HomeMy WebLinkAbout4.627 Original ContractR / / / ---
tvt.e Puntenney, P.E.
Deputy Director
F4iewed by
D= .t oic s
Senior Assistant City Attorney
CONTRACT DOCUMENTS
for
Transformers
PURCHASE CONTRACT NO. LO -09 -016
CITY OF PORT ANGELES
WASHINGTON
June 2009
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
MIKE PUNTENNEY, DEPUTY DIRECTOR OF OPERATIONS
June 26, 2009
o f pow, �
r
=w
wi (g Aso
CITY OF PORT ANGELES
INVITATION TO BID
for
Transformers
Sealed bids will be received by the Director of Public Works & Utilities until 2:OOPM, August 04,
2009, 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: 100 kVA 1 -Phase Pole mount Transformer
7200/12470Y primary voltage
277 secondary voltage
Bid Item 2: 750 kVA 3 -Phase Pad - Mounted Transformer
12470GY/7200 primary voltage
480Y/277 secondary voltage
Bid documents may be obtained by calling Lucy Hanley at (360) 417 -4541 or by emailing
Lhanlevacitvofoa.us
All bids must be on the form provided. Faxed bids shall not be accepted.
The City of Port Angeles reserves the right to reject any or all bids and to waive informalities in
the bidding process.
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.
PUBLISH: Peninsula Daily News: July 23, 2009
Michael Puntenney
Deputy Director
Project No. LO -09 -016 Page 2 of 28
BID SUBMITTAL:
All bids must be sealed with the outside of
the envelope marked with the BID
OPENING DATE August 04, 2009,
PURCHASE CONTRACT NO. LO -09 -016.
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, 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 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 - 09 - 016
INSTRUCTIONS FOR BIDDERS
Equipment Bids
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 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 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 28
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 OSHA/WISHA
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 South A 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 - 09 - 016
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 4 of 28
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 Lhanlev ancitvofoa.us
Project No. LO -09 -016 Page 5 of 28
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. 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.
5. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped
prepaid, F.O.B. Destination.
6. 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.
7. IDENTIFICATION: All invoices, packing lists, packages, shipping notices, instruction
manuals, and other written documents affecting this Contract shall contain the applicable
purchase contract number.
8. 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.
Project No. LO -09 -016 Page 6 of 28
9. 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 9.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 9.a of this clause; or
(2) Retain such supplies and reduce the contract price by an amount equitable under
the circumstances.
10. ASSIGNMENTS: Moneys due under this Contract shall only be assignable with prior written
consent of the City.
11. 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.
12. 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.
Project No. LO -09 -016 Page 7 of 28
13. 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.
14. 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.
15. 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.
16. 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.
17. 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.
18. SAFETY: The equipment shall completely comply with all State and Federal laws, rules,
regulations and codes in effect at the time of delivery.
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.
19. 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 -09 -016 Page 8 of 28
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into this 11 day of Au „ , 20 o? ,
between the City of Port Angeles (hereinafter called the "City ") and Gneral 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 -09 -016 Page 9 of 28
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 -09 -016 Page 10 of 28
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: ors 4tLe-
Dated:
ATTEST:
ARTICLE VIII
WAIVER
By:
Title:
Dated:
ATTEST:
City
Approv'd to as to form
City Attorney
Project No. LO -09 -016 Page 11 of 28
City of Port Angeles Schedule A
Invitation for Bid Transformers
Purchase Contract: LO -09 -016
There are two bid items for this purchase contract. Bidders shall bid on both items.
Bid Item 1:
GENERAL DESCRIPTION: 100 kVA 1 -Phase Pole -mount Transformer
SPECIFICATIONS: 100 kVA 1 -Phase Pole mount Transformer — 7200/12470Y primary
voltage, 277 secondary voltage
QUANTITY: 3
DATE DELIVERY REQUIRED: Maximum of 60 days from receipt of purchase order.
Specification for Environtran EF Single -Phase Overhead Distribution
Transformers
1.0 GENERAL:
1.1
This specification covers the electrical and mechanical characteristics of
single -phase overhead -type distribution transformers, which utilize
Envirotemp FR3 fluid as the dielectric fluid.
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.
C57.12.35 — 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.
Project No. LO -09 -016 Page 12 of 28
BIL
Withstand
(kV)
C57.91 — Guide for Loading Mineral -Oil- Immersed Overhead and Pad - Mounted
Transformers rated 500 kVA and less with 55 °C of 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 transformers shall be designed in accordance with this specification
and shall have the following kVA ratings: 100
The applicable kVA rating and quantity 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.
The applicable primary voltage shall be specified on the Bid Form.
2.3 The secondary voltages shall be 277. The basic insulation level (BIL) of
the secondary voltage shall be 30 kV.
The applicable secondary voltage shall be specified on the Bid Form.
2.4 When specified, 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 the
following tap configurations: No taps
The applicable tap configuration shall be specified on the Bid Form.
3.0 HIGH VOLTAGE BUSHINGS AND TERMINALS
3.1 The high - voltage bushings provided shall be in accordance with Table 3.
Table 1 Electrical 8Characteristic of Bushings
60 -Hz Dry 60 -Hz Wet
Creeoaae Distance* 1- Minute 10- Second
Inches Millimeters Withstand Withstand
(kV) (kV)
Project No. LO -09 -016 Page 13 of 28
95 11 1/2 ± 1 /2 267 ± 13 35 30
125 17'/2 ±1 1/2 419 ±38 42 36
150 31 ± 1 1/2 762 ± 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 terminals 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 BUSHINGS 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.
Size of Terminal
Opening
Inches Millimeters
Table 2 Low - Voltage Terminal Sizes for Single -Phase Transformers
Transformer Low Voltage Rating
(volts)
AWG Size of Conductor Terminal will
Accommodate 120/240 240/480 277
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'/2 -100 37 1/2-100
15/16 23 8 No 1/0 Solid to 500 kcm i1 -37 Stranded 75
1 -1/4 31 8 No 2/0 Solid to 1000 kcmil -6 1 Stranded 100
Spade H 167 -250 167 -500 167 -250
Spade J 333 -500 333 -500
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.
Project No. LO -09 -016 Page 14 of 28
5.0 PROTECTION
5.1 No protection is required with the transformer.
6.0 TANK
7.0 FLUID
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:
Cracking Pressure: 10 psig ± 2 psig
Resealing Pressure: 6 psig minimum
Zero leakage from reseal pressure to -8 psig
Flow at 15 psig: 35 SCFM minimum
6.2 The tank coating shall meet all requirements in ANSI C57.12.31 including:
Salt Spray Test
Crosshatch Adhesion Test
Humidity Test
Impact Test
Oil Resistance Test
Ultraviolet Accelerated Weathering Test
Abrasion Resistance — Taber Abraser
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 with stainless steel
cover 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.
7.1 The dielectric coolant shall be listed less- flammable fluid meeting the
requirements of National Electrical Code Section 450 -23 and the
Project No LO -09 -016 Page 15 of 28
9.0 SHIPPING
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 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:
[ ] 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.
Any additional accessories will be specified on the Bid Form.
9.1 Units shall be banded, blocked or bolted to a suitable skid with 2
inches of clearance for shipment. Units must be delivered in an
uncovered flatbed truck.
10.0 TESTING AND LOSSES
10.1 Units will comply with minimum efficiency requirements of NEMA TP 1.
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 -09 -016 Page 16 of 28
Bid Item 2:
GENERAL DESCRIPTION: 750 kVA 3 -Phase Pad - Mounted Transformer
SPECIFICATIONS: 750 kVA 3 -Phase Pad - Mounted Transformer — 12470GY/7200 primary
voltage, 480Y/277 secondary voltage
QUANTITY: 1
DATE DELIVERY REQUIRED: Maximum of 60 days from receipt of purchase order.
Specification for Three -Phase Pad - Mounted Distribution Transformers
1.0 GENERAL:
1.1 This specification covers the electrical and mechanical characteristics of
three - phase, 60 Hz, 75 -1,500 kVA three -phase step -down 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.
C57.12.26 - IEEE Standard for Pad - Mounted, Compartmental -Type, Self -
Cooled, Three -Phase Distribution Transformers for Use with
Separable Insulated High - Voltage Connectors.
C57.12.28 - Pad - Mounted Equipment — Enclosure Integrity.
C57.12.34 - IEEE Standard Requirements for Pad - Mounted,
Compartmental -Type, Self- Cooled, Three -Phase Distribution
Transformers (2500 kVA and Smaller)
C57.90 - IEEE Standard Test Code for Liquid- Immersed Distribution,
Power, and Regulating Transformers and IEEE Guide for Short-
Circuit Testing of Distribution and Power Transformers.
C57.91 — Guide for Loading Mineral -Oil- Immersed Transformers.
Project No. LO -09 -016 Page 17 of 28
2.0 RATINGS:
2.1 The transformers shall be designed in accordance with this specification
and the kVA rating shall be as noted in the Request for Quotation. Design
shall meet NEMA TP -1 efficiency standards.
2.2 The secondary voltages shall be as noted in the Request for Quotation,
grounded wye connection, and the basic insulation level (BIL) of the
secondary voltage shall be 30 kV.
2.3 The transformer shall be furnished with full capacity high - voltage taps. The
taps shall be ± 2 — 2 1 /2% above and below nominal voltage. The tap
changer switch shall be an externally operated switch with a hotstick-
operable handle. 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 3.3 of ANSI C57.12.26.
2.4 The average winding temperature rise above ambient temperature, when
tested at the transformer rating, shall not exceed 65 °c.
2.5 The percent impedance voltage, as measured on the rated voltage
connection, shall be per Table 1. For target impedances, the tolerance on
the impedance shall be ± 7.5% of nominal value for impedance values
greater than 2.5 %. The tolerance on the impedance shall be ± 10.0% for
impedance values less than or equal to 2.5 %.
Table 1 — Percent Impedance Voltage
1 kVA Rating 1 Impedance
75 1 1.10 -5.75
112.5 — 225 1.40 -5.75
300 -500 2.00 -5.75
1 750 -1500 5.75 nominal
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.
3.2 Bushing Configuration:
The transformer shall be provided with six (6) high voltage bushings and
six parking stand brackets in accordance with Figure 2 minimum
dimensions of ANSI C57.12.34 for loop feed configurations. The bushing
Project No. LO -09 -016 Page 18 of 28
5. PROTECTION
heights shall be in accordance with Figure 3 minimum dimensions of ANSI
C57.12.34. Label bushing wells H1A, H2A, H3A, H1B, H2B, and H3B.
2 SECONDARY VOLTAGE BUSHINGS AND TERMINALS
4.1 Bushing Style:
The transformer shall be provided with tin - plated NEMA "H" type spade
terminals capable of accepting either copper or aluminum connectors.
The spacing of the connection holes shall be 1.75" on center, per ANSI
C57.12.34 figure 13.
Bushing Hole Quantities:
KVA 208Y/120 480Y/277
75 -30 4 4
500 6 4
750 -1500 8
2500 12
Bushing supports shall be provided for units of 300 kVA and above. Bushing
supports shall be attached to the cabinet sidewalls. Tank - mounted support
mountings are not acceptable.
Neutral bushing shall be grounded to the transformer tank by a removable
ground strap. Low and high voltage neutrals shall be internally tied together
with a removable link for testing. The removable Zink shall be readily accessible
without removal of any oil.
4.2 Bushing Confirguration:
The transformer shall be provided with bushings in a staggered
arrangement in accordance with Figure 11a minimum dimensions of ANSI
C57.12.34. Bushings shall be labeled XO (Neutral), X1, X2, and X3.
5.1 Overcurrent Protection:
The high - voltage overcurrent protection scheme provided with the
transformer shall be an externally removable load -break expulsion Bay -O-
Net fuse assembly with a flapper valve to minimize oil spillage.
Project No. LO -09 -016 Page 19 of 28
An interlock shall be required between the load -break switch scheme
specified and the bayonet fuses, such that the fuses may not be removed
unless the transformer has been de- energized via the load -break switch
scheme.
5.2 Switching:
The primary switching scheme provided with the transformer shall be one
ON /OFF Ioadbreak switch, located in the high - voltage compartment. Switch
shall be for manual or hot -stick operation.
6. GENERAL DESIGN
6.1 Core and coil
The five legged core and coil shall be vacuum processed to ensure
maximum penetration of insulating 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 Electric 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 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) and UL
Classified Transformer Fluid (UL- EOVK), Envirotemp® FR3® fluid.
6.3 Tank and Cabinet Enclosure
6.3.1. The high - voltage and low- voltage compartments, separated by a
metal barrier, shall be located side -by -side on one side of the
transformer tank. When viewed from the front, the low- voltage
compartment shall be on the right. Each compartment shall have a
door that is construed so as to provide access to the high - voltage
Project No. LO -09 -016 Page 20 of 28
compartment only after the door to the low- voltage compartment has
been opened. There shall be one or more additional fastening
devices that must be removed before the high - voltage door can be
opened. The low- voltage compartment door shall be a flat panel
design, side hinged, and the compartment door shall have three -point
latching with a handle provided for a locking device. Hinge pins and
associated barrels shall be construed of corrosion - resistant material,
passivated AISI Type 304 or the equivalent. The front sill of the
compartment shall be removable to allow the transformer to be rolled
or skidded into position over conduit studs.
6.3.2. A recessed, captive, penta -head bolt that meets the dimensions per
ANSI C57.12.28 shall secure all access doors.
6.3.3. 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.
Top shall be domed or sloped for moisture runoff.
6.3.4. The compartment depth shall be 20 inches.
6.3.5. 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.
6.3.6 The tank shall be constructed to withstand 7 psi without permanent
deformation, and 15 psi without rapture. The tank shall include a 15
psig pressure relief valve with a minimum flow rate of 35 SCFM.
There shall also be a manually controlled vent with a pull ring for
manual or hot -stick operation.
6.3.7. The tank and cabinet coating shall meet all the requirements of ANSI
C57.12.28 including:
• Salt -Fog Resistance per ASTM B -117, 1000 hours
• Crosshatch Adhesion Test per ASTM D -3359, per Method B
• Humidity Test, per ASTM D -2247, 1000 hours at 45 °C with no
blisters
• Impact Test per ASTM D -2794 and G -14
• Oil Resistance Test
• Ultraviolet Accelerated Weathering Test
• Abrasion Resistance — Taber Abraser per ASTM D -4060
• Moisture Condensation Resistance per ASTM D -1735
6.3.8 The exterior of the unit shall be painted two coats of semi -gloss
Munsell 7GY3.29/1.56 green color on one coat of rust - resisting
primer.
Project No. LO -09 -016 Page 21 of 28
•
7. ACCESSORIES
7.1 The following accessories shall be provided:
• Bolted main tank cover (1000 kVA & below)
• Welded main tank cover with bolted handhole (1500 kVA &
above)
• 1.0" upper fill plug
• 1.0" drain plug in LV compartment (500 kVA & below)
• 1.0" drain valve with sampling device in LV compartment (750
kVA & above)
• Automatic pressure relief valve
• Metal drip shield (when bayonets specified)
• 20" deep cabinet
• Ground provisions per C57.12.34 section 9.11
• Burndy #KC25 Ground connector w/9/16" threaded stud
• Meet NEMA TR -1 sound levels
• Liquid level sight gauge at the 25 °C oil level.
• Dial -type thermometer gauge
• Pressure vacuum gauge
• Mr. Ouch warning & danger signs
• NEMA "High Voltage" warning decal on outside of transformer.
• NEMA "High Voltage" danger decal on inside of secondary door.
• 2 ' /Z" Letter Stenciling of kVA and secondary voltage, centered on
primary door.
• Seismic Zone 3 and 4 tank anchoring.
8. SHIPPING
8.1 Units 1000 kVA and below shall be palletized. Units shall be delivered in
an uncovered flatbed truck.
9. TESTING & TOLERANCES
9.1 All units shall be tested for the following:
• No -Load (20 °C) loses at rated current
• Total (85 °C) losses at rated current
• Percent Impedance (80 °C) at rated current
• Excitation current (100% voltage) test
• Winding resistance measurements tests
• Ratio tests using all tap settings
• Polarity and phase relation tests
• Induced potential tests
• Full wave and reduced wave impulse test
Project No. LO -09 -016 Page 22 of 28
9.2 In addition, the manufacturer shall provide certification upon request for all
design and other tests listed in C57.12.00, including verification that the
design has passed short circuit criteria per ANSI C57.12.00 and
C57.12.90.
10. DATA WITH PROPOSAL
10.1 The following data shall be submitted with the proposal:
11. WARRANTY
• Estimated Delivery Time
• Maximum No -Load Core Losses
• Maximum Full -Load Winding Losses
• Percent Impedance
• Percent Efficiency
• Standard Dimension Drawings
• Final Record Drawings (furnished at time of shipment)
11.1 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.
Project No LO -09 -016 Page 23 of 28
Bidder must bid on all bid items. The bidder hereby bids the following
amounts for all material described in the Contract Documents.
Bid Item
Bid Item 1:
100 kVA 1 -Phase
Pole mount
Transformer
Bid Item 2:
750 kVA 3 -Phase
Pad - Mounted
Transformer
Project No LO -09 -016
Description Quantity Unit Price Extended Price
7200/12470Y
primary voltage, 277
secondary voltage 3 .11 e. oo 2 3 s t/< c, o
eo-
12470GY/7200
primary voltage,
480Y/277 secondary
voltage
City of Port Angeles
Bid No. LO -09 -016
BID FORM
TRANSFORMERS
1
Subtotal
Sales Tax (8 4 %)
Freight
Total Bid
1S'S S6 00
20Si `1`/
Page 24 of 28
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 1:
100 kVA 1 -Phase Pole mount Transformer —
7200112470Y primary voltage, 277
secondary voltage
Bid Item 2:
750 kVA 3 -Phase Pad- Mounted
Transformer — 12470GY/7200 primary
voltage, 480Y/277 secondary voltage
e e.. See-
4« -..k. (Si loo. e:U -✓ c 3 r c�.�S v «x
t o cc-Ar -
No Load Full Load Delivery Time
Loss Loss (Weeks from
(Watts) (Watts) order placement)
1 to O-;> Ls
Ago
C S -"1 7.-2_9
Project No. LO -09 -016 Page 25 of 28
Will you sell additional units to the City of Port Angeles at the bid price until further
notice?
Yes
City of Port Angeles
Bid No. LO -09 -016
TRANSFORMERS
BID SIGNATURE SHEET
(BID SUMMARY and SIGNATURES)
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has
received Addenda No(s). 1 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 (-L
TYPE OF BUSINESS: / orporation) Partnership (general) Partnership
(limited)
Sole Proprietorship
ADDRESS Sipco -rig A■E
CITY /STATE /ZIP" U ti
PHONE Oo � 9. `Z'i '/ �-� ( L3
NAME (PLEASE PRINT).�re_s,- Se Ai
TITLE . vNs.-c e_ ¶Z L?s
SIGNED DATE 3.01
Limited Liability Company
FAX So3
Project No. LO -09 -016 Page 26 of 28
•
STATE OF•WtSHNeFe I )
COUNTY OF ,K\ +ur,.���
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.
OFFICIAL SEAL
ROBERT ERNEST ROLFE
NOTARY PUBLIC - OREGON
COMMISSION NO. 437964
MY COMMISSION EXPIRES APRIL 22, 2013
NON - COLLUSION AFFIDAVIT
•
Signature of Bidder /Contractor
Subscribed and sworn to before me this 3\ day of 3u-\ N , 20 Oct .
Notary Public in and for the
State of oo e9,■
Residing at d pr`v` e
My Comm Exp.: 40.-:/ e2c71
Project No LO -09 -016 Page 27 of 28
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 -09 -016 Page 28 of 28