Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutCORRESPONDENCE - PURCHASE ORDER - 9200676Official Purchasing Document
Last updated 3/2018
AMENDMENT #3
AGREEMENT BETWEEN THE CITY OF FORT COLLINS
AND SPX TRANSFORMER SOLUTIONS, INC.
This Third Amendment (Amendment #3) is entered into by and between the CITY OF FORT
COLLINS (the “City”) and SPX TRANSFORMER SOLUTIONS, INC. (the “Service Provider”).
WHEREAS, the Service Provider and the City entered into an Agreement effective April 17, 2019
(the “Agreement”); and
WHEREAS, Service Provider and the City have entered into an Amendment #01 to expand the
scope of services to include Reinhausen UVT LTC Inspections and Maintenance dated August
26, 2019.
WHEREAS, Service Provider and the City have entered into an Amendment #02 to expand the
scope of services to include replacement of X2 LV bushing at the Linden substation site dated
October 25, 2019.
WHEREAS, Service Provider and the City desire to amend the Agreement for additional scope of
work as per the attached Service Quotations dated February 28, 2020.
NOW, THEREFORE, in consideration of the foregoing recitals and the mutual promises herein
contained, the parties agree as follows:
1. Exhibit A, Scope of Services, consisting of eight (8) pages, attached hereto and
incorporated herein by this reference, is hereby expanded to include oil processing, and
LTC inspection and parts replacement to factory specifications for the LTC type indicated
at the Harmony substation as per the attached Service Quotation #9128506 (Labor only)
consisting of ten (10) pages and Service Quotation #9128507 (Parts only) consisting of
eight (8) pages, both dated 02/28/2020 and incorporated herein by this reference and
effective upon execution of this Amendment #3.
2. CONTRACT PERIOD. The services to be performed pursuant to this Agreement shall
be initiated June 1, 2020. Services shall be completed no later than June 12, 2020. Time
is of the essence. Any extensions of the time limit set forth above must be agreed upon
in writing by the parties hereto.
Except as expressly amended by this Amendment #3, all other terms and conditions of the
Agreement shall remain unchanged and in full force and effect. In the event of a conflict between
the terms of the Agreement and this Amendment #3, this Amendment #3 shall prevail.
IN WITNESS WHEREOF, the parties have executed this Third Amendment the day and year
shown.
Page 1 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
Official Purchasing Document
Last updated 3/2018
CITY OF FORT COLLINS:
By:
Gerry Paul
Purchasing Director
DATE:
SPX TRANSFORMER SOLUTIONS, INC.
By:
Josh Brown
General Manager - Service
Date:
Page 2 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
3/26/2020
3/30/2020
Official Purchasing Document
Last updated 3/2018
EXHIBIT A
SCOPE OF SERVICES
I. SCOPE OF SERVICES
A. GENERAL. This section covers materials and equipment for maintenance of 15KV load
tap changers (LTC) on 230KV substation power transformers.
All switching operations, including racking of breakers and opening high side and low
side breakers shall be performed by Fort Collins Electric Utility (Utility) personnel. The
Service Provider shall verify that the transformer(s) are de-energized and grounded prior
to commencement of work.
All clearances shall be taken by Utility personnel. Where the Service Provider will be
working on Utility equipment a joint clearance shall be issued to Utility personnel and the
Service Provider from the SCO operations center.
All pertinent safety regulations shall be rigidly adhered to.
B. SCOPE OF WORK. The work under these specifications and documents shall include
oil processing, and LTC inspection and parts replacement to factory specifications for
the LTC type indicated at the substation locations indicated in this document.
The work under these specifications and documents shall include furnishing all
equipment, labor, and materials to complete the cleaning, inspection, and replacement
or suggested upgrade parts.
Major components of the work shall include:
1. Arrival and training.
2. Equipment placement.
3. Load Tap Changer (LTC) project scope shall include draining the mineral oil thru
Fullers earth from the LTC into a clean container or new oil supplied as required
in the proposal. The inside of the tank and mechanism shall be thoroughly
inspected and cleaned. The LTC systems shall be inspected and maintained as
generally indicated as follows. Specific scope of work shall be listed in the
Quotation:
3.1 Motor control, motor starters, gear train, oil seals, and motor start
capacitors shall be tested and inspected.
3.2 Automatic (voltage regulator) and manual control systems shall be tested.
Check for proper electrical and mechanical operation of motor drive
through its entire range. Inspect for proper brake adjustment, flag
operation, and raise and lower limits. Adjust and lubricate as necessary.
3.3 Internal mechanism checks shall include stationary and moving contacts,
selector switches, reversing switches, slip contacts (bow ties), contact
pressure, gear trains, cams, cam followers, flexible couplings, and
operating shafts, flywheel brake and rollers.
Page 3 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
Official Purchasing Document
Last updated 3/2018
3.4 Disconnect desiccant breather and drain LTC oil into a clean, dry
container. The mineral oil shall be processed through a micron filter and
heat\vacuum system to degas and dehydrate.
3.5 The inside of the tank and mechanism shall be thoroughly cleaned with
clean oil from a sprayer and wiped down with lint free rags. Corrosion
shall be removed, and any exposed tank bare metal shall be primed after
cleaning with appropriate solvent.
3.6 The barrier board separating the LTC and main tank shall be thoroughly
inspected for damage or fluid leakage between the two tanks.
3.7 Highpot vacuum bottles if LTC has vacuum bottles per manufacturer’s KV
level. Check erosion indicators for condition of contacts. Conduct a test
on vacuum bottle to insure it is not full of oil due to a bellows rupture.
Applicable to RMV-II LTCs.
3.8 Test pressure relief device.
3.9 Inspect transition resistors when applicable. Inspect bolts and check that
springs are intact and take OHM readings.
3.10 Verify operation of fiber optic LTC controls if applicable to the specific
LTC.
3.11 Install new factory LTC door gaskets, and MI gasket, boss gasket, and
crank gaskets if applicable. Existing gaskets will not be reused nor
will gaskets be allowed to be made on site.
3.12 Remove any positive pressure on the main transformer tank before
applying vacuum to the LTC compartment when LTC compartment is
required to be vacuum filled.
3.13 Pull vacuum to < 2 torr and hold for two hours. Refill the LTC
compartment through the heat\vacuum system.
3.14 Perform on-site field review of the LTC design to determine whether the
mechanism is the most current design and that it is properly vented to
accommodate a rapid pressure rise that would result from internal arcing
or dielectric breakdown.
3.15 All parts shall be replaced as required to bring the LTC up to factory
specifications including recommended upgrade kits.
3.16 The finished oil product shall meet or exceed IEEE specification under C
57-106, Item 9, and paragraph 9.3.
3.17 Check that the LTC liquid level gauge moves properly when operated by
hand.
4. A technical report shall be provided after the completion of the work listing the
pre and post test results, data sheets, calculations, recommendations, and
suggestions for additional tests or remedial work to address and identifiable
deficiencies. Any electrical equipment not tested shall be identified with a
detailed explanation of why the work was not completed in the engineering
report.
Page 4 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
Official Purchasing Document
Last updated 3/2018
C. SPECIFICATION AND REFERENCE MATERIAL. All maintenance, inspection, and
electrical testing will be performed as per the NETA Acceptance Testing Specification,
ANSI/IEEE C-57 Standards, Manufacturers’ Specifications and good Engineering
Practices.
D. CITY RESPONSIBILITIES. The City shall be responsible for the following:
• Qualified Project Manager and two (2) Substation Techs to assist with the work.
• Supply and erection of scaffolding to work on the LTC compartment.
• Circuit switching and lockout tagout (LOTO) grounding with approved safety
methods to complete the work.
• Access to the equipment for trucks and crews and unrestricted work hours.
• PCB analysis report on the transformer(s) within the last year.
E. SERVICE PROVIDER’S RESPONSIBILITIES. The Service Provider shall be
responsible for the following:
• Qualified crew members.
• Tools and equipment.
• Electrical power generation for the equipment. Utility will provide 20A 120VAC on
site. 240VAC may be available.
• Fluid handling equipment.
• Gasket material.
• Contact lease kits on site for the project as listed in the Quotation. The City will be
charged a lease kit fee, roundtrip freight for kit from Dallas, TX and only for parts
used from each LTC kit on a per/part price.
• Assorted fittings and hoses.
• All oil handling, filtration of existing oil, supplying new oil if required, and disposal of
old oil as specified in the quotation
• Project coordinator to schedule work and follow up on reports to be supplied to the
City.
• Testing as required to insure an operational LTC.
• Provide technical data report
F. PROTECTIVE EQUIPMENT. The Service Provider shall be responsible for furnishing
the required protective equipment for his employees. Hard hats and high vis vests shall
be worn at all times while in the substation.
G. EXISTING FACILITIES. The Service Provider shall take extreme care while working on
the switchgear and transformers to prevent damage to porcelain insulators, control
cables, gages, switches, 600V wiring, relays, etc.
Page 5 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
Official Purchasing Document
Last updated 3/2018
H. PRICING. The Service Provider shall provide equipment, labor and materials for this
project on lump sum basis.
I. INVOICING AND PAYMENT. Invoices should be emailed upon completion of the work
to invoices@fcgov.com with a copy to the Project Manager. The cost of the work
completed shall be paid to the Service Provider following the submittal of a correct
invoice by the Service Provider indicating the project name, Purchase Order number,
task description, and, for time and materials work, hours worked, personnel/work type
category, hourly rate for each employee/work type category, date of the work performed
specific to the task, percentage of that work that has been completed by task, 3rd party
supporting documentation with the same detail and a brief progress report.
Payments will be made using the prices listed on the agreed-to Price Schedule. In the
event a service is requested which is not listed on the Price Schedule, the Service Provider
and the City will negotiate an appropriate unit price for the service prior to Service Provider
Consultant initiating such work.
The City pays invoices on Net 30 terms.
J. INSURANCE. Insurance shall be provided as per Exhibit C attached to the Services
Agreement, to which this Exhibit A is attached.
K. WORK HOURS. The working hours shall generally be from 7:00 am to 3:30 pm,
Monday through Friday unless other arrangements are made with the City.
L. SCHEDULE. The proposed schedule for the work will be as follows:
Month of June 2020
Monday – Switching and equipment staging
Monday and Tuesday – Pre-testing, LTC clean, inspection, and repairs, post-testing.
Wednesday – Switching, equipment staging
Wednesday and Thursday – Pre-testing, LTC clean, inspection, and repairs, post
testing.
Friday - Switching and equipment removal
Weekend work will be required to avoid standby/delay charges to the City to complete 4
LTC scopes of work in 8 consecutive days on site.
The proposed schedule shall be mutually agreed upon by the City and the Service
Provider based on the number of man days required to perform the work. The schedule
may be revised based on the repairs to be made, weather, etc.
II. SPECIAL CONDITIONS
SC.1 PROJECT MANAGEMENT. The coordination of all field construction will be under
the direction of the City Project Manager, who will be responsible for coordinating work
Page 6 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
Official Purchasing Document
Last updated 3/2018
between various Service Providers and for resolving any conflicts between Service
Providers regarding scheduling or coordination.
The time of completion is of the essence of this contract and the Service Provider shall be
responsible for performing the work in accordance with the specified schedule. If at any
time the Service Provider’s work is behind schedule, the Service Provider shall increase his
work force for getting the work back on schedule.
The City Project Manager will not be responsible for the assignment of personnel, or
obtaining materials or supplies, or for any other services to the Service Provider except the
coordination of work between Service Providers and as specifically set forth in these
contract documents.
SC.2 SERVICE PROVIDER’S SUPERVISION AT THE SITE. The Service Provider shall
furnish adequate management, supervisory, and technical personnel on the site ensure
expeditious and competent handling of the work.
A superintendent experienced in the work specified herein, who is a member of the Service
Provider’s organization, shall be a resident of the project throughout the work. The
superintendent shall be fully authorized to act for the Service Provider and receive whatever
orders and notices may be given for the proper execution of the work.
The Service Provider’s field organization shall include an experienced staff of qualified
technical personnel to handle the work.
The City will contract solely with the Service Provider who shall be responsible for complete
supervision, responsibility and control of his subcontractors.
SC.3 RELATIONS WITH OTHER SERVICE PROVIDERS. The Service Provider shall
cooperate with all other Service Providers and City crews who may be performing work on
behalf of the City in the vicinity of the work under this contract and shall conduct operations
to minimize interference with the work of such Service Providers or workmen.
Any difference or conflict which may arise between the Service Provider and other Service
Providers, or between the Service Provider and the workmen of the City shall be resolved as
determined by the City Project Manager.
SC.4 METHODS OF FIELD OPERATION. The Service Provider shall inform the City
Project Manager in advance as to the Service Provider’s plans for carrying out each part of
the field work. Review by the City Project Manager of any plan or method of work shall not
relieve the Service Provider of any responsibility thereof, and such review shall not be
considered as an assumption of any risk or liability by the City or any officer, agent or
employee therefor. The Service Provider shall have no claim because of the failure or
inefficiency of any plan or method so reviewed.
Any method of work suggested by the City Project Manager, but not specified, may be used
at the risk and responsibility of the Service Provider, and the City shall have no responsibility
therefor.
Page 7 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
Official Purchasing Document
Last updated 3/2018
The Service Provider shall have no claim because of the failure or inefficiency of any plan or
method so reviewed.
The Service Provider shall comply with all applicable requirements of federal, state, and
local codes and of all other authorities having jurisdiction over this work.
The Service Provider shall be solely and completely responsible for conditions related to his
work including safety of all persons and property during performance of the work.
SC.5 PROTECTION OF PROPERTY. The Service Provider shall be accountable for any
damages resulting from his operations when Service Provider is present at the site. Service
Provider shall be fully responsible for the all structures for the portion of the site that is under
Service Provider’s control, including but not limited to: existing fences, switchgear buildings,
switches, overhead lines, overhead bus, insulators, gages, radiators, or any other
equipment or structures located within the substation facility including any other devices in
the switchgear.
The Service Provider shall furnish and maintain all necessary safety equipment, including
but not limited to: barriers, signs, warning lights and guards to provide adequate protection
of persons and property.
Repair of substation facilities and equipment, should damage occur, shall be as directed and
approved by the City Project Manager. The Service Provider shall be solely responsible for
the damage repair costs.
Utility personnel will provide access to the site and be present on site for the duration
of the work.
SC.6 UNFAVORABLE CONSTRUCTION CONDITIONS. During periods of unfavorable
weather, rain, wind, lightning, or other unsuitable construction conditions, the Service
Provider shall confine his operations to work that will not be adversely affected thereby. No
outside work shall be performed under adverse conditions such as blowing dust, rain or
snow.
SC.7 REJECTED WORK AND MATERIALS. The Service Provider, upon written notice
from the City Project Manager, shall consult with the City Project Manager to reach a mutual
agreement regarding all materials or work that the City Project Manager has advised are
being rejected as defective, unsound, improper, or in any way failing to meet the
requirements. The Service Provider shall at his sole expense take the mutually agreed
upon actions regarding such materials, shall repair or replace all unacceptable work and
materials and, if applicable, repair all work damaged by any removal.
If applicable, if the Service Provider does not remove his rejected work and materials as
agreed upon, the City may remove and replace such work and materials at the expense of
the Service Provider.
SC.8 CONSTRUCTION AREA LIMITS. The Service Provider shall not trespass in or on
areas other than those required to perform the work. The work will be performed in an
energized electrical substation adjacent to overhead lines and aluminum bus with voltages
of 230KV, 115KV and 13.8KV. When entering or exiting the substation with equipment,
Page 8 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
Official Purchasing Document
Last updated 3/2018
extreme caution must be exercised. If any contact is made with these facilities, injury or
death is very probable. Under no circumstance shall the Service Provider work or have
equipment outside the designated work area. A designated Utility employee shall be
present at all times during the work.
SC.9 PROTECTION OF SUBSTATION PROPERTY. Concrete pads, slabs, tower bases,
retaining curbs and all other concrete structures and equipment within the substation shall
be protected from chipping, gouging, scratching, staining, and other damage. Property
damaged by the Service Provider shall be repaired or replaced by the Service Provider
subject to the mutual agreement of the Project Manager and the Service Provider.
Nonflammable, oil resistant coverings shall be used to protect concrete surfaces from
staining.
SC.10 COOPERATION WITH THE CITY. The performance of the construction work that
affects the operation of the City’s electrical system facilities shall be scheduled to be
performed only at times acceptable to the City.
SC.11 CITY CONTACTS. The City project contacts shall be as follows:
Name Contact # E-mail
Quotation/Contract Pat Johnson 970 221-6816 pjohnson@fcgov.com
Project Manager Bob Hover 970 413-2962 bhover@fcgov.com
Substation Specialist Kevin Knotts 970 631-5420 kknotts@fcgov.com
Substation Specialist Ryan Greene 970 443-4730 rgreene@fcgov.com
III. CITY’S PROJECT INFORMATION
Service Provided is expected to clean, inspect and repair as well as supply new oil to all
load tap changers listed below:
Location Location
Name
Unit I.D. Manufacturer Current
Tap Count
Gallons
of Oil
LTC Type
1 Harmony
Substation
Transformer
#T1
A6206 RTE-ASEA 29,530 100 UZD
2 Harmony
Substation
Transformer
#T2
A6205 RTE-ASEA 5,181 100 UZD
3 Harmony
Substation
Transformer
#T3
SSL9430-
2
ABB 33,903 370 RMV-II-
2500
4 Harmony
Substation
Transformer
#T4
SSL9430-
1
ABB 34,526 370 RMV-II-
2500
Page 9 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
Official Purchasing Document
Last updated 3/2018
LTC DETAILED INFORMATION:
Harmony Substation Additional LTC Information:
Substation Transformers are Magnatek (Waukesha). 115KV\230KV\13.8KV WYE
LTC General Information:
Waukesha type UZD. Each unit has 100 gallons of oil.
XFMR T1
West transformer, XFMR Serial# A6206
Tap changer serial# B810107
Current # taps – 61,007 (3/17/20)
Last maintenance – 11/4/08 at 27,861 taps
Taps since last maintenance – 9,347
Date of Manu – 1981
XFMR T2
West transformer, XFMR Serial# A6205
Tap changer serial# B801207
Current # taps – 5,181 (3/13/20)
Last maintenance – 11/5/08 at 3,438 taps
Taps since last maintenance – 1,743
Date of Manu – 1980
Harmony Substation Additional LTC Information:
Substation Transformers are ABB. 230KV/13.8KV WYE
LTC General Information:
Reinhausen type RMV-II-2500. Each unit has 370 gallons of oil.
XFMR T3
North transformer, XFMR Serial #SSL9430-2
Tap changer serial#
Current # taps- 33,903 (3/17/20)
Last maintenance – NA
Taps since last maintenance – 33,903
Date of manufacture 1998
XFMR T4
South transformer, XFMR Serial #SSL9430-1
Tap changer serial#
Current # taps- 34,562 (3/17/20)
Last maintenance – NA
Taps since last maintenance – 34,562
Date of manufacture 1998
Page 10 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
City of Fort Collins
Waukesha® Service Quotation #9128506
RE: 2 UZD & 2 RMV-II LTC Inspections & Maintenance in CO (LABOR ONLY)
Date: 02/28/20
Page 11 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
© 2020 SPX Transformer Solutions, Inc. 2
SPX Transformer Solutions Service Quotation
Date: 02/28/20
Bob Hover
City of Fort Collins
P.O. Box 580
215 North Mason St., 2
nd
Floor
Fort Collins, CO 80522
Ph# 970-217-8109
bhover@fcgov.com
Quote Number 9128506
RE: 2 UZD & 2 RMV-II LTC Inspections & Maintenance in CO (LABOR ONLY)
CONTACT INFORMATION ………………………………………………………………………
Regional Sales Associate II
Tom Pickens
SPX Transformer Solutions
MOB 919-273-4152
Tom.Pickens@spx.com
Channel Partner
Jim Houlihan
Lewis Associates
MOB 303-232-7273
jim@lewisassociatesinc.com
Territory General Manager
Astha Mitra
SPX Transformer Solutions
MOB 503-351-9114
Astha.Mitra@spx.com
Confidentiality Notice:
This document contains contain privileged and confidential information belonging to the sender. The information is intended only of the use of the
individual or entity named above. If you are not the intended recipient or addressee, you are notified that any disclosure, copying, distribution or taking
any action based on the contents of this information is strictly prohibited. If you have received this document in error, please immediately notify the
sender by telephone to arrange for return of the original documents.
Page 12 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
© 2020 SPX Transformer Solutions, Inc. 3
Table of Contents
SCOPE OF WORK ..................................................................................................................................................... 4
PERFORMANCE......................................................................................................................................................... 5
CLARIFICATIONS TO SCOPE OF WORK ............................................................................................................. 5
SCHEDULE OF PRICING ......................................................................................................................................... 6
COMMENTS/EXCEPTIONS TO CONTRACT DOCUMENTS ............................................................................. 8
TERMS & CONDITIONS STATEMENT .................................................................................................................. 8
CUSTOMER AUTHORIZATION ........................................................................................................................................ 9
FIELD SERVICE RATE SCHEDULE .............................................................................................................................. 10
STANDARD TERMS AND CONDITIONS OF SALE .................................................................................................... 12
Page 13 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
© 2020 SPX Transformer Solutions, Inc. 4
SCOPE OF WORK (LABOR ONLY)
Transformer Solutions is pleased to provide crew and equipment to perform the following scope of work:
Location: City of Fort Collins, Harmony Substation, 1800 E. Harmony Rd., Fort Collins, CO 80522
Xfmr IDs: T1 – RTE ASEA T2 – RTE ASEA T3 - ABB T4 - ABB
Xfmr S/N: A6206 A6205 SSL9430-2 SSL9430-1
LTC type: UZD UZD RMV-II-2500 RMV-II-2500
Gallons (LTC): 100 gal. 100 gal. 370 gal. 370 gal.
Gallons (main): 16,480 gal. 16,480 gal. 12,250 gal. 12,250 gal.
MVA: 30/40/50 MVA 30/40/50 MVA 30/40/50 MVA 30/40/50 MVA
Voltage: 115x230-13.8kV 115x230-13.8kV 230-13.8kV 230-13.8kV
Scope of Work (UZDs): T1 / T2 RTE ASEA Xfmr UZD LTC Inspections and Maintenance in CO
Mobilize SPXTS LTC specialists and equipment to City of Fort Collins Harmony substation site in Fort Collins, CO. Note: SPX
includes 2 hours of site orientation/training on site. If additional / required training is required beyond the allowed 2 hours on site,
this will be billed on T&M basis as applicable.
City of Fort Collins to provide two (2) service techs for assistance, scaffolding, ladders, man lift or bucket truck (if needed),
unrestricted work hours, along with performing de-energization, isolation, grounding, LOTO, etc. of associated equipment.
SPXTS to provide UZD LTC oil handling, two UZD LTC contact lease kits, two UZD LTC BUE drive motors, new UZD LTC oil (4
drums), old LTC oil disposal (UZD LTC parts/oil/disposal included on separate PO/project 9128507 PARTS ONLY), &
service truck, test equipment, dry-air/nitrogen, as needed.
NOTE: BELOW SCOPE OF WORK(S) INCLUDES 2 UZD LTCs EACH (per transformer):
SPXTS to perform pre-testing, per the following: Note: pre-testing is used for baseline results and provide xfmr as-found
conditions.
o Power factor (Doble) transformer windings / bushings
o Megger windings and core insulation.
o TTR
o Winding resistance
o Oil (DGA/oil quality)
SPXTS to perform inspection of motor drive operator
o Note operations on operations counter.
o Check control cabinet for cleanliness and moisture, operation of heater(s), wiring insulation and connection tightness,
position indicator for proper operation, and operation of lockout, if applicable.
o Remove existing UZD LTC BUE drive motor and install new BUE drive motor upgrade.
SPXTS to inspect LTC spring drive compartment
o Check for oil leaks at bearings and flanges (gaskets).
o Check for worn or broken parts.
SPXTS to perform the following UZD LTC inspection / maintenance, per the following:
o Drain existing UZD LTC oil (est. 100 gal.) into SPXTS supplied oil disposal drums and open door to LTC compartment.
o Check wear and alignment of all fixed and moving contacts (main, reversing, slip bow-ties
o Replace any/all parts found to be worn or damaged and agreed upon by SPXTS/customer. Note: SPXTS will pre-order &
provide 2 UZD LTC lease contact kit(s) on site. The LTC kit contains contacts and components that would normally
need replacing. City of Fort Collins will only be billed for parts/materials used from the UZD LTC lease kit. City of Fort
Collins will be responsible for receiving LTC kit(s) on site and returning LTC kit(s) to SPX Components in Dallas, TX
(freight prepaid by SPXTS and included in pricing schedule pg. 6)
o Operate LTC to verify proper mechanical timing and alignment on all taps.
Check and measure value of transition resistor.
Check barrier boards (phase moldings) and seals between LTC and transformer main tank.
Install new LTC door gasket.
Close and bolt LTC compartment door.
Refill LTC with new oil (est. 100 gal.) supplied by SPXTS. Note: SPXTS will be responsible for disposal of existing
LTC oil of each UZD.
Check for oil leaks and proper oil level.
SPXTS to perform post-testing, to include the following:
o Power factor (Doble) transformer windings / bushings
o Megger windings and core insulation.
o TTR
o Oil (DGA/oil quality)
City of Fort Collins personnel will be responsible for removal of grounding, isolation, and re-energization of transformer.
SPXTS personnel/equipment to relocate to T3 & T4 ABB xfmr Reinhausen RMV-II LTCs for same scope of work.
Page 14 of 28
© 2020 SPX Transformer Solutions, Inc. 5
Scope of Work (RMV-IIs): T3 / T4 ABB Xfmr RMV-II LTC Inspections and Maintenance in CO
Relocate SPXTS LTC specialists and equipment to T3 & T4 ABB transformers.
City of Fort Collins to provide two (2) service techs for assistance, scaffolding, ladders, man lift or bucket truck (if needed),
unrestricted work hours, along with performing de-energization, isolation, grounding, LOTO, etc. of associated equipment.
SPXTS to provide RVM-II LTC oil handling, RMV-II LTC oil storage 550-gal tote, two RMV-II LTC contact kits, two RMV-II LTC
door gaskets (RMV-II LTC contact kits & door gaskets supplied on separate PO/project 9128507 PARTS ONLY), & service
truck, test equipment, dry-air/nitrogen, as needed.
NOTE: BELOW SCOPE OF WORK(S) INCLUDES 2 RMV-II LTCs EACH (per transformer):
SPXTS to perform pre-testing, per the following: Note: pre-testing is used for baseline results and provide xfmr as-found
conditions.
o Power factor (Doble) transformer windings / bushings
o Megger windings and core insulation.
o TTR
o Winding resistance
o Oil (DGA/oil quality)
SPXTS to perform Reinhausen RMV-II-2500 LTC inspection / maintenance, per the following:
o Drain existing RMV-II LTC oil (est. 370 gal.) into SPXTS supplied 550-gal storage tote and open LTC compartment.
o Inspect tap changer for any leaks or signs of damage or excessive wear
o Check contact erosion per the manufacturers recommendations
o Perform a mechanical test on the moving contacts per the manufacturer’s recommendations.
o Check the condition of the by-pass switch contacts per the manufacturer’s recommendations.
o Clean LTC mechanism and replace any parts found to be worn or damaged. Note: SPXTS will supply an RMV-II LC
contact kit (2010-007K) on site for inspection/maintenance. This LTC kit contains contacts and components that would
normally need replacing. City of Fort Collins will be responsible for receiving LTC kits on site and final storage after
project completion. Any parts used during LTC inspection and maintenance can be re-ordered and replaced, per
applicable parts pricing cost.
o Operate LTC to verify proper mechanical timing and alignment on all taps.
o Close and bolt LTC compartment, pressure test, and ensure no leaks.
o Refill LTC with existing (est. 370 gal.) and check for leaks.
SPXTS to perform post-testing, to include the following:
o Power factor (Doble) transformer windings / bushings
o Megger windings and core insulation.
o TTR
o Oil (DGA/oil quality)
City of Fort Collins personnel will be responsible for removal of grounding, isolation, and re-energization of transformer.
SPXTS to demobilize crew/equipment from site and provide final report with test results
PERFORMANCE
Work is quoted based upon SPX Waukesha crews working 7 days a week, 8–12 hours per day, and 24 hours per day, if needed. It is
estimated that the Scope of Work will take est. 8 days on site (2 days per LTC) to complete, depending on weather conditions.
Proposed Start Date: June 2
nd
start date (per SPXTS LTC crew availability & City of Fort Collins schedule of events)
Availability of service personnel and equipment is subject to prior sale.
Page 15 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
© 2020 SPX Transformer Solutions, Inc. 6
CLARIFICATIONS TO SCOPE OF WORK
Unless specifically addressed in scope of work, the following assumptions have been made in preparation of
our offer:
Purchaser shall be responsible for switching, lock out and grounding of any equipment necessary to
establish safe work area.
Purchaser shall provide suitable, free, clear, unlimited and compacted access route, roads and area
around work location for access of service equipment.
Purchaser shall disconnect and reconnect all external protection, control and relay wiring, as required.
Purchaser shall disconnect and reconnect all external bushing terminations or bus work, as required.
Purchaser shall disassemble and reassemble any deluge systems, as required.
SPX Waukesha will compile all crating and waste material in designated area; however, purchaser shall
be responsible for disposal of solid wastes.
Purchaser shall provide drum and dispose of all waste, flush and scrap oil generated in execution of
work.
Purchaser shall provide communication and sanitation facilities.
No provisions have been included for secondary oil containment as may be required for compliance to
local site
SPCC programs.
If required, purchaser shall provide a PCB report showing PCB concentration of the unit within 90 days
prior to start of scheduled work.
If PCB concentration is higher than 49 PPM, SPX Waukesha will be unable to complete the
work.
If PCB concentration is 1–49 PPM, an additional decontamination charge will be assessed.
Proper disposal of the oil shall be the responsibility of the purchaser.
When oil handling is part of work scope, SPX Waukesha prefers to have a metals-in-oil screen done
prior to start of job to detect any potential silicone contamination. In the event that silicone is discovered
during the processing, additional charges will apply for addition of anti-foaming compounds and a
decontamination fee after completion of job.
SPX Waukesha intends to utilize its own personnel and equipment; however, if scheduling conflicts
occur, SPX Waukesha reserves the right to hire subcontractors to assist with the work.
Page 16 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
© 2020 SPX Transformer Solutions, Inc. 7
SCHEDULE OF PRICING (LABOR ONLY)
The work scope as defined on pg. 4 to be performed on Fixed Price basis for performance by 06/30/20, and is as follows:
NOTE: Price is estimated for 2 SPXTS LTC Specialists for 10 days (2 travel days, 8 days on site) at est. 10 hours per day on site and
is based on Fixed Price basis, however; the above price is not a “not to exceed price”. If added time/days, trips, parts, materials, parts
installation/replacement, etc. are needed on site, this will be calculated & billed on a T&M basis. Invoicing will be calculated and billed
on actual hours/expenses/materials.
Mar-20
GSS#: 9128506 Time $ 46,800.00
Customer: City of Fort Collins Expenses $ 6,440.00
Location: Fort Collins, CO Materials $ -
Description: Equipment $ 4,528.20
Point of Contact: Total Cost $ 57,768.20
Time
Date Technician(s) ST Hours OT Hours ST Cost @ $150/Hr OT Cost @ $225/Hr Extended Cost
$ - $ - $ - $ -
Subtotal $ -
Time
Date LTC Specialist(s) ST Hours OT Hours ST Cost @ $200/Hr OT Cost @ $300/Hr Extended Cost
Day 1 LTC Specialist 1 Travel 8 $ 1,600.00 $ - $ - $ 1,600.00
Day 2 On Site 8 2 $ 1,600.00 $ 600.00 $ - $ 2,200.00
Day 3 UZD T1 On Site 8 2 $ 1,600.00 $ 600.00 $ - $ 2,200.00
Day 4 On Site 8 2 $ 1,600.00 $ 600.00 $ - $ 2,200.00
Day 5 UZD T2 On Site 8 2 $ 1,600.00 $ 600.00 $ - $ 2,200.00
Day 6 On Site 10 $ - $ 3,000.00 $ - $ 3,000.00
Day 7 RMV-II T3 On Site 10 $ - $ - $ 4,000.00 $ 4,000.00
Day 8 On Site 8 2 $ 1,600.00 $ 600.00 $ - $ 2,200.00
Day 9 RMV-II T4 On Site 8 2 $ 1,600.00 $ 600.00 $ - $ 2,200.00
Day 10 Travel 8 $ 1,600.00 $ - $ - $ 1,600.00
Day 1 LTC Specialist 2 Travel 8 $ 1,600.00 $ - $ - $ 1,600.00
Day 2 On Site 8 2 $ 1,600.00 $ 600.00 $ - $ 2,200.00
Day 3 UZD T1 On Site 8 2 $ 1,600.00 $ 600.00 $ - $ 2,200.00
Day 4 On Site 8 2 $ 1,600.00 $ 600.00 $ - $ 2,200.00
Day 5 UZD T2 On Site 8 2 $ 1,600.00 $ 600.00 $ - $ 2,200.00
Day 6 On Site 10 $ - $ 3,000.00 $ - $ 3,000.00
Day 7 RMV-II T3 On Site 10 $ - $ - $ 4,000.00 $ 4,000.00
Day 8 On Site 8 2 $ 1,600.00 $ 600.00 $ - $ 2,200.00
Day 9 RMV-II T4 On Site 8 2 $ 1,600.00 $ 600.00 $ - $ 2,200.00
Day 10 Travel 8 $ 1,600.00 $ - $ - $ 1,600.00
Subtotal $ 46,800.00
Expenses
Date Technician/Specialist Item Quantity Rate Subtotal Mark Up Extended Cost
Day 1 - Day 10 LTC Specialist 1 Perdiems w/lodging 10 $ 265.00 $ 2,650.00 NA $ 2,650.00
Mileage 600 $ 0.95 $ 570.00 NA $ 570.00
Day 1 - Day 10 LTC Specialist 2 Perdiems w/lodging 10 $ 265.00 $ 2,650.00 NA $ 2,650.00
Mileage 600 $ 0.95 $ 570.00 NA $ 570.00
Subtotal $ 6,440.00
Materials & Parts
Item Part number Quantity Rate/Cost Subtotal Mark Up Extended Cost
$ - $ - N/A $ -
Subtotal $ -
Equipment Usage & Rentals
Item Quantity Rate/Cost Subtotal Mark Up Extended Cost
UZD LTC Contact Lease Kits - Fee 2 $ 580.00 $ 1,160.00 N/A $ 1,160.00
UZD LTC Contact Lease Kits - Roundtrip Freight (TX - CO) 2 $ 300.00 $ 600.00 N/A $ 600.00
Sevice truck w/oil handling & test equipment 8 $ 200.00 $ 1,600.00 N/A $ 1,600.00
550-gal Baker Tank tote w/berm - delivery/pickup 2 $ 200.00 $ 400.00 18% $ 472.00
550-gal Baker Tank tote w/berm - on site days 4 $ 35.00 $ 140.00 18% $ 165.20
550-gal Baker Tank tote w/berm - cleaning 1 $ 450.00 $ 450.00 18% $ 531.00
Subtotal $ 4,528.20
© 2020 SPX Transformer Solutions, Inc. 8
Payment terms and conditions are NET 30 and are subject to credit approval.
Unless specifically noted, prices do not include:
o Any site specific or customer required access and/or safety training
o Any special and/or site-specific safety, PPE or environmental requirements
o Use of union labor
o Local Sales or Use tax
Requested changes to work scope or delays outside the control of SPX Waukesha shall be billed in accordance with
SPX Transformer Solutions’ Technical Service Price List (attached).
COMMENTS/EXCEPTIONS TO CONTRACT DOCUMENTS
None
TERMS & CONDITIONS STATEMENT
Bid is valid for a period of 60 days.
All P.O.s / Contracts / Agreements to be addressed to the following:
SPX Transformer Solutions, Inc.
400 S. Prairie Ave.
Waukesha, WI 53186
SPX Transformer Solutions, Inc. thanks you for the opportunity to provide a quotation for this work. We look forward to your
consideration of this offering and welcome any questions you may have regarding this quotation for your service requirements.
Best Regards,
Tom Pickens
Regional Sales Associate II – West Region
SPX Transformer Solutions, Inc.
Ph# 919-273-4152
Fx# 208-361-2024
E-mail: Tom.Pickens@spx.com
Page 18 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
© 2020 SPX Transformer Solutions, Inc. 9
Waukesha® Service Technician & Specialist
Rate Schedule
Waukesha
®
Service maintains a nationwide staff of trained and experienced field service specialists and technicians who are available to
provide advisory assistance, installation, inspection, commissioning, testing, troubleshooting, start-up, technical studies and maintenance
and repair services of electrical apparatus.
Technical professionals are classified in two categories, dependent on the degree of expertise and complexity of the service required:
Service Specialist
The Service Specialist has specific experiences and/or educational training along with factory training and experience in design, assembly,
installation or testing. This expert is required for special diagnosis, repairs, inspection, failure analysis and complex technical evaluations.
Typical scopes of work for these services involve LTCs, engineering services, project management, forensics analysis, condition
assessments, electrical testing, etc.
Service Technician
The Service Technician has specialized factory training and experience. This Technician can act as a consultant for customer’s personnel
with respect to correct installation, testing, maintenance or service requirements consistent with Waukesha
®
Service guidelines.
WAUKESHA
®
SERVICE SPECIALIST AND SERVICE TECHNICIAN RATES
CLASSIFICATION
HOURLY
RATE DAILY PER DIEM
HOURLY
OVERTIME RATE HOURLY SUNDAY & HOLIDAY RATE
Service Specialist $200 $265 $300 $400
Service Technician $150 $265 $225 $300
1. Hourly rate applies to all time worked or traveled during a workday.
2. Overtime rate applies to all hours worked in excess of eight hours on weekdays and all time worked or traveled on Saturdays.
NOTE: Our standard workday is 10–12 hours based on site conditions.
3. Sunday and Holiday rate applies to all hours worked or traveled on Sundays and/or holidays.
In lieu of per diem, charges for travel and living expenses will be billed at cost plus an 18% handling charge.
Per Diem
Unless requested otherwise from the purchaser, a daily per diem rate will be billed for each day required for project execution along with
travel days to/from the project. Per Diem rates exclude the cost of airfare to/from the job site.
Traveling Time
Billing for traveling time will be done at the applicable rate based on actual time traveled.
Traveling time and expenses for each technical professional will include leaving and returning to the employee’s headquarters.
Minimum Billing
Minimum billing for one day’s service will be charged for each day or fraction thereof that a technical professional spends on the
customer’s premises.
Standby Time
When technical professionals are on the customer’s premises but are unable to perform the services requested because of circumstances
beyond the control of Waukesha
®
Service personnel, the purchaser will be charged at the applicable rate.
Page 19 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
© 2020 SPX Transformer Solutions, Inc. 10
WAUKESHA
®
SERVICE TECHNICIAN & SPECIALIST RATE SCHEDULE (CONTINUED)
OTHER CHARGES
The following charges will be in addition to the service rates stated previously:
A. Expendable Small Tools
When a particular job requires the furnishing of small expendable tools not normally carried by the technical professional, a charge
for such tools will be billed at the cost of acquisition.
B. Material Furnished by Waukesha
®
Service
All Waukesha
®
Service material(s) used on the job will be billed at current prices.
C. Material Purchased from Subcontractors or Other Vendors
When the job requires the purchase of materials or services from subcontractors or other vendors, such items will be billed at cost plus
an 18% handling charge.
D. Special Tools and Equipment Furnished by Waukesha
®
Service
Rental charge shall be made for all specialized tools, equipment and instruments. Refer to Waukesha
®
Service Equipment Rental
Rate Schedule.
E. Company Vehicle Mileage Rate
Cost of mileage for standard company vehicles to travel to and from the standard job site will be billed at a rate of $0.95 per mile.
Any vehicle requiring a CDL endorsement to drive shall be billed at a rate of $2.50 per mile for travel to and from the job site.
PRODUCT WARRANTY WORK
Product warranty work on Waukesha
®
Service-supplied equipment will be performed F.O.B. factory or at the customer’s site, at Waukesha
®
Service’s option. Work at the customer’s site will be accomplished during a normal eight hour straight time day. If the purchaser requests that
product warranty work be performed during any other time period, purchaser will be invoiced for the premium time portion of the work, i.e. the
difference between the applicable rate and the overtime rate for the services performed.
TERMS OF PAYMENT
Net 30 days from date of invoice.
TERMS AND CONDITIONS
See SPX Transformer Solutions, Inc. – Service & Components Division Terms and Conditions of Sale.
Page 20 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
City of Fort Collins
Waukesha® Service Quotation #9128507
RE: 2 UZD & 2 RMV-II LTC Inspections & Maintenance in CO (PARTS ONLY)
Date: 02/28/20
Page 21 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
© 2020 SPX Transformer Solutions, Inc. 2
SPX Transformer Solutions Service Quotation
Date: 02/28/20
Bob Hover
City of Fort Collins
P.O. Box 580
215 North Mason St., 2
nd
Floor
Fort Collins, CO 80522
Ph# 970-217-8109
bhover@fcgov.com
Quote Number 9128507
RE: 2 UZD & 2 RMV-II LTC Inspections & Maintenance in CO (PARTS ONLY)
CONTACT INFORMATION ………………………………………………………………………
Regional Sales Associate II
Tom Pickens
SPX Transformer Solutions
MOB 919-273-4152
Tom.Pickens@spx.com
Channel Partner
Jim Houlihan
Lewis Associates
MOB 303-232-7273
jim@lewisassociatesinc.com
Territory General Manager
Astha Mitra
SPX Transformer Solutions
MOB 503-351-9114
Astha.Mitra@spx.com
Confidentiality Notice:
This document contains contain privileged and confidential information belonging to the sender. The information is intended only of the use of the
individual or entity named above. If you are not the intended recipient or addressee, you are notified that any disclosure, copying, distribution or taking
any action based on the contents of this information is strictly prohibited. If you have received this document in error, please immediately notify the
sender by telephone to arrange for return of the original documents.
Page 22 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
© 2020 SPX Transformer Solutions, Inc. 3
Table of Contents
SCOPE OF WORK ..................................................................................................................................................... 4
PERFORMANCE......................................................................................................................................................... 4
CLARIFICATIONS TO SCOPE OF WORK ............................................................................................................. 4
SCHEDULE OF PRICING ......................................................................................................................................... 5
COMMENTS/EXCEPTIONS TO CONTRACT DOCUMENTS ............................................................................. 6
TERMS & CONDITIONS STATEMENT .................................................................................................................. 6
FIELD SERVICE RATE SCHEDULE ................................................................................................................................ 7
STANDARD TERMS AND CONDITIONS OF SALE ...................................................................................................... 9
Page 23 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
© 2020 SPX Transformer Solutions, Inc. 4
SCOPE OF WORK (PARTS ONLY)
Transformer Solutions is pleased to provide crew and equipment to perform the following scope of work:
Location: City of Fort Collins, Harmony Substation, 1800 E. Harmony Rd., Fort Collins, CO 80522
Xfmr IDs: T1 – RTE ASEA T2 – RTE ASEA T3 - ABB T4 - ABB
Xfmr S/N: A6206 A6205 SSL9430-2 SSL9430-1
LTC type: UZD UZD RMV-II-2500 RMV-II-2500
Gallons (LTC): 100 gal. 100 gal. 370 gal. 370 gal.
Gallons (main): 16,480 gal. 16,480 gal. 12,250 gal. 12,250 gal.
MVA: 30/40/50 MVA 30/40/50 MVA 30/40/50 MVA 30/40/50 MVA
Voltage: 115x230-13.8kV 115x230-13.8kV 230-13.8kV 230-13.8kV
Supply LTC Parts for 2 UZD & 2 RMVII-LTCs in CO
SPXTS to provide the following UZD & RMV-II parts for LTC inspect/maint project 9128506*
o Qty. 2 – UZD LTC BUE drive motors
o Qty. 4 – UZD LTC new oil (drums)
o Qty. 4 – UZD LTC old oil disposal (drums)
o Qty. 2 – RMV-II LTC contact kits
o Qty. 2 – RMV-II LTC door gaskets
*Longest lead-time for LTC materials is 6-8-weeks ARO
PERFORMANCE
Longest lead-time for LTC materials is 6-8 weeks ARO.
Proposed Parts ETA On Site (for 9128506 project start date): week of June 1st (per lead-times ARO + freight time)
CLARIFICATIONS TO SCOPE OF WORK
Unless specifically addressed in scope of work, the following assumptions have been made in preparation of our offer:
Purchaser shall be responsible for switching, lock out and grounding of any equipment necessary to establish safe work area.
Purchaser shall provide suitable, free, clear, unlimited and compacted access route, roads and area around work location for access of service
equipment.
Purchaser shall disconnect and reconnect all external protection, control and relay wiring, as required.
Purchaser shall disconnect and reconnect all external bushing terminations or bus work, as required.
Purchaser shall disassemble and reassemble any deluge systems, as required.
SPX Waukesha will compile all crating and waste material in designated area; however, purchaser shall be responsible for disposal of solid
wastes.
Purchaser shall provide drum and dispose of all waste, flush and scrap oil generated in execution of work.
Purchaser shall provide communication and sanitation facilities.
No provisions have been included for secondary oil containment as may be required for compliance to local site
SPCC programs.
If required, purchaser shall provide a PCB report showing PCB concentration of the unit within 90 days prior to start of scheduled work.
If PCB concentration is higher than 49 PPM, SPX Waukesha will be unable to complete the work.
If PCB concentration is 1–49 PPM, an additional decontamination charge will be assessed. Proper disposal of the oil shall be the
responsibility of the purchaser.
When oil handling is part of work scope, SPX Waukesha prefers to have a metals-in-oil screen done prior to start of job to detect any potential
silicone contamination. In the event that silicone is discovered during the processing, additional charges will apply for addition of anti-foaming
compounds and a decontamination fee after completion of job.
SPX Waukesha intends to utilize its own personnel and equipment; however, if scheduling conflicts occur, SPX Waukesha reserves the right
to hire subcontractors to assist with the work.
Page 24 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
© 2020 SPX Transformer Solutions, Inc. 5
SCHEDULE OF PRICING (PARTS ONLY)
The work scope as defined on pg. 4 to be performed on Fixed Price basis for performance by 06/30/20, and is as follows:
NOTE: Lead-time is 6-8 weeks ARO. City of Fort Collins has Tax Exempt Cert for taxes. No taxes will be invoiced for materials.
Payment terms and conditions are NET 30 and are subject to credit approval.
Unless specifically noted, prices do not include:
o Any site specific or customer required access and/or safety training
o Any special and/or site-specific safety, PPE or environmental requirements
o Use of union labor
o Local Sales or Use tax
Requested changes to work scope or delays outside the control of SPX Waukesha shall be billed in accordance with
SPX Transformer Solutions’ Technical Service Price List (attached).
Mar-20
GSS#: 9128507 Time $ -
Customer: City of Fort Collins Expenses $ -
Location: Fort Collins, CO Materials $ 46,697.00
Description: Equipment $ -
Point of Contact: Total Cost $ 46,697.00
Time
Date Technician(s) ST Hours OT Hours ST Cost @ $150/Hr OT Cost @ $225/Hr Extended Cost
$ - $ - $ - $ -
Subtotal $ -
Time
Date LTC Specialist(s) ST Hours OT Hours ST Cost @ $200/Hr OT Cost @ $300/Hr Extended Cost
$ - $ - $ - $ -
Subtotal $ -
Expenses
Date Technician/Specialist Item Quantity Rate Subtotal Mark Up Extended Cost
$ - $ - NA $ -
Subtotal $ -
Materials & Parts
Item Part number Quantity Rate/Cost Subtotal Mark Up Extended Cost
UZD LTC BUE Drive Motor Upgrade 1030-031K-V1 2 $ 850.00 $ 1,700.00 N/A $ 1,700.00
UZD LTC New Oil (220 Gal. - 4 Drums) 220 $ 13.25 $ 2,915.00 N/A $ 2,915.00
UZD LTC Oil Disposal - 200 Gall 1 $ 1,200.00 $ 1,200.00 N/A $ 1,200.00
RMV-II-2500 LTC Contact Kit 2010-007K-V1 2 $ 19,500.00 $ 39,000.00 N/A $ 39,000.00
RMV-II-2500 LTC Door Gaskets RMV-II door gasket 2 $ 941.00 $ 1,882.00 N/A $ 1,882.00
Subtotal $ 46,697.00
Equipment Usage & Rentals
Item Quantity Rate/Cost Subtotal Mark Up Extended Cost
$ - $ - N/A $ -
Subtotal $ -
Sunday / Holiday
Cost @ $300/Hr
Sunday / Holiday
Cost @ $400/Hr
Sunday / Holiday
Hours
Sunday / Holiday
Hours
Qty. 4 - LTC Inspections & Maintenance (2 UZDs & 2 RMV-Iis) PARTS ONLY
Bob Hover cell# 970-217-8109
Page 25 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
© 2020 SPX Transformer Solutions, Inc. 6
COMMENTS/EXCEPTIONS TO CONTRACT DOCUMENTS
None
TERMS & CONDITIONS STATEMENT
Bid is valid for a period of 60 days.
All P.O.s / Contracts / Agreements to be addressed to the following:
SPX Transformer Solutions, Inc.
400 S. Prairie Ave.
Waukesha, WI 53186
SPX Transformer Solutions, Inc. thanks you for the opportunity to provide a quotation for this work. We look forward to your
consideration of this offering and welcome any questions you may have regarding this quotation for your service requirements.
Best Regards,
Tom Pickens
Regional Sales Associate II – West Region
SPX Transformer Solutions, Inc.
Ph# 919-273-4152
Fx# 208-361-2024
E-mail: Tom.Pickens@spx.com
Page 26 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
© 2020 SPX Transformer Solutions, Inc. 7
Waukesha® Service Technician & Specialist
Rate Schedule
Waukesha
®
Service maintains a nationwide staff of trained and experienced field service specialists and technicians who are available to
provide advisory assistance, installation, inspection, commissioning, testing, troubleshooting, start-up, technical studies and maintenance
and repair services of electrical apparatus.
Technical professionals are classified in two categories, dependent on the degree of expertise and complexity of the service required:
Service Specialist
The Service Specialist has specific experiences and/or educational training along with factory training and experience in design, assembly,
installation or testing. This expert is required for special diagnosis, repairs, inspection, failure analysis and complex technical evaluations.
Typical scopes of work for these services involve LTCs, engineering services, project management, forensics analysis, condition
assessments, electrical testing, etc.
Service Technician
The Service Technician has specialized factory training and experience. This Technician can act as a consultant for customer’s personnel
with respect to correct installation, testing, maintenance or service requirements consistent with Waukesha
®
Service guidelines.
WAUKESHA
®
SERVICE SPECIALIST AND SERVICE TECHNICIAN RATES
CLASSIFICATION
HOURLY
RATE DAILY PER DIEM
HOURLY
OVERTIME RATE HOURLY SUNDAY & HOLIDAY RATE
Service Specialist $200 $265 $300 $400
Service Technician $150 $265 $225 $300
1. Hourly rate applies to all time worked or traveled during a workday.
2. Overtime rate applies to all hours worked in excess of eight hours on weekdays and all time worked or traveled on Saturdays.
NOTE: Our standard workday is 10–12 hours based on site conditions.
3. Sunday and Holiday rate applies to all hours worked or traveled on Sundays and/or holidays.
In lieu of per diem, charges for travel and living expenses will be billed at cost plus an 18% handling charge.
Per Diem
Unless requested otherwise from the purchaser, a daily per diem rate will be billed for each day required for project execution along with
travel days to/from the project. Per Diem rates exclude the cost of airfare to/from the job site.
Traveling Time
Billing for traveling time will be done at the applicable rate based on actual time traveled.
Traveling time and expenses for each technical professional will include leaving and returning to the employee’s headquarters.
Minimum Billing
Minimum billing for one day’s service will be charged for each day or fraction thereof that a technical professional spends on the
customer’s premises.
Standby Time
When technical professionals are on the customer’s premises but are unable to perform the services requested because of circumstances
beyond the control of Waukesha
®
Service personnel, the purchaser will be charged at the applicable rate.
Page 27 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
© 2020 SPX Transformer Solutions, Inc. 8
WAUKESHA
®
SERVICE TECHNICIAN & SPECIALIST RATE SCHEDULE (CONTINUED)
OTHER CHARGES
The following charges will be in addition to the service rates stated previously:
A. Expendable Small Tools
When a particular job requires the furnishing of small expendable tools not normally carried by the technical professional, a charge
for such tools will be billed at the cost of acquisition.
B. Material Furnished by Waukesha
®
Service
All Waukesha
®
Service material(s) used on the job will be billed at current prices.
C. Material Purchased from Subcontractors or Other Vendors
When the job requires the purchase of materials or services from subcontractors or other vendors, such items will be billed at cost plus
an 18% handling charge.
D. Special Tools and Equipment Furnished by Waukesha
®
Service
Rental charge shall be made for all specialized tools, equipment and instruments. Refer to Waukesha
®
Service Equipment Rental
Rate Schedule.
E. Company Vehicle Mileage Rate
Cost of mileage for standard company vehicles to travel to and from the standard job site will be billed at a rate of $0.95 per mile.
Any vehicle requiring a CDL endorsement to drive shall be billed at a rate of $2.50 per mile for travel to and from the job site.
PRODUCT WARRANTY WORK
Product warranty work on Waukesha
®
Service-supplied equipment will be performed F.O.B. factory or at the customer’s site, at Waukesha
®
Service’s option. Work at the customer’s site will be accomplished during a normal eight hour straight time day. If the purchaser requests that
product warranty work be performed during any other time period, purchaser will be invoiced for the premium time portion of the work, i.e. the
difference between the applicable rate and the overtime rate for the services performed.
TERMS OF PAYMENT
Net 30 days from date of invoice.
TERMS AND CONDITIONS
See SPX Transformer Solutions, Inc. – Service & Components Division Terms and Conditions of Sale.
Page 28 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
Sunday / Holiday
Cost @ $300/Hr
Sunday / Holiday
Cost @ $400/Hr
Sunday / Holiday
Hours
Sunday / Holiday
Hours
2 UZD & 2 RMV-II LTC Inspections & Maintenance in CO (LABOR ONLY)
Bob Hover cell# 970-217-8109
Page 17 of 28
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14
DocuSign Envelope ID: A3865E3C-AD6B-437F-AB1C-0FFF92405D14