Loading...
HomeMy WebLinkAbout000576 Original ContractCONTRACT DOCUMENTS for Transformers PURCHASE CONTRACT NO. LO -12 -013 City of Port Angeles Record #000576 CITY OF PORT ANGELES WASHINGTON October 2012 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES COREY DELIKAT, ACTING DEPUTY DIRECTOR OF OPERATIONS Reviewed by Corey Delikat Interim Deputy Director of Operations Aped by: William Bloor City Attorney Page 1 of 26 October 3, 2012 CITY OF PORT ANGELES INVITATION TO BID For Transformers Sealed bids will be received by the Director of Public Works Utilities until 2:OOPM, Tuesday, November 6, 2012, 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: 25, 37.5, 50, 75 kVA Single -Phase Overhead Distribution Transformers Bid Item 2: 37.5 and 50 kVA Single -Phase Pad Mounted Distribution Transformers Bid documents may be obtained by calling Lucy Hanley at (360) 417 -4541 or by emailing contracts ..cityofpa.us All bids must be on the form provided. Faxed bids shall not be accepted. The City of Port Angeles (hereafter "City reserves the right to reject any or all bids and to waive minor irregularities in the bidding process. Subject to the foregoing, the contract may be awarded to the lowest responsible bidder. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of sex, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Bids must be sealed with the outside of the envelope marked "BID OPENING DATE: November 6, 2012, PURCHASE CONTRACT NO. LO -12 -013. The name and address of the bidder shall also appear on the outside of the envelope. Bids shall be addressed: Public Works and Utilities Department Attn: Glenn Cutler, Director of Public Works Utilities PO Box 1150, 321 East 5th Street Port Angeles, Washington 98362 PUBLISH: Peninsula Daily News: October 21, 2012 Project No. LO -12 -013 Page 2 of 26 OPig \4nq w BID SUBMITTAL: All bids must be sealed with the outside of the envelope marked with the BID OPENING DATE November 6, 2012, PURCHASE CONTRACT NO. LO -12 -013. The NAME AND ADDRESS OF THE BIDDER shall also appear on the outside of the envelope. Bids shall be directed to the Director of Public Works and Utilities, Attn: Glenn Cutler and mailed to PO Box 1150, or delivered to 321 East Fifth Street, Port Angeles, Washington 98362. It is the intent of the attached specifications to describe the minimum requirements for the equipment requested in sufficient detail to secure bids on comparable equipment. All parts which are necessary in order to provide a complete unit as described, meeting all safety requirements, and ready for operation, shall be included in the bid and shall conform in strength, quality of workmanship and material to that which is usually provided in the general trade. Any variance from the specifications or standards of quality must be clearly stated in writing by the bidder. Do not make reference to brochures or supporting literature on the bid sheet. All notations for bid compliance or exceptions are to be made on the bid sheet or on a plain piece of paper attached and referenced to the bid item. If a bidder's corporate policy mandates use of an official quotation form, it may be submitted. However, the cost data must be duplicated on the City's bid cost data and agreement sheet. The City's bid sheet must be signed by the bidder or its agent in order for the proposal to be accepted. If alternate equipment is proposed, bidders are required to submit a separate bid sheet for each unit offered. Project No. LO -12 -013 INSTRUCTIONS FOR BIDDERS Equipment Bids All bids must be made on the required bid form and in cases of bid price extension errors, the unit prices will govern. All blank spaces for bid prices must be tilled 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. SAFETY: Page 3 of 26 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/W ISHA regulations and the State Department of Labor and Industries Safety Rules. DELIVERY ACCEPTANCE: The successful bidder shall be responsible for delivery to the City's Maintenance Yard, 1707 South A Street, Port Angeles, Washington, between the hours of 7:00 AM and 3:00 PM during the City's normal work day. Delivery shall be made within the time period specified on the Schedule(s). GENERAL INFORMATION: The City of Port Angeles reserves the right to consider delivery time and may waive any minor irregularities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No Bidder will be permitted to withdraw its proposal between the closing time for receipt of proposals and the execution of contract, unless the award is delayed for a period exceeding sixty (60) calendar days. The City of Port Angeles may, at its option, in awarding this purchase contract, take into consideration the revenue it would receive from purchasing the equipment from a supplier located within its boundaries, in accordance with RCW 39.30.040. For the Schedule(s), offers made in accordance with the Invitation to Bid shall be good and firm for the period of 90 calendar days after contract award unless the Bidder specifically limits its offer to a shorter period by written notification on the bid document. However, bids so modified may be declared non responsive. Quantities shown are of total estimated initial quantities to be ordered. Purchase Orders for additional quantities may be placed with successful bidders over this Project No. LO -12 -013 period from the date of award. Prices bid shall be good for all equipment and materials ordered during that period. All orders shall be placed using City of Port Angeles Purchase Orders. Payments shall be made monthly for materials received and invoiced. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of sex, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Signing of the bid sheet by Contractor and subsequent acceptance by the City of the lowest responsive bid will constitute a binding agreement between the City and Contractor. Contractor understands and agrees that no contract payment will be made until the City certifies that all stated specifications have been complied with and the equipment is delivered and accepted by the City. Bids will be evaluated and submitted to the authorized purchasing agent for approval as soon as possible after bid opening. All bidders will be notified of results in writing. Upon award of the contract to the successful bidder, the City will send the Contractor duplicate, complete sets of Contract Documents, which will include the City's Purchase Order Requisition. The Purchase Order Requisition will include the final agreed upon price and the specific equipment and options being purchased. The Vendor will then sign the duplicate sets of Contract Documents and return them for signing by the City. Each party will retain a Page 4 of 26 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 contractscityofpal.us Project No. LO -12 -013 Page 5 of 26 CITY OF PORT ANGELES STANDARD TERMS AND CONDITIONS PURCHASE CONTRACT THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT ANGELES AND THE STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY REFERENCE. 1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities, or specification will be effective without written consent of the appropriate representative of the City. 2. HANDLING: No charges will be allowed for handling, including but not limited to packing, wrapping bags, containers or reels, unless otherwise stated herein. 3. DELIVERY ACCEPTANCE: For any exception to the delivery date as specified in this Contract, Contractor shall give prior notification and obtain written approval thereto from the City. Time is of the essence and the Contract is subject to termination for failure to deliver as specified and /or appropriate damages. The acceptance by the City of late performance with or without objection or reservation shall not waive the.right to claim damage for such breach nor constitute a waiver of the requirements for the timely performance of any obligation remaining to be performed by Contractor. The successful bidder shall be responsible for delivery to the City's Maintenance Yard, 1707 South A Street, Port Angeles, Washington, between the hours of 7:00 AM and 3:00 PM during the City's normal work day. Delivery shall be made within the time period specified on the bid. 4. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for operational duties, administration and supervision and in the form of replacement equipment rental. Because the City finds it impractical to calculate all of the actual cost of delays, it has adopted the following to calculate liquidated and actual damages for failure to complete the delivery of the equipment/material on time. Accordingly, the Contractor agrees to the following: a. To pay liquidated damages in the amount of $12.50 for each working day beyond the number of working days established for physical delivery of the equipment/material. b. To pay actual damages equal to the actual cost to the City for rental of equipment necessary for the user Department to continue with its operations. c. To authorize the City to deduct these liquidated and actual damages from any money due or coming due to the Contractor. 5. PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: Invoices will not be processed for payment until receipt of a properly completed invoice or invoiced items, whichever is later. 6. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped prepaid, F.O.B. Destination. Project No. LO -12 -013 Page 6 of 26 7. REJECTION: All goods or materials purchased herein are subject to approval by the City. Any rejection of goods or material resulting from non conformity to the terms and specifications of this Contract, whether held by the City or returned, will be at Contractor's risk and expense. 8. IDENTIFICATION: All invoices, packing lists, packages, shipping notices, instruction manuals, and other written documents affecting this Contract shall contain the applicable purchase contract number. 9. INFRINGEMENTS: Contractor agrees to protect and hold harmless the City against all claims, suits or proceedings for patent, trademark, copyright or franchise infringement arising from the purchase, installation, or use of goods and materials ordered, and to assume all expenses and damages arising from such claims, suit(s) or proceedings. 10. WARRANTIES: a. Notwithstanding inspection and acceptance by the City, the articles supplied under this contract, or any condition of this contract concerning the conclusiveness thereof, the Contractor warrants that for a period of 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 -12 -013 Page 7 of 26 (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 -12 -013 Page 8 of 26 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 -12 -013 Page 9 of 26 PURCHASE CONTRACT THIS AGREEMENT is made and entered into this o day of Apvi t-tbev, 2012, between the City of Port Angeles (hereinafter called the "City and General Pacific, Inc (hereinafter called the "Contractor "Vendor or "Bidder WITNESSETH: That the City and the Contractor, in consideration of the performance of the terms and conditions hereinafter mentioned, agree as follows: ARTICLE 1 CONTRACT DOCUMENTS The complete contract includes the Invitation to Bid, the Instructions to Bidders, the Bid, the Specifications, the Standard Terms and Conditions, the Purchase Order Requisition, and the Purchase Contract. The foregoing documents shall hereinafter be called "Contract Documents" or "Contract All obligations of the City and the Contractor are fully set forth and described herein. In the event of a discrepancy between any of the Contract Documents, as above defined, the City shall give a written interpretation thereof, which interpretation shall govern. ARTICLE II CONTRACT COST The Contractor agrees to sell and deliver to the City, at the delivery point specified in the Instructions to Bidders, and the City agrees to purchase and receive from Contractor the equipment as described and set forth in the Contract Documents and the provisions of the Contractor's bid attached and made a part hereof. ARTICLE III ASSIGNMENT The Contractor shall not assign any of its responsibility under this Contract without the express written consent of the City. ARTICLE IV APPLICABLE LAW AND VENUE This Contract shall be governed by, and construed in accordance with, the applicable laws of the State of Washington. Any legal proceedings to determine the rights and obligations of the parties hereunder shall be brought and heard in Ciallam County Superior Court. Project No. LO -12 -013 Page 10 of 26 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 -12 -013 Page 11 of 26 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. GENERAL PACIFIC, INC. CITY OF PORT ANGELES By: Title: S,,sidt S.Ie.s Dated: 12 Project No. LO -12 -013 By: OL Title: Or w►anacj.fr Dated: ATTEST: City clerk App oved to as to for City ttorney Page 12 of 26 25 kVA 120/240 12 ea. 37.5 kVA 120/240 10 ea. 50 kVA 120/240 15 ea. 75 kVA 120/240 1 ea. 75 kVA 277/480v 3 ea. 100 kVA 277/480v 3 ea. 167 kVA 277/480 6 ea. 37.5 kVA 120/240 8 ea. 50 kVA 120/240 15 ea. City of Port Angeles Schedule A Invitation for Bid Transformers Purchase Contract: LO -12 -013 GENERAL DESCRIPTION: Overhead and Padmounted Transformers 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. DESCRIPTION QUANITITY OF BID ITEMS 1 2: Bid Item 1: (See specs below) Single -Phase Overhead Distribution Transformers Bid Item 2: (See specs below) Single -Phase Pad Mounted Distribution Transformers Bid Item 1 Specifications for Envirotran EF Single -Phase Overhead Distribution Transformers 25 -167 kVA; MDUT -102 1.0 GENERAL: 1.1 This specification covers the electrical and mechanical characteristics of single -phase overhead -type distribution transformers, which utilize Envirotemp® FR3TM fluid as the dielectric fluid. Project No. LO -12 -013 Page 13 of 26 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 C57.12.30 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. C57.12.91 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 transformer shall be designed in accordance with this specification and shall have one or more of the following kVA ratings: 25, 37.5, 50, 75, 100, 167 The applicable kVA rating and quantity of each shall be as specified on the Bid Form. The kVA ratings are continuous and are based on not exceeding a hot -spot conductor temperature rise of 80 °C as specified in ANSI C57.12.20, Sec. 3.1. 2.2 The primary voltage shall be 7200/12470 Y. The basic insulation level (BIL) shall be in accordance with ANSI C57.12.20. 2.3 The basic insulation level (BIL) of the secondary voltage shall be 30 kV. The secondary voltages shall be one of the following, as specified on the Bid Form: a. 120/240 b. 240/480 c. 277 2.4 The transformer impedance at rated voltage and load shall not be less than the following: a. 25 kVA 50 kVA: 1.7% b. 75 kVA 167 kVA 2.0% 2.5 When specified on the Bid Form, the transformer will be furnished with full capacity high voltage taps. The tap changer shall be clearly labeled to reflect 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: Project No. LO -12 -013 Page 14 of 26 BIL Withstand (kV) Transformer Low Voltage Rating (volts) Size of Terminal Opening AMG Size of Conductor Terminal will Accommodate 120/240 240/480 277 95 Inches Millimeters 35 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 %1 100 15/16 23.8 No 1/0 Solid to 500 kcmil -37 Stranded 75 1 31.8 No 2/0 Solid to 1000 kcmil -61 Stranded 100 Spade H 167 -250 167 -500 167 -250 Spade 1 333 -500 333 -500 BIL Withstand (kV) Creepage Distance* 60 -Hz Dry 1- Minute Withstand 60 -Hz Wet 10- Second Withstand (kV) Inches Millimeters 95 1114±14 267 ±13 35 30 125 17 'A ±1%: 419 ±38 42 36 150 31 ±114 762 ±38 60 50 a. No taps b. Two 2' /s% taps above and below rated voltage c. Four 2' /2% taps below rated voltage 3.0 HIGH VOLTAGE BUSHINGS AND TERMINALS: 3.1 Two high voltage bushings shall be provided on each transformer, exceeding minimum creepage distances shown in Table 1. Table 1 Electrical Characteristics of High- Voltage Bushings Project No. LO -12 -013 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 conductors. 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 (below). 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 (below). Table 2 Low Voltage Terminal Sizes for Single -Phase Transformers Page 15 of 26 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: a. Cracking Pressure: 10 psig 2 psig b. Resealing Pressure: 6 psig minimum c. Zero leakage from reseal pressure to -8 psig d. Flow at 15 psig: 35 SCFM minimum 6.2 The tank coating shall be light gray number 70, Munsell notation 5BG7.0/0.4, and meet all requirements in ANSI C57.12.31 including: a. Salt Spray Test b. Crosshatch Adhesion Test c. Humidity Test d. Impact Test e. Oil Resistance Test f. Ultraviolet Accelerated Weathering Test g. Abrasion Resistance Taber Abraser 6.3 The tank provided shall have a recessed tank bottom that offers protection when sliding over rough surfaces. 6.4 The tank shall have an internal mark, which indicates the proper fluid level per Section 6.2.3 of ANSI C57.12.20. 6.5 The tank shall be provided with a mild steel cover ring and ring loops, and a stainless steel bolt. A bronze nut shall also be provided to eliminate corrosion problems and avoid galling. 6.6 The tank shall be complete with an anodized, aluminum laser engraved nameplate. 6.7 The tank shall include arrester mounting pads, grounding provisions, ANSI support lugs (hanger brackets) and lift lugs. 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 Project No. LO -12 -013 Page 16 of 26 the National Electrical Safety Code (IEEE C2- 2002), Sectionl5. 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 in addition to those specified on the Bid Form: Complete unit 304 or 409 Stainless Steel [x] Non -PCB Decal (white on blue) [x] Ground connector and Low Voltage ground strap on double bushing units. 8.2 The transformer shall be marked with 2' /2 inch letters indicating the transformer kVA rating. The letters shall be located below the secondary bushings. 8.3 A clamp -type transformer tank ground connector suitable for both aluminum and copper conductor shall be provided. Burndly Servit -Post #276565. An external removable copper strap shall be provided between the secondary neutral bushing and the tank, except on transformers with a secondary voltage of 480/240 volts. 9.0 SHIPPING 9.1 Unit shall be banded, blocked or bolted to a suitable skid with 2 1/2 inches of clearance for shipment. 10.0 TESTING AND LOSSES 10.1 Units will comply with minimum efficiencies required by the Code of Federal Regulations (CFR) Title 10, part 431.196. Each unit shall be subjected to a full wave voltage impulse and leak test. The manufacturer shall provide certification upon request for all design and other tests listed in Table 17 of ANSI c57.12.00 including verification that the design has passed Short Circuit Criteria per ANSI C57.12.00 and C57.12.90. Project No. LO -12 -013 Page 17 of 26 Bid Item 2 Specifications for Single -Phase Pad mounted Distribution Transformers 25 -100 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 without high voltage taps. 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 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. Project No. LO -12 -013 Page 18 of 26 3.2 Bushing Configuration: The transformer shall be provided with two (2) high voltage bushings and two parking stand brackets in accordance with Figure 2b 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 H1B. 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 4.1.2 100 kVA: 1.000 -14 Thread Size, 1.75 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 2a 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 loadbreak 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. 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 Project No. LO -12 -013 Page 19 of 26 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. 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: Project No. LO -12 -013 Page 20 of 26 7.1.1 Welded 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 Mr. Ouch warning danger signs 7.1.10 NEMA "High Voltage" warning decal on outside of transformer 7.1.11 NEMA "High Voltage" danger decal on inside of transformer 7.1.12 2' /2" Letter stenciling of kVA and secondary voltage, centered on door. 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 ANSI 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 10.1.5 Percent Efficiency 10.1.6 Standard dimension drawings 10.1.7 Final record drawings (furnished at time of shipment) Project No. LO -12 -013 Page 21 of 26 Bid Items 4j* •,Dastcibu DesCrifition (smgte tt tOverhead "tionTra sformers Q;ty *.us nit Price r u g total Price s a 25 kVA 120/240v 12 ea. 83911 70 ert.•Sz. 37.5 kVA 120/240v 10 ea. 1. t oo /o.u-ro.00 50 kVA 120/240v 15 ea. 425-59' °O is".e'i °•°0 75 kVA 120/240v 1 ea. l.fi`3-6.H•2. miS& 75 kVA 277/480v 3 ea. m.9oo,00 5 00 ,00 100 kVA 277/480v 3 ea. 2•1eg 'i.o 167 kVA 277/480v 6 ea. 3352.5"1 .7 o.is3,1.`f Bid It 2 c am D s nptton ,(s gie Phasepait mounted =Distribution` iiransformers 8 rift Price Total Price.,, 37.5 kVA 120/240 8 ea. I.S Ertl •Z -1 /1o73. bS 50 kVA 120/240 15 ea. 2 o 3g •9-( o, 3S$y. zf a l; Subtota (B td, Item 1' 2)• 117 I S ale s Tax (8 4 0.° 31• 03 k h T o t al Btd Amount:' I2996 °9 Y City of Port Angeles Bid No. LO -12 -013 BID FORM Transformers 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. Project No LO -12 -013 Page 22 of 26 Bid Items Description No Load Loss (Watts) Full Load Loss (Watts) Delivery Time (Weeks from order placement) below) it fef"Pl5ase<P ctirlo'uiile `Disfnb'uti4n Transformers::( x' j3 `,,.5. d& t 25 kVA Single Phase Transformers 120/240v 70 3 y 4 9 -II 37.5 kVA Single Phase Transformers 120/240v SS S01 9�Il 50 kVA Single Phase Transformers 120/240v 119 S71 9 -1I 75 kVA Single Phase Transformers 120/240v /.5 7 ga 9-11 75 kVA Single Phase Transformers 277/480v /1,3 7 19 9 -11 100 kVA Single Phase Transformers 277/480v 117 /030 Q -1 l 167 kVA Single Phase Transformers 277/480v 310 /474 c 1 "se` a��` =��=d S.inge>-Plia Pad= lvlountediDisfribufiohT: raps{ ormerst (tielow)';`"`- 37.5 kVA Transformers 120/240 92 9!07 9-1/ TO kVA sf Transformers sformers 120/240 1I2., 5 90 9 II 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. A4 4'1 s T:rxt d -fro l luvrt r e Sa_nc1 WG Mats 6t tale -tote. -l mee4 your de_l -uer/ re9..crtmenk5., Lead +trneS ore s...boeak 40cl.andt 0 41 0 4- 4 no -l-:at die -fo tw e r :7 4,.cl. reQµsi Project No. LO -12 -013 Page 23 of 26 FULL LEGAL NAME OF BIDDER TITLE Snstcic 5nJeS City of Port Angeles Bid No. LO -12 -013 TRANSFORMERS BID SIGNATURE SHEET (BID SUMMARY and SIGNATURES) Will you sell additional units to the City of Port Angeles at the bid price until further notice? Yes ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda No(s). -a9 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. Gc'e.' _L P0«-C=c =..c TYPE OF BUSINESS: Corporation Partnership (general) Partnership (limited) ADDRESS ,12414 r.9 F_ t onsenA 10a- NAME (PLEASE PRINT)r 1 veSci Reuerc Sole Proprietorship Limited Liability Company CITY /STATE /ZIP Caicoteta ✓eqo.. 4 77o PHONE R'DOS41- 97 trot Leta FAX SO3 M89 -a.1 o SIGNED /rp 4 J) t DATE /f -S I 'L Project No. LO -12 -013 Page 24 of 26 Ore STATE OF W ASI IINOTON COUNTY OF JYL.,1}rn rnat- NON COLLUSION AFFIDAVIT 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. Project No. LO -12 -013 Subscribed and sworn to before me this -C day of hluucn, btr 20 12, OFFICIAL SEAL KARYN MARIKATCLUAI NOTARY PUBLIC OREGON COMMISSION NO.465257 MV COMMISSION EXPIRES JANUARY 25, 2016 Signature of Bidder /Contractor Notary P11t I�fc in and for the State of .r Residing at C- N Q04r/14 \vac. My Comm. Exp. Page 25 of 26 GENERAL PACIFIC P.O. BOX 70 ITEM 1 OVERHEAD DIST. TRANSFORMER POLEMOUNT ITEM# 1.00 NL= 70 LL= 340 I2 =2.100 TL= 410 OPTIONS BEGIN 025 25 KVA 501 7200/12470Y 95BIL 2BU 001 NO TAPS 401 120/240 3 OR 4 LVBU(QTY PER ANSI) 1 1 SET OF HANGER BRACKETS 000 CONVENTIONAL 000 NO LIGHTNING ARRESTER AT H1 ERMCO QUOTE PAGE 1 QUOTE 334251 -00 CUSTOMER COPY QUOTED DATE 10/31/12 SHIP TO: CITY OF PORT ANGELES 240 W. FRONT STREET FAIRVIEW OR97024 PORT ANGELES WA98362 DESCRIPTION PRODUCT NUMBER QTY UNIT PRICE TRANSFORMER LOSS DATA IS BASED ON ANSI 057.12.00: LOSS GRT: MAX TEMP BASIS: A VOLT% 100 QUOTED POLEMOUNTS PER SPECIFICATION SCHEDUAL A 25,37.5,50,75,75,100,167KVA CONVENTIONAL POLEMOUNT 7200/12470Y 95BIL PRIMARY WITH TWO HIGH VOLTAGE BUSHINGS, NO TAPS, ITEMS 1 THRU 4 WILL BE PROVIDED WITH 120/240 SECONDARY WITH THREE LOW VOLTAGE BUSHINGS. ITEMS 5 THRU 7 WILL BE PROVIDED WITH 277/480 SECONDARY WITH TWO LOW VOLTAGE BUSHINGS. PADMOUNTS QUOTED PER SPEC #1DUT -101 ANSI TYPEII PADMOUNTS, 37.5,50KVA 12470GRDY/7200 PRIMARY WITH WELLS AND INSERTS, NO TAPS, 240/120 SECONDARY WITH THREE LOW VOLTAGE BUSHINGS. PROVIDING BAYONET FUSING WITH ISOLATION LINK. *ERMCO WILL BE PROVIDING BURNDY GROUND LUG #KC22J12T13, ON POLEMOUNTS AND PADMOUNTS. /�1 ``u`s *ALL TRANSFORMERS WILL BE FILLED WITH FR -3. nokt *PADMOUNTS WILL BE PROVIDED WITH 4 LIFTING BOLTS IN LIEU OF LIFTING LUGS AS LISTED ON SECTION 6.3.4 FREIGHT PREPAID AND ALLOWED. LEAD TIME FOR SINGLE PHASE POLES IS 9 -11 WEEKS. LEAD TIME FOR SINGLE PHASE PADS IS 9 -11 Wn1EKS. PRICES ARE FIRM FOR RECEIPT OF AN ORDER WITHIN 90 DAYS FROM 11/6/12 AND DELIVERY WITHIN THE QUOTED LEAD TIME. DELIVERIES BEYOND THE QUOTED LEAD TIME WILL BE SUBJECT TO ESCALATION BASED ON THE ERMCO MATERIAL PRICE INDEX AT THE TIME OF SHIPMENT. THE BASE ERMCO MATERIAL PRICE INDEX FOR THIS QUOTATION IS 11.71% LEAD TIMES ARE SUBJECT TO CHANGE WITHOUT NOTICEI!I 12 83y.1 &LCL GENERAL PACIFIC P.O. BOX 70 ERMCO QUOTE CUSTOMER COPY PAGE. 2 QUOTE 334251 -00 QUOTED DATE 10/31/12 SHIP TO: CITY OF PORT ANGELES 240 W. FRONT STREET FAIRVIEW OR97024 PORT ANGELES WA98362 DESCRIPTION PRODUCT NUMBER QTY UNIT PRICE 10 EXTRA CREEP HV BUSHING 300 STD THERMOSET /THEROPLATC W /EYEBOLT 1 RECEIVES STD LENGTH LV GRD STRAP H HEARTLAND HPV1230 -15 FOR FR3 FLUID E #08 -2 POST BRONZE LUG 19 -10 B (1) BARCODED ALUMINUM NAMEPLATE 1 STANDARD KVA DECAL(S) 2 -1/2" 1 "NON PCB "1X2(ERMCO STD)WHT /BLU7 -15 ARRESTER KV 0000000009.00000 8 ENVIROTEMP -FR3 TKD 0000000015.00000 TIKE 0000000022.00000 OPTIONS END ITEM 2 OVERHEAD DIST. TRANSFORMER POLEMOUNT 10 to 61 ITEM# 2.00 i-' NL= 85 LL= 501 IZ =2.200 TL= 586 OPTIONS BEGIN 037 37.5 KVA 501 7200/12470Y 95BIL 2B0 001 NO TAPS 401 120/240 3 OR 4 LVBU(QTY PER ANSI) 1 1 SET OF HANGER BRACKETS 000 CONVENTIONAL 000 NO LIGHTNING ARRESTER AT H1 10 EXTRA CREEP HV BUSHING 300 STD THERMOSET /THEROPLATC W /EYEBOLT 1 RECEIVES 5It) LENGTH LV GRD STRAP HEARTLAND HPV1230 -15 FOR FR3 FLUID E #08 -2 POST BRONZE LUG 19 -10 B (1) BARCODED ALUMINUM NAMEPLATE 1 STANDARD KVA DECAL(S) 2 -1/2" 1 "NON PCB "1X2(ERMCO STD)WHT /BLU7 -15 ARRESTER KV 0000000009.00000 8 ENVIROTEMP -FR3 TKD 0000000000.00000 TKH 0000000000.00000 OPTIONS END ITEM 3 OVERHEAD DIST. TRANSFORMER POLEMOUNT 15 /ZSN.00 C6ei, GENERAL PACIFIC P.O. BOX 70 ERMCO QUOTE PAGE 3 QUOTE 334251 -00 CUSTOMER COPY QUOTED DATE 10/31/12 SHIP TO: CITY OF PORT ANGELES 240 W. FRONT STREET FAIRVIEW OR97024 PORT ANGELES WA98362 DESCRIPTION PRODUCT NUMBER QTY UNIT PRICE ITEM# 3.00 NL= 114 LL= 571 IZ =2.300 TL= 685 OPTIONS BEGIN 050 50 KVA 501 7200/12470Y 95BIL 2BU 001 NO TAPS 401 120/240 3 OR 4 LVBU(QTY PER ANSI) 1 1 SET OF HANGER BRACKETS 000 CONVENTIONAL 000 NO LIGHTNING ARRESTER AT H1 10 EXTRA CREEP HV BUSHING 300 STD THERMOSET /THEROPLATC W /EYEBOLT 1 RECEIVES STD LENGTH LV GRD STRAP H HEARTLAND HPV1230 -15 FOR FR3 FLUID E #OS -2 POST BRONZE LUG 19 -10 B (1) BARCODED ALUMINUM NAMEPLATE 1 STANDARD KVA DECAL(S) 2 -1/2" 1 "NON PCB "1X2(ERMCO STD)WHT /BLU7 -15 ARRESTER KV 0000000009.00000 8 ENVIROTEMP -FR3 TED 0000000018.80000 TRH 0000000026.00000 OPTIONS END ITEM 4 OVERHEAD DIST. TRANSFORMER POLEMOUNT 1 [f Sla.gt ITEM# 4.00 NL= 152 LL= 786 IZ =2.000 TL= 938 OPTIONS BEGIN 075 75 KVA 501 7200/12470Y 95BIL 2BU 001 NO TAPS 401 120/240 3 OR 4 LVBU(QTY PER ANSI) 1 1 SET OF HANGER BRACKETS 000 CONVENTIONAL 000 NO LIGHTNING ARRESTER AT H1 10 EXTRA CREEP HV BUSHING 300 STD THERMOSET /THEROPLATC W /EYEBOLT 1 RECEIVES STD LENGTH LV GRD STRAP H HEARTLAND HPV1230 -15 FOR FR3 FLUID E #08 -2 POST BRONZE LUG 19 -10 B (1) BARCODED ALUMINUM NAMEPLATE 1 STANDARD KVA DECAL(S) 2 -1/2" 1 "NON PCB "1X2(ERMCO STD)WHT /BLU7 -15 DESCRIPTION ARRESTER KV ±TEM 6 OVERHEAD DIST. ITEM# 6 NL= OPTIONS BEGIN 100 501 001 003 1 GENERAL PACIFIC P.O. BOX 70 FAIRVIEW OR97024 PORT ANGELES PRODUCT NUMBER OTY UNIT PRICE EXT PRIC 0000000009.00000 8 ENVIROTEMP -FR3 TKD 0000000000.00000 TKH 0000000000.00000 OPTIONS END ITEM 5 OVERHEAD DIST. TRANSFORMER POLEMOUNT ITEM# 5.00 NL= 163 LL= 779 IZ =2.400 TL= 942 OPTIONS BEGIN 075 75 KVA 501 7200/12470Y 9531L 2BU 001 NO TAPS 003 277/480Y 2 LV BU 1 1 SET OF HANGER BRACKETS 000 CONVENTIONAL 000 NO LIGHTNING ARRESTER AT H1 10 EXTRA CREEP HV BUSHING 300 STD THERMOSET /THEROPLATC W /EYEBOLT 1 RECEIVES STD LENGTH LV GRD STRAP H HEARTLAND HPV1230 -15 FOR r'R3 FLUID E #08 -2 POST BRONZE LUG 19 -10 3 (1) BARCODED ALUMINUM NAMEPLATE 1 STANDARD KVA DECAL(S) 2 -1/2" 1 "NON PC3 "1X2(ERMCO STD)WHT /BLU7 -15 ARRESTER KV 0000000009.00000 8 ENVIROTEMP -FR3 TKD 0000000021.00000 TKH 0000000034.000.00 OPTIONS END TRANSFORMER POLEMOUNT 00 177 LL= 1030 IZ =2.300 TL= 1207 100 KVA 7200/12470Y NO TAPS 277/480Y 2 LV BU 1 SET OF HANGER BRACKETS ERMCO QUOTE CUSTOMER COPY 953IL 2BU PAGE 4 QUOTE 334251 -00 QUOTED DATE 10/31/12 SHIP TO: CITY OF PORT ANGELES 240 W. FRONT STREET WA98362 3 /4 00,00 3 218$,00 encL CUSTOMER COPY SHIP TO: GENERAL PACIFIC CITY OF PORT ANGELES P.O. BOX 70 240 W. FRONT STREET FAIRVIEW OR97024 PORT ANGELES WA98362 DESCRIPTION PRODUCT NUMBER QTY UNIT PRICE 000 CONVENTIONAL 000 NO LIGHTNING ARRESTER AT H1 10 EXTRA CREEP HV BUSHING 300 STD THERMOSET /THEROPLATC W /EYEBOLT 1 RECEIVES STD LENGTH LV GRD STRAP H HEARTLAND HPV1230 -15 FOR FR3 FLUID E *08 -2 POST BRONZE LUG 19 -10 B (1) BARCODED ALUMINUM NAMEPLATE 1 STANDARD KVA DECAL(S) 2 -1/2" 1 "NON PCB "1X2(ERMCO STD)WHT /BLU7 -15, ARRESTER KV 0000000009.00000 8 ENVIROTEMP -FR3 TKD 0000000000.00000 TKH 0000000000.00000 OPTIONS END ITEM 8 ERMCO QUOTE PAGE QUOTE 334251 -00 QUOTED DATE 10/31/12 ITEM 7 OVERHEAD DIST. TRANSFORMER POLEMOUNT 6 3.3SS.49 ITEM# 7.00 Cael- NL= 310 LL= 1476 IZ =2.600 TL= 1786 OPTIONS BEGIN 167 167 KVA 501 7200/12470Y 95BIL 2BU 001 NO TAPS 003 277/480Y 2 LV BD 1 1 SET OF HANGER BRACKETS 000 CONVENTIONAL 000 NO LIGHTNING ARRESTER AT H1 10 EXTRA CREEP HV BUSHING 220 4.HOLE POLYMER H- SPADE 1 RECEIVES STD LENGTH LV GRD STRAP H HEARTLAND HPV1230 -15 FOR FR3 FLUID E *08 -2 POST BRONZE LUG 19 -10 B (1) BARCODED ALUMINUM NAMEPLATE 1 STANDARD KVA DECAL(S) 2 -1/2" 1 "NON PCB "1X2(ERMCO STD)WHT/BLU7-15 ARRESTER KV 0000000009.00000 5 ENVIROTEMP -FR3 TKD 0000000024.00000 TILE 0000000042.00000 OPTIONS END DESCRIPTION GENERAL PACIFIC P.O. BOX 70 ITEM 9 PADMOUNT DIST. TRANSFORMER PADMOUNT ITEM# 9.00 NL= 112 LL= 590 IZ =2.100 TL= 702 OPTIONS BEGIN TYP2D TYPEII W/2 SINGLE ?ARKING STANDS L LOOP TEED WITH 200 AMP STRAP 050 50 KVA 001 12470GRDY/7200 95BIL 1BU 001 NO TAPS 401 240/120 3 OR 4 LV TERMINALS (LESS) E58 GENERIC DUAL /LOAD (DS) BAYO ISO A00 ECI ISOLATION LINK BY CONFIGURATOR M SEPARATE METAL D S 103 ECI WELLS WITH REPLACEABLE STUDS 100 ERMCO STANDARD INSERTS 000 COPPER STUD SECONDARY BUSHINGS. ERMCO QUOTE PAGE 6 QUOTE 334251 -00 QUOTED DATE 10/31/12 CUSTOMER COPY SHIP TO: CITY OF PORT ANGELES 240 W. FRONT STREET FAIRVIEW OR97024 PORT ANGELES WA98362 PRODUCT NUMBER QTY UNIT PRICE PADMOUNT DIST. TRANSFORMER PADMOUNT 8 ISBK.21 ITEM# 8.00 esti NL= 92 LL= 467 IZ =2.000 TL= 559 OPTIONS BEGIN TYP2D TYPEII W/2 SINGLE PARKING STANDS L LOOP FEED WTTH 200 AMP STRAP 037 37.5 KVA 001 12470GRDY/7200 95E1L 1BU 001 NO TAPS 401 240/120 3 OR 4 LV TERMINALS (LHL) E58 GENERIC DUAL /LOAD (DS) BAYO ISO A00 ECI ISOLATION LINK BY CONFIGURATOR M SEPARATE METAL D.S. 103 ECI WELLS WITH REPLACEABLE STUDS .100 ERMCO STANDARD INSERTS 000 COPPER STUD SECONDARY BUSHINGS. 000 NO CONNECTORS REQUIRED 014 14GA MILD STEEL DOOR F SEISMIC ZONE #4(ANGL IRON)PLTFM MTG 13 HEARTLAND HPV1230 -15 FOR FR3 FLUID 6 WARNING MR.OUCH GENERIC(NEMA #260) C MR.OUCH GENERIC (NEMA #260) 52 -02 3 STD PLT OPT'N FOR THE UNSTACKABLES 8 ENVIROTEMP -FR3 OPTIONS END 15 �o38.4S GENERAL PACIFIC P.O. BOX 70 LIQUIDATED DAMAGES FOR LATE DELIVERIES 100% CTR TIME OF SHIPMENT 48 POUR NOTICE FLAT BED SIDE UNLOAD ERMCO QUOTE CUSTOMER COPY SHIP TO: CITY OF PORT ANGELES 240 W. FRONT STREET PAGE 7 QUOTE 334251 -00 QUOTED DATE 10/31/12 FAIRVIEW 0897024 PORT ANGELES WA98362 DESCRIPTION PRODUCT NUMBER QTY 000 NO CONNECTORS REQUIRED 014 14GA MILD STEEL DOOR F SEISMIC ZONE #4(ANGL IRON)PLTFM MTG 13 HEARTLAND HPV1230 -15 FOR FR3 FLUID 6 WARNING MR.OUCH GENERIC(NEMA #260) C MR.OUCH GENERIC (NEMA #260) 52 -02 B STD PLT OPT'N FOR THE UNSTACKABLES 8 ENVIROTEMP -FR3 OPTIONS END General Pacific, Inc. 22414 NE Townsend Way PO Box 70 Fairview, OR 97024 e- )45112- "B" "C" Dimensions include arresters radiators if applicable. 1H29 08 -18M5 UNCONTROLLED H.V, 7200/12470Y 95BIL 2BU CSP L.V. 120/240 3 OR 4 LVBU(QTY PER ANSI) 30 BIL CONY TAPS: NO TAPS PART DESCRIPTION QUANTITY 1 HANGER BRACKET TYPE: A 1 SET 2 NAMEPLATE (ON LOWER BRACKET) TYPE: (1) BARCODED ALUMINUM NAMEPLATE 1 3 LIFTING LUGS 2 4 LOW VOLTAGE BUSHINGS TYPE: STD THERMOSET/THEROPLATC W /EYEBOLT 3 5 HIGH VOLTAGE BUSHINGS TYPE: EXTRA CREEP HV BUSHING 2 6 GROUNDING PROVISION: W/ GROUND STRAP(S) 1 7 P.R.V.: HEARTLAND HPV1230 -15 FOR FR3 FLUID 1 8 COVER GROUND STRAP 9 TANK GROUNDING PROVISION: W/ GROUND LUGS(1) 2 ADDITIONAL FEATURES PCB DECAL: "NON PCB "1X2(ERMCO STD)WHT /BLU7 -15 Oil TYPE: ENVIROTEMP -FR3 ITEM AND /OR KVA DIMENSIONS IN NCHES APPROX. APPROX. STOCK# A B C GAL. OIL WEIGHT LBS. 1 25 33.2 24:6 19 9 308 2 37.5 35.2 23.6 21 13.5 421 3 50 37.2 25.4 22.8 19 522 E ERMCO CUSTOMER: RFQ /SPEC CITY OF PORT ANGELES SCALE: DATE: BY: QUOTE NUMBER: NTS 10/31/12 55 334251 "t3" "C" Dimensions include arresters radiators if applicable. 1H2B D8- 9-05 UNCONTROLLED H.V. 7200/12470Y 95BIL 2BU CSP L.V.: 120/240 3 OR 4 LVSU(QTY PER ANSI) 30 BIL TAPS: NO TAPS PART DESCRIPTION QUANTITY 1 HANGER BRACKET TYPE: B 1 SET 2 NAMEPLATE (ON LOWER BRACKET) TYPE: (1) BARCODED ALUMINUM NAMEPLATE 1 3 LIFTING LUGS 2 4 LOW VOLTAGE BUSHINGS TYPE: STD THERMOSET/THEROPLATC W /EYEBOLT 3 5 HIGH VOLTAGE BUSHINGS TYPE: EXTRA CREEP HV BUSHING 2 6 GROUNDING PROVISION: W/ GROUND STRAP(S) 1 7 P.R.V.: HEARTLAND HPV1230 -15 FOR FR3 FLUID 1 8 COVER GROUND STRAP 1 9 TANK GROUNDING PROVISION: W/ GROUND LUGS(1) 2 ADDITIONAL FEATURES PCB DECAL. "NON PCB "1X2(ERMCO STD)WHT /BLUT -15 Oil TYPE: ENVIROTEMP -FR3 CONV ITEM AND /OR STOCK 4 SCALE: NTS ICVA 75 DIMENSIONS IN INCHES A 45.2 DATE: 10/31/12 B 27.1 BY: SS C 22.8 CUSTOMER: CITY OF PORT ANGELES APPROX. GAL. OIL 26 QUOTE NUMBER: 334251 APPROX. WEIGHT LBS. 746 ERMCO RFQ /SPEC "B" "C" Dimensions include arresters radiators if applicable. 11128 013-19 -05 UNCONTROLLED H.V. 7200/12470Y 95BIL 2BU L.V.: 277/480Y 2 LV BU 30 BIL TAPS: NO TAPS PART DESCRIPTION QUANTITY 1 HANGER BRACKET TYPE: B 1 SET 2 NAMEPLATE (ON LOWER BRACKET) TYPE: (1) BARCODED ALUMINUM NAMEPLATE 1 3 LIFTING LUGS 2 4 LOW VOLTAGE BUSHINGS TYPE: STD THERMOSET/THEROPLATC W /EYEBOLT 2 5 HIGH VOLTAGE BUSHINGS TYPE: EXTRA CREEP HV BUSHING 2 5 GROUNDING PROVISION: W/ GROUND STRAP(S) 1 7 P,R,V.: HEARTLAND HPV1230 -15 FOR FR3 FLUID 1 B COVER GROUND STRAP 1 9 TANK GROUNDING PROVISION' W/ GROUND LUGS(1) 2 ADDITIONAL FEATURES PCB DECAL: "NON PCB "1X2(ERMCO STD)WHT /BLUT -15 Oil TYPE: ENVIROTEMP -FR3 ITEM AND /OR STOCK 5 6 KVA 75 100 SCALE. NTS A 45.2 49.2 DATE: 1 D/31/12 DIMENSIONS IN NCHES B 28 28 BY: SS C 25 25 CSP CUSTOMER: CITY OF PORT ANGELES CONV APPROX. GAL. OIL 34.5 39.5 APPROX. WEIGHT LBS 785 947 ERMCO RFQ /SPEC QUOTE NUMBER: 334251 "t3" "C" Dimensions include arresters radiators if applicable. H.V.: 7200/12470Y 95BIL 28U CSP Lv.: 277/4BOY 2 LV BU 30 BIL TAPS: NO TAPS PART DESCRIPTION QUANTITY 1 HANGER BRACKET TYPE: 15 1 SET 2 NAMEPLATE (ON LOWER BRACKET) TYPE: (1) BARCODED ALUMINUM NAMEPLATE 1 3 LIFTING LUGS 2 4 LOW VOLTAGE BUSHINGS TYPE: 4 HOLE POLYMER H -SPADE 2 5 HIGH VOLTAGE BUSHINGS TYPE: EXTRA CREEP HV BUSHING 2 6 GROUNDING PROVISION: W/ GROUND STRAP(S) 1 7 P.R.V.: HEARTLAND HPV1230.15 FOR FR3 FLUID 1 B COVER GROUND STRAP 1 9 TANK GROUNDING PROVISION: W/ GROUND LUGS(1) 2 ADDITIONAL FEATURES PCB DECAL: "NON PCB "1X2(ERMCO STD)WHT /BLU7 -15 Oil TYPE: ENVIROTEMP -FR3 ICONVI IN2D 09 -1945 UNCONTROLLED ITEM AND /OR STOCK 7 SCALE: NTS KVA DIMENSIONS IN NCHES APPROX. APPROX. GAL. OIL WEIGHT LBS. 167 DATE: 10/31/12 A 58.8 B 35 BY: SS C 28 69 QUOTE NUMBER: 334251 1436 ERMCO CUSTOMER: RFQ /SPEC CITY OF PORT ANGELES H. V,: 12470GRDYA200 95B1L 1 BU L.V..: 240/120 3 LV TERMINALS (LHL) 30 BIL TAPS: NO TAPS H1A HIE W /SWITCH GRD GENERIC FLAPPER BAYONET HOLDER SEPARATE METAL U.S. HUA 111B W/O SWITCH PART DESCRIPTION CUANTI1V 1 CONDUIT ENTRANCE AREA 1 2 FUSING GENERIC DUAULOAD (DS) BAYO 150 3 PARKING STAND 2 4 ECI WELLS WITH REPLACEABLE STUDS 2 15 kV ERMCO STANDARD INSERTS NO LDADSREAK SWITCH 5 (1) ALUMINUM NAMEPLATE (STANDARD) 1 6 P.R.V.: HEARTLAND HPV1230 -15 FOR FR3 FLUID 1 7 .501n. OIL LEVEL PLUG 1 B LVSU. COPPER STUD SECONDARY BUSHINGS. 3 .626 In. 11 STUO (75 KVA BELOW) SPADES. NOT REQUIRED 9 COMPARTMENT COVER 1 10 LIFTING BOSS (.&25 -11 BLIND TAPPED) 4 11 DETACHABLE GROUND STRAP 1 12 57012" NPT DRAIN PLUG 1 13 ,50D -13 SILICON BRONZE PENTABOLT(STANDARD) 1 14 .PADLOCK HASP 1 15 GROUND NUT SEISMIC ZONE#4(ANGL IRON)PLTFM MTG W /GROUNDLUGS #06 -2 POST BRONZE LUG 3 18 REMOVABLE SILL 1 17 ODOR RETAINER 1 18 TAP or DUAL VOLTAGE SWITCH. NOT REQUIRED 19 SECONDARY BREAKER HANDLE: NOT REQUIRED 20 NO CONDUIT ENTRANCE HOLE REQUIRED ADDITIONAL FEATURES KVA DECAL: KVA STENCIL 111 YELLOW WARN. DECAL: WARNING MR.OUCH GENERIC(NEMAl260) DANGER DECAL: MR.OUCH GENERIC (NEMA 1260) 52 -02 FILL PORT: SIGHT GIAS$(GENERIC)65 -50 OR 65 -01 EXTRA SRO: SEISMIC ZONE#4(ANGL IRON)PLTFM MTG 011 TYPE ENVIROTEMP -FR3 UNCONTROLLED GRD m 1636' H1A 1110 W /SEC. BREAKER GRD. POINT1"SELOW PAO SURFACE 1P RICHT OF TRANS. CENTERLINE AND 12' IN FRONT OF TRANS FRONT PANEL CFWERIC-TYPE II DOUBLE PK 0$05 ITEM AND /OR KVA STOCK 8 9 DIMENSIONS IN INCHES 37.5 50 WIDTH 20 20 36 36 8 HEIGHT 28 28 1 "E D" -3625" TANK DEPTH 15.7 17.2 D DOOR DEPTH E CABLE OPENING 16.375 16.375 DIM "F "IS IF DIM "A "IS 10" 12" APPROX. GAL. OIL 42 45 APPROX. WEIGHT LB.5. 789 875 32" 34 ERMCO CUSTOMER CITY OF PORT ANGELES SCALE: NTS DATE: BY: 10/31/12! SS 0007E NUMBER: RFO/SPEC 0: 334251 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 -12 -013 Page 26 of 26