SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3

Similar documents
SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

SPECIFICATION PACKAGE. for PURCHASE OF COOLING TOWER CHEMICALS

ADVERTISEMENT REQUEST FOR PROPOSALS FOR PILOT PROGRAM of ADVANCED METERING INFRASTRUCTURE PILOT SYSTEM (AMI) FOR THE CITY OF GRAND ISLAND, NEBRASKA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

TOWN OF LINCOLN GENERAL SPECIFICATIONS

INSTRUCTIONS TO BIDDERS

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For Overhead Garage Door Replacement. KATHLEEN L. LING Mayor. Nancy Ridley City Manager

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

SECTION NOTICE TO BIDDERS

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

REQUEST FOR SERVICE On-Call Electrical Repair Services Rate Request

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid WD Motor Grader 2018 Boom Mower (Shredder)

SPECIFICATION PACKAGE. for COOLING TOWER STACKS AND FAN BLADES

CITY OF TITUSVILLE, FLORIDA

INVITATION TO BID. ONE (1) Zero Turn Mower

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

ADDENDUM #5 NIB #

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

Request for Quotation

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

Request for Quotation

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

PURCHASING DEPARTMENT

BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO FOR

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Central Office

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

INVITATION TO BID. Minimum Specifications For Chip/Scrub Seal Project for 2018 for Custer County Roads Custer County, Oklahoma

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

Request for Proposal for Natural Gas Supply

B. The Bid is made in compliance with the Bidding Documents.

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

East Central College

REQUEST FOR SEALED BID PROPOSAL

Motor Grader Packer-Roller. Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m.

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

IFB NUMBER: BID NUMBER, FISCAL YEAR NO Pre Bid needed for this solicitation IFB QUESTION DEADLINE January 24 th, 2014

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

SODIUM HYPOCHLORITE FEED PUMPS AND VARIABLE SPEED CONTROLLERS SARATOGA COUNTY WATER AUTHORITY

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

COUNTY OF COLE JEFFERSON CITY, MISSOURI

AIA Document A701 TM 1997

ALL TERRAIN SLOPE MOWER

` CITY OF MIAMI OKLAHOMA OFFICE OF THE PURCHASING AGENT

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

FORMAL BID KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS ER&R DIVISION HOT MIX ASPHALT FOR 2018

REQUEST FOR SEALED BID PROPOSAL

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR

Facility Services Planning, Design and Construction Condensate Line Replacement Near Reilly Hall NAU PROJECT #

City of Portsmouth Portsmouth, NH Purchasing Department/School Department INVITATION TO BID

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

REQUEST FOR SEALED BID PROPOSAL

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

REQUEST FOR SEALED BID PROPOSAL

City of Portsmouth Portsmouth, New Hampshire Police Department INVITATION TO BID

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS

Please include a business card with updated contact information in the packet.

MELBA SCHOOL DISTRICT

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

MANDATORY GENERAL TERMS AND CONDITIONS:

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

State of Florida Department of Transportation

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

REQUEST FOR PROPOSAL. UPS Maintenance

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

The Hotel Roanoke & Conference Center Invitation for Bid

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

City of Los Banos 520 J Street Los Banos, CA (209) Contact Person: Tim Marrison Fire Chief (209)

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INVITATION FOR BIDS FOR A PURCHASE OF 9 VEHICLES TO BE USED BY MONROE COMMUNITY MENTAL HEALTH AUTHORITY

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

INSTRUCTIONS TO BIDDERS

HVAC Remodel Second Floor North Center Building

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

REQUEST FOR SEALED BID PROPOSAL

Wayne County Community College District Eastern Campus 5901 Conner St Detroit, MI 48213

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

Transcription:

Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3 Bid Opening Date/Time Tuesday, October 23, 2012 @ 2:00 p.m. (local time) City of Grand Island, City Hall 100 East 1 st Street, P.O. Box 1968 Grand Island, NE 68802-1968 Contact City of Grand Island Utilities Department Burdick Generating Station 308/385-5493 Date issued: September 21, 2012

ADVERTISEMENT TO BIDDERS FOR BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3 FOR CITY OF GRAND ISLAND, NEBRASKA Sealed bids will be received at the office of the City Clerk, 100 E. First Street, P.O. Box 1968, Grand Island, Nebraska 68802, until Tuesday, October 23, 2012 at 2:00 p.m. local time for Burdick Generating Station Torque Converter Gas Turbine 2 & 3, FOB the City of Grand Island, freight prepaid. Bids will be publicly opened at this time in the Grand Island City Hall Council Conference Room #1 located on 1 st floor of City Hall. Submit an original and three copies. Bid proposal package is also available on-line at www.grand-island.com under Business-Bid Calendar. Bids received after the specified time will be returned unopened to sender. The successful bidder will be required to comply with fair labor standards as required by Nebraska R.R.S.73-102 and comply with Nebraska R.R.S. 48-657 pertaining to contributions to the Unemployment Compensation Fund of the State of Nebraska. Successful bidder shall maintain a drug free workplace policy. Every public contractor and his, her or its subcontractors who are awarded a contract by the City for the physical performance of services within the State of Nebraska shall register with and use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within the State of Nebraska. Each bidder shall submit with the bid a certified check, a cashiers check, or bid bond payable to the City Treasurer in an amount no less than five percent (5%) of the bid price which shall guarantee good faith on the part of the bidder and the entering into a contract within fourteen (14) days at the bid price if accepted by the City. Your certified check, cashier's check or bid bond must be submitted in a separate envelope attached to the outside of the envelope containing the bid. Each envelope must be clearly marked indicating its contents. Failure to submit the necessary qualifying information in clearly marked and separate envelopes will result in your bid not being opened or considered. Surety companies authorized to do business in the State of Nebraska must issue bid bonds. Bids will be evaluated by the Purchaser based on price, schedule, quality, adherence to schedule, plan and specifications, economy and efficiency of operation, experience and reputation of the bidder, ability, capacity, and skill of the bidder to perform contract required and adaptability of the particular items to the specific use intended. The Purchaser reserves the right to reject any or all bids, to waive irregularities therein, and to accept whichever bid that may be in the best interest of the City, at its sole discretion. No bidder may withdraw his bid for a period of thirty (30) days after date of bid opening. RaNae Edwards, City Clerk Advertised Grand Island Independent Page 2 of 9

BURDICK GENERATING STATION TORQUE CONVERTER - GAS TURBINE 2 & 3 BID DATA FORM CITY OF GRAND ISLAND GRAND ISLAND, NE The undersigned bidder, having examined all specifications and other bidding documents, and all addenda thereto, and being acquainted with and fully understanding all conditions relative to the specified materials and equipment, hereby proposes to provide such equipment FOB the City of Grand Island, freight prepaid, at the following price: ITEM DESCRIPTION EXTENDED COST Base Bid: Material $ Labor $ Applicable Sales tax* $ Total Base Bid $ * If bidder fails to include sales tax in their bid price or takes exception to including sales tax in their bid price, the City will add a 7.0% figure to the bid price for evaluation purposes; however, the City will only pay actual sales tax due. By checking this box, Bidder acknowledges that Addenda Number(s) were received and considered in Bid preparation. By checking this box, Bidder acknowledges the specified completion date of the project is October 31, 2013. According to Nebraska Sales and Use Tax Requirements, Section 1-017, Contractors, check which option you have selected to file with the Nebraska Department of Revenue: Nebraska law provides a sales and use tax exemption on contractor labor charges for the construction, repair, or annexation of any structure used for the generation, transmission, or distribution of electricity. Separately stated contractor labor would be exempt, all materials are taxable according to the contractor's option. Option 1 (Section 1-017.05) Option 2 (Section 1-017.06) Option 3 (Section 1-017.07) If the Nebraska sales and use tax election is not filed or noted above, the contractor will be treated as a retailer under Option 1 for sales and use tax purposes. Bidder Company Name Date Company Address City State Zip Print Name of Person Completing Bid Signature Telephone No. Fax No. By checking this box, Bidder acknowledges there are Exceptions noted to the bid. NOTE: Any exceptions to specifications must be fully explained on a separate sheet attached to bid. Page 3 of 9

CHECKLIST FOR BID SUBMISSION FOR BURDICK GENERATING STATION TORQUE CONVERTER-GAS TURBINE 2 & 3 Bids must be received by the City Clerk before 2:00 p.m. on Tuesday, October 23, 2012. The following items must be completed for your bid to be considered. A signed original and three copies of the bidding documents. A reference list of at least three projects of similar scope and complexity. Firm lump sum pricing; firm unit pricing in case adjustments are necessary, and breakout of sales tax pricing. A copy of the proposed manufacturer s standard warranty. Selection of Nebraska Sales Tax Option. Acknowledgment of Addenda Number(s). Bidders must complete and sign the Bid Data Form provided in these Documents. All blank spaces must be filled in. Bidders shall acknowledge receipt of any Addenda information on the Bid Data Form. A certified check, cashiers check or bid bond in a separate envelope attached to the outside of the envelope containing the bid. Each envelope must be clearly marked indicating its contents. Failure to submit the necessary qualifying information in clearly marked and separate envelopes will result in your bid not being opened. Please check off each item as completed. Company Telephone No. Signature Fax No. Page 4 of 9

1. GENERAL INFORMATION. INSTRUCTIONS TO BIDDERS The following instructions outline the procedure for preparing and submitting Bids. Bidders must fulfill all requirements as specified in these Documents. 2. TYPE OF BID. Bidders shall be required to submit prices for all items listed in the Bid Data Form. 3. PREPARATION OF BIDS. Bidders shall use only the Bid Data Form provided in these Documents. All blank spaces in the Bid Data Form, must be filled in, preferably in BLACK ink, in both words and figures where required. No changes to the wording or content of the forms is permitted. Written amounts shall govern in case of discrepancy between the amounts stated in writing and the amounts stated in figures. Prices stated shall be f.o.b. with freight and full insurance paid by Bidder, to the job site located in Grand Island. The Bidder shall acknowledge receipt of all addenda in the Bid Data Form. Bids received without acknowledgement or without the Addendum enclosed will be considered informal. 4. SUBMISSION OF BIDS. All Bids must be submitted intact not later than the time prescribed, at the place, and in the manner set forth in the ADVERTISEMENT FOR BIDS. Bids must be made on the Bid Data Form provided here in. Each Bid must be submitted intact in a sealed envelope, so marked as to indicate its contents without being opened, and delivered in person or addressed and mailed in conformance with the instructions in the ADVERTISEMENT FOR BIDS. 5. BID SECURITY. Bids must be accompanied by cash, a certified check, or cashier s check drawn on a bank which is insured by the Federal Deposit Insurance Corporation, or a bid bond issued by a Surety authorized to issue such bonds in the state where the Work is located, in the amount of 5 percent of the bid amount payable to OWNER. This bid security shall be given as a guarantee that the Bidder will not withdraw his Bid for a period of 30 days after bid opening. The Attorney-in-Fact that executes this bond in behalf of the Surety must attach a notarized copy of his power of attorney as evidence of his authority to bind the Surety on the date of execution of the bond. Where State Statue requires, certification by a resident agent shall also be provided. 6. RETURN OF BID SECURITY. Within 15 days after the award of the Contract, the OWNER will return the bid securities to all Bidders whose Bids are not to be further considered in awarding the contract. All other retained bid securities will be held until the Contract has been finally executed, after which all bid securities, other than Bidders bonds and guarantees which have been fortified, will be returned to the respective Bidders whose Bids they accompanied. 7. BASIS OF AWARD. The award will be made by the OWNER on the basis of the Bid from the lowest responsive, responsible Bidder which, in the OWNER s sole and absolute judgment will best serve the interest of the OWNER. All Bids will be considered on the following basis: Conformance with the terms of the Bid Documents. Bid price. Cost of installation. Suitability to project requirements. Delivery time. Responsibility and qualification of Bidder. Page 5 of 9

The OWNER reserves the right to reject all Bids, or any Bid not in conformance with the intent of the Bid Documents, and to waive any informalities and irregularities in said Bids. 8. TIME OF COMPLETION. The time of completion of the Work to be performed under this Contract is the essence of the Contract. The time allowed for the completion of the Work is stated in the Bid Data Form. 9. GRATUITIES AND KICKBACKS. City Code states that it is unethical for any person to offer, give, or agree to give any City employee or former City employee, or for any City employee or former City employee to solicit, demand, accept, or agree to accept from another person, a gratuity or an offer of employment in connection with any decision, approval, disapproval, recommendation, or preparation of any part of a program requirement or a purchase request, influencing the content of any specification or procurement standard, rendering of advice, investigation, auditing, or in any other advisory capacity in any proceeding or application, request for ruling, determination, claim or controversy, or other particular matter, pertaining to any program requirement or a contract or subcontract, or to any solicitation or proposal therefor. It shall be unethical for any payment, gratuity, or offer of employment to be made by or on behalf of a subcontractor under a contract to the prime contractor or higher tier subcontractor or any person associated therewith, as an inducement for the award of a subcontract or order. 10. FISCAL YEAR. The City of Grand Island, Nebraska operates on a fiscal year beginning October 1st and ending on the following September 30th. It is understood and agreed that any portion of this agreement which will be performed in a future fiscal year is contingent upon the City Council adopting budget statements and appropriations sufficient to fund such performance. Page 6 of 9

R E Q U E S T F O R B I D S - GENERAL SPECIFICATIONS The Bid shall be in accordance with the following and with all attached BID DATA and DETAILED SPECIFICATIONS. All prices are to be furnished and installed FOB, Grand Island, Nebraska. All prices shall be firm, and shall include all sales and use taxes as lawfully assessed under laws and regulations of the State of Nebraska. * If bidder fails to include sales tax in their bid price or takes exception to including sales tax in their bid price, the City will add a 7.0% figure to the bid price for evaluation purposes; however, the City will only pay actual sales tax due. Bids shall include the following on the outside of the mailing envelope: Burdick Generating Station Torque Converter - Gas Turbine 2 & 3. All sealed bids are due no later than Tuesday, October 23, 2012 at 2:00 p.m. local time. Submit an original and three copies of the bid to: Mailing Address: City Clerk Street Address: City Clerk City Hall City Hall P. O. Box 1968 100 E. First Street Grand Island, NE 68802 Grand Island, NE 68801 Bids will be opened at this time in the City Hall Council Conference Room #1 located on 1 st floor of City Hall. Any bid received after the specified date will not be considered. No verbal bid will be considered. Bids will be evaluated by the Purchaser based on price, schedule, quality, adherence to schedule, plan and specifications, economy and efficiency of operation, experience and reputation of the bidder, ability, capacity, and skill of the bidder to perform contract required and adaptability of the particular items to the specific use intended. The successful bidder will be required to comply with fair labor standards as required by Nebraska R.R.S.73-102 and comply with Nebraska R.R.S. 48-657 pertaining to contributions to the Unemployment Compensation Fund of the State of Nebraska. Contractor shall maintain a drug free workplace policy. Every public contractor and his, her or its subcontractors who are awarded a contract by the City for the physical performance of services within the State of Nebraska shall register with and use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within the State of Nebraska. The equipment and materials must be new, the latest make or model, unless otherwise specified. Prior to approving the invoice for payment, the City reserves the right to thoroughly inspect and test the equipment to confirm compliance with specifications. Any equipment or material which does not meet the City s requirements will be returned at vendor s expense for correction. The invoice will be paid after approval at the next regularly scheduled Council meeting and occurring after departmental approval of invoice; the City Council typically meets the second and fourth Tuesday of each month. Invoices must be received well in advance of Council date to allow evaluation and processing time. Each bidder shall submit with the bid a certified check, a cashiers check, or bid bond payable to the City Treasurer in an amount no less than five percent (5%) of the bid price which shall guarantee good faith on the part of the bidder and the entering into a contract within fourteen (14) days at the bid price if accepted by the City. Your certified check, cashier's check or bid bond must be submitted in a separate envelope attached to the outside of the envelope containing the bid. Each envelope must be clearly marked indicating its contents. Failure to submit the necessary qualifying information in clearly marked and separate envelopes will result in your bid not being opened or considered. Surety companies authorized to do business in the State of Nebraska must issue bid bonds. All bids shall be valid for at least thirty (30) working days after the bid deadline for evaluation purposes. All bids must be on the bid form and must be signed and dated to be accepted. Please contact Larry Keown at 308-385- 5493, for questions concerning this specification. Burdick Generating Station / 800 E. Bischeld / Box 1968 / Grand Island, Nebraska 68802-1968 Phone (308) 385-5493 Page 7 of 9

BURDICK GENERATING STATION DETAILED SPECIFICATIONS TORQUE CONVERTER GAS TURBINE 2 & 3 SCOPE: The Seller shall provide one new torque converter, as herein described, for the GT2 and GT3 Combustion Turbines at the Burdick Generating Station. LOCATION: The Burdick Generating Station is located at 804 E. Bischeld in Grand Island, Nebraska, USA. The torque converter provided for in this specification shall serve as a spare for the GT2 and GT3 combustion turbines. PRICING: The Supplier shall provide a firm lump sum pricing, and include shipping to the Burdick Generating Station. All exceptions to these minimum specifications must be submitted in writing and explained in detail with the bid. The Supplier s bid shall be in U.S. dollars, FOB Grand Island, Nebraska, USA 68801. Sales, use or other taxes shall be included as applicable. The Burdick Generating Station is NOT tax exempt and is subject to 7.0% sales tax. See the Nebraska Department of Revenue web site at www.revenue.state.ne.us for contractor s tax information. SPECIFICATIONS: The Seller shall provide one (1) new Voith Model E6 YAT torque converter as follows: Converter Input Power 449 kw Converter Input Speed 3545 RPM Equipped with input shaft driven filling pump. Gear Stage A flange mounted directly on converter output side. Gears and bearings are lubricated with oil from the converter circuit. Hydrostatic turning device; o flange mounted on the gear casing o Two hydraulically operated pistons to alternately transfer torque to converter output shaft via overrun clutch. o Output shaft is turned approximately 50 degrees per stroke o During converter operation, bearings and overrun clutch are lubricated with o pressurized oil from the converter circuit when in the raised position. During turning operation, bearings and overrun clutch are lubricated by the combustion turbine s oil supply Shall be completely interchangeable to Voith Model E6 YAT serial numbers 212859 and 21289 (original equipment for the GT2 and GT3 units at the Burdick Generating Station). See unit information below. GT2 and GT3: The units are General Electric MS 6001B. The combustion turbines were commissioned in 2003 and are used for electrical power generation, operating primarily as peaking units. The units are dual fuel turbines but are operated primarily on natural gas. The combustion system is DLN 1.0. Water injection is used for NOX control when firing liquid fuel. Gas turbine model series: MS6001B Gas turbine model: PG6581 GT2 turbine serial number: 810409 Page 8 of 9

GT3 turbine serial number: 810410 Generator: Alstom Type TA 36-46 Generator frame: T 214-234 GT2 generator serial number: 810436 GT3 generator serial number: 810437 The following will not be provided by the Seller: Initial oil filling Installation, commissioning or field service Connecting elements for mounting the torque converter High pressure pump, motor, and associated control equipment of turning device. Interconnecting piping or tubing between torque converter and gas turbine s oil system or turning device and control equipment Output side connecting coupling and covers over rotating parts as well as any other connecting elements to the driven machine Control unit, logic processing of signals as well as electrical wiring Special tools for disassembling the torque converter, tackles or lifting equipment Starting motor, base frame, brackets, or similar support structure Spare parts or heat exchanger QUALIFICATIONS: The Seller shall be authorized by Voith Turbo, Inc. to provide and service the specified torque converter. A reference list of at least three projects of similar scope and complexity shall be included with your bid. SCHEDULE: Bids are due by 2:00 PM (local time) on Tuesday, October 23, 2012. The torque converter shall be delivered to the Burdick Station at 804 E. Bischeld in Grand Island, Nebraska, USA within 10 months of receipt of order. Anticipated order date is November 14, 2012. The parts shall be delivered prior to October 31, 2013. WARRANTY: The Seller shall provide the manufacturer s standard warranty. A copy of the warranty shall be provided with the quote. If during the specified warranty period, a defect or failure is determined or incurred, the Supplier shall repair the equipment at its expense. If it is necessary for the Supplier to repair the equipment off premises during the warranty period, the Supplier shall pay all transportation related expenses. CONTACT: Questions regarding this specification may be directed to Larry Keown at the Burdick Generating Station, telephone 1-(308) 385-5493 or email lkeown@giud.com. Page 9 of 9