Www.seattle.gov



BACK-UP POWER EQUIPMENT FOR COMMUNICATION SYSTEMS

GENERAL CONDITIONS

PART I – GENERAL

1.3 Contract Period

4/01/02 through 3/31/07

1.4 Trial Period

A ninety (90) day trial period shall apply to this contract. During the trial period, the Vendor must perform in accordance with all terms and conditions of the contract. Failure to perform during this trial period will result in the immediate cancellation of the contract. In the event of dispute or discrepancy as to the acceptability of product or service, the City’s decision shall prevail. The City agrees to pay only for authorized orders received up to the date of termination.

PART II – EXECUTION

2.1 Scope of Work

The Vendor shall provide those products with cooresponding prices as identified in Table 1.

Occasionally, the City may ask the Vendor to provide recommendations for the appropriate design specifications for battery back up power systems which meet the operational specifications of City’s systems. The Vendor’s recommendation may require Computer Aided Drawings (CAD) of the required systems which include electrical and mechanical schematics, and parts lists.

The City may, at its discretion, may purchase equipment and services from separate vendors within the “pool” for the same system.

Additionally, the Vendor may be requested to provide technicians who are capable of installing back-up power equipment to the manufacturers’ or system designer’s specifications.

The Vendor must be a factory authorized dealer/distributor of the products they furnish, and will be qualified and equipped to provide on-site service, maintenance and technical assistance if required.

2.2 Work Specifications

All work shall be performed as directed by the City's representative. The Vendor agrees to comply with all applicable federal, state and local laws, codes, rules and regulations, including appropriate electrical permits, if required.

2.3 Ordering Process

For projects estimated to exceed $5,000, and identified to require engineering and/or installation services, City departments will be responsible to solicit time estimates from more than one Vendor in the “pool”. When the department solicits time estimates, each Vendor shall respond by indicating the total number of hours ( hours per person x number of persons) to complete the project. To determine the low estimate, the department will multiply the fixed hourly rate, as indicated in the term contract, with the number of hours estimated by the Vendor and adding the established price of the product listed on the contract.

Obtaining more than one estimate will not apply if the department has deemed the project “sole source”.

2.4 City’s Responsibilities

The City of Seattle will be responsible for furnishing:

A. Access to City facilities as needed to gather information or perform installations or service.

B. Provide technical information and drawings as required to facilitate a price quote or installation.

C. Coordination and liaison with other City personnel or services where required to facilitate installations or service.

2.5 Inspection of Work

A City of Seattle representative or designee may visit and inspect job locations as needed to provide continuing direction and to determine if the vendor has performed the work as directed and as required under these specifications. Corrections or improvements may be requested at any time if work performed falls below contract standards. Deficiencies reported at any job location must be corrected as scheduled by the City Department that assigned the work. If a City representative or designee determines that significant deficiencies have not been corrected by such scheduled date, the designee shall notify the vendor, in writing, that work for those sites is rejected and will be excluded from payment.

2.6 Failure to Perform Work

Failure by the vendor to begin work within seven(7) days of agreed start date will constitute

sufficient cause for the City to employ, by contract or otherwise, another vendor in the “Vendor

Pool”. The contract may be terminated at any time if, in the opinion of the Department which

ordered, the work is not being performed to a satisfactory or professional manner. Failure to

perform will result in the immediate cancellation of the contract. In the event of dispute or

discrepancy as to the acceptability of work, the City’s decision shall prevail.

2.7 Delivery

Freight terms shall be F.O.B Destination, Prepaid & Allowed if delivery is within the Seattle City limits. If the delivery point is outside the Seattle City limits, freight terms shall be F.O.B Destination, Prepaid and Added to Invoice. Freight shall include all transportation, unloading and inside delivery to the ordering department.

2.8 Invoicing

After the item(s) have been furnished to and accepted by the ordering department, the Vendor will submit the invoice to same, Attn: Accounts Payable.

The City of Seattle will not be bound by higher prices or higher labor rates or fees contained in an invoice than those reflected in the contract. Unless the higher prices or rates have been accepted by the City and the contract amended, the invoice may be rejected and returned to the Vendor for corrections.

2.9 Price Changes

Prices shown herein shall be firm-fixed throughout the first year of the contract. The City will consider price increases on a pass through basis only. Increases which produce a higher profit margin for the vendor than those prices established within the contract will be evaluated on a case by case basis. The Vendor may request a one-time price increase annually, at least 45 days prior to the contract anniversary date, clearly identifying the item impacted by the increase including sufficient documentation to justify it. Any increases must be based on U.S. published indices such as the Producer Price Index. The decision to accept any price increase will be at the sole discretion of the Buyer and, if not acceptable, the City may exercise its option to cancel the contract.

Conversely, any cost reductions to the Vendor or any price declines at the manufacturer’s level shall be passed through to the City and reflected in a reduction of the contract price effective immediately.

2.10 Contract Expansion

The products listed in this contract are currently the those most commonly purchased by the City, although this does not represent all products that may be required from year to year. Therefore, any contract resulting from this Request for Quotation may be expanded to cover other closely related products provided that such products are normally furnished by the vendor and that the vendor agrees to provide these other products using similar pricing discounts.

2.11 Guarantee of Products and Work

Vendor must agree to pass through all warranties provided by the manufacturer. Additionally, vendor will warranty all work performed by their staff for a period of one full year from the date of installation.

2.12 Products and Services Covered

A. Back-up Power Equipment

The Vendor agrees to furnish those products listed each having a corresponding price as shown in Table 1. All equipment will be new and bear a current serial number.

Table 1

|Item #|Product and Manufacturer |Alternate Manufacturer and Model |Price/each |

|1 |Battery, | | |

| |Absolyte model 23-100A-33 48v| |$15,723.52 |

|2 |Battery, | | |

| |Absolyte model 24-100A-51 48v| |$25,797.16 |

|3 |Battery, | | |

| |C&D model KCT-450 48v |GNB #24-MCT-11 |$7,277.33 |

|4 |Battery, | | |

| |Absolyte model 11P, 105AH 12v| |$345.00 |

| | |GNB #M12V105FT | |

|5 |Battery, | | |

| |C&D model KCT-270 48v |GNB #24-MCT-07 |$5,793.15 |

|6 |Battery, | | |

| |C&D model FA 12-150F | |$ |

|7 |Generator, | | |

| |Onan model LPG, 35KW, | |$ |

| |120/240v | | |

|8 |Generator, | | |

| |Onan diesel, 100KW, 480v | |$ |

| |3 Phase | | |

|9 |Inverter, | | |

| |Trace Electronics model 4048 | |$ |

| |4000VA | | |

|10 |Inverter, | | |

| |Lorraine model WAA501B |Marconi PN-117353 |$2,053.46 |

|11 |Converter, Ratelco 48vdc to | | |

| |12vdc | |$ |

|12 |Rectifier, Lamarche model | | |

| |A36F-50-48v | |$ |

|13 |Rectifier, | | |

| |Power Conversion Products | |$ |

| |model TWPP48S-600 | | |

|14 |Reclifier, | | |

| |C&D model AGM 45 | |$ |

|15 |UPS, | | |

| |Liebert series 300, 75KVA |APC #SL80KG |$40,911.20 |

|16 |UPS, | | |

| |Liebert series 300, 100KVA |APC #SL120KG |$62,245.60 |

Product Recommendation for PBX Back-Up Power System Upgrade

Requirement

Rectifier:

➢ Shall be of modular design and configured for N+1

➢ Rectifier capacity shall provide for an equipment load currents as stated in Table 1.

➢ Shall have a battery recharge capacity sufficient to recharge battery sets from a voltage of 1.75 vpc in eight hours

➢ Shall include the A.C. requirements in the recommendation.

➢ Each individual rectifier must have its own A.C. input

Distribution:

➢ System shall include Low Voltage Disconnect set for 1.75 vpc

➢ Main Battery disconnect breaker shall be properly sized for the total rectifier capacity determined, and load current specified.

➢ Shall provide a secondary circuit breaker distribution configured as:

6 each 30-amp circuit breakers

2 each 15 amp circuit breakers

2 each 5 amp circuit breakers

2 each 2.5 amp circuit breakers

Metering, Alarms and Control:

➢ Shall provide a metering panel that displays volts and load current.

➢ Shall provide a “Float/Equalize” control panel with Equalize Timer and schedule capacity.

➢ Shall provide capability for external alarm indication of:

a) Over Voltage

b) Under Voltage

c) Rectifier Failure

d) Loss of incoming AC

e) Loss of charging current

Table 2

| System Type | Product | Price | Delivery Time |

| |Manufacturer & | |ARO |

| |Model | | |

|30 Amps with |PCP Power Plant | | |

|250 Amp Hours |Battery GNB |$ 11,279.76 |8 Wks ARO |

| |24-90A-07 | | |

|40 Amps with |PCP Power Plant | | |

|350 Amp Hours |Battery GNB |$ 12,064.94 |8 Wks ARO |

| |24-90A-09 | | |

|50 Amps with |PCP Power Plant | | |

|450 Amp Hours |Battery GNB |$ 13,732.02 |8 Wks ARO |

| |24-90A-13 | | |

|60 Amps with |PCP Power Plant | | |

|850 Amp Hours |Battery GNB |$ 17,360.05 |8 Wks ARO |

| |24-90A-21 | | |

B) Engineering Services

Engineering Services may involve designing battery and rectifier systems which meet the operational specifications provided by the City. In addition, the City may require a parts lists and CAD drawings which illustrate the electrical and mechanical schematics. Engineering consultation services may be conducted via telephone or on-site.

Rate per Hour: $90.00 (per person)

C) Installation Services

Hourly rate that the Vendor would charge the City to have a technician install

battery backup power systems?

Rate per Hour: $75.00 (per person)

4.2 Vendor Information

Vendor’s Name: BATTERY POWER SYSTEMS INC

Contact: Keith Clifford

Address: 201 Frontage Rd N, Suite A, Pacific WA 98047

Phone: 253-931-8222

Fax: 253-939-7380

E-mail Address: kclifford@

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

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

Google Online Preview   Download