Northwest Public Power Association | NWPPA Homepage



HORN RAPIDS BALANCE OF PLANT SYSTEM FOR A

SOLAR + STORAGE PROJECT

INVITATION FOR BID (ifb)

Technical Specifications

[pic]

May 2019

Energy Northwest

P.O. Box 968

Richland, Washington

99352-0968 

Contents

1.0 Project Location and Overview 3

1.1 Project Site 3

1.2 Owner 3

1.3 Schedule 3

1.4 Balance of Plant Description 3

1.5 Conflicting Requirements 3

2.0 Balance of Plant Bidder Scope of Work 3

2.1 Procurement 3

2.2 Bidder Procurement 3

2.2.1 Deliveries 4

2.3 Construction 4

2.4 Commissioning and Testing 4

2.5 Participation 5

2.6 Documentation and Deliverables 5

2.7 Key Personnel 8

2.8 Project Quality Plan 8

3.0 Construction Specifications 8

3.1 Shipment 8

3.2 Construction 8

3.3 Civil Site Work 10

3.4 Surveying 10

3.5 Geotechnical Investigation 11

3.6 Erosion and Sediment Control 11

3.7 Civil Management during Construction 11

3.8 Civil Management during Operation 11

3.9 Grading 11

3.10 Backfill and Compaction 11

3.11 Surfacing 12

3.12 Roads 12

4.0 Material Specifications and Requirements 12

4.1 Project Performance Requirements 12

4.2 Owner Approval of Manufactured System 12

4.3 Metering 12

4.4 Medium Voltage Cable 13

4.4.1 Material 13

4.4.2 Installation 13

4.5 Medium Voltage Cable Accessories 13

4.5.1 Lugs 13

4.5.2 Splices 14

4.5.3 Terminations: 14

4.5.4 Surge Arresters 14

4.6 Low Voltage, Control, Instrumentation and Communication Cables 14

4.6.1 600-Volt Power Cable: 15

4.6.2 600-Volt Control Cable: 15

4.6.3 600-Volt Instrumentation and Signal Cable: 15

4.6.4 600-Volt Instrumentation and Signal Cable: 15

4.6.5 Fiber Optic Cable: 15

4.6.6 Intercommunication Cable: 15

4.6.7 Cable Termination Requirements: 15

4.7 Conduit and Supports 16

4.8 Transformer 17

4.8.1 Three-phase Transformers: 17

4.8.2 Single-phase Transformers: 19

4.8.3 Standards: 20

4.9 Grounding 20

4.9.1 Components 20

4.9.2 Installation 21

4.10 Pad-mounted Sectionalizing Enclosure 22

4.11 Pad-mounted Switchgear 22

4.12 Pad-mounted Recloser 23

4.13 Primary Meter 25

4.14 Foundations 27

4.14.1 General Criteria 27

4.14.2 Concrete 29

4.15 Protective Coatings and Painting 30

4.16 Meteorological and Seismic Data 30

5.0 Codes and Standards 32

6.0 Safety Material 33

7.0 Bid Submission Technical Documents 34

8.0 Technical Attachments 34

9.0 Abbreviation List 34

Project Location and Overview

This document outlines the overall scope of work and general technical specifications common to all aspects of procurement and construction of the balance of plant (BOP) for the Horn Rapids Solar, Storage and Training project. Project specific procurement and construction shall be based upon the requirements of the OEM, Applicable Codes, Standards and Regulations, Good Industry Practice and the agreement as well as this document, including all referenced specifications.

1 Project Site

• The Project address is: 2800 Horn Rapids Road Richland, WA 99354

• The coordinates of the Project Site is: 46.352946, -119.322220

• The elevation is approximately 436’ (±10’).

2 Owner

Energy Northwest

3 Schedule

Refer to requirements outlined in schedule provided in the commercial portion of this IFB.

4 Balance of Plant Description

The Bidder shall be responsible for; procurement, delivery, construction (including wiring, grounding, and communications), and commissioning of the balance of plant (BOP) for the Horn Rapids Solar, Storage and Training project. The solar plant and Battery Energy Storage System shall be supplied by others and is outside the scope of this IFB. Owner shall provide oversight during the Procurement and Construction process. Without limiting the foregoing, the items described in this document shall be the responsibility of the Bidder.

5 Conflicting Requirements

In cases where requirements contained within the agreement conflict the more stringent shall apply, unless otherwise approved by Owner.

Balance of Plant Bidder Scope of Work

1 Procurement

Bidder shall be responsible for procurement and assembly of all components required to provide the balance of plant for the Battery Energy Storage System to Owner at project site of specified size.

Bidder shall purchase all equipment and materials, consumables, and services to complete the Project with the exception of Owner provided equipment and services as specifically defined herein.

Equipment and materials purchased shall be new and unused, and intended for industrial service typical of Prudent Utility Practices.

2 Bidder Procurement

The Bidder shall furnish the following equipment and materials as it pertains to the Work:

1. Padmount Power Transformer

2. Padmount metering enclosures with PTs and CTs

3. Padmount Recloser with control

4. 3-Way Padmount vacuum switch

5. 3-Way sectionalizing cabinet

6. Station service transformer

7. Commercial power distribution pedestal

8. All communications, power, grounding, and aux power conduit and/or cables and/or conductors as required up to the point of interconnection.

9. Medium voltage cable accessories

10. Underground conduit

11. Foundations and vaults for equipment

1 Deliveries

Bidder shall be responsible for all transportation, shipping, loading, etc. associated with project to deliver a fully operational system to Owner’s Project Site.

Requirements for delivery include but are not limited to:

1. The Bidder shall prepare materials and equipment for shipment such as to protect them from damage while in transit.

2. The Bidder shall submit a shipment plan detailing the contents of each shipping section including weights and dimensions.

3. The Bidder shall use typical transportation means such as tractor trailers, or trucks on roadways. Any special permits and arrangements required for transportation shall be the responsibility of the Bidder.

4. The delivery shall be coordinated with the Owner Project Manager, Owner Representative, and/or the Construction Manager.

5. The equipment furnished shall be delivered and installed onto pad foundations at Site if no lay down area designated.

6. The bidder shall include all rigging arrangements for transport and setting the equipment on the foundations.

3 Construction

The Bidder shall be responsible for all Construction of items procured and delivered to site for assembly of a distribution balance of plant system in adherence to HDR engineering drawings and specifications. This shall include the following:

1. Earthwork and new foundations for distribution balance of plant system.

2. Assembly/installation of distribution balance of plant system.

3. All control and relaying equipment to be supplied and installed.

4. All conduits, wiring, and communications equipment. See one-line diagram for details.

5. All material and equipment not specifically listed but required to complete a distribution balance of plant system that meets the requirements set forth herein.

6. Transport and deliver of all components of the distribution level power delivery system to the project site.

7. Provide all material and equipment to install “Turn-Key” distribution level power delivery system to Owner.

See section 3.0 for Construction Specifications.

4 Commissioning and Testing

1. Bidder shall be responsible for start-up, testing, initial operation, and performance verification of the distribution level power delivery system to the satisfaction of Owner.

2. Bidder shall submit a comprehensive Project Testing Procedure (30) days before testing. The Project Testing Procedure shall comply with the applicable InterNational Electrical Testing Association (NETA) standards.

3. Bidder shall submit a comprehensive Commissioning Procedure (30) days before commissioning.

4. Bidder shall perform all startup and commissioning activities for the Project to enable operation in accordance with the technical and schedule requirements of this Technical Specification and the requirements of the agreement.

5. Bidder must provide commissioning report listing compliance with contracts, manufacturer recommendations, and accepted minimum Industry Standards. Any non-compliant issues must be addressed prior to final payment.

6. The Bidder shall perform material suppliers recommended Factory Acceptance Tests (FAT) on all equipment. Testing shall be performed prior to shipment to the job site.

7. Owner may elect to send representatives to witness such testing or inspection.

8. The Bidder shall provide notice to Owner at least fifteen (15) business days prior to any FAT or inspection activity.

9. The Bidder shall administer commissioning of the communications of Owner’s system and interconnection facilities.

10. The Bidder shall perform a wiring continuity test to confirm all wiring is complete and correct, and that all wire labels are correct and easily readable. Wiring should have point-to-point continuity with parallel paths disconnected, unless required.

11. Results of testing shall comply with the specifications, codes and standards outlined in section 4 and 5 of this document.

5 Participation

Bidder shall manage all their activities highlighted in this specification:

1. Bidder shall assign a Project Manager that will serve as the primary interface to the Owner. Such Project Manager shall have full signatory and decision making authority on behalf of the Bidder.

2. Owner and/or its appointed representative will closely monitor the progress of the work.

3. Participate in the following manner with regards to meetings with Owner during the construction period:

a. Participate in weekly construction update meetings.

b. Generate an agenda or dashboard 24 hours in advance of the meeting.

c. Provide summary notes of those meetings within 48 hours of hosting the meeting.

d. Provide a system for tracking risks/issues and their resolutions.

e. Retain and if requested by Owner, provide summary notes for Project Meetings with subcontractors, Communication Plans, Project Kick-Off, Testing Overview, Conference Calls, etc.

f. Providing a competent management and site supervisory staff at all times during construction.

g. Provide all labor to install “Turn-Key” distribution level power delivery to Owner.

h. Appropriately staffing the site at all times with managerial, supervisory (including safety) personnel, fluent in English, and capable of communicating with all workers on-site. In the case that personnel across the site are not fluent in English, the Bidder shall have a representative that is bilingual to ensure effective communication at all times.

6 Documentation and Deliverables

Bidder shall maintain a submittal log for the duration of the Work, showing current status of all submittals. The log shall include the following fields: document number, description, revision level, and date of revision.

The log shall include the Bidder’s documents and all vendor documents that have been, or shall be submitted to the Owner.

See the Document Delivery List (DDL) for deliverables.

The record of this project shall include the following:

1. Method of Procedure (MOP) -The Bidder shall submit for approval a detailed MOP. This MOP shall detail all elements of mobilization, installation, testing, and demobilization. The MOP is due to Owner ninety (90) calendar days after Notice to Proceed. The review time for the MOP by Owner will take fifteen (15) business days.

2. Energization and de-energization plans -The Bidder shall submit for approval a detailed energization and de-energization plan for safe operation of the Project. The Bidder shall coordinate with all applicable parties to review the energization plan. Energization and de-energization plans shall be submitted to Owner for review no less than twenty (20) business days before the energization date. The Bidder shall hold a meeting before energization to walk through the energization/de-energization plans.

3. Project Specific Safety Plan (PSSP) –Shall be the most important aspect of this project. Bidder shall not allow any individual to remain on the job site during this project that is not following the Bidder’s safety plan. Said Safety Plan shall identify project specific safety hazards that may be encountered during the performance of construction and describe a mitigation plan that minimizes or eliminates these hazards by defining all safety protocols to be incorporated into the project, and how the PSSP shall be implemented. Said Safety Plan shall be due to Owner for review and comment within ninety (90) calendar days after the Successful Bidder has received the Notice to Proceed. The PSSP will meet or exceed all federal, state and local regulatory requirements and will include a statement as such. The review time for the PSSP by Owner will take fifteen (15) business days.

4. Providing the following updated reports and information 48 hours prior to each monthly progress meeting;

a. Safety statistics

b. 3-week look-ahead schedule

c. Full project schedule, data to be agreed upon by both parties

d. Request for Information (RFI) log

e. Non-Conformance Report (NCR) log

f. Engineering Drawing/Studies/Reports log

g. Change Order Log (to be distributed to Owner only)

h. Progress Update

i. Procurement Log

j. Meeting Minutes (from previous meeting)

k. Provide a monthly breakdown of Local Content Spend

l. Other documents or information as reasonably requested by Owner

5. Providing safety statistics with, at a minimum, the following information on a monthly basis prior to the eighth day of the month showing both the reporting month as well as a cumulative through the reporting period. (This shall including Bidder’s and Subcontractor’s employees)

a. Number of near misses

b. Number of first aid incidents

c. Number of fatalities

d. Number of property damages

e. Man-hours worked, broken out by Bidder

f. Recordable Incidents, with no lost days

g. Recordable Incidents, with lost days

h. Number of lost days

i. Total Recordable Incident Rate (T.R.I.R.)

j. Days Away Restricted Time (D.A.R.T.)

6. Final Report -The Bidder is required to submit a Final Report thirty (30) calendar days after completion of the project. This report shall include a narrative of all significant events defined by segment of work, photographs of operations, dates for milestones achieved, and all charts representing as-laid positioning.

7. As-Built –Bidder required to submit hand-marked as-built drawings to Owner thirty (30) calendar days after completion of the project. As-built drawings shall show all changes and modifications required during construction.

8. Training – The Bidder shall provide training literature to Owner on all installed components to Owner employees. It shall contain the following:

a. Training manual

b. Preliminary training schedule

c. List of training aids

d. Equipment Overview

e. Major component description

f. Controls: Including flow paths, instrumentation, controls and interlocks

g. Principal of operation including operating parameters, start-up, normal operation, normal shutdown, emergency shutdown, infrequent operation modes, and maintenance.

h. Support systems needed for operation

i. Visual aids of equipment and system design

9. Documents requiring submittal to Owner shall be itemized in a transmittal email. The documents shall be in .pdf or .docx format as required and transmitted electronically.

10. Field Document Control

a. The Bidder is responsible and liable for ensuring all construction meets the requirements of the most recent set of prints.

b. Owner’s site personnel shall issue ANSI size drawing sets for field work with new revisions slip-sheeted in as issued.

c. When new revisions are issued, the old issues should be collected from the site construction staff at the same time the new drawings are issued. All project drawings shall be collected and new drawings issued at the same time.

d. Bidder shall maintain all Owner copies using the same document control structure as for construction.

e. All permits required shall be posted at the Bidder’s office trailer or be available for review and inspection by Owner or authorities.

11. Reporting/plans

a. Report any shortage or damaged materials, in writing, to Owner within forty-eight (48) hours of receipt of materials, associated with the Owner Supplied Equipment.

b. If shortage and/or damage reports are not furnished to Owner within forty-eight (48) hours after receipt of materials by Bidder, the cost of the shortage and/or damage shall be borne by Bidder, if not otherwise collectable.

c. Implementing and maintaining a storm water pollution prevention plan (SWPPP), including all required permit submittals, during the course of the Work starting with an existing SWPPP for the site, if it exists. The SWPPP shall be provided for Owner’s review before the start of the construction and shall be available for adaptation throughout construction. A final SWPPP shall be provided as part of the turnover documentation capturing any residual maintenance requirements

d. Developing and maintaining a spill prevention control and countermeasure (SPCC) plan for the duration of the Work.

e. Develop and maintain a detailed Project Schedule in Microsoft Project format that integrates related activities and complies with required milestones

f. Any significant changes in the schedule shall be reported, reasons stated, and recommendations made for appropriate action.

g. Bidder shall be required to submit all Material Safety Sheets on all material brought on site to Owner.

h. Providing an independent 3rd party testing laboratory, approved by the Owner, for sampling, testing and certifying the materials and installation are in conformance with the requirements.

12. Shipping/Delivery Documentation Requirements

a. Prior to shipment of power delivery equipment from the manufacturer, the Owner Technical Representative shall have received and approved the FAT test Reports. Authorization to Ship - Upon approval of the Technical Representative, Owner will release an Authorization to Ship to the Bidder at which time the equipment may be shipped from the manufacturer to the Project Site.

b. Shipping Arrangements for all Bidder provided materials shall be coordinated, managed, and implemented by the Bidder. The Bidder shall arrange for shipping in a timely manner so that all Bidder provided materials are available and ready at the start of Construction of the Project.

c. Bidder shall supply with his bid approximate gross weights, together with the overall physical dimensions of equipment of subassembly as packed for shipment, and a written proposal describing, briefly, the design, contents, and number of shipping units.

13. The Bidder shall make a test schedule form and record the results of the testing, as outlined above. The test results shall be submitted to Owner, for review and acceptance before the equipment gets shipped to the site. This procedure shall be coordinated with Owner so that the scheduled delivery date will not be delayed.

14. Prior to contract signing, Bidder must provide a Maintenance plan.

7 Key Personnel

1. Provide the names and resumes for the key personnel proposed to work on this project.

2. Provide a plan that identifies the percentage of time the individuals performing the roles identified below to be present on site during construction will do so.

3. State if any of the roles identified below to be present on site during construction shall be shared between the same individual and how you plan to minimize any impact to safety and quality during construction in case of a role sharing. Show all applicable training, certificate, and work experience relevant to this project.

4. Key Personnel should include the following:

a. Project Manager

b. Site Superintendent (on site during construction)

c. Materials Representative (on site during construction)

d. Field Quality Control Manager (on site during construction)

e. Safety Manager (on site during construction)

f. Safety Watcher(s) (on site during construction)

8 Project Quality Plan

Bidder shall construct, test, and inspect in compliance with a QA/QC Plan, submitted by the Bidder and reviewed by the Owner.

Construction Specifications

1 Shipment

All transportation logistics and cost from manufacturing facilities to project site is the responsibility of the Bidder.

1. Loading onto and off the transportation equipment is the Bidder’s responsibility.

2. Receiving, inspecting, unloading and storing (including all equipment and rigging required) of Owner and Bidder supplied equipment and materials. Inspection of the material shall be the responsibility of the Bidder, of which the Owner may witness

3. All disconnected wires shall be clearly identified, bundled, coiled, and secured. All fasteners required for reassembly shall be arranged in clearly marked packages with invoice attached. These packages shall be shipped securely as an integral part of the BOP components so they shall be immediately accessible for reassembly.

4. Power delivery equipment components shall be shipped in a manner preventing damage to or degradation of the components due to ambient environmental conditions

5. Any machined surfaces shall be fully wrapped and protected from impact damage in shipment.

6. Moving Parts shall be braced as needed or as recommended by Vendor to avoid shipping damage.

7. Providing all temporary surfaces for safe and efficient offload, storage, and erection, in accordance with crane manufacturer and power delivery equipment supplier requirements.

8. Bidder shall be required to remove all debris from project site caused or created by the un-crating and assembly of power delivery equipment.

9. All hazardous materials must be packed and marked in accordance with all applicable local, state, national, and international Codes, including the U.S. Department of Transportation Hazardous Materials Regulations (CFR 49, Parts 100-185).

2 Construction

1. Bidder shall complete all Work within the permit and site constraints, including landowner agreements.

2. Bidder’s installation personnel shall follow Bidder safety plan that must be approved by Owner.

3. Bidder shall provide covered trash dumpsters or other suitable containers for proper disposal and/or recycling of construction debris, garbage, food wastes, and other similar trash created from Bidder’s Work.

4. Bidder shall provide all temporary power and communication requirements for the Work, including all permits, fees, and applications required.

5. Bidder shall supply all potable and non-potable water required for the duration of the Work.

6. Bidder shall monitor environmentally sensitive areas throughout construction. These sensitive resources shall be marked in the field by the Owner and avoided during construction unless permitted for impact.

7. Bidder shall construct the Project to avoid impacts on all wetlands and waters of the United States, unless Owner supplied permits allow for impacts.

8. Bidder shall direct its employees and Subcontractor’s employees to park only in those areas specifically approved by Owner.

9. Bidder shall provide all traffic control, including access to the site. In the case of shared access Bidder shall coordinate with other Bidders on-site.

10. Bidder shall return roads or highway infrastructure both on and off-site to their original state (or better) – reversing necessary alterations, when required, or repairing damage due to construction activities.

11. Bidder shall erect a temporary barrier to demarcate energized equipment for the duration of the Project construction.

12. Bidder will provide fire extinguishers, first aid kits and emergency washing equipment at the construction site in quantities and locations that are in accordance with state and local regulations.

13. Bidder shall maintain all dust control measures in compliance with local and permit requirements.

14. Sound levels at the Site property boundaries shall be minimized during construction and operation of the Project in a cost-effective manner. Refer to authority having jurisdiction (AHJ) for additional requirements.

15. Bidder shall supply and install construction identification, warning, and information signs as necessary to inform the public of the Project and warn them of potential hazards during construction in accordance with state regulations.

16. Bidder shall supply, install, and maintain temporary signs to assist delivery and emergency medical responders in locating access roads.

17. Access roads and Project components shall be identified clearly with permanent signs readable from a reasonable distance.

18. Bidder shall label all cable and equipment as specified in section 4.11.

19. Bidder shall install warning tape in all trenches.

20. Bidder shall furnish and install bollards and warning flags around GSU Transformers, MV Switchgear, fiber splice boxes, and junction boxes as required.

21. Bidder shall install 4 ft. tall above ground fiberglass cable route markers at an interval of not more than 500 feet, at crossings and at changes of direction.

22. Bidder shall maintain equipment so that it does not leak oil, hydraulic fluids, fuels, greases, cutting oils, antifreeze or other chemicals. Should spills occur, Bidder will promptly and diligently perform all necessary cleanup.

23. All materials shall be new and free from defects.

24. All materials and equipment shall be installed or applied in accordance with the Manufacturer’s instruction documentation.

25. Bidder shall comply with all environmental, archaeological, cultural, and wildlife requirements specified in Project permits, Applicable Laws, codes, or regulations.

26. Bidder shall be responsible for locating all underground utilities and providing sufficient and timely notification to the required parties prior to the start of work.

27. Bidder shall, in the event of an inadvertent discovery (a cultural resource found unexpectedly during construction), call Owner within 2 hours.

28. Bidder shall implement and manage lock-out/tag-out program.

29. Bidder shall not leave holes open overnight. Open holes are to be properly covered and/or fenced.

30. Any deviation from the Manufacturer’s installation instructions shall be approved by the manufacturer of the materials or equipment in writing.

31. Bidder shall supply and install all rebar, anchor bolts, anchor bolt nuts, etc. for foundations.

32. Bidder shall supply concrete and grout that complies with the approved plans, specifications, and manufacturer’s recommendations.

33. Bidder shall notify Owner if welding at the Project site is required to complete the scope of work (30) days in advance. All welding shall be completed in compliance with applicable welding codes as agreed upon between Bidder and Owner.

34. Bidder shall seal of all conduit ends and enclosure entries to prevent water, rodent, and insect intrusion.

35. Bidder shall minimize any outages to existing utilities and operating facilities while completing the Work. Bidder shall anticipate performing the work with the existing lines energized, when crossing existing lines.

36. Bidder shall provide suitably rated electrical and equipment enclosures.

37. Bidder shall not attempt any repairs to damaged material or equipment without the prior approval of the Owner unless additional damage would be created by waiting for such approval.

3 Civil Site Work

This section describes the civil site work along with the design basis for yard facilities and infrastructure. The scope of this work shall involve all items to procure, construct, commission, and bring into service the required Project and shall include, but is not limited to the following items:

1. Site clearing and grubbing, and disposal of non-hazardous waste

2. Installation and maintenance of construction parking and laydown areas. Construction parking and laydown areas shall be reclaimed at the end of the project and returned to their original state

3. Providing temporary erosion and sediment control during earthwork

4. Final Site grading and cleanup

5. Landscaping and fencing

6. Security of Bidder controlled areas

7. Trenching, excavation and backfill required to complete the Work.

8. Conforming to any Owner-provided preliminary survey, performing any required remaining surveying and establishing and maintaining survey control points for the duration of the Work.

9. Removal and disposal of all top-soil, vegetation, organic material, rock, earth, sand, and debris required to complete the Work. Soils shall not be relocated throughout the Project site, unless approved by Owner.

10. Installing fill material free of organic and or foreign material (debris, concrete, metal, etc.).

11. Placing fill in lifts, maximum thickness specified by the Bidder’s Engineer of Record (EOR), in order to allow for proper compaction throughout the fill. Density and moisture tests shall be taken at regular intervals in the field during compaction in order to verify installation is meeting the design standards.

12. Grading adjacent to all equipment and structures so that it is smooth, matches existing grade and provides proper elevation and drainage, sloped away to maintain positive drainage.

13. Restoring all temporarily disturbed areas prior to the Final Completion of the Work.

14. Construction operations shall be conducted to prevent any unnecessary scarring or defacing of the natural vegetation and surroundings in the vicinity of the work. Construction methods shall be designed to limit, so far as reasonable, erosion or subsidence.

15. Identify and repair drain tiles damaged during construction

16. Compliance with all Federal, State, Local Agency, and Owner requirements

Bidder shall be responsible to inspect the Site, obtain any additional Site data necessary, and perform any necessary geotechnical and/or survey investigations for the design and construction of the Project.

4 Surveying

1. Bidder will be provided with recently obtained site survey data, including an XML file.

2. Bidder shall install permanent benchmarks as control points for construction.

3. Bidder shall be responsible for obtaining any required surveying outside of the Site boundary.

4. Bidder shall obtain permission to access adjacent properties as needed to survey and access the site

5 Geotechnical Investigation

1. Bidder shall be responsible for completing any additional geotechnical investigations for the Project and shall maintain all liability and responsibility regarding the accuracy and applicability of such geotechnical data. The bidder shall be responsible for obtaining permission to access properties needed.

2. If additional geotechnical investigation and analysis are performed by the Bidder, they shall consist of a subsurface exploration program, field testing and sampling, laboratory testing, and engineering analysis and evaluation with the results presented in report form to the Bidder.

6 Erosion and Sediment Control

1. Bidder shall provide for erosion control during and after construction in accordance with permits and applicable Laws and local practice. Best Management Practices (BMPs) identified in the Storm Water Pollution Prevention Plan (SWPPP) such as check dams and sedimentation basins shall be used during construction to minimize erosion. The existing SWPPP for the Site shall be updated by the Owner as needed to reflect any Project related plans or activities. Bidder shall acquire and administer a new, separate SWPPP for the Project. Weekly SWPPP inspections are required during construction.

2. BMPs shall be utilized in the design and location of all erosion and sediment control devices prior to any land disturbance activity. The plans shall be prepared using a phased approach including clearing phase, grading phase, and final phase. These phased drawings shall ensure proper controls are in place at each phase of construction to mitigate erosion and to prevent silt from leaving the Site.

3. Temporary BMP devices shall be provided by the Bidder for control of erosion and turbid runoff during clearing operations and from graded areas until they are stabilized. Temporary BMPs shall be acceptable to local authorities. The Bidder shall be responsible for obtaining any necessary erosion and sediment control permits.

4. The Bidder shall provide permanent BMPs as required for ditches and slopes, such as riprap, headwalls, rock surfacing and slope pavement.

7 Civil Management during Construction

During the construction phase, temporary erosion and sediment control measures shall be installed, maintained, relocated, and modified, as required. These shall be removed when no longer required or incorporated into the permanent construction if properly designed for long-term service.

8 Civil Management during Operation

Non-contact storm water shall be diverted from the Site using the natural drainage courses.

Storm water that contacts process equipment or secondary containments with potential oil contact shall either be contained and removed from the Site via suitable truck transport and disposal or shall be diverted to an oil/water separator before being discharged with process waste water.

9 Grading

Any grading, bedding, excavation, or other earthwork necessary to construct the project will be considered incidental to the item of work requiring the grading. It is anticipated that little to no grading will be required for the Balance of Plant equipment within the fenced in area. Some grading may be required for the direct-bury UG distribution line from the 3-way sectionalizing cabinet to the Point of Interconnection at the vault.

10 Backfill and Compaction

Areas to be backfilled shall be prepared by removing unsuitable material before placing the fill. The bottom of the excavation shall be examined to reveal loose, soft, or otherwise unsuitable areas. Such areas shall be excavated fully and backfilled with compacted fill. Backfilling shall be done in uniform layers. Soil in each layer shall be properly moistened to obtain its specified density. To verify compaction, representative field density and moisture-content tests shall be made during compaction.

Structural fill under transformers, roads, and parking areas subjected to heavy or cyclical loads shall be compacted to a minimum of 95 percent of the Modified Proctor maximum dry density in accordance with ASTM D 1557. General backfill shall be compacted to at least 80 percent of Modified Proctor. The backfill and compaction requirements identified as part of the geotechnical evaluation shall be incorporated, as appropriate.

11 Surfacing

Surfaces surrounding equipment shall be graded to direct surface water away with material to prevent soil erosion and surface treated for dust abatement. Such surface shall maintain structural integrity during periods of precipitation.

The materials selected for road construction shall be of adequate strength and durability to meet the design requirements for the whole of the design life. The materials of construction and required thickness of the roadways shall be identified in the geotechnical evaluation.

12 Roads

All access roads will be designed and constructed by others. If applicable, Bidder is responsible for the following:

1. Ongoing regular maintenance of all project access roads as needed throughout the Work, to include grading, dust control, and snow removal as needed

2. Construction of

a. String roads and crane pads

b. Delivery road improvements (i.e. jug handles, increased radii, etc.).)

c. Staging area(s) and access roads as required.

d. Adhering to all public road use agreements, as applicable.

3. All site entrances/exits shall have a mud and dust removal system in place (e.g. rumble strips) to prevent tracking of mud and other debris onto the public way.

Material Specifications and Requirements

1 Project Performance Requirements

1. The primary performance requirement is that the Project must be capable of producing safely, reliably and continuously at rated at all ranges power output and ambient conditions.

2. System shall be sized in accordance to the nameplate ratings.

2 Owner Approval of Manufactured System

1. Bidder shall review all major material costs with Owner prior to purchase.

3 Metering

1. Meters shall be provided by City of Richland (COR)

4 Medium Voltage Cable

1 Material

1. Cable shall be 15 kV, single conductor for use in wet and dry locations in conduit, underground duct, direct burial and aerial riser installations

2. Cable shall be rated for 105°C for normal operation, 130°C for emergency overload conditions and 250°C for short circuit conditions

3. Conductor material shall be uncoated bare aluminum conductor, Class B stranding with strand filling compound.

4. Cable insulation shall be cross-linked polyethylene with tree retardant additive (XLP-TR), or ethylene propylene rubber (EPR) and shall be extruded and cured with the conductor and insulation screens. Minimum average thickness shall be 220 mils (133% insulation level).

5. Conductor shield shall be an extruded layer of semi-conducting. Screen shall be free stripping from the conductor and firmly bonded to the insulation.

6. Solid copper concentric neutral shall be spirally applied:

a. Neutral for three-phase circuits to provide minimum 1/3 ampacity of a single conductor.

b. Neutral for single-phase circuits to provide full ampacity of single conductor.

7. Overall jackets shall be insulating PVC or LLDPE. The jacket shall be applied in such a manner that neutral wires are not displaced and voids between neutral wires and the jacket are negligible.

8. Cables shall be permanently marked with the manufacturer, year of manufacture, sequential footage numbers, cable type, insulation thickness, conductor size and type and rated voltage.

9. Factory tests reports shall be provided at the time of shipment and shall include High Voltage AC and DC, conductor resistance, and corona discharge. Tests shall be conducted on shipping lengths.

2 Installation

1. Cable installation:

a. Do not install cable during adverse conditions and ensure that conduits are free of moisture, manholes are pumped out, and cable end caps are present and in good condition during pulling.

b. Follow manufacturer’s recommendations for installation, including minimum temperature requirements.

c. Provide prefabricated terminations that match the diameter and construction of the cable and per manufacturer’s recommendations.

2. Splices are not allowed in the cable for this project.

5 Medium Voltage Cable Accessories

1 Terminations:

1. End cap terminations to be cold or hot shrink and used to environmentally seal and mechanically protect exposed cable ends.

2. Elbow connectors shall be IEEE 386 with the same voltage rating as the cable. Current ratings shall be 200A (loadbreak) or 600A (deadbreak) as indicated in the Drawings. Connectors shall be one piece design, comprised of an insulation shield, insulation layer and an outer shield constructed of EPDM rubber. Terminations shall be dead front type.

a. Loadbreak elbows shall have a hot stick pulling eye, grounding tab, and test point.

b. Deadbreak elbows shall have grounding tab and test point.

3. Accessories to be constructed in a similar manner as the elbow connector:

a. Bushing inserts

b. Bushing well plugs

c. Feed thru inserts

d. Protective caps

2 Surge Arresters

1. Surge arresters shall be IEEE/ANSI 386 and IEEE/ANSI C62.11 7.65KV MCOV gapless elbow type.

2. Elbow connector to be one-piece design, comprised of an insulation layer and outer shield constructed of EPDM rubber. Arrester to be 200A / 600 A (as indicated in design), dead front, load break type with hot stick pulling eye and grounding tab. Provide voltage class and MCOV rating as indicated on the Drawings.

6 Low Voltage, Control, Instrumentation and Communication Cables

1. Equipment where the manufacturer determines the layout and provides the wiring diagram shall have wire terminations according to industry standards and shall be subject to Owner approval.

2. Each control wire end shall be clearly labeled with the address to which the other end of the wire is terminated.

3. Test switches shall be applied to isolate relays, breaker trip circuits, and CT/PT circuits for testing.

4. For specific functions the wire colors indicated shall be used:

a. 120/240V Single-Phase Power X Black

Y Red

Z White

GRD Green

b. 120/208V Three-Phase Connections A Black

B Red

C Blue

COM White

c. 277/480V Three-Phase Connections A Brown

B Orange

C Yellow

COM White

d. DC Power Positive Red

Negative Black

5. Splices for control cable shall follow Owner’s standards.

1. 600-Volt Power Cable:

1. Cables will be single-conductor or multi-conductor assemblies as indicated in the cable schedule.

2. Single conductor and multi-conductor assemblies will be rated 90 degrees C, stranded copper, with cross-linked polyethylene or ethylene propylene rubber insulation UL-listed.

3. Cable will pass the vertical tray flame test as outlined in IEEE 1202 and UL1685.

4. This type cable will be used for all 480-, 277-, 240-, 208-, and 120-volt ac and 125-volt dc power circuits including HVAC, lighting and convenience power.

2. 600-Volt Control Cable:

1. 600-Volt control cable will be multi-conductor, color-coded, jacketed, rated 90 degrees C, stranded copper, with cross linked polyethylene or ethylene propylene rubber insulation and overall low smoke, low halogen jacket, NEC type TC, UL-listed.

2. Cable will pass the vertical tray flame test as outlined in IEEE 1202 and UL1685.

3. Color-coded per ICEA Table E-2 (black, red, orange, blue, yellow, brown).

3. 600-Volt Instrumentation and Signal Cable:

1. Cable will be single and multiple twisted pairs, shielded with aluminum/Mylar tape shield, tinned copper drain wire, one conductor color coded white, the second conductor color coded black and if the cable is for a triad the third conductor will be color coded red, jacketed, rated 600V, 90 degrees C, No. 16 or 18 AWG stranded coated copper conductor, with cross-linked polyethylene insulation and low smoke, low halogen jacket, NEC type TC, UL-Listed.

2. Cable will pass the vertical tray flame test as outlined in IEEE 1202 and UL1685.

3. This cable will be used for low level signal circuits, and for other circuits which require shielded instrumentation cable.

4. Fiber Optic Cable:

1. Fiber optic cable will be indoor/outdoor multimode loose tube cable, with cross linked polyethylene or ethylene propylene rubber insulation and overall armored jacket, NEC type TC, UL-listed.

2. Data communication cables for the control system that are installed between cabinets will be fiber optic.

5. Intercommunication Cable:

1. Cable will be of special type as required by the equipment manufacturer.

2. Cable will be totally enclosed in a completely separate conduit system and is not required to be of a flame-resistant construction.

6. Cable Termination Requirements:

1. Two-hole rectangular tongue for large power cables.

2. Ring-tongued for small power cables, control cables and instrument cables. Where end devices provide only compression type connections, ferrule lugs will be provided.

3. A maximum of two wires may be connected to each termination stud with non-insulated ring tongues crimped on.

7 Conduit and Supports

1. Conduit will be 3/4-inch minimum size with conduit fill as required by NEC.

2. All above-grade conduit will be field routed by the installing Bidder and will not be shown on plan drawings. Dimensioned locations and detailed routing for above grade conduit are not planned. Below grade conduit will have the end points located but slight field routing will be allowed by the installing Bidder with as-constructed information provided by the Bidder.

3. Flexible metallic conduit (liquid tight) will be used for short extensions to motors and other equipment where rigid connections are not practical. PVC-coating is acceptable for indoor applications only; TPU or NWC are required outdoors.

4. Galvanized steel sheet pull and terminal boxes will be used indoors and outdoors on exposed conduit runs unless a corrosive area is not considered acceptable for galvanized steel. Corrosive areas not acceptable for galvanized steel will be stainless steel or fiberglass as required for the specific corrosive element.

5. NEMA 1 pull and terminal boxes will be used in dry indoor locations. NEMA 4 or NEMA 4X pull and terminal boxes will be used in all other locations, including indoor wash down areas.

6. Conduit supports will be as required to meet the requirements of local codes and standards. Specific details will not be provided during detailed design.

7. Outdoor lighting circuits not attached to building or structures such as roadway lighting will be routed in direct buried PVC conduits.

8. Make conduit joints watertight and in accordance with manufacturer's recommendations.

9. Accomplish changes in direction of runs exceeding a total of 15 degrees by long sweep bends having a minimum radius of 25 FT.

a. Sweep bends may be made up of one or more curved or straight sections or combinations thereof.

10. Furnish manufactured bends at end of runs.

a. Minimum radius of 18 IN for conduits less than 3 IN trade size and 48 IN for conduits 3 IN trade size and larger.

11. Field cuts requiring tapers shall be made with the proper tools and shall match factory tapers.

12. Pneumatic rodding may be used to draw in lead wire.

a. Install a heavy nylon cord free of kinks and splices in all unused new ducts.

b. Extend cord 3 FT beyond ends of conduit; secure in place.

13. Rigid non-metallic conduit may be extended directly to manholes, hand holes, pad-mounted transformer boxes, and other exterior pad mounted electrical equipment where the conduit is concealed within the enclosure.

a. Terminate rigid PVC conduits with insulated bushings.

14. Place warning tape in trench directly over direct-buried conduit, and direct-buried wire and cable.

15. Install so that the top of the uppermost conduit, at any point:

a. Is not less than 36 IN below grade, unless otherwise shown on Drawings.

b. Is below pavement sub-grading.

16. Medium Voltage Cable shall comply with the following standards:

a. American Association of State Highway and Transportation Officials (AASHTO):

i. Standard Specifications for Highway Bridges.

b. ASTM International (ASTM):

i. A536, Standard Specification for Ductile Iron Castings.

c. National Electrical Manufacturers Association (NEMA):

i. 250, Enclosures for Electrical Equipment (1000 Volts Maximum).

d. National Fire Protection Association (NFPA):

i. 70, National Electrical Code (NEC).

e. Society of Cable Telecommunications Engineers (SCTE):

i. 77, Specification for Underground Enclosure Integrity.

8 Transformer

1. Transformers shall be single-phase or three-phase as specified in design, 60-Hz, fluid-filled, self-cooled, 65°C average winding temperature rise above 40°C ambient, dead front loop feed, pad-mounted, compartment-type transformer.

2. Transformer kVA-rating shall be determined by the maximum available steady-state output of aggregated Power Conversion System(s) of the BESS. Each transformer shall be rated as shown on the Drawings.

1 Three-phase Transformers:

3. Voltage ratings:

a. High Voltage: 12.47/7.2kV Grounded wye, 95kV BIL

b. Three Phase Low Voltage: 480V Delta[1], 30kV BIL.

4. Impedance value shall be 5.75% nominal; with a minimum value of 5.32%, and maximum value of 6.18%.

5. There shall be five primary taps (nominal voltage, ±2.5%, and ±5%).A

6. Transformer shall be capable of serving a capacitive or inductive load at 100% nameplate, under steady-state conditions.

7. Transformer shall be capable of serving an overload of 125% for 4 hours.

8. Transformer excitation shall be 3.

10. Transformer requires electrostatic shielding.

11. Transformer shall be designed to serve a 60Hz load with a total harmonic distortion not to exceed 3%.

12. “Unit residential” type pad-mount transformers are not acceptable.

13. Unit shall be shipped completely filled with non-PCB insulating oil. Provide certification of PCB test of each unit.

14. Install on pad as detailed on Drawings and in accordance with manufacturer's instructions.

15. Transformer locations as shown on drawings are intended to be used as a guide.

a. Field conditions may affect actual transformer location.

b. Coordinate final location with Owner.

16. Components:

a. Windings: Copper.

b. Tank:

i. Sealed-tank construction with welded main cover and bolted tamper-resistant handhole.

ii. No exposed screws, bolts, or other fastening devices that are externally removable.

iii. No openings through which foreign objects such as sticks, rods, or wires may contact live parts.

iv. 30 IN deep cabinet (minimum)

v. 1 IN upper fill plug.

vi. 1 IN drain valve with sampling device. Note: Drain plug does not constitute oil sampling device.

vii. Automatic pressure relief device or valve.

viii. Stainless steel NEMA 2-hole ground pads.

ix. Oil sampling device.

x. Pressure vacuum gauge.

xi. Top oil thermometer with maximum indicating drag hand

xii. Three-Phase Transformer:

1. Steel divider between high-voltage and low-voltage compartments.

c. Door:

i. Provide clearance for 200 Amp elbow connectors, ground elbows, or elbow arresters installed when enclosure doors are closed for loop-feed primary.

ii. The hinge assemblies made of corrosion-resistant material.

iii. Provide stainless-steel hinge pins of 3/8 IN minimum diameter.

iv. Compartment doors capable of securing with a single padlock having a maximum 1/2 IN DIA shackle.

v. Provide 7” x 10” caution warning signs on the exterior of all access doors.

17. Each compartment will have removable, three-point latching hinged doors equipped for latching in the open position.

18. The high-voltage compartment door will have a fastening device that is accessible only through the low-voltage compartment.

a. Unit protection:

i. Provide unit protection with a partial-range current limiting fuse on each primary phase with a maximum interrupting rating of 44,000 AMPS (under oil, factory replaceable only).

ii. High voltage fuse assembly shall have maximum interrupting rating of 1200 Amps.

iii. Provide an expulsion-type, fuse (under oil, externally removable load break, Bay-O-Net) in series with the current limiting fuse. Current sensing fuse elements shall be installed.

b. Finish:

i. Manufacturer's standard corrosion protection system.

ii. Munsell Green (7GY 3.29/1.5).

c. Insulating oil:

i. KNAN

ii. Permanently affix nameplate to outside of tank stamped “Non-PCB.”

d. Accessories:

i. Liquid level indication.

ii. Dial-type thermometer.

iii. Provisions for pressure vacuum gage.

iv. Stainless steel or laser-scribed anodized aluminum nameplate, with date of manufacturer.

v. Provide a minimum of two, welded, ground lug attachment points on lower front of transformer tank. Ground lugs shall accommodate #2 str. Cu ground conductor

2 Single-phase Transformers:

1. Voltage ratings:

a. High Voltage: 7.2kV Grounded wye, 95kV BIL

b. Single Phase Low Voltage: 240/120 V Grounded, 30kV BIL.

2. Transformer shall be capable of serving a capacitive or inductive load at 100% nameplate, under steady-state conditions.

3. Transformer shall be capable of serving an overload of 125% for 4 hours.

4. Transformer excitation shall be 3.

6. Transformer requires electrostatic shielding.

7. Transformer shall be designed to serve a 60Hz load with a total harmonic distortion not to exceed 3%.

8. Unit shall be shipped completely filled with non-PCB insulating oil. Provide certification of PCB test of each unit.

9. Install on pad as detailed on Drawings and in accordance with manufacturer's instructions.

10. Transformer locations as shown on drawings are intended to be used as a guide.

a. Field conditions may affect actual transformer location.

b. Coordinate final location with Owner.

11. Components:

a. Windings: Aluminum or copper.

b. Tank:

i. Sealed-tank construction with welded main cover and bolted tamper-resistant handhole.

ii. No exposed screws, bolts, or other fastening devices that are externally removable.

iii. No openings through which foreign objects such as sticks, rods, or wires may contact live parts.

iv. 16 IN deep cabinet (minimum)

v. Drain valve with sampling device. Note: Drain plug does not constitute oil sampling device.

vi. Automatic pressure relief device or valve.

vii. Stainless steel NEMA 2-hole ground pads.

viii. Oil sampling device.

ix. Pressure vacuum gauge.

c. Door:

i. Provide clearance for 200 Amp elbow connectors, ground elbows, or elbow arresters installed when enclosure doors are closed for loop-feed primary.

ii. The hinge assemblies made of corrosion-resistant material on top of transformer.

iii. Provide stainless-steel hinge pins of 3/8 IN minimum diameter.

iv. Compartment doors capable of securing with a single padlock having a maximum 1/2 IN DIA shackle.

v. Provide 7” x 10” caution warning signs on the exterior of all access doors.

d. Unit protection:

i. Provide unit protection with a partial-range current limiting fuse on each primary phase with a maximum interrupting rating of 44,000 AMPS (under oil, factory replaceable only).

ii. High voltage fuse assembly shall have maximum interrupting rating of 1200 Amps.

iii. Provide an expulsion-type, fuse (under oil, externally removable load break, Bay-O-Net) in series with the current limiting fuse. Current sensing fuse elements shall be installed.

e. Finish:

i. Manufacturer's standard corrosion protection system.

ii. Munsell Green (7GY 3.29/1.5).

f. Insulating oil:

i. ONAN

ii. Permanently affix nameplate to outside of tank stamped “Non-PCB.”

g. Accessories:

i. Liquid level indication.

ii. Provisions for pressure vacuum gage.

iii. Stainless steel or laser-scribed anodized aluminum nameplate, with date of manufacturer.

iv. Provide a minimum of one, welded, ground lug attachment points on lower front of transformer tank. Ground lugs shall accommodate #2 str. Cu ground conductor

3 Standards:

1. Transformers shall comply with the following standards:

a. American National Standards Institute (ANSI) or Institute of Electrical and Electronic Engineers (IEEE):

i. C57.12.00, General Requirements;

ii. C57.12.22, Requirements for Pad-Mounted, Compartmental-Type, Self-Cooled, Three-Phase Distribution Transformers with High-Voltage Bushings, 2500 kVA and smaller: High-Voltage Connectors, High-Voltage, 34,500 GrdY/19.920 Volts and Below; 2500kVA and Smaller

iii. C57.12.26, Standard for Pad-Mounted Compartmental-Type, Self-Cooled, Three-Phase Distribution Transformers for Use with Separable Insulated High-Voltage Connectors

iv. C57.12.28, Enclosure integrity

v. C57.12.34 ,Pad-mounted, Three-Phase Distribution Transformers

vi. C57.12.70, Terminal Markings and Connections

vii. C57.12.80, Terminology

viii. C57.12.90, Test Code

ix. C59.147, Natural Ester Fluids in Transformers;

x. C62.11, Standard for Metal-Oxide Surge Arresters for Alternating Current Power Circuits

xi. IEEE Standard 386 Separable Connectors

xii. IEEE Standard 519 Harmonic Control in Power Systems

xiii. IEEE Standard 592 Standard for Exposed Semiconducting Shields on High-Voltage Cable Joints and Separable Insulated Connectors

xiv. National Electrical Manufacturers Association (NEMA).

xv. UL Test Standards

xvi. ANSI/IEEE C57.12.90-1987 Standard for Liquid Immersified Distribution, Power and Regulating Transformers – Load & No Load Losses Sections

9 Grounding

1 Components

1. Wire and Cable:

a. Bare conductors: Soft drawn stranded copper meeting ASTM B8.

b. Insulated conductors: Color coded green.

c. All grounding conductors and connectors will be copper with minimum size of 2/0.

2. Ground Bars:

a. Solid copper:

i. 1/4 IN thick.

ii. 2 or 4 IN wide.

iii. 24 IN long minimum in main service entrance electrical rooms, 12 IN long elsewhere.

b. Predrilled grounding lug mounting holes.

c. Stainless steel or galvanized steel mounting brackets.

d. Insulated standoffs.

3. Driven Ground Rods:

a. 5/8 IN x 8 FT, or as indicated on the Drawings.

b. Copperclad:

i. Heavy uniform coating of electrolytic copper molecularly bonded to a rigid steel core.

ii. Corrosion resistant bond between the copper and steel.

iii. Hard drawn for a scar-resistant surface.

c. Driven depth: 8’6”, or as indicated on the drawings.

4. Grounding Clamps, Connectors and Terminals:

a. Mechanical type:

i. Standards: UL 467.

ii. High copper alloy content.

b. Compression type for interior locations:

i. Standards: UL 467.

ii. High copper alloy content.

iii. Non-reversible.

iv. Terminals for connection to bus bars shall have two bolt holes.

c. Compression type suitable for direct burial in earth or concrete:

i. Standards: UL 467, IEEE 837.

ii. High copper alloy content.

iii. Non-reversible.

2 Installation

1. General:

a. Install products in accordance with manufacturer's instructions.

b. Electrical services and separately-derived systems (generators and transformers) will be connected to grounding electrode systems.

c. The grounding system shall be tested in accordance with IEEE 81.

d. Individual systems (e.g. lightning protection ground loop) will be tested independently prior to interconnection with other grounding systems.

e. System resistance to ground will be 1.0 ohms or less.

f. All major electrical rooms and telecommunication rooms shall have wall-mounted copper ground bars. The ground bars will be part of the grounding electrode conductor system.

g. Connections to equipment will be with a bolted connection.

h. Equipment rated 600 volts or less, having its enclosures welded or solidly bolted to building steel, will be considered adequately grounded.

i. Connections to large equipment will be bolted in two locations identified by the manufacturer.

j. AC control systems such as current and potential transformer secondary leads, will be grounded at only one point.

k. Size grounding conductors and bonding jumpers in accordance with NFPA 70 Article 250, except where larger sizes are indicated on the Drawings.

l. Remove paint, rust, or other nonconducting material from contact surfaces before making ground connections.

m. Install ground rods and grounding conductors in undisturbed, firm soil.

i. Provide excavation required for installation of ground rods and ground conductors.

ii. Use driving studs or other suitable means to prevent damage to threaded ends of sectional rods.

iii. Unless otherwise specified, connect conductors to ground rods with compressor type connectors.

iv. Provide sufficient slack in grounding conductor to prevent conductor breakage during backfill or due to ground movement.

v. Backfill excavation completely, thoroughly tamping to provide good contact between backfill materials and ground rods and conductors.

2. Grounding Electrode System:

a. Provide a grounding electrode system in accordance with NFPA 70 Article 250 and as indicated on the Drawings.

i. Provide ground rods as shown on the transformer grounding plan and details drawing.

ii. Grounding conductor: Bare conductor, size as indicated on transformer grounding plan and details drawings.

b. Grounding conductor terminations:

i. Ground bars mounted on wall, use compression type terminal and bolt it to the ground bar with two bolts.

ii. Ground bars in electrical equipment, use compression type terminal and bolt it to the ground bar

3. Referenced Standards:

a. American Association of State Highway and Transportation Officials (AASHTO):

i. Standard Specification for Highway Bridges.

b. ASTM International (ASTM):

i. B8, Standard Specification for Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or Soft.

c. Institute of Electrical and Electronics Engineers (IEEE):

i. 837, Qualifying Permanent Connections Used in Substation Grounding.

d. National Fire Protection Association (NFPA):

i. 70, National Electrical Code (NEC).

ii. 80, Guide for Safety in AC Substation Grounding.

e. Underwriters Laboratories, Inc. (UL):

i. 467, Standard for Safety Electrical Grounding and Bonding Equipment.

4. Ensure ground continuity is continuous throughout the entire Project.

10 Pad-mounted Sectionalizing Enclosure

1. Provide outdoor, deadfront, enclosure suitable for housing 600A and 200A, 15kV modules and elbows.

2. Install three-phase, three-way junction in configuration as shown on the Drawings.

3. Provide heavy-duty steel enclosure. Provide tamperproof design per IEEE and ANSI with hinged top cover, universal cable junction mounting plates with one parking stand provision per phase. Provide Munsell Green (7GY 3.29/1.5), manufacturer’s standard corrosion protection paint.

4. Provide multi-point deadbreak cable junctions per IEEE 386 for 15 kV. See Drawings for current ratings at each terminal location. Provide one piece bushing design, comprised of an insulation shield, insulation layer and an outer shield constructed of EPDM rubber. Provide structural grade plated aluminum bus and stainless steel brackets with grounding lugs and parking stands.

11 Pad-mounted Switchgear

1. Ratings:

a. Voltage: 15kV.

b. Amperage: 600A.

c. Number of phases: Three (3).

d. Number of ways: Three (3).

e. Frequency: 60 Hz.

f. Grounding system: Solid.

g. Short circuit:

i. Fault closing and momentary: 20kA.

ii. Short time (1 second): 12.5 kA.

iii. RMS Symmetrical: 12.5 kA.

h. Basic impulse level: 95 kV.

2. Construction:

a. Standards: IEEE C37.74, ANSI Standard C57.12.28.

b. Deadfront, non-ventilated, tamper-resistant, vacuum-break

c. 2-sided, sealed insulated tank with separate front and rear cable compartments.

d. Front and rear access.

e. Front and rear door latched closed by padlockable latches for cable installation and maintenance.

f. Door:

i. Each compartment will have doors equipped for latching in the open position.

ii. Provide clearance for 600 Amp elbow connectors, ground elbows, or elbow arresters installed when enclosure doors are closed for loop-feed primary.

iii. The hinge assemblies made of corrosion-resistant material.

iv. Both compartment doors capable of securing with a single padlock

v. Provide 7” x 10” caution warning signs on the exterior of all access doors.

g. External nameplate with switchgear ratings, manufacturer name, and date of manufacture.

h. Finish:

i. Manufacturer's standard corrosion protection system.

ii. Munsell Green (7GY 3.29/1.5).

3. Bushings:

a. Bushings shall be deadfront type for use with separable connectors.

b. Bushings shall be mounted in-line and configured 24 inches above the pad.

c. A standoff bracket or parking stand shall be supplied for each bushing and shall be mounted horizontally adjacent to each bushing.

4. Load Interrupter Switches:

a. Configuration as indicated on the Drawings.

b. Two-position (open/closed).

c. Switch mechanism shall use a push or pull action to open or close.

d. Each switch shall have provisions for field installed key interlocks.

12 Pad-mounted Recloser

1. Electronically controlled, solid dielectric vacuum recloser with Triple Option trip/close capabilities for use on distribution systems through 38 kV. The recloser shall be designated G&W Viper-ST.

2. Recloser configuration shall be pad-mounted, front/back access with enclosure constructed of heavy-duty steel enclosure. Provide tamperproof design per IEEE and ANSI with hinged cover. Provide Munsell Green (7GY 3.29/1.5), manufacturer’s standard corrosion protection paint.

3. Recloser Construction:

a. The magnetic actuator and corresponding linkage assembly shall be housed within a high impact, UV stable, air insulated, poly-carbonate enclosure. A contact position indicator and air vent shall be provided. Lifting provisions shall be provided.

b. The operating mechanism shall utilize a magnetic actuator for opening and closing of the vacuum interrupters. The magnetic actuator shall be powered by capacitors located in the control enclosure. The manual trip and lockout handle shall be made of stainless steel for maximum corrosion resistance. A mechanical block device shall further prohibit accidental closing when the manual trip handle is used. Vacuum interrupter contact position indication shall be accomplished using green (open) and red (closed) indicators located on the bottom of each mechanism enclosure and through LEDs located in the control.

c. Interruption of the fault or load current shall be accomplished through vacuum interrupters located inside the solid dielectric modules.

d. The solid dielectric modules shall utilize an EPOX solid dielectric insulation to fully encapsulate each of the three vacuum interrupters. The solid dielectric modules shall be fully shielded and incorporate a high impact poly-carbonate, track resistant, UV stable covering. The modules shall be dead tank or dead front technology and shall conduct a fault to ground through their external surface in case of a flash over. The operating temperature range shall be -60° to +65°C. A dual ratio, 500/1000:1 current transformer or optional dual ratio, 400/200:1 current transformer shall be integrally molded into each module. Voltage sensor(s) shall be integrally molded into each module. Modules shall be molded with one (1) source side and one (1) load side, IEEE 386 bushing interface.

e. The recloser shall be automation-ready simplifying conversion for any future automation requirements. The recloser shall have an option for up to six (6) integral LEA (Low Energy Analog) capacitive voltage sensors that are encapsulated within each recloser module, permitting voltage sensing for network reconfiguration. The integral voltage sensing accuracy shall be +/-2% at -20°C through +40°C and +/-4% at -60°C through +65°C when tested as a system. The phase angle accuracy of the integral voltage sensors shall be +/-1°. The recloser shall have an option for external voltage sensors with 0.5 accuracy class (±0.5% Magnitude, ±0.344° Phase) at -40°C to + 65°C temperature range. These external voltage sensors shall have a 5000:1 ratio and Low Energy Analog (LEA) outputs. A dual-ratio current transformer shall be encapsulated within the module. The current transformer ratio shall be field changeable. CT accuracy shall be +/-1%. Integrated communications options can be provided.

f. Electronic Control

i. The recloser shall be controlled using the Schweitzer model SEL-651R control or optional VRC configurations:

1. SEL 351R3 (Falcon)

2. SEL 351R4

4. Design Ratings

a. Reclosers

|Maximum Design Voltage, kV |15 |

|Impulse Level (BIL) Voltage, kV |110 |

|Continuous and Load Break Current, Amperes |800 |

|8-hour Overload, Amperes |960 |

|60 Hz Withstand, kV rms: One minute (dry) |50 |

|60 Hz Withstand, kV rms: 10 seconds (wet) |45 |

|Interrupting Current, kA rms sym. |12.5 |

|Making Current: RMS, asym, kA |20 |

|Making Current: Peak, asym, kA |32 |

|Short Circuit Current, kA sym. , 3 seconds |12.5 |

|Mechanical Endurance, Operations |10k |

b. IEEE C37.60 Fault Interrupting Duty

|Percent of Maximum: Interrupting |Approx. Interrupting: Current |No. of Fault: Interruptions |

|Rating |Amps | |

|15-20% |2000 |44 |

|45-55% |6000 |56 |

|90-100% |12000 |16 |

|Total Number of Fault Interruptions: 116 |

5. Cable Bushings shall be Padmount design 600 amp apparatus bushing

6. Each individual recloser shall undergo a mechanical operation check verifying contact trip/close velocity, travel profile, timing, and phase synchronicity. The recloser shall be AC hi-pot tested one minute phase-to-phase and across the open contacts. Circuit resistance shall be checked on all phases. Timing tests shall be conducted to verify TCC performance.

7. Components:

a. Grounding provisions

b. Operations counter for each phase located in the control

c. Annual trip and lockout handle(s) with mechanical block

d. Triple option close capabilities

e. Solid dielectric epoxy modules with 3 internal voltage sensors and dual-ratio 1000/500:1 CT’s

f. Field changeable silicone insulators

g. Junction box with all strain relief connections and twist connection for control cable

8. Options

a. Dead-front pad-mounted design with stainless steel enclosure

9. Provide the following labels:

a. Appropriate hazard signs shall be applied to each unit, frame, or enclosure (if applicable). A Danger sign shall warn of hazardous voltage and the need for qualified operating personnel. Warning signs shall warn against product misapplication in excess of fault ratings and the hazards when accessing moving components inside the mechanism housing. Caution signs shall warn of harmful X-ray potential.

b. Each recloser shall be provided with a nameplate label indicating the manufacturer’s name, catalog number, date of manufacture, serial number, and ratings. Ratings listed on nameplate shall indicate the following: voltage rating, BIL, continuous current, and interrupting current.

10. Quality Assurance

a. Manufacturer Qualifications: The chosen manufacturer shall have at least 10 years’ experience in manufacturing solid dielectric reclosers. The manufacturer of the reclosers shall be completely and solely responsible for the performance of the reclosers as well as the complete integrated assembly as rated.

b. The manufacturer shall furnish certification of ratings of the reclosers upon request.

c. The recloser shall comply with requirements of the latest revisions of applicable industry standards, including:

i. IEEE C37.60

ii. IEEE 386

d. The recloser manufacturer shall be ISO 9001:2008 and ISO 14001:2004 certified.

11. Delivery, Storage, and Handling

a. Reclosers shall be shipped preassembled at the factory. No field assembly shall be required.

b. The contractor, if applicable, shall handle, transfer and move the reclosers in accordance with manufacturer’s recommendations

13 Primary Meter

1. General

a. Primary metering station shall be 15 kV Class, 95 kV BIL, 600 ampere continuous current, suitable for use on 8.3/14.4 kV grounded wye max design systems.

b. Metering station shall be constructed for connection to the utility system with separable insulated connectors as described in IEEE Standard 386.

c. Metering station shall be designed for and contain (or accept) standard outdoor instrument transformers in a compartment separated from the elbow compartment by a steel equipment plate. Separate access shall be provided for each compartment.

d. A door safety barrier shall be provided inside the door(s) on the instrument transformer compartment as recommended in IEEE Standard C2 (National Electrical Safety Code) Rule 381G. Tamper resistance shall meet the Enclosure Security requirements of IEEE Standard C57.12.28 (Pad-Mounted Equipment—Enclosure Integrity).

e. Equipment shall be “air-insulated” and completely assembled prior to shipment.

2. Enclosure Construction

a. Enclosure shall be tamper-resistant, all-welded construction utilizing 11-gauge minimum sheet steel. Corner plates and braces shall be used as necessary to assure rigidity.

b. Enclosure top shall provide watershed and rigidity.

c. Enclosure shall be open bottom with a 1-inch flange inside, all around. Separate compartments shall be provided for cable termination and for instrument transformers—each compartment equipped with its own individual access door(s) furnished with a stainless steel door holder that will latch the door open beyond 100 degrees and resist accidental closing.

d. Equipment plate separating the two compartments shall be full length, constructed with 11-gauge minimum sheet steel braced to assure rigidity when operating the elbows. Doors shall be provided with provisions for padlocking and a recessed penta-head (or hex-head) security bolt to prevent unauthorized entry (coordinated to prevent installation of the padlock until the security bolt is tightened when closing the door(s) and to prevent a wrench from operating the security bolt until the padlock is removed when opening the door(s)).

e. Hinges shall be stainless steel (with stainless steel pins not less than 5/16-inch diameter) and shall be welded to both the enclosure and the door to maintain door alignment for the life of the equipment.

f. Instrument transformer mounting plates shall be constructed with 11-gauge minimum sheet steel formed and reinforced to provide proper support for instrument transformers installed (or to be installed) thereon. The mounting plates shall be punched with a pattern of holes that accept installation of all NEMA Standard outdoor instrument transformers without the need to punch or drill additional holes. The pattern of holes shall be located to place the instrument transformers in a position that provides proper electrical clearance.

g. A 3/8-inch diameter cable-lacing rod shall be welded to the front edge of each transformer mounting plate and to both inside walls of the instrument transformer compartment (with stand-off clearance of 3/4-inch) to provide support for secondary wiring to be user (or factory) installed.

h. Enclosure shall be nonventilated to minimize the entrance of airborne contamination, insects, rodents, or reptiles.

i. Provide Pad-Mount Green two-component polyurethane top coat finish (Munsell color 7GY 3.29/1.5) with protective coat meeting requirements of IEEE Standard C57.12.28.

j. Removable lift provisions, adequate to withstand handling with normal utility equipment, shall be provided on the outside of the enclosure. Threaded openings for lift provision bolts shall be blind holes to prevent the entrance of wire or other foreign objects into the enclosure when lift provisions are removed.

3. Bushings and Terminals

a. Bushings shall be 600 ampere, Air-Insulated Bushings, 125 kV BIL, per IEEE Standard 386.

b. Bushings shall be pressure-molded cycloaliphatic epoxy with a 1.25-inch diameter tin-plated aluminum conductor on the “air-insulated” side that is drilled and tapped 5/8-inch - 11UNC x 1.25-inch deep to provide direct connection of the bus and/or live parts.

c. Leakage distance from the apparatus connection end of the bushing to ground shall be not less than 30 inches to assure trouble-free operation in a wet and/or contaminated environment.

d. Integral shielding shall be provided to eliminate partial discharge caused by off-center mounting and mounting holes that may have sharp edges or burrs.

e. Bushings shall mount in a 3.125-inch diameter opening and bolt in place to allow field replacement with standard tools.

f. The bushing mounting bolts shall be self-locking stainless steel serrated-flange hex-head bolts that “cut” through the enclosure protective finish to ground the integral shielding of each bushing.

g. The bushing interface shall be free of all voids, holes, and heat sinks to assure proper mating with separable insulated connectors.

h. Each bushing shall be tested in free air, mounted in a grounded steel plate not less than 10 inches x 10 inches, with an insulated protective cap installed on the interface to accurately simulate operating conditions (gas or liquid dielectric on the interface shall not be acceptable for this test).

i. Each bushing shall meet the requirements for 25 kV devices in accordance with the test values of IEEE Standard 386 (latest revision), including 100 percent production testing.

4. Instrument Transformers

a. Instrument transformers shall be metering accuracy, installed complete with copper primary wiring and #6 solid-copper ground conductors.

b. Current Transformer Ratings

i. 200:5 CT ratio

ii. Secondary 0.6kV Class

iii. Primary 110kV BIL

iv. 0.15% accuracy class at burden B1.8

v. Extended accuracy to 1% of rating

vi. CT Thermal Rating Factor 1.5

c. Potential Transformer Ratings

i. 7,200 primary voltage line to ground

ii. 60:1 VT Ratio

iii. 0.3 accuracy class at burden W-Z.

iv. Overcurrent protection and isolating point for lock-out, tag-out of PT secondary circuits between PT and the revenue meter.

5. Secondary Wiring

a. Secondary wiring shall be #10 THW/XHHW stranded-copper wire connecting the instrument transformer secondary to a four-terminal block for the VTs and a six-terminal shorting block for the CTs. The terminal blocks shall be located in the instrument transformer compartment near the ground lug on the left inside wall (when facing the instrument transformer compartment). The secondary wiring shall be color-coded as specified by the user (or the factory color code when the user does not specify a color code

6. Barriers

a. Phase and ground barriers shall be provided to assure correct phase-to-phase and phase-to-ground clearances for proper operation at rated voltage. These barriers shall be glass-reinforced polyester (NEMA GPO-3 class material) not less than 3/16 -inch thick.

b. A clear removable insulating barrier with a “DANGER – Keep Out! - Hazardous voltage” sign, shall be located inside the door(s) on the transformer compartment per IEEE.

7. Grounding

a. Four high-conductivity bronze eyebolt-type ground lugs, which accept #6 through #2/0 copper conductor, shall be installed - two in the cable terminating compartment and two in the transformer compartment - ”on each side of the door opening in an accessible position

8. Accessory Equipment

a. Stainless steel parking stands shall be provided in the quantity required to allow use of feed-thru bushings, parking bushings and grounding bushings.

b. A corrosion proof nameplate with permanent thermal transfer printing shall be installed inside one door on the elbow compartment. It shall be located at the top corner farthest from the elbows when the door is open. The nameplate will provide Type of Equipment, Model Number, Amps Continuous, kV Maximum, BIL, Serial Number, Job Number, Date Manufactured, and Weight of Equipment.

c. Bus and instrument transformer connections between bushings shall be displayed (on the cable side of the equipment plate) using 1/2-inch-wide solid orange-color pressure-sensitive vinyl tape. Bushings shall be labeled as “LINE” or “LOAD” with vinyl labels using letters not less than 3/8-inch nor more than 5/8-inch high. The resulting schematic shall clearly indicate the circuit arrangement of the metering station. The schematic shall be legible at a distance of six feet or more.

d. When enclosures have more than one door (or other access provision) each access shall be labeled in near proximity of the locking provisions with a pressure-sensitive vinyl label using letters not less than 3/8-inch nor more than 5/8-inch high. The label shall indicate the type of equipment behind the access (elbows, transformers, etc.).

e. When specified, four anchor-bolt brackets shall be supplied with each metering station to provide a means of clamping the equipment to the concrete pad.

14 Foundations

Except as otherwise specified, the Bidder shall be responsible for all building and equipment foundations. The scope of foundation work shall include the furnishing and installation of all anchor bolts and embedments.

A permanent Project benchmark shall be established on the Project Site by the Bidder.

1 General Criteria

Foundations shall be designed using reinforced concrete slabs on grade, spread footings, steel piles, or ballasted material to resist the loading imposed by the building, structure, or equipment being supported. The foundation design shall consider the following:

1. Soil bearing capacities

2. Soil skin friction capacities

3. Deep foundation capacities

4. Lateral earth pressures

5. Fluid pressures and impact loads

6. Allowable settlements

7. Water level

8. Structure, equipment, and environmental loadings

9. Equipment performance criteria

10. Access and maintenance

11. Temporary construction loading

12. Where piled foundations are to be used, the Bidder shall conduct a pile load test program.

All foundation elevations shall be above the 100-year flood plain. The top of foundation for major outdoor equipment shall be a minimum of six (6) inches above the high point of finished grade elevation and sloped to drain and shall not pond water.

1. Soil below the slab on grade shall be over excavated down to frost level, and then backfilled with an engineered fill in accordance with the Geotechnical Engineer’s recommendations. If slab on grade foundations are deemed inadequate for equipment loads or serviceability criteria due to frost concerns specific to the project site, cast-in-place concrete drilled piers shall be used;

2. All foundations shall be made of concrete not less than 8 inches thick or as required for structural considerations and shall contain rebar reinforcing steel or steel cages. All foundations shall be designed to meet the requirements of the local ground conditions as defined in the Geotechnical investigations;

3. The concrete shall be reinforced using rebar both horizontal and vertical. All foundations shall meet the requirements and specifications of the equipment Bidder. All foundations drawings shall be stamped by a Professional Engineer licensed in the State of the Project;

4. All foundations shall be designed to meet all applicable municipal, state and federal building codes and regulations;

5. Foundations shall be designed with required electrical grounding considerations;

6. Bidder shall provide, maintain, and operate any and all equipment necessary to dispose of water that interferes with foundation construction. Water shall be removed from excavations before depositing concrete, except where under-water concrete placement is allowed for drilled piers. Bidder shall comply with all applicable discharge codes, regulations and practices for the project location;

7. Pier or pile design shall be based on specific site Geotechnical conditions such as resistance factors, moisture, corrosivity, and frost depth and shall account for freeze stress, allowable deflection at ground surface, compression, tension and lateral forces. All piles including additional hardware shall have proper corrosion resistant treatment, hot dip galvanizing or anodizing to withstand 25 year service life time in consideration of the local climate conditions and installed conditions of the Project site. Galvanization shall be to ASTM A123 specification with a minimum coating of 3.3 mils. Final galvanizing coating thickness shall be assessed and verified by a registered Corrosion Engineer in the state that the project is located in. This verification shall be based on in-situ soil corrosion tests. Site touch-ups of the corrosion protection shall be done consistent with Good Utility Practices, ASTM A780 (for galvanized materials). Factory end cut surfaces that come from the manufacturer in a healed state shall not be touched up onsite, unless deemed necessary by racking vendor or Independent Engineer structural review. All field drilled holes, site modifications, field welds, shipping damage, etc. shall be touched up onsite.

8. Pull out load test for the Project shall be performed with the specific pile design to ensure load assumptions are accurate and pile design is adequate. The Bidder shall perform proof tests on a minimum of one pile per one hundred (100) of the production piles installed. The test procedures shall conform to ASTM D3689. Tension test shall be performed in lieu of compression tests up to the design load provided by the racking manufacturer. The production piles shall sustain the compression, horizontal and tensile design capacities with deformations within the acceptable limits specified by the racking manufacturer. If a pile test fails to meet the acceptance criteria, the Sub-Bidder shall proof test another pile in the vicinity. For failed piles and further construction of other piles, the Bidder shall modify the design, the construction method and procedure, or both in order to remedy such failure. The Bidder shall submit the proposed modifications for review and acceptance by the Buyer;

9. Piles shall be designed to meet or exceed a 25 year service life. Pile installation records shall be kept and provided to the Buyer upon request. Installation records shall include:

a. The type and make of hammer and its stroke or rated energy (where driven piles are used);

b. The pile location, size and length;

c. The pile driving sequence;

d. The final embedment depth and the tip and head elevations;

e. Inspection of verticality; and

f. Any difficulties or unusual conditions encountered during driving.

10. Pier or pile design and selection shall take into consideration all reasonable geotechnical conditions at the site including but not limited to clay, rock, swamp areas and water table depth, and corrosion.

11. All foundation methods and designs shall require design approval of the Owner or Owner’s representative.

12. Pile / foundation design and selection is required for a minimum of 25 year service life period.

13. The Bidder shall maintain records of inspection and testing of soils to ensure compliance with design assumptions and shall comply with the requirements of the state and local authorities regarding notification and inspection.

2 Concrete

Except as otherwise specified, or where precast structural elements can reduce cost and meet or exceed cast-in-place reinforced concrete performance, all concrete shall be reinforced cast-in-place concrete designed in accordance with ACI 318, Building Code Requirements for Reinforced Concrete and other applicable structure specific Codes and standard.

Materials for concrete shall comply with applicable ACI Committee publications. Materials shall be handled and stored as recommended industry codes and standards

|Class |Use |F'c 28 Day Strength, psi |

|A |Mud slabs, fill, duct bank |3,000  |

|B |General |4,500  |

|Grout |Structure to concrete bearing surfaces |5,000 (or as required by Equipment manufacturers) |

|Material |Usage |Requirements |

|Cement |In accordance with mix Design, local supply |ASTM C150, Type I (unless soils, process water, and|

| | |mixing water contain sulfates that exceed Type I |

| | |sulfate limits. Use ASTM C150, Type II or V as |

| | |required by ACI 318). |

|Admixtures and Pozzolan |Cement reduction, heat and crack control, |Fly ash, slag, plasticizers, and other admixtures |

| |workability |are permitted if included in mix designs submitted |

| | |to Buyer; air entrainment to be used in all |

| | |concrete exposed to the atmosphere |

|Water |In accordance with mix Design, local supply |Potable, or clean and free of deleterious |

| | |materials. |

|Aggregate |In accordance with mix Design, local supply |ASTM C33. (verify that local aggregates are not |

| | |reactive) |

|Reinforcing Steel, main |As required by Design |ASTM A615, Grade 60. |

|Reinforcing Steel, ties and stirrups |No. 4 or as required by Design |ASTM A615, Grade 60. |

|Welded wire fabric |As required by Design |ASTM A185. |

|Forms |All exposed concrete surfaces (not flatwork) |Plywood or modular steel |

1. Construction of all reinforced concrete foundations required to complete the Project, including but not limited to BESS(s), PMT(s), MPT(s), electrical equipment (under the Bidder supplied and/or Owner supplied), sub-station building(s) and control building(s).

2. Supplying and installing all rebar, anchor bolts, anchor bolt nuts, templates, embedment rings and shims required for complete foundations.

3. Surveying of all foundation locations, by a 3rd party surveyor, to validate the center pin of the foundations. Surveyor shall verify the XYZ coordinates for all foundations.

4. Supplying, installing and stripping all formwork required.

5. Patching and sealing of all exposed concrete after stripping of forms.

6. Supplying concrete and grout that complies with the approved plans, specifications, and manufacturer’s recommendations.

7. Providing an independent 3rd party testing laboratory, approved by the Owner, for sampling, testing and certifying the materials and installation are in conformance with the requirements.

8. Providing all welding required to complete the Work.

15 Protective Coatings and Painting

1. Exposed surfaces at the Facilities shall receive a protective coating system. All surfaces damaged during delivery or installation or otherwise left unprotected for construction purposes shall be coated or touched-up on Site after the installation is complete.

2. Coating systems shall be inspected and documented by a qualified NACE level II inspector or equivalent.

3. Structural and miscellaneous support steel shall be galvanized in accordance with ASTM A123, ASTM A153 and ASTM A385.

4. Structural steel, structural components and miscellaneous steel Work shipped to the Site for a pre-engineered building (PEB) shall have a manufacturer’s applied zinc-rich primer. PEB components shipped to the Site with a top coat (final finish) shall have a coating System that meets or exceeds the requirements listed below. In all cases, the completed PEB building shall have a coating system that meets or exceeds the requirements listed below.

|Material |Criteria |

|Structural Steel, steel piping, Equipment: |Surface preparation per referenced standards; hot-dipped galvanized. |

|High moisture, extremely corrosive environment |Note: connection materials shall be coated the same; welded connections|

| |not allowed. |

|Structural Steel, steel piping, Equipment: |Surface preparation as recommended by the paint manufacturer; a primer |

|Exterior/exposed, and/or |coat (2-4 mils) of two component inorganic zinc; and a finish coat (4-6|

|Interior, moderately corrosive environment |mils) of semi-gloss polyamide epoxy paint. |

|Structural Steel, steel piping, Equipment: |Surface preparation as recommended by the paint manufacturer; primer |

|Moderate chemical exposure (acidic, alkaline) environment |coats (4-6 mils) of polyamide epoxy paint; and a finish coat (2-3 mils)|

| |of acrylic aliphatic polyurethane paint. |

|PV Tracker / Rack steel piles |Hot Dip Galvanize per Corrosion Engineer’s requirements specific to the|

| |soils at the project. |

|Externally exposed metal surfaces with service temperatures at or|SSPC SP10 surface preparation; a primer coat (2-2.5 mils) of silicone |

|above 450(F |paint or inorganic zinc silicate paint; and a finish coat (1.5 mils) of|

| |silicone aluminum paint. |

|Environmentally controlled areas with interior concrete and |Surface preparation that is clean, dry and free of contaminants; a |

|concrete masonry that require painting |primer coat thickness rate per paint manufacture) of masonry filler; an|

| |intermediate coat (2-3 mils) of low gloss acrylic latex; and a finish |

| |coat (2-3 mils) of low gloss acrylic latex. |

|Exterior and non-environmentally controlled areas with concrete |Surface preparation that is clean, dry, and free of contaminants; a |

|and concrete masonry components requiring painting |primer coat (thickness rate as recommended by the paint manufacturer) |

| |of masonry filler; an intermediate coat (2-3 mils) of water-borne |

| |acrylic paint; and a finish coat (2-3 mils) of water-borne acrylic |

| |paint. Split face concrete masonry shall be coated with a clear |

| |penetrating sealer. |

16 Meteorological and Seismic Data

The project site is located in the northwest temperate climate zone. The balance of plant facilities and equipment being supplied under this agreement shall be designed to operate satisfactorily within the following ranges of site ambient conditions. Outdoor balance of plant facilities and equipment shall be designed and constructed to operate continuously within the design basis data as listed below. Summer and winter indoor design temperatures for plant equipment and the outdoor design dry bulb and wet bulb temperatures for HVAC systems are specified in the Space Conditioning System Definition.

Outdoor Extreme Summer Temperature 110° F

Summer Design Temperature 101° F

Average High Summer Temperature 64° F

Annual Average Outdoor Temperature 54° F

Average Low Winter Temperature 42° F

Winter Outdoor Design Temperature 11° F

Winter Outdoor Extreme Temperature -10° F

Average Relative Humidity 78 percent

Design 6 Hour Duration Rainfall (25-yr event) 11 inches / day

Design 24 Hour Duration Rainfall (25-yr event) 16 inches / day

Average Annual Precipitation 8 inches / year

Plant Site Elevation 350 feet above MSL

Maximum Design Wind Speed As determined by local governing building code for this area as noted below.

Work shall be designed according to the building code and site conditions shown in Table 2.

|Table 2. Building Code and Site Conditions |

|General Design Data: | |

|Building Code |City of Richland Building Code, Design Criteria, |

| |and related codes in effect upon enactment of the|

| |first permitting submittal. |

|Occupancy Category |III |

|Site Elevation (Mean Sea Level), ft (m) |460 (NGVD29) |

|Wind Design Data: | |

|Basic Wind Speed, V, Nominal 3 second gust wind speed at 33 ft (10 m) above |90 |

|ground for Exposure C category, mph (m/s) | |

|Ultimate Wind Speed, mph |110 |

|Exposure Category |C |

|Topographic Factor, Kzt |1.0 |

|Importance Factor (Wind Loads), I |1.15 |

|Snow Design Data: | |

|Ground Snow Load, Pg, lb/ft2 (kN/m2) |20 |

|Importance Factor (Snow Loads), I |1.1 |

|Ice Design Data: | |

|Nominal Ice Thickness, t, Due to freezing rain at a height of 33 ft (10 m), |0.25 |

|inches (mm) | |

|Concurrent Wind Speed, Vc, mph (m/s) |40 |

|Importance Factor (Ice Loads – Ice Thickness), Ii |1.25 |

|Importance Factor (Ice Loads – Concurrent Wind), Iw |1.0 |

|Frost Depth, inches |24 |

|Seismic Design Data: | |

|Short Period Mapped Spectral Acceleration, Ss |0.50 |

|One Second Period Mapped Spectral Acceleration, S1 |0.20 |

|Site Class |D (assumed) |

|Importance Factor (Seismic Loads), I |1.25 |

Codes and Standards

1. It is the Bidder’s responsibility to be knowledgeable and employ practices that incorporate the latest revisions of all applicable codes, standards and regulations where and when applicable.

2. All Construction must satisfy the requirements of applicable local, state, and federal building, mechanical, plumbing, fire energy, and barrier-free codes.

3. Compliance with the Americans with Disabilities Act of 1990 28 C.F.R. Part 35 shall be required.

4. Where codes do not govern specific features of the equipment or system, equipment manufacturer specifications, and Industry Standards shall apply.

5. Materials and equipment shall be suitable for the use intended and labeled and/or listed or certified as acceptable to the approving authority and/or AHJ.

6. The installation of the Facilities shall also comply with the Owner’s Service Rules.

7. Bidder shall be consistent in their application of codes and standards in execution of the Work.

The BOP furnished under this specification, except where specifically stated otherwise, shall conform to industry standards, the Authority Having Jurisdiction (AHJ) and the latest applicable standards of:

• American National Standards Institute (ANSI)

• American Society of Civil Engineers (ASCE)

• American Society of Mechanical Engineers (ASME)

• Electric Power Research Institute (EPRI)

• Institute of Electrical and Electronics Engineers (IEEE)

• Insulated Cable engineers Association (ICEA)

• International Building Code (IBC)

• National Electrical Manufacturers Association (NEMA)

• National Electrical Safety Code (NESC)

• National Fire Protection Association (NFPA)

• Occupational Safety and Health Administration (OSHA)

• Underwriters Laboratories (UL)

Specific Requirements to be followed but not limited to:

UL 9540 Energy Storage Systems and Equipment

NFPA 855 (Proposed Standard)

IEEE 2030.2 Interoperability of Energy Storage Systems Integrated with the Electric Power Infrastructure

ANSI Z535 Product safety signs and labels

FCC Class A Industrial and commercial, emissions requirements

IEEE 1427-2006 Recommended electrical clearances and Insulation levels in Air-Insulated Electrical Power Substations

IEEE 1547 Interconnection for distributed resources with electric power systems

IEEE 519-1992 Power quality and harmonic control in electrical power systems

IEEE C62.41.(0,1,2) Lightning/Surge protection

NESSC National Electrical Safety Code latest adopted edition

NFPA 10 Standard for Portable Fire Extinguishers (2013)

NFPA 12 Standard on Carbon Dioxide Extinguishing Systems (2011)

NFPA 13 Standard for the Installation of Sprinkler Systems (2013)

NFPA 24 Standard for the Installation of Private Fire Service Mains and Their Appurtenances (2013)

NFPA 70 National Electrical Code (2014)

NFPA 72 National Fire Alarm and Signaling Code (2013)

NFPA 80 Standard for Fire Doors and Other Opening Protectives (2013)

NFPA 2001 Standard on Clean Agent Fire Extinguishing Systems (2015)

UL 1642 Standard for Lithium Batteries

UL 1741-2010 Static inverters and charge controllers for distributed energy resources

UL 1973 (in process) Standard for Batteries for Use in Stationary, Vehicle Auxiliary Power andLight Electric Rail (LER) Applications

UL 508C General safety for power conversion equipment

UL 9540 Compliant Standard for Energy Storage Systems and Equipment

Transformers shall comply with the following standards:

o American National Standards Institute (ANSI) or Institute of Electrical and Electronic Engineers (IEEE):

▪ C57.12.00 General Requirements;

▪ C57.12.26 Construction;

▪ C57.12.28 Enclosure integrity;

▪ C57.12.34 Pad-mounted, Three-Phase Distribution Transformers;

▪ C57.12.70 Terminal Markings and Connections;

▪ C57.12.80 Terminology;

▪ C57.12.90 Test Code;

▪ C59.147 Natural Ester Fluids in Transformers;

▪ IEEE Standard 386 Separable Connectors’;

▪ IEEE Standard 519 Harmonic Control in Power Systems;

Safety Material

In general, the BOP for the BESS shall be designed with personnel safety as the top priority. Safety of the operations and maintenance personnel is of the utmost concern and importance in the design of the project. Any safety-related requirements in this document and element specific specifications shall be strictly adhered to and special attention shall be given to such things as the following:

1. Portable multi-purpose ABC fire extinguishers for manual fire-fighting purposes will be provided in the area. The number, type, and locations of the portable fire extinguishers will be based on NFPA 10. All safe working clearances between equipment shall be met.

2. The BOP system shall be able to shut down safely in all conditions (ground fault, programmed, etc.)

3. The BOP equipment labeling shall be highly visible, no smaller than 14 pt. font in uppercase sans serif typeface, to identify major equipment and associated components or protection.

4. Station and equipment grounding requirements

5. Clearances to MV and HV equipment in the station yard.

6. Barriers to protect personnel from batteries and other energized low voltage equipment that may be within reach.

7. Arc flash mitigation and protection.

8. Other issues affecting personnel safety.

9. Provide a secure facility, from the perimeter fence and gates to individual equipment cabinets— allowing access to only qualified personnel.

10. Adhere to all Codes and Standards in Section 5.0.

Bid Submission Technical Documents

Each Bidder is required to provide the following documentation as a part of their bid submission:

1. Scope of Supply – including any field assembly requirements

2. Proposed Project Schedule & Milestones

3. Operations and Maintenance plan as well as procedures/manuals

Technical Attachments

1. Document Delivery List (DDL)

2. Example One line diagram

3. Project Site General Arrangement

Abbreviation List

|°C |Degrees Celsius |

|°F |Degrees Fahrenheit |

|A |Ampere |

|AA |Ambient Air |

|AC |Alternating current |

|AFHA |Arc-Flash Hazard Analysis |

|AGL |Above Ground Level |

|AHJ |Authority Having Jurisdiction |

|AI |Auxiliary Output |

|AWG |American Wire Gauge |

|BA |Balancing Authority |

|BKR |Breaker |

|BMP |Best Management Practices |

|BOP |Balance of Plant |

|BMS |Battery Management System |

|BIL |Basic Insulation Level |

|BOL |Beginning of Life |

|BESS |Battery Energy Storage System |

|CE |Control Enclosure |

|CEF |Clean Energy Fund |

|CHP |Combined Heat and Power |

|CKT |Circuit |

|CMP |Corrugated Metal Pipe |

|CND |Conduit |

|COM |Communication |

|CONC |Concrete |

|COR |Corner |

|CSP |Customer System Peak |

|CT |Current Transformer |

|CU |Copper |

|CY |Cubic Yard |

|DC |Direct Current |

|DIA |Diameter |

|DOD |Depth of Discharge |

|EGC |Equipment Ground Conductor |

|ELEV |Elevation |

|EMF |Electric and Magnetic Field |

|EMS |Energy Management System |

|EOL |End of Life |

|EOR |Engineer of Record |

|EPC |Engineer Procure Construct |

|ESS |Energy Storage System |

|FAT |Factory Acceptance Test |

|GIS |Gas insulated Switchgear |

|HMI |Human Machine Interface |

|HV |High Voltage |

|HVAC |Heating, ventilation and air Conditioning |

|Hz |Hertz |

|IFC |Issued For Construction |

|INV |Inverter |

|ISO |Independent System Operator |

|JB |Junction Box |

|kV |Kilovolt |

|MPT |Main Power Transformer |

|MV |Medium Voltage |

|MW |Megawatt |

|LAN | |

|NTP |Notice to Proceed |

|OEM |Original Equipment Manufacturer |

|OHSW |Overhead Shield Wire |

|OPGW |Optical Ground Wire |

|OSE |Owner Supplied Equipment |

|O&M |Operations and Maintenance |

|PCS |Power Conversion System |

|PD |Partial Discharge |

|PM |Project Manager |

|PMT |Pad mounted transformer |

|POI |Point of Interconnection |

|P&C |Protection and Controls |

|RF |Radio Frequency |

|RFI |Request for Information |

|SCADA |Supervisory Control And Data Acquisition |

|SOC |State of Charge |

|SOH |State of Health |

|SOW |Scope of Work |

|TDD |Total Demand Distortion |

|UPS |Uninterruptable Power Supply |

-----------------------

[1] Transformer winding configuration to be coordinated with PCS supplied by BESS vendor.

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download