HomeMy WebLinkAbout4.634 Original ContractRev i e e
CONTRACT DOCUMENTS
for
TRANSFORMERS — INVENTORY
PURCHASE CONTRACT NO. LO -09 -020
M.C. Puntenney, P.E.
Deputy Director
S- for Assistant City Attorney
CITY OF PORT ANGELES
WASHINGTON
September 2009
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
MIKE PUNTENNEY, DEPUTY DIRECTOR OF OPERATIONS
Page 1 of 22
September 01, 2009
CITY OF PORT ANGELES
INVITATION TO BID
For
TRANSFORMERS — INVENTORY
Sealed bids will be received by the Director of Public Works & Utilities until 2:OOPM, October
15, 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 Items: 25, 37.5, 75, and 167 kVA Single -Phase Overhead Transformers
7200/12470 Y Primary Voltage
120/240 Secondary Voltage
Bid documents may be obtained by calling Lucy Hanley at (360) 417 -4541 or by emailing
Lhanlev aacitvofoa.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: September 20, 2009
Michael Puntenney
Deputy Director
Project No. LO -09 -020 Page 2 of 22
PORT
T.
BID SUBMITTAL:
All bids must be sealed with the outside of
the envelope marked with the BID
OPENING DATE October 15, 2009,
PURCHASE CONTRACT NO. LO -09 -020.
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 - 020
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 22
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 7:30 AM
and 2:30 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 - 020
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 22
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 aC�.citvofoa.us .
Project No. LO -09 -020 Page 5 of 22
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 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 -09 -020 Page 6 of 22
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 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 -09 -020 Page 7 of 22
(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 -09 -020 Page 8 of 22
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 -09 -020 Page 9 of 22
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into this `day ofDeepA4tA7, 20 0 %,
between the City of Port Angeles (hereinafter called the "City ") and General Pacific
(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 -020 Page 10 of 22
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 -020 Page 11 of 22
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: By:
Title: es
Dated: l 1 -
ATTEST:
Title: (, �
Dated: /02 -07 -01
ATTEST:
City9(erk
Appr ved to as to /f rm
City Attorney
Project No LO -09 -020 Page 12 of 22
City of Port Angeles
Invitation for Bid
Purchase Contract: LO -09 -020
Bid Items:
GENERAL DESCRIPTION: Single -Phase Overhead Distribution Transformers
SPECIFICATIONS: Single -Phase Overhead Distribution Transformers
7200/12470 Y for Primary Voltage
120/240 for Secondary Voltage
Quantity: 25 kVA Transformers — 6 each
37.5 kVA Transformers— 8 each
75 kVA Transformers— 4 each
167 kVA Transformers— 2 each
Schedule A
Transformers — Inventory
DATE DELIVERY REQUIRED: Maximum of 60 days from receipt of purchase order.
Specification for Envirotran 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 -020 Page 13 of 22
C57.91 -
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 one or more of the following kVA ratings:
25, 37.5, 75, 167
Guide for Loading Mineral -Oil- Immersed Overhead and Pad -
Mounted Transformers rated 500 kVA and less with 55 °C or 65 °C
average winding rise
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.
2.2 The secondary voltages shall be one of the following. The basic insulation level
(BIL) of the secondary voltage shall be 30 kV.
120/240
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 one of the following tap configurations:
No taps
Two - 2Y2% taps above and below rated voltage
Four - 2'/2% taps below rated voltage
The applicable tap configuration shall be specified on the Bid Form.
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 2.
Table 2
Electrical Characteristics of Bushings
60 -Hz Dry 60 -Hz Wet
BIL 1- Minute 10- Second
Withstand Creeoaae Distance* Withstand Withstand
(kV) Inches Millimeters (kV) (kV)
Project No LO -09 -020 Page 14 of 22
95 11'/ ± 267 ± 13 35 30
125 17'/±1% 419±38 42 36
150 31 ± 1'/ 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 BUSHINGS AND TERMINALS:
4.1 The low- voltage bushings provided shall be in accordance with Table 3.
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 4.
Table 4
Low - Voltage Terminal Sizes for Single -Phase Transformers
Transformer Low Voltage Rating (volts)
Size of Terminal AWG Size of Conductor Terminal will
Opening Accommodate 120/240 240/480 277
Inches Millimeters
5/8 15.9 No 6 Solid to No 4/0 -19 Stranded 10 -15 10 -25 10 -25
13/16 20.6 No 2 Solid to 350 kcmil -19 Stranded 25 -50 37 % - 100 37 '/ - 100
15/16 23 8 No 1/0 Solid to 500 kcmil -37 Stranded 75
1 -1/4 31.8 No 2/0 Solid to 1000 kcmil -61 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.
5.0 PROTECTION:
5.1 No protection is required with the transformer.
6.0 TANK:
Project No. LO -09 -020 Page 15 of 22
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.
7.0 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
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 (EN) 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)
Project No. LO -09 -020 Page 16 of 22
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:
[ ]
[X]
[X]
Complete unit 304 or 409 Stainless Steel
Non -PCB Decal (white on blue)
Ground connector and Low Voltage ground strap on double bushing units
Any additional accessories will be specified on the Bid Form.
9.0 SHIPPING:
9.1 Unit shall be banded, blocked or bolted to a suitable skid with 2 inches of
clearance for shipment.
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 -020 Page 17 of 22
Bid Items
25 kVA Transformers
37.5 kVA Transformers
75 kVA Transformers
167 kVA Transformers
Subtotal:
Sales Tax (8.4 %)
Freight
Total Bid
City of Port Angeles
Bid No. LO -09 -020
BID FORM
Transformers — Inventory
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.
Description I QTY
Single -Phase Overhead
Distribution Transformers
7200/12470 Y for
Primary Voltage
120/240 for Secondary
Voltage
Unit Price
6 92-2_ oo
8 /.2 -2..co
4 vtocU.
2 3s 4 r9.00
Total Price
5'5'32 00
gg3L, 00
S co
- 7 I 98.0 c�
3oq zo.oc3
Zb
Project No LO -09 -020 Page 18 of 22
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
25 kVA
Transformers
37.5 kVA
Transformers
75 kVA
Transformers
167 kVA
Transformers
Description No Load Loss Full Load Loss Delivery Time
(Watts) (Watts) (Weeks from
order placement)
Single -Phase
Overhead
Distribution
Transformers
* 7200/12470
Y for Primary
Voltage
* 120/240 for
Secondary
Voltage
LP l
k9
ks
Project No LO -09 -020 Page 19 of 22
City of Port Angeles
Bid No. LO -09 -020
TRANSFORMERS — INVENTORY
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 ( No )
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has
received Addenda No(s). -- 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 CTS em-,...L
TYPE OF BUSINESS: - Corporation ,) Partnership (general) Partnership
(limited) - =
Sole Proprietorship Limited Liability Company
ADDRESS _ctyoo - F} vE.
CITY /STATE /ZIP "t 0.4lu -vice ott c 1 1 -3ca
PHONE 8�0 _ `I - 7- g t'l ( -14 L, i3 FAX 5 S i1 032z)
NAME (PLEASE PRINT) tk..1 e r;.
TITLE
SIGNED �-� �,3� �., DATE /v -1
Project No LO -09 -020 Page 20 of 22
STATE OF W Sl hNIO FON -- )
COUNTY OF 1/1 Istoo; ed. )
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 i Z day of t t- r
Project No LO - 09 - 020
Notary Public in and for the
State of 0/',? it
Residing at 6e/i Pic
My Comm. Exp :ter,
, 20 >9 .
Page 21 of 22
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 -020 Page 22 of 22