Loading...
HomeMy WebLinkAbout000174 Original ContractFor information regarding this project, contact: Terry Dahlquist, City of Port Angeles 360 -417 -4702 PROJECT MANUAL for POLE REPLACEMENTS PROJECT NO. CL05 -2010 CITY OF PORT ANGELES WASHINGTON APRIL, 2011 City of Port Angeles Record #000174 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES MICHAEL C. PUNTENNEY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES Prepared y: rojecli ineer R vi [ieput Dire PROJECT MANUAL for POLE REPLACEMENTS PROJECT NO. CL05 -2010 ULU (t\MIII /c KS ANA CITY OF PORT ANGELES WASHINGTON APRIL, 2011 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES MICHAEL C. PUNTENNEY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES Re ri -wed by: r City ttorney Revi we by: Direc or of Public Wor s Utiltik'es PART I BIDDING REQUIREMENTS: Paae No(s), Advertisements for Bids I -1 Information for Bidders 1 -2 Bidder's Checklist 1 -3 Non Collusion Affidavit 1 -4 Bidder's Construction Experience 1 -5 List of Proposed Subcontractors 1 -6 Bid Form 1 -7,8,9 Bid Security Transmittal form I -10 TABLE OF CONTENTS POLE REPLACEMENTS PROJECT NO. CL05 -2010 PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT Contract 11 -1 -8 Performance and Payment Bond II- 9 Certificate of Insurance (provided by bidder) PART III SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS III -1 -9 Section 16315 Overhead Electrical Distribution 16315 -1 -12 PART IV ATTACHMENTS A. Clallam County Wage Rates B. Forms C. City of Port Angeles Construction Standards D. Drawing Sheets 1 -25 Addendum No. 1 Addendum No. 2 PART I BIDDING REQUIREMENTS ADVERTISEMENT FOR BIDS POLE REPLACEMENTS PROJECT CL05 -2010 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, May 27, 2011, and not later, and will then and there be opened and publicly read at that time in the Pittis Conference Room at Port Angeles City Hall for the construction of the following improvements: Replacing up to 200 wood poles with new wood or fiberglass poles at various locations throughout the City of Port Angeles on both the 15kV distribution and 69kV transmission systems. Plans, specifications, addenda, and plan holders list for this project are available on -line through Builders Exchange of Washington, Inc. at http: /www.bxwa.com. Click on: "Posted Projects "Public Works "City of Port Angeles Bidders are encouraged to "Register as a Bidder in order to receive automatic email notification of future addenda and to be placed on the "Bidders List". Contact the Builders Exchange of Washington (425- 258 -1303) should you require further assistance. Informational copies of any available maps, plans and specifications are on file for inspection in the office of the Port Angeles Public Works Engineering Services (360- 417 4700). Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of gender, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. 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. It is the Owner's intention to award a contract for replacement of the maximum number of existing utility poles within the budget limits. Additive alternates indicated on the bid form will be added to the base bid in the numerical order listed on the Bid Form, up to but not exceeding a total contract price of $900,000. A contract will be awarded to the otherwise qualified bidder whose bid allows replacing the greatest number of poles within the $900,000 limit. 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, except that bid alternates exceeding a $900,000 total project cost may be omitted. Otherwise 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 jurisdiction over construction of the project shall apply to the Contract throughout. I -2 C. Insurance certificate(s). BIDDER'S CHECKLIST 1. Has the Bid Security Transmittal form been completed, either by (1) attaching a bid deposit in the form of a postal money order, cashier's check or other security and filling out the part of the form above the words "Bid Bond" or (2) a surety bond in the proper form and filling out the section of the form below the words "Bid Bond 2. Is the amount of the bid deposit at least five percent (5 of the total amount of the bid? 3. Have the bid forms been properly signed? 4. Do the written amounts of the bid forms agree with the amounts shown in figures? 5. Have you bid on all items? 6. If Addendum(a) have been issued, have it/they been acknowledged on the Bid Form? 7. Has the non collusion affidavit been properly executed? 8. Have you shown your contractor's state license number on the Bid Form? 9. Have you included a copy of a valid certificate of registration in compliance with 18.27 RCW? 9. Have you listed all proposed subcontractors that you will use for the project on the Listing of Proposed Subcontractors form? 10. Have you filled out the Bidder's Construction Experience form? The following forms are to be executed after the Contract is awarded: A. Contract To be executed by the successful bidder and the City. B. Performance and Payment Bond To be executed on the form provided by Owner, by the successful bidder and its surety company. To include name. contact and phone number, and address of surety and Dower of attorney of sanatory. 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 27th day of May -4 ee R 414 o 4 d N Public in and for the State of Washington. Residing at Bonney Lake, WA O W ASH$ `S My Comm. Exp.: January 24, 2015 P rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale 2011. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 Dowcnr 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: Substation, Overhead and Underground, Transmission and Distribution, Directional Boring, Storm and Emergency Work 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: F -550 Pick Up Trucks, Pole Trailers, Diaper Derricks. Bucket Trucks. Diesel Tractor 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. BIDDER'S CONSTRUCTION EXPERIENCE The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the City of Port Angeles. Date: May 27. 2011 Bidder's Signature: C Print Name: Landon Kluck Title: General Manager 1 5 ,Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles, WA 98362 BIDDER: Michels Power, A Division 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 BID FORM POLE REPLACEMENTS Page 1 of 3 Lombard, IL 60148 Esther Jimenez 630 245 -4600 Surety Contact and Phone Number Agent Contact and Phone Number -7 Weible Cahill, LLC Agent 2300 Cabot Drive Lisle, IL 60532 Agent Address "provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Base Bid Alternate No. 1 Alternate No. 2 I Alternate No. 3 Alternate No. 4 Alternate No. 5 Alternate No. 6 Alternate No. 7 Alternate No. 8 Alternate No. 9 Alternate No. 10 Alternate No. 11 Alternate No. 12 Alternate No. 13 Alternate No. 14 Alternate No. 15 Alternate No. 16 Alternate No. 17 Alternate No. 18 Alternate No. 19 Alternate No. 20 Alternate No. 21 Alternate No. 22 Alternate No. 23 Alternate No. 24 Alternate No. 25 I Alternate No. 26 Alternate No. 27 Alternate No. 28 Item Total Bid Description Poles 1 -60 Poles 61 -65 Poles 66 -70 Poles 71 -75 Poles 76 -80 Poles 81 -85 Poles 86 -90 Poles 91 -95 Poles 96 -100 Poles 101 -105 Poles 106 -110 Poles 111 -115 Poles 116 -120 Poles 121 -125 Poles 126 -130 Poles 131 -135 Poles 136 -140 Poles 141 -145 Poles 146 -150 Poles 1 51 -155 Poles 156 -160 Poles 161 -165 Poles 166 -170 Poles 171 -175 Poles 176 -180 Poles 181 -185 Poles 186 -190 Poles 191 -195 Poles 195 -200 BID FORM POLE REPLACEMENTS Page 2 of 3 The bidder hereby bids the following amounts for all work (including all labor, equipment, time, and materials) required to replace up to 200 poles, as detailed in the Contract Documents. Alternates will be accepted in the order listed up to a total contract price not exceeding $900,000.00. Contract will be awarded to the bidder providing the most alternates for $900,000.00. BID SCHEDULE Bid Price $594.488.00 23,048.00 41,771.00 48,503.00 43,618.00 31,943.00 63,416.00 50,925.00 $897.712.00 I -8 Sales Tax (8.4%) $49.937.00 1,936.00 3,509.00 4,074.00 3,664.00 2,683.00 5,327.00 4,278.00 75.408.00 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Item Cost w>Tax $644,425.00 24,984.00 45,280.00 52,577.00 47,282.00 34,626.00 68,743.00 55,203.00 $973,120.00 UBI Number: Tumwater, BID FORM POLE REPLACEMENTS Page 3 of 3 The bidder hereby acknowledges that it has received Addenda No(s). 1 and 2 (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 Power, A Division of Michels Corporation Address: 9433 Dowcor Lane S.W. (Street address) (City) Contractor Registration Number: MICHEC *999JB 601 061 071 Telephone No. 360 236 -0472 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 Signed by Title General Manager Printed Name: Landon Kluck Date: May 27. 2011 1 -9 WA 98512 (State) (Zip) 'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Herewith find an executed Bid Bond or a deposit in the form of a c shier's chec po tal money order or other security in lieu of a bid bond in the amount of f. which amount is not less than five (5%) percent of the total bid. SiGN HERE KNOW ALL MEN BY THESE PRESENTS: Michels Power a division of Continental That we, Michels Corporation as Principal and casualty Company as Surety, are held and firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of Five Percent of Amount Bid (5%) Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for: according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said bid and award and shall give bond for the faithful performance thereof, 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 27th day of May Michels Power a division of Michels Corporation Prin. pal C mental asua ty Company tf t Ai„n.oc Weible Cahill burety Kimberly Holmes, Attorney -in -Fact Agent CNA Surety, 333 S. Wabash Ave. 2300 Cabot Drive. Suite 100 Chicago, IL 60604 Lisle, IL 60532 Surety address Agent Address Andrea Warning 800 -262 -4554 Mike Weible. 630 245 4600 Surety Contact and Phone Number Agent Contact and Phone Number Dated: Received return of deposit in the sum of BID SECURITY TRANSMITTAL FORM BID BOND POLE REPLACEMENTS PROJECT CL05 -201 I 10 I ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale 2011. 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 27 day of May A.D., 2011 My Commission expires: 03/26/2015 Notary Seal: "OFFICIAL SEAL" ESTHER C. JIMENEZ NOTARY PUBLIC, STATE OF ILLINOIS MY COMMISSION EXPIRES 312612015 1 1 1 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, ad 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 25th day of February, 2011. APB G ASU447 C ORPORAT E i SESEAL 1897 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 authority given by the Boards of Directors of said insurance companies and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. Form F6853 1/2011 CFRCIAI. SEAL EUTA PRICE IIORARY PIALIC.81ANEOP ILLJION wcawwaowma POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN-FACT t va, op ORPORgr f JULY 31, 1902 My Commission Expires September 17, 2013 7 (4. 10/0 1 V 04 3/46_ *ORPORAT�; JULY 3I, 19o In Unlimited Amounts CERTIFICATE Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania Stathy Darcy Mary A. Rtikaekis 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 27th day of May 2011 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania a entor Vice President Notary Public Assistant Secretary PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT This Contract is made and entered into in duplicate this 21 day of June, 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, hereinafter referred to as "the Contractor WITNESSETH: PUBLIC WORKS CONTRACT Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring specialized skills and other supportive capabilities; and Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth in this Contract. NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein, the parties hereto agree as follows: 1. Scone of Work. The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the following project: Pole Replacements, Project #CL05 2010. 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 Liauidated Damages. 1 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 300 calendar days from the notice to proceed, unless a different time frame is expressly provided in writing by the City. 1 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. Indenendent 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 Wage Requirements. The Contractor shall comply with applicable prevailing wage requirements of the Washington State Department of Labor Industries, as set forth in Chapter 39.12 RCW and Chapter 296 -127 WAC. The Contractor shall document compliance with said requirements and shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, incorporated in this Contract have been established by the Department of Labor Industries and are included as an Attachment to this Contract. The Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with the prevailing wage and documentation requirements as set forth herein. 6. Indemnification and Hold Harmless. A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers against and from any and all claims, injuries, damages, losses, or suits, including attorney fees, arising out of or in connection with the performance of this Contract, except for injuries and damages caused by the sole negligence of the City. B. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Contract. 7. Insurance. The Contractor shall procure, and maintain for the duration of the Contract, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the City may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the Contract or at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, off set against funds due the Contractor from the City. A. Minimum Scope of Insurance The Contractor shall obtain insurance of the types described below: i. Automobile Liability insurance covering all owned, non owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office 11 -3 (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. ii. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured- Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. iii. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. iv. Builders Risk insurance covering interests of the City, the Contractor, Subcontractors, and Sub contractors in the work. Builders Risk insurance shall be on a all -risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood and earthquake, theft, vandalism, malicious mischief, collapse, temporary buildings and debris removal. This Builders Risk insurance covering the work will have a deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for floor and earthquake perils may be accepted by the City upon written request by the Contractor and written acceptance by the City. Any increased deductibles accepted by the City will remain the responsibility of the Contractor. The Builders Risk insurance shall be maintained until fmal acceptance of the work by the City. B. Minimum Amounts of Insurance The Contractor shall maintain the following insurance limits. i. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. ii. Commercial General Liability insurance shall be written with limits no less than $3,000,000 each occurrence, $3,000,000 general aggregate and a $3,000,000 products completed operations aggregate limit iii. Builders Risk insurance shall be written in the amount of the completed value of the project with no coinsurance provisions. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance. 11 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 project. F. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or subcontractors as well as to any temporary structures, scaffolding and protective fences. G. Waiver of Subrogation The Contractor and the City waive all rights against each other, any of their subcontractors, lower tier subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 8. Compliance with Laws. A. The Contractor shall comply with all applicable federal, state, and local laws, including regulations for licensing, certification, and operation of facilities and programs, and accreditation and licensing of individuals, and any other standards or criteria as set forth in the Project Manual. B. The Contractor shall pay any applicable business and permit fees and taxes which may be required for the performance of the work. 11 -5 C. The Contractor shall comply with all legal and permitting requirements as set forth in the Project Manual. 9. Non discrimination. The parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: A. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above- stated minorities. B. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above stated minority status. 10. Assignment and Subcontractors. A. The Contractor shall not assign this Contract or any interest herein, nor any money due to or to become due hereunder, without first obtaining the written consent of the City. B. The Contractor shall not subcontract any part of the services to be performed hereunder without first obtaining the consent of the City and complying with the provisions of this section. C. In the event the Contractor does assign this contract or employ any subcontractor, the Contractor agrees to bind in writing every assignee and subcontractor to the applicable terms and conditions of the contract documents. D. The Contractor shall, before commencing any work, notify the Owner in writing of the names of any proposed subcontractors. The Contractor shall not employ any subcontractor or other person or organization (including those who are to furnish the principal items or materials or equipment), whether initially or as a substitute, against whom the Owner may have reasonable objection. Each subcontractor or other person or organization shall be identified in writing to the Owner by the Contractor prior to the date this Contract is signed by the Contractor. Acceptance of any subcontractor or assignee by the Owner shall not constitute a waiver of any right of the Owner to reject defective work or work not in conformance with the contract documents. If the Owner, at any time, has reasonable objection to a subcontractor or assignee, the Contractor shall submit an acceptable substitute. E. The Contractor shall be fully responsible for all acts and omissions of its assignees, subcontractors and of persons and organization directly or indirectly employed by it and of persons and organizations for whose acts any of them may be liable to the same extent that it is responsible for the acts and omissions of person directly employed by it. 11. 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. 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: City: Michels Corp., 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. 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: tvy era f f en ,•T CITY OF PORT ANGELES: By: City Mana Approved as to Attest: PERFORMANCE and PAYMENT BOND Bond to the City of Port Angeles Bond 929533302 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 Eight Hundred Forty Nine Thousand One Hundred Seventy Four and 00 /100 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. ($849,174.00) 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 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 CL05 -2010, and providing for Pole Replacements (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 2 8 thday of June Conti,nental Casualty Compa:y Surety Attorney -in -Fact Title 333 S. Wabash Ave. Chicago, IL 6n6n4 Surety Address 800- 262 -4554 Surety Contact and Phone Number Washington, this 28th day of June 2011. Michels Power a division of Michels Corporation Principal By sso n ,4 _,._.:..r Title Weible Cahill 2'100 Cabot Dr.., 100.Lisle, IL 60532 Agent Address Mike Weible 630- 245 -4600 Agent Contact and Phone Number 2011. 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 28 day of June A.D., 2011 M (Notary Public) Esther C. Jimenez My Commission expires: 03/26/2015 "OFFICIAL SEAL" Notary Seal: ESTHER C. JIMENEZ NOTARY PUBLIC, STATE OF ILLINOIS MY COMMISSION EXPIRES 3/26/2015 Authorizing By -Laws and Resolutions I ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. I "Article IX Execution of Documents Section 3. Appointment of Attorney -in -Fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of I insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thererto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney -in- fact." I 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. I "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed I 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. I "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 I 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 or Senior Vice President or the Board of Directors may at any time revoke all power and authority previously given to any attorney-in-fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17 day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article VII Execution of Documents Section 3. Appointment of Attorney -in -Fact. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any Executive, Senior Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney-in-fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17` day of February, 1993. "RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Insurance Company may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Insurance Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Insurance Company. Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Insurance Company." Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Karen A Ryan, William P Weible, Esther C Jimenez, William Cahill, Kimberly Sawicki, Melissa Newman, 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 4th day of May, 2011. 1897 Form F6853- 1/2011 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Continental Casualty Company A. a io National Fire Insurance Company of Hartford a ORPOR4TE0 American Casualty Company of Reading, Pennsylvania OFFICIAL SEAL EJZA FRO NOTARY NSW •8TATEOFL1M S AM COM110810N E»AW1783 My Commission Expires September 17, 2013 0PANt OF� N JULY 11, 1902 In Unlimited Amounts CERTIFICATE Stathy Darcy senior Vice President State of Illinois, County of Cook, ss: On this 4th day of May, 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 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. 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 subscribed my name and affixed the seal of the said insurance companies this 28th day of June 2011 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania Mary A. R(bika>kis a Assistant Secretary COVERAGES r IN,Ii LTR I R CERTIFICATE OF LIABILITY INSURANCE OP ID TD 06/28/11 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). P RODUCER INSURED B Weible Cahill 2300 Cabot Drive, Suite 100 Lisle IL 60532 Phone:630- 245 -4600 INSURER A INSURER B INSURER C INSURER D INSURER E INSURER F CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1X I J A I X I ANY AUTO Michels Power, a division of Michels Corporation P.O. Box 15059 Tumwater WA 98511 -5059 TYPE OF INSURANCE GENERAL LIABILITY A X I COMMERCIAL GENERAL LIABILITY 41PKG2354002 CLAIMS -MADE X OCCUR XCU Included Includes Stop Gap GEN'L AGGREGATE LIMIT APPLIES PER: POLICY I X I !ET AUTOMOBILE LIABILITY ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS X NON -OWNED AUTOS X UMBRELLA LIAB EXCESS LIAB X LOC OCCUR CLAIMS -MADE DEDUCTIBLE X RETENTION 0 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIV OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Fax:630- 245 -4601 Y/ AULIL CUDn INSR WVD X X N/ POLICY NUMBER C Builders Risk MBR537239205 All Risk .,U11 I AL,I NAME: PHONE (A/C, No, Ext): t -MAIL CTTC WWWER CUSTOMER ID 41PKG2354002 02/01/11 02/01/12 000113201 02/01/11 02/01/12 41WCl2353902 02/01/11 02/01/12 CERTIFICATE HOLDER CANCELLATION City of Port Angeles PO Box 1150 321 East Fifth St. Port Angeles WA 98362 PORTAll MICHE -6 INSURER(S) AFFORDING COVERAGE Arch Insurance Company Ironshore Specialty Ins. Co. Zurich American Insurance Co r'uLI1 Y err r'ULII:T CA,' (MM /DDIYYYY) (MMIDD/YYYY) EACH OCCURRENCE UAMAGt IU KtNItu 02/01/11 02/01/12 PREMISES (Ea occurrence) AUTHORIZED REPRESENTATIVE FAA (NC, No): LIMITS MED EXP (Any one person) PERSONAL ADV INJURY GENERAL AGGREGATE PRODUCTS COMP /OP AGG COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) EACH OCCURRENCE AGGREGATE X TORY LIMITS 1 DESCRIPTION OF OPERATIONS LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Re: Job #19325 Pole Replacement, Contract Amount $849,174.00 Primary Non Contributory Additional Insured on General Liability Auto and Waiver of Subrogation or Builders Risk in Favor of: City of Port Angeles *Per CG2010 7/04 CG2037 7/04 DATE (MM /DDIYYYY) $1,000,000 $300,000 $10,000 $1,000,000 $2,000,000 $2,000,000 $2,000,000 1$ BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. NAIC 11150 25445 1$ $10,000,000 1$10,000,000 E.L. EACH ACCIDENT 1,000,000 E.L. DISEASE EA EMPLOYEE 1,000,000 E.L. DISEASE POLICY LIMIT 1$ 1,00 0, 0 0 0 02/01/11 02/01/12 5, 000, 000 Any Project $50,000 Deductible ©108 -2009 ACORD CORPORATION. All rights reserved. I ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: 41 PKG2354002 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Any person or organization with whom you are required in a written contract or agreement to include as an additional insured and the use of this specific endorsement is stipulated in the contract. Location(s) Of Covered Operations The coverage provided by this endorsement is primary to and non- contributing with any other insurance available, however, this primary and non contributory status must be required in a written contract with the Named Insured. If this is not required, this endorsement will be excess of any other coverage available to the insured. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 A. Section II Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 07 04 ISO Properties, Inc., 2004 COMMERCIAL POLICY NUMBER: GENERAL LIABILITY 41 PKG2354002 CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Any person or organization with whom you are required in a written contract or agreement to include as an additional insured and the use of this specific endorsement is stipulated in the contract. The coverage provided by this endorsement is primary to and non contributing with any other insurance available, however, this primary and non- contributory status must be required in a written contract with the Named Insured. If this is not required, this endorsement will be excess of any other coverage available to the insured. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products- completed operations hazard CG 20 37 07 04 ISO Properties, Inc., 2004 Location And Description Of Completed Operations PART III SPECIFICATIONS, SPECIAL PROVISIONS, AND SUBMITTALS 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, as modified or supplemented by Amendments and these Special Provisions, all of which are made part of the Contract Documents, describe the general requirements, description, materials, construction requirements, measurement and payment of work to be completed under this Contract. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. 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 Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Bond Equal to "Performance and Payment Bond" for this project. Commission Redefined for this project to mean the City Council of the City of Port Angeles. Department Redefined for this project to mean the City of Port Angeles Department of Public Works Utilities. Engineer or Project Engineer Redefined for this project to mean the Project Engineer for the City of Port Angeles. Secretary Redefined for this project to mean the Director of Public Works and Utilities for the City of Port Angeles. State Redefined for this project to mean the City of Port Angeles. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. The terms "Contract" and "Project Manual" are interchangeable. 1 -02.2 PLANS AND SPECIFICATIONS Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Reduced plans (11" x 2 17 and Contract Provisions Large plans (e.g., 24" x 2 36 and Contract Provisions Additional plans and Contract Provisions may be purchased by the Contractor by payment of $40 per set. 1 -02.5 PROPOSAL FORMS Delete this section and replace it with the following: Contract documents include a proposal form for to be used in bid submission The proposal form will identify the project and its location and describe the work. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; III -2 Basis of Distribution Furnished automatically upon award. Furnished only upon request. date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D /M /WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The City reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the City. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D /M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W /MBE requirements are to be satisfied through such an agreement. 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 -02.13 IRREGULAR PROPOSALS Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: III -3 a. The authorized proposal form furnished by the Contracting Agency is not used or is altered; b. The completed proposal form contains any unauthorized additions, deletions, alternate bids, or conditions; c. The bidder adds provisions reserving the right to reject or accept the award, or enter into the contract; d. The proposal form is not properly executed; e. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 1 -02.6. f. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. 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 -04.2 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. Addenda to these project documents. 2. Special Provisions as set forth on pages III 1 through III 9 3. Submittal requirements, as listed on page III 8 4. Technical Specifications, Section 16315. 5. Project Plans, as set forth in Attachment D. 6. City of Port Angeles Standard Details, as set forth in Attachment C. 7. Washington State Department of Transportation's 2010 Standard Specifications for Road, Bridge, and Municipal Construction (English Units), referred to herein as the Standard Specifications. 8. Attachments (exclusive of the above mentioned) as listed in the Table of Contents of the Project Manual. 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 III -4 Definitions: project manual. a. RFI: Request for Information b. CCO: Construction Change Order C. CPR: Contractor Payment Request 1 -05.3 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 Owner's Project 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. III -5 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. 1 -05.10 GUARANTEES Section 1 -05 is supplemented with the following: The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one (1) year from the date of substantial completion. The Contractor shall warrant and guarantee for a period of one (1) year from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship, and the Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments, or other work that may be made necessary by such defects, the City may do so and charge the Contractor the cost thereby incurred. The Performance and Payment Bond shall remain in full force and effect through the guarantee period. Measurement and Payment All costs associated with this item shall be incidental to the contract prices for the various bid items. 1.07.2(2) 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 City. 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 III -6 1 construct utility facilities unless otherwise provided for in the Plans or these Special Provisions. The Contractor shall call the Utility Location Request Center (One Call Center), for field location not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, state or federal holiday. The telephone number for the One Call Center for this project is 1- 800 424 -5555. The Contractor is alerted to the existence of Chapter 19.122 RCW, a Washington State law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. No excavation shall begin until all known facilities in the vicinity of the excavation area have been located and marked. 1 -07.18 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. 1 -08.0 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. Power to all customers shall be restored by 5:00 pm each day and no work shall be performed later than 6:00 pm. 1 -08.5 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 III -7 pole replacement and re- energizing of all transmission and distribution lines within 300 days of the Notice to Proceed, unless a different time frame is expressly provided in writing by the City. If said work is not completed within the specified 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. 1 -09.9 PAYMENTS Section 1 -09.9 is supplemented with the following: The Contractor shall submit payment requests with a completed Application for Payment form, included in Attachment B of this Project Manual. This form includes a lien waiver certification, and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. SUBMITTAL REQUIREMENTS The following is an index of the section contained under Submittal Requirements: SR -01 Material Submittals SR -04 As -Built Drawings SR -01 MATERIAL SUBMITTALS The Contractor shall furnish to the City Engineer 3 copies of all material submittals for the following items: 1. 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. III -8 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 Project 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 Special Provisions apply to this Section. 1.2 SUMMARY A. The material to be provided by the Contractor for this contract is overhead electrical power distribution hardware, including but not limited to the following: 1. Conductors, connectors, and splices. 2. Hardware and accessories. 3. Cutouts, switches, and fuses. 4. Porcelain and composition insulators. 5. Wood and fiberglass poles and crossarms. 6. Down guys and anchors. B. The Contractor shall provide and install all material, labor, and equipment to accomplish the work specified herein and noted on the drawings as required to provide complete and functional transmission and distribution circuits upon completion. C. City of Port Angeles material stock numbers provided in this specification are to assist the Contractor to relate material in the City construction standards to material specified herein. Material is required to meet City standards, but no material will be provided by the City. 1.3 DEFINITIONS A. AAC: All aluminum conductor. B. ACSR: Aluminum conductor, steel reinforced. C. BIL: Basic impulse level, stated in kilovolts. D. IEEE: Institute of Electrical and Electronics Engineers. E. NESC: National Electrical Safety Code, IEEE Standard C2, 2007 Edition. F. PALO: City of Port Angeles, Department of Public Works and Utilities, Light Operations Division. G. PAES: City of Port Angeles, Department of Public Works and Utilities, Engineering Services Division. 16315 1 H. RUS: Department of Agriculture, Rural Utilities Service. I. Sag: The distance measured vertically from a conductor to the straight line joining its two points of support, measured at the midpoint of the span, unless otherwise indicated. 1. Final Sag: The sag of a conductor under specified conditions of loading and temperature applied after it has been subjected, for an appreciable period, to the loading prescribed for the loading district in which it is situated, or equivalent loading, and the loading removed. Final sag includes the effect of inelastic deformation (creep). 2. Initial Unloaded Sag: The sag of a conductor before the application of an external load. J. Secondary: Conductors and components for circuits operating at the utilization voltage of 600 V or less. K. Service: Set of insulated conductors extending from a pole to the metering point or service entrance connection at the location of utilization of electricity. 1.4 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 the NESC, except where stricter requirements are indicated. D. New construction and strength shall be as required by the NESC for Grade C construction for heavy line loading, unless otherwise indicated. E. New poles shall be constructed with all new material. Only transformers and their mounting brackets may be reused on new poles. 1.5 PROJECT CONDITIONS A. Existing Utilities: Contractor shall coordinate 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. 16315 2 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: 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. 16315 -3 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. Guy Strand Assemblies: Cable and attachments. Include strain insulators where indicated and if required by IEEE C2. Assemblies shall have uniform minimum breaking strength for components of each assembly. 1. Cable: 10M or 18M size. Aluminum -clad steel, complying with ASTM B 416. 2. Cable Termination: Thimble eye. C. Anchor and Anchor -Rod Assemblies: Hot -dip galvanized steel. 1. Anchors: Plate or power installed 8" double helix screw type. 2. Anchor Rods for Manual Installation: Threaded rod with integral triple thimble eye. 3. Anchor Rods for Power Installed Screw Anchors: ASTM A 53/A 53M, Schedule 80 pipe, with coupling, and triple thimble eye. D. Guy Markers: Round vinyl or PVC material, yellow color, 96 inches long. Shatter resistant at temperatures below 0 deg F. E. 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. F. Insulators 1. Distribution Line Post Insulators shall be porcelain insulators, wet process type, complying with the following types: a. PAES Stock #285- 074 00032: Neutral Pins: ANSI C29.5, Class 55 -3, Porcelain Products #261 -AW. b. PAES Stock #285 074 00031: Phase Pin: ANSI Class 55 -4, Porcelain Products #366 -S. c. PAES Stock #285 074 00027: Secondary Spool: ANSI C29.3, Class 53 -2. (PAES Std NO01), Polymer, Chance #C9091032P 2. Distribution suspension insulators shall be polymer- composite, 15kV class, fiberglass- reinforced insulators equal to the following: 16315 4 a. PAES Stock #285 074 00010: MacLean Power Systems #DS -15M 3. Transmission suspension insulators shall be polymer- composite, 115kV class, fiberglass reinforced insulators equal to the following: a. PAES Stock #285- 074 00054: MacLean Power Systems #S165051VX01. 4. Transmission Line Post Insulators shall be polymer- composite, 115kV class, equal to the following: a. PAES Stock #285 074 00109: MacLean Power Systems #HI92044VX04 5. Transmission Line Vertical Post Insulators shall be polymer- composite, 115kV class, equal to the following: a. PAES Stock #285 074 00110: MacLean Power Systems G. Grounding Materials: Comply with PAES Standards using materials listed by RUS for the intended purpose without restriction. Grounding conductors shall be No. 6 AWG, minimum; bare, solid, annealed copper, complying with ASTM B 8, unless otherwise indicated. H. 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 #G1 MDAl24AG, or equal. I. Disconnect mounting bracket (PAES #285 078 00009) to be Aluma -Form #R3CSA -48, or equal. J. Unless noted otherwise, poles bands shall be used for attaching all power down guys to fiberglass poles. Refer to PAES Construction Standard G405 in Attachment C. Bands are not required for attaching to fiberglass crossarms with integral guy connection points. K. Unless noted otherwise, communications down guys do not require pole bands and may be connected to through bolts. 2.4 SURGE ARRESTERS A. Manufacturers: 1. Cooper Power Systems. 2. General Electric Company; Transmission Systems. 3. Joslyn Manufacturing Company. 4. Ohio Brass Company; Hubbell, Inc. 5. Tyco Electronics /Raychem. 16315 5 B. PAES Stock #285 003 00001: Distribution -Class Surge Arresters: Polymer enclosed, gapless, metal -oxide type with automatic indicating type, ground -lead disconnection feature, complying with IEEE C62.11 and NEMA LA 1. Hubbell #221609, or equal. 1. Voltage Rating: 10 kV, at the altitude of Project, unless otherwise indicated. C. PAES Stock #285 003 00003: Intermediate -Class Surge Arresters: Polymer enclosed, gapless, metal -oxide type, complying with IEEE C62.11 and NEMA LA 1. Hubbell #213709, or equal. D. Coordinate subparagraph below with Drawings. Delete if ratings are indicated in schedule. See sample schedule in the Evaluations. 1. Voltage Rating: 10 kV, at the altitude of Project, unless otherwise indicated. 2.5 SWITCHES A. Available Manufacturers: 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. 2.6 POLES 1. ABB Inc.; Distribution Automation Equipment Division. 2. AB Chance Co.; Hubbell, Inc. 3. Cooper Power Systems. 4. S &C Electric Company. 5. Turner Electric. 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. Distribution Disconnects, PAES Stock #285 067 00001: 600 Amp, 15kV, 110 BIL, hookstick operated, porcelain insulated disconnect switch, 25,000 Amp short circuit withstand rating, suitable for crossarm mounting. Hubbell /Chance #M3D62B, or equal. D. Transmission Switch L30: Provide new transmission switches for Pole #31. Two insulator, side opening, outdoor air disconnect switches, constructed of 1200 Amp aluminum contacts on 69kV porcelain insulators that rotate through a common mechanism. Turner Electric #1AD06912/1804, or equal. Gang mount 3 switches with common operating rod to lockable handle at base of pole. A. New poles and structural support members shall be fiberglass or wood, of size and class as shown on the drawings. B. Wood poles and crossarms shall comply with the following City of Port Angeles Standard Specifications in Attachment C: 16315 6 1. Poles: MDOW -001 2. Crossarms: MDOW -002 C. Where fiberglass poles are indicated, the basis of design is Shakespeare fiberglass poles. Equal poles by other manufacturers may be substituted, including but not limited to Ameron and RStandard Composites. Fiberglass poles and crossarms shall comply with the following City of Port Angeles Standard Specifications in Attachment C: 1. Poles: MDOF -001 2. Crossarms: MDOF -002 PART 3 EXECUTION 3.1 GENERAL REQUIREMENTS A. Comply with all work procedures required by NESC, Part 4, and State of Washington rules and regulations. B. Poles included in this project shall be replaced with wood or fiberglass poles and crossarms as noted on the drawings. New configurations shall match existing framing, except as noted otherwise. To the extent possible, dimensions shall comply with dimensioning and details shown in PAES Construction Standards included in Attachment C. C. Hardware, cutouts, and insulators shall all be new material as specified herein. Existing transformers, street lights and brackets, riser conduits, and other existing pole attachments shall be reinstalled on new poles and not replaced. D. New poles shall be in the same location where required to support riser conduits or fit existing pole alignment. E. Apply both pole and switch numbers to poles per PAES Standard 0M002. Pole numbers to be black text on yellow reflective background with full color impregnation. Numbers shall mount in black nylon mounting plate. Everlast injection molded tags, manufactured by Tech Products, Inc. or equal. Switch numbers to be 2" #EL2KY) numbers oriented vertically; pole numbers to be 1" high oriented horizontally #ELHKY). F. Solidly bonded connections shall be maintained for distribution system neutrals between main lines and taps. Where not currently installed per NESC requirements, neutral bonding conductors shall be #6 or #4 solid copper securely stapled as detailed in PAES Construction Standard H001 or H002. G. New poles shall be constructed of all new material to match existing pole framing, except as noted otherwise in the drawing notes for each pole. New material shall comply with current PAES standards. Selected PAES construction standards are included in Attachment C to these specifications to provide further pole framing 16315 7 guidance. Some clearances or positions may need to be adjusted to accommodate existing field conditions, but all NESC minimum clearances shall be maintained for new construction. H. Install copper ground wires on each new pole as indicated on drawings. Route ground wire inside fiberglass poles from 40 inches below medium voltage neutral position to 6 inches below groundline. Connect to 8 foot ground rod buried completely below grade. Install ground wires on all new wood poles according to PAES standard H001 or H002. Increase ground wire size from #6 copper where noted on pole schedule. I. New wood poles shall utilize new wood crossarms. New fiberglass poles shall utilize new fiberglass crossarms. J. Except as noted, existing poles, crossarms, and hardware being removed shall become Contractor's property and be disposed of in an environmentally acceptable manner. Material to be retained by the City shall be delivered to the City's facility at Valley Street and West Second Street. K. Contractor shall transfer all City conductors and devices on existing poles to the new poles. This may include any combination of street lights, transformers, cutouts, and 69kV, 15kV, 480V, and 120/240V conductors. Contractor shall also transfer cable TV, but leave fiber optics and telephone cables to be transferred by the communications companies. Coordinate activities with Wave Broadband (Cable TV), and Excel Utilities Construction (CPI Fiber and Qwest). L. Transmission (69kV) conductors will be de- energized by PALO prior to any Contractor work. Contractor must coordinate schedule for this work with PALO representative. M. Distribution (15kV) conductors will not be de- energized except as required by the Contractor. Contractor shall coordinate with PALO each outage to minimize the length and the number of customers affected. PALO crews shall operate any breakers or switches when required for outages. Contractor shall lift and replace jumpers and /or open fused cutouts when required. N. Where outages are required to perform the work, Contractor shall provide PALO with 72 hours advance notice of a scheduled outage, and Contractor shall also distribute door hangers to the affected customers. Delays resulting from insufficient advance notice will not justify an increase in contract price. Work shall continue until power is restored. No customers shall be left without power overnight. O. Prior to being issued a Notice to Proceed, Contractor shall attend a mandatory pre construction meeting at Port Angeles City Hall to coordinate activities with PALO and communications companies. 3.2 LINE CONDUCTOR INSTALLATION A. Application: Install bare conductors, unless otherwise indicated. Existing conductors shall be reused. Provide new insulators and hardware for new crossarms and poles. To the extent practical, maintain service to existing customers during construction. 16315 -8 B. Armor Rod: Install to protect conductors if line conductors are supported by insulators. C. 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. D. 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 or 556 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 COMMUNICATIONS A. Provide crossarms for support of existing communications lines. Transfer of communications cables from old supports to new structure to be done by communications company within 60 days of project completion. Contractor shall include returning to Port Angeles after project completion to remove poles not vacated prior to completion of other work. 3.5 SWITCH INSTALLATION A. Mount switches on new structures where shown on drawings. B. Install operating pipes between switches and down to lockable handle at grade level as shown on drawings. C. Ground operating mechanisms per PAES standard TM 001 in Attachment C. Provide steel ground plate as shown. Bury one inch below grade at normal switch operating position. Ground switch frames with #4 copper ground wire routed through interior of fiberglass poles to common ground rod. 3.6 POLE AND CROSSARM INSTALLATION A. Pole Orientation: Align curve of curved wood poles with straight -line runs of three or more poles. Align gains perpendicular to runs. 16315 9 B. Elevation of Line above Grade: Install poles with top at same elevation, unless grade changes dictate elevation change in poles, and according to the following: 1. On level ground, set poles so tops of consecutive poles vary not more than 60 inches in elevation. 2. Shorten wood poles by cutting off the top, C. Set poles according to the following: 1. Make pole holes vertical, uniform in diameter, and large enough to permit effective use of tamping bars all around. Bore or excavate holes with an average diameter at grade less than twice the diameter of the pole at the same grade. 2. Set poles at a depth of ten percent of the pole height, plus two feet. Minimum depth shall not be less than five feet for any pole. 3. For poles on slopes, hole depth is measured from finished grade at lowest side of hole. 4. Set poles in alignment and plumb except at dead ends, angles, and points of extra strain; rake poles against conductor strain 1 inch minimum, 2 inches maximum, (after conductors are installed at required tension) for each 10 feet of pole length. Rake poles so they will not lean or bend in direction of strain when loaded. 5. Backfill holes in 6 -inch maximum lifts, and thoroughly tamp each layer before starting the next. 6. Place surplus earth around pole in a conical shape, and tamp thoroughly to provide drainage away from pole. 7. Set poles so alternate crossarm gains face in alternate directions, except at terminals and dead ends; place gains on last two poles on side facing terminal or dead end. 8. Poles Set in Concrete Paved Areas: Install poles with minimum of 6 -inch wide, unpaved gap between the pole and the edge of adjacent concrete slab. Fill unpaved ring with pea gravel to a level 1 inch below top of concrete slab. 9. Where noted on the drawings, Contractor shall schedule the City archeologist to be present during excavating for new poles. No excavating shall occur at those locations without the archeologist present. Archeologist may require up to 3 full working days advance notice to schedule time. D. Field treat factory- treated wood poles and crossarms as follows: 1. Poles Treated More Than One Year before Installation: Treat portion from 24 inches above ground line to butt. 2. Field -Bored Holes and Field -Cut Gains and Pole Tops: Treat cut portions. 3. Unused Holes: Treat and plug with treated wood -dowel drive pins. 4. Engage the services of a technician certified according to Part 1 of this Section to apply treatment. Comply with requirements in AWPA standards that govern original factory treatment for field applied treatment chemicals and application. E. Crossarm Installation: Set line crossarms at right angle to line for straight runs and for angles 45 degrees and more. Bisect angles less than 45 degrees. 1. Buck Arms: Install at corners and junction poles, unless otherwise indicated. 16315 10 2. Double or Triple Wood Crossarms: Install per PAES Standards in Attachment C dead ends, corners, angles, and line crossings. Fiberglass deadends shall be appropriately rated deadend type arms. 3. Equipment Arms: Locate below lines and set parallel or at right angles to them, whichever provides best climbing space. 4. Gains: Install metal pole gains only on wood poles. Do not cut gains in field without specific written approval. 3.7 HARDWARE AND ACCESSORIES INSTALLATION A. All pole replacements include removing and installing all related pole hardware, cutouts, transformers, down guys, etc. to match existing poles. Provide additional guys, anchors, or hardware as noted in the schedules on the drawings. B. On wood distribution poles, steel crossarm braces shall be removed and replaced with wood braces as shown in PAES Standard PF300 in Attachment C, item "cu C. Install washers against wood and under nuts, including eyenuts and locknuts. D. Install nuts and locknuts wrench -tight on threaded connections. For locknuts on fiberglass poles, refer to Specification MDOF -001 in Attachment C. E. Install guys to resist unbalanced loads, including those developed at angles, corners, and dead ends. Install two or more guys if a single guy will not provide adequate strength. Install separate guys if unbalanced loads are separated by 36 inches or more. F. Protect guy strands from damage. Replace damaged guy strands. Install guy insulators where required to comply with IEEE C2 clearance requirements and elsewhere, where indicated. G. Guy Markers: Install at anchor end of guys. Clamp to guy strand or anchor at top and bottom of marker. H. Install plastic rain cap on top of each new wood pole. Fasten in place with nails or lag screws. I. Install tag showing pole number on each new pole installed on this contract. Use numbers listed on staking sheets. Adhesive tags shall be used on fiberglass poles, and nailed plates with adhesive tags shall be used on wood poles. J. Screw -in anchors shall be installed to manufacturer's recommended torque. Install extension rods where required to achieve proper installation. 3.8 INSULATOR INSTALLATION A. Medium Voltage Line Application: Install pin type, except install suspension type at corners, angles, dead ends, and other locations where horizontal forces exceed rated values for pin or line- post -type units. 16315 11 1. Install suspension insulators and hardware that have mechanical strength exceeding rated breaking strength of attached conductors. 2. Install horizontal line -post insulators for armless construction. 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. D. Guy Strain Type: Install fiberglass- reinforced units where specified. 3.9 FIELD QUALITY CONTROL A. Final inspection shall be by PAES personnel. Contractor shall receive a list of those deficiencies needing correction, and shall complete corrections prior to final acceptance. B. After completing equipment installation, inspect equipment. Remove spots, dirt, and contamination. END OF SECTION 16315 16315 12 PART IV ATTACHMENTS ATTACHMENT A WASHINGTON STATE PREVAILING WAGE RATES FOR CLALLAM COUNTY Washington State Prevailing Wage Rates for Public Works Contracts Journey Level and Apprentices, Clallam County, as effective on the date of the bid opening shall apply to this contract. To access applicable prevailing rate of wages by trade, refer to the following Department of Labor and Industries website link: 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 East Fifth St., Port Angeles, WA 98362. ATTACHMENT B FORMS REQUEST FOR INFORMATION (RFI) FORM PROJECT NAME: Pole Replacements PROJECT /CONTRACT NUMBER: CL05 -2010 ORIGINATOR: Owner Contractor ITEM: REFERENCE DRAWING OR SPECIFICATION: DESCRIPTION OF CLARIFICATION /REQUEST: DATE REPLY REQUESTED: ORIGINATOR SIGNATURE: COMMENTS: CRITICAL TO SCHEDULE: YES Cl 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: Increase or Decrease in bid items; Force Account; Negotiated Price: The described work affects the existing contract items and /or adds and /or deletes bid items as follows: Item Description No. 1 2 CONTRACT CHANGE ORDER (CCO) NO. RFI Orig. Rev. Orig. Rev. Qty. Unit Cost Per Unit Cost Net Cost Adj. Days I I I I I I I I I I I 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 I I I 1* 1* 1* I DAYS: I DAYS: 1 DAYS: 1 DAYS: 1 DAYS: Amount with applicable sales tax included All work, materials and measurements to be in accordance with the provisions of the original contract and /or the standard specifications and special provisions for the type of construction involved. The payments and /or additional time specified and agreed to in this order include every claim by the Contractor for any extra payment or extension of time with respect to the work described herein, including delays to the overall project. APPROVED BY: PROJECT ENGINEER CITY ENGINEER CONTRACTOR PUBLIC WORKS UTILITIES DIRECTOR CITY MANAGER CITY COUNCIL APPROVAL DATE: SIGNATURE: DATE: 'PORT CIRFSV. COP TO: City of Port Angeles Public Works Utilities Department P.O. Box 1150 Port Angeles, WA 98362 FROM: PERIOD From: Continued on Page 2 CONTRACTOR'S APPLICATION FOR PAYMENT POLE REPLACEMENTS PROJECT NO. CL05 -2010 Page 1 of 2 DATE: PAYMENT REQUEST NO. to [end of period]: STATEMENT OF CONTRACT ACCOUNT 1 Original Contract Amount (Excluding Sales Tax) 2 Total Value of Approved Change Order No(s). (Excluding Sales Tax) 3 Adjusted Contract Amount [1 +2] 4 Value of Work Completed to Date (per attached breakdown) 5 Material Stored on Site (per attached breakdown and material receipts) 6 Subtotal [4 +5] 7 8.4% Sales Tax (at 8.4% of Subtotal), As Applicable 8 Less Amount Retained (at 5% of subtotal) 9 Subtotal [6 +7 -8] 10 Total Previously Paid 11 AMOUNT DUE THIS REQUEST [9 -10] WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and releases, up through the date hereof, any and all claims for costs or item extensions arising out of or relating to extra or changed work or delays or acceleration not specifically identified and reserved in the amounts identified below or previously acknowledged in writing by the City of Port Angeles. CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials supplied through the ending period date noted above represent the actual value of accomplishment under the terms of the contract (and all authorized changes) between the Applicant and the City of Port Angeles, relating to the above referenced project, and that the remaining contract balance is sufficient to cover all costs of completing the work in accordance with the contract documents. I also certify that all lower -tier payments, less applicable retention, have been made by the Applicant for the periods covered by previous payment(s) received by the Applicant to (1) all lower tier subcontractors/ suppliers, and (2) for all materials, equipment and labor used or in connection with the performance of this contract. I further certify that I have complied with all federal, state and local tax laws, including Social Security laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance of this work, and have paid all such taxes, premiums and /or assessments arising out of the performance of the work. I further certify that, to the best of my knowledge, information and belief, all work for which previous payment(s) have been received shall be free and clear of liens, claims, security interests and encumbrances in favor of the Contractor, subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the work. Within seven (7) days of receipt of the payment requested herein, all payments, less applicable retention, will be made through the period covered by this pay request to all my lower -tier subcontractors /suppliers and for all materials, equipment, labor, taxes and assessments arising out of the performance of all said lower -tire work. DATED: CONTRACTOR: SIGNATURE: PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this day of 20 APPROVAL: Project Manager City Engineer CONTRACTOR'S APPLICATION FOR PAYMENT Page 2 of 2 Notary Public in and for the State of residing at My appointment expires Date Date ATTACHMENT C CITY OF PORT ANGELES ELECTRICAL 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- drilled 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 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 11/2 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 strength 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 6 1 I OH 4 6 Date: 5/07 Appd. Eng: TD Appd. Ops: JK Revised: 8/10 C I I I0 0 A SIDE VIEW B TOP VIEW 8 10 FT ARMS A SIDE VIEW TOP VIEW 8 10 FT ARMS 12 FT ARM C C B C n 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. A I B IC I WEIGHT I LOAD I STOCK NO. ISHAKESPEARE CAT. NO. I 8' 28" 30" 42 LBS. 7,500# 540 091 -00004 STB096N12405PAE 10' 38" 37" 49 LBS. 6,000# 540- 091 -00009 STB120N12405PAE 12' 20" 56" 58 LBS. 4,800# 540 091 -00010 HTB144N12605PAF FIBERGLASS TANGENT CROSSARM SPECIFICATIONS CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION C I t4 -1/2" 6" 4" I III I t3 -1/2" L H I t 4-1/2" 4) I t3 -1/2" 6 PUPI CAT. NO. TB2000 -96 -043 TB2000- 120 -053 TB2500- 144 -SP3 Sheet 2 of 3 MDOF -002 4" C H b I oii oii 0 iI 0 ��e 6" C B SIDE VIEW f 12" TOP VIEW CROSSARM 8 10 FT. FIBERGLASS A H 1110 10" C C SIDE VIEW C o Ho L h n� 6" C C Date: 7/07 Appd. Eng: TD Appd. Ops: JK Revised: 12/1/10 B TOP VIEW o I l 1 1 ;0 L6" C CROSSARM 12 FT. FIBERGLASS 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 lbs. 7. Guy attachment bracket material to be steel, grade A571 -GR50. 8. Color of arm to be brown or dark bronze. FIBERGLASS DEADEND CROSSARM SPECIFICATIONS CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION C 110 IS C A I B IC I WEIGHT I LOAD I STOQ NO. ISHAIf� PARE CAT. NO. 8' 56" 14" 84 LBS. 13,000# 540-001-00006 IDB096G12245PAE 10' 34" 37" 97 LBS. 13,000# 540 091 -00010 IDB120G12445PAE 12' 52" 20" 109 LBS. 12,000# 540 -091 -00011 IDB144G12645PAF C C 6" I _L i (I) 6" 4 1 6" GUY DEADEND PROVISION SIDE VIEW GUY ATTACHMENT BRACKET DETAIL PUPI CAT. NO. DA4000- 96X2 -SP3 DA4000- 120X4 -SP3 DA4000- 144X6 -SP3 Sheet 3 of 3 MDOF -002 CITY OF PORT ANGELES PUBLIC WORKS AND UTILITIES Specification for Wood Poles MDOW -001 Poles shall be western red cedar, air dried, machine peeled, unframed, butt treated, of length and class as indicated on the quotation form. Poles shall meet the latest revisions of AWPA Standard U1 and ANSI Standard 05.1. Additional specifications are as follows: 1. Butt treatment shall be Pentachlorophenol per QWPA C7. Treatment and incising shall extend from the pole to butt, to 10% of the pole height plus four feet. (For example, the bottom eight feet will be treated on a 40 foot pole.) Complete sapwood penetration of preservative must be obtained regardless of sapwood depth. 2. Poles shall not have splits or checks that reduce the pole strength. 3. Pole shapes shall meet or exceed requirements of ANSI 05.1, Section 5.4.9. There shall not be more than twist of grain in any 15 feet of length. Ninety percent of the poles shall not exceed the sweep requirements of 1 -inch in ten feet. The remaining ten percent may have a sweep of one inch in six feet. No poles shall have double or reverse sweep. 4. Maximum butt diameter shall not exceed 16 inches for poles through 55 feet in length, and 22 inches for poles 60 feet or longer. 5. The year, length, class, species and type of preservative shall be stamped or embossed on a two -inch diameter, 24 -gauge aluminum disc. Disc shall be installed using an aluminum twist nail in a flat bottom gain at a distance of 10 feet from the pole butt to the center of the recess for poles of length 50 feet or less, 14 feet from the butt for poles of length 55 feet or more. The year, length, and class shall also appear on the pole bottom, either by stamping into the wood or a second aluminum disc. 6. Shed roofing shall be a one -way cut at 20 to 30 degrees, and pentachlorophenol brush treated. A random sample of at least ten percent of the poles shall be inspected and approved prior to shipment by Timber Products, Inc. Provide a copy of their inspection report to the City prior to payment. Delivery shall be F.O.B. Port Angeles Public Works and Utilities pole yard at 16th Street and A Street, Port Angeles, Washington, freight prepaid. Delivery shall be Monday through Friday, excluding holidays, between the hours of 9:00 AM and 3:30 PM. The Light Operations Division shall be notified 24 hours prior to delivery at (360) 417 -4738. Delivery shall be by self unloading truck, price to include unloading poles at City pole yard. END OF SPECIFICATION City of Port Angeles 1 of 1 11/16/09 Wood arms and timbers shall be furnished in accordance with EEI Standard TD -90, "Specifications for Douglas Fir Crossarms, Treated or Untreated," or the latest revision thereof, except where this standard conflicts with the following specification. Manufacturers may supply either dense grain or close grain wood, or a mixture of each grade in any shipment. The top edges of all arms shall be chamfered as shown in Section 5.3 of EEI Standard TD- 90. All arms and timbers shall be permanently marked or branded on the bottom or side in figures not less than 3/8 inch in height as follows: Manufacturer's designation Year of manufacture Code 6P for pentachlorophenol Species All arms and timbers shall be treated in accordance with the latest revision of AWPA Standard C25.70, "Standard for the Preservative Treatment of Crossarms by Pressure Processes." This standard is to be used in conjunction with AWPA Standard C1, "Standard for Preservative Treatment by Pressure Processes -All Timber Products," and Standard C1 is a part of this specification. The arms shall undergo initial preparation for treatment in accordance with these standards, including incising to a depth of 3/16 inch, air seasoning or kiln drying to the proper moisture content, marking as specified, and all other initial requirements of this standard. The empty cell manner of treatment shall be used as shown in the above standard. All penetration tests and inspection shall be completed by the manufacturer as outlined in these standards. After treatment, the surface of all arms and timbers shall be clean to the touch. The preferred treatment shall be pentachlorophenol -oil borne as noted herein. The treating solution shall contain 5 percent, plus or minus 0.5 percent, pentachlorophenol by weight, as determined by AWPA Standard A5. The arm or timber shall be pressure treated to three tenths (0.30) pounds of pentachlorophenol per cubic foot retention. The penta -oil treatment solution shall meet all requirements of the latest revision of AWPA Standard P8. Provide arms of the lengths specified elsewhere, pre drilled with the hole spacings detailed for each length of arm. Allowable tolerances: Length of Arm: ±1/4" Height and Width: ±1/16" Hole Spacing: ±1/8" Hole Diameter: ±1/32" Maximum knot size: Narrow Face: Wide Face: City of Port Angeles CITY OF PORT ANGELES PUBLIC WORKS AND UTILITIES Specification for Wood Crossarms MDOW -002 1/2" 3/4" 1 of 2 12/8/09 Invoices shall be mailed to: Delivery shall be Monday through Friday, excluding holidays, between the hours of 9:00 AM and 3:30 PM. The Light Operations Division shall be notified 24 hours prior to delivery at (360) 417 -4738. Delivery price to include unloading poles at City pole yard. City of Port Angeles City of Port Angeles -Light Operations Division Attn: Purchasing 2007 S. 0 St. Port Angeles, WA 98363 END OF SPECIFICATION 2 of 2 12/8/09 1 ANGLE 'A TO BE WITHIN 10 DEGREES OF ANGLE 'B' ITEM Date: 4/07 Appd. Eng: TD Appd. Ops: Revised: 1. Anchor, screw 8" single 1 285 074 00001 2. Rod, anchor 1/4" x 7 ft 1 285 074 00004 3. Eye, triple 1 4. Rod, anchor extension j4" x 3)6 ft as required 285 074 00003 5. Coupling, rod extension 1 SCREW ANCHOR, 8" QUANTITY STOCK No. CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION Eft MIN I Sheet 1 of 1 A 0 01 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 6ft MIN ITEM NOTE: Rating in Type 5 soil is 30,000 lbs. maximum. Date: 8/07 Appd. Eng: TD Appd. Ops: Revised: 1. Anchor, Cross Plate, 24" 1 2. Rod, anchor 1 x 10 1 3. Eye, triple 1 ANCHOR, CROSS PLATE CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION QUANTITY CHANCE X24 7570 Sheet 1 of 1 A002 Date: 4/07 Appd. Eng: TD Appd. Ops: Revised: ANGLE 'A TO BE WITHIN 10 DEGREES OF ANGLE 'B' ITEM 1. Anchor, 8 -10" Double Helix 1 285 074 00002 2. Rod, anchor )4" x 7 ft 1 285 074 00004 3. Eye, triple 1 4. Rod, anchor extension x 3i ft as required 285 074 00003 5. Coupling, rod extension as required NOTE: Double 8" helix holds approximately 21,000 lbs. maximum. ANCHOR, DOUBLE HELIX 8 -10" CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION QUANTITY STOCK No. Sheet 1 of 1 A004 CUSTOMER: 1) Provide and install schedule 80 conduit from 8 feet above finished grade to 2 feet below grade; schedule 40 conduit in trench to service entrance. 2) Provide and install first standoff at or near 8 feet. Provide schedule 40 PVC, weatherhead, and supports to reach within 7 feet of crossarmn, for installation by Utility. 3) Supply underground sufficient conductor (Type USE or equivalent) to go up length of pole and reach transformer. Provide 3 feet of extra cable for connections. 4) Ground metal raceway as required by the NEC. UTILITY: 1) Install conduit supports as required. 2) Install conduit from 8 feet to within 7 feet of crossarm. 3) Connect all conductors at crossarm or transformer. NOTE: Premanufactured mobile home on City lot When a service pole is required to serve a premanufactured or mobile home, it will be located on the customers property, at the customers expense, adjacent to the alley or street served by the utility. Underground conductors (no overhead allowed) from this pole to a pedestal mounted meter will provide power to the dwelling. Date: 4/13/05 Appd. Eng: TD Appd. Ops: JK Revised: 2/07 CRCSSARM I 1] SCH 40 PVC ABOVE FIRST 8 FEET UTILITY INSTALLED I CONDUIT MUST w RANSFORM:'. BE HERE OR UNDER Q TRANSFORMER CI,IOSSARM .070 'GJ POLE tC"� FIRST 10 FT SCH 80 PVC OR RIGID CONDUIT CUSTOMER INSTALLED UNDERGROUND SERVICE SECONDARY RISER CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION STUB CONDUIT ON SIDE AWAY FROM TRAFFIC i i 6" I min. F 1 5 ft. 8 ft. Ground level 30 INCHES MIN. Sheet 1 of 1 CR501 Date: 4/07 Appd. Eng: Appd. Ops: Revised: ITEM 10 FT. MIN. TO GRADE 1. Pole Eye Attachment Plate 1 285 074 00029 2. Bolt, machine, galv. 5 /8' x 12" 1 320 020 00015 3. Washer, 31/4" x 3 1 /4" x 1 /4 curved 1 320 092 00003 4. Wire, guy, 10M Alumoweld 10,000 LBS. 30 ft 280 040 00001 5. Grip, guy wire, preformed, 10M Alumoweld 3 285 074 00019 6. Insulator, porcelain, strain 10,000 lbs. 1 285 074 00033 7. Dead end, strand vise, automatic, 10M 1 285 074 00015 8. Marker, guy, plastic yellow 1 285 074 00023 p. Split -Bolt Ground Connector 1 285 097 00016 aw Spring Washer, 5/8" 1 320 092 00010 DOWNGUY 10M ALUMOWELD CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION 4 QUANTITY STOCK No. ITEM 1. Pole Eye Attachment Plate 1 285 074 00029 2. Bolt, machine, galv., x 12" 1 320 020 00015 3. Washer, 31/4' x 3 y /4' x 1/4', curved 1 320 092 00003 4. Insulator, fiberglass, strain with rollers, 15,000 Ibs,12" 1 285 074 00035 5. Grip, guy wire, preformed 10M Alumoweld 1 285 074 00019 6. Wire, guy, 10M Alumoweld, 10,000 lbs. 30 ft 280 040 00001 7. Dead end, strand vise, automatic, 10M 1 285 074 00015 8. Marker, guy, plastic yellow 1 285 074 00023 aw Spring washer, 5/8" 1 320 092 00010 NOTE: Alternate insulator, fiberlass, strain with rollers 21,000 lbs., 54" 30,000 lbs. 144" Maximum guy tension 9,000 lbs. Date: 3/07 Appd. Eng: TD Appd. Ops: Revised: QUANTITY STOCK No. 1 285 074 00036 1 DOWNGUY 10M ALUMOWELD WITH ROD INSULATOR CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION 285 074 00037 Sheet 1 of 1 G 4 02 CONNECT POLE END OF GUY TO GROUND OR NEUTRAL. Date: 3/07 Appd. Eng: TD Appd. Ops: JK Revised: 10 FT. MIN. TO GRADE CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION QUANTITY STOCK No. 1. Pole Eye Attachment Plate 1 285 074 00030 2. Bolt, machine, galv. 44' x 12" 2 320 020 00027 3. Washer, 3 1 /4" x 3 y4' x 74', curved 2 320 092 00003 4. Wire, guy, 18M Alumoweld 20,000 lbs. 30 ft 280 040 00002 5. Grip, guy wire, preformed 18M Alumoweld 3 285 074 00020 6. Insulator, porcelain, strain 20,000 lbs. 1 285 074 00033 7. Dead end, strand vise, automatic, 18M 1 285 074 00016 8. Marker, guy, plastic yellow 1 285 074 00023 p. Split -Bolt Ground Connector 1 285 097 00016 aw Spring washer, 3/4" 2 320 092 00012 DOWNGUY 18M ALUMOWELD Sheet 1 of G403 1 ITEM 1. Pole Eye Attachment Plate 1 285 074 00030 2. Bolt, machine, galv., l" x 12" 2 320 020 00027 3. Washer, 3 i" x 3 i" x i curved 2 320 092 00003 4. Insulator, fiberglass, strain with rollers 21,000 lbs., 54" 1 285 074 00036 5. Grip, guy wire, preformed 18M Alumoweld 1 285 074 00020 6. Wire, guy, 18M Alumoweld 20,000 lbs. 30 ft 280 040 00002 7. Dead end, strand vise, automatic, 18M 1 285 074 00016 8. Guard, guy, plastic yellow 1 285 074 00023 aw Spring washer, 3/4" 2 320 092 00012 QUANTITY STOCK No. Date: 3/07 Appd. Eng: TD Appd. Ops: Revised: NOTE: Alternate: fiberglass, insulator, strain with rollers 30,000 lbs. 144" 1 285 074 00037 DOWNGUY 18M ALUMOWELD H.S. STEEL WITH ROD INSULATOR CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION Sheet 1 of 1 G 4 04 Date: 7/10 Appd. Eng: TD Appd. Ops: JK Revised: A DETAIL A -A POLE BAND KIT MAXIMUM HORIZONTAL LOAD 7,600 LBS. MAXIMUM VERTICAL LOAD 15,000 LBS. FIBERGLASS POLE ATTACHMENT CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION STOCK 285 074 00105 ITEM MATERIAL QTY Pole Band Kit, Including: 1 1 Pole Bands 4 2 7/8" Hex Nut 16 3 3/4" Hex Nut 2 o Bolt, Double Arm, 7/8" 4 c1 Bolt, Machine, 3/4" x 10" 2 4 Clevis Thimble 1 285 074 00104 5 Insulator, Fiberglass, Strain w /Rollers, 144 30,000 lbs. 1 285 074 00037 6 Grip, Guy Wire, Preformed, 18M Alumoweld 1 285 074 00020 7 Wire, Guy, 18M Alumoweld, 20,000 lbs. 70 Ft 280 040 00002 8 Guard, Guy, Plastic, Yellow 1 285 074 00023 9 Dead End, Strand Vise, Automatic, 18M 1 285 074 00016 aw Spring Washer, 3/4" 2 320 092 00012 DOWNGUY 18M ALUMOWELD Sheet 1 of 1 G 4 05 CONNECT CIRCUIT END OF GUY TO POLE GROUND OR NEUTRAL. ITEM 1. Pole Eye Attachement Plate 2. Bolt, machine, gals. 5 43" x 12' 3. Washer, 3 Y4" x 3 7 /4' x 1x.', curved 4. Wire, guy, 10m Alumoweld 10,000 LBS. 5. Grip, guy wire, preformed, 10m Alumoweld 6. Insulator, porcelain, strain 10,000 lbs. 7. Dead end, strand vise, automatic, 10m p. Ground Connector aw Spring washer, 5/8" Date: 5/03 Appd Eng: TD Appd.Ops: JK Revised: 3/07 QUANTITY 2 2 2 100 ft 5 2 1 2 2 SPAN GUY 10M ALUMOWELD CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION STOCK No. 285 074 00029 320 020 00015 320 092 00003 280 040 00001 285 074 00019 285 074 00033 285 074 00015 285 097 00016 320 092 00010 Sheet 1 of 1 G501 CONNECT CIRCUIT END OF GUY TO POLE GROUND OR NEUTRAL. .72•• ITEM 1. Pole Eye Attachment Plate 2. Bolt, machine, galv. 3/1 x 12" 3. Washer, 3 x 3 7 /4" x 1 4', curved 4. Wire, guy, 18M Alumoweld 5. Grip, guy wire, preformed, 18M Alumoweld 6. Insulator, porcelain, strain 20,000 lbs. 7. Dead end, strand vise, automatic, 18M p. Ground Connector aw Spring washer, 3/4" Date: 5/07 Appd. Eng: TD Appd. Ops: JK Revised: QUANTITY STOCK No. SPAN GUY 18M ALUMOWELD CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION 2 285 074 00030 4 320 020 00027 4 320 092 00003 100 ft 280 040 00002 5 285 074 00020 2 285 074 00033 1 285 074 00016 2 285 097 00016 4 320 092 00012 G502 Sheet 1 of 1 G403 OR G404 DOWN GUY c, aw, ab Date: 10/07 Appd. Eng: TD Appd. Ops: JK Revised: 4/09 z N H001 or H002 Pole Ground u1 ITEM MATERIAL QTY STOCK ab Eyelet, 3/4 straight oval 2 320 043 00006 av Grounding jumper As Req'd. aw Washer, spring, 3/4" 2 320 092 00012 c Bolt, machine, 3/4" x 12" 2 320 020 00027 d Washer, 3-1/4" x 3-1/4", curved 1 320 092 00003 P Ground connector 1 285 097 00016 u Dead end, strand vise, automatic, 18M 1 285 074 00016 u1 Grip, guy wire, preformed 18M Alumoweld 1 280 074 00060 w Insulator, fiberglass, strain 1 285 074 0003x Y Wire, guy, 18M Alumoweld As Req'd. 280 040 00002 d, aw SPAN GUY 18M ALUMOWELD Sheet 1 of 1 WITH ROD INSULATOR CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION G505 G403 OR G404 DOWN GUY Date: 10/07 Appd. Eng: TD Appd. Ops: JK Revised: 4/09 av c, aw, ab SPAN GUY 18M ALUMOWELD GROUNDED CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION av H001 or H002 Pole Ground _C d, aw ITEM MATERIAL QTY STOCK ab Eyelet, 3/4 straight oval 2 320 043 00006 av Grounding jumper As Req'd. aw Washer, spring, 3/4" 2 320 092 00012 c Bolt, machine, 3/4" x 12" 2 320 020 00027 d Washer, 3-1/4" x 3-1/4", curved 1 320 092 00003 P Ground connector 1 285 097 00016 u Dead end, strand vise, automatic, 18M 1 285 074 00016 u1 Grip, guy wire, preformed 18M Alumoweld 1 280 074 00060 Y Wire, guy, 18M Alumoweld As Req'd. 280 040 00002 Sheet 1 of G506 G401 OR G402 DOWN GUY c, aw, ab H001 or H002 Pole Ground f Y V ?-413t- u1 ITEM MATERIAL QTY STOCK ab Eyelet, 3/4 straight oval 2 320 043 00006 av Grounding jumper As Req'd. aw Washer, spring, 3/4" 2 320 092 00012 c Bolt, machine, 5/8" x 12" 2 320 020 00015 d Washer, 3-1/4" x 3-1/4", curved 1 320 092 00003 P Ground connector 1 285 097 00016 u Dead end, strand vise, automatic, 10M 1 285 074 00015 u1 Grip, guy wire, preformed 10M Alumoweld 1 280 074 00019 w Insulator, fiberglass, strain 1 285 074 0003x Y Wire, guy, 10M Alumoweld As Req'd. 280 040 00001 Date: 1 /11 /11 SPAN GUY 10M ALUMOWELD Sheet 1 of 1 Appd. Eng: TD WITH ROD INSULATOR Appd. Ops: JK G 5 07 Revised: CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION i- 11' ABOVE GRADE CONNECT POLE END OF GUY TO GROUND OR NEUTRAL. On 2%2" only 1. Pole Eye Attachment Plate 2. Bolt, machine, galv. S ib" x 12" 3. Washer, curved, 3 x 3 1 /h' x Date: 5/07 Appd. Eng: TD Appd. Ops: JK Revised: ITEM QUANTITY STOCK No. SIDEWALK DOWN GUY 10M ALUMOWELD CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION 1 285 074 00029 1 320 020 00015 1 320 092 00003 4. Wire, guy, 10M Alumoweld, 10,000 LBS. 30 ft 280 040 00001 5. Grip, guy wire, preformed, 10M Alumoweld 3 285 074 00019 6. Insulator, porcelain, strain 10,000 lbs. 1 285 074 00033 7. Dead end, strand vise, automatic, 10M 1 285 074 00015 8. Marker, guy, plastic, yellow 1 285 074 00023 9. Screw, lag, lid" x 4" 4 320 071 00001 10. Plate, sidewalk pipe guy, 2 2 A 1 285 074 00043 1 1 Fitting, sidewalk pipe guy, 2" 2 A 1 285 074 00044 12. Pipe, galvanizd, steel, 2/2 1 ,6 10 ft 658 080 00002 13. Guy clamp, 3 -bolt, (for 2 'only) 1 285 097 00017 p. Ground Connector 1 285 097 00016 aw Springwasher, 5/8" 1 320 092 00010 NOTE: Alternate insulator, fiberglass, strain with rollers 21,000 54" 1 285 074 00036 30,000 144" 1 285 074 00037 Sheet 1 of 1 G601 1 Date: 4/07 Appd. Eng: TD Appd. Ops: JK Revised: AL. ITEM cj Wire, cu, #6 Sol. al Staples aj Clamp, ground rod 5/8" bronze ai Ground rod 5/8" x 8 ft. Copperbonded q Connector, #6 SOL vise cu (Fargo) NEUTRAL A. Ground wire to be located on the side of pole opposite roadway and in quadrant opposite climbing space or pole top pin. B. Staples on ground wire shall be 2 ft. apart, except for a a distance of 8 ft above ground and 8 ft. from top of pole where they shalt be 6 inches apart. C. Ground wire to clear all hardware by 2 inches minimum and shall be stapled to maintain this position. D. Ground wire shall be stapled to the underside of the cross arm. E. Top of ground rod shall be minimum of 2 inches below grade. <4\l \i' —1 FT. MIN QUANTITY STOCK No. 40 ft 280 016 00006 1 box 285 074 00048 1 285 097 00011 1 285 074 00022 1 285 097 00037 MAINTENANCE ONLY POLE GROUND WITH GROUND ROD Sheet 1 of 1 CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION H 0 01 6 N Date: 4/07 Appd. Eng: TD Appd. Ops: JK Revised: al NOTES: A. Ground wire to be located on the side of pole opposite roadway and in quadrant opposite climbing space or pole top pin. B. Staples on ground wire shall be 2 ft. apart, except for a a distance of 8 ft above ground and 8 ft. from top of pole where they shall be 6 inches apart. C. Ground wire to clear all hardware by 2 inches minimum and shall be stapled to maintain this position. D. Top of ground rod shall be minimum 2 inches below grade. -4-1 FT. MIN ITEM QUANTITY STOCK No. cj Wire, cu, #6 Sol. 30 ft 280 016 00006 al Staples 1 box 285 074 00048 aj Clamp, ground rod 5/8" bronze 1 285 097 00011 ai Ground rod 5/8" x 8 ft. Copperbonded 1 285 074 00022 q Connector, #6 SOL vise cu (Fargo) 1 285 097 00037 POLE GROUND WITH GROUND ROD Sheet 1 of 1 LOWER NEUTRAL CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION H 0 02 1 1 1 1 1 1 1 1 1 1 1 1 Date: 8/10 Appd. Eng: TD Appd. Ops: JK Revised: i\ \i 4--1 FT. MIN NOTES: A. Install ground wire inside pole from communications level to 6" below grade. B. Top of ground rod to be minimum or 4 inches below grade. C. Where exposed, attach ground wire with nylon clamps and lag screws spaced 6 inches on center. D. Ground wire to clear all hardware by minimum of 2 inches and be anchored to maintain that position. ITEM QUANTITY STOCK No. cj Wire, cu, #6 Sol. 30 ft 280 016 00006 at Nylon clips 12 aj Clamp, ground rod 5/8" bronze 1 285 097 00011 ai Ground rod 5/8" x 8 ft. Copperbonded 1 285 074 00022 q Connector, #6 SOL vise cu (Fargo) 1 285 097 00037 FIBERGLASS POLE GROUNDING Sheet 1 of 1 LOWER NEUTRAL CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION H002F NOTES: Date: 11 /07 Appd. Eng: Appd. Ops: Revised: 7V 1. Size downleads per Standard T 0 03. 2. #4 Stranded copper transformer ground 3. Pole ground above bottom of transformer to be #2 stranded copper 4. #2 stranded copper tail connects directly to primary neutral 5. #6 copper pole ground connects to the #2 strand, not to neutral 6. Connect #4 copper to downlead(s) with compression connector 7. Downlead connects to #2 strand on pole ITEM MATERIAL QTY STOCK 1 2/0 CU Minimum As Req'd Standard T 0 03 2 #4 Str Copper As Req'd 280- 016 -00005 3 #2 Str Copper As Req'd 280 016 00008 4 #2 Str Copper As Req'd 280- 016 -00008 Connector, Compression, as req'd 6 OVERHEAD TRANSFORMER GROUNDING Sheet 1 of HIGH NEUTRAL CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION H 0 03 1 1 1 1 1 1 1 1 1 1 Date: 11 /07 Appd.Eng: Appd. Ops: Revised: i-c ITEM MATERIAL 1 2/0 CU Minimum 2 #4 Copper 6 Connector, Compression, as req'd NOTES: 1. Size downleads per Standard T 0 03. 2. #4 stranded copper transformer ground. 3. Ground wire connects directly to pole ground. 4. Existing pole ground connection to neutral per Standard H 0 02. 5. Connect #4 copper to downlead with compression connector. 6. Downlead connects to neutral. QTY STOCK As Req'd Standard T 0 03 As Req'd 280- 016 -00005 4 OVERHEAD TRANSFORMER GROUNDING Sheet 2 of 2 LOW NEUTRAL CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION H003 SEE DETAIL A Insulator by switch manufacturer (Compression connector when req'd) Date: 4/07 Appd. Eng: TD Appd. Ops: Revised: 2/8/11 connector when req'd) \c SEE DETAIL B O I 4 2'' -6" Clamp and braid Clamp and braid to be furnished with controls GROUND MAT DETAIL ROD GROUND DETAIL ITEM MATERIAL QTY STOCK ai Ground Rod, 5/8" x 8 ft. Copperbonded 1 285 074 00022 aj Clamp, Ground Rod, 5/8" Bronze 1 285 097 00011 al Staples 1 box 285 074 00048 di Wire, #4 CU, Stranded 30 ft 280 016 00005 dp Temporary Grounding Mat Provided by Crew 1 During Switching Connect to Switch Handle q Connector, #4 CU, Stranded (Fargo) 1 285 097 00038 H301 d CONTROL GROUND DETAIL SECTIONALIZING AIR BREAK SWITCH Sheet 1 of 1 PLATFORM GROUNDING ASSEMBLY CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION Date: 3/07 Appd. Eng: TD Appd. Ops: JK Revised: c—ek J C NOTE: See ES 0 04 for maximum turning angles. ITEM QUANTITY STOCK No. c Bolt, machine, 5/8" x 10" 1 320 020 00014 da Bracket, w /spool insulator 1 285 074 00027/285 074 00021 ek Springwasher Nut 1 320 092 00012 (Orient horizontally) SECONDARY/NEUTRAL TANGENT ASSEMBLY CITY OF PORT ANGELES ELCTRICAL ENGINEERING SPECIFICATION Sheet 1 of 1 N 0 02 Date: 32007 Appd. Eng: Appd. Ops: Revised: 4/07 C 2 3 4 INSTALL CUTOUT IDENTIFICATION TAG 3 ON STREET OR ALLEY SIDE OF POLE ITEM 10 FT A QUANTITY STOCK No. 1. Clamp, hot tap, bronze #8 -2/0 1 285 097 00005 2. Cutout, 200A 15 KV 1 285 028 00004 3. Bracket, cutout, mounting 1 285 078 00001 4. Wire, #4/0 AAC 10 FT 280 016 00011 CUTOUT /JUMPER ASSEMBLY 200 AMP CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION Sheet 1 of 1 OM002 NOTES: Bond capacitor neutral and cases to mounting rack. Bond arrestors, mounting rack, and system neutral to pole ground. Allow minimum of 5 minutes after opening cutouts for capacitors to discharge, then short and ground terminals before handling. Date: 8/07 Appd. Eng: TD Appd. Ops: Revised: 8/10 et N (ALT LOCATION) —1 FT. MIN 2 FT 3 FT 3 FT NOTE: Verify neutral is connected to pole ground. CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION DISTRIBUTION LINE CAPACITOR BANK ae ITEM QUANTITY STOCK No. 1. Capacitor bank, 300KVAR, 12.5KV 1 285 011 00001 or 600KVAR, 12.5KV 1 285 011 00002 2. Wildlife Guard 3 285 074 00024 3. Wire, #4 CU bare, stranded 42 ft 280 016 00005 5. Bolts, machine, §f3 x 12" 4 320 020 00015 6. Washer, 2 y x 2 flat 4 320 092 00001 7. Clamp, ground rod bronze 1 285 097 00011 8. Ground rod, W" x 8 ft, copperbond 1 285 074 00022 ae Arrestor, lightning, distribution class, 9KV 3 285 003 00001 of Cutout, 15KV, 100A 3 285 028 00001 fo Bracket, Cutout Mtg. 1 285 078 00004 al Pin Insulator 1 FRAMING SHOWN PER SPEC PF 3 01 Sheet 1 of 2 OM 0 03 Date: 8/07 Appd. Eng: TD Appd. Ops: Revised. 8/10 VOLTAGE FUSING CHART 12,470 8K 15K 25K 30K Use 100 Amp fused cutouts THREE -PHASE KILOVAR 150 I 300 1 450 1 600 NOTE: Ratio of fuse continuous current rating to normal cpacitor current is 1.65 minimum. DISTRIBUTION LINE CAPACITOR BANK CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION Sheet 2 of 2 OM 0 03 Operator safety insulator Date: 10/2003 Appd. Eng: TD Appd. Ops: JK Revised: 3/10 I u 4 ft. MAX I 3i ft. MIN. I 10 ft. MIN 3ft 5ft Install switch identification tag on street or alley side 10 ft. MIN POLE TOP SWITCH, HORIZONTAL 600 A LOAD BREAK CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION Ground switch handle ITEM QUANTITY STOCK No. 1. Switch, 600A loadbreak, 15kv, horizontal post 1 285 067 00002 2. Connductor, 336 MC 25 ft 280 016 00012 3. Connector, clamp, 336 2 -hole 6 285 097 00002 4. Bolt. i x 2" 12 320 020 00009 4a. Washer ss, 12 320 092 00012 5. Connector, Ampact, 336 556 6 285 097 00060 6. Wire, #2 cu STR 30 ft 280 016 00008 7. Camp, ground rod, bronze 1 285 097 00011 8. Ground rod, x x 8 ft, Copperbonded 1 285 074 00022 9. Bolt, machine, galv., x 16" 3 320 020 00029 10. Washer, curved, 3 i" x 3 J' 3 320 092 00003 11. Washer, Double Ring, 3 Sheet 1 of 1 OM 0 08 NOTE: Date: 11/07 Appd. Eng: TD Appd. Ops: JK Revised: 2/09 0 T V n ,aw2 bi/ 30" 42" 1. Orient eyenuts vertically. 2. Orient spring washers to cross grain. ITEM MATERIAL QTY c Bolt, machine, 5/8" x 12" 1 d Washer, 2 1/4" x 2 1/4", flat 5 g Cross arm, wood, 3 1/2" x 4 1/2" x 8ft 2 i Bolt, carriage, 1/2 x 7" 2 k insulator, suspension, 15kV 1 I Clamp, Deadend 1 n Bolt, double arming, 5/8" x 18" 3 as Nut, eye, 5/8" 2 awl Washer, spring, 1/2' 2 aw2 Washer, spring, 5/8" 6 bi Gain, pole, 4" x 4" 1 cu Brace, wood 36" 2 DEADEND, CROSS ARM 1 -PHASE 12.47/7.2 kV CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION i,aw1 d I II j." 1 aw2 II d,aa 6 Position of guy 1 1 STOCK 320 020 00015 320 092 00001 540 091 00007 320 020 00045 285 074 00010 285 097 00002 320 020 00032 320 043 00001 320 092 00011 320 092 00010 285 074 00013 540 091 00005 Sheet 1 of 1 PF 1 03 -1 1 n II NOTES: 0 Date: 12/07 Appd. Eng: TD Appd. Ops: JK Revised: 2/09 aw2 d, as 30" n,aw2 20-1/4"" r 1. Orient eyenut vertically. 2. Orient lockwashers to cross grain. ITEM MATERIAL c Bolt, machine, 5/8" x 12" d Washer, 2 1/4" x 2 1/4", flat g Cross arm, wood, 3 5/8" x 4 5/8" x 80" i Bolt, carriage, 1/2" x 7" k Insulator, suspension, 15kV I Clamp, Deadend n Bolt, double arming, 5/8" x 22" as Nut, eye, 5/8" awl Washer, spring, 1/2" aw2 Washer, spring, 5/8" bi Gain, pole, 4' x 4" cu Brace, wood 36" DEADEND, CROSS ARM 1- PHASE 12.47/L2 kV CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION Cu 1-2" P i,awl I I 9 I i i aw2 Position of guy 6" QTY STOCK 1 320 020 00015 8 320 092 00001 3 540 091 00007 2 320 020 00045 1 285 074 00010 1 285 097 00002 3 320 020 00034 2 320 043 00001 2 320 092 00011 5 320 092 00010 1 285 074 00013 2 540 091 00005 Sheet 1 of 1 PF 1 03 -2 PROPERTY SIDE Date: 12/07 Appd. Eng: TD Appd. Cps: JK Revised: 2/09 r 8 1 7' -7" ITEM MATERIAL a Insulator, pin type (12.47/7.2 kV) b Pin, pole top, 20" c Bolt, machine, 5/8" x 12" aw2 Washer, spring, 5/8" cm Insulator, spool, 3" a b f c, aw2 f 1' -3" I Position of guy I I when required I ,J NOTE: 1. Maximum angle loading 500 lbs per pin. (2° :3.5' per 100) 2. Orient spring washers to cross grain. TANGENT, VERTICAL 1- PHASE 1 2.47/7.2 kV CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION QTY STOCK 1 285 074 00031 1 285 074 00038 2 320 020 00015 2 320 092 00010 1 Standard N 0 01 Sheet 1 of 1 PF 1 05 c,d,aw2 10" 9" 24" 8' Iffol Eli 11=0 c,d,aw za Position of guy when required _r Position of cutout o bracket when required NOTES: 1. Maximum longitudinal load is 5000 lbs per conductor. 2. Orient spring washers to cross grain. 3. When connecting to existing bolt end, use eyenut "aa" and locknut "ek" instead of bolt and eyelet subassembly "c, d, aw, za ITEM MATERIAL QTY STOCK b Pin, pole top, 20" 1 285 074 00038 c Bolt, machine, 5/8" x 12" 2 320 020 00015 d Washer, curved, 3 1/4" 2 320 092 00003 k Insulator, suspension, extended 1 285 074 00010 aw2 Washer, spring, 5/8" 2 320 092 00010 za Eyelet, 5/8 straight, oval 2 320 043 00005 Date: 12/07 DEADEND, VERTICAL Sheet 1 of 1 Appd. Eng: TD 1- PHASE 12.47/7.2 kV Appd. Ops: JK CITY OF PORT ANGELES PF 1 07 Revised: 2/09 ELECTRICAL ENGINEERING SPECIFICATION 10" 8' I a 1'-8" 1 Position of guy when required L J r d, za d ���J t 1 NOTES: 1. Maximum longitudinal load is 5000 lbs per conductor. 2. Orient spring washers to cross grain. L >J ITEM MATERIAL QTY STOCK a Insulator, pin type (12.47/7.2 kV) 1 285 074 00031 b Pin, pole top, 20" 1 285 074 00038 c Bolt, machine, 5/8" x 12" 4 320 020 00015 d Washer, curved, 3 1/4" 4 320 092 00003 k Insulator, suspension 2 285 074 00010 aw2 Washer, spring, 5/8" 2 320 092 00010 za Eyelet, 5/8 straight, oval 2 320 043 00005 Date: 12/07 DOUBLE DEADEND, VERTICAL Sheet 1 of 1 Appd. Eng: 1— PHASE 1 2.47/7.2 kV Appd. Ops: CITY OF PORT ANGELES PF 1 08 Revised: 2/09 ELECTRICAL ENGINEERING SPECIFICATION I 1 1 1 10" ti r approx. 5` -5" Date: 12/07 Appd. Eng: TD Appd. Ops: JK Revised: 2/09 Position of guy when required 57" III 61" DOUBLE ALLEY ARM 1- PHASE 12.47/7.2 kV CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION c,i,aw2 0 CD c,i,aw2 y�r NOTES: 1. See ES 0 04 for maximum line angle. 2. Orient spring washers to cross grain. n 29�� a a2 r ❑IJLs aw2 aW2 Sheet 1 of 2 PF 1 09 ITEM MATERIAL QTY STOCK a Insulator, pin type, double skirt phase, 12kV 2 285 074 00031 a2 Insulator, pin type, single skirt neutral 2 285 074 00032 c Bolt, machine, 5/8" x 6" 2 320 020 00012 d Washer, 2 1/4" x 2 1/4", flat 7 320 092 00001 f Pin, crossarm, steel, 5/8" x 5 3/4" 4 285 074 00039 g Cross arm, wood, 3 5/8" x 4 5/8" x 80" 2 540 091 00007 i Screw, lag, 1/2" x 4" 4 320 071 00001 n Bolt, double arming, 5/8" x 18" 2 320 020 00032 ac Brace, steel, 7', alley arm 2 285 074 00007 aw2 Washer, spring, 5/8" 9 320 092 00010 bi Gain, pole, 4" x 4" 1 285 074 00013 Date: 12/07 Appd.Eng: TD Appd. Ops: JK Revised 2/09 DOUBLE ALLEY ARM 1- PHASE 12.47/7.2 kV CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION Sheet 2 of 2 PF 1 09 PROPERTY SIDE Date: 12/07 Appel. Eng: TD Appd.Ops: JK Revised: 7/10 7 7 1' -3" I 4= c,aw2 I L >J a2 NOTE: 1. See ES 0 04 for maximum line angle. 2. Orient spring washers to cross grain. Position of guy when required SIDE MOUNTED ARM 1- PHASE 12.47/7.2 kV CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION 4 ITEM MATERIAL QTY STOCK a Insulator, pin type (12.47/7.2 kV) 1 285 074 00031 a2 Insulator, pin type, single skirt, neutral 1 285 074 00032 c Bolt, machine, 5/8" x 10" 4 320 020 00014 f Pin, arm, short shank, 5/8" 2 285 074 00038 aw2 Washer, spring, 5/8" 4 320 092 00010 1 eq Bracket, fiberglass, insulator /equipment 2 285 078 00017 1 Sheet 1 of 1 PF111 Note: PF 3 02 Shown as existing. Other three -phase or single phase assemblies may be used. 4 Date: 1 /08 Appd. Eng: Appd. Ops: Revised: 2/09 T T 12" 1 60" r Add dl (w I: aa Position of guy when required av Position of guy when required Note: Guy angle of top down guy must be NEUTRAL less than 39 degrees (4:5 guy lead NOTE ratio). Install fiberglass guy strain insulator in top down guy. 1. See ES 0 04 for maximum line angle. 2. Orient spring washers to cross grain. 3. Cutout only required where main conductors are larger than tap conductor. ITEM MATERIAL QTY STOCK c Bolt, machine, 5/8" x 12" 3 320 020 00015 d Washer, 2 1/4" x 2 1/4", flat 1 320 092 00001 dl Washer, curved, 3 -1/4" 2 320 092 00003 k Insulator, suspension, 15kV extended 1 285 074 00011 I Clamp, Deadend 1 285 097 00002 P Clamp, hot tap 2 285 097 00005 aa Nut, eye, 5/8" 1 320 043 00001 of Cutout, distribution, fused, 100A 1 285 028 00001 ag Cutout mounting bracket 1 285 078 00017 av #6 CU Solid 10' 280 016 00006 aw2 Washer, spring, 5/8" 3 320 092 00010 za Eyelet, 5/8 straight, oval 1 320 043 00005 SINGLE PHASE OVERHEAD TAP CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION Sheet 1 of 1 PF112 4 c,aw ek ALLEY SIDE eq a2 NOTE: 1. See ES 0 04 for maximum line angle. 2. Orient spring washers to cross grain. ITEM MATERIAL QTY STOCK a Insulator, pin type (12.47/7.2 kV) 1 285 074 00031 a2 Insulator, pin type, single skirt, neutral 1 280 074 00032 c Bolt, machine, 5/8" x 10" 4 320 020 00014 f Pin, arm, short shank, 5/8" 2 285 074 00038 aw2 Washer, spring, 5/8" 4 320 092 00010 of Cutout, Fused, 100A 1 285 028 00001 eq Bracket, fiberglass, insulator /equipment 2 285 078 00017 av #6 CU Solid Jumper 12' 280 016 00015 ek Hot Line Clamp 2 285 097 00005 Date: 12/07 ALLEY TAP Sheet 1 of 1 Appd. Eng: TJD 1 PHASE 12.47/7.2 kV Revised: 2/11 CITY OF PORT ANGELES PF 1 1 3 ELECTRICAL ENGINEERING SPECIFICATION Date: 10/07 Appd. Eng: Appd. Ops: Revised: al) (4�I) 26" ITEM 24" 19" -I 4 NOTE: 1. Maximum angle loading 500 lbs per pin. (2 :3.5' per 100') Position of guy I when required QUANTITY STOCK No. 1. Insulator, pin type, single skirt neutral 1 285 074 00032 2. Insulator, pin type, double skirt phase, 12 KV 2 285 074 00031 3. Bolt, machine, V8 x 12" 1 320 020 00015 4. Washer, 2 x 2 '.4 flat 5 320 092 00001 5. Crossarm, wood, 3 3 4" x 4 3 .4" x 9ft, 6 pin 1 540 091 00001 6. Brace, steel, 28" 2 285 074 00005 7. Bolt, carriage, 413" x 4 2 320 020 00005 8. Screw, lag, 1/2" x 4" 1 320 071 00001 9. Pin, crossarm, steel, 5 x 11 3 285 074 00039 10. Gain, pole, 4" x 4" 1 285 074 00013 MAINTENANCE ONLY TANGENT CROSSARM Sheet 1 of 1 2- PHASE 12.47/7.2 kV MAINTENANCE CITY OF PORT ANGELES PF 2 01 ELECTRICAL ENGINEERING SPECIFICATION ONLY CO) H a A' d,f PROPERTY SIDE NOTE: aw2 26" Date 4/08 Appd. Eng: TJD Appd. Ops JK Revised: 9/10 8' -0" r e� 30" c, aw\ 1. See ES 0 04 for maximum line angle. 2. Orient spring washers to cross grain. ITEM MATERIAL a Insulator, pin type, phase (12.47/7.2 kV) cm Insulator, spool, 3" c Bolt, machine, 5/8" x 12" c Bolt, machine, 5/8" x 14" d Washer, 2 1/4" x 2 1/4", flat f Pin, crossarm, steel, 5/8" x 5 3/4" 9 Cross arm, wood, 3 1/2" x 4 1/2" x 10ft i Bolt, carriage, 1/2" x 7" awl Washer, spring, 1/2" aw2 Washer, spring, 5/8" bi Gain, pole, 4" x 4" cu Brace, wood 36" cm bi QTY 3 1 1 1 4 3 1 2 2 6 1 2 TANGENT CROSSARM, NEUTRAL LOW 3- PHASE 12.47/7.2 kV CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION Position of guy when required STOCK 285 074 00031 Standard N 0 01 320 020 00015 320 020 00016 320 092 00001 285 074 00039 540 091 00008 320 020 00045 320 092 00011 320 092 00010 285 074 00013 540 091 00005 \71 d,f aw2 Sheet 1 of 1 PF300 PROPERTY SIDE 9 d,c,aw 1 I CD) 0 c00 ei I a I 56" —19" i a 37" a f f f i r I I I I I N 4� d,aw r d,a A L 7-0" NOTE: m___ Alb 1. See ES 0 04 for maximum line angle. cm 1 I ITEM MATERIAL QTY STOCK I a Insulator, pin type, phase (12.47/7.2 kV) 3 285 074 00031 cm Neutral Insulator 1 Standard N 0 01 or N 0 02 I c Bolt, machine, 5/8" x 12" 2 320 020 00015 d Washer, 2 1/4" x 2 1/4", flat 4 320 092 00001 f Pin, crossarm, steel, 5/8" x 5 3/4" 3 285 074 00039 I 9 Crossarm, Fiberglass, 3 1/2" x 4 1/2" x 10ft 1 540 091 00009 aw Washer, Coil Spring 7 320 092 00014 Date 4/08 TANGENT CROSSARM, NEUTRAL LOW Sheet 1 of 1 I Appd. Eng: TJD 3- PHASE 12.47/7.2 kV Appd Ops: JK CITY OF PORT ANGELES PF 3 OOF I Revised 10 /10 ELECTRICAL ENGINEERING SPECIFICATION 1 1 1 1 1 1 IXD) a H d,f PROPERTY SIDE ITEM a a2 c c d g awl aw2 37" aw2 aw2 20-1/4" NOTE: 1. See ES 0 04 for maximum line angle. 2. Orient spring washers to cross grain. MATERIAL Insulator, pin type, phase (12.47/7.2 kV) Insulator, pin type, single skirt, neutral Bolt, machine, 5/8" x 12" Bolt, machine, 5/8" x 14" Washer, 2 1/4" x 2 1/4", flat Pin, crossarm, steel, 5/8" x 5 3/4" Cross arm, wood, 3 1/2" x 4 1/2" x 10ft Bolt, carriage, 1/2" x 7" Washer, spring, 1/2" Washer, spring, 5/8" bi Gain, pole, 4" x 4" Date 3/07 Appd. Eng: TJD Appd.Ops• JK Revised: 5/09 (di) c,aw bi 9" i cu c,aw2 0 a d,f 4 -t: 4 QTY 3 1 1 1 5 4 1 2 2 6 1 cu Brace, wood 36" 2 /wl 26" aw Position of guy when required STOCK 285 074 00031 285 074 00032 320 020 00015 320 020 00016 320 092 00001 285 074 00039 540 091 00008 320 020 00045 320 092 00011 320 092 00010 285 074 00013 540 091 00005 I a d,f TANGENT CROSSARM, NEUTRAL HIGH Sheet 1 of 1 3- PHASE 12.47/7.2 kV CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION PF3O1 a 16 d aw2 PROPERTY SIDE ITEM a c c d g awl aw2 bi cm Cu Date: 3/07 Appd. Eng: TJD Appd. Ops: JK Revised. 2/09 NOTE: 1. See ES 0 04 for maximum line angle. 2. Orient spring washers to cross grain. Ico 8' -0" MATERIAL Insulator, pin type, phase (12.47/7.2 kV) Bolt, machine, 5/8" x 12" Bolt, machine, 5/8" x 14" Washer, 2 1/4" x 2 1/4", flat Pin, crossarm, steel, 5/8" x 5 3/4" Cross arm, wood, 3 1/2" x 4 1/2" x 8ft Bolt, carriage, 1/2" x 7" Washer, spring, 1/2" Washer, spring, 5/8" Gain, pole, 4" x 4" Insulator, spool, 3" Brace, wood 36" c,aw2 bi 9 cu c,aw2 cm 30" QTY 3 3 1 3 2 1 2 2 6 1 1 2 TANGENT CROSSARM, NEUTRAL LOW 3- PHASE 12.47/7.2 kV CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION —14" 615 Position of guy when required STOCK 285 074 00031 320 020 00015 320 020 00016 320 092 00001 285 074 00039 540 091 00007 320 020 00045 320 092 00011 320 092 00010 285 074 00013 Standard N 0 01 540 091 00005 Sheet 1 of 1 PF302 a PROPERTY SIDE Date: 5/10 Appd. Eng: TJD Appd. Ops: JK Revised: 10 /10 e� 1.4" f 1111 d,aw 7' -0" V NOTE: 1. See ES 0 04 for maximum line angle. d,c,aw d,c,aw cm 1-4" TANGENT CROSSARM, NEUTRAL LOW 3- PHASE 12.47/7.2 kV CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION a f ITEM MATERIAL QTY STOCK a Insulator, pin type, phase (12.47/7.2 kV) 3 285 074 00031 b Pin, pole top, 20" 1 285 074 00038 cm Neutral Insulator 1 Standard N 0 01 or N 0 02 c Bolt, machine, 5/8" x 14" 4 320 020 00016 d Washer, 2 1/4" x 2 1/4", flat 6 320 092 00001 f Pin, crossarm, steel, 5/8" x 5 3/4" 2 285 074 00039 9 Crossarm, Fiberglass, 3 1/2" x 4 1/2" x 8ft 1 540 091 00006 aw Washer, Coil Spring 6 320 092 00010 Sheet 1 of 1 PF3O2F aw2 PROPERTY SIDE NOTE: 1. Orient spring washers to cross grain. Date: 3/07 Appd. Eng: TJD Appd. Ops: JK Revised 5/09 37" 20-1/4" (6) ((IV c,aw a2 aw2 19" t� 30" I a d,f 41< i,awl 9 N C U c,aw2 aw2 24" aw Position of guy when required ITEM MATERIAL QTY STOCK a Insulator, pin type, phase (12.47/7.2 kV) 6 285 074 00031 a2 Insulator, pin type, single skirt, neutral 2 285 074 00032 awl Washer, spring, 1/2" 2 320 092 00011 aw2 Washer, spring, 5/8" 12 320 092 00010 bi Gain, pole, 4" x 4" 1 285 074 00013 c Bolt, machine, 5/8" x 12" 1 320 020 00015 c Bolt, machine, 5/8" x 14" 1 320 020 00016 cu Brace, wood 36" 2 540 091 00005 d Washer, 2 1/4" x 2 1/4", flat 9 320 092 00001 f Pin, crossarm, steel, 5/8" x 5 3/4" 8 285 074 00039 g Cross arm, wood, 3 1/2" x 4 1/2" x 10ft 2 540 091 00008 i Bolt, carriage, 1/2" x 7" 2 320 020 00045 n Double arming bolt, 5/8" x 18" 2 320 020 00032 n TANGENT CROSSARM, NEUTRAL HIGH Sheet 1 of 1 3- PHASE 12.47/7.2 kV CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION PF303 IL DJ -a\ c,d,aw c SECTION A Date: 8/08 Appd. Eng: TJD Appd. Ops: JK Revised: 10 /10 37" 17" A --a c1,dl ,aw aa c, d,aw 7, DEAD END FIBERGLASS CROSSARM 3- PHASE 12.47/7.2 kV CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION c,d,aw g ATTACH POLE GROUND WIRE WITH WIRE CLIP SELF TAPPING SCREWS ITEM MATERIAL QTY STOCK c Bolt, machine, 5/8" x 12" 4 320 020 00015 c1 Bolt, machine, 5/8" x 14" 2 320 020 00016 d Washer, 2 1/4" x 2 1/4", flat 4 320 092 00001 dl Washer, 3" Sq Curved 2 320 092 00003 g Crossarm, Fiberglass, DE, 4" x 6" x 10 ft 1 540 091 00010 k Insulator, suspension, 15kV 3 285 074 00010 I Clamp, Deadend 4 285 097 00002 aa Nut, eye, 5/8" 4 320 043 00001 aw Washer, Coil Spring 6 320 092 00014 Sheet 1 of 1 PF 3 O5FA I 1 ITEM MATERIAL c Bolt, machine, 5/8" x 12" c1 Bolt, machine, 5/8" x 14" d Washer, 2 1/4" x 2 1/4", flat dl Washer, 3" Sq Curved g Crossarm, Fiberglass, DE, 4" x 6" x 8 ft k Insulator, suspension, 15kV I Clamp, Deadend as Nut, eye, 5/8" aw Washer, Coil Spring za Eylet, 5/8 Straight Oval SECTION A 0 Date: 5/07 Appd. Eng: TD Appd. Ops: JK Revised: 2/09 aa,k,l d, aw A 84" III c,d1,aw,za r DEAD END FIBERGLASS CROSSARM 3 PHASE 12.47/7.2 kV CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION c,d,a w N g ATTACH POLE GROUND WIRE WITH WIRE CLIP SELF TAPPING SCREWS QTY STOCK 2 320 020 00015 3 320 020 00016 2 320 092 00001 3 320 092 00003 1 540 091 00006 3 285 074 00010 4 285 097 00002 3 320 043 00001 5 320 092 00014 1 320 043 00005 Sheet 1 of 1 PF 3 O5FB NOTE: ITEM Date: 5/07 Appd. Eng: TD Appd. Ops: JK Revised. 2/09 23" 29" 19" 10" «Ib 30" QUANTITY 0 I Position of guy I when required STOCK No. 1. Insulator, suspension, 15KV 6 285 074 00010 Clamp, deadend conductor 6 285 097 00002 2. Eye nut, oval 8 320 043 00001 3. Bolt, machine, §g" x 16" 2 320 020 00017 4. Washer, 2 Y4" x 2 Y4 flat 9 320 092 00001 5. Cross arm, wood, 3 x 4 x 8 ft 2 540 091 00007 6. Brace, Wood, 28" 4 540 091 00005 7. Bolt, carriage, 9' x 416 4 320 020 00005 8. Washer, Spring 12 320 092 00012 9. Double arming bolt, 9" x 18" 4 320 020 00032 10. Gain, pole, 4" x 4" 2 285 074 00013 1 1 Doubleskirt, pin type, double skirt, phase, 12KV 3 285 074 00031 12. Pin, cross arm, steel, 9' x 5 4 285 074 00039 13. Insulator, pin type, single skirt, neutral, white 1 285 074 00032 DOUBLE DEAD END, CROSS ARM THREE PHASE CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION Sheet 1 of 1 PF306 6" I L2 j aa, k c, d, aw,za I Date: 12/09 Appd. Eng: TJD Appd. Ops: JK Revised: 10 /10 SECTION A 37" 17" V oh2-1 8" ITEM MATERIAL 7 A c1,dl ,aw as 4,/ c,d,aw,za k aa za,c,d,aw k Ng ATTACH POLE GROUND WIRE WITH WIRE CLIP SELF TAPPING SCREWS QTY STOCK c Bolt, machine, 5/8" x 10" 4 320 020 00014 c1 Bolt, machine, 5/8" x 18" 2 320 020 00032 d Washer, 2 1/4" x 2 1/4", flat 8 320 092 00001 dl Washer, 3" Sq Curved 2 320 092 00003 9 Crossarm, Fiberglass, DE, 4" x 6" x 10 ft 1 540 091 00010 k Insulator, suspension, 15kV 6 285 074 00010 I Clamp, Deadend 6 285 097 00002 aa Nut, eye, 5/8" 4 320 043 00001 aw Washer, Coil Spring 6 320 092 00014 za Eyelet, 5/8 Straight Oval 4 320 043 00005 DOUBLE DEADEND FIBERGLASS CROSSARM Sheet 1 of 3- PHASE 12.47/7.2 kV CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION 1 PF 3 O6F aa,d CD) g� awl "Ir n CD 0 aa,d a 44" d,f l a 2 Date: 3/07 Appd. Eng: TJD Appd. Cps: JK Revised: 12/08 8' -0" r 20-1/4" II aa,c1 d �n5 aa,aw2,d i 30" 12" a d,f a k1 Cu c,aw2 S aw2 .bl n aw2 ,c> 1 1 1 1 1 LD Position of guy when required NEUTRAL DETAIL aa,d DOUBLE DEADEND, CROSSARM Sheet 1 of 2 THREE PHASE CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION PF307 ITEM MATERIAL QTY STOCK al Insulator, pin type, phase (12.47/7.2 kV) 5 285 074 00031 k Insulator, suspension, 15kV 4 285 074 00010 k1 Insulator, suspension, 15kV extended 2 285 074 00011 b Pin, pole top, 20" 1 285 074 00038 c Bolt, machine, 5/8" x 12" 1 320 020 00015 c1 Bolt, machine, 5/8" x 16" 1 320 020 00017 d Washer, 2 1/4" x 2 1/4", flat 12 320 092 00001 4a Washer, 3 1/4" x 3 1/4", curved 2 320 092 00003 as Eye Nut, 5/8" oval 7 320 043 00001 ab Eyelet, 5/8" 1 320 043 00005 f Pin, crossarm, steel, 5/8" x 5 3/4" 4 285 074 00039 9 Cross arm, wood, 3 1/2" x 4 1/2" x 8ft 2 540 091 00007 i Bolt, carriage, 1/2" x 7" 2 320 020 00045 aw Washer, spring, 1/2" 2 320 092 00011 aw Washer, spring, 5/8" 13 320 092 00010 bi Gain, pole, 4" x 4" 1 285 074 00013 cu Brace, wood 36" 2 540 091 00005 n Double arming bolt, 5/8" x 18" 2 320 020 00032 Date: 3/07 Appd. Eng: TJD Appd. Ops: JK Revised: 8/09 DOUBLE DEADEND, CROSSARM Sheet 2 of 2 THREE PHASE CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION PF307 c,d,aw,aa al c1 ,d1,aw( l d f u 7" 7 A za,k,I SECTION A Date: 12/09 Appd. Eng: TD Appd. Ops: JK Revised: aw 84" 4: c1,dl ,aw,za,I,aa CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION DOUBLE DEADEND- FIBERGLASS Sheet CROSSARM 3 PHASE 12.47/7.2 kV 1 ATTACH POLE GROUND WIRE WITH WIRE CLIP SELF TAPPING SCREWS of PF 3 O7F 1 ITEM MATERIAL QTY STOCK al Insulator, pin type, phase (12.47/7.2 kV) 3 285 074 00031 b Pin, pole top, 20" 1 285 074 00038 c Bolt, machine, 5/8" x 12" 2 320 020 00015 c1 Bolt, machine, 5/8" x 14" 5 320 020 00016 d Washer, 2 1/4" x 2 1/4", flat 5 320 092 00001 dl Washer, 3" Sq Curved 5 320 092 00003 f Pin, crossarm, steel, 5/8" x 5 3/4" 2 285 074 00039 9 Crossarm, Fiberglass, DE, 4" x 6" x 8 ft 1 540 091 00006 k Insulator, suspension, 15kV 6 285 074 00010 I Clamp, Deadend 8 285 097 00002 as Nut, eye, 5/8" 4 320 043 00001 aw Washer, Coil Spring 8 320 092 00014 za Eylet, 5/8 Straight Oval 4 320 043 00005 Date: 12/09 Appd. Eng: TD Appd. Ops: JK Revised: DOUBLE DEADEND- FIBERGLASS Sheet 2 2 CROSSARM 3 PHASE 12.47/7.2 kV CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION PF 3 O7F 10" approx. 5 ft 6" ITEM Date: 5/07 Appd. Eng: TD Appd. Ops: JK Revised: 2/09 6 1 f� 35 4 1. Insulator, pin type, single skirt, neutral, white 2. Insulator, pin type, double skirt, phase, 12 KV 3. Bolt, machine, x 12" 4. Washer, 2y" x 2)a"', flat 5. Cross arm, wood, 3k" x 4k" x 10 ft, 6. Brace, steel, 7 ft, alley arm 7. Gain, pole, 4" x 4" 8. Screw, lag, i x 4" 9. Pin, cross arm, steel, x 5 9' 10. Bolt, machine, x 6" 11. Springwasher Nut, 5/8" SINGLE ALLEY ARM THREE PHASE -High Neutral CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION 24" 43" QUANTITY 4" STOCK No. 1 285 074 00032 3 285 074 00031 1 320 020 00015 6 320 092 00001 1 540 091 00008 1 285 074 000_ 1 285 074 00013 2 320 071 00001 4 285 074 00039 1 320 020 00012 6 320 092 00010 Sheet 1 of 1 PF 3 08 I I I I I I I I I I I I I I I I 1 I 10" 3 ft 6" I I 4ft 6" Date: 3/07 Appd. Eng: TD Appd. Ops: JK Revised: 2/09 ti ITEM 1. Insulator, pin type, double skirt, phase, 2. Neutral Bracket Assembly 3. Washer, 2y" x 2)a"', flat 4. Cross arm, wood, 3A4" x 49" x 8 ft 5. Brace, steel, 7 ft, alley arm 6. Gain, pole, steel, 4" x 4" 7. Screw, lag, i x 4" 8. Pin, cross arm, steel,h" x 5 9. Bolt, machine, 5/8" x 12" 10. Bolt, machine, h" x 6" 11. Springwasher Nut, 5/8" 12. Springwasher Nut, 1/2" SINGLE ALLEY ARM THREE PHASE, Lower Neutral CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION 29" QUANTITY 12KV 3 1 4 1 1 1 2 3 1 1 4 1 4" STOCK No. 285 074 00031 Standard N 0 01 320 092 00001 540 091 00007 285 074 0000_ 285 074 00013 320 071 00001 285 074 00039 320 020 00015 320 020 00012 320 092 00010 320 092 00011 Sheet 1 of 1 PF309 Guy 10" 1 approx. 5 ft 6" ITEM 1. Insulator, pin type, single skirt, neutral, white 2. Insulator, pin type, double skirt, phase, 12 KV 3. Bolt, machine, 5/8" x 6" 4. Washer, 2i" x 2-$ flat 5. Crossarm, wood, 3 4' x 4 34x 10 ft, 6. Brace, steel, 7 ft, alley arm 7. Double arming bolt, ;g" x 20" 8. Screw, lag, i x 4" 9. Pin, cross arm, steel, x 5 Aa" 10. Gain, pole, steel, 4" x 4" 11. Springwasher Nut, 5/8" 0 Date: 5/07 Appd. Eng: TD Appd. Ops: JK Revised: 2/09 10" �31" 9 Posti n of guy wher required I 26" 23" DOUBLE ALLEY ARM THREE PHASE, High Neutral CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION 46" NOTE: Maximum traverse loading 750 lbs per pin. (2 7ft per 100') 24" QUANTITY STOCK No. 2 285 074 00032 6 285 074 00032 2 320 020 00012 11 320 092 00001 2 540 091 00008 2 285 074 000_ 2 320 020 00033 4 320 071 00001 8 285 074 00039 1 285 074 00013 12 320 092 00010 6" Sheet 1 of 1 PF310 12 (i i) 10" aft 6" 4ft 6" Date: 3/07 Appd. Eng: TD Appd. Ops: JK Revised: 2/09 JC III 30" ITEM QUANTITY STOCK No. 1. Insulator, pin type, double skirt, phase, 12 KV 6 285 074 00031 2. Neutral Bracket Assembly 1 Standard N 0 01 3. Washer, 2)V x 2) flat 9 320 092 00001 4. Cross arm, wood, 3 e x 4 e x 8 ft 2 540 091 00007 5. Brace, steel, 5 ft, alley arm 2 285 074 0000_ 6. Gain, pole, steel, 4" x 4" 1 285 074 00013 7. Screw, lag, z x 4" 4 320 071 00001 8. Pin, cross arm, steel,,`" x 5 6 285 074 00039 9. (Not used.) 0 10. Bolt, machine, h" x 6" 2 320 020 00012 11. Double arming bolt, X' x 18" 2 320 020 00032 12. Springwasher, 5/8" 9 320 092 00010 13. Springwasher, 1/2" 2 320 092 00011 DOUBLE ALLEY ARM THREE PHASE, Lower Neutral CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION Sheet 1 of 1 PF311 CD) e G) 10" a 1 d,f NOTE: a 32° Date: 4/08 Appd. Eng: TJD Appd. Ops: JK Revised: 1/11/11 PROPERTY SIDE c2, aw2 1 See ES 0 04 for maximum line angle. 2. Orient spring washers to cross grain. ITEM a awl Washer, spring, 1/2" aw2 Washer, spring, 5/8" bi Gain, pole, 4" x 4" c1 Bolt, machine, 5/8" x 12" c2 Bolt, machine, 5/8" x 14" cm Insulator, spool, 3" cu Brace, wood 36" d Washer, 2 1/4" x 2 1/4", flat f Pin, crossarm, steel, 5/8" x 5 3/4" 9 Cross arm, wood, 4 3/4" x 5 3/4" x 12ft i Bolt, carriage, 1/2" x 7" MATERIAL Insulator, pin type, phase (12.47/7.2 kV) fi bi t r cm MAINTENANCE ONLY QTY 6 2 8 1 1 1 1 2 7 6 1 2 TANGENT CROSSARM, NEUTRAL LOW DOUBLE CIRCUIT, THREE PHASE CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION \_.1 Position of guy when required STOCK 285 074 00031 320 092 00011 320 092 00010 285 074 00013 320 020 00015 320 020 00016 Standard N 0 01 540 091 00005 320 092 00001 285 074 00039 540 091 00003 320 020 00045 Sheet 1 of 1 PF4O1 (5 i a 20" i a 20" d,f d,f aw a v Date: 1/11/11 Appd. Eng: TJD Appd. Ops: JK Revised: PROPERTY SIDE NOTE: See ES 0 04 for maximum line angle. c2,aw 22" 1 �aw N I T u 7-0" 22" a I d,f aw flr 20" ((EJ) I MAINTENANCE ONLY ITEM MATERIAL QTY STOCK a Insulator, pin type, phase (12.47/7.2 kV) 6 285 074 00031 cm Neutral Insulator 1 Standard N 0 01 or N 0 02 c Bolt, machine, 5/8" x 12" 2 320 020 00015 d Washer, 2 1/4" x 2 1/4', flat 4 320 092 00001 f Pin, crossarm, steel, 5/8" x 5 3/4" 6 285 074 00039 9 Crossarm, Fiberglass, 3 1/2" x 4 1/2" x 12ft 1 540 091 00011 aw Washer, Coil Spring 8 320 092 00014 FG TANGENT CROSSARM, NEUTRAL LOW Sheet 1 of 1 DOUBLE CIRCUIT, THREE PHASE CITY OF PORT ANGELES PF 4 01 F ELECTRICAL ENGINEERING SPECIFICATION c1 ,d L Date: 2/17/11 Appd. Eng: TD Reviewed: Revised: c,d 26" 20" 20" -6 dl ,aw 8" I 1 1 0 8 Ft TYPICAL aa,aw 0 s- aw,aa C 13C1( c,d1 ITEM MATERIAL QTY STOCK as Eye nut, 5/8 oval 7 320 043 00001 aw Washer, Coil Spring 9 320 092 00014 c Bolt, machine, 5/8" x 18" 3 320 020 00018 c1 Bolt, machine, 5/8" x 10" 6 320 020 00014 d Washer, 2 1/4" x 2 1/4", flat 6 320 092 00001 dl Washer, 3 1/4" x 3 1/4 curved 3 320 092 00003 9 Crossarm, Fiberglass, 4" x 7 1/2" x 12ft 1 540 091 00011 k Insulator, suspension, 15 kV 6 285 074 00010 DEAD END, DOUBLE CIRCUIT, 3 -PHASE Sheet 1 of 1 FG CROSSARM, 12.47/7.2kV CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION PF403F 1 1 1 1 1 1 1 8 1L JL JL a,f aw 10 Date: 1/11 Appd. Eng: TD Appd. Ops: Revised: aw,d1 26" 20" 20" C,d,aw 8 Ft TYPICAL as Position of arm guy n,aw,aa a za za,aw ITEM MATERIAL QTY STOCK a Insulator, pin type, phase (12.47/7.2 kV) 3 285 074 00031 as Eye nut, 5/8 oval 5 320 043 00001 c Bolt, machine, 5/8" x 18" 2 320 020 00018 d Washer, 2 1/4" x 2 1/4", flat 4 320 092 00001 dl Washer, 3 1/4" x 3 1/4", curved 1 320 092 00003 f Pin, crossarm, steel, 5/8" x 5 3/4" 3 285 074 00039 9 Crossarm, Fiberglass, 5 3/4" x 4 3/4" x 12ft 1 540 091 00011 k Insulator, suspension, 15 kV 9 285 074 00010 n Bolt, double arming, 5/8" x 10" 1 285 097 00002 aw Washer, Coil Spring 12 320 092 00014 za Eyelet, 5/8" straight oval 7 320 043 00005 DEAD END, DOUBLE CIRCUIT, 3 -PHASE Sheet 1 of 1 FG CROSSARM, 12.47/7.2kV MAINTENANCE CITY OF PORT ANGELES PF 4 04F ELECTRICAL ENGINEERING SPECIFICATION ONLY TYPICAL 20" 20" f22 26" 20" 20" a 1L 1L aw I 10" Date: 1/11 Appd. Eng: TD Appd. Ops: Revised: aw,d1 n,aa,d,aw za 0 8 Ft 6" za,aw ITEM MATERIAL QTY STOCK a Insulator, pin type, phase (12.47/7.2 kV) 6 285 074 00031 as Eye nut, 5/8 oval 7 320 043 00001 c Bolt, machine, 5/8" x 18" 2 320_020 00018 d Washer, 2 1/4" x 2 1/4", flat 20 320 092 00001 dl Washer, 3 1/4" x 3 1/4", curved 3 320 092 00003 f Pin, crossarm, steel, 5/8" x 5 3/4" 6 285 074 00039 g Crossarm, Fiberglass, 5 3/4" x 4 3/4" x 12ft 1 540 091 00011 k Insulator, suspension, 15 kV 12 285 074 00010 n Bolt, double arming, 5/8" x 10" 1 285 097 00002 aw Washer, Coil Spring 15 320 092 00014 za Eyelet, 5/8" straight oval 7 320 043 00005 DEAD END, DOUBLE CIRCUIT, 3 -PHASE Sheet 1 of 1 FG CROSSARM, 12.47/7.2kV MAINTENANCE CITY OF PORT ANGELES PF 4 05 F ELECTRICAL ENGINEERING SPECIFICATION ONLY 1 1 1 1 1 1 1 1 1 1 ITEM a aw cm dl fo n Date: 2/22/11 Appd. Eng: TD Reviewed: Revised: 50 FT. MINIMUM POLE HEIGHT REQUIRED MATERIAL Insulator, pin type, phase (12.47/7.2 kV) Washer, Coil Spring Neutral Insulator Washer, 3 1/4" x 3 1/4", curved Pin, crossarm, steel, 5/8" x 5 3/4" Bracket, Fiberglass Mounting Bolt, double arming, 5/8" x 16" aw,n z 8" 4 8" S6" STREET OR ALLEY SIDE DOUBLE CIRCUIT TANGENT 3 -PHASE VERTICAL, 12.47/7.2kV CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION QTY STOCK 6 285 074 00031 12 320 092 00014 1 Standard N 0 01 or N 0 02 3 320 092 00003 6 285 074 00039 6 285 078 00017 6 320 020 00031 Sheet 1 of 1 PF406 POSITION OF GUY WHEN REQUIRED STREET OR ALLEY SIDE 50 FT. MINIMUM POLE HEIGHT REQUIRED Date: 3/8/11 Appd. Eng: TD Reviewed: Revised: a,f aw p i J aw, n av cm 10 L 8" 48 6" Neutral Position ITEM MATERIAL QTY STOCK a Insulator, pin type, phase (12.47/7.2 kV) 6 285 074 00031 of Fused Cutout, 100A, Fuse as Specified 1 285 028 00001 ap Clamp, Hot Line 8 285 097 00005 aw Washer, Coil Spring 12 320 092 00014 cm Neutral Insulator 1 Standard N 0 01 or N 0 02 dl Washer, 3 1/4" x 3 1/4 curved 3 320 092 00003 f Pin, crossarm, steel, 5/8" x 5 3/4" 6 285 074 00039 fo Bracket, Fiberglass Mounting 6 285 078 00017 k Insulator, Suspension, 15kV 1 285 074 00010 n Bolt, double arming, 5/8" x 16" 6 320 020 00031 SINGLE PHASE OVERHEAD TAP VERTICAL, 12.47/7.2kV CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION Sheet 1 of 1 PF412 1 41V-P- /13 ITEM Date: 3/07 Appd. Eng: TD Appd Ops: JK Revised: 6 FT MIN. (SEE NOTE) 27 FT ON 40 FT POLE 24 FT ON 30 FT POLE QUANTITY STOCK No. 1. Luminaire, High Pressure Sodium, 150W, 120V 1 285 056 00002 2. Bracket, 8 ft aluminum, wood pole mounting 1 285 078 00008 3. Wire, 12 -2 cu 600V 12 ft 280 090 00013 4. Bolt, machine, ;y" x 12" 2 320 020 00015 5. Washer, 2%" x 2 flat 2 320 092 00001 6. Fuse, flood seal kit 1 285 034 00049 7. Fuse, street light, 5 amp 1 MOUNT BELOW NEUTRAL CONDUCTOR. LUMINAIRE HEAD TO PHASE DISTANCE MAY BE REDUCED TO 3 FEET WITH APPROVAL FROM ENGINEERING STREET LIGHT, 150 W HPS WITH 8 FT MOUNTING BRACKET CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION T SEE NOTE BELOW Place luminaire above curb or edge of roadway. Ground bracket to pole grot.nd Sheet 1 of 1 S004 -A Date: 3/07 Appd.Eng: TD Appd. Ops: JK Revised: 6 FT MIN. (SEE \IOTE) 27 FT ON 40 FT POLE 24 FT ON 30 FT POLE 6 Ground bracket to pole ground ITEM QUANTITY STOCK No. 1. Luminaire, High Pressure Sodium, 100W, 120V 1 285 056 00001 2. Bracket, 2 ft aluminum, wood pole mounting 1 285 078 00010 3. Wire, 12 -2 cu, 600V 12 ft 280 090 00013 4. Bolt, machine, fig" x 12" 1 320 020 00015 5. Washer, 2 x 2% flat 1 320 092 00001 6. Screw, lag x 4" 2 320 071 00001 6. Connector kit, fuse 1 285 034 00049 7. Fuse, street light, 5 amp 1 MOUNT BELOW NEUTRAL CONDUCTOR. LUMINAIRE HEAD TO PHASE DISTANCE MAY BE REDUCED TO 3 FEET WITH APPROVAL FROM ENGINEERING AREA YARD LIGHT, 100W HPS WITH Sheet 1 of 2 2 FT MOUNTING BRACKET CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION S004 -C ARTERIAL RESIDENTIAL STREET LIGHTS 1. Shall be installed per specifications of Port Angeles Public Works and Utilities Department, located in City right -of -way, on City owned poles. 2. 150 W HPS shall be used at intersections on residential streets. 3. 200 W HPS at intersections of collector or secondary arterials. 4. 150 W HPS on collector or arterial intersections with alleys. 5. 200 W HPS at approximately 100 feet spacing on opposite sides of the street on primary or minor arterials, or 200W HPS at alley and street intersections. 6. Arterials are defined by the City Engineer. AREA AND YARD LIGHTS Shall be installed on City owned poles, standards, or service poles. Shall not be installed on or attached to privately owned sturctures, poles, trees, or other facilities. Date: 3/07 Appd. Eng: Appd. Ops: Revised: STREET AREA LIGHTING POLICY CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION Sheet 2 of 2 S 0 04 -C Date: 11/ Appd. Eng: TD Appd. Ops: JK Revised: 8/09 l J 11 (0 (0 7" 8 6 SINGLE PHASE POLE MOUNTED Sheet 1 of 2 TRANSFORMER CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION NEUTRAL T 1 01 14" 3' -10" 3ft 1 I I I I I I I I I I I I I I I I I I Date: 11/15/06 Appd. Eng: TD Appd. Ops: JK Revised: 8/09 ITEM QUANTITY STOCK No. 0 Transformer, 7.2 kV, conventional 1 285 087 0000_ O Clamp, hot tap 1 285 097 00005 0 3 Case Ground Lug 1 285 097 00013 O d Bolt, Lockwasher, Nuts 2 320 092 00001 O Bolt, Machine, 5/8" x 10" 2 320 020 00015 O Split Bolt Ground Connector 1 285 097 00154 av #6 CU Solid 1 280 016 00006 of Cutout, distribution, fused 1 285 028 00001 11 Grounding Loop 1 Per Standard H 0 03 12 Wildlife guard 1 285 074 00025 O Secondary Insulator Spool Bracket 1 285 074 00021/00027 0 Transformer Lead Wire 30' See Std. T 0 03 14 Bracket, Cutout Mounting 1 285 078 00017 e #2 Str. Copper Wire 8 ft 16 Crimp -On Connector 4 285 097 SINGLE PHASE POLE MOUNTED TRANSFORMER CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION Sheet 2 of 2 T 1 01 AO BO Date: 11/15/06 Appd. Eng: TD Appd. Ops: JK Revised: 6/07 11 6 MIN 6 CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION SINGLE PHASE POLE MOUNTED Sheet 1 of 2 TRANSFORMER T102 2ft 3ft 3 f 11 1 NEUTRAL Date: 11 /15/06 Appd. Eng: TD Appd. Ops: JK Revised: if/g07 ITEM QUANTITY STOCK No. 0 Transformer, 7.2 kV, conventional 1 285 087 0000_ O2 Clamp, hot tap 1 285 097 00005 O Case Ground Lug 1 285 097 00013 Springwasher Nut 1 320 092 00001 cO Bolt, Machine, 5/8" x 10" 2 320 020 00015 O Split Bolt Ground Connector 1 285 097 00154 0, #6 CU Solid 10' 280 016 00006 O Cutout, distribution, fused 1 285 028 00001 O Grounding Loop 1 Per Standard H 0 03 12 Wildlife guard 1 285 074 00025 13 Secondary Insulator Spool Bracket 1 285 074 00021/00027 40 Transformer Lead Wire 30' See Std. T 0 03 14 Bracket, Cutout Mounting 1 285 078 00017 SINGLE PHASE POLE MOUNTED TRANSFORMER CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION Sheet 2 of 2 T102 A C N Date: 4/07 Appd. Eng: TD Appd. Ops: JK Revised. A C C N POLE GND. 1 Xi I x� xi 1 xl I 1 I I 1 I I i 1 CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION PRIMARY 0 -0 =208V Q1 -N =120V THREE -PHASE OVERHEAD Y -Y Sheet 1 of 2 TRANSFORMER BANK T 3 01 i Date: 4/07 Appd. Eng: TD Appd.Ops: JK Revised: ITEM QUANTITY STOCK No. 0 Transformer Mounting Bracket, 3 -Phase 3 285 087 0000_ T 3 01A: 50kVA 1 285 078 00019 T 3 01B: 50kVA 1 285 078 00020 O Voltage Label Transformer Number 1 O 3 Case Ground Lug 3 285 097 00013 O Grounding Loop 3 Standard H 0 03 0 guard 3 285 074 00024 13 Secondary Insulator Spool Bracket 1 285 074 00021/00027 a1 Standoff Pin Insulator 1 285 074 00031 00 Cutout, distribution, fused 3 285 028 00001 av #6 CU Solid Jumper 6 280 016 00006 O Spring Washer 3 320 092 00012 c1 Bolt, Machine, 5/8" x 12" 2 320 020 00015 cO Bolt, Machine, 3/4" x 12" 1 320 020 00027 e e Hot Line Clamp 3 285 097 00005 e Insulated bracket 1 285 078 00018 O Transformer Lead Wire 30' See Std. T 0 03 O One Bolt Ground Connector 2 285 097 00154 THREE -PHASE OVERHEAD Y -Y Sheet 2 of 2 TRANSFORMER BANK CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION T301 A C N Date: 4/07 Appd. Eng: TD Appd. Ops: JK Revised: A C N POLE GROUND CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION PRIMARY 0 0 240V A N =120V B N 208V C N =120V NEUTRAL THREE -PHASE OVERHEAD Y- A Sheet 1 of 2 TRANSFORMER BANK T302 1 1 1 1 1 1 1 1 1 Date: 4/07 Appd. Eng: TD Appd. Ops: JK Revised: 0 Transformer Mounting Bracket, 3 -Phase 3 285 087 000_ T 3 02A: 50kVA 1 285 078 00019 T 3 02B: 50kVA 1 285 078 00020 Voltage Label Transformer Number 1 3O Case Ground Lug of Cutout, distribution, fused e #6 CU Solid Jumper aw Spring Washer cO Bolt, Machine, 3/4" x 12" 1 320 020 00027 Bolt, Machine, 5/8" x 12" 2 320 020 00027 Hot Line Clamp 3 285 097 00005 fo Insulated bracket 1 285 078 00018 O L Transformer Lead Wire 40' Standard TO 03 Op Split Bolt Ground Connector 8 285 097 00154 11 Grounding Loop 3 12 Wildlife guard 6 285 074 00024 13 Secondary Insulator Spool Bracket 1 285 074 00021/00027 ITEM BANK RATING: The transformer with the mid -tap carries 2/3 of the 120 /240 -volt single phase load, and 1/3 of the 240 -volt three phase load. The other two units each carry 1/3 of both the 120/240 -volt and 240 -volt loads. When units of different kVA's are used, the maximum safe bank rating is three times the kVA of the smallest unit. Transformer impedances shall be within 10% of each other. THREE -PHASE OVERHEAD Y -0 Sheet 2 of 2 TRANSFORMER BANK CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION QUANTITY STOCK No. 3 285 097 00154 3 285 028 00001 6 280 016 00015 3 320 092 00012 T302 A 0 C Date: 4/07 Appd. Eng: TD Appd. Ops: JK Revised: 8/09 A E C N POLE GROUND H2r H1 H1 X3 X1 i X3 X1 i J I I I THREE -PHASE OVERHEAD OPEN WYE -OPEN DELTA TRANSFORMER BANK CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION PRIMARY 0 -0 =240V A N 120V B N 208V C N =120V Sheet 1 of 2 T303 1 1 1 1 1 1 BANK RATING: The transformer with the mid -tap carries 2/3 of the 120/240 -volt single phase load, and 1/3 of the 240 -volt three phase load. The other two units each carry 1/3 of both the 120/240 -volt and 240 -volt loads. When units of different kVA's are used, the maximum safe bank rating is three times the kVA of the smallest unit. Transformer impedances shall be within 10% of each other. Date: 4/07 Appd. Eng: TD Appd. Ops: JK Revised: ITEM QUANTITY STOCK No. 0 Transformer Mounting Bracket, 3 -Phase 2 285 087 000_ T 3 03A: 50kVA 1 285 078 00019 T 3 03B: 50kVA 1 285 078 00020 O Voltage Label Transformer Number 1 O 3 Case Ground Lug 2 285 097 00154 of Cutout, distribution, fused 2 285 028 00001 aw Spring Washer 3 320 092 00012 av #6 CU Solid Jumper 12' 280 016 00015 cO Bolt, Machine, 3/4" x 12" 1 320 020 00027 e ci Bolt, Machine, 5/8" x 12" 2 320 020 00015 ek Hot Line Clamp 2 285 097 00005 fo Insulated bracket 1 285 078 00018 O L Transformer Lead Wire 40' Standard TO 03 O One -Bolt Ground Connector 6 285 097 00154 O Grounding Loop 2 Standard H 0 03 0. guard 2 285 074 00024 13 Secondary Insulator Spool Bracket 1 285 074 00021/00027 a1 Standoff Pin Insulator 1 THREE -PHASE OVERHEAD V- L Sheet 2 of 2 TRANSFORMER BANK CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION T303 BOLT CONNECTIONS TO EACH SWITCH FRAME SWITCH'S FLEXIBLE BRAID SWITCH'S COPPER U -BOLT SWITCH'S FLEXIBLE BRAID SWITCH'S COPPER U -BOLT dp CONNECT TO GROUND ROD WITH #4CU Date: 1984 Appd. Eng: TD Revised: 2/8/11 cj ROUTE INSIDE POLE. C 1 q SWITCH'S LINKAGE INSULATOR aj cj CONNECT TO DISTRIBUTION NEUTRAL, TRANSFORMERS, ETC. WHERE PRESENT ITEM MATERIAL QTY STOCK ai Ground Rod, 5/8" x 8 ft. Copperbonded 1 285 074 00022 aj Clamp, Ground Rod, 5/8" Bronze 1 285 097 00011 al Wire Clips As Req'd. cj Wire, #4 CU, Stranded 30 ft 280 016 00005 dp Temporary Grounding Mat Provided by Crew 1 During Switching q Connector, #4 CU, Stranded (Fargo) 1 285 097 00038 TRANSMISSION Sheet 1 of 1 SWITCH GROUNDING DETAIL CITY OF PORT ANGELES TM 0 01 ELCTRICAL ENGINEERING SPECIFICATION dl ,aw Date: 12/10 Appd. Eng: TD Reviewed: Revised: 2/16/11 TRANSMISSION, 115kV, TANGENT CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION DRILLING GUIDE 10' 13" 24" 12" 48" MIN. TO CITY FACILITIES 72" MIN. TO NON -CITY FACILITIES ITEM MATERIAL QTY STOCK ea Insulator, Horizontal, 115 kV 2 285 074 00109 eb Insulator, Pole Top, 115 kV 1 285 074 00110 dl Washer, 3 1/4" x 3 1/4" curved, galvanized 4 320 092 00003 aw Coil Spring Washer 6 320 092 00014 n DA Bolt, 3/4 16" 2 320 020 00031 c Bolt, Machine, 3/4" x 12" 6 320 020 00027 Sheet 1 of 1 TM 3 01 t 12" 60" 60" SEE STD. OM 007 Date: 3/2007 Appd. Eng: TD Appd. Ops: JK Revised: 3/2011 6" 6 1 12" POSITION OF GUY POSITION OF GUY POSITION OF GUY ITEM QUANTITY STOCK No. 1. Insulator, horizontal, post. 115 kV 3 285 074 00109 2. Bolt, Machine galvanized %4" x 12" 6 320 020 00027 3. Washer, 3 x 3Y curved 6 320 092 00003 4. Nut and Springwasher, 3/4" 6 320 092 00012 5. Armor Rod 556 3 Bulk TRANSMISSION TANGENT, VERTICAL, PHASE OPPOSITE PHASE CITY OF PORT ANGELES ELCTRICAL ENGINEERING SPECIFICATION Sheet 1 of 1 TM 4 01 26" 60" SEE STD. OM 007 Date: 4/2011 Appd. Eng: TD Reviewed: Revised: I 4" 8 6 6" k J aw,dl ,c 12" 6" aw,dl ,c aw,dl ,c POSITION OF GUY POSITION OF GUY ea POSITION OF GUY ITEM QUANTITY STOCK No. ea Insulator, horizontal, post, 115 kV 2 285 074 00109 eb Insulator, vertical, post, 115 kV 1 285 074 00110 aw Washer, 3 x 3 curved 6 320 092 00003 dl Coil Springwasher 6 320 092 00014 c Bolt, machine, galvanized x 12" 6 320 020 00027 TRANSMISSION Sheet 1 of 1 TANGENT, VERTICAL, PHASE OPPOSITE PHASE CITY OF PORT ANGELES ELCTRICAL ENGINEERING SPECIFICATION TM 4 02 Date: 4/2011 Appd. Eng: TJD Reviewed: Revised: I 12" 12" 60" 60" SEE STD. OM007 6" ITEM 6 6" 1 12" 1. Insulator, horizontal, post. 115 kV 2. Bolt, machine, galvanized %4 x 12" 3. Washer, 3 3 curved 4. Nut and Springwasher, 3/4" 5. Armor Rod 556 TRANSMISSION TANGENT OR SMALL ANGLE, VERTICAL CITY OF PORT ANGELES ELCTRICAL ENGINEERING SPECIFICATION POSITION OF GUY POSITION OF GUY 4140 10011-, POSITION OF GUY QUANTITY STOCK No. 3 285 074 00109 6 320 020 00027 6 320 092 00003 6 320 092 00012 3 Bulk Sheet 1 TM 501 of 1 36" 60" 12" S 12" 9 60" 12" 9 ITEM Date: 4/07 Appd. Eng: TD mow Appd. Ops: Revised: 1. Insulator, Polymer, 115 kV 2. Bracket, corner construction, round 3. Washer, 3%" x 3 curver, galv 4. Locknut, 4" 5. Clamp, 556.5 Suspension 6. Armor rod POSITION OF GUY POSITION OF GUY POSITION OF GUY 3 3 6 6 3 3 TRANSMISSION, SMALL ANGLE, VERTICAL, BELLS CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION QUANTITY STOCK No. 285 074 00054 320 092 00013 320 092 0001 2 Sheet 1 of 1 TM 5 03 Date: 4/11 Appd. Eng: TD Reviewed: Revised: 60" 60" SEE STD. OM 0 07 12" 9 dl aw 9 t .04C ab,c ITEM MATERIAL QTY STOCK k Insulator, Polymer, 115 kV 3 285 074 00054 dl Washer, 3 1/4" x 3 1/4" curved, galvanized 3 320 092 00013 aw Coil Spring Washer, 3/4" 3 320 092 00014 c Bolt, machine, 3/4" x 16" 3 320 020 00038 I Clamp, 556.5 Suspension 3 ab D- Eyelet, 3/4" 3 320 043 00006 TRANSMISSION, DOUBLE DEADEND VERTICAL CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION POSITION OF GUY POSITION OF GUY POSITION OF GUY USE G402 GUYS A002 ANCHORS Sheet 1 of 1 TM 6 01 Date: 4/07 Appd. Eng: TD Appd. Ops: JK Revised: 60" 60" SEE STD. OM 007 12" 9 f 9" 9" 1144444-1 )40414-0E. TRANSMISSION, DOUBLE DEADEND VERTICAL CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION POSITION OF GUY POSITION OF GUY POSITION OF GUY USE G402 GUYS A002 ANCHORS ITEM MATERIAL QTY STOCK 1 Insulator, Polymer, 115 kV 6 285 074 00054 2 Eyenut, 3/4" 3 320 043 00002 3 Washer, 3 1/4" x 3 1/4" curved, galvanized 12 320 092 00013 4 Spring Washer, 3/4" 9 320 092 00012 5 Bolt, machine, 3/4" x 16" 9 320 020 00038 6 Clamp, 556.5 Suspension 6 7 Armor Rod 6 8 D- Eyelet, 3/4" 3 320 043 00006 9 115kV Post Insulator 3 285 074 00055 Sheet 1 of 1 TM 701 Revised: Date: 2/11 Appd. Eng: TD 3' -6" 6-0" 2' -6" 2' -6" 6-0" -6" TRANSMISSION, DOUBLE DEADEND CROSSARM CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION 0 2 Sheet 1 of 2 TM 7 O2F ITEM MATERIAL QTY STOCK as Nut, Eye, Oval, 3/4" 6 320 043 00002 aw Washer, Coil Spring, 3/4" 9 320 092 00012 c Bolt, Machine, 5/8" x 8" 2 320 020 00013 c1 Bolt, Machine, 5/8" x 18" 1 320 020 00018 cu Crossarm Brace 2 540 091 00005 d Washer, 2-1/4" x 2-1/4", Flat 6 320 092 00002 9 Crossarm, Fiberglass, 5" x 5" x 12' 2 540 091 00003 k Insulator, Suspension, 115 kV 6 285 074 00054 I Clamp, 556.5, Deadend 6 285 097 00001 n Bolt, Double- Arming, 3/4" x 28" 3 320 020 00004 P Pole, 40 Ft, CI 2, Fiberglass 1 285 080 00013 Date: 2/11 Appd. Eng: TD Revised: TRANSMISSION, DOUBLE DEADEND CROSSARM CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION Sheet 2 of 2 TM 7 O2F Date: 1/11/11 Appd. Eng: TD Appd. Ops: Revised: 9" 12" 60" POSITION OF GUY 60" SEE OM 007 FOR CLEARANCES TO ANY UNDERBUILD POSITION OF GUY aw,ab,c POSITION OF GUY CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION aw,aw2,abl ITEM MATERIAL QTY STOCK ab Eyenut, 3/4" 6 320 043 00006 aw Washer, 3 1 /4" x 3 1 /4" curved, galvanized 12 320 092 00013 c Bolt, machine, 3/4" x 16" 6 320 020 00038 k Insulator, Polymer, 115 kV 6 285 074 00054 I Clamp, 556.5 Suspension 6 ab1 D- Eyelet, 3/4" 6 285 074 00105 aw2 Washer, Spring, 3/4" 6 320 092 00013 Armor Rod 6 Bulk TRANSMISSION, DOUBLE DEADEND VERTICAL CORNER USE G402 GUYS A002 ANCHORS Sheet 1 of 1 TM 7 03 9" 60" r 60" 12" 911 I SEE OM 007 FOR CLEARANCES TO ANY UNDERBUILD 1 1 Date: 1 /1 1 /11 Appd. Eng: TD Appd. Ops: Revised: POSITION OF GUY POSITION OF GUY POSITION OF GUY TRANSMISSION, DOUBLE DEADEND VERTICAL CORNER CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION MAXIMUM HORIZONTAL LOAD 7,600 LBS. MAXIMUM VERTICAL LOAD 15,000 LBS. USE G402 GUYS A002 ANCHORS POLE BAND DETAIL POLE BAND KIT ITEM MATERIAL QTY STOCK ab D- Eyelet, 3/4" 12 320 043 00006 aw Washer, Coil Spring 12 320 092 00014 C Bolt, machine, 3/4" x 16" 12 320 020 00038 k Insulator, Polymer, 115 kV 6 285 074 00054 I Clamp, 556.5 Suspension 6 pb Pole Band Kit 6 285 074 00105 Armor Rod 6 Bulk REQUIRED FOR CORNER ANGLES OVER 90 Fiberglass Support Bracket 3 285 078 00017 69kV Post Insulator 3 285 074 00057 Sheet 1 of 1 TM 7 O3F T 8" 6" 48" 5' 0" TYP. 8 ft. MINIMUM TO FIRST BKT. Date: 4/07 Appd. Eng: TD Appd. Ops: Revised: 6/10 1 6" MIN.* al 2 FT ON 40 FT POLE Ground level RISER LOCATION FOR ALLEY POLES TERMINATION SINGLE PHASE UNDERGROUND 2" CONDUIT RISER PRIMARY CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION LA STREET /ALLEY TOP VIEW NOTE: First conduit installed at maximum distance from pole. Sheet 1 of 2 U 1 01 Date: 4/07 Appd. Eng: TD Appd. Ops: Revised: 6/10 ITEM QUANTITY STOCK No. 1 Screw, lag l2" x 4 galv. 11 320 071 00001 2. Terminator, 15 KV, Outdoor 1 285 100 00016 3. Conduit, 2" SCH 80 PVC, 10ft section 10 ft 285 019 00008 4. Bracket, pole riser stand off 15" min. 5 285 078 00005 5. Clamp, conduit support 2" 5 285 010 00002 6. Conduit, 2" PVC, Sch 40 18 ft 285 019 00002 7. Elbow, 90' fiberglass, 24" radius 1 285 019 00042 8. Bellend, 2" PVC 1 285 019 00015 9. Cable support, basket grip 1 ae Arrester, Lightning, 10 kV 1 285 003 00001 of Cutout, 100A, 15KV 1 285 028 00001 ai Ground rod dia. x 8', cu- bonded 1 285 074 00022 aj Clamp, ground rod, bronze 1 285 097 00011 al Staples, x 1 box 285 074 00048 av Wire, CU, Bare #6cu 10 ft. 280 016 00015 aw Springwasher, 5/8" 2 320 092 00012 c Bolt, machine, %8" x 10" 2 320 020 00014 cj Wire, #6 Solid CU tie 30 ft 280 016 00006 ek Clamp, hot tap, bronze 1 285 097 00005 fo Bracket, Mounting, 1 -Phase Outdoor Cutout 1 285 078 00017 p Split -Bolt Ground Connector 1 285 097 00037 TERMINATION SINGLE PHASE UNDERGROUND 2" CONDUIT RISER PRIMARY CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION Sheet 2 of 2 U 1 01 Date: 6/10 Appd. Eng: TD Revised: 2/8/11 STREET SIDE 5' 0" TYP. 8 ft. MIN. TO FIRST BRACKET at NOTE: First conduit installed at maximum distance from pole. 6 10 MIN.* 46" 10" 24" 36" 36" 25 FT ON 40 FT POLE Ground level \s9p TRA SINGLE -PHASE RISER/TRANSFORMER POLE CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION f\ 'a. 11 TRANSFORMER CUTOUT SURGE ARRESTOR CUTOUT Sheet 1 of 2 U 1 09 Date: 6/10 Appd. Eng: TD Revised: 2/8/11 ITEM QUANTITY STOCK No. 1. Transformer, 7.2kV, conventional 1 285 087 0000 2. Terminator, 15 KV, Outdoor 1 285 100 00016 3. Case ground lug 1 285 097 00013 4. Bracket, pole riser stand off 15" min. 5 285 078 00005 5. Clamp, conduit support 2" 5 285 010 00002 6. Conduit, 2" PVC, Sch 40 18 ft 285 019 00002 7. Elbow, 90 fiberglass, 24" radius 1 285 019 00042 8. Bellend, 2° PVC 1 285 019 00015 9. Cable support, basket grip 1 10. Conduit, 2" SCH 80 PVC, 1 Oft section 10 ft 285 019 00008 11. Grounding Loop 1 Per Standard H 0 03 12. Wildlife Guard 1 285 074 00025 ae Arrester, Lightning, 10 kV 1 285 003 00001 of Cutout, 1 00A, 15KV 2 285 028 00001 ai Ground rod dia. x 8', cu- bonded 1 285 074 00022 aj Clamp, ground rod, bronze 1 285 097 00011 al Staples, x %4" 1 box 285 074 00048 av Wire, CU, Bare #6cu 30 ft. 280 016 00015 aw Springwasher, 5/8" 3 320 092 00012 c Bolt, machine, 9/8" x 10" 3 320 020 00014 cj Wire, #6 Solid CU tie 30 ft 280 016 00006 ek Clamp, hot tap, bronze 2 285 097 00005 fo Bracket, Mounting, 1 Phase Outdoor Cutout 2 285 078 00017 p Split -Bolt Ground Connector 2 285 097 00037 TERMINATION SINGLE PHASE UNDERGROUND 2" CONDUIT RISER CROSSARM CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION Sheet 2 of 2 U 7 09 Date: 11/15/06 Appd. Eng: TD Appd. Ops: JK Revised: 4/08 7 20 /"ta� L. U 5 12 8ft MINIMUM 36' 60' 6 NEUTRAL, 4/0 AL 26 FT C N 40 FT POLE 50' 16 d TERMINATION WITH DISCONNECT UNDERGROUND SUBSTATION EXIT POLE 6" PVC RISER CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION 24'_ 1 CONNECT CONCENTRIC NEUTRALS TO SYSTEM NEUTRAL. I Sheet 1 of 2 U301 26' Date: 11 /15/06 Appd. Eng: TD Appd. Ops: JK Revised: 6/10 ITEM QUANTITY STOCK No. ae Arrestor, Surge, Intermediate Class 3 285 003 00003 ai Ground rod %a dia x 8ft, copper bonded 1 285 074 00022 aj Clamp, ground rod 5 8 bronze 1 285 097 00011 al Staples, x 1/4" x .148, HD GaIv. 1 (box) 285 074 00048 cj Wire, CU, #6, Solid tie 30 ft 280 016 00006 O 600 Amp Disconnect, 15 KV, Solid Blade 3 285 067 00001 O Termination, 15 KV outdoor 3 285 100 00017 0 Bracket, 3- Switch Mounting 1 285 078 00009 O 5 Clamp, hot tap 3 285 097 00005 O Split -Bolt Connector, CU 4 285 097 00037 Lug, Grounding 3 285 097 00012 Bracket, pole riser stand off 15" min. 5 285 078 00005 Clamp, conduit support, 6" 5 285 010 00006 00 Conduit, Sch 40 PVC, 6" 20 ft 285 019 00006 12 Conduit, Sch 80, PVC 6" 10 ft 285 019 00012 Q Elbow, 90 fiberglass, 6" 1 285 019 00068 16 Bell end, Sch 40 PVC, 6" 1 285 019 00019 18 Wire, #2 7 -Str., CU 25 ft 280 016 00008 19 Wire, 336 ACR 15 ft 280 016 00012 ©0 Screw, Lag 1/2" x 4" 11 320 071 00001 TERMINATION WITH DISCONNECT UNDERGROUND SUBSTATON EXIT POLE 6" PVC RISER CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION Sheet 2 of 2 U301 25 FT -2 IN 5' 0" ON 40 T POLE 8 ft. Min. Date: 4/07 Appd. Eng: TD Appd. Ops: Revised: 4/08 6 O M• 14 a A B Ground level 0 STREET SIDE SURGE ARRESTOR CUTOUT SURGE ARRESTOR TERMINATION THREE PHASE UNDERGROUND WITH CONDUIT RISER 200A PRIMARY CITY OF PORT ANGELES ELECTRIC ENGINEERING SPECIFICATION 24" MIN. 1 60" 6" PROPERTY SIDE SURGE ARRESTOR CUTOUT Sheet 1 of 2 U 3 02 TOP NOTE: First conduit installed at maximum distance from pole. ITEM QUANTITY STOCK No. 1. Clamp, hot tap, bronze 3 285 097 00005 2. Wire, CU, bare, #2 Str. 25 FT 280 016 00008 I of Cutout, Fused, 200A, 15KV 3 285 028 00001 4. Bracket, mounting, cut out 1 285 078 00001 I 5 Screw, lag Y2" x 4" 11 320 071 00001 6. Terminator, 15 KV, outdoor 3 285 100 00016 I 8. Bracket, mounting, 3 phase outdoor terminator 1 285 078 00018 9. Bolt, machine, x 10 2 320 020 00014 I 10. Springwasher 2%" x 2 flat 2 320 092 00001 cj Wire, CU, #6 Sol, tie 30 ft 280 01 6 00006 p Connector, #6 Sol vise 6 285 097 00037 I 13. Crimpit 3 285 097 00072 14. Conduit, Sch 80 PVC, 4" 10 ft 285 019 00010 I 15. Bracket, pole riser Standoff 15" 5 285 078 00005 16. Clamp, conduit support 5 285 010 00004 I 18. Elbow, 90 fiberglass, 4" 17. Conduit, PVC, Sch 40, 4" 20 ft 285 019 00004 1 285 019 00066 ae Arrestor, Surge, Distribution Class 3 285 003 00001 I ai Ground rod dia. x 8', Copperbonded 1 285 074 00022 aj Clamp, ground rod bronze 1 285 097 00011 I 21. Bell end, Sch 40 PVC 4" 1 285 019 00017 al Staples, Y2" x) x .148, HD Galv. 1 (box) 285 074 00048 I 22. Cable support, basket grip 1 TERMINATION THREE PHASE UNDERGROUND Date: 4/07 Appd. Eng: TD WITH CONDUIT RISER 200A PRIMARY Appd. Ops: cITY OF PORT ANGELES Revised: 4/08 ELECTRICAL ENGINEERING SPECIFICATION Sheet 2 of 2 U 3 02 10" 48" 48" 96" Date: 2/22/11 Appd. Eng: TD Reviewed: Revised: 25 FT -2 IN 5' 0" ON 40 =T POLE I 8 ft. Min. Min dS 50 FT. MINIMUM POLE HEIGHT REQUIRED Ground level CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION DOUBLE CIRCUIT TANGENT 3 -PHASE VERTICAL, 1 2.47/7.2kV PROPERTY SIDE Sheet 1 of 2 U 5 02 ITEM MATERIAL QTY STOCK ae Arrestor, Surge, Distribution Class 3 285 003 00001 of Cutout, Fused, 100A, 15kV 3 258 028 00001 ai Ground Rod, 5/8" dia. x 8', Copperbonded 1 285 074 00022 aj Clamp, Ground Rod, 5/8 Bronze 1 285 097 00011 ap Clamp, Hot Line 3 285 097 00037 av Wire, #2 CU, Bare, Stranded 25 Ft 280 016 00008 aw Springwasher, 2-1/4" x 2-1/4", Flat 2 320 092 00001 cm Neutral Assembly 1 Standard N 0 01 or N 0 02 c Bolt, Machine, 5/8" x 1 2" 1 320 020 00018 c1 Screw, Lag, 1/2" x 4" 6 320 071 00001 dp Cable Support, Basket Grip 1 ds4 Conduit, Sch 40, PVC, 4" 20 Ft 285 019 00017 ds8 Conduit, Sch 80, PVC, 4" 10 Ft 285 019 00010 ds1 Elbow, 90 deg, Fiberglass, 4" 1 285 019 00066 ek Clamp, Hot Line, Bronze 3 285 097 00005 fb Conduit, Bell End, 4" 1 285 019 00017 fc Clamp, Conduit Support 5 285 010 00004 fj Bracket, Pole Riser, Standoff, 15" 5 285 078 00005 fo Bracket, Mounting, 3 -Phase Outdoor Termination 1 285 078 00018 P Connector, Crimp 3 285 097 00072 cj Wire, #6 CU Solid, Bare 30 Ft 280 016 00006 a Insulator, Pin Type, Phase 3 285 074 00031 eq Bracket, Mounting, 1 -Phase Outdoor 3 285 078 00017 t Termination, 15kV, Outdoor 3 285 100 00016 Staples, 1/2" x 1/4" x 0.148, HD Galv. 1 (box) 285 074 00048 Date: 2/22/11 Appd. Eng: TD Reviewed: Revised: DOUBLE CIRCUIT TANGENT 3 -PHASE VERTICAL, 12.47/7.2kV CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION T Sheet 2 of 2 U 5 02 MN MN MN E ME NM MO NM I MN I O pORT4 NC r 1 ligtO "RKS A CITY OF PORT ANGELES PUBL C WORKS AND U L ES ATTACHMENT D POLE REPLACEMENTS PROJECT CL05 -2010 APRIL 2011 CITY OF PORT ANGELES 321 E. FIFTH STREET PO BOX 1150 PORT ANGELES, WA 98362 PROJECT ENGINEER: TERRY DAHLQUIST TEL: (360) 417 -4702 DRAWING INDEX: SHEETS (1 -17) POLE DESCRIPTIONS SHEETS (18 -25) POLE DETAILS 00 W CITY OF PORT ANGELES POLE REPLACEMENT POLE GRID NUMBER NUMBER 37 -FP-03 37•FP-02 O I 37-FP-01 O l 38f1-07 O I 31 -FT.06 I 3001-02 O I 31-CT -10 I 88 -DP 42 I °ICP-0l 10 28CT.02 11 18-0R-02 12 R I 13fP -10 LOCATION South We of 160181 won horn 1515 H St South side of 16111 St across from 1429 W 1061 SI South olds of 1601 St woes horn 1411 W 166. St Soudi aka of 16th St saws from 1339 W 16th St South side of 16th St same from 1327 W 1651 St 1401 /15th St on B St 1121 E 16. St (In May behind addms) Lope Orcas Ave on Lincoln St Ofcss LauNwn Blvd on L(0ln St 601 7th St on B St 712 W 3rd St Soue.set corner of Midas Dr a Ceder St EXISTING POLE HT /CL FRAMING 55 -2 8 654 65-2 65-2 65.2 65-2 85.2 85-2 65.2 40-3 60-2 74402, PF401, T101, 0004A, 11002, 0801,14002, A001 111402, PF401, T101 716402. PF401 70402, PF401, 6004A, N002 114402, PF401, T101, CR501, NO02 TM402, PF301, PF101, 019002, 0501 TM402, PF301.1102, (2)11002 TM402, PF300, PF101, G505 7%4402, PF301, PF305A1, PF103 714402, PF301, PF101, 014002 PF107, 7101, 0401, 6001 (2)114603, PF306, PF305A2, (4)0505 SHEET HT /CL TYPE 85.2 FG 65-2 FG 85-2 FG 65.2 FG 65-2 FG 65-2 FG 80-2 FG 65.2 FG 85.2 FG 85.2 FG 40-3 FG 65-2 FG I OF 25 NEW POLE FRAMING TM501, PF406, 7101, H003, 5004A, N002, 6801, H002, 6001 TM501, PF406, H002 714501, PF406, 11002 TM501, PF406, 5004A, 19002, H002 714501, PF406, T101,11003, CR501, 4002, H002 714401, PF301F, PF113, 0501,14002, 1-1001 714401, PF301F, 1102,11003, (2)1002, 4001 TM401, PF300F, PF113, 4002 151401, PF301F, PF305FA, PF103, 4062, H001 114401, PF301F, PF113, H001 DEPT. I.D. PROJECT LT 10830 CL05I0 PF107, 7101, H003, G401, (2)14002,11002. A001 TM703, PF306F, PF306FA, (8)0507 w/ 1W Inks, 0605 wl 14e B.k, (2)14002.11001 COMMENTS 1 -6.5 feet of spackq between lowest ton Insulator bolt end upper distribution bracket bolt 2- Remove boneformsr 81611 -25 from Nilsen9 pole and put Into Nock 3- meta* 37 kVA transformer from stock onto new pole 4- r,A At t,loch fey wkkr�eeSoo Mknbleye nuIoo6 of the of spool 6 feet haulator Remove 6elnbhrw 8462 -256wn poets ;lnb 2 -6,5 feet of spacing between lowest on Msuleb bolt end upper distribution bracket bolt 3- Reduce deafens from bottom bracket to neutral to 6 feet 1 0.0 'n!. on NNW 110.000000 unwmr we0n ex000 oannw 6ly bracket bolt 3- Reduce clearance *cm bottom bracket I to 0.5 IOW B I aalween MAW 011161111861011 eweator ow an0 upper dkdrlbutlon bracket bet 3- Reduce clearance from bottom bracket 8 1611 S.5 o sparing between lowest transmission insulator bolt end upper deMbWw bracket boll 2- Rekwtel customer owned riser as was SEE DETAIL 0.22 1 -8 feet of sparing between lowest transmission insulator bolt and upper crweenn bolt 1- 8.5 feet of e between lowest *00.04selon (meteor boll and nit er a l 7 (sW 14) N0021 beck to beck on oath sash s&14 of Bole 10 0. 04 0 4 0 0 SEE DETAIL B-24 SEE DETAIL A-24 SEE DETAILS 8-18 5 618 NM MO O W N NM I I 1111111 0 N C 0 em. oo W C i i POLE GRID NUMBER NUMBER 13 18 -FOOL 14 18£P -14 0 18 PP•11 16 18{1.08 18F0.24 I B 18F0 -113 0 19 -E0-13 20 19-FT-01 21 I 11-"42 22 19 FT.03 23 20FP01 24 I 20FP42 CITY OF PORT ANGELES POLE REPLACEMENT LOCATION Southeast corer of Marlene Dr Ceder St Northeast corner of Merino Dr 8 Ceder St Cedar St south of Marine Or Tumwater Tuck Rode 2nd St (east side of Trk Rte) Tumwater Duck Route 8 2nd St (staked on west skis of TA Rte) Tumweter Truck Route 2nd St (east skis 'T* Rte) Between let 2nd St, just east of Oak St (on N8.Me emit of Mg zap) Southwest comer of 2nd St Vaeey St 2nd St Very St (lot pole south of pole 920) 2nd St 8 Wry St (2nd pole south of polo 020) 2nd St east of Lincoln St (H-Frame natl. pole) 2nd St east of Lincoln St (H -Frame south pole) HT/CL 40-1 403 80-2 130-2 WA 30-3 40-3 FRAMING (3)0401, (3)A001, H002 PF306A2, G502, (2)0505 (2)TM803, PF305A2, PF308, (4)0404, SOO4A, (4)6001 (2)TM803, PF308, PF30SA2, (3)0505, G404, A001 WA G401, A001 PF301 SHEET EXISTING POLE NEW POLE HT /CL TYPE N/A WA 85-2 862 45-3 40-3 40-3 N/A WA FG FG FG FG FG 50.3 I PF305132, PF300, PF301, 6605. CR501 I 50-3 I FG 453 I PF300, PF301, T102 N/A I N/A 453 I PF30582, PF301, 0403, A001 N/A I N/A 85-2 I WA I 85.11 I FG 87x2 I WA 85-H1 I FG 2 OF 25 FRAMING N/A WA TM103, PF305FA, PF308F, (8)0402 w/ 144' irks, (213404 w/ 1W Mks, 9004A, N002, (2)A802, (2)A001, H001 TM703, PF308F. PF305FA, (8)0507 w/ 144' Mks, (2)0505 w/ 1W Mks, N002, 0001 DEPT. LD. PROJECT LT 10830 CL0510 PF301F, (2)0404 w/ 144' Inks, (2)0403, (2)A002, A001, 0001 (4)0403, (2)A002. I1002 PF301F, N002, 0001 PF305FA, PF305F8, PF301F, G505 w/ 144' Ink, 0404 w/144 Ink, 7102,14003, CR501, A001, 0001 WA WA CUSTOM CUSTOM COMMENTS ADD SPAN GUYS ONLY, SEE DETAIL A -18 ADO SPAN GUYS ONLY. SEE DETAIL C-18 SEE DETAILS A-196 B-19 SEE DETAILS 8.20 0.20 ADD POLE, SEE DETALA-20 SEE DETAIL C-20 1- Difficult access 2- Install N002 on south We of pole to accommodate secondary and service afy8 DETAIL 0-23 Ode pole ellar It 1 QQ�� Rom pole 82 21 "I �p N81I 2.1 pole N20 REMOVAL i 2 Rem ove secondary rxhrducbr REMOVAL ONLY SEE SHEET 25 SEE SHEET 25 Wp POLE GRID NUMBER NUMBER C I 45 -AP-04 I 2tS w I 184046 I Q 2660-04 28 I 28.8945 I 29 I 284R42 I 30 3870-03 19 -EP -15 CITY OF PORT ANGELES POLE REPLACEMENT LOCATION 1914 W 1801 St (nort comer of property) Tunaseter Truck Route a 4m St (east skis of Trk RI.) Tunwrater Truck 9064. 50o001 St (east side of Trk Rte) 718 W 501 St On army behind ernes) 706 W 54h 31 (In May behind address) 1018W 16t1, St, comer of properly) 211 vary St 211 Vary St (staked Baum N pole 931) 2nd/3rd St 8 Laurel St (ass skis MLSON) 2nd St 8 Laurel SI (southeast caner) 2nd St 8 Laurel St (southwest owner) 2nd St a Laurel St (fleawort comer) (32 wArchaedo0b required N/A HT/CL I 413 I 89 I 10-2 I 85-2 70.2 N/A 65-2 66.2 30-3 30-3 EXISTING POLE FRAMING PF401, PF112, T101, 0401, A001 60-2 I TM403, PF306. PF305A1, (2)0404, N002, CR501, 3004A, (2)6001 85.2 TM703. (2)PF305A2, PF103, (3)0505. (5)0404, (3)6001 TM403 71.1702 6.4503, PF306, 01006, 50040. N002, (2)0404, A001 11703, T1001, PF405, (2)0506, TM001, 6301 N/A (2)71603, (2)PF30562, P74046, (6)0404, 0501, 5004A, (3)6001 (2)T1603, P730562, PF306, (4)0505, 3004A (2)0404, (2)6001 (2)0404, (2)6061 SHEET 3 OF 25 HT /CL TYPE 45-3 I WOOD 65-2 I FG I 65-2 FG 60-2 Ho I 80-2 I FG I 65-2 FO 70.1 30-3 65-2 65-2 N/A N/A FG I FG I FG I N/A I N/A I NEW POLE FRAMING TM401 TM701 N/A N/A DEPT. I.D. LT 10830 PF401, PF112, T101, 5003, 0401, A001, 6003 11501, PF306F, PF305FA, (2)0404 w/ 144" Inks, N002, CR501, 3004A. H001, (2)6001 TM703F, (2)PF305FA, FF103, 6002, (3)0507 w/ 144" Inks, (3)0402 w/ 144' Inks, (2)0404 w/ 144' Inks, (3)6004 TM503, PF308F, 01006, 5004C, N002, (3)6402 col 144" Inks, H001, (2)6001 FO TM703F, 71601. PF405F, (6)0605 col 144" Inks, (2)6002, 68001, H301, H002 (2)0403, (2)A001,1-1002 TM703F, PF404F, PF3062,F, (6) w/ 144• sae, G404 w/ 144• Ink, 50046,600)6002,60 TM703P, PF305FA, PF306F, (6)0507 col 144• Inks, (2)0505 w/ 144" Inks, 0004A, N002, 6001 PROJECT CL05I0 COMMENTS SEE DETAIL 0.19, 1- Attach new guys to exiting anchors on hiked. 1 -6.5 fast of spacing between lowest transmission kwulabr Iw8 and upper awserm bolt 5 test speri g b.lwsen dbWbulbn eons 2- IoW N002 on west skis of pole 6 feet below loweroeaearm 3- bsWl pM, Insulator, and upper w/ connectbns for PF103 tap o8 of upper dosssrm 1- 6.5 feel of spacing between lowest transmission Insulator bolt and upper mermen bog 2- Install N002 on south skis 8 feet below oosaerm 3- Install enchant elm 20 830 foot guy bed. 4- Add guy 1 fed below switch arm SEE DETAILS A -23 6 6-23 SEE DETAIL C-23 SEE DETAILS A-22 6-22 SEE DETAILS 8.218 D-21 ADD SPAN GUYS ONLY, SEE DETAIL A-21 ADD SPAN GUYS ONLY, SEE DETAIL C-31 cao w M i Mil NM =I r i NM I =MI I MN NM NM qtr 41.4 CITY OF PORT ANGELES POLE REPLACEMENT POLE GRID NUMBER NUMBER 37 27 -56-05 38 63 -AP-07 34 30 -OR-02 13-GP-04 Il 21CRdfi Q 104R-06 4$ 2684414 2741R-06 45 t 27457 -it Q 10[8T -05 LOCATION 1242 W 4th St (In slay) 600 E Perk Ave (east side of enhance) 433 E 8th St (in alley behind address) Jones St 8 Columbia St (northeast comer) 607 Cherry St (backyard) 311 Cheny St (backyard) 1705 W 6th St On alley behind address) 1119 W 6th St (In allay behind address) McDougal St B Willow Ave (east side of McDougal) 505 G St (at slay) 2nd St 3rd St west of Valley St 212 Valley St (west side of substation) HT /CL 40 -3 I 6" I 403 I 55-2 30-3 30 -3 40-3 40-3 40 -3 60-2 40-3 EXISTING POLE FRAMING PF105, T101, 5004A. CR501 TM402, PF301, U302 PF301, PF311 TM502, PF301, SOO4A N/A N/A PF306, 7102 PF105, 7101. CR501 PF301, PF112 TM702, PF111 P1301, PF305A2, 5004C, 0403, A001 50 -3 PF30552, U301, PF301, (2)0404. 50045. (2)5001 HT/CL 65 45-3 60.2 303 30-3 404 40-3 60-2 50-3 SHEET 403 FG 4 WOOD Waco I wood I FG I OF NEW POLE TYPE WOOD I FG I MOOD I FG I FG I 25 LT 10830 CL0510 FRAMING P1105, 7101, 4003. 6002, 5004A, CR501. H002 TM401, PF301F, U302, H001 PF301, PF311 TM401, PF301F, SOO4A, N002, H001 (2)N002 6002 PF306, T102, H003, (21N002, H001 PF105, 7101, H003, N002, CR501, H002 PF301, PF112, N002, '1002 TM701, PF111 PF301F, PF305FA, N002, 6404 w/ 54' fink, 4004 DEPT. I.D. PROJECT COMMENTS 1- Instal N002 8' below neutral on east side to accommodate services 2- ReinstaSpnoto ed rr d ras 1- 13 feet of spacing laeLveen bweslirensmission insulator boll and upper crossarm bolt 1- UtWm 3 tool spacing between distribution crossenns 1- 8 feet of spacing between lowest transmission insulator bolt and upper 1 Uff lclaf ac.,:,:s rf1ll I 5 NW a bac bank Oneaet w0at aides of pole to acmmrt) ry end p�,rm1 a sta 1- Difficult access �ck to b in a to s 'r t �o l o �a 2r on a of pole to accommodate 1- Ir il 1, haack on north a south sides of pole 1 elre(cus bme e r d ow ro n ed deer as was 2- Install NW2 on north side t i fi d�r N my 002 on ast s 7n c L secondar and M el of spacing between lowest transmission insulator boa and upper M9e ab toot s tg e between distribution 1� pf 8,p���w Instal N002 FG PF305FA, PF301 F, U301, (210404 w/ 54" Inks, N002, S004A H001, eMaI011°pamr, ae9�(n&Iy as woe r In (I M. 00 nor�lMv conductor 3- Install guy Nnks so thhe (2)5001 middle of Ink Is at the lower distribution conductor level POLE GRID NUMBER NUMBER 0 I 15-FT -14 50 I 18.07.8 I 19-FS-05 52 19(0.10 53 110FP-06 54 I 19FP 431 55 I 25-FR-01 56 I 37-OS-01 2580-03 58 I 22 -EP-Oh 59 I 21 -ET-06 62.WO1 CITY OF PORT ANGELES POLE REPLACEMENT LOCATION HT /CL 413 W 2nd St (across steel from address) 65-2 413W 2nd St I 30.3 316 W 2nd St (In allay) I 60-2 213 5 Oak St (at May on Oak) I 80-2 112E2ndSt 80.2 202 S Lincoln St (on 2nd St) 60-2 2008 W 10th St 40-3 1707 W 15th St (In ally) 40-3 1909 W 6th SI (In alley) 1207 E 2nd SI (In May) 1133 E 2nd St (In slay) 132 W Park Ave SHEET 5 OF 25 EXISTING POLE NEW POLE FRAMING TM502, PF305A2, PF301, (2)PF306A1, (2)0505, 0403, A001 G401, 6002, A001 TM702, PF401 TM502, PF401, PF306, G404, 5004A, A001 08403, PF301 716403. PF301, 0501 PF301, T101, CR501 PF105, 7101 40-3 PF201, 7101,13403. A001 PF300, 7101 PF300, T302A PF307, PF112, 13501, 5004A HT /CL TYPE 60-2 FG 403 FG 85.2 FG 85.2 FG 80.2 FG 654 FG 40-3 WOOD 40-3 WOOD 403 WOOD I I WDO I 1 IwmD I'03 IW000I PF201, T101, H003, 0404, (2)6002, H002, A001 PF302, 7701. H003, 6002. 4002 PF302, 7302A, H003, (2)N002. 11002 PF307, PF112, G507, S404A, NO02, H002 DEPT. I.D. PROJECT LT 10830 CL0510 FRAMING 710301, (3)PF305FA, PF301F, (2)0506, G403, 6002,11001, A001 (3)0403, N002, H002, (3)A001 114701, PF401F, N002 TM401, PF401F, PF307F, N002, 3004A, H002 TM401, PF301F 710401, PF301F PF301, 7102, H003, (2)6002, CR501. H001 PF105, 7101,11003, (2(1002,11002 SEE DETAIL D-24 1 -65 feet of spacing between lowest transmission Insulator bolt and upper apeman bolt 2- Instal 14002 on asst aide 6 inches baba neutral SEE DETAIL C-22 1.8fret o between kn.*b_ .r insulator boll and upper ri fee of sp acing sp between lowest transmission Mulct r bolt and r 9! IlBt below croaserm 00 norm end south Mee or pole to C I, COMMENTS SEE DETAIL C.24 17am1 s below neutral on north and south sleets of pole 1- Remove transformer 8111037 from eslo9ng pole and put Into ebb 2- Install 50 kVA transformer from stock onto new pole 3- Install 6002'. O Inches below neutral on north and south aides of pole to .0 service drops 4- Consbuct reminder 11 1 Instal l On 66 Inches n'cP� h neutral on sou side of pals to I 7n N002aSInches below MIAMI on norm and south 01 th sides I accommodate service bob Ml mtneutral on south *deo( pole to r 00 W OM I MI I N M M CITY OF PORT ANGELES POLE REPLACEMENT A ..m roorif POLE GRID NUMBER NUMBER b) 28 -BS -02 0 I 22 -09 -10 63 I 26 -CR -02 64 I 28-FT-03 65 I 61 -CG-04 66 58 -05-02 67 58 -GP-0e 0 18 -00-06 O A 18 -FD -1S 70 37 -FR-03 71 28 -FT -02 72 I 28 -07 -01 EXISTING POLE NEW POLE LOCATION HT/CL FRAMING HT/CL TYPE FRAMING 516 A St On stay) I 40-3 I PF301, 7101, (2)0002 I 403 I WOOD I PF301, 7102, 6003, (2)0002, H002 1421 E let St On May) I 40 -3 I PF301, 0302 I 403 I WOOD I PF301, U302, N002, 8001 1615 W 7th St (In etey) I 40.3 I PF105, 7101 40.3 WOOD I PF105, T101, 0003, (2)6002,11002 909 W 10th St (In day) I 40.3 I PF105, 7101, CR501 40.3 WOOD I PF105, 7101, H003, N002, CR501, H002 2901 S Cherry St (In field east of house) I 40.3 I PF107, 7101, 6401, A001 403 I I WOOD I PF107, 7101, 9003. 0402 w/ 54" IInnk, N002, 6002, A001 40-3 PF105. 7707, CR501 40.3 WOOD PF105, T101, 11003. (2)0002, CR501, 11002 433 Lopez Ave (In alley) 113 E Park Ave (In aley) 3rd St 6 Tumwater Truck Route (east side Irk Rte) 3rd St Tumwater Truck Route (east side Trk RI.) 16th St d I SI (southwest corner) 916 B SI 908 W 10th St (southwest corner of 15th B) 40-3 I PF105, T101 40-3 WOOD PF105, 7101, 6003, (2)6002,11002 40-3 PF301, PF305A1, 6403, A001 65-2 FG TM401, PF301F, PF305FA, 3102, H003, 5004A, N002, 11001, (2)0404 w/ 144" links. (2)8001 602 I TM403, PF301, T101, SOO4A N/A N/A I WA (2)PF40313, PF107, 0M002, (3)0505, G501, 6403, A001, 0004A 45-3 TM402, PF301, PF113 TM402, PF301, S004A 65-2 FG 65-2 FG SHEET 6 OF 25 WOOD (2)PF403F, PF107, 08002, (3)0505 w/ 54" links, 0501, G403, N002, SOO4A, H002, A001 18401, PF301F. PF113, 8002, 6001 7M401, PF301F, 5004A, 8002, H001 DEPT. I.D. PROJECT LT 10830 CL0510 COMMENTS 1 1- b eW NO021 8 feet below crosserm on north and south sides of pole rLal a9armOn west 080of pole to 9 yb do ^o b a w neutral on north and South sides of pale 11 tan 1 Inc68e below neutal on south side of pole to 2 R c Isar as WOO I rte a p [p 1- .n /0(/1 fra/(6if1 1 3.37 from exls..ng pole and put Into stock 2- Install 50 kVA transformer from stock onto new pole 3- Install 6002's 6 Inches below neutral on north end south sides of pole to el 2- Install 25 kVA transformer from stock onto new pole 3- Install 6002's 6 inches below neutral on north and south sides of pole for service drops SEE DETAIL C-19 1- Install transformer 0620-15, and etroot light on this pole after they are ((e� �fJa�g e69 2- Instep anchors w��RI�h, guy 10000 0115 and 20 feel REM01� 1- Rel ocate 6ti -15 end sheet light to V ,1,1 6 e3 t0019Dd 61AU 11g 4 a 3 2-IIIC,CLvt B91 side 01 pole 6 inches below neutral for secondary conductor 3- Reinstall bridle e�� UL�! guyinng to east as Y( was 4- Utilize thim oft d the back of IAILb22 1 -U a rG i. end epedn ehwm ondalell excluding guy wire and thimbleyenut, uses and not 2- Reinstall sing)? phase doy le dea m end las I 1- 6.5 feet of spacing belweeniowest trenamissbn Insulator bolt and upper croeeann bolt 2- Install N002 on south side of pole 8 feet below arm 0 as 4 CITY OF PORT ANGELES POLE REPLACEMENT M POLE GRID NUMBER NUMBER 73 11fP47 74 I *AFROS 0 I 184P41 I W-22 I u.FT -20 7@ I 111FT•14 1 25.FT -0, C> I 25F6811 81 I 27-FT-07 $2 I 82480.05 B I 20.E0.08 07+08-04 LOCATION 518 Marine Dr (west entry) 518 Marine Dr 518 Marine Dr (east parking lot) 518 Marine Dr (east parking lot) 430 W 2nd St corner of property) 430 W 2nd St 2214 W 10th St (across street) 2126 W 10th St (across street) 1338 W 0th St (el alley) 106 Apple boo (In backyard) 323 E 2nd St (In alley) 1902 Marine Dr (tat pee east of stoplight) *Archaeologist required HT /CL I 60 -2 60-2 I 45 -3 I 60 -2 50 -3 60 -2 40-3 40.3 40 -3 30-3 40.3 70-2 EXISTING POLE NEW POLE FRAMING TM502, PF300, T101 TM502, PF300 PF301, (2)PF30547, 0501, 6401, 4001 TM502, PF300, PF301, SOO4A PF300, PF301 TM502, PF300, PF301, T101, N002, S004* PF301, T101, U101 PF301, (2)0101, 00044 (2)PF30542, PF103, 0501, 0403, 4001 G401, 4001 PF301, U302 PF303, (2)0501 requital HT /CL TYPE I 65-2 WOOD T14401. PF301, 7102,14003, N002, H001 I 65-2 FG I T1.4401, PF301F I 45-3 FG PF301 F, (2)PF305FA, G502 WI 54" link. 0403, 0401, N002, (2)4001 65-2 FG TM401, (2)PF301F, 6002, S004*, H001 I 45-3 FG I 65-2 FG I 40.3 40-3 40-3 35-3 40-3 70-2 *y SHEET WOOD WOOD WOOD FG WOOD WOOD ,'et required 7 OF 25 FRAMING (2)PF301F, N002 TM401, (2)PF301F, 7102. N002, 8004A, H001 DEPT. I.D. PROJECT LT 10830 CL0510 PF301, U109, H003, (2)4002, 6001 PF301, (2)0101, 14002, 6004A, H001 (2)PF305FA, PF103, 0502 w/ 144" link, 0403, N002, H002,4001 )2)N002, 6401, A001 PF301, U302, H001 PF303, (2)0501. H001 1-8.5 feet of spacing between Wiest COMM if AI fee s between lowest transmission Insuieextrn Q 1 U Ill 5 fool spacing b 2 InstoN N002 on east skle 1- et offepeokg' cbetween Iowes1 emiseion In til ill e and upper croeearm bolt 2- Ut8¢e 5 foot spacing between distribution crosserme 3- Install N002 on north side of pole 8 feet below lower arm 1- Utilize 5 tool spacing between distribution crosserms 2- Install N002 on north sale of P010 g ffet betpw tow Or mltat(n 1 -6 feet of spacing be een lowest l Ion Insulator bolt and upp croseerm bolt 2- Utilize ot Utilize 5 fern spacing between distribution crossarms 3- Install N002 on north side of pole 8 feet below lower arm 1- Install 6002's 8 feel below crosaerm on north and south skies of pole to TT 7(vI drops 2- MaletsM exi'tB M U/0 tap s1a0 r teeb elow :Lints: sou side a P to 1-In n s�rylep� n 2- Malnminexl4uF?/ 7UlGtepe 2 }ea! ow cmeserm on eas(srde (o u od a ete sery iay o 2- Guy lead= 25 feet 1- coos r2 m e 8002's on east west side of pole to accommodate service drops 1- Reinstall northern span guy 1 fool below crossarm and southern span guy 10 feet below crossarm as was *A required MO MO MN POLE GRID NUMBER NUMBER 8$ I 18 -AS -01 I 36-FT-05 i 28437-07 88 37-FOOl 89 38-FG-07 36 FR -01 91 38 -FR418 92 68-EP-01 93 45 -A0411 94 45 -AP-02 95 45-AP-04 O 45 -AP -05 CITY OF PORT ANGELES POLE REPLACEMENT LOCATION HT/CL FRAMING 1902 Markle Dr (tat pole west of stoplight) I 70.2 I PF303, 0501, 5004A 1308 W 16th St 85 -2 TM402, PF404A, U301, 0501, N002 920 W 5th St (In .Iey) I 80-2 I TM702, G404, A001 1511 W 16th St (across street) I 85-2 I 713402, FF401, U101 1032 W 1601 St 85-2 1808 DM 85-2 1138 W 18th St 65.2 2410 S Lined) St 65.2 1914 W 18th St of property) 40-3 1914 W 18th St (north of property) 40.3 1914 W 18th St (northwest of property) 40-3 1936 W 18th St (eaet entrance) 403 EXISTING POLE NEW POLE TM402, PF301 T13402, PF301, SOO4A 701402, PF301, PF305A1, (3)013002, 0401,A001 71402, PF307, (2)G501, 8004A PF401, U302 PF401, U302 PF401, PF112, T101, 6401, A001 PF402, 7101, 0402, A001 SHEET 8 OF 25 HT /CL TYPE 70-2 WOOD 65-2 FG 80-2 FG 65-2 I FO 85-2 FG 65-2 FG 65-2 FG 65.2 FG 403 WOOD 45-3 WOOD 45-3 WOOD 45-3 WOOD DEPT. FRAMING FF303, (2)0501,19002, 50045, TM401, PF404F, 0301, 0505 wl 144' link, 14002, H002 TM701 74501, PF406, 0101, 4002 TM401, PF301F TM401, PF301F, 8004A, 14062, 4001 113401, PF301F, PF305FA, (3)04002, 0402 we 54' Ink, A001 T13401, PF307F, 19002, 6004A, 4002 PF401, U302, H002 PF406, U502, 4002, H002 PF412, 7101, H003, G402 wl 54' ink, 04002, 4002, A001 PF412, 7101, H003, N002, H002 I.D. PROJECT LT 10830 CL05I0 a COMMENTS op etnste/ existing span guys ffrro to new pole 10 feet below I ct 0ortn bolt 2 I0 6e(vroe 2o be et ea rr e en d MM. Inches below neutral 1 -8.5 feet of spacing between eeb ween lowest trenendn Insulator bolt and (upper distribution bracket bolt 2- Reduce clearance from bottom bracket o neutral to 8 feet 1 -6.5 feet of sppeckp between lowest trrm rohston Insulator took and 1.6.5 of ep 61d�1 between lowest transmission Ineulntorr bolt and rfi O i 2 e g �et o US f r 1.8.5 feel of epedng between 6 asnsm n ns 6df end upper croeeann bolt 2- Install 4002 6 Inches below neutral on south etde 1- be% inches below neutral on north skis of pole to 7.'. Ng017 ecT bee bwnnant on east side of pole lo 1116 I I 18• naval on norm ekto to e services Intel new pole In Ins, moving east*** 9 naceseery to avoid 8eph89 yOP VV ,NOF 4 POLE GRID NUMBER NUMBER 3 98 45 -AG -01 45 -A0.02 45 -A0-03 45 -A0-04 45-AR -01 IO 45 -AR-08 I U 58-ER -05 0 1 55 -D0 -18 0 19-FR-05 10 19 -FR-02 IO I 19 -70-06 I 10 I 19 -F0 -03 CITY OF PORT ANGELES POLE REPLACEMENT LOCATION 1936 W 18th St (west entrance) 2019 W 18th St (across street) next pole west of pole 098 next pole west of pole #99 2100 W 18th St (across street) 2117 W 18th St (across street) 317 Whloby Ave (In alley) 4314 Euclid Ave (across alley) 227 W 3rd St (In alley) 211 W 3rd St (In alley) 129 W 3rd St (In alley) 109 W 3rd St (In allay) HT /CL 40-3 40 -3 40-3 40-3 40 -3 40 -3 40 -3 30 -3 60 -2 EXISTING POLE NEW POLE FRAMING PF401, PF103, 0401, 5004A, A001 PF401, 7101 PF401, 0M003 PF401 PF401, PF103, G401, 6004A, A001 PF401, 7101 PF105, 7101 0501, 0401, A001 TM502, PF401, 7303B, 5004A 60 -2 I 7M502, PF401, 7101, 5004A 60 -2 I 60 -2 I TM502, PF401, 7101 TM502, P1401. 5004C SHEET 9 OF 25 LT 10830 CL0510 HT /CL TYPE FRAMING 453 I WOOD I PF4)2, 0401, 6002, 5094A, H002,6001 45 -3 I WOOD I PF406, 7101, H003, N002, H002 45-3 I WOOD I PF406, 0M003 45-3 I WOOD PF406 45-3 WOOD PF412, 0401,1/002, 0004A, H002, A001 40-3 WOOD PF401, 7101, H003, N002, H002 40-3 WOOD PF105, 7101. H003, (2)6002, 1002 WA N/A WA 65-2 FG TM401, PF401F, 730313, H003, N002, S004A, H002 65-2 FG I TM401, PF401F, T101,11003, (2)4002, S004A, 8002 65-2 FG I 7M401, PF401F, T101, 11003, N002, 11002 65-2 FG TM401, PF401F, N002, S004C, H002 DEPT. I.D. PROJECT COMMENTS 1- Instal N002 6lnches below neutral on west side of pole to 1- (nsleh N sB eiow neutral on north elde of pole to ac.. 0 service *OP 1- Install NN002 6 Mehra below neutral on west ewe of pole to I. lnsllallWtL1 ee nro below neutral on north side of pole to 1- InataP N002's brl hee below neutral on north and south sides of pole to acWm so04te oervloe d Q0 PP J� q�y @�1��f �EMOVAL�NONLY li-S�el�le foo/epa6colnccjI eLe dreturngp p su rgd�tperntd yy g I. feet of pacing 2- lowest es Ir m)s on M� cur bolt end upper aa5aarm bolt 2- Install N002's 8lnches below neutral on north and south sides 1- 6.5 feet p of spacing bet ween lo o wes t ttrronsmiseionn insulator bolt end ,17 IeaPolepe ing belvr n lowest tran lnauletar a"e upper crossarm bolt 2- Install N002 6 Inches below neutral on south side BC W MN I M 111111 I MN 'bey s +o POLE GRID NUMBER NUMBER 10. 36 -FS-0l 11 I 43 -AO-02 0 21 -F0-06 I 1 35 -ER-06 0 6&BS-01 11 20 -E0-06 I 1 64 -8P-08 11 32 -CP -01 II 19 -ER-05 11 64 -AR -05 0 19 -DP-06 I j 18 -0P-04 CITY OF PORT ANGELES POLE REPLACEMENT LOCATION 2116 W 16th St (behind address) 2803 W 18th St (across street) 820 E 2nd St 1515 Butler St 907 Willow Ave (across toed) 323 E 2nd St (in alley) 1038 Grant Ave 1206 E 8th St 200 W 1st St (In May) Park Ave approximately 250' east of Porter St 102 E Front St On alley) 118E Front St (In alley) "11 HT /CL I 403 40-3 I 60-2 40-3 40-3 40.3 30-3 40 -3 50 -3 40.2 45-3 45-3 EXISTING POLE NEW POLE FRAMING PF105, T101 PF300, T101 TM403, PF306, T102 PF108, T101, 0401, A001 PF107, 7101, U101,(2)G401, (2)A001 PF301 N002 PF301, PF103 -1, 0004A, G401, A001 PF307, 7101, SOO4A TM702, PF301 PF308, 7101. CR501 PF308, T302B, 0501, SOO4A SHEET 10 OF HT /CL TYPE 40-3 WOOD I 40-3 WOOD 80.2 I FG I 40-3 40-3 403 303 40-3 50.3 40-2 454 45-3 WOOD WOOD WOOD WOOD WOOD FO FG WOOD WOOD 25 LT 10830 CL0510 FRAMING PF105, 7101, H003, 9002, H002 PF302, T101, H003,14002,11002 710401. PF306F, 7102, H003. N002, H001 PF108, 7101, H003, N002, G402, H002, A001 PF107, U108, H003, 9002, (2)0402, H002, (2)14101 PF301, NOW N002 PF301, PF103.1, 0002, S004A, 6402, H001, A001 PF307F, 7101, H003,14002, 5004A, H002 TM702F, PF301F PF308F, 7102, H003, N002, CR501, 11001 PF308F, T3028, 0003, 9002, 0502, SOO4A, 11001 DEPT. I.D. PROJECT COMMENTS 111- Install M6600002 8 Ilrv0050es below neutral on west Side of pole to 1 1- Mst3A N0/ 8 innohhee/s below neutral on north side of pole to 81eai pec np 6atween lowest transmission Insulator bolt and upper orossann bolt 2- Instal N002 8 feet below crossarm on south side 3- Set new pole 35 bet to the east along 2nd St 4- Sleeve splices at old location 811- Install 00002 66 Inches below neutral on eas side 0) pole to 7 Install o 6 I k v� ICre�Io�'o0. neubd on north side of pole to t• �neVeN 4 B lest �,M below erosserm on west side of pole to accommodate service drop 1- install N002 8 feet below crossarm on east side of pole 1- Install N002 6 Inches below neutral on west side of pole to Cons r po)a me)nlaining existing clearances utilizing (2) 12 foot fiberglass DE erns for trans(nI) )on and standard F for distdbutIon 1- Construct pole as was using rglase pox and croseann. t ai piling design 2- Rehire vetomer clear to new pole m ns rucf role as was using pole and 9 crossann, alnWMng existing design 4 0f y_ 44'0 4 POLE GRID NUMBER NUMBER 1t I 19 -DO -12 IZ I 29-CP-04 I 28 -0T -05 12 19 -E0.07 0 29 -ER -03 12 29 -ER-04 0 29 -GO -07 12 I 40 -DT-04 0 I 20 -CT -05 13 I 20 -CT-04 30-00 -05 30 -D0 -23 CITY OF PORT ANGELES POLE REPLACEMENT LOCATION 107 N Oak S&(at alley) 622 S Lincoln SI (In alley) 929 W 8th St (In alley) 117 W 2nd St (in alley) 205 W 9th St (In alley) 215 W 9th St (in alley) 135 W 11th St (at alley) 1415 Pine SI 625 E Front St (lo alley) 621 E Front St (In alley) 315 E 8th SI (In alley) 309E 815 St staked in alley) HT /CL 45 -3 40 -3 40-3 403 40 -3 40 -3 40-3 403 40-3 40 -3 EXISTING POLE FRAMING PF303 PF302, 0302A, SOO4C PF301, 0102 PF301, 0102 PF301, T102, (2)6002 PF301, 0102, (2)6002 PF302, 5004A PF107, 0101, 0401, CR501, 5001 PF301, 0102 PF301, 0102 40-3 PF302, 0101, SOO4C N/A SHEET II OF HT /CL TYPE 45-3 FG 403 WOOD 40-3 WOOD 40-3 FG 40-3 WOOD 40-3 WOOD 40-3 WOOD 40-3 WOOD 403 FG 40-3 FO WA N/A NEW POLE DEPT. I.D. PROJECT 25 LT 10830 CL05I0 FRAMING PF301F PF302, 03024, I-1003, 6002, SOO4C, H002 PF301, T102, 0003, (2)6002, 0001 PF301F, 1102. H003, NO02,14001 PF301, T102,14003, (2(N002, H001 PF301, 1102, H003. (2)6002, H001 PF309, N002, S004A, 11002 PF107, T101, H003, (2)N002. 0402 w/ 54' Ink, CR501, 6002, 4001 PF301F, T102, 0003, (2)6002.11001 PF301F, 0102, 0003, )2(N002, H001 (2)0002, 9004C.11002 PF302, 7101.11003. NO02,11002 COMMENTS 1 1001tallll�N000j02�6 inches below neutral on west side 01 pole to r Insia N0i sa x»I below 01000000 on north and south skles of pole to l Install a�2 7t be rosserm oz south side a pole 2- n atalN00 pp 10 I� 9 e0 installed per ))0d co h 01 I 1 nene IO iu f d (�b y n 0�(eelfeb�ro'�o�e, croeearm on no end sou(h a ee of pole to I I'rre�te'm1Rro`Nd'W12 below aoeeerm on north and south sides of pole to 9� f- Ins st ta ll l l p' NN 0 0�0 O ye' 6 In b neutral on west side of pole to '1r( 1- InsfoO )1007 lf F1C hes belay neu on north and south sides of pole to 5 (s loe dpps 2 Return custor flpr nee r e� Jo Popp I oob ))i a d O 9 t 1 D 9 R sp 8 l tt,ee1oo nrosaarm on nor)h and souk sides of pole to l Ileiell NU %0 �19e1 pepW 1000000 on north and south sklas of pole t0 accommOdete service d bb NOT REPLACE 1- Relocate transformer 1480 -50 to pole 0132 2- Remove 5 feel from top of pole 3- Install N002'e 10 Inches horn new top on north and south sides to a secondary (south) and nau66 (00rth) 1- In6108 646 •to this pole after 0 tree been removed from pole #131 2- Add 50 feet o14 /0 triplex east to pole 4131 3- Install N002 6 Inches below neutral on multi side of pole 4- Swine conductor servce. 309 E 6th St from ode 8131 to this note N/A M 11 I 1 1 1 1 1 1 U 1 1 1 M 1 1 1 1 1 1 11 1 POLE GRID NUMBER NUMBER O I 30430.08 I 1 3043407 O I I 30-0P472 0 I 34DP -04 I O I3043P-98 I ICI O II 70.060 I 28411R4M O I?e.4.85 44 I384°41 (139 CITY OF PORT ANGELES POLE REPLACEMENT LOCATION 309 E 8th St On alley) 735 S Chase St On alley) 735 5 Chase St (at alley) 716 S Chase St (M alley) 219E 801 St (In allay) 205 E 8th St (In alley) 205 E 8th St (at alley) 515 E Front St (In *bey) 315 E First St (In alley) 306 S Vine St 215 S Lincoln St (In back) 1218 C St (in alley) I 403 1: HT /CL I 463 I 40-3 I 40-3 I 443 I 40 -3 40.3 40 -3 I 443 FRAMING PF302, T101, G501 PF302 PF307, 0M008 PF302, T301A PF302, T101 PF302, T101 PF302 PF105, T101, S004C PF302, T101, CR501, 8004A PF107, T101, SOO4A, G401, A001 PF103, T101 PF301, T101 SHEET HT /CL TYPE N/A NIA 45-3 WOOD 45-3 WOOD I 45.3 WOOD 45-3 WOOD 45-2 WOOD 45.3 WOOD 40-3 FO I 443 FO I 443 WOOD I 403 FO 1 40-3 WOOD OF EXISTING POLE NEW POLE DEPT. 25 LT 10830 CL0510 FRAMING N/A PF302, T101, 0003,14002, H002 PF307, 0M008,14002, H002 PF302, T301A, 0003, 10002, 14002 PF302, T101, 0003, (2)14002, H002 PF302, 7101,14003, (2)1002,11002 PF302 PF301, 7102,11003, 10002, H002 I.D. PROJECT COMMENTS 1 REMOVAL ONLY 1 Relocate transformer #823.50 taaaoeaa iot75 S Chase St from a 6134 /2p,- Swing conductor serving 1 transformer N./4-SU b� Pa le 81 R is b removed Irom 11- 3 pole #133 2- Install N002 6110 Ir le Myer on neutral on side of pole 1 11-- 105ta�ll Willi i B �i d n rlg M1Btrtra W A 9169 S1 MA 1-iEIM 3 6 Ihches below neutral on north and south aides of pole to a��tff se pp yy����s hes NW2's �Ihb below neutral on north and south sides of pole to accommodate services 2- Install 45 Not class 2 pole PF105, T1Ot, H003, (2)14002, S004C, 14002 11- install N0021 6 Inches below neutral on north and south sloes of pole to PF302F, T101, H003, CR501, (2)14002, SOO4A, H002 NGtpia il ea below neutral on north and south saes of pole to Is a services 2- Reinstall customer ownel riser as was PF107, T101, H003, N002, 50001. G402 w/ 54' ink. H002. A001 I, 1 (9NT1W 2 8 Nches WS' neutral on west side Ll MI to eeervkes PF107, 7101, 14003, (2)14002, 14002 I i- I"irole8 N002's 8 Inches below neutral on east end west Mee of pole to accommodate services I 1- lnstAl2 8 feet ))blow neutral on east side of pole 2- Instep transformer on nest side or pole 3- Set new pole 10 -1100 45 feet to west 0 oc Q CITY OF PORT ANGELES POLE REPLACEMENT POLE GRID EXISTING POLE NUMBER NUMBER LOCATION HT /CL FRAMING I4 I 27 -BS-09 64 -AP -07 14 64 -A0-05 30 -ER -02 3 31400 -02 I$ 23 -E0 -03 O 38 -AO-05 0 ,3 36-ER-05 1$ 27 -ER-05 I$ 65 -9R -02 I$ 62 -BP-03 1$ 40-AR-05 503 FSI(Inalley) I 60 -2 1044 E Perk Ave I 65 -2 1142 E Park Ave 431 E 9th St (at alley) 80.5E 8th St (at alley) 1804 E 4th St On alley) 1029 W 12111 St On ally) 2036 W 15th St (In alley) 1131 W 911161 (In alley) 1772 Melody l.n (behind address) 2907 S laurel St 229 W 12th St Ira alley) TM403 TM402, PF309, 7102, 5004A 65 -2 I TM402, PF301, U302, 0004A 40 -3 40-3 40 -3 40-3 40 -3 40 -3 40-3 45-3 40-3 PF300, PF307, 0601, A001 PF301, PF305A1, PF107, G501 PF107, U101, 7101, G401, 6001 PF105, 7101, N002 PF102, 1102, 50040 PF105, T101 PF107, 7101, G401, 6001 PF302, PF107, T101, 6601, 5004A, A001 PF105, 7101 SHEET HT /CL TYPE 60-2 FO 65.2 FG 65-2 FO 45-3 WOOD 40-3 WOOD 40-3 WOOD 40-3 WOOD 40-3 WOOD 40-3 WOOD 40-3 WOOD 45-3 WOOD 40-3 WOOD 13 OF NEW POLE FRAMING TM401 DEPT. I.D. 25 LT 10830 TM401, PF301 F, T102, 1003, (2)9002, 6004A, 51001 TM401, PF301F, U302, N002, 5004A. 6001 PF302, PF307, N002, 0802 w/ 54" link, H002, A001 PF301, PF305A1, PF107, G502 W/ 144 Ink, H001, N002 PF107, U109, H003, (219002, 0402 w/ 54' link, 6002,6001 PF105, T101, 51003, (2)6002,14002 PF101, 1102, H003, (2)6002, 6004C,11002 PF105, 7101, H003,(2)6002,11002 PF107, T101,11003, 8002, 0402 wl 54' Ilnk, A001,11002 PF302, PF112, 7101, 11003,6801, 9002, 50046, 6002, 6001 PF105, 7101, 51003, (2)9002, 11002 PROJECT CL05I0 COMMENTS l 1.65 feet of spacing between lowest on Insulator boll and upper crossarm bolt 2- Install 6002's 8 feet below crossarm on north and south sides of po le to services 1- 6.5 feet of d 5cing between lowest benemleslon Insulator bolt and pper crossarm belt 2- Install N002 8 feet below crossarm on west aide of r le to 1 seconds Instep N002 6 Inches below 800051 on west side of pole to a jm te e sc0nd 1- Ihg lee i7tkae ow neutral on east ewe of pole to M se fl-- IfhpoIAll 6011 s ���I)�,1�a1ea below neutral on north and south sides of pole to 7- I I N W2781nt k 8 19 below neutral on north and south aides of pole to 4 -I[[IIL(!1g AMB IV0fi /a 6 RBt below crossarm on norm and south skies of pole to se es 111stall N002'u 6 (IMS below neutral on noon and south sides of pole to I/ Moult I/MMoult Access 2- Install N002 6 Inches bekne neutral on north side of got, 19 e service nelell 9/00 l3A B I2 661Irnches below neutral on east side of pole to 1- I ,Ot011 P lM1Ghes below neutral on north and south sides of pole to accommodate services x `150 EMI NM INO =1 Ell NMI 111•11 MI MI =II MI 11E11 NIS NM 11111 NMI MB MN NM IIMENII= M IM CITY OF PORT ANGELES POLE REPLACEMENT POLE GRID NUMBER NUMBER 15 I 19 -GT -07 15 I 19 -GT -10 IS I 105 -CT -01 105 -03-05 61 105 -GR-04 16 25 -CO-06 16 40 -AP -03 27 {O-05 Ile 29 -AT-09 16 29 -ST-07 28-CT-06 (3. 20 -CR -05 LOCATION 423 W 4th St (In alley) 313 S Pine St (In alley) 101 Fields Or (Eclipse Dr West) 484 Eclipse Industrial Park (southwest comer) 484 Eclipse Industrial Park (south side) 1921 W 7th St (In alley) 117 E 12th St (In alley) 1025 W 9th St (in alley) 433 W 5th St (In alley) 439 W 6th St (In alley) 925 W 7th St On alley) 425 E Front St (In back) HT /CL 40-3 40-3 453 50-3 50-3 40.3 40-3 40.3 40 -3 403 40-3 303 EXISTING POLE NEW POLE FRAMING PF107, T101, G401, A001 PF105, T101 PF301, T101 PF301 PF301, T101, CR501 PF105, T101 PF105, T101 PF105, T101 PF105, T101 PF105, N002 PF105, T101, 6002 5004C HT /CL TYPE 40-3 40-3 45-3 50-3 50-3 40-3 40-3 40-3 40-3 40-3 40-3 30-3 SHEET WOOD WOOD WOOD WOOD WOOD WOOD WOOD WOOD WOOD WOOD WOOD FG 14 OF DEPT. I.D. PROJECT 25 LT 10830 CL05I0 FRAMING PF107, T101, H003, (2)6002, G402 w/ 54" IInk, H002, A001 PF105, T101,11003, (2)8002,11002 PF301, 0102, 8003, 8002, H001 PF301 PF301, T102,1-1003, CR501, H001 PF105, T101, H003, (2)6002, H002 PF105, 0101, H003, (2)6002, H002 PF105, T101, F1003, (2)N002, 11002 PF105, T101, 8003, (2)6002,11002 PF105, 9002 PF105, T101, H003, (2)8002, 8002 N002, 3004C COMMENTS 1- Install N002's 6 Inches belay neutral on north and south skies of pole to pccammodpq a rVIces 1 -Retell 8101.t�t flitms below neutral on north and south aides of pole to services 5- 18stM 1,111112 a feet bblow crosserm on west side of pole to 1- ReFrW customer owned deer as was -1MW 9002'.6 inches below neutral on north and south sides r of pole to par� gg rv� 2 (M Q V loaf m west ebng erey I I haw 1 b(ko below neutral on nor and south des of pole to I 7 -INY NOi1in below neutral on north and south sides of pole to Sot new e feet to weal alon ao tl bel r1l �blltlr�lrbal�4fo h q �v� q 2- s 25tStto680 n I 1-( rac% sb 2 dksMAhahS�b a u d thh I Ai5�A iporeto I 1C 1 rAmesfre�liropAAEstAieib�EwalJal -ate' POLE GRID NUMBER NUMBER 17 17 19 17 30 -FS-06 27-FO-04 28.00-02 304.547 31-E041 41.42-05 30-AR-07 15-00-01 18.0742 50-FS-09 27410 -02 CITY OF PORT ANGELES POLE REPLACEMENT LOCATION 222E Front St On Nay) 525 E 10th St (In alley) 1025 W 10th SI (In day) 1503 W 11th St (at obey) 1315 0 St (b qtly) 1520 Cat 301 E 12th St (at Nay) 401 E 51 St (In Way) 402 M St (woos street) 1505 W 4th St 401 Whitby Ave (Maley) 1018 W 5th St (in alley) HT /CL 1 33 I I 40-3 I H 40-3 40-3 40-3 40-3 404 403 45-3 40-3 80-2 EXISTING POLE NEW POLE FRAMING 5004A, CR501 PF105, T101. (2)N002 PF301. 1151 PF105, 5004C PF105, T101 0401, A001 FF308, PF113 PF305A2, PF107, T3010, (3)CR501 P730541, U302, 5004A, 0401, CR501, 4001 PF105, T101 PF105, CR501 11.4403 SHEET 15 OF 25 HT /CL TYPE 303 40.3 403 40-3 45.1 I 4 I 00.2 FO WOOD WOOD WOOD WOOD FG WOOD WOOD WOOD FG WOOD FG DEPT. I.D. PROJECT LT 10830 CL05I0 FRAMING COMMENTS 5004A, CR501 I1- Rambla customer owned deer es was PF105. 7701, M003, (2)0002, 01002 1- Install N002's 5 souse below neutral on nor01 and souls skies of pole to slay -I�s 2- beba hnulnid on nods ant south slake atpds PF301, T101, H003, (2)0002, H002 accommodate services 2- Remove tra(n�sformer S119.=Moo i0 from welting 6�Chee� rM nbw i 65 PF105, (2)0002, 50D4C, HOD2 PF105, 1101, H003, (2)N002.11092 7 0 7e��s neutral 1�5/Z�pb�- n and or b (2)0401, 8002, (2)8001 I s wan Guy leads of 2200 Li 25 Net 2- wKe PF306, PF113, 0002 a ir PF105, N002, CR501 714401 I. neutral n m o b 1.0480 4188718 kidils below neal et side pole acconenodo l escorelsy 2- RMruW customer armed Aser was PF306FA, PEW?, 12010.8023, N002, (3)CR501, H002 B ,,,,,1,. 87 2 m was PF30541, U302. N002,50044.0402w/ 544' link, CR501, 8002, A001 I U`Y I M 2 RaYWd Geer as wee PF105, 7101, 0003.0002, f1802 MBY29 1(5tes b elow mw. it 0paleb larxam nodsle 951054 lit below 05Wal on wont Mds of pale to 00 MMININ I ME MI I= I= NM MI I I I MN MN NM I MO I MI I I POLE GRID NUMBER NUMBER IS I 37-0046 I8 I 37 -CS-02 18 2e 403-05 23£0-05 1$ 2087412 21C0 -01 IS 284)P-05 15 30 -AR-04 18 50E0-06 82-CU-04 19 56-0&07 26FT-05 CITY OF PORT ANGELES POLE REPLACEMENT LOCATION 1533 W 14th St (In easy) 1717 W 14111 St On alley) 1517 W 11th St (In sky) 1514 E Ith St On sky) 831 Georgina St (In May) 215 N Fronds St (southeast comer of Gealgine Fronde) 1432 W 701 5t (across easy from address) 425 E 6th St (ineley) 832 Lopez Ave (In back) 333 VIewaest Ave (al comer) 2309 S Peabody St (et slay) 1825 W 10th St EXISTING POLE HT/CL I 40 40-3 40-3 40-3 453 403 40-3 40-3 40-3 403 404 FRAMING PF101, 7101 PF105, 7101 PF105, T101 PF105, 7101 PF105, 7101, 80046 PF301, 5004A PF301, 7102 PF107, T101, 0401, A001 PF107, T101. 0401, 6001 PF300, PF104 PF305A1, PF103 PF301, 7102 SHEET HT /CL TYPE 40-3 I WOOD I 403 I WOOD I 403 I WOOD I 403 WOOD 40-3 WOOD I 45-3 FG 40-3 WOOD 40.3 wooD I 403 WOOD I 40.3 WOOD I 40-3 WOOD I 404 WOOD I 16 OF NEW POLE 25 DEPT. LT FRAMING PF101, 7102, 11003, (2)0002, H001 PF105, 7101, H003, (2)0002, 9002 PF105, T101,14003.14002, H002 PF105, 7101, 4003, (2)0002, H002 I.D. PF106, T101, H003, (2)0002, 5004A, H002 PF301F, 6002, 5004A, H001 PF301, T102, H003, N002, H002 PF107, 7101, H003, (2)4002, 0402 wf 54" link, 11002, 6001 PF107, T101, H003, (2)0002, G402 64 54" Ink, 1 5)2, A001 PF306, PF104, 081002 PF305A1, PF103, 0002 PF301, T102. I. N602.11002 10830 CL0510 PROJECT COMMENTS II-Install 00021 8 feet below brawn, on floral end south sides of pole 10 I SZI I -IMW �/a hw below neWnl on north end south aides of Pdab I 1- IretMNW2as ee below neutral an west side of fide to eccomnwhb 1 -100.4 00070 halos nsutrd on north and eauth sides alpolob envkxe 2- R emove tran dorm 6431 001molo068 g I 1- In� M6tYe�6 14.3. b4. MllbefA6t�0i, gm 7 Nw 04.008140 On 00411 side 04 pablo 1` o uwsann on nom aide Of Ode lb 1r I I t Aa iW%�hrfL ZSe bolos neutral on 0400 Muth uth Ones 04 pole to 7 18IIII N W below at r swill b neutral o1 nout s sides of pole I 1- IRMO W le ,I DM 9S05O Iff 0 �t 0008e a lo esm Gehl* 2 e bDl below caymans 00 =Orin aide al pale b ro CITY OF PORT ANGELES POLE REPLACEMENT koompri POLE GRID NUMBER NUMBER 19 3741P-08 1® 26-BP-03 19 18-AS-02 1® 51 -HP -01 19 304)P-03 (3 19-EP-05 1&05-09 18FR-04 LOCATION 1215 H St On alley) 1512W 5th St(Ineby) 1902 Marine Dr (2nd pole weal of stoplight) 104 Columbus Ave (behind address) 219 E 7th 8t(In day) 121 W 2nd St (In day) 1915 Marto Dr (southwest comer of property) 704 Marto Dr (behind eddmse) HT /CL 404 1104 55.2 40-3 353 403 404 50-3 SHEET 17 OF EXISTING POLE NEW POLE FRAMING PF107, (2)U101, G401, 0,001 TM403 PF301, G402, G401, A001 PF105 WA PF310, T3018, G401, 5004A, A001 PF303, 0501 PF306, T303A HT /CL TYPE 40-3 WOOD 90.2 FG 55-2 WOOD 403 WOOD 353 WOOD 40-3 WOOD 40-3 FG 50-3 FG DEPT. I.D. PROJECT 25 LT 10830 CL0510 FRAMING PF107, (2)1.1101, 0402 to/ 54' Ink, A001, 11002 718401 PF303, 0401,10002, 0001, A001 P5105, N002 (2)4002 P5310, 7301B, H003, 0401, (2)0002, 5004A, H001, A001 P5303F, G502 wl 54' Ink P5306F, 7303A, 0003. (2)0002, H001 COMMENTS 1 -Attach G4019 kmbes below anuwn 2- Instal 5002 eta minimum of i- )eve wWmai, below top On north and south OM Of pole lo 1 -12&1b n sea and 120/2401 -phew tmnebnner conniptions 2- Install 00021 feet below =sewn on north and south slaw of p01e 1- Attach 0502 9 Inches below aouenn 1- Install 50021111 feel below ueaearrn on nosh and south sides of pole 1—k 00 MI MI I I MI MI M POLE# 13 POLE 18 -FQ-01 (I) DOUBLE ATTACHMENT PLATE WITH OUT LIMO ROLLER RE- ATTACH AND GROUND DOWNGUY CITY OF PORT ANGELES POLE REPLACEMENT GRID# 18 -FQ-01 EXISTING POLE HT /CL FRAMING 40-1 (3)6401 (3) A 0 01 H 0 02 v LOOKING NORTH 1p THIMBLERTENUTS (MALI' x C A GALV. MACHINE BOLTS UTILIZE MBBPDR; POLE MA 1rAT& ADAR ST REMOVE RA C LD DOWN GUY ATTACHMENT (LOWEST GUY INCLUDING HARDWARE) AND INSTALL DOUBLE GUY ATTACHMENT PLATE, LINKS, AND ROLLERS, UTILIZING 3/4" BOLTS AND THIMBLE EYENUTS FOR SPAN GUY ATTACHMENTS POLE 18 -FP -10 (3) STANDARD 0307,, 407 POLE# 12 STANDARD GS OSN IM 1111K STANDARD PF301FA EXISTING POLE HT /CL FRAMING 60 -2 (2) TM 6 03 PF306 PF 3 05A2 (4) G 5 05 STANDARD TM ]03 fr)/B WY B PRET 6 PRET 2) STANDARD NO 02 INSTALLED BACK TO RACE STANDARD PP306F LOOKING NORTH IS- -FP-10 MARK D O CEDAR ST NEW POLE HT /CL TYPE FRAMING 65.2 FG TM 7 03 PF 3 06F PF 3 05FA (6)G507 G505 (2) N 0 02 H 0 01 I) DOUBLE ATTACHMENT PLATE WITH GUY LINK R ROLLER RE- ATTACH AND GROUND SPAN GUY POLE# 14 EXISTING POLE HT /CL FRAMING 40-3 PF305A2 G 5 02 (2) G 5 05 SHEET I S OF POLE 18 -EP -14 GRID# I8-EP- 14 UTILIZE EXISTING POLE 25 LT LOOKING EAST MARIN5i ST DEPT. REMA UPP CAMS HEAD GUY ATTACHMENT AND INSTALL DOUBLE GUY ATTACHMENT PLATE, LINKS, AND ROLLERS, UTILIZING 3/4" BOLTS AND THIMBLE EYENUTS, INSTALL POLE GROUNDING PER H 0 01 I.D. PROJECT 10830 CL0510 POLE DETAILS POLE 18 -FP -10 POLE# 12 (3) STANDARD G 3 0] r/ IM" LINK NEP STANDARD TM 03 LOOKING EAST STANDARD PF 3 06F STANDARD PF3%TA H ray GRIDit 18-FP-10 MARINE DR l CEDAR ST SAME POLE AS B -I8, (SIDE VIEW) POLE 18 -FP -I1 STANDARD 5004A CITY OF PORT ANGELES POLE REPLACEMENT STANDARD PF 3 05FA STANDARD I I 1TA 703F 4-1/E 5 FEET i POLE# GRID# 15 18 -FP -11 EXISTING POLE HT /CL FRAMING 60-2 (2)TM603 PF 3 05A2 PF306 (4)G404 SO04A (4)A001 0 NEW STANDARD PF I OOF STANDARD N 002 LOOKING NORTH (3) STANDARD G 402 of IM' LINKS TOA 002 TYPE NCHOR LOCATION CEDAR ST s/o MARINE DR NEW POLE HT /CL TYPE FRAMING 65-2 FG TM 7 03F PF 3 05FA PF 3 06F (6)G402 (2)G404 S 04 N 0 02 (2)A002 (2) A 001 H 0 01 POLE# 15 POLE 18 -FP -11 STANDARD PF Off STANDARD TM 7 03F 97��/ 0-1 /i FRET WI 1 I 5 FUT FEET GRJD# 18 -FP -11 STANDAR N 0 02 (BACKSIDE) LOOKING EAST SAME POLE AS A -19, (SIDE VIEW) (3) STANDA RD G 402 w/ 144' LINKS TO (2) A 001 TYPE ANCHORS TO A 0 02 TYPE CHOR CEDAR A s/o MARINE DR POLE 18 -GQ -06 STANDAR 5004/ SHEET 19 OF STANDARD PF 3010 STANDARD T 102 &H003 POLE# GRID# 69 I8GQ -06 EXISTING POLE HT /CL FRAMING 40-3 PF 3 01 PF 3 05 .51 G 4 03 A001 H 0 02 STANDARD TM 401 Polvi (21 O 4i (44' LOOKING NORTH 6-Li FEET 5 FEET iFET 25 LT STANDARD PF 3 05FA STANDARD N 002 TO (DA 001 TYPE ANCHORS DEPT. TUMWM TRK RTE 3RD NEW POLE HT /CL TYPE FRAMING 65-2 FG TM 4 Ol PF3OIF PF 3 05FA T 1 01 H 003 S 04 N 0 02 H001 (2)G404 (2)A001 I.D. PROJECT 10830 CL0510 POLE DETAILS POLE 18 -GQ -08 POLE# 26 IF3Off STANDARD S 004.5 EXISTING POLE HT /CL FRAMING 60-2 TM 4 03 PF 3 06 PF 3 05A1 (2)G N 0 02 CR501 S 04 (2) A 0 01 sftk 0 r1111#{ STANDARD TM 5 HI LOOKING NORTH {-1/i FRET STANDARD e r 5� STANDARD PF 305FA I r STANDARD N002 REINSTALL CUSTOMER OWNED RISER AS WAS STANDARD w/ SW LINK UTIILIZE EXISTING ANCHORS ON HILLSIDE STANDARD G404w/ 144' LINK GRIM 18 -GQ -08 TUMIVA(R RTE 4Th NEW POLE HT /CL TYPE ;W 65-2 FG �M�� 1 PF 3 06F PF 3 05FA (2)G404 N 0 02 CR501 S 04 H 0 01 POLE# 17 POLE I8 -FQ-22 STANDARD A 002 NEW POLE HT /CL TYPE 45-3 PG CITY OF PORT ANGELES POLE REPLACEMENT POLE 18 -F 22 ANCHOR DETAIL GRID# 18 -FQ-22 STANDARD A 001 LOOKING NORTH UPON LOWER 0403 FT LEAD TUMWATE TRK RTE 2ND PF 3 OIF INS OP (2) G 404 POLE BAND 9" (2) G 4 03 FROM TOP OF (2) A 0 02 POLE, THEN A 0 01 UTILIZE 9" H 0 01 SEPARATION BETWEEN BAND: NEW POLE TO BE SET APPROXIMATELY 90 FEET WEST OF POLE #16 POLE# 16 POLE 18 -FQ-06 GRID# 18 -FQ-06 EXISTING POLE HT /CL FRAMING 60 -2 (2) TM 6 03 PF 3 06 PF 3 05A2 (3)G505 G404 A001 LOOKING NORTH TUMWA7 TFUC RTE 2ND POLE 18 -F 16 ANCHOR DETAIL STANDARD A 002 POLE# 18 POLE I8 -FQ-16 NEW POLE HT /CL TYPE FRAMING 65-2 FG TM 7 03F PF306F PF 3 05FA (6)G507 (2)G505 NO 02 H O 01 ATTACHMENT STANDARDA EXISTING POLE HT /CL FRAMING 30 -3 G 4 01 A001 SHEET 20 OF 25 LT S FT LEAD Nrr SEE ANCHOR DETAIL BELOW GUY61 GUY #3 LOOKING EAST (4) STANDARD 0403 FT LEAD SFT LEAD STANDARD A 0 01 UTILIZE POLE BANDS (4) GUY DEPT. GRID# LOCATION 18 -FQ-16 TUMWATER TRK RTE 2ND NEW POLE HT /CL TYPE FRAMING 40-3 FG (4) G 4 03 (2)A002 A 0 01 H 0 02 CAR Mien_ INSTALL (4) POLE BANDS AS SHUWIN ABOVE FOR GUY I.D. PROJECT 10830 CL0510 POLE DETAILS POLE 18 -FQ-06 (3) STANDARD 03 07 w MP LINK STANDARD 0503 ES 144' LINK POLE# 16 STANDARD PF 306F STANDARD PF 105FA l a 1 STANDARD M I TM 703F FIR FEET rev r STANDARD NOW SAME POLE AS 0-20, (SIDE VIEW) LOOKING EAST GRID# I8 -FQ-06 TUMWATR TRK RTE 2ND 0 z C H+ 00 W O POLE# 35 POLE 19 -FQ-0l (1) DOUBLE ATTACHMENT PLATES WITH OUT LINKS ROLLERS REATTACH DOWNGUYS EXISTING POLE TIT /CL FRAMING 30-3 (2) 0 404 (2)A001 CITY OF PORT ANGELES POLE REPLACEMENT AIL LOOKING NORTH (4) 3/4^ 1111MBLEZTENUTS 3 /4• A 12" GALVANIZED MACHINE BOLTS FOR GUY PLATE ATTACHMENT UTILIZE EXISTING POLE GRID# LOCATION 19 -FQ-0I 2ND ST LAUREL ST REMOVE RAMS HEAD GUY ATTACHMENTS AND INSTALL (2) DOUBLE GUY ATTACHMENT PLATES, LINKS, AND ROLLERS UTILIZING 3/4" BOLTS AND THIMBLE EYENUTS POLE# 34 POLE 19 -FP -08 13)STANDARD 0507 w/ 144" LINKS GRID# 19 -FP -08 EXISTING POLE HT /CL FRAMING 65 -2 (2) TM 603 PF 3 05A2 PF306 (4)0505 S 04 STANDARD TM 7 03F LOOKING NORTH NR MET FEET STANDARD STANDARD SOMA N002 2ND ST LAUREL ST NEW POLE HT /CL TYPE 65-2 FG RAW PF305FA PF 3 06F (6)G507 (2)0505 S 04 N 0 02 H 001 SHEET POLE 19 -EP -15 UTILIZE EXISTING POLE (2) DOUBLE ATTACHMENT PLATES WITH GUY LINKS ROLLERS REATTACH DOWNGIIYS EXISTING POLE HT /CL FRAMING 30-3 (2) G 404 (2)A001 21 OF DEPT. I.D. PROJECT 25 LT 10830 CL0510 POLE DETAILS LOOKING EAST POLE 19 -FP -08 (3) STANDARD 0507,,! AT LINK STANDARD TM703F 13(4 THIMBLE- EYENUTS A (4) 3/4• x IT GALVANIZED MACHINE BOLTS FOR GUY PLATE ATTACHMENT PO 36 19-EP- 15 2ND g'C 8C LAUREL ST TANDARD 0505 w/ IM" LINK STANDARD PET OOF REMO�'E� GUY ATTACHMENTS AND INSTALL (2) DOUBLE GUY ATTACHMENT PLATES, LINKS, AND ROLLERS UTILIZING 3/4" BOLTS AND THIMBLE EYENUTS POLE# 34 GRID# 19 -FP-08 LOOKING EAST -UR PIET I STANDARD PF 305FA B PERT I {PQT STANDARD N002 2ND ST LAUREL ST SAME POLE AS B-21, (SIDE VIEW) POLE 19 -FP -09 STANDARD PF 404F STANDARD S004A STANDARD TM703F FIZT MET POLE# GRID# 33 19 -FP-09 EXISTING POLE HT /CL FRAMING 65 -2 (2) TM 6 03 (2) PF 3 05A2 PF404B (6)G404 G 5 01 S 04 (3)A001 CITY OF PORT ANGELES POLE REPLACEMENT STANDARD PE 306E (NO PINS) *DO NOT PARALLEL �STANUARD N 0 02 LOOKING NORTH (3) STANDARD G 4 02 TYPE LOCATION 2ND /3RD ST LAUREL ST NEW POLE HT /CL TYPE FRAMING 65-2 FG TM 7 03F PF 4 04F PF 3 06F (6)G402 G404 S 04 NO 02 H001 (2) A 0 02 AO01 POLE# GRID# LOCATION 33 19 -FP-09 2ND /3RD ST LAUREL ST SAME POLE AS A -22, (SIDE VIEW) POLE 19 -FP-09 STANDARD PF 4 04AF STANDARD N002 (BACKSIDE) LOOKING EAST STANDARD TM 703F FVe FUT G404 STANDARD FUT (NO PIF L (NO PINS) L' 'DO NOT PARALLEL' (3) STANDARD 0402 TO A 002 TYPE ANCHOR POLE 19 -FP-09 JUMPER DETAIL POLE# 52 SHEET POLE 19 -FQ-10 FUT T a FUT STANDARD PF3UM i n GRID# 19 -FQ-10 EXISTING POLE HT /CL FRAMING 60-2 TM 5 02 PF 4 01 PF 3 06 G404 S 04 A 0 01 22 OF t111M4r STANDARD TM 401 25 LT LOOKING WEST STANDARD PF401F .r STANDARD/ N 0 02 \STANDARD SO 04A (OUT OF VIEW. BACKSIDE) 2ND /3RD �I O OAK ST DEPT. NEW POLE HT /CL TYPE FRAMING 60-2 FG TM 4 01 PF 4 SIF PF 3 07F N 0 02 S 04 H 0 02 I.D. PROJECT 10830 CL0510 POLE DETAILS POLE# 6 71 POLE 39 -DT-02 28 -FT-02 7 FUT MT PART GRID# 39 -DT-02 28 -FT -02 EXISTING POLE HT /CL FRAMING 65 -2 TM 4 02 PF301 PF 1 01 OM 002 G 5 01(pole #6 only) Q LOOKING WEST STANDARD TM 401 i 3ANDARD PF 3 OlF STANDARD PF 1 13 STANDARD N002(DAM SOLE) WITH THIMBLE EFENGT FORGET ATTACHMENT ON POLE 06 LOCATION 14TH/1 STH ST &BST 9TH/I OTH B ST NEW POLE L3 HT /CL TYPE FRAMING 65-2 FG TM 4 01 PF3 01F PF 1 13 G S 01(pele #6 only). N 0112 H002 W i POLE l9 -FS -11 /ro SUBSTATION (3) STANDARD 0 507 w/ 144" LINKS CITY OF PORT ANGELES POLE REPLACEMENT STANDARD TM601 STANDARD N 002 (BACK SIDE) E) I POLE# GRID# 31 19 -FS -11 EXISTING POLE HT /CL FRAMING 70-2 TM 7 03 TM 601 PF405 (2)G505 TM 001 H 3 01 LOOKING NORTH Arl I S TANDARD TM T 03F W/ I SET OF SWITCHES jIP 1 11 1 M PEET B FEET I FIST 2ND AP &ALLEY ST NEW POLE HT /CL TYPE FRAMING 70-2 FG TM 7 03F TM 601 PF 4 05F (6)G505 (2)N002 TM 001 H301 II 0 02 STANDARD TM T OSF W/I SET OF SWRC (RACK SIDE) FEET u FEET I FEET POLE# 31 POLE 19 -FS -I I U I L STANDARD /N1/111 TO SUBSTATION STANDARD TM b 01 STANDARD PF405F LOOKING EAST I9-FS-11 2ND /3RD ST &ALLEY ST SAME POLE AS A -23, (SIDE VIEW) REPLACE EXISTING 69 kV SWITCH WITH NEW "TURNER" TYPE -AD 69 kV 1200A 1 -WAY SIDE BREAK SWITCH CATALOG NO. 1AD06912/1804 INSTALL LABEL "L-30" PER DETAIL 0M000 OLD SWITCHES ARE TO BE RETURNED TO COPA (3) STANDARD 0 507 w/ IM" LINKS POLE# 32 SHEET 23 OF POLE 19 -FS -14 NEW POLE HT /CL TYPE 30-3 FG OIrv02 LOWER 0 403 20 FT LEAD STANDARD A 001 OUYRI UPPER 0403 DEPT. 1.0. PROJECT 25 LT 10830 CL05I0 POLE DETAILS LOOKING EAST UTILIZE POLE BANDS (3) (2) STANDARD 0403 POLE 19 -FS -14 ANCHOR DETAIL STANDARD A 001 l9 -FS 14 3RD ST FRAMING COMMENTS (2) G 4 03 (2) A 0 01 H 002 POLE 19 -FT -01 B FEET 1 B PEET REINSTALL CUSTOMER 3 OWNED RISER AS WAS POLE# GRID# 20 19 -FT-01 EXISTING POLE HT /CL FRAMING 50 -3 PF 3 05B2 PF300 PF301 G 5 05 CR501 LOOKING EAST STANDARD T 1 02 ((003 STANDARD PR S 05FA STANDARD PF 3 05113 PTA ARD n' F STANDARD 0 4 1.191v/ 1MT LINK STANDARD A 001 GUY LEAD 35 FEET LOCATION 2ND ST VALLEY ST NEW POLE HT /CL TYPE FRAMING 50-3 FG PF 3 05FA PF 3 05FB PF301F G 5 05 G 4 04 T 102 T� H 0 03 GUY LES FEET A 0 01 I H001 i MR I MN N M MO I MI r M• MB MN NM OM MN I MN NM ■N NM POLE 58 -CP -01 CITY OF PORT ANGELES POLE REPLACEMENT STANDARD PF 3 HIE STANDARD PF3OSFA11ASTI STANDARD PF I 03 (WEST) POLE# GRID# 9 58 -CP -01 EXISTING POLE HT /CL FRAMING 65 -2 TM 4 02 PP 301 PF 3 05A1 PF 1 03 H001 OR STANDARD '^�'i TM 401 STANDARD/ N002 S3" LOOKING NORTH POLE 58 -DP -02 FUR FEET 5 i T I FEET LOCATION ORCASBLVD LINCOLN NEW POLE HT/CL TYPE �(A�(j�,. 65-2 FG Ira,. PF3 O1F PF 3 05FA PF 103 N 0 02 H001 POLE# 8 7 FRET i S PEET GRID# 58 -DP -02 EXISTING POLE HT /CL FRAMING 65 -2 TM 4 02 PF 3 00 PF 1 01 G 5 05 9 L LOOKING WEST STANDARD TM 401 FE3 REF PF 300E STANDARD PF 113 YIR FRET 3 AST S j 3R T i STANDARD N 002 SHEET POLE 19 -FT -14 STANDARD �yTM 301 f' 24 OF 0 STANDARD PE 3 SOFA STANDARD PE3DIF STANDARD PE 3 OSFA STANDARD PF 3OOFA LOPE C S LINCOLNS1 P 49 E# 19 -FT-14 NEW POLE EXISTING POLE HT /CL TYPE FR G HT /CL FRAMING 65-2 FG 65 -2 TM 5 02 PF 3 00F PF 3 05A2 PF113 PF301 110 02 (2) PF 3 05A1 (2)G505 G 4 03 A001 25 LT LOOKING WEST N N ATTACH G404 Se LINK NERE AND SECURE TOA 001 ANCHOR TO EAST. GUY LEAD-23' GUYP3 LOWER G 4 03 20 FT LEAD STANDARD A 001 DEPT. GUYP2 MIDDLE G 4 03 2Nb T VALLEY ST NEW POLE H T C L TYPE R A T I N G 60-2 FG T (3) PF 3 05FA PF 3 OIF (2)GS05 G 4 03 N 0 02 11 001 A 0 01 12> STANDARD 0 0 OS N 144' LINKS STANDARD A 001 LD. PROJECT 10830 CL0510 POLE DETAILS POLE# 50 POLE 19 -ET-06 POLE 19 -ET-06 ANCHOR DETAIL 00501 UPPER 0403 EXISTING POLE HT /CL FRAMING 30-3 G401 N 0 02 A001 STANDARD N 002 LOOKING WEST SEE ANCHOR DETAIL BELO GRID# 19-ET-06 2ND S VALLEY ST NEW POLE HT /CL TYPE FRAMING 40-3 FG (3)G403 N002 11 002 (3)A001 REMOVED POLE TO BE RETURNED TO STOCK 25 25 l D4, d3 05, 04, (2)aw2 c3, 42- CITY OF PORT ANGELES POLE REPLACEMENT LOOKING EAST (k2 12 FEET I0-1/2 FEET 65-11S 55 8-1/2 FEET HINDU SETTING DEPTH 35 FEET MINIMUM LOOKING NORTH 8 -1/2 FEET HINDU. GROUNDLINE DEPT. SHEET 25 OF 25 LT POLE DETAILS Il J n2,1. sw2, d31 1 r n2, 882 d3 21, awl n1, eat dl Ark ill vg FQT-- 4 -IFVa Far —I TOP VIEW TRANSMISSION DET fl 1.-7 mei 7 FUT-... —7 FEET I d ,.9 r] awl, d3 003 T m 1 TOP VIEW MAIN FEEDER DETAIL aal,awl- aw(,,d�1 `c1,d1 I c3, di TOP VIEW SECONDARY FEEDER GEN al a2 r al by E1 52 c3 c5 dl d2 as d4 da II 72 9 sat aa2 al a) al 552 av3 av4 m1 W ap 85-H1 I.D. PROJECT 10830 CL0510 MATERIAL Insulator, pin type. phase (12.47/7.2 kV) Ine6Mer, pin sae. *sae ads, saws Amstar, sums, 9EV Cutout. pay, 19kV, 109E Osadsod. wreak., *4110 9a, machine, 5/11 o r B ak, madam, 519' x it B olt, moire, SAT 22' Bolt, melon, 3/4 o r Boll, machine. 3M 0 22' Weller, 2 1/4 x 2 1M', MI Washer, 2 1M' 0 2 1 /4', curved Washer, 3'x 3', Bat West ,J'z E, =sad Conduit standoff bracket, 15 w/ support damp. PM, comm. peek sir 0 P1n, standoff, Mel Cron emr, lEer9as. 5' x 5' x 220 p2 Croce arm, remiss, 5' x 5' x 1811 Som. lag. 3/e 01 Insulator, ewpensbn, poly, 15 kV 12 Insulator, siprnion, poly, 115 kV 11 Clamp. 558.5 deadrd 12 Clamp, dezdend. 1/0338 n1 Bak, doubts mine, 5/8' 028' 02 Bolt, double arose, 3/4" x 28' Con ecta. r mulled Banda. 90erglaa Pohl InooNr, Bbaehlea, abaln with mac, 144' Wks, guy, IBM Alnased. N equbad Anchor, plan 24 Chance X24 Nut, eye, oval. 5/8' 1 314' Rod, 9 0 1 0 4 5 1 8 0 0 5 0.. Clamp. mound rod, 5/8" broom Jumpers, 556 MC, r regol ad Jumpers, 338 MC, as required Jumpers, 4/0 AAC, as required Jumpers, MB CU sold, 50 raqueed 4 Washer, pdng, double col 5th' 17 Wrhr, sere, double col 3M' 15 Wks, pole mound, M8 CU, lealoe pals r requked 1 8race, X, Bberglase )SheMepeae B14X160001245) 1 TenpnMM. 95kV. outdoor 3 Pahl, Shapes (Shakespeare H1B650V5N) 2 OTY 5100X* 7 29507400031 2 28507400032 3 285 003 00001 B 28502800001 4 285 097 00001 4 320 020 00013 1 320 020 00018 7 32002000020 3 320020000.. 4 320020000.. 26 320092 8 320093000.. 18 320092000.. 8 320092000.. 8 28507800005 8 285 074 00046 1 285 074 000.. 4 540091000zz (x.. RHND64N00006) 540 091 00001 (Shakespeare RA414218N00006) 1 320071 0000x 286 074 00010 285 074 00110 (Facto 00.86M) 285 097 000.. 28609700002 32002000037 32002000043 NOTES: 1. ECM INSTALLATION GUIDELINES AND ADDRIONAL MATERIAL NOT LISTED, REFERENCE STANDARDS 161704. PF306. 0302.6404.11001, A001 2. FIELD DRILL ALL HOLES N FIBERGLASS HARDWARE USING CARBIDE OR DIAMOND BITS. 3. SET SOUTH POLE )2(FP -02) APPROXIMATELY 38-INCHES DEEPER THAN NORMAL 4. INSTALL (4) NEW PLATE ANCHORS UTILIZING EXISTING GUY LEADS 5. Neu GROUND WIRE TO BE ROUTED UNDER UPPER DISTRIBUTION ARM TO BOND SURGE ARRESTORS, TERMINATIONS, AND NEUTRAL TO POLE GROUNDS 6. UTILIZE 9 NCH SPACING ON CROSSARM FROM DEAD END INSULATOR TO CUTOUT, AND CUTOUT TO SURGE ARRESTOR 7. INSTALL X -BRACE JUST BELOW THE TWO PIECE POLE OVERLAP AREA 28507400105 28507400037 28004000002 295 07400001 320 043 00001 320 043 00002 285 074 00022 285 007 00011 280 015 00013 280 018 00012 28001600011 28001800006 320 092 00014 320 002 000w 28001600005 140 091 000.. 285 100 00018 28508000000 MI MI OM I MN MB I ME NM NM NM I I r I I I I I I I I I I I I I I I I I I I ADDENDUM NO. 1 TO PROJECT MANUAL FOR POLE REPLACEMENTS PROJECT NO. CL05 -2010 NOTICE TO PROSPECTIVE BIDDERS May 9, 2011 Bid opening remains unchanged for May 27, 2011, 2:00 pm. NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are amended as follows: Drawings: 1. Transmission Guying Modifications: Position 144" guy insulator links in guy wires starting 20 feet from guy attachment point on pole and continuing down before transitioning back to wire for lower portion of guys. Changes are applicable to the following poles: #12, #15, #16, #23, #24, #26, #27, #30, #33, #34, and also to details B -18, D -18, A -19, B -19, D -19, B -20, D -20, B -21, D -21, A -22, B -22, and Sheet 25. This applies only to the transmission guys attached to these structures. 2. General Guying Modifications: Install 144" guy insulators at pole (ex: as shown on G402, G502) in place of guy insulator specified on the following poles: #57, #60, #70, #95, #112, #113, #116, #120, #128, #142, #148, #150, #154, #157, #177, #188, #189, #193. 3. Pole numbers 11, 41, 42, and 82: Provide pole step attachments. Do not include the actual steps. Space as indicated on attached standard detail sheets for MDOF -001. 4. Pole numbers 20, 31, and 49: Ground all guys per H001 H002 standard drawings instead of utilizing specified insulator links on the following poles: (including A -23 B -23), #49 (including C -24). 5. Sheet 5, Pole #60: Existing pole framing PF307 is really PF306, and is to be re- installed as PF306. 6. Sheet 12, Pole #144: Replace pole in existing location. Do not relocate to west. Specifications: 1. Section 16315- 2.2(C): Existing 556.6 Coductor is AAC "Dahlia Existing 336 conductor is AAC "Tulip Addendum No. 1 Page 1 of 4 2. Sections 16315- 3.1(C) (D): Reuse of material shall be as noted in this paragraph, unless noted otherwise on the drawings. 3. Section 16315- 3.1(E): Poles numbers to be located 8 feet above finished grade. Switch and cutout numbers shall be located as shown in PAES Standard 0M002. 4. Section 16315- 3.8(C): Delete "or secondary racks." This addendum must be acknowledged in the space provided on the project Bid Form when it is submitted to the City with your bid. Failure to do so may result in the bid being rejected as being non- responsive. Michae' C. Puntenney, City Engineer END ADDENDUM NO. 1 Addendum No. 1 Page 2 of 4 30 FT. 4' -6" 5' -6" w CC 0 Z CC 0 I Date: 5/07 Appd. Eng: TD Appd. Ops: JK Revised: 1 /10 8 0 7 0 c 0 4_4" 34" 34" c 17" 17" 15" c c STEP TYPICAL OF 12 8' -9" 6-0" 4' -0" Pole 8" 0 o 4" ±10" 32" 32" 32 c 32" Stock No. 30' 285 080 -00010 35' 285 080 -00017 16" 35 FT. c 16" Z 16" D c �0 �STEP- TYPICAL OF 17 ;GRADE LINE -GRADE LINE 3 5' -6" FIBERGLASS SERVICE POLE STEP HOLE LOCATIONS CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION 8' -6" 6-0" MDOF -001 Pole g y Stock No. 40' 285 080 -00010 5' 0" 45' 285 080 -00017 n 4 8" o I 5' -0" 30.. 36" n 4 CT 12" 336" c 36" I 36" 36" I a 36" 36" I 36" 36"" I 36" 36" I f- 18" 18" 18" c 18" I 18" 18 40 FT. c 45 FT. c c I STEP STEP O TYPICAL OF 19 0 TYPICAL OF 21 0 D I C O 8' 6" CC 0 8' -6" 0 r r 1 '-GRADE LINE N '-GRADE LINE 3 3 5' -6" 61-0" 6' -0" 61-6" FIBERGLASS SERVICE POLE Date: 9/08 Appd. Egg: TD STEP HOLE LOCATIONS MDOF -001 Appd. Ops: JK CITY OF PORT ANGELES Revised: 11/09 ELECTRICAL ENGINEERING SPECIFICATION NOTICE TO PROSPECTIVE BIDDERS May 20, 2011 Bid opening remains unchanged for May 27, 2011, 2:00 pm. NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are amended as follows: Specifications: 1. Add the five enclosed City construction standards to Attachment C. These are referenced in the drawings as follows: a. Pole 119: PF308F b. Poles 149,177,& 191: PF305A1 c. Poles 152 181: PF101 d. Pole 190: PF104 e. Standard T101: T003 2. Drawing Sheet 5, Pole 49: Change new pole from 60 foot as indicated to 70 ft, Class 2, fiberglass. Dimension between transmission and distribution in Detail C/24 increases to 10 feet. 3. Bid Form: Bidders are not required to provide prices for alternates that exceed $900,000 for the total project. Alternates will only be accepted up to that point. This addendum must be acknowledged in the space provided on the project Bid Form when it is submitted to the City with your bid. Failure to do so may result in the bid being rejected as being non responsive. Michael C. Punt iney, City Engineer ADDENDUM NO. 2 TO PROJECT MANUAL FOR POLE REPLACEMENTS PROJECT NO. CL05 -2010 E OF ADDENDUM NO. 2 Addendum No. 2 Page 1 of 6 a LED Date: 12/07 Appd. Eng: TD Appd.Ops: JK Revised: 12/08 r d,f aw2 1.4" 20-1/4" c,aw2 bi I 1 d NOTE: 1. See ES 0 04 for maximum angle loading. ITEM MATERIAL a Insulator, pin type, double skirt phase, 12kV a Insulator, pin type, single skirt neutral c Bolt, machine, 5/8" x 10" c Bolt, machine, 5/8" x 14" d Washer, 2 1/4" x 2 1/4% flat f Pin, crossarm, steel, 5/8" x 5 3/4" g Cross arm, wood, 3 1/2" x 4 1/2" x 8ft, 4 pin i Bolt, carriage, 1/2" x 7" awl Washer, spring, 1/2" aw2 Washer, spring, 5/8" bi Gain, pole, 4" x 4" cu Brace, wood 36" 9 cu C,aw2 TANGENT CROSSARM 1- PHASE 12.47/7.2 kV CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION 30" a i,aw1f d,f I1- aw ((i=51 Position of guy when required QTY STOCK 1 285 074 00031 1 285 074 00032 1 320 020 00014 1 320 020 00016 3 320 092 00001 2 285 074 00039 1 540 091 00007 2 320 020 00045 2 320 092 00011 4 320 092 00010 1 285 074 00013 2 540 091 00005 Sheet 1 of 1 PF 1 01 1 a k ITEM a a2 c d g k n aa awl aw2 bi Cu Date; 12/07 Appd. Eng: TD Appd. Ops: JK Revised- 2/09 0 30" 20-1/4" V n,aw� MATERIAL Insulator, pin type, double skirt phase, 12kV Insulator, pin type, single skirt neutral Bolt, machine, 5/8" x 12" Washer, 2 1/4" x 2 1/4", flat Pin, crossarm, steel, 5/8" x 5 3/4" Cross arm, wood, 3 1/2" x 4 1/2" x 8ft Bolt, carriage, 1/2" x 7" Insulator, suspension, 15kV Clamp, Deadend Bolt, double arming, 5/8" x 18" Nut, eye, 5/8" Washer, spring, 1/2" Washer, spring, 5/8" Gain, pole, 4" x 4" Brace, wood 36" DOUBLE DEADEND, CROSSARM 1- PHASE 12.47/7.2 kV CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION NOTES: 1. Orient eye nuts vertically. 2. Orient spring washers to cross grain. 42" Cu N c,aw2 g aw QTY 2 2 1 9 4 2 4 2 2 3 4 2 8 1 2 i,awl Position of guy when required STOCK 285 074 00031 285 074 00032 320 020 00015 320 092 00001 285 074 00039 540 091 00007 320 020 00045 285 074 00010 285 097 00002 320 020 00032 320 043 00001 320 092 00011 320 092 00010 285 074 00013 540 091 00005 n aa Sheet 1 of PF 1 04 1 d aw2 \IL _a_ g d n/ bl n w2 aw2 n d za awl za d c1 k L 37" —17"— 30" 24" f 10" CU i,awl 20-1/4" Position of guy I when required NOTE: PF 3 05 Al 2 cross arm assembly limited to 750 lbs per conductor ITEM MATERIAL QTY STOCK k Insulator, Suspension, 15kV 3 285 074 00010 I za Eye Nut, 5/8", Oval 4 320 043 00001 awl Washer, spring, 1/2" 2 320 092 00011 aw2 Washer, spring, 5/8" 10 320 092 00010 I bi Gain, pole, 4" x 4" 1 285 074 00013 c Bolt, machine, 5/8" x 10" 1 320 020 00014 c1 Bolt, machine, 5/8" x 18" 1 320 020 00018 I cu Brace, wood 36" 2 540 091 00005 d Washer, 2 1/4" x 2 1/4", flat 9 320 092 00001 I Clamp, Deadend Conductor 4 285 097 00002 I g Cross arm, wood, 3 1/2" x 4 1/2" x 10ft 2 540 091 00008 i Bolt, carriage, 1/2" x 7" 2 320 020 00045 n Double arming bolt, 5/8" x 18" 4 320 020 00032 I I DEAD END, CROSS ARM Sheet 1 of 1 Date: 6/07 THREE PHASE Appd. Eng: TD I Appd. Ops: JK CITY OF PORT ANGELES PF 3 05 Al Revised 1 0/1 0 ELECTRICAL ENGINEERING SPECIFICATION 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Date: 5/07 Appd. Eng: TD Reviewed: Revised: 6" 35" SINGLE FIBERGLASS ALLEY ARM THREE PHASE -High Neutral CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION 43" ITEM QUANTITY STOCK No. 1. Insulator, pin type, single skirt, neutral, white 1 285 074 00032 2. Insulator, pin type, double skirt, phase, 12 KV 3 285 074 00031 3. Bolt, machine, x 12" 1 320 020 00015 4. Washer, 2)4" x 2)a flat 6 320 092 00001 5. Cross Arm, Fiberglass, 3" x 4A x 10 ft, 1 540 091 00010 6. Brace, steel, 7 ft, alley arm 1 285 074 00007 7. Gain, pole, 4" x 4" 1 285 074 00013 8. Screw, lag, i x 4" 2 320 071 00001 9. Pin, cross arm, steel,h" x 5 4 285 074 00039 10. Bolt, machine, N" x 6" 1 320 020 00012 11. Springwasher Nut, 5/8" 6 320 092 00010 Sheet 1 of 1 PF308F TRANFORMER SIZE (kVA) 15 25 37.5 50 75 100 167 Date: 7/31/07 Appd. Eng: TD Appd. Ops: JK Revised: 10/10 SINGLE -PHASE OVERHEAD TRANSFORMERS TRANFORMER SIZE (kVA) 10 15 25 37.5 50 75 100 167 TOTAL BANK kVA 45 75 112.5 150 225 300 500 208Y/120V CU AL 2/0 2/0 2/0 4/0 350 kCM 500 kCM (2)350 kCM 120/240V CU AL 2/0 2/0 2/0 2/0 2/0 2/0 4/0 350 kCM THREE -PHASE OVERHEAD TRANSFORMER BANKS 4/0 4/0 4/0 350 kCM 500 kCM (2)350 kCM (2)500 kCM CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION 4/0 4/0 4/0 4/0 4/0 4/0 350 kCM 500 kCM OVERHEAD TRANSFORMER LEAD SIZES 480Y/277V CU AL 2/0 2/0 2/0 2/0 2/0 2/0 350 kCM 4/0 4/0 4/0 4/0 4/0 4/0 500 kCM MINIMUM SIZE TRANSFORMER LEAD FOR NEW CONSTRUCTION TO BE 2/0 COPPER OR 4/0 ALUMINUM. USE COPPER WIRE WITHIN 300 FEET OF THE WATERFRONT, DOWNTOWN BELOW THE BLUFFS, OR WHERE NOTED. USE ALUMINUM WIRE AT ALL OTHER LOCATIONS. Sheet 1 of 1 T003