15kV Metalclad Switchgear for Vista Bay 2.

From: Benton Public Utility District(Utilities)
24-21-04

Basic Details

started - 15 Feb, 2024 (2 months ago)

Start Date

15 Feb, 2024 (2 months ago)
due -

Due Date

N/A
Bid Notification

Type

Bid Notification
24-21-04

Identifier

24-21-04
Benton Public Utility District

Customer / Agency

Benton Public Utility District
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

BID #24-21-04 TITLE: Vista Bay 2 15kV Metalclad Switchgear QUESTIONS: Michelle Ochweri, Manager of Procurement cp@bentonpud.org BID Issued February 25, 2024 Questions Submitted February 28, 2024 BID Due March 19, 2024 2:00PM Award Date April 9, 2024 BID #24-21-04 Page 2 of 13 Contents CALL FOR BID ................................................................................................................................... 3 GENERAL INSTRUCTIONS TO BIDDER.............................................................................................. 4 SPECIAL INSTRUCTIONS TO BIDDER ................................................................................................ 6 BID SCHEDULE ................................................................................................................................. 7 EXHIBIT A – SAMPLE CONTRACT
..................................................................................................... 9 EXHIBIT B - SAMPLE PERFORMANCE BOND.................................................................................. 12 Attachment 1 - Specification 2024-01 Attachment 2 - Drawings (VIS01-VIS08) BID #24-21-04 Page 3 of 13 CALL FOR BID Vista Bay 2 15kV Metalclad Switchgear NOTICE IS HEREBY GIVEN BY Benton PUD, Kennewick, Washington that sealed bids will be received until 2:00p.m. PST, Tuesday, March 19, 2024, at which time, they will be opened and publicly read to provide 15kV Metalclad Switchgear for Vista Bay 2. Bid Packages are available on-line www.bentonpud.org, at the District’s office, 2721 W. 10th Ave., Kennewick, Washington or can be requested at cp@bentonpud.org. All questions regarding this bid shall be directed to the Procurement Department at cp@bentonpud.org. Bidders MUST submit bids in a SEALED ENVELOPE addressed to: Benton PUD, Procurement Department, PO Box 6270, 2721 W. 10th Avenue, Kennewick, Washington 99336 AND MARKED: Bid #24-21-04, Vista Bay 2 15kV Metalclad Switchgear, Bid Opening 2:00PM PST, Tuesday, March 19, 2024. Each bid shall be accompanied by a Bid Bond, certified or cashier's check payable to the order of the Benton PUD for a sum not less than 5% of the amount of the bid, with a corporate Surety licensed to do business in the State of Washington The successful bidder will be required to furnish a Surety or Performance Bond for 100% of the contract price. By order of the Commission of Benton County Public Utility District No. 1. BID #24-21-04 Page 4 of 13 GENERAL INSTRUCTIONS TO BIDDER 1. SEALED bids must be received at the District's Purchasing Department, 2721 W. 10th Avenue, Kennewick, Washington by the time and date specified in the Call for Bid. The District assumes no responsibility for bids not received in the Purchasing Department at bid time. Mail to: P.O. Box 6270 Deliver to: 2721 W. 10th Avenue Kennewick, WA 99336 Kennewick, WA 99336 2. All bids shall conform to the technical specifications and contract terms specified within the bid package. A sample contract has been provided in the bid package containing the contract terms. When submitting the bid, the contractor must clearly specify any modifications to the specifications or contract terms, including all exceptions, deletions, additions, or other changes on the Bid Summary Sheet. Material modifications as deemed by Benton PUD may be considered as non-responsive and the bid rejected. 3. Each bid shall be accompanied by a certified or cashier's check payable to the order of the District for a sum not less than 5% of the amount of the bid, or accompanied by a Bid Bond in an amount not less than 5% of the bid, with a corporate Surety licensed to do business in the State of Washington, conditioned that the successful bidder will pay the District as liquidated damages the amount specified in the bond unless he enters into a contract in accordance with his bid within ten (10) days from the date on which he is notified that he is the successful bidder. 4. The successful bidder will be required to furnish a performance bond in the form attached hereto with a surety authorized to do business in the State of Washington, in a penal sum not less than 100% of the contract. 5. In the event the successful bidder fails to furnish an approved Performance Bond and to sign the contract within ten (10) days after notification by the District, an amount equal to five percent (5%) of the amount of the bid shall be forfeited to the District as liquidated damages. Said liquidated damages shall be paid from the Bid Bond. 6. All items must be accepted by the District prior to payment. Acceptance criteria and time periods are specified within the bid technical specifications. BID #24-21-04 Page 5 of 13 7. Bids shall cover delivery FOB destination and acceptance by the District. Acceptance shall be after delivery to the destination within Benton County, Washington. Acceptance notification by the District to the contractor shall be in writing. Testing, if applicable, will be performed prior to acceptance. 8. Warranty may be a consideration in contract award. Bidder shall state all conditions of warranty on the Bid Summary Sheet. 9. Bids shall reflect the exemption of the Federal Excise Tax. The contract is subject to Washington State Sales Tax, but the bid price shall NOT include this amount. 10. Special consideration will be given to firm bids. 11. The experience and proven performance of the bidder will be considered in awarding the contract. Consideration will also be given to adequacy of the maintenance and service facilities provided by the Bidder. 12. Any changes, additions or deletions to the specifications shall be made by written addendum only and included with Bid Submitted. 13. The District reserves the right to let any item or items separately to the lowest and best qualified bidder. 14. The District reserves the right to waive minor irregularities or minor errors in any proposal; if it appears to the District that such irregularities or errors were made through inadvertence. Any such irregularities or errors so waived must be corrected on the proposal in which they occur prior to the acceptance thereof by the District. 15. The District reserves the right to reject any or all bids and to waive any informalities in the bidding. 16. The venue and jurisdiction of any action or claim for or against the Bidder or the District shall be in Benton County, Washington and in the District or Superior Courts thereof according to the jurisdictional amount. 17. Delivery shall be a consideration in awarding this bid. BID #24-21-04 Page 6 of 13 SPECIAL INSTRUCTIONS TO BIDDER 1. Provide Vista Bay 2 15kV Metalclad Switchgear to meet all requirements of Specification 2024-01 and the associated drawings (VIS01-VIS08). 2. Successful bidder shall provide final Metalclad dimensional base layout and unit weight by August 1, 2024; to allow the District to have the foundation design incorporated into its construction package. 3. Delivery will be by January 30, 2025. Delivery means at District site specified in BID not time of shipment. 4. Other Delivery timeframes will be considered but must be defined at time of BID. BID SCHEDULE THE DISTRICT WILL NOT ACCEPT ANY CHANGES OR MODIFICATIONS TO BID AFTER THE RECEIPT OF THIS BID Note: 1. Firm Price through Bid Lead-Time and shipment, no metals adjustments 2. Delivery shall be a consideration in awarding bid. 3. Anticipated Approval of Contract & Award Date will be April 9, 2025 Prices are Firm through Delivery Date YES NO (If Bidder is proposing Pricing other than firm it is a requirement to provide process in which the price is calculated and against what index) Any Exceptions To The Specifications YES NO Any Exceptions To Exhibit A YES NO Acknowledge Receipt of Addend. Nos. State Warranty Vendor Name: ITEM QTY DESCRIPTION EACH PRICE TOTAL PRICE DELIVERY (DAYS OR WEEKS ARO) 1 1 Vista Bay 2 15kV Metalclad Switchgear per Bid Specification 2024-01. Delivery Date: January 30, 2025 BID #24-21-04 Page 8 of 13 Manufacturer Supplier Name Address Supplier Email Supplier Phone # The District is a public entity subject to the disclosure requirements of the Washington Public Records Act of RCW 42.56. The bidder expressly acknowledges and agrees that its proposal and any information bidder submits with its proposal or which bidder submits to the District in its performance of any contract with the District is subject to public disclosure pursuant to the Public Records Act or other applicable law and the District may disclose bidder’s proposal and/or accompanying information at its sole discretion in accordance with its obligations under applicable law. The District must comply with the Preservation and Destruction of Public Records RCW 40.14. The bidder expressly acknowledges and agrees that it will maintain all records and documentation related to the contract in accordance with its obligations under applicable law. In the event that the District receives a request pursuant to the Washington Public Records Act, or other legal process requesting or mandating disclosure of any information or documents submitted to the District by bidder, the District’s sole obligation shall be to notify the bidder promptly, so that the bdder at bidder’s expense and cost, may seek court protection of any of the requested information bidder deems confidential. Person authorized to bind supplier to the Terms and Conditions of this Bid: BY: _______________________________________________________ PRINT: _______________________________ ___________________ TITLE: _________________ ___________ DATE: _____________________________________________________ BID #24-21-04 Page 9 of 13 EXHIBIT A – SAMPLE CONTRACT This agreement is made and entered into on the _____ day of ___________, 2024, by and between: PUBLIC UTILITY DISTRICT NO. 1 OF BENTON COUNTY, hereinafter referred to as "the District", AND _______________________, hereinafter referred to as "the Vendor" WITNESSETH: That the Vendor, for the consideration hereinafter fully set out, and the District, for the consideration of material furnished, agrees that: 1. SCOPE OF WORK: Furnish______________ Cable per specifications in Bid Pkg. #XX-XX- XX, P.O. #_____. 2. DELIVERY & ACCEPTANCE: The Vendor shall deliver the _______________ Cable F.O.B. destination to Benton PUD by _____________; failure to do so may result in damage to the District. Testing and Acceptance of conforming items by Benton PUD shall occur within the number of days after delivery as specified in the bid specification (if applicable). Items that fail to meet acceptance criteria as specified in the bid specifications shall be rejected. Acceptance or rejection by the District to the Vendor shall be in writing. 3. TEMPORARY PRICING AND DELIVERY REVISIONS Under certain extreme market conditions, the District may consider temporary revisions to the awarded Quoted Unit Price(s) and/or delivery requirements, provided the Vendor provides the following: A. 14 calendar days’ written notice to Benton PUD Contract & Purchasing Department cp@bentonpud.org of any proposed revisions to the affected Unit Price(s). B. The specific reasoning and justification for any such revisions. C. Upon request by the District, any market-based evidence, related pricing indexes or other resources to support the District in validating the proposed revisions. Such requests may be made by the District periodically so that the District can determine that the revisions are continually justified. BID #24-21-04 Page 10 of 13 Price increases solely to increase profit or margin shall not be considered. Any Temporary revisions to pricing and/or delivery requirements that the District may choose to agree to shall be authorized by a Change Order. In the event a temporary revision to the awarded Quoted Unit Price(s) is authorized by Change Order, such revised pricing shall not be eligible for any further increase for a period of not less than six months from the date Change Order is fully executed. 4. PAYMENT: Payment will be made within thirty days of Acceptance by the District or receipt of a valid invoice from the Vendor, whichever occurs later. The District agrees to pay the Vendor for the material/equipment the sum of _________________________Dollars ($.00), plus applicable Washington State Sales Tax. 5. GUARANTEE: The Vendor guarantees the ________________ against all defects in workmanship, materials, and in design as stated on the warranty provided by ______________. 6. PERFORMANCE BOND: The Vendor shall furnish, in favor of the District, a Performance Bond as required by the Contract Documents, and this Contract shall not obligate the District until such Performance Bond has been tendered. The District is a public entity subject to the disclosure requirements of the Washington Public Records Act of RCW 42.56. The vendor expressly acknowledges and agrees that its proposal and any information vendor submits with its agreement or which vendor submits to the District in its performance of any contract with the District is subject to public disclosure pursuant to the Public Records Act or other applicable law and the District may disclose vendor’s proposal and/or accompanying information at its sole discretion in accordance with its obligations under applicable law. The District must comply with the Preservation and Destruction of Public Records RCW 40.14. The vendor expressly acknowledges and agrees that it will maintain all records and documentation related to the contract in accordance with its obligations under applicable law. BID #24-21-04 Page 11 of 13 In the event that the District receives a request pursuant to the Washington Public Records Act, or other legal process requesting or mandating disclosure of any information or documents submitted to the District by vendor, the District’s sole obligation shall be to notify the vendor promptly, so that the vendor at vendor’s expense and cost, may seek court protection of any of the requested information vendor deems confidential. PUBLIC UTILITY DISTRICT NO. 1 NAME OF BENTON COUNTY BY:_________________________________ BY:_________________________________ PRINT:_________ _________________ PRINT:______________________________ TITLE:_ ________________ TITLE:_______________________________ DATE:______________________________ DATE:_______________________________ UBI NO. BID #24-21-04 Page 12 of 13 EXHIBIT B - SAMPLE PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That whereas, Public Utility District No. 1 of Benton County, Washington, a municipal corporation, hereinafter designated as the “District", has entered into an agreement dated _______________________, 2024, with ________________, hereinafter designated as the "Vendor", providing for , which agreement is on file at the District's office and by this reference is made a part hereof. NOW, THEREFORE, We, the undersigned Vendor, as principal, and, a corporation organized and existing under and by virtue of the laws of the State of _____________________ and duly authorized to do a surety business in the State of Washington, as surety, are held and firmly bound into the State of Washington and the District in the sum of _______________________________________ Dollars ($0.00) for the payment of which we do jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns by these presents. THE CONDITIONS OF THIS OBLIGATION are such that if the said principal, his heirs, representatives or successors, shall well and truly keep and observe all of the covenants, conditions, and agreements in said contract and shall faithfully perform all of the provisions of the contract, pay all taxes of the Vendor arising therefrom, and pay all laborers, mechanics, subcontractors, and material men and all persons who shall supply such person or subcontractors with provisions and supplies for carrying on such work, and shall indemnify and save harmless the District, their officers, and agents, from any and all claims, actions or damage of every kind and description including attorneys' fees and legal expense and from any pecuniary loss resulting from the breach of any of said terms, covenants, or conditions to be performed by the Vendor: AND FURTHER, that the Vendor will correct or replace any defective work or materials discovered by the said District within a period of one year from the date of acceptance of such work or material by said District, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect. BID #24-21-04 Page 13 of 13 No change, extension of time, alteration or addition to the work to be performed under the agreement shall in any way affect Vendor's or surety's obligation on this bond, and surety does hereby waive notice of any change, extension of time, alterations or additions thereunder. This bond is furnished in pursuance of the requirements of Sections 54.04.080 et seq. of Revised Code of Washington, and, in addition to other Vendor and surety to the District for the use and benefit of said District together with all laborers, mechanics, subcontractors, material men, and all persons who supply such person or subcontractors with provisions and supplies for the carrying on of the work covered by the agreement to the extent required by said Revised Code of Washington. IN WITNESS WHEREOF, the said Vendor and the said surety have caused this bond to be signed and sealed by their duly authorized officers this ____ day of _______________, 2022. Surety Title Vendor Title Public Utility District No. 1 of Benton County Specification 2024-01 VISTA SUBSTATION BAY 2 15 KV METAL-CLAD SWITCHGEAR 0 Drafted (Based upon District Spec. #2022-01 & 2018-02) and redline comments from Vista Bay 1 and Orchard View Bay 2 projects DAB 2/8/2024 REV. BY APPROVED BY DATE SBH Benton PUD - 2 - Specification 2024-01 Revised 2/8/2024 Public Utility District No. 1 of Benton County Specification 2024-01 VISTA SUBSTATION BAY 2 15 KV METAL-CLAD SWITCHGEAR 1.0 GENERAL ........................................................................................................................... 3 2.0 RATINGS ............................................................................................................................ 4 3.0 DESCRIPTION.................................................................................................................... 4 4.0 HOUSING AND CUBICLE CONSTRUCTION ................................................................ 5 5.0 RACEWAYS ....................................................................................................................... 7 6.0 BUS ...................................................................................................................................... 8 7.0 ROOF BUSHINGS .............................................................................................................. 9 8.0 FEEDER CUBICLES ........................................................................................................ 10 9.0 AUXILIARY CUBICLE ................................................................................................... 14 10.0 AISLE EQUIPMENT ........................................................................................................ 16 11.0 WIRING AND TERMINAL BLOCKS............................................................................. 19 12.0 NAMEPLATES AND EQUIPMENT IDENTIFICATION .............................................. 20 13.0 PAINTING ......................................................................................................................... 21 14.0 DRAWINGS AND INSTRUCTION BOOKS .................................................................. 21 15.0 TESTING ........................................................................................................................... 23 16.0 SHIPPING AND DELIVERY ........................................................................................... 25 17.0 WARRANTY .................................................................................................................... 26 18.0 ACCESSORIES AND SPARE PARTS ............................................................................ 27 19.0 BIDDER’S DATA ............................................................................................................. 27 20.0 INFORMATION TO BE SUBMITED AFTER AWARD ................................................ 28 21.0 RECEIPT OF UNIT AND APPROVAL FOR PAYMENT .............................................. 29 22.0 SWITCHGEAR DATA SHEET ........................................................................................ 31 Benton PUD - 3 - Specification 2024-01 Revised 2/8/2024 1.0 GENERAL 1.1 This specification covers the construction and delivery of outdoor 15 kV metal- clad switchgear for the Public Utility District No. 1 of Benton County (District). The switchgear shall be suitable for operation on a nominal 12470Y/7200 Volt, three-phase, four wire grounded neutral, 60 Hertz system. The switchgear shall have all details designed, manufactured, assembled, and tested in accordance with the requirements of this specification. 1.2 The following District drawings are made a part of this specification:  24-21-04 VIS01, Proposed Layout  24-21-04 VIS02, One-Line Schematic  24-21-04 VIS03, Auxiliary Relay Panel Layout  24-21-04 VIS04, Relay Panel Wiring Diagram  24-21-04 VIS05, Relay Panel Schematic Diagram  24-21-04 VIS06, Typical Breaker Door Panel Layout  24-21-04 VIS07, Typical Breaker Wiring Diagram  24-21-04 VIS08, Typical Breaker Control Schematic 1.2.a Drawings capture major equipment and protective device wiring layouts and are not intended to capture all additional misc. materials required per this specification. 1.2.b Indicated equipment and protective wiring layouts shall not be modified without prior written approval from the District. 1.2.b.i Ancillary items such as the cubicle lighting or cubicle heater wiring may be landed on different terminal strips at the Manufacturer’s discretion. 1.2.c AutoCAD copies of these drawings shall be provided to the successful Bidder. 1.2.d Indicated wire numbers (e.g. #650) are references from original source documents and may be updated at the Manufacturer’s discretion. 1.3 Only those manufacturers that have demonstrated their capabilities manufacturing quality 15 kV or 25 kV electric utility switchgear for a minimum of five years shall be considered. 1.4 All dimensions, specifications, drawings, bulletins, catalogs, and transmittals submitted to the District shall be in the English language and the English foot-pound- Benton PUD - 4 - Specification 2024-01 Revised 2/8/2024 second system of units. Use of metric units and/or other languages is not acceptable. 1.5 All equipment furnished, and tests performed under this specification, shall comply with all applicable regulations, safety codes, specifications, and standards, including applicable technical definitions as acknowledged and accepted in the industry as of the date of the purchase order. The foregoing shall include, but not be limited to, applicable specifications, standards and requirements issued by the following entities: IEEE-Institute of Electrical Electronics Engineers ANSI-American National Standards Institute NEMA-National Electrical Manufacturers Association ASTM-American Society for Testing and Materials NESC-National Electrical Safety Code NOTE: Metalclad Switchgear is a non-habitable, Utility controlled, integral piece of equipment exempt from inspection by the Washington State Department of Labor & Industries. 2.0 RATINGS 2.1 The switchgear shall meet all ratings as listed in the latest revision of ANSI 37.20.2 for metal-enclosed power switchgear and shall meet the following minimum ratings: 2.1.a Rated nominal voltage, kV 12.47Y 2.1.b Rated maximum voltage, kV 15 2.1.c Insulation levels: 2.1.c.i 60 Hz, kV 36 2.1.c.ii Impulse, kV 95 2.1.d Momentary current, Amps (Sym.) 37,000 2.1.e Main Bus - Rated continuous current, Amps 2000 2.1.f Transfer Bus – Rated continuous current, Amps 1200 2.1.g Ground/Neutral Bus – Rated continuous current, Amps 900 2.1.h Feeder Bus – Rated continuous current, Amps 1200 2.1.i Transfer Switch – Rated continuous current, Amps 1200 Note: 37kA symmetrical rating applies to buswork, supports, framing, etc. The breakers, as a rack in/out device distinct form the switchgear itself fall under the separate breaker requirements section(s) of this specification. 3.0 DESCRIPTION Benton PUD - 5 - Specification 2024-01 Revised 2/8/2024 3.1 The new metal-clad switchgear must be compatible with the indicated conduit windows per the proposed layout on Drawing #24-21-04 VIS01. See drawing #24-21-04 VIS02 for the proposed switchgear one line schematic. The auxiliary cabinet door will include a relay panel with the layout shown on drawing #24-21- 04 VIS03. The relay panel wiring and schematic diagrams are shown on drawings #24-21-04 VIS04 & #24-21-04 VIS05. Typical breaker control compartment door controls layout shown on drawing #24-21-04 VIS06. The breaker control compartment wiring and schematic diagrams are shown on drawings #24-21-04 VIS07 & #24-21-04 VIS08. 3.2 The metal-clad switchgear shall include four compartmented one-high feeder cubicle units and one auxiliary cubicle unit to include bay protection relay panel (door mounted) as shown on attached drawings and a protected aisle, assembled together to form a continuous single line structure. 3.3 Feeder and auxiliary cubicles shall provide compartments and housing for the following: 3.3.a Main and Transfer Buses 3.3.b Vacuum Circuit Breakers 3.3.c Current Transformers 3.3.d Feeder Control Panels 3.3.e Transfer Bus Switches 3.3.f Surge Arrestors 3.3.g Outgoing Power Cables 3.3.h Relay Panel 4.0 HOUSING AND CUBICLE CONSTRUCTION 4.1 The metal-clad switchgear shall include the following construction features: 4.1.a The complete structure shall be made of suitable steel plate, weatherproof and factory assembled on a structural steel base. The exterior walls shall be minimum 11-gauge steel, interior walls and ceiling minimum 14-gauge steel and the roof shall be minimum 14-gauge steel with a gable slope of 1" in 1 foot. The floor system shall be manufactured with 8" structural beams to limit the floor elevation above grade. The bottom side of the structure and the lowest 6" of the enclosure exterior shall be coated with an epoxy coating (Dupont 25-P high solid epoxy mastic LFL 3225 or approved equal) to protect against moisture. 4.1.b All exterior hardware shall be stainless steel. Benton PUD - 6 - Specification 2024-01 Revised 2/8/2024 4.1.c Feeder and auxiliary cubicle frames shall be continuous-seam welded for good alignment. Panels, doors, and compartment barriers shall be 11 gauge cold-rolled steel. Cubicles must be complete with full height and depth sides so that, when bolted together, there will be two thicknesses of 11 gauge steel between adjacent cubicles. Individual cubicles shall be bolted together to form the switchgear lineup. Low-voltage compartments of cubicles shall be sealed off from medium voltage compartments. 4.1.d Two insulated 40" X 80"-84" steel exterior entrance door(s) shall be provided. The doors shall be supplied with a lockable latching mechanism. Door hardware shall be rim type Corbin Russwin brand. Each entrance door shall be equipped with the following hardware. Exceptions to the door hardware requirements will not be allowed. 4.1.d.i Exit Device – COR ED5200 630 W036 M54 Rim Exit (Panic Bar Door Hardware). 4.1.d.ii Rim Housing – KSP 308 26D I/C. 4.1.d.iii Night Latch – COR TH 957 630 Exit Trim LC. 4.1.d.iv Norton #7500 closing device. 4.1.d.v Locks shall be Best brand rim cylinders with a 6 pin core. Core keys shall be provided to ensure that the core can be removed by the District. 4.1.d.vi Door shall be provided with weather stripping and shall have a weatherproof shield above the door to divert rain and snow from the door opening. One door, as shown on the proposed switchgear layout drawing, shall include a double pane window, approximately 24" X 30" in size. 4.1.e The entire switchgear housing shall be insulated as follows: wall panels which shall have a thermal resistance of R-19 or greater, ceiling panels which shall have a thermal resistance of R-30 or greater, and floor which shall have a thermal resistance of R-25 or greater. 4.1.f Housing shall be supplied with adequate ventilation louvers with extra fine, high density stainless steel filters and shall be located to provide proper ventilation but exclude dust. Benton PUD - 7 - Specification 2024-01 Revised 2/8/2024 4.1.g Floor cutouts for the four feeder getaway conduits shall be provided. The feeder cutouts shall be approx. 16" X 30". A steel skirt will be required around the base to prevent rodents and snakes from getting into the switchgear and the feeder conduits. Other cutouts may be requested by the District during the approval drawing process. 4.1.h Hinged exterior doors or hinged panels shall be provided on each side of every cubicle for access to cable entrance compartments. The door or panel shall be capable of being opened 110° and shall have provisions to automatically be mechanically held in this position. The rear doors shall be completely weather tight and shall be provided with a stainless steel or cast aluminum handle and three-point latching mechanism. The door handles shall have padlocking provisions. NEMA grade GPO-3 insulated barrier panels shall be provided behind each rear cubicle door. The barriers may be hinged or easily removable with a hot stick. The barriers shall not block viewing of the transfer switch through the viewing window. 4.1.i Cubicle doors, front and back, shall have identification plates, approximately 66" above the base, showing the following: AUXILIARY, V5B, V6B, V7B, and V8B. The engraved lettering on the plates shall be a minimum of 1 1/2" in height. 4.1.j Wall penetrations shall be provided as shown on the proposed switchgear layout drawing. 5.0 RACEWAYS 5.1 Raceways shall be provided for cable management. All openings for cable routing shall be appropriately gasketed for protection of cables. The following minimum raceways shall be provided for cable management: 5.1.a Overhead Cable Tray. The overhead cable tray shall be Wiremold Specmate L Series NEMA 12 aluminum type or approved equal. The tray shall be located as shown on the proposed switchgear layout drawing and shall be mounted such that the minimum clearance between the bottom of the tray and the floor is 8'. There shall be a minimum of 1' of clearance between the top of the tray and the ceiling. The tray shall be 18" wide, 4" deep with 9" rung spacing except where noted on the layout drawing. The overhead cable tray shall incorporate transitions at all ends and above the racks to facilitate the transition of wiring from the tray. The rungs shall be slotted. Cable tray sections shall be bonded together and tray shall be grounded to ground bus with minimum #6 Cu jumper. Benton PUD - 8 - Specification 2024-01 Revised 2/8/2024 5.1.b Wall Raceway. An 8" X 8" control raceway shall extend around the entire perimeter of the switchgear unit. Additionally, the raceway shall run on top of the perimeter of the cubicles. The raceway shall be mounted near the top of the wall. 5.1.b.i Each compartment shall have a minimum of (3) 2” openings (with cable protection bushings) from wall raceway into cubicles. At least (1) of these openings shall be left empty for the District’s use. 5.1.b.ii At each compartment location, there shall be a minimum of (3) 2” openings (with cable protection bushings) from wall raceway to cable tray. At least (1) of these openings shall be left empty for the District’s use. 5.1.c Exterior Control Cable Entrance Raceways. Each exterior cable entrance compartment shall be no less than 30" wide, 115" tall and at least 18" deep. The compartment shall have a weather tight, hinged, full height door and a single handle with a 3 point latching mechanism. The compartment shall have a sloped roof and be located approximately as shown on the drawing. The overhead cable tray shall extend within this compartment allowing for the easy routing of control cable into the switchgear. Compartment shall be provided with cable securement rails on the back plane with 12” spacing. 6.0 BUS 6.1 Ampacity. Shall be per section 2.1 above and shall be capable of carrying the rated fault current of the metal-clad switchgear for two seconds. 6.2 Layout. All bus shall be full round edge, electrical grade, copper bus bar with silver-plated contact surfaces. Tapering of the bus will not be allowed. Contact surfaces shall be tightly bolted. 6.2.a The incoming orientation shall be per drawing #24-21-04 VIS01. 6.2.b The phase orientation shall be A-B-C, top to bottom, back to front, and left to right when viewed from the exterior side of the cubicles. 6.3 Insulation. All buses shall be in separate compartments and supplied in unit lengths that will permit reassembly in the field. Buses shall be completely and Benton PUD - 9 - Specification 2024-01 Revised 2/8/2024 separately insulated. Insulating sleeves are not acceptable. Power epoxy coating shall be a fluidized bed process, and shall be flame retardant and track-resistant. 6.4 Ground Bus. The neutral/ground bus shall extend through the length of the switchgear and shall extend outside at each end with provision for connection to station ground mat and neutral from power transformer. The ground bus shall be extended and drilled with a NEMA 4-hole pattern to accommodate connection to the substation ground grid. 6.4.a A ground bar kit shall be provided in the auxiliary and the control side of each feeder compartment. Ground bar shall be connected to ground bus with a minimum #2 AWG Cu jumper. 7.0 ROOF BUSHINGS 7.1 Layout. The incoming connection from the transformer secondary shall be by means of 1-1/4” IPS Copper bus to roof bushing. The roof bushings shall be mounted on a diagonal and shall be spaced to provide adequate phase-to-phase clearance for incoming bus. Phasing shall be as indicated on dwg #24-21-04 VIS01. The roof bushings shall be mounted on an elevated roof elevation or “Top Hat”. The elevated roof shall have removable side covers allowing for the replacement of the roof bushings. The “Top Hat” shall be constructed such that no deflection occurs due to the Bushing’s weight. 7.2 Type. The roof bushings shall be 23 kV, 2000 amp minimum and provided with terminals for vertical connection of the tubular bus. These connectors shall be threaded all the way down on the bushing, not just to manufacturer minimums. The bushings shall be Warco part #41A05149-1 or District approved equivalent. 7.3 The roof bushings shall be connected to the internal bus bars using flexible bus jumpers. If parallel bus jumpers are used, they shall be installed such that they are staggered on either side of the outside faces of the bus-bar and bushing connector to prevent overheating of a single jumper paddle. Stacking on the same side of the bus and bushing connectors is not allowed. The Manufacturer shall provide a spacer between parallel bus bars as required. As part of the manufacturing process the Manufacturer shall install the bushings and connect them to the bus system to verify proper fit. This includes torquing down the bushing bolts to verify proper fit. Evidence of proper fit prior to delivery shall be provided in one of the following ways: 7.3.a Digital photos of each installed bushing including showing that the bushing connectors are threaded all the way down on the bushing, not just to Manufacturer minimums. Benton PUD - 10 - Specification 2024-01 Revised 2/8/2024 7.3.b Bushings and jumpers installed and torqued during witness testing. 8.0 FEEDER CUBICLES The feeder cubicles shall include the following equipment: 8.1 Feeder Breaker. Each feeder cubicle shall be designed to house a one-high horizontal drawout 15 kV, 1200 amp, 500 MVA interrupting capacity vacuum circuit breaker. The circuit breakers shall be ABB AMVAC Cat # MB4G1- 1600000-0U0. All breakers furnished shall be mechanically and electrically interchangeable. 8.1.a Feeder breaker cubicle shall utilize ABB’s preassembled, preadjusted lower breaker cubicle Cat# CBR1L1210BY00U. Preassembled cubicle shall meet all requirements of this specification, include the roll out on floor “ROF” option, and have the remote racking provisions factory installed and adjusted in the cubicle and on the cubicle door. 8.1.b The circuit breaker shall be self-aligning and rigidly held in the operating position without the use of locking bars or bolts. 8.1.c Safety shutters shall be provided to automatically cover the entrance to the primary stationary contacts whenever the breaker is in the test, disconnected or removed positions. 8.1.d Position indicator and operation counter shall be plainly visible on each breaker when standing erect and directly in front of each breaker unit. Plainly visible markers shall indicate when the breaker is in the connected, test or disconnected positions. 8.1.e Positive acting interlocks to prevent removal or replacement when breaker is in a closed position shall be provided. 8.1.f The circuit breaker shall be opened and closed by a “magnetic actuator” mechanism. Tripping and control voltage shall be 48 Volts DC. Each circuit breaker shall be connected to separate DC sources from the DC panel. Mechanism shall permit full speed manual closing with power supply disconnected. 8.1.g The Manufacturer shall describe the means for manual operation of the breaker and shall state whether manual operation is restricted to test only. Benton PUD - 11 - Specification 2024-01 Revised 2/8/2024 8.1.h All control devices, including current transformers and secondary connections, shall be designed to withstand, without injury, the mechanical shocks incident to handling the operations at rated short- circuit current and at related required capabilities of the circuit breaker stipulated in the latest edition of ANSI C37.06. 8.1.i Current transformers and control and instrument transformer secondary wiring, where a part of the breaker or its assembly, shall be located or protected by metallic coverings so as to provide adequate shielding from voltages induced by switching surges, from arcing in or around the circuit breaker, and to minimize the possibility of insulation failure introducing line potential on this wiring. The breakers shall be wired and function per drawings #24-21-04 VIS07 & #24-21-04 VIS08. 8.2 Current Transformers 8.2.a Three 1200:5 multi-ratio current transformers, Class C400 relay accuracy shall be installed on the source-side of each feeder breaker (one per phase). These CT’s shall be factory wired at 600:5. 8.2.b Three 1200:5 multi-ratio current transformers, Class C400 relay accuracy shall be installed on the load side of each breaker for input into the differential scheme (one per phase). These CT’s shall be factory wired at 1200:5. Polarity shall be per drawing #24-21-04 VIS02. Differential CT circuit shall have a common ground in Auxiliary Compartment only. 8.2.c Three 600:5 current transformers, Class C200 meter accuracy shall be provided to be installed on feeder getaway cables for input into the cable load monitoring circuit (one per phase). These CT’s shall be aligned with the cable terminal pads for ease of get-away conductor installation and shall have a minimum of 12” of vertical mounting adjustment. 8.2.c.i Nominal CT mounting position shall be 24” above grade. 8.2.c.ii The bottom of the terminal pads described in section 8.7.a shall be 18” minimum above the nominal mounting position of the CT’s. 8.2.c.iii CT’s shall be installed for the purposes of witness testing but disassembled and shipped loose to facilitate installing the Metal-Clad Switchgear feeder getaway cables. Benton PUD - 12 - Specification 2024-01 Revised 2/8/2024 8.2.d Current transformer diagrammatic type nameplates shall be located adjacent to the current transformer shorting terminal blocks and shall include the following information: 8.2.d.i Polarity 8.2.d.ii Diagram of Connections 8.2.d.iii Accuracy class 8.2.d.iv Tap identification with corresponding turns ratio. 8.2.e All positions for multi-ratio current transformers shall be wired to shorting blocks in the breaker compartment. 8.2.f CT polarities shall be per drawing #24-21-04 VIS02. 8.3 Front Panel. One hinged steel upper door which shall include the following equipment: 8.3.a Relay. One Schweitzer Engineering Laboratories (SEL) 751A Feeder Protection Relay, Catalog #751A62C1C1C71851221. Manufacturer shall remove communications jumper on SEL-751A control board to allow SCADA output commands to be executed. See SEL manual for specific jumper on communications board. 8.3.b 52 Control Switch. One Schweitzer Engineering Laboratories (SEL) 52 Control Switch with Pushbuttons and Fingerguards, Catalog #951021B1. 8.3.c Bitronics Meter. One Bitronics Three Phase Multifuction SCADA Meter, Model #M650B3, with Standard RJ45 10BaseT/100BaseTX port for service port functions with DNP3 TCP/IP support. 8.3.d Test Switch. ABB Type FT-1 Test Switch Assembly, Catalog #129A514G01 with clear cover and label identifying the circuit associated with each switch. Quantities for each breaker are per drawing #24-21-04 VIS07 and #24-21-04 VIS08. 8.3.e Test Switch. ABB Type FT-1 Test Switch Assemblies, Catalog #129A539G01 with clear cover and label identifying the circuit associated with each switch. Quantities for each breaker are per drawing #24-21-04 VIS07 and #24-21-04 VIS08. 8.3.f Test Switch. ABB Type FT-1 Test Switch Assemblies, Catalog #C1586C42G20 with clear cover and label identifying the circuit Benton PUD - 13 - Specification 2024-01 Revised 2/8/2024 associated with each switch. Quantities for each breaker are per drawing #24-21-04 VIS07 and #24-21-04 VIS08. 8.3.g Door. The hinged steel door shall be capable of being opened a minimum 90 degrees and shall have provisions to automatically be mechanically held in this position. No device mounted on the door shall come into contact with the frame of the switchgear at any position of opening. The panel shall be capable of being securely closed with one handle. 8.4 Terminal Blocks. As specified in section 11. 8.5 Space Heater. One space heater, in the breaker section, thermostatically controlled. 8.6 Transfer Switch. Each feeder cubicle shall contain a 15 kV, 1200 Amp loadbreak gang operated, 95 kV BIL transfer switch. Transfer switch shall be ABB Versa- Rupter switch. The transfer switch shall be operated by a handle located on the outside wall adjacent to the cubicle rear access door. The switch operating handle shall be capable of being locked in the open or closed position with a padlock. The rear cubicle door shall have a viewing window for verification of switch status. Auxiliary contacts shall be wired to each breaker low voltage compartment. 8.7 Feeder Cable Compartment. Cable entrance compartment with the following provisions: 8.7.a Three terminal pads and necessary supports for air terminations of six 1000 KCM aluminum, single conductor, 15 kV polyethylene or EPR insulated, concentric neutral URD power cable. (Two conductors per phase). See section 8.2.c for additional installation location information. 8.7.b One four-hole terminal pad in cable entrance compartment for termination of 15 kV concentric neutral conductors onto switchgear neutral bus. 8.7.c Cable entrance compartments shall have hinged doors with provision for bolting shut, using 1⁄2" hex head galvanized bolts with captive nuts securely anchored to switchgear structure. A minimum of three bolting locations per door shall be provided. 8.7.d Three metal-oxide, station-class, 10 kV rated, 8.4 kV MCOV surge arrestors shall be connected to the feeder bus. Benton PUD - 14 - Specification 2024-01 Revised 2/8/2024 8.7.e Manufacturer shall provide LED lighting in compartment for viewing transfer switch position. Lighting shall have a minimum color temperature of 4000K and shall be operable from the exterior of the cable compartment. 8.8 Breaker Low-Voltage Control Compartment. 8.8.a Breaker controls shall be wired per dwgs #24-21-04 VIS07 and #24-21-04 VIS08. 8.8.b Relay Alarm contacts shall be wired to auxiliary compartment. 8.8.c Each breaker shall be equipped with a loss of DC relay. Relay shall be wired shall be wired per dwgs #24-21-04 VIS07 and #24-21-04 VIS08. 8.8.d Manufacturer shall provide (1) cat-6 cable from each SEL relay and Bitronics meter to the indicated location of the communications rack location. A 15’ unterminated service loop shall be coiled in cable tray for District use above rack location. Each cat-6 cable shall be clearly marked as to which device it is connected to. 8.8.e Manufacturer shall provide LED lighting in each control compartment to facilitate troubleshooting and maintenance. Lighting shall have a minimum color temperature of 4000K and shall be controlled via a light switch in the control compartment. 8.8.f The relay potential circuit shall have a finger safe ganged disconnecting means in each breaker control compartment separate from relay test switches to isolate for testing while leaving the other breaker compartments active. Only phase voltages shall be routed through this disconnecting means. The neutral of the PT circuit shall not be switched and shall be routed through a terminal block. 9.0 AUXILIARY CUBICLE The auxiliary cubicle shall be equipped with the following: 9.1 Front doors. One hinged steel door for the installation of relay and control equipment. The hinged steel door shall be capable of being opened a minimum 90 degrees and shall have provisions to automatically be mechanically held in this position. Door shall be a single piece. A split door is not allowed on the auxiliary compartment. No device mounted on the door shall come into contact with the Benton PUD - 15 - Specification 2024-01 Revised 2/8/2024 frame of the switchgear at any position of opening. The panel shall be capable of being securely closed with one handle. 9.2 Space heater. One space heater, thermostatically controlled. 9.3 Terminal blocks. Terminal blocks as specified in section 11.0 with quantities per dwg #22-21-xx VIS03 and #22-21-xx VIS04 at a minimum plus spares as indicated in 9.3.g below. The following circuits shall terminate in the auxiliary cubicle: 9.3.a Alarm contacts from each feeder relay. 9.3.b Loss of DC from each feeder compartment. 9.3.c Loss of AC and loss of DC station service alarm contacts. 9.3.d Smoke alarm contacts. 9.3.e Potential circuit for each feeder relay. 9.3.f Signaling conductors from temperature sensor. 9.3.g The load side CT’s from each feeder shall terminate to shorting type terminal blocks in this cubicle for the differential protection circuit. 9.3.h In addition to the terminal blocks required for the differential CT’s and control wiring, there shall be a minimum of three spare 4 position shorting type terminal blocks and four spare 12 position terminal blocks for the connection of future control equipment in this cubicle. 9.3.i Wiring shall be routed from feeder trip and close circuits through auxiliary cubicle to allow for an 86 relay trip to open all of the feeder breakers via relay and block closing. 9.3.j The Manufacturer shall provide additional terminal blocks as required. 9.4 Relay Panel Assembly. All labor and material shall be supplied for the complete assembly of a Substation Type Overcurrent Protection Relay Panel per attached drawings #24-21-04 VIS03 Relay Panel Layout, #24-21-04 VIS04 Relay Panel Wiring Diagram, and #24-21-04 VIS05 Relay Panel Schematic Diagram. The relay panel will provide differential and overcurrent protection for Bay 1 of Vista Substation. The protection zone will be from the 115kV circuit switcher to the load side of the metal-clad switchgear. Benton PUD - 16 - Specification 2024-01 Revised 2/8/2024 9.5 Quality assurance checks shall include verifying proper cable tagging, continuity tests, and check terminations for tightness per relevant sections below. 9.5.a Material needed for relay panel assembly. Quantities are per drawings #24-21-04 VIS03 & #24-21-04 VIS04. DESCRIPTION PART NUMBER SEL 735 Advanced Power Quality Meter SEL #0735AX20924EXXXXXX26102XX SEL 787 Differential Overcurrent Relay SEL #0787EX2C1C3C75850620 SEL 751A Overcurrent Relay SEL #751A52C1C3C73851220 Electroswitch circuit switcher control switch ELECTRO SWITCH #24PB50D Electroswitch 86 Lockout Relay ELECTRO SWITCH #7804C ABB FT-19 19” Test Switch Assemblies with Clear Cover ABB # FR3G001001001C ABB FT-19 19” Test / Shorting Switch Assembly with Clear Cover ABB #FR3G171083083C GE 12 pole terminal blocks GE #EB25B12 GE 4 pole shorting terminal blocks GE #EB27B04S 2 pole finger safe fuse assembly 3 pole finger safe fuse assembly 1 Amp fuses Phenolic nameplates 9.5.b Manufacturer shall provide (1) cat-6 cable from each SEL device (terminated in 568B style) to indicated location of the communications rack. A 15’ unterminated service loop shall be coiled in cable tray for District use above rack. Each cat-6 cable shall be clearly marked as to which device it is connected to. 10.0 AISLE EQUIPMENT 10.1 The aisle compartment shall include the following equipment: 10.1.a AC Panel. 225 A Square D NQOD Panel board, 120/240 VAC, 10 kAIC, 42 space minimum, bottom fed, copper bus, catalog no. NQOD42L225CU with a 200 amp, 2-pole main breaker. A minimum of 3 – 2" conduits shall be used to connect the AC panel board to the 8"x8" raceway. One of these conduits shall be left empty for the District’s use. The panel shall include the circuits indicated in the AC panel schedule in Appendix A. The circuit arrangement shall not be modified without prior written approval. Benton PUD - 17 - Specification 2024-01 Revised 2/8/2024 10.1.b Manual Transfer Switch. Manual transfer switch shall be provided for switching AC Panel between a preferred and an alternate station service source. Transfer switch shall be 200 Amp, 3-pole double throw safety switch, non-fusible, solid neutral, Square D Catalog #82354 or equal. The AC panel identified above shall be fed by this transfer switch with suitable copper cable via a 2” conduit. The conductors shall be routed in a conduit directly connected between the transfer switch and AC panel and not routed through the 8”x8” raceway. 2 – 2" empty conduits shall be used to connect the Manual Transfer Switch to the 8"x8" raceway. 10.1.c DC Panel. 225 Amp Square D NQOD Panel board, 48VDC, 2W, 5 kAIC, 42 space minimum, top fed, copper bus, catalog no. NQOD42L225CU with a 125 amp, 2-pole main breaker. A minimum of 3 – 2" conduits shall be used to connect the DC panel board to the 8"x8" raceway. One of these conduits shall be left empty for the District’s use. The panel shall include circuits indicated in the DC panel schedule in Appendix A. The circuit arrangement shall not be modified without prior written approval. 10.1.c.i A minimum 18”x18”x6” NEMA-1 enclosure with a (2) 6- position lugs shall be mounted at the indicated location on the drawings. Lugs shall be 400A rated and designed for aluminum or copper conductors. Lugs shall be rated at a minimum for conductor sizes ranging from 1/0 to 4/0 AWG. The Manufacturer shall install 4/0 copper conductor between the DC panel main breaker and these lugs in a 2” conduit. Lugs shall be clearly labeled with polarity. Minimum conduit size installed to the enclosure from the wireway shall be (2) 2”. 10.1.d Branch circuit identification. Branch circuit fuse and circuit breaker locations shall each be equipped with nameplate to identify the circuit protected. Circuit descriptions shall match those indicated in Appendix A and shall not be modified without prior written approval. 10.1.e Table. One fold down table, 24" X 48" shall be provided at the location shown. Table shall have a minimum 200 lb work surface rating and include small “hutch” type cabinets for pencil etc. storage. 10.1.f Interior Lighting and 120 Volt Outlets. The aisle in front of the breakers shall include three 4' LED 2 lamp light fixtures (Model Lithonia LBL4- 4800LM-80CRI-40K-NODIM-MVOLT or approved equal) with dedicated three-way switches located adjacent to each entrance door. The aisle shall also include at least four convenience outlets, each rated 20A. Benton PUD - 18 - Specification 2024-01 Revised 2/8/2024 No more than two 20A rated outlets per 20A breaker shall be allowed. The motor operator shall be provided with a dedicated circuit. 10.1.g Exterior 120 Volt Outlets. Two exterior convenience outlets shall be provided on each end of the building at the locations shown. Each outlet shall be enclosed in suitable outdoor housing and shall be GFI type rated at 20A each. 10.1.h Exterior 240 Volt Outlet. One exterior 240V outlet shall be provided at the location shown. The outlet shall be enclosed in suitable outdoor housing and shall be rated at 30A, 125/250V. Outlet shall be NEMA L14- 30 configuration, Hubbell/Bryant #L1430R. Housing Hubbell/Raco #5031-0 with weatherproof while in use cover. 10.1.i Outdoor Lights. Exterior LED outdoor light fixtures (Lithonia OLWP 11 PE BZ or approved equal) shall be installed above each door and where indicated on the drawings with dedicated three-way switches located adjacent to each entrance door. 10.1.j Emergency Lighting. Two combination battery operated emergency lights with exit. Lights shall provide a minimum 90 minute output upon the loss of 120VAC input. Combination lights shall be similar to Lithonia #LHQMSW3R. Emergency lighting shall be connected to same circuit as other interior lights. 10.1.k Smoke Alarm. Smoke alarm shall be provided with dry contacts wired per 9.3 above. 10.1.l Loss of AC and DC. A relay scheme with dry contacts shall be provided to monitor loss of AC and loss of DC station service. All wiring shall be wired per 9.3 above. 10.1.m Temperature Sensor. One Comptus A70-TI6-N4FG temperature sensor shall be installed at the location indicated on the drawings and energized using local receptacle circuit. Analog output conductors shall be routed to the communications rack location and a 15’ service loop left coiled in the cable tray for the District’s use. The temperature sensor shall be calibrated per the manufacturer’s requirements for a 0-1mA output. 10.1.n Backup Electric Heater. One 2,500W forced air electric heater. Unit shall be installed suspended from the ceiling at the location indicated on the drawings and energized using a dedicated 240V circuit per the panel schedule. A wall mounted (+60” AFF to center) thermostat set at 50° F Benton PUD - 19 - Specification 2024-01 Revised 2/8/2024 shall be provided and installed near heater location. Thermostat shall be capable of being locked to prevent local settings adjustments. 10.1.o ABB Breaker Test Station. One ABB AMVAC test station catalog no. 925320. Shall be mounted +60” AFF to center of enclosure and installed at the location indicated on the drawings. 11.0 WIRING AND TERMINAL BLOCKS 11.1 Wire size and type. The Manufacturer shall completely wire the switchgear. The insulation class of all control and instrument transformer secondary wiring shall not be less than 600 volts. All control wiring shall be Type SIS stranded copper rated 90 degrees Celsius. Wire sizes for control wiring and instrument transformer secondary leads shall be coordinated with the inherent current requirements and voltage drop limitations of the connected equipment and in no case shall be smaller than No. 14 AWG for control and voltage and No. 10 AWG for currents. 11.2 Workmanship. Wiring shall be neatly arranged in tied wire bundles or run in raceways. Cable tie wraps shall be cut such that no sharp edges or burrs result. Wire bundles shall be secured to the structure with weld-on studs. Adhesive type wire bundle hold-down clamps shall not be allowed. All control wiring raceways shall be filled less than 70%. Wiring between hinged and stationary panels shall be supported and fastened in such a manner to prevent undue stress and to protect the wire bundle. All inter-unit wiring shall terminate on terminal blocks at both ends. Splices within a run of wire shall not be allowed. 11.3 Wire terminals and marking. Wire terminations shall be copper with ring-type terminals for all control and voltage circuits with the exception terminations to SEL Relays which shall be made with bare wire. Wire terminals shall include insulated sleeves overlapping the wire insulation before attaching to terminal studs. The terminals shall be sized properly for the terminal screw or stud. No more than two terminations per pole of terminal blocks and devices will be permitted. All wire terminals shall be attached using positive ratchet locking crimping tool. 11.3.a Cable Tagging: A conductor identification sleeve shall be provided on each end of each conductor. Each sleeve shall be marked only with the opposite end destination identification as indicated on the wiring diagrams. Indicating the near terminal shall not be accepted. 11.3.a.i Cable Shall Not be tagged with both locations such as “Z-1, TS18-7” or any combinations of both locations. Any such tagging shall be replaced at Manufacturer’s expense. Benton PUD - 20 - Specification 2024-01 Revised 2/8/2024 11.3.a.ii The labels shall be machine-embossed black lettering on white plastic clip-on or heat-shrink sleeves. Adhesive labels are not acceptable. 11.3.a.iii The Manufacturer shall submit an image of their proposed cable tags with the approval drawings. 11.4 Terminal blocks. Terminal blocks shall be GE #EB25B12 or approved equal and shall contain a center marking strip. Physical arrangement of all wiring terminals shall be identical on all similar feeder cubicles. A minimum of 20% spare terminals shall be provided in each cubicle. 11.5 Shorting terminal blocks. Terminal blocks for current transformers shall be GE #EB27B04S for 4 position or GE #EB27B06S for 6 position or approved equal and shall be equipped with devices for short-circuiting the secondary to permit removing and testing of wiring without opening of the transformer circuits. Removal of the outgoing conductors shall not affect the short-circuiting device. 11.6 SCADA wiring. Wiring for the District's SCADA system shall be brought out to terminal strips at each feeder cubicle and to the auxiliary cubicle. 11.7 NEC. All electrical circuits for lighting and power located within the enclosure shall conform to the NEC and be installed in conduits or raceways. 12.0 NAMEPLATES AND EQUIPMENT IDENTIFICATION 12.1 Building nameplate. An aluminum nameplate shall be installed on the housing and shall include the shop order, number of the equipment, District's purchase order number, bus capacity, and a diagram of phasing including roof bushings. 12.2 Equipment nameplates. Engraved nameplates conforming to the wiring diagrams shall be provided for all the equipment to be furnished. Nameplates shall be plastic with white engraving on black background. Nameplates shall be clearly legible and located such that they will be easily visible. Engraved lettering on the plates shall be a minimum of 3/8" in height, lettering on feeder identification nameplates shall be a minimum of 1 1/2" in height. Nameplates shall be secured with stainless steel screws or double adhesive foam tape. 12.3 Test switch labels. Labels shall be installed under the test switches which identify what each individual switch controls, i.e., A phase current, trip circuit, etc. 12.3.a The successful Bidder shall be provided an AutoCAD drawing with the required text of the test switch labels. Benton PUD - 21 - Specification 2024-01 Revised 2/8/2024 13.0 PAINTING 13.1 Cleaning. All surfaces shall be cleaned and phosphatized followed by a fresh water rinse and a rinse of corrosion inhibitor. Steel surfaces shall be rust free prior to painting. 13.2 Painting process. The coating process shall be electrostatically applied polyester powder with a final baked on average thickness of 2.0 mils for all interior finishes and between 2.5 and 3.0 mils for exterior finishes. The finish shall pass the ASTM B117 salt spray test for a minimum of 200 hours. Coating test reports shall be made available upon request by the District. 13.3 Colors. All exterior surfaces of the switchgear, floor and the exterior of the feeder and auxiliary cubicle doors shall be painted ANSI Standard No. 70 Sky Gray. The interior surfaces of the switchgear walls and ceiling, cubicles and control panels shall be painted white. The aisle floor shall be coated with a non-skid surface and the underside of the floor shall be coated with a corrosion inhibiting material designed for that purpose. 13.4 Extra paint. A one-quart can of the paint the same as used for the final exterior and interior coats shall be shipped with the switchgear. 14.0 DRAWINGS AND INSTRUCTION BOOKS 14.1 Drawings. The Manufacturer shall furnish drawings and diagrams of the metal- clad switchgear. Each drawing supplied by the successful Bidder shall bear identification showing the District's purchase order number, the date of the drawing release, and whether the drawing is For Approval, Approved for Construction or As-Built. Drawings shall also be provided electronically via e- mail utilizing AutoCAD release 2013. Access to the District’s file sharing site can be arranged at Manufacturer request. As-built drawings described above must arrive at the District a minimum of five working days before the arrival of the switchgear. Drawings shall include but not be limited to the following: 14.1.a Plan, elevation, and general arrangement of the switchgear, including weight and required loading information for the design of the foundation. 14.1.b Front panel arrangements and section drawings showing the internal arrangement of each cubicle of the switchgear. 14.1.c Schematics: One-line, three-line, breaker control, A.C. Panel distribution, D.C. Panel distribution. Benton PUD - 22 - Specification 2024-01 Revised 2/8/2024 14.1.d Wiring Diagrams: Each cubicle and panel, building lights, heaters, and receptacles. Wiring diagrams shall show wire numbers and destination points for all wires. Tabular listings of wire destinations shall not be used on wiring diagrams. As-built Wiring diagrams shall indicate which side of the terminal/shorting block conductors are landed on. 14.1.e Current transformer data, including excitation and ratio correction factor curves. 14.1.f As-Built drawing parameters (line-weights, symbols, colors, layers, etc.) shall be per the District’s AutoCAD standard. Exceptions to the drawing standard are not allowed. An AutoCAD drawing containing the necessary elements will be provided to the successful Bidder. 14.1.f.i The Manufacturer may, at their discretion, generate the approval and their internal construction drawings in their own format as long as that format can be easily verified against the District’s standard. 14.2 Approval of Drawings: The successful Bidder's schedule shall include the time for transmittal of drawings for approval in addition to at least ten working days for their consideration by the District. The Bidder shall submit an electronic PDF copy of each drawing for approval by the District. Revision(s) of drawings to make them comply with the specifications shall be at the successful Bidder's expense and without extension of the shipping date. Approval of the drawings by the District shall not relieve the Bidder of any part of its obligation to meet all requirements of these specifications or of the responsibility for the correctness of such drawings, diagrams, and schematics. Fabrication of any material prior to receiving the District's approval of the drawings shall be at the successful Bidder's sole risk and expense. 14.2.a Once approved drawings are returned, the Manufacturer shall provide the District’s designated project manager a weekly update on construction progress. Weekly update shall be submitted on Wednesday by close of business to allow for any necessary follow up phone calls to occur on Thursday. Manufacturer shall notify the District as soon as practicable of any issues that may impact the agreed upon delivery schedule. Reports shall include photos of unit construction as it progresses. 14.3 Instruction books. Three complete instruction books shall be furnished before the equipment is shipped. Each instruction book shall include the following: Benton PUD - 23 - Specification 2024-01 Revised 2/8/2024 14.3.a Complete set of drawings and wiring diagrams correctly revised, reflecting the “as-built” switchgear. 14.3.a.i The Manufacturer shall provide highlighted, signed copies of the Auxiliary and Feeder compartment wiring and protection diagrams to verify that all conductors have been accurately installed and tested. 14.3.b Detailed installation instructions. 14.3.c Description of all component parts and accessories including cutsheets where applicable. 14.3.d Complete instructions covering operation and maintenance of equipment. 14.3.e Spare parts list. 14.3.f Drawings showing dimensional details of bushings. 15.0 TESTING 15.1 Production tests. Production tests shall be made in accordance with the latest revision of ANSI/IEEE C37.20.2. 15.2 Functional testing. Functional testing shall be done to verify that all wiring provided by the Manufacturer is correct and that all equipment furnished is in proper working order prior to the time the District receives the switchgear. The Manufacturer shall perform testing by actual electrical operation of the completed switchgear with all relays, circuit breakers and other equipment that is to be provided with the switchgear in place during testing. 15.3 Additional tests. In addition to the Bidder's routine testing, additional testing shall include, but not be limited to, the following: 15.3.a Current transformers shall be energized on the primary connections to verify ratios and polarities. 15.3.b Continuity checks and polarity check of all current transformer secondary leads. 15.3.c Testing of the trip and reclosing functions of all the relays, see 15.4. Benton PUD - 24 - Specification 2024-01 Revised 2/8/2024 15.3.d Test and inspect each 15 kV circuit breaker. Circuit breaker shall be adjusted to manufacturer's recommended tolerances as required. 15.3.e Hipot test of complete 15kV bus system including installed bushings. Test shall be performed at 27kV AC. 15.3.f All 600V wiring shall be Megger tested and have a resistance of 100 megohms or greater using a 1000V DC tester. 15.4 Witness Testing 15.4.a The Manufacturer shall schedule factory witness testing with the District’s representative(s). Witness testing shall take place prior to shipment of the metal-clad switchgear. 15.4.a.i The Manufacturer shall commit to a witness testing date minimum four weeks prior to the selected date to allow the District time to make travel plans. 15.4.a.ii It will be the District’s responsibility to provide for travel and lodging of the District’s representative(s). 15.4.a.iii Once a witness testing date has committed to, should the Manufacturer reschedule they shall be responsible for any costs incurred by the District associated with updating travel arrangements. 15.4.b At a minimum, witness testing shall cover the items listed in Appendix B to verify functionality and the overall construction of the metal-clad switchgear. 15.4.c The Manufacturer shall supply all necessary computer and test-set equipment required to perform the tests indicated in Appendix B. 15.4.d The District does not utilize factory default SEL logic in its protective relays. Additionally, the relays inputs and outputs do not align with SEL factory defaults. The District shall provide test settings files for the Bay and Feeder relays prior to witness testing via email. 15.4.d.i The Manufacturer shall remove communications jumpers on SEL relay control boards to allow for SCADA output commands to be executed. See SEL manual for specific jumper on communications board. Benton PUD - 25 - Specification 2024-01 Revised 2/8/2024 15.4.d.ii Note: SCADA jumper access requires removing back panel of relay and should be performed during benchtop inspection prior to any wiring. 15.4.e At the conclusion of the witness testing, both the District’s and Manufacturer’s representatives shall sign off that witness testing was completed. The sign off shall include a list of any necessary corrections or outstanding items that were identified during the testing. 15.4.f At the conclusion of witness testing the Manufacturer shall email the list of findings to the District’s designated project manager and to the District’s Contracts and Purchasing department by noon of the next business day. List shall include Manufacturer’s expected timeline for remedy of findings. The Manufacturer shall send a follow up email once the corrective work has been completed and shall include pictures as necessary. 15.5 Certified Test Reports. CTR’s shall be provided to the District with approval drawings prior to shipment of the switchgear. 16.0 SHIPPING AND DELIVERY 16.1 Delivery responsibilities. The switchgear shall be shipped in one piece F.O.B. to the District's designated substation site, located in Benton County, Washington. Unless otherwise specified in the bid schedule or purchase order, the Bidder will be responsible for providing the crane for unloading the switchgear. The successful bidder shall be responsible for supervising the unloading and the placement of the switchgear. The District shall be responsible for attachment of any equipment removed for shipping. 16.1.a The Manufacturer shall have their designated crane operator schedule a site walkthrough with the District a minimum of two weeks prior to the delivery of the switchgear to determine safety clearances, crane, and trailer placement in the substation, and any temporary accommodations or modifications to the substation that may need to be provided to facilitate placement of the metal-clad switchgear. 16.1.b The Manufacturer shall coordinate all necessary transportation permits with their selected transport service such that agreed upon delivery date accommodates any required transportation permit processing times. The Manufacturer shall be responsible for any costs incurred by the District associated with rescheduling delivery for delays other than weather. Benton PUD - 26 - Specification 2024-01 Revised 2/8/2024 16.1.c For substations where the crane clearances require a transmission outage the Manufacturer shall commit to a 1-2 day delivery window minimum 45 days prior to the scheduled delivery. 16.2 District hours. The District’s Transformer Shop hours of operation are 6:30 a.m. to 5:00 p.m., PST Monday through Thursday with Fridays off. Therefore the switchgear must be off-loaded on Monday through Thursday between the hours of 8:00 a.m. and 2:00 p.m., PST. If off-loading occurs outside of these hours then the Manufacturer shall be responsible for any overtime costs the District incurs. 16.3 Damaged equipment. The leading and trailing edge of the switchgear shall be fully covered by self-adhering plastic to protect the surfaces during transport. Any openings on the side edges shall also be covered. Equipment with visible damage upon delivery shall be refused and it will be the Manufacturer’s responsibility to arrange for prompt repair or replacement to the standards of new equipment. The Manufacturer is responsible for delivering undamaged equipment, even if the damage is not discovered until the equipment is tested and energized. 16.3.a Manufacturer shall provide photos showing applied self-adhering plastic installed as the metal-clad switchgear is leaving the factory. 16.3.b If the self-adhering plastic is not applied per section 16.3 the District may, at the District’s sole discretion, require the manufacturer to clean the metal-clad switchgear once it is on site. 16.4 Shipping list. A complete list of all materials shipped shall be furnished electronically to the District prior to shipment. A copy of the shipping list shall be included with the switchgear. 17.0 WARRANTY 17.1 Warranty period. The Manufacturer shall warranty all parts of the equipment against defects in design, material, and workmanship for a period of (18) months from the date of shipment or (12) months from the date of energization, whichever occurs first. 17.2 Warranty repairs. Upon notice from the District, the Manufacturer shall immediately repair or replace at their own expense all or any part of the equipment that is defective during the period of this warranty. The Manufacturer guarantees that any such repair or replacement shall remain in satisfactory working order for at least (12) months after the repair or replacement is completed. In the event repair or replacement cannot be performed at the place of installation, the successful Manufacturer shall be responsible for all loading, Benton PUD - 27 - Specification 2024-01 Revised 2/8/2024 unloading, and transporting of the equipment to the point of repair and return to the original location. 17.3 Minor repairs. There may be situations where minor repairs such as tightening loose wiring connections, etc. are better made by District personnel when acceptable to both the District and Manufacturer. Manufacturer shall reimburse the District for costs associated with District labor, materials, and equipment at the standard District billing rates in effect at the time of repair. 17.4 The Manufacturer shall ensure that the District is listed as the point of contact for future maintenance bulletins for the various equipment suppliers utilized on the project such as ABB. 18.0 ACCESSORIES AND SPARE PARTS 18.1 The following switchgear accessories and spare parts shall be supplied: 18.1.a One test cable jumper for testing breaker and control circuits while breaker is outside and adjacent to unit, ABB #925324T03. 18.1.b One ABB maintenance kit including remote racking accessories, including but not limited to, jacking screws and racking motor. Manufacturer shall include an operational write-up for the remote racking unit with instructions specific to the AMVAC breakers. 18.1.c One roof bushing. 18.2 Additional accessories and spare parts for the metal-clad switchgear shall be recommended by Bidder and shall be listed and priced by the Bidder separately. These spare parts may be purchased at the option of the District. 19.0 BIDDER’S DATA The Bidder shall submit with their proposal the following data: 19.1 Bid Schedule. Completed bid schedule with all data requested submitted. 19.2 Switchgear Data Sheet. The Bidder shall fill in the switchgear data sheet attached hereto and made a part of this specification. Any bid received with the data sheet not filled in shall be declared non-responsive. 19.3 Exceptions. Any proposed modifications to the design or exceptions taken by the Bidder to the Specifications shall be clearly stated or summarized in a specially Benton PUD - 28 - Specification 2024-01 Revised 2/8/2024 prepared letter of transmittal attached to and made a part of the Bid Schedule. NOTE: Manufacturer's "standard conditions of sale" catalog pages are not acceptable for purposes of stating exceptions to the specifications. 19.4 Reference list. A list of users, date of installation and location of similar 15kV or 25 kV metal-clad switchgear units which indicate the Manufacturer has been supplying such switchgear for at least five years. Manufacturers must submit for reference a minimum of five utilities which have taken delivery of similar 15 or 25 kV metal-clad switchgear within the last two years. Users shall be located within the continental Unites States, one of which must be in the states of Washington, Oregon, or Idaho. 19.5 Warranty. Complete description of warranty offered by the Bidder. This shall include terms of warranty and description of documentation needed by the District to enforce warranty. 19.6 Storage Policy. Description of the Manufacturer’s policy related to storage of the completed switchgear unit, if requested by the District, to coordinate the switchgear delivery with the District’s construction schedule. 19.7 Outline Drawings. Outline drawings including section views and dimensions to clearly describe the metal-clad switchgear proposed to be furnished. 19.8 Auxiliary & Feeder Cubicle Details. Photographs, drawings and/or descriptive sheets necessary to clearly describe the design and equipment proposed to be furnished with specific clarity on feeder and auxiliary cubicles. 19.9 Busing Details. Drawings showing complete proposed busing details. 19.10 ANSI Design Tests. ANSI design test results (not a summary of tests performed) on switchgear of the same rating using the type circuit breakers being supplied with the switchgear. 19.11 OEM Equipment. Manufacturer's catalog number of OEM equipment. 20.0 INFORMATION TO BE SUBMITED AFTER AWARD 20.1 Upon notification of bid award, successful Bidder must submit Bond and signed contract as specified in General Instructions of Bid Document. 20.2 Approval drawings per specification. Benton PUD - 29 - Specification 2024-01 Revised 2/8/2024 20.3 All correspondence, drawings, and materials shall be identified with the following information: 20.3.a Benton PUD 20.3.b Benton PUD Purchase Order Number 20.3.c Manufacturer's Name 20.4 All technical correspondence and drawings shall be directed to Benton PUD at the following address: Benton PUD Attention: Contracts and Purchasing 2721 West 10th Avenue PO Box 6270 Kennewick, WA 99336-0270 Phone 509-582-1239, Fax 509-582-1285 E-mail: cp@bentonpud.org 20.5 Lifting Requirements. Switchgear lifting requirements including but not limited to sling and spreader bar requirements, approximate lifting weight, center of gravity both with and without bushings and breakers installed, and rigging connection details. 20.5.a Rigging details shall account for the uneven lifting nature of the metalclad due to the buswork/breakers and recommend shackles where appropriate. 20.6 Assembly Requirements. Description of the switchgear assembly requirements, including assembly of any equipment removed for shipping. 20.7 Status Updates. Once the approval drawing process has been completed, Manufacturer shall provide bi-weekly status reports to the District’s designated project manager and shall include the following at a minimum: 20.7.a Progress update on unit construction. 20.7.b Any production issues/problems. 20.7.c Any delivery impacts. 21.0 RECEIPT OF UNIT AND APPROVAL FOR PAYMENT 21.1 Payments will be made to the Vendor according to the following schedule: 21.1.a Approval Drawing Acceptance, 10% of Contract Value Benton PUD - 30 - Specification 2024-01 Revised 2/8/2024 21.1.b Witness Testing, 40% of Contract Value 21.1.c Equipment Delivery, 25% of Contract Value 21.1.d Final Completion, Inspection, and Acceptance by District, 25% of Contract Value. 21.1.e Retention release per RCW 60.28.011, 5% of contract value, applies. 21.2 The Vendor shall submit a written request for payment to the District. The District shall verify the request for payment and issue payment within 30 days of receipt. 21.3 Energization of the switchgear shall not be considered as final acceptance by the District. Final acceptance will occur if the District finds no defects or deficiencies with the switchgear and certified test reports, drawings, instruction manuals, and all other required documentation has been received by the District. Benton PUD - 31 - Specification 2024-01 Revised 2/8/2024 22.0 SWITCHGEAR DATA SHEET 1. Housing Data a. Overall dimensions (L x W x H): ____________________________________ b. Total weight of switchgear: ________________________________ lbs. c. Number of shipping sections: ____________________________________ d. R value and type of insulation: ____________________________________ 2. Current Transformers 1200:5 MR Feeder Overcurrent & Differential CT’s a. Manufacturer: __________________________________________ b. Catalog No.: __________________________________________ c. Accuracy: __________________________________________ d. Rating Factor: __________________________________________ 600:5 SR Bitronics Meter CT’s a. Manufacturer: __________________________________________ b. Catalog No.: __________________________________________ c. Accuracy: __________________________________________ d. Rating Factor: __________________________________________ Benton PUD - 32 - Specification 2024-01 Revised 2/8/2024 Appendix A – Panel Schedules Benton PUD - 33 - Specification 2024-01 Revised 2/8/2024 Appendix B – Witness Testing The following is a guideline for the minimum tests and inspections to be performed during witness testing. Additional tests/observations may be performed during witness testing. Note 1: All current, voltage, and signal inputs/outputs shall be connected or measured at terminal strips or fuses where the District will land field wiring. This is to ensure the correct operation of the entire circuit path. Note 2: Tests that generate a signal to remote equipment will be designated with a (*). These tests will be deemed valid if signal is received at terminal strip as indicated in Note 1. Note 3: Any indicated pickup values are secondary values seen by the relays unless noted otherwise. The purpose of this is to verify operation, not to verify timing. Therefore no time delays (adders, multipliers, etc.) are included in this test plan. Note 4: Manufacturer will need to provide AC and DC station service for testing. AC station service shall be connected in on both incoming lugs of the transfer switch. Test wiring shall be routed such that safe operation of the AC transfer switch is not impeded. DC station service shall be connected in at the DC connection lugs provided under section 10.1.c.i. Note 5: Testing shall include pulsing SCADA open/close commands via the relay HMI to verify jumper modifications have been completed. Confirm SCADA jumper has been properly set in relays prior to District’s arrival. General Items: 1) Door hardware matches specification and doors operate smoothly. 2) No signs of damage to structure. 3) General Workmanship: a. Cable routing, securement, etc. b. Compartment doors match provided equipment layouts. c. Labeling (conductors, equipment, etc.) d. Minimum quantities of conduits and knockouts are installed. 4) Verify operation of “Bug-Eye” emergency lights by shutting off breaker. 5) Verify operation of 240V AC station service transfer switch. a. Manufacturer will need to energize both sides of AC transfer switch for test. It is acceptable to energize both sides using the same source circuit. 6) Verify station service loss of AC and loss of DC relays are functioning (measure at terminal strip in Aux. Compartment). 7) Verify Feeder loss of DC relays are functioning (measure at terminal strip in Aux. Compartment). 8) Verify DC Panel Schedule. Benton PUD - 34 - Specification 2024-01 Revised 2/8/2024 9) Verify AC Panel Schedule. 10) Verify operation of V5B, V6B, V7B, V8B transfer switches. 11) Verify incoming bus phasing matches specification. 12) Verify outgoing bus phasing matches specification. 13) Verify operation of Breaker Remote Racking system on each breaker. Bay Protective Equipment Functional Testing (SEL-787, SEL-751A, 86 Relay): Open/Close Tests: 1) Circuit Switcher Control Switch Opens/Closes Circuit Switcher (*). 2) Circuit Switcher Control Switch Red & Green lights work. 3) Circuit Switcher Control Switch Latch inhibits Circuit Switcher closing (*). a. This test is completed by latching control switch and then pulsing a “close command” from the SEL-751A to mimic a SCADA command. b. Output contact from SEL-751A should not close. Trip Tests: 1) 787 Relay trips 86 relay. 2) 787 Relay trips Circuit Switcher directly (*). 3) 751 Bay Relay trips 86 relay. 4) 751 Bay Relay trips Circuit Switcher directly (*). 5) 63X input trips 86 relay 6) 86 relay trips Circuit switcher (*). 7) 86 relay trips V5B, V6B, V7B, V8B. Block Closing: 1) With 86 Relay in trip position perform the following tests: a. Circuit Switcher control switch handle will not close Circuit Switcher (*). b. V5B, V6B, V7B, or V8B control switches will not close feeder breakers. c. SCADA command will not close circuit switcher (*). d. SCADA command will not close V5B, V6B, V7B, or V8B (*). Feeder Protective Equipment Functional Testing (V5B, V6B, V7B, V8B): 1) Trip feeder relay with reclosing enabled. 2) Verify that LTC block opens during reclose cycle open interval and closes when breaker closes back in. 3) Do not reset 79 element. Trip feeder relay again with reclosing enabled, verify relay locks out. 4) Verify that LTC block remains closed after lockout trip. 5) Feeder Pushbuttons Opens/Closes Breaker and Red/Green lights work accordingly. U N I T A A U X I L I A R Y U N I T 6 F E E D E R V 6 B U N I T 5 F E E D E R V 5 B U N I T 7 F E E D E R V 7 B C Ø F L O O R C U T O U T C A B L E E N T R A N C E F L O O R C U T O U T C A B L E E N T R A N C E F L O O R C U T O U T C A B L E E N T R A N C E 1 6 " x 3 0 " 1 6 " x 3 0 " 1 6 " x 3 0 " V 5 B V 6 B V 7 B 1 8 ' - 8 " 3 " 3 ' - 0 " 3 ' - 0 " 1 6 ' - 0 " 3 ' - 4 " 1 ' - 0 " 3 ' - 0 " 3 ' - 0 " 3 ' - 0 " 1 " 1 " 2 ' - 6 " 1 ' - 6 " B ØA Ø U N I T 8 F E E D E R V 8 B F L O O R C U T O U T C A B L E E N T R A N C E 1 6 " x 3 0 " V 8 B 3 ' - 0 " W A L L S P A C E A B O V E F O L D D O W N T A B L E T O B E R E S E R V E D F O R M I N I S P L I T H V A C I N D O O R U N I T . U N I T P R O V I D E D A N D I N S T A L L E D B Y D I S T R I C T . D C P A N E L M I N I M U M ( 3 ) 2 " C O N D U I T S B E T W E E N W I R E W A Y A N D D C P A N E L A C P A N E L M A N U A L T R A N S F E R S W I T C H M I N I M U M ( 3 ) 2 " C O N D U I T S B E T W E E N W I R E W A Y A N D A C P A N E L ( 2 ) 2 " C O N D U I T S B E T W E E N W I R E W A Y A N D M A N U A L T R A N S F E R S W I T C H E M E R G E N C Y L I G H T , T Y P . E X T E R N A L C A B L E E N T R A N C E G R O U N D P A D ( T Y P . F O R 4 C O R N E R S ) 2 4 " D x 4 8 " W W A L L M O U N T E D F O L D - D O W N T A B L E 8 " x 8 " W I R E W A Y ( T Y P . ) E X T E R I O R L E D L I G H T F I X T U R E , T Y P . I N T E R I O R L E D L I G H T , T Y P . S M O K E D E T E C T O R . F I N A L L O C A T I O N B Y M A N U F A C T U R E R D O O R W I T H W I N D O W D O O R W / O U T W I N D O W 1 2 0 V D U P L E X R E C E P T A C L E , T Y P 3 ' - 4 "1 ' - 0 " E X T E R I O R 2 4 0 V R E C E P T A C L E G F I D U P L E X R E C E P T A C L E G F I 1 2 0 V D U P L E X R E C E P T A C L E 1 8 " C A B L E T R A Y G R O U N D B U S E X T E N D M I N . 4 " G R O U N D B U S E X T E N D M I N . 4 " M I N I M U M ( 5 ) 2 " K . O . I N T O P O F W I R E W A Y ( N O T S H O W N ) M I N I M U M ( 3 ) 2 " K . O . B E T W E E N W I R E W A Y A N D B R E A K E R C O N T R O L C O M P A R T M E N T , T Y P . M I N I M U M ( 3 ) 2 " K . O . B E T W E E N W I R E W A Y A N D C A B L E T R A Y ( N O T S H O W N ) , T Y P . R O O F B U S H I N G P H A S I N G S H A L L B E A S I N D I C A T E D . F I N A L L O C A T I O N C O M P L Y I N G W I T H B I D S P E C I F I C A T I O N S H A L L B E D E T E R M I N E D B Y M A N U F A C T U R E R . R E S E R V E D F O R W A L L M O U N T C O M M R A C K . 2 ' - 6 " 1 ' - 6 " E X T E R N A L C A B L E E N T R A N C E M O T O R O P E R A T O R R E C E P T A C L E C E I L I N G H U N G E L E C T R I C H E A T E R 1 8 " x 1 8 " x 6 " D C T E R M I N A L L U G E N C L O S U R E W I T H ( 2 ) 2 " C O N D U I T T O W I R E W A Y A N D ( 1 ) 2 " C O N D U I T T O D C P A N E L . M O U N T O F F S E T B E L O W D C P A N E L DRAWN BY: MAP NO. DWG. NO.DATE SCALE UD BENTON SHT. VISTA SUBSTATION BAY 2 15 kV METAL-CLAD SWITCHGEAR PROPOSED LAYOUT 24-21-04-VIS01 N/A N/ADAB2/8/2024 1 of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° C 1 6 . 8 / 2 2 . 4 / 2 8 M V A , 6 5 ° C O A / F A / F A 1 1 5 K V - 1 2 . 4 7 / 7 . 2 K V 8 . 7 3 % Z O L T C ( C S ) B C - 1 2 7 S & C 2 0 3 0 1 2 0 0 A C I R C U I T S W I T C H E R ( C S ) C L O S E / O P E N C S 5 2 T R I P 787 DIRECT TRIP 751 DIRECT TRIP S E L - 7 5 1 5 0 / 5 1 G 5 1 N S E L - 7 8 7 8 7 R 8 7 U 8 6 STATUS 5 1 N TRIP 5 0 / 5 1 G T R I P TRIP 5 0 / 5 1 5 0 / 5 1 L I S T O F P R O T E C T I V E D E V I C E S 5 0 P H A S E I N S T A N T A N E O U S 5 1 P H A S E T I M E O V E R C U R R E N T 5 0 G G R O U N D I N S T A N T A N E O U S 5 1 G G R O U N D T I M E O V E R C U R R E N T 5 1 N N E U T R A L T I M E O V E R C U R R E N T 8 6 L O C K O U T 8 7 R % R E S T R A I N E D D I F F E R E N T I A L 8 7 U % U N R E S T R A I N E D D I F F E R E N T I A L (V5B, V6B, V7B, V8B) TRIP & BLOCK CLOSE Q U A L I T R O L 6 3 X T R A N S F O R M E R S U D D E N P R E S S U R E R E L A Y V A R H K W H B P A M E T E R I N G R A C K ( L O C A T E D I N B A Y 1 ) T R I P B P A F R A N K L I N T O A N G U S 1 1 5 k V T R A N S M I S S I O N L I N E S E S E L - 7 3 5 M E T E R 5 0 / 5 1 7 9 5 0 / 5 1 7 9 5 0 / 5 1 7 9 5 0 / 5 1 7 9 F E E D E R V 5 B F E E D E R V 6 B F E E D E R V 7 B F E E D E R V 8 B 8 T B 1 7 T B 1 6 T B 1 5 T B 1 8 C B M 5A 7 C B M 5A 6 C B M 5A 5 C B M 5A P C B M 5A D T S 1 1 T S 1 0 B XX 5 T B 1 6 T B 1 7 T B 1 8 T B 1 B P A P T s 7 2 0 0 - 1 2 0 V 0 . 5 E 1 0 A 3 X X T S 1 3 T S 1 3 B P A R I C H L A N D T O V I S T A 1 1 5 k V T R A N S M I S S I O N L I N E C T - H 1 - 1 , H 2 - 1 , H 3 - 1 ( W 1 ) 6 0 0 : 5 M R C 4 0 0 S E T A T 6 0 0 : 5 C T - X 1 - 2 , X 2 - 2 , X 3 - 2 2 0 0 0 : 5 M R C 4 0 0 S H O R T E D DRAWN BY: MAP NO. DWG. NO.DATE SCALE UD BENTON SHT. VISTA SUBSTATION BAY 2 15 kV METAL-CLAD SWITCHGEAR ONE LINE SCHEMATIC 24-21-04-VIS02 N/A N/ADAB2/8/2024 1 of 1 EQUIPMENT SHOWN IN MAGENTA IS PROVIDED BY THE DISTRICT AND SHOWN FOR CLARITY. 86 LOR52CS 51 87 52CS86 LOR 87 51 TS3 TS2 TS1 TS6 TS5 TS4 TS9 TS8 TS7 TS10 RELAY PANEL FRONT RELAY PANEL BACK TS11TS12 1'-6 15 16 " 1'-8 1 2 " 7" 7" 7" 10 1 2 " 10 1 2 " FLOOR LEVEL TS1 TS4 TS7 TS10 TS2 TS5 TS8 TS11 TS3 TS6 TS9 TS12 CABLE SECUREMENT, TYP. ‡ ‡ ‡ ‡ 10 1 2 " 735 TS13 735 TS13 – DRAWN BY: MAP NO. DWG. NO.DATE SCALE UD BENTON SHT. VISTA SUBSTATION BAY 2 15 kV METAL-CLAD SWITCHGEAR - AUXILIARY CABINET DOOR RELAY PANEL LAYOUT 24-21-04-VIS03 N/A N/ADAB2/8/2024 1 of 1 AutoCAD SHX Text 87 DIFFERENTIAL RELAY SEL #0787EX2C1C3C75850620 AutoCAD SHX Text TRIP AutoCAD SHX Text RESET AutoCAD SHX Text LOCK-OUT RELAY AutoCAD SHX Text TRIP AutoCAD SHX Text CLOSE AutoCAD SHX Text BREAKER CONTROL AutoCAD SHX Text 51 OVER CURRENT RELAY SEL #751A52C1C3C73851220 AutoCAD SHX Text RESET AutoCAD SHX Text PQ ALARM AutoCAD SHX Text CAPTURED AutoCAD SHX Text WAVEFORM AutoCAD SHX Text NORMAL AutoCAD SHX Text ALTERNATE AutoCAD SHX Text DISPLAY AutoCAD SHX Text TEST LED ON AutoCAD SHX Text TEST MODE AutoCAD SHX Text TEST LED OFF AutoCAD SHX Text ESC AutoCAD SHX Text AUX 2 AutoCAD SHX Text AUX 1 AutoCAD SHX Text AUX 3 AutoCAD SHX Text RESET AutoCAD SHX Text TEST AutoCAD SHX Text CONFIGURATION AutoCAD SHX Text WATTHOUR AutoCAD SHX Text METER AutoCAD SHX Text FM AutoCAD SHX Text CL AutoCAD SHX Text V AutoCAD SHX Text W AutoCAD SHX Text Hz AutoCAD SHX Text TA AutoCAD SHX Text CA AutoCAD SHX Text 28-277 AutoCAD SHX Text 0.25/2.5 AutoCAD SHX Text 0.2 AutoCAD SHX Text K t AutoCAD SHX Text 1.8 AutoCAD SHX Text ENABLED AutoCAD SHX Text PORT F AutoCAD SHX Text ESC AutoCAD SHX Text ENT AutoCAD SHX Text Z10 AutoCAD SHX Text Z09 AutoCAD SHX Text Z08 AutoCAD SHX Text Z07 AutoCAD SHX Text Z06 AutoC...

1500 S. Ely St Kennewick, WA 99337Location

Address: 1500 S. Ely St Kennewick, WA 99337

Country : United StatesState : Washington

You may also like

CONCRETE FOR THE COUNTY OF MERCER AND THE MERCER C

Due: 23 Jun, 2024 (in 1 month)Agency: Mercer County

Purchase 15kV Padmount Switchgear

Due: 09 May, 2024 (in 8 days)Agency: Lincoln Electric System