Three-Phase Padmounted Transformers

advertisement
CITY OF OPELIKA
PURCHASING DEPARTMENT
INVITATION TO BID
Lillie Finley
PURCHASING-REVENUE MANAGER
OFFICE: (334) 705-5121
FAX: (334) 705-5128
BID DATA
BID NUMBER:
B13-058
COMMODITY TITLE:
Three-Phase Padmounted
Transformers
USER DEPARTMENT:
Opelika Power Services
BUYER:
Lillie Finley
BUYER TELEPHONE:
(334) 705-5121
ISSUE DATE:
October 7, 2013
BID OPENING
DAY/DATE:
October 28, 2013
TIME:
2:00 p.m.
LOCATION:
Opelika City Hall
Conference Room
MAILING ADDRESS:
City of Opelika
Purchasing Department
PO Box 390
Opelika, AL 36803-0390
The City of Opelika Purchasing Department will receive sealed bids for a contract to provide ThreePhase Padmounted Transformers as per specifications for the Opelika Power Services. Bids must
be received by 2:00 PM on October 28, 2013 at which time they will be opened and read aloud. Late
bids will not be considered nor returned.
BIDS MAY BE MAILED TO:
BIDS MAY BE DELIVERED TO:
PURCHASING DEPARTMENT
PO BOX 390
OPELIKA, AL 36803-0390
PURCHASING DEPARTMENT
204 S 7TH STREET
OPELIKA, AL 36801
CITY OF OPELIKA
CITY OF OPELIKA
PART ONE
GENERAL TERMS AND INSTRUCTIONS
SECTION I - TERMS AND CONDITIONS
1.1
All bids submitted shall be firm for a minimum of 60 days, unless otherwise specified.
1.2
The equipment furnished under these specifications shall be the latest improved model in
current, as offered to commercial trade, and shall be of quality workmanship and material. The
bidder represents that all equipment offered under this specification shall be new. USED,
SHOPWORN, DEMONSTRATOR, PROTOTYPE OR DISCONTINUED MODELS ARE NOT
ACCEPTABLE, UNLESS SPECIFICALLY STATED OTHERWISE IN THE SPECIFICATIONS.
1.3
The City reserves the right to cancel or make null and void, any purchase order, if delivery
cannot be made on the specified delivery date.
1.3.1
In case of default by the contractor, the City may procure the articles or services from
other sources and hold the contractor responsible for any excess cost occasioned
thereby.
1.4
All items shall be delivered F.O.B. destination. Delivery costs and charges shall be included in
the bid, unless stated otherwise in the specifications or proposal.
1.5
The name and manufacturer, trade name, or manufacturer/vendor catalog number mentioned
in the specifications and proposal is for the purpose of designating a minimum standard of
quality and type and for no other reason. Such references are not intended to be restrictive.
Bids will be considered for any brand that meets or exceeds the quality of the specifications
listed for any items unless stated otherwise in the specifications or proposals.
1.6
Bid tabulations will not be given over the telephone. Vendors desiring a bid tabulation shall
enclose a stamped self-addressed envelope with their bid.
1.7
Bid awards are not official until a purchase order is issued or the Purchasing Department
notifies the successful vendor in writing.
1.8
By signing this contract, the contracting parties affirm, for the duration of the agreement, that
they will not violate federal immigration law or knowingly, hire for employment, or continue to
employ an unauthorized alien within the State of Alabama. Furthermore, a contracting party
2
found to be in violation of this provision shall be deemed in breach of the agreement and shall
be responsible for all damages resulting therefrom.
1.9
Vendors not listed on the City bid list shall submit with their bid a completed W-9 form
(attached).
SECTION II - SUBMISSION OF BID
2.1
Bids received after the designated date and time will not be opened nor returned.
2.2
All bids shall be submitted on and in accordance with forms for this purpose, which are
available from the Purchasing Department. Additional supplementary documentation, when
requested, shall be submitted on the bidder’s letterhead.
2.3
All bids are to be submitted in sealed, plainly marked envelopes. Envelopes shall be marked on
the bottom left corner with the Title of the Invitation to Bid, the Bid Number and the Opening
Date. Facsimile and telephone bids will not be accepted.
2.4
All bids shall be typewritten or completed in black ink.
2.5
An authorized officer or agent of the company submitting the bid must sign all bids in order to
be considered.
2.6
Bid documents shall be submitted, in DUPLICATE, to the City of Opelika, Purchasing
Department.
2.7
Bids that show omission, irregularity, alteration of forms, additions not called for, or conditional
or unconditional unresponsive bids may be rejected.
2.8
Any bids submitted with corrected errors shall have the correction initialed by the person
signing the bid.
2.9
Bidder shall submit with bid, the latest printed literature and detailed specifications
on equipment they propose to furnish. This literature is for informational purpose
only, and shall be used to help determine a product’s compliance with specifications.
2.10
Bids received after the designated date and time will not be opened nor returned.
2.11
All bids shall be submitted on and in accordance with forms for this purpose, which are
available from the Purchasing Department. Additional supplementary documentation, when
requested, shall be submitted on the bidder’s letterhead.
2.12
All bids are to be submitted in sealed, plainly marked envelopes. Envelopes shall be marked on
the bottom left corner with the Title of the Invitation to Bid, the Bid Number and the Opening
Date. Facsimile and telephone bids will not be accepted.
2.13
All bids shall be typewritten or completed in black ink.
2.14
An authorized officer or agent of the company submitting the bid must sign all bids in order to
be considered.
3
2.15
Bids that show omission, irregularity, alteration of forms, additions not called for, or conditional
or unconditional unresponsive bids may be rejected.
2.16
Any bids submitted with corrected errors shall have the correction initialed by the person
signing the bid.
SECTION III - BID EVALUATION
3.1
The City reserves the right to evaluate all bids, waive any technicalities or informalities, reject
any bids and/or proposals, and further specifically reserves the right to make the award(s) in
the best interest of the City.
3.2
The bid evaluation will be made on the following criteria:
3.2.1 Bid price
3.2.2 Compliance with specifications
3.2.3 Ability to deliver product or service
3.2.4 Prompt pay discount, if offered, and meeting requirements of Section 3.4
3.2.5 Availability of warranty on service and parts
3.2.6 Delivery date
3.3
The City may waive minor differences in specifications, provided these differences do not violate
the specification intent, materially affect the operation for which the item or items being
purchased nor increase the estimated maintenance and repair cost to the City.
3.4
In order for a prompt pay discount to be considered as a factor in the award of this bid,
minimum days allowed for payment to receive discount shall be 10 days after the receipt of a
correct invoice.
3.5
The City reserves the right to award all bids in their entirety or part, whichever, in its opinion,
best serves the interest of the City.
3.6
The City reserves the right to cancel or make null and void any purchase order if the delivery
cannot be made on the specified delivery date.
3.7
Unless clearly shown on the bid that it is the intent to offer a reduced total price on the basis of
receiving an award of all items covered by the total, any totals should be the actual sum of the
extension of unit price. In the event of any discrepancy between a unit price, extended price
and/or total price, unit price shall govern and the bid will be refigured accordingly.
3.8
Alabama Bid Law allows a local preference to businesses located within the City of Opelika,
when their bid is within 3% of the lowest responsible bid. The City will extend that preference
when applicable.
3.9
The City shall be the sole judge as to an item meeting or exceeding the specifications.
3.10
NON-COLLUSION: Vendors, by submitting a signed bid, certify that the
accompanying bid is not the result of, or affected by, any unlawful act of collusion
with any other person or company engaged in the same line of business or
commerce, or any other fraudulent act punishable under Alabama or United State
law.
4
SECTION IV - BILLING AND PAYMENT:
4.1
The vendor shall submit a correct invoice to:
CITY OF OPELIKA
ACCOUNTING DEPARTMENT
PO BOX 390
OPELIKA, AL 36803-0390
4.2
Payment by the City shall be made within thirty days, unless otherwise specifically provided,
subject to any discounts offered.
4.2.1 The City will make payment to the vendor upon receipt of invoice and acceptance of the
item or service by the City.
4.2.2
Any prompt pay discount offered will be computed from the date of delivery of the
equipment, supplies, or materials at destination when final inspection and acceptance
are at those points, or from the date the correct invoice is received, if the latter is later
than the date of delivery.
SECTION V CONTRACT PERIOD
5.1
Bids submitted in response to the invitation shall be firm for a one-year period. Contract period
shall begin immediately upon award and end October 31, 2014. Upon mutual agreement, this
contract may be extended for two additional years in one-year increments.
5.2
The City of Opelika may terminate this contract with a thirty-30 day written notice for
unsatisfactory service, or inferior product performance.
5.3
All items shall be delivered F.O.B destination. Delivery cost and all freight charges shall be
included in the bid on each individual item with no minimum ordering quantities required.
SECTION VI ESCALATION CLAUSE
6.1
The bid price stated shall be for all purchases under the contract. Price increases from the
manufacturer to the successful vendor may be passed on during the life of this contract, ONLY
when the following conditions are met:
6.1.1 Consideration for price increases will only be given for material costs based on material
prices at the time of bid submittal. The successful vendor must submit a current
manufacturer’s price list stating such increase.
6.1.2 Notification to the Purchasing Department of price increase, along with proof of price
increase from the manufacturer shall be provided to the Purchasing Department
PRIOR to any increase being approved.
6.1.3
Failure to comply with the above requirements shall deem the initial prices to be in
effect for the entire life of this contract.
6.1.4
Any price reduction from the manufacturer shall also be passed on to the City
automatically.
5
6.1.5
Unless otherwise specified, prices shall be reviewed no more often than on a
quarterly basis.
6.1.6
Any adjustment allowed shall consist of verifiable material cost increases which may
be passed on to the consumer.
6.1.7
Cost data to support any proposed increase must be submitted to the Purchasing
Administrator no less than 30 days prior to the effective date of any such requested
price increase.
6.1.8
The successful vendor must submit a current manufacturer’s price list stating such
increase.
6.1.9
Any price reduction from the manufacturer shall also be passed on to the City of
Opelika automatically.
6.1.10 The City reserves the right to cancel or make null and void any purchase order if price
increase is determined not to be in the best interest of the City.
6.1.11 In case of default by the vendor, the City may procure the articles from other sources
and hold the vendor responsible for any excess cost occasioned thereby.
6.1.12 No adjustment shall be made to compensate a supplier for inefficiency in operation,
or for additional profit.
6.1.13 Failure to comply with the above requirements shall deem the prices to be in effect
for the entire life of the contract.
SECTION VII ADDENDA AND INTERPRETATIONS
7.1
If it becomes necessary to revise any part of this bid, a written addendum will be provided to all
the bidders.
7.2
The City of Opelika is not bound by any oral representations, clarifications or changes made in
the written specifications by City of Opelika employees, unless such clarification or change is
provided to bidders in written addendum form from the Purchasing Division.
SECTION VIII LICENSE REQUIREMENT:
8.1
All firms doing business in the City of Opelika are required to be licensed in accordance
with the City’s “Business, Professional, and Occupational Licensing (BPOL) Tax” Ordinance.
6
PART TWO
SPECIFICATIONS
ITB #B13-058
THREE-PHASE PADMOUNTED TRANSFORMERS
1.
SCOPE
1.1. These specifications cover the electrical characteristics and mechanical features of ThreePhase Delta-Wye, 60 Hz, 12470Y/7200 primary voltage, oil immersed, self-cooled,
padmounted, dead front, loop-feed, distribution transformer in a
2.
CODES AND STANDARDS
2.1. All codes and standards referenced in this specification shall be those in effect at the time of
Purchase Order award. Deviations from this specification and referenced codes and standards
shall be obtained in writing from Buyer.
2.1.1. American National Standards Institute, Inc. (ANSI)
2.1.2. Institute of Electrical and Electronic Engineers (IEEE)
2.1.3. National Electrical Manufacturers Association (NEMA)
2.1.4. American Society of Testing and Materials (ASTM)
2.1.5. National Electrical Code (NEC)
2.2. All transformers shall meet or exceed the Department of Energy’s Energy Conservation
Standards for Distribution Transformers - 72 FR 58190 DOE 10 CFR Part 431.
2.3. It shall be the Seller’s responsibility to be, or to become, knowledgeable of the requirements
of these Codes and Standards. Any required changes or alterations to the equipment to meet
the Codes and Standards requirements shall be at the expense of the Seller.
2.4. Equipment proposed by the Seller that cannot fully meet the requirements of this specification
shall have all exceptions clearly stated in the proposal. No exception shall be allowed, unless
approved by the Buyer in writing.
3.
CONSTRUCTION
3.1. High Voltage Compartment
3.1.1. The transformer shall be furnished with a high voltage compartment located on the left of
the centerline in ANSI Segment 1.
3.1.2. The high voltage compartment shall be furnished with six (6) 200-Ampere bushing wells
equipped with six (6) 200-Ampere loadbreak bushing well inserts installed in a loop feed
configuration in accordance with Figure 2 of IEEE C57.12.26
3.1.3. The high voltage compartment shall be provided with an interlocked door which can only
be opened after the LV compartment door has been opened.
7
3.1.4. All units shall be equipped with a two-position, loadbreak, oil immersed primary switch
(LBOR).
3.1.5. All units shall have three bayonet-type, oil-immersed, expulsion fuses accessible through
the primary compartment. The fuses shall be removable using a hot stick, (without
disassembly of the primary cabinet or removal of hood) for external replacement of fuse
cartridges.
3.1.6. Drip shield shall be provided below the bayonet holders on the front panel of unit
3.1.7. The high voltage compartment shall be equipped with a 1-inch upper filter press
connection with pipe plug and a 1-inch drain valve and bottom filter press connection.
3.2. Low Voltage Compartment
3.2.1. The transformer shall be furnished with a low voltage compartment located on the right
of the centerline in ANSI Segment 1.
3.2.2. The low voltage compartment shall be provided with a three-point latch with provisions
for padlocking. In addition to the three-point latching, one penta-head bolt shall be
coordinated with the latch and padlock to prevent latching and insertion of the padlock
into the hasp until the bolt head is essentially completely seated.
3.2.3. Transformer shall include Four (4) low voltage bushings with NEMA standard “H” six (6)
hole spade lugs for 75 kVA transformers, eight (8) hole spade lugs for 150 kVA to 300
kVA transformers, ten (10) hole spade lugs for 500 kVA to 1000 kVA transformers and
twelve (12) hole spade lugs for 1500 kVA to 3000 kVA transformers. Lugs shall be
designed to accept aluminum or copper conductors.
3.2.4. Low voltage bushings shall be located in a staggered configuration with heights as follows
(measured from base of transformer):
KVA
X0 and X2
X1 and X3
75 to 500
31”
39”
750 to 3000
46”
54”
3.2.5. All transformers 75 kVA through 3000 kVA shall have bracing to support secondary
spades.
3.2.6. The low voltage compartment shall be equipped with a complete set of standard
accessories, including:
3.2.6.1.
Magnetic liquid level gauge.
3.2.6.2.
Dial type thermometer.
3.2.6.3.
Pressure-vacuum gauge.
3.2.6.4.
Pressure relief valve.
8
3.3. Internal Fault Detector
3.3.1. All transformers shall be equipped with a non-resettable device which detects and
provides external indication of internal transformer faults. This device also incorporates a
pressure relief valve. The approved device is manufactured by IFD Corporation or
approved equal.
3.4. Cabinet Dimensions
3.4.1. Primary and secondary cabinet dimensions shall be within the following parameters:
A
D
C
B
KVA
A
B
C
D
75 to 500
Up to 70”
66” to 70”
28” to 30”
20” to 22”
750 to 3000
Up to 72”
69” to 72”
30” to 32”
23” to 25”
3.5. Core
3.5.1. The core shall be clamped and braced to resist distortion caused by short-circuit stresses
within rating or transportation handling and to prevent the shifting of core laminations.
3.5.2. The core shall be constructed of high-grade, grain oriented, silicon steel laminations, with
high magnetic permeability. Core construction shall include step-lap mitered joints to keep
core losses, excitation current and noise level at a minimum.
9
3.6. Winding Characteristics
3.6.1. The windings shall be tightly wound utilizing tension devices to place the conductor into
the coils.
3.6.2. For optimum dielectric and mechanical strength, a minimum of two sheets of epoxy
coated insulation shall be placed between each layer in the winding.
3.6.3. Sheet conductor shall be used in secondary winding to minimize vertical short circuit
forces.
3.6.4. The transformer shall be designed and constructed to be completely self-protected by its
ability to withstand the external short-circuits, as defined by ANSI C57. 12.00.
3.6.5. Evidence of compliance to these short-circuit requirements as required in C57.12.00 and
C57.12.90 shall be submitted to the Buyer at the time of quotation.
3.6.6. The transformer design shall be capable of operating above rated voltage or below rated
frequency in accordance with ANSI C57.12.00.
3.7. Sound Level
3.7.1. The transformer shall be designed and constructed to minimize the audible noise
generated with the transformer energized at rated voltage. The acceptable noise level
shall be in accordance with NEMA standard TR 1. The measurement procedure shall be as
specified in ANSI C57.12.90.
3.8. De-Energized Tap Changer
3.8.1. A manually operated de-energized tap changer shall be provided for changing the primary
winding taps.
3.8.2. Full capacity taps shall be located in the high voltage windings and shall be as listed: Two
– 2 ½ percent above, Two – 2 ½ percent below.
3.8.3. The tap changer shall be capable of carrying the full transformer short-circuit current
without damage or contact separation.
3.8.4. The tap changer shall be gang operated from a single operating point and shall have a
position indicator.
3.8.5. The tap changer operating mechanism shall include provisions for pad locking in each tap
position.
3.9. Tank Design
3.9.1. The transformer tank, cooling equipment and compartments subject to pressures shall be
designed to withstand, without permanent deformation, pressures of at least twenty-five
percent greater than maximum operating pressures. The maximum design withstand
pressure shall be indicated on the nameplate.
3.9.2. Tank design shall include sufficient expansion volume to allow operation under specified
load conditions.
10
3.9.3. The main cover shall be of welded onto the tank.
3.9.4. One or more hand holes shall be provided in the tank cover for access to bushing
connections and current transformers, when required. The opening shall be of sufficient
size to allow removal of any CT.
3.9.5. The transformer base shall be suitable for rolling or skidding in the direction of either tank
base centerline.
3.9.6. The base shall be designed so the center of gravity of the transformer as assembled for
transport does not fall outside the base for a tilt of fifteen degrees.
3.9.7. Lifting lugs shall be provided at each corner of the tank. The lifting lugs shall be designed
to provide a minimum safety factor of 5.
3.9.8. Jacking area, pads or bosses shall be provided.
3.9.9. Pulling provisions, for towing the transformer parallel to either centerline, shall be
provided.
3.10. Gaskets
3.10.1. The gaskets shall be compatible for the insulating fluid in the transformer tank.
3.10.2. Metal surfaces to which gaskets are applied shall be smooth, and shall have sufficient
rigidity to assure proper compression of the gaskets.
3.11. Cooling System
3.11.1. The transformer shall be self-cooled.
3.11.2. Cooling tubes or radiators shall be rigidly supported to the tank wall, either through
pipes or brackets and shall not extend more than 12 inches beyond the tank of the
transformer.
3.12. Grounding Provisions
3.12.1. All non-energized metallic components of the transformer shall be grounded.
3.12.2. Tank grounding provisions shall consist of two ground pads, welded to the base or to
the tank wall near the base on diagonal corners.
3.12.3. Ground pads shall be copper-faced or stainless steel with two holes spaced horizontally
at 1.75-inch centers and tapped for 0.5 inch 13-UNC tread.
3.13. Nameplates
3.13.1. Transformer shall be furnished with a non-corrosive diagrammatic nameplate,
permanently attached with non-corrosive hardware. The diagrammatic nameplate shall
include the name of the manufacturer of the equipment as well as the location where the
transformer was manufactured and tested. In addition, the transformer manufacturer and
location of manufacture is to be supplied at the time of quotation.
11
3.13.2. The nameplate shall contain all connection and rating information in accordance with
ANSI C57.12.00 nameplate C, plus the approximate weight of parts to be lifted for untanking, type and quantity of oil, and the date of manufacture and shall be permanently
marked with the words “NON PCB”.
3.13.3. A non-corrosive nameplate located next to the operating handle of the de-energized tap
changer shall be provided which states the following: “Warning -Do not operate this tap
changer unless the transformer is de-energized.”
3.14. Exterior Finish
3.14.1. The transformer painting system shall be in compliance with ANSI C57.12.28. The
transformer shall be thoroughly cleaned and phosphatized, then painted with at least one
coat of corrosion inhibiting primer and one finish coat to provide a minimum total dry-film
thickness of not less than 3 mils.
3.14.2. The finish shall be dark green Munsell No. 7GY/3.2/1.5
4.
INSULATING
4.1. The voltage insulation levels shall be:
High Side
Rated Voltage
(Volts)
7200
Low Side
120-480
95
Insulation Class
(kV)
15
30
1.2
BIL(kV)
4.2. Insulating Fluid and Preservation System
4.2.1. The fluid preservation system shall be a sealed tank type.
4.2.2. The transformer insulating fluid shall be certified to contain no detectable PCB’s at the
time of shipment and the tank shall be so labeled. Certification shall also be provided that
the transformer and components have not been contaminated with PCB’s prior to
shipment.
4.2.3. The transformer insulating fluid shall meet or exceed the requirements of the appropriate
ANSI and ASTM fluid Standards. The transformer fluid shall be tested for dielectric
breakdown and moisture content at the time of shipment.
4.2.4. Transformer shall be Mineral Oil filled
5.
LABELING
5.1. Transformers shall indicate kVA rating and secondary voltage rating by way of engineering
grade reflective characters with a minimum height of two inches. Using the manufacturer’s
choice of labeling, the transformers shall also indicate “NON PCB” and fill oil.
12
5.2. For Pad-Mount Transformers - All labels are to be located on the front of the cabinet door
near the top left edge.
5.3. For Pole-Mount Transformers - All labels are to be located near the bottom of transformer
directly below secondary bushings.
5.4. Labeling Height:
6.
Secondary
Voltage
Minimum Height 2”
Rated KVA
Minimum Height 2”
NON PCB
Manufacturer’s Choice
Insulating Oil
Manufacturer’s Choice
TESTING
6.1. Short circuit withstand capability shall be verified by full short circuit tests on similar or larger
units in accordance with the latest revision of ANSI C57.12.00 and ANSI C57.12.90. Short
Circuit withstand verification shall be submitted to the purchaser, upon request, prior to
shipment of the transformers.
6.2. The test facility used to perform loss tests shall utilize test equipment with calibration
traceable to NIST or an approved equal 3rd party laboratory.
6.3. A certified test report shall be submitted and shall contain the test data for each transformer
serial number manufactured. The certified test report shall as a minimum contain the data as
specified in ANSI C57.12.90.
7.
TRANSFORMER LOSS EVALUATION
7.1. The following information shall be furnished with the bid and shall be recorded on the
attached transformer loss information form:
7.1.1. Percent impedance test at 85 degrees C
7.1.2. No-load (NLL) losses expressed in watts at rated voltage at 60 Hz
7.1.3. Full-load (FLL) losses expressed in watts at rated voltage at 60 Hz
7.1.4. All losses shall be average losses experienced on the production line.
7.1.5. A computer-generated test report listing the actual losses for each unit by serial number
shall be supplied.
7.2. The following factors will be used to perform loss evaluation on the transformers:
7.2.1. No-load losses will be evaluated at $4.95 per Watt
13
7.2.2. Full-Load losses will be evaluated at $1.26 per Watt
7.2.3. Total owning cost will be calculated the following way:
Total Owning Cost = Unit Price + ($4.95 X NLL) + ($1.26 X FLL)
7.2.4. For the determination of the award of business, OPS will consider all bids within five
percent (5%) of the lowest TOC to be economically equivalent and will consider other
factors such as lead times and purchase price in making the award.
7.3. Invoices will not be approved for payment until the certified test reports are received and
approved.
7.4. All losses shall be determined in accordance with the latest revision of ANSI C57.12.00
corrected to 85 degrees C.
7.5. No unit will be accepted that exceeds the quoted losses by more than 10% for no-load losses
and 6% for total losses in accordance with the latest revision of ANSI test code C57.12.00.
7.6. NOTE: Failure of the bidder to supply the loss information shall result in the rejection of bid.
8.
MANUFACTURER
8.1. Manufacturer must have at least 10 years experience building the type transformer in this bid.
8.2. Manufacturer must have ISO-9001 quality certification.
8.3. Manufacturer must build its product in the United States.
9.
SHIPPING
9.1. Manufacturer must be able to ship as few as five (5) units to Opelika Power Services without
charging additional shipping costs.
9.2. Shipping shall be included in bid F.O.B. Opelika, AL.
9.3. One week notice for delivery is required for transformers up to 1500kVA. Two week notice is
required for transformers larger than 1500kVA in order to arrange crane for unloading and
shall be coordinated with Opelika Power Services warehouse.
9.4. Failure to provide specified notice will result in unloading delays.
14
PART THREE
BID FORM
ITB #13-058
THREE-PHASE PADMOUNTED TRANSFORMERS
The undersigned declares that before preparing their bid, they read carefully the specifications and
requirements for Bidders and that their bid is made with full knowledge of the kind, quality, and
quantity of services and equipment to be furnished, and their said bid is as stated on these pages. The
undersigned offers and agrees, if this bid is accepted, to furnish any or all of the items upon which
prices are offered at the price set opposite each item, delivered at the designated point(s) within the
time specified.
Item #1 must meet the following requirements:
Delta-Wye, 12470 Volt Primary, Dead Front, Loop Feed,
208Y/120 Volt Secondary,
Item #
Rating
Insulating Oil
1
1500 kVA
Mineral Oil
Unit Price
$
Estimated Quantity - 1
No-Load Losses
Load Losses
(W)
(W)
Delivery ARO
Discounts will be allowed for prompt payment:
Weeks
__________percent,
__________percent,
__________percent,
__________percent,
10
15
20
30
calendar
calendar
calendar
calendar
days
days
days
days
COMPANY SUBMITTING BID______________________________________________________
ADDRESS______________________________________________________________________
CITY, STATE, ZIP CODE__________________________________________________________
_____________________________________________________________________________
SIGNATURE OF PERSON AUTHORIZED TO SIGN BIDS
_____________________________________________________________________________
TYPED NAME AND TITLE OF SIGNER
TELEPHONE NUMBER ________________
DATE______________________________
15
ANTI-COLLUSION STATEMENT
THE BELOW SIGNED QUOTER HAS NOT DIVULGED TO, DISCUSSED OR COMPARED HIS QUOTE WITH
OTHER QUOTERS AND HAS NOT COLLUDED WITH ANY OTHER QUOTER OR PARTIES TO A QUOTE
WHATSOEVER. NOTE: NO PREMIUMS, REBATES OR GRATUITIES TO ANY EMPLOYEE ARE
PERMITTED WITH, PRIOR TO, OR AFTER ANY DELIVERY OF MATERIALS. ANY SUCH VIOLATION
WILL RESULT IN THE CANCELLATION AND/OR RETURN OF MATERIAL (AS APPLICABLE) AND THE
REMOVAL FROM THE MASTER BIDDERS LIST.
FIRM NAME
BY (PRINTED)
BY (SIGNATURE)
TITLE
ADDRESS
PHONE NUMBER
FAX NUMBER
16
BID NO.: _B13-058_______
STATEMENT OF NO BID/PROPOSAL
NOTE: If you DO NOT intend to bid on this commodity or service, please complete and Return this form
immediately. Your response will assist us in evaluating all responses for this important project and to improve our bid
solicitation process.
The Purchasing Division of the City of Opelika wishes to keep its bid list file up-to-date. If, for any reason you cannot
supply the commodity/service noted in this bid/proposal solicitation, this form must be completed and returned to remain on
the particular bid list for future projects of this type.
If you do not respond to this inquiry within the time set for the proposal opening date and time noted, we will
assume that you can no longer supply this commodity/service, and your name will be removed from this
commodity/service list.
_____
Specifications too “tight”, i.e. geared toward one brand or manufacturer only.
_____
Specifications are unclear (explain below)
_____
We are unable to meet specifications.
_____
Insufficient time to respond to the Request for Proposal.
_____
Our schedule would not permit us to perform.
_____
We are unable to meet bond requirements.
_____
We are unable to meet insurance requirements.
_____
We do not offer this product or service.
_____
Remove us from your proposers list for this commodity or service.
_____
Other (specify below).
REMARKS
_____________________________________________________
_____________________________________________________
SIGNED:
NAME:
(Type or Print)
TITLE:
DATE:
FIRM NAME:
PHONE:
FAX:
ADDRESS:
(Street address)
(City)
(State)
17
(Zip)
Download