HomeMy WebLinkAboutAgenda Report - October 6, 19934�
CITY C7F LORI COUNCIL COMMUNICATION
AGENDA TITLE: Specifications and Advertisement for Bids for 1200 KVAR
Capacitor Bank and Controllers for the Electric Utility
r,epartment (EUD 93-4)
MEETING DATE: October 6, 1993
SUBMITTED BY: Electric Utility Director
RECOMMENDED ACTION: That the City Council approve the specifications and
authorize advertisement for bids for the purchase of one
1200 KVAR capacitor bank and four controllers.
BACKGROUND INFORMATION: The capacitor bank and one controller will be installed
on the distribution system to maintain the power factor
during heavy loading periods. The remaining controllers
will be installed on existing capacitor banks currently
without controllers.
The bid opening date has been set for Wednesday, November 3, 1993.
FUNDING: The estimated cost of this purchase is $7,600 with funding
budgeted in the Electric Utility Department's 1993-94 FY Budget.
Henry J. Rice
Electric Utility Director
Prepared by: Mel Grandi, Electrical Engineer
c: Asst. Electric Utility Director
Purchasing Officer
APPROVED / — L'
THOMAS A. PETERSON ecvUsa pope,
1 City Manager
CCEUD93.4/CO.COM CIC -1
QQ
CITY OF LODI
ELECTRIC UTILITY DEPARTMENT
r
CITY OF LODI
ELECTRIC UTILITY DEPARTMENT
Specifications
1200 KVAR CAPACITOR BANK
AND CONTROLLERS
EUD 93-4
z October 1993
NOTICE INVITING BIDS
FURNISH AND DELIVER, 1200 KVAR CAPACITOR BANK AND CONTROLLERS
TO
CITY OF LODI, CALIFORNIA
The City of Lodi hereby invites sealed proposals for furnishing
and delivering 1200 KVAR capacitor bank and controllers to the City of
Lodi, California.
Each bid shall be in accordance with this notice and specifica-
tions on file with and available from the Electric Utility Director,
City Hall, 221 West Pine Street, Lodi, California 95240, (209)
333-6762. No bid will be considered unless it is submitted on a
proposal form furnished by the City of Lodi.
Said sealed proposals shalt be delivered to the Purchasing Officer
at City Hall, 221 West Pine Street, Lodi, CA 95240 (P. 0. Box 3006,
Lodi, CA 95241-1910) at or before
11:00 A.M., WEDNESDAY, NOVEMBER 3, 1993
Said sealed proposals will be publicly opened on said day and hour in
the Public Works' Conference Room, First Floor, City Hall, 221 West
Pine Street, Lodi, California. Bidders or their authorized agents 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
LN -1
LN-93.4/TXTU.OID
I
no
INFORMATION TO BIDDERS
A. The Purchasing Officer will receive sealed bids in his office, City
Hall, 221 West Pine Street, Lodi, California 95240, (P. 0. Box 3006,
Lodi, CA 95241-1910) until 11:00 a.m., Wednesday, November 3, 1993.
At that time, in the Public Works Conference Room, First Floor, City
Hall, 221 West Pine Street, Lodi, California, bids will be publicly
opened and read. Bidders or their authorized representative are
invited to be present.
B. The proposal shall be submitted as directed in the "Notice Inviting
Bids" under sealed cover plainly marked "Bid Proposal - Capacitor
Bank and Controllers." Proposals which are not properly marked may
be disregarded.
PROPOSAL FORM
A. Prospective bidders are furnished with two proposal forms included
with the specifications.
B. One proposal must be signed with the full name and address of the
4
bidder, by an authorized representative of the company.
C. The 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 alterations of proposal form,
additions not called for, or alternative bids not properly documented.
Bids pr000sing 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.
IB -1
IB-93.4/TXTU.OID
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.
B. Where alternate bids are received, the Zity Council reserves the
right to select the bid most advantageous to the City. The award,
if made, will be made within forty-five days after the opening of
the bids.
C. In case of tie bids, the tie will be broken by a coin toss conducted
by the City Purchasing Officer. Tie bidders will be no`.ified and
may be present.
DELIVERY
Delivery time will be part of the bid evaluation, and delivery shall be
clearly indicated on the proposal. Truck delivery shall be made to City
of Lodi Municipal Service Center, 1331 South Ham Lane, Lodi, CA 95242
only during normal working hours (8:00 a.m. - 4:00 p.m. Monday through
Friday).
PRICES
All quoted prices shall be current and firm for at least forty-five days
after date of bid opening. Prices to be F.O.B. Lodi, California.
SALES AND USE TAXES
All quotations submitted shall include 7.75% California/local sales or
use taxes.
IB -2
IB-93.4/TXTU.01D
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 purchaser shall not release supplier of his
responsibility to fully carry out his bid obligations nor be
construed by supplier as acceptance of the equipment hereunder by
purcha-er.
GUARANTEES
In addition to any or all guarantees mentioned elsewhere herein, the
supplier shall repair and/or replace, at no expense to the City of Lodi,
any part or parts that may develop defects due to faulty material,
workmanship or design within a period of at least one year after the
equipment has been accepted by the purchaser.
PURCHASES
This transaction will be covered by City of Lodi purchase order, and all
terms included in Notice to Bidders, Information to Bidders, Proposal
and Specifications will be binding.
IB -3
IB-93.4/TXTU.OID
PROPOSAL
EUD 93-4 1200 KVAR CAPACITOR BANK AND CONTROLLERS
FUR
THE CITY OF LODI, CALIFORNIA
PROPOSAL TO FURNISH AND DELIVER EQUIPMENT AS SPECIFIED HEREIN
TO THE CITY OF LODI, CALIFORNIA.
From: (Name of Bidder)
To: The Lodi City Council
City Hall
Lodi, California
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
orr!er, and that the information was secured by personal investigation and
research and not from any estimate of a City engineer; 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 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.
Equipment listed below are 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 exceptions will be
made by the City of Lodi before the award is made.
If awarded the b"d, the undersigned agrees to furnish and deliver the equipment
described in the specifications and will take in full payment therefor the
following unit and total prices, to -wit:
P-1
P-93.4/TXTL'.010
EUD 93-4
UNIT EXTENDED
QUANTITY DESCRIPTION PRICE PRICE
One 1200 KVAR switched capacitor bank
$ $
Unit Price Written in Words
Four Capacitor bank controller,
socket mounted, time and temperature
controlled.
Unit Price Written in WordsT
Sub -total: $
Taxes: (7.75%) $
TOTAL PRICE: $
Manufacturer (hank only)
Delivery weeks
Descriptive literature on proposed equipment enclosed?
Are any exceptions taken to the Specifications?
(If yes, list exceptions below)
P-2
P-93.4/TXTU.OID
Yes No
Yes No
EUD 93-4
It is understood and agreed that if this proposal is accepted, the price quoted
above is inclusive of sales or use taxes, or similar tax now imposed by Federal,
State, or other governmental agency upon the material 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 his office to which such notice of
acceptance may be mailed, telegraphed or delivered:
Name of Company
Address
City, State, Zip
Authorized Signature
Name (printed/typed)
Title
Telephone Number
FAX Number
Dated
P-3
P-93.4/TXTU.01D
EQUIPMENT SPECIFICATIONS
12 -KV SWITCHED CAPACITOR BANK AND CONTROLLER
I. 12 -KV SWITCHED CAPACITOR BANK
A. GENERAL
Capacitor banks shall be rated 1200 KVAR and be utilized
on a 12.0-kv (nominal) system. The banks shall consist
of six (6) individual, two (2) bushing, 7.2-kv, 200 KVAR
single-phase capacitors connected in a floating
(ungrounded) Wye.
B. REQUIREMENTS FOR CAPACITOR UNITS
1. Standards - Capacitor units shall be manufactured
and tested in accordance with the latest
revision(s) of NEMA CP1 and applicable ANSI/IEEE
Standards.
2. Ratings - Each individual capacitor shall be rated
as follows:
0 200 KVAR (nominal)
0 7200 volts
0 95-kv Bil (minimum)
3. Construction - Each individual capacitor shall be
constructed as follows:
o Paint Color: ANSI 70 Gray
o Capable of mounting with NEMA standard 15.62"
centers.
o Bushing creepage shall be 10" (minimum).
o Each bushing shall include an insulating
terminal cover.
S-1
S112 -KV CAPACITORS 09/28/93
I
o Capacitors shall contain NO PCB's.
o All film foil construction
o Two (2) porcelain bushings
4. Losses - Capacitor losses shall not exceed 0.2
watts/KVAR. This value is based upon being
energized at rated voltage in a 406 C ambient
temperature.
5. The internal corona starting voltage or ionization
level shall not be less than 180% of rated voltage
at 25° C.
6. Each capacitor design shall have successfully
passed the applicable design tests described in
ANSI and NEMA Standards (latest revision).
7. All units shall successfully pass a test where d.c.
voltage at 4.3 times the capacitor -rated voltage is
applied for 10 seconds minimum.
C. REQUIREMENTS FOR ASSEMBLIES
1. Equipment shall be preassembled and wired ready for
raising into place and bolting to the pole.
2. Equipment shall be capable of being installed in
conformance with California G.O. 95 as received
from the vendor.
i
3. Cantilever strength of the rack shall provide a
safety factor of five (5).
4. Rack material shall be 6061-T6 aluminum (no finish
is required) or steel. The steel shall conform to
ASTM A36 (latest revision) with hot -dipped
S-2
S#12 -KV CAPACITORS 09/28/93
Ll
galvanized finish per ASTM A153 (latest revision).
5. Bushing air clearances between individual units
shall be twelve (12) inches minimum, phase -to -phase
and six (6) inches minimum phase -to -ground.
6. Banks shall be wired in a floating (ungrounded) Wye
and have a bare loop approximately three (3) inches
long at each end of the neutral bus to permit
attachment of grounds when required.
7. Bus wiring shall have 5-kv minimum insulation.
D. REQUIREMENTS FOR SWITCHES
1. Switches shall be rated for capacitor switching up
to 1200 KVAR banks (400 KVAR per switch). Switches
shall have terminal covers.
2. Switches must be supplied with 5 -conductor plug and
receptacle. The switches shall have two porcelain
bushings. Control voltage to be 120 VAC and
control circuit to include holding switch. Control
wiring to be factory assembled with switch controls
wired and terminated on a terminal board located in
a weatherproof, frame -mounted junction box.
Acceptable oil switches are:
Westinghouse C15S15CS00
General Electric 9F90DBF100
Cooper Power System KNR-KA121NR1-KA374NR2
3. Capacitor switches shall be insulated from the rack
by means of porcelain stand-off insulators.
Minimum creepage of the stand-off insulators shall
S-3
S#12 -KV CAPACITORS 09/28/93
ft
g. Number of series - parallel sections and the
section voltage at rated voltage operation.
h. Results of all required tests.
S-4
S#12 -KV CAPACITORS 09/28/93
be ten (10 inches).
4.
Means for grounding the switch tanks only shall be
provided.
5.
Grounding connector for switch tank shall be of a
material compatible with switch tank finish.
6.
Ground lead shall consist of 600 -volt insulated
copper, minimum of No. 6 AWG and shall be insulated
from the rack with Schedule 80 PVC conduit.
7.
Switch leads shall have three (3) inches bare
section on load side to permit attachment of
grounds when required.
E. QUOTATION AND DRAWING REQUIREMENTS
1.
For evaluation purposes, each bid shall be
accompanied by the following information for each
capacitor unit:
a. Lass versus temperature.
b. Capacitance versus temperature.
C. Corona starting voltage versus temperature.
d. Maximum and average watts loss from accual
production.
e. Safe time versus current plots or allowable iZt
values.
f. Dielectric stress in volts/mil.
g. Number of series - parallel sections and the
section voltage at rated voltage operation.
h. Results of all required tests.
S-4
S#12 -KV CAPACITORS 09/28/93
2. Complete descriptive data with proposed drawings
for all included equipment shall accompany the
proposal
3. Approval drawings are required. Two (2) sets of
final drawings and instruction manuals shall be
provided by the supplier.
4. Bidders shall submit information as to the chemical
content of all fluids used within the capacitor
units offered in this proposal. Absolutely no
PCB's or any fluids containing any form of
chlorinated benzines will be accepted. The
nameplate on each oil -filled unit shall include the
words, "fluid is less than one p.p.m. PCB."
II. CAPACITOR BANK CONTROLLER
The controller shall be a Sangamo Type AW -T catalog No. 55945
with the following:
o Socket type mounting
o Suitable for outdoor installation
o Lockable cover
0 120 volt
o Operation counter
i o Separate thermostat control settings within time switch
settings
S-5
S#12 -KV CAPACITORS 09/28/93