HomeMy WebLinkAboutAgenda Report - December 8, 1982 (54)-:COUNCIL COIF MUNICA N
TO• THE CRY COUNCIL DATE o�
FROM: THE CRY MANAGERI OFFICE DECEIOER 1, 1982
SUBJECT: SPECIFICATIONS FOR THE PURCHASE OF 60 -KV METERING UNITS (UD -E82-10) i
C
Specifications for the purchase of three single-phase, outdoor, 60-kv
metering units are presented for Council's approval and permission to
advertise for bids is requested. The oid opening date has been set for
Tuesdsy, December 28, 1982.
The metering units are a component of the 60-kv metering facility at
Killelea Substation, authorized in the 1982-83 Utility Outlay Budget.
The estimated cost of this purchase is $22,500 with delivery expected
in approximately three months.
Attach.
David K. Crry
Utility Dilector
Specifications
SINGLE=PIfASF METERING UNITS
UD -E82-10
December. 1982
NOTICE INVITING BIDS TO
FURNISH AND DELIVER SINGLE-PHASE METERING UNITS
3 d Yi 2aeli d.C.j
The City of Lodi hereby invites sealed proposals for furnishing and
delivering single-phase metering units.
Each bid shall be in accordance with specifications on file in the
office of the Utility Director, City Hall, City of Lodi, California 95240,
where copies of said specifications may be inspected or obtained. No bid
e
..
..111 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 (P. 0. Box 320 - 95241), Lodi, California,
at or before
11:00 A.M. , TUESDAY,, DECEMBER 28, 1982
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 irregularity 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.
i.
t'f` r'•;.��I�StR!'?E'N..`9�: �• �a'.�)'S,[ce. �: ::Ti++'i �. 1:
4
INFORMATION TO BIDDERS
A. The purchasi � Agent G?ill receive W3 In his oHice, City
Hall, 221 Wi:!'3t
y
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. f
C
AITARD OF BID
A. The award of the bid, if it be awarded, will be to the lowest responsible }
E
bidder whose bid proposal complies with all the requirements described.
IB -1
�J
AWARD OF BID (continued)
B. Where alternate bids are received, the City Council reserves the right
to select the bid most advantageous to the City. The award, if madw,
will be made within thrity (30) days after the opening of the bids.
DELIVERY
Delivery time will be part of the bid evaluation, and 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 thrity (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 itndicete sales or use taxes as separate items apart from
the 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 shad 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.
* December, 1982.
IB -2
GUARANTEES
A. Is 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.
IB -3
THE CITY OF LODI, CALIFORNIA
E
! PROPOSAL
TO FURNISH EQUIMENr AS SPECIFIED IN THESE SPECIFICATIONS FOR TIM CI'i'SC OF
LODI, CALIFORNIA.
Nage of Bidder h
Address of Bidder
To the Lodi City Council
City Mall x{ s
Lodi, California;
The undersigned, as bidder, declares that he has carefully examinad.ahe }'
Information to Bidders and Specifications filed for fur:fishing and delivatieg Fx,r": ';
equipment, and agrees that he is fully informed regarding it11 of the conditiiotl�t
affecting the materials to be furnished for the completion of. the works ria►d t
that his information was secured by. personal investigation an research ape noAsny'
from any` estimate of the engineer.; and that he will make no claim saiast
City by reason of estimates, tests or representations of aofficer oryagant F}�,
of the City; and he proposes and agrees that, if the proposal be accept; he
will furnish the Ci of Lodi the necessary ry apparatus and materials: apecif3,ed r�':
in the bid in the manner and time therein set foath. It has been aot4d the =:, ;���`"�
City of Lodi reserves the rig' to accept all or Bart of this -bid, and t04rejmcC
any or all bids or to accept other than the lowest bid.VM
t,
e'yRUV"S��
All items listed below are to be in accordance with; the- City..of?f}Yhr
Specifications dated December, 1987. The' biddiiwill ,submit a detailed lisC, '
s any and .all exceptions taken; to these Specifications. In the` abserica of
F + r
list, it will be understood that the bidder's proposal is based on itrict` eoa�+.��F
formance to the Specifications in all respects. If exceptions are taken,,
will be cleared before the award is made.,;
„
If %warded the bid, the undersigned agreas to furnish and deliver the equip-�
-went described in the Specifications and that he will take in'full
therefor the following unit and total prices,. to wit:.{A.41
,� g
SV !
a
BID FOR SINGLE»PHASE, 60 -KV YMERING UNITS
Rantiq ITEM WITH UNIT PRICE WRITTEN IN WORDS
A
tf
Un Price Totai
transformer ratio 300:1 (34,500:67.0€1115.
�
volts) and current transformer ratio
600/1200:5
Taxes:
$ f
Q
Total:
$
a
ALTERNATE
'
3
Sane unit as specified above, except with
one secondaryvoltage transformer width�i
O.
rated 34,500l115volts (300:1 ratio)
k
_
y va
r ice, 3, 9
Taxes:
Total:F
Delivery
is weeks.
Manufacturer
•�p1q'a JiJ�
Y
• y nt
,rl
TJ
y
P-2
i i �
It is. understood and agreed that if this Proposal is accepted, the price
gnoted,abova 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'mede by :
(trucks, or railroad cars and'.trucks)
and x:11 be consolidated into alswtir shis�to` "
she, undersigned suta:ULs wiss3 La,i a'COp03.11 cs,.,y1«k, acture. -'J!,
tions covering all material bid. Failure to provide adequate information may:
cause rejection of bid.
,yam
In any case where discrepancy in extensions may occur, the,$idder.agreea that, °k
the,unit price shall be taken as the correct figure. '€r�.=
The undersigned has checked carefully all the above figures and :understandsyl,r
that the City and its officers and employees will not be responsible for an'y
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 firaas �s
interested in the proposal as principal or principals is or are named hereii`
that no other persona or firms than herein mentioned have any interest:'in h
proposal, that his proposal is made without connection with any-other_persaa
company or parties making a bid or proposal; and that--.it-4s in all respects fair
and in good faith, without collusion or fraud.
> , r
The undersigned hereby designates as his office to which such notice ofa.
+" acceptance may .be mailed, telegraphed or delivered:
}
Sfti?
This bid may.,,be withdrawn at any time prior,...to the
scheduled., timer;#o '
opening of bids or any authorised postponement thereof.:,,
ithea"
SIGNATURE OFL,:BIDDER
y , y
��I���1
B
�. ��rtY+
.: r : tom•\
D y
Title
Dated: Addressr'��=.
The full names and residences of persons and firm
interested in the"'!iora�
going bid, as principals, are as follows:
Y
ryv
q y
i'
VR
S e
v
Y,44 J1
P-3
i
a
DIVISION 1 - GENERAL REQUIREMENTS
METERING UNITS - OIL FILLED
1-1
GENERAL:
It is the intent of these specifications to describe single-phase, oil-
filled, outdoor metering units that combine a voltage transformer and a
current transformer into one unit, sharing a common porcelain. The metering
units (3) must be suitable for application in a bank, on a three -wire, 60-kv
(line -to -line) system. The units to be platform mountable and have two
high-voltage connections each.
1-2 PERFORMANCE SPECIFICATIONS:
Bidders shall submit with their bid complete performance specifications and
dimensions of the metering units they propose to furnish. Failure to
supply such data may be cause for rejection of the bid.
1-3 TESTS:
Metering units shall receive and pass at least the following tests in
accordance with the applicable ANS1 Standards:
1. Ratio check
2. Polarity check
3. Accuracy. test
4. Powe-.- factor test
F:
5. Aprlied (insulation) test
1-4 SERVICE•
The mgnufacturer 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
i 1-5 GUARANTEE:
The contractor shall guarantee all equipment delivered under these specif ica-
tions against any and all defects in material and/or workmanship for a period
Of at least onS. ')':i? (0-1.1 ll -n of e,� "III
defects by repair or replacement at his own expense .and assLme responsibi li'Ly
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 INFORMATION:
The following specifications shall be met:
1. Insulation level: 350 kv BIL (min.).
2. Insulation rating: 55°C rise.
3. Ground pad NEMA 2 -hole.
4. All exterior surface% 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 base and shall be
located in such a way to avoid interference between lifting
slings and arty attachments on the metering unit and to avoid .
scratching the surface coating.
6. The unit shall be hermetically sealed to prevent breathing and
entry of moisture. A gas 'cushion' above the oil shall be
maintained at a positive pressure throughout all tem erature
extremes at which the unit is to bc- operated (50 feet above
sea level, 25'F - 115'F ambient temperature range). F
Id
1-7 TECHNICAL INFORMATION: (continued)
7. Stainless steel diagrammatic nameplate shall be securely attached
to the unit by means of stainless steel screis, rivets or other
fasteners. The letters and numbers shall be stamped on the name-
plate.
S. Sound level: The sound level shall be equal to or better than
EEI-NEMA Standards.
1-8 PCB CONTENT:
Fluid must be guaranteed to contain less than l p.p.m. Polychlorinated
Biphenyls (PCB). Certified test roport of PCB content must be produced
upon request.
t-3
DIVISION 2 - EQUIPMENT SPECIFICATIONS
SINGLE-PHASE, 60 HZ, OIL -FILLED, METERING UNIT
2-1 ACCESSORIES:
In addition to that specified in General Requirements, metering unit shall
be provided with the following:
1. NEMA 4 -hole primary terminal pad (2).
2. Oil gauge, magnetic type.
3. Oil -filling plug.
4. Oil drain/filling valve.
5. Instruction manual.
6. Test report.
2-2 RATINGS AND DESIGN:
Transformer cores to be manufactured of cold -rolled, high -permeability,
grain -oriented silicon steel annealed under controlled conditions.
Porcelain to be one-piece, wet process glazed inside and out having
ANSI -70 gray color.
Secondary windings to terminate in a weather -tight terminal box(es) at
the base level. Polarity and terminal identification to be clearly marked.
VOLTAGE TUNSFORMER:
Primary Wind:.m: The neutral end of the primary winding is to be
brought out through a 5-kv bushing on the tank and grounded with a
removable strap.
Secondary winding: A secondary and a tertiary winding shall be
provided, each having a 58% tap, making ANSI C57.13 standard voltage
available.
2-1
o
2-2 RATINGS AND DESIGN: (continued)
Rating: 34,500 volts primary for application on a 60-kv line -to -
line system and 67.08/115 -volt secondary (each winding). Accuracy
0.3 class, W through ZZ burdens. Thermal rating to be minimum
6,500 VA.
CURRENT TRANSFORMRR: To be single core with single, dual ratio
secondary.
Rating: 600/1200:3 with 1.5 thermal rating factor. Accuracy 0.3
class through B 2.0 burdens (both ratios).
2-3 ALTERNATE BID:
Same unit as specified above, except: Voltage transformer to have a
single, no tap secondary winding, rated 115 volt (34,500 -volt primary).
2-2