Loading...
HomeMy WebLinkAbout4.637 Original ContractCITY OF PORT ANGELES WASHINGTON November 2009 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES MIKE PUNTENNEY, DEPUTY DIRECTOR OF OPERATIONS Reviewed by CONTRACT DOCUMENTS for Green Creek Lumber Co. Transformer PURCHASE CONTRACT NO. PW -09 -026 M.C. Puntenney, Deputy Director Revi ed by: De i Dickson Senior Assistant City Attorney o pORTg ff I i IL M7 *A I I I I I 1 1 I d 1., �fi CORKS .0 Page 1 of 23 November 04, 2009 Bids will be taken for the following Materials: CITY OF PORT ANGELES INVITATION TO BID for Green Creek Lumber Co. Transformer Sealed bids will be received by the Director of Public Works Utilities until 2:OOPM, November 24, 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. Bid Item: 1500 kVA Three -Phase Pad Mounted Distribution Transformer 12470Y/7200 primary voltage 480Y/277V secondary voltage Bid documents may be obtained by calling Lucy Hanley at (360) 417 -4541 or by emailing LhanlevCacitvofoa.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: November 08, 2009 Michael Puntenney Deputy Director Project No. PW -09 -26 Page 2 of 23 *P91411 ,,kg 117 117: BID SUBMITTAL: All bids must be sealed with the outside of the envelope marked with the BID OPENING DATE November 24, 2009, PURCHASE CONTRACT NO. PW -09 -026. 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 PW 09 26 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 23 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 A Street, Port Angeles, Washington, between the hours of 7:30 AM and 3:00 PM during the City's normal work day. Delivery shall be made within the time period specified on the Schedule(s). GENERAL INFORMATION: The City of Port Angeles reserves the right to consider delivery time and may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No Bidder will be permitted to withdraw its proposal between the closing time for receipt of proposals and the execution of contract, unless the award is delayed for a period exceeding sixty (60) calendar days. The City of Port Angeles may, at its option, in awarding this purchase contract, take into consideration the revenue it would receive from purchasing the equipment from a supplier located within its boundaries, in accordance with RCW 39.30.040. For the Schedule(s), offers made in accordance with the 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. PW -09 -26 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 23 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 ancitvofoa.us Project No. PW -09 -26 Page 5 of 23 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 A Street, Port Angeles, Washington, between the hours of 7:30 AM and 3:00 PM during the City's normal work day. Delivery shall be made within the time period specified on the bid. 4. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for operational duties, administration and supervision and in the form of replacement equipment rental. Because the City finds it impractical to calculate all of the actual cost of delays, it has adopted the following to calculate liquidated and actual damages for failure to complete the delivery of the equipment/material on time. Accordingly, the Contractor agrees to the following: a. To pay liquidated damages in the amount of $12.50 for each working day beyond the number of working days established for physical delivery of the equipment/material. b. To pay actual damages equal to the actual cost to the City for rental of equipment necessary for the user Department to continue with its operations. c. To authorize the City to deduct these liquidated and actual damages from any money due or coming due to the Contractor. 5. PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: Invoices will not be processed for payment until receipt of a properly completed invoice or invoiced items, whichever is later. 6. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped prepaid, F.O.B. Destination. Project No. PW -09 -26 Page 6 of 23 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. PW -09 -26 Page 7 of 23 (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. PW -09 -26 Page 8 of 23 The equipment shall be tested by the successful bidder for compliance with all OSHANVISHA 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. PW -09 -26 Page 9 of 23 PURCHASE CONTRACT THIS AGREEMENT is made and entered into this day of 20 between the City of Port Angeles (hereinafter called the "City and (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. PW -09 -26 Page 10 of 23 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. PW -09 -26 Page 11 of 23 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: i t /ff.//) Dated: a' IT /Z..ZG By: ATTEST: Approved to as t rm City Attorne Project No PW -09 -26 Page 12 of 23 City of Port Angeles Invitation for Bid Purchase Contract: PW -09 -026 Bid Item 1: GENERAL DESCRIPTION: Three Phase Pad Mounted Distribution Transformer SPECIFICATIONS: 1500 kVA Three Phase Pad Mounted Distribution Transformer 12470Y/7200 primary voltage 480Y/277V secondary voltage Quantity: 1 each DATE DELIVERY REQUIRED: Maximum of 90 days from receipt of purchase order. Specification for Three -Phase Pad Mounted Distribution Transformers 1. GENERAL Schedule A Green Creek Lumber Co. Transformer 1.1. This specification covers the electrical and mechanical characteristics of three phases, 60 Hz, 1,500 kVA three -phase step -down pad- mounted distribution transformers. 1.2. All characteristics, definitions, and terminology, except as specifically covered in this specification, shall be in accordance with the latest revision of the following ANSI and NEMA standards. C57.12.00 IEEE Standard General Requirements for Liquid- Immersed Distribution, Power, and Regulating Transformers. C57.12.26 IEEE Standard for Pad Mounted, Compartmental -Type, Self Cooled, Three -Phase Distribution Transformers for Use with Separable 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 Project No. PW -09 -026 Page 13 of 23 2. RATINGS C57.91 Guide for Loading Mineral -Oil- Immersed Transformers. 2.1. The transformer shall be designed in accordance with this specification and the kVA rating shall be as noted on the Bid Form. Design shall meet efficiency standards defined in the Code of Federal Regulations (CFR) Title 10, part 431.196. 2.2. The primary voltage shall be 12470GrdY/7200V, and the basic lightning impulse insulation level (BIL) shall be 95 kV. 2.3. The secondary voltage shall be 480Y/277V, grounded wye connection, and the basic insulation level (BIL) of the secondary voltage shall be 30 kV. 2.4. The transformer shall be furnished with full capacity high voltage taps. The taps shall be 2 2'/2% above and below nominal voltage. The tap changer switch shall be an externally operated switch with a hotstick- operable handle. The tap changer shall be clearly labeled to reflect that the transformer must be de- energized before operating the tap changer as required in Section 3.3 of ANSI C57.12.26. 2.5. The average winding temperature rise above ambient temperature, when tested at the transformer rating, shall not exceed 65 °C. 2.6. The percent impedance voltage, as measured on the rated voltage connection, shall be per Table 1. For target impedances, the tolerance on the impedance shall be 7.5% of nominal value for impedance values greater than 2.5 The tolerance on the impedance shall be 10.0% for impedance values less than or equal to 2.5 Table 1 Percent Impedance Voltage KVA Rating Impedance 1500 11 5.75 nominal 3. HIGH VOLTAGE BUSHINGS AND TERMINALS Short- Circuit Testing of Distribution and Power Transformers. 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. PW -09 -026 Page 14 of 23 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 C57.12.34 for loop feed configurations. The bushing heights shall be in accordance with Figure 3 minimum dimensions of ANSI C57.12.34. Label bushing wells H1A, H2A, H3A, NIB, H2B, and H3B. 4. SECONDARY VOLTAGE BUSHINGS AND TERMINALS 4.1. Bushing Style: The transformer shall be provided with tin plated NEMA "H" type spade terminals capable of accepting either copper or aluminum connectors. The spacing of the connection holes shall be 1.75" on center, per ANSI C57.12.34 figure 13. Bushing Hole Quantities: KVA 208Y/120 480Y/277 1500 8 Bushing supports shall be provided for 1500 kVA. 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. 4.2. Bushing Configuration: The transformer shall be provided with bushings in a staggered arrangement in accordance with Figure 11a minimum dimensions of ANSI C57.12.34. Bushings shall be labeled XO (Neutral), X1, X2, and X3. 5. TRANSFORMER PROTECTION AND SWITCHING 5.1. Overcurrent Protection: Project No PW -09 -026 Page 15 of 23 The high voltage overcurrent protection scheme provided with the transformer shall be an externally removable Ioadbreak expulsion Bay -O -Net fuse assembly with a flapper valve to minimize oil spillage. An interlock shall be required between the load -break switch scheme specified and the bayonet fuses, such that the fuses may not be removed unless the transformer has been de- energized via the load -break switch scheme. 5.3. Switching: The primary switching scheme provided with the transformer shall be one ON /OFF Ioadbreak switch, located in the high voltage compartment. Switch shall be for manual or hot -stick operation. 6. GENERAL DESIGN 6.1. Core and coil The five legged core and coil shall be vacuum processed to ensure maximum penetration of insulating fluid into the coil insulation system. While under vacuum, the windings will be energized to heat the coils and drive out moisture, and the transformer will be filled with preheated filtered degassed insulating fluid. The core shall be manufactured from burr -free, grain- oriented silicon steel and shall be precisely stacked to eliminate gaps in the corner joints. The coil shall be insulated with B- stage, epoxy coated, diamond pattern, insulating paper, which shall be thermally cured under pressure to ensure proper bonding of conductor and paper. 6.2. Dielectric Fluid The dielectric coolant shall be listed less- flammable fluid meeting the requirements of National Electrical Code® Section 450 -23 and the requirements of the National Electrical Safety Code (IEEE C2- 2007), Section 15. The dielectric coolant shall be readily and completely biodegradable per EPA OPPTS 835.3100. The base fluid shall be 100% derived from edible seed oils with performance enhancing additives. The fluid shall result in zero mortality when tested on trout fry per OECD G.L. 203 and be non bioaccumulating. The fluid shall be published under US EPA 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® FR3® fluid. 6.3. Tank and Cabinet Enclosure Project No. PW -09 -026 Page 16 of 23 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. 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. 6.3.6. The tank shall be constructed to withstand 7 psi without permanent deformation, and 15 psi without rupture. The tank shall include a 15 psig pressure relief valve with a minimum flow rate of 35 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 Project No. PW -09 -026 Page 17 of 23 8. SHIPPING 6.3.8. The exterior of the unit shall be painted two coats of semi -gloss Munsell 7GY3.29/1.5 green color on one coat of rust resisting primer. 6.3.9. The tank shall be complete with an anodized aluminum laser engraved nameplate. This nameplate shall meet Nameplate B per ANSI C57.12.00. 7. ACCESSORIES 7.1 The following accessories shall be provided: Welded main tank cover with bolted handhole (1500 kVA above) 1.0" upper fill plug 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 C57.12.34 section 9.11. Burndy #KC25 Ground connector w/9/16" threaded stud Meet NEMA TR -1 sound levels Liquid level sight gauge at the 25 °C oil level. Dial -type thermometer gauge Pressure vacuum gauge Mr. Ouch warning danger signs NEMA "High Voltage" warning decal on outside of transformer. NEMA "High Voltage" danger decal on inside of secondary door. 2W Letter stenciling of kVA and secondary voltage, centered on primary door. Seismic zone 3 and 4 tank anchoring 8.1 1500 kVA units shall be loaded and unloaded with overhead cranes, so a pallet is not to be provided for these transformers. 9. TESTING TOLERANCES 9.1. All units shall be tested for the following: No -Load (20 °C) losses at rated current Total (85 °C) losses at rated current Percent Impedance (85 °C) at rated current Excitation current (100% voltage) test Project No PW -09 -026 Page 18 of 23 11. WARRANTY Winding resistance measurement tests Ratio tests using all tap settings Polarity and phase relation tests Induced potential tests Full wave and reduced wave impulse test 9.2. In addition, the manufacturer shall provide certification upon request for all design and other tests listed in C57.12.00, including verification that the design has passed short circuit criteria per ANSI C57.12.00 and C57.12.90. 10. DATA WITH PROPOSAL 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) 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. Project No PW -09 -026 Page 19 of 23 H Suppiiy 9151 GE MoDo% P'fi%{R`flj .rid 0 f rig Bid Item Bidder must bid on all bid items to be valid. The bidder hereby bids the following amounts for all material described in the Contract Documents. 1 Bid Item 1500 kVA Three Phase Pad Mounted Distribution Transformers Subtotal: Sales Tax (8.4 Freight Total Bid Bid Evaluation Data: 1500 kVA Three -Phase Pad Mounted Distribution Transformers 12470Y/7200 primary voltage 480Y/277V secondary voltage City of Port Angeles Bid No. PW -09 -26 BID FORM Green Creek Lumber Co. Transformer Description I QTY Primary Voltage: 1 12470Y/7200 Secondary Voltage: 480Y/277V No Load Loss (Watts) l qw Full Load Loss (Watts) Unit Price I Total Price I s 27 -5 az 5 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. J4Cs; Time (Weeks from order placement) Project No. PW -09 -026 Page 20 of 23 City of Port Angeles Project No PW -09 -026 Bid No. PW -09 -026 Green Creek Lumber Co. Transformer 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). /C f' 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 /11D r /.�%i h ?i f TYPE OF BUSINESS: _Corporation Partnership (general) Partnership (limited) Sole Proprietorship Limited Liability Company ADDRESS 9/5® S4r 2C,45,,^z) CITY /STATE /ZIP 'A. //a z, 9 7 PHONE r 5 4 FAX Cv NAME (PLEASE PRINT) /---L0./66' Moo, TITLE /ir j SIGNEC 7,' A/6'1/69 y 9151 SE Mc rr d Page 21 of 23 ,,'Le ",o„ STATE OF WNSiztt N 1 @T*- COUNTY OF (fC fri( Project No PW -09 -026 OFRCIAL SEAL NOTARY PUBLIC OREGON COMIISSION NO. 43'4t23 tit COMORO EXPIRES NOV 12, 2012 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. -144 Subscribed and sworn to before me this 2 C� day of 1\1N efrytkceAr Signature of Bidder /Contractor 0 aft' Notary Public in and for the State of DRR6b i Residing at Pbt-k 1Gt V bee -40v1 My Comm Exp I t 2.- 201 9151 S Wei' (/J)rti 6s n:3 Page 22 of 23 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 PW -09 -026 Page 23 of 23