request for proposals - University of Southern Maine

advertisement
Administered by
UNIVERSITY OF SOUTHERN MAINE
Facilities Management
REQUEST FOR PROPOSALS
Transformer
Pre-Purchase
Gorham Central Heat Plant
RFP 2012-015C
ISSUE DATE:
February 19, 2013
PROPOSALS MUST BE RECEIVED BY
March 1, 2013 by 2:00 pm
DELIVER PROPOSALS TO:
University of Southern Maine
Facilities Management
Attn: Adam Thibodeau
30 University Way
Gorham, ME 04038
SECTION ONE
NOTICE TO VENDORS
(Advertisement)
The University of Southern Maine, Gorham Campus is seeking proposals for the
following:
Gorham Central Heat Plant –Transformer Pre-purchase 2012-015C
Project Summary: The University of Southern Maine, a member of the University of
Maine System desires to pre-purchase the transformer for the Gorham Central Heat
Plant at the Gorham Campus.
Proposals will be received until 2:00 PM, March 1, 2013, at the Gorham Facilities Office
at which time they will be opened and evaluated. Submissions received after this time will
be returned unopened. Submitting firms will be notified of the results.
Additional information may be obtained at the following web site:
http://www.usm.maine.edu/facilities/current-projects Click on “USM GorhamTransformer Pre-purchase 2012-015C"
General information may also be obtained from Adam Thibodeau, Facilities
Management, University of Southern Maine, Portland, ME (207-780-4751) or
athibodeau@usm.maine.edu.
SECTION TWO
2.0 GENERAL INFORMATION:
2.1 Purpose: The University of Southern Maine is seeking proposals for Transformer prepurchase for the Gorham Central Heat Plant.
2.2
The University of Southern Maine will hereinafter be referred to as the "University."
Respondents to the RFP shall be referred to as "Vendor(s)” or “Vendor(s)”.
2.4
Evaluation Criteria: Award will be made to the low vendor provided that all project
requirements are satisfactorily met. However, consideration will be given to delivery,
service and warranty
2.5
Award: The University reserves the right to conduct any tests it may deem advisable and to
make all evaluations. The University reserves the right to reject any or all proposals, in whole
or in part and is not necessarily bound to accept the lowest proposal if that proposal is
contrary to the best interests of the University. The University reserves the right to waive
minor irregularities. Scholarships, donations, or gifts to the University will not be
considered in the evaluation of proposals. A proposal may be rejected if it is in any way
incomplete or irregular. When there are tie proposals, there shall be a preference for "in-state
vendor". When tie proposals are in-state or out-of-state, the award will be made to the
proposal that arrives first at the USM Facilities Management Office.
2.6 Award Protest: Vendor’s may appeal the award decision by submitting a written protest to
the University of Southern Maine Director of Engineering and Architecture within five (5)
business days of the date of the award notice, with a copy of the protest to the successful
vendor. The protest must contain a statement of the basis for the challenge.
2.7
Communication with the University: It is the responsibility of the vendor to inquire about any
requirement of this RFP that is not understood. Responses to inquiries, if they change or
clarify the RFP in a substantial manner, will be forwarded by addenda to all parties that have
received a copy of the RFP. Addenda will also be posted on our web site,
http://www.usm.maine.edu/facilities/current-projects.-USM Gorham -Transformer PrePurchase. The University will not be bound by oral responses to inquiries or written
responses other than addenda. Inquiries must be made to:
Adam Thibodeau
University of Southern Maine
Facilities Management
P.O. Box 9300
25 Bedford Street
Portland, Maine 04104-9300
(207) 780-4751
athibodeau@usm.maine.edu
2.8
Submission: A SIGNED original of the proposal must be received at the University of
Southern Maine, Facilities Management, 30 University Way, Gorham, Maine 04038, in a
sealed envelope no later than 2:00 P.M. local time, Friday, March 1, 2013, at which time
they will be opened and evaluated. Submitting firms will then be notified of the results. The
proposal must be date/time stamped by the Facilities Management Office in order to be
considered. Vendors are strongly encouraged to submit proposals in advance of the due
date/time to avoid the possibility of missing the 2:00 deadline due to unforeseen
circumstances. Vendors assume the risk of the methods of dispatch chosen. The University
assumes no responsibility for delays caused by any package or mail delivery service. A
postmark on or before the due date WILL NOT substitute for receipt of proposal. In the event
of suspended University operations due to weather, the proposal opening will be rescheduled
for the next business day at the same time and location. Proposals received after the due
date and time will be returned unopened. Additional time will not be granted to any single
vendor, however, additional time may be granted to all vendors when the University
determines that circumstances require it. FAXED OR E-MAIL PROPOSALS WILL NOT BE
ACCEPTED.
2.9
Proposal Envelope: The signed proposal should be returned in an envelope or package,
sealed and identified as follows:
From ________________
Name
March 1, 2013
Due Date
2:00 p.m.
Time
2012-015C
Proposal No.
2.10 Printed copies may be obtained from:
USM Facilities Management, 25 Bedford St. Portland, ME. 04104
Information may also be obtained at the following web site:
http://www.usm.maine.edu/facilities/current-projects
Click on “USM Gorham -Transformer Pre-Purchase 2012-015C"
2.11 Proposal Understanding: By submitting a proposal, the vendor agrees and assures that the
specifications are adequate, and the vendor accepts the terms and conditions herein. Any
exceptions should be noted in your response.
2.12 Costs of Preparation: Vendor assumes all costs of preparation of the proposal
and any presentations necessary to the proposal process.
2.13 Debarment: Submission of a signed proposal in response to this solicitation is certification
that your firm (or any subcontractor) is not currently debarred, suspended, proposed for
debarment, declared ineligible or voluntarily excluded from participation in this transaction by
any State or Federal department or agency. Submission is also agreement that the University
will be notified of any change in this status.
2.14 Proposal Validity: Unless specified otherwise, all proposals shall be valid for sixty (60) days
from the due date of the proposal.
2.15 Errors: Proposals may be withdrawn or amended by vendors at any time prior to the proposal
opening. After the proposal opening, proposals may not be amended. If a significant mistake
has been made by an apparent low vendor, the vendor will be given the option of selling at
the price given or withdrawing the proposal. If an extension error has been made, the unit
price will prevail.
SECTION THREE
3.0 GENERAL TERMS AND CONDITIONS:
3.1
Contract Administration: The University of Southern Maine’s Department of Facilities
Management or its designee shall be the University's authorized representative in all matters
pertaining to the administration of this Contract.
3.2
Contract Documents: If a separate contract is not written, the Contract entered into by the
parties shall consist of the RFP, the signed proposal submitted by the Contractor, the
specifications including all modifications thereof, and a purchase order, all of which shall be
referred to collectively as the Contract Documents.
3.3
Contract Modification and Amendment: The parties may adjust the specific terms of this
Contract (except for pricing) where circumstances beyond the control of either party require
modification or amendment. Any modification or amendment proposed by the Contractor
must be in writing to the University of Southern Maine, Facilities Management Office. Any
agreed upon modification or amendment must be in writing and signed by both parties.
3.4
Contract Term: The Transformer, as specified, shall be delivered to the University of Southern
Maine, Gorham Campus on or before June 17, 2013. The vendor agrees to pay liquidated
damages to the University of Southern Maine in the amount of $825.00/Day for damages
incurred by the University due to the Vendor’s failure to deliver the equipment within the
contract time.
3.5
Contract Validity: In the event one or more clauses of the Contract are declared invalid,
void, unenforceable or illegal, that shall not affect the validity of the remaining portions of
the Contract.
3.6
Non-Waiver of Defaults: Any failure of the University to enforce or require the strict keeping
and performance of any of the terms and conditions of this Contract shall not constitute a
waiver of such terms, conditions, or rights.
3.7
Clarification of Responsibilities: If the Vendor needs clarification of or deviation from the
terms of the Contract, it is the Vendor's responsibility to obtain written clarification or
approval from the Contract Administrator.
2.8
Litigation: This Contract and the rights and obligations of the parties hereunder shall be
governed by and construed in accordance with the laws of the State of Maine without
reference to its conflicts of laws principles. The Vendor agrees that any litigation, action or
proceeding arising out of this Contract, shall be instituted in a state court located in the State
of Maine.
3.9
Indemnification (Vendor): The Vendor agrees to be responsible for, and to protect, save
harmless, and indemnify the University and its employees from and against all loss,
damage, cost and expense (including attorney's fees) suffered or sustained by the
University or for which the University may be held or become liable by reason of injury
(including death) to persons or property or other causes whatsoever, in connection with the
operations of the Vendor under this agreement.
3.10 Assignment: Neither party of the Contract shall assign the Contract without the prior written
consent of the other, nor shall the Vendor assign any money due or to become due without
the prior written consent of the University.
3.11 Equal Opportunity: In the execution of the Contract, the Vendor and all sub vendors
agree, consistent with University policy, not to discriminate on the grounds of race, color,
religion, sex, sexual orientation, including transgender status or gender expression,
national origin or citizenship status, age, disability, genetic information, or veteran’s
status and to provide reasonable accommodations to qualified individuals with disabilities
upon request. The University encourages the employment of individuals with disabilities.
3.12 Sexual Harassment: The University is committed to providing a positive environment for all
students and staff. Sexual harassment, whether intentional or not, undermines the quality of
this educational and working climate. The University thus has a legal and ethical
responsibility to ensure that all students and employees can learn and work in an
environment free of sexual harassment. Consistent with the state and federal law, this right
to freedom from sexual harassment was defined as University policy by the Board of
Trustees.
Failure to comply with this policy could result in termination of this Contract without advance
notice. Further information regarding this policy is available from the Office of Equity and
Compliance, 209 Deering Avenue, Portland, ME, (207) 780-5510, darylmc@usm.maine.edu
3.13 Contractor’s Liability Insurance: During the term of this agreement, the Vendor
shall maintain the following insurance:
Insurance Type
Coverage Limit
1. Commercial General Liability
$1,000,000 per occurrence or more
(Written on an Occurrence-based form) (Bodily Injury and Property Damage)
2. Vehicle Liability
(Including Hired & Non-Owned)
$1,000,000 per occurrence or more
(Bodily Injury and Property Damage)
3. Workers Compensation
(In Compliance with Applicable State Law)
Required for all personnel
The University of Maine System shall be named as Additional Insured on the Commercial
General Liability insurance.
Certificates of Insurance for all of the above insurance shall be filed with:
University of Southern Maine
Facilities Management
25 Bedford Street
Portland, Maine 04104
Certificates shall be filed prior to the date of performance under this Agreement. Said
certificates, in addition to proof of coverage, shall contain the standard Acord statement
pertaining to written notification in the event of cancellation, with a thirty (30) day
notification period.
As additional insured and certificate holder, the University should be included as
follows: University of Maine System
16 Central Street
Bangor, Maine 04401
3.14 Campus Tobacco Use Policy: A tobacco-free campus has been established at The
University of Southern Maine to provide a healthy working and learning environment for the
entire campus community.
1. The University of Southern Maine is a tobacco-free campus. This policy applies to faculty,
staff, students, contractors, vendors and visitors. The use of tobacco and all smoking
products is not permitted on any university-owned property, which includes but is not
limited to, buildings, university grounds, parking areas, campus walkways, recreational
and sporting facilities, and university or personally-owned, rented or leased vehicles.
2. Tobacco use by definition includes the possession of any lighted tobacco products, or the
use of any type of smokeless tobacco, including but not limited to chew, snuff, snus,
electronic cigarettes, and all other nicotine delivery devices that are non-FDA approved
as cessation products.
3. It is the shared responsibility of all members of the campus community to respect and
abide by this policy. The successful implementation of this policy depends on the
courtesy and cooperation of the entire campus community.
3.15 Payments: Payment will be upon submittal of an invoice to the University by the Vendor on a
Net 30 basis unless discount terms are offered. Invoices must include a purchase order
number. The University is using several, preferred methods of payment: PCard (Visa); Bank
of America’s ePayables and PayMode electronic payment systems. Please indicate your
ability to accept payment via any or all of these methods.
3.16 Delivery: on or before June 17, 2013- The Vendor will have the complete responsibility for the
equipment until it delivered and unloaded to the University of Southern Maine –Gorham
Campus. Final location to be determined, at which point it will be turned over to the installing
contractor. All transportation and unloading arrangements to the University will be the
responsibility of the Vendor. Refer to section 1.2 of the Specifications.
SECTION FOUR
SPECIFICATIONS
261200- Pad Mount Transformer
UNIVERSITY OF SOUTHERN MAINE
CHP GORHAM BOILER REPLACEMENT
PROJECT #: 2013-003
PADMOUNT TRANSFORMER
SECTION 261200
PRE-PURCHASE SPECIFICATION
PADMOUNT TRANSFORMER
PART 1 - GENERAL
1.1
SCOPE OF WORK
A.
1.2
RELATED DOCUMENTS
A.
1.3
1.4
Contract Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.
DIVISION OF RESPONSIBILITY
A.
Equipment Vendor:
1.
Equipment manufacturer contracted by the University to fabricate and supply the
specified equipment. Additional responsibilities include equipment submittals, factory testing, delivery of the equipment to the jobsite, field inspections upon arrival
at the jobsite, supervision of all pre-functional testing procedures, training and additional activities as listed in this specification.
B.
Electrical Contractor:
1.
Installation contractor contracted by the University to install and integrate the
specified equipment for the project. Additional responsibilities include inspection
of the equipment upon arrival to the job site, coordination of the equipment delivery, off loading and final placement of the equipment, protection of the equipment
between offloading and final placement, field installed wiring, switchgear control
wiring verification, assistance in all pre-functional & functional testing procedures,
assistance in switchgear as-built submittals, preparation of field as-built drawings
and additional activities as listed in this specification.
SUMMARY
A.
1.5
Provide medium voltage transformer as shown on the Contract Drawings and in
conformance with this Section.
This Section includes the following types of transformers with medium-voltage
primaries:
1.
Pad-mounted, liquid-filled transformers.
DEFINITIONS
A.
The following definitions apply to this Section:
RMF PROJECT NO.: 112377.A0
PRE-PURCHASE DOCUMENTS
26 12 00 - 1
FEBRUARY 18, 2013
UNIVERSITY OF SOUTHERN MAINE
CHP GORHAM BOILER REPLACEMENT
PROJECT #: 2013-003
1.
2.
3.
4.
5.
6.
7.
8.
1.6
1.7
PADMOUNT TRANSFORMER
AA: air-to-air (dry type, ventilated, self-cooled)
AC: alternating current
FA: forced-air (cooled)
FFA: future forced air (cooled)
FCAN: full capacity above normal
FCBN: full capacity below normal
MOV: metal oxide varistor
OA: oil-to-air (liquid-immersed, self-cooled)
QUALIFICATIONS
A.
The manufacturer of the core and coil shall procure all other transformer components,
and shall assemble, factory test, and prepare the transformer for shipping.
B.
The transformer manufacturer shall have quality certification to ISO 9000:2000 or
equivalent.
REFERENCE STANDARDS
A.
Comply with the following standards in effect at the time of bid submittal:
1.
2.
3.
4.
5.
6.
IEEE C2 National Electrical Safety Code.
IEEE 259-1999 IEEE Standard Test Procedure for Evaluation of Systems of
Insulation for Dry-Type Specialty and General Purpose Transformers
IEEE 1276-1997 IEEE Guide for the Application of High Temperature Insulation
Materials in Liquid-Immersed Power Transformers
IEEE 1388-2000 IEEE Standard for the Electronic Reporting of Transformer Test
Data
IEEE 1538-2000 IEEE Guide for Determination of Maximum Winding
Temperature Rise in Liquid-Filled Transformers
IEEE C37 Family of Guides and Standards for Circuit Breakers, Switchgear,
Relays, Substations, and Fuses, with emphasis on the following:
a.
b.
7.
ANSI/IEEE C37.47-1981(R1992) American National Standard
Specifications for Distribution Fuse Disconnecting Switches, Fuse Supports,
and Current-Limiting Fuses
IEEE C37.121 IEEE Standard for Switchgear-Unit SubstationsRequirements
IEEE C57 Family of Guides and Standards for Distribution, Power, and
Regulating Transformers, with emphasis on the following:
a.
b.
c.
IEEE C57.12.00 IEEE Standard General Requirements for--LiquidImmersed Distribution, Power, and Regulating Transformers
IEEE C57.12.01-1998 IEEE Standard General Requirements for Dry-Type
Distribution and Power Transformers Including Those with Solid Cast
and/or Resin Encapsulated Windings
ANSI/IEEE C57.12.10 American National Standard for Transformers--230
RMF PROJECT NO.: 112377.A0
PRE-PURCHASE DOCUMENTS
26 12 00 - 2
FEBRUARY 18, 2013
UNIVERSITY OF SOUTHERN MAINE
CHP GORHAM BOILER REPLACEMENT
PROJECT #: 2013-003
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
8.
9.
10.
1.8
PADMOUNT TRANSFORMER
kV and Below 833/958 through 8333/10,417 kVA, Single-Phase, and
750/862 through 60,000/80,000/100,000 kVA, Three-Phase without Load
Tap Changing; and 3750/4687 through 60,000/80,000/100,000 kVA with
Load Tap Changing--Safety Requirements
ANSI/IEEE C57.12.22-1993 (R1998) American National Standard for
Transformers-- Pad-Mounted, Compartmental-Type, Self-Cooled, ThreePhase Distribution Transformers with High-Voltage Bushings, 2500 kVA
and Smaller: High-Voltage, 34,500 GrdY/19,920 Volts and Below; Low
Voltage, 480 Volts and Below—Requirements
ANSI/IEEE C57.12.26-1992 IEEE Standard for Pad-Mounted,
Compartmental-Type, Self-Cooled, Three-Phase Distribution Transformers
for Use with Separable Insulated High-Voltage Connectors (34,500
GrdY/19,920 Volts and Below; 2500 kVA and Smaller)
ANSI/IEEE C57.12.28 American National Standard Pad-Mounted
Equipment--Enclosed Integrity
IEEE C57.12.70 IEEE Standard Terminal Markings and Connections for
Distribution and Power Transformers
IEEE C57.12.80 IEEE Standard Terminology for Power and Distribution
Transformers
IEEE C57.12.90 IEEE Standard Test Code for Liquid-Immersed
Distribution, Power, and Regulating Transformers and IEEE Guide for Short
Circuit Testing of Distribution and Power Transformers
IEEE C57.105-1978 (R1999) IEEE Guide for Application of Transformer
Connections in Three-Phase Distribution Systems
IEEE C57.109-1993 IEEE Guide for Liquid-Immersed Transformer
Through-Fault-Current Duration
IEEE C57.111-1989 (R1995) IEEE Guide for Acceptance of Silicone
Insulating Fluid and Its Maintenance in Transformers
IEEE C57.121-1998 IEEE Guide for Acceptance and Maintenance of Less
Flammable Hydrocarbon Fluid in Transformers
ANSI/IEEE 386 Separable Insulated Connector Systems for Power Distribution
Systems Above 600V
NFPA 70 National Electrical Code
Applicable NRTL standards.
SUBMITTALS
A.
Compliance statement as described under Quality assurance section of this Specification.
B.
Product Data: The equipment vendor shall provide rated nameplate data, capacities,
weights, dimensions, minimum clearances, installed devices and features, location of
each field connection, and performance for each type and size of transformer indicated.
C.
Shop Drawings: The equipment vendor shall provide diagram power signal and control
wiring.
1.
Underground primary and secondary conduit stub-up location.
2.
Dimensioned concrete base, outline of transformer, and required clearances.
3.
Ground rod and grounding cable locations.
RMF PROJECT NO.: 112377.A0
PRE-PURCHASE DOCUMENTS
26 12 00 - 3
FEBRUARY 18, 2013
UNIVERSITY OF SOUTHERN MAINE
CHP GORHAM BOILER REPLACEMENT
PROJECT #: 2013-003
1.9
PADMOUNT TRANSFORMER
D.
Manufacturer Seismic Qualification Certification: The equipment vendor shall submit
certification that transformer assembly and components will withstand seismic forces up
to seismic design category B. Include the following:
1.
Basis for Certification: Indicate whether withstand certification is based on actual
test of assembled components or on calculation.
a.
The term "withstand" means "the unit will remain in place without separation of any parts from the device when subjected to the seismic forces specified."
2.
Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and
locate and describe mounting and anchorage provisions.
3.
Detailed description of equipment anchorage devices on which the certification is
based and their installation requirements.
E.
Qualification Data: For installer, manufacturer, and testing agency.
F.
Source quality-control test reports.
G.
Field quality-control test reports.
H.
Follow-up service reports.
I.
Operation and Maintenance Data: Prepared by the equipment vendor for transformer and
accessories to include in emergency, operation, and maintenance manuals.
QUALITY ASSURANCE
A.
Quality Certification: The transformer manufacturer shall have quality certification to
ISO 9000:2000 or an equivalent Quality Management System acceptable to the Engineer.
Evidence of certification shall be submitted with equipment shop drawings.
B.
Electrical Testing Agency Qualifications: An independent electrical testing agency, with
the experience and capability to conduct the specified testing, and is a member company
of the InterNational Electrical Testing Association.
1.
Testing Agency's Field Supervisor: Person currently certified by the InterNational
Electrical Testing Association or the National Institute for Certification in
Engineering Technologies to supervise on-site testing specified in Part 3.
C.
Comply with IEEE C2 National Electrical Safety Code, NEC requirements, and
Reference Standards listed herein.
D.
Compliance Statement: The Equipment Vendor shall include a Compliance Statement, at
the time of Bid, listing each Specification Section stating paragraph-by-paragraph
compliance with the Specification, and proposed nonconformities. Provide short
description of minor nonconformities, and detailed explanation of other nonconformities.
RMF PROJECT NO.: 112377.A0
PRE-PURCHASE DOCUMENTS
26 12 00 - 4
FEBRUARY 18, 2013
UNIVERSITY OF SOUTHERN MAINE
CHP GORHAM BOILER REPLACEMENT
PROJECT #: 2013-003
1.10
PADMOUNT TRANSFORMER
COORDINATION
A.
The Electrical Contractor shall coordinate cable quantities, sizes, and connection
requirements specified in other Sections of Division 26 with components to be provided
under this Section.
B.
The Electrical Contractor shall coordinate size and location of concrete equipment pads
with the work of other trades. Follow the transformer manufacturer’s installation
instructions. Set inserts into concrete formwork prior to placement of concrete, and check
that inserts remain in place during placement of concrete.
PART 2 - PRODUCTS
2.1
MANUFACTURERS
A.
Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1.
2.
3.
4.
5.
6.
2.2
Asea Brown Boveri, Ltd.
Eaton / Cutler-Hammer.
General Electric.
Siemens Energy & Automation, Inc.
Schneider Electric / Square D
Cooper Industries; Cooper Power Systems Division
OUTDOOR PAD-MOUNTED, LIQUID-FILLED TRANSFORMER
A.
Outdoor pad-mounted liquid-filled transformer, T-1, shall have the following ratings:
,
1.
2.
3.
4.
5.
6.
B.
150 KVA OA
12470V, three phase, wye, 60 Hz primary
208/120V, three phase, four wire, solidly grounded wye secondary
2 to 5.5% impedance
Outdoor enclosure
Basic Impulse Level: 95kV BIL.
Pad-mounted transformers shall be in compliance with IEEE C57.12.00, shall have HV
and LV compartments located side-by-side and separated by a steel barrier, with
concealed-hinge lockable steel HV and LV compartment doors, stainless-steel tank base
and cabinet, and furnished with the following:
1.
Insulating Liquid: Less flammable, edible-seed-oil based, and UL listed as
complying with NFPA 70 requirements for fire point of not less than 300 deg C
when tested according to ASTM D 92. Liquid shall be biodegradable and
nontoxic.
2.
Insulation Temperature Rise: 55 deg C, based on an average ambient temperature
of 30 deg C over 24 hours with a maximum ambient temperature of 40 deg C. as
defined by ANSI/IEEE C57.12.00.
RMF PROJECT NO.: 112377.A0
PRE-PURCHASE DOCUMENTS
26 12 00 - 5
FEBRUARY 18, 2013
UNIVERSITY OF SOUTHERN MAINE
CHP GORHAM BOILER REPLACEMENT
PROJECT #: 2013-003
3.
PADMOUNT TRANSFORMER
Transformer coils shall be copper wound on a 5-legged core of electrical grade
steel with high magnetic permeability and insulated laminations.
C.
Full-Capacity Voltage Taps: Four nominal 2.5 percent taps, two above and two below
rated primary voltage, with hot-stick operable no-load tap changer for de-energized use
and with position indicator and padlock hasp, located in the HV terminal compartment.
D.
High-Voltage Switch: 200 A, make-and-latch rating of 10-kA RMS, symmetrical,
arranged for loop feed with 3-phase, 4-position, closed transition sectionalizing type
(feed-from-left, feed-from-right, isolated-from-both, through-feed-to-both), gangoperated, load-break switch that is oil immersed in transformer tank with hot-stick
operating handle in primary compartment.
E.
Primary Fuses: Fuse assembly with fuses complying with IEEE C37.47.
1.
Bayonet style liquid-immersed weak link (overload sensing) expulsion fuses in
series with liquid-immersed current limiting fuses.
F.
High-Voltage Terminations and Equipment: Dead front ANSI/IEEE C57.12.26 with
universal-type bushing wells for dead-front bushing-well inserts, complying with
IEEE 386 and including the following:
1.
Bushing-Well Inserts: One for each high-voltage bushing well.
2.
Surge Arresters: set of three dead-front, elbow-type, metal-oxide-varistor units.
3.
Parking Stands: One for each high-voltage bushing well.
4.
Portable Insulated Bushings: Arranged for parking insulated, high-voltage, loadbreak cable terminators; one for each primary feeder conductor terminating at
transformer.
G.
LV connections: For cable connected secondary, provide insulated secondary bushings
with tin-plated NEMA standard spade terminals to suit the incoming LV cable.
H.
Grounding: Provide stainless steel grounding terminal welded to the enclosure structural
steel base. Provide tin-plated braided copper neutral grounding jumpers between the
neutral bushing and the tank.
I.
Enclosure shall be heavy gauge steel, cleaned, degreased, primed, and finish-coated with
two-part epoxy paint, UL-recognized outdoor green. Transformers shall have two
stainless steel grounding conductor lugs welded to the enclosure. Transformers shall
have lifting eyes, and provisions for jacking. Steel base and frame shall allow use of pipe
rollers in any direction. Enclosure hinged door compartments shall be fitted with threepoint latching mechanism and flush lock, and two sets of keys shall be provided. HV
compartment door shall be held closed by a closed LV compartment door, and shall be
further secured by a recessed penthead bolt. Doors shall be latched in the fully open
position by a gravity-operated rod. Non-locking externally accessible parts shall be
secured with tamper-resistant hardware to prevent unauthorized entry.
J.
Accessories:
1.
Drain Valve: 1 inch (25 mm), with sampling device.
2.
Dial-type thermometer.
RMF PROJECT NO.: 112377.A0
PRE-PURCHASE DOCUMENTS
26 12 00 - 6
FEBRUARY 18, 2013
UNIVERSITY OF SOUTHERN MAINE
CHP GORHAM BOILER REPLACEMENT
PROJECT #: 2013-003
3.
4.
5.
6.
7.
8.
9.
2.3
Nameplates: Engraved, laminated-plastic or metal nameplate for each transformer,
mounted with corrosion-resistant screws.
SEISMIC RESTRAINTS
A.
2.5
Design and fabricate transformers, and anchorage devices for them, to withstand static
and seismic forces in any direction.
QUALITY ASSURANCE
A.
Factory Tests: Perform design and routine tests according to standards specified for
components. Conduct transformer tests according to IEEE C57.12.90.
B.
Factory Tests: Perform the following factory-certified tests on each transformer:
1.
2.
3.
4.
5.
6.
7.
8.
9.
2.6
Liquid-level gauge.
Pressure-vacuum gauge.
Pressure Relief Device: Self-sealing with an indicator.
Busway terminal connection at low-voltage compartment.
Alarm contacts for gauges and thermometer listed above.
Sudden pressure relay, ANSI Device No. 63.
Key interlock to permit opening HV compartment door only after LV compartment
door is open.
IDENTIFICATION
A.
2.4
PADMOUNT TRANSFORMER
Resistance measurements of all windings on rated-voltage connection and on tap
extreme connections.
Ratios on rated-voltage connection and on tap extreme connections.
Polarity and phase relation on rated-voltage connection.
No-load loss at rated voltage on rated-voltage connection.
Excitation current at rated voltage on rated-voltage connection.
Impedance and load loss at rated current on rated-voltage connection and on tap
extreme connections.
Applied potential.
Induced potential.
The Owner retains the right to witness all required factory tests. Notify Engineer
of the scheduled date and duration of factory tests.
SPARE PARTS AND SPECIAL TOOLS
A.
Furnish extra materials described below that match products installed and that are
packaged with protective covering for storage and identified with labels describing
contents.
1.
Fuses: Six of each type and rating for this project.
2.
Plug-in lightning arresters: 3 of each type and rating for this project.
3.
Plug-in cable termination elbows: 3 of each type and rating for this project.
4.
Touchup Paint: Three containers of paint matching enclosure finish, each 0.5 pint
RMF PROJECT NO.: 112377.A0
PRE-PURCHASE DOCUMENTS
26 12 00 - 7
FEBRUARY 18, 2013
UNIVERSITY OF SOUTHERN MAINE
CHP GORHAM BOILER REPLACEMENT
PROJECT #: 2013-003
PADMOUNT TRANSFORMER
(250 mL).
B.
Maintenance Tools: Furnish tools and miscellaneous items required for interrupter
switchgear test, inspection, maintenance, and operation. Include the following:
1.
Hot stick suitable for primary voltage with the following accessories:
a.
Hook attachment to operate load tap changer
b.
Neon glow tube attachment to indicate energized cable
c.
Hook attachment to plug in and unplug separable connectors
d.
One pair of insulating rubber gloves suitable for primary voltage
e.
Ten sets of cotton liners for the insulating rubber gloves
f.
One pair of leather outer gloves to protect the rubber gloves
g.
One pair of insulating rubber boots suitable for primary voltage
h.
Ten sets of cotton liners for the insulating rubber boots
PART 3 - EXECUTION
3.1
EXAMINATION
A.
The Electrical Contractor shall examine areas and conditions for compliance with
requirements for medium-voltage transformers.
B.
The Electrical Contractor shall examine roughing-in of conduits and grounding systems
to verify the following:
1.
2.
3.2
Wiring entries comply with layout requirements.
Entries are within conduit-entry tolerances specified by manufacturer and no
feeders will have to cross section barriers to reach load or line lugs.
C.
The Electrical Contractor shall examine walls, floors, roofs, and concrete equipment pads
for suitable mounting conditions where transformers will be installed.
D.
The Electrical Contractor shall verify that ground connections are in place. Maximum
ground resistance shall be 5 ohms at transformer.
E.
The Electrical Contractor shall proceed with installation only after unsatisfactory
conditions have been corrected.
DELIVERY, STORAGE, AND HANDLING
A.
The Equipment Vendor shall deliver, store, and handle the transformer and accessories in
accordance with manufacturer’s instructions.
B.
The Equipment Vendor is responsible for all shipping and insurance costs to the jobsite.
RMF PROJECT NO.: 112377.A0
PRE-PURCHASE DOCUMENTS
26 12 00 - 8
FEBRUARY 18, 2013
UNIVERSITY OF SOUTHERN MAINE
CHP GORHAM BOILER REPLACEMENT
PROJECT #: 2013-003
3.3
3.4
INSTALLATION
A.
The Electrical Contractor shall install transformers on concrete equipment pads.
1.
Anchor transformers to concrete equipment pads according to manufacturer's
written instructions, and according to seismic design category B.
2.
Construct concrete equipment pads of dimensions 7 feet by 7 feet and minimum 6
inches (150 mm) thick outdoors.
3.
Use 3000-psi (20.7-MPa), 28-day compressive-strength concrete and
reinforcement.
4.
Place and secure anchorage devices. Use supported equipment manufacturer's
setting drawings, templates, diagrams, instructions, and directions furnished with
items to be embedded.
5.
Tack-weld or bolt transformers to channel-iron sills embedded in concrete
equipment pads. Install sills level and grout flush with floor or base.
B.
Maintain minimum clearances and workspace at equipment according to manufacturer's
written instructions and the NEC.
IDENTIFICATION
A.
3.5
3.6
The Electrical Contractor is responsible for identifying field-installed wiring and
components and providing warning signs.
CONNECTIONS
A.
The Electrical Contractor shall ground equipment according to Equipment
Manufacturer’s recommendation.
B.
The Electrical Contractor shall connect wiring according to Equipment Manufacturer’s
recommendation.
C.
The Electrical Contractor shall tighten electrical connectors and terminals according to
manufacturer's published torque-tightening values. If manufacturer's torque values are
not indicated, use those specified in UL 486A and UL 486B.
FIELD QUALITY CONTROL
A.
3.7
PADMOUNT TRANSFORMER
Manufacturer's Field Service: The Equipment Manufacturer shall engage a factoryauthorized service representative to inspect field-assembled components and equipment
installation, including connections, and to assist in field testing. Report results in writing.
FOLLOW-UP SERVICE
A.
Voltage Monitoring and Adjusting: The Electrical Contractor shall perform the
following voltage monitoring immediately prior to Substantial Completion:
RMF PROJECT NO.: 112377.A0
PRE-PURCHASE DOCUMENTS
26 12 00 - 9
FEBRUARY 18, 2013
UNIVERSITY OF SOUTHERN MAINE
CHP GORHAM BOILER REPLACEMENT
PROJECT #: 2013-003
1.
2.
Perform seven days of three-phase voltage recording at the secondary terminals of
each transformer. Use voltmeters with calibration traceable to National Institute of
Science and Technology standards and with a chart speed that is capable of
showing voltage excursions lasting one minute or longer. Voltage unbalance
greater than 1 percent between phases, or deviation of any phase voltage from
nominal value by more than plus or minus 5 percent during test period, is not
acceptable.
Corrective Actions: If test results are unacceptable, perform the following
corrective actions, as appropriate:
a.
b.
3.
4.
B.
PADMOUNT TRANSFORMER
Adjust transformer taps.
Prepare written request for voltage adjustment by electric utility.
Retests: After corrective actions have been performed, repeat monitoring until
satisfactory results are obtained.
Report: Prepare written report covering monitoring and corrective actions
performed.
Thermographic Survey (Infra-Red Scan): After Substantial Completion, but not less than
1 month or more than six months after Final Acceptance, the Electrical Contractor shall
perform the following thermograhic survey:
1.
2.
3.
4.
5.
6.
Perform as specified NETA Section 9 “Thermographic Survey”. Remove front and
rear panels so joints and connections are accessible to portable scanner.
Instrument: Use an infrared scanning device designed to measure temperature or
to detect significant deviations from normal values. Provide calibration record for
device.
Record of Infrared Scanning: Prepare a certified report that identifies switchgear
checked and that describes scanning results.
Corrective Action: If test results are unacceptable, perform the following corrective action, as appropriate:
a.
Re-torque connections.
b.
Replace cable lugs.
c.
Inform manufacturer of the problem.
Retests: Repeat monitoring, after corrective action has been performed, until satisfactory results are obtained.
Report: Prepare a written report covering monitoring performed and corrective action taken.
END OF SECTION 26 12 00
RMF PROJECT NO.: 112377.A0
PRE-PURCHASE DOCUMENTS
26 12 00 - 10
FEBRUARY 18, 2013
SECTION FIVE
5.0 PROPOSAL FORM:
Vendors shall ensure that all information required herein is submitted with the proposal. All
information provided should be verifiable by documentation requested by the University.
Failure to provide all information, inaccuracy or misstatement may be sufficient cause for
rejection of the proposal or rescission of an award. Vendors are encouraged to provide any
additional information describing operational abilities. Responses to each requirement
below should be in order and clearly marked with the section number to which they
respond.
5.1
Equipment: All equipment offered and priced below shall meet or exceed the
specifications shown in Section Four above.
5.2
Pricing: As described in paragraph 2.1 above, the University is seeking proposals
for Transformer pre-purchase.
5.3 Having carefully examined the specifications contained therein for the Transformer, we the
undersigned propose to furnish and deliver to the site and unload, the transformer, equipment and
materials necessary for and reasonably incidental to the delivery of this contract for the sum of
Dollars ($
)
________________________________________________________________(written dollars)
This proposal must be accompanied by a copy of the appropriate certifications and proposal
submittals as delineated in the specifications.
SIGNATURE PAGE
COMPANY NAME:
By:
(Signature)
(Print Name)
(Title)
(Phone)
(Cell Phone)
(E-mail Address)
(Date)
Download