section ii - submission of bid

advertisement
CITY OF OPELIKA
PURCHASING DEPARTMENT
INVITATION TO BID
SHIRLEY WASHINGTON
PURCHASING AGENT
OFFICE: (334) 705-5120
FAX: (334) 705-5128
BID DATA
BID NUMBER:
B10-017
COMMODITY TITLE:
Transformers
USER DEPARTMENT:
Light and Power
BUYER:
Shirley Washington
BUYER TELEPHONE:
(334) 705-5120
ISSUE DATE:
January 27, 2010
BID OPENING
DAY/DATE:
February 22, 2010
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
Transformers as per specifications for the Opelika Light and Power Department. Bids must be
received by 2:00 PM on February 22, 2010, 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.
2
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.
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
3.3
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
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.
3.7
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.
3.8
The City shall be the sole judge as to an item meeting or exceeding the specifications.
3.9
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.
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
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 March 31, 2011. Upon mutual agreement, this
contract may be extended for two additional years in one-year increments.
4
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.
5.4
Orders shall be based on “Initial Quantity” then on an “As Needed” basis.
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:
6.2
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.
6.3
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.
6.4
Failure to comply with the above requirements shall deem the initial prices to be in effect for
the entire life of this contract.
6.5
Any price reduction from the manufacturer shall also be passed on to the City automatically.
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 QUANTITY
8.1.1
The City has listed on the bid form the number of transformers estimated to be needed during
the three-year period of this contract. This is merely a good faith estimate of possible quantity
and not to be construed as a guarantee of amount to be purchased.
SECTION IX LICENSE REQUIREMENT:
9.1
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.
5
PART TWO
SPECIFICATIONS
ITB #B10-017
ITEM #1
SINGLE-PHASE PADMOUNTED TRANSFORMERS
1.
SCOPE
1.1. These specifications cover the electrical characteristics and mechanical features of singlephase 60 Hz, 7200V primary voltage, 120/240 volt secondary, oil immersed, self-cooled,
padmounted, dead-front, loop-fed, distribution transformers with three insulated secondary
bushings.
1.2. 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.
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. 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.
2.3. 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. Transformer Tank
3.1.1. The pad-mounted transformer shall be furnished with Type II interchangeability in
accordance with ANSI standard C57.12.25, Figure 2(a). The pad mounted,
compartmental-type transformer shall consist of the transformer tank with high and low
voltage cable terminating compartment. The transformer tank and compartment shall be
assembled as an integral unit for mounting on a pad. There shall be no exposed screws,
bolts, or other fastening devices which are externally removable. There shall be no
openings through which foreign objects such as sticks, rods, or wires might contact live
6
parts. The construction shall limit the entry of water (other than flood) into the
compartment so as not to impair the operation of the transformer.
3.1.2. To facilitate making connections and to permit cable pulling, the compartment hood shall
be removable when and only when in the full open position.
3.1.3. 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. The dimensions of the penta-head shall comply with Figure 1 of ANSI C57.12.281999.
3.1.4. Unlocking of padlock and disengaging the penta-head bolt shall permit access to both the
high and low voltage terminations when the compartment hood is removed or opened.
3.1.5. Stainless steel hinges and stainless steel pins shall be provided and hinge pins shall be a
minimum of 3/8” diameter and the thickness of the hinge shall be greater than or equal
to the thickness of the tank.
3.1.6. Cabinet security shall be evaluated in accordance with the test procedures and
requirements of ANSI C57.12.28–1999.
3.1.7. A front panel accessory mounting bracket shall be provided.
3.1.8. Lifting provisions shall be two 5/8”–11 threaded flush mounted inserts constructed of
corrosion-resistant material and shall be arranged to provide balanced lifting.
3.1.9. The laser engraved anodized aluminum nameplate shall be located in the cable
compartment and shall be readable with cables in place. In addition to other technical
information, it shall include the gallons of soy-based oil contained in the unit and shall be
permanently marked with the words “NON PCB”.
3.1.10. The mild steel transformer tank shall be sealed-tank construction with a welded main
cover and detachable sill fastened with stainless steel hardware. The top surfaces on the
hood and transformer tank/oil compartment shall be domed to prevent water retention.
3.1.11. The transformer finish shall be dark green Munsell 7GY 3.29/1.5 enamel over bonderized
metal, capable of passing all tests listed in the most recent version of ANSI C57.12.28.
Paint shall be of such quality as to resist rusting, fading, etc. for a minimum of 10
(exposed to the elements) years.
3.1.12. Oil fill/oil level and oil drain plugs shall be provided.
3.1.13. A pressure relief valve capable of manual operation located at the top of the cable
compartment above the liquid level shall be provided.
3.1.14. Eyebolt type ground connectors shall be provided.
3.2. Temperature Rise Limits
3.2.1. Kilo-volt ampere ratings are continuous and based on not exceeding either a 65 degrees C
average winding temperature rise or an 80 degrees C hot spot temperature rise.
7
3.2.2. The temperature rise of the insulating oil shall not exceed 65 degrees C when measured
near the top of the tank.
3.3. Primary/Secondary Bushings
3.3.1. Transformer shall be dead-front design in a loop-feed configuration.
3.3.2. Transformer shall be equipped with two primary bushing wells rated 200 ampere in
accordance with the latest revision of ANSI/IEEE 386. The bushing wells shall be
externally clamped to the transformer tank.
3.3.3. No primary taps will be provided.
3.3.4. The secondary terminals, including the neutral, are to be equipped with bolted ANSI
standard copper threaded studs. (25kVA thru 75kVA – 5/8”, 100kVA – 1”) In addition,
the neutral terminal shall be fully insulated and provided with a removable ground strap.
A ground pad shall be provided adjacent to the neutral bushing for attaching the
removable ground strap to the oil compartment front panel.
3.3.5. Bushing mounts shall be embossed.
3.4. Over-Current Protection
3.4.1. Transformer shall have one bayonet-type, oil-immersed, expulsion fuse
accessible
through the primary compartment in combination with an internally mounted partialrange current limiting fuse. The expulsion fuse shall be replaceable using a hot stick,
(without removal of the hood).
3.4.2. Drip shield shall be provided directly below the bayonet holder on the front panel of unit.
3.5. Coil Assembly
3.5.1. All internal leads shall be insulated and mechanically supported so minimum stress is
placed upon the connection to the winding and insulator.
3.5.2. Coil assembly must use wound core construction (not stacked core).
3.5.3. Coil assembly must use full-width sheet low voltage windings.
4.
INSULATING
4.1. The voltage insulation levels shall be:
High Side
Rated Voltage
(Volts)
7200
Low Side
120/240
95
Insulation Class
(kV)
15
30
1.2
BIL(kV)
4.2. Insulating Fluid And Preservation System
8
4.2.1. The fluid preservation system shall be a sealed tank type.
4.2.2. The insulating fluid shall be as specified on the Transformer Data Sheet.
4.2.3. 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.
4.2.4. 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.
4.2.5. Transformer shall be bid with two insulating oil options:
4.2.5.1.
Option 1: Mineral Oil
4.2.5.2. Option 2: Transformer shall be filled with Cooper Envirotemp FR3 soy –
based oil or equivalent
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.
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
277/480
Minimum Height 2”
Rated KVA
100 KVA
Minimum Height 2”
NON PCB
NON PCB
Manufacturer’s Choice
Insulating Oil
MINERAL OIL/
SOY-BASED 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.
9
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 losses expressed in watts at rated voltage at 60 Hz
7.1.3. Full load 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. Invoices will not be approved for payment until the certified test reports are received and
approved.
7.3. All losses shall be determined in accordance with the latest revision of ANSI C57.12.00
corrected to 85 degrees C.
7.4. 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.
7.5. The following factors will be used to perform loss evaluation on the transformers:
7.5.1. No-load losses will be evaluated at $4.95 per Watt
7.5.2. Load losses will be evaluated at $1.26 per Watt
7.5.3. Total owning cost will be calculated the following way:
Total Owning Cost = Initial Cost + ($4.95 X No Load Losses) + ($1.26 X Load Losses)
7.5.4. For the determination of the award of business, OLP will consider all bids within five
percent (5%) of the lowest TOC to be economically equivalent and will consider other
factors such lead times and purchase price in making the award.
7.6. NOTE:
Failure of the bidder to supply the loss information shall result in the
bid being rejected.
8.
MANUFACTURER
8.1. Manufacturer must have at least 10 years experience building the type transformer in this bid.
10
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 Light & Power without
charging additional shipping costs.
9.2. Shipping shall be included in bid F.O.B. Opelika, AL.
9.3. Two week notice for delivery is required in order to arrange crane for unloading and shall be
coordinated with Opelika Light & Power warehouse.
9.4. Failure to provide specified notice will result in unloading delays.
11
PART THREE
BID FORM
ITEM #1
ITB #B10-017
SINGLE-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. PLEASE SUBMIT BIDS IN DUPLICATE AS REQUESTED IN SECTION II, ITEM
2.6
Item #1 – Item #5 must meet the following requirements:
7200 Volt Primary, Dead Front, Loop Feed,
120/240 Volt Secondary,
Item #
Rating
Insulating Oil
1
25 kVA
Mineral Oil
$
Alt. 1
25 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
(W)
Weeks
Item #
Rating
Insulating Oil
2
37.5 kVA
Mineral Oil
$
Alt. 2
37.5 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
(W)
Weeks
Item #
Rating
Insulating Oil
3
50 kVA
Mineral Oil
$
Alt. 3
50 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
Weeks
12
(W)
Item #
Rating
Insulating Oil
4
75 kVA
Mineral Oil
$
Alt. 4
75 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
(W)
Weeks
Item #
Rating
Insulating Oil
5
100 kVA
Mineral Oil
$
Alt. 5
100 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
Weeks
13
(W)
PART TWO
SPECIFICATIONS
ITB #B10-017
ITEM #2
THREE-PHASE PADMOUNTED TRANSFORMERS
10. SCOPE
10.1. These specifications cover the electrical characteristics and mechanical features of three-phase
60 Hz, 12470Y/7200 primary voltage, oil immersed, self-cooled, padmounted, dead front,
loop-feed, distribution transformer.
10.2. 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.
11. CODES AND STANDARDS
11.1. 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.
11.1.1. American National Standards Institute, Inc. (ANSI)
11.1.2. Institute of Electrical and Electronic Engineers (IEEE)
11.1.3. National Electrical Manufacturers Association (NEMA)
11.1.4. American Society of Testing and Materials (ASTM)
11.1.5. National Electrical Code (NEC)
11.2. 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.
11.3. 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.
12. CONSTRUCTION
12.1. Winding Characteristics
12.1.1. The windings shall be tightly wound utilizing tension devices to place the conductor into
the coils.
12.1.2. For optimum dielectric and mechanical strength, a minimum of two sheets of epoxy
coated insulation shall be placed between each layer in the winding.
12.1.3. Sheet conductor shall be used in secondary winding to minimize vertical short circuit
forces.
14
12.1.4. 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.
12.1.5. 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.
12.1.6. The transformer design shall be capable of operating above rated voltage or below rated
frequency in accordance with ANSI C57.12.00.
12.2. Sound Level
12.2.1. 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.
12.3. HV Compartment
12.3.1. The transformer shall be furnished with a high voltage compartment located on the left
of the centerline in ANSI Segment 1.
12.3.2. The high voltage compartment shall be furnished with universal bushing wells for dead
front.
12.3.3. The HV compartment shall be provided with an interlocked door which can only be
opened after the LV compartment door has been opened.
12.4. LV Compartment
12.4.1. The transformer shall be furnished with a low voltage compartment located on the right
of the centerline in ANSI Segment 1.
12.4.2. 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. The dimensions of the
penta-head bolt shall comply with Figure 1 of ANSI C57.12.28-1999.
12.5. Cabinet Dimensions
12.5.1. Primary and secondary cabinet dimensions shall be within the following parameters:
15
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 2500
Up to 72”
69” to 72”
30” to 32”
23” to 25”
12.6. Low Voltage
12.6.1. The transformer shall have 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 2500 kVA transformers.
12.6.2. Lugs shall be designed to accept aluminum or copper conductors.
12.6.3. All transformers 500 kVA through 2500 kVA shall have bracing supporting secondary
spades
12.7. Core
12.7.1. 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.
16
12.7.2. 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.
12.8. De-Energized Tap Changer
12.8.1. A manually operated de-energized tap changer shall be provided for changing the
primary winding taps.
12.8.2. 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
12.8.3. The tap changer shall be capable of carrying the full transformer short-circuit current
without damage or contact separation.
12.8.4. The tap changer shall be gang operated from a single operating point and shall have a
position indicator.
12.8.5. The tap changer operating mechanism shall include provisions for pad locking in each
tap position.
12.9. Tank Design
12.9.1. The transformer tank, cooling equipment and compartments subject to pressures shall
be designed to withstand, without permanent deformation, pressures of at least twentyfive percent greater than maximum operating pressures. The maximum design withstand
pressure shall be indicated on the nameplate.
12.9.2. Tank design shall include sufficient expansion volume to allow operation under specified
load conditions.
12.9.3. The main cover shall be of welded onto the tank.
12.9.4. 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.
12.9.5. The transformer base shall be suitable for rolling or skidding in the direction of either
tank base centerline.
12.9.6. 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.
12.9.7. 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.
12.9.8. Jacking area, pads or bosses shall be provided.
12.9.9. Pulling provisions, for towing the transformer parallel to either centerline, shall be
provided.
12.10.
Gaskets
17
12.10.1.
The gaskets shall be compatible for the insulating fluid in the transformer tank.
12.10.2.
Metal surfaces to which gaskets are applied shall be smooth, and shall have
sufficient rigidity to assure proper compression of the gaskets.
12.11.
Cooling System
12.11.1.
The transformer shall be self-cooled.
12.11.2.
Cooling tubes or radiators shall be rigidly supported to the tank wall, either
through pipes or brackets.
12.12.
Grounding Provisions
12.12.1.
All non-energized metallic components of the transformer shall be grounded.
12.12.2.
Tank grounding provisions shall consist of two ground pads, welded to the base
or to the tank wall near the base on diagonal corners.
12.12.3.
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.
12.13.
Nameplates
12.13.1.
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.
12.13.2.
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
un-tanking, type and quantity of oil, and the date of manufacture.
12.13.3.
A non-corrosive nameplate located next to the operating handle of the deenergized tap changer shall be provided which states the following: “Warning -Do not
operate this tap changer unless the transformer is de-energized.”
12.14.
Exterior Finish
12.14.1.
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.
12.14.2.
12.15.
The finish shall be dark green Munsell No. 7GY/3.2/1.5
Accessories
12.15.1.
The transformer shall be equipped with a complete set of standard accessories,
including:
12.15.1.1. Magnetic liquid level gauge.
18
12.15.1.2. Dial type thermometer.
12.15.1.3. Pressure-vacuum gauge.
12.15.1.4. Pressure relief valve.
12.15.1.5. A 1-inch upper filter press connection with pipe plug.
12.15.1.6. A 1-inch drain valve and bottom filter press connection.
13. INSULATING
13.7. The voltage insulation levels shall be:
High Side
Rated Voltage
(Volts)
7200
Low Side
120/240
95
Insulation Class
(kV)
15
30
1.2
BIL(kV)
13.8. Insulating Fluid And Preservation System
13.8.1. The fluid preservation system shall be a sealed tank type.
13.8.2. The insulating fluid shall be as specified on the Transformer Data Sheet.
13.8.3. 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.
13.8.4. 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.
13.8.5. Transformer shall be bid with two insulating oil options:
13.8.5.1. Option 1: Mineral Oil
13.8.5.2. Option 2: Transformer shall be filled with Cooper Envirotemp FR3 soy –
based oil or equivalent
14. LABELING
14.7. 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.
14.8. For Pad-Mount Transformers - All labels are to be located on the front of the cabinet door
near the top left edge.
19
14.9. For Pole-Mount Transformers - All labels are to be located near the bottom of transformer
directly below secondary bushings.
14.10.
Labeling Height:
Secondary
Voltage
277/480
Minimum Height 2”
Rated KVA
100 KVA
Minimum Height 2”
NON PCB
NON PCB
Manufacturer’s Choice
Insulating Oil
MINERAL OIL/
SOY-BASED OIL
Manufacturer’s Choice
15. TESTING
15.7. 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.
15.8. The test facility used to perform loss tests shall utilize test equipment with calibration
traceable to NIST or an approved equal 3rd party laboratory.
15.9. 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.
16. TRANSFORMER LOSS EVALUATION
16.7. The following information shall be furnished with the bid and shall be recorded on the
attached transformer loss information form:
16.7.1. Percent impedance test at 85 degrees C
16.7.2. No-load losses expressed in watts at rated voltage at 60 Hz
16.7.3. Full load losses expressed in watts at rated voltage at 60 Hz
16.7.4. All losses shall be average losses experienced on the production line.
16.7.5. A computer-generated test report listing the actual losses for each unit by serial number
shall be supplied.
16.8. Invoices will not be approved for payment until the certified test reports are received and
approved.
16.9. All losses shall be determined in accordance with the latest revision of ANSI C57.12.00
corrected to 85 degrees C.
20
16.10.
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.
16.11.
The following factors will be used to perform loss evaluation on the transformers:
16.11.1.
No-load losses will be evaluated at $4.95 per Watt
16.11.2.
Load losses will be evaluated at $1.26 per Watt
16.11.3.
Total owning cost will be calculated the following way:
Total Owning Cost = Initial Cost + ($4.95 X No Load Losses) + ($1.26 X Load Losses)
16.11.4.
For the determination of the award of business, OLP will consider all bids within
five percent (5%) of the lowest TOC to be economically equivalent and will consider other
factors such lead times and purchase price in making the award.
16.12.
NOTE: Failure of the bidder to supply the loss information shall result in the
bid being rejected.
17. MANUFACTURER
17.7. Manufacturer must have at least 10 years experience building the type transformer in this bid.
17.8. Manufacturer must have ISO-9001 quality certification.
17.9. Manufacturer must build its product in the United States.
18. SHIPPING
18.7. Manufacturer must be able to ship as few as five (5) units to Opelika Light & Power without
charging additional shipping costs.
18.8. Shipping shall be included in bid F.O.B. Opelika, AL.
18.9. Two week notice for delivery is required in order to arrange crane for unloading and shall be
coordinated with Opelika Light & Power warehouse.
18.10.
Failure to provide specified notice will result in unloading delays.
21
PART THREE
BID FORM
ITEM #2
ITB #B10-017
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. PLEASE SUBMIT BIDS IN DUPLICATE AS REQUESTED IN SECTION II, ITEM
2.6
Item #1 – Item #6 must meet the following requirements:
12470Y/7200 Volt Primary, Dead Front, Loop Feed,
208Y/120 Volt Secondary,
Item #
Rating
Insulating Oil
1
75 kVA
Mineral Oil
$
Alt. 1
75 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
(W)
Weeks
Item #
Rating
Insulating Oil
2
150 kVA
Mineral Oil
$
Alt. 2
150 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
(W)
Weeks
Item #
Rating
Insulating Oil
3
300 kVA
Mineral Oil
$
Alt. 3
300 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
Weeks
22
(W)
Item #
Rating
Insulating Oil
4
500 kVA
Mineral Oil
$
Alt. 4
500 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
(W)
Weeks
Item #
Rating
Insulating Oil
5
750 kVA
Mineral Oil
$
Alt. 5
750 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
(W)
Weeks
Item #
Rating
Insulating Oil
6
1000 kVA
Mineral Oil
$
Alt. 6
1000 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
(W)
Weeks
Item #7 – Item #13 must meet the following requirements:
12470Y/7200 Volt Primary, Dead Front, Loop Feed,
480Y/277 Volt Secondary,
Item #
Rating
Insulating Oil
7
150 kVA
Mineral Oil
$
Alt. 7
150 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
Weeks
23
(W)
Item #
Rating
Insulating Oil
8
300 kVA
Mineral Oil
$
Alt. 8
300 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
(W)
Weeks
Item #
Rating
Insulating Oil
9
500 kVA
Mineral Oil
$
Alt. 9
500 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
(W)
Weeks
Item #
Rating
Insulating Oil
10
750 kVA
Mineral Oil
$
Alt. 10
750 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
(W)
Weeks
Item #
Rating
Insulating Oil
11
1000 kVA
Mineral Oil
$
Alt. 11
1000 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
(W)
Weeks
Item #
Rating
Insulating Oil
12
1500 kVA
Mineral Oil
$
Alt. 12
1500 kVA
Soy-Based Oil
$
24
Unit Price
No-Load Losses
Load Losses
Total Losses
(W)
(W)
Delivery ARO
(W)
Weeks
Item #
Rating
Insulating Oil
13
2500 kVA
Mineral Oil
$
Alt. 13
2500 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
Weeks
25
(W)
PART TWO
SPECIFICATIONS
ITB #B10-017
ITEM #3
SINGLE-PHASE POLE-MOUNTED TRANSFORMERS
1.
SCOPE
1.1. These specifications cover the electrical characteristics and mechanical features of singlephase, 60 Hz, 7200V primary voltage, oil immersed, self-cooled, conventional two primary
bushing, no tap, pole-mounted, distribution transformers.
1.2. 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.
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. 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.
2.3. 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. Pressure Withstand and Pressure Relief.
3.1.1. A valve or cover assembly shall be provided that is designed for pressure relief. The
pressure relief valve shall conform to ANSI C57.12.20 – 1981 paragraph 6.2.7.1 or latest
revision. The cover assembly shall be self venting – resealing to meet ANSI C57.12.20 –
1981 paragraph 6.2.7.2 or latest revision.
3.2. Tank
3.2.1. The tank internal static pressure withstand shall meet ANSI C57.12.20 – 1981 or latest
revision.
26
3.3. Finish
3.3.1. Tank covers shall have a slope of 5 to 15 degrees for moisture run-off and shall have an
insulated coating on the cover capable of withstanding 15 kV at a 2000 volt/sec rate of
rise, tested per ASTM D149 using ¼” diameter electrodes.
3.3.2. Tank finish shall be light grey conforming to ANSI 70 grey. The tank finish shall
withstand direct blow of 160 inch-pounds per ASTM D-2794-69 and meet or exceed the
following as set forth in ANSI C57.12.28 – 1988: Salt spray for 1000 hours, humidity test,
abrasion resistance, crosshatch adhesion and oil resistance.
3.4. Internal Lead Identification
3.4.1. Internal secondary leads shall be identified with appropriate markings permanently
embossed in the lead that corresponds with the lead markings on the nameplate.
3.5. Nameplate
3.5.1. Nameplates shall be made of stainless steel or aluminum and be permanently marked
with essential operating data including transformer BIL, total weight, gallons of insulating
fluid, and shall meet ANSI C57.12.00 – 1980 for Nameplate A.
3.5.2. Nameplate shall be permanently marked with the words “NO PCBs”.
3.6. Connectors and Terminals
3.6.1. Connectors and terminals shall be designed to accommodate either copper or aluminum
conductors.
3.6.2. Low voltage terminal sizes shall be in accordance with the applicable – Low-Voltage
Terminal Sizes for Single-Phase Transformers – table in C57/12.20.
3.6.3. When required, cooling fins or radiator panels shall not cause interference with adjacent
units due to size or fin configuration when installed on Opelika Light & Power furnished
cluster type mounting bracket. Radiator or cooling fins shall not be located below the
low-voltage bushings.
4.
INSULATING
4.1. The voltage insulation levels shall be:
High Side
Rated Voltage
(Volts)
7200
Low Side
120/240
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.
27
4.2.2. The insulating fluid shall be as specified on the Transformer Data Sheet.
4.2.3. 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.
4.2.4. 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.
4.2.5. Transformer shall be bid with two insulating oil options:
4.2.5.1.
Option 1: Mineral Oil
4.2.5.2. Option 2: Transformer shall be filled with Cooper Envirotemp FR3 soy –
based oil or equivalent
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.
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
277/480
Minimum Height 2”
Rated KVA
100 KVA
Minimum Height 2”
NON PCB
NON PCB
Manufacturer’s Choice
Insulating Oil
MINERAL OIL/
SOY-BASED 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.
28
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 losses expressed in watts at rated voltage at 60 Hz
7.1.3. Full load 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. Invoices will not be approved for payment until the certified test reports are received and
approved.
7.3. All losses shall be determined in accordance with the latest revision of ANSI C57.12.00
corrected to 85 degrees C.
7.4. 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.
7.5. The following factors will be used to perform loss evaluation on the transformers:
7.5.1. No-load losses will be evaluated at $4.95 per Watt
7.5.2. Load losses will be evaluated at $1.26 per Watt
7.5.3. Total owning cost will be calculated the following way:
Total Owning Cost = Initial Cost + ($4.95 X No Load Losses) + ($1.26 X Load Losses)
7.5.4. For the determination of the award of business, OLP will consider all bids within five
percent (5%) of the lowest TOC to be economically equivalent and will consider other
factors such lead times and purchase price in making the award.
7.6. NOTE:
Failure of the bidder to supply the loss information shall result in the
bid being rejected.
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.
29
9.
SHIPPING
9.1. Manufacturer must be able to ship as few as five (5) units to Opelika Light & Power without
charging additional shipping costs.
9.2. Shipping shall be included in bid F.O.B. Opelika, AL.
9.3. Two week notice for delivery is required in order to arrange crane for unloading and shall be
coordinated with Opelika Light & Power warehouse.
9.4. Failure to provide specified notice will result in unloading delays.
30
PART THREE
BID FORM
ITEM #3
ITB #B10-017
SINGLE-PHASE POLE-MOUNTED 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. PLEASE SUBMIT BIDS IN DUPLICATE AS REQUESTED IN SECTION II, ITEM
2.6
Item #1 – Item #8 must meet the following requirements:
7200 Volt 2 Bushing Primary,
120/240 Volt 3 Bushing Secondary,
Item #
Rating
Insulating Oil
1
5 kVA
Mineral Oil
$
Alt. 1
5 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
(W)
Weeks
Item #
Rating
Insulating Oil
2
10 kVA
Mineral Oil
$
Alt. 2
10 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
(W)
Weeks
Item #
Rating
Insulating Oil
3
15 kVA
Mineral Oil
$
Alt. 3
15 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
Weeks
31
(W)
Item #
Rating
Insulating Oil
4
25 kVA
Mineral Oil
$
Alt. 4
25 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
(W)
Weeks
Item #
Rating
Insulating Oil
5
37.5 kVA
Mineral Oil
$
Alt. 5
37.5 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
(W)
Weeks
Item #
Rating
Insulating Oil
6
50 kVA
Mineral Oil
$
Alt. 6
50 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
(W)
Weeks
Item #
Rating
Insulating Oil
7
75 kVA
Mineral Oil
$
Alt. 7
75 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
Weeks
32
(W)
Item #
Rating
Insulating Oil
8
100 kVA
Mineral Oil
$
Alt. 8
100 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
(W)
Weeks
Item #9 – Item #9 must meet the following requirements:
7200 Volt 2 Bushing Primary,
277Y/480 Volt 2 Bushing Secondary,
Item #
Rating
Insulating Oil
9
25 kVA
Mineral Oil
$
Alt. 9
25 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
(W)
Weeks
Item #
Rating
Insulating Oil
10
37.5 kVA
Mineral Oil
$
Alt. 10
37.5 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
(W)
Weeks
Item #
Rating
Insulating Oil
11
50 kVA
Mineral Oil
$
Alt. 11
50 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
Weeks
33
(W)
Item #
Rating
Insulating Oil
12
75 kVA
Mineral Oil
$
Alt. 12
75 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
(W)
Weeks
Item #
Rating
Insulating Oil
13
100 kVA
Mineral Oil
$
Alt. 13
100 kVA
Soy-Based Oil
$
No-Load Losses
Unit Price
Load Losses
Total Losses
(W)
(W)
Delivery ARO
Weeks
34
(W)
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, within SIXTY (60) calendar days from date of
opening, 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.
Discounts will be allowed for prompt payment:
__________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
FEDERAL ID NUMBER____________________
E-MAIL ADDRESS_______________________________
35
ESTIMATED ANNUAL QUANTIES TO BE PURCHASED DURING THE LIFE OF THE CONTRACT
SINGLE PHASE POLE MOUNTED
10KVA
15KVA
25KVA
37.5KVA
50KVA
75KVA
100KVA
277/480V
25KVA
37.5KVA
50KVA
75KVA
100KVA
10
10
20
20
12
5
5
3
3
3
3
3
PADMOUNTED 1PH
Rating
120/240V
25KVA
37.5KVA
50KVA
75KVA
100KVA
Estimated
Yearly
Quantity
20
20
20
10
10
PADMOUNTED 3PH
Rating
120/208V
75KVA
150KVA
300KVA
500KVA
750KVA
1000KVA
277/480V
150KVA
300KVA
500KVA
750KVA
1000KVA
1500KVA
2500KVA
Estimated
Yearly
Quantity
5
5
3
3
3
3
3
2
1
1
1
1
0
36
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
FAX NUMBER
37
BID NO.: B10-017
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:
ADDRESS:
(Street address)
FAX:
(City)
(State)
(Zip)
38
39
Download