REQUEST FOR PROPOSAL
Issued: 4/24/2023
Qualified organizations are invited to submit an electronic copy of the proposal that meets the
requirements described herein no later than June 22 2023, by 3:00 p.m. PST to the
following email address:
purchasing@nwascopud.org
OR
Hardcopy documents can also be submitted to:
McNary Fishway Transformer Repair
ATTN: PURCHASING DEPARTMENT
NORTHERN WASCO COUNTY PEOPLE’S UTILITY DISTRICT
2345 RIVER ROAD
THE DALLES, OR 97058
This Request for Proposals (RFP) does not commit Northern Wasco County People’s Utility District,
“the District” to award a contract or pay any costs incurred in the preparation of a proposal
responsive to this request. The District reserves the right to accept all or part of any proposal or to
cancel in part or in its entirety this Request for Proposals. The District further reserves the right to
accept the proposal that it considers to be in the best interest of the District.
Summary
Northern Wasco County People's Utility District (hereinafter called "District") issues this Request for
Proposals soliciting McNary Fishway Transformer Repair.
Timeline
The following table outlines the expected solicitation and selection timeline:
Milestone
RFP / ITB Release
Site Visit or Pre‐Bid Meeting
Respondents Questions Due
Answers to Respondents Questions on or before
Proposals / Bids due
Contract Executed
Start Work
Finish Work
Date
4/27/2023
5/17/2023 @ 1:30 pm PST
5/31/2023 @ 12:00 pm PST
6/7/2023
6/22/2023 @ 3:00 pm PST
7/6/2023
7/30/2023
8/4/2023
Project Description and Scope of Work
The work associated with the Project is located at the McNary dam near Umatilla Oregon.
A mandatory site walk will be held on 5/17/2023 at 1:30 pm PST. Anyone planning to attend the
meeting needs RSVP via email purchasing@nwascopud.ord and
greg‐hendricks@nwascopud.org no later than 5/12/2023. All contractors will be screened by security
and must be a US citizen. Foreign Nationals must go through a 30 day security application. Once
screened, contract personnel will be escorted by Wasco staff while on site. Company vehicles with
placards will be allowed on site. Personal vehicles will remain parked outside the security fence on the
Washington side.
The project includes draining the existing oil and repairing oil leaks in a 12MVA Magnetek Class OA/FA 2‐
Phase 60HZ transformer.
The transformer currently has LV bushing that are leaking in cold temperatures. The transformer
historically runs 11 months out of the year with a 1 month annual outage for maintenance inspections.
During the last maintenance outage in January 2022, it was noticed that there is leakage from the LV
bushings.
Deliverables
Scope of Work:
1. Drain approximately 650 gallons of oil
a. All oil storage must remain in a containment. Contractor shall provide all spill kits for
650 gallons of oil.
2. Replace the LV gasket or bushing to stop leakage
3. Refill transformer with oil and confirm no leaks
Site Logistics:
1. Access to the Dam and Entrance Requirements
a. Badging
i. The federal facility requires that all personnel be screened by security and must
be a US citizen. Foreign Nationals must go through a 30‐day security application.
b. Parking
i. Personal vehicles will remain parked outside the security fence on the
Washington side of the dam.
c. Schedule
i. All work must be completed during the scheduled shutdown July 30‐August 4
2023.
2. All equipment must be hand caried or moved with a jib crane located on the spillway deck. This
crane has a 2‐ton load limit. The load size must be less than 9 feet tall; this is the maximum
clearance between the hook up limit and the guardrail the load will swing over. Any equipment
larger must use a crane provided by the contractor.
3. The transformer is located 15 feet above the fish ladder on the north shore of the Columbia
River on the downstream side of the dam.
Proposal Contents Summary
In summary, each proposal must meet all of the following to be considered for acceptance by the
District:
• Provide a copy of the Contractor’s cost and payment schedule.
• Outline the Contractor’s relevant experience in the last two years.
• Provide a list of previous clients that may be used as references.
• Include the name, address, and telephone number of the primary person from the Contractor
who will coordinate the construction services with the District.
• Provide name and email address of primary contact on this submission.
• See Evaluation Criteria below and include necessary items to determine scoring and evaluation
of Contractor.
Evaluation Criteria
Cost
Project cost including any allowances and contingency.
Project Plan
Provide a plan that highlights the following at a minimum:
Safety and Environmental
o Provide hazards and mitigation plan
Step‐by‐Step plan to complete task
Schedule
o A shutdown is scheduled July 30 – August 4 2023. All work must be completed in this
window.
Qualifications
Demonstration of proposed project team members:
• Qualifications to perform work in applicable discipline(s).
• Knowledge of technical criteria and administrative requirements for projects of similar scope.
• Current and projected workload of each proposed project personnel and proportion of time
available for this contract.
Contractor Experience
Demonstration of Contractor’s:
• Qualifications to perform work in applicable disciplines.
• Past performance in completing projects of similar size and scope.
• Demonstration of past experience in providing construction services to governmental agencies
in the electric industry by both the Contractor and the project team.
Availability and Commitment of Resources
• Proposed Timeline
• Proposed Staff for project
• Resource Availability
Demonstration of the Contractor’s ability to commit the resources required to complete the project
within the established time frames, including responsiveness to specific project technical requirements.
Evaluation Process
District staff will evaluate all the proposals based on the criteria listed above and on cost
competitiveness. The District’s staff may also request clarifications or additional information, if needed.
A selection may be based on the cost alone or any combination of the Evaluation Criteria, references
and interviews. The District’s Contract Review Board will review staff’s selection and make the
determination whether to authorize staff to execute the contract with the selected bidder.
The District reserves the right to reject any or all bids and to waive any informality or technicality in any
bid in the interest of the District. All submissions become public records unless labeled ‘confidential’ or
a Trade Secret exemption under Oregon’s Public Records Laws, ORS 192.345(2) or ORS 192.355(4).
Disqualification
Factors, such as, but not limited to, any of the following, may disqualify bids without further
consideration:
• Evidence of collusion, directly or indirectly, among contractors in regard to the amount, terms
or conditions of this invitation to bid;
• Any attempt to improperly influence any member of the evaluation team;
• Existence of any lawsuit, unresolved contractual claim or dispute between contractor and the
District;
• Evidence of incorrect information submitted as part of the bid;
• Evidence of the contractor’s inability to successfully complete the responsibilities and
obligations described in the invitation to bid; and
• Contractor’s default under any previous agreement with the District.
Submission
Submit questions via email to:
purchasing@nwascopud.org
NWCPUD will host a mandatory pre‐proposal meeting at 1:30 pm PST on 5/17/2023. Anyone planning to
attend the meeting needs RSVP via email purchasing@nwascopud.ord and
greg‐hendricks@nwascopud.org no later than 5/12/2023. The meeting location will be at the McNary
Dam and parking details will be provided to respondents after they RSVP by 5/1/2023. All contractors
will be screened by security and must be a US citizen. Foreign Nationals must go through a 30 day
security application. Once screened, contract personnel will be escorted by Wasco staff while on site.
Company vehicles with placards will be allowed on site. Personal vehicles will remain parked outside the
security fence on the Washington side.
In addition to addressing all evaluation criteria, submissions must show verification of insurance at the
following minimum requirements:
Commercial / General Liability Insurance, covering bodily injury and property damage. This
insurance shall include personal injury coverage, contractual liability coverage and
products/completed operations liability. Combined single limit per occurrence shall not be less
than $1,000,000. Each annual aggregate limit shall not be less than $2,000,000.
Automobile Liability Insurance, this coverage may be written in combination with the
Commercial General Liability Insurance. Combined single limit per occurrence shall not be less
than $1,000,000, or the equivalent.
Workers' Compensation. All subject employers working under this contract are either
employers that will comply with ORS 656.017 which requires them to provide Oregon workers'
compensation coverage that satisfies Oregon law for all their subject workers, or employers that
are exempt under ORS 656.126. [2003 c.794 §76c] In addition, Contractor will obtain, at
Contractor's expense, and keep in effect during the term of this contract, Employers Liability
insurance with a limit of not less than $1,000,000.
Notice of Cancellation or Change. There shall be no cancellation, material change, potential
exhaustion of aggregate limits or non‐renewal of insurance coverage(s) without 30 days' written
notice from Contractor or its insurer(s) to NWCPUD. Any failure to comply with the reporting