request for proposal - Regional District of Central Okanagan

REQUEST FOR PROPOSAL
Project: Diesel Gensets – Fintry, Morden, East Trunk
Request For Proposal #: R12-014
Date of Issue: April 23
rd
, 2012
Closing Location: by hand, mail or courier to:
Regional District of Central Okanagan
Reception
1450 KLO Road
Kelowna, BC V1W 3Z4
Closing Date and Time:
Three (3) complete copies of each Proposal must be received prior to 3 pm Pacific Time, May 10
th
, 2012
Enquiries: all enquiries must be directed to:
Andy Brennan – Purchasing Manager
1450 KLO Road
Kelowna, BC V1W 3Z4
Tel: 250-469-6170
Fax: 250-469-6171 [email protected]
Note: Should any potential Proponent download this Request for Proposal, it is the Proponent’s responsibility to check for Addenda, which will be posted on the Regional District of Central Okanagan’s website (www.regionaldistrict.com/purchasing)
Regional District of Central Okanagan
Request For Proposal – R12-014
TABLE OF CONTENTS
PART A: INSTRUCTIONS TO PROPONENTS
1. Introduction
2. RFP Terms
3. Definitions
4. Not A Tender Call
5. No Obligation To Proceed
6. Regional District’s Decision-Making Power
7. Addenda And Subsequent Information
8. Proponent’s Meeting
9. Enquiries
10. Closing Date And Time For Receipt Of Proposals
11. Anticipated Timeframes
12. Late Proposals
13. Eligibility
14. Negotiation Delay
15. Debriefing
16. Signed Proposals
17. Alternative Solutions
18. Changes To Proposal Wording
19. Working Language Of The Regional District
20. Irrevocability Of Proposals
21. Proposal Documents
22. Proponent’s Expenses
23. Limitation Of Damages
24. Firm Pricing
25. Currency And Taxes
26. Completeness Of Proposal
27. Sub-Contracting
28. Assignment
29. Acceptance Of Proposal
30. Contract Execution
31. Liability For Errors
32. Modification Of RFP Terms
33. Ownership Of Proposals And Freedom Of Information
34. Use Of Request For Proposal
35. Confidentiality Of Information
36. Conflict Of Interest
37. Contacts During The RFP Process
38. Laws Of British Columbia
39. Form Of Contract
40. Evaluation
Page 2 of 86
PART B: EVALUATION AND SELECTION PROCESS
1. Evaluation Committee
2. Evaluation And Selection Process
3. Evaluation Criteria
PART C: FORM OF CONTRACT
PART D: SPECIFICATIONS
1. Background
2. Requirements
PART E: PROPONENT’S RESPONSE
1. Proposal Format
2. Proponent Checklist
Appendix A - Certification Document
Appendix B - Conflict Of Interest Certification
Appendix C - Remuneration
Appendix D - Specification Checklist
A) Fintry Delta Road Booster Station
B) Morden Control Building
C) East Trunk Lift Station
Appendix E – Genset Pad
Regional District of Central Okanagan
Request For Proposal – R12-014
Page 3 of 86
Regional District of Central Okanagan
Request For Proposal – R12-014
PART A: INSTRUCTIONS TO PROPONENTS
This RFP document describes the supply of equipment sought by the Regional
District of Central Okanagan, and sets out the Regional District’s RFP process, evaluation and selection process, and Proposal requirements.
1. Introduction
The Regional District of Central Okanagan is located in the heart of the scenic
Okanagan Valley, just a four-hour drive from Vancouver and the Lower Mainland and about two hours north of the border with Washington State along Highway 97.
Ranked as the third largest urban area in the Province, more than 180,000 people call the Central Okanagan home.
The Regional District is seeking Proposals from interested Proponents for the supply and delivery of three (3) diesel generators, complete with quiet enclosure.
To maintain consistency, the Regional District requires each of the three generators to be the same model, although the Kw rating of each may be different.
Note: the Regional District reserves the right to split the order, and place an order for one, two or all three diesel generators, dependent on Proposals received.
The transfer switch is already installed at the three sites. Installation of the generator will be conducted by the Regional District.
A full list of requirements and specifications are provided in Part D – Specifications.
Slight variations in the specifications may be considered, as long as the generator is capable of meeting the needs of the Regional District.
Delivery of the generator is required as soon as possible, but no later than 120 days from receipt of order. Delivery addresses are various locations in the Central
Okanagan Regional District, as detailed in Part E, Appendix D.
2. RFP Terms
The Regional District of Central Okanagan has formulated the terms and procedures set out in this RFP to ensure that it receives Proposals through an open, competitive process, and the Proponents receive fair and equitable treatment in the solicitation, receipt and evaluation of their Proposals.
All terms contained in this Part A will apply to this Request for Proposal and to any subsequent Contract. Submission of a Proposal in response to this Request for
Proposal indicates acceptance of all the terms contained herein.
Page 4 of 86
Regional District of Central Okanagan
Request For Proposal – R12-014
3. Definitions
Throughout this Request for Proposal, terminology is used as follows: a) “Regional District” means the Regional District of Central Okanagan; b) “RFP” means this Request for Proposal c) “Contract” means the written agreement or Purchase Order, resulting from this
RFP, in accordance with Part A, Clause 30 (Contract Execution) d) “Contractor” means a successful Proponent to this RFP who enters into written
Contract with the Regional District; e) “must”, “mandatory”, or “required” means a requirement that must be met in order for a Proposal to receive consideration; f) “Proponent” means an individual or a company that submits, or intends to submit, a Proposal in response to this RFP. g) “Proposal” means the Proponent’s response to this RFP h) “should” or “desirable” means a requirement having a significant degree of importance to the objectives of the RFP.
4. Not A Tender Call
This RFP is not a tender call, and the submission of any response to this RFP does not create a tender process.
By this RFP, the Regional District reserves to itself the absolute and unfettered discretion to invite submissions, consider and analyze submissions, select shortlisted Proponents or attempt to negotiate an agreement with the Successful
Proponent as the Regional District considers desirable.
Without limiting the generality of the foregoing, the Regional District reserves the right to:
• Reject, consider or short-list any submission whether or not it contains all information required by this RFP;
• Require clarification where a submission is unclear;
• Reject any or all submissions without any obligation, or any compensation or reimbursement, to any Respondent, intended Proponent, or any other person associated with this RFP process;
Page 5 of 86
Regional District of Central Okanagan
Request For Proposal – R12-014
• Disqualify or reject any submission without discussion with the submitting party;
• Reject any submission that the Regional District considers is not in its best interests;
5. No Obligation To Proceed
Though the Regional District fully intends at this time to proceed through the RFP, the Regional District is under no obligation to proceed to the purchase, or any other, stage. The receipt by the Regional District of any information (including any submissions, ideas, plans, drawings, models or other materials communicated or exhibited by any intended Proponent, or on its behalf) shall not impose any obligations on the Regional District. There is no guarantee by the Regional District, its officers, employees or agents, that the process initiated by the issuance of this
RFP will continue, or that this RFP process or any RFP process will result in a contract with the Regional District.
6. Regional District’s Decision-Making Power
The Regional District has the power to make any decision, or to exercise any contractual right or remedy, contemplated in this RFP at its own absolute and unfettered discretion.
7. Addenda And Subsequent Information
Proponents are advised that all subsequent information regarding this RFP, including any addenda, will be distributed on the Regional District’s webpage
(www.regionaldistrict.com/purchasing). It is the Proponent’s sole responsibility to check the Regional District’s webpage regularly for any amendments, addenda, or questions and answers. All addenda should be acknowledged by Proponents in their submitted Part E, Appendix A - Certification Document.
8. Not used
9. Enquiries
All enquiries related to this Request for Proposal are to be directed, in writing, to the following person. Information obtained from any other source is not official and should not be relied upon. Enquiries and responses will be recorded and may be distributed through an addendum at the Regional District’s option. Any questions regarding this RFP must be submitted at least five (5) working days prior to the closing date. Any questions submitted after this date may not be answered.
Page 6 of 86
Regional District of Central Okanagan
Request For Proposal – R12-014
Andy Brennan – Purchasing & Fleet Manager
Regional District of Central Okanagan
1450 KLO Road
Kelowna, BC V1W 3Z4
Fax: (250) 469-6171
Email: [email protected]
10. Closing Date And Time For Receipt Of Proposals
Sealed Proposals, clearly marked on the outside of the envelope with the words
“Diesel Gensets – Fintry, Morden, East Trunk, File R12-014” will be received at
Reception, Regional District of Central Okanagan, 1450 KLO Road, Kelowna, BC,
V1W 3Z4 up until 3:00PM, Local Time May 10 th
, 2012. Proposals will not be opened publicly.
Proposals must not be submitted electronically by facsimile or email. Proposals and their envelopes should be clearly marked with the name and address of the
Proponent, the Request for Proposal number, and the project or program title.
11. Anticipated Timeframes
The following outlines the anticipated schedule for the Request for Proposal and
Contract process. The timing and sequence of events resulting from this Request for Proposal may vary and shall ultimately be determined by the Regional District.
RFP Issued
Event Anticipated Date
April 23 rd
, 2012
Last Date For Submission of Questions May 3 rd
, 2012
RFP Closes
Evaluation Complete
Award Issued to Successful Proponent
May 10
May 17 th th
, 2012
, 2012
May 18 th
, 2012
12. Late Proposals
Late Proposals will not be accepted and will be returned to the Proponent.
13. Eligibility
Proposals will not be evaluated if the Proponent’s current or past corporate or other interests may, in the Regional District’s opinion, give rise to a conflict of interest in connection with this project.
Page 7 of 86
Regional District of Central Okanagan
Request For Proposal – R12-014
14. Negotiation Delay
If a written Contract cannot be finalized within thirty days of notification of the successful Proponent, the Regional District may, at its sole discretion at any time thereafter, rescind the award with that Proponent and either sign a Contract with the next qualified Proponent or choose to terminate the Request for Proposal process and not enter into a Contract with any of the Proponents.
15. Debriefing
Unsuccessful Proponents may request a debriefing meeting with the Regional
District.
16. Signed Proposals
The Proposal must be signed by the person(s) authorized to sign on behalf of the
Proponent and to bind the Proponent to statements made in response to this
Request for Proposal. Please complete Part E, Appendix A - Certification
Document.
17. Alternative Solutions
If alternative solutions are offered, these must be submitted please in the same format, as a separate Proposal.
18. Changes To Proposal Wording
The Proponent will not change the wording of its Proposal after closing and no words or comments will be added to the Proposal unless requested by the Regional
District for purposes of clarification.
19. Working Language Of The Regional District
The working language of the Regional District is English and all responses to this
Request for Proposal must be in English.
20. Irrevocability Of Proposals
Page 8 of 86
Regional District of Central Okanagan
Request For Proposal – R12-014
By submission of a clear and detailed written notice, the Proponent may amend or withdraw its Proposal prior to the closing date and time. Upon closing time, all
Proposals become irrevocable. By submission of a Proposal, the Proponent agrees that should its Proposal be successful the Proponent will enter into a Contract with the Regional District.
21. Proposal Documents
All documents submitted to the Regional District in response to this RFP or as part of any subsequent negotiation will become the property of the Regional District and will not be returned.
22. Proponent’s Expenses
Proponents are solely responsible for their own expenses in preparing a Proposal and for subsequent negotiations with the Regional District, if any. If the Regional
District elects to reject all Proposals, the Regional District will not be liable to any
Proponent for any claims, whether for costs or damages incurred by the Proponent in preparing the Proposal, loss of anticipated profit in connection with any final
Contract, or any other matter whatsoever.
23. Limitation Of Damages
Further to the preceding paragraph, the Proponent, by submitting a Proposal, agrees that it will not claim damages, for whatever reason, relating to the Contract or in respect of the competitive process, in excess of an amount equivalent to the reasonable costs incurred by the Proponent in preparing its Proposal and the
Proponent, by submitting a Proposal, waives any claim for loss of profits if no agreement is made with the Proponent.
24. Firm Pricing
Proposals must be firm for at least 60 days after the closing date. Prices will be
firm for the entire Contract period.
25. Currency And Taxes
All Prices quoted are to be: a) in Canadian dollars; b) inclusive of duty, where applicable; c) FOB destination, delivery charges included where applicable; and d) exclusive of HST.
Page 9 of 86
Regional District of Central Okanagan
Request For Proposal – R12-014
Proponents acknowledge that, if it is a non-resident company, payments to the
Proponent, as a non-resident, may be subject to withholding taxes under the
Income Tax Act (Canada). Further, unless the Proponent, as a non-resident, provides the Regional District with an official letter from Canadian Customs and
Revenue Agency waiving the withholding requirements, the Regional District will withhold the taxes it determines are required under the Income Tax Act (Canada).
26. Completeness Of Proposal
By submission of a Proposal, the Proponent warrants that, if this Request for
Proposal is to design, create or provide a system or manage a program, all components required to run the system or manage the program have been identified in the Proposal or will be provided by the Contractor at no charge.
27. Sub-Contracting
a) Using a sub-contractor (who must be clearly identified in the Proposal) is acceptable. This includes a joint submission by two Proponents having no formal corporate links. However, in this case, one of these Proponents must be prepared to take overall responsibility for successful interconnection of the two product or service lines and this must be defined in the Proposal. b) Sub-contracting to any firm or individual whose current or past corporate or other interests may, in the Regional District’s opinion, give rise to a conflict of interest in connection with this project will not be permitted. This includes, but is not limited to, any firm or individual involved in the preparation of this Request for Proposal. c) Any Sub-contracting of the service to any firm or individual after the award of a
Contract must have prior approval by the Regional District.
28. Assignment
This RFP and any resulting Contract may not be assigned by either party without the prior written consent and approval of the other party, which consent may not be unreasonable withheld; provided however, either party, without such consent, may assign or sell the same in connection with the transfer or sale of substantially its entire business to which this Contract pertains or in the event of its merger or consolidation with another company. Any permitted assignee shall assume all obligations of its assignor under the Contract. No assignment shall relieve any party of responsibility for the performance of any accrued obligation that such party then has hereunder.
Page 10 of 86
Regional District of Central Okanagan
Request For Proposal – R12-014
29. Acceptance Of Proposal
This Request for Proposal shall not be construed as an agreement to purchase goods or services. The Regional District is not bound to accept the lowest priced or any Proposal of those submitted. Proposals will be assessed based on the evaluation and selection process. The Regional District will be under no obligation to receive further information, whether written or oral, from any Proponent.
Neither acceptance of a Proposal nor execution of a Contract will constitute approval of any activity or development contemplated in any Proposal that requires any approval, permit or license pursuant to any federal, provincial, regional district or municipal statute, regulation or by-law.
30. Contract Execution
Notice in writing to a Proponent of the acceptance of its Proposal by the Regional
District and the subsequent full execution of a Contract will constitute a Contract for the goods or services, and no Proponent will acquire any legal or equitable rights or privileges relative to the goods or services until the occurrence of both such events.
31. Liability For Errors
While the Regional District has used considerable efforts to ensure an accurate representation of information in this Request for Proposal, the information contained in this Request for Proposal is supplied solely as a guideline for Proponents. The information is not guaranteed or warranted to be accurate by the Regional District, nor is it necessarily comprehensive or exhaustive. Nothing in this Request for
Proposal is intended to relieve Proponents from forming their own opinions and conclusions with respect to the matters addressed in this Request for Proposal.
32. Modification Of RFP Document
Proponents who have obtained the Request for Proposal electronically must not alter any portion of the document, with the exception of adding the information requested. To do so will invalidate the Proposal.
The Regional District reserves the right to modify the terms of the Request for
Proposal at any time at its sole discretion.
33. Ownership Of Proposals And Freedom Of Information
Page 11 of 86
Regional District of Central Okanagan
Request For Proposal – R12-014
All documents, including Proposals, submitted to the Regional District become the property of the Regional District. They will be received and held in confidence by the Regional District, subject to the provisions of the Freedom of Information and
Protection of Privacy Act.
34. Use Of Request For Proposal
This document, or any portion thereof, may not be used for any purpose other than the submission of Proposals.
35. Confidentiality of Information
All Proponents and any other person who through this RFP process gains access to confidential financial information belonging to the Regional District are required to keep strictly confidential all information which in any way reveals confidential business, financial or investment details, programs, strategies or plans, learned through this RFP process. This requirement will continue with respect to such information learned by the successful Proponent, if any, over the course of any
Contract for service which arises out of this RFP process. Information pertaining to the Regional District obtained by the Proponent as a result of participation in this process is confidential and must not be disclosed without written authorization from the Regional District.
36. Conflict Of Interest
Any potential conflict of interest must be disclosed to the Regional District in writing through the use of Part E, Appendix B - Conflict of Interest Certification. Any conflict of interest identified will be considered and evaluated by the Regional
District. The Regional District has the sole discretion to take the steps they deem necessary to resolve the conflict. If, during the term of the Contract, a conflict or risk of conflict of interest arises, the Contractor will notify the Regional District immediately in writing of that conflict or risk and take any steps that the Regional
District reasonably requires to resolve the conflict or deal with the risk.
37. Contacts During The RFP Process
Only the Purchasing Manager for the Regional District (or designate) is the
Regional District’s representative authorized to communicate and otherwise deal with Proponents and all Proponents must communicate and otherwise deal with that person only. Contact with any other Regional District representatives, including
Members of The Board, officers or employees of the Regional District regarding this
RFP or a Proponent’s submission will result in that Proposal being removed from consideration for this and any future competitions.
Page 12 of 86
Regional District of Central Okanagan
Request For Proposal – R12-014
In the case of a Proponent having a dispute with their submission being removed under this clause, a formal appeal letter must be presented to the Purchasing
Manager within five working days of notice of removal, stating clearly the reason(s) that they feel that their submission should be reinstated. Under this process the
Regional District Chief Administrative Office, at his/her sole discretion, will make the final decision.
38. Laws Of British Columbia
This Request for Proposal will be governed by and will be construed and interpreted in accordance with the laws of the Province of British Columbia.
39. Form of Contract
Part C of this RFP contains the Form of Contract the Regional District proposes to enter into with the successful Proponent, pursuant to Part A, Clause 30 (Contract
Execution). By submitting a Proposal, the Proponent agrees to all terms and conditions in Part C: Form of Contract. If a Proponent requires amendment to any terms in Part C: Form of Contract, it must clearly state such proposed amendments in its Proposal. Significant amendments may adversely impact the Proponent’s evaluation score. The Regional District is not bound to accept any Form of Contract amendments proposed.
40. Evaluation
The Evaluation process and criteria is detailed in Part B: Evaluation and Selection
Process.
By responding to this RFP, Proponents will be deemed to have agreed that the decision of the Evaluation Team will be final and binding. It is the Proponent’s responsibility to ensure that their submitted Proposal addresses all evaluation criteria to receive full consideration.
Page 13 of 86
Regional District of Central Okanagan
Request For Proposal – R12-014
PART B: EVALUATION AND SELECTION PROCESS
1. Evaluation Committee
Evaluation of Proposals will be by a committee formed by the Regional District and may include a representative of the Purchasing Department.
2. Evaluation And Selection Process
Proposals will be checked against the Mandatory Criteria listed in this Part B.
Proposals not meeting all Mandatory Criteria will be rejected without further consideration. Proposals that do meet all the Mandatory Criteria will then be assessed and scored against the Scored Evaluation Criteria listed in this Part B.
The Regional District’s intent is to enter into a Contract with the Proponent who has the highest overall score.
3. Evaluation Criteria
The following criteria, shown in order of importance, form the basis upon which evaluation of Proposals will be made:
4.1 Mandatory Criteria
The following are mandatory requirements. Proposals not clearly demonstrating that they meet them will receive no further consideration during the evaluation process.
Mandatory Criteria:
• Completed Part E, Appendix A – Certification Document
• Completed Part E, Appendix B – Conflict of Interest Certification
Page 14 of 86
Regional District of Central Okanagan
Request For Proposal – R12-014
4.2 Scored Evaluation Criteria
Proposals meeting the Mandatory Criteria will be further assessed against the following Scored Evaluation Criteria. The relative weighting for each criterion is also given.
Scored Criteria:
Response to Appendix C - Remuneration
Lead Time, as noted in Appendix D – Specification
Checklist
Warranty, as noted in Appendix D – Specification
Checklist
General Proposal Quality
Weight
75%
10%
10%
5%
Page 15 of 86
Regional District of Central Okanagan
Request For Proposal – R12-014
PART C: FORM OF CONTRACT
This Part C of the RFP contains the Form of Contract the Regional District proposes to enter into with the successful Proponent, pursuant to Clause 39 (Form of Contract) of
Part A: Instruction to Proponents.
CONTRACT FOR: ________________________________________________
THIS AGREEMENT made this ____ day of ___________, ____
BETWEEN: REGIONAL DISTRICT OF CENTRAL OKANAGAN
1450 K.L.O Road
Kelowna, B.C. V1W 3Z4
(Hereinafter called the “Regional District”)
AND: ______________________
______________________
______________________
(Hereinafter called the “Contractor”)
WHEREAS THE PARTIES AGREE AS FOLLOWS:
1. Agreement
The Regional District wishes to award a Contract to the Contractor for the supply of the Goods/Equipment described under Clause 3, and the Contractor wishes to contract with the Regional District to supply such Goods/Equipment.
2. Term
The term of this Contract is for ___ years, commencing on the ___ day of
___________, _____ and expiring on the ___ day of _________, ______. This
Contract may be extended for ___ further periods of ____ year, at the sole discretion of the Regional District, and upon mutual agreement with the
Contractor.
3. Supply
Page 16 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
The Contractor shall supply the following Goods/Equipment or Services: a. Those described in the Request for Proposal R12-014 (Schedule 3 attached hereto), and b. Those detailed in the Contractor’s Proposal dated _______ (Schedule 2 attached hereto).
4. Remuneration / Reimbursement
For the supply of the Goods/Equipment outlined, the Regional District shall pay the following: a. The rates/prices listed in Part E, Appendix C – Remuneration, contained in the Contractor’s Proposal dated __________ (Schedule 2 attached hereto).
5. Definitions
Throughout this Contract, terminology is used as follows: a. “Request For Proposal” or “RFP” means the Request for Proposal issued by the Regional District on ______________ (Schedule 3 attached hereto). b. “Contract” means this written agreement, including any Schedules and documents referenced. c. “Contractor’s Proposal” means the Contractor’s written proposal, submitted to the Regional District for the supply of the Goods/Equipment or Services, dated ___________________, (Schedule 2 attached hereto) d. “Goods, “Equipment”, or “Services” means the good, equipment, specifications, services or work described in the RFP and those proposed in the Contractor’s Proposal, including any amendments. e. Regional District Representative means _____________________ or such other person as the District may appoint in writing. f. Contractor’s Representative means ________________________ or such other person as the Contractor may appoint in writing.
6. Payment Terms
Page 17 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
Terms shall be net thirty (30) days. No payment term less than fifteen (15) days will be accepted.
The Regional District may hold back a portion of the total Contract price until the requirements of the Contract have been met, or to comply with any statutory holdbacks.
Invoices will refer to the Regional District Purchase Order number and will detail the supplies / services provided, unit prices, total price and discounts available.
7. Contractor’s Personnel
The Contractor shall perform the Services using only the personnel named in the
Contractor’s Proposal, unless otherwise approved in writing by the Regional
District Representative.
8. Warranty
The Contractor represents and warrants to the Regional District that the
Contractor and its Sub-Contractors or personnel have the education, training, skills, experience and resources necessary to supply the Goods/Equipment or
Services in accordance with this Contract and the Contractor acknowledges and agrees that the Regional District has entered into this Contract relying on these representations and warranties.
9. Taxes
The Regional District shall be responsible for paying any goods and services taxes, harmonized sales taxes and provincial sales taxes payable with respect to the supply of the Goods/Equipment or Services to the Regional District.
10. Regional District Representative
The Regional District appoints the Regional District Representative as the only person authorized by the Regional District to communicate with the Contractor in respect of this Contract. The Regional District shall not be bound to the
Contractor by communication from any person other than the Regional District
Representative or his/her designated representative.
11. Contractor’s Representative
Page 18 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
The Contractor will name a Contractor’s Representative. The Contractor’s
Representative will be responsible for providing scheduled status reports to the
Regional District Representative or a designate, as required.
12. Registration With Worksafe BC
The Contractor and any approved Sub-contractors must;
• be registered with Worksafe BC,
• comply with all conditions and safety regulations of WorkSafe BC,
• be in good standing with WorkSafeBC;
• maintain WorkSafe BC coverage for the duration of the Contract.
Prior to the start of the Contract, the Contractor may be required to submit a
WorkSafe BC Clearance Letter indicating that all WorkSafe BC assessments have been paid.
13. Not Used
14. Arbitration
All disputes arising out of or in connection with this Contract must, unless the parties otherwise agree, be referred to and finally resolved by arbitration pursuant to the Commercial Arbitration Act.
15. Permits And Licenses
The Contractor, their employees, agents and vehicles shall have and maintain valid permits and licenses as required by law for the execution of services related to this Contract.
The Contractor shall conform to all federal, provincial, and Regional District acts and regulations that may apply to the operation of this Contract. The Contractor is required to obtain and pay for all necessary permits, licenses, and inspection fees.
Certified copies of required permits/licenses will be available upon request.
16. Funding
This Contract and the financial obligations of the Regional District pursuant to this Contract are subject to there being sufficient moneys available in an appropriation, as defined in the Financial Administration Act, to enable the
Page 19 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
Regional District in any fiscal year or part thereof when the payment of money by the Regional District to the Contractor falls due under the Contract entered into pursuant to the Request for Proposal to make that payment.
17. Regional District Employees
The Contractor shall ensure that neither the Contractor, nor any person employed by or associated with the Contractor in the supply of Goods/Equipment or Services or otherwise, is an employee of, or has an employment relationship of any kind with the Regional District or is an any way entitled to terms or conditions of employment or employment benefits of any kind whatsoever from the Regional District under any collective agreement or otherwise including but not limited to private programs or coverages and statutory programs and coverages, whether under the Employment Standards Act of British Columbia (as amended from time to time), the Workers Compensation Act of British Columbia
(as amended from time to time), the Employment Insurance Act of Canada (as amended from time to time), health plan contributions, or otherwise.
18. Contractor’s Employees
The Contractor's Representatives shall be under the exclusive supervision of the
Contractor. All responsibility and authority for hiring, training, supervision, direction, compensation, discipline, termination, and administration of the
Contractor's Representatives, and any and all costs or expenses related thereto, rest exclusively with the Contractor.
19. Copyright & Intellectual Property
The Contractor irrevocably grants to the Regional District the unrestricted license for the Regional District to use and make copies of for the Regional District’s purposes and activities any work whatsoever generated by or on behalf of the
Contractor in performing the Services in which copyright may exist. Without limiting the foregoing, the Contractor irrevocably grants to the Regional District the unrestricted license for the Regional District to use for the Regional District’s purposes and activities all technical information and intellectual property, including inventions, conceived or developed, or first actually reduced to practice, in performing the Services. For clarity, the licenses granted by this clause shall survive the expiry or earlier termination of this Contract.
20. Criminal Records Review
Page 20 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
The supply of Goods/Equipment or Services shall be performed by the
Contractor and by any other employee, agent, subcontractor or representative of the Contractor (collectively, the "Contractor's Representatives"). When hiring
Contractor's Representatives, the Contractor shall adhere to the Criminal
Records Review Act, where applicable, and require all Contractor's
Representatives to submit to a criminal records review. The Contractor shall not allow anyone who has a criminal record for an offence of consequence to perform those Services for the Regional District.
21. Default
a) The Regional District may, subject to the provisions of paragraph C below, by written notice of default to the Contractor terminate the whole or any part of this Contract in any one of the following circumstances: i) if the Contractor fails to make delivery of the Goods/Equipment, or to perform the Services within the time specified herein or any extension thereof; or ii) if the Contractor fails to perform any of the other provisions of this
Contract, or so fails to make progress as to endanger performance of this
Contract in accordance with its terms, and in either of these two circumstances, does not cure such failure within a period of ten (10) days, or such longer period as the Regional District Purchasing Manager may authorize in writing, after receipt of notice from the Regional District
Purchasing Manager specifying any such failure. iii) if the Contractor becomes insolvent, enters voluntary or involuntary bankruptcy or receivership proceedings, or makes an assignment for the benefit of creditors. b) In the event the Regional District terminates this contract in whole or in part as provided in paragraph A of this clause, the Regional District may procure, upon such terms and in such manner as the Regional District
Purchasing Manager may deem appropriate, Goods/Equipment or Services similar to those terminated, and the Contractor and his surety shall be liable to the Regional District of any excess costs for such similar
Goods/Equipment or Services. c) The Contractor shall not be liable for any excess costs if any failure to perform the Contract arises by reason of strikes, lockouts, acts of God or of the public enemy, acts of the Regional District or fires or floods, due to any of such causes unless the Regional District Purchasing Manager shall determine that the Goods/Equipment or Services to be furnished by the sub-contractor were obtainable from other sources in sufficient time to permit the Contractor to meet the required delivery schedule.
Page 21 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
22. Indemnity
The Contractor shall be liable for all loss, costs, damages, and expenses whatsoever incurred or suffered by the Regional District, its elected officials, officers, employees and agents (the Indemnitees) including but not limited to damage to or loss of property and loss of use thereof, and injury to or death of a person or persons resulting from or in connection with the performance, purported performance, or non-performance of this Contract, excepting only where such loss, costs, damages and expenses are as a result of the sole negligence of the Indemnitees.
The Contractor shall defend, indemnify and hold harmless the Indemnitees from and against all claims, demands, actions, proceedings, and liabilities whatsoever and all costs and expenses incurred in connection therewith and resulting from the performance, purported performance, or non-performance of this Contract, excepting only where such claim, demand, action, proceeding or liability is based on the sole negligence of the Indemnitees.
23. Contract For Goods/Equipment or Services
This is a Contract for the supply of Goods/Equipment and the Contractor is engaged under this Contract as an independent Contractor for the sole purpose of supplying the Goods/Equipment or Services. This Contract does not create a joint venture or partnership. Neither the Contractor nor any of its employees or
Sub-contractors is engaged by the Regional District as an agent of the Regional
District or has any authority to bind the Regional District in any way whatsoever.
24. Time of the Essence
Time is of the essence of this Contract.
25. Not Used
26. Canadian Standards Association (CSA) And Electrical Safety
All items produced as a result of this Contract or subsequent Contract must meet or exceed CSA standards where this standard applies.
Page 22 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
Any electrical equipment used in performance of the Contract must be certified by an accredited certification organization acceptable to the Regional District. All costs of approval will be at the Contractor’s expense.
27. Software
It is the Contractor’s responsibility to ensure that the Regional District has all licenses required to use any software that may be supplied by the Contractor pursuant to the Contract.
28. Interpretation And Governing Law
In this Contract: a. Reference to the singular includes a reference the plural, and vice versa, unless the context requires otherwise; b. Reference to a particular numbered section or clause is a reference to a correspondingly numbered section or clause of this Contract; c. Reference to a month is a reference to a calendar month; and d. Section headings have been inserted for ease of reference only and are not to be used in interpreting this Contract.
This Contract is governed by, and is to be interpreted according to, the laws of
British Columbia.
29. Binding on Successors
This Contract enures to the benefit of and is binding upon the parties and their respective successors, trustees, administrators and receivers, despite any rule of law or equity to the contrary.
30. Separation
Should any term or portion of this agreement be found to be invalid or unenforceable, the remainder shall continue to be valid and enforceable.
31. Extras
Page 23 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
Except as otherwise provided in this Contract, no payment for extras shall be made unless such extras and the prices therefore have been authorized in writing by the Regional District Representative.
32. Inspection
All supplies shall be subject to inspection and test by and shall meet the approval of the Regional District Representative, and his decision shall be final and binding upon all parties. The contractor shall adopt such inspection measures as may be considered necessary by the Regional District to ensure that the supplies supplied, or to be supplied, hereunder are at all times of a uniform grade and of the kind and quality herein specified.
32.1 In case any supplies, or lots of supplies, are defective in material or workmanship or otherwise not in conformity with the specifications of the contract, the Regional District shall have the right either to reject them or to require their correction. Supplies or lots of supplies which have been rejected or required to be corrected shall be removed or corrected in place, as requested by the Regional District, by and at the expense of the
Contractor promptly after receipt of notice by the Contractor from the
Regional District.
32.2 If the contractor fails to remove such supplies or lots of supplies promptly when requested by the Regional District, and to proceed promptly with replacement or correction thereof, the Regional District may either:
.1 by contract or otherwise replace or correct such supplies and charge to the contractor the cost occasioned the Regional District thereby, or
.2 may terminate this contract as provided in the clause of this contract entitled "Default".
32.3 Acceptance or rejection of the supplies shall be made as promptly as practicable after delivery, except as otherwise provided in this contract, but failure to inspect and accept or reject supplies shall neither relieve the contractor from responsibility for such supplies as are not in accordance with the specifications, nor impose liability on the Regional
District therefor.
32.4 Unless otherwise specified by the Proponent in the schedule attached hereto, the contractor warrants that in the manufacture of the supplies only the best workmanship and materials have been employed and if, within a period of one (1) year from the date of acceptance of the supplies by the
Regional District, such supplies or any portion thereof are found by the
Regional District to be defective or faulty due to imperfect or bad workmanship or material, the Contractor agrees to replace such defective
Page 24 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014 supplies without expense to the Regional District.
33 Responsibility For Supplies
Except as otherwise provided in this Contract, the Contractor shall be responsible for the supplies covered by this Contract until they are delivered at the designated delivery point, regardless of the point of inspection; and the
Contractor shall bear all risks as to rejected supplies after notice of rejection.
34 Assignment And Subletting
The Contractor shall keep the work under his personal control. The Contractor shall not, without the consent in writing of the Regional District, assign or transfer this Contract, or any sum or sums or any part thereof, due or to become due to the Contractor under this Contract.
35 Monies Due The Regional District
All monies payable to the Regional District as provided herein may be retained out of any monies then due or which may become due, from the Regional
District, to the contractor, under this or any other contract with the Regional
District, or may be recovered from the contractor or his surety in any Court of competent jurisdiction as a debt due to the Regional District.
36 Liens
The Contractor, his surety and their respective heirs, executors, administrators, successors and permitted assigns shall fully indemnify the Regional District and all its officers, servants and employees from and against any and all liability or expenses by way of legal costs or otherwise in respect to any claim which may be made for a lien or charge at law or in equity or to any claim or liability under the Mechanics Lien Act, or to any attachment for debt, garnishee process or otherwise.
37 Security
All bonds will be issued by a corporation licensed to carry on the business of surety in British Columbia. Only cash or clean, irrevocable bank letters of credit which must be in a format preapproved by the Regional District are considered cash equivalents.
Page 25 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
38 Entire Contract
This Contract is the entire Contract between the parties and it terminates and supersedes all previous communications, representations, warranties, covenants and agreements, whether verbal or written, between the parties with respect to the subject matter of this Contract.
39 Waiver
Waiver of any default by either party shall be express and in writing to be effective, and a waiver of a particular default does not waive any other default.
As evidence of their agreement to be bound by this Contract, the parties have executed this Contract below, on the respective dates written below.
FOR REGIONAL DISTRICT OF
CENTRAL OKANAGAN:
FOR [CONTRACTOR NAME]:
By its authorised signatories:
By its authorised signatories:
Signature:______________________
Name:_________________________
Signature:_____________________
Name:________________________
Title:_________________________
Title:__________________________
Date:_________________________
Date:_________________________
Witness Signature:______________
Witness Name:_________________
Witness Title:___________________
Page 26 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
PART D: SPECIFICATIONS
1. Background
The Regional District is seeking Proposals from interested Proponents for the supply and delivery of three (3) diesel generators, complete with quiet enclosure.
To maintain consistency, the Regional District requires each of the three generators to be the same model, although the Kw rating of each may be different.
Note: the Regional District reserves the right to split the order, and place an order for one, two or all three diesel generators, dependent on Proposals received.
The transfer switch is already installed at the three sites. Installation of the generator will be conducted by the Regional District.
A full list of requirements and specifications are provided in Part D –
Specifications. Slight variations in the specifications may be considered, as long as the generator is capable of meeting the needs of the Regional District.
Delivery of the generator is required as soon as possible, but no later than 120 days from receipt of order. Delivery addresses are various locations in the
Central Okanagan Regional District, as detailed in Part E, Appendix D.
2. Specification & Requirements
All requirements and specifications are listed in Appendix D – Specification
Checklist. Proponents are required to complete and return Appendix D –
Specification Checklist with their Proposal.
Page 27 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
PART E: PROPONENT’S RESPONSE
1. Proposal Format
In order to receive full consideration during evaluation, Proposals should include the following: a) Title Page, showing Request for Proposal number, Proponent’s name and address, Proponent’s Worksafe BC Number, Proponent’s HST Number,
Proponent’s telephone number, and Proponent’s Representative. b) Table of contents including page numbers. c) Completed Appendix A – Certification Document d) Completed Appendix B – Conflict Of Interest Certification e) Completed Appendix C – Remuneration f) Completed Appendix D – Specification Checklist g) Any appendices required to provide additional information in support of your
Proposal.
Note: All appendices listed for completion are attached to this Part E.
All pages should be consecutively numbered. Note: it is acceptable for
Proponents to manually write page numbers onto the standard Appendix forms.
Proposals must address the RFP content requirements as outlined herein, must be well ordered, detailed and comprehensive. Clarity of Language, adherence to suggested structuring, and adequate accessible documentation is essential to the
Regional District’s ability to conduct a thorough evaluation. The Regional District is interested in Proposals that demonstrate efficiency and value for money.
General marketing and promotional material will not be reviewed or considered.
2. Proponent Checklist
This checklist has been provided solely for the convenience of the Proponent. Its use is not mandatory and it does not have to be returned with the Proposal.
• The requirements of the Request for Proposal have been read and understood by everyone involved in putting together the Proposal.
• The Proposal addresses everything asked for in the Request for Proposal.
• The Proposal meets all the Mandatory Criteria, listed in Part B of the Request for Proposal.
• The Proposal clearly identifies the Proponent, the project, and the Request for
Proposal number.
• The Proponent’s name and the Request for Proposal number appear on the
Proposal envelope.
Page 28 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
• The Certification Document (Part E, Appendix A) has been completed as specified.
• The Conflict of Interest Certification (Part E, Appendix B) has been completed as specified.
• The appropriate number of copies of the Proposal has been made.
• Every care has been taken to make sure the Proposals are at the closing location in plenty of time, as late Proposals will be rejected.
• The Proposal is being delivered by hand, courier, or mail, as faxed Proposals are not accepted.
RDCO Contract: Supply of Goods/Services
Page 29 of 86
Regional District of Central Okanagan
Request For Proposal – R12-014
APPENDIX A: CERTIFICATION DOCUMENT
Diesel Gensets – Fintry, Morden, East Trunk
R12-014
Certification:
We have carefully read and examined the RFP document and have conducted such other investigations as were prudent and reasonable in preparing this response.
We certify that the statements made in this response are true and complete. These statements and prices in our Proposal represent our response to the Regional District of Central Okanagan. We agree to be bound by statements and representations made in this response and to any agreement resulting from this response.
We hereby agree that this RFP response may only be withdrawn by written notice delivered to the office of the Purchasing Manager – Regional District of Central Okanagan, prior to the Closing Date and Time for Receipt of Proposals. We agree that the RFP response attached hereto shall be irrevocable by us for a period of sixty (60) days after the Closing Date and Time for Receipt of Proposals.
Print Company Name and Address: ______________________________________________________
___________________________________________________________________________________
___________________________________________________________________________________
Print Name and Title of Authorized Signing Officers:
___________________________________________________________________________________
___________________________________________________________________________________
Signature of Authorized Signing Officer: ___________________________________________________
Telephone Number: _____________________ Fax Number: ___________________
E-mail address: _________________________________________________________
Acknowledgement of Addenda
We acknowledge receipt of the following addenda which become part of this RFP:
ADDENDUM # _____________
ADDENDUM # _____________
ADDENDUM # _____________
Signed this _______ day of __________________, 20___.
Page 30 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
APPENDIX B: CONFLICT OF INTEREST CERTIFICATION
Diesel Gensets – Fintry, Morden, East Trunk
R12-014
The Regional District of Central Okanagan requires all Proponents to certify either statement A or statement B below:
A) We certify that:
1. our affiliates, subsidiaries, officers, directors, and employees have not received any additional information, documents, drawings or specifications with respect to this RFP, other than has been made available to or disclosed to all bidders as part of the RFP process.
2. the prices(s) and amount of this bid have been arrived at independently and without consultation, communication or agreement with any other contractor, Proponent, or potential Proponent.
3. the submission is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or non-competitive bid.
4. that none of our affiliates, subsidiaries, officers, directors and employees are currently under investigation by any government agency involving conspiracy or collusion with respect to bidding on any public contract.
5. we understand and acknowledge that this certification is material and important, and will be relied on by the Regional District of Central Okanagan in awarding the contract(s) for which this document is submitted. We understand that any misstatement in this certification is and shall be treated as fraudulent concealment from the Regional District of Central Okanagan of the true facts relating to the submission of Proposals for this RFP.
Print Company Name and Address: ______________________________________________________
Print Name and Title of Authorized Signing Officers: _________________________________________
Signature of Authorized Signing Officer: ___________________________________________________
Signed this _______ day of __________________, 20__
OR
B) We cannot certify the statements listed above for the following reasons:
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
Print Company Name and Address: ______________________________________________________
Print Name and Title of Authorized Signing Officers: _________________________________________
Signature of Authorized Signing Officer: ___________________________________________________
Signed this _______ day of __________________, 20__
Page 31 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
5
6
7
8
APPENDIX C: REMUNERATION
Proponents shall complete and return all of the tables contained in this Appendix, labelled in their Proposal as “Appendix C – Remuneration”.
C1. Prices:
All prices shall be inclusive of all equipment, materials, labour, permits, fees, licenses and all other related costs necessary to supply the generator as proposed, delivery FOB to the addresses detailed in Appendix D.
Note: the Regional District reserves the right to split the order, and place an order for one, two or all three diesel generators, dependent on Proposals received. As such, prices in the tables below shall be based on each genset being a standalone order.
A) Fintry Delta Road Booster Station:
A
Item
B C
Price Per Unit $ Quantity
D
Extension
Amount $
(B X C)
1
2
3
4
Diesel Genset for A) Fintry
Delta Road Booster Station, as per Part D – Specification and Appendix D –
Specification Checklist.
Delivery and lift onto pad with crane as per Appendix
D
All Testing as per Appendix
D
Demonstration and Training, as per Appendix D
$
$
$
$
1
LOT
LOT
LOT
$
$
$
$
Other: ________ (specify) $ __ $
TOTAL PRICE EXCLUDING HST (SUM OF ROWS 1 to 5) $
HST $
TOTAL PRICE INCLUDING HST (SUM OF ROWS 6 and 7) $
Page 32 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
B) Morden Control Building:
A
Item
B
Price Per Unit $
C
Quantity
D
Extension
Amount $
(B X C)
9 Diesel Genset for B) Morden
Control Building, as per Part
D – Specification and
Appendix D – Specification
Checklist.
$
B
Price Per Unit $
1
C
Quantity
$
10 Delivery and lift onto pad with crane as per Appendix
D
$
11 All Testing as per Appendix
D
12 Demonstration and Training, as per Appendix D
$
$
13 Other: ________ (specify) $
14
15
16
LOT
LOT
LOT
$
$
$
__ $
TOTAL PRICE EXCLUDING HST (SUM OF ROWS 9 to 13) $
HST $
TOTAL PRICE INCLUDING HST (SUM OF ROWS 14 & 15) $
C) East Trunk Lift Station:
A
Item
D
Extension
Amount $
(B X C)
17 Diesel Genset for C) East
Trunk Lift Station, as per
Part D – Specification and
Appendix D – Specification
Checklist
18 Delivery and lift onto pad with crane as per Appendix
D
19 All Testing as per Appendix
D
20 Demonstration and Training, as per Appendix D
$
$
$
$
1
LOT
LOT
LOT
$
$
$
$
21 Other: ________ (specify) $
22
__ $
TOTAL PRICE EXCLUDING HST (SUM OF ROWS 17 to 21) $
23 HST $
24
TOTAL PRICE INCLUDING HST (SUM OF ROWS 22 & 23) $
Page 33 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
C2. Discount for multiple Gensets Ordered:
Proponents shall detail in their Proposal, any discounts available if multiple
Diesel Gensets are order together at the same time.
C3. Payment Terms:
The Regional District shall pay the Total Lump Sum Prices identified above following submission of an invoice by the successful Proponent after delivery and acceptance by the Regional District. Invoices shall be paid net 30 days.
RDCO Contract: Supply of Goods/Services
Page 34 of 86
Regional District of Central Okanagan
Request For Proposal – R12-014
APPENDIX D: SPECIFICATION CHECKLIST
Proponents shall complete and return all of the tables contained in this Appendix, labelled in their Proposal as “Appendix
D – Specification Checklist”.
A) GENSET FOR FINTRY DELTA ROAD BOOSTER STATION:
GENERAL
1.1 Description of System -
FINTRY
Ref # Specification / Requirement
1.1.0 Diesel Genset is to supply 600V three phase
4 wire power to an existing Cutler Hammer
600A ATC-300 transfer switch that automatically signals the genset to run. Load profile with 15% voltage drop:
• Base Load - 5kW
• Step 1-15kW Electric Heat
• Step 2- Start & Run 100HP Pump Motor on VFD
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 35 of 86
RDCO Contract: Supply of Goods/Services
1.1.1
Generation system consists of:
•
Diesel fueled engine and alternator.
•
Engine/alternator common base plate.
•
Unit mounted generator control
•
Engine driven fan and unit-mounted radiator.
•
Battery charger and battery.
•
24 hour full load double wall sub base fuel tank.
•
Critical grade engine exhaust silencer, flex, and accessories.
•
Alternator output circuit breaker in common enclosure, mount with control panel.
•
Vibration isolators and seismic restraints.
•
Crystal Quiet Enclosure 69.7 dbA @ 7 meters.
•
Factory testing.
•
Site delivery.
•
Site commissioning and training
1.1.2 Generator set and automatic transfer switch system to be designed for automatic emergency standby power.
1.1.3
Generator set to include automatic shut down and alarm indication for:
•
Low oil pressure pre-shutdown and shutdown alarms.
•
High coolant temperature pre-shutdown and shutdown alarms.
•
Overspeed.
•
Overcrank.
•
Emergency stop
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
Page 36 of 86
Regional District of Central Okanagan
Request For Proposal – R12-014
1.1.4 Generator set to include warning systems and indication for:
•
Low oil pressure.
•
Low coolant temperature.
•
Fuel tank leak detection.
•
Low battery charger voltage.
•
Selector switch “not in automatic” position.
• Coolant temperature rising
• Low fuel level
1.1.5 Generator set to fit on existing base per
Appendix E
1.2 Shop Drawings – to be provided with Proposal -
FINTRY
Ref # Specification / Requirement
1.2.0 The Shop drawings and items listed in this table shall be provided by Proponents in their proposal.
1.2.1 Schematic power and control diagrams showing generator, voltage regulator, metering, battery, battery charger, governor, and all engine/generator protection and controls. Indicate all field connection requirements.
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
1.2.2 Make and model of engine, generator, governor, voltage regulator, battery charger, battery, exhaust silencer, block heater/thermostat, seismic restraints, vibration isolators, control devices and power components; complete with technical and performance data.
Page 37 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
Ref # Specification / Requirement
1.2.3 Confirmation that the generator set will comply with 100% shop load performance requirements.
1.2.4
Dimensioned drawings for alternator, engine, control switchboard and all accessories.
1.2.5 Indication of all anchoring/mounting locations, and all power/control connection locations.
1.2.6
Fuel delivery system; flow rating, flow diagrams and relevant data.
1.2.7
Confirmation that required engine power at
100% rated load condition, 0.8 PF, does not exceed the engine manufacturer’s recommended stand by power rating.
1.2.8
Manufacturer’s published stand by power output curves and fuel consumption curves.
1.2.9
Description of set operation including:
• Automatic starting and transfer to load and back to normal power, including time in seconds from start of cranking until unit pressures rated voltage and frequency.
• Automatic shut down and alarm on: o
Over cranking o
Overspeed o
High Engine temperature. o
Low lube oil pressure.
• Manual remote emergency stop
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 38 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
1.3 Operations and Maintenance Data: -
FINTRY
Ref #
1.3.1
Specification / Requirement
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Provide three sets operation and maintenance data for diesel generator for incorporation into facility O&M manuals.
1.3.2
Include in operation and maintenance manual instructions for particular unit supplied and not general description of units manufactured by supplier and:
•
Operation and maintenance instructions for engine, alternator, control panel, battery charger, battery, fuel system, exhaust system and accessories, to permit effective operation, maintenance and repair.
•
Technical data:
.1 Illustrated parts list with parts catalogue numbers.
.2 Schematic diagram of electrical controls
.3
Maintenance and overhaul instructions and schedules.
.4
Precise details for adjustment and setting of time delay relays or sensing controls which require on site adjustment.
1.3.3 Certified copy of factory test results
1.3.4 Copy of guarantee
Page 39 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
Ref # Specification / Requirement
1.3.5 Complete set of as-built physical, schematic, and wiring diagrams and complete installation instructions
1.4 Maintenance Materials: -
FINTRY
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Ref # Specification / Requirement
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
1.4.1 Provide maintenance materials including special tools and spare parts
1.4.2
Include:
•
1 fuel filter replacement element.
•
1 lube oil filter replacement element.
•
1 air cleaner filter element.
•
2 sets of fuses for control panel.
•
2 of each type of indicating lamp.
•
1 set of ‘fan’ belts
Page 40 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
1.5 Source Quality Control: -
FINTRY
Ref # Specification / Requirement
1.5.1
Factory test generator set including engine, alternator, control panels, and accessories.
1.5.2 The generator set and accessories are to be tested and manufactured in accordance with the manufacturer’s quality assurance programme. The programmes shall comply with the intent or CSA CAN3-Z299.3 or
ISO 9001. Provide a copy of the manufacturer’s quality assurance procedures manual if requested by the consultant.
1.5.3 Tests:
•
Perform functional and load tests to verify conformance with specifications, codes and performance requirements.
•
Tests are to include:
.1
Automatic shut down devices and trouble alarms. Tests to include actual out-of-limits operation with protective devices in their installed and in-service condition to prove sensor operation within manufacturer’s recommended limits.
Jumper testing of sensors or remote simulation testing to prove shut downs is not permissible.
.2 Automatic start-up, transfer to load, transfer back to normal power, cool down, and shut down.
.3
Demonstrate that battery reverts to high rate charge after cranking
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 41 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
1.6 Warranty: -
FINTRY
Ref # Specification / Requirement
1.6.1
Warranty: 2 year or 3000 hours standby power
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 42 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
PRODUCTS:
2.1 Engine-
FINTRY
Ref #
2.1.1
2.1.2
2.1.3
Specification / Requirement
Engine: to ISO 3046/1.
Engine: standard product of current manufacture, from company regularly engaged in production of such equipment
Synchronous speed 1800 r/min
Capacity:
•
Rated power in kW at rated speed, after adjustment for system losses in auxiliary equipment necessary for engine operation; to be calculated per load profile under 1.0.
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Under following site conditions:
.1
Altitude: 405 m.
.2 Ambient temperature: 30°C
Page 43 of 86
RDCO Contract: Supply of Goods/Services
2.1.4
2.1.5
2.1.6
Cooling System:
•
Liquid cooled: heavy duty industrial radiator mounted on generating set base with engine driven pusher type fan to direct air through radiator from engine side with ethylene glycol anti-freeze nonsludging above minus 46°C.
•
Block heater: thermostatically controlled liquid coolant heater connected to line side of automatic transfer switch to allow engine to start in ambient -20°C as recommended by the manufacturer
Governor:
Electronic type, electric actuator, speed droop externally adjustable from isochronous to 5%, temperature compensated with steady state speed maintenance capability of plus or minus 0.25%
Lubrication system:
•
Pressure lubricated by engine driven pump.
•
Lube oil filter: replaceable, full flow type, removable without disconnecting piping.
•
Lube oil cooler.
•
Engine sump drain valve and extension to perimeter of base.
•
Oil level dipstick
Regional District of Central Okanagan
Request For Proposal – R12-014
Page 44 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
2.1.7
2.1.8
Starting system:
•
Positive shift, gear engaging starter 12 or
24 V dc.
•
Cranking limiter to provide 6 cranking periods of 10 s duration, each separated by 5 s rest.
•
Lead acid, 12 or 24 V storage battery with sufficient capacity to crank engine for 1 min at 0°C without using more than 25% of ampere hour capacity.
•
Battery charger: constant voltage, solid state, two stage from trickle charge at standby to boost charge after use.
Regulation: plus or minus 2% output for plus or minus 10% input variation.
Minimum charger capacity: 6 A
Guards to protect personnel from hot and moving parts. Locate guards so that normal daily maintenance inspections can be undertaken without their removal
2.1.9 Drip tray
2.2 Alternator: -
FINTRY
Ref # Specification / Requirement
2.2.1 Alternator: to ANSI/NEMA MG1
2.2.2 Rating: 3 phase, 600 V, 4 wire, load profile per 1.0 with max 15% voltage drop
2.2.3 Revolving field, brushless, single bearing
2.2.4 Drip proof
2.2.5 Amortisseur windings
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 45 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
2.2.6 Synchronous type
2.2.7 Dynamically balanced rotor permanently aligned to engine by flexible disc coupling
2.2.8 Exciter: rotating brushless permanent magnet
EEMAC class H insulation on windings
2.2.9 Alternator: capable of sustaining 300% rated current for period not less than 10 s permitting selective tripping of down line protective devices when short circuit occurs
2.2.1
0
Alternator Output Breaker: Bolt on, molded case, temperature compensated for 40°C ambient, dual thermal-magnetic trip, auxiliary status contact
2.3 Control Panel: -
FINTRY
Ref # Specification / Requirement
2.3.1 Totally enclosed, mounting base isolated from diesel generator
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 46 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
Ref #
2.3.2
Specification / Requirement
Microprocessor based digital readout control system:
•
Engine oil pressure, running time, engine temperature.
•
.Battery voltage, generator voltage, amperage, frequency.
•
Safety shutdowns HWT, OC, OS, OP,
LWL.
•
2 – 120 VAC rated dry contact outputs for generator run and generator fault.
•
Instrument Transformers: o
Potential-dry type for indoor use. o
Current-dry type for indoor use, positive action automatic shortcircuiting device in secondary terminals
• Controls: o
Engine start button o
Selector switch: off-auto-manual o
Engine emergency stop button and provision for remote emergency stop button.
2.3.3 Lamp test button
2.3.4 Provision for remote monitoring
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 47 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
2.4 Steel Mounting Base: -
FINTRY
Ref # Specification / Requirement
2.4.1 Complete generating set mounted on structural steel base of sufficient strength and rigidity to protect assembly from stress or strain during transportation, installation and under operating conditions on suitable level surface.
2.4.2 Assembly fitted with vibration isolators and control console resiliently mounted. Vibration isolators to be seismic engineered approved neoprene type.
2.4.3 Steel base to be fastened to concrete pad to withstand seismic forces.
2.5 Exhaust System: -
FINTRY
Meets
Requirement
(YES / NO)
Ref # Specification / Requirement
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
2.5.1 Heavy duty critical grade exhaust silencer with condensate drain, plug and flanged couplings.
2.5.2 Heavy duty flexible exhaust pipe with flanged couplings as required.
2.5.3 Fittings and accessories as required.
2.5.4 Expansion joints: stainless steel, corrugated, of suitable length, to absorb both vertical and horizontal expansion
Page 48 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
2.6 Finishes -
FINTRY
Ref # Specification / Requirement
2.6.1 Finish enclosure semi-gloss enamel color manufacturer’s standard tan. Submit color sample
2.6.2 Alternator control cubicle: paint inside, exterior to match engine and alternator
2.6.3 Touch up all damaged painted finishes to match, or repaint if required by the engineer
2.6.4 Supply 0.25 L of touch-up enamel
2.7 Equipment Identification: -
FINTRY
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Ref # Specification / Requirement
2.7.1 Nameplates for controls such as alternator breakers and program selector switch
2.7.2 Nameplates for meters, alarms, indicating lights and minor controls
2.8 Fabrication: -
FINTRY
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Ref # Specification / Requirement
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 49 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
Ref # Specification / Requirement
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
2.8.1
Shop assemble generating unit including:
•
Base.
•
Engine and radiator.
•
Alternator.
•
Control panel.
•
Battery and charger.
EXECUTION:
3.1 Field Quality Control: -
FINTRY
Ref #
3.1.1
3.1.2
Specification / Requirement
Perform tests as specified herein.
•
Operation of all components to be demonstrated - battery charger, alarm devices, transfer switch, block heaters, controls, and all other components making up the overall system.
•
On site 2-hour full load test using portable load bank.
•
Top off fuel tank after testing
Upon completion of successful testing,
Contractor shall arrange and pay for demonstration and training to the owner by an authorized factory representative.
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 50 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
DELIVERY & UNLOADING:
4.1 Delivery: -
FINTRY
Ref # Specification / Requirement
4.1.1 Delivery & Unloading: FOB 7655 Fintry Delta
Road, Fintry, BC (approx 37 km from
Kelowna). At the delivery point, the
Contractor shall unload and lift the generator onto the pad with a crane.
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
State number of days from Confirmation of
Order to delivery at 7655 Fintry Delta Road,
Fintry, BC (approx 37 km from
Kelowna)___________
Page 51 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
B) GENSET FOR MORDEN CONTROL BUILDING:
GENERAL
1.1 Description of System -
MORDEN
Ref # Specification / Requirement
1.1.0 Diesel Genset is to supply 600V three phase
4 wire power to an existing Cutler Hammer
400A ATC-300 transfer switch that automatically signals the genset to run. Load profile with 15% voltage drop:
• Base Load - 30kW
• Step 1-30kW Electric Heat
• Step 2- 24A 600V Single Phase UV
(14.4kW Lighting Load)
• Step 3- Start & Run 40HP Pump Motor on VFD
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 52 of 86
RDCO Contract: Supply of Goods/Services
1.1.1
Generation system consists of:
•
Diesel fueled engine and alternator.
•
Engine/alternator common base plate.
•
Unit mounted generator control
•
Engine driven fan and unit-mounted radiator.
•
Battery charger and battery.
•
24 hour full load double wall sub base fuel tank.
•
Critical grade engine exhaust silencer, flex, and accessories.
•
Alternator output circuit breaker in common enclosure, mount with control panel.
•
Vibration isolators and seismic restraints.
•
Crystal Quiet Enclosure 73.7 dbA @ 7 meters.
•
Factory testing.
•
Site delivery.
•
Site commissioning and training
1.1.2 Generator set and automatic transfer switch system to be designed for automatic emergency standby power.
1.1.3
Generator set to include automatic shut down and alarm indication for:
•
Low oil pressure pre-shutdown and shutdown alarms.
•
High coolant temperature pre-shutdown and shutdown alarms.
•
Overspeed.
•
Overcrank.
•
Emergency stop
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
Page 53 of 86
Regional District of Central Okanagan
Request For Proposal – R12-014
1.1.4 Generator set to include warning systems and indication for:
•
Low oil pressure.
•
Low coolant temperature.
•
Fuel tank leak detection.
•
Low battery charger voltage.
•
Selector switch “not in automatic” position.
• Coolant temperature rising
• Low fuel level
1.1.5 Generator set to fit on existing base per
Appendix E.
1.2 Shop Drawings – to be provided with Proposal -
MORDEN
Ref # Specification / Requirement
1.2.0 The Shop drawings and items listed in this table shall be provided by Proponents in their proposal.
1.2.1 Schematic power and control diagrams showing generator, voltage regulator, metering, battery, battery charger, governor, and all engine/generator protection and controls. Indicate all field connection requirements.
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
1.2.2 Make and model of engine, generator, governor, voltage regulator, battery charger, battery, exhaust silencer, block heater/thermostat, seismic restraints, vibration isolators, control devices and power components; complete with technical and performance data.
Page 54 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
Ref # Specification / Requirement
1.2.3 Confirmation that the generator set will comply with 100% shop load performance requirements.
1.2.4
Dimensioned drawings for alternator, engine, control switchboard and all accessories.
1.2.5 Indication of all anchoring/mounting locations, and all power/control connection locations.
1.2.6
Fuel delivery system; flow rating, flow diagrams and relevant data.
1.2.7
Confirmation that required engine power at
100% rated load condition, 0.8 PF, does not exceed the engine manufacturer’s recommended stand by power rating.
1.2.8
Manufacturer’s published stand by power output curves and fuel consumption curves.
1.2.9
Description of set operation including:
• Automatic starting and transfer to load and back to normal power, including time in seconds from start of cranking until unit pressures rated voltage and frequency.
• Automatic shut down and alarm on: o
Over cranking o
Overspeed o
High Engine temperature. o
Low lube oil pressure.
• Manual remote emergency stop
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 55 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
1.3 Operations and Maintenance Data: -
MORDEN
Ref #
1.3.1
Specification / Requirement
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Provide three sets operation and maintenance data for diesel generator for incorporation into facility O&M manuals.
1.3.2
Include in operation and maintenance manual instructions for particular unit supplied and not general description of units manufactured by supplier and:
•
Operation and maintenance instructions for engine, alternator, control panel, battery charger, battery, fuel system, exhaust system and accessories, to permit effective operation, maintenance and repair.
•
Technical data:
.1 Illustrated parts list with parts catalogue numbers.
.2 Schematic diagram of electrical controls
.3
Maintenance and overhaul instructions and schedules.
.4
Precise details for adjustment and setting of time delay relays or sensing controls which require on site adjustment.
1.3.3 Certified copy of factory test results
1.3.4 Copy of guarantee
Page 56 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
Ref # Specification / Requirement
1.3.5 Complete set of as-built physical, schematic, and wiring diagrams and complete installation instructions
1.4 Maintenance Materials: -
MORDEN
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Ref # Specification / Requirement
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
1.4.1 Provide maintenance materials including special tools and spare parts
1.4.2
Include:
•
1 fuel filter replacement element.
•
1 lube oil filter replacement element.
•
1 air cleaner filter element.
•
2 sets of fuses for control panel.
•
2 of each type of indicating lamp.
•
1 set of ‘fan’ belts
Page 57 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
1.5 Source Quality Control: -
MORDEN
Ref # Specification / Requirement
1.5.1
Factory test generator set including engine, alternator, control panels, and accessories.
1.5.2 The generator set and accessories are to be tested and manufactured in accordance with the manufacturer’s quality assurance programme. The programmes shall comply with the intent or CSA CAN3-Z299.3 or
ISO 9001. Provide a copy of the manufacturer’s quality assurance procedures manual if requested by the consultant.
1.5.3 Tests:
•
Perform functional and load tests to verify conformance with specifications, codes and performance requirements.
•
Tests are to include:
.1
Automatic shut down devices and trouble alarms. Tests to include actual out-of-limits operation with protective devices in their installed and in-service condition to prove sensor operation within manufacturer’s recommended limits.
Jumper testing of sensors or remote simulation testing to prove shut downs is not permissible.
.2 Automatic start-up, transfer to load, transfer back to normal power, cool down, and shut down.
.3
Demonstrate that battery reverts to high rate charge after cranking
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 58 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
1.6 Warranty: -
MORDEN
Ref # Specification / Requirement
1.6.1
Warranty: 2 year or 3000 hours standby power
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 59 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
PRODUCTS: -
MORDEN
2.1 Engine-
MORDEN
Ref #
2.1.1
2.1.2
2.1.3
Specification / Requirement
Engine: to ISO 3046/1.
Engine: standard product of current manufacture, from company regularly engaged in production of such equipment
Synchronous speed 1800 r/min
Capacity:
•
Rated power in kW at rated speed, after adjustment for system losses in auxiliary equipment necessary for engine operation; to be calculated per load profile under 1.0.
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Under following site conditions:
.1
Altitude: 345 m.
.2 Ambient temperature: 30°C
Page 60 of 86
RDCO Contract: Supply of Goods/Services
2.1.4
2.1.5
2.1.6
Cooling System:
•
Liquid cooled: heavy duty industrial radiator mounted on generating set base with engine driven pusher type fan to direct air through radiator from engine side with ethylene glycol anti-freeze nonsludging above minus 46°C.
•
Block heater: thermostatically controlled liquid coolant heater connected to line side of automatic transfer switch to allow engine to start in ambient -20°C as recommended by the manufacturer
Governor:
Electronic type, electric actuator, speed droop externally adjustable from isochronous to 5%, temperature compensated with steady state speed maintenance capability of plus or minus 0.25%
Lubrication system:
•
Pressure lubricated by engine driven pump.
•
Lube oil filter: replaceable, full flow type, removable without disconnecting piping.
•
Lube oil cooler.
•
Engine sump drain valve and extension to perimeter of base.
•
Oil level dipstick
Regional District of Central Okanagan
Request For Proposal – R12-014
Page 61 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
2.1.7
2.1.8
Starting system:
•
Positive shift, gear engaging starter 12 or
24 V dc.
•
Cranking limiter to provide 6 cranking periods of 10 s duration, each separated by 5 s rest.
•
Lead acid, 12 or 24 V storage battery with sufficient capacity to crank engine for 1 min at 0°C without using more than 25% of ampere hour capacity.
•
Battery charger: constant voltage, solid state, two stage from trickle charge at standby to boost charge after use.
Regulation: plus or minus 2% output for plus or minus 10% input variation.
Minimum charger capacity: 6 A
Guards to protect personnel from hot and moving parts. Locate guards so that normal daily maintenance inspections can be undertaken without their removal
2.1.9 Drip tray
2.2 Alternator: -
MORDEN
Ref # Specification / Requirement
2.2.1 Alternator: to ANSI/NEMA MG1
2.2.2 Rating: 3 phase, 600 V, 4 wire, load profile per 1.0 with max 15% voltage drop
2.2.3 Revolving field, brushless, single bearing
2.2.4 Drip proof
2.2.5 Amortisseur windings
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 62 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
2.2.6 Synchronous type
2.2.7 Dynamically balanced rotor permanently aligned to engine by flexible disc coupling
2.2.8 Exciter: rotating brushless permanent magnet
EEMAC class H insulation on windings
2.2.9 Alternator: capable of sustaining 300% rated current for period not less than 10 s permitting selective tripping of down line protective devices when short circuit occurs
2.2.1
0
Alternator Output Breaker: Bolt on, molded case, temperature compensated for 40°C ambient, dual thermal-magnetic trip, auxiliary status contact
2.3 Control Panel: -
MORDEN
Ref # Specification / Requirement
2.3.1 Totally enclosed, mounting base isolated from diesel generator
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 63 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
Ref #
2.3.2
Specification / Requirement
Microprocessor based digital readout control system:
•
Engine oil pressure, running time, engine temperature.
•
.Battery voltage, generator voltage, amperage, frequency.
•
Safety shutdowns HWT, OC, OS, OP,
LWL.
•
2 – 120 VAC rated dry contact outputs for generator run and generator fault.
•
Instrument Transformers: o
Potential-dry type for indoor use. o
Current-dry type for indoor use, positive action automatic shortcircuiting device in secondary terminals
• Controls: o
Engine start button o
Selector switch: off-auto-manual o
Engine emergency stop button and provision for remote emergency stop button.
2.3.3 Lamp test button
2.3.4 Provision for remote monitoring
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 64 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
2.4 Steel Mounting Base: -
MORDEN
Ref # Specification / Requirement
2.4.1 Complete generating set mounted on structural steel base of sufficient strength and rigidity to protect assembly from stress or strain during transportation, installation and under operating conditions on suitable level surface.
2.4.2 Assembly fitted with vibration isolators and control console resiliently mounted. Vibration isolators to be seismic engineered approved neoprene type.
2.4.3 Steel base to be fastened to concrete pad to withstand seismic forces.
2.5 Exhaust System: -
MORDEN
Meets
Requirement
(YES / NO)
Ref # Specification / Requirement
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
2.5.1 Heavy duty critical grade exhaust silencer with condensate drain, plug and flanged couplings.
2.5.2 Heavy duty flexible exhaust pipe with flanged couplings as required.
2.5.3 Fittings and accessories as required.
2.5.4 Expansion joints: stainless steel, corrugated, of suitable length, to absorb both vertical and horizontal expansion
Page 65 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
2.6 Finishes -
MORDEN
Ref # Specification / Requirement
2.6.1 Finish enclosure semi-gloss enamel color manufacturer’s standard tan. Submit color sample
2.6.2 Alternator control cubicle: paint inside, exterior to match engine and alternator
2.6.3 Touch up all damaged painted finishes to match, or repaint if required by the engineer
2.6.4 Supply 0.25 L of touch-up enamel
2.7 Equipment Identification: -
MORDEN
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Ref # Specification / Requirement
2.7.1 Nameplates for controls such as alternator breakers and program selector switch
2.7.2 Nameplates for meters, alarms, indicating lights and minor controls
2.8 Fabrication: -
MORDEN
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Ref # Specification / Requirement
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 66 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
Ref # Specification / Requirement
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
2.8.1
Shop assemble generating unit including:
•
Base.
•
Engine and radiator.
•
Alternator.
•
Control panel.
•
Battery and charger.
EXECUTION:
3.1 Field Quality Control: -
MORDEN
Ref #
3.1.1
3.1.2
Specification / Requirement
Perform tests as specified herein.
•
Operation of all components to be demonstrated - battery charger, alarm devices, transfer switch, block heaters, controls, and all other components making up the overall system.
•
On site 2-hour full load test using portable load bank.
•
Top off fuel tank after testing
Upon completion of successful testing,
Contractor shall arrange and pay for demonstration and training to the owner by an authorized factory representative.
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 67 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
DELIVERY & UNLOADING:
4.1 Delivery: -
MORDEN
Ref # Specification / Requirement
4.1.1 Delivery & Unloading: FOB 334 Morden Rd,
Fintry, BC (approx 38km from Kelowna). At the delivery point, the Contractor shall unload and lift the generator onto the pad with a crane.
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
State number of days from Confirmation of
Order to delivery at 334 Morden Rd, Fintry,
BC (approx 38km from Kelowna)
___________
Page 68 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
C) GENSET FOR EAST TRUNK LIFT STATION:
GENERAL
1.1 Description of System –
EAST TRUNK
Ref # Specification / Requirement
1.1.0 Diesel Genset is to supply 600V three phase
4 wire power to a Thompson Technology TS-
873 600A transfer switch that automatically signals the genset to run. Load profile with
15% voltage drop :
• Base Load - 5kW
• Step 1-8kW Electric Heat
• Step 2- Start & Run 40HP Pump Motor on
VFD
• Step 3- Start & Run 40HP Pump Motor on VFD
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 69 of 86
RDCO Contract: Supply of Goods/Services
1.1.1
Generation system consists of:
•
Diesel fueled engine and alternator.
•
Engine/alternator common base plate.
•
Unit mounted generator control
•
Engine driven fan and unit-mounted radiator.
•
Battery charger and battery.
•
24 hour full load double wall sub base fuel tank.
•
Critical grade engine exhaust silencer, flex, and accessories.
•
Alternator output circuit breaker in common enclosure, mount with control panel.
•
Vibration isolators and seismic restraints.
•
Crystal Quiet Enclosure 72 dbA @ 7 meters.
•
Factory testing.
•
Site delivery.
•
Site commissioning and training
1.1.2 Generator set and automatic transfer switch system to be designed for automatic emergency standby power.
1.1.3
Generator set to include automatic shut down and alarm indication for:
•
Low oil pressure pre-shutdown and shutdown alarms.
•
High coolant temperature pre-shutdown and shutdown alarms.
•
Overspeed.
•
Overcrank.
•
Emergency stop
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
Page 70 of 86
Regional District of Central Okanagan
Request For Proposal – R12-014
1.1.4 Generator set to include warning systems and indication for:
•
Low oil pressure.
•
Low coolant temperature.
•
Fuel tank leak detection.
•
Low battery charger voltage.
•
Selector switch “not in automatic” position.
• Coolant temperature rising
• Low fuel level
1.1.5 Generator set to fit on existing base per
Appendix E.
1.2 Shop Drawings – to be provided with Proposal –
EAST TRUNK
Ref # Specification / Requirement
1.2.0 The Shop drawings and items listed in this table shall be provided by Proponents in their proposal.
1.2.1 Schematic power and control diagrams showing generator, voltage regulator, metering, battery, battery charger, governor, and all engine/generator protection and controls. Indicate all field connection requirements.
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
1.2.2 Make and model of engine, generator, governor, voltage regulator, battery charger, battery, exhaust silencer, block heater/thermostat, seismic restraints, vibration isolators, control devices and power components; complete with technical and performance data.
Page 71 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
Ref # Specification / Requirement
1.2.3 Confirmation that the generator set will comply with 100% shop load performance requirements.
1.2.4
Dimensioned drawings for alternator, engine, control switchboard and all accessories.
1.2.5 Indication of all anchoring/mounting locations, and all power/control connection locations.
1.2.6
Fuel delivery system; flow rating, flow diagrams and relevant data.
1.2.7
Confirmation that required engine power at
100% rated load condition, 0.8 PF, does not exceed the engine manufacturer’s recommended stand by power rating.
1.2.8
Manufacturer’s published stand by power output curves and fuel consumption curves.
1.2.9
Description of set operation including:
• Automatic starting and transfer to load and back to normal power, including time in seconds from start of cranking until unit pressures rated voltage and frequency.
• Automatic shut down and alarm on: o
Over cranking o
Overspeed o
High Engine temperature. o
Low lube oil pressure.
• Manual remote emergency stop
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 72 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
1.3 Operations and Maintenance Data: –
EAST TRUNK
Ref #
1.3.1
Specification / Requirement
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Provide three sets operation and maintenance data for diesel generator for incorporation into facility O&M manuals.
1.3.2
Include in operation and maintenance manual instructions for particular unit supplied and not general description of units manufactured by supplier and:
•
Operation and maintenance instructions for engine, alternator, control panel, battery charger, battery, fuel system, exhaust system and accessories, to permit effective operation, maintenance and repair.
•
Technical data:
.1 Illustrated parts list with parts catalogue numbers.
.2 Schematic diagram of electrical controls
.3
Maintenance and overhaul instructions and schedules.
.4
Precise details for adjustment and setting of time delay relays or sensing controls which require on site adjustment.
1.3.3 Certified copy of factory test results
1.3.4 Copy of guarantee
Page 73 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
Ref # Specification / Requirement
1.3.5 Complete set of as-built physical, schematic, and wiring diagrams and complete installation instructions
1.4 Maintenance Materials: –
EAST TRUNK
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Ref # Specification / Requirement
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
1.4.1 Provide maintenance materials including special tools and spare parts
1.4.2
Include:
•
1 fuel filter replacement element.
•
1 lube oil filter replacement element.
•
1 air cleaner filter element.
•
2 sets of fuses for control panel.
•
2 of each type of indicating lamp.
•
1 set of ‘fan’ belts
Page 74 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
1.5 Source Quality Control: –
EAST TRUNK
Ref # Specification / Requirement
1.5.1
Factory test generator set including engine, alternator, control panels, and accessories.
1.5.2 The generator set and accessories are to be tested and manufactured in accordance with the manufacturer’s quality assurance programme. The programmes shall comply with the intent or CSA CAN3-Z299.3 or
ISO 9001. Provide a copy of the manufacturer’s quality assurance procedures manual if requested by the consultant.
1.5.3 Tests:
•
Perform functional and load tests to verify conformance with specifications, codes and performance requirements.
•
Tests are to include:
.1
Automatic shut down devices and trouble alarms. Tests to include actual out-of-limits operation with protective devices in their installed and in-service condition to prove sensor operation within manufacturer’s recommended limits.
Jumper testing of sensors or remote simulation testing to prove shut downs is not permissible.
.2 Automatic start-up, transfer to load, transfer back to normal power, cool down, and shut down.
.3
Demonstrate that battery reverts to high rate charge after cranking
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 75 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
1.6 Warranty: –
EAST TRUNK
Ref # Specification / Requirement
1.6.1
Warranty: 2 year or 3000 hours standby power
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 76 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
PRODUCTS: –
EAST TRUNK
2.1 Engine –
EAST TRUNK
Ref #
2.1.1
2.1.2
2.1.3
Specification / Requirement
Engine: to ISO 3046/1.
Engine: standard product of current manufacture, from company regularly engaged in production of such equipment
Synchronous speed 1800 r/min
Capacity:
•
Rated power in kW at rated speed, after adjustment for system losses in auxiliary equipment necessary for engine operation; to be calculated per load profile under 1.0.
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Under following site conditions:
.1
Altitude: 345 m.
.2 Ambient temperature: 30°C
Page 77 of 86
RDCO Contract: Supply of Goods/Services
2.1.4
2.1.5
2.1.6
Cooling System:
•
Liquid cooled: heavy duty industrial radiator mounted on generating set base with engine driven pusher type fan to direct air through radiator from engine side with ethylene glycol anti-freeze nonsludging above minus 46°C.
•
Block heater: thermostatically controlled liquid coolant heater connected to line side of automatic transfer switch to allow engine to start in ambient -20°C as recommended by the manufacturer
Governor:
Electronic type, electric actuator, speed droop externally adjustable from isochronous to 5%, temperature compensated with steady state speed maintenance capability of plus or minus 0.25%
Lubrication system:
•
Pressure lubricated by engine driven pump.
•
Lube oil filter: replaceable, full flow type, removable without disconnecting piping.
•
Lube oil cooler.
•
Engine sump drain valve and extension to perimeter of base.
•
Oil level dipstick
Regional District of Central Okanagan
Request For Proposal – R12-014
Page 78 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
2.1.7
2.1.8
Starting system:
•
Positive shift, gear engaging starter 12 or
24 V dc.
•
Cranking limiter to provide 6 cranking periods of 10 s duration, each separated by 5 s rest.
•
Lead acid, 12 or 24 V storage battery with sufficient capacity to crank engine for 1 min at 0°C without using more than 25% of ampere hour capacity.
•
Battery charger: constant voltage, solid state, two stage from trickle charge at standby to boost charge after use.
Regulation: plus or minus 2% output for plus or minus 10% input variation.
Minimum charger capacity: 6 A
Guards to protect personnel from hot and moving parts. Locate guards so that normal daily maintenance inspections can be undertaken without their removal
2.1.9 Drip tray
2.2 Alternator: –
EAST TRUNK
Ref # Specification / Requirement
2.2.1 Alternator: to ANSI/NEMA MG1
2.2.2 Rating: 3 phase, 600 V, 4 wire, load profile per 1.0 with max 15% voltage drop
2.2.3 Revolving field, brushless, single bearing
2.2.4 Drip proof
2.2.5 Amortisseur windings
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 79 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
2.2.6 Synchronous type
2.2.7 Dynamically balanced rotor permanently aligned to engine by flexible disc coupling
2.2.8 Exciter: rotating brushless permanent magnet
EEMAC class H insulation on windings
2.2.9 Alternator: capable of sustaining 300% rated current for period not less than 10 s permitting selective tripping of down line protective devices when short circuit occurs
2.2.1
0
Alternator Output Breaker: Bolt on, molded case, temperature compensated for 40°C ambient, dual thermal-magnetic trip, auxiliary status contact
2.3 Control Panel: –
EAST TRUNK
Ref # Specification / Requirement
2.3.1 Totally enclosed, mounting base isolated from diesel generator
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 80 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
Ref #
2.3.2
Specification / Requirement
Microprocessor based digital readout control system:
•
Engine oil pressure, running time, engine temperature.
•
.Battery voltage, generator voltage, amperage, frequency.
•
Safety shutdowns HWT, OC, OS, OP,
LWL.
•
2 – 120 VAC rated dry contact outputs for generator run and generator fault.
•
Instrument Transformers: o
Potential-dry type for indoor use. o
Current-dry type for indoor use, positive action automatic shortcircuiting device in secondary terminals
• Controls: o
Engine start button o
Selector switch: off-auto-manual o
Engine emergency stop button and provision for remote emergency stop button.
2.3.3 Lamp test button
2.3.4 Provision for remote monitoring
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 81 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
2.4 Steel Mounting Base: –
EAST TRUNK
Ref # Specification / Requirement
2.4.1 Complete generating set mounted on structural steel base of sufficient strength and rigidity to protect assembly from stress or strain during transportation, installation and under operating conditions on suitable level surface.
2.4.2 Assembly fitted with vibration isolators and control console resiliently mounted. Vibration isolators to be seismic engineered approved neoprene type.
2.4.3 Steel base to be fastened to concrete pad to withstand seismic forces.
2.5 Exhaust System: –
EAST TRUNK
Meets
Requirement
(YES / NO)
Ref # Specification / Requirement
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
2.5.1 Heavy duty critical grade exhaust silencer with condensate drain, plug and flanged couplings.
2.5.2 Heavy duty flexible exhaust pipe with flanged couplings as required.
2.5.3 Fittings and accessories as required.
2.5.4 Expansion joints: stainless steel, corrugated, of suitable length, to absorb both vertical and horizontal expansion
Page 82 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
2.6 Finishes –
EAST TRUNK
Ref # Specification / Requirement
2.6.1 Finish enclosure semi-gloss enamel color manufacturer’s standard tan. Submit color sample
2.6.2 Alternator control cubicle: paint inside, exterior to match engine and alternator
2.6.3 Touch up all damaged painted finishes to match, or repaint if required by the engineer
2.6.4 Supply 0.25 L of touch-up enamel
2.7 Equipment Identification: –
EAST TRUNK
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Ref # Specification / Requirement
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
2.7.1 Nameplates for controls such as alternator breakers and program selector switch
2.7.2 Nameplates for meters, alarms, indicating lights and minor controls
2.8 Fabrication: –
EAST TRUNK
Ref # Specification / Requirement
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 83 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
Ref # Specification / Requirement
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
2.8.1
Shop assemble generating unit including:
•
Base.
•
Engine and radiator.
•
Alternator.
•
Control panel.
•
Battery and charger.
EXECUTION:
3.1 Field Quality Control: –
EAST TRUNK
Ref #
3.1.1
3.1.2
Specification / Requirement
Perform tests as specified herein.
•
Operation of all components to be demonstrated - battery charger, alarm devices, transfer switch, block heaters, controls, and all other components making up the overall system.
•
On site 2-hour full load test using portable load bank.
•
Top off fuel tank after testing
Upon completion of successful testing,
Contractor shall arrange and pay for demonstration and training to the owner by an authorized factory representative.
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
Page 84 of 86
RDCO Contract: Supply of Goods/Services
Regional District of Central Okanagan
Request For Proposal – R12-014
DELIVERY & UNLOADING:
4.1 Delivery: –
EAST TRUNK
Ref # Specification / Requirement
4.1.1 Delivery & Unloading: FOB 4123 Gellatly Rd,
West Kelowna, BC. At the delivery point, the
Contractor shall unload and lift the generator onto the pad with a crane.
Meets
Requirement
(YES / NO)
Proponent’s Response
Exceeds
Requirement
(YES / NO)
Detail on how Proposal meets / exceeds requirement:
State number of days from Confirmation of
Order to delivery at 4123 Gellatly Rd, West
Kelowna, BC ___________
Page 85 of 86
RDCO Contract: Supply of Goods/Services
APPENDIX E: GENSET PAD
Regional District of Central Okanagan
Request For Proposal – R12-014
RDCO Contract: Supply of Goods/Services
Page 86 of 86
* Your assessment is very important for improving the work of artificial intelligence, which forms the content of this project
Related manuals
advertisement