Loading...
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,,,,,,,,,,,,