Loading...
HomeMy WebLinkAbout000767 Original ContractMike PUntenn City Engineer i . a IN FRU4010i It ff.'s 11"Iffa-07m In Awlasawme 1-1.190 11 Z Lei f0i Aim�\|°x e» $"°§ 0 lot 00 It 6: MA ON 01:4 UpArd 011 ION OkaQ zol :1 = 1O."kIr-1111 $:: Ap 'roved by: Willi fn Bloo�­ City Attorney February 11, 2014 '0 , p0AT4'CF CITY OF PORT ANGELES 0 INVITATION TO BID For Pad -Mounted Distribution Transformers Sealed bids will be received by the Contract Specialist of Public Works & Utilities until 2:OOPM, Thursday, March 20, 2014, and will be opened and read in the Jack Pittis Conference Rooms, main floor, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362. Bids will be taken for the following Materials: Three -Phase 1500 kVA Pad -Mounted Distribution Transformers — 12470-480Y/277V Bid documents may be obtained by calling Lucy Hanley at (360) 417-4541 or by emailing contractspcityofpa.us . All bids must be on the form provided. Faxed or emailed 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: March 20, 2014 PURCHASE CONTRACT NO. LO -14-002. 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: Lucy Hanley, Contracts Specialist PO Box 1150, 321 East 5th Street Port Angeles, Washington 98362 PUBLISH: Peninsula Daily News: March 05, 2014 Project No. LO -14-002 Page 2 of 22 `0 VuHr U FN KS ANa A-F-11641111*-IMY "T All bids must be sealed with the outside of the envelope marked with the BID OPENING DATE March 20, 2014, PURCHASE CONTRACT NO. LO -14-002. 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: Lucy Hanley 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. 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 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 or emailed 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. Project No. LO -14-002 Page 3 of 22 SAFETY: This unit shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. The unit shall be tested by the successful bidder for compliance with all OSHA/WISHA regulations and the State Department of Labor and Industries Safety Rules. DELIVERY & ACCEPTANCE: The successful bidder shall be responsible for delivery to the City's Maintenance Yard, 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 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 Project No. LO -14-002 Page 4 of 22 signing by the City. Each party will FHt@iO 8 fully 8XeCUt8d set Of the COOtDB{t []OCUrD8niS. The Invitation to Bid is r8|8@8gd by the City of Port Angeles Public Works and Utilities Department, which Sh8U act 8Ssole point of contact for 8d[DiDi8ic8Li0O Of the bidding. Questions ShOU|d be directed to Lucy Hanley, C0Dtn]CtS Specialist, /360\ 417- 4541 or to . Project No. LO -14-002 Page 5 of 22 '0 , 90RT CITY OF PORT ANGELES STANDARD TERMS AND CONDITIONS S PU9,C-V4SE-GGVT?,4CT TME P#RCMASE CONTRACT INCLUDES THE FOLLOWING TERI -, n - T AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF 'tE CITY OF PO ANGELES AND THE STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATIEDB 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 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 -14-002 Page 6 of 22 7. REJECTION: All goods or materials purchased herein are subject to approval by the City. Any rejection of goods or material resulting 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. 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 18 months after delivery and acceptance or 12 months after being energized 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 -14-002 Page 7 of 22 (2) Retain such supplies and reduce the contract price by an amount equitable under the circumstances. 11. ASSIGNMENTS: Moneys due under this Contract shall only be assignable with prior written consent of the City. 12. TAXES: Unless otherwise indicated the City agrees to pay all State of Washington sales or use tax. No charge by Contractor shall be made for federal excise taxes, and the City agrees to furnish Contractor, upon acceptance of articles supplied under this Contract with an exemption certificate. 13. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and represents that all the goods and materials ordered herein are free and clear of all liens, claims, or encumbrances of any kind. 14. RISK OF LOSS: Regardless of FOB point, Contractor agrees to bear all risks of loss, injury or destruction of goods and materials ordered herein which occur prior to delivery. Such loss, injury or destruction shall not release Contractor from any obligation hereunder. 15. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the City harmless from and against any damage, cost or liability for any injuries to persons or property arising from acts or omissions of Contractor, its employees, agents or subcontractors howsoever caused. 16. LABOR AND INDUSTRIES: Contractor is required to the extent applicable, to procure Labor and Industries permits LI 700-7 and LI 700-29 and abide by the requirements thereof. Copies of "Statement of Intent to Pay Prevailing Wages" and "Affidavit of Wages Paid" shall be submitted to the City Clerk and Department of Labor and Industries. 17. ANTI-TRUST: Contractor and the City recognize that in actual economic practice overcharges resulting from anti-trust violations are borne by the City. Therefore, Contractor hereby assigns to the City any and all claims for such overcharges. 18. DEFAULT: Contractor shall be liable for damages suffered by the City resulting from Contractor's breach of Contract. The Contractor covenants and agrees that in the event suit is instituted by the City for any default on the part of the Contractor, and the Contractor is adjudged by a court of competent jurisdiction to be in default, Contractor shall pay to the City all costs, expended or incurred by the City in connection therewith, and reasonable attorney's fees. The Contractor agrees that the Superior Court of the State of Washington shall have jurisdiction over any such suit, and that venue shall be laid in Clallam County. 19. BRANDS: When a special brand is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided the bidder specifies the brand and model and submits descriptive literature when available. Any bid containing a brand which is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. 20. SAFETY: The equipment shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. Project No. LO -14-002 Page 8 of 22 The equipment shall be tested by the successful bidder for compliance with all OSHA/WISHA regulations and the State Department of Labor and Industries Electrical Workers Safety Rules. Project No. LO -14-002 Page 9 of 22 THIS AGREEMENT is made and entered into this. r_1 day of 2014, between the City of Port Angeles, Washington (hereinafter called the City") and HD Supply Power Solutions, Oregon (hereinafter called the "Contractor", "Vendor", or "Bidder"). a WOO 0 41104J, ARTICLE 1 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 11 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. K wam FIRM Lei 0 1 N I Ro I I 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 -14-002 Page 10 of 22 ARTICLE V 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'TI 7.%MTMSTZOW• N • �11 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. 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 -14-002 Page 11 of 22 A 0 MITNTIALTiffir Waiver of any breach of any term or condition of this Contract shall not be deemed waiver of any prior or subsequent breach, no term or condition of this Contract shall held to be waived, modified, or deleted except by a written instrument signed by t parties hereto. I By: By: Title: —C,4-4 I IF Dated: Li kq ATTEST: CTlark Approved to as to form City Attorney Project No. LO -14-002 Page 12 of 22 City of Port Angeles Schedule A Irf vitation for Bid Pad -Mounted Distribution • XORME111111YA GENERAL DESCRIPTION: Three -Phase 1500 kVA Pad -Mounted Distribution Transformers 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. 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 057.12.26 — IEEE Standard for Pad -Mounted, Compartmental -Type, Self - Cooled, Three -Phase Distribution Transformers for Use with Separable Insulated High -Voltage Connectors C57.12.28 — Pad -Mounted Equipment — Enclosure Integrity. C57.12.34 — IEEE Standard Requirements for Pad -Mounted, compartmental - Type, Self -Cooled, Three -Phase Distribution Transformers (2500 kVA and Smaller) C57.12.90 — 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. Project No. LO -14-002 Page 13 of 22 2.1 The transformers shall be designed in accordance with this specification and the kVA rating shall be as noted in the Request for Quotation. Design Shall meet efficiency standards defined in the Code of Federal Regulations (CFR) Title 10, part 431.196. 2.2 The primary voltage shall be 12470GrdY/720OV, and the basic lightning impulse insulation level (BIL) shall be 95 M 2.3 The secondary voltage shall be as noted in the Request for Quotation, grounded wye connection, and the basic insulation level (BIL) of the secondary voltage shall be 30 M 2.4 The transformer shall be furnished with full capacity high-voltage taps. The taps shall be ± 2 - 21/2% 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 057.12.26. 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%. Table 1 — Percent Impedance Voltage kVA Rating Impedance 75 1.10-5.75 112.5-225 1.40-5.75 300 —500 2.50 — 5.75 750-1500 5.75 nominal 3.1 Bushing Style: The high voltage bushings shall be 15 kV 200A bushing wells with bushing well inserts installed. The bushings shall be externally removable and be supplied with a removable stud. 3.2 Bushing Configuration: The transformer shall be provided with six (6) high voltage bushings and six parking stand brackets in accordance with Figure 2 minimum dimensions of ANSI 057.12.34 for loop feed configurations. The bushing heights shall be in accordance with Figure 2 minimum dimensions of ANSI 057.12.26. Label bushings wells H 1 A, H2A, H3A, H1 B, H2B, and H3B. Project No. LO -14-002 Page 14 of 22 in 4.2 5.1 5.2 Bushing Style: The transformer shall be provided with tin-plated NEMA "H" type spade terminals capable of accepting either copper or aluminum connectors. The spacing of the connection holes shall be 1.75" on center, per ANSI C57.12.34 figure 13. Bushing Hole Quantities: KVA 208Y/120 480Y/277 75-300 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 oil. Bushing Configuration: The transformer shall be provided with bushings in a staggered arrangement in accordance with Figure 4a minimum dimensions of ANSI C57.12.26. Bushings shall be labeled XO (Neutral), X1, X2, and X3. 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. Switching: The internal primary switching scheme provided with the transformer shall allow selecting either set of bushings as the input, both feeds for looped feed -through Project No. LO -14-002 Page 15 of 22 operation, or none (OFF position). Loadbreak switch(es) shall be located in the high-voltage compartment. Switch(es) shall be for manual hot -stick operation rated for 200 amps. 6.1 Core and Coil The five legged 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 pre -heated 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 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® 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 locking 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. Project No. LO -14-002 Page 16 of 22 6.3.3. The enclosure integrity of the tank and cabinet shall meet the requirements for tamper resistance set forth in ANSI C57.12.28 including but not limited to the pry test, pull test, and wire probe test. Top shall be domed or sloped for moisture runoff. 6.3.4. The compartment depth shall be 20 inches. 6.3.5. The tank base must be designed to allow skidding or rolling in any direction. Lifting provisions shall consist of four lifting lugs welded to the tank. 6.3.5. 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 SCFM. There shall also be a manually controlled vent with a pull ring for manual or hot -stick operation. 6.3.7. The tank and cabinet coating shall meet all the requirements of ANSI C57.12.28 including: • Salt -Fog Resistance per ASTM B-117, 1000 hours • Crosshatch Adhesion Test per ASTM D-3359, per Method B. • Humidity Test, per ASTM D-2247, 1000 hours at 45°C 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. N0111111111yXI" ***01 :41 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 w/ sampling device in LV compartment (750 kVA & above) • Automatic pressure relief valve • Metal drip shield (when bayonets specified) • 20" deep cabinet • Ground provisions per 057.12.34 section 9.11 • Burndy #KC25 Ground connector w/9/16" threaded stud • Meet NEMA TR -1 sound levels Project No. LO -14-002 Page 17 of 22 • 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 • 2Y2" 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 transformers. 9.1 All units shall be tested for the following: • No -Load (20°0) losses at rated current • Total (85°C) losses at rated current • Percent Impedance (85°C) at rated current • Excitation current (100% voltage) test • Winding resistance measurement tests • Ratio test 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 057.12.00, including verification that the design has passed short circuit per ANSI C57.12.00 and 057.12.90. 10.1 The following data shall be submitted with the proposal: • 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) Project No. LO -14-002 Page 18 of 22 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. F*.TMT • �-,, 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. The differences in the amount of energy usage expected from each transformer plus the purchase price will be used in determining the best value to the City of Port A9,9eles.,,, M 1500 kVA 112470-480Y/277V No Load Loss Full Load Loss (Watts) (Watts) V1.0010, IM114 ", Time (Weeks from order placement M Project No. LO -14-002 Page 19 of 22 GG Power systems USA Inc Reegistefed Office & Plant One Paumls Dflve, Washington, Misswri 63090, USA T. +1636 239 9300 F 11636 239 9395 W: mm cgglobai wm Customer Line No.: FR3 Unit Price: Three Phase Pad-',,------ '(S) TECHNICAL SPECS Date: 3/18/2014 Quotation Number: 95903726 Item Number: 10 Quantity: Extended Price: kVA Rating: 1500 kVA Model #: Envirotemp FR3 Cooling Class: KNAN Frequency: 60 Hz Avg. Winding Temp. 65 OC Primary Voltage: 12470 GrdY/7200 volts Secondary Voltage: 480Y/277 volts Primary BIL Rating: 95 kV Secondary BIL Rating: 30 kV HV Winding Matl: Aluminum LV Winding Matl: Aluminum High Voltage Taps: B Taps - Two 2.5% Taps below Nominal and Two 2.5% Taps above Nominal No Load Loss: 1564 Watts Load Loss: 11922 Watts Total Loss: 13486 Watts Impedance: 5.69% Tank Enclosure: Welded Cover w/(l) Handhole(s) - I Ox 16 Cabinet Depth: 24 Inches, Pentahead Security Bolts Steel HV -LV Barrier Bushings: Loop Feed ANSI Minimum Dimensions Dead Front Primary Terminations: Wells w/Removable Studs , (6) Inserts - Secondary Terminations: Porcelain Bushings w/ 8 Hole Brass J Spades, Spade Support Protection: - Bayonet Fusing (INTERLOCK 358CI8/A07), w/Flapper valve bayonet fuse holder, Steel Dripshield Accessories: Pressure Relief Valve VIAT 302-06-01N, Drain valve w/Sampler Liquid Level (Sight Gauge), Liquid Temperature Gauge, Pressure Vacuum Gauge 1.0" upper fill plug Burndy KC25 (1) - Switch Interlocked with Bayonet Switching: - HOXO Removable Link, 4 -Position T -Blade Switch (630 Amps) Paint Color: GREEN (Munsell 7.OGY3.29/1.5), Standards: Quoted in compliance, with the latest applicable ANSI standards unless otherwise specified by the customer. '"I" Shipment: J;,Ao-'14'�ieeks 1, A Printed by PSUS-Sally Kleekamp on 3/18/2014 Quotation Number: 495903726 Customer: HD SUPPLY PORTLAND 9151 SE MCBROD STREET PORTLAND, Oregon 97222 USA Attention: HEIDI CALHOUN Smart solutions. Strong relationships. Date: 03/12/2014 Cust. Code: 1004347 Region: 200400 5.2 SWITCHING REQUIREMENT WAS UNCLEAR. PRICE IS FOR 4 -POSITION V -BLADE SWITCH. 6.1 WINDINGS ARE NOT ENERGIZED DURING VACUUM/ FILLING. 6.3.4 CABINET DEPTH WILL BE 24". PRELIMINARY OVERALL DIMENSIONS: ITEM 10: 82"W x 64"D x 77"H, 8,849 lbs. ITEM 10: Efficiency @ 50%: 99.43% Due to the volatility of the raw materials market, strict interpretation of our 30 day quotation validation period must be adhered to. If your quote has expired, please consult your Account Specialist/Product Engineer for a quotation update. Accurate and detailed ship to address and contact information is required at time of purchase order to assure correct shipping and handling. Orders entered 'on HOLD for APPROVAL' and NOT released within three (3) weeks after receiving factory approval type drawings are subject to price increases at the time of release. If approval drawings are required, quoted lead times begin after drawings have been approved. Subject to credit approval. You are requested to please refer to CG's Customer and Supplier Privacy Policy available on CG's website www.cgglobal.com to understand and familiarise yourself with CG's Privacy Policy towards its business partners with respect to sharing of personal data. 0 AVANTHA CROUP COMPANY Quotation Number: 495903726 Customer: HD SUPPLY PORTLAND 9151 SE MCBROD STREET PORTLAND, Oregon 97222 USA Attention: HEIDI CALHOUN Fax: 503-653-2279 Email: Heidi. Calhoun@hdsupply. com C%k F Smart solutions. Strong relationships. Date: 03/12/2014 Cust. Code: 1004347 Region: 200400 Reference: CITY OF PORT ANGELES, WA We are pleased to present our quotation for three phase transformers with the accessories according to the attached bill of material(s). Prices: Firm for the duration of the contract. Validity: From 03/13/2014 to 04/13/2014 Taxes: Federal, state, local or any other taxes are excluded. Freight: FOB Dest., Frt allowed on PPD Payment: 30 Days Net Warranty: Standard, 12 months from the date of installation, but not to exceed 18 months from the date of shipment. Any design dimensions, unless otherwise specified are for indication only, and are not binding. This quotation is subject to CG Power System USA Terms and Conditions of Sale, which are available at www. cgglobal. us. Any deviation from the attached bill of material(s), before or after receipt of order, may affect price and delivery. The quoted ship weeks will go into effect after all outstanding technical matters have been resolved. Ship weeks are based on plant loading at time of quotation. Please verify ship weeks when placing an order. Please reference our quotation number on all purchase orders and correspondence. We will be pleased to provide you with any additional information that is required. Thank you for your inquiry, and we look forward to working with you in the future. Sincerely, CG Power Systems USA Inc 3 " A- Ukik-ox-,p Sally Kleekamp Account Specialist Utility Sales 636-239-9337 x Brian McCarrick Product Sales Manager Distribution Transformers (636) 239-9380 Rep CC : SHEFFIELD UTILITY SALES You are requested to please refer to CG's Customer and Supplier Privacy Policy available on CG's website www.cgglobal.com to understand and familiarise yourself with CG's Privacy Policy towards its business partners with respect to sharing of personal data. AVANTHA GROUP COMPANY 91 91 CG Power Systems USA Inc Registered Office & Plant: One Pauwels Drive, Washington, MO 63090, USA 2+l 636 239 9300 F968 239 9395 im-0 IINFOU MI&M =, 4•NR 1jr#1r41*z11j1 YJ 43.6" -----4- 29.6" 7411 !pAMMMM7p pkUxMpRM in Design MAY Change Cabinet Height. 77" Total Weight: 8849 lbs Oily w \ 333 gals Date: 311112014 Designer: mdn CG Power Systems USA hic Registered Office & Plant: One Pauwels Drive, Washington, Missouri 63090, USA T., 0 636 239 9300 F: +1636 239 9395 W: www.cgglobal.corn cr Smart solutions, Strong relationships. WARRAN"rY TERMS WARRANTY: Company warrants to Purchaser that the equipment to be delivered to Purchaser will be free from defects in material and workmanship when used under proper and normal use for a period of 12 months after the equipment is put into service. Not to exceed 24 months from the date the equipment is delivered (whether by sale, lease or rental). Organic insulation -materials are sold with the express understanding that their life and fitness for purpose are indeterminate and largely depend on application and operating circumstances and continuing maintenance. Should any failure to conform to the above (or to any additional warranty contained in the special conditions of sale set forth in the applicable product -line price sheet) appear with within one (1) year after the date of shipment by Company, the �Q*rr�#­wy notification thereof and conformation that the equipment has been stored, installed, operated and maintained in accordance with recommendations of the Company and standard industry practice, to correct the nonconformity at Company's option w -Ami a wo replacement part.. The liability of Company to Purchaser arising out of the supplying of said equipment or its use, whether on warranty, contract or negligence, shall not in any event exceed the cost of correcting defects in the equipment as herein provided, and upon the expiration of said one (1) year, all such liability shall terminate. The foregoing shall constitute the sole remedy of the Purchaser and the sole liability of Company. The Warranty does not and shall not include reimbursement for the expenses which may be incurred by Purchaser. Before any material is returned, Purchaser must contact Company, as outlined under Returned Goods. No warranty is made with respect to equipment'not manufactured by Company,such being subject only to warranties made by their respective manufacturers. Company shall in no event be responsible or liable for modifications, alterations, misapplication or repairs made to its products or equipment by Purchaser or others, or for damage caused thereto by negligence, accident, overloading or improper use by Purchaser or others. ONE PAUWELS DRIVE WASHINGTON, MO 63090 PHONE: 636.239.9300 FAX: 636.239.9398 C The controlled copy of this document is located on the PSUS Intranet Site. A V A t1,1 T t -,t A This copy was printed on 10/23/2012 at 10:23 AM. 0 0 07 0 a) 00) o 0) 0 (D r (D .2 — _j o N cz cc Z -i —o — o� LC) LO LO LO V lo w .2 w w �0- aD) m w :3 w C) w w w co Q) co - a) (D (D W M c co 0U U) UQu �6:3 U) :3 o 0 6 — 0 _0 c 0 -j -0 -oo 0 Lf) 0 rz Lo Lb Z5 cn 6 +1 r� + +1 0-0 ::3 U > U) Cn LO 0 0 07 0 a) 00) o 0) co cc r r r r �O ca ui oi LC) LO LO LO w w w w cu w w w w C) w w w W — 0 Q> a) (D (D a) a) a) (D I eo U) U) U) U) U? C) +1 0 (D O C:ei § 4- ca W 0 i5 vi x cu a) co CO co C E w - m co V) "2 .2 a) co 0 r 0 U) O RI E c 0 '0 M E 'D 0 0. 0 .6) 0 E 0) cq co—M 16 E 15 15 .2 C a) a) r- 0 s C :3 Lo 0 U U LL C 0 CL W LS I 0 is O 0 ca ui oi > (D CM L (D E Lo (D r- 01) Q) x (D O. 0 *t 6 C: 0 — 0 W c r - 0 , 0 — co 0 co _0 c 0 a) 0 15 co Q) 0 CD cn 7� U) CL CO ::3 U > U) Cn 0 > C) ca a5 C: r- 4 0 '0 W C\j 2 2 d) (D 0L E 0 0) 0 0) 0 5 > c .2 -0 0 - '6 C .2 a) 03 , 0 :3'C -0 0 — C-) — (-) '0 0 Z., 0 c .5 o a 0 > r) > c 0 co D 430) > o -a o 0 0 8 LcO 0 2 C: 0 C: 0 (1) 0 U) 0 O -0 cz o > > Q) 760 0 >0 E t�V> E (D o t: C: (D Cc: o W E (D E N + -.0 -0 0 (D 0 FT v .2 7 cu > 7n (D (D a E (1) > > 'a (Z :> (D 7 FD 75 j LL . 0 CD 4) 0, .0 15 ma a) 0 (D O C:ei § 4- ca W 0 i5 vi x cu a) co CO co C E w - m co V) "2 .2 a) co 0 r 0 U) O RI E c 0 '0 M E 'D 0 0. 0 .6) 0 E 0) cq co—M 16 E 15 15 .2 C a) a) r- 0 s C :3 Lo 0 U U LL C 0 CL W LS I 0 Of Lo co 01) no= 6 C: 0 — 0 W a0 , 0 — c 0 LLJ CO a) 0 15 co Q) a> a) cn 7� U) U)UT Cn co D (j) cn 0 4 E to 0 (D LM FT v .2 7 7n (D (D a E (D - 'a E LL . 0 CD 4) 4) .0 15 ma a) U) m 0 V5 a1 R 0 02 a r M O FT , C W U) 0 (D G X Q) 0> > m 0 (1) -Nd CL(D cc 0 > 'a 0 (D Q UJ V 0 0 V (Dc CL U. 3: r x 0 cc z E _j 1 .5 —1 1-1 4m m CIA 0 (D O C:ei § 4- ca W 0 i5 vi x cu a) co CO co C E w - m co V) "2 .2 a) co 0 r 0 U) O RI E c 0 '0 M E 'D 0 0. 0 .6) 0 E 0) cq co—M 16 E 15 15 .2 C a) a) r- 0 s C :3 Lo 0 U U LL C 0 CL W LS I N ffill *1 NOR 1015 E �15111 91� v I mill J, I TJ Yj WAMn EA�g Will you sell additional ugits to the City of Port Angeles at the bid price until further notice? * " C a e- -rqio. " Pll es No al� �aw t 0§10 received Addenda No(s). � " 11• R V - 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. "D SUPPly Power Solutions FULL LEGAL NAME OF BIDDER 9,151 SE MCBrod Q.;.77ftnij, , UH 97222 TYPE OF BUSINESS: Corporation F1 Partnership (general) El Partnership (limited) D Sole Proprietorship U Limited Liability Company HD Supply Power Solutions ADDRESS_ 9151 SE McBrod solutions Portland, OR 97222 HU tiupply power CITY/STATE/ZIP-- PH # 503-653-8619 PHONE -FAX Fax # 503-663-2279 gnu= 2 DATE Project No. LO -14-002 Page 20 of 22 NON -COLLUSION AFFIDAVIT OREGON STATE OF WASHIN&T-OttatT-- COUNTY OF CLACKAMAS 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 overqny other bidder or bidders. Signature of Bidder/Cont(actor Stella Q. Frahm Sales Representative - HD Supply Power Solutic Subscribed and sworn to before me this 18thday of March20 14 Notary Public in and for the State of Residing at ` 4'), My Comm, Exp.: 1 / -A? - Project No. LO -14002 Page 21 of 22 OF pORT4, BIDDER'S CHECKLIST S APeOJ 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 -14-002 Page 22 of 22