MAINTENANCE AND REPAIR OF MAIN SWITCHGEAR



SCOPE OF WORK

1. The Contractor shall provide all labor, materials, tools and equipment necessary to repair all aspects of the Main Switchgear at the State Correctional Institution at Laurel Highlands. Services provided must be in accordance with specifications herein listed and industry standards. All repair persons must be factory certified to repair Cutler Hammer, Square D and Seimens Switchgear Equipment.

2. Service shall ordinarily be performed by (1) one qualified service technician; however service must be completed in a timely manner. If the contractor determines the necessity for additional technicians, approval must be obtained from the Institutional Facilities Maintenance Manager, or his designee.

3. The contractor shall provide a written daily report during each regular or emergency visit to be presented to Dave Ponczek, Facilities Maintenance Manager 3.

4. In the event of an emergency, a service technician shall be on site within 4 to 6 hours after initial contact is made by the Institution. Emergency status will be determined by the Institution.

5. Service shall be performed by the contractor during regular weekday, daylight working hours (excluding holidays), except when requested by the institution to perform emergency services.

EQUIPMENT TO BE SERVICED

1. Building 9

• One (1) Eaton 4160V, 600 amp 3 phase 3 wires Air Interrupter Switch

• One (1) Eaton 150KVA, 5KV-208Y/120v oil filled transformer. Includes oil sampling

• One (1) Eaton Pow-R-Line 600 amp main LD3600A with 5 feeder breakers

2. Building 8

• Two (2) Eaton 4160V, 600 amp 3 phase 3 wires Air Interrupter Switches

• Two (2) Eaton 300KVA, 5KV-208Y/120v oil filled transformers. Includes oil sampling

• One (1) Main-Tie-Main Eaton 208Y/120v, 65ka, 1200 amp switchboard

a. Main 1: 1200 amp frame/1000 amp trip, Type (SPB100)-SPBR312R, Trip Unit-RP6S12A100

b. Tie breaker: 1200 amp frame/1000 amp trip, Type (SPB100)-SPBR312R, Trip Unit-RP6S12A100

c. Main 2: 1200 amp frame/1000 amp trip, Type (SPB100)-SPBR312R, Trip Unit-RP6S12A100

d. Branch breakers:2-KD3400F 400 amp, 1-MLD36800F 800 amp, 1-100amp, 1-125amp and 1-225amp

EQUIPMENT TO BE SERVICED - CONTINUED

3. Building B

• Two (2) Eaton 4160V, 600 amp 3 phase 3 wires Air Interrupter Switches

• Two (2) Eaton 750KVA, 5KV-208Y/120v oil filled transformers. Includes oil sampling

• One (1) Main-Tie-Main Eaton 208Y/120v, 65ka, 1200 amp switchboard

a. Main 1: 3000 amp frame/3000 amp trip, Type (SPB100)-SPBR330C, Trip Unit RP6S30A300

b. Tie breaker: 3000 amp frame/3000 amp trip, Type (SPB100)-SPBR330C, Trip Unit-RP6S30A300

c. Main 2: 3000 amp frame/3000 amp trip, Type (SPB100)-SPBR330C, Trip Unit-RP6S30A300

d. Branch breakers: 2-KD3400F 400 amp, 6-100 amp, 1-60 amp and 3-225 amp

e. Two (2) TVSS Units

4. Building C

• Two (2) Eaton 4160V, 600 amp 3 phase 3 wires Air Interrupter Switches

• Two (2) Eaton 750KVA, 5KV-208Y/120v, oil filled transformers, Includes oil sampling

• One (1) Main-Tie-Main Eaton 208Y/120v, 65ka, 1200 amp switchboard

a. Main 1: 3000 amp frame/3000 amp trip, Type (SPB100)-SPBR330C, Trip Unit-RP6S30A300

b. Tie breaker: 3000 amp frame/3000 amp trip, Type (SPB100)-SPBR330C, Trip Unit-RP6S30A300

c. Main 2: 3000 amp frame/3000 amp trip, Type (SPB100)-SPBR330C, Trip Unit-RP6S30A300

d. Branch breakers: 2-KD3400F 400amp, 4-100 amp, 1-60 amp, 7-225 amp, 3-150 amp, and 2-200 amp

e. Two (2) TVSS Units

5. Building 5

• Four (4) Eaton 4160V, 600 amp 3 phase 3 wires Air Interrupter Switches

• One (1) Eaton 112.5KVA, 5KV-208Y/120V oil filled transformers. Includes oil sampling

• One (1) 400 amp, 208Y/120v Eaton panel

6. G Unit

• One (1) Eaton 4160V, 600 amp 3 phase 3 wires Air Interrupter Switches

• One (1) Eaton 500KVA, 5KV-208Y/120v oil filled transformers. Includes oil sampling

• One (1) 1200 amp, 208Y/120v Eaton panel

EQUIPMENT TO BE SERVICED - CONTINUED

7. Building E & F

• Two (2) Square D 4160V, 600 amp 3 phase 3 wires Air Interrupter Switches

• Two (2) Square D 300KVA, 5KV-208Y/120v oil filled transformers. Includes oil sampling

• One (1) Main-Tie-Main Eaton 208Y/120v, 65ka, 1200 amp switchboard

a. Main 1: 1200 amp frame/1200 amp trip, Type NW, Trip Unit A

b. Tie Breaker: 1200 amp frame/3000 amp trip, Type NW, Trip Unit A

c. Main 2: 1200 amp frame/1200 amp trip, Type NW, Trip Unit A

d. Branch Breakers: 2-250amp JD, 4-100 amp, 1-150 amp FA, and 8-200amp

e. Two (2) TVSS Units

8. Building A

• Two (2) Eaton 4160V, 600 amp 3 phase 3 wires Air Interrupter Switches

• Two (2) Eaton 1500KVA, 5KV-208Y/120v oil filled transformers. Includes oil sampling

• One (1) Main-Tie-Eaton 208Y/120v, 65ka, 1200 amp switchboard

a. Main 1: 5000 amp frame/5000 amp trip, Type (SPB100)-SPBR350R, Trip Unit RP6S50A500

b. Tie breaker: 5000 amp frame/5000 amp trip, Type (SPB100) SPBR350R, Trip Unit RP6S50A500

c. Main 2: 5000 amp frame/5000 amp trip, Type (SPB100)-SPBR350R, Trip Unit RP6S50A500

d. Branch breakers: 2-KD3400F-400 amp, 4-MLD3800F, and 10-misc. breakers

e. Two (2) TVSS units

9. Administration/Control Building

• One (1) Eaton 4160V, 600 amp 3 phase 3 wires Air Interrupter Switch

• One (1) Eaton 300KVA, 5KV-480Y/277V oil filled transformers. Includes oil sampling

• One (1) 1200 amp, 208Y/120v Eaton Panel

10. Building D

• Two (2) Eaton 4160v, 600 amp 3 phase 3 wires Air Interrupter Switches

• Two (2) Eaton 500 KVA, 5KV-208Y/120v oil filled transformers. Includes oil sampling

• One (1) Main-Tie-Main Eaton 208Y/120v, 65 ka, 1200 amp switchboard

a. Main 1: 2000 amp frame/2000 amp trip, Type (SPB100)-SPBR321C, Trip Unit RP6S21A200

b. Tie breaker: 2000 amp frame/2000 amp trip, Type (SPB100)-SPBR321C, Trip Unit RP6S21A200

c. Main 2: 5000 amp frame/5000 amp trip, Type (SPB100)-SPBR350R, Trip Unit RP6S21A200

d. Branch breakers: 4-MLD3800F, and 10-misc. breakers

e. Two (2) TVSS Units

EQUIPMENT TO BE SERVICED - CONTINUED

11. Building 4

• Two (2) Eaton 4160V, 600 amp 3 phase 3 wires Air Interrupter Switches

• Two (2) Eaton 500KVA, 5KV-208Y/120v oil filled transformers. Includes oil sampling

• One (1) Main-Tie-Main Eaton 208Y/120v, 65ka, 1200 amp switchboard

1. Main 1: 2000 amp frame/2000 amp trip, Type (SPB100)-SPBR321C, Trip Unit RP6S21A200

2. Tie breaker: 2000 amp frame/2000 amp trip, Type (SPB100)-SPBR321C, Trip Unit RP6S21A200

3. Main 2: 5000 amp frame/5000 amp trip, Type (SPB100)-SPBR350R, Trip Unit RP6S21A200

4. Branch breakers: 12-misc. breakers

5. Two (2) TVSS Units

12. Building 6

• One (1) Eaton 4160V, 600 amp 3 phase 3 wires Air Interrupter Switch

• One (1) Eaton 150KVA, 5KV-208Y/120v oil filled transformer. Includes oil sampling

• One (1) Eaton Pow-R-Line 600 amp main LD3600A with 5 feeder breakers

13. Outdoor Gear

• Two (2) Eaton 300KVA, oil filled transformer. Includes oil sampling

• Two (2) Eaton 5000KVA, 5KV-480/277V oil filled transformer. Includes oil sampling

• One (1) Kohler MV Switchgear, 1200 amp, with 15-1200 amp MV Square D breakers, 250MVA, with Schweitzer relays

14. H Unit

• Two (2) 5KV fused manual load interrupter switch

• Two (2) 750KVA transformer 480/277V

15. Sewage Treatment Plant

• One (1) 112.5KVA transformer with disconnect

16. Building 18 – Co-Gen Plant (APT = Advanced Power Technologies)

• APT Generator breaker #1 1200 AMP 52GI

• APT Generator breaker #2 1200 AMP 52G2

• APT M breaker #1 1200A 52U

• APT M breaker #2 1200A 52F2

• APT M breaker #3 1200A 52F1

• APT tie breaker – 1 1200A 52T

• APT F breaker #1 1200 A 52F4

• APT F breaker #2 1200A 52F5

• APT F breaker #3 1200A 52F3

• APT U breaker #1 1200A 52M

• Transformer 20-XFM-1 23KV-4.16KV 7.5/8.4 MVH

Building 18 – Co-Gen Plant (APT = Advanced Power Technologies)-continued

• Transformer 20 XFM-2 4.16 KV-480V 3PH-4 wire 2500 KVA

• APT feeder breakers #1, #2, #3, #4, #5

• Eaton Cutler/Hammer Freedom Series 2100 motor control center 480V 3PH 800AMP

• Eaton Cutler/Hammer Pow-R-Line Switchboard 480Y/277V 3PH 4 wire 1600A M. Breaker 2-800 A breakers, 1-400 A breaker, 1-255 A breaker

REPAIR PARTS

1. Repair and replacement parts and supplies shall be furnished by the contractor as required at cost which may include some identifiable administrative and handling fees.

2. All used parts will remain the property of the institution. The institution reserves the right to furnish repair parts and/or replacement components.

CONTRACTOR REFERENCES

1. After the bid opening, and prior to awarding of the contract, the Department has the right to request references (name, address and telephone numbers) of similar work performed in the previous two (2) years as proof of qualifications to perform the work involved in this contract.

CONTRACT TERM

1. The contract term shall commence upon execution and receipt of purchase order and terminate on June 30, 2022.

CONTRACT RENEWAL

1. The Commonwealth, shall have three (3) successive options to renew the term of the Contract for a period of one (1) year each, which shall begin respectively at the expiration of the then current term, upon the same terms, covenants, and conditions, provided, however, that the Contract has not been terminated. Notice of the election by the Commonwealth to exercise each option hereunder shall be given to the Contractor in writing at least one hundred twenty (120) days prior to the expiration of the then current terms, provided, however, that the Commonwealth’s right to exercise the option hereunder shall not expire unless and until Contractor has given the Commonwealth (after Contractor’s consent has been obtained) written notice of the Commonwealth’s failure to timely exercise its option and fifteen days opportunity from the Commonwealth’s receipt of the notice to cure the failure.

2. The contract shall commence upon execution and receipt of Notice to Proceed Letter and terminate June 30, 2023, unless extended in accordance with the Contract Renewal Provision. However, this contract cannot be renewed pursuant to the Contract Renewal provision beyond June 30, 2025. The Contractor may, at July of each year, increase the unit prices by a rate not to exceed 3%. The Contractor shall provide written notification to the Department no later than March 31, of each subsequent year if such increases are to be requested.

OPTION TO EXTEND

1. The Department of Corrections reserves the right, upon notice to the Contractor, to extend the Contract or any part of the Contract for up to three (3) months upon the same terms and conditions. This will be utilized to prevent a lapse in Contract coverage and only for the time necessary, up to three (3) months, to enter into a new contract.

ESTIMATED QUANTITIES

1. The quantity of service is an estimate. If service usage needs increase or decrease during the effective time period of the contract, the Contactor agrees to provide the additional units of service at the original contract unit rates or accept the decrease in service.

ADDITIONAL PROVISIONS

1. The contractor shall abide by all rules and regulations of the Department of Corrections.

2. The contactor’s services shall be scheduled at times acceptable to the Institution’s staff.

RATE SCHEDULE

1. It is understood and agreed that the rates proposed for the itemized service units will be total and final and that the Commonwealth will not pay any additional sum or sums for the switchgear services over and above the contract unit rates. There will be no additional charges for travel time, mileage, meals, etc.

2. Invoice shall be submitted with ten (10) working days following completion and acceptance of all work. The invoice shall include the following information: (1) contract number; (2) brief description of services rendered, and (3) total cost.

3. Payment should not be construed by the Contractor as acceptance of workmanship or materials furnished under this contract. The Commonwealth reserves the right to conduct further testing and inspection after payment, but within a reasonable time after delivery, and to reject the workmanship or materials if such post-payment testing or inspection discloses a defect or a failure to meet specifications.

4. Contractor will be reimbursed only for services actually accepted by the Institution.

INVOICES

1. All invoices for this contract MUST be sent to the following address:

Commonwealth of PA-PO Invoice

P.O. Box 69180

Harrisburg, PA 17106

All invoices MUST have the Purchase Order Number, as well as your SAP Vendor Number, on the invoice. Failure to provide this could result in a delay of your payment.

SITE VISIT

1. Bidders are required to completely inspect project site prior to submitting bid. It is the responsibility of the Contractor, by careful personal examination, to satisfy himself as to the nature and location of the work, and the character, quality, and quantity of the labor, materials, and equipment that will be required. By careful examination of the bid specifications and being in accord therewith, the Contractor shall predetermine prosecution of the work, the general and local conditions, and all other matters that in any way affect the work under this contract. Failure to become familiar with the contract requirements or to comply with any or all of the requirements of this paragraph shall not be permitted as a basis for any claims made by the contract, and he assumes all responsibility for the faithful performance of the provisions of this contract.

2. Bidder shall be furnished with written proof of visit, such written proof to accompany this Bid/Contract. Failure to provide this completed form will result in bid disqualification.

3. Bidders must pre-arrange site visit by contacting:

Dave Ponczek, Facilities Maintenance Manager 3

Department of Corrections

State Correctional Institution at Laurel Highlands

5706 Glades Pike

Somerset, PA 15501

Telephone: (814) 445-6501 Ext. 1478

[pic]

PROOF OF VISIT

This is to verify that ___________________________________, a representative of

___________________________________, visited the State Correctional Institution at

Laurel Highlands for the purpose of inspecting all aspects of Maintenance and Repair to the

Main Switchgear at the institution. This is in accordance with the Proof-of-Visit requirement

of Invitation for Bid Proposal #6100050315 and this document shall serve as written proof

of visit when completely executed and signed by an authorized representative of the State

Correctional Institution at Laurel Highlands.

___________________________________ _____________________________

Dave Ponczek Date

Facilities Maintenance Manager 3

Instructions to Bidder: This form supplements Invitation-Bid Proposal Inquiry Number 6100050315 and must be attached electronically with the proposal.

State Correctional Institution - Laurel Highlands | 5706 Glades Pike, P.O. Box 631 | Somerset, PA 15501-0631 | 814.445.6501 | cor.state.pa.us

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download