HomeMy WebLinkAbout000576 Original ContractCONTRACT DOCUMENTS
for
Transformers
PURCHASE CONTRACT NO. LO -12 -013
City of Port Angeles
Record #000576
CITY OF PORT ANGELES
WASHINGTON
October 2012
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES
COREY DELIKAT, ACTING DEPUTY DIRECTOR OF OPERATIONS
Reviewed by
Corey Delikat
Interim Deputy Director of Operations
Aped by:
William Bloor
City Attorney
Page 1 of 26
October 3, 2012
CITY OF PORT ANGELES
INVITATION TO BID
For
Transformers
Sealed bids will be received by the Director of Public Works Utilities until 2:OOPM, Tuesday,
November 6, 2012, and will be opened and read in the Public Works conference room, main
floor, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362.
Bids will be taken for the following Materials:
Bid Item 1: 25, 37.5, 50, 75 kVA Single -Phase Overhead Distribution Transformers
Bid Item 2: 37.5 and 50 kVA Single -Phase Pad Mounted Distribution Transformers
Bid documents may be obtained by calling Lucy Hanley at (360) 417 -4541 or by emailing
contracts ..cityofpa.us
All bids must be on the form provided. Faxed bids shall not be accepted.
The City of Port Angeles (hereafter "City reserves the right to reject any or all bids and to
waive minor irregularities in the bidding process. Subject to the foregoing, the contract may be
awarded to the lowest responsible bidder.
Minority and women owned businesses shall be afforded full opportunity to submit bids in
response to this invitation, shall not be discriminated against on the grounds of sex, race, color,
age, national origin or handicap in consideration of an award of any contract or subcontract, and
shall be actively solicited for participation in this project by direct mailing of the invitation to bid
to such businesses as have contacted the City for such notification. Further, all bidders are
directed to solicit and consider minority and women owned businesses as potential
subcontractors and material suppliers for this project.
Bids must be sealed with the outside of the envelope marked "BID OPENING DATE: November
6, 2012, PURCHASE CONTRACT NO. LO -12 -013. The name and address of the bidder shall
also appear on the outside of the envelope. Bids shall be addressed:
Public Works and Utilities Department
Attn: Glenn Cutler, Director of Public Works Utilities
PO Box 1150, 321 East 5th Street
Port Angeles, Washington 98362
PUBLISH: Peninsula Daily News: October 21, 2012
Project No. LO -12 -013 Page 2 of 26
OPig
\4nq
w
BID SUBMITTAL:
All bids must be sealed with the outside of
the envelope marked with the BID
OPENING DATE November 6, 2012,
PURCHASE CONTRACT NO. LO -12 -013.
The NAME AND ADDRESS OF THE
BIDDER shall also appear on the outside of
the envelope. Bids shall be directed to the
Director of Public Works and Utilities, Attn:
Glenn Cutler and mailed to PO Box 1150, or
delivered to 321 East Fifth Street, Port
Angeles, Washington 98362.
It is the intent of the attached specifications
to describe the minimum requirements for
the equipment requested in sufficient detail
to secure bids on comparable equipment.
All parts which are necessary in order to
provide a complete unit as described,
meeting all safety requirements, and ready
for operation, shall be included in the bid
and shall conform in strength, quality of
workmanship and material to that which is
usually provided in the general trade. Any
variance from the specifications or
standards of quality must be clearly stated
in writing by the bidder.
Do not make reference to brochures or
supporting literature on the bid sheet. All
notations for bid compliance or
exceptions are to be made on the bid
sheet or on a plain piece of paper
attached and referenced to the bid item.
If a bidder's corporate policy mandates use
of an official quotation form, it may be
submitted. However, the cost data must be
duplicated on the City's bid cost data and
agreement sheet. The City's bid sheet
must be signed by the bidder or its agent
in order for the proposal to be accepted.
If alternate equipment is proposed, bidders
are required to submit a separate bid sheet
for each unit offered.
Project No. LO -12 -013
INSTRUCTIONS FOR BIDDERS
Equipment Bids
All bids must be made on the required bid
form and in cases of bid price extension
errors, the unit prices will govern. All blank
spaces for bid prices must be tilled in, with
ink or typewritten, and the bid form must be
fully completed and executed when
submitted. Only one copy of the bid form is
required. Faxed bids will not be
accepted. Failure to adhere to instructions
may constitute disqualification of proposal.
COMPLIANCE WITH SPECIFICATIONS:
The equipment must be in accordance with
the specifications.
Failure on the Contractor's part to comply
with any specification herein will be grounds
for disqualification of the bid.
All items called for in the specifications,
including but not limited to the equipment
'constructed as shown, and the necessary
manuals, must be complied with before the
final payment can be processed.
Where the description of an item includes
both specifications and a brand name and
number, the specifications shall govern in
case of conflict. Brand name and number
are for reference as to the type and quality
required and do not preclude offers of a
comparable or better product, provided full
specifications and descriptive literature
accompany the offer. Failure to include full
descriptive literature may be cause to reject
the offer.
WARRANTY:
The purchased supplies or equipment
furnished must have full manufacturer's
warranties, and the warranties must inure to
the benefit of the City.
Vendor agrees to these warranty provisions
by signing the bid proposal.
SAFETY:
Page 3 of 26
This unit shall completely comply with all
State and Federal laws, rules, regulations
and codes in effect at the time of delivery.
The unit shall be tested by the successful
bidder for compliance with all OSHA/W ISHA
regulations and the State Department of
Labor and Industries Safety Rules.
DELIVERY ACCEPTANCE:
The successful bidder shall be responsible
for delivery to the City's Maintenance Yard,
1707 South A Street, Port Angeles,
Washington, between the hours of 7:00 AM
and 3:00 PM during the City's normal work
day. Delivery shall be made within the time
period specified on the Schedule(s).
GENERAL INFORMATION:
The City of Port Angeles reserves the right
to consider delivery time and may waive any
minor irregularities or minor defects or reject
any and all bids. Any bid may be withdrawn
prior to the above scheduled time for the
opening of bids or authorized postponement
thereof. Any bid received after the time and
date specified shall not be considered. No
Bidder will be permitted to withdraw its
proposal between the closing time for
receipt of proposals and the execution of
contract, unless the award is delayed for a
period exceeding sixty (60) calendar days.
The City of Port Angeles may, at its option,
in awarding this purchase contract, take into
consideration the revenue it would receive
from purchasing the equipment from a
supplier located within its boundaries, in
accordance with RCW 39.30.040.
For the Schedule(s), offers made in
accordance with the Invitation to Bid shall
be good and firm for the period of 90
calendar days after contract award
unless the Bidder specifically limits its offer
to a shorter period by written notification on
the bid document. However, bids so
modified may be declared non responsive.
Quantities shown are of total estimated
initial quantities to be ordered. Purchase
Orders for additional quantities may be
placed with successful bidders over this
Project No. LO -12 -013
period from the date of award. Prices bid
shall be good for all equipment and
materials ordered during that period. All
orders shall be placed using City of Port
Angeles Purchase Orders. Payments shall
be made monthly for materials received and
invoiced.
Minority and women owned businesses
shall be afforded full opportunity to submit
bids in response to this invitation, shall not
be discriminated against on the grounds of
sex, race, color, age, national origin or
handicap in consideration of an award of
any contract or subcontract, and shall be
actively solicited for participation in this
project by direct mailing of the invitation to
bid to such businesses as have contacted
the City for such notification. Further, all
bidders are directed to solicit and consider
minority and women owned businesses as
potential subcontractors and material
suppliers for this project.
Signing of the bid sheet by Contractor and
subsequent acceptance by the City of the
lowest responsive bid will constitute a
binding agreement between the City and
Contractor. Contractor understands and
agrees that no contract payment will be
made until the City certifies that all stated
specifications have been complied with and
the equipment is delivered and accepted by
the City.
Bids will be evaluated and submitted to the
authorized purchasing agent for approval as
soon as possible after bid opening. All
bidders will be notified of results in writing.
Upon award of the contract to the
successful bidder, the City will send the
Contractor duplicate, complete sets of
Contract Documents, which will include the
City's Purchase Order Requisition. The
Purchase Order Requisition will include the
final agreed upon price and the specific
equipment and options being purchased.
The Vendor will then sign the duplicate sets
of Contract Documents and return them for
signing by the City. Each party will retain a
Page 4 of 26
fully executed set of the Contract
Documents.
The Invitation to Bid is released by the City
of Port Angeles Public Works and Utilities
Department, which shall act as sole point of
contact for administration of the bidding.
Questions should be directed to Lucy
Hanley, Contract Specialist, (360) 417 -4541
or to contractscityofpal.us
Project No. LO -12 -013 Page 5 of 26
CITY OF PORT ANGELES
STANDARD TERMS AND CONDITIONS
PURCHASE CONTRACT
THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS
AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT
ANGELES AND THE STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY
REFERENCE.
1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities,
or specification will be effective without written consent of the appropriate representative of
the City.
2. HANDLING: No charges will be allowed for handling, including but not limited to packing,
wrapping bags, containers or reels, unless otherwise stated herein.
3. DELIVERY ACCEPTANCE: For any exception to the delivery date as specified in this
Contract, Contractor shall give prior notification and obtain written approval thereto from the
City. Time is of the essence and the Contract is subject to termination for failure to deliver
as specified and /or appropriate damages. The acceptance by the City of late performance
with or without objection or reservation shall not waive the.right to claim damage for such
breach nor constitute a waiver of the requirements for the timely performance of any
obligation remaining to be performed by Contractor.
The successful bidder shall be responsible for delivery to the City's Maintenance Yard, 1707
South A Street, Port Angeles, Washington, between the hours of 7:00 AM and 3:00 PM
during the City's normal work day. Delivery shall be made within the time period specified
on the bid.
4. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for
operational duties, administration and supervision and in the form of replacement equipment
rental. Because the City finds it impractical to calculate all of the actual cost of delays, it has
adopted the following to calculate liquidated and actual damages for failure to complete the
delivery of the equipment/material on time.
Accordingly, the Contractor agrees to the following:
a. To pay liquidated damages in the amount of $12.50 for each working day beyond the
number of working days established for physical delivery of the equipment/material.
b. To pay actual damages equal to the actual cost to the City for rental of equipment
necessary for the user Department to continue with its operations.
c. To authorize the City to deduct these liquidated and actual damages from any money
due or coming due to the Contractor.
5. PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: Invoices will not be
processed for payment until receipt of a properly completed invoice or invoiced items,
whichever is later.
6. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped
prepaid, F.O.B. Destination.
Project No. LO -12 -013 Page 6 of 26
7. REJECTION: All goods or materials purchased herein are subject to approval by the City.
Any rejection of goods or material resulting from non conformity to the terms and
specifications of this Contract, whether held by the City or returned, will be at Contractor's
risk and expense.
8. IDENTIFICATION: All invoices, packing lists, packages, shipping notices, instruction
manuals, and other written documents affecting this Contract shall contain the applicable
purchase contract number.
9. INFRINGEMENTS: Contractor agrees to protect and hold harmless the City against all
claims, suits or proceedings for patent, trademark, copyright or franchise infringement
arising from the purchase, installation, or use of goods and materials ordered, and to
assume all expenses and damages arising from such claims, suit(s) or proceedings.
10. WARRANTIES:
a. Notwithstanding inspection and acceptance by the City, the articles supplied under this
contract, or any condition of this contract concerning the conclusiveness thereof, the
Contractor warrants that for a period of one year after delivery and acceptance by the City of
Port Angeles, that:
(1) All supplies furnished under this contract will be free from defects in material or
workmanship and will conform with all requirements of this contract; and
2) The preservation, packaging, packing, and marking, and the preparation for, and
method of, shipment of such supplies will conform with the requirements of this contract.
b. When return, correction, or replacement is required, transportation charges and
responsibility for the supplies while in transit shall be borne by the Contractor. However, the
Contractor's liability for the transportation charges shall not exceed an amount equal to the
cost of transportation by the usual commercial method of shipment between the place of
delivery specified in this contract and the Contractor's plant, and return.
c. Any supplies or parts thereof, corrected or furnished in replacement under this clause,
shall also be subject to the terms of this clause to the same extent as supplies initially
delivered. The warranty, with respect to supplies or parts thereof, shall be equal in duration
to that in paragraph 10.a of this clause and shall run from the date of delivery of the
corrected or replaced supplies.
d. All implied warranties of merchantability and "fitness for a particular purpose" are
excluded from any obligation contained in this contract.
e. All standard manufacturer warranties must inure to the benefit of the City of Port Angeles.
f. Remedies available to the City. Within a reasonable time after providing notice to the
Contractor, the City may either:
(1) Require, by written notice, the prompt correction or replacement of any supplies or
parts thereof (including preservation, packaging, packing, and marking) that do not conform
with the requirements of this contract within the meaning of paragraph 10.a of this clause; or
Project No. LO -12 -013 Page 7 of 26
(2) Retain such supplies and reduce the contract price by an amount equitable under
the circumstances.
11. ASSIGNMENTS: Moneys due under this Contract shall only be assignable with prior written
consent of the City.
12. TAXES: Unless otherwise indicated the City agrees to pay all State of Washington sales or
use tax. No charge by Contractor shall be made for federal excise taxes, and the City
agrees to furnish Contractor, upon acceptance of articles supplied under this Contract with
an exemption certificate.
13. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and represents that all the
goods and materials ordered herein are free and clear of all liens, claims, or encumbrances
of any kind.
14. RISK OF LOSS: Regardless of FOB point, Contractor agrees to bear all risks of loss, injury
or destruction of goods and materials ordered herein which occur prior to delivery. Such
loss, injury or destruction shall not release Contractor from any obligation hereunder.
15. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the City harmless from
and against any damage, cost or liability for any injuries to persons or property arising from
acts or omissions of Contractor, its employees, agents or subcontractors howsoever caused.
16. LABOR AND INDUSTRIES: Contractor is required to the extent applicable, to procure
Labor and Industries permits LI 700 -7 and LI 700 -29 and abide by the requirements thereof.
Copies of "Statement of Intent to Pay Prevailing Wages" and "Affidavit of Wages Paid" shall
be submitted to the City Clerk and Department of Labor and Industries.
17. ANTI TRUST: Contractor and the City recognize that in actual economic practice
overcharges resulting from anti -trust violations are borne by the City. Therefore, Contractor
hereby assigns to the City any and all claims for such overcharges.
18. DEFAULT: Contractor shall be liable for damages suffered by the City resulting from
Contractor's breach of Contract. The Contractor covenants and agrees that in the event suit
is instituted by the City for any default on the part of the Contractor, and the Contractor is
adjudged by a court of competent jurisdiction to be in default, Contractor shall pay to the
City all costs, expended or incurred by the City in connection therewith, and reasonable
attorney's fees. The Contractor agrees that the Superior Court of the State of Washington
shall have jurisdiction over any such suit, and that venue shall be laid in Clallam County.
19. BRANDS: When a special brand is named it shall be construed solely for the purpose of
indicating the standards of quality, performance, or use desired. Brands of equal quality,
performance, and use shall be considered, provided the bidder specifies the brand and
model and submits descriptive literature when available. Any bid containing a brand which
is not of equal quality, performance, or use specified must be represented as an alternate
and not as an equal, and failure to do so shall be sufficient reason to disregard the bid.
20. SAFETY: The equipment shall completely comply with all State and Federal laws, rules,
regulations and codes in effect at the time of delivery.
Project No. LO -12 -013 Page 8 of 26
The equipment shall be tested by the successful bidder for compliance with all
OSHA/WISHA regulations and the State Department of Labor and Industries Electrical
Workers Safety Rules.
21. ACCEPTANCE: BY ACCEPTING THIS PURCHASE CONTRACT IN WRITING OR BY
DELIVERING THE MATERIAL ORDERED, CONTRACTOR ACCEPTS ALL OF THE
TERMS AND CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY
THE CITY TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY VENDOR
CONTRACTOR AS A CONDITION OF ACCEPTANCE OR DELIVERY.
Project No. LO -12 -013 Page 9 of 26
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into this o day of Apvi t-tbev, 2012,
between the City of Port Angeles (hereinafter called the "City and General Pacific, Inc
(hereinafter called the "Contractor "Vendor or "Bidder
WITNESSETH: That the City and the Contractor, in consideration of the
performance of the terms and conditions hereinafter mentioned, agree as follows:
ARTICLE 1
CONTRACT DOCUMENTS
The complete contract includes the Invitation to Bid, the Instructions to Bidders, the
Bid, the Specifications, the Standard Terms and Conditions, the Purchase Order
Requisition, and the Purchase Contract. The foregoing documents shall hereinafter be
called "Contract Documents" or "Contract All obligations of the City and the Contractor
are fully set forth and described herein.
In the event of a discrepancy between any of the Contract Documents, as above
defined, the City shall give a written interpretation thereof, which interpretation shall
govern.
ARTICLE II
CONTRACT COST
The Contractor agrees to sell and deliver to the City, at the delivery point specified in
the Instructions to Bidders, and the City agrees to purchase and receive from Contractor
the equipment as described and set forth in the Contract Documents and the provisions
of the Contractor's bid attached and made a part hereof.
ARTICLE III
ASSIGNMENT
The Contractor shall not assign any of its responsibility under this Contract without
the express written consent of the City.
ARTICLE IV
APPLICABLE LAW AND VENUE
This Contract shall be governed by, and construed in accordance with, the applicable
laws of the State of Washington. Any legal proceedings to determine the rights and
obligations of the parties hereunder shall be brought and heard in Ciallam County
Superior Court.
Project No. LO -12 -013 Page 10 of 26
ARTICLE V
NONDISCRIMINATION
During the performance of this Contract, the parties shall conduct their business in a
manner which assures fair, equal and nondiscriminatory treatment of all persons,
without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran
condition, physical or mental handicap, or national origin, and, in particular:
1. The parties will maintain open hiring and employment practices and will
welcome applications for employment in all positions from qualified individuals
who are members of the above stated minorities.
2. The parties will comply strictly with all requirements of applicable federal, state
or local laws or regulations issued pursuant thereto, relating to the
establishment of nondiscriminatory requirements in hiring and employment
practices and assuring the service of all patrons and customers without
discrimination with respect to the above stated minority status.
ARTICLE VI
TERMINATION OF CONTRACT
In the event that any of the provisions of this Contract are violated by the Contractor
or the Contractor's subcontractors, the City may serve written notice of intention to
terminate such Contract upon the Contractor, which notice shall specify the reasons
therefore. Unless within thirty (30) days after serving such notice upon the Contractor
such violation shall cease and an arrangement for the correction thereof satisfactory to
the City be made, the Contract shall, upon the expiration of the said thirty (30) days,
cease and terminate. In the event of any such termination, the City may purchase the
materials necessary for complete performance of this Contract for the account and at
the expense of the Contractor, and the Contractor shall be liable to the City for any
excess cost thereby.
ARTICLE VII
SEVERABILITY
If any term or condition of this Contract or the application thereof to any person(s) or
circumstances is held invalid, such invalidity shall not affect other terms, conditions, or
applications which can be given effect without the invalid term, condition, or application.
To this end the terms and conditions of this Contract are declared severable.
Project No. LO -12 -013 Page 11 of 26
ARTICLE VIII
WAIVER
Waiver of any breach of any term or condition of this Contract shall not be deemed a
waiver of any prior or subsequent breach, no term or condition of this Contract shall be
held to be waived, modified, or deleted except by a written instrument signed by the
parties hereto.
GENERAL PACIFIC, INC. CITY OF PORT ANGELES
By:
Title: S,,sidt S.Ie.s
Dated: 12
Project No. LO -12 -013
By: OL
Title: Or w►anacj.fr
Dated:
ATTEST:
City clerk
App oved to as to for
City ttorney
Page 12 of 26
25 kVA
120/240
12 ea.
37.5 kVA
120/240
10 ea.
50 kVA
120/240
15 ea.
75 kVA
120/240
1 ea.
75 kVA
277/480v
3 ea.
100 kVA
277/480v
3 ea.
167 kVA
277/480
6 ea.
37.5 kVA
120/240
8 ea.
50 kVA
120/240
15 ea.
City of Port Angeles Schedule A
Invitation for Bid Transformers
Purchase Contract: LO -12 -013
GENERAL DESCRIPTION: Overhead and Padmounted Transformers
DATE DELIVERY REQUIRED: Maximum of 60 days from receipt of purchase order.
TRANSFORMERS WARRANTY: Transformers shall be completely assembled, tested,
and inspected at the factory. Any transformer failing due to defective design, material,
and /or workmanship within twelve (12) months after being energized, or within 18
months after delivery, shall be repaired or replaced without cost, including shipping
charges, to the City. Any defect in design, material, and /or construction discovered
within this period shall be corrected on all transformers furnished on the order at the
manufacturer's expense.
DESCRIPTION QUANITITY OF BID ITEMS 1 2:
Bid Item 1: (See specs below)
Single -Phase Overhead Distribution Transformers
Bid Item 2: (See specs below)
Single -Phase Pad Mounted Distribution Transformers
Bid Item 1 Specifications for Envirotran EF Single -Phase Overhead Distribution
Transformers 25 -167 kVA; MDUT -102
1.0 GENERAL:
1.1
This specification covers the electrical and mechanical characteristics of single -phase
overhead -type distribution transformers, which utilize Envirotemp® FR3TM fluid as the
dielectric fluid.
Project No. LO -12 -013 Page 13 of 26
1.2 All characteristics, definitions, and terminology, except as specifically covered in this
specification, shall be in accordance with the latest revision of the following ANSI
standards.
C57.12.00 IEEE Standard General Requirements for Liquid- Immersed Distribution,
Power, and Regulating Transformers.
C57.12.20 Overhead Type Distribution Transformers, 167 KVA and Smaller: High
Voltage, 34500 Volts and Below: Low Voltage, 7970/13800Y Volts and Below
C57.12.30 Bar Coding for Distribution Transformers.
C57.12.90 IEEE Standard Test Code for Liquid- Immersed Distribution, Power, and
Regulating Transformers and IEEE Guide for Short- Circuit Testing of Distribution and
Power Transformers.
C57.12.91 Guide for Loading Mineral -Oil- Immersed Overhead and Pad Mounted
Transformers rated 500 kVA and less with 55 °C or 65 °C average winding rise
C57.147 IEEE Guide for Acceptance and Maintenance of Natural Ester Fluids
in Transformers
2.0 RATINGS:
2.1 The transformer shall be designed in accordance with this specification and shall have
one or more of the following kVA ratings:
25, 37.5, 50, 75, 100, 167
The applicable kVA rating and quantity of each shall be as specified on the Bid Form.
The kVA ratings are continuous and are based on not exceeding a hot -spot conductor
temperature rise of 80 °C as specified in ANSI C57.12.20, Sec. 3.1.
2.2 The primary voltage shall be 7200/12470 Y. The basic insulation level (BIL) shall be in
accordance with ANSI C57.12.20.
2.3 The basic insulation level (BIL) of the secondary voltage shall be 30 kV. The secondary
voltages shall be one of the following, as specified on the Bid Form:
a. 120/240
b. 240/480
c. 277
2.4 The transformer impedance at rated voltage and load shall not be less than the
following:
a. 25 kVA 50 kVA: 1.7%
b. 75 kVA 167 kVA 2.0%
2.5 When specified on the Bid Form, the transformer will be furnished with full capacity high
voltage taps. The tap changer shall be clearly labeled to reflect that the transformer must
be de energized before operating the tap changer as required in Section 6.2.1 of ANSI
C57.12.20. The unit shall have one of the following tap configurations:
Project No. LO -12 -013 Page 14 of 26
BIL
Withstand
(kV)
Transformer Low Voltage Rating
(volts)
Size of Terminal
Opening
AMG Size of Conductor Terminal will
Accommodate
120/240
240/480
277
95
Inches
Millimeters
35
5/8
15.9
No 6 Solid to No 4/0 -19 Stranded
10 -15
10 -25
10 -25
13/16
20.6
No 2 Solid to 350 kcmil -19 Stranded
25 -50
37 100
37 %1 100
15/16
23.8
No 1/0 Solid to 500 kcmil -37 Stranded
75
1
31.8
No 2/0 Solid to 1000 kcmil -61 Stranded
100
Spade H
167 -250
167 -500
167 -250
Spade 1
333 -500
333 -500
BIL
Withstand
(kV)
Creepage Distance*
60 -Hz Dry
1- Minute
Withstand
60 -Hz
Wet 10-
Second
Withstand
(kV)
Inches
Millimeters
95
1114±14
267 ±13
35
30
125
17 'A ±1%:
419 ±38
42
36
150
31 ±114
762 ±38
60
50
a. No taps
b. Two 2' /s% taps above and below rated voltage
c. Four 2' /2% taps below rated voltage
3.0 HIGH VOLTAGE BUSHINGS AND TERMINALS:
3.1 Two high voltage bushings shall be provided on each transformer, exceeding minimum
creepage distances shown in Table 1.
Table 1
Electrical Characteristics of High- Voltage Bushings
Project No. LO -12 -013
Creepage distances shown are minimum values where no tolerance is specified.
3.2 The bushing terminals provided shall be tin plated to accommodate both aluminum and
copper conductors. The size of these terminal openings shall be 5/16 inch to
accommodate #8 solid to #2 stranded conductors.
3.3 Unless otherwise specified, the color of the bushings shall match Light Gray Number 70,
Munsell Notation 5BG7. 0/0.4.
4.0 LOW VOLTAGE BUSHINGS AND TERMINALS
4.1 The low- voltage bushings provided shall be in accordance with Table 2 (below).
4.2 The bushing terminals provided shall be tin plated to accommodate both aluminum and
copper conductors. The size of the terminals shall be in accordance with Table 2
(below).
Table 2
Low Voltage Terminal Sizes for Single -Phase Transformers
Page 15 of 26
4.3 The internal secondary leads shall be permanently embossed with the letters A, B, C,
and D per ANSI C57.12.00 and C57.12.20. This marking can be used as a means to
locate such leads with respect to one another for internal reconnection.
5.0 PROTECTION
5.1 No protection is required with the transformer.
6.0 TANK
6.1 The tank shall include a pressure relief device as a means to relieve pressure in excess
of pressure resulting from normal operation. The venting and sealing characteristics
shall be as follows:
a. Cracking Pressure: 10 psig 2 psig
b. Resealing Pressure: 6 psig minimum
c. Zero leakage from reseal pressure to -8 psig
d. Flow at 15 psig: 35 SCFM minimum
6.2 The tank coating shall be light gray number 70, Munsell notation 5BG7.0/0.4, and
meet all requirements in ANSI C57.12.31 including:
a. Salt Spray Test
b. Crosshatch Adhesion Test
c. Humidity Test
d. Impact Test
e. Oil Resistance Test
f. Ultraviolet Accelerated Weathering Test
g. Abrasion Resistance Taber Abraser
6.3 The tank provided shall have a recessed tank bottom that offers protection when
sliding over rough surfaces.
6.4 The tank shall have an internal mark, which indicates the proper fluid level per
Section 6.2.3 of ANSI C57.12.20.
6.5 The tank shall be provided with a mild steel cover ring and ring loops, and a
stainless steel bolt. A bronze nut shall also be provided to eliminate corrosion
problems and avoid galling.
6.6 The tank shall be complete with an anodized, aluminum laser engraved
nameplate.
6.7 The tank shall include arrester mounting pads, grounding provisions, ANSI
support lugs (hanger brackets) and lift lugs.
7.0 FLUID
7.1 The dielectric coolant shall be listed less- flammable fluid meeting the
requirements of National Electrical Code Section 450 -23 and the requirements of
Project No. LO -12 -013 Page 16 of 26
the National Electrical Safety Code (IEEE C2- 2002), Sectionl5. The dielectric
coolant shall be non toxic, non bioaccumulating and be readily and completely
biodegradable per EPA OPPTS 835.3100. The base fluid shall be 100% derived
from edible seed oils and food grade performance enhancing additives. The fluid
shall not require genetically altered seeds for its base oil. The fluid shall result in
zero mortality when tested on trout fry*. The fluid shall be certified to comply with
the US EPA Environmental Technology Verification (ETV) requirements, and
tested for compatibility with transformer components. The fluid shall be Factory
Mutual Approved, UL Classified Dielectric Medium (UL -EOUV) and UL Classified
Transformer Fluid (UL- EOVK), Envirotemp FR3TM fluid.
*(per OECD G.L. 203)
7.2 Transformer manufacturer will show functional data for components testing
performed in Envirotemp® FR3TM fluid.
8.0 ACCESSORIES
8.1 The following checked accessories shall be provided in addition to those
specified on the Bid Form:
Complete unit 304 or 409 Stainless Steel
[x] Non -PCB Decal (white on blue)
[x] Ground connector and Low Voltage ground strap on double bushing units.
8.2 The transformer shall be marked with 2' /2 inch letters indicating the transformer
kVA rating. The letters shall be located below the secondary bushings.
8.3 A clamp -type transformer tank ground connector suitable for both aluminum and
copper conductor shall be provided. Burndly Servit -Post #276565. An external
removable copper strap shall be provided between the secondary neutral
bushing and the tank, except on transformers with a secondary voltage of
480/240 volts.
9.0 SHIPPING
9.1 Unit shall be banded, blocked or bolted to a suitable skid with 2 1/2 inches of
clearance for shipment.
10.0 TESTING AND LOSSES
10.1 Units will comply with minimum efficiencies required by the Code of Federal
Regulations (CFR) Title 10, part 431.196. Each unit shall be subjected to a full
wave voltage impulse and leak test. The manufacturer shall provide certification
upon request for all design and other tests listed in Table 17 of ANSI c57.12.00
including verification that the design has passed Short Circuit Criteria per ANSI
C57.12.00 and C57.12.90.
Project No. LO -12 -013 Page 17 of 26
Bid Item 2 Specifications for Single -Phase Pad mounted Distribution
Transformers 25 -100 kVA; MDUT -101
1.0 GENERAL:
1.1 This specification covers the electrical and mechanical characteristics of 60 Hz, 25 -100
kVA single phase, pad- mounted distribution transformers.
1.2 All characteristics, definitions, and terminology, except as specifically covered in this
specification, shall be in accordance with the latest revision of the following ANSI and
NEMA standards.
C57.12.00 IEEE Standard General Requirements for Liquid- Immersed Distribution,
Power, and Regulating Transformers.
C57.12.25 IEEE Standard for Pad Mounted, Compartmental Type, Self Cooled,
Single -Phase Distribution Transformers for Use with Separable Insulated High Voltage
Connectors.
C57.12.28 Pad Mounted Equipment Enclosure Integrity.
C57.12.90 IEEE Standard Test Code for Liquid- Immersed Distribution, Power, and
Regulating Transformers and IEEE Guide for Short- Circuit Testing of Distribution and
Power Transformers.
C57.12.91 Guide for Loading Mineral -Oil- Immersed Transformers.
2.0 RATINGS:
2.1 The transformer shall be designed in accordance with this specification and the kVA
rating shall be as noted in the Request for Quotation. Design shall meet efficiency
standards defined in the Code of Federal Regulations (CFR) Title 10, part 431.196.
2.2 The primary voltage shall be 7200V phase -to- ground, and the basic lightning impulse
insulation level (BIL) shall be 95 kV.
2.3 The secondary voltage shall be 120/240 volts, 3 bushings, and the basic insulation level
(BIL) of the secondary voltage shall be 30 kV.
2.4 The transformer shall be furnished without high voltage taps.
2.5 The average winding temperature rise above ambient temperature, when tested at the
transformer rating, shall not exceed 65 °C.
2.6 The percent impedance, as measured on the rated voltage connection, shall be in the
range between 1.10% and 2.7 The tolerance on the impedance shall be 10.0
3.0 HIGH VOLTAGE BUSHINGS AND TERMINALS:
3.1 Bushing Style:
The high voltage bushings shall be 15 kV 200A bushing wells with bushing well inserts
installed. The bushings shall be externally removable and be supplied with a removable
stud.
Project No. LO -12 -013 Page 18 of 26
3.2 Bushing Configuration:
The transformer shall be provided with two (2) high voltage bushings and two parking
stand brackets in accordance with Figure 2b minimum dimensions of ANSI C57.12.25
for loop feed configurations. The bushing heights shall be in accordance with Figure 3
minimum dimensions of ANSI C57.12.25. Bushings shall be labeled H1A and H1B.
4.0 SECONDARY VOLTAGE BUSHINGS AND TERMINALS:
4.1 Bushing Style:
The transformer shall have threaded stud -type line and neutral terminals as follows:
4.1.1 25- 75kVA: 0.625 -11 Thread Size, 1.25 inches minimum length
4.1.2 100 kVA: 1.000 -14 Thread Size, 1.75 inches minimum length
4.2 Neutral bushing shall be grounded to the transformer tank by a removable grounding
strap. Low and high voltage neutrals shall be internally tied together with a removable
link for testing. The removable link shall be readily accessible without removal of any oil.
4.3 Bushing Configuration:
The transformer shall be provided with bushings in a staggered arrangement in
accordance with Figure 2a minimum dimensions of ANSI C57.12.25. Bushings shall be
labeled X1, X2 (Neutral), and X3.
5.0 TRANSFORMER PROTECTION AND SWITCHING:
5.1 Overcurrent Protection:
The high voltage overcurrent protection scheme provided with the transformer shall be
an externally removable loadbreak expulsion Bay -O -Net fuse assembly with a flapper
valve to minimize oil spillage.
6.0 GENERAL DESIGN:
6.1 Core and coil:
The core and coil shall be vacuum processed to ensure maximum penetration of
insulation fluid into the coil insulation system. While under vacuum, the windings will be
energized to heat the coils and drive out moisture, and the transformer will be filled with
preheated filtered degassed insulating fluid. The core shall be manufactured from burr
free, grain- oriented silicon steel and shall be precisely stacked to eliminate gaps in the
corner joints. The coil shall be insulated with B- stage, epoxy coated, diamond pattern,
insulating paper, which shall be thermally cured under pressure to ensure proper
bonding of conductor and paper.
6.2 Dielectric Fluid:
The dielectric coolant shall be listed less- flammable fluid meeting the requirements of
National Electrical Code® Section 450 -23 and the requirements of the National Electrical
Safety code (IEEE C2- 2007), Section 15. The dielectric coolant shall be readily and
completely biodegradable per EPA OPPTS 835.3100. The base fluid shall be 100%
derived from edible seed oils with performance enhancing additives. The fluid shall result
Project No. LO -12 -013 Page 19 of 26
in zero mortality when tested on trout fry per OECD G.L. 203 and be non
bioaccumulating. The fluid shall be published under US EPA Environmental Technology
Verification (ETV) requirements, and tested for compatibility with transformer
components. The fluid shall be Factory Mutual Approved. UL® Classified Dielectric
Medium (UL -EOUV) UL Classified Transformer Fluid (UL- EOVK), Envirotemp® FR3®
fluid.
6.3 Tank and Cabinet Enclosure:
6.3.1 In addition to the regular locking provision, all access doors or hood shall be
secured by a captive, penta -head bolt that meets the dimensions set forth in RUS
Drawing A3759.
6.3.2 The enclosure integrity of the tank and cabinet shall meet the requirements for
tamper resistance set forth in ANSI C57.12.28 including but not limited to the pry
test, pull test, and wire probe test.
6.3.3 The compartment depth shall be 20 inches.
6.3.4 The tank base must be designed to allow skidding or rolling in any direction.
Lifting provisions shall consist of four lifting lugs welded to the tank.
6.3.5 The tank shall be constructed to withstand 7 psi without permanent deformation,
and 15 psi without rupturing or affecting cabinet security.
6.3.6 The tank shall include a pressure relief device as a means to relieve pressure in
excess of pressure resulting from normal operation. The venting and sealing
characteristics shall be as follow:
6.3.6.1 Cracking Pressure: 10psig 2 psig
6.3.6.2 Resealing Pressure: 6 psig minimum
6.3.6.3 Zero Leakage from reseal pressure to -8 psig
6.3.6.4 Flow at 15 psig: 35 SCFM minimum
6.3.7 The tank and cabinet coating shall meet all the requirements of ANSI C57.12.28
including:
6.3.7.1 Salt -Fog Resistance per ASTM B -117, 1000 hours.
6.3.7.2 Crosshatch Adhesion Test per ASTM D -3359, per Method B.
6.3.7.3 Humidity Test, per ASTM D -2247, 1000 hours at 45 °C w/ no blisters.
6.3.7.4 Impact Test per ASTM D -2794 and G -14
6.3.7.5 Oil Resistance Test
6.3.7.6 Ultraviolet Accelerated Weathering Test
6.3.7.7 Abrasion Resistance Taber Abraser per ASTM D -4060
6.3.7.8 Moisture Condensation Resistance per ASTM D -1735
6.3.8 The exterior of the unit shall be painted two coats of semi -gloss Munsell
7GY3.29/1.5 green color on one coat of rust resisting primer.
6.3.9 The tank shall be complete with an anodized aluminum laser engraved
nameplate that conforms to ANSI C57.12.00, Nameplate A.
7.0 ACESSORIES:
7.1 The following accessories shall be provided:
Project No. LO -12 -013 Page 20 of 26
7.1.1 Welded main tank cover
7.1.2 0.5" upper fill plug
7.1.3 0.5" drain plug in LV compartment
7.1.4 Automatic pressure relief valve
7.1.5 Metal drip shield (when bayonets specified)
7.1.6 Ground provisions per C57.12.34 section 9.11
7.1.7 Burndy #KC25 Ground connector w/ 9/16" threaded stud
7.1.8 Liquid level sight gauge at the 25 °C oil level.
7.1.9 Mr. Ouch warning danger signs
7.1.10 NEMA "High Voltage" warning decal on outside of transformer
7.1.11 NEMA "High Voltage" danger decal on inside of transformer
7.1.12 2' /2" Letter stenciling of kVA and secondary voltage, centered on door.
8.0 SHIPPING:
8.1 Units shall be banded, blocked, or bolted to a suitable wood pallet or poly pad.
9.0 TESTING TOLERANCES:
9.1 All units shall be tested for the following:
9.1.1 No -Load (20 °C) losses at rated current
9.1.2 Total (85 °C) losses at rated current
9.1.3 Percent Impedance (85 °C) at rated current
9.1.4 Excitation current (100% voltage) test
9.1.5 Winding resistance measurement tests
9.1.6 Ratio tests using all tap settings
9.1.7 Polarity and phase relation tests
9.1.8 Induced potential tests
9.1.9 Full wave and reduced wave impulse test
9.2 In addition, the manufacturer shall provide certification upon request for all design and
other tests listed in ANSI C57.12.00, including verification that the design has passed
short circuit criteria per ANSI C57.12.00 and C57.12.90.
10.0 DATA WITH PROPOSAL:
10.1 The following data shall be submitted:
10.1.1 Estimated Delivery Time
10.1.2 Maximum No -Load Core losses
10.1.3 Maximum Full -Load Winding losses
10.1.4 Percent Impedance
10.1.5 Percent Efficiency
10.1.6 Standard dimension drawings
10.1.7 Final record drawings (furnished at time of shipment)
Project No. LO -12 -013 Page 21 of 26
Bid Items 4j* •,Dastcibu
DesCrifition
(smgte tt tOverhead
"tionTra sformers
Q;ty
*.us
nit Price
r u g
total Price
s a
25 kVA
120/240v
12 ea.
83911
70 ert.•Sz.
37.5 kVA
120/240v
10 ea.
1. t oo
/o.u-ro.00
50 kVA
120/240v
15 ea.
425-59' °O
is".e'i °•°0
75 kVA
120/240v
1 ea.
l.fi`3-6.H•2.
miS&
75 kVA
277/480v
3 ea.
m.9oo,00
5 00 ,00
100 kVA 277/480v
3 ea.
2•1eg
'i.o
167 kVA
277/480v
6 ea.
3352.5"1
.7 o.is3,1.`f
Bid It 2
c am
D s nptton
,(s gie Phasepait mounted
=Distribution` iiransformers
8
rift Price
Total Price.,,
37.5 kVA
120/240
8 ea.
I.S Ertl •Z -1
/1o73. bS
50 kVA
120/240
15 ea.
2 o 3g •9-(
o,
3S$y. zf
a
l; Subtota
(B td, Item 1' 2)•
117 I
S ale s Tax (8 4
0.° 31• 03
k h
T o t al Btd Amount:'
I2996 °9 Y
City of Port Angeles
Bid No. LO -12 -013
BID FORM
Transformers
Bidder must bid on all bid items for a bid to be considered valid. The bidder hereby bids the
following amounts for all material described in the Contract Documents.
Project No LO -12 -013
Page 22 of 26
Bid Items
Description
No Load Loss
(Watts)
Full Load Loss
(Watts)
Delivery Time
(Weeks from
order placement)
below)
it fef"Pl5ase<P ctirlo'uiile `Disfnb'uti4n Transformers::( x'
j3
`,,.5. d& t
25 kVA Single
Phase
Transformers
120/240v
70
3 y 4
9 -II
37.5 kVA Single
Phase
Transformers
120/240v
SS
S01
9�Il
50 kVA Single
Phase
Transformers
120/240v
119
S71
9 -1I
75 kVA Single
Phase
Transformers
120/240v
/.5
7 ga
9-11
75 kVA Single
Phase
Transformers
277/480v
/1,3
7 19
9 -11
100 kVA Single
Phase
Transformers
277/480v
117
/030
Q -1 l
167 kVA Single
Phase
Transformers
277/480v
310
/474
c 1
"se` a��` =��=d
S.inge>-Plia Pad= lvlountediDisfribufiohT: raps{ ormerst (tielow)';`"`-
37.5 kVA
Transformers
120/240
92
9!07
9-1/
TO kVA
sf
Transformers
sformers
120/240
1I2.,
5 90
9 II
Bid Evaluation Data:
Transformers will be evaluated based on standard Power Industry methodology for
electrical efficiency evaluated over a 20 year period. Each bidder is required to submit
with their bid the guaranteed loss values for no load and full load in watts. Differences
in the amount of energy usage expected from each transformer will be used in
determining the best value to the City of Port Angeles.
A4 4'1 s T:rxt d -fro l luvrt r e Sa_nc1 WG Mats 6t tale -tote. -l
mee4 your de_l -uer/ re9..crtmenk5., Lead +trneS ore s...boeak 40cl.andt
0 41 0 4- 4 no -l-:at die -fo tw e r :7 4,.cl. reQµsi
Project No. LO -12 -013
Page 23 of 26
FULL LEGAL NAME OF BIDDER
TITLE Snstcic 5nJeS
City of Port Angeles
Bid No. LO -12 -013
TRANSFORMERS
BID SIGNATURE SHEET
(BID SUMMARY and SIGNATURES)
Will you sell additional units to the City of Port Angeles at the bid price until further
notice?
Yes
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has
received Addenda No(s). -a9 to this project manual.
The undersigned hereby accepts the terms and conditions as set forth herein. This bid
submittal sheet must be signed and dated by the bidder or a representative
legally authorized to bind the bidder.
Gc'e.' _L P0«-C=c =..c
TYPE OF BUSINESS: Corporation Partnership (general) Partnership
(limited)
ADDRESS ,12414 r.9 F_ t onsenA 10a-
NAME (PLEASE PRINT)r 1 veSci Reuerc
Sole Proprietorship Limited Liability Company
CITY /STATE /ZIP Caicoteta ✓eqo.. 4 77o
PHONE R'DOS41- 97 trot Leta FAX SO3 M89 -a.1 o
SIGNED /rp 4 J) t DATE /f -S I 'L
Project No. LO -12 -013 Page 24 of 26
Ore
STATE OF W ASI IINOTON
COUNTY OF JYL.,1}rn rnat-
NON COLLUSION AFFIDAVIT
The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a
genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not
therein named; and (s)he further says that the said bidder has not directly or indirectly induced
or solicited any bidder on the above work or supplies to put in a sham bid, or any other person
or corporation to refrain from bidding; and that said bidder has not in any manner sought by
collusion to secure to him /her self an advantage over any other bidder or bidders.
Project No. LO -12 -013
Subscribed and sworn to before me this -C day of hluucn, btr 20 12,
OFFICIAL SEAL
KARYN MARIKATCLUAI
NOTARY PUBLIC OREGON
COMMISSION NO.465257
MV COMMISSION EXPIRES JANUARY 25, 2016
Signature of Bidder /Contractor
Notary P11t I�fc in and for the
State of .r
Residing at C- N Q04r/14 \vac.
My Comm. Exp.
Page 25 of 26
GENERAL PACIFIC
P.O. BOX 70
ITEM 1
OVERHEAD DIST. TRANSFORMER POLEMOUNT
ITEM# 1.00
NL= 70 LL= 340 I2 =2.100 TL= 410
OPTIONS BEGIN
025 25 KVA
501 7200/12470Y 95BIL 2BU
001 NO TAPS
401 120/240 3 OR 4 LVBU(QTY PER ANSI)
1 1 SET OF HANGER BRACKETS
000 CONVENTIONAL
000 NO LIGHTNING ARRESTER AT H1
ERMCO QUOTE PAGE 1
QUOTE 334251 -00
CUSTOMER COPY QUOTED DATE 10/31/12
SHIP TO:
CITY OF PORT ANGELES
240 W. FRONT STREET
FAIRVIEW OR97024 PORT ANGELES WA98362
DESCRIPTION PRODUCT NUMBER QTY UNIT PRICE
TRANSFORMER LOSS DATA IS BASED ON ANSI 057.12.00:
LOSS GRT: MAX TEMP BASIS: A VOLT% 100
QUOTED POLEMOUNTS PER SPECIFICATION SCHEDUAL A
25,37.5,50,75,75,100,167KVA CONVENTIONAL POLEMOUNT
7200/12470Y 95BIL PRIMARY WITH TWO HIGH VOLTAGE
BUSHINGS, NO TAPS, ITEMS 1 THRU 4 WILL BE PROVIDED
WITH 120/240 SECONDARY WITH THREE LOW VOLTAGE
BUSHINGS.
ITEMS 5 THRU 7 WILL BE PROVIDED WITH 277/480
SECONDARY WITH TWO LOW VOLTAGE BUSHINGS.
PADMOUNTS QUOTED PER SPEC #1DUT -101
ANSI TYPEII PADMOUNTS, 37.5,50KVA 12470GRDY/7200
PRIMARY WITH WELLS AND INSERTS, NO TAPS, 240/120
SECONDARY WITH THREE LOW VOLTAGE BUSHINGS.
PROVIDING BAYONET FUSING WITH ISOLATION LINK.
*ERMCO WILL BE PROVIDING BURNDY GROUND LUG
#KC22J12T13, ON POLEMOUNTS AND PADMOUNTS. /�1 ``u`s
*ALL TRANSFORMERS WILL BE FILLED WITH FR -3. nokt
*PADMOUNTS WILL BE PROVIDED WITH 4 LIFTING BOLTS
IN LIEU OF LIFTING LUGS AS LISTED ON SECTION 6.3.4
FREIGHT PREPAID AND ALLOWED.
LEAD TIME FOR SINGLE PHASE POLES IS 9 -11 WEEKS.
LEAD TIME FOR SINGLE PHASE PADS IS 9 -11 Wn1EKS.
PRICES ARE FIRM FOR RECEIPT OF AN ORDER WITHIN 90
DAYS FROM 11/6/12 AND DELIVERY WITHIN
THE QUOTED LEAD TIME. DELIVERIES BEYOND THE
QUOTED LEAD TIME WILL BE SUBJECT TO ESCALATION
BASED ON THE ERMCO MATERIAL PRICE INDEX AT THE
TIME OF SHIPMENT. THE BASE ERMCO MATERIAL PRICE
INDEX FOR THIS QUOTATION IS 11.71% LEAD TIMES
ARE SUBJECT TO CHANGE WITHOUT NOTICEI!I
12 83y.1
&LCL
GENERAL PACIFIC
P.O. BOX 70
ERMCO QUOTE
CUSTOMER COPY
PAGE. 2
QUOTE 334251 -00
QUOTED DATE 10/31/12
SHIP TO:
CITY OF PORT ANGELES
240 W. FRONT STREET
FAIRVIEW OR97024 PORT ANGELES WA98362
DESCRIPTION PRODUCT NUMBER QTY UNIT PRICE
10 EXTRA CREEP HV BUSHING
300 STD THERMOSET /THEROPLATC W /EYEBOLT
1 RECEIVES STD LENGTH LV GRD STRAP
H HEARTLAND HPV1230 -15 FOR FR3 FLUID
E #08 -2 POST BRONZE LUG 19 -10
B (1) BARCODED ALUMINUM NAMEPLATE
1 STANDARD KVA DECAL(S) 2 -1/2"
1 "NON PCB "1X2(ERMCO STD)WHT /BLU7 -15
ARRESTER KV 0000000009.00000
8 ENVIROTEMP -FR3
TKD 0000000015.00000
TIKE 0000000022.00000
OPTIONS END
ITEM 2
OVERHEAD DIST. TRANSFORMER POLEMOUNT 10 to 61
ITEM# 2.00 i-'
NL= 85 LL= 501 IZ =2.200 TL= 586
OPTIONS BEGIN
037 37.5 KVA
501 7200/12470Y 95BIL 2B0
001 NO TAPS
401 120/240 3 OR 4 LVBU(QTY PER ANSI)
1 1 SET OF HANGER BRACKETS
000 CONVENTIONAL
000 NO LIGHTNING ARRESTER AT H1
10 EXTRA CREEP HV BUSHING
300 STD THERMOSET /THEROPLATC W /EYEBOLT
1 RECEIVES 5It) LENGTH LV GRD STRAP
HEARTLAND HPV1230 -15 FOR FR3 FLUID
E #08 -2 POST BRONZE LUG 19 -10
B (1) BARCODED ALUMINUM NAMEPLATE
1 STANDARD KVA DECAL(S) 2 -1/2"
1 "NON PCB "1X2(ERMCO STD)WHT /BLU7 -15
ARRESTER KV 0000000009.00000
8 ENVIROTEMP -FR3
TKD 0000000000.00000
TKH 0000000000.00000
OPTIONS END
ITEM 3
OVERHEAD DIST. TRANSFORMER POLEMOUNT 15 /ZSN.00
C6ei,
GENERAL PACIFIC
P.O. BOX 70
ERMCO QUOTE PAGE 3
QUOTE 334251 -00
CUSTOMER COPY QUOTED DATE 10/31/12
SHIP TO:
CITY OF PORT ANGELES
240 W. FRONT STREET
FAIRVIEW OR97024 PORT ANGELES WA98362
DESCRIPTION PRODUCT NUMBER QTY UNIT PRICE
ITEM# 3.00
NL= 114 LL= 571 IZ =2.300 TL= 685
OPTIONS BEGIN
050 50 KVA
501 7200/12470Y 95BIL 2BU
001 NO TAPS
401 120/240 3 OR 4 LVBU(QTY PER ANSI)
1 1 SET OF HANGER BRACKETS
000 CONVENTIONAL
000 NO LIGHTNING ARRESTER AT H1
10 EXTRA CREEP HV BUSHING
300 STD THERMOSET /THEROPLATC W /EYEBOLT
1 RECEIVES STD LENGTH LV GRD STRAP
H HEARTLAND HPV1230 -15 FOR FR3 FLUID
E #OS -2 POST BRONZE LUG 19 -10
B (1) BARCODED ALUMINUM NAMEPLATE
1 STANDARD KVA DECAL(S) 2 -1/2"
1 "NON PCB "1X2(ERMCO STD)WHT /BLU7 -15
ARRESTER KV 0000000009.00000
8 ENVIROTEMP -FR3
TED 0000000018.80000
TRH 0000000026.00000
OPTIONS END
ITEM 4
OVERHEAD DIST. TRANSFORMER POLEMOUNT 1 [f
Sla.gt
ITEM# 4.00
NL= 152 LL= 786 IZ =2.000 TL= 938
OPTIONS BEGIN
075 75 KVA
501 7200/12470Y 95BIL 2BU
001 NO TAPS
401 120/240 3 OR 4 LVBU(QTY PER ANSI)
1 1 SET OF HANGER BRACKETS
000 CONVENTIONAL
000 NO LIGHTNING ARRESTER AT H1
10 EXTRA CREEP HV BUSHING
300 STD THERMOSET /THEROPLATC W /EYEBOLT
1 RECEIVES STD LENGTH LV GRD STRAP
H HEARTLAND HPV1230 -15 FOR FR3 FLUID
E #08 -2 POST BRONZE LUG 19 -10
B (1) BARCODED ALUMINUM NAMEPLATE
1 STANDARD KVA DECAL(S) 2 -1/2"
1 "NON PCB "1X2(ERMCO STD)WHT /BLU7 -15
DESCRIPTION
ARRESTER KV
±TEM 6
OVERHEAD DIST.
ITEM# 6
NL=
OPTIONS BEGIN
100
501
001
003
1
GENERAL PACIFIC
P.O. BOX 70
FAIRVIEW
OR97024 PORT ANGELES
PRODUCT NUMBER OTY UNIT PRICE EXT PRIC
0000000009.00000
8 ENVIROTEMP -FR3
TKD 0000000000.00000
TKH 0000000000.00000
OPTIONS END
ITEM 5
OVERHEAD DIST. TRANSFORMER POLEMOUNT
ITEM# 5.00
NL= 163 LL= 779 IZ =2.400 TL= 942
OPTIONS BEGIN
075 75 KVA
501 7200/12470Y 9531L 2BU
001 NO TAPS
003 277/480Y 2 LV BU
1 1 SET OF HANGER BRACKETS
000 CONVENTIONAL
000 NO LIGHTNING ARRESTER AT H1
10 EXTRA CREEP HV BUSHING
300 STD THERMOSET /THEROPLATC W /EYEBOLT
1 RECEIVES STD LENGTH LV GRD STRAP
H HEARTLAND HPV1230 -15 FOR r'R3 FLUID
E #08 -2 POST BRONZE LUG 19 -10
3 (1) BARCODED ALUMINUM NAMEPLATE
1 STANDARD KVA DECAL(S) 2 -1/2"
1 "NON PC3 "1X2(ERMCO STD)WHT /BLU7 -15
ARRESTER KV 0000000009.00000
8 ENVIROTEMP -FR3
TKD 0000000021.00000
TKH 0000000034.000.00
OPTIONS END
TRANSFORMER POLEMOUNT
00
177 LL= 1030 IZ =2.300 TL= 1207
100 KVA
7200/12470Y
NO TAPS
277/480Y 2 LV BU
1 SET OF HANGER BRACKETS
ERMCO QUOTE
CUSTOMER COPY
953IL 2BU
PAGE 4
QUOTE 334251 -00
QUOTED DATE 10/31/12
SHIP TO:
CITY OF PORT ANGELES
240 W. FRONT STREET
WA98362
3 /4 00,00
3 218$,00
encL
CUSTOMER COPY
SHIP TO:
GENERAL PACIFIC CITY OF PORT ANGELES
P.O. BOX 70 240 W. FRONT STREET
FAIRVIEW OR97024 PORT ANGELES WA98362
DESCRIPTION PRODUCT NUMBER QTY UNIT PRICE
000 CONVENTIONAL
000 NO LIGHTNING ARRESTER AT H1
10 EXTRA CREEP HV BUSHING
300 STD THERMOSET /THEROPLATC W /EYEBOLT
1 RECEIVES STD LENGTH LV GRD STRAP
H HEARTLAND HPV1230 -15 FOR FR3 FLUID
E *08 -2 POST BRONZE LUG 19 -10
B (1) BARCODED ALUMINUM NAMEPLATE
1 STANDARD KVA DECAL(S) 2 -1/2"
1 "NON PCB "1X2(ERMCO STD)WHT /BLU7 -15,
ARRESTER KV 0000000009.00000
8 ENVIROTEMP -FR3
TKD 0000000000.00000
TKH 0000000000.00000
OPTIONS END
ITEM 8
ERMCO QUOTE PAGE
QUOTE 334251 -00
QUOTED DATE 10/31/12
ITEM 7
OVERHEAD DIST. TRANSFORMER POLEMOUNT 6 3.3SS.49
ITEM# 7.00 Cael-
NL= 310 LL= 1476 IZ =2.600 TL= 1786
OPTIONS BEGIN
167 167 KVA
501 7200/12470Y 95BIL 2BU
001 NO TAPS
003 277/480Y 2 LV BD
1 1 SET OF HANGER BRACKETS
000 CONVENTIONAL
000 NO LIGHTNING ARRESTER AT H1
10 EXTRA CREEP HV BUSHING
220 4.HOLE POLYMER H- SPADE
1 RECEIVES STD LENGTH LV GRD STRAP
H HEARTLAND HPV1230 -15 FOR FR3 FLUID
E *08 -2 POST BRONZE LUG 19 -10
B (1) BARCODED ALUMINUM NAMEPLATE
1 STANDARD KVA DECAL(S) 2 -1/2"
1 "NON PCB "1X2(ERMCO STD)WHT/BLU7-15
ARRESTER KV 0000000009.00000
5 ENVIROTEMP -FR3
TKD 0000000024.00000
TILE 0000000042.00000
OPTIONS END
DESCRIPTION
GENERAL PACIFIC
P.O. BOX 70
ITEM 9
PADMOUNT DIST. TRANSFORMER PADMOUNT
ITEM# 9.00
NL= 112 LL= 590 IZ =2.100 TL= 702
OPTIONS BEGIN
TYP2D TYPEII W/2 SINGLE ?ARKING STANDS
L LOOP TEED WITH 200 AMP STRAP
050 50 KVA
001 12470GRDY/7200 95BIL 1BU
001 NO TAPS
401 240/120 3 OR 4 LV TERMINALS (LESS)
E58 GENERIC DUAL /LOAD (DS) BAYO ISO
A00 ECI ISOLATION LINK BY CONFIGURATOR
M SEPARATE METAL D S
103 ECI WELLS WITH REPLACEABLE STUDS
100 ERMCO STANDARD INSERTS
000 COPPER STUD SECONDARY BUSHINGS.
ERMCO QUOTE PAGE 6
QUOTE 334251 -00
QUOTED DATE 10/31/12
CUSTOMER COPY
SHIP TO:
CITY OF PORT ANGELES
240 W. FRONT STREET
FAIRVIEW OR97024 PORT ANGELES WA98362
PRODUCT NUMBER QTY UNIT PRICE
PADMOUNT DIST. TRANSFORMER PADMOUNT 8 ISBK.21
ITEM# 8.00 esti
NL= 92 LL= 467 IZ =2.000 TL= 559
OPTIONS BEGIN
TYP2D TYPEII W/2 SINGLE PARKING STANDS
L LOOP FEED WTTH 200 AMP STRAP
037 37.5 KVA
001 12470GRDY/7200 95E1L 1BU
001 NO TAPS
401 240/120 3 OR 4 LV TERMINALS (LHL)
E58 GENERIC DUAL /LOAD (DS) BAYO ISO
A00 ECI ISOLATION LINK BY CONFIGURATOR
M SEPARATE METAL D.S.
103 ECI WELLS WITH REPLACEABLE STUDS
.100 ERMCO STANDARD INSERTS
000 COPPER STUD SECONDARY BUSHINGS.
000 NO CONNECTORS REQUIRED
014 14GA MILD STEEL DOOR
F SEISMIC ZONE #4(ANGL IRON)PLTFM MTG
13 HEARTLAND HPV1230 -15 FOR FR3 FLUID
6 WARNING MR.OUCH GENERIC(NEMA #260)
C MR.OUCH GENERIC (NEMA #260) 52 -02
3 STD PLT OPT'N FOR THE UNSTACKABLES
8 ENVIROTEMP -FR3
OPTIONS END
15 �o38.4S
GENERAL PACIFIC
P.O. BOX 70
LIQUIDATED DAMAGES FOR LATE DELIVERIES
100% CTR TIME OF SHIPMENT
48 POUR NOTICE
FLAT BED SIDE UNLOAD
ERMCO QUOTE
CUSTOMER COPY
SHIP TO:
CITY OF PORT ANGELES
240 W. FRONT STREET
PAGE 7
QUOTE 334251 -00
QUOTED DATE 10/31/12
FAIRVIEW 0897024 PORT ANGELES WA98362
DESCRIPTION PRODUCT NUMBER QTY
000 NO CONNECTORS REQUIRED
014 14GA MILD STEEL DOOR
F SEISMIC ZONE #4(ANGL IRON)PLTFM MTG
13 HEARTLAND HPV1230 -15 FOR FR3 FLUID
6 WARNING MR.OUCH GENERIC(NEMA #260)
C MR.OUCH GENERIC (NEMA #260) 52 -02
B STD PLT OPT'N FOR THE UNSTACKABLES
8 ENVIROTEMP -FR3
OPTIONS END
General Pacific, Inc.
22414 NE Townsend Way
PO Box 70
Fairview, OR 97024
e-
)45112-
"B" "C" Dimensions include arresters radiators if applicable.
1H29 08 -18M5
UNCONTROLLED
H.V, 7200/12470Y 95BIL 2BU
CSP
L.V. 120/240 3 OR 4 LVBU(QTY PER ANSI) 30 BIL
CONY
TAPS: NO TAPS
PART DESCRIPTION QUANTITY
1 HANGER BRACKET TYPE: A 1 SET
2 NAMEPLATE (ON LOWER BRACKET)
TYPE: (1) BARCODED ALUMINUM NAMEPLATE 1
3 LIFTING LUGS 2
4 LOW VOLTAGE BUSHINGS
TYPE: STD THERMOSET/THEROPLATC W /EYEBOLT 3
5 HIGH VOLTAGE BUSHINGS
TYPE: EXTRA CREEP HV BUSHING 2
6 GROUNDING PROVISION: W/ GROUND STRAP(S) 1
7 P.R.V.: HEARTLAND HPV1230 -15 FOR FR3 FLUID 1
8 COVER GROUND STRAP
9 TANK GROUNDING PROVISION: W/ GROUND LUGS(1) 2
ADDITIONAL FEATURES
PCB DECAL: "NON PCB "1X2(ERMCO STD)WHT /BLU7 -15
Oil TYPE: ENVIROTEMP -FR3
ITEM AND /OR KVA DIMENSIONS IN NCHES APPROX. APPROX.
STOCK# A B C GAL. OIL WEIGHT LBS.
1 25 33.2 24:6 19 9 308
2 37.5 35.2 23.6 21 13.5 421
3 50 37.2 25.4 22.8 19 522
E ERMCO
CUSTOMER: RFQ /SPEC
CITY OF PORT ANGELES
SCALE: DATE: BY: QUOTE NUMBER:
NTS 10/31/12 55 334251
"t3" "C" Dimensions include arresters radiators if applicable.
1H2B D8- 9-05
UNCONTROLLED
H.V. 7200/12470Y 95BIL 2BU CSP
L.V.: 120/240 3 OR 4 LVSU(QTY PER ANSI) 30 BIL
TAPS: NO TAPS
PART DESCRIPTION QUANTITY
1 HANGER BRACKET TYPE: B 1 SET
2 NAMEPLATE (ON LOWER BRACKET)
TYPE: (1) BARCODED ALUMINUM NAMEPLATE 1
3 LIFTING LUGS 2
4 LOW VOLTAGE BUSHINGS
TYPE: STD THERMOSET/THEROPLATC W /EYEBOLT 3
5 HIGH VOLTAGE BUSHINGS
TYPE: EXTRA CREEP HV BUSHING 2
6 GROUNDING PROVISION: W/ GROUND STRAP(S) 1
7 P.R.V.: HEARTLAND HPV1230 -15 FOR FR3 FLUID 1
8 COVER GROUND STRAP 1
9 TANK GROUNDING PROVISION: W/ GROUND LUGS(1) 2
ADDITIONAL FEATURES
PCB DECAL. "NON PCB "1X2(ERMCO STD)WHT /BLUT -15
Oil TYPE: ENVIROTEMP -FR3
CONV
ITEM AND /OR
STOCK
4
SCALE:
NTS
ICVA
75
DIMENSIONS IN INCHES
A
45.2
DATE:
10/31/12
B
27.1
BY:
SS
C
22.8
CUSTOMER:
CITY OF PORT ANGELES
APPROX.
GAL. OIL
26
QUOTE NUMBER:
334251
APPROX.
WEIGHT LBS.
746
ERMCO
RFQ /SPEC
"B" "C" Dimensions include arresters radiators if applicable.
11128 013-19 -05
UNCONTROLLED
H.V. 7200/12470Y 95BIL 2BU
L.V.: 277/480Y 2 LV BU 30 BIL
TAPS: NO TAPS
PART DESCRIPTION QUANTITY
1 HANGER BRACKET TYPE: B 1 SET
2 NAMEPLATE (ON LOWER BRACKET)
TYPE: (1) BARCODED ALUMINUM NAMEPLATE 1
3 LIFTING LUGS 2
4 LOW VOLTAGE BUSHINGS
TYPE: STD THERMOSET/THEROPLATC W /EYEBOLT 2
5 HIGH VOLTAGE BUSHINGS
TYPE: EXTRA CREEP HV BUSHING 2
5 GROUNDING PROVISION: W/ GROUND STRAP(S) 1
7 P,R,V.: HEARTLAND HPV1230 -15 FOR FR3 FLUID 1
B COVER GROUND STRAP 1
9 TANK GROUNDING PROVISION' W/ GROUND LUGS(1) 2
ADDITIONAL FEATURES
PCB DECAL: "NON PCB "1X2(ERMCO STD)WHT /BLUT -15
Oil TYPE: ENVIROTEMP -FR3
ITEM AND /OR
STOCK
5
6
KVA
75
100
SCALE.
NTS
A
45.2
49.2
DATE:
1 D/31/12
DIMENSIONS IN NCHES
B
28
28
BY:
SS
C
25
25
CSP
CUSTOMER:
CITY OF PORT ANGELES
CONV
APPROX.
GAL. OIL
34.5
39.5
APPROX.
WEIGHT LBS
785
947
ERMCO
RFQ /SPEC
QUOTE NUMBER:
334251
"t3" "C" Dimensions include arresters radiators if applicable.
H.V.: 7200/12470Y 95BIL 28U CSP
Lv.: 277/4BOY 2 LV BU 30 BIL
TAPS: NO TAPS
PART DESCRIPTION QUANTITY
1 HANGER BRACKET TYPE: 15 1 SET
2 NAMEPLATE (ON LOWER BRACKET)
TYPE: (1) BARCODED ALUMINUM NAMEPLATE 1
3 LIFTING LUGS 2
4 LOW VOLTAGE BUSHINGS
TYPE: 4 HOLE POLYMER H -SPADE 2
5 HIGH VOLTAGE BUSHINGS
TYPE: EXTRA CREEP HV BUSHING 2
6 GROUNDING PROVISION: W/ GROUND STRAP(S) 1
7 P.R.V.: HEARTLAND HPV1230.15 FOR FR3 FLUID 1
B COVER GROUND STRAP 1
9 TANK GROUNDING PROVISION: W/ GROUND LUGS(1) 2
ADDITIONAL FEATURES
PCB DECAL: "NON PCB "1X2(ERMCO STD)WHT /BLU7 -15
Oil TYPE: ENVIROTEMP -FR3
ICONVI
IN2D 09 -1945
UNCONTROLLED
ITEM AND /OR
STOCK
7
SCALE:
NTS
KVA DIMENSIONS IN NCHES APPROX. APPROX.
GAL. OIL WEIGHT LBS.
167
DATE:
10/31/12
A
58.8
B
35
BY:
SS
C
28
69
QUOTE NUMBER:
334251
1436
ERMCO
CUSTOMER: RFQ /SPEC
CITY OF PORT ANGELES
H. V,: 12470GRDYA200 95B1L 1 BU
L.V..: 240/120 3 LV TERMINALS (LHL) 30 BIL
TAPS: NO TAPS
H1A HIE
W /SWITCH
GRD
GENERIC FLAPPER BAYONET HOLDER
SEPARATE METAL U.S.
HUA 111B W/O SWITCH
PART DESCRIPTION CUANTI1V
1 CONDUIT ENTRANCE AREA 1
2 FUSING GENERIC DUAULOAD (DS) BAYO 150
3 PARKING STAND 2
4 ECI WELLS WITH REPLACEABLE STUDS 2
15 kV ERMCO STANDARD INSERTS
NO LDADSREAK SWITCH
5 (1) ALUMINUM NAMEPLATE (STANDARD) 1
6 P.R.V.: HEARTLAND HPV1230 -15 FOR FR3 FLUID 1
7 .501n. OIL LEVEL PLUG 1
B LVSU. COPPER STUD SECONDARY BUSHINGS. 3
.626 In. 11 STUO (75 KVA BELOW)
SPADES. NOT REQUIRED
9 COMPARTMENT COVER 1
10 LIFTING BOSS (.&25 -11 BLIND TAPPED) 4
11 DETACHABLE GROUND STRAP 1
12 57012" NPT DRAIN PLUG 1
13 ,50D -13 SILICON BRONZE PENTABOLT(STANDARD) 1
14 .PADLOCK HASP 1
15 GROUND NUT SEISMIC ZONE#4(ANGL IRON)PLTFM MTG
W /GROUNDLUGS #06 -2 POST BRONZE LUG 3
18 REMOVABLE SILL 1
17 ODOR RETAINER 1
18 TAP or DUAL VOLTAGE SWITCH. NOT REQUIRED
19 SECONDARY BREAKER HANDLE: NOT REQUIRED
20 NO CONDUIT ENTRANCE HOLE REQUIRED
ADDITIONAL FEATURES
KVA DECAL: KVA STENCIL 111 YELLOW
WARN. DECAL: WARNING MR.OUCH GENERIC(NEMAl260)
DANGER DECAL: MR.OUCH GENERIC (NEMA 1260) 52 -02
FILL PORT: SIGHT GIAS$(GENERIC)65 -50 OR 65 -01
EXTRA SRO: SEISMIC ZONE#4(ANGL IRON)PLTFM MTG
011 TYPE ENVIROTEMP -FR3
UNCONTROLLED
GRD
m
1636'
H1A
1110
W /SEC. BREAKER
GRD.
POINT1"SELOW PAO SURFACE
1P RICHT OF TRANS. CENTERLINE AND
12' IN FRONT OF TRANS FRONT PANEL
CFWERIC-TYPE II DOUBLE PK 0$05
ITEM AND /OR KVA
STOCK
8
9
DIMENSIONS IN INCHES
37.5
50
WIDTH
20
20
36
36
8
HEIGHT
28
28
1 "E D" -3625"
TANK
DEPTH
15.7
17.2
D
DOOR
DEPTH
E
CABLE
OPENING
16.375
16.375
DIM "F "IS IF DIM "A "IS
10"
12"
APPROX.
GAL. OIL
42
45
APPROX.
WEIGHT LB.5.
789
875
32"
34
ERMCO
CUSTOMER
CITY OF PORT ANGELES
SCALE:
NTS
DATE: BY:
10/31/12! SS
0007E NUMBER:
RFO/SPEC 0:
334251
BIDDER'S CHECKLIST
1. Has the Bid Submittal Sheet been properly signed, and corporate seal affixed, if applicable?
2. Has the Non Collusion Affidavit been property executed?
3. Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet?
4. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE
CONSIDERED A VALID BID.
Project No. LO -12 -013 Page 26 of 26