REQUEST FOR PROPOSAL - University of Arkansas · REQUEST FOR PROPOSAL ELECTRICAL PROTECTIVE RELAY...
Transcript of REQUEST FOR PROPOSAL - University of Arkansas · REQUEST FOR PROPOSAL ELECTRICAL PROTECTIVE RELAY...
REQUEST FOR PROPOSAL
ELECTRICAL PROTECTIVE RELAY
Indefinite Delivery Indefinite Quantity (IDIQ)
New and Existing Medium Voltage Switchgear University
of Arkansas Campus Fayetteville, Arkansas
October 25, 2013
In association with
2
TABLE OF CONTENTS
Section Name Page
00100 Notice for Proposals 3
00200 Instructions for Proposers 4
00300 Standard Terms and Conditions 13
00400 Contract Information 16
00500 Proposal Form 22
00600 Technical Specifications 26
00700 Bill of Materials to be Furnished at Request of Owner 48
APPENDICIES
Appendix 1 Contract and Grant Disclosure Form
Appendix 2 Equal Opportunity Policy Disclaimer
Appendix 3 Illegal Immigrant Certification Form
Appendix 4 State Prevailing Wage Rates
Appendix 5 Excel Spreadsheet – Relay Pricing & Feature Comparison
Appendix 6 Prototype Switchgear Retrofit Reference Drawings
3
1. The University of Arkansas is requesting proposals from qualified equipment Vendors to furnish and
deliver complete and fully operational electrical medium voltage protective relays to be used in; (a)
campus new medium voltage switchgear for new construction and (b) renovation/retrofit of
existing medium voltage switchgear projects at the University of Arkansas in Fayetteville. The
intent of the University of Arkansas (UA) is to award at least one contract for Indefinite Delivery and
Indefinite Quantity (IDIQ) of equipment specified in the Request for Proposals (RFP.) More than
one contract may be awarded if it is determined to be in the best interest of the UA.
2. Quantities and specific sizes and/or types of equipment described in the Request for Proposal are
estimates only for the purposes of evaluation of proposals, and the University of Arkansas reserves
the right to purchase more or less equipment at any time during the term of the contract. The
initial contract term will be one year, but the University of Arkansas may renew the contract
annually up to six (6) additional years.
3. A Pre-proposal Conference will be held on November 5, 2013 at 10:00 a.m. local time, in the main
conference room (FAMA A103) of Facilities Management, 521 South Razorback Road, Fayetteville,
Arkansas.
4. The sealed Proposal will be due in the Office of Business Affairs, The University of Arkansas, Room
321, Administration Building, Fayetteville, Arkansas 72701, not later than 2:00 p.m. on November
19, 2013, at which time the sealed RFP will be opened. Five (5) total printed copies, at least one (1)
of which must have an original signature, and one (1) electronic copy (on one CD or flash drive) of
the complete proposal will be required.
5. Proposals will be received and acknowledged by Purchasing Services in a public opening. Proposals
will be privately evaluated by the selection team. Vendors submitting Proposals will be notified of
selection within sixty (60) calendar days after designated closing time for the receipt of Proposals.
Upon request Vendors may be required to present an overview of the proposals to the UAF
evaluation and selection team.
6. The full Request for Proposals (RFP) is available for download at
http://planning.uark.edu/capital_budgeting/RFQ_projects.html. Copies of the RFP may
also be obtained from the office of TME Inc., 2039 Green Acres Road, Fayetteville, AR 72703; phone
(479) 521 8634.
END OF SECTION
00100 - NOTICE FOR PROPOSALS
4
1. PROJECT SCOPE OVERVIEW: The services provided by the Vendor under this RFP shall be the
supply of electrical medium voltage protective relays, including delivery, necessary training for
Owner’s personnel, application engineering assistance for the equipment, installation,
commissioning, programming, and warranty services as specified.
2. The Vendor’s field service team or his approved contractor shall have a current Arkansas general
contractor’s license for field installation services conducted on the owner’s site. The selected
Vendor shall install all systems in accordance with the engineering drawings, code requirements
and the manufacturer’s recommendations. The system Vendor will be required to provide
equipment, submittal documents (shop drawings and maintenance manuals), and coordinate
equipment delivery, attend any University coordination meetings and install complete and
operational systems.
3. It is the intent of the University of Arkansas (UA) to contract for the supply of electrical medium
voltage protective relays for a period of one (2) year, beginning on the date of issue of the written
University of Arkansas Purchase Order or Contract, with annual options to renew the contract for
additional one (1) year periods up to five (5) renewals at the sole discretion of the UA. The prices
provided in the Proposal by the selected Vendor will be incorporated into the first-year contract or
purchase order.
4. The purchase order or contract will be utilized by UA Facilities Management for procurement of
equipment for new and existing switchgear lineups. However, the University may assign the
procurement of the electrical medium voltage protective relays to contractors/electrical equipment
manufacturers working on University projects, and the successful Vendor shall extend the same
pricing to those authorized contractors/electrical equipment manufacturers of the University as if
directly purchased by the University under the same terms and conditions of this agreement. The
University reserves the right to place orders against this contract in either large or small lots,
whichever is in the best interest of the University.
5. The form of the contract shall be a University of Arkansas Purchase Order or Contract, containing
reference to these requirements and the successful Vendor(s) proposal or assignment to a
Contractor under contract to the University.
6. This agreement with the Vendor in no way prohibits the University from procuring electrical
medium voltage protective relays components and equipment by other means or from other
equipment providers if it is deemed to be in the best interest of the University.
7. Cost increases at contract renewal will be negotiated with certain limitations and will require
justification on behalf of Vendor's manufacturer. If in the sole opinion of the University, the pricing
does not remain competitive, or if service or product quality becomes unsatisfactory, the University
reserves the right to terminate the contract with thirty (30) days written notice.
8. Proposals not fully compliant with all sections of the Request for Proposal may be deemed non-
responsive and may not be evaluated. However, the University reserves the right to waive any
formality or irregularity in any Proposal if deemed to be in the best interest of the University. In
addition, the University reserves the right to reject any or all Proposals.
00200 – INSTRUCTIONS FOR PROPOSERS
5
9. If language in this RFP differs from other language in the University of Arkansas’ Standard Terms
and Conditions or other standard forms, the language in this RFP shall govern.
10. Unless dictated by other specific project contract documents which may take precedence, all new
equipment shall have a parts and labor warranty for a minimum period ending eighteen (18)
months from the date of shipment or one (1) year from startup, whichever occurs first.
11. All prices in the Proposal shall include mileage and travel expenses. Mileage and travel expenses
for all support, maintenance, or any other on-site service performed under IDIQ contracts resulting
from this RFP will not be reimbursed by the University.
12. Proposals shall be delivered by the time and to the place stipulated in Section 00100, Notice to
Proposers, in this Request for Proposal. It is the sole responsibility of the Vendor to see that
Proposals are received on, or prior to, the designated closing time and delivered to the designated
location for receipt of Proposals. Proposals received after the designated closing time for any
reason, at the sole discretion of the University, may not be considered.
13. Clarifications: All questions regarding the Proposal shall be submitted to the consulting engineering
firm TME Inc in writing (email to [email protected]). Questions must be submitted no later
than five (5) calendar days prior to the scheduled closing time for the receipt of Proposals.
Clarifications to questions will be in the form of a written addendum to the RFP.
14. Any addenda issued during the time of submission of Proposals shall be addressed in the Proposal
and shall be made a part of the Contract. Receipt of the addenda shall be acknowledged on the
Proposal Price Form in the location provided. No addenda will be issued later than three (3)
working days prior to the designated closing time for receipt of Proposals, except as an addendum
withdrawing the Request for Proposal, or one that includes a postponement of the designated
closing time for receipt of Proposals. Vendors shall ascertain, prior to submitting a Proposal, that
the Vendor has received all issued addenda.
15. During the term of the Purchase Order or Contract for the successful Vendor, the University intends
to utilize the services of its own staff and various engineers and architects for design services.
Successful Vendors shall provide all required application engineering/design, and technical
assistance services to these parties for the execution of University-related work at no additional
cost.
16. Any Vendor may withdraw their Proposal, either personally or by written request, at any time prior
to the scheduled closing time for receipt of Proposals.
17. Failure to Receive a Purchase Order: In the event that the selected Vendor fails to receive a Notice
of Intent to Award within 60 days as defined in Section 00300 Standard Terms and Conditions, the
selected Vendor and the University shall be unconditionally released of all obligations, and the
University shall not be responsible for any associated costs to the Vendor. The selected Vendor and
the Owner, however, may decide to proceed with the purchase based upon revised terms and
conditions that are agreeable to both parties.
6
18. Shop Drawings, Submittal Documents, and Maintenance Manuals and Owner’s Computerized
Maintenance Management System (CMMS) Information: It should be noted that the selected
Vendor shall furnish to the Owner one (1) printed copy and one (1) electronic copy (on a CD) of the
Vendor’s standard product and performance data if awarded a purchase order or contract.
Standard product and performance data shall be updated and delivered on an annual basis. In
addition, the selected Vendor shall provide up to ten (10) copies of project specific information for
each project as required by the Owner or the project design team or construction documents,
including but not limited to shop drawings, submittal documents, and operation & maintenance
manuals and completed equipment information data sheets for entry into the Owner’s CMMS.
Upon the request of the Owner, Vendor shall also provide three references where similar
installations and systems have been provided. Prices shown in Section 00500 Proposal Form shall
include preparation and delivery of all information described above.
19. Proprietary Information: Proprietary information, if any, submitted in response to this RFP will be
processed in accordance with the applicable University of Arkansas Procurement procedures. All
material submitted in response to this RFP becomes the public property of the State of Arkansas
and will be a matter of public record and open to public inspection subsequent to proposal opening
as defined by the Arkansas Freedom of Information Act. The respondent is hereby cautioned that
any part of its proposal that is considered confidential, proprietary, or a trade secret, must be
labeled as such and submitted in a separate envelope along with the proposal, and can only be
protected to the extent permitted by Arkansas Law. Comingling of proprietary/confidential and
other proposal information is NOT acceptable. Neither a proposal, in its entirety, nor proposal
pricing will be considered proprietary/confidential information after a proposal opening has been
accomplished and awarded. Any information that will be included in any resulting contract cannot
be considered proprietary/confidential.
20. Ethical Standards: “It shall be a breach of ethical standards for a person to be retained, or to retain
a person, to solicit or secure a state contract upon an agreement or understanding for a
commission, percentage, brokerage, or contingent fee, except for retention of bona fide employees
or bona fide established commercial selling agencies maintained by the contractor for the purpose
of securing business
20 FORM OF THE PROPOSAL
The form of the proposal shall consist of the items noted below.
A. Submit five (5) total printed copies, at least one (1) of which must have an original signature,
and one (1) electronic copy (on one CD or flash drive) of complete sets of the following in a
sealed opaque envelope bearing the title of the RFP and the name of the Vendor: the Proposal
Forms in Section 00500, the Contract and Grant Disclosure Form, The Equal Opportunity Policy
Disclaimer, and the Illegal Immigrant Certification Form. All documents shall be signed by the
person or persons legally authorized to bind the Vendor to an Agreement. In addition, submit
five (5) printed copies and one (1) electronic copy of descriptive and technical literature
described in Item 25 below.
B. The Company Confidential Information Request List in Section 00800 and any additional
information required for a complete response relating to financial competitiveness, market
share, or information that can be construed to be privileged, shall be submitted in a sealed
opaque envelope bearing the NAME and SIGNATURE of the official agent for the Vendor, the
7
title of the RFP and the name of the Vendor, and clearly marked "Company Confidential". Each
page of information contained in this envelope shall be individually marked with the name of
the Vendor and clearly marked "Company Confidential". Vendors are encouraged to consult the
Arkansas FOI Act to determine what type of information can be deemed Company Confidential.
21. All cost proposals shall be made on the Proposal Price Form in Section 00500 unless directed to
provide information is the mandatory Appendix 5 Excel spreadsheet. If additional space is needed
beyond what is provided on the form, blank sheets of paper may be referenced on the Proposal
Price Form and attached.
22. Vendors shall provide descriptive and technical literature, and complete specifications applicable to
each item included in their proposal. It is recommended that Vendors highlight features and
capabilities that may exceed the minimum requirements in the specifications, and provide
documentations to justify such claims. Vendors shall provide requested information organized and
bound in three (3) ring "D" style binders containing the technical submittals, company information,
and all other remaining information neatly tabbed and indexed. Vendors are encouraged to provide
any information that will assist the University in comparing the Vendor's offering to the Evaluation
Criteria.
A. Service Capability of Local Office: Describe the location, distance, travel/response time for
normal and emergency service (as a maximum of 24 hours) , the service capabilities of the local
service office and staff as related to electrical medium voltage protective relays installation and
service.
B. Company’s Customer References: Provide a minimum of (5) customer references with a
description of the project or service provided by the current staff employed by the office and
contact information. These references should be willing to have University personnel visit with
operating staff.
C. Prototype Switchgear Retrofit Price: Appendix 6 has drawings and information related to an
existing medium voltage switchgear lineup on the owner’s site. This MV switchgear lineup is the
main service entrance to the campus from the serving utility and distributes approximately 75%
of the entire campus electrical consumption. Use the information in Appendix 6 to develop a
price to retrofit the existing switchgear with new MV protective relays. In addition to price (a
description of what to include in the price is stated in the Bid Form) provide the following
information:
1. Project Management approach.
2. Site investigation approach and duration.
3. Risk management and mitigation approach/plan/strategy.
4. Additional protection features realisable
5. Top level bill of materials.
6. Implementation approach to phasing/duration/minimizing downtime
8
7. Commissioning/close out process.
The Owner recognizes this type of task requires significant input and coordination between the
vendor and the owner. Please state all assumptions being considered or are implied as part of
the response to the seven topics above.
D. Catalog Information for General Parts and Materials: Provide parts and material catalog
published by the electrical medium voltage protective relays manufacturer including list pricing
using the attached Excel spreadsheet (Appendix 5).
E. Service Technician Rate: Provide the hourly rate indicated on the Proposal Form for an electrical
medium voltage protective relay Service Technician. The amount for labor provided below shall
be an hourly rate. The rates shall include all costs (including but not limited to direct labor, labor
burden, small tool allowance, consumables, cellular phone allowance, overhead, and profit)
with the exception of sales tax and performance and payment bonds. In addition provide the
cost of mobilization and cost of each overnight stay on site per technician, if applicable, based
upon the local office location. Hourly rates only apply to the time on the owner’s site conducting
work.
F. Proprietary Software: Describe any software necessary to the electrical medium voltage
protective relay system operation, maintenance , programming, database management, system
administration, or any other special applications that you will be unwilling to provide to the
University, if any, including the software’s intended use. Any software provided would be for
the sole use of the University of Arkansas at Fayetteville, utilized by the University staff and
would not be transmitted to any other party. Include a copy of any licensing agreements that
you would require to be executed in order to provide the necessary software.
G. Vendor Training: The University intends to develop limited engineering and software/hardware
expertise so that the University can conduct fault finding at system level, have replacement
capability of faulty equipment, program, operate and maintain electrical medium voltage
protective relays as necessary. In order to support this end result, a significant investment in
staff training may be necessary. The Vendor shall provide a detailed training plan for two field
technicians, including the location of the training. The direct cost to the University, including
tuition but excluding travel expenses, shall be provided in the Proposal. The University’s
selection team will calculate travel expenses based on the training location for comparison
purposes.
H. Relay Features: Use the attached Excel spreadsheet (Appendix 5) to enter in the various relay
technical features by way of comparison. Enter the product model/part number as appropriate
and “check” the features of each relay offering. Follow the instructions on the front of Appendix
5.
9
23. PROPOSAL EVALUATION CRITERIA
The University will utilize an evaluation team for the evaluation of this RFP. An award will be made
to the vendor who receives the most points based upon the following evaluation criteria (Refer to
Section 00500 Proposal Form for more information regarding pricing criteria shown below):
Criteria
Total
Available
Points
1. Prototype Switchgear Retrofit Pricing (From Section 00500 Proposal):
Proposal with the lowest grand total of pricing for the MV relays described in the Proposal
Form will receive 55 points. Remaining proposals shall receive points in accordance with the
following formula:
(a/b) c = d, where:
a = the lowest cost bid
b = the second (third, fourth, etc.) cost bid
c = the maximum number of points allowed (55)
d = number of points allocated
55
2. Catalog Parts and Materials Multiplier (From Section 00500 Proposal):
Proposal with lowest multiplier will receive 5 points. Remaining proposals shall receive
points in accordance with the formula above.
5
3. Service Technician Hourly Rate (From Section 00500 Proposal):
Proposal with lowest Hourly and Travel/Subsistence Rates will receive 15 points.
Remaining proposals shall receive points in accordance with the formula above:
15
5. Service Capability (From Section 00500 Proposal):
Electrical medium voltage protective relay Vendor shall, as a minimum, have a service
technician and office located such that the Vendor can provide a maximum twenty-four hour
response time. Vendor shall provide documentation and information describing in full, service
capabilities, service personnel, and response times. Points will be allocated by the selection
committee on a subjective basis.
10
6. Technical Review of Equipment, Materials, and Workmanship (From Section 00500
Proposal):
Points will be allocated by the selection committee on a subjective basis. Factors
considered will include, but not be limited to: technical information provided by the
Vendor, discussions with references, site visits to similar installed systems, and product
20
10
24. RFP EVALUATION PROCESS
A. The RFP Proposals will be opened publicly at the time specified for the opening of proposals
in this RFP. The name of the Vendor making the proposal will be read aloud at the time of
opening. The full RFP proposals will be evaluated privately by the selection committee and
will be made available to the public after award of the contract.
B. The evaluation of Proposals shall be on a point basis based on the information provided on
the Proposal Form, Section 00500, as well as the descriptive and technical literature
described in Item 23 above. After preliminarily evaluating the proposals, the University may
select two or more Vendors to provide equipment demonstrations as described below.
25. FINAL VENDOR SELECTION
A. After preliminarily evaluating the proposals, the University may ask one or more Vendors to
perform the following.
B. Deliver materials listed in Section 00700 to the University of Arkansas Facilities Management
for review by the selection committee and/or other designated University staff. Materials
shall be delivered to the Receiving Desk, Central Supply, Facilities Management, and should
include a shipping ticket listing the individual components. The materials will be held at
Facilities Management until the Office of Business Affairs has issued a notice of intent to
award to the successful Vendor, at which time each Vendor will be responsible to reclaim
their materials through Central Supply within thirty (30) days after the notice of intent to
award.
C. If requested, provide a demonstration of the equipment to the selection committee,
consulting engineer, and designated University staff.
demonstrations if requested.
7. Training Plan for University Personnel (From Section 00500 Proposal):
Points will be allocated by the selection committee on a subjective basis based on
information provided by the Vendor. Factors such as the comprehensiveness of the
training plan, overall depth of knowledge conveyed, and relative value to University staff
to accomplish their mission will be the primary criteria.
10
TOTAL 115
11
D. If requested, schedule a time for University staff and the Consulting Engineer to visit the
Vendor's service shop for a demonstration of the system, how it is programmed, configured,
monitored, installed, etc.
E. If requested, arrange for University personnel to visit one of the customer references
selected by the University.
F. The University may evaluate the physical aspects of the product using a selection committee
composed of University staff and/or other individuals identified by the University as having
significant knowledge and experience with operation and maintenance of similar
equipment.
26. GENERAL TERMS
A. For the purposes of this RFP, the words “Owner” and “University” both refer to the University of
Arkansas at Fayetteville. The words “Provider”, “Proposer”, “Vendor”, and “Contractor” all refer
to qualified companies responding to this RFP who may, if chosen by the selection committee,
be awarded a purchase order or contract. However, no warranties or guarantees for contracts
or purchase orders are made by describing respondents as “Provider”, “Vendor” or
“Contractor”.
27. IDIQ CONTRACT AWARD AND DEVELOPMENT (General)
A. It is the intent of the University to negotiate a contract or purchase order with the selected
Vendor. In the Proposal Form in Section 00500, Proposers are asked to provide proposed total
costs of Standard electrical medium voltage protective relay Pricing, Catalog Parts and Materials
Multiplier, Non-Standard Equipment Multiplier, Labor Rates, and other cost items, including
multipliers. The IDIQ contract or purchase order will include these costs and/or multipliers for
associated items. However, the University may also negotiate with the selected Vendor to
include similar prices in the contract or purchase order for other systems, accessories and
and/or options. During these negotiations, the University may expect multipliers for additional
items to be numerically similar to the multipliers listed in the Proposal.
28. IDIQ CONTRACT DEVELOPMENT (SPECIFIC):
A. Direct UA Purchase: When UA purchases materials, equipment and services directly from the
Provider using an IDIQ agreement, the price shall be developed and approved in accordance
with the process outlined below:
1. Pricing: The Vendor shall develop the price for the materials, equipment, and services
using the method established by the IDIQ agreement. The Provider shall provide a
detailed calculation of the price to the system designer. The calculation of the price shall
be accomplished using an Excel spreadsheet workbook. The workbook shall include a
summary spreadsheet and a spreadsheet for each non-standard system. The workbook
shall identify all costs.
2. Review and Approval of Pricing: The system designer shall review the spreadsheet
workbook provided by the Vendor. The system designer shall verify system quantities
and all costs and adjustments. If the price is not in accordance with the terms and
12
conditions of the IDIQ agreement or is otherwise incorrect, the system designer shall
forward a list of the discrepancies to the Vendor. The Vendor shall then revise and
resubmit the spreadsheet workbook as required. If the price is acceptable, the system
designer shall forward the price and supporting documentation to the UA employee
responsible for purchasing the materials, equipment, and services.
3. UA Purchase Order: The UA employee responsible for purchasing the materials,
equipment, and services shall forward a purchase order to the Vendor. The purchase
order amount shall be equal to the price established using the process outlined above.
B. Assignment to a new Original Equipment Manufacturer (OEM) of Medium Voltage Switchgear:
The contract amounts for future projects priced under a VFD IDIQ agreement that are
assigned to a Medium Voltage Switchgear OEM for inclusion in their product shall be
developed and approved in accordance with the process outlined below:
1. Pricing: The Vendor shall develop the price for the materials, equipment, and services
using the method established by the IDIQ agreement. The Vendor shall provide a
detailed calculation of the price to the system designer. The calculation of the price shall
be accomplished using an Excel spreadsheet workbook. The workbook shall include a
summary spreadsheet and a spreadsheet for each non-standard system. The workbook
shall identify all costs.
2. Review and Approval of Pricing: The system designer shall review the spreadsheet
workbook provided by the Vendor. The system designer shall verify system quantities
and all costs and adjustments. If the price is not in accordance with the terms and
conditions of the IDIQ agreement or is otherwise incorrect, the system designer shall
forward a list of the discrepancies to the Vendor. The Vendor shall then revise and
resubmit the spreadsheet workbook as required. If the price is acceptable, the system
designer shall forward the price and supporting documentation to the UA Facilities
Management Department for review and approval.
3. Assignment to a medium voltage switchgear OEM: The vendor shall establish a supply
agreement with the medium voltage switchgear OEM to provide materials, equipment
and services using the method established by the IDIQ agreement. The materials,
equipment and services shall be shipped directly from the vendor to the medium voltage
switchgear OEM for installation and integration in the medium voltage switchgear OEM’s
manufacturing facility. Field installed materials, equipment and services shall not be
acceptable, unless required by the means and methods for shipping, installation and
commissioning as dictated by the particular construction project constraints.
29. Lead Time: The University expects lead-time to conform to the industry norm of six (6) weeks or
less from the receipt of order to delivery at the University’s receiving dock. Failure to meet lead-
time requirements may be grounds for termination (see also Section 0400 Paragraphs 12 and 14.)
END OF SECTION
13
1. GENERAL
A. All proposals submitted shall be in compliance with the standard terms and conditions set forth
herein. The proposal procedures followed by the University of Arkansas will be in accordance
with these conditions. Therefore, all vendors are urged to read and understand these
conditions prior to submitting a response to this request for proposal.
2. PREPARATION OF PROPOSALS
A. Failure to examine any drawings, specifications, and instructions will be at proposer’s risk.
B. All prices and notations must be printed in ink or typewritten. No erasures are permitted.
Errors may be crossed out and corrections printed in ink or typewritten adjacent, and must be
initialed in ink by person signing the proposal.
C. Brand Name References: Unless specified “No Substitute”, any catalog brand name or
manufacturer’s reference used in the proposal invitation is descriptive only, not restrictive, and
used to indicate the type and quality desired. If proposing other than referenced specifications,
the proposal must show the manufacturer, Brand or trade name, and other descriptions, and
should include the manufacturer’s illustrations and complete descriptions of the product
offered. The University reserves the right to determine whether a substitute offered is
equivalent to and meets the standards of the item specified, and the University may require the
proposer to supply additional descriptive material, samples, or demonstrators. The proposer
guarantees that the product offered will meet or exceed the referenced product and/or
specifications identified in this proposal invitation. If the proposer takes no exception to the
specifications, the proposer will be required to furnish the product exactly as specified in the
invitation.
D. Samples: Samples or demonstrators, when requested, must be furnished free of expense to the
University. All demonstrators will be returned after reasonable examination. Each sample
should be marked with the proposer’s name, address, proposal number, and item number.
3. SUBMISSION OF PROPOSALS
A. Proposals, modifications or corrections thereof, received after the closing time specified, will
not be considered.
4. ACCEPTANCE OF PROPOSALS
A. The University reserves the right to accept or reject all or any part of a proposal or any and all
proposals, to waive any informality, and to award the proposal to best serve the interest of the
University.
B. The University has sixty (60) days from the time of the opening of proposals to consider the
offerings and issue a notice of intent to award.
00300 – STANDARD TERMS AND CONDITIONS
14
5. ERROR IN THE PROPOSAL
A. In case of error in the extension of prices in the proposal, the unit price will govern. No proposal
shall be altered or amended after the specified time designated for the opening of the
proposals.
6. AWARD
A. Contracts and purchases will be made or entered into with the Vendor selected by the selection
committee using the criteria and process described in Section 00200 Instructions for Proposers.
B. When more than one item is specified in the Request for Proposals (RFP), the University
reserves the right to select the Vendor either on the basis of the individual items or on the basis
of all items included in the RFP, or as expressly stated in the RFP.
C. A written purchase order or contract award mailed, or otherwise furnished, to the successful
Vendor within the time of acceptance specified in the RFP results in a binding contract without
further action by either party. The contract shall not be assignable by the Vendor in whole or in
part without the written consent of the University.
7. DELIVERY
A. The RFP may show the number of days to place a commodity in the University designated
location under normal conditions. If the Vendor cannot meet the stated delivery, alternate
delivery schedules may become a factor in award. The University has the right to extend
delivery if reasons appear valid. Time of delivery is a significant factor in the University’s criteria
for award or renewal of a purchase order or contract, and delivery times that exceed maximum
delivery times stipulated by the University may be grounds for termination of the contract.
B. Delivery shall be made during University work hours only, 8:00 a.m. to 4:30 p.m., unless prior
approval for other shipment has been obtained.
C. Packing memoranda shall be enclosed with each shipment.
8. TAXES AND TRADE DISCOUNTS
A. Include applicable state or local sales taxes in proposal price. Sales tax cost shall be itemized
separately.
B. Trade discounts should be deducted from the unit price and net price should be shown in the
proposal.
9. WAIVER
A. The University reserves the right to waive any General Condition, Special Condition, or minor
specification deviation when considered to be in the best interest of the University, so long as
such waiver is not given so as to deliberately favor any single vendor and that would have the
same effect on all vendors.
15
10. CANCELLATION
A. Any contract or item award may be canceled for cause by either party by giving thirty (30) days
written notice of intent to cancel. Cause for the University to cancel shall include, but not
limited to, the cost exceeding current market prices for comparable purchases; request for
increase in prices during the period of the contract; or failure to perform to contract conditions.
The contractor will be required to honor all purchase orders that were prepared and dated prior
to the date of expiration or cancellation if received by the contractor within a period of thirty
(30) days following the date of expiration or cancellation. Cancellation by the University does
not relieve the Contractor of any liability arising out of a default or nonperformance. Cause for
the vendor to cancel shall include, but not limited to, the item(s) being discontinued and
unavailable from the manufacturer.
11. ADDENDA
A. Addenda modifying plans and/or specifications may be issued if time permits. No addendum
will be issued within a period of three (3) working days prior to the time and date for when the
proposals are due. Should it become necessary to issue an addendum within the three (3) day
period prior to the due date, the proposal due date will be reset giving proposer ample time to
answer the addendum.
B. Only written addenda are part of the official Request for Proposals packet and should be
considered.
12. ALTERNATE PROPOSALS
A. Vendors must respond to the RFP as stated in order to have their proposals considered. Unless
specifically requested, alternate proposals will not be considered in lieu of what is stated. An
alternate is considered to be an offering that does not comply with the minimum provisions of
the specifications.
B. Alternates or features that exceed the minimum provisions of the specifications can be noted
for consideration in the overall evaluation, but Vendors are cautioned not to propose pricing
representative of these alternates or features as compared to their competitors.
13. PROPOSAL OPENING
A. Proposal opening will be conducted open to the public. However, the meeting will serve only
to open and read aloud the Vendors making proposals. No discussion will be entered into with
any Vendor as to the quality or provisions of the specifications and no award will be made either
stated or implied at the proposal opening.
END OF SECTION
16
1. GENERAL
A. The following standard Contract Information is provided for information purposes. The
contract procedures followed by the University of Arkansas in executing a purchase order or
contract for the selected Vendor will be in accordance with conditions including, but not limited
to, the following items. Therefore, all Vendors are urged to read and understand these
conditions prior to submitting a response to this request for proposal.
2. As an agency of the State of Arkansas, the University of Arkansas may not contract with another
party…
A. For a period of time, which continues past the end of a fiscal year, unless the contract allows
cancellation by the Agency Purchasing Official upon thirty (30) days written notice whenever
there are no funded appropriations for the contract.
B. To pay any penalties or charges for late payment, or any penalties or charges, which in fact, are
penalties for any reason.
C. To indemnify, defend, or hold harmless any party for any liability and damages.
D. Upon default to pay all sums to become due under a contract.
E. To pay damages, legal expenses, or other costs and expenses of any party.
F. To continue a contract once the equipment has been repossessed.
G. To conduct litigation in a place other than Washington County, Arkansas.
H. To agree to any provision of a contract which violates the laws or constitution of the State of
Arkansas.
3. A party wishing to contract with the University of Arkansas should:
A. Remove any language from its contract which grants to it any remedies other than…
B. The right to possession.
C. The right to accrued payments.
D. The right to expenses of de-installation.
E. The right to expenses of repair, to return the equipment to normal working order, normal wear
and tear excluded.
F. The right to recover only amounts due at the time of repossession and any unamortized
nonrecurring costs as allowed by Arkansas law.
00400 –CONTRACT INFORMATION
17
G. Include in its contract that the laws of the State of Arkansas govern the contract.
H. Acknowledge in its contract that contracts become effective when awarded by the Agency
Purchasing Official.
4. The University of Arkansas may contract with another party…
A. To accept the risk of loss of the equipment and pay for any destruction, loss or damage of the
equipment while the University has such risk, when the extent of liability for such risk is based
upon the purchase price of the equipment at the time of any loss and the contract required the
University to carry insurance for such risk.
B. To lease any equipment for a period of time which continues past the end of a fiscal year
provided that, in the event funds are not appropriated for the equipment described in the
agreement, the Agency Purchasing Official may, upon thirty (30) days written notice to the
vendor/lessor, cancel the agreement regarding that equipment for which no appropriations are
made. In the event that there are no funded appropriations from which payment can be made
for the equipment described in the agreement, the Agency Purchasing Official may upon thirty
(30) days written notice to the vendor/lessor, cancel this agreement as to that equipment for
which there are no funded appropriations from which payment can be made for the equipment.
5. NON-WAIVER OF DEFAULTS
A. Any failure of the University at any time, to enforce or require the strict keeping and
performance of any of the terms and conditions of this agreement shall not constitute a waiver
of such terms, conditions, or rights, and shall not affect or impair same, or the right of the
University at any time to avail itself of same.
6. LACK OF FUNDS
A. The University may cancel this contract to the extent funds are no longer legally available for
expenditures under this contract. Any delivered but unpaid goods will be returned in normal
condition to the contractor by the University. If the University is unable to return the
commodities and there are no funds legally available to pay for the goods, the contractor may
file a claim with the Arkansas Claims Commission. If the contractor has provided services and
there are no longer funds legally available to pay for the service, the contractor may file a claim.
7. GOVERNING LAW
A. This agreement shall be construed and governed by the laws of the State of Arkansas.
18
8. INSURANCE REQUIREMENTS
A. The contractor shall maintain liability insurance and shall file certificates of insurance with the
owner prior to commencement of work. Insurance policies shall be written by a company or
companies authorized to do business in the State of Arkansas. The limits of liability of such
insurance shall be written for not less than the following limits.
1. Workers Compensation as required by the State of Arkansas.
2. Commercial General Liability, with no less than $1,000,000 each occurrence/$2,000,000
aggregate for bodily injury, property damage, products liability, personal injury and
contractual liability.
3. Automobile Liability, with no less than $1,000,000 combined and single limit coverage
for bodily injury and property damage.
4. Umbrella Liability, with no less than $2,000,000 limit of liability per occurrence.
NOTE: Failure to file certificates, or acceptance by the University of certificates of insurance,
which do not indicate the specified coverage, shall in no way relieve the Contractor of his
responsibility for maintaining adequate insurance.
9. INDEMNIFICATION
A. Contractor agrees to indemnify and hold harmless the University and its officers and employees
from any claim, damage, liability, injury, expense, or loss, including defense cost and attorney’s
fees arising out of contractor’s performance under this Agreement, or as a consequence of the
existence of this agreement.
10. PERMITS AND LICENSES
A. Contractor shall, at their sole expense, procure and keep in effect all necessary permits and
licenses required for it’s performance under this agreement, and shall post or display in a
prominent place such permits and/or notices as required by law.
11. WARRANTY
A. Unless dictated by other specific contract documents which may take precedence, all new
equipment shall have a parts and labor warranty for a minimum period ending eighteen (18)
months from the date of shipment or one (1) year from startup, whichever occurs first.
12. TIME OF PERFORMANCE
A. Time is of the essence in the rendering of services hereunder. Contractor agrees to perform all
obligations and rendering of services set forth in this RFP.
13. CONTRACTING AUTHORITY
A. Contractor shall perform all services as an independent contractor and shall discharge all of its
liabilities as such. No acts performed or representation made, whether written or oral, by
contractor with respect to third parties shall be binding to the University.
19
14. DEFAULT OR TERMINATION
A. In the event the contractor fails to carry out or comply with any of the Terms and Conditions of
the contract with the University, the University may notify the contractor of such failure or
default in writing and demand that the failure or default be remedied within ten (10) working
days; and in the event the contractor fails to remedy such failure or default within the ten (10)
day working period, the University shall have the right to cancel the contract upon thirty (30)
days written notice.
B. Any contract or item award may be canceled for cause by either party by giving thirty (30) days
written notice of intent to cancel. Cause for the University to cancel shall include, but not
limited to, the cost exceeding current market prices for comparable purchases; request for
increase in prices during the period of the contract; or failure to perform to contract conditions.
The contractor will be required to honor all purchase orders that were prepared and dated prior
to the date of expiration or cancellation if received by the contractor within a period of thirty
(30) days following the date of expiration or cancellation. The cancellation of the contract,
under any circumstances whatsoever, shall not effect or relieve contractor from any obligation
or liability that may have been incurred or will be incurred pursuant to the contract, and such
cancellation by the University shall not limit any other right or remedy available to the
University by law or in equity. Cause for the vendor to cancel shall include, but not limited to,
the item(s) being discontinued and unavailable from the manufacturer.
C. Backorders, default in promised delivery, or failure to meet specifications authorize the
University to cancel this contract to the defaulting contractor. The contractor must give written
notice to the University of the reason and the expected delivery date.
D. Consistent failure to meet delivery without a valid reason is grounds for termination of the
contract.
15. SURVIVAL
A. The terms, conditions, representations, and warranties contained in the agreement shall survive
the termination of this contract.
16. SEVERABILITY
A. If one or more provisions of the agreement, or the application of any provision to any party or
circumstance is held invalid, unenforceable, or illegal in any respect, the remainder of the
agreement and the application of the provision to other parties or circumstances shall remain
valid and in full force and effect.
17. ACCESS TO RECORDS
A. The University considers all information, documentation, and other requested materials to be
submitted in response to this solicitation to be of a non-confidential and/or non-proprietary
nature, and therefore shall be subject to public disclosure after an agreement is awarded,
except as hereafter specifically stated.
20
B. Financial data, trade secrets, test secrets, text data, and similar proprietary information will, to
the extent permitted by law, remain confidential provided such material is clearly marked by the
proposer when the proposal is submitted.
18. RIGHT TO AUDIT
A. Contractor shall keep full and accurate records in connection with the services provided under
this Agreement. All such records shall be retained by Contractor for a minimum period of four
(4) years, after final payment under this Agreement.
B. At any time during the term of the agreement and for a period of four (4) years thereafter, the
University or its duly authorized representative at its expense during regular working hours,
reserves the right to incrementally audit the contractor’s records and manufacturer’s pricing
provided under the agreement. In the event such an audit reveals any error/overpayments, the
contractor shall refund the University the full amount of such overpayments within thirty (30)
days of such audit findings; or the University, at its option, reserves the right to deduct such
amounts plus interest from any payments due contractor.
19. ACCEPTANCE OF PRODUCTS AND SERVICES
A. All products furnished and all services performed under this agreement shall be to the
satisfaction of the University and in accordance with the specifications, terms, and conditions of
the agreement. The University reserves the right to inspect the products furnished or the
services performed, and to determine the quality, acceptability, and fitness of such products and
services.
20. TECHNOLOGY ACCESS
A. The Vendor expressly acknowledges that state funds may not be expended in connection
with the purchase of information technology unless that system meets certain statutory
requirements, in accordance with State of Arkansas technology policy standards relating to
accessibility by persons with visual impairments.
B. Accordingly, the Vendor represents and warrants to the University of Arkansas, Fayetteville,
Arkansas, that the technology provided to the University of Arkansas for purchase is
capable, either by virtue of features included within the technology or because it is readily
adaptable by use with other technology, of (1) providing equivalent access for effective use
by both visual and nonvisual means (2) presenting information, including prompts used for
interactive communications, in formats intended for nonvisual use, and (3) being integrated
into networks for obtaining, retrieving, and disseminating information used by individuals
who are not blind or visually impaired.
C. For purpose of this paragraph, the phrase “equivalent access” means a substantially similar
ability to communicate with or make use of the technology, either directly by features
incorporated within the technology or by other reasonable means, such as assisting devices
or services, which would constitute reasonable accommodations under the American With
Disabilities Act, or similar state or federal laws. Examples of methods by which equivalent
21
access may be provided include, but are not limited to, keyboard alternatives to mouse
commands and other means of navigating graphical displays, and customized display
appearance.
D. If requested, the Vendor must provide a detailed plan for making this purchase accessible
and/or a validation of concept demonstration.
21. OWNERSHIP AND RESPONSIBILITY:
A. The Vendor shall be responsible for all arrangements and costs associated with equipment
including freight, insurance, and taxes until delivery to the project site. Place of delivery shall
be the University of Arkansas, Fayetteville, AR. Equipment title shall pass to the Owner at
Project Acceptance. Vendor shall notify the General Contractor/Owner forty-eight (48)
hours prior to delivery if applicable.
22. DEBRIS REMOVAL
A. All debris must be removed from the University after installation of said equipment.
23. ACCEPTANCE AND REJECTION
A. Final inspection, acceptance, or rejection may be made at delivery destination, but all
materials and workmanship shall be subject to inspection and test at all times and places,
when practicable. During manufacture, the right is reserved to reject articles that contain
defective material and workmanship. Rejected material shall be removed by and at the
expense of the contractor promptly after notification of rejection. Final inspection and
acceptance or rejection of the materials or supplies shall be made as promptly as
practicable, but failure to inspect, accept, or reject materials or supplies shall not impose
liability on the University thereof for such materials or supplies not in accordance with the
specification.
END OF SECTION
22
Proposal of (Hereinafter called “Vendor”) corporation, organized and existing under the laws of the state
of , partnership, or individual doing business as
.
To: Mr. James Ezell
University of Arkansas at Fayetteville
Office of Business Affairs, Room 321
Administration Building
Fayetteville, AR 72701
Gentlemen:
The Vendor, in compliance with your Request for Proposals to purchase equipment and services for the
University of Arkansas, having examined the Proposal Documents and being familiar with all conditions
of these documents, hereby proposes to furnish equipment and installation in accordance with the
Proposal Documents, within the time set forth therein, and at the prices stated below.
Vendor acknowledges receipt of the following Addenda:
Addenda Number: Date Received: Initials:
Addenda Number: Date Received: Initials:
Addenda Number: Date Received: Initials:
Addenda Number: Date Received: Initials:
1. MINIMUM EQUIPMENT STANDARDS: 00600 TECHNICAL SPECIFICATIONS represents minimum
quality standards that must be met in order to be considered for award. Meeting these criteria must
be accomplished using base equipment and/ or options. The prices reflected in the proposal must
reflect cost of base equipment and all options necessary to meet or exceed minimum standards.
2. EXCEL Spreadsheet: A digital relay pricing and technical features spreadsheet in EXCEL format was
provided as Appendix 5 to the RFP. In addition to providing the completed spreadsheet in digital
EXCEL format, Vendor shall complete, print, and attach to this Proposal form all sheets of the
spreadsheet and provide the following information/agreements described below.
3. Prototype Switchgear Retrofit Pricing (Installed):
MV protective relay provider agrees to provide the materials, equipment, and services required to
furnish and install MV protective relays for the designated “Prototype Switchgear Retrofit” as
shown on the drawings and in accordance with the specification.
The Prototype Switchgear Retrofit Base Proposal amounts indicated on the Proposal Form shall
include all costs (including but not limited to engineering assistance, submittal documents,
00500 –PROPOSAL FORM
23
material, equipment, installation, consumables, small tool allowance, equipment rental, clean-up
and trash removal, cabling, cabling terminations, shipping, freight, handling, labor, labor burden,
project supervision, project management, global system integration, software, documentation,
licenses, maintenance manuals, commissioning, warranty, training, overhead, profit, and bonds).
Prototype Switchgear Retrofit: Total Cost = Dollars ($ )
4. Standard electrical medium voltage relay pricing (uninstalled):
Vendor agrees to furnish uninstalled equipment as described in the specifications Section 00600
and as shown in the EXCEL spreadsheet of Appendix 5. The Standard Equipment amounts indicated
on the Proposal Form shall include handling, shipping, freight, maintenance manuals, warranty,
overhead, and profit. The Standard Materials and Equipment Base Proposal amounts indicated on
the Proposal Form shall not include installation, commissioning, or training. The total price below
shall be detailed in the EXCEL worksheet and reported itemized for the following:
A. Standard relay equipment
a. Model List Price
b. Discount Price to the University (uninstalled) including delivery
c. Taxes
5. Catalog Parts and Materials Multiplier:
The price for catalog parts and materials shall be equal to the list price published in the catalog (a
catalog with prices must be furnished with the Proposal) multiplied by the percentage listed below:
The multiplier listed below shall include handling, shipping, freight, maintenance manuals, submittal
information, warranty, overhead, and profit. The multiplier shall not include engineering assistance,
installation, consumables, small tool allowance, equipment rental, clean-up and trash removal,
cabling, raceways, cabling terminations, project supervision, project management, global system
integration, software, documentation, licenses, commissioning, training, sales tax, and performance
and payment bonds.
Catalog Parts and Materials Multiplier: ________________% (Percent)
6. Service Technician Hourly Labor Rate:
The hourly rate provided by the Vendor shall be as indicated below. The amount for labor provided
below shall be an hourly rate. The rate shall include all costs (including but not limited to direct
labor, labor burden, small tool allowance, consumables, cellular phone allowance, overhead, and
profit) with the exception of sales tax and performance and payment bonds. Hourly rates only
apply to the time on the owner’s site conducting work.
Service Technician Hourly Labor Rate (on site): Dollars ($ )
Mobilization Rate per Technician (if applicable): Dollars ($ )
Cost per Overnight Stay per Technician (if applicable): Dollars ($ )
24
7. Software:
The cost of software per license necessary for the operation of the electrical medium voltage
protective relay system, maintenance , programming, database management and system
administration.
Software Cost per License Dollars ($ )
A. Software Declaration:
Describe below any software necessary to the electrical medium voltage protective
relay system operation, maintenance , programming, database management,
system administration, or any other special applications that you will be
UNWILLING to provide to the University, if any, including the software’s intended
use. If there is not any software that you will be unwilling to provide please enter
(None) below. Any software provided would be for the sole use of the University
of Arkansas at Fayetteville, utilized by the University staff and would not be
transmitted to any other party. Include a copy of any licensing agreements that
you would require to be executed in order to provide the necessary software.
( )
( )
( )
( )
( )
( )
( )
( )
( )
( )
7. Cost of Training for University Personnel:
The Vendor agrees to provide a detailed training plan (described in accompanying information) for
two field technicians and two programmers. The direct cost to the University, including tuition but
excluding travel expenses, shall be provided below. The University’s selection team will calculate
travel expenses based on the training location for comparison purposes.
TOTAL Cost of Training Dollars ($_____________________________)
25
Vendor understands that the Owner reserves the right to reject any or all Proposals and to waive any
formalities in the Proposals.
Respectfully Submitted,
(Seal if by corporation)
Vendor (Company Name) Address
Date: , 2011 By:
(Printed Name)
License Number: N/A Title:
Signature:
PART 1 - GENERAL
1.01 QUALITY ASSURANCE
A. Approvals:
1. UL-Listed: e217753.
B. Design Standards:
1. Generic Standard: EN 61000-6-2; EN 61000-6-3.
2. Product Standard: IEC 60255-6; EN 50178; UL 508; CSA C22.2 No. 14-95; ANSI
C37.90.
C. High Voltage Tests (IEC 60255-6)
1. High Frequency Interference Test: IEC 60255-22-1; Class 3.
2. Insulation voltage Test: IEC 60255-5; FN 50178; Impulse Voltage Test; IEC
60255-5.
D. EMC Immunity Tests:
1. Fast Transient Disturbance Immunity Test (Burst): IEC 60255-22-4; IEC 61000-4-
4; Class 4; ANSI C37.90.1.
2. Surge Immunity Test: IEC 61000-4-5; Class 4.
3. Electrical Discharge Immunity Test: IEC 60255-22-2; IEC 61000-4-2; Class 3.
4. Radiated Radio Frequency Electromagnetic Field Immunity Test: IEC 61000-4-3;
Class X; ANSI C37.90.2.
5. Immunity to Conducted disturbances Induced by Radio Frequency Fields:
IEC61000-4-6; Class 3.
6. Power Frequency Magnetic Field Immunity Test: IEC 61000-4-8; Class 4.
E. EMC Emission Tests:
1. Radio Interference Suppression Test: IEC/CISPR11.
2. Radio Interference Radiation Test: IEC/CISPR11.
F. Environmental Tests:
1. Climatic: IEC 60068-1.
2. Classification of Ambient Conditions: IEC 60721-3-1.
3. Classification of Ambient Conditions: IEC 60721-3-2.
4. Cold: IEC 60068-2-1.
5. Dry Heat: IEC 60068-2-2.
6. Damp Heat (Steady State): IEC 60068-2-78.
7. Damp Heat (Cyclic): IEC 60068-2-30.
00600 – TECHNICAL SPECIFICATION
8. Vibration Response Test: IEC 60068-2-6; IEC 60255-21-1; Class 1.
9. Vibration Endurance Test: IEC 60068-2-6; IEC 60255-21-1; Class 1.
10. Shock Test: IEC 60068-2-27; IEC 60255-21-2; Class 1.
11. Shock Endurance Test: IEC 60068-2-29; IEC 60255-21-2; Class 1.
12. Earthquake Test: IEC 60068-3-3; KTA 3503; IEC 60255-21-3; Class 2.
PART 2 - PRODUCTS
2.01 FEEDER PROTECTION RELAY
A. The University of Arkansas campus has multiple locations where this type of relay is
used. Not all locations shall require all the features described below. Use the table in
Appendix 5 of this Request for Proposal to show the range of features offered under the
overarching heading of Feeder Relay. The table shall be used to show the full range of
product model features and options available so a suitable relay can be selected to meet
the require protection requirements for any given relay location within the MV electrical
system.
B. The protective relays for the Main & Feeder circuit protection shall be a single
multifunction, microprocessor-based relay that provides three-phase and ground
directional instantaneous and time overcurrent protection, ANSI 50/51, 50/51G, or
50/51N, frequency, voltage, and power protection, metering and control functions as
described below.
C. The relay shall be a solid-state microprocessor-based multifunctional type that operates
from a 5 ampere or 1 ampere secondary output of current transformers. The relay shall
provide ANSI 50/51 protective functions, and ANSI 50/51N or 50/51G ground fault
protection functions for each winding as required by its location in the MV system. The
relay shall be configurable between true RMS or fundamental sensing for each phase
and ground. Ground element shall be capable of being utilized in residual, zero
sequence, ground source connection schemes, or deactivated.
D. The primary current transformer rating being used for phase and ground protection
feeding the device shall be programmable for current transformers with primary current
ratings from 1 through 50,000 amperes.
E. The relay shall provide the following protection and control functions
1. Directional Phase overcurrent (67 or 50/51): Three inverse time overcurrent (51-
1, 51-2, 51-3) functions and three instantaneous overcurrent (50-1, 50-2, 50-3)
functions with adjustable time delay. It shall be possible to restrained the
operation of the 51-2 and 51-3 elements based on voltage. These elements can
be directionally controlled.
2. Directional Ground overcurrent (67G or 50R/51R): Two inverse time overcurrent
(51R-1, 51R-2) functions and two instantaneous overcurrent (50R-1, 50R-2)
functions from calculated values with adjustable time delay. These elements can
be directionally controlled.
3. Directional Ground overcurrent (67G or 50X/51X): Two inverse time overcurrent
(51X-1, 51X-2) functions and two instantaneous overcurrent (50X-1, 50X-2)
functions from measured values with adjustable time delay. These elements can
be directionally controlled.
4. Ground directional option for Zero Sequence Voltage Polarizing, Negative
Sequence Polarizing or Ground Current Polarizing.
5. Negative sequence overcurrent protection with adjustable time delay (46-1, 46-
2).
6. Negative sequence overvoltage protection with adjustable time delay (47-1, 47-
2).
7. Three-phase main overvoltage protection with adjustable time delay (59M-1,
59M-2).
8. Three-phase main undervoltage protection with adjustable time delay (27M-1,
27M-2).
9. Auxiliary overvoltage protection with adjustable time delay (59A-1, 59A-2).
10. Auxiliary undervoltage protection with adjustable time delay (27A-1, 27A-2).
11. Single-phase neutral overvoltage protection with adjustable time delay (59N-1,
59N-2).
12. 6 Frequency elements that can be assigned to: over frequency, under
frequency, rate of change, or vector surge (81-1, 81-2, 81-3, 81-4, 81-5, 81-6).
13. Apparent and Displacement Power Factor (55A-1, 55A-2, 55D-1, 55D-2).
14. Directional Power (32-1, 32-2, 32-3).
15. Directional Vars (32V-1,32V-2, 32V-3).
16. Synch Check (25).
17. Auto reclosing (79).
18. Breaker failure protection with adjustable time delay (50-BF).
19. VT fuse failure detection (LOP).
20. Switch onto fault protection.
21. Cold load pickup
F. The phase, and ground protection curves shall be independently field-selectable. Curves
shall be selectable from the following:
1. IEEE: Moderately inverse, very inverse, extremely inverse.
2. IEC: A, B, C or D.
3. Thermal: Flat, lt, I2t, I4t
a. Thermal curves shall be similar to those on low voltage trip units for
close coordination with downstream devices.
G. The relay shall have 10 contact outputs that may be programmed for any protection
function operation output.
H. The relay shall have a front panel display of relay condition, and14 programmable LEDs
that can be used for trip condition or breaker status.
I. The relay shall have a LCD display with LED background illumination capable of
displaying the following information with metering accuracy of +/- half (0.5) percent of
measured value (ln) for ln < 2 ln and +/- one (1) percent of measured value (ln) for ln >
2:
1. Individual phase and ground currents with phase angles.
2. Phase-to-ground and phase-to-phase voltages with phase angles.
3. Watts.
4. Vars.
5. VA.
6. Frequency.
7. Power factor – apparent and displacement.
8. Forward, reverse and net watt-hours with start date and time stamp.
9. Lead, lag and net var hours with start date and time stamp.
10. VA-hours with start date and time stamp.
11. Minimum/maximum values of current, voltage, watts, vars, VA, frequency,
apparent pf and displacement pf.
12. Percent THD of voltage and current.
13. Positive, negative and zero sequence components of voltage and current with
phase angles.
J. Relay shall have the following features:
1. Integral manual testing capability for both phase and ground overcurrent
protection functions.
2. Trip coil-monitoring and IRIG-B.
3. Breaker wear monitoring.
4. Zone selective interlocking capability for phase and ground fault protection. This
function shall be provided and factory wired. Where zone selective interlocking
is not an integral part of the protective device, a full bus differential scheme
shall be required for both phase and ground, in addition to specified time
overcurrent and instantaneous overcurrent phase and ground fault protection.
Bus differential scheme shall be provided with separate differential current
transformers for all incoming and outgoing loads, as well as appropriate
differential relays (ANSI 87 and 87G) as approved by the Engineer.
5. Real-time clock for stamping of events, trips and minimum/maximum values
with 1 mS time resolution
6. User interface for programming and retrieving data from the front of the unit
without additional equipment.
7. Eight (8) contact inputs that are user programmable.
8. Continuous self-testing of internal circuitry s.
9. Self-diagnostic capability and a relay healthy alarm output.
10. Programmable lockout/self-reset after trip function.
11. Programmable set points for device curve selection.
12. Programmable inputs, such as current transformer ratios.
13. Settings change shall be password protected for security.
K. Relay shall be suitable for operating temperatures from -20 degrees to 60 degrees C.
Relay shall be suitable for operating with humidity from 0 to 95% relative humidity
(non-condensing).
L. Relay shall record information on the last 20 faults including:
1. Date, time, and currents at the time of fault.
M. Relay shall record 6000 cycles of waveform data for the current and voltage.
N. Relay shall record the last 300 events into an event log with date and time stamping.
O. Relay shall have the following communications ports:
1. Rear optional communications port that supports Modbus RTU 485. Relay shall
be capable of the following over the communication network.
a. Ability to transmit all information contained in the relay such as
currents, set points, cause of trip, magnitude of trip current, and open-
close trip status.
2. Rear optional communications port that supports Modbus-TCP. Relay shall be
capable of the following over the communication network.
a. Ability to transmit all information contained in the relay such as
currents, set points, cause of trip, magnitude of trip current, and open-
close trip status.
3. Rear optional communications port that supports IEC-61850. Relay shall be
capable of the following over the communication network.
a. Ability to transmit all information contained in the relay such as
currents, set points, cause of trip, magnitude of trip current, and open-
close trip status.
b. Ability to transmit GOOSE messages.
4. A front communication port supporting ASCI communications to a personal
computer or laptop computer.
P. Relay shall store four setting groups which can be called for via communications, front
panel operation, or contact input.
Q. Relay trip contacts shall not change state if power is lost or an undervoltage occurs.
These contacts shall only cause a trip upon detection of an overcurrent or fault
condition based upon programmed settings.
R. A relay healthy alarm output shall be normally energized and shall drop out if a relay
failure is detected in the self-test function or if control power is lost.
S. Relay shall have programmable logic control functions including logic gates, latching
gates, and timers for control of auxiliary functions.
T. The relay shall be suitable for operating on control power with a nominal input voltage
of 48 to 125 Vdc or 120 to 240 Vac (50 or 60 Hz). When ac control power schemes are
required, in addition to control power transformer or remote control power source, a
single-phase uninterruptable power supply shall be included to supply control power to
protective devices.
U. The Relay shall be fully programmable through the face of the relay. In addition a means
to be able to program the Relay through a communication port need to be provided.
V. A quick release draw out case shall be provided to allow for the removal and
replacement of the protective relay. The CT circuits shall be self-shorting with a make
before break operation upon removal. The removal and replacement of the protective
relay shall not instigate false circuit breaker tripping
2.02 TRANSFORMER PROTECTION RELAY
A. The University of Arkansas campus has multiple locations where this type of relay is
used. Not all locations shall require all the features described below. Use the table in
Appendix 5 of this Request for Proposal to show the range of features offered under the
overarching heading of Transformer Relay. The table shall be used to show the full range
of product model features and options available so a suitable relay can be selected to
meet the require protection requirements for any given relay location within the MV
electrical system.
B. The protective relays for the transformer protection shall be a single multifunction,
microprocessor-based relay that incorporates restrained differential protection for two
windings with fixed or variable percentage, using one or two settable slopes with
adjustable intersection points and minimum pickup. The relay shall have metering and
control functions as described below.
C. Relays for phase time overcurrent, instantaneous overcurrent and ground fault
protection, ANSI 50/51, 50/51G, or 50/51N, for each winding as required by its location
in the MV system and shall be incorporated into a single device.
D. The relay shall be a solid-state microprocessor-based multifunctional type that operates
from a 5 ampere or 1 ampere secondary output of current transformers. The relay shall
provide ANSI 50/51 protective functions, and ANSI 50/51N or 50/51G ground fault
protection functions for each windings as determined by the application. The relay shall
be configurable between true RMS or fundamental sensing for each phase and ground.
Ground element shall be capable of being utilized in residual, zero sequence, ground
source connection schemes, or deactivated.
E. The current transformer ratings being used for percentage restraint differential
protection, phase, negative sequence, and ground protection feeding the device shall
be programmable for current transformers with primary current ratings from 1 through
50,000 amperes.
F. The relay shall provide the following protection:
1. Percentage Restrained Differential Protection (87). The relay shall incorporate
restrained differential protection for two windings with fixed or variable
percentage, using one or two settable slopes with adjustable intersection point
and minimum pickup values.
2. Harmonic Elements. The relay shall incorporate second-, fourth-, and fifth-
harmonic elements, with the choice of temporarily or permanently desensitizing
the differential protection to prevent restrained differential element operation
during inrush or over-excitation conditions; it shall be possible to set the fifth-
harmonic element to warn user of over-excitation condition.
3. Unrestrained Differential Protection (87H). The relay shall include unrestrained
differential protection to produce rapid tripping for severe internal faults.
4. Ground Differential Protection (87GD) or Restricted Earth Fault Protection(REF) .
The relay shall incorporate restricted earth fault protection for the detection of
ground faults in wye-connected windings.
5. Phase overcurrent (50/51): Four inverse time overcurrent (51-1, 51-2, 51-3, 51-
4) functions and four instantaneous overcurrent (50-1, 50-2, 50-3,50-4)
functions with adjustable time delay . Each element can be assigned to either
side of the transformer.
6. Ground overcurrent (50R/51R): Two inverse time overcurrent (51R-1, 51R-2)
functions and two instantaneous overcurrent (50R-1, 50R-2) functions from
calculated values with adjustable time delay. Each element can be assigned to
either side of the transformer.
7. Ground overcurrent (50X/51X): Two inverse time overcurrent (51X-1, 51X-2)
functions and two instantaneous overcurrent (50X-1, 50X-2) functions from
measured values with adjustable time delay. Each element can be assigned to
either side of the transformer.
8. Negative sequence overcurrent (51Q): Two inverse time negative sequence
overcurrent (51Q-1, 51Q-2) functions with adjustable time delay. Each element
can be assigned to either side of the transformer.
9. Transformer thermal monitor (49): The relay shall incorporate a transformer
thermal monitor based on IEC60255-8.
10. RTD temperature protection with optional URTD module.
11. Breaker failure protection with adjustable time delay (50-BF).
12. Negative sequence overcurrent protection with adjustable time delay (46-1, 46-
2).
13. Negative sequence overvoltage protection with adjustable time delay (47-1, 47-
2).
14. Three-phase main overvoltage protection with adjustable time delay (59M-1,
59M-2).
15. Three-phase main undervoltage protection with adjustable time delay (27M-1,
27M-2).
16. Auxiliary overvoltage protection with adjustable time delay (59A-1, 59A-2).
17. Auxiliary undervoltage protection with adjustable time delay (27A-1, 27A-2).
18. 6 Frequency elements that can be assigned to: over frequency, under
frequency, rate of change, or vector surge (81-1, 81-2, 81-3, 81-4, 81-5, 81-6).
19. Apparent and Displacement Power Factor (55A-1, 55A-2, 55D-1, 55D-2).
20. Directional Power (32-1, 32-2, 32-3).
21. Directional Vars (32V-1,32V-2, 32V-3).
22. Over-excitation, Volts-per-Hertz (24[1], 24[2]).
23. VT fuse failure detection (LOP).
24. Switch onto fault protection.
25. Cold load pickup.
G. The phase, negative sequence, and ground protection curves shall be independently
field-selectable. Curves shall be selectable from the following:
1. IEEE: Moderately inverse, very inverse, extremely inverse.
2. IEC: A, B, C or D.
3. Thermal: Flat, lt, I2t, I4t.
a. Thermal curves shall be similar to those on low voltage trip units for
close coordination with downstream devices.
H. The relay shall have 8 contact outputs that may be programmed for any protection
function operation output.
I. The relay shall have a front panel display of relay condition, and14 programmable LEDs
that can be used for trip condition or breaker status.
J. The relay shall have a LCD display with LED background illumination capable of
displaying the following information with metering accuracy of +/- half (0.5) percent of
measured value (ln) for ln < 2 ln and +/- one (1) percent of measured value (ln) for ln >
2:
1. Differential restraint, and harmonic currents.
2. Individual RMS and fundamental phase currents.
3. Ground RMS and fundamental current.
4. RTD temperatures with optional URTD module.
5. Phase-to-ground and phase-to-phase voltages with phase angles.
6. Watts.
7. Vars.
8. VA.
9. Frequency.
10. Power factor – apparent and displacement.
11. Forward, reverse and net watt-hours with start date and time stamp.
12. Lead, lag and net var hours with start date and time stamp.
13. VA-hours with start date and time stamp.
14. Minimum/maximum values of current, voltage, watts, vars, VA, frequency,
apparent pf and displacement pf.
15. Percent THD of voltage and current.
16. Positive, negative and zero sequence components of voltage and current with
phase angles.
K. Relay shall have the following features:
1. Trip coil-monitoring and IRIG-B.
2. Zone selective interlocking capability for short time and ground fault protection
for each winding. This function shall be provided and factory wired. Where zone
selective interlocking is not an integral part of the protective device, a full bus
differential scheme shall be required for both phase and ground in addition to
specified time overcurrent and instantaneous overcurrent phase and ground
fault protection. Bus differential scheme shall be provided with separate
differential current transformers for all incoming and outgoing loads, as well as
appropriate differential relays (ANSI 87 and 87G) as approved by the Engineer].
3. Real-time clock for stamping of events, trips and minimum/maximum values
with 1 mS time resolution.
4. User interface for programming and retrieving data from the front of the unit
without additional equipment.
5. Eight (8) contact inputs that are user programmable.
6. Continuous self-testing of internal circuitry.
7. Self-diagnostic capability and a relay healthy alarm output.
8. Programmable lockout/self-reset after trip function.
9. Programmable set points for device curve selection.
10. Programmable inputs, such as current transformer ratios.
11. Settings change shall be password protected for security.
L. Relay shall be suitable for operating temperatures from -20 degrees to 60 degrees C.
Relay shall be suitable for operating with humidity from 0 to 95% relative humidity (non-
condensing).
M. Relay shall record information on the last 20 faults including:
1. Date, time, and currents at the time of fault.
N. Relay shall record 3600 cycles of waveform data for the current.
O. Relay shall record the last 300 events into an event log with date and time stamping.
P. Relay shall have the following communications ports.
1. Rear optional communications port that supports Modbus RTU 485. Relay shall
be capable of the following over the communication network.
a. Ability to transmit all information contained in the relay such as
currents, set points, cause of trip, magnitude of trip current, and open-
close trip status.
2. Rear optional communications port that supports Modbus-TCP. Relay shall be
capable of the following over the communication network.
a. Ability to transmit all information contained in the relay such as
currents, set points, cause of trip, magnitude of trip current, and open-
close trip status.
3. Rear optional communications port that supports IEC-61850. Relay shall be
capable of the following over the communication network.
a. Ability to transmit all information contained in the relay such as
currents, set points, cause of trip, magnitude of trip current, and open-
close trip status.
b. Ability to transmit GOOSE messages.
4. A front communication port supporting ASCI communications to a personal
computer or laptop computer.
Q. Relay shall store four setting groups which can be called for via communications, front
panel operation or contact input.
R. Relay trip contacts shall not change state if power is lost or an undervoltage occurs.
These contacts shall only cause a trip upon detection of an overcurrent or fault
condition based upon programmed settings.
S. A relay healthy alarm output shall be normally energized and shall drop out if a relay
failure is detected in the self-test function or if control power is lost.
T. The relay shall be suitable for operating on control power with a nominal input voltage
of 48 to 125 Vdc or 120 to 240 Vac (50 or 60 Hz). When ac control power schemes are
required, in addition to control power transformer or remote control power source, a
single-phase uninterruptable power supply shall be included to supply control power to
protective devices.
U. The Relay shall be fully programmable through the face of the relay. In addition a means
to be able to program the Relay through a communication port need to be provided.
V. A quick release draw out case shall be provided to allow for the removal and
replacement of the protective relay. The CT circuits shall be self-shorting with a make
before break operation upon removal. The removal and replacement of the protective
relay shall not instigate false circuit breaker tripping.
2.03 TRANSFORMER PROTECTION RELAY
A. The University of Arkansas campus has multiple locations where this type of relay is
used. Not all locations shall require all the features described below. Use the table in
Appendix 5 of this Request for Proposal to show the range of features offered under the
overarching heading of Motor Relay. The table shall be used to show the full range of
product model features and options available so a suitable relay can be selected to meet
the require protection requirements for any given relay location within the MV electrical
system.
B. Provide a definite purpose microprocessor-based Motor Protective Relay (MPR) for
protection, control and monitoring of the motors. The MPR shall meet UL 1053, CUL and
CSA standards.
C. The true RMS current into the motor shall be constantly monitored, and by means of a
protective algorithm, separated into positive and negative sequence components. These
components shall be used to determine the heating effects on the stator and rotor of
the motor to provide maximum motor protection and utilization. The relay shall be
capable of being connected via fiber optic to a remote Universal Resistance
Temperature Detection Module (URTDM) located at the motor to monitor up to six (6)
motor winding, four (4) bearing and one (2) auxiliary RTD inputs. The MPR shall
integrate the temperature input data from the URTDM with the protective algorithm.
The protective curve algorithm shall be adaptive based on the motor temperature as
measured by the URTDM. The protective algorithm shall provide faster trip times for
higher temperatures providing maximum motor protection and shall operate with a
longer trip time for lower temperatures allowing maximum motor utilization. The MPR
shall provide the following protective functions:
1. Motor Differential Protection (87M).
2. Motor running time overcurrent protection (49/51).
3. Adjustable instantaneous overcurrent protection (50) with adjustable start
delay in one-cycle increments.
4. Adjustable current unbalance protection (46 – adjustable in percent unbalance).
5. Underload trip with start and run time delays (37/2).
6. Jam trip with start and run time delays.
7. Auxiliary overtemperature protection with URTDM.
8. Zero sequence ground fault protection (50/51G), Residual ground fault
protection (50/51N) with adjustable start delay and run delay in 0.01 sec
increments.
9. Stator protection with URTDM (49).
10. Motor bearing overtemperature protection with URTDM (38).
11. Load bearing overtemperature protection with URTDM (38).
12. Breaker/Contactor failure (50BF).
13. Undervoltage protection (27).
14. Overvoltage (59).
15. Negative Sequence Voltage (47).
16. 6 Frequency elements that can be assigned to: over frequency, under
frequency, rate of change, or vector surge (81-1, 81-2, 81-3, 81-4, 81-5, 81-6).
17. Apparent and Displacement Power Factor (55A-1, 55A-2, 55D-1, 55D-2).
18. Directional Power (32-1, 32-2, 32-3).
19. Directional Vars (32V-1,32V-2, 32V-3).
20. VT fuse failure detection (LOP).
21. Switch onto fault protection.
D. The phase and ground protection curves shall be independently field-selectable. Curves
shall be selectable from the following:
1. IEEE: Moderately inverse, very inverse, extremely inverse.
2. IEC: A, B, C or D
3. Thermal: Flat, lt, I2t, I4t
a. Thermal curves shall be similar to those on low voltage trip units for
close coordination with downstream devices.
E. Only the following settings shall be needed to define the motor thermal protection
curve:
1. Motor full-load amperes (FLA).
2. Locked rotor current in percent of FLA.
3. Locked rotor stall time in seconds.
4. Ultimate trip current based on motor service factor.
F. The following control functions shall be provided by internal solid-state based timers or
relays:
1. Incomplete sequence delay (2/19).
2. Limitation on number of starts per time period in minutes (66).
3. Anti-backspin time delay (2).
4. Programmable transition relay based on current and/or time.
5. Time between starts.
6. Number of cold starts.
7. Mechanical load shedding and restore function with timers.
8. Zero speed switch input timer for use with long accelerating time motors.
G. The relay shall have a LCD display with LED background illumination capable of
displaying the following information with metering accuracy of +/- half (0.5) percent of
measured value (ln) for ln < 2 ln and +/- one (1) percent of measured value (ln) for ln >
2:
1. Individual phase and ground currents with phase angles.
2. Motor currents: Average current (Iave), individual phase and ground current in
primary amperes and percent of full load and percent phase unbalance.
3. Motor RTD: Individual winding, motor bearing, load bearing and auxiliary
temperatures.
4. Motor: Percent I2t (thermal accumulation), time until next start can occur,
remaining number of starts, and time left on oldest start.
5. Phase-to-ground and phase-to-phase voltages with phase angles.
6. Watts.
7. Vars.
8. VA.
9. Frequency.
10. Power factor – apparent and displacement.
11. Forward, reverse and net watt-hours with start date and time stamp.
12. Lead, lag and net var hours with start date and time stamp.
13. VA-hours with start date and time stamp.
14. Minimum/maximum values of current, voltage, watts, vars, VA, frequency,
apparent pf and displacement pf.
15. Percent THD of voltage and current.
16. Positive, negative and zero sequence components of voltage and current with
phase angles.
H. The MPR shall have a real-time clock for time tagging of events, operations, and history.
The relay shall have quick and easy access to monitored values, view settings, motor
history and motor log records.
I. The MPR shall be capable of accommodating external current transformers with ranges
from 1 to 50,000 Amps primary and 1 or 5 Amps secondary. Where ground fault
protection is specified, it shall be from an independent measuring circuit that utilizes
either a separate zero sequence current transformer (50/51G) or residual scheme
utilizing the three-phase current transformers (50/51N). For zero sequence ground fault
protection, provide a 50/5-ampere zero sequence transformer.
J. Eight user-programmable discrete inputs shall be provided for external control or trip
functions. Programmable input functions shall be included for shutdown based on
external contacts for incomplete sequence of operation and remote trip, remote reset,
differential trip, motor stop, reset disable, zero speed switch or emergency override.
K. The MPR shall be capable of providing four 4-20 mA output signal proportional to either
the average of the three-phase currents, hottest winding RTD temperature, RTD
temperature or I2t level, volts, watts, or vars.
L. Zone selective interlocking capability for short time and ground fault protection. This
function shall be provided and factory wired. Where zone selective interlocking is not an
integral part of the protective device, a full bus differential scheme shall be required for
both phase and ground in addition to specified time overcurrent and instantaneous
overcurrent phase and ground fault protection. Bus differential scheme shall be
provided with separate differential current transformers for all incoming and outgoing
loads, as well as appropriate differential relays (ANSI 87 and 87G).
M. The unit shall draw its power from a separate source of 48 to 125 Vdc or 120 to 240. The
MPR shall be suitable for 60 Hz.
N. Provide separately mounted Resistance Temperature Detection Module (RTDM),
mounted near the motor, to provide up to six (6) stator RTDs, two (2) motor bearing
RTDs, and two (2) load-bearing RTDs and two (2) auxiliary RTDs.
O. The device shall have separate 8 Form C (NO/NC) and two (NO) contacts. All contacts
shall have ratings of 10 amperes at 115/240 Vac or 30 Vdc resistive. All the relays output
contacts shall be programmable to operate from any internal protection function or
from a discrete input signal such as differential trip or remote trip. All contacts shall be
programmable to function in either a normally de-energized (non-fail-safe) or energized
(fail-safe) operation.
P. 2 analog inputs and 2 analog outputs or 16 digital inputs.
Q. The relay shall be capable of monitoring electrical current, voltage, and receiving
commands from remote sources either by contact closures or digital data, and giving
commands by means of contact closure to the motor starters and other devices under
its control. The MPR shall be capable of displaying information by alphanumeric display
to the operator or by digital communication signals to a remote location.
1. The combination relay and operator panel shall be mounted on the door of the
starter. Specific data entry to suit the actual motor application shall be
programmed into the device by means of the operator panel pushbuttons.
2. Entered data shall be stored in non-volatile memory so as not to require battery
backup. Non-volatile memory shall be capable of storing all setup information
even after power failure, all monitored information at the time of a trip, and
cause of trip even after power failure. Access to all programmed set points shall
be restricted by means of a secured and sealed access cover.
3. The MPR shall have a user-selectable emergency override feature to reset I2t
thermal accumulation and deactivate start inhibit timers for emergency starting
of the motor. The emergency override feature shall be capable of being
activated from an access-restricted button, communications or via a contact
input into the MPR.
4. The MPR shall provide a programmable control function for reduced voltage
applications for the transition from reduced to full-voltage starting. The
transition shall be programmable based on current, time, current and time.
R. The MPR shall provide the following data logging and display capability for history
including the date and time from when the history was last reset and counting began.
The history shall include:
1. Resettable motor history for operational counter, runtime, highest starting and
running currents, highest percent phase unbalance, maximum winding, bearing
and load RTD temperature, and number of emergency overrides.
2. Resettable trip history for number of trips for ground faults, overloads,
instantaneous overcurrent, JAM, underload, phase unbalance, RTDs, phase
reversal, incomplete sequence, remote differential, communication, starts
exceeded, time between starts, and transition.
3. Resettable alarm history for number of alarms, for ground faults, overloads,
JAM, underload, phase unbalance, RTDs, starts exceeded.
4. A permanent history record which cannot be reset shall include local trips, run
time and operations count.
5. A log book including a chronological list of events or operations as detected by
the MPR, such as, starts, stops, setting change, emergency override, trips,
alarms or changes in the state of discrete inputs.
6. An event log providing detailed information on trips and alarms including phase
and ground currents, percent phase unbalance, maximum RTD temperatures
and cause of trip or alarm.
7. A start log providing information on the five most recent starts including
maximum phase and ground starting current, maximum percent unbalance,
time from start to transition, current at transition, and time from start to run to
trip.
S. Relay shall have the following communications ports:
1. Rear optional communications port that supports Modbus RTU 485. Relay shall
be capable of the following over the communication network.
a. Ability to transmit all information contained in the relay such as
currents, set points, cause of trip, magnitude of trip current, and open-
close trip status.
2. Rear optional communications port that supports Modbus-TCP. Relay shall be
capable of the following over the communication network.
a. Ability to transmit all information contained in the relay such as
currents, set points, cause of trip, magnitude of trip current, and open-
close trip status.
3. Rear optional communications port that supports IEC-61850. Relay shall be
capable of the following over the communication network.
a. Ability to transmit all information contained in the relay such as
currents, set points, cause of trip, magnitude of trip current, and open-
close trip status.
b. Ability to transmit GOOSE messages.
4. A front communication port supporting ASCI communications to a personal
computer or laptop computer.
T. The MPR shall provide trip coil monitor.
U. The MPR shall provide load profiling.
V. The MPR shall be fully programmable through the face of the relay. In addition a means
to be able to program the MPR through a front communication port need to be
provided.
W. The MPR shall be provided with removable terminal blocks, including the CT terminals.
The CT terminals shall be short circuited, when pulled out.
X. The relay shall have 8 contact outputs that may be programmed for any protection
function operation output.
Y. The relay shall have a front panel display of relay condition, and14 programmable LEDs
that can be used for trip condition or breaker status.
Z. Relay shall have the following features:
1. Integral manual testing capability for both phase and ground overcurrent
protection functions.
2. Trip coil-monitoring and IRIG-B.
3. Breaker/Contactor wear monitoring.
4. Real-time clock for stamping of events, trips and minimum/maximum values
with
1 mS time resolution.
5. User interface for programming and retrieving data from the front of the unit
without additional equipment.
6. Eight (8) contact inputs that are user programmable.
7. Continuous self-testing of internal circuitry.
8. Self-diagnostic capability and a relay healthy alarm output.
9. Programmable lockout/self-reset after trip function.
10. Programmable set points for device curve selection.
11. Programmable inputs, such as current transformer ratios.
12. Settings change shall be password protected for security.
AA. Relay shall be suitable for operating temperatures from -20 degrees to 60 degrees C.
Relay shall be suitable for operating with humidity from 0 to 95% relative humidity (non-
condensing).
BB. Relay shall record information on the last 20 faults including:
1. Date, time, and currents at the time of fault.
CC. Relay shall record 6000 cycles of waveform data for the current and voltage.
DD. Relay shall record the last 300 events into an event log with date and time stamping.
EE. Relay shall store four setting groups which can be called for via communications, front
panel operation, or contact input.
FF. Relay trip contacts shall not change state if power is lost or an undervoltage occurs.
These contacts shall only cause a trip upon detection of an overcurrent or fault
condition based upon programmed settings.
GG. A relay healthy alarm output shall be normally energized and shall drop out if a relay
failure is detected in the self-test function or if control power is lost.
HH. Relay shall have programmable logic control functions including logic gates, latching
gates, and timers for control of auxiliary functions.
II. The Relay shall be fully programmable through the face of the relay. In addition a means
to be able to program the Relay through a communication port need to be provided.
JJ. The relay shall be suitable for operating on control power with a nominal input voltage
of 48 to 125 Vdc or 120 to 240 Vac (50 or 60 Hz). When ac control power schemes are
required, in addition to control power transformer or remote control power source, a
single-phase uninterruptable power supply shall be included to supply control power to
protective devices.
KK. A quick release draw out case shall be provided to allow for the removal and
replacement of the protective relay. The CT circuits shall be self-shorting with a make
before break operation upon removal. The removal and replacement of the protective
relay shall not instigate false circuit breaker tripping.
2.04 GENERATOR PROTECTION RELAY
A. The University of Arkansas campus has multiple locations where this type of relay is
used. Not all locations shall require all the features described below. Use the table in
Appendix 5 of this Request for Proposal to show the range of features offered under the
overarching heading of Generator Relay. The table shall be used to show the full range
of product model features and options available so a suitable relay can be selected to
meet the require protection requirements for any given relay location within the MV
electrical system.
B. The protective relays for Generator circuit protection shall be a single multifunction,
microprocessor-based relay that provides protection, metering and control functions as
described below.
C. The relay shall be a solid-state microprocessor-based multifunctional type that operates
from a 5 ampere or 1 ampere secondary output of current transformers. The relay shall
provide ANSI 50/51 protective functions, and ANSI 50/51N or 50/51G ground fault
protection functions for each windings as shown on the plans or as determined by the
coordination study. The relay shall be configurable between true RMS or fundamental
sensing for each phase and ground. Ground element shall be capable of being utilized in
residual, zero sequence, ground source connection schemes, or deactivated.
D. The primary current transformer rating being used for phase and ground protection
feeding the device shall be programmable for current transformers with primary current
ratings from 1 through 50,000 amperes.
E. The relay shall provide the following protection and control functions:
1. Percentage Restrained Differential Protection (87). The relay shall incorporate
restrained differential protection, using one or two settable slopes with
adjustable intersection point and minimum pickup values.
2. Unrestrained Differential Protection (87H). The relay shall include unrestrained
differential protection to produce rapid tripping for severe internal faults.
3. Ground Differential Protection (87GD) or Restricted Earth Fault Protection (REF).
The relay shall incorporate restricted earth fault protection for the detection of
ground faults in low resistance grounded generators.
4. Directional Phase overcurrent (67 or 50/51): Three inverse time overcurrent (51-
1, 51-2, 51-3) functions and three instantaneous overcurrent (50-1, 50-2, 50-3)
functions with adjustable time delay. It shall be possible to restrained the
operation of the 51-2 and 51-3 elements based on voltage. These elements can
be directionally controlled.
5. Directional Ground overcurrent (67G or 50R/51R): Two inverse time overcurrent
(51R-1, 51R-2) functions and two instantaneous overcurrent (50R-1, 50R-2)
functions from calculated values with adjustable time delay. These elements can
be directionally controlled.
6. Directional Ground overcurrent (67G or 50X/51X): Two inverse time overcurrent
(51X-1, 51X-2) functions and two instantaneous overcurrent (50X-1, 50X-2)
functions from measured values with adjustable time delay. These elements can
be directionally controlled.
7. Ground directional option for Zero Sequence Voltage Polarizing, Negative
Sequence Polarizing or Ground Current Polarizing.
8. Negative sequence overcurrent protection with adjustable time delay (46-1, 46-
2).
9. Negative sequence overvoltage protection with adjustable time delay (47-1, 47-
2).
10. Three-phase main overvoltage protection with adjustable time delay (59M-1,
59M-2).
11. Three-phase main undervoltage protection with adjustable time delay (27M-1,
27M-2).
12. Auxiliary overvoltage protection with adjustable time delay (59A-1, 59A-2).
13. Auxiliary undervoltage protection with adjustable time delay (27A-1, 27A-2).
14. Single-phase neutral overvoltage protection with adjustable time delay (59N-1,
59N-2).
15. 6 Frequency elements that can be assigned to: over frequency, under
frequency, rate of change, or vector surge (81-1, 81-2, 81-3, 81-4, 81-5, 81-6).
16. Apparent and Displacement Power Factor (55A-1, 55A-2, 55D-1, 55D-2).
17. Directional Power (32-1, 32-2, 32-3).
18. Directional Vars (32V-1,32V-2, 32V-3).
19. Synch Check (25).
20. Overexcitation, Volts-per-Hertz (24[1], 24[2]).
21. 64S, 100% Stator ground fault (27TN/ 59N).
22. Generator Unbalance (46G[1], 46G[2]).
23. Loss of Excitation (40[1],40[2]).
24. Inadvertent Energization (50/27).
25. Breaker failure protection with adjustable time delay (50-BF).
26. VT fuse failure detection (LOP).
27. Switch onto fault protection.
28. Cold load pickup.
F. The phase, and ground protection curves shall be independently field-selectable. Curves
shall be selectable from the following:
1. IEEE: Moderately inverse, very inverse, extremely inverse.
2. IEC: A, B, C or D.
3. Thermal: Flat, lt, I2t, I4t.
a. Thermal curves shall be similar to those on low voltage trip units for
close coordination with downstream devices.
G. The relay shall have 4 contact outputs that may be programmed for any protection
function operation output.
H. The relay shall have two analog inputs and two analog outputs.
I. The relay shall have a front panel display of relay condition, and14 programmable LEDs
that can be used for trip condition or breaker status.
J. The relay shall have a LCD display with LED background illumination capable of
displaying the following information with metering accuracy of +/- half (0.5) percent of
measured value (ln) for ln < 2 ln and +/- one (1) percent of measured value (ln) for ln >
2:
1. Individual phase and ground currents with phase angles.
2. Phase-to-ground and phase-to-phase voltages with phase angles.
3. Watts.
4. Vars.
5. VA.
6. Frequency.
7. Power factor – apparent and displacement.
8. Forward, reverse and net watt-hours with start date and time stamp.
9. Lead, lag and net var hours with start date and time stamp.
10. VA-hours with start date and time stamp.
11. Minimum/maximum values of current, voltage, watts, vars, VA, frequency,
apparent pf and displacement pf.
12. Percent THD of voltage and current.
13. Positive, negative and zero sequence components of voltage and current with
phase angles.
K. Relay shall have the following features:
1. Integral manual testing capability for both phase and ground overcurrent
protection functions.
2. Trip coil-monitoring and IRIG-B.
3. Breaker wear monitoring.
4. Zone selective interlocking capability for phase and ground fault protection. This
function shall be provided and factory wired. Where zone selective interlocking
is not an integral part of the protective device, a full bus differential scheme
shall be required for both phase and ground, in addition to specified time
overcurrent and instantaneous overcurrent phase and ground fault protection.
Bus differential scheme shall be provided with separate differential current
transformers for all incoming and outgoing loads, as well as appropriate
differential relays (ANSI 87 and 87G) as approved by the Engineer.
5. Real-time clock for stamping of events, trips and minimum/maximum values
with
1 mS time resolution.
6. User interface for programming and retrieving data from the front of the unit
without additional equipment.
7. Eight (8) contact inputs that are user programmable.
8. Continuous self-testing of internal circuitry.
9. Self-diagnostic capability and a relay healthy alarm output.
10. Programmable lockout/self-reset after trip function.
11. Programmable set points for device curve selection.
12. Programmable inputs, such as current transformer ratios.
13. Settings change shall be password protected for security.
L. Relay shall be suitable for operating temperatures from -20 degrees to 60 degrees C.
Relay shall be suitable for operating with humidity from 0 to 95% relative humidity (non-
condensing).
M. Relay shall record information on the last 20 faults including:
1. Date, time, and currents at the time of fault.
N. Relay shall record 6000 cycles of waveform data for the current and voltage.
O. Relay shall record the last 300 events into an event log with date and time stamping.
P. Relay shall have the following communications ports:
1. Rear optional communications port that supports Modbus RTU 485. Relay shall
be capable of the following over the communication network.
a. Ability to transmit all information contained in the relay such as
currents, set points, cause of trip, magnitude of trip current, and open-
close trip status.
2. Rear optional communications port that supports Modbus-TCP. Relay shall be
capable of the following over the communication network.
a. Ability to transmit all information contained in the relay such as
currents, set points, cause of trip, magnitude of trip current, and open-
close trip status.
3. Rear optional communications port that supports IEC-61850. Relay shall be
capable of the following over the communication network.
a. Ability to transmit all information contained in the relay such as
currents, set points, cause of trip, magnitude of trip current, and open-
close trip status.
b. Ability to transmit GOOSE messages.
4. A front communication port supporting ASCI communications to a personal
computer or laptop computer.
Q. Relay shall store four setting groups which can be called for via communications, front
panel operation, or contact input.
R. Relay trip contacts shall not change state if power is lost or an undervoltage occurs.
These contacts shall only cause a trip upon detection of an overcurrent or fault
condition based upon programmed settings.
S. A relay healthy alarm output shall be normally energized and shall drop out if a relay
failure is detected in the self-test function or if control power is lost.
T. Relay shall have programmable logic control functions including logic gates, latching
gates, and timers for control of auxiliary functions.
U. The Relay shall be fully programmable through the face of the relay. In addition a means
to be able to program the Relay through a communication port need to be provided.
V. The relay shall be suitable for operating on control power with a nominal input voltage
of 48 to 125 Vdc or 120 to 240 Vac (50 or 60 Hz). When ac control power schemes are
required, in addition to control power transformer or remote control power source, a
single-phase uninterruptable power supply shall be included to supply control power to
protective devices.
W. A quick release draw out case shall be provided to allow for the removal and
replacement of the protective relay. The CT circuits shall be self-shorting with a make
before break operation upon removal. The removal and replacement of the protective
relay shall not instigate false circuit breaker tripping.
PART 3 - EXECUTION (Not Applicable)
END OF SECTION
1. GENERAL: This section shall set forth specific product or equipment samples to be furnished to the
University of Arkansas for inspection in accordance with Paragraph 26 of Section 0200 –
Instructions to Proposers. Only those Vendors selected by the University of Arkansas to participate
in product demonstrations during Final Vendor Selection will be required to provide product or
equipment samples. If selected, provide the following samples:
A. One of each type of relay
B. Demonstration of programming/adjusting settings on each type of relay
C. Support software operation and features demonstration
D. Installation method and replacement demonstration.
00700 – BILL OF MATERIALS TO BE FURNISHED AT REQUES T OF OWNER
APPENDIX 1
CONTRACT AND GRANT DISCLOSURE FORM
CONTRACT AND GRANT DISCLOSURE AND CERTIFICATION FORM F-2
*NOTE: PLEASE LIST ADDITIONAL DISCLOSURES ON SEPARATE SHEET OF PAPER IF MORE SPACE IS NEEDED PAGE 1OF 2 7/1/98 Rev. 11-29-00
Failure to complete all of the following information may result in a delay in obtaining a contract, lease, purchase agreement, or grant award with any Arkansas State Agency.
SOCIAL SECURITY NUMBER FEDERAL ID NUMBER SUBCONTRACTOR: SUBCONTRACTOR NAME:
TAXPAYER ID #: ---- ---- OR ---- Yes No
IS THIS FOR:
TAXPAYER ID NAME: Goods? Services? Both?
YOUR LAST NAME: FIRST NAME: M.I.:
ADDRESS:
CITY: STATE: ZIP CODE: --- COUNTRY:
AS A CONDITION OF OBTAINING, EXTENDING, AMENDING, O R RENEWING A CONTRACT, LEASE, PURCHASE AGREEMENT, OR GRANT AWARD WITH ANY ARKANSAS STATE AGENCY, THE FOLLOWING INFORMATION MUST BE DISCLOSED:
F O R I N D I V I D U A L S *
Indicate below if: you, your spouse or the brother, sister, parent, or child of you or your spouse is a current or former: member of the General Assembly, Constitutional Officer, State Board or Commission Member, or State Employee:
Position Held Mark (√) Name of Position of Job Held
[senator, representative, name of board/ commission, data entry, etc.]
For How Long? What is the person(s) name and how are they related to you? [i.e., Jane Q. Public, spouse, John Q. Public, Jr., child, etc.]
Current Former From
MM/YY To
MM/YY Person’s Name(s) Relation
General Assembly
Constitutional Officer
State Board or Commission Member
State Employee
None of the above applies
F O R A N E N T I T Y ( B U S I N E S S ) *
Indicate below if any of the following persons, current or former, hold any position of control or hold any ownership interest of 10% or greater in the entity: member of the General Assembly, Constitutional Officer, State Board or Commission Member, State Employee, or the spouse, brother, sister, parent, or child of a member of the General Assembly, Constitutional Officer, State Board or Commission Member, or State Employee. Position of control means the power to direct the purchasing policies or influence the management of the entity.
Position Held Mark (√) Name of Position of Job Held
[senator, representative, name of board/commission, data entry, etc.]
For How Long? What is the person(s) name and what is his/her % of ownership interest and/or what is his/her position of control?
Current Former From
MM/YY To
MM/YY Person’s Name(s) Ownership Interest (%)
Position of Control
General Assembly
Constitutional Officer
State Board or Commission Member
State Employee
None of the above applies
F-1
CONTRACT AND GRANT DISCLOSURE AND CERTIFICATION FORM F-2
*NOTE: PLEASE LIST ADDITIONAL DISCLOSURES ON SEPARATE SHEET OF PAPER IF MORE SPACE IS NEEDED PAGE 2OF 2 7/1/98 Rev. 11-29-00
Failure to make any disclosure required by Governor ’s Executive Order 98-04, or any violation of any r ule, regulation, or policy adopted pursuant to that Order, shall be a material breach of the terms of this contract. A ny contractor, whether an individual or entity, who fails to make the required disclosure or who violates any rule, r egulation, or policy shall be subject to all legal remedies avail able to the agency. As an additional condition of obtaining, extending, amending, or renewing a contract with a state agency I agree as follows:
1. Prior to entering into any agreement with any subcontractor, prior or subsequent to the contract date, I will require the subcontractor to complete a CONTRACT AND GRANT DISCLOSURE AND CERTIFICATION FORM. Subcontractor shall mean any person or entity with whom I enter an agreement whereby I assign or otherwise delegate to the person or entity, for consideration, all, or any part, of the performance required of me under the terms of my contract with the state agency.
2. I will include the following language as a part of any agreement with a subcontractor:
Failure to make any disclosure required by Governor’s Executive Order 98-04, or any violation of any rule, regulation, or policy adopted pursuant to that Order, shall be a material breach of the terms of this subcontract. The party who fails to make the required disclosure or who violates any rule, regulation, or policy shall be subject to all legal remedies available to the contractor.
3. No later than ten (10) days after entering into any agreement with a subcontractor, whether prior or subsequent to the contract date, I will mail a copy of the CONTRACT AND GRANT DISCLOSURE AND CERTIFICATION FORM completed by the subcontractor and a statement containing the dollar amount of the subcontract to the state agency.
I certify under penalty of perjury, to the best of my knowledge and belief, all of the above informati on is true and correct and that I agree to the subcontractor discl osure conditions stated herein.
Signature Title Date Vendor Contact Person Title Phone No.
AGENCY USE ONLY
Agency Agency Agency Contact Contact Contract or Number Name Person Phone No. Grant No.
F-2
APPENDIX 2
EQUAL OPPORTUNITY POLICY DISCLAIMER
Equal Opportunity Policy Disclaimer
ATTENTION BIDDERS Act 2157 of 2005 of the Arkansas Regular Legislative Session requires that any business or person bidding, who is responding to a formal bid request, Request for Qualifications or qualifications, or negotiating a contract with the state for professional or consultant services, submit their most current equal opportunity policy (EO Policy). Although bidders are encouraged to have a viable equal opportunity policy, a written response stating the bidder does not have such an EO Policy will be considered that bidder’s response and will be acceptable in complying with the requirement of Act 2157. Submitting the EO Policy is a one-time requirement. The University of Arkansas, Fayetteville Procurement Department, will maintain a database of policies or written responses received from all bidders. Note: This is a mandatory requirement when submitting an offer as described above. Please complete and return this form with your bid response. Should you have any questions regarding this requirement, please contact this office by calling (479) 575-2551. Sincerely,
Linda Fast Linda Fast, APO, CPPO, CPPB Manager of Procurement Services University of Arkansas To be completed by business or person submitting response: (check appropriate box) ____ EO Policy Attached ____ EO Policy previously submitted to Procurement Department ____ EO Policy is not available from business or person Company Name Or Individual: __________________________________________________________ Title: _____________________________________Date: ______________________ Signature: ____________________________________________________________
APPENDIX 3
ILLEGAL IMMIGRANT CERTIFICATION FORM
APPENDIX 4
STATE PREVAILING WAGE RATES
STATEOFARKANSASMIKEBEEBE RICKYBELKGOVERNOR DIRECTOR
ARKANSASDEPARTMENTOFLABORPREVAILINGWAGEDIVISION
10421WESTMARKHAM LITTLEROCK, AR 72205-2190Phone: 501-682-4536 Fax: 501-682-4508 TRS: 800-285-1131
October16, 2013
StaceyMarshallTME, Inc. 2039NGreenAcresRoadFayetteville, AR 72703
Re: NEWANDEXISTINGMEDIUMVOLTAGESWITCHGEARUNIVERSITYOFARKANSASFAYETTEVILLE, ARKANSASWASHINGTONCOUNTY
DearStaceyMarshall:
Inresponsetoyourrequest, enclosedisArkansasPrevailingWageDeterminationNumber13-197establishingtheminimumwageratestobepaidontheabove-referencedproject. TheserateswereestablishedpursuanttotheArkansasPrevailingWageLaw, Ark. CodeAnn. §§ 22-9-301to22-9-315andtheadministrativeregulationspromulgatedthereunder.
IftheworkissubjecttotheArkansasPrevailingWageLaw, everyspecificationshallincludeminimumprevailing wageratesforeachcraftortypeofworkerasdeterminedbytheArkansasDepartmentofLaborArk. CodeAnn. § 22-9-308 (b) (2). Also, thepublicbodyawardingthecontractshallcausetobeinsertedinthecontractastipulationtotheeffectthatnotlessthantheprevailinghourlyrateofwagesshallbepaidtoallworkersperformingworkunderthecontract. Ark. CodeAnn. § 22-9-308 (c).
Additionally, thescaleofwagesshallbepostedbythecontractorinaprominentandeasilyaccessibleplaceattheworksite. Ark. CodeAnn. § 22-9-309 (a).
Alsoenclosedisa "StatementofIntenttoPayPrevailingWages" formthatshouldbeputinyourspecificationsalongwiththewagedetermination. TheGeneral/PrimeContractorisresponsibleforgettingthisformfilledoutandreturnedtothisofficewithin30daysoftheNoticetoProceedforthisproject.
WhenyouissuetheNoticetoProceedforthisproject, pleasesendacopyofthenoticetomyoffice.
Ifyouhaveanyquestions, pleasecallmeat (501) 682-4536orfax (501) 682-4508.
Sincerely,
LornaK. SmithPrevailingWageDivision
Enclosures
ArkansasDepartmentofLabor Determination #: 13-197ExpirationDate: 4/16/2014PrevailingWageDeterminationSurvey#: 713-AR05BUILDINGRATES
Date: 10/16/2013Project: NewandExistingMediumVoltageSwitchgearSite: UniversityofArkansasCity: Fayetteville, ArkansasProjectCounty: WashingtonCLASSIFICATIONBasicHourlyRateFringeBenefitsAsbestosWorker/Insulator$ 13.40$ 2.44Bricklayer/Pointer, Cleaner, Caulker, StoneMason$ 21.85$ 0.00Carpenter$ 15.00$ 1.55ConcreteFinisher/CementMason$ 14.85$ 3.00ElevatorMechanic$ 24.30$ 12.18Glazier$ 14.30$ 1.55HVACRMechanic (ExcludesDuctWork)$ 15.00$ 0.00Ironworker (IncludingReinforcingWork)$ 15.40$ 0.00Laborer$ 12.00$ 0.00Marble/Tile/Terrazzo$ 22.95$ 6.41MetalBuildingErector$ 15.50$ 0.00Millwright$ 10.85$ 1.65Painter/SheetRockFinisher$ 13.45$ 0.00Plasterer$ 13.00$ 0.00Plumber/Pipefitter$ 20.95$ 3.05Roofer$ 13.75$ 0.00SheetMetal (IncludesDuctWork)$ 17.55$ 1.65SprinklerFitter$ 22.88$ 16.42Waterproofer$ 16.30$ 1.29Group1 - Operator$ 15.10$ 3.40Group2 - Operator$ 18.20$ 0.00Group3 - Operator$ 15.05$ 1.50Group4 - Operator$ 12.55$ 1.65Laborer (Brick/StoneTender)$ 12.45$ 0.00LowVoltage/AlarmInstaller$ 14.65$ 1.75TruckDriver (ExcludesDumpTruck)$ 12.00$ 0.28Electrician$ 19.95$ 2.80Welders-receiverateprescribedforcraftperformingoperationtowhichweldingisincidental.
Certified 7/1/2013Classificationsthatarerequired, butnotlistedabove, mustberequestedinwritingfromtheArkansasDepartmentofLabor, PrevailingWageDivision. Pleasecall (501) 682-4536forarequestform.
10/16/20138:31AMPage1of1
PowerEquipmentOperators:
GroupIOperatorsengagedinoperatingthefollowingequipment: Cranes, draglines, shovelsandpiledriverswithaliftingcapacityof50tonsorover, andoperatorsofalltowerclimbingcranesandderricksrequiredtowork25feetoroverfromtheground, blacksmithandmechanics.
GroupIIOperatorsengagedinoperatingthefollowingequipmentorperformingworkrelativetotheengineer'sjurisdiction: Hydrauliccranes, cherrypickers, backhoes, andallderrickswithaliftingcapacitylessthan50tons, asspecifiedbythemanufacturer, allbackhoes, tractorortrucktype, alloverhead & travelingcranes, ortractorswithswingingboomattachments, gradeallsallaboveequipmentirrespectiveofmotivepower, levermanengineer), hydraulicorbucketdredges, irrespectiveofsize, trackhoes,
excavators.
GroupIIIHeavyEquipmentOperators. Operatorsengagedinoperatingthefollowingequipment: allbulldozers, allfrontendloaders, allsidebooms, skytracks, forklifts, allpushtractors, allpullscrapers, allmotorgraders, alltrenchingmachines, regardlessofsizeormotivepower, allbackfillers, allcentralmixingplants, 10Sandlarger, finishingmachines, allboilerfiremanhighorlowpressure, allasphaltspreaders, hydrotruckcrane, multipledrumhoist, irrespectiveofmotivepower, allrotary, cabletool, coredrillorchurndrill, waterwellandfoundationdrillingmachines, regardlessofsize, regardlessofmotivepoweranddredgetenderoperator, asphaltpavingmachines.
GroupIVLightEquipmentOperators. Operatorsengagedinoperatingthefollowingequipment: Oilerdrivermotorcrane, singledrumhoists, winchesandairtuggers, irrespectiveofmotivepower, winchorAframetrucks, rollersofalltypesandpulltractors, regardlessofsize, elevatoroperatorsinsideandoutsidewhenusedforcarryingworkmenfromfloortofloorandhandlingbuildingmaterial, Lad-A-VatorConveyor, batchplant, andmortarorconcretemixers, below10S, enddumpeuclid, pumpcretespraymachineandpressuregroutmachine, aircompressors, regardlessofsize. Alllightequipment, weldingmachines, lightplants, pumps, allwellpointsystemdewateringandportablepumps, spaceheaters, irrespectiveofsize, andmotivepower, equipmentgreaser, oiler, mechanichelper, drillingmachinehelper, asphaltdistributorandlikeequipment, safetyboatoperatoranddeckhand.
STATEMENTOFINTENTTOPAYPREVAILINGWAGES
PROJECT: NEWANDEXISTINGMEDIUMVOLTAGESWITCHGEARUNIVERSITYOFARKANSASFAYETTEVILLE, ARKANSASWASHINGTONCOUNTY
Thisistocertifythatwe, thefollowinglistedcontractors, areawareofthewagerequirementsoftheArkansasPrevailingWageLawandbysignaturebelowindicateourintenttopaynolessthantheratesestablishedbyArkansasPrevailingWageDeterminationNumber13-197forworkperformedontheabovenotedpublicproject. Iunderstandthatcontractorswhoviolateprevailingwagelaws, i.e., incorrectclassification/scopeofworkofworkers, improperpaymentsofprevailingwages, etc., aresubjecttofinesandwillberequiredtopaybackwagesduetoworkers.
SignatureandTitleBusinessName Address Phone# ofBusinessOfficial
General/PrimeContractor
ElectricalSubcontractor
MechanicalSubcontractor
PlumbingSubcontractor
Roofing/ SheetMetalSubcontractor
THEGENERAL/PRIMECONTRACTORISRESPONSIBLEFORGETTINGTHISFORMFILLEDOUTANDRETURNINGITTOTHEARKANSASDEPARTMENTOFLABORWITHIN30DAYSOFTHENOTICETOPROCEEDFORTHISPROJECT. RETURNCOMPLETEDFORMTOTHEARKANSASDEPARTMENTOFLABOR, PREVAILINGWAGEDIVISION, 10421W. MARKHAM, LITTLEROCK, ARKANSAS, 72205.
APPENDIX 5
RELAY PRICING AND FEATURE COMPARISON
APPENDIX 5-1
Proposal Cost Worksheet
Indefinite Delivery Indefinite Quantity (IDIQ)
Electrical MV Protective Relay - University of Arkansas Campus
Fayetteville, Arkansas
Instructions:
1. Enter all information in yellow/shaded areas
2. Fill in the model number at the top of each column
3. Enter the price per device below the model number
4. Enter Functions/Features per device with: X= Standard Feature/Function, O = Optional Feature/Function, N/A = Not Available
Model No. Model No. Model No. Model No. Model No.
Model List Price
Discount price inlcuding delievery
Taxes
Total
Function/Feature Name IEEE Function Designation
Phase Instantaneous OC 50P
Phase Time Inverse 51P
Ground Instantaneous OC (measured) 50G
Ground Time Inverse OC (measured) 51G
Trip Lockout 86
Calculated Residual Ground Instantaneous Overcurrent 50N
Calculated Residual Ground Time Inverse Overcurrent 51N
Cold Load Pickup N/A
Breaker Failure 50BF
Zone Selective Interlocking N/A
Automatic Reclosing 79
Phase Voltage Restrained Overcurrent 51VR
Power Factor 55
Voltage Control 51VC
Loss of Potential Block LOP
Negative Sequence Overcurrent (Unbalance) 46
Negative Sequence Voltage 47
Overvoltage 59
Under voltage 27
Under Frequency Shed 81U
Over Frequency Restore 81O
Frequency Rate of Change 81R
Vector Surge 78V
Ground Directional Control 67N
Forward and Reverse Power 32
Forward and Reverse VARs 32V/40Q
Sync check 25
Phase Directional Control 67P
Ground Detector 59N/64
Arc Flash Overcurrent Phase 50PAF
Arc Flash Overcurrent Neutral 50NAF
Multiple Settings Groups keyed of digital inputs
Switch on to fault
Trip coil monitor 74
RTD Inputs 49
Breaker Wear
Digital Inputs (List min/max number)
Digital Outputs (list min/max number)
IRIG-B used for time stamping
Modbus-TCP (Ethernet connectivity) & Modbus-RTU
Modbus-RTU
IEC-61850 (new protocol)
Mirror Bits 85
Fiber Optic Communication
Waveform Recorder
Fault recorder
Event recorder
Trend recorder
THD Current
Current Phasors
Sequence Currents
RMS currents
Max/Min/Avg. currents
%THD
Current and Voltage Unbalance
Power Factor
MVA
MW
MVARs
Voltage
MWh
MVARh
HMI
Password Protected
Front Interface Port
Quick Release Draw Out Case
ADDITIONAL FEATURES LIST BELOW
FEEDER RELAYS
$0 $0 $0 $0 $0PRICE per Device
APPENDIX 5-2
Proposal Cost Worksheet
Indefinite Delivery Indefinite Quantity (IDIQ)
Electrical MV Protective Relay - University of Arkansas Campus
Fayetteville, Arkansas
Instructions:
1. Enter all information in yellow/shaded areas
2. Fill in the model number at the top of each column
3. Enter the price per device below the model number
4. Enter Functions/Features per device with: X= Standard Feature/Function, O = Optional Feature/Function, N/A = Not Available
Model No. Model No. Model No. Model No. Model No.
Model List Price
Discount price inlcuding delievery
Taxes
Total
Function/Feature Name IEEE Function Designation
Phase Instantaneous OC 50P
Phase Time OC 51P
Ground IOC (measured) X 50N
Ground TOC (measured) X 51N
Ground IOC (calculated) R 50G
Ground TOC (calculated) R 51G
Thermal Overload 49
Negative Sequence Overcurrent 51Q
Breaker Failure Supervision 50BF
Permissible 2nd Harmonic (Inrush Blocking) IH2
Trip Circuit Monitor 74TC
Lock out 86T
Cold Load Pickup CLPU
Switch on to fault SOTF
Current differential 87T
Unrestrained phase differential 87H
Restricted ground differential 87GD
Unrestrained ground differential 87GDH
Over excitation H5
Unrestrained differential 87H
Directional Ground 67N
Voltage Restraint 51VR
Voltage Control 51VC
Ground detector 59N/64
Under voltage (main) 27M
Overvoltage (main) 59M
Under frequency (shed) 81U
Over frequency (restore) 810
Forward/Reverse Power (Watts) 32
Volts/Hertz 24
Loss of potential 60
Under voltage (aux) 27A
Overvoltage (aux) 59A
Current unbalance 46
Voltage unbalance 47
Frequency rate of change 81R
Vector surge 78V
Forward/Reverse Power (VARs) 32V
Power Factor 55A/D
Zone Interlocking
Modbus RTU (RS-485)
Modbus RTU (RS-485) & Modbus-TCP (RJ-45)
IEC-61850
RS-232
dnp3.0
Trend recorder
Waveform recorder
Event recorder
Fault recorder
Current Max/Min/Avg
THD Current
Current Phasors
Sequence currents
Differential currents
Harmonic currents
IRIG-B time stamping
Current and Voltage unbalance
%THD
MVA
MW
MVAR
Power Factor
Analog Inputs and Outputs
URTD assembly
Digital Inputs (min/max number)
Digital Outputs (min/max number)
HMI
Password Protected
Front Interface Port
Quick Release Draw Out Case
ADDITIONAL FEATURES LIST BELOW
$0
TRANSFORMER RELAYS
$0 $0 $0 $0
PRICE per Device
APPENDIX 5-3
Proposal Cost Worksheet
Indefinite Delivery Indefinite Quantity (IDIQ)
Electrical MV Protective Relay - University of Arkansas Campus
Fayetteville, Arkansas
Instructions:
1. Enter all information in yellow/shaded areas
2. Fill in the model number at the top of each column
3. Enter the price per device below the model number
4. Enter Functions/Features per device with: X= Standard Feature/Function, O = Optional Feature/Function, N/A = Not Available
Model No. Model No. Model No. Model No. Model No.
Model List Price
Discount price inlcuding delievery
Taxes
Total
Function/Feature Name IEEE Function Designation
Phase IOC 50P
Phase TOC 51P
Ground IOC (measured) 50G
Ground TOC (measured) 51G
Incomplete Sequence 48
Cal Residual Ground IOC 50N
Cal Residual TOC 51N
Trip Lockout 86
Negative Sequence Unbalance 46
Breaker Failure 50BF
Zone Selective Interlocking 87B
Thermal Overload 49/38/51
Locked Rotor 49S/51
Jam/Stall 51R
Loss of Load 37/32
Phase Voltage Restrained OC 51VR
Negative Sequence Voltage 47
Overvoltage 59
Undervoltage 27
Underfrequency Shed 81U
Overfrequency restore 81O
Frequency rate 81R
Vector Surge 78V
Forward/Reverse Power 32
Forward/Reverse VARs 32V/40Q
Loss of Potential Block LOP
Power Factor 55
Differential 87
Trip coil monitor 74
Directional Overcurrent 67
Ground Directional Overcurrent 67N
IRIG
Breaker Wear
Programmable Logic
Currents
THD Current
Current Phasors
Sequence Currents
%THD
MVA
MW
MVAR
Power Factor
Waveform recorded
Start recorder
Statistics
History function
Modbus-RTU
Modbus-TCP and Modbus-RTU (RJ45)
IEC-61850
Multiple Settings Groups
Digital Inputs (min/max number)
Digital Outputs (min/max number)
Analog Outputs(min/max number)
URTD Input
HMI
Password Protected
Front Interface Port
Quick Release Draw Out Case
ADDITIONAL FEATURES LIST BELOW
$0
MOTOR RELAYS
$0 $0 $0 $0
PRICE per Device
APPENDIX 5-4
Proposal Cost Worksheet
Indefinite Delivery Indefinite Quantity (IDIQ)
Electrical MV Protective Relay - University of Arkansas Campus
Fayetteville, Arkansas
Instructions:
1. Enter all information in yellow/shaded areas
2. Fill in the model number at the top of each column
3. Enter the price per device below the model number
4. Enter Functions/Features per device with: X= Standard Feature/Function, O = Optional Feature/Function, N/A = Not Available
Model No. Model No. Model No. Model No. Model No.
Model List Price
Discount price inlcuding delievery
Taxes
Total
Function/Feature Name IEEE Function Designation
Phase Instantaneous OC 50P
Phase TOC 51P
Ground IOC measured-X 50N/67N
Ground TOC measured-X 51N/67N
Ground IOC calculated-R 50G/67G
Ground TOC calculated-R 51G/67G
Directional Ground Overcurrent 67G
Thermal Overload 49
Breaker Failure Supervision 50BF
Trip Circuit Monitoring 74TC
Trip Lockout 86
Cold Load Pickup CLPU
Switch on to fault SOTF
Voltage restraint 51VR
Voltage control 51VC
Phase directional 67P
Ground detector 59N/64
Overvoltage 59
Under frequency (Shed) 81U
Over frequency (restore) 81O
Forward/Reverse Power (Watts) 32
Loss of field 40
Volts/Hertz 24
Under voltage (main) 27M
Overvoltage (main) 59M
Loss of potential 60
Current unbalance 46
Generator unbalance 46G
Voltage unbalance 47
Forward/Reverse (VARs) 32V
Power Factor 55A/D
Frequency rate of change 81R
Sync-check 25
Voltage restraint 50/51V
3rd harmonic under voltage neutral 27TN
Voltage source loss of main 78V
Unrestrained phase differential 87H
Restricted ground differential 87GD
Unrestrained ground differential 87GDH
Inadvertent energization 50/27
Zone Interlocking
Modbus RTU (RS-485)
Modbus RTU (RS-485) & Modbus-TCP (RJ-45)
IEC-61850
RS-232
Trend recorder
Waveform recorder
Event recorder
Fault recorder
Current Max/Min/Avg
THD Current
Current Phasors
Sequence currents
Differential currents
Harmonic currents
IRIG-B time stamping
Current and Voltage unbalance
%THD
MVA
MW
MVAR
Power Factor
Analog Inputs and Outputs
URTD assembly
Digital Inputs (min/max number)
Digital Outputs (min/max number)
HMI
Password Protected
Front Interface Port
Quick Release Draw Out Case
ADDITIONAL FEATURES LIST BELOW
PRICE per Device
GENERATOR RELAYS
APPENDIX 6
PROTOTYPE SWITCHGEAR RETROFIT REFERENCE DRAWINGS
Prototype Switchgear Existing Relay Information
Physical
Location
Breaker
Number
Nominal
Voltage
Relay
Manufacturer
Model
Number
Protection
Type
Software
Prototypical
Type Relay
William Street MAIN 12470 General Electric MDP1220000DA Overcurrent N/A FEEDER
William Street CKT 1 12470 General Electric MDP1120000CA Overcurrent N/A FEEDER
William Street CKT 2 12470 General Electric MDP1120000DA Overcurrent N/A FEEDER
William Street CKT 3 12470 General Electric MDP1120000DA Overcurrent N/A FEEDER
William Street CKT 4 12470 General Electric MDP1120000CA Overcurrent N/A FEEDER
William Street CKT 5 12470 General Electric MDP1120000CA Overcurrent N/A FEEDER
William Street CKT 6 12470 General Electric MDP1120000DA Overcurrent N/A FEEDER
William Street CKT 7 12470 General Electric MDP1120000DA Overcurrent N/A FEEDER