<<

STATEMENT OF WORK

Purchase and Installation of Diesel Standby Generator Set and Service Entrance Rated Automatic Transfer Switch for Sewage Treatment Plant Nockamixon State Park (Bucks County)

I. SCOPE OF WORK:

The Pennsylvania Department of Conservation and Natural Resources, Bureau of State Parks, requires the services of a contractor for the purchase and the installation of a permanently installed diesel fueled standby generator equipped with self-monitoring and self-diagnostic features capable of network communication and remote annunciator and emergency stop system for the Nockamixon State Park Sewage Treatment Plant, which is located within Nockamixon State Park, 1775 Mink Road, Quakertown, Pennsylvania 18951.

The awarded contractor shall provide the Department with the minimum recommended concrete pad dimensions with conduit stub-out areas required for the generator set. Maintenance personnel at the state park will install the concrete mounting pad.

Questions regarding the technical aspects of this bid should be directed to Obie Derr, Park Manager, at 215-536-4293 . Questions regarding the bidding or contracting procedures should be directed to Nancy Weibley at 717-783-4884.

II. CONTRACT TASKS:

The Contractor must furnish all supplies and equipment. Equipment to be installed must be approved by the Park Manager or a designated representative prior to installation. However, no equipment or material shall be delivered to the site by the awarded vendor until the awarded bidder has obtained prior shop submittal approval from the Department.

The following specifications shall include minimum requirements, unless otherwise stated, to include all genuine parts, accessories, equipment and safety features considered standard whether mentioned herein or not. The generator and transfer switch shall comply with all applicable NEMA codes, NFPA fire prevention and electrical codes, and state and local regulations.

All work and installations performed shall be completed per the manufacturer's specifications and in accordance with applicable Uniform Construction Code.

 Outdoor Diesel Emergency Generator (1 each)

Furnish one (1) continuous, standby rated, outdoor, skid-mounted, diesel emergency generator set with sub-base tank, weather-tight enclosure, and remote , to be delivered to the Sewage Treatment Plant at Nockamixon State Park, 1775 Mink Road, Quakertown, Pennsylvania. The incoming freight and placement of the generator at the Sewage Treatment Plant shall be included in the bid price.

Standby Ratings at 130 degrees Celsius Rise:

125kW (156kVA) 480Y/277 Volts AC 3 phase, 60Hz, approximately 188 amps, 1800 rpm 1

Warranty: One year parts and labor from the date of site start-up.

Manuals: Three (3) complete sets of Operators & Maintenance Manuals.

Without intending to limit and/or restrict the equipment and materials required by these specifications, the diesel generator system shall be provided with, but is not limited to, the following:

- Channel steel skid base. - UL-2200 Listed. - Certified by the Environmental Protection Agency (EPA) to conform to Tier 3 non-road emissions regulations and stationary emergency applications. - Outdoor UL-2200 listed weather housing with rodent guards and skid end caps. - Fully automatic generator set-mounted controller with, but not limited to, the following: Pre-Alarms. Dry contact (isolated alarm). Common Failure Relay. Automatic starting and stopping, and manual start/stop capabilities. Three-position (Automatic-OFF-TEST) selector switch. AC Meter and Instrumentation Panel for volts, amps, combined frequency meter and tachometer, coolant temperature, lube oil pressure, battery condition voltmeter, and hourmeter for run time. Automatic engine shutdown when signals for high coolant temperature, low oil pressure, or overspeed are received. Indicating lights/Engine monitor. Vibration isolated control panel with lockable-hinged panel door. Remote starting contacts to interface with the new automatic transfer switch. Remote monitoring capabilities & communication thru a PC via network or modem. NFPA 110 Level 1 capability. Modbus protocol capability. - Float-type battery charger (12VDC) with alarms and equalizer. - Batteries, electrolyte, battery rack, and associated cables. - heater to operate at 120 volts AC single phase, thermostatically controlled to maintain engine coolant at proper temperature, and sized (approximately 1500 watts or greater) to meet the requirements of NFPA-110 regulation. - Flexible seamless stainless steel exhaust connector and solid nipple. - Level 2 (typical attenuation level of 25dBA) “critical” engine exhaust silencer system - Electronic Isochronous Governor. - Oil drain valve and extension line. - Cooling system to include a unit-mounted radiator with water pump, electric coolant heater, blower , thermostat, radiator duct flange, and 50% mix. - Coolant drain. - Heavy-duty, dry type air cleaner. - AC generator to be brushless, permanent magnet. - Class H insulation material and 130 degrees Celsius standby temperature rise. - Anti-vibration isolators/pads between the engine-generator and the heavy duty steel mounting skid base to ensure vibration isolation - Flexible fuel lines. - Integral fuel transfer pump. - Mounted fuel solenoid valve and flexible connection. - Safeguard breaker. - One (1) engine mounted 3-pole, 200 amp mainline molded case circuit breaker. - Engine lube oil and antifreeze. - Three (3) sets of Operators & Maintenance Manuals including general maintenance and NFPA 110 literature. - Mushroom head push button emergency generator stop switch with push button guard to reduce the risk of accidental operation in a surface mounted enclosure. - Remote Annunciator Panel with single automatic transfer switch (ATS) control features including common alarm, remote testing of the ATS, and monitoring of the normal & emergency sources.

2

- Incoming freight, start-up, training services, and generator testing. All required design prototype tests, final production tests, start-up site tests, including no-load, dynamic building load, and load bank testing. All function and time setting parameters associated with the corresponding automatic transfer switch shall be properly interfaced with the generator system. - One (1) year limited warranty program.

The generator shall include a minimum 250 gallon U.L. listed double-walled skid mounted sub-base fuel tank or properly sized to provide a minimum 24-hour standby at full load capacity of the generator, whichever is greater, with, but not limited to, low fuel level alarm, fuel in basin/leak alarm, mounting rails, vent cap, fuel level gauge, fill port, drain, and all required piping and accessories.

Reference: Kohler Model No. 125REOZJG Diesel Emergency Generator with Remote Serial Annunciator III (RSA III), or approved equal.

Start-up Services: The manufacturer or manufacturer’s representative shall be on-site during start-up to ensure that the generator is installed and operating properly, and to complete all necessary paperwork and forms required for commissioning and warranty registration. After final hook-up of the generator system (by others), the State Park will contact the Vendor to make arrangements for the official site start-up. Diesel fuel will be provided by the state park and is not part of this contract. The start-up services shall include a generator training session with operational and maintenance procedures, a no-load operational test, a minimum 1-hour building dynamic load test demonstration, and a load bank test. The load bank test shall be conducted with 100% of generator nameplate rating for two (2) continuous hours, or in accordance with NFPA 110 generator testing regulations, whichever is greater.

 Outdoor Service Entrance Automatic Transfer Switch (1 each)

Furnish one (1) outdoor, service entrance rated automatic transfer switch to be utilized with the 125kW diesel emergency generator as described above. The switch shall have microprocessor logic control with programmed transition mode of operation, and shall be rated 3-pole, 4-wire, solid neutral, 400 amp, 480 volts, 60 Hertz, with a 3- pole, 400 amp molded case circuit breaker with electronic trip for the utility switching device, and a 3-pole, 200 amp molded case switch for the generator switching device. The switch shall have a NEMA Type 3R enclosure for installation outdoors.

The switch shall be a mechanically held and electrically operated automatic transfer switch in a free standing, floor mounted type enclosure, to be used on a 480Y/277 volt, three phase, 4-wire, 60 hertz system. The incoming freight and placement of the automatic transfer switch, in addition to all required start-up and programming services, shall be included in the bid price.

The transfer mechanism of the switch shall be mechanically designed to prevent both the normal and emergency sources from being connected at the same time, and to prevent the contacts from stopping in-between, so that no source is connected.

The transfer switch/control panel for the automatic transfer switch shall be provided with, but is not limited to, the following:

- Engine starting contacts, with adjustable “Time Delay on Engine Starting” to override momentary normal source outages. - Adjustable “Time Delay Normal to Emergency” load transfer. - Adjustable “Time Delay Emergency to Normal” load transfer (i.e. retransfer back to normal). - Unloaded running time delay for emergency engine generator cool-down after retransfer back to normal source. - Test switch to momentarily simulate normal source failure. - Adjustable close differential voltage sensing on all phases of normal source. - Over and underfrequency sensing on one phase of the normal source, and overvoltage and overfrequency sensing on one phase of the emergency source. - Phase rotation and phase loss monitoring. - Automatic 7-day mode exerciser with LOAD / NO LOAD selector switch and an override circuit. The manufacturer or manufacturer’s representative shall program the exerciser on the site start-up date to 3

automatically perform a weekly thirty (30) minute no-load test on a particular day and time that is to the satisfaction of the Park Operations Manager. - Green indicator light for normal source switch position. - Red indicator light for emergency source switch position. - Solid Neutral bar. - Padlockable handle on the front door. - Hygrostat-controlled 120VAC strip heater to prevent condensation. - Two auxiliary contacts: one relay auxiliary contact (normal source 2 NO and 2 NC) that is energized when normal power is available, and the other relay auxiliary contact (emergency source 2 NO and 2 NC) that is energized when emergency power is available.

The outdoor automatic transfer switch shall be compatible with the new emergency generator.

Reference: Kohler Model No. KEP-DMTC-0400SNK with accessories as described above, or approved equal.

Please Note: All bidders will be required to submit the following with their bid: catalog cuts, specification sheets, dimensional drawings, wiring diagrams, etc. for the emergency generator, generator enclosure, generator sub-base fuel tank, batteries, battery charger, remote annunciator panel, remote emergency stop switch, and automatic transfer switch. The generator manufacturer’s air emissions data shall also be submitted.

All work shall be subject to inspection and acceptance by the Park Manager or his designee.

The Department may choose to exercise the right to cancel this contract at any time during the term of this contract if requirements are not satisfactorily completed.

Ill. SITE INSPECTION:

Prospective bidders are encouraged to visit the site prior to bidding. Contact the Park Office at 215-536-4293 to make arrangements. Questions concerning the contract should be directed to Obie Derr, Park Manager, at the above number.

IV. CONTRACTOR REFERENCES:

After bid opening, and prior to awarding of the contract, the Department has the right to request references (names, addresses and telephone numbers) of similar work performed in the previous two (2) years as proof of qualifications to perform the work involved in this contract.

V. CONTRACT REQUIREMENTS:

The contractor agrees to comply with Attachment A – Reciprocal Limitations Act Requirements form, as attached.

Either party, the Park Manager/representative or the Contractor, shall give at least ninety (90) days written notice prior to cancellation of this contract.

VI. PERFORMANCE DEPOSIT:

In order to secure performance of the conditions of this contract, awarded vendor agrees to furnish, in a form acceptable to the Department (certified or cashier’s check, money order, corporate bond or letter of credit), a performance deposit in the amount of 10% of the bid amount. All checks and money orders must be made payable to the Commonwealth of Pennsylvania. Personal checks or money orders will not be accepted.

4

VII. INSURANCE REQUIREMENTS:

The contractor shall purchase and maintain, at its expense, the following types of insurance, issued by companies acceptable to the Commonwealth.

a. Workmen’s Compensation Insurance for all of the Contractor’s employees and those of any subcontractor, engaged in work at the site of the project as required by law.

b. Public Liability and Property Damage Insurance to protect the Commonwealth, the Contractor, and any and all subcontractors from claims for damages for personal injury (including bodily injury), sickness or disease, accidental death and damage to property including the loss of use resulting from any property damage, which may arise from the activities performed under the Contract, or the failure to perform under the Contract, whether such performance or non-performance be by the Contractor, by any subcontractor, or by anyone directly or indirectly employed by either. The minimum amounts of coverage shall be $250,000 per person and $1,000,000 per occurrence for bodily injury, including death, and $250,000 per person and $1,000,000 per occurrence for property damage. Such policies shall be occurrence rather than claims-made policies and shall not contain any endorsements or any other form designated to limit and restrict any action by the Commonwealth, as an additional insured, against the insurance coverage in regard to work performed for the Commonwealth.

Prior to commencement of the work under the Contract and at each insurance renewal date during the term of the Contract, the Contractor shall provide the Commonwealth with current certificates of insurance. These certificates or policies shall name “The Commonwealth of PA-DCNR” as an additional insured and shall contain a provision that the coverage’s afforded under the policies will not be cancelled or changed until at least thirty (30) days written notice has been given to the Commonwealth. These certificates shall include the location and a brief description of the work to be performed under the contract.

The Commonwealth shall be under no obligation to obtain such certificates from the Contractor(s). Failure by the Commonwealth to obtain the certificates shall not be deemed a waiver of the Contractor’s obligation to obtain and furnish certificates. The Commonwealth shall have the right to inspect the original insurance policies.

VIII. CONTRACT TERM:

The contract shall commence upon receipt of the purchase order and Notice to Proceed notification, and terminates December 31, 2015.

IX. BID AWARD:

The bidder shall complete and/or attach the following for award of the bid:

 complete the electronic Invitation for Bid to be found at www.pasupplierportal.state.pa.us;  complete and electronically attach the Reciprocal Limitations Act Requirements form (attached); and,  submit catalog cuts, specification sheets, dimensional drawings, wiring diagrams, etc., for the emergency generator, generator enclosure, generator sub-base fuel tank, batteries, battery charger, remote annunciator panel, remote emergency stop switch, and automatic transfer switch. The generator manufacturer’s air emissions data shall also be submitted.

Bids will be awarded based on a total sum.

The contract quantities herein are estimated only and may increase or decrease depending on the needs of the Department. The Contractor shall be paid at the unit price for actual work performed. 5

NOTE: The Department will only accept out to two (2) decimal points when entering your "Unit Price" bid.

X. PAYMENT TERMS:

Payment shall be made upon satisfactory completion of each line item listed on the IFB (Invitation for Bid). The Department representative must be in agreement with the contractor and the Department representative must authorize the partial payment. A line item will be deemed complete when all items listed in the line item have been met.

XI. INVOICES:

All invoices for the contract MUST be sent to the following address:

Commonwealth of PA- PO Invoice P.O. Box 69180 Harrisburg, PA 17106

All invoices MUST have the Purchase Order Number, as well as your SAP Vendor Number on each invoice. Failure to provide this will result in a delay of your payment.

XII. RECEIPT AND OPENING OF BID:

Bids will be submitted via PA Supplier Portal, to be found at www.pasupplierportal.state.pa.us. Faxed bids and mailed bids will not be accepted.

No responsibility will be attached to any employee of the Department for the premature opening of, or the failure to open, a bid not properly addressed and identified, or for any other reason whatsoever.

XIII. BID RESULTS:

Bidder can obtain bid results by accessing www.emarketplace.state.pa.us. The bids will be posted no later than 3 business days following the bid opening. The results are the apparent bidders and all bids are under review until final award of the purchase order.

Attachments

6