17
TOWN OF LUNENBURG TENDER #TOL2020018 TENDER FOR POWER FACTOR CORRECTION EQUIPMENT Proposals will be received no later than: 2:00 pm LOCAL TIME (AST) December 18, 2020 Addressed to: Katie MacMillan, BBA Business Coordinator Town of Lunenburg 119 Cumberland Street Lunenburg NS B0J 2C0

TENDER FOR POWER FACTOR CORRECTION EQUIPMENT...TENDER for: POWER FACTOR CORRECTION EQUIPMENT Page 6 of 17 4.0 FORM OF TENDER The undersigned, as Bidder, declares that they have carefully

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

  • TOWN OF LUNENBURG TENDER #TOL2020018

    TENDER FOR POWER FACTOR CORRECTION EQUIPMENT

    Proposals will be received no later than: 2:00 pm LOCAL TIME (AST)

    December 18, 2020

    Addressed to: Katie MacMillan, BBA Business Coordinator Town of Lunenburg

    119 Cumberland Street Lunenburg NS B0J 2C0

  • TENDER for: POWER FACTOR CORRECTION EQUIPMENT

    Page 2 of 17

    TABLE OF CONTENTS

    1.0 GENERAL TERMS AND CONDITIONS…………………………………………. 3

    1.1 Submission of Tenders…………………………………………………………...… 3

    1.2 Deposit………………..……………………………………………………………… 3

    1.3 Rights of the Town – Evaluating / Accepting / Rejecting Tenders ……………. 3

    1.4 Insurance and Indemnity…………………………………………………………… 3

    1.5 Statutory Compliance……..………………………………………………………… 4

    1.6 Contract Not Transferable/Cancellation of Contract…..………………………… 5

    1.7 Interpretation………………………………………………………………………… 5

    1.8 Information……….………………………………………………………………….. 5

    1.9 Legal Age…………….……………………………………………………………… 5

    1.10 Tender Submission..……………………………………………………………… 5

    2.0 SPECFICATIONS…………………………………………………………………… 5

    3.0 DRAWINGS……………....…………………………………………………………. 5

    4.0 FORM OF TENDER………………………………………………………………… 6

    SCHEDULE “A” – Specifications……………………………………………………. 7

    SCHEDULE “B” – Drawings………………………………………………………….. 13

  • TENDER for: POWER FACTOR CORRECTION EQUIPMENT

    Page 3 of 17

    1.0 GENERAL TERMS AND CONDITIONS 1.1 Submission of Tenders Sealed tenders must be clearly marked “Power Factor Correction Tender” and must be submitted by email only before 2:00 p.m. AST on December 18, 2020 (the “Closing Time”) to Katie MacMillan, Business Coordinator ([email protected]). Tenders submitted by fax or by any other method may be rejected unopened in the sole and absolute unfettered discretion of the Town of Lunenburg (the “Town”). Bidders who submit their tenders by fax or email are deemed to have accepted any and all risks (including, but not limited to, mechanical failure or inadvertence on the part of the Town or its staff) that said tenders are not received by the Town prior to the Closing Time. The Town shall have the right in its absolute and unfettered discretion to determine whether a tender has been received prior to the Closing Time. Tender prices must remain open and available for acceptance by the Town for 60 days after the Closing Time. 1.2 Deposit No deposit is required in respect to this tender. 1.3 Rights of the Town – Evaluating / Accepting / Rejecting Tenders The Town reserves the right to reject any and all tenders. Neither the lowest nor any tender will necessarily be accepted. The Town reserves the right to accept a tender other than the lowest tender based on any criteria and/or accept a tender which may in any way be non-compliant which in its sole and absolute discretion the Town deems to be in its best interest. The Town reserves the right in its sole and absolute discretion to reject a tender on any basis whatsoever including if a tender is incomplete, conditional or obscure, or which contains additions not called for, or for irregularities of any kind. Not to limit the generality of the foregoing, if the Town has (in its sole and absolute discretion) any concerns about any internal budget or other issues that may arise in light of the amounts and/or other criteria set out in the tenders it receives, then the Town may cancel the tender process and may (in its sole and absolute discretion) negotiate directly with any tenderer or other person as the Town deems fit. By participating in this tender process, each tenderer is deemed to have waived any and all rights to make any type of claim whatsoever against the Town arising out of this tender process. 1.4 Insurance and Indemnity 1.4.1 The successful bidder (the “Contractor”) will be responsible for obtaining and

    maintaining at their own expense, until the completion of the contract:

    Commercial General Liability insurance subject to limits of not less than Three Million ($3,000,000) inclusive per occurrence for all operations of the contractor including protecting Town premises on or near which operations are to be performed. To achieve the desired limit, umbrella or excess liability

    mailto:[email protected]

  • TENDER for: POWER FACTOR CORRECTION EQUIPMENT

    Page 4 of 17

    insurance may be used. Coverage shall include but not limited to bodily injury including death, personal injury, damage to property including loss of use thereof, contractual liability, non-owned automobile and contain a cross liability, severability of insured clause. The Municipality is to be added as an additional insured but only with respect to liability arising out of the operations of the Named Insured.

    General Conditions 1.4.2 All insurance policies and certificates must include an endorsement providing ten

    (10) days prior written notice to the Town of cancellation or reduction of coverage. The contractor shall cease operations on the occurrence of any such cancellation or reduction, and shall not resume operations until new insurance is in force.

    1.4.3 Prior to commencement of the work and upon the placement, renewal,

    amendment, or extension of all or any part of the insurance, the successful bidder shall file with the Town with confirmation of coverage and, if required, a certified true copy(s) of the policy(s) certified by an authorized representative of the insurer together with copies of any amending endorsements applicable to the work. The certificate shall include the project name and general description.

    1.4.4 All applicable deductibles under the above required insurance policies are at the

    sole expense of the successful bidder. All policies shall apply as primary and not as excess of any insurance available to the Town.

    1.4.5 It is expected by the Town that the Certificate(s) of Insurance will provide

    confirmation that all insurance requirements as stated under Section 4 Insurance and Indemnity have been met.

    Indemnity

    1.4.6 The Contractor shall indemnify and hold the Town and all its officers, agents and

    employees harmless against all risks, liabilities and damages which in any way arise from the Contractor’s performance of this contract.

    1.5 Statutory Compliance The Contractor shall comply with the requirements of all relevant Federal and Provincial legislation and regulations. In particular, the contractor, prior to the execution of the contract, shall file with the Town a certification that they carry Workers Compensation benefits for their employees and shall also comply with all other relevant Federal and Provincial legislation and regulations with respect to their employees, including the Nova Scotia Occupational Health and Safety Act and its regulations. The Contractor must provide proof of current Construction Safety Nova Scotia Association Certificate of Recognition (COR) Certification, if applicable.

  • TENDER for: POWER FACTOR CORRECTION EQUIPMENT

    Page 5 of 17

    The successful Bidder shall be solely responsible for safety and for compliance with the rules, regulations, and practices required by the applicable health and safety legislation and shall be solely responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the performance of the Work, including any and all orientation and regular meetings throughout. 1.6 Contract Not Transferable / Cancellation of Contract The Contractor shall not be entitled to assign or transfer this contract or any rights or obligations thereunder. The Contractor cannot subcontract out any portion of the work under this contract except with the express written consent of the Town. This contract may be cancelled by the Town in its sole and absolute discretion, with or without prior notice to the Contractor. 1.7 Interpretation Should there be any questions regarding the interpretation of the Tender or Contract documents, the Lunenburg Town Council shall decide on the correct interpretation. 1.8 Information Any additional information or questions regarding the Tender or Contract documents must be in writing and addressed to Katie MacMillan, Business Coordinator, (902) 634-4416 (fax), [email protected]. Any question regarding the technical specifications within this document should be directed towards Brent MacDonald at EastPoint, [email protected] and Katie MacMillan, Business Coordinator, [email protected]. 1.9 Legal Age Contractor must be of legal age to sign contracts in the Province of Nova Scotia. 1.10 Tender Submission The attached Form of Tender must be used. 2.0 SPECIFICATIONS The complete specifications for this project can be found in Schedule “A”. 3.0 DRAWINGS All drawings associated with this tender and project can be found in Schedule “B”.

  • TENDER for: POWER FACTOR CORRECTION EQUIPMENT

    Page 6 of 17

    4.0 FORM OF TENDER The undersigned, as Bidder, declares that they have carefully examined the location of the proposed work, the Terms and Conditions, Schedules and the Specifications with respect to the proposed contract and has secured all the information which they required regarding the work to be performed. The undersigned further declares that they will contract with the Town of Lunenburg to do the work as described in these documents for the price or prices stated below: Tendered Price (excluding HST) $ _ (in Canadian Dollars) HST to be added to the tendered price $ _ Total Tendered Price $ _ Please attach the following additional information:

    Start and end time required to complete the work.

    Two relevant work references and contact phone numbers.

    Description of relevant safety training and work experience including certification.

    Proof of current WCB coverage.

    Certificate of Insurance for $3.0 million General Commercial Liability Insurance.

    Proof of current Construction Safety Nova Scotia Association Certificate of Recognition (COR) Certification, or equivalent.

    Company Name Address _______________________________________________________________ Phone # Email Address Signature Print Name Witness Date

  • Power Factor Correction POWER FACTOR CORRECTION Section 26 35 33

    Town of Lunenburg EQUIPMENT Page 1 of 6

    Electric Utility 2020-11-24

    Part 1 General

    1.1 REFERENCE STANDARDS

    .1 CSA Group (CSA)

    .1 CSA C22.2 No.190-14, Capacitors for Power Factor Correction.

    .2 CAN/CSA-C60871-1:14, Shunt Capacitors for AC Power Systems Having a Rated Voltage Above 1000 V — Part 1: General

    .3 IEEE C57.12.31-2010 - IEEE Standard for Pole-Mounted Equipment-Enclosure Integrity

    1.2 ACTION AND INFORMATIONAL SUBMITTALS

    .1 Provide submittals in accordance with requirements noted below.

    .2 Product Data:

    .1 Submit manufacturer's printed product literature, specifications and datasheet and include product characteristics, performance criteria, and limitations.

    .1 Detailed dimensions of capacitor units, racks and brackets and their respective weights.

    .2 Load loss in watts/kVAR at rated voltage.

    .3 Manufacturer’s recommendations about disposal of the liquid dielectric used in capacitors.

    .3 Submit certified test results to Owners Representative.

    .4 Submit commissioning procedures to Owners Representative for approval.

    .5 Quality Assurance Submittals:

    .1 The supplier shall provide evidence that a manufacturing quality assurance program has been established and is being maintained in accordance with CSA

    Standard Z299.3.

    .2 The Owner’s Representative reserves the right to inspect the manufacturer’s quality assurance program.

    .3 Submit manufacturer's installation instructions and commissioning procedures for review and approval of the Owner’s Representative.

    1.3 PACKAGING AND DELIVERY

    .1 Capacitor banks and units shall be packed in shipping containers so constructed as to ensure acceptance and safe delivery by common or other carrier, at the lowest rate to the

    point of delivery called for in the purchasing document. Each box or container shall be

    marked with the proper information and lift precaution, if applicable, of the capacitor

    contained therein.

    1.4 WASTE MANAGEMENT AND DISPOSAL

    .1 Separate waste materials for reuse and recycling.

    kmacmillanTypewritten TextSCHEDULE "A"

    kmacmillanTypewritten Text

  • Power Factor Correction POWER FACTOR CORRECTION Section 26 35 33

    Town of Lunenburg EQUIPMENT Page 2 of 6

    Electric Utility 2020-11-24

    1.5 WARRANTY

    .1 The manufacturer shall guarantee that the capacitors and brackets supplied are in accordance with all requirements and conditions of this Specification and shall supply

    factory test data in support thereof. Failure of the capacitors or brackets to meet the

    requirements of the above Specification shall be grounds for rejections of the capacitors

    or brackets at no cost to the Owner.

    .2 If any part of a capacitor or bracket fails or becomes defective due to faulty workmanship, material or design within a period of one year after the capacitor is placed

    in service; the capacitor or bracket shall be replaced (or repaired) and delivered by the

    manufacturer/supplier without any cost to the Owner.

    Part 2 Products

    2.1 GENERAL

    .1 The contractor is to include all materials necessary for a safe, complete, and fully functional installation as shown on the drawings and described in this specification

    whether or not explicitly identified.

    2.2 CAPACITORS

    .1 Capacitor assembly for power factor correction: to CSA C22.2 No.190.

    .2 Capacitor Units:

    .1 300kVAR (3 x 100 kVAR), 5 kV insulation class.

    .2 3400 V, single phase, 60 Hz, 4 wire, wye connected, grounded neutral.

    .3 Environmental temperature range: -40C to +40C.

    .4 Enclosure: outdoor, weatherproof, built of material inherently resistant to corrosion (stainless steel or aluminium) and shall be protected by paint of

    Munsell gray colour except it shall be left unpainted under the mounting bracket

    to maintain electrical continuity between capacitor can and the rack. The exterior

    finish shall meet the requirements of ANSI C57.12.31.

    .5 Nameplate: English language, containing data required by applicable standards, securely affixed, which shall be legible for the life of the capacitor.

    .3 Dielectric Liquid

    .1 The liquid dielectric in the capacitors shall be biodegradable and environmentally acceptable. It must be certified to be PCB free.

    .4 Bushings

    .1 Capacitors shall be equipped with one (1) bushing of an insulation class not less than that of the capacitor itself and shall be made of the material specified in

    Clause 4.2 with Munsell gray in colour. The bushing shall be hermetically sealed

    to the capacitor tank. Extra creepage distance on the bushings shall be provided if

    specified in the purchasing document.

    .2 The bushing shall be made of wet processed porcelain or polymer. Both of the material bushings shall be operated normally under ambient temperature varying

  • Power Factor Correction POWER FACTOR CORRECTION Section 26 35 33

    Town of Lunenburg EQUIPMENT Page 3 of 6

    Electric Utility 2020-11-24

    from -40ºC to +40ºC and not above altitude of 1000m. The bushings shall be pass

    the type test and production test, as per CSA-C88.1 Clause 8, 9 and 10, where

    applicable. Due to the polymeric material attribute, the polymer bushing shall be

    passed the following extra tests to meet the requirement, which are water

    penetration test, accelerated weathering test and flammability test. (See the test

    details in Part 4)

    .5 Terminals and Connectors

    .1 Clamp type terminal connector of corrosion resistant bronze or copper to accommodate #8 AWG solid to #2 AWG stranded copper conductor shall be

    provided.

    .2 Ground stud shall be corrosion resistant bronze or copper to accommodate #8 AWG solid to #2 AWG stranded copper wire.

    .6 Discharge Device

    .1 Each capacitor unit shall contain a built-in discharge device which will reduce the residual voltage from the crest value of the rated voltage to 50 volts or less

    within 5 minutes after the capacitor has been disconnected from the source of

    supply.

    .7 Capacitor Racks and Brackets

    .1 Racks and brackets shall be made of aluminium or of galvanized steel suitable for direct pole mounting. The racks shall be an “in-line” type and capable of

    accommodating three capacitor units as specified above, spaced to meet the

    requirements for a 3400/5885 V system.

    .2 A connector of corrosion resistant copper or bronze to accommodate #6 AWG solid to #4 AWG stranded copper conductor shall be provided on the capacitor

    racks for grounding purposes.

    .3 The capacitor rack frame shall be with four lifting eyes which provide for level lifting.

    .4 The underside of each bracket shall not be painted to assure positive grounding.

    2.3 FUSED CUTOUTS AND FUSE LINKS – OUTDOOR

    .1 Fused cutouts to be in an integrated 3 phase cluster type assembly for direct mounting on the pole.

    .2 Fused Cutouts

    .1 Outdoor open cutout, vertical mounted, c/w fuse holder, continuous rating 50 A at 5 kV, interrupting rating 500 A, hook stick operated.

    .2 Insulators: polymer.

    .3 Fuse Holders and Links

    .1 Fuse holders: automatic indicating drop-out type, 50 heavy duty A rating.

    .2 Fuse links: electrically and mechanically interchangeable between various makes and types, removable button head design. ANSI type T sized as indicated.

    .3 Connectors to be eyebolt type.

  • Power Factor Correction POWER FACTOR CORRECTION Section 26 35 33

    Town of Lunenburg EQUIPMENT Page 4 of 6

    Electric Utility 2020-11-24

    2.4 PRIMARY LIGHTNING ARRESTORS

    .1 .Arrester component parts: to ANSI/IEEE-C62.11.

    .2 Arrester characteristics:

    .1 Distribution arrester.

    .2 System highest voltage: 5885V.

    .3 MCOV (maximum continuous operating voltage): 3400V

    .4 Outdoor type.

    .5 Housing: polymer.

    Part 3 Execution

    3.1 MANUFACTURER'S INSTRUCTIONS

    .1 Compliance: comply with manufacturer's written recommendations or specifications, including product technical bulletins, handling, storage and installation instructions, and

    datasheets.

    3.2 INSTALLATION

    .1 The installation is to include all aspects and material required for a safe, complete, and fully functional installation as described on the drawing and in this specification.

    .2 The Contractor is responsible for the testing and commissioning of the fully completed installation.

    3.3 FIELD QUALITY CONTROL

    .1 Perform tests in accordance with the approved manufacturers installation instructions and commissioning procedures.

    .2 Carry out following tests by manufacturer within 24 hours of energizing equipment:

    .1 Voltage and current are balanced and within capacity rating.

    .2 Operating kVAR.

    .3 Terminal to case resistance is greater than 1000 megohm for two bushing capacitors.

    .3 Provide certified test results to the Owner’s Representative.

    3.4 CLEANING

    .1 On completion and verification of performance of installation, remove surplus materials, excess materials, rubbish, tools and equipment.

    Part 4 Polymer Bushing Tests

    4.1 WATER PENETRATION TEST

    .1 Samples

  • Power Factor Correction POWER FACTOR CORRECTION Section 26 35 33

    Town of Lunenburg EQUIPMENT Page 5 of 6

    Electric Utility 2020-11-24

    .1 Three polymer bushing samples shall be selected for this test. An additional polymer bushing shall be set aside for the power frequency voltage measurement.

    .2 Procedure

    .1 The test procedure shall be as follows:

    .1 The hardness of the samples shall be measured in accordance with ASTM D 2240.

    .2 Each sample shall be boiled for 100 h in water having 0.1 % by weight of sodium chloride (NaCl).

    .3 At the end of the boiling process, each sample shall be allowed to remain in the water until the water cools to 50 °C (122 °F). The water shall be

    maintained at this temperature until the samples are evaluated.

    .4 Samples shall be rinsed with deionized water prior to the evaluation specified in Clause A1.3.

    .5 The evaluation specified in here in shall be completed within 48 h of the samples being removed from the water tank.

    .3 Evaluation

    .1 Visual examination

    .1 Each sample shall be visually inspected. There shall be no cracks and no signs of dissolving or crumbling.

    .4 Hardness

    .1 The hardness of the samples shall

    .1 be measured in accordance with ASTM D 2240, at a temperature that is within ± 5 °C of the temperature in which the pre-boiling measurements

    were taken [see Clause 7.2.2(a)]; and

    .2 not change from the pre-boiled sample by more than 20 %.

    .5 Steep-front impulse voltage

    .1 Each sample shall be subjected to a steep-front impulse of at least 1000 kV/μs, in accordance with Clause 7.2.7 of IEEE Std 4. The test voltage shall be applied

    between the mounting pin and the two line terminals simultaneously (line

    terminals connected together).

    .2 Each sample shall be subjected to 10 positive impulses and 10 negative impulses. Each impulse shall cause an external flashover.

    .6 Power frequency voltage

    .1 Procedure

    .1 The shank temperature of all samples shall be determined and noted as the reference temperature. The dry power frequency voltage shall be

    determined by averaging five flashover voltages on each sample. The

    average flashover voltage shall be corrected to the following normal

    standard atmospheric conditions, in accordance with IEC 60060-1:

    .1 temperature = 20 °C (68°F);

    .2 pressure = 101.3 kPa (14.7 lb/in2); and

  • Power Factor Correction POWER FACTOR CORRECTION Section 26 35 33

    Town of Lunenburg EQUIPMENT Page 6 of 6

    Electric Utility 2020-11-24

    .3 absolute humidity = 11 g/m3 (4.8 grain/ft3).

    .2 The flashover voltage shall be obtained by increasing the voltage linearly from zero within 1 min.

    .3 Using the same method specified in this Clause, the value of the reference flashover voltage shall be determined using an additional reference sample. The

    samples and the reference sample shall then be continuously subjected to 80 % of

    the reference flashover voltage for 30 min.

    .4 The temperature of the housing between the sheds of each sample and of the reference sample shall be measured at three places along or around the bushing

    immediately after the removal of the test voltage.

    .7 Acceptance criteria

    .1 The flashover voltage of each sample shall be greater than or equal to 90 % of the reference flashover voltage.

    .2 No puncture on any part of the bushing shall occur. The maximum temperature rise of each bushing, between the sheds with respect to the temperature of the

    reference sample, shall be less than 10 °C (50°F).

    4.2 ACCELERATED WEATHERING TEST

    .1 Three samples selected from a bushing shall be tested for a duration of 1000 h in accordance with the

    .1 xenon-arc method, as specified in ASTM G 155 or ASTM D 2565: or

    .2 fluorescent UV method, as specified in ASTM G 154.

    .2 Any identification markings shall be directly exposed to UV light. Tests without water are not permitted.

    .3 This test shall be successful if samples are free of defects (e.g., cracks, crumbling, or blisters) and all identification markings remain legible.

    4.3 FLAMMABILITY TEST

    .1 The flammability test shall be conducted in accordance with Clause 9 of IEC 60695-11- 10 and shall be performed on 3 mm thick specimens from the samples used in the tests

    specified in Clauses A1 and A2, after these tests have been completed.

    .2 This test shall be successful if the sample belongs to category V-0.

    END OF SECTION

  • TIT

    LE

    B

    LO

    CK

    @

    1

    :1

    F

    UL

    L S

    IZ

    E =

    A

    1 (8

    41

    mm

    x 5

    94

    mm

    )

    TOWN OF LUNENBURGPOWER FACTOR CORRECTION PROJECT

    DRAWING LIST

    LOCATION: LUNENBURG, NOVA SCOTIAPROJECT NUMBER: 322001CLIENT: TOWN OF LUNENBURGDATE: NOVEMBER 26, 2020ISSUE FOR TENDER

    ELECTRICAL:

    E-001 UTILITYSITE PLAN

    E-002 SINGLE LINEDIAGRAM

    E-003 SINGLE LINEDIAGRAM (CONTINUED)

    E-004 POLE LOCATIONSAND DETAILS

    kmacmillanTypewritten TextSCHEDULE "B"

    kmacmillanTypewritten Text

    kmacmillanTypewritten Text

    kmacmillanTypewritten Text

  • CLIENT NAME / LOGO:

    JOB LOCATION:

    REV DESCRIPTION APP DATE

    DES BY:

    EASTPOINT JOB NO:

    PROJECT NAME:

    DRAWING TITLE:

    DWN BY: CKD BY:

    SHT NO:

    DRAWING NO:

    CLIENT JOB NO:

    REV:

    SCALE:

    TIT

    LE

    B

    LO

    CK

    @

    1

    :1

    F

    UL

    L S

    IZ

    E =

    A

    1 (8

    41

    mm

    x 5

    94

    mm

    )

    26 N

    ov 2020

    - 3:18:21 P

    M - T

    errilynn C

    rocker - I:\322 T

    ow

    n of Lunenburg\322001 O

    wner's E

    ngineer- P

    ow

    er F

    actor C

    orrection P

    roject\D

    raw

    ings\E

    -001.dw

    g

    POWER FACTOR

    CORRECTION PROJECT

    TOWN OF LUNENBURG, NS

    322001

    A ISSUED FOR REVIEW JBM 2020-11-19

    0 ISSUED FOR TENDER JBM 2020-11-26

    UTILITY

    SITE PLAN

    T.C.

    J.B.M.

    J.B.M.

    2 OF 5

    AS NOTED

    E-001 0

    AutoCAD SHX Text3x100kVAR OT1 CAPACITOR BANK (NEW)

    AutoCAD SHX Text3x100kVAR NT1 CAPACITOR BANK (NEW)

    AutoCAD SHX Text3x100kVAR BR2 CAPACITOR BANK (NEW)

    AutoCAD SHX Text3x100kVAR BR1 CAPACITOR BANK (NEW)

    AutoCAD SHX Text3x100kVAR NT2 CAPACITOR BANK (NEW)

    AutoCAD SHX TextSUBSTATION

    AutoCAD SHX Text3x100kVAR IND CAPACITOR BANK (EXISTING)

    AutoCAD SHX Text3x100kVAR BR CAPACITOR BANK (EXISTING)

  • CLIENT NAME / LOGO:

    JOB LOCATION:

    REV DESCRIPTION APP DATE

    DES BY:

    EASTPOINT JOB NO:

    PROJECT NAME:

    DRAWING TITLE:

    DWN BY: CKD BY:

    SHT NO:

    DRAWING NO:

    CLIENT JOB NO:

    REV:

    SCALE:

    TIT

    LE

    B

    LO

    CK

    @

    1

    :1

    F

    UL

    L S

    IZ

    E =

    A

    1 (8

    41

    mm

    x 5

    94

    mm

    )

    26 N

    ov 2020

    - 3:18:24 P

    M - T

    errilynn C

    rocker - I:\322 T

    ow

    n of Lunenburg\322001 O

    wner's E

    ngineer- P

    ow

    er F

    actor C

    orrection P

    roject\D

    raw

    ings\E

    -001.dw

    g

    POWER FACTOR

    CORRECTION PROJECT

    TOWN OF LUNENBURG, NS

    322001

    A ISSUED FOR REVIEW JBM 2020-11-19

    0 ISSUED FOR TENDER JBM 2020-11-26

    SINGLE LINE

    DIAGRAM

    T.C.

    J.B.M.

    J.B.M.

    3 OF 5

    N.T.S

    E-002 0

    AutoCAD SHX TextBR2 3x100kVAR CAP BANK BUS 110 (NEW)

    AutoCAD SHX TextBR1 3x100kVAR CAP BANK BUS 136 (NEW)

    AutoCAD SHX TextBR 3x100kVAR CAP BANK BUS 100 (EXISTING)

    AutoCAD SHX TextNT2 3x100kVAR CAP BANK BUS 202.1 (NEW)

    AutoCAD SHX TextNT1 3x100kVAR CAP BANK BUS 203 (NEW)

  • CLIENT NAME / LOGO:

    JOB LOCATION:

    REV DESCRIPTION APP DATE

    DES BY:

    EASTPOINT JOB NO:

    PROJECT NAME:

    DRAWING TITLE:

    DWN BY: CKD BY:

    SHT NO:

    DRAWING NO:

    CLIENT JOB NO:

    REV:

    SCALE:

    TIT

    LE

    B

    LO

    CK

    @

    1

    :1

    F

    UL

    L S

    IZ

    E =

    A

    1 (8

    41

    mm

    x 5

    94

    mm

    )

    26 N

    ov 2020

    - 3:18:29 P

    M - T

    errilynn C

    rocker - I:\322 T

    ow

    n of Lunenburg\322001 O

    wner's E

    ngineer- P

    ow

    er F

    actor C

    orrection P

    roject\D

    raw

    ings\E

    -001.dw

    g

    POWER FACTOR

    CORRECTION PROJECT

    TOWN OF LUNENBURG, NS

    322001

    A ISSUED FOR REVIEW JBM 2020-11-19

    0 ISSUED FOR TENDER JBM 2020-11-26

    SINGLE LINE

    DIAGRAM (CONTINUED)

    T.C.

    J.B.M.

    J.B.M.

    4 OF 5

    N.T.S

    E-003 0

    AutoCAD SHX TextOT1 300kVAR CAP BANK BUS 050 (NEW)

  • SCALE:DETAIL - CAPACITOR BANK - POLE MOUNT (TYP)

    N.T.S

    CLIENT NAME / LOGO:

    JOB LOCATION:

    REV DESCRIPTION APP DATE

    DES BY:

    EASTPOINT JOB NO:

    PROJECT NAME:

    DRAWING TITLE:

    DWN BY: CKD BY:

    SHT NO:

    DRAWING NO:

    CLIENT JOB NO:

    REV:

    SCALE:

    TIT

    LE

    B

    LO

    CK

    @

    1

    :1

    F

    UL

    L S

    IZ

    E =

    A

    1 (8

    41

    mm

    x 5

    94

    mm

    )

    27 N

    ov 2020

    - 9:15:08 A

    M - T

    errilynn C

    rocker - I:\322 T

    ow

    n of Lunenburg\322001 O

    wner's E

    ngineer- P

    ow

    er F

    actor C

    orrection P

    roject\D

    raw

    ings\E

    -001.dw

    g

    POWER FACTOR

    CORRECTION PROJECT

    TOWN OF LUNENBURG, NS

    322001

    A ISSUED FOR REVIEW JBM 2020-11-19

    0 ISSUED FOR TENDER JBM 2020-11-26

    POLE LOCATIONS

    AND DETAILS

    T.C.

    J.B.M.

    J.B.M.

    5 OF 5

    N.T.S

    E-004 1

    7A HALL STREET

    150 VICTORIA ROAD

    20 BROAD STREET

    11 GREEN STREET

    47 KAUBACH STREET

    1 ISSUED FOR TENDER JBM 2020-11-27

    11/27/2020

    Power Factor Correction Equipment TOL2020018Table of Contents1.0 General Terms and Conditions2.0 SpecificationsSchedule 'A' - SpecificationsPart 1 - GeneralPart 2 - Products Part 3 - Execution Part 4 - Polymer Bushing Tests

    3.0 DrawingsSchedule 'B' - DrawingsDrawing - Utility Site PlanDrawing - Single Line DiagramDrawing - Pole Locations and Details

    4.0 Form of Tender