city of powell, wyoming - bidnet
TRANSCRIPT
CITY OF POWELL, WYOMING
1.0 INSTRUCTIONS TO BIDDERS
1.1 Purpose
The attached bid specifications are submitted to solicit bids from qualified vendors for Substation Construction, as per specs. For the City of Powell Electric Department. 1.2 Bid Submittal
Sealed bids (using the City of Powell Bid Forms) will be accepted by HDR, 970 S. 29th St. W, Billings, MT 59102 until 1:00 PM, Thursday, March 18th, 2021. 1.3 Preparation of Bid
All bids must be submitted on the required bid form. All blank spaces must be filled in, in ink or typewritten and the bid must be fully completed and executed when submitted. No alterations in the bid or in the printed forms will be acceptable.
2.0 GENERAL CONDITIONS
2.1 Bid Security
All bids must be accompanied by bid security in the form of a certified check, cashier’s check or bid bond, payable without conditions to the City of Powell, in the amount of five (5) percent of the amount of bid. The bid security will be retained by the City of Powell as liquidated damages should the successful bidder refuse or fail to enter into contract agreement within ten (10) days from the date of “Notice of Award”. 2.2 Right to Reject Bids
The City of Powell reserves the right to reject any or all bids, to waive technicalities or informalities and to accept any bid deemed to be in the best interest of the City. 2.3 Contract
The contract shall include a date agreed upon by the successful bidder and the City of Powell as to when the unit shall be delivered. The contact shall include liquidated damages in the amount of $200.00 per calendar day for failure to complete construction within the specified time. 2.4 Price Protection
Prices quoted in the bid shall be firm prices and not subject to increase during the term of any contractual agreement between the City and Vendor. All prices are to be F.O.B. Powell, Wyoming, less any federal excise and state sales taxes. Vendors must stipulate the expiration date of quoted prices. 2.5 Construction Dates
Start of Construction no later than 5/3/2021. T2 Energization no later than 7/15/21, T1 Energization no later than 9/30/21.
2.6 Variations to the Bid Specifications Any variations to the bid specifications must be submitted at the time of the bid opening in writing so stating the exceptions. This includes not meeting minimum specifications, or making substitutions deemed by the vendor as being equal or superior to specifications. Vendor will be responsible for satisfying the City regarding substitutions.
3.0 GENERAL CONDITIONS 3.1 Evaluation Appropriate staff will review and evaluate all bids. 3.2 Wyoming State Preference Preference is hereby given to materials, supplies, agricultural products, equipment, machinery and provisions produced, manufactured, supplied or grown in Wyoming, quality being equal to articles offered by the competitors outside of the state (16-6-106). It will be up to the successful bidder to comply with W.S. 16-6-201 through 16-6-206 Wyoming Preference Act of 1971. 3.3 Selection Following the evaluation process described above, the evaluation staff will present their recommendation to the City Administrator. The City Council will make all decisions regarding selection and awarding of contract. The decisions of the Governing Body will be considered final.
CONSTRUCTION SPECIFICATION
Vining Substation
PREPARED BY:
HDR Engineering, Inc. 970 S. 29th Street West Billings, MT 59102-7444
February 11, 2021
CONSTRUCTION SPECIFICATION
VINING SUBSTATION
TABLE OF CONTENTS CONSTRUCTION CONTRACT ........................................................... 2.1-3
GENERAL CONDITIONS .......................................................................... 4
Scope ......................................................................................................................... 4
Data to Accompany Bids ........................................................................................... 4
Local Conditions and Work Coordination .................................................................. 5
Field Office ................................................................................................................. 7
Change Orders .......................................................................................................... 8
Sanitary Facilities ....................................................................................................... 8
Staking and Survey Work .......................................................................................... 8
Equipment and Materials, Schedule, Responsibilities ............................................... 8
Bending, Cutting, Welding and Other Craftwork ........................................................ 9
Grading, Excavation, Trenching, and Hauling ........................................................... 9
Site Clean-up and Trash Disposal ........................................................................... 10
"Or Equal" and "Or Equivalent" Clause .................................................................... 10
Abbreviations and Definitions .................................................................................. 11
Cost Accounting and Partial Payments ................................................................... 11
Construction Time, Progress Reports and Scheduling ............................................ 12
Drawings and Instruction Material ........................................................................... 12
Check-out and Acceptance of the Substation Facilities ........................................... 13
TECHNICAL SPECIFICATIONS ............................................................. 14
Scope ....................................................................................................................... 14
Group A: Structure and Bus .................................................................................... 14
Group B: Three Pole Group-Operated Air Break Switches ..................................... 20
Group C: Lightning Arresters .................................................................................. 22
Group D: Single Pole Disconnect Switches ............................................................ 23
Group E: Circuit Switcher ....................................................................................... 26
Group F: Automatic Circuit Reclosers .................................................................... 28
Group G: Meters, Relays and Instrument Transformers ......................................... 29
Group H: Transformers ........................................................................................... 31
Group I: Voltage Regulators ................................................................................... 33
Group J: Communications and Supervisory Control Equipment............................. 34
Group K: Conduit and Cable ................................................................................... 34
Group L: Foundations ............................................................................................. 42
Group M: Site Preparation and Finishing ................................................................. 61
Group N: Fence ....................................................................................................... 64
Group O: Station Grounding ................................................................................... 73
Group P: Control Building ........................................................................................ 76
Group R: AC & DC Distribution Equipment ............................................................ 77
Group S: Signs and Safety Markers (Bid Item S1) .................................................. 80
Group T: Primary URD Equipment ......................................................................... 81
Group V: Miscellaneous .......................................................................................... 82
Group W: Testing/Checkout/Energization .............................................................. 84
APPENDICES ......................................................................................... 85
Appendix A - Specification Drawings ....................................................................... 85
Appendix B - Equipment Drawings .......................................................................... 86
Appendix C - Report of Geotechnical Investigation ................................................. 87
GENERAL CONDITIONS
Scope
The intent of this substation specification is to describe labor, material, and equipment necessary to completely construct the 115x69 - 12.5kV Vining Substation, and to set forth the way work shall be performed.
The Contractor is hereby notified that the phases of work shall be sequenced such that the City of Powell maintains continuous power. Phase one transformer and distribution circuits shall be fully completed, commissioned and energized prior to beginning de-energization and demolition of the existing transformers and distribution circuits. Phase two construction shall be sequenced so that phase one transformer’s ability to provide permanent power to the City of Powell is not jeopardized.
It shall be understood by the Contractor that work described herein will be complete even though every detail and necessary item is not particularly mentioned. The Contractor shall not intentionally leave out any inadvertent omissions or inconsistencies noted in the plans and specifications. Should any error, omission or inconsistency in the construction drawings become apparent to the Contractor, he shall immediately notify the Engineer.
Any modifications of the contract after its execution must be authorized by the Owner. Authorization shall be in writing.
No claim for extra work or cost shall be allowed unless the same was done pursuant to an authorized Change Order as described in this specification.
A preconstruction conference will be arranged prior to construction, at which time access to the right-of-way, safety requirements, construction schedule, communications and the location of buried devices will be discussed. This meeting shall be attended by the Owner, the Engineer, the Contractor and his Superintendent.
Data to Accompany Bids
A complete Construction Contract and bid tab, attached with this specification, shall be properly completed and submitted electronically to the Engineer and Owner.
Any exceptions taken by the Contractor to the specifications, Material Contract and/or Summary of Proposal at time of bid shall be clearly and simply stated or summarized, in a specially prepared letter of transmittal attached to and made a part of the Summary of Proposal.
Contractor shall complete one copy of the "Summary of Proposal" for each alternative bid or proposal submitted. Additional copies may be prepared by photocopying the blank
"Summary of Proposal" pages. Seller shall clearly identify each summary by alternate number.
Contractor shall include a list of similar projects successfully completed in the previous 5 years.
Contractor shall include the resume of the substation Foreman who will be working on-site.
Contractor shall include a proposed construction schedule in accordance with dates outlined under Section 2.16.
Onsite Pre-bid Meeting
A mandatory onsite meeting shall be tentatively scheduled for March 2, 2021 at 10am for Contractors to view existing conditions. Contractors are strongly encouraged to attend this meeting
Contractors interested in attending shall notify the Engineer via email.
The scheduled meeting time may be altered depending on local conditions. Contractors shall be notified of any change in schedule one week prior to meeting.
Local Conditions and Work Coordination
General Safety Precautions
The contractor shall provide safe working conditions for all phases of construction and shall conform to requirements as set forth by O.S.H.A. and appropriate state and local authorities.
General Safety Procedures
The Contractor will adhere to all safety practices as described by O.S.H.A. standards. Hard hat protection, eye, and hand protection are recommended. Any fines or requirements imposed by O.S.H.A., Workman's Compensation, or any other authorized safety agency will be strictly the responsibility of the Contractor.
Construction safety is exclusively the responsibility of the Contractor.
The Contractor shall develop and maintain for the duration of this contract a safety program that will effectively incorporate and implement all safety provisions. The Contractor shall appoint an employee who is qualified and authorized to supervise and enforce compliance with the safety program.
Safety Precautions and Outages for Work on and Near Energized Transmission Lines or in Energized Substations
Existing transmission lines in the vicinity of the Standard Substation will be energized during the period of construction. The Contractor shall consider these facilities to be energized unless advised otherwise in writing.
The existing portion of the Substation and the existing transmission lines in the vicinity may be energized during the period of construction. The Contractor shall consider these facilities to be energized unless advised otherwise in writing.
It is necessary that construction work be accomplished without outages on the existing facilities as much as possible. However, it will be the Contractor's responsibility to assure safe working conditions for his personnel and those of his subcontractors, by supervision of work, adhering to current industry construction standards, and requesting outages when required. No "Hot Line" work is necessary or permitted without written approval.
When it is anticipated by the Contractor that work will be required in areas which are dangerously close to energized equipment requiring an outage, the Contractor shall submit for approval a request for de-energization at least 10 days before beginning the work, and shall furnish the following information:
Area where work will be done
Outline of the procedure for accomplishing the work
Time the work is to commence
Duration of the work
All correspondence of the nature shall be addressed to Owner, with a copy to the Engineer.
Work Coordination
Contractor shall coordinate all construction efforts with the Owner and Engineer to assure the orderly completion of work. Coordination shall include work to be accomplished by others for metering installation, and telephone circuit installation and construction of outages for transmission line reroutes, and outgoing circuits.
Correspondence regarding coordination of this project should be addressed as follows:
“Owner” shall mean:
City of Powell Attn: Steve Franck 270 N Clark St. Powell, WY 82435 307-754-9537
“Engineer” shall mean:
HDR Engineering, Inc Attn: Dave Sessoms 970 South 29th Street West Billings, MT 59102 P: (406)-655-4014 [email protected]
Electrical Power for Construction Purposes
The Contractor is responsible for all construction power from start of construction through substation energization. The Contractor may make application to the Owner for temporary metered service for providing construction power or may provide local generator service. Minimum requirements for generated service include 120/240 AC at 60 amp single phase. All costs associated with providing temporary service will be at the Contractor's expense.
Existing and Temporary Fences
Any fences on the site shall be removed by the Contractor where necessary for the performance of the work, and where required, shall be rebuilt in as good condition as found. Where designated, fences shall be maintained until the work is completed or the removal is authorized. Temporary fencing erected for construction purposes shall be removed by the Contractor as part of the clean-up operations prior to final acceptance of the completed work.
Field Office
Contractor shall provide his own field office located at a site as approved by the Engineer. The Contractor shall also provide a type of telephone communication to the site, cell or hardline service, to expedite communications. Said communication shall be accessible during working hours. All such costs associated with this field office shall be assumed by the Contractor as part of the lump sum bid. It shall be understood that control buildings shall not be used by the Contractor or his employees for office work, storage, lunch breaks or for any other purposes other than actual installation and checkout of equipment and wiring.
Change Orders
Change orders must be submitted in writing and approved by the engineer.
Sanitary Facilities
Contractor shall provide such facilities as required by O.S.H.A. at the substation construction site. Location of these facilities shall be approved by the Engineer. Cost of these facilities shall be assumed by the Contractor as part of the lump sum bid.
Staking and Survey Work
Construction drawings showing baselines and a benchmark of known elevation shall be furnished by Engineer. The Contractor shall be responsible for dimensioning all work from existing structures. He shall provide all staking equipment and survey equipment to perform such work. Contractor shall employ competent personnel to properly locate, establish and check all grades, foundations and reference lines.
Equipment and Materials, Schedule, Responsibilities
Owner furnished equipment delivery schedule shall be as follows:
Equipment Expected Delivery Date
Transformer #1 5/21/2021
Control Building 5/31/2021
Circuit Switcher 6/15/2021
Structural Steel 6/15/2021
Minor Materials 6/15/2021
Regulators 6/15/2021
Reclosers 6/15/2021
Distribution Equip 6/15/2021
Relay Panels (SEI) 6/30/2021
Transformer #2 8/26/2021
Transformer and Control Building delivery dates are confirmed. All others are subject to change pending Vendor submittals.
The Contractor shall assume responsibility and cost of the following work associated with materials and equipment:
Receive all Owner furnished equipment. Contractor shall provide Engineer with copy of all invoices, bills of lading, manifests and other papers identifying items received. Any evident shipping damages shall be brought to the Engineer's attention. Such damage shall be noted on the material receiving report and documented with pictures.
Arrange for and provide prompt unloading and local transportation unless otherwise noted.
All demurrage, freight, and shipping charges not assumed by contract with equipment suppliers when such charges result from failure to perform in accordance with the specifications pertaining to receiving and unloading of Owner furnished equipment.
Note all materials received on appropriate material lists and inform Engineer of shortages or of any improper materials or equipment which may delay construction.
Provide storage for materials and equipment. Adequate safeguard shall be made to prevent loss, theft, damage due to storm, moisture, and fire, or damage due to misguided construction equipment, and machines. All necessary inside warehouse type storage shall be arranged for and provided by the Contractor.
Make final move and installation of all equipment and materials including: Cleaning, touch-up painting, minor field repairs, adding insulating oil, and any other work required to properly complete and place equipment ready for operation. This applies to all equipment installed by Contractor unless otherwise noted.
All equipment shall be moved with care to prevent breakage, stresses, and other damage. Large oil and gas filled equipment shall be moved, installed and checked in accordance with the manufacturer's recommendations.
The Owner will not receive or be responsible for any Contractor furnished materials. Contractor furnished materials and equipment shall not be delivered to any of the Owner's warehouses or outposts.
Bending, Cutting, Welding and Other Craftwork
Contractor shall provide all necessary equipment and competent craftsmen to properly accomplish, in a workmanlike manner, all necessary field work, including: bending, drilling, welding, cutting, and connector compressions which may be required to properly fit and install all materials and equipment. Repairs to substandard work and/or alternations to systems as depicted in the bid documents shall occur only after approval by the Owner and/or Engineer.
Grading, Excavation, Trenching, and Hauling
Contractor shall provide and be responsible for all necessary heavy construction equipment to properly place fill, construct foundations, install conduit, cable and ground mat; haul materials and perform all other necessary site work required for a complete installation.
Site Clean-up and Trash Disposal
Contractor shall provide and assume responsibility for the following:
Maintain clean and neat work area and prevent debris from scattering in the wind.
Dispose of trash, excess fill, and other debris.
Smooth the finish grade and fill all unnecessary ditches and ruts.
Clear away and properly dispose of all excess materials, temporary quarters and sanitary facilities.
Environmental protection as defined in Article II, Section 2 of the Contract and in the U. S. Department of the Interior/U. S. Department of Agriculture publication "Environmental Criteria for Electric Transmission Systems."
"Or Equal" and "Or Equivalent" Clause
Wherever a material or article required is specified or shown on the plans by using the name of the proprietary product or of a particular manufacturer or vender, any material or article which will adequately perform the duties imposed by the general design will be considered equal and satisfactory providing the material or article so proposed is of equal substance and function in the Engineer's opinion. It shall not be purchased or installed without written approval from the Engineer.
Abbreviations and Definitions
Item MeaningAccepted Reviewed with no exceptions taken to submittal material. See
"Submittal" below.AHJ Authority Having Jurisdiction ANSI American National Standards Institute
Approved Inspected and accepted by the Authority Having JurisdictionASTM American Society for Testing Materials Code All codes currently enforced at project location
Equivalent Product of equal quality and performance, subject to the approval of the Engineer
Equal See "Equivalent"EMT Electrical Metallic Tubing Fully
Operational Tested and approved and operating to the satisfaction of the
AHJ, manufacturer and contract documents Furnish Delivery to the jobsite
IMC Intermediate metal conduit Install To enter permanently into the project and make fully
operationalKCM Thousand circular mils (a.k.a. MCM) MFR ManufacturerNEC National Electrical Code
National Fire Protection Association Publication #70 (latest adopted edition with amendments)
NEMA National Electrical Manufacturers AssociationNESC National Electrical Safety Code Noted Shown or specified in the contract documentsPVC Polyvinyl Chloride
Provided Furnish and installRMC Rigid Metal Conduit
Required As required by code, AHJ or contract documents for the particular installation to be fully operational
Shop Drawings Hand drafted document which fully details the equipment and intended installation relative to this specified project
Shown As indicated on the drawings or details Submittal Material for Engineer review which may contain catalog cuts,
shop drawings, wiring diagrams, etc., of the actual material being furnished
UL Underwriters' Laboratories, Inc.
Cost Accounting and Partial Payments
Contractor shall provide complete and accurate cost accounting data to the Owner. This data shall include a breakdown by units with associated cost for materials, labor, equipment and taxes to enable the Owner to assign
proper costs to the various plant accounts. Such will be required when requesting partial payments and upon completion of the project. Partial payments and release of liens are outlined in Article III, Section 1 of the Contract. Each request for payment submitted by the Contractor shall include the projected amount of the following month's request.
Contractor shall submit to the Owner such schedule of quantities and costs, progress schedules, payrolls, and other records and data as the Owner may request concerning work performed or to be performed under this contract.
Construction Schedule and Reporting
The Schedule of Construction shall be as follows:
Construction Start: May 3, 2021
T2 Foundation Complete: May 14, 2021
T2 Energization: July 15, 2021
T1 Energization: September 30, 2021
The above schedule may be modified due to equipment delivery delays, weather delays, or other conditions beyond the control of the Contractor.
Progress reports shall be made by the Contractor, as requested by the Owner or Engineer, and shall be required as part of the request for partial payment. The Contractor shall notify the Engineer in writing of any conflicts or expected deviations in the construction schedule. Prior to commencement of construction, the Contractor shall furnish the Engineer and Owner with a detailed written construction and material delivery schedule. The construction schedule shall include all phases of construction including contractor-furnished material delivery dates.
A preconstruction conference shall precede construction activities. The Contractor and his superintendent, along with authorized representatives for the Owner and/or Engineer shall be in attendance.
Drawings and Instruction Material
Specification Drawings
Contractor will be furnished with one set of these specifications, complete with all Specification Drawings, after award of contract. Additional copies of Specification Drawings will be furnished as required. These drawings and specifications are instruments of service to be used on this project only and are to be returned to the Engineer upon completion of the work as set forth herein.
Construction Drawings
The Engineer will furnish the Contractor with Specification Drawings stamped "Issued for Construction". No work will be authorized until the Contractor has received these drawings.
Instruction Manuals, Equipment Drawings and Parts Lists
Contractor shall keep onsite all instruction manuals from Owner furnish equipment. Instruction manuals shall be received by the Owner/Engineer in the same condition as received by the Contractor.
Contractor shall furnish complete instruction manuals covering installation, operation and maintenance for all Contractor furnished equipment. Manuals, bound three ring binder(s) shall be labeled to indicate the facilities covered and include:
Index of all manuals, bulletins and drawings.
Specific equipment instruction books.
Renewable parts lists for all replaceable parts and assemblies.
Submit one (1) copy to Engineer for distribution.
"As Built" Drawings
Contractor shall be responsible for making "As Built" corrections to all Specification Drawings covered in Section 2.17.1 above. Contractor shall provide one (1) marked-up "As Built" prints of Specification Drawings. Drawings shall be legible, neat and organized. Drawings shall be marked in green to indicate drafting deletions, blue for general comments, and red to indicate drafting additions. The Engineer will be responsible for drafting revisions necessary to complete “As Built” documents.
Check-out and Acceptance of the Substation Facilities
After installation and testing of equipment, the Engineer will inspect all mechanical and electrical attributes to assure that it is ready for startup. The Contractor shall provide all necessary labor required to accomplish adjustments and any other required work to place equipment in proper operating condition as deemed necessary by the Engineer.
Acceptance shall be considered final upon certification by the Engineer and the Owner.
TECHNICAL SPECIFICATIONS
Scope
This section shall be complementary to Section 1 and 2 and is intended to function as a detailed description of work to be performed and material to be supplied for completely constructing the Vining Substation project.
Where codes and standards of manufacturing are referenced in these specifications, such codes and standards shall be assumed to be of most recent issue available. In addition, nationally accepted standards not specifically mentioned in these specifications, but governing the design and manufacture of materials and equipment specified herein, shall be assumed applicable.
Group A: Structure and Bus
Steel Structures (Bid Item A1)
Material
The Owner will furnish all structural steel with shop drawings.
The Contractor will be responsible for offloading of the steel at the site.
Assembly and Installation
The Contractor shall erect all substation steel structures. Structure locations and details are shown on the Specification Drawings.
Materials shall be assembled according to the final erection drawings and installed at locations as shown on the Specification Drawings. All assembly and installation shall be done in workmanlike manner by competent craftsmen. Care shall be taken to guard against damage during assembly. All bolted joints shall be properly tightened and torqued. Locknuts shall be installed after nuts are properly torqued.
No steel shall be erected on a foundation until seven days after last placing concrete, nor until backfill has been placed and compacted. All structures and equipment supports shall utilize three nuts for each anchor bolt, one for leveling the structure and two for double-nutting the top of the base plate.
All corrosive material deposited on the structures prior to erection or during erection shall be removed. Any foreign
material that will adhere permanently to the structures shall be removed.
If any defects, errors or inaccuracies are found in the metal work, the Engineer will decide whether such defects, errors or inaccuracies shall be corrected in the field. Repair of damage which is due to operations of the Contractor, and the correction of defects, errors and inaccuracies in the metal work which are ordered by the Engineer, shall be made at the expense of the Contractor in a manner satisfactory to the Engineer. Zinc base paint and other miscellaneous materials and equipment required to correct steel defects shall be provided by the Contractor.
Erection bolts and nuts will be high strength per ASTM A325 specifications. All bolts will be furnished with Type "MF" locknuts.
Arc welding electrodes for any on-site welding by the Contractor shall be in accordance with the requirements of the American Welding Society Specifications for Iron and Steel Arc-Welding Electrodes, latest edition, and should be suitable for intended use. All proposed on-site welding shall be approved by the Engineer.
Costs
Payment shall be on a lot basis under Bid Item A1 in the bid schedule and shall be full compensation for all costs incident to the installation of all structural steel. All costs associated with anchor bolt installation shall be included with foundation costs.
Electrical Bus (Bid Item A2)
General
The Owner will furnish all electrical bus
The Contractor will be responsible for accepting and offloading the electrical bus on-site.
Bus Conductor
A minimum number of conductor types and sizes have been included in the design of electrical bus in this station. Type and size are defined on the Specification Drawings and Material List.
Tubular bus, conductor shall be Schedule 40 electrical grade 6063-T6. All bus work shall have smooth surface
Industry Class IV finish. Care shall be exercised in handling all bus conductors to prevent abrasion or other damage. Forming and bending shall be accomplished in a workmanlike manner, with proper equipment to ensure that smooth and uniform shaping is attained.
Bus conductor shall be carefully inspected to assure it is free of any mars, burrs, rough welds or any defect likely to cause high values of corona discharge. Bus conductor which cannot be suitably repaired shall be rejected. Bus conductor shall be cleaned using emery cloth or other approved means, to a finish that is uniform in appearance and free of discoloration.
All bus conductor shall be cut to the proper length and terminated in a manner to ensure that mechanical stresses are not transferred to insulators, bushings, or other power equipment.
All sections of tubular conductor longer than eight feet between supports shall have damping conductor installed. Damping conductor shall be cut to length approximately four inches shorter than the tubular section and shall be free to move inside the tube. Damping conductor shall be as specified on the following Table.
Damping Conductor Table Nominal Tube Bus Size
(Inches)Minimum Size AAC Conductor (kCM)
1 ½ 211.6 (4/0) 2 266.8
2 ½ 266.8 3 266.8
3 ½ 397.5 4 795 5 1,431 6 1,590
Pressure ventilation/weep holes shall be drilled at the bottom of tubular bus at points of maximum sag. Holes shall typically be 1/4" diameter.
Aluminum Welding
Aluminum surfaces to be welded shall be thoroughly cleaned with a clean, stainless steel bristled brush. Welder shall make required number of "passes" over each weld to result in weld thickness equal to that of the
connector at the point of weld, and to assure a strong mechanical connection. Smoothing of welds shall be accomplished only with fine-toothed files or fine abrasive materials. No grinding shall be allowed.
All welding shall be accomplished with a tungsten electrode inert gas-shielded arc (TIG) or consumable electrode inert-gas-shielded arc (MIG). Contractor shall employ a certified journeyman welder to perform all aluminum welding.
Bus Connections
Bus connectors are specified on the drawings and supplied by the Owner.
Contractor shall furnish required terminal pad nuts, bolts, and washers as specified below.
For aluminum bus connections, NEMA pad sizes shall match (i.e., 3"x3" pad on 3"x3" pad) to minimize corona discharge unless specifically noted otherwise. For equipment rated 600 amps and below, use NEMA 2-hole pads. For equipment rated 1200 and 1600 amps, use NEMA 4-hole, 3"x3" pads. For equipment rated 2000 amps, use NEMA 4-hole, 4" x 4" pads. For higher current ratings, copper bus or special applications, refer to the Material List.
Bolted connections shall be fastened with stainless steel bus bolts. On copper-to-aluminum and aluminum-to-aluminum connections, each bolt shall be furnished with one Belleville and two flat washers. On copper-to-copper connections use one flat and one lock washer. Copper and copper alloy composition connectors shall have tinned contact surfaces where used for copper-to-aluminum connections.
Stainless steel Bellville washers shall be a minimum of 7/64" thick by 1-1/16" diameter with a 5000 pound load required to flatten the washer. Stainless steel flat washers shall be a minimum of 0.125" thick and shall be 1 5/8" diameter.
All bolts shall be sized to extend completely through nuts, with a minimum of ⅛" and a maximum of ¼’’ thread reveal when properly torqued.
All bus bolts shall be tightened with a torque wrench to the following specifications: (unless otherwise specified by the manufacturer.)
Connector Torque Requirements
Fastener Material Diameter Torque Ft-
Lbs Bronze & Stainless
Steel1/2 inch 50
Bronze & Stainless Steel
5/8 inch 65
Using a torque-limiting wrench set at 50% of the recommended value, tighten all bolts in sequence. When final torque is required, reset torque-limiting wrench to the recommended value and complete tightening in sequence.
All aluminum connections surfaces shall be prepared as follows:
If connections are on equipment that will require unbolting of connectors for electrical testing, leave bolts torqued to 50% and do NOT apply oxide inhibiting compound until after testing is complete and final tightening is required.
Factory coated compression connectors may be used without brushing provided container has not been broken. However, all mating conductor surfaces must be prepared as outlined above.
Contractor shall supply oxide inhibiting compound, Burndy "Penetrox", or equal, of sufficient quantity for making all bus connections.
Cable Suspension Bus and Overhead Static Wire
Installation and material requirements for all cable suspension bus and static wire shall be as shown on the Specification Drawings. Installation shall be accomplished in a manner acceptable to the Engineer, with equipment specifically designed for the purpose. Stringing shall be accomplished by
means of pulleys or other devices to avoid damage from cable tensioning equipment gripping attachments. No splices in station overhead suspension bus or static wire will be allowed. Cable shall be tension strung to the values shown on the sag tables on the Specification Drawings. Care shall be taken to prevent physical damage to bus. Damaged bus conductor shall be considered unusable, and subsequently rejected.
Costs
All costs associated with installing electrical bus, bus pipe connectors, overhead static wire and all other associated components shall be included in Bid Item A2.
Insulators (Bid Items A3)
General
Insulators shall be Owner furnished Contractor Installed.
Equipment mounting bolts and hardware for all insulators shall be provided by the Contractor.
Any broken, chipped, or damaged insulators will not be acceptable and shall be replaced at no cost to the Owner.
115kV Bus Support Insulators (Bid Item A3-1)
Material
Installation and Assembly
Costs
15kV Bus Support Insulators (Bid Item A3-2)
Material
Installation and Assembly
Costs
Group B: Three Pole Group-Operated Air Break Switches
Three Pole Group-Operated Air Break Switches (Bid Items B1 through B2)
Materials
The Owner will furnish all manual group-operated air break switches as shown on the Specification Drawings and described below.
The Owner will furnish elevated galvanized grill-type grounding platforms for each switch.
Equipment mounting bolts and hardware shall be Contractor furnished. The Contractor shall provide beveled washers where required.
Installation and Assembly
The Contractor shall install all Owner-furnished manual group-operated air break switches as shown on the Specification Drawings.
The Contractor shall install the Owner-furnished elevated galvanized grill-type grounding platforms for each switch.
All units shall be completely assembled and adjusted per the manufacturer's instructions.
The following accessories will be furnished by the Owner and shall be installed by the Contractor on all air switches with provisions for manual operation, unless otherwise noted.
115kV Air Break Switches (Bid Item B1)
Materials
Type 3-Pole Group Operated Center Break “Vee”
Manufacturer/Type Pascor Nominal Voltage Rating 121kV
BIL 550kV Continuous Current 1200 AmpsMomentary Current 61 kA Insulator T.R. No. T.R. #286
Operator Manual Swing HandleMounting Horizontal
Phase Spacing 7’-0” Live Parts Material Aluminum
Application Circuit Switcher Isolation
Quantity One (1)
Costs
15kV Vertical Break Switches (Bid Item B2)
Materials
Type 3-Pole Group Operated Center
Break “V” with Arcing Horn
Manufacturer PascorMaximum Voltage Rating 15.5 kV
BIL 110 kVContinuous Current 1200 AmpsMomentary Current Insulator T.R. No. T.R. #205
Operator Manual Swing HandleMounting Horizontal
Phase Spacing 4’-0” Live Parts Material Aluminum
Application Distribution IsolationQuantity Two(2)
Costs
Group C: Lightning Arresters
90 kV Station Class Arresters (Bid Item C1)
Materials
The Contractor shall install all station class arresters.
90 kV Station Class Arrester Data:
Manufacturer Seimens Catalog Number 3EL2 090-2PJ31-4XH5Voltage Rating 70 kV (MCOV)
Class Station Type Polymer
Color of Arrester Light Grey Accessories Standard Grounding ClampOrientation Vertical
Quantity 3
Installation and Assembly
The Contractor shall install and ground all station class arresters as shown on the Specification Drawings.
The Contractor shall verify that all arrester mounting location types are correct.
Costs
All costs associated with installing the station class arresters shall be included under Bid Item C1.
All costs associated with grounding of the station class arresters shall be included under Bid Item O2.
9 kV Intermediate Class Arresters (Bid Item C2)
Materials
The Contractor shall install all 9 kV intermediate class arresters as shown on the Specification Drawings.
9 kV Intermediate Class Arresters Data:
Manufacturer Siemens Catalog Number 3EL1 009-1PC21-4XH5`Voltage Rating 7.65 kV (MCOV)
Class IntermediateType Polymer
Color of Arrester Light GreyAccessories Bronze Grounding
Terminal Orientation Vertical
Quantity 15
Manufacture outline drawings can be found in Appendix B.
Installation and Assembly
The Contractor shall install and ground arresters as shown on the Specification Drawings.
Costs
All costs associated installing the intermediate class arresters shall be included under Bid Item C2.
All costs associated with grounding the intermediate class arresters shall be included under Bid Item O2.
Group D: Single Pole Disconnect Switches
15kV Fused Disconnect Switches (Bid Item D1)
Materials
The Contractor shall install all 15kV fused disconnect switches as shown on the Specification Drawings.
Fused Disconnect Data:
Manufacturer S&C Type (Complete with
Fuses and Live Parts)SMD-20
Style Pole Top Voltage Rating 14.4kV, 125kV BIL
Continuous Current Rating
200 (Max)
Interrupting Rating 14,000 Amps Sym.Fuse Unit Current
RatingSee Specification
Drawings Fuse Voltage Rating 15kV Nominal
Insulator T.R. Number T.R. #205 Color of Insulators Light Grey
Quantity 8
Manufacture outline drawings can be found in Appendix B.
Assembly and Installation
The Contractor shall install all 15kV fused disconnect switches as shown on the Specification Drawings.
Units shall be completely assembled and adjusted per manufacturer's instructions.
Costs
All costs associated with installing these units shall be included under Bid Item D1.
15kV Hookstick-Operated Disconnect Switches (Bid Item D2)
Materials
The Contractor shall install all 15kV hookstick-operated disconnect switches as shown on the Specification Drawings.
Hookstick-Operated Disconnect Switch Data:
Manufacturer Cooper Type DisconnectStyle Station Vertical Style
Catalog Number 126960PVoltage Rating 15kV, 110kV BIL
Continuous Current Rating 600 AmpInsulator T.R. Number T.R. #205
Accessories Tin-Plated Terminal Pads
Color of Insulators Light GreyQuantity 30
Manufacture outline drawings can be found in Appendix B.
Installation and Assembly
The Contractor shall install all 15kV hookstick-operated disconnect switches as shown on the Specification Drawings.
Units shall be completely assembled and adjusted per manufacturer's instructions.
Costs
All costs associated with furnishing and installing these units shall be included under Bid Item D2.
15kV Regulator Bypass Switch (Bid Item D3)
Materials
The Contractor shall install all 15kV regulator bypass switches as shown on the Specification Drawings.
Regulator Bypass Switch Data:
Manufacturer Cooper Type Bypass Style Station Vertical Style
Catalog Number 171512-3PAVoltage Rating 15kV, 110kV BIL
Continuous Current Rating 1200 AmpInsulator T.R. Number T.R. #205
Accessories Tin-Plated Terminal Pads
Color of Insulators Light GreyQuantity 6
Manufacture outline drawings can be found in Appendix B.
Installation and Assembly
The Contractor shall install all 15kV regulator bypass switches as shown on the Specification Drawings.
Units shall be completely assembled and adjusted per manufacturer's instructions.
Costs
All costs associated with installing these units shall be included under Bid Item D3.
Switch Stick and Container (Bid Item D4)
Materials
The Owner will furnish adjustable switching stick with switch head, fiberglass pole, and heavy duty container.
Installation and Assembly
The Contractor shall mount the container on inside of fence at location to be selected by Owner and place switch stick in container.
Costs
All costs associated with installing switch stick and container shall be included under Bid Item D4.
Group E: Circuit Switcher
115kV Circuit Switcher (Bid Item E1)
Materials
The Owner will furnish the 115kV Circuit Switcher as shown on the Specification Drawings.
115kV Circuit Switcher Data:
Manufacturer S&C Type Series 2000 Model 2030
Nominal kV Class 115 kV Maximum Voltage 121 kV
Continuous Current 1200 AmpsShort-Circuit Amperage 64 kA
Interrupting Time 6 cyclesQuantity 1
Weight of Complete PCB 4,200 lbs.
Manufacture outline drawings can be found in Appendix B.
Installation and Assembly
The Contractor will be responsible for the installation of the circuit switcher. Installation shall include:
Costs
All costs associated with installing the 115kV circuit switcher shall be included under Bid Item E1.
All costs associated with installing conduit and equipment junction boxes for the circuit switcher shall be included under Bid Item K.
Group F: Automatic Circuit Reclosers
15 kV Circuit Reclosers (Bid Item F1)
Materials
The Owner will furnish all 15kV circuit reclosers as shown on the Specification Drawings.
Installation and Assembly
Contractor shall install all 15kV reclosers as shown on the Specification Drawings.
Installation shall include:
Costs
All costs associated with installing the 15kV circuit recloser(s), including control, shall be included under Bid Item F1.
All costs associated with conduit, cable installation or equipment junction boxes for the recloser(s) shall be included under Bid Item K.
All costs associated with grounding of the reclosers shall be included under Bid Item O2.
Group G: Meters, Relays and Instrument Transformers
15kV Voltage Transformer(s) (Bid Item G1)
Materials
The Contractor will install all Owner Furnished 15kV voltage transformers as shown on the Specification Drawings.
15kV Voltage Transformer Data:
Manufacturer ArtecheModel URJ-17
Voltage Class 15kV Primary Voltage 7200/12,470 (GY)Winding Ratio 60:1
Accuracy Class (ANSI C57.13)
0.3 WXMYZ, 60 Hz
Thermal Rating 1500 VAPrimary Terminals Tin Plated Copper
ConnectorBase and Porcelain Color ANSI #70 Grey
Quantity 6
Manufacture outline drawings can be found in Appendix B.
Assembly and Installation
The Contractor shall install all 15kV voltage transformers as shown on the Specification Drawings.
Costs
All costs associated with installing the 15kV voltage transformer(s) shall be included under Bid Item G1.
Any costs related to conduit, cable installation or the unit equipment junction boxes shall be included under Bid Item K.
All costs associated with grounding of the voltage transformers shall be included under Bid Item O2.
15kV Current Transformer(s) (Bid Item G2)
Materials
The Owner will furnish all 15kV current transformers as shown on the Specification Drawings.
The Contractor will install all 15kV current transformers as shown on the Specification Drawings.
15kV Current Transformer Data:
Manufacturer ArtecheModel CRE-17
Maximum System Voltage 17kV Winding Ratio 1000:1
Accuracy Class (ANSI C57.13)
0.15 B-1.8
Thermal Rating 1.5 Primary Terminals Tin Plated Copper
ConnectorBase and Porcelain Color ANSI #70 Grey
Quantity 6
Manufacture outline drawings can be found in Appendix B.
Assembly and Installation
The Contractor shall install all 15kV current transformers as shown on the Specification Drawings.
Costs
All costs associated with installing the 15kV current transformer(s) shall be included under Bid Item G2.
Any costs related to conduit, cable installation or the unit equipment junction boxes shall be included under Bid Item K.
All costs associated with grounding of the voltage transformers shall be included under Bid Item O2.
Relay Panels (Bid Item G3)
Materials
Relay panels and accessories will be furnished by the Owner. Typical mechanical details are shown on the Specification Drawings. Weight of a single relay panel is approximately 300 to 500 pounds.
Unloading and Handling
Lifting shall be accomplished by use of lifting eyes and slings, attached to switchboard at locations designed for such lifting. Unloading or loading shall not commence prior to completion of material receiving report.
Access to control building shall be gained by use of 6’-0” wide by 8’ tall double wide pedestrian door. Moving of relay panels inside building shall be accomplished with
dollies or castors. The floor shall be properly covered prior to moving the panels to prevent any damage to the flooring. Damage to the floor will be repaired by the Contractor with no cost to the Owner.
Assembly and Installation
Contractor shall furnish all labor and miscellaneous materials required to completely install relay panels as shown on the Specification Drawings.
Contractor shall uncrate and place panel sections in proper location.
Contractor shall install all bolts between adjoining sections of panel.
Contractor shall furnish and install ½” expansion type anchor bolts at the bottom of each panel section.
Contractor shall install connections as shown on the Specification Drawings.
Testing
All required testing and checkout of relay panel devices will be accomplished by others. The Contractor shall coordinate testing of relays with Owner and furnish casual labor to assist this work.
Costs
All costs associated with installing the relay panel(s) shall be included under Bid Item G3.
All costs associated with wiring and cable installations are to be included in the bid under Bid Item K.
Group H: Transformers
Three-Phase Power Transformers (Bid Item H1)
Materials
Owner will furnish the three-phase power transformers.
See equipment drawings in Appendix B for transformer data and physical dimensions.
Installation and Assembly
Unloading
Accessories
Oil Filling
Testing
Contractor's Responsibility
Contractor shall not be required to furnish labor or equipment for any of the following:
Delivery
Unit will be delivered to the substation site by truck.
Transformer will be shipped partially oil filled.
Costs
All costs associated with installing the transformer shall be included under Bid Item H1.
Station Service Transformer (Bid Item H2)
Materials
Owner will furnish two (2), single-phase pad mount distribution power transformer with base.
Installation and Assembly
The Contractor shall receive the transformers and install the transformers as shown on the Specification Drawings.
Costs
All costs associated with installing the transformers shall be included under Bid Item H2.
Group I: Voltage Regulators
15kV Voltage Regulators (Bid Item I1)
Material
The Owner will furnish three (3) 15kV voltage regulators with stands.
15 kV Voltage Regulator Data:
Manufacturer Siemens Type JFR
Rating 875 Amp, 667 kVANumber of Phases 1
Quantity 6 Quantity of Oil 340 Gallons
Weight of Regulator (without stand)
7,747 pounds
Manufacture outline drawings can be found in Appendix B.
Installation and Assembly:
The Contractor shall provide all labor and heavy equipment required to receive and install the regulators.
The Contractor shall assemble and install the voltage regulators and associated stands as recommended by voltage regulator manufacturer. The stands shall be fastened to the foundations with epoxy type anchor bolts furnished by the Contractor.
Regulator controls shall be relocated to control building interior wall as shown on the Specification Drawings.
Costs
All costs associated with installing these units shall be included under Bid Item I1.
All costs associated with conduit, junction boxes, wiring and cable installations are to be included under Bid Item K.
Group J: Communications and Supervisory Control Equipment
Fiber Communications
Material
The Owner will furnish a fiber to ethernet communications modem to be installed in the Control House as shown on the Specification Drawings.
Installation and Assembly
Communications equipment and cables in the fiber communications panel will be installed by contractor.
Costs
Costs for installing this panel into the Control House shall be included with the Relay Panels in Bid Item G3.
Fiber installation and splicing shall be under K5.
Group K: Conduit and Cable
Conduit (Bid Item K1)
Material
The Contractor shall furnish all conduits and cable as shown on the Specification Drawings.
Conduit shall include all intermediate metal conduit (IMC) or rigid metal (RMC), Schedule 40 PVC conduit, electric metallic tubing (EMT) conduit fittings, adhesive, and other hardware required for complete installation. Liquid tight flexible conduit is approved for adapting from rigid conduit risers to connection boxes on structure mounted devices. The "Conduit Schedule" on "Conduit and Cable Plan" shows all major materials for conduit runs, subgrade risers, and structure risers. If required, concrete for cover
of conduit runs shall also be included under the material portion of this bid item.
Installation and Assembly
The Contractor shall install all conduits and cable as shown on the Specification Drawings.
Conduit runs have been arranged to minimize trenching. Upon approval from Engineer, Contractor may propose alternate conduit runs. Conduit runs shall be installed at locations as shown on the drawings, approximately 30" below finish grade. Runs shall have enough grade to permit drainage where practical.
Solvent shall be used in making all PVC joints to obtain a watertight seal. Water shall not be permitted to enter conduit during or after installation.
All conduit joints shall be reamed and cleared of burrs and sharp edges prior to joining or terminating.
Bushings shall be installed on ends of conduit to protect insulation sheath of wire and cable.
All conduit bends shall be made so that conduit is not flattened or injured and the internal diameter of conduit is not effectively reduced. Field bends shall be made only with bending equipment intended for the purpose.
Conduit risers shall be installed to the specifications shown on the "Typical Substation Conduit Risers".
IMC and RMC conduits shall extend below finish grade. The PVC adapter shall be located at or below rough grade.
Concrete encased conduits shall have minimum of 3" cover on all sides.
Conduit banks of two or more raceways shall be arranged in a pattern with 6" C-C spacing and backfilled until covered with 6" of fine earth fill. Concrete cover shall be 6" thick, un-reinforced, except where otherwise specified on the drawings, and shall have minimum compressive strength of 1,000 psi. Width of concrete cover shall be 12" greater than width of conduit group.
All conduit trenches shall be backfilled with sand to a minimum of 4 inches cover over all conduits not encased in concrete. Remainder of trench shall be backfilled with fine earth and compacted.
Costs
All costs associated with furnishing and installing a complete conduit installation as shown on the Specification Drawings with miscellaneous conduit, wiring devices, and concrete for conduit cover shall be included under Bid Item K1.
Costs associated with the junction boxes and terminal boxes shall be included under alternate units.
Cable Trench (Bid Item K2)
Material
The Owner shall furnish all precast cable trench as shown on the Specification Drawings.
The Contractor shall be responsible for receiving and installing all precast cable trench as shown on the Specification Drawings.
Cable trench will be manufactured by Trenwa as shown on the Specification Drawings.
Size and Type
Cable trench part numbers and sizes are shown on the Specification Drawings. Trench will be complete with cable clips, end plates, steel supports, corners, tees and covers.
Installation
The Contractor shall provide all labor and material to install the cable trench as shown in the Specification Drawings. The cable trench shall be placed on a level bed of compacted aggregate base fill, six inches deep. The cable trench shall be placed on line and to grade with no visible distortion. Aggregate base backfill, conforming to Section L shall be placed so as to provide drainage away from the cable trench and prevent any excess intrusion of water.
Costs
All costs associated with installing a complete cable trench system per these specifications and drawings shall be included under Bid Item K2.
Wire and Cable for Control and Power Distribution
General
Wire and cable requirements are listed on the Wire and Cable Schedule and specified below. Location of cables is shown on the Conduit and Cable Plan. Bid items for wire and cable shall include terminals, markers, ties, meter readings, and other hardware required for complete installation.
Required quantities of wire and cable shall be determined by the Contractor. Bid items for cables are listed on "per foot" basis. Payment will be made on the total footage of cable installed. Bid items for equipment control wiring is on a "lot" basis.
Station Service Power Cable (Bid Item K3)
Material
Accessories:
Installation
Costs
Multi-Conductor Cable for Control, Metering and Power (Bid Item K4)
Control Cable Material
IPCEAS66524, Table K1 (Partial) Conductor Number Base Color Tracer
Color 1 Black -- 2 White -- 3 Red -- 4 Green -- 5 Orange -- 6 Blue -- 7 White Black 8 Red Black 9 Green Black
10 Orange Black 11 Blue Black 12 Black White
Power Cable Material
Power Cable Table Cable Use Hot (+ for DC) Neutral (- for
DC) 120 AC Black White 240 AC Black/Red White
DC Red Black
Installation
Pull Boxes (Bid Item K6)
Material
Contractor shall furnish and install the following pull boxes, complete with lids, as shown on the Specification Drawings.
Installation
All PVC connectors for conduit runs shall be sealed with silicone at the pull box entrance.
Contractor shall drill ¼” drain holes in each corner of the bottom of the pull box.
Contractor shall place 4” of gravel base under the pull box.
Contractor shall cut typical conduit cutouts with a holesaw. All burrs shall be removed from holes.
Costs
All costs associated with furnishing and installation of pull boxes shall be included in Bid Item K6.
Equipment Junction Boxes (Bid Item K7 through K9)
Material
The Contractor shall furnish and install the following equipment junction boxes, complete as shown on the Specification Drawings.
Installation
Contractor shall provide all materials and labor to install equipment junction boxes as shown on Specification Drawings.
Costs
All costs associated with furnishing and installing equipment junction boxes shall be included in Bid Items K7 through K9.
Group L: Foundations
General
This work shall consist of the necessary cast-in-place concrete for equipment pads and miscellaneous items shown on the Foundation Plan and/or detailed on the other Specification Drawings.
Foundation materials and installation requirements are defined in the following paragraphs. Bid items for each foundation shall include all costs incidental to its construction including excavation; backfill and grading; dewatering; formwork; concrete, including finish and curing; anchor bolts; and conduit and other materials shown cast into or attached to foundations.
Quantity of concrete shown on foundation drawings is measured to the lines, grades, and dimensions shown. No addition has been made for excess excavation and soil consolidation, nor deletion for concrete volume displaced by reinforcement. Quantities shown are computed to the nearest 0.1 cubic yard.
All augured pier and footing type foundations for support of structures shall extend a minimum of one foot into firm earth. If excavations fail to reach a solid base at the depth indicated on drawings, Contractor shall notify Engineer before proceeding further. Compensation for Contractor furnished excavation, associated materials, and labor in excess of those shown on drawings shall be made on a change order basis only if such work is approved by the Engineer. Adjustments shall be made from bid figures converted to a per yard basis.
Referenced Standards
American Concrete Institute (ACI)
116R, Cement and Concrete Terminology.
117, Specification for Tolerances for Concrete Construction and Materials and Commentary.
211.1, Standard Practice for Selecting Proportions for Normal, Heavyweight and Mass Concrete.
212.3R, Chemical Admixtures for Concrete.
304R, Guide for Measuring, Mixing, Transporting, and Placing Concrete.
304.2R, Placing Concrete by Pumping Methods.
305R, Hot Weather Concreting.
306R, Cold Weather Concreting.
318, Building Code Requirements for Structural Concrete.
347, Guide to Formwork for Concrete.
ASTM International (ASTM)
A36, Standard Specification for Carbon Structural Steel.
A82, Standard Specification for Steel Wire, Plain, for Concrete Reinforcement
A185, Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete
A615, Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement.
C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field.
C33, Standard Specification for Concrete Aggregates.
C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens.
C94, Standard Specification for Ready-Mixed Concrete.
C138, Standard Method of Test for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete.
C143, Standard Test Method for Slump of Hydraulic Cement Concrete.
C150, Standard Specification for Portland Cement.
C157, Standard Test Method for Length Change of Hardened Hydraulic-Cement, Mortar, and Concrete.
C172, Standard Practice for Sampling Freshly Mixed Concrete.
C173, Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method.
C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method.
C260, Standard Specification for Air-Entraining Admixtures for Concrete.
C494, Standard Specification for Chemical Admixtures for Concrete
C595, Standard Specification for Blended Hydraulic Cements
C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete
C989, Standard Specification for Slag Cement for Use in Concrete and Mortars
F1554, Standard Specification for Anchor Bolts, Steel, 36, 55, and 105 ksi Yield Strength
Conflicts
Where conflicts are present between referenced standards, the standard establishing more stringent requirements shall be followed.
Submittals
Concrete Mix Design
Contractor shall submit for approval by Engineer a copy of a comprehensive concrete mix design that shall include, but not be limited to, the following:
Mix proportion worksheet listing quantities of all ingredients, theoretical yield, unit weight and water cement ratio.
Complete aggregate analysis for both coarse and fine in accordance with ASTM C33.
Mill certification for cement and all admixtures.
Strength tests listing results of compressive strength testing at 7 and 28 days, measured slump, measured unit weight and air content.
Acceptance of mix designs may be accomplished by trial batching in accordance with ACI procedures. However, in lieu of trial batching, the Contractor may substitute records from field tests performed within the last 12 months for mixes conforming to this specification. In this case, a minimum of three (3) separate records of test shall be
submitted. Engineer will return to the Supplier, within two weeks after receipt, the concrete mix design marked “Resubmit”, “Approved”, or “Approved as Revised”, as the case might be. In the last case, all revisions will be clearly shown on the returned set, which shall be considered as an approved set. Design revisions, in accordance with corrections shown thereon, may be considered as ready for execution. Corrections or revisions shown on “resubmit” set shall be made, and a revised mix furnished to the Engineer for his approval. Mix designs shall be returned two weeks after notice of requiring resubmittal.
Materials
Portland Cement
Portland Cement shall be Type II modified or Type V conforming to ASTM C150.
Reinforcing Steel
Reinforcing bars shall have a minimum yield strength of 60 ksi.
Reinforcing bars must conform to ASTM A615.
Welded wire reinforcement shall have a minimum yield strength of 60 ksi.
Welded Wire Reinforcement shall conform to ASTM A185.
Column spirals must conform to ASTM A82.
Aggregates
Concrete aggregates shall conform to ASTM C33.
Fine aggregate shall be clean natural sand.
Coarse aggregate shall have a one percent maximum amount of clay or shale particles.
Nominal maximum size of coarse aggregate can not exceed three fourths of the minimum clear spacing between reinforcing bars, one-fifth of the narrowest dimension between sides of forms or one-third of the thickness of slabs or toppings. In no case shall the maximum coarse aggregate size exceed 1½".
Water
Mixing water for concrete shall be fresh, clean and potable.
Fly Ash
Fly ash shall conform to ASTM C618
The maximum weight of fly ash, pozzolan or ground granulated blast-furnace slag included in the calculation of water-cementitious material ratio cannot exceed the following percentages of the total weight of Portland Cement plus fly ash, pozzolan and ground granulated blast-furnace slag:
Admixtures
Air entraining admixture used in must conform to ASTM C260.
Water reducing admixture must conform to ASTM C494 Type A.
If the need for additional workability is required for ease and proper placement, a high range water reducing admixture conforming to ASTM C494 Type F may be added at the site.
The maximum water soluble chloride ion content in the admixtures shall be such that the total maximum water soluble chloride ion content in the content shall not exceed 0.30% by weight of cement.
Anchor Bolts
Anchor bolts shall conform to ASTM F1554 A36 or as shown on the Drawings.
Quantity and size shall be as shown on the Drawings.
Forms
Prefabricated or job built.
Wood forms:
Metal forms:
Chamfer strips
Clear white pine, surface against concrete planed.
Form ties
Removable end, permanently embedded body type with cones on outer ends not requiring auxiliary spreaders.
Cone diameter: 3/4 IN minimum to 1 IN maximum.
Embedded portion 1-1/2 IN minimum back from concrete face.
If not provided with threaded ends, constructed for breaking off ends without damage to concrete.
Provide ties with built-in waterstops at all walls that will be in contact with process liquid during plant operation.
Form release
Nonstaining and shall not prevent bonding of future finishes to concrete surface.
Waterstops
Plastic: COE CRD-C572.
Serrated with center bulb.
Thickness: 3/8 IN.
Length (general use): 6 IN unless indicated otherwise.
Provide hog rings or grommets spaced at maximum 12 IN OC along the length of the water stop.
Provide factory made waterstop fabrications at all changes of direction, intersections and transitions leaving only straight butt splices for the field.
Membrane Curing Compound
ASTM C309, Type I-D.
Resin based, dissipates upon exposure to UV light.
Curing compound shall not prevent bonding of any future coverings, coatings or finishes.
Bonding Agent
High solids acrylic latex base liquid for interior or exterior application as a bonding agent to improve adhesion and mechanical properties of concrete patching mortars.
Euclid Chemical Co. "Flex-Con."
BASF Admixtures, Inc. "Acryl-Set."
L&M Construction Chemicals "Everbond."
Thoro System Products "Acryl 60."
Storage of Materials
Cement and aggregates shall be stored so as to prevent deterioration or intrusion of foreign matter.
Aggregate stockpile shall be arranged to avoid excessive segregation.
No deteriorated, frozen or damaged materials shall be used.
Non-Frost Susceptible Fill
Only select structural fill consisting of clean, well graded gravelly sand moist conditioned to within 3 percent of optimum moisture content and meeting the following gradation shall be used:
Sieve Designation Percentage by Weight Passing Sieve
1 inch 100 No. 4 15-25
No. 200 0-5 Fractured Faces 85%
Concrete Mixes
General
All concrete to be ready mixed concrete conforming to ASTM C94.
Provide concrete of specified quality capable of being placed without segregation and, when cured, of developing all properties required.
All concrete to be normal weight concrete.
Strength
28-day minimum compressive strength: 4500 psi or as shown on the Drawings.
Air Entrainment
Use air entraining admixture in all concrete.
Air content shall be 4 to 6 percent by volume.
Slump
Concrete at the point of delivery shall have a slump of 4 inches ±1 inch tolerance per ACI 117 determined by ASTM C143. When a high range water reducing admixture is used to increase the concrete slump, assure the concrete has a slump of 2 to 4 inches before the admixture is added and a maximum slump of 8 inches at the point of delivery after the admixture is added.
Proportions
Water cement ratio shall not exceed 0.49.
The minimum cement content shall conform to the following table. Acceptance of a lower cement content is contingent upon verification that concrete mixes with a lower cement content will meet the strength requirements set forth herein and will produce concrete with equal finish quality, appearance, durability and surface hardness.
Minimum Cement Content RequirementsElement Minimum Cement Content
Pounds/Cubic YardSlabs and Spread
Footings517
Drilled Piers (Dry) 564 Drilled Piers (Wet) 658
Shrinkage
0.048 percent per ASTM C157
Concrete Temperature
When the average of the highest and lowest temperature during the period from midnight to midnight is expected to drop below 40°F (4°C) for more than three successive days, deliver concrete meeting the following minimum temperature immediately after placement:
Assure the concrete temperature as placed does not exceed these values by more than 20°F (-7°C). The Engineer may terminate these minimum requirements when the temperature remains above 50°F (10°C) for more than half of any 24 hour period. The temperature of concrete as delivered cannot exceed 90°F (32°C).
Concrete Mix Design
Contractor shall submit for approval by Engineer six (6) copies of a comprehensive concrete mix design that shall include, but not be limited to, the following:
Acceptance of mix designs may be accomplished by trial batching in accordance with ACI procedures. However, in lieu of trial batching, the Contractor may substitute records from field tests performed within the last 12 months for mixes conforming to this specification. In this case, a minimum of three (3) separate records of test shall be submitted.
Structural Excavation and Backfill
General
This work shall consist of the necessary excavating for equipment pads and miscellaneous items shown on the Drawings. Backfilling, excavation, materials, and disposal of excess material shall be in accordance with these specifications.
Gravel
Where excavation is to be accomplished after finish gravel has been placed, Contractor shall remove and stockpile gravel prior to excavation.
After the backfilling has been completed, gravel shall be replaced over the disturbed areas. Contractor shall furnish and place additional gravel as required over disturbed areas if replaced gravel does not cover disturbed areas adequately, as determined by the Engineer. Any required makeup gravel shall be similar in gradation to existing substation gravel surfacing.
Excavation
Excavation for foundations and pads shall be to the lines, grades, and elevations shown on the drawings. They shall be of sufficient size to permit the placing of structures of full width and length shown.
Drilled piers shall have straight shafts of uniform diameter as indicated on the Drawings.
Maintain bottom of drilled pier excavations free of loose, wet, soft or frozen materials, mud, snow and water until drilled pier concrete is placed. Prevent, by whatever means are necessary, the drilled pier bottom excavations
from becoming loose, wet, frozen or soft before drilled pier concrete is placed.
In no case shall there be more than a 1 IN depth of water at bottom of drilled pier at time of concrete placement.
Excavate drilled pier bottoms to a level plane.
No piers shall be placed on disturbed material, unless specifically shown on foundation drawings. In all other cases, excavations that are deeper than the grades specified shall be filled with concrete at the Contractor’s expense.
Drilled pier excavations will not be allowed to remain open for more than 24 hours prior to placing concrete.
Boulders, logs, and other objectionable material encountered in excavation shall be removed. After excavation is completed, the Contractor shall notify the Engineer, who shall approve the depth of excavation and character of the foundation material prior to placing concrete.
Remove materials resulting from excavating for drilled piers to an area off-site or onsite area designated by Engineer.
Remove excavated materials from around drilled pier holes as soon as excavation for holes has been completed.
Backfill
No backfill shall be placed until the foundations have been approved by the Engineer.
All material subject to rot or corrosion and all deleterious materials shall be removed from areas to be backfilled.
Backfill, of approved materials, shall be placed around the foundations in horizontal layers, not over 8" in depth, to the level shown on the drawings. Each layer shall be moistened or dried as required to achieve 95 percent maximum standard proctor density and thoroughly compacted with mechanical tampers.
In placing backfill, the material shall be placed simultaneously, insofar as possible, to approximately the same elevation on all sides of the foundation.
Special care shall be taken to prevent any wedging action against the foundation. All slopes bounding or within the areas to be filled shall be benched or serrated to prevent wedge action.
Unsuitable and Excess Material
The Contractor shall be responsible for removal of all unsuitable and excess excavated material, unless noted otherwise on the Foundation Plan.
Sand Cushion
Where shown on the drawings, sand conforming to AASHTO M6 or ASTM C33 shall be compacted to form a cushion under foundation pads.
Forming and Placing Concrete
Formwork
Contractor is responsible for design and erection of formwork.
Forms shall conform to shapes, lines and dimensions of the members as called for on the Specification Drawings, and shall be sufficiently tight to prevent leakage of mortar. They shall be properly braced or tied together so as to maintain position and shape.
The maximum deflection or bow of facing materials reflected in concrete surfaces exposed to view shall be 1/204th of the straight surface length.
Suitable moldings or chamfer strips shall be placed in the corners and edges where the finished members are exposed.
Form accessories to be partially or wholly embedded in the concrete such as ties or hangers shall be a commercially manufactured type. The portion remaining within the concrete shall leave no metal within one inch of the surface when the concrete is exposed to view. Spreader cones on ties shall not exceed one inch in diameter. No wooden spreaders shall be left in the concrete.
Unless otherwise specified herein or on the drawings, the following forming accuracy shall be as listed.
Placement of Reinforcing Steel
All reinforcing bars shall be supported and wired together to prevent displacement by construction loads or the placing of concrete.
Concrete dobies of similar compressive strength of the surrounding concrete is approved for ground level supports.
Over formwork; concrete, metal, plaster of other approved spacers shall be furnished.
Where the concrete surface will be exposed to the weather, all accessories in contact with the formwork shall be galvanized or of plastic construction.
At the time concrete is placed, all reinforcement shall be free from loose thick rust, mill scale, mud, ice, or other foreign material.
No bars partially embedded in concrete shall be field-bent.
Welded wire fabric designated as load carrying shall have lapped splices so made that the overlap is not less than the spacing of the cross wire plus two inches.
No welding of rebar shall be allowed except where copper grounding conductors are to be thermally welded to rebar.
Placement of Anchor Bolts
Anchor bolts shall be placed in accordance with the individual foundation drawings.
At the time concrete is placed, all anchor bolts shall be free from loose thick rust, mill scale, mud, ice, or other foreign matter.
Anchor bolts shall be accurately set to desired locations and grades prior to placing concrete. Anchor bolts projection shall be as required for steel structure placement as shown on the Specification Drawings.
Unless otherwise specified herein or on the drawings, the following anchor bolt placement accuracy shall be as listed.
Mixing
Mix shall be kept as dry as possible to work. All materials, including water, shall be measured or weighed. Mixer shall be rotated at the speed recommended by the manufacturer. Mixing time shall be not less than one and one-half (1-1/2) minutes. No partial sacks of cement shall be used in mixes unless properly weighed or measured.
Concrete may be mixed at the site of construction, at a central plant, or by transit mixer.
Delivery by Transit Mixer
Delivery of Central Plant Mix
Delivery of Batched Materials
Placement of Concrete
Formwork shall be complete and adequately braced and all ice, mud and water removed prior to placing concrete. The subgrade shall be damp, but not wet prior to the placing of concrete, so as to eliminate suction.
Concrete shall be deposited, as nearly as practicable, in its final position to avoid segregation due to re-handling or flowing. No concrete shall be dropped more than five feet without the use of a tremmie.
All concrete shall be thoroughly compacted by vibrating or tamping and working around rebar and corners of forms.
Concrete shall be placed at a rate such that the concrete is always plastic and flows freely. Concrete that has partially hardened or been contaminated by foreign material shall not be used.
Once concrete has started, it shall be carried on as a continuous operation until the placing of the section is completed.
There will be no construction joints allowed, that are not shown on drawings, without approval of the Engineer. All unlisted construction joints are to be doweled as specified by the Engineer. The concrete surface of all construction joints shall be thoroughly cleaned and all loose material removed. Bonding agents may be required. All above-
grade shrinkage cracks at construction joints, which are required to be leak resistant, shall be caulked with Sonneborn Sonolastic polysulfied sealant or approved equal. Backer rods shall be used for cracks >1/4" in width or as directed by manufacturer.
Cold Weather Concrete
Cold weather concrete practices shall conform to ACI 306 and as specified herein.
Adequate equipment shall be provided for heating concrete materials and protecting concrete during freezing or near-freezing weather.
No frozen materials or materials containing snow or ice shall be used.
All reinforcement, forms, fillers, and ground with which the concrete is to come in contact shall be free from snow and ice.
All concrete placed in forms shall have a temperature of 50 degrees F. or higher after placement. Adequate means shall be provided for maintaining this temperature for three days. Additional time necessary to insure proper curing of the concrete shall be provided as directed by the Engineer.
The housing, covering, or other protection used in curing shall remain intact at least 24 hours after artificial heating is discontinued.
No dependence shall be placed on salt or other chemicals for the prevention of freezing.
Hot Weather Concrete
Hot weather concrete practices shall conform to ACI 305 and as specified herein. In hot weather, suitable precautions shall be taken to avoid drying of the concrete prior to finishing operations. Use of windbreaks, sunshades, fog sprays, or other devices shall be used as directed by the Engineer.
Concrete placed in hot weather shall not have a placing temperature that will cause difficulty from loss of slump, flash set or cold joints. Concrete temperatures shall be less than 90F.
Finishing and/or Patching
All tie holes and porous spots, visible on removal of forms shall be cleaned out and filled with concrete mortar of the same proportions as originally used in the structures.
All vertical surfaces that are exposed above finish grade shall receive a sand floated finish. The surface shall be wetted and rubbed with a wood float in a uniform circular motion with fine sand being rubbed into the texture until the resulting surface is even and uniform in color and texture.
Horizontal surfaces that are exposed shall receive a floated finish. Floating shall begin when the water sheen has disappeared.
Trueness of surface shall be checked with a ten foot straight edge at not less than two different angles to insure that tolerance is met as specified herein.
Curing and Protection
Concrete shall be cured by either of the following methods:
Water Curing
Concrete cured with water shall be kept wet for five (5) days, immediately following placement, by covering with water-saturated material or by a system of perforated pipes, mechanical sprinklers, porous hose, or any other approved method that will keep all surfaces to be secured continuously wet.
Membrane Curing
Membrane curing shall be by application of a white-pigment scaling compound which forms a water-retaining membrane on surface of concrete. Sealing compound shall be applied to concrete surfaces by spraying one coat to provide a continuous uniform white membrane over all areas. Coverage shall not exceed one hundred fifty (150) square feet per gallon. Coverage shall be decreased on rough surfaces, as necessary, to obtain required continuous membrane. All surfaces shall be kept continually moist until sealing compound is applied. As soon as surface film of moisture disappears, but while the surface still has a damp appearance, sealing compound shall be applied.
Curing of Protective Cover
Curing shall be by use of continuous membrane of undamaged three mil polyethylene cover. Edges of
polyethylene cover shall be secured to form as water-tight seal as possible. Cover shall remain in place for a minimum of five days from time of concrete placement.
No materials shall be placed on foundations until seven days after last placing concrete and backfill has been placed and compacted. Transformers shall not be placed on foundations (pads) until 28 days after last placing concrete and backfill has been placed and compacted.
Field Quality Control
Testing
All concrete must be tested by a certified testing technician and a copy of the report sent to the Engineer.
Materials
The Engineer or their representative must have access to the ready mix production facility for sampling constituent materials during production to assure the materials meet these specifications and represent those stated on the approved mix design.
Standard Slump Tests
The Engineer and/or the certified testing technician will, during each day’s pour, check the consistency of the concrete by slump test. A slump test will also be made each time that a test cylinder is made. Slump tests are performed meeting ASTM C143, “Method of Test for the Slump of Portland Cement Concrete.”
Compression Tests
Make a set of at least four 6” x 12” or five 4” by 8” test cylinders for every concrete pour, and make one set of test cylinders for every 50 yards of concrete or fraction thereof placed in each pour. The size of the aggregate must not exceed 1/3 of the cylinder’s diameter. On a given project, if the total volume of concrete is such that frequency of testing required above would generate less than 5 strength tests, make tests from at least 5 randomly selected batches or from each batch if fewer than 5 batches are used. Cure these cylinders under laboratory conditions except that the additional test cylinder shall be cured entirely under field conditions to check the adequacy of curing and protection of the concrete.
Take samples for strength tests meeting “Method of Sampling Fresh Concrete” (ASTM C172) specified strength.
Make test cylinders and laboratory-cure meeting the standard method of making and curing concrete compression specimens in the field (ASTM C31). Test cylinders meeting “Method of Test for Compressive Strength of Cylindrical Concrete Specimens”, ASTM C39, using an independent testing laboratory, as approved by the Engineer. All charges for testing cylinders is to be paid for by the Owner.
Of each of the cylinders taken for a pour, test 1 for information strength at 7 days, and two 6” cylinders or three 4” cylinders for acceptance strength at 28 days, and maintain 1 in reserve. To meet this specification, average strength of two 6” cylinders or three 4” cylinders from the same sample, tested at 28 days or the specified earlier age, is required for each strength test. Strength level of concrete is considered satisfactory if both of the following requirements are met:
Cure field cured cylinders under field conditions meeting Section 7.4 of “Method of Making and Curing Concrete Test Specimens in the Field” (ASTM C31).
Mold field cured test cylinders at the same time and from the same samples as laboratory cured test cylinders. Improve procedures for protecting and curing concrete when strength of field cured cylinders at the test age designated for measuring specified strength is less than 85 percent of that of companion laboratory cured cylinders. When laboratory cured cylinder strengths are appreciably higher than the specified strength, field cured cylinder strengths need not exceed the specified strength by more than 500 psi (3400 kPa) even though the 85 percent criterion is met.
When it appears that the laboratory cured specimens will fail to meet the requirements for strength, the Engineer has the right to reject the concrete, change the mix proportions, or both at the contractor expense. The
strengths of any specimens cured on the job are to indicate the adequacy of protection and curing of the concrete and may be used to determine when the forms may be stripped, shoring removed or the structure placed in service. When the strengths of the job cured specimens are below those specified above, the Contractor must improve the procedures for protecting and curing the concrete.
In addition, when concrete fails to meet the requirements above or when tests of field cured cylinders indicate deficiencies in protection and curing, the Owner’s representative may order tests on the hardened concrete under Chapter 17.3 of ACI-301 or order load tests in Chapter 20 of the ACI Building Code (ACI 318) for that portion of the structure where the questionable concrete has been placed. No additional compensation is allowed for load tests or coring. In the event the load or core tests indicate that the structure is unsatisfactory, make all modifications as directed by the Engineer to make the structure sound.
Air Content Tests
The certified testing technician will, during each strength test, check the air content by either the “Method of Test for Air Content of Freshly Mixed Concrete by the Pressure Method” (ASTM C231), “Method of Test for Air Content of Freshly Mixed Concrete by the Volumetric Method” (ASTM C173) or “Method of Test for Unit Weight, Yield and Air Content (Gravimetric) of Concrete” (ASTM C138).
Costs
All costs associated with furnishing, installing, and testing the foundations and excavation for direct embed structures shall be included in Bid Group L.
Group M: Site Preparation and Finishing
General
Grading shall include removal, stockpiling and reinstallation of Yard Surfacing rock in order to construct the new substation and demolish the existing facility.
Grading shall not commence until after the soils are free of frost, weather permits, the “Issued for Construction drawings have been issued and upon approval of the Owner.
Cost of bid items below shall be included under "Group M". All necessary structural excavation and backfill associated with the foundations shall be included under Group L.
Referenced Standards
ASTM International (ASTM)
C33, Standard Specification for Concrete Aggregates.
D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3).
D1557, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3(2,700 kN-m/m)).
D3786, Standard Test Method for Bursting Strength of Textile Fabrics--Diaphragm Bursting Strength Tester Method.
D2487, Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System)
D4253, Standard Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table.
D4254, Standard Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density.
D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles.C33-11a, Standard Specification for Concrete Aggregates
A929-07, Standard Specification for Steel Sheet, Metallic-Coated by the Hot-Dip Process for Corrugated Steel Pipe
Site Protection
Contractor shall protect existing surface and subsurface features on-site and adjacent to site as follows:
Provide barricades, coverings, or other types of protection necessary to prevent damage to existing items indicated to remain in place.
Contractor to verify location of utilities with utility locate.
Maintain free of damage, existing foundations, structures, fences and pavement, not indicated to be removed.
Any item known or unknown or not properly located that is inadvertently damaged shall be repaired to original condition.
All repairs to be made and paid for by Contractor.
Maintain stockpiles and excavations in such a manner to ensure overhead line clearance and inconvenience or damage to on-site structures or on adjoining property.
Avoid surcharge or excavation procedures which can result in heaving, caving, or slides.
Salvageable Items
Carefully remove items to be salvaged, and store on Owner's premises unless otherwise directed on Specification Drawings.
Waste Materials
Dispose of waste materials, legally, off site. Burning, as a means of waste disposal, is not permitted.
Mobilization (Bid Item M1)
General
Contractor shall provide all labor, material, and heavy equipment necessary to prepare and finish subgrade as required for the substation site as shown on the Specification Drawings.
Costs
All costs incident with site mobilization shall be included under Bid Item M1.
Secondary Oil Containment Barrier (Bid Item M2)
Material
Barrier shall be furnished and installed by Contractor.
Barrier system shall be procured by Contractor from Basic Concepts (BCI) as shown on BCI quote #132-21002.
Installation
Contractor shall provide labor, material, and heavy equipment necessary to install the barrier system as shown on Specification Drawings and in full accordance with BCI installation documentation.
Contractor is responsible for supplying, offloading and installation of material.
This material is intended to provide the necessary drain field to minimize fire hazard due to failure of oil-filled equipment, control earth potentials under fault conditions, control vegetation, and provide a neat and dust-free finish surface.
Costs
All costs incident to procuring and installing the Oil Containment Barrier shall be included under Bid Item M2.
Herbicide (Bid Item M3)
Material
DuPont "Krovar I", or equal.
Contractor shall provide all materials, labor and equipment for applying herbicide to the area of the substation yard surfacing material as shown on the drawings.
Execution
Application shall be handled and applied in accordance with manufacturer's recommendations. Prior to application, Contractor shall dye the solution with an inorganic, water soluble dye to temporary mark areas covered with herbicide.
Group N: Fence
General
Contractor shall furnish and install a complete substation fence as depicted on the "Foundation and Fence Plan".
Contractor shall furnish all required labor, equipment and material to build or revise existing fencing or make new additions as shown on the Specification Drawings. This includes removal of existing fence and construction of new fence, including gates.
Fence shall be constructed in a workmanlike manner.
Contractor shall employ competent fence erectors to install fence and accessories.
Fence fabric and barbed wire shall be stretched according to manufacturer's instructions, leaving no slack and forming a neat appearance.
Referenced Standards
ASTM International (ASTM)
Material standards
Tests for Weight of Coating on Zinc-Coated (Galvanized) Iron or Steel Articles: ASTM-A90.
Pipe, Steel, Black and Hot Dipped Zinc Coated, Welded and Seamless: ASTM-A53.
Zinc-Coated (Galvanized) Steel Barb Wire: ASTM-A121.
Hot Galvanized Coatings on Products Fabricated from Rolled, Pressed and Forged Steel Shapes, Bars and Strip: ASTM-A123.
Specification for Zinc-Coating (Hot Dip) on Iron and Steel Hardware: ASTM-A153.
Zinc-Coated Steel Chain Link Fence Fabric: ASTM-A392.
Specification for Steel Sheet, Zinc-Coated (Galvanized) by Hot Dip Process, Structural (Physical) Quality: ASTM-A653.
Specification for Steel Sheet, Zinc-Coated (Galvanized) by Hot Dip Process, General Requirements: ASTM-A653.
Specification for Sheet and Strip, Hot Rolled Structural Quality: ASTM-A1011.
Standard Specification for Fence Fittings: ASTM-F626.
Specifier: Delete following if aluminized items are not an option.
Standard Specification for Aluminum - Coated Steel Chain Link Fence Fabric: ASTM-A491.
Standard Specification for Aluminum - Coated Steel Barbed Wire: ASTM-A121.
Standard Test Method for Weight of Coating on Aluminum - Coated Iron or Steel Articles: ASTM-A428.
Standard Specification for Metallic-Coated Steel Wire for Chain Link Fence Fabric: ASTM-A817.
Standard Specification for Metallic-Coated Marcelled Tension Wire for Use with Chain Link Fence: ASTM-A824.
Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated (Galvanized) Welded, for Fence Structures: ASTM-F1083.
Standard Specification for Strength Requirements of metal Posts and Rails for Industrial Chain Link Fence: ASTM-F1043.
Standard Specification for Industrial and Commercial Swing Gates: ASTM-F900.
Standard Specification for Industrial and Commercial Horizontal Slide Gates: ASTM-F1184.
Standard Practice for Installation of Chain Link Fence: ASTM-F567.
Conflicts
Where conflicts are present between referenced standards, the standard establishing more stringent requirements shall be followed.
Substation Chain Link Fence (Bid Item N1)
Material
Like items of materials to be the end products of one manufacturer.
Pipe sizes indicated are commercial pipe sizes.
Open seam material not allowed.
All posts to be zinc-coated.
Framework
Steel pipe conforming to ASTM-F1043 Group IC, unless otherwise specified on the Specification Drawings.
Zinc external coating per ASTM-F1083
Performance criteria
All pipe shall meet performance criteria in accordance with ASTM-B117.
Exterior: 1000 hours with a maximum 5% red rust.
Interior: 650 hours with a maximum of 5% red rust.
Dimensions and weights
Framework Size Outside Dia. (OD)
Type I Steel Weight LBS/FT
1-5/8 IN 1.842-3/8 IN 3.122-7/8 IN 4.643-1/2 IN 5.71
4 IN 6.566-5/8 IN (Sch. 40) 18.97
Terminal posts (end, corner and angle)
2-7/8 IN OD steel pipe.
Of sufficient length to permit minimum 36 IN to be set in concrete footing.
Line posts
2 3/8 IN OD steel pipe.
Of sufficient length to permit minimum 36 IN to be set in concrete footing.
Top and mid rails
Minimum 1-5/8 IN OD steel pipe.
Provide expansion couplings of outside sleeve type which provide rigid attachment and allow for anticipated movement.
Interrupt rails only at posts.
Gate posts
For gates 120 IN or less: 4 IN OD steel pipe.
For gates greater than 120 IN: 6 IN OD, Type 1, steel pipe.
Of sufficient length to permit minimum 36 IN to be set in concrete footing.
Gate post strength to support gate without sagging in open or closed position.
Fabric
84 IN high, nominal.
Zinc-coated, ASTM-A116, Class 2, minimum 2 OZ/SF.
Woven steel wire; 2 IN diamond mesh; 11 mm2 9 GA.
Minimum tensile strength after coating: 70,000 PSI.
Twisted and barbed at top selvages.
Galvanize after fabrication.
One piece wide fabric.
Bottom Tension Wire
Wire shall be 7 gauge spiral galvanized tension wire.
Wire shall be installed at bottom of fabric and tensioned to prevent lateral deflection of fabric.
Barbed wire
Zinc-coated, ASTM-A121, Class 3, 0.80 OZ/SF minimum.
Two strand wire, 6 mm2, 12.5 GA, 4-point barbs at 5 IN spacing.
Provide sharp barbs tightly wrapped around uniformly twisted wires, 6 mm2, 12.5 GA.
Concrete
See Section 3.13.4.1.
Fittings
Malleable steel, cast iron, or pressed steel.
Zinc-coating for hardware and accessories: ASTM-A153, minimum 1.8 OZ/SF; on miscellaneous items: ASTM-A53, minimum 1.8 OZ/SF.
Fittings include extension arms for barbed wire, tension bars and bands, clips, truss rod assemblies, boulevard clamps, brace bands, hardware, fabric fasteners and accessories.
Tension (stretcher) bar
Minimum 3/16 x 3/4 IN, steel.
One -piece lengths equal to full height of fabric.
Tension (stretcher) bar bands
Minimum 1/8 x 3/4 IN, steel.
To secure tension bars to post; not spaced greater than 15 IN OC.
Post tops
Steel, wrought iron, or malleable iron, designed as weathertight closure cap, one cap per post.
Provide mechanical attachment to prevent unauthorized removal.
Bracing
Compression and tension members.
Compression: 1-1/4 IN steel pipe.
Tension: 3/8 IN diameter steel truss rod with turnbuckles; capable of withstanding 2000 LBS tension.
U-bolts
3/8 IN U-bolts, galvanized or zinc-coated.
Extend 6 IN into concrete grade beam.
Set at third points between posts.
Boulevard clamps
Two piece clamp with carriage bolt.
Brace Bands
Bands, 5/8 x 1/8 IN with carriage bolt.
Ties and stakes
For tying fabric to posts and rails: ASTM-F626.
Provide 5 IN long, 6 GA aluminum, double loop bar wire ties, or C-ring ties.
Attach every 20” of post length.
Miscellaneous items and materials
Consistent in quality with materials listed above.
Provide as required to complete fence installation.
Gates
Frames shall have a minimum 1-5/8 IN OD steel pipe, 2.72 LB/LF, weld corners.
Provide 3’ wide equally split mangate, full height of truck gate as shown on Specification Drawings.
Fasten fabric with adjustable hook bolts on every side.
Provide tension rods as shown on Specification Drawings.
Fabricate pipe style slide latch from 12” receiving channel.
Fabricate with padlock hasp for Owner furnished padlock for sliding gates.
Fabricate with padlock hasp for Owner furnished padlock.
Provide 3 strands of barbed wire fastened to extended vertical of gate frame.
Gate Hardware
Hinges
Latches and stops
Hold-open-stop
Inspection
Verify suitability of areas to accept installation.
Ground surface should allow fence construction with gap of no more than 2 IN between bottom of fabric and finished grade.
Installation constitutes acceptance of responsibility for performance.
Installation
General
Post holes
Post burial depth
Set posts in minimum 3000 PSI concrete.
Plumb posts to 1/4 IN in 10 FT.
Slope or dome concrete top to shed water.
Space line posts equally not over 10 FT OC.
Install terminal posts at ends and corners of runs and wire pull stations.
Provide bracing assemblies between terminal posts and line posts adjacent to terminal posts.
Locate compression members at mid-height of fabric.
Extend diagonal tension members from compression members to bases of posts.
Provide rails with expansion couplings at not more than 50 FT OC.
Provide top rail.
Provide center rails.
Install bracing assemblies at all end and gate posts and at both sides of corner and pull posts.
Horizontal fabric joints are not allowed.
Pull post spacing, maximum 300 FT from terminal or corner post or between pull post.
Swinging gate
Fabric
Tension bars
Barbed or tension wire
Supports
Costs
All costs incident to the complete chain link fence enclosure, including all materials, excavation, concrete, and erection labor, shall be included under Bid Item N1.
Group O: Station Grounding
Material
Contractor shall furnish and install a complete station ground mat as specified herein and as depicted on the Specification Drawings.
Drawings showing all structure and subgrade grounding details, complete with material item numbers, will be supplied by the Owner. Any material not supplied by the Owner shall be supplied by the Contractor.
Subgrade Grounding (Bid Item O1)
Material
Contractor shall furnish and install a complete station ground mat as specified herein and as depicted on the Specification Drawings.
Installation
Location of all required subgrade grounding is depicted on the Specification Drawings.
Station and fence ground grid shall consist of #4/0 AWG soft-drawn, seven or nineteen strand copper conductors with driven ¾’’ inch x 10 foot copper-clad steel ground rods. Splices shall be minimized. Provide Cadweld, or equal subgrade ground connections.
Ground mat shall be buried a minimum of 18 inches below top of aggregate base subgrade. All trenches shall be backfilled with existing material and shall match grading cross-section callouts and compaction.
Fence, Structure and Equipment Grounding (Bid Item O2)
Material
The Contractor shall furnish and install all fence, structure and equipment grounding as shown on the Specification drawings.
Material item numbers are called out in the Specification Drawings.
Steel structure, switch operators and equipment shall be connected to the main ground grid with #4/0 AWG soft drawn copper conductor, as indicated on the drawings.
Contractor shall provide all required ground terminal connectors for all Owner-furnished power equipment. In addition, Contractor shall provide ground terminal lugs for all equipment provided under this contract.
Structural steel grounding clamps shall be provided and installed by the Contractor to ground base of all steel structures and at tap locations for equipment grounds. Support of conductor at other intermediary points on structure shall be accomplished with tower clamps or galvanized ground wire clips. Grounding clamps shall be as specified on the Specification Drawings.
All required ground terminal lugs and ground support clamps will be supplied with Owner-Furnished equipment. Contractor shall supply ground terminal lugs, Anderson
Type ULS, or equal; for all equipment furnished under this contract.
Cable to pipe fence ground clamps shall be U-bolt design, Burndy Type GD, or equal. Furnish bronze bolted connectors, Fargo GC 5000 series, or equal for fence barbed wire grounds. Furnish extra-flexible tinned copper braid, of required length, for grounding all truck and pedestrian gates.
Flexible copper braids and U-bolt clamps for grounding air break switch operating rods and handles are covered under Group A.
Installation
The Contractor shall furnish and install all fence, structure and equipment grounding as shown on the Specification Drawings.
Points of attachment of ground conductor to steel structure and equipment shall not be spaced more than 4 feet apart to insure adequate connection and neat appearance.
Wherever possible and practicable, ground wire shall be a continuous conductor. Splices at intermediate tower clamps are undesirable and generally not approved. Connections to surge arresters and steel static masts shall consist of two paths from the equipment to the main ground grid. For surge arresters, such connections shall consist of a continuous loop extending up one structure leg (or corner of equipment) across to each arrester and down the opposite side.
Testing
Contractor shall test ground mat connections by performing a continuity test of each equipment and structure grounding conductor to the buried ground mat. Continuity shall be tested prior to attachment of the ground conductor to structure or equipment.
Once ground mat has been installed and all steel structures have been erected and before any transmission lines are installed, the Contractor shall perform an overall ground mat resistance test to earth by the three point fall of potential method as described in IEEE Standard 80.
Costs
All costs associated with furnishing and installing the subgrade, fence, structure, and equipment grounding shall be included in Bid Item O1.
Group P: Control Building
Control Building (Bid Item P1)
General
The Owner will furnish a pre-assembled steel control building with wiring, lights, switches, cable trays, wireways, breaker panels, receptacles, heaters, smoke detectors, exit signs, etc. installed by the manufacturer.
Description
Building outside dimensions are approximately 14’-0” wide x 30’-0” long. Manufacture drawings can be found in Appendix B.
Unloading and Installation
The Contractor shall furnish a crane and operator to unload the control house. The Contractor shall be responsible to coordinate the schedule of the crane and operator.
The Contractor shall furnish all labor and equipment, in addition to the crane and operator, required to unload the control house and associated equipment from the truck. Unloading shall not commence prior to completion of material receiving report.
The Contractor shall furnish all labor and equipment to install the building
Gutters and Downspouts
Contractor shall install supplied guttering and downspouts as shown on the Manufacture Drawings.
Gutter and downspout hanger spacing shall be a maximum of four feet. All attachment hardware and other accessories required for a complete installation shall be furnished and have a finish matching the gutter and downspout finish. All joints and ends shall be water-tight upon completion of installation.
Downspouts shall not be placed so that it allows stormwater to enter cable trench.
The Contractor shall furnish and install a 12”x36” concrete splash block for each downspout as shown on the Specification drawings.
Furnishings
All furnishings shall be furnished and installed by the Owner.
Safety Equipment
All control house safety equipment shall be furnished with the enclosure and installed by the Contractor.
Costs
All costs associated with installation of the control house shall be included under Bid Item P1.
Group R: AC & DC Distribution Equipment
General
Contractor shall provide all labor and materials for a complete installation of AC & DC distribution equipment.
AC Panelboards
The AC panelboards will be supplied and installed by the control building manufacturer.
Contractor shall label all circuits on the provided circuit directory card on the inside of the door.
Station Battery (Bid Item R1)
Contractor shall furnish and install 125-volt station battery with the following ratings and accessories:
100 Amp-hour capacity at 8-hour discharge rate to 1.75 V per cell final at 25 degrees Centigrade. The rated float charge voltage shall have a range of 2.15 to 2.25 volts per cell. Plate composition shall be lead calcium or lead selenium.
Stationary sealed lead acid general purpose cells, Enersys 3CC-5M.
Inter-cell and inter-step connections, terminal connectors for connection of the battery's main positive and negative terminals to #4/0 AWG copper power cable.
One (1) two step battery rack Enersys UC2L2S084AP with a spill containment system.
Provide and install all battery accessories required by OSHA including:
Battery Charger/Eliminator (Bid Item R2)
Contractor shall furnish and install 125-volt station battery charger/eliminator with the following ratings and accessories:
Input Voltage ..... 240 VAC
Output Voltage .. 130 VDC
Amperage ......... 16 Amps
Filtering ............. Battery Eliminator
Catalog Number..ATEVO1130016E240SSX5XXXXG1
Temperature Compensation Probe ............. (50’) EJ5304
Mounting Surface
Options Wall mount w/ Isolation Bushings
Battery Disconnect Switch
The battery disconnect switch will be furnished and installed with the control building.
DC Panelboard
The DC panelboards will be supplied and installed with the control building.
Contractor shall label all circuits on the provided circuit directory card on the inside of the door.
Control Building Conduit, Raceway and Wiring Devices (Bid Item R3)
General
This bid item shall include all items as described below for the control building only. It does not include conduit and wiring devices to be imbedded in buildings concrete foundation; these devices are included under Section 3.12.5.2, Foundations.
Materials
Materials shall include all conduit, wireway, trough, junction boxes, miscellaneous wiring devices and hardware to make a complete installation of all control building electrical fixtures and power equipment shown on the Specification Drawings.
Provide materials as shown in the "Power Equipment Wiring and Device List" and "Control Building Layout". Additional hardware details are shown on the "AC and DC Power Distribution Details".
Installation
Each wiring device shall be installed to provide adequate support for the device itself, as well as for fixtures and hardware attached thereto. Care shall be taken that wire and cable is protected from physical damage to insulation. Any sharp edges or other potential hazards shall be corrected prior to the installation of wire and cable.
Fixtures shall be attached to interior walls by use of flush mounted metal boxes. Conduit runs shall be routed inside walls or over ceiling panels. Conduit runs for ceiling
mounted and pendant mounted fixtures shall be located in attic space.
Should the building's design preclude routing of conduit as described above, conduit boxes and runs may be attached to the interior wall surface with conduit straps spaced at a maximum of four feet.
Arrange conduit to run perpendicular and on right angles to building structural members. Vertical raceways shall be plumb.
Arrangement of control building equipment and fixtures is shown on the "Control Building Plan & Elevations".
Control Building Lighting and Devices
The control building lighting and devices will be supplied and installed with the control building.
Station Yard Lighting (Bid Item R4)
Exterior Lights
Contractor shall install Owner Furnished luminaries and all required installation hardware as shown on the Specification Drawings.
Costs
All costs for installation of station yard lighting shall be included under the Bid Item R3.
Group S: Signs and Safety Markers (Bid Item S1)
General
Contractor shall furnish and install signs as specified below. Signs shall be warranted for a minimum period of twenty (20) years.
High Voltage Signs
High Voltage Warning signs will be furnished and installed by the Contractor.
High voltage signs shall be installed on the fence and gates as shown on the foundation plan.
Furnish (4) 14” x 20” polycarbonate with indelible printing signs.
Warning signs should be mounted with the top of the sign height measuring 5 feet above finish grade.
Phase Identification Signs
Phase signs shall be furnished and installed by the Contractor as shown on the General Arrangement plan.
Phase identification signs shall be located under each phase as specified on the Specification Drawings.
Furnish (14) sets.
Signs shall be 4in. x 4in., UV resistant, adhesive backed and colored as follows:
A Phase: white lettering on a red background.
B Phase: black lettering on a white background.
C Phase: white lettering on a blue background.
Equipment Signs
Equipment signs shall be adhesive backed, UV resistant, reflective with 20 year warranty.
Furnish (20) 6in. x 4in signs with lettering to be determined to identify substation equipment.
Furnish (400) 2.5” reflective number signs to be used to identify structure and pad mount switches.
Group T: 15kV URD Cable & Equipment
General
Contractor shall provide labor for a complete installation of the 15kV primary URD distribution equipment, cable pulling, and terminations.
At Contractors discretion, a subcontractor specializing in distribution work may be utilized. Submit name and resume of Subcontractor for Owner approval.
Cable and terminations are Owner Furnished.
Pad mount Distribution Switchgear (Bid Item T1)
The Contractor will install the Owner Furnished pad mount Switchgear units shown on the specification drawings.
URD Cable Installation (Bid Item T2)
The Contractor shall provide all labor and equipment necessary for pulling and terminating URD cable from Metering Stand risers to station service transformers shown on the specification drawings.
URD Cable Installation (Bid Item T3)
The Contractor shall provide all labor and equipment necessary for pulling and terminating URD cable from Distribution Structure risers to pad mount switchgear and switchgear interconnects as shown on the specification drawings.
URD Cable Installation (Bid Item T4)
The Contractor shall provide all labor and equipment necessary for pulling URD cable from pad mount switchgear through existing manholes and conduit to distribution risers outside of the substation as shown on the specification drawings.
Contractor shall coordinate with the City of Powell to determine correct conduits and locations to pull new URD to feed existing distribution circuits.
Outages and sequencing shall be determined by City of Powell.
Removal of existing distribution cable shall be determined by City of Powell and completed by Contractor.
City of Powell shall furnish and install new sectionalizing cabinets or riser conduits where required.
Costs
All costs associated with installing the feeder conduits within the substation and splicing onto existing manhole conduits shall be included under Group K.
Group V: Miscellaneous
Equipment Removal and Disposal (Bid Item V1)
The contractor shall be responsible for the removal and disposal, unless noted otherwise, of the existing substation equipment as shown on the specification drawings and outlined below.
Contractor shall furnish all heavy equipment, transport vehicles, cranes, and loaders required to remove equipment and foundations and restore the site to as-new condition for phase two construction.
Items indicated as being disposed of become the property of the Contractor to be recycled, sold, or sent to an appropriate disposal facility. Contractor shall retain proceeds of recycled or sold equipment and apply as a credit to the Vining Substation project.
Items indicated as remove and store as spare shall be transported to Owners storage yard adjacent to the substation facility.
Substation drawings of the existing facility will be made available to Contractor for estimating purposes.
Costs
Costs associated with removal and disposal of existing station equipment shall be included under the following Bid Items
Structure & Bus – bid item VA
3Ø GOAB Switches – bid item VB
Surge Arresters – bid item VC
Single Pole Disconnect Switches – bid item VD
Circuit Breakers – bid item VE
Instrument Transformers – bid item VG
Power Transformers – bid item VH
Voltage Regulators – bid item VI
Conduit and Cable – bid item VK
Foundations – bid item VL
15kV URD Cable – bid item VT
Group W: Testing/Checkout/Energization
General
The Owner will furnish field service engineer to test, checkout and energize the substation.
The Contractor shall furnish qualified casual labor to assist this work.
The Contractor will be required to furnish temporary power, as outlined in Section 2.4.5, until the substation has been energized.
Power Equipment Testing
The Owner will furnish a field service engineer to test all of equipment.
Field service contact information will be provided to Contractor by Owner.
The Contractor shall coordinate testing of the equipment with field service engineer and furnish casual labor to assist this work.
Relay Testing and Calibration
The Owner will furnish a field service engineer to test and calibrate all the relays.
The Contractor shall coordinate testing of the relays with the Owner and furnish an electrician for casual labor to assist this work.
Equipment Operational Checks
The Owner will furnish a field service engineer to check the operation of all equipment.
The Contractor shall coordinate the operational checks of the equipment with the Owner and furnish an electrician for casual labor to assist this work.
Checkout/Energization
The Owner will furnish a field service engineer to complete the checkout and energize the substation.
The Owner will notify the Contractor of the date for energization and the Contractor shall furnish casual labor to assist this work.
Costs
All contractor costs associated with Testing/Checkout/Energization shall be included under bid item W1.
APPENDICES
Appendix A - Specification Drawings
See attachment.
00250-1
DOCUMENT 00250 GEOTECHNICAL DATA PART 1 DESCRIPTION 1.1 In the preparation of plans and specifications, ENGINEER has relied upon site
observation during recent onsite test pits and recent construction activities in the vicinity of the substation. A copy of supporting information is included as pages 00250-3 through 00250-8.
1.2 DISCLAIMER A. The information contained in the above-referenced document is being
made available to the CONTRACTOR solely for his information and convenience. The information and data contained in the above-referenced documents do not constitute a part of the Contract.
B. Neither the OWNER, the ENGINEER, nor the GEOTECHNICAL
CONSULTANT represents that the information being made available shows the complete range of conditions that will be encountered in the construction of the Project. The information furnished in the referenced document represents lonely the opinion of the OWNER, the ENGINEER, and the GEOTECHNICAL CONSULTANT as to the character of materials encountered during field investigations.
C. The OWNER, the ENGINEER, and the GEOTECHNICAL CONSULTANT
disclaim responsibility for any opinion, conclusions, interpretations, or deductions that may be expressed or implied in any of the information and data contained in the referenced document, it being expressly understood that the marking of deductions, interpretations, and conclusions is the CONTRACTOR’S sole responsibility.
1.3 GENERAL SOIL AND GROUNDWATER CONDITION SUMMARY
The following is a summary that indicates the groundwater and soil conditions that have been encountered during recent construction projects on Absaroka Street eight blocks west, on Seventh Street two blocks east, and onsite. This information is provided to help bidders understand the variation in groundwater levels and soils that may be encountered during the project. Bidders should perform their own investigation of conditions if they feel additional data is needed to facilitate a complete understanding of local conditions that may affect the character of the work being performed.
Soils observed while installing an infiltration basin two blocks west of the substation included six inches of imported gravel over 24 inches of clayey sand overlaying six feet of 8-inch minus sandy gravel with cobble. No groundwater was observed in the eight-foot deep excavation. Soils observed while reconstruction was completed on Absaroka Street were like those at Seventh Street. The upper soils strata found below 12 inches to 18
00250-2
inches below the road was clayey sand. Depth of this layer varied from four feet at Seventh Street down to non-existent at locations between First and Third Street. The soil underlying the clayey sand was an eight-inch minus sandy gravel with cobble to a depth of 10 feet. No groundwater was encountered during construction on Absaroka Street. Reported depth of groundwater from bores taken prior to the project varied from 8.4 feet to over 10 feet deep. The resistance of the clayey sand was measured at 910 ohms and the sandy gravel was measured to be 1340 ohms on Absaroka Street. Two test holes were dug at the Vining Substation to confirm the site soils are consistent with those observed during nearby construction projects at 7th Street and on Absaroka Street. The top layer was a 2-inch layer of imported crushed base over an 8-inch layer of 2” minus gravel that appeared to be imported, over an 18-inch layer of clayey sand, over a 4-inch minus sandy gravel with cobbles. One test hole was excavated to 10 feet deep and no groundwater was found.
We recommend the following: Sub-excavating and removing the existing imported materials and underlying clayey sands down to the underlying sandy gravels. Scarifying and compacting existing sandy gravels to greater than 95% of maximum dry density within ±3% of optimum moisture content. Filling the remaining excavation area to within six inches of proposed finished grade with imported non-plastic pit run gravels compacted to greater than 95% of maximum dry density within ±3% of optimum moisture content. A high resistance polyethylene separation material can be installed on top of the pit run gravel if needed. The top six inches of fill should be comprised of a non-plastic Grading W crushed base compacted to at least 98% of maximum dry density within ±3% of optimum moisture content. The phi of the existing sandy gravel is more than 33 degrees and the presumptive bearing pressure is more than 4,000 pounds per square foot. The minimal swell potential exists in the sandy gravel soil at this site. A minimum of four density tests per material type is recommended during construction. Reinforcing inspections are recommended prior to any concrete placement. A minimum of a 6-inch thick Type A concrete meeting the requirements established shown on the City of Powell Standards should be used for all concrete on the site. A minimum of one concrete test should be completed on each day of concrete placement and every 50 cubic yards of concrete placed. 12/12/19
Tested By: JDF Checked By: CAS
Client:Project:
Project No.: Figure
City of Powell
Vining Electrical Substation
19082.01 Task 9 1.1
SYMBOL SOURCE SAMPLE DEPTH Material Description USCSNO. (ft.)
SOIL DATA
PER
CEN
T FI
NER
0
10
20
30
40
50
60
70
80
90
100
GRAIN SIZE - mm.
0.0010.010.1110100
% +3" % Gravel Coarse% Sand
Fine Silt% Fines
Clay0.00.00.00.9 70.5 12.1 14.8 1.7
10.5 83.7 2.0 3.3 0.5
6 in
.
3 in
.
2 in
.1½
in.
1 in
.¾
in.
½ in
.3/
8 in
.
#4 #10
#20
#30
#40
#60
#100
#140
#200
Particle Size Distribution Report
Test Hole #1 1-A 0' to 0.2' Imported Gravel - Not Tested SC
Test Hole #1 1-B 0.2' to 1' Imported Unclassified gravels, light color, 2" minus - Not Tested GP
Test Hole #1 1-C 1' to 2.5' Orange Clayey Sand with gravel, Frost 2 Ft - Not Tested SC
Test Hole #1 1-D 2.5' to 7' Dark Grey 4-inch minus Sandy gravel with rounded cobble - Tested GW
Test Hole #1 1-E 7' to 10'+ Dark Grey 6-inch minus Sandy gravel with rounded cobble - Tested GW
00250-3
Tested By: JDF Checked By: CAS
Client:Project:
Project No.: Figure
City of Powell
Vining Electrical Substation
19082.01 Task 9 1.2 AASHTO
SYMBOL SOURCE SAMPLE DEPTH Material Description AASHTONO. (ft.)
SOIL DATA
PER
CEN
T FI
NER
0
10
20
30
40
50
60
70
80
90
100
GRAIN SIZE - mm.
0.0010.010.1110100
% +3" % Gravel Coarse% Sand
Fine Silt% Fines
Clay0.00.00.00.9 70.5 12.1 14.8 1.7
10.5 83.7 2.0 3.3 0.5
6 in
.
3 in
.
2 in
.1½
in.
1 in
.¾
in.
½ in
.3/
8 in
.
#4 #10
#20
#30
#40
#60
#100
#140
#200
Particle Size Distribution Report
Test Hole #1 1-A 0' to 0.2' Imported Gravel - Not Tested
Test Hole #1 1-B 0.2' to 1' Imported Unclassified gravels, light color, 2" minus - Not Tested
Test Hole #1 1-C 1' to 2.5' Orange Clayey Sand with gravel, Frost 2 Ft - Not Tested
Test Hole #1 1-D 2.5' to 7' Dark Grey 4-inch minus Sandy gravel with rounded cobble - Tested A-1-a
Test Hole #1 1-E 7' to 10'+ Dark Grey 6-inch minus Sandy gravel with rounded cobble - Tested A-1-a
00250-4
Client:Project:
Project No.: Figure
City of PowellVining Electrical Substation
19082.01 Task 9 1.3
SYMBOL SOURCE SAMPLE DEPTH Material Description AASHTONO. (ft.)
SOIL DATA
PER
CEN
T FI
NER
0
10
20
30
40
50
60
70
80
90
100
GRAIN SIZE - mm.
0.0010.010.1110100
% +3" % Gravel Coarse% Sand
Fine Silt% Fines
Clay0.00.00.0
6 in
.
3 in
.
2 in
.1½
in.
1 in
.¾
in.
½ in
.3/
8 in
.
#4 #10
#20
#30
#40
#60
#100
#140
#200
Particle Size Distribution Report
Test Hole #2 2-A 0' to .2' Imported Gravel - Not Tested
Test Hole #2 2-B 0.2' to 1' Subbase Unclassified gravels, light color, 2" minus - Not Tested
Test Hole #2 2-C 1' to 2' Orange Sandy Silt with gravel, Frost 2 Ft - Not Tested
Test Hole #2 2-D 2' to 4'+ Dark Grey 6-inch minus Sandy gravel with rounded cobble -
Tested
00250-5
ENGINEERING ASSOCIATESA Wyoming Corporation P.O. BOX 1900 ♦ 902 13TH STREET
CODY, WYOMING 82414SIEVE ANALYSIS per ASTM C136 307-587-4911 ♦ FAX 587-2596
DRY X WASH
DATE
LAB TESTED AT
LOCATION SAMPLED
SAMPLED BY
JOB #
CLIENT
Moisture ContentPAN WEIGHT 2055.7 GRAMS PAN WEIGHT GRAMS
TOTAL SAMPLE WEIGHT (WET) + PAN 24629.93 GRAMS A. TOTAL SAMPLE WEIGHT (DRY) + PAN GRAMSTOTAL SAMPLE WEIGHT (DRY) + PAN 23717.60 GRAMS B. WT. PASS. #4 + PAN GRAMS
MOISTURE CONTENT = 4.21% % C. WT. RET. ON #4 (C=A-B ) GRAMS Moisture Content=(Wet-Dry)/(Dry-Pan)*100
D. QUARTERED OR SPLIT COARSE AGG. SAMPLE (SOIL WITHOUT PAN) 13812.90 GRAMS
E. SPLIT-FINE AGG. SAMPLE-DRIED BEFORE WASH (SOIL WITHOUT PAN) 1139.07 GRAMS (300g min.)
F. FINE AGG. SAMPLE-DRIED AFTER WASH (SOIL WITHOUT PAN) 1139.07 GRAMS
G. -No. 200 LOST DURING WASH (G=E-F ) 0 GRAMS
H I J K L M N O H/Q*100 I * S K/V*100 L * T J + M 100 - S N
SIEVE WT. COARSE OVERALL WT. FINE OVERALL COMBINED OVERALLSIZE RET. PERCENT PERCENT RET. PERCENT PERCENT PERCENT PERCENT MEETS
(GM) RET. RET. (GM) RET. RET. RET. PASSING SPEC'S Min. Max.
4 0.00 0.00 0.00 0.0 0.00 0.00 100.0 NA - 100
2 460.54 3.34 2.13 0.0 0.00 2.13 97.9 NA
1 1/2 1222.21 8.86 5.65 0.0 0.00 5.65 92.2 NA
1 2239.82 16.24 10.35 0.0 0.00 10.35 81.9 NA
3/4 2148.56 15.57 9.93 0.0 0.00 9.93 71.9 NA
1/2 3019.21 21.88 13.96 0.0 0.00 13.96 58.0 NA
3/8 1635.95 11.86 7.56 0.0 0.00 7.56 50.4 NA
4 3069.61 22.25 14.19 0.0 0.00 14.19 36.2 NA
8 0.00 0.00 202.66 17.8 6.46 6.46 29.8 NA
16 0.00 0.00 145.27 12.8 4.63 4.63 25.2 NA
30 0.00 0.00 133.25 11.7 4.24 4.24 20.9 NA
50 0.00 0.00 296.46 26.1 9.44 9.44 11.5 NA
100 0.00 0.00 209.33 18.4 6.67 6.67 4.8 NA
200 0.00 0.00 97.58 8.6 3.11 3.11 1.7 NA
NA
NA
Pan 52.86
Q. Total 13795.90 R. Total 1137.41
S. % Retained on #4 T. % Passing #4 V. Fine Aggregate Weight Used for CalculationsS = C/A T = B/A V = G + R
S = 0.6377 T = 0.3623 V= 1137.41 GRAMS
The Error on the Coarse Sieve is 0.12%**The Error on the Fine Sieve is 0.15%***Note: S + T = 1.0000
* Means to multiply.
P:\2019\19082.01 - City of Powell - General\19082.01 Task 9 - City of Powell Vining Substation\Sieves\[Sieve Form 3.0 Deep Test Pit.xlsx]Sieve Form
QUANTITY REPRESENTED
REVIEWED BY
** The allowable error on the Coarse Sieve is 0.3% for acceptance purposes.
COARSE AGG. SAMPLE
23717.609904.70
EW
"Overall Percent Retained on the -No. 200" is the same number as the "Overall Percent Passing No. 200".
City of Powell
SPECIFICATION
COMBINED AGG. SAMPLE
2055.70
FOR USE
*** The allowable error on the Fine Sieve is 0.3% for acceptance purposes.
FINE AGG. SAMPLE
13812.90
Pan is the Weight of the Soil in the Pan after the Fine Aggregate Sieve.
% PASSING
TESTED BY
TEST #
SOURCE
JDF
12/5/2019
Cody
Vining Substation
1
On Site 3.0 Feet Deep EW
19082.01 Task 9
00250-6
ENGINEERING ASSOCIATESA Wyoming Corporation P.O. BOX 1900 ♦ 902 13TH STREET
CODY, WYOMING 82414SIEVE ANALYSIS per ASTM C136 307-587-4911 ♦ FAX 587-2596
DRY X WASH
DATE
LAB TESTED AT
LOCATION SAMPLED
SAMPLED BY
JOB #
CLIENT
Moisture ContentPAN WEIGHT 4236.53 GRAMS PAN WEIGHT GRAMS
TOTAL SAMPLE WEIGHT (WET) + PAN 35550.11 GRAMS A. TOTAL SAMPLE WEIGHT (DRY) + PAN GRAMSTOTAL SAMPLE WEIGHT (DRY) + PAN 34005.64 GRAMS B. WT. PASS. #4 + PAN GRAMS
MOISTURE CONTENT = 5.19% % C. WT. RET. ON #4 (C=A-B ) GRAMS Moisture Content=(Wet-Dry)/(Dry-Pan)*100
D. QUARTERED OR SPLIT COARSE AGG. SAMPLE (SOIL WITHOUT PAN) 27618.24 GRAMS
E. SPLIT-FINE AGG. SAMPLE-DRIED BEFORE WASH (SOIL WITHOUT PAN) 1008.20 GRAMS (300g min.)
F. FINE AGG. SAMPLE-DRIED AFTER WASH (SOIL WITHOUT PAN) 1008.20 GRAMS
G. -No. 200 LOST DURING WASH (G=E-F ) 0 GRAMS
H I J K L M N O H/Q*100 I * S K/V*100 L * T J + M 100 - S N
SIEVE WT. COARSE OVERALL WT. FINE OVERALL COMBINED OVERALLSIZE RET. PERCENT PERCENT RET. PERCENT PERCENT PERCENT PERCENT MEETS
(GM) RET. RET. (GM) RET. RET. RET. PASSING SPEC'S Min. Max.
6 0.00 0.00 0.00 0.00 0.0 0.00 0.00 100.0 NA - 100
2 4924.18 17.87 16.58 0.0 0.00 16.58 83.4 NA
1 1/2 5831.32 21.16 19.63 0.0 0.00 19.63 63.8 NA
1 4734.10 17.18 15.94 0.0 0.00 15.94 47.9 NA
3/4 3316.70 12.03 11.16 0.0 0.00 11.16 36.7 NA
1/2 3987.20 14.47 13.42 0.0 0.00 13.42 23.3 NA
3/8 1967.60 7.14 6.62 0.0 0.00 6.62 16.6 NA
4 2799.30 10.16 9.42 0.0 0.00 9.42 7.2 NA
8 0.00 0.00 179.33 17.8 1.29 1.29 5.9 NA
16 0.00 0.00 97.20 9.7 0.70 0.70 5.2 NA
30 0.00 0.00 90.27 9.0 0.65 0.65 4.6 NA
50 0.00 0.00 267.16 26.5 1.92 1.92 2.7 NA
100 0.00 0.00 207.44 20.6 1.49 1.49 1.2 NA
200 0.00 0.00 96.31 9.6 0.69 0.69 0.5 NA
NA
NA
Pan 68.82
Q. Total 27560.40 R. Total 1006.53
S. % Retained on #4 T. % Passing #4 V. Fine Aggregate Weight Used for CalculationsS = C/A T = B/A V = G + R
S = 0.9277 T = 0.0723 V= 1006.53 GRAMS
The Error on the Coarse Sieve is 0.21%**The Error on the Fine Sieve is 0.17%***Note: S + T = 1.0000
* Means to multiply.
P:\2019\19082.01 - City of Powell - General\19082.01 Task 9 - City of Powell Vining Substation\Sieves\[Sieve Form 7.5 Deep Test Pit.xlsx]Sieve Form
QUANTITY REPRESENTED
REVIEWED BY
** The allowable error on the Coarse Sieve is 0.3% for acceptance purposes.
COARSE AGG. SAMPLE
34005.646387.40
EW
"Overall Percent Retained on the -No. 200" is the same number as the "Overall Percent Passing No. 200".
City of Powell
SPECIFICATION
COMBINED AGG. SAMPLE
4236.53
FOR USE
*** The allowable error on the Fine Sieve is 0.3% for acceptance purposes.
FINE AGG. SAMPLE
27618.24
Pan is the Weight of the Soil in the Pan after the Fine Aggregate Sieve.
% PASSING
TESTED BY
TEST #
SOURCE
JDF
12/5/2019
Cody
Vining Substation
2
On Site 7.5 Feet Deep EW
19082.01 Task 9
00250-7
X2
H1
H2
X1X0
H3
X3X2
H1
H2
X1X0
H3
X3
X2
H1
H2
X1X0
H3
X3
NORTH SOUTH
BASELINE
EA
ST
W
ES
T
BA
SE
LIN
E
A
02
B
02
F
04
D
03
8'-0
"2
7'-6
"1
1'-6
"1
5'-0
"1
2'-0
"1
7'-0
"
E
04
7'-0
"7
'-0
"
13
'-6
"
29'-0" 30'-0" 12'-0"
14'X30'
CONTROL
HOUSE
C
04
9'-6
"
16
'-0
"
37'-3" 42'-6" 12'-3" 13'-9" 19'-0" 39'-0" 26'-0" 26'-0" 64'-3"
10'-0"
92'-0"
10'-0"
170
300
S SLIP BUS CONNECTION
F FIXED BUS CONNECTION
E EXPANSION BUS CONNECTION
CONTRACTOR FURNISHED MATERIALS
OWNER/ PACKAGER FURNISHED MATERIALS
LEGEND
NO.
NO.
REFERENCE DRAWINGS
GENERAL ARRANGEMENT - PHASE 1 GA-01-1
GENERAL ARRANGEMENT - REMOVAL GA-01-R
GENERAL ARRANGEMENT - ULTIMATE GA-01-2
GENERAL ARRANGEMENT - ELEVATIONS A & B GA-02
GENERAL ARRANGEMENT - ELEVATIONS C & D GA-03
GENERAL ARRANGEMENT - ELEVATIONS E & F GA-04
FOUNDATION AND FENCE - PLAN VIEW FD-01
CONDUIT AND CABLE - PLAN VIEW CC-01
GROUNDING - PLAN VIEW GD-01
STRUCTURAL STEEL - PLAN VIEW SS-01
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
GENERAL ARRANGEMENT
PLAN VIEW
PHASE 1 LAYOUT
VNEGA01D1
1" = 15'-0"GA-01-1
D. SESSOMS
B. BLEDSOE
A 01/22/21 ISSUED FOR MATL BID
B 02/11/2021 ISSUED FOR BID
ISSUED FOR BID
1. ALL DIMENSIONS REFERENCED TO TOP OF CONCRETE AND
DOES INCLUDE 2" FOR LEVELING.
2. TRANSMISSION LINE INSTALLATION BY OTHERS.
SUBSTATION CONTRACTOR SHALL INSTALL JUMPER.
3. DAMPING CABLE TO BE INSTALLED IN HORIZONTAL BUS
LONGER THAN 8 FEET.
NOTES:
X2
H1
H2
X1X0
H3
X3X2
H1
H2
X1X0
H3
X3
NORTH SOUTH
BASELINE
EA
ST
W
ES
T
BA
SE
LIN
E
13
'-6
"1
6'-0
"1
0'-0
"1
5'-0
"1
2'-0
"1
2'-6
"6
'-3
"1
0'-9
"1
6'-0
"
2'-0
"
4'-6
"
9'-0"41'-0"13'-0"13'-0"6'-0"6'-0"13'-0"13'-0"
7'-0
"7
'-0
"
10'-0" 10'-0"
16'-0" 38'-0" 50'-0" 13'-0"33'-9"
1'-0"
EXISTING
CONTROL
HOUSE
BURIED OIL
CONTAINMENT TANK
EXISTING FENCE
(TO BE REMOVED)
EXISTING FENCE
(TO BE REMOVED)
10'-0" 10'-0"
4'-6"
36
'-6
"2
0'-0
"4
6'-0
"1
6'-0
"
41'-3"
GATE TO BE
RELOCATED TO
WEST FENCE
RELOCATED GATE
REFERENCE DRAWINGS
GENERAL ARRANGEMENT
REMOVAL
VNEGA0DR
1" = 10'-0"GA-01-R
D. SESSOMS
B. BLEDSOE
A 02/11/2021 REMOVAL
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
REMOVAL
CITY OF POWELL-VINING SUBSTATION
EXISTING FACILITY DRAWINGS CP-D-ALL
S SLIP BUS CONNECTION
F FIXED BUS CONNECTION
E EXPANSION BUS CONNECTION
LEGEND
1. ALL DIMENSIONS REFERENCED TO TOP OF CONCRETE
AND DOES INCLUDE 2" FOR LEVELING.
2. TRANSMISSION LINE INSTALLATION BY OTHERS.
SUBSTATION CONTRACTOR SHALL INSTALL JUMPER.
3. DAMPING CABLE TO BE INSTALLED IN HORIZONTAL BUS
LONGER THAN 8 FEET.
NOTES:
X2
H1
H2
X1X0
H3
X3
X2
H1
H2
X1X0
H3
X3
X2
H1
H2
X1X0
H3
X3
NORTH SOUTH
BASELINE
EA
ST
W
ES
T
BA
SE
LIN
E
EXISTING
CONTROL
HOUSE
BURIED OIL
CONTAINMENT TANK
A
02
B
02
F
04
D
03
35
'-6
"1
1'-6
"1
5'-0
"1
2'-0
"1
7'-0
"
E
04
7'-0
"7
'-0
"
13
'-6
"
14'X30'
CONTROL
HOUSE
C
03
9'-6
"
16
'-0
"
G
04
F
04
I
05
E
04
H
05
37'-3" 42'-6" 12'-3" 13'-9" 58'-0" 26'-0" 26'-0" 64'-3"
92'-0" 188'-0"
56
'-6
"1
71
'-0
"
170
300301 300301 300301
A
B
C
A
B
C
A B C A B C
A B C
A B C
A B C A B C A B C A B C A B C
A
B
C
A
B
C
A
B
C
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
GENERAL ARRANGEMENT
PLAN VIEW
FINAL LAYOUT
VNEGA01D2
1" = 10'-0"GA-01-2
D. SESSOMS
X. XXXXXX
A 01/22/21 ISSUED FOR MATL BID
B 02/11/2021 ISSUED FOR BID
ISSUED FOR BID
S SLIP BUS CONNECTION
F FIXED BUS CONNECTION
E EXPANSION BUS CONNECTION
CONTRACTOR FURNISHED MATERIALS
OWNER/ PACKAGER FURNISHED MATERIALS
PHASE SIGN MARKER
LEGEND
NO.
NO.
REFERENCE DRAWINGS
GENERAL ARRANGEMENT - PHASE 1 GA-01-1
GENERAL ARRANGEMENT - REMOVAL GA-01-R
GENERAL ARRANGEMENT - ULTIMATE GA-01-2
GENERAL ARRANGEMENT - ELEVATIONS A & B GA-02
GENERAL ARRANGEMENT - ELEVATIONS C & D GA-03
GENERAL ARRANGEMENT - ELEVATIONS E & F GA-04
FOUNDATION AND FENCE - PLAN VIEW FD-01
CONDUIT AND CABLE - PLAN VIEW CC-01
GROUNDING - PLAN VIEW GD-01
STRUCTURAL STEEL - PLAN VIEW SS-01
1. DAMPING CABLE TO BE INSTALLED IN HORIZONTAL BUS
LONGER THAN 8 FEET.
NOTES:
B
10'-0" 10'-0" 19'-0"
6'-0" 10'-0" 10'-0"
100
B10
B30
x3
AØ BØ CØ
B14
B41
501
13
'-0
"5
'-0
"
A
01
SECTION
1/8" = 1'-0"
CØBØAØ
500
S
B1
F
B2
30'-0"
B3
B23
B4110
B21
B32
600
B42
B43
100
B10
100
B10
S
17
'-0
"7
'-0
" B30
D
E
S
O
L
C
C
B
01
SECTION
1/4" = 1'-0"
7'-0" 9'-6" 11'-6" 15'-0" 7'-0" 7'-0"
B40
B22
B24
500 501
121
B27
B60
B5
B44
B2
10'-0"
B22
B3
(2)
B40
B24
2'-6" 2'-6"
B11
17
'-0
"7
'-0
"
CØ BØ AØ
B14
B2
B1
B4
B20
500501
CØ BØ AØ
B22
B3
B3
12'-0"
600
120
600
B3
B22
B22
B22
150
160
140
191
OPERATOR
HANDLE
F.S.
OPERATOR
HANDLE,
N.S.
602
19
'-4
1
2
"2
'-7
1
2
"
H1 H2
122
B24
B33
B27
101
B3
(2)
B24
B61
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
S SLIP BUS CONNECTION
F FIXED BUS CONNECTION
E EXPANSION BUS CONNECTION
OWNER/ PACKAGER FURNISHED MATERIALS
CONTRACTOR FURNISHED MATERIALS
LEGEND
NO.
NO.
REFERENCE DRAWINGS
GENERAL ARRANGEMENT - EXISTING GA-01-1
GENERAL ARRANGEMENT - SECTIONS X - X GA-02
GENERAL ARRANGEMENT - SECTIONS X - X GA-03
GENERAL ARRANGEMENT - SECTION X & DETAIL 1 GA-04
FOUNDATION AND FENCE - PLAN VIEW FD-01
CONDUIT AND CABLE - PLAN VIEW CC-01
GROUNDING - PLAN VIEW GD-01
STRUCTURAL STEEL - PLAN VIEW SS-01
MATERIAL LIST - BUS MATERIALS & EQUIPMENT ML-01
AMPACITY CHART
ITEM DESCRIPTION AMPERAGE
3" SPS, 6063-T6, ALUMINUM2040
2" SPS, 6063-T6, ALUMINUM1234
556.5 KCMIL AAC (DAHLIA)
703
1/0 AWG AAC (POPPY)
247
FLEX BRAID 4-HOLE PAD 1200
500 KCMIL STRD, ALUMINUM, 15kV370
1/0 AWG STRD, ALUMINUM, 15kV155
B1
B2
B3
B5
B61
400
410
TRANSFORMER: 69x12.47kV 20MVA 168A / 926A
GENERAL ARRANGEMENT
ELEVATIONS A & B
VNEGA02D1
1" = 10'-0"GA-02
D. SESSOMS
X. XXXXXX
A 01/22/21 ISSUED FOR MATL BID
B 02/11/2021 ISSUED FOR BID
ISSUED FOR BID
CØ BØ AØ
3'-7
1
2
"4'-0" 4'-0"
2'-4
1
2
"
1'-0"
3'-0" 3'-0" 3'-0"3'-0"3'-0" 3'-0" 3'-0"3'-0"
1'-0"
B3
123
603
B3
12'-0"14'-0"12'-0"
4'-6
"
(T
YP
)
SECTION
1/4" = 1'-0"
C
01
SECTION
1/4" = 1'-0"
D
01
B15 B15
CØ BØ AØ
101
B11
AØBØCØ
4'-6
"
(T
YP
)
8'-1
1
1
2
"
500501
12'-0"3'-0"12'-0"
1'-0"
3'-0"3'-0"3'-0" 3'-0" 3'-0"3'-0"3'-0" 3'-0"3'-0"4'-0"4'-0"3'-0"
B15
CØBØAØCØBØAØ
B25
123
B3
B15
4'-0" 4'-0" 3'-0"
101B11 B45
CØBØAØ
1'-0"
B2
B4
VIN-122 VIN-112
VIN-112 VIN-122
B45
B2
B4
22
'-0
"
6'-9
"9
'-9
"5
'-6
"
6'-9
"9
'-9
"5
'-6
"
15
'-2
1
2
"2
'-3
"4
'-6
1
2
"
603
200
600
601
140
601
140
601
140
500501
600
B45B34
B24
B24
122
B61
B3
X2
B24
B45B45 B34 B45
B61
101
B11
200
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
S SLIP BUS CONNECTION
F FIXED BUS CONNECTION
E EXPANSION BUS CONNECTION
CONTRACTOR FURNISHED MATERIALS
OWNER/ PACKAGER FURNISHED MATERIALS
LEGEND
NO.
NO.
REFERENCE DRAWINGS
GENERAL ARRANGEMENT - EXISTING GA-01-1
GENERAL ARRANGEMENT - SECTIONS X - X GA-02
GENERAL ARRANGEMENT - SECTIONS X - X GA-03
GENERAL ARRANGEMENT - SECTION X & DETAIL 1 GA-04
FOUNDATION AND FENCE - PLAN VIEW FD-01
CONDUIT AND CABLE - PLAN VIEW CC-01
GROUNDING - PLAN VIEW GD-01
STRUCTURAL STEEL - PLAN VIEW SS-01
MATERIAL LIST - BUS MATERIALS & EQUIPMENT ML-01
AMPACITY CHART
ITEM DESCRIPTION AMPERAGE
3" SPS, 6063-T6, ALUMINUM2040
2" SPS, 6063-T6, ALUMINUM1234
556.5 KCMIL AAC (DAHLIA)
703
1/0 AWG AAC (POPPY)247
FLEX BRAID 4-HOLE PAD 1200
500 KCMIL STRD, ALUMINUM, 15kV370
1/0 AWG STRD, ALUMINUM, 15kV155
B1
B2
B3
B5
B61
400
410
TRANSFORMER: 69x12.47kV 20MVA 168A / 926A
GENERAL ARRANGEMENT
ELEVATIONS C & D
VNEGA03D1
1" = 10'-0"GA-03
D. SESSOMS
X. XXXXXX
A 01/22/21 ISSUED FOR MATL BID
B 02/11/2021 ISSUED FOR BID
ISSUED FOR BID
9'-0
"5
'-0
"2
'-9
"
18
'-2
1
2
"
3'-5
1
4
"
CØBØAØ
SECTION
1/4" = 1'-0"
E
01
10
'-9
1
2
"
9'-3
" M
IN
. @
2
5kV
3'-4
1
2
"4'-0" 4'-0"
4'-7
1
2
"
16'-0"
B5
(TYP)
B48
124
(TYP)
130
190
(TYP)
B5
191
(TYP)
124
131
B26
AØ
2'-6" 2'-6"
BØ CØ
16
'-5
"
7'-2
"
9'-8
7
16
"
9'-3
" M
IN
. @
2
5kV
7'-0"
B45
B3
123
B3
B3
123
B3
B43
111
B23
22
'-0
"
SECTION
1/4" = 1'-0"
F
01
B5
(TYP)
B25
D
E
S
O
L
C
C
G
01
SECTION
1/4" = 1'-0"
7'-0" 9'-6" 11'-6" 15'-0" 7'-0" 7'-0"
B40
B22
B24
500 501
B5
122
10'-0"
B22
B3
(2)
B40
B24
2'-6" 2'-6"
13
'-0
"5
'-0
"
CØ BØ AØ
CØ BØ AØ
B22
B3
12'-0"
600
B22
160
140
OPERATOR
HANDLE,
N.S.
602
19
'-4
1
2
"2
'-7
1
2
"
H1 H2
B24
B33
B27
121
B27
B60
B44
B2
B11
191
101
B24
B3
(2)
200
414
410
411 412
413
603
603
400
401 402 403
H1 H1 H1
B61
417
405
B63
B62
B6
STATIC MAST DETAIL
1/4" = 1'-0"
G13
S SLIP BUS CONNECTION
F FIXED BUS CONNECTION
E EXPANSION BUS CONNECTION
CONTRACTOR FURNISHED MATERIALS
OWNER/ PACKAGER FURNISHED MATERIALS
LEGEND
NO.
NO.
REFERENCE DRAWINGS
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
GENERAL ARRANGEMENT
ELEVATIONS E - G & DETAILS
VNEGA04D1
1" = 10'-0"GA-04
D. SESSOMS
X. XXXXXX
A 01/22/21 ISSUED FOR MATL BID
B 02/11/2021 ISSUED FOR BID
ISSUED FOR BID
AMPACITY CHART
ITEM DESCRIPTION AMPERAGE
3" SPS, 6063-T6, ALUMINUM2040
2" SPS, 6063-T6, ALUMINUM1234
556.5 KCMIL AAC (DAHLIA)
703
1/0 AWG AAC (POPPY)
247
FLEX BRAID 4-HOLE PAD 1200
500 KCMIL STRD, ALUMINUM, 15kV370
1/0 AWG STRD, ALUMINUM, 15kV155
B1
B2
B3
B5
B61
400
410
TRANSFORMER: 69x12.47kV 20MVA 168A / 926A
CØ BØ AØ
3'-7
1
2
"4'-0" 4'-0"
2'-4
1
2
"
1'-0"
3'-0" 3'-0" 3'-0"3'-0"3'-0" 3'-0" 3'-0"3'-0"
1'-0"
12'-0"14'-0"12'-0"
4'-6
"
(T
YP
)
SECTION
1/4" = 1'-0"
H
01
SECTION
1/4" = 1'-0"
I
01
CØ BØ AØ
AØBØCØ
4'-6
"
(T
YP
)
8'-1
1
1
2
"
12'-0"3'-0"12'-0"
1'-0"
3'-0"3'-0"3'-0" 3'-0" 3'-0"3'-0"3'-0" 3'-0"3'-0"4'-0"4'-0"3'-0"
CØBØAØCØ
4'-0" 4'-0" 3'-0"
CØBØAØ
1'-0"
VIN-152 VIN-142
VIN-142 VIN-152
22
'-0
"
6'-9
"9
'-9
"5
'-6
"
6'-9
"9
'-9
"5
'-6
"
15
'-2
1
2
"2
'-3
"4
'-6
1
2
"
CØ BØ AØ
VIN-132
12'-0"
3'-0" 3'-0" 3'-0"3'-0"
3'-0"3'-0"3'-0" 3'-0"
CØBØAØ
VIN-132
12'-0"
B3
123
603
B3
B15 B15
101
B11
500501
B15
B25
123
B3
B15
101B11 B45
B2
B4
B45
B2
B4
603
200
600
601
140
601
140
601
140
500501
600
B45B34
B24
B24
122
B61
B3
X2
B24
B45B45 B34 B45
B61
101
B11
200
BØAØ
S SLIP BUS CONNECTION
F FIXED BUS CONNECTION
E EXPANSION BUS CONNECTION
CONTRACTOR FURNISHED MATERIALS
OWNER/ PACKAGER FURNISHED MATERIALS
LEGEND
NO.
NO.
REFERENCE DRAWINGS
GENERAL ARRANGEMENT - EXISTING GA-01-1
GENERAL ARRANGEMENT - SECTIONS X - X GA-02
GENERAL ARRANGEMENT - SECTIONS X - X GA-03
GENERAL ARRANGEMENT - SECTION X & DETAIL 1 GA-04
FOUNDATION AND FENCE - PLAN VIEW FD-01
CONDUIT AND CABLE - PLAN VIEW CC-01
GROUNDING - PLAN VIEW GD-01
STRUCTURAL STEEL - PLAN VIEW SS-01
MATERIAL LIST - BUS MATERIALS & EQUIPMENT ML-01
AMPACITY CHART
ITEM DESCRIPTION AMPERAGE
3" SPS, 6063-T6, ALUMINUM2040
2" SPS, 6063-T6, ALUMINUM1234
556.5 KCMIL AAC (DAHLIA)
703
1/0 AWG AAC (POPPY)247
FLEX BRAID 4-HOLE PAD 1200
500 KCMIL STRD, ALUMINUM, 25kV420
1/0 AWG STRD, ALUMINUM, 25kV175
B1
B2
B3
B5
B61
401
411
TRANSFORMER: 69x12.47kV 20MVA 168A / 926A
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
GENERAL ARRANGEMENT
ELEVATIONS H & I
VNEGA05D1
1" = 10'-0"GA-05
D. SESSOMS
B. BLEDSOE
A 01/22/21 ISSUED FOR MATL BID
B 02/11/2021 ISSUED FOR BID
ISSUED FOR BID
NORTH SOUTH
BASELINE
EA
ST
W
ES
T
BA
SE
LIN
E
30
'-0
"
56
'-6
"6
8'-6
"
7'-0
"1
0'-0
"1
2'-0
"1
5'-0
"1
1'-6
"9
'-6
"7
'-0
"
10'-0" 10'-0" 19'-0" 30'-0"
12'-0" 12'-0" 12'-0"
7'-0
"
13'-0" 13'-0" 13'-0" 13'-0" 12'-0"
7'-0"7'-0"
5'-0"5'-0"
4'-6"4'-6"
7'-0" 16'-3" 54'-9" 42'-9" 44'-3" 101'-0"
12'-0" 7'-0" 7'-0" 12'-0"
3'-6
"3
'-6
"
2'-0
"
'A'
'A'
'A'
'D''D'
'M'
'G' 'G' 'G' 'G'
'K' 'K' 'K' 'K' 'K'
'N' 'N'
'F'
'B'
'B'
'L'
'E'
'C'
'C'
'J'
10
'-0
"1
0'-0
"6
'-6
"5
8'-6
"6
'-6
"
14'-0"
8'-0"
3'-6
"6
'-0
"
12'-1"20'-0"49'-11"
124'-9" NEW FENCE & GATE
'E'
'H' 'H' 'H' 'H' 'H'
'F' 'F' 'F'
8'-0" 8'-0" 8'-0" 8'-0"
6'-0
"
13'-0" 13'-0"
15'-3" 10'-9" 26'-0"
T.O.C.=4369.75'
T.O.C.=4369.75'
T.O.C.=4369.75'
T.O.C.=4369.8'
T.O.C.=4370.0'
EXISTING
T.O.C.=4369.8'
EXISTING
T.O.C.=4369.8'
T.O.C.=4369.25'
'P' 'P'
'P'
'P''P'
BARRIER
BOOM OIL
CONTAINMENT
3'-6
"
REMOVE FENCE, ADD
GATE
20'-0"
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
ISSUED FOR BID
FOUNDATIONS AND FENCE
PLAN VIEW
VNEFD01D1
SCALEFD-01
D. SESSOMS
A 02/11/21 ISSUED FOR BID
FOUNDATION LEGEND
FDN DESCRIPTION DRAWING
QUANTITY
C.Y./FDN
TOTAL
C.Y.
BY
EXISTING NEW
'A' 115kV 1Ø LOW BUS SUPPORT FD-02 3 1.3 3.9 CFCI
'B' 115kV 3Ø LOW BUS SUPPORT FD-02 2 1.3 2.6 CFCI
'C'115kV 3Ø BUS & ARRESTER SUPPORT FD-02
21.3 2.6
CFCI
'D' 115kV HIGH BUS SWITCH STAND FD-02 2 1.8 3.6 CFCI
'E' 115kV CIRCUIT SWITCHER FD-02 2 2.5 5.0 CFCI
'F' 15kV METERING STANDFD-02
41.3 5.2
CFCI
'G' 15kV DISTRIBUTION STRUCTURE FD-02 4 1.3 5.2 CFCI
'H'
15kV DISTRIBUTION (EXISTING)
5 0 0.0 0.0
'J'CONTROL ENCLOSURE
FD-04 8 0.3 2.6CFCI
'K' 15kV TERMINATION STAND FD-02 5 1.3 6.5 CFCI
'L' STATIC MAST FD-02 1 4.6 4.6 CFCI
'M' 115x69-15kV TRANSFORMER PAD FD-04 1 6.0 6.0 CFCI
'N' 15kV VOLTAGE REGULATOR PAD FD-03 2 2.4 4.8 CFCI
'P' SWITCHGEAR ENCLOSURE PAD FD-02 5 0.0 0.0 OFCI
'Q'PADMOUNT STATION SERVICE FD-02 2 0.0 0.0 OFCI
TOTAL 52.6
REFERENCE DRAWINGS
GENERAL ARRANGEMENT-PLAN VIEW GA-01
FOUNDATION DETAILS FD-02 TO FD-05
FENCE DETAILS FN-01
CABLE AND CONDUIT DETAILS CC-03
LEGEND
NOTES:
1. FOUNDATION DESIGN IS BASED ON GEOTECHNICAL
INFORMATION PROVIDED BY ENGINEERING ASSOCIATES,
POWELL, WY.
2. EXISTING TRANSFORMER FOUNDATION MAY BE USED AS
ELEVATION DATUM OF 4370.00'.
3. ENGINEER OF RECORD SHALL BE NOTIFIED IF ANY SLAB
ON GRADE HAS LESS THAN 1'-0" OF REVEAL ABOVE
AGGREGATE BASE.
4. PHASE TWO FOUNDATIONS SHALL NOT BE CONSTRUCTED
UNTIL PHASE ONE TRANSFORMER IS ENERGIZED.
5. CONTRACTOR SHALL PRESERVE EXCAVATED NATIVE
GRAVELS FOR FOUNDATION DEMOLITION BACKFILL IN
PHASE TWO CONSTRUCTION.
6. CONTRACTOR SHALL HAUL EXCESS FOUNDATION SPOILS
TO CITY OF POWELL LANDFILL.
EXISTING FOUNDATION
NORTH SOUTH
BASELINE
EA
ST
W
ES
T
BA
SE
LIN
E
'AF7' 'AF7'
'AF7''AF7'
'AF7' 'AF7'
'AF8' 'AF8'
'AF10' 'AF10'
'AF7''AF7'
'AF8' 'AF8'
'AF8'
'AF8''AF8'
'AF8'
'AF8' 'AF8'
'AF8'
'RF4''RF4'
'BKF7' 'BKF7' 'BKF7' 'BKF7'
REMOVED BY
CONTRACTOR
RELOCATED
BY OWNER
RELOCATED BY
CONTRACTOR
TO STORAGE
YARD
REMOVED BY
CONTRACTOR
REMOVED BY
CONTRACTOR
CITY OF POWELL
STORAGE/ POLE YARD
RELOCATED
GATE TO
WEST FENCE
REMOVE
FENCE
REMOVE FENCE FOR
RELOCATED GATE
REMOVE GATE
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
ISSUED FOR BID
FOUNDATIONS AND FENCE
REMOVAL
----
VNEFD01DR
SCALEFD-01R
D. SESSOMS
A 02/11/21 ISSUED FOR BID
REFERENCE DRAWINGS
GENERAL ARRANGEMENT-PLAN VIEW GA-01
FOUNDATION - PLAN VIEW FD-01
FENCE DETAILS FN-01
NOTES:
1. SEE ORIGINAL SUBSTATION DRAWINGS FOR EXISTING
FOUNDATION DESIGN AND CONDUIT LOCATIONS.
2. CONTRACTOR SHALL HAUL DEMOLITION CONCRETE TO
THE PARK COUNTY LANDFILL @ $65/TON.
3. CONTRACTOR SHALL HAUL FOUNDATION SPOILS TO CITY
OF POWELL LANDFILL.
4. SEE CC-01 FOR NEW CONDUIT PLAN. EXISTING CONDUITS
NOT BEING RE-USED MAY BE COMPLETELY REMOVED OR
ABANDONED IN PLACE. COORDINATE WITH OWNER AND
ENGINEER.
5. CABLEING NOT BEING RE-USED MAY BE RECLAIMED BY
CONTRACTOR.
6. REGULATOR OIL CONTAINMENT PIPING MAY BE
COMPLETELY REMOVED.
7. ALL REMOVED FOUNDATION EXCAVATIONS SHALL BE
BACKFILLED WITH:
7.1. APPROVED GRAVEL SPOILS FROM PHASE ONE
FOUNDATION CONSTRUCTION.
7.2. APPROVED STRUCTURAL FILL.
FOUNDATION LEGEND
FDN DESCRIPTION DRAWING
QUANTITY
C.Y./FDN
TOTAL
C.Y.
REMOVED
'AF7' DRILLED REINFORCED PIER FOUNDATION P008-2 8 1.2 9.6
'AF8' DRILLED REINFORCED PIER FOUNDATION P008-2 11 1.4 15.4
'AF10'DRILLED REINFORCED PIER FOUNDATION
P008-22
2.6 5.2
'BKF7' BREAKER FOUNDATION P008-3 4 1.1 4.4
'RF4' REGULATOR & MOAT FOUNDATION P008-3 2 6.4 12.8
FENCE 140'
TOTAL 47.4
SWITCHGEAR
ENCLOSURE
TYPICAL SWITCHGEAR ENCLOSURE PAD
3/4" = 1'-0"
CRUSHED ROCK
SURFACING
9"
4"
1'-1
1"
AGG. BASE COMPACTED TO
95% STANDARD PROCTOR
FIBERGLASS
PAD
COMPACTED FILL,
SEE SPECIFICATION
PADMOUNT STATION SERVICE PAD
3/4" = 1'-0"
DISTRIBUTION
TRANSFORMER
170
PLACE XFMR FIBERGLASS
PAD ON ROUGH GRADE
AGG. BASE COMPACTED TO
95% STANDARD PROCTOR
COMPACTED FILL, SEE SPEC.
4"
CRUSHED ROCK
SURFACING
PLAN
ELEVATION
PROJECTION
D
B
D
2
D
2
B
A
D
2
D
A
D
2
HOOP BARS
(SEE SCHEDULE
FOR QUANTITY)
PIER
DIAMETER
"D"
ANCHOR BOLTS
2 BAR HOOPS
@ 2" O.C.
VERTICAL
REBAR = H-6"
VERTICAL BARS
SPACED EVENLY
(SEE SCHEDULE
FOR QUANTITY)
"H
"
VARIES (SEE PLAN)
3
4" CHAMFER
B
1'-8"
= DIAMETER MINUS 3" CLEAR EACH SIDE
(SEE SCHEDULE)
HOOP DESIGN
T.O.C. ELEV.
(SEE PLAN)
REBAR HOOPS
DIAMETER = D-6" (MAX)
SPACED @ 12" O.C. MAX.
DRILLED PIER FOUNDATION SCHEDULE
FOUNDATION
DESIGNATION
PIER
DIAMETER
'D'
PIER
LENGTH
'H'
CONCRETE
QUANTITY
(PER PIER)
REINFORCING BAR
ANCHOR BOLTS (PER PIER)
VERTICALS HOOPS TYPE QUANTITY PROJECTION
SPACING
'A'
SPACING
'B'
PATTERN
'A' 2'-6" 7'-0" 1.3 C.Y. 9-#6 9-#4 AB2 4 0'-7" 0'-6" 0'-6" 12" x 12"
'B' 2'-6" 7'-0" 1.3 C.Y. 9-#6 9-#4 AB2 4 0'-7" 0'-6" 0'-6" 12" x 12"
'C' 2'-6" 7'-0" 1.3 C.Y. 9-#6 9-#4 AB2 4 0'-7" 0'-6" 0'-6" 12" x 12"
'D' 3'-0" 7'-0" 1.8 C.Y. 12-#6 9-#4 AB2 4 0'-7" 0'-7" 0'-7" 14" x 14"
'E' 3'-6" 7'-0" 2.5 C.Y. 9-#8 9-#4 AB2 4 0'-7" 0'-10" 0'-10" 20" x 20"
'F' 2'-6" 7'-0" 1.3 C.Y. 9-#6 9-#4 AB2 4 0'-7" 0'-6" 0'-6" 12" x 12"
'G' 2'-6" 7'-0" 1.3 C.Y. 9-#6 9-#4AB2
4 0'-7" 0'-6" 0'-6"12" x 12"
'H'2'-6" 7'-0"
NA EXIST0'-6" 0'-6" 0'-6"
12" x 12"
'J' 1'-6" 5'-0"0.33 C.Y. 9-#6 7-#3 NA
'K'2'-6" 7'-0"
1.3 C.Y. 9-#6 9-#4 AB1 40'-6" 0'-4
1
2
" 0'-4
1
2
" 9" x 9"
'L'3'-6" 13'-0"
4.6 C.Y. 9-#8 15-#4 AB48 0'-10"
SEE DETAIL
(76) REQUIRED(20) REQUIRED (8) REQUIRED
SCALE: N.T.S.
ANCHOR BOLT DETAIL AB4
5'-0
"
10
"
3 HEAVY HEX NUTS
2 FLAT WASHERS
(GALV)
1
1
2
"Ø F1554 GR.55
HEADED ANCHOR BOLT
(HOT DIP GALVANIZED)
4'-0
"
6"
3 HEAVY HEX NUTS
2 FLAT WASHERS
(GALV)
3
4
"Ø F1554 GR.36
HEADED BOLT
(HOT DIP
GALVANIZED) 5'-0
"
7"
3 HEAVY HEX NUTS
2 FLAT WASHERS
(GALV)
1"Ø F1554 GR.36
HEADED BOLT (HOT
DIP GALVANIZED)
ANCHOR BOLT DETAIL AB1
SCALE: N.T.S.
ANCHOR BOLT DETAIL AB2
SCALE: N.T.S.
4
1
4
"
8"4
1
4
"8"
4
1
4
"
8"
4
1
4
"
8"
STATIC MAST FND 'L' ANCHOR BOLT DETAIL
SCALE: N.T.S.
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
ISSUED FOR BID
FOUNDATIONS AND FENCE
PIER FOUNDATIONS & PADMOUNT EQUIPMENT
VNEFD02D1
SCALEFD-02
D. SESSOMS
A 02/11/21 ISSUED FOR BID
ANCHOR BOLTS FURNISHED BY CONTRACTOR
VOLTAGE REGULATOR PAD, 2 REQ'D
FOUNDATION 'N'
PLAN
4'-6
"
14'-0"
1'-0
"
T.O.C. ELEV.
(SEE PLAN)
3" CLR. (TYP.)
6" 6"
4'-0"
(5)-#5'S @ 12" MAX.
O.C. TOP AND
BOTTOM
6"6"
13'-6"
(15)-#5'S @ 12" MAX.
O.C. TOP AND
BOTTOM
8"
4"
14'-0"
MATERIALS (1 FDN)
ITEMQTY.
REMARKS
CONCRETE 2.4 C.Y. PER SPEC.
REBAR
AS
SHOWN
#5 ASTM A 615 GRADE 60
1/2" = 1'-0"
SECTIONA
--
A
--
(4) POST-INSTALLED
3
4
"Øx8" ANCHOR
BOLTS (HOT DIP GALV.) W/ (2) HEAVY HEX
NUTS AND WASHER, HILTI HY-200
ADHESIVE OR EQUIV.
(EACH REGULATOR)
4"
2'-6" 4'-6" 4'-6" 2'-6"
1'-1
1"
2'-7
"
℄ OF PAD
℄ OF PAD ℄ OF
REGULATOR
STAND
ANCHOR BOLT LAYOUT
YARD SIDE
SWITCH SIDE
UNDISTURBED EARTH
NATIVE SANDY GRAVEL,
SCARIFY & COMPACT TO 95%
STRUCTURAL FILL,
COMPACT TO 95%, SEE NOTE 5
4" CRUSHED SURFACE ROCK
3
4
" CHAMFER
NOTES:
2'-0
" (E
ST
.)
REMOVE EXISTING CLAYEY SAND DOWN TO
SANDY GRAVEL, ESTIMATED 18" DEPTH
SEE GEOTECHNICAL REPORT
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
REFERENCE DRAWINGS
FOUNDATION & FENCE - PLAN VIEW FD-01
ISSUED FOR BID
FOUNDATIONS AND FENCE
FOUNDATION 'N' REGULATORS
VNEFD03D1
SCALEFD-03
D. SESSOMS
A 02/11/21 ISSUED FOR BID
NOTES:
1. SPACE REBAR 3" FROM OUTSIDE SURFACES, UNLESS NOTED OTHERWISE.
2. EXCAVATION, BACKFILL, GRAVEL AND CONCRETE SHALL BE IN
ACCORDANCE WITH THE TECHNICAL SPECIFICATIONS.
3. DETAILS SHOWN INDICATE TYPICAL CONSTRUCTION REQUIREMENTS FOR
DEPTH OF EXCAVATION AND ABOVE GRADE FORMING. ACTUAL
REQUIREMENTS SHALL BE DETERMINED FROM FOUNDATION TOP
ELEVATIONS AS SHOWN ON THE "FOUNDATION PLAN".
4. CHAMFER ALL EXPOSED EDGES
3
4
".
5. STRUCTURAL FILL MAY BE THE FOLLOWING:
5.1. ON SITE 4" MINUS SANDY GRAVEL
5.2. FLOWABLE FILL
5.3. IMPORTED NON-FROST SUSCEPTIBLE FILL:
SIEVE % PASSING
#200 < 5%
#4 20% < 60%
1" 100%
6. FILL SHALL BE COMPACTED TO 95% OF THE STANDARD PROCTOR
DENSITY WITH MAXIMUM LIFTS OF 6"
7. FOOTING SHALL BE EXCAVATED TO REMOVE CLAY LAYER AND BEGIN
STRUCTURAL BACKFILL PLACE ON SANDY GRAVEL.
115x69-15kV TRANSFORMER, 1 REQ'D
FOUNDATION 'M'
T.O.C. ELEV.=SEE PLAN
1
#6'S @ 12" O.C.
EA WAY T & B
1'-6
"
PLAN
12'-0"
9'-0
"
12'-0"
3" CL. TYP.
10"
10"10"
8'-6"
11'-6"
10"
MATERIALS (1 FDN)
ITEMQTY.
REMARKS
CONCRETE 6.0 C.Y. PER SPEC.
REBAR
AS
SHOWN
#6 ASTM A 615 GRADE 60
OIL
CONTAINMENT
1
GEOMEMBRANE LINER W/ BARRIER
BOOM, BASIC CONCEPTS (BCI)
3
4
" TO 1
1
2
"
WASHED ROCK
46 C.Y.
SEE BCI QUOTE FOR INSTALLATION
SPECIFICATION
1/2" = 1'-0"
SECTIONB
--
B
--
(13) - #6 @ 12" O.C.
TOP & BOTTOM
(9) - #6 @ 12" O.C.
TOP & BOTTOM
8'-6"
6'-0
"
18
'-0
"
3'-0
"
8'-6"
29'-0"
GEOMEMBRANE LINER W/ BARRIER BOOM
UNDISTURBED EARTH
4" CRUSHED SURFACE ROCK
GEOMEMBRANE LINER W/ BARRIER BOOM
3
4
"-1
1
2
" CLEAN WASHED GRAVEL
NATIVE SANDY GRAVEL,
SCARIFY & COMPACT TO 95%
STRUCTURAL FILL, COMPACT TO 95%, DEPTH OF EXCAVATION
SHALL BE DETERMINED BY DEPTH TO NATIVE SANDY GRAVEL
8"
3'-0
"
2'-2
" E
ST
.
INSTALL
4
0
CU GROUND TAILS AND
CONDUIT BELOW MEMBRANE AND FLUSH
TO CONCRETE PERIMETER
2
OIL CONTAINMENT VOLUME TO BE
EXCAVATED AFTER CONCRETE SLAB HAS
BEEN POURED AND CURED FOR 2 DAYS
OIL CONTAINMENT AREA,
EXCAVATE AFTER SLAB
CONSTRUCTION IS
COMPLETE
OIL CONTAINMENT AREA,
EXCAVATE AFTER SLAB
CONSTRUCTION IS
COMPLETE
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
REFERENCE DRAWINGS
FOUNDATION & FENCE - PLAN VIEW FD-01
ISSUED FOR BID
FOUNDATIONS AND FENCE
FOUNDATION 'M'
115X69-15KV TRANSFORMER
VNEFD04D1
SCALEFD-04
D. SESSOMS
A 02/11/21 ISSUED FOR BID
NOTES:
1. SPACE REBAR 3" FROM OUTSIDE SURFACES, UNLESS NOTED OTHERWISE.
2. EXCAVATION, BACKFILL, GRAVEL AND CONCRETE SHALL BE IN
ACCORDANCE WITH THE TECHNICAL SPECIFICATIONS.
3. DETAILS SHOWN INDICATE TYPICAL CONSTRUCTION REQUIREMENTS FOR
DEPTH OF EXCAVATION AND ABOVE GRADE FORMING. ACTUAL
REQUIREMENTS SHALL BE DETERMINED FROM FOUNDATION TOP
ELEVATIONS AS SHOWN ON THE "FOUNDATION PLAN".
4. CHAMFER ALL EXPOSED EDGES
3
4
".
5. STRUCTURAL FILL MAY BE THE FOLLOWING:
5.1. ON SITE 4" MINUS SANDY GRAVEL
5.2. FLOWABLE FILL
5.3. IMPORTED NON-FROST SUSCEPTIBLE FILL:
SIEVE % PASSING
#200 < 5%
#4 20% < 60%
1" 100%
6. FILL SHALL BE COMPACTED TO 95% OF THE STANDARD PROCTOR
DENSITY WITH MAXIMUM LIFTS OF 6"
7. FOOTING SHALL BE EXCAVATED TO REMOVE CLAY LAYER AND BEGIN
STRUCTURAL BACKFILL PLACED ON COMPACTED SANDY GRAVEL.
8. OIL CONTAINMENT BARRIER SHALL BE BY BASIC CONCEPTS (BCI) PER
QUOTE #132-21002, 1/8/21. CONTACT THOMAS WHITE
([email protected]). CONTAINMENT SYSTEM SHALL BE INSTALLED
PER BCI DIRECTIONS AND SPECIFICATIONS AS DESCRIBED IN QUOTE.
9. CONDUIT AND GROUND GRID SHALL BE INSTALLED BELOW OIL
CONTAINMENT BARRIER.
5'-0"
4'-0
"
GROUNDING PLATFORM
(SP1)
30'-0"
PULL BOX, BY CONTRACTOR
A
--
10'-0" 10'-0"
1'-6"
7'-0
"7
'-0
"
B
--
PLAN
BUILDING OUTLINE
14
'-0
"
3/8"=1'-0"
SECTIONA
--
GROUNDING
PLATFORM (OFCI)
7
3
4
"
M
AX
.
7
3
4
"
MA
X.
BUILDING FLOOR
3/8"=1'-0" TYP (8) PLACES
SECTIONB
--
10'-0"
GROUNDING PLATFORM
(SP2)
4'-0"
3'-6
"7
'-0
"3
'-6
"
PIER FOUNDATIONS 'J'
C10X20 PERIMETER
CHANNEL
PL 3/8x3"x0'-5" W/
1
2
"Ø ANCHOR BOLT,
MANUFACTURER FURNISHED,
CONTRACTOR INSTALLED
6" CLR.
10
"
TOP OF PIER=6" ABOVE
ROUGH GRADE, SEE FD-02
FOR PIER DETAILS
4" CRUSHED SURFACE
ROCK
2" CRUSHED SURFACE
ROCK
CONTROL HOUSE, (1) SET OF (8) REQ'D
SEE FD-02 FOR DESIGN & QUANTITIES
REFERENCE DRAWINGS
FOUNDATION & FENCE - PLAN VIEW FD-01
FOUNDATION & FENCE - PIER FND FD-02
NOTES
1. THE FOLLOWING PIER SPECIFICATIONS APPLY:
VARIATION FROM LEVEL:
1.) IN ANY 10' OF LENGTH -
1
8
" MAX.
2.) FOR THE ENTIRE LENGTH -
1
4
" MAX.
POST-INSTALLED ANCHOR BOLT,
MANUFACTURER SUPPLIED,
CONTRACTOR INSTALLED
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
ISSUED FOR BID
FOUNDATIONS AND FENCE
FOUNDATION 'J'
14' X 30' CONTROL ENCLOSURE
VNEFD05D1
SCALEFD-05
D. SESSOMS
A 02/11/21 ISSUED FOR BID
REFERENCE DRAWINGS
FOUNDATION & FENCE - PLAN VIEW FD-01
MATERIAL SPECIFICATIONS (BY CONTRACTOR)
ITEM DESCRIPTION
111' POST: 10' GATE FRAME USE 6
5
8
" O.D.; 4' GATE FRAME USE 2
7
8
" O.D.
2TOP RAIL,
1
5
8" O.D.
3CHAIN LINK FABRIC, 2" MESH, 9 GAUGE GALV. STEEL.
410' LINE POST, 2
3
8
" O.D.
5TRUCK GATE FRAME,
1
5
8" O.D. (WELDED STEEL).
6
ALUM. TIE WIRE, 6 GAUGE (ATTACH EVERY 20")
7BARB WIRE, 2 STRAND GALV., 12.5 GA., 4 PT. 14 GA. BARBS AT 5" SPACING.
8PIPE STYLE SLIDE LATCH W/ LOCK, 12" RECEIVING CHANNEL
9
CONCRETE: PORTLAND CEMENT TYPE V, A.S.T.M. DESIGNATION C150;
AGGREGATE PER A.S.T.M. C33, MAX. SIZE
3
4
"; AIR CONTENT 5% ± 1%;
STRENGTH 3000 P.S.I. IN 28 DAYS; SLUMP 1" TO 3". CONCRETE SHALL EXTEND
UP TO FINISH GRADE + 1 INCH.
10 4' WIDE MANGATE
1111' TERMINAL POST, 2
7
8
O.D.
12 COMMERCIAL STRONG ARM LATCH
13MID RAIL, 1
5
8
" O.D.
14 2
3
8
" BRACE BAND
15
1
1
2
"x 10
1
2
" GALVANIZED METAL STRAP (BENT AROUND POST)
16 7 GAUGE SPIRAL BOTTOM TENSION WIRE
NOTES
1. FENCE FABRIC SHALL EXTEND DOWN TO ONE INCH
ABOVE FINISH GRADE ± 1 INCH.
2. GATES SHALL CLEAR FINISH GRADE BY 2" ± 1 INCH FOR
ENTIRE SWING.
3. ALL PIPE SHALL BE GALVANIZED SS40 STEEL PIPE.
4. FENCE SHALL BE CONSTRUCTED IN A WORKMANLIKE
MANNER. ALL POSTS SHALL BE PLUMB, IN LINE AND TO
GRADE AS SHOWN ON THE DRAWINGS. POST TOPS
SHALL BE STRAIGHT AND TRUE FROM CORNER TO
CORNER, PARALLELING THE SLOPE OF THE SUBSTATION
FINISH GRADE.
5. FENCE FABRIC AND BARBED WIRE SHALL BE
STRETCHED TO MANUFACTURER'S INSTRUCTIONS,
LEAVING NO SLACK AND FORMING A NEAT APPEARANCE.
FENCE DETAIL
LINE POST
TYPICAL
END OR CORNER ASSEMBLY
1"
7'-0
"1
'-0
"
3'-6
"
10'-0" MAX.
10"
7
2
11
4
3
9
(TYP)
6
1
2
" ROD
SEE NOTE 1
13
1'-0"
9
(TYP)
GATE ASSEMBLY
FENCE DETAIL
SEE NOTE 2
1'-0"
3'-6
"
24" FOR 6" PIPE
9
(TYP)
1
8
7
2
1
INSTALLER TO TENSION ROD
TO PREVENT GATE SAG
24" FOR 6" PIPE
FINAL
GRADE
SUBGRADE
GATE CATCH F.S.
DETAIL THIS SHEET
13
5
16
20'-0"
GATE CATCH
DETAIL
2
1'-9" PIECE
CUT END @ 45°
(COLD GALV. END)
FINAL
GRADE
SUBGRADE
15
14
GATE
1
2
" BOLTS
THROUGH
PIPE
1
2
" BOLTS
THROUGH
PIPE
1'-0
"1
'-8
"
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
REMOVAL
FOUNDATIONS AND FENCE
FENCE DETAILS
VNEFN01D1
SCALEFN-01
D. SESSOMS
A 02/11/21 REMOVAL
L4
6A
L5
L3
L2L1 L6 L7
CKT #1
CENTER
CKT #2
NORTH
CKT #5
SPARE
CKT #4
COLLEGE
CKT #3
SOUTH
5A
2
1
NOTE 1
4
3
6B
5B
8 7
10
9
11
12
13
14
15
16
17
18
19
20
21
22
25
24
31
30
29
28
27
26
33
32
L8
23
40
NOTE 2
39
MH
#1
34
NOTE 3
35
NOTE 3
36
NOTE 3
37
NOTE 3
38
NOTE 3
SEE MH #1
DETAIL ON
CC-04
CONDUIT LOCATIONS SHOWN FOR
CLARITY, MAY BE INSTALLED IN A
SINGLE DUCT BANK UNDER SWICHES
NOTE 4
MH
#1R1
MH
#1L1
MH
#1L2
CKT #3
SOUTH
CKT #1
CENTER
CKT #3
SOUTH
CKT #1
CENTER
CKT #2
NORTH
CKT #4
COLLEGE
PULL NEW COLLEGE AND
NORTH CIRCUITS TO NEW
SECTIONALIZER CABINETS
ON OPPOSITE SIDE OF
RISER POLE
LOCATION SHOWN FOR CLARITY,
MAN HOLE ACTUALLY LOCATED
ON CORNER OF 7TH AND INGALLS
ALL CONDUITS LOCATED UNDER
THE ROAD ARE EXISTING. SEE
DRAWING CP-D-Z001 FOR DETAIL.
CONTRACTOR TO USE "FUTURE"
CONDUITS FOR NEW URD PULLS
TO SOUTH
SIDE RISER
TO CITY
CENTER RISER
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
CONDUIT AND CABLE
PLAN VIEW
VNECC01D1
1" = 15'-0"CC-01-1
N. MICHAEL
A 02/11/21 ISSUED FOR BID
ISSUED FOR BID
CONDUIT SCHEDULE
NO. DESCRIPTION SIZE
1CABLE TRENCH TO TRANSFORMER T1 CONTROL CABINET (2)-3" PVC
2 CABLE TRENCH TO TRANSFORMER T2 CONTROL CABINET (2)-3" PVC
3 CABLE TRENCH TO CIRCUIT SWITCHER VIN-164 CONTROL CABINET 3" PVC
4 CABLE TRENCH TO CIRCUIT SWITCHER VIN-264 CONTROL CABINET 3" PVC
5A 15KV METERING STRUCTURE #1 TO 25KVA STATION SERVICE XFMR #1 3" PVC
5B AC SAFETY SWITCH #1 TO 25KVA STATION SERVICE XFMR #1 3" PVC
6A 15KV METERING STRUCTURE #2 TO 25KVA STATION SERVICE XFMR #2 3" PVC
6B AC SAFETY SWITCH #2 TO 25KVA STATION SERVICE XFMR #2 3" PVC
7
CABLE TRENCH TO 15KV METERING STRUCTURE #1 (CT/VT J-BOX #1)
2" PVC
8
CABLE TRENCH TO 15KV METERING STRUCTURE #2 (CT/VT J-BOX #2)
2" PVC
9 CABLE TRENCH TO 15KV RECLOSER JUNCTION BOX VIN-112 2" PVC
10 CABLE TRENCH TO 15KV RECLOSER JUNCTION BOX VIN-122 2" PVC
11 CABLE TRENCH TO 15KV RECLOSER JUNCTION BOX VIN-132 2" PVC
12 CABLE TRENCH TO 15KV RECLOSER JUNCTION BOX VIN-142 2" PVC
13 CABLE TRENCH TO 15KV RECLOSER JUNCTION BOX VIN-152 2" PVC
14 CABLE TRENCH TO VOLTAGE REGULATOR JUNCTION BOX #1 3" PVC
15 CABLE TRENCH TO VOLTAGE REGULATOR JUNCTION BOX #2 3" PVC
16 CABLE TRENCH TO STATION LUMINARE L1 1-1/4" PVC
17 CABLE TRENCH TO STATION LUMINARE L2 1-1/4" PVC
18 CABLE TRENCH TO STATION LUMINARE L3 1-1/4" PVC
19 CABLE TRENCH TO STATION LUMINARE L4 1-1/4" PVC
20 CABLE TRENCH TO STATION LUMINARE L5 1-1/4" PVC
21 CABLE TRENCH TO STATION LUMINARE L6 1-1/4" PVC
22 CABLE TRENCH TO STATION LUMINARE L7 1-1/4" PVC
23 CABLE TRENCH TO STATION LUMINARE L8 1-1/4" PVC
24
CIRCUIT #1 RISER TO PME VIN-114 (COMPARTMENT 4)
6" PVC
25
CIRCUIT #2 RISER TO PME VIN-124 (COMPARTMENT 4)
6" PVC
26
CIRCUIT #3 RISER TO PME VIN-134 (COMPARTMENT 4)
6" PVC
27
CIRCUIT #4 RISER TO PME VIN-144 (COMPARTMENT 4)
6" PVC
28
CIRCUIT #5 RISER TO PME VIN-154 (COMPARTMENT 4)
6" PVC
29PME VIN-114 (COMPARTMENT 2) TO PME VIN-124 (COMPARTMENT 2)
6" PVC
30PME VIN-114 (COMPARTMENT 1) TO PME VIN-144 (COMPARTMENT 1)
6" PVC
31PME VIN-124 (COMPARTMENT 1) TO PME VIN-134 (COMPARTMENT 1)
6" PVC
32PME VIN-134 (COMPARTMENT 2) TO PME VIN-154 (COMPARTMENT 2)
6" PVC
33
PME VIN-144 (COMPARTMENT 2) TO PME VIN 154 (COMPARTMENT 1)
6" PVC
34
PME VIN-114 (COMPARTMENT 3) TO MH #1
5" PVC
35
PME VIN-124 (COMPARTMENT 3) TO MH #1
5" PVC
36
PME VIN-134 (COMPARTMENT 3) TO MH #1
5" PVC
37
PME VIN-144 (COMPARTMENT 3) TO MH #1
5" PVC
38
PME VIN-154 (COMPARTMENT 3) TO MH #1
5" PVC
39 CABLE TRENCH TO EXISTING CONTROL HOUSE PULL BOX 2" PVC
40 TRANSFORMER T1 OIL CONTAINMENT TO OIL CONTAINMENT TANK 2" PVC
REFERENCE DRAWINGS
GENERAL ARRANGEMENT - PLAN VIEW GA-01-1
GENERAL ARRANGEMENT - PLAN VIEW GA-01-2
CONDUIT & CABLE - PLAN VIEW EXISTING CC-01-2
CONDUIT & CABLE - DETAILS CC-02
CONDUIT & CABLE - DETAILS CC-03
CONDUIT & CABLE - DETAILS CC-04
- PHASE 1
- PHASE 2
LEGEND
NOTE 1
1. CONTRACTOR TO RE-USE EXISTING CONDUIT FROM
XFMR OIL CONTAINMENT TO THE XFMR T1 PAD.
INSTALL NEW 3" FLEX TO NEW XFMR CONTROL
CABINET.
2. CONTRACTOR TO INSTALL NEW 2" PVC CONDUIT
BETWEEN XFMR OIL CONTAINMENT AND OIL
CONTAINMENT TANK. SLOPE THE CONDUIT TOWARD
THE CONTAINMENT TANK AT A CONSTANT SLOPE.
3. CONTRACTOR TO SPLICE CONDUIT ONTO EXISTING 5"
PVC CONDUITS AS NOTED ON MH #1 DETAIL ON CC-04.
4. CONTRACTOR TO COORDINATE WITH OWNER AND
ENGINEER FOR WORK IN ENERGIZED AREAS AND TO
SCHEDULE OUTAGES.
NOTES
NOTE 2
NOTE 3
NOTE 3
NOTE 3
NOTE 3
NOTE 3
EL EL
PHASE 2
SWITCHGEAR
LOCATE AND SPLICE
NEW FEEDER
CONDUITS
NOTE 1, 2
NOTE 2
LOCATE AND
SPLICE TO
CONDUIT NO. 1
LOCATE AND
SPLICE TO
CONDUIT NO. 40
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
CONDUIT AND CABLE
PLAN VIEW
EXISTING
VNECC01D2
1" = 15'-0"CC-01-2
N. MICHAEL
A 02/11/21 ISSUED FOR BID
ISSUED FOR BID
GENERAL ARRANGEMENT - PLAN VIEW GA-01-2
CONDUIT & CABLE - PLAN VIEW CC-01-1
1. CONDUITS AND CABLE TO BE REMOVED IF IN
CONFLICT WITH NEW CONSTRUCTION
2. ABANDON IN PLACE, REMOVE CABLE.
NOTES
REFERENCE DRAWINGS
3
4
1 2
5
40'-0" 50'-0" 40'-0" 40'-0"
1 2
3 4
NOTCH PULL BOX WALL
TO ACCEPT TRENCH
605
9 9
9
9
NORTH SOUTH
BASELINE
EA
ST
W
ES
T
BA
SE
LIN
E
A
--
B
--
16
'-0
" DRIVE SECTION
1/2" = 1'-0"
TYPICAL SECTION
1/2" = 1'-0"
A
--
B
--
2
1
2
"
1'-8"
2'-2"
1"
TIER 15 FIBRELITE LID ON
MULTI-DUTY BASE
2'-9
1
2
"
2'-2
9
16
"
6
3
4
"
1'-8"
6
3
4
"
1'-4
"
4"
2'-0
"
3
1
2
"
3
1
2
"
TYPICAL ROAD CROSSING
SECTION WITH FIBRELITE LID
20"W x 16"D
LHF26-60 (2)
GC3 (TYP)
4"
BHF2016-120
EPH-1
WELD PLATE
(TYP 4 PLCS)
12" UNISTRUT P3353
(TYP 4 PLCS)
6" UNISTRUT
P3351 (TYP 4 PLCS)
SLOPE YARD STONE
TO FINISH GRADE
IMPACT
CHANNEL
MULTI-DUTY BASE
FINISH GRADE
LMF26-60
REFERENCE DRAWINGS
CONDUIT & CABLE - PLAN VIEW CC-01-1
ACRONYMS:
CF CONTRACTOR FURNISHED
OF OWNER/ PACKAGER FURNISHED
OI OWNER INSTALLED
CI CONTRACTOR INSTALLED
1. ALL CABLE TRENCHES TO BE INSTALLED WITH A 3"
MINIMUM OF SAND SEPARATING BOTTOM OF TRENCH
FROM CONDUCTOR CABLES UNLESS OTHERWISE NOTED.
2. PULL BOX SHALL BE CONTRACTOR FURNISHED &
INSTALLED.
NOTES:
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
BILL OF MATERIALS (CABLE TRENCH)
MARK ITEM MANUFACTURER DESCRIPTIONQTY
BY
1 BM2015-120 TRENWA MULTI-DUTY BASE 9 OFCI
2 LMF26-60 TRENWA FIBRELITE LID TIER 15 18 OFCI
3 BHF2016-120 TRENWA H20 BASE FIBRELITE 8 OFCI
4 LHF26-60 TRENWA FIBRELITE LID HS20 16 OFCI
5 WM2418-03 TRENWA END WALL 1 OFCI
6 FL7 TRENWA LID LIFTING TOOL 2 OFCI
7 GC3 TRENWACABLE CLIPS, FOR HS20 TRENCH
32 OFCI
8 GC5 TRENWACABLE CLIPS, ONE PIECE
40 OFCI
9 GP-78 TRENWA YELLOW GUARD POST 4 OFCI
CONDUIT AND CABLE
CABLE TRENCH LAYOUT-PLAN VIEW
VNECC02D1
1" = 15'-0"CC-02
N. MICHAEL
D. SESSOMS
A 01/22/21 ISSUED FOR MATL BID
B 02/11/21 ISSUED FOR BID
ISSUED FOR BID
JUNCTION BOX
TYPICAL CONDUIT DETAIL
GRADE
GALVANIZED
RIGID
CONDUIT
JUNCTION
BOX
GALVANIZED RIGID
CONDUIT W/
WATERTIGHT RIGID HUB
CONNECTOR
TO
EQUIPMENT
PVC TO RIGID ADAPTER
PVC CONDUIT
POWER TRANSFORMER
TYPICAL CONDUIT DETAIL
(2)-3" FLEX CONDUITS
TRANSFORMER
CONTROL CABINET
PVC TO FLEX ADAPTER
(2)-3" PVC CONDUITS
STATION LUMINAIRE
TYPICAL CONDUIT DETAIL
8'-0
" T
O 1
0'-0
" T
YP
.
FR
OM
T
OP
O
F F
OU
ND
AT
IO
N
1"
GALVANIZED
RIGID
CONDUIT
6"x6"x4"
JUNCTION
BOX
1-1/4"
GALVANIZED
RIGID
CONDUIT
LIGHTING
FIXTURE
MOUNTING PLATE,
PROVIDE W/
STEEL
1" LIQUID
TIGHT
500
501
600
UNDERGROUND CONTROL CONDUIT
TYPICAL CONDUIT DETAIL
o
0
o
o
o0
0
o
0
o
0
o
0o
o
o
00
o
o
0
o
o
0
o
o
o
00
o
00
0
o
o
o0
o
o
0
0
oo
o
0
o
0
00
o
0o
o
0
o
o
o
o
o
0
0
00
o
0
o
o
o
0
o
o
o
0
o
o
o
o
0
0
o
o
o
o
o0
o
0
o0
o
0
o
o
o0
o
0
0
o
0
o
o
o
o
0
0
o
o
0
0
0
o
o
0
o
0
o
o
o
0
o
0
o
o
o
o
o
o
o
0
o
o
o
o
3'-0
"
MIN
.
6"
MIN.
CONTROL
CONDUITS
SUBGRADE
ROUGH
GRADE
TOP OF FINISH ROCK
UNDERGROUND 25kV & 15kV POWER CONDUITS
TYPICAL CONDUIT DETAIL
o
0
o
o
o0
0
o
0
o
0
o
0o
o
o
00
o
o
0
o
o
0
o
o
o
00
o
00
0
o
o
o0
o
o
0
0
oo
o
0
o
0
00
o
0
o
o
0
o
o
o
o
o
0
0
00
o
0
o
o
o
0
o
o
o
0
o
o
o
o
0
0
o
o
o
o
o0
o
0
o0
o
0
o
o
o0
o
0
0
o
0
o
o
o
o
0
0
o
o
0
0
0
o
o
0
o
0
o
o
o
0
o
0
o
o
o
o
o
o
o
0
o
o
o
o
4'-0
"
MIN
.
12"
MIN.
POWER
CONDUITS
SUBGRADE
ROUGH
GRADE
TOP OF FINISH ROCK
ANTI-SHORTING CONDUIT BUSHINGS
TYPICAL CONDUIT DETAIL
PVC
ANTI-SHORTING
BUSHING
PVC CONDUIT
BOTTOM FEED RIGID CONDUIT TERMINATION
TYPICAL CONDUIT DETAIL
STEEL LOCKNUTS
FOR RIGID CONDUIT
STEEL BUSHING
RIGID CONDUIT
BOTTOM OF
CABINET
TOP FEED RIGID CONDUIT TERMINATION
TYPICAL CONDUIT DETAIL
RIGID CONDUIT
TOP OF CABINET
WATERTIGHT
RIGID HUB
CONNECTOR
REGULATORS
TYPICAL CONDUIT DETAIL
3" PVC CONDUIT
3" TO 2" TEE
CONDUIT BODY
3" TO 2" LB
CONDUIT BODY
3" RIGID LB
CONDUIT BODY
3" PVC TO RIGID
ADAPTER
2" FLEX
CONDUIT
2" STRAIGHT
CONNECTOR
3" GALVANIZED
RIGID CONDUIT
601
CONTROL
HOUSE CABLE
ENTRANCE
PULL BOX
CABLE RISER
TYPICAL CONDUIT DETAIL
CUT HOLE IN LID OF PULL BOX TO
ACCOMMODATE FOR RISER ENTRANCE
RECLOSERS
TYPICAL CONDUIT DETAIL
1
1
2
" GALVANIZED
RIGID CONDUIT
2" GALVANIZED
RIGID CONDUIT
PVC TO RIGID ADAPTER
2" PVC CONDUIT
GRADE
RECLOSER
CONTROLLER
CABLE
OUTDOOR
RECLOSER
JUNCTION BOX
602
4'-0" M
IN
.
6" PVC
CONDUIT
6" PVC CONDUIT
90° SWEEP
3' MIN. RADIUS
GRADE
6" PVC TO RIGID ADAPTER
6" RIGID CONDUIT
6" U-BOLT
UNDERGROUND FEEDER
TYPICAL CONDUIT DETAIL
405
50 PSI FLOWABLE
FILL CAP
TYPICAL CONDUIT ENTRY TO CABLE TRENCH
TYPICAL CONDUIT DETAIL
FINISHED GRADE
CRUSHED STONE
CONDUIT ELBOW SLOPES
UPWARD TO CABLE RUN
CABLE RUN
CONDUIT ENTRANCE
W/BUSHING
TYPICAL SECTION,
CABLE TRENCH
3" SAND (MIN.)
ROUGH GRADE
0
0
o
o
0
o
o
0
0
o
o
0
o
o
3" GALVANIZED
RIGID CONDUIT
3" PVC TO
RIGID ADAPTER
3" PVC ELBOW
3" PVC CONDUIT
CIRCUIT SWITCHER
TYPICAL CONDUIT DETAIL
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
ISSUED FOR BID
CONDUIT AND CABLE
DETAILS
VNECC03D1
SCALECC-03
D. SESSOMS
B. BLEDSOE
A 02/11/21 ISSUED FOR BID
REFERENCE DRAWINGS
CONDUIT & CABLE - CONDUIT PLAN CC-01
NOTES:
1. POWER CABLE CONDUITS NEED TO BE SEPARATED 1'-0"
MINIMUM FROM CONTROL CONDUITS.
1" GALVANIZED RIGID CONDUIT
1" STRAIGHT
CONNECTOR
3" PVC CONDUIT
3" PVC TO RIGID ADAPTER
3" GALVANIZED RIGID CONDUIT
1-1/4" PVC CONDUIT
1-1/4" PVC TO RIGID ADAPTER
2" PVC CONDUIT
90° SWEEP
3" PVC CONDUIT
90° SWEEP
METER STRUCTURE W/ PAD MOUNTED STATION SERVICE
TYPICAL CONDUIT DETAIL
2" PVC CONDUIT
2" PVC TO RIGID ADAPTER
2" PVC CONDUIT
90° SWEEP
1" STRAIGHT
CONNECTOR
1" STRAIGHT
CONNECTOR
1" FLEX CONDUIT
1" FLEX
CONDUIT
1" FLEX
CONDUIT
2" GALVANIZED RIGID CONDUIT
1" GALVANIZED
RIGID CONDUIT
603
GRADE
3" PVC CONDUIT
TO AC
DISCONNECT
3" PVC CONDUIT
TO METER
STRUCTURE
FIBERGLASS
BASEMENT
(TYP.)
PADMOUNT TRANSFORMER
TYPICAL CONDUIT DETAIL
4/0 USE
(600V)
15kV
ELBOW
(200A)
H1A
15kV
ARRESTER
H1B
X1
X3
X2
416
410
170
415
15kV 1/0
AL URD
H1 H1 H1
414
1-1/4" GALVANIZED RIGID CONDUIT
AC SAFETY
SWITCH #1
AC SAFETY
SWITCH #2
CONTROL HOUSE SAFETY SWITCH
TYPICAL CONDUIT DETAIL
3" GALVANIZED
RIGID CONDUIT (TYP)
3" PVC TO RIGID
ADAPTER (TYP)
3" PVC CONDUIT
90° SWEEP
(TYP)
TO STATION SERVICE
TRANSFORMER #2
TO STATION SERVICE
TRANSFORMER #1
SWITCHGEAR ENCLOSURE COMPARTMENTS
TYPICAL CONDUIT DETAIL
600A ELBOW
TYP.
6" PVC
TYP.
COMPARTMENT #1COMPARTMENT #2
HEAT
SHRINK
TAPE
500KCM
15KV AL
URD
TYP.
SEE CC-01 FOR
CONDUIT
DESTINATIONS
COMPARTMENT #3COMPARTMENT #4
FROM TERMINATION
STRUCTURE
400
404
TO MH #1
5" PVC
350KCM
15KV AL
URD
TYP.
420
600A ELBOW
TYP.
423
EXISTING CIRCUIT #2
CIRCUIT #2 NORTH
CIRCUIT #4 COLLEGE
EXISTING CIRCUIT #4
EXISTING CIRCUIT #3
(CIRCUIT #5 SPARE)
EXISTING CIRCUIT #1
CIRCUIT #1 CITY CENTER
CIRCUIT #3 SOUTH
EXISTING CIRCUIT #2
CIRCUIT #2 NORTH
EXISTING CIRCUIT #4
CIRCUIT #4 COLLEGE
EXISTING CIRCUIT #3
CIRCUIT #3 SOUTH
EXISTING CIRCUIT #1
CIRCUIT #1 CITY CENTER
TO PAD MOUNT
SWITCHGEAR
TO MH #1L1TO MH #1R1
8'L x 6'W x 7'5"H
MH #1
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
ISSUED FOR BID
CONDUIT AND CABLE
DETAILS
VNECC04D1
SCALECC-04
D. SESSOMS
B. BLEDSOE
A 02/11/21 ISSUED FOR BID
REFERENCE DRAWINGS
CONDUIT & CABLE - CONDUIT PLAN CC-01
NOTES:
1. POWER CABLE CONDUITS NEED TO BE SEPARATED 1'-0"
MINIMUM FROM CONTROL CONDUITS.
MATERIAL LIST (PER BOX)
ITEM NO.QTY.
DESCRIPTION BY
603 1
NEMA 4 JUNCTION BOX. 24 x 20 x 8 W/HINGED DOOR,
AND ANSI #61 GRAY FINISH. HOFFMAN CSD24208
WITH CP2420 INTERIOR PANEL 21 x 17.
CFCI
2 112 PT TERMINAL BLOCK, SHORTING GE EB27B12S.
CFCI
31
12 PT TERMINAL BLOCK, GE EB27B12.CFCI
4 3
2P, 30A, CLASS H FUSE BLOCK, WITH SCREW
TERMINALS & SPRING REINFORCED CLIPS, FOR NON
FUSES BUSSMANN H25030-2SR
CFCI
5 6
FUSES, 250V, 10A,
9
16
" x 2", CLASS H, BUSSMANN
NON-30, WITH SPARES
CFCI
6 3DUMMY FUSE, 30A BUSSMANN NTN-R-30
CFCI
7 1 GROUND BAR KIT CFCI
8
AS
REQ'D
WIRE TIES, CONDUIT DEVICES AND MTG.
HARDWARE.
CFCI
TO STATION
GROUND MAT
MATERIAL LIST (PER BOX)
ITEM NO.QTY.
DESCRIPTION BY
602 1
NEMA 4 JUNCTION BOX. 20 x 20 x 8 W/HINGED DOOR,
AND ANSI #61 GRAY FINISH. HOFFMAN CSD20208,
WITH CP2020 INTERIOR PANEL.
CFCI
2 212 PT TERMINAL BLOCK, GE EB25B12
CFCI
3
AS
REQ'D
1
5
8
"
GALV. UNIVERSAL CHANNEL WITH HARDWARE;
POWER-STRUT OR EQUAL.
CFCI
4
AS
REQ'D
WIRE TIES, CONDUIT DEVICES AND MTG.
HARDWARE.
CFCI
STEEL STRUCTURE
WEATHERPROOF
HUB, MYERS, OR
EQUAL
CONDUITS
#10 GROUND
WIRE
CONDUIT SUBGRADE RISER SIZE
PER CONDUIT & CABLE PLAN
3
8
" BRONZE BOLTS
SEE GROUNDING DETAILS
OUTDOOR RECLOSER JUNCTION BOX
3" = 1'-0"
15kV CT/VT JUNCTION BOX MOUNTING DETAIL
3" = 1'-0"
TB1
(QTY REQ'D 5)
(QTY REQ'D 2)
TB2
STEEL STRUCTURE
INTERIOR PANEL
TA
TB
S
S
S
GB
STEEL STRUCTURE
SEE NOTE 1
SEE NOTE 1
STEEL STRUCTURE
INTERIOR PANEL
MOUNTING
CHANNEL PROVIDED
W/ STEEL
FIELD DRILL & TAP
STRUCTURE FOR
1
2
"
BOLT
3
2
3
2
4
7
5 6
TO STATION
GROUND MAT
3
8
" BRONZE BOLTS
SEE GROUNDING DETAILS
2
RELOCATE CAPACITOR
FROM INDOOR REGULATOR
CONTROLLER BOX TO THIS
OUTDOOR BOX.
REGULATOR OUTDOOR JUNCTION BOX
3" = 1'-0" (QTY REQ'D 6)
MATERIAL LIST (PER BOX)
ITEM NO.QTY.
DESCRIPTION BY
601 1
NEMA 4 JUNCTION BOX. 16 x 12 x 8 W/HINGED DOOR,
AND ANSI #61 GRAY FINISH. HOFFMAN CSD16128,
WITH CP1612 INTERIOR PANEL.
CFCI
2 112 PT TERMINAL BLOCK, GE EB25B12
CFCI
3
AS
REQ'D
WIRE TIES, CONDUIT DEVICES AND MTG.
HARDWARE.
CFCI
TO STATION
GROUND MAT
3
8
" BRONZE BOLTS
SEE GROUNDING DETAILS
REGULATOR CONTROLLER ENCLOSURE
3" = 1'-0"
(QTY REQ'D 6)
1
23
4
5
SELF TAPPING SCREWS
TO WALL AS REQ'D.
CONTROL HOUSE
WALL
(SEE NOTE 1)
MATERIAL LIST (PER BOX)
ITEM NO.QTY.
DESCRIPTION BY
1 1 SEL-2431 REGULATOR CONTROLLER ENCLOSURE PFCI
2 1
2P, 30A, CLASS H FUSE BLOCK, WITH SCREW
TERMINALS & SPRING REINFORCED CLIPS, FOR NON
FUSES BUSSMANN H25030-2SR
CFCI
3 2
FUSES, 250V, 10A,
9
16
" x 2", CLASS H, BUSSMANN
NON-30, WITH SPARES
CFCI
4 1DUMMY FUSE, 30A BUSSMANN NTN-R-30
CFCI
5 AS REQ'D
1
5
8
"
GALV. UNIVERSAL CHANNEL WITH HARDWARE;
POWER-STRUT OR EQUAL.
CFCI
6 AS REQ'D
WIRE TIES, CONDUIT DEVICES AND MTG.
HARDWARE.
CFCI
—
–
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
ISSUED FOR BID
CONDUIT AND CABLE
JUNCTION BOXES & REGULATOR ENCLOSURES
VNECC05D1
SCALECC-05
D. SESSOMS
B. BLEDSOE
A 02/11/21 ISSUED FOR BID
NOTES:
1. SEE CONNECTION DIAGRAMS FOR EXACT WIRING
REQUIREMENTS.
2. CONTRACTOR TO FURNISH & INSTALL ALL WIRING
ACCESSORIES.
NOTES:
1. CONTRACTOR TO REMOVE CONTROLLER
FROM REGULATOR AND RELOCATE TO
INTERIOR OF CONTROL BUILDING, SEE CH-01.
CABLE SCHEDULE
CONDUITS CABLES
RUN NO. SUBGRADE STRUCTUREEQUIPMENT
TERMINATION POINTS NO. TYPE FROM TO USED FOR EST. LENGTH
1
3" PVC 3" FLEX CABLE TRENCH TO TRANSFORMER T1 CONTROL CABINET
C1
(1)-3/C #8
TRANSFORMER T1 CONTROL CABINET AC DISTRIBUTION PANEL #1 AC POWER 1 X 270' = 270'
C2
(1)-3/C #10
TRANSFORMER T1 CONTROL CABINET DC DISTRIBUTION PANEL #1 DC POWER 1 X 270' = 270'
C3
(1)-6/C FIBER
TRANSFORMER T1 CONTROL CABINET
RELAY PANEL #2 (87T1)
TRIPS 1 X 270' = 270'
C4
(1)-6/C FIBER
TRANSFORMER T1 CONTROL CABINET
RELAY PANEL #1 (ETHERNET SWITCH)
ALARMS1 X 270' = 270'
3" PVC3" FLEX
CABLE TRENCH TO TRANSFORMER T1 CONTROL CABINET
C5
(1)-4/C #10
TRANSFORMER T1 CONTROL CABINET RELAY PANEL #2 RELAYING CT'S1 X 270' = 270'
C6
(1)-4/C #10
TRANSFORMER T1 CONTROL CABINET RELAY PANEL #2 RELAYING CT'S1 X 270' = 270'
C7(1)-4/C #10
TRANSFORMER T1 CONTROL CABINET RELAY PANEL #2RELAYING CT'S (SPARE)
1 X 270' = 270'
2
3" PVC 3" FLEX CABLE TRENCH TO TRANSFORMER T2 CONTROL CABINET
C8(1)-3/C #8
TRANSFORMER T2 CONTROL CABINET AC DISTRIBUTION PANEL #1 AC POWER 1 X 135' = 135'
C9(1)-3/C #10
TRANSFORMER T2 CONTROL CABINET DC DISTRIBUTION PANEL #1 DC POWER 1 X 135' = 135'
C10(1)-6/C FIBER
TRANSFORMER T2 CONTROL CABINETRELAY PANEL #2 (87T2)
TRIPS 1 X 135' = 135'
C11
(1)-6/C FIBER
TRANSFORMER T2 CONTROL CABINET
RELAY PANEL #1 (ETHERNET SWITCH)
ALARMS 1 X 135' = 135'
3" PVC 3" FLEX CABLE TRENCH TO TRANSFORMER T2 CONTROL CABINET
C12
(1)-4/C #10
TRANSFORMER T2 CONTROL CABINET RELAY PANEL #2 RELAYING CT'S 1 X 135' = 135'
C13
(1)-4/C #10
TRANSFORMER T2 CONTROL CABINET RELAY PANEL #2 RELAYING CT'S 1 X 135' = 135'
C14
(1)-4/C #10
TRANSFORMER T2 CONTROL CABINET RELAY PANEL #2
RELAYING CT'S (SPARE)
1 X 135' = 135'
3 3" PVC 3" RIGID
CABLE TRENCH TO CIRCUIT SWITCHER VIN-164 CONTROL
CABINET
C15
(1)-3/C #10
CIRCUIT SWITCHER VIN-164 CONTROL CABINET AC DISTRIBUTION PANEL #1 AC POWER 1 X 265' = 265'
C16
(1)-3/C #10
CIRCUIT SWITCHER VIN-164 CONTROL CABINET DC DISTRIBUTION PANEL #1 DC POWER 1 X 265' = 265'
C17
(1)-12/C #10
CIRCUIT SWITCHER VIN-164 CONTROL CABINET RELAY PANEL #2 CONTROL 1 X 265' = 265'
4 3" PVC 3" RIGID
CABLE TRENCH TO CIRCUIT SWITCHER VIN-264 CONTROL
CABINET
C18
(1)-3/C #10
CIRCUIT SWITCHER VIN-264 CONTROL CABINET AC DISTRIBUTION PANEL #1 AC POWER 1 X 155' = 155'
C19
(1)-3/C #10
CIRCUIT SWITCHER VIN-264 CONTROL CABINET DC DISTRIBUTION PANEL #1 DC POWER 1 X 155' = 155'
C20
(1)-12/C #10
CIRCUIT SWITCHER VIN-264 CONTROL CABINET RELAY PANEL #2 CONTROL 1 X 155' = 155'
5A 3" PVC 3" RIGID
15kV METERING STRUCTURE #1 TO 25kVA STATION SERVICE
TRANSFORMER #1
C21
(1)-1/C 1/0, 15kV-AL URD
25kVA STATION SERVICE TRANSFORMER #1 15kV METERING STRUCTURE #1 BACKUP AC SUPPLY
PFM (205')
5B3" PVC 3" RIGID
AC SAFETY SWITCH #1 TO 25kVA STATION SERVICE
TRANSFORMER #1
C22
(3)-1/C 4/0, 600V USE
25kVA STATION SERVICE TRANSFORMER #1 SAFETY SWITCH #1 120/240V AC SUPPLY3 X 20' = 60'
6A 3" PVC 3" RIGID
15kV METERING STRUCTURE #2 TO 25kVA STATION SERVICE
TRANSFORMER #2
C23(1)-1/C 1/0, 15kV-AL URD
25kVA STATION SERVICE TRANSFORMER #2 15kV METERING STRUCTURE #2 PRIMARY AC SUPPLYPFM (115')
6B 3" PVC 3" RIGID
AC SAFETY SWITCH #2 TO 25kVA STATION SERVICE
TRANSFORMER #2
C24
(3)-1/C 4/0, 600V USE
25kVA STATION SERVICE TRANSFORMER #2 SAFETY SWITCH #2 120/240V AC SUPPLY 3 X 20' = 60'
7 2" PVC 2" RIGID
CABLE TRENCH TO 15kV METERING STRUCTURE #1 (CT/VT
J-BOX #1)
C25
(1)-4/C #10
CT/VT J-BOX #1 RELAY PANEL #2 15KV BUS #1 VT METERING 1 X 210' = 210'
C26
(1)-4/C #10
CT/VT J-BOX #1 RELAY PANEL #2 15KV BUS #1 CT METERING 1 X 210' = 210'
1" RIGID/FLEX METERING VTS #1 TO CT/VT J-BOX #1 C27
(1)-7/C #10
15KV METERING VTS #1 CT/VT J-BOX #1 INTERCONNECTION 1 X 30' = 30'
1" RIGID/FLEX METERING CTS #1 TO CT/VT J-BOX #1 C28
(1)-7/C #10
15KV METERING CTS #1 CT/VT J-BOX #1 INTERCONNECTION 1 X 30' = 30'
8 2" PVC 2" RIGID
CABLE TRENCH TO 15kV METERING STRUCTURE #2 (CT/VT
J-BOX #2)
C29
(1)-4/C #10
CT/VT J-BOX #2 RELAY PANEL #2 15KV BUS #2 VT METERING 1 X 115' = 115'
C30
(1)-4/C #10
CT/VT J-BOX #2 RELAY PANEL #2 15KV BUS #2 CT METERING 1 X 115' = 115'
1" RIGID/FLEX METERING VTS #2 TO CT/VT J-BOX #2 C31
(1)-7/C #10
15KV METERING VTS #2 CT/VT J-BOX #2 INTERCONNECTION 1 X 30' = 30'
1" RIGID/FLEX METERING CTS #2 TO CT/VT J-BOX #2 C32
(1)-7/C #10
15KV METERING CTS #2 CT/VT J-BOX #2 INTERCONNECTION 1 X 30' = 30'
9 2" PVC 2" RIGID CABLE TRENCH TO 15KV RECLOSER JUNCTION BOX VIN-112
C33
(1)-12/C #10
RECLOSER VIN-112 JUNCTION BOX RELAY PANEL #3 CONTROL 1 X 145' = 145'
C34
(1)-4/C #10
RECLOSER VIN-112 JUNCTION BOX RELAY PANEL #3 RELAYING CT'S1 X 145' = 145'
1 1/2" RIGID 15KV RECLOSER VIN-112 TO OUTDOOR JUNCTION BOX C35
(1)-24/C #18
RECLOSER VIN-112 JUNCTION BOX RECLOSER VIN-112 CONTROL
OFM (15')
10 2" PVC 2" RIGID CABLE TRENCH TO 15KV RECLOSER JUNCTION BOX VIN-122
C36
(1)-12/C #10
RECLOSER VIN-122 JUNCTION BOX RELAY PANEL #3 CONTROL1 X 120' = 120'
C37(1)-4/C #10
RECLOSER VIN-122 JUNCTION BOX RELAY PANEL #3 RELAYING CT'S 1 X 120' = 120'
1 1/2" RIGID 15KV RECLOSER VIN-122 TO OUTDOOR JUNCTION BOX C38(1)-24/C #18
RECLOSER VIN-122 JUNCTION BOX RECLOSER VIN-122 CONTROLOFM (15')
11 2" PVC 2" RIGID CABLE TRENCH TO 15KV RECLOSER JUNCTION BOX VIN-132
C39(1)-12/C #10
RECLOSER VIN-132 JUNCTION BOX RELAY PANEL #4 CONTROL 1 X 255' = 255'
C40(1)-4/C #10
RECLOSER VIN-132 JUNCTION BOX RELAY PANEL #4 RELAYING CT'S 1 X 255' = 255'
1 1/2" RIGID 15KV RECLOSER VIN-132 TO OUTDOOR JUNCTION BOX C41
(1)-24/C #18
RECLOSER VIN-132 JUNCTION BOX RECLOSER VIN-132 CONTROL
OFM (15')
12 2" PVC 2" RIGID CABLE TRENCH TO 15KV RECLOSER JUNCTION BOX VIN-142
C42
(1)-12/C #10
RECLOSER VIN-142 JUNCTION BOX RELAY PANEL #4 CONTROL 1 X 245' = 245'
C43
(1)-4/C #10
RECLOSER VIN-142 JUNCTION BOX RELAY PANEL #4 RELAYING CT'S 1 X 245' = 245'
1 1/2" RIGID 15KV RECLOSER VIN-142 TO OUTDOOR JUNCTION BOX C44
(1)-24/C #18
RECLOSER VIN-142 JUNCTION BOX RECLOSER VIN-142 CONTROL
OFM (15')
132" PVC 2" RIGID CABLE TRENCH TO 15KV RECLOSER JUNCTION BOX VIN-152
C45
(1)-12/C #10
RECLOSER VIN-152 JUNCTION BOX RELAY PANEL #4 CONTROL 1 X 215' = 215'
C46
(1)-4/C #10
RECLOSER VIN-152 JUNCTION BOX RELAY PANEL #4 RELAYING CT'S 1 X 215' = 215'
1 1/2" RIGID 15KV RECLOSER VIN-152 TO OUTDOOR JUNCTION BOX C47
(1)-24/C #18
RECLOSER VIN-152 JUNCTION BOX RECLOSER VIN-152 CONTROL
OFM (15')
14 3" PVC 3" RIGID 2" FLEX
CABLE TRENCH TO 15kV VOLTAGE REGULATOR JUNCTION
BOX #1
C48
(1)-12/C #10
REGULATOR - AØ - OUTDOOR J-BOX #1 T1 REGULATOR CONTROLLER - AØ T1 REGULATOR CONTROL 1 X 235' = 235'
C49
(1)-12/C #10
REGULATOR - BØ - OUTDOOR J-BOX #1 T1 REGULATOR CONTROLLER - BØ T1 REGULATOR CONTROL 1 X 235' = 235'
C50
(1)-12/C #10
REGULATOR - CØ - OUTDOOR J-BOX #1 T1 REGULATOR CONTROLLER - CØ T1 REGULATOR CONTROL 1 X 235' = 235'
15 3" PVC 3" RIGID 2" FLEX
CABLE TRENCH TO 15kV VOLTAGE REGULATOR JUNCTION
BOX #2
C51
(1)-12/C #10
REGULATOR - AØ - OUTDOOR J-BOX #2 T2 REGULATOR CONTROLLER - AØ T2 REGULATOR CONTROL 1 X 135' = 135'
C52
(1)-12/C #10
REGULATOR - BØ - OUTDOOR J-BOX #2 T2 REGULATOR CONTROLLER - BØ T2 REGULATOR CONTROL 1 X 135' = 135'
C53
(1)-12/C #10
REGULATOR - CØ - OUTDOOR J-BOX #2 T2 REGULATOR CONTROLLER - CØ T2 REGULATOR CONTROL 1 X 135' = 135'
161-1/4" PVC 1-1/4" RIGID 1" RIGID CABLE TRENCH TO STATION LUMINAIRE L1 C54
(1)-3/C #10
YARD LIGHT CONTROL BOX STATION LUMINAIRE L1 AC POWER1 X 120' = 120'
17 1-1/4" PVC 1-1/4" RIGID 1" RIGID CABLE TRENCH TO STATION LUMINAIRE L2 C55
(1)-3/C #10
STATION LUMINAIRE L1 STATION LUMINAIRE L2 AC POWER1 X 75' = 75'
181-1/4" PVC 1-1/4" RIGID 1" RIGID CABLE TRENCH TO STATION LUMINAIRE L3 C56
(1)-3/C #10
STATION LUMINAIRE L2 STATION LUMINAIRE L3 AC POWER1 X 50' = 50'
19 1-1/4" PVC 1-1/4" RIGID 1" RIGID CABLE TRENCH TO STATION LUMINAIRE L4 C57(1)-3/C #10
STATION LUMINAIRE L3 STATION LUMINAIRE L4 AC POWER 1 X 105' = 105'
20 1-1/4" PVC 1-1/4" RIGID 1" RIGID CABLE TRENCH TO STATION LUMINAIRE L5 C58(1)-3/C #10
STATION LUMINAIRE L4 STATION LUMINAIRE L5 AC POWER 1 X 185' = 185'
21 1-1/4" PVC 1-1/4" RIGID 1" RIGID CABLE TRENCH TO STATION LUMINAIRE L6 C59(1)-3/C #10
STATION LUMINAIRE L5 STATION LUMINAIRE L6 AC POWER 1 X 195' = 195'
22 1-1/4" PVC 1-1/4" RIGID 1" RIGID CABLE TRENCH TO STATION LUMINAIRE L7 C60(1)-3/C #10
STATION LUMINAIRE L6 STATION LUMINAIRE L7 AC POWER 1 X 75' = 75'
23 1-1/4" PVC 1-1/4" RIGID 1" RIGID CABLE TRENCH TO STATION LUMINAIRE L8 C61
(1)-3/C #10
STATION LUMINAIRE L7 STATION LUMINAIRE L8 AC POWER 1 X 55' = 55'
24 6" PVC 6" RIGID
CIRCUIT #1 RISER TO PME VIN-114 (COMPARTMENT 4)
C62
(3)-1/C 500 KCMIL, 15KV AL URD
CIRCUIT #1 RISER
PME VIN-114 (COMPARTMENT 4)
15KV FEEDER
PFM (3 X 60' =180')
25 6" PVC 6" RIGID
CIRCUIT #2 RISER TO PME VIN-124 (COMPARTMENT 4)
C63
(3)-1/C 500 KCMIL, 15KV AL URD
CIRCUIT #2 RISER
PME VIN-124 (COMPARTMENT 4)
15KV FEEDER
PFM (3 X 60' =180')
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
CONDUIT AND CABLE
CABLE SCHEDULE (SHEET 1 OF 2)
VNECC06D1
1" = 15'-0"CC-06-1
Z. UMSTED
J. RONEY
A 02/11/21 ISSUED FOR BID
ISSUED FOR BID
NOTES
1. CABLE LENGTHS ARE ESTIMATED QUANTITIES
ONLY. CONTRACTOR SHALL BE RESPONSIBLE
FOR VERIFYING LENGTHS AND QUANTITIES
SHOWN.
2. 6/C FIBER SHALL BE CONTRACTOR FURNISHED
ULTRA FOX DX006DWLS9KR.
3. ADDITIONAL CABLES OR CABLE LENGTHS MAY
BE REQUIRED BASED ON FINAL EQUIPMENT
WIRING REQUIREMENTS. PRICE ADJUSTMENTS
WILL BE MADE BASED ON THE DIFFERENCE
BETWEEN THE CABLE LENGTHS AND
QUANTITIES CALLED OUT ON THIS DRAWING IN
CONSTRUCTION AND BID PACKAGES.
LEGEND
PFM - PACKAGER FURNISHED MATERIAL
OFM - OWNER FURNISHED MATERIAL
CABLE SCHEDULE
CONDUITS CABLES
RUN NO. SUBGRADE STRUCTUREEQUIPMENT
TERMINATION POINTS NO. TYPE FROM TO USED FOR EST. LENGTH
26 6" PVC 6" RIGID
CIRCUIT #3 RISER TO PME VIN-134 (COMPARTMENT 4)
C64
(3)-1/C 500 KCMIL, 15KV AL URD
CIRCUIT #3 RISER
PME VIN-134 (COMPARTMENT 4)
15KV FEEDER
PFM (3 X 60' =180')
27 6" PVC 6" RIGID
CIRCUIT #4 RISER TO PME VIN-144 (COMPARTMENT 4)
C65
(3)-1/C 500 KCMIL, 15KV AL URD
CIRCUIT #4 RISER
PME VIN-144 (COMPARTMENT 4)
15KV FEEDER
PFM (3 X 60' =180')
28 6" PVC 6" RIGID
CIRCUIT #5 RISER TO PME VIN-154 (COMPARTMENT 4)
C66
(3)-1/C 500 KCMIL, 15KV AL URD
CIRCUIT #5 RISER
PME VIN-154 (COMPARTMENT 4)
15KV FEEDER
PFM (3 X 60' =180')
296" PVC
PME VIN-114 (COMPARTMENT 2) TO PME VIN-124
(COMPARTMENT 2)
C67
(3)-1/C 500 KCMIL, 15KV AL URD PME VIN-114 (COMPARTMENT 2) PME VIN-124 (COMPARTMENT 2)15KV FEEDER TIE
PFM (3 X 60' = 180')
30 6" PVC
PME VIN-114 (COMPARTMENT 1) TO PME VIN-144
(COMPARTMENT 1)
C68
(3)-1/C 500 KCMIL, 15KV AL URD PME VIN-114 (COMPARTMENT 1) PME VIN-144 (COMPARTMENT 1)
15KV FEEDER TIE
PFM (3 X 140' = 420')
31 6" PVC
PME VIN-124 (COMPARTMENT 1) TO PME VIN-134
(COMPARTMENT 1)
C69
(3)-1/C 500 KCMIL, 15KV AL URD PME VIN-124 (COMPARTMENT 1) PME VIN-134 (COMPARTMENT 1)
15KV FEEDER TIE
PFM (3 X 190' = 570')
32 6" PVC
PME VIN-134 (COMPARTMENT 2) TO PME VIN-154
(COMPARTMENT 2)
C70(3)-1/C 500 KCMIL, 15KV AL URD PME VIN-134 (COMPARTMENT 2) PME VIN-154 (COMPARTMENT 2)
15KV FEEDER TIEPFM (3 X 100' = 300')
336" PVC
PME VIN-144 (COMPARTMENT 2) TO PME VIN-154
(COMPARTMENT 1)
C71
(3)-1/C 500 KCMIL, 15KV AL URD PME VIN-144 (COMPARTMENT 2) PME VIN-154 (COMPARTMENT 1)15KV FEEDER TIE
PFM (3 X 60' = 180')
34 5" PVC
PME VIN-114 (COMPARTMENT 3) TO MH #1 TO MH #1L1 TO CITY
CENTER RISER
C72
(3)-1/C 350 KCMIL, 15KV AL URD PME VIN-114 (COMPARTMENT 3)
CIRCUIT #1 DISTRIBUTION RISER 15KV FEEDER
PFM (3 X 350' =1050')
35 5" PVC
PME VIN-124 (COMPARTMENT 3) TO MH #1 TO MH #1R1 TO
NORTH SECTIONALIZING CABINET
C73
(3)-1/C 350 KCMIL, 15KV AL URD PME VIN-124 (COMPARTMENT 3)
CIRCUIT #2 SECTIONALIZING CABINET 15KV FEEDER
PFM (3 X 560' = 1680')
36 5" PVC
PME VIN-134 (COMPARTMENT 3) TO MH #1 TO MH #1L1 TO MH
#1L2 TO SOUTH SIDE RISER
C74(3)-1/C 350 KCMIL, 15KV AL URD PME VIN-134 (COMPARTMENT 3)
CIRCUIT #3 DISTRIBUTION RISER 15KV FEEDERPFM (3 X 450' = 1350')
37 5" PVC
PME VIN-144 (COMPARTMENT 3) TO MH #1 MH #1R1 TO
COLLEGE SECTIONALIZING CABINET
C75
(3)-1/C 350 KCMIL, 15KV AL URD PME VIN-144 (COMPARTMENT 3)
CIRCUIT #4 SECTIONALIZING CABINET 15KV FEEDER
PFM (3 X 460' = 1380')
38 5" PVC
PME VIN-154 (COMPARTMENT 3) TO MH #1
39 2" PVC CABLE TRENCH TO EXISTING CONTROL HOUSE PULL BOX C77
(1)-6/C FIBER
EXISTING CONTROL HOUSE RELAY PANEL #1 COMMUNICATION 1 X 350' = 350'
40 2" PVC
TRANSFORMER T1 OIL CONTAINMENT TO OIL CONTAINMENT
TANK
C100
(1)-3/C #14
T1 REGULATOR CONTROLER-AØ RELAY PANEL #4 15KV BUS #2 POTENTIALS1 X 60' = 60'
C101(1)-3/C #14
T1 REGULATOR CONTROLER-BØ RELAY PANEL #4 15KV BUS #2 POTENTIALS 1 X 60' = 60'
C102(1)-3/C #14
T1 REGULATOR CONTROLER-CØ RELAY PANEL #4 15KV BUS #2 POTENTIALS 1 X 60' = 60'
C103
(1)-3/C #14
T2 REGULATOR CONTROLER-AØ RELAY PANEL #3 15KV BUS #1 POTENTIALS 1 X 55' = 55'
C104
(1)-3/C #14
T2 REGULATOR CONTROLER-BØ RELAY PANEL #3 15KV BUS #1 POTENTIALS 1 X 55' = 55'
C105
(1)-3/C #14
T2 REGULATOR CONTROLER-CØ RELAY PANEL #3 15KV BUS #1 POTENTIALS 1 X 55' = 55'
C106
(1)-3/C #10
AC DISTRIBUTION PANEL #1 RELAY PANEL #1 RECEPTACLE POWER 1 X 40' = 40'
C107
(1)-3/C #10
RELAY PANEL #1 RELAY PANEL #3 RECEPTACLE POWER1 X 20' = 20'
C113(1)-3/C #10
DC DISTRIBUTION PANEL #1 RELAY PANEL #3 RECLOSER VIN-112 DC POWER 1 X 20' = 20'
C114(1)-3/C #10
DC DISTRIBUTION PANEL #1 RELAY PANEL #3 RECLOSER VIN-122 DC POWER 1 X 20' = 20'
C115
(1)-3/C #10
DC DISTRIBUTION PANEL #1 RELAY PANEL #4 RECLOSER VIN-132 DC POWER 1 X 20' = 20'
C116
(1)-3/C #10
DC DISTRIBUTION PANEL #1 RELAY PANEL #4 RECLOSER VIN-142 DC POWER 1 X 20' = 20'
C117
(1)-3/C #10
DC DISTRIBUTION PANEL #1 RELAY PANEL #4 RECLOSER VIN-152 DC POWER 1 X 20' = 20'
C118
(1)-3/C #10
DC DISTRIBUTION PANEL #1 RELAY PANEL #1 DPAC/ETHERNET SWITCH DC POWER 1 X 20' = 20'
C119
(1)-3/C #10
DC DISTRIBUTION PANEL #1 RELAY PANEL #1 RTAC/MONITOR DC POWER 1 X 20' = 20'
C120
(1)-3/C #10
DC DISTRIBUTION PANEL #1 RELAY PANEL #2 87T1 DC POWER1 X 20' = 20'
C121(1)-3/C #10
DC DISTRIBUTION PANEL #1 RELAY PANEL #2 87T2 DC POWER 1 X 20' = 20'
C122
(1)-3/C #10
DC DISTRIBUTION PANEL #1 RELAY PANEL #2 WAPA METER DC POWER 1 X 20' = 20'
C123
(1)-3/C #10
DC DISTRIBUTION PANEL #1 RELAY PANEL #2 WMPA METER DC POWER 1 X 20' = 20'
C124
(2)-1/C 4/0
DC DISCONNECT SWITCH STATION BATTERY MAIN DC FEED 2 X 10' = 20'
C125
(1)-3/C #14
RELAY PANEL #1 RELAY PANEL #3 RECLOSER FAILURE ALARM 1 X 25' = 25'
C126
(1)-3/C #14
RELAY PANEL #3 RELAY PANEL #4 RECLOSER FAILURE ALARM 1 X 15' = 15'
C127
(1)-3/C #14
RELAY PANEL #1 RELAY PANEL #2 RELAY FAIL ALARM1 X 15' = 15'
C128(1)-12/C #18
ALARM CABINET RELAY PANEL #1 ALARMS 1 X 40' = 40'
C129(1)-12/C #18
RELAY PANEL #2 RELAY PANEL #1 ALARMS 1 X 15' = 15'
C130 CAT-5E
RELAY PANEL #1 (ETHERNET SWITCH) RELAY PANEL #1 (DPAC)
COMMUNICATIONS
OFM (10')
C131 CAT-5E
RELAY PANEL #1 (ETHERNET SWITCH) RELAY PANEL #1 (RTAC)
COMMUNICATIONS
OFM (5')
C132 CAT-5E
RELAY PANEL #1 (ETHERNET SWITCH) RELAY PANEL #1 (TEST PORT)
COMMUNICATIONS
OFM (5')
C133 CAT-5E
RELAY PANEL #1 (ETHERNET SWITCH) RELAY PANEL #2 (87T1)
COMMUNICATIONS
OFM (20')
C134 CAT-5E
RELAY PANEL #1 (ETHERNET SWITCH) RELAY PANEL #2 (87T2)
COMMUNICATIONS
OFM (20')
C135CAT-5E
RELAY PANEL #1 (ETHERNET SWITCH) RELAY PANEL #3 (651R-10)
COMMUNICATIONS
OFM (25')
C136 CAT-5ERELAY PANEL #1 (ETHERNET SWITCH) RELAY PANEL #3 (651R-20)
COMMUNICATIONSOFM (25)
C137 CAT-5E
RELAY PANEL #1 (ETHERNET SWITCH) RELAY PANEL #4 (651R-30)
COMMUNICATIONS
OFM (30')
C138 CAT-5E
RELAY PANEL #1 (ETHERNET SWITCH) RELAY PANEL #4 (651R-40)
COMMUNICATIONS
OFM (30')
C139 CAT-5E
RELAY PANEL #1 (ETHERNET SWITCH) RELAY PANEL #4 (651R-50)
COMMUNICATIONS
OFM (30')
C140 CAT-5E
RELAY PANEL #1 (ETHERNET SWITCH)
T1 REGULATOR CONTROLLER - AØ COMMUNICATIONS
OFM (60')
C141 CAT-5E T1 REGULATOR CONTROLLER - AØ T1 REGULATOR CONTROLLER - BØ COMMUNICATIONS
OFM (10')
C142 CAT-5E T1 REGULATOR CONTROLLER - BØ T1 REGULATOR CONTROLLER - CØ COMMUNICATIONS
OFM (10')
C143 CAT-5ERELAY PANEL #1 (ETHERNET SWITCH)
T2 REGULATOR CONTROLLER - AØ COMMUNICATIONSOFM (60')
C144 CAT-5E T2 REGULATOR CONTROLLER - AØ T2 REGULATOR CONTROLLER - BØ COMMUNICATIONSOFM (10')
C145 CAT-5E T2 REGULATOR CONTROLLER - BØ T2 REGULATOR CONTROLLER - CØ COMMUNICATIONS
OFM (10')
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
NOTES
1. CABLE LENGTHS ARE ESTIMATED QUANTITIES
ONLY. CONTRACTOR SHALL BE RESPONSIBLE
FOR VERIFYING LENGTHS AND QUANTITIES
SHOWN.
2. 6/C FIBER SHALL BE CONTRACTOR FURNISHED
ULTRA FOX DX006DWLS9KR.
3. ADDITIONAL CABLES OR CABLE LENGTHS MAY
BE REQUIRED BASED ON FINAL EQUIPMENT
WIRING REQUIREMENTS. PRICE ADJUSTMENTS
WILL BE MADE BASED ON THE DIFFERENCE
BETWEEN THE CABLE LENGTHS AND
QUANTITIES CALLED OUT ON THIS DRAWING IN
CONSTRUCTION AND BID PACKAGES.
CONDUIT AND CABLE
CABLE SCHEDULE (SHEET 2 OF 2)
VNECC06D1
1" = 15'-0"CC-06-2
Z. UMSTED
J. RONEY
A 02/11/21 ISSUED FOR BID
ISSUED FOR BID
LEGEND
PFM - PACKAGER FURNISHED MATERIAL
OFM - OWNER FURNISHED MATERIAL
15
'-0
"1
6'-6
"1
9'-0
"1
9'-0
"1
8'-0
"9
'-0
"9
'-0
"8
'-0
"5
'-0
"
3'-0
"3
'-0
"
13'-0" 17'-3" 13'-0" 12'-0" 12'-0" 22'-0"
3'-0"3'-0"
3'-0"
13'-0" 17'-3" 16'-0" 16'-0" 16'-0" 13'-0"16'-0" 16'-0" 16'-0" 16'-0"
3'-0"
19'-0" 16'-0" 16'-0" 15'-0"
13'-0" 16'-0" 12'-0" 12'-0" 14'-0" 12'-0"
12'-9
5
8
"34'-0"25'-0"25'-0"25'-0"
3'-0"
3'-0
"
21
'-0
"2
2'-0
"2
5'-0
"2
2'-0
"3
1'-6
"
A
02
TYP.
B
02
TYP.
D
02
D
02
E
02
TYP.
F
02
F
02
G
02
J
03
TYP.
K
03
F
02
K
03
M
03
TYP.
N
03
L
03
TYP.
P
04
M
03
TYP.
N
03
P
04
Q
04
TYP.
Q
04
TYP.
R
04
TYP.
C
02
TYP.
S
04
J
03
T
05
U
05
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
#4/0 AWG SOFT DRAWN COPPER
FENCE GROUND
LEGEND
CRIMP CONNECTION
1. LOOP GROUND WIRE OVER REGULATOR/TRANSFORMER
PAD FOR GROUNDING REGULATORS AND
TRANSFORMERS.
2. LOOP GROUND WIRE ON METERING STRUCTURE FOR
GROUNDING CT'S AND VT'S.
3. INSTALL PERIMETER GROUNDING CONNECTION TO
FENCE POST.
4. TRANSFORMER ARRESTORS ARE A LOOPED
CONNECTION. GROUND CONNECTION FOR
TRANSFORMER NEUTRAL SHALL BE A LOOPED
CONNECTION.
5. INSTALL GROUND WIRE IN CABLE TRAY FOR GROUNDING
EQUIPMENT. GROUND WIRE ENTRANCE VIA CONDUIT
TROUGH ENTRANCE.
6. FEEDER ARRESTERS SHALL BE A LOOP CONNECTION TO
GROUND GRID. ADJACENT BAYS MAY BE LOOPED
TOGETHER.
7. SPLICES TO GROUND GRID CONDUCTOR SHALL BE
MINIMIZED.
8. FIBERGLASS PAD FURNISHED BY OWNER
9. LOOP GROUND WIRE CONNECTION TO LINE ARRESTERS.
10. LOOP GROUND WIRE CONNECTION TO VT'S & CTS.
11. INSTALL CABLE TRENCH GROUND WIRES PER DETAIL S,
SHT. GD-04.
12. LOOP GROUND WIRE ON FEEDER STRUCTURE FOR
GROUNDING RECLOSERS. ADJACENT BAYS MAY BE
LOOPED TOGETHER.
3
4
"x 10' COPPER CLAD STEEL GROUND ROD
4' x 5' SWITCH PLATFORM
4' x 7' GROUND SWITCH PLATFORM
ARRESTER/EQUIPMENT ABOVE GRADE GROUND
GROUNDING
PLAN VIEW
VNEGD01D1
1" = 15'-0" GD-01
Z. UMSTED
A 02/11/21 ISSUED FOR BID
ISSUED FOR BID
NOTES
REFERENCE DRAWINGS
GENERAL ARRANGEMENT - PLAN VIEW GA-01-1
GENERAL ARRANGEMENT - PLAN VIEW GA-01-2
GROUNDING - DETAILS GD-02
GROUNDING - DETAILS GD-03
GROUNDING - DETAILS GD-04
GROUNDING - DETAILS GD-05
MATERIAL LIST - CONTRACTOR FURNISHED ML-02
LEGEND
INDICATES ITEM NUMBER ON MATERIAL LIST.
SUBSTATION GROUNDING NOTES
REFERENCE DRAWINGS
GROUNDING - PLAN VIEW GD-01
MATERIAL LIST - CONTRACTOR FURNISHED ML-02
XX
STRUCTURE GROUNDING
4/0 CU. TO
GROUND GRID
2'-6
"
(T
YP
.)
G12
G1
4/0 CU. TO
EQUIPMENT
G1
G13
N.T.S.
DETAIL
CONTROL HOUSE WALL GROUNDING
TO GROUND GRID
G24
CONTROL
HOUSE
WALL
N.T.S.
DETAIL
G1
TYPICAL STATIC MAST GROUNDING
TO GROUND GRID TO GROUND GRID
G13
G13 G13
N.T.S.
DETAIL
TO CT OR VT
J-BOX GROUNDING
G12
G3A
G34
G1
G27
G1
4/0 CU. TO
GROUND
GRID
JUNCTION BOX
N.T.S.
DETAIL
D
01
H
03
G
01
F
01
E
01
MAIN GROUND SYSTEM
1. PROVIDE A CONTINUOUS GROUND SYSTEM WITH ONE
CONDUCTOR LOCATED AROUND THE PERIMETER OF THE
STATION AND WITH INTERTIES AND GROUND RODS AS SHOWN
ON THE GROUNDING PLAN, TO EFFECTIVELY GROUND ALL
STRUCTURES AND EQUIPMENT.
2. 4/0 BARE COPPER WIRE IS TO BE USED FOR THE MAIN GROUND
SYSTEM, BURIED 18 INCHES BELOW TOP OF ROUGH GRADE AS
SHOWN ON THE GRADING DRAWINGS.
3. GROUND RODS SHALL BE LOCATED AS SHOWN ON THE
GROUNDING PLAN AND SHALL BE FULLY DRIVEN TO 18 INCHES
BELOW THE TOP OF ROUGH GRADE AS SHOWN ON GRADING
DRAWINGS.
CONNECTIONS TO STEEL STRUCTURES AND EQUIPMENT
1. CONNECTIONS OF GROUND CABLES TO STEEL STRUCTURES
AND EQUIPMENT SHALL BE SECURELY MADE WITH MECHANICAL
CONNECTORS.
2. GROUND LEADS SHALL BE RUN UP OVER THE FOOTINGS AS
INDICATED, AND UP THE STRUCTURES IN A NEAT AND
WORKMAN-LIKE MANNER.
3. HOLES NECESSARY FOR ATTACHING CONNECTORS SHALL BE
FIELD DRILLED AND TAPPED IF NECESSARY, WHERE NO PLATE
OR TAB FOR ATTACHMENT HAS BEEN SUPPLIED.
4. WHERE CONNECTIONS TO THE GROUND MAT ARE STUBBED OUT
AT EQUIPMENT FOOTINGS IN ADVANCE OF EQUIPMENT
INSTALLATION, CARE SHALL BE TAKEN THAT SUFFICIENT LENGTH
OF CABLE PLUS A REASONABLE MARGIN IS LEFT, SO THE LEAD
MAY BE TRAINED UP ALONG THE WALL OF THE FOOTING AND
MADE TO FOLLOW ALL SURFACES CLOSELY IN ROUTING CABLE
TO THE POINT OF CONNECTIONS.
5. GROUND CABLES SHALL BE SUPPORTED APPROXIMATELY EVERY
FOUR FEET WHEN EXTENDED UP THE STRUCTURE.
CONNECTIONS TO EQUIPMENT COMPARTMENTS, CONDUIT & CABLES
1. ALL EQUIPMENT COMPARTMENTS SHALL BE GROUNDED.
2. ALL STEEL CONDUITS SHALL BE EFFECTIVELY GROUNDED
EITHER BY DIRECT GROUNDS OR BY ATTACHMENT TO METAL
ENCLOSURES WHICH ARE ADEQUATELY GROUNDED.
3. ALL METALLIC POWER CABLE SHIELDS MUST BE SOLIDLY
GROUNDED.
FENCE GROUNDING
1. ALL METALLIC FENCING SHALL BE SECURELY TIED TO MAIN
GROUND SYSTEM AT EACH FENCE CORNER, AND AT
INTERMEDIATE INTERVALS OF 30 TO 50 FEET AS DETAILED ON
THE GROUNDING PLAN DRAWING.
2. THE PERIPHERAL CONDUCTOR OF THE MAIN GROUND GRID
SHALL BE LOCATED 3 FEET OUTSIDE OF, AND PARALLEL TO, THE
FENCE AND SHALL BE BURIED 18 INCHES BELOW SUBGRADE.
3. FENCE POSTS SHALL BE CONNECTED TO THE MAIN GROUND
GRID AT INTERVALS OF 30 TO 50 FEET.
4. GROUND RODS SHALL BE DRIVEN ALONG THE CONDUCTOR AND
BONDED TO EACH FENCE CORNER AND AT INTERVALS OF 30 TO
50 FEET.
SWITCH CONTROL HANDLES AND GROUND MATS
1. ALL GROUP-OPERATED SWITCH CONTROL HANDLES SHALL BE
GROUNDED AND PROVIDED WITH A PROTECTIVE SWITCH
PLATFORM.
2. SWITCH PLATFORMS SHALL BE CENTERED UNDER THE SWITCH
CONTROL ROD AND PLACED ON THE CRUSHED ROCK SURFACE.
3. ALL GROUND CONNECTIONS TO PLATFORMS SHALL BE INSTALLED
ABOVE GRADE FOR VISUAL INSPECTION DURING ROUTINE
SUBSTATION MAINTENANCE.
N.T.S.
DETAIL
SWITCH OPERATOR GROUNDING
4'x5' SW. PLATFORM
4'x7' SW. PLATFORM
G16
SP1
SP2
SWITCH
OPERATOR
PLATFORM
G1
4/0 CU. TO
GROUND
GRID
G12
BRAID & CLAMP
FURNISHED BY SWITCH
MANUFACTURER
PADLOCK
SWITCH
CONTROL
HANDLE
G12
G1
(2)
G12
G1
OR
(NOTE 3)
HORIZONTAL X & T CONNECTION
G5
G1
G1
GROUND ROD CONNECTION
G4
G1
G2
DETAIL
A
N.T.S.01
DETAIL
B
N.T.S.01
CABLE TRENCH GROUNDING
STATION
GROUND GRID
G1
CONDUIT ELBOW
SLOPES UPWARD
TO CABLE RUN
3" SAND (MIN)
FINISH GRADE
ROUGH GRADE
SHIELD WIRE EACH SIDE
OF TRENCH
CABLE RUN
TYPICAL SECTION,
TRENWA TRENCH
GROUND WIRE G1
INCOMING CABLE
G5
TRENCH COVER
G5
DETAIL
C
N.T.S.01
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
ISSUED FOR BID
GROUNDING
DETAILS
VNEGD02D1
AS SHOWNGD-02
Z. UMSTED
A 02/11/21 ISSUED FOR BID
LEGEND
NOTES:
INDICATES ITEM NUMBER ON MATERIAL LIST.
SUBSTATION GROUNDING NOTES
1. SWITCH MECHANISMS INCLUDE GROUND BRAIDS AND PIPE
CLAMPS.
XX
N.T.S.
DETAIL
J
01
K
01
L
01
M
01
N
01
RECLOSER BAY GROUNDING
4/0 CU TO
GROUND
GRID
G1
N.T.S.
DETAIL
4/0 CU TO
GROUND
GRID
G1
G12
G13
(TYP)
G27
G3A
G14
G12
G13
(TYP)
REFERENCE DRAWINGS
GROUNDING - PLAN VIEW GD-01
MATERIAL LIST - CONTRACTOR FURNISHED ML-02
H
02
H
02
LOW VOLTAGE METERING GROUNDING W/ STATION SERVICE
4/0 CU TO
GROUND
GRID
G12
G13
G1
4/0 CU TO
GROUND
GRID
G12
G1
G3A G27
G13
G1
G3AG13
G27
N.T.S.
DETAIL
G13
(TYP)
F
02
(6")
N.T.S.
DETAIL
G18
GATE/FENCE GROUNDING
CORNER
1'-6"
MAX.
SPLIT BOLT
CONNECTOR
(TYP.)
#2 SD CU.
SOL.
TINNED
4/0 CU. TO
GROUND
GRID
#2 SD CU.
SOL.
TINNED
G22
LINE G21
TYPICAL
GROUNDING
DETAIL, LINE AND
CORNER POST.
GROUND FENCE
FABRIC ON BOTH
SIDES AT CORNER
POSTS
G15
G19
4/0 CU.
SPLIT BOLT
CONNECTOR
EVERY 3' MIN.
SEE GATE
GROUNDING DETAIL
INSERT 2 FEET SLACK IN WIRE UNDER ROAD
SEE GATE
GROUNDING DETAIL
RAIL CLAMP
G15
G19
G3
G15
G1
G37
G3G3
G19
G26
G17
G15
G25
GATE FRAME
G18
(6")
REGULATOR GROUNDING
4/0 CU TO
GROUND
GRID
G1
4/0 CU TO
GROUND
GRID
G1
S
L
L
S
REGULATOR
TANK GROUND
G1
G12
(TYP)
G29
(TYP)
G3A
(TYP)
G27
(TYP)
G14A
(TYP)
G1
G34
(TYP)
S
L
L
SS
L
L
S
STUD TO CABLE
CONNECTOR PROVIDED W/
EQUIPMENT
MAIN GROUND SYSTEM
1. PROVIDE A CONTINUOUS GROUND SYSTEM WITH ONE CONDUCTOR
LOCATED AROUND THE PERIMETER OF THE STATION AND WITH
INTERTIES AND GROUND RODS AS SHOWN ON THE GROUNDING
PLAN, TO EFFECTIVELY GROUND ALL STRUCTURES AND EQUIPMENT.
2. 4/0 BARE COPPER WIRE IS TO BE USED FOR THE MAIN GROUND
SYSTEM, BURIED 18 INCHES BELOW TOP OF ROUGH GRADE AS
SHOWN ON THE GRADING DRAWINGS.
3. GROUND RODS SHALL BE LOCATED AS SHOWN ON THE GROUNDING
PLAN AND SHALL BE FULLY DRIVEN TO 18 INCHES BELOW THE TOP
OF ROUGH GRADE AS SHOWN ON GRADING DRAWINGS.
CONNECTIONS TO STEEL STRUCTURES AND EQUIPMENT
1. CONNECTIONS OF GROUND CABLES TO STEEL STRUCTURES AND
EQUIPMENT SHALL BE SECURELY MADE WITH MECHANICAL
CONNECTORS.
2. GROUND LEADS SHALL BE RUN UP OVER THE FOOTINGS AS
INDICATED, AND UP THE STRUCTURES IN A NEAT AND
WORKMAN-LIKE MANNER.
3. HOLES NECESSARY FOR ATTACHING CONNECTORS SHALL BE FIELD
DRILLED AND TAPPED IF NECESSARY, WHERE NO PLATE OR TAB FOR
ATTACHMENT HAS BEEN SUPPLIED.
4. WHERE CONNECTIONS TO THE GROUND MAT ARE STUBBED OUT AT
EQUIPMENT FOOTINGS IN ADVANCE OF EQUIPMENT INSTALLATION,
CARE SHALL BE TAKEN THAT SUFFICIENT LENGTH OF CABLE PLUS A
REASONABLE MARGIN IS LEFT, SO THE LEAD MAY BE TRAINED UP
ALONG THE WALL OF THE FOOTING AND MADE TO FOLLOW ALL
SURFACES CLOSELY IN ROUTING CABLE TO THE POINT OF
CONNECTIONS.
5. GROUND CABLES SHALL BE SUPPORTED APPROXIMATELY EVERY
FOUR FEET WHEN EXTENDED UP THE STRUCTURE.
CONNECTIONS TO EQUIPMENT COMPARTMENTS, CONDUIT & CABLES
1. ALL EQUIPMENT COMPARTMENTS SHALL BE GROUNDED.
2. ALL STEEL CONDUITS SHALL BE EFFECTIVELY GROUNDED EITHER
BY DIRECT GROUNDS OR BY ATTACHMENT TO METAL ENCLOSURES
WHICH ARE ADEQUATELY GROUNDED.
3. ALL METALLIC POWER CABLE SHIELDS MUST BE SOLIDLY
GROUNDED.
FENCE GROUNDING
1. ALL METALLIC FENCING SHALL BE SECURELY TIED TO MAIN GROUND
SYSTEM AT EACH FENCE CORNER, AND AT INTERMEDIATE
INTERVALS OF 30 TO 50 FEET AS DETAILED ON THE GROUNDING
PLAN DRAWING.
2. THE PERIPHERAL CONDUCTOR OF THE MAIN GROUND GRID SHALL
BE LOCATED 3 FEET OUTSIDE OF, AND PARALLEL TO, THE FENCE
AND SHALL BE BURIED 18 INCHES BELOW SUBGRADE.
3. FENCE POSTS SHALL BE CONNECTED TO THE MAIN GROUND GRID
AT INTERVALS OF 30 TO 50 FEET.
4. GROUND RODS SHALL BE DRIVEN ALONG THE CONDUCTOR AND
BONDED TO EACH FENCE CORNER AND AT INTERVALS OF 30 TO 50
FEET.
SWITCH CONTROL HANDLES AND GROUND MATS
1. ALL GROUP-OPERATED SWITCH CONTROL HANDLES SHALL BE
GROUNDED AND PROVIDED WITH A PROTECTIVE SWITCH PLATFORM.
2. SWITCH PLATFORMS SHALL BE CENTERED UNDER THE SWITCH
CONTROL ROD AND PLACED ON THE CRUSHED ROCK SURFACE.
3. ALL GROUND CONNECTIONS TO PLATFORMS SHALL BE INSTALLED
ABOVE GRADE FOR VISUAL INSPECTION DURING ROUTINE
SUBSTATION MAINTENANCE.
STATION SERVICE TRANSFORMER GROUNDING
GROUND
GRID
H1B
X1
X3
X2
G14A
H1a
G27
CONCENTRIC
NUETRAL
G1
(TYP)
G1
N.T.S.
DETAIL
415
15kV
ARRESTER
(200A)
CRIMP
CONNECTORS (TYP.)
H1 H1 H1
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
ISSUED FOR BID
GROUNDING
DETAILS
VNEGD03D1
AS SHOWNGD-03
Z. UMSTED
A 02/11/21 ISSUED FOR BID
LEGEND
NOTES:
INDICATES ITEM NUMBER ON MATERIAL LIST.
SUBSTATION GROUNDING NOTES
1. SWITCH MECHANISMS INCLUDE GROUND BRAIDS AND PIPE
CLAMPS.
XX
REFERENCE DRAWINGS
POWER TRANSFORMER GROUNDING
GROUNDING - PLAN VIEW GD-01
MATERIAL LIST - CONTRACTOR FURNISHED ML-02
DETAIL
N.T.S.
G24
x2
4/0 CU TO
GROUND
GRID
P
01
MAIN GROUND SYSTEM
1. PROVIDE A CONTINUOUS GROUND SYSTEM WITH ONE CONDUCTOR
LOCATED AROUND THE PERIMETER OF THE STATION AND WITH
INTERTIES AND GROUND RODS AS SHOWN ON THE GROUNDING
PLAN, TO EFFECTIVELY GROUND ALL STRUCTURES AND
EQUIPMENT.
2. 4/0 BARE COPPER WIRE IS TO BE USED FOR THE MAIN GROUND
SYSTEM, BURIED 18 INCHES BELOW TOP OF ROUGH GRADE AS
SHOWN ON THE GRADING DRAWINGS.
3. GROUND RODS SHALL BE LOCATED AS SHOWN ON THE GROUNDING
PLAN AND SHALL BE FULLY DRIVEN TO 18 INCHES BELOW THE TOP
OF ROUGH GRADE AS SHOWN ON GRADING DRAWINGS.
CONNECTIONS TO STEEL STRUCTURES AND EQUIPMENT
1. CONNECTIONS OF GROUND CABLES TO STEEL STRUCTURES AND
EQUIPMENT SHALL BE SECURELY MADE WITH MECHANICAL
CONNECTORS.
2. GROUND LEADS SHALL BE RUN UP OVER THE FOOTINGS AS
INDICATED, AND UP THE STRUCTURES IN A NEAT AND WORKMAN-LIKE
MANNER.
3. HOLES NECESSARY FOR ATTACHING CONNECTORS SHALL BE FIELD
DRILLED AND TAPPED IF NECESSARY, WHERE NO PLATE OR TAB FOR
ATTACHMENT HAS BEEN SUPPLIED.
4. WHERE CONNECTIONS TO THE GROUND MAT ARE STUBBED OUT AT
EQUIPMENT FOOTINGS IN ADVANCE OF EQUIPMENT INSTALLATION,
CARE SHALL BE TAKEN THAT SUFFICIENT LENGTH OF CABLE PLUS A
REASONABLE MARGIN IS LEFT, SO THE LEAD MAY BE TRAINED UP
ALONG THE WALL OF THE FOOTING AND MADE TO FOLLOW ALL
SURFACES CLOSELY IN ROUTING CABLE TO THE POINT OF
CONNECTIONS.
5. GROUND CABLES SHALL BE SUPPORTED APPROXIMATELY EVERY
FOUR FEET WHEN EXTENDED UP THE STRUCTURE.
CONNECTIONS TO EQUIPMENT COMPARTMENTS, CONDUIT & CABLES
1. ALL EQUIPMENT COMPARTMENTS SHALL BE GROUNDED.
2. ALL STEEL CONDUITS SHALL BE EFFECTIVELY GROUNDED EITHER
BY DIRECT GROUNDS OR BY ATTACHMENT TO METAL ENCLOSURES
WHICH ARE ADEQUATELY GROUNDED.
3. ALL METALLIC POWER CABLE SHIELDS MUST BE SOLIDLY
GROUNDED.
FENCE GROUNDING
1. ALL METALLIC FENCING SHALL BE SECURELY TIED TO MAIN
GROUND SYSTEM AT EACH FENCE CORNER, AND AT INTERMEDIATE
INTERVALS OF 30 TO 50 FEET AS DETAILED ON THE GROUNDING
PLAN DRAWING.
2. THE PERIPHERAL CONDUCTOR OF THE MAIN GROUND GRID SHALL
BE LOCATED 3 FEET OUTSIDE OF, AND PARALLEL TO, THE FENCE
AND SHALL BE BURIED 18 INCHES BELOW SUBGRADE.
3. FENCE POSTS SHALL BE CONNECTED TO THE MAIN GROUND GRID
AT INTERVALS OF 30 TO 50 FEET.
4. GROUND RODS SHALL BE DRIVEN ALONG THE CONDUCTOR AND
BONDED TO EACH FENCE CORNER AND AT INTERVALS OF 30 TO 50
FEET.
SWITCH CONTROL HANDLES AND GROUND MATS
1. ALL GROUP-OPERATED SWITCH CONTROL HANDLES SHALL BE
GROUNDED AND PROVIDED WITH A PROTECTIVE SWITCH
PLATFORM.
2. SWITCH PLATFORMS SHALL BE CENTERED UNDER THE SWITCH
CONTROL ROD AND PLACED ON THE CRUSHED ROCK SURFACE.
3. ALL GROUND CONNECTIONS TO PLATFORMS SHALL BE INSTALLED
ABOVE GRADE FOR VISUAL INSPECTION DURING ROUTINE
SUBSTATION MAINTENANCE.
TIE CONCENTRIC
NEUTRALS TO GROUND
(TYP.)
GROUND EQUIPMENT CAB.
& GROUND BAR TO GRID
GROUND EQUIPMENT CAB.
& GROUND BAR TO GRID
USE ONE STRAND FROM
CONCENTRIC NEUTRAL TO
BOND ELBOW TEST POINT
(TYP.)
HEATSHRINK
(TYP.)
GROUND GRID
4/0 CU. (TYP)
TYPICAL S&C PME-10 PAD MOUNT SWITCH GROUNDING
N.T.S.
DETAIL
G5
G1
G24
G24
G27
TYP.
G5
G1
G1G1
R
01
Q
01
TERMINATION RISER GROUNDING
N.T.S.
DETAIL
G37
G12G12
G12
LOOP 4/0 CU. THROUGH GND
TERMINAL ON ARRESTER
G27
4/0 CU TO
GROUND GRID
G1
CONCENTRIC NEUTRAL
G13
(TYP)
X0 X1 X2 X3
H1 H2 H3
LOOP 4/0 CU.
THROUGH GND
TERMINAL ON
ARRESTER
LOOP 4/0 CU.
THROUGH GND
TERMINAL ON
ARRESTER
G24
x2
4/0 CU TO
GROUND
GRID
G1
4/0 CU TO
GROUND
GRID
G1
LOOP 4/0 CU.
THROUGH GND
TERMINAL ON
ARRESTER
4/0 CU TO
GROUND
GRID
G1
S
01
(TYP)
TO PANEL
DEVICES
PANEL
RELAY
PANEL
RELAY
CABLE TRAY
PANEL
RELAY
TYPICAL CABLE TRAY & RELAY PANEL GROUNDING
G27
4/0 CU. IN TRAY
SUPPLIED BY
OWNER
G27
G3A
G13
COPPER BAR
INTERCONNNECT
PANEL GROUND
BARS
N.T.S.
DETAIL
G28
G28
G28
G28
LOW SIDEHIGH SIDE
LOOP 4/0 CU.
THROUGH GND
TERMINAL ON
ARRESTER
ARRESTERS SHALL
BE JUMPERED FOR
69kV APPLICATION
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
ISSUED FOR BID
GROUNDING
DETAILS
VNEGD04D1
AS SHOWNGD-04
Z. UMSTED
A 02/11/21 ISSUED FOR BID
LEGEND
NOTES:
INDICATES ITEM NUMBER ON MATERIAL LIST.XX
SUBSTATION GROUNDING NOTES
1. SWITCH MECHANISMS INCLUDE GROUND BRAIDS AND PIPE
CLAMPS.
REFERENCE DRAWINGS
GROUNDING - PLAN VIEW GD-01
MATERIAL LIST - CONTRACTOR FURNISHED ML-02
MAIN GROUND SYSTEM
1. PROVIDE A CONTINUOUS GROUND SYSTEM WITH ONE CONDUCTOR
LOCATED AROUND THE PERIMETER OF THE STATION AND WITH
INTERTIES AND GROUND RODS AS SHOWN ON THE GROUNDING
PLAN, TO EFFECTIVELY GROUND ALL STRUCTURES AND EQUIPMENT.
2. 4/0 BARE COPPER WIRE IS TO BE USED FOR THE MAIN GROUND
SYSTEM, BURIED 18 INCHES BELOW TOP OF ROUGH GRADE AS
SHOWN ON THE GRADING DRAWINGS.
3. GROUND RODS SHALL BE LOCATED AS SHOWN ON THE GROUNDING
PLAN AND SHALL BE FULLY DRIVEN TO 18 INCHES BELOW THE TOP
OF ROUGH GRADE AS SHOWN ON GRADING DRAWINGS.
CONNECTIONS TO STEEL STRUCTURES AND EQUIPMENT
1. CONNECTIONS OF GROUND CABLES TO STEEL STRUCTURES AND
EQUIPMENT SHALL BE SECURELY MADE WITH MECHANICAL
CONNECTORS.
2. GROUND LEADS SHALL BE RUN UP OVER THE FOOTINGS AS
INDICATED, AND UP THE STRUCTURES IN A NEAT AND
WORKMAN-LIKE MANNER.
3. HOLES NECESSARY FOR ATTACHING CONNECTORS SHALL BE FIELD
DRILLED AND TAPPED IF NECESSARY, WHERE NO PLATE OR TAB
FOR ATTACHMENT HAS BEEN SUPPLIED.
4. WHERE CONNECTIONS TO THE GROUND MAT ARE STUBBED OUT AT
EQUIPMENT FOOTINGS IN ADVANCE OF EQUIPMENT INSTALLATION,
CARE SHALL BE TAKEN THAT SUFFICIENT LENGTH OF CABLE PLUS
A REASONABLE MARGIN IS LEFT, SO THE LEAD MAY BE TRAINED UP
ALONG THE WALL OF THE FOOTING AND MADE TO FOLLOW ALL
SURFACES CLOSELY IN ROUTING CABLE TO THE POINT OF
CONNECTIONS.
5. GROUND CABLES SHALL BE SUPPORTED APPROXIMATELY EVERY
FOUR FEET WHEN EXTENDED UP THE STRUCTURE.
CONNECTIONS TO EQUIPMENT COMPARTMENTS, CONDUIT & CABLES
1. ALL EQUIPMENT COMPARTMENTS SHALL BE GROUNDED.
2. ALL STEEL CONDUITS SHALL BE EFFECTIVELY GROUNDED EITHER
BY DIRECT GROUNDS OR BY ATTACHMENT TO METAL ENCLOSURES
WHICH ARE ADEQUATELY GROUNDED.
3. ALL METALLIC POWER CABLE SHIELDS MUST BE SOLIDLY
GROUNDED.
FENCE GROUNDING
1. ALL METALLIC FENCING SHALL BE SECURELY TIED TO MAIN
GROUND SYSTEM AT EACH FENCE CORNER, AND AT
INTERMEDIATE INTERVALS OF 30 TO 50 FEET AS DETAILED ON THE
GROUNDING PLAN DRAWING.
2. THE PERIPHERAL CONDUCTOR OF THE MAIN GROUND GRID SHALL
BE LOCATED 3 FEET OUTSIDE OF, AND PARALLEL TO, THE FENCE
AND SHALL BE BURIED 18 INCHES BELOW SUBGRADE.
3. FENCE POSTS SHALL BE CONNECTED TO THE MAIN GROUND GRID
AT INTERVALS OF 30 TO 50 FEET.
4. GROUND RODS SHALL BE DRIVEN ALONG THE CONDUCTOR AND
BONDED TO EACH FENCE CORNER AND AT INTERVALS OF 30 TO 50
FEET.
SWITCH CONTROL HANDLES AND GROUND MATS
1. ALL GROUP-OPERATED SWITCH CONTROL HANDLES SHALL BE
GROUNDED AND PROVIDED WITH A PROTECTIVE SWITCH
PLATFORM.
2. SWITCH PLATFORMS SHALL BE CENTERED UNDER THE SWITCH
CONTROL ROD AND PLACED ON THE CRUSHED ROCK SURFACE.
3. ALL GROUND CONNECTIONS TO PLATFORMS SHALL BE INSTALLED
ABOVE GRADE FOR VISUAL INSPECTION DURING ROUTINE
SUBSTATION MAINTENANCE.
TO GROUND
GRID 4/0 CU
TO GROUND
GRID 4/0 CU
CIRCUIT SWITCHER GROUNDING
G1G1
G28
G24
G16
N.T.S.
DETAIL
G3A
G34
G27
T
01
TO GROUND
GRID 4/0 CU
TO GROUND
GRID 4/0 CU
G1
LOOP 4/0 CU.
THROUGH GND
TERMINAL ON
ARRESTER
G12
TYP.
G12
TYP.
N.T.S.
DETAILU
01
G1
LINE ARRESTER GROUNDING
SP1
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
ISSUED FOR BID
GROUNDING
DETAILS
VNEGD05D1
AS SHOWN GD-05
Z. UMSTED
A 02/11/21 ISSUED FOR BID
MATERIAL LIST
NO. QTY DESCRIPTION MANUFACTURER CATALOG NO. BY
B1 8BUS, 3" SCH 40, AL, 6063-T6, 30' PIECES
B2 13BUS, 2" SCH 40, AL, 6063-T6, 30' PIECES
B3 1300CONDUCTOR, 556.5 KCMIL AAC, 19 STR, "DAHLIA"
B4 540CONDUCTOR, 336.4 KCMIL AAC, 19 STR "TULIP" (FOR DAMPENING)
B5 80CONDUCTOR, 1/0 AAC, "POPPY"
B6 350CONDUCTOR, 3/8" HSS (STATIC)
B10 9BUS SUPPORT, BOLTED, AL, FOR 3" TUBE TO 5" B.C., SLIP/FIXED
SEFCORASTI-62-5
B1133
BUS SUPPORT, BOLTED, AL, FOR 2" TUBE TO 3" B.C., SLIP/FIXEDSEFCOR ASTI-58-3
B146
END PLUG, DRIVE ON, AL, FOR 3" TUBESEFCOR
DP-62-AL
B1512
END PLUG, DRIVE ON, AL, FOR 2" TUBESEFCOR
DP-58-AL
B20 3TERMINAL, BOLTED, AL, 3" TUBE TO 4-HOLE PAD, CENTER FORMED
SEFCOR AFNTC-62-4A
B213
TERMINAL, BOLTED, AL, 3" TUBE TO 556.6 AAC CABLESEFCOR ACTC-6234
B2230
TERMINAL, BOLTED, AL, FOR SINGLE 556.5 AAC CABLE TO 4-HOLE PADSEFCOR AFNC-24-4A
B23 18TERMINAL, BOLTED, AL, FOR SINGLE 556.5 AAC CABLE TO 2-HOLE PAD
SEFCOR AFNC-24-2B
B24 42TERMINAL, BOLTED, AL, FOR DOUBLE 556.5 AAC CABLE TO 4-HOLE PAD
SEFCOR AFNC2-24-4A
B25 15TERMINAL, BOLTED, AL, FOR SINGLE 556.5 AAC CABLE TO 2-HOLE PAD, 45 DEG.
SEFCOR AFNC45-24-2B
B26 2TERMINAL, BOLTED, AL, FOR SINGLE 1/0 AAC TO 2-HOLE PAD
SEFCOR AFNC-13-2B
B27 12TERMINAL, BOLTED, AL, 2" TUBE TO 4-HOLE PAD, CENTER FORMED
SEFCOR AFNTC-58-4A
B30 4COUPLER, BOLTED, AL, FOR 3" TUBE TO 3" TUBE
SEFCOR ASCT-6262
B32 3COUPLER, BOLTED, AL, PLATE 6-HOLE PAD, 1/2" x 3" x 8"
SEFCOR ADPF-2B2B2B
B33 6COUPLER, BOLTED, AL, FOR 2" TUBE TO 2" TUBE, 90 DEG
SEFCOR ALB90-5858
B34 6COUPLER, BOLTED, AL, FOR 2" TUBE TO 2" TUBE
SEFCOR ASCT-5858
B40 12TEE, BOLTED, AL, FOR 556.5 KCMIL AAC MAIN TO 556.5 KCMIL AAC TAP
SEFCOR ACRCT-2424
B41 3
TEE, BOLTED, AL, FOR 3" TUBE MAIN TO TWO 2" TAPS (15 DEG.)
SEFCOR AVT15-6258
B42 6
TEE, BOLTED, AL, FOR 3" TUBE MAIN TO ONE 2" TAP (15 DEG.)
SEFCOR ATT15-6258
B43 18TEE, BOLTED, AL., FOR 556.5 KCMIL AAC MAIN TO 4-HOLE PAD TAP
SEFCOR ACF-24-4A
B44 6TEE, BOLTED, AL., FOR 2" TUBE MAIN TO 1/0 AAC TAP
SEFCOR ATRCT-5813
B45
27
TEE, BOLTED, AL., FOR 2" TUBE MAIN TO 556.5 KCMIL AAC TAPSEFCOR ATRCT-5824
B48 2TEE, BOLTED, AL, FOR 1/0 KCMIL AAC MAIN TO 1/0 KCMIL AAC TAP
SEFCOR ACRCT-1313
B60 6SHUNT, BRAIDED, CU, 4-HOLE PAD TO 4-HOLE PAD, 24IN, TINNED, 1200A
SEFCOR XB4N-875-24
B61 30SPACER, BOLTED, AL, PARALLEL CABLE 4" 556.5 AAC
SEFCOR ASPC-22-4
B62 4DEADEND, MALLEABLE SHOE FOR STATIC
SEFCORFQD-65
B63 4 ANCHOR SHACKLE SEFCOR AH-1219
100 9INSULATOR, STATION POST, 115kV, 5" B.C., STANDARD STRENGTH, TR286
VICTOR 17PA20
101 33INSULATOR, STATION POST, 15kV, 3" B.C., STANDARD STRENGTH, TR205
VICTOR 1751
110 3SURGE ARRESTER, STATION CLASS, 90 kV, 70kV MCOV, POLYMER, W/ 4-HOLE TERMINAL PAD, UPRIGHT
SIEMENS
3EL2
090-2PJ31-4XH5
111 15SURGE ARRESTER, INTERMEDIATE CLASS, 9 kV, 7.65 kV MCOV, POLYMER, W/ 4-HOLE TERMINAL PAD
SIEMENS
3EL1
009-1PC21-4XH5
120 1SWITCH, 115kV, GROUP OPERATED, 3 PHASE, CENTER BREAK "VEE", 550kV BIL
PASCOR CBSA 115
121 2SWITCH, 15kV, GROUP OPERATED 3 PHASE VERTICAL BREAK 110kV BIL, 1200 AMP
PASCOR VBPA
122 6SWITCH, 15kV, REGULATOR BYPASS, 110kV BIL, 1200AMP, ACRUPTER
COOPER 171512-3PA
123 30SWITCH, 15kV, HOOKSTICK DISCONNECT, 110kV BIL, 600 AMP, GROOVE CLAMP, P-72 BASE
COOPER 126960P
124 8SWITCH, 15kV, FUSED DISCONNECT, 200 AMP, SMD-20, POLE TOP, PARALLEL GROOVE CONNECTORS
S&C 92122R3-D
130 6SMU-20, FUSE 1 STD FUSE, FOR 15kV VT's
S&C 702001
131 2SMU-20, FUSE 5E STD FUSE, FOR 15kV STATION SERVICE
S&C 612005
140 6VOLTAGE REGULATOR, 7.62kV, 667 kVA, 875 AMP, SINGLE PHASE, MOUNTING STAND, STUD TO 4-HOLE PAD, SEL-2431
SIEMENS JFR
150 1CIRCUIT SWITCHER, 115kV, 1200 AMP
S&C
597738-BE10H1KT
VW1Y-S171
160 2POWER TRANSFORMER, 115X69-12.47/7.2kV, 12/16/20 MVA
WAUKESHA
170 2PAD MOUNT DISTRIBUTION TRANSFORMER, 1-PHASE, 25kVA 7,200-240/120V, W/ FIBERGLASS PAD
190 6VOLTAGE TRANSFORMER, 15kV, 60:1, URJ-17
ARTECHE757060060
191 6CURRENT TRANSFORMER, 15kV, 1000:5, 0.15 B-1.8, CRE-17
ARTECHE 756236200
200 5RECLOSER, 15kV, 630 AMP, 556.5 AAC EYEBOLT TERMINAL
G&W VIPER ST
300 5PADMOUNT SWITCHGEAR, 4-WAY SWITCH, 600AMP, 15kV 95kV BIL
S&C
301 5 FIBERGLASS PAD FOR PME-10 SWITCHGEAR
400 2900UNDERGROUND CABLE, 15kV, 500 KCMIL AL, 100% INSULATION, 1/3 NEUTRAL, FOR FEEDER EXITS
OKONITE 162-23-2093
401 15MOUNTING BRACKET, GALVANIZED STEEL, CABLE O.D. RANGE 1.80 THRU 2.40
3M MB-6
402 5UNDERGROUND PRIMARY CABLE TERMINATOR 3PHASE KIT, 15kV, 500 KCMIL AL, FOR 15kV FEEDER EXITS
3M 7695-S-4
403 15TERMINAL, COMPRESSION, AL, FOR 500 MCM AAC TO 2-HOLE PAD
404 45DEAD BREAK ELBOW, 15kV, 600 AMP, 500 KCMIL, HAMMERHEAD, NO TEST POINT
RICHARDS 62-CSH-N2-PR3
405 5DUCT PLUG, 500KCMIL TRIPLEX TO 6" GRC, RANGE 1.53-1.57
CAL AM 7360-155
410 350
UNDERGROUND PRIMARY CABLE, 15kV, 1/0 AL, URD, 0.76 (in.) FOR STATION SERVICE
OKONITE 162-23-2072
411 2UNDERGROUND PRIMARY CABLE TERMINATOR, 15kV, 1/0 AL, FOR STATION SERVICE
3M 7692-S-4
412 2TERMINAL, COMPRESSION, AL, FOR 1/0 AL TO 2-HOLE PAD
4132
MOUNTING BRACKET, GALVANIZED STEEL, CABLE O.D. RANGE 1.1 THRU 1.53M
MB-4
414 2DUCT PLUG, 1/0 AL TO 3" GRC
415 215kV, 8.4 kV MCOV PARKING STAND ARRESTER, STATION SERVICE TRANSFORMER
COOPER 3238018C10M
416 2LOADBREAK ELBOW, 15kV, 200 AMP, 1/0 AL
3M 5810-B-1/0
417 2STANDOFF BRACKET, 18", 1-POSITION
HUBBELL 1SBM18AMB
420 6300UNDERGROUND PRIMARY CABLE, 15kV, 350 KCMIL AL, 100% INSULATION 1/3 NEUTRA, FOR DIST. CIRCUITS
OKONITE 162-23-2090
421 1UNDERGROUND PRIMARY CABLE TERMINATOR 3PHASE KIT, 15kV, 350 KCMIL AL, FOR 15kV FEEDER EXITS
3M 7695-S-4
422 3TERMINAL, COMPRESSION, AL, FOR 350 MCM AAC TO 2-HOLE PAD
423 21DEAD BREAK ELBOW, 15kV, 600 AMP, 350 KCMIL, HAMMERHEAD, NO TEST POINT
RICHARDS 62-CSH-N2-PR3
500 8 STATION LIGHTING HOLOPHANE SU2BNBTL07223
501 8STATION LIGHTING, LED BULB
LED LED-8027M57A
700 1 ADJUSTABLE DISCONNECT STICK HASTINGS 3118
701 1 PVC CANISTER CONTAINER KIT HASTINGS 01-3253
1 FENCE MOUNTING KIT HASTINGS 01-3200-41
SUBSTATION HIGH VOLTAGE WARNING SIGNS
SUBSTATION PHASE SIGNS
SUBSTATION SWITCH AND EQUIPMENT SIGNS
CT1 LOT COMPLETE CABLE TRENCH SYSTEM SEE SPECIFICATIONS CC-02
BS1 3STRUCTURAL STEEL, 115kV 1P LOW BUS SUPPORT
SEE SPECIFICATIONS SS-02
BS2 1STRUCTURAL STEEL, 115kV 3P LOW BUS SUPPORT
SEE SPECIFICATIONS SS-03
BS3 1STRUCTURAL STEEL, 115kV LOW BUS & ARRESTER SUPPORT
SEE SPECIFICATIONS SS-04
SS1 1STRUCTURAL STEEL, 115kV SWITCH STAND
SEE SPECIFICATIONS SS-05
MS1 2STRUCTURAL STEEL, 15kV METERING STAND
SEE SPECIFICATIONS SS-06
DS1 1 STRUCTURAL STEEL, 15kV DISTRIBUTION STRUCTURE SEE SPECIFICATIONS SS-07
NOTES:
1. MATERIAL LIST INDICATES THE TYPE, SIZE AND QUALITY
OF MAJOR MATERIALS REQUIRED. CONTRACTOR SHALL
VERIFY ALL CATALOG NUMBERS AND QUANTITIES AS
WELL AS PROVIDE ALL OTHER NECESSARY MATERIALS
NOT SPECIFICALLY LISTED FOR A COMPLETE
INSTALLATION.
LEGEND:
CF - CONTRACTOR FURNISHED
CI - CONTRACTOR INSTALLED
OF - OWNER FURNISHED
OI - OWNER INSTALLED
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
MATERIAL LIST
OWNER & PACKAGER FURNISHED
----
VNEML01D1
SCALEML-01
D. SESSOMS
X. XXXXXX
A 02/11/2021 ISSUED FOR BID
CONTRACTOR FURNISHED MATERIAL LIST
NO. QTY DESCRIPTION MANUFACTURER CATALOG NO.
B100BOLT SET, GALV., 5/8"X 1 1/2", W WASHER & LOCK WASHER, FOR INSULATORS
B101
STAINLESS STEEL BOLT SETS W/ BRONZE NUT (1/2" X AS REQD" BOLT, NUT, 2-FLAT WASHERS, BELLEVILLE WASHER)
430UNDERGROUND CABLE, 600V, 4/0 AL, USE, STATION SERVICE
600 8 RIGID THRU FEED CONDUIT OUTLET BOX WITH BACK PANEL HUBBELL B060604CH-P0606
601 6JUNCTION BOX, 16 x 12 x 8, NEMA 4, W/ HINGED DOOR AND CP1612 INTERIOR PANEL, FOR REGULATORS
HOFFMAN CSD16128
602 5JUNCTION BOX, 20 x 20 x 8, NEMA 4, W/ HINGED DOOR AND CP2020 INTERIOR PANEL, FOR RECLOSERS
HOFFMAN CSD20208
603 2JUNCTION BOX, 24 x 20 x 8, NEMA 4, W/ HINGED DOOR AND CP2420 INTERIOR PANEL, FOR 15kV CT/VT METERING
HOFFMAN CSD24208
6051
PULL BOX, 30 x 48 x 24, TIER 22 LOADING, ELECTRICNEW BASIS
PCA
304824-20036
606 LOT COMPLETE CONDUIT AND CABLE AS SHOWN ON CONSTRUCTION DOCUMENTS
SEE
SPECIFICATION
G14/0 BARE COPPER, SOFT DRAWN, 7 STRAND
G2
3/4" x 10' COPPER CLAD STEEL GROUND ROD
G3#2 COPPER, TIN PLATED, SOFT DRAWN, SOLID
G3A#2 BARE COPPER, SOFT DRAWN, 7 STRAND
G4CROSS CONNECTOR, CU, COMPRESSION, 4/0 CU TO 3/4" GROUND ROD
BURNDY YGL34C29
G5CROSS CONNECTOR, CU, COMPRESSION, 4/0 CU TO 4/0 CU
BURNDY YGL29C29
G12 BRONZE 2 GROOVE TOWER CLAMP WITH BOLTS FOR CLAMPING 1/2" BAR ANDERSON GC143AG212
G13
BRONZE 1 GROOVE TOWER CLAMP WITH BOLTS FOR CLAMPING 1/2" BAR
ANDERSON GC141G212
G14
BRONZE STUD TO CLAMP FOR #2 CU.
ANDERSON GTCL-34A
G14A BRONZE STUD TO CLAMP FOR 4/0 CU. ANDERSON GTCS-41
G15 TINNED CU. PARALLEL CONNECTOR FOR #2 COPPER TO BARBED WIRE OR FENCE FABRIC ANDERSON SBS2
G16 BRONZE TAP LUG FOR 4/0 CU. TO FLAT ANDERSON TLD-52-L
G17FLEXIBLE TINNED COPPER GROUNDING BRAID, 24"
ANDERSON GB-200-5A
G18 BRONZE PARALLEL CONNECTOR #2 TO 4/0 CU MAIN AND TAP WITH CABLE SEPARATOR ANDERSON KR-3
G19 U-BOLT CLAMP FOR 1.75" O.D. TOP RAIL TO #2 CU. ANDERSON GC-111-5B
G21 U-BOLT CLAMP FOR 2.5" O.D. LINE FENCE POST TO 4/0 CU. ANDERSON GC-110-82C
G22 U-BOLT CLAMP FOR 3.0" O.D. CORNER FENCE POST TO 4/0 CU. ANDERSON GC-110-102C
G23
U-BOLT CLAMP FOR 4.0" O.D. GATE POST TO 4/0 CU. (20' GATE)
ANDERSON GC-110-142C
G24 BRONZE 4/0 CU. TO 2-HOLE NEMA PAD ANDERSON SWL-025-B
G25
GROUND CONNECTOR FOR FLEXIBLE GROUNDING BRAID TO 6" O.D. GATE FRAME (20' GATE)
SEFCOR GBR-69
G26 GROUND CONNECTOR FOR FLEXIBLE GROUNDING BRAID TO 2" O.D. GATE FRAME ANDERSON GC-109-06
G27COMPRESSSION CONNECTOR, 4/0 CU. TO #4 OR #2 CU.
BURNDY YGHC29C26
G28BRONZE GROUNDING TERMINAL, TWO 4/0 CU. CABLES TO 2-HOLE NEMA PAD, TIN PLATED
SEFCOR FNCT2-12-2B-SND
G29BRONZE GROUNDING TERMINAL, 4/0 CU. TO 2-HOLE NEMA PAD, THROUGH TYPE
SEFCOR GLT-12
G34COPPER GROUNDING TERMINAL, #2 CU. TO 1-HOLE PAD, FOR J-BOX
BURNDY KA-25
G37
U-BOLT CLAMP FOR 6" SPS (6-5/8" O.D.) RIGID PIPE TO 4/0 CU.
ANDERSON GC-111-14C
*CONTRACTOR TO VERIFY ALL QUANTITIES*
NOTES:
1. MATERIAL LIST INDICATES THE TYPE, SIZE AND QUALITY
OF MAJOR MATERIALS REQUIRED. CONTRACTOR SHALL
VERIFY ALL CATALOG NUMBERS AND QUANTITIES AS
WELL AS PROVIDE ALL OTHER NECESSARY MATERIALS
NOT SPECIFICALLY LISTED FOR A COMPLETE
INSTALLATION.
LEGEND:
CF - CONTRACTOR FURNISHED
CI - CONTRACTOR INSTALLED
OF - OWNER FURNISHED
OI - OWNER INSTALLED
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
ISSUED FOR BID
MATERIAL LIST
CONTRACTOR FURNISHED
VNEML01D1
SCALEML-02
D. SESSOMS
A 02/11/21 ISSUED FOR BID
NORTH SOUTH
BASELINE
EA
ST
W
ES
T
BA
SE
LIN
E
BS1
MS1
SP1
DS1
MS1
SP1
TS1 TS1
DS2
TS1 TS1 TS1
SM1
SP1
SP2
SP1
SP1
BS1
BS1
BS2
BS3
SS1
SM (EXIST)
SM (EXIST)
SM (EXIST)
BS (EXIST)
SS (EXIST)
DE (EXIST)
ISSUED FOR BID
REFERENCE DRAWINGS
GENERAL ARRANGEMENT - ULTIMATE GA-01-2
STRUCTURAL STEEL SCHEDULE
ITEM DESCRIPTION
QUANTITY
DRAWING
EXIST NEW
BS1 115kV 1Ø LOW BUS SUPPORT 3 SS-02
BS2 115kV 3Ø LOW BUS SUPPORT 1 SS-03
BS3 115kV 3Ø LOW BUS & ARRESTER SUPPORT 1 SS-04
SS1 115kV SWITCH STAND 1 SS-05
MS1 15kV METERING STAND 2 SS-06
DS1 15kV DISTRIBUTION STRUCTURE - 2 BAYS 1 SS-07
DS2 15kV DISTRIBUTION STRUCTURE - 3 BAYS 1 SS-07
TS1 15kV TERMINATION STAND 5 SS-08
SM1 STATIC MAST 1 SS-09
SP1 GROUND PLATFORM - SMALL 5 SS-10
SP2 GROUND PLATFORM - LARGE 1 SS-10
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
STRUCTURAL STEEL
PLAN VIEW
VNESS01D1
1" = 10'-0"SS-01
D. SESSOMS
D. SESSOMS
A 01/22/21 ISSUED FOR BID
115kV SINGLE PHASE LOW BUS SUPPORT - BS1 (3 REQ'D)
SCALE:
3
4
" = 1'-0"
12
'-9
3
8
"
3"
1'-2
"
ELEVATION
3
16
B
--
C
--
HSS 8x8x
3
16
A
--
1
--
(4)-1
1
4
"Ø HOLES
FOR 1"Ø ANCHOR BOLTS
℄ LEG
℄ LEG
℄ LEG
℄ LEG
1'-4
"
1'-4"
2"
2"
2"
2"
6"
6"
6" 6"
10
"
10"
8"
8"
℄ LEG
℄ LEG
3
16
3
16
1
4
1
4
⅊
3
4
"x16"x1'-4"
SEE VENTING
DETAIL
1 1/2" = 1'-0"
SECTION A
--
1 1/2" = 1'-0"
SECTION B
--
⅊
1
2
"x10"x0'-10"
FABRICATOR TO PROVIDE
VENTING @ FACES OF
COLUMN IMMEDIATELY BELOW
PLATE
(4)-
11
16
"Ø HOLES ON 5" B.C. @ 45°
⅊
1
4
"x8"x1'-1" (BENT)
1 1/2" = 1'-0"
SECTION C
--
7
8
"
2
1
2
"
7
8
"
7
8
"
3
16
3" = 1'-0"
DETAIL 1
--
⅊
1
4
"x1
3
4
"x0'-2
1
2
"
ON ℄ OF COLUMNS
9
16
"Ø
HOLE
REFERENCE DRAWINGS
STRUCTURAL STEEL - PLAN VIEW SS-01
SLOT
DIA.
A
b
W
ba
VENTING DETAIL
ab
B
W/2
HOLE
DIA.
COLUMN BASE LEVELING DETAIL
2"
WASHER
DOUBLE NUT
TOP OF PIER
N.T.S.
N.T.S.
* WALL THICKNESS VARIES. VALUES IN TABLE VALID FOR
WALL THICKNESSES OF
3
16
" TO
1
2
" INCLUSIVE.
SECTION
SIZE *
W
(IN)
W/2
(IN)
a
(IN)
b
(IN)
A
(IN)
B
(IN)
HSS 6x6 6 3 1
1
2
1
1
2
1
1
4
3
HSS 8x8 8 4 1
3
4
2
1
4
1
1
2
4
HSS 10x10 10 5 2 3 2 5
HSS 12x12 12 6 2 4 2 6
HSS 14x14 14 7 2 5 2 7
HSS 16x16 16 8 2 6 2 8
W/2
a
W/2
W/2
ab
W
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
ISSUED FOR FABRICATION BID
STRUCTURAL STEEL
115KV SINGLE PHASE BUS SUPPORT-BS1
ELEVATION & DETAILS
VNESS02D1
1" = 10'-0" SS-02
D. SESSOMS
D. SESSOMS
A 02/11/21 ISSUED FOR BID
15'-0"
7'-0"
3'-6"
ELEVATION
12
'-9
3
8
"
3'-6" 3'-6" 3'-6"
7'-0" 7'-0"
6" 6"
115kV 3-PHASE LOW BUS SUPPORT - BS2 (1 REQ'D)
SCALE:
3
4
" = 1'-0"
A
--
C
--
B
--
2
--
TYP.
HSS 8x8x
3
16
SIDE
PLAN
1'-2
"
TACK WELD 16GA.
EXPANDED WIRE MESH AT
ENDS OF HSS
1
--
TYP.
HSS 8x8x
3
16
HSS 8x8x
3
16
(4)-
11
16
"Ø HOLES ON 5" B.C.
8"
3"
8"
6"6"2"2"
1'-4"
(4)-1
1
4
"Ø HOLES FOR
1"Ø ANCHOR BOLTS
6"
1'-4"
2"
6"
2"
1'-2"
5
1
2
"5
1
2
"1
1
2
"
1
1
2
"
5
1
2
"5
1
2
"
1'-2"
1
1
2
"1
1
2
"
5
1
2
"
1'-2"
1
1
2
"1
1
2
"5
1
2
"
5
1
2
"5
1
2
"
1'-2"
1
1
2
"1
1
2
"
1"Ø HOLE
(THRU HSS)
4" 4"
4"
4"
3
16
3
16
3
16
3
16
3
16
3
16
1 1/2" = 1'-0"
SECTIONA
--
1 1/2" = 1'-0"
SECTIONB
--
PL
3
4
"x16"x1'-4"
SEE VENTING
DETAIL
PL
1
2"x14"x1'-2"
SEE VENTING
DETAIL
1 1/2" = 1'-0"
SECTIONC
--
PL
1
2"x14"x1'-2"
1 1/2" = 1'-0"
SECTION2
--
PL
3
8"x8"x1'-1" (BENT)
7
8
"
2
1
2
"
7
8
"
7
8
"
3
16
PL
1
4
"x1
3
4
"x0'-2
1
2
"
ON C OF COLUMNS
9
16
"Ø
HOLE
1 1/2" = 1'-0"
DETAIL1
--
C LEG
L
C LEG
L
C LEG
L
C LEG
L
L
1. ALL STRUCTURE MOUNTING HOLES ARE
3
4
"Ø FOR A325
5
8
"Ø BOLTS UNLESS
OTHERWISE NOTED.
2. EACH BOLT ASSEMBLY SHALL INCLUDE A
TYPE "MF" LOCKNUT.
GENERAL NOTES
REFERENCE DRAWINGS
STRUCTURAL STEEL - PLAN VIEW SS-01
SLOT
DIA.
A
b
W
ba
VENTING DETAIL
ab
B
W/2
HOLE
DIA.
COLUMN BASE LEVELING DETAIL
2"
WASHER
DOUBLE NUT
TOP OF PIER
N.T.S.
N.T.S.
* WALL THICKNESS VARIES. VALUES IN TABLE VALID FOR
WALL THICKNESSES OF
3
16
" TO
1
2
" INCLUSIVE.
SECTION
SIZE *
W
(IN)
W/2
(IN)
a
(IN)
b
(IN)
A
(IN)
B
(IN)
HSS 6x6 6 3 1
1
2
1
1
2
1
1
4
3
HSS 8x8 8 4 1
3
4
2
1
4
1
1
2
4
HSS 10x10 10 5 2 3 2 5
HSS 12x12 12 6 2 4 2 6
HSS 14x14 14 7 2 5 2 7
HSS 16x16 16 8 2 6 2 8
W/2
a
W/2
W/2
ab
W
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
ISSUED FOR FABRICATION BID
STRUCTURAL STEEL
115KV THREE PHASE BUS SUPPORT-BS2
ELEVATION & DETAILS
VNESS03D1
1" = 10'-0" SS-03
D. SESSOMS
D. SESSOMS
A 01/22/21 ISSUED FOR BID
15'-0"
7'-0"
3'-6"
ELEVATION
12
'-9
3
8
"
3'-6" 3'-6" 3'-6"
7'-0" 7'-0"
6" 6"
115kV 3-PHASE LOW BUS & ARRESTER SUPPORT - BS3 (1 REQ'D)
SCALE:
3
4
" = 1'-0"
A
--
C
--
B
--
HSS 8x8x
3
16
SIDE
PLAN
1'-2
"
TACK WELD 16GA.
EXPANDED WIRE MESH AT
ENDS OF HSS
1
--
TYP.
HSS 8x8x
3
16
HSS 8x8x
3
16
1
4
1
4
(3)-
9
16
" HOLES @ 120°
ON 10
3
4
" B.C. (TYP)
1'-8
"1
'-8
"
4'-4"
C8 X 11.5
PL
1
2
" X 12" X 1'-0"
1
4
1
4
(4)-
11
16
" HOLES
ON 5" B.C. (TYP)
9'-0
" (T
YP
.)
2
--
GROUND TABS @ 4'-0" O.C.
6"6"2"2"
1'-4"
(4)-1
1
4
"Ø HOLES FOR
1"Ø ANCHOR BOLTS
6"
1'-4"
2"
6"
2"
1'-2"
5
1
2
"5
1
2
"1
1
2
"
1
1
2
"
5
1
2
"5
1
2
"
1'-2"
1
1
2
"1
1
2
"
5
1
2
"
1'-2"
1
1
2
"1
1
2
"5
1
2
"
5
1
2
"5
1
2
"
1'-2"
1
1
2
"1
1
2
"
1"Ø HOLE
(THRU HSS)
3
16
3
16
3
16
3
16
1 1/2" = 1'-0"
SECTIONA
--
1 1/2" = 1'-0"
SECTIONB
--
PL
3
4
"x16"x1'-4"
SEE VENTING
DETAIL
PL
1
2"x14"x1'-2"
SEE VENTING
DETAIL
1 1/2" = 1'-0"
SECTIONC
--
PL
1
2"x14"x1'-2"
7
8
"
2
1
2
"
7
8
"
7
8
"
3
16
PL
1
4
"x1
3
4
"x0'-2
1
2
"
ON C OF COLUMNS
9
16
"Ø
HOLE
1 1/2" = 1'-0"
DETAIL1
--
C LEG
L
C LEG
L
C LEG
L
C LEG
L
L
8"
4" 4"
2
1
2
"
2
1
2
"
7"
3
1
2
"3
1
2
"
2
1
2
"2
1
2
"
⅊
3
8
"x7"
(4)-
1
2"Ø
HOLES
1 1/2" = 1'-0"
DETAIL2
--
4"
3
16
1. ALL STRUCTURE MOUNTING HOLES ARE
3
4
"Ø FOR A325
5
8
"Ø BOLTS UNLESS
OTHERWISE NOTED.
2. EACH BOLT ASSEMBLY SHALL INCLUDE A
TYPE "MF" LOCKNUT.
GENERAL NOTES
REFERENCE DRAWINGS
STRUCTURAL STEEL - PLAN VIEW SS-01
SLOT
DIA.
A
b
W
ba
VENTING DETAIL
ab
B
W/2
HOLE
DIA.
COLUMN BASE LEVELING DETAIL
2"
WASHER
DOUBLE NUT
TOP OF PIER
N.T.S.
N.T.S.
* WALL THICKNESS VARIES. VALUES IN TABLE VALID FOR
WALL THICKNESSES OF
3
16
" TO
1
2
" INCLUSIVE.
SECTION
SIZE *
W
(IN)
W/2
(IN)
a
(IN)
b
(IN)
A
(IN)
B
(IN)
HSS 6x6 6 3 1
1
2
1
1
2
1
1
4
3
HSS 8x8 8 4 1
3
4
2
1
4
1
1
2
4
HSS 10x10 10 5 2 3 2 5
HSS 12x12 12 6 2 4 2 6
HSS 14x14 14 7 2 5 2 7
HSS 16x16 16 8 2 6 2 8
W/2
a
W/2
W/2
ab
W
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
STRUCTURAL STEEL
115KV THREE PHASE BUS & ARRESTER
SUPPORT-BS3
VNESS04D1
1" = 10'-0" SS-04
D. SESSOMS
D. SESSOMS
A 01/22/21 ISSUED FOR BID
ISSUED FOR FABRICATION BID
PLAN
115kV THREE PHASE SWITCH STRUCTURE - SS1 (1 REQ'D)
FRONT ELEVATION
10'-0"
SIDE ELEVATION
SCALE:
3
4
" = 1'-0"
19
'-4
"
9'-0
" (T
YP
.)
C8x11.5
HSS 10x10x
3
16
2
--
1
--
TYP.
A
--
21'-6"
5'-0"5'-0" 5'-0" 5'-0"
10'-0" 10'-0"
9" 9"
C
--
B
--
HSS 8x8x
1
4
1'-2
"
TACK WELD 16GA.
EXPANDED WIRE MESH AT
ENDS OF HSS
1
4
1
4
4"
5"
3"
2"2"
(1)-
9
16
"Ø HOLES
3
16
3
16
(2)-
11
16
"Ø HOLES
3
--
3'-4
"
1'-0
"
L 3"x3"x
3
8
"x 0'-8"
5'-0
"
4"
L 3"x3"x
3
8
"x 0'-8"
W/ (2)
11
16
"Ø HOLES @ 2" GA
℄ LEG
℄ LEG
1'-6
"
1'-6"
2"
2"
2"
2"
7"
7"
7" 7"
℄ LEG
℄ LEG
1'-4
"
1'-4"
1
1
2
"
1
1
2
"
1
1
2
"
1
1
2
"
6
1
2
"6
1
2
"
6
1
2
" 6
1
2
"
1
4
1
4
SEE VENTING DETAIL
(4)-1
1
4"Ø HOLES FOR
1"Ø ANCHOR BOLTS
⅊ 1"x18"x1'-6" ⅊
1
2
"x16"x1'-4"
SEE VENTING DETAIL
1 1/2" = 1'-0"
SECTION A
--
1 1/2" = 1'-0"
SECTION B
--
1 1/2" = 1'-0"
SECTION C
--
1'-4
"
6
1
2
"6
1
2
"1
1
2
"1
1
2
"
6
1
2
"6
1
2
"
1'-4"
1
1
2
"1
1
2
"
3
16
3
16
PL
1
2"x16"x1'-4"
8"
4" 4"
2
1
2
"
2
1
2
"
7"
3
1
2
"3
1
2
"
2
1
2
"
2
1
2
"
⅊
3
8
"x7"
(4)-
1
2"Ø
HOLES
1 1/2" = 1'-0"
DETAIL 2
--
4"
3
16
3"
2
1
8
"
9
3
4
"
2
1
8
"
1'-2"
2
1
8
"
9
3
4
"
2
1
8
"
1'-2"
1
4
1
4
(4)-
11
16
"
HOLES
PL
3
8
"x14"x1'-9
1
4
"
1 1/2" = 1'-0"
DETAIL3
--
7
8
"
2
1
2
"
7
8
"
7
8
"
3
16
3" = 1'-0"
DETAIL 1
--
⅊
1
4
"x1
3
4
"x0'-2
1
2
"
ON ℄ OF COLUMNS
9
16
"Ø
HOLE
1. ALL STRUCTURE MOUNTING HOLES ARE
3
4
"Ø
FOR A325
5
8
"Ø BOLTS UNLESS OTHERWISE
NOTED.
2. EACH BOLT ASSEMBLY SHALL INCLUDE A
TYPE "MF" LOCKNUT.
GENERAL NOTES
REFERENCE DRAWINGS
STEEL ERECTION PLAN SS-01
SLOT
DIA.
A
b
W
ba
VENTING DETAIL
ab
B
W/2
HOLE
DIA.
COLUMN BASE LEVELING DETAIL
2"
WASHER
DOUBLE NUT
TOP OF PIER
N.T.S.
N.T.S.
* WALL THICKNESS VARIES. VALUES IN TABLE VALID FOR
WALL THICKNESSES OF
3
16
" TO
1
2
" INCLUSIVE.
SECTION
SIZE *
W
(IN)
W/2
(IN)
a
(IN)
b
(IN)
A
(IN)
B
(IN)
HSS 6x6 6 3 1
1
2
1
1
2
1
1
4
3
HSS 8x8 8 4 1
3
4
2
1
4
1
1
2
4
HSS 10x10 10 5 2 3 2 5
HSS 12x12 12 6 2 4 2 6
HSS 14x14 14 7 2 5 2 7
HSS 16x16 16 8 2 6 2 8
W/2
a
W/2
W/2
ab
W
STRUCTURAL STEEL
115KV THREE PHASE SWITCH STRUCTURE - SS1
ELEVATION & DETAILS
VNESS05D1
1" = 10'-0"SS-05
D. SESSOMS
D. SESSOMS
A 01/22/21 ISSUED FOR BID
ISSUED FOR FABRICATION BID
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
SCALE:
3
8
"=1'-0"
15kV METERING STAND - MS1 (2 REQ'D)
B4
10"
17'-5"
1'-10
1
2
"2'-4"
2'-9"
5'-0"
1'-7"4'-4"
3'-6"
4'-4"1'-7"
3'-4
1
2
" 4'-0"4'-0"
4'-7
1
2
"
8'-10"
1'-2"
3'-0"
3'-0"
4'-0"
4'-0"
B
06-2
TYP.
A
06-2
TYP
B3
B2
B1
C1 C2
6'-0"
18'-0
1
2
"
17'-6
1
8
"
B4
C2
ELEVATION
16'-0"
SIDE ELEVATION
PLAN
C2C1
B3
B4B4
3'-0
1
8
"4'-0" 4'-0"
4'-3
1
8
"
1'-6
5
8
"4'-4"
3'-6"4'-4"
1'-6
5
8
"
4'-0"
4'-0"3'-0
1
8
" 4'-3
1
8
"
3
8
"
15'-3
1
4
"
15'-3
1
4
"
12
06-2
TYP.
2
06-2
TYP.
8
06-2
TYP.
12
06-2
TYP.
2'-0
1
8
"3'-10
1
2
"
4'-0"2'-10
5
8
"2'-3"
15'-3
1
4
"
1
06-2
TYP.
SCALE:
1
2
"=1'-0"
B1 (1 REQ'D)
HSS 6X6X
1
4
SCALE:
1
2
"=1'-0"
B2 (1 REQ'D)
FRONT
TOP
FRONT
TOP
HSS 6X6X
1
4
SCALE:
1
2
"=1'-0"
B3 (1 REQ'D)
FRONT
TOP
3
8
"
3
8
"
3
8
"
3
8
"
3
8
"
HSS 6X6X
1
4
SCALE:
1
2
"=1'-0"
B4 (3 REQ'D)
6'-0"
2
1
2
"3'-3"1'-11
1
2
"7"
10
06-2
(BOTH ENDS)
8
06-2
9
06-2
TYP.
5
06-2
12
06-2
1'-9"
3'-0"3'-0"
1'-3"
HSS 6X6X
1
4
7
3
4
"
C1 (1 REQ'D)
SCALE:
3
4
"=1'-0"
1"
8'-10"
5'-0"
2'-9"
1"
8'-10"
5'-0"
2'-9"
1"
17'-5"
1'-2"
3'-0"
3'-0"
4'-0"
4'-0"
1
4
"
1
4
"
11
1
4
"
1'-9
1
2
"
3'-5
1
2
"7'-0"
6'-10
1
4
"
3
06-2
4
06-2
TYP.
B
06-2
TYP.
12
06-2
TYP.
17'-5"
2'-4"
1'-10
1
2
"
HSS 8X8X
1
4
1"
1'-2"
3'-0"
3'-0"
4'-0"
4'-0"
C2 (1 REQ'D)
SCALE:
3
4
"=1'-0"
B
06-2
TYP.
11
06-2
TYP.
3
06-2
12
06-2
TYP.
6
06-2
TYP.
HSS 8X8X
1
4
7
06-2
TYP.
REFERENCE DRAWINGS
STRUCTURAL STEEL - PLAN VIEW SS-01
25/15kV METERING STAND - (MS1) STEEL DETAILS SS-06-2
1. ALL STRUCTURE MOUNTING HOLES ARE
3
4"Ø FOR A325
5
8"Ø BOLTS UNLESS OTHERWISE NOTED.
2. EACH BOLT ASSEMBLY SHALL INCLUDE A TYPE "MF"
LOCKNUT.
3. VENTING BY FABRICATOR.
GENERAL NOTES
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
STRUCTURAL STEEL
15KV METERING STAND - MS1
ELEVATION & DETAILS
VNESS06D1
1" = 10'-0"SS-06-1
D. SESSOMS
D. SESSOMS
A 01/22/21 ISSUED FOR BID
ISSUED FOR FABRICATION BID
1'-4"
2" 6" 2"6"
1'-4
"
2"
6"
6"
2"
1-1/2" = 1'-0"
SECTION A
06-1
(4)-1
1
4
"Ø HOLES FOR 1"
ANCH0R BOLTS
⅊ 1"x16"x1'-4"
SEE
VENTING
DETAIL
HSS8x8x
1
4
1
4
8"
1
1
4
"2
3
4
"1
1
4
"2
3
4
"
1'-3"
6" 6"1
1
2
"1
1
2
"
(4)-
3
4
"Ø HOLES
1-1/2" = 1'-0"
SECTION B
06-1
SEE VENTING
DETAIL
HSS8x8x
1
4
⅊
3
8
"x8"x1'-3"
HSS6x6x
1
4
HSS8x8x
1
4
(2)-⅊
3
8
"x8"x1'-3"
1
4
1
4SEE NOTE 3
SECTION VIEW FRONT VIEW
HSS6x6x
1
4
1'-2"
10"2"2"
(4)-
1
2
"Ø HOLES
8
5
8
"1
11
16
"1
11
16
"
⅊
3
8
"x12"x1'-2"
SEE NOTE 3
3
16
1-1/2" = 1'-0"
DETAIL 2
06-1
*MOUNTING FOR
ARTECHE URJ-17
SIDE VIEW
TOP VIEW
SIDE VIEW ELEVATION
1'-9
1
2
"
1
1
2
"1'-6
1
2
"1
1
2
"
(2)-
1
2
"Ø HOLES
3"
3"
6"
HSS8x8x
1
4
C6x8.2x1'-9
1
2
"
HSS8x8x
1
4
C6x8.2x1'-9
1
2
"
TYP
1
4
1-1/2" = 1'-0"
DETAIL 4
06-1
*MOUNTING FOR HOFFMAN
CSD24208
1-1/2" = 1'-0"
DETAIL 5
06-1
*MOUNTING FOR ARTECHE
CRE-17
3
1
2
"
2
1
4
"1
1
4
"
3"
1
1
8
"1
1
8
"
5
1
4
"
(2)-
11
16
"Ø HOLES
3"
HSS8x8x
1
4
∠3
1
2
"x3"x
1
4
"
3
16
SEE NOTE 3
1-1/2" = 1'-0"
DETAIL 6
06-1
TOP VIEW
SIDE VIEW
HSS8x8x
1
4
FABRICATOR TO PROVIDE
VENTING IMMEDIATELY
BELOW PLATE
⅊
1
4
"x8
1
2
"x8
1
2
"
1
4
SIDE VIEW
HSS6x6x
1
4
5"
5"
1'-1
"
1
1
2
"1
1
2
"
5" 5"
1'-1"
1
1
2
" 1
1
2
"
(4)-
11
16
"Ø HOLES
⅊
3
8
"x13"x1'-1"
1
4
SEE NOTE 3
SECTION VIEW
1-1/2" = 1'-0"
DETAIL 8
06-1
PLAN VIEW
1-1/2" = 1'-0"
DETAIL 9
06-1
1-1/2" = 1'-0"
DETAIL 11
06-1
4"
4"
SEE NOTE 3
3
4
"Ø HOLE
HSS4x4x
1
4
HSS8x8x
1
4
3
16
TACK WELD 16GA.
EXPANDED WIRE
MESH AT ENDS
OF HSS
1-1/2" = 1'-0"
DETAIL 10
06-1
HSS6x6x
1
4
⅊
3
8
"x12"x1'-2"
HSS6x6x
1
4
FRONT VIEW
TOP VIEW
(4)-
9
16
"Ø HOLES
3
1
8
"3
1
8
"
C3x3.5
(2)-
9
16
"Ø HOLES
HSS6x6x
1
4
FRONT VIEW TOP VIEW
2"
5"
5"
2"
1'-2
"
2" 4" 4" 2"
⅊
3
8
"x12"x1'-2"
HSS4x4x
1
4
7
3
8
"
3
8
"
7
3
4
"
1
3
8
"
1
4
3
16
DETAIL
1-1/2" = 1'-0"
3
06-1
1'-8"
13
16
"
2'-3"
∠2
1
2
"x2
1
2
"x
1
4
"x20"
9
16
"Ø HOLES
HSS6x6x
1
4
TYP
TYP
3
16
HSS6x6x
1
4
FRONT VIEW
SIDE VIEW
1-1/2" = 1'-0"
DETAIL 1
06-1
1
5
16
"
1
4
3
16
1
4
1
4
3
16
9"
CL OF
CHANNEL
3
16
3" = 1'-0"
DETAIL 7
06-1
4"
7"
3
1
2
" 3
1
2
"
8"
1
1
2
"1
1
2
"
2
1
2
" 2
1
2
"
2
1
2
"2
1
2
"
⅊
1
4
" (BENT)
1
4
1
4
2
1
2
"
7
8
"
7
8
"
7
8
"
1
3
4
"
R
7
8
"
9
16
"Ø HOLES
⅊
1
4
"x1
3
4
"x2
1
2
"
1
4
3" = 1'-0"
DETAIL 12
06-1
REFERENCE DRAWINGS
STRUCTURAL STEEL - 25/15kV METERING STAND SS-06-1
SLOT
DIA.
A
b
W
ba
VENTING DETAIL
ab
B
W/2
HOLE
DIA.
COLUMN BASE LEVELING DETAIL
2"
WASHER
DOUBLE NUT
TOP OF PIER
* WALL THICKNESS VARIES. VALUES IN TABLE VALID FOR
WALL THICKNESSES OF
3
16
" TO
1
2
" INCLUSIVE.
SECTION
SIZE *
W
(IN)
W/2
(IN)
a
(IN)
b
(IN)
A
(IN)
B
(IN)
HSS 6x6 6 3 1
1
2
1
1
2
1
1
4
3
HSS 8x8 8 4 1
3
4
2
1
4
1
1
2
4
HSS 10x10 10 5 2 3 2 5
HSS 12x12 12 6 2 4 2 6
HSS 14x14 14 7 2 5 2 7
HSS 16x16 16 8 2 6 2 8
W/2
a
W/2
W/2
ab
W
1. ALL STRUCTURE MOUNTING HOLES ARE
3
4"Ø FOR A325
5
8"Ø BOLTS UNLESS OTHERWISE NOTED.
2. EACH BOLT ASSEMBLY SHALL INCLUDE A TYPE "MF"
LOCKNUT.
3. VENTING BY FABRICATOR.
GENERAL NOTES
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
STRUCTURAL STEEL
15KV METERING STAND - MS1
DETAILS
VNESS06D2
1" = 10'-0"SS-06-2
D. SESSOMS
D. SESSOMS
A 01/22/21 ISSUED FOR BID
ISSUED FOR FABRICATION BID
6'-7
"9
'-9
"4
'-5
1
4
"
20
'-9
1
4
"
15kV DISTRIBUTION STRUCTURE - DS1 (1 REQ'D)
SCALE:
1
4
" = 1'-0"
ELEVATION
15kV DISTRIBUTION STRUCTURE - DS2 (1 REQ'D)
SCALE:
1
4
" = 1'-0"
ELEVATION
PLAN PLAN
12'-0" 14'-0" 12'-0" 12'-0" 14'-0" 12'-0" 12'-0"
15
'-0
1
2
"2
'-3
"
3'-0" 4'-0" 4'-0" 3'-0"
2'-4
1
2
"4'-0" 4'-0"
3'-7
1
2
"3'-0" 3'-0" 3'-0" 3'-0"3'-0" 3'-0" 3'-0" 3'-0"
B1
B2
B3
B4
B1
B2
C2C2 C2C2C1 C1 C1 C1 C1
6'-7
"9
'-9
"4
'-5
1
4
"
20
'-9
1
4
"
15
'-0
1
2
"
3'-0" 4'-0" 4'-0" 3'-0"
2'-4
1
2
"4'-0" 4'-0"
3'-7
1
2
"3'-0" 3'-0" 3'-0" 3'-0"3'-0" 3'-0" 3'-0" 3'-0"
B1
B2
B3
B4
B1
B2
3'-0" 3'-0" 3'-0" 3'-0"
B1
B2
B5 B5 B5 B5 B5 B5 B5 B5 B5
2'-9
"2
'-9
"
2'-9
"2
'-9
"
1
07-2
TYP
A
07-2
TYP
B
07-2
TYP
A
07-3
TYP
2'-3
"
1. ALL STRUCTURE MOUNTING HOLES ARE
3
4"Ø FOR A325
5
8"Ø BOLTS UNLESS OTHERWISE NOTED.
2. EACH BOLT ASSEMBLY SHALL INCLUDE (2) ROUND
WASHERS AND A TYPE "MF" LOCKNUT.
3. VENTING BY FABRICATOR
GENERAL NOTES
REFERENCE DRAWINGS
STRUCTURAL STEEL - PLAN VIEW SS-01
15kV DISTRIBUTION - STEEL DETAILS SS-07-2 TO 07-3
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
STRUCTURAL STEEL
15KV DISTRIBUTION STRUCTURE - DS1, DS2
ELEVATION & PLAN
VNESS07D1
1" = 10'-0"SS-07-1
D. SESSOMS
D. SESSOMS
A 01/22/21 ISSUED FOR BID
ISSUED FOR FABRICATION BID
C2 (4 REQ'D)
SCALE:
3
4
"=1'-0"
FRONT VIEW
6'-7
"
2'-4
"1
'-6
1
2
"
1'-4
"4
'-0
"
9'-9
"
3'-1
1
1
4
"
3'-1
1
1
4
"
2'-3
3
4
"5
"
3
1
2
"
9
16
"Ø HOLES
(N.S.,F.S.) ON GAGE,
U.N.O
16
'-4
"
C1 (5 REQ'D)
SCALE:
3
4
"=1'-0"
FRONT VIEW
A
--
B
--
1
--
(TYP)
W12x26
6'-7
"
2'-4
"1
'-6
1
2
"
1'-4
"4
'-0
"
9'-9
"
3'-4
"
3'-1
1
1
4
"
2'-7
3
4
"
2'-4
1
4
"5
"
3
1
2
"
9
16
"Ø HOLES
(N.S.,F.S.) ON GAGE,
U.N.O
14
'-3
1
2
"
A
--
B
--
1
--
TYP
W12x26
5" 5"
11
1
4
"
10
3
4
"
2"6" 6"
2"
6"
2"
6"
2"
1'-4"
1'-4
"
(4)-1
1
4
"Ø HOLES FOR
1"Ø ANCHOR BOLTS
⅊ 1"x16"x1'-4"
W12x26
1 1/2" = 1'-0"
SECTIONB
--
1 1/2" = 1'-0"
DETAIL1
--
℄ LEG
℄ LEG
1'-1
"
7
1
2
"
2"
4
1
4
"4
1
4
"
3
1
2
"
1
4
⅊
1
2
"x7
1
2
"x1'-1"
2"
(4)-
3
4
"Ø HOLES
⅊
1
2
x13"x1'-1"
1
4
1
4
2"
4
1
2
"2
"4
1
2
"
2"4
1
2
"4
1
2
"2"
1 1/2" = 1'-0"
SECTIONA
--
(4)-
3
4
"Ø HOLES
1
4
REFERENCE DRAWINGS
STRUCTURAL STEEL - PLAN & ELEVATIONS SS-07-1
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
STRUCTURAL STEEL
15KV DISTRIBUTION STRUCTURE - DS1, DS2
COLUMN DETAILS
VNESS07D2
1" = 10'-0"SS-07-2
D. SESSOMS
D. SESSOMS
A 01/22/21 ISSUED FOR BID
ISSUED FOR FABRICATION BID
1"
1"
1"
1"
11
"
4
1
2
"4
1
2
"
4
1
2
"4
1
2
"
11"
VENTING BY
FABRICATOR
HSS 6x6x
3
16
3
16
(4)-
3
4
"Ø HOLES
1 1/2" = 1'-0"
SECTIONA
--
⅊
1
2
x11"x11"
9
16
Ø HOLES
(TYP)
6"
2"
2'-0
"
2'-2
"
6"
5"
1"
1"
2"
5"
2"
⅊
1
4
" ⅊
1
4
"
⅊
1
4
"
1
4
TYP.
1 1/2" = 1'-0"
DETAIL1
--
3
16
3
16
5"
B1 (5 REQ'D)
A
--
1'-8
1
4
"
11'-4
1
2
"
4'-0"
1
2
"
1'-8
1
4
"4'-0"
1
2
"
SCALE:
3
4
"=1'-0"
PLAN
3'-8
1
4
"4'-0"
3'-8
1
4
"
1
2
"
1
2
"
9
1
4
"9
1
4
"
TYP
3
16
3
16
B2 (5 REQ'D)
SCALE:
3
4
"=1'-0"
B3 (2 REQ'D)
SCALE:
3
4
"=1'-0"
B4 (2 REQ'D)
SCALE:
3
4
"=1'-0"
2'-6"2'-6"3" 3"
(4)-
9
16
"Ø HOLES
ON 3" B.C. (TYP)
HSS 6x6x
3
16
W6x15
PLAN
B5 (9 REQ'D)
SCALE:
3
4
"=1'-0"
BOTTOM
2'-4
3
4
"8
1
2
"2'-4
3
4
"
3
1
2
"
(4)-
3
4
"Ø HOLES
5'-6"
11
"1
1"
9
16
"Ø
HOLES,
TYP.
C6x8.2
2
1
2
"
1
3
4
"
1
5
8
"
⅊
1
4
" W/
9
16
"Ø HOLE
TYP
3
16
1
2
"
1
2
"
2'-8
1
4
"3'-0"3'-0"
2'-7
3
4
"
11'-4
1
2
"
HSS 6x6x
3
16
1
--
TYP.
4"
8"
⅊
3
8
" (BENT)
TYP
3
16
3
16
1
2
"
3'-3
3
4
"
(4)
9
16
"Ø HOLES
ON 3" B.C.
4'-0"4'-0"2'-0
1
4
"
1
2
"
HSS 6x6x
3
16
4
1
2
"
3" 3"
7
1
4
"
⅊
3
8
" (BENT)
HSS 6x6x
3
16
TYP
3
16
4"
8"
⅊
3
8
" (BENT)
TYP
3
16
3
16
1
2
"
2'-7
3
4
"4'-0"4'-0"
2'-7
3
4
"
1
2
"
1"1"
8"
2"
2"
8"
⅊
3
8
" (BENT)
1
2
"
2'-8
1
4
"4'-0"4'-0"
2'-7
3
4
"
1
2
"
1"1"
8"
2"
2"
8"8"
HSS 6x6x
3
16
HSS 6x6x
3
16
PLAN
PLAN
13'-4
1
2
"
13'-4
1
2
"
PLAN
(2)
9
16
"Ø
HOLES
A
--
(2)
9
16
"Ø HOLES
3
16
REFERENCE DRAWINGS
STRUCTURAL STEEL
15KV DISTRIBUTION STRUCTURE - DS1, DS2
BEAM DETAILS
VNESS07D3
1" = 10'-0"SS-07-3
D. SESSOMS
D. SESSOMS
A 01/22/21 ISSUED FOR BID
ISSUED FOR FABRICATION BID
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
STRUCTURAL STEEL - PLAN & ELEVATIONS SS-07-1
A
--
1'-2"
6'-0"
4'-4"
6"
3"
4'-0"
MA
X.
2'-6"7
1
2
" 2'-6" 7
1
2
"
ELEVATION
15kV TERMINATION STAND - TS1 (5 REQ'D)
SCALE:
3
4
" = 1'-0"
SIDE
PLAN
B
--
1
--
TYP.
3
--
TYP.
2
--
TYP.
4
--
TYP.
HSS 6x6x
1
4
W6x15
9"
(6)-
9
16
"Ø HOLES
@ 12" O.C.
MAX.,
SPACE 1
3
4
" FROM
BEAM ℄
11'-10"
2"
1'-0" 1'-0"
SECTION
1½" = 1'-0"
A
--
2" 4
1
2
" 4
1
2
"
2"
4
1
2
"2
"4
1
2
"
2"
1'-1"
1'-1
"
(4)-1"Ø HOLES FOR
3
4
"Ø ANCHOR BOLTS
⅊
3
4
x13x1'-1"
HSS 6x6x
1
4
SEE
VENTING
DETAIL THIS
SHEET
TYP
1
4
6" 6"
10
"
4"
6"
(3)-
9
16
" HOLES @ 120°
ON 8
3
4
" B.C. (TYP)
DETAIL
1½" = 1'-0"
2
--
3"
℄ LEG
℄ LEG
1'-1
"
7"
1
1
2
"1
1
2
"
1
3
4
"
5"
5"
3
1
2
"
1
4
⅊
1
2
"x7"x1'-1"
SEE VENTING DETAIL
1
3
4
"
SECTION
1½" = 1'-0"
B
--
℄ LEG
℄ LEG
1'-7
"
2
5
8
"1
'-4
3
8
"
3"
1
3
4
"
FRONT VIEW
6"
1
1
4
"1
3
4
" 1
1
4
"1
3
4
"
(6)-
9
16
"Øx1
3
8
" SLOTTED HOLES
L 3x3x
3
8
3" 3"3"
3
4
"Ø HOLE,
TYP.
1
4
1
4
3"
DETAIL
1½" = 1'-0"
3
--
DETAIL
1½" = 1'-0"
4
--
L 5"x3"x
3
8
"x2'-
1
2
"
L 5"x3"x
3
8
"x3'-4"
3
16
⅊
3
8
"x2"x0'-8"
1"4"
3" 1'-5" 1'-5" 3"4"
1"
1'-3
1
4
" 9
1
2
" 1'-3
1
4
"
6"
2'-0
1
2
"
1
1
2
"
2"
2
1
2
"2
1
2
"
3
4
"Ø HOLES, TYP.
9
16
"Ø HOLES, TYP.
3
16
3
16
3
16
3
16
2
5
8
"2'-10
3
4
"2
5
8
"
3"
⅊
3
8
" (BENT)
4
5
8
"1
'-7
7
8
"
L 5"x3"x
3
8
"x2'-
1
2
"
3" 6" 3"
1
1
8
"
1
7
8
"
L 3x3x
3
8
L 3x3x
3
8
L 3x3x
3
8
1'-0"
TOP VIEWSIDE VIEW
FRONT VIEW
TOP VIEW SIDE VIEW
2
1
2
"
7
8
"
7
8
"
7
8
"
1
3
4
"
R
7
8
"
9
16
"Ø HOLES
⅊
1
4
"x1
3
4
"x2
1
2
"
1
4
3" = 1'-0"
DETAIL 1
--
W/2
a
W/2
W/2
ab
W
SLOT
DIA.
A
b
W
ba
VENTING DETAIL
ab
B
W/2
HOLE
DIA.
COLUMN BASE LEVELING DETAIL
2"
WASHER
DOUBLE NUT
TOP OF PIER
* WALL THICKNESS VARIES. VALUES IN TABLE VALID FOR
WALL THICKNESSES OF
3
16
" TO
1
2
" INCLUSIVE.
SECTION
SIZE *
W
(IN)
W/2
(IN)
a
(IN)
b
(IN)
A
(IN)
B
(IN)
HSS 6x6 6 3 1
1
2
1
1
2
1
1
4
3
HSS 8x8 8 4 1
3
4
2
1
4
1
1
2
4
HSS 10x10 10 5 2 3 2 5
HSS 12x12 12 6 2 4 2 6
HSS 14x14 14 7 2 5 2 7
HSS 16x16 16 8 2 6 2 8
REFERENCE DRAWINGS
SS-01STRUCTURAL STEEL - PLAN VIEW
GENERAL NOTES
1. ALL STRUCTURE MOUNTING HOLES ARE
3
4
"Ø FOR A325
5
8
"Ø BOLTS UNLESS
OTHERWISE NOTED.
2. EACH BOLT ASSEMBLY SHALL INCLUDE A
TYPE "MF" LOCKNUT.
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
STRUCTURAL STEEL
15KV TERMINATION STAND - TS1
ELEVATION & DETAILS
VNESS08D1
1" = 10'-0"SS-08
D. SESSOMS
D. SESSOMS
A 01/22/21 ISSUED FOR BID
ISSUED FOR FABRICATION BID
1
--
DESIGN CRITERIA
(4)-GROUND TABS AT
EQUAL SPACING
ELEVATION VIEW
STATIC MAST - SM1 (1 REQ'D)
PLAN VIEW
45
'-0
"
1'-2
"
1'-2
"
X
Z
Y
110
EXTREME WIND
60°F, NO ICE, 90MPH
WIND
L
110
100
200V
3050 1700
CASE 2
NESC HEAVY W/ OLF
0°F, 0.5" RADIAL ICE,
40MPH WIND
CASE 1
50
120
1900
NESC HEAVY W/O OLF
0°F, 0.5" RADIAL ICE,
40MPH WIND
CASE 3
DEAD LOAD OF
STRUCTURE 1.0
DEAD LOAD OF
STRUCTURE 1.5
SW1
SCALE:
3
16
"=1'-0"
M
I
N
4
5
S
W
2
DEAD LOAD OF
STRUCTURE 1.1
(SW1) STATIC WIRE IS 3/8 EHS STRAND MAXIMUM
TENSION 1100 LBS AT NESC HEAVY LOADING
CONDITION RULING SPAN 150 FT
(SW2) ROVING STATIC WIRE IS 3/8 EHS STRAND
MAXIMUM TENSION 1100 LBS AT NESC HEAVY
LOADING CONDITION RULING SPAN 150 FT
1. 1
1
2
"Ø ANCHOR BOLTS ARE CONTRACTOR FURNISHED.
2. ANCHOR BOLT CAGE SHALL BE AS SHOWN.
3. CONCRETE STRENGTH: F'c=4500 PSI.
4. STEEL POLE SHALL BE TAPERED TUBULAR STEEL, (8)
SIDED MINIMUM.
5. ALL MATERIAL HOT DIP GALVANIZED PER A.S.T.M.
A123.
6. PROVIDE VENTS FOR GALVANZING.
7. EDGE DISTANCE AS NOTED.
CASE 2 - HIGH WIND
CASE 1 - NESC HEAVY
DEFLECTION LIMITATIONS
GENERAL NOTES:
LONGITUDINAL - ALL WIRES INTACT; UTILIZE HIGH WIND
LOADS ON STRUCTURE WITH OLF=1.1
TRANSVERSE - ALL WIRES INTACT; UTILIZE HIGH WIND
LOADS ON STRUCTURE WITH OLF=1.1
VERTICAL - WEIGHT OF STRUCTURE WITH OLF=1.1
LONGITUDINAL - ALL WIRES INTACT; UTILIZE NESC
HEAVY WIND LOADS ON STRUCTURE
WITH OLF=1.65
TRANSVERSE - ALL WIRES INTACT; UTILIZE NESC HEAVY
WIND LOADS ON STRUCTURE WITH OLF=2.50
VERTICAL - WEIGHT OF STRUCTURE WITH OLF=1.5
STRUCTURE SHALL STAND UNDER CASE 3 LOADS,
WITHOUT PERMENANT DEFORMATION, AND MEET THE
FOLLOWING DEFLECTION LIMITS:
1. HORIZONTAL DEFLECTION OF VERTICAL MEMBERS
<1/50 VERTICAL HEIGHT
LONGITUDINAL - ALL WIRES INTACT; UTILIZE NESC HEAVY
WIND LOADS ON STRUCTURE WITH OLF=1.0
TRANSVERSE - ALL WIRES INTACT; UTILIZE NESC HEAVY
WIND LOADS ON STRUCTURE WITH OLF=1.0
VERTICAL - WEIGHT OF STRUCTURE WITH OLF=1.0
CASE 3 - DEFLECTION
2
--
TAPER
0.25 IN/FT MIN. 0.40 IN/FT
MAX.
2
--
(TYP)
T
M
6"
PLAN
9"
TYP
45°
3"
(8)-1
1
16
"Ø HOLES WITH ROUND EDGES
1
16
"
@ 45° SPACING, 1
1
4
" EDGE DISTANCE
3
4
" TOP PLATE
DAMPING CHAIN WITH PVC OR
RUBBER JACKET AND ALL
HARDWARE. DAMPING CABLE SHALL
BE EQUAL TO 5% OF THE
STRUCTURE WEIGHT AND BE
ALLOWED TO MOVE FREELY INSIDE
THE STRUCTURE.
1
2
" VENT HOLE, N.S. & F.S.
(TYP TOP AND BOTTOM)
DETAIL
N.T.S.
1
--
DETAIL
N.T.S.
3
--
DETAIL
3" = 1'-0"
2
--
1'-2"
3'-4"
1'-2
"
1'-2
"
3
16
⅊
1
4
"x1
3
4
"x0'-2
1
2
"
ON ℄ OF COLUMNS
9
16
"Ø
HOLE
REMOVABLE
PLATE WITH
PROVISIONS FOR
MOUNTING
DAMPING CABLE.
3
--
A
--
TWO WIRE INSTALLATION
SHALL BE NO CLOSER
THAN 45°
4
1
4
"
8"4
1
4
"
CONC. PIER
STATIC MAST,
BY OTHERS
(8) 1
1
2
"Ø ANCHOR BOLTS
8"
4
1
4
"
8"
4
1
4
"
8"
ANCHOR BOLT PLAN
1/2" = 1'-0"
A
--
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
REFERENCE DRAWINGS
STRUCTURAL STEEL - PLAN VIEW SS-01
STRUCTURAL STEEL
STATIC MAST - SM1
ELEVATION & DETAILS
VNESS09D1
1" = 10'-0"SS-09
D. SESSOMS
D. SESSOMS
A 01/22/21 ISSUED FOR BID
ISSUED FOR FABRICATION BID
4'-0
3
4
"
5'-0
5
8
"
PL 3x3x
1
4
2'-2
1
8
"
1'-9
1
4
"
2'-6
5
16
"
2'-2
1
8
"
2'-6
5
16
"
3
5
16
" 3
5
16
"
7
8
"
7
8
"
L 2x2x
1
4
L 2x2x
1
4
11
16
"Ø @ CORNERS, THROUGH
ANGLE & GRATING, TYP.
9
16
"Ø HOLES THROUGH
ANGLES & GRATING
ELEVATION
SCALE: 1
1
2
"=1'-0"
GROUND PLATFORM - SP1 (5 REQ'D)
2'-0"2'-0"
GLOBE "GRIP STRUT" SAFETY 12GA.
GALV. 2" CHANNEL, SERRATED
2'-0" X 5'-0"
BOLT GRATING
TOGETHER (3) PLACES
11
16
"Ø HOLES
11
16
"Ø TYP. @ CORNERS
3
16
3
16
4'-0
3
4
"
7'-0
5
8
"
PL 3x3x
1
4
3'-2
1
8
"
1'-9
1
4
"
15
16
"
3'-6
5
16
"
3'-2
1
8
"
3'-6
5
16
"
3
5
16
" 3
5
16
"
7
8
"
7
8
"
L 3x2x
1
4
L 2x2x
1
4
11
16
"Ø @ CORNERS, THROUGH
ANGLE & GRATING, TYP.
9
16
"Ø HOLES THROUGH
ANGLES & GRATING
ELEVATION
SCALE: 1
1
2
"=1'-0"
2'-0"2'-0"
GLOBE "GRIP STRUT" SAFETY 12GA.
GALV. 3" CHANNEL, SERRATED
2'-0" X 7'-0"
BOLT GRATING
TOGETHER (3) PLACES
11
16
"Ø HOLES
11
16
"Ø TYP. @ CORNERS
3
16
3
16
PLAN
GROUND PLATFORM LARGE - SP2 (1 REQ'D)
TYPTYP
TYPTYP
15
16
"
REFERENCE DRAWINGS
STRUCTURAL STEEL - PLAN VIEW SS-01
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
STRUCTURAL STEEL
GROUNDING PLATFORMS - SP1, SP2
VNESS10D1
1" = 10'-0" SS-10
D. SESSOMS
D. SESSOMS
A 01/22/21 ISSUED FOR BID
ISSUED FOR FABRICATION BID
CONTRACTOR GROUND PLATFORM NOTES
1. CONTRACTOR SHALL VISIBLY GROUND FRAME TO EQUIPMENT OR
SWITCH AS SHOWN ON GD DRAWINGS.
2. EACH PLATFORM SHALL BE FURNISHED W/ (7)
5
8
"x1
1
2
" GALV. BOLTS FOR
ASSEMBLING GRATE TO FRAME.
3. CONTRACTOR SHALL EMBED FRAME LEGS IN 6" Ø CONCRETE PIER TO
PERMANENTLY SET FRAME AT REQUIRED HEIGHT.
4. TOP OF PLATFORM HEIGHTS SHALL BE SET AS FOLLOWING:
4.1. SWITCHES: 3'-0" BELOW CENTER OF OPERATOR
4.2. EQUIPMENT CABINETS: 2'-6" BELOW BOTTOM OF CABINET
4.3. BUILDING: 6" BELOW BUILDING FLOOR ELEVATION
T2CØ REG T2BØ REG T2AØ REG T1CØ REG T1BØ REG T1AØ REG
30'-0"
14
'-0
"
HV
AC
RISER
ATS
DC1
AC1
V
3
V
3
EW
GND
GND
GND
GND
BATTERY
CHARGER
PANEL 1
HMI/COMM
PANEL 2
T1 & T2
PROTECTION
& METERING
PANEL 3
T2
RECLOSERS
PANEL 4
T1
RECLOSERS
AC SAFETY
DISC. SW. #1
AC SAFETY
DISC. SW. #2
D
02
B
02
VNT CTRL
ALM. CAB.
SS MTR.
WORKBENCH
V2
V1
V4
DC SW.
R8 R8
2'-0
"
4"
4"
2'-6"5'-2"
3'-5
"5
'-8
"
R9
(NOTE 4)
3'-0" 3'-0" 3'-6" 8'-11"
17'-7"12'-5"
30'-0"
4'-0
"4
'-0
"6
'-0
"
A
02
C
02
7'-1"4'-6"
GENERAL NOTES
1. RELAY RACKS SHALL BE BOLTED TO THE FLOOR.
2. CONTRACTOR SHALL MOUNT REGULATOR CONTROLLER WITH
UNISTRUT SUPPORTS AS REQUIRED.
3. BUILDING OUTSIDE WALL PANELS SHALL LAP FOUNDATION FOR
WEATHERPROOF SEAL.
4. RELAY PANELS ARE OWNER FURNISHED, CONTRACTOR INSTALLED
ELECTRICAL NOTES
1. CONTRACTOR RESPONSIBLE FOR MISCELLANEOUS
MATERIAL AS REQUIRED FOR COMPLETE
INSTALLATION.
2. REFER TO "AC & DC DISTRIBUTION DETAILS"
DRAWINGS FOR ADDITIONAL WIRING DEVICE AND
HARDWARE DETAILS.
REFERENCE DRAWINGS
CONTROL HOUSE - ELEVATIONS CH-02
CONTROL HOUSE - ELECTRICAL PLAN VIEW CH-03
CONTROL HOUSE - CABLE ENTRANCE CH-04
CONTROL HOUSE - MATERIAL LIST CH-05
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
CONTROL HOUSE
PLAN VIEW
VNECH01D1
1" = 10'-0"CH-01
N. MICHAEL
J. RONEY
A 12/03/2020 ISSUED FOR BID
ISSUED FOR BID
STATION BATTERIES
R10
DC
PANEL
#1
DC
DISC.
SWITCH
BATTERY
CHARGER
VENT
CONTROL
T2
CØ
REG
T2
BØ
REG
T2
AØ
REGAC
AUTOMATIC
TRANSFER
SWITCH
STATION
SERVICE
METER
AC
PANEL
#1
T1
CØ
REG
T1
BØ
REG
T1
AØ
REG
EXIT
EXIT
EYE WASH
EMERGENCY
R5
V2
S2
R1R6
R3
V1
R7
E9
E10
12" WIREWAY
V3 V3
V3 V3
V5
R4
V4
4" WIREWAY 4" WIREWAY
4" WIREWAY4" WIREWAY
6'-6
"
1/2" = 1'-0"
ELEVATIONA
01
1/2" = 1'-0"
ELEVATIONB
01
1/2" = 1'-0"
ELEVATIONC
01
1/2" = 1'-0"
ELEVATIOND
01
8'-0"
RESERVED FOR OWNER FURNISHED,
CONTRACTOR INSTALLED
REGULATOR CONTROLLERS
8'-2
1
2
"
RESERVED FOR STATION BATTERIES
3" EMT
3" EMT3" EMT3" EMT
S3
S3
S5
S1
ALARMS
E8
2'-4" 2'-0" 3'-0" 3'-10" 6'-0"
9" 2'-0"2'-2"
3'-6" 2'-0" 11'-0
1
2
"
R10
3" EMT
4'-2"
REFERENCE DRAWINGS
CONTROL HOUSE - PLAN VIEW CH-01
CONTROL HOUSE - MATERIAL LIST CH-05
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
CONTROL HOUSE
ELEVATIONS
VNECH02D1
1" = 10'-0"CH-02
N. MICHAEL
J. RONEY
A 12/03/2020 ISSUED FOR BID
B 02/02/2021 UPDATED AC PANEL/LIGHTING
ISSUED FOR BID
B
B
E1
S4
E2
E11
E6
S3
E4
E3
E2
E12
E5
E7
E11
E11
E11
E4
S3
E2
S4
E12
E6
E11
E11
E2
A
A
A
A
S
S
S S S S
S
F
HV
AC
V
3
V
3
DC3
3
WP
WP
F FF
F F FF
EX
IT
SDSD
EXIT
ELECTRICAL NOTES
1. CONTRACTOR RESPONSIBLE FOR MISCELLANEOUS
MATERIAL AS REQUIRED FOR COMPLETE INSTALLATION.
2. REFER TO "AC/DC DISTRIBUTION DETAILS" DRAWINGS
FOR ADDITIONAL WIRING DEVICE AND HARDWARE
DETAILS.
3. SEE SPECIFICATIONS FOR BUILDING WIRING
REQUIREMENTS.
REFERENCE DRAWINGS
CONTROL HOUSE - PLAN VIEW CH-01
CONTROL HOUSE - BILL OF MATERIALS CH-05
GENERAL ARRANGEMENT - PLAN VIEW GA-01
AC DISTRIBUTION DETAILS CD-01
DC DISTRIBUTION DETAILS CD-02
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
CONTROL HOUSE
ELECTRICAL
VNECH03D1
1" = 10'-0"CH-03
N. MICHAEL
J. RONEY
A 12/03/2020 ISSUED FOR BID
ISSUED FOR BID
24" CABLE TRAY,
8'-4" A.F.F.
10'-0"6'-6"
3'-2
3
4
"6
'-6
"3
'-2
3
4
"
12" WIREWAY @
FLOOR LEVEL
21'-8"
SOUTH WALL OF HOUSE
CONTROL HOUSE CABLE ENTRANCE RISER DETAIL
FIELD CUT
OPENINGS IN
TRENCH LID
3" RIGID CONDUIT
(NOTE 1)
3" RIGID CONDUIT
(NOTE 1)
AC SAFETY
SWITCH #2
(MFCI)
AC SAFETY
SWITCH #1
(MFCI)
24" WIDE CABLE
TRAY
CABLE RISER (MFCI)
PULL BOX (CFCI)
CABLETRAY
FINISHED FRAME
OPENING TRIM
4" CHANNEL FRAME
LINER PANEL
EXTERIOR SHEETING
TUBE SEALANT
DRIP CAP
ROXTEC WIRE
GUIDE SYSTEM
(SEE DETAIL 1)
CABLE RISER
CABLE RISER PAN
4" CABLETRAY
1/2" = 1'-0"
SECTIONE
--
1/2" = 1'-0"
DETAIL1
--
ROXTEC CABLE TRANSIT (MFMI)
10'-6" 19'-6"
--
E
1
--
NOT SHOWN
FOR CLARITY
1
--
(NOTE 4)
3'-10
3
4
"
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
GENERAL NOTES
1. SEE SPECIFICATIONS FOR CABLE TRAY/LADDER
SYSTEM.
2. BUILDING OUTSIDE WALL PANELS SHALL LAP
FOUNDATION FOR WEATHERPROOF SEAL.
ELECTRICAL NOTES
1. CONTRACTOR RESPONSIBLE FOR MISCELLANEOUS
MATERIAL AS REQUIRED FOR COMPLETE INSTALLATION.
2. REFER TO "AC/DC DISTRIBUTION DETAILS" DRAWINGS
FOR ADDITIONAL WIRING DEVICE AND HARDWARE
DETAILS.
REFERENCE DRAWINGS
CONTROL HOUSE - PLAN VIEW CH-01
CONTROL HOUSE - ELEVATIONS CH-02
CONTROL HOUSE - BILL OF MATERIALS CH-05
ACRONYMS:
CFCI CONTRACTOR FURNISHED, CONTRACTOR INSTALLED
MFCI MANUFACTURER FURNISHED, CONTRACTOR INSTALLED
OFOI OWNER FURNISHED, OWNER INSTALLED
MFCI MANUFACTURER FURNISHED, MANUFACTURER INSTALLED
CONTROL HOUSE
CABLE TRAY
VNECH04D1
1" = 10'-0"CH-04
N. MICHAEL
J. RONEY
A 12/03/2020 ISSUED FOR BID
ISSUED FOR BID
MATERIAL LIST (BY MANUFACTURER)
ITEM NO.QUANTITY
DESCRIPTION CATALOG NOTES
CONTROL HOUSE
V1 1CONTROL ROOM EXHAUST FAN, W/ EXTERIOR HOOD
EAGLE EYE VS-12-110AC
V2 1CONTROL ROOM MOTOR OPERATED LOUVER, W/ EXTERIOR HOOD
DAYTON 4C560
V32
ELECTRIC HEATER 208/240, 3700/5000W, SURFACE MOUNT HEAVY DUTY, FAN FORCED THERMOSTAT
CONTROLLED
Q MARK MUH0521 CEILING MOUNT
V4 1HVAC, 4 TON, 10KW HEAT, WITH DISCONNECT & GRILLES, 240VAC
BARD W48AC-A10XPXXXJ
V5 1THERMOSTAT, PROGRAMMABLE
WHITE RODGERS 1FU85-42PR
SAFETY EQUIPMENT
S1 1FIRE EXTINGUISHER, 20 LB DRY CHEMICAL U.L. RATING OF 20A-120BC, W/ MOUNTING & SIGN
KIDDE PRO20TCM
S2 1 EYE WASH KIT WITH DUAL 32OZ. EMERGENCY EYE WASH BOTTLES W/ SIGN HONEYWELL 320004620000
S3 2EXIT SIGN, SINGLE FACE, RED LED, EMERGENCY POWER PACK
LITHONIA LES1R120/277ELN
S4 2SMOKE DETECTOR, 120VAC, IONIZATION TYPE WITH NORMAL OPEN RELAY CONTACT FOR REMOTE ALARM
GENTEX 9123F
S5 1HYDROGEN GAS DECTECTOR, WITH REMOTE DISPLAY AND JUNCTION BOX, 120VAC
SBS H2
AC/DC EQUIPMENT
R1 1AC DISTRIBUTION PANELBOARD, 120/240 VAC, 225A
SIEMENS SEE SPECIFICATIONS
R3 1BATTERY CHARGER, 125VDC, 20 AMP, 240V AC INPUT W/ ELIMINATOR & TEMP. COMPENSATION
SBS ATEVO SEE SPECIFICATIONS
R4 1SWITCH, BATTERY DISCONNECT, 250 VDC, 200A FUSED
SIEMENS HF224N SEE SPECIFICATIONS
R5 1DC DISTRIBUTION PANELBOARD, 125 VDC, 225A
SIEMENS SEE SPECIFICATIONS
R61
AUTOMATIC TRANSFER SWITCH, 260A, SOLID NEUTRAL, DELAYED TRANSITIONASCO J7ADTSA20260F50C
R7 1METER SOCKET, 320A, SINGLE PHASE, NEMA 1
DURHAM 1009985
R8 2SWITCH, AC SERVICE DISCONNECT, 240 VAC, 400A, 200A FUSE
SQUARE DH225NR
1 LOTCONTROL HOUSE CONDUIT, RACEWAY, AND WIRING DEVICES
SEE SPECIFICATIONS
1 LOT
CABLE TRAY/LADDER SYSTEM, MEDIUM DUTY ALUMINIUM, 4" DEEP 9" RUNG SPACING COMPLETE WITH ALL
ACCESSORIES REQUIRED FOR COMPLETE INSTALLTION
SEE SPECIFICATIONS
1 LOT
1 5/8" UNIVERSAL CHANNEL WITH ALL REQUIRED BOLTS, SPRING NUTS, SPLICE PLATES, TEE PLATES, CROSS
PLATES, ANGLES, ETC.
SEE SPECIFICATIONS
CONTROL HOUSE LIGHTING AND DEVICES
E1 8LIGHT FIXTURE, INTERIOR, LED, 4' 3 BULB, AC/ DC
MARSHALL DC
T8ST-3LED-120AC(2)-125DC
(1)-20WH
E2 4LIGHT FIXTURE, EXTERIOR, LED, BRONZE, W/ PHOTOCELL
RAB SLIM18/PC
E3 1
SWITCH, 120VAC, 20 AMP,SPST, TOGGLE TYPE SPECIFICATION GRADE, 2 POLE (EXTERIOR LIGHTS)
HUBBEL CSB120I MOUNT 4'-0" AFF
E4 2SWITCH, 120VAC, 20 AMP,SPST, TOGGLE TYPE SPECIFICATION GRADE, 3 POLE
HUBBEL CSB320I MOUNT 4'-0" AFF
E5 1SWITCH, 240VAC, 30A (YARD LIGHTS)
SQUARE D2510KO1 MOUNT 4'-0" AFF
E6 2
SWITCH, 240VAC, 30A (AUXILIARY HEATER)SQUARE D
2510KO1 CEILING MOUNT
E7 1SWITCH, 125VDC, 15A, 2 POLE (DC EMERGENCY LIGHTING)
NKK S822D MOUNT 4'-0" AFF
E8 1 ALARM CABINET HOFFMAN A20N20ALP W/ A20N20MP
E9 1 VENTILATION CONTROL BOX HOFFMAN A16N16ALP W/ A16N16MP
1
HAND/OFF/AUTO SWITCH FOR EXHAUST CONTROL (LOCATED INSIDE VENTILATION CONTROL BOX)
SIEMENS 52SW2CABA2
1
UNDERVOLTAGE RELAY (LOCATED INSIDE VENTILATION CONTROL BOX)SQUARE D
ABR-1E411F
1
10A TIME DELAY CONTROL RELAY (LOCATED INSIDE VENTILATION CONTROL BOX)
SQUARE D RE88865265
E10 1YARD LIGHT CONTROL BOX,
HOFFMAN A12N126 W/ A12P12MP
112 PT TERMINAL BLOCK, NON-SHORTING
GE EB25B12
E11 6RECEPTACLE, 2 POLE, 3-WIRE 120 VAC, 20 AMP
HUBBELL HBL5362I
E12 2RECEPTACLE, 2 POLE, 3-WIRE 120 VAC, 20 AMP, EXTERIOR, GFCI
HUBBELL GFTWRST20I
MATERIAL LIST (BY CONTRACTOR)
ITEM NO.QUANTITY
DESCRIPTION MANUFACTURER CATALOG NOTES
T1 1 PULL BOX W/ SOLID BASE QUAZITE PG4848DA36
T2 1PULL BOX, LOCKING LID QUAZITE LG4848CA00
R9 4 RELAY PANELS OWNER FURNISHED
R10 60STATION BATTERY, 125VDC, FLA, 200 AHR
ENERSYS 3CC-9M
R10a 1STATION BATTERY, RACK & SPILL CONTAINMENT
ENERSYS UC003S096A
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
REFERENCE DRAWINGS
CONTROL HOUSE - PLAN VIEW CH-01
CONTROL HOUSE - ELEVATIONS A-D CH-02
CONTROL HOUSE
MATERIAL LIST
VNECH05D1
1" = 10'-0"CH-05
N. MICHAEL
J. RONEY
A 12/03/2020 ISSUED FOR BID
B 02/02/2021 UPDATED AC PANEL/LIGHTING
ISSUED FOR BID
B
B
WAPA 69kV LINE
TO GARLAND
SUBSTATION
SW-2551
69kV, 600A
SW-2555
69kV, 600A
WAPA 69kV LINE
TO NORTH CODY
& RALSTON
WMPA LINE
2.02 MILES, TP-115
336.4 KCM ACSR
CITY OF POWELL LINE
0.11 MILES, STEEL POLE
336.4 KCM ACSR
CTS #2
VTS #2
7,200V-120V
60:1
15kV
1000:5A
3-S&C 15kV
FUSE DISCONNECTS
SMD-20, 1 STD
10A
3A3A
X
T2
H
X0
600:5MR
SHORTED
600:5MR
200:5A
1200:5MR
SHORTED
12/16/20 MVA
115x69-12.47/7.2kV
TRANSFORMER
Z=X.XX%
42/71kV
MCOV
STA. CL
600:5MR
200:5A
1200:5MR
1200:5A
7.65kV
MCOV
STA. CL
VIN-263
115kV, CBV
SWITCH 1200A
115kV, 1200A
CIR. SW.
CS VIN-264
T
86T2
(SEL-2414)
T2
ETM
26Q
110°
71Q
LOW
63X2
49T
120°
87T2
W1
(SEL-787)
W2
264CS
86T2
VIN-231
15kV, VB
SWITCH 1200A
WAPA
2
TELEM TO
WAPA
VIN-239
15.5kV, 1200A
VOLTAGE REGULATORS #2
SIEMENS W/ SEL-2431 CONTROLLERS
3-875 AMP, 667kVA
TYPE JFR
R2
V
CONTINUED
ON OL-02
2
CTS #1
VTS #1
7,200V-120V
60:1
15kV
1000:5A
3-S&C 15kV
FUSE DISCONNECTS
SMD-20, 1 STD
10A
X
T1
H
X0
600:5MR
SHORTED
600:5MR
200:5A
1200:5MR
SHORTED
12/16/20 MVA
115x69-12.47/7.2kV
TRANSFORMER
Z=X.XX%
42/71kV
MCOV
STA. CL
600:5MR
200:5A
1200:5MR
1200:5A
7.65kV
MCOV
STA. CL
VIN-163
115kV, CBV
SWITCH 1200A
115kV, 1200A
CIR. SW.
CS VIN-164
(SEL-2414)
T1
ETM
26Q
110°
71Q
LOW
63X2
49T
120°
87T1
W1
(SEL-787)
W2
86T1
VIN-131
15kV, VB
SWITCH 1200A
VIN-139
15.5kV, 1200A
VOLTAGE REGULATORS #1
SIEMENS W/ SEL-2431 CONTROLLERS
3-875 AMP, 667kVA
TYPE JFR
R1
V
CONTINUED
ON OL-02
1
42kV
MCOV
STA. CL
EXISTING EQUIPMENT
S&C
SMD-20
5E
KWH
STATION
SERVICE
120/240VAC
200A SAFETY
SWITCH #2
CØ
200A SAFETY
SWITCH #1
AUTO TRANSFER
SWITCH
260A
STATION SERVICE
TRANSFORMER #2
7,200-120/240V
25kVA
3A
WMPA
2
TELEM TO
WMPA
3A3A
WAPA
1
TELEM TO
WAPA
3A
WMPA
1
TELEM TO
WMPA
S&C
SMD-20
5E
CØ
STATION SERVICE
TRANSFORMER #1
7,200-120/240V
25kVA
CONTINUED ON
THIS DWG
A
CONTINUED ON
THIS DWG
A
E N
C
T
164CS
C
87T2 86T2 87T2
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
ISSUED FOR BID
ONE LINE DIAGRAM
115X69-12.47KV
VNEOL01D1
SCALEOL-01
Z. UMSTED
A 02/11/2021 ISSUED FOR BIG
REFERENCE DRAWINGS
ONE LINE DIAGRAM - 12.47KV OL-01
LEGEND
26Q HIGH OIL TEMPERATURE
49T HIGH WINDING TEMPERATURE
63X1 SUDDEN PRESSURE
71Q LOW OIL LEVEL
87Tx TRANSFORMER DIFFERENTIAL RELAY
86Tx TRANSFORMER LOCKOUT RELAY
ETM TRANSFORMER TEMPERATURE MONITOR
GROUNDING SWITCH
GROUP OPERATED SWITCH
DEVICE LEGEND
SURGE ARRESTER
EQUIPMENT BUSHING
CABLE TERMINATOR
DUAL WINDING
VOLTAGE
TRANSFORMER
BUSHING CURRENT
TRANSFORMER
CIRCUIT SWITCHER
POWER TRANSFORMER
WITH LTC
LEGEND
- PHASE 1
- PHASE 2
CIRCUIT #5
SPARE
FEEDER
(TO MH1)
350 KCMIL
AL. URD
VIN-123
A-B-C
(3) 15KV
DISCONNECTS
7.65KV
MCOV
INT. CL.
RECLOSER
G&W VIPER-ST
3Ø-15KV
W/SEL-651R
CONTROL
(3) 15KV
DISCONNECTS
500:1
VIN-121
A-B-C
(SEL-651R)
651R
-10
VR2
500 KCMIL
AL. URD
500 KCMIL
AL. URD
500 KCMIL
AL. URD
500 KCMIL
AL. URD
CONTINUED
ON OL-01
2
CONTINUED
ON OL-01
1
VIN
122
VIN-113
A-B-C
(3) 15KV
DISCONNECTS
7.65KV
MCOV
INT. CL.
RECLOSER
G&W VIPER-ST
3Ø-15KV
W/SEL-651R
CONTROL
(3) 15KV
DISCONNECTS
500:1
VIN-111
A-B-C
(SEL-651R)
651R
-10
VR2
VIN
112
VIN-153
A-B-C
(3) 15KV
DISCONNECTS
15.3KV
MCOV
INT. CL.
RECLOSER
G&W VIPER-ST
3Ø-15KV
W/SEL-651R
CONTROL
(3) 15KV
DISCONNECTS
500:1
VIN-151
A-B-C
(SEL-651R)
651R
-50
VR1
VIN
152
VIN-133
A-B-C
(3) 15KV
DISCONNECTS
15.3KV
MCOV
INT. CL.
RECLOSER
G&W VIPER-ST
3Ø-15KV
W/SEL-651R
CONTROL
(3) 15KV
DISCONNECTS
500:1
VIN-131
A-B-C
(SEL-651R)
651R
-30
VR1
VIN
132
500 KCMIL
AL. URD
VIN-143
A-B-C
(3) 15KV
DISCONNECTS
15.3KV
MCOV
INT. CL.
RECLOSER
G&W VIPER-ST
3Ø-15KV
W/SEL-651R
CONTROL
(3) 15KV
DISCONNECTS
500:1
VIN-141
A-B-C
(SEL-651R)
651R
-40
VR1
VIN
142
CIRCUIT #1
CITY CENTER
FEEDER
(TO MH1)
CIRCUIT #3
SOUTH SIDE
FEEDER
(TO MH1)
124D
600A
124A
600A
124C
600A
124B
600A
SWITCHGEAR
S&C PME-10
17kV, 95kV BIL
SWITCHGEAR
S&C PME-10
17kV, 95kV BIL
SWITCHGEAR
S&C PME-10
17kV, 95kV BIL
SWITCHGEAR
S&C PME-10
17kV, 95kV BIL
SWITCHGEAR
S&C PME-10
17kV, 95kV BIL
CIRCUIT #4
COLLEGE
FEEDER
(TO MH1)
114D
600A
114A
600A
114C
600A
114B
600A
154D
600A
154A
600A
154C
600A
154B
600A
144D
600A
144A
600A
144C
600A
144B
600A
134D
600A
134A
600A
134C
600A
134B
600A
4
3
1
2
4
3
1
2
4
3
1
2
4
3
1
2
4
3
1
2
CIRCUIT #2
NORTH SIDE/7TH ST
FEEDER
(TO MH1)
350 KCMIL
AL. URD
350 KCMIL
AL. URD
350 KCMIL
AL. URD
350 KCMIL
AL. URD
CITY OF POWELL
POWELL, WYOMING
VINING SUBSTATION
G. GERSHMEL
10198718
1
A
B
C
2 3 4 5 6 7 8
D
ISSUE DATE DESCRIPTION
PROJECT MANAGER
PROJECT NUMBER
0 1" 2"
FILENAME
SCALE
SHEET
PROJECT ENGINEER
DESIGNER
115X69-12.47/7.2KV
ISSUED FOR BID
ONE LINE DIAGRAM
12.47KV
VNEOL02D1
SCALEOL-02
Z. UMSTED
A 02/11/2021 ISSUED FOR BID
REFERENCE DRAWINGS
ONE LINE DIAGRAM - 115X69-12.47KV OL-01
QUOTATION
1310 Harris Bridge Road Anderson, SC 29621 office 502.267.0101 toll free 866.242.4368 fax 502.267.0181 www.basicconcepts.com
QUOTE ID# 132-21002 DATE: 1-8-21 David Sessoms, P.E. HDR SITE REFERENCE: City of Powell (WY); Vining Substation The following is a quote to supply and supervise/train the installation of the Oil Containment System.
***SCOPE OF WORK*** I. Impervious Secondary Oil Containment – Basic Concepts (BCI) Geomembrane Liner w/ Barrier Boom
Containment System 1. The 40oz. PVC constructed liner shall be custom-manufactured in panels with preformed corners,
pursuant to drawings provided and approved by the customer. 2. Excavation of the site take place in the days prior to BCI representatives mobilizing; with prepped
containment pit photos provided to BCI by the civil contractor on-site. 3. The liner shall be seated upon 6 inches of washed pea gravel. 4. The panels of the liner shall be seamed on-site, with an adhesive (HH-66) and/or with a heat gun. 5. The liner shall be attached and sealed to the concrete transformer pads, piers and pilings, with a
combination of asphaltic sealing tape, aluminum flat bars, and concrete anchors. 6. Cable and conduit penetrations shall be sealed with Geomembrane Liner boots. 7. The floor of the Geomembrane Liner shall be lined with a Geotextile fabric. 8. Carefully backfill the containment area back to grade on the inside and outside of the perimeter walls, using
clean washed (free of dirt and fines) stone (.75’’ to 1.5’’ in diameter). 9. This installation will take _1_ day(s) plus_2_ travel day(s); with the civil contractor or customer’s crew of
choice supplying a 3-4 man working crew to complete the installation with the BCI representative(s). 10. BCI does not perform any of the civil work associated with the containment project: including excavation of
the pit, laying of pea gravel base, backfill with clean washed stone, or necessary equipment. This is to be supplied by the civil contractor on-site.
11. Materials include : - Geomembrane Liner/ Barrier Boom containment system - Pre-formed pad corner patches - Pre-formed conduit boots - Geotextile Fabric Floor Liner - 2 Layer(s) - Adhesive, Contact Cleaner, Seaming Rollers, Brushes, Cups, Razor knife - Wooden Stakes, Deck Screws - Aluminum Flat Bar, Asphaltic Tape, Concrete Anchors, Concrete caulk - Granular Bentonite® Clay, Flex Seal®, Spray Foam
II. Notes: 1. The 3D concept drawing(s) for the associated project(s) supplied by BCI shall be signed for approval of
design, along with the Purchase Order to allow for manufacturing to be scheduled. 2. The projected delivery date for materials is approximately 6 weeks from receipt of the Purchase Order
AND signed approval 3D concept drawing(s).
QUOTATION
1310 Harris Bridge Road Anderson, SC 29621 office 502.267.0101 toll free 866.242.4368 fax 502.267.0181 www.basicconcepts.com
3. Installation involves seaming with adhesives, which are weather dependent. Seaming is not recommended to take place in wet conditions, such as rain or snow, or at temperatures BELOW 32 degrees Fahrenheit.
4. All civil works, associated materials, and machinery to prepare the containment site, including excavation, fire quenching stone and back filling, are to be supplied by the Civil Contractor.
5. Stone for backfill shall be .75’’ to 1.5’’ in diameter and MUST BE clean washed and screened (free of dirt and fines).
6. When on-site representative supervision or containment installation is done by BCI; unforeseen delays that prevent BCI from completing the supervision/installation in the specified time, such as contracting delays, delays in delivery of stone, and/or bad weather, may incur additional time charged as required to complete the installation.
7. This quotation is good for a period of sixty (60) days from the date of the quote. 8. The billing cycle is net 30 days upon approved credit. 9. Estimate does not include shipping. Freight will be calculated at the time of shipment and added to
the invoice.
III. EQUIPMENT TO BE CONTAINED 1– xFMR Oil Containment Unit – 18’ x 29’ x 36”= $12,688.00 On-site Supervision/Mobilization/ Pollution Insurance= $ 4,800.00
Subtotal $17,488.00
IV. PAYMENT INFORMATION
**ALL PREVIOUS REMIT TO ADDRESSES ARE NO LONGER VALID. PLEASE USE THE ONE BELOW FOR PAYMENT**
Please remit payment to the following:
Basic Concepts, Inc. PO Box 207000
Dallas, TX 75320-7000 Thank you for the opportunity to quote your project’s needs. We look forward to working with you in the future! Regards,
Thom White Regional Sales Manager
**Formerly- C.I. Agent Solutions Industrial Maintenance Group
8'-0"
8'-0"
8'-6" 12'-0" 8'-6"
29'-0"
9'-0
" 18'
-0"
4'-0" 4'-0"
13'
-0"
13'
-0"
4'-0" 4'-0"
3'-0
" 6
'-0"
3'-0
"
1'-0
"
2
13
4
D
C
BA
ITEM DESCRIPTION1 POLYVINYL LINER2 BARRIER BOOM3 CONCRETE PAD4 ALUMINUM BAR
A A
B B
4
4
3
3
2
2
1
1
DO NOT SCALE DRAWINGCIA-01714a SHEET 1 OF 1
SCALE: 1:100DWG. NO.
BTITLEPROPRIETARY AND CONFIDENTIAL
THE INFORMATION CONTAINED IN THISDRAWING IS THE SOLE PROPERTY OFBASIC CONCEPTS INC. ANY REPRODUCTION IN PART OR AS A WHOLE WITHOUT THE WRITTENPERMISSION OF BCI IS PROHIBITED.
CITY OF POWELL (WY)
VINING SUBSTATION
29' X 18' X 3'
40(OZ)PVL
CONTAINMENT DIMENSIONS
SUB-NAME
UTILITY COMMENTS:
CUST APPR.
DRAWN MM 01/07/2021
DATENAME SIZEVINING SUBSTATION
Product Description:The Basic Concepts (BCI) Geomembrane Liner with Barrier Boom Containment System provides site-specific engineered secondary containment for hydrocarbon filtration in sandy or undetermined subsoils. It is best suited for reliable containment of transformers (live and spare), tank storage, wind farms and solar fields. The system uses a patented filtration media that allows storm water to flow through the Barrier Boom panels while removing and capturing hydrocarbons. In the event of a spill, the Barrier Boom completely solidifies, preventing oil from migrating off site.
All BCI Geomembrane Liner with Barrier Boom Systems comply with SPCC 40 CFR 112.7 and IEEE Std. 980. Custom manufactured to the customer’s engineered specifications, systems ship in sections, each marked to correspond to a site map, for easy assembly in the field. It comes with pre-formed corners for height consistency. Barrier Boom panels are pre-bonded to the Geomembrane Liner. Shipment includes all the products necessary for the installation. Systems install quickly and easily – usually in one to two days or less, without the need to deenergize equipment. Once installed, it typically requires minimal maintenance, depending on the type of install.
Geomembrane Liner with Barrier Boom Containment System
their safety is essential.Protecting people, property, and the planet.
1 of 4
Product Applications:
• Passive, self-activating secondary containment system best suited for containment around the transformer, rather than the perimeter of the substation
• For both above- and below-grade installations
• Can support vehicle traffic or drive-over capabilities (if properly engineered)
• For a smaller footprint, use corrugated HDPE pipes to increase the void space
Connecting liner to concrete pad
Secondary Containment
2 of 4
Performance Specifications:
• Water flow rate: Minimum 4 GPM per ft2 of material with one foot head pressure
• Hydrocarbon flow rate: 0 GPM (100%+ containment)
• Solidifies approximately a half gallon of oil per ft2 depending on type of oil, viscosity, and temperature
• Service life of installed product: Life of equipment it protects
• Oxidation resistance of 80%
• Base of liner composed of 22 or 40 oz. polyvinyl with pre-formed corners for height consistency
Benefits:
• Stops oil, flows water
• Evacuates rain water and run-off without valves, pumps, sumps or oil-water separators
• A bury and forget application requiring minimal maintenance
• Below-grade systems reduce the risk of transformer fires
• Cost-effective solution for secondary spill containment
• Custom made for site-specific application
• Quick installation of one or two days (depending on size of install)
• Equipment can remain energized during installation
• Made in the U.S.A. of U.S. and imported materials, pre-fabricated at the factory, and assembled on site
• All BCI secondary containment systems are backed by a $7 Million Dollar Product and Environmental Insurance Policy when installed according to the manufacturer’s specifications and documented with photographs
Liner installation around transformer
Covering liner with clean, washed stone
Increase void space with HDPE pipes
CONCRETE PAD
JUSTRITE BARRIERBOOM PANELS
GEOMEMBRANE(FLOOR WILL HAVE LAYEROF GEOTEXTILE, FILLEDWITH CLEAN WASHEDSTONE)
JUSTRITE BARRIERBOOM PANELS
CLEANWASHEDSTONE GEOMEMBRANE
SEALED TO SIDE OFCONCRETE PAD
ALUMINUM STRIPSATTACHING LINERTO PAD (BELOWROCK GRADE)
For further information call 1-800-285-4203 or visitus online at BasicConcepts.com
Note:BCI recommends laying a bed of washed pea stone (at least 6 inches) to provide a leach bed. It is recommended that a geotextile fabric be laid over the vinyl before covering with clean, washed and screened stone, size 0.75 to 1.5 inches, to prevent punctures in the vinyl during drive-overs.
3 of 4
Completed to-grade installation
BCI is a portfolio company of Justrite Safety Group. Justrite Safety Group is a growing family of leading industrial safety companies. Together we protect workers, workplaces and the environment with a comprehensive range of industrial safety solutions. We cover every facet of the industrial safety landscape—from the storage, containment and clean-up of hazardous materials to safety identification, emergency showers, industrial matting, and motion safety.
© 2020 Justrite Safety Group • Code BC200 (0129)
For further information call 1-800-285-4203 or visit us online at BasicConcepts.com
Engineered Coatings &Containment Solutions
Geomembrane Liner & Oil Filtration Panel Containment System
Installation Process
Basic Concepts (BCI)1310 Harris Bridge Rd., Anderson, SC 29621
1-800-285-4203 toll free | BasicConcepts.com
2
Installation of Liner System
Important Notes:
The steps in below are ordered as recommended by the manufacturer. Depending on the size of the installation crew, some of these steps can be done simultaneously.
Product Storage
The Geomembrane Liner and Oil Filtration Panel System should be stored in a covered area prior to use. Keep the product on its shipping skid. Remove the adhesive and store at temperatures above freezing (32°F or 0°C). Moisture can compromise the integrity of the supplies.
When choosing an installation date, take into consideration the temperatures at which the companion products work their best, i.e., vinyl adhesive, vinyl cleaner, etc. Installation should be performed in weather that is above 32°F (0°C) and below 100°F (38°C).
Layout of Containment System
Each containment unit is unique and custom built for the site. The system will arrive in pre-fabricated panels; the corner panels will also be pre-fabricated at the factory. Each panel will be marked and must be laid out according to the site plan. All panels should be properly laid and adjusted prior to beginning assembly. The panels need to be properly aligned so that there is a minimum of a 2" overlap at each seam. Panels are generally pre-cut with extra vinyl and may have more than 2" overlap when properly aligned – extra material can be trimmed on site and kept for patching corners and making field boots.
3
Installation of Liner System
1. Prepare the site for the installation. The excavation must be completed prior to the arrival of the installation crew.
a. The containment area needs to be over-excavated a minimum of 24" on all sides to accommodate for freeboard outside the geomembrane containment unit on all sides. This will provide the necessary amount of gravity for adequate drainage and allow for proper backfill of clean, washed stone.
b. The depth of the excavated area needs to be a minimum of 6" deeper than the floor of the containment unit. This additional depth will be filled with washed pea gravel to function as a leach field, assisting in the displacement of water. The pea gravel floor should be sloped from the center to the outside to promote the flow of water out of the containment area.
c. Clean the transformer pad and existing piers side walls to make sure they are free of dirt before applying the reef tape. The transformer pad must be dry – the reef tape will not adhere to wet or surfaces.
2. Mark the sidewalls of the transformer pad, piers and walls according to drawings before applying reef tape
a. Snap a chalk line across the pad to maintain proper wall height.
3. Apply reef tape as marked to all sides of transformer pad as required
a. Roll the reef tape with a roller against the pad walls to assure a tight bond
b. Do not remove paper from tape until ready to attach liner
4. Using the site plan drawings, measure and mark the floor of the containment site with marking paint to get the proper orientation of the panels and transformer pad. Be sure that the gray portion of the liner is facing to the outside of the containment area.
5. Unfold the liner and position the panels inside the containment as indicated on the containment layout drawing
a. Position end panels (A & B) which normally go from corner to corner first, assuring proper fit into the corners
b. Position side panels (C& D) so there is a 6-inch overlap at each end of the transformer pad to properly seal the system at the corners
4
Installation of Liner System
6. Measure, mark and fit each panel around any piers within the floor of each respective panel
7. Attach the liner to the transformer pad, beginning with panels A & B, followed by C & D
a. Strip protective paper off the reef tape
b. Press the liner into position against the reef tape. Begin attaching the liner in the center of the pad. Work toward the end in one direction at a time to avoid wrinkles. Bring the liner straight down to the floor to avoid liner coming away from the wall.
c. Use a roller to roll liner against the tape to assure tight bond
d. Position aluminum flat bar and attach to the side wall of the transformer pad, drill quarter inch holes into the concrete and use 1¼-inch Hilti KWIK-CON II + Torx hex head concrete anchors to secure the liner to the transformer pad
e. DO NOT attach the aluminum flat bar to the pad at the corners until the seaming of the liner at the corners has been completed
f. Trim excess liner material at the top of the flat bar
g. Remove any concrete dust from the drilling process before caulking the top
h. Caulk the top of the flat bar to the transformer pad for additional seal
8. Begin seaming the panels after the liner has been attached to all four sides of the concrete foundation pad. *Work as a two-man team when seaming to keep seams straight and free of wrinkles*
a. Mark and trim the panels to a minimum of 3-inch overlap before beginning to seam
b. Seal the vertical seams of the panels at the corners on the transformer pad; drill the final anchors and fasten to the pad
c. Be sure the liner is flush against the bottom of the pad to insure there are no gaps between the liner and the bottom. Bring up the liner to the reef tape.
d. Begin seaming the panel at the base of the transformer pad, crossing the floor to the end of the panel on the outside
e. Clean and dry the panels during the seaming process using a rag and cleaner provided. Clean both surfaces of the overlapped material to ensure that the seam is free of dirt and will properly seal.
TIP: Work as two-man team when seaming to keep seams straight and free of wrinkles.
5
Installation of Liner System
f. Use only the adhesive provided (HH66) to seam and seal the floor panels. Apply a light, even coat of adhesive to both panels. Allow the adhesive to get tacky (not wet) and work the adhesive back and forth several times to obtain an even coating of adhesive. Then position and seal with a roller, applying pressure over a wooden plank beneath the floor to ensure proper sealing.
g. Inspect all seams to ensure the edge is properly sealed. If there are wrinkles in the seam, make a round patch to cover and seal them.
h. After inspection, seal the entire seam with a rubber sealant (such as Flexseal or similar) to further assure a proper seal.
9. Corner, single patching
a. After the panels are seamed and sealed, install a pre-formed corner to the base of each corner of the pad, where the panels have been joined
b. Using a silver permanent marker, draw the outline of the corner
c. Using the HH66 adhesive, brush a 4-inch wide strip of glue to the inside of the outlined corner.
d. Repeat to the inside of corner. Adhere corner and press into place with roller.
e. Apply multiple applications of the rubber sealant to all seams to assure maximum sealing protection
10. Existing piers, retrofit
a. When retrofitting an existing site where steel supports are already in place, measure and mark where to cut around the piers. Figure out which side has the shortest distance to an end of the panel, and cut that line so the cutout lays around the pier and then comes back together on the side cut through to the end. Wrap reef tape around the pier at the desired height in order to attach the vinyl to it. Patch the cut in the floor and boot the pier. Metal aluminum bars should be bent and attached to secure the liner to a round pier.
11. Boot piers and penetrations through the floor of the liner
a. Boots must be custom fitted to the precise size of the pier and/or conduit on site utilizing preformed factory boots or material trimmed during the liner floor installation
b. Take measurements of the pier to make a vertical boot and attach to the pier or conduit with reef tape
8. Continued
TIP: Some like to outline the pier on the panel and then cut about an inch inside the lines. If done correctly, this creates a slight flap that rides up the wall, helping to ensure a better seal at the floor when the boot with floor flaps is added.
6
Installation of Liner System
c. Measure the size of the pier (Example: 36-inch diameter pier has a radius of 18-inches)
d. Bring the folded liner up to the pier and measure out half the size of the pier (18-inches)
e. With an 18-inch string, draw the diameter of the circle on the liner. This will make a 36-inch diameter circle.
f. Cut just to the inside of the line and cut straight out to the closest edge of the liner, wrap around the pier
g. Secure the bottom of the boot with a 3-inch overlap on the floor liner. Glue each flap and seal to the floor liner with adhesive. Using the roller provided, roll seam while applying pressure for a tight seal.
h. Position a 4- to 6-inch wide vinyl seal at the base of the boot, sealing to the floor to cover the base of the boot
i. After the boot is fitted to the pier or conduit, seal all seams again with a rubber sealant
j. Band each pier at the top of the boot with aluminum strips. Use sealing compound to further seal the liner to the pier.
k. Seal grounding cable penetrations at the top of the liner against the transformer pad wall, using a sealing compound to seal the penetration. Seal again with a rubber sealant.
12. Staking the outside oil filtration panel walls
After all the seams, pads/piers, conduits, ground cables, and drain pipes have been sealed and/or booted, it is time to stake up the outside walls. Using (2" nominal) wooden stakes is the simplest method. Begin in the corners and place a wooden stake every 2 ft to 4 ft to support the vertical position of the wall. Raise the outside wall and attach to the wooden stake with deck screws ½" from the top of the wall. The stakes can be left in place or removed after the containment has been backfilled with clean, washed stone, to the grade depicted in the site drawings.
a. Beginning at the pre-fabricated corners, place wood stakes approximately every 2 to 4 feet along the outside containment wall.
b. Lift the outside wall into a vertical position and attach it to the wood stake with ¾” deck screws or staples. Staple or screw ½” from the top of the Oil Filtration Panels to prevent damage to the panel.
11. Continued
7
Installation of Liner System
13. Cover the entire floor of the containment with geotextile material (15-ounce) prior to being backfilled with stone
Access to the oil containment unit may be limited due to surrounding structures. Place the clean, washed stone (gravel or round) in the unit in a manner that limits the impact of the stone on the floor on the containment unit. We require clean, washed stone of average size from ¾" to 1½", free of dirt or fines. When backfilling the area along the outside walls, maintain an equal level of stone on both sides to prevent the stone from affecting the position and alignment of the wall, and to prevent the liner from being pulled off the stake.
a. Cover the floor of the containment with geotextile fabric, cutting to fit along the perimeter walls and around pads/piers. This acts as a protective barrier for the liner during backfilling procedures.
b. Starting at corners, begin placing clean, washed stone into the containment area in a manner that maintains equal amounts of stone on both the inside and outside of the vertical containment wall. Try to prevent the stone from affecting the position and alignment of the containment wall. A ripped length of PVC conduit can be used to keep the wall from being crushed.
c. Continue placing stone around the perimeter to the designated height according to the site drawings. Then begin filling from the perimeter toward the center.
d. Finish placing clean, washed stone, until the stone has filled the site back to its desired grade.
The importance of using the correct stone cannot be understated. Stone must be CLEANED, WASHED, and free of dirt and fines. Dirty stone WILL compromise the flow rate of the Oil Filtration Panels. Stone with a lot of fines WILL reduce the percentage of void space and compromise the containment capacity.
The Importance Of Clean, Washed Stone
1310 Harris Bridge Rd., Anderson, SC 296211-800-285-4203 toll free | BasicConcepts.com
© 2020 Justrite Safety Group • Code no. BC274 (0420)
Finished To-Grade Containment
Finished Dike Containment
CITY OF POWELL, WYOMING
BID PROPOSAL
The undersigned certifies that they have personally examined and read the requirements of the attached Invitation to Bid, Instructions to Bidders, General Conditions, Bid Specifications, the Proposed Contract and this Proposal and thoroughly understands the intent and stipulations therein and hereby proposes Substation Construction for the City of Powell’s Electric Department, to the City of Powell, Powell, Wyoming. Bids received after the time and date of March 18th, 2021 at 1:00 PM, will be returned unopened. All bids will be F. O. B., the City of Powell, Powell, Wyoming. Any variations to the bid specifications must be submitted at the time of the bid opening, in writing, so stating the exceptions. This includes not meeting minimum specifications, or making substitutions deemed by the vendor as being equal or superior to specifications. Vendors will be responsible for satisfying the City regarding substitution. No substitutions will be considered unless approved in writing by the City. The undersigned supplier certifies that he/she has read the above requirements and has submitted with their bid all information that the City of Powell has required. Supplier: ______________________________________________ By: ______________________________________________ Signature By: ______________________________________________ Printed/Typed of Signature above Title: Email: Phone #:
CITY OF POWELL, WYOMING
Bid Sheet
We hereby submit the following bid for Substation Construction for the City of Powell’s Electric Department. Bids will be opened on March 18th, 2021 at 1:00 PM.
Bid for ___________________ Substation Construction as per specifications
(Bid includes all accessories listed in specifications) $ _____________
We further include the following information:
1. State delivery dates: ________________
2. The above price will be firm for ________ days.
3. This equipment has the following warranty: _______________________________ ______________________________________________________________________________ ______________________________________________________________________________ 4. Maintenance for the equipment can be performed by:
_________________________________________
_________________________________________
5. Estimated Life of Equipment: __________________________________
6. Variations to the bid specification, if any: __________________________
__________________________________________________________
__________________________________________________________
________________________________ __________________________________________ Date Company ________________________ _______________________________ Phone number Signature ________________________________ Printed Name and Title
1 of 3
CITY OF POWELL, WYOMING
CONTRACT
THIS CONTRACT, made this ______ day of _____________, YEAR, by and between
the City of Powell of Powell, Wyoming, hereinafter called CITY and
CONTRACTOR/NAME of TOWN, STATE, hereinafter called CONTRACTOR.
1. The CONTRACTOR provide, Substation Construction as set forth and described in
the bid specifications, and in accordance with the specifications attached hereto as
Exhibit “A” and incorporated herein by this reference. If said Substation
Construction T2 Energization is not completed by July 15th, 2021, T1 Energization
is not complete by September 30th, 2021 as specified by the awarded contractor in
the bid sheet, the CONTRACTOR shall pay to CITY, as liquidated damages, and
not as a penalty the sum of $200.00 per day for each and every day the
CONTRACTOR shall be in default, unless CITY grants an extension to the
completion date. CONTRACTOR shall not be liable for damages because of fire,
flood, strikes, riots, acts of God, or other CONTRACTOR delays, or any
circumstances or other causes beyond CONTRACTOR’S control.
2. Upon acceptance of the above described Substation Construction by CITY, CITY
shall pay to CONTRACTOR the sum of _____________________________xx/100
($xxx,xxx.xx) DOLLARS, which CONTRACTOR shall receive and accept as full
compensation for everything furnished under the contract.
3. The risk of loss from a casualty to the above described Substation Construction,
regardless of the cause, shall be on CONTRACTOR until construction completion
to substation and accepted in writing by CITY.
4. CONTRACTOR warrants that the Substation Construction at the time of completion
shall be free from any security interest or other liens or encumbrances.
CONTRACTOR specifically extends to CITY all warranties implied by law without
exclusion including, but not limited to, implied warranties of merchantability and
fitness for particular purpose.
EXAMPLE
2 of 3
5. This Contract shall be executed and delivered in, and shall be interpreted,
construed and enforced pursuant to and in accordance with the laws of the State of
Wyoming. CONTRACTOR hereby specifically agrees to submit to the jurisdiction of
the Wyoming courts and submits to said courts having exclusive venue for any
litigation, special proceedings or other proceeding as between the parties that may
be brought, or arise out of, in connection with or by this Contract.
6. In the event either party resorts to legal action to enforce the terms and provisions
of this agreement, the prevailing party shall be entitled to recover the costs of such
action so incurred, including, without limitation, reasonable attorney fees.
7. Waiver by either party of a breach or violation of any provision of this contract shall
not operate as, or be construed to be, a waiver of any subsequent breach of the
same, or other provision hereof.
8. No modification, alteration, addition or change in the terms hereof shall be binding
on either party unless reduced to writing and executed by duly authorized
representative of CONTRACTOR and CITY.
9. The General Conditions, General Requirements, Specifications and Bid Proposal
are all essential documents to this contract and are made a part hereof as if written
herein.
10. The CITY of Powell, its officers, employees, appointees and representatives, do
hereby reserve their governmental or sovereign immunity from tort liability of any
kind or nature and nothing herein shall be considered a waiver of immunity as
provided by law. City specifically retains all immunities and defenses available to it
as a sovereign or governmental entity pursuant to state law, including Wyoming
Statute 1-39-101, et seq.
11. This Contract shall cancel and superseded any and all prior agreements,
understandings, arrangements, promises, representations, warranties, and/or any
contract of any form or nature whatsoever, whether oral or in writing and whether
express or implied, which may have been entered into prior to the execution hereof
between the parties, their officers, directors, or employees, as to the subject matter
EXAMPLE
3 of 3
hereof. Neither of the parties hereto has relied upon any oral representations given
to it by any representatives of the other. This Contract represents a complete and
exclusive statement of the terms of the transaction between CITY and
CONTRACTOR.
12. This Contract shall inure to the benefits of and be binding upon the legal
representatives and successors of the CITY and the CONTRACTOR respectively.
IN WITNESS WHEREOF, the said parties have caused this contract to be executed by
the proper officers thereunto duly authorized on this _____ day of ________________,
2020.
PURCHASER: CITY OF POWELL
By: _________________________________ John F. Wetzel, Mayor ATTEST: ___________________________________ Tiffany Brando, City Clerk
SUPPLIER: By: ________________________________
STATE OF WYOMING ) ) SS COUNTY OF )
The foregoing Contract was acknowledged before me by ___________________
for , this _____ day of _______________, 2020.
WITNESS by my hand and official seal.
________________________________
(SEAL) Notary Public
EXAMPLE
CITY OF POWELL
Bid Checklist The following items will be required for a qualified bid on the Substation Construction for the City of Powell Electric Department. Bid opening date of Thursday, March 18th, 2021 at 1:00 PM, HDR 970 S. 29th St. W, Billings, MT 59102. _____ 5% bid security in the form of a bond or cashiers check _____ Properly executed Bid Proposal _____ Properly executed Bid Sheets(s) _____ Concise breakdown of unit being bid. _____ Properly executed Bid Checklist. I have submitted the above referenced forms, as required, with my bid submittal package. By: ______________________________ Authorized Signature