Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
_ 9.5(c)--Consider Construction Services Contract (Agreement) with Basin Enterprises for Electric
T Y OF REDDIN CALIFORNIVCITY OF REDDING REPORT TO THE CITY COUNCIL MEETING DATE: July 18, 2023 FROM: Nick Zettel, Director of ITEM NO. 9.5(c) Redding Electric Utility ***APPROVED BY*** ck et e o ircctor t i' e in.r trio[ trt�ty 7/5/2023 ry ippin, Ci ata e : 7/1.0/2423 nzettelgcityofredding.org L btippin@cityofredding.org SUBJECT: 9.5(c) --Consider the Construction Services Contract (Agreement) with Basin Enterprises for electric utility construction services. Recommendation Authorize the following actions regarding the Redding Electric Utility: (1) Approve Construction Services Contract with Basin Enterprises for a two-year term in the amount of $11,000,000 for Electric Utility Line Construction Services; and (2) Authorize the City Manager, or designee, to approve project construction change orders up to, and not to exceed, $2,200,000 (20 percent of the contract amount). Fiscal Impact This Aging Infrastructure Replacement Project was included in Redding Electric Utility's (REU) Fiscal Year 2023-25 Biennial Budget in the amount of $15,300,000. The approved capital outlay for using contract line crews in the fiscal year 2023-24 was $5,100,000, and $10,200,000 in the fiscal year 2024-25. In the five-year plan presented to Council, REU anticipated that this project, including General System Improvements, would be bond -funded. If capital expenses related to this effort are projected to exceed the approved budget, staff will return with additional recommendations related to budgetary adjustments and financing options. Alternative Action The Council could reject the request to award the Request for Proposal (RFP) to Basin Enterprises and provide staff with an alternative direction. Background/Analysis On August 1.7, 2021, the Council approved REU's 2026 Strategic Plan. Goal Two of the Strategic Plan, Replace Aging Distribution System Infrastructure, states: Report to Redding City Council July 12, 2023 Re: 9.5(c) --Consider Construction Services Contract (Agreement) with Basin Enterprises for Electric Page 2 With a focus on reliability and completion of an internal aging infrastructure assessment, we identified several distribution system elements that require replacement as part of ongoing routine operations. The projects will center on underground, overhead, and meter system replacement to ensure a solid platform is established for future modernization efforts. Key performance indicators such as total customers and outage minutes are used to gauge the effectiveness of aging asset replacement. Replacement of at -risk elements will reduce outage events while providing customers with a higher degree of reliable service. REU typically performs all distribution system maintenance with in-house staff. However, REU is facing a large volume of work identified in the Five -Year Capital Improvement Plan. To address this peak work, REU will utilize contract resources to augment the capacity of in-house line crews. REU estimates that to complete the identified work; it will need two contract line crews for the next five years. Due to uncertainty regarding material availability and labor prices in future years, this initial contract and budget are for one crew through June 1, 2025. If staff desires to increase from one to two crews, or extend the contract for the full five-year term, REU will return to the Council with an amended contract and budget resolutions. On January 17, 2023, the Council approved issuing an RFP for line construction services to perform distribution system maintenance on REU's infrastructure. On March 3, 2023, an RFP was posted through the City of Redding's (City) Purchasing Department (Schedule 5361). Nine contractors responded to the RFP by the closing date of April 10, 2023. Upon receiving the submittals, three subject matter experts conducted independent evaluations of the proposals following the required City Purchasing Policy. Four of the highest-rated respondents were invited to in-person selection interviews on May 10-11, 2023. Upon completion of the interview process, staff determined an independent final ranking of the candidates based on overall value, including but not limited to safety, pricing, and experience. The final ranking identified Basin Enterprises as the best -qualified respondent to the RFP. Environmental Review This activity is not a project as defined under the California Environmental Quality Act, and no further action is required. Approval of the contract will allow each project to proceed through the environmental review phase. Council Priority/City Manager Goals Government of the 21st Century – `Be relevant and proactive to the opportunities and challenges of today's residents and workforce. Anticipate the future to make better decisions today." Attachments Construction Service Agreement with Basin Enterprises RFP 5361 -Request for Proposals to Provide Utility Line Construction Services Previous Staff Report – January 17, 2023, item no 4.5(a)—Approve Issuance of Request for Previous Staff Report - August 17, 2021, item no. 9.5(c) --Redding Electric Utility's Strategic Previous Staff Report - August 17, 2021, item no. 9.5(d) --Redding Electric Utility's Five -Year CITY OF 1 1 ' , THIS CONTRACT is made at Redding, California, by and between the City of Redding ("City"), a municipal corporation, and Basin Enterprises Inc. ("Contractor") for the purpose of providing Electric Utility Line Construction services. WHEREAS, City does not have sufficient personnel to perform the services required herein thereby necessitating this Contract for personal services. NOW, THEREFORE, the Parties covenant and agree, for good consideration hereby acknowledged, as follows: Subject to the terms and conditions set forth in this Contract, Contractor shall provide to City the services described in Exhibit A attached and incorporated herein. Contractor shall provide the services at the time, place, and in the manner specified in Exhibit A. A. City shall pay Contractor for services rendered pursuant to this Contract, at the tinges and in the manner set forth in Exhibits B, attached and incorporated herein, in a total amount not to exceed Eleven Million dollars ($11,000,000). This suns includes all out-of-pocket travel, lodging and incidental expenses incurred by Contractor that are reasonably associated with the provision of services under this Contract. The payments specified herein shall be the only payments to be made to Contractor for services rendered pursuant to this Contract. B. Contractor shall submit monthly invoices to City for work completed to the date of the invoice. All invoices shall be itemized to reflect the corresponding Work Order and pay line items from the applicable year on the Exhibit B - Fee Schedule. Year one on the Exhibit B — Fee Schedule covers the time period from contract start date to May 31st, 2024 and year two will cover the time period from June I ", 2024 to May 31", 2025. Invoices falling outside of the Exhibit B - Fee Schedule shall be itemized to reflect the employees performing the requested tasks, the equipment used, the billing rate for each employee and equipment, and the hours worked. C. All correct, complete, and undisputed invoices sent by Contractor to City shall be paid within thirty (30) calendar days of receipt. D. Pursuant to Section 1781 of the Labor Code, Contractor is advised that the work contemplated in this contract is subject to the payment of prevailing wages. The Consulting and Constriction Services Agreement Page 1 prevailing wage of each job classification may be found by inquiry with the California Department of Industrial Relations. Contractor shall comply with all laws related to the performance of public work including, but not limited to, the employment of apprentices pursuant to Section 1777.5 of the Labor Code. work day/week hours and overtime rates pursuant to Sections 1813 and 1815 of the Labor Code and the obligation set forth in Sections 1774-1776 of the Labor Code in regards to payment of prevailing wages and to provide the City of Redding and Department of Industrial Relations certified payrolls when required. A certified copy of all payroll records relative to this project shall be submitted to the City of Redding along with the related invoice. Receipt of certified payroll records is a prerequisite to receiving payment. E. No contractor or subcontractor may be listed on a bid proposal for a City project unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. No contractor or subcontractor may be awarded a contract for personal services on a City project unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. All contractors and subcontractors must furnish electronic certified payroll records to the Labor Commissioner. This requirement applies to all City projects, whether new or ongoing. Contractor is further advised that the work contemplated herein is subject to compliance monitoring and enforcement by the Department of Industrial Relations. A. Contractor shall commence work on or about August 1st, 2023 and complete said work no later than May 31 ", 2025. This agreement may be renewed for up to three (3) successive one (1) year renewal terms (each, a "Renewal Term") by mutual agreement of the Parties in writing at least one hundred and twenty (120) days prior to the expiration of the Initial Term or any Renewal Term as applicable. Vendor and Client shall mutually agree to any additional terms and conditions or fee changes applicable to each such renewal term. B. If Contractor fails to perform its duties to the satisfaction of City, or if Contractor fails to fulfill in a timely and professional manner its obligations raider this Contract, then City shall have the right to terminate this Contract effective immediately upon City giving written notice thereof to Contractor. C. Either Party may terminate this Contract without cause on thirty (30) calendar days' written notice. Notwithstanding the preceding, if the term set forth in Section 3.A. of this Contract exceeds ninety (90) calendar days in duration, Contractor's sole right to terminate shall be limited to termination for cause. D. Contractor hereby acknowledges and agrees that the obligation of City to pay under this Contract is contingent upon the availability of City's funds which are appropriated or allocated by the City Council. Should the funding for the project and/or work set forth herein not be appropriated or allocated by the City Council, Consulting and Construction Services Agreement Page 2 City may terminate this Agreement by furnishing at least thirty (30) calendar days' written notice of its intention to terminate. In the event of a termination pursuant to this subdivision, Contractor shall not be entitled to a remedy of acceleration of payments due over the term of this Agreement. The Parties acknowledge and agree that the power to terminate described herein is required by Article 16, Section 18, of the California Constitution, and that constitutional provision supersedes any law, rule, regulation or statute which conflicts with the provisions of this Section. E. In the event that City gives notice of termination, Contractor shall promptly provide to City any and all finished and unfinished reports, data, studies, photographs, charts or other work product prepared by Contractor pursuant to this Contract. City shall have fill ownership, including, but not limited to, intellectual property rights, and control of all such finished and unfinished reports, data, studies, photographs, charts or other work product. F. In the event that City terminates the Contract, City shall pay Contractor the reasonable value of services rendered by Contractor pursuant to this Contract; provided, however, that City shall not in any manner be liable for lost profits which might have been made by Contractor had Contractor completed the services required by this Contract. Contractor shall, not later than ten (10) calendar days after termination of this Contract by City, furnish to City such financial information as in the judgment of the City's representative is necessary to determine the reasonable value of the services rendered by Contractor. G. In no event shall the termination or expiration of this Contract be construed as a waiver of any right to seek remedies in law, equity or otherwise for a Party's failure to perform each obligation required by this Contract. A. City shall make its facilities accessible to Contractor as required for Contractor's performance of its services under this Contract. B. Contractor represents and warrants to City that it has all licenses, permits, qualifications and approvals of any nature whatsoever that are legally required for Contractor to practice its profession. Contractor represents and warrants to City that Contractor shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Contract any licenses, permits and approvals that are legally required for Contractor to practice its profession. C. Contractor shall, during the entire term of this Contract, be construed to be an independent contractor and nothing in this Contract is intended, nor shall it be construed, to create an employer/employee relationship, association, joint venture relationship, trust or partnership or to allow City to exercise discretion or control over the professional manner in which Contractor performs under this Contract. Any and all taxes imposed on Contractor's income, imposed or assessed by reason of this Consulting and Construction Services Agreement Page 3 Contract or its performance, including but not limited to sales or use taxes, shall be paid by Contractor. Contractor shall be responsible for any taxes or penalties assessed by reason of any claims that Contractor is an employee of City. Contractor shall not be eligible for coverage under City's workers' compensation insurance plan, benefits under the Public Employee Retirement System or be eligible for any other City benefit. D. No provision of this Contract is intended to, or shall be for the benefit of, or construed to create rights in, or grant remedies to, any person or entity not a party hereto. E. No portion of the work or services to be performed under this Contract shall be assigned, transferred, conveyed or subcontracted without the prior written approval of City. Contractor may use the services of independent contractors and subcontractors to perform a portion of its obligations under this Contract with the prior written approval of City. Independent contractors and subcontractors shall be provided with a copy of this Contract and Contractor shall have an affirmative duty to assure that said independent contractors and subcontractors comply with the same and agree to be bound by its terms. Contractor shall be the responsible party with respect to all actions of its independent contractors and subcontractors, and shall obtain such insurance and indemnity provisions from its contractors and subcontractors as City's Risk Manager shall determine to be necessary. F. Contractor, at such times and in such form as City may require, shall furnish City with such periodic reports as it may request pertaining to the work or services undertaken pursuant to this Contract, the costs or obligations incurred or to be incurred in connection therewith, and any other matters covered by this Contract. G. Contractor shall maintain accounts and records, including personnel, property and financial records, adequate to identify and account for all costs pertaining to this Contract and such other records as may be deemed necessary by City to assure proper accounting for all project funds. These records shall be made available for audit purposes to state and federal authorities, or any authorized representative of City. Conti -actor shall retain such records for three (3) years after the expiration of this Contract, unless prior permission to destroy them is granted by City. H. Contractor shall perform all services required pursuant to this Contract in the manner and according to the standards observed by a competent practitioner of Contractor's profession. All products of whatsoever nature which Contractor delivers to City pursuant to this Contract shall be prepared in a professional manner and conform to the standards of quality normally observed by a person practicing the profession of Contractor and its agents, employees and subcontractors assigned to perform the services contemplated by this Contract. All completed reports and other data or documents, or computer media including diskettes, and other materials provided or prepared by Contractor in accordance with this Contract are the property of City, and may be used by City. City shall have all Consulting and Construction Services Agreement Page 4 intellectual property rights including, but not limited to, copyright and patent rights, in said documents, computer media, and other materials provided by Contractor. City shall release, defend, indemnify and hold harmless Contractor from all claims, costs, expenses, damage or liability arising out of or resulting from City's use or modification of any reports, data, documents, drawings, specifications or other wort: product prepared by Contractor, except for use by City on those portions of the City's project for which such items were prepared. J. Contractor, including its employees, agents, and subcontractors, shall not maintain or acquire any direct or indirect interest that conflicts with the performance of this Contract. Contractor shall comply with all requirements of the Political Reform Act (Government Code § 8100 et seq.) and other laws relating to conflicts of interest, including the followin(y: 1) Contractor shall not make or participate in a decision made by City if it is reasonably foreseeable that the decision may have a material effect on Contractor's economic interest, and 2) if required by the City Attorney, Contractor shall dile financial disclosure forms with the City Clerk. K. Contractor shall comply with all Federal and State regulations regarding hazardous wastes, including universal waste. Contractor shall be responsible for collection, control, storage, labeling, transport, and disposal of all hazardous wastes, including universal waste, generated during completion of this Contract. i, ... e I ., I I i A. Unless modified in writing by City's Risk Manager, Contractor shall maintain the following noted insurance during the duration of the Contract: Coverage Required Not Required Commercial General Liability X Comprehensive Vehicle Liability X Workers' Compensation and Employers' Liability X Excess Liability X (Place an "x" in the appropriate box) B. Coverage shall be at least as broad as: Insurance Services Office form number CG -0001, Commercial General Liability Insurance, in an amount not less than $1,000,000 per occurrence and $2,000,000 general aggregate for bodily injury, personal injury and property damage; 2. Insurance Services Office form number CA -0001 (Ed. 1/87), Comprehensive Automobile Liability Insurance, which provides for total limits of not less Consulting and Construction Services Agreement Page than $1,000,000 combined single limits per accident applicable to all owned, non -owned and hired vehicles; 3. Statutory Workers' Compensation required by the Labor Code of the State of California and Employers' Liability Insurance in an amount not less than $1,000,000 per occurrence. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents and volunteers; 4. Professional Liability (Errors and Omissions) Insurance, appropriate to Contractor's profession, against loss due to error or omission or malpractice in an amount not less than $1,000,000. The City does not accept insurance certificates or endorsements with the wording "but only in the event of a named insured's sole negligence" or° any other verbiage limiting the insured's insurance responsibility. C. Any deductibles or self-insured retentions must be declared to and approved by City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its elected officials, officers, employees, agents and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claims administration and defense expenses. D. The General Liability shall contain or be endorsed to contain the following provisions: City, its elected officials, officers, employees, and agents are to be covered as additional insured as respects liability arising out of work or operations performed by or on behalf of Contractor; premises owned, leased or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its elected officials, officers, employees, agents and volunteers. 2. The insurance coverage of Contractor shall be primary insurance as respects City, its elected officials, officers, employees, agents and volunteers. Any insurance or self-insurance maintained by City, its elected officials, officers, employees, agents and volunteers, shall be in excess of Contractor's insurance and shall not contribute with it. 3. Coverage shall state that the insurance of Contractor shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. Consulting and Construction Services Agreement Page 6 4. Each insurance policy required by this Contract shall be endorsed to state that coverage shall not be canceled except after thirty (30) calendar days' prior written notice has been given to City. In addition, Contractor agrees that it shall not reduce its coverage or limits on any such policy except after thirty (30) calendar days' prior written notice has been given to City. E. Insurance is to be placed with insurers with a current A.M.Best's rating of no less than A -VII. F. Contractor shall designate the City of Redding as a Certificate Holder of the insurance. Contractor shall furnish City with certificates of insurance and original endorsements effecting the coverages required by this clause. Certificates and endorsements shall be furnished to: Risk Management Department, City of Redding, 777 Cypress Avenue, .Redding, CA 96001. The certificates and endorsements for each insurance policy are to be signed by a person authorized by the insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City's Risk Manager prior to the commencement of contracted services. City may withhold payments to Contractor if adequate certificates of insurance and endorsements required have not been provided, or not been provided in a timely manner. G. The requirements as to the types and limits of insurance coverage to be maintained by Contractor as required by Section 5 of this Contract, and any approval of said insurance by City, are not intended to and will not in any manner limit or qualify the liabilities and obligations otherwise assumed by Contractor pursuant to this Contract, including, without limitation, provisions concerning indemnification. H. If any policy of insurance required by this Section is a "claims made" policy, pursuant to Code of Civil Procedure § 342 and Government Code § 945.6, Contractor shall keep said insurance in effect for a period of eighteen (18) months after the termination of this Contract. If any damage, including death, personal injury or property damage, occurs in connection with the performance of this Contract, Contractor shall immediately notify City's Risk Manager by telephone at (530) 225-4068. No later than three (3) calendar days after the event, Contractor shall submit a written report to City's Risk Manager containing the following information, as applicable: 1) name and address of injured or deceased person(s); 2) name and address of witnesses; 3) name and address of Contractor's insurance company; and 4) a detailed description of the damage and whether any City property was involved. J. Prior to award of the Contract by the City of Redding, the successful Bidder shall provide a Performance Bond and a Payment Bond to the City. The Performance Bond and Payment Bond shall be in effect no later than the first working day of the Contract period, and shall remain in effect until the end of the Contract period. Contractor shall provide one Performance Bond and Payment Bond for the entire contract period, Consulting and Construction Services Agreement Page 7 in the amount of Five Million dollars ($5,000,000) for Year I and Six Million dollars ($6,000,000) for Year 2. For each individual purchase order in an amount exceeding the initial Performance and Payment Bond, the Contractor shall provide an additional Performance Bond and Payment Bond in an amount equal to 100 percent of the price for all individual items of work to be let to the Contractor on the particular purchase order exceeding the initial Performance and Payment Bond. The Performance Bond and Payment Bond shall be submitted within five working days of City's request, and remain in effect until that particular purchase order is completed. Each purchase order shall be executed by the bidder and returned within five business days. A. Consistent with California Civil Code § 2782.8, when the services to be provided under this Contract are design professional services to be performed by a design professional, as that term is defined under Section 2782.8, Contractor shall, to the fullest extent permitted by law, indemnify protect, defend and hold harmless, City, its elected officials, officers, employees, and agents, and each and every one ofthem, from and against all actions, damages, costs. liability, claims, losses, penalties and expenses (including, but not limited to, reasonable attorney's fees of the City Attorney or legal counsel retained by City, expert fees, litigation costs, and investigation costs) of every type and description to which any or all of them may be subjected by reason of, or resulting from, directly or indirectly, the negligence, recklessness, or willful misconduct of Contractor, its officers, employees or agents in the performance of professional services under this Contract, except when liability arises due to the sole negligence, active negligence or misconduct of the City. B. Other than in the performance of professional services by a design professional, which is addressed solely by subdivision (A) of this Section, and to the fullest extent permitted by law, Contractor shall indemnify protect, defend and hold harmless, City, its elected officials, officers, employees, and agents, and each and every one of them, from and against all actions, damages, costs, liability, claims, losses, penalties and expenses (including, but not limited to, reasonable attorney's fees of the City Attorney or legal counsel retained by City, expert fees, litigation costs, and investigation costs) of every type and description to which any or all of them may be subjected by reason of the performance of the services required under this Contract by Contractor its officers, employees or agents in the performance of professional services under this Contract, except when liability arises due to the sole negligence, active negligence or misconduct of the City. C. The Contractor's obligation to defend, indemnify and hold harmless shall not be excused because of the Contractor's inability to evaluate liability. The Contractor shall respond within thirty (30) calendar days to the tender of any claim for defense and indemnity by the City, unless this time has been extended in writing by the City. If the Contractor fails to accept or reject a tender of defense and indernnity in writing delivered to City within thirty (30) calendar days, in addition to any other remedy authorized by law, the City may withhold such fiords the City reasonably considers Consulting and Construction Services Agreement Page 8 necessary for its defense and indemnity until disposition has been made of the claim or until the Contractor accepts or rejects the tender of defense in writing delivered to the City, whichever occurs first. This subdivision shall not be construed to excuse the prompt and continued performance of the duties required of Contractor herein. D. The obligation to indemnify, protect, defend, and hold harmless set forth in this Section applies to all claims and liability regardless of whether any insurance policies are applicable. The policy limits of said insurance policies do not act as a limitation upon the amount of indemnification to be provided by Contractor. E. City shall have the right to approve or disapprove the legal counsel retained by Contractor pursuant to this Section to represent City's interests. City shall be reimbursed for all costs and attorney's fees incurred by City in enforcing the obligations set forth in this Section. A. This Contract shall be deenled to have been entered into in Redding, California. All questions regarding the validity, interpretation or performance of any of its terms or of any rights or obligations of the parties to this Contract shall be governed by California law. If any claim, at law or otherwise, is made by either party to this Contract, the prevailing party shall be entitled to its costs and reasonable attorneys' fees. B. This document, including all exhibits, contains the entire agreement between the parties and supersedes whatever oral or written understanding each may have had prior to the execution of this Contract. This Contract shall not be altered, amended or modified except by a writing signed by City and Contractor. No verbal agreement or conversation with any official, officer, agent or employee of City, either before, during or after the execution of this Contract, shall affect or modify any of the terms or conditions contained in this Contract, nor shall any such verbal agreement or conversation entitle Contractor to any additional payment whatsoever under the terms of this Contract. C. No covenant or condition to be performed by Contractor under this Contract can be waived except by the written consent of City. Forbearance or indulgence by City in any regard whatsoever shall not constitute a waiver of the covenant or condition in question. Until performance by Contractor of said covenant or condition is complete, City shall be entitled to invoke any remedy available to City under this Contract or by law or in equity despite said forbearance or indulgence. D. If any portion of this Contract or the application thereof to any person or circumstance shall be invalid or unenforceable to any extent, the remainder of this Contract shall not be affected thereby and shall be enforced to the greatest extent permitted by law. Consulting and Construction Services Agreement Page 9 E. The headings in this Contract are inserted for convenience only and shall not constitute a part hereof. A waiver of any party of any provision or a breach of this Contract must be provided in writing, and shall not be construed as a waiver of any other provision or any succeeding breach of the same or any other provisions herein. F. Each Party hereto declares and represents that in entering into this Contract, it has relied and is relying solely upon its own judgment, belief and knowledge of the nature, extent, effect and consequence relating thereto. Each Party further declares and represents that this Contract is made without reliance upon any statement or representation not contained herein of any other Party or any representative, agent or attorney of the other Party. The Parties agree that they are aware that they have the right to be advised by counsel with respect to the negotiations, terms, and conditions of this Contract and that the decision of whether or not to seek the advice of counsel with respect to this Contract is a decision which is the sole responsibility of each of the Parties. Accordingly, no party shall be deemed to have been the drafter hereof, and the principle of law set forth in Civil Code § 1654 that contracts are construed against the drafter shall not apply. G. Each of the Parties hereto hereby irrevocably waives any and all right to trial by jury in any action, proceeding, claim or counterclaim, whether in contract or tort, at law or in equity, arising out of or in any way related to this Agreement or the transactions contemplated hereby. Each Party further waives any right to consolidate any action which a jury trial has been waived with any other action in which a jury trial cannot be or has not been waived. 14. In the event of a conflict between the term and conditions of the body of this Contract and those of any exhibit or attachment hereto, the terms and conditions set forth in the body of this Contract proper shall prevail. In the event of a conflict between the terms and conditions of any two or more exhibits or attachments hereto, those prepared by City shall prevail over those prepared by Contractor. The provisions set forth in Sections 3 through 7, inclusive, of this Contract shall survive termination of the Contract. A. Contractor shall comply with all applicable laws, ordinances and codes of federal, state and local governments. B. In the performance of this Contract, Contractor shall not discriminate against any employee or applicant for employment because of race, color, ancestry, national origin, religious creed, sex, sexual orientation, disability, age, marital status, political affiliation, or membership or nonmembership in any organization. Contractor shall take affirmative action to ensure applicants are employed and that employees are Consulting and Construction Services Agreement Page 10 treated during their employment without regard to their race, color, ancestry, national origin, religious creed, sex, sexual orientation, disability, age, marital status, political affiliation, or membership or nonmembership in any organization. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training. A. City's representative for this Contract is Nick Zettel, telephone number (530) 245- 7012, fax number (530) 339-7389. All of the Contractor's questions pertaining to this Contract shall be referred to the above-named person, or to the representative's designee. B. Contractor's representative for this Contract is Wade Kittle, telephone number (530) 736.6687, fax number (530) 528.2662. All of City's questions pertaining to this Contract shall be referred to the above-named person. C. The representatives set forth herein shall have authority to give all notices required herein. A. All notices, requests, demands and other communications hereunder shall be deemed given only if in writing signed by an authorized representative of the sender (may be other than the representatives referred to in Section 10) and delivered by facsimile, with a hard copy mailed first class, postage prepaid; or when sent by a courier or an express service guaranteeing overnight delivery to the receiving party, addressed to the respective parties as follows: To City: City of Redding, Electric Attn: Nick Zettel 3611 Avtech Pkwy Redding, Ca 96002 To Contractor: Basin Enterprise Attn: Wade Kittle PO Box 982 13660 Hwy 36 E. Red Bluff CA 96080 B. Either party may change its address for the purposes of this paragraph by giving written notice of such change to the other party in the manner provided in this Section. C. Notice shall be deemed effective upon: 1) personal service; 2) two calendar days after mailing or transmission by facsimile, whichever is earlier. Consulting and Construction Services Agreement Page 1 I A. Each of the undersigned signatories hereby represents and warrants that they are authorized to execute this Contract on behalf of the respective parties to this Contract; that they have full right, power and lawful authority to undertake all obligations as provided in this Contract; and that the execution, performance and delivery of this Contract by said signatories has been fully authorized by all requisite actions on the part of the respective parties to this Contract. B. When the Mayor is signatory to this Contract, the City Manager and/or the Department Director having direct responsibility for managing the services provided herein shall have authority to execute any amendment to this Contract which does not increase the amount of compensation allowable to Contractor or otherwise substantially change the scope of the services provided herein. A. The Contractor shall guaranty all of their work for a period of one (1) year after the date of completion of the work for the City against defective contractor supplied materials or faulty workmanship. B. In the event of a valid warranty claim, the Contractor shall replace or repair the defective goods and / or services. Should the City determine that it is in the City's best interest to have an independent third party replace or repair the defective goods and / or services, the total liability of the Contractor shall be equal to the amount paid by City to Contractor for the goods and / or services that are the root cause of the warranty claim. Contractor will have no liability for the performance of any services or use of any goods that were not provided by Contractor or Contractor's Subcontractor. C. CONTRACTOR DISCLAIMS ALL OTHER WARRANTIES WITH RESPECT TO THE WORK AND EQUIPMENT, INCLUDING, WITHOUT LIMITATION, WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. D. Should it be determined that the goods and / or services provided by the Contractor are not the root cause of the warranty claim, then Contractor shall have no liability (financial or otherwise) to replace or repair the goods and / or services. In the event that the Contractor has replaced any defective goods or initiated the repair of any defective services, then the City shall reimburse the Contractor for the goods provided or the services rendered at the Contractors prevailing rates. E. NEITHER PARTY SHALL BE LIABLE TO THE OTHER FOR INDIRECT, PUNITIVE, SPECIAL, INCIDENTAL, OR CONSEQUENTIAL DAMAGES, INCLUDING BUT NOT LIMITED TO LOSS OF PROFITS OR REVENUE, LOSS OF USE OF PROPERTY, OR OTHER ECONOMIC DAMAGES. ALL PAYMENTS DUE CONTRACTOR UNDER Consulting and Construction Services Agreement Page 12 THIS AGREEMENT FOR EQUIPMENT, WORK, COSTS, AND EXPENSES SHALL BE DEEMED TO CONSTITUTE DIRECT DAMAGES ( AND NOT SPECIAL, INCIDENTAL, OR CONSEQUENTIAL DAMAGES FOR PURPOSES OF THIS SECTION ! M-10NNIMMI M The date of this Contract shall be the date it is signed by City. Consulting and Construction Services Agreement Page 13 IN WITNESS WHEREOF, City and Contractor have executed this Contract on the days and year set forth below: Dated: - 20 Dated: 203 F --MLI if I I I tm I till ILIKII d 111mal u By: BARRY TIPPIN City Manager La By: Mattie Bunting 0 President Basin Enterprises, Inc Tax ID No.: c 7- 039'538Z� Consulting and Construction Services Agreement Page 14 M4 The scope of work includes, but is not limited to, the following: Contractor shall provide one or two full crews at all times for full-time distribution, overhead and underground line construction and maintenance within the City's service area. The City may ask for additional crews as needed for routine expansion. Overhead line construction may include the installation and removal of wood poles, single and three-phase (transformers, line fuses and switches), secondary conductor installation, and primary conductor installation. The City may request work on all areas of medium voltage (12kV) Underground Construction (URD) including riser pole equipment (terminators, brackets, fuses, switches, lightning arresters), underground cable installation in conduit, underground splices (200 amp and 600 amp), pad -mounted switchgear, and single and three-phase pad mounted and subsurface transformers. The normal workweek shall be in coordination with REU staff. REU staff currently work M -F, 7 am -3:30 pm. Contractor will not schedule any work on City Holidays, Line Item Pricing includes an "adder/multiplier" for work completed outside of normal working hours which shall be defined as any work performed between 6:00 p.m. and 6:00 a.m. Monday thru Friday and all day Saturday and Sunday. Work outside of normal working hours will be by REU request/approval only. WIM Install Owner -Furnished Primary Cable in conduit containing Mule Tape. Work of this nature will typically occur in conjunction with new development projects therefore the conduits, vaults, and electric facilities should be in "like new" condition. The contract price paid per run for Cable Installation on cable runs under 250 feet shall include full compensation for furnishing all labor, tools, and equipment necessary to complete all work involved in the installation of the Primary cable, complete in place, including but not limited to inspection, coordination with REU and Customers, REU switching orders, traffic control, pulling new cable, Consulting and Construction Services Agreement Page 15 terminating, testing, labeling, and as shown on the plans and as specified in the REU Construction Standards. Lineal footage shall be measured from centerline to centerline of each electric facility (Xfmr, Switch, Vault, etc.) Work description shall be the same as above, but applied to all cable runs that exceed 250'. The contract price paid per run for Cable Installation on cable runs exceeding 250 feet shall include full compensation for furnishing all labor, tools, and equipment necessary to complete all work involved in the installation of the Primary cable, complete in place, including but not limited to inspection, coordination with REU and Customers, REU switching orders, traffic control, pulling new cable, terminating, testing, labeling, and as shown on the plans and as specified in the REU Construction Standards. Lineal footage shall be measured from centerline to centerline of each electric facility (Xfmr, Switch, Vault, etc.) « l�llil1. r t rt_ Contractor shall remove all existing cables and terminations (elbows or receptacles) between each electric facility (Xfmr, Switch, Vault, etc.). The conduit shall then be proved/cleaned and the new Owner -furnished cable installed. It should be noted that existing cable may or may not be unjacketed (open concentric). There are times when removing the existing unjacketed cable, the concentric neutral will come off the cable ("bird -cage") and plug the conduit. Contractor is to be aware and plan for instances where "bird -caging" may occur. Due to the possibility of "bird -caging", only one run of cable shall be removed and the conduit proved, before removing additional runs of cable. The contract price paid per run for Cable Replacement on cable runs under 250 feet shall include full compensation for furnishing all labor, tools, and equipment necessary to complete the work involved in the installation of the Cable Replacement, complete in place, including but not limited to inspection, coordination with REU and Customers, REU switching orders, providing temporary power to Customers, demolition, cleaning/proving of existing conduit, traffic control, removing of existing cables, disposal and hauling off of materials, pulling new cable, terminating, testing, labeling, and as shown on the plans and as specified Consulting and Construction Services Agreement Page 16 in the REU Construction Standards. Lineal footage shall be measured from centerline to centerline of each electric facility (Xfmr, Switch, Vault, etc.) Work description shall be the same as above, but applied to all cable runs that exceed 250'. The contract price paid run foot for Cable Replacement on cable runs over 250 feet shall include full compensation for furnishing all labor, tools, and equipment necessary to complete the work involved in the installation of the Cable Replacement, complete in place, including but not limited to inspection, coordination with REU and Customers, REU switching orders, providing temporary power to Customers, demolition, cleaning/proving of existing conduit, traffic control, removing of existing cables, disposal and hauling off of materials, pulling new cable, terminating, testing, labeling, and as shown on the plans and as specified in the REU Construction Standards. Lineal footage shall be measured from centerline to centerline of each electric facility (Xfmr, Switch, Vault, etc.) Install Owner -Furnished Primary Cable in conduit containing Mule Tape. Work of this nature will typically occur in conjunction with new development projects therefore the conduits, vaults, and electric facilities should be in "like new" condition. The contract price paid per run for Cable Installation shall include full compensation for furnishing all labor, tools, and equipment necessary to complete the work involved in the installation of the primary cable complete in place, including but not limited to inspection, coordination with REU and Customers, REU switching orders, providing temporary power to Customers, demolition, cleaning/proving of existing conduit, traffic control, removing of existing cables, disposal and hauling off of materials, pulling new cable, terminating, testing, labeling, and as shown on the plans and as specified in the REU Construction Standards. Lineal footage shall be measured from centerline to centerline of each electric facility (Xfmr, Switch, Vault, etc.) Cable Replacement -600 Amp, 3 conductors Consulting and Construction Services Agreement Page 17 Contractor shall remove all existing cables (T's or T -bodies) between each electric facility (Xfmr, Switch, Vault, etc.). The conduit shall then be proved/cleaned and the new Owner -furnished cable installed. It should be noted that existing cable may or may not be unjacketed (open concentric). There are times when removing the existing unjacketed cable, the concentric neutral will come off the cable ("bird- cage") and plug the conduit. Contractor is to be aware and plan for instances where "bird -caging" may occur. Due to the possibility of "bird -caging", only one run of cable shall be removed and the conduit proved, before removing additional runs of cable. The contract price paid per run for Cable Replacement shall include full compensation for furnishing all labor, tools, and equipment necessary to complete the work involved in the installation of the Cable Replacement, complete in place, including but not limited to inspection, coordination with REU and Customers, REU switching orders, providing temporary power to Customers, demolition, cleaning/proving of existing conduit, traffic control, removing of existing cables, disposal and hauling off of materials, pulling new cable, terminating, testing, labeling, and as shown on the plans and as specified in the REU Construction Standards. Lineal footage shall be measured from centerline to centerline of each electric facility (Xfmr, Switch, Vault, etc.) f!= Install new Owner -Furnished Primary Terminations (Elbows) on newly installed or existing cable inside enclosures, transformers, switches, or vaults per REU Construction Standards. Installation shall include all proper labeling and markings. The contract price paid per Primary Termination shall include full compensation for furnishing all labor, tools, and equipment, for doing all the work involved in the installation of the Primary Terminations, complete in place. Primary Termination Replacement/Install, 600 Amp (T -Bodies) Install new Owner -Furnished Primary Terminations (T -Bodies) on newly installed or existing cable inside enclosures, transformers, switches, or vaults per REU Construction Standards. Installation shall include all proper labeling and markings. Consulting and Construction Services Agreement Page 18 The contract price paid per each Primary Termination shall include full compensation for furnishing all labor, tools, and equipment, for doing all the work involved in the installation of the Primary Terminations, complete in place. Remove existing brackets, J -bars (3 -Bar style), and grounds. Install new Owner - furnished Unibar type junction and grounding per REU Construction Standards. Terminations are not part of and are billed separately. The contract price paid per each Vault Rebuild shall include full compensation for furnishing all labor, tools, and equipment for doing all the work involved in the rebuild of the vault, complete in place. Remove existing brackets, hardware, and ground conductors. Install new Owner - furnished brackets, hardware, and grounding per REU Construction Standards. Terminations are not part of and are billed separately The contract price paid per each Vault Rebuild shall include full compensation for furnishing all labor, tools, and equipment for doing all the work involved in the rebuild of the vault, complete in place. Install Fault Indicators Install Owner -Furnished Fault Indicators as directed by the REU representative. Installation per REU Construction Standards. The contract price paid per each Fault Indicator, one per individual cable, shall include full compensation for furnishing all labor, tools, and equipment, for doing all the work involved in the installation of the Fault Indicators, complete in place. Install/Replace Single -Phase Transformer Install/Replace Owner -Furnished single-phase transformer and associated assemblies onto an existing transformer pad. Installation to include all associated grounding, labeling, and sealing per REU Construction Standards. When replacing Consulting and Construction Services Agreement Page 19 an existing transformer, the Contractor is responsible to transport the removed transformer to the REU Corp Yard. The contract price paid per Transformer install shall include full compensation for furnishing all labor, tools, and equipment, for doing all the work involved to install the transformer, complete in place. Install/Replace Three Phase Transformer Install/Replace Owner -Furnished three-phase transformer and associated assemblies onto an existing transformer pad. Installation to include all associated grounding, labeling, and sealing per REU Construction Standards. When replacing an existing transformer, the Contractor is responsible to transport the removed transformer to the REU Corp Yard. The contract price paid per Transformer install shall include full compensation for furnishing all labor, tools, and equipment for doing all the work involved to install the transformer, complete in place. Install/Replace Owner -Furnished Pad Mounted Switch (PME) and associated assemblies onto an existing switch vault. Installation to include all associated grounding and labeling per REU Construction Standards. When replacing an existing PME, Contractor is responsible to transport the removed PME to the REU Corp Yard. The contract price paid per each PME Install shall include full compensation for furnishing all labor, tools, and equipment for doing all the work involved to install the PME, complete in place. Install/Replace Subsurface Switches or Transformers Install Owner -Furnished subsurface equipment within an existing vault. Installation to include all associated grounding and labeling. When replacing existing subsurface equipment, the Contractor is responsible to transport removed equipment to the REU Corp Yard. Consulting and Construction Services Agreement Page 20 The contract price paid per each Subsurface equipment install shall include full compensation for furnishing all labor, tools, and equipment for doing all the work involved to install the subsurface equipment, complete in place. I 1 11111 11' 111 11 "1 111, pi III Ill Install/Replace Pole Level 1 Install/Replace Owner -Furnished Pole and associated assemblies. Level 1 poles are basic pole installations, Tangent crossarm configuration, with no additional equipment on the pole. As part of the removal, the existing pole is to be removed and disposed of if no other utilities are present or "topped" if other utilities are present/attached to the pole. The contract price paid per each Pole Install/Replacement shall include full compensation for furnishing all labor, tools, and equipment, for doing all the work involved to install/replace the pole, complete in place, including but not limited to inspection, coordination with REU and Customers, REU switching orders, providing temporary power to Customers, demolition, traffic control, disposal and hauling off of materials, testing, labeling, and as shown on the plans and as specified in the REU Construction Standards. Install/Replace Owner -Furnished Pole and associated assemblies. A Level 2 pole will consist of Tangent framed pole with a single pole -mounted transformer, tangent framed pole with double dead ends, a dead-end framed pole with no additional equipment, or a tangent framed pole with sectionalizing assembly. As part of the removal, the existing pole is to be removed and disposed of if no other utilities are present or "topped" if other utilities are present/attached to the pole. The contract price paid per each Pole Install/Replacement shall include full compensation for furnishing all labor, tools, and equipment for doing all the work involved to install/replace the pole and associated assemblies, complete in place, including but not limited to inspection, coordination with REU and Customers, REU switching orders, providing temporary power to Customers, demolition, traffic control, disposal and hauling off of materials, testing, labeling, and as shown on the plans and as specified in the REU Construction Standards. Consulting and Construction Services Agreement Page 21 Install/Replace Owner -Furnished Pole and associated assemblies. Level 3 poles are poles that have a primary air switch or poles with a Cap Bank and cutout assembly. As part of the removal, the existing pole is to be removed and disposed of if no other utilities are present or "topped" if other utilities are present/attached to the pole. The contract price paid per each Pole Install/Replacement shall include full compensation for furnishing all labor, tools, and equipment for doing all the work involved to install/replace the pole and associated assemblies complete in place, including but not limited to inspection, coordination with REU and Customers, REU switching orders, providing temporary power to Customers, demolition, traffic control, disposal and hauling off of materials, testing, labeling, and as shown on the plans and as specified in the REU Construction Standards. Install/Replace Owner -Furnished Pole and associated assemblies. Level 4 poles are poles that have a primary riser assembly, 200A or 600A, or corner framed poles with no additional equipment. As part of the removal, the existing pole is to be removed and disposed of if no other utilities are present or "topped" if other utilities are present/attached to the pole. The contract price paid per each Pole Install/Replacement shall include full compensation for furnishing all labor, tools, and equipment for doing all the work involved to install/replace the pole and associated assemblies complete in place, including but not limited to inspection, coordination with REU and Customers, REU switching orders, providing temporary power to Customers, demolition, traffic control, disposal and hauling off of materials, testing, labeling, and as shown on the plans and as specified in the REU Construction Standards. Adder -Tall Pole/Large Class Pole Adder for poles exceeding 65 feet in length and or are larger than a Class 1 pole. The contract price per each Adder shall be in conjunction with one of the above- mentioned Pole Level installations. Consulting and Construction Services Agreement Page 22 Adder for additional crew and equipment time associated with poles that are required to be set in the same hole as the existing pole. Typical installations requiring a same hole set, are poles with risers or when field conditions dictate. The adder is based on standard crew and equipment for a pole set. Additional equipment or labor support shall be identified and agreed upon after pre -fielding and billed per the fee schedule. The contract price per each Adder shall be in conjunction with one of the above- mentioned Pole Level installations. Adder for pole sets requiring hand digging due to adjacent underground utilities. Contractor may utilize Vac -Truck excavation at their discretion, but pricing will be based on this adder. The contract price per each Adder shall be in conjunction with one of the above- mentioned Pole Level installations. Adder for pole sets with limited access, typically backyards, and will require the use of additional equipment (Backyard Machine) to gain access to the location. The contract price per each Adder shall be in conjunction with one of the above- mentioned Pole Level installations. Where potential underground conflicts are present, for exploratory hand excavation. Includes labor and small tools up to 2 hours of digging maximum of 5' in depth, including backfill of native materials. Adder -Service Drop Replacement Adder for Service Drop replacements when deemed necessary as part of pole replacement. Consulting and Construction Services Agreement Page 23 That contract price paid per each adder shall be in conjunction with the above- mentioned Pole Level Installations. Install New Cross Plate /anchor and Guying Install Owner -Furnished materials per Construction Standards. Installation to include excavation for anchor and tensioning of guy wires per REU Construction Standards. The contract price paid per each Anchor and Guy shall include full compensation for furnishing all labor, tools, and equipment for doing all the work involved to install the Anchor and Guying, complete in place. Install Owner -Furnished materials per Construction Standards. The contract price paid per each Anchor and Guy shall include full compensation for furnishing all labor, tools, and equipment for doing all the work involved to install the Anchor and Guying, complete in place. Removal of existing guy wires and install new guy wires and attach to existing anchors and or poles. The contract price paid per each Guy shall include full compensation for furnishing all labor, tools, and equipment, for doing all the work involved to install the Anchors and Guying, complete in place. Fire Mitigation Pole Retrofit Remove and reinstall noted Owner -Furnished Fire Mitigation materials per the REU Construction Standards: Covered Jumpers, Non-combustible fuses with associated cutouts, cutout and bushing covers, and any additional required wire coverings and termination taping. The contract price paid per each Fire Mitigation Pole Retrofit shall include full compensation for furnishing all labor, tools, and equipment for doing all the work involved to install the Fire Mitigation materials, complete in place, including but not Consulting and Construction Services Agreement Page 24 limited to inspection, coordination with REU and Customers, REU switching orders, demolition, traffic control, disposal of materials, testing, labeling, and as shown on the plans and as specified in the REU Construction Standards. Provide Traffic Control as the project locations dictate. When the project requires additional traffic control (ie. flaggers, lane closure, etc.), the contractor will be compensated for the additional staffing and equipment that is required outside of basic signage and cones. In the event a formal Traffic Control Plan (TCP) is necessary, the Contractor shall coordinate with the City on a TCP in conjunction with their Encroachment Permit. The Contractor shall be solely and completely responsible for furnishing, installing, and maintaining all temporary constructions signs and devices (related to the work) necessary to safeguard the general public and the work, and to provide for the proper and continuous safe routing of pedestrian traffic during the performance of the work. This requirement shall apply continuously and not be limited to working hours. The contract price paid for Traffic Control and TCP shall be based on CalTrans standard plans T-11, T-12, and T-13. Basic traffic signs and cones are to be included in the above line items. No additional payment will be made for Basic traffic control and construction signage. Contractor should include any additional Traffic Control related items not covered by the Standard CalTrans plans in the fee proposal, i.e. extra flaggers, arrows, message boards, etc. Daily Crew Rates The "OH Daily Crew Rate" represented in the fee schedule includes full compensation for furnishing all labor, tools, and equipment necessary to field a standard crew consisting of (1) FM, (2) JM, (1) Apprentice, a Squirt Boom, a S5' Bucket, a 55' Digger, a Pole Trailer, a Watter Buffalo, and all necessary support. Daily crew rates may be used to complete work whether or not it is specifically described in the line item pricing schedule. Decision to use the Daily Crew Rates structure shall not be made after completion of the work except for by mutual agreement. Consulting and Construction Services Agreement Page 25 Items listed below will be utilized when a project requires Trenching and Excavation. Excavation work may be planned or unplanned. Planned excavation work will be noted on the Plans. Additionally, as part of the Scope of Work, there will be instances where the Contractor will encounter damaged conduits or "bird - caged" cable. This type of work will be unplanned, but the Contractor shall have a plan in place to respond immediately to minimize any outages. Trenching Excavation Trenching Excavation shall be in accordance with Greenbook, 2021 edition, Section 306, and City Construction Standards Section 600. For the purpose of this specification, standard trench widths will be 12 inches, 18 inches, and 24 inches and continuing in 6 -inch increments. Dimensions used to calculate the total cost of a trench or excavation job will be the lowest standard trench width that will accommodate the minimum required width, for the facilities being installed, as determined solely by REU or as required by the City Standards. Contractor shall remove all existing materials at the location of the trench to the depth, width, and length required. All trenching in existing paved areas of asphalt concrete or concrete (this includes sidewalks and driveways on public and private property), shall be included in the unit cost for Trenching Excavation. The Contractor shall remove all spoils from the job site and repair landscaping, street, sidewalks, etc. to their original preconstruction condition or better. Where REU requires trenches over 60 inches deep, the trench will be priced, based on a minimum 24 -inch width to accommodate shoring and provide adequate trench width for workers. Reimbursement for additional trench width will only be provided if the additional trench width is required by REU. The Contractor, when given a work order to provide an open trench to install conduit, will have the option of doing Horizontal Directional Drilling (HDD) (Can subcontract out HDD) to install the needed conduit. If the Contractor selects HDD in lieu of open trenching, the Contractor will be paid the amount of the open trench work order plus or minus additions required as if the job had been ordered as an open trench job. The contract price paid per cubic yard for "Trenching Excavation (<60")" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in trenching Consulting and Construction Services Agreement Page 26 excavation to a neat vertical trench, complete in place, including all trenching, excavation, dewatering, and disposal of excess materials and all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. The contract price paid per cubic yard for "Trenching Excavation (>60")" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in the trenching excavation to a neat vertical trench, complete in place, including all trenching, excavation, shoring, dewatering, and disposal of excess materials and all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Box/Vault (including switch vaults) Excavation shall be in accordance with Greenbook, 2021 edition, Section 306-3, and City Standard Section 500. Shoring will be required on excavations depths greater than 60 inches. Contractor shall remove all existing materials at the location of the trench to the depth, width, and length required. All trenching in existing paved areas of asphalt concrete or concrete (this includes sidewalks and driveways on public and private property), shall be included in the unit cost for Trenching Excavation. The Contractor shall remove all spoils from the job site and repair landscaping, street, sidewalks, etc. to their original preconstruction condition or better. Dimensions used to calculate the total cost of the excavation job of the vault will be the (outside) length and width, plus 6 inches, multiplied by the depth to accommodate the box/vault being installed as determined solely by REU or as required by the City Standards. Contractor shall place the substructure in excavation per City of Redding Standards. It will be the Contractor's responsibility to contact the box/vault vendor to verify outside dimensions of substructures to assure the excavation is the correct size for the substructure being delivered. For box/vaults, the City's vendor will deliver the box/vault to the Contractor's completed excavation. The Contractor shall set the box/vault in the excavated pit. It is the Contractor's sole responsibility to schedule the box/vault deliveries from the box/vault manufacturer (vendor) and to provide Consulting and Construction Services Agreement Page 27 the box/vault manufacturer with the correct City of Redding purchase order number for the box/vault(s) to be delivered. City of Redding purchase order numbers for box/vaults are obtained through the Electric Utility Distribution Planner that designed the job. It shall be the Contractor's responsibility to accept or decline the delivery of all vaults, boxes, and equipment pads to ensure they are acceptable to the City of Redding. Inspection criteria for Acceptance of vaults, boxes, and equipment pads are included in this specification and must be utilized when accepting vaults, boxes, and equipment pads. If the Contractor accepts a vault, box, or equipment pad that does not meet the City's requirements, the Contractor will be responsible for all costs to remove and replace the vault, box, or equipment pad. Any questions regarding the acceptability of a vault, box, or equipment pad shall be referred to the Electric Utility Construction Representative. If upon delivery, a vault, box, or equipment pad does not meet the inspection criteria, the Contractor shall immediately notify the City of Redding Electric Construction Representative. The Representative will then direct the Contractor on how to proceed and will coordinate the repair or replacement of the structure. Full compensation for inspecting the vault for compliance with the listed criteria shall be considered as included in the contract price paid for excavation of the vault, box, or equipment pad and no separate payment will be made for inspection. City of Redding purchase order by the box/vault manufacturer (vendor). In all cases, the Contractor shall be responsible for a complete box, vault, or switch vault installation. The contract price paid per cubic yard for "Box/Vault Excavation (<60")" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in the excavation to neat vertical walls, complete in place, including all, excavation, dewatering, disposal of excess materials, coordination with vault/box vendor, inspect/accept delivered vault/box, place vault/box, and all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. The contract price paid per cubic yard for "Box/Vault Excavation (>60")" shall include full compensation for furnishing all labor, materials, tools, equipment, and Consulting and Construction Services Agreement Page 28 incidentals, and for doing all the work involved in the excavation to neat vertical walls, complete in place, including all, excavation, shoring, dewatering, disposal of excess materials, coordination with vault/box vendor, inspect/accept delivered vault/box, place vault/box, and all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Concrete Valley Gutter Concrete Valley Gutter shall be constructed per City Standards 125.50. Excavation and removal of existing material shall be included in the unit cost. The contract price paid per square foot for "Concrete Valley Gutter" shall include full compensation for furnishing all labor, materials (including aggregate base and reinforcing steel), tools, equipment, and incidentals, and for doing all the work involved in placing valley gutter, complete in place, including excavation, removal of spoils, subgrade preparations, concrete forming and curing, concrete scoring, installing expansion joint material, and all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Concrete Sidewalk shall be constructed per City Standards 131.00. Excavation and removal of existing material shall be included in the unit cost. The contract price paid per square foot for "Concrete Sidewalk" shall include full compensation for furnishing all labor, materials (including aggregate base), tools, equipment, and incidentals, and for doing all the work involved in placing sidewalk, complete in place, including excavation, removal of spoils, subgrade preparations, concrete forming and curing, concrete scoring, installing expansion joint material, and all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Concrete Curb The Contractor shall construct concrete curb (6") per City Standards 134.00. Excavation and removal of existing material shall be included in the unit cost. Consulting and Construction Services Agreement Page 29 The contract price paid per lineal foot for "Concrete Curb" shall include full compensation for furnishing all labor, materials (including aggregate base), tools, equipment, and incidentals, and for doing all the work involved in placing concrete curb, complete in place, including excavation, removal of spoils, subgrade preparations, concrete forming and curing, concrete scoring, installing expansion joint material, and all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. The Contractor shall construct concrete curb & gutter (6") per City Standards 136.00. Excavation and removal of existing material shall be included in the unit cost. The contract price paid per lineal foot for "Concrete Curb & Gutter (6") shall include full compensation for furnishing all labor, materials (including aggregate base), tools, equipment, and incidentals, and for doing all the work involved in placing concrete curb and gutter, complete in place, including excavation, removal of spoils, subgrade preparations, concrete forming and curing, concrete scoring, installing expansion joint material, and all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. The Contractor shall construct concrete roll curb and gutter per City Standards 138.00. Excavation and removal of existing material shall be included in the unit cost. The contract price paid per lineal foot for "Concrete Roll Curb & Gutter" shall include full compensation for furnishing all labor, materials (including aggregate base), tools, equipment, and incidentals, and for doing all the work involved in placing concrete roll curb and gutter, complete in place, including excavation, removal of spoils, subgrade preparations, concrete forming and curing, concrete scoring, installing expansion joint material, and all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Consulting and Construction Services Agreement Page 30 Concrete Driveway The Contractor shall construct concrete standard residential driveway per City Standards 148.00. The Contractor shall construct concrete standard or modified commercial driveway per 148.10, 148.20. Excavation and removal of existing material shall be included in the unit cost. The contract price paid per square foot for "Concrete Residential Driveway" and "Concrete Commercial Driveway" shall include full compensation for furnishing all labor, materials (including aggregate base), tools, equipment, and incidentals, and for doing all the work involved in placing concrete roll curb & gutter, complete in place, including excavation, removal of spoils, subgrade preparations, and all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Asphalt Concrete shall be per Greenbook, 2021 edition, modifications to the construction materials, and these specifications. Remove existing materials, minimum per City Standards to a maximum as authorized by an Electric Utility Representative, and place new AC pavement including any and all base and other material in accordance with the intent of the City Standards 111.00, 611.00, and 622.00. The Contractor shall remove all spoils from the job site. The contract price paid per ton for "Asphalt Concrete" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in placing asphalt, complete in place, including excavation, removal of spoils, subgrade preparations, applying tack coat, compaction, and all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Conduit (2", 4"& 6") Furnish, install, and terminate all conduit (PVC, D13120, NEMA TC -6), bends (Schedule 40 or 80 as required), bell ends, temporary caps, permanent caps, cement for joints, and 12501b. or 2,5001b. mule tape as required per City Standards Consulting and Construction Services Agreement Page 31 501.00, 514.00, 514.01, 515.00, 515.01, 518.00, 521.00 — 521.06, 526.00, 543.00 and 620.00, REU Work Order Drawings, and California Public Utilities Commission General Order 128. The contract price paid per lineal foot for "Conduit (2", 4", and 6")" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in "Conduit (2", 4", and 6")", complete in place, including bends, bell ends, temporary caps, permanent caps, cement for joints, sweeps, and mule tape as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Contractor is to prove existing conduits (6" diameter maximum) and install 1,2501b. or 2,5001b. mule tape or equivalent pull line as required per City Standards 501.00, The REU Construction Representative shall be contacted prior to proving the conduit to advise on any safety clearances that may be required and be given the opportunity to witness the proving of the conduit. It should be noted that older conduit runs could have substantial amounts of dirt and debris and this pay item should include the necessary labor and material necessary to properly brush and mandrel the entire length of existing conduit. The order and minimum requirements for pulling the mandrel and brushes for each size conduit are as follows: 2" Conduit 1. 1.5" Brush 2. 2" Brush 3. 2" Mandrel 4" Conduit 1. 3" Brush 2. 4" Brush 3. 4" Mandrel 6" Conduit 1. 4" Brush 2. 6" Brush 3. 6" Mandrel Consulting and Construction Services Agreement Page 32 If a blockage, broken conduit, or other condition exists which prevents proving the conduit, the Contractor shall be required to work with the City to identify the location of the problem. If it is determined that additional excavating is necessary to fix the problem conduit run, additional pay items will be added to the work order to compensate the Contractor for the additional work. The Contractor will be entitled to the full cost for proving the existing conduit run once the conduit is repaired/unblocked, proven, and the appropriate mule tape is installed. If it is determined that the condition causing the blockage is unrepairable and the existing conduit run must be abandoned, the Contractor will be paid based on the distance from the blockage to the nearest of the two existing conduit entrances. The contract price paid per lineal foot for "Prove Existing Conduit" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in proving existing conduit, complete in place, including brushing, pulling of the mandrel and installing mule tape as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Sand backfill is for conduit bedding or backfill of excavations. Sand material shall meet the requirements for sand backfill as specified in City Standard 520.08. The sand backfill shall be placed in a maximum of 12 -inch lifts and compacted per City Standards 601.00. The contract price paid per cubic yard for "Sand Backfill" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in placing sand backfill, complete in place, including compaction, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Aggregate Base Backfill Aggregate base backfill is for conduit trenching or backfill of excavations. Aggregate base material shall be Class 2 aggregate base per Caltrans Standard Specifications and Modifications to the Construction Materials. The sand backfill shall be placed in a maximum of 12 -inch lifts and compacted per City Standards 601.00. Consulting and Construction Services Agreement Page 33 The contract price paid per cubic yard for "Aggregate Base Backfill" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in placing aggregate base backfill, complete in place, including compaction, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Concrete Slurry Backfill Concrete Slurry backfill is for conduit trenching or backfill of excavations. Concrete slurry material shall meet the requirements for concrete slurry per City Standards 610.00. The contract price paid per cubic yard for "Concrete Slurry Backfill" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in placing concrete slurry backfill, complete in place, including compaction, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Saw -cut The contract price paid per lineal foot for "Sawcut" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in saw -cutting concrete or asphalt paving up to 8" thick, complete in place, including all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Construct concrete pads for electrical equipment such as transformers, capacitors, and switches. The concrete pad may be pre -cast or cast -in-place. The concrete pad will be measured by taking the minimum outside dimensions of concrete (length times width) required for the equipment being installed less the maximum dimensions (length times width) of any required openings (or voids) of concrete within the pad. ® Construct single phase transformer pad per City Standards 514.00 and 514.01 Consulting and Construction Services Agreement Page 34 • Construct 3-phase transformer pad per City Standards 515.00 and 515.01 ® Construct switchgear pad per City Standards 518.00 and 518.01 • Construct capacitor pad per City Standards 520.00, 520.01, and 520.02 The contract unit price paid per square foot for "Concrete Pad" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in the construction of the concrete pad, complete in place, including excavation, compaction, concrete, concrete formwork, concrete curing, reinforcing steel, threaded inserts for lifting bolts, box extension(s), secondary box, ground rod, aggregate base, threaded coil, ferrule inserts, and all other work including all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Contractor shall furnish and install a cast -in-place street light footing per City Standards Page 556.00. The contract unit price paid for each "Street Light Base" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in installing a street base, complete in place including, excavation, removal of spoils, replace landscaping, grading, grounding, reinforcing, backfilling, and compaction, reinforcing steel, conduit bend anchor bolts, and copper wire, as specified in the Standard Specifications, the Special Provisions, and as directed by the Engineer. Remove Streetlight Base The contract unit price paid per each for "Remove Street Light Base" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in the removing street light base, complete in place, including excavation, disposal of removed street light base, backfill, compaction, and all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Consulting and Construction Services Agreement Page 35 � Contractor shall furnish and install REU-approved pullbox 2E or 3E per City Standards 524.00, 525.00 & 526.00. The contract unit price paid per each "Pullbox" shall include full compensation for furnishing all labor, material, and tools for doing all work involved in the furnishing and installing pullbox complete in place, including excavation, removal of spoils, hold-down bolts, and all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Contractor shall furnish and install removable or non -removable barrier post per City Standards 513.01. The contract unit price paid per each for "Barrier Post" (Removable & Non - Removable)" shall include full compensation for furnishing all labor, material, and tools for doing all work involved in the furnishing and installing barrier post, complete in place, including installation, excavation, removal of spoils, post concrete, sleeve, cap, gravel, paint, and all specific items as shown on the plans as specified in the Standard Specifications and these special provisions and as directed by the Engineer. Contractor shall utilize Job Minimum/Mobilization unit pricing when civil units volumes do not combine to meet minimum pricing as per the Exhibit B fee schedule. a) Comply with all REU's Construction Standards unless otherwise directed by the REU Inspector (REU will provide copies and notice of modifications, if any, from time to time). See the following links for the City of Redding and REU Construction Standards. Below are the various documents/regulations governing the Scope of Work on this RFP. When contradictions occur, the more restrictive document will have precedent. Consulting and Construction Services Agreement Page 36 • City of Redding Construction Standards (CORCS) - Construction Standards (CORCS) I City of Redding • REU Construction Standards — Attachment E • The "Greenbook", 2021 edition, Standard Specifications for Public Works Construction • California State General Orders 95 and 128 • City of Redding Municipal Code b) Proper technique, such as that specified in REU's Construction Standards, manufacturing instructions, or prudent utility practices, shall be used for all work including pulling and termination of cable, lifting, temporary storage, and installation of transformers and other equipment. Any questions regarding such techniques or construction practices shall be submitted to the REU Inspector for resolution prior to construction. c) The REU Inspector will work with the Contractor(s) on acceptance of the Contractor's work. Contractor shall be required, at Contractor's expense, to redo work that is found inadequate by REU's Inspectors and does not comply with the requirements under this contract. If such a redo of work is found to significantly increase the material costs for the job, (for example Contractor -damaged cable due to negligence) Contractor shall reimburse REU the cost for such materials. d) An REU Representative will monitor crew productivity to ensure projects are completed in a timely manner. Contractor General Foreman will report to the REU Representative daily. If a decrease in productivity is noted, it will be brought to the Contractors' attention and corrective action will be required. a) REU will provide all materials to complete these projects. All materials will be withdrawn from the REU warehouse under the immediate supervision of the REU Representative. It is intended that materials will be issued in batches to cover multiple projects. (1) REU shall provide a material delivery once every approximately 2-4 weeks to coincide with a batch of work packages. The delivery will be accompanied by a list of materials. (2) Contractor is responsible for verifying the types and quantities of materials received match the list provided for each delivery and shall promptly notify REU of any discrepancies. Consulting and Construction Services Agreement Page 37 (3) Contractor is responsible for managing inventory to ensure materials for the next 2 weeks of scheduled work are on hand. Contractor shall notify REU whenever material inventory is not sufficient to support the next 2 weeks of scheduled work. b) Contractor will be required to provide a secure and safe storage area for its equipment, vehicles, tools, and REU owned/supplied materials. All unused materials will be returned to REU at the completion of this contract. The cost of any lost or stolen materials will be reimbursed to the City by the Contractor. c) The disposal of material by the Contractor must comply with all applicable Federal, State, County, and Local regulations. It will be the Contractor's responsibility to ensure and determine, that they are meeting the proper requirements. d) Contractor is responsible for providing traffic control plans when required. For each work location in the City Limits requiring Traffic Control plans, the Contractor shall obtain an over-the-counter encroachment permit from the City of Redding Permit Center. All City encroachment permits fees associated with this contract are paid by REU. Work locations not requiring formal traffic control plans within the City of Redding, will be completed under REU's blanket encroachment permit. The Contractor shall obtain any encroachment permits required by CalTrans or the County. CalTrans or County encroachment permit fees shall be paid by Contractor and will be eligible for reimbursement by REU. e) Contractor(s) shall provide all necessary vehicles, and tools (common hand tools) that should accompany all workers. Contractor(s) to provide all project -related equipment (e.g., "Hog Davis" cable puller), all necessary support, repairs, and maintenance for all vehicles, tools, and project -related equipment, and work site supervision. f) The size and scope of the construction crews will be based on the project requirement and standard industry practices. Contractor(s) and REU, upon award of the contract, shall determine the level of personnel required for meeting the requirements as needed per project. g) REU requires that the Contractor utilize qualified personnel to perform the required Consulting and Construction Services Agreement Page 38 work. Workers will be required to handle energized medium voltage facilities, including but not limited to, pulling energized elbows via hot stick, hot glove (rubber gloving) work, terminating cables to overhead energized 12kV lines, associated grounding, testing, and switching requests. REU shall reserve the right to review the level of the professional credentials and references of the individuals assigned to work under the terms of this agreement. Contractor's personnel will be required to attend REU's switching training in order to be considered as qualified to perform that work. h) All work performed by the Contractor(s), as completed will be approved/inspected by REU. Prior to any re-energization (switch -back), the Contractor must have an inspection by REU. Clearances and switching will be issued to and completed by the Contractor. In all cases, any issues of labor, materials, switching, or clearances, the Contractor shall discuss and address with REU. REU may supplement switching dependent on the complexity of the switch log (ex: switching not in proximity to the clearance). i) The Contractor shall comply with all applicable Federal, State, County, OSHA, and Cal -OSHA and local laws, ordinances, rules, regulations, and lawful orders of any public authority bearing on the safety of persons or property or their protection from damage, injury or loss ("safety laws"). Where any of these are in conflict, the more stringent safety requirement or procedure shall be complied with. The Contractor's failure to thoroughly familiarize itself with the above safety laws shall not relieve it from compliance with any duty, obligation, or penalty provided therein. j) Contractor shall furnish to REU detailed written reports of all injuries occurring on the job. k) Contractor bears sole responsibility under the law for the safety of its own personnel and for persons entering the work site as agents or visitors of the Contractor. 1) Contractor shall have responsibility for notifying Underground Service Alert (USA) whenever digging operations are required. Contractor will be liable for any damages to REU and/or neighboring utility property when digging. In the event Consulting and Construction Services Agreement Page 39 property is damaged, the Contractor will notify the REU Inspector. m) Contractor shall at all times be subject to the orders of the REU's Power Control Center concerning work on energized medium voltage lines or previously energized medium voltage lines. No connection or work which will or could impact the medium voltage distribution system shall be allowed, without prior approval (i.e. Switch Log) directly from the Power Control Center or REU Representative for this purpose. n) Contractor shall comply with REU's lockout/tagout procedure and all switching procedures related to the scope of work. o) REU and the Contractor shall jointly prepare an outage plan for all scheduled interruptions of electrical power that affect third parties. Clearance requests shall be part of the outage plan, and the plan shall be submitted by the contractor to REU. This plan shall be signed by the Contractor, REU's Representative, and the affected utilities at least two (2) weeks prior to the outage. The outage plan shall include specific procedures for coordinating with commercial activities such as automated data processing centers (computers), hospitals, 24 -hour -per -day manufacturing and processing plants, etc. Jobs requiring a clearance, shall not be scheduled without a switch request in hand. P) Contractor is responsible for reviewing work packages for completeness prior to scheduling the work. Contractor shall pre field work orders & notify REU of missing elements or items requiring further coordination prior to scheduling work. At minimum, the pre fielding process shall include: (1) Review the work order scope against existing conditions and coordinate any scope clarifications as needed with REU. (2) Confirm whether any digging operations are required (3) Locate utilities for operations requiring digging (4) Confirm the traffic control needs for the work order (5) Confirm encroachment permitting needs for the work order (6) Determine any vegetation control needed in order to execute the work order (7) Determine outage requirements for the work order (8) Complete and submit the switch request (9) Confirm the outage notification plan. Consulting and Construction Services Agreement Page 40 (10) Generate an estimate of the work q) Upon completion of any work, the Contractor shall provide REU with one (1) marked -up copy of the construction drawings and the structure list. All changes made during construction shall be shown. r) In addition to the line item costs delineated in Exhibit B, Contractor and REU, by mutual agreement, can arrange for Contractor to work under a fixed cost option for items that do not fall under the line item pricing. s) Line item pricing on the fee proposal in Exhibit B is intended to be used to establish pricing for the contract year. REU reserves the right to issue more or less than the estimated quantities. Quantity overruns will not be subject to re -bid. a) Line item pricing structure for OVERHEAD WORK may also be applied to Installation/Replacement of a 115 kV wood transmission pole if mutually agreed upon by contractor and REU. b) For each type of work order Contractor shall perform a constructability review of the work orders and the applicable standards and provide feedback to REU prior to beginning the work. The constructability review is intended to identify possible improvements to the standard based on industry best practices. c) The standard working hours are Monday through Friday 7:00-5:30. d) Residential outages are to be limited to between the hours of 8 am to 4:30 pm without temporary generators, and Commercial customer outages will need to be scheduled outside of normal working hours unless temporary generation is made available. If required, temporary generation will be treated as cost plus. e) Traffic control included within line item pricing is for cones and flags when working from the shoulder. The additional traffic control line items are for when formal Traffic Control Plans are required, such as when taking a lane is necessary or work locations are near schools or bus stops. Each location will have a job walk to agree upon traffic control needs prior to construction. Consulting and Construction Services Agreement Page 41 f) Restoration of landscape included within the line item pricing is limited to repair of irrigation and readily available ground covering such as sod, bark, gravel, or similar. g) Dewatering included within the line item pricing is assumed to be minimal and is limited to the removal of any standing water and mitigation of minor seepage. Substantial dewatering may be treated as cost-plus. h) Contractor is responsible for compaction & soil testing and those costs are included within the line item pricing requiring them. i) Underground construction line item pricing assumes spoils will be hauled off from the work site. Disposal of contaminated spoils will be treated as cost plus. j) Contractor shall maintain a project -specific safety plan, train personnel on its content, maintain training records, and make records available to REU if requested. k) Items identified as "Cost Plus" on Exhibit B are to be billed at cost plus 5%. 1) Contractor will provide a secure yard in Redding, CA, and will bill for the yard per the monthly yard costs line item in the fee schedule. The monthly yard cost is inclusive of all costs associated with providing the yard. m) Standby time is defined as, non-productive time within a scheduled work day resulting from circumstances beyond the Contractor's control. Contractor shall not be entitled to standby time before a) making reasonable efforts to resolve circumstances preventing work from progressing b) notifying REU of the issue and confirming the approach on how to proceed. Contractor shall not be entitled to standby time for periods of non-productive time of less than one hour or for cancelations due to inclement weather. n) For work days canceled by REU, and when no other work is available Contractor shall be entitled to recuperate costs incurred by fielding the crew for the day. o) Hourly rates included in the Exhibit B Fee Schedule other than the Daily Crew Rates shall not be used for stand-alone ME pricing because they do not include costs associated with supporting the crew. Items listed in the hourly rates schedule may be paired with pricing containing crew support costs such as line item pricing items, or the Daily Crew Rate. Consulting and Construction Services Agreement Page 42 Exhibit B - Fee Proposal RFP Schedule No.5361 Pay item descriptions represented within Exhibit A - Scope of work 'Quantities shown are estimates used to develop unit pricing LINE CONSTRIICTION ITEM DESCRIPTION UNIT Est. QTY* UNIT PRICE `TOTAL UNIT PRICE `V L TOTAL 1 Underground Construction 2 Install Cable -200 Amp 2 or 3 conductors, 0-250' cable runs Per Run 25 $4,446.00 $111,150.00 $4,603.00 $115,075.00 3 Install Cable -200 Amp 2 or 3 conductors, 2S0'+ cable runs Per Run 50 $5,002.00 $250,100.00 $5,178.00 $258,900.00 4 Cable Replacement -200 Amp 2 or 3 conductors, 0-250' cable runs Per Run 70 $5,002.00 $350,140.00 $5,178.00 $362,460.00 5 Cable Replacement -200 Amp 2 or 3 conductors, 250'+ cable runs Per Run 200 $5,558.00 $1,111,600.00 $5,754.00 $1,150,800.00 6 Install Cable -600 Amp, 3 conductors Per Run 20 $6,114.00 $122,280.00 $6,329.00 $126,580.00 7 ICable Replacement -600 Amp, 3 conductors Per Run 85 $6,669.00 $566,865.00 $6,904.00 $586,840.00 8 Primary Termination Replacement/Install, 200 Amp (Elbows) EA 1000 $834.00 $834,000.00 $863.00 $863,000.00 9 Primary Termination Replacement/Install, 600 Amp (T -Bodies) EA 500 $1,112.00 $556,000.00 $1,151.00 $575,500.00 10 Rebuild Primary Vault, 200A EA 85 $3,335.00 $283,475.00 $3,452.00 $293,420.00 11 Rebuild Primary Vault, 600A EA 250 $3,335.00 $833,750.00 $3,452.00 $863,000.00 12 Install Fault Indicators EA 100 $278.00 $27,800.00 $288.00 $28,800.00 13 Install/Replace Single Phase XFMR EA 10 $1,668.00 $16,680.00 $1,726.00 $17,260.00 14 Install/Replace Three Phase XFMR EA 10 $2,223.00 $22,230.00 $2,302.00 $23,020.00 15 Install/Replace Pad Mounted Switch EA 10 $2,779.00 $27,790.00 $2,877.00 $28,770.00 16 Install Replace Subsurface Switches or XFMR's EA 10 $4,446.00 $44,460.00 $4,603.00 $46,030.00 Overhead Construction 17 Install/Replace Pole Level 1 EA 10 $4,577.00 $45,770.00 $4,739.00 $47,390.00 18 Install/Replace Pole Level 2 EA 10 $6,293.00 $62,930.00 $6,516.00 $65,160.00 19 Install Replace Pole Level 3 EA 10 $9,153.00 $91,530.00 $9,477.00 $94,770.00 20 Install Replace Pole Level 4 EA 10 $11,441.00 $114,410.00 $11,846.00 $118,460.00 21 Adder -Tall Pole/Large Class Pole EA 10 $1,145.00 $11,450.00 $1,185.00 $11,850.00 22 Adder -Same Hole Set EA 10 $1,145.00 $11,450.00 $1,185.00 $11,850.00 23 Adder -Hand Dig EA 10 $2,861.00 $28,610.00 $2,962.00 $29,620.00 24 Adder -Backyard Pole Set EA 10 $2,289.00 $22,890.00 $2,370.00 $23,700.00 25 Adder -Service Drop Replacement EA 10 $573.00 $5,730.00 $593.00 $5,930.00 26 Install New Cross Plate Anchor and Guying EA 10 $1,717.00 $17,170.00 $1,777.00 $17,770.00 27 Install New Screw Anchor and Guying EA 10 $1,145.00 $11,450.00 $1,185.00 $11,850.00 28 Install Down Guy/Span Guy to Existing Anchors/Poles EA 10 $1,145.00 $11,450.00 $1,185.00 $11,850.00 29 Fire Mitigation Pole Retrofit EA 800 $1,717.00 $1,373,600.00 $1,777.00 $1,421,600.00 30 Traffic Control T-11 (INCLUDES AB & CMS BOARD) DAY 20 $2,410.76 $48,215.20 $2,450.28 $49,005.60 31 Traffic Control T-12 DAY 20 $1,237.58 $24,751.60 $1,257.60 $25,152.00 Traffic Control T-13 DAY 20 $2,270.76 $45,415.20 $2,310.28 $46,205.60 Non Engineered Standard TC Plan EA 20 $225.00 $4,500.00 $232.00 $4,640.00 E3536 Non Engineered Complex TC Plan EA 20 $550.00 $11,000.00 $566.00 $11,320.00 Engineered Standard TC Plan EA 20 $650.00 $13,000.00 $670.00 $13400.00 Engineered Complex TC Plan EA 20 $2,000.00 $40,000.00 $2,060.00 $41,200.00 37 Monthly Yard Costs I MO i $ - $ 12,150.00 $ - $ 12,750.00 TOTAL - CONTRACT ITEMS - LINE CONSTRUCTION $7,165,792 $7,414,928 Pricina for nther anuinmant and -frac ac na-I-4 i TRENCHING AND EXCAVATION UNIT Est Qty UNIT PRICE TOTAL Year 1 Year 2 ITEM DESCRIPTION UNIT Est. QTY UNIT PRICE TOTAL UNIT PRICE TOTAL 38 Trenching Excavation (<60") CY 200 $261.00 $52,200.00 $288.00 $57,600.00 39 Trenching Excavation (>60") CY 100 $525.00 $52,500.00 $579.00 $57,900.00 40 Box Vault Excavation (<60") CY 60 $417.00 $25,020.00 $460.00 $27,600.00 41 Box/Vault Excavation (>60") CY 100 $625.00 $62,500.00 $690.00 $69,000,00 42 Concrete Valley Gutter SF 50 $195.00 $9,750.00 $215.00 $10,750.00 43 Concrete Sidewalk SF 150 $120.00 $18,000.00 $133.00 $19,950.00 44 Concrete Curb Only LF 20 $520.00 $10,400.00 $574.00 $11,480.00 45 Concrete Curb & Gutter LF 20 $690.00 $13,800.00 $761.00 $15,220.00 46 Concrete Roll Curb & Gutter LF 20 $719.00 $14,380.00 $793.00 $15,860.00 47 Concrete Driveway (Residential) SF 200 $91.00 $18,200.00 $101.00 $20,200.00 48 Concrete Driveway (Commericial) 5F 100 $165.00 $16,500.00 $182.00 $18,200.00 49 Asphalt Concrete TON 100 $638.00 $63,800.00 $704.00 $70,400.00 50 Conduit (2") LF 100 $82.00 $8,200.00 $85.00 $8,500.00 51 Conduit (4") LF 250 $92.00 $23,000.00 $95.00 $23,750.00 52 Conduit (6") LF 250 $97.00 $24,250.00 $100.00 $25,000.00 53 Prove Conduit LF 1000 $1.26 $1,260.00 $1.30 $1,300.00 54 Sand Backfill CY 100 $194.00 $19,400.00 $199.00 $19,900.00 55 Aggregate Base Backfill CY 100 $294.00 $29,400.00 $302.00 $30,200.00 56 Concrete Slurry Backfill CY 100 $344.00 $34,400.00 $354.00 $35,400.00 57 Sawcut LF 200 $12.00 $2,400.00 $14.00 $2,800.00 58 Electrical Equipment Pad SF 200 $206.00 $41,200.00 $213.00 $42,600.00 59 Streetlight Base EA 5 $5,538.00 $27,690.00 $5,702.00 $28,510.00 60 Remove Street Light Base EA 5 $4,183.00 $20,915.00 $4,307.00 $21,535.00 61 PUIIbox EA 5 $4,057.00 $20,285.00 $4,172.00 $20,860.0E- 62 Bollard Post - Non Removable EA 4 $2,726.00 $10,904.00 $2,882.00 1 $11,52-.00 63 Bollard Post - Removable EA 4 $2,892.00 $11,568.00 $2,992.00 $11,968.00 64 jPotholing EA 4 $700.00 $2,800.00 $728.00 $2,912.00 65 lJob Minimum EA 4 $5,750.00 $23,000.00 $5,980.00 $23,920.00 TOTAL - CONTRACT ITEMS - TRENCHING AND EXCAVATION $657,722 $678,011 Pricina for nther anuinmant and -frac ac na-I-4 i UNIT Est Qty UNIT PRICE TOTAL UNIT PRICE TOTAL ELECTRIC 66 Multiplier for Work outside of Normal Working Hours 1.23 $0.00 1.23 $0.00 67 Time and Material (T&M) rate (Include rate for all positions that would apply) 68 Line Crew Standby Time (assumed 4 -man crew) HR $639.00 $0.00 $663.00 $0.00 69 Line Crew Standby Time assumed 4 -man crew With Standard Equipment HR $767.00 $0.00 $797.00 $0.00 70 Journeyman Lineman (Straight Time) HR $143.68 $0.00 $149.40 $0.00 71 General Foreman (Straight Time) HR $169.21 $0.00 $175.97 $0.00 72 Foreman (Straight Time) HR $15637 $0.00 $162.61 $0.00 73 Groundman (Straight Time) HR $91.79 $0.00 $93.96 $0.00 74 Apprentice 1st Period Straight Time) HR $93.27 $0.00 $96.41 $0.00 75 Apprentice 2nd Period Straight Time) HR $99.42 $0.00 $102.79 $0.00 76 Apprentice 3rd Period (Straight Time) HR $105.55 $0.00 $109.20 $0.00 77 Apprentice 4th Period (Straight Time) HR $111.70 $0.00 $115.61 $0.00 78 Apprentice 5th Period Straight Time HR $117.83 $0.00 $122.01 $0.00 79 Apprentice 6th Period (Straight Time) HR $123.99 $0.00 $128.42 $0.00 80 Apprentice 7th Period (Straight Time) HR $130.12 $0.00 $134.81 $0.00 81 Journeyman Lineman DoubleTime) HR $225.13 $0.00 $234.31 $0.00 82 General Foreman (Double Time) HR $266.95 $0.00 $277.86 $0.00 83 Foreman (Double Time) HR $245.92 $0.00 $255.95 $0.00 84 Groundman (Double Time) HR $139.67 $0.00 $143.29 $0.00 85 Apprentice 1st Period Double Time) HR $142.13 $0.00 $147.35 $0.00 86 Apprentice 2nd Period (Double Time) HR $152.36 $0.00 $157.98 $0.00 67 Apprentice 3rd Period (Double Time) HR $162.56 $0.00 $168,63 $0.00 88 Apprentice 4th Period (Double Time) HR $172.79 50.00 $179.29 $0.00 89 Apprentice 5th Period (Double Time) HR $182.99 $0.00 $189.94 $0.00 90 Apprentice 6th Period (Double Time) HR $193.22 $0.00 $200.60 $0.00 91 Apprentice 7th Period (Double Time) HR $203.42 $0,00 $211.22 $0.00 92 Subsistence EA $50.00 $0.00 $50.00 $0.00 93 Missed Meals Paid per Classification Pert IBEW Agreement) EA 94 Not used 95 Crew Truck HR $23.30 $0.00 $24.45 $0.00 96 Squirt Boom HR $45.05 $0.00 $47.25 $0.00 97 55' Bucket HR $49.45 $0.00 $51.70 $0.00 98 55' Digger HR $28.30 $0.00 $28.90 $0.00 99 Pole Trailer HR $2.00 $0.00 $2.00 $0.00 100 Water Buffalo HR $3.55 $0.00 $3.70 $0.00 101 Pickup HR $21.00 $0.00 $22.15 $0.00 102 lOk Forklift HR $34.85 $0.00 $34.95 $0.00 103 Dump Trailer HR $200 $0.00 $2.00 $0.00 104 Puller - Hogg Davis HR $15.65 $0.00 $16.20 $0.00 105 Duct Dawg UG Puller HR $17.90 $0.00 $18.05 $0.00 106 3 Reel Trailer HR $1.50 $0.00 $1.50 $0.00 107 Single Reel HR $1.15 $0.00 $1.15 $0.00 108 Generator 2kW HR $21.00 $0.00 $22.05 $0.00 109 Generator 25-35 kW HR 1 $26,00 $0.00 $27.30 $0.00 110 Generator 50kW HR $29.00 $0.00 $30.45 $0.00 111 Generator 51+ kW Cosi PLus 112 Daily Rates Include (1) FM, (2)1L, (1) AP Squirt, 55' Bucket, 55' Digger, Pole Trailer, Water Butt +Support 113 CH Daily Crew Rate - Wan I HR 1 $1,145.00 $0.00 $1,190.80 $0.00 114 OH Daily Crew Rate - 4Man DAY $11,450.00 $0.00 $,66.40 $0.00 115 OH Daily Crew Rate - 4Man PT HR $1,410.00 $0.00 $1 $1,466.40 4 $0.00 116 OH Daily Crew Rate - 4Man PT DAY $14,100.00 $0.00 $14,664.00 $0.00 TRENCHING AND EXCAVATION 117 Operated Vac Truck DAY $4,630.00 $0.00 $4,748.00 $0.00 118 Conduit Repairs - Cost Plus Mark-up COST PLUS 119 Contaminated Soil Disposal - Cost Plus Mark-up COST PLUS 120 Permitting - Cost Plus Mark-up COST PLUS 121 Minor Dewatering CY $332.60 $0.00 $342.00 $0.00 122 Trench Plates (supply/install/removal) - Cost Plus Mark-up COST PLUS 123 General Foreman (Straight Time) HR $164.64 $0.00 $171.22 $0.00 124 Foreman (Straight Time ( g ) HR $156.41 $0.00 $162.67 $0.00 125 Line Equipment Operator (Straight Time) HR $119.79 $0.00 $124.58 $0.00 126 Fab Tech (Straight Time) HR $110.68 $0.00 $115.11 $0.00 127 Groundman Straight Time) HR $97.62 $0.00 $10152 $0.00 128 General Foreman (Double Time) HR $263.53 $0.00 $274.07 $0.00 129 Foreman (Double Time) HR $249.12 $0.00 $259.08 $0.00 130 Line Equipment Operator (Double Time) HR $186.39 $0.00 $193.85 $0.00 131 Fab Tech Double Time HR $173.95 $0.00 $180.91 $0.00 132 Groundman (Double Time) HR $148.10 $0.00 $154.02 $0.00 133 Crew Truck HR $30.00 $0.00 $30.00 $0,00 134 Dump Truck 10 CY HR $66.00 $0.00 $66.00 $0.00 135 Water Wagon Ha $18.00 $0.00 $18,00 $0.00 136 Water Truck 4000 Gal. HR $78.00 $0.00 $78.00 $o.00 137 Float Tractor HR $72.00 $0.00 $72.00 $0.00 138 Backhoe - CAT 420 HR $57.00 $0.00 $57.00 $0.00 139 Backhoe Breaker DAY $380.00 $0.00 $380.00 $0.00 140 Excavator - CAT 308 HR $72.00 $0.00 $72.00 $0.00 141 Excavator - CAT 315 HR $97.00 $0.00 $97.00 $0.00 142 Skid Steer - CAT 299 HR $88.00 $0.00 $88.04 $0.00 143 Dump Trailer HR $18.00 $0.00 $18.00 $0.00 144 Equipment Trailer 15 T HR $18.00 $0.00 $1e.00 $0.00 145 Hydro Vac Truck HR $275.00 $0.00 $275.00 $0.00 146 Lo -Drill LAD HR $269.00 $0.00 $269.00 $0.00 147 Telescoping Aerial Lift up to 42 ft HR $47.00 $0.00 $47.00 $0.00 148 Telescoping Aerial Lift up to 55 ft HR $59.00 $0.00 $59.00 $0.00 149 Portable Air Compressor - Portable or Skid Mount HR $21.40 $0.00 $21.00 $0.00 150 Jack Hammer, Chipping Hammer HR $12.00 $0.00 $12.00 $0.00 151 25' Air Compressor Hose HR $7.00 $0.00 $7.04 $0.00 152 100 CFM air compressor - up to 100 psi HR $23.00 $o.00 $23.00 $0.00 153 250 to 599 CFM air compressor - up to 100 psi HR $32.00 $0.00 $32.00 $0.00 154 600 to 899 CFM air compressor - up to 200 psi Ha $56.00 $o.00 $56.00 1$0.40 155 900 CFM to 1,150 CFM air compressor - to 350 psi HR $176.00 $0.00 $176.001 $0.00 156 1,300 CFM to 1,600 CFM air compressor - up to 200 psi HR $263.00 $0.00 $263.00 $0.00 157 14000-16000 Lbs Back hoe 74hp HR $57.00 $0.00 $57.00 $0.00 158 16001-18000 Lbs Back hoe 97hp HR $60.00 $0.00 $60.00 $0.00 159 Barricades HR $0.15 $0.00 $0.15 $0.00 160 Underground Piercing Tool Pneumatic - 2 DAY $176.00 $0.00 $176.00 $0.00 161 Underground Piercing Tool Pneumatic - 3" HR $23.00 $0.00 $23.00 $0.00 162 Underground Piercing Tool Pneumatic - 4" HR $53.00 $0.00 $53.00 $0.00 163 Hand Held Rammer Tamper HR $16.00 $0.00 $16.00 $0.00 164 Single direct vibratory plate compactor - 110 - 240 Ib DAY $59.00 $0.00 $59.00 $0.00 165 Dual direction vibratory plate compactor - 660 - 1,800 Ib HR $35.00 $0.00 $35.00 $0.00 166 20" to 30" dual drum (pad or smooth) HR $36.00 $0.00 $36.00 $0.00 167 24' to 34" trench roller - smooth or pad drum HR $50.00 $0.00 $50.00 $0.00 168 36" Double Smooth Drum Roller HR $38.00 $0.00 $38.00 $0.00 169 47" Double Smooth Drum Roller HR $38.00 $0.00 $38.00 $o.00 170 84" Double Smooth Drum Roller HR $140.00 $0.00 $140.00 $0.00 17166" Single Smooth Drum Roller or Padfoot Compactor HR $108.00 $0.00 $108.00 $0.00 172 84" Smooth Drum or Pad Foot Compactor HR $113.00 $0.00 $113.00 $0.00 173 4 Wheeled compactor with blade HR $296.00 $0.00 $296.00 $0.00 174 8 X 20 DAY $35.00 $0.00 $35.00 $0.00 175 4,000 - 7,999 LB Lift Truck HR $59.00 $0.00 $59.00 $0.00 176 8,000 - 11,999 LB Lift Truck HR $88.00 1 $0.00 $88.00 $0.00 177 30,000 - 36,000 LB Lit Truck HR $129.00 $0.00 $129.00 $0.00 178 22 to 30 Ton Rough Terrain Hydraulic Crane - 72 FT boom HR $140.00 $0.00 $140.00 $0.00 179 50 to 65.9 Ton Rough Terrain Hydraulic Crane - 110 FT boom HR $205.00 $0.00 $205.00 $0.00 180 66 to 80.9 Ton Rough Terrain Hydraulic Crane - 114 FT boom HR $211.00 $0.00 $211.00 $0.00 181 28 Ton HR $129.00 $0.00 $129.00 $0.00 182 80 to 104 HP LGP Crawler Tractor - Bare Back HR $119.00 $0.00 $119.00 $0.00 183 105 to 129 HP LGP Crawler Tractor- Bare Back HR $148.00 $0.00 $148.00 $0.00 184 190 to 259 HP LGP Crawler Tractor - Bare Back HR $278.00 $0.00 $278.00 $0.00 185 70 to 84 HP Standard Crawler Tractor - Bare Back HR $89.00 $0.00 $89.00 $0.00 186 80 to 104 HP Standard Crawler Tractor- Bare Back HR $113.00 $0.00 $113.00 $0.00 187 105 to 129 HP Standard Crawler Tractor - Bare Back HR $130.00 $0.00 $130.00 $0.00 188 160 to 189 HP Standard Crawler Tractor - Bare Back HR $142.00 $0.00 $142.00 $0.00 189 190 to 259 HP Standard Crawler Tractor - Bare Back HR 1 $261.00 $0.00 $261.00 $0.00 190 260 to 359 HP Standard Crawler Tractor - Bare Back HR $320.00 $0.00 $320.00 $0.00 191 6 Way Dozer HR $89.00 $0.00 $89.00 $0.00 192 Standard Crawler Tractor with Blade to 80 hp HR $89.00 $0.00 $89.00 $0.00 193 Standard Crawler Tractor with Blade 85 - 100 hp HR $113.00 $0.00 $113.00 $0.00 194 Standard Crawler Tractor with Blade 105 - 150 hp HR $130.00 $0.00 $130.00 $0.00 195 ATV Quad HR $14.00 $0.00 $14.00 $0.00 196 ATV Gator UTV HR $22.00 $0.00 $22.00 $0.00 197 Dozer D6 w Rippers HR $136.00 $0.00 $136.00 $0.00 198 Dozer D6 w/Winch HR $178.00 $0.00 $178.00 $0.00 199 40 ft reach HR $47.00 $0.00 $47.00 $0.00 200 60 ft Reach HR $59.00 $0.00 $59.00 $0.00 201 Hand Held Locator HR $12.00 $0.00 $12.00 $0.00 202 Scraper 11 yard HR $207.00 $0.00 $207.00 $0.00 203 Scraper 16 yard HR $237.00 $0.00 $237.00 $0.00 204 Scraper 23 yard HR $296.00 $0.00 $296.00 $0.00 205 Crawler Mounted Hydraulic Excavator 3.1 to 4.0 Ton Hydraulic Excavator HR $47.00 $0.00 $47.00 $0.00 206 Crawler Mounted Hydraulic Excavator 5.1 to 6.0 Ton Hydraulic Ex-cavatOr HR $53.00 $0,00 $53.00 $0.00 207 Crawler Mounted Hydraulic Excavator 6.1 to 8.0 Ton Hydraulic Excavatol HR $72.00 $0.00 $72.00 $0.00 208 Crawler Mounted Hydraulic Excavator 12.1 to 14.0 Ton Hydraulic Excava HR $83.00 $0.00 $83.00 $0.00 209 Crawler Mounted Hydraulic Excavator 14.1 to 16.0 Ton Hydraulic Excava HR $89.00 $0.00 $89.00 $0.00 210 Crawler Mounted Hydraulic Excavator 16,1 to 19.0 Ton Hydraulic Excava HR $97.00 $0.00 $97.00 $0.00 211 Crawler Mounted Hydraulic Excavator 19.1 to 21.0 Ton Hydraulic Excava HR $130.00 $0,00 $130.00 $0.00 212 Crawler Mounted Hydraulic Excavator 21.1 to 24.0 Ton Hydraulic Excava HR $136.00 $0.00 $136.00 $0.00 213 Crawler Mounted Hydraulic Excavator 24.1 to 28.0 Ton Hydraulic Excava HR $148.00 $0.00 $148.00 $0.00 214 Crawler Mounted Hydraulic Excavator 28.1 to 33.0 Ton Hydraulic Excava HR $178.00 $0.00 $178.00 $0.00 215 Crawler Mounted Hydraulic Excavator 33.1 to 40.0 Ton Hydraulic Excava HR $243.00 $0.00 $243.00 $0.00 216 Crawler Mounted Hydraulic Excavator 40.1 to 50.0 Ton Hydraulic Excava HR $290.00 $0.00 $290.00 $0.00 217 Crawler Mounted Hydraulic Excavator 66.1 to 90.0 Ton Hydraulic Excava HR $403.00 $0.00 $403.00 $0.00 218 Crawler Mounted Hydraulic Excavator Feller Buncher HR $243.00 $0.00 $243.00 $0.00 219 Attachment 2500 to 3000 Pound HR $88.00 $0.00 $88.00 $0.00 220 Excavator Backhoe HR $403.00 $0.00 $403.00 $0.00 221 Attachment 4500 Pound HR $117.00 $0.00 $117.00 $0.00 222 Attachment 8000 Pound HR $176.00 $0.00 $176.00 $0.00 223 Attachment 10000 Pound HR $ .00 $0.00 $$19.00 $0.00 224 Attachment 24" to 36" Compactor Wheel HR $22 $22.00 $0.00 $22.00 $0.00 225 Attachment Brush Hog DAY $351.00 $o.00 $351.00 $0.00 226 Attachment Sheers DAY $965.00 $0.00 $965.00 $0.00 227 10K Reach HR $83.00 $0.00 $83.00 $0.00 228 12K HR $83.00 $0.00 $83.00 $0.00 229 15K HR $83.00 $0.00 $83.00 $0.00 230 4K HR $41.00 $0.00 $41.00 $0.00 231 6K Reach HR $53,00 $0.00 $53.00 $0.00 232 6K RT HR $53.00 $0.00 $53.00 $0.00 233 8k Reach HR $59.00 $0.00 $59.00 $0.00 234 4 Light 20 to 30 FT Mast HR $15.00 $0.00 $15.00 $0.00 235 2 to 5 kW Gasoline HR $21.00 $0.00 $21.00 $0.00 236 25 -35 kW Diesel HR $26.00 $0.00 $26.00 $0.00 237 50 kW Diesel HR $29.00 $0.00 $29.00 $0.00 238 130 to 144 HP Motor Grader - Bare Back HR $119.00 $0.00 $119.00 $0.00 239 145 to 169 HP Motor Grader- Bare Back HR $119.00 $0.00 $119.00 $0.00 240 170 to 199 HP Motor Grader - Bare Back HR $172.00 $0.00 $172.00 $0.00 241 200 to 249 HP Motor Grader - Bare Back HR $219.00 $0.00 $219.00 $0.00 242 Laser GPS HR $41.00 $0.00 $41.00 $0.00 243 Articulated Frame 251 to 275 HP Motor Grader - Bare Back HR $234.00 $0.00 $234.00 $0.00 244 Laymore Power Broom HR $59.00 $0.00 $59.00 $o.00 245 4 Wheel Enclosed Cab HR $63.00 $0.00 $63.00 $0.00 246 Sweeper Truck HR $124.00 $0.00 $124.00 $0.00 247 Chainsaw HR $6.00 $0.00 $6.00 $0.00 248 Concrete Saw HR $12.00 $0.00 $12.00 $0.00 249 Butt Fusion Machine HR $23.00 $0.00 $23.00 $0.00 250 Concrete Float HR $43.00 $0.00 $43.00 $0.00 251 Rebar Cutter Bender HR $9.00 $0.00 $9.00 $0.00 252 Laser Grader DAY $117.00 $0.00 $117.00 $0.00 253 Emulison Sprayer HR $18.00 $0.00 $18.00 $0.00 254 Asphalt Paving Machine 8' Screed HR $237.00 $0.00 $237.00 $0.00 255 Fire Suppression HR $18.00 $0.00 $18.00 $0.00 256 Cargo Trailer HR $18.00 $0.00 $18.00 $0.00 257 Drop Deck HR $18.00 $0.00 $18.00 $0.00 258 Chipper Straw Blower HR $88.00 $0.00 $88.00 $0.00 259 750 Gallon Hydro Seeder HR $124.00 $0.00 $124.00 $0.00 260 Concrete Bucket for Loader HR $29.00 $0.00 $29.00 $0.00 261 6x10 Trench Plate DAY $35.00 $0.00 $35.00 $o.00 262 K Rail- 20' DAY $7.00 $0.00 $7.00 $0.00 263 Tucker Snowcat HR $205.00 $0.00 $205.00 $0.00 264 Pole Dolly HR $12.00 $0.00 $12.00 $0.00 265 Utility HR $18.00 $0.00 $18.00 $0.00 266 Air Compressor HR $146.00 $0.00 $146.00 $0.00 267 2000 Gallon Water Trailer HR $47.00 $0.00 $47.00 $0.00 268 Equipment Trailer to 7 Ton HR $18.00 $0.00 $1&00 $0.00 269 Equipment Trailer to 10 to HR $18.00 $0.00 $18.00 $0.00 270 Equipment Trailer to 15 to HR $18.00 $0.00 $18.00 $0.00 271 Flatbed Trailer HR $18.00 $0.00 $18.00 $0.00 272 Gas Pipe Trailer HR $18.00 $0.00 $18.00 $0.00 273 Gas Pipe Trailer HR $18.00 $0.00 $18.00 $0.00 274 550 Gallon Water Buffalo Trailer HR $18.00 $0.00 $ls.0o $0.00 275 800 Gallon, Water Buffalo Trailer HR $18.00 $0.00 $18.00 $0.00 276 500 Gal. Vacuum Trailer w/ pressure washer HR $59.00 $0.00 $59.00 $0.00 277 800 - 1000 Gallon Mud Hog HR $76.00 $0.00 $76.00 $0.00 278 Traffic Control Arrow Boards HR $16.00 $0.00 $16.00 $0.00 279 Tra is Control Message Board HR $29.00 $0.00 $29.00 $0.00 280 Pole Trailer HR $12.00 $0.00 $12.00 $0.00 281 Beaver Tail Equipment Trailier HR $12.00 $0.00 $12.00 $0.00 282 Tilt Bed Equipment Trailer HR $14.00 $0.00 $14.00 $0.00 283 Conduit Trailer HR $9.00 $0.00 $9.00 $0.00 284 Winch Trailer HR $23.00 $0.00 $23.00 $0.00 285 Bitumen Trailer Emulsion Sprayer HR $12.00 $0.00 $12.00 $0.00 286 EZ Hauler Backyard Machine HR $35.00 $0.00 $35.00 $0.00 287 EZ Hauler Backyard Cart HR $12.00 $0.00 $12.00 $0.00 288 Trailer, Office HR $23.00 $0.00 $23.00 $0.00 289 Float or Deck HR $18.00 $0.00 $18.00 $0.00 290 38 - 45 Ft Flatbed or Van HR $23.00 $0.00 $23.00 $0.00 291 All 20 to 49.9 Ton Capacity Eq./Lowboy Ramp/RGN Trailers HR $29.00 1 $0.00 $29.00 $0.00 292 All 50.0 to 74.9 Ton Capacity Eq. Lowboy Ramp/RGN Trailers HR $35.00 $0.00 $35.00 $0.00 293 All Eq./Utility/Dump Trailers - 500 to 3,499 LB Max Capacity HR $12.00 $0.00 $12.00 $0.00 294 Dump Trailers - 3,500 to 9,999 LB Max Capacity HR $14.00 $0.00 $14.00 $0.00 295 All Eq. Utility Dump Trailers - 10,000 to 25,999 LB Max Capacity HR $18.00 $0.00 $18.00 $0.00 296 All Eq. Utility Dump Trailers - 26,000 to 39.999 LB Max Capacity HR $18.00 $0.00 $18.00 $0.00 297 All 8 to 20 FT Cargo Trailers, Tool Trailer HR $18.00 $0.00 $18.00 $0.00 298 All 21 to 28 FT Cargo Trailers HR $29.00 $0.00 $29.00 $0.00 299 3/4 TN Crew or Standard Cab Pickup HR $24.00 1 $0.00 $24.00 $0.00 300 1 Ton 44 Crew Pickup with tools HR $30.00 $0.00 $30.00 $0.00 301 3/4 TN Pickup with compressor HR $30.00 $0.00 $30.00 $0.00 302 3 4 TN ramp pickup with compressor HR $30.00 $0.00 $30.00 $0.00 303 1 TN Stake Flat Bed Crew or Standard Cab Pickup HR $30.00 $0.00 $30.00 $0.00 304 Large Lube/Fuel Combination Truck HR $42.00 $0.00 $42.00 $0.00 305 Small lube Fuel Combination Truck HR $36.00 $0.00 $36.00 $0.00 306 2 to 4.9 Ton Flat Bed Truck HR $36.00 $0.00 $36.00 $0.00 307 5.0 to 9.9 Ton Flat Bed Truck HR $42.00 $0.00 $42.00 $0.00 308 5 CY Dump Truck HR $60.00 $0.00 $60.00 $0.00 309 Up to 5 CY Dump Truck HR $60.00 $0.00 $60.00 $0.00 310 10 CY Dump Truck HR $66.00 $0.00 $66.00 $0.00 311 26 Ton Truck with Transfer Trailer HR $78.00 $0.00 $78.00 $0.00 312 40 Tn articulated truck HR $306.00 $0.00 $306.00 $0.00 313 35 Tn off road dump HR $294.00 $0.00 $294.00 $0.00 314 60 tn rock truck HR $90.00 $0.00 $90.00 $0.00 315 2,000 Gallon Water Truck HR $66.00 $0,00 $66.00 $0.00 316 4,000 Gallon Water Truck HR $78.00 $0.00 $78.00 $0.00 317 Rollback Truck Semi with bed & winch HR $78.00 $0.00 $78.00 $0.00 318 10 to 20 ft Bed HR $54.00 $0.00 $54.00 $0.00 319 2 Tn Flatbed, Flatbed Dump HR $24.00 $0.00 $24.00 $0.00 320 3 - 5 to Flatbed HR $24.00 $0.00 $24.00 $0.00 321 3,250 to 4,250 Gallon Water Truck HR $78.00 $0.00 $78.00 $0.00 322 Hydro Excavation Truck- Pressure Washer, Vacuum, and Dump Bed HR $375.00 $0.00 $375.00 $0.00 323 3,4,5 Axle Semi Tractor with Trailers- Legal Weight HR $78.00 $0.00 $78.00 $0.00 324 3,4,5 Axle Semi Tractor with Trailers - Oversize/ Over weight HR $90.00 $0.00 $90.00 $0.00 325 5th Wheel Truck railer HR $78.00 $o.00 $7a.00 $0.00 326 Bed Truck HR $90.00 $o.00 $90.00 $0.00 327 Tractor and Lowbed Trailer HR $90.00 $o.00 $90.00 $0.00 328 Tractor and End Dump Trailer HR $78.00 $0.00 $78.00 $0.00 329 Crane 12 - 15 Ton HR $146.00 $0.00 $146.00 $0.00 330 Crane 12 - 15 Ton HR $170.00 $0.00 $170.00 $0,00 331 Crane 22 Ton HR $158.00 $0.00 $158.00 $0.00 332 Crane 23 Ton HR $170.00 $0.00 $170.00 $0.00 333 Crane 30 Ton HR $170.00 $0.00 $170.00 $0.00 334 Crane 35 Ton HR $193.00 $0.00 $193.00 $0.00 335 Crane 40 Ton HR $199,00 $0.00 $199.00 $0.00 336 Crane 45 Ton HR $205.00 $0.00 $205.00 $0.00 337 Crane 50 Ton HR $216.00 $0.00 $216.00 $0.00 338 Crane 60 Ton HR $222.00 $0.00 $222.00 $0.00 339 Crane 70 Ton HR $234.00 $0.00 $234.00 $0.00 340 Crane 100 Ton HR $293.00 $0.00 $293.00 $0.00 341 Terix Commander 4045 Digger Derrick HR $59.00 $0.00 $59.00 $0.00 342 Terix Commander 6030 Digger Derrick HR $65.00 $0.00 $65.00 $0,00 343 Texoma 330 HR $148.00 $0.00 $148.00 $0.00 344 Texoma 500 HR $178.00 $0.00 $178.00 $0.00 345 Texoma 600 HR $178.00 $0.00 $178.00 $0.00 346 Texoma 650 HR $207.00 $0.00 $207.00 $0.00 347 Texoma 650 HR $207.00 $0.00 $207.00 $0.00 348 FMC Digger HR $237.00 $0.00 $237.00 $0.00 349 All Terraine Truck racked 30000 Ib CAP HR $178.00 $0.00 $173.00 $0.00 350 All Terraine Truck racked 50000 Ib CAP HR $178.00 $0.00 S178.00 $0.00 351 40000 Ib Truck Mounted Drill Up to 72' dia 40' Depth HR $296.00 $0.00 $296.00 $0.00 352 45000 Ib Truck Mounted All Wheel Drive 72' dia 45' Depth HR $354.00 $0,00 $354.00 $0.00 353 Flagger Pick up HR $30.00 $0.00 $30.00 $0.00 354 Boom mounted rock drill with compressor HR $936.00 $0.00 $936.00 $0.00 355 Welding Rig HR $60.00 $0.00 $60.00 $0.00 356 Tool Truck/Van HR $42.00 $0.00 $42.00 $0.00 357 Tool Truck Van HR $42.00 $0.00 $42.00 $0.00 358 Directional Driller Support Truck HR $60.00 $0.00 $60.00 $0.00 359 Bore Slurry Reclaimer HR $60.00 $0.00 $60.00 $0.00 360 Mechanic HR $90,00 $0.00 $90.00 $0.00 361 Service Truck HR $90.00 $0.00 $90.00 $0.00 362 Water Truck 2000 Gallon HR $66.00 $0.00 $66,00 $0.00 363 4 Wheel Drive Articulated Loaders 120 to 134 HP Articulated Wheel Loac HR $107.00 $0.00 $107.00 $0.00 364 4 Wheel Drive Articulated Loaders Track Loader HR $148.00 $0.00 $148.00 $0.00 365 4 Wheel Drive Articulated Loaders 135 to 145 HP Articulated Wheel Loai HR $119.00 $0.00 $119.00 $0.00 366 4 Wheel Drive Articulated Loaders 175 to 199 HP Articulated Wheel Loac HR $166.00 $0.00 $166.00 $0.00 367 4 Wheel Drive Articulated Loaders 200 to 224 HP - Articulated Wheel Loz HR $207.00 $0.00 $207.00 $0.00 368 4 Wheel Drive Articulated Loaders 250 to 274 HP - Articulated Wheel Loz HR $243.00 $0.00 $243.00 $0.00 369 4 Wheel Drive Articulated Loaders 4 in 1 Bucket Attachment with Scales DAY $117.00 $0.00 $117.00 $0.00 370 Tractor Loader Backhoe HR $72.00 $0.00 $72.00 $0,00 371 Mini Skidsteer HR $38.00 $0.00 $38.00 $0.00 372 Midi Skidsteer HR $75.00 $0.00 $75.00 $0.00 373 Skidsteer HR $88.00 $0.00 $88.00 $0.00 374 Hydraulic Breaker - Mounted to all size Tractor Loader Backhoes DAY $380.00 $0.00 $380.00 $0.00 375 Hydraulic Breaker- Mounted to 3.1 to 8.0 Ton Hydraulic Excavator DAY $330.00 $0.00 $380.00 $0.00 376 Hydraulic Breaker - Mounted to 8.1 to 21.0 Ton Hydraulic Excavator DAY $913.00 $0.00 $913.00 $0.00 377 Hydraulic Breaker - Mounted to 21.1 to 40.0 Ton Hydraulic Excavator DAY $1,404.00 $0.00 $1,404.00 $0.00 378 Hydraulic Breaker - Mounted to 40.1 to 90.0 Ton Hydraulic Excavator DAY $1,755.00 $0.00 $1,755.00 $0.00 379 Vibratory Plate - Mounted to all size Tractor Loader Backhoes DAY $410.00 $0.00 $410.00 $o.00 380 Vibratory Plate - Mounted to 3.1 to 8.0 Ton Hydraulic Excavator DAY $351.00 $0.00 $351.00 $0.00 381 Vibratory Plate - Mounted to 8.1 to 21.0 Ton Hydraulic Excavator DAY $351.00 $0.00 $351.00 $0.00 382 Vi ratory Plate - Mounted to 21.1 to 40.0 Ton Hydraulic Excavator DAY $351.00 $0.00 $351.00 $0.00 383 Vibratory Plate - Mounted to 40.1 to 90.0 Ton Hydraulic Excavator DAY $351.00 $0.00 $351.00 $0.00 384 Compaction Wheel or Bucket - Mounted to all size Tractor Loader Back -h( DAY $117.00 $0.00 $117.00 $0.00 385 Compaction Wheel or Bucket - Mounted to 3.1 to 8.0 Ton Hydraulic Exca DAY $117.00 $0.00 $117.00 $0.00 386 Compaction Wheel or Bucket- Mounted to 8.1 to 21.0 Ton Hydraulic Exc DAY $146.00 $0.00 $146.00 $0,00 387 Compaction Wheel or Bucket - Mounted to 21.1 to 40.0 Ton Hydraulic E DAY $176.00 $0.00 $176.00 $0.00 388 Compaction Wheel or Bucket - Mounted to 40.1 to 90.0 Ton Hydraulic E> DAY $293.00 $0.00 $293.00 $0.00 389 Clam Bucket Attachment - Mounted to 21.1 to 40.0 Ton Hydraulic Excav HR $35.00 $0.00 $35.00 $0.00 390 Asphalt Planer/Grinder Attachment - Skidsteer HR $88.00 $0.00 $88.00 $0.00 391 Asphalt Planer Grinder Attachment - Tractor Loader Backhoe HR $117.00 $0.00 $117.00 $0.00 392 Asphalt Planer Grinder Attachment - Artic. Wheel Loader HR $146.00 $0.00 $146.00 $0.00 393 Asphalt Planer Grinder Attachment - Artic. Wheel Loader HR $176.00 $0.00 $176.00 $0.00 394 Sheetpile Driver/Extractor w/ Power Pack Attachment DAY $527.00 $0.00 $527.00 $0.00 395 Sheetpile Driver/Extractor W Power Pack Attachment DAY $585.00 $0.00 $585.00 $0.00 396 Forks or Cat 924 through Cat 938 Loader DAY $176.00 $0.00 $176.00 $0.00 397 Forks for Cat 950 through Cat 966 Loader DAY $234.00 $0.00 $234.00 $0.00 398 Forks for Tractor Loader Backhoe DAY $117.00 $0.00 $117.00 $0.00 399 Thumb - Mounted to 8.1 to 21.0 Ton Hydraulic Excavator HR $6.00 $0.00 $6.00 $0.00 400 Thumb - Mounted to 21.1 to 40.0 Ton Hydraulic Excavator HR $12.00 $0.00 $12.00 $0.00 401 Thumb - Mounted to 40.1 to 90.0 Ton Hydraulic Excavator HR 1 $12.00 $0.00 $12.00 $0.00- 402 Single Tooth Ripper - 70 to 104 HP Standard Crawler Tractor HR $59.00 $0.00 $59.00 $0.00 403 Single Tooth Ripper - 105 to 189 HP Standard Crawler Tractor HR $59.00 $0.00 $59.00 $0.00 404 Single Tooth Ripper - 190 to 359 HP Standard Crawler Tractor HR $59.00 $0.00 $59.00 $0.00 405 Multiple Tooth Ripper - 70 to 104 HP Standard Crawler Tractor HR $59.00 $0.00 $59.00 $0.00 406 Multiple Tooth Ripper- 105 to 189 HP Standard Crawler Tractor HR $59.00 $0.00 $59.00 $0.00 407 Multiple Tooth Ripper - 190 to 359 HP Standard Crawler Tractor HR $59.00 $0.00 $59.00 $0.00 408 Multiple Tooth Ripper- 130 to 180 HP Articulated Grader HR $59.00 $0.00 $59.00 $0.00 409 Multiple Tooth Ripper - 185 and Greater Articulated Grader HR $59.00 $0.00 $59.00 $0.00 410 Winch - 105 to 189 HP Standard Crawler Tractor HR $47.00 $0.00 $47.00 $0.00 411 Winch - 190 to 359 HP Standard Crawler Tractor HR $99.00 $0.00 $99.00 $0.00 412 Broom AttachmentMounted to any size Skidsteer Loader HR $14.00 $0.00 $14.00 $0.00 413 BXR 50 Hydraulic Breaker, Breaker for Bobcat DAY $88.00 $0.00 $8s.0o $0.00 414 Mcmillen Auger 12 to 24 inch Diameter DAY $117.00 $0.00 $117.00 $0.00 415 Large Gas Wacker Rammer DAY $176.00 $0.00 $176.00 $0.00 416 Small Gas Wacker Rammer DAY $117.00 $0.00 $117.00 $0.00 417 Diesel Plate Compactor DAY $117.00 $0.00 $117.00 $0.00 418 Roller 36 inch smooth drum DAY $117.00 $0.00 $117.00 $0.00 419 FAE Forestry Mulcher 62" HR $146.00 $0.00 $146.00 $0.00 420 Wheel Loader Attachment HR $322.00 $0.00 $322.00 $0.00 421 Skidsteer Attachment HR $23.00 $0.00 $23.00 $0.00 422 Linetrac 527 HR $415.00 $0.00 $415.00 $0.00 423 CAT 321 with Pole Setter HR $296.00 $0.00 $296.00 $0.00 424 CAT 315, Kom 308, 1D 85 with Pole Setter HR $261.00 $0.00 $261.00 $0.00 425 UTV All Terrain Digger Derrick HR $296.00 $0.00 $296.00 $0.00 426 XL UTV All Terrain Digger Derrick HR $385.00 $0.00 $385.00 $0.00 427 XXL UTV All Terrain Digger Derrick HR $415.00 $0.00 $415.00 0.00 428 Menzi Muck with Pole Setter HR $278.00 $0.00 $278.00 50.00 $ 429 Outback All Terrain Digger Derrick HR $296.00 $0.00 $296.00 $0.00 430 Outback All Terrain Bucket HR $296.00 $0.00 $296.00 $0.00 431 Backyard Machine with Bucket & Bits HR $47.00 $0.00 $47.00 $0.00 432 Rock Hammer Drill HR $474.00 $0.00 $474.00 $0.00 433 Rock Hammer Drill XL HR $533.00 $0.00 $533.00 $0.00 434 Lo Dril LAD Speacialty Low Over Head Clearance HR $269.00 $0.00 $269.00 $0.00 435 Lo Dril Backhoe Speacialty Low Over Head Clearance HR $269.00 $0.00 $269.00 $0.00 436 Lo Dril 20/60 HR $269.00 $0.00 $269.00 $0.00 437 Lo Dril 30/60 HR $302.00 $0.00 $302.00 $0.00 438 Lo Dril 40/60 HR $354.00 $0.00 $354.00 $0.00 439 Lo Dril 6076-0 HR $416.00 $0.00 $416.00 $0.00 440 Lo Dril TR100 HR $533.00 $0.00 $533.00 $0.00 441 Off Road Water Truck HR $132.00 $0.00 $132.00 $0.00 442 Off Road Dump Truck HR $132.00 $0.00 $132.00 $0.00 443 Off Road Concrete Mixer HR $180.00 $0.00 $180.00 $0.00 444 Pole Setting EquipmentHR $415.00 $0.00 $415.00 $0.00 445 Track Bucket TM 65' Insulated HR $282.50 $0.00 $282.50 $0.00 446 Track Bucket TM 80 Insulated HR $339.00 $0.00 $339.00 $0.00 447 Track Bucket TM 100' Insulated HR $415.00 $0.00 $415.00 $0.00 448 Pile Driving Machine HR $830.00 $0.00 $830.00 $0.00 449 Grout Pump HR $117.00 $0.00 $117.00 $0.00 450 Mega Deck Matting DAY $10.00 $0.00 $10.00 $0.00 451 1D 85hp Mower Unit HR $111.00 $0.00 $111.00 $0.00 452 Truck Mounted Compressor HR $380.00 $0.00 $380.00 $0.00 453 Cleaning of up to 1000 Mats EA $40.00 $0.00 $40.00 $0.00 454 Cleaning of 1001+ Mats EA $35.00 $0.00 $35.00 $0.00 455 Rough Terrain Wheeled Tele Pole Setter HR $296.00 $0.00 $296.00 $0.00 456 1500 hp Tractor with Road Grinder HR $889.00 $0.00 $889.00 $0.00 457 Fire Suppression Flyable Rig HR $23.00 $0.00 $23.00 $0.00 458 Flyable Concrete Hopper HR $15.00 $0.00 $15.00 $0.00 459 Slope Board Attachment HR $25.00 $0.00 $25.00 $0.00 460 Plow Cat HR $1,085.00 $0.00 $1,085.00 $0.00 TRAFFIC CONTROL 461 Additional Flagger (Straight Time) HR $109.04 $0.00 $110.91 $0.00 462 Additional Flagger (Over Time) HR $125.61 1 $0.00 $128.31 $0.00 463 Hourly Adder f-11 DAY $244.93 $0.00 $250.19 $0.00 464 Hourly Adder T-12 DAY $123.65 $0.00 $126.32 $0.00 465 Hourly Adder T-13 DAY $244.93 $0.00 $250.19 $0.00 466 Cms Boards DAY $202.00 $0.00 $202.00 $0.00 467 Arrow Boards DAY $97.75 $0.00 $97.75 $0.00 468 Light Towers DAY $127.00 $0.00 $127.00 $0.00 469 IGLO BUG W/ Generator DAY $127.00 $0.00 $127.00 $0.00 470 Lane Closure Truck (Loaded) DAY $330.00 $0.00 $330.00 $0.00 471 Flagging Pickup (Coded)DAY $250.00 $0.00 $250.00 $0.00 472 Pilot Car DAY $200.00 $0.00 $200.00 $0.00 $0.00 $0.00 777 Cypress Avenue, Redding, CA 96001 PO BOX 496071, Redding, CA 96049-6071 cityofredding.org EMBIRM REQUEST FOR PROPOSAL TO PROVIDES ELECTRIC UTILITY LINE CONSTRUCTION SERVICES TO THE CIT'i 600616161LIF•- In accordance with the provisions of the Municipal Code of the City of Redding, sealed proposals must be submitted to the City Clerk's 3rd floor office of the City of Redding, located at City Hall, 777 Cypress Avenue, Redding, California 96001 prior to 3:00 P.M. PST, Monday, April 10, 2023, for furnishing the City of Redding a proposal for providing Electric Utility Line Construction Services to the City of Redding, per specifications and general conditions. PROPOSALS RECEIVED AFTER THIS TIME AND DATE WILL NOT BE ACCEPTED *R CONSIDERED. The said proposals will be opened at 3-00 P.M. PST, on Monday, April 10, 2023, in the designated City Hall Conference Room as posted in the main lobby of City Hall, 777 Cypress Avenue, Redding, California. iiiiiii'villigillillill willillillillillilillillillil MOTSTOT= M =131 MITOW I I =I- I I WC IT 113 11 I'll ZIN 1 3911 97 1MrI!TT-jTr M. sealed envelope. Request for Proposal package may be obtained from the Purchasing Divisic emailing the contact below. The City will award any resulting contract in a manner consistent the City Purchasing Ordinance. NJ"— I I lill1i'llililTirl 111INUM Q, 1�111111��lllpli :�11111111111 111:111 111 111: F=1 ilm WI -4 IN C It --9lC�S1LV1111LLCW L19; L11C ernal TP=fi A, Y ^11 1111�LIFICS 11111JSL PC It- LC 111,771IL111 MM 111dij address shown below. C - ,,a, �rli n If a potential bidder/proposer received this solicitation document through some means other than surface mail from the City of Redding (such as from the City of Redding Internet web site, or from another prospective bidder/proposer), it is the responsibility of the potential bidder/proposer to advise the assigned City of Redding Purchasing contact of its intention to submit a bid/proposal so that any addenda or other correspondence related to this solicitation will be sent to the potential bidder/proposer. When contacting the Purchasing Division, the bidder/proposer shall provide the solicitation number located on the cover page of this document. Transmittal of this information must be in writing, by U.S. Mail, fax, or e-mail. Transmittal of this information via telephone is not acceptable. Please submit bid/proposal as directed in the RFP package. Forward to: City of Redding City Clerk 777 Cypress Avenue Redding, CA 96001 Proposals must be received by the City Clerk's office prior to 3:00 p.m. PST on the date indicated below. Mailing envelope is to be clearly marked on the outside with the following notation: "Proposal for Schedule No. 5361 opening at 3:00 P.M. PST, on Monday, April 10, 2023" Note: Signatures must be legible, indicating full first and last name. The City of Redding Purchasing Division REQUEST FOR PROPOSALS Electric Utility Line Construction Contractor DUE: 4/10/23 Before 3:00 PM Deliver to: City of Redding Attn: City Clerk 777 Cypress Avenue Redding, CA 96001 RFP — Electric Utility Line Construction Contractor Page 1 of 48 TABLE OF CONTENTS SECTION Page 1.0 INTRODUCTION 3 2.0 TENTATIVE PROJECT SCHEDULE 3 3.0 GENERAL INSTRUCTIONS 4 4.0 SCOPE OF WORK 7 5.0 PROPOSAL FORMAT REQUIREMENTS 28 6.0 STANDARD CONSULTING AGREEMENT 32 7.0 INSURANCE REQUIREMENTS 32 8.0 SUBMITTAL INSTRUCTIONS 32 9.0 EVALUATION CRITERIA 34 10.0 SELECTION PROCESS 34 ATTACHMENTS A. CONSTRUCTION SERVICES AGREEMENT B. FEE PROPOSAL FORMAT WITH ESTIMATED YEARLY QUANTITIES C. CLEARANCE REQUEST FORM (SAMPLE) D. INSPECTION CRITERIA FOR ACCEPTANCE OF VAULTS, BOXES, AND EQUIPMENT PADS E. SAMPLE CONSTRUCTION STANDARDS F. SAMPLE CONSTRUCTION PLANS (WORK ORDERS) G. BOND REQUIREMENTS H. BOND TEMPLATES I. CONTRACTOR RESPONSIBILITIES J. SUBCONTRACTORS FORM K. REQUEST FOR PROPOSAL GENERAL CONDITIONS RFP — Electric Utility Line Construction Contractor Page 2 of 48 1.0 INTRODUCTION The City of Redding (hereinafter the "City") is soliciting proposals for Electric Utility Line Construction Contractor. This will be a competitive negotiation process. Qualified individuals, firms, Contractors, or entities (hereinafter "Contractor(s)"), that meet the requirements outlined in this Request for Proposals (hereinafter "RFP") and are capable of providing the services requested are encouraged to participate. Please carefully review all of the terms and conditions contained herein. Failure to comply with any of the terms and conditions of this request for proposals is grounds for rejecting any proposal at the City's sole discretion. 1.1 BACKGROUND The City of Redding (City) is a general law city of the State of California, located approximately 160 miles north of Sacramento and has a population of approximately 92,000. The City of Redding Electric Utility (hereinafter the "REU"), a department of the City, is a publicly owned, not-for-profit electric utility with approximately 44,900 customers. REU serves approximately 44,900 residential and commercial customers within the City of Redding, with 800,000 megawatt -hours of electricity provided annually and a peak load of over 250 megawatts. REU owns and operates its 183 MW gas-fired Redding Power Plant and a 3.5 MW hydroelectric generating plant, the Whiskeytown Project. REU has approximately 150 MW of additional capacity through various purchased power agreements. REU has a large and geographically diverse service area and is the distribution service provider for an area of 61 square miles. The distribution system has approximately 746 miles of 12,000 - volt power lines, approximately 72 miles of 115 kV transmission lines within its service area, and approximately 7,500 transformers. The City is seeking a Contractor to perform Line Construction Services including, but not limited to, underground cable replacement, pole replacements of varying complexity, fire mitigation pole top retrofits, and other line work as requested. REU has identified approximately 150 miles of underground cable replacement, over 100 pole replacements, and over 800 Fire Mitigation locations. The successful respondent will need to demonstrate clearly their ability to perform the desired service with qualified staff. 2.0 TENTATIVE SCHEDULE The following represents the tentative schedule for this RFP. Any changes to the deadline for Final Questions or Proposal Submission Deadline will be advertised in the form of an addendum to this RFP. RFP — Electric Utility Line Construction Contractor Page 3 of 48 Date Description 3/03/23 Post Solicitation for Request for Proposal (RFP) 3/24/23 Deadline to Submit Written Questions by 5:00 PM, PDT 3/31/23 Addendum Issued, if any 4/10/23 RFP Responses Must be Received by City Clerk before 3:00 PM PDT 4/19/23 Contractor's Responses will be Reviewed by Evaluation Team 4/24/23 to 5/5/23 Interviews/Live demonstrations completed (if needed) 6/6/23 Recommendation of Award to City Council for Successful Contractor 7/10/23 Contract Begins 3.0 GENERAL INSTRUCTIONS This RFP includes a description of the scope of services, proposal requirements, and instructions for submitting your proposal. Failure to follow these instructions may result in the rejection of your proposal. No oral representations or interpretations will be made to any proposer as to the meaning of this RFP. estions or comments shown below: rdine this RFP must be submitted in writine to the contact Amber Edenburn, Purchasing Officer aedenburn@cityofredding.org Inquiries should refer to specific RFP sections and paragraphs. The cutoff time for receiving written questions is 5:00 PM PDT, March 24, 2023. Written responses to an inquiry will be distributed to all known participants by way of a formal addendum at the sole discretion of the City. It is the sole responsibility of the proposer to ensure they are in receipt of any and all addenda. In the event that it becomes necessary to revise any part of this RFP, written addenda will be issued. Any amendment to this RFP is valid only if it is in writing and issued by the City RFP — Electric Utility Line Construction Contractor Page 4 of 48 department issuing the RFP. No oral interpretations or answers shall bind the City unless confirmed by the City in writing. Addenda will also be posted to www.CityofRedding.org/PurchasingBids. Proposals received incomplete or late for any reason shall not be reviewed. The City has the right to waive minor irregularities in any proposal received. Do not contact other individuals or City departments in this regard. Contact with any City or REU official or staff other than the contacts listed above is grounds for rejecting any proposal. Information provided by anyone other than the above contact may be invalid, and proposals submitted in accordance with such information may be declared non-responsive. 3.1 EXAMINATION OF DOCUMENTS and PROJECT SITE(S) Each Contractor is solely responsible for a thorough review of the Request for Proposal (RFP) Documents, Agreement, specifications, and the examination of Project site(s) prior to submitting a Proposal Package. Contractors shall fully inform themselves of all conditions in and about the work. 3.2 REQUIRED LICENSES a) The successful Contractor and any subcontractor(s) must possess a current and valid California Contractor State Licensing Board (CSLB) license(s) in the classification (s) required by law to perform the work. The successful Contractor will be required to possess a valid Class A and C-10 license as well as any other applicable licenses required to complete the work. Additionally, the Contractor will be required to obtain a City of Redding Business License prior to Contract approval. b) The successful Contractor shall utilize qualified and experienced staff to complete the identified work. Workers will be required to handle energized medium voltage facilities, including but not limited to, pulling energized elbows via hot stick, hot glove (rubber gloving) work, terminating cables to overhead energized 12kV lines, associated grounding, testing, and switching requests. 3.3 DIR REGISTRATION All contractors and subcontractors who bid or work on public works projects must register with the Director of Industrial Relations (DIR) at: RFP — Electric Utility Line Construction Contractor Page 5 of 48 The City will not accept a bid from, enter into a contract with, or allow work on a project from an unregistered contractor pursuant to Labor Code Section 1725.5. 3.4 PREVAILING WAGES This Project is subject to the prevailing wage requirements applicable to the locality in which the Work is to be performed for each craft, classification, or type of worker needed to perform the Work, including employer payments for health and welfare, pension, vacation, apprenticeship, and similar purposes. All contractors and subcontractors shall furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement). The Contractor and its agents shall comply with Sections 1771, 1774-1776, 1777.5, 1813, and 1815 of the Labor Code. These prevailing rates are available online at http://www.dir.ca.gov/dlsr. Each Contractor and Subcontractor must pay no less than the specified rates to all workers employed to work on the Project. The schedule of per diem wages is based upon a working day of eight hours. The rate for holiday and overtime work must be at least time and one-half. 3.5 EXECUTION of AGREEMENT The contractor selected through the RFP process will be expected to execute a formal Agreement with the City of Redding for the provision of the requested service as set forth in the sample agreement attached to this RFP. Submission of a signed proposal will be interpreted to mean the Contractor has agreed to all the terms and conditions set forth in the pages of this RFP and the standard provisions included in the attached Agreement. The contractor must submit any and all exceptions to this RFP with its proposal, clearly identifying the exception, including the page number and section number, as appropriate. Contractor should note that the submittal of an exception does not obligate the City to revise the terms of this RFP or any resulting agreement. The City will not consider any exceptions that are not identified in the proposal. The City reserves the right to negotiate with the selected Contractor to amend services to meet the City's financial requirements. The contract in form and content satisfactory to the City shall be executed by the Contractor to whom the contract is awarded and returned, together with all required bonds, policies, and certificates, within 10 days, (not including Sundays and legal holidays), after award of the contract. No proposal shall be considered binding on the City until the contract has been executed by all parties thereto. RFP — Electric Utility Line Construction Contractor Page 6 of 48 4.0 SCOPE OF WORK Contained within this scope are specific objectives, which will be required of the awarded proposal. The City shall retain the ability to revise this scope as necessary. The scope of work includes, but is not limited to, the following: Contractor shall provide one or two full crews at all times for full-time distribution, overhead and underground line construction and maintenance within the City's service area. The City may ask for additional crews as needed for routine expansion. Overhead line construction may include the installation and removal of wood poles, single and three-phase (transformers, line fuses and switches, secondary conductor installation, and primary conductor installation. The City may request work on all areas of medium voltage (12kV) Underground Construction (URD) including riser pole equipment (terminators, brackets, fuses, switches, lightning arresters), underground cable installation in conduit, underground splices (200 amp and 600 amp), pad - mounted switchgear, and single and three-phase pad mounted and subsurface transformers. As part of this proposal, REU has identified approximately 150 miles of underground cable replacement, over 100 pole replacements, and over 800 Fire Mitigation locations to be completed over the next several years. The normal workweek shall be in coordination with REU staff. REU staff currently work M -F, 7 am -3:30 pm. Contractor will not schedule any work on City Holidays. Along with the Line Item Pricing, the Contractor will provide an "adder/multiplier" for work completed outside of the normal working hours. Hours outside of normal working hours shall be defined as any work performed between 6:00 p.m. and 6:00 a.m. Monday thru Friday and all day Saturday and Sunday. Work outside of normal working hours will be by REU request/approval only. The City may award an agreement for a period of two (2) years with the option to extend for three (3) additional, one (1) year periods. 4.1 UNDERGROUND WORK (DISTRIBUTION VOLTAGE: Install Cable -200 Amp 2 or 3 conductors, 0-250' cable runs Install Owner -Furnished Primary Cable in conduit containing Mule Tape. Work of this nature will typically occur in conjunction with new development projects therefore the conduits, vaults, and electric facilities should be in "like new" condition. The contract price paid per run for Cable Installation on cable runs under 250 feet shall include full compensation for furnishing all labor, tools, and equipment necessary to complete all work involved in the installation of the Primary cable, complete in place, including but not limited to inspection, coordination with REU and Customers, REU switching orders, traffic control, pulling new cable, testing, labeling, and as shown on the plans and as specified in the REU RFP — Electric Utility Line Construction Contractor Page 7 of 48 Construction Standards. Lineal footage shall be measured from centerline to centerline of each electric facility (Xfmr, Switch, Vault, etc.) Install Cable -200 Amp 2 or 3 conductors, 250'+ cable runs Work description shall be the same as above, but applied to all cable runs that exceed 250'. The contract price paid per run for Cable Installation on cable runs exceeding 250 feet shall include full compensation for furnishing all labor, tools, and equipment necessary to complete all work involved in the installation of the Primary cable, complete in place, including but not limited to inspection, coordination with REU and Customers, REU switching orders, traffic control, pulling new cable, testing, labeling, and as shown on the plans and as specified in the REU Construction Standards. Lineal footage shall be measured from centerline to centerline of each electric facility (Xfmr, Switch, Vault, etc.) Cable Replacement -200 Amp 2 or 3 conductors, 0-250' cable runs Contractor shall remove all existing cables and terminations (elbows or receptacles) between each electric facility (Xfmr, Switch, Vault, etc.). The conduit shall then be proved/cleaned and the new Owner -furnished cable installed. It should be noted that existing cable may or may not be unjacketed (open concentric). There are times when removing the existing unjacketed cable, the concentric neutral will come off the cable ("bird -cage") and plug the conduit. Contractor is to be aware and plan for instances where "bird -caging" may occur. Due to the possibility of "bird -caging", only one run of cable shall be removed and the conduit proved, before removing additional runs of cable. The contract price paid per run for Cable Replacement on cable runs under 250 feet shall include full compensation for furnishing all labor, tools, and equipment necessary to complete the work involved in the installation of the Cable Replacement, complete in place, including but not limited to inspection, coordination with REU and Customers, REU switching orders, providing temporary power to Customers, demolition, cleaning/proving of existing conduit, traffic control, removing of existing cables, disposal and hauling off of materials, pulling new cable, testing, labeling, and as shown on the plans and as specified in the REU Construction Standards. Lineal footage shall be measured from centerline to centerline of each electric facility (Xfmr, Switch, Vault, etc.) Cable Replacement -200 Amp 2 or 3 conductors, 250'+ cable runs Work description shall be the same as above, but applied to all cable runs that exceed 250'. The contract price paid run foot for Cable Replacement on cable runs over 250 feet shall include full compensation for furnishing all labor, tools, and equipment necessary to complete RFP — Electric Utility Line Construction Contractor Page 8 of 48 the work involved in the installation of the Cable Replacement, complete in place, including but not limited to inspection, coordination with REU and Customers, REU switching orders, providing temporary power to Customers, demolition, cleaning/proving of existing conduit, traffic control, removing of existing cables, disposal and hauling off of materials, pulling new cable, testing, labeling, and as shown on the plans and as specified in the REU Construction Standards. Lineal footage shall be measured from centerline to centerline of each electric facility (Xfmr, Switch, Vault, etc.) Install Cable -600 Amp, 3 conductors Install Owner -Furnished Primary Cable in conduit containing Mule Tape. Work of this nature will typically occur in conjunction with new development projects therefore the conduits, vaults, and electric facilities should be in "like new" condition. The contract price paid per run for Cable Installation shall include full compensation for furnishing all labor, tools, and equipment necessary to complete the work involved in the installation of the primary cable complete in place, including but not limited to inspection, coordination with REU and Customers, REU switching orders, providing temporary power to Customers, demolition, cleaning/proving of existing conduit, traffic control, removing of existing cables, disposal and hauling off of materials, pulling new cable, testing, labeling, and as shown on the plans and as specified in the REU Construction Standards. Lineal footage shall be measured from centerline to centerline of each electric facility (Xfmr, Switch, Vault, etc.) Cable Replacement -600 Amp, 3 conductors Contractor shall remove all existing cables (T's or T -bodies) between each electric facility (Xfmr, Switch, Vault, etc.). The conduit shall then be proved/cleaned and the new Owner - furnished cable installed. It should be noted that existing cable may or may not be unjacketed (open concentric). There are times when removing the existing unjacketed cable, the concentric neutral will come off the cable ("bird -cage") and plug the conduit. Contractor is to be aware and plan for instances where "bird -caging" may occur. Due to the possibility of "bird - caging", only one run of cable shall be removed and the conduit proved, before removing additional runs of cable. The contract price paid per run for Cable Replacement shall include full compensation for furnishing all labor, tools, and equipment necessary to complete the work involved in the installation of the Cable Replacement, complete in place, including but not limited to inspection, coordination with REU and Customers, REU switching orders, providing temporary power to Customers, demolition, cleaning/proving of existing conduit, traffic control, removing of existing cables, disposal and hauling off of materials, pulling new cable, testing, labeling, and as shown on the plans and as specified in the REU Construction Standards. Lineal RFP — Electric Utility Line Construction Contractor Page 9 of 48 footage shall be measured from centerline to centerline of each electric facility (Xfmr, Switch, Vault, etc.) Primary Termination Replacement/Install, 200 Amp (Elbows) Install new Owner -Furnished Primary Terminations (Elbows) on newly installed or existing cable inside enclosures, transformers, switches, or vaults per REU Construction Standards. Installation shall include all proper labeling and markings. Cable terminations will typically be associated with a cable replacement. The contract price paid per Primary Termination shall include full compensation for furnishing all labor, tools, and equipment, for doing all the work involved in the installation of the Primary Terminations, complete in place. Primary Termination Replacement/Install, 600 Amp (T -Bodies) Install new Owner -Furnished Primary Terminations (T -Bodies) on newly installed or existing cable inside enclosures, transformers, switches, or vaults per REU Construction Standards. Installation shall include all proper labeling and markings. Cable terminations will typically be associated with a cable replacement. The contract price paid per each Primary Termination shall include full compensation for furnishing all labor, tools, and equipment, for doing all the work involved in the installation of the Primary Terminations, complete in place. Rebuild Primary Vault, 200A Remove existing brackets, J -bars (3 -Bar style), and grounds. Install new Owner -furnished Unibar type junction and grounding per REU Construction Standards. Terminations are not part of and are billed separately. The contract price paid per each Vault Rebuild shall include full compensation for furnishing all labor, tools, and equipment for doing all the work involved in the rebuild of the vault, complete in place. Rebuild Primary Vault, 600A Remove existing brackets, hardware, and ground conductors. Install new Owner -furnished brackets, hardware, and grounding per REU Construction Standards. Terminations are not part of and are billed separately RFP — Electric Utility Line Construction Contractor Page 10 of 48 The contract price paid per each Vault Rebuild shall include full compensation for furnishing all labor, tools, and equipment for doing all the work involved in the rebuild of the vault, complete in place. Install Fault Indicators Install Owner -Furnished Fault Indicators as directed by the REU representative. Installation per REU Construction Standards. The contract price paid per each Fault Indicator, one per individual cable, shall include full compensation for furnishing all labor, tools, and equipment, for doing all the work involved in the installation of the Fault Indicators, complete in place. Install/Replace Single -Phase Transformer Install/Replace Owner -Furnished single-phase transformer and associated assemblies onto an existing transformer pad. Installation to include all associated grounding, labeling, and sealing per REU Construction Standards. When replacing an existing transformer, the Contractor is responsible to transport the removed transformer to the REU Corp Yard. The contract price paid per Transformer install shall include full compensation for furnishing all labor, tools, and equipment, for doing all the work involved to install the transformer, complete in place. Install/Replace Three Phase Transformer Install/Replace Owner -Furnished three-phase transformer and associated assemblies onto an existing transformer pad. Installation to include all associated grounding, labeling, and sealing per REU Construction Standards. When replacing an existing transformer, the Contractor is responsible to transport the removed transformer to the REU Corp Yard. The contract price paid per Transformer install shall include full compensation for furnishing all labor, tools, and equipment for doing all the work involved to install the transformer, complete in place. Install/Replace Pad Mounted Switch Install/Replace Owner -Furnished Pad Mounted Switch (PME) and associated assemblies onto an existing switch vault. Installation to include all associated grounding and labeling per REU Construction Standards. When replacing an existing PME, Contractor is responsible to transport the removed PME to the REU Corp Yard. RFP — Electric Utility Line Construction Contractor Page 11 of 48 The contract price paid per each PME Install shall include full compensation for furnishing all labor, tools, and equipment for doing all the work involved to install the PME, complete in place. Install/Replace Subsurface Switches or Transformers Install Owner -Furnished subsurface equipment within an existing vault. Installation to include all associated grounding and labeling. When replacing existing subsurface equipment, the Contractor is responsible to transport removed equipment to the REU Corp Yard. The contract price paid per each Subsurface equipment install shall include full compensation for furnishing all labor, tools, and equipment for doing all the work involved to install the subsurface equipment, complete in place. 4.2 OVERHEAD WORK (DISTRIBUTION VOLTAGES: 12kV) Install/Replace Pole Level 1 Install/Replace Owner -Furnished Pole and associated assemblies. Level 1 poles are basic pole installations, Tangent crossarm configuration, with no additional equipment on the pole. As part of the removal, the existing pole is to be removed and disposed of if no other utilities are present or "topped" if other utilities are present/attached to the pole. The contract price paid per each Pole Install/Replacement shall include full compensation for furnishing all labor, tools, and equipment, for doing all the work involved to install/replace the pole, complete in place, including but not limited to inspection, coordination with REU and Customers, REU switching orders, providing temporary power to Customers, demolition, traffic control, disposal and hauling off of materials, testing, labeling, and as shown on the plans and as specified in the REU Construction Standards. Install/Replace Pole Level 2 Install/Replace Owner -Furnished Pole and associated assemblies. A Level 2 pole will consist of Tangent framed pole with a single pole -mounted transformer, tangent framed pole with double dead ends, a dead-end framed pole with no additional equipment, or a tangent framed pole with sectionalizing assembly. As part of the removal, the existing pole is to be removed and disposed of if no other utilities are present or "topped" if other utilities are present/attached to the pole. The contract price paid per each Pole Install/Replacement shall include full compensation for furnishing all labor, tools, and equipment for doing all the work involved to install/replace the pole and associated assemblies, complete in place, including but not limited to inspection, RFP — Electric Utility Line Construction Contractor Page 12 of 48 coordination with REU and Customers, REU switching orders, providing temporary power to Customers, demolition, traffic control, disposal and hauling off of materials, testing, labeling, and as shown on the plans and as specified in the REU Construction Standards. Install/Replace Pole Level 3 Install/Replace Owner -Furnished Pole and associated assemblies. Level 3 poles are poles that have a primary air switch or poles with a Cap Bank and cutout assembly. As part of the removal, the existing pole is to be removed and disposed of if no other utilities are present or "topped" if other utilities are present/attached to the pole. The contract price paid per each Pole Install/Replacement shall include full compensation for furnishing all labor, tools, and equipment for doing all the work involved to install/replace the pole and associated assemblies complete in place, including but not limited to inspection, coordination with REU and Customers, REU switching orders, providing temporary power to Customers, demolition, traffic control, disposal and hauling off of materials, testing, labeling, and as shown on the plans and as specified in the REU Construction Standards. Install/Replace Pole Level 4 Install/Replace Owner -Furnished Pole and associated assemblies. Level 4 poles are poles that have a primary riser assembly, 200A or 600A, or corner framed poles with no additional equipment. As part of the removal, the existing pole is to be removed and disposed of if no other utilities are present or "topped" if other utilities are present/attached to the pole. The contract price paid per each Pole Install/Replacement shall include full compensation for furnishing all labor, tools, and equipment for doing all the work involved to install/replace the pole and associated assemblies complete in place, including but not limited to inspection, coordination with REU and Customers, REU switching orders, providing temporary power to Customers, demolition, traffic control, disposal and hauling off of materials, testing, labeling, and as shown on the plans and as specified in the REU Construction Standards. Adder -Tall Pole/Large Class Pole Adder for poles exceeding 65 feet in length and or are larger than a Class 1 pole. The contract price per each Adder shall be in conjunction with one of the above-mentioned Pole Level installations. Adder -Same Hole Set RFP — Electric Utility Line Construction Contractor Page 13 of 48 Adder for poles that are required to be set in the same hole as the existing pole. Typical installations requiring a same hole set, are poles with risers or when field conditions dictate. The contract price per each Adder shall be in conjunction with one of the above-mentioned Pole Level installations. Adder -Hand Dig Adder for pole sets requiring hand digging due to adjacent underground utilities. Contractor may utilize Vac -Truck excavation at their discretion, but pricing will be based on this adder. The contract price per each Adder shall be in conjunction with one of the above-mentioned Pole Level installations. Adder -Backyard Pole Set Adder for pole sets with limited access, typically backyards, and will require the use of additional equipment (Backyard Machine) to gain access to the location. The contract price per each Adder shall be in conjunction with one of the above-mentioned Pole Level installations. Adder -Service Drop Replacement Adder for Service Drop replacements when deemed necessary as part of pole replacement. That contract price paid per each adder shall be in conjunction with the above-mentioned Pole Level Installations. Install New Cross Plate Anchor and Guying Install Owner -Furnished materials per Construction Standards. Installation to include excavation for anchor and tensioning of guy wires per REU Construction Standards. The contract price paid per each Anchor and Guy shall include full compensation for furnishing all labor, tools, and equipment for doing all the work involved to install the Anchor and Guying, complete in place. Install New Screw Anchor and Guying Install Owner -Furnished materials per Construction Standards. RFP — Electric Utility Line Construction Contractor Page 14 of 48 The contract price paid per each Anchor and Guy shall include full compensation for furnishing all labor, tools, and equipment for doing all the work involved to install the Anchor and Guying, complete in place. Install Down Guy/Span Guy to Existing Anchors/Poles Removal of existing guy wires and install new guy wires and attach to existing anchors and or poles. The contract price paid per each Guy shall include full compensation for furnishing all labor, tools, and equipment, for doing all the work involved to install the Anchors and Guying, complete in place. Fire Mitigation Pole Retrofit Remove and reinstall noted Owner -Furnished Fire Mitigation materials per the REU Construction Standards: Covered Jumpers, Non-combustible fuses with associated cutouts, cutout and bushing covers, and any additional required wire coverings and termination taping. The contract price paid per each Fire Mitigation Pole Retrofit shall include full compensation for furnishing all labor, tools, and equipment for doing all the work involved to install the Fire Mitigation materials, complete in place, including but not limited to inspection, coordination with REU and Customers, REU switching orders, demolition, traffic control, disposal of materials, testing, labeling, and as shown on the plans and as specified in the REU Construction Standards. Traffic Control Provide Traffic Control as the project locations dictate. When the project requires additional traffic control (ie. flaggers, lane closure, etc.), the contractor will be compensated for the additional staffing and equipment that is required outside of basic signage and cones. In the event a formal Traffic Control Plan (TCP) is necessary, the Contractor shall coordinate with the City on a TCP in conjunction with their Encroachment Permit. The Contractor shall be solely and completely responsible for furnishing, installing, and maintaining all temporary constructions signs and devices (related to the work) necessary to safeguard the general public and the work, and to provide for the proper and continuous safe routing of pedestrian traffic during the performance of the work. This requirement shall apply continuously and not be limited to working hours. The contract price paid for Traffic Control and TCP shall be based on CalTrans standard plans T-11, T-12, and T-13. Basic traffic signs and cones are to be included in the above line items. RFP — Electric Utility Line Construction Contractor Page 15 of 48 No additional payment will be made for Basic traffic control and construction signage. Contractor should include any additional Traffic Control related items not covered by the Standard CalTrans plans in the fee proposal, i.e. extra flaggers, arrows, message boards, etc. 4.3 TRENCHING AND EXCAVATION (as needed) Items listed below will be utilized when a project requires Trenching and Excavation. Excavation work may be planned or unplanned. Planned excavation work will be noted on the Plans. Additionally, as part of the Scope of Work, there will be instances where the Contractor will encounter damaged conduits or "bird -caged" cable. This type of work will be unplanned, but the Contractor shall have a plan in place to respond immediately to minimize any outages. Trenching Excavation Trenching Excavation shall be in accordance with Greenbook, 2021 edition, Section 306, and City Construction Standards Section 600. For the purpose of this specification, standard trench widths will be 12 inches, 18 inches, and 24 inches and continuing in 6 -inch increments. Dimensions used to calculate the total cost of a trench or excavation job will be the lowest standard trench width that will accommodate the minimum required width, for the facilities being installed, as determined solely by REU or as required by the City Standards. Contractor shall remove all existing materials at the location of the trench to the depth, width, and length required. All trenching in existing paved areas of asphalt concrete or concrete (this includes sidewalks and driveways on public and private property), shall be included in the unit cost for Trenching Excavation. The Contractor shall remove all spoils from the job site and repair landscaping, street, sidewalks, etc. to their original preconstruction condition or better. Where REU requires trenches over 60 inches deep, the trench will be priced, based on a minimum 24 -inch width to accommodate shoring and provide adequate trench width for workers. Reimbursement for additional trench width will only be provided if the additional trench width is required by REU. The Contractor, when given a work order to provide an open trench to install conduit, will have the option of doing Horizontal Directional Drilling (HDD) (Can subcontract out HDD) to install the needed conduit. If the Contractor selects HDD in lieu of open trenching, the Contractor will be paid the amount of the open trench work order plus or minus additions required as if the job had been ordered as an open trench job. The contract price paid per cubic yard for "Trenching Excavation (<60")" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in trenching excavation to a neat vertical trench, complete in place, including all trenching, excavation, RFP — Electric Utility Line Construction Contractor Page 16 of 48 dewatering, and disposal of excess materials and all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. The contract price paid per cubic yard for "Trenching Excavation (>60")" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in the trenching excavation to a neat vertical trench, complete in place, including all trenching, excavation, shoring, dewatering, and disposal of excess materials and all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Box/Vault Excavation Box/Vault (including switch vaults) Excavation shall be in accordance with Greenbook, 2021 edition, Section 306-3, and City Standard Section 500. Shoring will be required on excavations depths greater than 60 inches. Contractor shall remove all existing materials at the location of the trench to the depth, width, and length required. All trenching in existing paved areas of asphalt concrete or concrete (this includes sidewalks and driveways on public and private property), shall be included in the unit cost for Trenching Excavation. The Contractor shall remove all spoils from the job site and repair landscaping, street, sidewalks, etc. to their original preconstruction condition or better. Dimensions used to calculate the total cost of the excavation job of the vault will be the (outside) length and width, plus 6 inches, multiplied by the depth to accommodate the box/vault being installed as determined solely by REU or as required by the City Standards. Contractor shall place the substructure in excavation per City of Redding Standards. It will be the Contractor's responsibility to contact the box/vault vendor to verify outside dimensions of substructures to assure the excavation is the correct size for the substructure being delivered. For box/vaults, the City's vendor will deliver the box/vault to the Contractor's completed excavation. The Contractor shall set the box/vault in the excavated pit. It is the Contractor's sole responsibility to schedule the box/vault deliveries from the box/vault manufacturer (vendor) and to provide the box/vault manufacturer with the correct City of Redding purchase order number for the box/vault(s) to be delivered. City of Redding purchase order numbers for box/vaults are obtained through the Electric Utility Distribution Planner that designed the job. It shall be the Contractor's responsibility to accept or decline the delivery of all vaults, boxes, and equipment pads to ensure they are acceptable to the City of Redding. Inspection criteria for Acceptance of vaults, boxes, and equipment pads are included in this specification and must be utilized when accepting vaults, boxes, and equipment pads. If the Contractor accepts RFP — Electric Utility Line Construction Contractor Page 17 of 48 a vault, box, or equipment pad that does not meet the City's requirements, the Contractor will be responsible for all costs to remove and replace the vault, box, or equipment pad. Any questions regarding the acceptability of a vault, box, or equipment pad shall be referred to the Electric Utility Construction Representative. If upon delivery, a vault, box, or equipment pad does not meet the inspection criteria, the Contractor shall immediately notify the City of Redding Electric Construction Representative. The Representative will then direct the Contractor on how to proceed and will coordinate the repair or replacement of the structure. Full compensation for inspecting the vault for compliance with the listed criteria shall be considered as included in the contract price paid for excavation of the vault, box, or equipment pad and no separate payment will be made for inspection. City of Redding purchase order by the box/vault manufacturer (vendor). In all cases, the Contractor shall be responsible for a complete box, vault, or switch vault installation. The contract price paid per cubic yard for "Box/Vault Excavation (<60")" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in the excavation to neat vertical walls, complete in place, including all, excavation, dewatering, disposal of excess materials, coordination with vault/box vendor, inspect/accept delivered vault/box, place vault/box, and all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. The contract price paid per cubic yard for "Box/Vault Excavation (>60")" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in the excavation to neat vertical walls, complete in place, including all, excavation, shoring, dewatering, disposal of excess materials, coordination with vault/box vendor, inspect/accept delivered vault/box, place vault/box, and all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Concrete Valley Gutter Concrete Valley Gutter shall be constructed per City Standards 125.50. Excavation and removal of existing material shall be included in the unit cost. The contract price paid per square foot for "Concrete Valley Gutter" shall include full compensation for furnishing all labor, materials (including aggregate base and reinforcing steel), tools, equipment, and incidentals, and for doing all the work involved in placing valley gutter, complete in place, including excavation, removal of spoils, subgrade preparations, concrete forming and curing, concrete scoring, installing expansion joint material, and all RFP — Electric Utility Line Construction Contractor Page 18 of 48 specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Concrete Sidewalk Concrete Sidewalk shall be constructed per City Standards 131.00. Excavation and removal of existing material shall be included in the unit cost. The contract price paid per square foot for "Concrete Sidewalk" shall include full compensation for furnishing all labor, materials (including aggregate base), tools, equipment, and incidentals, and for doing all the work involved in placing sidewalk, complete in place, including excavation, removal of spoils, subgrade preparations, concrete forming and curing, concrete scoring, installing expansion joint material, and all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Concrete Curb The Contractor shall construct concrete curb (6") per City Standards 134.00. Excavation and removal of existing material shall be included in the unit cost. The contract price paid per lineal foot for "Concrete Curb" shall include full compensation for furnishing all labor, materials (including aggregate base), tools, equipment, and incidentals, and for doing all the work involved in placing concrete curb, complete in place, including excavation, removal of spoils, subgrade preparations, concrete forming and curing, concrete scoring, installing expansion joint material, and all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Concrete Curb & Gutter The Contractor shall construct concrete curb & gutter (6") per City Standards 136.00. Excavation and removal of existing material shall be included in the unit cost. The contract price paid per lineal foot for "Concrete Curb & Gutter (6") shall include full compensation for furnishing all labor, materials (including aggregate base), tools, equipment, and incidentals, and for doing all the work involved in placing concrete curb and gutter, complete in place, including excavation, removal of spoils, subgrade preparations, concrete forming and curing, concrete scoring, installing expansion joint material, and all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. RFP — Electric Utility Line Construction Contractor Page 19 of 48 Concrete Roll Curb & Gutter The Contractor shall construct concrete roll curb and gutter per City Standards 138.00. Excavation and removal of existing material shall be included in the unit cost. The contract price paid per lineal foot for "Concrete Roll Curb & Gutter" shall include full compensation for furnishing all labor, materials (including aggregate base), tools, equipment, and incidentals, and for doing all the work involved in placing concrete roll curb and gutter, complete in place, including excavation, removal of spoils, subgrade preparations, concrete forming and curing, concrete scoring, installing expansion joint material, and all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Concrete Driveway The Contractor shall construct concrete standard residential driveway per City Standards 148.00. The Contractor shall construct concrete standard or modified commercial driveway per 148.10, 148.20. Excavation and removal of existing material shall be included in the unit cost. The contract price paid per square foot for "Concrete Residential Driveway" and "Concrete Commercial Driveway" shall include full compensation for furnishing all labor, materials (including aggregate base), tools, equipment, and incidentals, and for doing all the work involved in placing concrete roll curb & gutter, complete in place, including excavation, removal of spoils, subgrade preparations, and all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Asphalt Concrete Asphalt Concrete shall be per Greenbook, 2021 edition, modifications to the construction materials, and these specifications. Remove existing materials, minimum per City Standards to a maximum as authorized by an Electric Utility Representative, and place new AC pavement including any and all base and other material in accordance with the intent of the City Standards 111.00, 611.00, and 622.00. The Contractor shall remove all spoils from the job site. The contract price paid per ton for "Asphalt Concrete" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in placing asphalt, complete in place, including excavation, removal of spoils, subgrade preparations, applying tack coat, compaction, and all specific items as shown on the RFP — Electric Utility Line Construction Contractor Page 20 of 48 plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Conduit (2", 4"& 6") Furnish, install, and terminate all conduit (PVC, D13120, NEMA TC -6), bends (Schedule 40 or 80 as required), bell ends, temporary caps, permanent caps, cement for joints, and 12501b. or 2,5001b. mule tape as required per City Standards 501.00, 514.00, 514.01, 515.00, 51,5.01, 518.00, 521.00 — 521.06, 526.00, 543.00 and 620.00, REU Work Order Drawings, and California Public Utilities Commission General Order 128. The contract price paid per lineal foot for "Conduit (2", 4", and 6")" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in "Conduit (2", 4", and 6")", complete in place, including bends, bell ends, temporary caps, permanent caps, cement for joints, sweeps, and mule tape as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Prove Existing Conduit Contractor is to prove existing conduits (6" diameter maximum) and install 1,2501b. or 2,5001b. mule tape or equivalent pull line as required per City Standards 501.00. The REU Construction Representative shall be contacted prior to proving the conduit to advise on any safety clearances that may be required and be given the opportunity to witness the proving of the conduit. It should be noted that older conduit runs could have substantial amounts of dirt and debris and this pay item should include the necessary labor and material necessary to properly brush and mandrel the entire length of existing conduit. The order and minimum requirements for pulling the mandrel and brushes for each size conduit are as follows: 2" Conduit 1. 1.5" Brush 2. 2" Brush 3. 2" Mandrel 4" Conduit 1. 3" Brush 2. 4" Brush 3. 4" Mandrel 6" Conduit 1. 4" Brush 2. 6" Brush 3. 6" Mandrel RFP — Electric Utility Line Construction Contractor Page 21 of 48 If a blockage, broken conduit, or other condition exists which prevents proving the conduit, the Contractor shall be required to work with the City to identify the location of the problem. If it is determined that additional excavating is necessary to fix the problem conduit run, additional pay items will be added to the work order to compensate the Contractor for the additional work. The Contractor will be entitled to the full cost for proving the existing conduit run once the conduit is repaired/unblocked, proven, and the appropriate mule tape is installed. If it is determined that the condition causing the blockage is unrepairable and the existing conduit run must be abandoned, the Contractor will be paid based on the distance from the blockage to the nearest of the two existing conduit entrances. The contract price paid per lineal foot for "Prove Existing Conduit" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in proving existing conduit, complete in place, including brushing, pulling of the mandrel and installing mule tape as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Sand Backfill Sand backfill is for conduit bedding or backfill of excavations. Sand material shall meet the requirements for sand backfill as specified in City Standard 520.08. The sand backfill shall be placed in a maximum of 12 -inch lifts and compacted per City Standards 601.00. The contract price paid per cubic yard for "Sand Backfill" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in placing sand backfill, complete in place, including compaction, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Aggregate Base Backfill Aggregate base backfill is for conduit trenching or backfill of excavations. Aggregate base material shall be Class 2 aggregate base per Caltrans Standard Specifications and Modifications to the Construction Materials. The sand backfill shall be placed in a maximum of 12 -inch lifts and compacted per City Standards 601.00. The contract price paid per cubic yard for "Aggregate Base Backfill" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in placing aggregate base backfill, complete in place, including compaction, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. RFP — Electric Utility Line Construction Contractor Page 22 of 48 Concrete Slurry Backfill Concrete Slurry backfill is for conduit trenching or backfill of excavations. Concrete slurry material shall meet the requirements for concrete slurry per City Standards 610.00. The contract price paid per cubic yard for "Concrete Slurry Backfill" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in placing concrete slurry backfill, complete in place, including compaction, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Saw -cut The contract price paid per lineal foot for "Sawcut" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in saw -cutting concrete or asphalt paving, complete in place, including all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Concrete Equipment Pad Construct concrete pads for electrical equipment such as transformers, capacitors, and switches. The concrete pad may be pre -cast or cast -in-place. The concrete pad will be measured by taking the minimum outside dimensions of concrete (length times width) required for the equipment being installed less the maximum dimensions (length times width) of any required openings (or voids) of concrete within the pad. • Construct single phase transformer pad per City Standards 514.00 and 514.01 • Construct 3-phase transformer pad per City Standards 515.00 and 515.01 • Construct switchgear pad per City Standards 518.00 and 518.01 • Construct capacitor pad per City Standards 520.00, 520.01, and 520.02 The contract unit price paid per square foot for "Concrete Pad" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in the construction of the concrete pad, complete in place, including excavation, compaction, concrete, concrete formwork, concrete curing, reinforcing steel, threaded inserts for lifting bolts, box extension(s), secondary box, ground rod, aggregate base, threaded coil, ferrule inserts, and all other work including all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. RFP — Electric Utility Line Construction Contractor Page 23 of 48 Streetlight Base Contractor shall furnish and install a cast -in-place street light footing per City Standards Page 556.00. The contract unit price paid for each "Street Light Base" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in installing a street base, complete in place including, excavation, removal of spoils, replace landscaping, grading, grounding, reinforcing, backfilling, and compaction, reinforcing steel, conduit bend anchor bolts, and copper wire, as specified in the Standard Specifications, the Special Provisions, and as directed by the Engineer. Remove Streetlight Base The contract unit price paid per each for "Remove Street Light Base" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in the removing street light base, complete in place, including excavation, disposal of removed street light base, backfill, compaction, and all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Pullbox (2E & 3E) Contractor shall furnish and install REU-approved pullbox 2E or 3E per City Standards 524.00, 525.00 & 526.00. The contract unit price paid per each "Pullbox" shall include full compensation for furnishing all labor, material, and tools for doing all work involved in the furnishing and installing pullbox complete in place, including excavation, removal of spoils, hold-down bolts, and all specific items as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 4.4 GENERAL REQUIREMENTS a) Comply with all REU's Construction Standards unless otherwise directed by the REU Inspector (REU will provide copies and notice of modifications, if any, from time to time). See the following links for the City of Redding and REU Construction Standards. Below are the various documents/regulations governing the Scope of Work on this RFP. When contradictions occur, the more restrictive document will have precedent. 0 City of Redding Construction Standards (CORCS) - Construction Standards (CORCS) I City RFP — Electric Utility Line Construction Contractor Page 24 of 48 of Redding • REU Construction Standards — Attachment E • The "Greenbook", 2021 edition, Standard Specifications for Public Works Construction • California State General Orders 95 and 128 • City of Redding Municipal Code b) Proper technique, such as that specified in REU's Construction Standards, manufacturing instructions, or prudent utility practices, shall be used for all work including pulling and termination of cable, lifting, temporary storage, and installation of transformers and other equipment. Any questions regarding such techniques or construction practices shall be submitted to the REU Inspector for resolution prior to construction. c) The REU Inspector will work with the Contractor(s) on acceptance of the Contractor's work. Contractor shall be required, at Contractor's expense, to redo work that is found inadequate by REU's Inspectors and does not comply with the requirements under this contract. If such a redo of work is found to significantly increase the material costs for the job, (for example Contractor -damaged cable due to negligence) Contractor shall reimburse REU the cost for such materials. d) An REU Representative will monitor crew productivity to insure projects are completed in a timely manner. Contractor General Foreman will report to the REU Representative daily. If a decrease in productivity is noted, it will be brought to the Contractors' attention and corrective action will be required. If REU and Contractor have concluded that the Contractor is at fault for the decrease in productivity, the Contractor shall reimburse REU for the excessive labor and equipment costs. This can include errors in timecards submitted to REU prior to invoicing. 4.5 ADDITIONAL REQUIREMENTS a) REU will provide all materials to complete these projects. All materials will be withdrawn from the REU warehouse under the immediate supervision of the REU Representative. It is intended that materials will be issued in batches to cover multiple projects. Material pick-up/transfer quantities and times will be determined after Contract award. Contractor to propose and detail Material pick-up coordination (Contractor pick-up or REU delivery?) in the appropriate section of the proposal. b) Contractor will be required to provide a secure and safe storage area for its equipment, vehicles, tools, and REU owned/supplied materials. All unused materials will be returned to REU at the completion of this contract. The cost of any lost or stolen materials will be reimbursed to the City by the Contractor. RFP — Electric Utility Line Construction Contractor Page 25 of 48 c) The disposal of material by the Contractor must comply with all applicable Federal, State, County, and Local regulations. It will be the Contractor's responsibility to ensure and determine, that they are meeting the proper requirements. d) For each work location in the City Limits, the Contractor shall obtain an over-the-counter encroachment permit from the City of Redding Permit Center. All City encroachment permits fees associated with this contract are paid by REU. The Contractor shall obtain, at their own expense, any encroachment permits required by CalTrans or the County. e) Contractor(s) shall provide all necessary vehicles, and tools (common hand tools) that should accompany all workers. Contractor(s) to provide all project -related equipment (e.g., "Hog Davis" cable puller), all necessary support, repairs, and maintenance for all vehicles, tools, and project -related equipment, and work site supervision. f) The size and scope of the construction crews will be based on the project requirement and standard industry practices. Contractor(s) and REU, upon award of the contract, shall determine the level of personnel required for meeting the requirements as needed per project. g) REU requires that the Contractor utilize qualified personnel to perform the required work. Workers will be required to handle energized medium voltage facilities, including but not limited to, pulling energized elbows via hot stick, hot glove (rubber gloving) work, terminating cables to overhead energized 12kV lines, associated grounding, testing, and switching requests. REU shall reserve the right to review the level of the professional credentials and references of the individuals assigned to work under the terms of this agreement. h) All work performed by the Contractor(s), as completed will be approved/inspected by REU. Prior to any re-energization (switch -back), the Contractor must have an inspection by REU. Clearances and switching will be issued to and completed by the Contractor. In all cases, any issues of labor, materials, switching, or clearances, the Contractor shall discuss and address with REU. i) The Contractor shall comply with all applicable Federal, State, County, OSHA, and Cal -OSHA and local laws, ordinances, rules, regulations, and lawful orders of any public authority bearing on the safety of persons or property or their protection from damage, injury or loss ("safety laws"). Where any of these are in conflict, the more stringent safety requirement or procedure shall be complied with. The Contractor's failure to thoroughly familiarize itself with the above safety laws shall not relieve it from compliance with any duty, obligation, or penalty provided therein. RFP — Electric Utility Line Construction Contractor Page 26 of 48 j) Contractor shall furnish to REU detailed written reports of all injuries occurring on the job. k) Contractor bears sole responsibility under the law for the safety of its own personnel and for persons entering the work site as agents or visitors of the Contractor. 1) Contractor shall have responsibility for notifying Underground Service Alert (USA) whenever digging operations are required. Contractor will be liable for any damages to REU and/or neighboring utility property when digging. In the event property is damaged, the Contractor will notify the REU Inspector. m) Contractor shall at all times be subject to the orders of the REU's Power Control Center concerning work on energized medium voltage lines or previously energized medium voltage lines. No connection or work which will or could impact the medium voltage distribution system shall be allowed, without prior approval (i.e. Switch Log) directly from the Power Control Center or REU Representative for this purpose. n) Contractor shall comply with REU's lockout/tagout procedure and all switching procedures related to the scope of work. o) REU and the Contractor shall jointly prepare an outage plan for all scheduled interruptions of electrical power that affect third parties. Clearance requests (Attachment C) shall be part of the outage plan. This plan shall be signed by the Contractor, REU's Representative, and the affected utilities at least two (2) weeks prior to the outage. The outage plan shall include specific procedures for coordinating with commercial activities such as automated data processing centers (computers), hospitals, 24 -hour -per -day manufacturing and processing plants, etc. p) Upon completion of any work, the Contractor shall provide REU with one (1) marked -up copy of the construction drawings and the structure list. All changes made during construction shall be shown. q) In addition to the line item costs delineated in the RFP, Contractor and REU, by mutual agreement, can arrange for Contractor to work under a fixed cost option for items that do not fall under the line item pricing. r) Line item pricing on the fee proposal in Attachment B is intended to be used to establish pricing for the contract year. REU reserves the right to issue more or less than the estimated quantities. Quantity overruns will not be subject to re -bid. RFP — Electric Utility Line Construction Contractor Page 27 of 48 5.0 PROPOSAL FORMAT REQUIREMENTS Each response to this RFP shall include the information described in this section. Provide the information in the specified order, using section dividers, tabbed in accordance with this section as specified below. Failure to include all of the information specified may be cause for rejection. Additional information may be provided but should be succinct and relevant to the goals of this RFP. Any additional information that a proposing Contractor wishes to include that is not specifically requested should be included in an appendix to the proposal. Please include five (5) complete copies. Contractors are encouraged to keep the proposals brief and to the point, but sufficiently detailed to allow evaluation of the project approach. Excessive information will not be considered favorably. Unauthorized conditions, omissions, limitations, or provisions attached to a proposal will render the proposal non-responsive and may cause its rejection. Proposers are warned against making erasures or alterations of any kind, without initialing each and every such change. Proposals that contain erasures or irregularities of any kind, without such initialing, or omissions, may be rejected. 5.1 Cover Letter with the following information: • Title and schedule number of this RFP • Name and Mailing Address of Firm (include physical location if mailing address is a • Contact Person, Telephone Number, Fax Number, and Email Address • The cover letter is to be signed, in ink, by a member of the organization having the authority to negotiate and execute contracts on behalf of the organization. • The cover letter shall acknowledge receipt of addenda by number, if any were issued (if in doubt, check the website at www.CityofReddinR.orR/PurchasingBids) • A statement as to the date the Contractor is prepared to begin services and the location of the office or offices that would provide the project services (after the estimated date of award). • A statement that the terms and conditions of the proposal shall be valid and binding for not less than 90 days. 5.2 TAB A: Executive Summary — Describe your firm and provide a statement of qualifications for providing this specific type of work requested. Identify the services/work which would RFP — Electric Utility Line Construction Contractor Page 28 of 48 be completed by your firm's staff. Identify any sub -consultants or sub -contractors you propose to utilize to supplement your firm's staff. 5.3 TAB B: Firm Experience and References — Provide a summary of experience in providing this type of work with references. If any sub -contractor is being used, provide comparable information detailing their experience, including references. a) How long has your firm been performing this type of work? b) Provide a minimum of three (3) references who have utilized your Line Crew services with a brief case study of each engagement. Include brief descriptions of the projects, dates, client names, and contact persons' names, addresses, and telephone numbers. Public sector references, preferably public utilities in Northern California, and customers of similar size are preferred. C) List key office staff who will be directly involved in this project (e.g. Manager, scheduler, the primary point of contact. Include a concise statement of the qualifications and experience of each person and an organizational chart for the team. d) List minimum qualifications, including experience and training requirements, for each job classification that may participate in the fieldwork (e.g., Lineman, Foreman, Groundman, equipment operator, traffic controller, etc.). e) Provide a list of equipment that will be available to crews to complete the types of work outlined herein. Identify any line items in Attachment B for which you do not have access to necessary equipment. f) Include Attachments I (Contractors Responsibilities) and J (Sub -Contractor Form) within this section of the RFP. 5.4 Tab C: Contractors Approach to Scope of Work- Describe your Company's approach to completing the Scope of Work. As part of the description, please include details for the ramp -up phase (a -e) and the construction phase (M). a) Describe the job roles that will be involved in the management and execution of this project. b) Provide an overview of your firm's planned activities during the ramp -up period before construction can begin. Identify any requirements of the City, including information needed, key meetings, or other requirements that the City should plan for. RFP — Electric Utility Line Construction Contractor Page 29 of 48 C) Describe your strategy for securing a storage yard for the Owner -furnished materials. d) Provide a Project Timeline from an assumed award of contract date to ready for work. The timeline should include storage site procurement, planning and coordination for initial workload, material transfers from REU to Contractor, hiring of staff, procurement of equipment, and any other critical activities that may impact the schedule. e) List any perceived risks to the proposed schedule during the ramp -up phase. f) Describe your typical methods of communicating status to City Management. If applicable, include any examples of weekly or monthly reports provided to communicate successes, challenges, and plans for upcoming work. Explain any software tools that you use to facilitate communication. g) Describe your strategy for managing materials provided by the City of Redding. i. How do you plan to receive materials at your secure location? ii. How to keep track of Owner -furnished inventory? iii. How do you plan to minimize vandalism and theft? h) Describe your process for planning upcoming jobs. i. Coordinating outage and switching requests with REU. ii. Coordinating Traffic Control needs. iii. Coordinating outages for commercial customers and residential customers, including measures taken to minimize outage frequency and duration (e.g., providing generators to customers for extended outages, night work, weekend work, etc.) iv. Communicating outages to customers. i) Describe your standard working hours, including observed holidays. j) Indicate whether your company can offer on-call services in case of an emergency call -out (e.g., massive windstorm, downed pole due to vehicle accident, etc). If you can, indicate the response time, and provide an overview of how the arrangement could work, such as available times and compensation structure. Identify whether these services are currently offered for other entities. Include associated costs in Attachment B. RFP — Electric Utility Line Construction Contractor Page 30 of 48 k) Provide details on how your company plans to address the excavation needs of this RFP. Identify whether excavation will be conducted using in-house staff or with a sub -contractor. What is the response time for planned and unplanned excavation services? 1) Please list any critical assumptions that you have made that could impact the success or timing of this project. m) Please add any additional information or suggestions about this process that you may feel pertinent. REU is open to any suggestions, comments, and/or improvements we can make to this process. 5.5 TAB D: Exceptions and/or Additions— Describe any and all proposed exceptions, alterations, or amendments to the Scope of Services, General Terms and Conditions, or other requirements of this RFP. The nature and scope of your proposed exceptions may negatively affect the evaluation of your submittal and the City's determination of whether it is possible to successfully negotiate a contract with your firm. This section should also identify any line items in Attachment B that are excluded from your proposal and explain any line items that you have added to Attachment B. For any additions, provide a description of the service, explain the business need for the added line item, and include the units and estimated quantity of units for that line item. Do not include a price for the added line item. 5.6 TAB E: Competency of Proposers — The City wants to ensure that the successful Contractors have the necessary facilities, ability, experience, and financial resources to provide the services specified herein in a satisfactory and timely manner. Please list and explain any pending bankruptcies, liens, stop payment notices, judgments, lawsuits, foreclosures, and any similar actions filed or resolved in the past seven (7) years, including but not limited to, any past, pending, or current litigation or threat of breach of contract in regard to your company or the proposed software application. Please indicate whether a client has ever terminated a contract with your firm for breach and if so, please explain. 5.7 Cost Proposal —One copy, only, of the Contractor's fee proposal, is to be included in a separate, sealed envelope. Both the package containing the proposal as well as the individual envelope with the fee schedule are to be marked with the Contractor's name and, "RFP Schedule No. 5361, opening date, April 10, 2023." Do not state the cost for services anywhere in the proposal. RFP — Electric Utility Line Construction Contractor Page 31 of 48 Provide a detailed cost schedule for any and all products and services to be delivered in connection with the Scope of Work line items. Provide a clear description of what services are excluded from your cost schedule, if any, as well as any services that are in addition to the listed items. Estimated quantities for evaluation are included in the Proposal Fee Format attachment. As part of the cost schedule, include yearly increases for the proposed contract extensions. As well as a multiplier for any work required outside of "normal" working hours. Proposer to format cost proposal per Attachment B. 6.0 STANDARD CONSULTANT AGREEMENT The Contractor selected to provide the scope of services shall use the City of Redding's standard construction services contract. A copy of this agreement is attached to this RFP (Attachment A). By submitting a proposal for the work, the Contractor agrees to utilize the City standard agreement form for the contract. See attached example. 7.0 INSURANCE REQUIREMENTS The required insurance coverage and endorsement information are shown in the body of the attached City's standard form for construction services agreement. Proposer must also submit with the proposal a letter from the Contractor's insurance carrier indicating the insurance company has read the insurance requirements stated in the attached contract and will be able to provide the certificate and endorsement. 8.0 SUBMITTAL INSTRUCTIONS 8.1 Your submittal package shall include the following: • Each proposal package shall contain the original (unbound) and five (5) copies of the proposal. Facsimile or electronic submittals are not acceptable. Pages in the proposal shall be double -sided, with the maximum number of printed pages of proposal information (excepting covers, index sheets/dividers, blank pages, and table of contents) to be limited to fifty (50) 8 %" by 11" pages. One sheet of paper that has typed material on both sides counts as two pages. PRICING IS NOT TO BE MENTIONED ANYWHERE IN THE BODY OF THE PROPOSAL. • One (1) electronic copy of your proposal in PDF format on a flash drive or other electronic media. Pricing is not to be included on the electronic copy. • One copy, only, of the Contractor's fee and cost proposal as described in Section 5.7, is to be included in a separate, sealed envelope and marked "FEE PROPOSAL - RFP Schedule No. 5361, closing at 3:00 PM on April 10, 2023." Both the package containing the proposal as well as the individual envelope with the fee schedule are to be marked RFP — Electric Utility Line Construction Contractor Page 32 of 48 with the Contractor's name and, "RFP Schedule No. 5361, closing at 3:00 PM on April 10,2023." 8.2 Proposals shall be submitted not later than the time and date indicated on the cover page of this RFP. All submittals shall be submitted in a sealed envelope or container and clearly marked with the RFP title on the outside of the parcel. Complete and attach the "Sealed Proposal" label to the outside of the envelope containing your proposal. 8.3 Proposals shall be submitted ONLY to: City of Redding Attn: City Clerk 777 Cypress Avenue Redding, CA 96001 8.4 Faxed and/or emailed proposals will not be accepted. 8.5 The City shall not be responsible for proposals delivered to a person or location other than that specified herein. 8.6 Postmarks will not be accepted, and proposals received after the deadline date and time will not be accepted or considered. No exceptions. 8.7 The City reserves the right to waive minor defects and/or irregularities in proposals and shall be the sole judge of the materiality of any such defect or irregularity. 8.8 All costs associated with proposal preparation shall be borne by the proposer. 8.9 The City reserves the right to: • Make the selection based on its sole discretion • Reject any or all proposals • Issue subsequent RFPs or amend the current RFP • Postpone or terminate the RFP in its sole discretion • Remedy technical errors in the RFP • Amend, edit, or otherwise add to the services provided in the RFP • Approve the use of any team members • Negotiate with any, all, or none of the respondents • Accept other than the lowest offer • Waive any informalities or irregularities in any proposal as determined in its sole discretion RFP — Electric Utility Line Construction Contractor Page 33 of 48 • Enter into a construction service agreement with another respondent if unable to reach an agreement with the initially selected respondent for whatever reason in its sole discretion • Use other firms to perform or supply the services or work of the type contemplated in this RFP 9.0 EVALUATION CRITERIA The following evaluation criteria and rating schedule will be used to determine the most highly qualified firm(s). 10.0 SELECTION PROCESS 10.1 Proposals submitted will be reviewed by a selection committee. Contractors that have submitted the best and most complete proposals that meet the needs of the City may be invited to an interview. The number of Contractors invited to an interview may vary depending on the number of proposals submitted. 10.2 The City reserves the right to make a selection after reviewing the proposals without oral interviews; therefore, the proposal should be submitted initially on the most favorable terms that the Contractor might propose. RFP — Electric Utility Line Construction Contractor Page 34 of 48 Evaluation Criteria A. Firm Experience and References 20% B. Cost Proposal — Line Work 30% C. Cost Proposal — trenching and Excavation 10% D. Personnel and Project Team 10% E. Approach 25% F. Project Timeline 5% 10.0 SELECTION PROCESS 10.1 Proposals submitted will be reviewed by a selection committee. Contractors that have submitted the best and most complete proposals that meet the needs of the City may be invited to an interview. The number of Contractors invited to an interview may vary depending on the number of proposals submitted. 10.2 The City reserves the right to make a selection after reviewing the proposals without oral interviews; therefore, the proposal should be submitted initially on the most favorable terms that the Contractor might propose. RFP — Electric Utility Line Construction Contractor Page 34 of 48 10.3 A contract will be negotiated with the Contractor considered best meeting the City's need for this project. In the event a mutually satisfactory contract cannot be negotiated with the City's first choice, negotiations may be terminated and commenced with the Contractor considered next best in meeting the City's needs for this particular project. 10.4 The selected Contractor will be required to execute a City prepared contract. The contract may further refine the scope of services and will provide for the terms and conditions of employment. 10.5 The award of any contract is expressly contingent upon City Council approval and the availability of funds. City staff may not legally bind the City to a contract. 10.6 The City reserves the right to reject any or all proposals, or to waive minor irregularities in said proposals, or to negotiate minor deviations with the successful Contractor (s). In the case of differences between written words and figures in a proposal, the amount stated in written words shall govern. In the case of a difference in unit price versus the extended figure, the unit price shall govern. 10.7 A City of Redding business license as well as all applicable permits, insurance, licenses, and certifications required by local, state, or federal law are required before the award of the contract. Attachments: A. Construction Services Agreement B. Fee Proposal Format with estimated yearly quantities C. Clearance Request Form (sample) D. Inspection Criteria for Acceptance of Vaults, Boxes, and Equipment Pads E. Sample Construction Standards F. Sample Construction Plans (Work Orders) G. Bond Requirements H. Bond Templates I. Contractor Responsibilities J. Subcontractors Form K. Request for Proposal General Conditions RFP — Electric Utility Line Construction Contractor Page 35 of 48 Attachment A: CONSTRUCTION SERVICES AGREEMENT RFP — Electric Utility Line Construction Contractor Page 36 of 48 CITY OF REDDING CONSTRUCTION SERVICES CONTRACT THIS CONTRACT is made at Redding, California, by and between the City of Redding ("City"), a municipal corporation, and ("Contractor") for the purpose of WHEREAS, City does not have sufficient personnel to perform the services required herein thereby necessitating this Contract for personal services. NOW, THEREFORE, the Parties covenant and agree, for good consideration hereby acknowledged, as follows: SECTION 1. CONTRACTOR SERVICES Subject to the terms and conditions set forth in this Contract, Contractor shall provide to City the services described in Exhibit A, attached and incorporated herein. Contractor shall provide the services at the time, place and in the manner specified in Exhibit A. SECTION 2. COMPENSATION AND REIMBURSEMENT OF COSTS A. City shall pay Contractor for services rendered pursuant to this Contract, at the times and in the manner set forth in Exhibit B, attached and incorporated herein, in a total amount not to exceed ($�). This sum includes all out-of- pocket travel, lodging and incidental expenses incurred by Contractor that are reasonably associated with the provision of services under this Contract. The payments specified herein shall be the only payments to be made to Contractor for services rendered pursuant to this Contract. B. Contractor shall submit monthly invoices to City for work completed to the date of the invoice. All invoices shall be itemized to reflect the employees performing the requested tasks, the billing rate for each employee and the hours worked. C. All correct, complete and undisputed invoices sent by Contractor to City shall be paid within thirty (30) calendar days of receipt. D. Pursuant to Section 1781 of the Labor Code, Contractor is advised that the work contemplated in this contract is subject to the payment of prevailing wages. The prevailing wage of each job classification may be found by inquiry with the California Department of Industrial Relations. Contractor shall comply with all laws related to the performance of public work including, but not limited to, the employment of apprentices pursuant to Section 1777.5 of the Labor Code, work day/week hours and overtime rates pursuant to Sections 1813 and 1815 of the Labor Code and the obligation set forth in Sections 1774-1776 of the Labor Code in regards Consulting and Professional Services Agreement Page 1 Rev. 01/20/16 to payment of prevailing wages and to provide the City of Redding and Department of Industrial Relations certified payrolls when required. A certified copy of all payroll records relative to this project shall be submitted to the City of Redding along with the related invoice. Receipt of certified payroll records is a prerequisite to receiving payment. E. No contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. All contractors and subcontractors must furnish electronic certified payroll records to the Labor Commissioner. This requirement applies to all public works projects, whether new or ongoing. Contractor is further advised that the work contemplated herein is subject to compliance monitoring and enforcement by the Department of Industrial Relations. SECTION 3. TERM AND TERMINATION A. Contractor shall commence work on or about work no later than and complete said B. If Contractor fails to perform its duties to the satisfaction of City, or if Contractor fails to fulfill in a timely and professional manner its obligations under this Contract, then City shall have the right to terminate this Contract effective immediately upon City giving written notice thereof to Contractor. C. Either Party may terminate this Contract without cause on thirty (30) calendar days' written notice. Notwithstanding the preceding, if the term set forth in Section 3.A. of this Contract exceeds ninety (90) calendar days in duration, Contractor's sole right to terminate shall be limited to termination for cause. D. Contractor hereby acknowledges and agrees that the obligation of City to pay under this Contract is contingent upon the availability of City's funds which are appropriated or allocated by the City Council. Should the funding for the project and/or work set forth herein not be appropriated or allocated by the City Council, City may terminate this Agreement by furnishing at least thirty (30) calendar days' written notice of its intention to terminate. In the event of a termination pursuant to this subdivision, Contractor shall not be entitled to a remedy of acceleration of payments due over the term of this Agreement. The Parties acknowledge and agree that the power to terminate described herein is required by Article 16, Section 18, of the California Constitution, and that constitutional provision supersedes any law, rule, regulation or statute which conflicts with the provisions of this Section. Consulting and Professional Services Agreement Page 2 Rev. 01/20/16 E. In the event that City gives notice of termination, Contractor shall promptly provide to City any and all finished and unfinished reports, data, studies, photographs, charts or other work product prepared by Contractor pursuant to this Contract. City shall have full ownership, including, but not limited to, intellectual property rights, and control of all such finished and unfinished reports, data, studies, photographs, charts or other work product. F. In the event that City terminates the Contract, City shall pay Contractor the reasonable value of services rendered by Contractor pursuant to this Contract; provided, however, that City shall not in any manner be liable for lost profits which might have been made by Contractor had Contractor completed the services required by this Contract. Contractor shall, not later than ten (10) calendar days after termination of this Contract by City, furnish to City such financial information as in the judgment of the City's representative is necessary to determine the reasonable value of the services rendered by Contractor. G. In no event shall the termination or expiration of this Contract be construed as a waiver of any right to seek remedies in law, equity or otherwise for a Party's failure to perform each obligation required by this Contract. SECTION 4. MISCELLANEOUS TERMS AND CONDITIONS OF CONTRACT A. City shall make its facilities accessible to Contractor as required for Contractor's performance of its services under this Contract. B. Contractor represents and warrants to City that it has all licenses, permits, qualifications and approvals of any nature whatsoever that are legally required for Contractor to practice its profession. Contractor represents and warrants to City that Contractor shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Contract any licenses, permits and approvals that are legally required for Contractor to practice its profession. C. Contractor shall, during the entire term of this Contract, be construed to be an independent contractor and nothing in this Contract is intended, nor shall it be construed, to create an employer/employee relationship, association, joint venture relationship, trust or partnership or to allow City to exercise discretion or control over the professional manner in which Contractor performs under this Contract. Any and all taxes imposed on Contractor's income, imposed or assessed by reason of this Contract or its performance, including but not limited to sales or use taxes, shall be paid by Contractor. Contractor shall be responsible for any taxes or penalties assessed by reason of any claims that Contractor is an employee of City. Contractor shall not be eligible for coverage under City's workers' compensation insurance plan, benefits under the Public Employee Retirement System or be eligible for any other City benefit. Consulting and Professional Services Agreement Page 3 Rev. 01/20/16 D. No provision of this Contract is intended to, or shall be for the benefit of, or construed to create rights in, or grant remedies to, any person or entity not a party hereto. E. No portion of the work or services to be performed under this Contract shall be assigned, transferred, conveyed or subcontracted without the prior written approval of City. Contractor may use the services of independent contractors and subcontractors to perform a portion of its obligations under this Contract with the prior written approval of City. Independent contractors and subcontractors shall be provided with a copy of this Contract and Contractor shall have an affirmative duty to assure that said independent contractors and subcontractors comply with the same and agree to be bound by its terms. Contractor shall be the responsible party with respect to all actions of its independent contractors and subcontractors, and shall obtain such insurance and indemnity provisions from its contractors and subcontractors as City's Risk Manager shall determine to be necessary. F. Contractor, at such times and in such form as City may require, shall furnish City with such periodic reports as it may request pertaining to the work or services undertaken pursuant to this Contract, the costs or obligations incurred or to be incurred in connection therewith, and any other matters covered by this Contract. G. Contractor shall maintain accounts and records, including personnel, property and financial records, adequate to identify and account for all costs pertaining to this Contract and such other records as may be deemed necessary by City to assure proper accounting for all project funds. These records shall be made available for audit purposes to state and federal authorities, or any authorized representative of City. Contractor shall retain such records for three (3) years after the expiration of this Contract, unless prior permission to destroy them is granted by City. H. Contractor shall perform all services required pursuant to this Contract in the manner and according to the standards observed by a competent practitioner of Contractor's profession. All products of whatsoever nature which Contractor delivers to City pursuant to this Contract shall be prepared in a professional manner and conform to the standards of quality normally observed by a person practicing the profession of Contractor and its agents, employees and subcontractors assigned to perform the services contemplated by this Contract. I. All completed reports and other data or documents, or computer media including diskettes, and other materials provided or prepared by Contractor in accordance with this Contract are the property of City, and may be used by City. City shall have all intellectual property rights including, but not limited to, copyright and patent rights, in said documents, computer media, and other materials provided by Contractor. City shall release, defend, indemnify and hold harmless Contractor from all claims, costs, expenses, damage or liability arising out of or resulting from City's use or modification of any reports, data, documents, drawings, specifications or other work Consulting and Professional Services Agreement Page 4 Rev. 01/20/16 product prepared by Contractor, except for use by City on those portions of the City's project for which such items were prepared. J. Contractor, including its employees, agents, and subcontractors, shall not maintain or acquire any direct or indirect interest that conflicts with the performance of this Contract. Contractor shall comply with all requirements of the Political Reform Act (Government Code § 8100 et seq.) and other laws relating to conflicts of interest, including the following: 1) Contractor shall not make or participate in a decision made by City if it is reasonably foreseeable that the decision may have a material effect on Contractor's economic interest, and 2) if required by the City Attorney, Contractor shall file financial disclosure forms with the City Clerk. K. Contractor shall comply with all Federal and State regulations regarding hazardous wastes, including universal waste. Contractor shall be responsible for collection, control, storage, labeling, transport, and disposal of all hazardous wastes, including universal waste, generated during completion of this Contract. �.y 5[tll 11 [�7►`�� 1►(.Y117�►[�15I_�►117:��)►i 71►[!� A. Unless modified in writing by City's Risk .Manager, Contractor shall maintain the following noted insurance during the duration of the Contract: Coverage Required Not Required Commercial General Liability X Comprehensive Vehicle Liability X Workers' Compensation and Employers' Liability X Excess Liability X (Place an "x" in the appropriate box) B. Coverage shall be at least as broad as: 1. Insurance Services Office form number CG -0001, Commercial General Liability Insurance, in an amount not less than $1,000,000 per occurrence and $2,000,000 general aggregate for bodily injury, personal injury and property damage; 2. Insurance Services Office form number CA -0001 (Ed. 1/87), Comprehensive Automobile Liability Insurance, which provides for total limits of not less than $1,000,000 combined single limits per accident applicable to all owned, non -owned and hired vehicles; 3. Statutory Workers' Compensation required by the Labor Code of the State of California and Employers' Liability Insurance in an amount not less than Consulting and Professional Services Agreement Page 5 Rev. 01/20/16 $1,000,000 per occurrence. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents and volunteers; 4. Excess Liability Coverage, $1,000,000 per accident for bodily injury and property damage. 5. The City does not accept insurance certificates or endorsements with the wording "but only in the event of a named insured's sole negligence" or any other verbiage limiting the insured's insurance responsibility. C. Any deductibles or self-insured retentions must be declared to and approved by City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its elected officials, officers, employees, agents and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claims administration and defense expenses. D. The General Liability shall contain or be endorsed to contain the following provisions: 1. City, its elected officials, officers, employees, and agents are to be covered as additional insured as respects liability arising out of work or operations performed by or on behalf of Contractor; premises owned, leased or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its elected officials, officers, employees, agents and volunteers. 2. The insurance coverage of Contractor shall be primary insurance as respects City, its elected officials, officers, employees, agents and volunteers. Any insurance or self-insurance maintained by City, its elected officials, officers, employees, agents and volunteers, shall be in excess of Contractor's insurance and shall not contribute with it. 3. Coverage shall state that the insurance of Contractor shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 4. Each insurance policy required by this Contract shall be endorsed to state that coverage shall not be canceled except after thirty (30) calendar days' prior written notice has been given to City. In addition, Contractor agrees that it shall not reduce its coverage or limits on any such policy except after thirty (30) calendar days' prior written notice has been given to City. Consulting and Professional Services Agreement Page 6 Rev. 01/20/16 E. Insurance is to be placed with insurers with a current A.M.Best's rating of no less than A -VII. F. Contractor shall designate the City of Redding as a Certificate Holder of the insurance. Contractor shall furnish City with certificates of insurance and original endorsements effecting the coverages required by this clause. Certificates and endorsements shall be furnished to: Risk Management Department, City of Redding, 777 Cypress Avenue, Redding, CA 96001. The certificates and endorsements for each insurance policy are to be signed by a person authorized by the insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City's Risk Manager prior to the commencement of contracted services. City may withhold payments to Contractor if adequate certificates of insurance and endorsements required have not been provided, or not been provided in a timely manner. G. The requirements as to the types and limits of insurance coverage to be maintained by Contractor as required by Section 5 of this Contract, and any approval of said insurance by City, are not intended to and will not in any manner limit or qualify the liabilities and obligations otherwise assumed by Contractor pursuant to this Contract, including, without limitation, provisions concerning indemnification. H. If any policy of insurance required by this Section is a "claims made" policy, pursuant to Code of Civil Procedure § 342 and Government Code § 945.6, Contractor shall keep said insurance in effect for a period of eighteen (18) months after the termination of this Contract. I. If any damage, including death, personal injury or property damage, occurs in connection with the performance of this Contract, Contractor shall immediately notify City's Risk Manager by telephone at (530) 225-4068. No later than three (3) calendar days after the event, Contractor shall submit a written report to City's Risk Manager containing the following information, as applicable: 1) name and address of injured or deceased person(s); 2) name and address of witnesses; 3) name and address of Contractor's insurance company; and 4) a detailed description of the damage and whether any City property was involved. J. Prior to award of the Contract by the City of Redding, the successful Bidder shall provide a Performance Bond and a Payment Bond to the City. The Performance Bond and Payment Bond shall be in effect no later than the first working day of the Contract period, and shall remain in effect until the end of the Contract period. Contractor shall provide one Performance Bond and Payment Bond for the entire contract period, in the amount of 100 percent of the total Evaluated Price. For each individual purchase order in an amount exceeding the initial Performance and Payment Bond, the Contractor shall provide an additional :Performance Bond and Payment Bond in an amount equal to 100 percent of the price for all individual items of work to be let Consulting and Professional Services Agreement Page 7 Rev. 01/20/16 to the Contractor on the particular purchase order exceeding the initial Performance and Payment Bond. The Performance Bond and Payment Bond shall be submitted within five working days of City's request, and remain in effect until that particular purchase order is completed. Each purchase order shall be executed by the bidder and returned within five business days. SECTION 6. INDEMNIFICATION AND HOLD HARMLESS A. Consistent with California Civil Code § 2782.8, when the services to be provided under this Contract are design professional services to be performed by a design professional, as that term is defined under Section 2782.8, Contractor shall, to the fullest extent permitted by law, indemnify protect, defend and hold harmless, City, its elected officials, officers, employees, and agents, and each and every one of them, from and against all actions, damages, costs, liability, claims, losses, penalties and expenses (including, but not limited to, reasonable attorney's fees of the City Attorney or legal counsel retained by City, expert fees, litigation costs, and investigation costs) of every type and description to which any or all of them may be subjected by reason of, or resulting from, directly or indirectly, the negligence, recklessness, or willful misconduct of Contractor, its officers, employees or agents in the performance of professional services under this Contract, except when liability arises due to the sole negligence, active negligence or misconduct of the City. B. Other than in the performance of professional services by a design professional, which is addressed solely by subdivision (A) of this Section, and to the fullest extent permitted by law, Contractor shall indemnify protect, defend and hold harmless, City, its elected officials, officers, employees, and agents, and each and every one of them, from and against all actions, damages, costs, liability, claims, losses, penalties and expenses (including, but not limited to, reasonable attorney's fees of the City Attorney or legal counsel retained by City, expert fees, litigation costs, and investigation costs) of every type and description to which any or all of them may be subjected by reason of the performance of the services required under this Contract by Contractor its officers, employees or agents in the performance of professional services under this Contract, except when liability arises due to the sole negligence, active negligence or misconduct of the City. C. The Contractor's obligation to defend, indemnify and hold harmless shall not be excused because of the Contractor's inability to evaluate liability. The Contractor shall respond within thirty (30) calendar days to the tender of any claim for defense and indemnity by the City, unless this time has been extended in writing by the City. If the Contractor fails to accept or reject a tender of defense and indemnity in writing delivered to City within thirty (30) calendar days, in addition to any other remedy authorized by law, the City may withhold such funds the City reasonably considers necessary for its defense and indemnity until disposition has been made of the claim or until the Contractor accepts or rejects the tender of defense in writing delivered to Consulting and Professional Services Agreement Page 8 Rev. 01/20/16 the City, whichever occurs first. This subdivision shall not be construed to excuse the prompt and continued performance of the duties required of Contractor herein. D. The obligation to indemnify, protect, defend, and hold harmless set forth in this Section applies to all claims and liability regardless of whether any insurance policies are applicable. The policy limits of said insurance policies do not act as a limitation upon the amount of indemnification to be provided by Contractor. E. City shall have the right to approve or disapprove the legal counsel retained by Contractor pursuant to this Section to represent City's interests. City shall be reimbursed for all costs and attorney's fees incurred by City in enforcing the obligations set forth in this Section. SECTION 7. CONTRACT INTERPRETATION, VENUE AND ATTORNEY FEES A. This Contract shall be deemed to have been entered into in Redding, California. All questions regarding the validity, interpretation or performance of any of its terms or of any rights or obligations of the parties to this Contract shall be governed by California law. If any claim, at law or otherwise, is made by either party to this Contract, the prevailing party shall be entitled to its costs and reasonable attorneys' fees. B. This document, including all exhibits, contains the entire agreement between the parties and supersedes whatever oral or written understanding each may have had prior to the execution of this Contract. This Contract shall not be altered, amended or modified except by a writing signed by City and Contractor. No verbal agreement or conversation with any official, officer, agent or employee of City, either before, during or after the execution of this Contract, shall affect or modify any of the terms or conditions contained in this Contract, nor shall any such verbal agreement or conversation entitle Contractor to any additional payment whatsoever under the terms of this Contract. C. No covenant or condition to be performed by Contractor under this Contract can be waived except by the written consent of City. Forbearance or indulgence by City in any regard whatsoever shall not constitute a waiver of the covenant or condition in question. Until performance by Contractor of said covenant or condition is complete, City shall be entitled to invoke any remedy available to City under this Contract or by law or in equity despite said forbearance or indulgence. D. If any portion of this Contract or the application thereof to any person or circumstance shall be invalid or unenforceable to any extent, the remainder of this Contract shall not be affected thereby and shall be enforced to the greatest extent permitted by law. E. The headings in this Contract are inserted for convenience only and shall not constitute a part hereof. A waiver of any party of any provision or a breach of this Consulting and Professional Services Agreement Page 9 Rev. 01/20/16 Contract must be provided in writing, and shall not be construed as a waiver of any other provision or any succeeding breach of the same or any other provisions herein. F. Each Party hereto declares and represents that in entering into this Contract, it has relied and is relying solely upon its own judgment, belief and knowledge of the nature, extent, effect and consequence relating thereto. Each Party further declares and represents that this Contract is made without reliance upon any statement or representation not contained herein of any other Party or any representative, agent or attorney of the other Parry. The Parties agree that they are aware that they have the right to be advised by counsel with respect to the negotiations, terms, and conditions of this Contract and that the decision of whether or not to seek the advice of counsel with respect to this Contract is a decision which is the sole responsibility of each of the Parties. Accordingly, no party shall be deemed to have been the drafter hereof, and the principle of law set forth in Civil Code § 1654 that contracts are construed against the drafter shall not apply. G. Each of the Parties hereto hereby irrevocably waives any and all right to trial by jury in any action, proceeding, claim or counterclaim, whether in contract or tort, at law or in equity, arising out of or in any way related to this Agreement or the transactions contemplated hereby. Each Party further waives any right to consolidate any action which a jury trial has been waived with any other action in which a jury trial cannot be or has not been waived. H. In the event of a conflict between the term and conditions of the body of this Contract and those of any exhibit or attachment hereto, the terms and conditions set forth in the body of this Contract proper shall prevail. In the event of a conflict between the terms and conditions of any two or more exhibits or attachments hereto, those prepared by City shall prevail over those prepared by Contractor. SECTION 8. SURVIVAL The provisions set forth in Sections 3 through 7, inclusive, of this Contract shall survive termination of the Contract. SECTION 9. COMPLIANCE WITH LAWS - NONDISCRIMINATION A. Contractor shall comply with all applicable laws, ordinances and codes of federal, state and local governments. B. In the performance of this Contract, Contractor shall not discriminate against any employee or applicant for employment because of race, color, ancestry, national origin, religious creed, sex, sexual orientation, disability, age, marital status, political affiliation, or membership or nonmembership in any organization. Contractor shall take affirmative action to ensure applicants are employed and that employees are treated during their employment without regard to their race, color, ancestry, national Consulting and Professional Services Agreement Page 10 Rev. 01/20/16 origin, religious creed, sex, sexual orientation, disability, age, marital status, political affiliation, or membership or nonmembership in any organization. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training. SECTION 10. REPRESENTATIVES A. City's representative for this Contract is , fax number (530) telephone number (530) . All of Contractor's questions pertaining to this Contract shall be referred to the above-named person, or to the representative's designee. B. Contractor's representative for this Contract is , telephone number O , fax number O . All of City's questions pertaining to this Contract shall be referred to the above-named person. C. The representatives set forth herein shall have authority to give all notices required herein. SECTION 11. NOTICES A. All notices, requests, demands and other communications hereunder shall be deemed given only if in writing signed by an authorized representative of the sender (may be other than the representatives referred to in Section 10) and delivered by facsimile, with a hard copy mailed first class, postage prepaid; or when sent by a courier or an express service guaranteeing overnight delivery to the receiving party, addressed to the respective parties as follows: To City: To Contractor: B. Either party may change its address for the purposes of this paragraph by giving written notice of such change to the other parry in the manner provided in this Section. C. Notice shall be deemed effective upon: 1) personal service; 2) two calendar days after mailing or transmission by facsimile, whichever is earlier. SECTION 1.2. AUTHORITY TO CONTRACT Consulting and Professional Services Agreement Page ll Rev. 01/20/16 A. Each of the undersigned signatories hereby represents and warrants that they are authorized to execute this Contract on behalf of the respective parties to this Contract; that they have full right, power and lawful authority to undertake all obligations as provided in this Contract; and that the execution, performance and delivery of this Contract by said signatories has been fully authorized by all requisite actions on the part of the respective parties to this Contract. B. When the Mayor is signatory to this Contract, the City Manager and/or the Department Director having direct responsibility for managing the services provided herein shall have authority to execute any amendment to this Contract which does not increase the amount of compensation allowable to Contractor or otherwise substantially change the scope of the services provided herein. SECTION 13. DATE OF CONTRACT The date of this Contract shall be the date it is signed by City. IN WITNESS WHEREOF, City and Contractor have executed this Contract on the days and year set forth below: Dated: , 20 ATTEST: CITY OF REDDING, A Municipal Corporation By: BARRY E. DEWALT City Attorney Sharlene Tipton, Interim City Clerk By: Dated: , 20 •� , Consulting and Professional Services Agreement Page 12 Rev. 01/20/16 Attachment B: Fee Proposal Format RFP Fee Proposal RFP Schedule No. 5361 *Est. Qty - Values represent estimated quantities to establish pricing for one contract year, overruns will not be subject to re -bid. LINE CONSTRUCTION Year 1 Year 2 Year 3 Year 4 Year 5 ITEM DESCRIPTION UNIT Est. QTY* UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 1 Underground Construction 2 Install Cable -200 Amp 2 or 3 conductors, 0-250' cable runs Per Run 25 3 Install Cable -200 Amp 2 or 3 conductors, 250'+ cable runs Per Run 50 4 Cable Replacement -200 Amp 2 or 3 conductors, 0-250' cable runs Per Run 70 5 Cable Replacement -200 Amp 2 or 3 conductors, 250'+ cable runs Per Run 200 6 Install Cable -600 Amp, 3 conductors Per Run 20 7 Cable Replacement -600 Amp, 3 conductors Per Run 85 8 Primary Termination Replacement/Install, 200 Amp (Elbows) EA 1000 9 Primary Termination Replacement/Install, 600 Amp (T -Bodies) EA 500 10 Rebuild Primary Vault, 200A EA 85 11 Rebuild Primary Vault, 600A EA 250 12 Install Fault Indicators EA 100 13 Install/Replace Single Phase XFMR EA 10 14 Install/Replace Three Phase XFMR EA 10 15 Install/Replace Pad Mounted Switch EA 10 16 Install/Replace Subsurface Switches or XFMRs EA 10 17 Overhead Construction Install/Replace Pole Level 1 EA 10 18 Install/Replace Pole Level 2 EA 10 19 Install/Replace Pole Level 3 WA 10 20 Install/Replace Pole Level 4 EA 10 21 Adder -Tall Pole/Large Class Pole EA 10 22 Adder -Same Hole Set EA 10 23 Adder -Hand Dig EA 10 24 Adder -Backyard Pole Set EA 10 25 Adder -Service Drop Replacement EA 10 26 Install New Cross Plate Anchor and Guying EA 10 27 Install New Screw Anchor and Guying EA 10 28 Install Down Guy/Span Guy to Existing Anchors/Poles EA 10 29 Fire Mitigation Pole Retrofit EA 800 30 Traffic Control T-11 DAY 20 31 Traffic Control T-12 DAY 20 32 Traffic Control T-13 DAY 20 TOTAL - CONTRACT ITEMS - LINE CONSTRUCTION RFP — Electric Utility Line Construction Contractor Page 37 of 48 TRENCHING AND EXCAVATION Year 1 Year 2 Year 3 Year 4 Year 5 ITEM DESCRIPTION UNIT Est. QTY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 1 Trenching Excavation (<60") CY 200 2 Trenching Excavation (>60") CY 100 3 Box/Vault Excavation (<60") CY 60 4 Box/Vault Excavation (>60") CY 100 5 Concrete Valley Gutter SF 50 6 Concrete Sidewalk SF 150 7 Concrete Curb Only LF 20 8 Concrete Curb & Gutter LF 20 9 Concrete Roll Curb & Gutter LF 20 10 Concrete Driveway (Residential) SF 200 11 Concrete Driveway (Commercial) SF 100 12 Asphalt Concrete TON 100 13 Conduit (2") LF 100 14 Conduit (4") LF 250 15 Conduit (6") LF 250 16 Prove Conduit LF 1000 17 Sand Backfill CY 100 18 Aggregate Base Backfill CY 100 19 Concrete Slurry Backfill CY 100 20 Sawcut LF 200 21 Electrical Equipment Pad SF 200 22 Streetlight Base EA 5 23 Remove Street Light Base EA 5 24 PUllbox EA 5 25 Bollard Post - Non Removable EA 4 26 Bollard Post - Removable EA 4 TOTAL - CONTRACT ITEMS - TRENCHING AND EXCAVATION Please Include pricing for the following items as well as any other item pricing you may feel applies to the Scope of Work. These are NOT part of the evaluated pricing. Year 1 1 Year 2 1 Year 3 1 Year 4 1 Year 5 UNIT Est Qty UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 1 Multiplier for Work outside of Normal Working Hours 2 Time and Material (T&M) rate Include rate for all positions that would apply) 3 4 5 6 7 8 RFP — Electric Utility Line Construction Contractor Page 38 of 48 Attachment C: Clearance Request Form Fly,`SWITCHING EXAMPLE REQUEST CONEACT 4: r TY?E OF a =`= LOCA= OF WDRK WORK TO aB DESC3UY1WN OF a; CIZARANM PHALSDiG ATIACH i �' ■ ■ ■ i RFP — Electric Utility Line Construction Contractor Page 39 of 48 Attachment D: Inspection Criteria for Acceptance of Vaults, Boxes, and Equipment Pads When inspecting primary vaults the following will be checked: 1. Bent or Damaged Lids and Frames 2. Missing Lid Hold-down Bolts 3. Missing Lid Safety Clips and Chains 4. Missing "REU High Voltage" ID Plates 5. Missing Frame Adjustment Brackets 6. Missing Elevation Adjustment Bolts 7. Missing Lid Support Beams 8. Missing REU Frames and Lids 9. Lid Hold-down Bolts will be "Quick Drive Thread" Bolts 10. Cracked Vault Bodies (full penetration) 11. Cracked Vault Bodies (full penetration) 12. Cracked or Missing Conduit Knockouts 13. Conduits Blocked by Concrete Slag 14. Missing Ground Rods 15. Loose Ground Rods 16. Missing Sump Area or Wrong Sump Location 17. Missing Pull Irons 18. Missing Lifting Eyes 19. Missing "Joint Mastic" 20. Missing "Self -Locking Washers" 21. Concrete Slag Around the Top of the Vault Body (Prohibiting Vault Frame Seating) 22. Transportation Damage to the Top Lip of the Vault (Large Chip Damage) 23. Incorrect Conduit Knockout Placement 24. Missing "V -GROOVE" for Grout Seal 25. Missing "Non -Skid" on Lid 26. Missing "Pop-up" Lid and Frame Components (Torsion Bars and Safety Brackets0 When Inspecting Secondary Boxes the Following will be Checked: 1. Cracked Secondary Box Lids 2. Mislabeled Secondary Box Lids 3. Cracked Secondary Box Bodies 4. Missing Lifting Holes in Lids 5. Proper Box Assembly 6. Composite Boxes will be Checked for Correct Manufacturer, Damage, and Lock - RFP - Electric Utility Line Construction Contractor Page 40 of 48 down Bolts When Inspecting Switch Vaults the following will be Checked: 1. Switch Vault Style Must be Verified to the Type of Switch 2. Cracked Vault Body 3. Missing or Damaged Conduit Knockouts 4. Missing Sump Area or wrong Sump Location 5. Missing "Grounding Ferrules" 6. Missing Pull Irons 7. Missing Non-skid on Lids 8. Missing Hold Down Bolts Knockout PlacementWhen Inspection Transformer/Capacitor or Switch Pads, the Following Will be Checked: 1. Correct Pad Thickness 2. Pad Finish (No Chipping or Scaling of Concrete Creme Finish 3. Missing Lifting Eye Ferrules 4. Correct Size "Cable Window" 5. Cracking of Pad 6. Pad Dimensions 7. Pad Type (Concrete or Composite) RFP — Electric Utility Line Construction Contractor Page 41 of 48 Attachment E: SAMPLE CONSTRUCTION STANDARDS RFP — Electric Utility Line Construction Contractor Page 42 of 48 EXAMPLE: 12 D D 3 THREE WIRE HORIZONTAL CONSTRUCTION POLE TOP HEAVY REDRAWN AND REVISE A SHEET 1 OF 1 ELECTRIC CONSTRUCTION STANDARD OVERHEAD CONSTRUCTION STANDARD ASSEMBLY IDENTIFICATION CODES Redding Electric Utility DES/REV DATE ASSISTDIRECTOR-DISTRIBUTION REVISED DWG. NO, LAH/JCR 06/02/94 W '16 � `10-- 02/21/13 1 CS1900 VOLTAGE CLASS TYPE OF CONSTRUCTION NUMBER OF CONDUCTORS GEOMETRICAL CONFIGURATION BASIC STANDARD GRADE 1 (0-1 KV) * A - Double Dead End 1 (One) H - Horizontal 1 - Pole Top L - Light 12 (12KV) * B - Tangent 2 (Two) V - Vertical 2 - Below Pole To H - Heavy 35 (35KV) * C - Corner 3 (Three) I T - Triangular 3 PoleTap Below Pole To 4 (Four) S - Special NOTES: A double letter designation indicates that there is a double arm configuration. 0 Primary construction design for three phase or single phase lines with conductors smaller than 4/0 ASCR. (g) Primary construction design for three phase or single phase lines with conductors 4/0 ASCR or larger. 115 (115KV) * D- Deadend * E - Alley Arm * F - Fusing G- Grounding H- Guys I -Anchors J - Jumpers K - T - Tap L - Line Cross M- Metering N - Fault Indicators 0- Reclosure/Sectionalizer P- -Q- Q- Cutouts R - Riser S - Switch T - Transformers U- Capacitors W_ X_ Y - Secondary/Service Z - Street Lights REDRAWN AND REVISE A SHEET 1 OF 1 ELECTRIC CONSTRUCTION STANDARD OVERHEAD CONSTRUCTION STANDARD ASSEMBLY IDENTIFICATION CODES Redding Electric Utility DES/REV DATE ASSISTDIRECTOR-DISTRIBUTION REVISED DWG. NO, LAH/JCR 06/02/94 W '16 � `10-- 02/21/13 1 CS1900 NOTES: 1 JUMPER CONNECTION f r ON THE TAIL WHEN CONDUCTOR ARE IN A CROSSING LOCATION RAILROAD, ETC). WHEN CONDUCTORS !CROSSING, CONNECTION ON LINE OR 2. FOR I n CONSTRUCTION,FOR MIDDLE PHASE. J S 435 !oRvIllf,i i i MEm BUBBLENUMBERS IN f ITEM NO'S. ON ADDED SPLIT BOLT & CAD STANDARDS UPDATED ELECTRIC CONSTRUCTION STAD" 12KV DOUBLE DEAD •'O +' LIGHT CONDUCTOR f ` ' • � \��3Tl�Ce�►Ci 7.5" 7.5" 1 1 40.5" 40.5" 36"x36" CLIMBING MAXIMUM LINE ANGLE: SPACE 30 #2 ACSR - 400 2$" 28"Z 30 #4 ACSR - 600 TYPICAL 10 2 ACSR - 600 16 1$ 14 4 PLACES 10 #4 ACSR - 600 FOR ANGLES rf 1 TYPICAL GREATER THAN I 11 PLACES LISTED USE LINE AND BUCK TYPICAL CONSTRUCTION 1$"MIN. _ 12 15 1 4 PLACES 152 TYPICAL 15 2 PLACES 13 17 TYPICAL 13 $ 4 PLACES NOTE 2 5 $ 6 5 TYPICAL 6 2 PLACES L CEW TYPICAL 20 21 TYPICAL 3 PLACES 3 PLACES TYPICAL TYPICAL 6 PLACES7\2 19 7 TYPICAL PLACES 5" 5" 6 PLACES 4„ g„ g„ 4 GUY ATTACHMENT LOCATION 12 1722 ALTERNATE 3 g 22 LOCATION g 17 i B NOTE 1 NOTES: 1 JUMPER CONNECTION f r ON THE TAIL WHEN CONDUCTOR ARE IN A CROSSING LOCATION RAILROAD, ETC). WHEN CONDUCTORS !CROSSING, CONNECTION ON LINE OR 2. FOR I n CONSTRUCTION,FOR MIDDLE PHASE. J S 435 !oRvIllf,i i i MEm BUBBLENUMBERS IN f ITEM NO'S. ON ADDED SPLIT BOLT & CAD STANDARDS UPDATED ELECTRIC CONSTRUCTION STAD" 12KV DOUBLE DEAD •'O +' LIGHT CONDUCTOR f ` ' • � \��3Tl�Ce�►Ci 6" 42- 42" NOTE 2 18" MIN. T2TYPICAL PLACES i CONNECTION i ! ON THE TAIL WHEN CONDUCTOR CROSSING i iRAILROAD, ETC). WHEN CONDUCTORS ARE NOT 'i CONNECTION ON OR 2. FOR 1 rr CONSTRUCTION,FOR MIDDLE PHASE.DD ON HARDWARE REPLACE 3/4" HARDWARE. 3. GUY SIZE PER WORK ORDER, SEE CS2410 FOR GUY ASSEMBLY. NEW SHEET % 1.111, 101 .Ai GUY ATTACH. -ANGLE NOTE 3 REFER TO Y ON ELECTRIC • • DAR {}12KVDOUBLE tENDFIBERGLASS t ��t �srlYsr%�4b�,5�LIGHT D: PREVIOUSLY SHEET 3, CHANGED TO SHEET 5 FnI:IAme] �:3 HEAVY12KV DOUBLE DEAD END - WOOD ARM CONDUCTOR I /JCR f 02/21/13 7.5" 7.5°' 36"x36" CLIMBING 40.5" 40.5" SPACE 36" 36" [fix CJ 7, 14 17 13 TYPICAL 18"MIN. 4 PLACES QI V- 14 14 2 TYPICAL 14 MAXIMUM LINE ANGLE: 2 PLACES 13 556-130 17 8 TYPICAL 556 - 280 W1USE OF 13 4 PLACES X -ARM REINFORCING NOTE 3 5 PLATE 8 6 FOR ANGLES GREATER 5 THAN LISTED, USE LINE TYPICAL 6 AND BUCK CONSTRUCTION 2 PLACES PLAN VIEW TYPICAL 2 PLACES 20 TYPICAL 21 TYPICAL 19 16 12 TYPICAL 3 PLACES 3 PLACES TYPICAL 4 PLACES NOTE2 6 PLACES 4 10 9 25 5- 4- 5" 7 TYPICAL 6 PLACES l 4 GUY ATTACHMENT LOCATION 9 22 25 a ALTERNATE LOCATION 3 18 15 9 22 23 SEE NOTE 2 TYPICAL 2 PLACES TYPICAL 4 PLACES NOTES: REINFORCEMENT ! BOLTS W1 WASHERS AND NUTS. D. • HOLES!R :• 2. JUMPER CONNECTION MUST BE LOCATED ON THE TAIL WHEN CONDUCTOR ARE CROSSING LOCATION RAILROAD, ETC). WHEN CONDUCTORS ARE • it i CONNECTION CAN BE ON OR 4. FOR ELOW POLE TOP CONSTRUCTION MOVE rrr PHASE DEAD END TOX-ARM. NUMBERS• REFER • ITEM NO'S. ON ADDED SPLIT BOLT & CAD STANDARDS UPDATED, CHANGED SHEET 4 TO SHEET 6 SHEET 6 OF 8 ELECTRIC CONSTRUCTION STANDARD, 12KV DOUBLE DEAD END - WOOD ARM HEAVY CONDUCTOR 6" 6- 42" 42„ 36'°x36°` CLIMBING SPACE F 12 18 6 33 4 18°'IN. I 1 NOTE13 2 6 \i4 TYPICAL 3 4 PLACES 4 lawilghu Ral [im —moi I�•---� ELEVATION 1. JUMPER CONNECTION i r ON THE TAIL WHEN CONDUCTOR SPANS ARE CROSSING LOCATION (HWY, RAILROAD, UTILITY, ETC). WHEN CONDUCTORS ARE NOT 'i CONNECTION ONLINEOR 2. FOR BELOW POLE TOP CONSTRUCTION MOVE MIDDLE PHASE DEAD END TOX-ARM. 3. MIDDLE PHASE ATTACHED TO X -ARM TOP MOUNTING BOLT OR i DE LOCATION. NEW SHEET NUMBERS IN BUBBLE REFER TO ITEM NO'S. MATERIALS ON vasloi ,fill" M�;. AMIsix-fl 1.. flKI-al" 36"06" CLIMBING SPACE TYPICAL 2 PLACES 48" TYPICALTYPICAL 3 PLACES 3 PLACES GUY ATTACHMENT LOCATION TYPICAL 2 PLACES 14 2 PLACES PLAN VIEW DETAIL I X -ARM V -BRACE ATTACHMENT 48" 18" , 26" Z ilAAblir' LINE ANGLE: #2 ACSR - 18' 30' RENUMBERED SHEETS, DELETED SHEET 3, ADDED FIBERGLASS CROSSARM SHEET I OF 4 ELECTRIC CONSTRUCTION STANDARD 12KV LIGHT SINGLE ARM TANGENT WOOD CROSSARM NO Ev go] 0 IT, fil 1:4 V F-il I POLE TOP OR BELOW POLE TOP POSITION ■(12000 VOLT CIRCUIT) ==�§�ESCRIP�P6N -0- (LIGHT) X -ARM GAIN PLATE FOR 4 3/4"X 3 3/4" X -ARM 36" X -ARM FLAT BRACE PIN INSULATOR, 13,2KV, F -NECK STEEL INSL. PIN W/WASHER, NUT & LOCKNUT (LIGHT) R 11, MACHINE BOLT 111101111111111111111111111IIIII—SQUARE WASHER, 5/8" x 2 1/4" SPRING WASHER, 5/8" SQUARE -- MACHINE BOLL ROUND wAsHER, 1/2" SPRING WASHER, 1/2" M©©j sQuARE 36"06" CLIMBING SPACE TYPICAL 2 PLACES 48" TYPICALTYPICAL 3 PLACES 3 PLACES GUY ATTACHMENT LOCATION TYPICAL 2 PLACES 14 2 PLACES PLAN VIEW DETAIL I X -ARM V -BRACE ATTACHMENT 48" 18" , 26" Z ilAAblir' LINE ANGLE: #2 ACSR - 18' 30' RENUMBERED SHEETS, DELETED SHEET 3, ADDED FIBERGLASS CROSSARM SHEET I OF 4 ELECTRIC CONSTRUCTION STANDARD 12KV LIGHT SINGLE ARM TANGENT WOOD CROSSARM NO Ev 12B2H3L- FQ TYPICAL 3 PLACES 'No FiTlV'VTKTJT--ff,'fl MAXIMUM LINE ANGLE: #2 ACSR - 25' #4 ACSR - 40' 4 5 TYPICAL I TYPICAL 02PLACES GUY ATTACHMENT LOCATION RENUMBERED SHEETS, DELETED SHEET 3, ADDED FIBERGLASS CROSSARM SHEET 2 OF 4 •ST—A—NDAR—D—- 12KV LIGHT SINGLE ARM TANGENT fs 3'FIBERGLASS CROSSARM LIST OF MATERIALS q:a E*12061:1 I 1 [011, CROSSARM, FIBERGLASS, LIGHT CONST. @RONZE COLOR) 0®0 i r STEEL - & LOCKNUT (LIGHT) 3/4" x LG. REQ'D MACHINE BOLT WAVED WASHER, 3/4" spRiNG WASHER, 3/4" SOUARE NUT,3/ MACHIN E BOLT, CURVED WASHER, 5/8" SPRING WASHER, 5/8" SQUARE SIGN, ckossARm,,,Ht6H VOLTAGE" (LIMITM PLASTICS TYPICAL 3 PLACES 'No FiTlV'VTKTJT--ff,'fl MAXIMUM LINE ANGLE: #2 ACSR - 25' #4 ACSR - 40' 4 5 TYPICAL I TYPICAL 02PLACES GUY ATTACHMENT LOCATION RENUMBERED SHEETS, DELETED SHEET 3, ADDED FIBERGLASS CROSSARM SHEET 2 OF 4 •ST—A—NDAR—D—- 12KV LIGHT SINGLE ARM TANGENT fs 3'FIBERGLASS CROSSARM ITOITT �mv 36"06" CLIMBING SPACE ll_. ALTERNATE-; WlU01 MIDDLE PHASE POSITION PLAN VIEW 48" TYPICAL 3 PLACES 10 11)TYPICAL PLACES 48" 181, 26" V 91, 3 12 13 q TYPICAL 2 PLACES DETAIL I X -ARM V -BRACE ATTACHMENT MAXIMUM LINE ANGLE: 556 - 4' RENUMBERED SHEETS, DELETED SHEET 3, ADDED FIBERGLASS GROSSARM ELECTRIC GONSTRUCI M a 1:14 &to] W, 12KV HEAVY SINGLE ARM TANGENT WOOD CROSSARM LIST OF MATERIALS • POLE TOP OR BELOW POLE TOP POSITION (12000 VOLT CIRCUIT) DESCRIPTION CROSSARM, WOO D, 5 3/4"x 4 3/4"x 8'-0" (HEAVY)__ X-ARIM GAIN PLATE FOR 5 3/4"x 4 34� x-ARm DBL. SPAN, X-ARMI V -BRACE, 72" SPAN, 22" DROP PIN INSULATOR, 13.2KV, F -NECK STEEL INSL. PIN W/WASHER—NUT & LOCKNUT (HEAVY) x r' MACHINE BOLT SQUARE WASHER, 3/4" X 3" SPRING -WASHER, 3/4" SQUARE NUT, 34' �®EkvlrTwffillkllgvz •I1/2"x LG. RE_Q'D. SQUARE PREFORM - SINGLE TOP TIE (size as req'd) SIGN, CROSSARM, "HIGH VOLTAGE" (LIMITED PLASTICS #HV -1) REQ'D MACHINE BOLT SQUARE WASHER, SPRING wAsHER, 5/8" SQUARE NUT, 5/8" 36"06" CLIMBING SPACE ll_. ALTERNATE-; WlU01 MIDDLE PHASE POSITION PLAN VIEW 48" TYPICAL 3 PLACES 10 11)TYPICAL PLACES 48" 181, 26" V 91, 3 12 13 q TYPICAL 2 PLACES DETAIL I X -ARM V -BRACE ATTACHMENT MAXIMUM LINE ANGLE: 556 - 4' RENUMBERED SHEETS, DELETED SHEET 3, ADDED FIBERGLASS GROSSARM ELECTRIC GONSTRUCI M a 1:14 &to] W, 12KV HEAVY SINGLE ARM TANGENT WOOD CROSSARM flq�t 1--7 36"x36" CLIMBING 26" 7 8 9 %SPACE 4 5 TYPICAL 3 PLACES 1 4" �14 TYPICAL � ALTERNATE 3 PLACES MIDDLE PHASE POSITION 7.TlF.TT&TTr---iTrj 91 ,DTYPICAL 5 2 PLACES GUY ATTACHMENT LOCATION MAXIMUM LINE ANGLE: 20' FOR ANGLES GREATER THAN LISTED, USE DOUBLE DE OR LINE & BUCK CONSTRUCTION RENUMBERED SHEETS, DELETED SHEET 3, ADDED FIBERGLASS GROSSARM SHEET 4 OF 4 ELECTRIC CONSTRUCTION STANDARD 12KV HEAVY SINGLE ARM TANGENT FIBERGLASS CROSSARM Mvlm��� log LIST OF MATERIALS •F - POLE TOP OR BELOW POLE TOP POSITION (12000 VOLT C I RCU IT) DESCRIPTION CR*SSAAM, FIV&AGLASS, HEAVY CONST (GREY COLOR) PIN INSULATOR, 13.2KV, F -NECK SWUM m. STEEL INSL. PIN WMASHEA, NUT & LOCKNUT (HEAVY) 3/4" x LG. REWN MACHINE-ZOLT CURVED WASHER SPRIRGTI�ASAER, 3/4" SQUARE NUT, 3/4" w U -M I owa mom I & mml m I I i I Im• CURVED WASHER, -5-/ 0 Nz M SPRING WASHER, 5/8" SQUARE PREFORM - SINGLE TOP TIE (size as req'd) SIGN, CAOSSARM, "HIGH V#LTAGE" (LIMITED PLASTICS #HV -1) 1--7 36"x36" CLIMBING 26" 7 8 9 %SPACE 4 5 TYPICAL 3 PLACES 1 4" �14 TYPICAL � ALTERNATE 3 PLACES MIDDLE PHASE POSITION 7.TlF.TT&TTr---iTrj 91 ,DTYPICAL 5 2 PLACES GUY ATTACHMENT LOCATION MAXIMUM LINE ANGLE: 20' FOR ANGLES GREATER THAN LISTED, USE DOUBLE DE OR LINE & BUCK CONSTRUCTION RENUMBERED SHEETS, DELETED SHEET 3, ADDED FIBERGLASS GROSSARM SHEET 4 OF 4 ELECTRIC CONSTRUCTION STANDARD 12KV HEAVY SINGLE ARM TANGENT FIBERGLASS CROSSARM Mvlm��� log TYPICAL Co4 PLACES l TYPICAL 4 PLACES 10 9 TYPICAL 2 PLACES ALTERNATE MIDDLE PHASE POSITION 36"x36" CLIMBING SPACE 1 I 6 8 12 I I 10 9 8 PLAN VIEW 48" 48" 4„ 28" 18" 26„ TYPICAL 4 6 PLACES5 , ,o © o 0 0 GUY ATTACHMENT LOCATION TYPICAL 15 3 2 PLACES ELEVATION VIEW TYPICAL 4 PLACES TYPICAL 3 PLACES TYPICAL 4 PLACES 4" a DETAIL 1 (jl NUMBERS IN BUBBLE REFER TO ITEM NO'S. IN MATERIALS LIST X -ARM V -BRACE ATTACHMENT ON SHEET 1. MAXIMUM LINE ANGLE: #2 ACSR - 400 #4 ACSR - 40°, FOR ANGLES UP TO 600, REFER TO CS2119, DOUBLE DEAD END CONSTRUCTION. FOR ANGLES GREATER THAN LISTED, USE LINE AND BUCK CONSTRUCTION. REDRAWN / REVISED LINE ANGLE SHEET 2 OF 5 ELECTRIC CONSTRUCTION STANDARD 12KV LIGHT DOUBLE ARM TANGENT R"-'U...� THREE PHASE Redding Electric Utility DES/REV DATE ASSISTANT DIRECTOR - DISTRIBUTION REVISEDDWG. NO. /JCR 07/11/89- 03/01/13 1 CS2121 36"x36" CLIMBING I. - SPACE SPACE TYPICAL 11 4 PLACES TYPICAL 1 I 6 8 4 PLACES 10 8 I I TYPICAL 4 PLACES 10 9 8 N 16 TYPICAL l-- —I— --� 3 PLACES TYPICAL 7 L, 2 PLACES 2 ALTERNATE 10 9 8 12 13 14 TYPICAL 4 PLACES MIDDLE PHASE POSITION PLAN VIEW 48" 48" 4„ 28" 28" 4" TYPICAL 4 6 PLACES 5 - - 9,, GUY ATTACHMENT LOCATION TYPICAL 15 3 2 PLACES 3 DETAIL 1 X -ARM V -BRACE ATTACHMENT MAXIMUM LINE ANGLE: #2 ACSR - 600 #4 ACSR - 60° FOR ANGLES GREATER THAN LISTED, USE LINE AND BUCK CONSTRUCTION ELEVATION VIEW REDRAWN / REVISED LINE ANGLE 12131321-131- NUMBERS 2B62H3L NUMBERS IN BUBBLE REFER TO �1 ITEM NO'S. IN MATERIALS LIST ON SHEET 1. SHEET 3 OF 5 ELECTRIC CONSTRUCTION STANDARD 12KV LIGHT DOUBLE ARM TANGENT R"'U�...� SINGLE PHASE Redding Electric Utility DES/REV DATE ASSISTANT DIRECTOR - DISTRIBUTION REVISED DWG. NO /JCR 07/11/89 1 *-4-,— \. 03/01/13 1 CS2121 TYPICAL / 36"x36" CLIMBING 2 PLACES 2 / SPACE TYPICAL 4 PLACES 10 8 i I TYPICAL 10 9 8 © 0 O 4 PLACES TYPICAL 3 PLACES TYPICAL 2 PLACES 7 0 (O ALTERNATE MIDDLE PHASE POSITION TYPICAL 6 PLACES GUY ATTACHMENT LOCATION TYPICAL 2 PLACES WT-MI.-Ic1 l -- U REINFORCEMENT PLATE INSTALL W/2 -5/8"O BOLTS W/WASHERS AND NUTS. DRILL 11 A 6"0 HOLES FOR BOLTS. PLAN VIEW 11 12 TYPICAL 2 PLACES 48" 48" 36" 18" 1 26" 4„ 91� 13 14 TYPICAL 4 PLACES TYPICAL 3 2 PLACES ELEVATION VIEW DETAIL 1 (; L NUMBERS IN BUBBLE REFER TO X -ARM V -BRACE ATTACHMENT ITEM NO'S. IN MATERIALS LIST ON SHEET 4. MAXIMUM LINE ANGLE: 556 - 13° 556 - 28W/USE OF X -ARM REINFORCING PLATE FOR ANGLES GREATER THAN LISTED, USE LINE AND BUCK CONSTRUCTION REDRAWN /REVISED LINE ANGLE SHEET 5 OF 5 ELECTRIC CONSTRUCTION STANDARD RU 12KV HEAVY DOUBLE ARM TANGENT Redding Electric Utility DES/REV DATE ASSISTANT DIRECTOR -DISTRIBUTION REVISED DWG. NO. /JCR 1 07111/89 03101/13 1 CS2121 7.5" 40.5" 28" C7 GUY ATTACHMENT LOCATION TYPICAL f, 2 PLACES 7.5" 40.5" o � o X9.1 TYPICAL 2 PLACES TYPICAL 2 PLACES TYPICAL 2 PLACES USE WITH .+ OR #2 ACSR +1�NUMBERS• VITEM NO'S. IN MATERIALS LIST ON ADDED NEW SHEET 7 AND RENUMBERED SHEET 2 OF 8 ELECTRIC CONSTRUCTION STArA-r 12KV LIGHT DOUBLE ARM DEAD 115 i� w ii' WOODARM r - r r •�� r ` 1 :• 1. 9 TYPICAL 2 PLACES TYPICAL 2 PLACES 7.5" 7.5°° 40.5" 40.5" 28" 28" I C>) @ I i () a (-) 1 a ��l TYPICAL 2 PLACES TYPICAL15 S 4 PLACES SEE DETAIL 1 TYPICAL 2 PLACES USE WITH #4 OR #2 ACSR rl-l\ NUMBERS IN BUBBLE REFER TO DETAIL •MATERIALS l r V -BRACE ATTACHMENT ON rr • NEW SHEET 7 AND RENUMBERED SHEET 3 OF 8 ELECTRIC CONSTRUCTION O STANDARD 12KV LIGHT DOUBLE t ■ DEAD IM itu,: nWOODARM 91 7.5" 7.5" 40.5" 40.5° 36" 36" off GUY ATTACHMENT LOCATION 13 14 TYPICAL TYPICAL 18 4 PLACES 2 PLACES 0 I3K YPICAL PLACES 3 ELEVATION VIEW Electric TYPICAL 3 PLACES TYPICAL 3 PLACES i A 1 12 101m] 01 1 AMU iii • NEW SHEET 7 AND RENUMBERED SHEET 5 ; *` 12KV HEAVY DOUBLE i . DEAD END WOODARM ■ � �. w<t»� � 2 � � � < -°�� ! ;■ � <»■: .©.a_.. � PLAN VIEW HEAVY ELEVATION VIEW LIGHT ELEVATION VIEW HEAVY « 12 21 30` ` . 29' � GUY ATTACHMENT LOCATION § 2�\ 22$? <»+»< m RENUMBEREDNEW SHEET; ShEET y#?1 ELECTRIC CONSTRUCTION STANDARD SINGLE AR DEAD END FIBERGLASS AR>r NOTE: 1) X -ARM ASSEMBLY FOR USE ON THE FOLLOWING CONDUCTORS: 4/0 AAC 2 ACSR #4 ACSR 2) FOR CONDUCTORS WITH TENSION GREATER THAN THOSE LISTED ABOVE, USE HEAVY DOUBLE ARM DEAD END ASSEMBLY PLAN VIEW 7.5" 7 40.5" 0.5" tea„ 36" S/ O TYPICAL 3 PLACES 9PP GUY ATTACHMENT LOCATION a 13 14 TYPICAL TYPICAL 19 2 PLACES 2 PLACES NUMBERS IN BUBBLE REFER TO ITEM NO'S. IN MATERIALS LIST ON ADDED Nr - r SHEET : OF ELECTRIC CONSTRUCTION STANDARD 12KV SINGLE ARM DEAD END i ■r y ` 1 • i : S'i•7YiL7� Liii7 or 17 or 18 NOTE 3 mwn \ - LOAD SID 0 UPDATED INSULATORS,D SHEET 2 TO SHEET 1 SHEET 1 O F 2 -CONSTRUCTION i 'i U 12KV i � SECTIONALIZING 1 Redding Electric Utility MOM GU I OUTS WILL NEED TO BE ORDERED INDEPENDENTLY (NOT PART OF ASSY) 1. SEE DWO. CS2170 FOR CLIMBING SPACE. 2. MATERIAL IS i.:: T BE SPECIFIED SEPARATELY IN AUD SYSTEM. 4. FOR BELOW POLE TOP INSTALLATION, OFFSET MIDDLE PHASE TO X-ARIM. MATERIAL REVISION, CHANGED SHEET 3 TO SHEET 2 SHEET 2 OF' 3 ELECTRIC CONSTRUCTION STANDARD -- - --- 12KV 3 -WIRE SECTIONALIZING CUTOUT ARM DESCRIPTION 9'WOOD LIGHT CROSSARM BRACE, FLAT 32" HIGH VOLTAGE SIGN PRIMARY JUMPER WIRE SIZE AS REQD. II pull III SIGN - FUSE NUMAT- A 5/8" MACHINE sd*LT LENGTH AS ?tE-#N. 5/8"X2 1/4" SQUARE WASHER M[--CRV. SQ. WASHER 5/8"x3"x3"xl /4" - ------ ------ 5/8" SPRING WASHER 5/8" S#UA I 1/2" MACHINE 6*LT LENGTH AS "#D. 1/2" A#U10 WASHE,-mi' 1/2" S�-AING WASHER NUT -- 1/2"x5" LAG SCAEW GU I OUTS WILL NEED TO BE ORDERED INDEPENDENTLY (NOT PART OF ASSY) 1. SEE DWO. CS2170 FOR CLIMBING SPACE. 2. MATERIAL IS i.:: T BE SPECIFIED SEPARATELY IN AUD SYSTEM. 4. FOR BELOW POLE TOP INSTALLATION, OFFSET MIDDLE PHASE TO X-ARIM. MATERIAL REVISION, CHANGED SHEET 3 TO SHEET 2 SHEET 2 OF' 3 ELECTRIC CONSTRUCTION STANDARD -- - --- 12KV 3 -WIRE SECTIONALIZING CUTOUT ARM OR 16 OR 17 OR 19 12L3H2L 12L3H2LFR TO PRIMARY CONDUCTOR PREFERRED SOURCE SIDE SIDE VIEW MOUN SEE DWG. CS2170 FOR CLIMBING SPACE. ADDED WILDFIRE MITIGATION EQUIPMENT, UPDATED TITLE BLOCK & CAD STANDARDS SHEET 1 OF 2 ELECTRIC CONSTRUCTION STANDARD RE::LJ 12KV LINE FUSED 3 -WIRE LATERAL CONSTRUCTION City of Redding DES/REV DATE ASST. DIRE TOR - UTIL T OPERATIONS REVISED DWG. NO. Electric Utility I TMS/WCH 1 07/15/98 ,/* ° 04/06/21 1 CS2124 OR 19 OR 20 OR 23 TO PRIMARY CONDUCTOR PREFERRED SOURCE SIDE 1. SEE DWG. CS2170 FOR CLIMBING SPACE. 12FF3H2L 12FF3H2LFR OR 24 3UY 'OSITION 3EQUIRED :OR SLACK SPAN ADDED WILDFIRE MITIGATION EQUIPMENT, UPDATED TITLE BLOCK & CAD STANDARDS SHEET 1 OF 2 ELECTRIC CONSTRUCTION STANDARD RE::LJ 12KV FUSED TAP DOUBLE LIGHT ARM 3 -WIRE CONSTRUCTION City of Redding DES/REV DATE ASST. DIRE TOR - UTIL T OPERATIONS REVISED DWG. NO. Electric Utility TMS/WCH 1 07/15/98 ,/* ° 04/06/21 1 CS2125 OR 19 OR 20 OR 24 TO PRIMARY CONDUCTOR PREFERRED SOURCE SIDE SInF VIEW MCMI SEE DWG. CS2170 FOR CLIMBING SPACE. 12FF3H2H OR 25 QUIRED FOR ACK SPAN IY POSITION ADDED WILDFIRE MITIGATION EQUIPMENT, UPDATED TITLE BLOCK & CAD STANDARDS SHEET 1 OF 2 ELECTRIC CONSTRUCTION STANDARD RE::LJ 12KV FUSED TAP DOUBLE HEAVY ARM 3 -WIRE CONSTRUCTION City of Redding DES/REV DATE ASST. DIRE TOR - UTIL T OPERATIONS REVISED DWG. NO. Electric Utility TMS/WCH 1 07/15/98 ,/* ° 04/06/21 2 CS2126 OR 20 OR 21 OR 23 12FF3H2L 12FF3H2LFR TO PRIMARY CONDUCTOR PREFERRED SOURCE SIDE SIDE VIEW 18" 4" ADDED WILDFIRE MITIGATION EQUIPMENT, UPDATED TITLE BLOCK & CAD STANDARDS SHEET 1 OF 2 ELECTRIC CONSTRUCTION STANDARD RE::LJ 12KV FUSED TAP ALLEY ARM CONSTRUCTION City of Redding DES/REV DATE ASST. DIRE TOR - UTIL T OPERATIONS REVISED DWG. NO. Electric Utility I TMS/WCH 1 07/15/98 ,/* ° 04/06/21 2 CS2127 0=0 0 TABLE 1 12FF31-121- 12FF3H2LFR ITEM DESCRIPTION QUANTITY ASSEMBLY CODE NO. CODE 1 8' LIGHT CROSSARM 2 E220.48 ARMLT-8 2 5/8" MACHINE BOLT LENGTH AS REQD. 4 E4.11 3 5/8"x2 1/4" SQUARE WASHER 14 E734.74 4 5/8" EYE NUT 3 E7.12 5 LIGHT CROSSARM POLE GAIN 1 E314.63 6 32" FLAT BRACE 2 E222.32 7 1/2"x5" MACHINE BOLT 2 E3.07 8 1/2" ROUND WASHER 2 E734.69 9 1/2"x4 1/2" LAG BOLT 1 E1.02 10 HIGH VOLTAGE SIGN 2 E313.13 11 DEADEND INSULATOR 6 E415.10 12 WIRE DEADEND #2 & #4ACSR (size as reqd.) 3 E020.38 13 PRIMARY INSULATOR 15KV 6 E415.18 14 3/4"x7" INSULATOR PIN 6 E345.07 15 TIE WIRE SIZE AS REQD. 16 FUSE HOLDER, 200 AMP FUSE CUTOUT WITH 200 AMP FUSE DOOR 3 E23530 17 BRACKET 3 18 PRIMARY JUMPER WIRE SIZE AS REQD. E175.24 19 SIGN - FUSE NUMBER 1 E237.01 20 100AMP FUSE CUTOUT WITH 100 AMP FUSE DOOR E235.66 21 FUSE CUTOUT WITH 300 AMP SOLID BLADE E235.70 22 POLE STEP 1 N/A TABLE NOTE: ADDITIONAL WILDLIFE, BIRD AND RAPTOR PROTECTION FOR ALL ASSEMBLY POLES LOCATED IN TIER 2 OR 3 FIRE THREAT ZONES. ITEM I DESCRIPTION QUANTITY CODE NO. 23 BORIC ACID FUSE CUTOUT (FUSE SIZE AS REQ.) 3 E235.55 24 COVERED JUMPER WIRE (SIZE AS REQUIRED) - E175.27 25 FUSE HOLDER COVER 3 E771.05 ADDED TABLE 2, UPDATED TITLE BLOCK & CAD STANDARDS RE::LJ City of Redding Electric Utility SHEET 2 OF 2 12KV FUSED TAP ALLEY ARM CONSTRUCTION DES/REV I DATE I ASST. DIRE TOR - UTILIT/Y OPERATIONS I REVISED _/� DWG- NO TMS/WCH 1 07/15/98 1 — T, T, /, //, /* ", 1 04/06/21 72\ CS2127 _' 1 PREFERED CONSTRUCTION USING DEAD-END MATERIAL OPTION ALTERNATE BUT NOT PREFERED OPTION USE SPACER ABOVE 60' SPANS ANTI -SPLIT BOLT fNIXI'mI :7_1111[`► t] 3'-4" 1 6" 0 GUY ATTACHMENT LOCATION WHEN REQUIRED ELEVATION VIEW 12KV SLACK SPAN CONSTRUCTION SHEET 1 OF 5 REDDING ELECTRIC DES REV DATE I DISTAUTIONS MANAGER/ I R ISE DWG. _ N0. UTILITY JZB 3/31/04 CS2130 �_� O n 0 3 THREE CONDUCTOR SLACK -SPAN 556 AL OlaM ti 2 W LL Z a 1 L W LL Z_ co 1 20 30 40 50 60 70 SPAN IN FEET T THREE CONDUCTOR SLACK -SPAN 4/0 AL 44' 61' PREFERRED LIMIT WITHOUT ADDITIONAL REINFORCEMENT 75' 76' 76 80 UPPER CALCULATED LIMIT OF SLACK SPAN CONSTRUCTION FOR 4/0 AL 40 50 60 70 80 87 90 100 NOTE: SPAN IN FEET 1. REFER TO DRAWING CS2151 FOR POLE SETTING CONSTRUCTION DETAILS. 2. MINIMUM POLE SETTING DEPTH IS 6.5' TO ACHIVE INDICATED SPANS FOR 556 AL p 3. THIS DRAWING ASSUMES THAT THERE IS NO OTHER HORIZONTAL LOAD ATTACHED o = TO THE POLE (ie. TELEPHONE, CABLE TV, OR TRANSMISSION). o m' _ SHEET 4 OF 5 CLCI.I RiI. �.VIVJII'CVI.IIVIV JIHIVUHKU 12KV SLACK SPAN CONSTRUCTION REDDING ELECTRIC DES REV DATE DI TION SAA MANAGE I DWG. N0. UTILITY JZB 1 3/31/04 1 /U\ CS2130 66' 55' UPPER CALCULATED LIMIT OF SLACK SPAN CONSTRUCTION FOR 556 AL 41' PREFERRED LIMIT WITHOUT ADDITIONAL REINFORCEMENT 20 30 40 50 60 70 SPAN IN FEET T THREE CONDUCTOR SLACK -SPAN 4/0 AL 44' 61' PREFERRED LIMIT WITHOUT ADDITIONAL REINFORCEMENT 75' 76' 76 80 UPPER CALCULATED LIMIT OF SLACK SPAN CONSTRUCTION FOR 4/0 AL 40 50 60 70 80 87 90 100 NOTE: SPAN IN FEET 1. REFER TO DRAWING CS2151 FOR POLE SETTING CONSTRUCTION DETAILS. 2. MINIMUM POLE SETTING DEPTH IS 6.5' TO ACHIVE INDICATED SPANS FOR 556 AL p 3. THIS DRAWING ASSUMES THAT THERE IS NO OTHER HORIZONTAL LOAD ATTACHED o = TO THE POLE (ie. TELEPHONE, CABLE TV, OR TRANSMISSION). o m' _ SHEET 4 OF 5 CLCI.I RiI. �.VIVJII'CVI.IIVIV JIHIVUHKU 12KV SLACK SPAN CONSTRUCTION REDDING ELECTRIC DES REV DATE DI TION SAA MANAGE I DWG. N0. UTILITY JZB 1 3/31/04 1 /U\ CS2130 -i CTii :i -• r ml ur IN DEPTH 1'. • � i Y �' c i •'i' 1 Good soil is considered to be compact(ed) well graded sand and gravel, har,4 clay or compact(ed) well graded fine and course sand, all of which water will not stand. 2. Rock is defined as; sedimentary layered rock (hard shale, sandstone or siltstone) and bedrock. Backfill should be machine tamped graclated course • fine gravel. 3. For other soil types: contact Engineering for setting soil depths. REVISED TABLE SHEET I O ELECTRIC CONSTRUCTION • -• UM• i i i•1 Redding Electric Utility ! + ! • •ter, ! GENERAL NOTES: 1. This drawing illustrates methods of constructing 3 -wire corners and T -taps, which will eliminate the need for arm guys in most cases. 2. The "square or reverse" corner (Sheets 3 and 6) is preferred (except for angles of less than 900) where phase position requirements permit its use. This type of corner provides greater climbing space than the "round" corner (Sheets 4 and 7) and minimizes the use of arm guys. 3. Two types of T -taps are shown. The location of the middle conductor on the line arm is the determining factor in locating the climbing space and should be given careful consideration when constucting T -taps. The middle conductor should be located on the side of the pole from which the tap is taken (Sheet 9 and 12) whenever practicable in order to provide maximum climbing space and avoid the use of arm guys. 4. Installation of transformers on corner poles should be avoided. 5. Where it is necessary to cover bolts projecting into the climbing space, use a bolt cover. Attach with 6d common galvanized nails. 6. To attach disc type insulators to thru bolts or space bolts use eye nut. To attach clevis type insulators to thru bolts use extra nuts as shown. 7. Climbing Space Obstructions. (a) Crossarms and their supporting members are allowed in climbing spaces. (b) Suitably protected vertical conductors attached to surfaces of poles, and guys (except guys contacting metal pins or deadend hardware) are allowed in climbing space provided not more than two guys 18" apart and one vertical riser, run or ground wire (wood covered) are installed in any 4ft. vertical section of climbing space. Terminals or terminal fittings of risers or runs shall not be installed within the the climbing space. (c) Strain insulators supporting line conductors of 0-750 volts at any level or conductors of 7,500-20,000 volts at the top arm level of the pole, and pin/post type insulators supporting line conductors of 0-20,000 volts may extend not more than one half of their diameter into the climbing space. Strain insulators supporting line conductors of more than 750 volts (except 7,500-20,000 volts at the top arm level) and pin/post type insulators supporting line conductors of more than 20,000 volts than 20,000 volts shall not extend into the climbing space. 8. Buckarm construction, at pole top, climbing space stops at the lower buckarm. 9. In buckarm construction, below pole top, climbing space must be maintained in the same quadrant for 4 feet above the conductors on the upper arm and 4 feet below the conductors on the lower arm of the circuit, and may not be rotated more than 900 around the pole between circuit levels that are less than 8 feet apart. 10. Where one arm must be unbalanced to maintain climbing space, and arm guying is necessary, it is preferable that the lower arm be the unbalanced arm. 11. Where the third wire is added to an existing 2 wire circuit, attach to the thru bolt by means of an eye nut if bolt is long enough to obtain proper clearance from center line of pole. If thru bolt is not long enough, replace bolt to obtain clearance, or use an extension link. 12. Bolts shall not extend more than 1" beyond the nut. 13. Sheet 14 is for REFERENCE ONLY - Preferred construction on CS2175. 14. See sheet 15 for use of light arms in buck construction. o D v SPELLING lzauF REDDING ELECTRIC DEs/r IUTILFIN r RC1/(' SHEET 1 OF 15 Ir � Z :5; w � Ir w w � Ir � w a � cn U w Z � o � � LIST OF MATERIALS o o Y U � POLE TOP POSITION -SHEETS 3 AND 4 (12000 VOLT CIRCUIT) H OTY. QTY. DESCRIPTION 1 4 4 CROSSARM, WOOD, 5 3/4"x 4 3/4"x 8'-0" HUGHES E220.84 2 4 4 X -ARM GAIN PLATE FOR 5 3/4"x 4 3/4" X -ARM RADAR ENGR. #6012 E314.65 6 6 3 4 4 DBL. SPAN, X -ARM V -BRACE, 72" SPAN, 22" DROP JOSLYN #J1512 E222.04 NOT USED 4 5 5 PIN INSULATOR, 13.2KV, F -NECK LAPP #G1 8 - - NOT USED 9 - - NOT USED 10 6 6 STRAIGHT STRAIN CLAMP SIZE AS REQUIRED 11 6 6 PARALLEL GROOVE CLAMP AS REQUIRED 12 6 6 OVAL EYENUT 3/4" JOSLYN #J1093 E007.13 13 2 2 DBL. ARMING BOLT, 5/8"x LG. REQ'D. JOSLYN #J88XX 14 5 5 STEEL INSL. PIN W/WASHER, NUT & LOCKNUT JOSLYN #J606 E345.07 15 6 6 DBL. ARMING BOLT, 3/4"x LG. REQ'D. JOSLYN #J88XX 16 - - NOT USED 17 8 8 MACHINE BOLT, 1/2"x LG. REQ'D. JOSLYN #J87XX 18 20 24 SQUARE NUT, 3/4" JOSLYN #J8564 19 - - NOT USED 20 20 24 SQUARE WASHER, 3/4", 2 1/4"x 2 1/4" 3/16" JOSLYN #J1076 E734.75 21 4 4 ROUND WASHER, 5/8" JOSLYN #J1088 E734.38 22 16 16 ROUND WASHER, 1/2" JOSLYN #J1086 E374.69 23 12 12 SPRING WASHER, 3/4" JOSLYN #J3541 E734.79 24 8 8 SPRING WASHER, 1/2" JOSLYN #J3539 E734.80 25 4 4 SIGN CROSSARM "HIGH VOLTAGE" LIMITED PLASTICS #HV -1 E313.13 26 JUMPER SAME SIZE AS PHASE CONDUCTOR 27 - - NOT USED 28 N0.4 SOLID ALUMINUM TIE WIRE. 29 - - NOT USED 30 2 2 CLEVIS EYE EXTENSION LINK 20 KIP BETHEA #ASM -6939-1 31 - - NOT USED 32 4 4 SPRING WASHER 518" JOSLYN #J3540 E734.78 33 4 4 SQUARE NUT, 5/8" JOSLYN #J8563 34 8 8 SQUARE NUT, 1/2" JOSLYN #J8562 35 - - NOT USED � AS REQUIRED D 0 v ' UP DATED SHEET 2 OF 15 BEDDING ELECTRIC unuTv ELECTRIC CONSTRUCTION STANDARD REQUIREMENTS FOR BUCKARM CONSTRUCTION 3 WIRE DISTRIBUTION CIRCUITS DESJREV DATE ASSISTANT DIRECTOR - DISTRIBUTION REVISED DWG. NO. RO/CBG 11/18/94 -�� 2 CS2170 83R-70 E415.18 5 6 6 SUSPENSION INSULATOR, 12KV POLYMER DEAD-END E415.10 6 - - NOT USED 7 - - NOT USED 8 - - NOT USED 9 - - NOT USED 10 6 6 STRAIGHT STRAIN CLAMP SIZE AS REQUIRED 11 6 6 PARALLEL GROOVE CLAMP AS REQUIRED 12 6 6 OVAL EYENUT 3/4" JOSLYN #J1093 E007.13 13 2 2 DBL. ARMING BOLT, 5/8"x LG. REQ'D. JOSLYN #J88XX 14 5 5 STEEL INSL. PIN W/WASHER, NUT & LOCKNUT JOSLYN #J606 E345.07 15 6 6 DBL. ARMING BOLT, 3/4"x LG. REQ'D. JOSLYN #J88XX 16 - - NOT USED 17 8 8 MACHINE BOLT, 1/2"x LG. REQ'D. JOSLYN #J87XX 18 20 24 SQUARE NUT, 3/4" JOSLYN #J8564 19 - - NOT USED 20 20 24 SQUARE WASHER, 3/4", 2 1/4"x 2 1/4" 3/16" JOSLYN #J1076 E734.75 21 4 4 ROUND WASHER, 5/8" JOSLYN #J1088 E734.38 22 16 16 ROUND WASHER, 1/2" JOSLYN #J1086 E374.69 23 12 12 SPRING WASHER, 3/4" JOSLYN #J3541 E734.79 24 8 8 SPRING WASHER, 1/2" JOSLYN #J3539 E734.80 25 4 4 SIGN CROSSARM "HIGH VOLTAGE" LIMITED PLASTICS #HV -1 E313.13 26 JUMPER SAME SIZE AS PHASE CONDUCTOR 27 - - NOT USED 28 N0.4 SOLID ALUMINUM TIE WIRE. 29 - - NOT USED 30 2 2 CLEVIS EYE EXTENSION LINK 20 KIP BETHEA #ASM -6939-1 31 - - NOT USED 32 4 4 SPRING WASHER 518" JOSLYN #J3540 E734.78 33 4 4 SQUARE NUT, 5/8" JOSLYN #J8563 34 8 8 SQUARE NUT, 1/2" JOSLYN #J8562 35 - - NOT USED � AS REQUIRED TYPICAL 2 PLACES J N 04 ~ CLIMBING SPACE - f 0 N I 18"MIN. _J 1TYPICA1L 4 PLACES 1 TYPICAL 4 PLACES 1$ 20 23 TYPICAL 6 PLACES 5) TYPICAL 6 PLACES 18 20 TYPICAL 8 PLACES F PLACES TYPICAL 28 3 PLACES �, Ty TYPICAL 11}6 PILACES 2 PLACES SQUARE OR REVERSE CORNER (PLAN VIEW) ATTACHMENT SEE DETAIL 1 TYPICAL 4 14 5 PLACES GUY ATTACHMENT LOCATION 10" 25 TYPICAL 9 4 PLACES 22 17 TYPICAL 8 PLACES 30 (NOTE 1) 9,, / TYPICAL TYPICAL DETAIL 1 J 3 4 PLACES 8 PLACES SQUARE OR REVERSE CORNER (ELEVATION VIEW) TYPICAL 13 33 32 21 21 32 33 TYPICAL 2 PLACES 12 PLACES D Iq 4 DETAIL 1 X -ARM V -BRACE ATTACHMENT DOUBLE BRACE DETAIL REDDING ELECTRIC UIILIIV NOTES: 1. 30" MINIMUM - 48" PREFERRED (�., NUMBERS IN BUBBLE REFER TO ( \ ITEM NO'S. IN MATERIALS LIST ON SHEET 2. 12000 VOLT CIRCUIT - POLE TOP POSITION =rr • c,i N 42"X42" CLIMBING 0 -1 SPACE ro TYPICAL 6 PLACESf( GUY ATTACHMENT SEE DETAIL 2 TYPICAL 4 14 5 PLACES GUY ATTACHMENT LOCATION TYPIC& 211 T}TYPICAL4TYPICAL 3 PLAC S fl�k PLACES 014 PLACES _J 8"MIN: -H U � TYPICAL 2 PLACES 3'-0" F 3'-0" 3'-4 1/2" 1 3'-4 1/2" SEE DETAIL 7 1/2" 7 1/2" ROUND CORNER (PLAN VIEW) ROUND CORNER (ELEVATION VIEW) TYPICAL TYPICAL 13 33 32 21 21 32 3,' 2 PLACES}(� 3))12 PLACES DETAIL I X -ARM V -BRACE ATTACHMENT DOUBLE BRACE DETAIL o REDDING ELECTRIC urluTy 201 TYPICAL ,E 8 PLACES TYPICAL ) 7 PLACES 18 20 TYPICAL 10 PLACES 5 TYPICAL PLACES 25 TYPICAL 4 PLACES 22 17 TYPICAL 8 PLACES 30" (NOTE 1) ai TYPICAL 4 PLACES TYPICAL 8 PLACES NOTES: 1. 30" MINIMUM - 48" PREFERRED NUMBERS IN BUBBLE REFER TO (D-\ ITEM NO'S. IN MATERIALS LIST ON SHEET 2. 12000 VOLT CIRCUIT - POLE TOP POSITION ADD NOTE SHEET 4 OF 15 � m � M g � W � p � �; dZ �� Z O o z � LIST OF MATERIALS o O Y O � � BELOW POLE TOP - SHEETS fi AND 7 (12044 VOLT CIRCUIT) LU f= QTY. QTY. DESCRIPTION 1 4 2 CROSSARM, WOOD, 5 3/4"x 4 3/4"x 8'-0" (HUGHES) E224.84 2 4 4 X-ARM GAIN PLATE FOR 5 3/4"x 4 314" X-ARM RADAR ENGR. #6012 E314.65 3 4 4 DBL. SPAN, X-ARM V-BRACE, 72" SPAN, 22" DROP JOSLYN #J1512 E222.44 4 5 5 PIN INSULATOR, 13.2KV, F-NECK LAPP #G183R-70 E415.18 5 6 6 SUSPENSION INSULATOR, 12KV E415.10 6 - - NOT USED 7 - - NOT USED 8 - - NOT USED 9 - - NOT USED 10 6 6 STRAIGHT STRAIN CLAMP SIZE AS REQUIRED 11 6 6 PARALLEL GROOVE CLAMP AS REQUIRED 12 6 6 OVAL EYENUT 314"' JOSLYN #J1093 E447.13 13 2 2 DBL. ARMING BOLT, 5/8"x LG. REQ'D. JOSLYN #J88XX 14 5 5 STEEL INSL. PIN WiWASHER, NUT & LOCKNUT JOSLYN #J606 E345A7 15 6 7 DBL, ARMING BOLT, 314"x LG. REQ'D. JOSLYN #J88XX 16 - - NOT USED 17 8 8 MACHINE BOLT, 112"x LG. REQ'D. JOSLYN #J87XX 18 24 24 SQUARE NUT, 314" JOSLYN #J8564 19 - - NOT USED 3 GALVANIZED NAIL COMMON 8D JOSLYN 24 20 24 SQUARE WASHER, 314", 2 1/4"x 2114" 3/16" JOSLYN #J1076 E734.75 31 - 21 4 4 ROUND WASHER, 518" JOSLYN #J1488 E734.38 4 SPRING WASHER 518" JOSLYN #J3540 22 16 16 ROUND WASHER, 112" JOSLYN #J1086 E374.69 34 23 12 14 SPRING WASHER, 3t4" JOSLYN #J3541 E734.79 - 2 24 8 8 SPRING WASHER, 112" JOSLYN #J3539 E734.84 25 4 3 SIGN CROSSARM "HIGH VOLTAGE" LIMITED PLASTICS #HV-1 E313.13 26 JUMPER SAME SIZE AS PHASE CONDUCTOR 27 4 3 BOLT END INSULATOR, 3/4" LIMITED PLASTIC #LPM-1 BOLT COVERS E541.11 28 * * D 0 v. C UPDATED SHEET 5 OF 15 REDDING ELECTRIC unuff ELECTRIC CONSTRUCTION STANDARD REQUIREMENTS FOR BUCKARM CONSTRUCTION 3 WIRE DISTRIBUTION CIRCUITS DES/REV DATE ASSISTANT DIRECTOR - DISTRIBUTION REVISED DWG. NO. RO/CBG 43126/03 lr 1 CS2170 N0.4 SOLID ALUMINUM TIE WIRE. 29 4 3 GALVANIZED NAIL COMMON 8D JOSLYN 30 2 - CLEVIS EYE EXTENSION LINK 20 KIP BETHEA #ASM -6939-1 31 - - NOT USED 32 4 4 SPRING WASHER 518" JOSLYN #J3540 E734.78 33 4 4 SQUARE NUT, 518" JOSLYN #J8563 34 8 8 SQUARE NUT, 112" JOSLYN #J8562 35 - 2 CROSSARM, WOOD, 5 3/4"x 4 314°x 14'-6" HUGHES E220.86 � AS REQUIRED v CAL PILACES 28 3 TYPICAL r) 11 TYPICAL Y� 2 PLACES }6 PLACES SQUARE OR REVERSE CORNER (PLAN VIEW) �w GUY ATTACHMENT LOCATION SEE DETAIL 1 TYPICAL 4 14 5 PLACES GUY ATTACHMENT LOCATION SEE DETAIL 1 J TYPICAL 25 4 PLACES 9 22 17) TYPICAL 8 PLACES 30 (NOTE 1) 9,, TYPICAL TM�' 4 PLACES 8 PLACES SQUARE OR REVERSE CORNER (ELEVATION VIEW) TYPICAL 13 33 32 21 21 32 33 TYPICAL 2 PLACES} 2 PLACES 0 D REDDING ELECTRIC ULll.illf DETAIL 1 X—ARM V—BRACE ATTACHMENT DOUBLE BRACE DETAIL NOTES: 1. 30" MINIMUM — 48" PREFERRED (j�_, NUMBERS IN BUBBLE REFER TO `�=� � ITEM NO'S. IN MATERIALS LIST ON SHEET 2. 12000 VOLT CIRCUIT - BELOW POLE TOP MM1=1=` 11A • 42"X42" CLIMBING TYPICAL TYPICAL 2 1 SPACE 4 PLACES 4 PLACES i iv O U 18 20 23 TYPICAL -04 , 6 PLACES d b TYPICAL 15 6 PLACES TYPICAL 18 20 8 PILA L 2 PLACES ° iv p CJ 20 O 18"MIN. 23 i 18 I° TYPICAL 12 6 PLACES 5 10 v CAL PILACES 28 3 TYPICAL r) 11 TYPICAL Y� 2 PLACES }6 PLACES SQUARE OR REVERSE CORNER (PLAN VIEW) �w GUY ATTACHMENT LOCATION SEE DETAIL 1 TYPICAL 4 14 5 PLACES GUY ATTACHMENT LOCATION SEE DETAIL 1 J TYPICAL 25 4 PLACES 9 22 17) TYPICAL 8 PLACES 30 (NOTE 1) 9,, TYPICAL TM�' 4 PLACES 8 PLACES SQUARE OR REVERSE CORNER (ELEVATION VIEW) TYPICAL 13 33 32 21 21 32 33 TYPICAL 2 PLACES} 2 PLACES 0 D REDDING ELECTRIC ULll.illf DETAIL 1 X—ARM V—BRACE ATTACHMENT DOUBLE BRACE DETAIL NOTES: 1. 30" MINIMUM — 48" PREFERRED (j�_, NUMBERS IN BUBBLE REFER TO `�=� � ITEM NO'S. IN MATERIALS LIST ON SHEET 2. 12000 VOLT CIRCUIT - BELOW POLE TOP MM1=1=` 11A • (ELEVATION VIEW) 2 PLACES} 13 33 32 21 21 32 332 PILACES D a DETAIL 1 NOTES: 1. 30" MINIMUM - 48" PREFERRED NUMBERS IN BUBBLE REFER TO v \ ITEM NO'S. IN MATERIALS LIST X -ARM V -BRACE ATTACHMENT ON SHEET 2. DOUBLE BRACE DETAIL 12000 VOLT CIRCUIT - BELOW POLE TOP REDDING ELECTRIC UTILITY ADD NOTE SHEET 7 OF 15 TYPICAL 28 TYPICAL JUMPER MUST REMAIN OUT OF CLIMBING SPACE 2 }4 3 PLACES{ PLACES 1 ° 35 TYPICAL -2 PLACES N N TYPICAL OO i O �TYPICAL i 18 20 23 8 PLACES Zq.42"X42" 2 PLACES{ i BING 30 i TYPICAL CE 15 7 PLACES � O O -�-WD ---------� 18 20�TYPICAL 10 PLACES 04 O O 20 O 23 18 TYPICAL 12 O ° 0 6 PLACES 5 10 TYPICAL 11 18" MIN. TYPICAL 6 PLACES 27 29 }3 PLACES 3'-0" 3'-0" 4'-7 1/2" 4'-7 1/2" 7 1/2" 7 ROUND CORNER (PLAN VIEW) 26 TYPICAL 5 PLACES} 4 14 25 TYPICAL 4 PLACES GUY ATTACHMENT „ 9 LOCATION TYPICAL SEE DETAIL 1 22 17 8 PLACES 30" - (NOTE 1) 9" GUY ATTACHMENT LOCATION 22 3 TYPICAL SEE DETAIL 1 4 PLACES TYPICAL 8 PLACES ROUND CORNER (ELEVATION VIEW) 2 PLACES} 13 33 32 21 21 32 332 PILACES D a DETAIL 1 NOTES: 1. 30" MINIMUM - 48" PREFERRED NUMBERS IN BUBBLE REFER TO v \ ITEM NO'S. IN MATERIALS LIST X -ARM V -BRACE ATTACHMENT ON SHEET 2. DOUBLE BRACE DETAIL 12000 VOLT CIRCUIT - BELOW POLE TOP REDDING ELECTRIC UTILITY ADD NOTE SHEET 7 OF 15 D o ; UP DATED F REDDING ELECTRIC DES/F UTIIJTY an/r. SHEET 8 OF 15 LIST OF MATERIALS a O U Y m Z w D w c (12000 a z POLE TOP POSITION - SHEETS 9 AND 10 U 0 cr VOLT CIRCUIT) QTY. QTY. DESCRIPTION 1 3 3 CROSSARM, WOOD, 5 3/4"x 4 3/4"x 8'-0" (HUGHES) E220.84 2 3 3 X -ARM GAIN PLATE FOR 5 3/4"x 4 3/4" X -ARM RADAR ENGR. #6012 E314.65 3 3 3 DBL. SPAN, X -ARM V -BRACE, 72" SPAN, 22" DROP JOSLYN #J1512 E222.04 4 5 6 PIN INSULATOR, 13.2KV, F -NECK LAPP #G183R-70 E415.18 5 3 3 SUSPENSION INSULATOR, 12KV E415.10 6 - NOT USED 7 - NOT USED 8 - NOT USED 9 - - NOT USED 10 3 3 1 STRAIGHT STRAIN CLAMP SIZE AS REQUIRED 11 6 6 PARALLEL GROOVE CLAMP AS REQUIRED 12 3 3 OVAL EYENUT 3/4" JOSLYN #J1093 E007.13 13 2 2 DBL. ARMING BOLT, 5/8"x LG. REQ'D. JOSLYN #J88XX 14 5 6 STEEL INSL. PIN W/WASHER, NUT & LOCKNUT JOSLYN #J606 E345.07 15 6 7 DBL. ARMING BOLT, 3/4"x LG. REQ'D. JOSLYN #J88XX 16 - - NOT USED 17 6 6 MACHINE BOLT, 1/2"x LG. REQ'D. JOSLYN #J87XX 18 10 10 SQUARE NUT, 3/4" JOSLYN #J8564 19 - - NOT USED 20 20 24 SQUARE WASHER, 3/4", 2 1/4"x 2 1/4" 3/16" JOSLYN #J1076 E734.75 21 4 4 ROUND WASHER, 5/8" JOSLYN #J1088 E734.38 22 12 12 ROUND WASHER, 1/2" JOSLYN #J1086 E374.69 23 6 6 SPRING WASHER, 3/4" JOSLYN #J3541 E734.79 24 6 6 SPRING WASHER, 1/2" JOSLYN #J3539 E734.80 25 4 3 SIGN CROSSARM "HIGH VOLTAGE" LIMITED PLASTICS #HV -1 E313.13 26 JUMPER SAME SIZE AS PHASE CONDUCTOR 27 - NOT USED 28 NO.4 SOLID ALUMINUM TIE WIRE. 29 - - NOT USED 30 1 1 CLEVIS EYE EXTENSION LINK 20 KIP BETHEA #ASM -6939-1 31 - - NOT USED 32 4 4 SPRING WASHER, 5/8" JOSLYN #J3540 8 33 4 4 SQUARE NUT, 5/8" JOSLYN #J8563 34 8 8 SQUARE NUT 1/2" JOSLYN #J8562 35 - - NOT USED * AS REQUIRED D o ; UP DATED F REDDING ELECTRIC DES/F UTIIJTY an/r. SHEET 8 OF 15 TYPICAL -28 L TYPICAL 5 PLACES 3 PLACES -- - -- ------ t i n° i 18 20 23 TYPICAL 42"X42" —+ 3 PLACES o CLIMBING 1 i SPACE i i 15TYPICAL 3 PLACES a o TYPICAL 10 PLACES °° z O 20 "i 23 N 18 PICAL N O 12 3 PLACES 0 5 10 3'-0" 3'-0" TYPICAL 3'-4 1/2" 3'-4 1/2" 6 PLACES --{ [-- 7 1/2- 7 1/2"----1 E --- T TAP - PREFERRED CONSTRUCTION (PLAN VIEW) 10" 25 TYPICAL �0 4 PLACES GUY ATTACHMENT LOCATION 911 22 17 TYPICAL 6 PLACES 30" TYPICAL 4 14 ( _ (NOTE 1) 5 PLACES 91, GUY ATTACHMENT LOCATION 22 24 34 TYPICAL SEE DETAIL 1 3 3 PLACES TYPICAL 6 PLACES T TAP - PREFERRED CONSTRUCTION (ELEVATION) TYPICAL 13 33 32 21 21 32 33 TYPICAL 2 PLACES} }2 PLACES DETAIL 1 X -ARM V -BRACE ATTACHMENT DOUBLE BRACE DETAIL D 0 REDDING ELECTRIC Unun NOTES: 1. 30" MINIMUM - 48" PREFERRED NUMBERS IN BUBBLE REFER TO ITEM NO'S. IN MATERIALS LIST ON SHEET 2. 12000 VOLT CIRCUIT - POLE TOP POSITION .IR4�'Z+�7�iFi TYPICAL 28 2 TYPICAL 6 PLACES 3 PLACES i14 © i 42"X42" 18 20 23 TYPICAL I i CLIMBING 8 PLACES iu i i SPACE 15 TYPICAL - ° 53 PLACES °0 Oli O TYPICAL 10 PLACES © ° 20 0 3 18 18"MIN. TYPICAL O 12 3 PLACES 5 10 3'-0" 3'-0" 11 TYPICAL 3'-4 1/2- 3'-4 1/2 6 PLACES 7 1/2" 7 1/2"---1 T TAP - ALTERNATE CONSTRUCTION (PLAN VIEW) 0 TYPICAL - 25 4 PLACES GUY ATTACHMENT LOCATION 9 " 2217 TYPICAL 6 PLACES - 30" TYPICAL 4 14 ( _ (NOTE 1) 6 PLACES 9" GUY ATTACHMENT LOCATION 3 j TYPICAL SEE DETAIL 1 3 PLACES TYPICAL 6 PLACES T TAP - ALTERNATE CONSTRUCTION (ELEVATION VIEW) NOTES: TYPICAL TYPICAL 1. 30" MINIMUM - 48" PREFERRED 2 PLACES} 13 33 32 21 21 32 332 PLACES (� NUMBERS IN BUBBLE REFER TO DETAIL i ITEM NO'S. IN MATERIALS LIST ON SHEET 2. X-ARM V-BRACE ATTACHMENT DOUBLE BRACE DETAIL o 12000 VOLT CIRCUIT - POLE TOP POSITION ADD NOTE SHEET 10 OF 15 ELECTRIC CONSTRUCTION STANDARD REQUIREMENTS FOR BUCKARM CONSTRUCTION 3 WIRE DISTRIBUTION CIRCUITS REDDING ELECTRIC DES/REV DATE I ASSISTANT DIRECTOR - DISTRIBUTION I REVISED DWG. NO. tmUN RC1/CBG 03/26/03 j �r. 1 OS2170 m M � W w U- C crBELOW w LIST OF MATERIALS o O U Y M CC POLE TOP - SHEETS 12 AND 13 (12000 VOLT CIRCUIT) Lu ~ QTY. QTY. DESCRIPTION 1 3 1 CROSSARM, WOOD, 5 3/4"x 4 3/4"x 8'-0" (HUGHES) E220.84 2 3 3 X -ARM GAIN PLATE FOR 5 3/4"x 4 3/4" X -ARM RADAR ENGR. #6012 E314.65 3 3 3 DBL. SPAN, X -ARM V -BRACE, 72" SPAN, 22" DROP JOSLYN #J1512 E222.04 4 1 5 7 PIN INSULATOR, 13.21KV, F -NECK LAPP #G183R-70 E415.18 5 3 3 SUSPENSION INSULATOR, 12KV E415.10 6 - - NOT USED 7 - NOT USED 8 - - NOT USED 9 - NOT USED 10 3 3 STRAIGHT STRAIN CLAMP SIZE AS REQUIRED 11 6 6 PARALLEL GROOVE CLAMP AS REQUIRED 12 1 3 3 OVAL EYENUT 3/4" JOSLYN #J1093 E007.13 13 2 2 DBL. ARMING BOLT, 5/8"x LG. REQ'D. JOSLYN #J88XX 14 5 7 STEEL INSL. PIN W/WASHER, NUT & LOCKNUT JOSLYN #J606 E345.07 15 3 3 DBL. ARMING BOLT, 3/4"x LG. REQ'D. JOSLYN #J88XX 16 - - NOT USED 17 6 6 MACHINE BOLT, 1/2"x LG. REQ'D. JOSLYN #J87XX 18 10 10 SQUARE NUT, 3/4" JOSLYN #J8564 19 - - NOT USED 20 10 10 SQUARE WASHER, 3/4", 2 1/4"x 2 1/4" 3/16" JOSLYN #J1076 E734.75 21 4 4 ROUND WASHER, 5/8" JOSLYN #J1088 E734.38 22 12 12 ROUND WASHER, 1/2" JOSLYN #J1086 E374.69 23 6 6 SPRING WASHER, 3/4" JOSLYN #J3541 E734.79 24 6 6 SPRING WASHER, 1/2" JOSLYN #J3539 E734.80 25 4 4 SIGN CROSSARM "HIGH VOLTAGE" LIMITED PLASTICS #HV -1 E313.13 26 JUMPER SAME SIZE AS PHASE CONDUCTOR 27 3 2 BOLT END INSULATOR, 3/4" LIMITED PLASTIC #LPM-1 BOLT COVERS E541.11 28 NO.4 SOLID ALUMINUM TIE WIRE. 29 ALVANIZED NAIL COMMON 8D JOSLYN 30 LEVIS EYE EXTENSION LINK 20 KIP BETHEA #ASM -6939-1 31 OT USED 32 R44 PRING WASHER, 5/8" JOSLYN #J3540) E734,7833 QUARE NUT, 5/8" JOSLYN #J856334 QUARE NUT, 1/2" JOSLYN #J856235 ROSSARM WOOD 5 3/4"x 4 3/4"x 10'-6" HUGHES E220.86 * AS REQUIRED 0 D v UP DATED F REDDING ELECTRIC DES/F MIM an/rr, SHEET 11 OF 15 3'-0" 3'-0" 1 U TYPICAL S-4 1/2" 3'-4 1/2" 6 PLACES --I i- 7 1/2" 7 1/2"--1 i-- T TAP - PREFERRED CONSTRUCTION (PLAN VIEW) 25 TYPICAL e 4 PLACES GUY ATTACHMENT LOCATION 9 1 22 17 r TYPICAL J 6 PLACES 30" TYPICAL 4 14 e13 (NOTE 1) 5 PLACESGUY ATTACHMENT LOCATION SEE DETAIL 1 �/ES TYPICAL 6 PLACES T TAP - PREFERRED CONSTRUCTION (ELEVATION VIEW) NOTES: TYPICAL TYPICAL 1. 30" MINIMUM - 48" PREFERRED 2 PLACES} 13 33 32 21 21 32 3312 PLACES NUMBERS IN BUBBLE REFER TO DETAIL 1 v ITEM NO'S. IN MATERIALS LIST X -ARM V -BRACE ATTACHMENT ON SHEET 2. DOUBLE BRACE DETAIL 0 D ROLUv REDDING ELECTRIC U11LfIV 12000 VOLT CIRCUIT - BELOW POLE TOP ADD NOTE SHEET 12 OF 15 TYPICAL 28 2 TYPICAL 3 PLACES 42"X42" 5 PLACES{ ---------- -� CLIMBING SPACE T -i1 ° @° i i i 27 i 18 20 23 TYPICAL 3 PLACES 0 i TYPPLACES ICAL M 3 TYPICAL 15 3 PLACES O O I -I- ---------- 18 20�TYPICAL 2 PLACES 00 , O O 20 bj 23 N 18 iv 12 TYPICAL --TL 3 PLACES -- 5 3'-0" 3'-0" 1 U TYPICAL S-4 1/2" 3'-4 1/2" 6 PLACES --I i- 7 1/2" 7 1/2"--1 i-- T TAP - PREFERRED CONSTRUCTION (PLAN VIEW) 25 TYPICAL e 4 PLACES GUY ATTACHMENT LOCATION 9 1 22 17 r TYPICAL J 6 PLACES 30" TYPICAL 4 14 e13 (NOTE 1) 5 PLACESGUY ATTACHMENT LOCATION SEE DETAIL 1 �/ES TYPICAL 6 PLACES T TAP - PREFERRED CONSTRUCTION (ELEVATION VIEW) NOTES: TYPICAL TYPICAL 1. 30" MINIMUM - 48" PREFERRED 2 PLACES} 13 33 32 21 21 32 3312 PLACES NUMBERS IN BUBBLE REFER TO DETAIL 1 v ITEM NO'S. IN MATERIALS LIST X -ARM V -BRACE ATTACHMENT ON SHEET 2. DOUBLE BRACE DETAIL 0 D ROLUv REDDING ELECTRIC U11LfIV 12000 VOLT CIRCUIT - BELOW POLE TOP ADD NOTE SHEET 12 OF 15 TYPICALI 3 4 14 7 PLACES GUY ATTACHMENT LOCATION TYPICAL f28��TYPICAL 7 PLACES 3 PLACES TYPICAL 2 PLACES 42"X42" 1 CLIMBING SPACE L---------- 18" MIN* 3'-0" 3'-0" 4'-7 1/2" 4'-7 1/2" TYPICAL 2 PLACES —7 1/2- 7 11/2"---{ T TAP - ALTERNATE CONSTRUCTION (PLAN VIEW) 0@1PICAL 8TY PLACES ) TYPICAL �3 PLACES 3 20 TYPICAL 10 PLACES TYPICAL 3 PLACES TYPICAL 6 PLACES 25 TYPICAL ,E 4 PLACES 9. TYPICAL 22 17 — -�l 6 PLACES 30" (NOTE 1) TYPICAL SEE DETAIL 1 3 PLACES TYPICAL 6 PLACES T TAP - ALTERNATE CONSTRUCTION (ELEVATION VIEW) NOTES: 1. 30" MINIMUM - 48" PREFERRED TYPICAL 13 33 32 21 21 32 33 TYPICAL 2 PLACE1 2 PLACES NUMBERS IN BUBBLE REFER TO X -ARM V -BRACE ATTACHMENT DOUBLE BRACE DETAIL o. REDDING ELECTRIC UFILFIV ITEM NO'S. IN MATERIALS LIST ON SHEET 2. 12000 VOLT CIRCUIT - BELOW POLE TOP SHEET 13 OF 15 CLIMBING CROSSARMS SPACE CRO 30"x 30" SOUARE • • 8'-0"� I I I ) 30P 30G CROSSARMS „ I — s ' T TAP - PREFERRED CONSTRUCTION (PLAN VIEW) E$ s T TAP - ALTERNATE CONSTRUCTION (PLAN VIEW) 1.) Deadend outside conductors on space bolts and middle conductor on thru bolts. 2.) Bolt covers not required. 3.) Middle conductor and jumper must clear center line of pole a minimum distance of 15". REDDING ELEGFRIC [MUTY UP DATED 0 - 750 VOLT CIRCUIT SHEET 14 OF 15 TWO NUTS AND LOCK WASHER 15" MIN. #gyp-- SOUARE • • 8'-0"� I I I ) 30P 30G CROSSARMS „ I — s ' T TAP - PREFERRED CONSTRUCTION (PLAN VIEW) E$ s T TAP - ALTERNATE CONSTRUCTION (PLAN VIEW) 1.) Deadend outside conductors on space bolts and middle conductor on thru bolts. 2.) Bolt covers not required. 3.) Middle conductor and jumper must clear center line of pole a minimum distance of 15". REDDING ELEGFRIC [MUTY UP DATED 0 - 750 VOLT CIRCUIT SHEET 14 OF 15 FOR LIGHT ARM CONSTRUCTION THE FOLLOWING ITEMS SHOULD BE SUBSTITUTED FOR THE ITEMS SHOWN ON SHEET 2, 3, 4 AND 8, 9, 10. LIGHT ARM CONSTRUCTION IS ONLY ALLOWED IF USED AT POLE TOP, ALL CONSTRUCTION IN THE BELOW POLE TOP POSITION SHALL BE BUILT USING HEAVY CROSS ARM CONSTRUCTION. D 4 UPDATED F REDDING ELECTRIC DES/[ MIN Qnir SHEET 15 OF 15 LIST OF MATERIALS o O v Cc Q w w Y U m cc a TOP POSITION - SHEETS 9 AND 10 o w cc POLE TOP POSITION - SHEETS 3 AND 4 LL w J (12000 VOLT CIRCUIT) z cc tl (12000 VOLT CIRCUIT) Ir 2 a QTY. QTY. DESCRIPTION W '-- I QTY. QTY. DESCRIPTION CROSSARM, WOOD, 4 3/4"x 3 3/4"x 8'-0" (HUGHES) 1 4 4 CROSSARM, WOOD, 4 3/4"x 3 3/4"x 8'-0" (HUGHES) E220.48 2 4 4 X -ARM GAIN PLATE FOR 4 3/4"x 3 3/4" X -ARM E314.63 3 8 8 BRACE, FLAT 24" E739.81 13 4 4 BOLT, LAG 1/2"x 4 1/2" E001.02 21 - - NOT USED NOT USED 32 - - NOT USED NOT USED 33 FROT USED D 4 UPDATED F REDDING ELECTRIC DES/[ MIN Qnir SHEET 15 OF 15 LIST OF MATERIALS a O U Cc Q w w Y U m ° a POLE TOP POSITION - SHEETS 9 AND 10 LL z � J (12000 VOLT CIRCUIT) cc 2 w 0- <C ~ QTY. QTY. DESCRIPTION 1 3 3 CROSSARM, WOOD, 4 3/4"x 3 3/4"x 8'-0" (HUGHES) E220.48 2 3 3 X -ARM GAIN PLATE FOR 4 3/4"x 3 3/4" X -ARM E314.63 3 6 6 BRACE, FLAT 24" E739.81 13 3 3 BOLT, LAG 1/2"x 41 /2" E001.02 21 - - NOT USED 32 - - NOT USED 33 - NOT USED D 4 UPDATED F REDDING ELECTRIC DES/[ MIN Qnir SHEET 15 OF 15 Bird, raptor and rodent protection mhoU be o consideration in the design of new and reconstructed distribution facilities. This drawing will wood pole in order to provide a 60" phase separation on primary lines or install insulated protection when phases are less than 60" in separation. In general, within the City and within the City's urban/rural transition zones poles of higher risk are: w L000Uoon where birds, raptors and rodents are known to exist. * Poles that higher than the surrounding terrain providing o vantage point for observing/hunting prey. • Pole lines that tpovoroo open f/o|do, fonn|ond, orchards or rolling hills with o high prey bouo or near n body or water. • Corner poles and poles with equipment, risers or taps. There are several methods used to protect against unwonted contact between energized phase conductors and/or grounded objects by birdn, raptors or rodents. w |nou|oto all energized wires and connectors at pole locations with oquipment, risers and taps. ~ Prevent birds from landing or perching between o\noe|y placed phase conductors. � Framing the pole to provide o OO or greater phase separation. * Providing o safe place for birds to land and perch. PROCEDURES 1. For rodents (oouine|a, chipmunks, etc.) install insulated jumper wire, bushing covers and fuse holder sheet 2 — _ existing_—poles, to protect birds _- raptors,—use perch_ deterrents_per sheet 3. Also install insulated jumper wire, bushing covers and fuse holder covers per sheet 2 on poles with equipment, risers or taps. J. On now oonotmubnn' tobirds and raptors install alternate framing to provide h spacing 00' or greater per sheet 4 and insulated jumper *ine, bushing onvona and fuse holder covers per sheet 2 on poles with equipment, risers or taps. � � � � ANEW DRAWING SHEET 1 OF 4 UTILITV tp PROTECTIVE MATERIAL DETAILS SIDE VIEW PLASTIC SPIKE—TYPE DETERRENT (CUT TO LENGTH) END VIEW PLASTIC SPIKE—TYPE DETERRENT L07� O d �O SIDE VIEW END VIEW FUSE HOLDER COVER PLASTIC SPIKE— INSULATED JUMPER WIRE TYPE DETERRENT FUSE HOLDER COVER -- 2" MINIMUM 4" MAXIMUM INSULATED JUMPER WIRE __— — BUSHING COVER NOTE: DO NOT COVER MORE THAN TOP SKIRT. 0 0 72" MINIMUM IF SPOOL AND CLEVIS) 8" MINIMUM (IF CROSSARM OR EXTENDED RACK) 1. PLASTIC SPIKE—TYPE PERCH DETERRENTS MAY BE USED TO DISCOURAGE PERCHING BETWEEN CLOSELY SECONDARY SPACED CUTOUTS OR STEEL BRACKETS. THESE LEVELCOME IN 12—INCH LENGTHS AND MUST BE CUT 10" MIN. BE CUT TO FIT AS INDICATED IN FIGURE 1. ATTACH THE PLASTIC PERCH DETERRENTS BY USING PLASTIC TIES OR LAG SCREWS. INSTALLATION LOCATION PLASTIC SPIKE—TYPE DETERRENT C'ANEW DRAWING REDDING ELECFRIC UTILITY NOTE: 'THESE SPIKES SHALL NOT BE USED WHERE NESTS HAVE BEEN FOUND AS THEY CAN PROVIDE AN ATTRACTIVE BASIS UPON WHICH TO BUILD A NEST, AND THAT COULD BECOME A PROBLEM. SPIKES ALSO SHALL NOT BE USED ON POLES WHICH DO NOT PROVIDE A SAFE PLACE TO LAND (SUCH AS ON A CROSSARM WITH ADEQUATE SPACE OR COVER—UP). SHEET 2 OF 4 WILDLIFE, BIRD AND RAPTOR PROTECTION ri CS2172 OPEN SIDE OF EQUIPMENT OR ARRESTER � t ELECTROSTATIC ANIMAL GUARD HOT STICK CONNECTION THIS GUARD BUILDS AN ELECTROSTATIC CHARGE THAT WILL GIVE A NON -LETHAL SHOCK TO ANIMALS THAT TOUCH IT. IT IS DESIGNED PRIMARILY TO DETER SQUIRRELS, AND THEREFORE, IT IS NOT RECOMMENDED AS A BIRD PROTECTION DEVICE. PERCH DETERRENT 1. THE TRIANGULAR PERCH DETERRENT MAY BE INSTALLED TO DISCOURAGE PERCHING BETWEEN CLOSELY SPACED PHASES OR CUTOUTS AND CAN BE USED IN LIEU OF MOVING OR REPLACING ARMS IN RETROFIT APPLICATIONS. THE PERCH GUARD HAS ADJUSTABLE LEGS FOR 6 -INCH TO 24 - INCH SPACING. USE 1/4"x2-1/2" WASHER -HEAD LAG SCREWS FOR FASTENING TO THE CROSSARM. USE TWO DETERRENTS (ONE FOR EACH ARM) WITH DOUBLE CROSSARM CONSTRUCTION. 24j" X/ 0 0 PERCH DETERRENT ILLUSTRATION gum PERCH DETERRENT INSTALLATION EXAMPLE USE ONE OR MORE SETS AS REQUIRED BY CONDUCTOR SPACING .46ANEW DRAWING SHEET 3 OF 4 8' UGHT OR HEAVY ARM 3'-8" 1'-6" 2'-2" 4" 2 -MINIMUM/ 4'MAXIMUM NOTE: INSTALL PERCH GUARD(S) WHEN PHASE SEPERATION IS LESS THAN 60" RAPTOR PROTECTION PERCH GUARDS ON EXISTING CONSTRUCTION 4" 4'-11" z 4'-11" 4" ;Tk 11 • ANEW DRAWING REDDING ELECTRIC UTILITY POSITION OF GUY (WHEN REQ'D) SECON[ TANGENT ARRANGEMENT ALTERNATE CONSTRUCTION DEAD END ARRANGEMENT ALTERNATE CONSTRUCTION 0' ARM (10'-6") 0' ARM (10'-6") SHEET 4 OF 4 WILDLIFE, BIRD AND RAPTOR PROTECTION K&W010 CS2172 1 1/4"0 43/4 0 3 3/4" CODES AND MANUFACTURERS FOR FIBERGLASS INSULATOR BRACKETS 91/4" CHANCE I HUGHES I JOSLYN I MACLEAN RPH181 CF859-18 77581-618 6878 -18P -E NOTE: Above figure is illustrated with stringing eye. Catalog numbers with RE, SE and E indicate this option, however, it is not always available from all manufacturers. POLE TOP PIN INSULATOR BRACKET WITH EYE 500 lbs. MAXIMUM LINE ANGLE LOADING 3ULATOR BRACKET EE DETAIL ABOVE TANGENT AND LIGHT -ANGLE CONSTRUCTION L L C CY JM LINE ANGLE o CTOR ANGLE kAC 5° SR 27° ;SR 43° 12B3T1 L 12B3T1 H ALTERNATE LEAD 1 USE COVERED WIRE SINGLE-PHASE TRANSFORMER INSTALLATION TRIANGULAR CROSSARM CONSTRUCTION NOTE: 1. For transformer installations, to maintain climbing space, the kingpin must be on the same side of the pole as the transformer or on the side of the pole. 2. Adjust transformer and cutout locations for heavy crossarm v -brace installation. R Redding Electric Utility ADD LINE ANGLE TABLE 4 . n 9 TRIANGULAR FRAMING FOR TANGENT CONSTRUCTION DISTRIBUTION POLE LINES DES/REV DATE ASSISTANT DIRECTOR -DISTRIBUTION REVISED DWG. NO. RO/JCR 07/26/06 �° ��— _ 02/21/13 1 CS2173 12" NOTES: SECURE TOP OF WRAP WITH NAILS/STAPLES AROUND THE CIRCUMFERENCE OF THE POLE ARMORBUILT TM WILDFIRE SHIELD HORIZONTAL OVERLAP 2" HORIZONTAL OVERLAP a VERTICAL OVERLAP ;AL SEAM AP 3" f ICAL SEAM 'GERED FOR -ICOURSE WRAP POLES FROM A MINIMUM OF 1' BELOW THE GROUND LINE TO A HEIGHT CONSISTENT WITH THE WILDFIRE THREAT (APPROX. 10.5'). ROLLS COME IN 4' WIDE SECTIONS. INSTALL THREE SECTIONS TO A HEIGHT OF APPROXIMATELY 10.5' W/OVERLAPS. ADD ADDITIONAL SECTIONS AS NECESSARY BASED ON SURROUNDING VEGETATION HEIGHT AND DENSITY. ®;1xiZi18181:11,0111:10=&O9:11,0I:1awAk el:11I•I001110 • STAPLES TO BE LAID VERTICALLY WITH A 4"-6" MAXIMUM SPACING • STAPLES SHOULD HAVE A MINIMUM 1 1/2 INCH LENGTH AND 1 -INCH CROWN • GALVANIZED OR STAINLESS STAPLES SHOULD BE USED, OR 1-1 1/2" LONG, GALVANIZED ROOFING NAILS 3. WILDFIRE SHIELD IS FLEXIBLE AND DESIGNED TO SHAPE OVER RISERS AND OTHER SURFACE MOUNTED ITEMS. 4. REINSTALL ALL POLE MARKINGS (NUMBERS, VIS STRIPS, ETC.) ON TOP OF POLE WRAP. UPDATED SHEET 1 OF 1 ELECTRIC CONSTRUCTION STANDARD R E::LJ FIRE WRAP FOR WOOD POLES City of Redding DES/REV DATE ASST. DIRECTOR - UT TY OPERATIONS REVISED DWG. NO. Electric Utility 1 JCR/JCR 10/05/21 s ,619 ` 04/04/22 1 CS2310 • ILT1011M E 00010011=w� Vol., GENERAL NOTES 1. Use Sheets I and 2 to prepare request for quote. See Sheet 3 for "Ordering Options" example, 2. Steel Poles to be ordered as "wood pole equivalents" for Tier 2 and Tier 3 fire areas. 3. Standard options for all steel poles are noted in Detail A. Climbing options will be specific to each install location. Field meet will be required with Line Supervisor to determine climbing requirements for each location. Check corresponding boxes for climbing requirements. 4. Poles with Lightning Arrestors, 11 5kV or 12kV, shall have arrestor grounds that are separate from the other equipment grounds. When other equipment is bonded to the pole, additional attachment points are required for the separate arrestor ground. 5. Add ground pads or nuts to bond the pole sections when other equipment is present and bonded to the steel pole. 6. All field or factory drilled holes are to be silicone sealed on all weathering steel poles. 7. Due to freight costs, maximize truckloads when possible. ORDERING OPTIONS Customer Name: Class Height Shape Material / Finish L3 Concrete LI Standard LJ Consult factory for color finishes L3 Hybrid (NewPoleO) LI Galvanized L3 Weathering Steel 0 Additional Option Pole Connections L3 Slip Jointed Ll Butt Weld Single Pie Ll Flanged I IK Feet Above Ground Feet Below Ground Full Length Ground Sleeve Length Thickness Feet Above Ground NENE84 . M MUMMEAMMI • Contact Name: Climbing - As Required Start (below pole top) _ ft in Finish (above Groundline) _ ft in Working top of pole — ft® in LI Holes Size Spacing (standard 15") Q Step Clips L3 Ladder Clips Provide - As Required L3 Ladders LI Step Bolt _ Length — Thickness— LI Valmont Step L3 Ground Clip (concrete) L3 Tank Ground (internal Concrete) L3 0.50" insert (RIVNUT) L3 Grounding Nut L3 Steel L3 Stainless Steel LJ Nema Pad Ll Steel L3 Stainless Steel Ri M 1:4 A are] my POLE TYPES: 12 -SIDED F6 I -a- =0 ORIENTATION IBM F8 F5 3000 240° F9 33002100 F4 F10 POLE TYPES: 12 -SIDED F6 F - 2707 F8 F5 3000 240° F9 33002100 F4 F10 00 180° F3 Fll 300o, F2 121500 F12150° 60o Fl 1200 900 AT EACH ELEVATION AND ORIENTATION LOCATION FROM TOP ORIENTATION OF POLE HT: - CL: REU POLE# o- 1- 0- 1 3 60- 1 90- 1 120- 1 150- 180- 210° T— 1 240- 1 270- 1 300- 1 330° JCR 1 12/29/21 kylviolel 111:01 We =.I�Llllll pwiy" CS2335 FINISH TYPE WEATHERING STEEL NOTE 5 SLIP JOINT N �0101:wm GENERAL NOTES 1 Use Sheets 1 and 2 to prepare request for quote, See Sheet 3 for "Ordering Options" example. 2. Steel Poles to be ordered as "wood pole equivalents" for Tier 2 and Tier 3 fire areas. 3. Standard options for all steel poles are noted in Detail A. Climbing options will be specific to each install location, Field meet will be required with Line Supervisor to determine climbing requirements for each location. Check corresponding boxes for climbing requirements. 4. Poles with Lightning Arrestors, 11 5kV or 12kV, shall have arrestor grounds that are separate from the other equipment grounds. When other equipment is bonded to the pole, additional attachment points are required for the separate arrestor ground. 5. Add ground pads or nuts to bond the pole sections when other equipment is present and bonded to the steel pole. 6. All field or factory drilled holes are to be silicone sealed on all weathering steel poles. 7. Due to freight costs, maximize truckloads when possible. ORDERING OPTIONS Customer Name: CUSTOMER Class H2 Height 70 Shape 12S Material / Finish Ll Concrete Lj Standard LJ Consult factory for color finishes LJ Hybrid (NewPolee) LJ Galvanized Id Weathering Steel Ll Additional Option 5d Slip Jointed Ll Butt Weld Single Piece Ll Flanged Below Grade Protection (Steel) e') 6d Embedment Depth 10% +2' tif Polyurethane (20 mils) Feet Above Ground 2. Feet Below Ground BUTT Full Length Ll Ground Sleeve Length Thickness Feet Above Ground I Contact Name: PLANNER Climbing - As Required Start (below pole top) _ ft in Finish (above Groundline) _ ft in' Working top of pole — ft in Ll Holes Size Spacing (standard 15") LJ Step Clips Ll Ladder Clips Provide - As Required LJ Ladders LJ Step Bolt — Length — Thickness L] Valmont Step EE= -j Ll Ground Clip (concrete) Ll Tank Ground (internal Concrete) Ll 0.50" insert (RIVNUT) LJ Grounding Nut Ll Steel Ll Stainless Steel td Nema Pad Ll Steel 5( Stainless Steel POLYURETHANE WRAP FROM BUTT OF POLE TO ZABOVE GROUNDLINE EXAM P NEW DRAWING SHEET 3 OF 3 ELECTRIC CO JCR 1 12/29/21 LVIL61#1 NJ Wei IR :1 X!!11j WFIN q CS2335 POLE REPLACEMENT GUIDELINE 1. SCOPE A. This guide is to be used by field personnel as a tool to assist them in determining the strength of wood poles. The ultimate decision in deciding the requirement for a pole change out is with the Electric Line Supervisor. B. This guide provides criteria when using PoleCalc software to prioritize poles for replacement or treatment. DEFINITIONS and APPLICATION CRITERIA A. Wood poles in the City of Redding service area are subject to bio -deterioration from decay, fungi and insects, which will result in a loss of structural integrity and eventually pole failure. B. A severely decayed pole left in service can present a serious safety and reliability threat, while a prematurely replaced pole results in an unnecessary expenditure. C. The inspection of wood poles by field personnel, although dependent on a variety of factors is subjective, is the recognized method for determining the need for pole replacement and should be continued. D. PoleCalc software provides a methodology for measuring the percent of remaining "moment capacity" of a wood pole. Both the National Electric Safety Code (NESC) and California Public Utilities General Order 95 (G095) state that a poles moment capacity shall not go below 66% of the strength of a new pole. Both G095 and NESC assumes the new pole strength to be the minimum strength required to support the facilities placed on the pole when first installed. If the pole was oversized when new, and the facilities on the pole has not changed, the minimum moment capacity could go below the 66% and still not require replacement. E. The Electric Line Supervisor should use the PoleCalc results as a tool, along with other conventional methods to manage economic pole replacements. F. Poles considered for replacement should be categorized into one of the following; 1) Immediate replacement (less than 50% capacity) 2) Review for replacement or reinforcement 3) Less than 66% moment capacity but oversized when new 4) Supplemental treatment at this time TABLE 1 WOOD POLE REPLACEMENT CRITERIA - Minimum Percent of Remaining Moment Capacity — Immediate Replacement Review For Replacement 50% 66% Notes: 1) NESC Section 26, Strength Requirement refers to Overload Capacity, this is the same as Moment Capacity in this guide. 2) G095 Section 44, Safety Factors refers to Safety Factor, this is the same as Moment Capacity in this guide. AO NEW DRAWING SHEET 1 OF 1 LLUAKA, UUNWKU1,11UN Z31ANUAKU r000acPOLE REPLACEMENT GUIDELINES 11 ;� ELECT= d DES REV DATE DI UTION M MANAG REVISED DWG. NO, _..............._...... TGS 09/01/98 / CS2340 DG-3/8 5 ®/1 4 2 2 2 1 1 9 2 ' 6 2 f I 6 i f ' 7 i ( 7 8 f I 8, 3 6'-0" MIN 3 "6'-0' MIN a' - 3/8" DOWN GUY 7/16" DOWN GUY DG-3/8 DG-7/16 TEM STOCK ITEM STOCK NO, DESCRIPTION QTY CODE NO. DESCRIPTION QTY CODE 1 3/8" EHS GUY WIRE 50" E390.38 1 7116" EHS GUY WIRE 50' E390.24 2 GUY GRIP 318" (PREFORM) 3 E90.18 2 GUY GRIP 7116" (PREFORM) 3 E90.20 GUY STANDVISE 318" 1 E391.22 3 GUY STRANDVISE 711+6" 1 E31.26 GUY STRANDLINK:318 1 E391.28 GUY STRANDLI K 7116" 1 E391 27 GUY HOOK, SINGLE 1 E392.04 4 GUY EYE, WITH CLEVIS 1 E392.02 MACH. BOLT, 518" x 14 1 E5.03 5 MACH. BOLT, 314" x 14" 2 E5.03 6 WASHER, 518" x 2 114" SQ. 1 E734.74 6 WASHER, 314" x 3" SQ. 2 E734.77 7 NUT, 518" 1 7 NUT, 314" 8 GUY GUARD 1 E391.04 8 GUY GUARD 1 E3 1.04 GUY STRAIN INSULATOR 1 E393.2 9 GUY STRAIN INSULATOR 1 E33.26 NOTES: 1. MAXIMUM WORKING STRENGTH FOR 318" EHS DOWN GUY IS 7740 LBS MAXIMUM WORKING STRENGTH FOR 7116" EHS DOWN GUY IS 10,400 LBS 50% SAFETY FACTOR APPLIED PER G.O. 95 c; . ANCHOR AND ROD TO BE ORDERED SEPARATELY ADDED 7/16 TABLE SHEET 1 OF 1 ELECTRIC CONSTRUCTION STANDARD DOWN GUY ASSEMBLY R! mu DISTRIBUTION CIRCUITS „ Redding Electric Utility DESIREV DATE AS Te IRECTOR - UT6 I Y PERATQNS REVISED DWG, NO. CEPIJCR 11/14100 0317119 CS242 SDG -3/8 4 4 SDG -7/16 2 5 2 1 1 2 2 i 6 9 I i g 2 I I 7 z 2 I I 7 T 10 I I 10 I I 1 11 12 11 12 8 �PR I I C? 8 I ( (a 1... I I � I I I 3 1 I 3 I I I I I i I II ��'ia�` �ti�ib '"`R}��:>`.v✓` S n,°` � '�Ct�' �cth kci� "+„'s i�^::�� _s�,�—f,, z' ���� } a � rr.---cam ���-�-�-t-,� u� v'r�. a e' Via,-`�'�„' �. "..a",..,�_Z'S:✓.`� 'w`-?�i,,*£'" �l'�A' "'�"' "��....",��„i`"�`'".,a�..d^l. �X.�if' r r'ti.`'b'.`��%".�r"�`�,x,^- �� 3/8" SIDEWALK GUY 7/16"SIDEWALK SDG -3/8 -7/1 ffil DESCRIPTION ��3/EHS GUY WIRE i GUY GRIP 3/8" • r VIII„�I ` AI�IIIII GUY I� i GUY STRANDLINK i MLGUY • •-Irr 5 r • ” 8"X 14" Ate= 2/II. NUT, 3/4" ��11�■��� GUY GUARD ' 0GUY1 GUY STRAIN SIR�- © i WGUY GUY PIPE BRACE CLAMP •r©� ` Y`1 FLANGE Y PIPE ffil DESCRIPTION•r 7/16" EHS GUY I� ' r GUY '(PRE • r ANDVISE 7/16" --- T GUY a[GUYEYE, WITH CLEVIS 5 r � MACH. BOLT,11 " WASHER NUT, 3/4" ��11�■��� GUY GUARD-■� ' 0GUY1 STRAINmuluil�l D!� 11 INSULATOR0 WGUY PIPE BRACE ` + ` GUY PIPE MAXIMUM1. WORKING FOR S DOWN GUY IS 7700 LBS MAXIMUM STRENGTH FOR # EHS IO GUY IS 10,400 i % SAFETY FACTOR APPLIEDPER i 2. ANCHOR AND ROD TO BE ORDERED SEPARATELY ADDED 7/16 TABLE SHEET 1 OF 1 ELECTRIC ■ CONSTRUCTION STANDARD . ! ➢; �. , ASSEMBLY DISTRIBUTION Redding t ... ®....® • �_Ei4'����•, 24" MIN. DIA. AUGURED HOLE 3" TO 6" SLOT FOR ANC. ROD (NOTE 2, SHT 2) PLAN VIEW TYPICAL FOR 8" AND 10' ANCHOR ROD 18" MIN TO 24" MAX F-6" MIN 8" MAX �;. CROSS PLATE ANCHOR D 24" MIN 4" MIN PROFILE VIEW TYPICAL FOR 8' LIGHT AND 10' HEAVY ANCHOR RODS —ORIGINAL GROUND PACTED SELECT BACKFILL -CONCRETE FILL (NOTE 1 and 4, SHT 2) 3HOR ROD NEW DRAWING I*U REDDING ELECTRIC UTILITY SHEET 1 OF 2 GUIDELINES FOR DISTRIBUTION ANCHOR INSTALLATION (CONCRETE BACKFILL) DES REV DATE DI UTION SY90 MANAGE5e REVISEDDWG. N0. RDH/ 4/16/03 ��_ i/��1�1 0 CS2420 REU MFG. CAT. No. MFG. CAT. No. ANCHOR TYPE DISCRIPTION STOCK CODE CHANCE JOSLYN LIGHT 1 " DIA. X 8' ANCHOR ROD E30.08 20" CROSS PLATE ANCHOR E30.11 X20-1 J3420-1 1-1/4" DIA. X 10' ANCHOR ROD E30.05 HEAVY 24" CROSS PLATE ANCHOR E30.17 X24-1 J3524-1 NEW DRAWING I*U REDDING ELECTRIC UTILITY SHEET 1 OF 2 GUIDELINES FOR DISTRIBUTION ANCHOR INSTALLATION (CONCRETE BACKFILL) DES REV DATE DI UTION SY90 MANAGE5e REVISEDDWG. N0. RDH/ 4/16/03 ��_ i/��1�1 0 CS2420 NOTES 1. THESE ANCHORS ARE DESIGNED FOR COMPACTED EARTH BACKFILL UNDER OPTIMUM MATERIAL, EQUIPMENT AND LABOR CONDITIONS. CONCRETE SHOULD BE USED AS A SUBSTITUTE BACKFILL MATERIAL IF ANY OF THESE ELEMENTS ARE COMPROMISED; I.E., SOIL IS TOO WET OR TOO DRY TO COMPACT, LACK OF ADEQUATE COMPACTION EQUIPMENT, TIME CONSTRAINTS, ETC. IF USING ANCHORS IN EARTH BACKFILL, FOLLOW THE ANCHOR MANUFACTURERS INSTALLATION INSTRUCTIONS. 2. ANCHOR ROD AND GUY TO BE IN ALIGNMENT. 3. SELECT BACKFILL MEANS THE MOST SELECT NATIVE MATERIAL REMOVED FROM THE EXCAVATION, RICHEST IN TOPSOIL/HUMAS, FREE OF ROOTS, DEBRIS AND ANY ROCKS OF 1-1/2" OR LARGER. 4. CONCRETE FILL TO BE WELL RODDED CLASS 450-C-2000 CONCRETE WITH 4" MAX. SLUMP DELIVERED TO SITE WITHIN 45 MIN. OF BATCHING. IN GENERAL, SUCH CONCRETE WILL BE A 5 SACK, 1" MAX. GRAVEL CONTENT MIX. MAX WORKING TENSION SOIL CLASSIFICATION 8' LIGHT ANCHOR 10' HEAVY ANCHOR 3 17,000 LBS. 22,500 LBS. 4 14,500 LBS. 18,500 LBS. 5 12,000 LBS. 15,000 LBS. 6 9,500 LBS. 11,750 LBS. 7 7,000 LBS. 9,000 LBS. GENERALIZED SOIL CLASSIFICATION DESCRIPTIONS (AS EXISTING AT THE ELEVATION OF THE ANCHOR PLATE) 3 HARD, RELATIVLY DRY TO DRY, CEMENTED; I.E. "UNDISTURBED HARDPAN". 4 CRUMBLY, SLIGHTLY TO MODERATELY DAMP, NOT EASILY FORMED INTO SHAPES; I.E. "SANDY/GRAVELLY CLAY". 5 FIRM, MOIST, CAN BE FORMED INTO SHAPES; I.E. "HIGHER CLAY CONTENT SOILS". 6 DAMP/WET/PLASTIC, EASILY FORMED INTO SHAPES; I.E. "VERY HIGH CLAY CONTENT SOILS". 7 LOOSE, NOT CAPABLE OF FORMING INTO SHAPES; I.E. "HIGH SAND/GRAVEL CONTENT SOILS". "FORMING INTO SHAPES" MEANS BEING CAPABLE OF HAND MOLDING INTO THE SHAPE A CIGAR OR A THINNER SHAPE SIMILAR TO A PENCIL. THE SMALLER THE DIAMETER CAPABLE OF BEING SHAPED INDICATES A HIGHER CLAY CONTENT. SIMILARLY, IF THE SMALLEST DIAMETER CAPABLE OF BEING SHAPED IS FAIRLY LARGE, SUCH WOULD INDICATE A LESSER CLAY CONTENT. DURING THE SUMMER MONTHS IT MAY BE NECESSARY TO ADD WATER TO CERTAIN SOILS TO GET A MORE ACCURATE CHECK OF SOIL CLASS. CONVERSELY, IN THE WINTER MONTHS SOME JUDICIOUS SELECTION OF DRYER EXCAVATED MATERIAL MAY BE NECESSARY TO ESTABLISH CLASSIFICATION. NEW DRAWING SHEET 2 OF 2 ELECTRIC CONSTRUCTION STANDARD I*U GUIDELINES FOR DISTRIBUTION ANCHOR INSTALLATION (CONCRETE BACKFILL) REDDING ELECTRIC DES REV DATE DI IBUTION RUE@ MAMGEtk I REVISEDDWG. NO. 0 UTILITY RDH/ 4/16/03 9i�� �1 / CS2420 I �. . . . . . . .. \ REU STOCK � � ANCHOR .., .■.fx21HORROD#»4:! � \...//.\� \\ MACLEA N HELIXSINGLE ILIX ,7� ,a». . D ?la:y ORRTWIN HELIX L _R8" TWIN HELIX wI� 4 2<»<*; »■ 2 » }# /} \ # \ \ }\ d W" f \ }d /% \ 4:4 # \ f \ %M"DUR � FUSE LINKS 1O OVERHEAD CLOSED DELTA CONNECTIONS USING 10 UNITS SIZE FUSE IN EACH CUTOUT TO THE COMBINATION OF THE TWO TRANSFORMERS CONNECTED TO IT AS FOLLOWS (USE CHART BELOW): FIND KVA OF LARGER TRANSFORMER AT TOP OF CHART, MOVE DOWN TO KVA OF SMALLER TRANSFORMER (AT RIGHT SIDE) AND READ CORRECT FUSE SIZE. 10 TRANSFORMER KVA RATING 10 1 15 1 25 1 37.5 1 50 1 75 1 100 1 167 CLOSED DELTA CLOSED DELTA BANK FUSING CHART O2 OVERHEAD SINGLE PHASE AND OPEN DELTA USING 10 UNITS rr w 2(D °C z U)< rrY A. SINGLE PHASE L FIND KVA OF TRANSFORMER, READ DOWN TO CORRECT WINDING VOLTAGE. B. OPEN DELTA =CENTER SIZE FUSES IN OUTSIDE (SEE CS2541) CUTOUTS (L&M IN DIAGRAM) AS SINGLE PHASE. SIZE FUSE IN CENTER CUTOUT AS SINGLE PHASE M FOR LARGEST TRANSFORMER. OPEN DELTA 10 TRANSFORMER KVA 3 5 10 15 25 37.5 50 75 100 167 WINDING VOLTAGE 1 12000 2K 2K 3K 6K 8K 10K I 12K 20K SINGLE PHASE AND OPEN DELTA FUSING CHART O3 OVERHEAD THREE PHASE UNITS FIND KVA OF TRANSFORMER, READ DOWN TO CORRECT WINDING VOLTAGE. 30 TRANSFORMER KVA CIRCUIT VOLTAGE 12000 45 75 112.5 150 225 300 3K 6K 10K 12K 20K 25K THREE PHASE FUSING CHART NOTES: FUSE RATINGS ARE BASED ON PROVIDING A FUSE PROTECTION RATIO BETWEEN 200% & 300% OF TRANSFORMER RATING WHERE POSSIBLE. UPDATED TITLE BLOCK & CAD STANDARDS SHEET 1 OF 4 ELECTRIC CONSTRUCTION STANDARD RE=IJ DISTRIBUTION POLE MOUNT TRANSFORMER FUSING City of Redding DES/REV DATE ASST. DIRE TOR - UTILITY OPERATIONS I REVISED DWG. NO. Electric Utility APD/WCH 08/24/94 04/06/21 5 CS2510 NON -EXPULSION FUSE (ELF) THE EATON COOPER ELF (ENERGY LIMITING FUSE) IS A CURRENT LIMITING FUSE THAT SHOULD BE USED AS A REPLACEMENT FOR FUSES WHEN IN TIER 2 AND TIER 3 FIRE THREAT ZONES. THE FUSE HAS THE FOLLOWING BENEFITS: THE ELF FUSE HAS BEEN GRANTED PERMANENT EXEMPTION BY CAL FIRE FROM POLE CLEARANCE REQUIREMENTS WHEN THE FUSE IS INSTALLED IN THE FIELD. THE ELF FUSE CONTAINS NO HAZARDOUS CHEMICALS. THE ELF FUSE WILL FIT IN EXISTING DROP DOWN STYLE FUSE CUTOUTS. APPLICATION GUIDELINES 1. THE FUSE AND THE EXISTING CUTOUT MAY BE USED ON AN EXISTING POLE WHERE ITS APPLICATION FOR TRANSFORMER FUSING WILL REDUCE THE NEED FOR A DISTRIBUTION POLE CHANGEOUT. SEE DWG CS2530 SHEETS 3 AND 4. 2. THE FUSE AND ITS ASSOCIATED ARM MOUNTED HOLDER SHOULD BE USED FOR TRANSFORMER FUSING IN AREAS SURROUNDED BY DRY BRUSH WHERE VEGETATION CLEARING AROUND THE POLE WOULD BE NEEDED ON AN ANNUAL BASIS. 3. THE FUSE AND ITS ASSOCIATED ARM MOUNTED HOLDER SHOULD NOT BE UTILIZED TO PROVIDE PRIMARY TAP LINE FUSING OVER 20A. 4. UTILIZE THE FUSE SIZING CHART ON PAGE 3 TO DETERMINE APPROPRIATE ELF FUSE. OPERATION NOTES THE FUSE SHOULD BE INSTALLED INTO THE CUTOUT USING A HOTSTICK AND THE STAINLESS STEEL LIFTING EYE TO PLACE THE FUSE SUPPORT HINGE INTO THE LOWER CONTACT OF AN INTERCHANGEABLE CUTOUT. 2. THE STAINLESS STEEL PULL RING SHALL BE USED TO OPEN AND TO CLOSE THE FUSE INTO THE UPPER CONTACT OF THE INTERCHANGEABLE CUTOUT. 3. WHEN THE FUSE OPERATES, THE DROPOUT ACTUATOR WILL CAUSE THE FUSE TO RELEASE FROM THE UPPER CONTACT THUS FREEING THE FUSE TO DROPOUT INTO THE OPEN POSITION. Housing U Pull ring use upper lInge CHANGED FUSE INFORMATION AND IMAGE TO NON -EXPULSION FUSE (ELF), UPDATED TITLE BLOCK & CAD STANDARDS SHEET 2 OF 4 ELECTRIC CONSTRUCTION STANDARD R Em L J DISTRIBUTION POLE MOUNT TRANSFORMER FUSING City of ReddingDES/REV DATE ASST. DIRE TOR - UTIL T OPERATIONS REVISED DWG. NO. Electric Utility APD/WCH 1 08/24/94 ,/* `f 9 1 04/06/21 4 CS2510 NON -EXPULSION FUSE (ELF) 1O OVERHEAD CLOSED DELTA CONNECTIONS USING 10 UNITS SIZE FUSE IN EACH CUTOUT TO THE COMBINATION OF THE TWO TRANSFORMERS CONNECTED TO IT AS FOLLOWS (USE CHART BELOW): FIND KVA OF LARGER TRANSFORMER AT TOP OF CHART, MOVE DOWN TO KVA OF SMALLER TRANSFORMER (AT RIGHT SIDE) AND READ CORRECT FUSE SIZE. 10 TRANSFORMER KVA RATING CLOSED DELTA 10 1 15 25 37.5 1 50 1 75 100 167 w 0 J O H 0 Cr 1 CLOSED DELTA BANK FUSING CHART O2 OVERHEAD SINGLE PHASE AND OPEN DELTA USING 10 UNITS rr w 2(D °C z U)< rrY A. SINGLE PHASE L FIND KVA OF TRANSFORMER, READ DOWN TO CORRECT WINDING VOLTAGE. B. OPEN DELTA :: CENTER SIZE FUSES IN OUTSIDE (SEE CS2541) CUTOUTS (L&M IN DIAGRAM) AS SINGLE PHASE. SIZE FUSE IN CENTER CUTOUT AS SINGLE PHASE M FOR LARGEST TRANSFORMER. OPEN DELTA 10 TRANSFORMER KVA 3 5 10 15 25 37.5 50 75 100 167 WINDING VOLTAGE 1 12000 6K 6K 6K 6K 6K 12K I 12K 20K SINGLE PHASE AND OPEN DELTA FUSING CHART O3 OVERHEAD THREE PHASE UNITS FIND KVA OF TRANSFORMER, READ DOWN TO CORRECT WINDING VOLTAGE. CIRCUIT VOLTAGE 12000 30 TRANSFORMER KVA 45 75 112.5 150 225 300 6K 6K 8K 12K 18K 20K THREE PHASE FUSING CHART NOTES: FUSE RATINGS ARE BASED ON PROVIDING A FUSE PROTECTION RATIO BETWEEN 200% & 300% OF TRANSFORMER RATING WHERE POSSIBLE. UPDATED TITLE BLOCK & CAD STANDARDS SHEET 3 OF 4 ELECTRIC CONSTRUCTION STANDARD RE=IJ DISTRIBUTION POLE MOUNT TRANSFORMER FUSING City of ReddingDES/REV DATE ASST. DIRE TOR - UTIL T OPERATIONS REVISED DWG. NO. Electric Utility APD/WCH 08/24/94 ,/* `fg 1 04/06/21 2 CS2510 NON -EXPULSION FUSE (ELF) EXAMPLES: SINGLE PHASE EXAMPLE: FIND THE ELF FUSE SIZE FOR A 75 KVA SINGLE PHASE TRANSFORMER. SOLUTION: UTILIZING THE SINGLE PHASE TABLE, 12 AMP FUSES WILL BE NECESSARY. OPEN DELTA EXAMPLE: FIND THE ELF FUSE SIZES FOR AN OPEN DELTA TRANSFORMER BANK COMPOSED OF A 50 KVA POWER TRANSFORMER AND A 100 KVA LIGHTER TRANSFORMER. SOLUTION: UTILIZING THE SINGLE PHASE TABLE FOR THE OUTSIDE UNITS OF THE OPEN DELTA BANK, THE 50 KVA TRANSFORMER WILL HAVE A 6 AMP FUSE AND THE 100 KVA TRANSFORMER WILL HAVE A 12 AMP FUSE. A 12 AMP FUSE WILL ALSO BE NECESSARY FOR THE CENTER FUSE. CLOSED DELTA EXAMPLE: FIND THE ELF FUSE SIZES FOR A CLOSED DELTA TRANSFORMER BANK COMPOSED OF TWO 25 KVA POWER TRANSFORMERS AND A 50 LIGHTER KVA TRANSFORMER. SOLUTION: UTILIZING THE DELTA CONNECTED TABLE, THE LINE CONNECTING BETWEEN THE TWO 25 KVA TRANSFORMERS WILL BE FUSED AT 6 AND THE TWO LINES THAT CONNECT WHERE A 50 KVA TRANSFORMER IS CONNECTED TO A 25 KVA TRANSFORMER WILL BE FUSED AT 8. 30 TRANSFORMER EXAMPLE: FIND THE ELF FUSE SIZE FOR A 225 KVA O BANK. SOLUTION: UTILIZING THE THREE PHASE UNIT TABLE, 18 AMP FUSES WILL BE NECESSARY. UPDATED TITLE BLOCK & CAD STANDARDS SHEET 4 OF 4 ELECTRIC CONSTRUCTION STANDARD RE=IJ DISTRIBUTION POLE MOUNT TRANSFORMER FUSING City of ReddingDES/REV DATE ASST. DIRE TOR - UTIL T OPERATIONS REVISED DWG. NO. Electric Utility RLN/WCH 1 08/24/94 ,/* `f 9 1 04/06/21 1 CS2510 NOTE 9) 12T2HFR (TYPICAL) LEVEL NOTES: 1. Transformer Bus wiring - SEE CS2570 SIDE ELEVATION 2. Grounding - SEE CS2900 3. Fuse sizing - SEE CS2510 4. Transformer, Bus, & Ground to be ordered separately. 5. Secondary/service riser connections see CS1230. 6. See sheets 3-6 for reduced clearance installations. 7. For connections - SEE CS2580 8. Refer to CS2560 for additional construction details when arrester installation is required. 9. See additional materials required in Table 2 on Sheet 2. ADDED WILDLIFE, BIRD AND RAPTOR PROTECTION & UPDATED TITLE BLOCK & CAD STANDARDS SHEET 1 OF 6 ELECTRIC CONSTRUCTION STANDARD R E:: L GUIDELINES FOR 12KV SINGLE PHASE TRANSFORMER INSTALLATION City of Redding DES/REV DATE ASST. DIRE TOR - UTILITY OPERATIONS I REVISED DWG. NO. Electric Utility JLB/WCH 1 02/22/95 ,/* `f 9 1 04/06/21 4 CS2530 W. 12T2S FRONT ELEVATION NnTFO.- � . . . �—'j SIDE ELEVATION LEVEL 1. Nonpreferred construction - to be used only to prevent transmission pole change out when construction on CS2530 sheet 5 is not possible. Not allowed in T2/T3 Fire Threat Areas. 2. Transformer Bus wiring - SEE CS2570 3. Grounding - SEE CS2900 4. Fuse sizing - SEE CS2510 5. Transformer, Bus, & Ground to be ordered separately. 6. Secondary/service riser connections - SEE CS1230. 7. For connections - SEE CS2580 8. Arrester installation is not recommended for this type of transformer installation. UPDATED NOTES & TITLE BLOCK & CAD STANDARDS SHEET 3 OF 6 ELECTRIC CONSTRUCTION STANDARD RE GUIDE FOR 12KV SINGLE PHASE TRANSFORMER =IJ INSTALLATION (REDUCED CLEARANCE) City of Redding DES/REV I DATE ASST. DIRE TOR - UTILIT/Y OPERATIONS REVISEDDWG. NO. Electric Utility JLB/WCH 02/22/95 ,A ` 04/06/21 3 CS2530 3" FRONT ELEVATION NOTE 12T2S1 4 /YTAC%4 CM I' ' r -"""`j LEVEL SIDE ELEVATION NOTES: 1. Transformer Bus wiring - SEE CS2570 2. Grounding - SEE CS2900 3. Fuse sizing - SEE CS2510 4. Transformer, Bus, & Ground to be ordered separately. 5. Secondary/service riser connections - SEE CS1230 6. Must be single phase primary. 7. For connections - SEE CS2580 8. Refer to CS2560 for additional construction details when arrester installation is required. 9. This construction for reduced clearance is preferred over bushing mounted cutouts. 10. See additional materials required in Table 2, Sheet 6. M ADDED WILDLIFE, BIRD AND RAPTOR PROTECTION, UPDATED TITLE BLOCK & CAD STANDARDS, ADDED TAG 2 SHEET 5 OF 6 ELECTRIC CONSTRUCTION STANDARD RE::LJ GUIDELINES FOR 12KV SINGLE PHASE TRANSFORMER INSTALLATION (REDUCED CLEARANCE) City of Redding DES/REV I DATE I ASST. DIRE ILIT/Y OPERATIONS I REVISED DWG. NO. Electric Utility JLB/WCH 1 02/22/95 ` 04/06/21 5 CS2530 12T3H 12T3HFR NOTES: t-KUN 1 tLIZVA I IUN LEVEL SIDE ELEVATION 1. Transformer Bus wiring - SEE CS2570 2. Grounding - SEE CS2900 3. Fuse sizing - SEE CS2510 4. Transformer, Bus, & Ground to be ordered separately. 5. Secondary/service riser connections see CS1230. 6. For connections - SEE CS2580 7. Refer to CS2560 for additional construction detail when arrester installation required. 8. Additional materials required, see Table 2, Sheet 2. ADDED WILDLIFE, BIRD AND RAPTOR PROTECTION & UPDATED TITLE BLOCK & CAD STANDARDS SHEET 1 OF 2 ELECTRIC CONSTRUCTION STANDARD RE::LJ GUIDELINES FOR 12KV THREE PHASE TRANSFORMER INSTALLATION City of ReddingDES/REV DATE ASST. DIRE TOR - UTIL T OPERATIONS REVISED DWG. NO. Electric Utility BK/WCH 1 04/03/03 ,/* `f 9 1 04/06/21 2 CS2540 Oe ri 3EC L 12T3H NOTE 9[-- 12T3HFR FRONT ELEVATION ------LEVEL NOTES: SIDE ELEVATION 1. Transformer Bus wiring - See Sheet 2 2. Grounding - See CS2900 3. Fuse sizing - See CS2510 4. Transformer, Bus, & Ground to be ordered separately. 5. Secondary/service riser connections - See CS1230. 6. For connections - See CS2580 7. The larger (KVA) transformer is known as the Lighting or Lighter transformer, and the smaller transformer is known as the Power transformer. 8. Refer to CS2560 for additional construction details when arrester installation in required. 9. Additional materials required, see Table 2, Sheet 2. ADDED WILDLIFE, BIRD AND RAPTOR PROTECTION & UPDATED TITLE BLOCK & CAD STANDARDS SHEET 1 OF 2 ELECTRIC CONSTRUCTION STANDARD RE::LJGUIDELINES FOR 12KV OPEN -DELTA (120/240V) TRANSFORMER INSTALLATION City of Redding DES/REV DATE I ASST. DIRE TOR - UTILIT/Y OPERATIONS I REVISED DWG. NO. Electric Utility BK/WCH 04/03/03 ,/* `f 9 1 04/06/21/2\ CS2541 TABLE 1 ITEM DESCRIPTION QUANTITY QUANTITY CODE NO. 1 CROSSARM, 9' LIGHT E771.04 1 E220.89 2 POLE, LIGHT GAIN 21 1 E314.63 3 CUTOUT, 100 AMP * * 3 E235.66 4 BRACKET (OPEN DELTA) K-8153 * 1 E9.02 5 BOLT, MACHINE 5/8"x 16" * 1 E4.12 6 WASHER, SQUARE 2 1/4"x 5/8" 2 E734.74 7 WASHER, SPRING 5/8" 3 E734.78 8 BARE WIRE, #6 SOLID CU 45 FT. 9 SIGN, CROSSARM HIGH VOLTAGE 2 E313.13 10 BOLT, MACHINE 5/8"x 12" * 2 E4.10 11 BOLT, COVERS 2 E541 A 1 12 BRACE, FLAT 28" 2 E739.81 13 BOLT, MACHINE 1/2"x 5" * 2 E3.07 14 WASHER, ROUND 1/2" 2 E734.69 15 WASHER, ROUND 5/8" 2 E734.35 16 BOLT, LAG 1/2"x 4 1/2" 1 E1.02 17 "K" TYPE FUSE (SIZE AS REQ'D) * * 3 18 CLAMP, HOT TAP GH -101 (FOR 4/0 OR SMALLER) 3 E20.30 OR CLAMP, HOT TAP GH-102AC (FOR 556 OR LARGER) 1 E20.29 * INCLUDES BOLTS AND/OR NUTS * * SEE CS2510 SHEET 2 FOR REQUIREMENTS IN FIRE AREAS TABLE 2 NOTE: ADDITIONAL WILDLIFE, BIRD AND RAPTOR PROTECTION FOR ALL ASSEMBLY POLES LOCATED IN TIER 2 OR 3 FIRE THREAT ZONES. ITEM DESCRIPTION QUANTITY CODE NO. 19 BUSHING COVERS 4 E771.04 20 FUSE HOLDER COVER (100A OR 200A) 3 E771.05 21 COVERED WIRE, #6 SOLID CU 45 FT. E175.27 22 PERCH DETERENT 1 E220.30 23 ELECTROSTATIC ANIMAL GUARD FOR SIZING BUS WIRING P POWER XFMR / LIGHTING XFMR L N ' L To Size L&N - Use phase and neutral load wire sizes shown in CS2570 using single phase KVA (within Delta) of lighting transformer. To Size P - Use phase load wire size shown in CS2570 using single phase (KVA) (within Delta) of power transformer. For Example: 10 KVA power and 75 KVA lighting transformer: From CS2570 (75 KVA) the L conductors should be 350 KCMIL and the N conductor no smaller than half size. From CS2570 (10 KVA) the P conductor and the bus wire connecting the two transformers should be #2. ADDED WILDLIFE, BIRD AND RAPTOR PROTECTION TABLE, CHANGED ITEM 8, UPDATED TITLE BLOCK & CAD STANDARDS SHEET 2 OF 2 ELECTRIC CONSTRUCTION STANDARD R Es L GUIDELINES FOR 12KV OPEN -DELTA (120/240V) TRANSFORMER INSTALLATION City of Redding DES/REV DATE I ASST. DIRE TOR - UTILIT/Y OPERATIONS I REVISED DWG. NO. Electric Utility BK/WCH 1 03/04/03 ,/* `f 9 1 04/06/21 2 CS2541 12T3H NOTE 9[-- 12T3HFR FRONT ELEVATION LEVEL NOTES: SIDE ELEVATION 1. Transformer Bus wiring - See CS2570 2. Grounding - See CS2900 3. Fuse sizing - See CS2510 4. Transformer, Bus, & Ground to be ordered separately. 5. Secondary/service riser connections - See CS1230. 6. For connections - See CS2580 7. The larger (KVA) transformer is known as the Lighting or Lighter transformer, and is installed in the center position. The smaller transformers are known as the Power transformers. 8. Arrester installation is not recommended for this type of transformer installation. 9. Additional materials required, see Table 2, Sheet 2. ADDED WILDLIFE, BIRD AND RAPTOR PROTECTION & UPDATED TITLE BLOCK & CAD STANDARDS SHEET 1 OF 2 RE::LJ City of Redding Electric Utility ELECTRIC CONSTRUCTION STANDARD GUIDELINES FOR 12KV DELTA -DELTA (120/240V) TRANSFORMER INSTALLATION DES/REV DATE BK/WCH 04/03/03 REVISED DWG. NO. 04/06/21 2 CS2542 12T3H NOTE 10[— 12T3HFR NOTES: FRONT ELEVATION LEVEL 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 Transformer Bus wiring - See CS2570 SIDE ELEVATION Grounding - See CS2900 Fuse sizing - See CS2510 Transformer, Bus, & Ground to be ordered separately. Secondary/service riser connections - See CS1230. Transformers must be reconnected internally from 120/240 to 120/208V. Delta -Wye installations have equal sized transformers. For connections - SEE CS2580 Arrester installation is not recommended for this type of transformer installation. Additional materials required, see Table 2, Sheet 2. ADDED WILDLIFE, BIRD AND RAPTOR PROTECTION & UPDATED TITLE BLOCK & CAD STANDARDS SHEET 1 OF 2 ELECTRIC CONSTRUCTION STANDARD GUIDELINES FOR 12KV DELTA -WYE (120/208V) TRANSFORMER INSTALLATION City of Redding DES/REV DATE I ASST. DIRE TOR - UTILIT/Y OPERATIONS I REVISED DWG. NO. Electric Utility BK/WCH 1 04/03/03 ,/* `f 9 1 04/06/21/2\ CS2543 12T3H NOTE 9[-- 12T3HFR NC)TFq- FRONT ELEVATION COMMUNICATION LEVEL SIDE ELEVATION 1. Transformer Bus wiring - See CS2570 2. Grounding - See CS2900 3. Fuse sizing. Case by case basis. Refer to Distribution Engineering. 4. Transformer, Bus, & Ground to be ordered separately. 5. Secondary/service riser connections - See CS1230. 6. For connections - See CS2580. 7. The three phase transformer to be mounted closest to primary grouping. 8. Arrester installation is not recommended for this type of transformer installation. 9. Additional materials required, see Table 2, Sheet 2. ADDED WILDLIFE, BIRD AND RAPTOR PROTECTION & UPDATED TITLE BLOCK & CAD STANDARDS SHEET 1 OF 2 ELECTRIC CONSTRUCTION STANDARD R E:: L GUIDELINES FOR 12KV SAME POLE SINGLE AND THREE PHASE TRANSFORMER INSTALLATION City of ReddingDES/REV DATE ASST. DIRE TOR - UTIL T OPERATIONS REVISED DWG. NO. Electric Utility BK/WCH 04/03/03 ,/* `f 9 1 04/06/21/2\ CS2544 3 PHASE TRANSFORMER BANK BUS WIRING FOR POWER LIGHTER SETUPS 120/240V 3 PHASE 4 WIRE WEATHERPROOF COPPER WIRE SIZE 3 PHASE BANK INSIDE DELTA POWER OUTSIDE LIGHTER OUTSIDE ASSEMBLY CODE 5-10-5 #2 #2 #2 5-15-5 #2 #2 #2 5-25-5 #2 #2 #2 TB3P-A 10-15-10 #2 #2 #2 10-25-10 #2 #2 #2 5-37.5-5 #2 #2 2/0 5-50-5 #2 #2 2/0 10-37.5-10 #2 #2 2/0 TB3P-B 15-25-15 #2 #2 2/0 15-37.5-15 #2 #2 2/0 10-50-10 #2 #2 350 10-75-10 #2 #2 350 5-75-5 #2 #2 350 5-100-5 #2 #2 350 TBSP -C 15-50-15 #2 #2 350 15-75-15 #2 #2 350 10-167-10 #2 #2 2-350 5-167-5 #2 #2 2-350 TB3P-D 15-100-15 #2 #2 2-350 15-167-15 #2 #2 2-350 10-100-10 #2 #2 2-35001 TB3P-E 25-37.5-25 *2 2/0 350x 25-50-25 #2 2/0 350x TB3P-F 25-75-25 #2 2/0 350x 2 2/0 2-350 TB3P-G 25-167-25 #2 2/0 2-350 37.5-50-37.5 2/0 350x 350x TB3P-H 37.5-75-37.5 2/0 350x 2-3501 T133P-I 37.5-100-37.5 2/0 350x 2-350x 37.5-167-37.5 2/0 350x 2-350x 50-75-50 2/0 350x 2-350x TBSP -J 50-100-50 2/0 350x 2-350x 50-167-50 2/0 350x 2-500x 3 - 75-100-75 350 2-350x 2-350x TB3P-L NOTES 1. (x) Use compression type pin terminals to fit into secondary terminals. 2.) (1) May substitute 1-500 with compressive type pin terminal. REDDING ELECTRIC UTILITY TABLE 2 [—POWER OUTSIDE (ALTERNATE) SPLIT BOLT AND TAPE INSIDE DELT LIGHTER OUTSID NEW TITLE BLOCK FIGURE 2 POWER OUTSIDE PREFERRED SHEET 2 OF 2 TRANSFORMER POLARITY READ APPLIED VOLTAGE READ APPLIED VOLTAGE 120V 120V 0 N7 (F) \ 2 ]:atjo (-) \ 2 W /� 120V z 120V o I Ratio = 10/1 V READ 132V o = 10/1 Vm READ 108V 12V / 12V / ~ X3 �� �� Xl ~ X1 �� �� X3 X2 X2 ADDITIVE POLARITY SUBTRACTIVE POLARITY FIG. 1 FIG. 2 NOTES: (A) TRANSFORMER POLARITY IS AN INDICATION OF THE DIRECTION OF CURRENT FLOW THROUGH THE HIGH VOLTAGE TERMINALS WITH RESPECT TO THE DIRECTION OF CURRENT FLOW THROUGH THE LOW VOLTAGE TERMINALS AT ANY GIVEN INSTANT IN THE ALTERNATING CYCLE. (B) BY INDUSTRY STANDARDS THE HIGH VOLTAGE TERMINALS ARE H1 TO THE RIGHT AND H2 TO THE LEFT WHEN FACING THE HIGH VOLTAGE SIDE OF THE TRANSFORMER. FOR ADDITIVE POLARITY THE X1 TERMINAL IS ON THE RIGHT WHEN FACING THE LOW VOLTAGE SIDE OF THE TRANSFORMER, AND FOR SUBTRACTIVE POLARITY X1 IS ON THE LEFT. SEE FIGS. 1 & 2. (C) BY SMALLER, THAVINGTRY A HIGHVOTAGES 8660 VOLTS DISTRIBUTION BELOW (WINDING TRANSFORMERS AND VOLTAGE) HAVE ADDITIVE POLARITY. ALL OTHER SINGLE—PHASE TRANSFORMERS HAVE SUBTRACTIVE POLARITY. (D) TRANSFORMERS MANUFACTURED PRIOR TO ADOPTION OF PRESENT STANDARDS MAY HAVE EITHER ADDITIVE OR SUBTRACTIVE POLARITY. IF POLARITY IS NOT INDICATED ON THE NAME— PLATE, IT CAN BE DETERMINED BY THE FOLLOWING TEST: 1. CONNECT TWO ADJACENT HIGH AND LOW VOLTAGE TERMINALS TOGETHER AND APPLY ANY CONVENIENT LOW VOLTAGE TO THE HIGH VOLTAGE TERMINALS AS SHOWN IN FIGS. 1 AND 2. 2. MEASURE BOTH TEST VOLTAGE APPLIED AND THE INDUCED VOLTAGE APPEARING ACROSS THE HIGH AND LOW VOLTAGE TERMINALS WHICH ARE NOT CONNECTED TOGETHER, SEE FIGS. 1 AND 2. d. INDUCED VOLTAGE GREATER THAN TEST VOLTAGE INDICATES ADDITIVE POLARITY. FIG. 1 b. INDUCED VOLTAGE LESS THAN TEST VOLTAGE INDICATES SUBTRACTIVE POLARITY FIG. 2 &NEW DRAWING NTS TRANSFORMER CONNECTIONS FOR DISTRIBUTION LINES SHEET 2 OF 5 ADDITIVE POLARITY LINE—TO—LINE H1 (+)_1H 2 I � M X1 X2 H _.... �.N H 10, 120/240V., 3—WIRE SECONDARY or 10, 240V., 2—WIRE SECONDARY or 240/480V., 3—WIRE SECONDARY FIGURE 3 VOLTAGE H1U)(. 2 X3X1 X2 _ H N 10, 120V., 2—WIRE SECONDARY FIGURE 4 H1 (+)� 1 (*)� H2 1 (+)� H2 30, DELTA—DELTA, 240/120V., 4—WIRE SECONDARY FIGURE 5 ANEW DRAINING 30, DELTA—WYE, 208Y/120V., 4—WIRE SECONDARY FIGURE 6 NTS I / TRANSFORMER CONNECTIONS FOR DISTRIBUTION LINES SUBTRACTIVE POLARITY LINE—TO—LINE VOLTAGE Hi ~ H2 HtU(-)2 Xi TX2-- X3 X} X2 H - H H 10. 120/240V., 3—WIRE SECONDARY or 10, 240V., 2—WIRE SECONDARY or 240/480V., 3—WIRE SECONDARY 10, 120V., 2—WIRE SECONDARY FIGURE 7 FIGURE 8 Hi H2 H1 }` H2 Hi�~ H2 30, DELTA—DELTA, 240/120V., 4—WIRE SECONDARY FIGURE 9 Hi f-7 ~ H2 Ht � f ~ H2 Hi � � ~ H2 NTS 30, DELTA—WYE, 208Y/120V., 4—WIRE SECONDARY FIGURE 10 TRANSFORMER CONNEC11ONS FOR DISTRIBUTION LINES SHEET 4 OF 5 MW r- I iTi M L-= 4 I Description Maximum Voltage [Wop - Current Momentary Current Fault Close Rating Description d D ng - Current a roppi [Wop - Current 61MANFICE KEARNEY 12KV UNDERARM SIDEBREAK SWITCH off rf7x� • 1 . See Sheet 2 for common bill of material requirements. 2. The dimensions shown in this figure are as received from Kearney, and are common to the configurations on Sheets 4 through 6. UPDATED TITLE BLOCK AND CAD STANDARDS SHEET 3 OF 7 ELECTRIC CONSTRUCTION STANDARD • i99I �M:rollm:==Wrvm� FeIR"ZI jar,mgMaggrgre i I .1 Will UPDATED TITLE BLOCK AND CAD STANDARDS SHEET 4 OF 7 ELECTRIC CONSTRUCTION STANDARD KEARNEY 12KV UNDERARM SIDEBREAK SWITCH Mal 3����22mmfllzlmml =:11310:1 avom Neil" I See Sheet 2 for common bill of material requirements T7 of Ws manual. UPDATED TITLE BLOCK AND CAD STANDARDS F114EMS KEARNEY 12KV UNDERARM SIDEBREAK SWITCH 7A 12SSDR3 THREE -WIRE DEADEND RISER CONSTRUCTION 18 19 24 0 22 SEE DETAIL "A" SEE NOTE 2 ANTI -SPLIT 4" 8" 13" 21 27" 33" ANTI -SPLIT n 41 c 11 46" GUY DETAIL NOTE W DETAIL "A" NOTE: 1 The preferred construction is to install the Underarm Sidebreak Switch in a normal tangent configuration one span before the riser. This is to eliminate pole "clutter" on the riser pole. If field conditions do not allow for a switch to be installed one span before the riser, the Underarm Sidebrealk Switch may be installed as a riser switch. 2. For details on the riser installation, see the Riser Section of this manual. 3. The Switch is capable of handling 3,500# per conductor of three -wire dead-end tension. 4. See Sheet 2 for common bill of material requirements. 5. See the Guy Section for down guy assemblies. ADDED GUY DETAIL SHEET 6 OF 7 ELECTRIC CONSTRUCTION STANDARD RFU KEARNEY 12KV UNDERARM SIDEBREAK SWITCH City of ReddIng DES/REV DATE I ASST, DIRECTOR - UTJLfTY OPERATIONS I REVISED DWG. NO. L Electic Lffilfty RO/JCR 01/02/97 /Z\ CS2650 f";*3`i 1 • ; •1611,111011• UPDATED TITLE BLOCK AND CAD STANDARDS SHEET 7 OF 7 Yir�iw`"uh4aY t` T TAP (PLAN VIEW) NEW DRAWING REDDING ELECTRIC UTILITY T TAP (ELEVATION) 12KV UNDERARM SIDEBREAK SWITCH SWITCHED TAP LINE CONFIGURATION w , �® ��Ai-wi (PLAN VIEW) NEW DRAWING 4 WAY (ELEVATION) SHEET 2 OF 2 Krftu 12KV UNDERARM SIDEBREAK SWITCH SWITCHED TAP LINE CONFIGURATION REDDING ELECTRIC DES REV DATE Di unoN s MANAGER REVISED DWG. N0. UTILITY RO/ 8/11/04 CS2655 5'X8.2 LB CHANN, 812" DIA-::: I t 2„ HOLE 'I�II 12" , 8" 9 562" DIA. 4"X4" SQ. TUBE CROSSARM WITH A MIN. STRENGTH REQUIREMENT OF 3500 LBS. (PLUS G.O. 95/NESC SAFETY FACTOR) PER WIRE UNBALANCE ON THE TWO OUTSIDE PHASES. CROSSARM BRACKET DETAIL 22.5' 15"�- 1 9.656" DEADEND BRACKET SIX 14" EXT. LINKS SUPPLIED WITH SWITCH. SIDE VIEW ON f�1P►II�[�P.,Eyn1�i777:1�eF� TOP VIEW 120" 60" 60' 57" — 52" 50.5" - 27.25" 22" 31" �-- 4—EA 13/16" DIA. HOLES' FOR MOUNTING LINE INSULATORS. VOLTAGE CLASS 15 KV BIL 110 KV MOMENTARY CURRENT 40 KA 3 SEC. SHORT TIME CURRENT 20 KA CONT. CURRENT RATING 600 AMPS INTERRUPTING RATING 600 AMPS MINIMUM INTERRUPTER RAI-INGS DESCRIPTION AMPS LOAD DROPPING - CURRENT 600 LOOP - CURRENT 600 CABLE - CHARGING CURRENT 25.0 LINE - CHARGING CURRENT 2.3 TRANSFORMER MAGNETIZING CURRENT 2.6 VOLTAGE CLASS 15KV BIL 1 1 OKV 1.75" O O 2" �'1 .625" .562" DIA. HOLES TERMINAL PAD DETAIL ' it Mi NOTE: ALL COMPONENTS CLAMP TO CROSSARM AND CROSSARM CLAMPS TO CROSSARM BRACKET. THESE COMPONENTS WILL BE ASSEMBLED AT FACTORY PER THESE SPECIFICATIONS. ALL SWITCHES WILL BE SHIPPED PRE ADJUSTED AT FACTORY FOR PROPER OPERATION. NEW DRAWING ELECTRIC CONSTRUCTION STANDARD �OfIC OF CURRENT INTERRUPTER DE BOLTS BY COR 30' OF 1" DIA. FIBERGLASS CONTROL ROD WITH SPLICES. +�-- OPERATING HANDLE WITH PROVISIONS TO LOCK HANDLE IN OPEN OR CLOSED POSITION. PEN WITCH SHEET 1 OF 1 12KV UNDERARM SIDEBREAK SWITCH DES REV.BY DATE DISVIBUTION SYJ129 MANAG REVISED RO 09/04/97 /0 TYPE K (TIN) FUSE LINKS (REMOVABLE BUTTONHEAD) Catalog Numbers Ampere Rating Kearney Fitall Cooper AB Chance 2— 31002 FL3K2 M2KA23 3"` 31003 FL3K3 M3KA23 6 31006 FL3K6 M6KA23 8** 31008 FL3K8 M8KA23 10 31010 FL3K10 M10KA23 15 31015 FL3K15 M15KA23 20"" 31020 FL3K20 M20KA23 25 31025 FL3K25 M25KA23 30"" 31030 FL3K30 M30KA23 40 31040 FL3K40 M40KA23 50....' 31050 FL3K50 M50KA23 65 31065 FL3K65 M65KA23 100 31100 FL3K100 M100KA23 140" 31140 FL3K140 M140KA23 200 31200 1 FL3K200 M200KA23 For use in 200 Amp cutout only For transformer fusing only For overhead capacitor fusing only FUSE CUTOUT SPECIFICATIONS 1. Fuse Cutouts shall be for a 12kV effectively grounded Y electrical system without neutral wire. 2. Fuse Cutouts shall be outdoor, overhead pole top crossarm style with Load Buster Hooks. 3. Fuse Cutouts shall be single insulator construction. 4. Minimum interrupting capability shall be 16kA asymmetrical. 5. Minimum BIL rating shall be 95kV. 6. Compatibility between different manufacturers for fuse cutouts with the same rating is desired. (i.e. fuse door from one type of 100 Amp cutout should fit any other accepted type of 100 Amp cutouts). WILDFIRE MITIGATION FUSING FOR TIER 2/3 WILDFIRE THREAT ZONES Ampere Rating Stock No. 6 E241.06 8 E241.08 12 E241.12 18 E241.18 20 E241.20 50 -- E237.75 65 ' E237.76 100 "' E237.77 140 ` E237.78 200 ` E237.80 " " ` ` For use in Boric Acid Fuse Cutout for Tier 2/3 Wildfire Threat Areas y��xerc•�►�•».�r�rlr>try7.l:�ea 3�� rya �ya►u>t�m�nr�yirre� Maximum Maximum Fault Load Current Duty Asymmetrical Fuse Cutout Type (Amps) (Amps) 100 16,000 100 Amp Cutout (see sheet 2) 200 16,000 200 Amp Cutout (see sheet 2) 300 12,000 200 Amp Cutout Note(1) Note(2,3) W/300 Amp Solid Blade (see sheet 2) General Nntes : NOTES: 1. Use Solid Blade where fuses could not coordinate. 2. Only S&C has rated its Fuse Cutout with Solid Blades above 12,000 Amps asymmetrical fault duty. (i.e. 16,000 Amp momentary rating) 3. Use only S&C Solid Blade Disconnects within 1 Mile of the substation. 1. This drawing provides ordering and application information for Fuse Links and Fuse Cutouts. 2. Reference standard DS630.0 Guide for Distribution Circuit Fusing ADDED WILDFIRE MITIGATION FUSING FOR TIER 2/3 WILDFIRE THREAT ZONES TABLE & ADDED SHEET 3 SHEET 1 OF 3 RE::LJ City of Redding Electric Utility ELECTRIC CONSTRUCTION STANDARD FUSING FOR DISTRIBUTION EQUIPMENT DES/REV DATE JZBMCH 03/26/99 REVISED DWG. NO. 04/06/21 7 CS2710 100 Amp Polymer CUTOUT W/100 Amp fuse door (small variations between manufacturers) Cooper version shown. 2UU Amp rorymer uu I cru I W/200 fuse door 100 Amp Polymer CUTOUT W/300 Amp solid blade disconnect (small variations between manufacturers) Cooper version shown. 200 Amp Polymer CUTOUT W/300 Amp Solid Blade REVISED 200 AMP POLYMER CUTOUTS & ADDED SHEET 3 SHEET 2 OF 3 ELECTRIC CONSTRUCTION STANDARD RE=IJ FUSING FOR DISTRIBUTION EQUIPMENT City of ReddingDES/REV DATE ASST. DIRE TOR - UTIL T OPERATIONS REVISED DWG. NO. Electric Utility JZBMCH 1 03/26/99 ,/* `f 9 1 04/06/21 3 CS2710 NEW DRAWING & MOVED CUTOUT ORDERING INFORMATION FROM SHEET 1 SHEET 3 OF 3 ELECTRIC CONSTRUCTION STANDARD RE::LJ FUSING FOR DISTRIBUTION EQUIPMENT City of Redding DES/REV DATE ASST. DIRE TOR - UTIL T OPERATIONS REVISED DWG. NO. Electric Utility WCR 04/06/21 CS2710 Stock Cutout Description Codes S&C Chance ABB Cooper MacLean (MPS) 100 Amp Polymer Type ICX 15KV Type L CUTOUT With/100 E-235.66 Cat #XIJCBNLMI IK S4BAPIA Amp fuse door 100 Amp fuse door N/A Cat.#89531 R10 200 Amp fuse door N/A Cat.#SC15HG212-D 200 Amp CUTOUT Type XS 14.4kV Type C 15kV Type ICX 15kV Type HX 15kV With/300 Amp E-235.70 Cat.#89221 R9 -CD Cat.#T710-133PB Cat.#X1 NCANCA31 Cutout solid blade Cat.#144261-022 300 Amp Solid Blade N/A 89621 R9 Cat.#T700-1618 Cat.# Not Available Cat.#120082 Boric Acid Fuse Cutout for Tier 2/3 E-235.55 - Cat.#S4CMUP1 A Wildfire Threat Areas NEW DRAWING & MOVED CUTOUT ORDERING INFORMATION FROM SHEET 1 SHEET 3 OF 3 ELECTRIC CONSTRUCTION STANDARD RE::LJ FUSING FOR DISTRIBUTION EQUIPMENT City of Redding DES/REV DATE ASST. DIRE TOR - UTIL T OPERATIONS REVISED DWG. NO. Electric Utility WCR 04/06/21 CS2710 12U3H2H GENERAL NOTES This drawing shows ordering information, dimensions and arrangements for pole mounted in-line switched 1200KVAR capacitor bank assembly for 12KV, 3 phase, Y -connected system, complete with junction box, cable assembly, bird caps and vacuum switches. PHASE IDENTIFICATION All capacitor sites shall be phase identified "A", "B" and "C" on the Vacuum Switch wiring harness. SPECIFICATIONS 1. Capacitor cans shall be two bushing, 400kVAR, 95KV BIL for use on a 3 phase 3 wire system. Cooper Cat. No. CEP370A10 or equal. 2. Cans shall have at least four series section of capacitor foil pack. 3. Cans shall not have internal fusing. 4. Capacitor cans shall contain less than 2 PPM PCB's and the name plates shall indicate "NON PCB". 5. Provide a Safety Data Sheet (SDS) for all hazardous materials with order acknowledgment. 6. Interconnection diagram between 400kVAR cans shall be as per sheet 3. Fuses and arrestors as shown on drawing are provided by others. 7. Cans and frames shall have stainless steel nameplates permanently, mechanically, attached, not glued. 8. 15kV Vacuum Switch to have 200A continuous current rating with 95kV BIL. Frame shall have multiple positions for switch installation, I.E., center switch offset position and center switch in center position. 9. Low voltage jumper cable to all switches shall have the same length. 10. Control voltage to be 120V AC. Potential transformer shall be vacuum insulated with a 100:1 turns ratio. 11. City of Redding P.O. shall be stamped on frame. 12. Bank frame will have welded steel and galvanized construction. CHANGED KVR TO KVAR IN TITLE SHEET 1 OF 4 ELECTRIC CONSTRUCTION STANDARD RE::LJ 12KV SWITCH CAPACITOR BANK 1200 KVAR City of Redding DES/REV I DATE ASST. DIRE TOR - UTILITY OPERATIONS REVISED DWG. NO. Electric Utility JZB/WCH 1 04/02/98 r.* ` ® 04/06/21 4 CS2809 J W > 4" 18"MIN Z Lu Mw 1 Z O E- 00 SWITCH CONFIGURATIONy- ON RACK VARIES BETWEEN MANUFACTURERS SECONDARY LEVEL CAPACITOR BANK NO. ll FRONT VIEW ADDED TAG #9 & CHANGED KVR TO KVAR IN TITLE 12U3H2H HIGH VOLTAGE SIGN 9' CROSS ARM �- 32" FLAT BRACE SEE CS2900 FOR GROUNDING DETAILS 6 THE CAPACITOR RACK SHALL BE BONDED TO ARRESTER GROUND I SEE CS2900 FOR GROUNDING DETAILS A/U - (PGN-POLE) SHEET 2 OF 4 ELECTRIC CONSTRUCTION STANDARD RE::LJ 12KV SWITCH CAPACITOR BANK 1200 KVAR City of Redding DES/REV I DATE I ASST. DIRE TOR - UTILITY OPERATIONS REVISED DWG. NO Electric Utility JZB/WCH 1 04/02/98 , rah ` ® 04/06/21 4 CS2809 NOTE 2 12U3H2H 12U3H2HFR NOTES 1. Control circuit shall be a separate, electrically isolated, circuit. 2. SPU type arrester shall be used in Tier 2 & 3 for threat zones, or near dry brush. 3. Fuse each phase with 50K fuse (in 100 amp cutout). 4. Power supply shall be a dedicated transformer (no other load connected). SCHEMATIC TOP VIEW SIDE VIEW DETAIL "A" 400 KVAR CAN SEE NOTE 3 UPDATED SPU ARRESTER & CHANGED KVR TO KVAR IN TITLE SHEET 3 OF 4 ELECTRIC CONSTRUCTION STANDARD RE::LJ 12KV SWITCH CAPACITOR BANK 1200 KVAR City of Redding DES/REV I DATE I ASST. DIRE TOR - UTILITY OPERATIONS REVISED DWG. NO. Electric Utility JZB/WCH 1 04/02/98rah ` ® 04/06/21 3 CS2809 T- DISCONNECT PLUGS (HEAR VIES/) E E E ria CAPACITOR OIL WITCH Ll Ra TO CAPACITOR TOINSCt NNE TPLU S L.1 N C T 1 2 T Nl a JCT. EOx rr JCT. BOX p JOT. BOX � JCT. BOX � MA'YETEEL � I (131. CO.) � ! pooptn � E i ��iu.E. CORP) POWER) I TOTRANSFORMER Tt�C�iL %�+ITCHS SECONDARY oc 14 SEE FIC, 2 �®s0CIT GROUND 10 1 FIGURE — , DRIVEN GROUND RODS AS REO'D. PER DWO. 29M LEGEND 11 BK- BLACK (hot lead)1 W - WHITE (neutral) � from transformer GN- GRFEN (neutral) � 13 H - RED (close) to oil switch 1 � - YELLOW (open) NOTES 1) Mount socket to pole with 1/4" x " alva screws required_ {Field drill socket as required ) See Sheet 2 for material'list. ) The transformer and control require their own separate ground. SEE CS2900 FOR FIGURE 1 GROUNDING MATERIAL A/Ll - (PGN-P LEI ADD MAYSTEEL J-BOX SHEET 1 OF 2 ELECTRIC CONSTRUCTION STANDARD CAPACITOR CONTROL INSTALLATION Rflu Redding Electric Utility DESiREV DATE AS TANT LalraECTOR • DISTRIBUTION REVISEL7 QWQ.. NO. 131HL11 Iii 1 02/1 /1 50 UPDATED CAD STANDARDS & TITLE BLOCK ELECTRIC CONSTRUCTION STANDARD CAPACITOR CONTROL INSTALLATION R- u; Redding Electric Utility DES REV 4T ASSISTANT DIRECTOR- DISTRIBun NO. PAGE 4 581-00 4 8 - L. 4" MIN. 6" MIN. T GN 7 7/77 rMETHOD 6 (NOTE 1) LO W w O z 5 � 2' 6" MIN. 4 I 3 4° MAX. 6 450 450 6" MIN. 6'-0° MIN. METHOD1METHOD C (NOTE 2) (NOTE 3) MATERIAL LIST DESCRIPTION r• , •� • GROUND ROD, 5/8" X &COPPERWELD GROUND ...#/ CLAIVIVv OAK # • •III® GALVANIZED •DRIVE STOP • r PAD i •a MOULNING JLE •SOUTHWIRE ® #,, ••. • (PROOFPOSITIVE COPPER PROTECTED GROUND WIRE) 1. Method A is for REFERENCE ONLY. Method A was used where 25 ohms or less ground resistance was achieved by measurement. See G.O. 95-21.2. 2. Ground rods shall be separated by 6 ft. minimum in any direction. 3. Rods can be driven at an angle of 450 outward if the 6 ft distance is unattainable. However the top of the ground rods still need to be separated by approximately 2 feet, 4. All grounding devices have to be driven in native soil. 5. Install moulding to 8 feet above the finished grade. REVISED METHOD, METHOD C, MATERIAL LIST AND NOTES SHEET 1 OF 1 ELECTRIC CONSTRUCTION STANDARD ■►GROUNDING , EQUIPMENT z� Redding 5lectric Utility iyR W.-TyrATIM PAGE - -OM -, F1 SIDEWALK APPROACH POLE E iM.tM1E.`TW 5' PRIVATE L TILITY DRIVEWAY BOX [. l r = IA: - • ■ i, a i�■R� O• VERTICAL CURB ALTERNATE DETACHED BOX LOCATION STREETLIGHT STANDARDS, POLES, BOXES, AND PAD MOUNT EQUIPMENT SHALL BE LOCATED NO CLOSER THAN SFROM A DRIVEWAY. PROJECTION OF EAVES, BALCONY, ETC. �:_ EXTERIOR BUILDING SURFACE, 0 OVERHANG BUILDING EAVES, BALCONY, ETC. CLEARANCE l^J lJ NOTESB 1 SURFACE NON-COMBUSTIBLE 25-2500KVA XFMR. 3' 2&3 PADMOUNT TRANSFORMEREl COMBUSTIBLE 25-2500KVA XFMR. 10' A VERTICLE CLR. 10 Padmaunt XFMR. 20' 30 Padmount XFMR. 30' ACCESS REFERENCE: G.O.128 DOOR 3' CLEAR ZONE NOTES: 1 Non-combustible material includes brick, clay, concrete, steel, and stone having a one hour fire resistive rating. Stucco is excluded. 2. Vertical clearance space (0) above pad and clear zone must remain unobstructed for hoisting equipment on #. off •.r.# 3. If roof overhang does not meet minimum clearances as specified in V above, the minimum horizontal clearance from end of roof overhang to the nearest edge of the pad shall not be less than 3'. If the overhang clearances - are met, the pad -mounted equipment may be placed under the overhang and clearance (& will be measured from building wall, 4. Customer is responsible for protection of equipment by suitable barriers per REU Dwg. CS001 1. If deemed necessary by REDDING ELECTRIC 5. Drainage of the area surrounding the transformer must be away from any building. a Clearances to building or `• G.O.128 clearance requirements. CONSTRUCTIONREVISE FIGURE 2 ELECTRIC _ STANDARD BUILDING LIN z NM Z 2 0o If transformer is installed in alcove side clearance must be increased 5' MIN. to 5' minimum. Doors of transformers or switchgear must face away from building walls EDGE OF PAD or other barriers to allow for safe working practices. If doors must face wall, allow 8' minimum / clearance for working area. / WORK AREA CLEARANCE OUTLINE FIGURE 3 - PADMOUNT WORK AREA CLEARANCE EDGE OF PAD 76"x76" 5' MIN. PAD BUILDING / WALL LINE z I SEE FIGURE NO. 1 SHT. 1 cn FOR ADDITIONAL REQUIREMENTS 76"x76" I 3' MIN. PAD 5' MIN. FRONT OF PADS WORK AREA CLEARANCE OUTLINE 16'(min.) WIDE GATE FENCE OR ENCLOSURE A FIGURE 4 - WORK AREA CLEARANCE FOR DUAL 30 PADS NOTES: 1) Doors of transformers or switchgear must face away from building walls or other barriers to allow for safe working practices. If doors must face wall, allow 8' minimum clearance for the working area. 2) The gate of a fence or enclosure may be within the 8' working clearance while the gates are closed (must maintain the 3' min. clearance), but while the gates are open the 8' min. working clearance must remain unobstructed. Rv_u Redding Electric Utility UDPATED CAD STANDARDS ELECTRIC CONSTRUCTION STANDARD EQUIPMENT CLEARANCES SHEET 2 OF 3 DES/REV DATE STANT DIRECTOR -DISTRIBUTION REVISED A DWG. NO. RO/RLH 06/01/89 i 05/05/15 4 CS0010 | WA SUBSURFACE EQUIPMENT HORIZONTAL RECTANGULAR TANK Z-1) - I __ 7� P/L OR STRUCTURE FIGURE 5 -SUBSURFACE EQUIPMENT WORK AREA CLEARANCE -- Luuuuun�*uL EQUIPMENT ___� EDGE OF SLOPE 1. Kthe subsurface equipment ia exposed tovehicular traffic, bollards shall boinstalled hoprotect it from such vehicular traffic. 2. Retaining walls shall be provided when REU determines it is necessary to protect equipment against landslides, drainage wash, drifting sands, etc. The applicant is responsible for the installation and maintenance of the retaining walls. The retaining wall shall be designed to provide a barrier of sufficient strength and of suitable construction as to provide adequate protection and working space around the equipment. The retaining wall shall meet all local building codes and have adaquate compaction. (See CS-DO2Ofor details) RV"', -U Redding Electric Utility UPDATED CAD STANDARDS SHEET 3 OF 3 DES/REV I DATE I ASSISTANT DIRECTOR - DISTRIBUTION I REVISED A DWG. NO PAGE 51 3 00 WHERE ELECTRIC EQUIPMENT IS TO BE LOCATED IN AN AREA SUBJECT TO VEHICULAR TRAFFIC, BOLLARDS SHALL BE FURNISHED AND INSTALLED BY THE CUSTOMER IN ACCORDANCE WITH THIS STANDARD. TRAFFIC FREE ZONE PADIVIOUNTED �+r PADIVIOUNTED PADMOUNTED ELECTRICAL ELECTRICAL ELECTRICAL CABINET HOT STICK WORK AREA D DOORS REMOVABLE C BOLLARD (SEE SHEET 2) FVVALLK4OUNTEDELECTR|CAL '7D— TRAFFIC 9| | SERV�EAND K�ETER | | `~ / -- --- ---' ------- ELECTRICAL Z CABINET �2 PROJECTION OF M[ j I DOOR SECTION � ALL BOLLARDS WITHIN HOT STICK WORK AREA O SHALL BEREMOVABLE 1. "D" and the distance between bollard posts shall be not exceed 42". When exposed area exceeds this distance, anintermediate post shall baadded. 2. °W1"shall baaminimum of2feet. 3. "C"iolisted below per specific transformer sizes /kva\:25to10OOkva = 42" minimum 1888to2500hvo = 47" minimum R\17��u �v Redding Electric Utility REDRAWN SHEET 1 OF 2 ELECTRIC CONSTRUCTION STANDARD BOLLARD ARD PU ACEMENT FOR ELECTRIC ��UUK�U��N�l� PROTECTION ~�~�.���. ...~° ~~~=~�"~ .~~.�~~ . TMS/CMH 1 04/01/85 1111 MEWAUMOW PAGE 513-01 COR ITEM QUANTITY DESCRIPTION CODE ®1 P D 1 6'x 4" DIA. STEEL PIPE WITH 0.188" WALL THICKNESS E381.07 1 30" x 5" DIA. SCHEDULE 80 PVC CONDUIT E381.09 UPD-1 PC SEE NOTE 2 co SEE NOTE 2 co CONCRETE CONCRETE RAGS RAGS HOLLOW HOLLOW --w-- 5"SCHEDULE 80 C\j PVC CONDUIT@ FINAL SEE NOTE 3 FINAL SEE NOTE 3 GRADE9 GRADE 1? if Zo A Zo IILI Ir1 1 fil � co a.co 6" CONCRETE 6" CONCRETE ---s- 4` 4' SOIL SOIL wm7PEA GRAVEL UNDISTURBED UNDISTURBED NON -REMOVABLE BOLLARD REMOVABLE BOLLARD NOTES: 1 The installer shall contact Underground Service Alert (USA) at (811) at least two days prior to planned excavation. 2. A welded cap may be used in lieu of concrete cap. 3. The bollard shall be primed and painted white (not galvanized). X*ak�l [11111 Woly ELECTRIC CORSTRUC3r9A STARDARD BOLLARD PLACEMENT FOR ELECTRIC EQUIPMENT PROTECTION DETAIL * 19r '/ , -w. EQUIPMENT CABINET 3/16" MIN. ANCHOR BOLT, WEDGE CH 1/2"x 2 3/4! HOLD DOWN PLATE, TYPICAL HOLD DOWN PLATE OL 2 REQUIRED MATERIAL- STEEL FINISH: CORROSION RESISTANT TRANSFORMER MANUFACTURERS SHALL SUPPLY 2 HOLD DOWN PLATES PER TRANSFORMER. IF HOLD DOWN PLATE IS UNAVAILABLE, SUBSTITUTE AN APPROPRIATE SIZED SQUARE FLAT WASHER. DETAIL *9 0MOUNTING OF PADMOUNT DETAIL 'Er EQUIPMENT TO CONCRETE PAD TYPICAL HOLD DOWN PLATE NEW DRAWING .......................... ........... I ........................ EQUIPMENT C C MPARTMENT FLANGE SEE DETAIL "fir (TWO LOCATIONS) ANCHOR BOLT, WEDGE 1/2'x 2 3/4! DRILL 112' HOLE FOR HOLD DOWN 130LT SHEET 1 OF 1 PADMOUNT EOUIPMENT HOLD-DOWN 716� VZoIr" OF _- ��AWWKRM BAY -O -NET FUSES DRIP SHIELD TREADED LIFTING EYE (TYP) HIGH VOLTAGE BUSHING WELL (LOADBREAK TYPE) GROUND PENTA-HEAD BOLT D REDDING ELECTRIC UTILITY )m tel®° H1 -a H1 -b OM ME) xi H2 -a H2 -b G X3 � H3 -a H3 -b TERMINAL ARRANGEMENT H1A H2A H3A H3B H2B H1B NEW DRAWING ryy� X1 X2 X3 SCHEMATIC OIL LEVEL INDICATOR NAMEPLATE PRESSURE RELIEF VALVE OIL FILL PLUG LOW VOLTAGE BUSHING (TYP) BONDING WIRE (SEE SPEC.) GROUNDING STUD (CASE) PARKING STAND (TYP) DRAIN PLUG/OIL SAMPLER PADLOCK HASP SHEET 1 OF 1 DRIP SHIELD TREADED LIFTING EYE (TYP) F1 &Z \C:9�zQ o X1 X3 H1A H'IB HIGH VOLTAGE BUSHING O Kj Kj O X2 WELL (LOADBREAK TYPE) H2A H2B �/ PENTA-HEAD BOLT rOoO (=Nj M TERMINAL ARRANGEMENT FEED THROUGH TYPE H1A H2A H2B HIB X1 X2 X3 SCHEMATIC Q4 REVISED DRIP SHIELD .................................................. .................................................. .................................................. .................................................. DRAW OUT TYPE FUSE HOLDER (TYP) NAMEPLATE LOW VOLTAGE BUSHING (TYP) BONDING WIRE (SEE SPEC.) GROUNDING STUD (CASE) PARKING STAND (TYP) PADLOCK HASP SHEET 1 OF 1 pay SINGLE PHASE PADMOUNT TRANSFORMER EaEcpffic TERMINAL ARRANGEMENT - FEED THRU TYPE u►�r DES REV ORIG. DATE I 00NEERINGA0MGER S DWG. NC 3/90 /7 IL 4 CS320 r 6" 12" 12" 12" 6" 0 7R3 —I — — —3— 21, —I 0 —� �— PRI. SEC. CABLE CABLE OPENING OPENING II 24" 1. Above pad may be precas in place omit Item 3. 2. See drawing CS0010 for pad clearances. 3. See drawing CS0011 for pad barrier protection. 4. All soil will be compacted under and around the pad by jetting and/or Wacker to a minumum of 90% relative density. 5. Customer installed. PAGE 514.00 a, REINFORCING IRON TYPE NO. REQ'D DESCRIPTION R1 4 1/2" X 3'-6" R2 2 1/2" X 4'-0" R3 2 1/2" X 2'-7" -IT OD (A 1 LCAJ 1 a 11v UUN 1 ACT WITH EARTH) ITEM QUANTITY DESCRIPTION UPD-1 P COR CODE 1 6 CU. FT. CONCRETE, CLASS "A", 5 1/2 SACK MIX 2 13.4 LBS REINFORCING RODS, SEE TABLE ABOVE 3 3 THREADED INSERTS FOR 1/2" LIFTING BOLTS. 4 1 TRANSFORMER PAD E8.05 5 1 2E BOX EXTENSION E8.01 6 1 3/4"x 12' GROUND ROD E384.01 REDRAWN SHEET 1 OF 2 1 PHASE TRANSFORMER PAD INSTALLATION R U 25 - 167KVA (PAD DETAILS) Redding Electric Utility DES/REV DATE ASSISTANT DIRECTOR - DISTRIBUTION I REVISED DWG. NO. TMS/RLH 05/01/85 1 03/21/12 CS0330 NUMBER & ROUTE OF CONDUIT SHOWN FOR REFERENCE ONLY SECONDARY CONDUIT � � � BACK OFSIDEWALK OR PAVED ACCESS PLAN TRANSFORMER PAD 27^ FINISHED GRADE Ji"2 - 12" EXTENSIONS OR 1 - 24" EXTENSION (SEE NOTE V, GRAVEL ROAD BASE SCHEDULE 40 SWEEPS � U -�GROUND ROD TDBE FLUSH WITH THE TOP DFTHE TRANSFORMER PAD SECTION 1.All soil will be compacted under and around the pad by jetting and/or Wacker togmunimumof 90% relative density. 2. See drawing C8033Ofor pad detail. 3. See drawing C8OO1Ofor pad clearances. 4. See drawing CSOO11for pad barrier protection. 5. Cook 2Ebox extension (17''x8[/')orequal/approved byREU. G. Appropriate excavation depth shall be provided such that standard 36" radius 900 bends may be installed aoshown. Conduit bends shall becut orotherwise modified. 7. Customer installed. REDRAWN 1 PHASE TRANSFORMER PAD INSTALLATION U 25 - 167KVA (CONDUIT DETAILS) Redding Electric UtilityDES/REV DATE SISTANT DIRECTOR- DISTRIBUTION I REVISED DWG. NO, 5 3/4" X 12' GRND. ROD TO BE FLUSH WITH THE TRANSFORMER PAD. (AT LEAST 8' IN CONTACT WITH EARTH) 1-11 CENTER CONDUIT IN BOTTOM OF PRIMARY SIDE OF BOX PRIMARY CONDUIT LOCATION 6", 13" , 13" . 12" , 13" , 13" ,6", —r(gR3 co �t rrt PRI. I SEC. N CABLE CABLE OPENING OPENING 38" n PAGE 515.00 I UPD-3P I 4E SECONDARY BOX W/10" EXTENSION (INSTALL BOX ON TOP OF EXTENSION) NOTES: 1. Above pad may be precast or poured in place. If poured in place omit item 3. co co 2. Prior to pouring pad, have REU inspect conduit location. 3. See drawing CS0010 for pad clearances. 4. See drawing CS0011 for pad barrier protection. 5. All soil will be compacted under and around the pad by jetting and/or Wacker to a minimum of 90% relative density. R2 6. Boxes may be required remote from pad to accommodate additional services; difficult pulls; or, as specified by a REU distribution planner and/or inspector. 7. Customer installed. 1 ITEM QUANTITY DESCRIPTION UPD-3P COR CODE 1 17 CU. FT. CONCRETE, CLASS "A", 5 1/2 SACK MIX R2 2 27.5 LBS REINFORCING RODS, SEE TABLE ABOVE 4 3 1 THREADED COIL OR FERRULE INSERTS BY DAYTON, RISS, SUPERIOR OR EQUAL 4 1 TRANSFORMER / CAPACITOR PAD E8.06 5 1 3/4"x 12' GROUND ROD E384.01 6 1 4E SECONDARY BOX E8.04 REDRAWN REINFORCING IRON TYPE NO. REQ'D DESCRIPTION R1 5 1/2" X 5'-10" R2 2 1/2" X 5'-10" R3 4 1/2" X 3'-11" SHEET 1 OF 2 ELECTRIC CONSTRUCTION STANDARD 3 PHASE TRANSFORMER PAD INSTALLATION 45 - 1500 KVA (PAD DETAILS) Redding Electric Utility DES/REV DATE ASSISTANT DIRECTOR - DISTRIBUTION I REVISED A DWG. NC /RLH 04/01/85 1 03/21/12 _11 CS0331 NUMBER & ROUTE OF CONDUIT SHOWN FOR REFERENCE ONLY SECONDARY CONDUIT PRIMARY CONDUIT TRANSFORMER PAD w O z U-1 W U) 26" HIGH VOLT LOW VOLT I l SCHEDULE 40 SWEEPS NOTES: z PLAN 48" SECTION PAGE 515.01 I UPD-3P I TRANSFORMER PAD BACK OF SIDEWALK OR PAVED ACCESS FINISHED GRADE till=1111 4E SECONDARY BOX W/ 10' EXTENSION (SEE NOTE 5) 3" TO 6" OF COMPACTED 3/4" „ GRAVEL ROAD BASE GROUND ROD TO BE FLUSH WITH THE TOP OF THE TRANSFORMER PAD 1. All soil will be compacted under and around the pad by jetting and/or Wacker to a munimum of 90% relative density. 2. See drawing CS0331 for pad detail. 3. See drawing CS0010 for pad clearances. 4. See drawing CS0011 for pad barrier protection. 5. Concrete 4E boxes shall be per Drawing CS1110 or as approved by REU. 6. Appropriate excavation depth shall be provided such that standard 36" radius 900 bends may be installed as shown. Conduit bends shall be cut or otherwise modified. 7. Customer installed. REDRAWN SHEET 2 OF 2 ELECTRIC CONSTRUCTION STANDARD 3 PHASE TRANSFORMER PAD INSTALLATION 45 - 1500 KVA (CONDUIT DETAILS) Redding Electric Utility DES/REV DATE 7 ASSISTANT DIRECTOR - DISTRIBUTION I REVISED A DWG. NO /RLH 04/01/85 1 03/21/12 Z§CS0331 kA I LCAO 1 0 IIV uuly I Ali I WITH EARTH) 48" (TYP.) 12" CL POWER LIGHTING _ _E -cz�, i i 4 �- 2 PLAN NOTES: CAM:101 4" PRIMARY 1. See DWG. CS0330 for pad details. 2. See DWG. CS1110 for pull box details. 3. Ground rod to be flush with the top of the transformer pad. 4. See DWG. CS0373 for cable routing. 5. Size and number as specified. 6. Customer installed. REDRAWN IT — 1"-1.5" PAGE 516.00 UPD-2P FINISHED GRADE -III I- �. �.':: .•': ':�:.-��:-. �: -1 I I I-1 I I I -1I I I -1I I I-1 I I I -III I -III I -III I--= DETAIL A 1-24" OR 2-12" EXTENSIONS 4" PRIMARY CONDUIT BY DEVELOPER S F IC'I'I ON ITEM QUANTITY DESCRIPTION UPD-1P COR CODE 1 2 TRANSFORMER PAD E8.05 2 2 2E BOX EXTENSION E8.01 3 1 2 3/4"x 12' GROUND ROD I E384.01 SHEET 1 OF 1 ELECTRIC CONSTRUCTION STANDARD PAD AND CONDUIT ARRANGEMENT FOR PAD MOUNTED R U TRANSFORMERS IN OPEN DELTA CONFIGURATION Redding Electric Utility DES/REV DATE ASSISTANT DIRECTOR - DISTRIBUTION I REVISED DWG. NO. TMS/RLH 06/22/92 . 1 03/21/12 1 CS0333 ASSEMBLY UNIT ITEM NUMBER QTY. COR STOCK CODE DESCRIPTION 1 1 EA E383.07 CLAMP GROUND CWPLD 3/,f 2 4 EA. E750.20 SEP CON 200A RECPT ELBOW LB 8.3/14AKV 3 12 EA BOLT MACH 1/ 2" X 2-11r 4 25 FT. E175.25 WIRE #2-7 STR BARE CU GROUND WIRE PTBUS-1A 5 1 EA ROD GROUND CWPLD 3/4 X 12' 6 3 EA. E960.28 GROUND TRANS CONN TTC2 7 4 EA. E762.00 LABEL TRANS PRI PLASTIC TAG 8 24 EA WASHER BRONZE FLAT 112- 9 12 EA. NUT BRONZE 1/2- 10 12 EA WASHER BRONZE LOCK 1/2" NOTES: 1.) ALL SINGLE PHASE TRANSFORMERS ARE PROVIDED WITH NEMA 4 HOLE SECONDARY CONN. SPADES. PER. DRAWING CS370 SHEET 3. 2. SEE DRAWING CS701 FOR LABELING. 3. SEE DRAWING CS330 FOR GROUNDING ROD DETAIL. 4. SEE DRAWINGS CS900 AND CS901 FOR PRIMARY CONNECTORS APPLICATION AND INSTALLATION. a REVISED GROUND ROD SIZE SHEET 1 OF 1 �i111�► FEDDIN�' ��� ELECTFtC ----------------- wtoy A *01111 d HT I 75-300KVA 120/208,277/480LT - L 120/240 ASSEMBLY ITEM COR STOCK DESCRIPTION KNIT NUMBER L4TY CODE 1 EA, _ E383.07 CLAMP GROUND CWPLD 3/4" 3 EA. _ E7 0 20 SEP CON 200A''RE PT -ELBOW #2 LB 5,3114.4KV 12 EA. BOLT MAH 1122' 2-112" *4 30 FT. E175,25 WIRE. #2-7 STR RARE CU GROUND WIRE PTRUST3A .5 1 EA. E334V- ROD GF40UND CWPLD 3/4"X 12' "6 3 EA. E95e1,23 GROUND TRANS CONN TTC2 7 5 EA.. E752.00 LABEL TRANS PRI PLASTIC TAG 3 24 EA, WASHER BRONZE FLAT 112" 19 12 EA. m NUT BRONZE 112" 10 12 EAS WASHER BRONZE LOCK 1/2" APPLIES AS SHOWN ABOVE TO TABLE BELOW -1 120/208,277/408 AND DEL - T 120/240 ASSEMBLYITEM OTY ICOR STOCK DESCRIPTION KNIT NUMBER CODE 3 32 EA. BOLT MACH 1/2" 26112,," 3 54 EA. WASI4ER BRONZE FLAT 112" 32 EA, ENUT I3RON E 1/2"" 10 32 EA. SHER BRONZE LOCK 1I2'" NOTES. I. SEE DRAWING US340 S41T. 3 FOR 'SECONDARY CONNECTOR SPADES. 2. SEE DRAWING US701 FOR LABELING, 3, SEE DRAWING 5330 FOR GROUNDING ROD DETAIL, 4. SEE DRAWINGS CS900 AND US901 FOR PRIMARY CONNECTORS APPLICATION AND INSTALLATION. INCLUDE FOR USE IN DELTA-DELTATAANS17trRMrmR$ SHEET 1 OF 1 ELECTRIC CONSTRUCTION STANDAnD CABLE ROUTING AND BUS DETAIL FOR TH EE Rfmu PH1ASE__PADMOUNT_ FEED THRU TRANSFORMER Padding Electric Utility DES(REV j_-_ _GATE A ANT IRE TOR v ISTmauT°ION REVISED DWG. NO. IL4/SIR +7//21211 537 LIGHTER POWER I "'" I I I I Mk I HS I I NiA I I II 9 1 1 I L ---JL--- J ASSEMBLY UNIT ITEM NUMBER QTY 'GOR STOCK CODE DESCRIPTION 1 2 EA E383.07 CLAMP GROUND CWPLD 3/4 2 5 EA E750.20 SEP CON 200A RECPT ELBOW #2 LB 8.3/14.4KV 3 20 EA BOLT MACH 1/7' X 2-1/2' 4 50 Fr. E175.25 WIRE #2-7 STR BARE CU GROUND WIRE ODBUS-2A 5 2 EA ROD GROUND CWPLD 3/4'X12' 6 6 EA. E960.28 GROUND TRANS CONN TTC2 7 5 EA. E762.00 LABEL TRANS PRI PLASTIC TAG 8 40 EA. WASHER BRONZE FLAT 1/2" 9 20 EA. NUT BRONZE 1/2' 10 40 EA. WASHER BRONZE LOCK 1/f 11 3 EA. E750.30 INSULATED PROTECTIVE CAP THIS DRAWING IS APPLICABLE TO EXISTING SERVICES CONVERTING TO UNDERGROUND SERVICE. NOTES: A. On the power transformer, remove the secondary ground strap, make sure the ground strap is attached to the tank on the lighter transformer. B. See drawing CS333 for pad and conduit arrangements. C. Conductor bending radius should not be less than 10.0 inches. Based on #2AL XLP concentric 15kv rated cable. D. See drawing CS900 for application and drawing CS901 for installation. E. See drawing CS701 for labeling. F. See drawing CS330 for ground rod details. G. See drawing CS370 for secondary terminals. PRIMARY TERMINAL CONNECTIONS LIGHTER POWER SX' I I X' X2 I I — G, I I I I I I II Om I —II I L --JL--J SECONDARY TERMINAL CONNECTIONS GL REDRAWN / ADDED TABLE AND NOTES SHEET i OF 1 ::::::::::::::::::::::::::::::::::::::: ELECTRIC CONSTRUCTION STANDARD affOF PRIMARY AND SECONDARY CABLE ROUTING FOR OPEN DELTA PAD MOUNT TRANSFORMERS me air 1 ne-TF 1 ms aiRi mm OVIVU UmAro! REVISED N DWG. NO. X AA 26x6G1�"x3�O^ PAGE D�MONDPLATE COVER HOLD DOWN LABELED "R.E.U. HIGH VOLTAGE" ASSEMBLY, 519.20 SEE NOTE 4""..° � CDURSETHREAD (2PIECE) —� | PFmTAHF4nnn|T� FACE OFACCESS OPENING TOBEFLUSH WITH INSIDE DFBOX ` GO^x67~ACCESS OPEN|NG—. mn^ ~ - . �_''_-___ | 1/�x�80T�R LID REMOVAL (2PER PLATE) RECESSED PULLING IRON (4 TOTAL) SEE SHEET 2 OF 4 FOR KNOCK OUT & TERMINATORS ONSIDE VVALL6—' 1210DR{}PSUK4P-/ �m�� RI I mU Redding Electric Utility �x�x1/� ANGLEFRAME (GALVANIZED STEEL) T0� 888BNBLY HEIGHT ��������������� ������� ,°== ��=,� = ��°�=°~=~°,°" SWITCHGEAR ��VAULT ��ET�8S CEP/JCR 1 US�707 10/07/19 /Z\ CS0428 PAGE TYPE SP SERVICE POST CONNECTOR, 519.21 6" THICK LONG STUD, TWO (2) SUPPLIED BY REU CONC. WALLS INWESCO 5/8" COPPER GROUND INSERT WITH 1 °° SQUARE BRASS BAR p I> 6 D- p D 6" MIN. CONTINUOUS 112" REBAR, WELD SOLID TO CAGE WELDS BOTH SIDES AT A MIN. OF TWO INTERSECTIONS DETAIL "A" SEE DETAIL "A" 1 30" T 24" 18" 12" � r c+L � 12" 6 6,. C 6" CONDUIT TERMINATORS TYPICAL BOTH LONG WALLS 4" CONDUIT TERMINATORS TYPICAL BOTH LONG WALLS GROUND ROD LOCATION TYPICAL BOTH LONG WALLS. SEE NOTE 9 ON SHT. 4 NOTES: 1. All sections of a splice box must be permanently marked With the delivery date. UPDATED CAD STANDARDS SHEET 2 OF 4 C ELECTRIC CONSTRUCTION STANDARD Rjj U V T SWITCHGEAR SWITCH VAULT DETAILS Redding Electric Utility DES/REV DATE I ASST, DIRECTOR - UTILITY QPERATIONS REVISED DWG. NO. CEP/JCR 09/27/07 10/07/19 2_ SS0428 ifl (0 = 47" ID 96" ID "' o tv r•. 12" DIA. SUMP 4" DEEP 16-5/8" 6" CONDUIT TERMINATORS TYPICAL BOTH LONG WALLS 4" CONDUIT TERMINATORS TYPICAL BOTH LONG WALLS GROUND ROD LOCATION TYPICAL BOTH LONG WALLS. SEE NOTE 9 ON SHT. 4 NOTES: 1. All sections of a splice box must be permanently marked With the delivery date. UPDATED CAD STANDARDS SHEET 2 OF 4 C ELECTRIC CONSTRUCTION STANDARD Rjj U V T SWITCHGEAR SWITCH VAULT DETAILS Redding Electric Utility DES/REV DATE I ASST, DIRECTOR - UTILITY QPERATIONS REVISED DWG. NO. CEP/JCR 09/27/07 10/07/19 2_ SS0428 r aA ALLOWABLE CONDUIT ENTRANCE AREA, CONTACT REU INSPECTOR FOR EXACT LOCATION. CLEARANCE AREA I SET SWITCH VAULT 2" ABOVE FINAL GRADE CLEARANCE AREA �Y w -' _3j�: 0 � w= � WITCH SID c USE SIDE VAULT COVER I �1= i • •+ r••ir L• r�• ' i Q BACK EDGE OF SIDEWALK TM m F0 ".RROTIMITIN UPDATED CAD STANDARDS SHEET 3 OF 4 ELECTRIC CONSTRUCTION STANDARD RIJ LU 600 AMP T SWITCHGEAR SWITCHUL DETAILS Redding Electric Utility DES/REV DATE ASSI. Dj8ECTOR - UTI I Y OPERATIONS REVISED DWG. NO. CEP/JCR 09/27/07 A , /AY/ 1 10/07/19 /-4A CSO428 NOTES: 1. See drawing CS1Y14for lid bolt down details. (Detail "A"and "E" 2. Designed for pedestrian traffic loading. 3. Manufacturer shall paint/stencil correct weight and catalog number on each box. 4. Cover shall belabeled "R.E.U.HIGH VDLTAGE". 5. The excavation shall allow for the overall height of vault to be set two inches above final grade, and 3 'Ginches nfcompacted 3/4"gravel, 6. The bedding materials shall consist of3/4"gravel under vault. 7. Backfill shall consist of good compactible material such as pea gravel, sand, or clean earth fill so that novoids remain between vault and native soil around excavation. Backfill shall becompacted inlifts from the bottom tothe top tnattain 9O%relative compaction. 8. All excavation, installation, and backfill is the responsibility of the customer and/or contractor. Q. Both ground rods shall be welded into one continuous run of bare or zinc galvanized or other electrically conductive coated steel reinforced bare orrods of not less than twenty (2O)feet in length and 1/2" (12.7mm) in diameter which iaencased byaileast 2" (5O.Bmm)ofconcrete. This continuous run may be part of the reinforcing cage except the 20' must be within the floor area only. R11 Redding Electric Utility UPDATED CAD STANDARDS 600 AMP PADMOUINT S111TCAGEAR SWITCH VAULT DETAILS CEP/JCR 1 09/27/07 REVISED A DWG. NC 10/07/19 14—\ CS0428 36" 200A/600A 6" 611 SIDE 48" 1611 36" 6" 6" f�� WEIGHT 1375# fl All am 8" 7" 811 16" 6" 72" 10" 12" 10 1/2" 27" 600A 101/2" SIDE r------------ —; -------------1 200A/600A z SIDE 600A SIDE i I I i 8' MIN. Q 8' MIN. I I i � I I z t L------------ ----------------j WORKING CLEARANCE NOTES: 1. Customer Installed. ITEM QUANTITY DESCRIPTION PSPD-72 COR CODE 1a 10 CU. FT. CONCRETE, CLASS "A", 5 1/2 SACK MIX E8.07 O 21 LBS. REINFORCING RODS, SEE TABLE ABOVE 2 O 1 THREADED COIL OR FERRULE INSERTS 1/2" x 2'-1 " R5 2 BY DAYTON, RISS, SUPERIOR OR EQUAL 1 2E BOX EXTENSION E8.01 1 3E BOX EXTENSION E8.02 O 1 3/4"x 12' GROUND ROD E384.01 REDRAWN w1 REINFORCING IRON SCHEDULE TYPE No. REQ'D DESCRIPTION R1 2 1/2" x V-11" R2 7 1/2" x 3-6" R3 2 1/2" x 3-11" R4 2 1/2" x 2'-1 " R5 2 11211 x 0'-8" SHEET 1 OF 2 R U 200/600AMP PADMOUNTED SWITCHGEAR INSTALLATION (PAD DETAILS) Redding Electric Utility DES/REV DATE ASSISTANT DIRECTOR -DISTRIBUTION I REVISED DWG, NO TMS/RLH 08/01/86 1 1 03/21/12 $ CSO430 NUMBER & ROUTE OF CONDUIT SHOWN FOR REFERENCE ONLY 200/600A SIDE PROPERTY LINE 6' 12" 600 A SIDE + + I I s SWITCHGEAR L_J PAD PLAN PAGE 518.01 PSPD-72 I SWITCHGEAR , 10", FINISHED GRADE PAD 6" ttu= mt=ttit= _tul=unem = ml=un=ml=oil= 1-14" 3E BOX AND tTil nli10tititTl tot – otllTulMEE n° 1'11 t2-12" 2E EXTENSIONS OR 1-10" 3E EXTENSION — 1-24" 2E EXTENSION (SEE NOTE 2) 4 (SEE NOTE 3) LU �' 3" 3" TO 6" OF COMPACTED 3/4" 4'76" CONDUIT U)O o o �' GRAVEL ROAD BASE O O D o SCHEDULE 40 SWEEPS GROUND ROD TO BE FLUSH WITH THE TOP OF THE TRANSFORMER PAD SECTION NOTES: 1. All soil will be compacted under and around the pad by jetting and/or Wacker to a minimum of 90% relative density. 2. Cook 3E box extension (24"x36") or equal/approved by REL). 3. Cook 2E box extension (17"x30") or equal/approved by REL). 4. Excavation for boxes shall be prepared with 3" to 6" compacted 3/4" gravel road base. 5. S&C PME 5 switchgear or equal, or AB Chance 3 switchgear or equal. 6. Appropriate excavation depth shall be provided such that standard 4"x36" or 6"x48" radius 900 bends may be installed as shown. Conduit bends shall not be cut or otherwise modified. 7. Customer installed. REDRAWN SHEET 2 OF 2 200/600AMP PADMOUNTED SWITCHGEAR INSTALLATION (CONDUIT DETAILS) Redding Electric Utility DES/REV DATE ASSISTANT DIRECTOR - DISTRIBUTIONREVISED DWG. 70, TMS/RLH 08/01/86. 4-""Y 1 03/21/12 $ CSO430 2 3/4^X12'GRND.ROD TDBE FLUSH WITH THE CAPACITOR PAD. TACT WITH EARTH) 14" (� 13". 13". 12" . 13r.13^ 6" C 14" 4E SECONDARY BOX W/10" EXTENSION (INSTALL BOX ON TOP OF EXTENSION) 1. Above pad may be precast orpoured inplace. If poured inplace omit item 3. 2. Prior to pouring ood. have REU inspect conduit location. 3. See sheet 3for pad clearances. 4. See drawing CS0011 for pod barrier protection. G. All soil will be compacted under and around the pad by jetting and/or VYmoker1oaminimum of&D%relative density. ITEM QUANTITY DESCRIPTION UPD-CAP COR CODE 1 17 CU. FT. CONCRETE, CLASS "A", 5 1/2 SACK MIX 2 27.5 LBS REINFORCING RODS, SEE TABLE ABOVE 3 1 THREADED COIL OR FERRULE INSERTS BY DAYTON, RISS, SUPERIOR OR EQUAL 4 1 TRANSFORMER / CAPACITOR PAD E8.06 6 1 4E SECONDARY BOX E8.04 R U Redding Electric Lki|ity REINFORCING IRON TYPE NO. REQ'D DESCRIPTION R 4 t-i7l 1/2" X 2- 5' ELECTRIC CONSTRUCTION STANDARD PA~MOUNTED CAPACITOR BANK U~~^^ -~~^~~~ PAD DETAILS CAPACITOR PAD ROUTE OF CONDUIT SHOWN FOR REFERENCE ONLY CAPACITOR PAD N. =1111=(III UJ uu=un t— O z LU 3" LU 4" CONDUIT ---/ SCHEDULE 40 SWEEP kin-rCQ 1------� BACK OF SIDEWALK OR PAVED ACCESS e • 14" PLAN 48" /— FINISHED GRADE 4E SECONDARY BOX W/ 10' EXTENSION (SEE NOTE 5) 3" TO 6" OF COMPACTED 3/4" GRAVEL ROAD BASE GROUND ROD TO BE FLUSH WITH THE TOP OF THE CAPACITOR PAD 1. All soil will be compacted under and around the pad by jetting and/or wacker to a munimum of 90% relative density. 2. See drawing CS0500 for pad detail. 3. See drawing CS0500 for pad clearances. 4. See drawing CS0011 for pad barrier protection. 5. Concrete 4E boxes shall be per Drawing CS1110 or as approved by REU. 6. Appropriate excavation depth shall be provided such that standard 36" radius 900 bends may be installed as shown. Conduit bends shall be cut or otherwise modified. REDRAWN SHEET 2 OF 3 ELECTRIC CONSTRUCTION STANDARD PAD MOUNTED CAPACITOR BANK INSTALLATION R /O"O'U CONDUIT DETAILS Redding Electric Utility DES/REV DATE ASSISTANT DIRECTOR - DISTRIBUTION I REVISED DWG. NO. JZB/RLH 04/16/97 1 -,, t—,— I 03/21/12 2 CS0500 T T II II II , II / I II lr- II III III III I II 11 II III III III I II� II III III III III II 0 SECTION A -A FRONT OF CABINET REDDING ELECTRIC UTILITY CAPACITOR BANK CABINET VIEW FROM TOP ADDED NOTE 4 CAPACITOR VACUUM SWITCH CURRENT, LIMITING FUSE CONTROL METER SOCKET i BREAKER 11III l.l.Lrl J POTENTIAL rYY n XFMR BUSHING WELL AND INSERT ONE LINE DIAGRAM NOTE: FOR SWITCHES INSTALLED PRE AUGUST 2001 SEE ITEM 12a. NOTES: 1) SEE SHEET 3 FOR REFERENCE LIST OF CABINET ITEMS. 2) SEE SHEET 2' FOR SECTIONS B -B AND C -C. 3) MAXIMUM HEIGHT OF SWITCH SHOULD BE LESS THAN 5'. 4) PT SHALL BE CONNECTED ON THE SOURCE SIDE OF MAIN FUSING. SEE CS520 SHEET 1 OF 3 :MOVED ITEM 23 MINOR NOTE CHANGE REDDING ELECTRIC UTILITY NOTES: 1) SEE SHEET 3 FOR REFERENCE LIST OF CABINET ITEMS. 2) CAPACITOR CANS SHALL BE INSULATED FROM CASE/ CASE GROUND. 3) PT SHALL BE CONNECTED ON THE SOURCE SIDE OF MAIN FUSING. SEE CS520. SHEET 2 OF 3 MATERIAL LIST ITEM QTY. DESCRIPTION CODE' 1 1 CLEAR ACRYLIC SHIELD WITH CAUTION DECALS AND BRACKET FOR HOTSTICK. ONE IN FRONT OF CABINET. 2 2 CLEAR ACRYLIC SHIELD WITH CAUTION DECALS AND BRACKET FOR HOTSTICK. TWO IN REAR OF CABINET. 3 3 15KV, 200 AMP, LOADBREAK BUSHING WELL INSERTS, COOPER LB1215 ELAS'fiMOLD 1601A4 E750.06 4 3 PARKING STAND BRACKET. 5 4 1/2"_13 GROUNDING NUT. E960.28 6 3" BASE CHANNEL H.D.G. 7 1 SPARE FUSE POCKET. 8 PARTITION WALL. 9 1 METER SOCKET, 4 JAW. 10 1 20 POSITION TERMINAL BLOCK. 11 1 BREAKER, SINGLE POLE, 15 AMP, 120 VAC. 12 3 SOLID DIELECTRIC VACUUM SWITCH, 14.4 KV, 200 AMP, 95 KV BIL, 120 VAC, COOPER NO. VCS -1. E730.20 12a 3 OIL SWITCH, 14.4 KV, 200 AMP, 95 KV BIL, 120 VAC, REFERENCE G.E. TYPE FKC NO. 9F90DBF142 OR COOPER NO. KNR—KA121NR . ONLY E730.20 13 3 400 KVAR CAPACITORS, 7,200 VOLTS, 95 KV BIL, 2 BUSHING, COOPER NO. CEP370A6. OR EQUAL. E620.04 14 3/16" x 1-1/2" COPPER BAR. 15 1 POTENTIAL TRANSFORMER, 12 KV TO 120 V, G.E. TYPE JVM-5 WITH FUSES, G.E. NO. 765X21G29 OR EQUAL. SPARE PT FUSE G.E. NO. 9F60BHH905 OR EQUAL 16 6 INSULATOR 17 4 COOPER NX FUSES, 15.5 KV, 80 AMP, CAT. NMO. 155FO80-1/1 (1 SPARE). 18 6 GPO -3 BARRIER. 19 3 BUSHING WELLS, 15 KV, 200 AMP, 95 KV BIL, LINDSEY NO. 9433/9410. 20 1 CONTROLLER 21 3 INSULATOR 22 NO. 2 SOLID COPPER WIRE WITH INSULATION. REMOVED ITEM 23 12a REF. ONLY REDDING ELECTRIC UTILM 400 KVar FLOATING Y f— 1 1) ©■r©fir© ---� ---8 ^--- AC I - q 40 VS = VACUUM SWITCH I LIVE FRONT SII► CONTROL COMPARTMENT I COMPARTMENT I YELI 15A BLACK /"N I (LINt) 12000 120 VOLTS VOLTS WHITE I(NEUTRAL) I I I LIVE FRONT I COMPARTMENT I TERMINATION COMPARTMENT NOR CONNECTION CHANGES REDDING ELECTRIC UTILITY BLACK 0 1 a 0 2 a 0 3 a 0 4 0 0 5 a 0 6 a 0 7 a 0 8 a 0 9 0 0 10 0 0 110 0 12 0 0 13 0 0140 0 15 0 0160 0 17 0 0 18 0 0190 0 20 0 TO CONTROLERS GROUND LOG 120V NEUTRAL GND. OPEN CLOSED SHEET 1 OF 1 c a "CAUTIi "HIGH VOI DEC) DOOI HAND CAPTIVE SECTION A—A CABINET FRONT SECTION C—C REMOVABLE LIFTING EYE AIR VEN SECTION B—B PCAP-120 SECTION D—D c) B B o VIEW FROM i TOP c Lu A „ Lo--" A so o CABINET DRAWING PER SCOTT ENGINEERING CABINET QO NEW DRAWING SHEET 1 OF 1 ELECTRIC CONSTRUCTION STANDARD r �PAD MOUNTED CAPACITOR BANK G�GDD�a� �a�7phac�EXTERIOR OF CABINET FOR REFERENCE ONLY uPr DES REV DATE DI IBOON MANAGER REVISED DWG. N .................................................. JZB/ 04/16/97 �i 0 CS530 TEXT WHITE COLOR (TYP.) BACKGROUND RED COLOR (TYP.) SWITCH CONTROLLER TO MANUAL MODE IMMEDIATELY AFTER OPENING CABINET AND RETURN TO PREVIOUS OR NEW SETTING WHEN LEAVING THE SITE QNEW DRAWING ................................................ ................................................ ................................................ ................................................ 0189' oF ELECT= uTam 7.2" PAQMOUNT CAPACITOR WARNING SIGNS TEXT WHITE BACKGROUND COLOR (TYP.) /- RED COLOR (TYP.) DO NOT OPERATE 17 200 AMP ELBOWS co UNTIL KYLE SWITCHES ARE CHECKED OPEN 7.2" CAPACITOR SIGN 2 TEXT WHITE COLOR (TYP.) BACKGROUND RED COLOR (TYP.) DO NOT OPERATE FUSES UNTIL CAPACITORS ARE CHECKED DE—ENERGIZED AND 200 AMP ELBOWS PARKED CAPACITOR SIGN 3 QNEW DRAWING SHEET 2 OF 2 ELECTRIC CONSTRUCTION STANDARD CfTY OF ��000a� PADMOUNT CAPACITOR WARNING SIGNS dEC TR9C UTAITY DES REV I DATE I DisifuTIONMANAGER REVISED DWG. NO. __... ..... ........ JZB/ 8/29/00 i,, _. ell- 0 CS590 GROUND BUS #2— (REQUIRED ONLY IF 2 CIRCUITS ARE SPLICED IN SAME VAU LT.) GROUND CONNECTOR—J SEE DETAIL 2) TYPICAL BOTH SIDES) COMPRESSION Cl (SEE TABLE 1 FOR SIZE) 51Y' COPPER GROUND STUD ., d ° (TYPICAL BOTH SIDES) TWISTED CONCENTRIC CONDUCTOR GROUND LEADS TO CABLE SPLICE : CL 47 / a a °4 COMPRESSION CONNECTOR (SEE DETAIL 1) NOTE: CONNECTORS FOR ONLY 1 PHASE SHOWN. CABLE VAULT PLAN VIEW FIG. 1 J a 3ROUND BUS #1 CLAMP TYPE CONNECTOR DETAIL 1 5/S" COP GROUND `. ATRANSFERED TO CAD 00 Cf" OF �a=-CF#c DES. REV U—BOLT TYPE CONNECTOR :E TABLE 1 FOR APPROPRIATE CONNECTOR TO WITH EACH CABLE SIZE) DETAIL 2 CABLE GROUNDING FOR ELECTRICAL VAULTS ORIG. DATE I aGINEERING,-VANAGER RE\ 10/27/88 /i 1 10/2/ SHEET 1 OF 2 FS9 til t MON PGN-PS111 PGN-PS5 PGN-PS9 MATERIAL TABLE ITEM QUANTITY DESCRIPTION REU STOCK NO. PGN—PS3 PGN—PS5 PGN—PS9 PGN—PS10 PGN—PS11 17�� 7' 14' 7' #2 Strand Bare Cu. ground wire to the ground rods in vault. E175.24 2 14' 7' 14' 28' 21' 4/0 Bore Cu ground wire to the ground rods E175.30 8 8 12 16 16 Connector for the pealed back concentric neutral and switch ground bar. E770.04 4 r53 6 6 12 12 12 Labels Trans. pro plastic tag E762.00 2 2 4 4 4 Clamp, Ground Rod 3/4" E383.07 6 2 2 1 2 1 3 1 3 Rod, Ground CWPLD 3/4" x 12' E384.01 GROUNDING FOR 600A SWITCH COMPARTMENT REDDING ELECTRIC UTILITY ADD PGN—PS10 AND REARRANGE GROUNDING FOR 200A FUSE COMPARTEMT PADMOUNT SWITCHGEAR GROUNDING :ABLE 4AX. SHEET 1 OF 1 z w "i m i • i, a i 400 500 600 700 E S/ SOUTH-WEST[E] SOUTH-EAST / vV NUMERIC TAGS 0 1 2 3 4 5 6 7 8 9 i r -- -• r• s 1�- i i r� •. i r• K CONDUCTSIZE OR B. - OF DEVICE AT OTHER END OF O !' !' C, NUMBER OF THE NEXT TERMINATION DEVICE D. DISTANCE AND DIRECTION TO THE NEXT TERMINATION DEVICE E. CONDUCTOR • i - i B OR IDENTIFICATION F, RISER CONDUCTORS ON POLE SHALL HAVE PHASE ADDED WIRE SIZE TAG & UPDATED CAD STANDARDS SHEET 1 OF 2 7 ELECTRIC CONSTRUCTION DAR f 116 TO P/B 20OFT W 2/0 $A T-6diL 2-2/0 EPR T -600L 116 TO P/B 20OFT W 2/0 $B 116 TO P/B 20OFT W 2/0 $C TERMINATION NUMBER T— B) TERMINATION: SWITCH, RISER, J -BOX OR TXF. Fol • .r s - IDENTIFICATIONSKETCH "Alt —E, F) PHASE REVISED & UPDATED CAD STANDARDS SHEET 2 OF') ELECTRIC CONSTRUCTION STANDARD Rfl�tU Redding Electric Utility 1 !1 owe WORKING SPACE TAG WORKING SPACE TAG sEE �7 NOTES SEE NOTES UPDATED TO NEW TAG SHEET 2 *' 11 IQ I MOTMAN i0111111111111111 K 0 -a MI -Ma il ILI My Ij WIFA Lei I =1011114o I 0 0 0 1* A PC: [ C 9 99 INSTALLATION INSTRUCTIONS: 1 Clean the surface with solvent. Remove any dirt, oil, unreadable or damaged tags, or any other foreign material that would interfere with adhesion of the tag. 2. Install one tag on the exterior of the equipment door near the handle(s) and/or locking device(s). 3. A second tag shall be installed on the interior of the equipment door opposite the exterior tag. Do not install tags on any insulating barriers due to metallic material in the tags. UPDATED CAD STANDARDS ME44"MR& CUSTOMER GENERATOR IDENTIFICATION WARNING TAG nATF- ACCT 1)1RF(-.T0n - I ITH Fry r)PPPATir)Kjq I nr-vi--,-P--n---A—T— EDWRIM W Option B - Clean the surface of transformer with solvent. Remove any dirt, oil, unreadable #p: damaged tags or any other foreign ..': . .: would interfere with adhesion of ' tag. Attach tag to transformer. UPDATED CAD STANDARDS 101WM�l=� if MVIT1111 I H z I 919MA IN , DES/REV I DATE RLH/JCR 1 1/25/11 i 1 ) M111111111•' TEXT BLACK BACKGROUND CO L al 1T l .I YELLOW COLOR lT'YRl GENERATOR NO (PHOTOVOLTAIC) w, YOUR UTILITY DISCONNECT GENERATOR NUMBER HERE 4#' DISCONNECTGENERATOR MOTES 1) Nameplate loo ad at isolation disconnect. Disconnect will provide visa! open that i lockable, Nameplate and disconnect required for generators that can operate in parallel with the electric distribution system. ) Nameplate material shall be Remark, Gravoply Ultra or REU approved equal, matte surface, -ply, UV stable, 1/16"" thick. 4) Lettering shall' be Roman - 8, center -aligned, all capitals. Text linea shall be 0.3" high, shall 0.6" high: Contact RFU at 339-7200 to get your generator number= 4.5" I,T co Hazardous voltage. inside. Can shock, burn, or cause death Keep out. If open or unlocked, immediately call electric power and light company. NEW DRAWING REDDING ELECTRIC UTILITY ORANGE COLOR SHEET 1 OF 1 0® in GENERAL NOTES: 1� Connectors are ANCI 0119.1 and ANCI C119. Class A compliant. 2. Connectors in this drawing will accommodate REt1's standard secondary wire size #6, 1/0 /0, 350,` and kcmil). . Streetlight adaptors (dual -conductor sleeves) are not used to avoid disconnecting metered customers during routine streetlight repairs. (See note g). 4. Connectors are approved for all new installations and reconstruction. Re -work of existing boxes can be completed with the older style connectors (ling) if necessary. . Secondary connectors listed In this standard come as completed assemblies (multipart connector,; setscrews, and covers). Replacement covers can be ordered separately If needed. 6. Wire sizes larger than 350kcmil require double bolt connectors, . To balance load across the bus -bar, the source wire should be connected in a center position with load wires on both sides. B. To minimize warehouse and truck stock, connectors are limited to 3, 4, 6, and 8 porn configurations. Other configurations are available with engineering approval. . For street light tapped off double bolt (0 krncm) connectors. Use a secondary straight splice to convert to #6 wire: 1< h .�.M� Li DOUBLE BOLT UG CONNECTOR upbATEo UNDtRGROUND RECD STOCK CONDUCTOR VERALL LENGTH M MA NO. DESCRIPTION" RANGE (L) PART# TERMINAL SINGLE SET SCREW E762.30 SECONDARY CONNECTOR #6 THRL50kcil 5 1'/4" H ® 4 TERMINAL SINGLE SET SCREW E762.40 SECONDARY CONNECTOR #6 THRU 350kcmil 71" SRC- 6 TERMINAL SINGLE SET SCREW E762,60 SECONDARY CONNECTOR #6 THRLI 350komil 16 /4" SHC-6CS TERMINAL DOUBLE SET SCREW E76 44 SECONDARY CONNECTOR #2 THRU 506kcmil 6 3Y811 UH500-4R E762.66 6 TERMINAL DOUBLE SET SCREW SECONDARY CONNECTOR *2 THRLI 500kcmil 1 I" IJW59-6R E762.88 6 TERMINAL DOUBLE SET SCREW # ThIRIJ ili kc it 17 / '° I, H500 -8R SECONDARY CONNECTOR E771.01 SINGLE SETSCREW COVER NIA N/A 054179 E771.02 DOUBLE SET SCREW COVER N/A NIA Dpi -4596 All connectors are shipped with covers. Order covers as replacements only, on ADDEO a TERMINAL CONNE&bft UPDATED DMENSIONS, AND ADDED PART NUMBERS SHEET 2 OF 3 ... i } t UNDERGROUND k dk' �M ' 1. '�'ARY M .4 ,�;{ 500 IN M'. INSTALLATION INSTRUCTIONS t, Care shall be used when cutting covers. Covers shall be cut such that the correct wire size is shown after the cut. Getting the covers to close to the wire size step will compromise the Watertight seal. INSTALLED WIFE SIZE CUT IN THE MIDDLE F THE NEXT LOWER SIZE 4 -4 . Install covers with silicon grease at both openings and along the cable insulation. Cable shall be stripped such that a fully seated cable shows only t /" of bare wire beyond the setscrew housing. "Penciling" the ends of the insulation is recommended. 1/" GAP MAXIMUM Scrub the exposed wire with a wire brush to remove the protective aluminum oxide coating. Using the wire brush apply oxide inhibitor to the exposed conductor. The protective oxide coating of aluminum has resistive properties. Therefore, it is important to use the wire brush to remove this coating. . Setscrews shall be tightened to t Oft -lbs for #6 through #2 AVG and aft -lbs for 1/0 through 500kcmil. Proper torque Insures a good electrical connection. Over tightening can damage the conductor. B. Covers shall be fully seated on housing with negative Internal pressure. Installing covers' without negative pressure will cause the boots to "back -off", compromising the watertight seal. ReuuIn �a zra nirs�y :... 1 04/'/1 oto FIG 1 INSTALLATION OF URD LARGE CONNECTOR TERMINAL t Qgy ASSY, SSL' ( T TERMINAL ILLUSTRATED) MATERIAL ITEM DESCRIPTION 1 URF) LAR+CONNECTOR TERMINALa TABLE 1 N Sl IiP. FLAT BAR CONNECTOR, SEE DWG CS920, USE TYPE 1 ONLY SLEEVE, SEALING, ESr117 4 CABLE, INSULATED, 600V AS REQUIRED. TERMINALS PREEILLED WITH ONTAX-OXIDE INHIBITING COMPOUND. INSTALLATION N N TE FOR BUS. & Unused terminals must must be sealed. R. Lubricate the inside sealing surface of both ends of the sleeve with the fabricate supplied. C. Lubricate the cable ends and slide sealing sleeve over cable. D. Remove cable insulation to dimension "R" as Shown on TABLE 1 of GS0920, depending on flat bar: connector used. E. Tire brush the conductor with inhibitor and insert into flat bar connection. R. Press flat bar connector on cable. True baits to 25ft Ib . H. Slip the sealing sleeve firmly over the terminal l to seal the connection. 1. The maximum number of conductors allowed to be connected to a large terminal connector i limited to right (. REVISED PART NUMBERS SHEET E�ECTFIJC CONSTRUCTION STANDARD URD SPLICE FOR 600V INSULATED CABLES Rfmu 350 TO 750 KCMIL Redding Electric Utility DES/REV PATE ASST pi , n r DISTRIBUTION FIEWS D QW6. NO, B N LAHIRLI gl 1 t 04/27/16 S0815 4' FIG. 1 B COMPLETED ASSEMBLY THESE CONNECTORSSHOULD FIG. 1 A ONLY RE USED FOR AN CABLE CONNECTED INSTALLATION WHEN ONE SET OF TO TERMINAL PHASE CONDUCTORS 1S 750 KCMIL FIG 1 INSTALLATION OF URD LARGE CONNECTOR TERMINAL t Qgy ASSY, SSL' ( T TERMINAL ILLUSTRATED) MATERIAL ITEM DESCRIPTION 1 URF) LAR+CONNECTOR TERMINALa TABLE 1 N Sl IiP. FLAT BAR CONNECTOR, SEE DWG CS920, USE TYPE 1 ONLY SLEEVE, SEALING, ESr117 4 CABLE, INSULATED, 600V AS REQUIRED. TERMINALS PREEILLED WITH ONTAX-OXIDE INHIBITING COMPOUND. INSTALLATION N N TE FOR BUS. & Unused terminals must must be sealed. R. Lubricate the inside sealing surface of both ends of the sleeve with the fabricate supplied. C. Lubricate the cable ends and slide sealing sleeve over cable. D. Remove cable insulation to dimension "R" as Shown on TABLE 1 of GS0920, depending on flat bar: connector used. E. Tire brush the conductor with inhibitor and insert into flat bar connection. R. Press flat bar connector on cable. True baits to 25ft Ib . H. Slip the sealing sleeve firmly over the terminal l to seal the connection. 1. The maximum number of conductors allowed to be connected to a large terminal connector i limited to right (. REVISED PART NUMBERS SHEET E�ECTFIJC CONSTRUCTION STANDARD URD SPLICE FOR 600V INSULATED CABLES Rfmu 350 TO 750 KCMIL Redding Electric Utility DES/REV PATE ASST pi , n r DISTRIBUTION FIEWS D QW6. NO, B N LAHIRLI gl 1 t 04/27/16 S0815 URD LARGE CONNECTOR 6 V, 12 TERMINAL TABLE 1B URD LARGE CONNECTOR 600V TERMINAL, (ITEM 1) � o yy j NMI TABLE 1B URD LARGE CONNECTOR 600V TERMINAL, (ITEM 1) � 4 yy . Y • SPLICE1. THIS DRAWING PERTAINS TO CONDUCTOR RANGES OF 46AWG TO 1 OOOKCM. 2. SEE DRAWING CS0805 FOR MATERIAL (AND STOCK CODES) USED IN THE SS AND SSM ASSEMBLIES ' i1 SPLICE3. SEE DRAWINGS CS0815 AND CS0920 FOR MATERIAL (AND STOCK CODES) USED IN THE SSL i AND iir SPLICE4. STREET LIGHT CONDUCTOR RUNS (1/OAWG AND SMALLER WILL NOT TERMINATE ON A SSL 5. THIS DRAWING PERTAINS TO SINGLE PHASE SPLICES ONLY. ORDER INDIVIDUAL ITEMS FOR THREE PHASE SPLICES FROM DRAWINGS CS0805, CS0815 AND CS0920. 6. MAXIMUM NUMBER OF CONDUCTOR RUNS PER BOX IS LIMITED TO EIGHT (8) INCLUDING STREET LIGHTS. SECONDARY NUMBER OF SPLICE SPLICE CONDUCTOR RUNS BOX SIZE DIAGRAM MATERIALS LIST ASSEMBLIES PER PHASE BOX SIZE SSM -4 UP TO 3 RUNS OF 3E 3 - 3 TERMINAL SINGLE SET SCREW SS -3 46 - 1/0 STREET 2E SECONDARY CONNECTOR WITH 3 COVERS SSM -6 LIGHT CKTS ONLY 3E 3 - 6 TERMINAL DOUBLE SET SCREW SS -3 UP TO 3 RUNS 3E 3 - 3 TERMINAL SINGLE SET SCREW OF #6 - 350 SECONDARY CONNECTOR WITH 3 COVERS SS -4 4 RUNS OF 3E 3 - 4 TERMINAL SINGLE SET SCREW #6 - 350 SECONDARY CONNECTOR WITH 4 COVERS SS -6 5 OR 6 RUNS 3E 3 - 6 TERMINAL SINGLE SET SCREW OF 46 - 350 SECONDARY CONNECTOR WITH 6 COVERS SECONDARY NUMBER OF SPLICE SPLICE CONDUCTOR RUNS DIAGRAM MATERIALS LIST ASSEMBLIES PER PHASE BOX SIZE SSM -4 UP TO 4 RUNS 3E 3 - 4 TERMINAL DOUBLE SET SCREW OF #2 - 500 SECONDARY CONNECTOR WITH 4 COVERS SSM -6 5 OR 6 RUNS 3E 3 - 6 TERMINAL DOUBLE SET SCREW OF #2 - 500 SECONDARY CONNECTOR WITH 6 COVERS SEE SHEET 2 FOR SSL ASSEMBLIES. UPDATED TABLES SHEET 1 OF 2 ELECTRIC CONSTRUCTION STANDARD SECONDARY SPLICE BOX CONNECTORS Redding Electric Utility i . i L B C + _ + _....IE: ................. Q.D. .62" 1-31 2" 1/ BOLT SIZE B 3.00" MIN CONTACT - SURFACE TYPE 1 S'R2NGHT TERMINAL L B CT,+ + • - O.D. \- .6f 1-3 j 1/2" BOLT SIZE I. B 3.00" MIN CONTACT SURFACE TYPE 2 STACKING TERMINAL. TERMINAL CONNECTORS TABLE 1 TERMINAL CONNECTORS (ALUMINUM CABLE -TO -FLAT BAR) (FOR CIRCUITS 600V OR LOWER) CABLE SIZE AWG OR KCMIL APPROVED FOR PURCHASE DIMENSIONS INCHES MFG. & CAT. NO. B C ** L ** T ** O.D. BLACKBURN BURNDY HOMAC C.O.R. STOCK CODE 4 1.24 1.25 4.92 .25 .65 AL2P YCA4R-2N SA4NTN E773.45 2 1.10 .91 5.62 .25 .65 AL4P YAK2CA-2G2 SA2NTN E773.06 1/0 1.10 .91 5.62 .25 .65 AL6P YAK25A-2G2 SA1/O-NTN E773.08 2/0 .- W CL 1.60 1.25 5.43 .25 .91 ALBP YCA26R-2N SA2 0 -NTN E773.29 4/0 1.60 1.25 5.75 .30 .91 AL12P YAK28A-2G2 AL4/0-NTN E773.12 250 1.96 1.25 5.88 .25 1.12 AL16P YAK29A-2G2 SAB250-NTN E773.14 350 1.91 1.62 6.84 .38 1.12 AL1 8P YAK31A-2G2 AL350-NTN E773.18 500 2.62 1.62 6.78 .38 1.62 Al -24P YAK34A-2G2 SAL500-NTN E773.24 700/750 2.65 1.62 8.22 .62 1.621 AL44P YAK39A-2G2 AL750-NTN E773.26 1000 2.97 1.62 8.88 .62 1.84 AL60P YAK44A-2NG7 AL1000-SSNTN E773.96 350 N 1.91 1.62 6.84 .38 1.12 YAK31A-2G1 E773.20 500 2.62 1.62 6.78 .38 1.62 YAK34A-2G1 E774.93 700/750 * °- 2.65 1.62 8.22 .62 1.62 YAK39A-2G1 ASL750-NTN E774.94 1000 * 2.97 1.62 8.88 .62 1.84 YAK44A-2NG8 ASL1000-SSN E774.95 ALL CONNECTORS ARE DESIGNED TO FIT SIDE BY SIDE ON A STANDARD NEMA SPADE TERMINAL. * THESE CONNECTORS SHALL BE CAPABLE OF BEING STACKED ON ANY STRAIGHT TERMINAL OF EQUAL OR LARGER SIZE. (UP TO AND INCLUDING 1000 KCMIL). ** THESE DIMENSIONS MAY VARY SLIGHTLY AMONG THE VARIOUS SUPPLIERS NOTE. TYPE 2 CONNECTORS ARE NOT TO BE USED ON PADMOUNT TRANSFORMERS OR URD CONNECTORS SHOWN ON STANDARD DWG. CS815. MATERIAL: ALUMINUM ALLOY, TUBULAR OR CAST. A4 CHANGED DWG. NO. SHEET 1 OF 1 ELECTRIC CONSTRUCTION STANDARD CONNECTORS FOR 600V INSULATED CABLES is UnLrr DES REV DATEGINEERING GER R S DWG. NO. TGs/LAH 6/30/93 CS830 IST TRANSFORMER PADDLE 7 A NB TORQUE NUTS 480 IN-LBS B C C TYPICAL (4 OR S) SLE SHEET 2 A = 1/2" X 2-1/2- BRONZE BOLT' FOR CONNECTOR B = I/'2" BRONZE FLAT WASHER INFBRMA'fl i C = 1/2" BRONZE LOCK WASHER B 12" BRONZE NBT IST A TRANSFORMER PADDLE B A 2,N 3RD TORQUE NUT 480 IN-LB!e 8 4TH B B c UPDATED TITLE I3LOOK SHEET 1 OF 3 ELECTRIC ON TnU TION STANDARD PADMOUNT TRANSFORMER SECONDARY Rfomu CONNECTORS AND ARRANGEMENTS Redding Electric Utility DEVREVNT CTOR - DI TFIIEUTI-N I�ELA�H/RLH����AS - 0512d/ 8 I�84C ASSWRLY IICODE Inu Fd CONSTRUCTM STANDARD AD OUNTTRANSFORMER SECONDARY CONNECTORS AND ARRANGEMCNTS 4,12' 0 0 a� 1.75 ,62 FIGURE A 7.00 1.7 a 1. FIGURE NOTE 1. PADDLES SHOWN ARE STANDARD NEMA DRILLING. 2. APPLIES TO TRANSFORMER PURCHASES AFTER JAN -1-91. . FIGURE A. IS ANSI STD, 5/8" OR " STUD. FIGURE . IS ANSI STD; 1-1/4" STUD UPDATED TITLE BLOCK SHEET 3 OF 3 ELEOTRIC CONSTRUCTION $TANDAN ROU --CO-N-NECTORS AND ARRANGEMENTS Redding Electric Utility DES/HEV C1ATE i 1 T U TCi - LAST ti�UTIC}N t Esti CD IDO: NQ. AIF#J11 mIM 1 05/24116 S64i1 !HkEc 75-300 0v : 77V THREE o 208/120V mordam 4W 27 -7V 4,12' 0 0 a� 1.75 ,62 FIGURE A 7.00 1.7 a 1. FIGURE NOTE 1. PADDLES SHOWN ARE STANDARD NEMA DRILLING. 2. APPLIES TO TRANSFORMER PURCHASES AFTER JAN -1-91. . FIGURE A. IS ANSI STD, 5/8" OR " STUD. FIGURE . IS ANSI STD; 1-1/4" STUD UPDATED TITLE BLOCK SHEET 3 OF 3 ELEOTRIC CONSTRUCTION $TANDAN ROU --CO-N-NECTORS AND ARRANGEMENTS Redding Electric Utility DES/HEV C1ATE i 1 T U TCi - LAST ti�UTIC}N t Esti CD IDO: NQ. AIF#J11 mIM 1 05/24116 S64i1 GENERAL NOTES: This drawing provides installation instructions for premoulded, high voltage 200 amp loadbreak elbows. The components shall comply with the latest revision of ANSUNEMA Standard 386. Installation instructions may vary from manufacture. 9 1 I • RI folbU Redding Electric Utility 61WTAr#rq1M1r#1WAW SHIELD LOCKING • N I PROBE HOLD FORINSTALLATION WITH WRENCH PROVIDED WITW CONNECTOR INTERFERENCE FIT rV SEMICONDUCTING r r i•• • i' CONNECTOR LOADBREAK BAND E.y:01f (1[#1!1 FAULT INDICATOR • k WHEN NECESSARY PLASTICTIEr k s COVEREDWITHPVC �!TAPE JACKETED ►/lI CABLES ONLY PLASTIC SEALANT COVERED WITH PVC TAPE - SEE CS0904 ELECTRIC COASTRUCT100--STAMARD- A f1 i�:' i i WI.1401 �t off Train cable into the final assembled position allowing sufficient slack for movement of the elbow as required for mating with a bushing or insulated plug. Allow 28" (more if required) of extra cable beyond the center line of the matching plug or equipment bushing. This will provide approximately 36" of concentric neutral conductor for grounding, 2) Measure 12" from the centerline of equipment bushing (40" from cable end if 28" of extra cable is provided as specified above) and bind the concentric neutral with a TCA 4 plastic tie wrap. Trim off extra tie, cover with PVC tape then fold back the concentric wires, leaving a surplus piece of concentric neutral strand for attachment to grounding tab, twist remaining concentric wires together and fold back out of the way. 40" CONCENTRIC WIRES PLASTIC TIE OF EQUIPMENT 6*1 .211 kyj I [SKIS] 0 12" - I — A 28" I 110KC]" .1011j 04 ION 011 a 11". W0 [a] 4, IWO] [s-ITJT I all PVC TAPE --\ V � OF EQUIPMENT ,I. M 8 1 Left 112 N 41k) REFER TO MANUFACTURES INSTALLATION INSTRUCTIONS FOR REMAINING CABLE PREPARATION AND ELBOW TO CABLE INSTALLATION. REDRAWN SHEET 2 OF 2 ELECTRIC CONSTRUCTION STANDARD 8.3/14.4KV 200 AMP LOADBREAK ELBOW INSTALLATION 1111111MEW 0:1 �mmi� =W4.10mr-ruirm-A 114111�� GENERAL INFORMATION: 1. The intent of this drawing is to provide ordering information for 600 amp separable connectors. 2. The components shall comply wit the latest versions of ansi 386 standards. 3. The components are 15kv voltage class for use with 15kv urd cable, but is rated for 8.3kv phase to ground. 600 AMP RECEPTACLE ASSEMBLY ARRANGEMENT WITH PROVISION FOR 200 AMP ELBOW RECEPTACLE. CASE TO CASE CONNECTION. BASIC 'CONNECTOR INSULATED PLUG PLUG (TABLE 4) (TABLE 2) ELBOW RECEPTACLE (TABLE 1) SPADE CONNECTOR — (TABLE 7) CABLE ADAPTER — (TABLE 6) FIGURE 1 600/200 AMP REDUCING WELL WITH STUD (TABLE 9) ASSEM. CODE U PT-6CC 200 AMP ELBOW RECEPTACLE 600 AMP RECEPTACLE ASSEMBLY ARRANGEMENT WITH PROVISION FOR 200 AMP ELBOW RECEPTACLE. CABLE TO APPARATUS CONNECTION. TO APPARATUS BUSHING ELBOW RECEPTACLE (TABLE 1) SPADE CONNECTOR (TABLE 7) CABLE ADAPTER (TABLE 6) I 600/200 AMP REDUCING WELL WITHOUT STUD (TABLE 8) FIGURE 2 200 AMP ELBOW RECEPTACLE ASSEM. CODE U PT-6CA REDRAWN SHEET 1 OF 3 ELECTRIC CONSTRUCTION STANDARD Q ,U 600 AMP SEPARABLE INSULATED CONNECTORS Redding Electric Utility DES/REV DATE TAN ECTOR- DISTRIBUTION REVISED DWG. NO. TMS/LAH 03/30/92 e 7/08/15 2 CS0902 NOTE 1: THIS IS NOT REQUIRED WHEN ELBOW IS TO BE INSTALLED IN AN ABOVE GROUND LOCATIO1 STEP 2 Apply a 1"wide strip ofplastic insulating sealant over the semi -conducting layer and back against the jacket where the concentric wires come out. Overlap the ends 1/4". Press all the edges to seal. CONCENTRIC WIRES STEP 3 Bend the concentric wires back into place around the cable and bind with TCA 4 Plastic Tie, per CS0901. WON PLASTIC TIE STEP 4 Apply PVC tape over plastic tie. Apply a 2" wide strip of sealant, 1 " over the jacket and 1 " over the concentric wires. Overlap the ends 1/4". Press all the edges to seal. CONCENTRIC WIRES �2"- 3M 2228 or 2229 PLASTIC SEALANT SEALANT -J \ / TAPE AND STEP,5 PLASTIC TIE Apply Slayers ofPVC tape half -lapped over the sealant. Use moderate tension when applying the PVC tape. Apply two extra turns of PVC tape at the concentric neutral exit end for added strength, UPDATED STANDARD Rlfowu Redding Electric Utility CONCENTRIC WIRES 3M Kit # Primary Insulation O.D. Range Jacket O.D. Range Conductor Size Range 7652-5-4 0.64"-1.08" 0.97-1.48" #24/0 7655-5-4 1.05"-1.8" 1.39"-2.4" 500 - i OOOKCM Kit Contents 1. One Silicone Rubber Termination 2. Two Strips Sealing Mastic Correct Installation of Termination on Jacketed Concentric Neutral (JCN) Cable - Vinyl Tape Marker Ridge at End of Cable Insulation Shield (Semi -Con) Ridge at End of Nigh -K Tube am ---� --L- -� - , Semi -Con Insulation Shield Cable Insulation Silicone Top Stress Controlling Compound Conductor Seal Nigh -K Stress Relief Tube Q �a NEW DRAWING I*U REDDING ELECTRIC UTILITY SHEET 1 OF 4 IF! Instructions for Jacketed Concentric Neutral (JCN) Cable A. Prepare Cable 1. Check to be sure cable size fits within kit range as shown in Table 1 (cover page). 2. Train cable into position and cut to length required for installation. Allow sufficient neutral wire length for grounding connection. 3. Prepare cable using dimensions shown in (Figure 1). Be sure to allow for depth of terminal lug. NOTE: Provide additional exposed conductor distance to account for growth during crimping of ALUMXNUM lugs or connectors as follows.- Aluminum ollows. Aluminum Connector 2-350 400-650 750-1000 Growth Allowance 1/4" (6 mm) 1/2"(13 mm) 1 3/4" (19 mm) Jacket Removal Length Depth of Connector + Growth Allowance 81/2" (216 mm) 2 1/2" (64 mm) � 4. Select one of two mastic strips from kit and remove white release liners. Using light tension apply a single wrap of mastic around the cable jacket 1/4" (6 mm) from cut edge (Figure 2). Cut off excess. NEW DRAWING SHEET 2 OF 4 [*U 15kv COLD SHRINK STRESS CONE INSTALLATION DETAILS REDDING ELECTRIC DES REV I DATE I D15UNBUTION SYS NAGER REVISED DWG. ND. UIIUTY i APD 1 6/9/04 0 __ CS0910 0 A. Prepare Cable (continued) 5. Bend neutral wires back over applied sealing mastic and secure to cable jacket 4 1/2" (114 mm), below cable semi -con edge using vinyl tape (Figure 3). NOTE. Position vinyl tape with care, it also serves as a marker far positioning the termination. G. Select second mastic strip from kit and remove white release liners. Apply a second mastic band over the neutral wires and previously applied mastic (Figure 3). Cut off excess. 7. Compress neutral wires into mastic by over -wrapping seal strips with two highly stretched layers electrical grade vinyl tape (Figure 3). Be sure to cover all exposed mastic. 4 1/2" (114 mm) 114:1 (6 mm) `— Semi -Con Edge Vinyl Tape 1sT Mastic Seal Marker 2ND Mastic Seal Two Highly Stretched Layers of Vinyl Tape Neutral Wires B. Install Lug or Connector t Check to insure QT -III termination assembly fits over the selected lug. If lug (figure 4) will not fit through the termination core, clean the insulation (per Step q and slide termination on cable before installing lug. Do not remove core at this time. 2 Position connector/lug and crimp according to manufacturers directions. Remove excess oxide inhibitor and sharp crimp flashings following crimping. 0A D NEW DRAWING Crimp only power cable side Clearance Connectontug__/ SHEET 3 OF 4 KVZU 15kv COLD SHRINK STRESS CONE INSTALLATION DETAILS REDDIN_ G ELECTRIC DES REV DATE 6 IBUT0N SYS NAGER REVISED DWG. N0, U I ILIIY APD 618/04/OX CS0910 C. Clean Cable Insulation and Lug Barrel Using Standard Practice 1. Wipe the cable insulation with an approved solvent. Do not allow solvent to touch semi -con insulation shield! 2. If abrasive must be used: a. Use on insulation only. Do not use abrasive on semi—con insulation shield! b. Use only aluminum oxide abrasive; grit 120 or finer. c. Be careful not to reduce the cable insulation diameter below that allowed by the kit. D. Install Termination t Slide the termination body onto the cable and remove core. Pull while unwinding counter- clockwise starting with the loose end (Figure 5). Make sure the termination body (not the core) is buttoned up to the edge of the vinyl tape marker previously applied (Figure 5). 2 When using a short barrel lu or connector on smaller cable it maybe necessary to trim any excess termination insulator from the lug or connector. NOTE: Once the termination insulator has made contact over the mastic seal area, there is no need to continue supporting the assembly. Do not push or pull on the termination assembly while unwinding the core. Butt termination to Counter -Clockwise edge of marker tape U�� Vinyl Tape Marker NOTE: The material being removed at this step is mixed polymers and can be recycled with awaste. 0#W 3 Collect all concentric neutral wires together (Figure 6) and connect to system ground according to standard practice. 7ra 11 I 1 1 I 1 i I, 1 Concentric Neutral Wires Connect to Ground NEW DRAWING SHEET 4 OF 4 I<V%U 15kv COLD SHRINK STRESS CONE INSTALLATION DETAILS REDDING ELECTRIC DES REV DATE77 D IBUTION SYSTE ANAGER REVISED DWG. NO. UTILITY APD 6/9/04 /lll,. z"1 1 CS0910 1-3/4" B 3.00" MIN CONTACT I - T tSURFACE7LJ- - - i 1 1 1 1 1 TYPE 1 STRAIGHT TERMINAL I O.D. O.D. 1-3I4" 1/2" BOLT SIZE I B I TYPE 2 STACKING TERMINAL TABLE 1 TERMINAL CONNECTORS (ALUMINUM CABLE -TO -FLAT BAR) (FOR CIRCUITS 600V OR LOWER) CABLE APPROVED FOR PURCHASE SIZE AWG OR KCMIL DIMENSIONS (INCHES} B C** L** T** O.D. BLACKBURN MFG. & CAT. NO. BURNDY HOMAC C.O.R. STOCK CODE 4 1.24 1.25 4.92 .25 .651 AL2P YCA4R-2N SA4NTN E773.45 2 1.10 .91 5.62 .25 .651 AL4P YAK2CA-2G2 SA2NTN E773.06 1/0 1.10 .91 5.62 .25 .65 AL6P YAK25A-2G2 SA1/0-NTN E773.08 2/0 1.60 1.25 5.43 .25 .91 AL8P YCA26R-2N SA2/0-NTN E773.29 4/0 W CL 5. 1.60 1.25 5.75 .30 .91 AL12P YAK28A-2G2 AL4/0-NTN E773.12 250 1.96 1.25 5.88 .25 1.12 AL1 6P YAK29A-2G2 SAB250-NTN E773.14 350 1.91 1.62 6.84 .38 1.12 AL1 8P YAK31A-2G2 AL350-NTN E773.18 500 2.62 1.62 6.78 .38 1.62 AL24P YAK34A-2G2 SAL500-NTN E773.24 700/750 2.65 1.62 8.22 .62 1.62 AL44P YAK39A-2G2 AL750-NTN E773.26 1000 2.97 1.62 8.88 .62 1.84 AL60P YAK44A-2NG7 Al_1000-SSNT E773.96 350 cv W * a. >. 1.91 1.62 6.84 .38 1.12 YAK31A-2G1 E773.20 500 2.62 1.62 6.78 .38 1.62 YAK34A-2G1 E774.93 700!750 2.65 1.62 8.22 .62 1.62 YAK39A-2G1 I ASL750-NTN E774.94 1000 * 1- 2.97 1.62 8.88 .62 1.84 YAK44A-2NG8 ASL1000-SSN I E774.95 ALL CONNECTORS ARE DESIGNED TO FIT SIDE BY SIDE ON A STANDARD NEMA SPADE TERMINAL. * THESE CONNECTORS SHALL BE CAPABLE OF BEING STACKED ON ANY STRAIGHT TERMINAL OF EQUAL OR LARGER SIZE. (UP TO AND INCLUDING 1000 KCMIL). * * THESE DIMENSIONS MAY VARY SLIGHTLY AMONG THE VARIOUS SUPPLIERS NOTE: TYPE 2 CONNECTORS ARE NOT TO BE USED ON PADMOUNT TRANSFORMERS OR URD CONNECTORS SHOWN ON STANDARD DWG. CS815. MATERIAL: ALUMINUM ALLOY, TUBULAR OR CAST. FINISH: TINNED. Redding Electric Utility P/W CONSTRUCTION STANDARD SHEET 1 OF 1 ELECTRIC CONSTRUCTION STANDARD CONNECTORS FOR 600V INSULATED CABLES TGS/RLH 1 06/30/93 \o^ 07/18/11 /14\ GS920 PAGE 520.80 SAND REQUIREMENTS FOR BACKFILL IN ELECTRIC UTILITY TRENCHING The following is Redding Electric Utility's standard for sand used in electric utility trenching. 1. All electric conduits shall have a minimum of 4" sand bedding after compaction to 95%. 2. All electric conduits shall have a minimum of 6" sand covering or shading after compaction to 95%. Sand bedding and covering for electric conduits shall consist of natural sand, manufactured sand, or a combination of both, and shall conform to the physical properties listed below. PROPERTY TEST METHOD SPECIFICATION REQUIREMENT Organic Impurities ASTM C-40 Supernatant shall not be darker than Plate 3 when compared to standard Gardinar Color Series Sand Equivalent ASTM D-2419 Equal to or greater than 20 Compaction ASTM D-1557 Relative compaction of 95% or greater Characteristics Gradation ASTM C-136 & Percent Passing Sieve Size ASTM C-117 (By Weight) No. 4 (4.75mm) 100 No. 8 (2.36mm) 90-100 No. 16 (1.18mm) 80-100 No. 30 (600um) 65-100 No.50 (300um) 40-70 No.100 (150um) 0-30 Optimum water content shall provide 95% compaction or greater prior to placement into a trench. Oct. 2011 Updates SHEET 1 OF 1 SAND REQUIREMENTS FOR BACKFILL IN R1 iU ELECTRIC UTILITY TRENCHING Redding Electric Utility DES/REV DATE ASSISTANT DIRECTOR - DISTRIBUTION REVISED DWG. NO, RO/CMH 10/23/07 .�� _ 10/05/11 2 CS1008 104 MAIM -a Z 1011114:9 1 This standard covers underground distribution conduits without concrete encasement. In some cases exposure to "Dig -ins" and other hazards will require concrete encasement of conduit. 2) When conduit is installed by the Developer / Customer (including service conduits) the following conduit and fittings are acceptable alternatives meeting the NEMA Std. for direct burial or concrete encasement. 3) a) TC2: PVC Schedule 40 OR Schedule 80 UL approved 900C conduit and so marked. b) TC6/TC8.- PVC Type DB -1 20 approved 90'C conduit and so marked. c) TC3: PVC Schedule 40 UL approved fittings and accessories. is Hot -dip Galvanized Rigid Steel Conduit conforming to ANSI C80.1 - 2015 1 Because these conduits have different inside diameters, the percent fill for the same cable will vary with conduit type. 2) It is the conduit installers responsibility to provide the proper fitting to make acceptable transitions from conduits being installed to any other conduit to which they are to be joined. NOTE: This transition may involve changes in both conduit type and size. If equal diameters conduits of different wall thickness are to be joined, the inside edge of the spigot end must be chamfered. 0 1 M 4" and 6" conduits are to be used for Primary Distribution circuits. 5" conduit is limited I& large commercial services with RELI prior approval. 4" conduit is to be used for Secondary and Services. 3" conduit is limited to single phase residential services with service equipment or bus capacity of 201 to 400 amps only. The use of 2" conduit is limited to Street Light circuits and Services. 5) The following method shall be used in vulnerable locations or where unprotected PVC conduit is not permitted: �.: M -3 M_ VOTM M T! +'.1 7) All conduits shall be proven free and clear of dirt, rocks, etc., by means of mandrel, wire brush, etc. A 12501b. polyester MULTAPES, or equivalent pull line shall be installed in all 4" conduit runs less than 600' in length. All 6" conduit and 4" conduit runs greater than 600' shall have minimum 25001b. MULETAPES, or equivalent installed. UPDATED SHEET 1 OF 7 UNDERGROUND CONDUIT WITHOUT CONCRETE ENCASEMENT 0111PENA is PAGE L521.0. GROUT END BELL INSTALLATION IN FIELD KNOCKOUT END BELL PREFABRICATED I 'y"61 a I I I 11, 1 21 1019inOW0014 -4 01=1 IVAICIRMIM11i COVER REQUIREMENTS. .... P - PRIMARY, 36" MIN. S - SECONDARY, 24" MIN. K L - STREET LIGHT, 24" MIN. M r 3" MIN 3" MIN �IN AS REQ'D INSTALLATION NOTES: (a) Field conditions may require a minimum depth greater than shown. (b) Substation feeders and other primary circuits require special consideration and generally require additional separation and backfill. Contact Electric Utility Engineering. (c) Sharp turns, bends, and other irregularities in the conduit shall be avoided. (d) Before tamping in area of plastic conduit, apply at least six inches of backfill over top of sand shading to avoid breakage of conduits. Final backfill may then be placed and compacted to finish grade. (e) Refer to State of California, Department of Industrial Relations "Trench Construction Safety Orders" for trench construction requirements. These orders are issued by the Department of Occupational Safety and Health. (f) The use of a joint trench containing power conduits, telephone conduits, gas, etc., is usually less costly than use of a separate trench for each. Gas company, Cable TV, and telephone company representatives should be consulted to determine if a joint trench is feasible prior to making final layout of the conduit system. The installation of a street light system should be considered at the same time as the power and telephone, since installation at a later date would be much more costly. For joint trench, refer to page 620.00 and do not use this standard. ,om I�Ir:4 I&RI•11 -12=1k a 0 WAUWI§Ke- (1 [i PAGE RIGID STEEL CONDUIT AND FITTINGS 521.02 LENGTH = 10 FT. TABLE 1. RIGID STEEL CONDUIT O.D. — CONDUIT DIMENSIONS (IN.) WEIGHT C.O.R. SIZE (IN.) O.D. 1. D. I T (LBS.) STOCK CODE T 2 2.375 2.083 0.146 33 4 4,500 4.050 0.225 98 5 5.563 5.073 0.245 134 6 6.625 6.093 0.266 177 I.D. STANDARD 9 Weight for one 1 Oft.length including one standard COUPLING coupling furnished with each length. TABLE 2. STANDARD STEEL COUPLING L CONDUIT DIM.(IN.) C.O.R. SIZE (IN.) P I L STOCK CODE 2 2.73 2.18 P 4 5.00 3.50 5 6.29 3.75 6 7.39 NOTES: A) Rigid steel conduit shall be saw -cut only. Welding or flame -cuffing shall not be permitted. B) Inside edges of saw cuts shall be reamed to remove all sharp edges and burrs. C) Repairs made to damaged galvanizing due to conduit bending shall be made in accordance with ASTM A780 - Practice for Repair of Damage and Uncoated Areas of Hot -Dip Galvanized Coatings. UPDATE NOTES SHEET 3 OF 7 RVIIJ 19: 04111 001 NO reN.A.11:4 Vj 01:4 0 1 OEM A Bot.W1 ends thre-M-1-0 NOTES: A) Rigid steel conduit shall be saw -cut only. Welding or flame -cuffing shall not be permitted. B) Inside edges of saw cuts shall be reamed to remove all sharp edges and burrs. C) Repairs made to damaged galvanizing due to conduit bending shall be made in accordance with ASTM A780 - Practice for Repair of Damage and Uncoated Areas of Hot -Dip Galvanized Coatings. UPDATE NOTES SHEET 3 OF 7 RVIIJ 19: 04111 001 NO reN.A.11:4 Vj 01:4 0 1 LENGTH = 20 FT. L � T I.D. COUPLING # • i 50 mczzzz L_ E_ D < I - ADAPTER k- WY0101-m-1 TABLE PVC CONDUIT APPROVED FOR PURCHASE ♦ 14MISCAQ,s` `i :i • • • • i i i001 i r r r A r • i iSTOCK # i • •r *� I'M] TABLE COUPLINGS • i •.a .:•i : • i. • •'. STANDARD COUPLING 11 50 ANGLE COUPLING •C.O.R.• STOCK•r i • •r TABLE • REDUCER a For dimensions of i. •us conduit types,to the data orNEC-Chapters. Table UPDATED TABLES & STANDARD COUPLIN* # " ' •! * 1 ::0 i t WIM 1{.11119[Ii■��*11IMo PLASTIC CONDUIT AND FITTINGS (Cont'd) HOLE FOR ATTACHING PULLING LINE LID. RIGID CAP TEMPORARY POLY PLUG L G R goo 900 ( rG Ono Mj=r'jn 900 BEND BELLED END OR STANDARD COUPLING L 22*50 R G L __[ • Rigid Cap for semi-permanent use. Temporary Cap will fit conduit, coupling, or bell end. RIGID CAP TEMP. POLY C.O.R. PLUG C.O.R. STOCK CODE STOCK CODE Rigid Cap for semi-permanent use. Temporary Cap will fit conduit, coupling, or bell end. Mof" #Irk UNDERGROUND CONDUIT WITHOUT CONCRETE ENCASEMENT F11M ff� �s 11111IM1111111 NMI Mof" #Irk UNDERGROUND CONDUIT WITHOUT CONCRETE ENCASEMENT F11M ff� �s ORZITCLA Lil-w-u-1,1LO.&Uo gol it 1 0 0 Plastic conduit shall be sawcut with a fine-toothed blade resulting in square cut ends. All burr. - shall be removed and inside edges of sawcut ends shall be chamfered. 2) Apply a thin, uniform coating of cement to the outside spigot end of the conduit to the depth setting mark. Avoid excess use of cement to prevent the formation of a bead of cement on the interior shoulder of the joint since, when hardened, the bead can cause cable damage during installation. Immediately after applying the coat of cement to the conduit, insert the conduit into the fitting socket until it bottoms at the fitting shoulder. Turn the conduit 1/4 turn during insertion to distribute the cement evenly. Hold the conduit in place for about one minute to prevent backing out. Wipe excess cement away from the outside of the joint. Weather conditions may vary the time of curing. When using adhesive in confined areas, adequate ventilation must be provided. 3) Backfill containing large rock, paving material, cinders, large or sharp angular substance or corrosive material shall not be placed in excavation where such material may damage conduit, prevent adequate compaction, or contribute to corrosion of the conduit. I M611 CARLON VC9962 M UTMIN 101 CANTEX 7210603 MMNA I lati iORNPR1 0 0 11-IMm"L I K"I IZ M.- I * 9:8 A 0 W-1,1601:43 v. a ara1c t a e 11v14 1111F.11-114 4 (Using •i Bend t C• i i 1 ■ i 1 I! VIII 1 ■,�' • y 1� 4 mar • Length of i i Table 14, for 450 angle, �1I• •CouplingsRequired • Fi of i i Lengths Required = 8 m w a ■ + 'r F- ANGLE OF BEND 1E1 � i COUPLINGS AND NUMBER r • .•I i VIII 1 ■,�' PAGE 523.00 SPECIAL FINISH COVER SIDEWALK--- LIFTING EYE 2" SEE DETAIL"A" 5" '5/W 4 BOX AND COVER 4" E: 3/8" RND GALV, STEEL FIGURE A DETAIL A INSTALLATION OF BOXES 1N SPECIAL FINISH SIDEWALKS LIFTING EYE TIMBER SIDEWALK SURFACE ........... SUSPEND BODY DURING POURING TO MAKE FLUSH WITH SIDEWALK FIGURE B INSTALLATION OF BOXES INSIDE" INSTALLATION OF BOXES IN SPECIAL FINISH SIDEWALKS: Frequently special surface sidewalks (brick, tile, terrazzo, etc.) are installed. For boxes 3'x5' and smaller the box and standard cover shall be installed 2" below final grade and the customer shall furnish and install the special finish cover as illustrated in Figure A. The requirements for this cover are as follows: 1. No single section cover shall exceed 125lbs. 2. Provisions for removal shall be provided as shown in Detail A. S. The special finish cover shall be identified by the letter "E" to indicate the location of the splice box. 4, This type of installation should be avoided in full traffic locations. E. CAUTION: Cover design allows for maximum of 1/2" deflection under 80001b. wheel load. REDRAWN ELECTRIC GONSTRUCMN STANDARD SHEET I OF I SECONDARY SPLICE BOX a -m INSTALLATION IN SIDEWALK Redding Electric Utility ASSISTANT DIRECTOR - DISTRIBUTI( DWG, NO, A RO/RLH 08/25/97 1 7Z - 'I,-- !;�'= 1 03/21/12 & CS1107 W# 1 Conduits must enter secondary box at one end to allow for maximum cable training room. 2. Final connector position must insure that connector will not touch concrete, or abrasion damage will cause premature failure. 3. Minimum conductor bending radius is 5 times conductor diameter for 500 KCMIL and larger, or 4 times the conductor diameter on 350 KCMIL and smaller cable. 4. See drawing CS1 112 for additional information on conduit placement. 5. When present, street light grounding conductor to utilize dedicated "small" secondary connector. SEE CS1 011 USE BE WITHIN 12" MAX. FROM END OF 22-1/2' x 36" RADIUS SUBSTRUCTURE BENDS OR NATURAL PLAN VIEW BEND OF CONDUIT SIDEWALK TYPICAL ADDED ITEM 5 TO NOTES AND DIAGRAM SAEET 1 OF 1 ELECTRIC CONSTRUCTION STANDARD IR! Ul SECONDARY SPLICE BOX LAYOUTS Redding Electric Uti ity soff 17"Teynn X cA Y O G- J � Y PLAN VIEW �.. B SECTION X -X UM BOLT DOWN FEATURE 1/2" NUT SEE DETAIL "A" IIN. PULL BOX BODY (17" X 30" BOX SHOWN) F .qt=r.TInry v_v PAGE 524.00 USB -2E USB -3E USB -4E IIN. BOX DIMENSIONS (INCHES) SIZE A B C D E F G H I J 2E 331/4 363/4 131/4 63/4 303/4 173/4 11/2 201/4 233/4 45/8 3E 391/8 42 1/8 15 9/16 93/4 357/8 241/4 51/8 271/2 301/2 83/4 4E 1 51 1/8 54 1/8 215/16 12 9/16 477/8 303/8 51/8 35 5/8 36 5/8 3/4 ALL I PENTAHEAD BOLT 1/2"x RS REQD - SS _i2/9 NOTES: 1. All lids and covers shall be furnished with hold-down bolts. 2. Non -concrete boxes and lids shall not be placed in any area subject to vehicular traffic. 3. d2E and 3E lids and cover shall be imprinted with "R.E.U.". 4E lids and covers shall imprinted with "R.E.U. HIGH VOLTAGE". 4. Non -concrete boxes shall be from suppliers who's boxes meet the dimension and requirements of Note 5. Prior to acceptance of a box, REU must have received an independent consultants report by a licensed state of California civil or structural engineer showing the box and lid design meets the required specifications and standards. The report shall bare the stamp of the registered engineer. 5. Boxes and lids shall meet or exceed the requirements of the latest issue of the Western Underground Committee Guide 3.6/02/0588. Strength requirements based on 10,400lbs. (8,000lbs. plus 30% for impact) per wheel, 10"x10" wheel load area. 6. Knockouts are not required for REU boxes. REVISED DIMENSIONS SHEET 1 OF 3 R /77, ,X ��u Redding Electric Utility ROA CO1%CRETE ELECTRIC PULL BOXES DES/REV DATE I ASS RO/JCR 05/11/92 REVISED DWG. NO, 10/12/15/4\ CS1109 HOLE FOR 1/2" BOLT WITH RECESS FOR HEAD, SEE DETAIL A P T . 91 R I 4" t K L ►1 TABLE 3: FLOATING NUT FOR 1/2" BOLT (REPLACEABLE) DETAIL A COVER BOLT -DOWN DETAIL COVER PAGE 524.01 USB - 2E USB - 3E USB - 4E BOX SIZE CAT. NO. BOX DIMENSIONS (INCHES) 2E 3E 4E QUAZITE CORP. LID WEIGHT CHART K L M N P Q R S T 2E 30 1/2 30 1/4 17 1/2 17 114 13 114 63/4 13/8 2 8 90lbs. 3E 355/8 351/8 24 23 1/8 15 9/16 93/4 5 3 11 140lbs. 4E 47 5/8 47 1/8 301/8 295/8 215/16 129/16 5 3 15 140lbs. all MANUFACURER CAT. NO. BOX LID 2E 3E 4E QUAZITE CORP. PG1730CA00 X X PG1730BA18 X X PG2436CA00 X X PG2436BA18 X X PG3048CS00 X X PG3048BA18 X X CHRISTY CONCRETE (OLDCASTLE) FL 36BOX12 X X FL 36BOX18 X X FL 36T X X CDR SYSTEMS Al2-1730-18 X X X Al2-2436-18 X X X Redding Electric Utility REVISED TABLE SHEET 2OF3 NON CONCRETE ELECTRIC PULL BOXES 2E, 3E & 4E DES/REV DATE A TANT D CTOR - DISTRIBUTION REVISED DWG. NO RO/RLH 1 05/11/92 _ 1 07/09/15 !dCS1109 Y -..*i PLAN VIEW i B jogroirCquK" TABLE 2: X AEXTENSION PAGE 524.02 USB - 2E USB - 3E USB - 4E 3/4" 1" DETAIL B TYPICAL MOUNTING DETAIL ALL KNOCKOUTS ARE OPTIONAL SEE NOTE 6, SHT 1F SEE DETAIL B H I I 8" EXTENSION BOX DIMENSIONS (INCHES) SIZE A B E F H I J 2E 353/4 371/4 361/2 231/2 223/4 241/4 41/2 3E 411/8 425/8 417/8 301/4 291/2 31 85/8 4E 1 531/8 545/8 537/8 363/8 355/8 371/8 8 5/8 REDRAWN SHEET 3 OF 3 ELECTRIC CONSTRUCTION STANDARD NON CONCRETE ELECTRIC PULL BOXES mrw�.., 2E, 3E & 4E Redding Electric Utility DES/REV DATE ASSISTANT DIRECTOR - DISTRIBUTION REVISED DWG. NO RO/RLH 1 05/11/92 1 06/05/12 3 CS1109 0A LID BOX Klr)TPc- H CYTCAIQ1^K1 2E BOX -1 REQUIRED 3E BOX -1 REQUIRED 4E BOX -1 REQUIRED PAGE 525.00 USB -2E USB -3E USB -4E APPROVED CONCRETE BOX/LID SUPPLIERS MANUFACTURER CAT. NO. BOX LID 2E 3E 4E COOK CONCRETE #2.0 BOX X X X C D E COOK CONCRETE #3.0 BOX X X 2E X 30 COOK CONCRETE #4.0 BOX X X 2 17.5 X CHRISTY CONCRETE N40 BOX X 32.5 24 36 14 10 40 28.5 X 3 CHRISTY CONCRETE N40T 30 X 27 X 46 14 10 52 34 1. Lids shall be one-piece and be furnished with hold-down bolts. 2. 2E and 3E lids shall be imprinted with "REU". 4E lids shall be imprinted with "REU HIGH VOLTAGE" 3. Boxes and lids shall be concrete and be constructed to the approximate dimensions listed below. 4. Pull boxes in locations subject to vehicular traffic shall be traffic rated per sheet 2. BOX _T DIMENSIONS (IN INCHES) NO. T13 C D E F G H J K L M N O 2E 17 30 17 30 -- -- 12 12 34.75 21.75 30.5 -- 2 17.5 24 36 21 32.5 24 36 14 10 40 28.5 35 -- 3 24 �3E 4E 30 48 27 46 28 46 14 10 52 34 24 -- 3 30 REVISED TABLE SHEET 1 OF 2 R,0�,,,,U CONCRETE ELECTRIC PULL BOXES 2E, 3E5 4E vlo� Redding Electric Utility DES/REV DATE ASSISTANT DIRECTOR - DISTRIBUTION I REVISED DWG. NO RO/CMH 1 10/01/86 1 1 07/01/1571(k CS1110 RECESS FOR 1/2°" DIA, PAGE PENTAHEAD BOLT 525-01 h Vaa 40" USB -2E USB -3E 1 9 `/"# USB 4 112" x " PICK HOLE SLOT 31 1t2"° THICK DIAMOND PATTERN STEEL PLATE 43"" 1" HIGH WELDED LETTERING PRIOR TO GALVANIZING 36 1/4" 24 1/4" 12„ 25" 37" HIST -DIPPED GALVANIZED STEEL CAP MITERED AND WELDED 2 314" 1/2" DIA, HEAVY HEX NUT TACIT WELED BELOW CONCRETE COLLAR @ PERIMITER OF RC W/245 CONTINUOUS TIES W124" MIN LAP ," AC PAVING OR CONCRETE MIN N AS OCCURING t67 o. I/A19 nII�IIIlN= all Ill CII�III:II€€� �' � LII.-IIL-III MOISTURE CONDITION AND MECHANICALLY COMPACT NATIVE SOILS AND TRENCH' BACKFILL PRIOR TO INSTALLING B. (COMPACTION INSPECTION BY REU IS REO'D) NOTES: 1. Provide CHRI STS' B2436 box, 2436- 2JH cover, and B2436x12 extension manufactured by Oldcastle Enclosures unless pricer written approval has been obtained from the engineering' division of REFI. 2. Where box extensions are used, concrete shall extend to the the full depth of the excavation. . Builder shall obtain inspection by REJU prior to placing concrete. 4. Lids shall be hot -dipped galvanized or have an epoxy -coated non-skid sand finish. 5. Concrete for cellar shall comply with greenbook class 560-B-3260. 6. Reinforcing steel for collar shall comply with ASTM A615 GR 40 or 66, NEW DRAWJNG SHEET 2 OF 2 ELECTRIC CONSTRUCTION STANDARD CONCRETE ELECTRIC PULL BOXES 2E, 3E, 4E 1 s, TRAFFIC RATED Redding Electric Uti4ty DES/REV oA1E AsswsT�NTo6nE�Toa r�ISTR�suiioN REVIZED r�wo Hca. CMH/ 11105/11 1, � 1 CS1110 ALTERNATE LATERAL LOCATION 1. FOR CONDUIT SIZE SEE PLANS & SPEC'S OR ATTACHED LETTER 2. THERE SHALL BEA MAXIMUM OF FOUR (4) CONDUITS IN A BOX. PARCEL "A" SERVICE CONDUIT CONDUIT TERMINATION AREA SHALL BEWITHIN 12^MAX. FROM END OF SUBSTRUCTURE SIDEWALK � | | / | PARCEL "B" UTILITY TRENCH ELECTRIC SECONDARY CONDUITS DETAIL "A" 1.) All conduits shall be grouped within 12" of the street side of the secondary box. (See Detail "A") 2] Service conduit stubs shall bminstalled bvthe developer and shall extend at least (3) three feet into parcel being served. The end of the service conduit stub must clear all equipment pads by at least (2) two feet. The builder shall complete the service conduit run from the conduit stub hmthe service panel. 3,\ Prior 10the date oYthis cono1rucUmn standard, service conduits mmnm notstubbed 0u parcels therefore stubs may not always be present on all existing parcels. Where stubs are not present the builder shall complete the service conduit run from a secondary box to the service panel. 4.) For conduit sizes see plans, specification or other applicable construction standards. 5.) All conduits shall be extended a minimum of 3" and a maximum of 5" above the bottom of the box. 6.) Service conduits installed bxthe owner/builder shall rise |nthe secondary box immediately adjacent ho secondary conduits aashown. 7.) Conduit sweeps shall not be cut or otherwise modified. NEW PLACEMENT SHEET I OF I ELECTRIC CONSTRUCTION STANDARD CONDUIT PLACEMENT - SECONDARY BOX 2E, 3E OR 4E BOX AT PROPERTY LINE Rk/o,--U Redding Electric Utility DES/REV DATE ASSISTANT DIRECTOR- DISTRIBUTION I REVISED A[DWOAQ. SERVICE USE 22.50 X 36" RADIUS BENDS OR LONGITUDINAL BENDING OF CONDUIT AS SHOWN PER P/W CONSTRUCTION STANDARD UTILITY TRENCH ELECTRIC SECONDARY CONDUITS DETAIL "A" 1.) All conduits shall be grouped within 12" of the street side of the secondary box. (See Detail "A") 2] Service conduit stubs shall bminstalled bvthe developer and shall extend at least (3) three feet into parcel being served. The end of the service conduit stub must clear all equipment pads by at least (2) two feet. The builder shall complete the service conduit run from the conduit stub hmthe service panel. 3,\ Prior 10the date oYthis cono1rucUmn standard, service conduits mmnm notstubbed 0u parcels therefore stubs may not always be present on all existing parcels. Where stubs are not present the builder shall complete the service conduit run from a secondary box to the service panel. 4.) For conduit sizes see plans, specification or other applicable construction standards. 5.) All conduits shall be extended a minimum of 3" and a maximum of 5" above the bottom of the box. 6.) Service conduits installed bxthe owner/builder shall rise |nthe secondary box immediately adjacent ho secondary conduits aashown. 7.) Conduit sweeps shall not be cut or otherwise modified. NEW PLACEMENT SHEET I OF I ELECTRIC CONSTRUCTION STANDARD CONDUIT PLACEMENT - SECONDARY BOX 2E, 3E OR 4E BOX AT PROPERTY LINE Rk/o,--U Redding Electric Utility DES/REV DATE ASSISTANT DIRECTOR- DISTRIBUTION I REVISED A[DWOAQ. JVIVII 1 VMI ALL UfIVIVLL YV @ 15' HEAD, 1/3 H.P. 120 VOLT, WITH BUILT IN LEVEL SWITCH. HYDROMATIC SP-33AB. REDRAWN R /0"o U V Redding Electric Utility DES/REV /RLH PAGE 527.00 KNOCK -OUT 1TTER & DAYLIGHT. AMP 1 P CIRCUIT BREAKERS DUPLEX GROUNDING TYPE PTACLE. SEE SPECIAL DITIONS OF SPECIFICATION MORE INFORMATION. CHECK VALVE HYDROMATIC t#HCV-125 NON -SLAM. LIGHT FIXTURE FOR VAULT. :HEDULE 40 1 PUMP MPACTED 1/2" TO 3/4" i RUN GRAVEL BEDDING. NCRETE T&G TILE, 30" LONG SLAB IN BOTTOM AND GALV. UMA i INU COVER WITH CENTER HOLE FOR POWER CONNECTION AND DISCHARGE PIPING. SHEET 1 OF 1 SUMP PUMP DETAILS DATE ASSISTANT DIRECTOR - DI TRIBUTION REVISED JNL DWG. NO. %. 02/05/12 3 CS1113 5/8" X 1" HOLE PAGE j� CENTERED 530.00 2" rrrrrr rrr 13/16" 3-1/2" 2" ±1/16" 3., 5/8" HIGH VOLTAGE 3" R.E.U. MFG. WELDS 6" DETAIL "A" DETAIL "C" BOLT DOWN BRACKET - BOX IDENTIFICATION PLATE 2-1/2" 3" 6" 9/16" DIA. , 1 MOUNTING1 1/4" 2-1/2" 1�� 3-1/2" HOLES FOR LD. PLATE SEE DETAIL "C" 314" BOLT 1" R WELD NUT Z 12 GAUGE METAL TO FRAME GROUT - 100 EXTENSIONP9 DETAIL "D" ""SEE DETAIL "D" ADJUSTMENT BOLT SUPPORT BRACKET DETAIL "B" THIS PAGE 1-1/4" GRADE ADJUSTING FEATURE COVER I 1 I 1 1/2" EXPANSION MATERIAL + 1-3/4" SIDEWALK HEIGHT ADJUSTMENT BOLT WELDS 211 WELD NUT TO COVER 9/16" FRAME AND BRACKET CHANNEL BAR GROUT - 5/8" HOLE SELF LOCKING SEE DETAIL "A" WASHER EXTENSION FOR BOLT 1 -1/2"x1 -1/2"x314" DOWN BRACKET SQUARE NUT 1/2" PENTHEAD BOLT \ SEE DETAIL "D" (COIL THREAD) DETAIL "B" - ALTERNATE THIS PAGE DETAIL "E" GRADE ADJUSTING FEATURE BOLT DOWN FEATURE - COVER REDRAWN SHEET 1 OF 1 ELECTRIC CONSTRUCTION STANDARD TYPICAL ELECTRIC SPLICE BOX R U AND VAULT DETAILS Redding Electric Utility DES/REV DATE ASSISTA IRECTOR DISTRIBUTION REVISED DWG. NO. RO/CMH 09/14/92 w� 05/22/12 CS1114 q 4 4" 4" 5/8" GROUND ROD LOCATION 0— (2 REQUIRED) A 4 '4 L CONTINUOUS WELDMENT BOTH SIDES 03 0 C\1 (0 4 900, 2"R 4 4 4 4 GROUND ROD DETAIL :a: d W90•II REDRAWN 4" MOUNTING DETAIL M:7 -1w 11 q 3, x 5' SPLICE BOX & 4'x 6'-6", 4'x 8'& 6'x 12' ELECTRICAL VAULT PLAN VIEW CONTINUOUS WELDMENT BOTH SIDES, /-- REBAR FRONT VIEW TAI REBAR ATTACHMENT DE I NOTE: Both ground rods shall be welded to one continuous run of bare or zinc galvanized or other electrically conductive coated steel reinforcing bars or rods of not less than twenty (20) feet in length and 1/2" (12.7mm) in diameter which is encased by at least 2" (50.8) of concrete. This continuous run may be part of the reinforcing cage within the floor area only. SHEET I OF I PRIMARY SPLICE BOX AND R U ELECTRIC VAULT GROUNDING DETAILS DATE TE ASSISTANT DIRECTOR - DISTRIRU- Redding Electric Utility D_rI70N=REVISED DWG. NO. RO/RLH 08/01/89 1 05/09/12 ZUX CS1115 SB DETAIL "A" LIFTING EYE I T PAGE S 12" DIA. SUMP APPLY MASTIC, 24PLACES 4" DEE PLASTIC OR ASPHAL IT 6" SEAL PER ASTM C877 4" CONDUIT n ��~-� u TERk4|N CAST |NVAULT PULL IRONS T END |N8PLACES AS ---- INDICATED BYT' (NOT FOR LIFTING) LIFTING EYE LOCATION IV TOP DETAIL "A" ----- SEE DWG. CS11|7&C811128 TONGUE & GROOVE FOR FRAME &COVER SB DETAIL "A" LIFTING EYE 4" KNOCKOUTS ox— LIFTING EYE f �0 24PLACES 6 3Xq r 4" CONDUIT n ��~-� u TERk4|N CAST |NVAULT SB DETAIL "A" NOTES: 1.The splice box shall be precast with dimensions asshown. Design strength shall meet orexceed the latest edition of ASTM 0D57designation A-16for (AoASHTODESIGNATION HS2O~14) based on18.00O|baper wheel, 1O"x2O"wheel load area and increased 30% for an impact factor. Proof of specification compliance shall be the responsibility of the contractor and/or vendor. 2. Two 5/8''ground rods shall boprovided inthe splice box per REUDrawing CS1115. 3. The excavation shall o||nw for the ovom|| assembled height of the splice box plus added height of rioem, manhole casting, hamen, covem, and bedding matehu|o. A minimum doumnoo of 6" around the side walls of the splice box is required for ease of installation. It shall be the contractors responsibility to verify excavation requirement with the vendor supplying the vault for each specific location. 4. The bedding materials shall consist of 3" to 6" of mechanically compacted Caltrans 3/4" Class 2 aggregate per City of Redding Construction Standard Page 1OO.00. 5. The precast splice box shall boassembled by lowering each aoodon into the excavation. The base section is lowered first, set level, firmly positioned and mastic sealant installed before placing intermediate and top sections, Care shall be taken to insure that the seal surfaces are clean and that the gasket material is properly placed. 8. Backfill shall consist uf3/4"Caltrans Class 2aggregate. Backfilling shall not commence until splice box iscompletely assembled. Backfilling shall be installed in 12" maximum lifts and mechanically compacted to 90% relative compaction. Alternatively, slurry backfill per Page 611.00 may be used with no compaction required. 7. All grouting of risers, covers, conduits or specified sections of splice boxes shall be the responsibility of the customer and/or contractor, 8. See REU Drawing CS1 114 for splice box construction and installation details, 8. Pull irons shall bedesigned for 2O'0UOlbs. Ultimate, with asafety factor of two. (4O.00O|bo.) 10. All extensions shall be provided with four lifting eyes or other approved lifting means. Each lifting attachment point shall becapable oflifting the total extension weight plus 150%. 11. All sections ofusplice box shall bepermanently marked with delivery date. R��U' Redding Electric Utility REDRAWN CONSTRUCTION STANDARD � .~� � 5'-0" �'-0" � ���U���� SPLICE ��� | " " . ..���" " " ~~" ��~°.- ~~~~^~ / DATE ASSISTANT DIRECTOR - DISTRIBUTION REVISED /N DWG. NO. 4" KNOCKOUTS 1^VVEBBTHICKNESS 24PLACES 4" CONDUIT n ��~-� u TERk4|N CAST |NVAULT END |N8PLACES AS ---- INDICATED BYT' NOTES: 1.The splice box shall be precast with dimensions asshown. Design strength shall meet orexceed the latest edition of ASTM 0D57designation A-16for (AoASHTODESIGNATION HS2O~14) based on18.00O|baper wheel, 1O"x2O"wheel load area and increased 30% for an impact factor. Proof of specification compliance shall be the responsibility of the contractor and/or vendor. 2. Two 5/8''ground rods shall boprovided inthe splice box per REUDrawing CS1115. 3. The excavation shall o||nw for the ovom|| assembled height of the splice box plus added height of rioem, manhole casting, hamen, covem, and bedding matehu|o. A minimum doumnoo of 6" around the side walls of the splice box is required for ease of installation. It shall be the contractors responsibility to verify excavation requirement with the vendor supplying the vault for each specific location. 4. The bedding materials shall consist of 3" to 6" of mechanically compacted Caltrans 3/4" Class 2 aggregate per City of Redding Construction Standard Page 1OO.00. 5. The precast splice box shall boassembled by lowering each aoodon into the excavation. The base section is lowered first, set level, firmly positioned and mastic sealant installed before placing intermediate and top sections, Care shall be taken to insure that the seal surfaces are clean and that the gasket material is properly placed. 8. Backfill shall consist uf3/4"Caltrans Class 2aggregate. Backfilling shall not commence until splice box iscompletely assembled. Backfilling shall be installed in 12" maximum lifts and mechanically compacted to 90% relative compaction. Alternatively, slurry backfill per Page 611.00 may be used with no compaction required. 7. All grouting of risers, covers, conduits or specified sections of splice boxes shall be the responsibility of the customer and/or contractor, 8. See REU Drawing CS1 114 for splice box construction and installation details, 8. Pull irons shall bedesigned for 2O'0UOlbs. Ultimate, with asafety factor of two. (4O.00O|bo.) 10. All extensions shall be provided with four lifting eyes or other approved lifting means. Each lifting attachment point shall becapable oflifting the total extension weight plus 150%. 11. All sections ofusplice box shall bepermanently marked with delivery date. R��U' Redding Electric Utility REDRAWN CONSTRUCTION STANDARD � .~� � 5'-0" �'-0" � ���U���� SPLICE ��� | " " . ..���" " " ~~" ��~°.- ~~~~^~ / DATE ASSISTANT DIRECTOR - DISTRIBUTION REVISED /N DWG. NO. LIFTING EYE LOCATION, 0 L-4 "moiwale I FRAME1� r _ • � ISI _ 'r r • ° FLUSH ■ '•8 ■; _PULL _ 4 PLACES 0 L-4 "moiwale I FRAME1� PAGE 1 7/8" 1 1/8" 1 3/8" 2 3/4°° APPLY MASTIC, PLASTIC OR ASPHALT c` SEAL PER ASTM 0877 AT ALL JOINTS splice1 The box shall be poured in place oprecast with dimensions as shown.Design strength..; or it the latest edition of ASTM C857 designation A-1 6 for (AASHTO DESIGNATION HS 20-44) based on 16,000lbs per wheel, I O'WO" wheel load area and increased 30% for an impact factor. Proof of specification compliance shall be the responsibility of •. a...• and/or ven shall2. Two 5/8" ground rods shall be provided in the splice box per REU Drawing CS1 115. 3. The excavation shall allow for the overall assembled height of the splice box plus added height of risers, manhole casting, frames, covers, and bedding materials. A minimum clearance of 6" around the side walls of the splice box is required for ease of installation. It shall be the contractors responsibility to verify excavation requirement with the vendor supplying the vault for each specific location. 4. The bedding materials shall consist of 3" to 6" of mechanically compacted Caltrans 3/4" Class 2 aggregate per City of Redding Construction Standard Page 100.00. 5. The precast splice box shall be assembled by lowering each section into the excavation, The base section is lowered first, set level, firmly positioned and mastic sealant installed before placing intermediate and top sections. Care shall be taken to insure that the seal surfaces are clean and that the gasket material is properly placed. 6. Backfill i of completely assembled. Backfilling shall be installed in 12" maximum lifts and mechanically compacted to 90% relative compaction. Alternatively, slurry backfill per Page 611.00 may be used with no compaction required. 7. All grouting • • conduits or is -• sections of • boxes shall be the responsibility of _ customerand/or ct ::f 8. __ REU Drawing CS 1114 for• - box constructionand installation details. ironst. Pull be designed for 20,000 lbs.Ultimate, with a safety. ► of • (40,000 10. All extensions shall be provided with four lifting eyes or other approved lifting means. Each lifting attachment point shall be capable of lifting the total extension weight plus 150%. 11. All sections of a splice box shall be permanently marked with delivery date. iii i • i i • 41-01v X ! , PRIMARY ELECTRICAL VAULT i• N ° PAGE 1 7/8" 1 1/8" 1 3/8" 2 3/4°° APPLY MASTIC, PLASTIC OR ASPHALT c` SEAL PER ASTM 0877 AT ALL JOINTS splice1 The box shall be poured in place oprecast with dimensions as shown.Design strength..; or it the latest edition of ASTM C857 designation A-1 6 for (AASHTO DESIGNATION HS 20-44) based on 16,000lbs per wheel, I O'WO" wheel load area and increased 30% for an impact factor. Proof of specification compliance shall be the responsibility of •. a...• and/or ven shall2. Two 5/8" ground rods shall be provided in the splice box per REU Drawing CS1 115. 3. The excavation shall allow for the overall assembled height of the splice box plus added height of risers, manhole casting, frames, covers, and bedding materials. A minimum clearance of 6" around the side walls of the splice box is required for ease of installation. It shall be the contractors responsibility to verify excavation requirement with the vendor supplying the vault for each specific location. 4. The bedding materials shall consist of 3" to 6" of mechanically compacted Caltrans 3/4" Class 2 aggregate per City of Redding Construction Standard Page 100.00. 5. The precast splice box shall be assembled by lowering each section into the excavation, The base section is lowered first, set level, firmly positioned and mastic sealant installed before placing intermediate and top sections. Care shall be taken to insure that the seal surfaces are clean and that the gasket material is properly placed. 6. Backfill i of completely assembled. Backfilling shall be installed in 12" maximum lifts and mechanically compacted to 90% relative compaction. Alternatively, slurry backfill per Page 611.00 may be used with no compaction required. 7. All grouting • • conduits or is -• sections of • boxes shall be the responsibility of _ customerand/or ct ::f 8. __ REU Drawing CS 1114 for• - box constructionand installation details. ironst. Pull be designed for 20,000 lbs.Ultimate, with a safety. ► of • (40,000 10. All extensions shall be provided with four lifting eyes or other approved lifting means. Each lifting attachment point shall be capable of lifting the total extension weight plus 150%. 11. All sections of a splice box shall be permanently marked with delivery date. iii i • i i • 41-01v X ! , PRIMARY ELECTRICAL VAULT i• N It IDENTIFICATION PLATE SUPPORT BRACKET SEE DETAIL "C" SEE DETAIL "D" DWG. CS 1114 TOP DWG. CS 1114 3/8" i—SEE DETAIL "A" DWG. CS1114 1" SECTION X -X FRAME ASSEMBLY NOTES: CO PAGE 535.00 — IDENTIFICATION PLATE SEE DETAIL "C" DWG. CS1114 2 -HOLES 9/16" DIA. 2 -CORNERS SEE DETAIL "C" DWG. CS1114 — COVER BOLT DOWN (TYP) SEE DETAIL "E" DWG. CS1114 — REMOVABLE BEAMS ("I" BEAMS SHOWN FOR REFERENCE ONLY) U*) GRADE ADJUSTING BOLT, 4 -CORNERS, SEE DETAIL "B" DWG. CS 1114 1. The frame and cover assembly shall meet dimension requirements as shown and design strength shall meet or exceed the latest edition of ASTM C 857 designation A-16 (AASHTO DESIGNATION HS 20-40) based on 16,000lbs. per wheel, 10"x20" wheel load area and increased 30% for an impact factor. Proof of specification compliance shall be the responsibility of the contractor and/or vendor. 2. Covers shall be installed within an adjustable frame which shall have a minmum of three inches of adjustment. All steel shall be galvanized as per the latest revision of ASTM Spec. A-123, or shall be an epoxy non-skid sand finish. 3. Identification plate (one) shall be supplied and state "HIGH VOLTAGE" "R.E.U.". See Detail "C" on Drawing CS1114. 4. All grouting of risers, covers, conduits or specific sections of splice box shall be the responsibility of the customer and/or contractor. Grout used between frame and splice box shall be suitable for full traffic loads and consistent with ASTM C 857 designation A-16 loading and shall be allowed to cure 24 hours before any load is applied. See Drawing CS1118 for 4'-0" x 6-6" electrical vault. 5. See Drawing CS1114 for construction and installation details. 6. All sections of a splice box must be permanently marked with the delivery date. 7. Removable beams shall have a 1" diameter hole in each end for lifting. Redding Electric Utility REDRAWN STANDARD FRAME � COVER ASSEMBLY s 4'-0" 6'-6" • PRIMARY •w ELECTRIC DES/REV I DATE RO/RLH 1 08/01/89 SHEET 1 OF 1 03/26/12/0\ CS 1119 6-10 1/2" 6'-5" �4 I o% o ,.. O X X N 2'-10 3/8" r r r C' -v 1'-8 518" 6 7/8" °P I m o Ello It IDENTIFICATION PLATE SUPPORT BRACKET SEE DETAIL "C" SEE DETAIL "D" DWG. CS 1114 TOP DWG. CS 1114 3/8" i—SEE DETAIL "A" DWG. CS1114 1" SECTION X -X FRAME ASSEMBLY NOTES: CO PAGE 535.00 — IDENTIFICATION PLATE SEE DETAIL "C" DWG. CS1114 2 -HOLES 9/16" DIA. 2 -CORNERS SEE DETAIL "C" DWG. CS1114 — COVER BOLT DOWN (TYP) SEE DETAIL "E" DWG. CS1114 — REMOVABLE BEAMS ("I" BEAMS SHOWN FOR REFERENCE ONLY) U*) GRADE ADJUSTING BOLT, 4 -CORNERS, SEE DETAIL "B" DWG. CS 1114 1. The frame and cover assembly shall meet dimension requirements as shown and design strength shall meet or exceed the latest edition of ASTM C 857 designation A-16 (AASHTO DESIGNATION HS 20-40) based on 16,000lbs. per wheel, 10"x20" wheel load area and increased 30% for an impact factor. Proof of specification compliance shall be the responsibility of the contractor and/or vendor. 2. Covers shall be installed within an adjustable frame which shall have a minmum of three inches of adjustment. All steel shall be galvanized as per the latest revision of ASTM Spec. A-123, or shall be an epoxy non-skid sand finish. 3. Identification plate (one) shall be supplied and state "HIGH VOLTAGE" "R.E.U.". See Detail "C" on Drawing CS1114. 4. All grouting of risers, covers, conduits or specific sections of splice box shall be the responsibility of the customer and/or contractor. Grout used between frame and splice box shall be suitable for full traffic loads and consistent with ASTM C 857 designation A-16 loading and shall be allowed to cure 24 hours before any load is applied. See Drawing CS1118 for 4'-0" x 6-6" electrical vault. 5. See Drawing CS1114 for construction and installation details. 6. All sections of a splice box must be permanently marked with the delivery date. 7. Removable beams shall have a 1" diameter hole in each end for lifting. Redding Electric Utility REDRAWN STANDARD FRAME � COVER ASSEMBLY s 4'-0" 6'-6" • PRIMARY •w ELECTRIC DES/REV I DATE RO/RLH 1 08/01/89 SHEET 1 OF 1 03/26/12/0\ CS 1119 B�—F0SB PULL IRONS 3'-3" 12 5PLACES l' 5 9 n. 14?"0&SUMP DEEP 2 114" 13X] OPTIONAL B-H TONGUE &GROOVE — —F SEE DWG. CS1121&CS112S ORFRAME&CDVER- DETAILS CAST IN VAULT ON BOTH ENDS AS SHOWN. PAGE 536"0� 0 APPLY MASTIC, PLASTIC OR ASPHALT SEAL PER AGTMIC8�7 7 AT ALL JOINTS SIDE END NOTES: 1. The splice box shall be poured in place or precast with dimensions as shown. Design strength shall meet mexceed the latest edition of ASTM C857 designation A,18 hx(AASHTO DESIGNATION HS 20~44) based on 10'0808s per wheel, 1D"x20^wheel load area and increased 3U% for animpact factor. Proof of specification compliance shall be the responsibility ofthe contractor and/or vendor. 2. Two 5/B"ground rods shall bnprovided inthe splice box per REUDrawing CS1115. COND. TERMINATORS 3. The excavation shall allow for the overall assembled height of the splice box plus added height of risers, manhole casting, frames, covers, and bedding materials. A minimum clearance of 6" around the side walls of the splice box is required for ease of installation. It shall be the contractors responsibility to verify excavation requirement with the vendor supplying the vault for each specific location. 4. The bedding materials shall consist of 3" to 6" of mechanically compacted Caltrans 3/4" Class 2 aggregate per City of Redding Construction Standard Page 1UO.DO. 5. The precast splice box shall be assembled by lowering each section into the excavation. The base section is lowered first, set level, firmly positioned and mastic sealant installed before placing intermediate and top sections. Care shall be taken 0oinsure that the seal surfaces are clean and that the gasket material iaproperly placed. O. Backfill shall consist oy3/4'Caltrans Class 2 aggregate. Backfilling shall not commence until splice box is completely assembled. Backfilling shall be installed in 12" maximum lifts and mechanically compacted to 90% relative compaction. Alternatively, slurry backfill per Page 611.00 may be used with no compaction required. 7. All grouting of risers, covers, conduits or specified sections of splice boxes shall be the responsibility of the customer and/or contractor. 8. See REUDrawing CS1114for splice box construction and installation details. S. Pull irons shall be designed for 20,000 lbs. Ultimate, with a safety factor of two. (40,000 lbs.) 10. All extensions shall be provided with four lifting eyes or other approved lifting means. Each lifting attachment point shall becapable oflifting the total extension weight plus 15O%. 11. All sections ofosplice box shall bepermanently marked with delivery date. nsonm*w SHEET 1 OF 1 R U Redding Electric Utility CONSTRUCTION PRIMARY ELECTRIC VAULT R{RLH 1 08/01/89 � 0�— LIFTING EYE EI-0LOCATION [..L214 PLACES CAST IN VAULT ON BOTH ENDS AS SHOWN. PAGE 536"0� 0 APPLY MASTIC, PLASTIC OR ASPHALT SEAL PER AGTMIC8�7 7 AT ALL JOINTS SIDE END NOTES: 1. The splice box shall be poured in place or precast with dimensions as shown. Design strength shall meet mexceed the latest edition of ASTM C857 designation A,18 hx(AASHTO DESIGNATION HS 20~44) based on 10'0808s per wheel, 1D"x20^wheel load area and increased 3U% for animpact factor. Proof of specification compliance shall be the responsibility ofthe contractor and/or vendor. 2. Two 5/B"ground rods shall bnprovided inthe splice box per REUDrawing CS1115. COND. TERMINATORS 3. The excavation shall allow for the overall assembled height of the splice box plus added height of risers, manhole casting, frames, covers, and bedding materials. A minimum clearance of 6" around the side walls of the splice box is required for ease of installation. It shall be the contractors responsibility to verify excavation requirement with the vendor supplying the vault for each specific location. 4. The bedding materials shall consist of 3" to 6" of mechanically compacted Caltrans 3/4" Class 2 aggregate per City of Redding Construction Standard Page 1UO.DO. 5. The precast splice box shall be assembled by lowering each section into the excavation. The base section is lowered first, set level, firmly positioned and mastic sealant installed before placing intermediate and top sections. Care shall be taken 0oinsure that the seal surfaces are clean and that the gasket material iaproperly placed. O. Backfill shall consist oy3/4'Caltrans Class 2 aggregate. Backfilling shall not commence until splice box is completely assembled. Backfilling shall be installed in 12" maximum lifts and mechanically compacted to 90% relative compaction. Alternatively, slurry backfill per Page 611.00 may be used with no compaction required. 7. All grouting of risers, covers, conduits or specified sections of splice boxes shall be the responsibility of the customer and/or contractor. 8. See REUDrawing CS1114for splice box construction and installation details. S. Pull irons shall be designed for 20,000 lbs. Ultimate, with a safety factor of two. (40,000 lbs.) 10. All extensions shall be provided with four lifting eyes or other approved lifting means. Each lifting attachment point shall becapable oflifting the total extension weight plus 15O%. 11. All sections ofosplice box shall bepermanently marked with delivery date. nsonm*w SHEET 1 OF 1 R U Redding Electric Utility CONSTRUCTION PRIMARY ELECTRIC VAULT R{RLH 1 08/01/89 � 1 7/8" 13/8^ 23/4^ <; -"�r 6 8'-6"� _ SEE DRAWING CS1 121 FOR COVER AND FRAME DETAILS DETAIL "A" KNOCKOUTS TONGUE & GROOVE 6" CONDUIT 6" KNOCKOUTS TERMINATORS 16 PLACES 6" CONDUIT TERMINATORS TERMINATORS CAST IN VAULT 7' '0' IN 16 PLACES AS Tr INDICATED BY "T" 101, 101, INSTALL PLASTIC MASTIC SEALANT INCLUDED WITH ASSEMBLY FOR ALL JOINTS. (SEE DETAIL "A") 5 FLUSH MOUNTED 101, 7/8" PULLING IRONS 2-12" DIA. SUMPS NOTES: (EACH END) 1. The splice box shall be poured inplace mprecast with dimensions as shown. Design strength shall meet mexceed the latest edition of ASTM C837 designation A,18 for 04ASHTO DESIGNATION HS 2044 based on 18.000lbo per wheel, 1O^x2O''wheel load area and increased 3O% for onimpact factor. Proof ofspecification compliance shall bothe responsibility ofthe contractor and/or vendor. 2. Two 50^ground rods shall beprovided hmthe splice box per REUDrawing CS1115. 3. The excavation shall allow for the overall assembled height of the splice box plus added height of risers, manhole casting, frames, covers, and bedding materials. A minimum clearance of 6" around the side walls of the splice box is required for ease of installation. It shall be the contractors responsibility to verify excavation requirement with the vendor supplying the vault for each specific location. 4. The bedding materials shall consist of 3" to 6" of mechanically compacted Caltrans 3/4" Class 2 aggregate per City of Redding Construction Standard Page 1OO.O0. 5. The precast ap|ioo box shall boassembled by lowering each section into the excavation. The base section is lowered first, set level, firmly positioned and mastic sealant installed before placing intermediate and top sections. Care shall be taken to insure that the seal surfaces are clean and that the gasket material is properly placed. 8. Backfill shall consist of3/4" Oakmnn C\ono 2 aggregate. Backfilling shall not commence until op(km box is completely assembled. Backfilling shall be installed in 12^ maximum lifts and mechanically compacted m9O%relative compaction. Alternatively, slurry backfill per Page 611.00 may be used with no compaction required. 7. All grouting of riaamo, oovem, conduits or specified sections of ap|ioo boxes shall be the responsibility of the customer and/or contractor. 8. See REUDrawing CS|114for splice box construction and installation details. O. Pull irons shall bodesigned for 2O.000lbs. Ultimate, with asafety factor oftwo. (4O.008|be.) 10. All extensions shall be provided with four lifting eyes or other approved lifting means. Each lifting attachment point shall bocapable oflifting the total extension weight plus 15O%. 11. All sections ofasplice box shall bopermanently marked with delivery date. neonmww SHEET 1 OF 2 KNOCKOUTS 6" CONDUIT TERMINATORS 1. The splice box shall be poured inplace mprecast with dimensions as shown. Design strength shall meet mexceed the latest edition of ASTM C837 designation A,18 for 04ASHTO DESIGNATION HS 2044 based on 18.000lbo per wheel, 1O^x2O''wheel load area and increased 3O% for onimpact factor. Proof ofspecification compliance shall bothe responsibility ofthe contractor and/or vendor. 2. Two 50^ground rods shall beprovided hmthe splice box per REUDrawing CS1115. 3. The excavation shall allow for the overall assembled height of the splice box plus added height of risers, manhole casting, frames, covers, and bedding materials. A minimum clearance of 6" around the side walls of the splice box is required for ease of installation. It shall be the contractors responsibility to verify excavation requirement with the vendor supplying the vault for each specific location. 4. The bedding materials shall consist of 3" to 6" of mechanically compacted Caltrans 3/4" Class 2 aggregate per City of Redding Construction Standard Page 1OO.O0. 5. The precast ap|ioo box shall boassembled by lowering each section into the excavation. The base section is lowered first, set level, firmly positioned and mastic sealant installed before placing intermediate and top sections. Care shall be taken to insure that the seal surfaces are clean and that the gasket material is properly placed. 8. Backfill shall consist of3/4" Oakmnn C\ono 2 aggregate. Backfilling shall not commence until op(km box is completely assembled. Backfilling shall be installed in 12^ maximum lifts and mechanically compacted m9O%relative compaction. Alternatively, slurry backfill per Page 611.00 may be used with no compaction required. 7. All grouting of riaamo, oovem, conduits or specified sections of ap|ioo boxes shall be the responsibility of the customer and/or contractor. 8. See REUDrawing CS|114for splice box construction and installation details. O. Pull irons shall bodesigned for 2O.000lbs. Ultimate, with asafety factor oftwo. (4O.008|be.) 10. All extensions shall be provided with four lifting eyes or other approved lifting means. Each lifting attachment point shall bocapable oflifting the total extension weight plus 15O%. 11. All sections ofasplice box shall bopermanently marked with delivery date. neonmww SHEET 1 OF 2 18/8^ —P Ar) ' ' - —' - DETAIL "A" TONGUE & GROOVE 6" KNOCKOUTS 16 PLACES 6" CONDUIT TERMINATORS SEE DRAWING CS1 123 FOR COVER AND FRAME DETAILS 6" CONDUIT TERMINATORS CAST IN VAULT IN 16 PLACES AS 101, T-0" INDICATED BY "T" 101, INSTALL PLASTIC MASTIC SEALANT INCLUDED WITH ASSEMBLY FOR ALL JOINTS. 5 FLUSH MOUNTED 101, 7/8" PULLING IRONS 2-12" DIA. SUMPS NOTES: (EACH END) 1. The splice box shall be poured in place or precast with dimensions as shown. Design strength shall meet mexceed the latest edition of ASTM O857 designation A,16 for (AASHTO DESIGNATION HS 2044) based on 16.000lba per wheel, 10"x2O^wheel load area and increased 3U%for animpact factor. Proof ofspecification compliance shall bathe responsibility nfthe contractor and/or vendor. 2. Two 5/8" ground rods shall be provided in the splice box per REU Drawing CS1 115. 3. The excavation shall allow for the overall assembled height of the splice box plus added height of risers, manhole casting, frames, covers, and bedding materials. A minimum clearance of 6" around the side walls of the splice box is required for ease of installation. It shall be the contractors responsibility to verify excavation requirement with the vendor supplying the vault for each specific location. 4. The bedding materials shall consist of 3" to 6" of mechanically compacted Caltrans 3/4" Class 2 aggregate per City of Redding Construction Standard Page 100.00. 5. The precast splice box shall be assembled by lowering each section into the excavation. The base section is lowered first, set level, firmly positioned and mastic sealant installed before placing intermediate and top sections. Care shall be taken to insure that the seal surfaces are clean and that the gasket material is properly placed. 6. Backfill shall consist of 3/4" Caltrans Class 2 aggregate. Backfilling shall not commence until splice box is completely assembled. Backfilling shall be installed in 12" maximum lifts and mechanically compacted to 90% relative compaction. Alternatively, slurry backfill per Page 611.00 may be used with no compaction required. 7. All grouting of risers, covers, conduits or specified sections of splice boxes shall be the responsibility of the customer and/or contractor. 8. Pull irons shall be designed for 20,000 lbs. Ultimate, with a safety factor of two. (40,000 lbs.) 9, All extensions shall be provided with four lifting eyes or other approved lifting means. Each lifting attachment point shall be capable of lifting the total extension weight plus 150%. 10. All sections of a splice box shall be permanently marked with delivery date. REDRAWN SHEET 2 OF 2 ELECTRIC CONSTRUCTION STANDARD RU PRIMARY EI-EuRICAL VAULT DES/REV DATE I ASSISTANT71RECTOR - DISTRIBUTION I REVISED DWG, NO. KNOCKOUTS 6" CONDUIT TERMINATORS 101, 1. The splice box shall be poured in place or precast with dimensions as shown. Design strength shall meet mexceed the latest edition of ASTM O857 designation A,16 for (AASHTO DESIGNATION HS 2044) based on 16.000lba per wheel, 10"x2O^wheel load area and increased 3U%for animpact factor. Proof ofspecification compliance shall bathe responsibility nfthe contractor and/or vendor. 2. Two 5/8" ground rods shall be provided in the splice box per REU Drawing CS1 115. 3. The excavation shall allow for the overall assembled height of the splice box plus added height of risers, manhole casting, frames, covers, and bedding materials. A minimum clearance of 6" around the side walls of the splice box is required for ease of installation. It shall be the contractors responsibility to verify excavation requirement with the vendor supplying the vault for each specific location. 4. The bedding materials shall consist of 3" to 6" of mechanically compacted Caltrans 3/4" Class 2 aggregate per City of Redding Construction Standard Page 100.00. 5. The precast splice box shall be assembled by lowering each section into the excavation. The base section is lowered first, set level, firmly positioned and mastic sealant installed before placing intermediate and top sections. Care shall be taken to insure that the seal surfaces are clean and that the gasket material is properly placed. 6. Backfill shall consist of 3/4" Caltrans Class 2 aggregate. Backfilling shall not commence until splice box is completely assembled. Backfilling shall be installed in 12" maximum lifts and mechanically compacted to 90% relative compaction. Alternatively, slurry backfill per Page 611.00 may be used with no compaction required. 7. All grouting of risers, covers, conduits or specified sections of splice boxes shall be the responsibility of the customer and/or contractor. 8. Pull irons shall be designed for 20,000 lbs. Ultimate, with a safety factor of two. (40,000 lbs.) 9, All extensions shall be provided with four lifting eyes or other approved lifting means. Each lifting attachment point shall be capable of lifting the total extension weight plus 150%. 10. All sections of a splice box shall be permanently marked with delivery date. REDRAWN SHEET 2 OF 2 ELECTRIC CONSTRUCTION STANDARD RU PRIMARY EI-EuRICAL VAULT DES/REV DATE I ASSISTANT71RECTOR - DISTRIBUTION I REVISED DWG, NO. HOLES FOR HOLD DOWN BOLTS M L LIFT HANDLE THREADED INSERTS VAILABLIE 1. CONCRETE 2. CONCRETE W/ HINGED READING LID 3. STEEL -LIGHT TRAFFIC 4. AVAILABLE WITH OR WITHOUT HO 5. H10 LOADING (10,400 PES- t 6. APPROVED BY C.O.R. KrOR EL %l 0 N 370 LBS 240 LBS 136 LBS ....................... 40 LBS .....105# PER HALF FAI - ------------- -------------- ----------- TMS 1 1 SHEET 1 OF I CS1 124 DIMENSIONS (IN INCHES) FAI - ------------- -------------- ----------- TMS 1 1 SHEET 1 OF I CS1 124 lJ NOTE 3 PLAN VIEW 0 0 1 f > Z SIDE VIEW PAGE L0.00 540.00 SEE DETAIL 13" - SHEET 2 F*iT, I NIVI 1AYA NOTES 1 . The frame and cover assembly shall meet dimension requirements as shown and design strength shall meet or exceei the latest edition of ASTM C-857 (AASHTO H10 Standards) based on 8000 lbs. per wheel, 10"x10" wheel load area. Proof of specification compliance shall be responsibility of the contractor and/or vendor. 2. Covers shall be installed within an adjustable frame which shall have a minimum of three inches of adjustment. All steel shall be galvanized as per the latest revision of ASTM Spec. A- 123, or shall be an epoxy non-skid sand finish. 3. All covers shall have four locations for nameplates. One shall be supplied and state; "HIGH VOLTAGE" "R.E.U." 4. All grouting of risers, covers, conduits or specific sections of splice box shall be the responsibility of the customer and/or contractor. Grout used between frame and splice box shall be suitable for full traffic loads and consistent with ASTM C-857 designation A-1 6 loading and shall be allowed to cure 24 hours before any load is applied. 5. See referenced standards for associated vaults. ... use in sidewalks, paved and unpaved pedestrian areas, and any other area subject to occasional vehicle traffic. 7. All covers shall be torsion assist and have a R.E.U. approved skid resistant surface, hold open latches, Camlock bolt -down, and clear opening. '01, Vol r• 0 111'4 F:—rsl gri- ati15 smm UPDATED DIMENSION TABLE SHEET 1 OF 2 ELECTRIC CONSTRUCTION STANDARD ALUMINUM QUICK RELEASE COVER ASSEMBLY INCIDENTAL TRAFFIC PRIMARY SPLICE BOX PUBLIC PRIMARY WORKS VAULT rA.9 • NOTES 1 . The frame and cover assembly shall meet dimension requirements as shown and design strength shall meet or exceei the latest edition of ASTM C-857 (AASHTO H10 Standards) based on 8000 lbs. per wheel, 10"x10" wheel load area. Proof of specification compliance shall be responsibility of the contractor and/or vendor. 2. Covers shall be installed within an adjustable frame which shall have a minimum of three inches of adjustment. All steel shall be galvanized as per the latest revision of ASTM Spec. A- 123, or shall be an epoxy non-skid sand finish. 3. All covers shall have four locations for nameplates. One shall be supplied and state; "HIGH VOLTAGE" "R.E.U." 4. All grouting of risers, covers, conduits or specific sections of splice box shall be the responsibility of the customer and/or contractor. Grout used between frame and splice box shall be suitable for full traffic loads and consistent with ASTM C-857 designation A-1 6 loading and shall be allowed to cure 24 hours before any load is applied. 5. See referenced standards for associated vaults. ... use in sidewalks, paved and unpaved pedestrian areas, and any other area subject to occasional vehicle traffic. 7. All covers shall be torsion assist and have a R.E.U. approved skid resistant surface, hold open latches, Camlock bolt -down, and clear opening. '01, Vol r• 0 111'4 F:—rsl gri- ati15 smm UPDATED DIMENSION TABLE SHEET 1 OF 2 ELECTRIC CONSTRUCTION STANDARD ALUMINUM QUICK RELEASE COVER ASSEMBLY INCIDENTAL TRAFFIC PRIMARY SPLICE BOX 2` 21/2" 21/2" DETAIL GRADE ADJUSTING BOLT SKID RESISTANT SURFACE--\ *r a 2 1/2" m r -r• r �r ��-r a t. 3 1/2" 11 ma, ... ALUMINUM �, RELEASE COVER ASSEMBLY TRAFFICINCIDENTAL PRIMARY -„' i 5 i COPPER GROUND BUSS PER CS600 I I 36" I I L. •.. TOP VIEW WORKING SPACE 30"x36"x6'6" PER: 1993 NESC 3238 PORTABLE PARKING STAN ON FIXED UNISTRUT. CNOT SHOWN IN TOP) VIEW FOR CLARITY. j Ld 3" MIN. 7' MAX. i J 7 SIDE VIEW MIN. CONCENTRIC NEUTRAL 8'6" VAULT CONDUCTOR 750 KCM OR �• 1000 KCM 3" MIN. i 7" MAX. 6 I. —COPPER GROUND BUS NOTES: PER CS600 1) Follow cable routing as indicated by AO & © . 2) 200 Amp tap cable may be trained to any available end wall conduit. 3) Unistrut for portable parking stands may be installed when test elbows are installed. 4) Cable, terminator, and working space requirements prohibit the installation of more than one circuit in 4'6"x8'6" vault. 5) See drawing CS1131 for two circuits in single vault installations. QREVEISED ASSEMBLY CODE TWO WAY CIRCUIT SHEET 1 OF 6 ELECTRIC CONSTRUCTION STANDARD M°'°F GUIDE FOR VAULT RACKING �r�ooa� ONE 600 AMP CIRCUIT ELECTR§C u711rr DES REV DATE I DIORIBUTIONOPtSMM MANAGER I REVI ED DWG. NO. TGS/ 12/10/93 2 CS1130 DING ROD .I WORKING SPACE 30"06"xWEr PER: 1993 NESC 323B PORTABLE PARKING STAN ON FIXED UNISTRUT. CNOT SHOWN IN TOP1 VIEW FOR CLARITY. / 38<, a MIN. 7' MAX. I •I J 7 IN TOP VIEW 3" MIN. • I UPV48-3 COPPER GROUND BUSS PER CS600 i i i I L. •:, MINIMUM CABLE BENDING RADIUS 750 KCM JACKETED 20" NON—JACKETED 18" 1000 KCM JACKETED 22" NON—JACKETED 2(:" 'x8'6' VAULT UNDING ROD NOTES: SIDE VIEW COPPER GROUND BUS 1) Follow cable routing as indicated by QA , ©,& ©. PER CS600 2) Minimum cable bending radius will not allow 1000KCM to be installed on bottom elbow and 750KCM must be trained diagonally in a 6'6" deep vault. If vault is 7'6" or deeper cable may be trained as in option "C". See sheet 4. 3) 200 Amp tap cable may be trained to any available end wall conduit. 4) Unistrut for portable parking stands may be installed when test elbows are installed. 5) See drawing CS1131 for two circuits in single vault installations. QREVISED ASSEMBLY CODE THREE WAY CIRCUIT SHEET 3 OF 6 2 .::.: . ELECTRIC CONSTRUCTION STANDARD �'� GUIDE FOR VAULT RACKING ONE 600 AMP CIRCUIT u dDES REV DATE DI IBU110N MANAGER REVI D DWG. NO. ....................... TGS/ 12/10/93 ice/ 11 2 CS1130 OPTION A ONE 600 AMP CIRCUIT 1 TWO WAY IN 4' 6" x 8' 6" x 6'6" OR O 00 DEEPER VAULT olp o 0.` o 00 00 00 00 00 100 00 00 00 00 ONE 600 AMP CIRCUIT no THREE WAY IN 4'6'x 8'6'x 6'6" VAU LT '1 koo qQ .oro 0- 00 00 00 00 00 Oa as 00 OO OO Q NEW DRAWING cny OF t��D©11�7C� I ELECT= eTY OPTION C �" `----- ONE 600 AMP CIRCUIT THREE WAY IN 4'6"x 8'6'x 7'6" OR DEEPER VAULT CABLE ''RAINING GUIDE FOR VAULT RACKING ONE 600 AMP CIRCUIT 12-10-93 SHEET' 4 OF 6 CS1130 a o 0 0 O ___ a 00 � 00 00ri 00 loo Oa Oa 00 00 '1 koo qQ .oro 0- 00 00 00 00 00 Oa as 00 OO OO Q NEW DRAWING cny OF t��D©11�7C� I ELECT= eTY OPTION C �" `----- ONE 600 AMP CIRCUIT THREE WAY IN 4'6"x 8'6'x 7'6" OR DEEPER VAULT CABLE ''RAINING GUIDE FOR VAULT RACKING ONE 600 AMP CIRCUIT 12-10-93 SHEET' 4 OF 6 CS1130 HOLES FOR B0" UNISTRUT J j- 54" SUPPORTS3"j 6 48" 8 Y4I 3' J ONE 600 AMP CIRCUIT TWO WAYS IN 4'6'x8'6"x6'6"D VAULT HOLES FOR UNISTRUT 423'4 SUPPORTS MIN. I HOLES FOR 60" UNISTRUT 54" SUPPORTS 31 1 48" I 3' T� ONE 600 AMP CIRCUIT THREE WAYS 3'j BN IN 4'6"x8'6"x6'6"D VAULT 1 6'6" 3" HOLES FOR UNISTRUT SUPPORTS 31" MIN. HOLES FOR \ 60„ UNISTRUT 54" SUPPORTS 3"6" I 48" 31I ONE 600 AMP CIRCUIT THREE WAYS IN 4' 6" x8' 6" x7' 6" D VAULT 7'6" S,J HOLES FOR UNISTRUT SUPPORTS 43" MIN. QO NEW DRAWING ANCHOR BOLT DRILLING LOCATIONS SHEET 5 OF 6 ELECTRIC CONSTRUCTION STANDARD � oc oar GUIDE FOR VAULT RACKING ThwoC ONE 600 AMP CIRCUIT uTinT DES. REV. BY I ORIG. DATE I EWNEERING M4hER gfl REVISED A M. NO. TGS/ 1 12-10-93 1 CS1130 600 AMP ELBOW CONFIGURATION DIMENSIONS 1 + L 1 1/x" 02" END VIEW 18" UNISTRUT NOTE: PORTABLE PARKING STAND SLIDES OVER A FIXED PIECE OF UNISTRUT AND ARE NOT INTENDED TO BE LEFT IN VAULTS. 28° 2" END VIEW ANEW DRAWING Crfr OF unuTy PORTABLE PARKING STAND MISC. DIMENSIONS HOLES DRILLED TO LIGHTEN THE WEIGHT OF THE TOOL GUIDE FOR VAULT RACKING ONE 600 AMP CIRCUIT 12-10-93 SHEET 6 OF 6 CS1130 PORTABLE PARKING ST ON FIXED UNISTRUT. NOT SHOWN IN TOPI VIEW FOR CLARITY. J 6'6!' Y MIN. UPV48-22 COPPER GROUND BUS PER CS600 (BOTH ENDS) (SEE NOTE 6) - - --NO- A WORKING SPACE 30"x36!'x6'6" PER: 1993 NESC 323E 4'x8'Er VAULT CONCENTRIC NEUTRAL CONDUCTOR 750 KCM OR s. 1000 KCIVI 4' --COPPER GROUND BUS PER CS600 GROUNDING ROD 9 7 41, NOTES: SECTION A -A 1 ) Follow cable routing as indicated by circuit (A & circuit 2) 200 Amp top cable may be trained to any available end wall conduit. 3) Unistrut for portable parking stands may be installed when test elbows are installed. 4) See drawing CS1130 for one circuit in a single vault. 5) Side wall unistrut should be used as required to reduce stress on elbows due to cable weight. 6) The copper ground bus illustrated shall be constructed with one continuous length of conductor and shall be assembled at both ends of vault. QREVISED ASSEMBLY CODE WY 0FQ ELECTRIC UTErry TWO WAY CIRCUIT SHEET I OF 7 GUIDE FOR VAULT RACKING TWO 600 AMP CIRCUITS in B2 A3 UPV48-32 COPPER GROUND BUS PER CS600 BOTH ENDS) SEE NOTE 6) -- --►A WORKING SPACE 30"x36"x6'6" PER: 1993 NESC 323B PORTABLE PARKING STANDS" MIN. ON FIXED UNISTRUT. 4'x8'6" VAULT SHOWN IN TOP CNOT VIEW FOR CLARITY. J CONCENTRIC 3 6 .`.. NEUTRAL 1 CONDUCTOR 750 KCM OR }• 1000 KCM 0 5 0 31 6,6" o �` •'� 7 COPPER GROUND BUS g , PER CS600 GROUNDING ROD 9 lu1 ar 7 l�J .i SEC"PION A—A NOTES: 1) Follow cable routing as indicated by circuit (Z)& circuit @. 2) 200 Amp tap cable may be trained to any available end wall conduit. 3) Unistrut for portable parking stands may be installed when test elbows are installed. 4) See drawing CS1130 for one circuit in a single vault. 5) Side wall unistrut should be used as required to reduce stress on elbows due to cable weight. 6) The copper ground bus illustrated shall be constructed with one continuous length of conductor and shall be assembled at both ends of vault. QREVISED ASSEMBLY CODE THREE WAY CIRCUIT SHEET 3 OF 7 a" GUIDE FOR VAULT RACKING garCpRoC TWO 600 AMP CIRCUITS UyLrry me RCV I nAIr I niewim mnu C�rcu UAuar_co RNIC CS1131 lmalrelwkok TWO 600 AMP C|RCUIT----+�~ THREE WAY IN 4'8~z 8'8°x G`G" VAULT OPTION TWO GOO AWP CIRCUIT TWO WAY !N 4^6"x 8^67m 8'6~ OR "Orll� DEEPER VAULT DOW 1' m numerous. Illustrated o methods of training, to � cu�w for unique applications refer to the following notes. 2. End wo8n of vaults should always be used for entering or exiting. If side wall must be used 03 NOT MAKE THE CABLE RUN EXCESSIVE (hand pull only)' 3' Cables ahuU o(woyo be trained at perimeter of vault in o olncu(or fashion, NOT CROSSING CORNER TO CORNER. 4. 30°x 3b° area in center of vault ohn|| be clear of cables at all times. This is m is o rnln|mnurn work space. More work space is allowable. 5' If o 200 Amp top is necessary any ovuUob\e end wall conduit or knock out is allowed. (Be euro conduit is not intended for future toodor] Side wall should be avoided but if it must be used, keep cable run short (hand pull only)' NEW DRAWING PREFERRED CABLE TRAINING M11111 6i i! 0 TCS/ 1 4-4-94 SHEET 4 OF 7 CS1131 00 NO 0 00 NO 00 0 �00 lmalrelwkok TWO 600 AMP C|RCUIT----+�~ THREE WAY IN 4'8~z 8'8°x G`G" VAULT OPTION TWO GOO AWP CIRCUIT TWO WAY !N 4^6"x 8^67m 8'6~ OR "Orll� DEEPER VAULT DOW 1' m numerous. Illustrated o methods of training, to � cu�w for unique applications refer to the following notes. 2. End wo8n of vaults should always be used for entering or exiting. If side wall must be used 03 NOT MAKE THE CABLE RUN EXCESSIVE (hand pull only)' 3' Cables ahuU o(woyo be trained at perimeter of vault in o olncu(or fashion, NOT CROSSING CORNER TO CORNER. 4. 30°x 3b° area in center of vault ohn|| be clear of cables at all times. This is m is o rnln|mnurn work space. More work space is allowable. 5' If o 200 Amp top is necessary any ovuUob\e end wall conduit or knock out is allowed. (Be euro conduit is not intended for future toodor] Side wall should be avoided but if it must be used, keep cable run short (hand pull only)' NEW DRAWING PREFERRED CABLE TRAINING M11111 6i i! 0 TCS/ 1 4-4-94 SHEET 4 OF 7 CS1131 HOLES UNISTI SUPPC TWO 600 AMP CIRCUIT TWO WAY`. IN 4'6"x8'6"x6'6"D VAULT HOLES UNIST' SUPPC TWO 600 AMP CIRCUIT THREE Wi IN 4'6"x8'6"x6'6"D VAULT i- 4'6" I 61' ES FOR JISTRUT PPORTS HOLES UNISTI SUPPC TWO 600 AMP CIRCUIT THREE W) IN 4'6"x8'6"x7'6"D VAULT ANEW NEW DRAWING ��� EL5, 1 Pf, ES FOR IISTRUT PPORTS i 48" ANCHOR BOLT DRILLING LOCATIONS GUIDE FOR VAULT RACKING TWO 600 AMP CIRCUIT 4-4-94 SHEET 5 OF 7 CS1131 600 AMP ELBOW CONFIGURATION DIMENSIONS 1 3" 6" OR 24" END VIEW UNISTRUT WALL BRACKET NOTE: PORTABLE PARKING STAND SLIDES OVER A FIXED PIECE OF UNISTRUT TOOL GRABS AND ARE NOT INTENDED TO BE ` t LEFT IN VAULTS. 28° --f -----❑ 1000000000 2 „ I--18„ END VIEW PORTABLE PARKING STAND MISC. DIMENSIONS HOLES DRILLED TO LIGHTEN THE WEIGHT OF THE TOOL � "OF GUIDE FOR VAULT RACKING ELECT=TWO 609 AMP CIRCUIT to 0 UTLrry DES. REV. BY ORIG. DATE I E ERING OIRGER WI REVISED TGS/ 4-4-94 SHEET 6 OF 7 CS 1131 3� 24" UNISTRUT WALL BRACKET) 1 EACH) T CABLE CLAMP (3 EACH) 11f UNISTRUT KEEPER NUT (3 EACH) @6!' UNISTRUT (STRAIGHT STOCK) (3 EACH) 1/2" WASHER (3 EACH) 2 1 /2" x 1/27 BOLT (3 EACH) NOTES: 1) See sheet 2 for material requirements by application. ANEW DRAWING C7ff OF ELECT= rry UNISTRUT WALL BRACKET ASSEMBLY GUIDE FOR VAULT RACKING TWO 600 AMP CIRCUITS 4-4-94 SHEET 7 OF 7 CS1131 .. DIAMOND PACOVER • • . Jil r PAGE 542.00 HOLD DOWN ASSEMBLY. COURSE THREAD PENIA- HEAD BOLTS (TOTAL OF ) 1/2" x 2" SLOT FOR LID REMOVAL (2 -TOTAL) 52"x 12" ACCESS12" 2""x`2"x 1/„ OPENING ANGLE F ME 4" (GALVANIZED STEEL) 52" * 8" �10„ 4" ®\ �. 72„ PAD WILL OVERHANG 3X5 VAULT BY 3 1/2" ON 50" 18"x 0" ACCESS OPENING THE BACK, 1 1/2" ON THE SIDES AND 1 1/2" ON THE FRONT * FACES OF ACCESS OPENING TO BE FLUSH WITH INSIDE OF BOX. PAD FOR 200A SECTIONALIZINGCL SU E (TO BE PLACED ON TOP OF A STANDARD 3'X5' VAULT - SEE -CS1116) ADDED LID REMOVAL SLOTS SHEET 1 OF 3 ELECTRIC CONSTRUCTION STANDARD 200 AMP PADMOUNT R1 SECTIONALIZING L Redding Electric Utility DES/REV DATE ASST. WREOTOR m UTILITY OPE ATto 5 _ REvt5> wDw Dwo. ko. CBG/JCR Og/07/10 d Og115/20 CS1132 ITEM QTY. DESCRIPTION 1 1 BODY WELDMENT 2 1 COVER WELDMENT 3 3 MOUNTING BAR 4 1 1 WIND STOP 5 1 PENTA BOLT 6 6 5/16 - 18x1.125 HHCS 7 2 1/2 FLAT WASHER 8 1 1/2 - 13x1 HEX HD CAP 9 1 1/2 SPRING 10 1 1/2 ONE WAY WASHER 11 1 NEOPRENE GASKET 12 NOT USED 13 NOT USED 14 1 HANDLE WELDM'T 15 2 CARRIAGE BOLT 1/4 - 20 16 2 WHIZ LOCK NUT 1/4 - 20 4.00 52.00 26.00 ........� 1.50 r�-------------------------- i ii i i SECTIONALIZING CABINET PAGE MANUFACTURER PART NO. 542.E MAYSTEEL CC360-22 TH o E� * TO GET 3 - 4 WAY J -BARS INSTALLED BY MAYSTEEL ADD 3 COOPER POWER SYTEM o o PART #LJ215C4U TO THE ORDER. 7 NOTE: 1. ENCLOSURE SHALL BE FABRICATED FROM 12 GAUGE STEEL. MUNSELL GREEN POWDER COAT. 8 4 DETAIL "A" R1 i -i 0 0 0 60.33 REF PLAN (6).562 x 1.125 Lq� RD. END SLOT SEE' 22.00 _TAIL "A" 8.10 0 0 0 ----------- -s --------------- 0 0 0 -------- o a o a o E E3 E� o E� o o o CEO o® o 60.00 I I 20.50 _ r REF r FRONT SIDE REDRAWN SHEET 2 OF 3 Redding Electric Utility 200 AMP PADMOUNT SECTIONALIZING ENCLOSURE DETAILS PAGE IZING 542. Q2 E PAD WITH STANDARD 3'X5' VAULT BELOW (NOT SHOWN) ----------------------------- -------------- ------SECTIONALIZING SECTIONALIZINGco ENCLOSURE PLACE FRONT OF I PAD PARALLEL WITH SIDEWALK Y l I 3' MIN. 8' MIN. I u- I 0 ui I a VAULT ACCESS ¢ I CLEARANCE COVER CO AREA L----------------------------- J PLAN SECTIONALIZING ENCLOSURE --\ d r SET PAD 2" FINAL GRA EBOVE M !— FINAL GRADE mel �:��.1u SHEET 3OF3 ELECTRIC CONSTRUCTION STANDARD 200 AMP PADMOUNT SECTIONALIZING ENCLOSURE DETAILS Redding Electric Utility DES/REV DATE ASSISTANT DIRECTOR -DISTRIBUTION I REVISED DWG. NO. CBG/RLH 09/07/10 03/16/12 1 CS1132 PAGE 543 00 PRIMARY VAULT L-0— \A UTILITY TRENCH SIDEWALK 1.All conduits entering or exiting avault shall have a straight section that is perpendicular tothe outside vva| mfthe vault. Preferably the straight section of conduit will be 10' in length. If the location prohibits afull 1D'.the length maybe reduced - But under no circumstances shall the straight section of conduit be |aon than 1' in length an measured from the outside wall ofthe vault. 8. Conduits shall not cross or switch positions in the trench between vaults. REDRAWN PRIMARY CONDUITS SECTION "A" SHEET I OF I R4� REQUIREMENTS FOR CONDUITS x""Or- U ENTERING/EXITING VAULTS Redding Electric Utility DES/REV DATE ASSISTANT DIRECTOR -DISTRIBUTION REVISED GENERAL NOTES: UPPSE-4 1. This drawing provides the application, installation and ordering information for pad mounted load break primary circuit junctions utilizing separable insulated connectors. 2. Application is limited to sectionalizing circuits within the following equipment ratings: 12kV, 200 amps continuous. 3. Load break junctions are available in 4 -way configurations only. 4. Load break junctions may be installed in above ground pad mounted sectionizing enclosures only. For operation (sectionalizing), 8ft. clearance is required to operate the separable insulated connectors using standard live line tools. 5. Precast boxes which are to be used below sectionalizing enclosure should be 3' -0"x5' -0"x3'-6" deep minimum. (SEE CS1116) 6. Each junction box installation is a circuit sectionalizing point and must have one "J" number for operating purposes. 7. The "J" number shall be installed on the removable identification plate provided on the cover by the enclosure manufacturer. 8. All cables attached to the junction must be identified with cable sectionalizing tags (See CS701). MATERIAL (FOR SH.2 ) ITEM DESCRIPTION QN, 4 WAY COR STOCK CODE 1 Mounting Bars with Parking Stand Comes Pre-installed in Enclosure 3 — 2 Precast Concrete Box, 3' -0"x5' -0"x3'-6" See CS1116 1 E792.05 3 Separable Insulated Connector, 200A, as required See CS900) — — 4 Cable, Insulated, 15kV Size and Rating as required #2, 1/0, or 4/0 — — 5 1 Wire, Ground, No.2 AWG Stranded Bare Copper 20' E175.20 6 Conduit, as required See CS1010 CS1133 — — 7 Clamp, Ground Rod 3/4" 2 E383.07 8 Tap Connector, Compression Type, for No. 2 Cu. - to No. 2 Cu. See CS600 12 E770.01 9 Phase Designation Ta See CS701 12 E762.00 10 Cable Sectionalizing Ta See CS701 3 — 111 4 Way Bars with U Straps * 3 — 12 Precast Pad See CS1132 1 — 13 1 Sectionalizing Enclosure See CS1132 1 E750.00 * J -Bars are ordered with the sectionalizing enclosure and come pre-installed. ELECTRIC CREW A. Pull in primary cables, cut cables leaving approximately 20' and identify phases. Mark cables with phase and voltage designation tags and primary sectonalizing tags as required. B. Assemble junctions to their mounting bars. C. Mount function/mounting bar assembly to the enclosure. Make up ground bus, connecting to the ground rod as shown on Sh.2 and shown on CS1115 & CS600. D. Train cables into position and install separable connectors on cables. Place separable connectors on bushings as illustrated. E. Make final placement of tagging. F. Install "J" number on cover as required. G. Before energization check as follows: 1 1 Insure that all cable tags are properly installed, visible and easily readable. 2 Check continuity of primary connections. 3 Check continuity of ground connections. 4 Simulate primary cable movement to standoff position to determine proper operation of all components, proper cable training and possible physical interference with cable movement. 5 Check separable connectors for cleanliness and secure in place. 6 Insure that a "J" number, or the identification number, is on the enclosure cover. 7 Insure that all bails have a clearance of one inch or more from cover. 8 Insure that any foreign debris is removed from enclosure. (Papers, dirt, rocks, etc.) 9 Insure that all holes and areas around ducts have been grouted In. H. To check the proper operation of the voltage test points on the primary separable connectors after the cables are energized, each test point shall be tested with an approved voltage detector. I. Install enclosure covers and bolt down utilizing penta-head bolts whether energized or not. NEW DRAWING SHEET 1 OF 3 INSTALLATION OF PADMOUNT 200 AMP R�?_U LOAD BREAK PRIMARY JUNCTION Redding Electric Utility DES/REV DATE ASSISTANT DIRECTOR - DISTRIBUTION REVISED DWG. NO CBG/ 9/07/10 CS1197 UPPSE-4 ELEVATION VIEW GROUND TERMINAL ON MOUNTING BAR CONCENTRIC CABLE SHIELD GROUND NOTE: For cable training, see sheet 3 of 3. Leave twisted concentric tails approx- imately 3'-0" long to allow operation of elbows. NEW DRAWING Redding Electric Utility DES/REV CBG/ GROUND ROD GROUND TERMINAL GROUND WIRE, ON ENCLOSURE BARE CU. #2AWG LTAP CONNECTOR, COMPRESSION TYPE GROUND ROD GROUND CONNECTIONS SHEET 2 OF 3 INSTALLATION OF PADMOUNT 200 AMP LOAD BREAK PRIMARY JUNCTION DATE I ASSISTANT DIRECTOR - DISTRIBUTION I REVISED DWG. NO 9/07/10 -e-,, 0 CS1197 FIG. 1 PREFERRED F- lll. G ALTERNATE FIG. 3 ALTERNATE 3 -WAY JUNCTION PRIMARY CABLE TRAINING UPPSE-4 � �II IIII li�il I I1.1. J ALTERNATE II I[L- - FIG. 6 ALTERNATE 4 -WAY JUNCTION PRIMARY CABLE TRAINING NOTES : 1) The above illustrations are for the purpose of providing examples of cable entry and training when constructing a primary junction. 2) Cable training should not allow cable to be bent less than the minimum bending radius of cable (See CS211). NEW DRAWING SHEET 3 OF 3 ELECTRIC CONSTRUCTION STANDARD INSTALLATION OF PADMOUNT 200 AMP �_ LOAD BREAK PRIMARY JUNCTION Redding Electric Utility DES/REV DATE I ASSISTA IRECTOR- DISTRIBUTION REVISED DWG. NO. CBG/ 1 9/07/10 1 r NIL .r v 0 CS1197 GENERAL NOTES: 1 . This drawing provides the application, installation and ordering information for load break primary circuit junctions utilizing separable insulated connectors, 2. Application is limited to sectionalizing circuits within the following equipment ratings: 12kV, 200 amps, continuous and 300 amps, emergency. 3. Load break junctions are available in 3 -way and 4 -way configurations. 4. Load break junctions may be installed in manholes or splice boxes. For operation (sectionalizing), 8ft. clearance is required to operate the separable insulated connectors using standard live line tools. 5. Precast boxes which are to contain primary surface operable load break junctions should be 3'-O"x 5'-O"x 3'-6" deep minimum. Covers should be suitable for removal and reinstallation by one man. (SEE CS1 116 & CS1 117) i,. Each junction box installation is a circuit sectionalizing point and must have one "J" number for operating purposes. 7The "J" number shall be installed on the removable identification plate provided on the cover by the enclosure 9. All cables attached to the junction must be identified with cable sectionalizing tags (See CS701). ELECTRIC CREW & Pull �primary cables, cut cables leaving approximately 20'and identify phases. Mark cables with phase designation tags and primary sectionalizing tags uarequired, per CSO901. B. Assemble junctions 0mthe mounting bracket eaindicated onSheet 2. C. Mount junction bracket to the enclosure wall and make up ground bus, connecting to the ground rod as shown on Sheet 2. D. Train cables into position, per Sheet 3, and install separable connectors on cables. Place separable connectors on bushings as illustrated. E. Make final placement of tagging. F� Install ''J''number oncover amrequired. B. Before energizmuioncheck aafollows: (1) Insure that all cable tags are properly installed and visible from the surface, (2) Check continuity ofprimary connections. (3) Check continuity ofground connections, (4) Simulate primary cable movement to standoff position to determine proper operation of all components, proper cable training and possible physical interference with cable movement. (5)Check separable connectors for cleanliness and secure inplace. (6) Insure that a "J" number, or the identification number, is on the enclosure cover. (7) Insure that all bails have a clearance of one inch or more from covers or removable beams. (8) Insure that any foreign debris is removed from enclosure. (Papers, dirt, rocks, etc.) (9)Insure that all holes and areas around ducts have been grouted in. K. To check the proper operation of the voltage test points on the primary separable connectors after the cables are energized, each test point shall betested with anapproved voltage detector. |. Install enclosure covers and bolt down utilizing penta-head bolts whether energized or not. UPDATED MATERIAL TABLE, ELECTRIC CREW AND UPDATED CAD STANDARDS SHEET 1 OFW THREE OR FOUR WAY CIRCUIT 4 3141' .4'-3- V-6" V-6" Li q a «« -- - ' =-- - - -------------10 ---- — _ _d®_ - --- -- - 112" a A® d y 7112" ' I 1 1 2 loll I i 9 1 °• I 4 R i NOTE 1 - ALT.'GD. LOCATION 2SEE ET #FOR7 I, 6 ' CABLE TRAINING I ELEVA TIVIEW "IN-LINE" CONSTRUCTION GROUND TERMINAL GROUND WIRE, t APPX. SEA ON JUNCTION BARE CU. #2G ` ' `�,r° �® �. LOCATION flf'Y t l 1 T7, __j 7 112" CONCENTRIC CABLE IV SHIELD GROUND , gyp. f�,f 000«� TAP CONNECTOR, COMPRESSION TYPE G LTE ATE GROUND ROD "' a LOCATION d9' p GROUND .p.d TI IL ., MOUNTING ASSEMBLY NOTES: 1. Leave twisted concentric tailsapproximately'" long to allow operation of elbows. UPDATED DETAIL WAND UPDATED CAS? STANDARDS SHEET ELECTRIC CONSTRUCTION STANDARD INSTALLATION L 1 JUNCTION Redding Electric Utility DES REV DATE AS T. ECT4R - UTVW OPERATIONS REVISED fill DWG. NO. O/JCR 16/U777703118120 1 CS1198 -7 3/4" 1'-3" 1 V-3" 4 1/4" 4 O 6 1/2" 1 E.D. LABEL 0 3 5 4'-1 1/4" 2 -THREADED 4 - 9/16" O FOR 1/2" - 13 TPI MOUNTING HOLES GROUND LUG 1/2 - 9/16" 0 FRONT VIEW HOLES 2" i i 6 5/8" Fur. v'Cvv «-�/Fv xsi®vLLv NOTES: 1. TO BE INSTALLED IN TX 5' VAULTS. 2. MOUNTING BAR WILL WITHSTAND A MINIMUM 400 LB LOADING TO INSTALL OR REMOVE ELBOWS. REVISED FRONT & SIDESHEET 4 OF 4 CONSTRUCTION rSTANDARD INSTALLATION OF 200 AMP LOAD BREAK Im '• ETNA1 1. li _ i• is MATERIAL LIST ■ ESCRIPTION = I CLIP MOUNTING RAILS ADJUSTABLE LOCATION STAINLESS STEEL PARKING! CLIPS 0STAINLESS STEEL MOUNTING 3/8" DIAMETER PPER GROUND BAR - 2 PLACES NOTES: 1. TO BE INSTALLED IN TX 5' VAULTS. 2. MOUNTING BAR WILL WITHSTAND A MINIMUM 400 LB LOADING TO INSTALL OR REMOVE ELBOWS. REVISED FRONT & SIDESHEET 4 OF 4 CONSTRUCTION rSTANDARD INSTALLATION OF 200 AMP LOAD BREAK Im '• ETNA1 1. li _ i• is GENERAL NOTES: 1. These drawings illustrate the most frequently used riser arrangements. It is not practicable to include all possible arrangements because of the large number of possibilities. When required to meet unusual conditions, modifications of these designs may be made in the field following the principles illustrated. 2. The tennhno| fittings of risers or runs of conductors of 0-750 volts, |nato||o6 on the surfaces of po|oo, eho|| not be within the climbing space. Unprotected leads tnorfrom such terminals shall not pass within the climbing op000. 3. Cable and the terminals ofrisers orruns ofmore than 750 volts, oho|{ be arranged with as little exposed surface oopracticable. 4. Terminals of risers or runs ahoU not extend above the level ofline conductors to which they are connected. 5. All ground wires, conductor sheaths (metallic ornon-metallic braids, tapes, or metal conduits, and hardware used for attaching risoraorrunotn poles, nhcA| not boless than 1-1/2^ from the oirni|or equipment of communication lines and from guy shims, bolts, braces, pole steps, and other hardware not oaooniutod with the riser or run. In cases where it is not practicable to obtain at |nont 1-1/2^ of air -gap and creepage distance, suitable insulating sheet fiber or other suitable mnoono aho1| be used to obtain o creepage distance of not |uoo than 1-1/2^. Vertical runs, riser, ground wires and hardware ohoU be so located that they do not interfere with the the free use of pole steps. O. Any one of the following may be installed in any 4 -foot var ioco| section of climbing apomz ground wire covered in wood mou|ding, onrnnnun|coUon terminal box, or ome guy wire. 7. In eidawo|h onooa terminate the riser conduit band 1^ to 1-1/2^ above theoide*do/k |nva| and install the bottom ofthe reducer boot at or above the sidewalk level to facilitate future removal of the riser molding if required. 8. Lightning Arrester Lead Wire (o) The |eo6 wire to the lightning arrester should be the nnnn* conductor size orequivalent as the ground (aod to the lightning orn,otor. (b) The lead wire should be kept too minimum length. (r) Any splice connector should be o compression typo. 9. PVCU-shaped molding shall not bainstalled in the climbing space. 10. . Install a PVC back-up plate within 8ft. of the ground. 11. Reducer boots are applicable when osize ofPVC U-shaped molding smaller than the conduit bend is used. Reducer boots also are applicable for joining o length ofPVC U-shaped molding to o smaller sized length ofPVC U-shaped molding. 12. Attach molding with 1/4- x 1 1/2" galvanized washer head \my screw installed in each slotted hole ofthe flanges at 18 inch intervals below the ft. |ovo| and at 36 inch intervals above the 8 ft. level. 13, Install the washer head lag screw snug against the flanges but donot drive tight inorder b permit expansion of the molding because oftemperature changes. ATRANSFIEFFM TO ACAD, DELETED SHEET TOP VIEW FASTENER 1/4" WASHER HEAD LAG SCREW BACKUP PLATE PVC MOULDING CONDUCTORS BACKUP PLATE PVC U -SHAPED MOULDING WITH FLANGE, 10' LENGTH. DUCT TO RISER FITTING PAGE 547.00 STANDARD DUTY SCH. 40 PVC (Use 8' Above Ground) STOCK CODE CARLON NO. SIZE E381.92 59011 N 2" E381.93 59213N 3" E381.94 59215N * 4" E381.96 59216N * 5" HEAVY DUTY SCH. 80 PVC (Use Below 8' on Pole) STOCK CODE CARLON NO. SIZE E381.12 59411 N 2" E381.14 59413N 3" BACKUP PLATE (Use First Section on Pole) STOCK CODE CARLON NO. SIZE E381.99 59111 2" E381.95 59113 3" E381.97 59115 4" E381.98 59116 5" I�111i>f�ril:l��:l����l►[e�_1�L1i��:1 STOCK CODE CARLON NO. SIZE — E939JL 3x2 — E939NLX 4x3 — E939PN 5x4 E380.02 E939RP 6x5 E380.03 E939N (4x3) 4x4 — STRAP CONDUIT KINLINE NO. CODE FURNISHED AND — 477-2 2" TO POLE Q INSTALLED BY REU 6" FINAL GRADE 2" MAX J� V FURNISHED AND INSTALLED BY STRAP SUPPLIERS z CONTRACTOR SCHEDULE 80 RISER BEND SERVICE, 24"R (2"C) STOCK KINLINE NO. CODE SIZE — 477-2 2" — 477-4 4" — 477-6 6" Uj 36 (4 C) SECONDARY,, 36"R (4"C) *NOTE: PRIMARY, 36"R (4"C) ADEQUATE STRENGTH FOR USE 48"R (6"C) BELOW 8' ON POLE ELEVATION VIEW REDRAWN SHEET 1 OF 1 ELECTRIC CONSTRUCTION STANDARD RUPOLE RISER DETAIL V - Redding Electric Utility DES/REV DATE ASSISTANT DIRECTOR - DISTRIBUTION REVISED DWG. NO. /RLH 02/01/85 i.- ` 1 05/22/12 5 CS1210 CONCENTRIC NEUTRAL SECONDARY LEVEL TO PRIMARY CONDUCTOR-/ SIDE VIEW TO PRIMARY CONDUCTOR Y10D 1) 9. 11 "R FUSE 30" MINIMUM TO NEXT LEVEL 2 & SEE DWG. 72" CS290OR]R MIN15. . | `�'| GROUND|NG I DETAILS AII UPR.43/41 FR 3O^POLE WRAP LOCATED ABOVESECONDARY Mel FIRST 8'OFRISER WILL REQUIRE BACKING PLATE AND LAG BOLTS EVERY 18". SEE DRAWING CS121O FOR PART NO'S -SEE DRAVY|N6CS12O1FOR GENERAL NOTES. - SIDE '- - ' ----_SEE CS2900 FOR GROUNDING DETAILS SHEET 1 OF 2 UPDATED TITLE BLOCK & CAD STANDARD & ADDED 30'POLE WRAP ELECTRIC CONSTRUCTION STANDARD RE::LJ 200 AMP/100 AMP/SBD - 12KV RISER DES/REV DATE ASST. DIREOTOR - UTILIT/Y OPERATIONS REVISED DWG. NO. - 36 / 36" X 36" 200 AMP CUTOUT & OR / CLIMBING SPACE ARRESTOR 30OR COMBINATION 31 OR" MIN. 3 L r i 9'CROSSARM 1 it Oil ) O It 110 /II O \ III / O II Oil O \ \ 110 II 1 -EFET" v PREFERRED RISER C& LOCATIONS IVIFXTJ - UPR -43/41 UPR -43/41 FR ITEM QUANTITY UPR -43 UPR -41 DESCRIPTION COR STOCK CODE No. 1 1 1 CROSSARM, WOOD -9' E220.89 2 3 2 ARRESTER 7.65KV MCOV E 40.95 3 3 2 FUSE HOLDER, 200 AMP FUSE CUTOUT WITH 200 AMP FUSE DOOR E235.30 4 3 2 BRACKET - 5 2 2 BRACE, FLAT 32" E221.32 6 60 60 #2 COVERED COPPER GROUND WIRE (7 STRAND) E175.26 7 7 7 STAPLES E312.28 8 2 2 SIGN, HIGH VOLTAGE E313.13 9 15 10 PRIMARY JUMPER WIRE #2 BARE CU E175.24 10 4 4 SIGN - FUSE NUMBER E237.01 12 4 4 MOLDING - 4" SCH.40 E381.94 13 1 1 BACKUP PLATE 4" E381.97 14 16 16 1/4" WASHER HEAD LAG SCREWS E 1.00 15 1 1 5" "J"- HOOK E 1.04 16 1 1 CABLE PROTECTOR E110.08 17 CABLE GRIPS - 18 1 - MACHINE BOLT 3/4"x LG. REQ'D E 5.XX 19 1 1 SQUARE WASHER 3/4"x 2 1/4"x 2 1/4"x 3/16" E734.75 20 1 1 CRV. SQ. WASHER 3/4"x 3"x 3"x 1/4" E734.77 21 1 1 SPRING WASHER 3/4" E734.79 22 1 1 SQUARE NUT 3/4" - 23 3 2 STRESS CONE OUTDOOR TYPE FOR #2 AL E806.19 24 3 2 STRESS CONE OUTDOOR TYPE FOR 4/0 AL E806.19 25 2 2 MACHINE BOLT 1/2"x LG. REQ'D E 3.XX 26 4 4 ROUND WASHER 1/2" E734.69 27 2 2 SPRING WASHER 1/2" E734.80 28 2 2 SQUARE NUT 1/2" - 29 1 1 LAG SCREW 1/2"x 5" E 1.02 30 100 AMP FUSE CUTOUT WITH 100 AMP FUSE DOOR E235.66 31 FUSE CUTOUT WITH 300 AMP SOLID BLADE E235.70 NOTE: ADDITIONAL WILDLIFE, BIRD AND RAPTOR PROTECTION FOR ALL ASSEMBLY POLES LOCATED IN TIER 2 OR 3 FIRE THREAT ZONES. ITEM DESCRIPTION QUANTITY CODE NO. 32 ARRESTER TYPE SPU 3 E40.94 33 FUSE HOLDER COVER 3 E771.05 34 POLE WRAP 30" E540.10 35 COVERED PRIMARY JUMPER #2 CU, OR SIZE AS REQ 20' E175.27 36 BORIC ACID FUSE CUTOUT - FOR >20 AMP FUSES 3 E235.55 UPDATED TITLE BLOCK & CAD STANDARDS & UPDATED TABLE & ADDED FIRE ZONE TABLE ELECTRIC CONSTRUCTION STANDARD R E::LJ 200 AMP/100 AMP/SBD - 12KV RISER City of Redding DES/REV DATE ASST. DIRE TOR - UTILIT/Y OPERATIONS REVISED Electric Utility I TGS/WCH 1 12/04/91,/* ° 04/06/21 il:43% CS1220 F STAPLES AND HARDWOOI MOULDING AS REQU REDD 11 7 72" _ MIN. TABLE A NEXT LEVEL DISTANCE TRIANGULAR SWITCH 48" CROSSARM SWITCH " AT POLE TOP 48" " BELOW POLE TOP 60" NOTES: 1. SEE DRAWING CS1201 FOR GENERAL NOTES. 2. CONNECT CONCENTRIC NEUTRAL TO ARRESTER GROUND LEAD AS CLOSE AS POSSIBLE TO ARRESTER UPR -63 5' J -BOLT ATTACH CABLE GRIPS HERE INSTALL CABLE PROTECTOR FIRST S'OF RISER WILL REQUIRE BACKING PLATE AND LAG BOLTS EVERY 18". SEE DRAWING CS1210 FOR PART NO'S. �J I '-SEE CS2900 FOR Q5 MADE REFERENCE DWG. GROUNDING DETAILS SHEET 1 OF 2 ELECTRIC CONSTRUCTION STANDARD aFY OF ® 600 AMP 12KV RISER ECTRiC U►O1r1 DES REV I DATE I E29EERING UMCER 404 jRQJISED ADWG. NO. ..................................................... RO/RO 12/7/90 /5 CS1221 1 1r)E3 Fl%—Qo --l/ - UDS D nFO S 750AL /--) CATIONS LONG BOLT ;ROUNDING ITEM QUANTITY DE5,C;RI_PTION COR STOCK NO. 1 1 3 A RISER BRACKET I K #3353 OR JOSLYN J 3 -MS) E766.57 2 3 A 7.65KV MCOV(S-t�[C"O) E 40.95 3 3 dAQI-EMINATION - PM HEAD --L FOR 1009AL---, E806.30 4 3 CABLt-TEAMINATION - POT/'K41!� - FOR 75ALE806.28 5 2 BOLT COVERS, INSULA 10// // E541.11 6 60 #2 BARE COPPER Gk0UWD4-W(F?t (7 STRAND)------/ E175.24 7 15 STAPLES E312.28 8 1 HIGH VOLTAGE SIG O/ E313.13 9 PRIMARY JUMPER SIZE AS REO'D)-----, 10 1 SWITCH NUMBER 11 1 HARDWOOD MOUtUNG::!�z E382.10 12 4 C SCH.40 M994 -PING-'-./ E381.96 13 1 Er BACK P Z� ,�z E381.98 14 1 24 lle WASHP/VAG SCREWS E 1.00 15 1 5' "J" BOT - �, / / E 1.04 16 1 CABLE PROTtC-TQR E110.08 17 CABLE 9" 18 2 MACHItjt/BPtf--',Z/ex LG. REQ'D E 5.XX 19 2 2-1/ex 2-1 SQ:UA A HI -11ex 3/le E734.75 20 2 .V4!x !UR D ARE WASHER 3/4!x Yx 3"x l�e E734.77 21 2 3/V S G/WASHER E734.79 22 2 3/47 SQUARL NUT 23 3 COMPRESSION CONNECTOR FOR #2 GROUND WIRE E770.02 24 1 MACHINE BOLT ll:ex LG. REQ'D E003,XX 25 1 11Z ROUND WASHER E734.6,19 26 1 11Z SQUARE NUT * AS REQUIRED A", MADE REFERENCE DWG. SHEET 2 OF 2 600 AMP 12KV RISER FUSION TAPE ON TERMINATIONS (T2/T3FIRE AREAS) SECONDARY LEVEL @A-1 TO TOP MOUNTING BOLT OF SWITCH @ � - OR �� k�)^ | «�' ^ | OR /� � � \ | ���' | _ (�) CO 6-S011101MIN9 CD CY) 72" COVER ANY EXPOSED GROUND WIRE ASREQUIRED WITH 1/2" PVC MOULDING ` 1. SEE DRAWING C81201FOR GENERAL NOTES. 2. CONNECT CONCENTRIC NEUTRAL T0 ARRESTER GROUND LEAD ASCLOSE AG POSSIBLE T0ARRESTER upoAreo RE::L) -' City of Redding DES/REV Electric Utility RO/JCR 09/02/97 24" MIN. K4|N. BRACKET MOUNTING BOLT " CONDUCTOR COVER OVER JUMPEHS(T2/T3 FIRE AREAS) 5"J -BOL ATTACH CABLE GRIPS HERE 13INSTALL CABLE PROTECTOR 30" WILDLIFE POLE WRAP. USE |NT2/T3FIRE THREAT AREAS 600 AMP - 12KV RISER 12211 FIRST 8'OF RISER WILL REQUIRE BACKING PLATE AND LAG BOLTS EVERY 18". SEE DRAWING CS1 O 600 AMP - 12KV RISER �'iIQ:&TlIATh UDS DEFAULT IS 750AL UPR -63 UPR -63 FR 36" X 36" CLIMBING SPACE PREFERRED / RISER LOCATION Q*UT 1 --IM ITEM 9 FUSION TAPE ON TERMINATIONS DESCRIPTION OR (T2/T3 FIRE AREAS) 1 CONDUCTOR COVER 3 PHASE RISER BRACKET CONTINENTAL ELECTRIC CATALOG NUMBER (GPB3-0-568M-4818-CAT12) o OVER JUMPERS (T2/T3 2 26 FIRE AREAS) ARRESTER 7.65KV MCOV SEE CS2190) OR 4 3 2 FUSION TAPE ON 1 CABLE TERMINATION - SILICONE RUBBER TERMINATION KIT 3M-5644 TERMINATIONS 4 1 (T2/T3 FIRE AREAS) 0 30" 3 5 2 18 E541.11 19 71 -TT -1 20 E175.24 21 8 22 �' 23 �'iIQ:&TlIATh UDS DEFAULT IS 750AL UPR -63 UPR -63 FR 36" X 36" CLIMBING SPACE PREFERRED / RISER LOCATION Q*UT 1 --IM ITEM QUANTITY DESCRIPTION COR STOCK NO. 1 1 3 PHASE RISER BRACKET CONTINENTAL ELECTRIC CATALOG NUMBER (GPB3-0-568M-4818-CAT12) E766.57 2 3 ARRESTER 7.65KV MCOV SEE CS2190) E 40.95 3 3 CABLE TERMINATION - SILICONE RUBBER TERMINATION KIT 3M-5644 E806.20 4 3 TYPE 2 CONNECTOR SEE DWG. CS830 - 5 2 BOLT COVERS, INSULATED E541.11 6 60 #2 BARE COPPER GROUND WIRE 7 STRAND) E175.24 7 * STAPLES E312.28 8 1 HIGH VOLTAGE SIGN E313.13 9 * PRIMARY JUMPER WIRE SIZE AS REQ'D - 10 1 SWITCH NUMBER SIGN - 11 1 HARDWOOD MOULDING 1" E382.10 12 1 4 6" SCH.40 MOULDING E381.96 13 1 6" BACK PLATE E381.98 14 24 1/4" WASHER HEAD LAG SCREWS E 1.00 15 1 5" "J" BOLT E 1.04 16 1 CABLE PROTECTOR E110.08 17 * CABLE GRIPS - 18 2 MACHINE BOLT 3/4"x LG. REQ'D E 5.XX 19 2 SQUARE WASHER 3/4"x 2-1/4"x 2-1/4"x 3/16" E734.75 20 2 CURVED SQUARE WASHER 3/4"x 3"x 3"x 1/4" E734.77 21 2 3/4" SPRING WASHER E734.79 22 2 3/4" SQUARE NUT - 23 3 COMPRESSION CONNECTOR FOR #2 GROUND WIRE E770.02 24 3 MOUNTING BRACKET 3M MB -6 E806.31 * AS REQUIRED NOTE: ADDITIONAL WILDLIFE, BIRD AND RAPTOR PROTECTION FOR ALL ASSEMBLY POLES LOCATED IN TIER 2 OR 3 FIRE THREAT ZONES. ITEM DESCRIPTION QUANTITY CODE NO. 25 COVERED PRIMARY JUMPER 4/0, OR SIZE AS REQ.* - E175.40 26 ARRESTER TYPE SPU 3 E40.94 27 POLE WRAP 30" E540.10 * CONDUCTOR COVER INSTALLED OVER EX. JUMPERS IS ACCEPTABLE. UPDATED ELECTRIC CONSTRUCTION STANDARD R E::L) 600 AMP - 12KV RISER City of Redding DES/REV DATE ELECTRIC MANAGER - ENGINEERING REVISED Electric Utility RO/WCH 09/02/97 02/15/23 SHEET 2 OF 2 CS1222 ,II IIIIIIIII� I �I �� MEMO DESCRIPTION COR STOCK NO, ©0O© MOULDING, " _ - :e • • , M#ULDING PLATE, PVC it WIRE 'dM#UNN, #2 8AIE GU �iMCI PROTECTOR, CABLE =Omni : WIRE GROUND SEE (I - i r �3cT:Tctif� CLAMP. PARA. GROVE (PG) 2/0 36" MIN. COMMUNICATION LEVEL CONNECTORS SHOWN ARE PARALLEL GROVE (PG). SEE WAREHOUSE DATABASE FOR PIN TYPE TRANSFORMER CONNECTOR. IUCT-TO-RISER FITTING �l E • a• -a t BACKING PLATE, MOLDINGAND LAG BOLTS 18". SEE DWG. CS1210 R PART R • SEE + i. GROUNDING DETAIL SHEET I OF ELECTRIC CONSTRUCTION STANDARD 2" AND 41' SECONDARY / SERVICE RISERS z�„ z n ^ i f T VI 30" SECONDARY EY LEVEL 24" MAX. 10" MIN. 30" 72" ®I VIEW 0 0 ° COMMUNICATION LEVEL SECONDARY 10" MIN. TANGENT AERIAL 24" LEVEL MAX. _�. 8" SECONDARY LEVEL 72" 24" MAX. 10" MIN. INSTALL GUY AS REQ. 72" MAINTAIN 1-1/2" COMMUNICATION I HARDWARE LEVEL CLEARANCE COMMUNICATION LEVEL SIDE VIEW @ TRANSFORMER DEADEND AERIAL CHANGED TO DRIP LOOPS SHEET ELECTRIC CONSTRUCTION STANDARD R! mu SECONDARY AND/OR Redding Electric Utility DES/REV DATE L IC MAN ACa ENGINEERING REVISED DWG. NO. TGS/JCR 01104/91 .� p;,„'` �,� „ ,`°�, 12115/17 CS1230 Attachment F: SAMPLE CONSTRUCTION PLANS (WORK ORDERS RFP — Electric Utility Line Construction Contractor Page 43 of 48 AL TOTAL CIRCUIT FEET REPLACED GENERAL NOT,ES r--7 1 PHASE CIRCUIT FEET REPLACED 200 AMP 6276 1. SECONDARY SYSTEM NOT SHOWN FOR CLARITY fj 3 P , HASE CIRCUIT FEET REPLACED 200 AMP 6669 T4090 3 PHASE CIRCUIT FEET REPLACED 600 AMP 4456 'T3003 50 167 CONSTRUCTION NOTES TOTAL CIRCUIT FEET REPLACED 17401 FT I REMOVE EXISTING CONDUCTORS. INSTALL NEW 750 EPR AND CONNECTIONS I-Ri 60- IN EXISTING SWTCH. U4 TOTAL PRIMARY BOX REBUILDS T3004 3-2164L r__7 T4003 167 U2. REMOVE AND REPLACE EXISTING 600 AMP 3X5 200 AMP SPLICE BOX 20 CONNECTORS IN EXISTING VAULT. 167 C'14' 64 Z!4j T3673 08 600 AMP SPLICE BOX 7 100 200 AMP CONNECTORS IN 4X8 1 U3. REMOVE EXISTING CONDUCTORS. INSTALL NEW 2/0 EPR T3005 2- "'11 750 EPR CONDUCTORS IN EXISTING CONDUIT 0 167 z -"A TOTAL SPLICE BOX CONNECTOR REBUILDS 28 REMOVE AND REPLACE EXISTING 200 AMP J -BARS p"'A i�' TING SPLICE BOX. J -2163L 2 , - 2/0 fp?, AND LOAD BREAK ELBOWS IN EXIS REMOVE EXISTING CONDUCTORS. INSTALL NEW 2-2/0 EPR 2/0 EPR CONDUCTORS IN EXISTING CONDUIT. CIV Z!2 REMOVE AND REPLACE EXISTING 600 AMP CONNECTORS. REMOVE AND REPLACE EXISTING 200 AMP J -BARS AND LOAD BREAK ELBOWS IN EXISTING VAULT. U7. REMOVE AND REPLACE EXISTING CONDUCTORS AND RISER ASSEMBLY REMOVE AND REPLACE EXISTING LOAD BREAK ELBOWS IN EXISTING TRANSFORMER 1540- T q/ """'N Epp, REMOVE AND REPLACE CONDUCTORS AND LOAD BREAK 55 ELBOWS FROM TRANSFORMER OR SPLICE BOX TO 0/, TRANSFORMER (END OF LINE) �9 2 11 _Uo �v '2 P LO C14 00 0 CL 75 C'4 2 EPR T5456L 75 Colt) T5382L 50 47 2- 0 EPR 27 S� LU 45 7'5457L 31?10 rs.461t co 75 J -182&L 00 KT) b.. W to -,PR j 4114 , C X s 49, 4/0 78 4*PR 9 0 1081 7 f 40K 4 LTOP 0 E217 4 (,) 1 4, 10'�A'-'LA HIL 4PR 200 EPR 03 7856L J -2692L 750 EPR J -212_3L 4';10X� P 789L 0 3-2/0 EPR 00 '8 Qlxr�N,11c 4815 4817 T1 750 EPR ZL9/ J -2279L 7_1� 0145L 7 2475 300 48161-1481,9 140T REVISIONS DESIGN BY J -P I 1 11 N I GR'EE MISSION, pmmmmmmmm� mmmmmmaq mm VERIFY SCALE HILLTOP DR, ST. THOMAS PKWY. AND SANDPOINT DR. WORK -ORDER NO. MARK DATE 0ESCMP110N By CK'D Appk DRAWN BY J.PINGREE BAR IS ONE INCH ON �>ECKED BY C[RCUIT MAp_�f-13 D 20-089 ORIGINAL DRAWING. 0 liiiiiiiiiiiiiiiiiiiiilm 1 11 ATLAS NO K-26, K-27 IF NOT ONE INCH ON SCALE DATTE APROVED BY: REPLACE UNDERGROUND CABLE REVISION: THIS SHEET, ADJUST AS NOTED 6/24/20 ASSISTANT DIRECTOR - Know whats below. SCALES ACCORDINGLY UTILITY OPERATIONS Redding Electric Utility Call before you dig. SHEET 1 OF 2 GENERAL NOTES 1. SECONDARY SYSTEM NOT SHOWN FOR CLARITY CONSTRUCTION NOTES Q.� REMOVE EXISTING CONDUCTORS. INSTALL NEW 750 EPR AND CONNECTIONS IN EXISTING SWITCH. U2. REMOVE AND REPLACE EXISTING 600 AMP CONNECTORS IN EXISTING VAULT. 5, 7> REMOVE EXISTING CONDUCTORS. INSTALL NEW IL71IJ TING CONDUIT f 750 EPR CONDUCTORS IN EXIS T525�1_ T5255L 751� 4. REMOVE AND REPLACE EXISTING 200 AMP J—BARS U VD 75 AND LOAD BREAK ELBOWS IN EXISTING SPLICE BOX. 5. REMOVE EXISTING CONDUCTORS. INSTALL NEW f U 2/0 EPR CONDUCTORS IN EXISTING CONDUIT. X 0 SL U6. REMOVE AND REPLACE EXISTING 600 AMP CONNECTORS. T3724 uj REMOVE AND REPLACE EXISTING 200 AMP J—BARS 1jL4,pCED1 AND LOAD BREAK ELBOWS IN EXISTING VAULT. 300 -4 ---7 f C L IV Z�3j c,;1 C-4 p U7. REMOVE AND REPLACE EXISTING CONDUCTORS AND R- RISER ASSEMBLY c� 011 T5230L 01 "Lo REMOVE AND REPLACE EXISTING LOAD BREAK ELBOWS 0 50 IN EXISTING TRANSFORMER r--- < jr 8) �c uj ut Z!0j U9. REMOVE AND REPLACE CONDUCTORS AND LOAD BREAK T5249L ELBOWS FROM TRANSFORMER OR SPLICE BOX TO 75 TRANSFORMER (END OF LINE) 0 �v S\ - N, V N N d,� fo 174p T9892L �7' 300 Z12 - /0 6' T5254L T52`5� T4090 T3`03L LLt45jL 75� 75E� T4003[- T30041- 16 74 J2727L J2180 11 167 T3724 -L 167 T5247L 300 T52 210 CpR T3005L TJ673 T4390L 30L V, 75 167 J1846L 50 167 100 hT5249L b 75 J2164L 1 16 'Z. .0 R 75 2/ 6,� �olo �jo T52 51 t T7984L J2163L 0 g 17 50 b L fe P's J1 847L T7982L T5453L 9 T6379LE] 2,9 13��kl _,7601, 50 1IR26t 75 75 J1488L T5256L T6954L �J2863L 75 5 7� 63 0 7 L el, /,0 -p 7 5 e - 11 '21 Z� ;4 4 lx� ii 487LMf2T8000 - 0 J27251- %�6 50 12161 L1, cl!� T5456L 9 1_5247L Li T6367L T7981 L T6994 50 7 75 "? 100 J, AV J1 486L J182 1486 J1 848L T7401L T5382�, 50 4L/ 75 100 >e z 1200R 50 111828L F_ yr\ 0co T6989L 1583 118 4 9 L%,Q? T6411L > ,40 100 1 OOK 4�7 4�6 361L 75,� 1% "j 4,j T54�7L 1081 6 75 T6414L 140K 2430 75 100 1 10K N �0 B,V W D SURG� 'f�NK T109CISL 1567, 75 40 2384L J2692L 11 HILLTOP DR.. 61 100 J21 2�� _75c� EPR J1 856 T581 L 75 4:5 J2507L h s ar I J2848L, J2279L 2304 '90' �0?j 2896 I OOK T61 1 OL T5420 "0 J2849L J3465 13 C�s 1,3" 3T5V N T6114L 710� PRIMARY KEY SKETCH 1"=400' (CITY USE ONLY) REVISIONS DESIC3,N BY J.PINGREE WORK -ORDER NO. CK'D ____ A PR, VERIFY SCALE J.PINGREE HILLTOP DR, ST. THOMAS PKWY. AND SANDPOINT DR. VARK DATE DESCRPTIOP4 BY DRAWN BY BAR IS ONE INCH ON CHECKED BY 20-0819 ORIGINAL DRAWING. CIRCUIT MAP 0 ATLAS NCi 2 6, K — 2 7 11 _&tA� IF NOT ONE INCH ON SCALE DATE AIP _6VED BY: REPLACE UNDERGROUND CABLE REVISION - SHEET, ADJUST AS NOTED 6/24/20 AErIsITANT DIRECTOR Know whot's below. SHEET OF THIS Redding Electric Utility 2 2 SCALES ACCORDINGLY UTILITY OPERATIONS L Call before you dig, J ommommoom i 11 "o RD. CA 71ERPILLAR __4 BREA 0 APPROX. 145 3%5 j -1421L I 420L 5 X 5 LLAR RD. 2()- A 27 C,4 TERN SEE v .. ....... ... 600 Pmp, FOR CCIN Toi ATION 4001 4002 S J"AL - 2 750 401C IN U 1- 750 2/0 INSTALL 2/0 EPR FROM 8 REMOVE 4 /0 XLA FROM Z j3 SP C T4032L Ir 2��7 2/0 000 4003 150 4/ 5 NEW PME-9 10 J -3826L J-1410 To J -1411L ISTALL 750 EPR FROM NEW 4 L___j 1-7 IN H To J-1412 3-1103 sjql�c�j S2151 REMOVE '750 XLA 9 REMOVE 750 XLA FROM Z_!21 PME-9 SWITC C� INSTALL 750 EPR FROM j- 1421 Q' FROM J-1410 T 97 J-1410 TO J-1412 14/ J-10761. 6 PME-11 TO NEW PME-9 TOES 4/0 )(1-A INSTALL _7 PME-11 SWITC 3 5 3- 12, ............ �j �j NN�O� 20 3X5 C()O 11L j -1102L -14 INSTALL NEW 750 EPR REMOVE 4/0 XLA zTCONNECTORS AND NEW FROM J --,3826L J_i4b INSTALL 2 0 ELBOWS TEST ELBOWS TO J-1410 IN EXISTIN J -BOX ovq 40 6" 3 INSTALL T3711 10 3-2/0 EPR 300 REMOVE PME-5 SWITCH AND CONDUCTORS REMOVE PME-5 SWITCH INSTALL PME-9 SWITCH T3707 T3708 CAP CONDUIT AND 7 50 75 AND CONDUCTORS 11 CONTRACTOR TO INTERCEPT INSTALL ELECTRONIC 00 MARKER CONTRACTOR TO TIE EXISTING CONDUITS AND T5939L EXTEND TO NEW SWITCH 500 CONDUITS AND REMOVE VAULT INSTALL 2/�O ELBOWS 4X8 VAULT IN EXISTING J -BOX P_/ P-2 F-2 140K 140.ff D N�7 N 225 J GENERAL NOTES 1 SECONDARY SYSTEM NOT SHOWN FOR CLARITY 2. SEE W.O. 20-127 CONTINUATION OF CABLE REPLACEMENT SEE W.O. 20-127 FOR CABLE REPLACEMENT IN THIS AREA Soo" TOTAL CIRCUIT FEET REPLACED SWITCH DATA �u 3 PHASE CIRCUIT FEET REPLACED (200A) 351 3 PHASE CIRCUIT FEET REPLACED (600A) 748 4444 SWITCH NUMBER 4001 0 0 �40 REU NO. 4003 A SIZE TYPE NOTES __ — c' CO a I TOTAL CIRCUIT FEET REPLACED 1099 FT 010;'6L 14 750 T4032 a. d- 150 EPR 4539 140K PME-5 TO BE REMOVED 4540 600A NON FUSED PME-5 TO BE REMOVED /0 EPR Nle 4068 140K PME-5 TO BE REMOVED -4 -4 BRADLEY D (IV TOTAL PRIMARY BOX REBUILDS 4069 600A NON FUSED PME-5 TO BE REMOVED R 8,3 6LO 0 co �4 S2151 600A NON FUSED 2—WAY SUB SURFACE TO BE REMOVED 10 0 REMOVE 4X8 600 AMP VAULT 1 SWTCH S2151 P-1 600A NON FUSED PME-9 C mm M" Waft ]aft L 4X8 VAULT VATH SUB—SURFACE SWITCH 1 amft P-2 600A NON FUSED PME-9 3X5 200 AMP J—BOX 2 N F-1 1 40K PME-9 F-2 140K PME-9 TOTAL SPLICE BOX REBUILDS 4 ----PRIMARY KEY SKETCH s 1"=400' ICITY USE ONLY) Boom= mmmm" REVISIONS DESIGN BY J. PINGREE VERIFY SCALE MARX DATE DESCRIPTION BY APPR. CATERPILLAR ROAD AT BELTLINE ROAD WORK -ORDER NO. __±Y CWD J -2y— iDRAWN BY _CIPGREE BAR IS ONE INCH ON ICHECKED BY 20-133 ORIGINAL DRAWING. ICIRCUIT MAY' C-12 5 �Al U 0 H- 21, H- 22 22 ATLAS NO IF NOT ONE INCH ON SCALE DATE APPROVED BY: PME-5 PAD SWITCH REPLACEMENTS REVISION: THIS SHEET, ADJUST AS NOTED 7/21/20 ASSISTANT DIRECTOR Know whot's below. SCALES ACCORDINGLY UTILITY OPERATIONS Redding Electric Utilit CGI before you dig, SHEET OF INTENTION TO CONSTRUCT AND AUTHORIZ4.TIOK DATE. 03/17/22 NL REU WORK ORDER NO. 22-030 FRom Redding Electric Utility By. R. SHAEFFER Redding, CA UTILITY REPRESENTATIVE AUTHORIZATION REASON FOR VOLTAGE (EMAIL) No. INSTALLATION/REPLACEMENT LIMITATION Fx] REU Ryan Shaeffer 35, nx DETERIORATED nx 12KV rshaeffer@reupower.com 50' SCALE DATE APPROVED BY. City of Redding NEW BUSINESS 115KV Joint Pole Clerk (Owner to Owner) 35' RELOCATION E] OTHER pGaE pgejofntpoleagency@pge.com UTIL TY OPERATIONS Electric Utility Call before you dig. n ABANDONMENT APPROVED: E] CAR VS POLE Joint Pole Clerk OTHER FXIATS,T g204180att.com APPROVED: LOADING CALCULATIONS PER O'-CALC, ATTACHED JOINT POLE DATA POLE OR POLE OR POLE PLACE SPACING YEAR TOP REM ANC- NO. ANC -SIZE CLASS AT& NEUL REU NEUL PG&E SET _ __L_ NEW JP -1 50' 2 RELI 24' 61 13' 2022 EXISTING M32119 50' 3 REU 24' I- 6' 13' REU REU POLE DATA Remaing Reason :1 Pole No. Location Ht. Class Strength (Comp, Const. Comments N 'Non-ComP, Deadline New) M32119 E/S HEATHER LN. 50 2 63 COMP 03/02/2018 REPLACE POLE 180- S/E CYPRESS AVE E. CYPRESS ST. 150' TO T -VE NOVT.,V M32188, 351'-,- - M32187 40' M32233 50 50, �zu /,7 REU WORK ONLY U0 (I) -DG -3/8 -DOWN GUY 3/8 (l)-ANCS-8S-ANCHOR 8- SINGLE HELIX M32234 ,�10 (I)-PLCL2-50-POLE 50- CLASS 2 (l)-UPR-43-THRE PHASE RISER, PRIMARY V (1)-12B3H3L-12KV LIGHT 3 VARE ARM TMGENT RU 1-6173L (l)-PLCL2-50-POLE 50- CLASS 2 (1) -UPR -43 -THREE PHASE RISER, PRIMARY 4- '112 M32120 TU 50' obil -OHG-1/4-OVERHEAD (SPAN) GUY 1/4! vo �e"L- 10 25 G1 021 - PV M32121 , i'Do 50' M32147 35' 50 ,10 W 011 T W 2424' 15K N NL NL 15 4 CHECKED By JV - f 404elff� Ati/- "2877 S 40K M32228 ORIGINAL DRAWING. 25 35' M321 17 10 0 ��� 35, M321 16 I 50' SCALE DATE APPROVED BY. City of Redding M32114' AS NOTED 3/17/22 I - ASS:STANT DIRECTOR - 35' Know what's below. ELECTRIC UTILITY PLAN SCALE: 1"=100' VERIFY SCALE DESIGN BY R HAEFFER DRAWN By R. SMAEFFER. BAR IS ONE INCH 0 CHECKED By JV - f 404elff� Ati/- ROU I& ORIGINAL DRAWING. CIRCUIT MAP 24� 0 ��� I- ATLAS NO M -32 I IF NOT ONE INCH ON SCALE DATE APPROVED BY. City of Redding THIS SHEET, ADJUST AS NOTED 3/17/22 I - ASS:STANT DIRECTOR - Know what's below. SCALES ACCORDINGLY UTIL TY OPERATIONS Electric Utility Call before you dig. N S E/S HEATHER LN., 180' S/rr. CYPRESS AVE. POLE REPLACEMENT - M32119 I OF I REU POLE DATA Reason Remaing I comp Locatian Const. Deadfine 1228 HARPOLE RO., OLD CEDAR POLE (DETERIGRATED) DET 31..IIMVM- rW 12 W MIFffor, ELECTRIC UTILITY PLAN " HARPOLE RM W EM ECM RD POLE REPLACEMENT - M35149 Attachment G: BOND REQUIREMENTS RFP — Electric Utility Line Construction Contractor Page 44 of 48 BOND REQUIREMENTS AWARDED VENDOR The "Payment Bond" (Material and Labor Bond) shall be for not less than 100 percent of the contract price, to satisfy claims of material suppliers and of mechanics and laborers employed by it on the work. The bond shall be maintained by the Contractor in full force and effect until the Work is accepted by the Agency, and until all claims for materials and labor are paid, and shall otherwise comply with the Civil Code. The "Performance Bond" shall be for 100 percent of the contract price to guarantee faithful performance of all work, within the time prescribed, in a manner satisfactory to the Agency, and that all materials and workmanship will be free from original or developed defects. The Payment and Performance Bonds shall be submitted on the appropriate forms contained in this solicitation by the awarded Contractors. The said bonds shall be secured from a responsible surety able to issue coverage in California. To verify if your surety is admitted to issue coverage in California, please check with the California Department of Insurance. 03/02/23 Attachment H: BOND TEMPLATES RFP — Electric Utility Line Construction Contractor Page 45 of 48 BOND NO.: PUBLIC WORKS PAYMENT (LABOR AND MATERIALS) BOND KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the City Council of the City of Redding, a Municipal Corporation, in the State of California, as Owner, has on I conditionally awarded to as Principal, a Contract to do and perform the following work to -wit: as will more fully appear in said Contract, the ternis and conditions of said Contract being fully incorporated herein by this reference; and WHEREAS, under the terms of the Contract and pursuant to Chapter 5 of Title 3 of Part 6 of Division 4 of the California Civil Code (commencing with Civil Code Section 9550), Principal is required to furnish a good and sufficient payment bond to secure payment of the claims to which reference is made in Civil Code Section 9554; NOW, THEREFORE, we, the Principal and , a corporation duly authorized and admitted to transact business and issue surety bonds in the State of California, hereinafter called Surety, are held and firmly bound unto the Owner, and unto all persons or entities entitled to assert a claim against a payment bond under any of the aforesaid Civil Code provisions in the penal sum of Dollars ($ lawful money of the United States of America, for the payment whereof, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Principal, his or its heirs, executors, administrators, successors or assigns, or subcontractors, shall fall to pay for any materials or equipment furnished or used in performance of the Contract, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, or for any amounts required to be deducted, withheld, and paid over to the Franchise Tax Board or the Employment Development Department from the wages of employees of the Contractor and all subcontractors with respect to such work or labor, then the Surety shall pay the same in an amount not exceeding the sum specified above. If suit is brought upon this bond, Surety shall pay, in addition to the above sum, all costs, expenses and fees, including attorney's fees, reasonably incurred by any party in successfully enforcing the obligation secured hereby, all to be taxed as costs and included in any judgment rendered. Should the condition of this bond be fully performed, then this obligation shall become null and void, otherwise it shall be and remain in full force and effect, and shall bind Contractor, Surety, their heirs, executors, administrators, successors and assigns, jointly and severally. It is hereby stipulated and agreed that this bond shall inure to the benefit of all persons, companies, corporations, political subdivisions, State agencies and other entities entitled to assert a claim against a payment bond under any of the aforesaid Civil Code provisions, so as to give a right of action to them or their assigns in any suit brought upon this bond. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension, alteration or addition. Furthermore, and for valuable consideration, Surety hereby waives the provisions of California Civil Code Sections 2819, 2845, and 2849. IN WITNESS WHEREOF, we have hereto set our hands and seals on this day o I — APPROVED AS TO FORM: I Principal City Attorney B ATTEST: Printed Name: Title: (Seal) Pamela Mize, City Clerk Name of Surety By: (Seal) I Attorney -In -Fact BOND NO.: PUBLIC WORKS PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the City Council of the City of Redding, a Municipal Corporation, as Owner, at its regular meeting held on , has awarded to as Principal, a contract to do and perform the following work to -wit: as will more fully appear in said contract, the terms and conditions of said contract being fully incorporated herein by this reference. WHEREAS, said Principal is required under terms of said contract to furnish a bond for the faithful performance of said contract; NOW, THEREFORE, we, the Principal and as Surety, are held and firmly bound unto the Owner in the sum of Dollars $ lawful money of the United States of America, for the payment whereof, well and truly to be made, we bind ourselves, ou heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Principal, his or its heirs, executors, administrators, successors or assigns, or subcontractors, shall in all things stand to and abide by, and well and truly keep and perform th covenants, conditions, and agreements in the said contract and any alteration thereof as there provided, on his or their part, to be kept and performed at the time and in the manner therein specified and in all respects according to their true intent and meaning and shall indemnify and save harmless the Owner, its officers, and agents as therein stipulated then this obligation shall become null and void; otherwise it shall be and remain in full force and virtue. As the Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration o addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the sam shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. If said Owner shall require any further or other bond for its protection in the premises, such further or other bond shall be furnished by the Principal with Surety or Sureties satisfactory to the Owner within ten days after notice of suc requirement is given to the Principal, and in case of failure on the part of the Principal to comply with said requirement, th Owner shall have the right, at its option, to terminate said contract with said Principal. IN WITNESS WHEREOF, we have hereto set our hands and seals on this day of APPROVED AS TO FORM: Principal City Attorney B Printed Name: Title: (Seal) ATTEST: Pamela Mize, City Clerk Name of Surety By: (Seal) Attorney -In -Fact Attachment 1: CONTRACTOR RESPONSIBILITIES RFP — Electric Utility Line Construction Contractor Page 46 of 48 CONTRACTOR RESPONSIBILITIES The City of Redding Construction Standards are provided for use by developers, engineers, contractors, property owners, local agencies, and operations staff to communicate the minimum and typical requirements for infrastructure within the City of Redding and area of influence. Any document hereinafter referred to as the City Standards is the separately bound City of Redding Construction Standards. These standards are available on the City of Redding website, http://www.cityofredding.org/departments/public-works/engineering/construction-standards, in PDF format. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION Standard Specifications for Public Works Construction (SSPWC), the "Greenbook," 2021 Edition, City of Redding modifications to the specifications posted to our website ction-standards), and current supplements as amended, prepared by the Southern California Chapter of American Public Works Association, and the Southern California District, Associated General Contractors of California, relates to the Work of this Project and is hereby made a part of this Contract as though fully contained herein. The Contractor is hereby specifically directed, as a condition of the Contract, to obtain the necessary number of copies of Standard Specifications for Public Works Construction to acquaint himself with the Articles contained therein, and to notify and apprise all subcontractors and any other parties to the Contract, or individuals or agencies engaged in the work, as to its contents. No contractual adjustments shall be due or become critical as a result of failure on the part of the Contractor to fully acquaint himself with the conditions of Standard Specifications for Public Works Construction. Copies of Standard Specification for Public Works Construction, commonly called the "Greenbook," 2021 Edition and current supplements, may be obtained from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802 (714) 517-0970. Greenbook Section 7-2.2 Responsibilities of the Contractor This section is modified to read as follows: Pursuant to Section 1773.2 of the Labor Code, the current prevailing rate of per them wages at the time of the Bid as determined by the Director of the Department of Industrial Relations (DIR) are on file at the City of Redding Purchasing office. The Contractor shall post a copy of these rates at the work site. Pursuant to Section 1774 of the Labor Code, the Contractor and any Subcontractors shall pay not less than the specified prevailing rates of wages to workers employed on the contract. If the contract is Federally -funded, the Contractor and Subcontractors shall not pay less than the higher of these rates or the rates determined by the United States Department of Labor. Pursuant to Section 1775 of the Labor Code, the Contractor and any Subcontractors, shall, as a penalty to the Agency, forfeit the prescribed amounts per calendar day, or portion thereof, for each worker paid less than the prevailing wage rates. I of 6 Rev. 09/30/22 Attention is directed to Section 1735 of the Labor Code, which reads as follows: No discrimination shall be made in the employment of persons upon public works on any basis listed in subdivision (a) of Section 12940 of the Government Code (race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, age, sexual orientation or sex of such persons), except as provided in Section 12940 of the Government Code, and every Contractor for public works violating this section is subject to all the penalties imposed for a violation of this chapter. The Contractor shall insert this nondiscrimination provision in all subcontracts for any work performed pursuant to this contract. Greenbook Section 7-3 Liability, Workers Compensation and Auto Liability Insurance The City of Redding's Insurance Requirements shall replace Section 7-3 of the Greenbook and are hereby made a part of the general conditions and specifications for the work to be completed pursuant to the contract. PREVAILING WAGE REQUIREMENTS Pursuant to Section 1771 of the CA Labor Code, contractor is advised that the work contemplated in this contract is subject to the payment of prevailing wages. The prevailing wage of each job classification may be found by inquiry with the CA Department of Industrial Relations. Contractor shall comply with all laws related to the performance of Public Work including, but not limited to, payment of prevailing wages, the employment of apprentices pursuant to Section 1777.5 of the CA Labor Code and the obligation set forth in Section 1726 of the CA Labor Code to provide the City of Redding and/or Department of Industrial Relations certified payrolls when required. The prevailing wage requirement shall apply to anyone performing work on the project, including but not limited to, sole proprietor, partner, shareholder, joint venturer, family members, spouses, and domestic partners. Payroll Records - Retention and Inspection Each contractor and subcontractor shall keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per them wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. Payroll records include a copy of the Statement of Employer Payments attesting to workers' benefits. Each payroll record shall contain and be verified by a written declaration that it is made under penalty of perjury, stating all of the following: (1) The infori-nation contained in the payroll record is true and correct. (2) The employer has complied with all California and Federal law applicable to any work performed by his or her employees on the public works project. The certified payroll records shall be on forms provided by the Division of Labor Standards 2 of 6 Rev. 09/30/22 Enforcement or shall contain the same information as the forms provided by the Division of Labor Standards. A copy of certified payroll records relative to this project shall be submitted to the City of Redding. Receipt of certified payroll records by the City of Redding is a pre -requisite to payment. The payroll records enumerated herein shall be available for inspection at all reasonable hours at the principal office of the contractor on the following basis: (1) A copy of an employee's certified payroll record(s) shall be made available for inspection or furnished to the employee or his or her authorized representative on request. (2) A copy of all certified payroll records enumerated herein shall be made available for inspection or furnished upon request to a representative of the Division of Labor Standards Enforcement, and the Division of Apprenticeship Standards of the Department of Industrial Relations. (3) Per Labor Code 1776(b)(3), a copy of all certified payroll records enumerated herein shall be made available upon request by the public for inspection or for copies thereof. However, a request by the public shall be made through the City of Redding or the Division of Labor Standards Enforcement. The public shall not be given access to the records at the principal office of the contractor. A contractor or subcontractor shall file a certified copy of the records enumerated herein with the entity that requested the records within 10 days after receipt of a written request per Labor Code 1776(d). The contractor or subcontractor shall have 10 calendar days in which to comply subsequent to receipt of a written or email notice requesting the records enumerated herein. In the event that the contractor or subcontractor fails to comply within the I O -day period, he or she shall, as a penalty to the City of Redding, forfeit the dollar amount set forth by Labor Code 1776(h) for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Labor Standards Enforcement, these penalties shall be withheld from progress payments then due. A contractor is not subject to a penalty assessment pursuant to this section due to the documented failure of a subcontractor to comply with this section. **PUBLIC WORKS CONTRACTOR REGISTRATION PROGRAM" The information below does not appi to work performed on a public works project of: Twenty-five thousand dollars ($25,000) or less when the project is for construction, alteration, demolition, installation, or repair work, or; 0 Fifteen thousand dollars ($15,000) or less when the project is for maintenance work. Per California Labor Code 177 1.1 (a) A contractor or subcontractor shall not be qualified to bid on, 3 of 6 Rev. 09/30/22 be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. All Contractors and Subcontractors who bid or work on a public works project must register with the State of California Department of Industrial Relations (DIR) at http://www.dir.ca.gov. An awarding body may not enter into a contract for public work with an unre2istered Contractor or Subcontractor. Failure to rel!ister prior to bid openini! shall cause the bid to be deemed nonresponsive and no exception will be allowed includint! the renewal exception allowed in Labor Code Section 1725.5 and 1771.1. All Contractors and Subcontractors must furnish electronic certified payroll records to the Labor Commissioner for ALL Public Work Projects, including maintenance projects requiring payment of prevailing wage, whether new or ongoing, unless directed otherwise by the State of California DIR. CONTRACTOR'S CSLB LICENSE INFORMATION Contractor swears under penalty of perjury that representations of the proposal with respect to contractor's license are true. CONTRACTOR'S CSLB LICENSE NO. EXPIRATION DATE CLASSIFICATION(S) 12 ti AT1,111 10 10MVVIRT01 We - - 111 UWAI I U1WRR&-i1UM1W V I I 0LOU301 N AMN I (J all appropriate boxes) F1 Asbestos I Boilermaker Bricklayers F1 Carpenters F1 Carpet/Linoleum I Cement Masons Drywall Finisher F1 Drywall/Lathers F1 Electricians Elevator Mechanic F Glaziers F1 Iron Workers F1 Laborers F-1 Millwrights F Operating Eng F1 Painters F1 Pile Drivers F-1 Pipe Trades Plasterers F1 Roofers F1 Sheet Metal F -I Sound/Comm Surveyors F1 Teamster F1 Tile Workers Contractor must check off appropriate box(es) above. CONTRACTOR'S DIR REGISTRATION NO. EXPIRATION DATE CITY OF REDDING BUSINESS LICENSE NO. 4 of 6 Rev. 09/30/22 EVALUATION CRITERIA Only established contractors in the business for providing said services will be considered. Bidder must be able to demonstrate that similar size projects have been satisfactorily completed and that bidder has sufficient equipment and manpower to satisfactorily complete the assigned project. The bidder further declares that he is a licensed Contractor in the State of California and that the license which he holds is for the class required to perform the specific work; that he has a license to do business in the City and that if he does not have such a license, he will obtain same prior to commencing work. GENERAL REQUIREMENTS I Contractor shall perform requirements of the contract in a good workmanlike manner in strict accordance with regularly accepted industry standards, to comply with all Federal, State and local laws, rulings, and regulations. 2. LICENSE S/PERMITS/TAXES - Contractor shall obtain necessary licenses at Contractor's own cost, and to pay all State, Local and Federal taxes. 3. ENCROACHMENT PERMIT - Contractor shall obtain encroachment permit, if required, prior to initiating service. Encroachment Permit Number shall be noted on contractor's invoice. CONTRACTORS NOT COMPLYING WITH ENCROACHMENT PERMIT REQUIREMENT WILL NOT BE SOLICITED FOR FUTURE BIDS FOR A PERIOD OF ONE YEAR. Questions regarding encroachment permit requirements may be directed to the Public Works Department, (530) 225-4170. HANDLING OF HAZARDOUS MATERIALS / WASTES / SUBSTANCES The handling and transportation of hazardous materials, waste and substances must be in accordance with the applicable regulations of the Department of Transportation, the Environmental Protection Agency, the California Highway Patrol, the California Department of Health Services, the California Division of Occupational Safety and Health, the California Administrative Code, the California Labor Code and other regulatory and enforcement agencies. All hazardous material containers including flammable, combustible, carcinogenic, toxic, or reproductive toxins, or other dangerous, or poisonous chemicals shall be clearly and properly labeled as to content along with other pertinent safety information. Safety Data Sheets (SDS) shall be included with each deliveEy of such materials to the City. Contractor shall ensure that employees are trained to handle and/or transport hazardous materials 5 of 6 Rev. 09/30/22 and to use proper protective equipment; ensure that employees have access to the proper protective equipment such as rubber gloves, goggles or face shield, and rubber aprons when handling and transporting acids or caustics. Contractors who bring or store hazardous materials on the job site shall maintain business plans for reducing and mitigating a release or spill. When hazardous materials exceed reportable quantities, (as outlined in the Health and Safety Code), the successful contractor shall file with the Redding Fire Department and the Shasta County Environmental Health Division a business plan for the prevention and mitigation of hazardous material releases or spills. Such plan shall be in accordance with Chapter 6.95 of the Health and Safety Code. A current Safety Data Sheet (SDS) shall be provided with all deliveries of hazardous materials, i.e., chemicals that are flammable, carcinogenic, toxic, or are reproductive toxins. These include irritants, corrosives, sensitizers, hepatoxins, nephrotoxins, neurotoxins, agents that act on the hematopoietic system, and any agents which may damage the lungs, skin, eyes and or mucus membranes. Under no circumstances will a potentially hazardous chemical be brought onto a City project site until adequate information regarding health hazards is received by the City. 6 of 6 Rev. 09/30/22 Attachment J: SUBCONTRACTORS FORM RFP — Electric Utility Line Construction Contractor Page 47 of 48 I I RI I to] all] Ifte] 0 1 A M -M to] IM Each bidder shall submit with his Proposal a list of subcontractors in conformance with Section 2-3 of the 2021 Greenbook. If there are no subcontractors, Contractor shall so stipulate on this form. Type of Work and Percentage of Project Subcontractor's Name 18usiness Address/ C5ZH License Number, Expiration Date& Classification/ DIR Registration Number and Expiration Date IE-Mai(Address CSLB Exp.: Class: DIR #: Exp.: E -Mail Address: CSLB #: Exp.: Class: DIR #: Exp.: E -Mail Address: CSLB Exp.: Class: DIR #: Exp.: E -Mail Address: CSLB Exp.: Class: DIR #: Exp.: E -Mail Address: Rev 12128122 Attachment K: REQUEST FOR PROPOSAL GENERAL CONDITIONS RFP — Electric Utility Line Construction Contractor Page 48 of 48 CITY OF REDDING, CALIFORNIA REQUEST FOR PROPOSALS GENERAL CONDITIONS 1. PUBLIC INFORMATION All submitted proposals and information included therein or attached thereto shall become public record upon their delivery to the City. Proposals may be reviewed by outside interested parties after all proposals received for a particular project have been reviewed and the intended awardee has been selected. By submission of a proposal, Consultant understands and agrees that the City of Redding is subject to the California Public Records Act (Cal. Gov. Code section 62500 et seq.), and that all or part of the proposal submitted by Consultant may be subject to disclosure therein regardless of whether the proposal or part thereof is marked as proprietary. The City reserves sole discretion to determine whether disclosure is necessary under State law, and Consultant hereby releases City from all liability relating to such disclosure. City shall have no obligation to litigate the issue of disclosure under the Act on behalf of Consultant. The City of Redding reserves the right to amend, alter, or revoke this RFP in any manner at any time. At the City's sole discretion, modifications, clarifications, or additions will be distributed as an addendum to all known proposers. It is the responsibility of all interested parties to verify the existence of addenda (check Purchasing's website at AAA. cityofredding.org/PurchasingBids or call/ email the stated City contact). 3. PROPOSAL PREPARATION COSTS All costs incurred in the preparation and presentation of this proposal shall be wholly absorbed by the vendor. 4. PROPOSALS All proposals will be firm for a period of ninety (90) calendar days following the required date of submission unless an alternate time frame is stated in the Request for Proposal. 5. DEVIATIONS If there are any deviations from the specifications set forth herein, the bidder shall note the deviations in his proposal. Failure to note a deviation from the specifications may be grounds for rejection by the City of that particular proposal. Where deviations are noted, the City reserves the right to accept a proposal containing such deviations provided that, in the sole opinion of the City, the deviation or deviations so noted do not affect the overall capability of the alternative item or process proposed to perform the function for which it is to be acquired and such deviations result in lesser total cost to the City for the subject item or service. Page 1 of 3 6. WITHDRAWAL OF PROPOSAL Any proposer may withdraw their proposal, either personally or by written request at any time prior to the scheduled closing time for the receipt of proposals. Such requests are to be directed to the City Clerk. 7. SELECTION PROCEDURES Proposals submitted will be subject to the City's selection procedures for technical and/or professional consultants. Accordingly, final selection will be based upon overall capability to perform services and not exclusively upon cost of services. The City may make any investigation it deems necessary to determine the ability of a Proposer to carry out the obligations indicated in the Request for Proposal and the submitted Proposal. At the City's sole discretion, the Proposer shall furnish to the City all information and data for this purpose if materials submitted by, or investigation of, any Proposer fails to satisfy the City that the Proposer is properly qualified to carry out the stated obligations. The City of Redding reserves the right to accept the proposal that is in the best interest of the City. The City's decision shall be final. 8. RIGHT TO REJECT PROPOSALS The City reserves the right to reject any and all proposals, to waive any non -material irregularities or information in any proposal, and to accept or reject any combination of items. 9. AWARD OF CONTRACT The award of the contract, if it is awarded, shall be made on the basis of availability of budgeted funds and to a responsible Contractor who presents the best value to the City per Redding Municipal Code 4.20.040(C). 4.20.040(0) Procure for the city the needed quality in supplies, services and equipment that prove to be the best value to the city. Determination of best value may take into consideration additional elements beyond cost such as warranty, life cycle related costs, lead time, desired aesthetics, work experience as verified through references or work examples, vendor location, prior work with the city or other factors deemed relevant by the purchasing officer in the procurement of the needed supplies, equipment or work to be performed. 10. CITY OF REDDING BUSINESS LICENSE The awarded Vendor/Consultant may be required to obtain a City of Redding Business License per Municipal Code 6.02 — Business Licenses. Page 2 of 3 6.02.020 It is unlawful for any person to be engaged in business in the city without having a valid license from the city to do so, in compliance with any and all regulations contained in this chapter pertaining to the business, unless the person is exempt under the provisions of this chapter. No person who is an employee, or the direct representative of a licensee, shall be required to pay a license fee for doing any part of'the work of the licensee. The selected firm shall execute an agreement with the City within ten (10) working days after notification of selection, unless the time for execution has been extended for good cause at the sole discretion of the City. Failure of the selected firm to meet contract submission requirements (e.g. insurance) or failure to timely execute an agreement with the City may result, in the sole discretion of the City, a decision to select from the remaining proposers or to call for new proposals. Rev. 07117120 Page 3 of 3 T Y OF REDDIN CALIFORNIVCITY OF REDDING REPORT TO THE CITY COUNCIL MEETING DATE: January 17, 2023 FROM: Nick Zettel, Director of ITEM NO. 4.5(a) Redding Electric Utility ***APPROVED BY*** ctot9cinL[ryck 1/3/2023 Seri DeMaagd, Asststa*City _ 119/2423 nzettelg6tyofredding.org L btippin@cityofredding.org SUBJECT: 4.5(a) --Approve Issuance of Request for Proposals for Electric Utility Line Construction Contract Recommendation Approve the issuance of Request for Proposals for electric utility line construction contractor services to address Redding Electric Utility's aging distribution system infrastructure. Fiscal Impact No fiscal impact is associated with the Request for Proposal (RFP) issuance. Upon selecting a Line Construction Contractor, Redding Electric Utility (REU) will present all contracts, budget resolution(s), and short-term and long-term fiscal impacts for the City Council's (Council) consideration. Ongoing funding will be requested as part of biennial budgeting processes. Staff anticipates capital expenses related to this effort to begin in Fiscal Year 2024 - 25. This estimate correlates with REU's five-year financial plan presented to the Council on September 20, 2022, which estimated expenses related to the Five -Year Capital Plan beginning after July 1, 2023. Alternative Action The Council could choose not to approve the issuance of an RFP and provide alternative direction to staff. Background/Analysis On August 17, 2021, the Council approved REU's Five -Year Capital Improvement Plan and REU's 2026 Strategic Plan. Goal Two of the Strategic Plan, Replace Aging Distribution System Infrastructure, states: Report to Redding City Council January 10, 2023 Re: 4.5(a) --Approve Issuance of Request for Proposals for Electric Utility Line Construction Contract Page 2 With a focus on reliability and completion of an internal aging infrastructure assessment, we identified several distribution system elements that require replacement as part of ongoing routine operations. The projects will center on underground, overhead, and meter system replacement to ensure a solid platform is established for future modernization efforts. Key performance indicators such as total customers and outage minutes are used to gauge the effectiveness of aging asset replacement. Replacement of at -risk elements will reduce outage events while providing customers with a higher degree of reliable service. REU typically performs all distribution system maintenance utilizing in-house staff. However, based on the volume of work identified in the Five -Year Capital Improvement Plan coupled with existing staffing levels, REU requires contractors over the next five years and possibly longer, depending on the infrastructure replacement schedule. Current estimates indicate the need for two additional line crews over a multi-year contract with provisions for yearly contract extensions. Typically, the City of Redding issues RFPs after the Council has authorized funds. Based on the proposal and expenditure uncertainty for this particular effort, REU requests authorization to issue an RFP before funding approval. The result would be a proposed solution, budget resolution(s), and fiscal impacts presented as one item for the Council's consideration at a future meeting. Environmental Review This is not a project defined under California Environmental Quality Act, and no further action is required. Council Priority/City Manager Goals Government of the 21st Century — `Be relevant and proactive to the opportunities and challenges of today's residents and workforce. Anticipate the future to make better decisions today." Attachments Previous Staff Report - August 17, 2021, item no Plan Previous Staff Report - August 17, 2021, item no. Capital Improvement Plan 9.5(c) --Redding Electric Utility's Strategic 9.5(d) --Redding Electric Utility's Five -Year ***APPROVED BY*** SUBJECT:(c)--Consider Approve Redding Electric Ul statements, identifying core or Fiscal Impact There is no fiscal impact Strategic Plan. Alternative Action The City Council (Council) could choose to not alternative direction to staff. Background/Analysis Utility's 2026 Strategic Plan. Plan establishing new vision and mission I setting goals. Utility's (REU) 2026 and provide The previous REU 2020 Strategic Plan was approved"' cil in 2015. At that time, REU embarked on a structural overhaul to better align the workforce with customer needs, and the strategic plan helped staff focus on several critical areas, including technology, workforce and culture, communications, and financial stability. To address today's fast pace of change to the utility industry, REU staff engaged in a new strategic planning effort. With the assistance of Hometown Connections, Inc. (HCl), an advisory team of community members, City of Redding staff, and members of the Council worked to develop the 2026 Strategic Plan (Plan). The strategic planning team examined REU's strengths and limitations to confirm the utility's mission and priorities that will serve as guideposts for long-term project development and planning. Report to Redding City Council August 10, 2021 Re: 9.5(c) --Redding Electric Utility's Strategic Plan Page 2 New vision and mission statements as well as six core organizational values were identified as part of the strategic plan development process. Additionally, nine strategic goals were identified to allow REU to successfully fulfill its vision and mission: • Complete Critical Wildfire Mitigation Projects • Replace Aging Distribution System Infrastructure • Initiate Distribution Modernization Program Element • Implement Distribution Risk Management Plan • Complete Energy Trading Modernization and Integrated Resource Plans • Minimize Compliance Failures and Penalties • Align Revenue 11 g# with Cost -of -Service Ogg • Enhance CtAN- �ttit��h�Customers and the Community • Enhance;oyee Develop't, Attraction, and Retention These goals designed to aid within the Ply nitigate risk, max Council Prioriity Manager Goals ,s • Government ci St challenges of today's rn decisions today." s. ' Attachments REU's 2026 Strategic Plan (available .ff in meeting the three strategic priorities identified ability, and meet regulations. it and proactive to the opportunities and . Anticipate the future to make better In 2021, ReddiO great pride irl hl fOlive, work a service to the, and lrinoVBtO to providing s celebrates 100 years 0fse7yiCe, RE[] takes g to make of Redding and Shasta County agreat 'place �Ia—. TQdBy,we �� UUto provide reliable BMd affordable electric idenfS and bUc��ssBG of Redding, while developing the flexibility -iging utility marketplace, We rernain committed espond to the chat Redding and Shasta County powered onthrough the Carr Fire of20Oand Snowmaggedonm2019.The year 2020 represented another challenge for the electric utility industry. The C0V|D49pandemic proved tobedevastating toour community and nation ascitizens struggled toremain healthy and employed. Electric reliability suffered m many parts mthe nation asnatural disasters damaged equipment and disrupted lives. Our employees worked together, asfront- line renponderx.uzkeepthepnweronwhUe keeping themselves and our customers safe through our public safety efforts. 4swmlook ahead, w*must continue to think and act strategically, addressing changes mtechnology, customer expectations, regulations and the climate, especially related mwildfires. m&must continue mueproactive and adapt quickly uothe changes impacting the electric utility industry tobest serve the Redding community for the next 100years. Change is constant mthe electric utility industry, and weare determined mact |naway that best serves our customers and the community far into the future. Asalocal, publicly -owned utility, wpare invested m the success orRedding. REUcompleted its previous strategic plan mz015Atthat time, the organization embarked onestructural overhaul to better align the workforce with our customer needs, and the strategic plan helped unfocus onseveral critical areas, including technology, workforce and culture, communications and financial mabU|/y. Toaddress today's fast pace ofchange /othe utility industry, we engaged manew strategic planning effort. Staff worked closely, face-to- face when are-to faoewhen possible, and virtually when CDV|D-19restrictions reduced our ability mmeet |nperson. Several meetings were conducted with City o(Redding Council members, city staff and community stakeholders toupdate REU'sstrategic plan and chart acourse for the future. The strategic planning team examined our strengths and ||m|tamons, confirming the utility's mission and priorities that will serve asguideposts for long-term project development and planning. The 2021 Strategic Plan includes several important updates to our vision, mission and priorities. The vision statement, identifying the value we seek to bring to the Redding community states: REU makes Reddilm getter b,1v conneCU17g with our custorners and being their trusted ono' relioble, COMMUttity-OIlMed utility The mission statement, which describes what we will do to achieve that vision reads: REU, in portnershi/D with the Rpclding cornn?unity is cornmitted to irnproving the ptublice, sofbty ond providing refloble, cost- effective service Our organizational values will play a key role in how we fulfill our mission and vision. We have aftbligation to'fhA, # ity to act in its best interests. As such, we have identified six core values which will drive our actions: Safety Integrity It Customer Focus • Teamwork Communication Stewardship Looking ahead to the coming years, we have identified three key areas in which we must excel for the utility to serve the Redding community. They are: Mitigate Risk Maximize Reliability Meet Regulations We believe attention to these three ,3f8 will position LIS to deliver valuable ice to the community for many years Wcome. V ility was formed X00 0 ty leaders recognized dim of allowing the community to & trot its own destiny by building and managing its electric service. Today, the City continues to deliver value to the community through the local control of utility services, maintaining high reliability at very competitive rates, while keeping dollars and jobs in the community. I The world has ch Redding 100 it purchased o. The utilit -Is wholesale po REUbegan distributing electricity to the people of ), has seen sigirifficant change from the days when from area investor-owned UU[itiBs. Over the decades, weestablished greater As a remain manageable interests are rwmciA An d w h o other sharet%lders. It is yd nrthe utility and the citizens orRedding. Ar opublic power utility, rather than oninvestor- owned u«|uy,00rmwnersareourmgomers, This decision-making important to you, such as 0" reliability and customer service,40"N locally. The utility's governing board is the Redding City Council, which embraces the critical role that the utility plays mserving the cnmmunuy. REUemploys 193people, who serve 44,905residential and commercial customers within the corporate boondnon of the City ofRedding. ReUdmgt population and economy have remained remarkably stable for many years. Most of this century has seen modest growth m population, lagging behind both California and the U3.population growth rates. Yet, interest in Shasta County's vast natural resources continues tndrive strong tourism nswell annew residents, citing the area's natural beauty asadraw. The regional economic outlook |ogood, having recovered fairly quickly from the pandemic -fueled downturn. The local industry |sdiversified, with the largest employment sectors being healthcare, retail, edUQ4tion, food, lodging and government. R well-positioned mremain F n|caUyvibrant mthe years ahead. -nust co"01,inue to adapt to I environment, new P'l"i"T'regulations, technology ents and evolving customer For example, the wildfire "season" is nearly ayear-round issue now. We recognize the important role wwmust play |nplanning for and responding tofires that may impact our service territory. |nJ021.technology and human resources mthe Redding Fire Department and Parks Division have been provided extraordinary tools to battle the wildfires that continue toimpact California. Amate- of-the-artemergency operations center was established atour headquarters building tnallow first responders and leaders within our community mwork closely together u`prevent loss o[life and property due /ocatastrophic events. wework closely with other Redding departments and first responders uzensure public safety. Numerous other technological tools are being implemented, including new communication systems, |QF|reWatch cameras, security cameras |nand around electric infrastructure and aerial imagery for assessing the vegetation canopy. All of these tools are congregated mthe City of Redding's new emergency operations center. These technologies improve � reliability, safety and customer Byproviding funding for firefighters and vegetation management personnel, we have been able mcarefully identify and mitigate potential fire hazards that could impact orbecaused byour utility. |n addition, wehave funded alarge goat program aspart Wvegetation management. Through proactive measure and working closely with other city departments, wewill continue »nreduce the large risks wildfires pose toour beautiful area. Looking within the utility, REU's|xfrastrmmm reliability, and operations are generally m good shape. However, many years of deferred maintenance are resulting mmore frequent outages Wlonger duration. We are atapivotal time regarding our aging distribution system, and significant capital maintenance and upgrades are needed m order for us»acontinue providing reliable and cost-effective power tothe Redding community. ^ Weemploy skilled and professional staff, but wecontend with higher wages ut utilities in Northern California which draw from our workforce. ' Financially, the utility ismsolid shape with city council leadership and 000revpnue P1 , s system reliability is among the highest 111"the state. Yet maintaining system reliability cor ate its infrastructure and ]p rades and technology are plete in a timely and cost-effective manner ' |nconcert with arobust power generation, transmission and distribution system, REUt Customer Services Division provides outstanding service, continually going above and beyond /nhelp our customers. |nresponse mthe CDv|D-19pandemic, our Customer Services team developed mn extensive community outreach program, the Comprehensive Community Assistance Program »zinform our customers about available resources. Central to ddin its endt-iting mas5l'1'111'1'11 M uric utili I rining for the fUture is ensuring all efforts align with 11 a vsbn, and \/E S. Our vision statement is an effort to describe an ideal future for the utility as it serves the community. It can be thought of as a destina- tion; we hope an ambitious one. With this as our responsibility, our vision statement reads: REU mees Red&tg better by connectifig with ob'r custorners and be,ing their ti usted ood / efloble, cornmunity-owlned atility High reliability, competitive rates, and excel- lent customer service are the foundation of Our values proposition to the community. Yet there is much more we can and will do as we embrace this vision. If a vision statement describe d�stlni t the mission statement descri organization will get there. What will we do to attain that vision? Our mission reads: kIEU 117 portnetship with the Redding comrnumty, is comnoitted to imoroving the pub/Ic's sofety end ptcnlidingrclic b/(_'t, cost-effeclive, serviCe, We very much view our role in the commu- nity as a partnership, whether this is with other city departments or outside agencies or organizations. For example, REU and the Redding Fire Department and Parks Depart - Ment coordinate their wildfire prevention and response efforts. For our residential and business customers, REU must deliver cost-effective utility services, while continu- ally exploring ways to improve all aspects of our operations. The vision and mission 0,ftftufflbe what we do But how will the utility a6 it fulfills these key part of defining serve our customers an each other These are e 11 o/ourselves, and mwhich wewill ho|deach other accountable. Below are outlined six core values with corresponding behaviors and actions. , D RE ^ ,,en uncompromising commitment fort xepul|cand employees' safety `Through our safety committee, programs, activities initiatives, wmpmmme ... /thmuQh ng, awareness Customer Focus ` REUemployees consider the customer first mevery decision consistently exceed custom, `Welisten to, anticipate and40 serve customer wants and needs ' Wefocus ondelivering what |omost beneficial mour internal and external customers `Customers and their safety and satisfaction are our highest priority Teamwork ` Our team consists o[employees nfthe Electric Utility, the City, the Redding community and Joint Powers Agencies We demonstrate the principles o[Hungry, Humble and Smart osexplained bythe best-selling author Patrick Lencion|mhis book The Ideal Team Player ^ Weare ncohesive unit that exists solely for the benefit o[the community weserve ' Webelieve Teamwork |nvital for success - Wefeel, act and behave eone big team Open Communication ' ayactively listening *othe needs ofthe community, wrprovide timely responses, create understanding ofother's perspectives and show wecare ' Through transparent communication, wekeep all stakeholders informed, avoid unnecessary surprises and reduce 6committed uuaction and follow up necessary, mhelp provide closure - stakeholders W, present and incorporate the 6,1 �'�'nd needs of the community in the "�,`,"Tnanagement of the utility ' We focus on maximizing value for all customers over the long ,enn ' Wemanage our physical assets /o maximize safety and e||nbUny at the lowest possible cost ' Weoffer programs and education tn help our customers save money and/or reduce their impacts onthe environment ' Wecontinuously decrease our impacts on the environment while striving oomaintain affordable electric rates for our customers Three strategic pr f1aere mn identified as pointy of emphasis in our strategic f planning prc c fake dv nf* of Baur organizational strengths and to address opportunities fgrowth and impg,,,, `ent, the following strategic priorities serve as the fr mework r our ;strategic pl,. Below are our initi vision to "make to keep staff, t� progress. We Ic"'1111" i'll"""'FIs that w ng better." F ity Council, our forward to shar critical in allowing REU to SUccessfully fulfill its dost of these, related metrics will allow the utility i"111110mers and our comrnUl'lity Updated on their hat progress with you. GOAL - . . . . ...... . . ....... .. 6 Complete Critical Wildfire r to contin wildfire risk and the threat to public safety, our Wildfire ,P,r tin a Mitigation Projects a t i o n Plan idenf several technology and distribution system improvements as ificant mitigatinetection and prevention of future wildfires in our service tti¢tory.r planning and construction, several critical projects ti1 ,/\f L GIC_ PRICJ\� HI -Is regii�iith tarp ion within the 5 -year horizon. The majority of the cum= en -0 tech d with the remainder focusing on vegetation T1111,171Q_0_y§11,11111DA,e Jsystem '1t, ents range from circuit hardening and ® strategic undergrofiij developinga mofordinated vegetation management program. GOAL 2 Replace Aging Distribution With a focus on reliability and completion of a nfra,§tructure assessment, we System Infrastructure identified several distribution system elemen, nt as part of ongoing routine operations. The projects will cente . .. .......... .overhead and meter system . .................................-e modernization efforts. Key replacement to ensure a solid ,platform ..... . . ... ... performance indicators such""""1030,1. d outage minutes are used to gauge the effectiveness of aging asset re replacement of at -risk elements will reduce outage events while providing customers with a higher degree of reliable service. GOAL 3 Initiate Distribution New technologies are available for deployment on our system to provide faster outage Modernization Program Element detection, real-time situational awareness and modernized software solutions for system operators. By modernizing our distribution system, we can ensure outage times are minimized by faster detection and response by pinpointing the outage and focusing resources on the needed repairs. Communication systems will be bolstered by the deployment of fiber MCI:= optic lines on our system with additional spare capacity for future use. Power quality will be enhanced with projects aimed at line capacity upgrades and power factor improvement. GOAL A Implement Distrib uti #L isk Upon tpletion of our internal Operational Risk Assessment, we discovered several Management lane opportto improve our internal working systems to minimize risk from organization structure, inventory and workflow management techniques. In tandem with replacing agingtui'ment and installing new technologies to modernize the system, several projects s have bee selected to ensure the support systems are intact to minimize system risk. This includes a new inventory control system, workflow management systems and software, and organizatio tructure and staffing changes to reflect a more streamlined operations team. GOAL to _._------ ' } . Complete Energy Trading � � recent overhaul Cie Energyn Risk Management Policy requires detailed processes to Modernization and Integrated re aII policy r a tf fnents q Moved. To align the policy with day-to-day staff duties, esotlrCe IanS a sa Jute r� will b sv11 to identify modeling and analytical methods used to pr�� trade t f 'hec f commendations to the Energy Risk and Risk Oversight Committees performance ihtidators from this project will center on the ability ,rt�� ��iC 711 r t to keep our ener{C�blio met ics In ca�ance with the Energy Risk Policy. Separately, P updated Integrg�s wddress the future energy landscape n Californiaf'a�Iar focus paip€t lectnficf of transportation and buildings. In addition dsIng 1 rpt carbo i luction efforts, additional renewable energy resp rces will bebmtaln co Yfjtnce with the State's Renewable Portfolio Standard requirements. }: ii3 } ll GOAD. Minimize Compliance Failures 5 As part of our North Americarporation registration as a Transmission and Penalties Owner and Operator, we are continually striving to develop a culture of compliance with a particular focus on regulatory best practices. To support a culture of compliance and the ..fiti development of best practices, a Regulatory Compliance Internal Controls project will be , � z _; (�Jr�<<I i t i completed to ensure any compliance failures are minimized. With the recent requirement to provide enhanced system security by S13699, we will be focusing on bolstering the security at our substations by adding additional layers of protection from sabotage or break-ins. GOAL T 1 Align Revenue with Alignih V enues with the cost of providing electric service is imperative to mitigate risks. Cost-Cif-Serviee ? , RElement two projects to analyze and recommend a rate structure. The first projectconsist of a cost -of -service study that analyzes electric consumption patterns of ser vtjo garner support for the rate structure recommendation, a second project will ensure significant outreach and community engagement to gather comments, provide education and develop consensus. L: } tla At,. Nance Communication Ith`Customer Focus Value is intended on meeting the needs of our customers and Customers and the Communityering an owners# felationship with the community. To support this core value, we ita increase our �f unicatii annels, frequency of outreach and inclusion with our throu€i�rtf gic Plan cycle. Two projects have been developed to mec# ���': A eu stQIM, 0 O dds` dproject will help us identify the areas requiring more attention and co rtjttcation, while atiiadated communications plan projectwill ensure n we are more effect'.zti stakeholder procs and customer outreach. Future surveys will be used to gauifectiveness of thrro�ects _.____ ------ _----- GOAL Enhance Employee Development, Because we value our employees, REU identiiteveral grn.'raining and procedure Attraction and Retention management projects to ensure our teamsder tt roles and responsibilities in serving our customers. Furthermore, iquality and dedicated team members, ongoing labor mar gntalt Ytdcur to ensure the working environment of fviiI GKI r T)RlII S REU is one that attracts and mThis will include studies of pay and benefits V Y WEMSEM and working conditions. These workforce initiatives are imperative to deliver the strategic plan successfully. We wish to ackn mernber's of the, debate and chi -1, M on an advisor", perspectives. Chuck Aukland Public Works Director Steve Bade Deputy City Manager 11,31"1",1111,111111 ,,,:or r 0 1,11"""bs t h e r it lbutions of Redding City Council Members and . . . .... . - This is a 15Wr strategic plan because of extensive discussion, 5nges that nrca e h oughout this process, Our process relied heavily am of stakehold" frorn within the City and the community for their I ar all of you for your commitment and diligence. Tim Danielson Salvation Army Captain Fairchild .or of Scit' Jake Mangas President & of Commis:e, Mark Mciizi City Council Kristen Schreder City Council Chad Scott CEO of the Builder's Exg ge Lancza= 0 Jk City of Redding Electric Utility CITY OF REDDING REPORT TO THE CITY COUNCIL MEETING DATE: August 17, 2021 FROM: Daniel Beans, Director of ITEM NO. 9.5(d) I Electric Utility ***APPROVED BY*** 7 Daniel Rea s, irecic Utility 8,14/2Z57 : ry ippin, C1 an C e 8/10/2021 dbeansg6tyofre btippin*-cityofredding.org ................. SUBJECT: _0, S(d)--Consider Reddl,Electric Utility's Five -Year Capital Improvement Plan; and Resolut 1q, pthorizing add t ond 1�'Jne personnel positions. Recommendation Authorize the following actions (1) Accept the Five -Year C (2) Adopt Resolution ap#,' Resolution No. 2021-0 positions for Redding El Fiscal Impact rive to Redd%,Electric Utility (REU): iMittal ImDrovemd, Ian: and There is no fiscal impact associated wi h, cdwg the E,W Staff will return to the City Counci council) "".."'thn identified in the Five -Year Capital Improvement ,��flan a resolution. Additionally, Redding Electric Utility (REU) will specific budget resolutions as design services are completed. Amendment to the City Budget if four additional line personnel Improvement Plan. ieering Services as necessary budget dpit with project The annual cost of the four additional Lineman poIlothated ....... ....... .. at $800,000 per year a (subject to change based on future labor agreements). ttgetary savings from current vacant positions is anticipated to cover the cost of filling the new positions for the current budget cycle, with the ongoing annual cost of the positions included as part of REU's biennial budget requests. For reference, in Fiscal Year 2020-21 REU realized personnel savings due to vacancies of approximately $2.5 million, which resulted in personnel savings net of salary adjustments and overtime of approximately $900,000. However, depending on actual savings, REU may be seeking additional budget authorization at future mid -year or mid-cycle budget updates. Alternative Action The Council could choose to adopt any combination of the recommendations above, and/or provide additional direction to staff. Report to Redding City Council August 10, 2021 Re: 9.5(d) --Redding Electric Utility's Five -Year Capital Improvement Plan Page 2 Background/Analysis The Five-year Capital Improvement Plan (CIP), created by Ulteig Engineers, Inc. (Ulteig), provides an overview of the current state of REU's distribution system and provides a roadmap that will assist REU in achieving its goal of providing safe and reliable power to its customers while preparing the distribution system for future transportation and building electrification load growth. The Five -Year CIP is a subset of REU's Distribution Modernization Program. The Distribution Modernization Program is a ten-year integrated outlook factoring in wildfire mitigation and system hardening, replacement of aging distribution assets (both overhead and underground), efforts to increase system reliability by reducing system outage events and durations, and greater situational awareness to mxease visibility of outages providing reduced response time and repair. These critical;ements have been prioritized based on the strategic priorities outlined in REU' eve -Year 964to is Plan: maximize reliability, mitigate risk, and meet regulations The entire Program, including cost estimates, workforce assessments, edule projections, lable resources, and description of improvements, is available for i"w by contacting REU. Based upon Ultei� s �� staff's ���ee assessment, the current REU staffing level is insufficient tonts in the required timeline. However, REU does not recommend filling this solely fro"ring new full-time staff to supplement a large scale, short-term project upli� Alternatively, U is recommending four additional Line personnel and the use of th0o party contrast supper to supplement existing REU crew capabilities. Contracting the and cooperation with IBEW- Electric. As the resources needed to implement th'v-Year CIP other Strategic Plan items, including meeting increased regulations app eating risk 011"'A ldresl, REU will embark on a process to review rates for futurerecci��'enns to the �uncil, `phis process will include public outreach, acost-of-service study,Wd a com�i'plan. "U will work with the City of Redding Equity Officer to ensure outreach and comm€ation is available and understandable to all REU customers. This process will be target e`begin t# JA0"ber and be completed by the end of 2021 Council Priority/City Manager Goals • Government of the 211t Century — `Be relevant and proactive to the opportunities and challenges of today's residents and workforce. Anticipate the future to make better decisions today." Attachments Resolution REU's Five -Year Capital Improvement Plan (available online) RESOLUTION NO. 2021- A RESOLUTION OF THE CITY OF REDDING APPROVING AND ADOPTING THE 6TH AMENDMENT TO CITY BUDGET RESOLUTION NO. 2021-078 APPROPRIATING $0 FOR THE CREATION OF FOUR ADDITIONAL LINE PERSONNEL POSITIONS FOR REDDING ELECTRIC UTILITY FOR FISCAL YEAR 2021-22 THAT Budget Resolution No. 2021-078 be and is hereby amended as follows: FUND DIVISION DESCRIPTION INCREASE 142 853 ELECTRIC $0 THAT account Lineman Rate) THAT the purp lftm to .. ... .. . . Redding Electric U I HEREBY CERTIFY that i City Council of the City of IR said meeting by the following DECREASE_ adjustments by this Resolution are as follows: FY 2020-21 4 FTE to $O,for the creation of four additional line personnel positions for AYES: COUNCIL MEMBERS: NOES: COUNCIL MEMBERS: ABSENT: COUNCIL MEMBERS: ABSTAIN: COUNCIL MEMBERS: ATTEST: PAMELA MIZE, City Clerk doing resol","""'t Wilb k n was introduced at a regular meeting of the on the 17ty of August, 2021, and was duly adopted at BARRY E. DeWALT, City Attorney 5 -Year Capital Improvement Plan Project Name: rovement Plan Ulteig Project N,lnber: 20.02 echnical Services 1 nsmission and Distribution Prepared Redding Electric Utilityunicipal Utility AW Ulteig Engineers, Inc. 3350 38th Avenue South Fargo, North Dakota 701.280.8500 www.ulteig.com Revision Histo Revision Date Description 1 8/3/2021 100% Submittal Confidential 5 -Year Capital Improvement Plan Last printed 8/4/2021 5 -Year Capital Improvement Plan Redding Electric Utility TABLE OF CONTENTS 1 5'YearCapital Improvement Plan (C|P)........................................................................... 3 11 Overview ............................................................................................................................... 3 1.2 5-Year[]PResults ................................................................................................................. 5 14 R1111 1[91 Ah r—Al 1.14 Table 1: ------------------ Tabke 2: ----------------- Table 3: Pro ------------------ Tahle4: Estimated Tota ------------------ Toh]e5: -�adn�utud�obor ------------------ Table 6: - Estimated Tota eering Hour Breakout -----------------Table 7: 5 -Ye — Confidential 2 .5 6 ] .8 .9 lU || 5 -Year Capital Improvement Plan Redding Electric Utility 1 5 -Year Capital Improvement Plan (CIP) 1.1 Overview REU's 5 -year Strategic Plan sets the goals and the expectation of an electric grid which is more reliable, resilient to natural disasters, and more flexible for the increased installation of Distributed Energy Resources (DERs) and transportation and building electrification load growth. However, through years of deferred maintenance, REU's extensive infrastructure continues to age and decreasing reliability statistics confirm this. This Capital Improvement Plan outlines the necessary improvements over the next five years to address the highest priority items identified. It is imperative that REU acts quickly to make these significant infrastructure improvements outlined herein while working towards the goal of a more modern grid and to ; �fif needs of continued electrification. With the immense workload that will be re �1Ib'ccbt)��a this objective, ensuring these efforts commence promptly will be vital puring that is best utilized performing proactive Z improvem9 father than emerge yrrepairs and power restorations. The 5-YeWapital was formed from an in-depth look at the first 5 years of the Dlsrtption Modernization Program (DMP), a separate document. Each project was analyzedast the goals outlined in REU's Strategic Plan using analytical scoring techniques ai trt pects wtimed which could best be accomplished within this 5 -year perital vs engineering only projects, assessing the total number of hours an�fed to come the work, determining the existing backlog of existing work and projeck�cost and 1abat would be required for any new construction projects. 1 hese available construction labor Table 1 shows that to initiate need to take place. The total spending in this reason. As designs are prepared and„ to significantly increase in year 2 and 'r nvZ prioritization discussions, the overa the required timeline for the 5 -Year Il' then evaluated against the historic Historic records show that REU Line staff can only commit to new Capital Improvement Projects over and above any d; construction & emergency repairs Zg design efforts will. the remaining years for capital spend is expected �. Through multiple has developed to layout forth in the DMP. 10 hours/year such as new hours for overtime associated with these projects. When evaluating th6q0#0qJftftuber of construction labor hours required to complete the effort proposed within this plan, it is apparent that contract labor is required to supplement REU staffing in order to meet the goals of this plan. Tables 4 & 5 below show a breakdown of the total projected hours required per year and the amount of estimated internal labor hours. Additionally, this table illustrates the effect of REU hiring an additional 4 -person line crew within the first year of this plan. Prior to initiating many of these improvement projects, an engineering evaluation of the distribution system model as described in the DMP must be performed. This necessary engineering effort will better identify system weaknesses, determine critical construction project phasing, and develop improved construction standards. These estimated prerequisite Confidential 5 -Year Capital Improvement Plan Redding Electric Utility engineering hours and dollars were then rolled into the associated capital projects as part of their overall scope. The estimated values are listed in the tables below and the tables in the DMP. In addition to the system evaluation, engineering design and construction services will also be required prior to and during execution of each construction project. This engineering services effort was estimated at 15% of the cost for each project. One exception to this estimate is the Aging Asset — Underground Cable Replacements project where this service was calculated at 7.5%. Current availability of REU engineering staff is limited to an estimated 2,200 hours per year to work on these projects over and above day-to-day base workload. As can be seen in Tables 6 & 7 below, the estimated engineering labor required to complete this work is significantly greater than the hours available through current REU staff. Confidential 4 1.2 5 -Year CIP Results 5 -Year Capital Improvement Plan Redding Electric Utility Confidential 5 -Year Capital Improvement Plan Redding Electric Utility Confidential 5 -Year Capital Improvement Plan Circuit Hardening Install reclosers at Tl boundary Install switches at Tl boundary/Feeder Reconfiguration to Tl only Transmission Hordenina: 1 -Phase Recloser Aging Asset - Pale Switch Realac( Aging Asset- Underground Cable Strategic Underot, I ,g Fiber Optic Back7t3"", Substation Security Faulted Circuit Indicator and Une Sensor Deployment Line Capacity Upgrades/VVO New Construction/Backlog ll-abor Only) Facilities Field Verification Engineering Design and Construction Services 7/212021 7 Table 3: 5 -Year CIP,; Confidential 7 Redding Electric Utility 7 7/112024 711/2025 7/1/2026 l 5 -Year Capital Improvement Plan Redding Electric Utility Confidential 5 -Year Capital Improvement Plan Redding Electric Utility Confidential 5 -Year Capital Improvement Plan Redding Electric Utility Confidential 10 5 -Year Capital Improvement Plan Redding Electric Utility Confidential 11 ��sK Kenula tea ,?eilaC 4s>»=a si tit{ d 1 i 1 Strategic Goals: Replace Aging Distribution System Infrastructure WOI aS „azus C'n gre3da.b°Mlt anc cornpir::Ata, �. f z",rk !&"Ict.3'rm& saCM , 'rye anal,k.Ir:.tur§.. _sF...;°•"axI76P..:r,I, "e9u`rm.�.v. kc -e Ur.,ed W o -r_, -n A c'eitrib.tbr. syslemi ek-...e_°nt 1 at aeqdre Cee iaCLIMIDl cS pa. , w ra,June opernta.rC.-a,. The prq�zvms wV1 c ,,rder cn underground, and rneter ..ystn raylDoa S`Is®^M to a_n.:ure 5 sok pbtfc;,arn is nuavOLrE's."'=rnd --or "utur'ar y'i rxle.ri'd8zatbr'. e'f.d~r¢_.f. Key perf.:s m hick @e"SdR„2?to. -F n t',...ta,'. =ma', tx_r""i0eF.`s s-..�. ; X6.9€ aga Mn«.e's arm, used to gnuge t° c� °ffvnc"t3`azeFiess ag,3"ngznsv. rep ice;,:cnt.ReTplaceerae°otof,_;t,sk:v�eme€tswIH:,recuout-acre �A