Loading...
HomeMy WebLinkAboutAgenda Report - March 5, 1997 (63)CITY OF LODI COUNCIL COMMUNICATION AGENDA TITLE: Specifications and Advertisement for Bids for a Power Circuit Breaker Speed and Travel; Analyzer MEETING DATE: March 5, 1997 SUBMITTED BY: Electric Utility Director RECOMMENDED ACTION: That the City Council approve the attached specifications and authorize the advertisement for bids for one Power Circuit Breaker Speed and Travel Analyzer. i BACKGROUND: The Electric Utility Department's Electric Substation and Systems Division has requested that a power circuit breaker speed and mechanism travel analyzer be purchased. This type of test equipment is crucial to detecting future maintenance needs. The speed and travel analyzer will be utilized at all power substations in the system. FUNDING: Budgeted in 1996-97 Electric Utility Capital Outlay Fund Estimated Cost: $10,000 BID OPENING: April 3, 1997 Alan N. Vallow Electric Utility Director Prepared by Dale Edens, Technical Services Manager Attachment ANV/DE/pn cc: City Attorney APPROVED . Dixon Flynn CITY MANAGER February 25, 1997 SPECIFICATIONS POWER CIRCUIT BREAKER SPEED AND TRAVEL ANALYZER FEBRUARY 1997 Distribution No. POWER CIRCUIT BREAKER SPEED SECTION 1, PAGE 1 AND TRAVEL ANALYZER NOTICE INVITING BIDS CITY OF LODI, CALIFORNIA The City of Lodi hereby invites sealed proposals to furnish and deliver one power circuit breaker speed and travel analyzer to the City of Lodi, California. Each bid shall be in accordance with this notice and specifications on file and available from the Purchasing Officer, City Hall Annex, 212 West Pine Street, Lodi, California 95240, (209) 333-6777. No bid will be considered unless it is submitted on a proposal form furnished by the City of Lodi. Sealed proposals shall be delivered to the Purchasing Officer at the City Hall Annex, 212 West Pine Street, Lodi, CA 95240 (P.O. Box 3006, Lodi, CA 95241-1910) at or before 11:00 a.m., Thursday, April 3, 1997 At that date and hour said sealed proposals will be publicly opened and read in the Conference Room, City Hall Annex, 212 West Pine Street, Lodi, California. Bidders or their authorized representatives are invited to be present. The City of Lodi reserves the right to reject any or all bids, to waive any informality 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, which specifications and this notice shall be considered part of any contract made pursuant thereto. CITY OF LODI Joel E. Harris Purchasing Officer POWER CIRCUIT BREAKER SPEED SECTION 2, PAGE 1 AND TRAVEL ANALYZER INFORMATION TO BIDDERS BID OPENING A. The Purchasing Officer will receive sealed bids in his office, City Hall Annex, 212 West Pine Street, Lodi, California 95240 (P 0 Box 3006, Lodi, California 95241-1910) until 11:00 a.m., April 3, 1997 At that time, in the Conference Room, City Hall Annex, 212 West Pine Street, Lodi, California, bids will be publicly opened and read. Bidders or their authorized representatives are invited to be present. B. The proposal shall be submitted as directed in the "Notice Inviting Bids" under sealed cover plainly marked Proposal - Power Circuit Breaker Speed and Travel Analyzer Bid Opening -April 3, 1997 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, by an authorized representative of the company. C. The City of Lodi (Purchaser) reserves the right to accept other than the lowest bid, or to reject any or all bids. REJECTION OF PROPOSALS Bids may be rejected if they show any alteration of proposal form, additions not called for, or alternative bids not properly documented. Bids proposing equipment or materials 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. 2-1 POWER CIRCUIT BREAKER SPEED AND TRAVEL ANALYZER SECTION 2, PAGE 2 INFORMATION TO BIDDERS 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 herein described. B. In evaluating the bids and determining lowest cost to the City, the City will consider the Sales Tax Credit in the amount of one percent (1 %) of the purchase price of the materials or equipment, when such purchase is consummated at the retailer's place of business and such business: 1. Is located within the City of Lodi; 2. Is licensed by the California State Board of Equalization to collect sales tax at the local place of business; 3. Maintains a valid City of Lodi Business License. C. Where alternative 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 days after the opening of the bids. D. In case of tie bids, consideration will be given to bids as described in "Award of Bid", Paragraph B, above. If that section does not apply to resolution of the tie, the tie will be broken by a coin toss, conducted by the City Purchasing Officer_ Tie bidders will be notified and may be present. DELIVERY Delivery time will be part of the bid evaluation, and delivery lead-time(s) shall be clearly indicated on the proposal. Delivery shall be made to the City of Lodi Municipal Service Center, 1331 South Ham Lane, Lodi, CA 95242-3995 only during normal receiving hours, 8:00 a.m. - 4:00 p.m., Monday through Friday, excluding holidays. PRICE All quoted prices shall be current and firm for at least ninety days after date of bid opening. Prices to be F.O.B. delivered to the warehouse dock at 1331 South Ham Lane, Lodi, California 95242. If mutually agreeable to all parties, the use of any resultant contract may be extended to other governmental agencies within California, whether a party to this solicitation/award or not. It should be understood that all terms and conditions, as specified herein, shall apply. 2-2 POWER CIRCUIT BREAKER SPEED AND TRAVEL ANALYZER 4 SECTION 2, PAGE 3 INFORMATION TO BIDDERS All quotations submitted shall include 7.75% California Sales or Use Taxes. PAYMENTS A_ Invoices shall indicate sales or use taxes as separate items apart from the cost F.O.B. point of delivery. Purchaser's item description and order number shall appear on all invoices. All invoices shall be rendered in duplicate. B. Full payment by the purchaser shall not release supplier of the responsibility: to fully carry out all bid obligations nor be construed by supplier as acceptance of the work hereunder by purchaser. GUARANTEES In addition to any or all guarantees mentioned elsewhere herein, the supplier shall replace, at no expense to the City of Lodi, any materials or equipment that contain defects due to faulty material, workmanship or design, within a period of one year after the materials or equipment have been accepted by the City. PURCHASES Any transaction made pursuant to this bid and subsequent award shall be covered by City of Lodi Purchase Order, and all terms included in Notice to Bidders, Information to Bidders, Proposal, and Specifications, shall be binding. 2-3 POWER CIRCUIT BREAKER SPEED AND TRAVEL ANALYZER CITY OF LODI, CALIFORNIA Date: February, 1997 To: The Lodi City Council c/o Purchasing Officer From: (If delivered by FedEx. UPS, or courier): 212 West Pine Street Lodi CA 95240 (Name of Bidder) SECTION 3, PAGE 1 BID PROPOSAL (If delivered by mail): P O Box 3006 Lodi CA 95241-1910 The undersigned, as bidder, declares to have carefully examined the Notice Inviting Bids, Information to Bidders, and Specifications filed for furnishing and delivering this material or equipment, and agrees to be fully informed regarding all of the conditions affecting the material or equipment to be furnished for the completion of the order, and further agrees that the information was secured by personal investigation and research and not from any estimate of a City employee, and that no claim will be made against the City by reason of estimates, tests or representations of any officer or agent of the City, and proposes and agrees if the proposal be accepted, to furnish the City of Lodi the necessary equipment or material 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, to reject any or all bids, or to accept other than the lowest bid. Material or equipment listed below is to be in accordance with the City of Lodi specifications attached hereto. 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 conformance to the specifications in all respects. All exceptions taken will be evaluated, and a determination as to acceptability of the exception will be made by the City of Lodi before the award is made. If awarded the bid, the undersigned agrees to furnish and deliver the material or equipment described in the specifications, and to take in full payment therefor the following unit and total prices, to -wit: 3-1 POWER CIRCUIT BREAKER SPEED SECTION 3, PAGE 2 AND TRAVEL ANALYZER BID PROPOSAL 1 each SPEED AND TRAVEL ANALYZER $ SALES TAX 7.75% $ TOTAL $ OPTIONS 1. IBM Compatible Software $ 2. Carrying Case $ 3. Circuit Breaker Control Initiate Box $ 4. Transducer Carrying Case $ 5. Clamp on Current Probe $ 6. Yearly Maintenance Contract $ year 6a. Maximum price escalation of maintenance contract through year 5. $ %per year Delivery weeks ARO. Terms Manufacturer: Name Address Warranty years. 3-2 POWER CIRCUIT BREAKER SPEED AND TRAVEL ANALYZER SECTION 3, PAGE 3 BID PROPOSAL It is understood and agreed that if this Proposal is accepted, the prices quoted above are inclusive of sales or use taxes, or similar tax now imposed by Federal, State, or other governmental agency upon the material or equipment specified. 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 completing this 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, 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 this 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. This bid may be withdrawn by the written request of an authorized representative of the bidding company at any time prior to the scheduled time for the opening of bids or prior to any authorized postponement thereof. The undersigned hereby designates as the office to which such notice of acceptance may be mailed or delivered: Name of Company: Address: City, State, ZIP Authorized Signature: Name: Title: Telephone No.: FAX Number: Date: 3-3 POWER CIRCUIT BREAKER SPEED SECTION 4, PAGE 1 AND TRAVEL ANALYZER GENERAL PROVISIONS 4.1 GENERAL A. It is the intent of these specifications to describe a power circuit breaker speed and travel analyzer and associated equipment of the best design and construction for the use for which it is intended, consequently it shall be the City's desire to award the contract to the bidder who has demonstrated high quality by having a number of this type of speed analyzer in use over a period of years. B. The speed and travel analyzer shall consist of all equipment necessary to perform all normal speed and travel tests that utilities perform. The cost of optional equipment shall be listed separately. 4.2 SPECIFIC REQUIREMENTS A. The speed and travel analyzer shall be of the manufacturer's latest micro- processor design and meet or exceed the following requirements: RS -232 interface, which allows control from a IBM-PC computer. 2. Capability of measuring closing/opening times of three contacts simultaneously. 3. Each channel shall be capable of detecting main and insertion resistor contacts from 50-5000 ohms. 4. Capability of measuring breaker operating mechanism travel and three contact closer simultaneously. 5. Breaker nameplate date shall be entered by keyboard and shall include, but not limited to: Company name, station name, manufacturer, model, serial number and operator I.D. 6. A minimum of two wet input channels shall be provided to monitor a breaker's A/B switch. 7. The analyzer shall be capable of measuring three-phase contact, time, stroke, velocity, over -travel and wipe. All results shall be printed by a integral thermo printer on minimum 4.5 inch wide paper. 4-1 POWER CIRCUIT BREAKER SPEED AND TRAVEL ANALYZER SECTION 4, PAGE 2 GENERAL PROVISIONS B. A minimum of two voltage inputs shall be available 30 to 300 volts D.C. or peak A. C. 9. The analyzer shall be of a one piece design except for accessories and travel transducer, and shall weigh less than twenty pounds. 4.3 The following shall be bid as separate items: IBM compatible software. 2. Carrying case. 3. Circuit breaker control initiate box. 4. Transducer carrying case. 5. Clamp on current probe. 6. Yearly maintenance service contract. 4-2