HomeMy WebLinkAboutAgenda Report - June 19, 2002 E-05yOF�-
COUNCIL• •
�q< op��P
AGENDA TITLE: Approve plans and specifications and authorize advertisement for bids for one (1) Battery
Capacity Test System ($10,000) (EU D)
MEETING DATE: June 19, 2002
PREPARED BY: Electric Utility Director
RECOMMENDED ACTION: That the City Council approve the plans and specifications for one (1) Battery
Capacity Test System and authorize advertising for bids.
BACKGROUND INFORMATION: The Electric Department substations are controlled by D.C. battery power.
These systems are critical to the operation of all equipment in the
substations. It is impossible to take the batteries out of service for load
testing. At the present time, the technicians have no reliable method to do on line testing of the batteries. Some of
the substation battery systems are over 15 years old, knowing the condition of the batteries is essential. This battery
testing system will enable the technicians to do on line testing and track the condition of our battery systems while in
service.
Bid opening has been scheduled for July 17, 2002.
FUNDING: 20,r0�1--2003 Financial Plan & Budget Pg. E-6
Funding Approval: "'" s )q • ° s `� '� r
Vicky WcAthie, Finance DirActor J /
Alan N. Vallow Jv/
Electric Utility Director
PREPARED BY: Jess Kerekes, Electrical Technician
ANV/JK/Ist
C: City Attorney
Finance Director
APPROVED:
H. Dixon Flynn - Ci Manager
BATTERY CAPACITY
TEST SYSTEM
CITY OF LODI, CALIFORNIA
SECTION 1
NOTICE INVITING BIDS
The City of Lodi hereby invites sealed proposals to furnish and deliver One (1) Battery
Capacity Test System 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
11:00a.m., Wednesday, July 17, 2002
At that date and hour said sealed proposals will be publicly opened and read in the
Public Works Conference Room, City Hall, 221 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
1-1
BATTERY CAPACITY
TEST SYSTEM
SUBMISSION OF BIDS
SECTION 2, PAGE 1
INFORMATION TO BIDDERS
A. The Purchasing Officer will receive sealed bids at the following address until
11:00 a.m., Wednesday, July 17, 2002
B. Bids shall be submitted under sealed cover, plainly marked "Proposal — Battery
Capacity Test System, Bid Opening, July 17, 2002". Bids which are not properly
identified may be disregarded. Bids which are not received by 11:00 a.m.,
Wednesday, July 17, 2002, will be returned to the bidder unopened.
Bids shall be submitted
To: Lodi City Council
c/o Purchasing Officer
(If delivered by FedEx. UPS, or courier): (If delivered by mail):
212 West Pine Street P O Box 3006
Lodi CA 95240 Lodi CA 95241-1910
BID OPENING
A. At 11:00 a.m., Wednesday, July 17, 2002, or as soon as possible thereafter, in
the Public Works Conference Room, City Hall, 221 West Pine Street, Lodi,
California, bids will be publicly opened and read. Bidders or their authorized
representatives are invited to be present.
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 (hereinafter "City") 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
BATTERY CAPACITY
TEST SYSTEM
AWARD OF BID
SECTION 2, PAGE 2
INFORMATION TO BIDDERS
A. The award of the bid, if it be awarded, will be to the lowest responsible bidder in
each size category whose bid proposal complies with all the requirements herein
described. Evaluation to determine "lowest responsible bidder" will consider
quoted price and estimated cost of "Load" and "No -Load" losses based upon
losses quoted in the proposal.
B. In evaluating the bids and determining lowest responsible bidder and 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
sixty 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 only during normal receiving hours,
8:00 a.m. — 4:00 p.m., Monday through Friday, excluding holidays.
PRICES
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 1331 South Ham Lane, Lodi, California
95242.
2-2
BATTERY CAPACITY
TEST SYSTEM
OTHER GOVERNMENT AGENCIES
If mutually agreeable to all parties,
to other governmental agencies
solicitation/award or not. It should
specified herein, shall apply.
SALES AND USE TAXES
SECTION 2, PAGE 3
INFORMATION TO BIDDERS
the use of any resultant contract may be extended
within California, whether a party to this
be understood that all terms and conditions, as
All quotations submitted shall include 7.75% California Sales or Use Taxes, and all
sales shall be subject to California Sales or Use Taxes in effect at the time of
transaction.
PAYMENTS
A. Invoices shall be submitted only for items and quantities ordered for release and
delivery, and delivered subsequent to such order release, and shall indicate
sales or use taxes as separate items apart from the cost F.O.B. point of delivery.
Purchaser's item description and release 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.
Where manufacturers' warranties exceed one year, said warranties shall remain in
effect for the full period of the warranty.
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
BATTERY CAPACITY SECTION 3, PAGE 1
TEST SYSTEM BID PROPOSAL
CITY OF LODI, CALIFORNIA
Date: June, 2002
To:
From:
The Lodi City Council
c/o Purchasing Officer
City Hall Annex
(If by FedEx, UPS, or courier):
212 West Pine Street
Lodi CA 95240
If by mail;
P O Box 3006
Lodi CA 95241-1910
(Name of Bidder)
The undersigned, as bidder, declares to have carefully examined the Notice Inviting Bids,
Information to Bidders, and Specifications filed for furnishing and delivering this equipment, and
agrees to be fully informed regarding all of the conditions affecting the 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, an proposes and agrees if the proposal be accepted, to furnish the
City of Lodi the necessary equipment specified in the bid in the manner and time therein set
forth. tt 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.
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 fumish and deliver the equipment described in the
specifications, and to take in full payment therefor the following unit and total prices, to -wit:
3-1
BATTERY CAPACITY TEST SYSTEM
One — Battery Capacity Test System consisting of $
Battery Analyzer and Digital Density Meter,
Per attached specifications Tax (7.75%) $
Total $
Delivery: weeks.
Manufacturer: Model Number.
Descriptive literature on proposed equipment enclosed? Yes No
Are any exceptions taken to the specifications? Yes No
Exceptions/Comments:
KDq
BATTERY CAPACITY SECTION 3, PAGE 3
TEST SYSTEM 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 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
SPECIFICATIONS
FOR
BATTERY CAPACITY TEST SYSTEM
1-1 GENERAL
A. It is the intent of these specifications to describe a battery capacity test system
of the best design and construction for the service 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 considerable number of this type
of battery capacity test systems in service over a period of years.
B. The Battery Capacity Test System shall consist of a data storing battery
multimeter and a hand held digital density meter. (Reference — Alber Model
CLC -200 Cellcorder and Anton-Paar Model DMA -35N -CLC Hydrometer,
respectively, or equal). The multimeter shall be capable of storing readings of 7
battery strings of 256 cells each. The temperature and specific gravity shall be
entered automatically to the battery tester using a digital hydrometer that is
compatible with the battery tester. The City reserves the right to determine
equivalency in cases where the proposed equipment differs from the above
referenced equipment.
1-2 SPECIFIC REQUIREMENTS
A. Data Storinc Battery Multimeter: In addition to the requirements above, the
Battery Multimeter shall meet or exceed the following design criteria:
Lightweight construction (10 lbs. or less). Not including leads or
carrying case.
2. Capable of being used on a single cell or multi cell modules with a
rating up to 16 volts and 8000 amp hours.
3. The system display window shall have a 4 -line by 20 -character display
visible in any light condition. The tester shall be programmable from
the front panel.
4. Capable of testing lead acid, nickel cadmium, URLA and other types of
standby batteries used in the Electric Utility industry.
5. Shall perform all tests specified by IEEE, S.T.D. 450 and IEEE -PARI 188.
6. Shall be powered by a self-contained rechargeable battery. Recharge or
AC power operation shall be provided from a wall plug transformer module
supplied with the unit.
4-1
7. Shall have built in diagnostics to detect if the test leads are connected
properly, and a built in audio alert to inform user when a reading is out of
tolerance.
8. The unit shall be designed to work in high ripple, high noise environments.
The unit shall be designed to operate off line or on line without
disconnecting the battery from service.
9. All battery cell voltage readings shall have an accuracy of ± 0.1 °lo.
10. The unit shall have 2 (two) sets of test leads fumished. One set shall be a
set of standard voltmeter probes and the other set a 3 -clip set for use in the
multimeter mode. Also included shall be a carrying case.
11. The unit shall be capable of testing, displaying and recording cell voltage,
internal cell resistance and inter cell connection resistance.
12. The unit shall be capable of connecting a fixed resistance across the cell,
forcing a current of approximately 70 amps to flow through the battery.
During this load condition the unit should calculate the intercell connection
resistance and internal cell resistance.
B. Digital Density Meter: Shall include an interface module to permit transfer of
data to a data storing battery multimeter; software to enable this data transfer
shall be included.
1. Shall be lightweight (less than 1 Ib.) and battery operated.
2. Shall have one hand operation, be made to fit into tight spaces and with a
display easily read, regardless of sampling position.
3. Shall be capable of storing up to 1024 data points.
4. Shall have a pipette style pump which is easily replaceable.
A. One spare pump shall be provided.
5. Shall be designed for industrial and utility applications.
6. Shall record each cell's temperatures and the specific gravity shall be
automatically temperature -corrected before being displayed.
4-2
1-3 Service, Parts, Maintenance, Guarantee, Etc.
The successful bidder shall have service, parts and repair capability. The successful
bidder shall guarantee the supplied equipment for a minimum of one year, parts and
labor included. The successful bidder shall include descriptive literature on the
proposed equipment with the bid. Exceptions taken to these specifications shall be
clearly identified in the bid.
A. The successful bidder shall provide training at the City of Lodi Electric
Department for a time period necessary to acquaint the equipment operators
with the ability to operate the equipment in a safe and efficient manner. Such
training shall be provided at no cost to the City of Lodi.
B. The equipment manufacturer shall have the ability to repair the equipment in
a timely manner or a substitute unit shall be provided in the event of a lengthy
repair process.
C. One set of manuals and any other necessary documentation shall be furnished
for each piece of equipment furnished.
4-3