Loading...
HomeMy WebLinkAbout110051 POWELL ELECTRICAL MANUFACTURING - PURCHASE ORDER - 8857539Date: 12/17/2008 Fort of Page Number: 1 Purchase Order Number: 8857539 ueuvery uate: '12/'Ib/2uu8 Buyer: DICK,OPAL Purchase Order number must appear on invoices, packing lists, labels, bills of lading, and all correspondence. Note: `Fi «i ri Jov -3-r,6 Line Qty/Units Description Extended Price 1 1 lot Power Control Room per Sepcifications 300-001, Rev Sym F and 362-004, Rev. Sym E and Powell Quote 76737-2007 Dated 10/10/08 Shipping FOB Portnerjobsite Mid October 2009 delivery. Council approved. Payment method: 20% Submittal of Approval Dwgs 30% Release to Manufacturing 40% at Shipment 10% upon delivery F.O.B. jobsite Contact: Bob Hover - Project Manager 970-221-6725 2,123,471.00 Total $2,123,471.00 ---I ........ _ ..............� -.,- ....... .........y.......... City of Fort Collins This order is n alid over $5000 unless signed by James B. O'Neill II, CPPO Accounting Department City of Fort Collins Purchasing, PO Box 580, Fort Collins, CO 80522-0580 PO Box 580 Phone: 970.221-6775 Fax: 970-221.6707 Email: purchasing@fcgov.com Fort Collins, CO 80522-0580 (Cont.) 3.9 Default by Supplier .............................................. 3.10 Force Majeure..................................................... 3.11 Termination for Convenience ............................. 3.12 Drawings............................................................. 3.13 Status Reports ...................................................... 3.14 Inspection............................................................ 3.15 Tests.................................................................... 3.16 Instructions......................................................... . 3.17 Spare Parts............................................................ 3.18 Patent.................................................................... 3.19 Indemnity.............................................................. 3.20 Taxes.................................................................... 3.21 Shipment............................................................... 3.22 Deleted.................................................................. 3.23 Terms of Payment ................................................. 3.24 No Waiver of Rights ............................................. 3.25 Warranty............................................................... 4.0 Special Conditions.................................................... 4.1 Project Description ....................................... 4.2 Schedule........................................................ 4.3 Owner's Address ........................................... 4.5 Approved manufacturers .............................. 5.0 Technical Specification ..................................... 5-1 iii 300-001 REV. SYM: E UNIT 21 NAMEPLATE NAMEPLATE PLATE COLOR\ PLATE TEXT LOCATION TEXT TEXT COLOR SIZE SIZE MB-I UNIT21 BLACKMATE 3"x1" 1/4" 87 B-TI A -FA MI3-2 1311S IA BLACK\WIIFFE 3"xl" 1/8" DIFFERENTIAL RELAY 87B= I' I A-FB MB-3 BUS IA BLACK\WHITE 3"x1" 1/8" DIFFERENTIAL RELAY 87B-PIA-FC MB-4 BUS IA BLACK\WFIITE 3"xl" 1/8" DIFFERENTIAL RELAY BKR 900 M13-5 SEL-351S BLACK\WHILE 3"xI" 1/8" RELAY 86B-TIA MB-6 BUS LOCKOUT RED\WHITE 3"x1" 1/8" RELAY 8613T--T I A MB-7 BUS LOCKOUT BLACK\WHITE 3"xl" 1/8" TL-:S'F SWITCH 86BX TIA MB-8 BUS LOCKOUT BLACK\WHITE 3"xl" 1/8" -DISABLE SWITCH 13KR 900 1/4" MB-9 CONTROL SWITCH BLACK\WHITE 3"x1'/2" I/8" OPEN -FAIL -CLOSE 1 /8" FS-I MB-10 SEL-351S BLACK\WHIIE 3"xl" 1/8" PEST SWITCH 'IS-2 MB-II SEL351S BLACK\WHITE 3"xl" 1/8" TEST SWITCH IS-3 MI3-12 SEL-35IS BLUEm-wrE, 3"xl" I/8" TEST SW ITCH 50 362-004 REV. SYM: E UNIT 22 NAMEPLATE NAMEPLATE PLATE COLOR\ PLATE 'TEXT LOCATION TEXT TEXT COLOR SIZE SIZE FB-I UNIT22 BLACK\WHI'PE 3"xl" 1/4" BKR 901-902 13-2 SEL-351S BLACK\WLIITE 3"xi" 1/8" RELAY BKR 901 1/4" F13-3 CONTROL SWITCH BLACK\WHITE 3"xl'/2" 1/8" OPEN -FAIL -CLOSE 1 /8" I3KR 902 1/4" F134 CONTROL SWITCH BLACK\WHITE 3"x11/2" 1/8" OPEN -FAIL -CLOSE 1 /8" TS- I F13-5 SEL-351S BLACK\WHITE 3"xl" 1/8" 'PEST S W ITCH TS-2 F13-6 SEL-351S BLACK\WHITE 3"xl" 1/8" TEST SWITCH TS-3 F13-7 SEL-35IS BLUE\WHPIE 3"xi" 1/8" TESTS W ITCH UNIT 23 NAMEPLATE NAMEPLATE PLATE COLOR\ PLATE TEXT LOCATION 'TEXT TEXTCOLOR SIZE SIZE FB-I UNIT23 BLACK\WHITE 3"xl" 1/4" BKR 903-904 F13-2 SEL-351S BLACK\WI-IITE 3"xl" 1/8" RELAY BKR 903 I/4" FB-3 CONTROL SWITCH BI.,ACK\WHITE 3"x11/2" 1/8" OPEN -FAIL -CLOSE 1 /8" BKR 904 1/4" FB-4 CONTROL SWITCH BLACK\WHITE 3"x11/2" 1/8" OPEN -FAIL -CLOSE 1 /8" TS 1 FB-5 SEL-351S BLACK\WI-lI'IE 3"xi" 1/8" TEST SWITCH TS-2 FB-6 SEL-351S BLACK\WHITE 3"xl" 1/8" TEST S W ITCH TS 3 1713-7 SEL-351S BLUE\WHITE 3"xl" 1/8" TEST SWITCH 51 362-004 REV. SYM: E I INrr 24 NAMEPLATE NAMEPLATE PLATE COLOR\ PLATE TEXT LOCATION TEXT TEXTCOLOR SIZE SIZE FB-I UNIT24 BLACK\WHITE 3"xI" 1/4" BKR 905-906 I-B-2 SEL,-35IS BLACK\WHFPE 3"xl" 1/8" RELAY BKR 905 1/4" F13-3 CONTROL SWITCH BLACK\WHPPE 3"xt'h" 1/8" OPEN -FAIL -CLOSE 1/8" BKR 906 I/4" FB-4 CONTROL SWITCH BLACK\WHITE 3"x11/2" 1/8" OPEN -FAIL -CLOSE 1/8" rs-I 113-5 SEL-35IS 131,ACK\W1-IITE 3"xl" 1/8" 'PEST S W ITCH rS-2 F13-6 SE1.3515 BLACKMATE 3"xl" 1/8" TEST SWITCH rS 3 FB-7 SEL-351S BLUE\WHITE 3"xl" 1/8" TEST SWITCH UNIT 25 NAMEPLATE NAMEPLATE PLATE COLORV PLATE, TEXT LOCATION TEXT TEXT COLOR SIZE SIZE FB-1 UNIT25 BLACK\W131'fL 3"xl" I/4" 13 KR 907-908 FB-2 SEL-35IS BLACK\WHI'FE 3"xi" 1/8" RELAY BKR 907 1/4" F13-3 CONTROL SWITCH BLACK\WHITE 3"x11/2" 1/8" OPEN -FAIL -CLOSE 1/8" BKR 908 1/4" FB-4 CONTROL SWITCH BLACK\WHITE 3"xi'/z" 1/8" OPEN -FAIL -CLOSE 1 /8" rS-1 FB-5 SEL-35IS BLACK\WHFLE, 3"xl" 1/8" TEST SWITCH rS 2 FB-6 SEL-35IS BLACK\WHITE 3"xl" 1/8" TEST SW ITCH rS-3 FB-7 SEL-35IS BLUE\WHI'I'E 3"xi" 1/8" TEST SWITCH 52 362-004 REV. SYM: E UNIT 26 NAMEPLATE NAMEPLATE.; PLATE COLOR\ PLATE TEXT LOCATION TEXT TEXT COLOR SIZE SIZE TB2-1 UNIT26 BLACK\WHITE 3"x1" 1/4" BKR 909 TB2-2 SEL-351S BLACK\WHITE Yxl- 1/8" RELAY BKR 909 1/4" T132-3 CONTROL SWITCH BLACK\WHITE 3"xi'/2^ 1/8" OPEN -FAIL -CLOSE 1 /8" TS-1 T132-4 SEL-351S BLACK\WHITE 3"xi" 1/8" 'PEST S W ITCH TS 2 TB2-5 SEL-351S BLACK\WHITE T'xl" 1/8" TGS"I' S W ITCH TS-3 TB2-6 SEL 351S BLUE\WHITE Yxl" 1/81' TESTSWITCH 53 362-004 CABLE SPECIFICATION 600Volt Multi -conductor Control Cable Specification STANDARD SPECIFICATION Reference: IPCEA 5-66-524 (NEMA WC 7) Conductor: 12AWG, 7 Strand, Concentric -lay, uncoated copper, Normal maximum operating temperature 90 deg C. Insulation: Cross -linked Polyethylene, IPCEA S-66-524, Paragraph 3. Shield: None Jacket: Conductor and Cable Assembly: Black Polyvinyl Chloride, IPCEA S-66-524, Paragraph 4.3.1; Assembly jacket applied over tape wrapped core. Conductor Identification: IPCEA S-66-524, Appendix K, Method 1; Colored compounds with tracers, Table K-2 Factory Tests: Cable shall meet the requirements of IPCEA 5-66-524. CABLE DETAILS Number *Thickness -Inches O.D. of Conductor Assembly Max Conductors Insulation Jacket Jacket (inches) 2 .020 0.010 0.045 .43 3 .020 0.010 0.045 .46 4 .020 0.010 0.045 .50 5 .020 0.010 0.045 .54 6 .020 0.010 0.060 .62 7 .020 0.010 0.060 .62 8 .020 0.010 0.060 .67 9 .020 0.010 0.060 .73 10 .020 0.010 0.060 .79 12 .020 0.010 0.060 .81 15 .020 0,010 0.060 .88 A durable marking shall be provided on the surface of the cable at intervals not exceeding 24 inches. Marking shall include the manufacturer's name, insulating material, conductor size, number of conductors and voltage class. 54 362-004 *The average thickness shall not be less than that indicated above. The minimum thickness shall not be less than 90 percent (insulation) and 80 percent (jacket) of the values indicated above. 55 362-004 REV. SYM: F 00-1 THE CITY OF FORT COLLINS LIGHT AND POWER UTILITY SPECIFICATION FOR ELECTRICAL EQUIPMENT 1.0 INSTRUCTIONS TO BIDDERS 1.1 GENERAL 1.1.1 Proposals are invited for furnishing and delivering equipment as described in accordance with this Specification. 1.1.2 One (1) signed copy of the Proposal and all required Proposal forms shall be prepared and submitted in accordance with the instructions in this Specification. Each Proposal shall be accompanied by a 10% Proposal Guarantee. Proposals which are not prepared and submitted in accordance with these instructions will not be considered. 1.1.3 The terms defined in this paragraph shall have the following meanings wherever they appear in this Specification: 1.1.3.1 The 'Purchaser', "Owner', or "City", shall mean the City of Fort Collins and its duly authorized agents, a governmental organization in the State of Colorado, to which the equipment described herein is to be delivered. 1.1.3.2 "Vendor", "Manufacturer', "Contractor', "Supplier', 'Bidder', or "Seller', shall mean the person, organization, firm, partnership or corporation which is bidding and, if awarded the order, the organization furnishing the equipment. 300-001 REV. SYM: F 00-1 1.1.3.3 "Contract Documents" shall mean all of the following documents which form the Contract: a) Invitation to Bid b) Supplemental Instructions c) Electrical Equipment Contract Specification including: 1. Instructions to Bidders 2. Proposal, Proposal Data and all required forms 3. General Conditions 4. Special Conditions d) Technical Specifications e) City's Purchase Order Terms and Conditions f) Addenda issued by the City prior to opening of Proposals g) Purchase Order h) Performance Bond i) Change Orders Issued by the Owner j) Specifications and engineering data furnished by the Contractor and accepted by the Owner. 1.1.3.4 "Site" shall mean the marshaling area, railroad siding or substation nearest final installation. This location will be specified in the Special Conditions. 1.1.3.5 "Date of Contract-- shall be defined as the date of the Purchase Order. 1.1.3.6 "Date of Receipt of Order" shall be the date shown on the certified mail receipt accompanying the Purchase Order and shall be considered the date of notice of acceptance of the Bidder's Proposal unless the Purchase Order is delivered in person, in which case the date delivered shall be considered the Date of Receipt of Order. 1-2 300-001 REV. SYM: F 00-1 1.1.3.7 "Date of Shipment" shall be defined as follows: a) For the purpose of price adjustment, the date of shipment shall be defined as the date the bill of lading is signed by the carrier covering each partial shipment. b) For all other purposes, the date of shipment shall be defined as the date the bill of lading is signed by the carrier covering the last and final shipment of the equipment and accessories covered by this Specification 1.1.3.8 "Day" or "days" unless herein otherwise expressly defined, shall mean a calendar day or days of 24 hours each; i.e., time, if stated as a number of days shall include Saturdays, Sundays, and holidays. 1.2 BIDDER QUALIFICATIONS Each prospective Bidder shall submit with this bid, in duplicate, written evidence of Bidder's qualifications to the Owner. Such evidence shall include all information necessary to certify that the Bidder: a) Is regularly engaged in the manufacture of materials and equipment of the type specified. b) Does not anticipate change in ownership or major policy during the period of the proposed work. If such change is anticipated, the scope and effect thereof shall be defined. c) Has adequate plant and manufacturing capacity available to do the work properly and expeditiously within the time period specified. d) Has adequate financial status to meet the financial obligations incident to the work. (2006 and 2007 annual reports or balance sheets if annual report is not available are required) e) Has no just or proper claims pending against him regarding the quality of performance of his work. f) Has recently designed and manufactured other units of similar type and of equal or greater complexity. The evidence shall consist of a listing of the unit indicating the Owner's name, location, approximate dollar value, type of facility, and date of completion. The Bidder shall list equipment equipment dilivered in 2008 and existing orders. 1-3 300-001 REV. SYM: F 00-1 1.3 EXAMINATION OF DOCUMENTS AND LOCAL CONDITIONS Each Bidder shall thoroughly examine and be familiar with the Contract Drawings, Technical Specifications and other Contract Documents, and submission of a Proposal shall constitute an acknowledgment upon which the Owner may rely that the Bidder has thoroughly examined and is familiar with each of them. The failure or neglect of a Bidder to receive or examine any Contract Document or any part thereof shall in no way relieve him from any obligations with respect to his Proposal or to the Contract. If the work includes furnishing of field services, each Bidder shall thoroughly inform himself of all conditions and factors which would affect the prosecution and completion of the work. It must be understood and agreed that all such factors have been properly investigated and considered in the preparation of every Proposal submitted. No claims for financial adjustment to any Contract awarded for the work under these Specifications and documents will be permitted by the Owner which are based on the lack of such prior information or its effect on the cost of the work. 1.4 INTERPRETATIONS No oral interpretations will be made to any Bidder as to the meaning of any of the Contract Documents. Every request for an interpretation shall be made in writing and delivered to the Purchaser at the address appearing in Paragraph 4.0, Special Conditions, ten (10) days or more before the time announced for opening of Proposals. Every interpretation made to a Bidder will be in the form of an Addendum which, if issued, will be sent as promptly as is practicable to all parties to whom the Specifications and Contract Documents have been issued. All such addenda shall become part of the Contract Documents. 1-4 300-001 REV. SYM: F 00-1 1.5 FORM OF PROPOSAL Each Proposal shall be made on the form(s) furnished as a part of this Specification. It shall be the Bidder's responsibility to ascertain that all pages are submitted. Entries made on the Proposal and Data Form(s) shall be typed, using dark black ribbon, or legibly written in black ink. Prices shall be stated in words and figures except where the form(s) provide for figures only. The Bidder shall sign the Proposal and print or type his name on the Schedule and each continuation sheet thereof on which he makes an entry. Erasures or other changes must be initialed by the person signing the bid. Bids signed by an agent shall be accompanied by evidence of his authority. The Proposal shall be enclosed in a sealed envelope marked PROPOSAL DOCUMENTS with full name of the Project and the numbers of the Contracts being bid as shown on the cover of the Specifications and Contract Documents, the name of the equipment being bid on, the date and time for opening, the name and return address of the Bidder, and it shall be addressed to the Purchaser at the location stipulated in the INVITATION TO BID. 1.6 COMPLETENESS OF PROPOSAL (Base Bid Data Reguired) 1.6.1 Technical information and data requested in each section of this Specification shall be submitted with the Vendor's Proposal. Any design calculations and preliminary drawings required by this Specification shall be submitted as part of the base Proposal and each alternate. Unless all prices, technical data, performance curves, exceptions to the Specification, etc., are submitted to the Purchaser, Bidder's quotation and Proposal will be considered incomplete and may be rejected as not responsive. 1.6.2 Bidders shall quote on all items in each Bid Schedule. If unable to do so, insert "No Bid" with reason, i.e., do not manufacture, etc. 1.6.3 Each Proposal shall include specific acknowledgment of receipt of all Addenda issued during the bidding period. Failure to do so may result in the Proposal being rejected as not responsive. 1.6.4 Additional technical data furnished by a Bidder, but not required by the Contract Documents, may at the Purchaser's option, be considered a part of the Proposal to the extent that it is supplementary to and is consistent with the Contract Documents. 1-5 300-001 1.7 ALTERATIONS IN PROPOSAL W. REV. SYM: F 00-1 Except as otherwise provided herein, Proposals which are conditional in any way, or which contain erasures or interlineations not authenticated as provided herein, or which contain items not called for, items not in conformity with applicable law, changes, additions, recapitulations, alternative Proposals, or any other modifications of the Proposal Form which are not specifically called for in the Contract Documents, may be rejected at the option of the Purchaser as not responsive. Erasures, interlineations or other corrections shall be authenticated by affixing in the margin, immediately opposite the correction, the handwritten initials or signature of each person executing the Proposal. If the Vendor takes no exceptions to this Specification, he shall state in his Proposal that the Proposal complies with this Specification without exception. If exceptions are taken, they shall all be listed under this heading in a specific section of his Proposal. All exceptions shall be specific in nature and referenced to the applicable paragraph of these Specifications. Conflict notations which make reference to the Bidder's descriptive information or printed terms and conditions as a whole will not be acceptable. 1.9 ALTERNATES 1.9.1 The Vendor may, in addition to his base bid, offer alternate designs of equipment if, in his judgment, such alternate designs will be better and will more economically serve the Purchaser's service requirements. 1.9.2 Alternate bids shall be submitted in the same form and manner as the main bid of under a heading entitled ALTERNATES. 1.9.3 The Vendor shall bid on any alternate design requested. 1.9.4 Alternates will be evaluated at the option of the Purchaser. 1.10 PRICES 1.10.1 The bid prices shall include everything necessary for the furnishing of the equipment and fulfillment of the Contract, except as may be otherwise expressly provided in the Contract Documents. Prices shall be F.O.B. destination. 1.10.2 No bid prices shall include any taxes. The Bidder's attention is directed to the provisions set forth in the General Conditions regarding taxes. 1-6 600-001 REV. SYM: F 00-1 1.10.3 Quotation of prices in words shall be valid only in a Bid Schedule having no unit price quotations and requiring a single lump sum bid for all equipment in the Schedule. In the event of a difference between a price quoted in words and a price quoted in figures for the same lump sum quotation, the words shall be the amount bid. 1,10.4 In the event that the product of a unit price and the estimated quantity for that unit does not equal the extended amount quoted for the estimated quantity, the unit price shall be the amount bid for the unit and the correct product of the unit price and the estimated quantity shall be the correct extended amount bid. 1.10.5 If the sum of the correct extended amounts bid does not equal the total amount shown in the Proposal for the Bid Schedule, the correct sum of the correct extended amounts bid shall be the total amount bid for all equipment in the Schedule. 1.10.6 If an alternative bid or modification of a bid based on unit prices is submitted which provides for an adjustment to the total amount bid, the portion of the adjustment applicable to each unit price shall be stated for each unit price, and if it is not so stated, or if the stated adjustment results in a discrepancy between the sum of the correct extended amounts bid and the adjusted total amount bid, each unit price included in the adjusted total shall bear the same relation to the corresponding original unit price as the adjusted total bears to the corresponding original total. 1.10.7 If all or part of a Proposal includes price escalation, the Bidder shall indicate in his bid the specific items or materials subject to escalation, and shall give the method and indices to be used in computing the amount thereof. Escalation occurring after the quoted delivery date will not be paid unless delays are the result of actions by the City. Escalation occurring after acceptance, if Purchaser exercises the option to delay shipment after manufacturing is completed, will not be paid. 1.10.8 Any discount allowed by the Vendor for prompt payment will not be considered in evaluating offers for award, unless otherwise specified by the City. However, offered discounts will be taken if payment is made within the discount period, even though not considered in the evaluation. 1-7 300-001 REV. SYM: F 00-1 1.11 DELIVERY SCHEDULE The Bidder shall base his Proposal upon the Delivery Schedule included in the Special Conditions. With his Proposal, the Bidder may include an alternate Delivery Schedule for consideration by the Owner in lieu of the schedule included in the Special Conditions; provided, however, such alternate Delivery Schedule shall provide for the delivery of each part of the equipment before the critical date required by the Delivery Schedule set forth in the Special Conditions and completion of all delivery within the Contract Time. 1.12 PROPOSAL GUARANTEE — e Each Proposal shall be accompanied by a Proposal Guarantee in an amount not less than ten (10) percent of the total bid. The Guarantee shall be a certified check or cashier's check drawn on any solvent bank, or an acceptable Bidder's bond executed by the Bidder and a surety company authorized to do business in the State of Colorado. The Proposal Guarantee shall be made payable without condition to the City of Fort Collins and the amount thereof may be retained by said City of Fort Collins as liquidated damages if the Bidder's Proposal is accepted and the Bidder fails to furnish the required Performance Bond within fifteen (15) calendar days from the date on which he is notified that his Proposal has been accepted. The Proposal Guarantee of the Bidder to whom the Contract is awarded will be returned when said Bidder files a satisfactory Performance Bond. The Proposal deposit of the second and third lowest responsible Bidder may be retained for a period not to exceed ninety (90) days pending the execution of the Contract Agreement and Performance Bond by the successful Bidder. The Proposal Guarantee of the other unsuccessful Bidders will be returned after award of Contract or when their Proposals are rejected. 1.13 SUBMISSION OF PROPOSAL It is the sole responsibility of each Bidder to deliver his Proposal to the Purchaser at the Place at the place for receiving Proposals and or prior to the time for opening Proposals announced in the INVITATION TO BID or in modifying Addenda. Any Proposal received after the time last announced for opening of Proposals will be returned unopened. 1-8 300-001 REV. SYM: F 00-1 1.14 MULTIPLE -PROPOSALS A single proprietary interest shall not submit multiple Proposals for the same work even though the individual Proposals are submitted under different names. The Owner reserves the right to reject all Proposals so submitted. This provision shall not prevent submission of alternate Proposals as provided for by this Specification. 1.15 MODIFICATION OF PROPOSAL A modification of a Proposal already received will be considered only if the modification is received prior to the time announced for opening of Proposals. All modifications shall be made in writing, executed and submitted in the same form and manner as the original Proposal. Telephone or telegraphic modifications will not be considered. 1.16 WITHDRAWAL OF PROPOSAL Any Bidder may withdraw his Proposal by giving written notice to the Purchaser at the place such Proposals are to be received and at any time prior to the time announced for opening of Proposals. After the time announced for the opening of Proposals, and until a Contract is awarded, no Bidder will be permitted to withdraw his Proposal unless said execution is delayed due to acts of the Purchaser for a period exceeding forty-five (45) days after the time announced for opening Proposals. 1.17 POSTPONMENT OF OPENING The Purchaser reserves the right to postpone opening of Proposals. Such postponement may be made at any time prior to the time announced for the opening of Proposals and the Purchaser will give written or electronic notice of any such postponement to each party to whom Contract Documents have been issued, followed by issuance of an Addendum confirming the changing of the announced date and time for opening of Proposals. 1.18 OPENING OF PROPOSALS At the time and place announced for the opening of Proposals, each Proposal which has been received prior to the announced time for opening of Proposals, except those which have been properly withdrawn, will be publicly opened and read aloud irrespective of any irregularities or informalities in such Proposals. 1-9 300-001 CITY OF FORT COLLINS LIGHT AND POWER ELECTRICAL EQUIPMENT CONTRACT AND TECHNICAL SPECIFICATIONS FOR POWER DISTRIBUTION CENTERS SOLESOURCEPURCHASE POWELL QUOTE 76737-207 Dated 10/10/08 SPECIFICATION NUMBERS 300-001, REV SYM F 362-004, REV SYM E December 10, 2008 iz City of FoR Collins INVITATION TO BID REV. SYM: F 00-1 1.19 EVALUATION OF PROPOSALS In evaluating the Proposals, the Purchaser will consider the following and any other factors that may determine which Proposal best serves the interests of the Purchaser: a) Proposal Price. b) Total cost to the purchaser of ownership, operation, and maintenance. c) Whether the Bidder can perform the Contract or provide the services promptly and within the time specified without delay or interference. d) The design, construction, quality, availability and adaptability of the equipment to the particular use required. e) Bidder's equipment and plant available for prosecution of the Contract. f) Qualifications of Bidder's personnel. g) The character, integrity, reputation, judgment, experience and efficiency of the Bidder. h) The Bidder's quality of performance of previous contracts or services. i) The ability of the Bidder to provide future maintenance and service including the proximity of service facilities to the Project. j) The sufficiency of the financial resources and ability of the Bidder to perform the Contract. k) Availability and sufficiency of operation and maintenance documentation and shop drawings. 1) The number and scope of exceptions and/or conditions attached to the bid. m) The previous and existing compliance by the Bidder with laws and ordinances relating to the Contract. 1-10 300-001 REV. SYM: F 00-1 1.20 INSPECTION OF BIDDER'S FACILITIES The Owner reserves the right to inspect the apparent low Bidder's facilities prior to award of the Contract. The Owner will pay all costs of any of his representatives assigned to make such inspection within the North American Continent. If the low Bidder's facilities are outside the North American Continent, transportation expenses for up to two City representatives shall be paid by the Bidder. 1.21 ACCEPTANCE OF PROPOSAL AND AWARD OF CONTRACTS Within forty-five (45) days after the time announced for opening Proposals, the Purchaser may act either to accept a Proposal or to reject all Proposals. Failure of the Purchaser to accept a Proposal within the stated time, or such additional time as the apparent lowest responsible Bidder shall authorize, shall constitute rejection of all Proposals. The acceptance of a Proposal will be evidenced by a PURCHASE ORDER mailed or otherwise furnished to the successful Bidder, signed by a duly authorized representative of the Purchaser. Such acceptance shall be deemed to result in a binding Contract without further action by either party. No other act of the Purchaser shall constitute acceptance of a Proposal. The city specifically reserves the right to accept the Bid which, in the City's judgment, is the lowest responsive and responsible bid meeting the requirements and criteria set forth in the Specifications and Invitation for Bids; to accept any one part or combination of parts of a bid to reject any or all Bids or parts of any or all Bids; and to waive any irregularities and/or informalities if any or all Proposals. The acceptance of a Proposal shall obligate the Bidder whose Proposal 's accepted to furnish a good and sufficient PERFORMANCE BOND to the City of Fort Collins in an amount equal to 100 percent of the Contract amount. The cost of the bond shall be included in the lump sum bid price The bond shall comply with Colorado law and shall be executed on the forms provided, copies of which are attached hereto, executed by a qualified corporate surety authorized to do business in the State Of Colorado and acceptable as surety to the Owner. Copies of "Power Attorney " certified to include the date of the bond, shall be filed with the bond. Failure to execute and return the Performance Bond within fifteen (15) days from the date on which the Bidder is notified that his Proposal has been accepted shall constitute forfeiture of the Proposal Guarantee and the award would then go to the second lowest, and if necessary, the third lowest responsible Bidder. 1-11 300-001 2.0 PROPOSAL 76737-207 (Bidder's Proposal No.) TO: City of Fort Collins P.O. Box 580 Fort Collins, CO 80522 ATTENTION: Purchasing REV. SYM: F 00-1 _Powell Electrical Systems, Inc (Bidder's Name) _8550 Mosley Drive, Houston, TX 77075 (Bidder's Address) 713-948-4576 (Bidder's phone No.) December 15, 2008 (Date) Subject: Proposal for one (1) Power Distribution Center complete with 13.8kV metal -clad switchgear to be opened as stipulated in the INVITATION TO BID. Gentlemen: The undersigned Bidder, a Delware (State of, incorporation) corporation, hereby (a) proposes and agrees to furnish, on or before the completion date specified in the Special Conditions and for the price(s) set forth in the Bid Schedule, the subject equipment and associated services in strict accordance with the Contract Documents of which this Proposal is a part; (b) agrees to the rights reserved to the City of Fort Collins for the taking and evaluation of Proposals and award of Contract as set forth in the Contract Documents; and (c) agrees to furnish the required Performance Bond within fifteen (15) days from the date on which the Bidder is notified that this Proposal is accepted. The undersigned Bidder hereby certifies (a) that the data required by paragraph 2.2 of this Specification is complete and included with his Proposal; (b) that all conflicts or exceptions have been noted or listed as directed in paragraphs 1.8 and 2.2.3 of this Specification; (c) that this Bid is genuine and is not made in the interest of, or on the behalf of, any undisclosed person, firm or corporation, and is not submitted in conformity with any agreement or rules of any undisclosed group, association, organization, or corporation; (d) that he has not directly or indirectly induced or solicited any other Bidder to put in a false or sham bid; 2-1 300-001 REV. SYM: F 00-1 Powell Electrical Systems, Inc (Bidder's Name) (e) that he has not solicited or induced any person, firm corporation to refrain from bidding; and (f) that he has not sought by collusion to obtain for himself any advantage over any other Bidder or over the City. Enclosed herewith is the required Proposal Guarantee in the amount of N/A which amount is not less than ten (10) percent of the total amount of this Proposal. Dated at Attest: HUM Bidder 0 (SEAL) (Typed) day of 2-2 300-001 REV. SYM: F 00-1 Powell Electrical Systems Inc (Bidder's Name) 2.1 BID SCHEDULE 2.1.1 BASIC PRICE The lump sum price for: One (1) Power Distribution Center complete with 13.8kV metal -clad switchgear including equipment, accessories, and associated services in accordance with Specification 362-004 REV E FOB Portner substation site. TWO MILLION ONE HUNDRED TWENTY THREE THOUSAND FOUR_ HUNDRED SEVENTY ONE DOLLARS (Price in Words) 61123 A71.0(). The foregoing price is exclusive of any taxes and includes all tests required by the Technical Specifications. 2-3 300-001 REV. SYM: F 00-1 Powell Electrical Systems Inc (Bidder's Name) 2.1.2 UNIT PRICE ADJUSTMENTS The following unit adjustment price will be used to adjust the lump sun price or additions to or deductions from the quantity of 1200A power circuit breaker elements requested. Pricing is based upon the manufacturing stage The following unit adjustment price will be used to adjust the lump sum price for additions to or deductions from the quantity of 2000A power circuit breaker elements requested. Pricing is based upon the manufacturing stage The following unit adjustment price will be used to adjust the lump sum price for additions to or deductions from the quantity of 3000A power circuit breaker elements requested. Pricing is based upon the manufacturingstage tage The following unit adjustment price will be used to adjust the lump sum price for microprocessor based feeder protection relays. Pricing is based upon the manufacturing stage 2.1. MANUFACTURER'S FILED SERVICES Services of the Manufacturer's field engineers will be furnished if requested by the Purchaser. A copy of the Manufacturer's standard field installation and service engineering policy is included as part of this Proposal. No charges other than the following will be made for the Manufacturer's field services: a) Man -days of field service at no charge excluding travel and living expenses (days): See PASD 1001-208 Rate Sheet b) Travel expenses to City of Fort Collins service area (per round trip): See PASD 1001-208 Rate Sheet c) Living expenses (per day): See PASD 1001-208 Rate Sheet d) The following will be charged for days in excess of no -charge days: i) Local travel expenses to and from job site (per hour): See PASD 1001-208 Rate Sheet 2-4 300-001 REV. SYM: F 00-1 Powell Electrical Systems Inc (Bidder's Name) ii) Charge for time spent at job site (per hour): See PAS 100 1 -208 Rate Sheet Charges will be made only for hours of work requested by Purchaser. "No charge" time quoted in (a) above but not used will be deducted from the Contract Price at the rate quoted in (d) (ii) above. Trips to and/or time spent at the substation site by the Service Engineer to make corrections because of faulty design, materials or workmanship will be at the Supplier's expense and will not be charged against this Contract. 2.1,4 SCHEDULES (Note to Bidder: See paragraph 4.2 of this specification.) 2.1.4.1 Drawings necessary for the design of the switchgear foundation will be furnished by, 2/26 2009. (date) Other approval drawings will be furnished 14-16 weeks ARO. 2.1.4.2 Final shipment of the Power Distribution Center will be made on or before 10/ 15 2009. (date) 2.1.5 ESCALATION Escalation is is not X applicable for the bid. If escalation applies, base values and terms are attached as required by paragraph 1.10.7 of this Specification. 2.2 DATA TO BE SUPPLIED WITH BIDDER'S PROPOSAL Bidder shall fill in the blank spaces below, and submit completed forms and required attachments with his Proposal. It is understood that the data presented below by the Bidder is approximate; however, this data forms a part of the Contract Documents and the final data based upon detail design by the Manufacturer, and subsequent test values, shall not deviate from the approximate data by more than the tolerances established by the Contract Documents, ANSI, IEEE and NEMA. 2-5 300-001 REV. SYM: F 00-1 Powell Electrical Systems, Inc (Bidder's Name) 2.2.1 DESCRIPTIVE AND OPERATIONAL INFORMATION Bidders shall provide the following: 2.2.1.1 Operating curves for all proposed relays and devices not specified by manufacturer's type and for any relays offered as possible alternates to those herein specified. 2.2.1.2 Drawings indicating dimensions, weight, and other pertinent information which would aid Purchaser in evaluating the complete Power Distribution Center. Drawings shall include but not be limited to: s Descriptive information below is the same as provided for the Dixon Creek - Powell SO # 8939. See Powell 8939 drawings and BOMs. Drawing No(s). a) Dimensioned Plan View of Building b) Dimensioned Side and End Elevations of Building c) Perspective (or Photograph) Demonstrating Building Architecture d) Typical Drawings Showing Base Construction e) Typical Elevation of Line -Up f) Typical cross-section of Various Cubicles Including Description of Cell Construction and Showing Location of Bus, Circuit Breakers and Accessories g) Typical Plan View of Various Cubicles Showing Space for Secondary Conduits, FeederCables,etc. 2.2.1.3 Proposed packing and shipping dimensions and shipping weights, number of sections, if shipped in sections, and dimensions and weight of each section. 2.2.1.4 Complete description of breaker removal and levering in operation. 2.2.1.5 Itemized Bill of Material, with proposed use and manufacturer of each item, including catalog cuts. 2-6 300-001 REV. SYM: F 00-1 Powell Electrical Systems Inc (Bidder's Name) 2.2. 2 BUILDING INFORMATION Building fabricator if other than Bidder 2.23 SWITCHGEAR BUS INFORMATION 1200A 2000A 3000A 4000A No. of Bus Bars per phase Pounds per Foot per Bar Cross section dimensions of each Bus Bar (inches X inches) Cross section dimensions of ground bus (inches X inches) Temperature Rise at rated ampere loading in OC at 5000 feet elevation * Maximum safe operating temperature of insulation used in °C 2.2.4 CIRCUIT BREAKER INFORMATION 1200A 2000A 3000A Breaker type Breaker catalog number Manufacturer Maximum voltage rating Continuous current capacity at 5000 feet elevation 2-7 300-001 Powell Electrical Systems Inc (Bidder's Name) Interrupting time in cycles on 60 cycle base Rated maximum kV Interrupting rating symmetrical amperes at rated maximum kV Nominal ANSI C37-06 3 phase MVA class Nominal ANSI C37.06 voltage class Operating current of air circuit breakers at 125V do a) do Trip b) do Close Minimum operating voltage of breakers a) Trip volts b) Close volts Stored energy max. amps 125V do Seconds required to recharge Stored energy device 2. 2. 5 LOAD INTERRUPTER SWITCH INFORMATION Manufacturer Type Catalog No. Rated voltage Maximum operating voltage at 5000 feet elevation REV. SYM: F 00-1 kV _ kV 2-8 300-001 BID NO. XXXX SEALED BIDS WILL BE RECEIVED AND PUBLICLY OPENED AT THE OFFICE OF THE DIRECTOR OF PURCHASING AND RISK MANAGEMENT, 256 WEST MOUNTAIN AVENUE, P.O. BOX 580, FORT COLLINS, COLORADO 80521, AT ??? P.M. (OUR CLOCK), Month, Day CONSIDERING 15 kV POWER DISTRIBUTION CENTERS. BIDS MUST BE RECEIVED AT THE OFFICE OF THE DIRECTOR PRIOR TO THE OPENING TIME (OUR CLOCK). SPECIAL INSTRUCTIONS ALL BIDS MUST BE PROPERLY SIGNED BY AN AUTHORIZED REPRESENTATIVE OF THE COMPANY WITH THE LEGAL CAPACITY TO BIND THE COMPANY TO THE AGREEMENT. BIDS MAY BE WITHDRAWN UP TO THE DATE AND HOUR SET FOR CLOSING. ONCE BIDS HAVE BEEN ACCEPTED BY THE CITY AND CLOSING HAS OCCURRED, FAILURE TO ENTER INTO CONTRACT OR HONOR THE PURCHASE ORDER WILL BE CAUSE FOR REMOVAL OF SUPPLIER'S NAME FROM THE CITY OF FORT COLLINS' BIDDERS LIST FOR A PERIOD OF TWELVE MONTHS FROM THE DATE OF THE OPENING. THE CITY MAY ALSO PURSUE ANY REMEDIES AVAILABLE AT LAW OR IN EQUITY. BID PRICES MUST BE HELD FIRM FOR A PERIOD OF THIRTY (45) DAYS AFTER BID OPENINGS. SUBMISSION OF A BID IS DEEMED AS ACCEPTANCE OF ALL TERMS, CONDITIONS AND SPECIFICATIONS CONTAINED IN THE CITY'S SPECIFICATIONS INITIALLY PROVIDED TO THE BIDDER. ANY PROPOSED MODIFICATION MUST BE ACCEPTED IN WRITING BY THE CITY PRIOR TO AWARD OF THE BID. ONLY SEALED BIDS PROPERLY RECEIVED BY THE PURCHASING DEPARTMENT WILL BE ACCEPTED. NO PROPOSAL WILL BE ACCEPTED FROM, OR ANY PURCHASE ORDER AWARDED, TO ANY PERSON, FIRM OR CORPORATION IN DEFAULT ON ANY OBLIGATION TO THE CITY. ALL BIDS MUST BE SUBMITTED IN A SEALED ENVELOPE, LABELED ON THE OUTSIDE TO INDICATE CONTENTS, BOTH BY THE PROJECT NAME AND BID NUMBER INDICATED ON THE BID PROPOSAL. BIDS MUST BE FURNISHED EXCLUSIVE OF ANY FEDERAL EXCISE TAX, WHEREVER APPLICABLE. BIDDERS MUST BE PROPERLY LICENSED AND SECURE NECESSARY PERMITS WHEREVER APPLICABLE. VENDORS NOT RESPONDING TO REQUESTS FOR BID SHALL BE REMOVED FROM OUR AUTOMATED LISTING FOR REQUESTED COMMODITIES/SERVICES. REV. SYM: F 00-1 _Powell Electrical Systems Inc (Bidder's Name) Insulation Level a) 60 Hz withstand kV b) Impulse withstand at 5000 feet elevation kV Current Ratings at l5kV a) Continuous amps b) 10 cycle momentary, rms asym kA c) 3 second short time, rms asym kA d) 3 phase fault close, rms asym kA Interrupting Life on Close -Open Duty Cycle at 15kV and 0.8 Power Factor at: a) 200 amps kA Operating Mechanism Type (Motor, Manual, Spring Charging with latch and solenoid release motor with latch and solenoid release, etc. kA 2.2. 6 DESCRIPTION OF LUBRICANT Current Other Carrying Mechanical Joints Joints Type Manufacture Trade Name 2. 2. 7 DATA REQUIRED FOR FOUNDATION DESIGN Total weight of each Power Distribution Center 2-9 300-001 REV. SYM: F 00-1 Powell Electrical Systems Inc (Bidder's Name) Total dynamic loading on switchgear foundations due to simultaneous operation of all breakers, including future breakers Manufacturer shall include all other information necessary for the design of the switchgear foundations, including location of piers. 2.2. 8 SUPPORTING TO DATA The following supporting data shall also be furnished with the Bidder's proposal: 2.2.8.1 Description and location of major manufacturing facilities proposed for use in constructing the electrical equipment and auxiliaries including square feet of manufacturing space. 2.2.8.2 Description and location of service shop and personnel under the direct ownership and control of the bidder which is closest to the project and which will be available for service work on all the equipment. The description shall also state the length of time service shop has been in operation. 2.2.8.3 Typical list of power distribution centers of equal or greater complexity and rating manufactured by the Bidder during the past ten years. This list shall include the rating of each center, the approximate dollar value, the installed location, the Purchaser's name and purchase date. 2-10 300-001 REV. SYM: F 00-1 Powell Electrical Systems Inc (Bidder's Name) 2.2. 9 EXCEPTIONS TO SPECIFICATION The Bidder shall attach, immediately following this data sheet, a list and detail of all exceptions taken to the Specification. Exceptions taken, but not listed below, will not be accepted by the Purchaser. If no exceptions are taken by the Bidder, this fact shall be noted below. 2.2.9. 1 This Proposal is in complete accordance with the Purchaser's Specification, without exception (yes or no). See Page 19 of proposal 2.2.9.2 If 2.2.9.1 is "no," the following exceptions are taken (details follow, including reference paragraph numbers): See Page 19 of proposal 2-11 300-001 SUPPLEMENTAL INSTRUCTIONS Prices quoted must remain firm for a 30 day period after the opening date. Bidders not responding for the commodity requested in the proposal shall be removed from our Bid List for this class and itern. Freight terms: F.O.B. destination freight prepaid. All freight charges must be included in pricing submitted on proposal and not entered as separate pricing. Any discount allowed by Vendor for prompt payment, etc., must be reflected in quoted figure, and not entered as separate pricing. Sales prohibited/conflict of interest: No officer, employee, or their dependent or person residing in and sharing the expenses of their household, shall have a financial interest in the sale to the city of any real or personal property, equipment, material, supplies or services. This rule also applies to subcontracts with the City. This shall not apply to members of any authority, board, committee or commission of the City, thereof, other than the members of the City Council. Collusive or sham bids: Any bid deemed to be collusive or a sham bid will be rejected and reported to authorities as such. Your authorized signature of this bid assures that such bid is genuine and is not a collusive or sham bid. The City reserves the right to award on total or individual basis, whichever is most beneficial to the City. The City reserves the right to accept or reject any and all quotes. Any questions or inquiries regarding this bid should be directed to: r SIGNATURE Powell Electrical Systems, Inc COMPANY NAME _Craig Jeter Western Business Unit Manager TYPE OR PRINT NAME AND TITLE 713-948-4576 TELEPHONE NUMBER, AREA CODE 8550 Mosley Drive, Houston, Texas 77075 _December 15, 2008 ADDRESS: STREET, CITY, STATE ZIP DATE 2-12 300-001 BID BOND Not Required KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned as Principal, and as Surety, a corporation authorized to do business in the State of Colorado, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as Owner, in the penal sum of the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fort Collins, Colorado the accompanying bid and hereby made a part hereof to enter into a Construction Agreement for the construction of City of Fort Collins Project, WHEREAS, the Owner, as a condition for receiving said bid, requires the Principal to deposit with the Owner a Bid Guaranty equal to ten percent (10%) of the amount of said bid. NOW, THEREFORE, (a) If said bid shall be rejected; or in the alternate, (b) If said bid shall be accepted and the Principal shall execute and deliver a Construction Agreement (properly completed in accordance with said bid) and shall furnish a Performance and Payment Bond upon the forms prescribed by the Owner for the faithful performance of said Agreement, and shall in all other respects perform the agreement created by the acceptance of said bid; then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. 2-13 300-001 The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this day of 19, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL Name of Name of Principal : Surety: Address: Address By: By: Attorney - Title: in -Fact: (SEAL) SURETY (SEAL) 2-14 300-001 3.0 GENERAL CONDITIONS 3.1 CONTRACT DOCUMENTS 3.2 REV. SYM: E 00-1 Contract Documents shall include the items enumerated in paragraph 1.1.3.3 of this Specification. The definitions given in paragraph 1.1.3 shall apply throughout this Specification. 3.3 LEGAL ADDRESS The business address of the Seller given in the Proposal is hereby designated as the place to which all notices, letters, and other communication to the Seller will be mailed or delivered. The address of the Purchaser appearing in the Special Conditions is hereby designated as the place to which all notices, letters, and other communication to the Owner shall be mailed or delivered. Either party may change his address at any time by instrument in writing delivered to the other party. 3.4 SCOPE OF WORK INTENT OF CONTRACT DOCUMENTS AND QUALITY OF MATERIALS AND WORKMANSHIP Except as otherwise specifically provided in the Special Conditions, the intent of the Contract Documents is to include everything necessary, including transportation and necessary field services, for the furnishing and delivery of a functional unit of equipment constructed from new undamaged materials suitable for their application and arranged in such a manner as to provide a workable system with all accessories necessary for proper operation and all components tested, properly adjusted and in operation regardless of whether or not every detail has been set forth in the Contract Documents. When materials, methods, labor or equipment are described in words which have well known or technical trade meaning, these descriptions are intended and shall be held to refer to such meanings. It is further intended that the Contract Documents supplement each other but not necessarily duplicate each other and what is called for by one of them shall be as binding as if called for by all. Should anything necessary for a clear understanding of the work be omitted from the Contract Documents, or should the requirements appear to be in conflict, the Seller shall secure written instructions from the City before proceeding with the work affected thereby. It is understood and agreed that the work shall be performed according to the true intent of the Contract Documents and that the Contract Price includes everything necessary for the proper performance of the Contract. 3-1 300-001 REV. SYM: F 00-1 3.5 ASSIGNMENT OF CONTRACT The Seller shall not assign the Contract or assign any monies due or to become due to him under the Contract without the previous written consent of the City. No assignment of this Contract by the Seller with the consent of the City shall be valid unless it contains a provision that the funds to be paid to the assignee under the assignment are subject to all the Seller's obligations under the Contract. 3.6 CHANGES The City may at any time, without notice to sureties and without invalidating the Contract, order in writing, changes, within the general scope of this Contract, in any one or more of the following: (a) technical requirements; (b) method of shipment or packing; (c) place of delivery; and (d) time of delivery. If any such changes are ordered, the Seller shall modify the work accordingly and if there is a resulting increase or decrease in the cost of, or the time required for the performance of the Contract, an equitable adjustment shall be made in the Contract Price or Delivery Schedule, or both, by means of a Change Order executed by the City and the Seller. If a modification increases the amount of the work, and the added work or any part thereof is of a type and character which can properly and fairly be classified under one or more unit price items of the Proposal, then the added work or part thereof shall be paid for according to the amount actually done and at the applicable unit price. Otherwise, such work shall be paid for as hereinafter provided. Claims for extra work will not be paid unless the work covered by such claims was authorized in writing by the Owner. The Seller shall not have the right to prosecute or maintain either an arbitration proceeding or an action in court to recover for extra work unless the claim is based upon a written order from the Owner. Payments for extra work will be based on agreed lump sums or on agreed unit prices when such prices are agreed upon before the extra work is started; otherwise, payments for extra work will be based on the actual direct cost of the work plus a percentage allowance. The percentage allowance shall include the Seller's extra profit and extra overhead and, unless otherwise agreed, the percentage allowance shall be fifteen (15) percent of the total direct cost. If a modification decreases the amount of work, such decrease shall not constitute the basis for a claim by the Seller for damages or anticipated profits. Where the cost of property, made obsolete or excess as a result of a change, is included in the Seller's claim for adjustment, the City shall have the right to prescribe the manner of disposition of such property. 3-2 300-001 REV. SYM: F 00-1 3. 7 DELIVERY TIME The Seller agrees to deliver the equipment within the time set forth in the Special Conditions except for delays beyond the control of the Seller as defined in paragraph 3.10; or in case the time for such completion is extended by Change Order as herein provided, then within the additional days by which the time is extended. All changes in Delivery Time shall be made as Change Orders to this Contract. 3.8 DELAYED ORDERS The City reserves the right to order the Seller to hold, delay, or reschedule shipment of equipment and materials herein contracted. Such order must be by Change Order. If the equipment is not ready for shipment at the time the delay is ordered, the City will pay actual costs incurred to the date the delay is ordered. These charges will be treated as an advance payment and shall be invoiced no earlier than the original shipping date. If the equipment is ready for shipment at the time the delay is ordered, the City will pay 90% of the Contract Price upon receipt of invoice if all testing has been successfully completed and the required test reports have been submitted. In such event, the City will also pay actual extra charges incurred by the Seller as a result of the delay. Such extra charges may include storage charges, handling charges, insurance, interest on remaining Contract amount, and transportation to the storage facility. In any event, no payment will be made for disruption of production schedules or claimed loss of business. 3.9 DEFAULT BY SUPPLIER 3.9.1 The City may, subject to the provisions of paragraph 3.10, by written notice of default to the Seller and his surety, terminate the whole or any part of this Contract in any one of the following circumstances: a) If the Seller fails to make delivery of the equipment or to perform the services within the time specified herein or any extension thereof; or b) If the Seller fails to perform any of the other provisions of this Contract, or so fails to make progress as to endanger performance of this Contract in accordance with its terms, and in either of these two circumstances does not cure such failure within a period of ten (10) days (or such longer period as the City may authorize in writing) after receipt of notice specifying such failure. 3-3 300-001 REV. SYM: F 00-1 3.9.2 In the event the City terminates this Contract in whole or in part as provided in paragraph 3.9.1 the City may procure, upon such terms and in such manner as the City may deem appropriate equipment or services similar to those so terminated, and the Seller and his surety shall be liable to the City for any excess costs for such similar equipment or services; provided, that the Seller shall continue the performance of this Contract to the extent not terminated under the provisions of this paragraph. 3.9.3 If this Contract is terminated as provided in paragraph 3.9.1, the City, in addition to any other rights provided in this clause, may require the Seller to transfer title and deliver to the City (a) any completed equipment, and (b) such partially completed supplies and materials, parts, tools, dies, jigs, fixtures, plans, drawings, information, and Contract rights (hereinafter called "manufacturing materials") as the Seller has specifically produced or specifically acquired for the performance of such part of this Contract as has been terminated; and the Seller shall protect and preserve property in possession of the Seller in which the City has an interest. Payment for completed equipment delivered to and accepted by the City will be at the Contract Price. Payment for manufacturing materials delivered to and accepted by the City and for protection and preservation of property shall be in an amount equitable to the City and the Seller. 3.9.4 Any termination for default which shall be determined to be improper or unwarranted in any respect shall be deemed to be a termination for convenience as provided in paragraph 3.11 below. 3.9.5 The rights and remedies of the City provided in this clause shall not be exclusive and are in addition to any other rights and remedies provided by law or under this Contract. 3.10 FORCE MAJEURE Except with respect to defaults by subcontractors, the Seller shall not be liable for failure to perform or delay in performance due to fire, flood, strike or other labor difficulty, act of God, act of any governmental authority or of the Purchaser, riot, embargo, fuel or energy shortage, wrecks or delay in transportation, or due to any cause beyond the control and without the fault or negligence of the Seller. If the failure to perform is caused by the default of a subcontractor, and if such default arises out of causes beyond the control of both the Seller and subcontractor, and without the fault or negligence of either of them, the Seller shall not be liable for any excess costs for failure to perform, unless the supplies or services to be furnished by the subcontractor were obtainable from other sources in sufficient time to permit the Seller to meet the required delivery schedule. The term "subcontractor(s)" means subcontractors) at any tier. 3-4 300-0001 REV. SYM: F 00-1 THE CITY MAY ELECT WHERE APPLICABLE, TO AWARD BIDS ON AN INDIVIDUAL ITEM/GROUP BASIS OR ON A TOTAL BID BASIS WHICHEVER IS MOST BENEFICIAL TO THE CITY. THE CITY RESERVES THE RIGHT TO ACCEPT OR REJECT ANY AND ALL BIDS, AND TO WAIVE ANY IRREGULARITIES OR INFORMALITIES. SALES PROHIBITED/CONFLICT OF INTEREST: NO OFFICER, EMPLOYEE, OR THEIR DEPENDENT OR PERSON RESIDING IN AND SHARING THE EXPENSES OF THEIR HOUSEHOLD, SHALL HAVE A FINANCIAL INTEREST IN THE SALE TO THE CITY OF ANY REAL OR PERSONAL PROPERTY, EQUIPMENT, MATERIAL, SUPPLIES OR SERVICES. THIS RULE ALSO APPLIES TO SUBCONTRACTS WITH THE CITY. THIS SHALL NOT APPLY TO MEMBERS OF ANY AUTHORITY, BOARD, COMMITTEE OR COMMISSION OF THE CITY, OTHER THAN THE MEMBERS OF THE CITY COUNCIL SOLICITING OR ACCEPTING ANY GIFT, GRATUITY FAVOR, ENTERTAINMENT, KICKBACK OR ANY ITEMS OF MONETARY VALUE FROM ANY PERSON WHO HAS OR IS SEEKING TO DO BUSINESS WITH THE CITY OF FORT COLLINS IS PROHIBITED. ANY VENDOR KNOWING OF THIS TYPE OF ACTIVITY IS ENCOURAGED TO REPORT IN CONFIDENCE TO THE DIRECTOR OF PURCHASING AND RISK MANAGEMENT, DIRECTOR OF FINANCE, CITY ATTORNEY OR CITY MANAGER SO THE MATTER CAN BE DEALT WITH. FREIGHT TERMS: UNLESS OTHERWISE NOTED, ALL FREIGHT IS F.O.B. DESTINATION, FREIGHT PREPAID. ALL FREIGHT CHARGES MUST BE INCLUDED IN PRICES SUBMITTED ON PROPOSAL. DISCOUNTS: ANY DISCOUNTS ALLOWED FOR PROMPT PAYMENT, ETC. MUST BE REFLECTED IN BID FIGURES AND NOT ENTERED AS SEPARATE PRICING ON THE PROPOSAL FORM. COLLUSIVE OR SHAM BIDS: ANY BID DEEMED TO BE COLLUSIVE OR A SHAM BID WILL BE REJECTED AND REPORTED TO AUTHORITIES AS SUCH. YOUR AUTHORIZED SIGNATURE OF THIS BID ASSURES THAT SUCH BID IS GENUINE AND IS NOT A COLLUSIVE OR SHAM BID. BID RESULTS: FOR INFORMATION REGARDING RESULTS FOR INDIVIDUAL BIDS SEND A SELF-ADDRESSED, SELF -STAMPED ENVELOPE AND A BID TALLY WILLBE MAILED TO YOU. BID RESULTS WILL BE POSTED IN OUR OFFICE 7 DAYS AFTER THE BID OPENINGS James B: Neill 11, CHO Purchasing and Risk Management 3.11 TERMINATION FOR CONVENIENCE The City shall have the absolute right to terminate the entire Contract upon payment to the Seller for all disbursements and expenses which the Seller had incurred or became obligated for prior to the date of notice of termination, less the reasonable resale value of materials, equipment, and apparatus which shall have been obtained or ordered to become an integral part of the work, plus ten (10) percent as profit. 3.12 DRAWINGS 3.12. 1 Unless otherwise specified in the Special Conditions or Technical Specifications, two legible opaque prints of each drawing covering all work herein specified are required for approval at the earliest date possible and before fabrication is begun. The Purchaser will examine all approval drawings promptly and approve one print of each drawing with or without comments and return it to the Contractor. Such approval shall not relieve the Contractor of responsibility for correctness of his work or for the proper construction and successful operation of the equipment. 3.12.2 After receipt of approved drawings, the Contractor shall furnish one certified drawing incorporating Purchaser's changes, as well as AutoCad drawings, Version 2008, on CDROM. CDROM shall be clearly labeled with version number and project number. Following final energization the switchgear and Owner has supplied all asbuilis to Contactor, Contractor shall incorporate all the changes and furnish two (2) complete sets of (D size) and two (2) reduced size (C size) prints of all drawings. A CDROM shall be provided of all final asbuilt drawings for the project. 3.12.3 The Purchaser requires permission from the Seller to reproduce his drawings and other data as required for the purpose of the project of which the work is a part. Acceptance of the Purchase Order by the Seller grants such permission. The Purchaser will not use the Seller's drawings in any way detrimental to the Seller's interest. 3-5 300-001 REV. SYM: F 00-1 3.13 STATUS REPORTS 3.14 Written reports of progress in the design, manufacture, and testing of the equipment shall be furnished monthly. Any change in the delivery date shall be reported immediately by telephone followed by a written confirmation, detailing the reason for the change. The Purchaser or his authorized representative shall be allowed free access at all reasonable times to the Seller's shops and those of his suppliers for inspection of the equipment or any of its parts, to witness tests, and to obtain information on the progress of the work. Any work or material found to be defective or which does not meet the requirements of this Specification may be rejected and shall be replaced by the Seller at his own expense. Such inspection, however, shall not relieve the Seller from responsibility for the quality and correctness of the work. The Owner shall be notified fifteen (15) days prior to testing. The Owner will notify the Supplier if he will witness tests. Testing or shipment shall not be delayed if the test witness is not present. 3.15 TESTS 3.16 The Seller shall furnish all facilities necessary to perform the factory tests and give prior notice to the Purchaser before performing any of the assembled factory tests. Purchaser will require two \vicel<s fir in-house I.tcory testing. Two certified copies of all test reports shall be furnished to the Purchaser unless otherwise specified in the Special Conditions or Technical Specifications. Field tests shall be made at the expense of the Purchaser, unless for any reason whatsoever the equipment furnished and installed hereunder does not meet in any respect the performance specified. If the equipment does not meet the performances specified, tests required to determine that the equipment does not comply with the performances specified, as well as additional tests required to show the effects of Seller's alterations for the purpose of meeting performances, shall be performed at the expense of the Seller. The Seller shall furnish three sets of installation, operation, and maintenance instructions for each unit. These shall be sent to the Purchaser not later than ten (10) days prior to shipment of the equipment. 3-6 300-001 REV. SYM: F 00-1 3.17 SPARE PARTS Seller shall submit in duplicate a recommended spare parts for each unit, with price of each item, no later than thirty (30) after shipment. 3.18 PATENTS The Seller warrants that he or his controlled company has title to all apparatus, material, or structures (hereinafter called apparatus") furnished hereunder and the right to sell such apparatus. The Seller shall at his own expense defend any suit or proceeding brought against the Purchaser so far as said suit or proceeding is based on a claim that any apparatus, or any part thereof, or any use thereof in the reasonable contemplation of the parties at the time of its purchase, furnished under this Contract constitutes an infringement of any United States patent. Seller shall be notified promptly of any such claim in writing and given authority, information, and assistance, at the Seller's expense, for the defense of same, and the Seller shall pay all damages and costs awarded therein against the Purchaser. In case the apparatus, or any part thereof, or any use thereof in the reasonable contemplation of the parties at the time of its purchase is in such suit held to constitute infringement and its use is enjoined, the Seller shall, promptly and at his own expense either: procure for the Purchaser the right to continue using said apparatus or replace same with non - infringing apparatus satisfactory to the Purchaser; or modify the apparatus in a way satisfactory to the Purchaser so it becomes non -infringing; or, if none of the foregoing steps are reasonably feasible, remove said apparatus and refund the Contract Price or any part thereof which has been paid or incurred by the Purchaser. The foregoing states the entire liability of the Seller for patent infringement by said apparatus or any part or use thereof. 3.19 INDENNITY. In case any action in court is brought against the City or any officer or agent of the City, for the failure, omission or neglect of the Supplier to perform any of the covenants, acts, matters, or things by this Contract undertaken, or for injury or damage caused by the alleged negligence of the Seller or his subcontractors or his or their agents, or in connection with any claim based on lawful demands of subcontractors, workmen, material men, or suppliers, the Seller shall indemnify and save harmless the City and its officers and agents from all losses, damages, costs, expenses, judgments, or decrees arising out of such action. 3-7 300-001 REV. SYM: F 00-1 3.20 TAXES 3.21 The City is a Political subdivision of the State of Colorado and as such it is exempt from taxes and no taxes can be lawfully assessed against the City or the Seller in connection with the work included in this Contract. The Seller is entitled to no additional payment or benefit whatever for any taxes paid by him. Unless otherwise specified in the Special Conditions, delivery shall be F.O.B. destination. Seller shall furnish estimated net and gross weights, shipping points and shipping classifications as soon as possible. The Seller, or any of the Seller's suppliers making shipment direct, shall transmit, on the same day shipment goes forward, to the Purchaser at the address given in the Special Conditions, by air mail: a) Freight Bill - Original and two copies. b) Packing List- Two copies. c) Bill of Lading - Signed original and two copies. d) Express Receipt - Two copies. e) The amount to be invoiced for the material shipped. The City's Purchase Order number shall be shown on all shipping papers and parcels. 3.22 (Deleted) 3.23 TERMS OF PAYMEMT Payment: 20% upon submittal of Approved Drawings, 30% upon release to manufacturing, 40% upon shipment, 10% upon delivery FOB POrtner substation site. Payments provided for by the Contract Documents, will be made within thirty (30) days after receipt of invoice, providing the equipment and all required documentation, including instructions, have been received by the City. If escalation applies to the Contract, no payment will be made for escalation occurring after the quoted delivery date unless delivery is delayed as a result of actions by the City. If delivery is delayed by the City, payment will be based on the provision of Paragraph 3.8 and escalation will only apply to the unpaid balance. Escalation occurring after acceptance, if Purchaser exercises the option to delay shipment after manufacturing is completed, will not be paid. 3-8 300-001 REV. SYM: F 00-1 Payment for the services of the Supplier's Service Engineers will be made upon presentation of invoices. 3.24 NO WAIVER RIGHTS Neither the inspection by the City, its officials, employees, or agents, nor any payment for, or acceptance of, the whole or any part of the work by the City, nor any extension of time, nor any possession taken by the City or its employees, shall operate as a waiver of any provision of this Contract, or of any power herein reserved to the City, or any right to damages herein provided, nor shall any waiver of any breach in this Contract be held to be a waiver of any other or subsequent breach. 3.25 WARRANTY The warranty provisions stated in the City's "Purchase Order Terms and Conditions" shall apply unless otherwise provided in the Special Conditions or Technical Specifications. Powell warranty conditions shall apply. 3-9 300-001 REV. SYM: F 00-1 4.0 SPECIAL CONDITIONS 4.1 PROJECT DESCRIPTION 4.1.1 LOCATION The Power Distribution Center will be installed in Portncr Substation, Fort Collins, Colorado. Elevation at the proposed site is approximately 5,020 feet above sea level he approximate temperature range is 40' C above to 32°C below zero and the maximum average temperature is approximately 28°C. The heaviest recorded snowfall is 27.8 inches of snow containing 2.81 inches of moisture (14.6 lbs/ft'). The maximum recorded wind gust 65 feet above ground is 100 mph and the 50 year isotach recorded at 30 feet above ground is 80 mph. 4.1.2 APPLICATION Each Power Distribution Center will supply sixteen (16), 3 phase 4 wire, 60Hertz, underground or overhead distribution feeders from two (2) owner furnished 30/40/50/56 MVA 115 KV Delta 13.8Y/7.97kV transformers with high voltage taps and low voltage tap changer. The transformer impedance will not be less than 10.6% at a base of 30MVA. The transformers will not be operated in parallel except during manual or automatic transfer operations. 4.1.3 SCOPE OF WORK The scope of this Contract includes furnishing and delivering one (1) Power Distribution Centers in accordance with the Technical Specifications and Contract Documents. The Power Distribution Center is intended to provide a weatherproof, climatized unit housing 13.8kV metal -clad switchgear and associated equipment as specified herewith under Technical Specifications, Specification Number 368-004. Field installation will be by Purchaser. 4.2 SCHEDULE The following manufacturing and shipping schedule shall apply: a) Drawings necessary for the design of the switchgear foundation by 2/26/2009. b) Approval drawings, including onelines, Bill of Materials, schematics, panel arrangements, and nameplate lists 14-16weeks ARO. c) Shipment of Power Distribution Center on October 15, 2009. 4-1 300-001 REV. SYM: F 00-1 4.3 OWNER'S ADDRESS All correspondence except invoices and the original Bid shall be addressed to: City of Fort Collins Light and Power Utility P.O. Box 580 Fort Collins, CO 80522 Arm.: Mr. Robert G. Hover Address the original Bid as directed in the INVITATION TO BID. Address invoices to: City of Fort Collins, P.O. Box 580, Fort Collins CO 80522 Attention: Accounting Division, with copies to Mr. Hover's attention All invoices and correspondence shall show the City's Purchase Order Number. 4.4. (deleted) 4.5 APPROVED MANUFACTURERS Equipment purchased under this Specification shall be of the Manufacturers listed below. Only direct Bids from approved Manufacturers will be accepted. Manufacturers not listed below may submit written Proposals demonstrating compliance with these Specifications for consideration of addition to the accepted Manufacturers' list prior to the next request for bids. In addition to inclusion on the list below, manufacturer's equipment must satisfy all requirements of this Specification to be acceptable. a) Powell Electrical Manufacturing Company 4-2 300-001 REV. SYM: F 00-1 5.0 TECHNICAL SPECIFICATIONS Design, fabricated and test Power Distribution Center Revision in accordance City of Fort Collins Specification 362-004 Revision E, entitled "Technical Specifications for Power Distribution Center' (included under this cover). 5-1 300-001 CITY OF FORT COLLINS LIGHT AND POWER SPECIFICATIONS FOR 15kV POWER DISTRIBUTION CENTERS SPECIFICATION NUMBER 362-004, Revision E THE CITY OF FORT COLLINS Light and Power Utility P.O. Box 580 Fort Collins, CO 80522 SPECIFICATION NO: 362-004, Revision E SPECIFICATION FOR TITLE: 15 kV POWER DISTRIBUTION CENTERS PREPARED BY: Robert G. Hover Electric System Design Manager Matt Haag Senior Electrical Engineer DATE: December 10, 2008 i 362-004 Purchase Order'1'crnis and Condition 1. COMMERCIAL DETAILS. Invoice Address. To ensure prompt Payment mail invoices in duplicate to: City of For Collins Accounting Division 11.0. Box 580 Fort Collins, CO 80522 Tax exemptions. By statute the City of Fort Collins is exempt Gorr state and local taxes. Our Exemption Number is 98-04502, Federal Excise Tax Exemption CeniGcate of Registry 84-6(M587 is registered with the Collector of Internal Revenue, Denver, Colorado (Ref. Colorado Revised Statutes 1973, Chapter 39-26, 114 (a). See section 3.20, Contract Specification, (foods Rejected. GOODS RE1EC'rED due to failure to meet specifications, either when shipped or due to defects of damage in transit, only be returned to you for credit and are not to be replaced except upon receipt of written instructions from the City of F'orl Collins. Inspection. GOODS are subject to the City of Fon Collins inspection on arrival. Final Acceptance. Receipt of the nnerchxndise, services or equipment in response to this order can result in authorized payment on the part of the City of Fort Collins. However, it is to be understood that FINAL ACCEPTANCE is dependent upon completion of all applicable required inspection procedures. See section 3.23,Contract Specification. Freight Terms. See section 3.21, Contract Specification. The Purchaser pray make any changes to the terms, other than legal terns, including additions to or deletions from the quantities originally ordered in the specifications or drawings, by verbal or written change order, if any such change affects the amoenl doe or the time of performance hereunder, an equitable adjustment shall be made. 6. TERMINATIONS. See section 3.11, Contract Specification 7. CLAIMS FOR ADJUSTMENT. Any claim for adjustment trust be asserled within thirty (30) days from the date the change or termination is ordered. 8. COMPLIANCE WITH LAW. The Seiler warrants that all goods sold hereunder shall have been produced, sold, delivered and furnished in strict compliance will) all applicable laws and regulations to which the goods are subject. The Seller shall execute and deliver such documents as may be required to effect or evidence compliance. All laws and regulations required to be incorporated in agreements of this character are hereby incorporated herein by this reference. The Seller agrees to indemnify and hold the Purchaser harmless from all costs and damages suffered by the purchaser as a result of the Sellers failure to comply with such law. 9. ASSIGNMENT. Sec section 3.5. 10. TITLE. The Seller warrants full, clear and unrestricted title to the Purchaser for all equipment, materials, and items famished in performance of this agreement, free and clear of any and all liens, restrictions, reservations, security interest encumbrances and claims of others. Shipment Distance. Where manufacturers have distributing points in various 11. NONWAIVER. parts of the country, shipment is expected from the nearest distribution point to See section 3.24, Contract Specification. destination, and excess freight will be deducted from Invoice when shipments are made from greater distance. Permits. Seller shall procure at sellers sole cost all necessary permits, certificates and licenses required by all applicable laws, regulations, ordinances and rules of the state, municipality, territory or political subdivision where the work Is performed, or required by any other duly constitute([ public authority having jurisdiction over the work of vendor. Seller further agrees to hold the City of Fort Collins harmless hurt and against all liability and loss incurred by them by reason of an asserted or established violation of Illy Such Imes, regulations, ordinances, rules and requirennents. Authorization. All parties to this contract agree that the representatives are, in fact, bona fide and possess full and complete authority to bind said parties. LIMITATION OF TERMS. This Purchase Order expressly limits acceptance to the terms and conditions stated herein set forth and any supplementary or additional tennis and conditions annexed hereto or incorporated herein by reference. Any additional or different terms and conditions proposed by seller are objected to and hereby rejected. 2. DELIVERY. Sec section 3.7 and 3.8, Contract Specification. 3. WARRANTY. See section 3.11 4. CHANGES IN LEGAL TERMS. The Purchaser may make changes to legal terns by written change order. 5. CHANGES IN COMMERCIALTERMS. REV. SYM: E TABLE OF CONTENTS TitlePage....................................................................................... Tableof Contents........................................................................... 1.0 Scope............................................................................................ 2.0 Applications and Site Conditions ................................................... 3.0 Applicable Documents 3.1 ANSI Standards.................................................................. 3.2 NEMA Standards............................................................... 4.0 Ratings........................................................................................... 5.0 Equipment Required...................................................................... 6.0 Equipment and Construction Details 6.1 Building............................................................................... 6.2 Metal -Clad Switchgear....................................................... 6.3 Accessories......................................................................... 6.4 Acceptable Manufacturers.................................................. 7.0 Drawings......................................................................................... 8.0 Factory Assembly and Tests........................................................... 9.0 Packaging and Shipping................................................................. Equipment List Index..................................................................... DrawingList Index.......................................................................... Name Plate List Index..................................................................... Multi -conductor control cable specification ................................... PAGE i ii 1 1 1 2 2 3 3 3 12 22 24 24 25 25 27 36 37 54 ii 362-004 REV. SYM: E 1.0 2.0 3.0 3.1 SPECIFICATIONS FOR 15kV POWER DISTRIBUTION CENTER SCOPE This Specification covers the minimum requirements for the design, fabrication, testing and delivery to job site of one (1) complete Power Distribution Center (PDC) complete with 13.8KV vacuum metal -clad switchgear, and accessories as specified on drawings and equipment lists included herewith. The Seller shall furnish a completely coordinated, weather-proof, climatized, ready -to -operate unit. To insure proper fit of interconnections and satisfactory operation and service of the equipment involved, the Seller shall be responsible for securing all necessary information including dimensions of existing equipment for coordination of the new metal -clad switchgear, and accessory equipment furnished under this Specification. The Seller shall furnish all parts not covered by this Specification but which are required for a complete operating assembly. The equipment shall be arranged in accordance with the drawings. APPLICATION AND SITE CONDITIONS Application and site conditions are defined in Electrical Equipment Contract Specifications, paragraph 4.0, Special Conditions. APPLICABLE DOCUMENTS. The following documents of the issue shown form a part of this Specification. In those cases when the document is not dated, the latest issue in effect on the date of invitation for bids shall form a part of this Specification. Equipment purchased under this Specification shall, unless otherwise stated herein, meet the requirements of the following documents and all equipment and features required by these standards shall be provided. The manufacturer shall also reference previous Powell project 8939 for consuvction of the PCB. The Portner building and equipment shall be identical to project 8939 except as noted in this specification. ANSI STANDARDS C37.010 Application guide for AC high voltage circuit breakers rated on a symmetrical current basis C37-04 Rating structure for AC high voltage circuit breakers C37.06 Preferred ratings for AC high voltage circuit breakers rated on a symmetrical current basis C37-07 Factors for reclosing service C37.09 Test Procedure for AC high voltage circuit breakers C37.2 Electrical Power System device function numbers C37.11 Power circuit breaker control C37.20.2 Metal -Clad and Station -Cubicle Switchgear 362-004 3. 1 (Cont. ) REV. SYM: E 3.2 3.3 3.4 4.0 4.1 C37.24 Guide for evaluating the effect of solar radiation C37.30 Definitions and requirements for high voltage air switches C37.34 Test code for high voltage air switches C37.55 Conformance Testing of Metal -Clad Switchgear C37.90 Relays and relay systems associated with electrical Power apparatus C37.100 Definitions for Power switchgear C57.13 Requirements for instrument transformers NEMA STANDARDS SG-4 Power Circuit Breakers SG-5 Power Switchgear Assemblies All other applicable ANSI, ASME, ASTM, AWS, EEI, IEEE, NEC, and NEMA Standards. In case of conflict, the requirements of this Specification shall take priority over other applicable standards. RATINGS The primary circuits of all Switchgear assemblies and metal -enclosed bus shall have the following ratings: 1) Rated nominal voltage 13.8 kV 2) Rated maximum voltage 15 kV 3) Rated frequency 60 Hz 4) Rated insulation levels: Power frequency withstand 36 kV DC withstand 50 kV Impulse withstand 95 kV 5) Rated continuous current at 1000 meters altitude shall be as specified on drawings and equipment lists included herewith, but in no case shall -a bus current rating be less than that of series equipment. 6) Rated short -time or momentary current 37,000 amperes rms. 7) Three phase. 2 362-004 4.2 (Cont. ) 5.0 REV. SYM: E Power circuit breakers shall be 13.8kV, 500 MVA class with ratings and related required capabilities given in ANSI C37.06. Rated continuous current at 1000 meters altitude shall be as specified on drawings and equipment lists included herewith. Equipment materials instrumentation, relaying, and accessories shall be furnished, mounted and wired (with required terminal blocks) in accordance with the requirements of Paragraph 6.0, and as indicated on the drawings, schematics and equipment lists included at the end of this specification. The device numbers referred to in the equipment lists refer to those shown on the drawings and schematics. The intent of the Purchaser's relay schematics is to provide a clear understanding of Purchaser's functional requirements. The schematics are not necessarily complete and the Supplier shall be responsible for satisfying the Purchaser's functional intent. Determination of compliance with functional requirements shall be made solely by Light and Power Engineering. Equipment listed by type or catalog number shall be furnished as specified. 6.0 EQUIPMENT AND CONSTRUCTION DETAILS 6.1 BUILDING The PDC building shall be constructed in accordance with the Switchgear General Arrangement Drawing and shall include the following features: a . Base System: The base shall be welded structural steel channel or " I' beam rigidly braced with steel cross members. Base members shall be - sized for installation on piers and loads imposed during skidding, rolling or lifting. Sizes shall be similar to those shown on the drawings included with this specification. Lifting and jacking provisions shall be provided. Floor plates shall be 1/4" steel, minimum. All lifting shall be by the base only. No lifting by using lifting points on the building superstructure will be permitted. b. Wall System: Wall panels shall be suitable for areas with wind velocities of up to 80 miles per hour and gusts of up to 100 miles per hour. Outer wall panels shall be a minimum of 14 USS gauge zinc coated steel. Inner wall Panels shall be a minimum of 15 USS. gauge cold rolled steel. Double wall construction shall be used throughout. c . Roof System: The roof shall be a sloped away from the cable side, with a fascia. The roof system shall be designed for a live load of 45 pounds per square foot. Outer roof panels shall be a minimum of 16 gauge zinc coated steel. Ceiling Panels shall be a minimum of 16 USS gauge cold rolled steel. 3 362-004 6.1 (Cont.) REV. SYM: E d . Insulation: The PDC shall be completely insulated with a minimum two (2) inches polystyrene in the walls, three (3) inches of polystyrene in the floor and roof and 1-1/2 inches of Polystyrene in the exterior doors. e. Weather and Rodent proofing: The PDC shall be rodent -proof and completely weatherproof against all elements of weather. Joining surfaces shall be sealed with waterproof non -hardening compound and/or gaskets. Doors and access cover plates shall be provided with foam type gaskets and suitably fitted to ensure weathertight structure against blowing rain, sand, and drifting snow. f. Floor Entrance: Aluminum cutouts with gasketed cover plates shall be provided under the terminal board cabinet and under each vertical structure for conduit and entrances. Cross beams and longitudinal channels shall be positioned to assure complete access while retaining structural rigidity. g. Shipping Splits: Two (2) shipping splits are required on each PDC as indicated on the included drawings. Longitudinal splits will not be permitted. h. Roof Bushings: Roof bushings for connection to the power transformers are required. Bushings shall be 4000A, PP #36298. The color shall be ANSI 70 Light Gray. Four hole NEMA silver plated 4000A stud connectors shall be provided, Gibbons GB915. A removable bushing mounting plate as indicated on the included drawings shall be furnished with watertight seal between the plate and the roof structure. This plate shall be stainless steel or other nonmagnetic material. The Plate shall be of adequate strength to support the bushings and the rated loadings of the bushings. Deflection in the plate allowing water to accumulate in the center will not be acceptable. The bushings shall be furnished with adequate gasketing to obtain a watertight connection. Provision shall be made to restrict the expansion of the gasket on both the bushing mounting flange and on the mounting plate. The gasket shall be seated on machined surfaces of both the bushing mounting flange and the mounting plate. The center -to -center distances between live parts of the roof bushings shall be not less than 21 ". If the bushings are in a triangular configuration, the center phase bushing shall be furthest from the transformer side of the switchgear. The bushings shall be arranged A, B, C right to left when viewed from the transformer side of the switchgear. 4 362-004 6. 1 (Cont. ) REV. SYM: E Finish: The building finish shall be as follows: 1) Metal preparation: Clean and phosphatize all uncoated steel. Clean zinc coated steel with lacquer thinner. 2) Walls and roof: Two (2) coats rust inhibitive vinyl primer and two (2) finish coats high solids vinyl or powder coat system. 3) Base to be sandblasted and coated with zinc -rich primer and bituminous bitumastic undercoating. 4) Floor finish to be light gray skid resistant epoxy. 5) Interior walls, ceiling, and exterior roof to be white vinyl. Exterior walls and base to be beige vinyl with brown vinyl trim. Grounding Pads: Grounding provisions shall consist of two copper - faced steel pads or two stainless -steel pads without copper facing, each 2 x 3-1/2" (50.8 x 88.9 mm) with two holes horizontally spaced on 1 3/4" (44.5 mm) centers and drilled and tapped for 1/2" (12.7 mm) - 13 unified national coarse thread (UNC), as defined in American National Standard Bl.l 1974. Holes shall be tapped all the way through, not blind. The minimum thickness of the copper facing shall be 0.015" (0.4 man). Thread protection for the ground pad shall be provided. Ground pads shall be welded to the base diagonally opposite each other and shall be so located as not to interfere with lifiting facillities The switchgear neutral bus shall be connected to the base at the same location as the ground pads. k. Ceiling Height: The minimum clear ceiling height shall be 96". 1. Doors: Two (one at each end) 36" x 88" exterior industrial grade steel personnel doors with insulated cores shall be supplied. Exterior door hardware shall consist of a handle, thumb latch, and provisions for padlocking. Interior hardware shall consist of a panic bar assembly, captive chain, and door holder to maintain door'n open Position. The door shall be keyed the same as existing City PDCs. One 36" x 80", industrial grade steel door shall be furnished for the battery room. The battery room door shall not have louvers in the bottom. 5 362-004 6. 1 (Cont. ) REV. SYM: E A full height hinged outside rear access door with 3 point latch and provisions for padlocking and stops to hold the door open shall be furnished for each switchgear cubicle. The rear access doors shall have filtered louvers in the top and bottom. M. HVAC: The interior of the PDC shall be heated and cooled by two, 240V, single phase, wall mounted. The heaters shall integral electric forced air heaters. The heaters shall be sized, such that the building an be maintained at a temperature of at least 65°F with a 10 mile per hour wind and an outside ambient of -26°F. The air conditioning shall be sized such that building can be maintained at a temperature of not more than 78°F with an outside ambient of 104°F. Grilles, thermostats, contactors, and registers shall be provided for each HVAC unit. The thermostats shall be multi- stage, wall mounted units with a temperature range of 50°F to 90°F, a heat -off -cool -auto system switch and an on -auto fan switch located at the center of the PDC and offset from the wall 6". n. Exhaust Fan: The battery room shall be furnished with a 120V power exhaust fan with automatic louvers, timer controlled, and sized to provide one complete change of air in the battery room every hour. Two hooded, louvered ventilators with filters shall be located as shown on the General Arrangement Drawing and shall open automatically from fan suction. o. Lighting: Interior lighting shall be 2-tube industrial fluorescent, with 40 watt, 4 foot tubes, arranged to provide an average of 30 foot candles of illumination 30 inches above the floor, controlled by a 3-way switch at each exterior door. One exterior incandescent light in an enclosed fixture shall be furnished by each exterior door and shall be operated by a photo electric cell. Eleven 100 watt incandescent lights in enclosed industrial type fixtures shall be installed for emergency lighting from the 120V DC battery source. Ten emergency lights shall be equally spaced between each end of the building and shall be controlled from 3-way switches at each door. One emergency light shall be installed in the battery room. The switches for the emergency lights shall be furnished with guards so they can be easily identified and so they will not be turned on accidently. The emergency switch shall be located on the same side of the door frame as the AC switch about two feet below the AC switch. P. Convenience Outlets: Interior, surface mounted, grounded, duplex receptacles, 20A, 120V, shall be installed, one at each end of the building, one midway, and in the accessory equipment area as indicated. One 240V single phase 3 wire receptacle shall be mounted on the wall under the AC panel. All surface mounted junction boxes used for lighting and building power shall be cast. Stamped steel boxes will not be acceptable. 6 362-004 6.1 (Cont.) REV. SYM: E q. AC Panel: A 120/24OV, single phase, 3 wire, wall mounted, enclosed AC panel with a hinged door and circuit directory cardholder and card shall be provided and wired for protection of all interior and exterior AC circuits. The AC panel shall have its source from the owner furnished station power transformer by way of the TBC. The panel shall be furnished with the necessary branch circuit breakers for the building and interior equipment and. shall contain spare breakers for the Purchaser's use as indicated on the 900-AC-DC-BID drawing. The AC panel shall have a 2 pole, 240 volts, 225 amp continuous, 25,000 amp symmetrical interrupting capacity, thermal magnetic, bolt -in main breaker. The branch circuit breakers shall be 10,000 amp symmetrical interrupting capacity, thermal magnetic, bolt -in, individually front replaceable type. Circuit breakers shall be ambient compensated at 40°C. r. DC Panel: A 125V, 2 wire, wall mounted, enclosed DC panel board with a hinged door and circuit directory cardholder and card shall be provided and wired for protection of DC circuits. The panel will be supplied from the 125 volt DC transfer switch. The panel shall be furnished with the necessary branch circuit breakers for the building and shall contain spare breakers for the Purchaser's use as indicated on the 900-AC-DC-BID drawing. The DC panel shall have a 2 pole, 225 amp continuous, 10,000 amp DC interrupting capacity, thermal magnetic, bolt -in main breaker. The branch circuit capacity, thermal magnetic, bolt -in, individually front replaceable type. Circuit breakers shall be ambient compensated at 40°C. S. Terminal Board Cabinet: Two (2) terminal board cabinets (TBC) shall be furnished consisting of a floor mounted NEMA 12-enclosure, Hoffman Cat. #A-606012 or equal with double doors and 3 point latch. Enclosure shall be equipped with 12-point, GE Type EB-5 terminal blocks, shorting type terminal blocks, 3 pole terminal block (for 4/0 copper AC station service power cable) and two, 2 pole terminal blocks (for 4/0 copper DC station service power cable). Reference Powell project 8939 for TBC layout. The bottom of the enclosure shall be cut out and a 10" x 44" gasketed removable aluminum cover plate shall be centered in the floor below the TBC. A removable sheet metal skirt shall be installed between the bottom of the enclosure and the floor. Each TBC shall be furnished with a Cu ground bus. C. Wireway: Wireways shall be sized and located in accordance with previous Powell project 8939. 7 362-004 6.1 (Cont.) REV. SYM: E All signal and control cables, and CT cables, required for connection to circuits external to the switchgear shall be installed by the manufacturer to the TBC and shall be routed in the wireway and terminated on the TBC terminal blocks. All circuits shall be appropriately identified. All fiber, supervisory control and data acquisition circuits shall be routed in the wireway and terminated in the owner furnished RTU cabinet. U. Circuit Routing: Building circuits and conduit may be surface mounted. Battery Room: All electrical equipment within the battery room shall be furnished and installed as required by the National Electrical Code for a Class I, Division 2, Group B Hazardous Location. W. Batteries and Battery Charger DESCRIPTION. The Contractor shall furnish and install a substation battery and battery charger. Except as otherwise specified in this section, battery equipment, materials, and accessories shall be as specified in this Section. WORK TO BE PERFORMED. Battery and battery charger are to be furnished and installed in accordance with these specifications and the drawings. CODES AND STANDARDS. All equipment furnished under these specifications shall conform to applicable standards of IEEE, ANSI, and NEMA. All materials and devices shall be in accordance with the applicable requirements of the Federal "Occupational Safety and Health Standards." BATTERY. This Section covers furnishing the battery and accessory equipment. Design and Construction. Each battery cell shall be lead -acid pasted plate type with lead -calcium alloy plate grids. Each battery cell shall be constructed using alloy material of the same material lot. Each plate grid shall be cast using a "bottom pour" process; the die cast method of grid fabrication is not acceptable. Cell containers shall be sealed, clear, shock absorbing, heat resistant plastic, with electrolyte high and low level markers and flame arrestors. RATING. The battery shall be rated in accordance with the following table: Nominal system voltage System description 125 2 wire, ungrounded 8 362-004 6.1 (Cont.) REV. SYM: E Minimum ambient temperature 40OF Quantity of cells 60 Specific gravity of electrolyte, fully charged, corrected to 770F 1.220 Voltage, volts per cell Floating 2.25 Final 1.75 Maximum during equalization or recharging following discharge 2.33 The capacity of the battery shall be determined by the Contractor in accordance with IEEE 485 and these specifications. With the actual discharge capacity of the battery at 80 percent of rated discharge capacity, with the battery initially fully charged at the floating voltage specified, and with the battery charger disconnected, the battery shall be capable of supplying the duty cycle specified. The ambient temperature during the duty cycle shall be the minimum ambient temperature specified, and the voltage throughout the duty cycle shall be not less than the final voltage specified. With his proposal, the bidder shall submit battery capacity calculations and a curve of average cell terminal voltage versus time for the specified duty cycle. The curve may be obtained by test or by calculation. Duty Cycle. The duty cycle for the battery shall be as follows: 68 amperes for 1 minute, followed by 8 amperes for 239 minutes, followed by 15 amperes for 235 minutes, followed by 25 amperes for 5 minutes Rack. The battery shall be furnished with one two-step structural steel battery rack. The rach shall be a C&D Item RDB.0803.07.03 - Two step (7.3') foot Battery Rack. Before application of paint, all surfaces shall be carefully cleaned of all dirt, moisture, rust, scale, lubricants and other substances. Lubricants shall be removed by suitable solvents. Rust and scale shall be removed by sandblasting, power sanding, power grinding or power wire brushing. All steel shall have not less than two finish coats of acid resistant ANSI 61 gray paint or electrostatically applied epoxy coating finish. 9 362-004 12. ASSIGNMENT OF ANTITRUST CLAIMS. Seller and the Purchaser recognize that in actual economic practice, overcharges resulting from antitrust violations are in fact borne by the Purchaser. Theretofore, for good worse and as consideration for executing this purchase ohms the Seller hereby assigns to the purchaser any and all claims it may now have or hereafter acquired trader federal or state antitrust laws for such overcharges relating to the particular goods or services purchased or acquired by the purchaser pursuant to this purchase order. 13. PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS. If the Purchaser directs the Seller to correct nonconforming or defective goods by a dale to be agreed upon by the Purchaser and the Seller, and the Seller thereafter indicates its inability or unwillingness to comply, the Purchaser may cause the work to be performed by the most expeditious means available to it, and the Seller Ahall pay all costs associate(] with such work. The Seller shall release the Purchaser and its contractors of any tier from all liability and claims of any nature resulting from the performance of such work. This release shall apply even in the event of fault of negligence of the party released and shall extend to the directors, officers and employees of such party. The Seller's contractual obligations, including warranty, shall not be devoted to be reduced, In any way, because such work is performed or caused to be performed by the Purchaser. 14. PATENTS. See section_3.18, Contract Specification. 15. INSOLVENCY. See section 3.9, Contract Snecification. 16. GOVERNING LAW. Tile definitions of terns used or the interpretation of the agreement and the rights of all parties hereunder shall be construed under and governed by the laws of die State of Colorado, USA. The following Additional Conditions apply only in cases where the Seller is to pen'forn work hereunder, including the services of Sellers Represcmative(s), on the premises of others. 17. SELLERS RESPONSIBILITY. The Seller shall carry on said work at Seller's own risk until the same is fully completed and accepted, and shall, in case of any accident, destruction or injury to the work and/or materials before Seller's final completion and acceptance, complete the work at Sellers own expense and to the satisfaction of the purchaser. When materials and equipment are furnished by others for installation or erection by the Seller, the Seller shall receive, unload, store and handle same at the site and become responsible therefor as though such materials and/or equipment were being famished by the Seller under the order. 18. INSURANCE. The Seller shall, at his own expense, provide for the payment of workers compensation, including occupational disease benefits, to its employees employed on or in connection with the work covered by this purchase order, and/or to their dependents in accordance with the laws of the stale in which the work is to be done. The Seller shall also carry comprehensive general liability including, but not limited to, contractual and automobile public liability insurance with bodily injury and death limits of al least $300,000 for any one person, $500,000 for any one accident and property damage limit per accident of $400,000. The Seller shall likewise require his contractors, if any, to provide for such compensation and insurance. Before any of the Sellers or his contractors employees shall do any work upon the premises of others, the Seller shall furnish the Purchaser with a certificate that such compensation and insurance have been provided. Such certificates shall specify the date when such compensation and insurance have been provided. Such certificates shall specify the date when such compensation and insurance expires. The Seller agrees that such compensation and insurance shall be maintained until after the entire work is completed and accepted. 19. PROTECTION AGAINST ACCIDENTS AND DAMAGES. The Seller hereby assumes the entire responsibility and liability for any and all damage, loss or injury of any kind or nature whatsoever to persons or property caused by or resulting from the execution of the work provided for in this purchase order or in connection herewith. The Seller will indemnify and hold ham less the Purchaser and any or all of the Purchasers officers, agents and employees from and against any and all claims, losses, damages, charges or expenses, whether direct or indirect, and whether to persons or property to which the Purchaser only be put or subject by reason of any act, action, neglect, omission or default on the part of the Seller, any of his contractors, or any of the Sellers or contractors officers, agents or employees. In case any suit or other proceedings shall be brought against the Purchaser, or its officers, agents or employees at any time on account or by reason of any act, action, neglect, omission or default of the Seller of any of his contractors or any of its or their officers, agents or employees as aforesaid, the Seller hereby agrees to assume the defense thereof and to defend the same at the Sellers own expense, to pay any and all costs, charges, attorneys fees and other expenses, any and all judgments that may be incurred by or obtained against the Purchaser or any of its or their officers, agents or employees in such suits or other proceedings, and in case judgment or other lien be placed upon or obtained against the property of the Purchaser, or said parties in or as a result of such suits or other proceedings, the Seller will at once cause the same to be dissolved and discharged by giving bond or otherwise. The Seller and his contractors shall take all safety precautions, furnish and install all guards necessary for the prevention of accidents, comply with all laws and regulations with regard to safety including, but without ]incitation, the Occupational Safety and Health Act of 1970 and all rules and regulations issued pursuant thnreto. 9/90 Revised 4//2008 Powell Standard Conditions of sale are accepted. 6.1 (Cont.) REV. SYM: E Paint films which show sags, checks, blisters, teardrops or fat edges will not be acceptable and if any such defects appear, they shall be repaired by the Contractor. Battery supporting rails shall be covered with a protective vinyl runner plate not less than 1/16 inch thick. Accessories. The battery shall be furnished with the following accessories: Lead coated intercell connectors to provide not less than 1/2 inch between cells. Lead coated interstep connectors for the battery rack. Stainless steel #316 connector bolts and hardware. Solderless terminal lugs for one 4/0 AWG copper cable per polarity. Cell lifting device. Vinyl coated assembly wrenches. No-Ox-Id grease. One cell type acid electrolyte thermometer. One portable acid electrolyte hydrometer. One set of self adhesive numerals (one numeral per cell) suitable for permanent attachment to cells. Printing shall be of waterproof ink. Protective apron, gloves and face shield. Preshipment Charge. Each cell shall be given a full charge within one week before shipment to the construction site. Connector Bolt Torque. The installation and maintenance instructions specified in Section I A under INSTRUCTION MANUALS shall include manufacturer's recommended initial torque and re -torque values for connector bolts. Manufacturers. The battery bank shall be a C&D 125 Volt Lead Calcium battery bank comprised of twenty (20) type 3DJ-155 units in PVC containers. SPG 1.215. Include RE02470 Accessory Kit. 10 362-004 6.1 (Cont.) REV. SYM: E BATTERY CHARGER. This section covers furnishing the battery charger and accessory equipment. Battery Charger Requirements. The battery charger furnished shall be self-regulating, solid-state silicon controlled full wave rectifier type designed for single operation with the batteries specified under these specifications. The battery charger shall be a LaMarche Battery Charger, Model TPSD-50-130-BLDI, 240VAC. The combined or group alarm status contact on [he battery charger shall be wired out to the appropriate SEL-241 1 PL.0 in the RTU cabinet. The battery charger shall have a metal drip shield located above the charger to prevent fluid from entering the top of the charger. The drip shield shall be sloped to allow fluid run off and shall be located to allow sufficient air flow through the charger. 11 362-004 REV. SYM: E 6.2 METAL -CLAD SWITCHGEAR a. Cubicles: Each metal -clad switchgear cubicle shall consist of a rigid, welded structural frame enclosed completely by metal sheets a minimum of 11 USS gauge thick. Cubicles shall not share side pans; i.e., a double thickness of steel is required between adjacent cubicles. The stationary structure shall be constructed so that equipment and accessories in each cubicle shall be interchangeable with that in other units of similar type and rating. The completed units shall have ample strength to withstand without damage all stresses incidental to shipping and installation and shall withstand operating conditions, including external short circuit, without distortion or damage. Grounded metal barriers shall be furnished to provide separate compartments for circuit breakers, buses, instrument transformers, and outgoing cables. All compartments shall be sufficiently gastight to insure complete deionization of gases that pass from one compartment to another. The aisle side of each metal -clad switchgear cubicle shall be equipped with two 1/8" thick, full height, steel doors, with hinges, latches, and stops to hold the doors open. Clearances shall be provided between the back side of the door and equipment mounted inside the cubicle to allow for relay and meter mounting over entire length of panel. It shall be possible to close the door for any position of the breaker element. No instrument or relay panel handle shall be located more than six feet above the floor. 12 362-004 6.2 (Cont.) REV. SYM: E b. Buses: Buses, bus connections and bus taps shall be of high conductivity copper with rounded edges. Joints shall be silver-plated. Bolts shall be non-magnetic silica bronze. Bus bars and taps shall be completely insulated by means of flame-retardant, track resistant insulation. Bulk type insulating material, if used, shall be James R. Kearney Corporation Aqua -seal No. 104742, Bishop Manufacturing Corporation Electroseal No. 10, or A.B. Chance Sealacon. When insulating boots are used they shall completely cover the joint, overlap the adjacent insulation to provide dielectric integrity, and fit without any gaps. All insulating boots shall be dielectric tested and inspected, using a high intensity light inside the boot, for voids, pinholes, or thin spots. Boots containing any voids, pinholes, or thin spots shall be rejected. All boots shall be secured with nylon hardware. Supports for insulated bus and bus taps shall be equipped with porcelain insulators and inserts. The edges of metal cutouts that the bus passes through shall be insulated. Each section of metal -clad switchgear shall have a copper ground bus that is adequate for maximum ground fault current. The ground bus shall be continuous throughout the entire length of the metal -clad switchgear and shall be connected to the base of the building adjacent to the ground pads. All necessary bus bars and copper ground connectors shall be furnished for grounding of feeder cable neutrals (4/0 max.). c. Circuit Breakers: The power circuit breakers shall be Powell vacuum interrupter horizontal withdrawal type complete with stored energy operating mechanism, auxiliary switches, and interlocks. The breaker mobile unit shall be moved between the "test" position and the 'operating" position by means of a worm gear levering device. The levering device shall be mechanically interlocked with the breaker closing mechanism so that a closed breaker cannot be removed from the 'operating" position or inserted from the "test" position; also, so that the breaker mechanism cannot be closed when the levering device is between the 'operating' position and the "test" position. The circuit breaker shall be operable in the "test" position. Cell mounted rail extensions shall be provided to allow complete withdrawal without requiring an auxiliary lifting device. When the breaker is inserted, the breaker case automatically shall be solidly grounded prior to contact of the primary disconnects. Suitable provisions shall be made for automatic closing of the entrances to the primary disconnects upon removal of the breaker and for automatic opening of the entrance when the breaker is replaced. Suitable mechanism shall be provided to assure completely automatic operation of both primary and secondary disconnects on withdrawal or replacement of breakers. 13 362-004 6.2 (Cont.) REV. SYM: E Breaker primary disconnects shall have silver-plated contact areas and shall be of stud and sleeve flexible -finger type such that slight misalignment of the breaker will not increase contact resistance. The circuit breaker shall be electrically and mechanically trip -free in all positions. The trip coil, close coil, and stored energy charging device, shall be suitable for 125 volts DC. The circuit breaker shall be equipped with means for slow closing for inspection purposes and shall be provided with a contact wear indicator, a contact wipe adjustment, a position indicating target device and operations counter. All like parts of breakers of like rating shall be interchangeable. All 2000 ampere and 3000 ampere breakers shall fit and operate correctly in all 1200 ampere cubicles. Interlocks shall prevent 1200 ampere breakers from being inserted into 2000 ampere and 3000 ampere cubicles. Interlocks shall prevent 2000 ampere breakers from being inserted into 3000 ampere cubicles If the 3000 ampere breakers are forced air cooled, alarm and control circuits shall be wired in accordance with Figure 7, Main VCB Cooling Circuit Drawing, with auxiliary equipment mounted on their respective bank VCB panels. d. Cell Switches: A mechanism operated cell switch (MOC) including mechanical linkages, and a truck operated cell switch (TOC), shall be furnished, installed, and wired in each cubicle which is or will be equipped with a circuit breaker The MOC switches shall be actuated by the operation of the circuit breaker mechanism in the operating position and test position, and shall be equipped with not less than six normally open and six normally closed contacts, rated not less than 20 amperes continuous, 15 amperes interrupting capacity for inductive loads, and 25 amperes interrupting capacity for non -inductive loads. ASII cell switch contacts, whether initially contacted or not, shall be wired to accessible marked terminal blocks. e. Protective Relays: Except as otherwise specified, the protective relays shall have drawout cases and built-in test switch feature and shall be designed for semi -flush mounting. The Contractor shall provide with the protective relays all necessary auxiliary relays for tripping and alarm circuits and balancing current transformers as required. Relays shall be designed and tested in accordance with ANSI C37.90 14 362-004 6.2 (Cont.) REV. SYM: E This page intentionally blank. 15 362-004 6.2 (Cont.) REV. SYM: E f. Control Switches: Unless otherwise specified, manual control switches shall be Electroswitch Series 24P or Type W-2. Lighted nameplates to] - series 24P shall be as indicated in the material lists and drawings. The switches shall have engraved Escutcheon plates and insulated operating handles as follows: Pistol grip handles for breaker control switches. Round knurled knob handles for lockout blocking switches. Oval handles for lockout switches. Control switches and lockout relays shall have a minimum two spare contacts of each type unless noted or not available. g. Test Switches: Test switches shall be ABB type F"17-1, ET-14, or FT-19R with switch positions and switch lever colors as noted on the drawings. All test switches shall be mounted with the lengthwise axis horizontal. h. Control Power: Tripping and closing control voltage will be 125 volts DC non -grounded. The DC source may vary from 90 volts minimum to a maximum of 140 volts. The Bidder shall furnish three completely wired DC circuits for each switchgear line-up. A switchgear line-up shall be composed of one transformer relaying section, two main breaker sections, one or two tie breaker sections, and sixteen feeder breakers sections. Each DC circuit shall run the entire length of the metal -clad switchgear, looped into and out of each cubicle through terminal blocks, and provided with combination switch and fuse cutout devices and terminal blocks for each cubicle control circuit tap. Each DC circuit shall have a properly sized DC breaker in the DC distribution panel. One circuit shall be used exclusively for breaker tripping and closing circuits. The conductor size shall be adequate for the simultaneous tripping and charging of all breakers. The second circuit shall be used for buss and primary transformer differential protection. The third circuit shall be used for all functions not associated with the first two circuits including secondary transformer differential and overcurrent relaying and metering. The size of the conductors for the second and third circuits shall be adequate for the connected load, but in no case shall the conductors smaller than those used for the circuit breaker tripping and closing DC bus. 16 362-004 6.2 (Cont.) REV. SYM: E i. Wiring: All switchgear wiring shall be stranded copper and except as otherwise specified, the size and type of wire used in the equipment shall conform to the following requirements: Minimum Wire Service Size, AWG Type Power supplies and As required As required packaged control systems Ammeter and current transformer circuits 12 SIS Control wiring 14 SIS Signal wiring (trans- Twisted pair ducer outputs, etc.) 22 shielded Building wires Per NEC Per NEC Ethernet cable 24 CAT 5E/350MFIZ Serial cable 22/24 PCC shielded Splices shall not be used in control wiring or instrument leads. All wiring shall be labeled using Brady type slip-on, fade resistant markers and shall use osite end designation for wire identification. Circuit number identification may also be used in addition to opposite end designation provided enough space is available on the label. Terminal blocks with protected screw -type terminals and marker strips shall be provided to terminate all wiring. Terminal blocks shall be grouped so that all wiring associated with a specific device or circuit (i.e. control, alarm, spare contacts, etc.) shall be terminated on one or more consecutive terminal blocks. Terminal blocks shall be labeled individually with each termination location identified in accordance with the manufacturer's wiring diagrams. Circuit number identification may be used in conjunction with individual terminal block locations. Continuous rows of terminal blocks shall not use the same terminal block designation and shall be spaced to allow positive identification and demarcation for each block. Power supply wiring and terminals shall be kept separate from control and alarm wiring and terminals. AC terminals shall be kept separate from DC terminals. 17 362-004 6.2 (Cont.) REV. SYM: E Marked terminal blocks shall be furnished, installed, and wired on one side of shipping splits. Wiring required to connect to the opposite side shall be marked, folded back, and secured so that they can be connected easily to their marked terminal blocks during field assembly. All contacts of devices which are not used for internal wiring of switchgear shall be brought out and terminated on terminal blocks making them available for Purchaser's external wiring. Wiring across hinges shall be made with extra flexible stranded conductor, bundled, and covered with a protective wrap. All wiring shall be securely attached to walls, neat in appearance, and easily traceable. The terminal blocks in each cubicle shall be provided with not less than twenty percent (20%) spare terminals, but in no case less than eight (8) spare terminals in each cubicle. Insulation of all control, alarm and auxiliary power equipment and wiring shall be 600 V minimum. Terminals of all 600 V insulated wiring shall be of the ring tongue, insulated, compression barrel type. Fork and flanged fork terminals are not acceptable. Terminal lugs shall be so constructed that the wire is placed between the body of the lug and a pressure plate. Terminals incorporating pressure connectors wherein a screw end applies pressure directly on the conductor are not acceptable. All current transformer secondary leads shall be brought to shorting screw -type terminal blocks with marker strips. All CT circuits related to external equipment such as power transformers, 230 KV breakers, second PDC lineup etc. shall be wired from the switchgear cubicle terminal blocks to the TBC-B. Multiconductor 20-10 K-1 color code control cable shall be used for these circuits as specified. Shorting type terminal blocks shall be used in the TBC-B for all CT circuits. All shorting type terminal blocks shall have a nameplate afixed to the backplane adjacent to the terminal block identifying the particular CT circuit function such as " T1-PRI DIFF" as indicated on the drawings. All terminal blocks shall be accessible when the circuit breaker element is installed in the cubicle. 18 362-004 6.2 (Cont.) REV. SYM: E j. Heaters: Each cubicle shall be provided with heaters to prevent condensation. Switchgear heaters shall be thermostatically controlled. Supplier shall provide and wire all necessary contactors and thermostatic controls. Switchgear heaters shall be installed in such a manner that the wiring and heaters may be removed and/or replaced safely without de -energizing the Switchgear. All heaters shall be supplied from a single phase, three wire, 240V AC circuit from the AC loadcenter. Individual heaters shall not be fused but shall rely on the circuit breaker in the AC loadcenter for protection. k. Lightning Arresters: All lightning arresters shall be station type MOV, porcelain cap, manufactured by General Electric, Ohio Brass, or Westinghouse. Lightning arresters shall be so mounted in the cubicle as to provide adequate clearance for concentric feeder cables. The lightning arresters shall be connected to the cable terminals and the Switchgear ground bus with copper conductor and connectors. l . Feeder Exits: The cable compartment in the rear of each feeder cubicle shall be provided with all necessary connections and supports for terminating two 750 KCM concentric neutral type power cables per phase (except units 1 and 26 shall have provisions for terminating four 750 MCM copper power cables per phase). Provisions shall include one formed connector bar per phase drilled with NEMA 4-hole spacing and two 4/0 cable terminations for the feeder conductor concentric neutrals. Feeder terminations will be made in the field by the Purchaser. Cable and stress cones will be furnished by the Purchaser. The Seller shall furnish all necessary insulating boots for the feeder and lightning arrester connections. All insulating boots shall be dielectric tested and inspected, using high intensity lights inside the boot, for voids, pinholes, or thin spots. Boots containing any voids, pinholes, or thin spots shall be rejected. Boots shall be double dipped. The Seller shall furnish a cable support in each feeder cubicle. The cable support shall include mounting angles on each side of the cubicle to support and anchor the cable support. The cable compartment shall be arranged for feeders to exit at the bottom of the cubicle. A removable aluminum plate shall be furnished in the bottom of each feeder cubicle. The seller shall cut these plates for 2-5" exit conduits as specified by the Purchaser. 19 362-004 6.2 (Cont.) REV. SYM: E CITY OF FORT COLLINS LIGHT AND POWER ELECTRICAL EQUIPMENT CONTRACT SPECIFICATION FOR POWER DISTRIBUTION CENTER SPECIFICATION NUMBER 300-001, 00-1 REV SYM F REV. SYM: F 00-1 M. Tie Breaker Exits: The cable compartment on the rear of designated tie auxiliaries or tie breaker cubicles shall be provided with all necessary connections and supports for terminating four 1000 KCM copper power cables per phase. Provisions shall include one formed connector bar per phase drilled with NEMA 4-hole spacing for side -by -side back-to-back mounting of four 2-hole spades. Two 4/0 cable terminations shall be provided for grounding. Cable and stress cones will be furnished by the Purchaser. The Seller shall furnish all necessary insulating boots. The Seller shall furnish two cable supports. The cable supports shall include mounting angles on each side of the cubicle to support and anchor the cable supports. The cable compartment shall be arranged for tie cables to exit at the bottom of the cubicle. A corrosion resistant throat extending 20" below the cable exit cutout shall be provided. Removable, corrosion resistant, aluminum nonmagnetic covers shall be furnished in the bottom of each throat. The seller shall cut these plates for 4-6" exit conduits as specified by the Purchaser. n. Lubrication: All unenergized surfaces requiring lubrication (hinges, latches, locking devices, breaker- operating linkages, breaker slide rails, etc.) shall be greased with a dry type lubricant which will neither collect dust, nor harden with time. o. Name Plates: Name plates shall be of the laminated plastic type with text and plate color as specified on the nameplate specification list and located as shown on the drawings. Name plates shalt be furnished for all switch. -ear cubicles and switchgear devices on both the front and back of the panels. Name plates shall be of adequate size for easy readability. Name plate inscriptions shall be subject to the approval of Light and Power Engineering both as to content and size of plate and lettering. A complete schedule of name plates shall be submitted for review and approval along with the approval drawings. Name plates located on the outside cubicle doors for unit numbers shall be stainless steel. P. Finish: All metal surfaces shall be cleaned and rust resisting treatment applied after fabrication, followed immediately by a coat of rust resistant primer, and two light gray finishing coats, ANSI No. 61. Any overspray on bus, bus supports, bushings, or arresters, or other equipment shall be removed by the Contractor. q. Mimic Bus: Mimic bus shall be furnished and attached to the switchboard by screws and adhesive. Attachments shall be closely spaced to hold all parts of the mimic bus firmly to the panel face. Mimic bus material shall be red 1/8" by'/4" colored plastic. 20 362-004 6.2 (Cont.) REV. SYM E Kirk Keys : Kirk keys for both HV fuses feeding the station power transformer and the secondary station power disconnect shall be keyed the same. S. PT Neutrals: The neutral from Pts shall be brought out first to a terminal block before routing to other devices. Spare terminal block positions shall be left adjacent to the neutral for future use. Fiber Cable: Fiber cable pairs shall be used to connect various relays and meters to the SEL-3332 RTU as shown in drawing 900-FIBER-BID. Fiber shall be Multimode 62.5 micro -meter core fibers with ST connectors. All fiber cables used in wire raceways or terminal boards shall have PVC jackets and shall be labeled with opposite end designation including unit number and device. Each fiber near the ST connector shall be labeled with RX or TX and port number. The PVC jacket shall be terminated a minimum of three feet before the ST connectors. The fiber after the PVC jacket shall be looped in the switchgear cell and in the I2TU cabinet on a non-abrasive rack. 21 362-004 REV. SYM E 6.3 ACCESSORIES (The following shall apply to both PDCs) a. Tools, Appliances, and Spare Parts: One complete set of any special tools, wrenches, or equipment that is regularly furnished with the class of apparatus specified herein or that is necessary for satisfactory operation or servicing or that may be necessary or convenient for assembling, disassembling, and moving the switchgear and any or all of its part shall be furnished. Tools, appliances, and spare parts that are furnished shall include but not be limited to the following: 1) A levering -in crank for moving the breaker between the test and connected positions. 2) Any special wrenches, pins, or clamps necessary for inspection or adjustment. 3) Deleted. 4) A test cable for electrically operating the breaker out of its housing. One end is a plug that connects into the secondary disconnect contacts in the breaker module while the other end is a socket that connects into the secondary disconnect contacts on the breaker itself. 6) A transport dolly to facilitate moving the breaker when it is outside the housing. 7) A portable breaker lift for handling a breaker or rollout during installation into a compartment or during removal for inspection or maintenance. 8) A breaker lifting yoke. 9) A manual spring -charge handle for manually charging the stored -energy spring of the circuit breaker. 10) 100 percent replacement of fuses. 11) Lighted nameplate replacements for Electroswitch series 24P switches, three (3) nameplate replacements for each type: breaker, lockout, and blocking switch. 12) Deleted 13) Deleted. 22 362-004 6.3 (Cont.) REV. SYM E b. Ground and Test Device: One (1) electrically operated ground and test device is required. The ground and test device shall be interchangeable with all circuit breakers and shall be of the wheel mounted drawout type. The momentary and short -time current carrying capability of the device shall be at least equal to the rating of the breakers. The device shall be equipped with six bushing and contact assemblies. Six female test ports shall be provided on the front of the device to receive test plugs for Purchaser's instrument connections or grounding cables. Three ports shall provide access to receptacles connected to the line side and three ports shall provide access to receptacles connected to the bus side. Each test receptacle shall be located behind an opening, a minimum of 1 1/2" inches in diameter, in an insulated panel. Each set of three openings shall be protected with a suitable cover, provided with means for locking in the closed position. All mechanical locking devices shall be of the Kirk key type. A three -pole, double -throw switch shall be provided within the device for selecting either the line or bus side connection. This switch shall be operable only when the device is removed from the switchgear, but its position shall be indicated on the front of the device at all times by positive mechanical linkage. Spring or gravity loading is not acceptable. A grounding switch shall be furnished in the device to ground either the line or bus side of the switchgear depending upon the position of the three -pole double throw switch. The grounding switch shall be furnished with a mechanical locking device whereby the grounding switch must be in the open position when the grounding device is inserted into and removed from the switchgear cubicle. The grounding switch shall also be furnished with a mechanical locking device whereby the grounding switch may be locked in the closed position. Determination of the open and closed positions of the grounding switch shall be by a positive mechanical linkage coupled indicator located on the front of the ground and test device. Spring or gravity loading is not acceptable. Bus and line receptacles shall be so arranged that they can be exposed only when the three pole double -throw switch is locked in the bus or line position and the grounding contacts are locked in the open position. 23 362-004 6.3 (Cont.) REV. SYM E The ground and test device shall be so constructed that it shall be automatically grounded to the switchgear ground bus upon insertion into the cubicle. If additional grounding provisions, other than standard, are required to accomplish this automatic grounding, such provisions shall be furnished and installed by the Bidder in each cubicle specified for circuit breakers. The ground and test device shall be furnished complete with six test plugs for connecting Purchaser's test cable to the test ports. Bidder shall furnish complete details, including adequate drawings, showing the test device offered to meet these requirements. 6.4 ACCEPTABLE MANUFACTURERS When not specifically stated, major equipment components; i.e., low voltage circuit breakers, relays, etc., shall be manufactured by General Electric, ABB, or Square D. The above manufacturer's equipment must satisfy all applicable requirements of the Specification to be acceptable. Acceptability of the above manufacturer's equipment will not be determined solely by inclusion of the manufacturer in the above list. 7.0 DRAWINGS Drawings and drawing diskettes, including but not limited to those shown below, shall be furnished in accordance with paragraph 3.12 of the Electrical Equipment Contract Specification: a. Plan, elevation, and general arrangements of switchgear and building. b. Front panel arrangements and section drawings showing internal arrangement of switchgear. C. One line, three line, schematic, connection, interconnection and wiring diagrams for the complete switchgear assembly, and elementary diagrams for major components. d. Interconnection and wiring diagrams shall accurately reflect the physical location and position of each device in reference to other devices and to the switchgear panel, cell, or door. Wiring diagrams for switchgear doors shall be on separate drawings from cell drawings. Each device and terminal block shall have a unique designation for specific identification. Wiring diagrams shall display both opposite end designation and circuit number for each wire. Jumpers or wiring that originates and terminates on the same device or terminal block may be shown without destination labeling provided the wires are clearly shown on the drawing. 24 362-004 REV. SYM: E 8.0 FACTORY ASSEMBLY AND TESTS All manufacturing and testing shall be done indoors on level concrete floors. Both the building and the switchgear shall be manufactured and assembled in the same plant by the same manufacturer. Separate switchgear and building manufacturers are expressly prohibited. It shall be constructed and tested indoors on a level concrete floor. The switchgear, bus, and building shall be fabricated in sections suitable for shipment and capable of being readily assembled at ultimate destination for unit operation and connection to circuits and equipment. Shipping splits shall be in accordance with previous Powell project 8939. The switchgear, bus and building shall be completely assembled, including isle, bases and ridge cap, and wired at the switchgear manufacturer's plant and shall be given ANSI and customer required production tests. In addition to ANSI production tests, the manufacturer shall provide certified test reports that demonstrate that the equipment has qualified in accordance with ANSI design and conformance tests that demonstrate the short circuit withstand capability of the switchgear and entrance bus. Design, conformance, and short circuit withstand testing requirements can be satisfied on the basis of similarity to previously qualified articles provided the similarity is clearly defined and provided the components which could affect the test results or integrity of the article have not been modified, deleted or replaced with parts of a different configuration. Evidence of similarity shall be provided. In addition to the above requirements, each shipping section shall be given impulse and heat run tests. 9.0 PACKAGING AND SHIPPING Equipment shall be assembled in sections of suitable length for easy, safe handling during shipment and shall have provisions (either permanent or temporary) to allow for safe and convenient handling during installation. Each shipping unit and any components packaged separately shall be so secured that they cannot shift, tip, or drop during shipment. Suitable coverings shall be provided for protection during shipment and all units or components shall be shipped in open -top conveyances. 25 362-004 REV. SYM: E TITLE BUILDING EQUIPMENT LISTS SWITCHGEAR #1 & #2 PAGE 27 MAIN BREAKER CUBICLES (UNITS 6, 8, 19, 21) 28 MAIN AUXILIARY (UNITS 7,20) 29 TIE BREAKER (UNIT 1) 31 TIE BREAKER & AUXILIARY (UNITS 13 & 14) 32 TIE BREAKER (UNITS 26) 33 FEEDER CUBICLES (UNITS 2-5, 9-12, 15-18, 22-25) 34 RTU CABINET 35 26 362-004 REV. SYM: E EQUIPMENT LIST FOR BUILDING ONE REQUIRED, EACH CONTAINING THE FOLLOWING ITEM DEVICE NO. QUANTITY PER UNIT DESCRIPTION 1 - 2 Terminal board cabinets, TBCA and TBCB. 2 - t DC switch board. 3 - 1 AC switch board. 4 SWITCH 1 DC transfer switch, 2wa or 3way as required by drawing. 5 SWITCH I DC emergency source fuse cabinet, 200A. 6 SWITCH I DC fused disconnect switch, 400A. 7 SWITCH 1 AC fused disconnect switch, 500A. 8 SWITCH 1 Battery room vent fan. 9 CHGR I Battery charger asspecified. 10 BATT 1 lot Batteries asspecified I HVAC 2 Bard window type air conditioner unit, 230V, single phase, 5 ton cooling and integral 10 kW heating modified to operate at low ambient temperature, complete with grills, thermostat and register unit. 12 - 1 lot AC and DC lighting and building and control 13 _ 2 Magnetic door switch contact for steel doors, 30V AC/D(', Form C, GE- )1, model 1076CW or equivalent. 14 52 1 Spa re 3000 am 3-pole vacuum circuit breaker. 27 362-004 EQUIPMENT LIST FOR MAIN BREAKER CUBICLES, REV. SYM: E UNIT NUMBER(S) 6, 8, 19, 21 REFERENCE DRAWINGS: 900-3L-900-910-BID, 900-CS-910-BID, 900-CS-86BT1 B-BID 4 REQUIRED EACH SWGR, EACH CONTAINING THE FOLLOWING: ITEM DEVICE QUANTITY DESCRIPTION NO. PER UNIT I BUS I lot Copper 3000 amp three phase main bus (center and lower.) 2 BUS I lot Copper 4000 amp three Rhase incoming bus. (Units 8 and 21 only.) 3 BUS 1 lot Copper neutral bus. 4 52 1 3000 am 3-Role vacuum circuit breaker. 5 CT 3 Current transformer, ANSI relay accuracy class C400, 3000:5 amperes, multi ratio (for transformer secondary differential relaying.) 6 CT 6 Current transformer, ANSI relay accuracy class C400, 3000:5 amperes, fixed ratio (for bus differential, bus overcurrent relaying and metering.) Potential transformer, 8400:120 volt (70:1 PTR), I IOKV BIL, 1.5KVA, 7 PT 3 minimum 0.3 W,X,Y,Z,M metering accuracy class, draw out type, with current limiting fuses (Units 6 and 19 upper cell only) 8 OICS I Breakercont of switch, Electroswitch series 24P with Green, Blue, and Red 125 VDC LED's, pistol gii) handle, contacts as noted on drawin. 9 TS-1 I Relay test switch for SEL-35IS, A13B FI'-19R, 30 trip switch poles, Black switch cover, switch handle colors as noted on (hawing. 10 TS-2 I Relay test switch for SEL-351S, ABB 1,T-I9R, 30 trip switch poles, Black switch cover, switch handle colors as noted on drawin. Relay test switch forSEL 35IS, ABB FI'-14, 6 potential switch poles, 8 11 TS-3 I current shunt -test point switch poles, Black switch cover, switch handle colors as noted on drawing. 12 TS-86BT I Lockout test switch for 8613, ABB FP-1, 10 it switch poles, Black switch cover, switch handle colors as noted on drawing. 13 87B 3 Bus differential May, Basler Electric BEI-87B, Model S5AA I YNONOF Bus differential lockout relay, Electroswitch series 24LOR-L with Red and 14 86B I White 125 VDC LSD's, Orange trip target with TRIP -RESET text, oval handle, contacts as noted on drawins. Bus differential lockout blocking switch, Electroswitch series 24P with Red 15 86BX I and White 125 VDC LSD's, BLOCK -NORMAL text, round knurled handle, contacts as noted on drawings. 16 SEL-351 S I MUltifunction relay with programmable logic, Schweitzer Engineering Laboratories SEL-351 S-7, Part Number 0351 S7134355461 17 FUSE 3 Fuse disconnect block for DC circuits, Bussmann, 2 pole, class J fuses, part number 15149-2 18 FUSE 2 Fuse disconnect block tot PT circuits, Bussmann, 3 pole, class J fuses, part number 15149-3 19 FUSE I Fuse disconnect block for syncbro-check circuit, Bussmann, 2 pole, class I fuses, )art number 15149-2 20 LA 3 Lightning arrester, 12 KV units 8 and 21 only) �1 2 Contact are suppressor, Schweitzer Engineering Laboratories, Model SEL- 9502 22 _ 1 Fiber optic transceiver EIA232 with IRIGB for SFL-35IS, Schweitzer Engineering Laboratories, Model SEL-28I2MR 23 3 Roof bushings, 4000 am , 25KV, 150KV BIL (units 8 and 21 onl ) 24 - 1 Lot Terminalcks, wiring and wiring labels, and nameplates as required. Name laterbloto be as noted on drawings and nameplate spec I 28 362-004 EQUIPMENT LIST FOR MAIN AUXILIARY (Page 1 of 2) REV. SYM: E UNIT NUMBER(S) 7 and 20 REFERENCE DRAWINGS: 900-3L-Tl-BID, 900-3L-910-920-BID, 900-CS-86PT1-BID, 900- CS-86ST1-BID 2 REQUIRED EACH SWGR, EACH CONTAINING THE FOLLOWING ITEM DEVICE QUANTITY DESCRIPTION NO. PER UNIT 1 BUS 1 lot Copper 3000 amp three phase main bus (center and lower.) 2 BUS 1 lot Copper 600 amp single phase bus. 3 BUS I lot Copper neutral bus. 4 52 1 500 amp breaker disconnect for station service secondary. 6W VAC, NX) am ) frame, mounted in exterior control box. 5 FUSE I Trunion mounted current limiting fuse (size for 100 KVA single phase transformer.) 6 CT I Current transformer, ANSI relay accuracy class C406, 3000:5 amperes, fixed ratio (for bus differential vela yina on station service transformer.) Potential transformer, 8400:120 volt (70:1 PTR), I IOKV BIL, 1.5KVA, 7 PT 3 minimum 0.3 W,X,Y,Z,M metering accuracy class, draw out type, with current limiting fuses 8 K 1 Kirk key interlocks for items 4 and 5. Primary transformer differential relay, two restraint circuits, harmonic 9 87P 3 restraint circuit, ABB type HU, tap range 2.9-8.7, sensitivity 30%, ICS 0.2/2.0 ADC. Primary transformer differential lockout relay, Flectroswitch series 10 86P I 241-OR-L with Red and White 125 VDC LEDs. Orange trip target with TRIP -RESET text, oval handle, contacts as noted on drawin gs. Primary transfolnler differential lockout blocking switch, Electroswitch 1 I 96PX I series 24P with Red and White 125 VDC LSD's, BLOCK -NORMAL text. round knurled handle, contacts as noted on drawings. 12 TS-86PT I Primary lockout test switch for 861), ABB FT-1, 10 trip switch poles, Black switch cover, switch handle colors as noted on drawing. Secondary transformer differential relay, three restraint circuits, harmonic 13 87S 3 restraint circuit, ABB type HU-1, tap range 2.9-8.7, sensitivity 30%, ICS 0.2/2.0 ADC. Secondary transformea differential lockout relay, Electroswitch series 14 86S 3 24LOR-L with Red and White 125 VDC LSD's, Orange trip target with TRIP -RESET text, oval handle, contacts as noted on drawings. Secondary transformer differential lockout blocking switch, Electroswitch 15 86SX I series 24P with Red and White 125 VDC LED's, BLOCK -NORMAL text, round knurled handle, contacts as noted on drawiligm 16 TS-86ST L Secondary lockout test switch for 86S, ABB FT-1, 10 trip switch poles, Black switch cover, switch handle colors as noted on drawing. 17 SEL-551 I Transformer overcur'ent relay with programmable logic, Schweitzer En2ineerine Laboratories SEL-551, Part Number 0551003X531X 18 Ts-t I Relay test switch for SEL, 551, ABB F-F-1, 10 trip switch poles, Black switch cover. switch handle colors as noted on drawin g. 19 TS-2 I Relay test switch SEL- 551, ABB FT- 1, 8 current shunt -test point switch poles, Black switch cover, switch handle colors as noted on (itrawin *. Metering test switch for SEL-734, ABB F F-14, 4 potential switch poles, 2 20 TS-3 1 blank poles, 8 current shunt -test point switch poles, Black switch cover, switch handle colors as noted on drawing. 21 MM 1 'Iransformer multi -meter, Schweitzer Engineering Laboratories SEL-734, PartNumber 0734P09V1A1216EXX7A 29 362-004 THE CITY OF FORT COLLINS Light and Power Utility P.O. Box 580 Fort Collins, CO 80522 SPECIFICATION NO: 300-001-00-1 REV SYM F ELECTRICAL EQUIPMENT CONTRACT SPECIFICATION FOR TITLE: POWER DISTRIBUTION CENTERS PREPARED BY: Robert G. Hover Electric System Design Manager Matt Haag Senior Electrical Engineer DATE: December 10, 2008 TABLE OF CONTENTS i 300-001 REV. SYM: F 00-1 EQUIPMENT LIST FOR MAIN AUXILIARY (Page 2 of 2) REV. SYM: E UNIT NUMBER(S) 7 and 20 REFERENCE DRAWINGS: 900-3L-TI-BID, 900-3L-910-920-BID, 900-CS-86PT1-BID, 900- CS-86ST1-BID 2 REQUIRED EACH SWGR, EACH CONTAINING THE FOLLOWING ITEM DEVICE QUANTITY DESCRIPTION NO. PER UNIT 23 LTC I LTC position indicator, Incon, Model 1250B-0-W-X-M-120 24 43-LTC I LTC control switch, Electroswitch W2, model 505A716G09, with engraving code 63F 3V40A "Raise -Off -Lower", `Pull for Auto". 25 LT I ITC indicator light, Leduonics, White light, 120VAC, RPLH16-00 holder, RPLL16-TWF lens, and BF321-OCW-12A lamp. 26 FUSE,, 3 Fuse disconnect block tia DC circuits, Bussmann, 2 pole, class I fuses, part number 15149-2 27 FUSE 3 Fuse disconnect block for PT circuits, Bussmann, 3 pole, class I fuses, parr number 15149-3 28 FUSE 9 I Fuse disa>nnect block for LTC-90 relay, Bussmann, 2 pole, class I fuses, part number 15149-2 29 - 1 Lot Terminal blocks, wiring and wiring labels, and nameplates as required. Nameplates to be as noted on drawings and nameplate specification. 30 362-004 EQUIPMENT LIST FOR TIE BREAKER CUBICLE, REV. SYM: E UNIT NUMBER I REFERENCE DRAWINGS: 900-3L-909-939-BID, 900-CS-939-BID, 900-CS-86C-BID I REQUIRED EACH SWGR, EACH CONTAINING THE FOLLOWING: ITEM DEVICE QUANTITY DESCRIPTION NO. PER UNIT 1 BUS I lot Copper 3000 amp three phase main bus 2 BUS 1 lot Copper neutral bus. 3 52 1 2000 am 3-pole vacuum circuit breaker. 4 CT 3 Current uansformer, ANSI relay accuracy class C400, 3000:5 amperes, multi ratio (for lie breaker relaying.) 5 Cl' 6 Current transformer, ANSI relay accuracy class C400, 3000:5 amperes, fixed ratio (for bus and cable differential rela in *.) 6 M CS I Breaker control switch, Elect roswi series 24P with Green, Blue, and Red 125 VDC LSD's, pistol =ri ) handle, contacts as noted on drawin *. 7 TS I I Relay test switch for SEIr351 S, ABB Fr-19R, 30 n'ip switch poles, Black switch cover, switch handle colors as noted on (itrawin g. Relay lest switch for SEL.-35IS, ABB 1'I'-14, 6 potential switch poles, 8 8 TS-2 I current shunt -test point switch poles. Black switch cover, Switch handle colors as noted on drawing. 9 TS-86CT I Lockout test switch for 86C, ABB 1T- I, 10 trip switch poles, Black switch cover, switch handle colors as noted on drawing. 10 SEL-351S I Multifunction May with programmable logic, Schweitzer Engineering Laboratories SEL-351S-7, Part Number 0351S7134355461 11 87C 3 CableABUs differential relay, Basler Electric BEI-87B, Model SSAAIYNONOE Cable differential lockout ['Clary, Electroswitch seiies 24LOR-L with Red and 12 86C 1 White 125 VDC LSD's, Orange trip target with TRIP -RESET text, oval handle, contacts as noted on drawings. Cable differential lockout blocking switch, Electroswitch series 2413 with Red 13 86CX I and White 125 VDC LSD's, BLOCK -NORMAL text, round knurled handle, contacts as noted on drawings. 14 FUSE 3 Fuse disconnect block lot- DC circuits, Bussmann, 2 pole, class I fuses, part number 15149-2 15 FUSE I Rise disconnect block for PT circuits, Bussmann, 3 pole, class I fuses, part number 15149-3 16 FUSE I Fuse disconnect block for synchro-check circuit, Bussmann, 2 pole, class I fuses, pai t number 15149-2 17 2 Contact Are Suppressor, Schweitzer Engineering Laboratories, Model SEL- 9502 18 I Fiber optic transceiver EIA232 with IRIGB for SEL. 351 S, Schweitzer En >ineMu r Laboratories, Model SEL-2812MR 19 - 1 Set Cable connector bars and cable supports for 4-1000 KCM copper power cables per phase. 20 - 2 Neutral terminal lugs, copper, 1/0-4/0 21 - 1 Lot Terminal blocks, wiring and wiring labels, and nameplates as required. Name lates to be as noted on drawings and name late specification. 31 362-004 EQUIPMENT LIST FOR TIE BREAKER CUBICLE, REV. SYM: E UNIT NUMBER 13 REFERENCE DRAWINGS: 900-3L-919-BID, 900-CS-919-BID I REQUIRED EACH SWGR, EACH CONTAINING THE FOLLOWING: ITEM DEVICE QUANTITY DESCRIPTION NO. PER UNIT I BUS I lot Copper 3000 amp three phase main bus 2 BUS 1 lot Copper 3000 amp three phase transition bus 3 BUS t lot Copper neutral bus. 4 52 1 2000 amp 3-pole vacuum circuit breaker. 5 CT 3 C.uneat transformer, ANSI relay accuracy class C400, 3000:5 amperes, multi ratio (for tie breaker 6 CT 6 Current Iranstonner, ANSI relay accuracy class C400, 3(l(10:5 amperes, fixed ratio (forbus differential relaying I 7 01CS I Breaker control switch, Eleclroswitch series 24P with Green, Blue, and Red 125 VDC LSD's, pistol *rip handle, contacts as noted on drawing. 8 TS- I I Relay test switch for SEL-351 S, ABB F1`-19R, 30 trip switch poles, Black switch cover, switch handle colors as noted on drawing. 9 TS-2 I Relay test switch for SEL-35IS, ABB FI'-19R, 30 trip switch poles, Black switch cover, switch handle colors as noted on drawing. Relay test switch for SEL-351 S, ABB FI'-14, 6 potential switch poles, 8 10 TS-3 I current shunt -test point switch poles, Black switch cover, switch handle colors as noted on drawin. I I SEL-351S I Multifunction relay with programmable logic, Schweitzer Engineering Laboratories SEL-351S-7, Part Number 0351S7134355461 12 FUSE 2 Fuse disconnect block for DC circuits, BuSSmarn, 2 pole, class J fuses, part number 15149-2 13 FUSE I Fuse disconnect block for PT circuits, 13ussmann, 3 pole, class I fuses, part number 15149-3 14 FUSE I Fuse disconnect block for synchro-check circuit, Bussmann, 2 pole, class J luses, part number 15I49-2 15 _ 2 Contact Arc Suppressor, Schweitzer Engineering Laboratories, Model SEL- 9502 16 1 Fiber optic transceiver EIA232 with IRIGB for SEL-351S, Schweitzer En 2ineerin , Laboratories, Model SEL-2812MR F I Lot Terminal blocks, wiring and wiring labels, and nameplates as required. Name later to be as noted on drawings and nameplate specification. EQUIPMENT LIST FOR AUXILLARY CUBICLE, UNIT NUMBER 14 REFERENCE DRAWINGS: 900-3L-919-BID, 900-CS-919-BID 1 REQUIRED EACH SWGR, EACH CONTAINING THE FOLLOWING: ITEM DEVICE QUANTITY DESCRIPTION NO. PER UNIT I - I Ethernet to serial server, 16 serial ports, Control, DeviceMaster RTS 2 - 1 Lot RS-232 shielded cable with RJ-45 serial connectors on Conurol end and RS- 232, D139 on iclay end, wiring, wirin E labels, and nameplates as rec uned. 32 362-004 EQUIPMENT LIST FOR TIE BREAKER CUBICLE, REV. SYM: E UNIT NUMBER 26 REFERENCE DRAWINGS: 900-3L-909-939-BID, 900-CS-909-BID 1 REQUIRED EACH SWGR, EACH CONTAINING THE FOLLOWING: ITEM DEVICE QUANTITY DESCRIPTION NO. PER UNIT ( BUS 1 lot Copper 3000 amp three phase main bus 2 BUS 1 lot Copper 3000 amp three phase transition bus 3 BUS 1 lot Copper neutral bus. 4 52 1 2000 am 3-pole vacuum circuit breaker. 5 CT 3 Current transformer, ANSI relay accuracy class C400, 3000:5 amperes, multi ratio (for lie brcaker relaying.) 6 CT 6 Current transformer, ANSI relay accuracy class C400, 3000:5 amperes, fixed ratio (for bus differential relaying and cable overcurrent relaying.) 7 (11 CS I Breaker control switch, Electoswitch series 24P with Green, Blue, and Red 125 VDC LSD's, pistol grip handle, contacts aS noted on drawing. 8 TS-1 I Relay test switch trot SEL-351 S, ABB 17-19R, 30 trip switch poles, Black switch cover, Switch handle colors as noted on drawing. 9 TS-2 I Relay test switch for SEL-351S, ABB Fr-19R, 30 trip switch poles, Black switch cover- switch handle colors as noted on drawing. Relay test switch lotSEL-35IS, ABB F r-I4, 6 potential switch poles, 8 10 TS-3 I current shunt -test point switch poles, Black switch cover, switch handle colors as noted on drawing. I I SEL-351 S I Multifunction relay with progranunable logic, Schweitzer Engineering Laboratories SEL-351S-7, Part Number 0351S7134355461 12 FUSE 2 Fuse disconnect block for DC circuits, Bussmann, 2 pole, class J fuses, part number 15149-2 13 FUSE I I -'use disconnect block for PT circuits, Bussmann, 3 pole, class J IIJSCS, pan number 15149-3 14 FUSE I fuse disconnect block for synchro-check circuit, Bussmann, 2 pole, class J fuses, pat t number 15149-2 15 2 Contact Are Suppressor, Schweitzer Engineering Laboratories, Model SEL 9502 16 I Fiber optic transceiver EIA232 with IRIGB for SEL-351S, Schweitzer Engineering Laboratories, Model SEL-2812MR 17 - 2 Neutral terminal lugs, copper, 1/0-4/0 18 - I Set Cable connector bars and cable supports for 4-1000 KCM copper power cables per phase. 19 - 1 Lot Terminal blocks, wiring and wiring labels, and nameplates as required. Nameplates to be as noted on drawings and nameplate specification. 33 362-004 EQUIPMENT LIST FOR 1200A FEEDER REV. SYM: E UNIT NUMBER 2-5, 9-12, 15-18, and 22- 25 REFERENCE DRAWINGS: 900-3L-911-912-BID, 900-CS-911-912-BID 16 REQUIRED EACH SWGR, EACH CONTAINING THE FOLLOWING ITEM DEVICE QUANTITY DESCRIPTION NO. PER UNIT l BUS I lot Copper 3000 amp 3 phase main bus. 2 BUS I lot Copper 1200 amp three phase bypass bus. 3 BUS I lot Copper neutral bus. 4 52 I 1200 am 3-pole vacuum circuit breaker. 5 CT 3 Current transformer, ANSI relay accuracy class C400, I200:5 amperes, multi ratio (for feeder relaying.) 6 CT 3 Current transformer, ANSI relay accuracy class C400, 3000:5 amperes, fixed ratio (for bus differential. 7 MCS 2 Breaker control switch, Electroswitch series 24P with Green, Blue, and Red 125 VDC LTD's, pistol grip handle, contacts as noted on drawing. 8 TS-1 I Relay test switch for SEL-351 S, ABB FT'-19R, 30 trip switch poles, Black switch cover, switch handle colors as noted on drawing. 9 TS-2 I Relay test switch for SEL-351 S, ABB FT-19R, 30 trip switch poles, Black switch cover, switch handle colors as noted on drawing. Relay test switch for SEL-351 S, ABB FT-14, 6 potential switch poles, 8 10 TS-3 1 current shunt -test point switch poles, Black switch cover, switch handle colors as noted on drawing. I I SEL-351S I Multifunction relay with programmable logic, Schweitzer Engineering Laboratories SEL-351S-7, Part Nmnbcr 0351S7134355461 12 FUSE 4 Fuse disconnect block for DC circuits, Bussmann, 2 pole, class J fuses, part number 15149-2 13 FUSE I Fuse disconnect block for PT circuits, Bussmann, 3 pole, class J fuses, part number 15149-3 14 LA 3 Lightning arrester, 12 KV 15 2 Contact Are Suppressor for SEL-351 S relay trip and close circuit, Schweitzer Engineering Laboratories Model SEL-9502 16 1 Fiber optic port isolator for SEL-351 S relay for wire cable connection on port 2. Schweitzer Engineering Laboratories, Model SEL-2910 Fiber optic transceiver EIA232 with IRIGB for SEL-351 S relay for fiber 17 - 1 optic cable connection on poly 3, Schweitzer Engineering Laboratories, Model SEL-2812MR 18 1 Serial connector adaptor for fiber optic poll isolator on SEL-351 S relay port 3, L-con part number DG909MF1 19 - 1 Lot Terminal blocks, wiring and wiring labels, and nameplates as required. Nameplates to be as noted on drawings and nameplate specification, 20 2 Neutral terminal lugs, copper 1/0-4/0. 21 I Set Cable connector bars and cable supports. 34 362-004 EQUIPMENT LIST FOR RTU CABINET REV. SYM: E ONE REQUIRED, EACH CONTAINING THE FOLLOWING ITEM DEVICE QUANTITY DESCRIPTION NO. PER UNIT I CABINET. I Hoffman SCADA cabinet (cabinet furnished by owner, equipment, installation, whim+ and Icliubishment includink paint III ovided by Powell). 2 SWl'F(II I Ethernet Switch, pIovided by Owner, shipped to Powell 3 PANEL I Fiber patch panel, piovided by Owner, shipped n) Powell 4 RTU 2 SEL-3332 intelligent server, Schweitzer Engineering Laboratories SEL- 3332, Part Number 333235X7X88H03EGF00 5 _ 2 Keyboard, Schweitzer Engineeiing Laboratories Rack Mount Keyboard Part Number 900-0017 6 Monitor, Schweitzer Em>ineering Laboratories Rack Mount Monitor Display Part Number 91610013 7 2 Software, Schweitzer Engineering Labot�itories SubslationSFRVER.NET Software, Part Number 900-0019 8 PS 2 125/24 Volt DC power supply for SEL-2411 digital inputs, Absopulse ElectrouicS LTD, Model number 13AP65-125/241--TXC-P9617 Serial connector adaptor for fiber optic port isolator on SEL-3332 9 - 16 communication polls 9-16, L,-conp part number DG909MF1 * NOTE: Modification rc< aired to this item for pro per fit. 10 - 32 Fiber optic transceiver EIA232 with IRIGB for SEL-351 S/241 1/734 relays, Schweitzer En�ineerin g Laboratories, Model SEL-2812MT I I PLU ? Programmable 1/0 relay, Schweitzer Engineering Laboratories SEL-241 I, PartNumber 241101B3B3B3B3B1130 12 PLU 2 Programmable 1/0 relay, Schweitzer Engineering Laboratories SEL.: 241 I, PartNumber 241101B3B3B5X2X1130 13 INV I DC to AC inverter, 125 VDC input, 10 amp/120 VAC output, Behlman Electronics, model INV-1200-125 r14 1 lot terminal blocks, circuit breakers, din rails, end caps, as noted on drawings, Altech Corp. for breakers, Weidmuller for terminal blocks 35 362-004 REV. SYM: E DRAWING LIST ITEM DRAWING NAME DRAWING DESCRIPTION 1 900-IL-Tl=P2-BID One line for Portner substation, Transformer T1 and T2 2 900-3L-TI-BID Three line for Transformer T1 3 900-3L-900-910-BID Three line for Breakers 900 and 910 4 900-3L-909-939-9ID Three line for Breakers 909 and 939 5 900-3L-91 1-912-BID Three line for Breakers 911 and 912 6 900-CS-909-BID Control schematic for Breaker 909 7 900-CS-910-BID Control schematic for Breaker 910 8 900-CS-91 I -BID Control schematic for Breaker 911 9 900-CS-912-BID Control schematic for Breaker 912 10 900-CS-919-BID Control schematic for Breaker 919 11 900-CS-939-BI5 Control schematic for Breaker 939 12 900-CS-86PT1-13I5 Control schematic for Transformer PrimalLockout 13 900-CS-86ST1-BID Control schematic for Transformer Secondary Lockout 14 900-CS-86BT1 B-BID Control schematic for Bus Lockout 15 900-CS-86C-BID Control schematic for Tie Cable Lockout 16 900-MAIN-BID Panel la out for Main Breaker 17 900-FEEDER-BID Panel la out for Feeder Breaker 18 900- TFMR-BID Panel layout for Transformer relaying -control 19 900-TIEI-BID Panel layout for Tie Breaker 20 900 TIE2-BID Panel layout for Tie Breaker 939 21 900-RTU-BID _Layout of RTU cabinet 22 900-AC-DC-BID AC and DC primary circuits and Panels 23 900-ETHERNET-BID Ethernet cables used for communication to devices 24 900-FIBER-BID Fiber used for communication to devices 25 900-WIRE-COM-13I1) Wire cables used for communication to devices 26 900-RTIJ-DINA--BID DIN rail la out for RTU-A cabinet. 27 900-RTU-DINB-BID DIN rail layout for RTU-B cabinet. 28 900-TBC-A-BID Termination Cabinet 29 900-TBC-B-BID Termination Cabinet 36 362-004 REV. SYM: E NAMEPLATE LIST UNIT I NAMEPLATE NAMEPLATE PLATE COLOR\ PLATE TEXT LOCATION TEX'C TEXT COLOR SIZE SIZE T-BI-I UNCP I BLACK\WHITE Yxl" 1/4" 87C-FA TBI-2 CABLETIE BLACK\WHITE 3"xl" 1/8" DIFFERENTIAL RELAY 87C-FB TBI-3 CABLETIE BLACK\WHITE Yxl" 1/8" DIFFERENTIAL RELAY 87C-FC 'I'll 1-4 CABLETIE BLACK\WIJITE 3"xl" 1/8" DIFFERENTIAL RELAY 13KIZ 939 T13I-5 SEL-351S BLACK\WHITE 3"xi" 1/8" RELAY 86C '13I-6 CABLETIE RED\WHITE 3"xi" 1/8" LOCKOUT 86C7 T131-7 CABLE LOCKOUT BLACK\WHITE 3"xl" 1/8" TEST S WI'CCH 86CX 'I'll 1-8 CABLE LOCKOUT BLACKMATE Yxl" 1/8" DISABLE SWITCH BKR 939 1/4" TBI-9 CON'PROLSWITCH BLACK\WHITE Yx11/z" 1/8" OPEN -FAIL -CLOSE 1 /8" TS-1 'CBI-10 SEL-351S BLACK\WHITE Yxl" 1/8" TESTSWCCCH TS-2 'CBI-11 SEL-351S BLUE\WHITE YxF I/8" TEST SWITCH 37 362-004 REV. SYM: E UNIT 2 NAMEPLA"I'E NAMEPLATE PLATE COLOR\ PLATE TEXT LOCATION TEXT TEXT COLOR SIZE SIZE FB-I UNIT BLACK\WHITE 3"xl" 1/4" BKR 937-938 FB-2 SEL-35IS BLACK\WHl'TE 3"xl" 1/8" RELAY BKR 937 I/4" FB-3 CONTROL SWITCII BLACK\WIIITE 3"xi�h" 1/8" OPEN -FAIL -CLOSE 1 /8" BKR 938 1/4" F13-4 CON'TROLSWITCH BLACK\WI-IITE 3"x1'/2" 1/8" OPEN -FAIL -CLOSE 1 /8" I'S- I 113-5 SEL-35IS BLACK\WI41TE 3"xl" 1/8" TEST S W ITCH TS-2 FB-6 SEL-35IS BLACK\WHITE Yxl" 1/8" TEST S W ITCH I'S 3 1-13-7 SEL-35IS BLUE\WH1TE 3"xl" 1/8" TEST' S WITCH UNIT 3 NAMEPLATE NAMEPLATE PLATE COLOR\ PLATE 'TFXT LOCATION TEXT 'TF„X'T COLOR SIZE SIZE FB-I UNIT BLACK\WHITE 3"xl" 1/4" BKR 935-936 FB-2 SEL-35IS BLACK\WHITE 3"xi" 1/8" RELAY BKR 935 1/4"' FB-3 CONTROL SWITCH BLACKMATE 3"x11/2" 1/8" OPEN -FAIL -CLOSE 1 /8" BKR 936 1/4" FB-4 CONTROL SWITCH BLACK\WHI'TE Yx11/i' I/8" OPEN -FAIL -CLOSE TS I FB-5 SEL-35IS BLACK\WHITE 3"xl" 1/8" TEST SWITCH TS-2 113-6 SEL-35IS BLACK\WHITE 3"xl" 1/8" T S W ITCH TS-3 FB-7 SEL-35IS BLUEM4111, 3"xl" 1/8" TEST SWITCH m 362-004 REV. SYM: E UNII4 NAMEPLATE NAMEPLATE PLATE COLOR\ PLATE TEXT LOCATION 'TEXT TEXTCOLOR SIZE SIZE FB-I UNIT4 BLACK\WHITE 3"xl" 1/4" BKR 933-934 F13-2 SEL-351S BLACK\WHITE 3"x1 1/8" RELAY BKR 933 1/4" FB-3 CONTROL SWITCH BLACK\W}IITE 3"x11/z" 1/8" OPEN -FAIL„ -CLOSE 1/8" BKR 934 1/4" FB-4 CONTROL SWITCH BLACK\WFIITE 3"x11/2" 1/8" OPEN -FAIL -CLOSE 1/8" TS I F13-5 SEL-351S BLACK\WHITE 3"x1" 1/8" "IES'I' SWITCH TS-2 FI3-6 SEL-351S BLACK\WHITE 3"xl" 1/8" TEST SWITCH 'IS-3 F13-7 SEL-351S 131AA WHITE YXI' 'PEST SWITCH UNIT 5 NAMEPLATE NAMEPLATE PLATE COLOR\ PLATE TEXT LOCATION TEXT TFX'I COLOR SIZE SIZE F13-1 UNITS BLACK\WHITE 3"xl" 1/4" BKR 931 932 FB-2 SEL-351S BLACK\WHITE 3"x1" I/8" RFA AY BKR 931 1/4" F13-3 CONTROL SWITCH BLACK\WHITE 3"x11/2" 1/8" OPEN -PAIL -CLOSE 1 /8" BKR 932 1/4" FB-4 CONTROL SWITCH BLACK\WHITE 3"x1Yz" 1/8" OPEN -FAIL -CLOSE 1/8', TS-1 FB-5 SEL-351S BLACK\WHITE 3"x1" 1/8" TEST SWITCH TS-2 FB-6 SEL-351S BLACK\WHITE 3"xl" 1/8" TFST SWITCH TS-3 173-7 SEL-351S BLUE\WHITE 3"x1" 1/8" TEST SWITCH 39 362-004 PAGE TitlePage...................................................................................................... i Tableof Contents......................................................................................... i,ii 1.0 Instructions to Bidders.................................................................................. 1-1 1.1 General.............................................................................................. 1-1 1.2 Bidder Qualifications........................................................................ 1-3 1.3 Examination of Documents and Local Conditions .......................... 1-4 1.4 Interpretations................................................................................... 1-4 1.5 Form of Proposal.............................................................................. 1-5 1.6 Completeness of Proposal................................................................ 1-5 1.7 Alterations on Proposal.................................................................... 1-6 1.8 Exceptions........................................................................................ 1-6 1.9 Alternates.......................................................................................... 1-6 1.10 Prices................................................................................................ 1-6 1.11 Delivery Schedule............................................................................. 1-8 1.12 Proposal Guarantee............................................................................ 1-8 1.13 Submission of Proposal.................................................................... 1-8 1.14 Multiple Proposals............................................................................ 1-9 1.15 Modification of Proposals................................................................ 1-9 1.16 Withdrawal of Proposal.................................................................... 1-9 1.17 Postponement of Opening................................................................ 1-9 1.18 Opening of Proposals....................................................................... 1-9 1.19 Evaluation of Proposals................................................................... 1-10 1.20 Inspection Bidder's Facilities............................................................ 1-11 1.21 Acceptance of Proposal and Award of Contracts ............................. 1-11 2.0 Proposal........................................................................................................ 2-1 2.1 Bid Schedule..................................................................................... 2-3 2.2 Data to be Supplied with Bidder's Proposal ..................................... 2-5 3.0 General Conditions....................................................................................... 3-1 3.1 Contract Documents......................................................................... 3-1 3.2 Definitions........................................................................................ 3-1 3.3 Legal Address................................................................................... 3-1 3.4 Scope of Work, Intent of Contract, Quality of Materials and Workmanship............................................................. 3-1 3.5 Assignment of Contract.................................................................... 3-2 3.6 Changes............................................................................................ 3-2 3.7 Delivery Time................................................................................... 3-3 3.8 Delayed Shipment............................................................................ 3-3 ii 300-001 REV. SYM: F 00-1 TABLE OF CONTENTS REV. SYM: E UNIT 6 NAMEPLATE NAMEPLATE. PLATE COLOR\ PLATE TEXT LOCA'r1ON TEXT TEXT COLOR SIZE SIZE MB-1 UN1T6 BLACK\WHITE 3"xl" 1/4" 87B- r2B-FA MB-2 1313S2B BLACK\WHITE 3"xI" 1/8" DIFFERENTIAL RELAY 87B-T2B-FB MB-3 BUS2B 131.ACK\W1-IITE 3"xI" 1/8" DIFFERENTIAL RELAY 87B-T2B-FC MB-4 BUS 2B BLACK\WHITE 3"x 1" 1/8" DIFFERENTIAL RELAY BKR 930 MB-5 SEL-351S BLACK\WHITE 3"x1" 1/8" RELAY 86B=r2B M13-6 BUS LOCKOUT RED\WHITE 3"xl" 1/8" RELAY 86B7 ='r2B M13-7 BUS LOCKOUT BLACK\WHITE 3"xl" 1/8" TESrSWITCH 86BX=r2B MB-8 BUS LOCKOUT BLACK\WHITE 3"xl" 1/8" DISABLE SWITCH B KR 930 1/4" MB-9 CONTROL SWITCH BLACK\WHITE 3"x11/2" 1/8" OPEN -FAIL -CLOSE 1 /8" rS-1 MB-10 SEL-351S BLACK\WHITE 3"xl" 1/8" TEST SWITCH l.S-2 MB-II SEL:35IS BLACK\WLIITE 3"xl" 1/8" TEST SWITCH TS 3 MB-12 SEL-351S BLUE\WHITE 3"xl" 1/8" THS7' SWITCH UNIT 7 NAMEPLATE NAMEPLATE PLATE COLOR\ PLATE TEXT LOCATION TEXT 'TEXT COLOR SIZE SIZE "r1-1 UNI'r7 BLACK\WHIL'E 3"xl" 1/4" 87P-T2-FA TF-2 TFMR T2 PRIMARY BLACK\WHILE 3"x I" 1/8" DIFFERENTIAL RELAY 87P-T2-FB `I'F-3 TFMR T2 PRIMARY BLACK\WHITE 3"x I" 1/8" DIFFERENTIAL RELAY 87P-T2-FC TF-4 TFMR T2 PRIMARY BLACK\WHITE 3"x I" 1/8" DIFFERENTIAL RELAY UNIT 7 (Continued) m 362-004 REV. SYM: E NAMEPLATE LOCATION NAMEPLATE TEXT PLATE COLOR\ TEXT COLOR PLATE SI7.1; TEXT SIZE TF-5 TS-3 BLUE\WHITE I 3"xl" 1/8" SEL-734 TEST SWITCH TFMR T2 TF-6 SEL-734 METER BLACK\WHITE Yxl- 1/8" DISPLAY TFMR T2 'TF-7 L'1'CPOSITION BLACK\WHITE Yx1" 1/8" DISPLAY TFMR T2 TF-8 LTC BLACK\WFIITE Yxl" 1/8" CONTROL SWITCH 86P-T2 TF-9 TFMR PRIMARY RED\WHITE 3"xl" 1/8" LOCKOUT RELAY 86PT-T2 TF-10 TFMR LOCKOUT BLACK\WHITE YxF 1/8" TEST SWITCH 86PX-T2 TF-II TFMR LOCKOUT BLACK\WHYrF 3"x1" 1/8" DISABLE SWITCH 86S-T2 TF-12 TFMR SECONDARY RED\WHITE Yx1 1/8" LOCKOUT RELAY 86ST-T2 TF-13 TFMR LOCKOUT BLACK\WHITE Yxl" 1/8" TEST S W ITCH 86S X-T2 TF-14 TFMR LOCKOUT BLACK\WHITE Yxl" I/8" DISABLE SWITCH I'S 1 TF-15 SEL-551 BLACK\WHITE 3"xl" 1/8" TEST SWITCH TFMR T2 TF-16 SEL:551 BLACK\WHITE Yxl" 1/8" OVERCURRENTRELAY I'S 2 TF-17 SEL-551 BLUE\WHITE Y'xl" 1/8" TEST S W ITCH 87S-T2-FA TF-18 TFMRT2SECONDARY BLACK\WHITE Yxl" 1/81' DIFFERENTIAL RELAY 87S-1'2-FB TF-19 TFMRT2SECONDARY BLACK\WFIITE 3"xl" 1/8" DIFFERENTIAL RELAY 87S-'I'2-1'C TF-20 TFMRT2SFCONDARY BLACK\WHITE YxF 1/8" DIFFERENTIAL RELAY 41 362-004 REV. SYM: E I INTT R NAMEPLATE NAMEPLATE PLATE COLOR\ PLATE TEXT LOCATION TEXT TEXT COLOR SIZE SIZE M13-1 UNIT BLACK\WHITE Yxl" 1/4" 87B=I2A-FA MB-2 BUS2A BLACK\WHITE Yxl" 1/8" DIFFERENTIAL RELAY 87B=I2A-FB MB-3 13US2A BLACK\WHITE-" 3"xl" 1/8" DIFFERENTIAL RELAY 87B-TIA-FC M13-4 BUS2A BLACK\WHITE 3"xl" 1/8" DIFFERENTIAL RELAY BKR 920 MB-5 SEL-351S BLACK\WHITE Yxl" 1/8" RELAY 86B-T2A M13-6 BUS LOCKOUT RED\WHITE 3"xl" 1/8" RELAY 86B'I'--T2A MB-7 BUS LOCKOUT BLACK\WHITE 3"xl" 1/81' THST SWITCH 86BX=T2A MB-8 BUS LOCKOUT BLACK\WHITE T'xl" 1/8" DISABLE SWITCH BKR 920 1/4" MB-9 CONTROL. SWITCH BLACK\WHITE Yx1'h" 1/8" OPEN -FAIL -CLOSE 1/8" TS I MB-10 SE1 351S BLACK\WHIT'E 3"xl" 1/8" TEST SWITCH TS-2 MB-II SEL-351S BLACK\WHITE Yxl" 1/8" 'TEST' S W ITCH T'S 3 MB-12 SEL-351S BLUE\WHITE Yxl" 1/8" TEST SWITCH 42 362-004 REV. SYM: E UNIT9 NAMEPLATE NAMEPLATE PLATE COLORV PLATE TEXT LOCATION TEXT TEXTCOL,OR SIZE SIZE FB-I UNIT BLACK\WHITTE Yxl" 1/4" BKR 921-922 FB-2 SEL-351S BLACK\Wl[ITE 3"xl" 1/8" RELAY BKR 921 1/4" FB-3 CONTROL SWITCH BLACK\WHITE Yx1VY' 1/8" OPEN -FAIL -CLOSE 1 /8" BKR 922 1/4" EB-4 ON SWITCH BLACK\WIIITG 3"xl'/x" I/8" OPEN-FAIL-CL,OS E 'I'S-I FB-5 SEL-351S BLACK\WHI'I'E 3"x1" 1/8" TEST S W ITCH I'S-2 F13-6 SEL-351S BLACK\WHITE 3"xl" 1/8" TEST S W ITCH TS 3 FB-7 SEL-351S BLUE\WHITE 3"xl" 1/8" TEST S W ITCLI UNIT10 NAMEPLATE NAMEPLATE PLATE COLORV PLATE 'TBX'T LOCATION TEXT TEXT COLOR SIZE SIZE F13-1 UNI'P 10 BLACK\WIILTE 3"xl" 1/4" BKR 923 -924 FB-2 SEL-351S BLACK\WHITE 3"xi" 1/8" RELAY BKR 923 1/4" FB-3 CONTROL SWITCH BLACK\WHITE 3"x11/2" 1/8" OPEN -FAIL -CLOSE 1 /8" BKR 924 1/4" 113-4 CONTROL SWITCH BLACK\WIJITE. 3"xl'h" 1/8" OPEN -FAIL -CLOSE 1 /8" TS- I FB-5 SEL-351 S BLACKMATE 3"x l" 1 /8" TEST SWITCH Ts-2 FB-6 SEL-351S BLACK\WRITE 3"x1" 1/8" TEST SWITCH 1S-3 FB-7 SEL-351S BLUL\WHITE 3"xl" 1/8" 'I' I I'SWITCH 43 362-004 REV. SYM: E maw NAMEPLATE NAMEPLATE PLATE COLOR\ PLATE TEXT LOCATION TEXT 'PF,XT COLOR SIZE SIZE FB-I UNIT I I BLACK\WHITE 3"x1" 1/4" BKR 925-926 FB-2 SEL-35IS BLACK\WHI"PE 3"xl" 1/8" RELAY BKR 925 1/4" FB-3 CONTROL SWITCH BLACK\WHITE 3"x11/z" 1/8" OPEN -FAIL -CLOSE 1/8" BKR 926 1/4" FB-4 CONTROL SWITCH BLACK\WHIT'E 3"x11h" 1/8" OPEN -FAIL -CLOSE 1 /8" I'S- I FB-5 SEL-35IS BLACK\WHITE 3"xl" 1/8" I'ES'I' SWITCH PS-2 FB-6 SEL-35IS BLACK\WHITE 3"xl" 1/8" TEST SWITCH TS-3 13-7 SEL-35IS BLUE\WHITE 3"xl" 1/8" 'PEST S W ITCH UNIT 12 NAMEPLATE NAMEPLATE PLATE COLOR\ PLATE TEXT LOCATION TEXT TEXTCOLOR SIZE SIZE FB-I UNIT 12 BLACK\WHITE 3"x1" 1/4" BKR 927-928 IzB-2 SEL,-35IS BLACK\WHITE 3"xl" 1/8" RELAY BKR 927 1/4" FB-3 CONTROL swj'rcfi BLACK\WHITE 3"x11/2" 1/8" OPEN -FAIL -CLOSE 1 /8', BKR 928 1/4" FB-4 CONTROL SWITCH BLACK\WHl'I'E 3"x11/2" 1/8" OPEN -FAIL -CLOSE 1 /8" T'S- i FB-5 SEL351S BLACK\WHITE 3"xl" 1/8" TEST S W ITCH I'S-2 FB-6 SEL-35IS BLACK\WHI'I'E 3"xl" 1/8" TES"I' S W ITCH Ts-3 FB-7 SEL-35IS BLUE\WHITE 3"xl" 1/8" "PEST S W ITCH 362-004 REV. SYM: E UNIT 13 NAMEPLATE NAMEPLATE PLATE COLOR\ PLATE TEXT' LOCATION TEXT TEXTCOLOR SIZE SIZE TB2-1 UNIT 13 BLACK\WHITE 3"xi" 1/4" BKR 919 T132-2 SEL-351S BLACK\WHITE 3"xl" 1/8" RELAY BKR 919 I/4" TB2-3 CONTROL SWITCH BLACKMATE Yx11/z" 1/8" OPEN -EA IL -CLOSE 1 /8" "PS- I TB2-4 SEL-351S BLACK\WHITE 3"xl" I/81' TEST S W ITCH TS-2 TB2-5 SEL-351S BLACK\Wlll"PE YxI" 118" TEST S W ITCH I'S-3 TB2-6 SEL:351S BLUE\WHITE YxI" 1/8" I'ES'P SWITCH UNIT 14 NAMEPLATE LOCATION NAMEPLATEPLATE TEXT COLOR\ TEXT COLOR PLATE SIZE TEXT SIZE T132-1 UNIT 14 BLACK\WHITE., I T'xi" 1/4" 45 362-004 REV. SYM: E UNIT 15 NAMEPLATE NAMEPLATE PLATE COLOR\ PLATE TEXT LOCATION TEXT 'TEXT COLOR SIZE SIZE PB-1 UNIT15 BLACK\WHITE 3"xl" 1/4" BKR 917-918 FB-2 SEL-351S BLACKM41TE 3"xi" I/8" RELAY BKR 917 1/4" FB-3 CONTROL SWITCH BLACKMATE 3"x11/z" 1B" OPEN -PAIL -CLOSE 1 /8" BKR 918 1/4" F13-4 CONTROL, SWITCH BLACK\WI-IIT'E 3"x11/2" I/8" OPEN -FAIL -CLOSE I /8" T'S- I F13-5 SEL-351S BLACK\WHITE 3"xl" 1/8" TEST S W ITCH TS-2 FB-6 SEL-351S BLACK\WHITE 3"xl" 1/8" TEST SWITCH TS-3 FB-7 SEL-351S BLUE\WHITE 3"xl" 1/8" 'PEST SWITCH UNIT 16 NAMEPLATE NAMEPLATE PLATE COLOR\ PLATE TEXT LOCATION 'TEXT TEXT COLOR SIZE SIZI, F13-1 UNIT 16 BLACK\WHITE 3"xl" 1/4" BKR 915-916 FB-2 SEL-351S BLACK\WHITE 3"xl" 1/8" RELAY BKR 915 1/4" F13-3 CONTROL SWITCH BLACK\WHITE 3'xl'/z" 1/8" OPEN -FAIL -CLOSE 1 /8" BKR 916 1/4" FB-4 CONTROL. SWITCH BLACK\WHIT'E 3"x11/2" I/8" OPEN -FAIL. -CLOSE 1 /8" TS I FB-5 SFL-351S BLACK\WRITE 3"xi" 1/8" TEST S W ITCH T'S-2 FB-6 SEI,-3515 BLACK\WHITE 3"xi" 1/8" TEST SWITCH TS-3 FB-7 SEL-351S BLUE\WHTTE 3"x1" 1/8" TESL' SWITCH 46 362-004 REV. SYM: E UNIT 17 NAMEPLATE NAMEPLATE PLATE COLORV PLATE TEXT LOCATION TEXT TEXTCOLOR SIZE SIZE 1113-1 UNIT 17 BLACK\WHITE Yxi" I/4" BKR 913-914 FB-2 SEL-35IS BLACK\WHITE 3"xl" 1/8" RELAY BKR 913 1/4" FB-3 CONTROL SWITCH BLACK\WHITE Yx1'/2" 1/8" 1/8" -OPEN-FAIL-CLOSE 13KIZ 914 1/4" FB-4 CONTROL SWITCH BLACK\WI-IIT'E Yx11/2" 1/8" OPEN -FAIL -CLOSE 1 /8" TS- I F13-5 SEL-35IS BLACK\WHI'PE 3"xl" I/8" TEST SWITCH TS-2 F13-6 SEL-35IS BLACK\WFIIT"E 3"xl" 1/8" TESTS WITCH TS-3 FB-7 SEL-35IS BLUE\WHITE 3"xl" 1/8" I'EST S W ITCH UNIT 18 NAMEPLATE NAMEPLATE PLATE COLOR\ PLATE TEXT LOCATION TEXT TEXTCOLOR SIZE SIZE FB-I UNI"I' 18 BLACK\WHITE 3"xl" 1/4" 13KI2 91 1-912 FB-2 SEL-351S BLACKMIFFE 3"xl" 1/8" RELAY BKI2 91 1 114" FB-3 CONTROL SWITCH BLACK\WHITE 3"x11/2" 1/8" OPEN -PAIL -CLOSE 1 /8" BKR 912 1/4" FB-4 CONTROL SWITCH BLACK\WHITE Yx1'/2" 1/8" OPEN -FAIL -CLOSE 1 /8" 1.5-1 FB-5 SEL-351S BLACK\WHITE 3"xl" 1/8" FESTSWITCH T'S-2 FB-6 SEL-35IS BLACK\WI-BTE Yxi" 1/8" TEST SWITCH S-3 FB-7 SEL-35IS BLUE\WHITE 3"xl" I/8" TEST S W 1TC14 47 362-004 REV. SYM: E UNIT 19 NAMEPLATE NAMEPLATE PLATE COLOR\ PLATE TEXT LOCATION TEX'I- TIAT COLOR SIZE SIZE MB-I UNIT 19 BLACK\WI-B'TE 3"xl" 1/4" 87B-TIB-FA MB-2 BUS I BLACK\WHITE 3"xl" 1/8" DIFFERENTIAL RELAY 87B-TIB-FB MB-3 BUS IB BLACK\WI-IITE 3"xl" 1/8" DIFFERENTIAL RELAY 87B-TIB-FC M13-4 BUS I BLACK\WRITE, 3"xl" 1/8" DIFFERENTIAL RELAY BKR 910 MB-5 SEL-35IS BLACK\WHILE 3"xl" 1/8" RELAY 86B=TIB MB-6 BUS LOCKOUT RED\WHITE 3"xl" 1/8" RELAY 8613'r- T I B MB-7 BUSLOCKOU'T BLACK\WHITE 3"xl" 1/8" TEST S W ITCH 86BX= TI B MB-8 BUS LOCKOUT BLACK\WHITE 3"xl" 1/8" DISABLE SWITCII BKR 910 1/4" MB-9 CONTROL SWITCH BLACK\WHITTE 3"x11/z" 1/8" OPEN -FAIL -CLOSE 1/8" IS -I MB-10 SEL-35IS BLACKMATE 3"xl" 1/8" TEST SWITCH TS 2 MB-II SEL-35IS BLACK\WHITE 3"xl" 1/8" TEST SWITCH TS-3 M13-12 SEL-35IS BLUE\WHITE 3"xI" 1/8" TEST SWITCH UNIT 20 NAMEPLATE NAMEPLATE PLATECOLOI2\ PLATE TEXT LOCATION TEXT TEXT COLOR SIZE, SIZE TF-I UNIT20 BLACKMATE 3"xl" I/4" 9713-TI-FA TF-2 TFMRTI PRIMARY BLACK\WHITE 3"xl" 1/8" DIFFERENTIAL RELAY 87 P-'I' I -FB TF-3 'IT'MRTIPRIMARY BLACK\WHITE 3"xl" 1/8" DIFFERENTIAL RELAY 87P-TI-FC TF-4 TFMRTI PRIMARY 131 ACK\WH1'I'E DIFFERENTIAL RELAY 48 362-004 REV. SYM: E UNIT20 (Continued) NAMEPLA"TE LOCA'I'lON NAMEPLATE TEXT PLATE COLOR\ 'IEX'TCOLOR PLATE STZE TEXT SIZE TF-5 TS-3 BLUEMETE SEL-734 TEST SWITCH TFMR T I TF-6 SEL-734METER BLACK\Wlll'TE 3"xl" I/8" DISPLAY TFMR T I TF-7 L'TCPOSTTION BLACK\WHITE 3"xl" 1/8" DISPLAY TFMR T I Ti,-8 LTC BLACK\WHITE 3"xl" 1/8" CONTROL SWITCH 86P-'T I TF-9 TFMR PRIMARY RED\WHITE 3"xl" 1/8" LOCKOUTTRELAY 86PT-T I TF-10 TFMR LOCKOUT BLACK\WHITE 3"xl" 1/8" "I73S'T S W ITCH 86PX-TI TF-II TFMR LOCKOUT BLACK\WHITE 3"xF 1/8" DISABLE SWITCH 86S-TI TF-12 TFMR SECONDARY RED\WHITE 3"xl" 1/8" LOCKOUTRELAY 86ST-T I TF-13 TFMR LOCKOUT BLACK\WHITE 3"xi" 1/8" 1 FST S WITCH 86SX-TI TF-14 TFMR LOCKOUT BLACKMI41TE 3"xl" 1/8" DISABLE SWITCH TS I TF-15 SEL-551 BLACK\WHITE 3"xl" 1/8" TES'P SWITCH TFMRTI TF-16 SEL-551 BLACK\WHITE 3"xl" 1/8" OVERCURRENTRELAY TS 2 TC 17 SEL-551 BLUE\WHITTE 3"x1" 1/8" TEST SWITCH 87S-TI-FA TFMR TI SECONDARY BLACK\WHI"TE 3"xl" 1/8" DIFFERENTIAL RELAY 87S-TI-FB TF-19 TFMRTI SECONDARY BLACK\WHITE 3"xl" 1/8" DIFFERENTIAL RELAY 87S=T1-FC 'iv-20 TFMRTI SECONDARY 131..ACK\WHITE 3"xl" 1/8" DIFFERENTIAL RELAY .E 362-004