invitation for bids: generator maintenance
TRANSCRIPT
00135483.2 1
INVITATION FOR BIDS:
GENERATOR MAINTENANCE
IFB Number: PUR1032
Bid Due Date: April 1, 2020 at 2:00 PM
Sealed bids will be received by the Purchasing Division of the City of Rock Hill, South
Carolina until the time specified above, at which time they will be publicly opened and
read aloud. All companies submitting bids are welcome to attend, but attendance is not
mandatory. Details of the award will be posted on our website www.cityofrockhill.com
after the bid opening.
The bid opening will begin promptly at the appointed time in the Purchasing Office,
located at the City Operation Center, 757 S. Anderson Rd. Building 103, Rock Hill, SC
29730. No bid may be submitted after the bid opening begins. The bids must be in the
Purchasing Conference room at the time of the bid opening and it is the sole
responsibility of the bidder to ensure that the bid arrives in the correct place on time.
Emailed bids will not be accepted.
Bids must be delivered to Tom Stanford, Operations Center Purchasing Office,757 S.
Anderson Rd., Building 103, Rock Hill, SC 29730 prior to the appointed time of the bid
opening. The City is not responsible for bids delayed in the mail.
Mandatory Pre-Bid Meeting: March 18, 2020 at 10:00 AM
A mandatory pre-bid meeting will be held at the time specified above at the 757 South
Anderson Road, Building 103, Rock Hill, South Carolina 29730. Inspection, questions,
and work review will take place at this time. Only those companies with representatives
in attendance who have signed in at this meeting will be allowed to submit a bid
proposal. Companies must be present during the entire meeting in order to bid.
00135483.2 2
Invitation for Bids
1.0 Purpose
The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to
provide the City with the preventative maintenance of its standby generators and transfer
switchgears. Bidders must be willing to provide service for all units listed below. The term of
this agreement is for 36 months, beginning on May 1, 2020 with two 12 month options, if
options are exercised. The City of Rock Hill Electric Utilities Department is responsible for this
project.
2.0 Competition Intended
The process of responding to this Invitation for Bids (IFB) should involve interested companies
reviewing and analyzing the information provided herein and responding in writing to any and
all items where a response is requested.
3.0 Discrepancies and Questions
Should the bidder have questions, find discrepancies in the plans and/or specifications, or be in
doubt as to the meaning or intent of any part thereof, the bidder shall request clarification from
the City in writing, not later than five (5) working days prior to the bid opening. These requests
should be emailed to [email protected].
All questions will be answered and any changes will be communicated through a written
addendum and posted to the City’s website. It is the responsibility of the bidder to check the
website for any of this information prior to submitting a bid. Failure to request such clarification
is a waiver of any claim by the bidder for additional expenses because its interpretation was
different from the City’s.
4.0 Bidder’s Minimum Qualification
A qualified vendor is defined for this purpose as one who meets, or by the date of bid acceptance
can meet, all requirements for licensing, insurance, and service contained within this IFB.
5.0 Instructions to Bidders
5.1 Definitions:
5.1.1 Bidder: This term is used to encompass the party seeking to have an
agreement with the City of Rock Hill.
5.1.2 City: This term is defined as the City of Rock Hill, South Carolina. All
communications relating to the bid process or the resulting purchase
should be directed to the City’s Purchasing Office or to their designated
contact.
5.1.3 Purchase: This term means the agreement to be executed by the City and
the successful bidder.
5.2 Bid Preparation: All bid responses shall be:
5.2.1 Prepared and submitted on the forms enclosed herein, unless otherwise
prescribed.
00135483.2 3
5.2.2 Typewritten or completed in ink, signed by the bidding company’s
authorized representative with all erasures or corrections initialed and
dated by said signer.
5.2.3 Each bid constitutes an offer and may not be withdrawn except as
provided herein. Bid prices are to remain firm for the period stated in the
Invitation for Bid.
5.2.4 Each bid shall include the name, address, telephone number and e-mail
address of at least three (3) current customers for whom they have
provided similar products. These references may be contacted, and if so,
their responses will constitute a significant part in the bid evaluation
process.
5.2.5 The City of Rock Hill assumes no responsibility for costs incurred in responding
to this IFB.
5.3 Bid Submission: three (3) copies of the Bid Response shall be:
5.3.1 Submitted in a single sealed envelope with the following information
written on the outside of the envelope:
The name of the bidding company;
Identification of items being bid; date and time of bid opening.
5.3.2 Mailed or delivered to the address shown in the IFB for receipt by the
City by the stated deadline.
5.3.3 Bids not received by the time and date specified will not be opened or
considered, unless the delay is a result of the City, its agents, or assigns.
5.3.4 All bids must be in a sealed envelope and marked “Generator
Maintenance; OPEN April 1, 2020 at 2:00 PM.” The City assumes no
responsibility for unmarked or improperly marked envelopes.
5.3.5 No bid may be withdrawn for a period of sixty (60) calendar days after the
bid opening, unless approved in writing by the Purchasing Office.
5.3.6 All bids must be approved by the Rock Hill City Manager and the
department in charge of the project.
5.3.7 Should the bids be higher than the amount allocated by the City for this
project, the City reserves the right to negotiate in good faith with the low
bidder. Failing an agreement, the City may reject all bids and resubmit
for new bids or make any other decisions it deems to be in its own best
interest.
5.4 Failure to bid: Any company which does not desire to offer a bid should submit to
the City a letter stating a reason for not bidding and whether the bidder desires their
company’s name be retained or removed from the City’s bid list for future
solicitations.
5.5 Errors in Bid: Bidders or their authorized representatives are expected to fully
inform themselves as to the conditions, requirements, and specifications before
submitting bids. Failure to do so will be at the Bidder’s own risk. In case of error in
extension of prices in the bid, the unit price shall govern. If an error is made before
submitting the bid, the error should be crossed out, corrections entered and initialed
00135483.2 4
by the person signing the bid. The City reserves the right to waive any informalities,
technical defects, and minor irregularities in bids received.
5.6 Award Criteria: The award shall be made to a bidder who submits the lowest
responsible and responsive bid taking into consideration product quality, past
performance, and compliance with the stated terms, conditions, and specifications.
Notwithstanding the foregoing, the City of Rock Hill reserves the right to reject any
or all bids, to accept any bid submitted, to waive any informality and to negotiate
with the low Bidder or Bidders on any changes which the City of Rock Hill considers
necessary or desirable for their own interests. The City alone shall make such
determination. In addition, City of Rock Hill’s Purchasing Policies and Procedures
Manual, as amended or supplemented from time to time are hereby incorporated by
this reference and shall be applicable to this Request for Proposal and the City
reserves all alternatives, terms and conditions as set forth therein.
5.7 Compliance with laws: The successful bidder shall obtain and maintain all licenses,
permits, liability insurance, worker’s compensation insurance, and comply with all
other standards or regulations required by federal, state, county, or City statute,
ordinances, and rules during the performance of any purchase between the bidder
and the City. Any such requirement specifically set forth in any purchase document
between the bidder and the City shall be supplementary to this section and not in
substitution thereof.
5.8 Suspension and Debarment: The Bidder certifies, by submission of this proposal,
that neither it nor its principals are presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation in this
transaction by any federal, state or local agency. Where the Bidder is unable to certify
to any of the statements in this certification, such Offeror shall attach an explanation
to this bid.
5.9 Subcontractors: The awarded company agrees that they shall not delegate,
subcontract or assign all or any portion of the project to any third party without the
express written consent of the City.
5.10 Brand Name: The use of a brand name is for the sole purpose of describing the
standard of quality, performance, and a characteristic desired and is not intended to
limit or restrict competition.
5.11 Local Providers: Bidders submitting proposals should keep in mind the City’s
goal of supporting local businesses and supply houses for materials and labor
whenever practicable, so long as pricing and other contract conditions are not
adversely affected.
00135483.2 5
6.0 Scope of Services
6.1 The City of Rock Hill is seeking bids for the semi-annual preventive maintenance for
its standby generators and associated load transfer switchgears.
6.1.1 Service 1, as described below in Section 6.2, shall be performed annually
each spring on all equipment listed in Section 8.
6.1.2 Service 2, as described below in Section 6.3, shall be performed annually
each fall on all equipment listed in Section 8.
The following pages contain an outline of the two levels of preventative maintenance,
specification numbers relating to the generators and switchgear and pricing requests.
6.2 SERVICE 1 GENERATOR PREVENTIVE MAINTENANCE
6.2.1 COOLING SYSTEM
6.2.1.1 Inspect radiator exchanger
6.2.1.2 Check coolant level
6.2.1.3 Glycol check of coolant (freezing pt.) (results must be turned in)
6.2.1.4 Inspect all hoses and connections
6.2.1.5 Inspect fan drive pulley and fan
6.2.1.6 Inspect fan belts
6.2.1.7 Check jacket water heater
6.2.1.8 Inspect water pump
6.2.1.9 Inspect thermostats
6.2.2 FUEL SYSTEM
6.2.2.1 Inspect fuel tank
6.2.2.2 Change fuel/water separator strainers
6.2.2.3 Inspect all fuel lines and connections
6.2.2.4 Inspect governor and controls
6.2.2.5 Change all fuel filters
6.2.2.6 Check fuel pressure
6.2.2.7 Test fuel in tanks for water (results must be turned in)
6.2.3 AIR INTAKE & EXHAUST SYSTEM
6.2.3.1 Check air filters
6.2.3.2 Check air filter service indicator
6.2.3.3 Inspect air inlet system
6.2.3.4 Inspect turbocharger
6.2.3.5 Check exhaust manifold
6.2.3.6 Inspect exhaust system
6.2.4 ENGINE MONITORS & SAFETY CONTROLS
6.2.4.1 Check all gauges
6.2.4.2 Check all safety controls
6.2.4.3 Check remote enunciators & alarms
6.2.5 LUBE OIL SYSTEM
6.2.5.1 Check oil level
00135483.2 6
6.2.5.2 Change all oil filters
6.2.5.3 Check oil pressure
6.2.5.4 Inspect crankcase breather
6.2.5.5 Check for any leaks
6.2.5.6 Take sample of existing oil (results must be turned in)
6.2.5.7 Change oil
6.2.6 STARTING SYSTEM
6.2.6.1 Inspect batteries, terminals & connections
6.2.6.2 Check specific gravity of batteries (results must be turned in)
6.2.6.3 Perform load test on batteries (results must be turned in)
6.2.6.4 Inspect battery charger
6.2.6.5 Inspect starting motor
6.2.6.6 Inspect alternator
6.2.7 GENERATOR
6.2.7.1 Inspect bearings
6.2.7.2 Check vibration isolators
6.2.7.3 Inspect control panel
6.2.7.4 Check start controls
6.2.7.5 Check voltmeter
6.2.7.6 Check ammeter
6.2.7.7 Check frequency meter
6.2.7.8 Check circuit breaker
6.2.8 TRANSFER SWITCH
6.2.8.1 Inspect all connections (retighten if necessary)
6.2.8.2 Inspect wiring for brittle or burn marks
6.2.8.3 Inspect all switches
6.2.9 PROVIDE WRITTEN DOCUMENTATION OF ALL WORK
PERFORMED.
6.2.9.1 Oil test results
6.2.9.2 Diagnostic Procedures and Results
6.3 SERVICE 2 GENERATOR PREVENTIVE MAINTENANCE
6.3.1 COOLING SYSTEM
6.3.1.1 Inspect radiator exchanger
6.3.1.2 Check coolant level
6.3.1.3 Glycol check of coolant (freezing pt.) (results must be turned in)
6.3.1.4 Inspect all hoses and connections
6.3.1.5 Inspect fan drive pulley and fan
6.3.1.6 Inspect fan belts
6.3.1.7 Check jacket water heater
6.3.1.8 Inspect water pump
6.3.1.9 Inspect thermostats
6.3.2 FUEL SYSTEM
00135483.2 7
6.3.2.1 Inspect fuel tank
6.3.2.2 Check fuel/water separators
6.3.2.3 Inspect all fuel lines and connections
6.3.2.4 Inspect governor and controls
6.3.2.5 Check fuel filters
6.3.2.6 Check fuel pressure
6.3.3 AIR INTAKE & EXHAUST SYSTEM
6.3.3.1 Check air filters and note condition.
6.3.3.2 Check air filter service indicator
6.3.3.3 Inspect air inlet system
6.3.3.4 Inspect turbocharger
6.3.3.5 Check exhaust manifold
6.3.3.6 Inspect exhaust system
6.3.4 ENGINE MONITORS & SAFETY CONTROLS
6.3.4.1 Check all gauges
6.3.4.2 Check all safety controls
6.3.4.3 Check remote enunciators & alarms
6.3.5 LUBE OIL SYSTEM
6.3.5.1 Check oil level
6.3.5.2 Check oil filters
6.3.5.3 Check oil pressure
6.3.5.4 Inspect crankcase breather
6.3.5.5 Check for any leaks
6.3.5.6 Take sample of existing oil (turn in test results to gen. maintenance
City staff member)
6.3.6 STARTING SYSTEM
6.3.6.1 Inspect batteries, terminals & connections
6.3.6.2 Check specific gravity of batteries (results must be turned in)
6.3.6.3 Perform load test on batteries (results must be turned in)
6.3.6.4 Inspect battery charger
6.3.6.5 Inspect starting motor
6.3.6.6 Inspect alternator
6.3.7 GENERATOR
6.3.7.1 Inspect bearings
6.3.7.2 Check vibration isolators
6.3.7.3 Inspect control panel
6.3.7.4 Check start controls
6.3.7.5 Check voltmeter
6.3.7.6 Check ammeter
6.3.7.7 Check frequency meter
6.3.7.8 Check circuit breaker
6.3.8 TRANSFER SWITCH
6.3.8.1 Inspect all connections (retighten if necessary)
00135483.2 8
6.3.8.2 Inspect wiring for brittle or burn marks
6.3.8.3 Inspect all switches
6.3.9 PROVIDE WRITTEN DOCUMENTATION OF WORK PERFORMED.
6.3.9.1 Oil Test Results
6.3.9.2 Diagnostic Procedures and results
6.4 Additional Notes:
6.4.1 All parts, repairs and / or fluid changing must be done with parts and
fluids that meet or exceeds the manufacturer’s specifications and
requirements. Any substitution of these parts, fluids, or the changing of
any factory settings must be approved by the city of Rock Hill’s technician
in charge.
6.4.2 Any used oil or other fluids removed the generators or other equipment
must be transported and properly disposed.
6.4.3 Any inspection, service or repairs must be done by appointment only.
6.4.4 Any quotes, proposals and invoices for work over and above preventive
maintenance (1) and preventive maintenance (2) must be detailed showing
labor, parts and other costs.
6.4.5 The generator and switch gear at the Law Center is under the
manufacturer’s warranty and will not need to be maintained in 2020. All
preventative maintenance should begin in 2021.
7. Terms & Conditions
7.1 Insurance: Company agrees that Company shall keep and maintain general automobile
liability insurance in the amount of $ 1,000,000 per occurrence for each vehicle and
$1,000,000 in aggregate for all vehicles which Company brings onto City property or use
in any manner in the provision of services, including transportation to and from the site
(s) where the services are rendered; and Company further agrees that Company shall
maintain general liability insurance in the amount of at least $1,000,000 per
incident/occurrence and $1,000,000 in aggregate for all incidents/occurrence during the
policy period; and Company agrees that Company shall maintain Worker’s
Compensation Insurance on all of the Company’s employees. In no event shall Company
serve as self-insurer for the purpose of Workers Compensation Insurance.
Company also agrees that Company shall provide, in a form acceptable to City,
certificates of Worker’s Compensation Insurance, Automobile Liability Insurance and
General Liability Insurance.
7.2 Illegal Immigration Reform Act Compliance: The contractor certifies that the
contractor will comply with the requirements of Chapter 14, Title 8 of the South Carolina
Code of Laws titled Unauthorized Aliens and Public Employment and agrees to provide
to the City of Rock Hill any documentation required to establish either; (a) the
applicability of such law to the contractor, subcontractor, and sub- subcontractor; or (b)
the compliance with this law by the contractor and any subcontractors or sub-
subcontractors.
00135483.2 9
7.3 Indemnification: Company shall indemnify and hold City harmless from and against all
liability, loss, damages or injury, and all costs and expenses (including attorneys’ fees
and costs of any suit related thereto), suffered or incurred by City, to the extent arising
from Company’s or its Contractors’ negligent performance of the Services under this
Agreement, intentional misconduct, negligent acts or omissions, or breach of any term,
covenant, representation or warranty of this Agreement.
7.4 Freedom of Information Act: All bids will be public information, per FOIA guidelines.
7.5 Non Appropriation of Funds: This Agreement shall be subject to the availability and
appropriation of funds by Management, and City Council. If the Council does not
appropriate the funding needed by the City to make payments under this Agreement for a
given fiscal year, the City will not be obligated to pay amounts due beyond the end of the
last fiscal year for which funds were appropriated. No act or omission by the City, which
is attributable to non-appropriation of funds, shall constitute a breach of or default under
this Agreement.
7.6 WMBE Statement: It is the policy of the City of Rock Hill to provide minorities and
women equal opportunity for participating in all aspects of the City’s contracting and
procurement programs, including but not limited to employment, construction projects,
and lease agreements consistent with the laws of the State of South Carolina.
It is further the policy of the City of Rock Hill to prohibit discrimination against any
person or business in pursuit of these opportunities on the basis of race, color, national
origin, religion, sex, age, handicap, or veteran status.
It is further the policy of the City of Rock Hill to conduct its contracting and procurement
programs so as to prevent such discrimination and to resolve any and all claims of such
discrimination.
7.7 City Business License: The successful company, prior to execution of the contract, must
possess or obtain a City of Rock Hill business license. Such license must be maintained
throughout the duration of the contract. The fee for such license is based on the amount
of the contract with the City if the company is not currently doing other business inside
the City limits. If the company is currently doing other business within the City limits of
Rock Hill, and does not possess a business license, then the fee for the license is based on
the total gross receipts from customers within the City limits. Contact the City Business
License Office at 803-329-5590 to determine the exact amount or to ask other pertinent
questions regarding doing business in the City of Rock Hill.
7.8 Excluded Bidders: Bids from companies may be excluded for any of the following
reasons:
Reason to believe collusion exists among the companies
The company is involved in any litigation against the City
00135483.2 10
The company is in arrears on any existing contract or has defaulted on a
previous contract with the City
Lack of financial stability
Failure to perform under previous or present contracts with the City
Is currently debarred by the State of South Carolina Procurement Services
Excluded Vendors/Companies can resubmit complete company information with
references for City review after a minimum of one year from the last excluded bid. City
will contact Vendor/Company with its decision within 30 days of company information
submittal. City reserves the right to include or exclude said Vendor/Company based on
findings.
7.9 Local Purchasing: It is the intent of the City of Rock Hill to promote the use of local
businesses and hiring citizens living within the local Rock Hill/York County area when
possible.
7.9.1 Local vendors, services, contractors, companies and businesses (Rock Hill/York
County) with a valid C ity of Rock Hill business license may have the
opportunity to receive a 3% or a 5% adjustment factor during the consideration of
bids. A LOCAL VENDOR, SERVICE, CONTRACTOR, COMPANY OR
BUSINESS is defined as a business offering the services and or products being
bid. Business must have been established for not less than one year within York
County limits along with holding a valid City of Rock Hill Business License for
the entire year prior to bid date. City Council shall be entitled to make the final
decision as to whether such business is local and may in its discretion consider
factors such as the length of time prior to issuance of the local business license, the
actual physical presence within the corporate limits or within York County,
property taxes attributable to such entity received by the City of Rock Hill, local
employment and any other reasonable factors to insure that this policy is not being
circumvented.
7.9.2 Business located within the Rock Hill municipal limits may be considered for a 5%
adjustment factor. Businesses located in York County outside the Rock Hill
municipal limits may be considered for a 3% adjustment factor.
7.9.3 The maximum value of the percentage adjustment factor will be capped at
$25,000.
7.9.4 If a local business is within the percentage guideline, not exceeding $25,000, of the
lowest bid received, the local business may be given consideration of the bid
award if it is willing to provide goods or services at the price of the lowest bid
received.
7.9.5 If conditions of number 7.9.4 above are met and the local business is not willing
to provide goods or services at the price of the lowest bid received, the
consideration of the bid award will revert back the lowest bid received, or the
next lowest local business within the percentage (maximum $25,000)
adjustment factor threshold.
7.9.6 Contractor and or business must make reasonable attempt to hire local Rock
Hill/York County residents.
00135483.2 11
7.9.7 Selected contractor(s) must make reasonable effort to purchase/lease all material,
equipment and supplies associated with the awarded bid from a local business
with a valid City of Rock Hill Business License.
7.9.8 Contractor(s) receiving award must supply City with a list of their employees
working on the project which include the city/town in which they reside along
with a list of all equipment, material, suppliers and subcontractors and their
addresses (This list will be used in the evaluation process).
7.9.9 Special consideration may be given to companies that have products produced
and/or manufactured in the United States.
7.9.10 Local Purchasing provisions of this section will be in effect and apply to bidding
until June 30, 2020 and expire unless re-authorized by the City Council.
7.9.11 Local Purchasing adjustment factors cannot apply: (i) to Federally Funded
Projects (ii) to State Funded Projects where the State restricts the use of local
preferences under such circumstances; or (iii) to projects funded by Bond
proceeds where the Bond covenants restrict the manner of procurement.
7.9.12 Utilization of the Local Purchasing program requires a minimum of three bids;
if three or more bids are not received the Local Purchasing program cannot be
utilized.
THIS AND THE PREVIOUS PAGES DO NOT NEED TO BE RETURNED
00135483.2 12
8. Bid Sheet
PUR1032
We, the undersigned, do hereby affirm that we have read and understand the enclosed bid
requirements and specifications; and do submit this bid for the items listed below:
Location Number Description Cost for
Annual
Service 1
Cost for
Annual
Service 2
8.1
MANCHESTER
8.1.1 GENERATOR #1 - 1600 KW
2000 KVA 4160 V
ENGINE: MOD. # CAT 3516
SN 25Z06423 AR.# 8N0462
GENERATOR: MOD. # CAT SR4
SN 6SA01329 AR.# 4P3016
8.1.2 GENERATOR #2 - 1360 KW
1700 KVA 4160 V
ENGINE: MOD. # CAT 3516
SN 25Z02371 AR.# 8N0462
GENERATOR: MOD. # CAT SR4
SN 6SA01316 AR.# 4P3016
8.1.3 TRANSFER SWITCHGEAR -
ASCO DELTA SN 14233-01 600
AMP 3 PH 4160 V 4 WIRE
Total Cost for Services at Manchester:
8.2 WILD CAT
PUMP STATION 8.2.1 ENGINE: MOD. # DETROIT
DIESEL 16V92 SN 16VF011354
GENERATOR: MOD. # KOHLER
800R0ZD71 SN 333450
SPEC. 132328-71
800 KW 1000 KVA 277/480 V
8.2.2 TRANSFER SWITCHGEAR -
KYLE TYPE S
LOAD TRANSFER CONTROL
SN 2641
Total Cost for Services at Wild Cat:
00135483.2 13
8.3 City Hall
Complex
8.3.1 ENGINE: MOD. CAT 3512C SN
LYHOO402
GENERATOR: MOD # 3512C CAT
SN# CAT3152CVLYHOO402
8.3.2 SWITCH GEAR
ASCO
VOLTS 24,940, 3 Phase, 1200
Amps, 60 Hz
SR# B94377403
Total Cost for Services at City Hall Complex:
8.4 City Hall (East
Wing) 8.4.1 ENGINE: MOD. # CAT 3406 SN
2WB06326 AR.# 4W3805
GENERATOR: MOD. # CAT SR4
SN 6BA03152 AR.# 5N8662
300 KW 375 KVA 480V
8.4.2 TRANSFER SWITCHGEAR –
RUSS ELECTRIC man. MOD. #
RTBD-6003CE SN 15648-1B
auto. MOD. # RTBB-6003CE SN
15648-1A 277/480 V 600 AMP
3 PH 4 WIRE
Total Cost for Services at City Hall (East Wing):
8.5 Dutchman
Creek 8.5.1 VOLVO ENGINE MOD#
TAD1641GF
ENGINE SER.# 2016025236
GENERATOR MOD# 573RSL4035
SER# WA-561702-1007 TYPE RSL
810 KW 1013 KVA 277/480 V
3PH 60 HERTZ
8.5.2 TRANSFER SWITCH MOD#
TS873A1000A1AM1XKKAA
TRANSFER SWITCH SER# W-
047771 PH 1-3 1000 AMP 600
V MAX 50-60 HERTZ
Total Cost for Services at Dutchman Creek:
00135483.2 14
8.6 Fire Admin.
Building
8.6.1 SPECTRUM 125 DETROIT
DIESEL MOD. # 125D560 SN
363320 SPEC. PA-192701-81
125 KW 156 KVA 120/208 V
8.6.2 TRANSFER SWITCHGEAR -
SPECTRUM PART# S-568341-600
SN K59675 600 AMP 208 V 3 PH
Total Cost for Services at Fire Admin. Building:
8.7 Fire Dept. #1 8.7.1 JOHN DEERE ENGINE FAMILY
# 4045HF285 ENGINE SER#
PE4045LO2O402
GENERATOR MOD# 8685720100
SER# 2094997 100 KW 125 KVA
3 PH 60 HERTZ
8.7.2 TRANSFER SWITCH MOD#
8685720200 SER# 94564
120/208 V 3PH 600 AMP MAX
480 V MAX
Total Cost for Services at Fire Dept. 1:
8.8 Fire Dept. #2 8.8.1 DETROIT DIESEL- ENGINE:
JOHN DEERE SN
PE6068H341476
MODEL 6068HF150 GEN:
SN0789989 MODEL 150DSEJB
8.8.2 SWITCHGEAR: CUTLER
HAMMER- CAT #
ATVAMDB30800BRU
STYLE68C8440G88 (208 VOLTS
3 PHASE) KV160 KVA 200
Total Cost for Services at Fire Dept. 2:
8.9 Fire Dept. #3 8.9.1 CUMMINS- ENGINE: ENGINE
FAMILY#9CEXL0409AAB
MODEL#QSB7-G3NR3
SN#73012939
ALT MODEL# DSGAC-546285
SN#G090018403 SPEC B 150KW
3PH 187.5KVA PF1.0 120/208V
418.8AMPS 60HZ 1800RPM
00135483.2 15
8.9.2 TRANSFER SWITCH
MODEL#OTECC-7699473
SERIAL# C090237551
Total Cost for Services at Fire Dept. 3:
8.10 Fire Dept. #4 8.10.1 KOHLER MOD. # 125R0Z981
SN 397968 SPEC. PA-192707-81
125 KW 156 KVA 120/208 V
8.10.2 TRANSFER SWITCHGEAR -
KOHLER PART# K-168341-600
SN K79889 600 AMP 208 V 3 PH
Total Cost for Services at Fire Dept. 4:
8.11 Fire Dept. #5 8.11.1 DETROIT DIESEL- ENGINE:
JOHN DEERE SN PE6068H341477
MODEL 6068HF150 GEN: SN
0789988 MODEL 150DSEJB
8.11.2 SWITCHGEAR: CUTLER
HAMMER- CAT #
ATVAMDB30800BRU
STYLE 68C8440G88208 VOLTS 3
PHASE KW 160 KVA 200
Total Cost for Services at Fire Dept. 5:
8.12 Fire Dept. #6 8.12.1 CUMMINS- ENGINE: ENGINE
FAMILY# 9CEXL0409AAB
MODEL#QSB7-G3NR3 SN#
46996214
ALT MODEL# DSGAC-546285
SN#G090018403 SPEC B
150KW 3PH 187.5KVA PF1.0
120/208V 418.8AMPS 60HZ
1800RPM
8.12.2 TRANSFER SWITCH MODEL#
OTECC-7699472
SER# C090237532 SPEC A
Total Cost for Services at Fire Dept. 6:
8.13 250KW
PORTABLE CAT
8.13.1 ENGINE: MOD. # CAT 3406 SN
2WB02326 AR.# 4W3812
GENERATOR: MOD. # CAT SR4
SN 5GA03465 AR.# 5N5063 250
KW 313 KVA 277/480
00135483.2 16
Total Cost for Services for 250KW Portable Cat.:
8.14 MILITARY
UNIT# 4716 8.14.1 ENGINE: MOD. # ALLIS-
CHALMERS 3500 SN 3D63338
GENERATOR SET: MOD. # MEP
006A 60 KW
Total Cost for Services for Military Unit 4716:
8.15 MILITARY
UNIT# 4718
8.15.1 ENGINE: MOD. # HERCULES
ENGINES D298ER SN 3473113
SPEC. D298ERX37
GENERATOR SET: MOD. #
MEP005A 30 KW
Total Cost for Services for Military Unit 4718:
8.16 Velodrome 8.16.1 ENGINE:MODEL# JOHN DEERE
4024TF281 SN# PE4024R074479
GENERATOR SET: KOHLER
MODEL# 30RE0ZJC SN#
3024825 SPEC# GM73381-GA6
30KW 45 AMP 277/480
VOLTAGE 3PH
ATS MODEL# KSS-DMTA-0100S
SN# K3020848
100 AMPS 277/480 VOLTAGE 3
PH
Total Cost for Services at Velodrome:
8.17 Riverwalk Lift
Station 8.17.1 ENGINE: MODEL# JOHN DEERE
4024TF281 SN# PE4024R053049
GENERATOR SET: KOHLER
MODEL# 20REOZJC SN# 2335137
27KW 41 AMPS 277/480
VOLTAGE 3PH ATS MODEL#
KSP-DMTF-0100S SN# K2335192
100 AMPS 277/480 VOLTAGE 3
PH
Total Cost for Services at Riveralk Lift Station:
00135483.2 17
8.18 KOHLER
40KW PORTABLE
8.18.1 ENGINE MODEL# JOHN DEERE
4039DF001 SN# T04039D420435
GENERATOR SET: KOHLER
MODEL# 40ROZJ81 SN#333473
SPEC# 189210-81 40KW
139AMPS 120/208 VOLTAGE
3PH ATS MODEL# K-168341-150
SN# K49742 150 AMPS 120/208
VOLTAGE 3 PH
Total Cost for Services for Kohler 40KW Portable:
8.19 Filter Plant 8.19.1 Engine mod. Cat 3516
Generator #1 Engine 3516 SR#
GZS00392 AR# 2603689
ALT. MODEL# SR4B SR#
8NN01260 ARRANGEMENT#
144-2000
8.19.2 Generator #2 Engine 3516 SR#
GZS00393 AR#2603689
ALT. MODEL# SR4B SR#
8NN01256 ARRANGEMENT#
144-2000
8.19.3 Generator #3 Engine 3516 SR#
GZS00387 AR#2603689
ALT. MODEL# SR4B SR#
8NN01261 ARRANGEMENT#
144-2000 SWG POWER LYNX
I.S.O. MFG I.D.# 34497
Total Cost for Services at Filter Plant:
8.20 HIGHLAND
PARK WATER
TOWER
8.20.1 Engine Cat 2005 MOD.D40-4S
ZN # AT00C44TNCD00254
Transfer Switch Model# CTG Ser#
TSA05890
Total Cost for Services at Highland Park Water Tower:
00135483.2 18
8.21 901 WATER
TOWER
GENERATOR
8.21.1 ENGINE MOD 4 CYLINDER
SR#E6X01249 GENERATOR
MOD XQ30-8 CAT-
00000LGBEO1959
SWITCH GEAR ASCO VOLTS
600, 1 PHASE 3 WIRE AMPS 150
SR# GETATSSE015P2N3
Total Cost for Services at 901 Water Tower Generator:
8.22 RAW WATER
INTAKE (MTU) 8.22.1 GENERATOR #1
ENGINE MODEL CAT 351C
SN#LYH00279
GENERATOR MODEL 351C SR#
G2N0237
8.22.2 GENERATOR #2
ENGINE MODEL CAT 351C
SN#LYH00278
GENERATOR MODEL 351C SR#
G2N0236
8.22.3 SWITCH GEAR ASCO
VOLTS 4000, 3 Phase, 480/277, 4
Wire 50/60 Hz SR#1286-1P-07/18
Total Cost for Services at Raw Water Intake
8.23 RAW WATER
INTAKE (MTU) 8.23.1 GENERATOR #1
CUMMINS ENGINE# 25361190
MODEL# QSK50-G4
S0# 50076 REF# 3641438
ALT STAMFORD SER#
X10L490629 ORDER# X29930
CUMMINS SET MODEL#
DQGAB-5909107
SER#B110187214W
8.23.2 STANDYBY 1500KW 1350KW
PRIME .8PF 1875 KVA
STANDBY 1687.5 PRIME
277/480V 2255.3 AMP
STANDBY 2029.8 PRIME
BREAKER MODEL#SPCL9999R-
987A SER#C110206796
8.23.3 GENERATOR #2
00135483.2 19
GENERAL INFORMATION
PLEASE LIST ANY MANUFACTURERS THAT YOUR COMPANY REPRESENTS:
______________________________________________________________________________
IS YOUR COMPANY AN AUTHORIZED WARRANTY DEALER FOR ANY OF THE
MANUFACTURERS LISTED ABOVE? IF SO, PLEASE LIST:
______________________________________________________________________________
Company Name: __________________________________________________________
Name: ________________________________ Title: _____________________________
CUMMINS ENGINE# 25361189
MODEL# QSK50-G4
S0# 50076 REF# 3641438
ALT STAMFORD SER#
X10L490628 ORDER# X29930
CUMMINS SET MODEL#
DQGAB-590989
SER#B110187213
8.23.4 STANDYBY 1500KW 1350KW
PRIME .8PF 1875 KVA
STANDBY 1687.5 PRIME
277/480V 2255.3 AMP
STANDBY 2029.8 PRIME
8.23.5 BREAKER MODEL#SPCL9999R-
987A SER#C110206796
8.23.6 SWITCHGEAR
MODEL#PCUL3002R-631D
SER#C110206837 SPEC A
Total Cost for Services at Raw Water Intake
TOTAL Annual Cost for Service 1 for all locations listed:
TOTAL Annual Cost for Service 2 for all locations listed:
Hourly Rate for Any Additional Locations:
00135483.2 20
Signature: _______________________________________Date: _____________________
Telephone Number: ______________________ Fax Number: ________________________
Address: __________________________________________________________________
Email: ____________________________________________________________________
***The questions below are for tracking purposes only and will have no bearing on the award of
the contract.***
Is your company located within the Rock Hill City limits? ________
Is your company located within York County? ________
Is your company a minority or woman-owned business enterprise (M/WBE)? ________
MWBEs are for-profit small business concerns where minority individuals or women
own at least a 51% interest and also control management and daily business operations.
African Americans, Hispanics, Native Americans, Asian-Pacific and Subcontinent Asian
Americans are presumed to be minorities.
Bidders should submit 3 copies of Bid Sheet
00135483.2 21
9.0 Customer Service
Please remember, although you are a contracted City service, you each represent the City of
Rock Hill during all work performed, face-to-face as well as telephone conversations. These
guidelines are to give all contract employees a solid feeling for what the City of Rock Hill
expects from any contracted service.
Overview:
Be friendly, courteous, and helpful
Company uniforms must be worn at all times
Staff members must look and act professional at all times.
CONTRACTORS EMPLOYEES:
Before the Contractor can enter the project site, it shall investigate and determine that its
employees working on the project site are not listed on the sexual offender registry. Contractor
shall require all subcontractors to make a similar investigation. One such investigation within
six (6) months of commencement of the project work, by the employer, fulfills the City's
requirement for the Project.
The Rock Hill Police Department along with the City of Rock Hill also reserves the right to
cancel any contracts, agreements, purchasing or distribution, etc., if they feel the project,
purchasing, vehicle(s), and or property(s) may be in jeopardy due to the contractor’s employee(s)
having a criminal history which may lead to ethical issues while dealing with City workings or
investigative activities.
COMPANY: ___________________________________________________________
PRINT NAME AND TITLE: _____________________________________________
SIGNATURE: _______________________________________________DATE: ________