Sign up to access Documents
Signup now
Point Of Contact Not Available
SEE THE "DOCUMENS" TAB FOR A PDF OF THE CFB 25-401 REQUEST FOR PROPOSALS NERC/WECC GENERATOR PERFORMANCE TESTING PEND OREILLE PUBLIC UTILITY DISTRICT Public Utility District No. 1 of Pend Oreille County (the District), is requesting proposals for a vendor to complete a North American Electric Reliability (“NERC”) and Western Electricity Coordination Council (“WECC”) Generator Performance Testing of its Box Canyon Hydroelectric Project. Purpose The purpose and scope of this contract is to provide engineering services to perform the required NERC/WECC Generator Performance Testing on Units 1-4 at Box Canyon Hydroelectric Project as outlined in the Scope of Work (SOW) below. The Box Canyon Hydroelectric Project is a run-of-river project located on the Pend Oreille River in northeastern Washington State. The Project is owned and operated by the District. The Project was constructed between 1954 and 1955 and comprises a main gated spillway, concrete dam, diversion tunnel, forebay (approach) channel, auxiliary spillway, and powerhouse. The Projects generation and controls were updated from 2007 to 2018 to a maxim of four (4) 25 MVA generators operating at a 0.9 pf. Primary feed from the generators to the GSU transformer is 13.8 kV. Each Generator feeds a dedicated GSU transformer that in turn feeds the District’s 115kV transmission system. Scope of Work NERC Generator/Exciter/PSS/Governor model verification and reactive capability testing performed per the current NERC MOD-025/026/027 standards for the following: Box Canyon 1-4 – ABB Unitrol 6080 Excitation/PSS and American Hydro EHI digital governor. An electronic copy of a Synchronous Unit Dynamic Testing and Model Validation test report(s) will be submitted. The report(s) will contain necessary generator/exciter/PSS/governor models, model parameters, validation, calculated capability curves, and MOD-025 reporting form suitable for inclusion in a report to RRO/ISO. Generator relay/limiter coordination and voltage/frequency ride-through study per NERC standards PRC-019/024 requirements. Results to be documented in a separate report. Generator relay loadability and coordination of protection systems for performance during faults study per NERC approved standards PRC-025 and PRC-027. Results to be documented in separate reports. The District to provide short-circuit model data for plant under study. Model data can be sourced internally or as provided by transmission planner upon request. The District to provide protection system settings of any device configured to protect elements that electrically join the client to separate entities (e.g. transmission). The District will provide hardware and software necessary for interfacing with the governor controls. The Contractor will provide hardware, software and/or any subcontractors necessary for interfacing with the excitation system. The contractor shall provide any specialized instruments or equipment necessary to perform the testing work. The Contractor will provide any safety related PPE or equipment necessary to access and perform the testing work. Provided upon request are one-lines and three-lines of the generation system & controls and generator step-up transformer & protection diagrams. Contractor will be expected to follow all District and Box Canyon policies and procedures. Contractor will be expected to work within the Box Canyon Dam normal business hours of 0600-1630 M- Th. All work is to be completed by September 30, 2025. Insurance Requirements The contractor to whom this is awarded to shall maintain at its own expense, and provide copies to the District upon demand, the following insurance policies, with the District named as an additional insured: Commercial General Liability Insurance on an occurrence basis with single limit of not less than $1,000,000 and $2,000,000 annual aggregate; and Professional Liability Insurance on an occurrence basis with single limit of not less than $1,000,000 and $2,000,000 annual aggregate; and Automobile liability insurance on an occurrence basis of not less than $1,000,000 combined single limit or equivalent for both injury and property damages as a result of any one occurrence, including coverage for owned, hired, and non-owned automobiles. RFP Requirements At a minimum, the response must include the following: Resume and introduction of your company that includes a summary of the organization, years in business and any other pertinent information; Identification of similar projects on which your company has provided engineering services for NERC/WECC Generator Performance Testing; References for similar projects from up to three clients; List and resumes of proposed personnel that will be participating in the testing and creation/submittal of the required documentation. A copy of your Accident Prevention Plan. Pricing/rates are to be excluded from the RFP as this is a qualifications-based selection process that does not look at pricing/rates. RFP Submittals Proposals must be submitted no later than July 15, 2025 at 2:00 p.m. Pacific Standard Time. Submittals received after the above date and time for any reason will not be considered. https://popud.procureware.com. Questions related to this submittal must be sent via ProcureWare. Responses to these questions will be made available to all bidders via ProcureWare. Questions must be submitted no later than July 8, 2025 at 2:00 p.m. Pacific Standard Time. Evaluation of the RFP The District will evaluate each submitted proposal for completeness to the RFP. Bid submittals that do not meet the minimum requirements will not be considered. The District reserves the right to reject all submittals and modify or withdraw the RFP. The District will award the contract to the most qualified bidder based upon the factors identified below. The District will engage the respondent with the highest scoring response to discuss a service agreement. Should the District fail to secure an agreement with the selected entity, the District may elect to pursue an agreement with the next highest scoring entity. Proposals will be evaluated based on the following: Qualifications and experience on similar testing projects 25% Completeness of proposal 25% Estimated timeline for completion 25% Understanding of project 25% The District reserves the right to cancel this RFP at any time, or issue amendments or corrections. The District reserves the right to award this contract, or to not award this contract. Women’s, minority, and small business enterprises are encouraged to apply. The District is an equal opportunity employer.