file · web viewquestionnaire. appendix 3 - he. a. l. th and safety . questionnaire....

22
505573-0000-51AF-I-0100 Rev. 00 APPLICATION FOR BIDDER SELECTION Package Number:CH0031 Package Title: Supply and Install Mechanical and Electrical Auxiliaries (MF)

Upload: nguyenduong

Post on 16-Feb-2018

218 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: file · Web viewQuestionnaire. Appendix 3 - He. a. l. th and Safety . Questionnaire. Appendix 4 - En. vironmental . Questionnaire. Appe. ndix 5 - Quality . Questionnaire. 13-Sep-2013

505573-0000-51AF-I-0100 Rev. 00

APPLICATION FOR BIDDER SELECTION

Package Number:CH0031Package Title: Supply and Install Mechanical and Electrical Auxiliaries (MF)Closing Date: 04-Oct-2013

Page 2: file · Web viewQuestionnaire. Appendix 3 - He. a. l. th and Safety . Questionnaire. Appendix 4 - En. vironmental . Questionnaire. Appe. ndix 5 - Quality . Questionnaire. 13-Sep-2013

Application For Bidder SelectionPackage Number: CH0031

DOCUMENT LIST

INVITATION FOR BIDDER SELECTIONINSTRUCTIONS TO APPLICANTS FOR BIDDER SELECTIONSCOPE OF WORK SUMMARYAPPLICATION FOR BIDDER SELECTIONAPPENDIX 1 - COMMERCIAL QUESTIONNAIREAPPENDIX 2 - TECHNICAL CAPABILITY QUESTIONNAIREAPPENDIX 3 - HEALTH AND SAFETY QUESTIONNAIREAPPENDIX 4 - ENVIRONMENTAL QUESTIONNAIREAPPENDIX 5 - QUALITY QUESTIONNAIRE

505573-0000-50AF-I-0104 Rev. 02 Page 2

Page 3: file · Web viewQuestionnaire. Appendix 3 - He. a. l. th and Safety . Questionnaire. Appendix 4 - En. vironmental . Questionnaire. Appe. ndix 5 - Quality . Questionnaire. 13-Sep-2013

Application For Bidder SelectionPackage Number: CH0031

13-Sep-2013

ATTENTION: Applicant

REFERENCE: Lower Churchill Project – Muskrat Falls Development

SUBJECT: Invitation for Bidder SelectionPackage No.: CH0031Package Name: Supply and Install Mechanical and Electrical Auxiliaries (MF)

Dear Sir:

Nalcor Energy invites you to submit an application for consideration in our Bidder Selection pro-cess for the above referenced Package. The Package forms part of the work for the 824 MW Muskrat Falls hydroelectric facility in Newfoundland and Labrador, Canada.

Bidder Selection will be in accordance with the attached Documents and Applications must be completed and submitted to the Engineer on or before 04-Oct-2013.

If you intend to submit an application, please access the LCP website at https://muskratfalls.-nalcorenergy.com and retrieve the Word version of the Application Forms and Questionnaires.

The undersigned Contract Administrator shall be your single point of contact for the duration of the Bidder Selection process.

If you do not intend to submit an Application, please advise the undersigned within five (5) Business Days of your receipt of this letter.

Yours truly,Nalcor Energy

Ken O’KeefeContract [email protected]

505573-0000-50AF-I-0104 Rev. 02 Page 3

Page 4: file · Web viewQuestionnaire. Appendix 3 - He. a. l. th and Safety . Questionnaire. Appendix 4 - En. vironmental . Questionnaire. Appe. ndix 5 - Quality . Questionnaire. 13-Sep-2013

Application For Bidder SelectionPackage Number: CH0031

INSTRUCTIONS TO APPLICANTS FOR BIDDER SELECTION

1.0 DEFINITIONS

For the purposes of this Invitation for Bidder Selection the following definitions shall apply:

“Applicant” means the person, corporation, partnership, joint venture, or other organization which has received the Invitation for Bidder Selection.

“Application” or “Application for Bidder Selection” means the document submitted by an Applicant in response to the Invitation for Bidder Selection.

“Bidder” means an Applicant that has been selected to bid on one of the contracts or purchase orders for the execution of the Lower Churchill Project - Muskrat Falls Development.

“Company” means Nalcor Energy.

“Engineer” means SNC-Lavalin Inc.

“Package” or “Package for Bidder Selection” means the specific package for which the Invitation for Bidder Selection is extended.

“Bidder Selection Document” means the documents issued to an Applicant by the Engineer in connection with the Invitation for Bidder Selection.

“Site” means the location for the performance of Work at the power plant, dam and/or immediate vicinity at Muskrat Falls, Labrador, or at power transmission line routes, including all roads and access routes to Muskrat Falls and transmission lines, as may be further described in the Scope of Work for the Package.

2.0 INTRODUCTION

2.1 Invitation

The Company is inviting companies with the requisite experience to submit Applications for Bidder Selection with respect to work for the Lower Churchill Project (LCP). The spe-cific Package for which the present invitation is made is identified in the covering letter to which these instructions are attached.

The Company intends to request formal proposals for the referenced Package from qualified Applicants.

505573-0000-50AF-I-0104 Rev. 02 Page 4

Page 5: file · Web viewQuestionnaire. Appendix 3 - He. a. l. th and Safety . Questionnaire. Appendix 4 - En. vironmental . Questionnaire. Appe. ndix 5 - Quality . Questionnaire. 13-Sep-2013

Application For Bidder SelectionPackage Number: CH0031

2.2 Lower Churchill Project Description

The Churchill River in Labrador is a significant source of renewable, clean electrical energy; however, the potential of this river has yet to be fully developed. The existing five thousand four hundred twenty-eight (5,428) MW Churchill Falls generating station, which began producing power in 1971, harnesses about sixty-five percent (65%) of the potential generating capacity of the river. The remaining thirty-five percent (35%) is located at two (2) sites on the lower Churchill River, known as the Lower Churchill Project. The LCP, one of the Company's five (5) lines of business, is the most attractive undeveloped hydroelectric project in North America.

The Lower Churchill Generation Project's two (2) proposed installations, Gull Island and Muskrat Falls, will have a combined capacity of 3,074 MW and can provide sixteen point seven (16.7) terawatt hours of electricity per year. The proposed eleven hundred (1,100) kilometres high voltage direct current (HVdc) link will be the first of its kind in New -foundland and Labrador and will be constructed from the central region of Labrador down to Newfoundland's Avalon Peninsula.

2.3 Health, Safety and the Environment

Company places the highest priority in having a safe and healthy workplace for employees and contractors’ employees and conducting all our activities in an environmentally responsible manner. Company’s commitment is to meet or exceed the standards expected of an industry leader by the community and Government, and thereby achieve an accident free and healthy workplace.

505573-0000-50AF-I-0104 Rev. 02 Page 5

Page 6: file · Web viewQuestionnaire. Appendix 3 - He. a. l. th and Safety . Questionnaire. Appendix 4 - En. vironmental . Questionnaire. Appe. ndix 5 - Quality . Questionnaire. 13-Sep-2013

Application For Bidder SelectionPackage Number: CH0031

2.4 Provincial Benefits

Company has agreed to a Lower Churchill Construction Projects Benefits Strategy (http://www.nr.gov.nl.ca/nr/energy/lcp_benefits_strategy.pdf) with the Province of Newfoundland and Labrador. This Benefits Strategy outlines all contracting, purchasing, and employment benefits objectives for the LCP. This strategy also outlines Company’s commitments to gender equity and diversity. Successful Bidder will be required to undertake a commitment to support gender equity and diversity in the execution of Work on the LCP. All contractors are required to adhere to applicable principles and commitments contained in this strategy.

Company has signed an Impacts and Benefits Agreement (“IBA”) with the Innu Nation. This agreement includes obligations relating to employment, training, procurement and workplace policies. The intent of the IBA is to build capacity within the Innu Nation and involve the Innu in the LCP in a significant way. Innu content will be a consideration in the overall evaluation of all bids submitted.

Also the Government of NL has entered into a Memorandum of Understanding (“MOU”) with the Government of Nova Scotia regarding industrial and employment benefits with respect to the Maritime Link transmission project. Details of this MOU can be found at (http://www.releases.gov.nl.ca/releases/2011/nr/1128n06.htm).

2.5 Information Submitted for Bidder Selection

The information provided by the Applicant is strictly confidential and solely for the use of Company in the Bidder Selection process.

3.0 BIDDER SELECTION PROCESS

3.1 Principles

Company is committed to ensuring fairness in its Bidder Selection process. To accomplish this, Company will only utilize contractors who meet or exceed its Commercial, Technical, Health & Safety, Environmental and Quality Standards. Your complete response to the information requested in the Application for Bidder Selection is essential to allow Company to make its determination.

3.2 Qualifications

Company will evaluate whether or not the Applicant is able to meet, or exceed, its minimum standards with respect to the following:a) Commercial: This includes financial capacity, credit worthiness, insurance and

bonding capacity, litigation history, understanding and commitment to the Lower

505573-0000-50AF-I-0104 Rev. 02 Page 6

Page 7: file · Web viewQuestionnaire. Appendix 3 - He. a. l. th and Safety . Questionnaire. Appendix 4 - En. vironmental . Questionnaire. Appe. ndix 5 - Quality . Questionnaire. 13-Sep-2013

Application For Bidder SelectionPackage Number: CH0031

Churchill Construction Project Benefits Strategy, and, if applicable, operational integration of the business partners.

b) Technical Capability: This includes the Applicant’s capacity to execute the work of the Package in a timely manner, as indicated by its experience in performing contracts of similar nature and complexity as the Package and in harsh northern environments; it also includes the organization, personnel, and equipment that the contractor/supplier would make available for the contract.

c) Health and Safety: This includes both the health and safety management systems to be utilized and the Applicant’s Incident Frequency and Workmen’s compensation history.

d) Environment: This includes both the environmental management systems to be utilized and the Applicant’s Environment Incident history.

e) Quality: This includes the quality management systems to be utilized, if selected.

4.0 PREPARATION AND SUBMISSION OF APPLICATIONS

4.1 Bidder Selection Document

The Bidder Selection Documents will be issued in electronic format (pdf and native file) and will be composed of the following documents: Invitation for Bidder Selection; Instructions to Bidder Selection Applicants; Scope of Work Summary; Application for Bidder Selection, including: Appendix 1 – Commercial Questionnaire Appendix 2 – Technical Capability Questionnaire Appendix 3 – Health and Safety Questionnaire Appendix 4 – Environmental Questionnaire Appendix 5– Quality Questionnaire

When completing the Bidder Selection Documentation, the following requirements are to be strictly observed: the Applicant is requested to complete and submit the Application for Bidder

Selection including the Appendices; ensure that the name of the Applicant is entered in the footer of each Appendix; the Appendices are to be completed by the Applicant and each partner of a joint

venture or partnership, where applicable.

If the Applicant is applying for Bidder Selection as a joint venture/partnership then the following applies: the Application must be submitted by the lead partner; each partner of the joint venture/partnership must agree to be jointly and severally

responsible for the work; and,

505573-0000-50AF-I-0104 Rev. 02 Page 7

Page 8: file · Web viewQuestionnaire. Appendix 3 - He. a. l. th and Safety . Questionnaire. Appendix 4 - En. vironmental . Questionnaire. Appe. ndix 5 - Quality . Questionnaire. 13-Sep-2013

Application For Bidder SelectionPackage Number: CH0031

a copy of the joint venture/partnership agreement must be attached (see Attachment 1).

4.2 Communications

The Contract Administrator, identified in the covering letter to which these instructions are attached shall be the single point of contact for any questions related to the Bidder Selection Process. All communications from the Applicant during the Bidder Selection period shall be by letter, facsimile or e-mail, and addressed to the Contract Administrator.

Uninvited visits to Company’s and /or Engineer’s office to discuss the Bidder Selection process are not permitted.

4.3 Submission of Application

Applications shall be submitted by E-mail to the Contract Administrator as mentioned in the Invitation for Bidder Selection.

4.4 Signatures

The Application for Bidder Selection must be signed by a person who has been authorized to sign on behalf of the Applicant.

5.0 UNDERSTANDING WITH RESPECT TO THE APPLICATION

In submitting its Application, the Applicant acknowledges that: Company, shall have no liability whatsoever, for any costs, expenses, charges or

losses which the Applicant may incur or be required to expend in its preparation or presentation of this Application for Bidder Selection.

Applicant’s submission of documentation/information requested in response to the Invitation for Bidder Selection shall not convey any right to Applicant to be included on the final Bidders List and it will be Company’s sole right to determine the final list of qualified bidders to be included on said Bidders list.

While the information submitted is not for general publication, it will be used as necessary for the purposes of pre-qualification.

505573-0000-50AF-I-0104 Rev. 02 Page 8

Page 9: file · Web viewQuestionnaire. Appendix 3 - He. a. l. th and Safety . Questionnaire. Appendix 4 - En. vironmental . Questionnaire. Appe. ndix 5 - Quality . Questionnaire. 13-Sep-2013

Application For Bidder SelectionPackage Number: CH0031

1.0 SCOPE OF WORK SUMMARY

The scope of work of Package CH0031 includes Mechanical piping, HVAC systems andPowerhouse, Intake, Dams and Spillway Auxiliary Electrical Systems and installation ofMajor Electrical Equipment and cabling under the supervision of Suppliers. Site testing of the supplied equipment and installations is also included. Supply and installation ofMechanical and Electrical Auxiliaries and Architectural Interior Works for the MuskratFalls Powerhouse is also included.

Intakes – Gate Rooms and Maintenance AreasSupply and installation of:• HVAC and Clear Water Drainage• Normal and emergency lighting systems• Convenience and welding receptacles• 600 Vac, 208/120 Vac, 125 Vdc distribution panels and MCC’s• 600-600/347 Vac and 600-208/120 Vac dry type transformers• Power, control and communication cables• Indoor/outdoor cable trays and conduits• Level-meter system• Surface grounding and connection to embedded/buried grounding• Secondary grounding

Installation of:• Communication system telephones, panels and components• Security and CCTV systems

North Dam, South Dam, Centre Dam and South Transition DamSupply and installation of:• HVAC and Clear Water Drainage• Normal and emergency lighting systems for galleries and stairs• Outdoor lighting for South Dam and Centre Dam

Powerhouse and Office BlockSupply and installation of:• Miscellaneous Hoists• Mechanical systems: HVAC, Raw Water, Cooling Water, Service Water, Shaft SealWater, Dewatering, Clear Water Drainage, Oily Water Drainage, Domestic Water,Wastewater, Piezometer and water level, Low and high Pressure Compressed airsystem and Oil Handling• Mechanical shop equipment• Fire Detection and Protection System (including fire extinguishers)• 600Vac switchgear and MCC’s• 600 V, 2500 A busway between 600 V switchgear and MCC’s• 600/347 Vac, 208/120 Vac, 125 Vdc, 48 Vdc distribution panels

505573-0000-50AF-I-0104 Rev. 02 Page 9

Page 10: file · Web viewQuestionnaire. Appendix 3 - He. a. l. th and Safety . Questionnaire. Appendix 4 - En. vironmental . Questionnaire. Appe. ndix 5 - Quality . Questionnaire. 13-Sep-2013

Application For Bidder SelectionPackage Number: CH0031

• 600-600/347 Vac and 600-208/120 Vac dry type transformer• 25 kV-600 V step-up transformer• Emergency diesel generator including Fuel Tanks• 125 V and 48 V batteries, chargers and battery racks• 120 Vac UPS system• Grounding connections to the surface grounding in the power station complex, including equipment and structure grounding• 25 kV power cable complete and terminations• Power, control and communication cables• Cable trays and conduits• Power, control and communication cables between powerhouse and switchyard• Normal and emergency lighting systems• Convenience and welding receptacles

Installation of:• Powerhouse major electrical equipment: Isolated phase bus (IPB), Generator circuit breakers, generator step-up (GSU) transformers• Installation of 15 kV-600/347 V station service transformers• Telephone system and wiring• Access control, Intrusion alarm and CCTV systems

Others for all locations:• Pre-commissioning procedures and tests of supplied and installed equipment and systems including submission of Test reports.• O&M manuals of supplied equipment and systems• As built annotated drawings• Unloading and storage of equipment supplied by others for installation by CH0031• Supply and installation of the emergency diesel generator and all installations forContractor’s use• Insulated metal wall panel system applied to interior concrete walls.

Architectural Interior Works for Powerhouse and Office Block• Concrete masonry unit system for interior walls and partitions.• Gypsum board wall assemblies, including non-structural metal stud framing, thermal and acoustic insulation, for interior partitions.• Interior metal doors, frames and hardware, including mechanical and electrical access doors.• Interior fixed glazing in metal frames.• Floor finishes, including safety coatings, ceramic & quarry tile, resilient sheet and tile flooring, and safety sheet flooring.• Wall finishes, including painting of masonry, gypsum board and metal, drainage board systems, etc.• Ceiling systems, including suspended acoustical panel systems and suspended gypsum board ceiling systems.

505573-0000-50AF-I-0104 Rev. 02 Page 10

Page 11: file · Web viewQuestionnaire. Appendix 3 - He. a. l. th and Safety . Questionnaire. Appendix 4 - En. vironmental . Questionnaire. Appe. ndix 5 - Quality . Questionnaire. 13-Sep-2013

Application For Bidder SelectionPackage Number: CH0031

• Fire and safety systems, including fireproofing, firestopping, and safety blankets.• Toilet and washroom accessories, including but not limited to, toilet partitions, grabbars, tissue & towel dispensers, waste receptacles, hand dryers, soap dispensers,lockers, cabinets, and shelving.• Architectural woodwork, including kitchen cabinets & hardware, washroom vanities,plastic laminates, and trimwork.• Equipment and furnishings, including kitchen appliances, window coverings &blinds, marker & tack boards, identification & directional signage, furniture foroffices, meeting & training rooms, lunch room, etc. and shop benches.• Miscellaneous architectural specialties.• Pre-commissioning procedures.• Operation and Maintenance manuals.• As-built drawings of completed work.

2.0 PRELIMINARY MILESTONE SCHEDULE

Milestone DateInvitation for Proposal from Selected Bidders 15-Dec-2013Submission of Proposals 09-Mar-2014Award of Contract 2014 4th QuarterDelivery to Site / Construction Start 2016 3rd QuarterFinal Completion 2018 2nd Quarter

505573-0000-50AF-I-0104 Rev. 02 Page 11

Page 12: file · Web viewQuestionnaire. Appendix 3 - He. a. l. th and Safety . Questionnaire. Appendix 4 - En. vironmental . Questionnaire. Appe. ndix 5 - Quality . Questionnaire. 13-Sep-2013

Application For Bidder SelectionPackage Number: CH0031

INSTRUCTIONS

The Application for Bidder Selection Letter will be completed by Applicant. Applicant shall present its Application for Bidder Selection Letter on its letterhead in exactly the same format and content as provided herein. The letter must be signed by a duly authorized signing officer or officers of Applicant.

505573-0000-50AF-I-0104 Rev. 02 Page 12

Page 13: file · Web viewQuestionnaire. Appendix 3 - He. a. l. th and Safety . Questionnaire. Appendix 4 - En. vironmental . Questionnaire. Appe. ndix 5 - Quality . Questionnaire. 13-Sep-2013

Application For Bidder SelectionPackage Number: CH0031

APPLICATION FOR BIDDER SELECTION

Date:

From:Applicant’s NameAddressCity, Province/StatePostal/ZIP CodeCountry

To:Nalcor Energy - Lower Churchill Project350 Torbay Road Plaza, Suite 2St. John’s, NLA1A 4E1Canada

Attention: Mr Ken O’KeefePackage No: CH0031Package Title: Supply and Install Mechanical and Electrical Auxiliaries

Dear Mr O’Keefe:

I/We hereby agree that:(Official Name of Applicant)

1. After carefully examining the Bidder Selection documentation, we do hereby submit our Application for Bidder Selection to be a Bidder for the above referenced Package and enclose the following appendices as part of our Bidder Selection submittal: Appendix 1 – Commercial Questionnaire Appendix 2 – Technical Capability Questionnaire Appendix 3 – Health and Safety Questionnaire Appendix 4 – Environmental Questionnaire Appendix 5 – Quality Questionnaire

2. We are are not submitting this Application as a Joint Venture or Partnership. Where this response is in the affirmative (check each box as appropriate): we confirm that we are the Lead Partner, and that each of the partners is

identified in Attachment 1 to this Application, along with the scope of their participation;

we confirm that each partner agrees to be jointly and severally responsible for the work;

we confirm that a copy of the Joint Venture Agreement/Partnership agreement

505573-0000-50AF-I-0104 Rev. 02 Page 1

Page 14: file · Web viewQuestionnaire. Appendix 3 - He. a. l. th and Safety . Questionnaire. Appendix 4 - En. vironmental . Questionnaire. Appe. ndix 5 - Quality . Questionnaire. 13-Sep-2013

Application For Bidder SelectionPackage Number: CH0031

is enclosed.

3. The name and the position of our representative who is coordinating this Application, and who may be contacted for further information, as required, is as follows:

Name:

Position:

E-mail:

Tel:

4. We confirm that we have read and fully understood all of the information supplied with the Bidder Selection Document. In particular, we confirm that if we are invited to bid on the Lower Churchill Project: we will comply with the Company’s standards with respect to Health and Safety in

the workplace, and fairness with respect to all bidding; we will comply with the Lower Churchill Construction Project Benefits Strategy. we will sign a Non-disclosure and Conflict of Interest Agreement prior to receipt of

the Request for Proposal Documents.

5. We confirm and certify that the information submitted in this Application for Bidder Selection is true and correct.

6. We understand that the Company or Engineer will need to verify information in the Application, as required, and we hereby confirm that your representatives are authorized to communicate with any person identified in the Application and Appendices.

7. We also confirm and acknowledge that: Company and Engineer shall have no liability whatsoever, for any costs, expenses,

charges or losses which we may incur or be required to expend in the preparation or presentation of this Application for Bidder Selection.

Our submission of this Application shall not convey any right to be included on the final Bidders List; and it will be Company’s sole right to determine the final list of qualified bidders to be included on said Bidders List.

While the information submitted is not for general publication, it may be used as necessary for the purposes of Bidder Selection.

505573-0000-50AF-I-0104 Rev. 02 Page 2

Page 15: file · Web viewQuestionnaire. Appendix 3 - He. a. l. th and Safety . Questionnaire. Appendix 4 - En. vironmental . Questionnaire. Appe. ndix 5 - Quality . Questionnaire. 13-Sep-2013

Application For Bidder SelectionPackage Number: CH0031

SIGNED on This _____________day of _________________, 20______

For and on behalf of:

_______________________________________Official name of Applicant

_______________________________________Name and signature of authorised signing officer

_______________________________________Title

_______________________________________Date

_______________________________________Telephone No. (including country code and area code)

_______________________________________Official e-mail address of Applicant

505573-0000-50AF-I-0104 Rev. 02 Page 3

Page 16: file · Web viewQuestionnaire. Appendix 3 - He. a. l. th and Safety . Questionnaire. Appendix 4 - En. vironmental . Questionnaire. Appe. ndix 5 - Quality . Questionnaire. 13-Sep-2013

Application For Bidder SelectionPackage Number: CH0031

ATTACHMENT 1

DESCRIPTION OF JOINT VENTURE / PARTNERSHIP

505573-0000-50AF-I-0104 Rev. 02 Page 4

Page 17: file · Web viewQuestionnaire. Appendix 3 - He. a. l. th and Safety . Questionnaire. Appendix 4 - En. vironmental . Questionnaire. Appe. ndix 5 - Quality . Questionnaire. 13-Sep-2013

Application For Bidder SelectionPackage Number: CH0031

Name of Partner Distribution of the Work1 Lead Partner and:2345

We confirm that a copy of the Joint Venture/partnership agreement is enclosed with this Attachment 1.

505573-0000-50AF-I-0104 Rev. 02 Page 5