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