HomeMy WebLinkAboutAgenda Report - March 21, 1984 (30)one 500 KVA three-phase pa(tuiunt transforaters:
SEE PACE 3
RES. NO. 84-032 ()h recannendat ion of the City Manager, Counci I adopted
Resolution No. 84-032 awarding the bid for the purchase of
this equipment its follows:
1. Single -Phase N k -Gr aw- Ecl i son $73,280.20
Vk.
rei,
Q1COUNCIL CONfA4UNIC,ON
TO. THE CITY COUNCIL DATE NO.
FROM: THE CITY MANAGER'S OFFICE March 15, 1984
SUBJECT: PURCHASE OF PADMOUNT TRANSFORMERS (UD -E84-1)
On Tuesday, March 13, 1984, bids were received for ten 50 KVA and twenty
75 KVA single-phase and one 500 KVA three-phase padmount transformers.
The transformers will be utilized to serve loads within the following
developments,
Lakeshore Village, Units #5, 6 & 7
Park West, Units #2 & 3
Nana Ranch
Summerfield
Meadows
Wine Country Plaza
and to maintain an inventory of transformers for other needs, as they develop.
Based on design data supplied by the bidders, the life -cycle cost of transformer
losses has been evaluated. Column 'B' is the dollar value associated with these
losses. Based on minimum total life -cycle cost of the transformers, it is
recommended that the bid be awarded to the lowest bidder within each transformer
category, namely:
1. Single-phase: McGraw -Edison Co., Burlingame, CA $37,280.20
2. Three-phase: RTE Corporation, Portland, OR 7,823.86
The estimate for this purchase was $48,000.
David K. Cu
Utility Director
Attach.
RESOWrICN NO. 84-032
A RZ•S0UJ TICK AWARDING THE BID FCR THE PURCHASE OF
10 50 KVA AMID 20 75 KVA SINGLE-PIIASE AND CNE 500
KV,► UPM -PHASE PAUVOLM TRANS>CRVMRS
WEIFRFFAS, in answer to notice duly published in accordance with
law and the order of this City Council, sealed bids were received and
publicly opened by the City Clerk of this City on March 13, 1984 at
11:00 a.m. for the Contract for Padmount Tranformers as described on
Exhibit "A" attached hereto. in
WIERR£AS , said bids have been coapa red , checked and t abu 1 a t ed
and a report thereof filed with the City Manager as follows:
BIDDER
McGraw Edison
RTE Corp.
G.E. Supply
Square D
50 KVA 75 KVA 500 KVA
SINGLE PHASE SINGLE PHRASE THREE PHASE
$18,953.40
$19,951.60
$21,120.90
No Bid
$47,997.80
$57,390.20
$53,640.40
No Bid
$16,603.94
$13,544.21
$15,343.59
No Bid
WHEREAS, the City Manager recommends that award be
made to the low bidders, McGraw Edison in the amount of
$37,280.20 ('A' price as shown on attached exhibit) for the
Single Phase Padmount Transformers, and RTE Corporation in the
amount of $7,823.86 ('A' price as shown on attached exhibit)
for the Three Phase Padmount Tranformer.
NOW, THEREFORE, BE IT RESOLVED by the City Council of
the City of Lodi that award of contract for 10 50 KVA AND 20
75 KVA Single-phase and one 500 KVA 'three-phase padmount
transformers be and the same is hereby made to McGraw Edison in
the amount of $37,280.20 and RTE Corp. in the amount of
87,823.86.
Dated: March 21, 1984
I hereby certify that Resolution No. 84-032 was passed
and adopted by the City Council of the City of Lodi in
a regular meeting held March 21, 1984 by the following
vote:
Ayes: Councilmembers - Murphy, Snider, Pinkerton,
Reid, Olson (Mayor)
Noes: Councilmen - None
Absent: Councilmen - None.
ALICE M. F. IMCHE
City Clerk
PADW.N'r TRANSFORMER BID EVALUATION
(UD -E84-1)
..... ,..-:•.� ,.,gin _ x, a ..
30 KVA -
Single Phase
75 KVA -
Single Phase
500 XVA -
Three Phase
'A'
'B'
'A' + 'B'
Estimated A.
'B'
'A' + 'B'
Estimated
'A'
'B'
'A' + 'B'
Estimated
Price
Cost of
Life -Cycle
Delivery Price
Cost of
Life -Cycle
Delivery
Price
Cost of
Lite -Cycle
Delive
W/ tax
Losses
Cost _
(Weeks) v/tax
Losses
Cost
(Weeks)
v/tax
Losses
Cost
i+eeks '
rawtdison Co.
Surlintame, CA
$10.695.40
$8,238.00
$18,?53.40
22 $26,384.80
$21,413.00
$47,997.80
22
$8,341.14
$8.262.80
$16,603.94
20
t Corporation
tortlsnd. OR
$11,723.60
8,228.0M
19,931.60
20-22 33,941.20
23.449.00
57,390.20
20-22
7.823.86
5,720.33
13.344.21
16
SMral Me. Supply Co.
r"ryville. CA
13,531.40
7,363.30
21.1.10.90
23-27 32,478.40
21,162.00
33,640.40
23-27
8.632.64
6,710.93
15.343.39
13-16
re -D Co any
Airway Heights. HA
No Bid
No Bid
8.803.42
3,323.43
14.128.8?
-•
..... ,..-:•.� ,.,gin _ x, a ..
COUNCIL COMMUNICAMON
TO THE CITY COUNCIL DATE NO.
FROM: THE CITY MANAGER'S OFFICE February 1, 1984
SUBJECT: SPECIFICATIONS FOR THE PURCHASE OF PADMOUNT TRANSFORMERS (UD -E84-1)
Specifications for the purchase of ten 50 KVA and twenty 75 KVA single-phase
and one 500 KVA three-phase padmount transformers are presented for Council's
approval and permission to advertise for bids is requested. The bid opening
date has been set for Tuesday, March 13, 1984.
The transformers will be utilized within the following developments,
Lakeshore Village, Units #5, 6 & 7
Park West, Units #2 & 3
Nana Ranch
Summerfield
Meadows
Wine Country Plaza
and to maintain an inventory of transformers for other needs, as they develop.
The estimated cost of this purchase is $48,000 with delivery expected in
four months.
David K. C ry
Utility Director
Attach.
Specifications
Single -Phase and Three -Phase
Padmount 'Transformers '
UD -E84-1
February, 1984
CITE 4F LODI,
anon svuTrm
NOTICE INVITING BIDS TO
FURNISH AND DELIVER SINGLE-PHASE AND THREE-PHASE
PADMOUNT TRANSFORMERS
TO
CITY OF LODI, CALIFORNIA
The City of Lodi hereby invites sealed proposals for furnishing and delivering
single-phase and three-phase padmount transformers.
Each bid shall be in accordance with specifications on file in the office of
the Utility Director, City Hall, City of Lodi, California where copies of said
specifications may be inspected or obtained. No bid will be considered unless
it is submitted on a proposal form furnished by the City of Lodi.
Said sealed proposals shall be delivered to the Purchasing Agent at the City
Hall, 221 West Pine Street, Lodi, California (P. 0. Box 320, Lodi, CA 95241-0320)9
at or before
11:00 A.M., TUESDAY, MARCH 13, 1984
and will be publicly opened on said day and hour in the Council Chambers in
the City Hall, Lodi, California.
The City of Lodi reserves the right to reject any or all bids, to waive any
informality or irregulrrity in any bid, to accept other than the lowest bid, or
not to award the bid.
Reference is hereby made to said specifications for further details.
CITY OF LODI
James W. Pruss
Purchasing Agent
LN -1
11
INFORMATION TO BIDDERS
BID OPENING
A. The purchasing Agent will receive sealed bids in his office, City
Hall, 221 West Pine Street, Lodi, California 95240, until the time
for opening bids as noted in the "Notice Inviting Bids." Bidders
or their authorized agents are invited to be present.
B. The proposal shall be submitted as directed in the "Notice Inviting
Bids" under sealed cover plainly marked as a proposal, and identifying
the equipment to which the proposal relates and the date of the bid
opening therefor. Proposals which are not properly marked may be
disregarded.
PROPOSAL FORM
A. Prospective bidders are furnished with one proposal form included with
the specifications.
B. The proposal must be signed with the full name and address of the bidder,
if a co -partnership, by a member of the firm; if a corporation, by an
officer in the corporate name.
C. The purchaser reserves the right to accept other than the lowest bid
and to reject any or all bids.
REJECTION OF PROPOSALS
Bids may be rejected if they show any alterations of proposal form, additions
not called for, or alternative bids not properly documented. Bids proposing
equipment with which the City has no prior in-service experience may be
rejected. Erasures or irregularities of any kind may also be cause for
rejection.
AWARD OF BID
A. The award of the bid, if it be awarded, will be to the lowest responsible
bidder whose bid proposal complies with all the requirements described.
IB -1
AWARD OF BID (continued)
B. Transformer losses will be considered in the evaluation of the
proposal.
C. Where alternate bids are received, the City Council reserves the
right to select the bid most advantageous to the City. The award, if
made, will be made within thirty (30) days after the opening of the
bids.
DELIVERY
Delivery time will be part of the bid evaluation, ani delivery shall be
clearly indicated on the proposal. Truck delivery shall be made only
during normal working hours.
PRICES
All quoted prices shall be current* and firm for at least thirty (30) days
after date of bid opening. Escalation clause(s) and base indices shall be
clearly specified. Maximum escalation shall also be indicated. Prices to
be F.O.B. Lodi, California.
SALES AND USE TAXES
All quotations submitted shall include California state sales or use taxes.
PAYMENTS
A. Invoices shall indicate sales or use taxes as separate items apart from
tae cost F.O.B. point of delivery. Purchaser's specifications and order
number shall appear on all invoices. All invoices shall be rendered in
triplicate.
B. Full payment by purchaser shall not release supplier of his responsibility
to fully carry out his bid obligations nor be construed by supplier as
acceptance of the work hereunder by purchaser.
* March, 1984
IB -2
meOAW'rccc
A. In addition to any or all guarantees mentioned elsewhere herein, the
supplier shall repair and/or replace entirely at his own expense any
parts or part that may develop defects due to faulty material, workman-
ship or design within a period of at least one year after the equipment
has been accepted by the purchaser.
B. This transaction will be covered by City of Lodi purchase order and
all terms included in Information to Bidders, Proposal and Detailed
Specifications will be binding.
K
IB -3
PROPOSAL
UD -E84-1 - SINGLE-PHASE AND THREE-PHASE
PADMOUNT TRANSFORMERS
FOR
THE CITY OF LODI, CALIFORNIA
PROPOSAL
TO FURNISH EQUIPMENT AS SPECIFIED IN THESE SPECIFICATIONS FOR THE CITY OF
LODI, CALIFORNIA.
Name of Bidder
Address of Bidder
To the Lodi City Council
City Hall
Lodi, California
The undersigned, as bidder, declares that he has carefully examined the
Information to Bidders and Specifications filed for furnishing and delivering
equipment, and agrees that he is fully informed regarding all of the conditions
affecting the materials to be furnished for the completion of the work, and
that his information was secured by personal investigation and research and not
from any estimate of the engineer; and that he will make no claim against the
City by reason of estimates, tests or representations of any officer or agent
of the City; and he proposes and agrees that, if the proposal be accepted, he
will furnish the City of Lodi the necessary apparatus and materials specified
in the bid in the manner and time therein set forth. It has been noted the
City of Lodi reserves the right to accept all or part of this bid, and to reject
any or all bids or to accept other than the lowest bid.
All items listed below are to be in accordance with the City of Lodi
Specifications dated February, 1984. The bidder will submit a detailed list of
any and all exceptions taken to these Specifications. In the absence of such a
list, it will be understood that the bidder's proposal is based on strict con-
formance to the Specifications in all respects. If exceptions are taken, they
will be cleared before the award is made.
If awarded the bid, the undersigned agrees to furnish and deliver the equip -
meet described in the Specifications and that he will take in full payment
therefor the following unit_ and total prices, to -wit:
P-1
ANTITY ITEM WITH UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL
ITEM 1
Ten
50 KVA, single-phase,
12,000 Grd.
Wye/6930 - 240/120 -volt
transformers
Taxes:
$
Subtotal:
$
Delivery
of transformer is
weeks.
Maximum
escalation is
percent.
No load
loss kw; Load
loss (winding)
kw.
Height of
unit inches.
Manufacturer
ITEM 2
Twenty
75 KVA, single-phase,
12,000 Grd.
Wye/6930 - 240/120 -volt transformers
Taxes:
$
Subtotal:
$
Delivery
of transformer is
weeks.
Maximum
escalation is
percent.
No load
loss kw; Load
loss (winding)
kw.
Height of unit inches.
Manufacturer
P-2
UANUTY ITEM WITH UNIT PRICE WRITTEN IN WORDS UNIT PRICE
ITEM 3
One 500 KVA, three-phase, 12,000-volt Delta
to 208Y/120-volt transformer, with
primary On-Off switch.
Taxes:
Subtotal:
Delivery of transformer is weeks.
Maximum escalation is percent.
No load loss kw; Load loss (winding) kw.
Height of unit incb,--s. Manufacturer
GRAND TOTAL: (Items 1 - 3) $
P-3
TOTAL
It is understood and agreed that if this Proposal is accepted, the price
quoted above is inclusive of sales or use tax, or similar tax now imposed by
Federal, State, or other governmental agency upon the material specified.
Shipment will be made by
(trucks, or railroad cars and trucks)
and will be consolidated into about shipments.
(number of)
The undersigned submits with this Proposal complete manufacturer's specifica-
tions covering 311 material bid. Failure to provide adequate information tray
cause rejection of bid.
In any case where discrepancy in extensions may occur, the Bidder agrees that
the unit price shall be taken as the correct figure.
The undersigned has checked carefully all the above figures and understands
that the City and its officers and employees will not be responsible for any
errors or omissions on the part of the undersigned in making up this bid.
The undersigned, as bidder, hereby declares that the only persons or firms
interested in the proposal as principal or principals is or are named herein and
that no other persons or firms than herein mentioned have any interest in this
proposal, that his proposal is made without connection with any other person,
company or parties making a bid or proposal; and that it is in all respects fair
and in good faith, without collusion or fraud.
The undersigned hereby designates as his office to which such notice of
acceptance may be mailed, telegraphed or delivered:
This bid may be withdrawn at any time prior to the scheduled time for the
opening of bids or any authorized postponement thereof.
Dated:
SIGNATURE OF BIDDER
By_
Title
Address
The full names and residences of persons and firms interested in the fore-
going bid, as principals, are as follows: ,
P-4
DIVISION 1 - GENERAL REQUIREMENTS
TRANSFORMERS - OIL FILLED
1-1 GENERAL:
Electrical design and materials shall conform to the latest EEI-NEMA and
ANSI Standards. It is the intent of these specifications to describe
equipment of the best design and construction, for the service for which it
is intended. Consequently, it shall be the City's desire to award contracts
to the bidder who has demonstrated high quality, by a considerable number of
transformers of his manufacture in service on the lines of electrical
utilities over a period of years.
1-2 PERFORMANCE SPECIFICATIONS:
Bidders shall submit with their bid complete performance specifications and
dimensions of the transformers they propose to furnish. Failure to supply
transformer data may be cause for rejection of the bid.
1-3 TESTS:
Transformers shall receive at least the following tests in accordance with
the applicable ANSI and NEMA
Standards:
(1)
Load 6 no load loss.
(5)
Applied and induced potential test.
(2)
Exciting current.
(6)
Impulse voltage test.
(3)
Polarity check.
(7)
Tank pressure.
(4)
Ratio check.
(8)
Radio influence voltage
(NEMA TRI -1980).
1-4 SERVICE:
The manufacturer shall own and operate a service shop in this vicinity, or
the bidder may submit evidence that he has a repair shop contract with an
approved service shop in this vicinity, which has been in effect for a period
of at least one year.
1-1
1-5 GUARANTEE:
The contractor shall guarantee all equipment delivered under these specifica-
tions against any and all defects in material and/or workmanship for a period
of at least one year from date of acceptance. He shall rectify all such
defects by repair or replacement at his own expense and assume responsibility
for associated shipping costs.
1-6 SHIPMENT:
Unloading of truck deliveries will be performed only during the normal 40 -hour
work week. All shipments will be prepaid, F.O.B. Lodi, California.
1-7 TECHNICAL INFORM-NTION:
The following specifications shall be met:
(1) Insulation level: 95 kv BIL (min.)
(2) Insulation rating: 65°C rise
(3) Ground lugs which accept 4-1/0 AWG copper shall be provided.
(4) All exterior surfaces shall be coated, using a system of coordinated
and thoroughly tested materials and application techniques that
will assure long life. Special attention shall be given to welds,
seams, edges and rough spots.
(5) Lifting lugs shall be provided on the tank and shall be located
in such a wad- to avoid interference between lifting slings and
any attrchments on the transformer and to avoid scratching the
transformer coating.
(6) Tanks shall be tested at a pressure equal to or greater than the
maximum operating pressure and for a sufficient period of time to
Insure that all welds are free from leaks. Tank and radiator
construction shall be consistent with good manufacturing and
design practices prevalent in uhe transformer industry, and together
they should contribute to a high quality product.
1-2
1-7 TECHNICAL INFORMATION:(continued)
(7) Stainless steel nameplate shall be securely attached to the
transformer by means of stainless steel screws, rivets or other
fasteners. The letters and numbers shall be stamped on the name-
plate. The instruction nameplate shall contain the information
specified in Section 5.12 of ANSI Standard C57.12.00 - 1980.
(8) Sound level: The sound level shall be equal to or better than
EEI-NEMA Standards.
Transformer losses will be considered in the evaluation of this bid, in
accordance with the following:
No load loss @ $3,950/kw.
Load loss (winding) @ $650/kw.
Quoted losses to be average guaranteed. Certified test report of losses
must be submitted by manufacturer.
1-9 PCB CONTENT:
Transformer fluid must be guaranteed to contain less than 1 p.p.m. Polychlor-
inated Biphenyls (PCB). Certified test report of PCB content must be
produced upon request.
1-10 DIMENSIONS:
The height of the units will be considered in the evaluation of this bid.
Please submit alternate bids for low profile units meeting these specifica-
tions (three-phase units only). '
1-11 LABELING:
The units are to be shipped without the Safety Labels per NEMA No. 260-1982.
The City will affix its personalized "Mr. Ouch" labels.
1-3
DIVISION 2 - EQUIPMENT SPECIFICATIONS
PADMOUNT TRANSFORMER - SINGLE PHASE, 60 Hz, OISC
2-1 GENERAL:
Enclosure to be in conformance with Western Underground Committee Guide
#2.13, Rev. 4, and be of the low -profile design, maximum height 26". The
access door shall open to the top 180* and be removable. The design shall
be dead front, loop feed. Cables shall enter and leave the transformer from
below through openings in a pad.
In addition,to that specified in General Requirements, transformers shall be
provided with the following:
(1) Pressure relief valve: Qualitrol 202-6, Circle Seal P60-383,
or equal.
(2) Low voltage terminals: 4 -hole in-line spade type (all insulated),
which may be rotated to allow convenient connection of cables.
(3) Oil level and drain plugs.
(4) Parking stand(s) for high voltage terminations.
(5) Two (2) loop feed, high voltage universal bushing wells.
(6) RTE Bay -O -Net fuse with moulded outer tube .assembly,
Catalog #4000361050M, A-7 isolation link and oil drip plate
below fuse holder entrance. Fuse element not to be installed,
but supplied in a bag attached to fuse holder handle. ,
2-3 RATINGS AND DF.SI(;N: (Single -Phase Units)
A. Dead front, loop feed with two (2) universal bushing wells.
B. 12,000 Grd. Wye/6930-volt primary to 240/120 -volt secondary.
2-1
2-3 RATINGS AND DESIGN: (Single -Phase Units) - Continued
C. RTE Bay -0 -Net load -sensing fuse with A7 isolation link.
Transformers shall be furnished as follows:
ITEM 1
T -In - 50 KVA, C8-15 amp. fuse.
ITEM 2
Twenty - 75 KVA, C10-25 amp. fuse.
2-2
DIVISION 3 - EQUIPMENT SPECIFICATIONS
PADMOUNT TRANSFORMER - 3-PHASE, 60 HERTZ. OISC
3-1 GENERAL:
Enclosure to be in conformance with Western Underground Committee,
Guide #2.13, Rev. 4. Nigh and low voltage sections shall be separated
and the low voltage door shall be equipped with a locking handle, and in
addition, Lhe doors so arranged that access to the high voltage com-
partment can be gained only after opening the low voltage door; doors
shall be removable. Cables shall enter and leave the compartment
sections -from below, through o,enings in a concrete pad.
3-2 STANDARD ACCESSORIES:
In addition to that specified in General Requirements, transformers shall
be provided with the following:
(1) Pressure relief valve: Qualitrol 202-6 or Circle Seal P60-383.
(2) Low voltage bushing spades - 4 insulated NEMA pattern
(4 holes min.).
(3) Liquid level gauge, drain valve and oil filler plug.
(4) Parking stands for each high voltage elbow terminator.
(5) Universal bushing wells, for high-voltage terminations.
(6) R.T.E. Bay--O-Net fuses with moulded outer tube assembly,
Catalog #400036100, A7 isolation link and oil drip -plate
below fuse holder entranve. Fuse elements not to be installed,
but to be supplied in a bag attached to fuse holder handle.
3-1
3-3 RATINGS AND DESIGN: (Three -Phase Unit)
A. 500 KVA, dead front, radial feed design with three (3) universal
bushing wells.
B. ON-OFF loadbreak, gang -operated, oil -immersed switch. Switch handle
with eye for operation with hot stick shall be located in high-
voltage compartment.
C. 12,000 volt (Delta -connected primary) to 208Y/120 volt.
D. RTE Bav-O-Net fuses, size C12, 50 amp. load sensing with A7
isolation link.