pad mounted switch purchase contract 2022

30
SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Pad Mounted Switch Contract - 2022 PROPOSAL OPENING – 2:00 PM, Wednesday, October 13, 2021 Contact person: Keith Renshaw (530) 582-3935 Truckee Donner Public Utility District 11570 Donner Pass Road, Truckee, CA 96161

Upload: others

Post on 03-May-2022

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Pad Mounted Switch Purchase Contract 2022

SPECIFICATIONS ANDCONTRACT DOCUMENTS

FOR

Pad Mounted Switch Contract - 2022

PROPOSAL OPENING – 2:00 PM, Wednesday, October13, 2021

Contact person: Keith Renshaw (530) 582-3935

Truckee Donner Public Utility District11570 Donner Pass Road, Truckee, CA 96161

Page 2: Pad Mounted Switch Purchase Contract 2022

INDEX

NOTICE & INSTRUCTIONS TO BIDDERS

AGREEMENT

NON-COLLUSION DECLARATION

BID SCHEDULE & INQUIRY SHEETS FORSCHEDULE ASCHEDULE BSCHEDULE CSCHEDULE DSCHEDULE E

PURCHASE FORM

TECHNICAL SPECIFICATION

3

7

11

12

14

16

Page 3: Pad Mounted Switch Purchase Contract 2022

Truckee Donner Public Utility District11570 Donner Pass RoadTruckee, California 96161

1. NOTICE AND INSTRUCTIONS TO BIDDERS

Notice is hereby given that the Board of Directors of the Truckee Donner Public UtilityDistrict, Nevada County, California, herein referred to as "District," will receive sealedproposals at the District office, 11570 Donner Pass Road, Truckee, California 96161 until2:00 PM, Wednesday, October 13, 2021at which time they shall be opened and publiclyread for provision of:

Pad Mounted Switch Contract - 2022

This will be an annual contract from January 1, 2022 through December 31, 2022.

Each proposal must conform to the Technical Specifications set forth in the attachmenthereto.

No proposal will be considered unless it is made on the form provided.

The Truckee Donner Public Utility District reserves the right to accept or reject any and allbids, to accept or reject part of a bid, or to waive irregularities or informalities in any or allbids. District shall be the sole judge of the suitability of the items offered, preference beinggiven to the lowest responsible bidder. The award as to each item shall be in all cases bemade to the lowest bidder for such item.

2. WARNING TO BIDDERS

Only complete bids submitted in a sealed envelope will be considered. The successfulbidder will be required to enter into the contract attached to the proposal for the itemscovered by the award.

3. MANNER OF SUBMITTING BIDS

Prior to submittal please review bids to ensure:

a. The Proposal Schedule is complete and totals are correct.

b. Non-Collusion Declaration is filled out by Bidder and attached to theproposal package.

c. The Bidder has acknowledged the receipt of any Addenda.

d. The Proposal includes complete and accurate Inquiry Sheets.e. The proposal includes, as necessary, outline drawings indicating overall

dimensions and bushing heights.

f. Proposed alternate or equivalent materials and/or equipment has been

Page 4: Pad Mounted Switch Purchase Contract 2022

submitted for approval by the District.

Failure to meet all of the above listed Proposal submittal requirements shall because for rejection of Bid.

When submitting a bid, place the complete proposal document in an nontransparentsealed envelope and either mail to Pad Mounted Switch Contract - 2022, TruckeeDonner PUD, 11570 Donner Pass Road, Truckee, CA 96161; or hand deliver theproposal to 11570 Donner Pass Road, Truckee, CA.

4. EXAMINATION OF CONDITIONS

Filing of a proposal shall constitute affirmation the bidder has complied with thefollowing:

a) Carefully examined the contract documents.

b) Included in the proposal sum amounts sufficient to cover all itemsrequired by the contract documents.

The failure or omission of any bidder to review any form, instrument, addendum, or otherdocuments shall in no way relieve any bidder from any obligation with respect to hisproposal of the contract.

5. AWARD OF CONTRACT

This Contract is a Unit Price Contract. Pricing must be submitted in accordance withthese instructions:

a. All Unit Prices on the Bid Schedule are “each prices”, i.e. the Price for asingle pad mounted switch, with freight and insurance prepaid to Truckee,California included in the Price.

b. This is a one year Contract, effective January 1, 2022 through December 31,2022.

c. “Estimated annual quantities” stated in the Proposal Schedule are estimatesonly. By accepting a Bid, District does not guarantee quantities purchasedwill equal “Estimated annual quantities.”

d. The low bidder will be determined by the summation of the Unit Prices of allschedules.

e. The contract will be awarded on a single award basis. All mandatory itemsmust be bid or the proposal will be considered non-responsive and will besubject to rejection.

6. DISTRICT'S RIGHT TO REJECT BIDS

The District reserves the unqualified right in its sole and absolute discretion to reject anyand all bids, and to accept the proposal or bids which in its sole and absolute judgment,will, under all circumstances best serve the interest of the District.

Page 5: Pad Mounted Switch Purchase Contract 2022

Each proposal shall be deemed a firm offer continuing for thirty (30) days after the dateset for the opening of the bids.

7. CONTRACT

The contract includes all “Contract Documents,” consisting of:

A. The advertisement for proposals.B. Notice and instructions to bidders.C. Advertisements for proposals.D. Proposal Schedule and Inquiry SheetE. Purchase Form.F. Technical Specification.G. Any District approved modifications to the foregoing.

The contract, when executed, shall be the entire and exclusive agreement between theparties thereto. All prior and contemporaneous negotiations and agreements betweenthe parties on the matters contained in the Contract are superseded by the ContractDocuments. In entering into the Contract, neither party has relied upon any statement,representation, warranty, or agreement except those expressly set forth in thisAgreement.

8. PROPOSAL MODIFICATIONS

Proposals may be modified up until the time of proposal opening. Modifications must bein writing. No electronic or telephone modifications will be allowed.

9. PROPOSAL WITHDRAWAL

Proposals may be withdrawn any time prior to the time set for proposal opening. Onceproposals are opened, they may not be withdrawn until sixty (60) days from the date setfor the opening of proposals, whichever occurs first. All proposals shall be firm for notless than thirty (30) days from the date set for opening of proposals.

10. POSTPONEMENT OF OPENING

The District reserves the right to postpone the time and date of proposal opening as theDistrict deems necessary. Such postponement will be conveyed to all bidders by writtenor electronic notice which will state the new opening time and date. Any suchpostponement shall extend the dates for which proposals shall remain open and may notbe withdrawn.

11. INTERPRETATION OR CORRECTION OF CONTRACT

The bidder shall promptly notify the District of any ambiguity, inconsistency, or errorwhich he may discover in the contract or, if applicable, the site or local conditions.

Any bidder requiring clarification or interpretation of the contract shall make a writtenrequest to District immediately, and in all events at least seven business days prior tothe date scheduled for proposal opening.

Page 6: Pad Mounted Switch Purchase Contract 2022

Any interpretations, corrections, or changes to the contract prior to the proposal openingshall be made by addenda issued to all bidders. Each bidder shall acknowledge receiptof each addendum by signing in the space provided and attaching each addendum tothe bidder's proposal.

Interpretations, corrections, or changes of the contract prior to proposal opening made inany other manner than as described above will not be binding and bidders shall not relyupon such interpretations, corrections and changes.

12. PROPOSAL AMOUNT

In the event that the product of a unit price and a quantity does not equal the extendedamount quoted, the unit price shall govern and the correct product of the unit price andthe quantity shall be deemed to be the amount bid. If the sum of two or more items in abidding schedule does not equal the total amount quoted, the individual item amountsshall govern and the correct total shall be deemed to be the amount bid.

13. SOURCE OF FUNDS AND LIMITATION OF DAMAGES

Bidder is hereby informed that funds for these materials are limited and are public fundsderived through revenues appropriated through the budgetary process. The District'sdecision to award a contract to the successful bidder is dependent upon the bidder'sagreement to limit all claims for payments by the District to the unit prices or lump sumbids proposed herein. Further, in the event the bidder is awarded the contract for thematerial stated herein and a dispute arises between the bidder and the District regardingunreasonable delays, claims for extra compensation, or any of the provisions of thecontract, the bidder agrees to limit the total of all claims against the District for thiscontract, including any damages, to the total funds appropriated by the District for thiscontract.

14. DAMAGES FOR FAILURE TO DELIVER MATERIALS IN TIMELY MANNER

In addition to and separate from any other remedy for a breach provided for in thisAgreement, District shall, in the event the materials are not delivered to District by the datespecified on the proposal form, be entitled to purchase materials of like kind and qualityfrom another provider. Successful Bidder shall, at District’s demand, pay the costs and allincidental expenses associated with District’s purchase of substitute supplies. In the eventthat District avails itself of the remedy provided for in this paragraph, it may, at its option,deduct the costs of purchasing substitute materials or recover from Successful Bidder thecost of substitute materials and incidental expenses. In the event that District brings anaction to enforce the terms of this paragraph, it shall be entitled to an award of itsattorneys' fees and costs. The District’s election of the remedy provided in this paragraphshall be without prejudice to any other remedy it may have available to it in law or equity.

Page 7: Pad Mounted Switch Purchase Contract 2022

MATERIAL PURCHASE AGREEMENT

This Agreement is entered into as of the _____ day of ____________, 2021, by andbetween the Truckee Donner Public Utility District, a local public agency of the State ofCalifornia (the "District" and/or "Owner") and ________________ ("Successful Bidder").The parties hereto agree as follows:

1. DESCRIPTION OF MATERIALS

Successful Bidder agrees, for the consideration and under the terms and conditionshereinafter set forth, to furnish the materials which are described on the Notice andInstructions to Bidders, Specifications and Agreement, all of which are attached heretoand incorporated herein by reference.

2. CONTRACT PRICE

The District shall pay Successful Bidder the prices set forth in the attached proposalschedule, hereinafter called "Contract Price."

3. INDEMNITY AGREEMENT

Successful Bidder shall defend, indemnify and save harmless the District and its electedand appointed officials, employees and agents, and each of them, of and from any and allclaims, demands, causes of action, damages, costs, expenses, losses, or liabilities, in lawor in equity, of every kind and nature whatsoever, for, but not limited to, injury or death toperson or property arising out of or in any manner directly or indirectly connected with thethis Agreement or the material provided under this Agreement, however caused,regardless of any negligence of the District or its agents or servants, except the activenegligence or willful misconduct of the District or its elected and appointed officials,employees and agents . Said indemnification shall include the defense of any actions orother legal proceedings and reimbursement of attorneys' fees and other legal expensesincurred by the District and shall include any and all penalties imposed upon the District onaccount of the violation of any law or regulation by Successful Bidder.

4. DAMAGES FOR FAILURE TO DELIVER MATERIALS IN TIMELY MANNER

In addition to and separate from any other remedy for a breach provided for in thisAgreement, District shall, in the event the materials are not delivered to District by the datespecified on the proposal form, be entitled to purchase materials of like kind and qualityfrom another provider. Successful Bidder shall, at District’s demand, pay the costsassociated with District’s purchase of substitute supplies. In the event that District availsitself of the remedy provided for in this paragraph, it may, at its option, deduct the costs ofpurchasing substitute materials or recover from Successful Bidder the cost of substitutematerials and incidental expenses. In the event that District brings an action to enforce theterms of this paragraph, it shall be entitled to an award of its attorneys' fees and costs. TheDistrict’s election of the remedy provided in this paragraph shall be without prejudice toany other remedy it may have available to it in law or equity.

Page 8: Pad Mounted Switch Purchase Contract 2022

5. GUARANTEE AND WARRANTY

Successful Bidder guarantees that the materials furnished under this Agreement meet allthe requirements of the Specifications. SUCCESSFUL BIDDER GUARANTEES ANDWARRANTS THAT THE MATERIALS FURNISHED UNDER THIS AGREEMENT AREMERCHANTABLE AND FIT FOR THE PURPOSE FOR WHICH THEY WERE SOLD ANDARE FREE FROM DEFECTS CAUSED BY DEFECTIVE MATERIAL OR FAULTYWORMANSHIP. ANY PROVISION IN THIS AGREEMENT OR IN ANY INVOICE,STATEMENT, PURCHASE ORDER OR OTHER DOCUMENT TO EXCLUDE, DISCLAIM,LIMIT OR MODIFY ANY IMPLIED OR EXPRESS WARRANTY IS NULL AND VOID ANDSHALL HAVE NO FORCE OR EFFECT.

6. SHIPPING AND DELIVERY

The Successful bidder shall prepare the materials for shipment in such a manner as toprotect them from damage in transit and shall be responsible for and make good anyand all damage incurred while loading, unloading or in transit. If the materials aredamaged in shipment, they will be refused upon District’s discovery of such damage,whether upon delivery, or later. Successful Bidder shall provide for immediate recoveryof the damaged item(s) and for the prompt provision of replacement materials in goodcondition.

The District requires 24 hours’ notice of delivery and an estimated arrival date and time.

The cost of the materials shall include shipping and delivery.

7. NOTICES

Any and all notices or other matters required or permitted by this Agreement or by law tobe served on, given to, or delivered to either party hereto by the other party to thisAgreement shall be in writing and shall be deemed duly served, given, or delivered whenpersonally delivered to the party to whom it is addressed or in lieu of such personalservice, five days after deposited in the United States mail, first-class postage paid,addressed to the District at 11570 Donner Pass Road, Truckee, California 96161, or toSuccessful Bidder at ________________________________.

Either party may change its address for the purpose of this section by giving written noticeof such change to the other party in the manner provided in this section.

8. ATTORNEYS', EXPERTS' AND CONSULTANTS' FEES

In the event of any litigation concerning any controversy, claim or dispute between theparties hereto, arising out of or relating to this Agreement or the breach hereof, or theinterpretation hereof, the prevailing party shall be entitled to recover from the other partyreasonable attorneys’ fees, experts' fees, and consultants' fees, expenses and costsincurred therein or in the enforcement or collection of any judgment or award renderedtherein.

9. CAPTIONS

Page 9: Pad Mounted Switch Purchase Contract 2022

The captions and headings of the different sections of this Agreement are inserted forconvenience of reference only, and are not to be taken as part of this agreement or tocontrol or affect the meaning, construction, or effect of the same.

10. NECESSARY ACTS

Each party to this Agreement agrees to perform any further acts and execute and deliverany further documents that may be reasonably necessary to carry out the provisions of thisagreement.

11. ASSIGNMENT

The Successful Bidder may not assign this Agreement or payments due under theAgreement without the prior written consent of the District.

12. GOVERNING LAW

This Agreement shall be construed in accordance with, and governed by, the laws of theState of California.

13. FORUM

Any litigation to enforce or interpret the provisions of this Agreement or the parties' rightsand liabilities arising out of this Agreement or the performance hereunder shall bemaintained only in the courts in the County of Nevada, State of California, if in State court,or in or the Federal Court for the Eastern District of California, if in federal court.

14. SOLE AND ONLY AGREEMENT

This Agreement, including the advertisement for proposals; Notice and instructions tobidders; Advertisements for proposals; Proposal Schedule and Inquiry Sheet; PurchaseForm; and Technical Specifications contemplated herein, constitutes the final agreementbetween the parties. It is the complete and exclusive expression of the parties’ agreementon the matters contained in this Agreement. All prior and contemporaneous negotiationsand agreements between the parties on the matters contained in this Agreement areexpressly merged and superseded by this Agreement. In entering into this Agreement,neither party has relied upon any statement representation, warranty, or agreement of theother party except for those expressly contained in this Agreement.

15. DISTRICT POWERS

Nothing herein contained shall be deemed to limit, restrict or modify any right, duty orobligation given, granted, or imposed upon the District by the laws of the State of Californianow in effect, or hereafter adopted, nor to limit or restrict the power or authority of theDistrict.

Page 10: Pad Mounted Switch Purchase Contract 2022

16. SEVERABILITYIn the event that any part or provision of this Agreement is found to be illegal orunconstitutional by a court of competent jurisdiction, such findings shall not affect theremaining parts, portions, or provisions of this Agreement.

In witness whereof this instrument is executed by the duly authorized officials on the datefirst above written.

TRUCKEE DONNER PUBLIC UTILITY DISTRICT

_____________________________________________________________Brian C. Wright, General Manager Date

_____________________________________________Distributing Company

_____________________________________________________________Signature of Authorized Representative Date

_____________________________________________Printed Name and Title

Page 11: Pad Mounted Switch Purchase Contract 2022

By signing the Proposal on Page 13, Bidder warrants the following:

NONCOLLUSION DECLARATION TO BE EXECUTEDBY

BIDDER AND SUBMITTED WITH PROPOSAL

The undersigned declares: I am the ______________________ of____________________, the party making the foregoing Proposal (“bid”).

The bid is not made in the interest of, or on behalf of, any undisclosed person,partnership, company, association, organization, or corporation. The bid is genuine andnot collusive or sham. The bidder has not directly or indirectly induced or solicited anyother bidder to put in a false or sham bid. The bidder has not directly or indirectlycolluded, conspired, connived, or agreed with any bidder or anyone else to put in a shambid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly,sought by agreement, communication, or conference with anyone to fix the bid price ofthe bidder or any other bidder, or to fix any overhead, profit, or cost element of the bidprice, or of that of any other bidder. All statements contained in the bid are true. Thebidder has not, directly or indirectly, submitted his or her bid price or any breakdownthereof, or the contents thereof, or divulged information or data relative thereto, to anycorporation, partnership, company, association, organization, bid depository, or to anymember or agent thereof, to effectuate a collusive or sham bid, and has not paid, andwill not pay, any person or entity for such purpose. Any person executing this declarationon behalf of a bidder that is a corporation, partnership, joint venture, limited liabilitycompany, limited liability partnership, or any other entity, hereby represents that he orshe has full power to execute, and does execute, this declaration on behalf of the bidder.I declare under penalty of perjury under the laws of the State of California that theforegoing is true and correct and that this declaration is executed on __________[date],at _________[city], _________[state].

Page 12: Pad Mounted Switch Purchase Contract 2022

Pad Mounted Switch Contract 2022

TO: TRUCKEE DONNER PUBLIC UTILITY DISTRICT 11570 Donner Pass Road Truckee, California 96161

In compliance with your Notice to Bidders, and subject to all the conditions thereof, theundersigned offers and agrees, if this proposal be accepted within 30 calendar days from thedate of the opening, to furnish the fuel services upon which prices are quoted, at the price setopposite each item.

Date:

Bidder:

By:(Signature of person authorized to sign this proposal)

Title:

Address:

______________________________________

Phone: Fax:

I acknowledge receipt of the following addenda:

No. 1: ________________________ signed _______________ dated

No. 2: ________________________ signed _______________ dated

No. 3: ________________________ signed _______________ dated

No. 4: ________________________ signed _______________ dated

No. 5: ________________________ signed _______________ dated

Page 13: Pad Mounted Switch Purchase Contract 2022

PROPOSAL SCHEDULES & INQUIRY SHEETS

Page 14: Pad Mounted Switch Purchase Contract 2022

Est. AnnualPurchase

Unit Price Delivery QuantitySchedule Switch Description (Note 1) (Note 2) Time (wks) (Note 4)

A 2-600A Switches and 2-200A Fused Switch Positions 1

B 3-600A Switches and 1-200A Fused Switch Positions 1

C 2-600A Switches and 2-200A VFI Switches w/ Elect Controls 3

D 3-600A Switches and 1-200A VFI Switches w/ Elect Controls 1

E 1-600A Switches and 3-200A VFI Switches w/ Elect Controls 2

Total:

Notes:1. See Inquiry Sheets and Specification for details.2. Price CIF (cost + insurance + freight) Truckee, CA. Do not include sales tax. Delivery accepted on a Flat Bed Trailer only.3. Attach copy of catalog information / cut sheets to bid.4. Estimated Annual Purachase Quantity are estimates only. The District in no way guarantees that actual quantities purchased will be equal orsimilar to the estimated quantities.

Signature: Date:

Bidder:

Contact Person:

Telephone No.

Mailing Address:

2022 PAD MOUNTED SWITCH PROPOSAL SCHEDULETRUCKEE DONNER PUD

Page 15: Pad Mounted Switch Purchase Contract 2022

Schedule: A Truckee Donner PUDPad Mounted SwitchAugust 30, 2021

INQUIRY SHEET FORPAD MOUNTED SWITCH

Phase: Three (3) phaseRated Load Current: 600 amps continuous

Primary System Voltage: 7200/12,470v Grounded Wye

Switch Configuration (Specification Sections 1.0 and 2.5):

[XX] 2-600A Switch Positions and 2-200A Fused Switch Positions, with 125A continuousrated fuse cartridges[ ] 3-600A Switch Positions and 1-200A Fused Switch Positions, with 125A continuousrated fuse cartridges

[ ] 2-600A Switch Positions and 2-200A VFI Switches with Electronic Trip Controls[ ] 3-600A Switch Positions and 1-200A VFI Switches with Electronic Trip Controls[ ] 1-600A Switch Position and 3-200A VFI Switches with Electronic Trip Controls

Accessories (Specification Section 4.0):

[XX] Drain Valve/Sampling Device[XX] High Voltage Bushing Inserts, Loadbreak, 15kV Class[XX] Operations Counter for Each Switch Position[XX] Removable Oil Fuse Drip Shield[ ] Spare Fuse Storage Rack[XX] Stainless Steel/Non-Corrosive Hardware

Bidders Information Below:

Total Unit Cost $: _______________ (each)

Price C.I.F. (cost + insurance + freight) Truckee, CA. Do not include sales tax.Delivery accepted on a Flat Bed Trailer only.

Dimensions : ________” Wide Weight: __________ lbs.________” Deep________” High

Shipment:_______________________Weeks ARO

Page 16: Pad Mounted Switch Purchase Contract 2022

Schedule: B Truckee Donner PUDPad Mounted SwitchAugust 30, 2021

INQUIRY SHEET FORPAD MOUNTED SWITCH

Phase: Three (3) phaseRated Load Current: 600 amps continuous

Primary System Voltage: 7200/12,470v Grounded Wye

Switch Configuration (Specification Sections 1.0 and 2.5):

[ ] 2-600A Switch Positions and 2-200A Fused Switch Positions, with 125A continuousrated fuse cartridges[XX] 3-600A Switch Positions and 1-200A Fused Switch Positions, with 125A continuousrated fuse cartridges

[ ] 2-600A Switch Positions and 2-200A VFI Switches with Electronic Trip Controls[ ] 3-600A Switch Positions and 1-200A VFI Switches with Electronic Trip Controls[ ] 1-600A Switch Position and 3-200A VFI Switches with Electronic Trip Controls

Accessories (Specification Section 4.0):

[XX] Drain Valve/Sampling Device[XX] High Voltage Bushing Inserts, Loadbreak, 15kV Class[XX] Operations Counter for Each Switch Position[XX] Removable Oil Fuse Drip Shield[ ] Spare Fuse Storage Rack[XX] Stainless Steel/Non-Corrosive Hardware

Bidders Information Below:

Total Unit Cost $: _______________ (each)

Price C.I.F. (cost + insurance + freight) Truckee, CA. Do not include sales tax.Delivery accepted on a Flat Bed Trailer only.

Dimensions : ________” Wide Weight: __________ lbs.________” Deep________” High

Shipment:_______________________Weeks ARO

Page 17: Pad Mounted Switch Purchase Contract 2022

Schedule: C Truckee Donner PUDPad Mounted SwitchAugust 30, 2021

INQUIRY SHEET FORPAD MOUNTED SWITCH

Phase: Three (3) phaseRated Load Current: 600 amps continuous

Primary System Voltage: 7200/12,470v Grounded Wye

Switch Configuration (Specification Sections 1.0 and 2.5):

[ ] 2-600A Switch Positions and 2-200A Fused Switch Positions, with 125A continuousrated fuse cartridges[ ] 3-600A Switch Positions and 1-200A Fused Switch Positions, with 125A continuousrated fuse cartridges

[XX] 2-600A Switch Positions and 2-200A VFI Switches with Electronic Trip Controls[ ] 3-600A Switch Positions and 1-200A VFI Switches with Electronic Trip Controls[ ] 1-600A Switch Position and 3-200A VFI Switches with Electronic Trip Controls

Accessories (Specification Section 4.0):

[XX] Drain Valve/Sampling Device[XX] High Voltage Bushing Inserts, Loadbreak, 15kV Class[XX] Operations Counter for Each Switch Position[XX] Removable Oil Fuse Drip Shield[ ] Spare Fuse Storage Rack[XX] Stainless Steel/Non-Corrosive Hardware

Bidders Information Below:

Total Unit Cost $: _______________ (each)

Price C.I.F. (cost + insurance + freight) Truckee, CA. Do not include sales tax.Delivery accepted on a Flat Bed Trailer only.

Dimensions : ________” Wide Weight: __________ lbs.________” Deep________” High

Shipment:_______________________Weeks ARO

Page 18: Pad Mounted Switch Purchase Contract 2022

Schedule: D Truckee Donner PUDPad Mounted SwitchAugust 30, 2021

INQUIRY SHEET FORPAD MOUNTED SWITCH

Phase: Three (3) phaseRated Load Current: 600 amps continuous

Primary System Voltage: 7200/12,470v Grounded Wye

Switch Configuration (Specification Sections 1.0 and 2.5):

[ ] 2-600A Switch Positions and 2-200A Fused Switch Positions, with 125A continuousrated fuse cartridges[ ] 3-600A Switch Positions and 1-200A Fused Switch Positions, with 125A continuousrated fuse cartridges

[ ] 2-600A Switch Positions and 2-200A VFI Switches with Electronic Trip Controls[XX] 3-600A Switch Positions and 1-200A VFI Switches with Electronic Trip Controls[ ] 1-600A Switch Position and 3-200A VFI Switches with Electronic Trip Controls

Accessories (Specification Section 4.0):

[XX] Drain Valve/Sampling Device[XX] High Voltage Bushing Inserts, Loadbreak, 15kV Class[XX] Operations Counter for Each Switch Position[XX] Removable Oil Fuse Drip Shield[ ] Spare Fuse Storage Rack[XX] Stainless Steel/Non-Corrosive Hardware

Bidders Information Below:

Total Unit Cost $: _______________ (each)

Price C.I.F. (cost + insurance + freight) Truckee, CA. Do not include sales tax.Delivery accepted on a Flat Bed Trailer only.

Dimensions : ________” Wide Weight: __________ lbs.________” Deep________” High

Shipment:_______________________Weeks ARO

Page 19: Pad Mounted Switch Purchase Contract 2022

Schedule: E Truckee Donner PUDPad Mounted SwitchAugust 30, 2021

INQUIRY SHEET FORPAD MOUNTED SWITCH

Phase: Three (3) phaseRated Load Current: 600 amps continuous

Primary System Voltage: 7200/12,470v Grounded Wye

Switch Configuration (Specification Sections 1.0 and 2.5):

[ ] 2-600A Switch Positions and 2-200A Fused Switch Positions, with 125A continuousrated fuse cartridges[ ] 3-600A Switch Positions and 1-200A Fused Switch Positions, with 125A continuousrated fuse cartridges

[ ] 2-600A Switch Positions and 2-200A VFI Switches with Electronic Trip Controls[ ] 3-600A Switch Positions and 1-200A VFI Switches with Electronic Trip Controls[XX] 1-600A Switch Position and 3-200A VFI Switches with Electronic Trip Controls

Accessories (Specification Section 4.0):

[XX] Drain Valve/Sampling Device[XX] High Voltage Bushing Inserts, Loadbreak, 15kV Class[XX] Operations Counter for Each Switch Position[XX] Removable Oil Fuse Drip Shield[ ] Spare Fuse Storage Rack[XX] Stainless Steel/Non-Corrosive Hardware

Bidders Information Below:

Total Unit Cost $: _______________ (each)

Price C.I.F. (cost + insurance + freight) Truckee, CA. Do not include sales tax.Delivery accepted on a Flat Bed Trailer only.

Dimensions : ________” Wide Weight: __________ lbs.________” Deep________” High

Shipment:_______________________Weeks ARO

Page 20: Pad Mounted Switch Purchase Contract 2022

PURCHASE FORM

Page 21: Pad Mounted Switch Purchase Contract 2022

Unit Price (1.) OrderSchedule Switch Description Quantity Charge to W.O.

A 2-600A Switches and 2-200A Fused Switch Positions, RVAC 9B

B 3-600A Switches and 1-200A Fused Switch Positions, RVAC 11B

C 2-600A Switches and 2-200A VFI Switches w/ Elect Controls, VFI-9

D 3-600A Switches and 1-200A VFI Switches w/ Elect Controls, VFI-11

E 1-600A Switches and 3-200A VFI Switches w/ Elect Controls, VFI-12

Notes:

Requested By:Date:

2022 PAD MOUNTED SWITCH ORDER FORMTRUCKEE DONNER PUD

Contract Period: January 1, 2022 to December 31, 2022

Page 22: Pad Mounted Switch Purchase Contract 2022

TECHNICAL SPECIFICATION

Page 23: Pad Mounted Switch Purchase Contract 2022

Truckee Donner PUDPad Mounted SwitchesAugust 30, 2021

TECHNICAL SPECIFICATIONS

DEADFRONT, OIL INSULATED, VACUUM SWITCHINGPAD MOUNTED SWITCHES

1.0 GENERAL

1.1 This specification details the requirements for pad mounted switch up to 600 amperescontinuous current, radial or loop feed, deadfront, with one, two, or three 200 ampere three-phase taps. When required, this specification applies to one, two, three or four-way 600ampere configurations. The applicable switch configuration, ratings, and voltage shall be asspecified on the inquiry sheets.

1.2 The switchgear shall comply with the ANSI C37.72 specification for Class 1 switchgears.Certified conformance to this specification shall be required with all proposals andsubmittals.

1.3 The switchgear is to be of oil-insulated sealed tank design, so operation is unimpaired byflood conditions or contaminated environments. Unit shall be designed for installation on apad at ground level.

1.4 The minimum ambient operating temperature range shall be -30 ºC to + 40 ºC.

2.0 PHYSICAL REQUIREMENTS

2.1 Switches

a. The switchgear shall have a three-phase gang-operated vacuum switch on the sourceinputs. The source switches shall be capable of switching all load currents up to 600amperes continuous, and rated fault current.

b. Tap side switches shall be three-phase gang-operated vacuum switches. The tapswitches shall be capable of switching all load currents up to 200 amperescontinuous, and rated fault current.

c. Each switch shall have a single operating handle, designed for operation with ahotstick that has a push to close / pull to open operation requiring no more than 75lbs. of force at the handle and 60 degrees of movement for complete operation.

d. Switches shall have provisions for padlocking in the opened or closed positions andprovisions for a key interlock.

Page 24: Pad Mounted Switch Purchase Contract 2022

Truckee Donner PUDPad Mounted SwitchesAugust 30, 2021

e. When specified as a required accessory, a 4-digit, non-resettable, mechanical switchoperations counter shall be provided for each switch position.

f. Switch ratings shall meet the following minimum requirements

Nominal Voltage 15 kV 25 kV 35 kVMaximum Design Voltage, kV 15.5 27 38BIL, kV 95 125 1501 Minute Withstand (60Hz), kV 34 40 50Continuous Current (max), Amps 600 600 600Load Switching, Amps 600 600 600Momentary Current 10Hz (asym), kA 20 20 20 1 Second (symmetrical), kA 12 12 12 3 Shot Make and Latch (asym), kA 20 20 20

2.2 Bushings

a. All bushings shall be horizontally mounted 24 inches above the base of theswitchgear. A parking stand shall be provided for each bushing.

b. 600 ampere bushings shall accept removable studs and conform to IEEE Standard386 and ANSI Standard C119.2. Do not install removable studs in bushings.

c. 200 ampere sources and taps shall be furnished with 200 ampere loadbreak bushingwells. Bushing wells shall conform to IEEE Standard 386 and ANSI StandardC119.2 and accept bushing inserts that conform to these standards.

d. Bushings shall be externally replaceable and shall not require removal of the tankcover to remove or install replacement bushings.

2.3 Enclosure and Dimensional Requirements

a. The 600 ampere cable compartment shall have at least 22 inches of horizontalclearance between the doors and bushing bulkhead. The 200 ampere cablecompartment shall have at least 16 inches of horizontal clearance between the doorand bushing bulkhead.

b. Recessed lifting provisions for suitable balanced lift shall be provided.

c. Swing out doors are required for entry into the source and tap cable compartments.Doors must be of the split door design. Each door shall have its own door stay. Thedoors shall be secured with recessed pentahead bolts, with provisions forpadlocking.

Page 25: Pad Mounted Switch Purchase Contract 2022

Truckee Donner PUDPad Mounted SwitchesAugust 30, 2021

d. The enclosure shall be weatherproof, tamper-resistant, and sufficiently rigid to beself-supporting without damage when lifted with heavy equipment. The tank shallbe constructed of heavy steel sheets with a minimum thickness of No.10 gauge mildsteel.

e. Maximum overall dimensions of pad mounted switchgear:

Dimension InchesWidth 70Depth 80Height 48

2.4 Grounding Provisions

a. Provide 1/2-inch copper ground bars extending the entire width of both source andtap side cable compartments.

2.5 Tap Side Overcurrent Protection – Overcurrent protection shall consist of either (a) fuses or(b) vacuum fault interrupting (VFI) switches with an electronic control. The applicableconfiguration shall be as specified on the inquiry sheets.

a. Fusing:

1. The switchgear shall be designed to utilize a fuse on each phase of the200 ampere three-phase taps.

2. The switchgear shall be designed for externally removable full range current-limiting fuses. The fuse holder assembly must be designed to accept theCooper ELSG or approved equivalent fusing systems.

3. When specified as a required accessory, removable oil fuse drip trays shall bedesigned to prevent oil dripping or leaking onto the cable termination location.

4. Fuse operating instructions shall be permanently mounted.

5. Fuse cartridges are to be included with the switch. Sizes as listed on the InquirySheets.

b. VFI Switch with Electronic Trip Control:

1. The vacuum fault interrupter shall meet the duty cycle requirements specified byANSI C37.60, with additional requirements listed below.

2. The vacuum fault interrupter shall interrupt all fault currents up to the ratedmaximum. The interrupter shall be manually resettable, with no consumable parts

Page 26: Pad Mounted Switch Purchase Contract 2022

Truckee Donner PUDPad Mounted SwitchesAugust 30, 2021

(i.e. fuses). The maximum interrupting time from issuance of a trip signal fromthe electronic control shall be 2 cycles.

3. To provide maximum safety to the operator, the interrupter shall incorporate atrip-free mechanism to prevent the possibility of holding the interrupter closedunder a faulted condition.

4. The vacuum fault interrupter shall act as a three-phase group operated circuitbreaker. The trip mechanisms for each phase shall be mechanically linked andthe electronic control shall be set so that an overcurrent condition on any onephase shall simultaneously trip all three phases. A single operating handle shallbe provided for manual opening, reset and closing. The operating handle shall bemounted on the frontplate of the tank in the tap side compartment and shall havethree distinct operating positions corresponding to whether the vacuum faultinterrupter is open, closed, or tripped. A pointer attached to the handle alongwith a decal shall be provided for ready identification of the handle position. Thehandle shall be designed for operation with a lineman's hotstick and shall includeprovisions to padlock the handle in the Open position.

5. Overcurrent sensing shall be accomplished with an electronic trip control. Thecontrol shall use internally mounted bushing current transformers to sense lineand ground currents and provide power for control operation. No external powersource shall be required. The control shall not be sensitive to system voltageconditions (i.e. overvoltage transients). The control shall be fully operable andmeet the specified time-current curves immediately upon energization. Nominimum load requirement or battery back-up device shall be necessary to meetthe specified time-current characteristics. The control shall have a minimumoperating temperature range of -40ºC to +65ºC with no more than a ±5%variation in time-current response characteristics from its response at +25ºC. Thecontrol and its enclosure shall be mounted on the frontplate of the tank for unitswith top-hinged doors. The control enclosure shall provide protection against rainequivalent to a NEMA Type 3R enclosure.

6. The control shall provide minimum phase and ground overcurrent trip settingsthat are independently field selectable in a minimum of 10 amp increments. Tripsettings may be changed while the switchgear is energized so service is notinterrupted. An instantaneous trip feature shall be provided as a standard featureof the control. Instantaneous trip shall be a field selectable multiple of the phaseovercurrent trip settings or it may be selectively disabled. A separateinstantaneous trip feature shall be provided for ground currents that shall providea field selectable multiple of the ground overcurrent trip setting or it may beselectively disabled.

7. Time-current trip curves shall be field selectable at the control panel or bysoftware using a laptop computer connected to the control. A single time-currentcurve shall be provided that is common to all three phases. The overcurrent trip

Page 27: Pad Mounted Switch Purchase Contract 2022

Truckee Donner PUDPad Mounted SwitchesAugust 30, 2021

response time for ground trip operations shall be governed by a separate fieldselectable time-current curve. The ground trip sensing portion of the control shallbe capable of being de-activated and/or re-activated at the control panel.

8. Trip indication targets shall be provided on the control panel with separate targetsfor each phase and ground. After a trip event, these targets shall give visualindication where the fault occurred. The phase target shall reset after restorationof line current in the affected phase. The ground target shall reset afterrestoration of current in any phase.

9. A CT shorting switch shall be provided that allows an operator to easilyde-energize the control for maintenance or disable the control from sensingand tripping on overcurrents.

2.6 Insulating Oil

a. The switchgear shall be shipped filled with a mineral type or better, non-PCBcertified, insulating oil. The insulating oil used must be compatible with allmaterials used in the switchgear and must be compatible with the fusing system.

b. The manufacturer shall provide sight gauges, on the source and tap sides, for oillevel indication. In addition, units shall be equipped with a 1-inch oil-fill plug and a1-inch oil drain plug and sampler. An oil drain valve with sampler shall be providedif specified as an accessory on the inquiry sheets.

2.7 Pressure Relief

a. The manufacturer shall provide two (2) replaceable valves, one on the source sideand one on the tap side of the switch, to relieve pressure in excess of pressure thatresults from normal operation. This excess pressure may build up slowly due tohigh ambient temperatures, external faults, or internal faults, etc. This excesspressure should result in an emission of only a negligible amount of oil. The valveshall have a pull ring for manually reducing pressure to atmospheric level using astandard hotstick, and shall be capable of withstanding a static pull force of 25pounds (11.34 kg) for one minute without permanent deformation.

2.8 Nameplate and Operating Diagrams – The manufacturer shall provide non-corrosivenameplate and operating diagrams. The operating diagram (one-line schematic) shall beaffixed to the inside of door on each side of the unit. The nameplate shall be permanentlymounted on the source side, containing the following information at a minimum:

a. Name of manufacturer.b. Date of manufacture.c. Model and serial numbers.d. Rated nominal, maximum, and BIL voltages.

Page 28: Pad Mounted Switch Purchase Contract 2022

Truckee Donner PUDPad Mounted SwitchesAugust 30, 2021

e. Rated continuous, momentary, and load interrupting current levels.f. Weight of switch filled with oil.g. Type and quantity of insulating oil.h. Shall state “Non-PCB”.

3.0 FINISH PERFORMANCE REQUIREMENTS

3.1 General

a. The switchgear coating system shall have excellent weathering characteristics with aminimum of chalking, high resistance to corrosive environments such as salt spray,and high resistance to abrasion scratching and chipping.

3.2 Finishing Requirements

a. Topcoat color shall be Munsell 7GY 3.29/1.5 Green. The coating system shall meetor exceed ANSI C57.12.28 coating system requirements for padmount equipment.

b. Touch-up shall be done on final inspection before equipment is shipped. Where theintegrity of both the primer and finish coat is violated, touch-up shall be made withboth primer and finish coat. The final coat touch-up shall blend smoothly with theoriginal finish.

3.3 Performance Requirements

a. Salt Spray - All cabinet surfaces must sustain 200 hours in a 59% salt spray perASTM B117, latest revision.

b. Crosshatch Adhesion - All surfaces must sustain the crosshatch pattern test perASTM D3359, latest revision (Method A for films thicker than 5 mils, Method B forfilms 5 mils or less).

c. Humidity - All surfaces must sustain 2000 hours per ASTM D2247, latest revision,at 45C +/- 11C without blisters.

d. Impact - All surfaces must sustain impact of 160 in.-lb. from a falling dart perASTM 2794, latest revision, without cracking or chipping of finish.

e. Oil Resistance - All surfaces must sustain immersion in mineral oil (or other liquidas specified) for 72 hours, at both room temperature (20C to 25C) and 100C to105C, without apparent change such as color shift, blistering, loss of hardness orstreaking.

f. Ultraviolet Accelerated Weathering - All exterior surfaces must sustain ultravioletexposure for 500 hours per ASTM G53, latest revision, with a cycle of 4 hours

Page 29: Pad Mounted Switch Purchase Contract 2022

Truckee Donner PUDPad Mounted SwitchesAugust 30, 2021

ultraviolet at 55C followed by 4 hours condensation at 40C. Loss of gloss shall notexceed 50% of original gloss per ASTM D523, latest revision.

g. Abrasion Resistance (Taber Abraser) - All surfaces must sustain abrasion with a CS-10 wheel, 1000 gram weight, per ASTM D4060, latest revision, for at least 4500cycles without wear.

4.0 ACCESSORIES

4.1 The following accessories shall be provided when specified on the inquiry sheets:

[ ] Drain Valve/Sampling Device[ ] High Voltage Bushing Inserts, Loadbreak 15kV Class[ ] Operations Counter for Each Switch Position[ ] Removable Oil Fuse Drip Shield[ ] Spare Fuse Storage Rack[ ] Stainless Steel/Non-Corrosive Hardware

See inquiry sheets for checked items.

5.0 TESTING

5.1 The switchgear unit shall be fully assembled, filled with insulating oil, and subjected to thefollowing factory tests before shipment:

a. Continuity testing to ensure the correct internal connections.

b. Hi-pot testing to determine dielectric strength.

c. Pressure testing to ensure tank is completely sealed.

d. Resistance testing to ensure positive electrical connections.

e. Oil Tests: The oil shall be tested for dielectric strength and contamination after theproduction tests. The insulating oil shall be certified to contain no polychlorinatedbiphenyls (PCBs) and shall so state on the nameplate (see Section 2.8).

f. Electrical TCC trip tests

6.0 USER MAINTENANCE REQUIREMENTS

6.1 No regular maintenance schedule shall be required after proper installation of the padmounted switchgear.

Page 30: Pad Mounted Switch Purchase Contract 2022

Truckee Donner PUDPad Mounted SwitchesAugust 30, 2021

7.0 EXCEPTIONS

7.1 Any exceptions taken to the proposed ANSI C37.72 specification or other requirements ofthis specification must be stated in the bid proposal.

End of Specification