TripSaver II Reclosers

Agency: City of Albany
State: Georgia
Type of Government: State & Local
Category:
  • 59 - Electrical and Electronic Equipment Components
Posted: Oct 6, 2023
Due: Nov 3, 2023
Solicitation No: 24-024
Publication URL: To access bid details, please log in.
Number Bid Name Pre-Bid Bid Opening Bid Tabulation
24-024 TripSaver II Reclosers N/A 11/03/2023

Attachment Preview

Finance – Procurement
222 Pine Avenue – Suite 260
Albany, GA 31701
INVITATION TO BID
This is NOT an Order
BID REF:#24-024 DATE: 10/05/2023
REQUESTING DEPARTMENT:
FINANCE -
WAREHOUSE
DELIVER ORDERS TO:
1726 LILY POND RD
ALBANY, GA 31701
PHONE (229) 431-3211
FAX (229) 431-2184
SALES TAX #047-175701
FED. EXEMPTION #58-6000817
JOSHUA WILLIAMS
JOSHUA WILLIAMS,
PROCUREMENT MANAGER
COREY GAMBLE
Corey Gamble, Buyer
PREBID CONFERENCE:
N/A
QUESTIONS DEADLINE:
5:00PM ON 10/19/2023
BID DEADLINE:
2:30PM ON 11/03/2023
QUESTIONS SUBMITTED AFTER THIS DATE MAY NOT BE ANSWERED.
ALL QUESTIONS ARE TO BE SUBMITTED IN WRITTEN FORM TO: cogamble@albanyga.gov; kross@albanyga.gov
cc:jswilliams@albanyga.gov
CONDITIONS and REQUIREMENTS
_____% BID BOND REQUIRED
X STATE MAKE AND MODEL BID
X STATE DELIVERY TIME FOR EACH ITEM BID (ARO).
X STATEMENT OF WARRANTY REQUIRED
EST QTY
DESCRIPTION
PRICES FIRM FOR ONE YEAR
X ATTACH MANUFACTURER SPECIFICATIONS
SAMPLE REQUIRED WITH BID
X
F.O.B. ALBANY, GA.- FREIGHT PREPAID & INCLUDED IN
PRICE
UNIT PRICE EXTENDED PRICE
18
990211-P – TRIPSAVER 15KV 6.3KA 100AMP
W/POLYMER CUTOUT
18
990411-P - TRIPSAVER 15KV 6.3KA 200AMP
W/POLYMER CUTOUT
$
$
$
$
TOTAL
BID
$
BIDDER INFORMATION
FEDERAL TAX ID #_____________________________
TERM DISCOUNT: NET _____
_____%
CHECK IF NEW ADDRESS
Must Be Signed By An Authorized
Representative.
FIRM NAME
ADDRESS
CITY/STATE/ZIP
SIGNATURE
PHONE
FAX
EMAIL
PURCHASING FORM#12 10/98 REV.
*INCLUDE EMAIL TO ENSURE RECEIPT OF COPY OF TABULATION SHEET.
**INCLUSION OF YOUR BUSINESS CARD IS APPRECIATED.
For Proper Consideration Please Bid On This Form
CITY OF ALBANY
PROCUREMENT DIVISION
FINANCE DEPARTMENT
ALBANY, GEORGIA
INSTRUCTIONS TO BIDDERS
These instructions will bind bidders to terms and conditions herein set forth, except as specifically qualified in special bid and contract terms issued with any
individual bid.
1. The following criteria are used in determining low responsible bidder.
(a) The ability, capacity and skill of bidder to perform required service.
(b) Whether bidder can perform service promptly or within specified time.
(c) The character, integrity, reputation, judgment, experience and efficiency of bidder.
(d) The performance of previous contracts.
(e) The suitability of equipment or material for City use.
(f) The ability of bidder to provide future maintenance and parts service.
2. Payment terms are Net 30 unless otherwise specified. Favorable term discounts may be offered and will be considered in determining low bids if they are
deemed advantageous to The City.
3. Unless otherwise specified all materials, supplies or equipment quoted herein must be delivered within thirty (30) days from date of notification of award
or by exception noted on bid sheet.
4. Prospective bidders are responsible for examining the location of the proposed work or delivery and determining, in their own way, the difficulties, which
are likely to be encountered in the execution of same.
5. The ESTIMATED QUANTITY given in the specifications or advertisement is for the purpose of bidding only. The City may purchase more or less than the
estimated quantity, and the bidder must not assume that such estimated quantity is part of the contract.
6. All bids should be tabulated, totaled and checked for accuracy. The unit price will prevail in case of errors.
7. All requested information should be included in the sealed bid envelope. All documents and information must be signed and included for your bid to
receive full consideration. Failure to submit any required information or document will be cause for bid to be rejected as non-responsive.
8. Failure of the bidder to sign the bid document or have the signature of any authorized representative or agent on the bid in the space provided will be
cause for rejection of the bid. Signature(s) must be written in ink.
9. Failure to enclose bid bond, where required, will result in rejection of the bid. Bond may be in the form of cash, certified check, cashier’s check or
Surety Bond issued by a Surety Company licensed to conduct business in Georgia.
10. All bidders should provide their tax identification number with the bid.
11. All bidding Corporations should provide the corporate seal, a copy of the Secretary of State’s Certificate of Incorporation, and a listing of the principals of
the corporation with the bid.
12. Quote all prices F.O.B. Albany or our warehouse or as specified in bid documents.
13. If the bidder proposes to furnish any item of a foreign make or product, he/she should write “Foreign” together with the name of the originating country
opposite such item on the bid.
14. When requested, SAMPLES will be furnished free of expense, properly marked for identification and accompanied by list where there is more than one
sample. The City reserves the right to mutilate or destroy any samples submitted whenever it may be in the best interests of The City to do so for the
purpose of testing.
15. The City will reject any material, supplies or equipment that do not meet the specifications, even though bidder lists the trade name or names of such
materials on the bid or price quotation form.
16. Any alterations, erasures, additions or omissions of required information or any changes of specifications, or bidding schedule are done at the risk of the
bidder. Any bid will be rejected that has a substantial variation, such as a variation that affects the price, quality or delivery date (when delivery is
required by a specific time).
17. Each bid or proposal will be submitted in a SEALED ENVELOPE. Additionally, that envelope shall be clearly marked on the outside as a Sealed Bid with
the Bid Number clearly printed.
18. Bids must be received and stamped by the Procurement Office before the date and time stipulated in bid documents. The City of Albany assumes no
responsibility for submittals received after the advertised deadline or at any office or location other than that specified herein, whether due to mail delays,
courier mistake, mishandling, or any other reason. No responsibility will attach to any City representative or employee for premature opening of bids not
properly addressed or identified.
19. If only one bid is received, the bid may be rejected and/or re-advertised, except in the case of only one known source of supply.
20. Bids received late will not be accepted, and The City will not be responsible for late mail delivery.
21. Should a bid be misplaced by The City and found later it will be considered.
22. The unauthorized use of patented articles is done entirely at the risk of the bidder.
23. All bidders must be recognized and authorized dealers in the materials or equipment specified and be qualified to instruct in their application or use. A
bidder at any time requested must satisfy the Procurement Office and City Commission that he has the requisite organization, capital, plant, stock, ability
and experience to satisfactorily execute the contract in accordance with the provisions of the contract in which he is interested.
24. Only the latest model equipment as evidenced by the manufacturer’s current published literature will be considered. Obsolete models of equipment not in
production will not be acceptable. Equipment shall be composed of new parts and materials. Any unit containing used parts or having seen any service
other than the necessary tests will be rejected. In addition to the equipment specifically called for in the specifications, all equipment catalogued by the
manufacturer as standard or required by the State of Georgia shall be furnished with the equipment. Where required by the State of Georgia Motor
Vehicle Code, vehicles shall be inspected and bear the latest inspection sticker of the Georgia Department of Revenue.
25. All materials, equipment and supplies shall be subject to rigid inspection, under the immediate supervision of the Procurement Officer and/or the
Department to which they are delivered. If defective material, equipment or supplies are discovered, the contractor, upon being instructed by the
Procurement Officer, shall remove, or make good such material, equipment or supplies without extra compensation. It is expressly understood and agreed
that the inspection of materials by The City will in no way lessen the responsibility of the contractor or release him from his obligation to perform and
deliver to The City sound and satisfactory materials, equipment or supplies. The contractor agrees to pay the cost of all tests on defective material,
equipment or supplies or allow the cost to be deducted from any monies due him by The City.
26. For multi-year contracts the following clauses pursuant to OCGA 36-60-13 apply: (1) The contract shall terminate absolutely and without further obligation
on the part of The City or County at the close of the calendar year in which it was executed and at the close of each succeeding calendar year for which it
may be renewed; (2) The contract may provide for automatic renewal unless positive action is taken by The City or County to terminate such contract,
and the nature of such action shall be determined by The City or County and specified in the contract; (3) The contract shall state the total obligation of
The City or County for the calendar year of execution and shall further state the total obligation which will be incurred in each calendar year renewal term,
if renewed; and (4) The contract shall provide that title to any supplies, materials, equipment, or other personal property shall remain in the vendor until
fully paid for by The City.
27. Unless otherwise specified The City reserves the right to award each item separately or on a lump sum basis, whichever is in the best interest of The City.
28. The successful bidder shall secure all permits, license certificates, inspections (permanent and temporary) and occupational tax certificate, if applicable,
before any work can commence. Contractor as well as any and all known subcontractors must possess or will be required to obtain a City of Albany
Occupational Tax Certificate or Registration.
29. The successful bidder on motor vehicle equipment shall be required to furnish with delivery of vehicle, Certificate of Origin and Georgia vendors shall
provide Georgia Motor Vehicle form MV1.
30. The City reserves the right to reject any and all bids, to waive any informalities in the bid process, and to award the contract as may be in the best
interest of the City and/or re-advertise for bids.
31. Local bidder (domiciled in Albany City Limits) will receive bid in the event of tie bids. In the case of tie bids between out of town companies or between
local concerns, evaluated as equal, bid will be recommended or awarded by chance coin toss, or drawing straws. The Board of Commissioners passed
a local preference ordinance on January 27, 2015. Where applicable, this ordinance will govern. Local preference will not be a basis for
award on bids that are federally funded.
32. No bidder writing restrictive specifications for The City will be allowed to bid on the project.
33. Reasonable grounds for supposing that any bidder is interested in more than one bid for the same item will be considered sufficient cause for rejection of
all bids in which he/she is interested.
34. A contract will not be awarded to any corporation, firm or individual who is, from any cause, in arrears to The City/County or who has failed in any
former contract with The City to perform work satisfactorily, either as to the character of the work, the fulfillment of the guarantee, or the time consumed
in completing the work.
35. It is mutually understood and agreed that if any time the Procurement Officer shall be of the opinion that the contract or any part thereof is unnecessarily
delayed or that the rate of progress or delivery is unsatisfactory, or that the contractor is willfully violating any of the conditions or covenants of the
agreement, or is executing the same in bad faith, the Procurement Officer shall have the power to notify the aforesaid contractor of the nature of the
complaint. Notification shall constitute delivery of notice, or letter, to address given in bid/proposal. If after three working days of notification the
conditions are not corrected to the satisfaction of the Procurement Officer, he shall thereupon have the power to take whatever action he may deem
necessary to complete the work or delivery herein described, or any part thereof, and the expense thereof, so charged, shall be deducted from any paid
by The City out of such monies as may become due to the said contractor, under and by virtue of this agreement. In case such expense shall exceed the
last said sum, then and in that event, the bondsman or the contractor, his executors, administrators, successors, or assigns, shall pay the amount of such
excess to The City on notice by the Procurement Officer of the excess due.
36. Contracts may be cancelled by The City with or without cause with 30-day written notice.
37. Any complaint from bidders relative to the Invitation to Bid or any attached specifications should be made prior to the time of opening of bids, otherwise
such complaint cannot be properly considered.
38. Any bidder may withdraw his bid at any time before the time set for opening of bids. No bid may be withdrawn without cause in the 60-day period after
bids are opened.
39. All questions, inquiries and requests for clarification shall be directed to Procurement.
40. Prior to submission, all bidders are encouraged to check the website at www.albanyga.gov or call the Procurement Office at 229-431-
3211 for any addendums.
PROCUREMENT FORM - Revised 11/18/2021
CITY OF ALBANY
BID REFERENCE NO.: 24-024
SPECIFICATIONS
1. SCOPE:
This specification covers:
TRIPSAVER 15KV 6.3KA 100AMP W/POLYMER CUTOUT
TRIPSAVER 15KV 6.3KA 200AMP W/POLYMER CUTOUT
2.
MATERIAL:
The units shall be of exact make and model as noted by the item description.
3. SUPPLIERS RESPONSIBILITY:
The supplier shall be responsible for furnishing material in accordance with the specifications regardless of
inspection by the purchaser or his representative.
4. SHIPMENT:
Please submit an estimated delivery time of the requested units with the Bid.
** Please reference attached documents for manufacturer specifications. **
For Overhead Distribution Systems
Specifications
Conditions of Sale
The TripSaver II recloser drops open at the end of its
STANDARD: The seller’s standard conditions of sale set operating sequence if the fault is persistent. The
forth in Price Sheet 150 apply, except as modified under vacuum interrupter resets two seconds after the
the “Warranty Qualifications” section on page 3.
recloser drops open; the operator can then reclose
SPECIAL TO THIS PRODUCT:
the device into the mounting after the fault has been
located and repairs have been made. The TripSaver
INCLUSIONS: A TripSaver II Cutout-Mounted Recloser II recloser is capable of dropping open under ¾-inch
is ideally suited for protection of overhead laterals that (19-mm) ice formation. The TripSaver II recloser can
experience frequent transient faults. This self-powered, also break load current and drop open without the use
microprocessor-controlled, single-phase vacuum inter- of a loadbreaking tool.
rupter is available for new installations or may
retrofitted in an existing present-production (“-R10”
“-R11”) cutout mounting provided only by S&C.
be
or
The TripSaver II recloser has a novel Inrush Restraint
feature that measures second-harmonic current to distin-
guish fault current from inrush current. If inrush current
The TripSaver II recloser eliminates the sustained inter- is detected, the TripSaver II recloser will not trip.
ruption that results when a lateral fuse cutout operates The Inrush Restraint feature facilitates lower
in response to a transient fault. Utilities using a “fuse- minimum pickup currents.
blowing” philosophy will experience improved SAIFI
without sacrificing MAIFI performance. The recloser also
eliminates the momentary feeder interruption that results
when the substation feeder circuit breaker or recloser is
intentionally tripped, to prevent a lateral fuse cutout from
operating in response to a transient fault. Utilities using a
“fuse-saving” philosophy will experience improved MAIFI
without sacrificing SAIFI performance.
When downstream line work is to be performed, the
recloser can be placed in the Non-Reclose mode by
moving the mode-selector lever from the Auto (Up)
position to the NR (Down) position. The TripSaver
II recloser will open instantaneously in response to
the NR TCC curve set. (It will not go through a reclosing
sequence.) It also has new Cold Wakeup and Post-Fault
Wakeup NR TCC curves that can be used when closing
The TripSaver II Cutout-Mounted Recloser can the TripSaver II recloser into its mounting with the
provide up to four trip operations. A wide variety of user- MODE SELECTOR lever down. The MODE
configurable time-current characteristic (TCC) curves is SELECTOR lever can be operated from the ground
available. The duration of the open interval between trip using a Talon™ Handling Tool or a distribution prong
operations and the reset time after the last reclose opera- attached to an extendostick.
tion are user configurable. Sequence coordination with
downstream reclosers is also supported. When this feature is
enabled, if a fault is cleared by a downstream recloser, the
TripSaver II recloser will shift to a user-configured
(usually slower) TCC curve before fault testing. The
TripSaver II recloser will maintain its sequence coordina- tion
setting until the sequence reset timer elapses.
The TripSaver II recloser features a user-configurable
Sectionalizing mode. When enabled, the recloser
will operate as a sectionalizer over a user-specified
range of fault currents when the source-side circuit
breaker or recloser trips faster than the TripSaver II
recloser. It counts the number of operations of the
source-side circuit breaker or recloser and drops open
after a user-specified number of counts. The counter
resets if no sectionalizing event is registered during
a user-specified period.
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Event Details Event ID Event Type Event Status Purchase Type Category Type Government

State Government of Georgia

Bid Due: 5/15/2024

Event Details Event ID Event Type Event Status Purchase Type Category Type Government

State Government of Georgia

Bid Due: 4/29/2024

Event Details Event ID Event Type Event Status Purchase Type Category Type Government

State Government of Georgia

Bid Due: 5/14/2024

Event Details Event ID Event Type Event Status Purchase Type Category Type Government

State Government of Georgia

Bid Due: 4/30/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.