city of powell, wyoming - bidnet

170

Upload: khangminh22

Post on 16-May-2023

2 views

Category:

Documents


0 download

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

CONSTRUCTION CONTRACT

THIS PAGE LEFT BLANK INTENTIONALLY.

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

Costs

Fiber Optic Cable (Bid Item K5)

Material

Installation

Costs

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.

Appendix B - Equipment Drawings

Appendix C - Report of Geotechnical Investigation

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

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

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

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

AutoCAD SHX Text
PROJECT AREA
AutoCAD SHX Text
TH1
AutoCAD SHX Text
TH2
AutoCAD SHX Text
EXCAVATION AREA
AutoCAD SHX Text
APPROVED
AutoCAD SHX Text
BY
AutoCAD SHX Text
DRAWING LOG
AutoCAD SHX Text
DATE
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
PROJECT:
AutoCAD SHX Text
TITLE:
AutoCAD SHX Text
OWNER:
AutoCAD SHX Text
ENGINEERING ASSOCIATES - POWELL, WYOMING
AutoCAD SHX Text
CONSULTING ENGINEERS & SURVEYORS
AutoCAD SHX Text
P:\2019\19082.01 - City Of Powell - General\19082.01 Task 9 - City Of Powell Vining Substation\ACAD\Vining Substation-Site Plan.dwg GEO-TECH 12/12/19 LANE
AutoCAD SHX Text
CITY OF POWELL, WY
AutoCAD SHX Text
DRAWN BY:
AutoCAD SHX Text
JOB NO.
AutoCAD SHX Text
FIELD BOOK NO.
AutoCAD SHX Text
LPU
AutoCAD SHX Text
12/12/19
AutoCAD SHX Text
ORIGINAL DRAWING
AutoCAD SHX Text
CAS
AutoCAD SHX Text
LPU
AutoCAD SHX Text
19082.01
AutoCAD SHX Text
TLC
AutoCAD SHX Text
GEOTECHNICAL REPORT
AutoCAD SHX Text
VINING SUBSTATION
AutoCAD SHX Text
00250-8
AutoCAD SHX Text
582
AutoCAD SHX Text
TEST HOLE-
AutoCAD SHX Text
EXCAVATION AREAS-
AutoCAD SHX Text
REFERENCED IN REPORT

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

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

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

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

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

HOLE

1. ALL STRUCTURE MOUNTING HOLES ARE

3

4

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

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

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

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

REG

T2

REG

T2

REGAC

AUTOMATIC

TRANSFER

SWITCH

STATION

SERVICE

METER

AC

PANEL

#1

T1

REG

T1

REG

T1

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

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

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