HomeMy WebLinkAboutResolution - 3681 - Contract- MJ Electric Systems Control- Stuctures & Equipment, LP&L S Substation - 08_08_1991Resolution No. 3681
August 8, 1991
Item #35
HW:js
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock a Contract by and
between the City of Lubbock and M. J. Electric Systems Control for structures
and equipment for the Lubbock Power & Light South Substation, attached here-
with, which shall be spread upon the minutes of the Council and as spread upon
the minutes of this Council shall constitute and be a part of this Resolution
as if fully copied herein in detail.
Passed by the City Council
this 8th day of August 1991.
• T T � I T T,,
•
(ATTEST:
, city becretary
;APPROVED AS TO CONTE
ITEThe a s, Purchasing Manager
APPROVED AS TO FORM:
aro Wi ar nt ssistaCi tyoWkiarty
;Attorney
CITY OF LUBBOCK
SPECIFICATIONS
FOR
SOUTH SUBSTATION
STRUCTURES & EQUIPMENT
BID # 11357
CITY OF LUBBOCK
Lubbock, Texas
F
H
F
F
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
806-767-3000
MAILED TO VENDOR: 6/20/91
OLD CLOSE DATE: 7/02/91 @ 2:00 P.M.
NEW CLOSE DATE: 7/16/91 @ 2:00 P.M.
Bid #11357
Addendum #1
Please modify or amend Contract Documents as follows:
1. The closing date for Bid #11357 shall be extended to 2:00 p.m.,
July 16, 1991.
2. In the specifications, General Instructions to Bidders, page 5,
paragraph 1., Scope of Work, add the following: All materials
and equipment furnished under this specification will be
installed by LP&L construction forces unless specifically noted
otherwise.
3. In the specifications, General Instructions to Bidders, page 8,
add the following paragraph:
20. DELIVERY
All equipment and materials furnished under this specification
shall be furnished FOB the LP&L South Substation or FOB the LP&L
Operations Center, as directed by the Owner's Representative.
Equipment and materials provided under this specification are
needed in order to construct and energize the LP&L South Sub-
station by May 15, 1992. To meet this schedule it is anticipated
that equipment in Sections 1.0, 3.0, and 4.O must be received by
March 15, 1992 and equipment in Sections 2.0 and 5.0 must be
received by November 15, 1991.
4. In the specifications, Section 1.0 - 69KV Circuit Breakers,
paragraph 1.05, change the last sentence to read, "Stud
Connectors will be furnished under Section 2.0 - Substation Steel,
Buswork, and Grounding."
5. In the specifications, Section 4.0 - Switchboard Relaying, para-
graph 4.24 Substation Maintenance Management System, change the
first sentence to read, "Under Base Bid Item #4.1, the Vendor...."
A
p
6. In the specifications, Section 4.0 - Switchboard Relaying,
paragraph 4.25 Miscellaneous Equipment, change the first sentence
to read, "Provide under the Base Bid Item #4.1 the following
equipment for installation at adjacent Substations...."
t 7. In the specifications, Section 4.0 - Switchboard Relaying, para-
graph 4.26 Switchboard Metering, change the first sentence to
read, "Under Base Bid Item #4.1 the Vendor...."
z
k you,
Ron Shuffiel
Purchasing Department
PLEASE RETURN ONE COPY WITH YOUR BID.
d,
City of Lubbock
P.O. Box 2000
Lubbock, Texas 7J457
BOB-767-3000
MAILED TO VENDOR: 6/25/91
CLOSE DATE: 7/16/91 @ 2:00 P.M.
Bid #11357
Addendum #2
Please modify or amend Contract Documents as follows:
1. In the specifications, Section 4.0 - Switchboard Relaying,
paragraph 4.19 Base Bid Material List, page 10, and paragraph
4.21 Alternate Bid Material List, page 16, on the 69 KV bus
differential relay (87B-IA, B,C) change the style number of
the ABB model KAB relay to 6668037A26.
2. In the specifications, Section 4.0 - Switchboard Relaying,
t paragraph 4.19 Base Bid Material List, page 12, timers 02Z2-1
and 02Z2-2, the ABB TD-52 style number should be 606BO38A26.
3. In the specifications, Section 4.0 - Switchboard Relaying,
paragraph 4.19 Base Bid Material List, page 13, and paragraph
4.21 Alternate Bid material List, page 18, the transformer
differential relay (87-T1A, B,C) change the style number of the
ABB model HU relay to 290B346AO9.
4. In the specifications, Section 4.0 - Switchboard Relaying,
paragraph 4.21 Alternate Bid Material List, page 18, the distance
relays (21Z1-1, 21NZ1-1, 21Z-1, 21NZ2-1, ect.) add a comment that
the ABB model MDAR relay shall be furnished with the version 1.8
firmware.
5. In the specifications, Section 4.0 - Switchboard Relaying,
paragraph 4.21 Alternate Bid Material List, page 19, the application
for the two relays in panel 2 [50/51 - A,B,C (SS69-3) and 50/51 -
A,B,C (SS69-4)] should be shown as phase overcurrent and ground.
Change the style number of the ABB model MMCO to MMZZ5Z3GC1.
F
F
6. In the specifications, Section 4.0 - Switchboard Relaying,
paragraph 4.21 Alternate Bid Material List, page 19, the phase
and ground overcurrent relay [50/51 - A,B,C (SS69-BT)] change
the style number of the ABB model MMCO to MMZZ5Z36C1.
g
you,
Ron Shuffi
Purchasing Department
PLEASE RETURN ONE COPY WITH YOUR BID.
I.
CITY OF LUBBOCK
SPECIFICATIONS
for
C"
TITLE: South Substation Structures 8 Equipment
ADDRESS: LPBL South Substation
I
BID NUMBER: 11357
i
t.
PROJECT NUMBER: 2115-554101-9639
rCONTRACT
L.
PREPARED BY: Purchasing Department
r�r
t�
1�
(THIS PAGE LEFT BLANK INTENTIONALLY)
INDEX
PAGE
1. NOTICE TO BIDDERS..........................................................................................3
2. GENERAL INSTRUCTIONS TO BIDDERS............................................................................5
3. BID PROPOSAL - BID FOR UNIT PRICE CONTRACTS...............................................................10
4. PAYMENT BOND..............................................................................................14
5. PERFORMANCE BOND..........................................................................................17
6 CONTRACT..................................................................................................20
7. GENERAL CONDITIONS OF THE AGREEMENT.......................................................................22
9. SPECIFICATIONS............................................................................................35
10. SPECIAL CONDITIONS........................................................................................36
11. NOTICE OF ACCEPTANCE.................................................... 37
..................................
-2-
(THIS PAGE LEFT BLANK INTENTIONALLY)
NOTICE TO BIDDERS
-3-
(THIS PAGE LEFT BLANK INTENTIONALLY)
NOTICE TO BIDDERS
BID # 11357
Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be
received at the office of the Purchasing Manager, 1625 13th St., Room L-04, Lubbock, Texas, 79401, until
2:00 o'clock a.m. on the 2nd day of July. 1991, or as changed by the issuance of formal addenda to all
planholders, to furnish all labor and materials and perform all work for the construction of the following
described project:
SOUTH SUBSTATION STRUCTURES & EQUIPMENT
After the expiration of the time and date above first written, said sealed proposals will be opened
by the Purchasing Manager at his office and publicly read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of Gene
Eads, Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written.
The City of Lubbock will consider the bids on the 25th day of July. 1991, at Municipal Bldg.,
Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or
all bids and waive any formalities. The successful bidder will be required to furnish a performance bond
and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the
total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should
be issued by a company carrying a current Best Rating of B or superior, as the rating of the bond company is
a factor that will be considered in determination of the lowest responsible bider. If the contract price
does not exceed S25,000.00 the said statutory bonds will not be required.
r
Bidders are required, whether or not a payment or performance bond is required, to submit a
4 cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a
reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less
than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and
4 execute all necessary bonds (if required) within 10 days after notice of award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself
regarding all local conditions under which the work is to be done. It shall be understood and agreed that
all such factors have been thoroughly investigated and considered in the preparation of the bid submitted.
The plans, specifications, proposal forms and contract documents may be examined at the office of
the Purchasing Manager for the City of Lubbock, Texas.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into
pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities
to submit bids in response to this invitation and will not be discriminated against on the grounds of race,
color, sex, or national origin in consideration for an award.
There will be a pre -bid conference on 18th day of June. 1991. at 10:00 o'clock a.m., Personnel
Conference Room #108, Municipal Building, 1625 13th Street.
CITY OF LUBBOCK
BY: Gene Eads, C.P.M.
Purchasing Manager
7
(THIS PAGE LEFT BLANK INTENTIONALLY)
ADVERTISEMENT FOR BIDS
BID # 11357
Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be
received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock,
Texas, 79401 until 2:00 o'clock p.m. on the 2nd day of July, 1991, or as changed by the issuance of formal
addenda to all planholders, to furnish all labor and materials and perform all work for the construction of
the following described project:
SOUTH SUBSTATION STRUCTURES 8 EQUIPMENT
After the expiration of the time and date above first written, said sealed proposals will be opened
by the Purchasing Manager at his office and publicly read aloud.
The plans, specifications, proposal forms and contract documents may be examined at the office of
the Purchasing Manager for the City of Lubbock, Texas.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant
to this advertisement, minority and women business enterprises will be afforded equal opportunities to
submit bids in response to this invitation and will not be discriminated against on the grounds of race,
color, sex, or national origin in consideration for an award.
There will be a prebid conference on 18th day of June, 1991, at 10:00 o'clock a.m., Personnel
Conference Room #108, Municipal Building, 1625 13th Street.
4- 1 .�
BY: Gene Eads, C.P.M.
PURCHASING MANAGER
No Text
t.
1�
k_
tr
t.
GENERAL INSTRUCTIONS TO BIDDERS
1,
r
�n
r .
(THIS PAGE LEFT BLANK INTENTIONALLY)
GENERAL INSTRUCTIONS TO BIDDERS
r1. SCOPE OF WORK
6 .
The work to be done under the contract documents shall consist of the following:
To furnish steel structures, high voltage circuit breakers, medium voltage switchgear, protective relaying
equipment, and other miscellaneous electrical.materials for the construction of LP&L South Substation.
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to
complete this project in accordance with contract documents.
2. CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with contract documents described in the Gen-
eral Conditions.
All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents
for the construction of this project and shall be responsible for the satisfactory completion of all work
contemplated by said contract documents.
t
3. PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project
covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a
bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as
noted in the Notice to Bidders.
4. TIME AND ORDER FOR COMPLETION
r
The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however,
the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated
,.., by the contract documents. In the event the City requires a progress schedule to be submitted, and it is
determined by the City that the progress of the work is not in accordance with the progress schedule so sub-
mitted, the City may direct the Contractor to take such action as the City deems necessary to insure comple-
tion of the project within the time specified.
5. PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of
the contract documents.
6. AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor
to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of
r the improvements contemplated by the contract documents have been paid in full and that there are no claims
k pending, of which the Contractor has been notified.
c
r
is
F-5-
7. MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade
will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail
will not relieve the Contractor of full responsibility for providing materials of high quality and for pro-
tecting them adequately until incorporated into the project. The presence or absence of a representative of
the City on the site will not relieve the Contractor of full responsibility of complying with this provi-
sion. The specifications for materials and methods set forth in the contract documents provide minimum
standards of quality which the Owner believes necessary to procure a satisfactory project.
8. GUARANTEES
All equipment and materials incorporated in the project and all construction shalt be guaranteed against de-
fective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a
written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and
pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear
within ONE year from date of final acceptance of the work as a result of defective materials or workmanship,
at no cost to the Owner (City of Lubbock).
9. PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract documents for his
use during construction. Plans and specifications for use during construction will only be furnished di-
rectly to the Contractor. The Contractor shall then distribute copies of plans and specifications to sup-
pliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Con-
tractor.
10. PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materi-
als, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construc-
tion, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid
for such work, until the date the City issues its certificate of completion to Contractor. The City re-
serves the right, after the bids have been opened and before the contract has been awarded, to require of a
bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the proposed contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
11. TEXAS STATE SALES TAX
This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions
of Article 20.04 of.the Texas Limited Sales, Excise and Use Tax Act.
The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the ma-
terials to be incorporated into the work without paying the tax at the time of purchase.
-6-
r
F12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in
such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines,
conduits or other underground structures which might or could be damaged by Contractor during the construc-
tion of the project contemplated by these contract documents. The City of Lubbock agrees that it will fur-
nish Contractor the location of all such underground lines and utilities of which it has knowledge. How-
ever, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such under-
ground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by
this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas,
at Contractor's expense.
13. BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger sig-
nals, and shall take such other precautionary measures for the protection of persons, property and the work
as may be necessary.
The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and
Lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and re-
placed by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barri-
cades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of
acceptance of the project.
14. EXPLOSIVES
The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor
t from the City. In all cases where written permission is obtained for the use of explosives, the Contractor
shall assume full responsibility for all damage which may occur as a direct or indirect result of the blast-
ing. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost
care so as not to endanger life or property and the Contractor shall further use only such methods as are
- currently utilized by persons, firms, or corporations engaged in similar type of construction activity.
Explosive materials shall not be stored or kept at the construction site by the Contractor.
In all cases where explosives are to be used during the construction of
the project contemplated by this
contract, it shall be the duty of the Contractor
to notify each utility
tawny having structures (above or
below the ground) in proximity to the site of the work of Contractor's
intention to use explosives, and such
notice shall be given sufficiently in advance to
enable the companies to take such steps as they may deem
necessary to protect their property from injury.
Such notice, however,
shall not relieve the Contractor of
responsibility for any damage resulting from his
blasting operations.
15. CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times
while the work is in progress under this contract. The successful bidder shall be required to furnish the
name, address and telephone number where such local representative may be reached during the time that the
work contemplated by this contract is in progress.
16. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without
discount, not less often then once each week. The Contractor and each of his subcontractors engaged at the
site of the work shall not later than the seventh day following the payment of wages, file with the Owner's
Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name
of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The
affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deduc-
tions (exceptasshown) have been made, or will in the future be made from the wages paid as shown thereon.
17. PROVISIONS CONCERNING ESCALATOR CLAUSES
Proposals submitted containing any conditions which provide for changes in the stated bid price due to in-
creases or decreases in the cost of materials, labor or other items required for the project will be re-
jected and returned to the bidder without being considered.
18. PREPARATION FOR PROPOSAL
The bidder shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be
correctly filled in and the bidder shall state the price both in words and numerals, for which he proposes
to do the work contemplated or furnish the materials required. Such prices shall be written in ink, dis-
tinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the
price written in figures, the price written in words shall govern. If the proposal is submitted by an indi-
vidual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm,
association, or partnership, the name and address of each member must be given and the proposal signed by a
member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by
a company or corporation, the company or corporate name and business address must be given, and the proposal
signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign
proposals must be properly certified and must be in writing and submitted with the proposal. The proposal
shall be executed in ink.
Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner:
(a) Bidder's name
(b) Proposal for (description of the project).
Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids,
but no proposal may be withdrawn or altered thereafter.
19. BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the fol-
Lowing:
(a) Notice to Bidders.
(b) General instructions to Bidders.
(c) Bidder's Proposal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) All other documents made available to bidder for his inspection in accordance with the Notice to
Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents..
.8-
r
r�
E
BID PROPOSAL
L,
i
(THIS PAGE LEFT BLANK INTENTIONALLY)
1.
BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
PLACE Iron Mountain, Michigan
DATE July 15, 1991 i 1
i
PROJECT NO. 11357
Proposal of Systems Control, A Division of M. J. Electric, In8Qreinafter called'Gidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your invitation for bids for the construction of a South Substation
Structures and Equipment
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other re-
lated contract documents and the site of the proposed work, and being familiar with all of the conditions surround-
ing the construction of the proposed project including the availability of materials and labor, hereby proposes to
furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifica-
tions and contract documents, within the time set forth therein and at the price stated below.
Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with in-
struction number 20 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in
the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar
days after the scheduled closing time for receiving bids.
The undersigned Bidder hereby,declares that he has visited the site of the work and has carefully examined
the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees
to commence work on or before the date specified in the written notice to proceed, and to substantially complete the
work on which he has bid; as provided in the contract documents.
Enclosed with this proposal is a Cashieres Check or Certified Check for N/A
Dollars (S ) or a Proposal Bond in the sum of * Dollars (S 5 % ),
which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is
accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond
(if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said
proposal; otherwise, said check or bond shall be returned to the undersigned upon demand.
*Five percent of the Principal's maximum bid as
stated in dollars.
N
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all con-
tract documents made available to him for his inspection in accordance with the Notice to Bidders.
Systems of
A Divi o f M. J. Electric, Inc.!
Contract
BY:
S. Pontbriand, Operations Manager
t r
(Seal if Bidder is a Corporation)
ATTEST:
David J. Brule
President and Chief Executive Officer
-11-
LIST OF SUBCONTRACTORS
This form shall be completed and submitted with the Bidder's Proposal.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
None
Minority Owned
Yes No
x
-12-
(THIS PAGE LEFT BLANK INTENTIONALLY)
0
5
BID PROPOSAL FORM
FOR
SECTION 1.0 - 69 kV CIRCUIT BREAKERS
LP&L South Substation
Lubbock, Texas
Bid Item #1.1
Provide five (5) each 69 kV circuit breakers and other equipment in
accordance with Specification Section 1.0.
$ No Bid
Delivery
Bid Item #1.2A
Provide factory trained field service engineer / technician for
acceptance testing of 69 kV circuit breakers as specified in paragraph
1.18.
Delivery
Are there any exceptions to this specification ?
BID PROPOSAL FORM
FOR
SECTION 2.-0 - SUBSTATION STEEL, BUSWORKS, AND GROUNDING
,.LP&L South Substation
Lubbock, Texas
Bid Item #2.1
Provide substation steel, buswork, and grounding materials in accordance with
Specification Section 2.0.
Delivery
Are there any exceptions to this specification?
2
BID PROPOSAL FORM
FOR
SECTION 3.0 - 15 kV METALCLAD SWITCHGEAR
Bid Item #3.1
Provide 15 kV metalclad switchgear with electromechanical relays as
Specified in Section 3.0.
$ 273,082.00
Delivery See Proposal
Bid Item #3.2A Clarification No. 3
Provide 15 kV metalclad switchgear with microprocessor based relays as
Specified in Section 3.0.
$ 269,441.00
Delivery See Proposal
Clarification No. 3
Are there any exceptions to this specification? Yes, see attached
_ Proposal Clarifications/Exceptions to Section 3.0 - 15KV Metalclad
Switchgear.
3
BID PROPOSAL FORM
FOR SECTION 4.0 SWITCHBOARD RELAYING
LP&L South Substation
Lubbock, Texas
Bid Item #4.1
Provide switchboard relaying, equipment, and services in accordance with
Section 4.0. and electro mechanical relays in accordance with paragraphs
4.19 and 4.20.
$ 330,755.00
Delivery
Alternate Bid Item #4.2A
Provide switchboard relaying, equipment, and services in accordance with
Section 4.0 and relays in accordance with paragraphs 4.20 and 4.21.
$ 305,653.00
Delivery
Alternate Bid Item #4.3A
Provide one (1) spare ABB Model TC-10 B carrier system RF components as
described in paragraph 4.12.
$ 7,808.00
Delivery
Alternate Bid Item #4.4A
Provide one (1) spare ABB Model SKBU-1 phase comparison relay and power
supply as described in paragraph 4.12.
$ 13,174.00
Delivery
4
Alternate
Bid Item
#4.5A
Provide one
(1).spare
ABB TC-10B carrier system UIO chassis as described
in paragraph
4.12.
6,538.00
Delivery
Alternate
Bid Item
#4.6A
Provide one
(1). spare
micro processor
based distance relaying system as
described in
paragraph
4.22.
$ 5,888.00
Delivery
Are there any exceptions to this specification? See attached Proposal
Clarifications for Section 4.0 - Switchboard Relaying.
*See Proposal Clarification No. 3
5 �,
BID PROPOSAL FORM
.FOR
SECTION 5.0 MISCELLANEOUS MATERIALS AND EQUIPMENT
Bid Item # 5.1
Provide one (1) automatic transfer switch In accordance with Section
5.0, par. 5.03.
$ No Bid
Delivery:
Bid Item # 5.2
Provide one (1) AC panelboard in accordance with Section 5.0, par.-5.04.
$ No Bid
Delivery:
Bid Item # 5.3
Provide one (1) DC panelboard in accordance with Section 5.0, par. 5.05.
$ No Bid
Delivery:
Bid Item # 5.4
Provide one (1) fused disconnect switch in accordance with Section 5.0,
par. 5.06.
Delivery:
6
Bid Item # 5.7
Provide one (1) 125 VDC battery system in accordance with Section 5.0, par. 5.07
$ No Bid
Delivery:
Bid Item # 5.8
Provide one (1) battery charger in accordance with Section 5.0, par. 5.08.
$ No Bid
Delivery:
Bid Item # 5.9
Provide one (1) lot of control cables in accordance with Section 5.0, par. 5.09.
$ No Bid
Delivery:
Bid Item # 5.10
Provide fifteen (15) each floodlights in accordance with Section 5.0, par. 5.10.
$ No Bid
Delivery:
Are there any exceptions to this specification?
TOTAL BID (Items 1.1 thru 5.10):
$ No Bid
(THIS.PAGE LEFT BLANK INTENTIONALLY)
Bond No, ...........
.....................
1 Deposit
Company� de11tY and
HOME OFFICE OF MARYLAND BALTIMORE, MD. 21203
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
That we,.Systems Control, a. Division of M.J. ELECTRIC, INC.-
............ * ------- ......
P.O. Box 788
..................................................................................................................•-•--.......--•-----............................................................
..................
Iron Mountain, Michigan 49801 . as Principal, (hereinafter called the "Principal"), and
....
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, of Baltimore, Maryland, a corporation duly organized
under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety"), are held and firmly bound
unto..........City....of...Lubbock.., .. .Texas. .... ......................... .... ............................................................................................
................... ...................
1625 13th Street
................................................................................................................................................................................••---.............
.....
Lubboc.k, Texas 79401........................................ ........as Obligee, (hereinafter called the "Obligee"),
......... • ... . ... ... .... .....
in the sum of.Five Percent of Principal's maximum bid as stated inDollars ($..5% of Bid ._)�
.-...-.. .....----• ...............................••-•-•--•-.---.... ..... ....
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves,
our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for.._Bid No. 11357, Section 4.0 — Switchboard
........-•.................................................................•-
Relay for LP&L South Substation, Lubbock, Texas.
.............. ..---..............................•-•••-.....................-•-------.......--•-..........----..................................................................._....
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into
a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be
specified in the bidding or contract documents with good and sufficient surety for the faithful performance of
such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the
event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal
shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said
bid and such larger amount for which the Obligee may in good faith contract with another party to perform
the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect.
Signed and sealed this........................15 t h
r
.._�1 .............................
S. Constantini Witness
.....day of.........
Systems C
M . J ....E ...
JulY............................A.D. 19.9 1.....
1, a Division of
INC. ..(SEAL)
S. ontbriand Title
r0 erations Manager
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
- Surety
.._..`..� :'-,/. ..... ........:...._.......................... By.......... ($SAL)
Witness Gary M. homas Title
6 Attorney —in —Fact
C325d-1 SObI.
rADAroved by The American Institute of Architects.
A.I.A. Document No. A-310 February 1970 Edition.
FIDELITY AND DEPOSIT
COMPANY OF MARYLAND
IiOME OFFICE: BALTIMORE, MD. 21203
BID BOND
w
a C
w
s c
x H
w
w
0
0
z
PLEASE READ YOUR BOND
I
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
pot HOME OFFICE. BALTIMORE. MD
KNOB' ALL MIEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF .MARYLAND, a corporation of the
State of Maryland, by C. M. PECOT, JR. Vice -President, and C. W. ROBBINS
Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, which are set
forth on the reverse side hereof and are hereby certified to be, in full force and effect on the date hereof, does.hereby nominate.
constitute and appoint Gary M. Thomas, Vivian L. Thomas and,&reston N. Carlson, all of
Iron Mountain, Michigan, EACH.......... .. e
T�iz,
its true and lawful agent an
any and all bonds
act, to make,
and undertakings..
and on its behalf as surety, and as its act and deed:
And the execution of such bonds or undertakings ance of t resents, shall be as binding upon said Company, as fully
and amply, to all intents and purposes, as if the een dul ted and acknowledged by the regularly elected officers of
the Company at its office in Baltimore, Md., ' t own pr ersons.This power of attorney revokes
that issued on behalf of Carl o iller �a1, dated, October 5, 1987.
The said Assistant Secretary does here v that t. �I egoing is a true copy of Article VI, Section 2, of the By -Laws of
said Company, and is now in force. v
IN WITNESS WHEREOF. the said M
President istant Secretary have hereunto subscribed their names and affixed the
Corporate Seal of the said FIDELIDDEPO MPANY OF MARYLAND, this 7th _ _____-day of
N November , A.D. 1.4
o
�°••. FIDELITYA POSIT COMPANY OF MARYLAND
ATTEST: 4 SEhI s
----------------............. By ..... _......................... .....................
As� Secretary Vice- P esident
STATE OF iIARILAND
CITY OF B.ALTI?LORE �5.
On this 7th day of November , A.D. 1989 , before the subscriber, a Notary Public of the State of
Maryland. in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice -President and Assistant
Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by
me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and
that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their
signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and
year first above written.
•
Notary P4tblic Comm' io xpires July 1 , 1990
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that
the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this
certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -
Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of
the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969.
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made
heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid
and binding upon the Company with the same force and effect as though manually affixed." 15 t h
IN TESTIMONY WHEREOF, I have here to subscribed my name and affixed the corporate seal of the said Company, this
day of July 19 r1
184-7210 7—
f Assistant Secr
1a
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -
Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have
power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents,
Assistant Vice -Presidents and,Attorneys=in-Fact as the business of the Company may require, or to authorize any person or persons
to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds,
and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, . . and to affix the
seal of the Company thereto."
DISCLOSURE OF GUARANTY FUND NONPARTICIPATION
In the event the Fidelity and Deposit Company or Fidelity and Deposit Company of Maryland is
unable to fulfill its contractual obligation under this policy or contract or application or certificate
or evidence of coverage. the policyholder or certificateholder is not protected by an insurance
guaranty fund or other solvency protection arrangement.
J3040M-4M, 1.90 7b1439
r
(THIS PAGE LEFT BLANK INTENTIONALLY)
SYSTEMS CONTROL
A DIVISION OF MJ. ELECTRIC, INC. PHONE: 906-774-0440
P.O. BOX 788 FAX: 906-779-4219
r IRON MOUNTAIN, MICHIGAN 49801
WARRANTY
Systems Control, A Division of M. J. Electric, Inc. warrants that the products
sold by it will, upon shipment, be free of defects in workmanship or material.
Should any failure to conform to this warranty become apparent during a period
of one year after the date of shipment, Systems Control shall, upon prompt
written notice from the Purchaser, correct defective part or parts. Cor-
rection in the manner provided above shall constitute a fulfillment of all
liabilities of Systems Control with respect to the quality of the products.
Unless otherwise indicated by the Company, Systems Control's products are
rated in accordance with applicable ANSI, IEEE and NEMA Standards and are
designed to meet service conditions defined therein as "Usual Service
Conditions". Products intended for use under other conditions require special
consideration and all transactions involving application under such conditions
should be referred to the nearest Sales Office. Systems Control reserves the
right to refuse complaint expenses in connection with product failure at-
tributable to such excessive service duty or unusual conditions. The
foregoing warranty is exclusive and in lieu of all other warranties of quality
whether written, oral, or implied (including any warranty of merchantability
or fitness for purpose).
The remedy(ies) provided above shall be the Purchaser's sole remedy(ies) for
any failure of Systems Control to comply with the warranty provisions, whether
claims by the Purchaser are based in contract or in tort (including
negligence).
EXTENDED WARRANTY
Systems Control, A Division of M. J. Electric, Inc. will extend the Standard
Warranty Clause as follows:
Warranty will be extended for one year after the equipment is placed in com-
mercial service; provided Systems Control's personnel are contracted to make
an on site inspection prior to the equipment being placed in service.
LIMITATION OF LIABILITY
., Neither party shall be liable for special, indirect, incidental or conse-
quential damages. The remedies of the Purchaser, as set forth herein, are ex-
clusive, and the liability of Systems Control, A Division of M. J. Electric,
Inc. with respect to any contract or sale or anything done in connection
therewith, whether in contract, in tort, under any warranty, or otherwise,
shall not, except as expressly provided herein, exceed the price of the equip-
ment or part on which such liability is based.
" Electrical, Pneumatic, Control Panel Fabrication, Control Engineering
(THIS PAGE LEFT BLANK INTENTIONALLY)
M.J. ELECTRIC, INC.
j" CERTIFIED COPY OF RESOLUTION
The undersigned Secretary -Treasurer of M.J. Electric, Inc. does hereby cer-
tify that the following resolution adopted on the 12th day of March, 1990 by the
Board of Directors of M.J. Electric, Inc. at a meeting of said Directors duly
called and held pursuant to the by-laws of said Corporation at which a quorum was
present, continues to be in effect on the date of this certification as listed
below.
RESOLVED, that the following officers be and thgy are hereby authorized and
directed to sign and execute on behalf of M.J. Electric, Inc., bid forms, con-
tract forms, bond forms and all other necessary documents executed in connection
with private and governmental contracts.
Warren J. Brule Chairman of the Board
David J. Brule President and Chief Executive Officer
Jan M. Bovee Secretary -Treasurer
Dale Ebert Assistant Secretary -Treasurer
FURTHER RESOLVED, that the Division Operations Managers are hereby
authorized and directed to sign and execute bid forms, contract forms, bond forms
and other necessary documents in connection with private and governmental con-
tracts for the respective divisions as follow:
Stephen P. Pontbriand Systems Control Division
Alan A. Low Vice President -Industrial, Power and
Instrumentation Division
Robert Tachick Vice President -Utility Division
IN WITNESS WHEREOF, I have executed this certificate as Secretary -Treasurer
.of' -said Corporation and have affixed the Corporate seal on this 19th day of
r March, 1990.
l . i
t M. Bovee
Secretary -Treasurer
COR�6KATE SEAL
STATE OF MICHIGAN
COUNTY OF DICKINSON
On this 19th day of March, 1990, personally appeared before me, Mr. Jan M.
�- Bovee, who being by me first duly sworn, declared that he is the Secretary -
Treasurer of the Corporation and that the statements herein contained are true.
0. --- ec7-,
` anne Doucette
SEAL Notary Public
My Commission Expires 5-19-92
• 5
E
No Text
FJuly 15, 1991
CITY OF LUBBOCK, TEXAS
BID NO. 11357
SECTION 4.0 - SWITCHBOARD RELAYING
LP&L SOUTH SUBSTATION
SYSTEMS CONTROL PROPOSAL NO. 31124
PROPOSAL CLARIFICATIONS
1. This proposal does not include any amounts for state or local taxes.
2. Terms of Payment:
A.) 95% - Net 30 Days upon delivery of equipment.
B.) Final 5% - upon acceptance of the equipment but not to exceed
90 days from delivery.
3. Shipment:
A.) Four (4) relay panels and all other equipment except the
phase comparison carrier equipment covered under Article
4.11 --- 22-24 weeks A.R.O.
B.) Phase comparison carrier equipment per Article 4.11 --- 24-26
weeks A.R.O.
4. Systems Control's proposal prices are firm for the quoted shipment.
5. Systems Control
will provide the following drawings for approval:
A.)
Bill of Material --- 2-4 weeks A.R.O.
B.)
Nameplate Engraving List --- 5-7 weeks A.R.O.
C.)
Steel Detail Drawings (sim. to sketch 31124-SK1) --- 5-7
weeks A.R.O.
D.)
Outline Drawings showing Component Locations --- 5-7 weeks
A.R.O.
E.)
One Line Diagram---7-9 weeks A.R.O.
F.)
Three Line Diagram -_- 7-9 weeks A.R.O.
G.)
AC Schematic Diagrams --- 7-9 weeks A.R.O.
�^
H.)
DC Schematic Diagrams --- 7-9 weeks A.R.O.
lI.)
Internal Panel Wiring Diagrams - - 12-14 weeks A.R.O.
NOTE: One
provided
line, three line, AC and DC schematic diagrams will be
for the 69KV bus with only interface shown to the 15KV
bus
as applicable. Drawings for the phase comparison carrier
equipment
(Article 4.11) will be provided by ABB Power T&D Co.
with
no enhancement by Systems Control.
-continued-
t
r-
P
6. Systems Control will prepare drawings using one of the following CAD
systems:
A.) Hewlett-Packard model 9836 work station with Accugraph ADC800
(EasyDraf2) version 6.0 software.
B.) IBM AT PC compatible computers with AutoCad ADE3-RELEASE 10
software by AutoDesk.
7. Systems Control's proposal prices are based on receipt of the following
drawings, certified for construction, from the owner with the contract
award:
A.) One Line Diagram.
B.) Information which must be incorporated into our schematic
diagrams for equipment not furnished under. Specification
Section 4.0.
8. Submittal of drawings for approval will be as stated provided Systems
Control has received all necessary information from the owner.
9. The quoted shipment is based on approval and return of Systems Control's
bill of material and drawings within three (3) weeks after submittal.
10. Systems Control will furnish a schedule for engineering, drawings for
approval, manufacture, test and shipment within three (3) weeks after
receipt of a purchase order.
11. Five (5) copies of instruction manuals will be furnished.
12. Systems Control's proposal is based on the following clarification to
General Instructions to Bidders, Article 8, Guarantees and General
Conditions of the Agreement, Article 22, Defects and Their Remedies -
the attached Warranty and Limitation of Liability statements will be
submitted to satisfy the requirements of Articles 8 and 22 listed above.
13. Systems Control's proposal prices are based on the following clarifi-
cations to Specification Section 4.0, Switchboard Relaying:
Article 4.01
A.) The phase comparison carrier equipment per Article 4.11,
spare carrier equipment per Article 4.12 and spare ABB MDAR
inner chassis per Article 4.22 will be purchased and shipped
to a single destination from ABB Power T&D Company in Coral
Springs, Florida with no enhancement by Systems Control.
Article 4.08
A.) One (1) indicating light will be provided for each lockout
relay and three (3) indicating lights will be provided for
each OCB control switch.
-continued-
Article 4.09
A.) One (1) voltage transducer and five (5) current transducers
will be provided.
Article 4.11
A.) Page 7 - the cost of an ABB field service engineer/technician
is not included in this proposal. ABB's field service
engineer/technician rate is $1,575.00 per day which includes
local travel, meals and lodging. Round trip travel, air
fare, etc. is not included in the daily rate and will be
invoiced at cost.
Article 4.24
A.) The three (3) Telxon model 860ES-PTC (256K byte) hand-held
processor (HHP) comes with a 30-day warranty.
B.) An MS DOS license charge is included.
C.) Proprietary software to run the HHP with the ASSET system is
included.
D.) Prices for 512K byte through 4M byte RAM are available upon
request.
E.) A warranty extension (service contract) may be purchased.
F.) ASSET is sold under a restricted, perpetual license agree-
ment. Signatories to the license agreement will be the Owner
and Engineering & Design Associates.
G.) Purchase price of ASSET software includes:
- Documentation (User's Manual) - one (1) copy only.
- One week of Project Technician's time for training.
- Subsequent telephone support.
H.) Hourly rates for additional Engineering and Design Associates
support work or implementation assistance (if requested) are:
Project Manager $77.45
Project Engineer $55.15
Project Technician $47.10
Data Entry $30.05
Clerical $30.05
Article 4.25
A.) The following is included:
One (1) Multi -Amp, master test relay test software
system, part No. 10099
One (1) year maintenance agreement, part No. 10098
One (1) Multi -Amp, NEC model PM 70-2150, Powermate PC
relay test controller, Part No. 10019
Three (3) Multi -Amp firmware upgrade for existing
EPOCH I test set
NOTES•
1. Existing EPOCH III and EPOCH IV test sets cannot be upgraded.
2. No upgrade exists for EPOCH 20 which is a slave unit that
operates with EPOCH I units.
continued-
Article 4.26
A.) The following loose and unmounted meters are included:
(21) Cat. No. 235300-04-10 Yokogawa ammeter, 5A input
(1) Cat. No. 235300-50-10 Yokogawa voltmeter, 150V
input
(7) Cat. No. 235540-40-04-10 Yokogawa wattmeter,
5A/120V input
(7) Cat. No. 235640-40-04-10 Yokogawa varmeter,
5A/120V input
(36) Cat. No. B2350PSAP adaptor plate
14. Special tools are not required and are not included in this proposal.
15. Systems Control's.field engineering service is not included in this
proposal.
16. The four (4) relay panels will be fabricated from Systems Control's
standard 11 gauge hot rolled pickled and oiled sheet steel.
17. The four (4) relay panels will be fabricated in accordance with the
attached Systems Control sketch 31124-SK1.
18. Systems Control recommends storage of the equipment in a dry, heated
building. Outdoor storage is not recommended.
19. Systems Control's proposal prices include freight charges for one (1)
shipment from Iron Mountain, Michigan to Lubbock, Texas via motor
freight, common carrier.
20. This shipment is F.O.B. destination.
21. Systems Control's Warranty and Limitation of Liability statements are
attached and form a part of this proposal.
22. This proposal will remain valid for 30 days.
SYSTEMS 'CONTROL
A DIVISION OF MJ. ELECrRIC, INC. PHONE: 906-774-0440
P.O. BOX 788 FAX: 906-779-4219
IRON MOUNTAIN, MICHIGAN 49801
VaC3 PC3SAL C LAR I r I CAT I CN S /EX C EPTI O N S
July 15, 1991
CITY OF LUBBOCK
LUBBOCK, TEXAS
SOUTH SUBSTATION
SECTION 3.0 - 15KV 14ETALCLAD SWITCHGEAR
BID NO. 11357
SYSTEMS CONTROL PROPOSAL NO. 31124
NOTES:
1. This proposal does not include any amounts for state or local taxes.
2. Terms of Payment:
A.) 95% Net 30 days upon delivery of equipment.
B.) Final 5% upon acceptance of the equipment but not to exceed
90 days from delivery.
3. Shipment: 24-26 Weeks After Receipt of Order
4. Systems Control's proposal price is firm for the quoted shipment.
5. The quoted shipment is based on receipt of written authorization from
The City of Lubbock with the contract award which will allow Systems
Control to begin procurement of subvendor equipment immediately
upon contract award based on Section 3.0 of City of Lubbock's
specification and prior to submittal of our bill of material for
approval.
6. Systems Control will provide the following drawings for approval:
A.) Bill of Material --- 3-6 Weeks A.R.O.
B.) Nameplate Engraving List --- 4-8 Weeks A.R.O.
rC.) Outline Drawings Showing Component Locations ---
t 4-8 Weeks A.R.O.
D.) One Line Diagram --- 6-10 Weeks A.R.O.
E.) Three Line Diagram --- 6-10 Weeks A.R.O.
F.) AC Schematic Diagrams --- 6-10 Weeks A.R.O.
G.) DC Schematic Diagrams --- 6-10 Weeks A.R.O.
I H.) Internal Cubicle Wiring Diagrams --- 12-16 Weeks A.R.O.
-continued-
Electrical, Pneumatic, Control Panel Fabrication, Control Engineering
City of Lubbock
Lubbock, Texas 79401
Page 2
July 15, 1991
7. Systems Control will
systems:
prepare drawings using one of the following CAD
A.) Hewlett-Packard model 9836 work station with Accugraph
ADC800 (EazyDraft 2) version 6.0 software.
B.) IBM AT PC compatible computers with AutoCad ADE3-RELEASE 10
Software by AutoDesk.
8. Systems Control's proposal price is based on receipt of the following
drawings, certified for construction, from The City of Lubbock, Texas
with the purchase order:
A.) One Line Diagram
9. Submittal of ;drawings for approval will be as stated provided Systems
Control has received all necessary information from the owner or owner's
representative.
10. The quoted,shipment is based on approval and return of Systems Control's
bill of material and drawings within (3) weeks after submittal.
11. Systems Control will furnish a schedule for engineering, drawings for
approval, manufacture, test and shipment within three (3) weeks after
receipt of a purchase order.
12. Five (5) copies of instruction manuals will be furnished.
13. Systems Control's proposal price is based on the following
clarifications to The City of Lubbock's specification as indicated
below:
3.07 CONTROL VOLTAGES AND CIRCUIT PROTECTION
Systems Control's proposal price is based on using fuse pull-outs to
accomplish the supplementary overcurrent protection of devices and
circuits.within the cubicle.
3.08 CURRENT TRANSFORMERS
Systems Control has included in this proposal Current Transformers
with an accuracy class of C400 in all specified instances except for the
six current transformers (two per phase) on the main circuit breaker
load side and bus tie circuit breaker cubicles. Systems Control's
proposal price includes Current Transformers with C200 accuracy class in
these areas, because the thickness of the C400 Current Transformers
dictates only one per phase to be placed on the primary disconnect
bottle.
3.11 ARRESTERS
Systems Control's proposal price includes (12) 9KV Ohio Brass DynaVar
type PVR Riser Pole 'fetal Oxide Surge Arresters.
-continued-
„
` City
of Lubbock Page 3
rM
Lubbock, Texas 79401 July 15, 1991
3.14 TESTS
Systems Control's proposal price does not include any monies to provide
temperature rise tests on our design. We can however, certify that our
design has passed this test for another customer but can not provide
test data because the information is the property of that particular
customer. Systems Control could contract an independent laboratory to
conduct the required tests at an additional cost to City of Lubbock if
so desired.
14.
Field engineering service is not included in this proposal.
15.
Special tools are not required and are not included in this proposal.
16.
Photographs are not included in this proposal.
17.
The 15KV Metalclad Switchgear will be fabricated in accordance with the
attached Systems Control Sketch 31124-SK2.
18.
The 15KV Metalclad Switchgear will be fabricated from Systems Control's
standard 11 gauge hot rolled pickled and oiled sheet steel.
19.
The 15KV Metalclad Switchgear will be finish painted Systems Control's
i.,
standard ANSI-61 gray.
20. Systems Control recommends storage of the 15KV Metalclad Switchgear
in a dry, heated building. Outdoor storage is not recommended.
21. This shipment is F.O.B. Lubbock, Texas with freight allowed.
22. This proposal shall remain in effect for 30 days.
23. The attached Warranty and Limitation of Liability Statement will
be submitted to satisfy Item 8 of "General Instructions to Bidders”
and Item 22 of "General Conditions of the Agreement".
r
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
BondNo .................................
Fidelity and. Deposit Company
HOME OFFICE OF MARYLAND BALTIMORE, MD. 21203
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
That we,....Sys.t2as..Control, a Division of M.J. ELECTRIC, INC.
............................................................................................................................................................
P.O. Box 788
Iron Mountaia,...!lich.igAILA2891 ....... as Principal, (hereinafter called the "Principal"), and
the COMPANY OF MARYLAND, Of Baltimore, Maryland, a corporation duly organized
under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety"), are held and firmly bound
unto....--......qiLY..aK._1tj1�b.ock.,...Tex.as ...........................................................................................................................
................ ....
....1625 13th Street
..............................................................................................................................................................................................
.................... Lu.bbo.c.k.,...Te.xa.s...79.40.1 ................................................ as Obligee, (hereinafter called the "Obligee"),
.... ...... . .. . .... .... . .... .... .
in the sum offiye.JPercent . .oPrincipal's bid a.s. statedin Dollars ($ .... 5..%.o...f. ...Bi.d..),.... ........... ......... ...... ......
.... ..
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves,
our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for ... !id..No. 11357, Section 3.0 — 15KV ..... . .......
...................
...........
Metalclad Switchgear for LP&L South Substation, Lubbock, Texas.
.................... .................................... . ......................................................................................................................................
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into
a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be
specified in the bidding or contract documents with good and sufficient surety for the faithful performance of
such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the
event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal
shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said
bid and such larger amount for which the Obligee may in good faith contract with another party to perform
the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect.
Signed and sealed this ........................ 1. 5.t.h ........................... day of .................... J.0 1 y ....................... A. D. 19...9.1...
(Systems C tr 1, a Division of
C ... ......... INC ...................................... (SEAL)
M I ...... .
Principal
S. Constantini Witness b
....... ...... ....................
S.Pont rian Title
Operations Manager
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
Surely
. .......................... 'By '..... .................... (SEAL)
Witness Gary
Omas Tille
Attorney —in —Fact
C325d—ISOM.
Approved by The American Institute of Architects.
A.I.A. Document No. A-310 February 1970 Edition.
FIDELITY AND DEPOSIT
COMPANY OF MARYLAND
HOME OFFICE: BALMMORE, MD. 21203
BID BAND
cL.
0
cL.
ti o
W
z
O
d
z
PLEASE READ YOUR BOND
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE. BALTIMORE. MO
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the
State of Maryland, by C. M. PECOT, JR. . Vice -President, and C. W. ROBBINS
Assistant Secretan, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company. which are set
forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does.hereby nominate,
constitute and appoint Gary M. Thomas, Vivian L. T. omas and,reston N. Carlson, all of
Iron Mountain, Michigan, EACH..........
its true and taNidul agent any
any and all bonds
act, to make,
and undertakings..
and on its behalf as surety, and as its act and deed:
'And the execution of such bonds or undertakings*-een
ance of t resents, shall be as binding upon said Company, as fully
and amply, to all intents and purposes• as if the dul ted and acknowledged by the regularly elected officers of
the Company at its office in Baltimore. Md.. ' n pr rsons.This power of attorney revokes
that issued on behalf of Carl ° iller al, dated, October 5, 1987.
The said Assistant Secretary does here y that th&Fegoing is a true copy of Article VI, Section 2, of the By -Laws of
said Company, and is now in force.
IN WITNESS WHEREOF, the said President istant Secretary have hereunto subscribed their names and affixed the
Corporate Seal of the said FIDELID DEPO MPANY OF MARYLAND, this 7th day of
November , A.D. 1 °
FIDELITY POSIT COMPANY OF MARYLAND
ATTEST: gEAL
.............. .... !�` ...��.. .............. By.........................4 .....................
As Secretary Lice-P sident
STATE OF MARYLAND
CITY of BALTIMORE U'
On this 7th day of November , A.D. 1989 , before the subscriber, a Notary Public of the State of
Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice -President and Assistant
Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by
me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and
that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their
signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and
year first above written.
(to.
.�
•,,,��,� Notary Public Comm' io xpires July 1, 1990
�-' CERTIFICATE
I. the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that
the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this
certificate: and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -
Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section2, of
the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969.
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made
heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid
and binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 1 S t h
day of July . 19 91.
184-7210
�� Assistant Secretan
F
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -
Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have
power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents,
Assistant Vice -Presidents and,Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons
to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds,
and releases and assignments of judgements, decrees, mortgagee and instruments in the nature of mortgages,... and to affix the
seal of the Company thereto."
DISCLOSURE OF GUARANTY FUND NONPARTICIPATION
In the event the Fidelity and Deposit Company or Fidelity and Deposit Company of Maryland is
unable to fulfill its contractual obligation under this policy or contract or application or certificate
or evidence of coverage, the policyholder or certificateholder is not protected by an insurance
guaranty fund or other solvency protection arrangement,
J3020(TX)-4M, ]AO i11474
16.
(THIS PAGE LEFT BLANK INTENTIONALLY)
Systems Control
r
t
r
t,
1,
t�
G
0;
Form date6/21/79
Rev. No. 1
Cd 48M
A Divison of M.J. Electric, Inc.
P.O. Box 788 Letter Of Transmittal
Iron Mountain, Mich. 49801
Phone 906-774-0440 — FAX 906-779-4219 Date July 15, 1991
To City of Lubbock
1625 13th Street
Lubbock, Texas 79401 SC NO. 31,124
ACII I. --- - --- - _--- I - - -- - -
Re Bid No. 11357
Gentlemen:
We are sending you herewith the following:
I xMdjxxNwm
DOCUMENT OR DRAWING NO.
No.
Dwcs.
REPRos.
Bid Proposal
2
Addendum No. 1
Addendum No. 2
2
Bid Bond for
Section 3.0
1
Bid Bond for
Section 4.0
1
Proposal
Clarifications for
Section 3.0
2
Proposal
Clarifications for
Section 4.0
2
These Drawings Are
1. ❑ Submitted for Approval. Please Return Copies.
2. ❑ Construction Drawings
3. 19 Proposal
Repro.type
Remarks
DOCUMENT OR DRAWING NO.
No
Dwcs.
REPRos.
Certified
of Re
Warranty
Limitation of
Liability
2
Sketch 31124-SK1
2
31124 -SK2
2
Manufacturing
Capabilities
Booklet
1
DISTRIBUTION
DWGS. XMn.
1. Job File
2.Utility Products ❑ ❑
3. Mr. D. Johnson
4. S. Pontbriand
(THIS PAGE LEFT BLANK INTENTIONALLY)
No Text
(THIS PAGE LEFT BLANK INTENTIONALLY)
F
r
STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS
AS AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION,
1959
Systems Control, a Division of
KNOW ALL MEN BY THESE PRESENTS, that M.J. ELECTRIC, INC. (hereinafter called the Principal(s), as
Principal(s), and Fidelity and Deposit Company of Maryland
(hereinafter called the Surety(s), as�Sur � y(s) arT hetd and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of +iK yH-cn$rand YVNJnine ihousandDollars (S 3a ,QL- W lawful money of
the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, adminis-
trators, executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 8th day of
August , 19 91, to
provide Switchboard Relay for LP&L South Substation, Lubbock, Texas.
Bid No. 11357, Section 4.0. SYSTEMS CONTROL JOB NO. 31124.
and said Principal under the law is required before commencing the work provided for in said contract to execute a
bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants
supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said con-
rtract, then, this obligation shall be void; otherwise to remain in full force and effect;
` PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised
Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on
this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were
copied at length herein.
BOND CHECK
BEST RATING Alt
LICENS -D IN TEXAS
DATE7/i� BY
F -14-
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
12th day of September 1991
Fidelity & Deposit Co. of Maryland
Surety 11,71 7
Principal Systems Co , ivision of&ZZ
M.J. C C. *gy;
(Title)
Creston Carlson
By: Attorney -in -Fact
(Title) S. Pont- 9 - - rian
Operations Manager
By:
OOUrTI'ERSIGNED 1
(Title) Albert L. Dickinson
Licensed Resident Agent
By:
(Title)
,she undersigned surety company represents that it is duly qualified to do business in Texas, and hereby des-
ignatesRichard Martin an agent resident in Lubbock County to whom any requisite notices may be delivered and
on whom service of process may be had in matters arising out of such suretyship.
* With Field Office: Richard Martin
Fidelity & Deposit Co. of Maryland Fidelity & Deposi C of M 1
Sentry Plaza II, Suite 117 Surety
5225 S. Loop 289
Lubbock, TX. 79424
806-794 8655 *By:
"(Title)
Creston Carlson
Approved as to form: Attorney -in -Fact
City of Lubbock -
By:
City Attorney
*Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy
of power of attorney for our files.
-15-
F
F
F
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE, sALnMORE. MD
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the
State of Maryland, by C. M. PECOT, JR. , Vice -President, and C. W. ROBBINS ,
Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, which are set
forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate,
constitute and appoint Gary M. 'Thomas, 'Vivian L. TtiQmas andston N. Carlson, all of
Iron Mountain, Michigan, EACH............ ..... o.�
its true an agent and Attorney -in -Fact, to make, exe
any and all bonds and undertakings...
on its behalf as surety, and as its act and deed:
.........
d the execution of such bonds or undertakings in �ce of th 'sents, shall be as binding upon said Company, as fully
and amply, to all intents and purposes, as if they n duly and acknowledged by the regularly elected officers of
the Company at its office in Baltimore, Md., is a own pro r ns.This power of attorney revokes
that issued on behalf of Carlller, 1, dated, October 5, 1987.
The said Assistant Secretary does here that that the e° ing is a true copy of Article VI, Section 2, of the By -Laws of
said Company, and is now in force.
IN WITNESS WHEREOF, the said Vi sident tant Secretary have hereunto subscribed their names and affixed the
Corporate Sea] of the said FIDELI DEPOSI ANY OF MARYLAND, this 7 th day of
November , A.D. 19 1�1
GFIDELITY OSIT COMPANY OF MARYLANDATTEST:
.___....._._.._._�. .................... -_._..-. ByM...............-.... ..:...�-.. L . .....................
Aat cretary Vice -President
STATE OF MARYLAND
CITY OF BALTIMORE j �'
On this 7th clay of November , A.D. 1989 , before the subscriber, a Notary Public of the State of
Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice -President and Assistant
Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by
me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and
that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their
signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and
year first above written. 1-7
-,�—
• Notary P lic Commi n pines Ju 1 y 1, 1990
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that
the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this
certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -
Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of
the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969.
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made
heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid
and binding upon the Company with the same force and effect as though manually affixed." 12th
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this
day of September 1 19 91
184-7210
Assistant Secretary
F
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -
Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have
power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents,
Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons
to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds,
and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,.... and to affix the
seal of the Company thereto."
PERFORMANCE BOND
•16-
(THIS PAGE LEFT BLANK INTENTIONALLY)
v r
STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS AS
AMENDED BY
6 ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959
E^ Systems Control, a Division of M.J. ELECTRIC, INC.
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and
Fidelity and Deposit Company of Maryland
(hereinafter called the Surety(s), as-7Su,rety��s), ar 'd and firmly bound unto the City of Lubbock (hereinafter
i
called the Obligee), in the amount of i2ixtx edan 00 nine Thousangbllars (s 339.061.00 lawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administra-
tors, executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the8th day of
August 1991, to
provide Switchboard Relay for LP8&L South Substation, Lubbock, Texas.
Bid No. 11357, Section 4.0. SYSTEMS CC7I`MOL JOB NO. 31124.
and said principal under the law is required before commencing the work provided for in said contract to execute a
bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully per-
form the work in accordance with the plans, specifications and contract documents, then this obligation shall be
void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised
Civil Statutes of Texas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on
l this bond shall be determined in accordance with the provisions of said article to the same extent as if it were
copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 12th
day of September , 19947. Z_;117Z-)
*By:
(Title) Cresto�on
Attorney —ire -Fact
COUNTERSI
Albert L. Dickinson
Licensed Resident Agent
BOND CHECK
BEST RATING
�LICENS I TEXAS
DATE gY
-17-
Systems Co , a• ivision of
M.J. ELE I , ix
PAndi
B
riand, Operations Mg
(Title)
By:
(Title)
By:
(Title)
o rr
Th undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates Richard Martirbn agent resident in Lubbock County to whom any requisite notices may be delivered and on
whom service of process may be had in matters arising out of such suretyship.
Fidelity & Depo of 4
nd
Surety
*By.
(Title)
Creston Carlson
Approved as to Form Attorney —in —Fact
City of Lubbock
<Z�Ctdty
Attorney
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy
of power of attorney for our files.
With Field Office:
**Richard Martin
Fidelity & Deposit Co. of Maryland
Sentry Plaza II, Suite 117
5225 S. Loop 289
Lubbock, TX. 79424
806-794-8655
-18-
r
1,
F
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE, RALUMORE, MD
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the
State of Maryland, by C . M. PECOT, JR. , Vice -President, and C . W. ROBBINS ,
Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, which are set
forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate,
constitute and appoint Gary M. Thomas, Vivian L. Tlkqmas and ston N. Carlson, all of
Iron Mountain, Michigan, EACH.......... ... . .. .
ig true and lawful agent and Attorney -in -Fact, to make, exe
any and all bonds and undertakings...
on its behalf as surety, and as its act and deed:
And the execution of such bonds or undertakingce of th "resents, s s in hall be as binding upon said Company, as fully
and amply, to all intents and purposes, as if they n duly d and acknowledged by the regularly elected officers of
the Company at its office in Baltimore, Md., in a own pro ns.This power of attorney revokes
that issued on behalf of Carl °< .11er,o 1, dated, October 5, 1987.
The said Assistant Secretarydoes hereb n
y � that the ing is a true copy of Article VI, Section 2, of the By -Laws of
said Company, and is now in force.
IN WITNESS WHEREOF, the said Viesident tant Secretary have hereunto subscribed their names and affixed the
Corporate Seal of the said FIDELI 6 DEPOSI ANY OF MARYLAND, this 7 th day of
November , A.D. 19
_ FIDELITY �OSIT COMPANY OF MARYLAND
ATTEST: SEAL ASS
Aam t , ecretary ��tiice-President
STATE OF MARYLAND
CM'OF BALTIMORE j'
On this 7th day of November , A.D. 1989 , before the subscriber, a Notary Public of the State of
Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice -President and Assistant
Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by
me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and
that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their
signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and
year first above written.
Notary P lic Commis ' n pires July 1, 1990
• CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that
the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this
certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -
Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of
the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Certificate may he signed by facsimile under and by authority of the following resolution of the Board of Directors of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969.
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made
heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid
and binding upon the Company with the same force and effect as though manually affixed." 12th
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this
day of September , 19 91-
184-7210
t
F
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -
Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have
power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents,
Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons
to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds,
and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,.,.. and to affix the
seal of the Company thereto."
i
j
r
r
I
3
c'1
4
r,
I
J
No Text
(THIS PAGE LEFT BLANK INTENTIONALLY)
F
F
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 8th day of August, 1991, by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through B.C. McKim, Mayor, thereunto authorized to do so,
hereinafter referred to as OWNER, and M.J. ELECTRIC SYSTEMS CONTROL of the City of IRON MOUNTAIN, County of
DICKINSON and the State of MICHIGAN, hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CON-
TRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as fol-
lows:
BID #11357 - LP&L SOUTH SUBSTATION STRUCTURES & EQUIPMENT IN THE AMOUNT $339,061.000.
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or
their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence,
labor, insurance and other accessories and services necessary to complete the said construction in accordance with
the contract documents as defined in the General Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to
make payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
ATTEST:
Secre ary
r
TO
APPROVED- AS
/C%ONNTTENT::: p
,`ice • �:,� , . . ,r
I FM
ATTEST:
Corporate Secretary
7
CITY OF LUBBOCK, TEXAS (OW ER) •
'M
By A.
MAYOR
PO BOX 788
,IRON MOUNTAIN MI 49801
F
-20.
(THIS PAGE LEFT BLANK INTENTIONALLY)
L,
GENERAL CONDITIONS OF THE AGREEMENT
d
E.
r
_21_
(THIS PAGE LEFT BLANK INTENTIONALLY)
F
FGENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word -Owner, or the expression Party of the First Part, or First Party, are used in this con-
tract, it shall be understood as referring to the City of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall
be understood to mean the person, persons, copartnership or corporation, to -wit: M.J. ELECTRIC SYSTEMS
r CONTROL, who has agreed to perform the work embraced in this contract, or to his or their legal
representative.
3. OWNER'S REPRESENTATIVE
Whenever the word owners Representative or representative is used in this contract, it shall be understood
as referring to WAYNE HICKS, LP&L ENGINEERING, City of Lubbock, under whose supervision these contract
documents, including the plans and specifications, were prepared, and who will inspect constructions; or to
such other representative, supervisor, or inspector as may be authorized by said Owner to act in any par-
ticular under this agreement. Engineers, supervisor or inspectors will act for the owner under the
direction of owner's Representative, but shall not directly supervise the Contractor or men acting in behalf
of the Contractor.
l 4. CONTRACT DOCUMENTS
E o The contract documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal,
Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of
the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available
to Bidder for his inspection in accordance with the Notice to Bidders.
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed,"
or words of like import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved,"
■Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory
to the Owner's Representative.
l Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various
t qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their na-
ture, be specifically and clearly described and specified, but are necessarily described in general terms,
the fulfillment of which must depend on individual judgment, then, in all such cases, any question of the
fulfillment of said Specifications shall be decided by the Owner's Representative, and said work shall be
done in accordance with his interpretations of the meaning of the words, terms, or clauses defining the
character of the work.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor
for performance of work on the project contemplated by these contract documents. Owner shall have no re-
sponsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
�� -22-
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments
due Subcontractor.
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to:the:individual or to a
member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent
certified mail to the last business address known to him who gives the notice.
8. WORK
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and
all other facilities necessary for the execution and completion of the work covered by the contract docu-
ments. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be
of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and
quality of materials. Materials or work described in words which so applied have well known, technical or
trade meaning shall be held to refer such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract docu-
ments has been made suitable for use or occupancy or the facility is in a condition to serve its intended
purpose, but still may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and
shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative
will check the Contractor's layout of all major structures and any other layout work done by the Contractor
at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly
Locating all work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense
to him and he shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress of quality of the
executed work and to determine, in general, if the work is proceeding in accordance with the contract docu-
ments. He will not be required to make exhaustive or continuous on -site inspections to check the quality or
quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences
or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing
assurances for the Owner that the completed project will conform to the requirements of the contract docu-
ments, but he will not be responsible for the Contractor's failure to perform the work in accordance with
the Contract Documents. On the basis of his on -site observations, he will keep the owner informed of the
progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of
the Contractor.
r
F13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commence-
ment of the work contemplated by these contract documents or the completion of the work contemplated by
these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's
Representative to comply with this requirement, but such suspension will be as brief as practical and Con-
tractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Repre-
sentative ample notice of the time and place where lines and grades will be needed. All stakes, marks,
etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him,
his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representa-
tive at Contractor's expense. .
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative shall review all work included herein. He has the authority to stop the work whenever such
stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and
disputes and to discourage litigation, it is further agreed that the Owner's Representative shall, in all
cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this
contract. He shall determine all questions in relation to said work and the construction thereof, and
shall, in all cases, decide every question which may arise relative to the execution of this contract on the
part of said Contractor. The Owner's Representative's estimates and findings shall be conditions precedent
to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the
Contractor to receive any money under this contract; provided, however, that should Owner's Representative
render any decision or give any direction, which in the opinion of either party hereto, is not in accordance
with the meaning and intent of this contract, either party may file with said Owner's Representative within
30 days his written objection to the decision or direction so rendered, and by such action may reserve the
right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this
Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direc-
tion of the Owner's Representative as rendered shall be promptly carried out, and any claim arising there-
from shall be thereafter adjusted to arbitration as hereinafter provided.
The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the
Contractor a written decision on all claims of the parties hereto and on all questions which may arise rela-
tive to the execution of the work or the interpretation of the contract, specifications and plans. Should
the Owner's Representative fail to make such decision within a reasonable time, an appeal to arbitration may
be taken as if his decision had been rendered against the party appealing.
15. SUPERINTENDENCE AND INSPECTION
i' b It is agreed by the Contractor that the Owner's Representative shall be and is'hereby authorized to appoint
from time to time such subordinate engineers, supervisors, or inspectors as the said owner's Representative
may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that
said material is furnished and said work is done in accordance with the specifications therefore. The Con-
4
tractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors
or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey
the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when
such directions and instructions are consistent with the obligations of this Agreement and accompanying
plans and specifications provided, however, should the Contractor object to any orders by any subordinate
engineer, supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's
Representative for his decision.
F
F -24-
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and
shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all
satisfactory to Owner's Representative. The superintendent shall represent the Contractor in his absence
and all directions given to him shall be binding as if given to the Contractor. Adequate supervision by
competent and reasonable representatives of the Contractor,is essential to the proper performance of the
work and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the Con-
tractor and all risk in correction therewith shall be borne by the Contractor.
The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or
any subcontractors, or any of his agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the na-
ture and location of the work, the confirmation of the ground, the character, quality and quantity of mate-
rials to be encountered, the character of equipment and facilities needed preliminary to and during the
prosecution of the work, and the general and local conditions, and all other matters which in any way effect
the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of
the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or
obligations herein contained.
18. CHARACTER OF WORKMEN
The Contractor agrees to employ only orderly and competent men, skillful in the performance .in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or dis-
orderly, such man or men shall be discharged from the work and shall not again be employed on the work with-
out the Owner's Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecu-
tion and completion of this contract where it is not otherwise specifically provided that owner shall fur-
nish same, and it is also understood that Owner shall not be held responsible for the care, preservation,
conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it
is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall direct, and the sanitary conditions of the grounds in or about such structure
shall at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public ob-
servation, shall be constructed.and maintained by the Contractor in such manner and at such points as shall
be approved by the Owner's Representative and their use shall be strictly enforced.
-25-
U
F21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the
work. Contractor shall make necessary arrangements and provide proper facilities and access for such obser-
vation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain
the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give am-
ple notice as to the time each part of the work will be ready for such observation. Owner or Owner's Rep-
resentative may reject any work found to be defective or not in accordance with the contract documents, re-
gardless of the stage of its completion or the time or place of discovery of such errors and regardless of
whether owner's Observer has previously accepted the work through oversight or otherwise. If any work
should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Repre-
sentative, be uncovered for examination at Contractor's expense. In the event that any part of the work is
being fabricated or manufactured at a location where it is not convenient for owner or Owner's Representa-
tive to make observations of such work or require testing of said work, then in such event Owner or Owner's
Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection,
testing or approval made by persons competent to perform such tasks at the location where that part of the
work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed
by the American Society for Testing and Materials or such other applicable organization as may be required
by law or the contract documents.
If any work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representa-
tive, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspec-
tions, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work
which fails to meet the requirements of any such tests, inspections or approval, and any work which meets
the requirements of any such tests or approval but does not meet the requirements of the contract documents
shall be considered defective. Such defective work shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under this agreement to make such inspections,
tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with
the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is further agreed that if the work or any part thereof, or any material brought on the site of the work
for use in the work or selected for the same, shall be deemed by the Owner or Owners' Representative as un-
suitable or not in conformity with plans, specification and contract documents, the Contractor shall, after
receipt of written notice thereof from the Owner's Representative, forthwith remove such material and re-
build or otherwise remedy such work so that it shall be in full accordance with this contract. It is fur-
then agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
C
The Contractor further agrees that the Owner may make such changes and alterations as the owner may see fit,
in the line, grade, form dimensions, plans or or materials for the work herein contemplated, or any part
thereof, either before or after the beginning of the construction, without affecting the validity of this
contract and the accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the
basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they in-
crease the amount of work, and the increased work can fairly be classified under the specifications, such
increase shall be paid according to the quantity actually done and at the unit price established for such
work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In
E
} -26-
case the Owner shall make such changes or alterations as shall make useless any work already ;done or mate-
rial already furnished or used in said work, then the owner shall recompense the Contractor for any material
or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in
preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the owner or Owner's Representative to be done by the Contractor to accomplish any change, al-
teration or addition to the work as shown on the plans and specifications or contract documents and not cov-
ered by Contractor's proposal, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representa-
tive when presented with a written work order signed by the Owner's Representative; subject, however, to the
right of the Contractor to require written confirmation of such extra work order by the Owner. It is also
agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined
by the following methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) If neither Method (A) or Method (B) be agreed upon before the extra work is com-
menced, then the Contractor shall be paid the actual field cost of the work, plus
fifteen (15%) per cent.
In the event said extra work be performed and paid for under Method (C), then the provisions of this para-
graph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as
foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and
equipment, for the time actually employed or used on such extra work, plus actual transportation charges
necessarily incurred, together with all expenses incurred directly on account of such extra work, including
Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workmen's
Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or
Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts
of the actual field cost shall be kept and records of these accounts shall be made available to the owner's
Representative. The Owner's Representative may also specify in writing, before the work commences, the
method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these mat-
ters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machin-
ery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of
Equipment and ownership Expenses adopted by the Associated General Contractors of America. Where practical,
the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work
order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and com-
pensate him for his profit, overhead, general superintendence and field office expense, and all other ele-
ments of cost and expense not embraced within the actual field cost as herein defined, save that where the
Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost
to maintain and operate the same shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In
case any orders or instructions appear to the Contractor to involve extra work for which he should receive
compensation or an adjustment in the construction time, he shall make written request to the Owner's Repre-
sentative for a written order authorizing such extra work. Should a difference of opinion arise as to what
does or does not constitute extra work or as to the payment therefore, and the Owner's Representative in-
sists upon its performance, the Contractor shall proceed with the work after making written request for
written order and shall keep adequate and accurate account of the actual field cost thereof, as provided
under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbi-
tration as herein below provided.
-27-
i
F25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of this contract that all work described in the proposal, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor
and that such price shall include all appurtenances necessary to complete the work in accordance with the
intent of these contract documents as interpreted by Owner's Representative. If the Contractor finds any
discrepancies or omissions in these plans, specifications, or contract documents, he should notify the
Owners' Representative and obtain a clarification before the bids are received, and if no such request is
received by the Owner's Representative prior to the opening of bids, then it shall be considered that the
Contractor fully understands the work to be included and has provided sufficient sums in his proposal to
complete the work in accordance with these plans and specifications. It is further understood that any re-
quest for clarification must be submitted no later than five days prior to the opening of bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
j If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the
quality of work with the rate of progress required under this contract, the Owner or Owner's Representative
may order the Contractor in writing to increase their safety or improve their character and efficiency and
the Contractor shall comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein speci-
fied, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an
extent as to give reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY EQUIPMENT
AND SUPPLIES
The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any
demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts
thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the
performance of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence
that all obligations of the nature hereinabove designated have been paid, discharged or waived.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by
any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness
within five (5) days after demand is made, then Owner may, during the period for which such indebtedness
shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such
unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness.
Any and all communications between any party under this paragraph must be in writing.
28. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The contractor shall pay all royalties and license fees, and shall provide for the use of any design, de-
vice, material or process covered by letters patent or copyright by suitable legal agreement with the Paten-
tee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or
copyrights and shall indemnify and save the Owner harmless from any loss on account thereof, except that
Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is speci-
fied or required in these contract documents by Owner; provided, however, if choice of alternate design, de-
vice, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harm -
Less from any loss on account thereof. If the material or process specified or required by Owner is an in-
fringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the
Owner of such infringement.
7, -28-
29. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner effect the contract or the work, and shall indemnify and save harmless the
Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether
by the Contractor or his employees. If the Contractor observes that the plans and specifications are at
variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes
shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work
knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the
Owner's Representative, he shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, in-
sofar as the same regulates the objects for which, or the manner in which, or the conditions under which the
Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to
the same effect as though embodied herein.
30. ASSIGNMENT AND SUBLETTING
The Contractor further agrees that he will retain personal control and will give his personal attention to
the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature
of the work, or materials required in the performance of this contract, shall not relieve the Contractor
from his full obligations to the Owner, as provided by this contractual agreement.
31. HINDRANCE AND DELAYS
In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within
the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays in-
cident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge
shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of
the work embraced in this contract except where the work is stopped by order of the Owner or Owner's
Representative for the Owner's convenience, in which event, such expense as in the judgment of the Owner's
Representative that is caused by such stoppage shall be paid by owner to Contractor.
32. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided.
In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract,
including the specifications, plans and other contract documents are intended to show clearly all work to be
done and material to be furnished hereunder. Where the estimated quantities are shown for the various
classes of work to be done and material to be furnished under this contract, they are approximate and are to
be used only as a basis for estimating the probable cost of the work and for comparing their proposals of-
fered for the work. It is understood and agreed that the actual amount of work to be done and the materials
to be furnished under this contract may differ somewhat from these estimates, and that where the basis for
payment under this contract is the unit price method, payment shall be for the actual amount of work done
and materials furnished on the project.
33. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any
way encountered, which may be injured or seriously affected by any process of construction to be undertaken
under this agreement, from any damage or injury by reason of said process of construction; and he shall be
Liable for any and all claims for such damage on account of his failure to fully protect all adjacent
-29-
F
r
property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims
for damages due to any injury to any adjacent or adjoining property, arising or growing out of the perfor-
mance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the exis-
tence or character of the work.
34. PRICE FOR WORK
` In consideration of the furnishing of all necessary labor, equipment and material and the completion of all
work by the Contractor, and on the delivery'of all materials embraced in this contract in full conformity
with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price
set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor
hereby agrees to receive such price in full for furnishing all materials and all labor required for the
aforesaid work, also, for all expenses incurred by him and for wellandtruly performing the same and the
whole thereof in the manner and according to this agreement, the attached specifications, plans, contract
documents and requirements of Owner's Representative.
35. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of de-
fective work. Contractor shall at any time requested during the progress of the work furnish the Owner or
Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness
in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or
otherwise, that there are no outstanding liens against owner's premises by reason of any work under the con-
tract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all
claims against Owner which have not theretofore been timely filed as provided in this contract.
36. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an applica-
tion for partial payment. Owner's Representative shall review said application for partial payment and the
progress of the work made by the Contractor and if found to be in order shall prepare a certificate for par-
tial payment showing as completely as practical the total value of the work done by the Contractor up to and
including the last day of the preceding month; said statement shall also include the value of all sound ma-
terials delivered on site of the work that are to be fabricated into the work.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount
of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5%
shall be retained until final payment, and further, less all previous payments and all further sums that may
be retained by Owner under the terms of this agreement. It is understood, however, that in case the whole
work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and
some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon
written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained per-
centage due Contractor.
37. FINAL COMPLETION AND ACCEPTANCE
Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that
the work has been completed or substantially completed, the Owner's Representative and the Owner shall in-
spect the work and within said time, if the work be found to be completed or substantially completed in ac-
cordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his
certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to
issue a certificate of acceptance of the work to the Contractor.
-30-
38. FINAL PAYMENT
Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final
measurement and prepare a final statement of the value of all work performed and materials furnished under
the terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or be-
fore the 31st day after the date of certificate of completion, the balance due Contractor under the terms of
this agreement, provided he has fully performed his contractual obligation under the terms of this con-
tract; and said payment shall become due in any event upon said performance by the Contractor. Neither the
certificate of acceptance nor the final payment, nor any provisions in the contract documents shall relieve
the Contractor of the obligation for fulfillment of any warranty which may be required in the special condi-
tion (if any) of this contract or required in the specifications made a part of this contract.
39. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract, whether actually incorporated in the work or not, and Con-
tractor shall at his own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract. Contractor shall also bear the expense of restoring all work of other
contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such
condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative,
Owner may remove and replace it at Contractor's expense.
40. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of
responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for
any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the
date of substantial completion. The Owner or the Owner's Representative shall give notice of observed de-
fects with reasonable promptness.
41. PAYMENTWITHHELD
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any
certificate to such extent as may be necessary to protect himself from loss on account of:
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner,
which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of
them.
42. TIME OF FILING CLAIMS
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the
Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) days after the
Owner's Representative has given any directions, order or instruction to which the Contractor desires to
take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and
render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's
-31-
r
' Representative, any demand for arbitration shalt be filed with the Owner's Representative and the Owner in
writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's
Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by
the Contractor of the final payment shall be a bar to any claim by either party, except where noted other-
wise in the contract documents.
43. ARBITRATION
All questions of dispute under this agreement shall be submitted to arbitration at the request of either
party to the dispute. The parties may agree upon one arbitrator, otherwise, there shall be three;.one named
in writing by each party and the third chosen by the two arbiters selected; or if the arbiters fail to se-
tect-a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of
Texas. Each arbiter shall be a resident of the City of Lubbock. Should the party demanding arbitration
fait to name an arbiter within ten (10) days of the demand, his right to arbitrate shall tapse, and the de-
cision of the Owner's Representative shall be final and binding on him. Should the other party fait to
�.., choose an arbiter within ten (10) days, the Owner's Representative shall appoint such arbiter. Should ei-
ther party refuse or neglect to supply the arbiters with any papers or information demanded in writing, the
arbiters are empowered by both parties to take Ex Parte Proceedings.
The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the
contract, unless either or both parties shall appeal within ten (10) days from date of the award by the ar-
biters, and it is hereby agreed that each party shall have the right of appeal and all proceedings shall be
according to and governed by Arbitration Statutes of Texas, being Article 224, et seq., Vernon's Annotated
Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT
SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION.
The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sus-
tained, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the
appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The ar-
biters shall fix their own compensation, unless otherwise provided by agreement, and shall assess the costs
and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writ-
ing and shall not be open to objection on account of the form of proceedings or award.
44. ABANDONMENT BY CONTRACTOR
In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written
notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the or-
ders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or
the Specifications hereto attached, then the Surety on the bond shall be notified in writing and directed to
complete the work and a copy of said notice shall be delivered to the Contractor.
After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery,
equipment, tools, materials or supplies then on the job, but the same, together with any materials and
equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any
rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as
provided for under paragraph 24 of this contract); it being understood that the use of such equipment and
materials will ultimately reduce the cost to complete the work and be reflected in the final settlement.
In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided
for within ten (10) days after service of such notice, then the owner may provide for completion of the work
in either of the following elective manners:
F
F -32-
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and sup-
plies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged
shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at
any time become due to the Contractor under and by virtue of this Agreement. In case such expense
Is less than the sum which would have been payable under this contract, if the same had been com-
pleted by the Contractor, then said Contractor shall receive the difference. In case such expense
is greater than the sum which would have been payable under this contract, if the same had been com-
pleted by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess
to the Owner; or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspa-
per having a general circulation in the County of Location of the work, may Let the contract for the
completion of the work under substantially the same terms and conditions which are provided in this
contract. In case of any increase in cost to the Owner under the new contract as compared to what
would have been the cost under this contract, such increase shall be charged to the Contractor and
the Surety shall be and remain bound therefore. However, should the cost to complete any such new
contract prove to be less than that which would have been the cost to complete the work under this
contract, the Contractor or his Surety shall be credited therewith.
When the work shall have been substantially completed, the Contractor and his Surety shall be so notified
and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be
issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as
being correct shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or
his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within
30 days after the date of certificate of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which
would have been the cost to the Owner had the work been completed by the Contractor under the terms of this
contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the
owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be
turned over to the Contractor and/or his Surety. Should the cost to complete the work exceed the contract
price, and the Contractor and/or his Surety fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the
work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the
Contractor and his Surety at the respective addresses designated in this contract; provided, however, that
actual written notice given in any manner will satisfy this condition. After mailing, or other giving of
such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the
duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date
of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net
sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either
public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machin-
ery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than
the Contractor or his Surety, to their proper owners.
45. ABANDONMENT BY OWNER
In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply
with said terms within ten (10) days after written notification by the Contractor, then the Contractor may
suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all
materials on the ground that have not been included in payments to the Contractor and have not been incorpo-
rated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount
earned by the Contractor, which estimate shall include the value of all work actually completed by said Con-
tractor at the prices stated in the the attached proposal, the value of all partially completed work at a
-33-
F 11
fair and equitable price, and the amount of all Extra work performed at the prices agreed upon, or provided
for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the con-
tractor to carry the whole work to completion, and which cannot be utilized. The owner's Representative
shall then make a final statement of the balance due the Contractor by deducting from the above estimate all
previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this
Agreement, and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days
after the date of the notification by the Contractor the balance shown by said final statement as due the
Contractor, under the terms of this Agreement.
f 46. BONDS
6
The successful bidder shall be required to furnish a performance bond and payment bond in accordance with
Article 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the
event said contract price exceeds $25,000.00. If the contract price does not exceed $25,000.00, the statu-
tory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the owner,
and executed by an approved Surety Company authorized to do business in the State of Texas. And it is fur-
ther agreed that this contract shall not be in effect until such bonds are so furnished.
47. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special con-
ditions conflict with any of the general conditions contained in this contract, then in such event the
special conditions shall control.
48. LOSSES FROM NATURAL CAUSES
Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution
of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the
work, shall be sustained and borne by the Contractor at his own cost and expense.
49. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and au-
thority to direct, supervise, and control his own employees and to determine the method of the performance
of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to ob-
serve Contractor's work during his performance and to carry out the other prerogatives which are expressly
reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at
any time change or effect the status of the Contractor as an independent contractor with respect to either
the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or
corporation.
50. CLEANINCLUP
The Contractor shall
at all times keep the premises free from accumulation
of debris caused by the work, and
at the 'ompletion of
the work he shall remove all such debris and also his
tools, scaffolding, and surplus
r"
materia s and shall
leave the work room clean or its equivalent. The work
shall be left in good order and
conditi n. In case
of dispute Owner may remove the debris and charge the cost to the Contractor.
(THIS PAGE LEFT BLANK INTENTIONALLY)
SPECIFICATIONS
-35.
(THIS PAGE LEFT BLANK INTENTIONALLY)
u
ft
r
SECTION 1.0 - 69 KV CIRCUIT BREAKERS
1.00 QUANTITY
Under the base bid, Bid Item #1.1, provide five (5) each 69
KV circuit breakers as specified below. Under Alternate Bid Item
#1.2A the Vendor shall indicate the cost for a factory trained
field service engineer / technician to perform final checkout and
acceptance testing of five (5) circuit breakers as specified below
in paragraph 1.17.
1.01 PROPOSAL DATA
In addition to the price proposal data requested above,
Vendors shall submit with their proposal two sets of complete
descriptive data on the proposed equipment. This data shall
include weights, dimensions, and recommended maintenance intervals
for critical components and systems.
1.02 SUBMITTAL DATA
Within 30 days of contract award the Vendor shall submit
five (5) sets of detailed outline drawings, anchor bolt drawings,
conduit entrance drawings, wiring diagrams, CT excitation curves
and other pertinent data as may be necessary for interfacing the
69 KV circuit breakers with the remainder of the substation
equipment and systems being provided under this specification.
Upon shipment of circuit breakers, the Vendor shall furnish five
(5) certified copies of factory tests reports. These reports shall
include, but not be limited to contact resistance test, operation
times, CT performance data and dielectric test data.
1.03 EQUIPMENT CHARACTERISTICS
This device is to be a dead tank design. The interrupting
medium may be SF6 or bulk oil. The equipment shall have the
following characteristics:
Frequency
- Phases
Rated max. voltage
Continuous current amps
Impulse withstand
- Sym. Inter. Current
60 Hertz
Three
72.5 kV L-L
1200 Amps
350 kV BIL
25,000 Amps
1
Close voltage
Trip voltage
Motor and heater voltage
Interrupting time (max)
1.04 CURRENT TRANSFORMERS
125 Volts DC
125 Volts DC
230 Volts AC
3 cycles
Current transformers are required on this device. Current
transformers are required as shown on the drawings, twelve total,
four per phase, two per bushing. The current transformers shall be
1200:5 multi -ratio, Class C400. All five leads from each current
transformer shall be brought to a shorting type terminal block in
a control cabinet.
1.05 BUSHINGS
All 69 kV bushings shall be porcelain with threaded studs.
Stud connectors will be provided under Section 3.0.
1.06 HEATERS
The breaker shall have heaters and a thermostat to prevent
condensation in the breaker control cabinet. The heaters shall be
wired for 230 VAC.
1.07 AUXILIARY SWITCHES
There shall be six "a" and six "b" auxiliary contacts
available for customer use. The auxiliary contacts shall be wired
to a terminal block in the control cabinet.
1.08 GROUNDING
The breaker (stand) shall be furnished with 2 two -hole
ground pads.
1.09 OPERATING MECHANISM
The breaker shall use a stored energy operating mechanism
with sufficient capacity for five (5) open and five (5) close
operations. The breaker shall be mechanically and electrically
trip free. Circuit breakers shall have two trip coils, a
mechanical operations counter and a mechanical position indicator
to indicate if the breaker is open or closed. Operators, controls
and equipment shall be housed in a gasketed enclosure with
provisions for padlocking. The breaker shall be capable of being
reclosed within 20 cycles of the breaker being tripped. If an air
pressure system is used, it shall be complete with an air tank, a
2
motor, a compressor, a pressure gauge on the tank, motor timer,
and complete controls. The air tank is to be equipped with a
condensate drain valve. Hydraulic operators shall be furnished
with a pressure gauge, low pressure alarm contacts, motor timer
and a hand pump for manually charging the system.
1.10 SF6 GAS INTERRUPTERS
The SF6 gas interrupters shall be housed in an aluminum
housing with high pressure rupture discs to protect against sudden
pressure build ups. Breaker poles shall have provisions for
individual timing and adjustment. Interrupters shall be shipped
with a nominal 5 - 7 pounds gas pressure, with final filling to be
conducted in the field.
1.11 SF6 GAS MONITORING
Provide a complete SF6 gas monitoring system to include the
following features:
a. Common monitoring system for all three poles.
b. Gas density monitor.
c. Low gas pressure alarm contact.
d. Critical low gas pressure alarm and trip block.
e. Pressure gauge.
f. Gas filling provisions.
1.12 KNIFE SWITCHES AND FUSES
Three fused knife switches shall be furnished. One fused
knife switch for the compressor circuit (if a compressor is used),
one for the heater circuit, and one for the control circuit.
1.13 PAINT
The breaker color shall be ANSI 70, gray.
1.14 MANUAL TRIP
The breaker shall be capable of being tripped mechanically
(without control voltage) by pulling a lever on the breaker
cabinet. When the breaker is tripped by pulling this lever it
shall toggle a lockout switch (69 Device) which will prevent
closing of the breaker until the lockout switch is reset.
Exceptions to providing a manual trip level shall be clearly
stated in the quotation.
F
1.15 OIL
If an oil filled breaker is supplied, an oil level gauge, an
upper filter press connection and a lower drain valve shall be
furnished. The oil should be furnished in drums if the breaker
cannot be shipped with oil. The manufacturer's oil test
requirements shall be supplied with the proposal.
1.16 STAND
The breaker shall be furnished complete with a'stand. The
stand shall be adjustable.and provide clearance above foundation
as shown on the drawings. The anchor bolt plan and foundation
loading drawings shall be provided with the proposal. A drawing
of the stand shall be furnished with the proposal.
1.17 TOOLS
The vendor shall supply one set of any special tools
required for the normal operation and maintenance of the breaker.
The breaker shall be shipped with the windlass (if a windlass is
used in the maintenance of the breaker) installed if practical.
1.18 FIELD SERVICES
Under Alternate Bid Item # 1.2A, the Vendor shall provide
the services of a field service engineer/ technician to direct,
inspect, and supervise the installation of SF6 gas in the circuit
breakers and to conduct acceptance testing of the circuit
breakers. This proposal shall include all travel, lodging, meals,
equipment and per diem expenses for the field service engineer /
technician.
1.19 SF6 GAS HANDLING CART
Under the base bid the Vendor shall provide one (1) SF6 gas
handling cart. This gas cart is required even if the Vendor is
quoting bulk oil'circuit breakers. This cart shall have a storage
tank with a minimum volume sufficient to store 375 pounds of
sulfur hexafluoride gas at 104 Deg. F. The tank shall be an ASME
certified pressure vessel with a design pressure of 600 PSIG. The
storage tank shall have the following accessories:
a. Drain valve
b. ASME approved safety valve
c. Pressure gauge
d. Temperature gauge
e. Tank heater, 1.0 KW
f. Isolation valves for all lines
g. Refrigeration coil
h. Liquid level sight glass
4
The gas cart shall also have a vacuum pump with a
displacement of 17CFM, driven by a 1 1/2 HP motor. The vacuum pump
shall be capable of extracting gas and water vapor from a leak -
tight chamber or the on -board storage tank down to an absolute
pressure of 1 torr. The vacuum shall have a clearly visible oil
r, sight glass and provisions for draining and refilling the oil.
The gas cart shall also be furnished with an SF6 gas
compressor driven by a 3/4 HP motor with a minimum capacity of 100
standard cubic feet per hour at 100 PSIG discharge pressure and 0
PSIG suction pressure. The gas compressor shall be an oil -less
design and shall have an elapsed time meter.
Provide on the gas cart an automatic refrigeration system to
cool the stored SF6 gas to 26 Deg. F. as the gas is being removed
from the circuit breaker. This system shall have the effect of
limiting the SF6 gas compressor discharge pressure to less that
100 PSIG by controlling the storage tank gas pressure. The
refrigeration system compressor crankcase shall have a heater for
cold starting.
The gas cart shall have a control panel in a weatherproof
gasketed enclosure with the following instruments and controls:
a. Main power circuit breaker
b. Amber lamp indication for "TANK HEATER ON"
c. Fuse for control circuits
d. On -off switch for vacuum pump
e. On -off switch for SF6 gas compressor
f. On -off switch for tank heater
g. H-O-A switch for refrigeration system
h. Electronic vacuum gauge
i. Storage tank pressure gauge (0-600 PSIG)
j. Compressor discharge gauge, (0-150 PSIG)
k. Storage tank temperature gauge, -20 Deg.F. to
+240 Deg. F.
1. Inlet pressure / vacuum gauge.
The entire system shall require less than 10KW of electrical
power and shall operate from a 240 volt, 1 phase, 60 HZ. supply.
The system shall be protected by a main circuit breaker and motors
shall be protected by thermal overloads.
The gas saving cart shall be mounted on a single axle
trailer with pneumatic tires, electric tail lights, stop lights
and turn signal lights, a retractable third wheel, stabilizing
jacks, and a pintle eye hitch. The equipment shall be completely
enclosed in a weatherproof sheet metal housing. Hinged doors with
two point latches shall be installed to provide access to all
equipment and controls. All door latches shall have provisions for
padlocking. The complete trailer and enclosure shall be painted
white. The completed unit shall be tested prior to shipment. The
system shall be leak tested using a halogen leak detector with the
system under positive pressure. After leak testing, the system
F
shall be charged with dry nitrogen and sealed for shipment.
The system shall be provided with two sets of Operating and
Maintenance Instruction Manuals, two 25 foot long service hoses
with J.I.C. 37 degree fitting, threaded on the free end, a valve
position display panel with LED indicators, and a gas conditioning
loop. The gas conditioning loop shall have a molecular sieve dryer
to remove moisture, arcing by-products, hydrocarbons, and sub -
micron size particulates. The loop shall also include a pressure
regulator, adjustable between 40 and 100 PSIG, nominally set at 75
PSIG, to prevent the circuit breaker from being over pressurized
on refilling. Recirculation piping shall be provided to permit the
SF6 gas to be routed through the gas conditioning loop more than
once, prior to returning to the electrical equipment. This
recirculation piping shall be independent of the vacuum pump inlet
piping to allow simultaneous purification of SF6 gas while the
vacuum pump is evacuating a circuit breaker. Provide one spare set
of replacement filter media for the molecular sieve dryer. Gas
handling carts as manufactured by Cryoquip Inc. of Gardena, Ca. is
considered to meet the requirements of this specification.
The Vendor shall include in the BaseBidproposal, the
services of a field service engineer / technician to provide on -
site instruction on the operation of the system. This proposal
shall include all travel, lodging, meals, equipment and per diem
expenses for this field service engineer / technician to perform
the training. The gas cart manufacturer shall determine the number
of days required to provide this training. It is anticipated that
approximately six LP&L personnel will participate in this
training.
0
r
f
SECTION 2.0 SUBSTATION STEEL, BMORK, AND GROUNDING
2.01 PROPOSAL DATA
The Vendor shall submit with the proposal two copies of a complete
bill of materials and descriptive literature on the equipment and
materials to be furnished. Proposals shall indicate the estimated
individual structure weights. Final design weights shall not be less
than the estimated weights by more than 5%.
2.02.SUBMITTAL DATA
The Vendor shall submit (5) five sets of approval drawings and
calculations. Design calculations should indicate the structure
deflections, design loads, actual structure weights and the foundation
reactions. The following drawings shall be submitted:
a. Location of foundations and anchor bolts in each foundation.
b. Steel details, showing fabrication details of all steel members to be
furnished herein.
c. Steel assembly drawings indicating how all steel members connect
together.
d. Arrangement drawings including plan views, end views, sectional views
and details with all items, fittings and devices identified..
e. Grounding drawings showing all above and below grade cable runs,
ground rods, and connectors.
f. Foundation details for all foundations and pads. These drawings shall
tabulate required concrete and reinforcing steel quantities.
g. A complete bill of material indicating manufacturer and catalog
number.
Following approval of drawings the Vendor shall submit (5) five
copies of final drawings and one set of reproducible drawings.
2.03 DESIGN CONDITIONS
Substation steel structures shall be designed in accordance with
AISC Standards and NEMA Standard SG6 and shall include 1/2" ice loads.
Foundation designs shall be based on a vertical soil bearing capacity of
3000 psf and a lateral soil resistance of 350 psf per foot of depth.
(� Substation buses and connectors shall be designed for a minimum
continuous current rating of 1200 amperes and a short circuit current
r rating of 15,000 amperes.
7 . 1
Dead end structures shall be designed for the following tension
conditions:
Transmission phase conductor - 795 MCM ACSR, 26/7,
Drake, 2500 lbs.
Transmission line conductor - 3/8" HSS, 1000 lbs.
The deadend structure shall be designed for vertical loading
caused by the incoming 69 kV line angle as.it intersects the truss. The
structure shall be designed for an average line angle not to exceed 45
degrees from horizontal.
The deadend structure shall be designed for transverse loads due
to wind on the incoming conductor and due to the incoming line not being
normal to the face of the structure. Each structure shall be designed
for a wind force on each incoming line of 100 pounds. Each structure
shall be designed for the incoming line to be 15 degrees from normal to
the face of the structure. This angle shall be considered to be the
average of all lines on one circuit, i.e. the average angle of 3 phase
conductors and two static wires for a 69 kV incoming line. `
The structures shall meet the deflection limits specified in NEMA
SG 6. The 69 kV.line support structure shall be considered at Class "A"
type structure.
In no case shall the clearances be less than the NEMA, EEI or IEEE
standards.
2.04 GENERAL REQUIREMENTS
The material to be furnished under this section shall consist of
the following items for the substation steel package:
- All anchor bolts and templates required for the substation.
- Grounding conductor and connectors, both above and below
,ground.
- Three-phase 69 kV disconnect switches.
- All insulators for the substation both suspension and station post
type.
- Potential transformers 69 kV.
- All steel structures.
- All required conductors and connectors both rigid and flexible.
- Arresters for use on the 69 kV system and transformers
- Wave Traps and tuners
- Coupling capacitor voltage transformers
2.05 GALVANIZING
All steel shall be galvanized in accordance with ASTM Designation
A-123.
2.06 STEEL PARTS
Steel parts shall conform to ASTM specifications A-36, A-283, and
A-307.
2.07 HARDWARE
If possible, one type of structure bolt and one diameter should be
used as fasteners for station structures. The bolts and nuts shall meet
ASTM Standard Specification A394. Type MF locknuts (hexagonal) shall be
furnished for all bolted connections.
All hardware shall be galvanized in accordance with ASTM standard
A-153.
2.08 STRUCTURAL STEEL.
All work shall be equal to the best modern practice in the
manufacture and fabrication of materials of the types covered by these
specifications, not withstanding any omissions from these specifications
or drawings. Acceptance of materials shall in no way relieve the Vendor
of the responsibility for furnishing materials meeting the requirements
of these specifications. Before being laid out or,worked, structural
material shall be straight and free from kinks and bends. If
straightening is necessary, it shall be done by methods that will not
injure the metal. All portions of the work which will be exposed to
view after completion shall be finished neatly. All welding shall be
performed in accordance with the latest edition of the "Structural
Welding Code", as formulated by the American Welding Society. After the
shop work has been completed, all material shall be cleaned of rust,
loose scale, dirt, oil, grease and other foreign substances. Particular
care shall be taken to clean slag from welded areas. After being
cleaned, all steel shall be galvanized in accordance ASTM-123. All
holes in material shall be free of excess spelter after galvanizing.
Bus support structures are indicated on the drawings to be three
phase, single column type. Alternate three phase bus support designs,
such as two column designs will be considered. The base bid proposal
shall be for the single column type. Other designs must be indicated as
alternate proposals.
2.09 STEP BOLTS
Step bolts shall be supplied for the 69 kV deadend structure. The
step bolts shall be spaced 15 inches apart.
F
2.10 ANCHOR BOLTS
All anchor bolts for the station shall be furnished herein. All
anchor bolts, nuts and washers shall be galvanized. Two nuts shall be
furnished for each anchor bolt. Metal templates shall be provided for
each set of anchor bolts for bus supports, air switch stands, dead end
structures, PT stands, and static poles.
Anchor bolts shall be manufactured in accordance with the ACI-318-
Latest Edition, Building Code Requirements for Reinforced Concrete
assuming a concrete compressive strength of 3000 pounds per square inch
at 28 days. The top 24 inches of each anchor bolt shall be galvanized
in accordance with ASTM A-123.
2.11 GROUNDING CONDUCTOR AND CONNECTORS
All grounding material for the substations shall be furnished
herein. All buried ground conductor shall be #4/0 AWG minimum, 19-
strand soft drawn bare copper cable. Above ground taps to structures and
equipment shall be 19 No.9, dead soft annealed 40% conductivity,
"Copperweld" conductor. Bonding conductors for fences, cabinets, etc.
shall be #4 AWG, solid, bare, dead soft annealed "Copperweld". Copper
clad, 5/8" x 8'-0" ground rods shall be furnished. Clamps to attach the
ground conductor to the structures shall be placed on a maximum spacing
of 2 feet 6 inches. The underground connectors shall be Cadweld or
Burndy Hyground and must have been qualified under IEEE Std 837-1984,
"IEEE Standard for Qualifying Permanent Connections Used in Substation
Grounding". If a "Cadweld" type thermal process system is supplied it
shall be furnished with all tools required,to install the connectors
including molds, handles, and weld metal. If a compression type system
is supplied, it shall be furnished with two sets of the required dies to
install the connections. This tooling will become the property of LP&L.
Above ground connections to fencing, steel structures, and equipment
shall be of the bolted type.
Provide three NEMA 2 hole spade connectors to connect the 19-No.9
copper ground grid cable to the 69 kV transformers' two hole ground
pads. The ground pads are located on the tank at opposite corners and at
the neutral bushing in the transformer throat. The transformer ground is
to be extended to the transformer control cabinet with #4 copper wire.
The steel fabric fence shall be grounded in accordance with REA
drawing TM-33 and TM-33 Supplement. Grounding material shall be
supplied for all gates shown on the drawings.
Each instrument transformer and CCVT shall be grounded from a
continuous loop of 19-No.9.
The 69 kV deadend shall have a 19-No.9 ground run from the ground
mat to the overhead static wire and shall be connected into the static
wire. A 19-No.9 horizontal run shall be made between the two vertical
runs and connectors and conductor shall be supplied to connect the
ground run into the arresters on the 69 kV structure.
4
L, One switch operator platform shall be furnished for each group
operated air break switch. The platform shall be a minimum size of 4
r feet by 2 feet 6 inches. The switch operator platform shall be grounded
` by a 19-N0.9 loop, one end connecting into the underground mat and one
end connecting into the ground run on the column. The vertical
operating rod of the switch shall be grounded with a flexible braided
strap which shall connect to the 19-No.9 ground run on the column. -
The 15 kV switchgear shall be connected to the ground mat in two
locations with #4/0 ground run to the ground mat.
All material shall be furnished for a grounding well. The Vendor
shall furnish 200 feet of 4/0 copper conductor for use in the grounding
well. Three ground rods shall be furnished with appropriate connectors
to be used to attach to the end of the well ground as a weight and to
provide extra grounding surface area. The ground well shall be placed
near the transmission deadend structure.
Material shall be provided to tie the transmission steel pole
structure and the static masts into the ground mat with 19-No.9
conductor.
2.12 THREE POLE AIR BREAK SWITCHES
Air switches shall be 1200 amp, 69 kV three phase, group operated,
vertical break, construction classification A. The switch shall be
mounted on a 69 kV switch structure. A swing handle type operating
mechanism shall be furnished for the switch.
The switch shall be rated 72.5 kV L-L maximum design voltage, 1200
amps maximum continuous current, 61,000 amps maximum momentary current.
The continuous current -shall be rated in RMS amperes based on the limit
of observable rise, or as listed in Table 3 of ANSI C37.30-1971 when
tested in accordance with Section 4 of the ANSI test code for high
voltage air switches C37.34-1971. The momentary current rating shall be
based on Section 30-4.6.1 of ANSI C37.30-1971 and three second current
rating shall be based on Section 30-4.6.2 of ANSI C37.30-1971.
In either the opened or closed positions, the switches shall
withstand the dielectric test voltages between live parts and ground in
accordance with Table 1 or ANSI C37.32-1972. The length of break, when
in the full opened position, shall be at least 10 percent in excess of
the dry arcing distance over the insulators.
Terminal pad drilling shall be on 1- 3/4" NEMA standard spacing.
The switch blades shall have ample mechanical strength to withstand all
stresses to they will be subjected. All current carrying parts shall be
of a suitable non-ferrous, corrosion resistant metal or alloy. The only
acceptable alloys for aluminum are 6063-T6 for wrought shapes and 356-T6
for castings. Where flexible jumpers are used as a means to transfer
current, only laminated aluminum straps will be acceptable. Braided
t shunt straps are not acceptable. The hinge contact shall maintain
connection throughout the complete open and close cycle of operation.
j Any springs or spring washers (Belleville) employed to maintain contact
G
pressure shall not carry currents tending to decrease this pressure or
damage the springs. Material for springs or spring washers (Belleville)
shall be 300 series non-magnetic stainless steel or equal.
Contacts shall have a sufficient mass of high thermal conductivity
metal immediately adjacent to the contact surfaces to preclude the
possibility of contact welding or damage at currents within the -
momentary rating of the switches. Make -break contacts shall be designed
so that wiping action is accomplished with minimum wear and without
galling of either contact surface. Wear of contacts shall be such that
after 1000 operations, the mating parts will still have adequate surface
material to meet electrical nameplate requirements. Contacts shall be
silver -to -silver. Acceptable methods of silver application are:
a. Brazed -overlay of fine silver (Commercial Purity, 99.90%) with a
minimum thickness of .010".
b. Brazed inlay of fine silver (Commercial Purity, 99.90%) with a
minimum thickness of .010".
c. Approved silver flame -spray application (Metco or equal), coined,
with a minimum thickness of .010" (Commercial Purity, 90%).
All silver -to -silver make -break contacts shall be made of silvers
having different hardness, preferably of two different types of silver
application. All aluminum switches shall have silver -to -silver make -
break contacts. Each of the two silvers shall be applied to a base of
copper and then electro-tin plated or hot -dip tinned to prevent the wash
of copper salts over aluminum parts. Silver applied directly to aluminum
by any process is not acceptable. No solder shall be employed in the
application of silver. Silver plate (Brush or Electro) is only
acceptable on enclosed, non -break contacts or bolted fixed current
transfer joints.
The main bearings on the rotating insulator shall be equipped with
enclosed dust -proof seals, stainless steel balls and a rust and
corrosion proof race of a differing hardness. Aluminum housings and
races are not acceptable. Bearings shall be dry type or permanently
filled with grease of the Bentone grade for maintenance free service.
Sleeve type Oilite bushings or nylon are not acceptable.
The operating mechanism shall be of the rotating handle type with
180 degree rotation in the clockwise direction required for closing. The
interphase pipe shall be a single pipe for all three phases, with
individual -phases being clamped to the interphase pipe. Vertical pipe
guides shall be furnished where necessary. Pipe couplers shall be two
piece with clamping bolts and piercing set screws. The operating pipe
shall be securely grounded at a location near the operating handle with
a tinned braided shunt of at least 2 feet in length. The shunt shall be
clamped to the operating pipe with a galvanized iron fitting.
All bolts, nuts, pins, washers, and lockwashers used on
conducting parts shall be stainless steel. All control parts and
structural mounting parts shall be supplied with hot dipped galvanized
3
-bolts, nuts, washers, and`lockwashers.
All switches shall be supplied with stainless steel arcing horns.
The bases of all insulators shall be furnished with leveling studs.
2.13 BUS AND SWITCH INSULATORS
Insulators shall be furnished for a complete substation including
all buses and switches. The insulators shall be standard strength post
insulators NEMA TR# 216. The insulators shall have gray glaze.
2.14 SUSPENSION INSULATORS
Suspension insulators shall be furnished for the incominglines.
The insulators shall have an M&E rating of 15,000 pounds. The insulator
strings shall have 7 insulators per string for the 69 kV strings. The
r insulators shall be 5-3/4" by 10" ball and socket type, Lapp 8200-70 or
equivalent. The insulators shall have a gray glaze.
2.15 ACSR JUMPERS AND BUS
All jumper and bus material for the station shall be furnished
herein. All pipe bus shall be 6063-T6 aluminum alloy, schedule 40, 2
1/2" diameter with 477 MCM ACSR damper cable supplied for all bus pipe
runs.
The jumpers to the potential transformers and to the CCVT shall be
designed so that movement between the bus and the equipment does not
result in excessive stress on the equipment or fatigue of the jumper.
2.16 CONNECTORS
All connectors for the station shall be furnished herein. All
connections to jumpers shall be of the compression type with two or four
hole pads. The incoming transmission line is to be terminated using
compression type deadend fittings. The bushing connectors for the
transformers and circuit breakers (stud to pad) shall be furnished
herein. Bolted connectors shall be furnished. Welded connectors are
not acceptable.
All electrical bolted connections shall be made with stainless
steel hardware. All bolted connections shall be made with two stainless
steel flat washers and two stainless steel Belleville washers for each
stainless steel hex head bolt and stainless steel hex nut. Bi-metallic
transition plates shall be furnished for each aluminum to copper
connection. Contact sealant shall be supplied for all connections. The
Belleville washers shall require a force of 400 pounds to flatten.
Connections to power transformer bushings shall utilize Lapp Doble
test terminals.
2.17 OVERHEAD GUY.WIRE
C7
The OHGW shall be furnished herein as shown on the drawings. The
connectors to deadend and connect the overhead ground wire into the OHGW
shall be furnished herein. The OHGW shall be 3/8 inch, 7 strands, high
strength steel, 10,800 pounds rated strength.
2.18 INCOMING CONDUCTOR
Both the incoming conductor material and secondary underground
exit cable shall be furnished by others. The incoming conductor to the
A -frame dead end structures is 795 MCM ACSR (Drake) with 3/8" HSS
static. Compression type deadends are to be furnished herein to
terminate the incoming conductor and the associated static wires.
2.19 STATIC POLE
Two 35 foot tall steel poles are to be located as shown on the drawings.
These poles are to be designed for attachment of two (3) 3/8" HSS static
wires with 1000 pound maximum design tension.
2.20 ARRESTERS
Twelve station class arresters shall be furnished herein for use
on the 69 kV system. These arresters shall be mounted on each 69 kV
transformer and on each 69 kV dead end structure. The arresters shall
be the gapless MOV type, with a 60 kV rating and a MCOV rating of 48 kV.
2.21 69 kV INSTRUMENT TRANSFORMERS
Three (3) potential transformers shall be furnished herein. The
transformers shall be used for station metering and relaying. These
transformers shall have the following features and ratings:
- One primary bushing.
- Two tapped secondary windings.
- Primary voltage 40,250 volts (L-G)
- Secondary voltage of 67.08/115 volts.
- Voltage ratio 600/350:1.
- Thermal rating 5,000 VA minimum.
Accuracy 0.3 through ZZ Burden.
- BIL 350 kV.
2.22 69 kV WAVE TRAP
Provide a quantity of four (4) wave traps. Two of the units will
be installed at the remote ends of the incoming transmission line..Traps
shall be 69 kV, single frequency, high Q, line traps with an 800 amp
continuous current rating, a 2 second thermal rating of 20 kA and a
mechanical rating of 51 kA peak. Traps shall meet the requirements of
ANSI C93.3-1981. The trap's frequency range shall be 70-200 kHZ. Exact
�- frequencies will be furnished at a later date.
Traps shall have bird barriers, internal lightning arresters and
mounting accessories as selected by the structure fabricator. A
horizontal pedestal mount has been indicated on the drawings, but other
arrangements as deemed more economical or practical by the steel
fabricator may be employed.
Line traps shall be factory tuned and tested. Certified test
reports of the trap's dielectric and RF performance shall be furnished.
Traps manufactured by Trench Electric are considered to meet all
requirements of this specification.
2.23 69 kV COUPLING CAPACITOR VOLTAGE TRANSFORMERS
Provide two (2) each power line carrier coupling capacitor voltage
transformers with single frequency line tuners. CCVT's shall be single
bushing, rated for 69 kV system application and shall have an oil filled
corrosion resistant base box to house the intermediate transformer,
series reactor and auxiliary components. The base box shall also have an
externally operable SPST switch for grounding the carrier circuit. A
drain coil, gap, and cabinet heater resistor shall be included. Trench
Electric model TEV coupling capacitor voltage transformers with K9500
series tuners are considered to meet the requirements of this
r specification.
ll
7
No Text
FSECTION 3.0 - 15 kV METALCLAD SWITCHGEAR
3.01 PROPOSAL DATA
The Vendor shall include with the proposal two copies of the
following data:
a. Base bid price and delivery
b. Alternate Bid price and delivery
c. Complete descriptive literature, including electrical ratings,
circuit breaker operating mechanisms, bus and cubicle construction
details, approximate weights and dimensions. Literature shall be
furnished on accessory items such as CT's, PT's, control switches,
meters, and relays.
d. Outline drawings should indicate the proposed shipping splits
and the extent of field connections necessary to connect the
switchgear line-up into it's final operating configuration.
e. Indicate the proposed method of delivery.
f. Provide a list of all equipment, devices, or fittings that will
the removed for shipping.
g. Provide a description of the factory testing and quality
control procedures employed to assure the assembled system will
operate as specified.
h. Provide a statement indicating the level of industry standard
testing that the proposed switchgear has undergone.
As a minimum, proposals must include prices for
Bid Item #3.1 and Alternate Bid Item #3.2A. Additional alternate
proposals will be considered provided the Base Bid and Alternate
proposals are as specified.
3.02 SUBMITTAL DATA
Following order entry, the Vendor shall submit for approval,
(5) five sets of switchgear drawings and details. These drawings
shall include the following data:
One -line Diagram showing:
a. All 15 kV bus work and equipment
F
1
b. PT's and CT's with polarity information
c. Unique identification numbers for all devices
d. Basic ratings, sizes, voltages and ratios of all
devices.
Three -line Diagram showing:
a. All 15 kV bus work and equipment
b. Power transformer windings and polarity
c. PT's and CT's with polarity information
d. Unique identification numbers for all devices
e. Basic ratings, sizes, voltages and ratios of all
devices.
Schematic Diagrams showing:
a. All DC circuits in the switchgear and relay panels
that are being furnished by this Vendor.
b. All AC circuits in the switchgear and relay panels
that are being furnished by this Vendor.
c. Portions of AC and DC circuits in equipment or
systems that are not furnished by this Vendor, but
..that are being interface with.
e. Each relay by device number
f. Contact schedule for each switch
Panel Layout Drawings showing:
a. Location of each relay, switch, nameplate, and
device mounted on the front or rear of all panels.
b. Size of relay case
c. Relay style number, type, and device number
d. Nameplate schedule
Installation Drawings showing:
a. Dimensions of panels and equipment.
b. Conduit entrance and cable connection points
N
t
c. Cubicle to cubicle wiring including wire and cable
numbers, terminal numbers and locations.
` d. Complete material list
The Vendor shall request from the Owner, the details or -
schematics for any equipment, systems, or devices that must be
interfaced with, but are not being furnished under this section of
the Specifications.
Upon delivery of the switchgear, the Vendor shall submit (5)
five copies of bound operating and maintenance manuals, (5) five
l copies of final drawings, schematics, and wiring diagrams and (1)
` reproducible set of drawings, schematics, and wiring diagrams.
3.03 GENERAL
The metalclad switchgear to be furnished under these
specifications shallbeconstructed in accordance with the latest
ANSI standards. The metalclad switchgear will be indoor, three
phase, 2000 amp, insulated copper main bus, 60 HZ. The buswork
shall be configured as shown on the drawings. It is the intent of
this specification to obtain a completely wired and tested line-up
of metalclad switchgear that is essentially complete and requires
only the connection of AC and DC control power and high voltage
cables in order to place it in service. It is also required that
the assembly be broken into a minimum number of shipping splits
that will require reassembly in the field.
The drawings indicate that the desired switchgear
arrangement is a main operating bus with a separate transfer bus
for use in the testing and maintenance of the feeder circuit
breakers. Loadbreak three phase manually operated switches shall
be provided to connect the load side of any feeder to the transfer
bus. All proposals must contain a Base Bid design utilizing the
transfer bus scheme.
The incoming power from the transformer will enter by
underground cable. LP&L will provide all material to connect the
switchgear to the transformer.
As an alternate to the transfer bus arrangement,
consideration will be given to designs utilizing two -high
switchgear in which the load side of the upper and lower
switchgear cubicles are bussed together. The two positions for
each circuit are to be the "operating" and "maintenance"
positions. The breaker in the "operating" position will be
maintained by installing a spare breaker in the "maintenance"
position, closing the "maintenance" breaker and opening the
"operating" breaker. The load is thus transferred to the
maintenance breaker without interruption and the operating breaker
can be removed for maintenance. If this alternate scheme is
proposed, the proposal shall include the cost of a spare or
�^ 3
"maintenance" breaker. A breaker is to be furnished herein only
for each "operating" position. Only one spare breaker is to be
furnished as the spare for all "maintenance" positions. The
operation of the circuit is to be identical from either position.
Current transformers shall be provided in all "maintenance"
cubicles such that all protective relay schemes, metering, and
control functions are operational when the "maintenance" breaker
is in service.
Circuit breakers shall employ SF6 gas interrupters or vacuum
interrupters. If vacuum interrupters are employed, a high voltage
DC "hipot" test. cubicle shall be provided in the switchgear lineup
to allow interrupter proof testing before installation.
The required switchgear and auxiliary compartments are as
follows:
- Two (2) main breakers (2000 amp.)
- One (1) tie breaker (2000 amp.)
- Four (4) feeder circuit breakers, two in each lineup
(2000 amp.)
- Two (2) auxiliary compartments for 15 kV Potential
transformers with fuses
- Two (2) auxiliary compartments for station service
transformers with fuses
3.04 RATINGS
The rating and capacity of the circuit breakers included herein,
shall be as follows:
- 15 kV Class Circuit Breaker
- Voltage Rating: 15,000 volts
- Nominal Continuous Current Rating: as noted above
- Maximum Interrupting Capacity: 36,000 amps sym.
- Interrupting Time Rating: 5.0 cycles maximum
- Reclosing Time Rating (Total Time): 20 cycles maximum
MVA Rating: 500 MVA
The current rating of the main bus shall be 2000 amperes and
the insulation rating shall be 95 kV BIL.
4
3.05 CIRCUIT BREAKERS
Circuit breakers shall be horizontal drawout units with
continuous current ratings and interrupting ratings as indicated
above. All circuit breakers of equal rating shall be completely
interchangeable. Circuit breakers and cubicles shall be
constructed such that a circuit breaker of different current -
[
ratings cannot be interchanged. The circuit breaker shall operate
by means of a stored energy mechanism, which is normally charged
by a small universal motor, but which can also be charged by a
manual handle for emergency manual closing or for testing. The
circuit breaker shall be equipped with secondary disconnecting
contacts which shall automatically engage in the operating and
test position to complete circuits as required. The contacts shall
automatically disengage when the circuit breaker is withdrawn to
the disconnect position. The circuit breaker shall have a means
for racking in and out of the compartment and between positions.
It shall also be provided with a means of holding the circuit
breaker in the compartment in all positions. Interlocking shall be
provided making it impossible to rack a closed breaker to or from
any position. An additional interlock shall be provided which
shall assure automatic discharging of the closing springs upon
insertion or removal of the breaker from the compartment. Each
circuit breaker shall have the capability of being disconnected
from the main bus and all live parts, and placed in a position
where the circuit breaker can be operated electrically.
Interrupters shall be SF6 or vacuum. Gas interrupters shall
have SF6 pressure gauges, low pressure alarm contacts, fittings
for gas filling, and a device for indicating contact wear.
The circuit breaker shall be equipped with the required
auxiliary switches and number of contacts, as specified by the
manufacturer for complete operation of the breaker. In addition,
extra auxiliary switch contacts for circuit opening and closing
shall be provided for LP&L`s own'use and wired to terminal blocks
as follows:
- Four (4) "a" contacts, single pole
- Four (4) "b" contacts, single pole
Each circuit breaker in these specifications shall be
designed for trip -free operation by means of a removable
maintenance closing device easily operable by one man. Circuit
breakers shall have a breaker position indicating target,
indicating open and close positions. An operation counter shall be
mounted on the breaker in clear view when the compartment door is
open. A dolly shall be provided to enable the circuit breaker to
be removed from the compartment for maintenance. Interconnecting
cables shall be provided for electrically operating the circuit
breaker outside the cubicle.
F
Where a two -high switchgear design is furnished, a lifting
device and necessary yokes and accessories shall be supplied for
removing breakers from the top position. Circuit breakers shall be
removed from the bottom position without the use of a lifting
device. Lifting devices shall employ electric winches or drive
devices or shall employ mechanical devices that require a minimum
amount of cranking, pumping, or jacking.
3.06 SPECIAL PROVISIONS FOR VACUUM INTERRUPTERS
If vacuum circuit breakers are furnished, then a DC Hi -pot
installed in a cubicle or separate cabinet is to be included in
the proposal. This device shall be furnished complete to provide
.all such vacuum testing as the manufacturer recommends. This
cubicle shall be arranged such that a circuit breaker that has
been removed for service or maintenance can be rolled into the
test cubicle and all three vacuum interrupters DC hipot tested.
This cubicle shall have stationary contacts or other fittings that
will automatically mate with the breaker contacts and connect the
breaker to test circuit. Front panel meters shall be provided to
indicate test voltage and leakage current.
3.07 CONTROL VOLTAGES AND CIRCUIT PROTECTION
All control circuits and devices shall be suitable for 125
VDC. All heaters and other auxiliary devices shall operate on 120
or 240 volts, single phase A.C., 60 HZ. Fuses and knife switches,
or fused -disconnect switches (pull out type) shall be provided in
each compartment for disconnecting each D.C. source control
voltage, A.C. source operating circuit, heating circuit, and
convenience outlet circuit from their respective power source.
All AC and DC control power will be fed to the switchgear
dine -up from AC and DC circuit breaker panels installed by the
Owner in the switchgear building. The switchgear shall be -designed
and wired such that each 15 kV circuit breaker is fed from a
separate DC branch circuit, and a separate AC branch circuit.
Disconnecting means and supplementary overcurrent protection of
devices and circuits within the cubicle shall be provided by the
switchgear Vendor.
3.08 CURRENT TRANSFORMERS
Each circuit breaker shall be initially equipped with the
quantity of current transformers as defined below which shall be
C400 multi -ratio, standard relaying accuracy, as specified by the
American Standards Association Requirements, Terminology, and Test
Code for Instrument Transformers, C57.13-1954, or latest revision
thereof. All current transformers shall have taps and leads per
NEMA standards with secondary leads brought out and terminated on
readily accessible shorting type terminal blocks located in the
front compartments.
1
i
6
Each 15 kV feeder circuit breaker shall be supplied with six
(6) current transformers, three current transformers (one per
phase) on the source side of the breaker, and three (3) current
transformers (one per phase) on the load side of the breaker.
Source side CT's shall be 1200:5 multi -ratio for phase overcurrent
relays and metering. Load side CT's shall be 2000:5 multi -ratio
for differential relays.
Each 15 kV main circuit breaker and tie circuit breaker
shall be supplied with nine (9) current transformers, three
current transformers (one per phase) on the source side and six
current transformers (two per phase) on the load side of the
breaker. Source side CT's shall be 2000:5 multi -ratio for 15 kV
l bus differential relays. Line side CT's shall be 2000:5 multi -
ratio, one set for transformer differential relays and one set for
metering.
l The supplier shall furnish LP&L with five (5) copies each of
current and ratio correction factor curves; together with winding
and internal lead resistance data, for each ratio at one standard
burden.
_._ 3.09 POTENTIAL TRANSFORMERS
Six (6) 15 kV potential transformers are to be installed in
the switchgear to provide potential for all metering and
transformer LTC requirements. These devices are to be rated 110
kV BIL with a 60:1 ratio. Each PT shall be appropriately fused
and installed in a drawout type compartment or tray. A spare
primary fuse or fuses shall be provided for each PT installed in
the switchgear.
3.10 STATION POWER
Two (2) 25 kVA transformers for station power are to be
installed in the switchgear lineup, one on each operating bus.
Each transformer primary and secondary is to be appropriately
fused. A spare primary fuse or fuses shall be provided for each
station power transformer installed in the switchgear.
3.11 ARRESTERS
j' Three arresters shall be furnished for each distribution
circuit. Theyshallbe rated 9 U . The arresters shall have a
zinc oxide valve block construction and not have any internal gap
assembly. These arresters shall be shown in manufacturer
literature as underground distribution Riser Pole Arresters. The
arresters shall have a guaranteed maximum arrester discharge
voltage of 34 kV at 40 kA using a 8x20 micro -second current wave.
rThe arresters shall be of a design that has been subjected to a
series of two discharges of surge current having an amplitude of
100 kA and a waveshape of 5 x 10 micro -seconds, without failing.
The arresters shall be of a non -fragmenting design.
f1
F
3.12 CONDUIT ENTRANCE REQUIREMENTS
Each compartment shall contain suitable conduit entrance
plates to accommodate station service battery input 125 VDC. with
suitable terminal blocks for terminating each such entrance
cables.
Each compartment shall contain additional suitable conduit
connections or entrance plates to accommodate all supervisory,
telemetering and differential control cable wiring, with suitable
terminal block points for terminating all wires and cables.
All power cable shall enter and exit through the floor of
the switchgear. Provisions shall be provided for six (6), five
(5) inch conduits for all outgoing circuits. Each phase shall be
capable of accepting four (4) 500 MCM copper conductors. Adequate
cable bending and termination space shall be provided in power
cable entrance compartment. The 15 kV cable connection point shall
be a minimum of 24 inches above the floor.
3.13 HEATERS
Each compartment shall contain a thermostatically controlled
space heater (to prevent condensation) for 120/240 volts A.C.
operation, which shall be capable of providing adequate heat for
operation of the relays and circuit breaker mechanism and control
equipment for outside temperature as low as -15°F.
;3.14 TESTS
Each circuit breaker included in these specifications shall
be tested in conformance with NEMA, ANSI, and IEEE standard
testing procedures. Such tests shall also include, but not be
limited;to the following:
Low frequency,,withstand - voltage test.
- Mechanism operating speed test.
- Contact resistance test.
- Temperature rise test.
Tests on the switchgear buswork and breakers are to be
performed with these items in operating configuration (completely
connected).
3.15 TEST REPORTS
The supplier shall furnish LP&L with five (5) certified
copies of reports of the results of the tests on each breaker.
These reports shall include copies of the speed graphs and values
93
{
of contact resistance Information shall be furnished as to the
desired contact resistance and limits to be maintained.
3.16 TOOLS, WRENCHES, AND BLOCKING DEVICES
Special tools, necessary special wrenches, removable
j"
blocking devices (if required), etc., shall be furnished as part
ll
of these specifications.
3.17 RELAY PANELS
Additional space may be required to locate relay panels in
the switchgear enclosure. The relay panels will be a switch door
type to allow access to the terminal boards, switches, fuses and
rear of the relays, meters and controls.
3.18 METERING AND RELAYING
The metering and relaying
include, but not limited to the
This equipment is to be mounted
with which it is associated.
to be supplied herein shall
accompanying list of materials.
adjacent to the breaker position
The Vendor for the 15 kV metal clad switchgear, shall refer
to the overall substation one -line diagram and Specification
Section 4.0 - Switchboard Relaying, to determine the extent of the
interface that is required between the 15 kV switchgear and other
systems, such.as SCADA controls. The 15 kV switchgear shall have
the required interface terminals grouped in a single location and
terminated on a terminal block. This terminal block shall be
readily accessible and located near a dedicated conduit entrance
point, ready for field connection of interconnect cables.
The KWH meters furnished in the switchgear shall be General
Electric type EV-3 with a model KM-901 demand register. The meters
shall be furnished with one copy of the General Electric
PCRP/UPGEN software for use with the electronic meters.
Transducers shall be provided and installed in the
switchgear line-up as scheduled below. These transducers will be
used to provide analog data inputs to the LP&L SCADA system RTU
that will be installed at the South Substation. Outputs from the
transducers shall be wired to a terminal block for field
connection to the RTU. This terminal block shall be located near a
conduit entrance location and near the terminal blocks for other
field installed wiring. In order to maintain compatiability and
interchangability with existing units, all transducers shall be
manufactured by
Square-D Electromagnetic Industries or Scientific Columbus.
Voltage transducers shall have the following
characteristics:
Input range... ... .......... 0-180 VAC
Rated input................. 150 VAC
Burden at 120 V.,60Hz....... < 2.5 VA
Overload (continuous)......... 180 VAC
Frequency (nominal)........... 60 Hz.
Temperature range............ .20 to +60 C.
Max. temp. effect
on accuracy .. ......... +/- 0.5%
Accuracy @ 25 deg. C.
(10-150 V.)................... +/- 0.25% RO
Output range.. ............. 0 - 1.3 mA DC
Output @ rated input.......... 1 mA DC
Output ripple ................. < 0.5%
Output load ................... 0 - IOK ohm
Calibration adjustment........ +/- 10%
Response time (to 99%)........ < 400 ms
Stability, % full scale / yr.. +/- 0.25%
Dielectric withstand.......... 1500 V. RMS
Current transducers shall have the following
characteristics:
Input range ................... 0-6.5 A. AC
Rated input................. 5 A. AC
Burden at 5 A.,60Hz....... < .25 VA
Overload (continuous)......... 10 A. AC
Overload ( 1 sec. )........... 250 A. AC
Frequency (nominal)........... 60 Hz.
Temperature range............. .20 to +60 C.
Max. temp. effect
on accuracy .. ......... +/- 0.5%
Accuracy @ 25 deg. C.
(0 - 6.5 A.) ................... +/- 0.25% RO
Output range..................0 - 1.3 mA DC
Output @ rated input.......... 1 mA DC
Output ripple .................'< 0.5%
Output load.. ..... 0 - IOK ohm
Calibration adjustment........ +/- 10%
Response time (to 99%)........ < 400 ms
Stability, % full scale / yr.. +/- 0.25%
Dielectric withstand.......... 1500 V. RMS
Combination watt-var transducers shall be externally
powered, 3 phase, 4 wire, 2 1/2 element units with the following
characteristics:
Potential range.. .. .....
Potential input (nominal).....
Potential overload
(continuous). .. ...
Potential burden (per elem.)..
Current range ......
Current input (nominal).......
Current burden at 5 A.........
0 - 150 VAC
120 VAC
175 VAC
0.1 VA @ 120VAC
0 - 10 A.
5 A.
< .20 VA per elem.
10
rCurrent
overload (continuous). 15 A.
Current overload (10 s/h)..... 50 A.
Current overload ( 1 s/h)..... 250 A.
Frequency (nominal)........... 60 Hz.
Temperature range....... . .20 to 60 C.
Temperature influence (watts). +/-0.005% / deg.C.
. +/-0.009% / deg.C.
•••.••••.(vars)
Accuracy (watts). +/-0.2q
(vars)............... +/-0.2%
Rated output ................. +/- 1 mA DC
Output ripple.. ... ....... < 0.5%
Load resistance (for l mA).... 0 -IOK ohm
Calibration adjustment........ +/- 100%
Response time (to 99%)........ < 400 ms
Stability, % full scale/yr.... +/- 0.1% (watts)
.. +/- 0.2% (vars)
r
Dielectric withstand.......... 1800 V. RMS
Control power ................. 85 -135 VAC., 60Hz.
3.19
BASE BID RELAYING AND METERING'-
Each 15 kV feeder circuit shall be equipped with the
following:
r
i
ITEM
QUANTITY DESCRIPTION
1
3 ABB Model,CO-11, 1-12 A.Tap,
CI
6-144 A. Inst.,
Phase Overcurrent Relay
2
1 ABB Model,CO-11,
0.5-2.5 A.Tap, 6-144 Inst.
t.
Ground Overcurrent Relay
3
1 KWH/Demand meter - GE type
EV-3/KM-901 electronic demand
meter.
ITEM
QUANTITY DESCRIPTION
4
1 Digital Indicating
Ammeter
..
0-1200 Amps
r
5
1 Recording Ammeter
7 day chart with
2.5/ 5/10 taps
r"
6
1 Ammeter Switch
Electroswitch or equal
j
l
7
1 Recloding Relay Type
C11
R.C. or equal
8
1
Recloser Cut-off Switch
Electroswitch or equal
9
1
Control Switch
Electroswitch
10
1
Three phase watt/var
transducer
11
1
Single phase current
transducer
12
1
Red Light
13
1
Green Light
Each 15 kV
main circuit breaker shall be equipped with the
following:
ITEM
QUANTITY
DESCRIPTION
1
1
Recording Ammeter
7 day chart with
2.5/ 5/10 taps
2
1
Ammeter Switch
Electroswitch or equal
3
1
Digital Indicating
Ammeter
0-2000 Amps
4
1
Recording Voltmeter
7 day chart
ITEM
QUANTITY
DESCRIPTION
5
1
Voltmeter Switch
Electroswitch or equal
6
1
Digital Indicating
Voltmeter
7
1
Control Switch
Electroswitch or equal
8
1
Three phase watt/var
transducer
9
1
Single phase current
12
transducer
10
1
Single phase voltage
transducer
11
1
Red Light
12
1
Green Light
Each 15 kV
tie circuit breaker shall be equipped with the
following:
ITEM
QUANTITY
DESCRIPTION
1
1
Recording Ammeter
7 day chart with
2.5/ 5/10 taps
2
1
Ammeter Switch
Electroswitch or equal
3
1
Digital Indicating
Ammeter
0-2000 Amps
4
1
Control Switch
Electroswitch or equal
5
1
Three phase watt / var
transducer
6
1
Single phase current
transducer
7
1
Red Light
8
1
Green Light
In addition, the 15 kV switchgear line-up shall include the
following 15 kV bus differential relaying scheme. Two high
impedance differential schemes shall be furnished for 15 kV bus
protection. The relays shall be similar to Westinghouse type KAB
relays. The bus differential system design should consider the
length and junction points of the current transformer secondary
conductors.
Each bus differential scheme shall trip a separate lockout
relay. The lockout relay shall be a Electroswitch Series LOR or
approved equal with the relay coil supervised by a white pilot
light. When the lockoutrelay is tripped, its contacts shall
perform the following functions:
13
86B-3 shall:
Trip and block close breakers SS15-M1,SS15-1, SS15-2
and SS15-T
86B-2 shall:
Trip and block close breakers SS15-M2,
SS15-3, SS15-4 and SS15-T
Short out all three phases of C.T.'s.
Turn on red light
Three spare normally open and three spare normally closed
lockout relay contacts shall be wired to a terminal block for
future use.
3.20 ALTERNATE RELAYING AND METERING
Under Alternate Bid Item #3.2A provide micro processor based
overcurrent and reclosing relays as described below. Each 15 kV
feeder circuit shall be equipped with the following:
ITEM QUANTITY DESCRIPTION
1 1 ABB Model MMCO, microprocessor
_based, three phase plus
ground, overcurrent relay
2 1 KWH/Demand meter - GE type
EV-3/KM-901 electronic demand
meter
ITEM
3
4
5
6
7
QUANTITY
1
1
1
1
1
DESCRIPTION
Digital Indicating
Ammeter
0-1200 Amps
Recording Ammeter
7 day chart with
2.5/ 5/10 taps
Ammeter Switch
Electroswitch or equal
ABB Model MRC, Multishot
microprocessor reclosing relay
Recloser Cut-off Switch
Electroswitch or equal
14
I
W
8
1
Control Switch
Electroswitch
9
1
Three phase watt / var
transducer
10
1
Single phase current
transducer
11
1
Red Light
12
1
Green Light
Relaying and metering equipment for main breakers, tie
breakers, bus differentials and all other systems under this
alternate shall be identical to that specified in paragraph 3.19
for the base bid. In addition, under this alternate proposal
provide one (1) loose, spare ABB model MMCO overcurrent relay as
specified above and one loose spare ABB model MRC reclosing relay
as specified above.
3.20 LABELING
Provide engraved plastic laminate nameplates for the various
controls and equipment as described below. Nameplates shall be
secured to the panels and equipment with nuts and bolts. Any type
of adhesive attachment is not acceptable. Major terminal blocks
shall be labeled as they are designated on the Vendor's schematic
diagrams. Compartments within cubicles shall be clearly labeled
such as "PT's" or " Station Power X'mfr." Each switchgear cubicle
shall be identified by circuit number as directed by LP&L. Control
switches shall be labeled. Relays shall be identified as to the
function and the phase (A,B,C) to which it is connected shall be
labeled.
15
(THIS PAGE LEFT BLANK INTENTIONALLY)
F
FSECTION 4.0 - SWITCHBOARD RELAYING
4.01 QUANTITY
Under the base bid, Bid Item #4.1, provide relay panels with
electro mechanical line relaying as specified below. Under
Alternate Bid Item # 4.2A, provide relay panels with micro
processor based line relaying as specified. Under Alternate Bid
Items #4.3A, 4.4A, 4.5A provide spare carrier equipment as
specified in paragraph 4.12, and provide one (1) spare micro
processor based transmission line relaying system as described in
paragraph 4.22.
4.02 PROPOSAL DATA
Proposals submiited under this section of the specification
shall include price and delivery data entered on the appropriate
bid form. In addition, the Vendor shall submit a bill of material
indicating the quantity, manufacturer, and catalog number of all
major relays and equipment being supplied. Two copies of all
proposal data shall be submitted.
4.03 SUBMITTAL DATA
Upon acceptance of a proposal under this specification, the
Vendor shall submit for approval, five (5) sets of shop drawings.
These drawings shall include relay system schematics, panel wiring
diagrams, and switchboard elevations and'layouts. Upon delivery of
equipment the Vendor shall submit five (5) sets of final drawings
and one set of reproducible drawings. Five (5) sets of bound
operating, instruction, and maintenance manuals shall be provided
for all relay equipment. Manuals for the phase comparison carrier
scheme shall include complete documentation and schematics on each
module and sub -system.
Drawings to be submitted shall include the following:
One -line Diagram showing:
a. All 15 kV & 69 kV bus work and equipment
b. PT's and CT's with polarity information
c. Unique identification numbers for all devices
d. Basic ratings, sizes, voltages and ratios of all
devices.
Three -line Diagram showing:
a. All 15 kV & 69 kV bus work and equipment
b. Power transformer windings and polarity
c. PT's and CT's with polarity information
d. Unique identification numbers for all devices
e. Basic ratings, sizes, voltages and ratios of all
devices.
Schematic Diagrams showing:
a. All DC icircuits in the relay.panels
that are being furnished by this Vendor.
b. All AC circuits in the relay panels
that are being furnished by this Vendor.
c. Portions of AC and DC circuits in equipment or
systems that are not furnished by this Vendor, but
that are being interfaced with.
e. Each relay by device number
f. Contact schedule for each switch
Panel Layout Drawings showing:
a. Location of each relay, switch,nameplate, and
device mounted on the front or rear of all panels.
b. Size of relay case
c. Relay style number, type, and device number
d. Nameplate schedule
Installation Drawings showing:
a. Dimensions of panels and equipment.
b. Conduit entrance and cable connection points
E
c. Cubicle to cubicle wiring including wire and cable
numbers, terminal numbers and locations.
d. Complete material list
The Vendor shall request from the Owner, the details or
r` schematics for any equipment, systems, or devices that must be-
ii interfaced with, but are not being furnished under this section of
the Specifications.
4.04 GENERAL REQUIREMENTS
Equipment shall be designed to operate in an environment
with a temperature range of -200 to +55 C. and relative humidity
of up to 95% at a temperature of 40' C. Each panel shall be
constructed of not lighter than No. 11 standard gauge steel.
Panel stiffeners are to be provided for each panel. The Vendor
may propose the locations of stiffeners, but the Purchaser
reserves the right to require panel stiffeners in specific
locations provided appropriate space is available in the desired
locations. Panels shall be 90" high x 32" wide per these
Specifications (height not including base channel). Relay panels
shall have fixed front panels and hinged door rear access with
three point latching.
The Vendor shall supply
specified elsewhere, including
blocks, nameplates, resistors,
box (minimum quantity of 6) of
each type used in the panels.
4.05 TERMINAL BLOCKS
small miscellaneous items not
fuse blocks, fuses, terminal
capacitors, lights etc. One (1)
spare fuses is to be furnished for
All external connections to be made to Vendor's equipment
shall be brought to vertical terminal blocks, mounted on the back
of each individual switchboard panel, beginning approximately 6
inches above floor level, and extending as high as may be
required. All P.T. cable leads shall be terminated on standard
four -point terminal blocks. All C.T. cable leads shall be
terminated on C.T. shorting and grounding type terminal blocks. A
minimum of four (4) spare four -point terminal blocks shall be
provided for the Purchaser's future use. The Purchaser reserves
the right to rearrange the terminal block locations during the
drawing approval process.
4.06 LABELS AND IDENTIFICATION
1 All relay devices to which a device number is assigned shall
have the device number and relay type painted or otherwise
indelibly marked on the rear of the case. (i.e., "51-1A Over
Current Relay", etc.). Relays, controls switches, etc. shall be
labeled on the front of the switchboard with designations as
diredted by LP&L. Labels shall be engraved plastic laminate
attached with nuts and bolts. Adhesive materials for attaching
F3
labels is not acceptable. The Vendor shall label with paint or
otherwise identify each terminal block. The panel number shall be
painted on the rear of the panel at approximately eye -level.
All panel wiring shall be G.E. Vulkene insulated switchboard
wire 600 volt, 900 C. S1-57275, type SIS, single conductor, color
gray, #12 AWG strand tinned copper or Rockbestos X-link conductor
having a similar specification.
4.07 GROUNDING
Each panel shall be equipped with a 1/4" x 1" copper ground
bar running its entire width, and bolted to the panel to
effectively ground the whole structure. Provisions for attaching
a 2/0 Copper conductor to the ground bar is to be provided. All
points in the panels which are to be grounded shall be wired to
this bar. All current circuits shall be terminated on four -point
shorting -type terminal blocks. All current circuits will be
grounded only at the panel. This grounding will be provided
herein.
4.08 PANEL LIGHTS
Panel lights are to be furnished herein in accordance with
the colors shown on the drawings. Lights are to be the LED type
and rated 24 volts (24H) for operation with an external resistor
which is to be furnished as part of this specification. The
lights are to be Data Display Products (Los Angeles, California)
type 2SB or approved equal. A minimum of two spare lights for
each color furnished are to be provided.
Two green panel lights shall be provided for 69 kV breakers,
one to supervise each of the two trip coils.
4.09 TRANSDUCERS
Transducers shall be provided and installed in the relay
panels asshownon the one -Line diagram. These transducers will be
used to provide analog data inputs to the LP&L SCADA system RTU
that will be installed at the South Substation. Outputs from the
transducers shall be wired to a terminal block for field
connection to the RTU. This terminal block shall be located near a
conduit entrance location and near the terminal blocks for other
field installed wiring. In order to maintain compatiability and
interchangability with existing units, all transducers shall be
manufactured by
Square-D Electromagnetic Industries or Scientific Columbus.
Voltage transducers shall have the following
characteristics:
Input range ................... 0-180 VAC
Rated input....... ... .. 150 VAC
Burden at 120V.,60.Hz....... < 2.5 VA
4
Overload(continuous) .........
180 VAC
Frequency (nominal)...........
60 Hz.
Temperature range .............
.20 to +60 C.
Max. temp. effect
i
onaccuracy ..............
+/- 0.5%
r
Accuracy @ 25 deg. C.
(10-150 V.)...................
+/- 0.25% RO
Output range. . ...... ........
0 - 1.3 mA DC
Output @ rated input..........
1 mA DC
Output ripple .................
< 0.5%
Output load.. ........
0 - IOK ohm
Calibration adjustment........
+/- 10%
Response time (to 99%)........
< 400 ms
Stability, % full scale / yr..
+/- 0.25%
Dielectric withstand..........
1500 V. RMS
Current transducers shall have the following
characteristics:
Input range ................... 0-6.5 A. AC
Rated input.. .......... 5 A. AC
Burden at 5 A.,60.Hz....... < .25 VA
Overload (continuous)......... 10 A. AC
Overload ( 1 sec. )........... 250 A. AC
Frequency (nominal)........... 60 Hz.
Temperature range ............. .20 to +60 C.
Max. temp. effect
on accuracy .. ......... +/- 0.5%
Accuracy @ 25 deg. C.
(0 - 6.5 A.) ................... +/- 0.25% RO
Output range.. ... .........0 - 1.3 mA DC
Output @ rated input.. ...... 1 mA DC
Output ripple ................. < 0.50%
Output load.. .. ........ 0 - IOK ohm
Calibration adjustment........ +/- 10%
Response time (to 99%)........ < 400 ms
Stability, % full scale / yr.. +/-,0.25%
Dielectric withstand.......... 1500 V. RMS
4.10 69 kV LINE RELAYING
The line relaying for the two 69 kV lines feeding the
substation will be identical. A phase comparison carrier relay
system will be the primary line protection. Two zones of phase
distance relays and two zones of ground distance relays will
provide backup line protection.
Under the base bid, electro mechanical distance relays shall
be provided. Under the appropriate alternate bid item, a micro
processor based distance relay system shall be provided.
Certain .line relaying equipment at the remote ends of the
two incoming 69 kV lines to South Substation will be replaced
F
under this project. These remote substations are designated as
Chalker Substation and Holly Ave. Power Plant. Under this project
only loose relays, switches, etc. will be furnished for
installation in existing panels by LP&L personnel.
4.11 PHASE COMPARISON CARRIER - BASE BID
Provide four (4) sets of phase comparison carrier equipment.
Two sets will be installed at South Substation as primary line
relaying for breakers SS69-1 and SS69-2. The other two sets of
carrier equipment will be installed at Chalker and Holly Ave
substations to replace existing carrier equipment. Carrier systems
for Chalker and Holly Substations will be installed and integrated
into existing relay schemes by LP&L personnel.
The Vendor shall provide a complete and functional phase
comparison carrier relaying system. The principle items and
functions are described below. This description and list of
materials shall not relieve the Vendor of providing any additional
equipment or functions required to produce a complete and
operating system. The system shall include three (3) sets (one set
for each substation) of extender boards as required for testing
and adjusting each configuration of relay circuit card and carrier
system module.
The carrier -frequency transmitter/receiver is to be a wide
band Westinghouse TC-10B with voice adaptor. Carrier equipment
shall be arranged for operation on 125 Vdc. The system shall
contain the following principle components:
Receiver output module
Detector -module
Receiver module
RF Interface module
10 W Power amplifier module
Transmitter module
Keying module
Voice adapter module
Power supply module
Alarm / CLI
SKBU-1 phase comparison relay
SKBU-1 power supply
UIO chassis w/ digital logic power supply,
timer and aux logic module, AR trip module,
module, reclose block module, programmable
Test panel assembly
Skewed hybrid
Surge protection
Telephone handset
buffer module,
reclose initiate
relay module
New line wave traps for South Substation, Chalker Substation
and Holly Ave Power Plant will be provided under Section 3.0. New
coupling capacitors and line tuners for South Substation will be
provided under Section 3.0 of this specification: These devices
shall be designed for phase to ground operation at a single
r- frequency. Existing coupling capacitors and tuners presently in
service with Westinghouse TC-10 carrier equipment will be reused
" at Chalker and Holly Ave. Substations.
Each set of carrier equipment shall be mounted in its own -
cabinet with hinged front, swingout 19" rack panel and solid back.
The Vendor shall include in the proposal the cost for the
services of an ABB field service
engineer / technician to perform acceptance testing and check-out
of the carrier relaying system. This cost shall include all ABB
charges for travel, lodging, meals, per diem, test equipment, and
services.
4.12 PHASE COMPARISON CARRIER - ALTERNATE BID ITEMS
Under Alternate Bid Items #4.3 - 4.5, cost proposals are
requested to provide spare carrier system equipment for use in
maintenance and repair of the on-line systems. Spare telephone
` handsets, skewed hybrids, and test panels will not be required.
Under Alternate Bid Item 4.3 provide one complete spare TC-
10B system that shall include the RF components of the system
including receiver output module, detector module, receiver
module, RF interface module, 10 watt power amplifier module,
transmitter module, keying module, power supply module, and alarm
/ CLI-module. Components included in this spare system shall be
identical to the units and modules actually provided in the Base
Bid.
Under Alternate Bid Item 4.4 provide one complete SKBU-1
phase comparison relay and power supply. The modules and
components provided in this spare relay shall be identical to the
units actually provided in Base Bid.
Under Alternate Bid Item 4.5 provide one complete UIO
chassis including digital logic power supply, buffer module, timer
and auxiliary logic module, AR trip module, reclose initiate
module, reclose block module, programmable relay module.
4.13 69 kV BUS RELAYING
A high -impedance differential scheme shall be furnished for
69 kV bus protection. The relays shall be similar to Westinghouse
type KAB relays. The bus differential system design should
consider the length and junction points of the current transformer
secondary conductors.
The differential relays shall trip a lockout relay. The
lockout relay shall be a Electroswitch Series LOR or approved
equal.
F7
When the lockout relay is tripped its contacts shall perform
the following functions:
Trip breakers SS69-1,2,3,4 and SS69-BT
Block close on breakers SS69-1,2,3,4 and SS69-BT
Short out all three phases of C.T.'s used for bus
differential.
Turn on red light
Three spare normally open and three spare normally
closed lockout relay contacts shall be wired to a
terminal block for future use.
4.14 69 kV TRANSFORMER RELAYING
Transformer overcurrent protection shall be provided by
three phase overcurrent and one ground overcurrent relay per power
transformer. The phase overcurrent relays shall be connected to
the 69 kV transformer breaker bushing C.T.'s. The ground
overcurrent relay shall be connected into the transformer neutral
C.T.
The transformer differential relays shall be similar to
three Westinghouse HU relays per transformer. Each set of
differential relays shall trip a lockout relay. The lockout relay
shall trip the high and low side transformer breaker, block close
of the high and low side transformer breaker, and turn on a red
indicating light. The lockout relay shall be a Electroswitch
Series 24 LOR or equal. Four spare N.O. and four spare N.C.
contacts per lockout relay shall be wired to a terminal block for
Purchasers future use.
The transformer sudden pressure relay shall be wired to trip
the same lockout relay as the transformer differential. There
shall be a flag dropping relay similar to a G.E. type HAA, CAT.
No.: 12HAA16BIF provided to annunciate the operation of the
sudden pressure relay on each transformer.
4.15 15 kV FEEDER BREAKER AND BUS RELAYING
Details of the 15 kV feeder and bus differential relaying is
provided in Section 3.0 - 15 kV Metalclad Switchgear of these
specifications. The Vendor under"Section 4.0 of this Specification
shall refer to the one -line diagram and the Section 3.0
Specifications to determine the exact extent of the provisions
necessary to interface the transformer differential relay schemes
with the metalclad switchgear.
4.16 OPERATING VOLTAGE
0
The operating voltage for all relays in this panel shall be
120-volt ungrounded battery.
4.17 CONTROL SWITCHES
Each control switch, as required in these Specifications, is
to be furnished with the quantity of contacts as necessary to
comply with the Specifications, plus one (1) each spare close,
trip, close after open, open after close, and two (2) each slip
contacts.
4.18 SURGE PROTECTION
Surge protective capacitors are to be furnished and installed as
recommended by the relay supplier.
t
4
1
t
f
9
4.19 BASE BID MATERIAL LIST
PANEL DESIGNATION QUANTITY DESCRIPTION
1 87B-lA,B,C 3 RELAY APPLICATION: 69 kV Bus
Differential
RELAY TYPE: ABB KAB
RELAY CAT. NO.: ---
RELAY STYLE NO.: 6668D37A16
CURRENT RANGE TIME: ---
CURRENT RANGE INST.: ---
COIL VOLTAGE: 75-300 VAC
COMMENTS:
--- No instantaneous
overcurrent unit.
1 86B-1 1 RELAY APPLICATION: Lockout
Relay
RELAY TYPE: Electroswitch
RELAY CAT. NO.: Similar to
7808D
RELAY STYLE NO.: ---
CURRENT RANGE TIME: ---
CURRENT RANGE INST.: ---
COIL VOLTAGE: 125-VDC
COMMENTS:
---8 Deck---
3 79-1 (SS69-1) 2 RELAY APPLICATION: Reclosing Relay
4 79-2 (SS69-2) RELAY TYPE: ABB - SGR-52
RELAY CAT. NO.:
RELAY STYLE NO.: 1346D91A07
CURRENT RANGE TIME: ---
CURRENT RANGE INST.: ---
COIL VOLTAGE: 125-VDC
COMMENTS:
---S-2 Case.
EU
PANEL
DESIGNATION QUANTITY
DESCRIPTION
3
79-1 COS
2
APPLICATION: Reclose Cutout Switch
4
(SS69-1)
TYPE: Electroswitch
CAT. NO.: Similar to 24203E
79-2 COS
STYLE NO.: ---
(SS69-2)
CURRENT RANGE TIME: ---
CURRENT RANGE INST.: ---
COIL VOLTAGE: ---
COMMENTS:
---Two (2) spare N.C. contacts and
two (2) spare N.O. contacts.
4
101-1 (SS69-1)
5
APPLICATION: OCB CONTROL SWITCH
3
101-2 (SS69-2)
TYPE: Electroswitch
2
101-T1 (SS69-3)
CAT. NO.:
Similar to 2458D
k
t
2
101-T2 (SS69-4)
STYLE NO:
1
101-BT (SS69-BT)
CURRENT
RANGE TIME: ---
CURR INST.: ---
COILEVOLTAGEE
COMMENTS:
---Two (2) each spare Close, and
Trip contacts, one (1) spare off
after Trip and Close contacts;
Pistol grip type handles and pull
to lock.
3
02BF-1
2
RELAY APPLICATION: Breaker Failure
4
(SS69-1)
Timing Relay
RELAY TYPE: ABB - TD-5
02BF-2
RELAY CAT. NO.: ---
(SS69-2)
RELAY STYLE NO.:---293B301A22
CURRENT RANGE TIME: -__
CURRENT RANGE INST.: -
COIL VOLTAGE: ---
COMMENTS:
l
---0.05-0.4 Sec. Timing Range
3
50BF-1
2
RELAY APPLICATION: Breaker Failure
4
(SS69-1)
Fault Detector
RELAY TYPE: ABB - KC-4
50BF-2
RELAY CAT. NO.: ---
(SS69-2)
RELAY STYLE NO.: 293B004A13
CURRENT RANGE TIME: Phase 2-8
CURRENT RANGE: Ground .5 - 2.0
COIL VOLTAGE: ---
COMMENTS:
r„
---ICS - .2/2.0 amp
11
PANEL DESIGNATION QUANTITY DESCRIPTION
3
3
4
4
M
3
4
4
3
Ci
21Z1-1
4
RELAY APPLICATION: Distance Relay
21Z2-1
RELAY TYPE: ABB - KD-10
(SS69-1)
RELAY CAT. NO.: ---
RELAY STYLE NO.: 719B195A22
21Z1-2
CURRENT RANGE TIME: ---
21Z2-2
CURRENT RANGE INST.: ---
(SS69-2)
COIL VOLTAGE: ---
COMMENTS:
---.2-4.5 ohms; ICS - 0.2/2.0 amps;
Maximum torque angle - 750
21NZ1-1
2
RELAY APPLICATION: Ground Dist.
(SS69-1)
Relay
RELAY TYPE: ABB - SDG-1T
RELAY CAT. NO.: ---
RELAY STYLE NO.: 6698DIIA05
21NZ2-1
CURRENT RANGE TIME: ---
(SS69-1)
CURRENT RANGE INST.: ---
COIL VOLTAGE: ---
APPROVED EQUAL ACCEPTABLE: Yes
---Sec. imp. range 1-30 ohms;
ICS - 0.2/2.0 amps; Max.
sensitivity angle 60° - 800,
contact output.
21NZ1-2
2
RELAY APPLICATION: Ground Dist.
(SS69-2)
Relay
RELAY TYPE: ABB - SDG-IT
21NZ2-2
RELAY CAT. NO.: ---
(SS69-2)
RELAY STYLE NO.: 6698D11A07
CURRENT RANGE TIME: ---
CURRENT RANGE INST.: ---
COIL VOLTAGE: ---
APPROVED EQUAL ACCEPTABLE: Yes
---Sec. imp. range 0.2-4.35 ohms;
ICS - 0.2/2.0 amps; Max.
sensitivity angle 600 - 800,
contact output.
02Z2-1
2
RELAY APPLICATION: Timer
(SS69-1)
RELAY TYPE: ABB - TD-52
(PHASE & GRND.)
RELAY
CAT. NO.: ---
RELAY STYLE NO.: ---
02Z2-2
CURRENT RANGE TIME: ---
(SS69-2)
CURRENT RANGE INST.: ---
(PHASE & GRND.)
COIL
VOLTAGE: 125-VDC
COMMENTS:
---0.2 - 4.- Sec. Timing Range
12
r
PANEL DESIGNATION - QUANTITY
DESCRIPTION
2 87-T1A,B,C
6
RELAY APPLICATION: Transformer
2 87-T2A,B,C
Differential
RELAY TYPE: ABB - HU
RELAY CAT. NO.: ---
RELAY STYLE NO.: 290B46AO9
CURRENT RANGE TIME: ---
CURRENT RANGE INST.: ---
COIL VOLTAGE: ---
COMMENTS:
2 86-T1
2
RELAY APPLICATION: Lockout Relay
2 86-T2
RELAY TYPE: Electroswitch LOR
RELAY CAT. NO.: Similar to 7803C
RELAY STYLE NO.: ---
CURRENT RANGE TIME: ---
CURRENT RANGE INST.: ---
COIL VOLTAGE: 125 VDC
COMMENTS:
---3 Deck
2 63X-T1
2
APPLICATIONS: Sudden Pressure
2 63X-T2
Auxiliary Relay
RELAY TYPE: General Electric HAA
RELAY CAT. NO.: 12HAA16B1F
RELAY STYLE NO.: ---
CURRENT RANGE TIME: ---
CURRENT RANGE INST.: ---
COIL VOLTAGE: 125 VDC
2 50/51-A,B,C
6
APPLICATION: Phase Overcurrent
(SS69-3)
RELAY TYPE: ABB - CO-11
RELAY CAT. NO.: -
2 50/51-A,B,C
RELAY STYLE NO.: 265C047A07
(SS69-4)
CURRENT RANGE TIME: 1-12
CURRENT RANGE INST.: 6-144
COIL VOLTAGE: ---
COMMENTS:
---ICS - .2/2.0 amp
13
PANEL DESIGNATION QUANTITY DESCRIPTION
2
2
1
1
51N (SS69-3) 2 APPLICATION: Ground Overcurrent
51N (SS69-4) RELAY TYPE: ABB - CO-11
RELAY CAT. NO.: ---
RELAY STYLE NO.: 265CO47A05
CURRENT RANGE TIME: 1-12
CURRENT RANGE INST.: ---
COIL VOLTAGE: ---
COMMENTS:
---ICS - 0.2/2.0 amps
50/51-A,B,C 3
(SS69-BT)
51N.(SS69-BT) 1
APPLICATION: Phase Overcurrent
RELAY TYPE: ABB - CO-11
RELAY CAT. NO.: ---
RELAY STYLE NO.: 265C047AO7
CURRENT RANGE TIME: 1-12
CURRENT RANGE INST.: 6-144
COIL VOLTAGE: ---
COMMENTS:
---ICS - .2/2.0 amp
APPLICATION: Ground Overcurrent
RELAY TYPE: ABB - CO-11
RELAY CAT. NO.: ---
RELAY STYLE NO.: 265C047A05
CURRENT RANGE TIME: 1-12
CURRENT RANGE INST.: ---
COIL VOLTAGE: ---
COMMENTS:
---ICS - 0.212.0 amps
MISC. 1 LOT All other relays, switches and
related items required for a
complete installation.
14
4.20 BASE BID LOOSE RELAYS FOR CHALKER AND HOLLY AVE. SUBSTATIONS
PANEL DESIGNATION QUANTITY DESCRIPTION
CHALK. 02BF (CH69-1) 2 RELAY APPLICATION: Breaker Failure
HOLLY 02BF (HY69-4) Timing Relay
RELAY TYPE: ABB - TD-5
RELAY CAT. NO.: ---
RELAY STYLE NO.: 293B301A22
CURRENT RANGE TIME: ---
CURRENT RANGE INST.: ---
COIL VOLTAGE: ---
COMMENT:
0.05-0.4 Sec. Timing Range
CHALK. 50-BF (CH69-1) 2 RELAY APPLICATION: Breaker Failure
HOLLY. 50-BF (HY69-4) Fault Detector
RELAY TYPE: ABB - KC-4
RELAY CAT. NO.: ---
RELAY STYLE NO.: 293B004A13
CURRENT RANGE TIME: Phase 2-8
CURRENT RANGE: Ground .5 - 2.0
COIL VOLTAGE: ---
COMMENTS:
---ICS - .2/2.0 amp
15
4.21 ALTERNATE BID MATERIAL LIST
Under Alternate Bid Item #4.2A a proposal is requested to provide
ABB, "MDAR" micro processor based step distance relaying system in lieu of
the electro mechanical KD and SDG relays shown above and to provide micro
processor based overcurrent relays in lieu of the electromechanical CO
relays shown above. This alternate proposal shall include the charges for
providing a factory trained field service engineer / technician to perform
acceptance testing of these two relay systems.
PANEL DESIGNATION QUANTITY DESCRIPTION
1 87B-lA,B,C 3 RELAY APPLICATION: 69 kV Bus
Differential
RELAY TYPE: ABB - KAB
RELAY CAT. NO.: ---
RELAY STYLE NO.: 6668D37A16
CURRENT RANGE TIME: -
CURRENT RANGE INST.: ---
COIL VOLTAGE: 75-300 VAC
COMMENTS:
--- No instantaneous
overcurrent unit.
1 86B-1 1 RELAY APPLICATION: Lockout
Relay
RELAY TYPE: Electroswitch
RELAY CAT. NO.: Similar to
7808D
RELAY STYLE NO.: ---
CURRENT RANGE TIME: ---
CURRENT RANGE INST.: ---
COIL VOLTAGE: 125-VDC
COMMENTS:
---8 Deck---
16
PANEL DESIGNATION , QUANTITY DESCRIPTION
3 79-1 (SS69-1) 2 RELAY APPLICATION: Reclosing Relay
4 79-2 (SS69-2) RELAY TYPE: ABB - SGR-52
RELAY CAT. NO.:
RELAY STYLE NO.: 1346D91A07
CURRENT RANGE TIME: ---
CURRENT RANGE INST.: ---
COIL VOLTAGE: 125-VDC
COMMENTS:
---S-2 Case.
3 79-1 COS
2
APPLICATION: Reclose Cutout Switch
(SS69-1)
TYPE: Electroswitch
CAT. NO.: Similar to 24203B
4 79-2 COS
STYLE NO.: ---
(SS69-2)
CURRENT RANGE TIME: ---
CURRENT RANGE INST.: ---
COIL VOLTAGE: ---
COMMENTS:
---Two (2) spare N.C. contacts and
two (2) spare N.O. contacts.
4 101-1 (SS69-1)
5
APPLICATION: OCB CONTROL SWITCH
3 101-2 (SS69-2)
TYPE: Electroswitch
2 101-T1 (SS69-3)
CAT. NO.:
Similar to 2458D
2 101-T2 (SS69-4)
STYLE NO: ---
1 101-BT (SS69-BT)
CURRENT
RANGE TIME: ---
CURRENT RANGE INST.: ---
COIL VOLTAGE: ---
COMMENTS:
---Two (2) each spare Close, and
Trip contacts, one (1) spare off
after Trip and Close contacts;
Pistol grip type handles and pull
to lock.
3 02BF-1
2
RELAY APPLICATION: Breaker Failure
(SS69-1)
Timing Relay
RELAY TYPE: ABB - TD-5-
4 02BF-2
RELAY CAT. NO.: ---
(SS69-2)
RELAY STYLE NO.:---293B301A22
CURRENT RANGE TIME: ---
CURRENT RANGE INST.: ---
COIL VOLTAGE: ---
COMMENTS:
---0.05-0.4 Sec. Timing Range
17
PANEL
DESIGNATION QUANTITY
DESCRIPTION
3
50BF-1
2
RELAY APPLICATION: Breaker Failure
(SS69-1)
Fault Detector
RELAY TYPE: ABB - KC-4
4
50BF-2
RELAY CAT. NO.: ---
(SS69-2)
RELAY STYLE NO.: 293B004A13
CURRENT RANGE TIME: Phase 2-8
CURRENT RANGE: Ground .5 - 2.0
COIL VOLTAGE: ---
COMMENTS:
---ICS - .2/2.0 amp
3
21Z1-1,21NZ1-1 2
RELAY
APPLICATION: Distance Relay
21Z2-1,21NZ2-1
RELAY TYPE: ABB - MDAR
(SS69-1)
RELAY CAT. NO.: ---
RELAY STYLE NO.: MD3BINNFN4
4
21Z1-2,21NZ1-2
CURRENT RANGE TIME: ---
21Z2-2,21NZ2-2
CURRENT RANGE INST.: ---
(SS69-2)
COIL VOLTAGE: ---
COMMENTS:
2
87-T1A,B,C
6
RELAY APPLICATION: Transformer
2
87-T2A,B,C
Differential
RELAY TYPE: Westinghouse HU
-
RELAY CAT. NO.: ---
RELAY STYLE NO.: 290B46A09
CURRENT RANGE TIME: ---
CURRENT RANGE INST.: ---
COIL VOLTAGE: ---
COMMENTS:
2
86-T1
2
RELAY APPLICATION: Lockout Relay
2:
86-T2
RELAY TYPE: Electroswitch LOR
RELAY CAT. NO.: Similar to 7803C
RELAY STYLE NO.: ---
CURRENT RANGE TIME: ---
CURRENT RANGE INST.: ---
COIL VOLTAGE: 125 VDC
COMMENTS:
---3 Deck
2
63X-T1
2
APPLICATIONS: Sudden Pressure
2
63X-T2
Auxiliary Relay
RELAY TYPE: General Electric HAA
RELAY CAT. NO.: 12HAA16B1F
RELAY STYLE NO.: ---
CURRENT RANGE TIME: ---
CURRENT RANGE INST.: ---
COIL VOLTAGE: 125 VDC
18
PANEL DESIGNATION QUANTITY DESCRIPTION
2 50/51-A,B,C
2 APPLICATION: Phase Overcurrent
(SS69-3)
RELAY TYPE: ABB -MMCO
RELAY CAT. NO.: ---
2 50/51-A,B,C
RELAY STYLE NO.: 265CO47AO7
(SS69-4)
CURRENT RANGE TIME: 1-12
CURRENT RANGE INST.: 6-144
COIL VOLTAGE: ---
COMMENTS:
---ICS - .2/2.0 amp
1 50/51-A,B,C
1 APPLICATION: Phase & Grnd
Overcurrent
(SS69-BT)
RELAY TYPE: ABB - MMCO
RELAY CAT. NO.: ---
RELAY STYLE NO.: 265C047A07
CURRENT RANGE TIME: 1-12
CURRENT RANGE INST.: 6-144
COIL VOLTAGE: ---
COMMENTS:
---ICS - .2/2.0 amp
MISC.
1 LOT All other relays, switches and
related items required for a
complete installation.
19
4.22 ALTERNATE BID ITEM #4.6A MATERIAL LIST
Under Alternate Bid Item #4.6A provide one (1) complete
spare ABB 'MDAR' microprocessor relay system inner chassis,
identical to the units furnished under Alternate Bid Item # 4.2A.
This spare inner chassis will be utilized for maintenance and
repair of the two operating units furnished under Alternate Bid'
Item #4.2A.
4.23 CURRENT TESTING
All devices are to have the means to test current flow
through the device. Test plugs in the device are acceptable as
are separate switches. All relays shall be mounted in drawout type
cases.
4.24 SUBSTATION MAINTENANCE MANAGEMENT SYSTEM
Under Base Bid Item #1.1, the Vendor shall furnish a
substation maintenance management system consisting of hand held
processors (HHP) for data collection and a database and management
software system for compiling the data. The HHP's shall provide a
paperless inspection system that guides the inspector through the
inspection sequence. Inspection sequences shall be tailored by the
user, limits shall be defined for HHP readings, and out -of -range
inputs shall be alarmed to the inspector. The inspector shall
have the capability to input messages or notes and skip inspection
items. Data from the HHP's shall be transferred to the main PC
where detailed records and facts on each piece of equipment is
stored. The User shall be able to define off -normal conditions,
readings, temperatures, or counters for each piece of equipment in
the system. The management system shall print an inspection
report, highlight abnormal conditions, print engineering and
operating reports, report feeder loads and unbalance currents,
generate work orders, and generate preventative maintenance work
orders.
Hand held processors shall run under MS-DOS and shall have a
50 key weatherproof key board, 256 KB of memory, rechargeable Ni-
cad batteries with built in charger, and 8 line x 21 character
display. The HHP's shall be Telxon model 860 ES PTC. Three (3)
HHP's shall be provided. The maintenance management software shall
be ASSET as furnished by Engineering and Design Associates, 2
Plaza Southwest, 6900 SW Haynes Rd., Tigard, Ore. 97223. The
management system shall, include all documentation, one week of
training at LP&L's offices. The proposal shall include all travel,
lodging, meals, and expenses for the Vendor's personnel during the
one week of training.
4.25 MISCELLANEOUS EQUIPMENT
The following equipment is required for installation at
adjacent substations or is required for construction of this
N
N
station. To assure compatibility with existing equipment and
system, no substitute equipment will be permitted unless noted.
- One (1) Multi -Amp, Master Test relay test software system with
one year maintenance agreement.
- One (1) Multi -Amp, NEC model PM 70-2150 , Powermate PC relay
test controller.
- Provide firmware upgrades for LP&L's three (3) existing Epoch
I, one (1) Epoch III, one (1) Epoch IV, and one(1) Epoch 20
Multiamp relay test sets.
4.26 SWITCHBOARD METERING
Under Base Bid Item #1.1 the Vendor shall provide a quantity
of digital panel meters to replace the existing analog meters in
the LP&L Holly Power Plant switchboard. These replacement meters
shall be capable of being installed in the existing 4 inch
diameter panel cutouts. The replacement meters shall be furnished
with all necessary power supplies, shunts, and transducers.
Battery powered devices are not acceptable. Transducers and meters
shall be self powered or shall operate from customer supplied
125VDC or 120VAC sources. Meters to be replaced are (1) AC
voltmeter, (21) AC ammeters, (7) AC megawatt meters, and (7) AC
megavar meters. Replacement megawatt and megavar meters shall be 3
phase, 4 wire type and megavar meters shall operate without the
use of external phase shifting transformers. All meters shall have
adjustable scale factors to allow for changes in CT ratios. These
meters will be replaced by LP&L substation personnel. The Vendor
shall provide complete instruction manuals and wiring diagrams for
each device. The existing meters to be replaced and their
characteristics are as follows:
LP&L Circuit Ident. : HY-T-1
Meters required : (3) ea. AC ammeter, 0-600 A
(1) ea. AC megawatt, 80-0-80 MW
(1) ea. AC megavar, 40-0-40 MVar
(1) ea. AC voltmeter,0-50 KV
Exist instr. x'mfr.: PT ratio 350:1, CT ratio 120:1
LP&L Circuit Ident. : HY-69-1
Meters required : (3) ea. AC ammeter, 0-600 A
(1) ea. AC megawatt, 80-0-80 MW
(1) ea. AC megavar, 40-0-40 MVar
Exist instr. x'mfr.: PT ratio 350:1, CT ratio 120:1
LP&L Circuit Ident. : HY-69-2
Meters required : (3) ea. AC ammeter, 0-600 A
(1) ea. AC megawatt, 80-0-80 MW
(1) ea. AC megavar, 40-0-40 MVar
F21
Exist instr. x'mfr.: PT ratio 350:1, CT ratio.120:1
LP&L Circuit Ident. : HY-69-3
Meters required : (3) ea. AC ammeter, 0-600 A
(1) ea. AC megawatt, 80-0-80 MW
(1) ea. AC megavar, 40-0-40 MVar
Exist instr. x'mfr.: PT ratio 350:1, CT ratio 120:1
LP&L Circuit Ident. : HY-69-4
Meters required : (3) ea. AC ammeter, 0-600 A
(1) ea. AC megawatt, 80-0-80 MW
(1) ea. AC megavar, 40-0-40 MVar
Exist instr. x'mfr.: PT ratio 350:1, CT ratio 120:1.
LP&L Circuit Ident. : HY-69 IT1
Meters required,: (3) ea. AC ammeter, 0-1200 A
(1) ea. AC megawatt, 0-100 MW
(1) ea. AC megavar, 70-0-70 MVar
Exist instr. x'mfr.: PT ratio 350:1, CT ratio 240:1
LP&L Circuit Ident. : HY-230-1
Meters required : (3) ea. AC ammeter, 0-600 A
(1) ea. AC megawatt, 100-0-1000 MW
(1) ea. AC megavar, 70-0-70 MVar
Exist instr. x'mfr.: PT ratio 1200:1, CT ratio 120:1
22
F
SECTION 5.0 MISCELLANEOUS EQUIPMENT AND MATERIALS
5.01 PROPOSAL DATA
Proposals submitted under this specification shall have
price and delivery information entered on the appropriate bid
form. In addition complete descriptive data or brochures shall be
provided on all equipment and materials.
5.02 SUBMITTAL DATA
Upon acceptance of a proposal, the Vendor shall submit five
(5) copies of approval drawings and instruction manuals for all
equipment.
5.03 AUTOMATIC TRANSFER SWITCH
Provide one (1) each, 150 ampere, 240 volt, two pole
mechanically held automatic transfer switch with NEMA 1 enclosure.
The switch shall be similar to ASCO 940 switch with standard
features including pickup adjustable voltage sensing of both
sources, time delay to override momentary outages, retransfer to
normal time delay, test switch to simulate normal source failure,
auxiliary contact to indicate position of switch, switch to
manually select source.
5.04 A.C. PANELBOARD
Provide one (1) each two section AC panelboard with mains
and branch breakers as specified below. The panelboard shall be UL
Listed, surface mounted with hinged door, bolted in circuit
breakers and ground bus. The panel shall have the following
ratings and devices:
Voltage: 120 / 240 volts, 1 phase, 3 wire,
60 Hz, AC
Mains 125 A/.2P main circuit breaker
Short circuit
rating 10,000 amps RMS Sym.'
Branch breakers: (2) 40A / 2P
(2) 30A / 2P
(10) 20A / 2P
(30) 20A / 2P
5.05 D.C. PANELBOARD
F
Provide one (1) each DC panelboard with mains and branch
breakers as specified below. The panelboard shall be UL Listed,
surface mounted with hinged door, bolted in circuit breakers,
ground bus, and sub feed or feed thru lugs for the addition of
future panelboard sections. The panel shall have the following
ratings and devices:
Voltage: 125 volts DC
Mains, 225 A/ 2P main circuit breaker with
225 A. sub -feed -or feed thru lugs
Short circuit
rating : 5,000
Branch breakers: (20) 20A / 2P
5.06 FUSED DISCONNECT SWITCHES
Provide one (1) each 200 ampere, 2 pole, 250 volt DC, NEMA
KS-1 heavy duty, UL listed disconnect switch. The switch shall.
have a NEMA 4 / 4X water and dust tight stainless steel enclosure.
5.07 BATTERIES
Provide one.(1) each 60 cell, nominal 125 VDC battery system
with step rack and accessories as described below. The batteries
shall be single cell lead -calcium units with a design life of 20
years on float charge. The batteries are to constructed to be low
gassing with minimal water consumption and a watering interval on
float charge of greater than 1 year. Batteries shall have
transparent containers and flame arrestor type vent caps. The
battery shall have a minimum nominal ampere -hour capacity of 200
Ampere Hour at a 8 hour rate to 105 volts at 77 degrees F. The
batteries shall have lead calcium plates.
A two-step rack shall be furnished on which to set the
battery cells. The rack shall be as recommended by the battery
manufacturer or an approved equal.
The battery system shall be furnished complete including all
connectors, straps, and conductor to make the proper connections
between each battery unit. Terminals shall be furnished to accept
3/0 AWG copper conductor on the two end cells. The system -shall
also be furnished with a thermometer, and a hydrometer.
5.08 BATTERY CHARGER
Provide one (1) each 125 VDC battery charger as described
below. The battery charger shall have a 240 volt ac, 60 hertz, 1
phase input with 130 volts DC, 12 ampere output. DC voltage
regulation shall be maintained at t .5% at any load from no load
to full load with t 10% variation in input voltage. Filtering
shall be provided to limit ripple to less than 30 millivolts RMS
2
j when connected to a battery and less than 100 millivolts RMS
without a battery. The charger shall have current limiting
circuitry, adjustable float and equalize voltage settings, input
and output circuit breakers, DC voltmeter, DC ammeter and 0-72
hour equalize timer. In addition the charger shall have an AC
power failure alarm relay and high / low DC alarm both with form
r "C" output contacts.
5.09 CONTROL CABLES
Provide 8500 feet of 5C-#10 and 5000 feet of
12C-#12 multi -conductor control cable, 2000 feet of #10 AWG
switchboard wire, 2000 feet of #12 AWG switchboard wire, and 2000
of 2C-#18 shielded cable as specified below.
Multi -conductor control cables shall soft drawn copper
conductors per ASTM B-3 with Class B stranding per ASTM B-8.
Conductor insulation shall be 20 mils of high molecular weight
polyethylene and a 10 mil thick color coded layer of PVC.
Insulation shall be rated for 75 degree C., 600 volt operation.
Conductors shall be cabled with necessary fillers and covered with
a 60 mi,l thick PVC jacket. The jacket shall be rated for 75 degree
C., 600 volt operation and shall meet the requirements of ICEA S-
61-402, par. 4.3.1. Multi -conductor cables shall be suitable for
installation in underground ducts.
Single conductor switchboard wire shall be type SIS, with
105 strand, tinned copper conductor and 30 mil thick gray cross
linked polyethylene insulation. Switchboard wire shall resist
heat, moisture, flame, oil and corrosive vapors.
Shield control cable shall have two #18AWG stranded, tinned
copper conductors with polyethylene insulation, aluminum -polyester
shield, #20 AWG stranded, tinned copper drain wire and a PVC
jacket.
5.10 FLOODLIGHTS
Provide fifteen (15) each 400 watt high pressure sodium
floodlights as described below. Floodlights shall be vertical lamp
units with a heavy duty, die cast aluminum housing and bronze
paint finish. Reflectors shall be hydroformed anodized aluminum
with an adjustable lamp socket position and gasketed tempered
glass lens. Standard beam spread shall be NEMA 7x5, with 6x4 and
7x6 available through alternate socket positions. Floodlights
shall be provided with photocell receptacle and wrap around
mounting yoke. Ballasts shall be 240 volt regulated type.
Floodlights shall be equal to American Electric model # 475-6343.
No Text
SPECIAL CONDITIONS
-36-
(THIS PAGE LEFT BLANK INTENTIONALLY)
-
WIN
City of Lubbock
P.O. Box 2000
Lubbock, Texas 7J457
606-767-2167
August 29, 1991
M.J. ELECTRIC SYSTEMS CONTROL
PO BOX 788
ATTN: S. PONTBRIAND
IRON MOUNTAIN MI 49801
SUBJECT: LP&L SOUTH SUBSTATION STRUCTURES & EQUIPMENT
Office of
Purchasing
The City of Lubbock, having considered the proposals submitted and
opened on the 16th day of July, 1991, for work to be done and materials
to be furnished in and for:
City of Lubbock Bid # 11357
LP&L SOUTH SUBSTATION STRUCTURES & EQUIPMENT
as set forth in detail in the Specifications, Plans, and Contract
Documents for such work for the City of Lubbock; it appearing that your
proposal is fair, equitable and to the best interest of said City,
please take notice that said proposal was accepted by the City Council
of the City of Lubbock on the August 8, 1991, at the bid price contained
therein, subject to the execution of and furnishing of all other
documents specified and required to be executed and furnished under the
contract documents. It will be necessary for you to execute and furnish
to the City of Lubbock all such documents within ten (10) days from your
receipt of this Notice.
The five percent (5%) bid security, submitted with your proposal,
will be returned upon the execution of such contract documents and bonds
within the above specified ten (10) day period. In the event you should
fail to execute and furnish such contract documents and bonds within the
time limit specified, said bid security will be retained by the City of
Lubbock.
CITY OF LUBBOCK
Gene Eads, C.P.M.
Purchasing Manager
�4