section 16217 - · web viewinstallation shall be in accordance with applicable requirements of...

33
REQUEST FOR PROPOSALS NUMBER 2016-08 TITLE: Generation Switchgear USING AGENCY: CITY OF WILSON, NORTH CAROLINA ISSUE DATE: January 30, 2017 ISSUING AGENCY: CITY OF WILSON P.O. BOX 10 1800 HERRING AVENUE E WILSON, NORTH CAROLINA 27894-0010 IMPORTANT NOTE: Indicate firm name and RFP number on the front of each sealed BID envelope or package, along with the date for receipt of BIDS specified below. Sealed Proposals subject to the terms and conditions made a part hereof will be received until February 20, 2017 @ 11:00 a.m. for furnishing the equipment described herein. Proposals will be opened in the office of the Purchasing Manager at the City of Wilson Warehouse, 1800 Herring Avenue, Wilson, North Carolina, 27893. This contract will contain a clause for liquidated damages, the details of which can be found on page 6. All qualified Proposals will be evaluated and an award will be made to the firm(s) whose Proposal is deemed to be in the best interest of the City of Wilson, all factors considered. The City of Wilson reserves the unqualified right to reject any or all offers if determined in its best interest. The Contractor is required to comply with Article 2 of Chapter 64 of the North Carolina General Statutes, which requires that the Contractor participate in E-Verify if it has at least 25 qualified employees. The Contractor is also required to verify that its subcontractors have adequately complied with Article 2 of Chapter 64 as well. Contractor shall provide City with any January 30, 2017 City of Wilson RFP # 2016-08 Page 1 of 33

Upload: ngohuong

Post on 17-Mar-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: SECTION 16217 - · Web viewInstallation shall be in accordance with applicable requirements of the National Electric Code, local codes, and in accordance with recognized industry practices

REQUEST FOR PROPOSALS NUMBER 2016-08

TITLE: Generation Switchgear

USING AGENCY: CITY OF WILSON, NORTH CAROLINA

ISSUE DATE: January 30, 2017

ISSUING AGENCY: CITY OF WILSONP.O. BOX 101800 HERRING AVENUE EWILSON, NORTH CAROLINA 27894-0010

IMPORTANT NOTE: Indicate firm name and RFP number on the front of each sealed BID envelope or package, along with the date for receipt of BIDS specified below.

Sealed Proposals subject to the terms and conditions made a part hereof will be received until February 20, 2017 @ 11:00 a.m. for furnishing the equipment described herein. Proposals will be opened in the office of the Purchasing Manager at the City of Wilson Warehouse, 1800 Herring Avenue, Wilson, North Carolina, 27893.

This contract will contain a clause for liquidated damages, the details of which can be found on page 6.

All qualified Proposals will be evaluated and an award will be made to the firm(s) whose Proposal is deemed to be in the best interest of the City of Wilson, all factors considered. The City of Wilson reserves the unqualified right to reject any or all offers if determined in its best interest.

The Contractor is required to comply with Article 2 of Chapter 64 of the North Carolina General Statutes, which requires that the Contractor participate in E-Verify if it has at least 25 qualified employees. The Contractor is also required to verify that its subcontractors have adequately complied with Article 2 of Chapter 64 as well. Contractor shall provide City with any requested documentation attesting to its compliance with Article 2 of Chapter 64 of the North Carolina General Statutes.

SEND ALL BIDS DIRECTLY TO THE ISSUING AGENCY ADDRESS SHOWN ABOVE.

Procedural inquiries: Richard Williams(Address shown above)(252) [email protected]

Technical inquiries: Paul Darden(Address shown above)(252) [email protected] 30, 2017 City of Wilson RFP # 2016-08

Page 1 of 25

Page 2: SECTION 16217 - · Web viewInstallation shall be in accordance with applicable requirements of the National Electric Code, local codes, and in accordance with recognized industry practices

Instructions to Bidders

(Equipment, Supplies, Etc.)

1. Bids shall be directed in a sealed envelope to the Purchasing Manager, City of Wilson, Operation Center, 1800 Herring Avenue, Wilson, North Carolina 27894. Bid proposals will consist of two ( 2 ) unpriced proposal for technical review and one ( 2 ) priced proposal for financial evaluation. The envelope shall be clearly marked “priced” and “unpriced” as applicable. The envelope should be plainly marked with the bid number, date and time of bid opening and name of bid. It shall be the responsibility of the bidder to ensure that his/her bid is received by the Purchasing Manager by the time stated herein. Late bids will not be considered.

2. Bids must be valid for a minimum of ninety (90) days from date of bid opening.

3. All equipment, materials or apparatus furnished under these specifications shall be new (unless otherwise specified) and free from all defects, and shall operate and function properly after delivery to the City. Each bidder shall submit with his/her proposal the manufacturer’s specifications, illustrations and descriptive literature on the equipment, materials or apparatus not yet in production or out of production for more than thirty (30) days.

4. Do not submit alternates unless requested to do so. If alternate bids are requested, the envelope(s) must be clearly marked “primary bid” and “alternate bid”.

5. Every part and accessory of a standard unit shall automatically be included and become a part of these minimum specifications.

6. References to brand or trade names are normally included to more accurately describe the requirements of the City of Wilson when it is impossible or impractical to specify the required performance and design characteristics for such materials. They are used only to set forth and convey to bidders the general style, type, character, and quality of product desired. Alternate materials, items, or equipment of equal or equivalent design shall be submitted to the City Engineer or other responsible party for approval or disapproval prior to the opening of the bids.

7. By signing the bid proposal, the Bidder proclaims that the proposal is made without any understanding, agreement or connection with any other person, firm or corporation offering a proposal for the same purpose and that his/her proposal is in all respects fair and without collusion or fraud.

8. All bids and proposals for furnishing equipment, materials or apparatus in accordance with the specifications prescribed by the City of Wilson will continue to be on file in the office of the Purchasing Manager at the Operation Center, 1800 Herring Ave., Wilson, North Carolina, 27893 and are available for inspection during regular working hours.

January 30, 2017 City of Wilson RFP # 2016-08 Page 2 of 25

Page 3: SECTION 16217 - · Web viewInstallation shall be in accordance with applicable requirements of the National Electric Code, local codes, and in accordance with recognized industry practices

9. Bond Requirements:

A. Bid Bond:

NORTH CAROLINA STATE LAW (G.S. 143-129) REQUIRES THAT ALL BIDS BE ACCOMPANIED BY A BID DEPOSIT. (Please note carefully)

No proposal shall be considered or accepted unless at the time of its filing the same shall be accompanied by a deposit in cash, cashier’s check or certified check on same bank or trust company insured by the Federal Deposit Insurance Corporation in an amount of not less than five percent (5%) of the proposal. In lieu of making a cash deposit, bidders may file a bid bond duly executed by a surety licensed under the laws of North Carolina to execute such bonds.

This deposit may be retained by the City of Wilson if the successful bidder fails to execute the bid obligation or fails to give satisfactory surety as required herein.

Money orders, uncertified checks, etc., are not acceptable as bid deposits.

Unsigned bids and bids with incorrect bid deposits cannot be considered.

Bid deposits of unsuccessful bidders will be returned as soon as the contract is awarded.

B. Performance Bond: (REQUIREMENT WAIVED)

Once the contract has been awarded, the successful bidder must furnish a Performance Bond. The performance bond must be in full amount (100%) of the contract and guarantee the faithful performance of the contract in the form prescribed by the City.

The bond shall be executed by a surety company authorized to do business in North Carolina. In lieu of the bond, cash, government securities or a certified check in the full amount of the contract (100%) may be deposited. Such deposit shall be filed within 30 days from date of awarding contract.

It shall be the responsibility of the bidder to cover the cost of the performance bond, in his bid. The City will not pay an additional amount at a later date for the bond.

The City Council may waive the requirement for a performance bond once bids are received. In this event, the bidder must deduct the cost of the performance bond from the original bid figure.

The bidder should assume that a performance bond will be required unless otherwise indicated in the instructions to bidders.

January 30, 2017 City of Wilson RFP # 2016-08 Page 3 of 25

Page 4: SECTION 16217 - · Web viewInstallation shall be in accordance with applicable requirements of the National Electric Code, local codes, and in accordance with recognized industry practices

10. Award of Bid:

A. The bid shall be awarded to the lowest responsible bidder, taking into consideration adherence to specifications, quality, performance, the time of delivery, technical support, past performance and other relevant factors.

B. All bids of $90,000 or more require City Council approval. The Council normally meets officially at 7:00 P.M ., on the third Thursday of the month. Bidders may attend the session.

C. The City of Wilson reserves the right to evaluate bids, to reject any and all bids and proposals, to waive informalities and technicalities within the scope of authority, and further specifically, the City reserves the right to make the award in the best interest of the City of Wilson.

D. It is City policy to furnish a bid tabulation to all bidders upon notification of award or upon returning bid deposits. All bidders are welcome to attend the bid openings which are normally conducted in the Purchasing Manager’s office, Operation Center, 1800 Herring Ave., Wilson, North Carolina 27893. Bid tabulations will be available after all technical reviews have been completed.

11. Taxes:

Do not include sales or federal excise tax in figures. The City pays all applicable sales tax, however, and should be invoiced accordingly. The City is exempt from Federal Excise tax and will issue a Federal Exemption certificate upon request.

12. Escalation Clauses:

Bids containing escalation clauses may be considered. However, there must be a maximum figure for escalation shown, or a method of computing the total cost over a specific time period provided.

13. Prices:

All prices must be quoted:F.O.B. City of Wilson Operations Center, 1800 Herring Avenue, Wilson, North Carolina, 27893.

14. Payment:

Provision for the payment of the monies to fall due under this agreement has been made by appropriations duly made, or required by the Local Government Finance Act.

Payment will be made according to vendor’s terms stated on invoices following receipt of goods.

15. Altering Contracts:

No such contract shall be altered except by written agreement (change order) of the contractor, the sureties on his bond and the City Council body of the City of Wilson.

January 30, 2017 City of Wilson RFP # 2016-08 Page 4 of 25

Page 5: SECTION 16217 - · Web viewInstallation shall be in accordance with applicable requirements of the National Electric Code, local codes, and in accordance with recognized industry practices

16. Non-Discrimination Clause:

It is specifically agreed as part of the consideration of the signing of this contract, that the parties hereto, their agents, officials, employees, or servants will not discriminate in any manner on the basis of race, color, creed, religion, national origin, or gender with reference to the subject matter of this contract.

Enforcement of this provision, as set out in said ordinances, shall be action for specific performance, injunctive relief, or other remedy as provided by law. This provision shall be binding on the successors and assigns, of the parties hereto with reference to the subject matter of this contract.

The City of Wilson is in compliance with Title VII of the Civil Rights Act of 1964 as amended, and section 122(A) of the State and Local Fiscal Assistance Act of 1972, and hereby issued the declaration that bid award is contingent upon bidder’s compliance with aforementioned statutes.

17. General Statue 143-129 governs purchasing in the state. Bids are awarded according to its provisions.

18. The General Statutes of the State of North Carolina, the Charter of the City of Wilson, and City Ordinances, insofar as they apply to purchasing and competitive bidding, are made a part hereof.

19. All bids, except those for supplies or materials, shall be accompanied by a certificate showing possession by bidder of Workman’s Compensation for their employees.

January 30, 2017 City of Wilson RFP # 2016-08 Page 5 of 25

Page 6: SECTION 16217 - · Web viewInstallation shall be in accordance with applicable requirements of the National Electric Code, local codes, and in accordance with recognized industry practices

TERMS AND CONDITIONS

1) LIQUIDATED DAMAGES : Time is of the essence in this contract. Damages for delay shall be at the rate of one thousand dollars ($1000.00) per calendar day for failure by the contractor to perform the services within the time for completion.

2) TIME FOR COMPLETION : The starting date for the services under this contract shall be the date at which the Wilson City Council approves the bid. The bidders shall have indicated in their proposal the number of weeks required to perform the services. Time for completion shall be extended with the written consent of the City of Wilson for delays due to bad weather days, or other special cases with said consent, not to be unreasonably withheld.

3) DEFAULT AND PERFORMANCE BOND : In case of default by the contractor, the City of Wilson may procure the articles or services from other sources and hold the contractor responsible for any excess cost occasioned thereby. The City of Wilson reserves the right to require performance bond or other acceptable alternative guarantees from successful bidder without expense to the City of Wilson.

4) GOVERNMENTAL RESTRICTIONS : In the event any Governmental restrictions are imposed which necessitate alternation of the material, quality, workmanship or performance of the items prior to delivery, it shall be the responsibility of the contractor to notify, in writing, the issuing purchasing office at once, indicating the specific regulation, which required such alternations. The City of Wilson reserves the right to accept any such alternations, including any price adjustments occasioned thereby, or to cancel the contract.

5) AVAILABILITY OF FUNDS : Any and all payments to the contractor are dependent upon and subject to the availability of funds to the City for the purpose set forth in this agreement.

6) TAXES : Any applicable taxes shall be invoiced as a separate item. The City is not exempt from local or North Carolina sales tax.

7) SITUS : The place of this contract, its situs and forum, shall be North Carolina, where all matters, whether sounding in contract or tort, relating to its validity, construction, interpretation and enforcement shall be determined.

8) GOVERNING LAWS : This contract is made under and shall be governed and construed in accordance with the laws of the State of North Carolina.

9) INSPECTION AT CONTRACTOR’S SITE : The City of Wilson reserves the right to inspect, at a reasonable time, the equipment/item, plant or other facilities of a prospective contractor prior to contract award, and during the contract term as necessary for the City of Wilson’s determination that such equipment/item, plant or other facilities conform with the specifications/requirements and are adequate and suitable for the proper and effective performance of the contract. Contractor will cover the cost of a visit and a witness test, if necessary, of a City representative at the contractor’s manufacturing facility.

10) PAYMENT TERMS : Payment terms are Net 30 after receipt of correct invoice or acceptance of goods, whichever is later.

11) AFFIRMATIVE ACTIVE : The contractor will take affirmative action in complying with all Federal and State requirements concerning fair employment and employment of the handicapped, and concerning the treatment of all employees without regard to discrimination by reason of race, color, religion, sex, national origin or physical handicap.

January 30, 2017 City of Wilson RFP # 2016-08 Page 6 of 25

Page 7: SECTION 16217 - · Web viewInstallation shall be in accordance with applicable requirements of the National Electric Code, local codes, and in accordance with recognized industry practices

12) 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.

13) STANDARDS : All manufactured items and/or fabricated assemblies subject to operation under pressure, operation by connection to an electric source, or operation involving a connection to a manufactured natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate state inspector which customarily requires the label or reexamination listing or identification marking of the appropriated safety standard organization; such as the American Society of Mechanical Engineers for pressure vessels; the Underwriter’s Laboratories and / or National Electrical Manufacturers’ Association of electrically operated assemblies; or the American Gas Association for gas operated assemblies, where such approvals of listings have been established for the type of device offered and furnished. Further, all items furnished shall meet all requirements of the Occupational Safety and Health Act (OSHA), and state and federal requirements relating to clean air, and water pollution.

14) PATENT : The contractor shall hold and save the City of Wilson, its officers, agents and employees, harmless from liability of any kind, including costs and expenses, on account of any copyrighted material, patented or unpatented invention, articles, device or appliance manufactured or used in the performance of this contract, including used by the government.

15) ADVERTISING : Contractor agrees not to use the existence of this contract, the name of the City of Wilson as part of any commercial advertisement.

16) ACCESS TO PERSONS AND RECORDS : An independent auditor shall have access to persons and records as a result of all contracts or grants entered into by the City of Wilson in accordance with General Statute 147-64.7.

17) 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 of Wilson may:

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 of Wilson to anyone other than the contractor and the contractor shall remain responsible for fulfillment of all contract obligations.

18) INSURANCE :

COVERAGE – During the term of the contract, the contractor at its sole cost and expense shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the contract. As a minimum, the contractor shall provide and maintain the following coverage and limits:

a) Worker’s Compensation – The contractor shall provide and maintain Worker’s Compensation Insurance, as required by the laws of North Carolina, as well as employer’s liability coverage with minimum limits of $150,000.00, covering all contractor’s employees who are engaged in any work under the contract. If any work is sublet, the contractor shall require the

January 30, 2017 City of Wilson RFP # 2016-08 Page 7 of 25

Page 8: SECTION 16217 - · Web viewInstallation shall be in accordance with applicable requirements of the National Electric Code, local codes, and in accordance with recognized industry practices

subcontractor to provide the same coverage for any of his employees engaged in any work under the contract.

b) Commercial General Liability – General Liability Coverage on a Comprehensive Broad Form on an occurrence basis in the minimum amount of $500,000.00 Combined Single Limit. (Defense cost shall be in excess of the limit of the liability.

c) Automobile – Automobile Liability Insurance, to include liability coverage, covering all owned, hired, and non-owned vehicles, used in connection with the contract. The minimum combined single limit shall be $150,000.00 uninsured/under insured motorist; and $1,000.00 medical payment.

REQUIREMENTS: Providing and maintaining adequate insurance coverage is a material obligation of the contractor and is of the essence of this contract. All such insurance shall meet all laws of the State of North Carolina. 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 terms of such insurance policies, and all requirements of the insurer under any such insurance policy, except as they may conflict with existing North Carolina laws or this 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.

17) CANCELLATION (TERM CONTRACTS ONLY) : All contract obligations shall prevail for at least 180 days after the effective date of the contract. After that period, in addition to the provisions of the paragraph entitled Price Adjustments, for the protection of both parties, this contract may be canceled in whole or in part by either party giving 30 days prior notice in writing to the other party. Such notice of cancellation, as required herein, shall be transmitted via U.S. MAIL, Certified, and Return Requested. The 30 day notice for cancellation shall begin on the day the return receipt is signed and dated.

18) QUANTITIES (TERM CONTRACT ONLY) : The award of a term contract neither implies nor guarantees any minimum or maximum purchases thereunder.

19) PRICE ADJUSTMENTS (TERM CONTRACT ONLY) : Any price changes, downward or upward, which might be permitted during the contract period must be general, either by reason of market change or on the part of the contractor to other customers.

a) Notification : Must be given to the Purchasing Department, in writing, concerning any proposed price adjustments. Such notification shall be accompanied by copy of manufacturer’s official notice or other acceptable evidence that the change is general in nature.

b) Decreases : The City of Wilson shall receive full proportionate benefit immediately at any time during the contract period.

c) Increases : All prices shall be firm against increase for 180 days from the effective date of the contract. After this period, a request for increase may be submitted with the City of Wilson reserving the right to reject the increase, or cancel the contract. Such action by the City of Wilson shall occur not later than 15 days after the receipt by the City of Wilson of a properly documented request for price increase. Any increase accepted shall become effective not later than 30 days after the expiration of the original 15 days reserved to evaluate the requested price increase.

January 30, 2017 City of Wilson RFP # 2016-08 Page 8 of 25

Page 9: SECTION 16217 - · Web viewInstallation shall be in accordance with applicable requirements of the National Electric Code, local codes, and in accordance with recognized industry practices

D) Invoice : It is understood and agreed that orders will be shipped at the established contract prices in effect on dates orders are placed. Invoicing at variance with this provision will subject the contract to cancellation. Applicable North Carolina sales tax shall be invoiced as a separate item.

20) E- VERIFY: I understand that E-Verify is the federal E-Verify program operated by the United States Department of Homeland Security and other federal agencies, or any successor or equivalent program used to verify the work authorization of newly hired employees pursuant to federal law in accordance with NCGS 64-25 et seq. I am aware of and in compliance with the requirements of E-Verify and Article 2 of Chapter 64 of the North Carolina General Statutes. To the best of my knowledge, any subcontractors employed by me as a part of this contract are in compliance with the requirements of E-Verify and Article 2 of Chapter 64 of the North Carolina General Statutes.

21) IRAN DIVESTMENT ACT CERTIFICATION Contractor certifies that, as of the date listed below, it is not on the Final Divestment List as created by the State Treasurer pursuant to N.C.G.S. § 143-6A-4. In compliance with the requirements of the Iran Divestment Act and N.C.G.S. § 143C-6A-5(b), Contractor shall not utilize in the performance of the contract any subcontractor that is identified on the Final Divestment List.

January 30, 2017 City of Wilson RFP # 2016-08 Page 9 of 25

Page 10: SECTION 16217 - · Web viewInstallation shall be in accordance with applicable requirements of the National Electric Code, local codes, and in accordance with recognized industry practices

GENERATOR PARALLELING SWITCHGEAR AND CONTROL SYSTEM

1.0 General

1.1 Provide, install and commission the switchgear equipment specified herein to form a complete Generation Switchgear Package for parallel operation with the system. This shall include the completion of a relay coordination study and the calculation of relay settings. The System shall be capable of operating in continuous parallel with the Utility for peak shaving purposes. This switchgear should be capable of controlling the engine/generator set, protecting the generator and should include the generator power circuit breaker.

1.2 The System shall be provided for completely automatic unattended operation. The generator is a Caterpillar C15, 500 kW standby, 455 kW prime, diesel, delivering at 480Y/277 Volts, 3-phase, 4 wire, 60 Hz, with a CAT EMCP 4.2 generator control panel.

1.2.1 The generator portion of the GSP shall be engineered and constructed for use at the rated generator voltage of 480Y/277 Volts, 3-phase, 60Hz, A-B-C Rotation, and be constructed as a NEMA 3R enclosure using ANSI 61 Gray Painted Steel.

1.2.2 The Owner’s main portion of the GSP shall be engineered and constructed for use at the rated Utility voltage of 480Y/277 Volts, 3-phase, 60Hz, A-B-C Rotation, and be constructed as NEMA 3R enclosure, using ANSI 61 Gray Painted Steel.

1.3 Upon completion of engineering and manufacture, the GSP shall be functionally tested at the Supplier’s plant. Complete testing of all operational modes detailed in this specification, local and remote, shall be performed to ensure proper operation of the GSP. A certified factory test report shall be furnished to verify testing.

1.4 Installation shall be in accordance with applicable requirements of the National Electric Code, local codes, and in accordance with recognized industry practices.

1.5 Full responsibility for satisfactory operation and performance of the GSP shall rest with the Supplier. This includes connection to existing Utility electrical infrastructure.

1.6 The Supplier shall provide, or make available, maintenance and service agreements from certified service centers.

January 30, 2017 City of Wilson RFP # 2016-08 Page 10 of 25

Page 11: SECTION 16217 - · Web viewInstallation shall be in accordance with applicable requirements of the National Electric Code, local codes, and in accordance with recognized industry practices

1.7 Warranty shall be furnished on all equipment for a period of one (1) year from date of Owner's acceptance of equipment. Warranty shall cover all material and labor necessary to repair and/or replace all parts judged defective due to faulty material or workmanship, at no charge to the Owner.

2.0 Submittals

2.1 Within ten (10) working days after the award of the Contract, the contractor shall furnish all information required concerning the nature or source of any materials and equipment for approval by Owner. This shall include manufacturer names, catalog numbers, and catalog data sheets.

2.2 Within a minimum of twenty (20) working days before commencement of work, the following information for the GSP shall be submitted to the Owner. This information shall be submitted in one [1] three-ring binder containing the following clearly divided sections, plus a CD containing all information in Adobe PDF format.

2.2.1 Drawings :

1) Single Line Diagram(s), AC and DC Schematics, Wiring Diagrams showing the complete GSP equipment details.

2) Elevation Diagram(s) showing switchboard(s) dimensions.

3) Internal parts layout diagram, including terminal blocks and fuses.

4) Sequence of Operations (may be included as part of a drawing or alternately a separate text with diagramming style document).

5) Riser Diagrams with conduit and cable sizes and quantities.

6) Installed Switchboard(s) Diagrams including elevation and plan views, with proposed installed clearances noted.

2.2.2 Technical Data for all major components for power circuit breaker, trip and close circuits, controls, PLCs, HMIs, signal converters and isolators, protective relays, test switches, time delay relays, communications devices, batteries, battery chargers, power conditioning/selection equipment, fuses and circuit breakers, local control switches.

1) A description of any deviations from these specifications.

2.2.3 The review and approval of the submittals does not relieve the

January 30, 2017 City of Wilson RFP # 2016-08 Page 11 of 25

Page 12: SECTION 16217 - · Web viewInstallation shall be in accordance with applicable requirements of the National Electric Code, local codes, and in accordance with recognized industry practices

contractor of the responsibilities for errors, omissions, and deviations from the specified requirements and incidental work required for proper operation, equipment failure, function, and space requirements.

2.2.4 As-built documentation package and maintenance manual.

1) Total of two (2) sets of as-built drawings and technical data for all major components including O&M Manuals and instruction books as available, along with an electronic copy in form of a CD shall be supplied. Equipment maintenance, trouble-shooting guides and safety precautions shall be included.

3.0 Shipping

3.1 The Bidder shall state in the Proposal the method by which all equipment will be shipped.

3.2 The method of packing and loading shall be such as to protect all parts from dampness, corrosion, breakage, or vibration damage that might be reasonably encountered in transportation and handling.

3.3 Forty-eight (48) hours’ notification before delivery.

4.0 Equipment Details

4.1 Acceptable Switchgear Manufacturers

4.1.1 PowerSecure/NexGear

4.1.2 Caterpillar

4.1.3 Zenith Controls

4.1.4 Cummins/Onan

4.1.5 IEM Power Systems

4.1.6 Others meeting specifications

4.2 Applicable Codes and Standards

4.2.1 UL (Underwriters Laboratory)

January 30, 2017 City of Wilson RFP # 2016-08 Page 12 of 25

Page 13: SECTION 16217 - · Web viewInstallation shall be in accordance with applicable requirements of the National Electric Code, local codes, and in accordance with recognized industry practices

1) 50, Enclosures for Electrical Equipment, Non-Environmental Considerations.

2) 67, Panelboards.

3) 508, Industrial Control Equipment.

4) 891, Dead-Front Switchboards for LV GSP.

5) 489, Molded Case Circuit Breakers and Circuit Breaker Enclosures.

6) 1066, Low-Voltage AC and DC Power Circuit Breakers Used in Enclosures.

4.2.2 ANSI: American National Standards Institute

1) C37.13, Low-Voltage AC Power Circuit Breakers Used in Enclosures.

2) C37.16, Preferred Ratings, Related Requirements, and Application Recommendations for Low-Voltage AC Power Circuit Breakers.

3) C37.17, Trip Devices for AC and General Purpose DC Low Voltage Power Circuit Breakers.

4) C37.50, Test Procedures for Low Voltage AC Power Circuit Breakers used in enclosures.

5) C37.100, Definitions for Power GSP.

6) NFPA 70, National Electrical Code.

4.2.3 NEMA: National Electrical Manufacturers Association

1) AB-1, Molded case Circuit Breakers and Molded Case Switches.

2) PB-2, Deadfront Distribution Switchboards.

3) ST-20, Dry-Type Transformers for General Applications.

4.3 Structure, Enclosure, Power Circuit Breakers and Bus

4.3.1 GSP design shall be a frame construction, freestanding, sheet metal enclosed, floor-supported, and accessible from the front and rear. Enclosure should not exceed 60”L X 36”D X 90”H. All covers and doors January 30, 2017 City of Wilson RFP # 2016-08

Page 13 of 25

Page 14: SECTION 16217 - · Web viewInstallation shall be in accordance with applicable requirements of the National Electric Code, local codes, and in accordance with recognized industry practices

shall be pan-type with captive screws as necessary. Doors shall have concealed hinges with vault type handle and integral lock. Each section shall be ventilated at the top and bottom, in both front and rear areas, allowing proper airflow to help prevent buildup of moisture within the structure.

4.3.2 Power circuit breaker shall contain an integrated trip unit, integrated on-board push-to–trip / push-to-close buttons. It should be a 3-pole, 65 KAIC, 600 volts air circuit breaker, draw-out type, provided with self-aligning line-side and load-side disconnecting devices and necessary interlocks. The breaker shall be electrically operated, with a DC shunt trip feature. The breaker control switch shall be mounted through the front door of the control cubicle for manual operation of the breaker. During operation, synchronizing under manual control as well as automatic operation is supervised by the synch-check relay contact from the Beckwith/SEL Relay. Control switches shall be equipped with target, pistol grip handle, and red and green indicating lights.

4.3.3 All CTs shall be at least C50 relaying accuracy class. All the excitation curves shall be provided along with the submittals.

4.3.4 Bus shall be electro-tin-plated copper with silver-plated joints and maximum current density of 1000 amperes per square inch. Bolts at all joints shall be high tensile strength. Bus shall be adequately braced to withstand the maximum short circuit current available. Minimum bracing level shall be not less than 100,000 amperes rms symmetrical for low voltage systems.

4.3.5 Engraved nameplates shall be provided for all operator switches. Nameplates shall be laminated plastic, and identification characters shall be 1/8 inches high with white text on a black background. Supplier’s nameplate shall be attached on all sections identifying the manufacturer’s name, location, and contact information. Control components mounted within the assembly, such as fuse blocks, relays, switches, signal conditioners, shall be marked with nameplates for identification that correspond to designations on internal parts layout, AC/DC schematic and control wiring diagrams.

4.3.6 Control wire(s) shall be labeled with wire markers at both ends.

4.3.7 All control voltage shall be derived from the line-side of the generator breaker.

January 30, 2017 City of Wilson RFP # 2016-08 Page 14 of 25

Page 15: SECTION 16217 - · Web viewInstallation shall be in accordance with applicable requirements of the National Electric Code, local codes, and in accordance with recognized industry practices

4.3.8 An adequate battery system and its charger, with the capacity to operate the power circuit breaker, protective relay, and the balance of the GSP control system, shall be provided. The fuses shall be monitored to alert of an open fuse condition.

4.3.9 A 10kVA, 480-240/120V dry type transformer shall be installed on the utility side bus to provide power to a 240V jacket water heater and a 120V battery charger. The transformer shall be wired to line and load side fuse blocks and load side termination blocks.

4.4 Generator Controller

4.4.1 Generator controller shall be a Woodward EG3100XT using 5010 protocol with necessary control switches.

4.4.2 Generator controller shall be linked by proper communications as necessary.

4.4.3 The generator controller shall employ all the necessary equipment such as display, lamps, control switches for interface.

1) Generator controller shall be capable of providing direct control of said generator, or provide bias signals for use by said generator’s on-board controller.

2) Generator controller shall be able to use communication links to obtain signals and alarms from a generator manufacturer’s on-board controller, or obtain signals and alarms through control wiring signals and alarms from the generator.

4.4.4 The generator controller shall provide metering on its local display, and also be able to provide metering data through digital communications, preferably MODBUS.

4.4.5 The generator controller shall provide an event log of at least 199 events using FIFO management. The generator controller shall indicate the following alarms on its HMI, and be used as the alarm acknowledgment interface point.

1) Communications Status

2) Loss of Mains Alarm Status

January 30, 2017 City of Wilson RFP # 2016-08 Page 15 of 25

Page 16: SECTION 16217 - · Web viewInstallation shall be in accordance with applicable requirements of the National Electric Code, local codes, and in accordance with recognized industry practices

3) Sync timeout

4) Crank fail

5) Over speed

6) Coolant Temperature – High, Low

7) Oil Pressure – High, Low

8) Battery Volts – High, Low

9) Generator undervoltage and overvoltage

10) Generator underfrequency and overfrequency

11) Low fuel

12) Controls not in auto

4.4.6 Functional Requirements: The following functionality shall be integral to the control panel:

1) Standard ISO labeling

2) Remote start / stop control

3) Local run / off / auto control integral to system microprocessor

4) Push-button Emergency Stop button

5) Digital Monitoring Capability: the controls shall provide the digital readouts for engine oil pressure, engine oil temperature, engine coolant temperature, engine RPM, battery volts, engine hours, engine crank attempt counter, engine successful start counter, and real-time clock. All readings shall be indicated in either Metric or English units to meet customer needs.

6) Generator Metering Values such as generator AC volts (line-to-line, line-to-neutral), generator AC current (per phase), generator AC frequency, generator kW (total and per phase), generator kVA (total and per phase), generator kVAR (total and per phase), power factor (avg and per phase), total kWh, total kVARh should be available to

January 30, 2017 City of Wilson RFP # 2016-08 Page 16 of 25

Page 17: SECTION 16217 - · Web viewInstallation shall be in accordance with applicable requirements of the National Electric Code, local codes, and in accordance with recognized industry practices

the user via MODBUS through the SCADA system.

7) The generator controller shall provide automatic synchronizing (25A) functions for the generator power circuit breaker. The generator controller shall provide phase matching, voltage matching and minimum level of slip frequency allowed by the generator in order to bring about favorable synchronous conditions between generation and the Owner.

5.0 Protective Relaying

5.1 The protective relay must be utility-grade (ANSI/IEEE C37.90, -1, -2, -3), Beckwith M3425A or SEL-700GT+.

5.2 The protective relay must be configured and connected so it senses 3Y currents from the Utility and the generator neutral side.

5.3 The protective relay voltage shall be 3Y and obtained from the Utility side of the main circuit breaker.

5.4 The protective relay shall provide MODBUS communications for integration.

5.5 Appropriate instrument transformers (CTs, VTs) are to be applied as required to connect the protective relay to the system, to include 1500:5 CTs on the generator side bus of the breaker, terminated on a shorting block.

5.6 Protection relay shall reside in the GSP, and be able to isolate the Utility from the generator. Following protection elements should be available in the relay.

5.6.1 Utility overvoltage (59)

5.6.2 Utility undervoltage (27)

5.6.3 Utility overfrequency (81-O), and underfrequency (81-U)

5.6.4 Reverse power protection (32R)

5.6.5 Phase and neutral overcurrent (50/51)

5.6.6 Directional overcurrent phase and ground (67/67N)

5.6.7 Phase unbalance protection (46)

January 30, 2017 City of Wilson RFP # 2016-08 Page 17 of 25

Page 18: SECTION 16217 - · Web viewInstallation shall be in accordance with applicable requirements of the National Electric Code, local codes, and in accordance with recognized industry practices

5.6.8 Sync check (25)

5.7 Protection Philosophy

5.7.1 The sync check (25) element will be used as a supervisory contact during the synchronizing of the generator in manual, supervisory or automatic mode of closing.

5.7.2 All other elements (59, 27, 81-O, 81-U, 32, 50/51, 50N/51N, 67, 67N, 46 and will be used to separate the generation from the Utility in response to a Utility abnormal / fault condition.

5.8 Test switches shall be installed where appropriate in order to facilitate testing of the protective relay.

6.0 Sequence of Operation

6.1 The GSP shall accept local control from operator switches to disable the entire system or generator, allow SCADA-controlled Load Management and operator-controlled Load Management.

6.1.1 On-site load testing for the generator will be accomplished without a load bank, and use the facility as load while in the Load Management mode of operation.

6.2 Protection Integration

6.2.1 Generator protection shall be provided by the protective relay that will trip the generator’s power circuit breaker and shut down the generator. If the fault is not internal to the generator, the engine will undergo a cool-down cycle after the generator circuit breaker was tripped. Target clearing / resetting shall be required to allow the generator to resume normal service after a trip.

7.0 Responsibilities of Owner or Others

The Owner or Others will be responsible for the following items related to the GSP:

7.1 The Owner will furnish a site for the equipment.

7.2 Furnishing available information pertaining to the external equipment

January 30, 2017 City of Wilson RFP # 2016-08 Page 18 of 25

Page 19: SECTION 16217 - · Web viewInstallation shall be in accordance with applicable requirements of the National Electric Code, local codes, and in accordance with recognized industry practices

needed to interface with the system to the Bidder.

7.3 Coordinating schedules for the contractor to perform on-site responsibilities, and furnish access, as needed, to Owner’s facilities.

7.4 Replanting appropriate shrubbery and plantings removed or destroyed during construction.

7.5 Furnishing construction power at 120 / 240 volts.

7.6 Providing parking space for installation and test personnel.

7.7 The Owner shall be responsible for all SCADA equipment installation, wiring and testing.

January 30, 2017 City of Wilson RFP # 2016-08 Page 19 of 25

Page 20: SECTION 16217 - · Web viewInstallation shall be in accordance with applicable requirements of the National Electric Code, local codes, and in accordance with recognized industry practices

BID SCHEDULE

Description of Proposed Synchronizing/Paralleling Switchgear:

January 30, 2017 City of Wilson RFP # 2016-08 Page 20 of 25

Page 21: SECTION 16217 - · Web viewInstallation shall be in accordance with applicable requirements of the National Electric Code, local codes, and in accordance with recognized industry practices

Manufacturer _____________________________________________________

Model _____________________________________________________

BID SCHEDULE

List of Exceptions to Project Specifications:

Paragraph No. Exception

January 30, 2017 City of Wilson RFP # 2016-08 Page 21 of 25

Page 22: SECTION 16217 - · Web viewInstallation shall be in accordance with applicable requirements of the National Electric Code, local codes, and in accordance with recognized industry practices

BID SCHEDULE

The Contractor is required to comply with Article 2 of Chapter 64 of the North Carolina General Statutes, which requires that the Contractor participate in E-Verify if it has at least 25 qualified employees. The Contractor is also required to verify that its subcontractors have adequately complied with Article 2 of Chapter 64 of as well. Contractor shall provide City with any requested documentation attesting to its compliance with Article 2 of Chapter 64 of the North Carolina General Statutes.

January 30, 2017 City of Wilson RFP # 2016-08 Page 22 of 25

Page 23: SECTION 16217 - · Web viewInstallation shall be in accordance with applicable requirements of the National Electric Code, local codes, and in accordance with recognized industry practices

Material Price _____________________ Delivery Price _____________________ Sales Tax (if applicable) _____________________

Delivery Time after P. O. Issued _____________________

In Regard to Future Purchases, This Price Will Be Held Until _____________________If escalation of price applies; when and how much? _____________________

______________________________________________________________________

STATE OF NORTH CAROLINA AFFIDAVIT

COUNTY OF

**************************

I, ____________________________(the individual attesting below), being duly authorized by and

on behalf of ________________________________ (the entity bidding on project hereinafter

"Employer") after first being duly sworn hereby swears or affirms as follows:

1. Employer understands that E-Verify is the federal E-Verify program operated by the

United States Department of Homeland Security and other federal agencies, or any successor or

January 30, 2017 City of Wilson RFP # 2016-08 Page 23 of 25

Page 24: SECTION 16217 - · Web viewInstallation shall be in accordance with applicable requirements of the National Electric Code, local codes, and in accordance with recognized industry practices

equivalent program used to verify the work authorization of newly hired employees pursuant to

federal law in accordance with NCGS §64-25(5).

2. Employer understands that Employers Must Use E-Verify. Each employer, after hiring an

employee to work in the United States, shall verify the work authorization of the employee

through E-Verify in accordance with NCGS§64-26(a).

3. Employer is a person, business entity, or other organization that transacts business in

this State and that employs 25 or more employees in this State. (mark Yes or No)

a. YES _____, or

b. NO _____

4. Employer's subcontractors comply with E-Verify, and if Employer is the winning bidder on

this project Employer will ensure compliance with E-Verify by any subcontractors subsequently

hired by Employer.

This ____ day of _______________, 2013.

Signature of AffiantPrint or Type Name: _________________________

State of North Carolina County of

Signed and sworn to (or affirmed) before me, this the _____

day of ________________, 2013.

My Commission Expires:

Notary Public

(Affix O

fficial/Notarial S

eal)

January 30, 2017 City of Wilson RFP # 2016-08 Page 24 of 25

Page 25: SECTION 16217 - · Web viewInstallation shall be in accordance with applicable requirements of the National Electric Code, local codes, and in accordance with recognized industry practices

January 30, 2017 City of Wilson RFP # 2016-08 Page 25 of 25