RELAY CONTROL SWITCHBOARD FOR THE 230KV SOUTH POD SUBSTATION OLD MILL ROAD

expired opportunity(Expired)
From: City of Rocky Mount(City)
320-260922AG

Basic Details

started - 03 Oct, 2022 (18 months ago)

Start Date

03 Oct, 2022 (18 months ago)
due - 24 Oct, 2022 (18 months ago)

Due Date

24 Oct, 2022 (18 months ago)
Bid Notification

Type

Bid Notification
320-260922AG

Identifier

320-260922AG
City of Rocky Mount

Customer / Agency

City of Rocky Mount
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

21-10329-8011 © October 2022 C-1 CITY OF ROCKY MOUNT ROCKY MOUNT, NORTH CAROLINA SPECIFICATIONS AND BID DOCUMENTS FOR RELAY CONTROL SWITCHBOARD FOR THE 230KV SOUTH POD SUBSTATION OLD MILL ROAD, ROCKY MOUNT, NC BID # RFP 320-260922AG ISSUED FOR BID 21-10329-8011 © October 2022 C-2 CITY OF ROCKY MOUNT ROCKY MOUNT, NORTH CAROLINA SPECIFICATIONS AND BID DOCUMENTS FOR RELAY CONTROL SWITCHBOARD FOR THE 230KV SOUTH POD SUBSTATION OLD MILL ROAD, ROCKY MOUNT, NC BID # RFP 320-260922AG ISSUED FOR BID Booth & Associates, LLC Consulting Engineers 2300 Rexwoods Drive, Suite 300 Raleigh, North Carolina 27607 Firm License No. F-0221 © October 2022 michael.winkler North Carolina Seal michael.winkler Signature michael.winkler Typewriter 09/30/2022 michael.winkler Typewriter Rev 1 : Updated RFP# and job titles : 09/30/2022 21-10329-8011 © October 2022 TOC-1 CITY OF ROCKY MOUNT ROCKY MOUNT, NORTH CAROLINA SPECIFICATIONS AND BID DOCUMENTS FOR RELAY CONTROL SWITCHBOARD FOR THE 230KV SOUTH POD SUBSTATION
OLD MILL ROAD, ROCKY MOUNT, NC TABLE OF CONTENTS REQUEST FOR PROPOSAL Notice to Prospective Bidders.....................................................................................................N-1 Definitions ..................................................................................................................................D-1 Instructions to Bidders .............................................................................................................. IB-1 General Conditions .................................................................................................................. GC-1 City of Rocky Mount General Conditions ......................................................................... 1 to 5 FORM OF PROPOSAL Form of Proposal..........................................................................................................................P-1 Terms and Conditions ................................................................................................................. P-2 Bid Schedule ............................................................................................................................... P-4 Affidavit of Bidder ..................................................................................................................... P-5 Form of Exceptions ..................................................................................................................... P-6 Bidder Inserts: Addenda / Clarifications / Bulletins ................................................................... P-7 TECHNICAL SPECIFICATIONS 1.0 Scope .......................................................................................................................... S-1 2.0 General Conditions ..................................................................................................... S-1 3.0 Special Conditions ...................................................................................................... S-1 4.0 Standards .................................................................................................................... S-2 5.0 Drawings and Documentation .................................................................................... S-2 6.0 Shipment and Delivery ............................................................................................... S-3 7.0 Switchboard and Panel Construction .......................................................................... S-4 8.0 Service Conditions ..................................................................................................... S-6 9.0 Spare Parts .................................................................................................................. S-7 10.0 Production Tests ......................................................................................................... S-7 11.0 Installation .................................................................................................................. S-7 APPENDICES 1. List of Drawings 2. Switchboard Requirements 3. Vicinity Map 4. MWBE Affidavits REQUEST FOR PROPOSAL 21-10329-8011 © October 2022 N-1 NOTICE TO PROSPECTIVE BIDDERS Sealed Proposals for the furnishing and delivery of all materials and equipment (except materials and equipment specified to be furnished by the Owner) complete and conforming to the bid documents for one (1) relay control switchboard, as set forth in the Bid Schedule, will be received by The City of Rocky Mount of Rocky Mount, North Carolina (hereinafter referred to as the Owner) at the offices of their Purchasing Manager, City of Rocky Mount, Purchasing Division, City of Rocky Mount 331 South Franklin Street Rocky Mount, NC 27804, or PO Box 1180, Rocky Mount, North Carolina 27802-1180, 4:00 PM, Local Time, Monday, October 24, 2022, at which time the Proposals will be opened and read. Any Proposal received subsequent to that time will be promptly returned to the Bidder unopened. The Specifications, together with all necessary forms and other documents for the Bidder, may be obtained from the Owner's website https://rockymountnc.gov/services-finance-bids/. Questions and comments can be submitted to Alicia Gaines (alicia.gaines@rockymountnc.gov). Proposals and all supporting instruments must be submitted on and in the format of the forms furnished in the Form of Proposal of these bid documents and must be delivered in a sealed envelope addressed to the Owner. Proposals must be filled in with indelible ink. No alterations or interlineations will be permitted unless made before submission and initialed and dated. Prior to the submission of the Proposal, the Bidder shall make and shall be deemed to have made a careful examination of the bid documents on file with the Owner and with the Engineer and of all other matters that may affect the cost and the time of the work. The name and address of the Bidder, its license number (if a license is required by the State), and the following description must appear on the envelope in with the Proposal is submitted: "BID FOR RELAY CONTROL SWITCHBOARD FOR THE 230KV SOUTH POD SUBSTATION OLD MILL ROAD, ROCKY MOUNT, NC NOT TO BE OPENED UNTIL 4:00 PM LOCAL TIME, MONDAY, OCTOBER 24, 2022" The Owner reserves the rights to (1) waive minor irregularities or minor errors in any Proposal if it appears to the Owner that such irregularities or errors were made through inadvertence. Any such irregularities or errors so waived must be corrected on the Proposal prior to its acceptance by the Owner; (2) reject any or all Proposals and to hold any or all Proposals for a period of sixty (60) days from the date of opening thereof; (3) accept the bid, in its opinion, that represents the best value for the Owner, regardless of whether such bid is the lowest price; and (4) award Contracts to Bidder(s) for any Schedule (s) individually or collectively from the Bid Schedule. CITY OF ROCKY MOUNT ROCKY MOUNT, NORTH CAROLINA By: Alicia Gaines Date: October 3, 2022 Purchasing Associate I 21-10329-8011 © October 2022 N-2 BID DATES SCHEDULE City of Rocky Mount, NC BID No. RFP 320-260922AG 230 kV South POD Substation- CONTROL SWITCHBOARD No. Item Description 1 Bid Issue Date: Monday, October 3, 2022 2 Owner's Contact on Bid: Name: Alicia Gaines Phone: Email: alicia.gaines@rockymountnc.gov 3 Pre-bid Meeting Date: Not Applicable 4 Site Visit Date: Not Applicable 5 Address for submission of clarification requests on Bid Documents: Or Email to: City of Rocky Mount 331 South Franklin Street Rocky Mount, NC 27804 Or Email: Not Applicable* 6 Deadline for submission of questions and clarification requests on Bidding Documents: 4:00 PM Monday, October 10, 2022 7 Deadline for the City to respond to submitted questions: 4:00 PM Wednesday, October 19, 2022 8 Bid Closing Date and Time (Local Time): 4:00 PM Monday, October 24, 2022 9 Bid Submission Address, by Hand Delivery: Bid Submission Address, by Mail: City of Rocky Mount 331 South Franklin Street Rocky Mount, NC 27804 Or PO Box 1180 Rocky Mount, NC 27802-1180 10 Bids received after the “Bid Closing Date and Time”: Shall not be accepted and shall be returned closed to the bidder. 11 Bid Opening Date & Time (Local Time): 4:00 PM Monday, October 24, 2022** 12 Bid Opening Location: City of Rocky Mount 331 South Franklin Street Rocky Mount, NC 27804 13 Validity of Bids: Bids shall be valid for a period of 60 days after the Bid Closing Date. 14 Validity of Bid Security: The Bid Security shall be valid for 60 days beyond the validity date of the Bid. NOT APPLICABLE 15 Delivery Date: February 2023 16 Performance Bond: Not Applicable 17 Warranty/Guaranty Period: Not less than one (1) year from the date of initial energization and up to eighteen (18) months from date of delivery Bid updates can be found at the City website at https://rockymountnc.gov/services-finance-bids/ *Final Submissions cannot be submitted electronically and must be delivered to the purchasing office as described on page N-1. **Bid opening shall not be open to the public. mailto:alicia.gaines@rockymountnc.gov https://nam11.safelinks.protection.outlook.com/?url=https%3A%2F%2Frockymountnc.gov%2Fservices-finance-bids%2F&data=05%7C01%7Ce.ross%40booth-assoc.com%7Ca50e4580d945423a869b08da642585c4%7C44e0b3be3cfb497594c80eaf40054d38%7C1%7C0%7C637932409582112753%7CUnknown%7CTWFpbGZsb3d8eyJWIjoiMC4wLjAwMDAiLCJQIjoiV2luMzIiLCJBTiI6Ik1haWwiLCJXVCI6Mn0%3D%7C3000%7C%7C%7C&sdata=JIerNiw3NSEdk0Sn878TPlskgQQz2eZ87IFpuzorqNw%3D&reserved=0 21-10329-8011 © October 2022 D-1 DEFINITIONS Whenever the following terms or pronoun in place of them are used in these Instructions to Bidders, Form of Proposal, Technical Specifications, "Purchase Order", bond, etc., the intent and meaning shall be interpreted as follows: Owner City of Rocky Mount Rocky Mount, North Carolina Purchasing Associate I Alicia Gaines Consulting Engineer Booth & Associates, LLC Observer An authorized representative of the Owner assigned to make any or all necessary observations of work performed and equipment and/or apparatus furnished by the Bidder. Bidder Any individual, firm, or corporation submitting a Proposal for the work contemplated, acting directly or through a duly authorized representative; or party of the second part of the Purchase Order, acting directly or through a duly authorized representative. Subcontractor An individual, firm, or corporation who contracts with the Bidder to perform part of the latter's Purchase Order. Surety The body, corporate or individual, approved by the Owner, which is bound with and for the Bidder who is primarily liable and which engages to be responsible for his acceptable performance of the work for which he has contracted. Form of Proposal, Proposal The approved, prepared form on which the Bidder is to submit or has submitted his Proposal for the work contemplated. Bid Security (Not Required) To all bids there shall be attached cash, cashier's check, or certified check from the Bidder upon a bank or trust company insured by the Federal Deposit Insurance Corporation, or in lieu thereof, a Bid Bond. Plans, Drawings All Drawings or reproductions of Drawings pertaining to the construction under the Purchase Order. Technical Specifications The directions, provisions, and requirements contained herein pertaining to the method and manner of performing the work or to the quantities and qualities of materials to be furnished under the Purchase Order. 21-10329-8011 © October 2022 D-2 Purchase Order The agreement covering the furnishing of equipment and/or apparatus and the performance of the work. The Purchase Order shall include the Instructions to Bidders, General Conditions, Form of Proposal, Plans, Technical Specifications, and Acknowledgments. Performance Bond (Not Required) The approved form of security to be approved by the Owner furnished by the Bidder and his Surety as a guarantee of good faith on the part of the Bidder to accept the work in accordance with the terms of the Specifications and Purchase Order. Payment Bond (Not Required) The approved form of security to be approved by the Owner furnished by the Bidder and his Surety as a guarantee for payment of all Subcontractors on the part of the Bidder in acceptance of the work in accordance with the terms of the Specifications and Purchase Order. Work The performance of the project covered by the Specifications or the furnishing of labor, machinery, equipment, tools, or any other article or item being purchased by the Owner. Emergency A temporary unforeseen occurrence or combination of circumstances which endangers life and property and calls for immediate action or remedy. Work at Site of Project Work to be performed, including work normally done on the location of the project. Bid Documents Include all sections of the Request for Bids, Form of Proposal, Technical Specifications and Appendices, Addendum/Clarifications/Bulletins, and Drawings. The subheadings in these Specifications are intended for convenience or reference only and shall not be considered as having any bearing on the interpretations thereof. 21-10329-8011 © October 2022 IB-1 INSTRUCTIONS TO BIDDERS 1.0 Bidder Qualification 1.1. Bids will be awarded only to Bidders deemed by the Owner or the Engineer to be qualified to provide the materials, equipment, and services described by these Specifications. The experience of Bidders in providing the same or similar materials, equipment, and services will be a major factor in determining qualification. The Bidder shall include information to establish qualifications, which may include technical specifications of the product, Bidder’s product line, and/or an extensive user list in their proposal. Qualified bidders will be evaluated based on the exceptions to this request for proposal and will favor proposals with a strict adherence to the technical specifications. 2.0 Proposals 2.1 To warrant consideration, Proposals must comply with these instructions. Strict adherence to these Specifications and Drawings is requested to facilitate review and consideration of the Proposal. 2.2 Bids not received on Booth & Associates, LLC Form of Proposal contained herein will be considered unresponsive. The forms shall be filled out complete; any omissions may cause the entire Proposal to be rejected. 2.3 Proposals must be made on the Form of Proposal provided herein and must not be altered, erased, or interlined in any manner. The Bidder shall fill in the Form of Proposal as detailed in the instructions. The Bidder may retain one (1) copy, but the original, fully executed, must be inserted in or attached to the Specification documents. In addition, one (1) additional copy of all executed forms and supporting information shall be supplied. 2.4 The Bidder shall furnish certain information, as required by the bid documents regarding the equipment on which he is bidding. Two (2) copies of the information, together with the Manufacturer's literature setting forth the guarantees and describing the equipment on which he is bidding, shall be included as part of the Proposal. If one (1) Manufacturer is bidding through two (2) or more agents or representatives, descriptive literature, guarantees, etc., may be submitted in duplicate in one (1) sealed envelope, which will be considered and treated as though it contained a sealed bid. This envelope shall contain a list of the names of Bidders to whom the information applies. Each sealed bid Proposal without this information shall state the Manufacturer who is furnishing the information. Additional sets of the Specifications may be obtained upon a payment of fifty dollars ($50.00) non-refundable deposit by approved Bidders. 2.5 Bids may be modified by the Bidder's removal of his original and the submittal of a completely revised bid package in full compliance with the bid documents if received prior to the time of opening bids and if included in the public reading of such bids. No oral or telephonic Proposals will be considered. 2.6 Proposals shall include a Form of Exceptions utilizing forms provided which shall itemize each and every exception from the bid documents. The Form of Exceptions shall state the section, subsection, and paragraph designations from the part of the Specifications to which exception is taken and explain in detail the nature of the exception. A copy of this Form of Exceptions is included in the Form of Proposal. Exceptions will not necessarily eliminate a Bidder from consideration, even if bids without exceptions are received from others. The treatment of exceptions will be based entirely on the overall best interests of the Owner. 2.7 Should the Bidder find discrepancies in the documents or fail to understand their meaning, he shall immediately notify the Engineer, who will send written instructions to all Bidders. Neither the Owner nor the Engineer will be responsible for any oral instructions. 2.8 The Bidder shall be the Manufacturer of the equipment, or the Bidder shall submit with the Form of Proposal a notarized statement that the Bidder is authorized by the Manufacturer to tender the Proposal as submitted and that the Manufacturer will guarantee the suitability 21-10329-8011 © October 2022 IB-2 and adequacy of the equipment proposed, and will be bound by the Specifications, as though the Manufacturer had submitted the Proposal. 2.9 In the event that the Bidder proposes any change or deviation from the Engineer's Plans and Specifications, such Proposal changes or deviations must be submitted at the time bids are opened. The Owner reserves the right to reject any such proposed changes or deviations. All exceptions must be stated on the Form of Exceptions. Failure to submit a Form of Exceptions will imply strict adherence to the Plans and Specifications. 2.10 Bid Proposals may be withdrawn before the scheduled closing time for the receipt of bids, but no Bid Proposal may be withdrawn after that time for a period of ninety (90) days pending the purchase order by the successful Bidder. Should the successful Bidder default and not accept a purchase order, then the purchase order may be offered to the next lowest responsible Bidder whose Proposal is evaluated as acceptable. 2.11 Prior to submission of the Proposal, the Bidder shall make and shall be deemed to have made a careful examination of the Plans and Specifications on file with the Owner and with the Engineer and all other matters that may affect the cost and the time of completion of the work. 2.12 The Purchase Order, when accepted, shall be deemed to include the Specifications for the equipment, and the Bidder shall not claim any modification thereof resulting from any representative or promise made at any time by an officer, agent, or employee of the Owner or by any other person. 2.13 The Owner reserves the right to accept any schedule, combination of schedules, or any portion of a schedule. 3.0 Bid Security A Bid Security is not required for this project. 4.0 Performance Bond/Payment Bond A Performance Bond/Payment Bond is not required for this project. 5.0 Bulletins and Addenda Any bulletins or addenda to the Specifications issued during the time of bidding are to be considered covered in the Proposal, and in executing a Purchase Order, they will become a part thereof. Receipt of addenda shall be acknowledged by the Bidder on the Form of Proposal. 6.0 Shipment and Delivery 6.1. The Control Switchboards shall be shipped FOB, point of delivery, to the site with unloading by the Bidder. See the vicinity map located in the Appendices for the site location. 6.2. Units are to be shipped utilizing an open-top truck to facilitate unloading with a crane or fork truck. Units are to be shipped direct from the manufacturing site, with no intermediate transfers. Shipping with the Manufacturer’s own trucks is preferred. 6.3. Method of packing and loading shall be such as to protect all parts from dampness, corrosion, breakage, or vibration injury that might reasonably be encountered in transportation, storage, and handling. 6.4. A Delivery Schedule is provided as part of the Proposal on which the Bidder shall indicate the delivery schedule for his materials and equipment. Strict adherence to the quoted Delivery Schedule is expected. Special attention should be given to the stipulations for delivery outlined in the General Conditions. Furthermore, the Bidder shall match his scheduled deliveries to the schedule preferred by the Owner, if noted in the Form of Proposal. 21-10329-8011 © October 2022 IB-3 6.5. Release for shipment is to be granted by the Owner or the Engineer based upon the manufacturer's compliance with the following: 6.5.1. Furnishing of the requisite number of copies of the Final Drawings as called for in the Specifications. 6.5.2. Coordination of manufacturing and delivery with Owner’s construction schedule as may be noted in these Specifications. 6.5.3. Thirty (30) days notification of tentative shipping schedule and forty-eight (48) hours notification prior to all deliveries. 6.6. Delivery of all items of equipment shall be made at such time as to permit unloading between the hours of 9:00 a.m. and 3:00 p.m., Monday through Thursday, holidays excluded. The Owner will furnish escort to the substation site. Ultimate delivery shall be at the discretion of the Owner. 7.0 Award of Purchase Order 7.1. The issue of a Purchase Order will be made to the lowest acceptable Bidder as soon as practical, provided that in the selection of materials and equipment a Purchase Order may be awarded to a responsible Bidder other than the lowest in the interest of standardization or ultimate economy if the advantage of such standardization or ultimate economy is clearly evident. The Owner reserves the right to reject any and all bids. 7.2. The Owner reserves the right to waive minor irregularities or minor errors in any Proposal if it appears to the Owner that such irregularities or errors were made through inadvertence. The Bidder must correct any such irregularities or errors so waived on the Proposal prior to its acceptance. 7.3. Timely delivery of the Control Switchboards is an essential part of the evaluation process for an award of a Purchase Order. The Bidder is requested to offer the best Delivery Schedule possible and provide details of the time frame in the Form of Proposal utilizing calendar days after receipt of a Purchase Order. 7.4. In estimating the lowest cost to the Owner as one of the factors in deciding the Award of the Purchase Order, the Owner will consider, in addition to the prices quoted in the Proposal, the following: a. Equipment delivery (days) b. Adherence to the Plans and Technical Specifications c. Evaluation of equipment suitability to the system as noted and submitted by the Bidder d. The Bidder’s intended method of shipment of the materials and equipment e. Firm prices 8.0 Drawings and Documentation 8.1. Approval Drawings Receipt of Approval Drawings by the Bidder constitutes authorization for manufacture predicated upon the Drawings and corrections found thereon. After the return of Approval Drawings, release for shipment is to be granted by either the Owner or its Engineer. 8.2. Drawings 8.2.1. Drawings to be produced by the Manufacturer are anticipated to be point- to- point type wiring diagrams for each Control Switchboard based on Panel Fabrication Drawings, Panel Layout Drawings, and control schematics furnished to the Manufacturer by the Owner’s engineer, Booth & Associates, LLC. 8.2.2. Preference is for Review Drawings to be submitted electronically compatible with AutoCAD® 2018. 21-10329-8011 © October 2022 IB-4 8.2.3. If paper copies are used for Approval Drawings, they shall be a minimum of a “D” (24” x 36”) size print. Submittal of Drawings smaller than “D” size will be immediately returned stamped “not approved” and proper size Drawings will have to be submitted. Three (3) copies of each Drawing shall be provided. 8.2.4. All dimensions shall be stated in inches or feet and inches. 8.2.5. Approval of Drawings shall not be held to relieve the Manufacturer of obligations to meet all requirements to the Specifications, of responsibility for correctness of the Drawings, or of responsibility to meet original shipping promise on the basis of Owner being allowed two (2) weeks for approval. 8.2.6. The Owner or Engineer may require a second submittal of Approval Drawings if, in the opinion of the Owner or Engineer, such is required due to the extent of changes required on the first submittal. If an extension of time is required due to a protracted drawing approval process, the price will remain as quoted for the quoted delivery. 8.2.7. Receipt of Approval Drawings by the Bidder constitutes authorization for manufacture only, based upon the corrections found thereon. 8.2.8. Approval Drawings shall be submitted directly to Booth & Associates, LLC, 2300 Rexwoods Drive, Suite 300, Raleigh, NC 27607, Attention: Michael Winkler, PE (m.winkler@booth-assoc.com). 8.3. Final Drawings 8.3.1. Contingent upon Approval Drawing review and product manufacture, the Bidder shall issue final documentation for the materials as follows: a. One (1) complete set of all Drawings, revised to "as-built" status, released on paper media. b. Two (2) separate USBs each containing of all Drawings, revised to "as-built" status and compatible with AutoCAD®, Release 2018 or newer. c. Four (4) copies of applicable instruction books (If manufacturer normally provides instruction books on USB these may be provided in lieu of hard copy instruction books). d. All Drawings are to be certified correct and supplied within a reasonable length of time prior to shipment of the equipment. Each set of Drawings and documentation shall include the drawings listed in the Technical Specifications section of these bid documents. 9.0 Payment 9.1. The successful Bidder shall submit one monthly invoice within fifteen (15) calendar days following the end of each month in which work was performed. 9.2. Invoices shall be submitted in triplicate to Accounts Payable, City of Rocky Mount for review and approval. The address for submittal of all invoices is: City of Rocky Mount, Attn: Accounts Payable, PO Box 1180, Rocky Mount, NC 27802. 9.3. Payment amounts will be made on a NET 30 day period upon submission of an invoice and appropriate pick tickets to support such invoice. 9.4. There shall be a ten percent (10%) retainage on invoices until all equipment, with proper instruction books per Specifications, and certified test reports have been approved and accepted by the Owner and the Engineer. The Owner reserves the right to hold this retainage for a period of up to ninety (90) days without penalty to verify completeness of delivery. Deviation from the foregoing payment provisions will be considered less than responsive. mailto:m.winkler@booth-assoc.com 21-10329-8011 © October 2022 GC-1 GENERAL CONDITIONS* 1.0 Drawings and Specifications The Drawings and Specifications are complementary, one to the other. That which is shown on the Drawings or called for in the Specifications shall be as binding as if it were both called for and shown. The intention of the Drawings and Specifications is to include all labor, materials, transportation, equipment, and any and all other things necessary to do a complete job, which may include manufactured items and field service assistance. In case of discrepancy or disagreement in the Purchase Order, the order of precedence shall be: Purchase Order, Specifications, Drawings. 2.0 Clarifications and Detail Drawings In such cases where the nature of the work requires clarification by the Engineer, such clarification shall be furnished by the Engineer with reasonable promptness by means of written instructions, Detail Drawings, or both. Clarifications and Drawings shall be consistent with the intent of bid documents and shall become a part thereof. 3.0 Copies of Drawings and Specifications The Engineer will furnish free of charge to the Bidder one (1) copy of the Plans and Specifications. Additional sets of these Specifications may be obtained upon request and a non-refundable deposit of fifty dollars ($50.00) by approved Bidders. 4.0 Ownership of Drawings and Specifications All Drawings and Specifications are instruments of service and remain the property of the Engineer whose name appears thereon. The use of these instruments on work other than these bid documents without permission is prohibited. All copies of Drawings and Specifications other than final copies shall be returned to the Engineer upon request after completion of the work. 5.0 Royalties, Licenses, and Patents It is the intention of the bid documents that the work covered herein will not constitute in any way an infringement on patents. The Bidder shall protect and save harmless the Owner against suit on account of alleged or actual infringement. The Bidder shall pay all royalties and/or license fees required on account of patented articles or processes, whether or not the patent rights are evidenced hereinafter. 6.0 Uncorrected Faulty Work The Bidder shall be notified of faulty or damaged work and shall have the option to respond in a reasonable period of time. Should the correction of faulty or damaged work be considered inadvisable or inexpedient by the Owner or the Engineer, the Owner shall be reimbursed by the Bidder for the same by a deduction in the Purchase Order prices arrived at by a fair estimate of the probable cost of correction, approved by the Engineer. 7.0 Liquidated Damages The Bidder shall commence manufacture upon issuance of a Purchase Order from the Owner and shall fully complete delivery as per the Delivery Schedule in the Form of Proposal. For each day in excess of the proposed dates, the Bidder shall be made payable to the Owner the sum of five hundred dollars ($500.00) as Liquidated Damages (and not as a penalty), reasonably estimated in advance to cover the losses to be incurred by the Owner by reason of failure of said Bidder to complete delivery within the time specified, such time being in the essence of this Purchase Order and material consideration thereof. 8.0 Delays and Extension of Time 8.1 The time to be allowed for delivery is stated in the Form of Proposal. The Bidder, upon notice of award of the Purchase Order, shall prepare a Delivery Schedule based on the allowed time and submit such schedule to the Engineer for approval. 21-10329-8011 © October 2022 GC-2 8.2 If Bidder is delayed at any time in the progress of the work by any act of negligence by the Owner or the Engineer, by any separate Bidder employed by the Owner, or by changes ordered in the work, then the time of completion shall be extended for such reasonable time as the Engineer may decide. 8.3 No extension of time for completion will be made for ordinary delays and accidents. Extensions may be granted for delays ordered by the Engineer if the request has been made in writing within forty-eight (48) hours after the order to cease work has been given. 9.0 Guarantee The Bidder shall guarantee his materials and workmanship against defect due to faulty materials, faulty workmanship, or negligence for a period of one (1) full year from date of energization and/or eighteen (18) months from date of delivery, whichever applies. He shall make good such defective materials or workmanship and any damages resulting therefrom without cost to the Owner. Each class of equipment shall carry a full one (1) year warranty against defects from the date of energization. 10.0 Assignments The Bidder shall not assign any portion of the Purchase Order nor Subcontract in its entirety except as fully explained in the Form of Proposal and accepted by the Owner. No funds or sums of money due or to become due to the Bidder under this Purchase Order may be assigned. 11.0 Change in Drawings and/or Specifications The Owner, or the Engineer on behalf of the Owner, may make changes to Drawings and/or Specifications after award of the Purchase Order or while fabrication is in progress. The compensation for such changes shall be agreed upon in writing between the Bidder and the Owner prior to commencement of work involving the change. No payment shall be made to the Bidder for correcting work not in compliance with Specifications. *Commercial Clauses in the City of Rocky Mount’s General Terms and Conditions that conflict with other clauses in this bid document shall not be applicable. 1 | P a g e Revised 3/20/20 ATTACHMENT ______ GENERAL TERMS & CONDITIONS 1. PERFORMANCE AND DEFAULT: If, through any cause, Contractor shall fail to fulfill in timely and proper manner the obligations under The Contract, the City shall have the right to terminate The Contract by giving written notice to the Contractor and specifying the effective date thereof. In that event, any or all finished or unfinished deliverable items under The Contract prepared by the Contractor shall, at the option of the City, become its property, and the Contractor shall be entitled to receive just and equitable compensation for any acceptable work completed as to which the option is exercised. Notwithstanding, Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of The Contract, and the City may withhold any payment due the Contractor for the purpose of setoff until such time as the exact amount of damages due the City from such breach can be determined. The City reserves the right to require at any time a performance bond or other acceptable alternative performance guarantees from a Contractor without expense to the City. In the event of default by the Contractor, the City may procure the goods and services necessary to complete performance hereunder from other sources and hold the Contractor responsible for any excess cost occasioned thereby. In addition, in the event of default by the Contractor under The Contract, or upon the Contractor filing a petition for bankruptcy or the entering of a judgment of bankruptcy by or against the Contractor, the City may immediately cease doing business with the Contractor, immediately terminate The Contract for cause, and may take action to debar the Contractor from doing future business with the City. 2. GOVERNMENTAL RESTRICTIONS: In the event any Governmental restrictions are imposed which necessitate alteration of the material, quality, workmanship or performance of the goods or services offered prior to their delivery, it shall be the responsibility of the Contractor to notify the Contract Lead at once, in writing, indicating the specific regulation which required such alterations. The City reserves the right to accept any such alterations, including any price adjustments occasioned thereby, or to cancel the Contract. 3. AVAILABILITY OF FUNDS: It is understood and agreed between Contractor and the City that the City’s payment obligation under this Contract is contingent upon the availability of appropriated funds from which payment for Contract purposes can be made. 4. TAXES: Contractor shall pay all federal, state, and FICA taxes for all employees participating in the provision of services under this Contract. 5. SITUS AND GOVERNING LAWS: This Contract is made under and shall be governed and construed in accordance with the laws of the State of North Carolina, without regard to its conflict of laws rules, and within which State all matters, whether sounding in Contract or tort or otherwise, relating to its validity, construction, interpretation and enforcement shall be determined. 6. PAYMENT TERMS: Payment terms are Net not later than 30 days after receipt of correct invoice or acceptance of goods, whichever is later. The using Department is responsible for all payments to the Contractor under the Contract. For services the Contractor shall submit to the City monthly invoices itemized by service provided, the number of hours worked and by whom, the date(s) that services were provided, and the amount owed, along with any supporting documentation that may be requested in advance by the City. Such invoices shall be submitted within thirty (30) days of the rendering of services. The City shall process payments to Contractor within thirty (30) days of submission of such invoices. Invoices should be sent to City of Rocky Mount, Attn: Accounts Payable, PO Box 1180, Rocky Mount, NC 27802-1180, for review and approval. 7. EQUAL OPPORTUNITY CLAUSE: 2 | P a g e Revised 3/20/20 a. The non-discrimination clause contained in Section 202 (Federal) Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin, and the implementing rules and regulations prescribed by the secretary of Labor, are incorporated herein. b. The Contractor(s) agree not to discriminate against any employee or applicant for employment because of physical or mental disabilities in regard to any position for which the employee or applicant is qualified. The Contractor agrees to take affirmative action to employ, advance in employment and otherwise treat qualified individuals with such disabilities without discrimination based upon their physical or mental disability in all employment practices. 8. CONDITION AND PACKAGING: Unless otherwise provided by special terms and conditions or specifications, it is understood and agreed that any item offered or shipped has not been sold or used for any purpose and shall be in first class condition. All containers/packaging shall be suitable for handling, storage or shipment. 9. INTELLECTUAL PROPERTY WARRANTY: a. Contractor warrants that: i. Performance under The Contract will not infringe upon any intellectual property rights of any third party; and ii. There are no actual or threatened actions against the Contractor arising from, or alleged under, any intellectual property rights of any third party; b. Should any deliverables supplied by Contractor become the subject of a claim of infringement of a patent, copyright, trademark or a trade secret in the United States, the Contractor, shall at its option and expense, either procure for the City the right to continue using the deliverables, or replace or modify the same to become non-infringing. If neither of these options can reasonably be taken in Contractor’s judgment, or if further use shall be prevented by injunction, the Contractor agrees to cease provision of any affected deliverables and refund any sums the City has paid Contractor and make every reasonable effort to assist the City in procuring substitute deliverables. If, in the sole opinion of the City, the cessation of use by the City of any such deliverables due to infringement issues makes the retention of other items acquired from the Contractor under this Agreement impractical, the City shall then have the option of terminating the Agreement, or applicable portions thereof, without penalty or termination charge; and Contractor agrees to refund any sums the City paid for unused Services or Deliverables. 10. TERMINATION FOR CONVENIENCE: If this contract contemplates deliveries or performance over a period of time, the City may terminate this contract at any time by providing 30 days’ notice in writing from the City to the Contractor. In that event, any or all finished or unfinished deliverable items prepared by the Contractor under this contract shall, at the option of the City, become its property. If the contract is terminated by the City as provided in this section, the City shall pay for those items for which such option is exercised, less any payment or compensation previously made. 11. ADVERTISING: Contractor agrees not to use the existence of The Contract or the name of the City of Rocky Mount as part of any commercial advertising or marketing of products or services. A Contractor may inquire whether the City is willing to act as a reference by providing factual information directly to other prospective customers. 12. ASSIGNMENT: No assignment of the Contractor’s obligations nor the Contractor’s right to receive payment hereunder shall be permitted. However, upon written request approved by the issuing purchasing authority and solely as a convenience to the Contractor, the City may: 3 | P a g e Revised 3/20/20 a) Forward the Contractor’s payment check directly to any person or entity designated by the Contractor, and b) Include any person or entity designated by Contractor as a joint payee on the Contractor’s payment check. In no event shall such approval and action obligate the City to anyone other than the Contractor and the Contractor shall remain responsible for fulfillment of all Contract obligations. Upon advance written request, the City may, in its unfettered discretion, approve an assignment to the surviving entity of a merger, acquisition or corporate reorganization, if made as part of the transfer of all or substantially all of the Contractor’s assets. Any purported assignment made in violation of this provision shall be void and a material breach of The Contract. 13. INSURANCE: Contractor agrees to maintain Commercial General Liability in amount of $1,000,000 each occurrence, $1,000,000 each occurrence in Personal & Advertising Injury with $2,000,000 General Aggregate, and $2,000,000 Products/Completed Operations Aggregate. Contractor shall maintain $1,000,000 in automobile liability, and other appropriate insurance, as well as Workers Compensation in the required statutory amount for all employees participating in the provision of services under this Contract. Contractor also agrees to maintain $1,000,000 in professional liability insurance if the Contractor is engaged in a professional service pursuant to this Contract. The City of Rocky Mount shall be named by endorsement as an additional insured on the General Liability and Automobile Liability policies. Certificates of such insurance shall be furnished by Contractor to the City and shall contain an endorsement to provide the City at least 30 days’ written notice of any intent to cancel or terminate by either Contractor or the insuring company. Failure to furnish insurance certificates or maintain such insurance shall be a default under this contract and shall be grounds for immediate termination of this Contract. REQUIREMENTS - Providing and maintaining adequate insurance coverage is a material obligation of the Contractor and is of the essence of The Contract. Such insurance coverage shall be obtained from companies that are authorized to provide such coverage and that are authorized by the Commissioner of Insurance to do business in North Carolina. The Contractor shall at all times comply with the terms of such insurance policies, and all requirements of the insurer under any such insurance policies, except as they may conflict with existing North Carolina laws or The Contract. The limits of coverage under each insurance policy maintained by the Contractor shall not be interpreted as limiting the Contractor’s liability and obligations under the Contract. 14. GENERAL INDEMNITY: The Contractor shall indemnify and hold the City, its officers, agents, and employees, harmless from and against liabilities, claims, actions, demands, costs, damages, losses, and/or expenses of any kind, or nature (including but not limited to court costs and attorney’s fees, incurred in connection with the defense of the foregoing) resulting from the fault (as that term is defined in N.C. Gen. Stat. 22B-1) of the Contractor or its agents and/or employees that is a proximate cause of the loss, damage, or expense incurred by the City. The parties agree that this indemnification clause is an “evidence of indebtedness” for purpose of N. C. Gen. Stat. § 6-21.2. 17. SUBCONTRACTING: Performance under The Contract by the Contractor shall not be subcontracted without prior written approval of the City’s assigned Contract Lead. Unless otherwise indicated, acceptance of a Contractor’s bid shall include approval to use the subcontractor(s) that have been specified. 18. CONFIDENTIALITY: Any City information, data, instruments, documents, studies or reports given to or prepared or assembled by or provided to the Contractor under The Contract shall be kept as confidential, used only for the purpose(s) required to perform The Contract and not divulged or made available to any individual or organization without the prior written approval of the City. 4 | P a g e Revised 3/20/20 19. CARE OF PROPERTY: The Contractor agrees that it shall be responsible for the proper custody and care of any property furnished it by the City for use in connection with the performance of The Contract or purchased by or for the City for The Contract, and Contractor will reimburse the City for loss or damage of such property while in Contractor’s custody. 20. OUTSOURCING: Any Contractor or subcontractor providing call or contact center services to the City of Rocky Mount or any of its agencies shall disclose to inbound callers the location from which the call or contact center services are being provided. If, after award of a contract, the contractor wishes to relocate or outsource any portion of performance to a location outside the United States, or to contract with a subcontractor for any such the performance, which subcontractor and nature of the work has not previously been disclosed to the City in writing, prior written approval must be obtained from the City Department responsible for the contract. Contractor shall give notice to the using Department of any relocation of the Contractor, employees of the Contractor, subcontractors of the Contractor, or other persons providing performance under a State contract to a location outside of the United States. 21. E-VERIFY: Contractor shall not employ any individuals to provide services to the City who are not authorized by federal law to work in the United States. Contractor represents and warrants that it is aware of and in compliance with the Immigration Reform and Control Act and North Carolina law (Article 2 of Chapter 64 of the North Carolina General Statutes) requiring use of the E-Verify system for employers who employ twenty-five (25) or more employees and that it is and will remain in compliance with these laws at all times while providing services pursuant to this Contract. Contractor shall also ensure that any of its subcontractors (of any tier) will remain in compliance with these laws at all times while providing subcontracted services in connection with this Contract. N.C.G.S. 143-3. 21. COMLIANCE WITH IRAN DIVESTMENT ACT OF 2015. Contractor certifies that as of the date of this Contract, Contractor is not listed on the Final Divestment List created by the North Carolina State Treasurer pursuant to N.C. Gen. Stat. § 147-86.58. Contractor understands that it is not entitled to any payments whatsoever under this Contract if this certification is false. The individual signing this Contract certifies that he or she is authorized by Contractor to make the foregoing statement. 22. COMPLIANCE WITH LAWS: Contractor shall comply with all laws, ordinances, codes, rules, regulations, and licensing requirements that are applicable to the conduct of its business and its performance in accordance with The Contract, including those of federal, state, and City of Rocky Mount having jurisdiction and/or authority. 23. ENTIRE CONTRACT: This contract and any documents incorporated specifically by reference represent the entire agreement between the parties and supersede all prior oral or written statements or agreements. This contract, any addenda hereto, and the Contractor’s bid are incorporated herein by reference as though set forth verbatim. All promises, requirements, terms, conditions, provisions, representations, guarantees, and warranties contained herein shall survive the contract expiration or termination date unless specifically provided otherwise herein, or unless superseded by applicable Federal or State statutes of limitation. 24. ELECTRONIC RECORDS: The City will digitize all Contractor responses to this solicitation, if not received electronically, as well as any awarded contract together with associated procurement-related documents. These electronic copies shall constitute a preservation record and shall serve as the official record of this procurement with the same force and effect as the original written documents comprising such record. Any electronic copy, printout or other output readable by sight shown to reflect such record accurately shall constitute an "original." 5 | P a g e Revised 3/20/20 25. AMENDMENTS: This Contract may be amended only by a written amendment duly executed by the City and the Contractor. 26. NO WAIVER: Notwithstanding any other language or provision in The Contract, nothing herein is intended nor shall be interpreted as a waiver of any right or remedy otherwise available to the City under applicable law. The waiver by the City of any right or remedy on any one occasion or instance shall not constitute or be interpreted as a waiver of that or any other right or remedy on any other occasion or instance. 27. FORCE MAJEURE: Neither party shall be deemed to be in default of its obligations hereunder if and so long as it is prevented from performing such obligations as a result of events beyond its reasonable control, including without limitation, fire, power failures, any act of war, hostile foreign action, nuclear explosion, riot, strikes or failures or refusals to perform under subcontracts, civil insurrection, earthquake, hurricane, tornado, or other catastrophic natural event or act of God. 28. SOVEREIGN IMMUNITY: Notwithstanding any other term or provision in The Contract, nothing herein is intended nor shall be interpreted as waiving any claim or defense based on the principle of sovereign immunity or other State or federal constitutional provision or principle that otherwise would be available to the City under applicable law. FORM OF PROPOSAL Form of Proposal Terms and Conditions Bid Schedule Affidavit of Bidder Form of Exceptions Addenda / Clarifications / Bulletins 21-10329-8011 © October 2022 P-1 CITY OF ROCKY MOUNT ROCKY MOUNT, NC SPECIFICATIONS AND BID DOCUMENTS FOR RELAY CONTROL SWITCHBOARD SOUTH 230KV POD SUBSTATION ROCKY MOUNT, NORTH CAROLINA FORM OF PROPOSAL (Provide one original and one copy) Respectfully submitted this ____ day of ___________________, 2022. OWNER: BIDDER: City of Rocky Mount 331 South Franklin Street Rocky Mount, NC 27804 PO Box 1180 Rocky Mount, NC 27802-1180 Mrs. Alicia Gaines Purchasing Associate I Phone: (252) 972-1227 alicia.gaines@rockymountnc.gov NAME TITLE STREET ADDRESS CITY/STATE/ZIP PHONE: FAX: E-MAIL: SUPPLIER OF PROPOSED EQUIPMENT SIGNATURE MANUFACTURER STREET ADDRESS CITY / STATE / ZIP 21-10329-8011 © October 2022 P-2 TERMS AND CONDITIONS 1. The undersigned (hereinafter called the "Bidder") hereby proposes to sell and deliver to the Owner upon the terms and conditions herein stated, the materials, equipment, and services (hereinafter called the "Material") specified in the Bid Schedule (s) attached hereto, and by this reference made a part hereof, for the Materials for the Owner, and: a. These bid documents, which include Notice to Prospective Bidders, Instructions to Bidders, General Conditions, and Technical Specifications. b. Manufacturer’s Specifications, both as set forth herein and in Manufacturer’s literature (two (2) sets) attached hereto or furnished separately as provided for in the Instructions to Bidders. c. Legal negotiations with low Bidder only after bids are opened for budgetary compliance. 2. The prices as quoted herein: a. Are firm unless otherwise stated. b. Delivery FOB to the location, as outlined in the Instructions to Bidders. c. Do include the cost of delivery to the site at the Bidder’s risk with unloading by Bidder. d. Have state sales tax shown as a separate item, if applicable. 3. The Material prices set forth herein do not include any sums which are or may be payable by the Bidder on account of State Sales Tax upon the sale, purchase, or use of the material. If any such tax is applicable to the sale, purchase, or use of the material hereunder, the amount thereof shall be added on a separate line to the purchase price and paid by the Owner after the Bidder has ascertained the actual sales tax to be included in the purchase order price. 4. Invoice shall list the appropriate state sales tax as a separate item. 5. The Bidder further declares that he has examined the site of the work and informed himself fully regarding all conditions pertaining to the location where the Material is to be delivered; that he has examined the Technical Specifications for the work and bid documents relative thereto; that he has read all special provisions furnished prior to the opening of the bids; and that he has satisfied himself relative to the work to be performed. 6. The Bidder proposes and agrees if the following Bid Schedule(s) in this Proposal is accepted, to contract with the Owner in the form of a Purchase Order specified to furnish all necessary equipment and Materials, except Materials and equipment specified to be furnished by the Owner, complete in accordance with the bid documents, to the full and entire satisfaction of the Owner, with a definite understanding that no money will be allowed for extra work except as set forth in the General Conditions, and as filed on Change Order Forms. 7. The Materials will conform to the Technical Specifications attached hereto and made a part hereof. 8. The Owner may accept any schedule or portion thereof. 9. A Form of Exceptions to the Technical Specifications, prepared in accordance with the Instructions to Bidders, is attached hereto. The Bidder shall document any exceptions with deviation from the bid documents and Specifications in the Form of Proposal. Otherwise, the complete compliance is assumed. 10. Proposals shall include a complete Bill of Materials, identifying each item by catalog number, Manufacturer, ratings, characteristics, types, sizes, etc., of all Materials and equipment included. A simple statement that all necessary Materials and equipment will be provided is not acceptable. 11. Title to the Materials shall pass to the Owner upon delivery to the location(s) specified in the Instructions to Bidders. 12. The Bidder warrants that the Materials will conform to the performance data and guarantees, which are attached hereto and by this reference made a part thereof. 21-10329-8011 © October 2022 P-3 13. The Bidder warrants the accuracy of all statements contained in the Bidders Qualifications, if any shall be submitted, and agrees that the Owner shall rely upon such accuracy as a condition of the Purchase Order in the event that this Proposal is accepted. 14. By the submission of this bid, the Bidder certifies that: a. The bid has been arrived at by the Bidder independently and has been submitted without collusion with any other Bidder of Materials, supplies, or equipment of the type described in the Notice to Prospective Bidders or the Technical Specifications, and b. The contents of the bid have not been communicated by the Bidder, nor to its best knowledge and belief by any of its employees or agents, to any person not an employee, agent of the Bidder, or its Surety on any Bond furnished herewith, and will not be communicated to any person prior to the official opening of the bid. 15. If, in submitting this Proposal, the Bidder has made any change in the Form of Proposal, the Bidder understands that the Owner may evaluate the effect of such change as they see fit or they may exclude the Proposal from consideration in determining the award of the Purchase Order. 16. Delivery of all items of equipment shall be in accordance with Technical Specifications, Section 6.0. 21-10329-8011 © October 2022 P-4 BID SCHEDULES BID SCHEDULE NO. 1 – Relay Control Switchboards Each panel complete with all associated equipment, all as per Specifications by February 2023. Drawings and associated documentation to be included with each panel as outlined in bid documents. Description Quantity Unit Price Total Price 230kV South POD: Panel No. 65 – 230/66kV Bank No.3 1 each $ ____________ $ Loose Ship Equipment 1 lot $ $ Subtotal: $ _________ $ North Carolina Sales Tax (If Applicable) $ _________ $ ________________ TOTAL BID: $ _________ $ ________________ BID SCHEDULE NO. 1 – Delivery Schedule The prices of the Materials and equipment set forth herein shall include the cost of delivery to the site, including unloading, at the Bidder's risk. The time of delivery shall be as follows: Item Delivery Schedule (Days) * Submittal of Approval Drawings ** Submittal of Final Drawings** Delivery of Materials** earliest delivery: * After the receipt of the written order of the Owner in consecutive calendar days. ** Allow two (2) weeks for Engineer's review and turnaround for all Drawing submittals. The time for delivery shall be extended for the period of any reasonable delay due exclusively to causes beyond the control and without fault of the Bidder, including acts of God, fires, floods, strikes, and delays in transportation. Delivery of all items of equipment to the Owner's designated delivery point shall be made to permit unloading between the hours of 9:00 a.m. and 3:00 p.m., Monday through Thursday, holidays excluded. 21-10329-8011 © October 2022 P-5 AFFIDAVIT OF BIDDER The final payment of retained amount due the Bidder on account of the Purchase Order shall not become due until the Bidder has furnished to the Owner through the Engineer an affidavit signed, sworn, and notarized to the effect that all payments for Material, services, or any other reason in connection with this Purchase Order have been satisfied and that no claims or liens exist against the Bidder in connection with this Purchase Order. In the event that the Bidder cannot obtain similar affidavits from Subcontractors to protect the Bidder and the Owner from possible liens or claims against the Subcontractor, the Bidder shall state in his affidavit that no claims or liens exist against any Subcontractor. If any liens or claims appear afterward, the Bidder shall save the Owner harmless on account thereof. Bidder: By: Date: 21-10329-8011 © October 2022 P-6 FORM OF EXCEPTIONS Instructions to Bidders, Paragraph 2.6 and Section 7.0 Award of Purchase Order BIDDER: OWNER: CITY OF ROCKY MOUNT ROCKY MOUNT, NC PROJECT DESCRIPTION RELAY CONTROL SWITCHBOARD 230KV SOUTH POD SUBSTATION INSTRUCTIONS: The following is a list of exceptions to the bid documents and/or Technical Specifications pertaining to the furnishing of the subject Materials. Bidders shall identify each exception by Specification page and paragraph number on this form. The omission of exception implies complete compliance with Plans and Specifications. BID DOCUMENT/ SPECIFICATION PAGE NO. AND PARAGRAPH EXCEPTION/VARIATION mailto:alicia.gaines@rockymountnc.gov 21-10329-8011 © October 2022 P-7 INSERT ADDENDA / CLARIFICATIONS / BULLETINS Instructions to Bidders, Section 5.0 Bulletins and Addenda TECHNICAL SPECIFICATIONS 21-10329-8011 © October 2022 S-1 CITY OF ROCKY MOUNT ROCKY MOUNT, NC SPECIFICATIONS AND BID DOCUMENTS FOR RELAY CONTROL SWITCHBOARD FOR THE 230KV SOUTH POD SUBSTATION OLD MILL ROAD, ROCKY MOUNT, NC TECHNICAL SPECIFICATIONS 1.0 Scope These Specifications cover the design, manufacture, and delivery in good order for one (1) relay control switchboard (relay panel) as set forth in the Bid Schedule, as specified herein, and as required for the operation of 230kV South POD Substation. 2.0 General Conditions 2.1 All materials and equipment shall be new, manufactured in the United States, and in compliance with RUS Bulletin 1728C-100, List of Acceptable Material for RUS Systems. 2.2 These Specifications describe the type, size, and characteristics of the various materials and equipment required to be furnished. The Drawings indicate relay panel steel details, general arrangement, equipment location, equipment spacing, and switchboard wiring. 2.3 Strict adherence to these general Specifications and Drawings is requested to facilitate checking and consideration of the Proposal. 2.4 It is the intent of these Specifications that the specified equipment shall be complete and fully operable. Any details not mentioned in the Specifications but required for satisfactory operation shall be furnished and installed by the Bidder. 2.5 Station power available at the substation will be 120/240 volts, 60 Hz, single-phase. Control DC voltage at the substation will be 48 volts. All equipment shall coordinate with these voltages as appropriate. 2.6 Proposals shall include the following: 2.6.1 A complete Bill of Materials, identifying each item by catalog number, Manufacturer, ratings, characteristics, types, sizes, etc., of all materials and equipment included. A simple statement that all necessary materials and equipment will be provided is not acceptable. 2.6.2 The Bidder shall state on the Form of Exceptions in his Proposal any variations to the specified manner in which the switchboard(s) will be shipped. 2.6.3 Prices shall include the cost of delivery to the substation site as per the Instructions to Bidders. 2.7 All construction shall be performed in a workmanlike manner and shall conform to the Drawings and Specifications. The installation shall conform to the latest editions of the National Electric Code. 2.8 The Drawings and Specifications are complementary, one to the other. That which is shown on the Drawings or called for in the Specifications shall be as binding as if both were called for and shown. The intention of the Drawings and Specifications is to include all labor, materials, transportation, equipment, and any other items necessary to do a complete job. 3.0 Special Conditions 3.1 Indemnity Provisions The Bidder shall hold harmless and indemnify the Owner, its agents, and employees from any and all claims, suits, and proceedings for infringement of any patent or patents covering materials and equipment purchased hereunder. The Bidder shall defend any suit or 21-10329-8011 © October 2022 S-2 proceeding brought against the Owner, its agents, or employees based upon a claim that the materials and equipment or any part thereof constitute an infringement of any patent, or if the Bidder shall fail to defend such suit or proceeding, the Owner may do so, and the Bidder shall make reimbursement for the expense of such litigation. If the materials and equipment or any part thereof are held to constitute infringement and the use thereof is enjoined, the Bidder shall, at its own expense, either procure for the Owner the right to continue to use the materials and equipment, or such part thereof, or shall replace the materials and equipment, or such part thereof, with non-infringing materials and equipment. 3.2 Defective Materials, Equipment, and Workmanship 3.2.1 All materials and equipment furnished hereunder shall be subject to the inspection, tests, and approval of the Owner. The Manufacturer shall furnish all information required concerning the nature or source of any materials and equipment as well as provide adequate facilities for testing and inspecting the materials and equipment at the plant of the Manufacturer. 3.2.2 The materials and equipment furnished hereunder shall become the property of the Owner when delivered at the point to which shipment is to be made, provided, however, that the Owner may reject any such materials and equipment that do not comply with the Specifications for materials and equipment and warranties of the Manufacturers. Recognition and subsequent rejection of any defective materials and equipment may occur either before or after incorporation of such materials and equipment into the facilities, provided such rejection is made within one (1) year of date of delivery of the materials and equipment. Upon any such rejection, the Manufacturer shall replace the rejected materials and equipment with materials and equipment complying with the materials and equipment and warranties, FOB truck at suitable destination. The Owner shall return the rejected materials FOB truck at the same destination. In the event of the failure of the Manufacturer to so replace rejected materials and equipment, the Owner may make such replacement, the cost and expense of which shall be paid by and recoverable from the Manufacturer. 3.2.3 The switchboard(s) to be provided herein shall include a full warranty on the complete units together with all parts. The warranty shall extend for not less than one (1) year from the date of initial energization and up to eighteen (18) months from date of delivery. 4.0 Standards All equipment and materials covered by these Specifications and all test applied thereto shall, unless otherwise stated herein, be in accordance with the applicable provisions of the latest editions of the Standards of the ASTM, ANSI, AEIC, NEMA, NESC, IEEE, and OSHA. Where the term "Standards" is used in the Specifications, it shall be understood to refer to the above Standards. 5.0 Drawings and Documentation All Drawings and documentation shall be submitted directly to the Owner's Engineer, Booth & Associates, LLC, 2300 Rexwoods Drive, Suite 300, Raleigh, North Carolina 27607, Attention: Michael Winkler, PE (m.winkler@booth-assoc.com). 5.1 The Manufacturer shall provide adequate documentation to fully describe the equipment being furnished. Each set of Approval and Final Drawings and documentation shall include, but not be limited to, the following information. 5.1.1 Control Switchboard Arrangement Drawings including steel fabrication if equipment furnished does not agree with the Engineer's drawings. Desired panel arrangement drawings and preferred panel construction steel details are provided to the vendor for each panel by Booth & Associates. 21-10329-8011 © October 2022 S-3 5.1.2 The Manufacturer shall supply Wiring diagrams (point-to-point) showing exact connections for all components furnished based on schematics provided to the vendor for each panel by Booth & Associates. Separate wiring lists or tables are not acceptable. NOTE device identification requirements, section 7.5. 5.1.3 List of Material which shall include a complete description of all items furnished including quantity, catalog numbers, ratings, and manufacturer. 5.1.4 All drawings shall be labeled with the Owner name and the substation name: CITY OF ROCKY MOUNT - 230KV SOUTH POD. 5.1.5 Dimensional information shown on all Drawings shall be stated in inches. 5.2 Drawings Furnished by Manufacturer 5.2.1 Approval Drawings a. Before proceeding with fabrication, the manufacturer shall submit, for review and approval to the Engineer sufficient Drawings to demonstrate that all parts conform to the requirements and intent of these Specifications and Drawings. Each set of Drawings shall include those Drawings as outlined in Section 5.1. b. The Owner's Engineer may require a second submittal of Approval Drawings if, in the opinion of the Engineer, such is required due to the extent of changes required on the first submittal. If an extension of time is required due to a protracted drawing approval process, the price will remain as quoted for the quoted delivery. c. Approval of Drawings shall not be held to relieve the manufacturer of obligations to meet all requirements to the Specifications, of responsibility for correctness of the Drawings, or of responsibility to meet original shipping promise on the basis of Owner being allowed two (2) weeks for approval. d. Receipt of Approval Drawings by the Bidder constitutes authorization for manufacture only, based upon the corrections found thereon. e. Preferred format for Approval Drawings is AutoCAD® 2018 or newer in lieu of paper copies. 5.2.2 Final Drawings a. One (1) complete set of all Drawings, revised to "as-built" status. b. Two (2) complete sets of all Drawings, revised to "as-built" status, released on separate USBs, compatible with AutoCAD® 2018. c. All Drawings are to be certified correct and supplied within a reasonable length of time prior to shipment of the equipment. 6.0 Shipment and Delivery 6.1 Equipment shall be shipped to the designated site as outlined in the Instructions to Bidders. Time and delivery details shall be coordinated with the Owner in advance to facilitate arrangements for the necessary personnel and equipment to be available for unloading. 6.2 Method of packing and loading shall be such as to protect all parts from dampness, corrosion, breakage, or vibration injury that might reasonably be encountered in transportation, storage and handling. 6.3 Release for shipment is to be granted by either the Owner or the Owner's Engineer based upon the manufacturer's compliance with the following: 6.3.1 Furnishing of the requisite number of copies of the final drawings as called for in the Technical Specifications. 21-10329-8011 © October 2022 S-4 6.3.2 Coordination of manufacturing and delivery with Owner’s construction schedule as may be noted in these Specifications. 6.3.3 Thirty (30) days notification of tentative shipping schedule and forty-eight (48) hours notification prior to all deliveries. 6.3.4 Under no circumstances will the Owner accept deliveries arriving on Saturdays, Sundays, or nationally observed holidays. The Bidder shall take precautions as necessary to avoid scheduling such deliveries. Deliveries will be received between 9:00 a.m. and 3:00 p.m., Monday through Thursday only. 7.0 Switchboard and Panel Construction 7.1 The switchboard and panel shall be manufactured by those regularly engaged in the design and manufacture of control switchboards for electric utilities and shall be completely familiar with metering, relaying, and control of utility system substations. 7.2 Cabinetry 7.2.1 Preferred panel construction steel details are provided by Booth & Associates on the steel details drawings furnished with this specification. 7.2.2 All sheet steel panels shall be constructed from 11-gauge (0.125 inch) stretcher steel per U.S. Standard Sheet and Plate. All bends shall be made using proper tooling to present sharp, square, and smooth bends. 7.2.3 Panel shall have an open back type construction with welded sides, rear frame and removable side covers. The panels shall have provisions for cable entry from the top of the panel. 7.2.4 Nineteen-inch (19”) rack rails with EIA standard RS-310-C screw spacing welded to the front panel are required for all panels. Rack-mount relays and plates shall be mounted to the rack rails using 10-32 size screws designed for rack mounting. These are typically pan-head screws with non-marring washers ("beauty rings") to protect the front of the relays and plates. 7.2.5 Fully enclosed left and right-side panels complete with wiring troughs and with mounting provisions for terminal blocks, fuse blocks, and auxiliary relays, transducers, and service equipment. 7.2.6 Fully enclosed and braced top cover with provisions for a lifting angle and provisions for top entry cableways and with mounting provisions for wireways and convenience lighting. 7.2.7 Overhead interior lighting system consisting of a lamp, light switch, and fused AC service wiring for 120 volts AC per the schematics provided. 7.2.8 Provisions for bolting together adjacent switchboards using bolts at standard heights per the steel details provided. 7.2.9 The switchboard shall be properly constructed with provisions for bolting to a floor. Flush type drop-in anchors with one-half inch (1⁄2") stainless steel anchor bolts shall be furnished for bolting the switchboard to a concrete floor. 7.2.10 A copper ground bus shall be mounted on stand-off brackets on the inside of the front switchboards with provisions for connecting to the ground bus in an adjacent switchboard. 7.2.11 All surface areas and all edges of the switchboards that are exposed to wiring are to be finished to present a smooth surface to wiring insulation. Finished surface of switchboard is of critical importance. Switchboard exterior edges, corners, and welds are to be ground smooth to provide a good appearance and present evidence of high- quality workmanship. Panel interior must present a smooth surface for wire insulation. All corners, edges, welds, drilled or punched holes, threaded holes with or without screws installed, and any other similar areas must be ground or filed smooth. 21-10329-8011 © October 2022 S-5 Failure to comply with this requirement will result in the Owner requiring the Bidder to travel to the Owner's location at the Bidder's expense to grind or file and finish rough or sharp areas on the switchboards. 7.2.12 Each part of the individual switchboards shall be painted inside and outside with one (1) coat of rust resistant primer prior to assembly. Welded areas are to be touched up with primer. After assembly, the interior and exterior of the switchboard shall be painted with two (2) coats of medium gray low sheen acrylic paint, ANSI-61, Code IC-0702 on the exterior and two (2) coats of white on the interior. Switchboard shall not be painted with relays and equipment mounted. 7.3 Relaying Equipment 7.3.1 All electrical components including relays, meters, indicating instruments, control switches, indicating lights and circuit breakers shall be furnished and installed and wired in the cabinet. The equipment to be furnished is listed and described on the Bill of Material shown on the Panel Layouts. Materials and components are identified by Item Numbers. 7.3.2 Each piece of equipment shall be identified per the Panel Front View drawings using engraved, white lettering on black background, laminated phenolic nameplates. A complete list of nameplates is shown on the Panel Front View drawings to be supplied to the Successful Bidder. Device nameplates shall be one inch by three inch (1" x 3") and shall be bonded to the panels using durable adhesive or stainless steel screws. Two-inch by six-inch (2" x 6") panel identification nameplates shall be similarly affixed to the upper center of the front panel. 7.3.3 Terminal blocks shall be mounted as shown on the Drawings and in a manner to give clear access to all terminals for making wire connections. 7.4 Wiring 7.4.1 All devices within the switchboards shall be completely wired, connected, identified, dressed neatly and tied. 7.4.2 Ground wires from current transformer circuit ground terminal points to the panel ground bus bar shall be Green, 600-volt insulation, No.10 AWG. 7.4.3 The cases of all solid-state relays, meters, and instruments shall be grounded directly to the relay ground bus with at least No. 12 AWG, Green, stranded copper wire. 7.4.4 All conductors for low-level signal outputs from transducers shall be sized No. 18 AWG. Conductors shall be 600-volt insulation, twisted, shielded pairs, stranded, with copper drain wire, PVC insulation, and PVC jacket. 7.4.5 All conductors for current transformer circuits shall be sized No. 12 AWG. These conductors shall be 600-volt insulation, Type SIS, 65-strand. 7.4.6 All conductors for relay, control, and metering functions not otherwise specified above shall be sized No. 14 AWG. Conductors shall be 600-volt insulation, Type SIS, 41-strand. 7.4.7 All wiring shall be continuous from device terminal to device terminal; no splices shall be permitted. For screw and stud type terminals: All wiring shall be connected using AMP type PIDG or equivalent (pre-insulated, closed-barrel) ring terminals; spade-type terminals shall not be used. All connections shall be made using silicon bronze lock washers unless the terminating device is equipped with another inherently locking-type connector (e.g., screws with a ringed contact surface or captive square lockwashers). 7.4.8 For Phoenix type terminals: All wiring shall be connected using pre- insulated, closed- barrel, blade- type terminals; bare, stranded wire shall not be inserted into Phoenix terminal. 21-10329-8011 © October 2022 S-6 7.4.9 All wiring shall be tagged with permanent markers at each end using the device identifications and device terminal numbers shown on the Drawings to be issued to the Successful Bidder. The wire markers shall indicate the destination of the wire, not the origin. For example, the end of the wire terminated on Device “PA”, Terminal “B01”, whose other end is on Device “PB”, Terminal “2”, shall be labeled “PB2”. 7.4.10 Wiring shall be done in an orderly manner to permit the addition of Owner's wiring and for troubleshooting wire tracing. Wiring from terminal boards to devices shall be run in Panduit wire-way to the locations adjacent to the devices. No more than two (2) wires per terminal shall be used. 7.5 Device Identification Letters 7.5.1 Identification letters shall be used to define and locate devices of a panel in agreement with the interconnection/ wiring diagrams. Decals with the device identification letter(s) shall be affixed adjacent to device locations or on the rear of devices when viewing the panel from the rear as shown on the wiring diagram, but not on removable covers. Identification letters shall be of at least 1⁄4 inch high with black text on a yellow or white background. 7.5.2 Letter designations shall be as assigned as follows: a. Terminal Blocks: Single letter designations are used for terminal blocks (outside row) or the same letter repeated (ex. “C” or “AA”) (inside row). Terminal blocks to be labelled as shown on panel interconnection drawings provided. b. Other Devices: Double letters are used for other devices where the two letters are unlike (ex. “AB” or “BA”). For two letter designations, the first letter is “U” for fuse blocks, “R” for resistors and rectifiers, “C” for capacitors, "X" for Dymec fiber optic converters, and “T” for auxiliary transformers. The second letter must be different than the first. The letters “I”, “O”, “Q”, and “U” are not used. Devices are not to be labeled with 3-letter designations (ex. “AAA” or “BAA”) or with the same letter repeated (ex. “AA” or “BB”). c. Devices are to be labeled per the Device codes indicated on the Booth drawings provided. 8.0 Service Conditions 8.1 The switchboards will be installed in a heated and cooled substation control house. 8.2 Nominal voltage, current, and frequency ratings for the switchboards are listed as follows: Frequency: 60 Hz Station Service Voltage: 120/240 VAC, 1-phase PT Nominal Secondary Voltage: 67/ 115 VAC phase-to-ground CT Nominal Secondary Current: 5 amps DC Voltage: 48 VDC 8.3 AC power for the switchboard will be provided by the Owner at the substation site. DC power to the switchboard shall be provided from batteries installed in the substation by the Owner. Power supply requirements for all protective equipment shall be taken from the DC service. Power supply requirements for all electronic meters and other electronic equipment shall be taken from the AC station service. Electronic power supplies shall not be connected to substation metering voltage transformers. 21-10329-8011 © October 2022 S-7 9.0 Spare Parts 9.1 Spare parts are not part of this Specification. 9.2 One (1) can of touch-up spray paint to match the original panel finish shall be provided. 10.0 Production Tests Sufficient tests to verify panels are accurately wired per the panel wiring diagrams furnished shall be performed. Test reports shall be submitted to the Engineer. All connections and wiring terminal installations are to be verified tight and reliable. 11.0 Installation All equipment and materials included in these Specifications are for installation in the substation by others. Installation is not included in these Specifications. mailto:m.winkler@booth-assoc.com APPENDICES 1 – List of Drawings 2 – Switchboard Requirements 3 – Vicinity Map 4 – MWBE Affidavits 1 List of Drawings 21-10329-8011 © October 2022 Appendix-1 CITY OF ROCKY MOUNT CONTROL SWITCHBOARD FOR 230KV SOUTH POD LIST OF DRAWINGS The work shall conform to the following Booth and Associates, LLC Drawings, all of which form a part of these Specifications. The Bidder is responsible for contacting the Engineer if any Drawings not indicated to be furnished at a later date are missing from their bid package. If the Bidder does not contact the Engineer regarding any Drawings, their bid will be considered based on all Drawings and Specifications, as issued for bids. Dwg. No. 18899 Description E05 Relay Panel Steel Details (sheets A-F) E21 Panel Layout E31 AC Elementary E41 Primary Relay (T3P, SEL-387E)- DC Elementary E42 Backup Relay (T3BU, SEL-387E)- DC Elementary E43 66kV Breaker 52-3 Relay (BR3, SEL-351S)- DC Elementary Diagram E44 Bank Lockout 86T3, Breaker Failure Lockout 86BF3- DC Elementary Diagram E45 230kV Circuit Switcher 389- DC Elementary Diagram E46 66kV Breaker 52-3 Control- DC Elementary Diagram E47 Transformer T3 Interface E48 Annunciator (SEL-2533) & Meter (Bitronics)- DC Elementary Diagram E49 Test Devices E71 Interconnection Diagram 2 Switchboard Requirements P. 1/2 CITY OF ROCKY MOUNT ROCKY MOUNT, NORTH CAROLINA CONTROL SWITCHBOARD FOR 230KV SOUTH POD APPENDIX 2- EQUIPMENT REQUIREMENTS Item Qty. Description Remarks 100 1 Panel No.65: Bank No.3 Steel Panel Self-supporting, 28" wide x 90" tall x 30” deep with 19" rack- mount front; with side and top covers. Steel Details per Booth & Associates drawings: 18899-E05, sheets A-F Front View/ Panel Layout, Panel No.65, Booth & Associates drawing: 18899-E21 Panel Material: See Bill of Material on Front View/ Panel Layout Cable Entry from bottom of Panel Ship items 201- 207 uninstalled 201 4 RTAC Accessory- RS232 Cables EIA-232 Cable, with IRIG wires, DB9-M Connectors on Both Ends, length 20 feet as shown in PN suffix. Schweitzer model C273A-20 RTAC to SEL IED’s (Panel SEL- 2533) 202 2 RTAC Accessory- Serial to Fiber Converters EIA 232 serial to multimode fiber converter, male DB9 connector, IRIG Transmitter. Schweitzer model 2812-MTX0 66kV CB (1) Transformers (1) 203 1 RTAC Accessory- Serial to Fiber Converters EIA 232 serial to multimode fiber converter, male DB9 connector, IRIG Receiver. Schweitzer model 2812-MRX0 66kV CB (1) 204 1 Ribbon Cable Ribbon Cable, 6- inch long, with DB-M and DB9-F connectors, use to connect SEL-2812 to SEL-2533. Schweitzer model C780 66kV CB SEL- 2533 P. 2/2 Item Qty. Description Remarks 205 1 Fiber- Optic Jumper Cables Corning indoor, 2 fiber Zipcord Jumper, 2.9mm subunit, multimode, 62.5 micron, OM1, ST to ST connectors. Minimum Bend Radius during install is 2.0 inches, during operation 0.55 inches. Maximum tensile strength during install is 50 lbf. Length 2 meters. Corning #505002K51300002M 66kV CB Patch Panel to SEL- 2533 (1) 206 1 Fiber- Optic Patch Panel Housing Corning Single Panel Housing. Corning model SPH-01P (For use at 66kV CB) 207 1 Fiber- Optic Patch Panel Corning Closet Connector Housing Panels (for SPH-01P above); ST compatible Adapter, Simplex, 6-fiber, 62.5 μm multimode (OM1). Corning model CCH-CP06-15T (For use in 66kV CB) 3 Vicinity Map © 2022 Microsoft Corporation © 2022 TomTom 4 MWBE Affidavits Standard Form of Informal Contract and General Conditions Page 1 of 3 SUPPLEMENTAL VENDOR INFORMATION HISTORICALLY UNDERUTILIZED BUSINESSES Historically Underutilized Businesses (HUBs) consist of minority, women and disabled business firms that are at least fifty-one percent owned and operated by an individual(s) of the categories. Also included in this category are disabled business enterprises and non-profit work centers for the blind and severely disabled. Pursuant to G.S. 143B-1361(a), 143-48 and 143-128.4, the State invites and encourages participation in this procurement process by businesses owned by minorities, women, disabled, disabled business enterprises and non- profit work centers for the blind and severely disabled. This includes utilizing subcontractors to perform the required functions in this RFP. Any questions concerning NC HUB certification, contact the North Carolina Office of Historically Underutilized Businesses at (919) 807-2330. The Vendor shall respond to question #1 and #2 below. a) Is Vendor a Historically Underutilized Business? Yes No b) Is Vendor Certified with North Carolina as a Historically Underutilized Business? Yes No If so, state HUB classification: ________________________________________________________________ CONTRACTOR REGISTRATION New vendors must complete a vendor registration form using the link below. If you are a current vendor that has not completed the online vendor registration also complete the form. Once registration is complete email a copy of your W9 an E-Verify Affidavit to the contact person listed on the coversheet. https://rockymountnc.gov/services-finance-vendor-registration/ HOW TO DO BUSINESS WITH THE CITY OF ROCKY MOUNT Becoming a Vendor https://youtu.be/MGOjZxl4iQc Competing in the Bid Process https://youtu.be/yy8dYzPOCUs Purchase Order, Payment and Performance https://youtu.be/wA5zVTizZQM Standard Form of Informal Contract and General Conditions Page 2 of 3 ATTACHMENT F: MINORITY AND WOMEN BUSINESS PARTICIPATION 4.4 MINORITY BUSINESS PARTICIPATION The Bidder has the responsibility to make a good faith effort to solicit minority proposals and to attain the aspirational ten percent (10%) goal. We encourage all Bidders even MWBE/HUBs to obtain the aspirational goal where sub- contracting and supplier opportunities exist. Use the table below to note the MWBE businesses that will be used as suppliers or subcontractors for this contract. MWBE FIRM OWNERSHIP STATUS ADDRESS WORK TYPE If the goal of 10% participation by HUB Certified or minority businesses is not achieved, the Bidder shall provide the following documentation to the City of his/her good faith efforts: Examples of documentation that may be required to demonstrate the Bidder's good faith efforts to meet the goals set forth in these provisions include, but are not necessarily limited to, the following: a) Copies of solicitations for quotes to at least three (3) minority business firms from the source list provided by the State for each subcontract to be let under this contract (if 3 or more firms are shown on the source list). Each solicitation shall contain a specific description of the work to be subcontracted, location where bid documents can be reviewed, representative of the Prime Bidder to contact, and location, date and time when quotes must be received. b) Copies of quotes or responses received from each MWBE responding to the solicitation. c) A telephone log of follow-up calls to each firm sent a solicitation. d) For subcontracts where a minority business is not considered the lowest responsible sub-bidder, copies of quotes received from all firms submitting quotes for that particular subcontract. e) Documentation of any contacts or correspondence to minority business, community, or contractor organizations in an attempt to meet the goal. f) Copy of pre-bid roster g) Letter documenting efforts to provide assistance in obtaining required bonding or insurance for minority business. h) Letter detailing reasons for rejection of minority business. i) Letter documenting proposed assistance offered to minority business in need of equipment, loan capital, lines of credit, or joint pay agreements to secure loans, supplies, or letter of credit, including waiving credit that is ordinarily required. Failure to provide the documentation as listed in these provisions may result in a non-responsive bid. Standard Form of Informal Contract and General Conditions Page 3 of 3 ATTACHMENT G: PROPOSED PRODUCTS FORM No. Item Proposed Product(s) Supplier Names & Addresses 1 2 3 4 5 CERTIFICATION BY PRIME CONTRACTOR: Each supplier listed above has established his ability and responsibility to supply the specified materials in accordance with the Contract Documents. Contractor By: ____________________________________________ Date: ___________________ Signature & Title Approved: CITY OF ROCKY MOUNT By: ____________________________________________ Date: ___________________ City of Rocky Mount

2 W Edenton St, Raleigh, NC 27601, USALocation

Address: 2 W Edenton St, Raleigh, NC 27601, USA

Country : United StatesState : North Carolina

You may also like

MILL AND OVERLAY PARKING LOT

Due: 30 Jun, 2024 (in 2 months)Agency: AGRICULTURAL RESEARCH SERVICE

115KV STANDOFF & 230KV SUSPENSION INSULATORS

Due: 19 Dec, 2024 (in 8 months)Agency: ENERGY, DEPARTMENT OF

SIOUX FALLS SUBSTATION 115KV AND 230KV DISCONNECT SWITCHES

Due: 01 Aug, 2024 (in 3 months)Agency: ENERGY, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.