Download as doc, pdf, or txt
Download as doc, pdf, or txt
You are on page 1of 11

LOWELL REGIONAL WASTEWATER UTILITY

MV & LV BREAKERS, SWITCHGEAR, AND RELAY


REFURBISHMENT CONTRACT
(DEC.1 2021-DEC.31 2022)

MV & LV BREAKERS, SWITCHGEAR, AND RELAY


REFURBISHMENT REQUEST FOR BID

PREVENTATIVE MAINTENANCE, TESTING, INSPECTIONS AND REPAIR


SERVICES FOR THE 13.2KV AND 480V CIRCUIT BREAKERS, SWITCHGEAR,
MOTOR CONTROL CENTERS, AND PROTECTION RELAYS

LOWELL REGIONAL WASTEWATER UTILITY


CITY OF LOWELL
PURPOSE AND SCOPE
The City of Lowell, Lowell Regional Wastewater Utility (LRWWU), is seeking the services from
December 1, 2021 to December 31, 2022 of an MV/LV Switchgear Contractor (who specializes in circuit
breaker refurbishment and switchgear maintenance) for the preventative maintenance services and repairs
of circuit breakers, switchgear (and PLC’s), motor control centers (MCC’s), and protection relays for the
LRWWU 13.2kV and 480V electrical distribution systems. This scope includes the craftsmen, special test
equipment, materials and tools as required to perform preventative maintenance services as identified
herein.

The LRWWU requires the preventative maintenance services and repairs of circuit breakers existing in-
service 13.2kV and 480V electrical distribution switchgear, switchgear components, and protection
relays. This will include, but not be limited to; inspection, maintenance, and repairs of circuit breakers
and associated circuit breaker equipment within the switchgear for each breaker identified, MV and LV
switchgear (and PLC’s), motor control centers, and protection relay replacement, programming, testing
and commissioning.

CONTRACT PERIOD
The preventative maintenance and repair of circuit breakers, switchgear (and PLC’s), MCC’s, and
protection relays services will be performed on a schedule that is mutually agreeable to both LRWWU
and Contractor. The contract will be issued as a yearly contract based on the workload and availability of
electrical equipment within the distribution network.

13.2kV/480V DISTRIBUTION SYSTEM ELECTRICAL PROJECT DESCRIPTION


The 13.2kV and 480V electrical distribution systems for the LRWWU include, but are not limited to, four
(4) different stations and at the Lowell Regional Wastewater Treatment Plant.

Description of preventative maintenance services and repairs:

1. Location: Beaver Brook Station


a. One (1) Westinghouse SPB100 1600A Frame (480V)
b. One (1) GE Power Break 1600 A Frame (480V)

2. Location: Walker Station


a. One (1) Westinghouse SP50 800 A Frame (480V)
b. One (1) GE 600A, 3-Pole, (480V)

3. Location: Tilden Station


a. Two (2) GE Power Break 1600 A Frame (480V)

4. Location: Merrimack Station


a. Three (3) NW 16N Masterpack 1600 Frame by Schneider Electric (QED2 Switchboard-
Main A Main B & tie Breaker).
b. Two (2) PJ 600 Powerpak by Schneider Electric (QED2 Switchboard-MCC 1A Panel &
Panel B).
c. Two (2) PJ 800 Powerpak by Schneider Electric (QED2 Switchboard-VFD Diversion
Pump Panel A & Panel B.
d. One (1) Square D SE Switchboard (480V)
e. One (1) Square D 600 A Frame (Model 6 MCC ).
City of Lowell – Lowell Regional Wastewater Utility 2
LRWWU 13.2kV & 480V Circuit Breaker RFP
f. One (1) Square D L600 (MCC Main A & MCC Main B )
g. One Square D PL400 ( MCC Tie ).

5. Location: Lowell Regional Wastewater Treatment Plant


a. 13.2kV Medium Voltage Russelectric Switchgear
i. Thirteen (13) Square D VR Circuit Breakers
ii. Nine (9) GE 735 Multilin relays
iii. Two (2) GE 850 Multilin relays
iv. Two (2) GE 489 Multilin relays
b. 480V Switchgear (Electrical Room 1)
i. Ten (10) Siemens WL Power Circuit Breakers
c. 480V Switchgear (Electrical Room 2)
i. Nine (9) Siemens WL Power Circuit Breakers
d. 480V Switchboards (Blower Room)
i. Two (2) Siemens WL Power Circuit Breakers
e. 480V GE IC7700 MCC
i. One (1) 1600A Powerbreak Magnetrip Circuit Breaker
f. (8) 480V MCCs
g. (4) Pad Mount Transformers
6. Location: Above Listed Stations and Plant and per LRWWU requirements
a. As needed special repair services shall encompass all 13.2kV and 480V circuit breakers,
switchgear, MCC’s, and protection relays as requested by LRWWU

SCOPE OF WORK
This section describes the nature and scope of preventative maintenance and repair of circuit breaker,
switchgear and relay services to be provided for LRWWU. The successful bid will demonstrate the
approach and qualifications for the maintenance and repairs of the 13.2kV and 480V electrical
distribution circuit breakers, switchgear & MCC’s, and relays.

This RFP is for circuit breaker preventative maintenance, switchgear, MCC and protection relay services.
Services are to include inspection, testing, maintenance, evaluating and estimating a quote for repair. The
purpose of this Contract is to have functional MV and LV circuit breakers, switchgear, MCC’s, and
protection relays at the LRWWU sites.

The Contractor must be National Electric Code (NEC) Compliant, NFPA 70E, NETA, NESC, national,
and local codes.

This scope of services shall be used as a basis for the deliverables required for the project.

The Scope of Work in the below section applies all circuit breakers, switchgear, and relays listed throughout
the RFP.
1. Response Time Requirements
a. The Contractor should have a service center capable of repairing, rebuilding and retesting
electrical breakers.
b. The Contractor must have an associate dedicated to parts research and availability for the
repair of electrical switch gear components.
c. The Contractor must be able to respond within 4 hours to a request for emergency
services.
d. The Contractor must respond within 5 days of a request for services.
City of Lowell – Lowell Regional Wastewater Utility 3
LRWWU 13.2kV & 480V Circuit Breaker RFP
2. Equipment Requirements
a. The Contractor must have test equipment calibrated to NETA maintenance testing
specifications and is traceable to National Institute of Standards and Technology (NIST).
b. The Contractor must have at least 10 years’ experience using a High Current Test Set and
Secondary Breaker Test Set.
3. Test Reporting Requirements
a. The Contractor must provide detailed field test reports showing the as-found and as-left
equipment conditions, protection settings, etc. for all equipment.
4. Additional Requirements
a. Any and all equipment required performing the aforementioned work scope such as
special lifting; transporting or racking devices will be furnished by the Contractor.
b. Any required power for work to be performed or testing to be conducted will be
furnished by the Contractor when facility power is unavailable.
c. All equipment, labor and materials will be provided by the Contractor as per the quote.
d. The owner will furnish an onsite representative during the scheduled contract
maintenance.
e. The Contractor is required to perform any and all energizing and de-energizing of
electrical equipment and apparatus at the request and coordination with LRWWU.
f. If there is any defective equipment discovered during the de-energizing and energizing of
the equipment LRWWU must be contacted immediately and no additional work is to be
performed without a written authorization signed by the owner’s designated
representative.
g. Any and all manpower, equipment scheduling, travel expense etc. is the responsibility of
the Contractor.
h. A switching agreement will be granted upon request of the Contractor.
i. No additional compensation will be granted for weather or any other unforeseen delay
unless the delay is attributed to the request of and for the convenience of the owner.
j. If any items are determined that they are in need of repair or replacement said items will
be quoted in an itemized quotation which will include but not be limited to additional
testing fees, freight, procurement time, labor, inspection time etc.
k. A preliminary meeting and a close out meeting will be required.
l. Contractor must perform all work items per the most current OSHA and NFPA 70E
requirements to include current Lock-out Tag-out requirements.
m. Contractor to provide LRWWU with details of the contractor’s electrical safety program.
5. Site Meetings
a. The selected Contractor will attend all scheduled site meetings
6. Circuit Breakers, Vacuum, Medium-Voltage (600V-34,500V)
a. Before servicing, each circuit breaker will be operated (manually and electrically), racked
in and out of its cubicle and inspected for proper operation of the mechanisms and
electrical devices.
1) Visual and mechanical Inspection
i. Inspect physical and mechanical condition
ii. Prior to cleaning the unit, perform as-found tests, if required
iii. Clean the unit
iv. Inspect vacuum bottle assemblies
v. Inspect vacuum bellows operation
vi. Use appropriate lubrication on moving current-carrying parts and on
moving and sliding surfaces
vii. Record as-found and as-left operation counter readings
City of Lowell – Lowell Regional Wastewater Utility 4
LRWWU 13.2kV & 480V Circuit Breaker RFP
2) Electrical tests
i. Perform insulation-resistance tests for one minute on each pole, phase-to-
phase and phase-to-ground with circuit breaker closed and across each
pole with the breaker open. Apply voltage in accordance with
manufacturer’s published data. In the absence of manufacturer’s
published data, use industry standard
ii. Perform a contact/pole-resistance test
iii. With breaker in a test position, perform the following tests
 Trip and close breaker with the control switch
 Trip breaker by operating each of its protective relays
 Verify mechanism charge, trip-free, and anti-pump functions
iv. Perform a vacuum bottle integrity (dielectric withstand voltage) test
across each vacuum bottle with the breaker in the open position in strict
accordance with manufacturer’s specifications
v. Test data will be included as part of the Engineering Appraisal Report.
7. Circuit Breakers, Low Voltage (600V)
a. Before servicing, each circuit breaker will be operated (manually and electrically), racked
in and out of its cubicle and inspected for proper operation of the mechanisms and
electrical devices.
1) The circuit breaker will be inspected for contact alignment and correct wipe and
gap measurements.
2) Operating mechanisms will be cleaned (including removal of old grease),
lubricated, and inspected for proper operation.
3) The primary intermediate and arcing contacts will be cleaned and inspected for
excessive arcing, pitting or abnormal wear.
4) The primary disconnecting device contacts will be cleaned and lubricated with
the appropriate contact lubricant.
5) Secondary disconnect and auxiliary relays will be inspected for arcing, abnormal
wear and proper operation.
6) Circuit breaker interlocks, mechanical and electrical, will be checked for proper
operation.
7) The primary contact resistance of each phase will be measured with a low
reading ohmmeter.
8) After cleaning, a phase-to-phase and phase-to-ground insulation resistance test
will be performed in accordance with ANSI standards.
9) The circuit breakers equipped with series or solid state overcurrent trip devices
will be high current tested to verify calibration of the trip devices.
10) The circuit breakers equipped with solid state overcurrent trip devices will be
tested with their respective factory test sets.
11) Test data will be included as part of the Engineering Appraisal Report.
8. MV and LV Switchgear and MCC’s Onsite Maintenance Testing
a. MV Switchgear
1) Initial Documentation
i. Enter nameplate data into hand-held data collection unit and/or record on
test and inspection forms
ii. Record the substation identification
iii. Record the number of cubicles and breakers
iv. Record space heater resistance and voltage

City of Lowell – Lowell Regional Wastewater Utility 5


LRWWU 13.2kV & 480V Circuit Breaker RFP
v. Apply permanent bar code and data base identification to transformer
and enter into hand-held data collection unit and/or record on test and
inspection forms.
2) Remove Switchgear from Service
i. Follow proper lock-out and tag-out procedures for main feed(s) to the
switchgear
ii. Receive proper clearance, open all breakers, and ground switchgear bus
iii. Remove circuit breakers from cubicles
3) Maintenance
i. Note the condition of the following and clean and/or correct if necessary:
structure, paint, doors & covers, racking mechanisms, Kirk key
interlocks, cable connections, bus connections, bus supports, bus
insulation, primary insulation, racking shutters, primary disconnects,
secondary disconnects, wiring & control components, indicators,
lighting, and grounding.
4) Standard Testing
i. Insulation Resistance Testing: Measure the insulation resistance of the
main bus phase to phase and phase to ground utilizing a megohmmeter.
The test voltage should be 1000 VDC for bus rated 1000 V or lower,
2500 VDC for bus rated 1-5 KV, and 5000 VDC for bus rated 5- 15 KV.
5) Optional Testing
i. AC or DC hi-pot testing of the main bus
ii. Ductor testing of the main bus
iii. Functional testing of each breaker in the test position
6) Release Switchgear to Return to Service
i. Return breakers to cubicles and rack into disconnected position
ii. Remove grounds
iii. Remove clearance tags and locks from main feed(s) to the switchgear
 Grounds must be removed to perform these tests.
b. Switchboard and MCC Assemblies: Low Voltage
1) Visual and Mechanical Inspection
i. Document equipment nameplate data
ii. Verify the presence of all the manufacturers intended documentation
iii. Inspect physical, electrical, and mechanical condition of
switchboard/switchgear and all components
iv. Confirm correct application of lubricants at manufacturer's recommended
locations
v. Verify that fuse and/or circuit breaker sizes and types correspond to
drawings and coordination study
vi. Verify drawings for correct revision and date in accordance with
customer and supplier records
vii. Verify that current and potential transformer ratios correspond to
drawings
viii. Verify tightness of accessible bolted electrical connections by calibrated
torque-wrench
ix. Confirm correct operation and sequencing of electrical and mechanical
interlock systems
x. Verify correct barrier and shutter installation and operation
xi. Inspect all mechanical indicating devices for correct operation
City of Lowell – Lowell Regional Wastewater Utility 6
LRWWU 13.2kV & 480V Circuit Breaker RFP
xii. Verify that filters are in place and/or vents are clear
xiii. Test operation, alignment, and penetration of instrument transformer
withdrawal disconnect
xiv. Inspect control power transformers
xv. Set relays in accordance with coordination study supplied by owner, if
applicable
2) Electrical Tests
i. Perform insulation-resistance tests on each bus section, phase-to-phase
and phase-to-ground
ii. Perform secondary current injection tests on the entire current circuit in
each section
iii. Perform control wiring performance test
iv. Determine accuracy of all {Analog} meters
v. Perform phasing check on double-ended switchgear to insure correct bus
phasing from each source
vi. Verify correct function of control transfer relays located in switchgear
with multiple power sources
vii. Verify operation of switchgear/switchboard heaters
viii. Test overcurrent protective devices in accordance with applicable scope
of work
ix. Test protective relays in accordance with applicable scope of work
3) Optional Tests
i. Perform tests on all instrument transformers
ii. Perform insulation-resistance tests at 1000 volts dc on all control wiring
iii. Perform ground-resistance tests
iv. Perform a power frequency test (High Pot) on each bus section, each
phase to ground
v. Perform current tests by primary injection
vi. Perform electrical performance test on control power transformer circuits
vii. Perform electrical performance tests on potential transformer circuits
viii. Perform contact resistance test through all bus joints
ix. Perform performance tests on ground fault protection system
9. Protection Relays
a. Relay programming, replacement, testing and commissioning to include, but not limited
to, the following;
1) Submission of test plans
2) Disabling of protections and removal from service
3) Up/downloading of settings
4) Firmware upgrades (as applicable)
5) Comprehensive relay testing; injection testing, I/O testing, etc.
6) Relay commissioning and in-service checks
7) Providing test results and commissioning and test reports
10. Pad Mount Transformers
a. Inspect all exposed surfaces for evidence of tampering, battered metal, gouges, etc. Dents
or deformities should be repaired at once.
b. Scratched or weathered paint or protective coatings should be touched up promptly.
c. Periodically inspect the terminal compartment interior and all operating equipment.
Check all gauges and controls for proper operation. Repair or replace damaged or
defective equipment.
City of Lowell – Lowell Regional Wastewater Utility 7
LRWWU 13.2kV & 480V Circuit Breaker RFP
d. Inspect drain cocks, plugs, fuse mountings, and switches. Look for evidence of insulating
liquid seepage around tank- wall gaskets, seals, etc.
e. If transformers allow for oil sample testing, test dielectric liquid to ASTM D877
11. Optional Services
a. Emergency Services
1) The Contractor will provide a cost for additional services where the Contractor
must guarantee a maximum of 4 hours onsite response time in the event of an
emergency on a 24/7/365 basis.
b. Thermo-graphic inspections
1) The Contractor will provide a cost for additional services for thermos-graphic
inspection services of MV/LV switchgear and MCC’s.

2) Furnish an Arc Flash Risk Assessment Study per the requirements set
forth in the NFPA 70E Standard for Electrical Safety in the Workplace. The
arc flash risk assessment shall be performed according to the IEEE Standard
1584, the IEEE Guide for Performing Arc-Flash Calculations in accordance
with this Section and applicable reference standards listed in Article 1.03.

The scope of the studies shall include new distribution equipment supplied
by the Contractor and modified electrical distribution equipment under
this Contract.

BID SUBMITTAL
1. Contractor must submit a Bid based on the scope of work included herein.
2. Contractor must submit the attached Bid Sheet (see the end of this bid) filled out and signed by
the Contractor representative.
3. Optional services will have separate line items within the Bid Sheet to cover the costs for these
services.
4. Contractor must submit a list of 3 references for similar work performed within the last 5 years.

DELIVERABLES
1. Signed Bid Sheet
2. Final Report
a. Individual Component/System Testing Reports

PROJECT ADMINISTRATION
Aaron Fox or his designee will act as Project Manager and will be the point of contact throughout the
project. All questions, correspondence and invoices will be addressed to the Project Manager.

TIME OF COMPLETION
The project is budgeted for December 1, 2021 ending December 31, 2022. The Contractor shall propose a
timeline for completing this work in their Bid considering the refurbishing of all circuit breakers.

City of Lowell – Lowell Regional Wastewater Utility 8


LRWWU 13.2kV & 480V Circuit Breaker RFP
City of Lowell – Lowell Regional Wastewater Utility 9
LRWWU 13.2kV & 480V Circuit Breaker RFP
BID SHEET

LOWELL REGIONAL WASTEWATER UTILITY

PROVIDE A LUMP SUM PRICE TO PERFORM PREVENTIVE MAINTENANCE AND


REPAIRS SERVICES ON ALL MV/LV CIRCUIT BREAKERS, SWITCHGEAR & MCC’S,
PROTECTION RELAYS AND PLC’S FOR THE LOWELL REGIONAL WASTEAWATER
UTILITY AS PER THE SCOPE CONTAINED HEREIN:

ITEM #1: Scheduled yearly preventative maintenance at all locations:

____________________ ____________________________________
(Total Amount per Year) (Total Amount in Words)

ITEM #2: Special Repair Services - Eighty (80) Hours

____________________ ____________________________________
(Total Amount per hour) (Total Amount in Words for 80 Hours)

ITEM #3: Parts & Materials Estimated ADD $20,000

*TOTAL BID FOR ONE YEAR WITH $20,000 FOR PARTS

____________________ ____________________________________
(Total Amount per Year) (Total Amount in Words)

ITEM #4: Optional - Emergency Services – Eight (8) Hours

____________________ ____________________________________
(Total Amount per hour) (Total Amount in Words for Eight Hours)

ITEM #5: Optional – Thermal Imaging Services – Eight (8) Hours

____________________ ____________________________________
(Total Amount per hour) (Total Amount in Words for Eight Hours)

City of Lowell – Lowell Regional Wastewater Utility 10


LRWWU 13.2kV & 480V Circuit Breaker RFP
Contractor Name & Address
________________________________________________

________________________________________________

________________________________________________

________________________________________________

Telephone # ________________________________________________

Signed by: _______________________________________________


Signature Print Name

City of Lowell – Lowell Regional Wastewater Utility 11


LRWWU 13.2kV & 480V Circuit Breaker RFP

You might also like