HomeMy WebLinkAbout _ 4.5(c)--Second Amendment to Construction Services Contract with Basin EnterprisesC IT Y OF
REMDINO�"
AN CITY OF REDDING
REPORT TO THE CITY COUNCIL
MEETING DATE:
May 20, 2025
FROM: Nick Zettel, Director of
ITEM NO.
4.5(c)
Redding Electric Utility
***APPROVED
BY***
v ,
6,pp4in,
ck ct c , irecto of c i I n
tricUtilit�'......:
�.•°7,'?t)�:�
(7iani '
nzettel@cityofredding.org
btippin@cityofredding.org
SUBJECT: 4.5(c)Consider
the
Second Amendment to City of Redding Construction
Services Contract with Basin Enterprises.
Recommendation
Authorize and approve the following actions for the City of Redding Electric Utility:
(1) Approve Second Amendment to City of Redding Construction Services Contract (C-
9962) with Basin Enterprises and renew the Contract for an additional one-year term in
an amount not to exceed $6 million 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, $1,200,000 - 20 percent of the contract amount.
Fiscal Impact
The Overhead/Underground Infrastructure Project was included in Redding Electric Utility's
(REU) Fiscal Year 2023-25 Biennial Budget and is anticipated to remain in the proposed Fiscal
Year 2025-27 Biennial Budget.
In the five-year plan previously presented to the City Council (Council), funding for this,
including General System Improvements, was anticipated to be funded by bond proceeds. Should
capital expenditures related to this effort exceed the approved budget, staff will return to Council
with recommendations for any necessary budgetary adjustments.
Alternative Action
The Council could reject the request to approve the Second Amendment to the Agreement with
Basin Enterprises and provide staff with an alternate direction.
Report to Redding City Council May 15, 2025
Re: 4.5(c) --Second Amendment to Construction Services Contract with Basin EnterprisesPage 2
Background/Analysis
On July 18, 2023, Council approved the Construction Services Contract with Basin Enterprises
for a two-year term, expiring May 31, 2025, with the option to renew for up to three successive
one-year renewal terms. As part of the original Council approval, staff was to return to Council
for approval of subsequent contract renewal terms.
Over the initial two-year contract term, REU has made significant progress with overhead and
underground system replacements. During the initial contract period, significant progress was
made with a 97 percent completion rate on wildfire mitigation infrastructure hardening efforts,
reducing the backlog of pole replacements by over 90 percent, and approximately nine miles of
aged underground cable replacement.
As envisioned in the 2026 Strategic Plan, this contract renewal will allow REU to continue
progress on Goal 2 "Replace Aging Distribution System Infrastructure." With wildfire mitigation
hardening efforts substantially completed, the primary scope of work for this one-year contract
extension will be centered on replacing REU's aging underground cable with the ability to adjust
scope as needed to optimize the contract workload.
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 amendment 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
C-9962 - Second Amendment 2025 Basin Enterprises, Inc
C-9962 - First Amendment - 12.6.2023 - Basin Enterprises, Inc.
C-9962 - Construction Services Contract - 2023 - Basin Enterprises, Inc.
Previous Staff Report — July 18, 2023, item no. 9.5(c) --Construction Services Agreement with
Basin Enterprises
Previous Staff Report - August 17, 2021, item no. 9.5(c) --Redding Electric Utility's Strategic
Plan
Second Amendment to City of Redding
Construction Services Contract #C-9962
M=W -M
rVI es renaerect pursua•
Contract.
2. Section 2.B is amended to read in its entirety as follows:
CnTUNC-1 I -o fI 4
shall be itemized to reflect the corresponding Work • and pay line items from the Exhibit
Schedule, Year 3. invoices falling outside of the Exhibit B - Fee Schedule shall be itemized to reflect t
employees performing the requested tasks, the equipment used, the billing rate for each employee a,
equipment, and the hours worked, M
3. Section IA is amended to read in its entirety as follows:
4. Section 5J is amended to read in its entirety as follows:
IMM,
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 Sly-11illiov, dollar-, ($6400-0041. F*r eacV itridividw2l riurA.2.,ze irvrd• enznep-Jina
�l�� all:1piIIIIIIIIII I
SIN "14
to the Contractor on the particular purchase order exc ing 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 • the bidder and returned within five business days.
5. The Exhibit i• attached to this Amendment shall replace, in its entirety, the Exhibit B to Contract (C-
9962) dated July 19, 2023 and amended December 61, 2023,
All other terms and conditions of the Conti -act dated July 19, =3 and the First Amendment dated
December 6, 2023 shall remain in full force and effect,
IN WITNESS WHEREOF, City and Contractor have executed this Amendment on the day and year set
forth below:
Dated: 20,
67-31 i=�
Dated: q ')�1- , 206'
By: BARRY TIPPIN
City Manager
Christian M. Curtis
City Attorney
By:
By: Mattie Bunting
President
Basin Enterprises, Inc
Tax ID No.: 27-0385388
Exhibit 8 - Fee Proposal -Year 3 renewal
RFP Schedule No.sm .
Pay Rem descriptions represented within Exhibit A - Scope at Work
'QuanaRtaa shown are estimates used to develop unit prising
ieate..n
ITEM
I
,. ..__.-_...
DESCRIPTION
Under round Construction
UNIT
E.I. STY,
Year
UNTFPRKE TOTAL
Year2
UNIT MIXT
TOTAL
Ycar3
UNIT PRICE
707,06
2
Install Cab{@.200 Am 2 or tOndGtt4fs, 0.254 cable rens....
Per Run
2S
$4,446.00
$111,150.00
S4.603.00
SIis 075 00
$4,807,06
512a,l75.00
3
In3ta11 Calif@-ZL40 Am 2af3tOridUttars:250`+cable runs
Par Run
50
$5,002:00
5254,10000
$5,17E.4a5259,900,x0
55,408.40
S270,40IOD
4
Ca "i@ R@ latero@n#-200Am 2 ar 3 tOnductors, a-254 cable runs
Por Run
74
$5,00244
$351,140.06
$5;17$ 00
5362;46x: K
55,494.04
5
Cable R@ lacement-200 Am 2 ora canduttars, 254+table runs
Peer Run
2[x1
$5,559,0x1
$378.560:60
6
InskaN Cab!@•600 Amp, 3 conductors
$yil,6rm.00
$5;754 oh
S1;1S4,900.00
56,4*9.9a
S1,2gi;ea0.pa:.
7
Cable Re acement-600 Amp, 3 conductors
Pcr Run
20
$6,!14,x4
$122;280.00
56,329.00.
$126580,00.
$6,6!0.0*
$132,200.00
R
Primary Termination R@ lacemont Instep: 200 Am Elhaws�:..
P.,R..
45
$6,669,00
$566;865,00
$6;90x.ga
$596,940.04
57,210.00
$612,aso 00.
0
Prima Teminatian Rap{4t@m@n Install 608 Am (T -Bodies)
EA
1000
$834.00
5934,000.00
3843.4D.
5863,000.00
5902.00
5942,400.ext
10
Rebuild Primary.V9u1 2120,0
EA
she
$1AI1DO
$556000.o0
:..$1.151.00.
5575,500:00
$1,202,00
$601,000:00
99
build Prima: t,.&00A
EA
8S
53,335:00
$293,47S.aa
$3.452,00
$293;929.44
53,695.0*
..
$306,4?S:W
t2
In
Install Fault Indicators
€A
250
$3,335.00
5833750.00
#3452,00
.$863;000.00
$3;605 ,00.
$901250 .00
73
In5taIlJRa tat@Sin 103 Ph8s@.XFMft
EA
100
$278.ox
527;800.0[3
$28800
$28,8{20.40
$301:00
530,100.00
94
Install Re lace Three Phase XFPhR.
EA
10
$1;668.eo
$16,690,00
$1,726.00.
S17,260.00
$x,803,00
518,010.00
install/Re Iat@ Pad Mounts Switch
EA
10
$2;223.ad
$22,230.00
52,302.00.
$23„020.00
5x;444:ex1
$24,44000
Is
t7
Install/ReSet laca SU C@Swittjt@s ar XFMR`s
EA
SO
$2,779.00
$27;794.ax
52;877,00.
$28,770.0!}
$3,005.00
$30,05000
97
Install Sdc e S Service
EA
10
$4,446.00
$44,460,00
$4,603:0
546,030.00
3x.807.00.
599,070.00.
76
condor Service
Install ReplaceConstruction
€A
x0
S1,668.00
$16;680.00
31,726:00
517,260.49
$1,803,00
513,03@o0.
tivarhaat:onstruttf4n
EA
10
$2,223.40
$22,239.40
52,302.00
$23,020:00
57,404.00
$24,040.00.
10
20
Install/Re lace Pale Level
Install/Re lace Pale Love 1.
EA
10
$4,577.00
$45,770.00
$4,739,00
347,390,00
$4,949.00
29
LeV0l3.
EA
10
$6,293.00
56zmao0
$6,518,00
565,160.00
$6,80x;04
$69;04aad
22
-1Ins.111JR0plaCe:P*Wole
Instsl1 Re lar@ Pal@ L@Vdl $
EA
10
$9,153.00
$91,534.00
$9,477.44
$94,770:00
.$9,597.00
596,970,00
23
Adder -Tall Pole 9,ar a class Pole
EA
10
$11,441.00
5114,410.00 $11.846.00
$119,46044.
$31,371.09
5123,710,00
24
Adder -Same HOI@ Set
EA
10
SL145,90
511,454.00
$1,185.00
5x1,050:40
$1239.00
$1338x.00
5
Adder -Ham! Dl
EA
10
31;i45.tx1
511;450.90
$1,195:00
$11.8$0:00
51,232.00
$12.,380.00
Adder -Back and Pole Set
EA
10
$2,961:00
$29,610.00
$2,962.00.
529620:00
53,093.00
$30,930.44
7
Adder-S@ruica DrO fle tat@mOnt
EA
10
52,299.00522;690.0*
5?,37a*0
523,7IXk40
524?546
$x4,754.00
a
126
In5ta11 New Crass Plata AlsthOP and GU in
EA
30
$573.00
5S,730.5593.60
$5,93a,IX3:
$619.00
S6 x9fl,40
9
In5tatl N@w Stt@W Ant, or Gu in
EA
10
51,717,46
$17;174.05:
$1,777.04
$17.779.00
5x,956:00
$19,561604
0
_and
Instal Down Gu5 an GU to Existin Anchors Poles
EA.
30
$1,145.00
511,450.90
$1,185.0[1
Sx14S444
51.23a.00
$12360.00
9
Fire Mitt ation Pole Retrof'''it
EA.
SO
51.145.00
511,459.06
$1,185.x50
Sx19S0.W1.
32,238.00$12,39000
32
InttaI/Replace. Tan ant CrOssarm
EA...
800
$1:717.00
$1,373;60000
$1,777:06
$i,x21fr00:04
51,856.04
$1,44a:840.0b
33
Install/Re Iace$econda Crossamn
EA
10
.51,717:00
$17;170.00
.$1,777.00
$17,770,00.
$1856.00
$14,560.00
a4
Install Replace l-wa Deadend Crosserm
EA
10
$2,003:00
$20,03000
$2;073.00
.$20,730.00.
SF,x65.bq
$21.550.60
35
{nstatilRe lace DoGble D@adend Cres6arm
€A
EA.
40
$2,289.00
$22,89x.00
52.370.00
523,70x40
$26,6&004
$2,475.09
$24,7SO.00
39
inskall Re Iatdfin to Cray_
10
$2,575.x0
$25,750.00
$2,856:00
$2,784:40
$?7,940.0*
57
In5ta @p are Gtaut A. er
EA
10
$2;003.09
$20,030,00
$3;973.44
52O,73x.W
$2,165.100
$F1,650.04
3a
Inst9 ep ace. rano ormer
EA.
10.
:.573,00
SS,730o0
SS93.00
55,930.00
$619,00
$8;140:04
3$
fn6tatlJR@ face Transformer
EA
10
$1,717.00
$17,170.04
$1,777.00
$17,770.00.
$1,956.00
$18,56000
41
Traffic Centra( T-11 INCLUDES AS CMS ROAR.D :
€A
14
$2,289,00
$22;894.04
$2,370.00
523,70x90
$2,475.00
524,750.00
49
Tfa (t Contra!T-12
DAY.
20
S2,41x:76
.$49,215.20
52.4&4:28
.549,005.56.
$2,495.83
$44316:60
x2
TraFFEc Central 7-13
DAY
20
$1,23739
$24.753.60
$1,257.60
$25152:04
$1,27149
$25,461.6*
x3
Nan En in@Orad Skandard TC. Plan
DAY
29
52,279;76
$45,415.29
$2,310:29
Sa6,a45.60:
$2,355:93
547,11660
44
NOn En in@@Fdd Cam 1@x YCP x15
EA.
?0
$225:x4
$4;500,60
$132:06
54;640.00
5239.00
54,740.[X!
45
En ind@ra TC Platy
EA
20
5556:x0
$11,400.04
$5&600.
$11,320.00
$593.44
$11,660.00.
46
Cin,
nine@rd Come@X CPan.
EA
20
$659.49
$13,040.x0
$674,44
$13,404.(x5
$690:00
$13,9t�,o0
EA
20
.$2,000,04
540,000.00
32,060.00
$41,200.44.
52.,121.00
$x2,42D.00:
TOTAL CONTRACT ITEMS -LR5IECONSTRUCTR2N
$7.344.,212
87,399,449.
$7,933;09
TRENCHING AND EXCAVATION
3%
4.206%
ITEM
48
OESGRIPT50N
Trenshin Excavation K60"
UNIT
Eat.. TY
Year
UNIT PRICE
1
TOTAL
Year F
UNIT PRICE TOTAL
Year 3
UNIT PRK€
TOTAL
46
Trenshin ExcavatI* t>60".
CY
200
S261.oa
552,200.40.
S24&W.
557,644.00
$3x3,ex5
.560,600 00
50
So Vault Extavatlbn KBO,".
CY
lox
3525,00
352,800.00
5474.00
SS7,9IXL44
$608:00
566,900,40
59
Box Vault E#satiation(>E0"f
CY
6o
.$417,40
$25,020.40
$460.011
$27,6O0o0
Sx83:o*
.$28,980.00:
52
COntrete Valley Gutter
CY
'SF
100
5625:44S62,500.00
SS9x4a
SE9L00000
5724.0(}
S72;4OO.60...
53
Concrete Sidewalk:
So
$195,00
$9.75400
S215.06
$14.750.00
$226.04.
Six,300.04.
54
Concrete curb Dnl
SF
SSD
$129,00
S1a,004.014
5133.00
$15,95000
$139:06
520,950:00.
65
Concrete curb &Gutter
LF
20
5520.00
516,400.00
557,L x..
$11,4110.00
$602.x0
$12,040.00.
55
Concrete Rall curb & Gutter
LF
20
S69I00
513800.00
57GLOO
5x5,220.00
579300
$Is,le I:oo
57
Concrete Dnvewa Residential.
IF
20
$719.04
514,39004
$793.06
515,96x.00
$833,00.
$16:660 W
S9
CammePvsi8l
$F
200
391.00
$Ia�2a4.40
$x01.04
52x240.44
5106.[X1
$21,2[x1.40
5o
As batt Concrete
Asphalt Concrete
SF
100
$165,00
Sle's :Loa
$192.00.
$14,200.00
SI$2.40
$19,200.00
60
Conduit 2"
TON
100
$63900
Sa3,80doo
$704.00:
57x400.00
$739,02..
573.90004
fit
Conduit 4"
LF
100
:$62.00
38;2x0,90..
585.*0
SB,Srm.tro
$88...00
10,900-00
62
Conduit 16-1
LF
250
592.00
523:060.40
395.00
S23,7S0o0
$91.00
:$24;540:00.
63
ProvSande Conduct
LF
250
S97.00
$24,25000
$1x0.00.
525,000:00
$10440
$26,00MOO
64
Sand Bate
LF
'We
$i.b6
$1.250,40.
51130
$1,30,00
$1,33.
$1.33000.
6S
B
T@ at@ Base $atkt{p
CY
100
5194.00
$15,400.00
$199.00.
S29,9orsoo
$246;00
$20,6IX600
66
ncrete $ urry Bat 1
CY
:100
$294.00
$29,400.0
$302.40.
S30,20(LOG :
$312,Q0
531,20x.09
WGGt
CY
100
$344,00
$34,440.00
5354.60.
535,404:x4
$385.xe
$36,504.40
Etre tial Equipment Fad
LF
..2005
$12.00
52,40000
$14.00
S2,9O044
SICOD
$3,200.05
So$2.00
69
5tredtli ht $as@.
SF.
205
0%
$411200.00
: $213,00
542,600:00
$2F040
$44000,x0.
Remove SiTaek Light Base
EA
5.
SS,S3Lxo
$27,690.00
SS,702.05
$28,510,00
55.E94.09
$20,470,0070
79
Putlhax
EA
S
$4,193,00520,415.00
$4,30706:
:21.535.0X1
53ASLW
$22.290.00
72
Boi{ofd Post -Non R@movable.
EA
5
S9,r157,xa
$20,2@5.44
54.172.04
520,864.04
$4,312,90
521,599:x4
7
Bollard Past-Rdmovabl@.
€A
4
$2,726,00.
514,944.00
$2;882.Oq
$11,5119.44
32.926.00$11,704.00
744
Pathali
EA
4
52,892.00
511,568.04
$2,99200.
311,964:00.
$3101.00
$12;409.00
75
Jo: minimum
EA
4
$700.x9
$2;400.0,0
$72800
$291?:00
573000.
S1:Oao.00
TOTAL -CONTRACT ITEMS- TRENCHING. AND EXCAVATION
EA.
4
35,75x;04.
$21004.05
55.98000
$23,929,04
36,160!80
$24,640.00
$ ,722
_.
Pricirid for ether and sdfvicet as nooded..
TearI
Year
Yaar3
_.
UNIT.
8st
UNST.PR9:E
TOTAL
UN17PRia
TOTAL
t514ITPRtCE
TOTAL.
76
Muhl ' t for Work outrun of Normal Working Hours
77
Time and Material gAt4l rate griclude rate rot all a2smons, that would
123
$p00
1x3
0.exa
x.23Saw
782
Um, Crew S!a kno assumed 4 -man SLstjMR
$639,00
$4,09
693.44
x04
5699.00.
$000.
7B
Ulla Creta St Time a4s0 W 4 -man CION VAttt Standard E ui
OR
5767,00
$0.00
$7597.00
5834,tXr
40
*UrneVmAn Lineman Strai tTlm@
HR
$143.68
Soled,
.5149.44
,Ox
$0;00.
$153.95
So.00
50.04
VLOO
a1
General Foreman Strai ht Tim@
HR.
$169.20
$0fxi
$175:97
$0,00
$14126.
82
a3
foreman (Straight Ttm@}
Groundman Strai ht Tlme
HR
SIS637
$000
5162,61
$0.60
S1,5750
$0.00
94
A rdn#ice 1st Period (St t Tim@
MR
$91.79
$0.001
WAS
59.00
§94.33..
50.{p}.
85
Apprentice rentice 2nd Period 5trai $St Time.
HR
$43,27
$0.01
.596,91
50:44.
$y9„#4
59:ik1
86
Apprentice 3rd P@fiad {Sttai t1t Time
HR
$99:42
3o.w1
31a2.r9
5x:00:
5142,$8..
$x,00
87
A ['entice 4th Period Sh ai In Time
MR.
5105.55
$400
$109.20.
$D.iuS
5112,44
Soon
88
A ' entce St: Period 5trat ht Tim@
HR
S11t,70
$0.oa
$115.61
56:00
$119:49
$0 #t
Ra
Apprentice 6[11 Period Stra. htTiin
HR
$117.93
So.N>
$122.01
$0.40
$125,67
$0.00..
90
A Prentice 7th Period Straf ht Time
RR
$123.49
_ SMO*
$129,42
$900.
$134,21
So"
HR
$13x,12:
S0 00
5134,11
$x44
$13x:95
$0,90
IER4
WR
Over
"a
RAY
HR
immmmmm���� t to
MEZ=
I# I
The Construction Services Contract C-9962 ("Contract") dated July 19, 2023 between the City of
Redding, California, ("City") a municipal corporation, and Basin Enterprises, Inc. ("Contractor"),
is hereby amended as follows:
I . Exhibit A-1 attached to this Amendment is hereby incorporated into the Contract (C-9962) dated July 19,
2023, and shall appear as Exhibit A-1 to the same.
9962) dated July 19, 2023
All other terms and conditions of the Contract dated July 19, 2023, shall remain in full force and effect.
The date of this First Amendment shall be the date that it is signed by the City.
IN WITNESS WHEREOF, City and Contractor have executed this Amendment on the day and year set
forth below:
Dated:
ATTEST:
—SHARLENE TIPTON, City Clerk
Dated: 120�, 3
CITY OF REDDING,
A Municipal Corporation
By: EPRYfj0PIN
C Manager anager
F-111 U U 1-11111A 01 UKVV K-93 X111RUVI
BARRY E. DeWALT
City Attorney
By:
By: Mattie Bunting
President
Basin Enterprises, Inc
Tax ID No.: 27-0385388
z
Install Secondary Service
Install Owner -Furnished underground service cable in conduit, including all required terminations
at the KEU secondary box and the service panel,
The contract price paid per secondary sci vice installation shall include full compensation for
furnishing all labor, tools, and equipment necessary to complete all work involved in the
installation of the service cable, complete in place.
WMMM���
Remove the existing secondary service cable and associated terminations, Conduit shall then be
proved/cleaned and the new secondary service cable installed.
The contract price paid per secondary service replacement shall include full compensation for
furnishing all labor, tools, and equipment necessary to complete all work involved in the
installation of the service cable, complete in place.
Crossarm Replacements
Replace Crossarm with Owner -Furnished crossarm, and hardware categorized as follows:
* Tangent Crossarm
* Secondary Crossarm
0 1 -way Deadend Crossarm
0 Double Deadend Crossarm.
* Angle Crossarm
The contract price paid per Crossarin replacement shall include full compensation for furnishing
all labor, tools, and equipment necessary to complete all work involved in the installation of the
service cable, complete in place.
M='MZLIXBZML��
Replace Cutouts with Owner -Furnished Cutouts
The contract price paid per Cutout replacement shall include full compensation for furnishing all
labor, tools, and equipment necessary to complete all work involved in the installation of the
service cable, complete in place
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 GUNS I KU(; i ION
DESCRIPTION
I Inds n„ A rnne
-mucrors, u-L7u, cable runs
iductors, 250'+ cable runs
or 3 conductors, 0-250' cable runs
or 3 conductors, 250'+ cable runs
Am
"Ib
Insian/Keplace JUDsurTace SWltcnes or
17
Install Secondary Service
18
Install/Replace Secondary Service
UNIT PRICE
Overhead Construction
19
Install/Replace Pole Level 1
20
Install/Replace Pole Level 2
21
22
install/Replace Pole Level 3
Install Replace Pole Level 4
23
Adder -Tall Pole/Large Class Pole
24
Adder -Same Hole Set
25
Adder -Hand Dig
26
Adder -Backyard Pole Set
27
Adder -Service Drop Replacement
28
Install New Cross Plate Anchor and GuY
ac mstan/Kepiace iangeni Lrossarm
33 Install/Replace Secondary Crossarm
34 Install/Replace 1 -way Deadend Crossarm
35 Install/Replace Double Deadend Crossarm
36 install/Replace Angle Crossarm
37 Install/Replace Cutout Adder
38 Install/Replace Transformer
39 Install Replace Transformer Bank
40 Traffic Control T-11 {INCLUDES AB & CMS
41 Traffic Control T-12
42 Traffic Control T-13
43 Non Engineered Standard TC Plan
44 Non Engineered Complex TC Plan
45 Engineered Standard TC Plan
46 Engineered Complex TC Plan
EA 10 $4,577.00
EA 10 $6,293.00
EA 10 $9,153.00
EA 10 $11,441.00
EA 10 $1,145.00
EA 10 $1,145.00
EA 10 $2,861.00
EA 10 $2,289.00
EA 10 $573.00
EA 10 $1,717.00
EA 10 $1,145.00
EA 10 $1,145.00
EA 800 $1,717.00
EA 10 $1,717.00
EA 10 $2,003.00
EA 10 $2,289.00
EA 10 $2,575.00
EA 10 $2,003.00
EA 10 $573.00
EA 10 $1,717.00
EA 10 $2,289.00
DAY 20 $2,410.76
DAY 20 $1,237
DAY 20 1 $2,270
EA 20 $225.00
EA 20 $550.00
EA 20 $650.00
EA 20 $2,000.00
.530.00
.410.00
59,477,001
$11,846.00
Year i
Year 2
UNIT
Est. QTY*
UNIT PRICE
TOTAL
UNIT PRICE
TOTAL
$2,962.00
$29,620.00
890.00
$2,370,00
$23,700.00
730.00
Per Run
25
$4,446.00
$111,150.00
$4,60300
$115,075.00
Per Run
50
$5,002.00
$250,100.00
$5,178.00
$258,900.00
Per Run
70
$5,002.00
$350,140.00
$5,178.00
$362,460.00
Per Run
200
$5,558.00
$1,111,600.00
$5,754.00
$1,150,800.00'
Per Run
20
$6,114.00
$122,280.00
$6,329.00
$126,580.00
Per Run
85
$6,669.00
$566,565.00
$6,904.00
$586,840.00
EA
1000
$834.00
$834,000.00
$863.00
$863,000.00
EA
500
$1,112.00
$556,000.00
$1,151.00
$575,500.00
EA
85
$3,335.00
$283,475.00
$3,452.00
$293,420.00
EA
250
$3,335.00
$833,750.00
$3,452.00
$863,000.00
EA
100
$278.00
$27,800.00
$288.00
$28,800.00
EA
10
$1,668.00
$16,680.00
$1,726.00
$17,260.00
EA
10
$2,223.00
$22,230.00
$2,302.001
$23,020.00
EA
10
$2,779.00
$27,790.00
$2,877.00 1
$28,770.00
EA 1
10
$4,446.001
$44,460.00
$4,603,001
$46,030.00
EA 10 $4,577.00
EA 10 $6,293.00
EA 10 $9,153.00
EA 10 $11,441.00
EA 10 $1,145.00
EA 10 $1,145.00
EA 10 $2,861.00
EA 10 $2,289.00
EA 10 $573.00
EA 10 $1,717.00
EA 10 $1,145.00
EA 10 $1,145.00
EA 800 $1,717.00
EA 10 $1,717.00
EA 10 $2,003.00
EA 10 $2,289.00
EA 10 $2,575.00
EA 10 $2,003.00
EA 10 $573.00
EA 10 $1,717.00
EA 10 $2,289.00
DAY 20 $2,410.76
DAY 20 $1,237
DAY 20 1 $2,270
EA 20 $225.00
EA 20 $550.00
EA 20 $650.00
EA 20 $2,000.00
.530.00
.410.00
59,477,001
$11,846.00
$94,770.00
$118,460.00
450.00
$1,185.00
$11,850.00
450.00
$1,185.00
$11,850.00
610.00
$2,962.00
$29,620.00
890.00
$2,370,00
$23,700.00
730.00
$593.00
$5,930.00
170.00
$1,777.00
$17,770.00
450.00
$1,185.00
$11,850.00
450.00
$1,185.00
$11,850.00
600.00
$1,777.00
$1,421,600.00
170.00
$1,77200
$17,770.00
030.00
$2,073.00
$20,730.00
890.00
$2,370.00
$23,700.00
750.00
$2,666.00
$26,660.00
030.00
$2,073.00
$20,730.00
730.00
$593.00
$5,930.00
170.00
$1,777.00
$17,770.00
890.00
$2,370.00
$23,700.00
215.20
$2,45018
$49,005.60
.58 $24,751.60
.76 $45,415.20
47 Monthly Yard Costs I MO I 1 - $ 12,150.00 - $ 12,750.00
TOTAL - CONTRACT ITEMS • LINE CONSTRUCTION $7,356,362 $7,612,198
Pricing for other eguioment and services as needed
V. -I
TRENCHING AND EXCAVATION
UNIT
Est Qty UNITPRICE
Year 1
Year 2
ITEM
IDESCRIPTION
UNIT
Est.QTY
UNITPRICE
TOTAL
UNITPRICE
TOTAL
48
Trenching Excavation (<60")
CY
200
$261.00
$52,200.00
$288.00
$57,600.00
49
Trenching Excavation (>60")
CY
100
$525.00
$52,500.00
$579.00
$57,900.00
50
Box/Vault Excavation (<60")
CY
60
$417.00
$25,020.00
$460.00
$27,600.00
51
Box/Vault Excavation (>60")
CY
100
$625.00
$62,500.00
$690.00
$69,000.00
52
Concrete Valley Gutter
SF
50
$195.00
$9,750.00
$215.00
$10,750.00
53
Concrete Sidewalk
SF
150
$120.00
$18,000.00
$133.00
$19,950.00
54
Concrete Curb Only
LF
20
$520.001
$10,400.00
$574.00
$11,480.00
55
Concrete Curb & Gutter
LF
20
$690.00
$13,800.00
$761.00
$15,220.00
56
Concrete Roll Curb & Gutter
LF
20
$719.00
$14,380.00
$793.00
$15,860.00
57
Concrete Driveway (Residential)
SF
200
$91.00
$18,200.00
$101.00
$20,200.00
58
Concrete Driveway (Commericial)
SF
100
$165.00
$16,500.00
$182.00
$18,200.00
59
Asphalt Concrete
TON
100
$638,00
$63,800.00
$704.00
$70,400.00
60
Conduit (2)
LF
100
$82.00
$8,200.00
$85.00
$8,500.00
61
Conduit (4")
LF
250
$92-001
$23,000.00
$95.00
$23,750.00
62
lConcluit (6")
LF
250
$97.00
$24,250.00
$100.00
$25,000.00
63
Prove Conduit
LF
1000
$1.26
$1,260.00
$1.30
$1,300.00
64
Sand Backfill
CY
100
$194.00
$19,400.00
$199.00
$19,900.00
65
Aggregate Base aC I
CY
100
$294.00
$29,400.00
$302.00
$30,200.00
66
Concrete Slurry Backfill
CY
100
$344.00
$34,400.00
$354.00
$35,400.00
67
Sawcut
LF
200
$12.00
$2,400.00
$14.00
$2,800.00
68
Electrical Equipment Pad
SF
200
$206.00
$41,200.00
$213.00
$42,600.00
69
Streetlight Base
EA
5
$5,538.001
$27,690.00
$5,702.00
$28,510.00
70
Remove Street Light Base
EA
5
$4,183.00
$20,915.00
$4,307.00
$21,535.00
71
PUllbox
EA
5
$4,057.00
$20,285.00
$4,172.00
$20,860.00
72
Bollard Post - Non Removable
EA
4
$2,726.00
$10,904.00
$2,882.00
$11,528.00
73
Bollard Post - Removable
EA
4
$2,892.00
$11,568.00
$2,992.00
$11,968.00
74
Potholing
EA
4
$700.00
$2,800.00
$728.00
$2,912.00
75
Job Minimum
EA
4
$5,750.00
$23,000.00 1
$5,980.001
$23,920.00
108
TOTAL - CONTRACT ITEMS - TRENCHING AND EXCAVATION
HR
$28.30
1
$657,722
1
$678,011
Pricing for other eguioment and services as needed
V. -I
UNIT
Est Qty UNITPRICE
TOTAL
UNITPRICE
TOTAL
ELECTRIC
76
Multiplier for Work outside of Normal Working Hours
1.23
$0.00
1.23
$0.00
77
Time and Material (T&M) rate (Include rate for all positions that would apply)
78
Line Crew Standby Time assumed 4 -man crew
HR
$639.00
$0.00
$663.00
$0.00
79
Line Crew Standby Time assumed 4 -man crew With Standard Equipment
HR
$767.00
$0.00
$797.00
$0.00
80
Journeyman Lineman (Straight Time)
HR
$143.68
$0.00
$149.40
$0.00
81
General Foreman (Straight Time)
HR
$169.21
$0.00
$175.97
$0.00
82
Foreman (Straight Time)
HR
$156.37
$0.00
$162-61
$0.00
83
Groundman(Straight Time)
HR
$91.79
$0.00
$93.96
$0.00
84
Apprentice 1st Period (Straight Time)
HR
$93.27
$0.00
$96.41
$0.00
85
Apprentice 2nd Period (Straight Time)
HR
$99.42
$0.00
$102.79
$0.00
86
Apprentice 3rd Period (Straight Time)
HR
$105.55
$0.00
$109.20
$0.00
87
Apprentice 4th Period (Straight Time)
HR
$111.70
$0.00
$115.61
$0.00
88
Apprentice 5th Period (Straight Time)
HR
$117.83
$0.00
$122.01
$0.00
89
Apprentice 6th Period (Straight Time)
HR
$123.99
$0.00
$128.42
$0.00
90
Apprentice 7th Period (Straight Time)
HR
$130.12
$0.00
$134.81
$0.00
91
Journeyman Lineman (DoubleTime)
HR
$225.13
$0.00
$234.31
$0.00
92
General Foreman (Double Time)
HR
$266.95
$0.00
$277.86
$0.00
93
Foreman (Double Time)
HR
$245.92
$0.00
$255.95
$0.00
94
Groundman (Double Time)
HR
$139.67
$0.00
$143.29
$0.00
95
Apprentice 1st Period (Double Time)
HR
$142.13
$0.00
$147,351
$0.00
96
Apprentice 2nd Period (Double Time)
HR 1
$152.36
$0.00
$157.98
$0.00
97
Apprentice 3rd Period (Double Time)
HR
$162.56
$0.00
$168.63
$0.00
98
Apprentice 4th Period (Double Time)
HR
$172.791
$0.00
$179.29
$0.00
99
Apprentice 5th Period (Double Time)
HR
$182.99
$0.00
$189.94
$0.00
100
Apprentice 6th Period (Double Time)
HR
$193.22
$0.00
$200.60
$0.00
101
Apprentice 7th Period (Double Time)
HR
$203.42
$0.00
$211.22
$0.00
102
Subsistence
EA
$50.00
$0.00
$50.001
$0.00
103
Missed Meals (Paid per Classification Pert IBEW Agreement)
EA
104
Not used
105
Crew Truck
HR
$23.30
$0.00
$24.45
$0.00
106
Squirt Boom
HR
$45.05
$0.00
$47.25
$0.00
107
55' Bucket
HR
$49.45
$0.00
$51.70
$0.00
108
55' Digger
HR
$28.30
$0.00
$28.90
$0.00
109
Pole Trailer
HR
$2.00
$0.00
$2.00
$0.00
110
Water Buffalo
HR
$3.55
$0.00
$3.70
$0.00
111
Pickup
HR
$21.00
$0.00
$22.15
$0.00
112
10k Forklift
HR
$34.85
$0.00
$34.95
$0.0o
113
Dump Trailer
HR
$2.00
$0.00
$2.00
$0.00
114
Puller - Hogg Davis
HR
$15.65
$0.00
$16.20
$0.00
115
Duct Dawg UG Puller
HR
$17.90
$0.00
$18.05
$0.00
116
13Reel Trailer
HR
$1.501
$0.001
$1.50
$0.00
117
Single Reel
HR
$1.15
$0.00
$1.15
$0.00
118
Generator 2kW
HR
$21.00
$0.00
$22.05
$0.00
119
Generator 25-35 kW
HR
$26.00
$0.00
$27.30
$0.00
120
Generator 50kW
HR
$29.00
$0.00
$30.45
$0.00
121
Generator 51+ kW
COST PLUS
122
Daily Rates Include (1) FM, (2) JL, (1) AP Squirt, 55' Bucket, 55' Digger, Pole Trailer, Water
Buff +Support
123
OH Daily Crew Rate - 4Man
HR
$1,145.00
$0.00
$1,190.80
$0.00
124
OH Daily Crew Rate - 4Man
DAY
$11,450.00
$0.00
$11,908.00
$0.00
125
OH Daily Crew Rate - 4Man PT
HR
$1,410.00
$0.00
$1,466.40
$0.00
126
OH Daily Crew Rate - 4Man PT
DAY
$14,100.00
$0.00
$14,664.00
$0.00
TRENCHING AND EXCAVATION
127
Operated Vac Truck
DAY
$4,630.00
$0.00
$4,748.00
$0.00
128
Conduit Repairs - Cost Plus Mark-up
COST PLUS
129
Contaminated Soil Disposal - Cost Plus Mark-up
COST PLUS
130
Permitting - Cost Plus Mark-up
COST PLUS
131
Minor Dewatering
CY
$332.00
$0.00
$342.00
$0.00
132
Trench Plates (supply/install/removal) - Cost Plus Mark-up
COST PLUS
133
General Foreman (Straight Time)
HR
$164.64
$0.00
$171.22
$0.00
134
Foreman (Straight Time)
HR
$156.41
$0.00
$162.67
$0.00
135
Line Equipment Operator (Straight Time)
HR
$119.79
$0.00
$124.58
$0.00
136
Fab Tech (Straight Time)
HR
$110.68
$0.00
$115.11
$0.00
137
Groundman(Straight Time)
HR
$97.62
$0.00
$101.52
$0.00
138
General Foreman (Double Time)
HR
$263.53
$0.00
$274.07
$0.00
139
Foreman (Double Time)
HR
$249.12
$0.00
$259.08
$0.00
140
Line Equipment Operator (Double Time)
HR
$186.391
$0.00
$193.85
$0.00
141
Fab Tech (Double Time)
HR
$173.95
$0.00
$180.91
$0.00
142
Groundman (Double Time)
HR
$148.10
$0.00
$154.02
$0.00
143
Crew Truck
HR
$30.00
$0.00
$30.00
$0.00
144
Dump Truck 10 CY
HR
$66.00
$0.00
$66.00
$0.00
145
Water Wagon
HR
$18.00
$0.00
$18.00
$0.00
146
Water Truck 4000 Gal.
HR
$78.00
$0.00
$78.00
$0.00
147
Float Tractor
HR
$72.00
$0.00
$72.00
$0.00
148
Backhoe - CAT 420
HR
$57.00
$0.00
$57.00
$0.00
149
Backhoe Breaker
DAY
$380.00
$0.00
$380.00
$0.00
150
Excavator - CAT 308
HR
$72.00
$0.00
$72.00
$0.00
151
Excavator - CAT 315
HR
$97.00
$0.00
$97.00
$0.00
152
Skid Steer - CAT 299
HR
$88.00
$0.00
$88.00
$0.00
153
Dump Trailer
HR
$18.00
$0.00
$18.00
$0.00
154
Equipment Trailer 15 T
HR
$18.00
$0.00
$18.00
$0.00
155
Hydro Vac Truck
HR
$275.00
$0.00
$275.00
$0.00
156
Lo -Drill LAD
HR
$269,001
$0.00
$269.00
$0.00
157
Telescoping Aerial Lift up to 42 ft
HR
$47.001
$0.00
$47.00
$0.00
158
Telescoping Aerial Lift up to 55 ft
HR
$59.00
$0.00
$59.00
$0.00
159
Portable Air Compressor - Portable or Skid Mount
HR
$21.00
$0,00
$21.00
$0.00
160
Jack Hammer, Chipping Hammer
HR
$12.00
$0.00
$10.00
$0.00
161
25' Air Compressor Hose
HR
$7.00
$0.00
$7.00
$0.00
162
100 CFM air compressor - up to 100 psi
HR
$23.00
$0.00
$23.00
$0.00
163
250 to 599 CFM air compressor- up to 100 psi
HR
$32.00
$0.00
$32.00
$0.00
164
600 to 899 CFM air compressor - up to 200 psi
HR
$56.00
$0.00
$56.00
$0.00
165
900 CFM to 1,150 CFM air compressor - to 350 psi
HR
$176.001
$0.00
$176.00
$0.00
166
1,300 CFM to 1,600 CFM air compressor - up to 200 psi
HR
$263.00
$0.00
$263.00
$0.00
167
14000-16000 Lbs Back hoe 74hp
HR
$57A0
$0.00
$57.00
$o.00
168
16001-18000 Lbs Back hoe 97hp
HR
$60.00
$0.00
$60.00
$0.00
169
Barricades
HR
$0.15
$0.00
$0.15
$0.00
170
Underground Piercing Tool Pneumatic -2"
DAY
$176.00
$0.00
$176.00
$0.00
171
Underground Piercing Tool Pneumatic - 3"
HR
$23.00
$0.00
$23.00
$o.00
172
Underground Piercing Tool Pneumatic - 4"
HR
$53.00
$o.00
$53.00
$0.00
173
Hand Held Rammer Tamper
HR
$16.00
$o.00
$16.00
$0.00
174
Single direct vibratory plate compactor - 110 - 240 Ib
DAY
$59.00
$0.00
$59.00
$0.00
175
Dual direction vibratory plate compactor - 660 - 1,800 Ib
HR
$35.00
$0.00
$35.00
$0.00
176
20" to 30" dual drum (pad or smooth)
HR
$36.00
$0.00
$36.00
$0.00
177
24" to 34" trench roller - smooth or pad drum
HR
$50.00
$0.00
$50.00
$0.00
178
36" Double Smooth Drum Roller
HR
$38.00
$0.00
$38.00
$0.00
179
47" Double Smooth Drum Roller
HR
$38.00
$0.00
$38.00
$0.00
180
84" Double Smooth Drum Roller
HR
$140.00
$0.00
$140.00
$0.00
181
66" Single Smooth Drum Roller or Padfoot Compactor
HR
$108.001
$0.00
$108.00
$0.00
182
84" Smooth Drum or Pad Foot Compactor
HR
$113.001
$0.00
$113.00
$0.00
183
4 Wheeled compactor with blade
HR
$296.00
$0.00
$296.00
$0.00
184
8 X 20
DAY
$35.00
$0.00
$35.00
$0.00
185
4,000 - 7,999 LB Lift Truck
HR
$59.00
$0.00
$59.00
$0.00
186
8,000 - 11,999 LB Lift Truck
HR
$88.00
$0.00
$88.001
$0.00
187
30,000 - 36,000 LB Lift Truck
HR
$129.00
$0.00
$129A0
$0.00
188
22 to 30 Ton Rough Terrain Hydraulic Crane - 72 FT boom
HR
$140.00
$0.00
$140.00
$0.00
189
50 to 65.9 Ton Rough Terrain Hydraulic Crane - 110 FT boom
HR
$205.00
$0.00
$205.00
$0.00
190
66 to 80.9 Ton Rough Terrain Hydraulic Crane - 114 FT boom
HR
$211.00
$0.00
$211.00
$0.00
191
28 Ton
HR
$129.00
$0.00
$129.00
$0.00
192
80 to 104 HP LGP Crawler Tractor - Bare Back
HR
$119.00
$0.00
$119.00
$0.00
193
105 to 129 HP LGP Crawler Tractor - Bare Back
HR
$148.00
$0.00
$148.00
$0.00
194
190 to 259 HP LGP Crawler Tractor- Bare Back
HR
$278.00
S0.00 1
$278.00
$0.00
195
70 to 84 HP Standard Crawler Tractor - Bare Back
HR
$89.00
$O.00
$89.00
$o.00
196
80 to 104 HP Standard Crawler Tractor - Bare Back
HR
$113.00
$0.00
$113.00
$0.00
197
105 to 129 HP Standard Crawler Tractor - Bare Back
HR
$130.00
$0.00
$130.00
$0.00
198
160 to 189 HP Standard Crawler Tractor - Bare Back
HR
$142.00
$0.00
$142.00
$0.00
199
190 to 259 HP Standard Crawler Tractor - Bare Back
HR
$261.00
$0.00
$261.00
$0.00
200
260 to 359 HP Standard Crawler Tractor - Bare Back
HR
$320.00
$0.00
$320.00
$0.00
201
6 Way Dozer
HR
$89.00
$0.00
$89.00
$0.00
202
Standard Crawler Tractor with Blade to 80 hp
HR
$89.00
$0.00
$89.00
$0.00
203
Standard Crawler Tractor with Blade 85 - 100 hp
HR
$113.00
$0.00
$113.00
$0.00
204
Standard Crawler Tractor with Blade 105 - 150 hp
HR
$130.00
$0.00
$130.00
$0.00
205
ATV Quad
HR
$14.00
$0.00
$14.00
$0.00
206
ATV Gator/ UTV
HR
$22.00
$OM
$22.00
$0.00
207
Dozer D6 w/Rippers
HR
$136.00
$0.00
$136.00
$0.00
208
Dozer D6 w/Winch
HR
$178.00
$0.00
$178.00
$0.00
209
40 ft reach
HR
$47.00
$0.00
$47.00
$0.00
210
60 ft Reach
HR
$59.00
$0.00
$59.001
$0.00
211
Hand Held Locator
HR
$12.00
$0.00
$12.00
$0.00
212
Scraper 11 yard
HR
$207.00
$0.00
$207.00
$0.00
213
Scraper 16 yard
HR
$237.00
$0.00
$237.0o
$0.00
214
Scraper 23 yard
HR
$296.00
$0.00
$296.00
$0.00
215
Crawler Mounted Hydraulic Excavator 3.1 to 4.0 Ton Hydraulic Excavator
HR
$47.00
$0.00
$47.00
$0.00
216
Crawler Mounted Hydraulic Excavator 5.1 to 6.0 Ton Hydraulic Excavator
HR
$53.00
$0.00
$53.00
$0.00
217
Crawler Mounted Hydraulic Excavator 6.1 to 8.0 Ton Hydraulic Excavator
HR
$72.00
$0.00
$72.00
$0.00
218
Crawler Mounted Hydraulic Excavator 12.1 to 14.0 Ton Hydraulic Excava
HR
$83.00
$0.00
$83.00
$0.00
219
Crawler Mounted Hydraulic Excavator 14.1 to 16.0 Ton Hydraulic Excava
HR
$89.00
$0.00
$89.00
$0.00
220
Crawler Mounted Hydraulic Excavator 16.1 to 19.0 Ton Hydraulic Excava
HR
$97.00
$0.00
$97.00
$0.00
221
Crawler Mounted Hydraulic Excavator 19.1 to 21.0 Ton Hydraulic Excava
HR
$130.00
$0.00
$130.00
$0.00
222
Crawler Mounted Hydraulic Excavator 21.1 to 24.0 Ton Hydraulic Excava
HR 1
$136.00
$0.00
$136.00
$0.00
223
Crawler Mounted Hydraulic Excavator 24.1 to 28.0 Ton Hydraulic Excava
HR
$148.00
$0.00
$148.00
$0.00
224
Crawler Mounted Hydraulic Excavator 28.1 to 33.0 Ton Hydraulic Excava
HR
$17x.00
$0.00
$178.00
$0.00
225
Crawler Mounted Hydraulic Excavator 33.1 to 40.0 Ton Hydraulic Excava
HR
$243.001
$0.00
$243.00
$0.00
226
Crawler Mounted Hydraulic Excavator 40.1 to 50.0 Ton Hydraulic Excava
HR
$290.001
$0.00
$290.00
$0.00
227
Crawler Mounted Hydraulic Excavator 66.1 to 90.0 Ton Hydraulic Excava
HR
$403.00
$0.00
$403.00
$0.00
228
Crawler Mounted Hydraulic Excavator Feller Buncher
HR
$243.00
$0.00
$243.00
$0.00
229
Attachment 2500 to 3000 Pound
HR
$88.00
$0.00
$88.00
$o.00
230
Excavator Backhoe
HR
$403.00
$0.00
$403.00
$0.00
231
Attachment 4500 Pound
HR
$117.00
$0.00
$117.00
$0.00
232
Attachment 8000 Pound
HR
$176.00
$0.00
$176.00
$0.00
233
Attachment 10000 Pound
HR
$219.00
$0.00
$219.00
$0.00
234
Attachment 24" to 36" Compactor Wheel
HR
$22.00
$0.00
$22.00
$0.00
235
Attachment Brush Hog
DAY
$351.001
$0.00
$351.00
$0.00
236
Attachment Sheers
DAY
$965.00
$0.00
$965.00
$0.00
237
10K Reach
HR
$83.00
$0.00
$83.00
$0.00
238
12K
HR
$83.00
$0.00
$83.00
$0.00
239
15K
HR
$83.00
$0.00
$83.00
$0.00
240
4K
HR
$41.00
$0.00
$41.00
$0.00
241
6K Reach
HR
$53.00
$O.Oo
$53.00
$0.00
242
6K RT
HR
$53.00
$0.00
$53.00
$0.00
243
8k Reach
HR
$59.00 1
$0.00
$59.00
$0.00
244
4 Light 20 to 30 FT Mast
HR
$15.00
$o.00
$15.00
$0.00
245
2 to 5 kW Gasoline
HR
$21.00
$0.00
$21.00
$0.00
246
25 -35 kW Diesel
HR
$26.00
$0.00
$26.00
$0.00
247
50 kW Diesel
HR
$29.00
$0.00
$29.001
$0.00
248
130 to 144 HP Motor Grader - Bare Back
HR
$119.00
$o.00
$119.00
$0.00
249
145 to 169 HP Motor Grader - Bare Back
HR
$119.00
$0.00
$119.00
$0.00
250
170 to 199 HP Motor Grader - Bare Back
HR
$172.00
$0.00
$172.00
$0.00
251
200 to 249 HP Motor Grader - Bare Back
HR
$219.00
$0.00
$219.00
$0.00
252
Laser/ GPS
HR
$41.001
$0.00
$41.00
$0.00
253
Articulated Frame 251 to 275 HP Motor Grader - Bare Back
HR
$234.00
$0.00
$234.00
$0.00
254
Laymore Power Broom
HR
$59.00
$0.00
$59.00
$0.00
255
4 Wheel Enclosed Cab
HR
$63.00
$0.00
$63.00
$0.00
256
Sweeper Truck
HR
$124.00
$0.00
$124.00
$0.00
257
Chainsaw
HR
$6.00
$0.00
$6.001
$0.00
258
Concrete Saw
HR
$12.00
$0.00
$12.00
$o.00
259
Butt Fusion Machine
HR
$23.00
$0.00
$23.00 1
$0.00
260
Concrete Float
HR
$43.001
$0.00
$43.00
$0.00
261
Rebar Cutter Bender
HR
$9.00
$0.00
$9.00
$0.00
262
Laser Grader
DAY
$117.00
$0.00
$117.00
$0.00
263
Emulison Sprayer
HR
$18.00
$0.00
$18.00
$0.00
264
Asphalt Paving Machine 8' Screed
HR
$237.00
$0.00
$237.00
$0.00
265
Fire Suppression
HR
$18.00
$0.00
$18.00
$0.00
266
Cargo Trailer
HR
$18.00
$0.00
$18.00
$0.00
267
Drop Deck
HR
$18.00
$0.00
$18.00 1
$0.00
268
Chipper Straw Blower
HR
$55.00
$O.00
$55.00
$0.00
269
750 Gallon Hydro Seeder
HR
$124.00
$0.00
$124.00
$0.00
270
Concrete Bucket for Loader
HR
$29.00
$0.00
$29.00
$0.00
271
j6x1O Trench Plate
DAY
$35.00
$0.00
$35.00
$0.00
272
1 K Rail- 20'
DAY
$7.00
$0.00
$7.00
$0.00
273
Tucker Snowcat1
HR 1
$205.001
$0.00
$205.00
$0.00
274
Pole Dolly
HR
$12.00
$0.00
$12.00
$0.00
275
Utility
HR
$18.00
$0.00
$18.00
$0.00
276
Air Compressor
HR
$146.00
$0.00
$146.00
$0.00
277
2000 Gallon Water Trailer
HR
$47.00
$0.00
$47.00
$0.00
278
Equipment Trailer to 7 Ton
HR
$18.00
$0.00
$18.00
$0.00
279
Equipment Trailer to 10 to
HR
$18.00
$0.00
$18.00
$0.09
280
Equipment Trailer to 15 to
HR
$18.00
$0.00
$18.00
$0.00
281
Flatbed Trailer
HR
$18.00
$0,00
$18.09
$0.00
282
Gas Pipe Trailer
HR
$18.00
$0.00
$18.00
$0.00
283
Gas Pipe Trailer
HR
$18.00
$0.00
$18.00
$0.00
284
550 Gallon Water Buffalo Trailer
HR
$18.00
$0.00
$18.00
$0.00
285
800 Gallon, Water Buffalo Trailer
HR
$18.00
$0.00
$18.00
$0.00
286
500 Gal. Vacuum Trailer w/ pressure washer
HR
$59.00
$0.00
$59.00
$0.00
287
800 - 1000 Gallon Mud Hog
HR
$76.00
$0.00
$76.00
$0.00
288
Traffic Control Arrow Boards
HR
$16.00
$0.00
$16.00
$0.00
289
Traffic Control Message Board
HR
$29.00
$0.00
$29.00
$0.00
290
Pole Trailer
HR
$12.001
$0.00
$12.09
$0.00
291
Beaver Tail Equipment Trailier
HR
$12.00 1
$0.00
$12.00
$0.00
292
Tilt Bed Equipment Trailer
HR
$14.001
$0.00
$14.00
$0.00
293
Conduit Trailer
HR
$9.00
$0.00
$9.00
$0.00
294
Winch Trailer
HR
$23.00
$0.00
$23.00
$0.00
295
Bitumen Trailer/ Emulsion Sprayer
HR
$12.00
$0.00
$12.00
$0.00
296
EZ Hauler Backyard Machine
HR
$35.00
$0.00
$35,001
$0.00
297
EZ Hauler Backyard Cart
HR
$12.00
$0.00
$12.00
$0.00
298
Trailer, Office
HR
$23.00
$0.00
$23.00
$0.00
299
Float or Deck
HR
$18.00
$0.00
$18.00
$0.00
300
38 - 45 Ft Flatbed or Van
HR
$23.00
$0.00
$23.00
$0.00
301
All 20 to 49.9 Ton Capacity Eq. Lowboy/Ramp/RGN Trailers
HR
$29.00
$0.00
$29.00
$0.00
302
All 50.0 to 74.9 Ton Capacity Eq./Lowboy/Ramp/RGN Trailers
HR
$35.00
$0.00
$35.00
$0.00
303
All Eq./Utility/Dump Trailers - 500 to 3,499 LB Max Capacity
HR
$12.00
$0.00
$12.00
$0.00
304
Dump Trailers - 3,500 to 9,999 LB Max Capacity
HR
$14.00
$0.00
$14.00
$0.00
305
All Eq./Utility/Dump Trailers - 10,000 to 25,999 LB Max Capacity
HR
$18.00
$0.00
$18.00
$0.00
306
All Eq./Utility/Dump Trailers - 26,000 to 39.999 LB Max Capacity
HR
$18.00
$0.00
$18.00
$0.00
307
All 8 to 20 FT Cargo Trailers, Tool Trailer
HR
$18.00
$0.00
$18.00
$0.00
308
All 21 to 28 FT Cargo Trailers
HR
$29.00
$0.00
$29.00
$0.00
309
3/4 TN Crew or Standard Cab Pickup
HR
$24.00
$0.00
$24.00
$0.00
310
1 Ton 44 Crew Pickup with tools
HR
$30.00
$0.00
$30.00
$0.00
311
374 TN Pickup with compressor
HR
$30.00
$0.00
$30.00
$0.00
312
3/4 TN ramp pickup with compressor
HR
$30.00
$0.00
$30.00
$0.00
313
1 TN Stake Flat Bed Crew or Standard Cab Pickup
HR
$30.00
$0.00
$30.00
$0.00
314
Large Lube Fuel Combination Truck
HR
$42.00
$0.00
$42.00
$0.00
315
Small Lube Fuel Combination Truck
HR
$36.00
$0.00
$36.00
$0.00
316
2 to 4.9 Ton Flat Bed Truck
HR
$36.00
$0.00
$36.00
$0.00
317
5.0 to 9.9 Ton Flat Bed Truck
HR
$42.00
$0.00
$42.00
$0.00
318
5 CY Dump Truck
HR
$60.00
$0.00
$60M
$0.00
319
Up to 5 CY Dump Truck
HR
$60.00
$0.00
$60.00
$0.09
320
10 CY Dump Truck
HR
$66.00
$0.00
$66.00
$o.00
321
26 Ton Truck with Transfer Trailer
HR
$78.00
$0.00
$78.00
$0.00
322
40 Tn articulated truck
HR
$306.00
$0.00
$306.00
$0.00
323
35 Tn off road dump
HR
$294.00
$0.00
$294.00
$0.00
324
60 to rock truck
HR
$90.00
$0.00
$90.00
$0.00
325
2,000 Gallon Water Truck
HR
$66.00
$0.00
$66.00
$0.00
326
4,000 Gallon Water Truck
HR
$78.00
$0.00
$78.001
$0.00
327
Rollback Truck Semi with bed & winch
HR
$78.00
$0.00
$78.00
$0.00
328
10 to 20 ft Bed
HR
$54.00
$0.00
$54.00
$0.00
329
2 Tn Flatbed, Flatbed Dump
HR
$24.00 1
$0.00
$24.00
$o.00
330
3 - 5 to Flatbed
HR
$24.00
$0.00
$24.00
$0.00
331
3,250 to 4,250 Gallon Water Truck
HR
$78.00
$0.00
$78.00
$0.00
332
Hydro Excavation Truck - Pressure Washer, Vacuum, and Dump Bed
HR
$375.00
$0.00
$375.00
$0.00
333
3,4,5 Axle Semi Tractor with Trailers- Legal Weight
HR
$78.00
$0.00
$78.00
$0.00
334
3,4,5 Axle Semi Tractor with Trailers - Oversize/ Over weight
HR
$90.00
$0.00
$90.00
$0.00
335
5th Wheel Truck railer
HR
$78.00
$0.00
$78.00
$0.00
336
Bed Truck
HR
$90.00
$0.00
$90.00
$0.00
337
Tractor and Lowbed Trailer
HR
$90.00
$0.00
$90.00
$0.00
338
Tractor and End Dump Trailer
HR
$78.001
$0.00
$78.00
$0.00
339
Crane 12 - 15 Ton
HR
$146.00
$0.00
$146.00
$0.00
340
Crane 12 - 15 TonHR
$170.00
$0.00
$170.00
$0.00
341
Crane 22 Ton
HR
$158.00
$0.00
$158.00
$0.00
342
Crane 23 Ton
HR
$170.00
$0.00
$170.00
$0.00
343
Crane 30 Ton
HR
$170.00
$0.00
$170.00
$0.00
344
Crane 35 Ton
HR
$193.00
$0.00
$193.00
$0.00
345
Crane 40 Ton
HR
$199.00
$0.00
$199.00
$0.00
346
Crane 45 Ton
HR
$205,001
$0.00
$205.00
$0.00
347
Crane 50 Ton
HR
$216.00
$0.00
$216.00
$0.00
348
Crane 60 Ton
HR
$222.00
$0.00
$222.00
$0.00
349
Crane 70 Ton
HR
$234.00
$0.00
$234.00
$0.00
350
Crane 100 Ton
HR
$293.00
$0.00
$293.00
$0.00
351
Terix Commander 4045 Digger Derrick
HR
$59.00
$o.00
$59.00
$0.00
352
Terix Commander 6030 Digger Derrick
HR
$65.00
$o.00
$65.00
$0.00
353
Texoma 330
HR
$148.00
$0.00
$148.00
$0.00
354
Texoma 500
HR
$178.00
$0.00
$178.00
$0.00
355
Texoma 600
HR
$178.00
$0.00
$178.00
$0.00
356
Texoma 650
HR
$207.00
$0.00
$207.00
$0.00
357
Texoma 650
HR
$207.00
$0.00
$207.00
$0.00
358
FMC Digger
HR
$237.00
$0.00
$237.00
$0.00
359
All Terraine Truck/Tracked 30000 Ib CAP
HR
$178.00
$0.00
$178.00
$0.00
360
All Terraine Truck/Tracked 50000 Ib CAP
HR
$178.001
$0.00
$178.00
$0.00
361
40000 Ib Truck Mounted Drill Up to 72' dia 40' Depth
HR
$296.00
$0.00
$296.00
$0.00
362
45000 Ib Truck Mounted All Wheel Drive 72' dia 45' Depth
HR
$354.00
$0.00
$354.00
$0.00
363
Flagger Pick up
HR
$30.00
$0.00
$30.00
$0.00
364
Boom mounted rock drill with compressor
HR
$936.00
$0.00
$936.00
$0.00
365
Welding Rig
HR
$60.00
$0.00
$60.00
$0.00
366
Tool Truck/Van
HR
$42.00
$0.00
$42.00
$0.00
367
Tool Truck/Van
HR
$42.00
$0.00
$42.00
$0.00
368
Directional Driller Support Truck
HR
$60.00 1
$0.00
$60.00
$0.00
369
Bore Slurry Reclaimer
HR
$60.00
$0.00
$60.00
$0.00
370
Mechanic
HR
$90.00
$0.00
$90.00
$0.00
371
Service Truck
HR
$90.00
$0.00
$90.00
$0.00
372
Water Truck 2000 Gallon
HR
$66.00
$0.00
$66.00
$0.00
373
4 Wheel Drive Articulated Loaders 120 to 134 HP Articulated Wheel Load
HR
$107.00
$0.00
$107.00
$0.00
374
4 Wheel Drive Articulated Loaders Track Loader
HR
$148.00
$0.00
$148.00
$0.00
375
4 Wheel Drive Articulated Loaders 135 to 145 HP Articulated Wheel Loa
HR
$119.00
$0.00
$119.00
$0.00
376
4 Wheel Drive Articulated Loaders 175 to 199 HP Articulated Wheel Loac
HR
$166.00
$o.00
$166.00
$0.00
377
4 Wheel Drive Articulated Loaders 200 to 224 HP - Articulated Wheel Loz
HR
$207.00
$0.00
$207.00
$0.00
378
4 Wheel Drive Articulated Loaders 250 to 274 HP - Articulated Wheel Loz
HR
$243.00
$0.00
$243.00
$0.00
379
4 Wheel Drive Articulated Loaders 4 in 1 Bucket Attachment with Scales
DAY
$117.00
$0.00
$117.00
$0.00
380
Tractor Loader Backhoe
HR
$72.00
$0.00
$72.00
$0.00
381
Mini Skidsteer
HR
$38.00
$0.00
$38.00
$0.00
382
Midi Skidsteer
HR
$75.00
$0.00
$75.00
$0.00
383
Skidsteer
HR
$88.00
$0.00
$88,001
$0.00
384
Hydraulic Breaker - Mounted to all size Tractor Loader Backhoes
DAY
$380.00
$0.00
$380.00
$0.00
385
Hydraulic Breaker - Mounted to 3.1 to 8.0 Ton Hydraulic Excavator
DAY
$380.001
$0.00
$380.00
$0.00
386
Hydraulic Breaker - Mounted to 8.1 to 21.0 Ton Hydraulic Excavator
DAY
$913.00
$0.00
$913.00
$0.00
387
Hydraulic Breaker - Mounted to 21.1 to 40.0 Ton Hydraulic Excavator
DAY
$1,404.00
$0M
$1,404.00
$0.00
388
Hydraulic Breaker - Mounted to 40.1 to 90.0 Ton Hydraulic Excavator
DAY
$1,755.00
$0.00
$1,755.00
$0.00
389
Vibratory Plate - Mounted to all size Tractor Loader Backhoes
DAY
$410.00
$0.00
$410.00
$o.00
390
Vibratory Plate - Mounted to 3.1 to 8.0 Ton Hydraulic Excavator
DAY
$351.00
$0.00
$351.00
$0.00
391
Vibratory Plate - Mounted to 8.1 to 21.0 Ton Hydraulic Excavator
DAY
$351.00
$0.00
$351.00
$0.00
392
Vibratory Plate - Mounted to 21.1 to 40.0 Ton Hydraulic Excavator
DAY
$351.00
$0.00
$351.00
$0.00
393
Vibratory Plate - Mounted to 40.1 to 90.0 Ton Hydraulic Excavator
DAY
$351.001
$0.00
$351.00
$0.00
394
Compaction Wheel or Bucket - Mounted to all size Tractor Loader Backh
DAY
$117.00 1
$0.00
$117.00
$0.00
395
Compaction Wheel or Bucket - Mounted to 3.1 to 8.0 Ton Hydraulic Exca
DAY
$117,001
$0.00
$117.00
$0.00
396
Compaction Wheel or Bucket - Mounted to 8.1 to 21.0 Ton Hydraulic Exc
DAY
$146.00
$0.00
$146.00
$0.00
397
Compaction Wheel or Bucket - Mounted to 21.1 to 40.0 Ton Hydraulic Ex
DAY
$176.00
$0.00
$176.00
$0.00
398
Compaction Wheel or Bucket - Mounted to 40.1 to 90.0 Ton Hydraulic Ex
DAY
$293.00
$0.00
$293.00
$0.00
399
Clam Bucket Attachment - Mounted to 21.1 to 40.0 Ton Hydraulic Excav
HR
$35.00
$0.00
$35.00
$0.00
400
Asphalt Planer/Grinder Attachment - Skidsteer
HR
$88.00
$0.00
$88.00
$0.00
401
Asphalt Planer/Grinder Attachment- Tractor Loader Backhoe
HR
$117.00
$0.00
$117.00
$0.00
402
Asphalt Planer/Grinder Attachment - Artic. Wheel Loader
HR
$146.00
$0.00
$146.00
$0.00
403
Asphalt Planer/Grinder Attachment- Artic. Wheel Loader
HR
$176.00
$0.00
$176.00
$0.00
404
Sheetpile Driver/Extractor w Power Pack Attachment
DAY
$527.001
$0.00
$527.00
$0.00
405
Sheetpile Driver/Extractor W/ Power Pack Attachment
DAY
$585.00
$0.00
$585.00
$0.00
406
Forks for Cat 924 through Cat 938 Loader
DAY
$176.00
$0.00
$176.00
$0.00
407
Forks for Cat 950 through Cat 966 Loader
DAY
$234.00
$0.00
$234.00
$0.00
408
Forks for Tractor Loader Backhoe
DAY
$117.00
$0.00
$117.00
$OM
409
Thumb - Mounted to 8.1 to 21.0 Ton Hydraulic Excavator
HR
$6.00
$0.00
$6.00
$0.00
410
Thumb - Mounted to 21.1 to 40.0 Ton Hydraulic Excavator
HR
$12.00
$0.00
$12.00
$0.00
411
Thumb - Mounted to 40.1 to 90.0 Ton Hydraulic Excavator
HR
$12.00
$0.00
$12.00
$0.00
412
Single Tooth Ripper - 70 to 104 HP Standard Crawler Tractor
HR
$59.00
$0.00
$59.00
$0.00
413
Single Tooth Ripper - 105 to 189 HP Standard Crawler Tractor
HR
$59.00
$0.00
$59.00
$0.00
414
Single Tooth Ripper- 190 to 359 HP Standard Crawler Tractor
HR
$59.00
$0.00
$59.00
$0.00
415
Multiple Tooth Ripper - 70 to 104 HP Standard Crawler Tractor
HR
$59.00
$O.00
$59.00
$0.00
416
Multiple Tooth Ripper- 105 to 189 HP Standard Crawler Tractor
HR
$59.00
$0.00
$59.00
$0.00
417
Multiple Tooth Ripper - 190 to 359 HP Standard Crawler Tractor
HR
$59.00
$0.00
$59.00
$0.00
418
Multiple Tooth Ripper - 130 to 180 HP Articulated Grader
HR
$59.00
$0.00
$59.00
$0.00
419
Multiple Tooth Ripper - 185 and Greater Articulated Grader
HR
$59.00
$0.00
$59.00
$0.00
420
Winch -105 to 189 HP Standard Crawler Tractor
HR
$47.00
$0.00
$47.00
$0.00
421
Winch - 190 to 359 HP Standard Crawler Tractor
HR
$99.00
$0.00
$99.00
$0.00
422
Broom Attachment Mounted to any size Skidsteer Loader
HR
$14.00
$0.00
$14.00
$0.00
423
BXR 50 Hydraulic Breaker, Breaker for Bobcat
DAY
$88A0
$0.00
$88.00
$0.00
424
Mcmillen Auger 12 to 24 inch Diameter
DAY
$117.00
$0.00
$117.00
$0.00
425
Large Gas Wacker Rammer
DAY
$176.00
$0.00
$176.00
$0.00
426
Small Gas Wacker Rammer
DAY
$117.00
$0.00
$117.00
$0.00
427
Diesel Plate Compactor
DAY
$117.00
$0.00
$117,00
$0.00
428
Roller 36 inch smooth drum
DAY
$117.00
$0.00
$117.00
$o.00
429
FAE Forestry Mulcher 62"
HR
$146.00
$0M
$146.00
$0.00
430
Wheel Loader Attachment
HR
$3 22.00
$0.00
$322.00
$0.00
431
ISkidsteer Attachment
HR 1
1 $23.001
$0.001
$23.00
$0.00
432
Linetrac 527
HR
$415.001
$0.00
$415.00
$0.00
433
CAT 321 with Pole Setter
HR
$296.001
$0.00
$296.00
$0.00
434
CAT 315, Kom 308, JD 85 with Pole Setter
HR
$261.00
$0.00
$261.00
$0.00
435
UTV All Terrain Digger Derrick
HR
$296.001
$0.00
$296.00
$0.00
436
XL UTV All Terrain Digger Derrick
HR
$385.00 1
$0.00
$385.00
$0.00
437
XXL UTV All Terrain Digger Derrick
HR
$415.00
$0.00
$415.00
$0.00
438
Menzi Muck with Pole Setter
HR
$278.00
$0.00
$278.00
$0.00
439
Outback All Terrain Digger Derrick
HR
$296.00
$0.00
$296.00
$0.00
440
Outback All Terrain Bucket
HR
$296.00
$O.00
$296.00
$0.00
441
Backyard Machine with Bucket & Bits
HR
$47.00
$0.00
$47.00
$0.00
442
Rock Hammer Drill
HR
$474.00
$0.90
$474.00
$0.00
443
Rock Hammer Drill XL
HR
$533.00
$0.00
$533.00
$0.00
444
Lo Dril LAD Speacialty Low Over Head Clearance
HR
$269.001
$0.00
$269.00
$0.00
445
Lo Dri) Backhoe Speacialty Low Over Head Clearance
HR
$269.00
$0.00
$269.00
$0.00
446
Lo Dril 20/60
HR
$269.00
$0.00
$269.00
$0.00
447
Lo Dril 30/60
HR
$302.00
$0.00
$302.00
$0.00
448
Lo Drll 40/60
HR
$354.00
$0.00
$354.00
$0.00
449
Lo Dril 60/60
HR
$416.00
$0.00
$416.00
$0.00
450
Lo Dril TR100
HR
$533.00
$0.00
$533.00
$0.00
451
Off Road Water TruckHR
$132.00
$0.00
$132.00
$0.00
452
Off Road Dump Truck
HR
$132.00
$0.00
$132.00
$0.00
453
Off Road Concrete Mixer
HR
$180.00
$0,00
$180.00
$0.00
454
Pole Setting Equipment
HR
$415.001
$0.00
$415.00
$0.00
455
Track Bucket TM 65' Insulated
HR
$282.50
$0.00
$282.50
$0.00
456
Track Bucket TM 80' Insulated
HR
$339.00
$0.00
$339.00
$0.00
457
Track Bucket TM 100' Insulated
HR
$415.00
$0.00
$415.00
$0.00
458
Pile Driving Machine
HR
$830.00
$0.00
$830.00
$0.00
459
Grout Pump
HR
$117.00
$0.00
$117.00
$0.00
460
Mega Deck Matting
DAY
$10.00
$0.00
$10.00
$0.00
461
1D 85hp Mower Unit
HR
$111.00
$0.00
$111.00
$O.Oo
462
Truck Mounted Compressor
HR
$380.00
$0.00
$380.00
$0.00
463
Cleaning of up to 1000 Mats
EA
$40.00
$0.00
$40.00
$0.00
464
Cleaning of 1001+ Mats
EA
$35.00
$0.00
$35.00
$0.00
465
Rough Terrain Wheeled Tele Pole Setter
HR
$296.00
$0.00
$296.00
$0.00
466
500 hp Tractor with Road Grinder
HR
$889.00
$0.00
$889.00
$0.00
467
Fire Suppression Flyable Rig
HR
$23.00
$0.00
$23.00
$0.00
468
Flyable Concrete Hopper
HR
$15.00
$0.00
$15.00
$0.00
469
Slope Board Attachment
HR
$25.001
$0.00
$25.00
$0.00
470
Plow Cat
HR
$1,085.00
$0.00
$1,085.00
$0.00
TRAFFIC CONTROL
471
Additional Flagger (Straight Time)
HR
$109.04
$0.00
$110.91
$0.00
472
Additional Flagger (Over Time)
HR
$125.61
$0.00
$128.31
$0.00
473
Hourly Adder -11
DAY
$244.93
$0.00
$250.19
$0.00
474
Hourly Adder T-12
DAY
$123.65
$0.00
$126.32
$0.00
475
Hourly Adder T-13
DAY
$244.93
$0.00
$250.19
$0.00
476
Cms Boards
DAY
$202.001
$0.00
$202.00
$0.00
477
Arrow Boards
DAY
$97.75
$0.00
$97.75
$0.00
478
Light Towers
DAY
$127.00$0.00
$127.00
$0.00
479
GLO BUG W Generator
DAY
$127.00
$0.00
$127.00
$0.00
480
Lane Closure Truck (Loaded)
DAY
$330.00
$0.00
$330.00
$0.00
481
Flagging Pickup (Loded)
DAY
$250.00
$0.00
$250.00
$o.00
482
Pilot Car
DAY
$200.00
$0.00
$200.00
$0.00
$0.00 $0.00
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 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:
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.
A. City shall pay Contractor for services rendered pursuant to this Contract, at the times
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 sum includes all
out-of-pocket travel, lodging and incidental expenses incurred by Contractor that are
reasonably associated with the provision of services Linder 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 31 ", 2024 and year two will cover the time period from June 1st, 2024 to May
3 I'st, 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 Construction Services Agreement
Approvr-J -11 41zo 7-3
M
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 Cormnissioner. This
requirement applies to all City projects, whether new or ongoing, Contractor is
further advised that the work conternplated herein is subject to compliance
monitoring and enforcement by the Department of industrial Relations.
SECTION 3. TERM AND TERMINATION
A� Conti -actor shall commence work on or about August Is', 2023 and complete said
work no later than May 31 s`, 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
riorto 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 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,
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 rernedy 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 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/ernployee 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
Z� Page
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 Systen-i 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 niay 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 al I 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,
L 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
Z� Page 4
intellectual property rights including, but not limited to, copyright and patent rights,
in said documents, computer rnedia, 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
product prepared by Contractor, except for use by City on those portions of the City's
project for which such items were prepared.
1. Contractor, including its employees, agents, and subcontractors, shall not maintain or
ZD
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 Cod-, § 8 100 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.
KContractor 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.
SECTION 5. INSURANCE AND BONDING
A. Unless modified in writing by City's Risk Manager, Contractor shall maintain the
ZD
following noted insurance during the duration of the Contract:
Commercial General Liability X
Comprehensive Vehicle Liability X
Workers' Compensation and Employers' Liability X
Excess Liability X
(Place an "x" in the appropriate box)
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;
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 5
than $1,000,000 combined single limits per accident applicable to all owned,
non -owned and hired vehicles;
Statutory Workers' Compensation required by the Labor Code of the State of
California and Employers' Liability Insurance in an an-IOUnt 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.
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:
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; prernises 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.
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 Redd i ng,,
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 commencernent 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 1-naintained
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 (1 8) months after the termination
of this Contract.
L If any damage, including death, personal injury or property darnage, 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.
Consulting and Construction Services Agreement
Z� 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.
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 terns is defined under Section 2782.8, Contractor shall., to the
fullest extent permitted by law, indemnify protect., defend and hold harn-Iless, City,
its elected officials, officers, employees, and agents, and each and every one of thern,
from and against all actions, damages, costs, liability, clahns, 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, frorn 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
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 re,jects 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 arnount of indernnification 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 deerned to have been entered into in Redding, California, All
questions regarding the validity, interpretation or perfori-Tiance 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 clairn, 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
zn
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 rernedy 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 Conti -act 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
C,
in any action, proceeding, clairn or counterclaim, whether in contract or tort, at law
or in equity, arising out of or in any way related to this Agreen-lent 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,
1-1. In the event of a conflict between the term and conditions ofthe 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.
& 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
I 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.
SECTION 1.0. REPRESENTATIVES
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.
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 fats anile,
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 patty 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
I Page I 1
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 arnount of compensation allowable to Contractor or otherwise
substantially change the scope of the services provided herein.
SECTION 13, LIMITATION OF LIABILITY / WARRANTY
A. The Contractor shall guaranty all of their work for a period of one (1) year after the
C�
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 Tib 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,
Consulting and Construction Services Agreement Page 22
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
SECTION 14. DATE OF CONTRACT
The date of this Contract shall be the date it is signed by City.
Consulting and Construction Sei-vices Agreement Page I')
IN WITNESS WHEREOF, City and Contractor have executed this Contract on the days and year
set forth below:
Dated:20
. . ... .....
kw
XS1;H4ARL`EN;E TIPTON, CITY CLERK
Dated: ,
CITY OF REDDING,
A Municipal Corporation
By: MICHAEL DACQUISTO
MAYOR
APPROVED AS TO FORM:
BARRY E. DEWALT
By:
CONTRACTOR
By: Mattie Bunting
President
Basin Enterprises, Inc
Tax ID No.: �7 - 63 3 53,93
Consulting and Construction Services Agreement Page 14
=W*111maraFlaffi-TION101 W.
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.rn, 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.
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.)
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, 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.)
K
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"
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.)
MUM=
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.)
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.
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.
i!! III 11��111!! III !!1I Pill P11111111 III !1I �11��I
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.
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
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 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 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 PIKE to the REU Corp Yard.
The contract price paid per each PIKE Install shall include full compensation for
furnishing all labor, tools, and equipment for doing all the work involved to install
the PIKE, complete in place,
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.
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, comp late 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 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,
MUM
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 -Same Hole Set
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 -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 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,
�0
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 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 New Screw Anchor and Guying
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
1 -1 —3—D rutf ivmnz7CTVUrrrr Pel L=0
Construction Standards: Covered Jumpers, Non-combustible fuses with associated
cutouts. cutout and Wusiinea covers. "4 am.. 4itional rpou
termination taping.
The contract price paid per each Fire Mitigation Pole Retrofit shall include f
compensation for furnishing all labor, tools, and equipment for doing all the wo
involvedto install the Fire gaJ
tion materials, complete in glace, including b
_
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,
IMMM,
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.
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 55'
Bucket, a 55' Digger, a Pole Trailer, a Wetter 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.
-1111
MDAZM��
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 ail 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
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
MOM
The contract price paid per cubic yard for "Box/Vault Excavation (>60")" sh
I
include full compensation for furnishing all labor, materials, tools, equipment, a]
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
Ball 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
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.
The Contractor shall construct concrete curb (6") per City Standards 134,00.
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, sub rade
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
COSL
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.
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, subgracle 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
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, subgracle 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 plans, as specified in the
Standard Specifications and these special provisions, and as directed by the
Engineer,
IMEMEMOM
Furnish, install, and terminate all conduit (PVC, 1 13120, 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, 51,5.01, 51&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 61" 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:
3. 2" Mandrel
4" Conduit
1. 3" Brush
Z 4" Brush
3. 4" Mandrel
6" Conduit
1. 4" Brush
2. 6" Brush
1 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
• backfill is for conduit trenching or backfill of excavations. Aggrega
base material shall be Class 2 aggregate base per Caltrans Standard Specificatio
and Modifications to the Construction Materials. The sand backfill shall be plac
in a maximum of 12 -inch lifts and compacted per City Standards 601.00. 1
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 incidental's
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.
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.
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
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,
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.
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
Mufl�
Consulting and Construction Services Agreement Page 35
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.
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.
Job Minimum/Mobilization
Contractor shall utilize Job Minimum/Mobilization unit pricing when civil units
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) - Qonstruction Standards
19
* 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 REUs 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
MISEMANMEM
(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 REUs 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
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.
rn) 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
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. Ciearance 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 -clay
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 prn
without temporary generators, and Commercial customer outages will need to be
scheduled outside of normal working hours unless temporary generation is made
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
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.
111111111111111111 Jill
i 11: 1
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 T&E 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
Pricin for other e ui ment and services as needed. F- �--Te-r -,---T-Ye�l T--"
UNIT PRICE I TOTAL I UNIT PRICE I TOTAL
66
"0
Multi lier for Work outside of Norm2LYV =kin ours
0.00 1.23
$0.00
67
Time and Material �(T&M) rate �(lnclude {Include for all ap
6
Line Crew Staj�Time�2ssumed 4 HR
-HR
$639.00
-$0.00 -$663.00
-$0.00
69
UneCrew Standb Time L�ssumed,l-mancrew With Standard
$767M
0.00 $797.00
$0,00
70
Journeyman Lineman (Straight Time) FIR
5143 GR
<n nn <lAQ An
<n nn
F- W
.�
Q
cz
�~ o
O
Q5
cto
U �
�
U U
Q U
U
U
U
aj CIJ
bA
Ct
cli
�
U
O
a
w
A
w
a� 63
C)
o
v
O
ct
Ncn
~
,O
O
O
'
M
U
t4
ct 69
U
It
cn
U
A
O
u c
4°
COi N p, O
a
bQ CIS
cn
U v
cz
.
cn
c3
p
F- W
.�
Q
cz
�~ o
O
Q5
cto
4� O
aj CIJ
ct O
Ct
cli
�
j N
U
7� O
a� 63
O
ct
Ncn
~
,O
cn
t4
ct 69
U
It
cn
U
O
COi N p, O
a
bQ CIS
cn
U v
cz
.
cn
c3
p
F- W
.�
Q
.E
C4
O
O
v
v
N
,v
O
v �
v°
v �
O
o
U
O U
ct� ci� 45
•
U
CIO cis N
U � �
d' a1 a1
� O
O 0 0
W
cn
Ccz� p M
�p,Noo
cn
o �
0
cj cj cj
cn U� cn
cn
cn O O O
O W
U
�
O
�
ti
v
ti v�
v
°
to
�
ti
ti
U
N
w
v
rZ�
cn
In
ti
•
U
CIO cis N
U � �
d' a1 a1
� O
O 0 0
W
cn
Ccz� p M
�p,Noo
cn
o �
0
cj cj cj
cn U� cn
cn
cn O O O
O W
U
CITY OF REDDING
MEETING DATE: August 17, 2021
FROM: Daniel Beans, Director of
ITEM NO. 9.5(c)
Electric Utility
***APPROVED
BY***
y ippin, Ci au e 8tlti/2 21
Daniel B ti s, ireck xt he Utility SJ i 2
f
i tr ct
4
dbeans@cityofre ``:org �i��`,.,
btippin@cityofredding.org
SUBJECT:, . ReddEtttlectric Utility's 2026 Strategic Plan.
jf {fyl
t 1E X43 �
� fix t
Recommendatiorjir4
Approve Redding Electric Util
414
statements, identifying core org
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
Plan establishing new vision and mission
1 setting goals.
Utility's (REU) 2026
and provide
The previous REU 2020 Strategic Plan was approved `1 y&�`," r tzncil 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_ (HCI), 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 � ",;with Cost -of -Service
• Enhance Co�hicatid`r� Customers and the Community
t s 14�r is S
• Enhancer, pl`oyee Develops , Attraction, and Retention
These goals w designed to aid
within the Pla�itigate risk, maxi
Council Priori"tali ; rtty Manager Goals
• Governst 11� ' 1
challenges of today's rh
decisionstoday."
Attachments
REU's 2026 Strategic Plan (available
in meeting the three strategic priorities identified
ility, and meet regulations.
it and proactive to the opportunities and
. Anticipate the future to make better
Fic celebrates 100 years of service. REU takes
10
Q&ity of Redding and Shasta COUnty a great place
to live, work we
finUe to provide reliable and affordable electric
service to t el,,1111, bdents a n d bLP�Msses of Redding, while develop�ng the flexibility
and innovatiorvv spond to the changing utility rnarketplace. We remain commjtted
to ng ro
Redding and Shasta County powered
onthrough the Carr Fire of2018and
5nowmagg*donm209.The year 202O
represented another challenge for the electric
utility industry. The C0V|D-19pandemic
proved tnbedevastating ,oour community and
nation ancitizens struggled mremain healthy
and employed. Electric reliability suffered m
many parts mthe nation asnatural disasters
damaged equipment and disrupted lives.
Our employees worked together, asfront-
line respondem,tokeepthepmweronwh||o
keeping themselves and Our customers safe
through our public safety efforts.
4swelook ahead, wemust continue to
think and act strategically, addressing
changes |ntechnology, customer
expectations, regulations and the climate,
especially related ^zwildfires. We must
continue »obeproactive and adapt quickly
tnthe changes impacting the electric
utility industry urbest serve the Redding
community for the next 100years. Change
|saconstant mthe electric utility industry,
and weare determined mact |naway
that best serves our customers and the
community far into the future. Aoalocal,
publicly -owned utility, wmare invested m
the success ofRedding.
REUcompleted its previous strategic plan
m201S.4othat time, the organization
embarked onastructural overhaul uz
better align the workforce with our
customer needs, and the strategic plan
helped usfocus onseveral critical areas,
including technology, workforce and
culture, communications and financial
$mbU»y. Toaddress today's fast pace
ofchange tnthe utility industry, we
engaged manew strategic planning
effort. Staff worked closely, facr-tn'
facewtenpnsob|eandwrtua|lywhen
COVD-1grestrictions reduced our ability
to meet /nperson. Several meetings were
conducted with City o(Redding Council
members, city staff and community
stakeholders »nupdate REU'sstrategic
plan and chart acourse for the future.
The strategic planning team examined
our strengths and limitations, 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 mour vision, mission and
priorities. The vision statement, identifying
the value wmseek tobring /nthe Redding
Community states:
with ow cuslofners and being their & Listed
The mission statement, which describes
what we will do to achieve that vision reads:
is committed to improving the
public's sofely arid providing relioble, cost-
effective service
Our organizational values will play akey
role in how we fulfill our mission and vision.
Wehave arf6bigaUnn to,, to
act |nits best interests. Assuch, wehave
identified six core values which will drive
our actions:
^ Safety
`
Integrity
Customer Focus
,
Teamwork
-
Communication
^Stewardship
Looking ahead to the coming years, we
have identified three key areas mwhich
wemust excel for the utility toserve the
Redding community, They are:
Mitigate Risk
-
Maximize Reliability
^
Meet Regulations
We believe attention to these three
n us to deliver valuable
,,pq,tiriunity for many years
Utility was formed
i y leaders recognized
Ilowing the community to
trol its own destiny by building and
managing its electric service, Today, the
City continues mdeliver value \othe
community through the local control or
utility services, ma|mo|mnB high reliability
atvery competitive rates, while keeping
dollars and jobs mthe community.
Veinvite you to review this strategic plan
and share your thoughts with usabout the
direction nfthe utility, You, the customer and
citizen, are the owners o[Redding Electric
Utility. The ownership partnership formed m
1921has been — and will remain —akey /o
our success mthe years ahead.
The world has c
Redding 100
lt PUrchased a|��
jo, The Utility" has seen signfficant change frorn the days when
15,
Over the decades, woestablished greater
control oveji;,p
,,,power supply, contracting
with t
,,pment for low cost
ale and building
tion
These forw 01i
in s by
cit and utili 'r ens reate
As a
remain manageable
interests are lbeinq,,�i
And who
el Wit
14
of the utility and the citizens of Redding, As
opublic power utility, rather than anInvestor-
owned mu|uy,uur«wnesapsourcugnm*rs
This means decision-making on issues ii"
important to you, such as rate
reliability and customer servic
locally. The utility's governing board |sthe
Redding City Council, which embraces the
critical role that the utility plays |nserving the
community.
REU employs 193people, who serve
44,g05residential and commercial
customers within the corporate boondhes
of the City ofRedding. RedU|ng's
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 U.S.population growth rates. Yet,
interest |nShasta County's vast natural
resources continues tndrive strong tourism
oswell annew residents, citing the area's
natural beauty asadraw,
The regional economic outlook isgood,
having recovered fairly quickly from the
pandemic -fueled downturn, The local
industry |sdiversified, with the largest
employment sectors being healthcare, retail,
ed food, lodging d government.
Redl.h
is well-positioned toremain
eicaUyvibrant mthe years ahead,
-nust coptinue to adapt to
env ronment, new
,00
F_#T`bfi�egulations, technology
ents and evolving customer
For example, the wildfire "seayon^isnearly
ayear-round issue now. Werecognize the
important role wemust play |nplanning for and
responding tofires that may impact our service
territory, |n2021.technology and human
resources |nthe Redding Fire Department
and Parks Division have been provided
extraordinary tools »nbattle the wildfires
that continue mimpact California. Amate-
of-the'arteme,gencyopeeunnscemerwa,
established atour headquarters building
toallow first responders and leaders within
our community oowork closely together
toprevent loss nflife and property due
to catastrophic events. Wework closely
with other Redding departments and first
responders »aensure public safety.
Numerous other technological tools
are being implemented, including new
communication systems, |QRmWatch
cameras, security cameras |nand around
electric infrastructure and aerial imagery
for assessing the vegetation canopy. All of
these tools are congregated mthe City of
Redd|ng'snew emergency operations center
These technologies improve q
reliability, safety and customer
gyproviding funding for firefighters and
vegetation management personnel, w*
have been able ^ocarefully identify and
mitigate potential fire hazards that could
impact orbocaused byour utility. |n
addition, wehave funded alarge goat
program aspart nfvegetation management.
Through proactive measure and working
closely with other city departments, wewill
continue toreduce the large risks wildfires
pose »nour beautiful area.
Looking within the utility, REU's infrastructure,
reliability, and operations are generally |n
good shape. However, many years of
deferred maintenance are resulting |nmore
frequent outages o[longer duration. We
are atapivotal time regarding our aging
distribution system, and significant capital
maintenance and upgrades are needed |n
order for usmcontinue providing reliable
and cost-effective power tnthe Redding
community.
-\Neemployokledandpmfeosionastaff,
but wmcontend with higher wages a«
utilities mNorthern California which draw
`
Financially, the utility is in solid shape,
wito,strong city council leadership and
R,�I'Ys system reliability is among the highest
ffi 'the state. Yet mj,'Rintaining system reliability
ARI
and REU must
V uate its infrastructure and
completed in a timely and cost-effective
' |nconcert with mrobust power generation,
transmission and distribution system, REU's
Customer Services Division provides
outstanding service, continually going
above and beyond \ohelp our customers.
|nresponse tuthe CDV|D'19pandem|c'
our Customer Services team developed an
extensive Community outreach program,
the Comprehensive Community Assistance
Program /oinform our customers about
available resources.
Central to Reddin
its enduring mis§111,111,11
M
ffil" QAQ
,Qgag,,
W, is Utilit" g�jann� or thefUtUre is ensuring all efforts allgn with
v�slon, and
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:
PEU nnokes Redo'inlg bettef bv connecting
VVit17 OL Y CUstorners oncl being !heir trushed
on(I re/ioble, communit11_awned utility
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
the mission statement descri
organization will get there. What will we do
to attain that vision? Our mission reads:
F,1EU, in pertt7(.-.,rshi[D 1/with the ReJcfing
cornmunity, i's cotnmitttYd to imps oil[ng the
public's sofev and proviciing relioble,
cost-efi'ecthle 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-
bnt 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 what we do
in order to support the i i
But how will the utility a#'.,,, jt fulfills these
key part of definin,, w if
serve our customers an
each other These are e ct ti
ufourselves, and mwhich wmwill hold each
other accountable. Below are outlined six
core values with corresponding behaviors
and actions.
to ownership and accountabilityWefor s amn the department
We n uncompromisingcommomen
for ocand employees' safety
.Through our safety committee, programs,
activities initiatives, wepromote
^oc
^Weare accoumab
transparent in eyo
`We ill
and tr
^we ar
/through
ng, awareness
Customer Focus
^ REUemployees consider the customer
first inevery decision
consistently exceed
`Welisten to, anticipate and
serve customer wants and needs
^
We focus on delivering what is most
beneficial toour internal and external
customers
^Customers and their safety and
satisfaction are our highest priority
Teamwork
^Our team consists oYemployees nfthe
Electric Utility, the City, the Redding
community and Joint Powers Agencies
We demonstrate the principles ofHungry,
Humble and Smart asexplained bythe
best-selling author Patrick Lenc|on|mhis
book The Ideal Team Player
^ Weare acohesive unit that exists solely
for the benefit ofthe community weserve
^ webelieve Teamwork |svital for success
° Wefeel, act and behave aoone big team
Open Communication
~ Byactively listening mthe needs ofthe
community, weprovide timely responses,
create understanding ofother's
perspectives and show wecare
^
Through transparent communication,
wekeep all stakeholders informed,
avoid unnecessary surprises and reduce
§mmmitted to action and follow op
necessary, tohelp provide closure
'damsho|ders
W,, b'oresent and incorporate the
`§`�nd needs of the community in the
anagement of the utility
^ We focus onmaximizing value for all
customers over the long term
` Wemanage our physical assets u,
maximize safety and reliability at the
lowest possible cost
` Weoffer programs and education /ohelp
our customers save money and/or reduce
their impacts onthe environment
" Wecontinuously decrease our impacts on
the environment while striving tomaintain
affordable electric rates for our customers
Three strategic
planning roc ,
OPPOr U nitie
the framework'' }'
r'�k�nn d rnf f ed ant � f emphasisire Ur strategic
} i
tt d [Itl�f �� ur or rniz ti rn` l strengthsand to address
r wt n and im p np ernernf, the following sto tegic priorrties serve a
Be�ow are our lNfl
v�sion to "make
to keep staff, th ,
III
progress. We ld�,
that ),,,e c local in alloWng REU to SUccessfLffly fulfill its
Mgymap
ng better" Fdll, ost of these, related nietrIcs MI allow the ulfility
o
fty Council, our ers and our cornmunfty updated on thelr
forward to shar' at progress with you.
"TiR"Al is PRIOFi ;-Is
GOAL 2
Replace Aging Distribution
System Infrastructure
GOAL 3
Initiate Distribution
yj,) br to continua nag e wildfire risk and the threat to public safety, our Wildfire
ati n Plan I I technology and distribution system improvements as
ificant mltigat ngrs to the detection and prevention of future wildfires in our service
fary. Due to t� lead tit Dior planningand construction, several critical projects
sly l,3 rr
tion within the 5 -year horizon. The majority of the
t Den
ed, with the remainder focusing on vegetation
Rs"
inspection systems. n system i Movements range from circuit hardening and
strategic undergr ping a mo
v lo ordinated vegetation management program.
With a focus on reliability and comp al aging Infr,,j
_,§tructure assessment, we
identified several distribution system ent as part of ongoing
routine operations. The projects will
er ead and meter system
replacement to ensure a solid platform fi modernization efforts. Key
performance indicators such outage minutes are used to gauge the
effectiveness of aging asset r eplacement of at -risk elements will reduce outage
events while providing customers with a higher degree of reliable service.
New technologies are available for deployment on our system to provide faster outage
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
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 4
I@ @htIStCI UM � ISk
UMENpon ` �Plotion of our internal Operational Risk Assessment, we discovered several
Management
opportu� to improve our internal working systems to minimize risk from organization
r tt�
structur>�' ,nventory and workflow management techniques. In tandem with replacing
sr;rr ab ;,
aging,i�ment and installing new technologies to modernize the system, several projects
�1n1 ,�L;rl t,l
1'C '�I
have been selected to ensure the support systems are intact to minimize system risk. This
ncludes a new inventory control system, workflow management systems and software, and
°iy art, �r
organization�� structure and stafting changes to reflect a more streamlined operations team.
t t 4li; jt tib } iT r t37 k(! }#ij )
lfc'ti2t��,rr" 11' 41
GOAL 5
Complete Energy Trading
TK
{t
recent overhaul �t�e Energy Risk Management Policy requires detailed processes to
Modernization and Integrated�`��le
all policy r �ments at r� hieved. To align the policy with day-to-day staff duties,
ReSOUICe Plans
r'�l� stat. its{
a ��Ga�stxjs will k�Ig to identify modeling and analytical methods used
to pro o f trade t t %commenclations to the Energy Risk and Risk
4, r
� ltt
Oversight Committee�rfperformantors from this project will center on the ability
to keep our ever ' 40, metrics in ca ance with the Energy Risk Policy. Separately,
s
updated Integrq��t burce Plans will p�' eded t address the future energy landscape
yt rtit } t { ytt r tr t
n California}jt' �1 ''pa� I a r focus paid lectrifu �n' of transportation and buildings. In
addition ti�sin g d4tcj grca�rn carbggt`luction efforts, additional renewable
energy res fijfrces wilt beer tk ;� Y"W. taro co rj ce with the State's Renewable Portfolio
t
Standard requirements.i#,i
-------------------------------------
2
GOAL,
Illk It {� cif � 4t
Minimize Compliance Failures
As part of our North Americans`�i}ttt'1'iability Corporation 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
development of best practices, a Regulatory Compliance Internal Controls project will be
completed to ensure any compliance failures are minimized. With the recent requirement to
y
provide enhanced system security by SB699, we will be focusing on bolstering the security at
our substations by adding additional layers of protection from sabotage or break-ins.
GAL T
Align Revenue with
Align! `, venues with the cost of providing electric service is imperative to mitigate risks.
Cost -Of -Service aluxeN,�
tt
RU wile«i�plement two projects to analyze and recommend a rate structure. The first
it,
projensist of a cost -of -service study that analyzes electric consumption patterns
ti,r`
of sere garner support for the rate structure recommendation, a second project will
%
, I"i�Al f., ;"u ' ,It.t1,: rI
ensure significant outreach and community engagement to gather comments, provide
education and develop consensus.
is Ott r
z t4
Jill
Sf t
ttt #2!ffr(ti� iso
--------------------------------------
s2 -----------------
"M I"
Y £ rf tt
GOAL
r
Enhance Communication withitr'Customer
NZ tf t u
Focus Value is intended on meeting the needs of our customers and
Customers and the Communityering
Mmnt t, t,
an ownersd` r' elationship with the community. To support this core value, we
�t increase ouf,�unicat�tll��aannels, frequency of outreach and inclusion with our
cug�r a qtr throulst 3gic Plan cycle. Two projects have been developed
ii =1147r 111
to mef!. A custQk#e�e`ds ad project will help us identify the areas requiring
Emil=
more attention and cotication, while apdated communications plan project will ensure
W'111110,
we are more effec#ytakeholder proe�s and customer outreach. Future surveys will
. i
s
{ }
i y
beused to gauectiveness of th�roaect�
jtr�r,tl
i�
tet}c ti] 2 `r n� � ft tiJjt}
M 01{i�i
{�
GOAL
} tft
Enhance Employee Development,
Because we value our employees; REU identiff'tseveralstaining and procedure
Attraction and Retention
management projects to ensure our teams aider t i roles and responsibilities in
t i
t Jy fN ! r ti. 7,tEt
serving our customers. Furthermore, in orcjfttCid retain alit and dedicated team
members, ongoing labor ma, �t�a�yttiltY'ccurto ensure the working environment of
tl ii ri�. 147r' Ir. c..gym,
REU is one that attracts and ma�����k��loyees. This will include studies of pay and benefits.
,= i
and working conditions. These workforce initiatives are imperative to deliver the strategic.
Git;iy
plan successfully.
We wish to a ckno�`�4�'t� ����{ cutribiiri of Redd i it cnr�ii rrrS r�
members of th jiffffi
tj�° �C. This is b�����° strategic la because o extensive
debate and c.h �t es that ro',!-, ou h ut tNs process. Our process reHed heavHy
n an advisor f stakehol(A from within the City and the corrirriunrtyf for their
perspectives, ,Jl h h� �i f r� firYOW'commitment and diligence.
Jt:t
z4 tttr r;t �f 4 � 5 4 f 4t t�ti tt ! l t}ll � f�4y
}fit{
1 1' Sfs t }t
ADVISORY TEAM
2 f
ttt $ti4
Chuck Aukland ate Fairchild t , ; f`` Kristen Schreder
Public Warks Directorctar of Sc and. �ttter City Council
CJG�}�+�t�Y�rC�3t�05r}} it{t kt t 4t{t 4�J}tk
t}
Steve Bade Jake Mangos Chad Scott
Deputy City Manager President � 6;
CECT of the Builder's
of Comm � 4 4i �4t;t� Ex�4 ge
�t 4{t !i{
t4�a tt4;x1 }1,1,�
i��4 tt} }sJ
Tim Danielson Mark Mezzano , ,a� ' Ji`#`jod Vaniandingham
,J
Salvation Army Captain City Council e Chief,,,,,,,,,,,,