Supply of Two (2) 600kVA Oil Filled Transformers

advertisement
Toronto Transit Commission
Instructions to Proponents
Request for Proposal
Page 1 of 2
(Revised May 2011)
__________________________________________________________________________________________________________________
TITLE: SUPPLY OF TWO (2) 600 kVA OIL FILLED TRANSFORMERS
PROPOSAL NO: P31BH11128
ISSUE DATE: NOVEMBER 30, 2011
Your firm is hereby invited to submit a Proposal to the Toronto Transit Commission for the above
stated referenced requirement as specified in this Request for Proposal (RFP).
INSTRUCTIONS TO PROPONENTS
Purpose - The Toronto Transit Commission (TTC) has a requirement for the supply of two (2) 600 kVA oil filled transformers as outlined in the Terms of
Reference herein.
1
Proposal Submission - The Proponent shall complete the Proposal Form including the Proposal Form Price Schedule(s) and submit it in
a sealed envelope with the label included as ‘Appendix A’ affixed to the front of the envelope. The Proponent shall not show its
name on this envelope. The Proponent shall be responsible for ensuring it reviews and understands the Instructions to Proponents,
General Conditions, applicable Supplementary Conditions and Specifications, which form this Request for Proposal. Sealed Proposals
addressed as follows, will be received by the Commission at the 1st Floor Reception Desk until 2:00 p.m. Toronto time on: FRIDAY,
DECEMBER 16, 2011.
ATTENTION:
GENERAL SECRETARY
1900 YONGE STREET
TORONTO, ONTARIO
M4S 1Z2
Any Proposal received late according to the Commission’s clock will not be considered and will be returned to the respective
Proponent. Faxed or e-mailed Proposals will not be considered.
The Proponent is solely responsible to ensure that the Proposal submission is delivered to the address indicated above.
Commission will not be responsible to redirect any submissions delivered in error to any other of the Commission's properties.
1.1.
The
Proposal Results - Proposals are not publicly opened and until the Contract award, only the names of the Proponents will be
available on the Materials & Procurement website at www.ttc.ca under 'Business with the TTC'. Following the Contract award,
the name(s) of the successful Proponent(s) along with award value(s) will be available at www.ttc.ca.
2
Proposal Inquiries - All inquiries or requests for information during the Proposal period shall without exceptions, be directed to the
Buyer by e-mail at Robert.Colavecchia@ttc.ca or Fax No. (416) 537-0385 or Phone No. (416) 393-6957.
3
Lobbying -
.1
Anyone who “Lobby’s” (as defined in the City of Toronto Municipal Code, Chapter 140) or is expected to Lobby a Member
the Commission (i.e. Commissioner), their staff, or any Commission officer or employee must comply with the requirements
set out in the City of Toronto Municipal Code, Chapter 140 – Lobbying). For the purposes of Chapter 140 of the City
Toronto Municipal Code, the Commission is a “local board (restricted definition)”. For further information please see City
Toronto Web site at www.toronto.ca/lobbying.
of
as
of
of
.2
Failure to comply with the requirements of Chapter 140 of the City of Toronto Municipal Code, may, in the Commission’s sole
discretion, be considered in the evaluation of the Proponent’s current or future tender/proposal submissions and award of the
current or future contracts. The Commission reserves the right, at it sole discretion, to not award a contract to a Proponent
who has failed to comply with the requirements of Chapter 140 of the City of Toronto Municipal Code.
4
Addenda - During the Proposal period, any change to the Request for Proposal will be made by the issuance of an addendum. For a
Proposal that is posted on our website, addenda will be posted electronically on the website. It is the Proponent’s responsibility to
monitor the website to ensure they have received all the addenda issued up until the Proposal closing. For a Proposal that is issued
via e-mail, courier or fax, addenda will also be emailed, couriered or faxed to the Proponent. Addenda will be issued in the form of
complete replacement pages and will refer to the addendum number at the bottom of the page. The Proponent shall note in the
Proposal Form the number of addenda received during the Proposal period, to acknowledge that the contents form part of its
Proposal. No oral interpretations, clarification or change shall modify any of the conditions to this Request for Proposal.
5
Pricing - Unless specifically shown to the contrary, Proposal prices shall be considered firm, in Canadian funds, and inclusive of all
applicable costs, all applicable federal taxes (including but not limited to GST and HST which has been passed into legislation and is
effective July 1, 2010) and duties and all applicable Ontario provincial taxes, either in force or announced prior to the Proposal closing,
even if the effective date is subsequent to the Proposal closing, allowances, freight, and including fees for applicable permits, approvals
and notices, with the exception of permits identified in the Specifications as being supplied by the Commission. One (1) contract will be
awarded to one (1) company for the supply of the two (2) 600 kVA oil filled transformers.
Toronto Transit Commission
Instructions to Proponents
Request for Proposal
(Revised May 2011)
Page 2 of 2
__________________________________________________________________________________________________________________
6
Alternatives - Only Proposal submissions for the specified product, manufacturer part number or TTC drawing will be considered for this
Request for Proposal. The Proponent may submit an alternative in addition to the specified product, manufacturer part number or
TTC drawing for review and acceptance by the Commission for a future Proposal request. The Proponent shall clearly identify any
alternative(s) and provide specific technical details in its Proposal if it wishes the Commission to consider its alternative in the
future.
7
Proposal Evaluation and Acceptance .1
No Proposal may be withdrawn after the Proposal closing date and time, until expiration of the Proposal Validity specified in the
Proposal Form. The Proponent shall accept all terms and conditions of the Request for Proposal unless explicitly excepted or
qualified in its Proposal. Taking any exception to the Request for Proposal may render the Proposal unacceptable. Any errors or
inconsistencies in the Proposal shall be subject to the interpretation of the Commission. A list of common “Bid Irregularities” and
the action that will be taken by the Commission is available on the Materials and Procurement website at www.ttc.ca under
‘Selling to the TTC’. The Commission’s right to accept or reject any Proposal, whether or not it conforms to the Request for
Proposal or to cancel the Request for Proposal at any time prior to the award of a Contract is expressly reserved without liability
to the Commission.
.2
The Commission is under no obligation to accept the lowest or any Proposal and reserves the right at its discretion, to discuss or
clarify the Proposal of a Proponent in order to satisfy itself as to the intent of the Proposal. Each and every alteration or erasure
made in the Proposal shall be initialled by an authorized signatory of the Proponent.
.3
When completing the Proposal, the Proponent is not to make any change to the RFP documents as doing so may render its
Proposal unacceptable as determined by the Commission in its sole discretion.
8
Municipal Freedom of Information and Protection of Privacy Act - A Proposal submitted to the Commission shall become the property
of the Commission and is therefore, subject to the provisions of the Municipal Freedom of Information and Protection of Privacy Act.
Proponents are responsible for familiarizing themselves with the provisions of this Act.
9
Work Performance - The Commission during the term of a contract maintains a record of the performance of the Company completing
work for the Commission and this information may be shared with the City of Toronto. The past performance of Proponents in
completing contracts for the Commission will be considered and the Commission reserves the right to reject any Proposal submitted by
a Proponent with an unsatisfactory performance rating.
10 Submission Requirements - In order to aid the Commission in determining the capability of Proponents, each Proponent shall submit the
following as noted below:
.1
Mandatory Requirements - The following information must be submitted with the Proponent’s Proposal:
.1
A signed copy of the Proposal Form including:
•
•
•
•
Proponent’s name and address.
A hard copy of the Price Schedule including proposed pricing and delivery lead time, as appropriate.
Acknowledge that any Addenda issued by the Commission form part of the Proponent’s Proposal.
Signature of the Proponent.
11 Information to be Submitted after Proposal Closing - Submit the following within two (2) working days (as applicable), if requested by
the Commission after closing of the Proposal:
.1
Evidence of the Proponent’s federal GST and provincial ORST tax registration numbers.
.2
A list of clients for whom the Proponent has provided similar work within the past 3 years. The list will include a
reference, including contact name, telephone number in order that the TTC may at its sole discretion contact such references.
.3
A list of any subcontractors, if applicable who may be retained to perform work associated with the requirements of
the Proposal identifying the portion of the Work they will be responsible for and their qualifications and experience relative to
the Work being requested.
.4 Details of the Proponent’s in house Quality Assurance Program.
.5 Material Safety Data Sheet (MSDS) for items included in this RFP that are governed by WHMIS legislation. Should the
Proponent claim a trade secret on the goods, then a trade secret registry number must be noted on the MSDS(‘s).
APPENDIX A
PLEASE CUT-OUT AND AFFIX THIS ADDRESS LABEL TO THE ENVELOPE CONTAINING
YOUR SUBMISSION.
TO:
TORONTO TRANSIT COMMISSION
PROPOSAL NO.: P31BH11128
TITLE: SUPPLY OF TWO (2) 600 kVA OIL FILLED TRANSFORMERS
CLOSING:
2:00 P.M.
TORONTO TIME on FRIDAY, DECEMBER 16, 2011
ATTENTION:
GENERAL SECRETARY
TORONTO TRANSIT COMMISSION
1900 YONGE STREET
TORONTO, ONTARIO
M4S 1Z2
NOTE:
THE TORONTO TRANSIT COMMISSION CANNOT BE HELD RESPONSIBLE FOR
DOCUMENTS SUBMITTED IN ENVELOPES THAT ARE NOT LABELLED IN ACCORDANCE
WITH THE ABOVE INSTRUCTIONS.
IF YOU HAVE ANY QUESTIONS, PLEASE CONTACT THE BUYER REFERENCED IN THE
INSTRUCTIONS TO PROPONENTS.
Toronto Transit Commission
Proposal Form
Request For Proposal (Revised May 2011)
TITLE: SUPPLY OF TWO (2) 600 kVA OIL FILLED TRANSFORMERS
PROPOSAL NO:
P31BH11128
TO:
TORONTO TRANSIT COMMISSION
Page 1 of 2
Declaration –
1
We,
(COMPANY NAME, PROPONENT)
(ADDRESS)
(TELEPHONE NO. INCLUDING AREA CODE, FAX NO., AND E-MAIL ADDRESS - if available)
declare that we have carefully examined the Instructions to Proponents, General Conditions, applicable Supplementary Conditions
and Specifications and all addenda and do hereby accept the same as part and parcel of the Contract:
a)
That the shareholders or partners of the company indicated above are the only persons interested in this Proposal, and no other
person has any interest in this Proposal, or in the Contract proposed to be taken;
b) That our Proposal is made without any knowledge, comparison of figures, or arrangements with any other party or parties
making a Proposal for the same Work and is, in all respects, fair and made without collusion or fraud;
c) That no member of the City of Toronto Council or Commissioner of the Toronto Transit Commission, or any officer or employee
of the City of Toronto or of the Toronto Transit Commission is or shall become interested, directly or indirectly, as a contracting
party, partner or otherwise in, or in the performance of the Contract or in the supplies, Work or business to which it relates, or
in any portion of the profits thereof, or of any such supplies to be used therein, or in any of the monies to be derived therefrom.
d) That we are in compliance with the City of Toronto Municipal Code, Chapter 140 - Lobbying.
Offer - We hereby offer to supply the Work as specified within the Request for Proposal, at and for the prices as detailed in the
following Proposal Form - Price Schedule (Appendix 1), in Canadian funds which includes all applicable taxes, freight, duties,
brokerage charges and all other costs. The F.O.B. point shall be the TTC, Toronto except as otherwise explicitly stated in the
Proposal Form- Price Schedule.
Receipt of Addenda – We agree that this Proposal includes addenda no.
to
inclusive as issued by the Commission
during the Proposal period. It is the Company’s responsibility to monitor the website to ensure they have all the addenda issued.
Statement of Compliance - We have submitted our Proposal in accordance with the Submission Requirements as per Section 10 of
the Instructions to Proponents and agree to provide any additional information required as per Section 11 after the Proposal closing
and further we agree to accept and will comply with all terms and conditions of the Request for Proposal.
Proposal Validity – We agree that this Proposal is valid for a period of ninety (90) calendar days from the date of closing of Proposals
and that the Commission may at any time within the said period accept this Proposal whether or not any other Proposal has been
previously accepted.
Signature - Dated this
day of
Month/Year
2
3
4
5
6
Per:
(Signature)
Name:
Title:
I/We have authority to bind the Corporation.
1.
3.
We do not manufacture to this specification/supply these
goods.
Cannot handle due to present plant loading/meet
delivery/completion requirements.
Quantity/job too large/too small.
4.
Insufficient time to prepare a Proposal.
2.
5. Agreements with distributors/dealers do not permit us to sell
direct/licensing restrictions.
6. Unable to Proposal competitively/cannot Proposal a firm price at
this time.
7. Other (please specify):
PRICE SCHEDULE - P31BH11128
SUPPLY OF TWO (2) 600 Kva OIL FILLED TRANSFORMERS
ITEM
QUANTITY
UNIT OF
MEASURE
1
2
EACH
DESCRIPTION
Two (2) 600 kVA transformers intended for outdoor service, 3 phase,
delta – wye, step down, 13.8kV-347/600V, 60 Hz, 3 wire primary, 4
wire secondary, ONAN cooling, complete with an oil containment unit (5
YEAR WARRANTY). The transformers shall be delivered to TTC Bedford
Substation located at 11 Bedford Rd. in Toronto. (SEE TERMS OF
REFERENCE FOR FURTHER SPECIFICATIONS)
UNIT PRICE
EXTENDED
PRICE
$
DELIVERY CHARGE
(IF APPLICABLE)
-
(APPENDIX 1)
SUBTOTAL
$
-
SUBTOTAL
$
-
HST @ 13%
$
-
GRAND TOTAL
$
-
Terms of Reference
P31BH11128 - Bedford Substation Transformer Replacement
Page 1
1
General
1.1
SECTION INCLUDES
The design, production of shop drawings, record/as-built drawings, operations and maintenance
manuals, manufacture, testing and delivery of:
.1
Two (2) 600 kVA transformers intended for outdoor service, 3 phase, delta –
wye, step down, 13.8kV-347/600V, 60 Hz, 3 wire primary, 4 wire secondary,
ONAN cooling, complete with an oil containment unit. The transformers shall be
delivered to TTC Bedford Substation located at 11 Bedford Rd. in Toronto.
.2
The transformer shall be designed and tested to meet the requirements of
CAN/CSA C88-M90, Power Transformers and Reactors except where more
stringent requirements have been added to exceed the minimum standard.
.3
Both transformers shall be delivered by mid-year 2012.
.4
The Company shall be responsible for storage at their plant until delivery is
confirmed by the Commission. The transformers shall be neatly stored in such a
manner as to prevent deterioration or loss of their essential properties.
.5
The transformers and associated oil containment system shall be designed and
manufactured to be mounted directly on the existing concrete pad.
.6
The transformers shall be designed with dimensional data provided by the TTC
however it shall be the responsibility of the Company to verify the information
provided by the TTC with site measurements prior to fabrication. The Company
shall be responsible to ensure the transformer arrangement can be installed with
all the existing site constraints including clearance requirements as outlined in the
Ontario Electrical Safety Code. Refer to Bedford Substation Drawing SKETCH-E-1
for dimensional data.
.7
The transformers shall be suitable for its intended outdoor use, with the
temperature and humidity experienced in Metropolitan Toronto. It will be the
responsibility of the Company to make themselves familiar with the local
environmental conditions including vibration, temperature extremes and moisture.
.8
The equipment shall be capable of continuous operation in ambient temperatures
from –40°C to +40°C and shall not be damaged by extended exposure to
temperatures from -40°C to +70°C.
.9
The equipment shall be capable of operation while subjected to 90% humidity for
the temperature range specified for a maximum exposure period of 48 hours.
This should include direct condensation and formation of ice.
Terms of Reference
P31BH11128 - Bedford Substation Transformer Replacement
Page 2
.10
Attention shall be paid in the design of the outdoor equipment so that the
equipment shall be protected against the harmful effects of wind driven snow,
sleet and rain, and also against damage due to a build-up of ice or snow.
.11
Sound levels shall not exceed the more stringent of the following two standards:
.12
1.2
1.3
.1
Requirements specified in the City of Toronto Noise bylaw.
.2
58 dBA at rated voltage and full load, at a distance of 3 feet away from the
transformer. The above sound levels shall be determined in accordance
with the test procedures of ANSI/IEEE C57.12.90.
Radio interference shall meet the requirements as outlined in CSA C2.1-06.
REFERENCES
.1
CAN/CSA C88-M90, Power Transformers and Reactors.
.2
CAN/CSA C802.1, Minimum Efficiency Values for Liquid-Filled Distribution
Transformers.
.3
CAN/CSA C2.01-06, Single Phase and Three Phase Liquid-filled Distribution
Transformers.
.4
EEMAC, Electrical and Electronic Manufacturer's Association Canada.
.5
Ontario Electrical Safety Code
.6
CAN/CSA-C50-08, Mineral Insulating Oil for Electrical Transformers and Switches
.7
EEMAC Standard B6-1, Insulating Mineral Oil for New Electrical Apparatus.
.8
EEMAC Standard Y1-2, Performance Secification for Finishing Systems for
Outdoor Electrical Equipment.
SHOP DRAWINGS
.1
Submit the manufacturer's drawings for approval
Representative before fabrication of each transformer.
to
the
Commission
.2
Dimensioned drawings showing the enclosure, mounting devices, terminals, taps,
core, windings, internal and external component layout and controls.
.3
Final design drawings as well as ‘As-Built’ or ‘As-Constructed’ shop drawings
shall be signed and sealed by a Professional Engineer registered in the Province of
Ontario.
Terms of Reference
P31BH11128 - Bedford Substation Transformer Replacement
Page 3
1.4
SOURCE QUALITY CONTROL
The entire unit shall be pre-assembled at the manufacturer’s plant and tested in
accordance with the latest standard production and type tests.
.1
Factory tests: Each transformer shall be tested as required by C88-M90, latest
addition. Provide additional testing as required below:
.2
Submit test certificates reviewed by a Professional Engineer for the following tests:
.1
Voltage ratio test on all tap positions.
.2
Polarity or angular displacement.
.3
No-load losses.
.4
Load loss at the rated voltage tap and at tap extremes.
.5
Impedance voltage at the rated voltage tap and at tap extremes.
.6
Dielectric withstand tests: applied potential (hi-pot) and induced potential.
.7
Exciting current.
.8
Insulation Resistance.
.9
Winding Resistance testing shall be completed on all tap settings.
.10
Temperature rise with Dissolved Gas in Oil (DGA) analysis.
.11
Sound level testing.
.12
Partial discharges (corona).
.13
Basic insulation impulse level.
.14
Pressure tests to establish the integrity of the tank and cooling system.
.15
Radio influence voltages tests.
.16
Insulation power factor test.
.17
Insulation resistance tests on auxiliary wiring.
.18
Operational tests showing the correct operation of all devices associated
with the transformer.
.19
The Company shall carry out, at no additional cost to the Commission, all
additional tests which are required to obtain ESA, and/or CSA approval.
Terms of Reference
P31BH11128 - Bedford Substation Transformer Replacement
Page 4
.3
1.5
The Commission’s Representative shall witness all the above tests except the
Temperature Rise and Sound tests. Provide the Commission’s Representative
with ten (10) business days notice prior to the factory tests.
SERVICE MANUALS
Furnish six sets of operation and maintenance manuals for each type of power
transformer, and one copy of each in acceptable software format on CD.
.1
2
The manual shall be provided in a hardcover commercial quality 3-ring binder suitable for
8-1/2 x 11’’ pages. The manual shall include a table of contents and the following
sections separated with divider tabs:
.1
Identification: manufacturer’s name, transformer type & capacity, date of
manufacture, serial number, number of units, identification to related systems.
.2
Warranty Information (start of warranty and expiration date)
.3
‘As-Built’ shop drawings
.4
Test Reports
.5
Installation, Operation and Maintenance Instructions
Product
2.1
POWER TRANSFORMER
The transformers shall have the following characteristics:
.1
Core and Coil Assembly:
.1
3 phase primary winding: 13.8kV, delta, BIL 110kV.
.2
3 phase secondary winding: 347/600V, star, 4 wire with neutral brought out and
solidly grounded, BIL 45kV.
.3
Primary and secondary windings shall be copper.
.4
The power transformer shall meet energy efficiency standard C802.1.
.5
The core type construction shall be "step lap" to reduce electrical losses and
noises.
.6
The core and coil assembly shall be designed such that turn-to-turn ratio test
(TTR) can be performed on the transformer once the transformer core has been
de-energized and is void of any residual flux.
Terms of Reference
P31BH11128 - Bedford Substation Transformer Replacement
Page 5
.2
.7
A fully grounded electrostatic shield shall be provided between the primary and
secondary windings.
.8
The transformer core shall be grounded and made accessible for maintenance
testing.
.9
5 - 2 1/2% full capacity taps in the primary winding, two above and two below
normal voltage. It shall be manually operable with an operating handle brought
out through the tank wall, equipped with tap position indicator and provision for
padlocking. The tap changer shall be externally accessible by field personnel
standing at ground level. The tap changer shall have a current carrying capacity
equal to the rating of the transformer. A warning notice as follows shall be
applied adjacent to the handle: “WARNING: OPERATE TAP CHANGER ONLY
WHEN TRANSFORMER IS DE-ENERGIZED”
.10
The impedance shall be in the range of 4-6%; designs outside this range shall
require approval by the TTC.
.11
The transformer shall be rated to withstand short circuit current stresses when
connected to a supply system having a minimum fault capacity of 500 MVA
symmetrical at rated voltage.
.12
Transformer windings and other parts shall withstand, without injury or
permanent deformation, the effects of a 3-phase short circuit at the transformer
secondary terminals for a minimum duration of 2 seconds.
Transformer Insulation Preservation System:
.1
Cooling shall be ONAN (Oil filled natural cooling).
.2
The transformer cooling liquid shall be mineral insulating oil and shall conform to
the CSA-C50 and EEMAC Standard B6-1. The oil shall be PCB-free and certified.
.3
The liquid preservation system shall be a sealed tank type with a dry nitrogen
blanket.
.4
The sealed tank shall be capable of withstanding full vacuum and shall be fitted
with a pressure relief valve.
.5
The insulation system shall be suitable for continuous operation at full capacity
with up to 20% over-voltage.
.6
The following indicators shall be provided and easily visible by maintenance
workers at grade level:
.1
A magnetic liquid level indicator. The indicator must meet the requirements
of EEMAC Standard L14-1.
Terms of Reference
P31BH11128 - Bedford Substation Transformer Replacement
Page 6
.3
.2
A dial type liquid temperature indicator, meeting the requirements of
EEMAC Standard L15-1, and shall be supplied with an indicating hand and
a drag hand for maximum indication. The drag hand may be reset with the
transformer energized.
.3
A winding temperature indicator meeting the requirements of EEMAC
Standard L15-1, and shall be supplied with an indicating hand and a drag
hand for maximum indication. The drag hand may be reset with the
transformer energized.
.4
A dial type vacuum/pressure gauge.
.7
The tank shall be designed for topping in the field. Provide liquid filling, draining,
filtering and sampling valves. Schrader “Bicycle” type plug shall be provided to
ensure pressure can be applied to the transformer tank.
.8
The liquid drain and sampling valves as well as the liquid treatment connections
shall be accessible by maintenance workers at grade level.
.9
Removable radiators shall be hot-dipped galvanized steel with tank-mounted shutoff valves. The transformer shall be shipped with the radiators mounted and
filled with oil.
.10
65ºC temperature rise above an ambient temperature of 40°C.
Connections and Enclosure Grounding:
.1
Provide termination compartments to suit existing conduit for incoming primary
and secondary cables. Submit drawings for alternate connections to suit new
transformer dimensions for review by the Commission’s Representative.
.2
High voltage and low voltage termination compartments shall be air fitted with
bolted access panels with interior stainless steel hinge and shall have a provision
for padlocking.
.3
Loadbreak bushing insert in 15kV high voltage termination compartment to
accommodate the use of loadbreak elbow connectors (Cooper, Elastimold, etc.).
Loadbreak elbow connectors complete with test points and parking station shall
be provided.
.4
Provide ball studs complete with insulated caps on the low voltage phase busses
for connection of grounding straps in the low voltage compartments.
.5
High and low voltage bushings and accessories shall be available for purchase
through distributors in North America.
.6
Both high and low voltage termination plates shall be tin plated copper.
Terms of Reference
P31BH11128 - Bedford Substation Transformer Replacement
Page 7
.7
.4
.5
The Transformer Base and Exterior:
.1
The transformer shall be fabricated from painted mild steel.
.2
The exterior paint shall be as per EEMAC standard Y1-2, with minimum 0.06 mm
dried paint finish (paint and primer). The paint colour shall be ANSI No. 70 – light
gray.
.3
The transformer shall be designed for floor mounting with a stainless steel base
frame anchored to the concrete pad with adhesive anchors. All steel base frame
members of the enclosure shall be stainless steel.
.4
Anti-vibration pads of neoprene shall be incorporated into the transformer design.
The pads shall attenuate sound transmission between the transformer and the
supporting structure.
.5
The spill containment barrier shall be made of stainless steel and shall be fitted
with a valve and a Petrol Plug filter (5 year life). The Petrol Plug shall allow for
the drainage of water and prevent environmental contamination of any spilled oil.
.6
Provide hand-holes and/or manholes in top cover. Provide a fall arrest system at
the top of the transformer welded to the transformer body.
.7
Provide lifting lugs for cover, core, coils and transformer; jacking steps and
provision for skidding. Provision shall be made in the design to allow for a
possible unevenness in the existing pad.
.8
All bolts, fasteners and other hardware shall be stainless steel.
.9
All transformer compartments shall be rodent/vermin resistant.
Accessories:
.1
.6
Two copper ground pads shall be provided in diagonally opposite corners on the
exterior of the transformer above the base and the containment unit and shall be
welded to the transformer body. The ground pad shall be fitted a with copper ball
stud and shall be suitable for the connection of a grounding conductor sized
#4/0-500MCM.
Provide control box for relays, alarm and trip contacts, protective device(s) and
auxiliary wiring.
Control
.1
The 140V DC controls shall be complete with dry contacts for the following
annunciations wired to a separate terminal block:
Terms of Reference
P31BH11128 - Bedford Substation Transformer Replacement
Page 8
.7
.1
Pressure relief valve operation alarm and trip contact (mechanically
latched).
.2
Low liquid level alarm and trip contact (electrically latched).
.3
A liquid high-temperature two stage alarm and trip contact (electrically
latched).
.4
A winding over-temperature alarm and trip contact (electrically latched).
.5
Sudden pressure relay with alarm contact and trip contact (mechanically
latched).
.2
All alarm and trip levels shall be recommended by the transformer manufacturer
and shall be field adjustable.
.3
Provide a condensation heater for the control compartment supplied from the
transformer secondary via a fused 120V control transformer.
.4
Relays shall be removable for offsite testing.
Control Wiring:
.1
All control wiring shall be flame retardant, 2.5mm2 (#14AWG) minimum and
10mm2 (#8AWG) maximum in size, 600 volt insulation, stranded, soft tinned
copper. Extra flexible cable shall be used between stationary and hinged panels.
As a minimum, cables across hinged portion shall incorporate a loop, support and
slack length arrangement to minimize cable bending and stress. Control wiring
shall be brought out to one set of terminal blocks.
.2
Identification
.1
Wires shall be identified uniquely with pre-printed, non-aging, flexible, flame
retardant heat shrinkable tubing markers.
.2
Each wire marker shall be printed with indelible non-correctable ink, in letter
size and type that is readily readable.
.3
Wire identification labels shall be within 10mm of the terminating point and
always visible.
.4
Provide schematic diagram for control box wiring.
.5
Anodized aluminium transformer with engraved nameplate permanently
affixed to the primary side of the transformer showing the data listed
hereunder with connections diagram.
.1
Type of transformer
Terms of Reference
P31BH11128 - Bedford Substation Transformer Replacement
Page 9
.2
Temperature rise in degrees centigrade
.3
Type designation of cooling
.4
Rating in kVA
.5
Number of phases
.6
Frequency
.7
Primary and secondary rated voltages
.8
Tap voltages as percentage of rated voltage
.9
Basic impulse insulation levels
.10
Rated currents
.11
Impedance in percent
.12
Identification of insulating liquid
.13
Identification of winding material
.14
Quantity of oil in Litres
.15
Weight in kilograms
.16
Winding phasor diagram
.17
Terminal arrangement
.18
Connection diagram
.19
Ratings of auxiliary and instrument transformers
.20
Tank pressure vacuum strength
.21
Serial number
.22
Date of manufacture
.23
Manufacturer’s Name
.24
Reference to instruction manual
.25
Operating procedure
Terms of Reference
P31BH11128 - Bedford Substation Transformer Replacement
Page 10
.26
2.2
Recommended temperature alarm and trip settings
WARNING SIGNS
.1
Supply permanently legible, weatherproof warning signs for equipment supplied
under this Contract. The warning signs shall be affixed to equipment panels of
compartment(s) containing high voltage connections. The inscriptions shall direct
the safest method of isolation and shall meet the latest Ontario Electrical Safety
Code requirements and any applicable Occupational Health and Safety Act –
Industrial Regulations sections.
3
Execution
3.1
DELIVERY
.1
3.2
Arrange with TTC for delivery of the transformer.
WARRANTY
.1
The transformer manufacturer’s Standard Warranty shall be extended to provide five (5)
years of warranty coverage.
END OF SECTION
Toronto Transit Commission
General Conditions (GC's)
Standard Supply Contract
1
2
(Revised May 2011)
Page 1 of 3
Definitions: The following definitions or pronouns in place thereof, shall apply to all Contract Documents and references to the singular throughout the
Contract Documents shall be considered to include the plural and vice versa as the context requires.
a) Commission or TTC - Toronto Transit Commission
b) Commission’s Representative: the individual designated from time to time f) Specifications: the printed description including part number,
by the Commission, to exercise such power, authority or discretion as is
instructions or drawings pertaining to the Work to be supplied and its
required under the Contract.
performance.
c) Contract - The agreement entered into by the Commission and the Supplier g) Supplier - The Proponent to whom the Commission has awarded the
as set out in the Contract Documents.
Contract, its successors or assignees.
d) Contract Documents – Shall consist of Purchase Order Amendment(s), h) Sub-Supplier – Any individual, firm, partnership or corporation to
Purchase Order (P.O.), addenda, Supplementary Conditions (if applicable),
whom the Supplier has sublet all or any part of the Work.
General Conditions, Specifications and the Supplier’s Proposal which shall i) Proposal - The written offer of a Proponent to perform the Work.
take precedence in the order in which they are named.
j) Work or Works - The whole or any part thereof, of the product, matter
e) FOB - The point at which title for the Work passes. The FOB point does not
or things to be supplied as required by the Contract.
relieve the Supplier of its responsibility for delivery as applicable as set out
in the P.O.
Laws to be Observed: The Supplier shall comply with the laws, statutes, regulations and by-laws of Canada, the Province of Ontario and
Municipalities that are applicable in the performance of the Work. The Contract shall be governed by and interpreted in accordance with the laws of the
Province of Ontario.
3
Acknowledgement of Purchase Order - The Supplier shall be deemed to have accepted the P.O. as written, unless the Commission is otherwise
advised in writing within 7 calendar days from the date the P.O. is issued.
4
Assignment: The Supplier shall not be permitted to assign the Contract or any portion thereof without the prior written approval of the Commission.
Such approval may be withheld for any reason at the sole discretion of the Commission.
5
Sub-Suppliers: The Supplier agrees that it is fully responsible to the Commission for the acts and omissions of its Sub-Suppliers and of persons either
directly or indirectly employed by them, as the Supplier is for the acts and omissions of persons directly employed by it.
6
Taxes and Duties: Unless specifically stated otherwise in the P.O., any pricing in the Contract shall be inclusive of all applicable Canadian federal taxes
under the Excise Tax Act including G.S.T. and duties applicable under the Customs Act and all sales tax under the Ontario Retail Sales Tax Act that
is either in force or announced prior to the Proposal closing, even if the effective date is subsequent to the Proposal closing. If a change in sales tax
or duty payable is announced subsequent to the Proposal closing, any change in the tax or duty payable resulting therefrom shall be the responsibility
of the Commission. The Supplier shall provide the Commission with sufficient documentation to permit a determination of the resulting change at no
cost to the Commission.
7
Indemnification: The Supplier shall hereby assume the defense of, fully indemnify and hold harmless the Commission, its Engineer, consultants,
agents and employees in respect of the amount of any claim, demand, loss, cost, expense (including reasonable legal expenses), action, suit,
proceeding, liability, fine, penalty, interest, payment or damage by whomsoever (including, without limitation, the Commission) which is made,
sustained, brought or prosecuted in any manner based upon, occasioned by or attributable to any breach of the Contract by the Supplier, or to any
wilful misconduct, fault, or negligent act or omission of the Supplier or any person, agent, consultant, firm or corporation for whose acts the Supplier
is liable at law (collectively referred to as "Claims"). Further, the Supplier shall pay any amount of Claims incurred by the Commission on account of
any injuries, including death or damages, received or sustained by any persons or property and if it fails to do so, the Commission may pay such
Claims and deduct the amount thereof from any monies due, or to become due, to the Supplier, or otherwise recover such amounts or any balance
thereof from the Supplier.
Notwithstanding anything to the contrary contained in the Contract, in no event shall either party be liable to the other party for any consequential
damages, including, but not limited to, claims for loss of profit or reputation.
8
Amendments: The Commission may make changes to the Work without invalidating the Contract by altering, adding to or deducting from the Work in
the Contract. An amendment to the Contract shall not be binding upon the Commission unless it is in writing and signed by the Buyer/Contract
Administrator or a duly authorized Commission Representative.
9
Quality of Materials: The Supplier shall furnish new material, which shall be free from impurities, defects, and imperfections impairing strength, durability
and appearance. Materials shall be of good commercial quality in accordance with the Specifications for the intended purpose(s), with structural
properties to withstand the strains and stresses to which they will be subjected in normal service. Notwithstanding any prior inspection or review, only
materials conforming to the requirements of the Specification shall be incorporated into Work under this Contract. Material that has been shipped but
which is found by the Commission not to be in conformance with the Contract Documents must be clearly marked to that effect by the Supplier, to
ensure that it will not again be shipped to the Commission under this or subsequent contracts until such material is corrected or replaced with acceptable
material.
10
Substitution: The Supplier shall not be permitted to supply a substitute for the Work specified in the Contract without the prior written approval of the
Commission. Such approval shall be at the sole discretion of the Commission's Representative.
11
Inspection: The Commission reserves the right to inspect the Work at any reasonable time prior to shipment upon 48 hours prior notice to the
Supplier and in such event, the Supplier agrees to provide access to the Commission’s inspector.
12
Delivery and Shipping Instructions: The Supplier shall be responsible for ensuring that the products are appropriately packaged and delivered to the
Commission to the delivery point specified in the P.O. in good condition in accordance with the delivery schedule and for providing all the information
necessary for the identification and reporting of shipments. Packing slips must accompany all shipments indicating the total number of boxes, skids,
etc. included with the shipment. If deliveries include items relating to more than one P.O., separate packing slips must be provided for each P.O.
detailing each P.O. item in the shipment. If there is more than one container, then each one must reference the Packing slip number. The P.O. number
must be clearly marked on all packages, boxes, Bills of Lading and any correspondence relating to the Contract. Failure to provide the above
information may result in rejection and return of the shipment which shall be at the Supplier’s expense.
Toronto Transit Commission
General Conditions (GC's)
Standard Supply Contract
(Revised May 2011)
Page 2 of 3
13
WHMIS: The Supplier shall be responsible to ensure that a Material Safety Data Sheet (MSDS) accompanies the shipment as appropriate. The Supplier is
also required to label the goods in accordance with the WHMIS guidelines prior to delivery to the Commission. Improperly labelled goods may be returned
to the Supplier at the Supplier’s expense.
14
Shipments Originating Outside of Canada: The Supplier shall clearly mark on all shipping documentation the name of the Broker to be used to clear the
shipment at the border and if not provided at the time the shipment arrives at the border, it will be cleared by the Commission’s Broker. All costs
incurred will be to the Supplier’s account and deducted from any money due to the Supplier. Canada Customs requires six (6) copies of the Customs
Invoice that must show the gross weight of each shipment which must agree exactly with the weight shown on the waybill; also the complete routing
must be shown on all Customs Invoices. If applicable, the Supplier shall provide a NAFTA certificate of origin for free trade purposes in duplicate for
deliveries originating in the United States, which shall be included with the shipping documents and invoices. All costs incurred as a result of the
Supplier’s failure to provide a NAFTA certificate of origin will be the responsibility of the Supplier and may be deducted from any money due to the
Supplier.
15
Terms of Payment and Invoicing: Payment shall be within 30 days following delivery of the Work after receipt of an acceptable invoice by the
Commission. Invoices shall be provided in duplicate complete with the Bill of Lading and Freight Bills attached, if applicable. Invoices shall be fully priced
and show the P.O. number and item number(s) and the GST registration number and must clearly show whether the invoiced amount represents the
complete Contract or only a part thereof. Invoices shall be forwarded to the following address on the same day as the products are dispatched:
Toronto Transit Commission
1900 Yonge Street
Toronto, Ontario, M4S 1Z2
Attention: Supervisor, Accounts Payable
16
Returns: The Supplier shall not accept returned Work unless accompanied by the Commission’s signed “Delivery Slip”.
17
Warranty: Neither testing, inspection or acceptance of the Work or payment thereof by the Commission, shall relieve the Supplier of its responsibility to
immediately at its own expense, remedy any defect or deficiency in the material or workmanship or any damage to other work resulting therefrom upon
notification of same, by the Commission which shall appear within a period of one (5) years from the date of the actual delivery or such longer period as
may be stated in the Specifications or the P.O.
18
Proprietary Rights: The Supplier shall pay royalties and patent fees required for the performance of the Work, and shall indemnify, defend and save
harmless the Commission from any action or claim arising out of the infringement or alleged infringement of any valid or allegedly valid patent,
trademark, copyright, industrial design, trade secret or other forms of intellectual property and shall indemnify the Commission for any cost, expense
and damages which it may suffer or be obliged to pay by reason of such action or claim. Any patterns, molds, dies, drawings, documents, technical
data, methods, processes, tooling, and inventions; whether conceived, or developed and produced during the course of the Contract specifically for
the purposes of completing the Contract, shall be the property of the Commission, who shall have sole exclusive rights for subsequent use of same,
except as may otherwise be granted by the Commission. Neither the Supplier nor its Sub-Suppliers shall apply for any patent in regard thereto; or
divulge, use or sell any information or thing related thereto. Upon completion of the Contract, the Supplier, at its own expense, shall be responsible
for packaging and delivering the Commission’s patterns, molds, dies and other tooling to the Commission and shall contact the Commission’s
Representative for shipping instructions.
19
Suspension or Termination of Contract: The Commission shall have the right for convenience to suspend or terminate further performance of all or any
portion of the Work at any stage of undertaking by notice in writing to the Supplier. On the date of such notice the Supplier shall discontinue all
Work as instructed whether being performed by itself or its Sub-Suppliers and shall preserve and protect all Work in progress and completed Work.
The Supplier shall be reimbursed for that portion of the Work satisfactorily performed or complete to the date of the notice. The Commission shall not be
liable for any other costs arising from such notice including but not limited to loss of anticipated profits or loss of opportunity.
20
Default by the Supplier: If, in the opinion of the Commission’s Representative, the Supplier by its own acts, omissions or neglect or that of any of its
Sub-Suppliers, fails to comply with the provisions of the Contract, fails to proceed with or delays the Work, or causes expense to the Commission,
then the Commission’s Representative may notify the Supplier in writing of such default and instruct it either to immediately correct the default, or to
provide notice to the Commission of its agreement to correct the default within a schedule acceptable to the Commission within three (3) business
days. If the Contractor fails to correct the default within the time specified or subsequently agreed upon, the Commission may correct such default
without prejudice to any right or remedy it may have under the Contract. If the Commission or any other party under contract to it, suffers any
expense or damages caused by the acts, omissions or neglect of the Supplier, then the Commission shall have the right to deduct the value of such
expenses or damages, notwithstanding the correction of the default within the time specified or subsequently agreed upon.
21
Termination for Default: The Supplier shall be in default of the Contract and the Commission may terminate the Contract if the Supplier either: Fails
or refuses to proceed with the Work with due diligence or maintain the Contract Schedule; or, ceases or threatens to cease to carry on its business
or if there occurs an act or event of bankruptcy or insolvency of the Supplier; or, Continually or repeatedly refuses or fails without cause to perform
the Contract in strict accordance with the Contract Documents. In such event, the Commission’s Representative may serve written notice to the
Supplier specifying the default and instructing the Supplier to remedy such default within seven (7) calendar days thereafter or risk termination of the
Contract. If, within the above specified period, the Supplier fails or refuses to correct the default, the Commission may without prejudice to its other
rights and remedies under the Contract, issue a notice to the Supplier to advise the Contract is terminated. In such event, the Commission shall have
the right to take possession of the products, materials, tooling, patterns and equipment and complete the Work by whatever method it deems
expedient. If the Commission is required to complete the Work, and the value including damages exceeds the Contract price, then the Supplier shall
be liable to the Commission for any additional cost in completing the Work.
22
Work Performance: The Commission may maintain a record of the Supplier’s performance in completing this Contract and may restrict it from being
considered for future work if the Supplier’s performance is documented as unacceptable by the Commission.
23
Specified Materials: The Supplier shall supply the material as specified in the Contract and shall not be permitted to substitute any specified material
without the prior written approval of the Commission.
Toronto Transit Commission
General Conditions (GC's)
Standard Supply Contract
(Revised May 2011)
Page 3 of 3
If in the event that the Supplier provides material that is either defective, or not as specified in the Contract (“Non-Specified Material”), the Commission
will notify the Supplier (which notification may be by email) of the supply of defective material or the supply of Non-Specified Material. Upon receipt of
the notice, the Supplier shall immediately, unless otherwise agreed to by the Commission, replace the defective material or the Non-Specified Material,
at no additional cost to the Commission. If the Supplier is unable to provide the replacement material in the timeframe specified in the notice, the
Commission reserves the right, at its sole discretion, to purchase the material from third parties. The Supplier shall be responsible to reimburse the
Commission for all additional costs and expenses incurred in purchasing the specified material from third parties and the Commission may, without
prejudice to any other rights available at law or under this Contract, set-off any amounts owing to the Supplier from any amount owing to the
Commission in accordance with this section.
Without limiting the rights of the Commission as set out above, the Commission also reserves the right, at its sole discretion, to terminate the Contract
with the Supplier, if the Supplier is unable to supply the material as specified in the Contract.
Toronto Transit Commission
Supplementary Conditions (SC's)
Standard Supply Contract
(Revised May 2011)
Page 1 of 1
The following supersedes GC6 – TAXES AND DUTIES in its entirety and any cross reference thereto:
.1
The Contract Price is inclusive of all applicable Canadian federal and provincial taxes and duties, either in force or announced
prior to the Proposal closing date, even if the effective date is subsequent to the Proposal closing date, including but not limited
to; the Goods and Services Tax (GST) applicable under the Excise Tax Act, and the Harmonized Sales Tax (HST) which will
become effective July 1, 2010 (and which will supersede GST and ORST on the effective date), all customs and duties
applicable under the Customs Act and Ontario Retail Sales Tax applicable under the Ontario Retail Sales Tax Act, (which will be
superseded by the HST, starting July 1, 2010).
.2
If a change in the tax or duty payable is announced subsequent to the Proposal closing date, any change in tax or duty payable
will be to the account of the Commission. No additional costs for administration or overhead and profit will be allowed on such
changes and the Contractor shall supply at no cost to the Commission, sufficient documentation to permit a determination of
the resulting change.
.3
Where an exemption or recovery of government sales tax, custom duties or excise taxes is applicable to the Contract, the
Contractor shall provide the Commission where required, with all necessary cost information including original invoices and
assistance, at no cost, to facilitate such exemption or recovery of taxes and duties to the credit of the Commission.
.4
For purchases of material made after the HST is implemented, any cost savings that results to the Contractor as a result of
being able to claim the full HST amount as an input tax credit must be passed on to the Commission. The Contractor shall
provide the Commission with detailed documentation, as requested by the Commission at any time, supporting: (1) adjustments
to the prices to deduct the PST and add the HST and (2) calculations of the tax cost savings with respect to implementation of
the HST on July 1, 2010.
Download