I. General Requirements A. This bid is for furnishing and delivering

advertisement
City & County of San Francisco
Office of Contract Administration
Purchasing
Bid No. ITSF13000696/MQ
Attachment B
General Requirements and Specifications for
Submersible 3-Way, 200A Vacuum Fault Interrupter, 2-Way 600A Load Break Switch for Laguna Honda
Office Building
San Francisco Water Power Sewer
I.
General Requirements
A. This bid is for furnishing and delivering one Submersible, liquid-insulated, vacuum fault
interrupter, 125 KV BIL, Phase to Phase, Phase to Ground, and Across Open Contacts, 3way, 1-wayVFI – protected, 2-way load break switch, two switched ways terminating with
600 A and the VFI way terminating with 200 A bushing wells. The system offered shall
include but not be limited to hardware as listed on Section V, Technical Specifications.
B. The purpose of this system is to connect the incoming PG&E service to the Area C 1000
KVA transformer and the rest of the Laguna Honda Hospital Complex. The necessity of
this switch arose; as the temporary circuit for Area C is being converted to a permanent
one. It requires coordination of the Area C protection system with the incoming PG&E
service. Additionally, it provides communication capabilities to monitor the state of the
interrupter. The interrupter will be installed in an existing 8’6’X6’0”X4’6” Vault.
C. The system shall be assembled, installed, and commissioned with all equipment and
accessories necessary for safe and efficient operation, ready for immediate job site
operation.
D. All components of the system shall be new, never used before, and shall not be from
surplus supplies.
E. All bid prices must be bid on the City and County of San Francisco Purchasing
Department’s bid document. All attached forms must be completed and submitted with
your bid package. Any incomplete bid package may result in the rejection of your bid.
II.
Submittals: The following documents shall be submitted with bidder’s bid:
A. One (1) complete sets of the original manufacturer’s specifications, published literature
and photos or illustrations of unit proposed shall be furnished with bid. Only new models
in current production which are catalogued by the manufacturer and for which printed
literature and specifications are available will be accepted.
B. Section VI, References, for additional information. Show your references on Attachment
C.
C. Copy of the manufacturer’s written warranty. See Section IX, Warranty, for additional
information.
D. Bidder shall furnish a written letter (on manufacturer’s letterhead addressed to the City)
stating that bidder is a manufacturer’s certified and authorized
04/02/2013
Page 1 of 6
City & County of San Francisco
Office of Contract Administration
Purchasing
Bid No. ITSF13000696/MQ
Attachment B
General Requirements and Specifications for
Submersible 3-Way, 200A Vacuum Fault Interrupter, 2-Way 600A Load Break Switch for Laguna Honda
Office Building
San Francisco Water Power Sewer
dealer/distributor/service/support provider. Additionally, the letter shall include that the
manufacturer’s warranty and service will be passed on to the City.
E. Bidders should include with their submittal complete information, including but not
limited to all requirements to fully and completely install and operate the equipment per
manufacturer’s specifications. The cost of the site preparation information package shall
be at no additional charge.
F. Failure to submit requested documents listed in this section may deem bidder’s bid nonresponsive.
III.
Manufacturer’s Specifications and Standard Equipment
A. The system must be equipped with all manufacturer’s standard equipment, attachments,
and accessories.
1.
The System must be of the manufacturer’s latest updated model of the specific design.
2.
All equipment and components listed as standard by the manufacturer for model
quoted shall be furnished whether or not such items are detailed herein.
B. The specifications stated on this bid should be construed as minimum. Should the
manufacturer’s latest specifications exceed these specifications, they shall be considered
minimum.
IV.
Specified Products
The System shall consist of a Submersible, liquid-insulated, 25kV, vacuum fault interrupter, threephase, 125kV BIL Phase-to-Phase, Phase-to-Ground and Across Open Contacts, 3-way, 1-way
VFI-protected, 2-way load break switch, two switched ways terminating with 600 amp bushings
and the VFI way terminating with 200 amp bushing wells. Unit can be used on a 20.8kV, 17.2kV,
12kV or 4.16 kV System. Unit shall be complete with insulation installed, Voltage Selector
Switch, Capacitor Trip Package, 200:5 Current Transformers for relaying and monitoring and
Fused Potential Transformer with internally mounted T&B/HiTech FX fuses and PT disconnect
switch. Also, it shall include Schweitzer Electric Laboratories (SEL) type 551 programmable
relay and fiber optic connector. Everything including the relay and fittings shall be within water
tight submersible enclosure. No substitution for the relay is allowed.
04/02/2013
Page 2 of 6
City & County of San Francisco
Office of Contract Administration
Purchasing
Bid No. ITSF13000696/MQ
Attachment B
General Requirements and Specifications for
Submersible 3-Way, 200A Vacuum Fault Interrupter, 2-Way 600A Load Break Switch for Laguna Honda
Office Building
San Francisco Water Power Sewer
Unit per Trayer outline drawing 100810 and wiring diagram drawing 100811.
Manufacturer: Trayer, Catalog No. 3111-2BM10 or equivalent. However, if an equivalent product
is chosen, it must be on PG&E’s approved products list.
V.
Technical Specifications
A. VFI shall be designed, manufactured, assembled, and tested in accordance with the latest
applicable ANSI, NEMA, and ASTM standards and guidelines.
1.
Work shall include design, manufacturing, furnishing and delivery of the interrupter as
specified complete with all accessories and appurtenances necessary for proper
function of the equipment.
2.
This specification covers the electrical, dimensional, and mechanical characteristics
for a 60 Hz, 3-way, 1-way VFI-protected, 2-way load break switch, two switched
ways terminating with 600 amp bushings and the VFI way terminating with 200 amp
bushing wells.
3.
It is the intent of this specification to state the requirements and conditions for
furnishing and delivery to the location all material herein specified.
4.
Operations and Service Conditions: The interrupter is to be installed in a vault and
shall be used to protect Area C 1000 KVA transformer and underground distribution
feeders. The circuit breaker shall be used within normal temperature and altitude
conditions, as per ANSI C 37.06.
5.
Phase: Three (3) phase with three (3) phase operation.
6.
Insulation level: 125 kV BIL
7.
Current Ratings: two ways: 600 amp continuous operation, one way: 200 amp
continuous operation, VFI with over current and ground fault protection.
8.
16 kA minimum symmetrical interrupting capability.
9.
Minimum three (3) second short-time current carrying capability.
10. Interrupting Time: Maximum interrupting time of five (5) cycles.
11. Reclosing Time: Rated reclosing time of 20 cycles or less.
12. Control Voltage: No external source required for tripping.
04/02/2013
Page 3 of 6
City & County of San Francisco
Office of Contract Administration
Purchasing
Bid No. ITSF13000696/MQ
Attachment B
General Requirements and Specifications for
Submersible 3-Way, 200A Vacuum Fault Interrupter, 2-Way 600A Load Break Switch for Laguna Honda
Office Building
San Francisco Water Power Sewer
13. Maximum exterior dimensions: 43” width x 33” height x 39” depth.
14. Noise level less than or equal to 53 dB.
15. The equipment shall be designed for seismic qualification level high according to
IEEE 693.
16. SF6 shall not be used in any part of the system.
VI.
References
Bidders must include in their proposals the names and contact information of three references,
located in the United States only, that have purchased and installed the proposed System
within the past three years. The SFPUC will utilize the references included in the proposals to
evaluate the performance, suitability, and reliability of the proposed system. In addition, the
SFPUC may make its own independent reference checks with other parties.
VII.
Installation/Implementation/Testing
A. The System will be installed, implemented and tested by SFPUC personnel.
B. The bid shall include all equipment, hardware, software, and technical support with the
system necessary to ensure full functionality of the unit.
C. After installation is completed, PUC personnel will run and test the unit for a period of
two (2) weeks, to ensure it is operating properly and safely to manufacturer’s
specifications. The initial warranty period will begin following the demonstrated
functionality of the system as determined by the Manager, Interconnection Services and
Redevelopment or his designee.
VIII.
Technical support
Bidder shall be responsible for providing technical support and assistance to the City through
Bidder’s own personnel as well as through manufacturer’s technical representatives. As part
of this technical support and assistance, the Bidder shall provide personnel with in-depth
technical knowledge of the products the Bidder is providing under this contract, to answer
questions and offer any assistance required by City personnel, during City business hours
(7:00 A.M. – 5:00 P.M.).
04/02/2013
Page 4 of 6
City & County of San Francisco
Office of Contract Administration
Purchasing
Bid No. ITSF13000696/MQ
Attachment B
General Requirements and Specifications for
Submersible 3-Way, 200A Vacuum Fault Interrupter, 2-Way 600A Load Break Switch for Laguna Honda
Office Building
San Francisco Water Power Sewer
IX.
Warranty
A. A copy of the manufacturer’s written warranty policy for the system shall be furnished
with the bid.
B. The initial warranty period will begin following demonstrated functionality of the system
as determined by SFPUC staff. See Section VII C.
C. The successful bidder shall provide at least five (5) years of labor and five (5) years on all
parts which will guarantee that all equipment and materials furnished under this bid will
meet all contract requirements and is free of defects in equipment, material, or
workmanship, and is fit for its intended purpose. Warranty services and parts shall be
provided on-site within three (3) business days of City contacting Contractor with a
trouble call. Warranty Service to be performed at following location:
Laguna Honda Hospital Office Building
375 Laguna Honda Blvd.,
San Francisco, CA 94116
D. During the warranty period, if any parts or components fail or are defective, vendor shall
repair or replace defective or unsatisfactory parts and equipment. Defective parts and
complex assemblies are to be replaced at no charge to the City. Contractor is responsible
for all costs associated with travel and lodging that arise from the need to replace parts or
perform labor services that are covered under warranty.
X.
Technical Publications
A. Two (2) complete set of the manufacturer’s operations and maintenance manuals shall be
provided at the time of delivery.
XI.
Failure to Execute Contract
A. Within ten days of the receipt of a notice of award, the bidder to whom the contract is
awarded shall deliver the specified insurance certificates to City. If the bidder fails or refuses
to furnish the required insurance within ten days after receiving notice from Purchasing,
Purchasing may, at its option, determine that this bidder has abandoned its bid. Thereupon the
tentative award of said contract to this bidder should be cancelled and rejected as “nonresponsive”.
04/02/2013
Page 5 of 6
City & County of San Francisco
Office of Contract Administration
Purchasing
Bid No. ITSF13000696/MQ
Attachment B
General Requirements and Specifications for
Submersible 3-Way, 200A Vacuum Fault Interrupter, 2-Way 600A Load Break Switch for Laguna Honda
Office Building
San Francisco Water Power Sewer
XII.
Delivery
A. Delivery shall be FOB Destination.
B. Vendor shall contact Charles Rowles, Transmission Line Supervisor, at least 48 hours in
advance, to make delivery arrangements. Tel: (415) 227-8514, email: crowles@sfwater.org.
C. The delivery to SFPUC location shall be at the following address:
Hetch Hetchy Water and Power
BLHP Maintenance Yard
651 Bryant Street
San Francisco, CA 94107
Attn: Charles Rowles, Transmission Line Supervisor
04/02/2013
Page 6 of 6
Related documents
Download