Diesel Generator Systems at Military and East Bench

advertisement
Salt Lake City Corporation
Bid BID17007
5
Solicitation BID17007
Diesel Generator Systems at Military and East Bench
Pump Stations
Bid Designation: Public
Salt Lake City Corporation
6
9/14/2016 9:25 AM
p. 1
Salt Lake City Corporation
Bid BID17007
Diesel Generator Systems at Military and East Bench Pump Stations
Bid BID17007
5
Bid Number BID17007
Bid Title Diesel Generator Systems at Military and East Bench Pump Stations
Bid Start Date Sep 14, 2016 9:23:09 AM MDT
Bid End Date Sep 28, 2016 10:00:00 AM MDT
Question &
Answer End
Date
Sep 21, 2016 10:00:00 AM MDT
Bid Contact Tiffany Rydalch
Procurement Specialist II
801-535-6347
tiffany.rydalch@slcgov.com
Description
see attached bid document. 6
9/14/2016 9:25 AM
p. 2
Salt Lake City Corporation
Bid BID17007
Rev: September 14, 2016
BID17007
SALT LAKE CITY CORPORATION
REQUEST FOR BID
Diesel Generator Systems at Military and East Bench Pump Stations
PUBLIC UTILITIES DEPARTMENT
I.
INTENT OF SOLICITATION
It is the intent of these specifications to set forth the minimum acceptable requirements for
the purchase of two (2) new diesel generator systems, as described herein. Units that have
been used for demonstration purposes shall not be accepted.
II.
WRITTEN AGREEMENT
Bid award shall be by written purchase order and upon receipt of the written purchase
order the selected bidder shall be obligated to comply with all terms, conditions, and
provisions set forth in this solicitation. Responsibility for failure to study and correctly
interpret these specifications shall rest solely with bidder. The City’s purchase order
terms and conditions can be found on the City’s Purchasing website:
www.slcpurchasing.com.
III.
BID AWARD
Bidders are advised that award of an order from this bid shall be made to the lowest
responsible and responsive bidder. The City reserves the right to reject any or all bids
submitted in response to this solicitation, to waive any informality or technicality, or to
accept bids deemed in the best interest of the City.
IV.
SUBMISSION OF BIDS
Competitive sealed bids shall be accepted in the Purchasing & Contracts Division
until 10:00 a.m. on Wednesday, September 28, 2016, at which time they shall be
publicly opened and read aloud. BIDS RECEIVED AFTER 10:00 A.M. SHALL BE
PLACED IN THE FILE UNOPENED AND SHALL NOT BE CONSIDERED. All
bids must be submitted on the forms provided by the City. The bid form must be signed
by a representative of the company having the legal authority to bind the bidder
contractually. Bidder's signature on the face of the bid form indicates bidder's agreement
to be governed by Salt Lake City Ordinances and Administrative Rules and to comply
with all terms and conditions set forth in this solicitation.
Use this address for all U.S. Postal Service:
TO: Salt Lake City Corporation
Tiffany Rydalch
Purchasing & Contracts Division
P.O. Box 145455
Salt Lake City, Utah 84114-5455
9/14/2016 9:25 AM
For express courier or hand delivery, use:
Salt Lake City Corporation
Tiffany Rydalch
Purchasing & Contracts Division
451 South State Street - Room 235
Salt Lake City, Utah 84111
Page 1 of 16
p. 3
Salt Lake City Corporation
V.
Bid BID17007
CONTENT OF BID
All bids submitted must include at least the following information:
A.
Exhibits “A”, “B”, “C”, “D”, “E” and “F” must be filled out completely and
returned.
B.
Warranty information as specified in Paragraph IX.
C.
Complete specifications and descriptive literature for the product offered as
specified in Paragraph X.
BIDS RECEIVED THAT DO NOT CONTAIN THE ABOVE ITEMS MAY BE
REJECTED.
PURSUANT TO REQUIREMENTS OF THE CITY’S “ETHICS POLICY”,
PLEASE DO NOT SUBMIT ANY GIFTS OR PROMOTIONAL ITEMS WITH
YOUR BID. CITY EMPLOYEES ARE NOT ALLOWED TO ACCEPT SUCH
ITEMS REGARDLESS OF THEIR VALUE.
VI.
SUBMISSION DEEMED AGREEMENT
Submission of a bid or other offer or submission constitutes the bidder's agreement to all
of the terms, conditions and provisions of the bid package, or other solicitation
documents. In addition, submission of a bid or other offer or submission by fax or email
constitutes a waiver of any claim to confidentiality, or any protest based on such a claim.
By the submission of any bid or other offer or submission, the bidder represents that the
matters stated therein are true and correct.
VII.
EXCEPTIONS
If a bidder takes exception to any term, condition, or requirement set forth in this Request
for Bid and any of its exhibits and attachments, said exceptions must be clearly identified
and included in the response to this Request for Bid. Exceptions or deviations to any of
the terms and conditions must not be added to the bid pages but must be submitted
in a separate document accompanying the bid response and identified as
“Exceptions”. Should the City omit anything from this bid request which is necessary to
a clear understanding of the work, or should it appear that various instructions are in
conflict, then the bidder shall secure written instructions from the Purchasing & Contracts
Division at least forty eight (48) hours prior to the time and date of the bid opening
shown in Paragraph IV above.
VIII.
NOTICE TO BIDDERS
The City may not consider bids from individuals, contractors, firms, or corporations
included in the following categories:
A.
Any organization or individual currently in arrears or in default to the City on a
previous debt or contract.
B.
Any organization or individual currently in default as surety, or otherwise, for any
obligation to the City.
C.
Any organization or individual who has previously failed to faithfully perform a
contract with the City.
9/14/2016 9:25 AM
Page 2 of 16
p. 4
Salt Lake City Corporation
Bid BID17007
IX.
LOCAL WARRANTY SERVICE AND PARTS AVAILABILITY
Bids must be accompanied by a copy of the actual equipment warranty and a statement
indicating the local sources for warranty service, repair and parts. Local warranty service,
repair and parts shall respond to the City’s needs within two (2) hours of contact
from City representative, either by having a service technician respond to the location
of the equipment or the facility shall be able to work on the equipment at their
location. Failure to comply with this requirement may result in rejection of your bid.
X.
COMPLETE SPECIFICATIONS AND LITERATURE
In the event that it is necessary for comparative purposes, complete specifications,
detailed engineered drawings, and descriptive literature for the equipment offered in
response to this solicitation shall accompany the bid. Failure to comply with this
requirement may result in rejection of your bid.
XI.
SPECIFICATIONS DESCRIPTIVE AND NON-RESTRICTIVE
These specifications are intended to be descriptive and non-restrictive. The "Minimum
Requirements" listed in Exhibit “B” is intended to identify the features to be most
important to the department, in order to meet the design and performance expectations for
the equipment specified. Bidders shall be expected to provide all minimum requirements
as they are specified. However, the City shall reserve the right to consider alternatives
which in the City's opinion do not compromise the ability of the equipment to meet
design and performance expectations. The City shall be the sole judge in these matters
and shall have the right to require an on-site equipment demonstration, at the City's
discretion.
Note: As you fill out the attached Exhibit “B”, if you have to mark any items in the
“NO” column for items listed as “MINIMUM REQUIREMENT” your bid would be
considered non-responsive and may not be considered for award; therefore, it is
important that you request changes prior to the date in Paragraph XVI, in order to
have your bid considered responsive.
XII.
XIII.
9/14/2016 9:25 AM
DELIVERY AN IMPORTANT FACTOR
The equipment specified herein is of key importance to the City's operations and
availability shall be an important factor in determining award of this bid. Therefore, all
bidders must state a guaranteed delivery date for the equipment offered, and the City
reserves the right to award to the bidder offering the earliest delivery, if such action is
determined to be in the best interest of the City.
ACCEPTANCE
The City shall be allowed a minimum of seven (7) days following delivery of the
equipment specified to inspect said equipment and either accept or reject the same. The
City reserves the right to reject any equipment delivered, or any part of said equipment, if
said equipment or part thereof fails to conform in every respect to the equipment
specifications set forth in this solicitation. The City reserves the option to cancel any
accepted bid, in its entirety, due to non-conformance on the part of the vendor and to
accept the next lowest responsive bid.
Page 3 of 16
p. 5
Salt Lake City Corporation
XIV.
INDEMNITY
Bidder shall indemnify, save harmless, and defend the City, its officers and
employees, from and against all losses, claims, demands, actions, damages, costs,
charges, and causes of action of every kind or character, including attorney's fees, arising
out of bidder intentionally wrongful, reckless, or negligent performance hereunder.
If the City's tender of defense, based upon this indemnity provision, is rejected by
bidder, and bidder is later found by a court of competent jurisdiction to have been
required to indemnify the City, then in addition to any other remedies the City may
have, bidder shall pay the City's reasonable costs, expenses, and attorney's fees
incurred in proving such indemnification, defending itself, or enforcing this provision.
Nothing herein shall be construed to require bidder to indemnify the indemnity against
the indemnities’ own negligence.
XV.
GOVERNING CODE AND RULES
The City’s procurement processes, including this competitive solicitation, are governed
by Salt Lake City Code 3.24 and Salt Lake City Administrative Rules for Procurement.
XVI.
Bid BID17007
ADDITIONAL INFORMATION
The City’s designated contact person for questions or additional information concerning
the services specified in this Request for Proposal, or for additional information
concerning Request for Proposal procedures and regulations (i.e., submission deadline,
forms required, etc.), or Americans with Disabilities (ADA) accommodations, is Tiffany
Rydalch in the Purchasing and Contracts Management Division: telephone (801) 5356347 TDD (801) 535-6021; email (tiffany.rydalch@slcgov.com ).
All questions requesting clarification or interpretation of any section or sections of this
specification shall be submitted on-line through BidSync prior 10:00 a.m. on
Wednesday, September 21, 2016.
Questions received after the date above may not be considered or receive a written
response. If questions prompt the need for changes to the specification, the City shall
issue a written addendum to the original specification.
Any Q & A information and/or written addendums issued by the City shall be available
for interested offerors to view and/or download through BidSync. It is the responsibility
of the offeror to view and/or download Q & A information and addendums prior to
submission of their proposal.
XVII.
9/14/2016 9:25 AM
MANUFACTURER QUALIFICATIONS
Manufacturer guarantees that all essential parts for proper maintenance of the equipment
being offered are available at the present time and shall continue to be available. During
the warranty period, manufacturer guarantees delivery of replacement parts within five
(5) working days after receipt of order, or less. Manufacturer agrees to provide factorytrained personnel, within a reasonable amount of time to assist with technical service
problems.
Page 4 of 16
p. 6
Salt Lake City Corporation
Bid BID17007
BID NO. BID17007
EXHIBIT “A”
BID COVER SHEET
Diesel Generator Systems at Military and East Bench Pump Stations
COMPANY NAME
______________________________________________________________________________
ADDRESS
______________________________________________________________________________
______________________________________________________________________________
CONTACT NAME, PHONE, AND EMAIL
Print and Sign Name
______________________________________________________________________________
______________________________________________________________________________
EQUIPMENT PRICE
Price stated includes all costs associated with the performance of the services specified,
including equipment, materials, freight, supervision, labor, training, insurance, transportation,
delivery, off-loading, fuel or other surcharges, demurrage, and related costs. No other charges
shall be allowed.
Price
$_______________ Military Generator w/Load Bank
$_______________ Military Transfer Switch
$_______________ East Bench Generator w/Load Bank
$_______________ East Bench Transfer Switch
$_______________ Total
Price shall include delivery to Salt Lake City Department of Public Utilities, 1530 South West
Temple, Salt Lake City, Utah, 84115.
DELIVERY
Guaranteed number of days for delivery of equipment after receipt of purchase order.
______________________________________________________________________________
9/14/2016 9:25 AM
Page 5 of 16
p. 7
Salt Lake City Corporation
Bid BID17007
BID NO. BID17007
EXHIBIT “B”
TECHNICAL SPECIFICATIONS
Diesel Generator Systems at Military and East Bench Pump Stations
NOTICE TO BIDDERS: Any bidder who willfully falsifies responses indicating compliance or non-compliance
with the minimum requirements listed below shall be subject to suspension and/or debarment from bidding.
Each item below shall have a yes or no response in the appropriate column. For all “NO” responses, attach a
separate sheet with full explanation of the “NO” response including a description of the alternate to be supplied. The
City reserves the right to determine if alternates are to be considered as approved equals.
Military Pump Station Generator System
Salt Lake City Department of Public Utilities is installing a diesel generator system as an
emergency power source for their pump station located in Salt Lake City, Utah. This generator
and transfer switch package will be installed outdoors between the utility service and the existing
plant service feed. The Generator bid needs to include an optional automatic Load Bank, along
with a 48 hour fuel tank option and a 72 hour fuel tank option. Requirements for the Load Bank
are listed in this section.
Location: 40°45’32.84” N 111°49’54.06” W, Salt Lake City, UT
Elevation: 5000 feet above MSL
Ambient Temperature: -20º to 120º F
Environment: Generator and transfer switch will be installed outdoors near the location of the
utility pad mount transformer.
Item
MINIMUM REQUIREMENT
No.
YES
NO
Military Pump Station
General Requirements
1
The generator and transfer switch package is stand-alone and can handle all of
the required utility power loads internal to the package.
Generator Requirements
2
Generator shall be sized for 3 each 480V 250hp motors, stagger-started with
450% current limiting soft starters with no particular starting sequence.
Generator shall be sized to provide less than a 15% voltage dip, and less than
a 10% frequency dip. Generator shall be rated at the installation altitude and
the full temperature range specified. The generator will be configured for a
standby application but must be capable of a minimum of 4 weeks of
continuous operation at a time.
3
480V/277 WYE, 60Hz, 3 phase, 4 wire, with output circuit breaker
protection.
9/14/2016 9:25 AM
Page 6 of 16
p. 8
Salt Lake City Corporation
Item
MINIMUM REQUIREMENT
No.
Bid BID17007
YES
NO
4
Individual LSIG breaker included on the generator service output and one
LSIG breaker included for Load Bank in Load Bank option.
5
The generator package enclosure provides sound attenuation to allow an
overall noise level of no more than 68-70dBA at 5’ from the unit, and
insulated and louvered as required to meet the outdoor weather and operating
temperature ranges.
6
The enclosure/package shall be done in neutral colors.
7
Generator Package shall meet a minimum EPA tier 2 emissions requirements
for stationary emergency power equipment.
8
Louvers are provided on the intake and exhaust air ports if required to meet
the requirements of the specific unit quoted in the location it is to be installed.
9
The generator shall be equipped with a 240/120V single phase or a 208/120V
3 phase panelboard to serve all generator utility loads, which may include:
Engine Oil Heater, Engine Coolant Heater, Battery Charger, Control
Panel/Generator Heat Strips, Louvers, Load Bank Control Power, Fuel
System Heater(s).
10 Customer provided interface includes the following hardwired connections:
-Dry Contracts: Run Status, General Alarm/ Fault Status, Low Fuel, Rupture
Basin Alarm
-Customer Inputs: Auto Start, Run Permissive
-Modbus communications.
Optional Load Bank Requirements
11 4-6 Step (Optimized for 250HP load steps) Auto Control Load Bank sized for
50% of generator kW rating.
12 Load Bank will monitor generator total load and adjust steps as necessary to
keep the generator running near the optimal generator emission and
endurance load level with a varying site load of 0-100% load.
13 Load Bank shall have an auto/manual function and allow each Load Bank
step to be enabled or disabled separately.
14 The generator exercise function will use only the Load Bank and will not
transfer the site load to the generator during exercise.
15 In auto operation the Load Bank will only engage and run when the transfer
switch calls for the generator to run.
Fuel Storage Options
16 The vendor will bid a 48 hour capacity under mount fuel tank and an optional
adder to upgrade the tank to a separate 72 hour capacity tank.
17 Both fuel tank options shall be configured with a built in containment or a
double wall construction with a rupture switch for remote indication.
18 Both fuel tank options are provided with a manual fuel gauge and a fuel
gauge connected to the generator controls that provide feedback to the remote
operator interface through the Modbus port.
19 Fuel tank option shall include a fuel tank heater if necessary for full
temperature range.
9/14/2016 9:25 AM
Page 7 of 16
p. 9
Salt Lake City Corporation
Item
MINIMUM REQUIREMENT
No.
Bid BID17007
YES
NO
Automatic Transfer Switch Requirements
20 Enclosure shall be pad-mounted, bottom-fed, and freestanding. Enclosure
shall be capable of left-side cable entry.
21 NEMA 4 minimum rating
22 Bounceless transfer on return from emergency to utility power
23 Normal and Emergency source verification using phase voltage, phase
imbalance, and phase rotation.
24 Built in utility power transformer and distribution for ATS and Generator
utility loads, 10% oversized.
25 Operator/Control Interface includes display for 3 phase voltages for both the
Primary and Secondary power sources, and display for 3 phase current for the
output load.
26 Operator programmable transfer delays and exercise timers.
27 Primary Power Source: 480V, 3 Phase, 4 wire 60 HZ, 1200A Utility Power
Service from Rocky Mountain Power. Requires 1200A Service Rated LSIG
disconnect breaker with a minimum of 65kAIC rating.
28 Emergency Power Source: 480V, 3 Phase, 4 wire, 60 HZ, 1200A feed from
generator included in this quote. Generator Feed Breaker will be at the
generator and does need to be duplicated in the transfer switch. Requires
generator utility power transformer primary and secondary breakers.
29 Load Connections: 480V, 3 Phase, 4 wire, 60 HZ, 1200A Feeder to existing
plant service conductors.
30 Main Lugs (Emergency and Primary Power, and Load Connections)– 4 lugs
per phase with a range of 4/0 to 600 MCM copper or aluminum wire.
31 Customer Provided Interface:
-Dry Contracts: Normal Source Available, Emergency Source Available,
-Common Trouble/Fault
-Customer Inputs: Emergency Power Transfer, Primary Power Transfer
Modbus communications.
System Component Requirements
32 Operator displays shall include sand and weather protection.
33 All displays shall be visible in direct sunlight conditions.
34 All enclosures shall be lockable and tamper resistant.
35 All enclosures and generator components shall be resistant to pests (snakes,
rodents, insects, birds, etc.)
36 The equipment shall have shock/impact delivery indicators
37 The system shall include professional startup/commissioning services
38 Drawings: Include in your proposal, preliminary floor and equipment plans
that depict the Proposer’s response to the Owner's requirements. Drawings
can be schematic in form, sufficient to clarify the Proposer’s solution.
9/14/2016 9:25 AM
Page 8 of 16
p. 10
Salt Lake City Corporation
Bid BID17007
East Bench Pump Station Generator System
Salt Lake City Department of Public Utilities is installing a diesel generator system as an
emergency power source for a pump station located in Salt Lake City, Utah. This generator
package will be installed in a noise insulated building located on either the east side or north side
of the site (exact location to be determined). The system will also include an Automatic Transfer
Switch (ATS). The Generator bid needs to include an optional automatic Load Bank, along with
both a 48 hour fuel tank option and a 72 hour fuel tank option. Requirements for the Load Bank
are listed in this section.
Location: 40º 44’ 0.58” N 111º 48’ 53.48 ”W, Salt Lake City, UT
Elevation: 5000 feet above MSL
Ambient Temperature: -20º to 120º F
Environment: Generator will be installed inside a sound-dampening building structure.
ATS Environment: Transfer switch will be installed either indoors or outdoors and shall be
rated for either environment.
Item
MINIMUM REQUIREMENT
No.
YES
NO
East Bench Pump Station
General Requirements
39 The generator and transfer switch package is stand-alone and can handle all of
the required utility power loads internal to the package.
Generator Requirements
40 Generator shall be sized for 6 each 480V motors: 20hp, 60hp, 75hp, 100hp,
400hp, 150hp. Motors will be stagger-started across the line with no
particular starting sequence. Generator shall be sized to provide less than a
15% voltage dip, and less than 10% frequency dip. Generator shall be rated
at the installation altitude and the full temperature range specified. The
generator will be configured for a standby application but must be capable of
a minimum of 4 weeks of continuous operation at a time.
41 480V/277 WYE, 60Hz, 3 phase, 4 wire, with output circuit breaker
protection.
42 Individual LSIG breaker included on the generator service output, and one
LSIG breaker included for the Load Bank in Load Bank option.
43 The generator package enclosure and accompanying building structure
provides sound attenuation to allow an overall noise level of no more than
59dBA at 30ft from any point of the generator building structure and
generator components including the air intake, cooling system, and exhaust
ports of the generator. Equipment shall be insulated and louvered as required
to meet operating temperature ranges.
44 The enclosure/package shall be done in neutral colors.
45 Generator Package shall meet a minimum EPA tier 2 emissions requirements
for stationary emergency power equipment.
9/14/2016 9:25 AM
Page 9 of 16
p. 11
Salt Lake City Corporation
Item
MINIMUM REQUIREMENT
No.
Bid BID17007
YES
NO
46
Louvers are provided on the intake and exhaust air ports if required to meet
the requirements of the specific unit quoted in the location it is to be installed.
Intake, exhaust, and cooling structures and hardware shall be provided with
the generator to connect to the generator and provide the proper exterior
building connections.
47 The generator shall be equipped with a 240/120V single phase or a 208/120V
3 phase panelboard to serve all generator utility loads, which may include:
Engine Oil Heater, Engine Coolant Heater, Battery Charger, Control
Panel/Generator Heat Strips, Louvers, Load Bank Control Power, Fuel
System Heater(s).
48 Customer provided interface includes the following hardwired connections:
-Dry Contracts: Run Status, General Alarm/ Fault Status, Low Fuel, Rupture
Basin Alarm
-Customer Inputs: Auto Start, Run Permissive
-Modbus communications.
Optional Load Bank Requirements
49 4-6 Step (Optimized for 250HP load steps) Auto Control Load Bank sized for
50% of generator kW rating.
50 Load Bank will monitor generator total load and adjust steps as necessary to
keep the generator running near the optimal generator emission and
endurance load level with a varying site load of 0-100%.
51 Load Bank shall have an auto/manual function and allow each Load Bank
step to be enabled or disabled separately.
52 The generator exercise function will use only the Load Bank and will not
transfer the site load to the generator during exercise.
53 In auto operation the Load Bank will only engage and run when the transfer
switch calls for the generator to run either for exercise or backup operation.
Fuel Storage Options
54 The vendor will bid a 48 hour capacity fuel tank that sits outside the building
and an optional adder to upgrade the tank to a separate 72 hour capacity tank.
55 Both fuel tank options shall be configured with a built in containment or a
double wall construction with a rupture switch for remote indication.
56 Both fuel tank options are provided with a manual fuel gauge and a fuel
gauge connected to the generator controls that provide feedback to the remote
operator interface through the Modbus port.
57 Fuel tank options shall include fuel tank heater if necessary for full
temperature range
Automatic Transfer Switch Requirements
58 Enclosure shall be pad-mounted, bottom-fed, and freestanding.
59 NEMA 4 minimum rating
60 Bounceless transfer on return from emergency to utility power.
61 Normal and Emergency source verification using phase voltage, phase
imbalance, and phase rotation.
9/14/2016 9:25 AM
Page 10 of 16
p. 12
Salt Lake City Corporation
Item
MINIMUM REQUIREMENT
No.
Bid BID17007
YES
NO
62
Built in utility power transformer and distribution for ATS and Generator
utility loads, 10% oversized.
63 Operator/Control Interface includes display for 3 phase voltages for both the
Primary and Secondary power sources, and display for 3 phase current for the
output load.
64 Operator programmable transfer delays and exercise timers.
65 Primary Power Source: 480V, 3 Phase, 4 wire, 60 HZ, 1200A Utility Power
Service from Rocky Mountain Power. Requires1200A Service Rated LSIG
lockable disconnect breaker, with a minimum of 65kAIC rating.
66 Emergency Power Source: 480V, 3 Phase, 4 wire, 60 HZ, 1200A feed from
generator included in this quote. Generator Feed Breaker will be at the
generator and does need to be duplicated in the transfer switch. Requires
generator utility power transformer primary and secondary breakers.
67 Load Connections: 480V, 3 Phase, 4 wire, 60 HZ, 1200A Feeder to existing
plant service conductors.
68 Main Lugs (Emergency and Primary Power, and Load Connections)– 4 lugs
per phase with a range of 4/0 to 600 MCM copper or aluminum wire.
69 Customer Provided Interface:
-Dry Contracts: Normal Source Available, Emergency Source Available,
-Common Trouble/Fault
-Customer Inputs: Emergency Power Transfer, Primary Power Transfer
Modbus communications.
System Component Requirements
70 Operator displays located outside the building shall include sand and weather
protection.
71 All displays located outside the building shall be visible in direct sunlight
conditions.
72 All enclosures located outside the building shall be lockable and tamper
resistant.
73 All components and enclosures located outside the building shall be resistant
to pests (snakes, rodents, insects, birds, etc.)
74 The equipment shall have shock/impact delivery indicators
75 The system shall include professional startup/commissioning services
76 Drawings: Include in your proposal, preliminary floor and equipment plans
that depict the Proposer’s response to the Owner's requirements. Drawings
can be schematic in form, sufficient to clarify the Proposer’s solution.
9/14/2016 9:25 AM
Page 11 of 16
p. 13
Salt Lake City Corporation
Bid BID17007
BID NO. BID17007
EXHIBIT “C”
MANUFACTURER PROVIDED INFORMATION
Diesel Generator Systems at Military and East Bench Pump Stations
Please provide detailed responses to each of the following specification inquiries. If attachments
are necessary, please include and indicate “Attached”.
Military Pump Station Generator System
Item
SPECIFICATION INQUIRY
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
RESPONSE
Estimated life span of engine:
Estimated life span of generator windings:
Estimated life span of load bank:
Estimated life span of ATS:
Equipment manufacturer warranty:
Vendor warranty:
Recommended maintenance, service, and test schedule:
Estimated operational cost of the system based on
above maintenance, service, and test schedule and 20
hours of in use run time:
Closest service and support office to the installation
location:
Lead time for generator:
Lead time for ATS:
Lead time for load bank:
Provide a list of all proposed equipment, including
manufacturer, capacity, features, and cut sheets for
each.
East Bench Pump Station Generator System
Item
SPECIFICATION INQUIRY
No.
14
15
16
17
18
9/14/2016 9:25 AM
RESPONSE
Estimated life span of engine:
Estimated life span of generator windings:
Estimated life span of load bank:
Estimated life span of ATS:
Equipment manufacturer warranty:
Page 12 of 16
p. 14
Salt Lake City Corporation
Item
SPECIFICATION INQUIRY
No.
19
20
21
22
23
24
25
26
9/14/2016 9:25 AM
Bid BID17007
RESPONSE
Vendor warranty:
Recommended maintenance, service, and test schedule:
Estimated operational cost of the system based on
above maintenance, service, and test schedule and 20
hours of in use run time:
Closest service and support office to the installation
location:
Lead time for generator:
Lead time for ATS:
Lead time for load bank:
Provide a list of all proposed equipment, including
manufacturer, capacity, features, and cut sheets for
each.
Page 13 of 16
p. 15
Salt Lake City Corporation
Bid BID17007
BID NO. BID17007
EXHIBIT “D”
OPTIONS PRICE SHEET
Diesel Generator Systems at Military and East Bench Pump Stations
Please list any options available on the unit bid. Indicate whether or not each option is available.
NOTICE TO BIDDERS: The City reserves the right to accept and/or reject any one or more of the options listed
on this Options Price Sheet. Bidder may list other options available and may add additional pages if
necessary.
OPTIONS
9/14/2016 9:25 AM
YES
NO
Page 14 of 16
NO COST
ADD $$
p. 16
Salt Lake City Corporation
Bid BID17007
BID NO. BID17007
EXHIBIT “E”
REFERENCES
Diesel Generator Systems at Military and East Bench Pump Stations
NOTICE TO BIDDERS: Any bidder who willfully falsifies any portion of the references listed below shall be subject to
suspension and/or debarment from bidding.
Bidder shall list references of companies who have purchased the equipment specified from your company within the
previous four (4) years. References shall be in United States .
COMPANY NAME AND ADDRESS
PHONE
NUMBER
CONTACT
NAME
*Please authorize the City and its designated procurement officials to check on references submitted by
your company by filling out the information requested below.
SIGNED:___________________________________________________DATE:________________
PRINTED NAME:__________________________________________________________________
TITLE:___________________________________________________________________________
COMPANY NAME:_________________________________________________________________
ADDRESS:___________________________CITY:______________STATE:_____ ZIP:__________
PHONE:_________________MOBILE:________________FAX:____________________________
EMAIL:______________________________WEBSITE:___________________________________
9/14/2016 9:25 AM
Page 15 of 16
p. 17
Salt Lake City Corporation
Bid BID17007
BID NO. BID17007
EXHIBIT “F”
MAINTENANCE SUMMARY FORM
Diesel Generator Systems at Military and East Bench Pump Stations
MANUFACTURER’S LOCAL REPRESENTATIVE:
Name: ___________________________
Telephone Number:_________________
Address: _________________________
Contact Person: ___________________
Local warranty service, repair and parts shall respond to the City’s needs within two (2)
hours of contact from City representative, either by having a service technician respond to
the location of the equipment or the facility shall be able to work on the equipment at their
location. Failure to comply with this requirement may result in rejection of your bid.
9/14/2016 9:25 AM
Page 16 of 16
p. 18
Salt Lake City Corporation
Question and Answers for Bid #BID17007 - Diesel Generator Systems at Military and East
Bench Pump Stations
Bid BID17007
5
Overall Bid Questions
There are no questions associated with this bid. Question Deadline: Sep 21, 2016 10:00:00 AM MDT
6
9/14/2016 9:25 AM
p. 19
Download