HomeMy WebLinkAbout4.590 Original Contract
.,
..
CONTRACT DOCU ENTS
for
Distribution Transformers
PURCHASE CONTRACT NO. LO-08-011
CITY OF PORT ANGELES
WASHINGTON
July 2008
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
MIKE PUNTENNEY, DEPUTY DIRECTOR OF OPERATIONS
~
on
Senior Assistant City Attorney
PQjge 1 of18
</.5 'ID
Original 1 of 2
INSTRUCTIONS FOR BIDDERS
Equipment Bids
BID SUBMITTAL:
All bids must be sealed with the outside of
the envelope marked with the BID
OPENING DATE July 16, 2008,
PURCHASE CONTRACT NO. LO-08-011.
The NAME AND ADDRESS OF THE
BI DOER shall also appear on the outside of
the envelope. Bids shall be directed to the
Director of Public Works and Utilities, 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 matenal to that which is
usually provided the trade in general. Any
variance from the specifications or
standards of quality must be clearly pointed
out 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-08-011
All bids must be made on the required bid
form and In cases of errors in the extension
of prices in the bid, the unit prices will
govern. All blank spaces for bid pnces 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 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 2 of 18
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,
1701 B Street, Port Angeles, Washington,
between the hours of 8:00 AM and 3:30 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
informalities 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-08-011
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.
Offers made in accordance with the
Invitation to Bid shall be good and firm for
the period specified in the bid 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.
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.
Page 3 of 18
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
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 Lhanley@cityofpa.us .
Project No. LO-OB-011
Page 4 of 18
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, 1701
B Street, Port Angeles, Washington, between the hours of 8:00 AM and 3:30 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 follc;>wing'
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-08-011
Page 5of18
7. REJECTION: All goods or materials purchased herein are subject to approval by the City.
Any rejection of goods or material resulting because of 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, suite 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 requirem~nts of this contract.
b. When return, correction, or replacement is required, transportation charge~ 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 1 O.a of this clause; or
PrOject No LO-08-011
Page 6 of 18
J'
(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 kird.
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 antl-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-08-011
Page 7 of 18
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-08-011
Page 8of18
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into thiSc:Uo-~y of (). .^". :rI-- 20LK,
between the City of Port Angeles (hereinafter called the "City") and~s'iribution
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-08-011
Page 9 of 18
ARTICLE V
NONDISCRIMINA TION
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-08-011
Page 10 of 18
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.
CONTRACTOR
CITY OF PORT ANGELES
BY:~~
Title: ~pe~hCY\S ~
Dated: O~-l3- 2.0og
By: I1A~ ~
Title: ~U-tlT-
Dated: 0 f3 -d-O- 0 t;
ATTEST:
ATTEST:
c~i:e~ .lJpm", -
~pp~ved to as to fo:?( A
W:k~ ~~-
City Attorney ,.
PrOject No. LO-08-011
Page 11 of 18
City of Port Angeles
Invitation for Bid
Purchase Contract: LO-08-011
Schedule A
Distribution Transformers
Bid Item 1:
GENERAL DESCRIPTION: ANSI C57.12 26 pad-mounted, 2-winding, wye-wye transformer.
SPECIFICATIONS: Distribution Transformer - MDUT-301
1500 kVA, 12470Y/7200- 480Y/277V, 4-WIRE
STOCK #285-087-00056
Quantity: 1 each
DATE DELIVERY REQUIRED: Maximum of 30 days from receipt of purchase order.
Transformer Materials:
1. Insulating Liquid: FR3, less-flammable, non-bioaccummulating, biodegradable per
EPA OPPTS 835.2100, derived from edible seed oils with performance enhancing
additives.
2. Insulation Temperature Rise: 650C when operated at rated kVA output in a 400C
ambient temperature. Transformer shall be rated to operate at rated kVA in an
average ambient temperature of 300C over 24 hours with a maximum ambient of 400C
without loss of service life expectancy.
3. Basic Impulse Level: 95kV
4. Full-Capacity Voltage Taps: Four 2.5 percent taps, 2 above and 2 below rated high
voltage; with externally operated tap changer for de-energized use, and with position
indicator and padlock hasp.
5. High-Voltage Switch: 200A, make-and-Iatch rating of 10kA RMS, symmetrical,
arranged for loop feed with 3-phase, 2-position gang operated load-break switch that
is immersed in transformer tank with hook-stick operating handle in primary
compartment.
6. Primary Fuses: Complying with IEEE C37.47
7.1 Current-Limiting type in dry-fuse holder wells, mechanically interlocked with
liquid-immersed switch in transformer tank to prevent disconnect under load.
Project No LO-08-011
Page 12 of 18
7. High-Voltage Terminations and Equipment: Dead-front with universal-type bushing
wells for dead-front bushing well inserts, complying with IEEE 386, and including the
following:
8.1 Bushing-well inserts. One for each bushing well
8.2 Parking Stands: One for each high-voltage bushing well.
8.3 Portable Insulated Bushings: Arranged for parking insulated, high-
voltage cable terminators, and one for each primary feeder conductor
terminating at transformer.
8. Low-Voltage Bushings: ANSI C57.12.28 bushing pattern.
9. Accessories:
10.1 Drain Valve: 1-inch, with sampling device
10.2 Dial-Type Thermometer
10.3 Liquid-Level Gauge
10.4 Pressure-Vacuum Gauge
10.5 Pressure Relief Device
10.6 Threaded-Stud LV bushings with 8-hole NEMA spade terminals.
10.7 Fuse Designation Stencil
10.8 Ground Connectors
10.9 Penta-Head Handle Bolt
Bid Item 2:
GENERAL DESCRIPTION: ANSI C57.12.26 pad-mounted, 2-winding, delta-wye
transformer.
SPECIFICATIONS: Distribution Transformer - MDUT-301D
500 kVA, 12470~-480Y/277V, 4-WIRE
STOCK #285-087-00056
Quantity: 2 each
DATE DELIVERY REQUIRED: Maximum of 30 days from receipt of purchase order.
Transformer Materials:
1. Insulating Liquid: FR3, less-flamable, non-bioaccumulating, biodegradable per EPA
OPPTS 835.2100, derived from edible seed oils with performance enhancing additives.
2. Insulation Temperature Rise: 650C when operated at rated kVA output in a 400C
ambient temperature. Transformer shall be rated to operate at rated kVA in an average
ambient temperature of 300C over 24 hours with a maximum ambient of 400C without
loss of service life expectancy.
Project No LO-08-011
Page13of18
3. Basic Impulse Level: 95kV
4. Full-Capacity Voltage Taps: Four 2.5 percent taps, 2 above and 2 below rated high
voltage; with externally operated tap changer for de-energized use, and with position
indicator and padlock hasp.
5. High-Voltage Switch: 200A, make-and-Iatch rating of 10kA RMS, symmetrical,
arranged for loop feed with 3-phase, 2-position gang operated load-break switch that is
immersed in transformer tank with hook-stick operating handle in primary compartment.
6. Primary Fuses: Complying with IEEE C37.47
7.1 Current-Limiting type in dry-fuse holder wells, mechanically interlocked
with liquid-immersed switch in transformer tank to prevent disconnect under load.
7. High-Voltage Terminations and Equipment: Dead-front with universal-type bushing
wells for dead-front bushing well inserts, complying with IEEE 386, and including the
following:
8.1 Bushing-well inserts. One for each bushing well
8.2 Parking Stands: One for each high-voltage bushing well.
8.3 Portable Insulated Bushings: Arranged for parking insulated, high-voltage
cable terminators, one for each primary feeder conductor terminating at
transformer.
8. Low-Voltage Bushings: ANSI C57.12.28 bushing pattern.
9. Accessories:
10.1 Drain Valve: 1-inch, with sampling device
1 0.2 Dial-Type Thermometer
10.3 Liquid-Level Gauge
10.4 Pressure-Vacuum Gauge
10.5 Pressure Relief Device
10.6 Threaded-Stud LV bushings with 8-hole NEMA spade terminals.
10.7 Fuse Designation Stencil
10.8 Ground Connectors
10.9 Penta-Head Handle Bolt
PrOject No LO-08-011
Page 14 of 18
City of Port Angeles
Bid No. LO-08-011
BID FORM
DISTRIBUTION TRANSFORMERS
BIdder must bid on all bid items. The bidder hereby bids the following
amounts for all matenal described in the Contract Documents.
Bid Item
Bid Item 1.
1500 kV A, 124 70Y 17200-480Y 1277V
Pad Mount Transformer per MDUT-301
Bid Item 2.
1500 kV A, 12470l1-4801Y277V Pad
Mount Transformer er MDUT-301 0
Subtotal:
Sales Tax (8.4%)
Total Bid
Quantity
1
Unit Price
Total Price
51 L,;. .3(ll cC>
:.21 L;lO .,-
~:> ~...-...J I,(,f.-,
2
2:d.J/ ?:J ? l OC'
7 3u5.S I
/0/ 5'l'~.SJ
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 Item
Bid Item l'
1500 kVA, 12470Y/7200-480Y/277V
Pad Mount Transformer per MDUT-301
Bid Item 2:
1500 kV A, 12470l1-4801Y277V Pad
Mount Transformer er MDUT-301 0
PrOject No LO-08-011
1[$[. .3
I...~- l~
\ <:.,,,, u,,...
oI~ "= (.v-Ifl".~
8187
I r'/ J 3
~(~
\~~)G
l\c: 7~ u<->
~~ -~J'~
C,'~:),<I 'f
P ag e , 5 of 1 e
City of Port Angeles
Bid No. LO-08-011
DISTRIBUTION TRANSFORM MATERIALS
BID SIGNATURE SHEET
(BID SUMMARY and SIGNATURES)
Will you sell additional units to the City of Port Angeles at the bid price.]
riVes 0 No .'1 fAJ;fth~ '15 bA-y5;" of (j~~Md:( 1kJ~.b o^li".~~'
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has
received Addenda No(s) 1. to thIs project manuaf.
The undersigned hereby accepts the terms and conditions as set forth herein. This bid
submittal sheet must b~e signed and dated by the bidder or a representative
legally authorized to bind the bidder.
FULL LEGAL NAME OF BIDDER
TYPE OF BUSINESS: J Corporation
(limited)
lJ L ~ U
f.
b\M -I,~L
o Partnership (general) 0 Partnership
o Sole Proprietorship 0 Limited Liability Company
ADDRESS .;( ~41 I\) ~) ~ 0\ ~
CITY/STATE/ZIP .p(:,K-1Llh-J~~ I DR... i G.,c',~ q )~\'t~
PHONE / -BO') = 5<-1'J - jCL31 (;; FAX 9: ?-J ~- ~/- L/'-Idtf
NAME (PLEASE PRINT) L. ,l1l?t<y Kc5.:>\"
.
TITLE
SIGNED\
DATE
1/;~ j()fj
/ /
PrOject No LO-08-011
Page 1~ 0'; 18
. ,
..
NON-COLLUSION AFFIDAVIT
STATE OF WASHINGTON
COUNTY OF
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.
/7 ~
/ I
/'---~ L-/ // ~~
LSignature of Bidder/Contractor
Subscribed and sworn to before me this 1L day of ,,)(i. (j
,200g .
.., - I
L (Jrrine:- tder
Notary Public in and for the
State of 0 r~m/l
Residing at 3tll II.! iv Jj t;1 1M PtJil!c"-i; 0;<
My Comm. Exp::!haycJ,..... S JO(;g;
q,;:'"
~ OFFICIAL SEAL ii
. CORRINE EDER fj:
, .- NOTARY PUBLIC - QREGm. 'j
'. . . COMMISSION NO. 426640 ~
MY COMMISSION EXPIRES MARCH 5. 2" I t! ~l;
'"
PrOject No. LO-08-011
page 11 of 18