Loading...
HomeMy WebLinkAbout4.634 Original ContractRev i e e CONTRACT DOCUMENTS for TRANSFORMERS — INVENTORY PURCHASE CONTRACT NO. LO -09 -020 M.C. Puntenney, P.E. Deputy Director S- for Assistant City Attorney CITY OF PORT ANGELES WASHINGTON September 2009 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES MIKE PUNTENNEY, DEPUTY DIRECTOR OF OPERATIONS Page 1 of 22 September 01, 2009 CITY OF PORT ANGELES INVITATION TO BID For TRANSFORMERS — INVENTORY Sealed bids will be received by the Director of Public Works & Utilities until 2:OOPM, October 15, 2009, and will be opened and read in the Public Works conference room, main floor, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362. Bids will be taken for the following Materials: Bid Items: 25, 37.5, 75, and 167 kVA Single -Phase Overhead Transformers 7200/12470 Y Primary Voltage 120/240 Secondary Voltage Bid documents may be obtained by calling Lucy Hanley at (360) 417 -4541 or by emailing Lhanlev aacitvofoa.us All bids must be on the form provided. Faxed bids shall not be accepted. The City of Port Angeles reserves the right to reject any or all bids and to waive informalities in the bidding process. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of sex, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. PUBLISH: Peninsula Daily News: September 20, 2009 Michael Puntenney Deputy Director Project No. LO -09 -020 Page 2 of 22 PORT T. BID SUBMITTAL: All bids must be sealed with the outside of the envelope marked with the BID OPENING DATE October 15, 2009, PURCHASE CONTRACT NO. LO -09 -020. The NAME AND ADDRESS OF THE BIDDER shall also appear on the outside of the envelope. Bids shall be directed to the Director of Public Works and Utilities, and mailed to PO Box 1150, or delivered to 321 East Fifth Street, Port Angeles, Washington 98362. It is the intent of the attached specifications to describe the minimum requirements for the equipment requested in sufficient detail to secure bids on comparable equipment. All parts which are necessary in order to provide a complete unit as described, meeting all safety requirements, and ready for operation, shall be included in the bid and shall conform in strength, quality of workmanship and material to that which is usually provided the trade in general. Any variance from the specifications or standards of quality must be clearly pointed out in writing by the bidder. Do not make reference to brochures or supporting literature on the bid sheet. All notations for bid compliance or exceptions are to be made on the bid sheet or on a plain piece of paper attached and referenced to the bid item. If a bidder's corporate policy mandates use of an official quotation form, it may be submitted. However, the cost data must be duplicated on the City's bid cost data and agreement sheet. The City's bid sheet must be signed by the bidder or its agent in order for the proposal to be accepted. If alternate equipment is proposed, bidders are required to submit a separate bid sheet for each unit offered. Project No. LO - 09 - 020 INSTRUCTIONS FOR BIDDERS Equipment Bids All bids must be made on the required bid form and in cases of errors in the extension of prices in the bid, the unit prices will govern. All blank spaces for bid prices must be filled in, with ink or typewritten, and the bid form must be fully completed and executed when submitted. Only one copy of the bid form is required. Faxed bids will not be accepted. Failure to adhere to instructions may constitute disqualification of proposal. COMPLIANCE WITH SPECIFICATIONS: The equipment must be in accordance with the specifications. Failure on the Contractor's part to comply with any specification herein will be grounds for disqualification of the bid. All items called for in the specifications, including but not limited to the equipment constructed as shown, and the necessary manuals, must be complied with before the final payment can be processed. Where the description of an item includes both specifications and a brand name and number, the specifications shall govern in case of conflict. Brand name and number are for reference as to the type and quality required and do not preclude offers of a comparable or better product, provided full specifications and descriptive literature accompany the offer. Failure to include full descriptive literature may be cause to reject the offer. WARRANTY: The purchased supplies or equipment furnished must have full manufacturer's warranties, and the warranties must inure to the benefit of the City. Vendor agrees to these warranty provisions by signing the bid proposal. Page 3 of 22 SAFETY: This unit shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. The unit shall be tested by the successful bidder for compliance with all OSHA/WISHA regulations and the State Department of Labor and Industries Safety Rules. DELIVERY & ACCEPTANCE: The successful bidder shall be responsible for delivery to the City's Maintenance Yard, 1701 South A Street, Port Angeles, Washington, between the hours of 7:30 AM and 2:30 PM during the City's normal work day. Delivery shall be made within the time period specified on the Schedule(s). GENERAL INFORMATION: The City of Port Angeles reserves the right to consider delivery time and may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No Bidder will be permitted to withdraw its proposal between the closing time for receipt of proposals and the execution of contract, unless the award is delayed for a period exceeding sixty (60) calendar days. The City of Port Angeles may, at its option, in awarding this purchase contract, take into consideration the revenue it would receive from purchasing the equipment from a supplier located within its boundaries, in accordance with RCW 39.30.040. For the Schedule(s), offers made in accordance with the Invitation to Bid shall be good and firm for the period of 90 calendar days after contract award unless the Bidder specifically limits its offer to a shorter period by written notification on the bid document. However, bids so modified may be declared non - responsive. Quantities shown are of total estimated initial quantities to be ordered. Purchase Project No. LO - 09 - 020 Orders for additional quantities may be placed with successful bidders over this period from the date of award. Prices bid shall be good for all equipment and materials ordered during that period. All orders shall be placed using City of Port Angeles Purchase Orders. Payments shall be made monthly for materials received and invoiced. Offers made in accordance with the Invitation to Bid shall be good and firm for the period specified in the bid unless the Bidder specifically limits its offer to a shorter period by written notification on the bid document. However, bids so modified may be declared non responsive. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of sex, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Signing of the bid sheet by Contractor and subsequent acceptance by the City of the lowest responsive bid will constitute a binding agreement between the City and Contractor. Contractor understands and agrees that no contract payment will be made until the City certifies that all stated specifications have been complied with and the equipment is delivered and accepted by the City. Bids will be evaluated and submitted to the authorized purchasing agent for approval as soon as possible after bid opening. All bidders will be notified of results in writing. Page 4 of 22 Upon award of the contract to the successful bidder, the City will send the Contractor duplicate, complete sets of Contract Documents, which will include the City's Purchase Order Requisition. The Purchase Order Requisition will include the final agreed upon price and the specific equipment and options being purchased. The Vendor will then sign the duplicate sets of Contract Documents and return them for signing by the City. Each party will retain a fully executed set of the Contract Documents. The Invitation to Bid is released by the City of Port Angeles Public Works and Utilities Department, which shall act as sole point of contact for administration of the bidding. Questions should be directed to Lucy Hanley, Contract Specialist, (360) 417 -4541 or to Lhanlev aC�.citvofoa.us . Project No. LO -09 -020 Page 5 of 22 CITY OF PORT ANGELES STANDARD TERMS AND CONDITIONS PURCHASE CONTRACT THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT ANGELES AND THE STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY REFERENCE. 1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities, or specification will be effective without written consent of the appropriate representative of the City. 2. HANDLING: No charges will be allowed for handling, including but not limited to packing, wrapping bags, containers or reels, unless otherwise stated herein. 3. DELIVERY & ACCEPTANCE: For any exception to the delivery date as specified in this Contract, Contractor shall give prior notification and obtain written approval thereto from the City. Time is of the essence and the Contract is subject to termination for failure to deliver as specified and /or appropriate damages. The acceptance by the City of late performance with or without objection or reservation shall not waive the right to claim damage for such breach nor constitute a waiver of the requirements for the timely performance of any obligation remaining to be performed by Contractor. The successful bidder shall be responsible for delivery to the City's Maintenance Yard, 1701 B Street, Port Angeles, Washington, between the hours of 8:00 AM and 3:30 PM during the City's normal work day. Delivery shall be made within the time period specified on the bid. 4. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for operational duties, administration and supervision and in the form of replacement equipment rental. Because the City finds it impractical to calculate all of the actual cost of delays, it has adopted the following to calculate liquidated and actual damages for failure to complete the delivery of the equipment/material on time. Accordingly, the Contractor agrees to the following: a. To pay liquidated damages in the amount of $12.50 for each working day beyond the number of working days established for physical delivery of the equipment/material. b. To pay actual damages equal to the actual cost to the City for rental of equipment necessary for the user Department to continue with its operations. c. To authorize the City to deduct these liquidated and actual damages from any money due or coming due to the Contractor. 5. PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: Invoices will not be processed for payment until receipt of a properly completed invoice or invoiced items, whichever is later. 6. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped prepaid, F.O.B. Destination. Project No. LO -09 -020 Page 6 of 22 7. REJECTION: All goods or materials purchased herein are subject to approval by the City. Any rejection of goods or material resulting because of non - conformity to the terms and specifications of this Contract, whether held by the City or returned, will be at Contractor's risk and expense. 8. IDENTIFICATION: All invoices, packing lists, packages, shipping notices, instruction manuals, and other written documents affecting this Contract shall contain the applicable purchase contract number. 9. INFRINGEMENTS: Contractor agrees to protect and hold harmless the City against all claims, suits or proceedings for patent, trademark, copyright or franchise infringement arising from the purchase, installation, or use of goods and materials ordered, and to assume all expenses and damages arising from such claims, suite or proceedings. 10. WARRANTIES: a. Notwithstanding inspection and acceptance by the City, the articles supplied under this contract, or any condition of this contract concerning the conclusiveness thereof, the Contractor warrants that for a period of one year after delivery and acceptance by the City of Port Angeles, that: (1) All supplies furnished under this contract will be free from defects in material or workmanship and will conform with all requirements of this contract; and 2) The preservation, packaging, packing, and marking, and the preparation for, and method of, shipment of such supplies will conform with the requirements of this contract. b. When return, correction, or replacement is required, transportation charges and responsibility for the supplies while in transit shall be borne by the Contractor. However, the Contractor's liability for the transportation charges shall not exceed an amount equal to the cost of transportation by the usual commercial method of shipment between the place of delivery specified in this contract and the Contractor's plant, and return. c. Any supplies or parts thereof, corrected or furnished in replacement under this clause, shall also be subject to the terms of this clause to the same extent as supplies initially delivered. The warranty, with respect to supplies or parts thereof, shall be equal in duration to that in paragraph 10.a of this clause and shall run from the date of delivery of the corrected or replaced supplies. d. All implied warranties of merchantability and "fitness for a particular purpose" are excluded from any obligation contained in this contract. e. All standard manufacturer warranties must inure to the benefit of the City of Port Angeles. f. Remedies available to the City. Within a reasonable time after providing notice to the Contractor, the City may either: (1) Require, by written notice, the prompt correction or replacement of any supplies or parts thereof (including preservation, packaging, packing, and marking) that do not conform with the requirements of this contract within the meaning of paragraph 10.a of this clause; or Project No. LO -09 -020 Page 7 of 22 (2) Retain such supplies and reduce the contract price by an amount equitable under the circumstances. 11. ASSIGNMENTS: Moneys due under this Contract shall only be assignable with prior written consent of the City. 12. TAXES: Unless otherwise indicated the City agrees to pay all State of Washington sales or use tax. No charge by Contractor shall be made for federal excise taxes, and the City agrees to furnish Contractor, upon acceptance of articles supplied under this Contract with an exemption certificate. 13 LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and represents that all the goods and materials ordered herein are free and clear of all liens, claims, or encumbrances of any kind. 14. RISK OF LOSS: Regardless of FOB point, Contractor agrees to bear all risks of loss, injury or destruction of goods and materials ordered herein which occur prior to delivery. Such loss, injury or destruction shall not release Contractor from any obligation hereunder. 15. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the City harmless from and against any damage, cost or liability for any injuries to persons or property arising from acts or omissions of Contractor, its employees, agents or subcontractors howsoever caused. 16. LABOR AND INDUSTRIES: Contractor is required to the extent applicable, to procure Labor and Industries permits LI 700 -7 and LI 700 -29 and abide by the requirements thereof. Copies of "Statement of Intent to Pay Prevailing Wages" and "Affidavit of Wages Paid" shall be submitted to the City Clerk and Department of Labor and Industries. 17. ANTI - TRUST: Contractor and the City recognize that in actual economic practice overcharges resulting from anti -trust violations are borne by the City. Therefore, Contractor hereby assigns to the City any and all claims for such overcharges. 18. DEFAULT: Contractor shall be liable for damages suffered by the City resulting from Contractor's breach of Contract. The Contractor covenants and agrees that in the event suit is instituted by the City for any default on the part of the Contractor, and the Contractor is adjudged by a court of competent jurisdiction to be in default, Contractor shall pay to the City all costs, expended or incurred by the City in connection therewith, and reasonable attorney's fees. The Contractor agrees that the Superior Court of the State of Washington shall have jurisdiction over any such suit, and that venue shall be laid in Clallam County. 19. BRANDS: When a special brand is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided the bidder specifies the brand and model and submits descriptive literature when available. Any bid containing a brand which is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. 20. SAFETY: The equipment shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. Project No. LO -09 -020 Page 8 of 22 The equipment shall be tested by the successful bidder for compliance with all OSHA/WISHA regulations and the State Department of Labor and Industries Electrical Workers Safety Rules. 21. ACCEPTANCE: BY ACCEPTING THIS PURCHASE CONTRACT IN WRITING OR BY DELIVERING THE MATERIAL ORDERED, CONTRACTOR ACCEPTS ALL OF THE TERMS AND CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY THE CITY TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY VENDOR CONTRACTOR AS A CONDITION OF ACCEPTANCE OR DELIVERY. Project No. LO -09 -020 Page 9 of 22 PURCHASE CONTRACT THIS AGREEMENT is made and entered into this `day ofDeepA4tA7, 20 0 %, between the City of Port Angeles (hereinafter called the "City ") and General Pacific (hereinafter called the "Contractor ", "Vendor ", or "Bidder "). WITNESSETH: That the City and the Contractor, in consideration of the performance of the terms and conditions hereinafter mentioned, agree as follows: ARTICLE 1 CONTRACT DOCUMENTS The complete contract includes the Invitation to Bid, the Instructions to Bidders, the Bid, the Specifications, the Standard Terms and Conditions, the Purchase Order Requisition, and the Purchase Contract. The foregoing documents shall hereinafter be called "Contract Documents" or "Contract ". All obligations of the City and the Contractor are fully set forth and described herein. In the event of a discrepancy between any of the Contract Documents, as above defined, the City shall give a written interpretation thereof, which interpretation shall govern. ARTICLE II CONTRACT COST The Contractor agrees to sell and deliver to the City, at the delivery point specified in the Instructions to Bidders, and the City agrees to purchase and receive from Contractor the equipment as described and set forth in the Contract Documents and the provisions of the Contractor's bid attached and made a part hereof. ARTICLE III ASSIGNMENT The Contractor shall not assign any of its responsibility under this Contract without the express written consent of the City. ARTICLE IV APPLICABLE LAW AND VENUE This Contract shall be governed by, and construed in accordance with, the applicable laws of the State of Washington. Any legal proceedings to determine the rights and obligations of the parties hereunder shall be brought and heard in Clallam County Superior Court. Project No. LO -09 -020 Page 10 of 22 ARTICLE V NONDISCRIMINATION During the performance of this Contract, the parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: 1. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above stated minorities. 2. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above - stated minority status. ARTICLE VI TERMINATION OF CONTRACT In the event that any of the provisions of this Contract are violated by the Contractor or the Contractor's subcontractors, the City may serve written notice of intention to terminate such Contract upon the Contractor, which notice shall specify the reasons therefore. Unless within thirty (30) days after serving such notice upon the Contractor such violation shall cease and an arrangement for the correction thereof satisfactory to the City be made, the Contract shall, upon the expiration of the said thirty (30) days, cease and terminate. In the event of any such termination, the City may purchase the materials necessary for complete performance of this Contract for the account and at the expense of the Contractor, and the Contractor shall be liable to the City for any excess cost thereby. ARTICLE VII SEVERABILITY If any term or condition of this Contract or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms, conditions, or applications which can be given effect without the invalid term, condition, or application. To this end the terms and conditions of this Contract are declared severable. Project No. LO -09 -020 Page 11 of 22 ARTICLE VIII WAIVER Waiver of any breach of any term or condition of this Contract shall not be deemed a waiver of any prior or subsequent breach, no term or condition of this Contract shall be held to be waived, modified, or deleted except by a written instrument signed by the parties hereto. CONTRACTOR CITY OF PORT ANGELES By: By: Title: es Dated: l 1 - ATTEST: Title: (, � Dated: /02 -07 -01 ATTEST: City9(erk Appr ved to as to /f rm City Attorney Project No LO -09 -020 Page 12 of 22 City of Port Angeles Invitation for Bid Purchase Contract: LO -09 -020 Bid Items: GENERAL DESCRIPTION: Single -Phase Overhead Distribution Transformers SPECIFICATIONS: Single -Phase Overhead Distribution Transformers 7200/12470 Y for Primary Voltage 120/240 for Secondary Voltage Quantity: 25 kVA Transformers — 6 each 37.5 kVA Transformers— 8 each 75 kVA Transformers— 4 each 167 kVA Transformers— 2 each Schedule A Transformers — Inventory DATE DELIVERY REQUIRED: Maximum of 60 days from receipt of purchase order. Specification for Envirotran EF Single -Phase Overhead Distribution Transformers 1.0 GENERAL: 1.1 This specification covers the electrical and mechanical characteristics of single -phase overhead -type distribution transformers, which utilize Envirotemp FR3 fluid as the dielectric fluid. 1.2 All characteristics, definitions, and terminology, except as specifically covered in this specification, shall be in accordance with the latest revision of the following ANSI standards. C57.12.00 - IEEE Standard General Requirements for Liquid- Immersed Distribution, Power and Regulating Transformers C57.12.20 - Overhead -Type Distribution Transformers, 167 KVA and Smaller: High Voltage, 34500 Volts and Below: Low Voltage, 7970/13800Y Volts and Below C57.12.35 - Bar Coding for Distribution Transformers C57.12.90 - IEEE Standard Test Code for Liquid- Immersed Distribution, Power, and Regulating Transformers and IEEE Guide for Short- Circuit Testing of Distribution and Power Transformers Project No. LO -09 -020 Page 13 of 22 C57.91 - C57.147- IEEE Guide for Acceptance and Maintenance of Natural Ester Fluids in Transformers 2.0 RATINGS: 2.1 The transformers shall be designed in accordance with this specification and shall have one or more of the following kVA ratings: 25, 37.5, 75, 167 Guide for Loading Mineral -Oil- Immersed Overhead and Pad - Mounted Transformers rated 500 kVA and less with 55 °C or 65 °C average winding rise The applicable kVA rating and quantity of each shall be as specified on the Bid Form. The kVA ratings are continuous and are based on not exceeding a hot - spot conductor temperature rise of 80 °C as specified in ANSI C57.12.20, Sec. 3.1. 2.2 The primary voltage shall be 7200/12470 Y. The basic insulation level (BIL) shall be in accordance with ANSI C57.12.20. 2.2 The secondary voltages shall be one of the following. The basic insulation level (BIL) of the secondary voltage shall be 30 kV. 120/240 The applicable secondary voltage shall be specified on the Bid Form. 2.4 When specified, the transformer will be furnished with full capacity high - voltage taps. The tap changer shall be clearly labeled to reflect that the transformer must be de- energized before operating the tap changer as required in Section 6.2.1 of ANSI C57.12.20. The unit shall have one of the following tap configurations: No taps Two - 2Y2% taps above and below rated voltage Four - 2'/2% taps below rated voltage The applicable tap configuration shall be specified on the Bid Form. 3.0 HIGH VOLTAGE BUSHINGS AND TERMINALS: 3.1 Two high - voltage bushings shall be provided on each transformer, exceeding minimum creepage distances shown in Table 2. Table 2 Electrical Characteristics of Bushings 60 -Hz Dry 60 -Hz Wet BIL 1- Minute 10- Second Withstand Creeoaae Distance* Withstand Withstand (kV) Inches Millimeters (kV) (kV) Project No LO -09 -020 Page 14 of 22 95 11'/ ± 267 ± 13 35 30 125 17'/±1% 419±38 42 36 150 31 ± 1'/ 762 ± 38 60 50 * Creepage distances shown are minimum values where no tolerance is specified. 3.2 The bushing terminals provided shall be tin plated to accommodate both aluminum and copper conductors. The size of these terminal openings shall be 5/16 inch to accommodate #8 solid to #2 stranded conductor. 3.3 Unless otherwise specified, the color of the bushings shall match Light Gray Number 70, Munsell Notation 5BG7.0/0.4. 4.0 LOW VOLTAGE BUSHINGS AND TERMINALS: 4.1 The low- voltage bushings provided shall be in accordance with Table 3. 4.2 The bushing terminals provided shall be tin plated to accommodate both aluminum and copper conductors. The size of the terminals shall be in accordance with Table 4. Table 4 Low - Voltage Terminal Sizes for Single -Phase Transformers Transformer Low Voltage Rating (volts) Size of Terminal AWG Size of Conductor Terminal will Opening Accommodate 120/240 240/480 277 Inches Millimeters 5/8 15.9 No 6 Solid to No 4/0 -19 Stranded 10 -15 10 -25 10 -25 13/16 20.6 No 2 Solid to 350 kcmil -19 Stranded 25 -50 37 % - 100 37 '/ - 100 15/16 23 8 No 1/0 Solid to 500 kcmil -37 Stranded 75 1 -1/4 31.8 No 2/0 Solid to 1000 kcmil -61 Stranded 100 - Spade H 167 -250 167 -500 167 -250 Spade J 333 -500 333 -500 4.3 The internal secondary leads shall be permanently embossed with the letters A, B, C, and D per ANSI C57.12.00 and C57.12.20. This marking can be used as a means to locate such leads with respect to one another for internal reconnection. 5.0 PROTECTION: 5.1 No protection is required with the transformer. 6.0 TANK: Project No. LO -09 -020 Page 15 of 22 6.1 The tank shall include a pressure relief device as a means to relieve pressure in excess of pressure resulting from normal operation. The venting and sealing characteristics shall be as follows: Cracking Pressure: 10 psig ± 2 psig Resealing Pressure: 6 psig minimum Zero leakage from reseal pressure to -8 psig Flow at 15 psig: 35 SCFM minimum 6.2 The tank coating shall meet all requirements in ANSI C57.12.31 including: Salt Spray Test Crosshatch Adhesion Test Humidity Test Impact Test Oil Resistance Test Ultraviolet Accelerated Weathering Test Abrasion Resistance - Taber Abraser 6.3 The tank provided shall have a recessed tank bottom which offers protection when sliding over rough surfaces. 6.4 The tank shall have an internal mark, which indicates the proper fluid level per Section 6.2.3 of ANSI C57.12.20. 6.5 The tank shall be provided with a mild steel cover ring with stainless steel cover ring loops and a stainless steel bolt. A bronze nut shall also be provided to eliminate corrosion problems and avoid galling. 6.6 The tank shall be complete with an anodized aluminum laser engraved nameplate. 6.7 The tank shall include arrester mounting pads, grounding provisions, ANSI support lugs (hanger brackets) and lift lugs. 7.0 FLUID: 7.1 The dielectric coolant shall be listed less- flammable fluid meeting the requirements of National Electrical Code Section 450 -23 and the requirements of the National Electrical Safety Code (IEEE C2- 2002), Section 15. The dielectric coolant shall be non - toxic *, non - bioaccumulating and be readily and completely biodegradable per EPA OPPTS 835.3100. The base fluid shall be 100% derived from edible seed oils and food grade performance enhancing additives. The fluid shall not require genetically altered seeds for its base oil. The fluid shall result in zero mortality when tested on trout fry*. The fluid shall be certified to comply with the US EPA Environmental Technology Verification (EN) requirements, and tested for compatibility with transformer components. The fluid shall be Factory Mutual Approved, UL Classified Dielectric Medium (UL -EOUV) and UL Classified Transformer Fluid (UL- EOVK), Envirotemp FR3TM fluid. *(per OECD G.L. 203) Project No. LO -09 -020 Page 16 of 22 7.2 Transformer manufacturer will show functional data for components testing performed in Envirotemp® FR3TM fluid. 8.0 ACCESSORIES: 8.1 The following checked accessories shall be provided: [ ] [X] [X] Complete unit 304 or 409 Stainless Steel Non -PCB Decal (white on blue) Ground connector and Low Voltage ground strap on double bushing units Any additional accessories will be specified on the Bid Form. 9.0 SHIPPING: 9.1 Unit shall be banded, blocked or bolted to a suitable skid with 2 inches of clearance for shipment. 10.0 TESTING AND LOSSES: 10.1 Units will comply with minimum efficiency requirements of NEMA TP 1. Each unit shall be subjected to a full wave voltage impulse and leak test. The manufacturer shall provide certification upon request for all design and other tests listed in Table 17 of ANSI C57.12.00 including verification that the design has passed Short Circuit Criteria per ANSI C57.12.00 and C57.12.90. Project No. LO -09 -020 Page 17 of 22 Bid Items 25 kVA Transformers 37.5 kVA Transformers 75 kVA Transformers 167 kVA Transformers Subtotal: Sales Tax (8.4 %) Freight Total Bid City of Port Angeles Bid No. LO -09 -020 BID FORM Transformers — Inventory Bidder must bid on all bid items for a bid to be considered valid. The bidder hereby bids the following amounts for all material described in the Contract Documents. Description I QTY Single -Phase Overhead Distribution Transformers 7200/12470 Y for Primary Voltage 120/240 for Secondary Voltage Unit Price 6 92-2_ oo 8 /.2 -2..co 4 vtocU. 2 3s 4 r9.00 Total Price 5'5'32 00 gg3L, 00 S co - 7 I 98.0 c� 3oq zo.oc3 Zb Project No LO -09 -020 Page 18 of 22 Bid Evaluation Data: Transformers will be evaluated based on standard Power Industry methodology for electrical efficiency evaluated over a 20 year period. Each bidder is required to submit with their bid the guaranteed loss values for no load and full load in watts. Differences in the amount of energy usage expected from each transformer will be used in determining the best value to the City of Port Angeles. Bid Items 25 kVA Transformers 37.5 kVA Transformers 75 kVA Transformers 167 kVA Transformers Description No Load Loss Full Load Loss Delivery Time (Watts) (Watts) (Weeks from order placement) Single -Phase Overhead Distribution Transformers * 7200/12470 Y for Primary Voltage * 120/240 for Secondary Voltage LP l k9 ks Project No LO -09 -020 Page 19 of 22 City of Port Angeles Bid No. LO -09 -020 TRANSFORMERS — INVENTORY BID SIGNATURE SHEET (BID SUMMARY and SIGNATURES) Will you sell additional units to the City of Port Angeles at the bid price until further notice? Yes ( No ) ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda No(s). -- to this project manual. The undersigned hereby accepts the terms and conditions as set forth herein. This bid submittal sheet must be signed and dated by the bidder or a representative legally authorized to bind the bidder. FULL LEGAL NAME OF BIDDER CTS em-,...L TYPE OF BUSINESS: - Corporation ,) Partnership (general) Partnership (limited) - = Sole Proprietorship Limited Liability Company ADDRESS _ctyoo - F} vE. CITY /STATE /ZIP "t 0.4lu -vice ott c 1 1 -3ca PHONE 8�0 _ `I - 7- g t'l ( -14 L, i3 FAX 5 S i1 032z) NAME (PLEASE PRINT) tk..1 e r;. TITLE SIGNED �-� �,3� �., DATE /v -1 Project No LO -09 -020 Page 20 of 22 STATE OF W Sl hNIO FON -- ) COUNTY OF 1/1 Istoo; ed. ) The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to him /her self an advantage over any other bidder or bidders. OFFICIAL SEAL ROBERT ERNEST ROLFE NOTARY PUBLIC - OREGON COMMISSION NO. 437964 MY COMMISSION EXPIRES APRIL 22, 2013 NON - COLLUSION AFFIDAVIT Signature of Bidder /Contractor Subscribed and sworn to before me this i Z day of t t- r Project No LO - 09 - 020 Notary Public in and for the State of 0/',? it Residing at 6e/i Pic My Comm. Exp :ter, , 20 >9 . Page 21 of 22 BIDDER'S CHECKLIST 1. Has the Bid Submittal Sheet been properly signed, and corporate seal affixed, if applicable? 2. Has the Non - Collusion Affidavit been property executed? 3. Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet? 4. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE CONSIDERED A VALID BID. Project No. LO -09 -020 Page 22 of 22