Current Contract Information Form



State of Washington

Current Contract Information

Revision Date: April 24, 2007

Effective Date: April 25, 2007

|Contract number: |08904 |Commodity code: |6160 |

|Contract title: |-48 Volt Battery Rack System to Support Microwave Repeater Sites |

|Purpose: |To implement a price adjustment effective April 25, 2007 |

| |Add special provisions on storage services, see Special Notes |

|Contract period: |04/25/07 |through: |04/24/08 |

|Contract term: |Not to exceed six years. |

|Contract type: |This contract is designated as mandatory use for the Washington State Patrol and Department of Transportation Items 2 |

| |&3. Convenience use for all other state agencies. |

|Scope of contract |This contract is awarded to one contractor. |

|Primary user agency: |Washington State Patrol |

|For use by: |General use: All State Agencies, Political Subdivisions of Washington and Oregon State, Qualified Non-profit |

| |Corporations, Materials Management Center, Participating Institutions of Higher Education (College and Universities, |

| |Community and Technical Colleges). |

|Contractor: |Battery Power System, Inc. |Contact: |Rebecca O’Connell |

|Address: |201 Frontage Road North |E-mail: |roconnell@ |

| |Pacific, Washington 98047 | | |

|Phone: |(253) 931-8222 |Supplier No.: |W5294 |

|FAX: |(253) 939-7380 |Fed. I.D. No.: |91-1283290 |

|Website address: | |

This page contains key contract features. Find detailed information on succeeding pages. For more information on this contract, or if you have any questions, please contact your local agency Purchasing Office, or you may contact our office at the numbers listed below.

|Unit Manager: |Dale Colbert |Customer Service: | |

|Phone Number: |(360) 902-7419 |Phone Number: |(360) 902-7400 |

|Fax Number: |(360) 586-2426 |Fax Number: |(360) 586-2426 |

|Email: |dcolber@ga. |Email: |webscustomerservice@ga. |

Visit our Internet site:

|Products/Services available: |-48 Volt Battery Rack System to Support Microwave Repeater Sites, including optional on-site delivery and |

| |installation. Factory authorized service is available from the Contractor. |

|Ordering information: |See Below |

|Ordering procedures: |See Below |

|Related product contracts: |Reference: State Contract 06302 for Vehicle and Storage Batteries, Starting, Deep-Cycle and Storage Batteries; and |

| |Contract 01400 for Dry Cell Batteries and Flashlights |

|Payment address: |Battery Power System, Inc. 201 Frontage Rd N, Pacific, WA 98047 |

|Order placement address: |Battery Power System, Inc. 201 Frontage Rd N, Pacific, WA 98047 |

|Minimum orders: |One battery system |

|Delivery time: |WSP initial order: 40 days After Receipt of Order (ARO) and 50 days ARO for delivery and on-site installation. |

|Payment terms: |Net 30 days |

|Shipping destination: |For complete battery power system, Free On Board (FOB) Destination to customer’s warehouse or job site when optional |

| |on-site delivery and installation has been requested. For subsequent orders for system components, items shall be |

| |shipped FOB Destination to customer’s greater Puget Sound area warehouse or job site when optional on-site delivery |

| |and installation has been requested. For shipments to other delivery locations, freight charges shall be prepaid and |

| |added to the invoice. Batteries which shall be shipped from battery manufacturer’s warehouse in Fort Smith, Arkansas |

| |72908 with freight charges prepaid and added to the invoice as a separate line item. |

|Freight: |Prepaid and included in unit pricing. |

|Contract pricing: |See pages 12 and 13 |

|Estimated term worth: |$750,000 (including equipment, freight and on-site installation services) |

|Current participation: |$0 MBE |$0 WBE |$750,000 OTHER |$0 EXEMPT |

| |MBE 0% |WBE 0% |OTHER 100% |Exempt 0% |

|Recovered material: |None identified |

Notes:

I. Best Buy: This contract is subject to RCW 43.19.190(2) & RCW 43.19.1905(7): which authorizes state agencies to purchase materials, supplies, services, and equipment of equal quantity and quality to those on state contract from non-contract suppliers. Provided that an agency subsequently notifies the Office of State Procurement (OSP) State Procurement Officer (SPO) that the pricing is less costly for such goods or services than the price from the state Contractor.

If the non-contract supplier's pricing is less, the state Contractor shall be given the opportunity by the state agency to at least meet the non-contractor's price. If the state Contractor cannot meet the price, then the state agency may purchase the item(s) from the non-contract supplier, document the transactions on the appropriate form developed by OSP and forwarded to the SPO administering the state contract. (Reference General Authorities document)

If a lower price can be identified on a repeated basis, the state reserves the right to renegotiate the pricing structure of this agreement. In the event such negotiations fail, the state reserves the right to delete such item(s) from the contract.

II. State Agencies: Submit Order directly to Contractor for processing. Political Subdivisions: Submit orders directly to Contractor referencing State of Washington contract number. If you are unsure of your status in the State Purchasing Cooperative call (360) 902-7415.

III. Only authorized purchasers included in the State of Washington Purchasing Cooperative (WSPC) and State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP) listings published and updated periodically by OSP and DAS may purchase from this contract. It is the contractor’s responsibility to verify membership of these organizations prior to processing orders received under this contract. A list of Washington members is available on the Internet , and a list of the Oregon members is available at contractors shall not process state contract orders from unauthorized users.

IV. Contract Terms: This Document includes by reference all terms and conditions published in the original IFB, including Standard Terms and Conditions, and Definitions, included in the Competitive Procurement Standards published by OSP (as Amended).

SPECIAL TERMS AND CONDITIONS

The following contract provisions were excerpted and abridged from the contract IFB:

1. PACKAGING

A. Specifications: Unless otherwise specified, goods are to be packaged in cartons meeting federal specifications.

B. Labeling: Individual shipping cartons shall be labeled with the name of the ordering agency, order number, contract number, contractor, state stock numbers, and where applicable, date of manufacture, batch number, storage requirements, conditions, and recommended shelf life. Bidders are encouraged to offer product packaging with recycled content.

2. INSURANCE

Contractors shall comply with the insurance requirements specified in the IFB. Within fifteen (15) calendar days of receipt of notice of award, the Contractor shall furnish evidence in the form of a Certificate of Insurance satisfactory to the state that insurance, in the kinds and minimum amounts specified in the IFB has been secured.

3. CONTRACTOR TRAVEL REIMBURSEMENT INFORMATION

The following shall apply only to orders requesting optional on-site equipment delivery and installation services, if included in contract award.

General: Contractors may only be reimbursed for travel expenses that are both necessary and reasonable to carry out the terms of this contract.

Vehicle, Lodging, and Subsistence Expenses: Private vehicle mileage, lodging, and meal expenses will be reimbursed at the General Services Administration (GSA) standard rates in effect at the time travel occurs. The rates may be accessed at web site

Fifty Mile Rule for Lodging: Lodging costs may not be reimbursed if the lodging expense is incurred at a facility that is within fifty (50) miles of the contractor’s home or office, whichever is closer, unless one of the following conditions apply:

1. The contractor’s workday (combined work and travel time) for the day will exceed 12 hours (workdays in excess of 12 hours may be considered a health and safety issue).

2. Inclement weather precludes the contractor from returning to the office or home without risk to personal safety.

If lodging reimbursement is claimed under either of the above exceptions, a full explanation must be provided when the request for reimbursement is submitted.

Exception to the Standard Reimbursement Rate for Lodging: Under the following conditions, lodging may be reimbursed for amounts higher than the GSA standard rates:

1. The contractor stays at the specific lodging facility where the meeting/conference is being held in order to achieve maximum benefit from the event by interacting with other meeting/conference participants.

2. Affordable lodging accommodations are not available or cannot be obtained within a reasonable commuting distance from the meeting/conference site.

3. The contractor, because of special duties associated with carrying out the terms of this contract, necessarily incurs unusually high lodging expenses, e.g., rents a suite that is also used as a meeting room.

If lodging reimbursement is claimed under any of the above exceptions, the contractor must select the most economically priced room or suite available and must attach the following to the request for reimbursement:

• reason for claiming an exception to the standard lodging rate

• original lodging receipts

Rental Cars: Contractors may rent vehicles only when necessary to carry out the terms of this contract and only when no other more cost effective means of transportation are available (airporter, limousine, taxi, etc.). Reimbursement will not be made to the contractor for any rental car expenses that are incurred to conduct personal business. An original receipt from the rental car agency must accompany the request for reimbursement.

Meals: Meals will be reimbursed for overnight travel or business meetings/conferences at the standard GSA rates when the contractor is in travel status during the following ESD established meal periods:

• Breakfast – 7:00 AM to 9:00 AM

• Lunch – 11:00 AM to 1:00 PM

• Dinner – 4:30 PM to 6:00 PM

Miscellaneous: Contractors may also request reimbursement for miscellaneous travel expenses, including parking fees, ferry tolls, ground transportation, bridge tolls, and telephone calls. Tips for meals and lodging are already included in the meal rates and will not be reimbursed as a miscellaneous expense. A receipt must be provided for any single miscellaneous charge of $25.00 or more.

Requesting Reimbursement: To be reimbursed for travel expenses, the contractor must submit a log that details:

1. The beginning and ending dates of each trip.

2. From and To travel locations.

3. The hour of departure and return.

4. The specific meals being claimed for each trip, i.e., breakfast, lunch and/or dinner (receipts need not be provided).

5. Amount of any lodging expenses being claimed and the name of the lodging facility per trip (original lodging receipt must be attached).

6. The amount of any private vehicle mileage being claimed for each trip and the reimbursement amount, i.e., the mileage multiplied by the current private vehicle rate.

7. The amount and description of any miscellaneous expenses being claimed per trip. Rental car expenses should be included as a miscellaneous expense and requires an explanation of why a rental car was needed.

8. An explanation of the purpose of the trip and how it contributed to the objectives of the contract.

If the contractor prefers, he/she may use travel forms supplied by the ordering agency/department to document claims for travel expenses.

4. MATERIALS AND WORKMANSHIP

The Contractor shall be required to furnish all materials, equipment and/or services necessary to perform contractual requirements. Materials and workmanship in the construction of equipment for this contract shall conform to all codes, regulations and requirements for such equipment, specifications contained herein, and the normal uses for which intended. Materials shall be manufactured in accordance with the best commercial practices and standards for this type of equipment.

5. DAMAGES

Purchasers have an immediate requirement for the materials, equipment and/or services specified herein. Bidders are urged to give careful consideration to the purchaser’s requirements, to the manufacturer’s production capabilities and your company’s performance capabilities when establishing an equipment delivery and optional on-site delivery and installation service date(s). Note order lead-times.

Damages will be assessed in the amount of actual damages incurred by the customer as a result of Contractor’s failure to perform herein.

6. DESCRIPTIVE LITERATURE

Upon request, Contractor will provide customer descriptive literature fully describing all contract equipment.

7. OSHA, WISHA AND IEEE REQUIREMENTS

Contractor agrees to comply with conditions of the Federal Occupational Safety and Health Acts of 1970 (OSHA), as may be amended, and, if it has a workplace within the State of Washington, the Washington Industrial Safety and Health Act of 1973 (WISHA), as may be amended, and the standards and regulations issued thereunder and certifies that all items furnished and purchased under this order will conform to and comply with said standards and regulations. Contractor will conform to IEEE requirements concerning proper handling of batteries. Contractor further agrees to indemnify and hold harmless purchaser from all damages assessed against purchaser as a result of Contractor’s failure to comply with the acts and standards thereunder and for the failure of the items furnished under this order to so comply.

special notes:

Storage Services: Batteries, Rectifies, and others will be charged for storage beyond 90 days.

Batteries: $45.00 per pallet/month (40” X 40” or smaller pallets)*

Rectifies: $60.00 per crate/month (96” X 36” create)

Other: $20.00 per pallet/month (40” X 40” or smaller pallets)

*Batteries will be automatically charged at 6 month intervals to maintain the manufacturer’s warranty. Labor costs associated to battery charging are not included in the warehousing fee.

|SPECIFICATIONS |

|Description |

|EQUIPMENT STANDARDS AND SPECIFICATIONS |

|1.0 GENERAL |

|1.1 STANDARDS |

|The equipment described herein will be designed to meet or exceed: |

|Safety: CSA C22.2 #60950-1-03 |

|UL 60950-1 1st Edition |

|IEC/EN 60950-1 |

|EMC: ETSI 300 386 |

|Emissions: CFR47 (FCC) Part 15 Class B |

|ICES-03 Class B |

|EN55022 (CISPR 22) Class B |

|Immunity: EN 61000-4-2 |

|EN 61000-4-3 |

|EN 61000-4-4 |

|EN 61000-4-5 |

|EN 61000-4-6 |

|CE marked |

|EIA () and FCC () requirements, standards, specifications, practices and/or procedures current at the time of contract |

|award. |

|All material and workmanship will be of the type and grade most suitable for the application. All material will be free from defects, of recent manufacture and |

|unused. |

|These specifications are exclusive of any and all equipment with proprietary items or devices inclusive therein. All technical tolerances, ratings or other |

|technically specified criteria contained in these specifications are within state-of-the-art and are available in contemporary commercial equipment. |

|Unless specifically excepted by the terms of these specifications, any and all parts or accessories ordinarily furnished or required to produce the equipment |

|herein specified as a complete unit will be furnished by the contractor whether identified in these specifications or not. |

|1.2 EQUIPMENT SERVICE LIFE |

|All equipment covered by these specifications and any resultant contracts will have a minimum service life of ten (10) years from date of delivery to the |

|purchaser. |

|1.3 EQUIPMENT AND PARTS WARRANTY |

|The contractor will guarantee repair or replacement of any equipment or part thereof that fails in operation during normal and proper use within one (1) year |

|from date of purchasers receipt due to defects in design, material or workmanship, consummation of final acceptance and payment notwithstanding. These |

|replacements will be made with celerity and without charge to the purchaser. The cost of installation of these replacements will be borne by the purchaser. |

|The contractor will guarantee replacement parts stocking by the contractor and/or authorized distributor for this service life period. |

|Replacement parts will be available from the contractor and/or through an authorized distributor. |

|1.4 ACCEPTANCE TEST |

|The bidder shall provide a written acceptance test results certifying that the units have met manufacturer and industry standards and bid specifications. |

|1.5 DELIVERY |

|If 3.0 optional services are not awarded, then the complete assembly shall be delivered to FOB Destination, WSP Olympia warehouse. |

|2.0 GENERAL EQUIPMENT CHARACTERISTICS |

|2.1 Item: 1 Argus -48V Positive Ground 6kW Capacity Power System configured with 5kW (5x 1kW Cordex Rectifiers) Rectifiers or standard of quality and manufacture|

|equivalent to include the equipment listed below. |

|1 ea. Relay Racks shall be of welded construction (not bolted) and designed to meet Bellcore NEBS seismic zone 4 requirements. Painted gray in color. Due to |

|extreme space limitations all alternative proposals shall have total dimensions no higher than 7’ maximum height, no wider than 26” maximum width and no deeper |

|than 28” maximum depth. |

|1 ea. Vista Distribution Center, Single Tier; 48 Volt; Grey; (Qty. 20) -48V Circuit Breaker (system) Positions e/w 48VDC, 600Amp LVD (Includes 10 breakers of |

|any size not to exceed 50 amps each to be specified at time of order) |

|1 ea. Cordex CXC Controller; 48V; Extended Temperature; Grey, Metal Faceplate; 2xTemperature Sensor Assembly 3/8" Lug 12 feet; CXCP Panel Mount; CAN BUS Port; |

|Ethernet Port 100Mb RJ45; Expanded FLASH Memory; Analog Inputs for Panel/Rack Mount (2V, 2T, 4C, 2BIV) |

|1 ea. 6 x 48V-1kW CXRC Module Positions |

|1 ea. Cordex 19/23" Center Mount Cabinet, 5xCXRC + 1xCXCM Module Positions; 240 VAC Input; 23" Rack Mounting, 1.75" Spacing, Center Mount; Module Blank |

|3ea. Cordex CXRC 48V-1kW 208-240 VAC Module, 4RU Convection; Argus Grey, Metal Faceplate |

|1 ea. Side Mount Bracket for GJ Breaker (2 positions) on Seismic Rack; Grey |

|1 ea. 200 Amp GJ1 Breaker Battery Breaker |

|Battery cabling for GNB 24-90A15 R23 Battery |

|2.2 BATTERY AND MODULAR RACK SPECIFICATIONS |

|MANUFACTURER: GNB |

|DESIGN TYPE: Absolyte IIP, Sealed, Valve-Regulated Battery |

|MODEL NUMBER: Model # 24-90A-15 R23 |

|LIFE: 20-Year Design Life |

|NOMINAL VOLTAGE: 48 VDC |

|FLOAT VOLTAGE: 54 VDC (2.25 vpc) |

|EQUALIZE VOLTAGE: 55.2 VDC (2.30 vpc) for 24 hours as required |

|CELL VOLT VARIATION: Not to exceed ±3% |

|NOMINAL CAPACITY: 615-Ampere Hours at the 8-hour rate to 42 VDC (1.75 vpc) at 77ºF |

|TOTAL DIMENSIONS: 24.31” L x 22.48” D x 51.92” H System consists of 1 horizontal stack(s), 8 modules high. 23” Relay Rack mounted |

|SEISMIC: Welded construction (not bolted) and designed to meet Bellcore NEBS seismic zone 4 requirements. |

|2.3 ADDITIONAL SPECIFICATIONS |

|All products shall be UL listed or recognized as required by UL (CSA to UL standards is acceptable |

|1,200 cycles at 80% Depth of Discharge |

|Absorbed Electrolyte Design / Spill-proof and Leak-proof |

|6 PSI Nominal Self-Resealing Safety Vent with Flash Arrestor |

|2.4 ACCESSORIES THAT SHALL BE INCLUDED WITH BATTERY ORDER (AT NO ADDITIONAL COST) |

|Installation and Operating Instructions |

|Lifting straps and lifting hooks |

|Clear protective covers and hardware |

|Module base supports |

|Module tie plates |

|Lead plated copper inter-cell connectors |

|Assembly hardware |

|Drift pins |

|No-Ox-Id “A” grease |

|Cell numerals with polarity indicators |

[pic]

|Description |

|3.0 OPTIONAL ON-SITE EQUIPMENT DELIVERY AND INSTALLATION SERVICES |

|Contractor has offered an optional on-site delivery and installation services to include equipment delivery to the remote microwave communication sites and |

|installation at those sites. |

|3.1 SAFETY STATEMENT |

|Contractor will have available on the job site during all phases of this work, an acid spill response kit, first aid kit, portable eye wash bottles, spare |

|goggles, safety glasses, and all required personal safety equipment as required for personnel. Others working in the immediate area of this installation will be|

|required to comply with reasonable personal safety precautions as instructed by the installation supervisor. |

|Contractor will follow all EPA and DOT guidelines in the proper handling and transportation of batteries. The Contractor’s service personnel will have regularly|

|attended hazardous waste seminars to apprise themselves of the latest restrictions and regulations. |

|3.2 SCOPE OF WORK |

|Install new Power System at the designated location. AC power to be installed and connected by others |

|Install the GNB Absolyte IIP model 24-90A-15 R23 modular battery into bottom of the power rack |

|3.3 METHOD OF PROCEDURE |

|Power plant and battery installation: The complete assembly will be delivered as follows: |

|1. Installation includes the following: |

|A. Drill the floor and anchor relay rack. |

|B. Assemble battery charger components in the proper configuration. |

|C. Complete any required DC wiring of charger, and related alarm components. |

|D. Verification of Alarm/ Float & Equalize values after AC is installed and terminated by others |

|2. The Contractor will assemble and install the new battery system in the bottom portion of the power rack. Installation includes the following: |

|Assemble battery cells in proper configuration. |

|Application of a thin coat of No-Ox-Id grease to the posts. |

|Clean, and neutralize the contact surfaces of the intercell connectors. |

|Application of a thin coat of No-Ox-Id "A" grease to the contact surfaces of the intercell connectors. |

|Installation of connectors in accordance with the installation drawing. |

|Torque connectors to manufacturer’s specifications. |

|3. The new Battery will be connected to the new power system and with approval from the site contact; the new power system will be turned up and tested to ensure|

|it is functioning properly. |

|4. Perform Safety Checks (battery room equipment) |

|Product labels as supplied by the manufacturer |

|Equipment location |

|Personal protection equipment as required by OSHA/WISHA and recommended by IEEE STD 484. |

|5. Any remaining work stated above not previously completed will now be finished. The site will be cleaned of any remaining debris and return to as found |

|condition. |

|6. Load test and equalization (This testing and documentation may be completed prior to delivery of equipment to job site. Contractor will conduct load testing |

|at its warehouse prior to installation.) |

|A. Load to 1½ volts per cell |

|B. Equalize and verify cell voltage |

|C. Document |

|3.4 SERVICE, LABOR AND MATERIALS SUMMARY |

|All labor to perform method of procedure outlined previously, summarized as follows: |

|Inspection of parts, installation of new power system and batteries, open circuit battery voltage readings, and clean-up of site. |

| The Contractor will attempt to contact the designated site contact person, a minimum of (1) WEEK prior to the scheduled arrival on site in order to coordinate |

|meeting time and place. The Contractor’s personnel will be escorted to the battery room by the site contact person. |

| All work is to be performed between 0700 hours and 1700 hours Monday through Friday. |

| There will be no more than three steps from the parking area into the facility. |

| All doors and aisles will be able to easily accommodate the delivery and removal of all equipment. |

| It is understood that the Contractor is not an AC electrical contractor and will not be providing, installing or terminating any AC cables or materials for this|

|project |

|Delivery and installation will be scheduled to accommodate the delivery and installation of multiple sites during a single trip. |

|Req. |Comm. Code |Description |System Price* |

|Item | | | |

| |6160 |-48V Positive Ground 6kW Capacity Power System. Must be configured with 5kW (5x 1kW Cordex |$16,033.41* |

| | |Rectifiers) Rectifiers. The number and standard of quality for each of the system’s components have|(Price includes freight FOB |

| | |been listed below: |Destination customer’s warehouse or |

| | | |job site.) |

| | |Manufacturer: Argus/GNB | |

| | |Brand/Model: Cordex/Absolyte IIP | |

| | |* NOTE: This unit bid price shall be applicable on future orders for complete power systems regardless of the actual order quantity. |

| | |Description |Component Price** |

| | |The following system component have been included and costed in the above complete power system. | |

| | |However, for information purposes and for possible additions/deletions purposes on subsequent | |

| | |customer orders, the following information and pricing is provided. (** Note, except for batteries,| |

| | |subsequent orders for system components shall be shipped FOB Destination to customer’s greater Puget| |

| | |Sound area warehouse or job site when optional on-site delivery and installation has been requested.| |

| | |To other delivery locations, freight charges shall be prepaid and added to the invoice.) | |

| | |1 Each - GNB 24-90A15 R23 Battery. (** Note, batteries which shall be shipped from battery |$8,350.95/each |

| | |manufacturer’s warehouse in Fort Smith, Arkansas 72908 with freight charges prepaid and added to the| |

| | |invoice as a separate line item.) | |

| | |1 Each - Relay Rack, 23", Zone 4 Seismic, 44 RMU, 7' 0"; Grey |$876.92/each |

| | |1 Each - Vista Distribution Center, Single Tier; 48 Volt; Grey; (Qty. 20) -48V Circuit Breaker |$1,514.47/each |

| | |(system) Positions e/w 48VDC, 600Amp LVD (Includes 10 breakers of any size not to exceed 50 amps | |

| | |each to be specified at time of order) | |

| | | | |

| | |Manufacturer: Argus | |

| | |Brand/Model: 020-645-20 LO, 2, 55, 82 | |

| | |1 Each - Cordex CXC Controller; 48V; Extended Temperature; Grey, Metal Faceplate; 2xTemperature |$1,048.10/each |

| | |Sensor Assembly 3/8" Lug 12 feet; CXCP Panel Mount; CAN BUS Port; Ethernet Port 100Mb RJ45; Expanded| |

| | |FLASH Memory; Analog Inputs for Panel/Rack Mount (2V, 2T, 4C, 2BIV) | |

| | | | |

| | |Manufacturer: Argus | |

| | |Brand/Model: 018-557-20 LO, 2, 42, 50, 2x75, 80, 90, 93, 110, 125 | |

| | |1 Each - 6 x 48V-1kW CXRC Module Positions |No additional cost |

| | | | |

| | |Manufacturer: Argus | |

| | |Brand/Model: 020-706-20 L81 | |

| | |1 Each - Cordex 19/23" Center Mount Cabinet, 5xCXRC + 1xCXCM Module Positions; 240 VAC Input; 23" |$403.69/each |

| | |Rack Mounting, 1.75" Spacing, Center Mount; Module Blank | |

| | | | |

| | |Manufacturer: Argus | |

| | |Brand/Model: 030-706-20 LO, 6, 23, 3x90/50 | |

| | |3 Each - Cordex CXRC 48V-1kW 208-240 VAC Module, 4RU Convection; Argus Grey, Metal Faceplate |$450.56/each |

| | | | |

| | |Manufacturer: Argus | |

| | |Brand/Model: 010-566-20 LO, 50 | |

| | |1 Each - Side Mount Bracket for GJ Breaker (2 positions) on Seismic Rack; Grey |$89.11/each |

| | | | |

| | |Manufacturer: Argus | |

| | |Brand/Model: 030-661-20 LO, 50 | |

| | |1 Each - 200 Amp GJ1 Breaker Battery Breaker |$140.15/each |

| | | | |

| | |Manufacturer: Argus | |

| | |Brand/Model: 470-121-10 | |

| | |Battery cabling for GNB 24-90A15 R23 Battery |$74.59/each |

| | | |(Pricing for specific length cable |

| | |Manufacturer: Argus |for this system.) |

| | |Brand/Model: INT, Battery Cabling | |

| | |Contractor provided Optional On-Site Equipment Delivery and Installation Service. |

| | |Delivery truck mileage: $0.00/mile (round trip portal to portal) Note: Contractor does not charge for mileage for its vehicles. |

| | |Direct Labor: Employee labor charges: $65.00/hour (rate applies to standard or non-standard hours). |

| | |Indirect Labor: Covers other employee labor costs and company profit: $0.00/hour (number of hours may not exceed the number of direct |

| | |labor hours applicable to the job). |

| | |Miscellaneous parts and supplies to be charged for at company list prices. |

| | |Travel Reimbursement – reference Section 6.6 Contractor Travel Reimbursement Information for additional information. |

|Item |Comm. Code |Description |System Price* |

|2. |6160 |Argus Tech RSM 24/18 Modular Switched Mode Rectifier System e/w with two each rectifier modules to mount in a 19"|$4,375.46 |

| | |rack and charge rack to include the following components: | |

| | |1 ea. 030-640-20 L0, 50 Relay Rack, 19", Zone 4 Seismic, 44 RMU, 7' 0"; Grey | |

| | |1 ea. 020-002-20 L0, 16 Standard U Type Ground Bar 19", 600A; Copper, 1/4" x 2" | |

| | |3 ea. 591-245-P1 Blank Panels, 2-19, 2 Rack Space, 3.5" x 19" | |

| | |3 ea. 590-825-P1 Blank Panels, 1-19, 1 Rack Space, 1.75" x 19" | |

| | |1 ea. 020-532-20 L0, 19 Termination Panel, 400 Amps with shunt mount; 19" Rack Mounting, 1.75" Spacing **no | |

| | |shunt** | |

| | |1 ea. 020-017-20 L0, 1, 19, 50, 81, 83 Load Disconnect Panel, 200 Amp; 24 Volt; 19" Rack Mounting, 1.75" Spacing;| |

| | |Grey; 24 VDC Control w/LD and Fuse Breaker Alarm; Hi/Lo Volts Alarm | |

| | |1 ea. 020-107-20 L0, 1, 10, 19, 50, 81,4x82, 2x83, 16x85 Circuit Breaker Panel, 16/22-0-100, High Cap. 0-100 Amp | |

| | |(AM Type), 550 Amps; 24 Volt; Alarm Relay; 19" Rack Mounting, 1.75" Spacing; Grey; Breaker Blank Plate (1 | |

| | |Position); 4xBreaker Blank Plate (4 Position); 2xBreaker Blank Plate (2 Position); 16xBreaker Jumper Kit | |

| | |Includes: | |

| | |2 ea. 10 Amp AM Breaker 470-051-10 | |

| | |2 ea. 15 Amp AM Breaker 470-077-10 | |

| | |2 ea. 20 Amp AM Breaker 470-047-10 | |

| | |1 ea. 020-679-20 L0 Circuit Breaker Panel, 2 Position 19" 1RU | |

| | |2 ea. 470-137-10 60 Amp AM Breaker **battery breakers** | |

| | |1 ea. 590-953-XX Vertical Discharge Bars (600 Amp), 2 x 5.25" Panels | |

| | |1 ea. 567-157-10 Lexan, Rear Cover, 24"x33" | |

| | |2 ea. 567-158-10 Lexan, Side Cover, 7"x33" | |

| | |1 028-006-20 L0, 18, 40, 55, 70, 2x80, 84, 2x87, 2x90, 92, 96, 2x99 RSM 24/18 4-Module Cabinet, 19"; Universal | |

| | |Mounting Bracket; Standard Temperature Operation (0 to +50degC); Grey; 120 VAC Input; 2xPower Module, 120VAC; | |

| | |Positive Ground Negative Output; 2x10' AC Line Cord, Plug In (120VAC CEE 5-15P Plug, #14AWG CSA/UL Type S Cable);| |

| | |2xBlank | |

| | |Plate, Power Module, Front; Blank Plate, Distribution Module; Analog Supervisory Module; | |

| | |2xTemperature Sensor Assembly, 1/4" lug, 12 feet | |

| | |1 ea. 030-690-20-000 19" battery tray for seismic rack | |

| | |MARATHON BATTERY SPECIFICATIONS | |

| | |MANUFACTURER: GNB | |

| | |DESIGN TYPE: Marathon, Sealed, Valve Regulated Battery | |

| | |MODEL NUMBER: (1) M12V70F (1 Strings) | |

| | |LIFE: 10-Year Design Life | |

| | |NOMINAL VOLTAGE: 24 VDC | |

| | |FLOAT VOLTAGE: 27.36 VDC, 2.28 volts per cell | |

| | |EQUALIZE VOLTAGE: 28.20 VDC (2.35 volts per cell) for 24 hours as required | |

| | |NOMINAL CAPACITY: 71-Ampere Hours at the 8hour rate to 1.75 vpc | |

| | |WEIGHT: 276 lbs. (69 lbs per 12V jar) | |

| | | | |

| | |ADDITIONAL SPECIFICATIONS | |

| | |Absorbed Electrolyte Design – Spill-proof and Leak-proof | |

| | |Flame Retardant | |

| | |Meets UL 94 V-0 and 28% LOI | |

| | |Valve Regulated (VR) | |

| | |Copper Insert Terminals | |

| | |Lead Calcium Tin Alloy | |

[pic]

|Quantity | |Description |Component Price** |

|2 cont |6160 |The following system component have been included and costed in the above complete power | |

| | |system. However, for information purposes and for possible additions/deletions purposes | |

| | |on subsequent customer orders, the following information and pricing is provided. | |

| | |4 each - 71 AH GNB Marathon Battery |$ 690.21 each |

| | |1 each - 030-640-20 L0, 50 Relay Rack, 19", Zone 4 Seismic, 44 RMU, 7' 0"; |$1,079.54 each |

| | |1 each - 020-002-20 L0, 16 Standard U Type Ground Bar 19", 600A; Copper, 1/4" x 2 |$138.55 each |

| | |1 each - 591-245-P1 Blank Panels, 2-19, 2 Rack Space, 3.5" x 19 |$14.00 each |

| | |1 each - 020-532-20 L0, 19 Termination Panel, 400 Amps with shunt mount; 19" Rack |$126.70 each |

| | |Mounting, 1.75" Spacing | |

| | |1 each - 020-017-20 L0, 1, 19, 50, 81, 83 Load Disconnect Panel, 200 Amp; 24 Volt; 19" |$484.64 each |

| | |Rack Mounting, 1.75" Spacing; Grey; 24 VDC Control w/LD and Fuse Breaker Alarm; Hi/Lo | |

| | |Volts Alarm | |

| | |1 each - 020-679-20 L0 Circuit Breaker Panel, 2 Position 19" 1RU For battery disconnect |$147.73 each |

| | |breakers | |

| | |1 each - 470-137-10 60 Amp AM Breaker **battery breakers** |$66.85 each |

| | |1 each - 590-953-XX Vertical Discharge Bars (600 Amp), 2 x 5.25" Panels |$116.78 |

| | |1 each - 567-157-10 Lexan, Rr Cvr, 24"x33" |$87.64 |

| | |1 each - 567-158-10 Lexan, Side Cvr, 7"x33" (price per side) |$29.45 |

| | |1 each - 028-006-20 L0,18,40,55,70,2x80,84,2x87,2x90,92,96,2x99 RSM 24/18 4-Module | |

| | |Cabinet, 19"; Universal Mounting Bracket; Standard Temperature Operation (0 to +50degC); | |

| | |Grey; 120 VAC Input; 2xPower Module, 120VAC; Positive Ground Negative Output; 2x10' AC |$1,409.76 |

| | |Line Cord, Plug In (120VAC CEE 5-15P Plug, #14AWG CSA/UL Type S Cable); 2xBlank Plate, | |

| | |Power Module, Front; Blank Plate, Distribution Module; Analog Supervisory Module; | |

| | |2xTemperature Sensor Assembly, 1/4" lug, 12 feet | |

| | |1 each - 030-690-20-000 19" battery tray for seismic rack |$214.95 |

| | | | |

| | |Contractor provided Optional On-Site Equipment Delivery and Installation Service. |

| | |Delivery truck mileage: $0.00/mile (round trip portal to portal) Note: Contractor does not charge for mileage for its vehicles. |

| | |Direct Labor: Employee labor charges: $65.00/hour (rate applies to standard or non-standard hours). |

| | |Indirect Labor: Covers other employee labor costs and company profit: $0.00/hour (number of hours may not exceed the number of direct |

| | |labor hours applicable to the job). |

| | |Miscellaneous parts and supplies to be charged for at company list prices. |

| | |Travel Reimbursement – reference Section 6.6 Contractor Travel Reimbursement Information for additional information. |

|Req. |Comm. Code |Description |System Price* |

|Item | | | |

|3. |6160 |-48V Positive Ground 6kW Capacity Power System configured with 2kW (2x 1kW Cordex Rectifiers) to include the |$ 5,985.00 |

| | |following components: | |

| | | | |

| | |1 each 030-638-20 L0, 50 Relay Rack, 23", Zone 4 Seismic, 44 RMU, 7' 0"; Grey | |

| | | | |

| | |1 each 020-645-20 L0, 2, 55, 82 Vista Distribution Center, Single Tier; 48 Volt; Argus Grey; (Qty. 20) -48V Circuit | |

| | |Breaker (system) Positions e/w 48VDC, 600Amp LVD | |

| | | | |

| | |10 each 470-xxx-10 XX Amp AM Breaker, Plug-In type with Aux Switch Center Pin Only, Midtrip (5/16" Bullet Terminals) | |

| | |(Any 10x available breakers up to 50Amps) | |

| | | | |

| | |1 each 018-557-20 L0, 2, 42, 50, 80, 90, 93, 110, 125 Cordex CXC Controller; 48V; Extended Temperature; Argus Grey, | |

| | |Metal Faceplate; CXCP Panel Mount; CAN BUS Port; Ethernet Port 100Mb RJ45; Expanded FLASH Memory; Analog Inputs for | |

| | |Panel/Rack Mount (2V, 2T, 4C, 2BIV) | |

| | | | |

| | |1 each 030-706-20 L0, 6, 23, 2x72, 4x90/50 Cordex 19/23" Center Mount Shelf, 5xCXRC 48-1kW + 1xCXCM Module Positions;| |

| | |240 VAC Input (Dual Feeds); 23" Rack Mounting, 1.75" Spacing, Center Mount; 2xTemperature Sensor, 1/4" Lug, 12 feet; | |

| | |4x Module Blank | |

| | | | |

| | |1 each 030-706-20 L81 6 x 48V-1kW CXRC Module Positions | |

| | | | |

| | |2 each 010-566-20 L0, 50 Cordex CXRC 48V-1kW 208-240 VAC Module, 4RU Convection; Argus Grey, Metal Faceplate | |

| | | | |

| | |2 each 030-709-20 L0, 81 Battery Tray, Open Style, (4 bat), Cutout for heater mat; Breaker Mounting for Battery | |

| | |Disconnect | |

| | | | |

| | |2 each 470-188-10 150 Amp GJ1 Breaker (Battery Disconnect) | |

| | | | |

| | | |$1,520.62 |

| | |MSB BATTERY SPECIFICATIONS | |

| | | | |

| | |MANUFACTURER: GNB | |

| | |DESIGN TYPE: Marathon Front Terminal, Valve Regulated Battery | |

| | |MODEL NUMBER: 4-M12V90FT | |

| | |LIFE: 10-Year Design Life | |

| | |NOMINAL VOLTAGE: 48 VDC | |

| | |FLOAT VOLTAGE: 54 VDC, 2.25 volts per cell | |

| | |EQUALIZE VOLTAGE: 56.4VDC (2.35 volts per cell) for 24 hours as required | |

| | |NOMINAL CAPACITY: 90-Ampere Hours at the 8-hour rate to 1.75 vpc at 77ºF. | |

| | | | |

| | |ADDITIONAL SPECIFICATIONS | |

| | | | |

| | |Absorbed Electrolyte Design - Spillproof and Leakproof | |

| | |Meets UL 94 V-0 and 28% LOI | |

| | |Valve Regulated (VR) | |

| | |Copper Insert Terminals | |

| | |Lead Calcium Tin Alloy | |

[pic]

| | |Description |Component Price** |

|3 cont. |6160 |The following system component have been included and costed in the above complete power system. | |

| | |However, for information purposes and for possible additions/deletions purposes on subsequent | |

| | |customer orders, the following information and pricing is provided. | |

| | |030-638-20 L0, 50 Relay Rack, 23", Zone 4 Seismic, 44 RMU, 7' 0"; Grey |$876.92 each |

| | |20-645-20 L0, 2, 55, 82 Vista Distribution Center, Single Tier; 48 Volt; Argus Grey; Include 10 |$ 1,664.87 each |

| | |breakers of any size not to exceed 50 amps | |

| | |018-557-20 L0, 2, 42, 50, 80, 90, 93, 110, 125 Cordex CXC Controller; 48V; Extended Temperature; |$ 862.27 each |

| | |Argus Grey, Metal Faceplate; CXCP Panel Mount; CAN BUS Port; Ethernet Port 100Mb RJ45; Expanded | |

| | |FLASH Memory; Analog Inputs for Panel/Rack Mount (2V, 2T, 4C, 2BIV | |

| | |030-706-20 L0, 6, 23, 2x72, 4x90/50 Cordex 19/23" Center Mount Shelf, 5xCXRC 48-1kW + 1xCXCM Module |$ 487.64 each |

| | |Positions; 240 VAC Input (Dual Feeds); 23" Rack Mounting, 1.75" Spacing, Center Mount; 2xTemperature| |

| | |Sensor, 1/4" Lug, 12 feet; 4x Module Blank | |

| | |030-706-20 L81 6 x 48V-1kW CXRC Module Positions |N/C |

| | |010-566-20 L0, 50 Cordex CXRC 48V-1kW 208-240 VAC Module, 4RU Convection; Argus Grey, Metal |$ 410.92 each |

| | |Faceplate | |

| | |030-709-20 L0, 81 Battery Tray, Open Style, (4 bat), Cutout for heater mat; Breaker Mounting for |$459.70 each |

| | |Battery Disconnect | |

| | |470-188-10 150 Amp GJ1 Breaker (Battery Disconnect) |$ 176.43 each |

| | |Batteries |$ 1,520.62 each |

| | | | |

| | |Contractor provided Optional On-Site Equipment Delivery and Installation Service. |

| | |Delivery truck mileage: $0.00/mile (round trip portal to portal) Note: Contractor does not charge for mileage for its vehicles. |

| | |Direct Labor: Employee labor charges: $65.00/hour (rate applies to standard or non-standard hours). |

| | |Indirect Labor: Covers other employee labor costs and company profit: $0.00/hour (number of hours may not exceed the number of direct |

| | |labor hours applicable to the job). |

| | |Miscellaneous parts and supplies to be charged for at company list prices. |

| | |Travel Reimbursement – reference Section 6.6 Contractor Travel Reimbursement Information for additional information. |

PERFORMANCE REPORT FOR

Purchasing & Contract Administration

To OSP Customers:

Please take a moment to let us know how our services have measured up to your expectations on this contract. Please copy this form locally as needed and forward to the Office of State Procurement Purchasing Manager. For any comments marked unacceptable, please explain in remarks block.

|Procurement services provided: |Excellent |Good |Acceptable |Unacceptable |

|Timeliness of contract actions | | | | |

|Professionalism and courtesy of staff | | | | |

|Services provided met customer needs | | | | |

|Knowledge of procurement rules and regulations | | | | |

|Responsiveness/problem resolution | | | | |

|Timely and effective communications | | | | |

Comments:

|Agency: | |Prepared by: | |

|Contract No.: |Document3 |Title: | |

|Contract Title: | |Date: | |

| | |Phone: | |

Send to:

Purchasing Manager

Office of State Procurement

PO Box 41017

Olympia, Washington 98504-1017

PERFORMANCE REPORT FOR

CONTRACTOR PRODUCT/SERVICE

Complete this form to report problems with suppliers or to report unsatisfactory product or services. You are also encouraged to report superior performance. Agency personnel should contact suppliers in an effort to resolve problems themselves prior to completion and submission of this report.

Contract number and title: 08904 for -48 Volt Battery Rack System to Support Microwave Repeater Sites

Supplier’s name: Supplier’s representative:

|PRODUCT/SERVICE |

| |Contract item quality higher than required | |Damaged goods delivered |

| |Contract item quality lower than required. | |Item delivered does not meet P.O./contract specifications |

| |Other: | | |

|SUPPLIER/CONTRACTOR PERFORMANCE |

| |Late delivery | |Slow response to problems and problem resolution |

| |Incorrect invoice pricing. | |Superior performance |

| |Other: | | |

|CONTRACT PROVISIONS |

| |Terms and conditions inadequate | |Additional items or services are required. |

| |Specifications need to be revised | |Minimum order too high. |

| |Other: | | |

Briefly describe situation:

|Agency Name: |Delivery Location: |

|Prepared By: |Phone Number: |Date: |Supervisor: |

| | | | |

|Address: |Email: | | |

| | | | |

Send To:

DALE COLBERT

UNIT MANAGER

OFFICE OF STATE PROCUREMENT

PO BOX 41017

OLYMPIA WA 98504-1017

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

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

Google Online Preview   Download