to - Bid - Kinston Public Services

advertisement
FORMAL BID PROPOSAL AND SPECIFICATIONS
SINGLE PHASE DISTRIBUTION VOLTAGE REGULATORS
FOR THE CITY OF KINSTON, ELECTRIC DIVISION
FB # PS-ELSS-08-18-2015
_____________________________________________________________________
MAYOR
B.J. MURPHY
CITY COUNCIL MEMBERS
JOSEPH M. TYSON, MAYOR PRO-TEM
SAMMY C. AIKEN
KELLY JARMEN
WYNN WHITTINGTON
ROBERT A. SWINSON, IV
TONY SEARS, CITY MANAGER
SINGLE PHASE DISTRIBUTION VOLTAGE REGULATORS
FOR THE CITY OF KINSTON, ELECTRIC DIVISION
FB # PS-ELSS-08-18-2015
Sealed formal bids addressed to Purchasing/Warehouse Manager, City of Kinston, and clearly
marked on the outside of the package “FB # PS-ELSS-08-18-2015” will be accepted until 2:00
P.M., Tuesday, August 18, 2015, at which time all bids will be publicly opened and read.
NOTES:
1. Faxed and email submissions will not be accepted.
2. A bid bond IS NOT required
3. A performance bond IS NOT required.
QUESTIONS:
SUBMIT ALL QUESTIONS IN WRITING TO:
City of Kinston
Attn: Tim Wood, Purchasing/Warehouse Manager
PO Box 339
Kinston, NC 28502
Phone: (252) 939-3135
Email: tim.wood@ci.kinston.nc.us
__________________________
Tim Wood, CLGPO
Purchasing/Warehouse Manager
FB # PS-ELSS-08-18-2015
Page 2
TABLE OF CONTENTS
Section 1
Advertisement-Request for Bid
Section 2
Instructions to Bidders
2.1
Schedule
2.2
Bidder Instructions
Section 3:
General Conditions
3.1
Bids
3.2
Addenda
3.3
Clarification of Bids
3.4
Vendor’s Oral Presentation
3.5
Vendor’s Incurred Cost
3.6
Terminology-Brand Names
3.7
Licensing Agreement (If applicable)
3.8
Shipping Cost
3.9
Prime Contractor Responsibilities
3.10 Contracting (If applicable)
3.11 Exceptions (Mandatory)
3.12 Performance Bond (Construction Related Projects)
3.13 Performance Bond (Service and Maintenance Agreements)
3.14 Separate Proposals
3.15 Default
3.16 Period of Contract
3.17 Hold Harmless Agreement
3.18 Terms and Conditions
3.19 Award
3.20 Factors and Evaluation
3.21 Errors
3.22 Schedules
3.23 Samples
3.24 Prices
3.25 Defects
3.26 Miscellaneous
3.27 Destination
3.28 Demonstration
3.29 Delivery
3.30 Manuals
3.31 Bid Schedules
3.32 Trade-In
3.33 Non-Discrimination Clause
3.34 N.C. General Statutes and City Ordinances
3.35 Tax Payer ID
3.36 E-Verify
FB # PS-ELSS-08-18-2015
Page 3
TABLE OF CONTENTS (cont)
Section 4:
Specifications
4.1.0
4.2.0
4.3.0
4.4.0
4.5.0
4.6.0
4.7.0
Section 5
Insulation Levels
Temperature Rise Limits
Testing
Construction
Quality Program Requirements
Regulator Bid Evaluation
Other
Bid Schedules
BID SCHEDULE 1
BID SCHEDULE – DELIVERY AND EXCEPTIONS
FB # PS-ELSS-08-18-2015
Page 4
Section 1
Advertisement
SINGLE PHASE DISTRIBUTION VOLTAGE REGULATORS
FOR THE CITY OF KINSTON, ELECTRIC DIVISION
FB # PS-ELSS-08-18-2015
Sealed formal bids addressed to Purchasing/Warehouse Manager, City of Kinston, and clearly
marked on the outside of the package “FB # PS-ELSS-08-18-2015” will be accepted until 2:00
P.M., Tuesday, August 18, 2015, at which time all bids will be publicly opened and read.
Complete copies of the bid package may be obtained on the City of Kinston, Public Services
Web Site, www.ci.kinston.nc.us/publicservices/index.html or copies may be received in person from
the City of Kinston, Purchasing/Warehouse Manager located at 2360 Highway 258 South,
Kinston, North Carolina 28504.
Instructions for submitting bids and information may be obtained by contacting Tim Wood at the
City Purchasing/Warehouse Office during regular office hours.
The City of Kinston reserves the right to accept or reject any or all bids and to accept the bid
deemed to be in the best interest of the City.
Tim Wood, Purchasing/Warehouse Manager
City of Kinston
Phone (252) 939-3135
Fax (252) 527-2347
tim.wood@ci.kinston.nc.us
Distributed:
Thursday, August 6, 2015
FB # PS-ELSS-08-18-2015
Page 5
Section 2
2.1
2.2
Instructions to Bidders
Schedule
Advertisement
Thursday, August 6, 2015
Pre-Bid Conference
N/A
Deadline for Questions
N/A
Deadline for Receipt of formal Bids
2:00 P.M., Tuesday, August 18, 2015
Proposed Date of Award
Tuesday, September 8, 2015
Bidder Instructions
Each proposal shall be accompanied by a cash deposit, cashier's check or certified check on
some bank or trust company insured by the Federal Deposit Insurance Corporation in an amount
equal to not less than 5% of the total amount of the proposal.
The City of Kinston reserves the right to waive this requirement in accordance with Article 8
Section 148-129 of the General Statues. Checks should be made payable to the order of the City
of Kinston. If the proposal is accepted and the bidder neglects or refuses to deliver the
materials and or services for which the proposal is made within the time designated in the
proposal, his deposit shall be forfeited as liquidated damages. All such deposits, except that of
the successful bidder, will be returned to the person depositing same when the contract is
awarded. In lieu of the above deposit, the bidder may submit a bid bond for the same amount,
attaching the bonding company's power of attorney to the proposal.
It is expressly understood by the bidders that issuance of the Purchase Order by the City of
Kinston will constitute an agreement by the City to consummate the transaction and will serve,
together with the proposal, the advertisement, these instructions, detailed specifications and
the bid forms as the entire form of contract between these parties. Provided, however, the City
of Kinston reserves the right to reject any bids not meeting the specifications herein referred to,
notwithstanding the fact the Purchase Order has been issued.
It is the responsibility of the bidders to insure that the bid is received before the hour given
above. The City reserves the right to accept or reject any or all bids and to accept the bid
deemed to be in the best interest of the City. Recommendations to Council will not be discussed
prior to award made by the Mayor and City Council.
FB # PS-ELSS-08-18-2015
Page 6
General Information
All inquiries and all other communications regarding this bid shall be directed to the City
Purchasing/Warehouse Manager at 252-939-3135.
General Information (cont)
Discussions or communications (written or oral) concerning the bid, the vendor or bidder's
competitors or the award of the bid with members of the City Council of the City of Kinston or
City employees other than those named specifically in this document, shall be deemed
inappropriate and improper. Evidence of such communication shall be the basis for
disqualification of the affected party's bid.
FB # PS-ELSS-08-18-2015
Page 7
Section 3
3.1
General Conditions
BIDS
The bids may be presented to the Mayor and City Council for award.
3.2
ADDENDA
Any addendum to these bidding documents will be issued in writing. No oral statements,
explanations or commitments by anyone whosoever shall be of any effect unless incorporated in
the addenda.
3.3
CLARIFICATION OF BIDS
The City of Kinston reserves the right to contact bidders individually for the purpose of clarifying
bids.
3.4
VENDOR'S ORAL PRESENTATION *WAIVED*
Each bidder who submits a proposal in response to this request for proposals may be required
to make an oral presentation of his or her proposal to the City. Such presentations provide an
opportunity for the bidder to clarify the proposal, to insure mutual understanding and will in no
way change the bidder's original bid. The City may r3equest oral presentations.
3.5
VENDOR INCURRED COST
The City of Kinston is not liable for any cost incurred by the bidders prior to issuance of an
agreement, contract or Purchase Order.
3.6
TERMINOLOGY-BRAND NAMES
Some terms used in this request for bids might imply or denote a particular vendor or brand
name. Similarly, certain items discussed may be a function of some vendor's equipment or vice
versa. The terminology used and the organization of the request for bids are not intended to be
restrictive in any way. Appropriate interpretation of the intent of the request for bids should be
made by the vendor in these situations.
3.7
LICENSING AGREEMENT (If applicable)
Any licensing agreement required by the bidder must be fully described.
3.8
SHIPPING COSTS
The selected bidder will be responsible for the cost of delivery on all items. If costs are to be
assumed by the user, then the actual cost must be included in the bid price.
3.9
PRIME CONTRACTOR RESPONSIBILITIES
FB # PS-ELSS-08-18-2015
Page 8
Vendors are responsible for determining the specific requirements from the specifications
stated in this request for bids. The selected vendor will be required to assume sole
responsibility for delivery of all services stated in the bid. The City of Kinston will consider the
selected vendor to be the sole point of contact with regard to all contractual matters.
Furthermore, the selected vendor will be obligated to provide materials which meet all
guarantees in the bid for the price stated in the bid.
3.10
CONTRACTING (If Applicable)
Upon award of the bid, the request for bids and the successful vendor's bid will become part of
the contract. City representatives should be given sufficient time to thoroughly review any
proposed contract. The City intends to enter into a contract which best serves the interests of
the City and will not be required to accept a vendor's standard contract. However, vendors
should include a copy of a standard or usual contract.
3.11
EXCEPTIONS *MANDATORY*
Any and all exceptions to the specifications included in this request for bids must be fully
detailed and explained under "EXCEPTIONS" on the Bid Schedule. Should the bidder not indicate
and explain all exceptions, the bid may be automatically disqualified.
3.12
PERFORMANCE BOND (CONSTRUCTION RELATED PROJECTS ONLY)
The successful bidders will be required to supply a performance bond as outlined under the
"Instructions to Bidders." This bond will be exercised should the successful bidders fail to
provide 100% (complete) delivery of all items awarded within the proposed delivery period of
the successful bidder at the quoted prices. The performance bond will remain in force
throughout the period of original warranty. (Only required if total bid is greater than $300,000.)
3.13
PERFORMANCE BOND (SERVICE AND MAINTENANCE AGREEMENTS ONLY)
The successful bidders will be required to supply a performance bond as outlined under the
"Instructions to Bidders." This bond will be exercised should the successful bidders fail to
provide 100% (complete) delivery of all items awarded within the proposed delivery period of
the successful bidder at the quoted prices. The performance bond will remain in force
throughout the period of contract. The performance bond shall equal three (3) months of the
payments due under the contract.
3.14
SEPARATE PROPOSALS
While it is not contemplated that any abnormal requirements or additional terms will be
required, other than listed herein, if such should occur, the City reserves the right to call for
separate proposals thereon.
3.15
DEFAULT
In the event of a default by the contractor to supply according to the proposed delivery to the
City, the City reserves the right to procure any piece of equipment, material or services in
default from other sources and hold the successful bidder responsible and liable for any
difference in cost incurred including transportation charges.
FB # PS-ELSS-08-18-2015
Page 9
3.16
PERIOD OF CONTRACT
The contract period will begin upon notification in writing (purchase order) to the successful
bidder and will run for the period of proposed delivery and acceptance of the material by the
City.
3.17
HOLD HARMLESS AGREEMENT
The Contractor agrees to protect, defend, indemnify, and hold the City of Kinston, its officers,
employees and agents free and harmless from and against any professional fees, claims or
liabilities of every kind and character that are the result of negligence by the contractor or his
agent and out of the realm and scope of the plans and specifications. The vendor further agrees
to respond to provide defense for and defend any and all such claims arising from the vendors
or vendor's agents negligence at the vendors' sole expense and agrees to bear all other costs
and expenses related thereto.
3.18
TERMS AND CONDITIONS
Vendor's terms must be stated on the last page of the bid schedule. The terms and conditions of
sale as stated in this proposal govern in the event of conflict with any terms of seller’s proposal,
and are not subject to change by reason of any written or verbal statement by seller or by any
terms stated in seller’s acknowledgment unless same is accepted in writing by the entity.
3.19
AWARD
The award of the bid will be made to the lowest responsible bidder as soon as practical,
provided that in the selection of the material a purchase order may be awarded to a responsible
bidder other than the lowest in the interest of standardization or ultimate economy if the
advantage of each standardization or ultimate economy is clearly evident, or award the
purchase order to a responsible bidder deemed in the best interest of the City. This Bid may be a
multiple award.
3.20
FACTORS OF EVALUATION
In estimating the lowest cost to the City, the following considerations will be given in addition to
prices: Delivery, compatibility with existing equipment or material, discounts offered, past
performance, technical and maintenance support, reputation and experience. This list is not all
inclusive.
3.21
ERRORS
The City reserves the right to waive minor irregularities or minor errors in any proposal, if it
appears that such irregularities were made inadvertently. Errors in addition or in extensions of
unit prices shown will be corrected prior to evaluation of the total bid. In case of variation
between the unit prices and extensions, the unit prices will be considered to be the valid bid
price.
3.22
SCHEDULES
FB # PS-ELSS-08-18-2015
Page 10
The City reserves the right to award any schedule or combinations thereof or to award any part
of any schedule. The City of Kinston reserves the right to purchase additional units at the quoted
bid price.
3.23
SAMPLES:
Each bidder will provide at the time of bid opening or pre-bid meeting, samples of the items bid
on. Samples will be picked up by bidder within 90 days of bid opening. All samples are to be at
no cost to the City. After 90 days the samples will be considered abandoned and become
property of the City of Kinston. EXCEPTIONS: Samples subjected to destructive testing or sent
off for evaluation will not be returned.
3.24
PRICES
3.24.1 Prices shall be quoted F.O.B. the City of Kinston, NC 28502, and delivered to the location
specified on the Purchase Order.
ESCALATION CLAUSE: WAIVED
3.24.2 Price quotes shall remain in effect for a period of two (2) years with the option of 2
additional one year periods. Price adjustment during the bid term must be indicated in
the bid.
3.25
DEFECTS
3.25.1 All materials furnished hereunder shall be new, not used and subject to the inspection,
tests and approval of the City.
3.25.2 The materialman shall guarantee his materials and workmanship against defect due to
faulty materials or faulty workmanship or negligence for the stated period in the
manufactures warranty.
3.26
MISCELLANEOUS
The bidder shall hold harmless and indemnify the City, its agents, and employees, from any and
all claims, suits, and proceedings for infringement of any patent or patents covering materials
and equipment purchased hereunder. The bidder shall defend any suit or proceeding brought
against the City, its agents, or employees based upon a claim that materials and equipment or
any part thereof constitute an infringement of any patent, or if the bidder shall fail to defend
such suit or proceeding, the City may do so and the bidder shall make reimbursement for the
expense of such litigation. If the materials and equipment, or any part thereof, are held to
constitute infringement and the use thereof, is enjoined, the bidder shall, at its own expense,
either procure for the City the right to continue to use the materials and equipment, or such
part thereof, or shall replace the materials and equipment, or such part thereof, with noinfringing materials and equipment.
3.27
DESTINATION
Item(s) shall be delivered to: The City of Kinston, Monday through Friday, 8:00 A.M. to 4:00 P.M.
excluding holidays to the location specified on the purchase order.
FB # PS-ELSS-08-18-2015
Page 11
3.28
DEMONSTRATION
Vendors may be required to provide a demonstration with similar equipment and specifications
as noted herein or provide at the vendor’s expense a demonstration of similar equipment
currently in use at another customer’s site.
3.29
DELIVERY
All Delivery Costs to be prepaid by bidder. See special conditions/purchase order for further
clarification. The vendor shall be insured in case of lost shipment. The vendor will notify the City
of Kinston (24) hours before delivery. Please contact the Fleet Manager at 252-939-3327 for
Vehicles and Equipment; or the Warehouse Supervisor for Transformers and material at 252939-3122.
3.30
MANUALS
Successful bidder shall furnish the materials-services copies of manuals, or literature with
technical and descriptive information and parts manuals.
3.31
3.32
BID SCHEDULES
32.1
You may bid on any or all bid schedule(s).
32.2
Bidder is required to complete, sign, and date the bid form Schedules, and submit with
the sealed bid. The bidder’s NC Sales and Use tax number is required on this form. Bids
submitted on any other form will be considered non-responsive.
32.3
In cases of document discrepancies, or requests for content clarification, contact the
Purchasing/Warehouse Manager at 252-939-3135.
TRADE-IN
The City may purchase with or without a trade-in. In the event the City elects to accept the
proposed trade-in value for a trade–in unit, the City reserves the right to use the trade-in unit
until the new equipment has been delivered and accepted by the City. The trade-in shall be
“where is - as is” and without guarantee of the condition at the time the new unit is received
from the successful bidder.
The vehicle/equipment may be inspected at the Fleet Maintenance Building, located at 2360
Hwy 258 South, Kinston NC 28504. Please contact the Fleet Manager at 252-939-3327 to
arrange a time for the inspection.
3.33
NON-DISCRIMINATION CLAUSE:
It is specifically agreed as part of the consideration of the signing of this contract, that the
parties hereto, their agents, officials, employees, or servants will not discriminate in any manner
on the basis of race, color, creed, religion, or national origin with reference to the subject matter
of this contract.
FB # PS-ELSS-08-18-2015
Page 12
Enforcement of this provision, as set out in said ordinance, shall be action for specific
performance, injunctive relief, or other remedy as provided by law.
This provision shall be binding on the successors and assigns of the parties hereto with
reference to the subject matter of this contract.
The City of Kinston is in compliance with Title VII of the Civil Rights Act of 1964, as amended, and
Section 122(A) of the State and Local Fiscal Assistance Act of 1972, and hereby issues the
declaration that bid award is contingent upon bidder’s compliance with aforementioned
statutes.
3.34
3.35
N.C. General Statutes and City Ordinances
34.1
N.C.G.S. 143-129 governs purchasing in the state of North Carolina. Bids are awarded
according to its provisions.
34.2
The General Statutes of the State of North Carolina and Code of Ordinances of the City
of Kinston, insofar as they apply to purchasing and competitive bidding, are made a part
hereof.
Tax payer ID
3.35.1 Bidder is required to complete, sign, and date a Federal form W-9, and submit
the form with the sealed bid.
3.36
E-Verify
3.36.1 Bidder is required to complete, sign, date and have notarized the E-Verify
Affidavit form provided with Bid Schedule 2 and submit the form with the sealed bid.
FB # PS-ELSS-08-18-2015
Page 13
Section 4
Specifications
SPECIFICATIONS FOR SINGLE PHASE DISTRIBUTION VOLTAGE REGULATORS
RATED 76.2 KVA TO 833 KVA
General Information
This specification describes the electrical characteristics, mechanical and safety features of
single phase, 60 Hz, mineral oil filled, self-cooled, distribution regulators, completely self
contained automatic voltage regulation for plus and minus ten (10) percent regulation in thirtytwo (32) 5/8 percent steps, operating at a normal Primary voltage of 7,200 volts wye. All
regulators shall be constructed of new materials.
The regulators furnished under this specification shall be designed and manufactured under
the latest ASTM, ANSI, NEMA, OSHA, NESC, and IEEE standards covering the complete unit
or any part thereof. These applicable standards shall be a part of this specification.
Regulator rating shall be as specified on the attached schedule.
Proposals shall include catalog numbers, manufacturer, ratings, characteristics, type, sizes,
etc., of all removable material and equipment included. A simple statement that all necessary
material and equipment will be provided is satisfactory.
4.1.0
Insulation Levels
The high voltage insulation shall be:
Rated High Voltage (Volts)
7620
4.2.0
BIL (kV)
95
Insulation Class (kV)
15
Temperature Rise Limits
4.2.1 The winding rise above ambient temperature shall not exceed 65C when tested in
accordance with its rating.
4.2.2 The hot spot temperature rise above ambient temperature shall not exceed 80C
when tested in accordance with its rating.
4.3.0
Testing
4.3.1 All regulators shall be tested, and the test shall be made in accordance with the latest
revision of the American Standard Test Code. The results of those tests shall be
furnished to the City of Kinston immediately following their completion.
FB # PS-ELSS-08-18-2015
Page 14
4.3.2 The following test shall be made while the tap changer is on its maximum and
minimum positions respectively:
a.
Resistance Measurements.
b.
No load loss at rated input voltage in positions 0, 1, 15, and 16.
c.
Full load loss at rated input voltage in positions 0, 1, 15, and 16.
d.
Exciting current at rated input voltage and at 110 % of rated voltage with the
unit on neutral and at 10% on lower positions.
e.
Impedance volts with the regulator in full raise position.
4.3.3 The following test shall be made on all positions of the tap changer:
4.4.0
a.
Polarity check.
b.
Induced potential test.
c.
Applied potential test.
Construction
4.4.1 Tank Assembly
The regulators shall be designed such that the unit can be partially or completely
untanked for inspection and maintenance without disconnecting any internal
electrical or mechanical connections. After the unit is untanked, it shall be possible
to operate the regulator mechanism and test the control panel from an external 120
volt source without any reconnections between the control and regulator.
4.4.2 Tap Changer Mechanism
The tap changing mechanism shall be motor driven, quick break type and shall be
completely immersed in oil.
4.4.3 Regulator Control Panel
4.4.3.1 A microprocessor based controller shall be provided for the automatic control
of the voltage regular, and shall be a standard design as manufactured by
Schweitzer Engineering Laboratories, Inc., Cooper Industries, Inc., or
Siemens Energy and Automation, Inc.
4.4.3.2 The control panel shall be housed in a weatherproof enclosure with
provisions for padlocking.
FB # PS-ELSS-08-18-2015
Page 15
4.4.3.3 The control panel shall be provided with cable to allow ground level
mounting of controls and regulator.
4.4.3.4 The control panel shall be of unit construction to allow its removal from the
regulator by disconnecting the polarized disconnect jack plugs. The voltage
regulating relay shall be capable of no load setting between 105 and 135 volts
inclusive having a ratio of 60 to 1 for 7.20 kV secondary on a phase to neutral
basis.
4.4.3.5 The bandwidth adjustment shall be capable of holding a regulated voltage
bandwidth from plus or minus 1.5 volts to plus or minus 3 volts. A bandwidth
indicating meter shall be furnished which provides an indication as to whether
the input panel voltage is within the bandwidth.
4.4.3.6 Line drop compensation shall have a minimum of 0-24 volts each for
resistance and reactance. Test terminals for load and voltage shall be located
for convenient testing. The time delay relay shall be capable of settings
between 10 and 90 seconds inclusive. All leads to the control shall be either
color-coded or labeled for easy identification.
4.4.3.7 The control cabinet shall be equipped with a thermostatic controller heater.
4.4.3.8 The control panel shall be equipped with a neutral position indication light, a
manual/automatic control switch, and operation counter.
4.4.4 Coil Assembly
4.4.4.1 The regulator shall be designed to maintain its nameplate ampere and kVA
rating throughout the temperature range. All materials used shall be of the
65C (85C Hot Spot) Class and be thoroughly tested for compatibility with
all regulator components before inserted into design.
4.4.4.2 All insulating paper used as layer insulation in regulators shall be bonded
type, coated on both sides with a thermosetting adhesive and properly cured
prior to impregnating with oil or the coils shall be wound with primary
conductor containing a thermosetting adhesive that when properly cured will
form a effective bond, both in turn to turn and layer to layer.
4.4.4.3 A minimum of two sheets of insulation is to be provided between all series
and exciting winding layers to guard against inherent paper defects and
improve reliability of regulator windings.
4.4.5 Internal Lead Identification
Internal secondary leads shall be identified with appropriate markings permanently
embossed in the lead that correspond with the lead markings on the nameplate.
FB # PS-ELSS-08-18-2015
Page 16
4.4.6 Grounding
Each regulator shall be equipped with a grounding pad located in the area of the
base. The pad shall be two-hole NEMA drilling and shall be furnished with a bolted
connector suitable for #2 AWG to 250 MCM stranded copper.
4.4.7 External Features
4.4.7.1 Units shall be provided with metal oxide surge arresters rated for use at
7.62/13.2 kV grounded wye, mounted near the source, load.
4.4.7.2 An external by-pass arrestor shall be installed between the source and load
bushings to limit voltage rise across the series windings.
4.4.7.3 The minimum BIL rating of all bushings shall be 95 kV and all bushings
shall have a minimum creep distance of 17 inches. The bushings
designations (S, L, or SL) shall be stamped or embossed on the regulator
cover adjacent to the bushings. The primary bushings must be
interchangeable with each other.
4.4.7.4 Each bushing shall be provided with a terminal suitable for flat spade
connection with NEMA standard four-hole drilling.
4.4.7.5 An external oil sight gauge shall be provided which indicates oil level and oil
color.
4.4.7.6 An external position indicator which is mounted above the oil level of the
regulator shall be included to provide information as to the regulator step
position. The indicator shall be equipped with resettable sweep indicators to
show high and low regulator positions. The position indicator shall be
furnished with reflecting numbers and shall be slanted downward at 45
degree angle for easy reading from below when the regulator is mounted at
ground level.
4.4.7.7 All regulators shall be provided with an oil sampling valve.
4.4.8
Pressure Relief
The regulators shall be provided with an assembly that is designed for pressure
relief of combustible gasses built up from the mechanism tap changes. The
assembly shall remain effectively sealed for overloads and external secondary short
circuits of the duration and magnitude allowed by industry standards, but shall
relieve pressure at a minimum of 8 psig. Design should meet the requirements of
ANSI C57.12.20 paragraph 6.2.7 for relief of excessive pressure.
4.4.9
Current Transformers
FB # PS-ELSS-08-18-2015
Page 17
Provide an internally mounted current transformer for phase current sensing for the
control panel line drop compensation circuit. Rating shall be compatible with the
maximum regulator capacity. The current transformer ratio shall be listed on the
unit nameplate.
4.4.10 Potential Transformers
4.4.10.1 The regulator potential transformer shall be connected line to neutral and
have a voltage ratio of 60:1
4.4.10.2 Terminal for phase to neutral voltage checking purposes (recording and/or
instantaneous) shall be provided on the control cabinet for regulated voltage.
4.4.11 Tank Pressure Withstand
4.4.11.1 Tank withstand should meet NEMA TRI-1980, Part 2, Page 6, Section D.
4.4.11.2 Tank bottom shall have a rolled edge and tank wall base which are three
layers thick.
4.4.12 Finish
4.4.13 Tank covers shall have a slope of 15 for moisture run-off, shall have an
insulating coating on the cover capable of withstanding 15 kV at a 2000
volt/second rate of rise, tested per ASTM D149 using 3@ diameter electrodes.
The result of design tests to conform this capability shall be submitted for
approval.
4.4.13.1 The tank coat will be a finish which can withstand a direct blow of 160
inch-pounds per ASTM D-2794-69
and meets or exceeds the following
as set forth in ANSI C57.12.28:-salt spray for 1000 hours, - humidity test, abrasion resistance test, - crosshatch adhesion test, - oil resistance test.
4.4.14 Nameplate
4.4.14.1 Nameplates shall be made of a corrosion resistant material and permanently
marked with essential operating data, including PCB classification.
Nameplate shall meet ANSI standard C57.15.
4.4.14.2 The nameplate shall show the type of material in coils.
4.4.15 Oil Preservation
4.4.15.1 A sealed tank system shall be standard on all regulators.
4.4.15.2 A sealed tank system is one in which the interior of the regulator will be
sealed from the atmosphere throughout its top oil temperature range, and in
which the gas plus the oil volume remain constant. The regulator will
FB # PS-ELSS-08-18-2015
Page 18
remain effectively sealed throughout a top oil temperature range from minus
5C to plus 105 C provided the initial level has been properly adjusted.
4.4.16 Motor Capacitor
The voltage regulator shall have the tap changer motor capacitor mounted inside the
control enclosure for ease of replacement.
4.5.0
Quality Program Requirements
4.5.1 General Requirements
Regulators addressed by this specification are subject to a quality program which
establishes requirements to assure that the regulators provided by the vendor will
comply with Industry Standards or this specification.
4.6.1
Regulator Bid Evaluation
4.6.1 Bids submitted for all schedules shall be evaluated for ACost of Ownership@utilizing
initial cost, regulator losses, and the cost of financing. The formula is as follows:
ACost of Ownership@ = (Unit Cost) + (Core Losses x A) + (Winding Losses x B)
The cost of losses will be evaluated using the following watt charge:
A. Core Loss (N.L) = $7.80 / watt
B. Winding Loss (L.L.) = $2.10 / watt
4.6.2 Loss values utilized in evaluation of regulators will be the average of the
respective losses at the 15 raise and the 16 raise position.
4.6.3 The City reserves the right to change at any time the no-load loss and winding loss
charge given above insofar as these values are used to evaluate bids.
4.6.4 Failure to meet guaranteed losses shall result in an adjustment of the purchase
price difference in guaranteed and the actual values multiplied by a penalty factor
of three (3) times the cost of losses. If one type of loss exceeds guaranteed values
and the other is less than guaranteed values, then the evaluation of both may
determine the amount of the adjustment. However, IN NO CASE, shall the
adjustment factor under this provision result in the net price increase to the City.
4.7.0 Other
4.7.1 All exterior nuts, bolts and hardware shall be of a corrosive resistive material.
4.7.2 The liquid supplied in these regulators shall be ANSI type II non-PCB type, as
defined by ASTM-D-3487 Federal Regulation 40 CFR Part 761, latest revision. The
liquid contained in these regulators shall be identified as a non-PCB type containing
FB # PS-ELSS-08-18-2015
Page 19
less than 1 ppm. The data shall be on the nameplate on the regulator and on a
separate ANon-PCB@ label, no larger than 3 inches by 3 inches, affixed to the regulator
tank directly below the inside nameplate. A copy of the oil test report or oil
certificate shall be furnished with each regulator delivered and shall include the
regulator serial number listed.
4.7.3 All regulators shall be delivered in a flat bed or open top transport. Regulators
arriving in a closed top trailer will not be accepted.
FB # PS-ELSS-08-18-2015
Page 20
Section 5
BID SCHEDULES
BID SCHEDULE 1
DESCRIPTION
QUANTITY
UNIT PRICE
TOTAL PRICE
(Item #1)
Single Phase Distribution Voltage Regulator Rated
at 833 kVA, 7200 volts Wye, 95 kV BIL, 60 Hertz,
step type, 10% rise and 10% lower, Mineral Oil Filled,
Certified Non-PCB - Listed On Nameplate and with
Sticker
6
$
$____________
(Item #2)
Additional Regulator Controls
0
$
$____________
(Item #3)
Regulator Sub-Base (Required if the distance from
the ground to the top of the regulator bushing is less
than 108 inches.)
0
$
$____________
North Carolina Sales Tax
(If Applicable)
$____________
Grand Total items #1, #2 and #3
$____________
Manufacturer:
Type:
Maximum guaranteed no-load watt losses, 100% voltage, 75 C
watts
Maximum guaranteed load watt losses (not total losses)
watts
@step 0
watts
@step 1R
watts
@step 1L
watts
@step 15L
watts
@step 16R
watts
@step 16L
watts
Cost of Ownership
$
=
X $7.80/watt +
(NL watts)
x $2.10/watt
(LL watts)
*NOTES: Loss levels will be considered in evaluating bids. No Load and Load losses are to be
guaranteed per ANSI standards. List any exceptions on additional pages.
FB # PS-ELSS-08-18-15
Page 21
BID SCHEDULE 2 – DELIVERY AND EXCEPTIONS
DELIVERY DATE: SPECIFY YOUR EARLIEST DELIVERY DATE ARO
TERMS:
DELIVERY DATE: ______________________
City of Kinston reserves the right to accept or reject any or all bids and to accept the bid
deemed to be in the best interest of the City.
EXCEPTIONS TO SPECIFICATIONS:
1.____________________________________________________________________________
______________________________________________________________________________
2.____________________________________________________________________________
______________________________________________________________________________
3.____________________________________________________________________________
______________________________________________________________________________
Attach separate sheet if additional space is required.
Attach brochures, warranties and E-Verify Affidavit to this page.
NAME OF BIDDER: _____________________________________________________________
ADDRESS: _____________________________________________________________________
_____________________________________________________________________________
Submitted
BY:
TITLE: _________________________________________________
DATE:
TELEPHONE: ( )_____________________
NC Sales & Use Tax Registration Number: ___________________________________________
FB # PS-ELSS-08-18-15
Page 22
Download