Loading...
HomeMy WebLinkAbout4.663 Original ContractRe view M C VP u nterpy Deputy Director CONTRACT DOCUMENTS for TRANSFORMERS TRANSMISSION INSULATORS PURCHASE PURCHASE CONTRACT NO. LO-10-009 ORT 4kr IWIN71211111111111111V W AND CITY OF PORT ANGELES WASHINGTON August 2010 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES MIKE PUNTENNEY, DEPUTY DIRECTOR OF OPERATIONS Reviewed by: DrTh tj ickbn Senior Assistant City Attorney Page 1 of 37 q.6263 •r Agus 01, 2010 CITY OF PORT ANGELES INVITATION TO BID ,11 For r!/ Transformers Transmission Insulator Purchase Sealed bids will be received by the Director of Public Works Utilities until 2:00PM, August 31, 2010, and will be opened and read in the Public Works conference room, main floor, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362. Bids will be taken for the following Materials: Bid Item 1: 15, 25, 37 5, 50, and 75 kVA Single -Phase Overhead Transformers Bid Item 2: 25 kVA Single -Phase Pad mounted Transformers Bid Item 3: 150, 750 and 1500 kVA Three -Phase Pad mounted Transformers Bid Item 4 (Optional): Horizontal Line Post Type Insulator and Dead -End Type Insulation, Polymer. Bid documents may be obtained by calling Lucy Hanley at (360) 417 -4541 or by emailing Lhanlevc citvofoa.us All bids must be on the form provided. Faxed bids shall not be accepted. The City of Port Angeles reserves the right to reject any or all bids and to waive informalities in the bidding process Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of sex, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. PUBLISH: Peninsula Daily News: August 18, 2010 Michael Puntenney Deputy Director Project No. LO -10 -009 Page 2 of 37 1 BID SUBMITTAL: All bids must be sealed with the outside of the envelope marked with the BID OPENING DATE August 31, 2010, PURCHASE CONTRACT NO. LO -10 -009. The NAME AND ADDRESS OF THE BIDDER shall also appear on the outside of the envelope Bids shall be directed to the Director of Public Works and Utilities, and mailed to PO Box 1150, or delivered to 321 East Fifth Street, Port Angeles, Washington 98362. It is the intent of the attached specifications to describe the minimum requirements for the equipment requested in sufficient detail to secure bids on comparable equipment. All parts which are necessary in order to provide a complete unit as described, meeting all safety requirements, and ready for operation, shall be included in the bid and shall conform in strength, quality of workmanship and material to that which is usually provided the trade in general. Any variance from the specifications or standards of quality must be clearly pointed out in writing by the bidder. Do not make reference to brochures or supporting literature on the bid sheet. All notations for bid compliance or exceptions are to be made on the bid sheet or on a plain piece of paper attached and referenced to the bid item. If a bidder's corporate policy mandates use of an official quotation form, it may be submitted. However, the cost data must be duplicated on the City's bid cost data and agreement sheet. The City's bid sheet must be signed by the bidder or its agent in order for the proposal to be accepted. If alternate equipment is proposed, bidders are required to submit a separate bid sheet for each unit offered Project No LO 10 009 INSTRUCTIONS FOR BIDDERS Equipment Bids All bids must be made on the required bid form and in cases of errors in the extension of prices in the bid, the unit prices will govern. All blank spaces for bid prices must be filled in, with ink or typewritten, and the bid form must be fully completed and executed when submitted. Only one copy of the bid form is required. Faxed bids will not be accepted. Failure to adhere to instructions may constitute disqualification of proposal. COMPLIANCE WITH SPECIFICATIONS: The equipment must be in accordance with the specifications. Failure on the Contractor's part to comply with any specification herein will be grounds for disqualification of the bid. All items called for in the specifications, including but not limited to the equipment constructed as shown, and the necessary manuals, must be complied with before the final payment can be processed. Where the description of an item includes both specifications and a brand name and number, the specifications shall govern in case of conflict. Brand name and number are for reference as to the type and quality required and do not preclude offers of a comparable or better product, provided full specifications and descriptive literature accompany the offer. Failure to include full descriptive literature may be cause to reject the offer. WARRANTY: The purchased supplies or equipment furnished must have full manufacturer's warranties, and the warranties must inure to the benefit of the City. Vendor agrees to these warranty provisions by signing the bid proposal. Page 3 of 37 a SAFETY: This unit shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. The unit shall be tested by the successful bidder for compliance with all OSHANVISHA regulations and the State Department of Labor and Industries Safety Rules. DELIVERY ACCEPTANCE: The successful bidder shall be responsible for delivery to the City's Maintenance Yard, 1707 South A Street, Port Angeles, Washington, between the hours of 7:30 AM and 3:00 PM during the City's normal work day. Delivery shall be made within the time period specified on the Schedule(s). GENERAL INFORMATION: The City of Port Angeles reserves the right to consider delivery time and may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered No Bidder will be permitted to withdraw its proposal between the closing time for receipt of proposals and the execution of contract, unless the award is delayed for a period exceeding sixty (60) calendar days. The City of Port Angeles may, at its option, in awarding this purchase contract, take into consideration the revenue it would receive from purchasing the equipment from a supplier located within its boundaries, in accordance with RCW 39.30.040. For the Schedule(s), offers made in accordance with the InvitationIto Bid shall be good and firm for the period of 90 calendar days after contract award unless the Bidder specifically limits its offer to a shorter period by written notification on the bid document. However, bids so modified may be declared non responsive. Quantities shown are of total estimated initial quantities to be ordered. Purchase Project No. LO 10 009 Orders for additional quantities may be placed with successful bidders over this period from the date of award. Prices bid shall be good for all equipment and materials ordered during that period. All orders shall be placed using City of Port Angeles Purchase Orders. Payments shall be made monthly for materials received and invoiced. Offers made in accordance with the Invitation to Bid shall be good and firm for the period specified in the bid unless the Bidder specifically limits its offer to a shorter period by written notification on the bid document. However, bids so modified may be declared non responsive. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of sex, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Signing of the bid sheet by Contractor and subsequent acceptance by the City of the lowest responsive bid will constitute a binding agreement between the City and Contractor. Contractor understands and agrees that no contract payment will be made until the City certifies that all stated specifications have been complied with and the equipment is delivered and accepted by the City. Bids will be evaluated and submitted to the authorized purchasing agent for approval as soon as possible after bid opening. All bidders will be notified of results in writing. Page 4 of 37 1 Upon award of the contract to the successful bidder, the City will send the Contractor duplicate, complete sets of Contract Documents, which will include the City's Purchase Order Requisition. The Purchase Order Requisition will include the final agreed upon price and the specific equipment and options being purchased. The Vendor will then sign the duplicate sets of Contract Documents and return them for signing by the City. Each party will retain a fully executed set of the Contract Documents. The Invitation to Bid is released by the City of Port Angeles Public Works and Utilities Department, which shall act as sole point of contact for administration of the bidding. Questions should be directed to Lucy Hanley, Contract Specialist, (360) 417 -4541 or to Lhanlev aC�.citvofoa.us Project No. LO -10 -009 Page 5 of 37 CITY OF PORT ANGELES STANDARD TERMS AND CONDITIONS PURCHASE CONTRACT THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT ANGELES AND THE STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY REFERENCE. 1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities, or specification will be effective without written consent of the appropriate representative of the City. 2. HANDLING: No charges will be allowed for handling, including but not limited to packing, wrapping bags, containers or reels, unless otherwise stated herein. 3. DELIVERY ACCEPTANCE: For any exception to the delivery date as specified in this Contract, Contractor shall give prior notification and obtain written approval thereto from the City. Time is of the essence and the Contract is subject to termination for failure to deliver as specified and /or appropriate damages. The acceptance by the City of late performance with or without objection or reservation shall not waive the right to claim damage for such breach nor constitute a waiver of the requirements for the timely performance of any obligation remaining to be performed by Contractor. The successful bidder shall be responsible for delivery to the City's Maintenance Yard, 1707 South A Street, Port Angeles, Washington, between the hours of 7:30 AM and 3.00 PM during the City's normal work day. Delivery shall be made within the time period specified on the bid. 4. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for operational duties, administration and supervision and in the form of replacement equipment rental. Because the City finds it impractical to calculate all of the actual cost of delays, it has adopted the following to calculate liquidated and actual damages for failure to complete the delivery of the equipment/material on time. Accordingly, the Contractor agrees to the following. a. To pay liquidated damages in the amount of $12.50 for each working day beyond the number of working days established for physical delivery of the equipment/material. b. To pay actual damages equal to the actual cost to the City for rental of equipment necessary for the user Department to continue with its operations. c. To authorize the City to deduct these liquidated and actual damages from any money due or coming due to the Contractor. 5 PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: Invoices will not be processed for payment until receipt of a properly completed invoice or invoiced items, whichever is later. 6. SHIPPING INSTRUCTIONS Unless otherwise specified, all goods are to be shipped prepaid, F O.B. Destination. Project No LO -10 -009 Page 6 of 37 i 7. REJECTION: All goods or materials purchased herein are subject to approval by the City. Any rejection of goods or material resulting because of non conformity to the terms and specifications of this Contract, whether held by the City or returned, will be at Contractor's risk and expense. 8. IDENTIFICATION. All invoices, packing lists, packages, shipping notices, instruction manuals, and other written documents affecting this Contract shall contain the applicable purchase contract number. 9 INFRINGEMENTS: Contractor agrees to protect and hold harmless the City against all claims, suits or proceedings for patent, trademark, copyright or franchise infringement arising from the purchase, installation, or use of goods and materials ordered, and to assume all expenses and damages arising from such claims, suit(s) or proceedings. 10. WARRANTIES: a. Notwithstanding inspection and acceptance by the City, the articles supplied under this contract, or any condition of this contract concerning the conclusiveness thereof, the Contractor warrants that for a period of one year after delivery and acceptance by the City of Port Angeles, that. (1) All supplies furnished under this contract will be free from defects in material or workmanship and will conform with all requirements of this contract; and 2) The preservation, packaging, packing, and marking, and the preparation for, and method of, shipment of such supplies will conform with the requirements of this contract. b When return, correction, or replacement is required, transportation charges and responsibility for the supplies while in transit shall be borne by the Contractor. However, the Contractor's liability for the transportation charges shall not exceed an amount equal to the cost of transportation by the usual commercial method of shipment between the place of delivery specified in this contract and the Contractor's plant, and return. c. Any supplies or parts thereof, corrected or furnished in replacement under this clause, shall also be subject to the terms of this clause to the same extent as supplies initially delivered The warranty, with respect to supplies or parts thereof, shall be equal in duration to that in paragraph 10.a of this clause and shall run from the date of delivery of the corrected or replaced supplies d. All implied warranties of merchantability and "fitness for a particular purpose" are excluded from any obligation contained in this contract. e. All standard manufacturer warranties must inure to the benefit of the City of Port Angeles. f. Remedies available to the City. Within a reasonable time after providing notice to the Contractor, the City may either. (1) Require, by written notice, the prompt correction or replacement of any supplies or parts thereof (including preservation, packaging, packing, and marking) that do not conform with the requirements of this contract within the meaning of paragraph 10.a of this clause; or Project No LO -10 -009 Page 7 of 37 i (2) Retain such supplies and reduce the contract price by an amount equitable under the circumstances. 11. ASSIGNMENTS: Moneys due under this Contract shall only be assignable with prior written consent of the City. 12. TAXES: Unless otherwise indicated the City agrees to pay all State of Washington sales or use tax. No charge by Contractor shall be made for federal excise taxes, and the City agrees to furnish Contractor, upon acceptance of articles supplied under this Contract with an exemption certificate. 13. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and represents that all the goods and materials ordered herein are free and clear of all liens, claims, or encumbrances of any kind. 14. RISK OF LOSS: Regardless of FOB point, Contractor agrees to bear all risks of loss, injury or destruction of goods and materials ordered herein which occur prior to delivery. Such loss, injury or destruction shall not release Contractor from any obligation hereunder. 15. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the City harmless from and against any damage, cost or liability for any injuries to persons or property arising from acts or omissions of Contractor, its employees, agents or subcontractors howsoever caused. 16. LABOR AND INDUSTRIES: Contractor is required to the extent applicable, to procure Labor and Industries permits LI 700 -7 and LI 700 -29 and abide by the requirements thereof. Copies of "Statement of Intent to Pay Prevailing Wages" and "Affidavit of Wages Paid" shall be submitted to the City Clerk and Department of Labor and Industries. 17 ANTI TRUST: Contractor and the City recognize that in actual economic practice overcharges resulting from anti -trust violations are borne by the City. Therefore, Contractor hereby assigns to the City any and all claims for such overcharges. 18. DEFAULT: Contractor shall be liable for damages suffered by the City resulting from Contractor's breach of Contract. The Contractor covenants and agrees that in the event suit is instituted by the City for any default on the part of the Contractor, and the Contractor is adjudged by a court of competent jurisdiction to be in default, Contractor shall pay to the City all costs, expended or incurred by the City in connection therewith, and reasonable attorney's fees. The Contractor agrees that the Superior Court of the State of Washington shall have jurisdiction over any such suit, and that venue shall be laid in Clallam County. 19. BRANDS: When a special brand is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided the bidder specifies the brand and model and submits descriptive literature when available. Any bid containing a brand which is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. 20. SAFETY. The equipment shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. Project No LO -10 -009 Page 8 of 37 The equipment shall be tested by the successful bidder for compliance with all OSHA/WISHA regulations and the State Department of Labor and Industries Electrical Workers Safety Rules. 21. ACCEPTANCE: BY ACCEPTING THIS PURCHASE CONTRACT IN WRITING OR BY DELIVERING THE MATERIAL ORDERED, CONTRACTOR ACCEPTS ALL OF THE TERMS AND CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY THE CITY TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY VENDOR CONTRACTOR AS A CONDITION OF ACCEPTANCE OR DELIVERY. Project No LO -10 -009 Page 9 of 37 PURCHASE CONTRACT THIS AGREEMENT is made and entered into this 5 day of t 2010, between the City of Port Angeles (hereinafter called the "City and General Pacific (hereinafter called the "Contractor "Vendor or "Bidder WITNESSETH: That the City and the Contractor, in consideration of the performance of the terms and conditions hereinafter mentioned, agree as follows: ARTICLE 1 CONTRACT DOCUMENTS The complete contract includes the Invitation to Bid, the Instructions to Bidders, the Bid, the Specifications, the Standard Terms and Conditions, the Purchase Order Requisition, and the Purchase Contract. The foregoing documents shall hereinafter be called "Contract Documents" or "Contract All obligations of the City and the Contractor are fully set forth and described herein. In the event of a discrepancy between any of the Contract Documents, as above defined, the City shall give a written interpretation thereof, which interpretation shall govern. ARTICLE II CONTRACT COST The Contractor agrees to sell and deliver to the City, at the delivery point specified in the Instructions to Bidders, and the City agrees to purchase and receive from Contractor the equipment as described and set forth in the Contract Documents and the provisions of the Contractor's bid attached and made a part hereof. ARTICLE III ASSIGNMENT The Contractor shall not assign any of its responsibility under this Contract without the express written consent of the City. ARTICLE IV APPLICABLE LAW AND VENUE This Contract shall be governed by, and construed in accordance with, the applicable laws of the State of Washington. Any legal proceedings to determine the rights and obligations of the parties hereunder shall be brought and heard in Clallam County Superior Court. Project No. LO -10 -009 Page 10 of 37 ARTICLE V NONDISCRIMINATION During the performance of this Contract, the parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: 1. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above stated minorities. 2. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above stated minority status. ARTICLE VI TERMINATION OF CONTRACT In the event that any of the provisions of this Contract are violated by the Contractor or the Contractor's subcontractors, the City may serve written notice of intention to terminate such Contract upon the Contractor, which notice shall specify the reasons therefore. Unless within thirty (30) days after serving such notice upon the Contractor such violation shall cease and an arrangement for the correction thereof satisfactory to the City be made, the Contract shall, upon the expiration of the said thirty (30) days, cease and terminate. In the event of any such termination, the City may purchase the materials necessary for complete performance of this Contract for the account and at the expense of the Contractor, and the Contractor shall be liable to the City for any excess cost thereby. ARTICLE VII SEVERABILITY If any term or condition of this Contract or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms, conditions, or applications which can be given effect without the invalid term, condition, or application. To this end the terms and conditions of this Contract are declared severable. Project No LO -10 -009 Page 11 of 37 Title: .1hs l clf Dated: /o -S- /o ARTICLE VIII WAIVER Waiver of any breach of any term or condition of this Contract shall not be deemed a waiver of any prior or subsequent breach, no term or condition of this Contract shall be held to be waived, modified, or deleted except by a written instrument signed by the parties hereto. CONTRACTOR CITY OF PORT ANGELES ATTEST: C By: �w By: Title: j4 Dated: /O? `o 4' Apprs6ved to as to f City Attorney Project No LO -10 -009 Page 12 of 37 City of Port Angeles Schedule A Invitation for Bid Transformers Transmission Insulators Purchase Purchase Contract: LO 10 009 GENERAL DESCRIPTION: Transformers and Transmission Insulators DATE DELIVERY REQUIRED: Maximum of 60 days from receipt of purchase order. TRANSFORMERS WARRANTY: Transformers shall be completely assembled, tested, and inspected at the factory. Any transformer failing due to defective design, material, and /or workmanship within twelve (12) months after being energized, or within 18 months after delivery, shall be repaired or replaced without cost, including shipping charges, to the City. Any defect in design, material, and /or construction discovered within this period shall be corrected on all transformers furnished on the order at the manufacturer's expense. TRANSMISSION INSULATORS: The same warranty describe above applies. DESCRIPTION QUANITITY OF BID ITEMS: Bid Item 1: Single -Phase Overhead Distribution Transformers 15 kVA Double Bushing 120/240v 3 ea. 25 kVA Double Bushing 37.5 kVA 50 kVA 50 kVA 75 kVA Bid Item 2: 120/240v 18 ea. 120/240v 13 ea. 120/240v 112 ea. 277/480v 3 ea. 120/240v I 2 ea. Single -Phase Pad mounted Distribution Transformers 25 kVA Single Phase 1 120/240v 12 ea. Bid Item 3: Three -Phase Pad mounted Distribution Transformers 150 kVA 1 277/480v 750 kVA 1 277/480v 1500 kVA 1 277/480v Bid Item 4 Optional: 2 ea. 2 ea. 1 ea. Horizontal Line Post Type Insulator, Polymer 1 115 kV Dead -End Type Polymer Insulator 115 kV 90 ea. 18 ea. Project No LO -10 -009 Page 13 of 37 Bid Item 1: Specification for Envirotran EF Single -Phase Overhead Distribution Transformers 25 -167 kVA; MDOT -101 1.0 GENERAL: 1.1 This specification covers the electrical and mechanical characteristics of single -phase overhead -type distribution transformers, which utilize Envirotemp FR3 fluid as the dielectric fluid. 1.2 All characteristics, definitions, and terminology, except as specifically covered in this specification, shall be in accordance with the latest revision of the following ANSI standards. C57.12.00 IEEE Standard General Requirements for Liquid- Immersed Distribution, Power and Regulating Transformers C57.12.20 Overhead -Type Distribution Transformers, 167 KVA and Smaller: High Voltage, 34500 Volts and Below: Low Voltage, 7970/13800Y Volts and Below C57.12.35 Bar Coding for Distribution Transformers C57.12.90 IEEE Standard Test Code for Liquid- Immersed Distribution, Power, and Regulating Transformers and IEEE Guide for Short- Circuit Testing of Distribution and Power Transformers C57.91 Guide for Loading Mineral -Oil- Immersed Overhead and Pad Mounted Transformers rated 500 kVA and less with 55 °C or 65 °C average winding rise C57.147- IEEE Guide for Acceptance and Maintenance of Natural Ester Fluids in Transformers 2.0 RATINGS: 2.1 The transformers shall be designed in accordance with this specification and shall have one or more of the following kVA ratings: 15, 25, 37.5, 50, 75 The applicable kVA rating and quantity of each shall be as specified on the Bid Form. The kVA ratings are continuous and are based on not exceeding a hot spot conductor temperature rise of 80 °C as specified in ANSI C57.12.20, Sec. 3.1. 2.2 The primary voltage shall be 7200/12470 Y. The basic insulation level (BIL) shall be in accordance with ANSI C57.12.20. 2.2 The secondary voltages shall be one of the following. The basic insulation level (BIL) of the secondary voltage shall be 30 kV. Project No. LO -10 -009 Page 14 of 37 120/240 277 The applicable secondary voltage shall be specified on the Bid Form. 2.4 When specified, the transformer shall be furnished with full capacity high voltage taps. The tap changer shall be clearly labeled to reflect that the transformer must be de- energized before operating the tap changer as required in Section 6.2.1 of ANSI C57.12.20. The unit shall have one of the following tap configurations: No taps Two 2 taps above and below rated voltage Four 2' /z% taps below rated voltage 3.0 HIGH VOLTAGE BUSHINGS AND TERMINALS: 3.1 Two high voltage bushings shall be provided on each transformer, exceeding minimum creepage distances shown in Table 2. Table 1 Electrical Characteristics of Bushings 60 -Hz Dry 60 -Hz Wet BIL 1- Minute 10- Second Withstand Creenaae Distance* Withstand Withstand (kV) Inches Millimeters (kV) (kV) 95 11'/ 1 /2 267 13 35 30 125 17%±1% 419±38 42 36 150 31 1'/ 762 38 60 50 Creepage distances shown are minimum values where no tolerance is specified. 3.2 The bushing terminals provided shall be tin plated to accommodate both aluminum and copper conductors. The size of these terminal openings shall be 5/16 inch to accommodate #8 solid to #2 stranded conductor. 3.3 Unless otherwise specified, the color of the bushings shall match Light Gray Number 70, Munsell Notation 5BG7.0/0.4. 4.0 LOW VOLTAGE BUSHINGS AND TERMINALS: 4.1 The low- voltage bushings provided shall be in accordance with Table 2. 4.2 The bushing terminals provided shall be tin plated to accommodate both aluminum and copper conductors. The size of the terminals shall be in accordance with Table 2. Project No LO -10 -009 Page 15 of 37 'Table 2 Low Voltage Terminal Sizes for Single -Phase Transformers Size of Terminal AWG Size of Conductor Terminal will Opening Accommodate Inches Millimeters Transformer Low Voltage Rating (volts) 120/240 240/480 277 5/8 15.9 No 6 Solid to No 4/0 -19 Stranded 10 -15 10 -25 10 -25 13/16 20 6 No 2 Solid to 350 kcmil-19 Stranded 25 -50 37'/ 100 37'/ 100 15/16 23 8 No 1/0 Solid to 500 kcmil -37 Stranded 75 1 -1/4 31.8 No 2/0 Solid to 1000 kcmil-61 Stranded 100 Spade H 167 -250 167 -500 167 -250 Spade J 333 -500 333 -500 4.3 The internal secondary leads shall be permanently embossed with the letters A, B, C, and D per ANSI C57.12.00 and C57.12.20. This marking can be used as a means to locate such leads with respect to one another for internal reconnection. 5.0 PROTECTION: 5.1 No protection is required with the transformer. 6.0 TANK: 6.1 The tank shall include a pressure relief device as a means to relieve pressure in excess of pressure resulting from normal operation. The venting and sealing characteristics shall be as follows: Cracking Pressure: 10 psig 2 psig Resealing Pressure: 6 psig minimum Zero leakage from reseal pressure to -8 psig Flow at 15 psig: 35 SCFM minimum 6.2 The tank coating shall meet all requirements in ANSI C57.12.31 including: Salt Spray Test Crosshatch Adhesion Test Humidity Test Impact Test Oil Resistance Test Ultraviolet Accelerated Weathering Test Abrasion Resistance Taber Abraser 6.3 The tank provided shall have a recessed tank bottom which offers protection when sliding over rough surfaces. 6.4 The tank shall have an internal mark, which indicates the proper fluid level per Section 6.2.3 of ANSI C57.12.20. Project No LO -10 -009 Page 16 of 37 b.5 The tank shall be provided with a mild steel cover ring with stainless steel cover ring loops and a stainless steel bolt. A bronze nut shall also be provided to eliminate corrosion problems and avoid galling. 6.6 The tank shall be complete with an anodized aluminum laser engraved nameplate. 6.7 The tank shall include arrester mounting pads, grounding provisions, ANSI support lugs (hanger brackets) and lift lugs. 7.0 FLUID: 7.1 The dielectric coolant shall be listed less- flammable fluid meeting the requirements of National Electrical Code Section 450 -23 and the requirements of the National Electrical Safety Code (IEEE C2- 2002), Section 15. The dielectric coolant shall be non toxic, non bioaccumulating and be readily and completely biodegradable per EPA OPPTS 835.3100. The base fluid shall be 100% derived from edible seed oils and food grade performance enhancing additives. The fluid shall not require genetically altered seeds for its base oil. The fluid shall result in zero mortality when tested on trout fry*. The fluid shall be certified to comply with the US EPA Environmental Technology Verification (ETV) requirements, and tested for compatibility with transformer components. The fluid shall be Factory Mutual Approved, UL Classified Dielectric Medium (UL -EOUV) and UL Classified Transformer Fluid (UL- EOVK), Envirotemp FR3TM fluid. *(per OECD G.L. 203) 7.2 Transformer manufacturer will show functional data for components testing performed in Envirotemp® FR3TM fluid. 8.0 ACCESSORIES: 8.1 The following checked accessories shall be provided: Complete unit 304 or 409 Stainless Steel X Non -PCB Decal (white on blue) X Ground connector and Low Voltage ground strap on double bushing units 9.0 SHIPPING: 9.1 Unit shall be banded, blocked or bolted to a suitable skid with 21/2 inches of clearance for shipment. 10.0 TESTING AND LOSSES: 10.1 Units will comply with minimum efficiency requirements of NEMA TP 1. Each unit shall be subjected to a full wave voltage impulse and leak test. The manufacturer shall provide certification upon request for all design and other tests listed in Table 17 of ANSI C57.12.00 including verification that the design has passed Short Circuit Criteria per ANSI C57.12.00 and C57.12.90. Project No LO -10 -009 Page 17 of 37 Bid Item 2: Specification for Envirotran EF Single -Phase Overhead Distribution Transformers 25 -167 kVA; MDUT -101 1.0 GENERAL: 1.1 This specification covers the electrical and mechanical characteristics of 60 Hz, 25 -100 kVA single phase, pad- mounted distribution transformers. 1.2 All characteristics, definitions, and terminology, except as specifically covered in this specification, shall be in accordance with the latest revision of the following ANSI and NEMA standards. C57.12.00 IEEE Standard General Requirements for Liquid- Immersed Distribution, Power, and Regulating Transformers C57.12.25 IEEE Standard for Pad Mounted, Compartmental Type, Self Cooled, Single -Phase Distribution Transformers for Use with Separable Insulated High Voltage Connectors C57.12.28 Pad Mounted Equipment Enclosure Integrity. C57.12.90 IEEE Standard Test Code for Liquid- Immersed Distribution, Power, and Regulating Transformers and IEEE Guide for Short- Circuit Testing of Distribution and Power Transformers. C57.12.91 Guide for Loading Mineral -Oil- Immersed Transformers 2.0 RATINGS: 2.1 The transformer shall be designed in accordance with this specification and the kVA rating shall be as noted in the Request for Quotation. Design shall meet efficiency standards defined in the Code of Federal Regulations (CFR) Title 10, part 431.196. 2.2 The primary voltage shall be 7200V phase -to- ground, and the basic lightning impulse insulation level (BIL) shall be 95 kV. 2.3 The secondary voltage shall be 120/240 volts, 3 bushings, and the basic insulation level (BIL) of the secondary voltage shall be 30 kV. 2.4 The transformer shall be furnished with full capacity high voltage taps. The taps shall be two 2 'h% above and below nominal voltage. The tap changer switch shall be an externally operated switch with a hotstick operable handle. The tap changer shall be clearly labeled to reflect that the transformer must be de- energized before operating the tap changer as required in Section 3 2 1 of ANSI C57.12 -25. 2 5 The average winding temperature rise above ambient temperature, when tested at the transformer rating, shall not exceed 65 °C 2.6 The percent impedance, as measured on the rated voltage connection, shall be in the range between 1.10% and 2.7 The tolerance on the impedance shall be 10.0 Project No. LO -10 -009 Page 18 of 37 3.0 HIGH VOLTAGE BUSHINGS AND TERMINALS: 3.1 Bushing Style: The high voltage bushings shall be 15 kV 200A bushing wells with bushing well inserts installed. The bushings shall be externally removable and be supplied with a removable stud. 3.2 Bushing Configuration: The transformer shall be provided with two (2) high voltage bushings and two parking stand brackets in accordance with Figure 1A minimum dimensions of ANSI C57.12.25 for loop feed configurations. The bushing heights shall be in accordance with Figure 3 minimum dimensions of ANSI C57.12.25. Bushings shall be labeled H1A and H1 B. 4.0 SECONDARY VOLTAGE BUSHINGS AND TERMINALS: 4.1 Bushing Style: The transformer shall have threaded stud -type line and neutral terminals as follows 4 1 1 25- 75kVA: 0 625 -11 Thread Size, 1 25 inches minimum length 4.2 Neutral bushing shall be grounded to the transformer tank by a removable grounding strap. Low and high voltage neutrals shall be internally tied together with a removable link for testing. The removable link shall be readily accessible without removal of any oil. 4.3 Bushing Configuration: The transformer shall be provided with bushings in a staggered arrangement in accordance with Figure 1A minimum dimensions of ANSI C57.12.25. Bushings shall be labeled X1, X2 (Neutral), and X3 5.0 TRANSFORMER PROTECTION AND SWITCHING: 5.1 Overcurrent Protection The high voltage overcurrent protection scheme provided with the transformer shall be an externally removable ioadbreak expulsion Bay -O -Net fuse assembly with a flapper valve to minimize oil spillage. 6.0 GENERAL DESIGN: 6.1 Core and coil: The core and coil shall be vacuum processed to ensure maximum penetration of insulation fluid into the coil insulation system. While under vacuum, the windings will be energized to heat the coils and drive out moisture, and the transformer will be filled with preheated filtered degassed insulating fluid. The core shall be manufactured from burr free, grain oriented silicon steel and shall be precisely stacked to eliminate gaps in the corner joints. The coil shall be insulated with B- stage, epoxy coated, diamond pattern, insulating paper, which shall be thermally cured under pressure to ensure proper bonding of conductor and paper Project No. LO -10 -009 Page 19 of 37 y 6.2 Dielectric Fluid: The dielectric coolant shall be listed less- flammable fluid meeting the requirements of National Electrical Code® Section 450 -23 and the requirements of the National Electrical Safety code (IEEE C2- 2007), Section 15 The dielectric coolant shall be readily and completely biodegradable per EPA OPPTS 835.3100. The base fluid shall be 100% derived from edible seed oils with performance enhancing additives The fluid shall result in zero mortality when tested on trout fry per OECD G.L. 203 and be non bioaccumulating. The fluid shall be published under US EPA Environmental Technology Verification (ETV) requirements, and tested for compatibility with transformer components. The fluid shall be Factory Mutual Approved. UL® Classified Dielectric Medium (UL -EOUV) UL Classified Transformer Fluid (UL- EOVK), Envirotemp® FR3® fluid. 6.3 Tank and Cabinet Enclosure: 6.3.1 In addition to the regular locking provision, all access doors or hood shall be secured by a captive, penta -head bolt that meets the dimensions set forth in RUS Drawing A3759. 6.3.2 The enclosure integrity of the tank and cabinet shall meet the requirements for tamper resistance set forth in ANSI C57.12.28 including but not limited to the pry test, pull test, and wire probe test. 6.3.3 The compartment depth shall be 20 inches. 6.3.4 The tank base must be designed to allow skidding or rolling in any direction Lifting provisions shall consist of four lifting lugs welded to the tank. 6.3 5 The tank shall be constructed to withstand 7 psi without permanent deformation, and 15 psi without rupturing or affecting cabinet security. 6.3.6 The tank shall include a pressure relief device as a means to relieve pressure in excess of pressure resulting from normal operation. The venting and sealing characteristics shall be as follow: 6.3.6.1 Cracking Pressure: 10psig 2 psig 6.3.6.2 Resealing Pressure. 6 psig minimum 6.3.6.3 Zero Leakage from reseal pressure to -8 psig 6.3.6.4 Flow at 15 psig: 35 SCFM minimum 6.3.7 The tank and cabinet coating shall meet all the requirements of ANSI C57.12.28 including: 6.3.7.1 Salt -Fog Resistance per ASTM B -117, 1000 hours. 6.3.7 2 Crosshatch Adhesion Test per ASTM D -3359, per Method B. 6.3.7.3 Humidity Test, per ASTM D -2247, 1000 hours at 45 °C w/ no blisters. 6.3.7.4 Impact Test per ASTM D -2794 and G -14 6.3.7.5 Oil Resistance Test 6.3.7.6 Ultraviolet Accelerated Weathering Test 6.3.7.7 Abrasion Resistance Taber Abraser per ASTM D -4060 6.3.7.8 Moisture Condensation Resistance per ASTM D -1735 6.3.8 The exterior of the unit shall be painted two coats of semi -gloss Munsell 7GY3.29/1.5 green color on one coat of rust resisting primer. Project No LO -10 -009 Page 20 of 37 6.3.9 The tank shall be complete with an anodized aluminum laser engraved nameplate that conforms to ANSI C57.12.00, Nameplate A. 7.0 ACESSORIES: 7.1 The following accessories shall be provided: 7.1.1 Bolted main tank cover 7.1.2 0.5" upper fill plug 7.1.3 0.5" drain plug in LV compartment 7.1 4 Automatic pressure relief valve 7.1.5 Metal drip shield (when bayonets specified) 7.1.6 Ground provisions per C57.12 34 section 9.11 7.1.7 Burndy #KC25 Ground connector w/ 9/16" threaded stud 7.1.8 Liquid level sight gauge at the 25 °C oil level. 7.1.9 Dial -type thermometer gauge 7.1 10 Pressure vacuum gauge 7.1.11 Mr. Ouch warning danger signs 7.1.12 NEMA "High Voltage" warning decal on outside of transformer 7.1.13 NEMA "High Voltage" danger decal on inside of transformer 7.1.14 2 %2" Letter stenciling of kVA and secondary voltage, centered on door. 7.1.15 Seismic zone 3 and 4 tank anchoring 8.0 SHIPPING: 8 1 Units shall be banded, blocked, or bolted to a suitable wood pallet or poly pad. 9.0 TESTING TOLERANCES: 9.1 All units shall be tested for the following: 9.1.1 No -Load (20 °C) losses at rated current 9.1.2 Total (85 °C) losses at rated current 9.1.3 Percent Impedance (85 °C) at rated current 9.1.4 Excitation current (100% voltage) test 9.1.5 Winding resistance measurement tests 9 1.6 Ratio tests using all tap settings 9.1.7 Polarity and phase relation tests 9.1.8 Induced potential tests 9.1 9 Full wave and reduced wave impulse test 9.2 In addition, the manufacturer shall provide certification upon request for all design and other tests listed in C57.12.00, including verification that the design has passed short circuit criteria per ANSI C57.12.00 and C57.12.90. 10.0 DATA WITH PROPOSAL: 10.1 The following data shall be submitted: 10.1.1 Estimated Delivery Time 10.1.2 Maximum No -Load Core losses 10 1.3 Maximum Full -Load Winding losses 10 1 4 Percent Impedance Project No. LO -10 -009 Page 21 of 37 Bid Item 3: 10.1.5 Percent Efficiency 10.1.6 Standard dimension drawings 10.1.7 Final record drawings (furnished at time of shipment) Specification Three -Phase Pad Mounted Distribution Transformers 75 -1,500 kVA; MDUT -301 1.0 GENERAL: 1 1 This specification covers the electrical and mechanical characteristics of three phase, 60 Hz, 75 -1,500 kVA three -phase step -down pad- mounted distribution transformers. 1.2 All characteristics, definitions, and terminology, except as specifically covered in this specification, shall be in accordance with the latest revision of the following ANSI and NEMA standards. C57.12.00 IEEE Standard General Requirements for Liquid Immersed Distribution, Power, and Regulating Transformers. C57.12.26 IEEE Standard for Pad Mounted, Compartmental -Type, Self Cooled, Three -Phase Distribution Transformers for Use with Separable Insulating High Voltage Connectors C57.12.28 Pad Mounted Equipment Enclosure Integrity. C57.12.34 IEEE Standard Requirements for Pad Mounted, Compartmental Type, Self Cooled, Three -Phase Distribution Transformers (2500 kVA and Smaller) C57.12.90 IEEE Standard Test Code for Liquid- Immersed Distribution, Power, and Regulating Transformers and IEEE Guide for Short- Circuit Testing of Distribution and Power Transformers. C57.91 Guide for Loading Mineral -Oil- Immersed Transformers. 2.0 RATINGS: 2.1 The transformer shall be designed in accordance with specification and the kVA rating noted in the Bid Form. Design shall meet efficiency standards defined in the Code of Federal Regulations (CFR) Title 10, part 431.196. 2.2 The primary voltage shall be 12470GrdY/7200v, and basic lightning impulse insulation level (BIL) shall be 95 kV. 2.3 The secondary voltage shall be as noted in the Bid Form, grounded wye connection, and the basic insulation level (BIL) of the secondary voltage shall be 30 kV. Project No. LO -10 -009 Page 22 of 37 `2.4 The transformer shall be furnished with full capacity high voltage taps. The taps shall be 2 2 1 /2% above and below nominal voltage. The tap changer switch shall be an externally operated switch with a hotstick operable handle. The tap changer shall be clearly labeled to reflect that the transformer must be de- energized before operating the tap changer as required in Section 3.3 of ANSI C57.12.26. 2.5 The average winding temperature rise above ambient temperature, when tested at the transformer rating, shall not exceed 65 °C. 2.6 The percent impedance voltage, as measured on the rated voltage connection, shall be per Table 1. For target impedances, the tolerance on the impedance shall be 7.5% of nominal value for impedance values greater than 2.5 The tolerance on the impedance shall be 10.0% for impedance values less than or equal to 2.5 3.0 HIGH VOLTAGE BUSHING AND TERMINALS: 3.1 Bushing Style: Table 1 Percent Impedance Voltage kVA Rating Impedance 75 1.10 -5.75 112.5 225 1.40 -5.75 300 -500 2.00 -5.75 750 -1500 5.75 nominal The high voltage bushings shall be 15 kV 200A bushing wells with bushing well inserts installed. The bushings shall be externally removable and be supplied with a removable stud. 3.2 Bushing Configuration: The transformer shall be provided with six (6) high voltage bushings and six (6) parking stand brackets in accordance with Figure 2 minimum dimensions of ANSI C57.12.34 for loop feed configurations. The bushing heights shall be in accordance with Figure 3 minimum dimensions of ANSI C57.12.34. Label bushing wells H1A, H2A, H3A, H1 B, H2B and H3B. 4.0 SECONDARY VOLTAGE BUSHINGS AND TERMINALS: 4.1 Bushing Style: The transformer shall be provided with tin plated NEMA "H" type spade terminals capable of accepting either copper or aluminum connectors. The spacing of the connection holes shall be 1.75" on center, per ANSI C57.12.34 figure 13. Project No. LO -10 -009 Page 23 of 37 r Bushing Hole Quantities: KVA 208Y/120 480Y/277 75 -300 4 4 500 6 4 750 -1500 8 2500 12 Bushing supports shall be provided for units of 300 kVA and above. Bushing supports shall be attached to the cabinet sidewalls. Tank mounted support mountings are not acceptable. Neutral bushing shall be grounded to the transformer tank by a removable grounding strap. Low and high voltage neutrals shall be internally tied together with a removable link for testing. The removable link shall be readily accessible without removal of any soil. 4.2 Bushing Configuration: The transformer shall be provided with bushings in a staggered arrangement in accordance with Figure 11a minimum dimensions of ANSI C57.12.34. Bushings shall be labeled XO (Neutral), X1, X2, and X3. 5.0 TRANSFORMER PROTECTION AND SWITCHING: 5.1 Overcurrent Protection: The high voltage overcurrent protection scheme provided with the transformer shall be an externally removable loadbreak expulsion Bay -O -Net fuse assembly with a flapper valve to minimize oil spillage. An interlock shall be required between the load -break switch scheme specified and the bayonet fuses, such that the fuses may not be removed unless the transformer has been de- energized via the load -break switch scheme. 5.2 Switching: The primary switching scheme provided with the transformer shall be one ON /OFF loadbreak switch, located in the high voltage compartment. Switch shall be for manual or hot -stick operation. 6.0 GENERAL DESIGN: 6.1 Core and coil: The five legged core and coil shall be vacuum processed to ensure maximum penetration of insulating fluid into the coil insulation system. While under vacuum, the windings will be energized to heat the coils and drive out moisture, and the Project No LO -10 -009 Page 24 of 37 e transformer will be filled with preheated filtered degassed insulating fluid. The core shall be manufactured from burr -free, grain- oriented silicon steel and shall be precisely stacked to eliminate gaps in the corner joints. The coil shall be insulated with B- stage, epoxy coated, diamond pattern, insulating paper, which shall be thermally cured under pressure to ensure proper bonding of conductor and paper. 6.2 Dielectric Fluid: The dielectric coolant shall be listed less- flammable fluid meeting the requirements of National Electrical Code@ Section 450 -23 and the requirements of the National Electrical Safety Code (IEEE C2- 2007), Section 15. The dielectric coolant shall be readily and completely biodegradable per EPA OPPTS 835.3100. The base fluid shall be 100% derived from edible seed oils with performance enhancing additives. The fluid shall result in zero mortality when tested on trout fry per OECD G.L. 203 and be non bioaccumulating. The fluid shall be published under US EPA Envrionmental Technology Verification (ETV) requirements, and tested for compatibility with transformer components. The fluid shall be Factory Mutual Approved, UL@ Classified Dielectric Medium (UL -EOUV) and UL Classified Transformer Fluid (UL- EOVK), Envirotemp@ fluid. 6.3 Tank and Cabinet Enclosure: 6.3.1 The high voltage and low- voltage compartments, separated by a metal barrier, shall be located side -by -side on one side of the transformer tank. When viewed from the front, the low- voltage compartment shall be on the right. Each compartment shall have a door that is constructed so as to provide, access to the high voltage compartment only after the door to the low- voltage compartment has been opened. There shall be one or more additional fastening devices that must be removed before the high voltage door can be opened. The low- voltage compartment door shall be a flat panel design, side hinged, and the compartment door shall have three point latching with a handle provided for a looking device. Hinge pins and associated barrels shall be constructed of corrosion resistant material, passivated AISI Type 304 or the equivalent. The front sill of the compartment shall be removable to allow the transformer to be rolled or skidded into position over conduit studs. 6.3.2 A recessed, captive, penta -head bolt that meets the dimensions per ANSI C57.12.28 shall secure all access doors. 6.3.3 The enclosure integrity of the tank and cabinet shall meet the requirements for tamper resistance set forth in ANSI C57.12.28 including but not limited to the pry test, pull test, and wire probe test. Top shall be domed or sloped for moisture runoff. 6.3.4 The compartment depth shall be 20 inches. 6.3.5 The tank base must be designed to allow skidding or rolling in any direction. Lifting provisions shall consist of our lifting lugs welded to the tank. Project No LO -10 -009 Page 25 of 37 6.3.6 The tank shall be constructed to withstand 7 psi without permanent deformation, and 15 psi without rupture. The tank shall include a 15 psig pressure relief valve with a minimum flow rate of 35 SCEM. There shall also be a manually controlled vent with a pull ring for manual or hot -stick operation. 6.3.7 The tank and cabinet coating shall meet all the requirements of ANSI C57.12.28 including: Salt -Fog Resistance per ASTM B -117, 1000 hours Crosshatch Adhesion Test per ASTM D -3359, per Method B. Humidity Test, per ASTM D -2247, 1000 hours at 45 °C w/ no blisters Impact Test per ASTM D -2794 and G -14 Oil Resistance Test Ultraviolet Accelerated Weathering Test Abrasion Resistance -Taber Abraser per ASTM D -4060 Moisture Condensation Resistance per ASTM D -1735 6.3.8 The exterior of the unit shall be painted two coats of semi -gloss Munsell 7GY3.29/1.5 green color on one coat of rust resisting primer. 6.3.9 The tank shall be complete with an anodized aluminum laser engraved nameplate. This nameplate shall meet Nameplate B per ANSI C57.12.00. 7.0 ACCESSORIES: 7.1 The following accessories shall be provided: Bolted main tank cover (1000 kVA below) Welded main tank cover with bolted handhole (1500 kVA above) 1.0" upper fill plug 1.0" drain plug in LV compartment (500 kVA below) 1.0" drain valve with sampling device in LV compartment (750 kVA above) Automatic pressure relief valve Metal drip shield (when bayonets specified) 20" deep cabinet Ground provisions per C57.12.34 section 9.11 Burndy #KC25 Ground connector w/9/16" threaded stud Meet NEMA TR -1 sound levels Liquid level sight gauge at the 25 °C oil level. Dial -type thermometer gauge Pressure vacuum gauge Mr. Ouch warning danger signs NEMA "High Voltage" warning decal on outside of transformer. NEMA "High Voltage" danger decal on inside of secondary door. Project No. LO -10 -009 Page 26 of 37 8.0 SHIPPING: 2 Letter Stenciling of kVA and secondary voltage, centered on primary door. Seismic Zone 3 and 4 tank anchoring. 8.1 Units 1000 kVA and below shall be palletized. Units 1500 kVA and larger shall be loaded and unloaded with overhead cranes, so a pallet is not to be provided for these transformations. 9.0 TESTING TOLERANCES: 9.1 All units shall be tested for the following: No -Load (20 °C) loses at rated current Total (85 °C) losses at rated current Percent Impedance (80 °C) at rated current Excitation current (100% voltage) test Winding resistance measurements tests Ratio tests using all tap settings Polarity and phase relation tests Induced potential tests Full wave and reduced wave impulse test 9.2 In addition, the manufacturer shall provide certification upon request for all design and other tests listed in C57.12.00, including verification that the design has passed short circuit criteria per ANSI C57.12.00 and C57.12.90. 10.0 TESTING TOLERANCES: 10.1 The following data shall be submitted with the proposal: Bid Item 4 (Optional): Estimated Delivery Time Maximum No -Load Core Losses Maximum Full -Load Winding Losses Percent Impedance Percent Efficiency Standard Dimension Drawings Final Record Drawings (furnished at time of shipment) Horizontal Line Post Type Insulator, Polymer —115 kV 1. This Material Standard applies to polymer, horizontal like post insulators used to construct 115 kV transmission lines. Insulators shall have a trunnion end fitting. Project No. LO -10 -009 Page 27 of 37 p 2. Curved base /drop tongue shall be attached for mounting on wood poles 3. Flat base type structure end shall be steel or aluminum formed channel (bendable). The base mounting bolt holes shall have four holes or slots in rectangular pattern spaced 13 inches vertically and 8 inches horizontally, designed to accommodate 3/4 inch nominal diameter fasteners. 4. Insulators shall meet current ANSI standards for: a. Test methods for electrical power insulators b. Wet process porcelain insulators high voltage line post type c. Tests for composite suspension insulators for overhead transmission lines d. Zinc coating (hot dip) on iron and steel hardware. 5. Insulators shall meet ASTM A153 -1982 zinc coating (Hot Dip) on iron and steel hardware. 6. Insulators Requirements: Electrical Values Description 60 Hz Dry Flashover 358 kV 60 Hz Wet Flashover 331 kV Positive Critical Impulse Flashover 616 kV Horizontal Coupling Length 44 In Mounting Angle 12 degrees Dimensional Values Leakage Distance Dry Arch Distance Mechanical Values Maximum Mechanical Strength in cantilever Maximum Design Cantilever (MDC) MDC is defined as 40% of the ultimate mechanical strength in cantilever Ultimate Mechanical Strength in Tension at 0% MDC shall be as defined by current ANSI Standards End Fittings 89.9 In 37.1 In 2,046 Lbs 1,023 Lbs 5,000 Lbs Project No. LO -10 -009 Page 28 of 37 End Fitting Type (Line End) Material Weathershed /Sheath Material Weathershed /Sheath Color 7. Bendable curved Base Requirements Base Base Type (Structure End) 8. Packaging: Horizontal trunnion (clamp top) per ANSI C29.7 with one (1) supplemental hole capable of accepting a 3/4 -inch diameter Y- clevis and carrying the full design load of the insulator. Trunnion bolt shall be at least 2 inches long and include a hot dip galvanized jam nut. Silicon rubber to qualify as silicon type, weathershed /sheath material must be composed of at least 33% silicon by weight; "EP /Silicon Alloys" do not qualify. Gray Requirements Steel or Aluminum Gain Channel One hole spaced 12 inches vertically from one hole or slot, designed to accommodate -inch nominal diameter Base Mounting Holes fasteners. a. The insulators shall be clearly and indelibly marked with the manufacturer's name, year of manufacture, and the maximum design cantilever (MDC) Load ratings shall be stated in units of pounds and in English b. Insulators shall be packaged in wood crates to prevent physical damage that could occur during handling, shipping, or long -term outside storage. If slatted crates are used, each insulator shall be sealed in plastic. Plastic is not required if sealed crates are used. c. Insulator weathersheds shall not bear any load due to it's own weight or that of insulators or crates above or below it. d. Crates shall be secured to pallets for handling by forklift. Pallets shall not exceed 4 feet in height or 1,000 pounds in weight. Each crate shall contain 16 maximum insulators. Crates shall be marked with the manufacturer's name or symbol and following: City of Port Angeles Light Operations Project No LO -10 -009 Page 29 of 37 bead -end Type Polymer Insulator— 115 kV 9. This Material Standard applies to polymer, dead -end insulators used to construct 115 kV transmission lines. Insulators have an ANSI 52.5 type J socket on their structure end and an ANSI 52 -5 type J ball on their line end. 10. Insulators shall meet current ANSI standards for: 11. Insulators shall meet ASTM A 153 -1982 zinc coating (hot dip) on iron and steel hardware. 12. Insulators Requirements: Electrical Values 60 Hz Dry Flashover 60 Hz Wet Flashover Positive Critical Impulse Flashover Horizontal Coupling Lenth Dimensional Values Leakage Distance Dry Arch Distance Mechanical Values Specified Mechanical load (SML) Routine Test Load (RTL) End Fittings End Fitting Type (top /structure end) End Fitting Type (bottom /line end) Material Project No LO -10 -009 a. Test methods for electrical power insulators b. Wet process porcelain insulators high voltage line post type c. Tests for composite suspension insulators for overhead transmission lines d. Zinc coating (hot dip) on iron and steel hardware. Description 408 kV 367 kV 703 kV 51 In 82.4 In 41.3 In 25,000 Lbs 12,500 Lbs ANSI 52.5, type J socket according to ANSI C29.2 -1992 (R1999), Table 3, with stainless steel humped cotter key. ANSI 52 -5, type J ball according to ANSI C29.2 -1992 (R1999), Table 3. Page 30 of 37 Weathershed /Sheath Material Weathershed /Sheath Color 13. Bendable curved Base Base Type (Structure End) Base Mounting Holes 14. Packaging: Silicon rubber to qualify as silicon type, weathershed /sheath material must be composed of at least 33% silicon by weight; "EP /Silicon Alloys" do not qualify. Gray Base Requirements Requirements Steel or Aluminum Gain Channel One hole spaced 12 inches vertically from one hole or slot, designed to accommodate 3 -inch nominal diameter fasteners. a. The insulators shall be clearly and indelibly marked with the manufacturer's name, year of manufacture, and loading rates in pounds. Labeling shall be in English. b. Insulators shall be packaged in wood crates to prevent physical damage that could occur during handling, shipping, or long -term outside storage. If slatted crates are used, each insulator shall be sealed in plastic. Plastic is not required if sealed crates are used. c. Insulator weathersheds shall not bear any load due to it's own weight or that of insulators or crates above or below it. d. Crates shall be secured to pallets for handling by forklift. Pallets shall not exceed 4 feet in height or 1,000 pounds in weight. Crates shall be marked with the manufacturer's name or symbol and following: City of Port Angeles Light Operations Note: Manufacturer shall provide the City of Port Angeles reasonable notice of anticipated insulator design changes. This includes, but is not limited to, changes in polymer formulation, dimensions, electrical characteristics, mechanical characteristics, or accessories. Project No LO -10 -009 Page 31 of 37 Bid; Items 1 15 kVA Double Busing Transformers 25 kVA Double Busing Transformers 37.5 kVA Transformers 50 kVA Transformers 50 kVA Transformers 75 kVA Transformers Bid Items 2 25 kVA Single Phase Transformers Bid Items 3 150 kVA Transformers 1 750 kVA Transformers 1500 kVA Transformers Subtotal: Sales Tax (8.4 Freight Total Bid Project No LO 10 009 r 120/240v 120/240v 120/240v 120/240v City of Port Angeles Bid No. LO -10 -009 BID FORM Transformers Transmission insulators Purchase Bidder must bid on Bid Items 1, 2, 3 for a bid to be considered valid. Bid Item 4 is optional and shall not disqualify a bidder if not bid on. The bidder hereby bids the following amounts for all material described in the Contract Documents. Description (Single phase overhead QTY Unit Price; Total Price distribution transformers) 277/480v 3 ea. 120/240v 2 ea. Description Single-phase pad- mounted QTY distribution transformers) 120/240v Description (Three phase pad- mounted distribution transformers) 1277/480v 277/480v 1277/480v 3 ea. 8'00. 18 ea. y c 13 ea. 12 ea. i w r 5. S"y if: Rts. L i g 12 ea. `QTY I2ea. 12 ea. 1 ea. 9 -I i .3S 2-3u9. i-i, a f•.1 Unit Price ,fy Unit P I lay I X 3 1 1. i e,11 L2 Li ai.II 1 R I Page 32 of 37 ;Total Price ..2t1 a 0 7. 1 !4 Total Price 32.2431.'1i I Bid Item 4 (Optiona Horizontal Line Post Type Ins tor, 115 kV Polymer Si Dead-Erid Type Polympr Insulator 1151N Subtotal: I Sales Tax (8.4%) Freight Total Bid z z V Description TY Unit Price Total Price 90 ea. e 18 ea. J 11 s d Project No LO-10-009 Page 33 of 37 Bid Evaluation Data: Transformers will be evaluated based on standard Power Industry methodology for electrical efficiency evaluated over a 20 year period. Each bidder is required to submit with their bid the guaranteed loss values for no load and full load in watts. Differences in the amount of energy usage expected from each transformer will be used in determining the best value to the City of Port Angeles. c Bid Items Description No Load Loss Full Load Loss Delivery Time (Watts) (Watts) (Weeks from order placement) I Single -Phase Overhead distribution Transformers (below) 15 kVA Double Bushing 120/240v /L r 44( Transformers 25 kVA Double Bushing 120/240v 1 21L Transformers ks 37.5 kVA 120/240v 9 3 31S Transformers 50 kVA 120/240v 0 /yam Transformers 50 kVA 277/480v Transformers I/ 5q,, 75 kVA 120/240v Transformers Single —Phase Pad Mounted Distribution Transformers (below) 25 kVA Single Phase 120/240v 7 S Transformers 37.5 kVA Single Phase 120/240v Transformers 150 kVA Transformers 277/480 750 kVA Transformers 277/480 1500 kVA Transformers 277/480 Three -Phase Pad Mounted Distribution Transformers (below) 1 A-L G-s ,f.f‘W f ,s;, Project No. LO -10 -009 Page 34 of 37 Will you sell additional units to the City of Port Angeles at the bid price until further notice? Yes ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda No(s). 8 A 2, to this project manual. The undersigned hereby accepts the terms and conditions as set forth herein. This bid submittal sheet must be signed and dated by the bidder or a representative legally authorized to bind the bidder. FULL LEGAL NAME OF BIDDER CGeXt IPP-e-e `c JT TYPE OF BUSINESS: Corporation Partnership (general) Partnership (limited) Sole Proprietorship Limited Liability Company ADDRESS ,.E. CITY /STATE /ZIP 9 PHONE 81..)o S9 La I 3 FAX 5 :'3 L Z.iD3 NAME (PLEASE PRINT) TITLE S SIGNED City of Port Angeles Bid No. LO -10 -009 TRANSFORMERS PURCHASE BID SIGNATURE SHEET (BID SUMMARY and SIGNATURES) V Se_r,rlr, (L i P DATE Project No LO -10 -009 Page 35 of 37 K Y V STATE OF-ANIkswicrG COUNTY OF 'A.ti.4, w The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to him /her self an advantage over any other bidder or bidders. Subscribed and sworn to before me this 7 day of e 4 o OFFICIAL SEAL ROBERT ERNEST ROLFE NOTARY PUBLIC OREGON COMMISSION NO. 437984 MY COMMISSION EXPIRES APRIL 22, 2013 Project No LO- 10009 NON- COLLUSION AFFIDAVIT Signature of Bidder /Contractor 20 >c Notary Public in end for the State of ereg®", Residing at Ale" P4 c. My Comm. Exp 4,i;/ aois Page 36 of 37 y v y BIDDER'S CHECKLIST 1. Has the Bid Submittal Sheet been properly signed, and corporate seal affixed, if applicable? 2 Has the Non Collusion Affidavit been property executed? 3. Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet? 4. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE CONSIDERED A VALID BID. Project No LO-1 0-009 Page 37 of 37