed? I 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? I 9. Have you listed all proposed subcontractors that you will use for the project on the Listing of Proposed Subcontractors form? 1 10. Have you filled out the Bidder's Construction Experience form? The following forms are to be executed after the Contract is awarded: I A. Contract To be executed by the successful bidder and the City. I 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 ohone number. and address of surety and Dower of attorney of sianatorv. C. Insurance certificate(s). 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 r 4 1 STATE OF WASHINGTON COUNTY OF Thurston 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 Bidder /Contractor Subscribed and sworn to before me this 25th day of March ry Public in and for the State of Was ton. Residing at My Comm. Exp.: 1 1 `'3 I -4 I Drovlded to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa com Always Verify Scale 2011. 1 BIDDER'S CONSTRUCTION EXPERIENCE Answer all questions and provide clear and comprehensive information. 1 Name of bidder: Michels Power, A Division of Michels Corporation Registration Number MICHEC *999JB 2 Permanent main office address 817 Main Street: Brownsville. WI 53006 (Corporate Office) 9433 Dowcor Lane S.W.: Tumwater. WA 98512 (WA Office) 3 When organized. 1959 4. Where incorporated. Wisconsin 5. How many years have you been engaged in the contracting business under your present firm name? 52 6. Contracts on hand (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion), contact name and phone number See Attached 7 General character of work performed by your company. Substaton. Overhead andUnderaound Transmission and Distribtuion, Directional Boring, Storm and EmergencyWork 8 Have you ever failed to complete any work awarded to you? No If so, where and why? 9 Have you ever defaulted on a contract? No 10. List the more important projects recently completed by your company, stating approximate cost for each, the month and year completed, contact name and phone number See Attached 11 List your major equipment available for this contract Bucket Truck, Digger Derrick 6x6, Drum Puller. Tensioner. Reel Trailer. Backhoe. Pole Trailer 12 Experience of bidder in construction similar to this project in work and importance. See Attached 13 Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City? See Attached Add separate sheets if necessary The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the City of Port Angeles Date March 25, 2011 Bidder's Signature. Print Name Landon Kluck Title* General Manaaer 1 -5 I P rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www bxwa.com Always Verify Scale 1 ~Cxti s 1 POWER 1 1 1 1 1 1 lberdrola Renewables/ Wind Project Maintenance MidAmerican Energy/ Lower Muscatine 1 Road Hwy 6 Move 1 1 1 1 1 1 Customer /Job Name Alcoa Pole Replacements Horizon Wind/ Lost Lakes Annual Service Agreement Alliant Energy IPL WPL/ Distribution Services Horizon Wind/ Prairie Star Annual Service Agreement Horizon Wind/ Pioneer Prairie Annual Service Agreement MidAmerican Energy/ Sub 56 to Sub G 69kV Line New England Power a National Grid Co./ Gardenville -Homer Hill National Grid/ Gardenville Option 1 New York Power Authority (NYPA)/ Marcy.South Static Line Rehabilitation: New York State Electric. Gas: (NYSEG)kCorning. Valley, Trans. Project New Yort tStatai Electric: &°Gast (NYSEG.) /.'Cbrning Valley CURRENT PROJECTS Scope of Work Pole replacements 13.8 kV Replacement of conductor, switches other hardware Distribution services contract with Alliant Energy IPL WPL encompassing engineering, and overhead underground distribution Annual inspection and- maintenance services performed on.T &E Contracted for five calls annually at a not to exceed price Annual inspection and maintenance services performed on T &E Contracted for five calls annually at a not to- exceed price Annual inspection and maintenance services performed on T &E Contracted for five calls annually at a not to exceed price Miscellaneous Wind Project Electrical Maintenance Install eight new 161 kV structures and three new distribution mid -span poles Install seven double circuit h- frames, 17 double circuit tangent structures and shield wire dead ends Rebuild 21 miles of double circuit 115 kV including foundations and shield wire Culvert installations Phase transpositions Rehabilitation of the static wire on four critical spans. •1 115kV Transmission line 9:2 miles' Single circuit Hwy, river and. RR, crossings Sullivan° Park 11a -15kV Distribution: Substation% S to n ey,.- Ridge° 23O 1115- kW`Di stribu tion Substation; Project Location Ferndale, WA States of Iowa, Wisconsin, &Minnesota Dickinson County, IA Mower County, IA Mitchell County, IA Continental United States 12/31/11 12/31/11 12/31/11 2014 Iowa City, IA 03/15/11 Davenport, IA Buffalo, NY Buffalo, NY Steuben' County, NY Completion Date 03/31/11 20-12 (possible three year extension) 04/15/11 03/31/11 05/31/11 Massena, NY 11/01/12 05/31/11 Painted:Posti 05/31/11 NY° updated 03-09=11 Customer /Job Name Pardeeville; City of/ Distribution Underbuild Pilchuck Contractors Plat Work Peoples Electric Cooperative/ Distribution and Transmission Services PPL Electric Utilities/Siegfried Quarry 69 kV Line PPL Electric Utilities /Cellon Pole Replacements Shell Wind Energy/ Top of Iowa Wind Farm Emergency Response RG &E NYSEG/ Substation Main. Svc. Sacramento Municipal Utility District/ Solano 3 Wind Farm UPPCO Watts Construction Bangor T -Line on Naval Base WE Energies/ Atkinson Ph 5 WE Energies/ Glacier Hills Collection System WE Energies/ Glacier Hills Inner Tower Wiring WE Energies/ Substation Services Xcel Energy/ Substation Services Xcel Energy/ Distribution Services. Vanous Scope of Work 12.47 kV underbuild on 69 kV Transmission line Residential Underground electrical Miscellaneous Distribution and Transmission Rebuild and Construction 69 kV double circuit rebuild Foundations 200, 69 kV and138kV pole replacements Energized Annual inspection and maintenance services performed on T &E Contracted for five calls annually at a not to exceed price Substation maintenance as needed Underground collection, tower wiring, tower erection 1 Substation Maintenance 115 kV transmission line with underbuild Fiber optics 7 mile rebuild and conversion 13.2 kV Installing junction boxes, 34.5 kV terminations, installing cable into turbine switchgear. Electrical installation of 90 Vestas V90 1.8MW Wind Turbines Miscellaneous Substation Services Miscellaneous Substation Services Miscellaneous Distribution Rebuild and.Construction, Various•Storm Contracts Project Location Pardeeville, WI Bothell, WA Rochester, MN Bethlehem, PA Harrisburg/ Lancaster, PA Joice, IA Since its inception;.Michels has never failedto comp lete.a 03/31/11 Ongoing 04/30/11 06/30/11 12/31/11 New York 2012 Sacramento, 12/15/11 CA Michigan 104/15/11 Silverdale, 05/30/11 WA Milwaukee, 10/31/11 WI Friesland, WI 08/31/11 Friesland, WI 12/31/11 State of Wisconsin States of WI, MN, and SD La Crosse, WI` Continental, United, States. Completion Date 03/31/11 12/31/11 12/31/10 Ongoing Ongoing, Michels and its, many operating divisions and subsidiaries. have literally more than 200: jobs in progress at any given time We have already contracted' for various- construction projects, for completion, in 2011. Our current workload. changes weekly. While we can report generally. on our customers;and.the work we have previously, performed; all other ongoing construction. (except municipal,. provincial, state, or federally contracted)` is contractually proprietary in nature and: subject to, confidentiality, provisions of those contracts. Our current =workload.will +in:no wayimpact:our performance,on this project: updated 03-09= t 1 We do not want to hold up your review process in any way and look forward to working with you and your organization. Please contact me if you need anything else or would like to discuss this further. REQUEST FOR FINANCIAL STATEMENTS Attached are the audited Balance Sheets for Michels Corporation covering the last two fiscal years. Michels Corporation is a private, closely held company and we treat our financial statements with the utmost confidentiality. Due to the highly confidential nature of our business and complete financial statements, we have submitted audited balance sheets at this time which is our standard practice. We believe the strength of our balance sheet demonstrates the financial strength and stability of Michels Corporation and subsidiaries. However, John Schroeder, CFO, or Brian Johnson, Executive Vice President, would be happy to meet with you and /or your financial personnel at your offices, or any other convenient location, so that they may personally review a full set of Michels Corporation audited financial statements and notes, including the Income and Cash Flow Statements, and ask questions we just can't leave hard copies behind. We have used this process with other customers who have found the face to face review to be very informative and effective. We trust that you will understand our position not to provide hard copy statements and the necessity for our confidentiality. John Schroeder Chief Financial Officer 817 W Main Street Brownsville, WI 53006 Phone 920 583 -3132 ext 2231 Email Jschroedc Michels. US I) 1 1 1 1 1 1 1 r 1 1 1 1 1 l e 1 BID FORM WASHINGTON SUBSTATION TRANSMISSION LINE RENOVATION Page 1 of 2 Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles, WA 98362 BIDDER: Michels Power, A Divsion of Michels Corporation 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: Continental Casualty Company Surety 333 East Butterfield Road Suite 810 Surety address Lombard. IL 60148 I 6 Weible Cahill, LLC Agent 2300 Cabot Drive Lisle, IL 60532 Agent Address Esther Jimenez 630 245 -4600 Surety Contact and Phone Number Agent Contact and Phone Number I D rovided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa com Always Verify Scale Lump Sum Sales Tax (8.4 Total Bid Telephone No. Signed by Title Printed Name: Date: BID FORM WASHINGTON SUBSTATION TRANSMISSION LINE RENOVATION Page 2 of 2 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. The bidder hereby acknowledges that it has received Addenda No(s). NA (Enter "N /A" if none were issued) to this Project Manual. By signing the Bid Form, the bidder certifies he is not disqualified from bidding on any public works contract 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: Michels Corporation Address: 9433 Dowcor Lane S.W. (Street address) (City) Contractor Registration Number: MICHEC *999JB UBI Number: 601 061 071 Tumwater 162,352.72 13,637 63 175,990.35 General Manaoer Landon Kluck March 25. 2011 360 236 -04782 WA State Industrial Insurance Account Number: 832 318 00 WA State Employment Security Department Number: 39- 0970311 State Excise Tax Registration Number: 601 061 071 I -7 WA 98512 (State) (Zip) 'Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa.com Always Verify'Scale 1 1 1 1 1 1 1 M 1 1 1 1 1 1 l i e By: Pn rpaK tinen A Surety Kimber Surety address Surety Contact and Phone Number Dated Received return of deposit in the sum of BID SECURITY TRANSMITTAL FORM Herewith find an executed Bid Bond or a deposit in the form of a cashier's check, postal money order or other security in lieu of a bid bond in the amount of which amount is not less than five (5 percent of the total bid KNOW ALL MEN BY THESE PRESENTS Michels Power a division That we, of Michels Corporation as Principal andcontinental Casualty Comnanvas Surety, are held and firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of Five Percent of Amount Bid (5%) Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents The condition of this obligation is such that if the Obligee shall make any award to the Principal for WASHINGTON SUBSTATION TRANSMISSION LINE RENOVATION PROJECT CL06 -2007 according to the terms of the bid made by the Principal, and the Pnncipal shall duly make and enter into a contract with the Obligee in accordance with the terms of said bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee, or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the advertisement for bids, then this obligation shall be null and void, otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond SIGNED, SEALED AND DATED THIS 25 thday of March 2011 Michels Power a division of Michels Corporation lty Company r 4JL 44:L SIGN HERE BID BOND y R. Holmes, Attorney -In -Fact I -8 Weible Cahill Agent C N A Surety 2300 Cabot Drive, Suite 100 333 S. Wabash, Chicago, IL 60604 Lisle, IL 60532 Agent Address Andrea Warning 630 719 -3100 William Weible, 630 245 -4600 Agent Contact and Phone Number I ov to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa com Always Verify Scale SS STATE OF ILLINOIS COUNTY OF DuPAGE I, Esther C. Jimenez Notary Public of Kane County, in the State of Illinois do hereby certify that Kimberly R. Holmes Attorney -in -Fact, of the Continental Casualty Company who is personally known to me to be the same person whose name is subscribed to the foregoing instrument, appeared before me this day in person, and acknowledged that she signed, sealed and delivered said instrument, for and on behalf of the Continental Casualty Company for the used and purposes therein set forth. Given under my hand and notarial seal at my office in the City of Lisle in said County, this 25 day of March A.D., 2011 (Notary Public) Esth C. Jimenez My Commission expires: 03/26/2015 Notary Sea OFFICIAL SEAL" ESTHER C. JIMENEZ NOTARY PUBLIC, STATE OF ILLINOIS MY COMMISSION EXPIRES 3/26/2015 1 1 1 1 1 1 1 1 1 1 1 1 1 1 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, d that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint William P Weible, William Cahill, Kimberly Sawicki, Melissa Newman, Karen A Ryan, Esther C Jimenez, Kimberly R Holmes, Deborah A Campbell, Mary Anne Sylos, Leigh Ann Francis, Individually of Lisle, IL, their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their Insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies In Witness Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be hereto affixed on this 19th day of August, 2010. APv GASUqo. 2 OORPORATE Q F Ou S897 Form F6853- 5/2009 OFFICIAL aizA PRICE NOTARY AMC STATE OF LINOS 0211416804 EXPIRESOMIS My Commission Expires September 17, 2013 In Unlimited Amounts State of Illinois, County of Cook, ss: On this 19th day of August, 2010, before me personally came Jacquelyne M. Belcastro to me known, who, being by me duly sworn, did depose and say: that she resides in the City of Chicago, State of Illinois; that she is a Senior Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that she knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies CERTIFICATE Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania Eliza Pri ce Jaclyne N>'. Belcastro Senior Vice President Notary Public I, Mary A Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 25 day of March 2011 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania Assistant Secretary ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY 7 1 Authorizing By -Laws and Resolutions This Power of Attorney is made and executed pursuant to and by authonty of the following By -Law duly adopted by the Board of Directors of the Company. "Article IX Execution of Documents Section 3 Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by wntten certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of Insurance, bonds, undertakings and other obligatory instruments of like nature Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authonty, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thererto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney -in- fact." This Power of Attorney is signed and sealed by facsimile under and by the authonty of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17 day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate beanng such facsimile signature and seal shall be valid and binding on the Company Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company "Article VI Execution of Documents Section 3 Appointment of Attorney -in -fact The Chairman of the Board of Directors, the President or any Executive or Senior Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto The President or any Executive, Senior Vice President or the Board of Directors may at any time revoke all power and authonty previously given to any attorney -in- fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17 day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate beanng such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD This Power of Attomey is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article VII Execution of Documents Section 3. Appointment of Attorney -in -Fact. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President may, from time to time, appoint by wntten certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto The Chairman of the Board of Directors, the President or any Executive, Senior Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attomey-in-fact." fi 1 1 1 1 1 1 1 1 1 1 1 1 T 1 his Power of Attorney is signed and sealed by facsimile under and by the authonty of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17 day of February, 1993. "RESOLVED. That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Insurance Company may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Insurance Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Insurance Company. Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Insurance Company." 1 PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT PUBLIC WORKS CONTRACT WITNESSETH: This Contract is made and entered into in duplicate this day of April, 2011 by and between the City of Port Angeles, a non charter code city of the State of Washington, hereinafter referred to as "the City and Michels Corporation, Michels Power Division, a Wisconsin Corporation, hereinafter referred to as "the Contractor Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring specialized skills and other supportive capabilities; and Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth in this Contract. NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein, the parties hereto agree as follows: 1. Scope of Work. The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the following project: Washington Substation Transmission Line Renovation, Project #CL06 -2007. in accordance with and as described in: A. this Contract, and B. the Project Manual, which include the attached plans, Specifications, Special Provisions, submittal requirements, attachments, addenda (if any), Bid Form, Performance and Payment Bond, and C. the 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 Liquidated Damages. A. Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within 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 as set forth in the Project Manual, for each and every day said work remains uncompleted after the expiration of the specified time. 3. Compensation and Method of Payment. A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as incorporated in the Project Manual. B. Payments for work provided hereunder shall be made following the performance of such work, 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 11 2 contributions imposed or required, including, but not limited to, unemployment insurance, workers compensation insurance, social security, and income tax withholding. 5. Prevailing Wale Requirements. The Contractor shall comply with applicable prevailing wage requirements of the Washington State Department of Labor Industries, as set forth in Chapter 39.12 RCW and Chapter 296 -127 WAC. The Contractor shall document compliance with said requirements and shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, incorporated in this Contract have been established by the Department of Labor Industries and are included as an Attachment to this Contract. The Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with the prevailing wage and documentation requirements as set forth herein. 6. Indemnification and Hold Harmless. A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers against and from any and all claims, injuries, damages, losses, or 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: 11 -3 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 Slate of Washington. iv. Builders Risk insurance covering interests of the City, the Contractor, Subcontractors, and Sub contractors in the work. Builders Risk insurance shall be on a all -risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood and earthquake, theft, vandalism, malicious mischief, collapse, temporary buildings and debris removal. This Builders Risk insurance covering the work will have a deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for floor and earthquake perils may be accepted by the City upon written request by the Contractor and written acceptance by the City. Any increased deductibles accepted by the City will remain the responsibility of the Contractor. The Builders Risk insurance shall be maintained until final acceptance of the work by the City. B. Minimum Amounts of Insurance The Contractor shall maintain the following insurance limits: i. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. ii. Commercial General Liability insurance shall be written with limits no less than $3,000,000 each occurrence, $3,000,000 general aggregate and a $3,000,000 products completed operations aggregate limit. 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. i. The Contractor's insurance coverage shall be primary insurance with respect to the City. Any insurance, self insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute with it. ii. The Contractor shall provide City and all Additional Insureds with written notice of any policy cancellation, within two (2) business days of their receipt of such notice 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 proj ect. 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. 11 -5 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 rnaterials 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 11 6 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 Julie Mardis 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: Michels Corporation, Michels Power Division 9433 Dowcor Lane S.W. Tumwater, WA 98512 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. 11 -7 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first set forth above. CONTRACTOR: Michels Corporation, Michels Power Division By: Title: /.e„ee-p Qn s!` •r 1 CITY OF PORT ANGELES: By: City Manage Approved as to F Attest: City Attorney PERFORMANCE and PAYMENT BOND Bond to the City of Port Angeles Bond 929526149 KNOW ALL MEN BY THESE PRESENTS.Michels Power a division of That we, the undersigned, Michels Corporation as Principal, and _continental Casualty 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 See Below 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 Tumwater Washington, this 6 thday of April The conditions of the above obligation are such that: WHEREAS, the City of Port Angeles has let or is about to let to the said Michels Power a division of Michels Corporation the above bounded Principal, a certain contract, the said contract being numbered CL06 -2007, and providing for Washington Substation Transmission Line Renovation (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; now, therefore, If the said Principal.. Michels Power a division of Michels Corporation 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 12 thday of April Continental Casualty Company Surety By imneriy 'olme's Attorney -in -Fact Title 333 S. Wabash Ave. Chicago. IL 60604 Surety Address Andrea Warning 800 262 -4554 Surety Contact and Phone Number One Hundred Seventy Five ($175,990.35) 2011. Michels Power a division of Michels Corporation Principal Title Weible Cahill, 2300 Cabot Dr., #100 Lisle, IL 60532 Agent Address Mike Weible 630- 245 -4600 Agent Contact and Phone Number By Thousand Nine Hundred Ninety and 2011. 35/100 Dollars SS STATE OF ILLINOIS COUNTY OF DuPAGE I, Esther C. Jimenez Notary Public of Kane County, in the State of Illinois do hereby certify that Kimberly R. Holmes Attorney -in -Fact, of the Continental Casualty Company who is personally known to me to be the same person whose name is subscribed to the foregoing instrument, appeared before me this day in person, and acknowledged that she signed, sealed and delivered said instrument, for and on behalf of the Continental Casualty Company for the used and purposes therein set forth. Given under my hand and notarial seal at my office in the City of Lisle in said County, this 12 day of April A.D., 2011 .41/144_ N otary Public) Esther Jimenez My Commission expires: 03/26/2015 Notary Seal "OFFICIAL SEAL" ESTHER C.JIMENEZ NOTARY PUBLIC, STATE OF ILLINOIS MY COMMISSION EXPIRES 3/26/2015 Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and Amencan Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint William P Weible, William Cahill, Kimberly Sawicki, Melissa Newman, Karen A Ryan, Esther C Jimenez, Kimberly R Holmes, Deborah A Campbell, Mary Anne Sylos, Leigh Ann Francis, individually of Lisle, IL, their true and lawful Attorney(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authonzed officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, pnnted on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be hereto affixed on this 25th day of February, 2011. State of Illinois, County of Cook, ss. On this 25th day of February, 2011, before me personally came Stathy Darcy to me known, who, being by me duly sworn, did depose and say: that she resides in the City of Glenview, State of Illinois; that she is a Senior Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that she knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals, that they were so affixed pursuant to authonty given by the Boards of Directors of said insurance companies and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies 1891 Form F6853- 1/2011 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT OFFICIAL SEAL 8.67A PRICE NarAm Fugue STATE OP LL Ot6 Mf TH$ My Commission Expires September 17, 2013 In Unlimited Amounts CERTIFICATE Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania Stathy Darcy 41— s enior Vice President Eliza Price Notary Public I, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscnbed my name and affixed the seal of the said insurance companies this 1 2th day of April 2011 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania c -4-via.444 a Mary A. Rbikaekis Assistant Secretary Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY This Power of Attorney is made and executed pursuant to and by authonty of the following By -Law duly adopted by the Board of Directors of the Company "Article IX Execution of Documents Section 3 Appointment of Attorney -in -Fact The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by wntten certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authonty, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thererto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney -in- fact This Power of Attorney is signed and sealed by facsimile under and by the authonty of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17` day of February, 1993 "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secietary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate beanng such facsimile signature and seal shall be valid and binding on the Company Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company.' ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA This Power of Attorney is made and executed pursuant to and by authonty of the following By -Law duly adopted by the Boaid of Directors of the Company. "Article VI Execution of Documents Section 3 Appointment of Attorney -in -Fact The Chairman of the Board of Directors, the President or any Executive or Senior Vice President may, from time to time, appoint by wntten certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authonty, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President or the Board of Directors may at any time revoke all power and authonty previously given to any attorney -in- fact This Power of Attorney is signed and sealed by facsimile under and by the authonty of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17` day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD This Power of Attorney is made and executed pursuant to and by authonty of the following By -Law duly adopted by the Board of Directors of the Company. "Article VII Execution of Documents Section 3. Appointment of Attorney -in -Fact. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President may, from time to time, appoint by wntten certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any Executive, Senior Vice President or the Board of Directors, may, at any time, revoke all power and authonty previously given to any attorney -in- fact This Power of Attorney is signed and sealed by facsimile under and by the authonty of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17 day of February, 1993 "RESOLVED That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Insurance Company may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Insurance Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Insurance Company Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Insurance Company." 1 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. Addendums issued during bidding. 2. Special Provisions as set forth on pages III 1 through III 6 3. Submittal requirements, as listed on page I11 6 4. Technical Specifications, Section 16315. 5. Project Plans, as set forth in Attachment C. 6. Washington State Department of Transportation's 2010 Standard Specifications for Road, Bridge, and Municipal Construction (English Units), referred to herein as the Standard Specifications. 7. 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 Engineer by using the RFI form contained in Attachment B of this project manual. 111 -2 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. 111 -3 1 -05.10 GUARANTEES Section 1 -05 is supplemented with the following: The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one (1) year from the date of substantial completion. The Contractor shall warrant and guarantee for a period of one (1) year from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship, and the Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments, or other work that may be made necessary by such defects, the City may do so and charge the Contractor the cost thereby incurred. The Performance and Payment Bond shall remain in full force and effect through the guarantee period. Measurement and Payment All costs associated with this itern 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 Tess 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 other than Saturday, Sunday, or a legal local, state or federal holiday. The telephone 111 -4 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 pole replacement and re- energizing of the transmission line within 120 calendar days of the Notice to Proceed, unless a different time frame is expressly provided in writing by the City. Transmission line may only be de- energized for access for 14 calendar days during the 120 day performance period. If said work is not completed within the time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages of $200 per day for each and every day said work remains uncompleted after the expiration of the specified time. 111 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 Fiberglass Poles and Crossarms All material submittals shall be submitted within 28 days after award of the Contract. The Contractor should allow 14 calendar days from receipt by the City Engineer for review and approval or rejection. Except as provided herein, all requirements of Section 1 -05.3, "Plans and Working Drawings of the Standard Specifications shall apply. NOTE: NO CONSTRUCTION SHALL BE PERFORMED ON ANY 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. SECTION 16315 OVERHEAD ELECTRICAL MATERIAL 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 A. This Section supplements and adds to material specifications on the drawing sheets, and includes medium voltage, overhead electrical power distribution and the following: 1. Conductors, connectors, and splices. 2. Hardware and accessories. 3. Switches. B. The Contractor shall provide and install all material specified herein and noted on the drawings as required to provide complete and functional transmission and distribution circuits upon completion. Some material is required to meet City standards, but no material will be provided by the City. 1.3 DEFINITIONS A. ACSR: Aluminum conductor, steel reinforced. B. BIL: Basic impulse level, stated in kilovolts. C. NESC: National Electrical Safety Code, ANSI /IEEE Standard C2, 2007 Edition. D. PALO: City of Port Angeles, Department of Public Works and Utilities, Light Operations Division. E. PAES: City of Port Angeles, Department of Public Works and Utilities, Engineering Services Division. F. RUS: Department of Agriculture, Rural Utilities Service. G. Secondary: Conductors and components for circuits operating at the utilization voltage of 600 V or less. 1.4 SUBMITTALS A. Fiberglass Poles 16315 1 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: Where material listing is available for the material, it shall be listed by an independent agency, with the experience and capability to conduct the testing, that is a member company of the International Electrical Testing Association or is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to PAES. B. Overhead -Line Components, Devices, and Accessories: Currently listed in RUS Informational Publication 202 -1 without restriction for the intended application. C. Comply with NESC, except where stricter requirements are indicated. D. New construction and strength shall be as required by NESC for Grade B construction for heavy line loading, unless otherwise indicated. 1.6 PROJECT CONDITIONS A. Existing Utilities: Contractor shall coordinate all activities with PALO crews. Work may need to be halted at any time if emergency conditions develop. B. Any power outages required for installation of new material shall be scheduled with PALO personnel at least 72 hours in advance. Any system switching shall be done by PALO crews and coordinated by PALO dispatch. PALO reserves the right to postpone or delay any Contractor requested outage depending on specific circumstances, at no increase to Contract cost. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified herein. 2.2 CONDUCTORS, CONNECTORS, AND SPLICES A. Available Manufacturers Conductors: 1. BICC Cables Company. 2. General Wire Cable Co. 3. Hendrix Wire and Cable Inc. 4. King Wire Inc. 5. Okonite Company (The). 6. Southwire Company. B. Available Manufacturers Connectors and Splices: 16315 2 1. AB Chance Co.; Hubbell, Inc. 2. Cooper Power Systems. 3. Hubbell, Inc.; Anderson Electrical Products, Inc. 4. Hubbell, Inc.; Fargo Manufacturing Company. C. Line Conductors (PAES Stock #280 016- 000xx): 1. Bare all- aluminum (AAC), Alloy 1350 -H19, complying with ASTM B 230/B 230M and ASTM B 231/B 231M 2. Aluminum Conductor, Steel Reinforced (ACSR), complying with ASTM B 232/B 232M 3. Hard -drawn copper (CU), complying with ASTM B 1 and ASTM B 8. D. Connectors, Splices, and Conductor Securing and Protecting Components (PAES #285 097- 000xx): Items include wire clamps, ties, conductor armor, fittings, connectors, and terminals. Listed for the specific applications and conductor types and combinations of materials used. Descriptions as follows for various applications: 1. Copper to Copper: Copper alloy, complying with UL 486A. 2. Aluminum Composition to Aluminum Composition: Aluminum alloy, complying with UL 486B. 3. Copper to Aluminum Composition: Type suitable for this purpose, complying with UL 486B. 4. Taps for Medium Voltage Line Conductors (PAES #285 097 00005): Hot -line clamps, screw type, with concealed threads and bare, hard -drawn copper stirrups. Listed for the combination of materials being connected. 5. Splices under Tension: Compression type with strength exceeding the conductors spliced. E. Taps of 336 or 4/0 aluminum conductor shall be made with stirrup clamps attached to the aluminum, and the jumper wires attached to the stirrups with hot line clamps suitable for aluminum or copper taps. Hubbell /Anderson #GA108S6L and #AH4GPXB, or equals. 2.3 HARDWARE AND ACCESSORIES A. PAES Stock #320- 0xx- 000xx: Ferrous -metal items include, but are not limited to, bolts, nuts, washers, insulator pins, eyebolts, and staples. 1. Comply with ANSI C135.1, ANSI C135.2, ANSI C135.4, ANSI C135.14, ANSI C135.22, ANSI C135.33, and RUS Informational Publication 202 -1 listings, and finish shall be hot -dip galvanized. B. PAES Stock #285- 074 00038, 00039 15kV Insulator Pins: Hot -dip galvanized steel, style as indicated, designed to hold vertical -post- or pin -type insulators, with one -bolt attachment to pole. C. PAES Stock #285 074 -00031 Distribution Insulators: Units shall be free from radio interference. 16315 3 1. Line Post shall be porcelain insulators, wet process type, complying with the following types: a. Pin: ANSI C29.5, Class 55 -3. b. Line Post: ANSI C29.7. Include mounting stud of length suitable for each mounting arrangement used. c. Secondary Spool: ANSI C29.3, Class 53 -2. (PAES Std N001) 2. PAES Stock #285 074 00010, 00011: Suspension shall be polymer- composite, fiberglass- reinforced insulators, complying with the following: a. Dead End /Suspension: Comply with CEA LWIG -01. D. Grounding Materials: Comply with PAES Standards using materials listed by RUS for the intended purpose without restriction. Grounding conductors shall be No. 4 AWG, minimum; bare, solid, annealed copper, complying with ASTM B 8, unless otherwise indicated. E. Fiberglass Brackets: Fiberglass conductor brackets (PAES Stock Number 285 -078- 00017) shall be 24" fiberglass rod with gray ultraviolet protective coating, hot dip galvanized ductile iron base, aluminum end mounting plate for up to 3 devices, rated for 10,000 lbs. horizontal tension load and 900 lbs. vertical load. MacLean Power Systems #G1MDAl24AG, or equal. Cutout mounting bracket for crossarms (PAES #285 078 00001) to be Aluma -Form #TB- EMB -1, or equal. 2.4 SWITCHES A. Available Manufacturers: 1. ABB Inc.; Distribution Automation Equipment Division. 2. AB Chance Co.; Hubbell, Inc. 3. Cooper Power Systems. 4. S &C Electric Company. B. Fuse Cutouts: Open type, 15kV, 110 kV BIL rating, rated 100 or 200 A, continuous, as noted on the drawings, complying with ANSI C37.42. 1. Fuses: Enclosed link, Type K, complying with ANSI C37.42. 2. Fuse Current Rating: As noted on the drawings. 3. Switch Current Interrupting Rating: Minimum of 12,000 Asymmetrical Amps. 4. Composite polymer silicone construction. C. S &C Type XS Fused Cutouts, or equal, with extended mounting bracket. 1. PAES #285 028 -00001 100 Amp: S &C #89031 R10 -P -BD 16315 4 2.5 POLES AND CROSSARMS A. Refer to PAES Specifications MDOF -001 and MDOF -002 in Attachment D for fiberglass pole and crossarm specifications. PART 3 EXECUTION 3.1 GENERAL REQUIREMENTS A. Comply with all work procedures required by IEEE C2, Part 4, and State of Washington rules and regulations. B. Apply both pole and cutout numbers to poles per PAES Standard 0M002. Pole numbers to be black text on yellow reflective tape with adhesive backing applied directly to fiberglass poles. On wood poles, apply numbers to black nylon mounting plate. Cutout numbering to be 2" numbers oriented vertically; pole numbers to be 1" high oriented horizontally. DuraLabel or equal. C. Solidly bonded connections shall be maintained for system neutrals between main lines and taps. Where not currently installed per NESC requirements, neutral bonding conductors shall be #4 stranded copper securely stapled at 6 -inch intervals to pole and crossarm. D. Selected PAES construction standards are included in Appendix D to these specifications to provide further pole framing details. Contractor shall provide and install all material for cutout installation detailed thereon, with any modifications noted on the drawings. Some clearances or positions may need to be adjusted to accommodate existing field conditions, but all NESC minimum clearances shall be maintained. E. Install #4 copper ground wires on each new pole as indicated on drawings. Route ground wire inside fiberglass pole from 40 inches below medium voltage neutral position to 6 inches below groundline. Connect to 8 foot ground rod buried completely below grade. F. Existing poles being removed shall become Contractor's property and be disposed of in an environmentally acceptable manner. 3.2 LINE CONDUCTOR INSTALLATION A. Application: Install bare conductors, unless otherwise indicated. Existing medium voltage conductors to be reused. Provide new insulators and hardware for new crossarms and poles. Maintain service to existing customers during construction. B. Existing transmission conductors and insulators to be removed as noted on drawings and delivered to PALO storage yard. C. Armor Rod: Install to protect conductors if line conductors are supported by insulators. 16315 5 D. Flat Aluminum Armor Wire: Install to protect conductors if they are supported by, or attached to, galvanized or coated iron or steel clamps or fittings. E. Support line conductors and taps as follows: 1. Use pre- formed wire ties for conductor attachment to pin and vertical post insulators, unless otherwise indicated. 2. Install wire ties tight against conductor and insulator, and turn ends back, flat against conductor, to eliminate exposed wire ends. 3. Use wire clamps on horizontal post, dead end, and suspension insulators, unless otherwise indicated. 4. Connect taps to 336 conductor with stirrup clamps. Hot line clamps for jumper wires shall connect to the stirrups. 3.3 BRACKET INSTALLATION A. Where specifically noted on the drawings or indicated to follow a PAES standard specification, remove existing steel brackets and install fiberglass bracket for insulators and cutouts as shown in the specifications. Orient position as noted on the drawings. 3.4 HARDWARE AND ACCESSORIES INSTALLATION A. Install washers against wood and under nuts, including eyenuts and locknuts. Install nuts and locknuts wrench -tight on threaded connections. 3.5 INSULATOR INSTALLATION A. Medium Voltage Line Application: Existing insulators are to remain and be reused, except as noted. Install pin type, except install suspension type at corners, angles, dead ends, and other locations where horizontal forces exceed rated values for pin or Tine- post -type units. 1. Install suspension insulators and hardware that have mechanical strength exceeding rated breaking strength of attached conductors. B. Post Insulator Conductor Support: Where installed horizontally and for line angles more than 15 degrees, install clamp -top conductor clamps. C. Install spool -type insulators for secondary lines mounted on clevis attachments or secondary racks. 3.6 CUTOUT, SWITCH, AND FUSE INSTALLATION A. Hook Stick Operated Switches: Install to maximize safe operating access. Switches shall be operable from streets or public rights -of -way. B. Unless noted otherwise, mount new cutouts on existing crossarms in positions shown on the drawings. 16315 6 C. Where construction to a specific PAES standard is called for, mount cutouts on a fiberglass bracket arm according to the standard. 3.7 FIELD QUALITY CONTROL A. Final inspection shall be by PAES pers deficiencies needing correction, and acceptance. B. After completing equipment installation, contamination. END OF SECTION 16315 onnel. Contractor shall receive a list of those shall complete corrections prior to final inspect equipment. Remove spots, dirt, and ATTACHMENT A WASHINGTON STATE PREVAILING WAGE RATES FOR CLALLAM COUNTY Project wage rates shall be subject to the following: 1. Washington State Prevailing Wage Rates for Public Works Contracts Journey Level and Apprentices, Clallam County, as effective on the date of the bid opening. 2. To access applicable prevailing rate of wages by trade, refer to the following Department of Labor and Industries website Zink: http:// www. lni. wa. gov/ TradesLicensing /PreWage /WageRates /default.asp A copy of the applicable prevailing wage rates can be obtained by contacting Terry Dahlquist at telephone: 360- 417 -4702, or by email: tdahlquist @cityofpa.us. A hard copy is available for viewing in person at Port Angeles City Hall, Department of Public Works and Utilities, 321 E. Fifth St., Port Angeles, WA 98362. (THIS PAGE INTENTIONALLY LEFT BLANK) (THIS PAGE INTENTIONALLY LEFT BLANK) PROJECT NAME. Washinaton Substation Transmission Line Renovation PROJECT /CONTRACT NUMBER: CL06 -2007 ORIGINATOR. Owner Contractor ITEM. REFERENCE DRAWING OR SPECIFICATION. DESCRIPTION OF CLARIFICATION /REQUEST DATE REPLY REQUESTED ORIGINATOR SIGNATURE COMMENTS REQUEST FOR INFORMATION (RFI) FORM CRITICAL TO SCHEDULE YES NO DATE RFI Number Project Name Date Contractor Project No. DESCRIPTION OF WORK You are ordered to perform the following described work upon receipt of an approved copy of this Change Order. Such work will be compensated by check one or more of the following as applicable Increase or Decrease in bid items, Force Account; Negotiated Price. The described work affects the existing contract items and /or adds and /or deletes bid items as follows Item Description No 1 2 RFI Qty Unit Cost Per Unit Cost Net Cost Add Days OngI 1 I 1 1 Rev I 1 I 1 1 Ong I 1 I 1 1 Rev I 1 1 1 1 ORIGINAL CURRENT EST NET CHANGE TOTAL CHANGE ORDERS, EST CONTRACT AFTER CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER 1 1 I DAYS 1 DAYS 1 DAYS ZZ 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. I DAYS XX +ZZ -YY All work, materials and measurements to be in accordance with the provisions of the ongmal 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 1 DAYS YY +ZZ DATE. ao s TO: City of Port Angeles Public Works Utilities Department P.O Box1150 Port Angeles, WA 98362 FROM: PERIOD From Continued on Page 2 CONTRACTOR'S APPLICATION FOR PAYMENT WASHINGTON SUBSTATION TRANSMISSION LINE RENOVATION PROJECT CL06 -2007 Page 1 of 2 DATE: PAYMENT REQUEST NO. to [end of period]: STATEMENT OF CONTRACT ACCOUNT 1 Original Contract Amount [Excluding Sales Tax] 2 Approved Change Order No(s) [Excluding Sales Tax] 3 Adjusted Contract Amount (1 +2) 4 Value of Work Completed to Date [per attached breakdown] 5 Material Stored on Site [per attached breakdown] 6 Subtotal (4 +5) 7 8 4% Sales Tax [at 8.4% of subtotal], As Applicable I 8 Less Amount Retained [at 5% of subtotal] 1 9 Subtotal (6 +7 -8) 1 10 Total Previously Paid [Deduction] 11 AMOUNT DUE THIS REQUEST (9 -10) I 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: 1 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. CONTRACTOR'S APPLICATION FOR PAYMENT Page 2of2 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 Notary Public in and for the State of residing at My appointment expires Date Date (THIS PAGE INTENTIONALLY LEFT BLANK) 0) 8 MI NM I MIN=IM MN TABLE OF CONTENTS CITY OF PORT ANGELES SHEET I COVER PAGE OVERVIEW SCOPE WONTY MAP SHEET 2 GENERAL NOTES ELECTRICAL SYMBOLS ABBREVIAT1ONSd STRINGING TABLE •R SHEET I_ NCNB ZONE 1 Ala SPECIFIC CONSTRUCTION NOTES slIEET 4 WORK ZONE 3 ARO SPECIFIC CONSTRUCTION NOTES SHEET 5 DETAILS SHEET 6 DETAILS ANO MATERIAL LIST PROJECT CONTACT LIST CITY OF PORT ANGELES TERRY OPNLOUIST ELECTRICAL ENGINEERING MANAGER (360)6174702 NORTH SKY ENGINEERING WAYNE HAGAN ELECTRICAL ENGINEER (625)666.0556 VASILIYTROFIMENKO [RAFTER (253)507.4063 9 Washington Substation Transmission Line Renovation VICINITY MAP PROJECT SCOPE OVERVIEW REBUILD TEE EXISTING OEENERGI0ED) RAYOI2ER LINE WITH FIBERGLASS POLES 115!0/ INSULATION AND CL EARPNCE AND 550 ACSR BETWEEN 2IID STREET AND THE ALLEY BETWEEN SIN L PR STREETS ALONG CHAMBERS STREET MODIFY EXISTING POLES TRANSFER DISTRIBUNON UNDEABUILO AND ATTACHMENTS AS IN]CATE° IN THESE DRAWINGS DEACEIO TEE RAYCNIER LINE TO THE NORTH AT MD STREET MOAT THE BPA SUBSTATION REMOVE THE REMAINDER. TIE LINE ALONG CHAMBERS STREET MID E LAURp6EN BOULEVARD H AS INDICATED REMOVE DIE EXISTING CODA 094N WASHINGTON-OOLLEGE LINE ANO FACILITIES FROM 2ND STREET TONE ALLEY BETWEEN 0TH 6 ON STREETS ALONG CHAMBERS STREET THE FOLLOWING IS A LISTING OF APPROXIMATE QUANTITIES OF MAJOR MATERIALS 2t OVAL POLES 6326CIRGAT FEET EAST. 20/ RAYONER 69KV LIFE 2350CIRW T FEET EASNOG 556 ACSR CODA WASNNGTONCOLLEGE 69MI LIFE SS POLES 2315- CIRCulT FEET OF NEW 550 ACSR CODA WASHINGTON-COLLEGE 0SKV LINE s s M/ORKZONE 2 SEE SHEET 6 e-.., North Sky Communications Elecmcal Engineenrta Oioisbn A Oeanla Service Company 1303 Central Ave So Suile 201 Kent WA 98032 0)0 (253) 520 3688 Fax (253)020 3985 13300009017 Wayne Hagan Vastlly Troflmenko wanm Chas Roe1Ne Barry Eronson EXPIFES 11,15,10111 Revisions No Date D00000ion 1 2/8/11 BOM City of Port Angeles Washington Substation Transmission Line Renovation Emi to BM &me Pan Mpel. WA COVER PAGE, OVERVIEW, SCOPE AND VICINITY MAP Shoal 1 a 6 3 2 0 0 10 GENERAL 1 1 CONSTRUCTION REOUIREMENTS PRESENTED HEREIN SHALL BE STRICTLY ADHERED TO BY THE CONTRACTOR REQUIREMENTS PRESENTED SHALL BE USED IN CONJUNCTION WITH THOSE PRESENTED ON THE PROJECT DRAWINGS AND SPECIFICATIONS AND MAY ONLY BE SUPERSEDED BY ANV DESCRIBED PROJECT REQUIREMENTS 1 2 ALL POLES STUBS AND ANCHORS WILL BE STAKED BY OTHERS PRIOR TO CONSTRUCTION UNLESS OTHERWISE NOTED IN THE CONSTRUCTION DOCUMENTS THE CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFICATIONS THAT ALL STAKED STRUCTURE AND GUY LOCATIONS ARE IN ACCORDANCE `90TH THE CONSTRUCTION DRAWINGS AND THAT ALL STAKING WILL BE PROTECTED DURING ALL CONSTRUCTION ACTIVITIES 1 3 PRIOR TO CONSTRUCTION THE CITY WILL MAKE A REASONABLE EFFORT TO COMPLETE ANY REQUIRED TREE CLEARING IN ACCORDANCE WITH ALL EASEMENT AGREEMENTS AND VEGETATION MANAGEMENT SPECIFICATIONS THE CONTRACTOR MAY PROCEED WITH THE WORK IF CLEARING REQUIREMENTS HAVE NOT BEEN COMPLETED AND IF CLEARING OPERATIONS DO NOT INTERFERE WIN THE CONTRACTOR 9 OPERATIONS 1 4 SALVAGE AND RETURN ALL COPPER CONDUCTOR REMOVED DURING THE COURSE OF THE WORK WITHIN 24 HOURS OF REMOVAL 15 UPON COMPLETION OF WORK PRINTS STAMPED WITH FOREMAN S COPY' SHALL 130 BENT TO THE CITY ENGINEER WITH ALL AS -BUILT CHANGES NOTED 16 PRIOR TO START OF ANY EXCAVATION THE CONTRACTOR SHALL LOCATE UNDERGROUND UTILITIES AND BE SOLELY RESPONSIBLE FOR DAMAGE TO BURIED UTILITIES CAUSED BY HIS CONSTRUCTION ACTIVITIES 1 7 POLE REMOVALS SHALL BE MARKED WITH AN 'X ON THE DESIGN DRAWINGS 1 6 IT SHALL BE THE PESPONSIBILITY OF THE CONTRACTOR TO HAVE ALL DRAWINGS SPECIFICATIONS APPLICABLE CITY CONSTRUCTION STANDARDS PERMITS ETC AT THE JOBSITE AT ALL TIMES FIELD QUESTIONS CONCERNING ALL INFORMATION PRESENTED ON THE DRAWINGS OR CONTAINED IN THE SPECIFICATIONS AND /OR STANDARDS SHALL BE REFERRED TO AND DISCUSSED WITH THE ENGINEER IT SHALL BE THE RESPONSIBILITY OF THE CITY ENGINEER TO APPROVE ANY OR ALL PROPOSED MODIFICATIONS TO THE DESIGN IT SHALL BE THE CONTRACTORS RESPONSIBILITY TO NOTE ANY APPROVED CHANGES ON THE AS -BUILT COPY OF THE DRAWINGS IF THE CONTRACTOR ELECTS TO ACCEPT INSTRUCTIONS OR INTERPRETATIONS OF DESIGN DRAWINGS AND SPECIFICATIONS BY PERSONS OTHER THAN THE CITY ENGINEER HE SHALL BE RESPONSIBLE FOR ANY REWORK CAUSED BY THE ACCEPTANCE OF ANY ERRONEOUS INSTRUCTIONS 2 0 EXCAVATIONS FOR FIBERGLASS POLES 2 I SAFETY POLE EXCAVATIONS SHALL BE MAINTAINED IN A SAFE CONDITION AT ALL TIMES TO PROTECT THE WORKERS AND THE PUBLIC EXCAVATIONS SHALL REMAIN OPEN NO LONGER THAN 24 HOURS WHILE OPEN EXCAVATIONS SHALL BE COVERED TO PREVENT COLLECTION OF STORM WATER OR OTHER RUNOFF OPEN EXCAVATIONS LEFT OVERNIGHT OR ON NON WORKING DAYS SHALL BE COVERED OR SECURED BY MEANS ACCEPTABLE TO THE CITY OR PERMITTING AGENCY TO PROTECT THE PUBLIC AND ANIMALS THE CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR DAMAGES 22 THE BOTTOM OF ALL EXCAVATIONS IN EARTH SHALL HAVE CLEAN LEVEL SURFACES OF UNDISTURBED MATERIAL WITH ADEQUATE BEARING CAPACITY WHEN SUITABLE BEARING MATERIAL IS NOT ENCOUNTERED THE HOLE SHALL BE CLEARED OF THE UNSUITABLE MATERIAL AND REPLACED WITH COMPACTED SELECT BORROW 23 THE STABILITY OF THE EXCAVATION SHALL BE MAINTAINED UNTIL BACKFILLING IS SATISFACTORILY COMPLETED IF SLOUGHING RAVELING OR CAVING BECOMES A PROBLEM EXCAVATION STABILIZATION METHODS SHALL BE USED 15 SI EEL CASING IS USED THE CASING SHALL BE OF SUFFICIENT STRENGTH TO WTHSTAND THE STRESSES AND VIBRATIONS OF EXCAVATION AND BACKFILL A THE INSIDE DIAMETER OF THE CASING SHALL BE LARGE ENOUGH TO ACCOMMODATE THE POLE AND /OR POLE BEARING PLATES AND SHALL ALLOW SUFFICIENT ROOM FOR TAMPING OPERATIONS B IF REQUIRED BY THE ENGINEER THE CASING SHOULD BE REMOVED DURING BACKFILLING AND TAMPING SO THAT VOIDS ARE NOT FORMED BETWEEN THE POLE AND THE NATURAL EARTH 24 EXCAVATION OF ROCK FROM POLE HOLES SHALL BE ACCOMPLISHED USING AUGERS HYDRAULIC ROCK SPLITTERS DRILL AND SHOOT TECHNIQUES OR ANY OTHER APPROVED METHOD 25 EXCAVATION FOR FIBERGLASS POLE STRUCTURES SHALL ONLY BE TO THE DEPTHS SPECIFIED ON THE PROJECT S OR TO THE SETTING MINIMUM DEPTHS PROVIDED IN TABLE ONE THE MINIMUM SIZE OF THE ANNULUS BETWEEN THE POLE AT GROUND LINE AND THE EDGE OF THE EXCAVATION SHALL BE BETWEEN 6 AND 12 INCHES MINIMUM DEPENDING UPON THE MATERIAL BEING EXCAVATED HOLES SHALL BE EXCAVATED USING AN AUGER EXCAVATION WITH A BACKHOE WILL NOT BE ALLOWED UNLESS APPROVED BY THE CITY ENGINEER GENERAL CONSTRUCTION NOTES LE 8510 I x0i eeTl 50 so TO 30 STRUCTURE SETTING REQUIREMENTS TABLE ONE MINIMUM SETRNO DEPTH /FERN 'HEARTH I MAOGK T5 55 es 93 I T9 THE DEPTHS OF THE HOLE SHALL BE MEASURED AT THE LOW SIDE OF THE HOLE POLES SET PARTLY IN EARTH AND PARTLY IN ROCK SHALL BE SET TO THE DEPTHS SHOWN FOR EARTH 2 8 POLES LOCATED IN POOR SOIL SUBJECT TO NORMAL LOADS SHALL BE OVER EXCAVATED BY TWO FEET OR AS SPECIFIED ON THE DESIGN DRAWINGS POLES LOCATED IN POOR SOIL AND WHICH HAVE LONG SPANS OR ARE SUPPORTING HEAVY EQUIPMENT SHALL BE OVER EXCAVATED BY THREE FEET OR AS SPECIFIED ON THE DESIGN DRAWINGS 2 7 EXCAVATION SHALL BE CONDUCTED AND COORDINATED IN SUCH A WAY THAT EXCAVATED MATERIAL SUITABLE FOR BACKFILL MAY BE RE -USED FOR BACKFILL AND FOR MINOR GRADING AROUND POLES 2 9 THE CONTRACTOR SHALL BE RESPONSIBLE FOR INSTALLATION OF EROSION CONTROL IN ACCORDANCE WITH THE MINIMUM REQUIREMENTS AS SPECIFIED OR IDENTIFIED ON THE PROJECT DRAWINGS THESE REQUIREMENTS MAYBE SUPPLEMENTED OR SUPERSEDED BY PROJECT SPECIFIC REQUIREMENTS AND/OR CONDITIONS OF THE CONSTRUCTION PERMITS CITATIONS AND FINES RESULTING FROM THE FAILURE OF THE CONTRACTOR TO ADEQUATELY INSTALL AND FOLLOW THE EROSION AND SEDIMENT CONTROL REQUIREMENTS SHALL BE BORNE BY THE CONTRACTOR 3 1 POLE 008000ENTS SHALL BE SET TO THE DEPTHS SHOWN IN TABLE ONE OR THE DEPTHS AS SHOWN ON THE DRAWINGS POLES SHALL BE LOCATED AND INSTALLED AS DESCRIBED ON THE DESIGN DRAWINGS 3 2 GROUND RODS SHALL BE INSTALLED ON ALL NEW POLES WITH PRIMARY DISTRIBUTION LINES AND CONNECTED TO THE NEUTRAL 3 3 POLES SHALL BE HANDLED IN SUCH A MANNER AS TO MINIMIZE DAMAGE POLES SHALL NOT BE DRAGGED MOVEMENT OF POLES OVER EXTREME DISTANCES SHALL BE ACCOMPLISHED WITH SKIDS CANT HOOK OR ANY OTHER SURFACE PENETRATING EQUIPMENT SHALL NOT BE USED 34 ANY STRUCTURE OR PORTION THEREOF MAY BE ASSEMBLED ON THE GROUND PRIOR TO ERECTION PROVIDED THAT THE METHOD WILL NOT PERMANENTLY DEFORM OR DAMAGE THE STRUCTURE AND THAT ALL MATERIAL ON THE STRUCTURE WALL BE PROTECTED DURING ERECTION 35 ALL HOLES REQUIRED FOR STRUCTURAL ASSEMBLY WHICH ARE NOT DRILLED OR CUT BY THE POLE MANUFACTURER PRIOR SHALL BE DRILLED IN AN APPROVED MANNER 36 AFTER SETTING AND ALIGNING THE FIBERGLASS STRUCTURES THE BACKFILL SHALL BE MECHANICALLY TAMPED FOR THE FULL DEPTH OF THE EXCAVATION IN LAYERS NOT MORE THAN EIGHT INCHES THICK BACKFILL SHALL CONSIST OF SUITABLE MATERIAL FROM THE EXCAVATION IF INSUFFICIENT MATERIAL IS AVAILABLE SELECT BORROW SHALL BE USED DENSITY OF THE COMPLETED BACKFILL SHALL EQUAL OR EXCEED THAT OF THE SURROUNDING UNDISTURBED EARTH FOR LOCATIONS IN POOR SOIL AND WET EARTH BACKFILLING SHALL RE AS FOLLOWS A WHERE THE POLES ARE SUBJECT TO NORMAL LOADS ANO LINE ANGLES OF TEN DEGREES OR LESS THE BOTTOM AND TOP TWO FEET OF BACKFILL SHALL CONSIST OF EITHER CRUSHED ROCK OR SELECT BORROW MIXED WITH DRY CEMENT B WHERE POLES ARE HEAVILY GUYED OR SUPPORT HEAVY EQUIPMENT THE BOTTOM 12 INCHES OF THE OVER EXCAVATED HOLE SHALL BE FILLED WITH CRUSHED ROCK OR SELECT BORROW MIXED WITH DRY CEMENT THE BACKFILL FOR THESE POLES SHALL BE EITHER CRUSHED ROCK OR SELECT BORROW MIXED WITH DRY CEMENT EXTRA CARE SHALL BE USED IN TAMPING THE BACKFILL FOR POOR SOIL CONDITIONS AND LIFTS SHALL BE THOROUGHLY TAMPED BEFORE ADDITIONAL BACKFILL IS ADDED 37 080384RMS CROSS- BRACES VEE- BRACES AND KNEE-BRACES SHALL BE ASSEMBLED AND ATTACHED IN ACCORDANCE WITH THE DRAWINGS CONNECTORS AND GRID GAINS SHALL BE FULLY SEATED AND ALL BOLTS SHALL BE ADEQUATELY BUT NOT EXCESSIVELY TIGHTENED AFTER THE STRUCTURE HAS BEEN ERECTED AND ALL LOCK NUTS OR EQUIVALENT HAVE BEEN INSTALLED 4 0 BACNFILL MATERIAL 4 1 MATERIAL EXCAVATED FOR TRANSMISSION STRUCTURES SHALL NOT BE REUSED 45 BACNFILL MATERIALS MATERIALS USED FOR BACKFILLING SHALL BE CRUSHED ROCK CONFORMING TO THE REQUIREMENTS OF SECTION 42 42 BORROW FOR BACKFILLING SHALL BE WELL-GRADED CRUSHED STONE HAVING A MAXIMUM PARTICLE SIZE OF 1 IN DIAMETER AND FREE FROM DEBRIS ORGANIC MATTER OR OTHER DELETERIOUS MATERIALS 6 0 GUYS AND ANCHORS 5 1 INSTALLATION OF HIGH VOLTAGE GUY STRAIN INSULATORS SHALL BE IN ACCORDANCE WITH COPA STANDARDS 150001BS FIBERGLASS INSULATORS SHALL BE USED ON 3/8 GUYS AND 30 000LBS FIBERGLASS INSULATORS SHALL BE USED ON 1116 AND 1R' GUYS ALL GUY STRAIN INSULATORS SHALL BE EIGHT FEET LONG UNLESS OTHERWISE NOTED 5 2 GUYS SHALL BE INSTALLED WHERE REQUIRED AND AS SHOWN ON THE DRAWINGS SPLICING OF GUYS SHALL NOT BE PERMITTED ALL GUYS SHALL BE TIGHTENED TO TAKE OUT THE SLACK IN THE GUI STRANDS AND TO HOLD THE POLES IN THEIR PROPER POSITION AFTER CONDUCTORS HAVE BEEN SAGGED IF AFTER INSTALLATION OF CONDUCTOR POLES ARE OUT OF PLUMB BY ONE OR MORE POLE TOP DIAMETERS THE CONTRACTOR SHALL RE-TENSION ALL GUYS TO BRING THE POLE TO A PLUMB POSITION ALL NUTS ON POLE BANDS CLAMPS AND OTHER FITTINGS SHALL BE TIGHTENED IN ACCORDANCE WITH THE MANUFACTURER 5 RECOMMENDATIONS 53 POLE TO POLE TIES SHALL BE INSTALLED AS SHOWN ON THE DRAWINGS PRIOR TO THE INSTALLATION OF CONDUCTORS THE POLE TO POLE TIES SHALL BE SUFFICIENTLY BUT NOT EXCESSIVELY TIGHTENED AND SHALL NOT CAUSE DEFLECTION IN THE POLE TOPS 54 HELIX ANCHORS SHALL BE INSTALLED PER COPA STANDARDS HELIX ANCHORS SHALL BE PROVIDED HAVING A SINGLE 10 -FOOT EXTENSION ROD THE CONTRACTOR SHALL OBTAIN AND INSTALL ADDITIONAL ANCHOR RODS AS REQUIRED TO ENSURE PROPER ANCHOR INSTALLATION IF AFTER INSTALLATION OF THE SCREW ANCHOR REQUIRED COVER IS NOT ACHIEVED THE ENGINEER SHALL BE CONTACTED FOR APPROVAL AND ACCEPTANCE OF THE ANCHOR IF REQUIRED BY THE ENGINEER LOAD TESTING MAY BE REQUIRED FOR VALIDATION PURPOSES 55 PLATE ANCHORS SHALL BE INSTALLED IN ACCORDANCE WITH COPA STANDARDS PLATE ANCHORS FOR DEAD END AND LARGE ANGLE STRUCTURES SHALL BE BACKFILLED USING A LEAN CONCRETE MIXTURE HAVING A MINIMUM 28 DAY COMPRESSIVE STRENGTH OF 2500 P51 PLATE ANCHORS SHALL HAVE A SINGLE 10 FOOT ROD APPROXIMATELY 1 TO 1 -1/2 CUBIC YARDS OF RED/ -MIX CONCRETE SHALL BE USED WITH EACH ANCHOR PLATE ANCHORS FOR SMALL ANGLE STRUCTURES SHALL BE BACKFILLED WITH SELECT BORROW OR NATIVE MATERIALS MIXED WITH CEMENT INSTALLED AND COMPACTED IN EIGHT INCH LIFTS 356 1 r.a.L 1E/ 011004.142 0-.n °CTe F_a" Fa10 50 e.- 271 1 7 -T 547 7771, 71. -7 109.00_ 3 -7 Cust V0r, FYC1 --4 7 a.J 2,08 :<91gn 33 3 9 Ult g 15 Dag 0 2- 1n I^0, 4 n0 FS= n101, In1t111 E Tess 3`15 ILn31 Et. 3 Ft 5Fn^ 1- 3 1- 1- 4 0 1- E 1- 1 3 1 J 1- 103 1 -1^ 1 1 1- S 1- 0 1- 1- 1 1 c 1- 1-1 1-1. STRINGING TABLE 1- F. 1- T 1- 1- P 1- 5 1- E 1- 0 1 -_.3 I- 3 -1^ -11 ABBREVIATIONS AAC APSR MICA ASSY AWG CIR CU OL L FPT G/0 MOV MP OH PRI SCH SEc SVC UG xFtnix ELECTRIC SYMBOLES LEGEND OVERHEAD FUSE DISCONNECT 0005 GUY A ANCHOR NEW 555 ACSR TRANSMISSION EXISTING OH UTILITY PRIMARY SYSTEM JVWJ` REMOVAL LIME 0 REMOVE POLE EDGE OF ROAD CENTER LINE OF RD EWE OF TREE LINE PROPERTY LINE 00 343: 330' 3135 2'EE 2101 2545 _J'4 2351 3317 3 35 5_ 45 1 55 0 55 0 Ft t -IT In P0-11 F9 -IT Fs- 1- FL *o Fs Ft -77 LEY/ off TO UG TERMINATION NEW POLE FUSED DISCONNECT SWITCH 16000 VOLTS PEE PHASE ALL ALUM/NUM ALUMINUM CONDUCTOR CONDUCTOR STEEL REILFORCED AtICLAR ASSEMBLY AMERICALDAIRE DAME CUT-OUT CIRCUIT (FUSED, DOUBLE DEADEN FULLY WE TREATED GANMPERATED METAL OXIDE%ORATOR METERING POINT OVERHEAD PRIMARY 4 (12 AO VOLTS O TO 0 ANO T 200 VOLTS 0 TO GROUND) SCHEDULE SECONDARY I LOW VOLTAGE 430 /111]30 LESS THAN 300 VOLTS SERVICE WATCH TREE WIRE UNDERGROUND TRANSFORMER WORMS.. EV 8.71 3 16C Noe. Sky Communications Electrical Engineering Division A Ouanla Semce Company 1303 Central Ave So Suite 201 Kant WA 08032 0 /100 12531 520 3488 Fan (253) 520 3985 13300009017 Wayne Hagan Vasllly Trogmenk0 Chris Rcethle Barry 0100000 4.0 030/8f11 I POPES 1H 19,2011 I Revtsxvrs No Date Descrl000n 1 2/8/11 BOM City of Port Angeles Washington Substation Transmission Line Renovation Chambers Street P03 SO Strati Agent WA GENERAL NOTES, ELECTRICAL SYMBOLS ABBREVIATIONS STRINGING TABLE Sheet 2 Of 6 MO MN IIIIII I NM POLE INSTALLATION /MODIFICATION NOTES P01 (Existing) 1)Rep0Ca existing 69-kV arm 440110 wood 0004.1,4 assembly wain IS-kV suspension insulators to the north Transfer existing Rayoner conductors to the north and deedend at ts pole 2)Ins (2)16M M doom guys to (1) 20" plate anchor 1•20 North and (1) Mkt down guy (1) to (1) 10 helix anchor 1.20' North see Derain P02 (New) ()Replace minting gib stub pole with new 6S -1 FG pole 2Nnste9 115 -kV Vertical Daadend turn (VDE) per Detail I Shoot 5 Conductors to the south shell be installed In Ma upper position phase sets of suspenston insulators tar clearance to Me south 3)Ins)a0 (3) pole bends below each lower positions Insulator far One to the west see Detail 6 Shiest 4Nnsta9 (3) 16M span guys north to pole P01 see Section 1 6 Detail 5A Sheet 6 5pnstan (2) 161N1 dawn guys to (1) 24 plate anchor 1.33 East end (1) ISM doom guy M (1) 10" helix anchor 1.27" East see Detail 3 Sheet 6 P03 (New) 1)R enlace costing pale wth new6S-1 FG pole and pole ground 2prista3 approximately 5 south to reuse existing In m02010,s with switch 3)1,000 115 -kV Delta Configuration per Detail 2 Sheet 5 4(010)9ll 10 FG Tangent Arm distribution assembly 5)Transfar existing 410 distribution primary from old pole 6)Transrer existing gang-operated 15-kV scotch and hardware ham existing pole and install Jumpers PO4 (Existing) 1)TOp existing pole above communications P05 (New) 11Raplace existing dub1buten polo with new 6S-1 FG pole and pole ground 2Nnsta0115 -kV Delia Confguratin Wr Detail 2 Sheet 5 3)Insta0 )0 00 Tangent Wing Arm distribution assent* 4)Transfer existing 336 AA 0(3111bution primary 6 4/00.A neutral from existing pole 5)1751.))10 00 Deed.,d distribution assembly end 336 deaden. North 6)Transler existing 336 AA primary datnbuOen from old pole 7)Inata9 (1) 103,1 down guys to 0) 24• plate anchor 1.16 South for costing 33644 distabutnn deaden 6)Remom existing dstrawon guy and anchor 00(1 (New) 205ta0 new 65 -1 00 pole Locate app, north orh of existing pole do not let service drops Crass -over home owners roof 3)Mata011541 Delta Configuration per Detail 2 Sheet s 41Transfer secondary and both services from old pole P07 (Existing) l)Remove existing pole and restore landscape 2)Remove among guys and cm o0 anchors to 12 -inches below grad. P011 (New) 1 /Install new 65-1 FG pole Locate approximate,' from 10 north of existing pole on north side of sidewalk 2)Insta0115 kV Deka Conhguraton per Detell2 Sheet 3)Transfer spell 490 and moon:Iary from existing pole P09 P09 (Existing) ()Remove misting psi) and stub restore landscape P10(New) 1)RepIce existing pole with new 65 -1 FG pole 20nsta0115 -10V Delta Configuration per Deed 2 Sheet 5 3)Transfer secondary and communcaIons from existing pole POLE REMOVAL/MODIFICATION NOTES P31, P32 P33 P36 P39, and P37 1)Remoye existing poles end oh assoaa15 har0wera 2)Make safe any anchors by outing a012enches below grad. 3)9 °store ell landscape P34 (Existing) 1)TOp misting pole above secondary SPAN INSTALLATION NOTES P02- PO3•PO6•P06 -P06 P10 P11- P13- P14 -P17 Install (3)0556005R (Osprey) 9spans 2315' and sag per Sag Table on Sheet SPAN REMOVAL NOTES Rayenler Llne P01- PO3- PO4- P07 •PO9 -PIO P11•P12- P14- P15- P20 -P21 P22- P23 -P24 026 -026 Remove (3) 92/0 16 spans 4320 ChyoIPort Angcl.e 00 Washington to Collage P32 P33 -P34 P35- P36•P37- 036 -P39 043 041 -P19 Remove (3) 0556 ACSR 10 .pons 2390 rn Phi •uuu.. J./• uuuu u•l k.uu n. vuuuvu7, 1 1/V 143 010 x tae 009 NO r__ C Sr C Existing 15kv Distribution Line m u 0 WORK ZONE 1 SCALE 1• 100 P01 P02 SPAN GUY AND GUY ARRANGEMENT WASHINGTON STREET SUBSTATION D O O L WASHINGTON St I7 a 10 O 116C North Sky Elennca Engi Sen n c nng Division Communications A Duana Service Company 1303 Central Ave So Suite 201 K. WA 90032 G OER 3ti'i i ^'w J1. s. u .,y7vT tit; 350 RT Sleeve Existing 556 ACSR To New And Extend To P02 0111u )253) 520 3460 Fax (253) 520 3935 13300009017 Wayne Hagan Va31ly Tmemenka Chris Roelhl6 kreves Barry Eronson Rewsgns No Date Description 1 2/8/11 BOM City of Port Angeles Washington Substation Transmission Lme Renovation Chambers Street 2n1M 9th Stieel Pm Angeles WA WORK ZONE 18 SPECIFIC CONSTRUCTION NOTES ON FEET) Sheet 3 a 6 1 MO 103 feet NM M I I= INN III•1 POLE INSTALLATION /MODIFICATION NOTES P11 (New) 1) Replace existing pole with new 65 -1 FG pole 2)Install 115-kV Delta Configuration per Detail 2, Sheet 5 3) Transfer existing distribution span and down guys P12 (Existing) 1) Remove vesting pole and stub and restore landscape P13 (New) 1) Install new 65 1 FG pole and pole ground approxmaley 8' south of existing P12 2)Install 115-10/ Delta Conrguralbn Per Detail 2 Sheet 5 3)011089 10 FG Tangent distribution assembly 4)Transfer existing 4/0 AA distribution pdmary E 2/0 AA neutral from pole P12 5)Transf00 street light secondary and communications from existing pole P12 P14 (Existing) 1)12011100e existing pole and restore landscape P15(New) 1) Install new 65 -1 FG pole and pole ground approximately 10' south of existing P14 2)Install 115-IN Delta Configuration per Detail Sheet 5 3) install 10 FG Tangent Oast Assy 4)Trensfer existing 410 PA de0 W0on primary 8 2/0 AA neutral from polo P14 P16 (Existing) 1) Top ...brig pole above 0ecandary and o n101unicebons P17 (New) 1 Replace existing dlsblbotlon pole with new 65 -1 FG pole and pole ground Install new pole closer to curb edge In order to utilize a distribution tangent crosserrn for the east -west running circuit, see Detail B Sheet 4 2) Install 115 kV Vertical 0eadead turn (VDE) per Detail 1 Shea 5 Inetall (3) pole bands below each Insulator to Me north per Dotal 8 Sheet 6 3) Install (3) I8M span guys to pole P18 see Detail 5B Sleet 8 4)Inslall (2) 18M' down guys to (1) 24 plate anchor, 1435 South and (1) 1891 dawn guy to (1) 10' 60114 enhor L =29 South see Detail 3 Sheet 6 5)Inslati 10 FG Tangent Ann distribution assembly 6) Transfer exls0rg 4/0 distribution primary from old polo 7)Install 10 FG Deadond distribution assemby and 4/0000401ds Nati 8) Transfer toasting 4/0 datnbulion primary from old pole 5)Exlnnd existing dishibdion down guy to new deadend arm 10) Transfer secondary from old pole P15 (Existing) 1) Install (2) 1891 down guys to(1) 24' date anchce L =35 West see Detail Sheet 6 2)Remove transmission down guys and anchors to the west 3) Remove down guys and an hors to the south a)TOp pole above existing disinbuaon conductors as required P10 (Existing) 1) Modify exlsbng pale 2)Remave 69kV gong operated switch 3)Replace existing deadend Insulators with 115kV suspension Insulators and re10c010 existing deadonds to pole position 7 phase spacing 4)Insla113 H P 1154V insulates end 3 556 ACSR Jumpers (2)180 DOWN GUYS 35 (3) 188 SPAN GUYS 1 5 P20 (Existing) 1) Top existing pole above communications P21 (Existing) 1) Top 001011ag pole 06006 emery distribution 2)Re0Oach exist mg transmission dawn guys to the distribution level and remove remainder of transmission guys and anchors as required P22 (Existing) 1) Top existing pole 5' above primary dlstdbu5on P23 (Existing) 1) Top existing pole above street light and secondary P24(6040078) 1) Remove existing pole and all associate hardware 2) Restore all landscape P25 (Existing) 1) Remove (3) span guys south across Sheet 2)Remove all remaining transmission guys and anchors as able 3) Top existing pole above communications P26 (Existing) 1) Replace existing 69-kV horizontal post insulalom with 1154V suspension Insulators to the youth Transfer existing 000071er conductors to the south and deadend at pole 2)Install (2) 1854 dawn guys to (1) 10' helix anchor L45' North P40 (Existing) 1) Top existing pole 1 above eeooldary service POLE REMOVAL NOTES P36 P39 and P41 1) Remove existing poles and all associate hardware 2(Make safe any anchors by cutting 0If 12-inches below Bede 3) Restore all landscape SPAN INSTALLATION NOTES Pot P03 PO5 P06 PO8 P10 P11- P13- P14 -P17 Install (3) 6556 ACSR (Osprey) 9 spans 2315 and sag per Sag Table on Sheet SPAN REMOVAL NOTES RayonleP Line P01 P03- PO4 -P07 PO8- P10 -P11 P12•P14 -P16 P20- P21 -P22 •P23 P24 -P25 P28 Remove (3) 6210 16 spans, 4320 City of Port Angeles, 69-kV Washington to College P32 -P33 P34- P35- P36 -P37 P38- P311 •P40 -P41 •P18 Repave (3) 6556 ACSR, 10 spans, 2390' DISTRIBUTION UNOERBUILD P17 P18 SPAN GUY AND GUY ARRANGEMENT 33 56 5 p 1 e 1 F41 F, F39 P39 m T—•,�ry, lip uvvvvvv ll wl v��� 'J£..vv.. F1 F19 T 4 P15 P14 267 Q.'251& 200 4 2 o S N C 4� 0 c P19 N 0 See Detail 8 WORK ZONE 2 O Remove Existing Span Guys own uteri um, 64.3 E.g Sew., T2wr Exit g30t5V LvSVbumai L.te �I C CHAMBERS St J CHAMBERS St E Existing 35 0 P17 PLAN DETAIL B NOT TOSGALE ON FEET) 1 Inch 100 bel GRAPHIC SCALE a Hs �gV North Sky Commuolcotlons Electrical Engvreeting DwIsbn A Duane Senxe Company 1303 Central Ave So S0ite201 Kent, wA 98032 0111.1253) 520 3468 F. (253)520-3905 13300009017 MM.) Number Wayne Hagan ere u a11lly Twfinenko Chris Roeale Barry Erolson City of Port Angeles Washington 5ubala00n Transmission tine Renovation Orarnisen) Street End ta SA. Pm Moles TO WORK ZONE 2& SPECIFIC CONSTRUCTION NOTES Sheet 4 01 0 E MI MN MI I I Elevation View Top View 9 9" flt i 14.-9- 15 d Drilling Guide DETAIL 1 115kV SUSPENSION INSULATOR, LARGE ANGLE, VERTICAL DEADEND (VDE) Ar DO2 P171i07 To SCALE 99" 16 -1 16'5 Elevation View Drilling Guide DETAIL 2 115kV HORIZONTAL AND VERTICAL POST. TANGENT AND SMALL ANGLES, DELTA ATM P05 POS FVB Pte 1.11 P13 MO P15r NOT TO SCALE North Sky Communications Electrical Ergineennp Division A Quanta Service Company 1303 Central Ave So Su31e 201 Kant WA 98032 01370)253)520 3488 Fax (253) 520 3885 13300009017 Wayne Hagan VVoo0 Trofimenko Chris Roet i. Barry Eronson e� a c sr 2(6IH IEXPIRES 111.13011j Revisions No Data Description 1 2/8/11 BOM City of Port Angeles Washington Substation Transmission Line Renovation Cnammn Strut Pon Angeles to ws DETAILS Sheet 5 Or 8 Nil M I MN 8 9 S 0 5 8 tr DETAIL 3 DEADEND DOWN GUY AT POE PIT I NOT TO SCALE Stub Pole P01 _mac Stub Pole P18 DETAIL 5A TYPICAL DEADEND SPAN GUY AT POI P02/ NOT TO SCALE DETAIL 4 DEADEND STUB POLE SINGLE DOWN GUY AT POI Pte I MOT TO SCALE Line Pole P02 DETAIL 5B DEADEND SPAN GUY. INSTALLED THRU DISTRIBUTION UNDERBUILD AT PIT Pte I NOT TO SCALE BILL OF MATERIALS Mm.I Mat..el D..FNMkd ICAweJr,p Met a 1 1 m w rp 311 TS x40 lo..m conductors a w.ke "UV v POW. sueomsionlrps 1 -11nsu v vqy. NvmnW veN coin saes 24 (rooms kornhon, so 1 on u°d"°^r•Oms 111 ACSN Vs iwwwwvonnow. on 1 or 213 !Daemon link. 2 OvnlmadCentlexters O.Ykaa O.mbutlon 31 lals.tor ISIN Poly Suspenarn Tape 35 ra don r e sea y mN CSywn ISM alomovre1111130C0 lad uesxnol ea ea wecw sworn. ow (Anchors Foy C1,41 Grosso, Fief CAM 10 X 3-1/2 X 4 la Cros,rm. sow Chas 10 X4 x OE Crossarm Brace 83 Soon 18 Orr, Whoa. oraw v eon) .703oulso nno oar IA n q Ream ir 31, G_uy cw auto sort aM 30 Roger 3/8" wrywooro sold Masao ShmcYle tivy e �n� MN aCt•vot1 y, Platn Guy Yr., 401, o noro oncnor NM 1,7 1 anchor Vat, Nut 1 na Anchor ,Pl AI B 1 Attach Dawn guy to Plate Not Pole Band 4141 1 1 l I 171','I I I I 11' 1 1f I 1 1 I I i a 3 3 313 3313 a O tt ONLY MAJOR ISIERIALS HAVE BEEN IDENTIFIED ON THIS PROJECT THE CONTRACTOR IS RESPON 21 ALL HARDWARE TO BE HOT DIPPED GALVANIZED 1 31 COORDINATE CODA CROSSARM DRILLING GUIDES WIN MANHFACTIJRFR Pole band must be "snugged" up to guy plate to share guy weight on all down guys DETAIL 6 POLE BAND W/ GUY ATTACHMENT AT PO2 PIT /MDT TO SCALE I3 I I I I damn,' Claes 4 soli ylusurne Clam, mod LE FOR IDENTIFYING ALL MISCELLANEOUS MATERIAL r xee2e„e. I1 xe .e. 11237.11245 BEE NOTE 33ee. 5114N12011004035. BEE No1E3 x 5 I sl e 1130120G12445 ge North Sky Communications Electrical Eoglneemg Omsmn A Quanta Service Company 1303 Central Ave So Su20201 Kent WA 98032 0(92. (253)520 3488 Fea (253)520 3985 13300009017 W ayne Hagan Vasdry Trofimenko Chns RoetOe Barry Eronson 9, EFMNES HI19 /20111 Revisions No Data Description 1 2/8/11 BOM City of Port Angeles Washington Substation Transmission Line Renovation cbainhers sneer Port lo SM Shoot rm.I.. WA DETAILS 8 MATERIAL LIST Shoat 8 00 6 ATTACHMENT D CITY OF PORT ANGELES CONSTRUCTION STANDARDS CITY OF PORT ANGELES PUBLIC WORKS AND UTILITIES Specification for Fiberglass Poles MDOF -001 Fiberglass composite distribution poles shall be constructed using a polymer binder containing a minimum of 65% commercial grade "E -CR" or "E" fiberglass by weight. Fiberglass material shall be continuously applied in uni- directional and angular orientations to the longitudinal pole neutral axis. Provide factory- dnlled holes of noted sizes at locations shown on attached drawing(s), and other features noted on the drawing(s). Poles shall be manufactured with the best available protection against UV degradation. For polyurethane resins, the use of UV- stable "aliphatic" resins with pigment additives is the preferred protection method. Resins enriched with UV inhibitors and UV stable color pigment additives are also acceptable. Color to be dark bronze. The use of standard paint or coatings for UV protection is not acceptable For polyester resins, the surface of the shaft shall be smooth and consist of a saturated polyester surfacing veil of 16 -20 mils minimum thickness and a 10 mil resin layer. The resin shall be unsaturated polyester resin containing UV inhibitor and pigment throughout. A minimum of 1 mil urethane coating shall be applied to the surface of the pole shaft. The surfacing veil and structural fibers shall be saturated in a singular process with the same resin, thereby insuring molecular bonding between structural layers and the protective layer. Poles may be produced by filament winding or pultrusion methods as appropriate. Pole shaft shall be fabricated in a manner to ensure that the section is dimensionally accurate with the design drawings and within manufacturing tolerances. Pole length shall be as noted, plus or minus 2 inches Poles shall be of the height and equivalent to the class indicated on the bid schedule. The following standards shall apply: 1. ANSI 05.1, American National Standard for Wood Products Specifications and Dimensions 2. ASCE, Manual No. 104, Recommended Practice for Fiber Reinforced Polymer Products for Overhead Utility Line Structures. 3. ASTM D4923, Standard Specification for Reinforced Thermosetting Plastic Poles 4. NESC C2 -2007. Provide pre drilled holes located as shown on attached drawings, plus or minus 1/16 inch. All holes shall be 3/4" diameter, plus or minus 1/32 inch. Provide factory- installed step attachments where noted on 30 and 35 foot poles. Holes other than for steps and ground wires shall be drilled on both sides of pole to accommodate through bolts. Neutral /secondary holes shall be oriented perpendicular to crossarm holes. Provide factory- installed pulling tape through pole, exiting at "Ground Wire Holes" with a minimum of 36" exposed tape at each end. Provide stamped metal ID tag, pop- riveted on face of each pole Tag shall contain the following information: ID of "COPA pole height and class, year of manufacture, manufacturer ID. Fiberglass pole classes shown on drawings shall meet equivalent strength requirements of ANSI 05.1 when applied in NESC Class C construction according to NESC Section 261(A)(3). Poles shall be Shakespeare Tuff Poles®, RStandard composite poles, or equal City of Port Angeles 1 of 1 4/14/10 CITY OF PORT ANGELES PUBLIC WORKS AND UTILITIES Specification for Fiberglass Crossarms MDOF -002 Fiberglass composite crossarms shall be constructed using a polymer binder containing a minimum of 65% commercial grade "E -CR" or "E" fiberglass by weight. Fiberglass material shall be continuously applied in uni- directional and angular orientations to the longitudinal arm axis. Provide factory- drilled holes of noted sizes at locations shown on attached drawing(s), and other features noted on the drawing(s). Crossarms shall be manufactured with the best available protection against UV degradation For polyurethane resins, the use of UV- stable "aliphatic" resins with pigment additives is the preferred protection method. Resins enriched with UV inhibitors and UV stable color pigment additives are also acceptable. Color to be dark bronze. The use of standard paint or coatings for UV protection is not acceptable. Crossarms shall be tested for accelerated weathering and ultraviolet aging in accordance with ASTM D4364 and G90. For polyester resins, the crossarm surface shall be smooth and consist of a saturated polyester surfacing veil of 16 -20 mils minimum thickness and a 10 mil resin layer. The resin shall be unsaturated polyester resin containing UV inhibitor and pigment throughout. A minimum of 1' /z mil urethane coating shall be applied to the surface. The surfacing veil and structural fibers shall be saturated in a singular process with the same resin, thereby ensuring molecular bonding between structural layers and the protective layer. Crossarms shall be foam filled to minimize water ingress. Filler shall be either closed cell high density urethane foam or closed cell high density styrene foam. Crossarms shall be sealed with non- removable flush mounted inserts. External end caps are not acceptable. Crossarms shall have an average dry 60 Hz BIL of no less than 15kV per inch, and an average wet 60 Hz BIL of no less than 12 kV per inch. Compressive strength in both vertical and horizontal directions for any cross section perpendicular to the longitudinal axes shall be a minimum of 1,500 psi without permanent deformation or damage to the fiber /resin matrix. When subjected to long -term static loads listed on the attached drawings, the long- term plastic deformation (creep) shall not exceed 1% in 100,000 hours. Crossarm shall be shipped fully assembled with mounting brackets manufactured from high slrength heat treated aluminum alloy, hot dip galvanized structural steel plate, or hot dip galvanized iron. All bolts, nuts, and other hardware shall be hot dip galvanized Mounting brackets shall be designed for installation on wood, steel, concrete, or fiberglass poles with round or flat mounting surfaces. The following standards shall also apply: 1. ASCE, Manual No. 104, Recommended Practice for Fiber- Reinforced Polymer Products for Overhead Utility Line Structures. 2. ASTM D4923, Standard Specification for Reinforced Thermosetting Plastic Poles 3. NESC C2 -2007. Provide pre drilled holes located as shown on attached drawings, plus or minus 1/16 inch. All holes shall be 13/16" diameter, plus or minus 1/32 inch City of Port Angeles 1 of 3 12/1/10 A 8 10' 12' B 28" 38" 20" r 4" 6" Date' 5/07 Appd Eng TD Appd Ops JK Revised 8/10 C 1 C J WEIGHT 1 30" 42 LBS. 37" 49 LBS. 56" 58 LBS. C I C LOAD 7,500# 6,000# 4,800# 4) I 1" 4) A SIDE VIEW B TOP VIEW 8 10 FT ARMS A SIDE VIEW B TOP VIEW 8 10 FT ARMS 12 FT ARM 4) 11 4) FIBERGLASS TANGENT CROSSARM SPECIFICATIONS CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION C Notes All holes to be 13/16" diameter Bracket to be hot dipped galvanized per ASTM -A153, with 13/16" holes Crossarm to be dark bronze Arm to include UV exterior coating and polyester veil 1 STOCK NO. (SHAKESPEARE CAT. NO. 540 091 -00004 STB096N12405PAE 540 091 -00009 STB120N12405PAE 540 091 -00010 HTB144N12605PAF 4 1 t4 -1/2" 6 11; 1 1 t 3-1/2" 'I 1 4" iI 1 '1,4 -1/2" 1 t 3 -1/2" 1 '6"' 1 PUPI CAT. NO. TB2000 -96 -043 TB2000- 120 -053 TB2500- 144 -SP3 Sheet 2 of 3 MDOF -002 I l i ii II 6" I, 4" 6" C Date. 7/07 Appd Eng TD Appd Ops JK Revised 12/1/10 C C I �Li °L{ o 10" C C I0 II° II° B SIDE VIEW TOP VIEW CROSSARM 8 10 FT. FIBERGLASS A 12" n II C B TOP VIEW SIDE VIEW C GII G I s C SPECIFICATIONS: 1 All holes to be 13/16" diameter, execpt guy attachment holes which shall be 11/16' 2 Arm to be pultruded fiberglass with polyester resin 3 Bracket to be hot dipped per ASTM -A153 4 Guy attachment plate to be grade 50 steel, no greater than 1/2" thick 5 Guy attachment bracket holes to be no more than 11 /16" from edge 6 Guy attachment bracket to be designed for ultimate strength of 15,000 Ibs 7 Guy attachment bracket material to be steel, grade A571 -GR50. 8 Color of arm to be brown or dark bronze CROSSARM 12 FT. FIBERGLASS C 0 C A 1 B 1 C 1 WEIGHT 1 LOAD 1 STOCK NO. 'SHAKESPEARE CAT. NO. 8' 56" 14" 84 LBS 13,000# 540- 091 -00006 IDB096G12245PAE 10' 34" 37" 97 LBS 13,000# 540 091 -00010 IDB120G12445PAE 12' 52" 20" 109 LBS. 12,000# 540 091 -00011 IDB144G12645PAF FIBERGLASS DEADEND CROSSARM SPECIFICATIONS CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION C cII 1 t4" 6 1 L 4, 4, 4 N C 10 o f GUY DEADEND PROVISION 6" 6" SIDE VIEW GUY ATTACHMENT BRACKET DETAIL 1 PUPI CAT. NO DA4000- 96X2 -SP3 DA4000- 120X4 -SP3 DA4000- 144X6 -SP3 Sheet 3 of 3 MDOF -002 1.0 GENERAL CITY OF PORT ANGELES PUBLIC WORKS AND UTILITIES Specification for Aluminum Conductor Steel Reinforced (ACSR) MDOC -001 1.1 This specification covers the electrical and mechanical characteristics of bare overhead round aluminum conductor with core reinforced with a single strand of standard weight galvanized coated steel wire. 1.2 Outer surface shall be treated in a manner to dull the natural shine resulting in a non specular finish. 1.3 All characteristics, definitions, and terminology, except as specifically covered in this specification, shall be in accordance with the latest revision of the following standards: B232 ASTM Standard for Concentric Lay- Stranded Aluminum Conductors. B230 ASTM Standard for Aluminum Wire B245 ASTM Standard for Steel Core Wire 2.0 PROPERTIES 2.1 Conductors shall be of the AWG or circular mil size and characteristics shown in Table 1. Reel lengths may vary ±10% from the lengths shown. TABLE 1 Size Code Stranding Weight per Diameter 1000 Ft (Ibs) (inches) #2 Sparrow 6/1 1 91.3 0.316 1/0 Raven 6/1 1 145 1 1 0 398 4/0 1 Penguin 6/1 1 291.1 1 .0563 336.4 1 Merlin 18/1 365.3 1 0.684 556.5 1 Osprey 18/1 603.3 1 0 879 City of Port Angeles 1 of 1 Rated Strength (Ibs) 2,850 4,380 8,350 8,680 13,700 Reel City Length (Ft) Stock Number 9,625 1 280 016 -00023 6,095 1 280 016 -00020 6,080 1 280- 016 -00022 5,695 1 280- 016 -00025 4,000 1 MDOC -001 (1/10)