HomeMy WebLinkAbout4.663 Original ContractRe view
M C VP u nterpy
Deputy Director
CONTRACT DOCUMENTS
for
TRANSFORMERS TRANSMISSION INSULATORS PURCHASE
PURCHASE CONTRACT NO. LO-10-009
ORT
4kr
IWIN71211111111111111V
W
AND
CITY OF PORT ANGELES
WASHINGTON
August 2010
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES
MIKE PUNTENNEY, DEPUTY DIRECTOR OF OPERATIONS
Reviewed by:
DrTh tj ickbn
Senior Assistant City Attorney
Page 1 of 37
q.6263
•r
Agus 01, 2010
CITY OF PORT ANGELES
INVITATION TO BID
,11 For
r!/
Transformers Transmission Insulator Purchase
Sealed bids will be received by the Director of Public Works Utilities until 2:00PM, August 31,
2010, 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: 15, 25, 37 5, 50, and 75 kVA Single -Phase Overhead Transformers
Bid Item 2: 25 kVA Single -Phase Pad mounted Transformers
Bid Item 3: 150, 750 and 1500 kVA Three -Phase Pad mounted Transformers
Bid Item 4 (Optional): Horizontal Line Post Type Insulator and Dead -End Type
Insulation, Polymer.
Bid documents may be obtained by calling Lucy Hanley at (360) 417 -4541 or by emailing
Lhanlevc citvofoa.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: August 18, 2010
Michael Puntenney
Deputy Director
Project No. LO -10 -009 Page 2 of 37
1
BID SUBMITTAL:
All bids must be sealed with the outside of
the envelope marked with the BID
OPENING DATE August 31, 2010,
PURCHASE CONTRACT NO. LO -10 -009.
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 10 009
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 37
a
SAFETY:
This unit shall completely comply with all
State and Federal laws, rules, regulations
and codes in effect at the time of delivery.
The unit shall be tested by the successful
bidder for compliance with all OSHANVISHA
regulations and the State Department of
Labor and Industries Safety Rules.
DELIVERY ACCEPTANCE:
The successful bidder shall be responsible
for delivery to the City's Maintenance Yard,
1707 South A Street, Port Angeles,
Washington, between the hours of 7:30 AM
and 3:00 PM during the City's normal work
day. Delivery shall be made within the time
period specified on the Schedule(s).
GENERAL INFORMATION:
The City of Port Angeles reserves the right
to consider delivery time and may waive any
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 InvitationIto 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 10 009
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 37
1
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 -10 -009 Page 5 of 37
CITY OF PORT ANGELES
STANDARD TERMS AND CONDITIONS
PURCHASE CONTRACT
THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS
AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT
ANGELES AND THE STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY
REFERENCE.
1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities,
or specification will be effective without written consent of the appropriate representative of
the City.
2. HANDLING: No charges will be allowed for handling, including but not limited to packing,
wrapping bags, containers or reels, unless otherwise stated herein.
3. DELIVERY ACCEPTANCE: For any exception to the delivery date as specified in this
Contract, Contractor shall give prior notification and obtain written approval thereto from the
City. Time is of the essence and the Contract is subject to termination for failure to deliver
as specified and /or appropriate damages. The acceptance by the City of late performance
with or without objection or reservation shall not waive the right to claim damage for such
breach nor constitute a waiver of the requirements for the timely performance of any
obligation remaining to be performed by Contractor.
The successful bidder shall be responsible for delivery to the City's Maintenance Yard, 1707
South A Street, Port Angeles, Washington, between the hours of 7:30 AM and 3.00 PM
during the City's normal work day. Delivery shall be made within the time period specified
on the bid.
4. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for
operational duties, administration and supervision and in the form of replacement equipment
rental. Because the City finds it impractical to calculate all of the actual cost of delays, it has
adopted the following to calculate liquidated and actual damages for failure to complete the
delivery of the equipment/material on time.
Accordingly, the Contractor agrees to the following.
a. To pay liquidated damages in the amount of $12.50 for each working day beyond the
number of working days established for physical delivery of the equipment/material.
b. To pay actual damages equal to the actual cost to the City for rental of equipment
necessary for the user Department to continue with its operations.
c. To authorize the City to deduct these liquidated and actual damages from any money
due or coming due to the Contractor.
5 PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: Invoices will not be
processed for payment until receipt of a properly completed invoice or invoiced items,
whichever is later.
6. SHIPPING INSTRUCTIONS Unless otherwise specified, all goods are to be shipped
prepaid, F O.B. Destination.
Project No LO -10 -009 Page 6 of 37
i
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, suit(s) or proceedings.
10. WARRANTIES:
a. Notwithstanding inspection and acceptance by the City, the articles supplied under this
contract, or any condition of this contract concerning the conclusiveness thereof, the
Contractor warrants that for a period of one year after delivery and acceptance by the City of
Port Angeles, that.
(1) All supplies furnished under this contract will be free from defects in material or
workmanship and will conform with all requirements of this contract; and
2) The preservation, packaging, packing, and marking, and the preparation for, and
method of, shipment of such supplies will conform with the requirements of this contract.
b When return, correction, or replacement is required, transportation charges and
responsibility for the supplies while in transit shall be borne by the Contractor. However, the
Contractor's liability for the transportation charges shall not exceed an amount equal to the
cost of transportation by the usual commercial method of shipment between the place of
delivery specified in this contract and the Contractor's plant, and return.
c. Any supplies or parts thereof, corrected or furnished in replacement under this clause,
shall also be subject to the terms of this clause to the same extent as supplies initially
delivered The warranty, with respect to supplies or parts thereof, shall be equal in duration
to that in paragraph 10.a of this clause and shall run from the date of delivery of the
corrected or replaced supplies
d. All implied warranties of merchantability and "fitness for a particular purpose" are
excluded from any obligation contained in this contract.
e. All standard manufacturer warranties must inure to the benefit of the City of Port Angeles.
f. Remedies available to the City. Within a reasonable time after providing notice to the
Contractor, the City may either.
(1) Require, by written notice, the prompt correction or replacement of any supplies or
parts thereof (including preservation, packaging, packing, and marking) that do not conform
with the requirements of this contract within the meaning of paragraph 10.a of this clause; or
Project No LO -10 -009 Page 7 of 37
i
(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 -10 -009 Page 8 of 37
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 -10 -009 Page 9 of 37
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into this 5 day of t 2010,
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 -10 -009 Page 10 of 37
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 -10 -009 Page 11 of 37
Title: .1hs l clf
Dated: /o -S- /o
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
ATTEST:
C
By: �w By:
Title: j4
Dated: /O? `o
4'
Apprs6ved to as to f
City Attorney
Project No LO -10 -009 Page 12 of 37
City of Port Angeles Schedule A
Invitation for Bid Transformers Transmission Insulators Purchase
Purchase Contract: LO 10 009
GENERAL DESCRIPTION: Transformers and Transmission Insulators
DATE DELIVERY REQUIRED: Maximum of 60 days from receipt of purchase order.
TRANSFORMERS WARRANTY: Transformers shall be completely assembled, tested,
and inspected at the factory. Any transformer failing due to defective design, material,
and /or workmanship within twelve (12) months after being energized, or within 18
months after delivery, shall be repaired or replaced without cost, including shipping
charges, to the City. Any defect in design, material, and /or construction discovered
within this period shall be corrected on all transformers furnished on the order at the
manufacturer's expense.
TRANSMISSION INSULATORS: The same warranty describe above applies.
DESCRIPTION QUANITITY OF BID ITEMS:
Bid Item 1:
Single -Phase Overhead Distribution Transformers
15 kVA Double Bushing 120/240v 3 ea.
25 kVA Double Bushing
37.5 kVA
50 kVA
50 kVA
75 kVA
Bid Item 2:
120/240v 18 ea.
120/240v 13 ea.
120/240v 112 ea.
277/480v 3 ea.
120/240v I 2 ea.
Single -Phase Pad mounted Distribution Transformers
25 kVA Single Phase 1 120/240v 12 ea.
Bid Item 3:
Three -Phase Pad mounted Distribution Transformers
150 kVA 1 277/480v
750 kVA 1 277/480v
1500 kVA 1 277/480v
Bid Item 4 Optional:
2 ea.
2 ea.
1 ea.
Horizontal Line Post Type Insulator, Polymer 1 115 kV
Dead -End Type Polymer Insulator 115 kV
90 ea.
18 ea.
Project No LO -10 -009 Page 13 of 37
Bid Item 1: Specification for Envirotran EF Single -Phase Overhead Distribution
Transformers 25 -167 kVA; MDOT -101
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
C57.91 Guide for Loading Mineral -Oil- Immersed Overhead and Pad
Mounted Transformers rated 500 kVA and less with 55 °C or 65 °C
average winding rise
C57.147- IEEE Guide for Acceptance and Maintenance of Natural Ester
Fluids in Transformers
2.0 RATINGS:
2.1 The transformers shall be designed in accordance with this specification and
shall have one or more of the following kVA ratings:
15, 25, 37.5, 50, 75
The applicable kVA rating and quantity of each shall be as specified on the Bid
Form. The kVA ratings are continuous and are based on not exceeding a hot
spot conductor temperature rise of 80 °C as specified in ANSI C57.12.20, Sec.
3.1.
2.2 The primary voltage shall be 7200/12470 Y. The basic insulation level (BIL) shall
be in accordance with ANSI C57.12.20.
2.2 The secondary voltages shall be one of the following. The basic insulation level
(BIL) of the secondary voltage shall be 30 kV.
Project No. LO -10 -009 Page 14 of 37
120/240
277
The applicable secondary voltage shall be specified on the Bid Form.
2.4 When specified, the transformer shall 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 2 taps above and below rated voltage
Four 2' /z% taps below rated voltage
3.0 HIGH VOLTAGE BUSHINGS AND TERMINALS:
3.1 Two high voltage bushings shall be provided on each transformer, exceeding
minimum creepage distances shown in Table 2.
Table 1
Electrical Characteristics of Bushings
60 -Hz Dry 60 -Hz Wet
BIL 1- Minute 10- Second
Withstand Creenaae Distance* Withstand Withstand
(kV) Inches Millimeters (kV) (kV)
95 11'/ 1 /2 267 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 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.
Project No LO -10 -009 Page 15 of 37
'Table 2
Low Voltage Terminal Sizes for Single -Phase Transformers
Size of Terminal AWG Size of Conductor Terminal will
Opening Accommodate
Inches Millimeters
Transformer Low Voltage Rating (volts)
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'/ 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:
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.
Project No LO -10 -009 Page 16 of 37
b.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 (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
9.0 SHIPPING:
9.1 Unit shall be banded, blocked or bolted to a suitable skid with 21/2 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 -10 -009 Page 17 of 37
Bid Item 2:
Specification for Envirotran EF Single -Phase Overhead Distribution Transformers
25 -167 kVA; MDUT -101
1.0 GENERAL:
1.1 This specification covers the electrical and mechanical characteristics of 60 Hz, 25 -100
kVA single phase, pad- mounted distribution transformers.
1.2 All characteristics, definitions, and terminology, except as specifically covered in this
specification, shall be in accordance with the latest revision of the following ANSI and
NEMA standards.
C57.12.00 IEEE Standard General Requirements for Liquid- Immersed Distribution,
Power, and Regulating Transformers
C57.12.25 IEEE Standard for Pad Mounted, Compartmental Type, Self Cooled,
Single -Phase Distribution Transformers for Use with Separable Insulated High Voltage
Connectors
C57.12.28 Pad Mounted Equipment Enclosure Integrity.
C57.12.90 IEEE Standard Test Code for Liquid- Immersed Distribution, Power, and
Regulating Transformers and IEEE Guide for Short- Circuit Testing of Distribution and
Power Transformers.
C57.12.91 Guide for Loading Mineral -Oil- Immersed Transformers
2.0 RATINGS:
2.1 The transformer shall be designed in accordance with this specification and the kVA
rating shall be as noted in the Request for Quotation. Design shall meet efficiency
standards defined in the Code of Federal Regulations (CFR) Title 10, part 431.196.
2.2 The primary voltage shall be 7200V phase -to- ground, and the basic lightning impulse
insulation level (BIL) shall be 95 kV.
2.3 The secondary voltage shall be 120/240 volts, 3 bushings, and the basic insulation level
(BIL) of the secondary voltage shall be 30 kV.
2.4 The transformer shall be furnished with full capacity high voltage taps. The taps shall be
two 2 'h% 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 2 1 of ANSI C57.12 -25.
2 5 The average winding temperature rise above ambient temperature, when tested at the
transformer rating, shall not exceed 65 °C
2.6 The percent impedance, as measured on the rated voltage connection, shall be in the
range between 1.10% and 2.7 The tolerance on the impedance shall be 10.0
Project No. LO -10 -009 Page 18 of 37
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 two (2) high voltage bushings and two parking
stand brackets in accordance with Figure 1A minimum dimensions of ANSI C57.12.25
for loop feed configurations. The bushing heights shall be in accordance with Figure 3
minimum dimensions of ANSI C57.12.25. Bushings shall be labeled H1A and H1 B.
4.0 SECONDARY VOLTAGE BUSHINGS AND TERMINALS:
4.1 Bushing Style:
The transformer shall have threaded stud -type line and neutral terminals as follows
4 1 1 25- 75kVA: 0 625 -11 Thread Size, 1 25 inches minimum length
4.2 Neutral bushing shall be grounded to the transformer tank by a removable grounding
strap. Low and high voltage neutrals shall be internally tied together with a removable
link for testing. The removable link shall be readily accessible without removal of any oil.
4.3 Bushing Configuration:
The transformer shall be provided with bushings in a staggered arrangement in
accordance with Figure 1A minimum dimensions of ANSI C57.12.25. Bushings shall be
labeled X1, X2 (Neutral), and X3
5.0 TRANSFORMER PROTECTION AND SWITCHING:
5.1 Overcurrent Protection
The high voltage overcurrent protection scheme provided with the transformer shall be
an externally removable ioadbreak expulsion Bay -O -Net fuse assembly with a flapper
valve to minimize oil spillage.
6.0 GENERAL DESIGN:
6.1 Core and coil:
The core and coil shall be vacuum processed to ensure maximum penetration of
insulation fluid into the coil insulation system. While under vacuum, the windings will be
energized to heat the coils and drive out moisture, and the transformer will be filled with
preheated filtered degassed insulating fluid. The core shall be manufactured from burr
free, grain oriented silicon steel and shall be precisely stacked to eliminate gaps in the
corner joints. The coil shall be insulated with B- stage, epoxy coated, diamond pattern,
insulating paper, which shall be thermally cured under pressure to ensure proper
bonding of conductor and paper
Project No. LO -10 -009 Page 19 of 37
y
6.2 Dielectric Fluid:
The dielectric coolant shall be listed less- flammable fluid meeting the requirements of
National Electrical Code® Section 450 -23 and the requirements of the National Electrical
Safety code (IEEE C2- 2007), Section 15 The dielectric coolant shall be readily and
completely biodegradable per EPA OPPTS 835.3100. The base fluid shall be 100%
derived from edible seed oils with performance enhancing additives The fluid shall result
in zero mortality when tested on trout fry per OECD G.L. 203 and be non
bioaccumulating. The fluid shall be published under US EPA Environmental Technology
Verification (ETV) requirements, and tested for compatibility with transformer
components. The fluid shall be Factory Mutual Approved. UL® Classified Dielectric
Medium (UL -EOUV) UL Classified Transformer Fluid (UL- EOVK), Envirotemp® FR3®
fluid.
6.3 Tank and Cabinet Enclosure:
6.3.1 In addition to the regular locking provision, all access doors or hood shall be
secured by a captive, penta -head bolt that meets the dimensions set forth in RUS
Drawing A3759.
6.3.2 The enclosure integrity of the tank and cabinet shall meet the requirements for
tamper resistance set forth in ANSI C57.12.28 including but not limited to the pry
test, pull test, and wire probe test.
6.3.3 The compartment depth shall be 20 inches.
6.3.4 The tank base must be designed to allow skidding or rolling in any direction
Lifting provisions shall consist of four lifting lugs welded to the tank.
6.3 5 The tank shall be constructed to withstand 7 psi without permanent deformation,
and 15 psi without rupturing or affecting cabinet security.
6.3.6 The tank shall include a pressure relief device as a means to relieve pressure in
excess of pressure resulting from normal operation. The venting and sealing
characteristics shall be as follow:
6.3.6.1 Cracking Pressure: 10psig 2 psig
6.3.6.2 Resealing Pressure. 6 psig minimum
6.3.6.3 Zero Leakage from reseal pressure to -8 psig
6.3.6.4 Flow at 15 psig: 35 SCFM minimum
6.3.7 The tank and cabinet coating shall meet all the requirements of ANSI C57.12.28
including:
6.3.7.1 Salt -Fog Resistance per ASTM B -117, 1000 hours.
6.3.7 2 Crosshatch Adhesion Test per ASTM D -3359, per Method B.
6.3.7.3 Humidity Test, per ASTM D -2247, 1000 hours at 45 °C w/ no blisters.
6.3.7.4 Impact Test per ASTM D -2794 and G -14
6.3.7.5 Oil Resistance Test
6.3.7.6 Ultraviolet Accelerated Weathering Test
6.3.7.7 Abrasion Resistance Taber Abraser per ASTM D -4060
6.3.7.8 Moisture Condensation Resistance per ASTM D -1735
6.3.8 The exterior of the unit shall be painted two coats of semi -gloss Munsell
7GY3.29/1.5 green color on one coat of rust resisting primer.
Project No LO -10 -009 Page 20 of 37
6.3.9 The tank shall be complete with an anodized aluminum laser engraved
nameplate that conforms to ANSI C57.12.00, Nameplate A.
7.0 ACESSORIES:
7.1 The following accessories shall be provided:
7.1.1 Bolted main tank cover
7.1.2 0.5" upper fill plug
7.1.3 0.5" drain plug in LV compartment
7.1 4 Automatic pressure relief valve
7.1.5 Metal drip shield (when bayonets specified)
7.1.6 Ground provisions per C57.12 34 section 9.11
7.1.7 Burndy #KC25 Ground connector w/ 9/16" threaded stud
7.1.8 Liquid level sight gauge at the 25 °C oil level.
7.1.9 Dial -type thermometer gauge
7.1 10 Pressure vacuum gauge
7.1.11 Mr. Ouch warning danger signs
7.1.12 NEMA "High Voltage" warning decal on outside of transformer
7.1.13 NEMA "High Voltage" danger decal on inside of transformer
7.1.14 2 %2" Letter stenciling of kVA and secondary voltage, centered on door.
7.1.15 Seismic zone 3 and 4 tank anchoring
8.0 SHIPPING:
8 1 Units shall be banded, blocked, or bolted to a suitable wood pallet or poly pad.
9.0 TESTING TOLERANCES:
9.1 All units shall be tested for the following:
9.1.1 No -Load (20 °C) losses at rated current
9.1.2 Total (85 °C) losses at rated current
9.1.3 Percent Impedance (85 °C) at rated current
9.1.4 Excitation current (100% voltage) test
9.1.5 Winding resistance measurement tests
9 1.6 Ratio tests using all tap settings
9.1.7 Polarity and phase relation tests
9.1.8 Induced potential tests
9.1 9 Full wave and reduced wave impulse test
9.2 In addition, the manufacturer shall provide certification upon request for all design and
other tests listed in C57.12.00, including verification that the design has passed short
circuit criteria per ANSI C57.12.00 and C57.12.90.
10.0 DATA WITH PROPOSAL:
10.1 The following data shall be submitted:
10.1.1 Estimated Delivery Time
10.1.2 Maximum No -Load Core losses
10 1.3 Maximum Full -Load Winding losses
10 1 4 Percent Impedance
Project No. LO -10 -009 Page 21 of 37
Bid Item 3:
10.1.5 Percent Efficiency
10.1.6 Standard dimension drawings
10.1.7 Final record drawings (furnished at time of shipment)
Specification Three -Phase Pad Mounted Distribution Transformers
75 -1,500 kVA; MDUT -301
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 Insulating
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)
C57.12.90 IEEE Standard Test Code for Liquid- Immersed Distribution, Power,
and Regulating Transformers and IEEE Guide for Short- Circuit Testing of
Distribution and Power Transformers.
C57.91 Guide for Loading Mineral -Oil- Immersed Transformers.
2.0 RATINGS:
2.1 The transformer shall be designed in accordance with specification and the kVA
rating noted in the Bid Form. Design shall meet efficiency standards defined in
the Code of Federal Regulations (CFR) Title 10, part 431.196.
2.2 The primary voltage shall be 12470GrdY/7200v, and basic lightning impulse
insulation level (BIL) shall be 95 kV.
2.3 The secondary voltage shall be as noted in the Bid Form, grounded wye
connection, and the basic insulation level (BIL) of the secondary voltage shall be
30 kV.
Project No. LO -10 -009 Page 22 of 37
`2.4 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.
2.5 The average winding temperature rise above ambient temperature, when tested
at the transformer rating, shall not exceed 65 °C.
2.6 The percent impedance 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
3.0 HIGH VOLTAGE BUSHING AND TERMINALS:
3.1 Bushing Style:
Table 1 Percent Impedance Voltage
kVA Rating Impedance
75 1.10 -5.75
112.5 225 1.40 -5.75
300 -500 2.00 -5.75
750 -1500 5.75 nominal
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 (6)
parking stand brackets in accordance with Figure 2 minimum dimensions of ANSI
C57.12.34 for loop feed configurations. The bushing heights shall be in
accordance with Figure 3 minimum dimensions of ANSI C57.12.34. Label
bushing wells H1A, H2A, H3A, H1 B, H2B and H3B.
4.0 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.
Project No. LO -10 -009 Page 23 of 37
r
Bushing Hole Quantities:
KVA 208Y/120 480Y/277
75 -300 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
grounding strap. Low and high voltage neutrals shall be internally tied together
with a removable link for testing. The removable link shall be readily accessible
without removal of any soil.
4.2 Bushing Configuration:
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.
5.0 TRANSFORMER PROTECTION AND SWITCHING:
5.1 Overcurrent Protection:
The high voltage overcurrent protection scheme provided with the transformer
shall be an externally removable loadbreak expulsion Bay -O -Net fuse assembly
with a flapper valve to minimize oil spillage.
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 loadbreak switch, located in the high voltage compartment. Switch shall
be for manual or hot -stick operation.
6.0 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
Project No LO -10 -009 Page 24 of 37
e
transformer will be filled with preheated filtered degassed insulating fluid. The
core shall be manufactured from burr -free, grain- oriented silicon steel and shall
be precisely stacked to eliminate gaps in the corner joints. The coil shall be
insulated with B- stage, epoxy coated, diamond pattern, insulating paper, which
shall be thermally cured under pressure to ensure proper bonding of conductor
and paper.
6.2 Dielectric Fluid:
The dielectric coolant shall be listed less- flammable fluid meeting the
requirements of National Electrical Code@ Section 450 -23 and the requirements
of the National Electrical Safety Code (IEEE C2- 2007), Section 15. The dielectric
coolant shall be readily and completely biodegradable per EPA OPPTS
835.3100. The base fluid shall be 100% derived from edible seed oils with
performance enhancing additives. The fluid shall result 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 Envrionmental 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@ 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 constructed so as to
provide, access to the high voltage 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 looking device. Hinge pins and
associated barrels shall be constructed 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 our lifting lugs welded to the
tank.
Project No LO -10 -009 Page 25 of 37
6.3.6 The tank shall be constructed to withstand 7 psi without permanent
deformation, and 15 psi without rupture. The tank shall include a 15 psig
pressure relief valve with a minimum flow rate of 35 SCEM. 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 w/ 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
7GY3.29/1.5 green color on one coat of rust resisting primer.
6.3.9 The tank shall be complete with an anodized aluminum laser engraved
nameplate. This nameplate shall meet Nameplate B per ANSI C57.12.00.
7.0 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.
Project No. LO -10 -009 Page 26 of 37
8.0 SHIPPING:
2 Letter Stenciling of kVA and secondary voltage, centered on
primary door.
Seismic Zone 3 and 4 tank anchoring.
8.1 Units 1000 kVA and below shall be palletized. Units 1500 kVA and larger shall be
loaded and unloaded with overhead cranes, so a pallet is not to be provided for
these transformations.
9.0 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
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.
10.0 TESTING TOLERANCES:
10.1 The following data shall be submitted with the proposal:
Bid Item 4 (Optional):
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)
Horizontal Line Post Type Insulator, Polymer —115 kV
1. This Material Standard applies to polymer, horizontal like post insulators used to
construct 115 kV transmission lines. Insulators shall have a trunnion end fitting.
Project No. LO -10 -009 Page 27 of 37
p
2. Curved base /drop tongue shall be attached for mounting on wood poles
3. Flat base type structure end shall be steel or aluminum formed channel
(bendable). The base mounting bolt holes shall have four holes or slots in
rectangular pattern spaced 13 inches vertically and 8 inches horizontally,
designed to accommodate 3/4 inch nominal diameter fasteners.
4. Insulators shall meet current ANSI standards for:
a. Test methods for electrical power insulators
b. Wet process porcelain insulators high voltage line post type
c. Tests for composite suspension insulators for overhead transmission lines
d. Zinc coating (hot dip) on iron and steel hardware.
5. Insulators shall meet ASTM A153 -1982 zinc coating (Hot Dip) on iron and steel
hardware.
6. Insulators Requirements:
Electrical Values Description
60 Hz Dry Flashover 358 kV
60 Hz Wet Flashover 331 kV
Positive Critical
Impulse Flashover 616 kV
Horizontal Coupling
Length 44 In
Mounting Angle 12 degrees
Dimensional Values
Leakage Distance
Dry Arch Distance
Mechanical Values
Maximum Mechanical
Strength in cantilever
Maximum Design
Cantilever (MDC)
MDC is defined as 40%
of the ultimate
mechanical strength in
cantilever
Ultimate Mechanical
Strength in Tension at
0% MDC shall be as
defined by current
ANSI Standards
End Fittings
89.9 In
37.1 In
2,046 Lbs
1,023 Lbs
5,000 Lbs
Project No. LO -10 -009 Page 28 of 37
End Fitting Type (Line
End)
Material
Weathershed /Sheath
Material
Weathershed /Sheath
Color
7. Bendable curved Base Requirements
Base
Base Type (Structure
End)
8. Packaging:
Horizontal trunnion (clamp top) per ANSI
C29.7 with one (1) supplemental hole
capable of accepting a 3/4 -inch diameter
Y- clevis and carrying the full design load
of the insulator. Trunnion bolt shall be at
least 2 inches long and include a hot dip
galvanized jam nut.
Silicon rubber to qualify as silicon type,
weathershed /sheath material must be
composed of at least 33% silicon by
weight; "EP /Silicon Alloys" do not qualify.
Gray
Requirements
Steel or Aluminum Gain Channel
One hole spaced 12 inches vertically
from one hole or slot, designed to
accommodate -inch nominal diameter
Base Mounting Holes fasteners.
a. The insulators shall be clearly and indelibly marked with the
manufacturer's name, year of manufacture, and the maximum design
cantilever (MDC)
Load ratings shall be stated in units of pounds and in English
b. Insulators shall be packaged in wood crates to prevent physical damage
that could occur during handling, shipping, or long -term outside storage.
If slatted crates are used, each insulator shall be sealed in plastic.
Plastic is not required if sealed crates are used.
c. Insulator weathersheds shall not bear any load due to it's own weight or
that of insulators or crates above or below it.
d. Crates shall be secured to pallets for handling by forklift. Pallets shall not
exceed 4 feet in height or 1,000 pounds in weight. Each crate shall contain
16 maximum insulators. Crates shall be marked with the manufacturer's
name or symbol and following:
City of Port Angeles
Light Operations
Project No LO -10 -009 Page 29 of 37
bead -end Type Polymer Insulator— 115 kV
9. This Material Standard applies to polymer, dead -end insulators used to construct
115 kV transmission lines. Insulators have an ANSI 52.5 type J socket on their
structure end and an ANSI 52 -5 type J ball on their line end.
10. Insulators shall meet current ANSI standards for:
11. Insulators shall meet ASTM A 153 -1982 zinc coating (hot dip) on iron and steel
hardware.
12. Insulators Requirements:
Electrical Values
60 Hz Dry Flashover
60 Hz Wet Flashover
Positive Critical
Impulse Flashover
Horizontal Coupling
Lenth
Dimensional Values
Leakage Distance
Dry Arch Distance
Mechanical Values
Specified Mechanical
load (SML)
Routine Test Load
(RTL)
End Fittings
End Fitting Type
(top /structure end)
End Fitting Type
(bottom /line end)
Material
Project No LO -10 -009
a. Test methods for electrical power insulators
b. Wet process porcelain insulators high voltage line post type
c. Tests for composite suspension insulators for overhead transmission lines
d. Zinc coating (hot dip) on iron and steel hardware.
Description
408 kV
367 kV
703 kV
51 In
82.4 In
41.3 In
25,000 Lbs
12,500 Lbs
ANSI 52.5, type J socket according to
ANSI C29.2 -1992 (R1999), Table 3, with
stainless steel humped cotter key.
ANSI 52 -5, type J ball according to ANSI
C29.2 -1992 (R1999), Table 3.
Page 30 of 37
Weathershed /Sheath
Material
Weathershed /Sheath
Color
13. Bendable curved
Base
Base Type (Structure
End)
Base Mounting Holes
14. Packaging:
Silicon rubber to qualify as silicon type,
weathershed /sheath material must be
composed of at least 33% silicon by
weight; "EP /Silicon Alloys" do not qualify.
Gray
Base Requirements
Requirements
Steel or Aluminum Gain Channel
One hole spaced 12 inches vertically
from one hole or slot, designed to
accommodate 3 -inch nominal diameter
fasteners.
a. The insulators shall be clearly and indelibly marked with the
manufacturer's name, year of manufacture, and loading rates in pounds.
Labeling shall be in English.
b. Insulators shall be packaged in wood crates to prevent physical damage
that could occur during handling, shipping, or long -term outside storage.
If slatted crates are used, each insulator shall be sealed in plastic.
Plastic is not required if sealed crates are used.
c. Insulator weathersheds shall not bear any load due to it's own weight or
that of insulators or crates above or below it.
d. Crates shall be secured to pallets for handling by forklift. Pallets shall not
exceed 4 feet in height or 1,000 pounds in weight. Crates shall be marked
with the manufacturer's name or symbol and following:
City of Port Angeles
Light Operations
Note: Manufacturer shall provide the City of Port Angeles reasonable notice of
anticipated insulator design changes. This includes, but is not limited to, changes in
polymer formulation, dimensions, electrical characteristics, mechanical characteristics,
or accessories.
Project No LO -10 -009 Page 31 of 37
Bid; Items 1
15 kVA Double Busing
Transformers
25 kVA Double Busing
Transformers
37.5 kVA Transformers
50 kVA Transformers
50 kVA Transformers
75 kVA Transformers
Bid Items 2
25 kVA Single Phase
Transformers
Bid Items 3
150 kVA Transformers
1 750 kVA Transformers
1500 kVA Transformers
Subtotal:
Sales Tax (8.4
Freight
Total Bid
Project No LO 10 009 r
120/240v
120/240v
120/240v
120/240v
City of Port Angeles
Bid No. LO -10 -009
BID FORM
Transformers Transmission insulators Purchase
Bidder must bid on Bid Items 1, 2, 3 for a bid to be considered valid. Bid Item 4 is optional and shall
not disqualify a bidder if not bid on. The bidder hereby bids the following amounts for all material
described in the Contract Documents.
Description
(Single phase overhead QTY Unit Price; Total Price
distribution transformers)
277/480v 3 ea.
120/240v 2 ea.
Description
Single-phase pad- mounted QTY
distribution transformers)
120/240v
Description (Three phase
pad- mounted distribution
transformers)
1277/480v
277/480v
1277/480v
3 ea. 8'00.
18 ea. y c
13 ea.
12 ea. i w r 5. S"y if: Rts. L i g
12 ea.
`QTY
I2ea.
12 ea.
1 ea.
9 -I i .3S
2-3u9. i-i, a f•.1
Unit Price
,fy
Unit P
I lay
I X 3 1 1. i e,11
L2 Li ai.II
1 R I
Page 32 of 37
;Total Price
..2t1 a 0 7. 1 !4
Total Price
32.2431.'1i I
Bid Item 4 (Optiona
Horizontal Line Post Type Ins tor, 115 kV
Polymer Si
Dead-Erid Type Polympr Insulator 1151N
Subtotal:
I Sales Tax (8.4%)
Freight
Total Bid
z z
V
Description TY Unit Price Total Price
90 ea.
e
18 ea. J 11 s d
Project No LO-10-009 Page 33 of 37
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.
c
Bid Items Description No Load Loss Full Load Loss Delivery Time
(Watts) (Watts) (Weeks from
order placement)
I Single -Phase Overhead distribution Transformers (below)
15 kVA Double
Bushing 120/240v /L r 44(
Transformers
25 kVA Double
Bushing 120/240v 1 21L
Transformers ks
37.5 kVA 120/240v 9 3 31S
Transformers
50 kVA 120/240v 0 /yam
Transformers
50 kVA 277/480v
Transformers I/ 5q,,
75 kVA 120/240v
Transformers
Single —Phase Pad Mounted Distribution Transformers (below)
25 kVA Single
Phase 120/240v 7 S
Transformers
37.5 kVA Single
Phase 120/240v
Transformers
150 kVA
Transformers 277/480
750 kVA
Transformers 277/480
1500 kVA
Transformers 277/480
Three -Phase Pad Mounted Distribution Transformers (below)
1
A-L
G-s ,f.f‘W
f ,s;,
Project No. LO -10 -009 Page 34 of 37
Will you sell additional units to the City of Port Angeles at the bid price until further
notice?
Yes
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has
received Addenda No(s). 8 A 2, 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 CGeXt IPP-e-e `c JT
TYPE OF BUSINESS: Corporation Partnership (general) Partnership
(limited)
Sole Proprietorship Limited Liability Company
ADDRESS ,.E.
CITY /STATE /ZIP 9
PHONE 81..)o S9 La I 3 FAX 5 :'3 L Z.iD3
NAME (PLEASE PRINT)
TITLE S
SIGNED
City of Port Angeles
Bid No. LO -10 -009
TRANSFORMERS PURCHASE
BID SIGNATURE SHEET
(BID SUMMARY and SIGNATURES)
V Se_r,rlr, (L i P
DATE
Project No LO -10 -009 Page 35 of 37
K Y V
STATE OF-ANIkswicrG
COUNTY OF 'A.ti.4, w
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.
Subscribed and sworn to before me this 7 day of e 4 o
OFFICIAL SEAL
ROBERT ERNEST ROLFE
NOTARY PUBLIC OREGON
COMMISSION NO. 437984
MY COMMISSION EXPIRES APRIL 22, 2013
Project No LO- 10009
NON- COLLUSION AFFIDAVIT
Signature of Bidder /Contractor
20 >c
Notary Public in end for the
State of ereg®",
Residing at Ale" P4 c.
My Comm. Exp 4,i;/ aois
Page 36 of 37
y v y
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-1 0-009 Page 37 of 37