REQUEST FOR PROPOSALS (RFP) RFP # 18-RFP-GEN-06 HOUMA ...

58
Page 1 of 58 REQUEST FOR PROPOSALS (RFP) RFP # 18-RFP-GEN-06 HOUMA GENERATING STATION OUTAGE PLANNING UNIT #15

Transcript of REQUEST FOR PROPOSALS (RFP) RFP # 18-RFP-GEN-06 HOUMA ...

Page 1 of 58

REQUEST FOR PROPOSALS (RFP)

RFP # 18-RFP-GEN-06

HOUMA GENERATING STATION

OUTAGE PLANNING

UNIT #15

Page 2 of 58

INVITATION TO PROPOSERS

Sealed proposals will be received on Tuesday, February 20, 2018, by the Terrebonne Parish Consolidated Government Purchasing Division, at City of Houma Service Complex, 301 Plant Road, in Houma, Louisiana 70363, until 2:00 pm as shown on the Purchasing Division Conference Room Clock at which time sealed proposals shall be publicly opened and the name of the Proposers read aloud.

The Request for Proposal is available in electronic form at the Terrebonne Parish Consolidated Government website http://www.tpcg.org/bids. Proposal documents are also posted on www.centralauctionhouse.com. To view these, download, and receive proposal notices by email, you have to register with Central Auction House (CAH). Any questions about this process, contact Ted Fleming with Central Auction House at 1-866-570-9620.

Each proposal shall be either hand delivered by the proposer or his agent in which instance the deliverer shall be handed a written receipt, or such proposal shall be sent by United States Postal Service registered or certified mail with a return receipt requested. Proposals shall not be accepted or taken, including receiving any hand delivered proposals, on days which recognized as holidays by the United States Postal Service.

Request for Proposals (RFP): #18-RFP-GEN-06 Houma Generating Station Outage Planning, Unit # 15

Specifications and proposal forms are on file at the Purchasing Division, located in the City of Houma Service Complex at 301 Plant Road, Houma, Louisiana and may be obtained by prospective Proposers at no cost. Please contact Cyr LeBoeuf, Electric Generation Superintendent at 985-873-6776 with regard to the specifications or contact Angela Guidry, Purchasing Manager at 985-873-6754 or Sharon Celestin, Sr. Procurement Specialist at 985-873-6821 for any clarifications about the proposal documents.

This Proposal shall require a Louisiana Contractors license number for one or more of the following

classification(s): POWER PLANTS or INSTALLATION and MAINTENANCE of TURBINE and

ELECTRICAL GENERATORS. A proposal will be considered responsive if it conforms in all respects with the conditions and requirements of the Proposal Documents. In order to be considered responsive, Proposals must, (a) be fully completed, signed and be responsive in all respects to the conditions of the Instructions to the Proposers; (b) be made on the Proposal Forms provided and submitted intact as part of the Contract Documents; (c) be accompanied by the required items listed in the appropriate sections of the Proposal Documents. The Terrebonne Parish Consolidated Government (TPCG) reserves the right to reject any and all proposals. /s/Gordon E. Dove Gordon E. Dove, Parish President

Page 3 of 58

INSTRUCTIONS TO PROPOSERS

PART I: GENERAL:

The purpose of this Request for Proposals (RFP) is to obtain competitive proposals from bona fide,

qualified Proposers who are interested in providing labor, materials, equipment and other items or

services necessary to inspect and service, and provide supervision for same, regarding Houma Generating

Station, Unit 15 turbine-generator. Terrebonne Parish Consolidated Government is designated as the

Owner or TPCG.

Terrebonne Parish Consolidated Government requires a General Electric turbine-generator experienced

technical director and mechanical contractor. The selected contractor must have completed 10 projects

that include opening, inspecting, servicing, and reassembling steam turbines and generators similar to or

larger than Houma Generating Station, Unit 15 within the last 10 years. Proposers who have been in

existence less than 10 years must demonstrate that the personnel assigned to this job have the project

experience specified above.

Unit 15 is a General Electric, straight thru (one rotor), condensing turbine, rated at 26 MW made in Lynn,

Massachusetts. The turbine number is 173398. Steam conditions are 850 psig and 900ᵒF (inlet steam

conditions). This unit went into commercial service in 1971. The last major inspection was in Fall of

2013. The unit presently has near 7000 operational hours since the last outage.

Major work scope items are as follows: Complete steam path inspection (rotor & diaphragms removed,

blast cleaned, NDE, service as needed and realignment of components). All valves (4 control valves, 1

main stop valve & 4 non-return valves, cylinders and guides). Front standard governor table, control

valve operating servo & pilot valve, main shaft pump and emergency trip assembly. Steam seal regulator.

Main stop valve hydraulic actuator. Lube oil tank - all pumps, one auxiliary pump, turning gear pump

and DC pump. Remove lube oil coolers, clean, inspect and reinstall. Remove Generator Cooler, clean

inspect and reinstall. Inspect check valves in lube oil tank. Oil flush lube oil system. Remove and install

generator field. Clean, inspect, service and testing of generator miscellaneous components. Generator

test & inspection with field removed. The turbine-generator is a three bearing support configuration unit.

This list is not an all-inclusive list.

1.1 Schedule of Events DATE TIME

RFP posted to TPCG website & blackout period begins 01/26/18 2:00 pm

Deadline to receive written inquiries 02/09/18 2:00 pm

Deadline to answer written inquiries 02/13/18 2:00 pm

Proposal opening date 02/20/18 2:00 pm

Oral discussions with Proposers, if applicable TBD

Notice of Intent to Award to be mailed TBD

Contract Initiation TBD

NOTE: The Terrebonne Parish Consolidated Government (TPCG) reserves the right to revise this

schedule. Revisions before the Proposal submission deadline, if any, will be formalized by the

issuance of an addendum to the RFP. Revisions after the Proposal submission deadline, if any, will

be by written notification to the eligible Proposers.

Page 4 of 58

PART II: ADMINISTRATION:

2.1. Proposal Submittal

This RFP is available in electronic form at the TPCG website

http://www.tpcg.org/index.php?f=purchasing&p=bid_opportunities. It will be available in PDF format or

in printed form by submitting a written request to Angela Guidry, Purchasing Manager, Sharon Celestin,

Sr. Procurement Specialist or Cyr Leboeuf, Electric Generation Superintendent.

It is the Proposer’s responsibility to check the TPCG’s website frequently for any possible addenda that

may be issued. The TPCG is not responsible for a Proposer’s failure to download any addenda documents

required to complete a Request for Proposal.

All proposals shall be received in hard copy (printed) form by the TPCG Purchasing Division no later

than the date and time shown in the Invitation to Proposers. Fax or email submissions are not

acceptable.

Important -- Clearly mark outside of envelope, box or package with the following information and

format:

Proposer’s Name & Address

Proposal Name

Proposal Opening Date and Time

Contractor’s License Number

Each proposal shall be either hand delivered by the Proposer or his agent in which instance the deliverer

shall be handed a written receipt or such proposal shall be sent by United States Postal Service registered

or certified mail with a return receipt requested. Proposals shall not be accepted or taken, including

receiving any hand delivered proposals, on days which recognized as holidays by the United States Postal

Service.

Proposals mailed through the U. S. Postal Service may be mailed to our physical location at:

Terrebonne Parish Consolidated Government

Purchasing Division

301 Plant Road

Houma, Louisiana 70363

Proposer is solely responsible for the timely delivery of its proposal. Failure to meet the proposal opening

date and time shall result in rejection of the proposal.

PROPOSALS SHALL BE OPENED PUBLICLY AT THE PHYSICAL LOCATION IDENTIFIED

ABOVE AND ONLY THE NAME OF THE PROPOSERS SUBMITTING PROPOSALS SHALL

BE IDENTIFIED ALOUD. NO OTHER INFORMATION CONTAINED IN THE PROPOSAL

SHALL BE RELESED OR DISCLOSED.

2.2. Proposal Content

To standardize and simplify the evaluation of responses, proposals should contain all of the following

information and be organized in the sequence indicated below. All of the sections should be appropriately

labeled and bound together under a single cover not to exceed two (2) volumes with any identified

attachments or appendices included as a separate volume.

Page 5 of 58

2.2.1. Cover Letter: The cover letter should be submitted on the Proposer’s official letterhead

and should generally exhibit the Proposer’s understanding and approach to the project. It should

contain a summary of the Proposer’s ability to perform the scope of work requested and confirm

the Proposer is willing to enter into a contract with TPCG to perform said scope of work as

requested. The Cover Letter should also identify the person(s) authorized by the Proposer to

contractually obligate the Proposer and the person(s) who will address technical and contractual

matters throughout the evaluation period.

2.2.2. Signatory Authority: Written evidence of the authority of the person signing the cover

letter and Proposal shall be submitted at the time of Proposal. The authority of the signature of

the person submitting the bid shall be deemed sufficient and acceptable if any of the following

conditions are met:

2.2.2.1. The signature on the Proposal is that of any corporate officer listed on the most

current annual report on file with the secretary of state, or the signature on the bid is that

of any member of a partnership, limited liability company, limited liability partnership, or

other legal entity listed in the most current business records on file with the secretary of

state.

2.2.2.2. The signature on the Proposal is that of an authorized representative as

documented in writing by the legal entity certifying the authority of the person.

2.2.2.3. The legal entity has filed in the appropriate records of the secretary of state of

this state, an affidavit, resolution, or other acknowledged or authentic document

indicating the names of all parties authorized to submit Proposals for contracts.

2.2.3. Contractor’s License: Proposer must provide evidence of licensing by the Louisiana

Contractor’s Licensing Board to provide the required scope of work. Proposer shall be a properly

licensed contractor in accordance with LA R.S. 37:2150-2192 for one or more of the following

classification(s): Power Plants or Installation and Maintenance of Turbine and Electrical

Generators. Proposer must show his license number on the Proposal Form and on the outside of

the sealed envelope containing the proposals.

2.2.4. Relevant Experience: The Proposer should provide a project history of the firm or

organization demonstrating experience with projects, contracts, and services that are similar in

scope and size to the proposed work.

2.2.5. Past Performance on Similar Projects: The Proposer shall complete and submit the

forms labeled as “Attachment B” of this RFP to demonstrate experience with similar projects.

2.2.6. Staffing for Project & Qualifications of Key Personnel: The Proposer should describe

the composition and structure of the firm (sole proprietorship, corporation, joint venture, etc.) and

include the names of persons with an interest in the firm.

The Proposer should include an organizational chart and list all personnel to be used to complete

the Scope of Work. Resumes for each individual, including education, background and

experience should be included. This section should show evidence of the firm’s ability to manage

tasks simultaneously and expeditiously; approach to problem/task resolution and teamwork.

The Proposer shall provide information on any subcontractors that may be employed in

performing the Scope of Work (SOW) to include but not limited to rental agreements, equipment

loans, borrowed equipment and contracts related to fulfill the SOW.

Page 6 of 58

2.2.7. Project Approach: The Proposer should provide a work plan that outlines the work that

they are able to provide and explain their plan to accomplish the Scope of Work. The description

should include details of field operations, equipment to be used, data management operations,

staffing levels, safety plan, training, employee certification program, employee retention planning

and history, and other relevant information. The Proposer should describe the process to ensure

timely invoicing for services/work and compliance with local, state and federal regulations and

guidelines.

2.2.8. Financial Proposal: Prices proposed shall be firm for the duration of the contract. Proposers

shall submit a fully completed Quote Form and Evaluation Worksheet, labeled “Attachment A.”

Additionally, the financial proposal shall include any and all costs the Proposer wishes to have

considered in the contractual arrangement with the TPCG.

2.2.9. Additional Forms: Along with the proposal, the Proposer shall submit the completed required

forms:

2.2.9.1. Non-Collusion Affidavit. Each Proposer shall execute a Contractor’s Affidavit of

Non-Collusion, declaring that Proposer has not colluded with any other person, firm or

corporation in regards to any Proposal submitted. A form Affidavit is attached as an exhibit

to the Proposed Contract (Attachment D) for this RFP.

2.2.9.2. Written Documentation of Signatory Authority. If Proposer is relying on written

documentation, in accordance with 2.2.2.2. above, as evidence of the authority of the person

signing the cover letter and Proposal on behalf of the company, a certified, true copy of such

written documentation should be included with the Proposal.

2.2.10. Other Information: The Proposer may provide any other information deemed

pertinent which the Proposer wishes the TPCG to consider. Any exceptions that are being taken

to the specifications or any other relevant information that the Proposer wishes to be considered

should be included in this section.

2.3. Number of Response Copies

Each Proposer shall submit one (1) bound signed original response. Three (3) bound additional copies and

one (1) electronic copy in PDF format of the proposal should be provided, as well as one (1) bound

redacted copy, if applicable.

2.4. Legibility / Clarity

Responses to the requirements of this RFP in the formats requested are desirable with all questions

answered in as much detail as practicable. The Proposer’s response is to demonstrate an understanding of

the requirements. Proposals prepared simply and economically, providing a straightforward, concise

description of the Proposer’s ability to meet the requirements of the RFP is also desired. Each Proposer is

solely responsible for the accuracy and completeness of its proposal.

2.5. Confidential Information, Trade Secrets and Propriety Information

The designation of certain information as trade secrets and/or privileged or confidential proprietary

information shall only apply to the technical portion of the proposal. The cost proposal will not be

considered confidential under any circumstance. Any proposal copyrighted or marked as confidential

or proprietary in its entirety may be rejected without further consideration or recourse.

Page 7 of 58

For the purposes of this procurement, the provisions of the Louisiana Public Records Act (La. R.S. 44.1

et. seq.) will be in effect. Pursuant to this Act, all proceedings, records, contracts, and other public

documents relating to this procurement shall be open to public inspection. Proposers are reminded that

while trade secrets and other proprietary information they submit in conjunction with this procurement

may not be subject to public disclosure, protections must be claimed by the Proposer at the time of

submission of its Technical Proposal. Proposers should refer to the Louisiana Public Records Act for

further clarification.

The TPCG reserves the right to make any proposal, including proprietary information contained therein,

available to TPCG personnel or organizations for the sole purpose of assisting the TPCG in its evaluation

of the proposal. The TPCG shall require said individuals to protect the confidentiality of any specifically

identified proprietary information or privileged business information obtained as a result of their

participation.

Proposer’s failure to comply with La. R.S. 44:3.2 (D)(1) shall result in the failure to properly assert the

designation of trade secrets and/or privileged or confidential proprietary information and the information

may be considered public records.

If your proposal contains confidential information, you should submit a redacted copy along with your

proposal. If you do not submit the redacted copy, you will be required to submit such a copy within forty-

eight (48) hours of notification from the Purchasing Division, if you intend to maintain confidentiality.

When submitting your redacted copy, you should clearly mark the cover as such - “REDACTED COPY”

- to avoid having this copy reviewed by an evaluation committee member. The redacted copy should also

state which sections or information has been removed.

2.6. Proposal Clarifications Prior to Submittal

2.6.1. Proposer Inquiry Periods

The TPCG shall not and cannot permit an open-ended inquiry period, as this creates an unwarranted delay

in the procurement cycle and operations of our agency customers. The TPCG reasonably expects and

requires responsible and interested Proposers to conduct their in-depth proposal review and submit

inquiries in a timely manner.

An inquiry period is hereby firmly set for all interested Proposers to perform a detailed review of the

proposal documents and to submit any written inquiries relative thereto. Without exception, all inquiries

MUST be submitted in writing by an authorized representative of the Proposer, clearly cross-referenced

to the relevant solicitation. All inquiries must be received by the Inquiry Deadline date set forth in Section

1.1 Schedule of Events of this RFP. Only those inquiries received by the established deadline shall be

considered by the TPCG. Inquiries received after the established deadline shall not be entertained.

Inquiries concerning this solicitation should be delivered to the TPCG’s contact person for this

solicitation, Angela Guidry, by mail, express courier, e-mail, hand, or fax:

Administrative Inquiries: Technical Inquiries:

TPCG Purchasing Division TPCG Electric Generation Division

Attention: Angela Guidry Attention: Cyr LeBoeuf

301 Plant Road P O Box 2768

Houma, LA 70363 Houma, LA 70361

E-Mail: [email protected] E-Mail: [email protected]

Phone: (985) 873-6754 / Fax (985) 873-6766 Phone: (985)873-6776 / Fax (985)873-6779

Page 8 of 58

Only the person identified above or their designee has the authority to officially respond to Proposer’s

questions on behalf of the TPCG, including during the Blackout Period. Any communications from any

other individuals are not binding to the TPCG.

An addendum will be issued and posted at the TPCG website, to address all inquiries received and any

other changes or clarifications to the solicitation. Thereafter, all proposal documents, including but not

limited to the specifications, terms, conditions, plans, etc., will stand as written and/or amended by any

addendum. No negotiations, decisions, or actions shall be executed by any Proposer as a result of any oral

discussions with any TPCG employee. It is the Proposer’s responsibility to check the TPCG website

frequently for any possible addenda that may be issued. The TPCG is not responsible for a Proposer’s

failure to download any addenda documents required to complete a Request for Proposal.

Any person aggrieved in connection with the solicitation or the specifications contained therein, has the

right to protest. Such protest shall be made in writing to the Purchasing Manager at least two (2) days

prior to the deadline for submitting proposals.

2.6.2. Blackout Period

The Blackout Period is a specified period of time during a competitive sealed procurement process in

which any Proposer or its Agent or Representative, is prohibited from communicating with any Parish

employee or Contractor of the Parish involved in any step in the procurement process about the affected

procurement. The Blackout Period applies not only to Parish employees, but also to any Contractor of the

Parish. “Involvement” in the procurement process includes but may not be limited to project

management, design, development, implementation, procurement management, development of

specifications, and evaluation of proposals for a particular procurement. All solicitations for competitive

sealed procurements will identify a designated contact person, as per Section 2.6.2 of this RFP. All

communications to and from potential Proposers, Vendors and/or their representatives during the

Blackout Period must be in accordance with this solicitation’s defined method of communication with the

designated contact person. The Blackout Period will begin upon posting of the solicitation. The Blackout

Period will end when the contract is awarded.

In those instances in which a prospective Proposer is also an incumbent Contractor, the TPCG and the

incumbent Contractor may contact each other with respect to the existing contract only. Under no

circumstances may the TPCG and the incumbent Contractor and/or its representative(s) discuss the

blacked-out procurement.

Any Proposer or Contractor who violates the Blackout Period may be liable to the TPCG in damages

and/or subject to any other remedy allowed by law. Further, failure to comply with these requirements

may result in the Proposal’s disqualification.

Any costs associated with cancellation or termination will be the responsibility of the Proposer.

Notwithstanding the foregoing, the Blackout Period shall not apply to:

1. A protest to a solicitation submitted pursuant to TPCG Protest Policy;

2. Duly noticed site visits and/or conferences for Proposers;

3. Oral presentations during the evaluation process

4. Communications regarding a particular solicitation between any person and staff of the procuring

agency provided the communication is limited strictly to matters of procedure. Procedural matters include

deadlines for decisions or submission of proposals and the proper means of communicating regarding the

procurement, but shall not include any substantive matter related to the particular procurement or

requirements of the RFP.

Page 9 of 58

2.7. Material in the RFP

Proposals should be based on the material contained in this RFP. The RFP includes the Invitation to

Proposers, the Instructions to Proposers and any attachments thereto, the proposed Contract, official

responses to questions, addenda, and other material, which may be provided by the TPCG pursuant to the

RFP.

2.8. Taxes

Any taxes, other than State and local sales and use taxes, from which the TPCG is exempt, shall be

assumed to be included within the Proposer’s cost.

2.9. Errors and Omissions in Proposal

The TPCG will not be liable for any errors or omissions in the proposal. Proposer will not be allowed to

alter proposal documents after the deadline for proposal submission, except under the following

condition: The TPCG reserves the right to make corrections or clarifications due to patent errors

identified in proposals by the TPCG or the Proposer. The TPCG, at its option, has the right to request

clarification or additional information from the Proposer.

2.10. Changes, Addenda

The TPCG reserves the right to change the Schedule of Events or issue Addenda to the RFP at any time.

The TPCG also reserves the right to cancel or reissue the RFP.

If the Proposer needs to submit changes or addenda, such shall be submitted in writing, signed by an

authorized representative of the Proposer, cross-referenced clearly to the relevant proposal section, prior

to the proposal opening, and should be submitted in a sealed envelope. Such shall meet all requirements

for the proposal.

2.11. Withdrawal of Proposal

A Proposer may withdraw a proposal that has been submitted at any time up to the proposal closing date

and time. To accomplish this, a written request signed by the authorized representative of the Proposer

must be submitted to the TPCG Purchasing Manager.

2.12. Waiver of Administrative Informalities

The TPCG reserves the right, at its sole discretion, to waive administrative informalities contained in any

proposal.

2.13. Proposal Rejection

Issuance of this RFP in no way constitutes a commitment by the TPCG to award a contract. The TPCG

reserves the right to accept or reject any or all proposals submitted or to cancel this RFP if it is in the best

interest of the TPCG to do so. Further, the TPCG reserves the right to cancel or decline to enter into a

contract with the successful Proposer at any time after the award is made and before the contract receives

final approval from the Parish Administration and the Terrebonne Parish Council.

TPCG may reject a proposal from, or not award a contract to, a business in which any individual with an

ownership interest of five percent or more, has been convicted of, or has entered a plea of guilty or nolo

contendere to any State felony or equivalent federal felony crime committed in the solicitation or

execution of a contract awarded under the laws governing public contracts under the provisions of

Chapter 10 of Title 38 of the Louisiana Revised Statutes of 1950, or the Louisiana Procurement Code

under the provisions of Chapter 17 of Title 39.

Page 10 of 58

In accordance with Louisiana law, all corporations (see, La. R.S. 12:163) and limited liability companies

(see, La. R.S. 12:1308.2) must be in good standing with the Louisiana Secretary of State in order to hold a

contract with the TPCG.

2.14. Ownership of Proposal

All materials submitted in response to this request become the property of the TPCG. Selection or

rejection of a response does not affect this right. All proposals submitted will be retained by the TPCG

and not returned to Proposers. Any copyrighted materials in the response are not transferred to the TPCG.

2.15. Cost of Offer Preparation

The TPCG is not liable for any costs incurred by prospective Proposers or Contractors prior to issuance of

or entering into a Contract. Costs associated with developing the proposal, preparing for oral

presentations, and any other expenses incurred by the Proposer in responding to the RFP are entirely the

responsibility of the Proposer, and shall not be reimbursed in any manner by the TPCG.

2.16. Proposal Validity

All proposals shall be considered valid for acceptance until such time an award is made, unless the

Proposer provides for a different time period within its proposal response. However, the TPCG reserves

the right to reject a proposal if the Proposer’s acceptance period is unacceptable and the Proposer is

unwilling to extend the validity of its proposal.

2.17. Written or Oral Discussions/Presentations

The TPCG, at its sole discretion, may require all Proposers who submit proposals determined to be

reasonably susceptible of being selected for the award to provide an oral presentation of how they propose

to meet the agency’s objectives; however, the TPCG reserves the right to enter into an Agreement without

further discussion of the proposal submitted based on the initial offers received.

Any commitments or representations made by the Proposer during these discussions, if conducted, may

become formally recorded in the final contract.

Written or oral discussions/presentations for clarification may be conducted to enhance the TPCG’s

understanding of any or all of the proposals submitted. Proposals may be accepted without such

discussions.

2.18. Acceptance of Proposal Content

The mandatory RFP requirements shall become contractual obligations if a contract ensues. Failure of the

successful Proposer to accept these obligations shall result in the rejection of the proposal.

2.19. Evaluation and Selection

All responses received as a result of this RFP are subject to evaluation by the TPCG Evaluation

Committee for the purpose of selecting the Proposer with whom the TPCG shall contract.

To evaluate all proposals, a committee whose members have expertise in various areas has been selected.

A consensus-based evaluation process shall be used to evaluate responses. This committee will determine

which proposals are reasonably susceptible of being selected for award. If required, written or oral

discussions may be conducted with any or all of the Proposers to make this determination.

Submittals will be evaluated based on the following general criteria and their respective weights of

consideration:

Page 11 of 58

CATEGORY POINTS

A. Qualification and Experience

Experience performing like or comparable work

Experience of key staff in performing like or

comparable work

Qualification of Proposer and staffing to be

assigned to project

0-25

B. Past Performance / References

Quality of work

Special capabilities to accomplish work

Coordination and cooperation with TPCG and

others

0-20

C. Technical Capabilities

Size of firm

Key personnel

Available Certified technicians of each trade

Equipment and tool direction

Training

0-20

D. Current Work Load

Capacity to successfully complete required work in

a timely manner

Key staff accessible to TPCG staff

0-10

E. Cost 0-25

TOTAL MAXIMUM POINTS 100

Written recommendation for award shall be made to the Parish President for the responsible Proposer

whose proposal, conforming to the RFP, will be the most advantageous to the TPCG, price and other

factors considered.

The committee may reject any or all proposals if none is considered in the best interest of the TPCG.

2.20. Best and Final Offers (BAFO)

The TPCG reserves the right to conduct a BAFO with one or more Proposers determined by the

committee to be reasonably susceptible of being selected for award. If conducted, the Proposer(s) selected

will receive written notification of the selection, with a list of specific items to be addressed in the BAFO

along with instructions for submittal. The BAFO negotiation may be used to assist the TPCG in clarifying

the scope of work or to obtain the most cost effective pricing available from the Proposer(s).

The written invitation will not obligate the TPCG to a commitment to enter into a contract.

2.21. E-Verify

Proposer(s) asked to provide a BAFO shall submit, along with its BAFO, its executed Affidavit of

Verification of Citizenship, which is attached as an exhibit to the proposed Contract, and, if awarded the

Contract, it shall comply with the provisions of LA R.S. 38:2212.10 and federal law pertaining to E-

Verify in the performance of services under the Contract.

Page 12 of 58

2.22. Notice of Intent to Award

Award shall be made to the Proposer with the highest points, whose proposal, conforming to the RFP,

will be the most advantageous to the TPCG, price and other factors considered.

The TPCG intends to award to a single Proposer.

Upon review and approval of the evaluation committee’s and agency’s recommendation for award, TPCG

will issue a “Notice of Intent to Award” letter to the apparent successful Proposer. The “Notice of Intent

to Award” letter is the notification of the award of the contract. However, the “Notice of Intent to Award”

is contingent upon successful negotiation of a final contract. The proposed Contract is attached to this

RFP. A contract shall be completed and signed by all parties concerned on or before the date indicated in

the “Schedule of Events.” If this date is not met, through no fault of the TPCG, the TPCG may elect to

cancel the “Notice of Intent to Award” letter and make the award to the next most advantageous

responsible Proposer.

TPCG will also notify all unsuccessful Proposers as to the outcome of the evaluation process. The

proposals received (except for that information appropriately designated as confidential in accordance

with La. R.S. 44.1 et. seq.) along with the evaluation factors, points, evaluation committee member

names, and the completed evaluation summary and recommendation report are public record and shall be

made available, upon request, to all interested parties after the “Notice of Intent to Award” letter has been

issued.

Any person aggrieved by the proposed award has the right to submit a protest in writing, in accordance

with the TPCG Protest Policy, to the Purchasing Manager, within fourteen (14) days of the award/intent

to award. The “Notice of Intent to Award” letter starts the protest period.

2.23. Contract Negotiations

If for any reason, after final evaluation and issuance of the Intent to Award letter, the responsible

Proposer whose proposal is most responsive to the TPCG's needs, price and other evaluation factors set

forth in the RFP considered, does not agree to a contract, that proposal shall be rejected and the TPCG

may negotiate with the next most advantageous responsible Proposer.

Negotiation may include revision of any non-mandatory terms or conditions, and clarification of the

scope of work and/or implementation of the most cost effective pricing available from the Proposers.

Parish President and Parish Council must approve the final contract form and issue a purchase order, if

applicable, to complete the process.

2.24. Contract Award and Execution

The TPCG reserves the right to enter into a contract without further discussion of the proposal submitted

based on the initial offers received.

The RFP, including any addenda and the proposal of the selected Contractor will become part of any

contract initiated by the TPCG.

Proposers are discouraged from submitting their own standard terms and conditions with their proposals.

The proposed terms will be negotiated before a contract is entered. Mandatory terms and conditions are

not negotiable.

If the contract negotiation period exceeds forty-five (45) days or if the selected Proposer fails to sign the

contract within ten (10) calendar days of delivery of it, the TPCG may elect to cancel the award and

award the contract to the next most advantageous responsible Proposer.

Page 13 of 58

In such event, said contractor and his Proposal surety shall be liable to the Owner for the difference

between the amount specified in his Proposal and the amount for which the Owner may otherwise

procure the services as specified herein. In such event, the Proposal security shall be forfeited to the

benefit of the Owner, the Proposers shall remain liable for and pay to the Owner for any amount in

excess of the Proposal security resulting from the difference between the amount of his Proposal

and the amount for which the Contract is subsequently executed.

2.25. Non-negotiable Contract Terms

Non-negotiable contract terms include but are not limited to taxes, assignment of contract, audit of

records, EEOC and ADA compliance, record retention, content of contract/order of precedence, contract

changes, governing law, claims or controversies, and termination based on contingency of appropriation

of funds.

2.26. Non-exclusive Work

Owner reserves the right to award some or all of the following items to a separate contractor outside of

this Contract:

2.26.1. Any work listed in the proposed contract (Attachment E) as optional work;

2.26.2. some or all extra work items not listed in the proposed contract; and

2.26.3. all or some of the material requirements necessary to complete the work under the

Proposed Contract.

2.27. Performance & Payment Bonds Within ten (10) days from the date of Notice of Award but prior to the execution of the Contract, the

successful Proposer shall be required to provide a performance and payment bond in accordance with the

terms and conditions of the proposed Contract attached in this RFP

Failure to provide the required bonds within the time specified may cause your offer to be rejected.

2.28. Insurance Requirements

Within ten (10) days from the Notice of Award, Contractor shall furnish the TPCG with certificates of

insurance effecting coverage(s) required by the attached Contract. The certificates for each insurance

policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The

certificates are to be received and approved by the TPCG before work commences.

2.29. Louisiana First Hiring Act

Contractor shall comply with Louisiana Revised Statute 39:2204 by submitting to the Louisiana

Workforce Commission any information required by Subsection B of the statute.

2.30. Prime Contractor Responsibilities

The selected Proposer shall be required to assume responsibility for all items and services offered in their

proposal whether or not they produce or provide them. The TPCG shall consider the selected Proposer to

be the sole point of contact with regard to contractual matters, including payment of any and all charges

resulting from the contract.

2.31. Use of Subcontractors

Each Contractor shall serve as the single prime Contractor for all work performed pursuant to its contract.

That prime Contractor shall be responsible for all deliverables referenced in this RFP. This general

requirement notwithstanding, Proposers may enter into subcontractor arrangements. Proposers may

submit a proposal in response to this RFP, which identifies subcontract(s) with others, provided that the

Page 14 of 58

prime Contractor acknowledges total responsibility for the entire contract. TPCG shall be a third party

beneficiary of any contract between the Contractor and its subcontractors.

Information required of the prime Contractor under the terms of this RFP, is also required for each

subcontractor and the subcontractors must agree to be bound by the terms of the contract. The prime

Contractor shall assume total responsibility for compliance.

2.32. No Guarantee of Quantities

The quantities referenced in the RFP are estimated to be the amount needed. In the event a greater or

lesser quantity is needed, the right is reserved by the TPCG to increase or decrease the amount, at the unit

price stated in the proposal.

The TPCG shall not obligate itself to contract for or accept more than their actual requirements during the

period of the contract, as determined by actual needs and availability of appropriated funds.

2.33. Governing Law

All activities associated with this RFP process shall be interpreted under Louisiana Law. All proposals

and contracts submitted are subject to provisions of the laws of the State of Louisiana; purchasing rules

and regulations; executive orders; standard terms and conditions; special terms and conditions; and

specifications listed in this RFP. Venue of any action brought with regard to the contract shall be in the

Thirty-Second Judicial District Court, Parish of Terrebonne, State of Louisiana.

2.34. Debriefings

Debriefings may be scheduled by the participating Proposers after the “Notice of Intent to Award” letter

has been issued by scheduling an appointment with the Angela Guidry, Purchasing Manager. Contact

may be made by phone at (985) 873-6754 or E-mail to [email protected]

2.34 Termination of this Contract for Cause The TPCG may terminate the contract for cause based upon the failure of the Contractor to comply with

the terms and/or conditions of the contract, or failure to fulfill its performance obligations pursuant to the

contract, provided that the TPCG shall give the Contractor written notice specifying the Contractor’s

failure. If within thirty (30) days after receipt of such notice, the Contractor shall not have corrected such

failure or, in the case of failure which cannot be corrected in thirty (30) days, begun in good faith to

correct such failure and thereafter proceeded diligently to complete such correction, then the TPCG may,

at its option, place the Contractor in default and the contract shall terminate on the date specified in such

notice.

The Contractor may exercise any rights available to it under Louisiana law to terminate for cause upon

the failure of the TPCG to comply with the terms and conditions of the contract, provided that the

Contractor shall give the TPCG written notice specifying the TPCG’s failure and a reasonable

opportunity for the TPCG to cure the defect.

2.35 Termination of this Contract for Convenience

The TPCG may terminate the contract at any time by giving thirty (30) days written notice to the

Contractor of such termination or negotiating with the Contractor an effective date.

The Contractor shall be entitled to payment for deliverables in progress, to the extent work has been

performed satisfactorily.

Page 15 of 58

ATTACHMENT A

QUOTE FORM AND EVALUATION WORKSHEET

FORM 1 OF 2

Are required CONTRACTOR MINIMUM EXPERIENCE AND QUALIFICATIONS FORMS included?

YES _______ NO ________

Have any exceptions to the specifications been taken?

If yes, list all exceptions as an attachment.

YES_______ NO ________

Does the Proposer agree to meet the schedule as specified?

YES_______ NO _________

TOTAL LUMP SUM QUOTE PRICING = THE TOTALS OF ITEM 1 + ITEM 2 + ITEM 3 FROM

THE EVALUATION WORKSHEET

Page 16 of 58

ATTACHMENT A

QUOTE FOR AND EVALUATION WORKSHEET

FORM 2 OF 2

Provide your price quotes in the spaces provided below. Refer to Article IV PAYMENT TERMS of the

Proposed Contract (Attachment D) for additional information.

A Lump Sum Price for the Base Scope of Work, Unit Prices for Optional Scope of Work, Hourly Labor

Rates, and Estimated Material Expense will be used to determine the lowest evaluated quote cost. The

total of ITEMS 1, 2 and 3, as provided below, will be considered the TOTAL PRICE QUOTE for purpose

of evaluating Proposal prices. The TOTAL PRICE QUOTE must match the sum of ITEMS 1, 2 and 3 as

specified below. ITEMS 1, 2 and 3 must reconcile with the figures used to calculate these totals in the

formulas and tables below.

WORKSCOPE BREAKDOWN

WORKSCOPE EST. DURATION LUMP SUM PRICE

Base Scope of Work; Proposed Contract

(Attachment D) at Sections 2.1, 2.2, and 2.3.

Optional Scope of Work; Proposed Contract

(Attachment D) at Section 2.4.

EST. DURATION UNIT PRICE

Contract Sec. 2.4.1. Journal Bearing Recast

Contract Sec. 2.4.2.Bearing Oil Deflector

Maintenance

Contract Sec. 2.4.3. Diaphragm Blade Maintenance

Contract Sec. 2.4.4. Interstage and Shaft Packing

Contract Sec. 2.4.5. Replace Retaining Rings

Contract Sec. 2.4.6. Generator Work

WORKSCOPE TOTAL ITEM 1

HOURLY LABOR RATES (list all labor that may be utilized)

CLASSIFICATION UNITS STRAIGHT

TIME

RATE

UNITS OVERTIME

RATE

TOTAL

General Foreman 80 40

Millwright Foreman 80 40

Millwright 80 40

Millwright Welder 80 40

Millwright Helper 80 40

Crane Operator 80 40

TA 80 40

Project Manager 80 40

Supervisor 80 40

Other 80 40

Other 80 40

Other 80 40

LABOR TOTAL ITEM 2

ESTIMATED MATERIAL EXPENSE

Page 17 of 58

MATERIAL MARKUP: ______% of actual cost

Estimated Actual Cost of

Material (for quotation

purposes only)

$50,000.00

Multiply Markup % by

$50,000.00 ITEM 3: $____________________

TOTAL PRICE QUOTE

ITEM 1 $

ITEM 2 $

ITEM 3 $

TOTAL PRICE QUOTE $

Proposers must acknowledge all addenda. The Proposer acknowledges receipt of the following

ADDENDA :(Enter the number the OWNER has assigned to each of the addenda that the Proposer is

acknowledging) _________________________________________.

NAME OF PROPOSER: ____________________________________________________________

ADDRESS OF PROPOSER: _________________________________________________________

___________________________________________________________________________

NAME OF AUTHORIZED SIGNATORY PROPOSER: __________________________________

Printed or Typed Name

SIGNAUTE OF AUTHORIZED SIGNATORY PROPOSER:

TITLE OF AUTHORIZED SIGNATORY PROPOSER: __________________________________

DATE:____________________

FEDERAL I.D. #: ___________________________________

** Signature Authorization. Written evidence of the person signing the proposal shall be submitted at the

time of proposing, in accordance with LA R.S. 38:2212(B)(5)

Page 18 of 58

ATTACHMENT B

CONTRACTOR MINIMUM EXPERIENCE

AND QUALIFICATIONS SPECIFICATION

CONTRACTOR’S EXPERIENCE AND QUALIFICATIONS SPECIFICATION

1. Contractor must meet the following criteria to qualify to perform the Work described in the

Specification.

2. Has a full-time project supervisor in responsible charge of the work with at least ten (10) years’

experience in responsible charge on at least ten (10) similar projects.

3. In the event that the CONTRACTOR uses a subcontractor for work or services, the subcontractor

must also meet the experience and qualifications specified in 1- 3 above.

4. Licensed in the State of Louisiana, and such license having the specialty classification of Power

Plants or Installation and Maintenance of Turbine and Electrical Generators.

5. Has sufficient number of millwrights with a minimum of five (5) years journeyman experience in

the service and maintenance of comparable steam turbine generators.

6. Blast Cleaning Services personnel will have a minimum of five (5) years’ experience on similar

workscopes.

7. Non Destructive Test Services personnel will have a minimum of five (5) years’ experience on

similar workscopes.

8. Contractor’s employees performing work on items at Appendix B of this Attachment will have a

minimum of five (5) years’ experience servicing similar equipment. Contractor’s Supervision

and Quality Control Personnel shall have been in responsible charge of at least ten (10) projects

with similar workscopes in the last ten (10) years.

Page 19 of 58

EXPERIENCE FORMS

The following data, statements of experience, personnel, equipment, and general qualifications of the

PROPOSER are submitted as a part of the Proposal and the PROPOSER represents and guarantees the

truthfulness and accuracy thereof.

A. Our organization has been in business continuously from the year __________________.

B. Our organization has had experience in construction comparable to that required by the Contract

Documents as a prime contractor for __________ years and as a subcontractor for _________ years.

C. The following supervisory personnel are currently employed by the PROPOSER and available for

assignment to the Project (project supervisor, principal foremen, etc.).

Name

Title

Years of

Experience

Following is a list of all projects we have undertaken in the last five years that have resulted in partial or

final settlement of the contract by arbitration or litigation.

Name of Client and

Project

Contact Name/

Telephone No.

Original

Contract Amount

Total Claims

Arbitrated or

Litigated Amount of

Settlement of Claims

Page 20 of 58

CONTRACTOR EXPERIENCE

List at least ten (10) projects that include opening, inspecting, servicing, maintaining, and reassembling steam turbines and generators

similar to or larger than Houma Generating Station, Unit 15 within the last ten (10) years.

YEAR

OWNER

LOCATION

PROJECT DESCRIPTION

CONTRAC

T

AMOUNT

OWNER

CONTACT

OWNER

CONTACT

TEL.#

Louisiana State License No. __________________________ Classification: _______________________________________

Page 21 of 58

PROJECT SUPERVISOR EXPERIENCE

Identify full-time project supervisor to be in responsible charge of the Work who has had at least ten (10) years’ experience as project

supervisor on comparable projects. Name: ______________________________________ (Attach Resume)

List ten (10) similar projects for which the project supervisor identified was in responsible charge within the last ten (10) years.

YEAR

OWNER

LOCATION

PROJECT DESCRIPTION

CONTRACT

AMOUNT

OWNER

CONTACT

OWNER

CONTACT

TEL.#

Page 22 of 58

BLAST CLEANING SERVICES EXPERIENCE AND QUALIFICATIONS

List at least five (5) projects involving similar work within the last five (5) years.

YEAR

OWNER

LOCATION

PROJECT DESCRIPTION

CONTRACT

AMOUNT

OWNER

CONTACT

OWNER

CONTACT

TEL.#

NON DESTRUCTIVE TESTING SERVICES EXPERIENCE AND QUALIFICATIONS

List at least five (5) projects involving similar work within the last five (5) years.

YEAR

OWNER

LOCATION

PROJECT DESCRIPTION

CONTRACT

AMOUNT

OWNER

CONTACT

OWNER

CONTACT

TEL.#

Page 23 of 58

APPENDIX B WORKSCOPE SUBCONTRACTOR’S EXPERIENCE AND QUALIFICATIONS

List at least five (5) projects involving similar work within the last five (5) years.

YEAR

OWNER

LOCATION

PROJECT DESCRIPTION

CONTRACT

AMOUNT

OWNER

CONTACT

OWNER

CONTACT

TEL.#

Identify Supervision and Quality Control Personnel to be in responsible charge with at least ten (10) years’ experience on ten (10) projects with

similar workscopes. Name: ______________________________________ (Attach Resume)

List comparable projects for which the Supervision and Quality Control Personnel identified were in responsible charge within the last ten (10)

years.

YEAR

OWNER

LOCATION

PROJECT DESCRIPTION

CONTRACT

AMOUNT

OWNER

CONTACT

OWNER

CONTACT

TEL.#

Page 24 of 58

ATTACHMENT D PROPOSED CONTRACT

SERVICE CONTRACT FOR INSPECTION, SERVICE, AND MAINTENANCE, WITH SUPERVISION OF WORK, TO UNIT 15 TURBINE-GENERATOR AT HOUMA

GENERATING STATION, INCLUDING OUTAGE PLANNING AND INCIDENTAL SERVICES RELATED THERETO

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 1 of 33

SERVICE CONTRACT FOR INSPECTION, SERVICE, AND MAINTENANCE WITH SUPERVISION OF WORK,

TO UNIT 15 TURBINE-GENERATOR AT HOUMA GENERATING STATION, INCLUDING OUTAGE PLANNING AND INCIDENTAL SERVICES RELATED

THERETO This Agreement is hereby made and executed on this ______ day of ________ 2018, by and between:

I. THE PARTIES

1.1. Terrebonne Parish Consolidated Government, a political subdivision of the State of Louisiana, acting by and through Gordon E. Dove President, by virtue of Terrebonne Parish Council Resolution No. ________ , hereinafter designated as "Owner"; and 1.2. ______________________[CONTRACTOR] (EIN ______________), a [limited liability company/corporation], domiciled in the state of __________________________ and authorized to do and doing business in Louisiana, whose mailing address for the purposes herein is ______________________________________, holding Louisiana Contractor’s License No. _____________, in the classification of _____________________, represented by its duly authorized ____________________________ by virtue of the attached certificate of authority/resolution, a copy of which is annexed hereto at Exhibit A and incorporated herein, and who is hereinafter designated as "Contractor" or “Vendor”; who, in consideration of the covenants and agreements herein contained, to be performed by the parties hereto and of payments hereinafter agreed to be made, it is mutually agreed as follows:

II. SCOPE OF WORK

2.1. GENERAL Terrebonne Parish Consolidated Government (TPCG) on behalf of the City of Houma Utilities Department requires Contractor to provide labor and material necessary to perform an inspection of, and service and maintenance to, Houma Generating Station, Unit 15 turbine-generator, and provide for outage planning and incidental services thereto, in accordance with this Contract. The outage is scheduled to begin on __________________________________ and is expected to end _____________________________________. Should the start date be changed, then the end date will be adjusted accordingly. The work within this contract will be performed the Houma Generating Station, 1551 Barrow Street, Houma LA 70360, and within the time frame as specified herein. The Base Scope of Work shall be Sections 2.1, 2.2, and 2.3 of this Contract and the Optional Scope of Work shall be Section 2.4 of this Contract. 2.2. MANDATORY SPECIFICATIONS 2.2.1. Contractor’s Declaration. By executing this Agreement, Contractor declares that it meets all of the specifications for contractor’s requirements as listed in the Contract Documents for this contract. 2.2.2. Work Hours. Work will be done on a single shift. Work hours and days will be jointly agreed upon to meet the outage dates. Expected shift will be 10 hours per day and six days per week. 2.2.3. Completion Schedule. Contractor shall supply a schedule and anticipated Completion Schedule for the outage. Contractor shall participate in progress meetings and provide updated schedule for completion including critical path updates. Meetings shall be held at 8:00 a.m. on Tuesday and Thursday of each week. 2.2.4. General Requirements:

2.2.4.1. Out of scope work will not be considered a delay. 2.2.4.2. New replacement parts shall not be considered additional work to install.

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 2 of 33

2.2.4.3. All gaskets and seal forming agents shall be replaced and shall be the sole responsibility of the mechanical contractor.

2.2.4.4. Supply qualified, experienced craft labor, and crane operator in quantity to meet the schedule.

2.2.4.5. Provide tooling including bolt heaters to perform workscope. 2.2.4.6. All subcontractors/suppliers shall be subject to approval by TPCG, prior to

commencement of work, based on comparable qualifications for their area of responsibility in the workscope.

2.2.4.7. Experienced Blast Cleaning Services and materials will be provided by the contractor.

2.2.4.8. Experienced Non Destructive Test Services and materials will be provided by the contractor.

2.2.4.9. Subcontractors to the Contractor are the direct responsibility of the Contractor. A supervisor will be present anytime the Subcontractors are onsite.

2.2.4.10. Have immediate access to backup air and electrical supply. 2.2.4.11. Provide all tools, scaffolding, ladders, consumable materials, gasket and seal

compounds required for this turnkey major inspection. 2.2.4.12. Inventory and inspect Houma Generating Stations turbine specialty tools, slings,

etc., prior to and after the outage. 2.2.4.13. Provide office space for labor supervisor, technical director and craft change and

break trailer or area. 2.2.4.14. Perform inspection work scope detailed in this document with particular attention

to Section 2.3 of this contract. 2.2.4.15. Perform optional items in Section 2.4 of this Contract as directed in writing by

Owner.

2.2.5. Applicable Standards.

2.2.5.1. Work shall meet or exceed the latest standards (ASME, ASTM, ANSI, IEEE, ANSI, ISA, NFPA and OSHA), as related to the servicing of power generation steam turbine components. All work shall be performed in accordance with and meet the applicable requirements of these standards, standard industry practices and recommended practices of the OEM and Technical Director.

2.2.5.2. Any work performed by the Contractor that does not meet these standards will be corrected by the Contractor at no additional cost to the Owner.

2.2.6. Labor Supervision. Contractor shall provide Supervisors on site during the performance of these services, and these individuals shall have the responsibility to ensure safety, contract compliance and quality control. At least one supervisor shall be assigned to each shift. The contractor shall designate an onsite supervisor who shall be a single point of contact and shall coordinate with the technical director and the Owner’s Project Manager to coordinate all aspects of the inspection. The site supervisor shall be available for a pre-outage meeting. At a minimum, the site supervisor shall:

2.2.6.1. Participate in two outage meetings per week, Tuesday and Thursday, for the

duration of the outage, and update the status of the work. 2.2.6.2. Complete all applicable inspection forms provided by Owner and technical director. 2.2.6.3. Identify additional work in a timely basis as found. 2.2.6.4. Provide a twice weekly, Tuesday and Thursday, report with the following items:

2.2.6.4.1. New work items and cost estimates. 2.2.6.4.2. Parts required and status. 2.2.6.4.3. Status of authorized services, outside of the original work scope. 2.2.6.4.4. Any issues that may affect the scheduled completion date and revised

schedule to include completion date. 2.2.6.4.5. Critical path update.

2.2.6.5. The Contractor shall provide a technical report for the turbine inspection, all work performed, and all work performed by subcontractor or third party sources. The technical director shall provide a detailed final overall report. The exceptions are as follows: All technical reports by Contractor or his sub-contractors that are hired by the Contractor shall be given to the Owner’s Project Manager and the technical director for review and for Owner’s records (examples: NDE report, laser alignment report, steam-path maintenance reports, etc.). These reports shall be

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 3 of 33

issued to Owner in a timely manner. Timely manner is as follows: hand written reports before subcontractor leaves project; final reports can be up to two weeks later as long as there are no changes.

2.2.6.6. Any fasteners that can be removed by a standard ½” magnetic base drill will be done at no extra cost to Owner.

2.2.7. Technical Director.

Contractor shall provide a Technical Director during the term of this contract, who shall:

2.2.7.1. provide technical direction in all aspects of this contract and ensure compliance

herewith. 2.2.7.2. abide by all local, state and national codes. 2.2.7.3. be responsible for pre-shutdown data and startup data. 2.2.7.4. insure that the unit performs equal to or better than pre-shutdown data. 2.2.7.5. have responsibility to oversee, and direct all aspects of the turbine / generator

major inspection, testing, servicing, and reassembly. 2.2.7.6. be responsible for technical direction of all contractors and subcontractors. 2.2.7.7. have a minimum of ten (10) years of experience with GE steam turbine-generators

similar to or larger than Unit 15. 2.2.7.8. inspect and approve all work and components prior to installation. 2.2.7.9. have knowledge and experience of no less than ten (10) years in a Technical

Director capacity involving steam turbine/generator servicing and overhaul on units similar or larger than Unit 15. This individual shall have the responsibility to ensure safety, contractor and subcontractor compliance and quality control.

2.2.7.10. supply a schedule and anticipated Completion Schedule for the outage. Participate in progress meetings and provide updated schedule for completion including critical path updates. Meetings shall be held at 8:00 a.m. on Tuesday and Thursday of each week.

2.2.7.11. supply part numbers and recommended and alternate sources to secure necessary parts expeditiously.

2.2.7.12. issue detailed final report including as found, as left, all test data, recommendations and maintenance cycles. Final report shall be made available prior to final payment.

2.2.7.13. review and approve all component data, inspections, measurements, test, and general work prior to reinstalling.

2.2.8. Security.

2.2.8.1. All personnel entering the facility will be required to identify themselves prior to

entering the facility. Any unfamiliar workers will require supervisor verification prior to being allowed into the facility.

2.2.8.2. The driver of any vehicle shall identify all vehicle occupants before being allowed to enter facility.

2.2.8.3. The contractor shift supervisor shall sign the visitor registration as a company representative each day worked.

2.2.8.4. The technical director shall sign the visitor registration as a company representative each day worked.

2.2.8.5. The technical director shall provide a complete list of each contract personnel working on Unit 15 each day. This list of personnel and hours worked will be part of the twice weekly meeting.

2.2.8.6. The Owner reserves the right to request security and background checks on any and all contractors working in facility.

2.2.8.7. The Houma Generating Station is fully gated, utilizing CCTV security recording cameras throughout the facility.

2.2.8.8. Explosives, firearms and weapons of any kind shall not be permitted on Houma Generation Station property. This shall include in personal or company vehicles, trailers, toolboxes, etc.

2.2.8.9. Emergency responders may be contacted by dialing 911. 2.2.9. Safety.

2.2.9.1. The Contractor shall abide by all OSHA safety procedures and Terrebonne Parish’s Contractor requirements.

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 4 of 33

2.2.9.2. Contractor shall maintain a written program to ensure safety among employees working on this project. The contractor shall be completely responsible for the safety of their employees, their contractors, and working conditions.

2.2.9.3. Contractor’s employees shall comply with the Houma Generating Station’s Equipment Lockout and Tagout Procedures. The contractor’s employees shall not commence work on equipment until clearance to do so is received by the Owner’s Project Manager. Contractor hereby acknowledges receipt of the Houma Generating Station Lockout/Tagout Procedures Manual.

2.2.9.4. Contractor’s employees shall comply with the Houma Generating Station’s Hot Work Permit Procedures. Contractor hereby acknowledges receipt of the Houma Generating Station Hot Work Permit Procedures Manual. Burning, welding, brazing or grinding operations shall not commence until clearance to do so is received by the Owner’s Project Manager. A fire watch must be posted for all such operations. Fire extinguishers employed by fire watch personnel shall be furnished by the contractor. Contractor must cover all equipment, cable trays, etc., beneath and in close proximity to such work. Fire blanket material must be supplied by the contractor. The contractor’s employees shall not commence Hot Work on equipment until clearance to do so is received by the Owner’s Project Manager.

2.2.9.5. A copy of our safety manuals will be supplied to the awarded contractor. 2.2.9.6. Terrebonne Parish Consolidated Government has a strict smoking policy related to

its buildings. Smoking is prohibited in any building located on Terrebonne Parish Consolidated Government property. TPCG smoking ordinance may be viewed at www.tpcg.org. Possession and/or use of explosives, alcoholic beverages, non-prescription and illegal drugs of any kind shall not be permitted on Houma Generation Station property. This shall include in personal or company vehicles, trailers, toolboxes, etc.

2.2.9.7. Handling, rigging and hoisting of material shall be the complete responsibility of the contractor. The contractor shall ensure material is moved in a safe, secure and stable manner, within equipment manufacturer’s recommended loads. Owner’s personnel shall have the right to restrict or stop any material movement that they deem not in compliance with this requirement.

2.2.9.8. Hard hats, safety glasses, steel toe nonskid shoes, shirts with sleeves and full length pants shall be worn at all time by the contractor’s employees.

2.2.9.9. Contractor shall report all accidents, regardless of severity, immediately to the Owner’s Project Manager. A written report shall be submitted to the Owner’s Project Manager prior to the end of the shift when the accident occurred. Accident report shall include, but not be limited to, the name of the injured, accident date and time, names of witnesses, supervisor’s name, a description of the accident and recommendations to prevent recurrence.

2.2.9.10. Contractor shall immediately correct all spills and trip hazards. 2.2.9.11. Contractor shall rope off all fall hazards, and all personnel allowed in this work area

shall follow OSHA fall protection regulations. 2.2.9.12. Contractor’s employees shall park their vehicles in the prescribed parking area. Any

improperly parked vehicles will be towed at the expense of the owner of the vehicle. Owner, TPCG, shall not be held liable for any vehicle, contents, or damage.

2.2.9.13. Contractors are responsible for securing their own tools, equipment and materials. 2.2.9.14. All tools, cables, slings, chains, chain hoist, extension cords, electric cords, electric

tools and etc. shall be free from wear and shall be in safe working condition. Worn equipment shall not be permitted on the grounds of the Houma Generating Station and Terrebonne Parish Consolidated Government.

2.2.9.15. A portable GFCI outlet must be supplied by the contractor and used on each extension cord and portable electric tool plugged at the Houma Generating Station. These GFCI devices shall be tested at the beginning of each work day and documented as part of the safety meeting checklist. All failed GFCI outlets shall be discarded and replaced immediately.

2.2.9.16. Contractor’s and their employees’ tool boxes, lunch boxes and vehicles shall be subject to inspection.

2.2.9.17. Before any hazardous material is brought on site, the Contractor must provide a copy of Applicable Material Safety Data sheets (MSDS) to the Owner and receive approval from the Owner’s Project Manager.

2.2.9.18. The Contractor’s personnel must attend safety orientation prior to starting work to review the Owner’s Contractor Orientation Procedure.

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 5 of 33

2.2.9.19. The Contractor shall provide all safety related equipment required for their personnel.

2.2.9.20. The Contractor shall hold a daily safety meeting and provide documentation of said meetings at the biweekly schedule update meeting.

2.2.9.21. The Owner’s Project Manager will periodically attend the daily safety meetings. Changes in plant conditions will be brought to the safety meetings.

2.2.9.22. Owner enforces a zero tolerance substance abuse program. Owner reserves the right to request testing of any and all contractors performing work for or on Owner’s property.

2.2.9.23. Contractor shall be subject to periodic safety inspection by Owner’s safety enforcement personnel.

2.2.10. Tools.

2.2.10.1. The Contractor shall furnish all tools, consumables, office trailer, lunch/break

trailer, self-contained toilet and wash facilities. 2.2.10.2. The Owner will make available to the Contractor any turbine specialty tools, lifting

cables, rotor stands, and required wood cribbing, that is on site. 2.2.11. Startup.

2.2.11.1. The Contractor shall assist plant personnel during turbine startup and provide services to troubleshoot any malfunctions or abnormal operation of equipment included in the Contractor's scope of work.

2.2.11.2. The Contractor shall furnish labor to support balancing of the turbine-generator, if required.

2.2.11.3. Startup shall be considered complete after the turbine has run for 24 hours of continuous on line operation, with all systems functioning normally. This shall include overspeed trip tests within the recommended specifications.

2.2.11.4. The technical director, contractor supervisor, and two millwrights shall be present during start-up until such time that startup completion is accepted in writing by the Owner.

2.2.12. Heavy Lifting/Crane Use.

2.2.12.1. The Contractor shall supply certified personnel to operate the plant overhead crane. Contractor personnel must be oriented and checked out individually by the Owner’s Project Manager before they are allowed to operate the crane. The turbine crane has one hook (20 ton) sufficient for lifting and turning all turbine components. Bumping shall not be allowed. Any minor or critical movement shall be performed by the use of contractor supplied chain hoist.

2.2.12.2. The crane safety locking devices shall not be altered or manipulated in any manner. This shall include the hook and locking pin.

2.2.12.3. The turbine deck has two crane bays to the ground level. The opening near Unit 14 is 14’ by 14’.

2.2.12.4. Only properly qualified individuals shall operate hoisting equipment, forklifts, cranes, heavy equipment and Class I/II trucks on Houma Generating Station property.

2.2.12.5. Any outsourced lifting equipment shall be the financial burden of the contractor. 2.2.13. Other Requirements. The Contractor shall adhere to the following:

2.2.13.1. Provide transportation and make containers, if needed, for sending components off site for servicing. All items shipped off site will be insured for full replacement value.

2.2.13.2. Provide a dust free blasting tent and utilize 220 grit aluminum oxide blasting grit, for all turbine components. Blast cleaning can be done on the turbine deck.

2.2.13.3. Be responsible for cleanup and disposal of all blasting grit. 2.2.13.4. Supply and install steam and oil piping covers.

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 6 of 33

2.2.13.5. Covering shall be utilized to prevent foreign debris, dirt, dust, and etc. from entering or contaminating all cavities, oil pots, bearings, extractions, pedestals, flanges, etc.

2.2.13.6. Clearly label and store all turbine parts in a neat and organized manner. 2.2.13.7. Maintain control of all loose items, when working in the generator or over an open

turbine. A drop list shall be maintained and all items retrieved expeditiously and documented. The drop list shall be reported at the scheduled meetings and shall be a documented source identifying all items dropped and retrieved.

2.2.13.8. Clean up work area daily. 2.2.13.9. Supply all consumable material, gaskets and sealing compounds required to

complete the inspection and service work. 2.2.13.10. Clean the turbine building at the end of the job to Owner’s satisfaction. 2.2.13.11. The technical director and mechanical contractor prior to the project start date

shall take online pre-outage data. Upon returning the unit to service, the unit shall perform equal to or better than pre-outage conditions. This is to include vibration, efficiency, temperature rise, cooling and etc.

2.3. TURBINE GENERATOR INSPECTION SCOPE OF WORK

2.3.1. TURBINE Contractor shall complete all tasks necessary for proper inspection of a major overhaul of this 13.15 MW turbine generator. All bolting will be tightened per GE turbine manual. Smaller studs can be torqued, while larger studs will be elongated by flats and heated with oxygen-acetylene rod heaters. Alinco will be used on the horizontal joint surfaces. RTV 60 (uncured) may be required on the LP horizontal joint, as conditions require. FelPro N-5000 or equivalent will be used on fits and threaded surfaces. Non hardening Medium Weight Tite Seal will be pumped in the generator, where applicable. The contractor shall complete at least the following items: 2.3.1.1. Mobilization.

2.3.1.1.1. Confirm turbine release date. 2.3.1.1.2. Supply required MSDS, as needed. 2.3.1.1.3. Contractor Outage Supervisor will attend Project Kickoff meeting at plant site at

least two (2) weeks before turbine release date. 2.3.1.1.4. Ship office(s) and tooling to HGS, 1551 Barrow Street, Houma, LA. 2.3.1.1.5. Ship parts bins material to Houma Generating Station. 2.3.1.1.6. Arrange for access to backup power and backup air supply.

2.3.1.2. Pre-Outage Work.

2.3.1.2.1. The technical director and mechanical contractor prior to the project start date

shall take online pre-outage data. Upon returning the unit to service, the unit shall perform equal to or better than pre-outage conditions. This is to include vibration, efficiency, temperature rise, cooling and etc.

2.3.1.2.2. Labor supervisor to arrive on site prior to turbine outage. 2.3.1.2.3. Cover turbine deck floor. No turbine-generator components will be set on the

floor without proper protection between component and floor. 2.3.1.2.4. Unload and setup office(s) and tools on or adjacent to the turbine deck. 2.3.1.2.5. Develop laydown plan for the turbine deck. 2.3.1.2.6. Setup parts bins, rotor stands, cribbing, etc. 2.3.1.2.7. Locate, inventory, clean, inspect and layout specialty turbine tools, i.e., lifting

beam, cables, wrenches, etc. 2.3.1.2.8. Remove turbine appearance lagging and insulation. 2.3.1.2.9. Erect scaffolding as needed.

2.3.1.3. Turbine Rotor.

2.3.1.3.1. Remove and install bearing covers. 2.3.1.3.2. Uncouple and couple turbine rotor to generator rotor. 2.3.1.3.3. Record as found and as left coupling alignment and dimensional readings. 2.3.1.3.4. Record as found and as left rotor position (bore) readings.

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 7 of 33

2.3.1.3.5. Record all radial rotor positions, feeler gauge joint checks, etc. as required to support laser alignment even if laser alignment has not been determined to be needed at time of disassembly.

2.3.1.3.6. Record as found and as left diaphragm and rotor clearance (chart) readings. 2.3.1.3.7. Record the runout on the stub shaft, prior to removal and at assembly. 2.3.1.3.8. Blast-clean the rotor steam path. 2.3.1.3.9. Perform visual and magnetic particle (MP) inspection of the rotor and document

all indications. 2.3.1.3.10. Measure and record the bearing journal outside diameters at one-inch intervals. 2.3.1.3.11. Remove and install balance weights. Tap and clean balance weight holes, as

directed by technical director. 2.3.1.3.12. Relocate the rotor to and from rotor stands, lathe, or balance machine, as

required. 2.3.1.3.13. Polish bearing journals on sight.

2.3.1.4. Inlet Nozzle Plate.

2.3.1.4.1. Lightly blast and non-destructive inspect (NDE) the upper nozzle plates in place, where accessible. There are no plans to remove the nozzle plate.

2.3.1.4.2. Borescope inspection behind the 1st stage nozzle shall be made to look for excessive cracking. No plans have been made to remove the nozzle plate.

2.3.1.4.3. Restore the nozzle block to OEM conditions.

2.3.1.5. High Pressure Outer Shell.

2.3.1.5.1. Remove, visually inspect, clean, NDE and tighten all horizontal joint studs. 2.3.1.5.2. Horizontal joint stud nuts will be visually inspected and checked for thread

looseness on the mating stud. 2.3.1.5.3. Tap studs in the lower shell do not have to be removed, unless they need to be

replaced. They will be visually inspected, cleaned, and UT in place. 2.3.1.5.4. Hone horizontal joints and axial fits, as directed by technical director for proper

sealing surfaces. 2.3.1.5.5. Tap and clean packing gland vertical joint bolt holes. 2.3.1.5.6. Inspect and clean all main steam piping inlet flange gasket surfaces. Check

flanges for flatness and gasket groove depth. Replace flange gaskets with new gaskets of equal construction as directed by technical director.

2.3.1.5.7. Visually inspect and UT main steam piping flange studs. 2.3.1.5.8. Remove and visually inspect all access ports and covers, as directed. 2.3.1.5.9. Record feeler check of shell horizontal joint at disassembly, with all bolting

relaxed. 2.3.1.5.10. Blast-clean and NDE the complete upper outer shell, including the valve chests

and seats, HP nozzle plate, inner shell axial fits and horizontal and vertical joints. 2.3.1.5.11. Lower half of HP shell will be hand cleaned. The valve chest internals and first

stage nozzle plates will be NDE. A close visual inspection by qualified NDE personnel shall be preformed on all accessible curves, radius, piping connections to 1st weld from shell. Any suspect areas will be cleaned for a satisfactory dye-penetrant or mag-particle test.

2.3.1.5.12. Visually check and clean steam and drain lines of foreign material. A final inspection will include a visual borescope inspection supplied by contractor.

2.3.1.5.13. Inspect centerline and support keys for wear, proper clearance and record dimensions. Several keyways will require filing. Several new keys will be fitted.

2.3.1.5.14. Tap and clean all threaded holes. 2.3.1.6. LP Section.

2.3.1.6.1. Remove, clean and install blowout (atmospheric relief) bellow. Sharpen cutting

teeth, as directed by technical director. 2.3.1.6.2. Disassemble and reassemble horizontal joint bolting. Joint assembly shall be

done by flats or torqued. 2.3.1.6.3. Horizontal joint shall be feeler checked at disassembly, with all bolting loose. 2.3.1.6.4. Horizontal and vertical joint bolt holes shall be tapped. 2.3.1.6.5. Obtain an opening and closing set of diaphragm, packing and wheel clearances,

as directed by technical director.

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 8 of 33

2.3.1.6.6. Hone inner shell horizontal and vertical joints. Upper inner casing will be blast cleaned and NDE. Lower inner casing will be visually inspected. Critical areas shall be magnetic particle inspected.

2.3.1.6.7. Visually inspect all horizontal joint bolting and document findings. 2.3.1.6.8. Visually inspect all nuts to mating surfaces and document findings. 2.3.1.6.9. Visually inspect, straighten and sharpen all radial seal teeth, as directed by

technical director. 2.3.1.6.10. Lower inner casing will not be removed. 2.3.1.6.11. Inspect, deburr and remove rough surfaces from any alignment fits, grooves and

horizontal joint. 2.3.1.7. Diaphragms.

2.3.1.7.1. Remove, blast clean, perform magnetic particle (MP) inspection or Dye Penetrant Test (PT)all diaphragm components, reinstall and document all indications

2.3.1.7.2. Remove, visually inspect, straighten and sharpen teeth and install interstage packing, as directed by technical director. Verify that correct packing springs have been installed at each stage. This is standard OEM packing.

2.3.1.7.3. Measure and record the butt clearance on all diaphragm, interstage packing and gland packing segments. Expect to machine butt clearance on packing segments that have been retoothed or replaced.

2.3.1.7.4. Visually inspect support blocks for cracking, fretting and broken bolting. 2.3.1.7.5. Drill and tap all broken or stripped diaphragm support bolting. 2.3.1.7.6. Visually inspect, deburr and remove rough surfaces from all alignment fits,

grooves and horizontal joint. 2.3.1.7.7. Relocate damaged diaphragms or those requiring off site services to a designated

service area or facility, on site. Crate all that will require off site servicing. 2.3.1.7.8. Check and correct diaphragm side slip as directed by technical director. 2.3.1.7.9. Measure and correct diaphragm axial crush pin clearances. 2.3.1.7.10. All DIAPHRAGMS AND PACKING BOXES WILL BE REALIGNED BY A

TIGHT WIRE TO INSURE CORRECT RUNNING POSITION. 2.3.1.7.11. Diaphragm upper halves will have to be adjusted to the lower halves to obtain

design horizontal joint clearances. 2.3.1.7.12. Service eroded joint surfaces and remove welding slag on sight. 2.3.1.7.13. Replace all set screws. 2.3.1.7.14. Straighten wavy partitions.

2.3.1.8. Steam Packing.

2.3.1.8.1. Remove the upper and lower halves of the inner and outer steam packing segments.

2.3.1.8.2. Remove, visually inspect, straighten and sharpen teeth and install packing, as directed. Verify that correct packing springs have been installed with all segments clean and reuse. This unit contains standard OEM packing.

2.3.1.8.3. Measure and record the butt clearance on all gland packing segments. Expect to machine butt clearances on packing segments if replaced.

2.3.1.8.4. Blast clean and MP test packing glands. 2.3.1.8.5. Realign glands, as directed by technical director.

2.3.1.9. Alignment.

2.3.1.9.1. HP/LP turbine components shall be aligned by Contractor per results & specifications by a standard tight wire to OEM specifications. The HP nozzle plate will not be removed for alignment.

2.3.1.9.2. Align the generator to the turbine, as needed per specification by adding or removing stainless shims under the generator supports.

2.3.1.10. Governor Pedestal.

2.3.1.10.1. Open, visually inspect, clean and document any discrepancies. 2.3.1.10.2. Remove, clean, measure, lubricate and install standard slides. 2.3.1.10.3. Visually inspect overspeed trip system. Measure components for excessive wear.

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 9 of 33

2.3.1.10.4. Visually inspect all linkage for excessive play. 2.3.1.10.5. Inspect governor table, main shaft pump, secondary speed relay and its pilot

valve (control valve servo motor). 2.3.1.10.6. Close front standard.

2.3.1.11. Thrust Bearing.

2.3.1.11.1. Remove, clean, visually inspect, and assemble thrust bearing components. 2.3.1.11.2. Measure thrust plate pads for wear. 2.3.1.11.3. Hand scrape thrust bearing pads, as needed. 2.3.1.11.4. PT and UT Babbitt for bonding. 2.3.1.11.5. Measure and record as found and as left total thrust clearances. 2.3.1.11.6. Adjust total thrust of rotor to drawing dimensions. This may require rework or

replacement of the thrust shims. 2.3.1.11.7. Measure and record oil seal ring dimensions and clearances. 2.3.1.11.8. Measure and record thrust runner dimensions. 2.3.1.11.9. Adjust thrust wear detector, as needed.

2.3.1.12. Journal Bearings.

2.3.1.12.1. Remove, clean, visually inspect and assemble three elliptical turbine bearings. 2.3.1.12.2. Measure bearings and rotor for diametrical clearance. 2.3.1.12.3. Visually inspect, PT and UT bearing Babbitt for bonding. 2.3.1.12.4. Hand finish and blue bearing keys (pads) for acceptable contact, bearing position

and pinch. 2.3.1.12.5. Hand finish and blue bearing ball contact for OEM recommendations. 2.3.1.12.6. Measure and adjust bearings for acceptable tilt and twist.

2.3.1.13. Oil Deflectors.

2.3.1.13.1. Remove any accumulated foreign material from deflector teeth. Clean oil

deflectors to original condition. Sharpen teeth, as directed. 2.3.1.13.2. Measure oil deflector inside diameters and clearances. 2.3.1.13.3. Realign oil deflectors, as required.

2.3.1.14. Coupling Alignment

2.3.1.14.1. Check turbine-generator coupling face and periphery at disassembly and assembly, using 16-point method.

2.3.1.14.2. Measure and record rabbet fit clearance. 2.3.1.14.3. Make alignment corrections to OEM specification. 2.3.1.14.4. Visually examine coupling and bolting. NDE coupling bolts. 2.3.1.14.5. Measure coupling stud elongation at assembly. 2.3.1.14.6. Check and record coupling and adjacent journals runouts after final assembly.

2.3.1.15. Bearing Pedestals

2.3.1.15.1. Clean and visually inspect pedestal areas. 2.3.1.15.2. Hone horizontal joints. 2.3.1.15.3. Tap and clean horizontal and vertical joint bolt holes. 2.3.1.15.4. Remove and clean all oil deflectors. 2.3.1.15.5. Measure oil deflectors and rotor for proper diametrical clearance. 2.3.1.15.6. Set oil seals for proper clearance, at assembly. 2.3.1.15.7. Check and adjust bearing support pads for proper bearing to cover clearances,

pinch check. 2.3.1.16. Turning Gear

2.3.1.16.1. The turning gear motor will be electrically disconnected, inspected and

connected by Houma Station personnel. 2.3.1.16.2. Remove the turning gear motor. 2.3.1.16.3. Disassemble, inspect, measure and record, and assemble turning gear mechanism

gears & bushings.

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 10 of 33

2.3.1.16.4. Check and record gear backlashes and thrust settings on roller bearings. 2.3.1.16.5. Install and align the turning gear motor. Adjust for proper chain tension. 2.3.1.16.6. Adjust turning gear for proper engagement and alignment.

2.3.1.17. Main Stop Valves (MSV)

2.3.1.17.1. Disassemble and assemble valve coupling. 2.3.1.17.2. Remove and install bonnet and steam strainer. 2.3.1.17.3. Remove, disassemble and inspect valve internals. 2.3.1.17.4. Blast and hand clean disks, stems, bypass valve, disk covers, valve seats, strainers,

valve covers and pressure seal heads. 2.3.1.17.5. MP and/or PT stems, disks, disk covers, seats, valve covers, strainer basket and

pressure seal heads. 2.3.1.17.6. Have qualified NDE personnel visually inspect inside of MSV casing to 1st

connecting weld up steam. If areas of concern are suspected, then these areas must be cleaned up for further evaluations.

2.3.1.17.7. UT valve cover studs. 2.3.1.17.8. Measure and record stem, bushing and disk dimensions and clearances. 2.3.1.17.9. Measure and record stem runout. 2.3.1.17.10. Hone bushings to restore clearances, as directed by the technical director. A try-

bar check is required. The mechanical contractor shall supply the try-bar. Document as found and as left.

2.3.1.17.11. Blue check and lap bypass and valve disks for 100% seat seal. Lapping rods and plates to be supplied by the mechanical contractor. Document as found and as left.

2.3.1.17.12. Blue check and lap stem backseat for 100% seal. Document as found and as left. 2.3.1.17.13. All inspections, clearances & blue checks will be documented and approved by

Technical Director before assembly. 2.3.1.17.14. Hydraulic cylinders shall be inspected. 2.3.1.17.15. Bonnet studs shall be tightened by OEM recommendations by elongation or

flats, as directed by the technical director. 2.3.1.17.16. Valve disk, Valve cover, cap screw for valve cover, bushing, bushing cover, stem,

bypass valve and bushing should be replaced. Cracks on screen should be repaired onsite.

2.3.1.18. Control Valves (CV)

2.3.1.18.1. Disconnect and assemble valve linkage. 2.3.1.18.2. Remove and install four upper control valve assemblies. 2.3.1.18.3. Blast clean, NDE and repaint CV springs. 2.3.1.18.4. Disconnect and reconnect steam leakoff lines. 2.3.1.18.5. Disassemble, clean, visually inspect and assemble linkage, camshafts, and springs. 2.3.1.18.6. UT valve bonnet studs. 2.3.1.18.7. NDE CV disks, stems, seats, inlet pipes, springs and bonnets. 2.3.1.18.8. Measure and record camshaft bushing clearances. Fit new camshaft bushings, as

required. 2.3.1.18.9. Measure and record lift arm, linkage rod and bushing dimensions and clearances.

Fit new roller bearings and bushings, as required. 2.3.1.18.10. Measure and record control valve component dimensions, stem & X-head

runouts and clearances. Hone stems and bushings, as needed. 2.3.1.18.11. Hone bushings to restore clearances, as directed by technical director. A try-bar

check is required. The mechanical contractor shall supply the try-bar. Document as found and as left.

2.3.1.18.12. All inspections, clearances & blue checks will be recorded and approved by Technical Director before assembly.

2.3.1.18.13. Assemble control valve components. 2.3.1.18.14. Adjust valve lifts to design values. 2.3.1.18.15. Lap valve seats and machine valve disks as needed to obtain 100% seat sealing

contact, when blue checked. Lapping rods and plates to be supplied by the mechanical contractor. Document as found and as left.

2.3.1.18.16. Tighten bonnet studs per OEM instruction manual. 2.3.1.18.17. Adjust CV linkage as directed for proper lift and sequencing.

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 11 of 33

2.3.1.18.18. All bushings, lift rods, valve discs valve seats and lift rods should be replaced as needed.

2.3.1.19. Non Return (Extraction) Valves

2.3.1.19.1. Open, clean, NDE, and close for Non Return Valves (NRV). 2.3.1.19.2. NRV flapper and bonnet studs will be NDE. 2.3.1.19.3. NRV flapper shall be removed. 2.3.1.19.4. NRV flapper and seat shall be blue check to HGS project manager and technical

director satisfaction. 2.3.1.19.5. All inspections, clearances & blue checks will be documented and approved by

Technical Director before assembly. 2.3.1.19.6. New shaft packing/gaskets and bonnet gasket will be installed. 2.3.1.19.7. Bonnet cover studs will be torqued. 2.3.1.19.8. Disassembly and inspect actuators. 2.3.1.19.9. Packing, setscrews, studs and nuts should be replaced.

2.3.1.20. Steam Seal Regulator

2.3.1.20.1. Remove, clean, inspect and install Steam Seal Regulator. 2.3.1.20.2. Measure and record stem, bushing and disk dimensions and clearances. 2.3.1.20.3. Measure and record stem runout. 2.3.1.20.4. Hone bushings to restore clearances, as required. 2.3.1.20.5. Blue check and lap valve disks for 100% seal. 2.3.1.20.6. Check linkage for excessive clearance and replace bearings, if required. 2.3.1.20.7. The regulation must be checked & set to OEM specifications by an external

source, prior to installing the steam seal regulator back into the turbine. This is usually accomplished at an OEM facility or equivalent shop. Documentation must accompany the inspection, servicing & testing of the steam seal regulator.

2.3.1.20.8. All inspections will be approved by Technical Director before final assembly. 2.3.1.20.9. Adjust regulator, as required.

2.3.1.21. Lube Oil System

2.3.1.21.1. Clean the main oil reservoir. 2.3.1.21.2. Some piping is a flexible pipe within a pipe. All piping shall be inspected and

tested. A final inspection will include a visual borescope inspection supplied by contractor.

2.3.1.21.3. Remove, clean, inspect, and reinstall two vertical oil cooler tube bundles. 2.3.1.21.4. Remove, inspect and install the two AC oil pumps and one DC oil pump. 2.3.1.21.5. Oil Pump bearings and impeller seals will be measured for clearances. 2.3.1.21.6. Bearings and seal rings will be replaced, if required. 2.3.1.21.7. Oil Pump shaft runouts will be checked. 2.3.1.21.8. Inspect Non-return Valve trip Relay. 2.3.1.21.9. The air detraining tank and tank loop piping will be opened, cleaned, inspected

and serviced prior to closing, documented and then closed. 2.3.1.21.10. The lube oil system will be opened at each bearing and flushed a minimum of 72

hours. Jumpers for flush pots will be installed at bearings if approved by the HGS and technical director. Also, provisions will be made for flushing the thrust bearing oil feeds. Some minor changes can be made for the oil flush setup as approved by the Technical Director. The mechanical contractor shall supply flush pots and filters. The technical director will determine filter size. Jumpers for flush pots will be installed from the seal oil feed to drain lines, at both ends of the generator.

2.3.1.21.11. Perform oil flush with separately mounted temporary flush pots (filtering shall be performed with 5 micron filter bags or smaller). The mechanical contractor shall supply flush pots and filter material.

2.3.1.21.12. Remove, inspect, service and reinstall vapor extractor.

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 12 of 33

2.3.1.22. Seal Oil System

2.3.1.22.1. Open, clean, visually inspect, float trap and filter assemblies. Change out filters in the two filter canisters. Visually check floats for excessive movement and correct, if required.

2.3.1.23. Gland Seal System

2.3.1.23.1. Remove, inspect, service and reinstall the gland seal pumps (two each).

2.3.1.24. Appearance Lagging And Insulation

2.3.1.24.1. Contractor will remove and install all turbine and related piping insulation and

removable blankets. 2.3.1.24.2. Contractor will remove and install turbine metal lagging.

2.3.1.25. Turning Gear

2.3.1.25.1. Disassemble, inspect, measure, record, and assemble turning gear mechanism. 2.3.1.25.2. Replace all damaged bushings. 2.3.1.25.3. Replace all damaged gears. 2.3.1.25.4. Check and record gear backlashes and thrust settings on roller bearings 2.3.1.25.5. Remove, test, install and align the turning gear motor. Change the gear drive belt

and adjust for proper belt tension. 2.3.1.25.6. Adjust turning gear for proper engagement and alignment.

2.3.1.26. General Nuts, Bolts, Studs and Tapped Holes

2.3.1.26.1. All bolt threads shall be cleaned by wire wheel method and shall be thoroughly

inspected. 2.3.1.26.2. All nuts shall be cleaned and thoroughly inspected. Threads shall be tapped to

insure good thread pattern if necessary. 2.3.1.26.3. Studs shall be cleaned by wire wheel method. Threads shall be thoroughly

inspected. Threads shall be chased to insure good thread pattern if necessary. 2.3.1.26.4. Tap and clean all threaded holes to insure good thread pattern. 2.3.1.26.5. A complete coating of anti-seize compound, rated for required temperature, shall

be applied to all nuts, bolts, studs and tapped holes. 2.3.1.27. Startup Support

2.3.1.27.1. Support adjustments of mechanical components during Electrohydraulic Controls settings.

2.3.1.27.2. Support valve adjustments and settings. 2.3.1.27.3. Support hot valve settings, operating controls adjustments, and overspeed trip

adjustments, as required during startup. 2.3.1.27.4. Other startup support as required. 2.3.1.27.5. The technical director, contractor supervisor, and two millwrights shall be

present during start-up until such time that startup completion is accepted in writing by the Houma Generating Station.

2.3.1.28. Trip / Reset Mechanism

2.3.1.28.1 Remove, inspect and repair the reset mechanism. File teeth and/or replace latching mechanism as required.

2.3.2. GENERATOR 2.3.2.1. Stator

2.3.2.1.1. After removing manhole covers & confined space permits are issued, inspect & test generator for lead deposits. If lead is found, Contractor shall work with HGS to determine if according to OSHA standards or Louisiana specifications

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 13 of 33

extra personal protective equipment is needed. Personal hygiene is recommended while working in the generator, then gloves, paper overalls and paper masks, should be included in the quote. If lead abatement is required, a separate contract will be issued.

2.3.2.1.2. Remove and install bearing covers upper halves and steady bearing upper half. 2.3.2.1.3. Remove, inspect, clean and install generator cooler tube bundles. 2.3.2.1.4. Remove and install bearings, oil deflectors, seal casings and fan blades at both

ends. 2.3.2.1.5. Take and record clearances at the fan tips, during disassembly and final assembly. 2.3.2.1.6. Clean and inspect the outer endshield components. Hand clean all oil feed and

drain passages. Protect all openings from contamination. 2.3.2.1.7. Remove, inspect, clean, store and install the collector end outer endshield piping. 2.3.2.1.8. Remove, clean, inspect and install fan rings and inner endshields at both ends. 2.3.2.1.9. Remove, clean, inspect and install high voltage bushing box access covers. 2.3.2.1.10. Clean and inspect stator casing between stator windings and outer endshield

flanges and in the high voltage bushing box. 2.3.2.1.11. Take and record megger readings on all insulated bearings, oil deflectors,

hydrogen seal casing and insulated flanges, during assembly. 2.3.2.1.12. Clean and visually inspect bolting insulation and associated hardware for

bearings, oil deflectors and seals. 2.3.2.1.13. Measure and record the generator seal segments, oil deflectors, bearings and

rotor for diametrical clearance. 2.3.2.1.14. Visually inspect, PT and UT bearing Babbitt for bonding. 2.3.2.1.15. Check bearing pinch on all bearings. Also, visually inspect all bearing and

bearing ring fits for fretting and other abnormalities. 2.3.2.1.16. Measure and adjust bearings for acceptable tilt and twist. 2.3.2.1.17. Visually inspect generator seal ring segments. 2.3.2.1.18. Blue check and lap generator seal ring segments for 100% seal within the seal

casing. 2.3.2.1.19. All inspections, clearances & blue checks will be recorded and approved by

Technical Director before assembly. 2.3.2.1.20. Remove any accumulated foreign material from oil deflector teeth. Sharpen

teeth, as directed. 2.3.2.1.21. Measure oil deflector inside diameters and clearances. 2.3.2.1.22. Realign oil deflectors and hydrogen seal casings, as required. 2.3.2.1.23. Install heater to reduce humidity in the stator while disassembled. Keep both

ends covered, when work is not in progress. 2.3.2.1.24. Maintain some formal control of parts, tools and loose material during final

assembly. 2.3.2.1.25. Hand file the stator four centerline keyways and machine four new keys if

needed. 2.3.2.1.26. Visual and electrical testing will be done by the mechanical contract. 2.3.2.1.27. New gaskets will be installed during assembly. 2.3.2.1.28. After assembly, the turbine and collector end outer endshields will be pumped

with medium weight Tite Seal. 2.3.2.1.29. Pump the upper head of the four hydrogen coolers with Tite Seal.

2.3.2.2. Rotor

2.3.2.2.1. Properly identify by marking each fan blade. Remove and store where damage cannot occur.

2.3.2.2.2. NDE each fan blade. 2.3.2.2.3. Remove rotor per OEM ‘Assembly and Disassembly of Rotor’. 2.3.2.2.4. Install rotor in some type covering that does not contact the rotor and in which

heaters have been installed. 2.3.2.2.5. Contractor will do the visual and electrical testing of the rotor. 2.3.2.2.6. Measure and record the diameters of the bearing journals, generator seal journals,

collector rings. 2.3.2.2.7. Remove, clean, inspect and install the collector brush rigging. 2.3.2.2.8. Realign brush holders to the rotor, as directed by the technical director. 2.3.2.2.9. Plant personnel will remove and install wiring and carbon brushes. 2.3.2.2.10. Remove, clean, inspect, align and install brush rigging housing. 2.3.2.2.11. Remove, clean, install and install brush rigging and filters.

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 14 of 33

2.3.2.2.12. Replace Retaining Rings

2.3.2.3. Generator Inspection And Testing

2.3.2.3.1. Visual Inspection Generator Stator 2.3.2.3.1.1. Indications of loose wedges (plus spot survey) 2.3.2.3.1.2. Indications of mechanical damage, looseness, or overheating of core

iron. 2.3.2.3.1.3. Bore scope inspection of stator bars for indications of looseness or

vibration. 2.3.2.3.1.4. Indications of any space block movements. 2.3.2.3.1.5. Indications of loose blocking, ties, diamond spacers, strain blocks,

or bearing bolts. 2.3.2.3.1.6. Inspection of parallel ring clasping assembly. 2.3.2.3.1.7. Thorough inspection of bushing box, stand-off insulators, and high

voltage bushings. 2.3.2.3.1.8. Indications of any abnormalities. 2.3.2.3.1.9. If the stator is Asphalt wound- check the coils/bars for girth cracks.

2.3.2.3.2. Visual Inspect of Generator Field

2.3.2.3.2.1. Indications of negative sequence currents. 2.3.2.3.2.2. Indications of blocked ventilation paths. 2.3.2.3.2.3. Indications of loose end turn blocking. 2.3.2.3.2.4. Indications of end turn/or main lead movement/distortion or

distress. 2.3.2.3.2.5. Indications of any deterioration or abnormalities. 2.3.2.3.2.6. Collector ring inspection and cleaning. 2.3.2.3.2.7. These retaining rings are 18 Mn-5Cr. They shall to be Fluorescent

penetrant tested. Retainer rings shall be cleaned, tested and serviced.

2.3.2.3.3. Electrical Testing of Generator Stator

2.3.2.3.3.1. Winding copper resistance of each phase. 2.3.2.3.3.2. Ten minute, 2500V DC megger and polarization index of each

phase. 2.3.2.3.3.3. D-C leakage test of each phase. 2.3.2.3.3.4. One minute hipot of each phase. 2.3.2.3.3.5. Resistance check of all RTDs. 2.3.2.3.3.6. One minute, 500V megger of RTDs 2.3.2.3.3.7. Electro-magnetic core imperfection detection (ElCid) is optional as

required and directed by the technical director.

2.3.2.3.4. Electrical Testing of Generator Rotor 2.3.2.3.4.1. Field winding copper resistance. 2.3.2.3.4.2. Field winding AC impedance test. 2.3.2.3.4.3. Ten minute, 500 volt DC megger and polarization index of field

winding. 2.3.2.3.4.4. Pole balance if accessible

2.3.2.3.5. Customer Responsibilities for Generator –

2.3.2.3.5.1. Plant Responsibilities - Please note the following preparatory work to be done by Owner prior to contractor conducting the Tests. 2.3.2.3.5.1.1. Crane services to unload and load test equipment. 2.3.2.3.5.1.2. Disconnect, at Isophase termination enclosures, both

generator line side and neutral links, and neutral grounding transformer connections.

2.3.2.3.5.1.3. Disconnect all generator RTDs at the terminal board (disconnect the control room side, and leave the connections from the stator intact).

2.3.2.3.5.1.4. Provide 120 VAC 20 amps. 2.3.2.3.5.1.5. Have bushing box open for visual inspection. 2.3.2.3.5.1.6. The technical director and mechanical contractor

must schedule all Houma Generating Station or

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 15 of 33

Terrebonne Parish Consolidated Government involvement with the project manager 60 hours in advance.

2.3.3. BLAST CLEANING

Blast all steam path components, where accessible, with 220 grit aluminum oxide, as directed by technical director, with qualified personnel and as acceptable to plant personnel.

2.3.4. NON DESTRUCTIVE EXAMINATION (NDE) The Contractor shall perform all NDE with personnel qualified and certified in accordance with the requirements of the American Society for Non-destructive Testing, Recommended Practices No. SNT-TC-1A, latest accepted edition and addendum. NDE the following components as listed in this workscope and below:

2.3.4.1. Dye Penetrant (DP)

2.3.4.1.1. Generator fan blades. 2.3.4.1.2. Babbitt bonds on elliptical journal bearing(s) edges. 2.3.4.1.3. Babbitt bonds on pads for tilting pad bearing(s). 2.3.4.1.4. Babbitt bonds on two sets of thrust bearing plates. 2.3.4.1.5. One Main Stop Valve disks, one Main Stop Valve Bypass Valve and

corresponding seats. 2.3.4.1.6. Steam dams inside MSV casings. 2.3.4.1.7. Backseats on Main Stop Valve stems. 2.3.4.1.8. Four Control Valves disks and seats. 2.3.4.1.9. Four Non Return Valve seats.

2.3.4.1.10. Generator Rotor Retaining Rings

2.3.4.2. Ultrasonic Testing (UT)

2.3.4.2.1. Babbitt bond to housing on journal bearings. 2.3.4.2.2. Babbitt bond to housing on two sets of thrust bearing plates. 2.3.4.2.3. Main steam lead flange bolts. 2.3.4.2.4. HP outer shell horizontal joint studs. 2.3.4.2.5. Turbine-generator coupling bolts. 2.3.4.2.6. Main Stop Valve and Control Valve cover studs. 2.3.4.2.7. Non Return Valve bonnet studs on all non-return valves.

2.3.4.3. Magnetic Particle (MP), Wet Or Dry

2.3.4.3.1. Lower LP inner casing will be visually inspected. Critical areas shall be cleaned & magnetic particle inspected.

2.3.4.3.2. Fourteen removed diaphragms (28 halves). 2.3.4.3.3. Four packing casings, both halves. 2.3.4.3.4. 100% of HP/LP turbine rotor with 14 rows of blades. 2.3.4.3.5. One Main Stop Valve stems, disks, disk covers, strainers, bonnets and inlet steam

line welds. 2.3.4.3.6. Four Control Valve stems, bonnets and disks. 2.3.4.3.7. Turbine to generator coupling studs. 2.3.4.3.8. All CV springs.

2.3.4.4. Visual Inspection

2.3.4.4.1. Lower HP outer shell in all assessable fits, radius, piping connections to 1st weld.

2.3.4.4.2. Lower LP inner casing will be visually inspected. Critical areas shall be cleaned & magnetic particle inspected.

2.3.4.4.3. MSV inside casing to 1st upstream weld. 2.3.4.4.4. Upper & lower LP inner casing fits, weld connections & struts. 2.3.4.4.5. All areas of concern will be reported to Houma Project Manager and technical

director for recommendations for further evaluations.

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 16 of 33

2.3.4.4.6. Generator Rotor retaining rings. 2.3.4.5. Demobilization

2.3.4.5.1. Remove and load for shipping any turbine related Contractor or subcontractor tooling, lathe, test equipment, etc.

2.3.4.5.2. Remove and ship office(s), tool bins and tools from the turbine deck. 2.3.4.5.3. Clean, inspect and store rotor stands, cribbing, etc. 2.3.4.5.4. Inspect, clean and store specialty turbine tools, i.e., lifting beam, cables,

wrenches, etc. Make list of specialty tools that need to be replaced. 2.3.4.5.5. Remove and store turbine deck floor covering. 2.3.4.5.6. Install turbine metal appearance lagging. 2.3.4.5.7. Clean turbine deck, wash facilities and turbine of foreign materials, i.e., dust,

handprints, oils, etc., to HGS personnel satisfaction. 2.3.4.5.8. Repair any damage to HGS property by contractor personnel. 2.3.4.5.9. Disassemble and remove scaffolding.

2.3.4.6. Generator Coolers

2.3.4.6.1. Remove, inspect, clean and install generator coolers with new gaskets. Gaskets

are to be supplied by mechanical contractor.

2.4. WORK PERFORMED AT THE OPTION OF THE OWNER

Owner may authorize each of these items to be performed by the Contractor separately if needed during the outage. None of the services under this section 2.4 shall be performed by Contractor unless authorized in writing by Owner.

2.4.1. Journal Bearing Recast.

Work shall be done on Firm Price for each of the following bearings, separately:

2.4.1.1. Spin cast and machine turbine and generator bearings to the original

configuration and to the final diameters provided by Technical Director. 2.4.1.2. For estimating purpose only, consider the bearings to be 6”, 8”, and 10”.

2.4.2. Bearing Oil Deflector Maintenance

Work shall be done on Firm Price basis for each of the following oil deflectors:

2.4.2.1. Retooth oil deflectors with new caulked in GE Lynn type tooth material, aluminum or brass.

2.4.2.2. Machine tooth inside diameter to dimensions provided by Technical Director 2.4.2.3. The following seals were estimated for quotation purposes only:

2.4.2.3.1. Bearing Oil Deflector, 9 3/8” nominal inside diameter with six teeth. 2.4.2.3.2. Bearing Inner and Outer oil deflectors, 12” inside diameters with six

teeth per deflector. 2.4.2.3.3. Generator bearing oil deflectors are 10” and 11” diameter with six

teeth per deflector.

2.4.3. Diaphragm Blade Maintenance

Work shall be done on ‘Time and Material’ not to exceed.

2.4.3.1. Provide labor rate schedule for on-site diaphragm blade repairs. 2.4.3.2. Estimate repairs for two men, working onsite 10 hours per day and six days. 2.4.3.3. Include all costs, i.e., welding machine rental, weld rod, consumables, etc. to

complete repair work. 2.4.3.4. Include equipment transportation to and from the jobsite. 2.4.3.5. Include estimate for labor travel and living expenses.

2.4.4. Interstage and Shaft Packing

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 17 of 33

Work shall be done on Firm Price basis.

2.4.4.1. Estimate five new rings of interstage, high-low teeth, 8 teeth per ring, 18” inside diameter.

2.4.4.2. Estimate two new rings of outer rotor gland, high-low teeth, 10 teeth per ring, 14” inside diameter.

2.4.5. Generator Work

2.4.5.1. Replace Retaining Rings

III. DELIVERABLES

3.1. OWNER Owner shall perform the following work in connection with this contract:

3.1.1. Take the unit off line and return it to service. 3.1.2. Operate all permanent plant equipment, except the overhead crane. 3.1.3. Maintain Lockout-Tag Out system. 3.1.4. Supply available instruction manuals and drawings pertaining to the work. 3.1.5. Award renewal parts orders to selected vendors, review and award change orders. A

72 hour notice plus lead times shall apply. 3.1.6. Provide plant personnel, within 60 hours, support listed in this document, except

where pre-arranged in writing. 3.1.7. Supply 115 VAC 15 amp, 230 VAC and 480 VAC three phase 30 amp electrical

source, and dry air source, with limitations. 3.1.8. Provide bottled gasses, i.e., Argon, Acetylene and Oxygen with 72 hour advanced

notice. 3.1.9. Have a turbine building crane in satisfactory condition. 3.1.10. Make available trash containers and disposal service for non-hazardous materials. 3.1.11. Furnish floor covering material and cribbing as required to support the outage on-site

work. 3.1.12. Furnish compressed air. Contractor shall have a backup source should this source be

down. 3.1.13. Drain and fill oil reservoirs and generator.

3.2. CONTRACTOR Perform the Scope of Work in accordance with this contract to the point of completion. All work shall be considered complete when the turbine is assembled, rolling on turning gear with all systems operating within normal OEM parameters, an air test on the generator has been accepted by the Owner’s Power Plant Superintendent, the unit on-line at maximum load for 24 hours, and the turbine overspeed checks have been completed and within the recommended trip range. 3.3. SUBSTANTIAL COMPLETION

3.3.1. Substantial Completion is defined, for the purpose of this Contract, as the finishing of work in accordance with the Contract Documents, as modified by any amendments agreed to by the parties, to the extent that Owner can use the turbine generator (Unit 15) for the use for which it was intended. 3.3.2. Once substantial completion has been reached, Owner shall provide Contractor with a written notice of substantial completion. The notice shall include a punch list of items necessary for completion of the work, if any. Any punch list generated shall include the cost estimates for the particular items of work based on the mobilization, labor, material, and equipment costs of correcting each punch list item.

3.3.3. Contractor shall cause the notice of substantial completion to be recorded in the office of the recorder of mortgages in Terrebonne Parish, Louisiana no later than 45 days after the date of notice of substantial completion, and Contractor shall provide Owner with a copy of the recorded document.

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 18 of 33

3.4. DELIVERY DATE Delivery Date shall be the date all work is completed (completion date), including any punch list items provided to Contractor at substantial completion. Delivery Date of this Contract shall be no later than TBD. In the event of delay beyond the control of the Contractor, Contractor may submit a written request to Owner advising Owner of the delay and requesting Owner to postpone the Delivery Date accordingly. Owner shall not unreasonably deny Contractor’s request, and Owner shall provide a written response to Contractor including whether the request is approved, and a revised delivery date where necessary.

IV. PAYMENT TERMS

4.1. CONSIDERATION In consideration of the services described above, Owner hereby agrees to pay Contractor and Contractor agrees to accept payment in accordance with Contractor’s proposal and Best and Final Offer, as follows:

4.1.1. Base Scope of Work. Payment for Contractor’s performance of Scope of Work at Sections 2.1, 2.2, and 2.3 of this contract shall not exceed the total amount $_________________. Payments for these services shall be made on a percent-complete basis as follows:

4.1.1.1. Mobilization 15% 4.1.1.2. Completion of Disassembly 30% 4.1.1.3. Unit on Turning Gear 15% 4.1.1.4. Unit on Line for 24 hours full load 30%

(Substantial Completion) 4.1.1.5. Final Report 10%

(Completion)

4.1.2. Optional Scope of Work. Payment for Contractor’s performance of each item of Scope of Work at Section 2.4 of this contract shall be made in accordance with the unit pricing listed below, and only upon the completion of the item, provided the work is was pre-authorized by Owner in writing. Unit prices for each item shall not exceed the following:

Contract Sect. 2.4.1. Journal Bearing Recast $ ______

Contract Sect. 2.4.2. Bearing Oil Deflector Maintenance $ ______

Contract Sect. 2.4.3. Diaphragm Blade Maintenance $ ______

Contract Sect. 2.4.4. Interstage and Shaft Packing $ ______

Contract Sect. 2.4.5. Generator Work $ ______

4.1.3. Additional Work. In the event additional work outside of the scope of work of this

contract is necessary for Contractor’s completion of services, Owner may authorize, by written Addendum, Contractor to perform additional work, and same shall be paid in accordance with, and not to exceed, the following labor rates

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 19 of 33

CLASSIFICATION UNITS STRAIGHT TIME RATE

UNITS OVERTIME RATE

TOTAL

General Foreman 80 40

Millwright Foreman 80 40

Millwright 80 40

Millwright Welder 80 40

Millwright Helper 80 40

Crane Operator 80 40

TA 80 40

Project Manager 80 40

Supervisor 80 40

Other 80 40

Other 80 40

Other 80 40

LABOR TOTAL ITEM 2

4.1.3.1. Written Addendum. Contractor shall not perform any work identified in this

Section 4.1.3., or any other work outside the scope of this contract, until authorized by an Addendum. The Addendum shall include an itemized labor and material price quote signed by both the Houma Generating Station Superintendent and the Contractor’s Foreman. Only signed addenda will be compensated.

4.1.3.2. Overtime Work. Owner will pay overtime rates as specified in Section 4.1.3.

of this contract, provided the written addendum authorizing same includes an itemized quote for overtime for each classification seeking overtime pay. Owner shall not pay any productivity factor or penalty for hours work in excess of 40 hours per week.

4.1.4. Material. Material provided by Contractor shall be subject to a _____ % markup of

actual cost to Contractor.

4.2. PAYMENTS TO CONTRACTOR

4.2.1. Payment Structure. Contractor shall submit weekly invoices to TPCG Electric Generation Division, Superintendent, Post Office Box 2768, Houma, Louisiana 70361. Invoices including requests for payment for material purchased by Contractor shall include as backup actual receipts of material purchased by Contractor. Invoices including requests for payment of labor rates shall include as backup daily timesheets for each laborer.

4.2.2. Inspection and Audit of Work. Owner shall retain the right to inspect and audit

Contractor’s work to determine the accuracy of any invoices submitted.

4.2.3. Payment Due Date. Except as provided in 4.2.4. below, payment of any undisputed amount owed is to be made within thirty (30) days after receipt of properly executed invoice or delivery, whichever is later.

4.2.4. Effect of Termination. In the event this Contract is terminated, Contractor shall be

entitled to payment for deliverables in progress, to the extent work has been performed satisfactorily.

4.2.5. Withholding of Final Payment. Notwithstanding any provisions in this Article IV,

Owner may withhold a final payment of five (5%) percent of the contract price until the expiration of 45 days after the recordation of notice of substantial completion. The purpose of this part is to protect claims of any person to whom money is due pursuant to a contract with the Contractor or any subcontractor for the performance of work, furnishing of materials or supplies, delivery of materials or supplies, or leasing/rental of movable property, or any other performance for this Contract. Owner shall pay, in accordance with law, the amount due to any claimant who has properly preserved a claim or privilege from the amount of the final payment withheld from the contract price of this Contract. Chapter 10, Parts III and IV of

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 20 of 33

Title 38 of the Louisiana Revised Statutes are adopted herein for the purposes of preserving claimants’ rights under this part.

4.2.6. Civil Penalties and Criminal Liability of Contractors. Contractor acknowledges that it

is aware of Louisiana Revised Statute 9:4818, prohibiting a contractor, subcontractor, or their agents, who have received payment from Owner under this Contract to knowingly fail to apply the money received as necessary to settle claims to sellers of movables or laborers due under the contract. In addition to any civil liability, including civil penalties, attorneys’ fees, and court costs, Contractor, a subcontractor, or their agents may be subject to criminal liability under Louisiana Revised Statute 14:202(B) and (C). Contractor further acknowledges that it is aware of Louisiana Revised Statute 14:202. Contractor shall comply with the laws cited in this subpart.

4.2.7. Additional Civil Penalties. Contractor acknowledges that it is aware of Louisiana

Revised Statute 9:2784, penalizing a contractor for failing to make any payments to subcontractors and suppliers as required therein within fourteen days of Contractor’s receipt of payment from the Owner. Contractor shall comply with the law cited in this subpart.

4.2.8. Taxes. Each price included in this Section is inclusive of all applicable taxes. TPCG is exempt from all state and local sales and use taxes, and Owner shall not be obligated to pay any amount over and above the applicable price(s).

4.3. OTHER CONSIDERATION

4.3.1. Additional Costs and Expenses. No additional costs or expenses incurred by Contractor in performance of this Agreement shall be reimbursed or paid by Owner.

4.3.2. Disbursements under this agreement will be allowed only for expenditures occurring

between and including the date of execution of this Agreement by all parties through the date of expiration or termination of this Agreement.

4.3.3. Taxes. Contractor hereby assumes all responsibility for payment of taxes from the

funds thus received under this Agreement.

V. EFFECTIVE DATE AND TERM The effective date of this Contract is the date of execution of this contract by all parties. The term of the Contract shall be for the shorter of either one (1) year from the effective date, or until the work hereunder is complete as confirmed in writing by both parties.

VI. TERMINATION OF WORK 6.1. TERMINATION OF THE CONTRACT FOR CAUSE

6.1.1. The TPCG may terminate the contract for cause based upon, but not limited to, the failure of the Contractor to comply with the terms and/or conditions of the contract; failure to fulfill its performance obligations pursuant to the contract; failure to deliver within the time specified in the contract; failure of the product or service to meet specifications, conform to sample quality or to be delivered in good condition; misrepresentation by the contractor; fraud, collusion, conspiracy or other unlawful means of obtaining any contract with the TPCG; conflict of contract provisions with constitutional or statutory provisions of state or federal law; and other breach of contract; provided that the TPCG shall give the Contractor written notice specifying the Contractor’s failure. If within seven (7) days after receipt of such notice, the Contractor shall not have corrected such failure or, in the case of failure which cannot be corrected in seven (7) days, begun in good faith to correct such failure and thereafter proceeded diligently to complete such correction, then the TPCG may, at its option, place the Contractor in default and may terminate the contract on the date specified in such notice. 6.1.2. The Contractor may exercise any rights available to it under Louisiana law to terminate for cause upon the failure of the TPCG to comply with the terms and conditions

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 21 of 33

of the contract, provided that the Contractor shall give the TPCG written notice specifying the TPCG’s failure and a reasonable opportunity for the TPCG to cure the defect.

6.2. TERMINATION OF THE CONTRACT FOR CONVENIENCE

6.2.1. The TPCG may terminate the contract at any time by giving thirty (30) days written notice to the Contractor of such termination or negotiating with the Contractor an effective date.

6.3. TERMINATION FOR NON-APPROPRIATION OF FUNDS Notwithstanding any provisions herein, in the event sufficient funds for the performance of this Agreement are not appropriated by TPCG in any fiscal year covered by this contract, this agreement may be terminated by the TPCG giving notice to the Contractor of such facts and the TPCG’s intention to terminate its financial obligation. 6.4. SURVIVING TERMS In the event this Contract is terminated for any reason, whatsoever, Articles VIII, X, XI, XIII, XV, XVII, XVIII, XIX, and XX of this Contract shall survive termination.

VII. CONTRACT DOCUMENTS

7.1. CONTRACT DOCUMENTS

7.1.1. Documents - The Contract Documents shall include this Contract and its attachments, Invitation to Proposers, Instruction to Proposers, any Addenda, Proposal Forms, Insurance Certificates, Bonds, Proposal Responses and attachments, and all properly authorized modifications. Any change in the Contract must be accomplished by a formal Addendum or Contract Amendment signed and approved by the duly authorized Representatives of the Contractor and of the Terrebonne Parish Consolidated Government. The Contract Documents shall be construed in accordance with the State of Louisiana Laws. 7.1.2. Content of Contract/Order of Precedence. Any conflicts or inconsistencies in the contract documents shall be resolved by giving precedence to the provision most favorable to the Owner. 7.1.3. Copies of Documents. Owner shall furnish to Contractor two executed copies of the Contract Documents as are reasonably necessary for the execution of the Work.

7.2. INTENT The Contract Documents comprise the entire agreement between Owner and Contractor concerning the work. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the State of Louisiana Law. It is the intent of the Contract Documents to describe a functionally complete project to be performed in accordance with the Contract Documents. Any work, material or equipment that may reasonably be inferred from the Contract Documents, as being required to produce the intended result will be supplied whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe Work, materials or equipment such words shall be interpreted in accordance with that meaning. VIII. OWNERSHIP OF WORK PRODUCT, CONFIDENTIALITY AND COPYRIGHT 8.1. OWNERSHIP All work product, including records, reports, documents and other material delivered or transmitted to Contractor by the Owner, shall remain the property of the Owner, and shall be returned by Contractor to the Owner, at Contractor’s expense, at termination or expiration of this contract. All work product, including records, reports, documents, or other material related to this Contract and/or obtained or prepared by Contractor in connection with performance of the services contracted for herein, shall become the property of the Owner, and shall, upon request, be returned

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 22 of 33

by Contractor to the Owner at Contractor’s expense at termination or expiration of this Agreement. The Owner shall not be restricted in any way whatsoever in the use of such material. 8.2. TIME FOR DELIVERY OF RECORDS Furthermore, at any time during the term of this Agreement, and finally at the end of this engagement, the Owner shall have the right to require the Contractor to furnish copies of any and all documents, memoranda, notes, or other material, obtained or prepared in connection with this Contract within five (5) days of receipt of written notice issued by the Owner. 8.3. CONFIDENTIALITY The above referenced work product shall be held confidential by the Contractor and shall not be shared with any other entity without the express consent of the Owner. 8.4. COPYRIGHT No work product, including records, reports, documents, memoranda or notes obtained or prepared by the Contractor under this Agreement shall be the subject of any copyright or application for copyright on behalf of the Contractor.

IX. ASSIGNMENT

No assignment of this Contract or any right occurring under this shall be made in whole or in part by the Contractor; either voluntarily or involuntarily or by any process of law and shall not be or come under the control of creditors or trustee(s) of Contractor, without the express prior written consent of the Owner. In the event of any assignment, the assignee shall assume the liability with the Contractor who shall continue to remain liable for the faithful performance of the Contract.

X. FINANCIAL DISCLOSURE

Each recipient shall be audited in accordance with R.S. 24:513. If the amount of public funds received by the provider is below the amount for which an audit is required under R.S. 24:513, the transferring agency shall monitor and evaluate the use of the funds to ensure effective achievement of the project goals and objectives.

XI. AUDIT CLAUSE

11.1. It is hereby agreed that the Legislative Auditor of the State of Louisiana, and/or the Office of the Governor, Division of Administration auditors shall have the option of inspecting and auditing all data, records and accounts of the Contractor which relate to this contract, upon request. 11.2. Contractor and any subcontractors paid under this Contract shall maintain all books and records pertaining to this Agreement for a period of five (5) years after the date of final payment or as required by applicable State and Federal law. Records shall be made available during normal working hours for this purpose.

XII. AMENDMENTS IN WRITING The Contract Documents may only be amended or supplemented to provide additions, deletions and revisions in the Work or to modify the terms and conditions thereof by Amendment. Any alteration, variation, modification, or waiver of provisions of this Agreement shall be valid only when it has been reduced to writing and executed by all parties.

XIII. PERFORMANCE AND PAYMENT BONDS 13.1. At the time of execution of this Contract, Contractor shall furnish performance and payment Bonds each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all Contractor’s obligations under the Contract Documents. The payment provisions of these bonds, regardless of form or content, shall be construed as and deemed statutory bond provisions. These Bonds shall remain in effect at least until one year after the date of final payment, except as otherwise provided by Law or Regulation or by the Contract Documents.

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 23 of 33

Contractor shall also furnish such other Bonds when required by the Supplementary Conditions. All Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents. All Bonds signed by an agent must be accompanied by a certified copy of such agent’s authority. 13.2. Any bond prescribed by the contract documents shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company currently possessing a rating of no less than A- in the latest printing of the A.M. Best’s Key Rating Guide, to write individual bonds up to the percent of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide. 13.3. Any surety bond shall be written by a surety or insurance company that is currently licensed and approved to do business in the state of Louisiana. 13.4. No surety or insurance company shall write a bond which is in excess of the amount indicated as approved by the U.S. Department of the Treasury Financial Management Service list or by a Louisiana domiciled insurance company with an A- rating by A.M. Best up to a limit of ten percent of policyholders’ surplus as shown by A.M. Best; companies authorized by this Paragraph who are not on the treasury list shall not write a bond when the penalty exceeds fifteen percent of its capital and surplus, such capital and surplus in the amount by which the company’s assets exceed its liabilities as reflected by the most recent financial statements filed by the company with the Department of Insurance. 13.5. If the Surety on any Bond or any insurance company providing any insurance overages furnished by Contractor is declared bankrupt, becomes insolvent, or its right to do business is terminated in any state where any part of the Project is located, or it ceases to meet the requirements of this Article, Contractor shall within five (5) days thereafter, substitute another Bond and Surety and/or insurance company, both of which shall be acceptable to Owner. The Owner reserves the right to mandate the cessation of all work on the Project until the receipt of evidence of acceptable replacement Bonds and/or insurance. 13.6. If, at any time during the Contract period, the Contractor fails to provide satisfactory evidence of all Bond and insurance requirements or fails to take all corrective action required by the Owner, the Owner reserves the right to mandate the cessation of all work on the Project until receipt of acceptable evidence of Bonds and insurance and/or corrective action undertaken.

XIV. INSURANCE 14.1. CONTRACTOR'S INSURANCE REQUIREMENTS At its costs, Contractor shall procure and maintain for the duration of the Contract insurance coverage against claims for injuries to persons or damages to property which may arise from or in connection with the performance or nonperformance of the Work hereunder by the Contractors, its agents, representatives, employees or subcontractors in conformity with the terms, conditions, and requirements noted below. 14.2. MINIMUM SCOPE OF INSURANCE Coverages shall be at least as broad as:

14.2.1. Insurance Services Office form number GL0002 (Ed. 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL0404 covering Broad Form Comprehensive General Liability coverage ("occurrence form CG001”). "Claims Made" form is unacceptable. The "occurrence form" shall not have a "sunset clause". 14.2.2. Insurance Services Office form number CA0001 (Ed. 1/78) covering Automobile Liability and endorsement CA0025 or CA0001 12 90. The policy shall provide coverage for any auto or owned, hired, and non-owned coverage. If an automobile is to be utilized in the execution of this Contract, and the vendor/Contractor does not own a vehicle, then proof of hired and non-owned coverage is sufficient.

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 24 of 33

14.2.3. Workers’ Compensation Insurance as required by the Labor Code of the State of Louisiana, including Employers Liability insurance.

14.3. MINIMUM LIMITS OF INSURANCE Contractor shall maintain limits no less than:

14.3.1. Commercial General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage (or higher limits depending on size of contract). 14.3.2. Automobile Liability: $500,000 combined single limit per accident, for bodily injury and property damage. 14.3.3. Workers' Compensation and Employers Liability: Workers' Compensation limits as required by the Labor Code on the State of Louisiana and Employers Liability coverage. Exception: Employers Liability limit is to be $1,000,000 when work is to be over water and involves maritime exposure.

14.4. DEDUCTIBLES AND SELF-INSURED RETENTIONS Any deductibles or self-insured retentions must be declared to and approved by TPCG. At the option of TPCG, either: The insurer shall reduce or eliminate such deductibles or self-insured retentions as respects TPCG, its officers, officials, employees and volunteers; or the Contractor shall procure a Bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 14.5. OTHER INSURANCE PROVISIONS The policies are to contain, or be endorsed to contain, the following provisions:

14.5.1. General Liability and Automobile Liability Coverages

14.5.1.1. TPCG, its officers, officials, employees, Boards and Commissions and volunteers are to be added as "additional insureds" as respects liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor premises owned, occupied or used by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to TPCG, its officers, officials, employees or volunteers. It is understood that the business auto policy under "Who is an insured" automatically provides liability coverage in favor of TPCG. 14.5.1.2. Any failure to comply with reporting provisions of the policy shall not affect coverage provided to TPCG, its officers, officials, employees, Boards and Commissions or volunteers.

14.5.1.3. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insured's liability.

14.5.2. Workers' Compensation and Employer's Liability Coverage - The insurer shall agree to waive all rights of subrogation against TPCG, its officers, officials, employees and volunteers for losses arising from work performed by the Contractor for TPCG. 14.5.3. All Coverage - Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled thirty (30) days prior written notice by certified mail, return receipt requested, has been given to TPCG.

14.6. ACCEPTABILITY OF INSURERS Insurance is to be placed with insurers with an A.M. BEST'S RATING OF NO LESS THAN A:VI and licensed to do business in Louisiana. This requirement will be waived for workers’

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 25 of 33

compensation coverage only for those contractors whose workers' compensation coverage is placed with companies who participate in the State of Louisiana Workers' Assigned Risk Pool or Louisiana Workers' Compensation Corporation. 14.7. VERIFICATION OF COVERAGES Contractor shall furnish TPCG with certificates of insurance affecting coverage required. The certificates for each insurance policy are too signed by a person authorized by that insurer to bind coverage on its behalf. THE CERTIFICATES ARE TO BE RECEIVED AND APPROVED BY TPCG BEFORE WORK COMMENCES. TPCG reserves the right to require complete, certified copies of all required insurance policies at any time. 14.8. SUBCONTRACTORS Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates for each subcontractor. All coverage for sub- contractors shall be subject to all of the requirements stated herein.

XV. INDEMNIFICATION 15.1. The Contractor agrees to defend, indemnify, save, and hold harmless the Terrebonne Parish Consolidated Government, including all parish departments, agencies, councils, boards and commissions, their officers, agents, servants and employees, including volunteers, from and against any and all claims, lawsuits and demands for damages under any theory of liability as allowed by law, whether contractual, tortuous, or implied arising from this agreement, whether for breach of contract, injury or death to any person, or for the damage, loss or destruction of any property, including loss of use, which may occur or in any way grow out of any breach, act or omission, whether intentional or unintentional, and any negligence, or strict liability of Contractor, its subcontractors, agents, servants, officers and/or employees, related to the performance or nonperformance of the Contract herein entered into, including and as a result of any such claims, lawsuits and demands, the Contractor agrees to investigate, handle, respond to, provide defense for and defend any such claims, demands or suits related thereto, at its sole expense, even if such claim, demand or suit is groundless, false or fraudulent. Damages are defined to include, but not be limited to, general, special, punitive, exemplary, delay, attorney fees, court costs, fines, penalties, interest, and/or expenses.

XVI. ADDITIONAL RESPONSIBILITIES 16.1. CONTRACTOR'S RESPONSIBILITIES

16.1.1. Non-Collusion Affidavit. In accordance with La. R.S. 38:2224, Contractor declares that it has provided TPCG with a fully executed Non-Collusion Affidavit, and same is attached hereto at Exhibit B and incorporated and made a part of this Contract.

16.1.2. Verification of Employees Involved In Public Contract. The Contractor agrees to comply

with the provisions of LA R.S. 38:2212.10 regarding verification of employees involved in public contracts, as evidenced by the affidavit attached hereto at Exhibit C, which is incorporated and made a part of this Contract.

16.1.3. Louisiana First Hiring Act. Contractor shall comply with Louisiana Revised Statute

39:2204 by submitting to the Louisiana Workforce Commission any information required by Subsection B of the statute.

XVII. DEFAULT

Failure to deliver within the time specified herein will constitute a default and may cause termination of the contract at the sole option of the TPCG. Where the TPCG has determined the Vendor to be in default, the TPCG reserves the right to purchase any and/or all products or services covered by the contract on the open market and to charge the Vendor with cost in excess of the contract price (liquidated damages). Until such assessed charges have been paid, no subsequent offer from the defaulting Vendor will be considered.

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 26 of 33

XVIII. REMEDIES FOR DEFAULT

In the event of default by Contractor, the Owner shall have all rights granted by the general laws of the State of Louisiana, including but not limited to the following: 18.1. LIQUIDATED DAMAGES

18.1.1. Breach. A delay breach of any of the terms of this contract shall constitute default, including but not limited to any event of failure, neglect, or refusal to complete the work or any designated party of the work specified herein, within the corresponding contract times. 18.1.2. As a breach of the service provided by this Contract would cause serious and substantial damage to the Owner, and the nature of this Contract would render it impracticable or extremely difficult to fix the actual damage sustained by the Owner by such breach, it is agreed that in case of breach, the Owner may assess and collect liquidated damages as specified below. 18.1.3. For each calendar day beyond the specified delivery date set forth herein, that the material, work, and/or equipment has not been delivered, the Owner may retain from the total amount of the Contract Price as Liquidated Damages in the amount of Two Hundred Dollars ($200.00) per calendar day. 18.1.4. The parties agree that this amount is the amount which the Owner will be damaged by the breach of such service. Such liquidated damages shall be deducted from the monthly payments due the Contractor.

18.1.5. Liquidated damages, as provided herein, are supplemental damages and are not exclusive damages.

18.2. OTHER LEGAL REMEDIES The imposition of such remedies shall not be construed as a waiver of any legal remedies the Owner may have as to any subsequent breach of service under this Contract. The venue for any suit shall be filed in the 32nd Judicial District Court, Terrebonne Parish, LA. 18.3. ATTORNEY FEES In the event it becomes necessary for Owner to engage the services of an attorney-at-law to enforce this contract or protect the interest of the Owner hereunder, Contractor shall pay reasonable attorney fees, costs and expenses.

XIX. NOTICES

19.1. Whenever any provision of the Contract Documents require the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent to by registered or certified mail, postage prepaid, to the other party, addressed as follows:

19.1.1. To Owner: Attn. Parish President TPCG PO Box 2768 Houma LA 70361

19.1.2. To Contractor:

Contractor: ______________________ Attn: __________________________ Address: ________________________ ____________________________

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 27 of 33

19.2. Either party may change its address for notice by submitting notice to the other party in writing as directed in this section.

XX. OTHER TERMS AND CONDITIONS

20.1. FORCE MAJEURE The performance of this Agreement may be suspended and the obligations hereunder excused in the event and during the period that such performance is prevented by a cause or causes beyond reasonable control of such party. The performance of this Agreement will be suspended and the obligations hereunder excused only until the condition preventing performance is remedied. Such conditions shall include, but not be limited to, acts of God, acts of war, accident, explosion, fire, flood, riot, sabotage, acts of terrorists, unusually severe weather, lack of adequate fuel, or judicial or governmental laws or regulations. 20.2. ASSIGNMENT The Contractor shall not assign any interest in the contract by assignment, transfer, or novation, without prior written consent of the TPCG. This provision shall not be construed to prohibit the Contractor from assigning his bank, trust company, or other financial institution any money due or to become due from approved contracts without such prior written consent. Notice of any such assignment or transfer shall be furnished promptly to the TPCG. 20.3. NO WAIVER The failure of Owner to enforce any or all of the terms or conditions of this contract or of any of the Contract Documents in particular instances shall not constitute a waiver of or preclude the subsequent enforcement of any or all of the terms and conditions of this contract or any of the Contract Documents. 20.4. NO GUARANTEE OF QUANTITIES The quantities referenced in the RFP forms are estimated to be the amount needed. In the event a greater or lesser quantity is needed, the right is reserved by the TPCG to increase or decrease the amount, at the price stated in this Contract. The TPCG shall not be obligated to accept more than its actual requirements during the period of this contract, as determined by actual needs and availability of appropriated funds. 20.5. AUDIT OF RECORDS The State legislative auditor, federal auditors and internal auditors of the TPCG, or others so designated by the TPCG, shall have the option to audit all accounts directly pertaining to the resulting contract for a period of five (5) years from the date of final payment or as required by applicable State and Federal law. Records shall be made available during normal working hours for this purpose. 20.6. CIVIL RIGHTS COMPLIANCE The Contractor agrees to abide by the requirements of the following as applicable: Title VI and Title VII of the Civil Rights Act of 1964, as amended by the Equal Opportunity Act of 1972, Federal Executive Order 11246 and 11375, the Federal Rehabilitation Act of 1973, as amended, the Vietnam Era Veteran’s Readjustment Assistance Act of 1974, Title IX of the Education Amendments of 1972, the Age Act of 1975, as amended, and Contractor agrees to abide by the requirements of the Americans with Disabilities Act of 1990, as amended. Contractor agrees not to discriminate in its employment practices, and will render services under the contract without regard to race, color, religion, sex, sexual orientation, national origin, veteran status, political affiliation, or disabilities. Any act of discrimination committed by Contractor, or any other failure to comply with these statutory obligations when applicable shall be grounds for termination of the contract.

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 28 of 33

Both parties shall abide by the requirements of Title VII of the Civil Rights Act of 1964 and shall not discriminate against employees or applicants due to color, race, religion, sex, handicap or national origin. Furthermore, both parties shall take affirmative action pursuant to Executive Order #11246 and The National Vocational Rehabilitation Act of 1973 to provide for positive posture in employing and upgrading persons without regard to race, color, religion, sex, handicap or national origin, and shall take affirmative action as provided by the Vietnam Era Veteran’s Readjustment Act of 1974. Both parties shall also abide by the requirements of Title VI of the Civil Rights Act of 1964 and the Vocational Rehabilitation Act of 1973 to ensure that all services are delivered without discrimination due to race, color, national origin or handicap. 20.7. RECORD RETENTION All work product, including records, reports, documents, or other material related to this contract or to the proposal for this contract and/or obtained or prepared by Contractor in connection with the performance of the services contracted for herein shall become the property of the TPCG and shall, upon request, be returned by Contractor to the TPCG, at Contractor’s expense, at termination or completion of the contract. TPCG shall not be restricted in any way whatsoever in the use of such material. Furthermore, at any time during the term of this Agreement, and upon completion of this Agreement, TPCG shall have the right to require Contractor to furnish copies of any and all documents, memoranda, notes, or other material, obtained or prepared in connection with this Agreement within five (5) days of receipt of written notice issued by TPCG. 20.8. LOUISIANA PUBLIC RECORDS ACT This Contract, and the records and reports related to this Contract, are public record, except where determined otherwise by the Terrebonne Parish Public Records Custodian in accordance with the Louisiana Public Records Act, and Contractor acknowledges that it is aware of and shall comply with all laws governing public records. 20.9. SUBSTITUTION OF PERSONNEL If, during the term of the contract, the Contractor or subcontractor cannot provide the personnel as proposed and requests a substitution, that substitution shall meet or exceed the requirements stated herein. A detailed resume of qualifications and justification is to be submitted to the TPCG for approval prior to any personnel substitution. It shall be acknowledged by the Contractor that every reasonable attempt shall be made to assign the personnel listed in the Contractor’s proposal. 20.10. RELATIONSHIP BETWEEN THE PARTIES The Contractor is engaged by the Owner for the purposes set forth in this contract. The relationship between the Contractor and the Owner shall be, and only be, that of an independent contractor and the Contractor shall not be construed to be an employee, agent, partner of, or in joint venture with, the Owner. Notwithstanding, the Owner shall be a third party beneficiary of any contracts between the Contractor and its subcontractors with regard to the Work herein, and Contractor shall include a provision regarding the same in any contracts between Contractor and its subcontractors. 20.11. ACKNOWLEDGMENT OF EXCLUSION OF WORKERS’ COMPENSATION

COVERAGE

The Owner and the Contractor expressly agree that the Contractor is an independent contractor as defined in R.S. 23:1021(7) and, as such, expressly agree that the Owner shall not be liable to the Contractor or to anyone employed by the Contractor for any benefits or coverage as provided by the Workers’ Compensation Law of the State of Louisiana. 20.12. ACKNOWLEDGMENT OF EXCLUSION OF UNEMPLOYMENT

COMPENSATION COVERAGE

The Owner and the Contractor expressly declare and acknowledge that the Contractor is an independent contractor and, as such, is being engaged by the Owner under this Agreement as noted and defined in R.S. 23:1472(12)(E) and, therefore, it is expressly declared and understood between the parties hereto, that for the purposes of unemployment compensation only:

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 29 of 33

20.12.1. The Contractor has been and will be free from any control or direction by the Owner over the performance of the services covered by this Agreement;

20.12.2. The services to be rendered by the Contractor are outside the normal course and

scope of the Owner's usual business; and 20.12.3. The Contractor is customarily engaged in an independently established trade,

occupation, profession, or business. Consequently, neither the Contractor nor anyone employed or contracted by the Contractor shall be considered an employee of the Owner for the purpose of unemployment compensation coverage. 20.13. EMPLOYMENT OF OWNER PERSONNEL

The Contractor certifies that it has not employed and will not employ any person to engage in the performance of this Contract who is, presently, or at the time of such employment, an employee of the Owner. 20.14. GOVERNING LAW The validity, interpretation, and performance of this Contract, including all contract documents, shall be controlled by and construed in accordance with the laws of the state of Louisiana. 20.15. CLAIMS OR CONTROVERSIES The venue of any suit filed in connection with any claim or controversy shall be the Thirty-second Judicial District Court, Parish of Terrebonne, State of Louisiana. 20.16. WARRANTIES Contractor warrants that all services shall be performed in good faith, with diligence and care, by experienced and qualified personnel in a professional, workmanlike manner, and according to its current description (including any completion criteria) contained in the scope of work. 20.17. CODE OF ETHICS The Contractor acknowledges that Chapter 15 of Title 42 of the Louisiana Revised Statutes (La. R.S. 42:1101 et. seq., Code of Governmental Ethics) applies to the Contractor in the performance of services called for in the Contract. The Contractor agrees to immediately notify the TPCG if potential violations of the Code of Governmental Ethics arise at any time during the term of the Contract. 20.18. SEVERABILITY If any term, covenant, condition, or provision of this Contract or the application thereof to any person or circumstances shall, at any time or to any extent, be invalid or unenforceable, the remainder of this Contract, or the application of such term, covenant, condition or provision to persons or circumstances other than those as to which it is held invalid or unenforceable, shall not be affected thereby, and each term, covenant, condition, and provisions of this Contract shall be valid and be enforced to the fullest extent permitted by law. 20.19. COVENANT AGAINST CONTINGENT FEES

The Contractor warrants that it has not employed or retained any entity or person, other than a bona fide employee working solely for the Contractor, to solicit or secure this Agreement, and that it has not paid or agreed to pay any entity or person, other than a bona fide employee working solely for the Contractor any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, the Owner shall have the right to annul this Agreement without liability or, in Owner's discretion, to deduct from the contract price or consideration, or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 30 of 33

20.20. CONTRACT OBTAINED VIA RFP PROCESS Parties acknowledge that this Contract does not result from any bid let out by Owner in accordance with the Louisiana Bid Law. Rather, this Contract results from a negotiated proposal obtained through a request for proposals (RFP) process.

XXI. SIGNATURES OF THE PARTIES

21.1. CONTRACTOR THUS done and signed on this ____ day of ________________ 2018 before me, Notary Public, and in the presence of the undersigned competent witnesses in the city of _________________, county/parish of _______________, State of __________________ after a thorough reading of the whole. WITNESSES:

CONTRACTOR: __________________________________

X:_____________________________________ (SEAL)

BY:__ _________________________________ _________________________________ ITS:___________________________________ ______________________________________ NOTARY PUBLIC 21.2. OWNER THUS done and signed on this ____ day of ________________ 2018 before me, Notary Public, and in the presence of the undersigned competent witnesses in the city of Houma, parish of Terrebonne, State of Louisiana, after a thorough reading of the whole. WITNESSES:

OWNER: __________________________________

X:_____________________________________ BY: GORDON E. DOVE ITS: PARISH PRESIDENT __________________________________ ______________________________________ NOTARY PUBLIC

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 31 of 33

EXHIBIT A

ATTACH CERTIFICATE OF AUTHORITY OR CORPORATE RESOLUTION

FOR CONTRACTOR’S AUTHORIZED SIGNATORY

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 32 of 33

EXHIBIT B

CONTRACTOR’S AFFIDAVIT OF NON-COLLUSION

STATE OF

PARISH OF

, Being first duly sworn deposes and says:

that he is (A partner or officer of the firm of, etc.)

The party making the foregoing proposal or Proposal, that such proposal or Proposal is

genuine and not conspired, connived or agreed, said Proposers has not colluded, conspired, connived or agreed, directly or indirectly sought by agreement or collusion, or communication conference, with any person, to fix the Proposal price of affiant or of any other Proposers, or to fix any overhead, profit, or cost element of said Proposal price, or of that of any other Proposers, or to secure any advantage against the Terrebonne Parish Government or any other party interested in the proposed Contract; and that statements in said proposal or Proposal are true.

APPEARER FURTHER DECLARES that he will, in all respects, comply with the public contract laws of the State of Louisiana, including Title 38 of the Louisiana Revised Statutes.

By:

Title

Subscribed and sworn to before me this day of , 2018

Notary Public

------------------------------------------------------------------------------------------- Houma Generating Station Unit 15 Inspection/Service Contract

TPCG/Contractor Page 33 of 33

EXHIBIT C

AFFIDAVIT OF

VERIFICATION OF CITIZENSHIP (Required of Proposer(s) Asked to Submit BAFO)

BEFORE ME, the undersigned Notary Public, duly qualified in and for the Parish and State aforesaid, personally came and appeared:

_____________________________ (name)

who after being first duly sworn, deposed and said that:

1. I am the _________________ of _____________________________, hereinafter, “Company.” (title) (company) 2. I swear that Company is registered and participates in a status verification system to verify that all new employees in the state of Louisiana are legal citizens of the United States or are legal aliens. 3. I verify that if Company is awarded the contract, it shall continue, during the term of the contract, to utilize a status verification system to verify the legal status of all new employees in the state of Louisiana. 4. I acknowledge that Company shall require all its subcontractors to submit to Company a sworn affidavit verifying compliance with Paragraphs (2) and (3) of this Affidavit.

X:_____________________________________ Name: Title: Company:

Sworn to and subscribed before me at the city of ______________, parish/county of _____________________, state of ___________________________, on this ______ day of _________________ 20_____. _____________________________________________ NOTARY PUBLIC