HomeMy WebLinkAbout000608 Original ContractPROJECT MANUAL
CONTRACT DOCUMENTS
for
Overhead Distribution Transformers
PURCHASE CONTRACT NO. LO -13 -007
X01, pORTAk
rsirm
�t
�i v
J fi
RKS Ac10
CITY OF PORT ANGELES
WASHINGTON
MARCH 2013
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES
MAHER ABED, DEPUTY DIRECTOR OF OPERATIONS
Reviewed by: Approv d by:
Maher Abed William Bloor
Deputy Director of Operations City Attorney
Project No. LO -13 -007 Page 1 of 23
City of Port Angeles
Record #000608
March 25, 2013
CITY OF PORT ANGELES
INVITATION TO BID
For
OVERHEAD DISTRIBUTION TRANSFORMERS
Sealed bids will be received by the Director of Public Works Utilities until 2:00PM, Thursday,
April 18, 2013, 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:
25, 37.5, 50 75 kVA overhead double- bushing 120/240V transformers
Bid documents may be obtained by calling Lucy Hanley at (360) 417 -4541 or by emailing
contractsecitvofoa.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: April 18,
2013, PURCHASE CONTRACT NO. LO -13 -007. 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: March 31, 2013
Project No LO -13 -007 Page 2 of 23
pORT.4
F!
ARKS P
BID SUBMITTAL:
All bids must be sealed with the outside of
the envelope marked with the BID
OPENING DATE April 18, 2013,
PURCHASE CONTRACT NO. LO -13 -007.
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 13 007
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 filled 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 or emailed 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.
Page 3 of 23
SAFETY:
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 OSHANVISHA
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
Project No. LO 13 007
Orders for additional quantities may be
placed with successful bidders over this
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
Page 4 of 23
of Contract Documents and return them for
signing by the City. Each party will retain a
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 contractsacitvofoal.us
Project No. LO -13 -007 Page 5 of 23
pORT4.
t, s5(s
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 -13 -007 Page 6 of 23
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 eighteen months after delivery and acceptance by
the City of Port Angeles and one year after being energized, 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 -13 -007 Page 7 of 23
(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 -13 -007 Page 8 of 23
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 -13 -007 Page 9 of 23
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into this j_ day of ,/(/t.Or 2013,
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 Clallam
County Superior Court.
Project No. LO -13 -007 Page 10 of 23
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
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.
Project No. LO -13 -007 Page 11 of 23
GENERAL PACIFIC, INC. CITY OF PORT ANGELES
B
By: A�-� By: `mil^
Title: t )ICE P2t J op. SAS Title: C-i r►ictria r
Dated: en /6/3
ATTEST:
Dated: O rl 1 13
ATTEST:
App oved to as to f m
City Attorney
Project No LO -13 -007 Page 12 of 23
City of Port Angeles Schedule A
Invitation for Bid Overhead Distribution Transformers
Purchase Contract: LO -13 -007
GENERAL DESCRIPTION: Overhead distribution transformers Double- Bushing
120/240V
DELIVERY: Delivery shall be F.O.B. Port Angeles Public Works and Utilities
Maintenance Yard t 1707 South A Street, Port Angeles, WA. 98363; freight prepaid.
DELIVERY HOURS: Delivery shall be Monday through Friday, excluding holidays,
between the hours of 7:00 AM and 3:00 PM. The Light Operations Division shall be
notified 24 hours prior to delivery at 360- 808 -1485.
DELIVERY EQUIPMENT: Delivery shall be by self unloading truck, price to include
unloading poles at City pole yard.
QUANTITY: See Charts Below
Overhead Distribution
Transformers
ITEMS: QTY:
25 kVA 12
37.5 kVA 10
50 kVA 10
75 kVA 4
Specification for Envirotran EF Single -Phase Overhead Distribution
Transformers 25 167 kVA MDOT -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 -13 -007 Page 13 of 23
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.
2.0 RATINGS
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
C57.12.35
C57.12.90
Bar Coding for Distribution Transformers
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-OH-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.
2.1 The transformers shall be designed in accordance with this specification and
shall have one or more of the following kVA ratings: 25, 37.5, 50, 75
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:
120/240
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
Project No. LO -13 -007 Page 14 of 23
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:
a. No taps
b. Two 2 taps above and below rated voltage
c. Four 21/2% 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.
1
Table 1: Electrical Characteristics of High Voltage Bushings
BIL Creeoaae Distance* 60 -Hz Dry 60 -HZ Wet
Withstand 1- Minute 10- Second
(kV) Withstand Withstand
Inches Millimeters (kV) (kV)
95 11'/2 %2 267 ±13 35 30
125 17'/2 1 IA 419 38 42 36
150 31 1 IA 762 38 60 50
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 conductor.
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 BUSHING AND TERMINALS
4.1 The low- voltage bushings provided shall be in accordance with Table 2.
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.
Table 2: Low Voltage Terminal Sizes for Single -Phase Transformers
Size of Terminal AWG Size of Conductor Terminal will Transformer Low Voltage Rating
Opening Accommodate (volts)
120/240 240/480 277
Inches Millimeters
1 5/8 15.9 I No 6 Solid to No 4/0 -19 Stranded I 10 -15
13/16 20.6 No 2 Solid to 350 kcmil -19 Stranded 25 -50
1 15/16 23.8 I No 1/0 Solid to 500 kcmil -37 Stranded I 75
1 1 31.8 I No 2/0 Solid to 1000 kcmil 61 Stranded I 100 1
10 -25
37%2-
100
1
Project No. LO -13 -007 Page 15 of 23
10 -25
1 Spade H
Spade J
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 operations. 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
I 167 -250 I 167 -500 I 167 -250
I 335 -500 I 333 -500
6.3 The tank provided shall have a recessed tank bottom which 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.
Project No. LO -13 -007 Page 16 of 23
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 the National Electrical Safety Code (IEEE C2- 2002), Section 15. The
dielectric coolant shall be non toxic non bioaccumulating and be readily and
completely biodegradeable 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 1 /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. Burndy 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'/2 inches of
clearance for shipment
10.0 TESTING AND LOSSES
Project No. LO -13 -007 Page 17 of 23
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.
11.0 WARRANTY
11.1 Any transformer failing due to defective design, material, and /or workmanship
within twelve (12) months after being energized, or within eighteen (18) months after
delivery, shall be repaired or replaced without cost to the City, including shipping
costs. Any defect in design, materials, and /or construction discovered within this
period shall be corrected at the manufacturer's expense on all transformers
furnished on the order.
Project No. LO -13 -007 Page 18 of 23
City of Port Angeles
Bid No. LO-13-007
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.
TRANFORMERS:
25 kVA
37.5 kVA
50 kVA
BID FORM
Overhead Distribution Transformers
Overhead Distribution Transformers
QTY: UNIT PRICE:
12
10
10
4
1.1 i cf.Cci
1. 3 9 o :73
Subtotal
Sales Tax (8 4%)
Total Bid Amount
Delivery:
Days after purchase order is received that materials shall be
delivered to the City
EXTENDED
PRICE:
Jo. w2.10.
11.t`t<io
1 3,9 07. 30
gO
3.7o 0. Lpc?
2 L i DAYS
Project No. LO-13-007 Page 19 of 23
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.
Bid Items Description No Load Loss Full Load Loss Delivery Time
(Watts) (Watts) (Weeks from
order placement)
=a° Distribution'Transforme"rs below' a -av `l
25 kVA Single
Phase 120/240v 6 g 30 g
Transformers
37.5 kVA 9/.1
50 50 kVA Single
Phase 120/240v 13
Transformers
75 kVA Single
Phase
Transformers 120/240v
9 3Li
Tj lets. see d„e5
0 't V1 •c rVY+0. -4 0!"
g -/D toics
Ago
sr- /a ")k4
)44-o
/o- /2.
c-92
Project c�v,d ��ying5
Project No. LO -13 -007 Page 20 of 23
City of Port Angeles
Bid No. LO -13 -007
Overhead Distribution 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 (N
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has
received Addenda No(s). i- 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.
FULL LEGAL NAME OF BIDDER Ge -netc P C c J-rc
TYPE OF BUSINESS: Corporations Partnership (general) Partnership
(limited)
Sole Proprietorship Limited Liability Company
ADDRESS Z29 ?Li
NE o�r Wa.�
CITY /STATE /ZIP .pro: eLt.) Urec ov. g76 3
PHONE 8003 9 Li 1.1 FAX S
NAME (PLEASE PRINT) I ue,r:
TITLE Sca-les
SIGNED�erc�� DATE /l
Project No. LO -13 -007 Page 21 of 23
STATE OF J
COUNTY OF
OFRCIAI.SEAL
KARYN MARIKATOLNAI
NO174RY PUBLIC OREGON
COMMISSION NO.465257
MY COMMISSION EXPIRES JANUARY 25, 2016,
Project No. LO -13 -007
NON COLLUSION AFFIDAVIT
The underigned, 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.
Signature of Bidder /Contractor
Subscribed and sworn to before me this /LP day of A p r Z 1 20 13
Notary P lic in and for the
State of l Vogx-,vr
Residing at
g �vv, ua c kW
My Comm. Exp.: _..),,n„\11111../\
Page 22 of 23
HO WARD [I-W INDUSTRIES
GENERAL PACIFIC
P.O. BOX 70
FAIRVIEW, OR 97024
Item
ITEM 1
Qty
12
UNCONTROLLED COPY
UNLESS VIEWED ON A PC FROM THE'QCShare on Howardpdo Dnve
Howard Industries, Inc.
Utility Transformer Division
P.O. Box 1588
Laurel, MS 39441 -1588
Phone: 601 425 3151
Fax: 601 649 8090
FOB: DESTINATION
PRICING:FIRM FOR QUOTED SHIPMENT
Descriotion
PRODUCT: 1 -PHASE OVERHEAD INVESTOR CONVENTIONAL SINGLE VOLTAGE
KVA: 25 KVA
HV: 7200/12470Y 95KV BIL
LV: 120/240 30 KV BIL
TAPS: NO TAPS
TANK: MILD STEEL
LOSSES: NO LOAD 68, LOAD 308, TOTAL 376
IMPED 2.0
OIL TYPE: ENVIRO TEMP
ITEM 2 10 PRODUCT: 1 -PHASE OVERHEAD INVESTOR CONVENTIONAL SINGLE VOLTAGE
KVA: 37.5 KVA
HV: 7200/12470Y 95KV BIL
LV: 120/240 30 KV BIL
TAPS: NO TAPS
TANK: MILD STEEL
LOSSES: NO LOAD 95, LOAD 414, TOTAL 509
IMPED 2.0
OIL TYPE: ENVIRO TEMP
VALIDITY: 90 DAYS
TERMS: NET 30 DAYS
INQUIRY: CITY OF PT.
ANGELES
General Pacific, Inc.
22414 P Townsend Way
O Box 70
Fairview, OR 97024
QUOTATION
COMM COPT
QUOTATION NO: CS 9871
'QUOTATION DATE:0 4 16 2 013
PAGE NO: 1
Shipment
Unit Price ARO
S SS.57 14 c
A R°
e )4014D
Occumr^t
Revision t
Avihorn.o RSS
HOWARD [HiJ INDUSTRIES
GENERAL PACIFIC
P.O. BOX 70
FAIRVIEW, OR 97024
UNCONTROLLED COPY
UNLESS VIEWED ON A PC FROM THE'QCShare on Howardpdo Drive
Howard Industries, Inc.
Utility Transformer Division
P.O. Box 1588
Laurel, MS 39441 -1588
Phone: 601 425 3151
Fax: 601 649 8090
FOB: DESTINATION
PRICING:FIRM FOR QUOTED SHIPMENT
Item Ctv Description
ITEM 3 10 PRODUCT: 1 -PHASE OVERHEAD INVESTOR CONVENTIONAL SINGLE VOLTAGE
KVA: 50 KVA
HV: 7200/12470Y 95KV BIL
LV: 120/240 30 KV BIL
TAPS: NO TAPS
TANK: MILD STEEL
LOSSES: NO LOAD 134, LOAD 434, TOTAL 568
IMPED 2.1
OIL TYPE: ENVIRO TEMP
ITEM 4 4 PRODUCT: 1 -PHASE OVERHEAD INVESTOR CONVENTIONAL SINGLE VOLTAGE
KVA: 75 KVA
HV: 7200/12470Y 95KV BIL
LV: 120/240 30 KV BIL
TAPS: NO TAPS
TANK: MILD STEEL
LOSSES: NO LOAD 154, LOAD 713, TOTAL 867
IMPED 2.7
OIL TYPE: ENVIRO TEMP
NON- EVALUATED QUOTE
POLES,2B,FR3 OIL, CONVENTIONAL,ARRESTER PROVISIONS,NO TAPD,
STAINLESS STEEL BOLT ON TANK,MILD STEEL COVER RING LOOPS,
PER MDOT- 102,DATED MARCH, 2013.
VALIDITY: 90 DAYS
TERMS: NET 30 DAYS
INQUIRY: CITY OF PT.
ANGELES
ORDERS REQUIRING APPROVAL DRAWINGS: LEADTIMES QUOTED ASSUME THAT APPROVAL
DRAWINGS WILL BE SIGNED AND RETURNED TO HOWARD INDUSTRIES WITHIN TWO WEEKS OF
RECEIPT OF SAID DRAWING. SHOULD THE PROCESS REQUIRE ANY ADDITIONAL TIME BEYOND
General Pacific, Inc.
22414 NE Townsend Way
PO Box 70
Fairview, OR 97024
y -t4�a3
QUOTATION
Merlon 'n COPT
QUOTATION NO: CS -9871
QUOTATION DATE:04 16 /2 013
PAGE NO: 2
Shipment
Unit Price ARO
390.73 g �Ig
ea- ft-.o
�ossl.yS
10-12-
ea. inks ARo
pooiiment 23117
Rae I
AidhotIIpd RFS
HOWARDMiIINDUSTRIES
GENERAL PACIFIC
P.O. BOX 70
FAIRVIEW, OR 97024
Item
Qtv
UNCONTROLLED COPY
UNLESS VIEWED ON A PC FROM THE `QCShare on Howardpdc Drive
Howard Industries, Inc.
Utility Transformer Division
P.O. Box '1588
Laurel, MS 39441 -1588
Phone: 601 425 3151
Fax 601 649 8090
FOB: DESTINATION
PRICING:FIRM FOR QUOTED SHIPMENT
VALIDITY: 90 DAYS
TERMS: NET 30 DAYS
INQUIRY: CITY OF PT.
ANGELES
Description
THESE TWO WEEKS, THAT ADDITIONAL TIME WILL BE ADDED TO THE QUOTED LEADTIME.
General Pacific, Inc.
22414 NE Townsend Way
PO Box 70
Fairview, OR 97024
QUOTATION
annum con
QUOTATION NO: CS- 9871
QUOTATION DATE:04 /16 2 013
PAGE NO: 3
Shipment
Unit Price ARO
poeurnmd 2301
Re 4 vOr, 7
(vtlhorVad RRF
Howard Industries, Inc.
Distribution Transformer Standard Warranty
(For Domestic Sale Only)
Howard Industries, Inc. (hereinafter "Supplier warrants to the original Purchaser that
distribution transformers (hereinafter "Equipment manufactured by Supplier shall be free from
defects in material and workmanship under normal use and service conditions. The term of this
Warranty shall not exceed twelve (12) months from the date of initial installation or eighteen (18)
months from date of manufacture.
If within the Warranty period any Equipment shall be proved to Supplier's satisfaction to be
defective, such Equipment shall be repaired or replaced at the Supplier's option. Decision on
the method and extent of repairs rests solely with Supplier. Supplier's obligation hereunder
shall be limited to such repair or replacement, F.O.B. its factory, and shall be conditioned upon
Supplier's receiving written notice of any alleged defect within ten (10) days after its discovery
and at Supplier's option, return of such Equipment or parts prepaid to Supplier's factory. The
costs for removal of defective Equipment and re- installation of repaired or replaced Equipment
shall be at Purchaser's expense.
In order to be covered by this Warranty, the Equipment must be properly installed according to
accepted industry practices and protected by properly installed and coordinated voltage surge
suppressors, current overload, and other current protective devices as appropriate. This
Warranty does not cover Equipment that has been subjected to negligence, abuse, accident,
damage by circumstances beyond Supplier's reasonable control; improper installation,
operation, maintenance or storage; modification other than by Supplier; or storage or operation
in "Unusual Service Conditions" as defined by IEEE Standard C57.12.00.
In order to qualify for repair or replacement under the provisions of this Warranty, the Supplier
may require that defective Equipment be returned to the Supplier's factory and in such event will
provide written authorization to Purchaser. The Supplier will not be responsible for Equipment
returned without such written authorization. The Supplier will assume no liability for expenses
incurred for repair or replacement of Equipment that is not in accordance with the provisions of
this Warranty.
THIS WARRANTY STATES THE SUPPLIER'S ENTIRE AND EXCLUSIVE LIABILITY AND
THE PURCHASER'S EXCLUSIVE REMEDY AND SUPPLIER HEREBY DISCLAIMS ALL
OTHER WARRANTIES OF ANY SORT, EXPRESS OR IMPLIED, EXCEPT THAT OF TITLE,
AND SUPPLIER HEREBY SPECIFICALLY DISCLAIMS ANY IMPLIED WARRANTIES OF
MERCHANTABILITY, COURSE OF DEALING, USAGE OF TRADE AND FITNESS FOR A
PARTICULAR PURPOSE, NOTWITHSTANDING ANY PURPORTED TERMS AND
CONDITIONS CONTAINED IN ANY DOCUMENT PREPARED BY PURCHASER IN
CONNECTION WITH THIS SALE. SUPPLIER SHALL NOT BE LIABLE FOR
CONSEQUENTIAL, SPECIAL OR INCIDENTAL DAMAGES OF ANY KIND WHATSOEVER,
INCLUDING, BUT NOT LIMITED TO, LOSS OF REVENUE OR PROFITS.
Document No. 2.4.22, Revision 5 5/2/2012
Howard Industries, Inc.
NAMEPLATE
I I
REVI DATE I
2WCS01 61
HOWARD PM INDUSTRIES US
KVA 25 MP POL ADD WGT 356 u
7200/12470Y
1202240 ENS —310
CLASS KHAN HZ cG4T.55C RISE READ INS1RUCIIOH 14I-102 BEFORE OPERATING
HV
AL MG
95 BL
H1 H2
=ANS NO OEECTABU: IEVEL OF PCB OESS THIN 2 PWI) AT 9E 11E OF WAIF/DUI
IF MON /YR
HI
SERIAL NUMBER
PT. ANGELES LT. POWER
H.I. QUOTE CS9871
ITEM NO. 001
SEE SAME ITEM NUMBER FOR
OUTLINE DRAWING
LV
AL VAX
30 BL
i
0319- 109871 -001
NO.
SALES DRAWING
MORE DETAILS ARE PROVIDED
ON THE APPROVAL DRAWING
HOWARD I Hi INDUSTRIES INC.
c
LAUREL, MISS. USA 39440
MFG. OF DISTRIBUTION TRANSFORMERS CO
I
NAME: LASER NAMEPLATE ccI0018 0
DESCR: CO p
II J
I
REVISION I BY I APP I I SCALE FULL IDWG BY CS I CHK BY I DATE 04 /16 /13 9.
APPROXIMATE WEIGHT: 356 LBS
25 KVA
LEGEND:
1. HIGH VOLTAGE BUSHING
2. LOW VOLTAGE BUSHINGS
3. PRESSURE RELIEF VALVE
4. LIFTING LUGS
5. COVER GROUND STRAP
6. HANGER BRACKETS
7. NAMEPLATE
10. LV NEUTRAL GROUND
30. TANK GROUND PROV.
NOTES:
H.I. QUOTE CS9871 001
PER SPEC MDOT -102
DATED 03 -01 -13
TRANSFORMER COLOR IS GRAY
ANSI #70, MUNSELL 5BG 7.0/0.4.
2WCSO1 O1
h)
CU
fh
O
25
15.34
0319- 009871 -001
NO.
O
SALES DRAWING
THIS REPRESENTS A TYPICAL AN51
DESIGNED OVERHEAD, DISTRIBUTION
TRANSFORMER.
19.4 NOTE: WEIGHT, DIMENSIONS, AND
ACCESSORIES SHOWN ARE TYPICAL
REQUEST APPROVAL DRAWING IF
ACTUAL WEIGHT, DIMENSIONS, AND
CUSTOMER REQUIREMENTS ARE NEEDED.
HOWARD Hi INDUSTRIES INC.
LAUREL, MISS. USA 39440
MFG. OF DISTRIBUTION TRANSFORMERS
NAME: PT. ANGELES LT. Sc POWER
I I I DESCR: 7200/12470Y 120/240
I I I I 95 KV BIL 2 BUSHING CONV NO TAPS
REVI DATE I REVISION I B Y I APP I SCALE NTS IDWG BY CS ICHK BY I DATE
CCI 746
04/16/13
TIME: 13:25:06.257
APPROXIMATE WEIGHT: 470 LBS
37.5 KVA
LEGEND:
1. HIGH VOLTAGE BUSHING
2. LOW VOLTAGE BUSHINGS
3. PRESSURE RELIEF VALVE
4. LIFTING LUGS
5. COVER GROUND STRAP
6. HANGER BRACKETS
7. NAMEPLATE
10. LV NEUTRAL GROUND
30. TANK GROUND PROV.
NOTES:
H.I. QUOTE CS9871 002
PER SPEC MDOT -102
DATED 03 -01 -13
TRANSFORMER COLOR IS GRAY
ANSI #70, MUNSELL 5BG 7.0/0.4.
I I
I
REVI DATE
2WCS0201
A A L'J
I 1
O
37.5
17,00
21.0
0319- 009871 -002
NO.
SALES DRAWING
THIS REPRESENTS A TYPICAL ANSI
DESIGNED OVERHEAD, DISTRIBUTION
TRANSFORMER.
NOTE: WEIGHT. DIMENSIONS, AND
ACCESSORIES SHOWN ARE TYPICAL
REQUEST APPROVAL DRAWING IF
ACTUAL WEIGHT, DIMENSIONS, AND
CUSTOMER REQUIREMENTS ARE NEEDED.
HOWARD 1 Hi INDUSTRIES INC.
LAUREL, MISS. USA 39440
MFG. OF DISTRIBUTION TRANSFORMERS
NAME: PT. ANGELES LT. POWER ccI 746
DESCR: 7200/12470Y 120/240
I I I 95 KV BIL 2 BUSHING CONV NO TAPS
REVISION I BY I APP I SCALE NTS IDVG BY CS ICHK BY I DATE 04/16/13
TIME: 13:25:10.040
NAMEPLATE
REVI DATE I
2WCS0261
REVISION
HOWARD Cho INDUSTRIES `A"
KVA 37.5 i tt iP POL ADD WGT 470 LB
U7200/12470Y
t; 120240 TYPE FR-3 i2 s
C1ASS IQ,AN NZ CONT.BSC RISE READ 94=00710N HI-102 BEFORE OPERATING
HI H2 HV
AL PING
as B.
COMMIS NO IEIiCGBIE LE1EI. OF PCB MS THAN 2 PM AT DE TOE W ILO FACRIRE
mFGD MON /YR
HI
SERIAL NUMBER
PT. ANGELES LT. POWER
H.I. QUOTE CS9871
ITEM NO. 002
SEE SAME ITEM NUMBER FOR
OUTLINE DRAWING
LV
AL WIG
30 OIL
031 9- 1 09871 —.002
NO.
SALES DRAWING
MORE DETAILS ARE PROVIDED
ON THE APPROVAL DRAWING
HOWARD Hi I INDUSTRIES INC.
LAUREL, MISS. USA 39440
MFG. OF DISTRIBUTION TRANSFORMERS
NAME LASER NAMEPLATE
c I0018
DESCR:
IBY I APP SCALE FULL IDWG BY CS ICHK BY I DATE 04/16/13
APPROXIMATE WEIGHT: 602 LBS
50 KVA
LEGEND:
1. HIGH VOLTAGE BUSHING
2. LOW VOLTAGE BUSHINGS
3. PRESSURE RELIEF VALVE
4. LIFl1NG LUGS
5. COVER GROUND STRAP
6. HANGER BRACKETS
7. NAMEPLATE
10. LV NEUTRAL GROUND
30. TANK GROUND PROV.
NOTES:
H.I. QUOTE CS9871 003
PER SPEC MDOT -102
DATED 03 -01 -13
TRANSFORMER COLOR IS GRAY
ANSI #70, MUNSELL 5BG 7.0/0.4.
I I
I I
REVI DATE I
2WCS0301
REVISION
c .1
CU
Cu
BY
DESCR:
O
50
18.60
22.7
0319- 009871 -003
NO.
SALES DRAWING
THIS REPRESENTS A TYPICAL ANSI
DESIGNED OVERHEAD, DISTRIBUTION
TRANSFORMER.
NOTE WEIGHT, DIMENSIONS, AND
ACCESSORIES SHOWN ARE TYPICAL
REQUEST APPROVAL DRAWING IF
ACTUAL WEIGHT, DIMENSIONS, AND
CUSTOMER REQUIREMENTS ARE NEEDED.
HOWARD J Hi I INDUSTRIES INC.
LAUREL, MISS. USA 39440
MFG. OF DISTRIBUTION TRANSFORMERS
NAME: PT. ANGELES LT. POWER CCI 746
7200/12470Y 120/240
95 KV BIL 2 BUSHING CONV NO TAPS
APP I SCALE NTS 'DWG BY CS ICHK BY
I DATE
04/16/13
TIME 13:25:14.773
NAMEPLATE
2WCS0361
/HOWARD Gull INDUSTRIES `"'UUSA ANSE R
KVA 50 14 POL ADD WGT 602 LB
HI
7200/12470Y
120240 av 1 FR-315
«.ASS KHAN HZ CONTAIWO RISE READ 945IRUCTION HI-102 BEFORE CFERN,RIO
HI H2 HV
AL NNG
95 IL
CORMS HO C€IEVTABIE IE1EL CF PCB (lE9S NUM PPIi) AT 'OE TIE OF WMFACII E
IUD MON /YR
SERIAL NUMBER
PT. ANGELES LT. 8e POWER
H.I. QUOTE CS9871
ITEM NO. 003
SEE SAME ITEM NUMBER FOR
OUTLINE DRAWING
I I
I I
REVI DATE I REVISION
LV
AL MG
30 BL
HOWARD Hi I INDUSTRIES INC.
LAUREL, MISS. USA 39440
MFG. OF DISTRIBUTION TRANSFORMERS
NAME LASER NAMEPLATE
0319- 109871 -003
NO.
SALES DRAWING
MORE DETAILS ARE PROVIDED
ON THE APPROVAL DRAWING
ccl0018
DESCR:
I
I BY I APP SCALE FULL I DWG BY CS ICHK BY I DATE 04/16/13
APPROXIMATE WEIGHT: 893 LBS
75 KVA
LEGEND:
1. HIGH VOLTAGE BUSHING
2. LOW VOLTAGE BUSHINGS
3. PRESSURE RELIEF VALVE
4. LIFTING LUGS
5. COVER GROUND STRAP
6. HANGER BRACKETS
7. NAMEPLATE
10. LV NEUTRAL GROUND
30. TANK GROUND PROV.
NOTES:
H.I. QUOTE CS9871 004
PER SPEC MDOT -102
DATED 03 -01 -13
TRANSFORMER COLOR IS GRAY
ANSI #70, MUNSELL 5BG 7.0/0.4.
I I
I I
REVI DATE I REVISION
2WCSO401
tr
G
0
75
22.012
26.0
0319- 009871 -004
NO.
SALES DRAWING
THS REPRESENTS A TYPICAL ANSI
DESIGNED OVERHEAD, DISTRIBUTION
TRANSFORMER.
NOTE WEIGHT, DIMENSIONS, AND
ACCESSORIES SHOWN ARE TYPICAL
REQUEST APPROVAL DRAWING IF
ACTUAL WEIGHT, DIMENSIONS, AND
CUSTOMER REQUIREMENTS ARE NEEDED.
HOWARD Hi I INDUSTRIES INC.
LAUREL, MISS. USA 394-40
MFG. OF DISTRIBUTION TRANSFORMERS
NAME: PT. ANGELES LT. POWER Ccl 746
DESCR: 7200/12470Y 120/240
95 KV BIL 2 BUSHING CONV NO TAPS
IBY I APP SCALE NTS IDWG BY CS ICHK BY I DATE 04/16/13
TIME: 13:25:18.724
NAMEPLATE
REVI DATE
2WCSO461
HOWARD El INDUSTRIES LA1 S sitialtsrra
KVA 7 5 POL ADD WGT 89312
t% 7200/12470Y
12 0 /2 40 ENS X3 28 cNs
CLASS KHAN HZ CONT.BSC RISE READ INSTRUC 1 I FB -102 BEFORE OPERATING
H1 HV
AL NNG
95 BL
HI
WRNS NO LETEruor IE1EL OF PCB (IESS THAN 2 PPU) AT DE RE CF WWFACIIJE
Ie° M ON /YR
SERIAL NUMBER
PT. ANGELES LT. 8c POWER
H.I. QUOTE CS9871
ITEM NO. 004
SEE SAME ITEM NUMBER FOR
OUTLINE DRAWING
REVISION I BY
LV
L DM
30 BL
0319- 109871 -004
NO.
SALES DRAWING
MORE DETAILS ARE PROVIDED
ON THE APPROVAL DRAWING
HOWARD I Hi INDUSTRIES INC.
LAUREL, MISS. USA 39440
MFG. OF DISTRIBUTION TRANSFORMERS
NAME: LASER NAMEPLATE
DESCR:
cc I0018
APP I SCALE FULL IDWG BY CS ICHK BY I DATE 04/16/13
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 -13 -007 Page 23 of 23