city of kinston kinston, north carolina specifications and bid ...

100
CITY OF KINSTON KINSTON, NORTH CAROLINA SPECIFICATIONS AND BID DOCUMENTS FOR THE INSTALLATION OF THE POINT-OF-DELIVERY NO. 2 ISSUED FOR BIDS

Transcript of city of kinston kinston, north carolina specifications and bid ...

CITY OF KINSTONKINSTON, NORTH CAROLINA

SPECIFICATIONS AND BID DOCUMENTSFOR THE INSTALLATION OF THE

POINT-OF-DELIVERY NO. 2

ISSUED FOR BIDS

CITY OF KINSTONKINSTON, NORTH CAROLINA

SPECIFICATIONS AND BID DOCUMENTSFOR THE INSTALLATION OF THE

POINT-OF-DELIVERY NO. 2

ISSUED FOR BIDS

Booth & Associates, LLCConsulting Engineers5811 Glenwood Avenue, Suite 109Raleigh, North Carolina 27612Firm License No. F-0221

© November 2017

jeh1
NC
jeh1
New Stamp

15-8103-8015 TOC - 1© November 2017

CITY OF KINSTONKINSTON, NORTH CAROLINA

SPECIFICATIONS AND BID DOCUMENTSFOR THE INSTALLATION OF THE

POINT-OF-DELIVERY NO. 2

TABLE OF CONTENTS

REQUEST FOR PROPOSALNotice to Prospective Bidders ......................................................................................................N-1Definitions....................................................................................................................................D-1Instructions to Bidders .................................................................................................................IB-1General Conditions ......................................................................................................................GC-1Special Conditions .......................................................................................................................SC-1Contract ........................................................................................................................................C-1

FORM OF PROPOSALProposal .................................................................................................................................................... P – 1Terms and Conditions ............................................................................................................................. P – 2Addenda / Clarifications / Bulletins ....................................................................................................... P – 4Labor, Material and Unit Pricing Proposals .......................................................................................... P – 5Owner-Furnished Materials .................................................................................................................... P – 7Proposed Construction Schedule ............................................................................................................ P – 8Certificate of Insurance ........................................................................................................................... P – 9Copy of Contractor’s License ................................................................................................................. P – 10Form of Exceptions ................................................................................................................................. P – 11Equal Employment Opportunity Affidavit ............................................................................................ P – 12Proposed Project Management Staff ...................................................................................................... P – 13References ................................................................................................................................................ P – 13List of Subcontractors ............................................................................................................................. P – 14Bid Bond .................................................................................................................................................. P – 15City of Kinston Vendor Application Form ............................................................................................ P – 16

TECHNICAL SPECIFICATIONS 1.0 General Conditions ................................................................................................................. S - 1 2.0 Scope of Work ........................................................................................................................ S - 3 3.0 Construction Assembly Units ................................................................................................ S - 4

APPENDICESA. List of DrawingsB. Structures and EquipmentC. Conduit & Cable SchedulesD. Suggested Cables (See Section 3.11.2)E. Foundation SpecificationF. Fence SpecificationsG. Grading SpecificationsH. Forms:

1. Contractor’s Concrete Test Sample Report2. Materials Receipt3. Ground System Test

I. Vicinity Map

REQUEST FOR PROPOSALS Notice to Prospective Bidders

Definitions

Instructions to Bidders

General Conditions

Special Conditions

Contract

15-8103-8015 N - 1© November 2017

NOTICE TO PROSPECTIVE BIDDERS

Sealed Proposals for the installation of the Point-of-Delivery No. 2, complete and conforming to the biddocuments, as set forth in the Bid Schedule, will be received by the City of Kinston, North Carolina(hereinafter referred to as the Owner) at the offices of their Consulting Engineer, Booth & Associates,located at 5811 Glenwood Avenue, Suite 109, Raleigh, North Carolina 27612, on or before 2:00 PM,local time, Thursday, February 15, 2018, at which time the Proposals will be opened and read. AnyProposal 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 beobtained from the Owner's Engineer, Booth & Associates, LLC, 5811 Glenwood Avenue, Suite 109,Raleigh, North Carolina 27612, Attention: Joshua E. Hopkins, PE.

Proposals and all supporting instruments must be submitted on and in the format of the forms furnished inthe Form of Proposal of these bid documents and must be delivered in a sealed envelope addressed to theOwner. Proposals must be filled in with indelible ink. No alteration or interlineations will be permittedunless 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 carefulexamination of the bid documents on file with the Owner and with the Engineer and of all other mattersthat 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 thefollowing description must appear on the envelope in with the Proposal is submitted:

"BID FOR THE INSTALLATION OF THEPOINT-OF-DELIVERY NO. 2

2:00 PM, LOCAL TIME, THURSDAY, FEBRUARY 15, 2018

A mandatory pre-construction meeting is scheduled for Thursday, March 8, 2018 at 10:00 am, localtime, at the Point-of-Delivery No. 2 site.

Each Proposal shall be accompanied by a cashier's check, or certified check drawn on a bank or trustcompany insured by the Federal Deposit Insurance Corporation, or a Bid Bond in an amount equal to notless than five percent (5%) of the total amount of the Proposal; said deposit to be retained by the Owneras liquidated damages in event of failure of the Successful Bidder to execute the Contract within ten (10)days after the award.

The Owner reserves the rights to (1) waive minor irregularities or minor errors in any Proposal if itappears to the Owner that such irregularities or errors were made through inadvertence. Any suchirregularities 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 dateof 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 anySchedule(s) individually or collectively from the Bid Schedules.

CITY OF KINSTONKINSTON, NORTH CAROLINA

By: Mr. Tony Sears Date: January 18, 2018City Manager

15-8103-8015 D - 1© November 2017

DEFINITIONS

Whenever the following terms or pronoun in place of them are used in these "Instructions to Bidders", "Formof Proposal", "Technical Specifications", "Contract", bond, etc., the intent and meaning shall be interpretedas follows:

Owner City of KinstonKinston, North Carolina

City Manager Mr. Tony Sears

Consulting Engineer Booth & Associates, LLC

Observer An authorized representative of the Owner assigned to make any orall necessary observations of work performed and equipment and/orapparatus furnished by the Bidder

Bidder Any individual, firm, or corporation submitting a Proposal for thework contemplated, acting directly or through a duly authorizedrepresentative; or party of the second part of the Contract, actingdirectly or through a duly authorized representative

Subcontractor An individual, firm, or corporation who contracts with the Bidder toperform part of the latter's Contract

Surety The body, corporate or individual, approved by the Owner, which isbound with and for the Bidder who is primarily liable and whichengages to be responsible for his acceptable performance of thework for which he has contracted

Form of Proposal, Proposal The approved, prepared form on which the Bidder is to submit orhas submitted his Proposal for the work contemplated

Bid Security To all bids there shall be attached cash, cashier's check, or certifiedcheck from the Bidder upon a bank or trust company insured by theFederal Deposit Insurance Corporation or in lieu thereof, a BidBond

Plans, Drawings All Drawings or reproductions of Drawings pertaining to theconstruction under the Contract

Technical Specifications The directions, provisions, and requirements contained hereinpertaining to the method and manner of performing the work or tothe quantities and qualities of materials to be furnished under theContract

Contract The agreement covering the furnishing of equipment and/orapparatus and the performance of the work. The Contract shallinclude the "Instructions to Bidders", "General Conditions", "Formof Proposal", "Plans", "Technical Specifications", andAcknowledgments

Performance Bond The approved form of security to be approved by the Ownerfurnished by the Bidder and his Surety as a guarantee of good faithon the part of the Bidder to accept the work in accordance with theterms of the Specifications and Contract

15-8103-8015 D - 2© November 2017

Payment Bond The approved form of security to be approved by the Ownerfurnished by the Bidder and his Surety as a guarantee for paymentof all Subcontractors on the part of the Bidder in acceptance of thework in accordance with the terms of the Specifications andContract

Work The performance of the project covered by the Specifications or thefurnishing of labor, machinery, equipment, tools, or any otherarticle or item being purchased by the Owner

Emergency A temporary unforeseen occurrence or combination ofcircumstances which endangers life and property and calls forimmediate action or remedy

Work at Site of Project Work to be performed, including work normally done on thelocation 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 beconsidered as having any bearing on the interpretations thereof.

15-8103-8015 IB - 1© November 2017

INSTRUCTIONS TO BIDDERS

1.0 Proposals

1.1 Only those Proposals made in accordance with these instructions will be considered.

1.2 Bids not received on Booth & Associates, LLC Form of Proposal contained herein will beconsidered unresponsive. The forms shall be filled out complete; any omissions may causethe entire Proposal to be rejected.

1.3 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 detailedin the Terms and Conditions. The Bidder may retain one (1) copy, but the original, fullyexecuted, must be inserted in or attached to the Bid Documents. Also, one (1) additionalcopy of all executed forms and supporting information shall be supplied.

1.4 Proposals must be enclosed in a sealed envelope, addressed to the Owner. The outside of theenvelope must be marked as required in the "Notice to Prospective Bidders" and the Bidder'sname, bid opening date and time and the Bidder's license number shall be shown thereon.

1.5 Additional copies of these Specifications may be obtained upon request from the Engineerby approved Bidders upon payment of a fifty dollar ($50.00) non-refundable fee per copy.

1.6 Proposals shall include a Form of Exceptions utilizing forms provided which shall itemizeeach and every exception from the Specifications. The Form of Exceptions shall state thesection, subsection, and paragraph designations from the part of the Specifications to whichexception is taken and explain in detail the nature of the exception. A copy of this Form ofExceptions is included in the Form of Proposals. Exceptions will not necessarily eliminate aBidder from consideration, even if bids without exceptions are received from others. Thetreatment of exceptions will be based entirely on the overall best interests of the Owner.

1.7 Modifications to bids must be by removal of the Bidder's original bid and the submittal of acompletely revised bid package in full compliance with the Drawings, Specifications, andBid Documents. This is required prior to the time of opening bids. No oral or telephonicProposals will be accepted.

1.8 Should the Bidder find discrepancies in or omissions from the Drawings or Documents orshould he be in doubt as to their meaning, he shall at once notify the Engineer who will sendwritten instructions to all Bidders. Neither the Owner nor the Engineer will be responsiblefor any oral instructions. If Plans and Specifications are found to disagree after Contract isawarded, the Engineer shall be the judge as to what was intended. The Successful Bidder ishereby made responsible for the furnishing of the necessary labor, tools and equipmentreasonably inferred or evidently necessary for the proper execution and completion of thework; for any additional work involved in the correction of apparent errors orinconsistencies, and in executing the true intent and meaning of the Drawings andSpecifications as interpreted by the Engineer and all such labor and equipment shall beprovided at the Contractor's expense, and under no condition will any such labor andequipment be allowed as an extra.

If, within 24 hours after bids are opened, any Bidder files a duly signed written notice with theOwner and promptly thereafter demonstrates to the reasonable satisfaction of the Owner that therewas a substantial mistake in the preparation of its bid, that Bidder will not be permitted to modify itsbid, but may withdraw its bid in its entirety, and the Bid Security will be returned. Thereafter, thebidder will be disqualified from further bidding on the installation of the project herein specified.

2.0 Payment

Payment by the Owner to the Successful Bidder shall be made periodically based on the actualpercentage of completion, and it is demonstrated that any equipment or materials furnished meets theSpecifications.

15-8103-8015 IB - 2© November 2017

Invoices for labor shall be submitted in triplicate to the Owner’s Engineer for review and approval.There shall be a ten-percent (10%) retainage until the equipment and installation, as perSpecifications, have been approved and accepted by the Owner and the Owner's Engineer.

The address for submittal of all invoices is Booth & Associates, LLC, at 5811 Glenwood Avenue,Suite 109, Raleigh, North Carolina 27612, Attention: Joshua E. Hopkins, PE.

3.0 Bid Security

3.1 Each Proposal shall be accompanied by a cashier's check, or certified check drawn on a bankor trust company insured by the Federal Deposit Insurance Corporation, or a Bid Bond in anamount equal to not less than five percent (5%) of the total amount of the Proposal; saiddeposit to be retained by the Owner as liquidated damages in event of failure of theSuccessful Bidder to execute the Contract within ten (10) days after the award.

3.2 Bid Bond shall be conditioned that the Surety will upon demand forthwith make payment tothe Obligee upon said Bond if the Bidder fails to execute the Contract in accordance with theBid Bond, and upon failure to immediately make payment, the Surety shall pay to theObligee an amount equal to double the amount of said Bond. Standard Form of Bid Bond isincluded in these Specifications.

3.3 Only one (1) bid Surety is required, the amount of which shall be based on the total amountof all bid schedules.

4.0 Bulletins and Addenda

Any bulletins issued during the time of bidding or addenda to Specifications are to be consideredcovered in the Proposal, and in executing a Contract will become a part thereof. Receipt of addendashall be acknowledged by the Bidder in the Form of Proposal.

5.0 Award of Contract

5.1 The award of the Contract will be made to the lowest acceptable Bidder as soon aspracticable. The bid shall be awarded to the Bidder who, in the judgment of the Owner,offers the best value to the Owner. Factors to be considered by the Owner are specified inParagraph 5.3. The Owner reserves the right to reject any and all bids.

5.2 The Owner reserves the right to waive minor irregularities or minor errors in any Proposal ifit 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 itsacceptance by the Owner.

5.3 In estimating the lowest cost to the Owner as one of the factors in deciding the award of theContract, the Owner will consider, in addition to the prices quoted in the Proposal, thefollowing:

1. Completion date,

2. Adherence to the Plans and Specifications,

3. Contractor capabilities, crew experience, and past performance,

4. Conditional quotations (Only firm fixed prices in U.S. dollars),

5. Any additional factors deemed appropriate by the Owner.

5.4 In the event the Bidder proposes any change or deviation from the Engineer's Plans andSpecifications, such proposed changes or deviations must be submitted at the time bids areopened on the Form of Exceptions included. The Owner reserves the right to reject anyproposed changes or deviations. All exceptions must be stated on the Form of Exceptions.Failure to provide a Form of Exceptions with the Proposal shall imply strict adherence to alldetails of the Plans and Specifications.

15-8103-8015 IB - 3© November 2017

5.5 The Contract, when awarded, shall be deemed to include the Specifications for theequipment, and the Bidder shall not claim any modification thereof resulting from anyrepresentative or promise made at any time by any officer, agent, or employee of the Owneror by any other person.

6.0 Performance and Payment Bonds

6.1 The Successful Bidder shall be required to furnish separate Performance and Payment Bondsexecuted on the forms bound herein in amounts at least equal to one hundred percent (100%)of the Contract price as security for the faithful performance of this Contract and as securityfor the payment of all persons performing labor and furnishing materials and equipment inconnection with this Contract.

6.2 Performance and Payment Bonds shall be with a Surety company authorized and licensed todo business in the State of North Carolina and shall be for the full Contract sum.

7.0 Examination of Conditions

Prior to the submission of the Proposal, the Bidder shall make and shall be deemed to have made acareful 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.

8.0 Subcontractors

The Bidder shall include in the Proposal a listing of all subcontractors (if any) and their respectivesupport services to be utilized during the course of the project. All subcontractors will be subject toapproval by the Owner and Engineer.

9.0 Completion

a. The award of this Contract shall be issued as soon as possible, subsequent to the bidopening, by issuance of written contract to the Contractor by the Engineer or notificationfrom the Owner. Work on the projects shall begin within fifteen (15) days after award ofContract.

b. The starting date for the projects’ on-site activities can begin as soon as practical after awardof bid.

c. Time for completion shall be extended for delays due to bad weather days or other specialcases with the written consent of the Owner and/or Engineer.

d. All construction under this Contract must be completed on or before Tuesday, June 19,2018.

e. The Contractor shall include in the Proposal a project construction schedule using thecompletion date above, indicating each major construction activity with duration and thetotal number of calendar days of construction time he proposes to perform his work based onthe above completion date.

10.0 Liquidated Damages

Time is of the essence, and it is critical that the work be performed on schedule and time is allowedfor the completion of the work in the Contract Agreement included herewith. Damages for delayshall be at the rate of three thousand dollars ($3,000.00) per calendar day for failure of the Contractorto complete the work within the Construction Schedule. No credit shall be given for earlycompletion of the work.

15-8103-8015 IB - 4© November 2017

11.0 Bids to be Retained

No bid may be withdrawn after the scheduled closing time for the receipt of bids for a period of sixty(60) days pending the execution of a Contract by the Successful Bidder. Should the SuccessfulBidder default and not execute a Contract, the Contract will be offered to the next lowest responsibleBidder.

12.0 Delivery Location

The prices quoted shall include delivery of any Contractor-furnished materials and equipment to theproject site, and complete installation of said materials and equipment and installation of the Owner-furnished materials. The location of the station is shown on the Vicinity Map in the Appendices.

13.0 Form of Proposal

Those bids not received on the Booth & Associates, LLC Form of Proposal contained herein will beconsidered unresponsive. The forms shall be filled out completely. Any omissions may cause theentire Proposal to be rejected.

14.0 Contractor's Insurance

14.1 General LiabilityCommercial General Liability Insurance, (with coverage consistent with ISO Form CG 0001 12 07 or its equivalent) with a limit of not less than One Million Dollars ($1,000,000) peroccurrence and Two Million Dollars ($2,000,000) per project or per location generalaggregate, and a deductible or self-insured retention not to exceed Twenty-five ThousandDollars ($25,000) per occurrence, covering liability for bodily injury and property damage,arising from premises, operations, independent contractors, personal injury/advertisinginjury, contractual liability, and products/completed operations for not less than two (2)years from the Substantial Completion Date.

14.2 Automobile LiabilityCommercial Automobile Liability Insurance, including coverage for liability arising out ofthe use of owned (if any), non-owned, leased or hired automobiles, for both bodily injuryand property damage in accordance with Applicable Legal Requirements, with a limit of notless than One Million Dollars ($1,000,000) combined single limit per occurrence.

14.3 Workers CompensationWorker’s Compensation Insurance, with statutory limits, covering all of Subcontractor’semployees, on terms and conditions as required by applicable Law and imposed by worker’scompensation, occupational disease or similar laws, including the Longshore and HarborWorkers’ Act, the Federal Employers’ Liability and the Jones Act, if applicable.

14.4 Employers LiabilityEmployers’ Liability Insurance with limits of not less than One Million Dollars ($1,000,000)each accident for bodily injury by accident, One Million Dollars ($1,000,000) eachemployee for bodily injury by disease, and One Million Dollars ($1,000,000) policy limit.

14.5 Umbrella LiabilitySubcontractor must provide an Umbrella form (not Excess Liability form) that providesadditional liability for underlying General Liability, Auto Liability, and Employer Liability.• Level 1 Contracts (Contract Value $200,000 to $499,999) - $1,000,000• Level 2 Contracts (Contract Value $500,000 to $999,999) - $3,000,000• Level 3 Contracts (Contract Value $1,000,000 & up)- $5,000,000

14.6 Additional RequirementsTo the extent permitted by applicable Laws, all above-mentioned insurance policies shallprovide the following:• be primary and non-contributory to any other liability insurance carried by the Owner;• contain cross-liability coverage as provided under standard ISO Forms’ separation of

insureds clause (with the exception of the Workers’ Compensation policy);

15-8103-8015 IB - 5© November 2017

• provide for a waiver of all rights of subrogation which Subcontractor’s insurance carriers• might exercise against Indemnified Parties;• any Excess or Umbrella liability coverage will not require contribution before it will

apply; and,• include coverage for Subcontractors with no exclusion of coverage for failure to comply

with any Subcontractor Warranty Endorsements.The General and Automobile Liability Insurance referenced above shall be endorsed toinclude the following:• The Owner and Facility Lenders, including the directors, officers, Affiliates, agents,

representatives, employees, subsidiaries, successors, and assigns of each (“AdditionalInsureds”) shall be named Additional Insured. The general liability policy shall beendorsed using the ISO Form CG 2010 07 04 and CG 2037 07 04 or their equivalent;

• The coverage afforded Additional Insureds shall be primary as respects any claims,losses, damages, expenses or liabilities arising out of, relating to in any way, or incidentto the Work or any activities of Subcontractors at the Site, regardless whether institutedagainst Owner alone or jointly with the Subcontractors or others, and noncontributingwith any other insurance maintained by Additional Insureds; and,

• Additional Insureds shall be given (i) thirty (30) days’ advance written notice ofcancellation or non-renewal of the policy by the Contractor (other than for non-paymentof premium) and (ii) ten (10) days’ notice for cancellation due to non-payment ofpremium.

15.0 Contractor’s License

In accordance with the State of North Carolina General Statues, Contractors performing work of thiscaliber in the State must be licensed to do so. A current copy of the Contractor’s State of NorthCarolina Board for General Contractor’s License must be submitted with this Proposal in the Formof Proposal. Additionally, a valid license must be maintained during the course of the work.

Contractor represents and warrants that it is fully experienced in projects of the nature, scope andmagnitude of the Work, properly qualified, registered, licensed, equipped, organized and financed toperform the Work.

15-8103-8015 GC - 1© November 2017

GENERAL CONDITIONS

1.0 Drawings and Specifications

The Drawings and Specifications are complementary, one to the other. That which is shown on theDrawings or called for in the Specifications shall be as binding as if it were both called for andshown. The intention of the Drawings and Specifications is to include all labor, materials,transportation, equipment and any and all other items necessary to do a complete job which mayinclude manufactured items and field service assistance. In case of discrepancy or disagreement inthe Contract, the order of precedence shall be: Contract, Specifications, Drawings.

2.0 Clarifications and Detailed Drawings

In such cases where the nature of the work requires clarification by the Engineer, such clarificationshall be furnished by the Engineer with reasonable promptness by means of written instructions orDetail Drawings or both. Clarifications and Drawings shall be consistent with the intent of ContractDocuments, and shall become a part thereof.

3.0 Change in Drawings and/or Specifications

The Owner, or the Engineer on behalf of the Owner, may make changes to Drawings and/orSpecifications after award of the Contract or while construction is in progress. The compensation forsuch changes shall be agreed upon in writing between the Contractor and the Owner prior tocommencement of work involving the change. No payment shall be made to the Contractor forcorrecting work not in compliance with Specifications. Once the change of work has been agreedupon between all parties, the Engineer will initiate a change order.

Records of conditions above and below ground, water records or other observations which may havebeen made by or for Owner shall be made available to Contractor for its information, upon request.Site subsurface conditions which differ materially from the results reasonably indicated in anyreports furnished by Owner or undertaken by Contractor shall be deemed to be changed work.

Except as otherwise set forth in the Contract, all loss or damage to Contractor arising out of theWork or from the action of the elements, or from any unforeseen circumstance in the prosecution ofthe Work including inefficiencies or claims of inefficiencies, shall be sustained and borne byContractor at its own cost and expense.

4.0 Copies of Bid Documents

The Engineer will furnish free of charge to each pre-qualified Bidder one (1) copy of bid documents.Additional sets of these Specifications for approved Bidders, and sets for Bidders seeking approvalmay be obtained upon request for a non-refundable payment of Fifty Dollars ($50) per set.

5.0 Working Drawings and Specifications at the Job Site

Contractor shall maintain, in readable condition at his office, one (1) complete set of as-builtworking Drawings and Specifications for his work. Such Drawings and Specifications shall beavailable for use by the Engineer or Owner. During the course of construction, the Contractor willwork diligently to keep the Owner abreast of electric system conditions, so as not to interfere withnormal or emergency operations.

6.0 Ownership of Drawings and Specifications

All Drawings and Specifications are instruments of service and remain the property of the Engineerwhose name appears thereon. The use of these instruments on work other than this Contract withoutpermission is prohibited. All copies of Drawings and Specifications other than Contract copies shallbe returned to the Engineer upon request after completion of the work.

7.0 Materials, Equipment, And Employees

7.1 The Contractor shall, unless otherwise specified, supply and pay for all labor, equipment,transportation, tools, apparatus, lights, heat, sanitary facilities, water, and incidentalsnecessary for the entire proper and substantial completion of his work. The Contractor shall

15-8103-8015 GC - 2© November 2017

install, maintain, and remove all equipment of the construction and be responsible for thesafe, proper, and lawful construction, maintenance, and use of same. The Contractor shallconstruct, in the best and most workmanlike manner, a complete job and everythingincidental thereto, as shown on the Plans, stated in the Specifications, or reasonably impliedthere from, all in accordance with the Contract Documents. Some of the major materialitems required for the work will be furnished by the Owner as outlined in the TechnicalSpecifications. All other necessary materials are to be furnished by the Contractor asoutlined in the Technical Specifications.

7.2 The Contractor shall not re- use any “removed” materials in the completion of this projectunless indicated as a transfer unit on the construction drawings. Materials damaged or lostduring construction of the work due to carelessness of the Contractor’s personnel, shall bereplaced in kind by the Contractor at no cost to the Owner.

7.3 If at any time during the construction and completion of the work covered by theseSpecifications, the conduct of any workman of the various crafts is adjudged ungentlemanlyand a nuisance to the Owner or the Engineer, or if any workman is considered incompetentor detrimental to the work, the Contractor shall order such parties to be immediatelyremoved from the grounds.

7.4 Any superintendent or foreman of the Contractor who ignores or refuses to follow writteninstructions of the Owner or the Engineer or his representative at the site shall beimmediately removed and replaced.

7.5 The Contractor shall ensure that at all times he has sufficient crew compliments, both interms of numbers and experience of personnel to perform work tasks safely, both for workersand the general public. Any instance noted to the contrary of this requirement may result inthe complete shutdown of work on the project.

8.0 Royalties, Licenses, and Patents

It is the intention of the Contract Documents that the work covered herein will not constitute in anyway on an infringement on any patent whatsoever. The Contractor shall protect and save harmlessthe Owner against suit on account of alleged or actual infringement. The Contractor shall pay allroyalties and/or license fees required on account of patented articles or processes, whether or not thepatent rights are evidenced hereinafter.

9.0 Indemnification

9.1 To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify andhold harmless the Owner, Engineer, Engineer’s Consultants and the officers, directors,employees, agents and other consultants of each and any of them from and against all claims,costs, losses and damages (including but not limited to all fees and charges of engineers,architects, attorneys and other professionals and all court or arbitration or other disputeresolution costs) caused by, arising out of or resulting from the performance of the Work,provided that any such claim, cost, loss or damage: (a) is attributable to bodily injury,sickness, disease or death, or to injury to or destruction of tangible property (other than theWork itself), including the loss of use resulting there from, and (b) is caused in whole or inpart by any negligent act or omission of Contractor, any Subcontractor, any Supplier, anyperson or organization directly or indirectly employed by any of them to perform or furnishany of the Work or anyone for whose acts any of them may be liable, regardless of whetheror not caused in part by any negligence or omission of a person or entity indemnifiedhereunder or whether liability is imposed upon such indemnified party by Laws andRegulations regardless of the negligence of any such person or entity.

9.2 In any and all claims against the Owner or Engineer or any of their respective consultants,agents, officers, directors or employees by any employee (or the survivor or personalrepresentative of such employee) of Contractor, any Subcontractor, any Supplier, any personor organization directly or indirectly employed by any of them to perform or furnish any ofthe Work, or anyone for whose acts any of them may be liable, the indemnification

15-8103-8015 GC - 3© November 2017

obligation under paragraph 9.1 shall not be limited in any way by any limitations on theamount or type of damages, compensation or benefits payable by or for Contractor or anysuch Subcontractor, Supplier or other person or organization under workers’ compensationacts, disability benefit acts or other employee benefit acts.

9.3 The indemnification obligations of Contractor under paragraph 9.1 shall not extend to theliability of Engineer and Engineer’s Consultants, officers, directors, employees, or agentscaused by the professional negligence, errors, or omissions of any of them.

10.0 Surveys

Unless otherwise specified, the Owner, through their Engineer, will furnish all surveys and locationsfor locating the principal component parts of the work. Stakes missing at the time of constructionwill be replaced within a reasonable amount of time after notification by the Contractor.

11.0 Uncorrected Faulty Work

The Contractor shall be notified of faulty or damaged work and shall have the option to respond in areasonable period of time. Should the correction of faulty or damaged work be consideredinadvisable or inexpedient by the Owner or the Engineer, the Owner shall be reimbursed by theContractor for the same by a deduction in the Contract prices arrived at by a fair estimate of theprobable cost of correction, approved by the Engineer.

12.0 Delays and Extension of Time

12.1 The time to be allowed for construction of these facilities is stated in the Instructions toBidders. The Contractor, upon notice of award of Contract, shall prepare a constructionschedule based on the allowed time, and submit such schedule to the Engineer for approval.A Pre-Construction Conference will be scheduled for all parties concerned. All constructionmust be completed by Tuesday, June 19, 2018.

12.2 If the Contractor is delayed at any time in the progress of the work by any act of negligenceby the Owner or the Engineer, or by any separate Contractor employed by the Owner or bychanges ordered in the work, then the time of completion shall be extended for suchreasonable time as the Engineer may decide.

12.3 No extension of time for completion will be made for ordinary delays and accidents.Extensions may be granted for delays ordered by the Owner or the Engineer if the requesthas been made in writing within forty-eight (48) hours after the order to cease work has beengiven.

13.0 Liquidated Damages

Time is of the essence, and it is critical that the work be performed on schedule and time is allowedfor the completion of the work in the Contract Agreement included herewith. Damages for delayshall be at the rate of three thousand dollars ($3,000.00) per calendar day for failure of the Contractorto complete the work within the Construction Schedule. No credit shall be given for earlycompletion of the work.

14.0 Correction of Work Before Final Payment

14.1 Any work, materials, or other parts of the work which have been condemned or declared notin accordance with the Contract by the Owner or the Engineer shall be removed from thework site by the Contractor and shall be immediately replaced by new work in accordancewith the Contract at no additional cost to the Owner. Work or property of others or theOwner damaged or destroyed by virtue of such faulty work shall be made good at theexpense of the Contractor whose work is faulty.

14.2 Correction of condemned work described above shall commence within twenty-four (24)hours after receipt of notice from the Owner or the Engineer and shall be pursued tocompletion.

15-8103-8015 GC - 4© November 2017

14.3 Final payment will not be made until certificates of the Engineer have been duly issued.

15.0 Correction of Work AFTER Final Payment

Neither the final certificate, final payment, acceptance of the premises by the Owner, nor anyprovision of the Contract, nor any other act or instrument of the Owner or Engineer shall relieve theContractor from responsibility for negligence, or faulty materials or workmanship, or failure tocomply with the Drawings and Specifications. He shall correct or make good any defects due theretoand repair any damage resulting there from which may appear during the period of the guaranteefollowing final acceptance of the work by the Owner. The Owner will report any defects as theymay appear to the Engineer who will give the instructions for a time limit for completion ofcorrections to the Contractor.

16.0 The Owner’s Right to Perform Work

The Owner may perform or have performed by others work which is described in the Specificationsto be performed by the Contractor, due to early delivery of equipment prior to the execution of thisContract. Upon the execution of the contract, the work performed will be deducted from theContractor’s price by the unit price set forth in the Form of Proposal.

If during the progress of the work or during the period of guarantee, the Contractor fails to executethe work properly or to perform any provision of the Contract, the Owner, after five (5) days’ writtennotice to the Contractor from the Engineer or the Owner, may perform or have performed thatportion of the work and may deduct the cost thereof from any amounts due or to become due theContractor, such action and cost of same having been first approved by the Engineer. Should thecost of such action of the Owner exceed the amount due or to become due the Contractor, then theContractor or his surety, or both, shall be liable for and shall pay to the Owner the amount of saidexcess.

17.0 Contractor's Affidavit

The final payment of retained amount due the Contractor on account of the Contract shall notbecome due until the Contractor has furnished to the Owner, with a copy to the Engineer, an affidavitsigned, sworn and notarized to the effect that all payments for materials, services, or any other reasonin connection with his Contract have been satisfied and that no claims or liens exist against theContractor in connection with this Contract. In the event that the Contractor cannot obtain similaraffidavits from Subcontractors to protect the Contractor and the Owner from possible liens or claimsagainst the Subcontractor, the Contractor shall state in his affidavit that no claims or liens existagainst any Subcontractor to the best of his (the Contractor's) knowledge and if any appearafterwards, the Contractor shall save the Owner harmless on account thereof.

18.0 Assignments

The Contractor shall not assign any portion of this Contract nor subcontract it in its entirety. Exceptas may be required under terms of the Payment and/or Performance Bond, no funds or sums ofmoney due or to become due the Contractor under this Contract may be assigned.

19.0 Guarantee

The Contractor shall guarantee his work against defect due to faulty workmanship or negligence fora period of two (2) years following final acceptance of the work. He shall make good such defectiveworkmanship and any damage resulting therefrom without cost to the Owner.

20.0 Engineer’s StatusThe Engineer has authority to stop the work whenever such stoppage may be necessary to insure theproper execution of the Contract. He shall also have authority to reject all work and materials whichdo not conform to the Contract, to direct the application of forces to any portion of the work as in hisjudgment is required, to order the forces increased or diminished, and to decide questions which arisein the execution of the work.The Engineer is the interpreter of the conditions of the Contract and the judge of its performance,and he shall use his powers under the Contract to enforce its faithful performance.

15-8103-8015 GC - 5© November 2017

21.0 Engineer’s DecisionsThe Engineer shall, within a reasonable time after their presentation to him, make decisions on allclaims of the Contractor and on all other matters relating to the execution and progress of the workor the interpretation of the Contract Documents. All such decisions by the Engineer shall be final.

22.0 Right-Of-WayThe Owner will obtain all easements and/or rights-of-way required for the project.

23.0 AccidentsThe Contractor shall provide at the site such equipment and medical facilities as are necessary tosupply first-aid service to anyone who may be injured in connection with the work. The Contractorwill provide a written report to the Owner of all accidents within twenty-four (24) hours of the event.

24.0 Equal Employment Opportunity

During the performance of this Contract, the Contractor agrees as follows:

24.1 The Contractor will not discriminate against any employee or applicant for employmentbecause of race, color, religion, sex, national origin, political affiliation or belief, age, orphysical handicap. The Contractor will take affirmative action to ensure that applicants areemployed and that employees are treated during employment without regard to race, color,religion, sex, national origin, political affiliation or belief, age, or physical handicap. Suchaction shall include but not be limited to the following employment, upgrading, demotion ortransfer, recruitment or recruitment advertising, layoff or termination, rates of pay or otherforms of compensation and selection for training, including apprenticeship. The Contractoragrees to post in conspicuous places available to employees and applicants for employmentnotices setting forth the provisions of the nondiscrimination clause.

24.2 The Contractor will, in all solicitations or advertisements for employees placed by or onbehalf of the Contractor, state that all qualified applicants will receive consideration foremployment without regard to race, color, religion, sex, national origin, political affiliationor belief, age, or physical handicap.

24.3 The Contractor will send to each labor union or representative of workers with which he hasa collective bargaining agreement or other contract or other understanding, a noticeadvertising the labor union or workers' representative of the Contractor's commitments underthe Equal Employment Opportunity Section of this Contract and shall post copies of thenotice in conspicuous places available to employees and applicants for employment.

24.4 In the event of the Contractor's noncompliance with the nondiscrimination clauses of thisContract or with any of such rules, regulations, or orders, this Contract may be canceled,terminated, or suspended in whole or in part and the Contractor may be declared ineligiblefor further Owner contracts.

15-8103-8015 SC - 1© November 2017

SPECIAL CONDITIONS

1.0 Defective Workmanship

The acceptance of any workmanship by the Owner shall not preclude the subsequent rejectionthereof if such workmanship shall be found to be defective after installation, and any suchworkmanship found defective before final acceptance of the work or within two (2) years aftercompletion shall be remedied or replaced, as the case may be, by and at the expense of theContractor. In the event of failure by the Contractor to do so, the Owner may remedy such defectiveworkmanship and in such event the Contractor shall pay to the Owner the cost and expense thereof.The Contractor shall not be entitled to any payment hereunder so long as any defectiveworkmanship, of which the Contractor shall have had notice, shall not have been remedied orreplaced, as the case may be.

2.0 Materials

At or prior to the commencement of construction, the Owner shall make available to the Contractorall materials which the Owner has on hand, and from time to time as such additional deliveries ofmaterials, if any, are received by the Owner, the Owner shall make such materials available to theContractor; Provided, however, that the Contractor or his authorized representative shall give to theOwner a receipt in such form as the Owner shall approve for all materials furnished to the Contractorby the Owner. Upon completion of the project, the Contractor shall return all materials furnished bythe Owner which are in excess of those required for the construction. Excess will be determined bycomparison of Contractor's material receipts with final inventory as approved by the Owner. TheContractor shall also return to the Owner all material, usable and scrap, removed during construction.The Contractor will reimburse the Owner, at the current invoice cost to the Owner, for loss and/orbreakage resulting from Contractor's negligence, of materials furnished to the Contractor by theOwner.

The winning Bidder will use the material package supplied by the Owner. The structures andequipment list is located in the Appendices.

3.0 Defective Materials (Supplied by Contractor)

3.1 All materials supplied by the Contractor shall be subject to the inspection, tests and approvalof the Owner. The Contractor shall furnish all information required concerning the nature orsource of any materials and provide adequate facilities for testing and inspecting thematerials at the plant of the Contractor.

3.2 The materials furnished hereunder shall become the property of the Owner when delivered atthe point to which shipment is to be made. The Owner may, however, reject any materialsand/or warranties of the Contractor and manufacturers. Recognition and subsequentrejection of any defective materials may occur either before or after incorporation of suchmaterials into the work, provided such rejection is made within one (1) year of date ofdelivery of the materials. Upon any such rejection, the Contractor shall replace the rejectedmaterials with materials complying with the Specification for Materials and warranties at thesubstation site. The Owner shall return the rejected materials F.O.B. truck at the samedestination. In the event of the failure of the Contractor to so replace rejected materials, theOwner shall make such replacement and the cost and expense thereof shall be paid by andrecoverable from the Contractor.

4.0 Storage of Materials

The substation structures, equipment, poles, and hardware for this construction will be delivered andstored at the Station site, shown on the Vicinity Map in the Appendices. All driveways and publicroadways must be kept clear. No parking, storage or staging of materials shall be placed in adriveway or roadway, causing said roadway impassable any time.

15-8103-8015 SC - 2© November 2017

5.0 Protection to Persons and Property

The Contractor shall at all times take all reasonable precautions for the safety of employees on thework and of the public, and shall comply with all applicable provisions of Federal, State, andMunicipal safety laws and building and construction codes, as well as the safety rules andregulations of the Owner. All machinery and equipment and other physical hazards shall be guardedin accordance with the "Manual of Accident Prevention in Construction" of the Associated GeneralContractors of America unless such instructions are incompatible with Federal, State, or Municipallaws or regulations.

The following provisions shall not limit the generality of the above requirements:

5.1 The Contractor shall so conduct the substation construction as to cause the least possibleobstruction of public highways or streets.

5.2 The Contractor shall provide and maintain all such guard lights and other protection for thepublic as may be required by applicable statutes, ordinances, and regulations or by localconditions.

5.3 The Contractor shall do all things necessary or expedient to protect properly any and allparallel, converging, and intersecting lines, joint line poles, highways, railways and any andall property of others from damage, and in the event that any such parallel, converging andintersecting lines, joint line poles, highways, railways or other property are damaged in thecourse of the construction of the line, the Contractor shall at his own expense immediatelyrestore any or all of such damaged property to as good a state as before such damageoccurred.

5.4 The Contractor shall enter and exit the right-of-way at those locations specified by Owner orthe Engineer.It shall be the responsibility of the Contractor to maintain safe and unobstructed control oftraffic along all state roads, highways, and all other streets within the project area. TheContractor shall obtain sufficient and suitable traffic cones, barriers, warning signs, andother devices necessary to maintain a safe work environment for crews and the generalpublic. Traffic control must be provided for in accordance with the Manual of UniformTraffic Control Devices (MUTCD), the North Carolina Department of Transportation (NCD.O.T.) Supplement to the MUTCD, all local ordinances, and as approved by local and stateauthorities.

5.5 All ditches and access ways disturbed shall be returned to their pre-existing condition at theend of construction.

5.6 Any and all excess earth, rock, debris, underbrush, and other useless material shall beremoved by the Contractor from the site of the work as rapidly as practicable as the workprogresses.

5.7 Before beginning work in or around any areas where underground facilities are known toexist, the Contractor shall locate all such facilities including water, sewer, gas, telephone andelectrical lines.

5.8 Upon violation by the Contractor of any provisions of this section, after written notice ofsuch violation given to the Contractor by the Owner, the Contractor shall immediatelycorrect such violation. Upon failure of the Contractor to do so, the Owner may correct suchviolation at the Contractor's expense.

5.9 The Contractor shall submit to the Owner monthly reports in duplicate of all accidents,giving such data as may be prescribed by the Owner.

6.0 Supervision and Inspection

6.1 The Contractor shall cause the construction work to receive constant supervision by acompetent superintendent (hereinafter called the "Superintendent") who shall be present atall times during working hours where construction is being carried on. The Contractor shall

15-8103-8015 SC - 3© November 2017

also employ, in connection with the construction of the substation capable, experienced, andreliable foremen and such skilled workmen as may be required for the various classes ofwork to be performed. Directions and instructions given to the Superintendent by the Ownershall be binding upon the Contractor.

6.2 The Owner reserves the right to require the removal from the project of any employee of theContractor if, in the judgment of the Owner, such removal shall be necessary in order toprotect the interest of the Owner. The Owner shall have the right to require the Contractor toincrease the number of his employees and to increase or change the amount or kind of toolsand equipment if at any time the progress of the work shall be unsatisfactory to the Owner;the failure of the Owner to give any such directions shall not relieve the Contractor of hisobligations to complete the work within the time and in the manner specified in thisProposal.

6.3 The manner of performance of the work, and all equipment used therein, shall be subject tothe inspection, tests and approval of the Owner. The Contractor shall have an authorizedagent accompany the Owner when final inspection is made and, if requested by the Owner,when any other inspection is made.

6.4 In the event that the Owner shall determine that the construction contains or may containnumerous defects, it shall be the duty of the Contractor, if requested by the Owner to have aninspection made by the Engineer for the purpose of determining the exact nature, extent, andlocation of such defects.

7.0 Temporary Construction

All temporary construction required to accomplish the work covered in these Specifications shall bethe sole responsibility of the Contractor. The Contractor shall furnish all labor and materialsnecessary for temporary construction including the installation and removal of structures, poles,insulators, hardware, guys, anchors, etc. All materials used for temporary construction shall beremoved from the site as soon as practicable and the site restored to as good a state as before suchconstruction. All temporary materials supplied by the Contractor will remain the property of theContractor. All temporary construction shall be performed and shall adhere to the same safety andcode requirements as the proposed work and shall be covered by all requirements of these Plans,Specifications, and Contract Documents.

No extra pay item will be issued for temporary construction, or for subsequent removal of same.

8.0 Normal Work Week

8.1 The Contractor shall provide the Owner quoted prices on a per-hour basis, for variouspersonnel and equipment, assuming a normal work week as being forty (40) hours.

8.2 The Contractor shall state in the Proposal his normal work week for the project.

8.3 Work on weekends or generally accepted holidays will only be allowed if specific outagearrangements are required or the Contractor falls behind in meeting the project’s scheduledcompletion date.

8.4 The Contractor will not be paid for inclement weather days or for travel time to and from thejob site, unless expressly requested by the Contractor as a written stipulation to his originalProposal.

9.0 Job-Site Obligations

9.1 Except as otherwise provided in the Contract, necessary sanitary conveniences for use by theContractor's employees and Subcontractors at the Jobsite shall be furnished and maintainedby the Contractor in such manner and at such locations as shall be approved by the CompanyRepresentative and their use shall be strictly enforced.

9.2 The Contractor shall, at all times, keep its work areas in a neat, clean, and safe condition.The Contractor shall be responsible for continuous clean up and removal of its trash, debris,waste materials and scrap and disposal of same off the Jobsite. Upon completion of any

15-8103-8015 SC - 4© November 2017

portion of the Work, the Contractor shall immediately remove all of its equipment,construction plant, temporary structures and surplus materials not to be used at or near thesame location during later stages of the Work. Upon completion of the Work and beforefinal payment is made, the Contractor shall, at its expense, satisfactorily dispose of all plant,buildings, rubbish, unused materials, and other equipment and materials belonging to it orused in the performance of the Work, including return to the Owner's warehouse ordesignated lay down area(s), at the Owner's option of any salvageable materials for whichthe Owner has reimbursed the Contractor or that has been supplied by the Owner forincorporation into the Work but not used; and the Contractor shall leave the premises in aneat, clean and safe condition acceptable to the Company Representative. In the event of theContractor's failure to comply with the foregoing, the same may be accomplished by theOwner at the Contractor's expense.

9.3 The Owner reserves the right to authorize its agents or designees to enter the Jobsite as itmay elect for the purpose of inspecting the Work, or constructing or installing such collateralwork as it may desire, or testing, boring or surveying, or any other purpose.

9.4 The Contractor understands and agrees that duly authorized representatives of governmentagencies having appropriate jurisdiction may enter the Jobsite at any time and from time totime.

9.5 If any Work or part thereof shall be covered contrary to the requirements of the Contract orthe request of the Owner or Engineer, it must, if required by the Company Representative, beuncovered for observation and inspection and covered again at the Contractor's sole expense.

9.6 If any other Work that the Company Representative has not specifically requested to observeand inspect prior to being covered has been covered, the Owner or Engineer may request tosee such Work or part thereof and it shall be uncovered by the Contractor. If such Work orpart thereof is found to be in accordance with the Contract, the cost of uncovering andcovering again shall, by appropriate Change Form, be charged to the Owner. If such Work orpart thereof fails to meet the requirements of the Contract, the Contractor shall pay all costsof uncovering, correcting, and covering again and any additional costs resulting there from.

9.7 The Contractor shall conduct daily and weekly on-site safety meetings at the beginning ofeach work period. These meetings should not preclude the Contractor from conductingtailgate safety meetings before each new work period, after break, different workassignments, etc. as determined by OSHA and other applicable safety laws and regulations.In addition, the Contractor shall be required to attend onsite safety meetings with the Owner.

9.8 All personnel / visitors / individuals shall have a safety briefing by the Contractor prior toentering the energized substation area.

9.9 The Contractor shall facilitate a formal safety program for all individuals entering the site.

9.10 The Contractor shall provide the Owner a copy of the Contractor’s Safety Manual, outliningpolicies, procedures, documentation and training. The Owner will provide the Contractorwith a copy of the Owner’s Safety Manual. The Contractor shall perform the work using themore stringent of the two policies.

15-8103-8015 C - 1© November 2017

INSTALLATION OF THEPOINT-OF-DELIVERY NO. 2

CONTRACT AGREEMENT

This instrument has been preaudited in the manner required bythe Local Government Budget and Fiscal Control Act.

(Signature of Finance Officer)

15-8103-8015 C - 2© November 2017

CONTRACT AGREEMENT

THIS CONTRACT, made this day of , 2018,by hereinafter called Contractor, and the City ofKinston, North Carolina, hereinafter called the Owner.

WITNESSETH

THAT WHEREAS, a Contract for

INSTALLATION OF THEPOINT-OF-DELIVERY NO. 2

has recently been awarded to Contractor by the Owner at and for a total installation price of dollars ($ ), as named in the Form of Proposal attached

hereto;

AND WHEREAS, it was provided in said award that a formal Contract would be executed by andbetween Contractor and Owner, evidencing the terms of said award, and that Contractor would commencethe work to be performed under this agreement on a date to be specified in a written order of the Owner, andwould fully complete all work thereunder by June 19, 2018.

NOW, THEREFORE, Contractor doth hereby covenant and agree with the Owner that it will welland faithfully perform and execute such work and furnish such work and furnish such materials andequipment, in accordance with each and every one of the conditions, covenants, stipulations, terms andprovisions contained in said Specifications in accordance with the Plans, at the total price named therefore inthe Proposal attached hereto, and will well and faithfully comply with and perform each and every obligationimposed upon it by said Plans and Specifications and the terms of said award.

Contractor shall promptly make payments to all laborers and others employed thereon.

Contractor shall be responsible for all damages to the property of the Owner, that may be consequentupon the normal procedure of its work or that may be caused by or result from the negligence of Contractor,its employees or agents, during the progress of or connected with the prosecution of the work, whether withinthe limits of the work or elsewhere. Contractor must restore all property so injured to a condition as good asit was when Contractor entered upon the work.

By execution of this Contract, both parties acknowledge the following conditions as a part of theirrespective obligations:

a. Governing Law - This Contract shall be construed and enforced in accordance with the laws ofthe State of North Carolina. All parties agree to the jurisdiction of the Courts of North Carolinawith respect to any action or dispute arising between the parties.

b. Further Assurances - The parties hereto agree to execute and deliver any and all papers anddocuments which may be necessary to carry out the terms of this Contract.

c. Entire Contract - This Contract (including materials incorporated herein by reference)constitutes the entire agreement between the parties hereto and there are no agreements,representations, or warranties which are not set forth herein. All prior negotiations,agreements, and understandings are superseded hereby. This Contract may not be amended orrevised except by a writing signed by all parties hereto. This Contract shall be construed andinterpreted without any presumption either for or against the party who caused its preparation.

15-8103-8015 C - 3© November 2017

d. Binding Effect - This Contract shall be binding upon an inure to the benefit of the heirs, legalrepresentatives, successors and assigns of the respective parties hereto, provided that thisContract and all rights hereunder may not be assigned by any party hereto without the writtenconsent of the other party.

e. Time of Performance - Time is of the essence with regard to the performance of this Contract.

f. Survivability - The terms of this Contract shall survive execution and delivery of any deeds orbills of sale called for hereunder.

g. Headings - The headings in the paragraphs of this Contract are inserted for convenience onlyand do not constitute a part hereof.

Contractor shall furthermore be responsible for and required to make good at its expense any and alldamages of whatever nature to persons or property, arising during the period of the Contract, caused bycarelessness, neglect or want of due precaution on the part of Contractor, its agents, employees, or workmen.Contractor shall also indemnify and save harmless the Owner, and the officers and agents thereof from allclaims, suits and proceedings of every name and description which may be brought against the Owner, or theofficers and agents thereof, for or on account of any injuries or damages to persons or property received orsustained by any person or persons, firm or corporation, or by or in consequence of any materials used in saidwork or by or on account of any improper material or workmanship in its construction, or by or on account ofany accident, or of any other act or omission of Contractor, its agents, employees, servants or workmen.

It is agreed and understood that the Notice to Prospective Bidders, the Definitions, Instructions toBidders, Statement of Work, General Conditions, Special Conditions, Contractors Proposal, North CarolinaBid Bond, Plans and Specifications, and the enumerated addenda are part and parcels of this Contract, to thesame extent as if incorporated herein in full.

It is further mutually agreed that if at any time after the execution of this agreement and the SuretyBond hereto attached for its faithful performance, the Owner shall deem the Surety or Sureties upon suchBond to be unsatisfactory, or if for any reason, such Bond ceases to be adequate to cover the performances ofthe work, Contractor shall, at its expense, within five (5) days after the receipt of notice from the Owner todo so, furnish an additional Bond or Bonds in such form and amount and with such Surety or sureties as shallbe satisfactory to the Owner. In such event, no further payment to the Contractor shall be deemed to be dueunder this agreement until such new or additional security for the faithful performance of the work shall befurnished in manner and form satisfactory to the Owner.

And the Owner doth hereby covenant and agree with Contractor that it will pay to Contractor, whendue and payable under the terms of said Specifications and said award, the above mentioned sum, and that itwill well and faithfully comply with and perform each and every obligation imposed upon it by saidSpecifications and the terms of said award.

Contractor shall, upon completion of all work awarded under this Contract furnish to the Ownerinvoices or copies of invoices for all materials and equipment purchased for said work and such invoicesshall state the amount of North Carolina sales tax paid for said materials and equipment, and Contractor shallalso furnish the Owner an affidavit certifying the total costs of materials and equipment purchased for allwork performed under the Contract and the total amount of sales tax paid for said materials and equipment.

Whenever used herein, the singular shall include the plural, the plural the singular, and the use of anygender shall be applicable to all genders as the context may require.

15-8103-8015 C - 4© November 2017

In testimony thereof, Contractor and the Owner have caused their seal and signature to be set on thisContract.

CONTRACTOR:(Imprint Corporate Seal

Below this line) (SEAL)

By (SEAL)

Title

ATTEST:

Secretary

ByOwner’s Agent

ATTEST:

Witness

15-8103-8015 C - 5© November 2017

CONTRACT INSTRUCTIONS

INSTRUCTIONS FOR PROPER SIGNING

If Contractor is an individual, sign on first line only, and designate trade name below first line, thus:

John Jones (SEAL) Trading as Jones Paving Company

If Contractor is a partnership, sign partnership name on first line; have at least one general (not limited)partner sign on second line, and put his designation as partner on third line, thus:

JONES PAVING COMPANY (SEAL)

By John Jones (SEAL)

Title General Partner

If Contractor is a corporation, sign corporate name on first line (exactly as such appears on the corporateseal); have the President (or a Vice President) sign on second line; put his title on third line; have theSecretary (or Assistant Secretary) sign on the "Attest" line (adding the word "Assistant" before the word"Secretary" if the Assistant Secretary is signing); and imprint corporate seal above the word "Attest", thus:

JONES PAVING COMPANY, INC. (SEAL)

By John Jones (SEAL)(SEAL)

Title President

ATTEST:

Thomas Jones (Assistant) Secretary

15-8103-8015 C - 6© November 2017

Executed in 5 counterpartsWitness: CONTRACTOR:

(Trade or Corporate Name)

(Proprietorship or Partnership)

By:ATTEST:

Title:

By:(Owner, Partner, or Corporate

President or V-President, Only)

Title:(Corporate Secretary or

Assistant Secretary, Only(CORPORATE SEAL)

SURETY COMPANY:

Witness: By:

Title:

Countersigned:(Attorney in Fact)

NC Licensed Resident Agent

(SURETY CORPORATE SEAL)

(Name and Address – Surety Agent)

Surety Company Name and NCRegional or Branch Office Address

15-8103-8015 C - 7© November 2017

CERTIFICATE OF ATTORNEY

CITY OF KINSTONKINSTON, NORTH CAROLINA

This is to certify I have examined the attached Contract Documents, and after such examination I amof the opinion that such Documents conform to the laws of the State of North Carolina, the execution of theContract is in due and proper form, the representatives of the respective contracting parties have full powerand authority to execute such Contract on behalf of the respective contracting parties, and the foregoingagreements constitute valid and binding obligations on such parties.

This the day of , 2018.

Attorney for the City of KinstonKinston, North Carolina

15-8103-8015 C - 8© November 2017

POWER OF ATTORNEY

15-8103-8015 C - 9© November 2017

CURRENT INSURANCE CERTIFICATE(S)

FORM OF PROPOSAL Contractor’s Proposal

Terms and Conditions

Addenda / Clarifications / Bulletins

Labor and Material Proposal

Owner-Furnished Material List

Proposed Construction Schedule

Certificate of Insurance

Copy of Contractor’s License

Form of Exceptions

Equal Opportunity Employment Affidavit

Proposed Project Management Staff

References

List of Subcontractors

North Carolina Bid Bond

City of Kinston Vendor Application Form

15-8103-8015 P - 1© November 2017

CITY OF KINSTONKINSTON, NORTH CAROLINA

INSTALLATION OF THEPOINT-OF-DELIVERY NO. 2

FORM OF PROPOSAL(Provide two (2) copies)

Respectfully submitted this ____ day of ___________________, 2018.

OWNER: BIDDER:

City of KinstonPost Office Box 339207 East King StreetKinston, North Carolina 28502-0339

Mr. Tony SearsManager, City of KinstonOffice: 252-939-3282

NAME TITLE

STREET ADDRESS

CITY/STATE/ZIP

PHONE:

FAX:

E-MAIL:

SIGNATURE

MANUFACTURER OFPROPOSED EQUIPMENT

MANUFACTURER

STREET ADDRESS

CITY / STATE / ZIP

15-8103-8015 P - 2© November 2017

TERMS AND CONDITIONS

1. The undersigned, hereafter called the Contractor, hereby declares that the only person or personsinterested in this Proposal as principal or principals is or are named herein and that no other person thanherein mentioned has any interest in this Proposal or in the Contract to be entered into; that this Proposalis made without connection with any other person, company or parties making a bid or Proposal; and thatit is in all respects fair and in good faith without collusion or fraud.

2. The Contractor further declares that he has examined the site of the work and informed himself fully inregard to all conditions pertaining to the locations where the work is to be done; that he has examined theTechnical Specifications for the work and Contract Documents relative thereto, and has read all specialprovisions furnished prior to the opening of bids; that he has satisfied himself relative to the work to beperformed.

3. The Contractor proposes and agrees, if this Proposal is accepted, to contract with the Owner in the formof Contract specified, to furnish all necessary labor, equipment, and materials, except materials andequipment specified to be furnished by the Owner, required for the installation of the station, complete inaccordance with the Plans, Specifications and Contract Documents, to the full and entire satisfaction ofthe Owner with a definite understanding that no money will be allowed for extra work except as set forthin the General Conditions and Contract Documents, as filed on Change Order forms. No changes inwork shall begin without prior written approval by the Owner or its representative Engineer.

4. The Bid Schedule is subject to the following terms and conditions which, by reference, are made a partof this Proposal.

5. The prices of materials set forth herein do not include any sums which are or may be payable by theContractor on account of North Carolina Sales Tax upon the sale, purchase, or use of the materialshereunder, the amount thereof shall be added to the purchase price and paid by the Owner after theContractor has ascertained the actual sales tax to be included in the Contract price.

6. The prices quoted in the Proposal shall be firm unless otherwise clearly noted in the Proposal.

7. The price quoted includes delivery FOB substation site of any equipment and materials and completeinstallation at substation site. The prices of the equipment and installation set forth herein shall includethe cost of delivery at the Contractor's risk to the site.

8. The Contractor shall provide the Owner quoted prices on a per-hour basis, for various personnel andequipment, assuming a normal work week as being forty (40) hours.

9. The Contractor shall state his normal work week for the project:

______ Five (5), eight (8) hour days (Monday through Friday)

______ Four (4), ten (10) hour days (Monday through Thursday)

Other, __________________________________

10. Work on weekends or generally accepted holidays will only be allowed if specific outage arrangementsare required, or if the Contractor falls behind in meeting the project’s scheduled completion date. If theContractor deems this necessary, he must receive the Owner’s written approval five (5) business daysprior to beginning the revised work scheme.

11. The time of completion for the project is of the essence, and shall be ready for energization byTuesday, June 19, 2018.

12. The Contractor shall submit a proposed project construction schedule with the Proposal for review andapproval by the Owner and Engineer.

13. The time for delivery and installation shall be extended for the period of any reasonable delay dueexclusively to causes beyond the control and without fault of the Contractor, including acts of God, fires,floods, strikes, and delay in transportation.

15-8103-8015 P - 3© November 2017

14. The Contractor will not be paid for inclement weather days or for travel time to and from the job site,unless expressly requested by the Contractor as a written stipulation to his original Proposal.

15. The Contractor-furnished materials shall conform to the "Technical Specifications" attached hereto andmade a part hereof.

16. Title to the materials furnished by the Contractor shall pass to the Owner upon completion of theinstallation at the point above specified.

17. This Proposal is made pursuant to the provisions of the Notice and Instructions to Bidders, theSpecifications, and the Contractor agrees to the terms and conditions thereof.

18. The Contractor warrants the accuracy of all statements contained in the Bidders Qualifications, if anyshall be submitted, and agrees that the Owner shall rely upon such accuracy as a condition of theContract in the event that this Proposal is accepted.

19. The Contractor warrants that the Contractor-furnished Materials will conform to the performance dataand guarantees attached which, by this reference, are made a part of this Proposal. Any exceptions ordeviations from the Plans and Specifications must be clearly stated in the Proposal to warrantconsideration.

20. The Contractor assumes liability for the proper care, handling, storage, and security of all materialsfurnished to the Contractor by the Owner for the project.

21. The undersigned further agrees that in case of failure on his part to execute said Contract within ten (10)consecutive calendar days after written notice has been given of the Award of the Contract, bid securityaccompanying this bid, and the monies payable thereon, shall be paid into the funds of the Owner'saccount set aside for this project, as liquidated damages for such failure, otherwise, the check, cash, orBid Bond accompanying the Proposal shall be returned to the undersigned.

22. The Contractor shall maintain during the course of the project and shall provide the Owner/Engineer one(1) complete set of “as-constructed” drawings upon the completion of the project.

23. The Contractor warrants that it possesses Electric Utility Contractor’s License for the State of NorthCarolina. A copy of the license shall be included in this Form of Proposal.

24. The Contractor shall submit, in the Form of Proposal, the proposed project management staff, i.e.,project manager, site superintendent, general foreman, etc. The qualifications / work experience level ofthe Bidder’s proposed work force shall be included as well. The Contractor shall provide evidence of aminimum of 60% of the proposed work force having five (5) years or more tenure with the Bidder’sfirm. If other personnel are actually assign to the project, similar information will be required prior toconstruction assignment.

25. The Contractor shall provide a list of recent projects of similar voltage class and complexity, along withthe Owner and contact information of the representative who was reported to directly.

26. If the proposed staff along with their qualifications is not provided, the bid may be subject to non-compliance, thus, making it unacceptable.

27. The Contractor shall provide a list of subcontractors (if any) in the proposal and their respective supportservices which will be used by the Contractor when undertaking this project. All subcontractors will besubject to review and approval by the Owner.

28. A mandatory pre-construction meeting is scheduled for Thursday, March 8, 2018 at 10:00 am,local time, at the Point-of-Delivery No. 2 site.

15-8103-8015 P - 4© November 2017

INSERT

ADDENDA / CLARIFICATIONS / BULLETINS

Instructions to Bidders, 4.0 Bulletins and Addenda

CLIENT:

PROJECT: POD NO. 2PROJECT NO.:

CONTRACTOR:

DATE:

3.1 Structures 1 Lot3.2 Three-Pole Group Operated Air Break Switches 3 Each

3.3 Lightning Arrestors 3 Each

3.5 Circuit Breakers 1 Each

3.7 Instrument Transformers 1 Each

3.8 Station Service Voltage Transformer 2 Each

3.11 Conduit, Cable Trench and Cable 1 Lot

3.12 Foundations 1 Lot

3.13 Site Preparation: Yard Stone 1 Lot

3.14 Fence 1 Lot

3.15 Station Grounding 1 Lot

3.16 Buildings 1 Each

3.18 Protective Relaying 1 Each

3.19 Testing 1 Lot

$330,759.00

UNIT PRICING

GROUP DESCRIPTION QTY UNIT

LABOR AND MATERIAL PROPOSAL

CITY OF KINSTON, NC

15-8103-8015

TOTAL COST OF OWNER-FURNISHED MATERIAL:TOTAL LABOR AND MATERIAL:

TOTAL LABOR AND MATERIAL PROPOSAL:

LABOR ANDMATERIAL

EXTENDED COSTLABOR

CONTRACTOR-FURNISHEDMATERIAL

© November 2017 P - 5

15-8103-8015 P - 8© November 2017

INSERT

PROPOSED CONSTRUCTION SCHEDULE

Instructions to Bidders, 9.0 CompletionForm of Proposal, Terms and Conditions – Item 12

15-8103-8015 P - 9© November 2017

INSERT

CERTIFICATE(S) OF INSURANCE

Instructions to Bidders, 14.0 Contractor’s Insurance

15-8103-8015 P - 10© November 2017

INSERT

CONTRACTOR’S LICENSE

Instructions to Bidders, 15.0 Contractor’s LicenseForm of Proposal, Terms and Conditions – Item 23

15-8103-8015 P - 11© November 2017

FORM OF EXCEPTIONSInstructions to Bidders, 5.0 Award of Contract

BIDDER:

OWNER: CITY OF KINSTON

PROJECTDESCRIPTION INSTALLATION OF THE POINT-OF-DELIVERY NO. 2

INSTRUCTIONS: The following is a list of exceptions to the Bidding Documents and/or TechnicalSpecifications pertaining to the furnishing of the subject materials. Bidders shallidentify each exception by Specification page and paragraph number on thisform. The omission of exception implies complete compliance with Plans andSpecifications.

BID DOCUMENT/SPECIFICATIONPAGE NO. ANDPARAGRAPH EXCEPTION/VARIATION

15-8103-8015 P - 12© November 2017

EQUAL EMPLOYMENT OPPORTUNITY AFFIDAVITGeneral Conditions, 24.0 Equal Employment Opportunity

The Contractor shall include the provisions of the Equal Employment Opportunity, as found in GeneralConditions section, in every Subcontract unless exempted by rules, regulations, or orders of the Owner sothat such provisions will be binding upon each Subcontractor.

Bidder:

By:

Date:

15-8103-8015 P - 13© November 2017

PROPOSED PROJECT MANAGEMENT STAFFForm of Proposal, Terms and Conditions – Item 24

Title/Function Name Yearswith Firm

Total YearsExperience

Project Manager

Site Superintendent

General Foreman - Structures

General Foreman - Foundations

General Foreman – Controls

CONTRACTOR HAS DOES NOT HAVE SIXTY PERCENT (60%) OF PROPOSED WORKFORCE WITH FIVE (5) YEARS CONTINUOUS SERVICE WITH BIDDER’S FIRM.

REFERENCESForm of Proposal, Terms and Conditions – Item 25

CONTACT INFORMATION FOR RECENT SIMILAR PROJECTS

Owner Name Project Description Contact Name andPhone Number

15-8103-8015 P - 14© November 2017

LIST OF SUBCONTRACTORSForm of Proposal, Terms and Conditions – Item 27

SUBCONTRACTOR PROPOSED WORK TO BE PERFORMED

15-8103-8015 P - 15© November 2017

BID BOND

KNOW ALL MEN BY THESE PRESENT, THAT WE

as Principal, and

as Surety, who is duly licensed to act as Surety in North Carolina, are held and firmly bound unto the City of

Kinston, North Carolina, as Obligee, in the penal sum of

DOLLARS ($ ) (5% Bid Bond), lawful money of the United

States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs,

executors, administrators, successors and assigns, jointly and severally, firmly by these present.

SIGNED, Sealed and dated this day of , 2018.

WHEREAS, the said Principal is herewith submitting a Proposal for

INSTALLATION OF THE

POINT-OF-DELIVERY NO. 2

and the Principal desires to file this Bid Bond in lieu of making the cash deposit as required by the bidding

documents contained herein;

NOW, THEREFORE, THE CONDITION OF THE ABOVE OBLIGATION is such that if the principal shall

be awarded the Purchase Order for which the bid is submitted and shall accept the Purchase Order within ten

(10) days after the award of same to the principal, then this obligation shall be null and void; but if the

principal fails to so accept such Purchase Order as required by the bidding documents contained herein, the

Surety shall, upon demand, forthwith pay to the Obligee the amount set forth in the first paragraph hereof,

and upon failure to forthwith make such payment, the Surety shall pay the Obligee an amount equal to

double the amount of this Bid Bond as set forth in the first paragraph hereof. Power of Attorney from the

Surety to its Attorney-in-Fact is attached hereto.

Principal

By (SEAL)

Corporate Surety

By (SEAL)

City of Kinston Vendor Application Package Instructions A vendor application package shall be completed for any vendor requesting payment by check for merchandise

or services provided to the City.

The Vendor Application shall be completed by the requesting Department, entering all pertinent vendor

information in the PDF Form Fillable document provided.

Header Section □ Name of the City employee requesting the new vendor.

□ Requestor’s department and division.

Vendor Information Section □ Enter vendor name, date, DBA name, Federal ID # or SSN# of the applicant vendor.

□ Enter the Business mailing address, including Contact Person, Telephone number, Fax number if available

DUNS Number and/or CAGE Code if available, an email address, Contractor’s License Number if applicable.

□ Enter a Remit To: address if the payment address is different from the mailing address.

□ Enter year established, terms, any discount offered, identify if an out of state vendor, and that they collect

taxes when required.

M/WBE Status Section

□ M/WBE certification is now handled by NC Department of Administration's Office for Historically Underutilized

Businesses (HUB). Visit this office's website at http://www.doa.nc.gov/hub to learn more about the statewide

certification process. Paperwork will be required and should be sent directly to HUB's office in Raleigh. For

more information, call 919-807-2330.

Companies interested in applying to become a certified M/WBE business must:

□ Demonstrate at least 51 percent ownership and control on a day-to-day basis by a woman or minority,

including African- American, Hispanic, Native American, Asian American, disabled, or socially or economically

disadvantaged

□ Complete a detailed application

□ Provide ample documentation to support the claim of a minority- or woman-owned business

□ Be available for a personal interview or site visit, if requested.

Additional Forms Section – Forms are included with the Vendor Packet for your convenience.

□ Signed W-9 Request for Taxpayer Identification Number and Certification form.□ Signed and Notarized Affidavit of Compliance with N.C. E-Verify Statutes form.

Product(s) and/or Service(s) Section □ List in the space provided, or attach a Line Card of the goods or services applicant vendor offers.

Debarred Vendor Research – Vendors currently excluded from doing business with the State and Federal

Governments shall be excluded from business with the City.

□ State Debarred Vendors list for applicant vendor. Using the “link” and the attached instructions, include a copy

of supporting documentation.

□ Federal System for Award Management site for applicant vendor. Using the “link” and the attached

instructions, include a copy of supporting documentation. (See attached instructions)

When complete, combine the Vendor application, W-9, E-Verify Affidavit, and the State and Federal

debarred vendor research pages into a single PDF file. Forward the file to the Purchasing Manager

via email.

P - 16

City of Kinston

Finance Department

Purchasing Division

PO Drawer 339

Kinston, NC 28502

Tel: (252) 939-3135

Vendor Information Fax: (252) 527-2347

Vendor Name Date:

DBA Name

SSN #:

Street: Street:

Street: Street:

City: City:

State: Zip Code: State: Zip Code:

Contact Person: Telephone #: Fax #:

Year Business

Established:Terms: %

Yes / No Collect Taxes

Disabled Disadvantaged

NOTE: ALL NC VENDORS & OUT OF STATE VENDORS WITH NEXUS IN NC THAT MAKE SALES OF TANGIBLE PERSONAL PROPERTY MUST COLLECT AND REMIT

NORTH CAROLINA SALES AND USE TAX.

M/WBE Status

Minority Owned Business Woman Owned Business

If you are interested in applying to become a certified M/WBE business, please visit the following web link:

Vendor Application Forms 10-2017

Purchasing Manager Approval Finance Director Approval

Are you certified with the NC Office of Historically Underutilized Business (HUB Office)?

If Yes, Please include Letter of Certification.Yes / No

See instruction sheet for details

W-9 E-Verify Affidavit

http://www.doa.nc.gov/hub

Product(s) and/or Service(s)Please list the type of product(s) and/or service(s) your company provides.

Additional Forms

E-Mail Address: Contractor's License #: (If Applicable)

Discount % Offered:

Out of State Vendor Yes / No

DUNS Number: CAGE Code:

Business Mailing Address Remit to: Address (If Different from Mailing)

Federal ID #

New Vendor ApplicationRequestor Name

Requestor Department

CITY OF KINSTON FINANCE USE ONLY - DO NOT MARK BELOW THIS LINE

P - 17

INSTRUCTIONS TO PRINTERSFORM W-9, PAGE 1 of 4MARGINS: TOP 13mm (1⁄ 2 "), CENTER SIDES. PRINTS: HEAD to HEADPAPER: WHITE WRITING, SUB. 20. INK: BLACKFLAT SIZE: 216mm (81⁄ 2 ") 3 279mm (11")PERFORATE: (NONE)

Give form to therequester. Do notsend to the IRS.

Form W-9 Request for TaxpayerIdentification Number and Certification(Rev. October 2007)

Department of the TreasuryInternal Revenue Service

Name (as shown on your income tax return)

List account number(s) here (optional)

Address (number, street, and apt. or suite no.)

City, state, and ZIP code

Pri

nt o

r ty

pe

See

Sp

ecifi

c In

stru

ctio

ns o

n p

age

2.

Taxpayer Identification Number (TIN)

Enter your TIN in the appropriate box. The TIN provided must match the name given on Line 1 to avoidbackup withholding. For individuals, this is your social security number (SSN). However, for a residentalien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it isyour employer identification number (EIN). If you do not have a number, see How to get a TIN on page 3.

Social security number

or

Requester’s name and address (optional)

Employer identification number Note. If the account is in more than one name, see the chart on page 4 for guidelines on whosenumber to enter.

Certification

1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the InternalRevenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS hasnotified me that I am no longer subject to backup withholding, and

2.

Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backupwithholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply.For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirementarrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the Certification, but you mustprovide your correct TIN. See the instructions on page 4.

SignHere

Signature ofU.S. person © Date ©

General Instructions

Form W-9 (Rev. 10-2007)

Part I

Part II

Business name, if different from above

Cat. No. 10231X

Check appropriate box:

Under penalties of perjury, I certify that:

13 I.R.S. SPECIFICATIONS TO BE REMOVED BEFORE PRINTING

DO NOT PRINT — DO NOT PRINT — DO NOT PRINT — DO NOT PRINT

TLS, have youtransmitted all R text files for this cycle update?

Date

Action

Revised proofsrequested

Date Signature

O.K. to print

Use Form W-9 only if you are a U.S. person (including aresident alien), to provide your correct TIN to the personrequesting it (the requester) and, when applicable, to:

1. Certify that the TIN you are giving is correct (or you arewaiting for a number to be issued),

2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S.

exempt payee. If applicable, you are also certifying that as aU.S. person, your allocable share of any partnership income froma U.S. trade or business is not subject to the withholding tax onforeign partners’ share of effectively connected income.

3. I am a U.S. citizen or other U.S. person (defined below).

A person who is required to file an information return with theIRS must obtain your correct taxpayer identification number (TIN)to report, for example, income paid to you, real estatetransactions, mortgage interest you paid, acquisition orabandonment of secured property, cancellation of debt, orcontributions you made to an IRA.

Individual/Sole proprietor

Corporation

Partnership

Other (see instructions) ©

Note. If a requester gives you a form other than Form W-9 torequest your TIN, you must use the requester’s form if it issubstantially similar to this Form W-9.

● An individual who is a U.S. citizen or U.S. resident alien, ● A partnership, corporation, company, or association created or

organized in the United States or under the laws of the UnitedStates, ● An estate (other than a foreign estate), or

Definition of a U.S. person. For federal tax purposes, you areconsidered a U.S. person if you are:

Special rules for partnerships. Partnerships that conduct atrade or business in the United States are generally required topay a withholding tax on any foreign partners’ share of incomefrom such business. Further, in certain cases where a Form W-9has not been received, a partnership is required to presume thata partner is a foreign person, and pay the withholding tax.Therefore, if you are a U.S. person that is a partner in apartnership conducting a trade or business in the United States,provide Form W-9 to the partnership to establish your U.S.status and avoid withholding on your share of partnershipincome. The person who gives Form W-9 to the partnership forpurposes of establishing its U.S. status and avoiding withholdingon its allocable share of net income from the partnershipconducting a trade or business in the United States is in thefollowing cases: ● The U.S. owner of a disregarded entity and not the entity,

Section references are to the Internal Revenue Code unlessotherwise noted.

● A domestic trust (as defined in Regulations section301.7701-7).

Limited liability company. Enter the tax classification (D=disregarded entity, C=corporation, P=partnership) © Exempt payee

Purpose of Form

P - 18

INSTRUCTIONS TO PRINTERSFORM W-9, PAGE 2 of 4MARGINS: TOP 13 mm (1⁄ 2"), CENTER SIDES. PRINTS: HEAD to HEADPAPER: WHITE WRITING, SUB. 20. INK: BLACKFLAT SIZE: 216 mm (81⁄ 2") 3 279 mm (11")PERFORATE: (NONE)

Form W-9 (Rev. 10-2007) Page 2

Sole proprietor. Enter your individual name as shown on yourincome tax return on the “Name” line. You may enter yourbusiness, trade, or “doing business as (DBA)” name on the“Business name” line.

13 I.R.S. SPECIFICATIONS TO BE REMOVED BEFORE PRINTING

DO NOT PRINT — DO NOT PRINT — DO NOT PRINT — DO NOT PRINT

Other entities. Enter your business name as shown on requiredfederal tax documents on the “Name” line. This name shouldmatch the name shown on the charter or other legal documentcreating the entity. You may enter any business, trade, or DBAname on the “Business name” line.

If the account is in joint names, list first, and then circle, thename of the person or entity whose number you entered in Part Iof the form.

Specific Instructions Name

Exempt Payee

5. You do not certify to the requester that you are not subjectto backup withholding under 4 above (for reportable interest anddividend accounts opened after 1983 only). Certain payees and payments are exempt from backupwithholding. See the instructions below and the separateInstructions for the Requester of Form W-9.

Civil penalty for false information with respect towithholding. If you make a false statement with no reasonablebasis that results in no backup withholding, you are subject to a$500 penalty. Criminal penalty for falsifying information. Willfully falsifyingcertifications or affirmations may subject you to criminalpenalties including fines and/or imprisonment.

Penalties Failure to furnish TIN. If you fail to furnish your correct TIN to arequester, you are subject to a penalty of $50 for each suchfailure unless your failure is due to reasonable cause and not towillful neglect.

Misuse of TINs. If the requester discloses or uses TINs inviolation of federal law, the requester may be subject to civil andcriminal penalties.

If you are an individual, you must generally enter the nameshown on your income tax return. However, if you have changedyour last name, for instance, due to marriage without informingthe Social Security Administration of the name change, enteryour first name, the last name shown on your social securitycard, and your new last name.

If you are exempt from backup withholding, enter your name asdescribed above and check the appropriate box for your status,then check the “Exempt payee” box in the line following thebusiness name, sign and date the form.

4. The IRS tells you that you are subject to backupwithholding because you did not report all your interest anddividends on your tax return (for reportable interest anddividends only), or

3. The IRS tells the requester that you furnished an incorrectTIN,

2. You do not certify your TIN when required (see the Part IIinstructions on page 3 for details),

You will not be subject to backup withholding on paymentsyou receive if you give the requester your correct TIN, make theproper certifications, and report all your taxable interest anddividends on your tax return.

1. You do not furnish your TIN to the requester,

What is backup withholding? Persons making certain paymentsto you must under certain conditions withhold and pay to theIRS 28% of such payments. This is called “backup withholding.” Payments that may be subject to backup withholding includeinterest, tax-exempt interest, dividends, broker and barterexchange transactions, rents, royalties, nonemployee pay, andcertain payments from fishing boat operators. Real estatetransactions are not subject to backup withholding.

Payments you receive will be subject to backupwithholding if:

If you are a nonresident alien or a foreign entity not subject tobackup withholding, give the requester the appropriatecompleted Form W-8.

Example. Article 20 of the U.S.-China income tax treaty allowsan exemption from tax for scholarship income received by aChinese student temporarily present in the United States. UnderU.S. law, this student will become a resident alien for taxpurposes if his or her stay in the United States exceeds 5calendar years. However, paragraph 2 of the first Protocol to theU.S.-China treaty (dated April 30, 1984) allows the provisions ofArticle 20 to continue to apply even after the Chinese studentbecomes a resident alien of the United States. A Chinesestudent who qualifies for this exception (under paragraph 2 ofthe first protocol) and is relying on this exception to claim anexemption from tax on his or her scholarship or fellowshipincome would attach to Form W-9 a statement that includes theinformation described above to support that exemption.

Note. You are requested to check the appropriate box for yourstatus (individual/sole proprietor, corporation, etc.).

4. The type and amount of income that qualifies for theexemption from tax.

5. Sufficient facts to justify the exemption from tax under theterms of the treaty article.

Nonresident alien who becomes a resident alien. Generally,only a nonresident alien individual may use the terms of a taxtreaty to reduce or eliminate U.S. tax on certain types of income.However, most tax treaties contain a provision known as a“saving clause.” Exceptions specified in the saving clause maypermit an exemption from tax to continue for certain types ofincome even after the payee has otherwise become a U.S.resident alien for tax purposes. If you are a U.S. resident alien who is relying on an exceptioncontained in the saving clause of a tax treaty to claim anexemption from U.S. tax on certain types of income, you mustattach a statement to Form W-9 that specifies the following fiveitems:

1. The treaty country. Generally, this must be the same treatyunder which you claimed exemption from tax as a nonresidentalien.

2. The treaty article addressing the income. 3. The article number (or location) in the tax treaty that

contains the saving clause and its exceptions.

Also see Special rules for partnerships on page 1.

Foreign person. If you are a foreign person, do not use FormW-9. Instead, use the appropriate Form W-8 (see Publication515, Withholding of Tax on Nonresident Aliens and ForeignEntities).

● The U.S. grantor or other owner of a grantor trust and not thetrust, and ● The U.S. trust (other than a grantor trust) and not thebeneficiaries of the trust.

Limited liability company (LLC). Check the “Limited liabilitycompany” box only and enter the appropriate code for the taxclassification (“D” for disregarded entity, “C” for corporation, “P” for partnership) in the space provided. For a single-member LLC (including a foreign LLC with adomestic owner) that is disregarded as an entity separate fromits owner under Regulations section 301.7701-3, enter theowner’s name on the “Name” line. Enter the LLC’s name on the“Business name” line. For an LLC classified as a partnership or a corporation, enterthe LLC’s name on the “Name” line and any business, trade, orDBA name on the “Business name” line.

P - 19

INSTRUCTIONS TO PRINTERSFORM W-9, PAGE 3 of 4MARGINS: TOP 13 mm (1⁄ 2"), CENTER SIDES. PRINTS: HEAD to HEADPAPER: WHITE WRITING, SUB. 20. INK: BLACKFLAT SIZE: 216 mm (81⁄ 2") 3 279 mm (11")PERFORATE: (NONE)

I.R.S. SPECIFICATIONS TO BE REMOVED BEFORE PRINTING

DO NOT PRINT — DO NOT PRINT — DO NOT PRINT — DO NOT PRINT

Form W-9 (Rev. 10-2007) Page 3

13

Part I. Taxpayer IdentificationNumber (TIN) Enter your TIN in the appropriate box. If you are a residentalien and you do not have and are not eligible to get an SSN,your TIN is your IRS individual taxpayer identification number(ITIN). Enter it in the social security number box. If you do nothave an ITIN, see How to get a TIN below.

How to get a TIN. If you do not have a TIN, apply for oneimmediately. To apply for an SSN, get Form SS-5, Applicationfor a Social Security Card, from your local Social SecurityAdministration office or get this form online at www.ssa.gov. Youmay also get this form by calling 1-800-772-1213. Use FormW-7, Application for IRS Individual Taxpayer IdentificationNumber, to apply for an ITIN, or Form SS-4, Application forEmployer Identification Number, to apply for an EIN. You canapply for an EIN online by accessing the IRS website atwww.irs.gov/businesses and clicking on Employer IdentificationNumber (EIN) under Starting a Business. You can get Forms W-7and SS-4 from the IRS by visiting www.irs.gov or by calling1-800-TAX-FORM (1-800-829-3676). If you are asked to complete Form W-9 but do not have a TIN,write “Applied For” in the space for the TIN, sign and date theform, and give it to the requester. For interest and dividendpayments, and certain payments made with respect to readilytradable instruments, generally you will have 60 days to get aTIN and give it to the requester before you are subject to backupwithholding on payments. The 60-day rule does not apply toother types of payments. You will be subject to backupwithholding on all such payments until you provide your TIN tothe requester.

If you are a sole proprietor and you have an EIN, you mayenter either your SSN or EIN. However, the IRS prefers that youuse your SSN. If you are a single-member LLC that is disregarded as anentity separate from its owner (see Limited liability company(LLC) on page 2), enter the owner’s SSN (or EIN, if the ownerhas one). Do not enter the disregarded entity’s EIN. If the LLC isclassified as a corporation or partnership, enter the entity’s EIN. Note. See the chart on page 4 for further clarification of nameand TIN combinations.

Note. Entering “Applied For” means that you have alreadyapplied for a TIN or that you intend to apply for one soon. Caution: A disregarded domestic entity that has a foreign ownermust use the appropriate Form W-8.

9. A futures commission merchant registered with theCommodity Futures Trading Commission,

10. A real estate investment trust,

11. An entity registered at all times during the tax year underthe Investment Company Act of 1940,

12. A common trust fund operated by a bank under section584(a),

13. A financial institution,14. A middleman known in the investment community as a

nominee or custodian, or

15. A trust exempt from tax under section 664 or described insection 4947.

THEN the payment is exemptfor . . .

IF the payment is for . . .

All exempt payees except for 9

Interest and dividend payments

Exempt payees 1 through 13.Also, a person registered underthe Investment Advisers Act of1940 who regularly acts as abroker

Broker transactions

Exempt payees 1 through 5Barter exchange transactionsand patronage dividends

Generally, exempt payees 1 through 7

Payments over $600 requiredto be reported and directsales over $5,000

See Form 1099-MISC, Miscellaneous Income, and its instructions. However, the following payments made to a corporation (including grossproceeds paid to an attorney under section 6045(f), even if the attorney is acorporation) and reportable on Form 1099-MISC are not exempt frombackup withholding: medical and health care payments, attorneys’ fees, andpayments for services paid by a federal executive agency.

The chart below shows types of payments that may beexempt from backup withholding. The chart applies to theexempt payees listed above, 1 through 15.

1

2

7. A foreign central bank of issue, 8. A dealer in securities or commodities required to register in

the United States, the District of Columbia, or a possession ofthe United States,

2

The following payees are exempt from backup withholding: 1. An organization exempt from tax under section 501(a), any

IRA, or a custodial account under section 403(b)(7) if the accountsatisfies the requirements of section 401(f)(2),

2. The United States or any of its agencies orinstrumentalities,

3. A state, the District of Columbia, a possession of the UnitedStates, or any of their political subdivisions or instrumentalities,

4. A foreign government or any of its political subdivisions,agencies, or instrumentalities, or

5. An international organization or any of its agencies orinstrumentalities. Other payees that may be exempt from backup withholdinginclude:

6. A corporation,

Generally, individuals (including sole proprietors) are not exemptfrom backup withholding. Corporations are exempt from backupwithholding for certain payments, such as interest and dividends. Note. If you are exempt from backup withholding, you shouldstill complete this form to avoid possible erroneous backupwithholding.

1

1. Interest, dividend, and barter exchange accountsopened before 1984 and broker accounts considered activeduring 1983. You must give your correct TIN, but you do nothave to sign the certification.

2. Interest, dividend, broker, and barter exchangeaccounts opened after 1983 and broker accounts consideredinactive during 1983. You must sign the certification or backupwithholding will apply. If you are subject to backup withholdingand you are merely providing your correct TIN to the requester,you must cross out item 2 in the certification before signing theform.

Part II. Certification

For a joint account, only the person whose TIN is shown inPart I should sign (when required). Exempt payees, see ExemptPayee on page 2.

To establish to the withholding agent that you are a U.S. person,or resident alien, sign Form W-9. You may be requested to signby the withholding agent even if items 1, 4, and 5 below indicateotherwise.

Signature requirements. Complete the certification as indicatedin 1 through 5 below.

P - 20

INSTRUCTIONS TO PRINTERSFORM W-9, PAGE 4 of 4MARGINS: TOP 13 mm (1⁄ 2"), CENTER SIDES. PRINTS: HEAD to HEADPAPER: WHITE WRITING, SUB. 20. INK: BLACKFLAT SIZE: 216 mm (81⁄ 2") 3 279 mm (11")PERFORATE: (NONE)

Form W-9 (Rev. 10-2007) Page 4

I.R.S. SPECIFICATIONS TO BE REMOVED BEFORE PRINTING

DO NOT PRINT — DO NOT PRINT — DO NOT PRINT — DO NOT PRINT

Give name and EIN of:For this type of account:

3. Real estate transactions. You must sign the certification.You may cross out item 2 of the certification.

A valid trust, estate, or pension trust

6.

Legal entity 4

4. Other payments. You must give your correct TIN, but youdo not have to sign the certification unless you have beennotified that you have previously given an incorrect TIN. “Otherpayments” include payments made in the course of therequester’s trade or business for rents, royalties, goods (otherthan bills for merchandise), medical and health care services(including payments to corporations), payments to anonemployee for services, payments to certain fishing boat crewmembers and fishermen, and gross proceeds paid to attorneys(including payments to corporations).

The corporationCorporate or LLC electingcorporate status on Form 8832

7.

The organizationAssociation, club, religious,charitable, educational, or othertax-exempt organization

8.

5. Mortgage interest paid by you, acquisition orabandonment of secured property, cancellation of debt,qualified tuition program payments (under section 529), IRA,Coverdell ESA, Archer MSA or HSA contributions ordistributions, and pension distributions. You must give yourcorrect TIN, but you do not have to sign the certification.

The partnership

Partnership or multi-member LLC

9.

The broker or nominee

A broker or registered nominee

10.

The public entityAccount with the Department ofAgriculture in the name of a publicentity (such as a state or localgovernment, school district, orprison) that receives agriculturalprogram payments

11.

Privacy Act Notice

List first and circle the name of the person whose number you furnish. If only one personon a joint account has an SSN, that person’s number must be furnished. Circle the minor’s name and furnish the minor’s SSN. You must show your individual name and you may also enter your business or “DBA” name on the second name line. You may use either your SSN or EIN (if you have one),but the IRS encourages you to use your SSN. List first and circle the name of the trust, estate, or pension trust. (Do not furnish the TINof the personal representative or trustee unless the legal entity itself is not designated inthe account title.) Also see Special rules for partnerships on page 1.

Note. If no name is circled when more than one name is listed,the number will be considered to be that of the first name listed.

Disregarded entity not owned by anindividual

The owner

12.

13

You must provide your TIN whether or not you are required to file a tax return. Payers must generally withhold 28% of taxable interest, dividend, and certain otherpayments to a payee who does not give a TIN to a payer. Certain penalties may also apply.

Section 6109 of the Internal Revenue Code requires you to provide your correct TIN to persons who must file information returns with the IRS to report interest,dividends, and certain other income paid to you, mortgage interest you paid, the acquisition or abandonment of secured property, cancellation of debt, orcontributions you made to an IRA, or Archer MSA or HSA. The IRS uses the numbers for identification purposes and to help verify the accuracy of your tax return.The IRS may also provide this information to the Department of Justice for civil and criminal litigation, and to cities, states, the District of Columbia, and U.S.possessions to carry out their tax laws. We may also disclose this information to other countries under a tax treaty, to federal and state agencies to enforce federalnontax criminal laws, or to federal law enforcement and intelligence agencies to combat terrorism.

1

2

3

4

Secure Your Tax Records from Identity Theft Identity theft occurs when someone uses your personalinformation such as your name, social security number (SSN), orother identifying information, without your permission, to commitfraud or other crimes. An identity thief may use your SSN to geta job or may file a tax return using your SSN to receive a refund.

What Name and Number To Give the RequesterGive name and SSN of:For this type of account:

The individual

1.

Individual The actual owner of the account or,

if combined funds, the firstindividual on the account

2. Two or more individuals (jointaccount)

The minor 2

3. Custodian account of a minor(Uniform Gift to Minors Act) The grantor-trustee

14.

a. The usual revocable savingstrust (grantor is also trustee) The actual owner

1b. So-called trust account that isnot a legal or valid trust understate law The owner

35. Sole proprietorship or disregarded

entity owned by an individual

Call the IRS at 1-800-829-1040 if you think your identity hasbeen used inappropriately for tax purposes.

1

To reduce your risk: ● Protect your SSN, ● Ensure your employer is protecting your SSN, and ● Be careful when choosing a tax preparer.

Victims of identity theft who are experiencing economic harmor a system problem, or are seeking help in resolving taxproblems that have not been resolved through normal channels,may be eligible for Taxpayer Advocate Service (TAS) assistance.You can reach TAS by calling the TAS toll-free case intake lineat 1-877-777-4778 or TTY/TDD 1-800-829-4059. Protect yourself from suspicious emails or phishingschemes. Phishing is the creation and use of email andwebsites designed to mimic legitimate business emails andwebsites. The most common act is sending an email to a userfalsely claiming to be an established legitimate enterprise in anattempt to scam the user into surrendering private informationthat will be used for identity theft. The IRS does not initiate contacts with taxpayers via emails.Also, the IRS does not request personal detailed informationthrough email or ask taxpayers for the PIN numbers, passwords,or similar secret access information for their credit card, bank, orother financial accounts. If you receive an unsolicited email claiming to be from the IRS,forward this message to [email protected]. You may also reportmisuse of the IRS name, logo, or other IRS personal property tothe Treasury Inspector General for Tax Administration at1-800-366-4484. You can forward suspicious emails to theFederal Trade Commission at: [email protected] or contact them atwww.consumer.gov/idtheft or 1-877-IDTHEFT(438-4338).

Visit the IRS website at www.irs.gov to learn more aboutidentity theft and how to reduce your risk.

P - 15 P - 15

P - 21

STATE OF NORTH CAROLINA

AFFIDAVIT of COMPLIANCE

CITY OF KINSTON with N.C. E-Verify Requirements

1. I am over the age of 18 years old and of sound and competent mind.

2. I am the _____________________ (Owner, President, Manager, CEO, etc.) of _________________________,

the Employer, and possess the full authority to speak for and on behalf of the Employer.

3. Employer understands that “E-Verify” means 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.

4. If the Employer has less than 25 eligible employees, it is not required to participate in the E-Verify process.

5. If the Employer has more than 25 eligible employees, the Employer is required to participate in the E-Verify

process as written in Article 2 of Chapter 64 of the North Carolina General Statutes.

6. If the Employer has more than 25 eligible employees, the Employer has retained all verification records as

required in Article 2 of Chapter 64 of the North Carolina General Statutes.

7. All subcontractors engaged by or to be engaged by Employer have or will have likewise complied with the

provisions of Article 2, Chapter 64 of North Carolina General Statutes.

8. Employer will make all pertinent records available for review by the City of Kinston and shall provide

information concerning any change in its status pursuant to Article 2, Chapter 64 of North Carolina General

Statutes.

9. I have personal knowledge of all facts attested herein.

10. Further this affiant saith not.

__________________________________________ _________________________________________

Employer Name Affiant Signature

__________________________________________ This the _____ day of ________________, 20____.

Affiant Printed Name and Title

The person whose name appearing above appeared before me on the

date listed above and displayed sufficient proof of identification and

signed above affirming the statements contained herein.

__________ day of ______________________, 20____.

My Commission Expires:________________________

____________________ _______________________

Notary Printed Name Notary Signature

(Affix

Official/N

otarial S

eal)

P - 22

TECHNICAL SPECIFICATIONS

15-8103-8015 S - 1© November 2017

CITY OF KINSTONKINSTON, NORTH CAROLINA

INSTALLATION OF THEPOINT-OF-DELIVERY NO. 2

TECHNICAL SPECIFICATIONS

1.0 General Conditions

1.1 The Drawings and Specifications are complementary, one to the other. That which is shownon the Drawings, or called for in the Specifications shall be as binding as if both were calledfor 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.

1.2 In such cases where the nature of the work requires clarification by the Engineer, suchclarifications shall be furnished by the Engineer with reasonable promptness by means ofwritten instructions or Detail Drawings, or both. Clarifications and Drawings shall beconsistent with the intent of Contract Documents, and shall become a part thereof.

1.3 All construction shall be performed in a workmanlike manner and shall conform to theDrawings and Specifications. The installation shall conform to the latest edition ofSpecifications and publications from the following. The Contractor shall contact theEngineer for clarification / interpretation if there is a discrepancy between codes.∂ National Electrical Safety Code (NESC),∂ National Electrical Manufacturers Association (NEMA),∂ North Carolina Building Code,∂ Occupational Safety and Health Administration (OSHA),∂ North Carolina Department of Labor, Division of Occupational Safety and Health∂ American National Standards Institute (ANSI),∂ American Welding Society (AWS),∂ American Society for Testing and Materials (ASTM),∂ American Institute of Steel Construction (AISC),∂ American Concrete Institute (ACI),∂ Acoustical Society of America (ASA),∂ Institute of Electrical and Electronics Engineers (IEEE),∂ Concrete Reinforcing Steel Institute (CRSI) “Manual of Standard Practice,” and∂ Underwriters Laboratories (UL)

1.4 The Owner will supply material and equipment as listed as furnished by the “Owner”.

1.5 The Contractor shall install all of the major materials and equipment as listed as furnished bythe "Owner" or "others" and as required for the installation of the project, and will furnishand install the miscellaneous materials and equipment listed elsewhere in this Specificationand shown on the Drawings.

The Contractor shall also be responsible for receiving, off-loading and storage of the majormaterials and equipment furnished by the Owner or others, which will be delivered to theproject site.

The Contractor shall provide a Material Person who is competent, organized and familiarwith the material associated with this project. The Material Person will be responsible forarranging delivery, receiving, storing, disbursing and tracking all the material associatedwith this project. This person shall not be changed without prior approval of the Owner.This Material Person will be responsible for reporting material shortages and mis-fabrications to the Owner, Engineer, and/or Supplier. The Material Person will work directlywith the Owner, Engineer, and/or Supplier and will be the person on the project who istotally responsible for material.

A materials receipt shall be completed and signed by the Material Person within twenty-four(24) hours acknowledging receipt of the materials and equipment delivered. The Contractor

15-8103-8015 S - 2© November 2017

shall distribute the completed material receipts as follows: one (1) copy shall be mailed tothe Owner, one (1) copy to the Engineer, and one (1) copy retained by the Contractor.

The Contractor shall verify the quantity and condition of all materials delivered to him andin case there is any damage to or shortage of materials, he shall report the same to the Ownerand Engineer in writing, within twenty-four (24) hours after delivery. If there is anyshortage or damage which is sufficient enough to cause the materials to be unfit for use inthe work, and the shortage or damage has not been reported as specified above, theContractor will be charged with actual cost of replacement of such shortage or damage.

Damaged or defective materials and equipment, or waste of materials due to faulty handlingor negligence during the course of installation or testing on the part of the Contractor shallbe replaced, repaired, or charged against the Contractor at their actual cost to the Owner atthe point of delivery to the Contractor, to the satisfaction of the Owner.

The Contractor shall provide temporary structures or heat, at his own expense, duringconstruction for the proper storage of the materials and equipment furnished by the Owner toadequately house or protect them against deterioration or damage for whatever cause.Materials not adequately protected by the Contractor will be so protected by the Owner atthe expense of the Contractor.

Upon completion of the work, the Contractor shall return to the Owner, at their storage areas,all materials and equipment furnished by the Owner and not used in the construction.Surplus materials and equipment thus returned shall be neatly stockpiled. The Contractorwill be charged for any materials and equipment not used and not returned the amount equalto the cost of the materials and equipment to the Owner at point of delivery to theContractor. Written receipts shall be made for returned materials, and one (1) copy shall bemailed to the Owner, one (1) copy to the Engineer, and one (1) copy retained by theContractor.

1.6 The Contractor shall submit to the Engineer for approval a complete list of the miscellaneousmaterials and equipment he is required to furnish for the substation installation within fifteen(15) days after the award of the Contract. The list of materials and equipment shall include,but not be limited to; concrete mix design, grounding materials, conduit materials, cabletrench layout, control cables, etc., with specific supplier names, manufacturer names, catalognumbers and catalog data sheets. The Owner reserves the right to strict approval of proposedContractor-furnished materials to ensure system compatibility.

The Contractor shall plan to allow a reasonable amount of time for approval of submittals byengineer. This time period shall be seven (7) to ten (10) business days following receipt ofsubmittals.

The Owner reserves the right to not allow the Contractor to begin work if the Contractor hasnot submitted the list of miscellaneous material and equipment. The additional time requiredto receive approval for the submittals will not extend the completion date of the project ornegate the liquidated damages.

1.7 All Contractor-furnished material and equipment shall be new.

1.8 The Contractor shall submit to the Owner and Engineer a complete Bill of Material, afterapproval has been given for the Contractor-furnished materials, with an individual unit costfor each item. This is needed for the Owner's Continuing Property Records (CPR's)accounting system.

1.9 The Contractor shall submit to the Owner and Engineer for review, three (3) copies ofcatalog cut sheets, Shop or Setting Drawings and/or manufacturer product data for approvedequals or schedules for each item on the approved Bill of Material within thirty (30) daysafter the award of the Contract, so as not to cause delay in the project.

1.10 The Contractor shall be responsible for laying out the work. The Contractor shall,immediately upon entering project site for purpose of beginning work, locate all generalreference points and take such action as is necessary to prevent their destruction, lay out his

15-8103-8015 S - 3© November 2017

own work, and be responsible for any error resulting from his failure to exercise suchprecaution. Corner stakes or center line stakes will be provided by the Owner.

1.11 The Contractor shall provide and maintain the adequate number of temporary toiletsrecommended for the number of workmen on-site, through the completion of the project.Also, water service for construction, if required, shall be the responsibility of the Contractor.

1.12 Temporary electric power shall be available to the Contractor to operate tools, machinery,etc., during construction. The Contractor will be required to provide Contractor-ownedpower panel. The Owner will pay the monthly electric bill.

1.13 All workers must wear appropriate PPE gear at all times: safety glasses, hardhat, steel toeboots, FR clothing on outer layer of clothing.

2.0 Scope of Work

2.1 Contractor’s Work

The Contractor's work shall include the furnishing of all labor, tools and equipment, andmaterials, as outlined in the following sections for each station, and the installation of thosematerials. The following is a brief structural description of the station, geographic location,and an explanation of the basic Owner/Contractor responsibilities:

The installation of the Point-of-Delivery No. 2 is briefly described below. A more detaileddescription of the scope of work is provided in Section 3.0:a. One (1) 115 kV circuit breakerb. Two (2) 18 kVA station service voltage transformers and standsc. One (1) 115 kV H-frame structured. Four (4) 115 kV instrument voltage transformers and standse. Three (3) 115 kV 1200/5 instrument current transformers and standsf. One (1) relay control buildingg. Associated grounding system, oil containment system, conduit/cable trench/control cable

systems, protection relay/switchboard systems, battery systems

The geographic location of the Point-of-Delivery No. 2 is shown on the vicinity map locatedin the Appendices.

All such work shall be performed to meet at least the safety rules and regulations prescribedby the Owner for its employees including the use of rubber gloves, hot sticks and associatedprotective equipment. A copy of such rules and regulations may be examined at the office ofthe Owner. The Owner will perform any required power line switching. All connections tothe energized bus will be performed by others and are not a part of the scope of workdescribed in these specifications.

2.2 Owner Responsibilities

Work that will be performed by the Others and is not included in this Contract for thesubstations includes the following:

a. Relay programming, testing and commissioning

b. Delivery, off-loading and assembly of the control building

2.3 Owner-Furnished Materials Status

The Owner will furnish most of the major equipment for this project, including the breaker,relay cabinet and all the substation structures, equipment and materials.

During the course of the project, if the Contractor encounters constructability issues with thematerial supplied, such as, a shortage of material, mis-fabricated material, wrong type,electrical clearances, etc, the Contractor shall immediately contact the supplier forcorrection. The Owner and Engineer shall be kept abreast of all issues; however, the finalremedy will be made by the supplier, with approval of the Engineer. The Contractor will be

15-8103-8015 S - 4© November 2017

furnished three (3) complete sets of Substation Drawings including: General Arrangement,Erection and Steel Drawings. The complete bill of material listing descriptions, quantities,supplier and delivery schedule for the structures and equipment package is listed in theAppendices. The anchor bolts for the galvanized steel structures will be provided by thesuppliers.

All other anchor bolts shall be provided by the Contractor where indicated and wherenecessary for securing the work in place. Sizes, kinds, and spacing of anchors not indicatedshall be as directed by the Engineer.

2.4 Contractor-Furnished Materials

The Contractor shall furnish all of the miscellaneous material and equipment as required anddescribed in each group of the “Substation Construction Assembly Units” for the completeinstallation of each substation and the entire project.

The miscellaneous material and equipment to be furnished by the Contractor shall be thefollowing, unless otherwise noted, but are not limited to:

a. Anchor bolts and reinforced concrete foundations,

b. Conduit and cable trench system,

c. Control wiring system and junction boxes,

d. Below-grade, tails, and/or fence/fabric posts grounding system,

e. Yard stone

f. Fence Material & Installation

2.5 Project Change Orders

The Owner or Engineer, without invalidating the contract, may order changes in the scope ofwork of the contract, consisting of additions, deletions, or other revisions with the contractamount and completion time, being adjusted accordingly. All such changes in constructionshall be authorized by a change order as outlined in Contract Section. All change orderrequests to be submitted for approval shall utilize the unit pricing proposal form attached tothese specifications. A sample change order form is included in the appendices. No changesin work shall begin without prior written approval by the Owner or its representativeEngineer.

3.0 Construction Assembly Units

3.1 Structures

3.1.1 Structural Steel

The steel structures for the Point-of-Delivery No. 2 shall be provided by theOwner’s material supplier and shall be received, off-loaded, stored and installed bythe contractor and will include, but are not limited to the following major structures:

a) One (1) 115 kV H-frame structureb) Four (4) 115 kV PT standsc) Three (3) 115 kV CT standsd) Two (2) 18 kVA SSVT stands

All steel structures shall be plumb and level. Structural bolts shall not be tighteneduntil all parts are installed in place. After steel is completely installed, bolts shallthen be installed to final torque levels. Care shall be exercised to prevent kinking ofsteel members. Base plates for columns shall be leveled and installed using thedouble-nut method unless noted.

All structural steel and anchor bolts are hot-dipped galvanized. All steel surfaces orfinish damaged during the material handling, installation or removal of various

15-8103-8015 S - 5© November 2017

equipment shall be thoroughly cleaned, brushed and cold galvanized applied withGalvanox or approval equal.

The Contractor shall take the necessary measures required to prevent any foreignmaterial, such as mud, dirt, concrete splatter, etc., from accumulating on the storedmaterials. These measures shall include, but shall not be limited to, the use oftimbers/pallets to elevate material above grade, covering an area of the initiallygraded substation yard with several inches of washed stone, the use of a storagetrailer, or an enclosed structure.

The structural steel and cast steel shall conform to ASTM Specifications A-36 andA-27 respectively. Wrought iron shall conform to ASTM Specifications A-41 forbolts, rods and bars, A-42 for plates, and A-162 for sheets. Cast iron shall conformto Federal Specifications QQ-I-652. Gauges of sheet iron and steel, as specified, areU.S. Standard for Sheet and Plate. Gauges of nonferrous metals are Brown andSharpe.

3.1.2 Substation Bus and Leads

The bus and leads provided by the material supplier will utilize aluminum boltedconnectors, which shall be received, off-loaded, stored and installed by theContractor (unless otherwise noted by others).

Bus and leads shall be as follows:

Incoming 115 kV aerial line 954 kcmil AAC “Magnolia”, byTransmission Supplier

Leads to and from 115 kV Breaker 954 kcmil AAC “Magnolia”Leads to 115 kV PTs 954 kcmil AAC “Magnolia”, by

Transmission SupplierLeads to and from 115 kV GOABs 954 kcmil AAC “Magnolia”, by

Transmission SupplierLeads to 18 kVA SSVT’s 954 kcmil AAC “Magnolia”, by

Transmission SupplierLeads to and from 115 kV CTs 954 kcmil AAC “Magnolia”, by

Transmission SupplierFence ground leads #2 AWG copper, solid tinnedGround grid bus 4/0 S.D. bare copper, 7-strandEquipment and Structure groundbonding leads

2/0 or 4/0 S.D. bare copper, 7-strand

Surge Arrester Leads:115 kV leads on H-frame structure #2 AWG Copper, via bolt-on tee

The leads shall be installed in sizes and locations as indicated on the Drawings.Aluminum shall conform to Federal Specifications and shall be Alloy 6063T6,anodized. All conductor terminal connections shall be dry brushed, and then wetbrushed with a suitable electrical joint compound applied when connections aremade to prevent oxidation. All bus and lead connections shall be electrically sound.All compression tools shall utilize dies approved by the connector manufacturer. Allbolted electrical connections will utilize stainless steel bolts, washers, and nuts.Connectors shall have all bolts tightened to torque levels specified by the connectormanufacturer or the Engineer. New connectors shall be used in all cases of new orrelocated connectors. Bi-metallic transition plates, 2-hole or 4-hole, shall be used onall copper to aluminum connections.

3.2 Three-Pole Group Operated Air Break Switches

15-8103-8015 S - 6© November 2017

The three (3) 115 kV manually-operated, three-pole group operated air-break switches arebeing furnished by the material supplier and will be delivered to the project site. TheContractor shall be responsible for receiving, off-loading, storage, proper assembly,installation, and adjustment of the group-operated air break disconnect switches.

3.3 Lightning Arresters

Three (3) 88 kV MCOV station class polymer lightning arresters are being furnished by thematerial supplier and will be delivered to the project site. The Contractor is responsible forreceiving, off-loading, storage, proper assembly and installation of the lightning arresters.

3.4 Single Pole Disconnecting Switches – NOT REQUIRED

3.5 Circuit Breakers

One (1) 115 kV circuit breakers will be provided by the Others. The Contractor shall beresponsible for receiving, off-loading, storage, (per manufacturer’s instruction manual),proper assembly and installation. The Owner’s Engineer will be responsible for the controlsettings and operation of the breakers. The charging and testing of the breaker will beprovided by the Owner.

3.6 Circuit Reclosers – Not Required

3.7 Instrument Transformers

Four (4) 115 kV voltage transformers will be furnished by the material supplier. TheContractor shall be responsible for receiving, off-loading, storage, proper assembly andinstallation of all voltage transformers.

Three (3) 115 kV current transformers will be furnished by the material supplier. Thecontractor shall be responsible for receiving, off-loading, storage, proper assembly andinstallation of all current transformers.

3.8 Power Transformer – NOT REQUIRED

Station Service TransformerThe material supplier will furnish two (2) 18 kVA station service voltage transformers. TheContractor is responsible for storage, proper assembly, and installation of the station servicetransformers.

3.9 Voltage Regulators – NOT REQUIRED

3.10 Communications and Supervisory Control EquipmentContractor shall furnish, install, and terminate fiber cables per Cable and Conduit Plan fromequipment back to the relay control cabinet.

SCADA System – NOT REQUIRED

3.11 Conduit and Cable

3.11.1 Raceways

Non-Metallic Conduit - Non-EncasedThe Contractor shall furnish and install rigid non-metallic, polyvinyl chloride(PVC), Schedule 40, conduit for all below ground and above ground conduit runs inthe sizes and to the locations as shown on the Drawings, complete with appropriatepull strings.The Contractor shall begin the conduit installation from the precast concrete cabletrench to the appropriate equipment enclosure locations and junction boxes per theDrawings and Specifications. The Contractor shall furnish and install the rigid non-metallic, polyvinyl chloride (PVC) single gang switch / junction boxes for theoutdoor lights and outdoor receptacles in locations as shown on the Drawings.The Contractor shall install all conduits to the junction boxes and/or to theequipment cabinets and install pull-strings in preparation for pulling control cable.The conduit system shall be installed in the straightest path possible and with the

15-8103-8015 S - 7© November 2017

minimum amount of bends in any given conduit run. The installation shall avoidsharp radius bends in any one conduit run. The minimum radius bend shall be perthe manufacturer’s recommendations.The conduit system installation shall be complete with adapters, fittings, elbows,sweeps, LBs, flexible liquid-tight fittings, bushings, locknuts, and weatherheads, asrequired and as shown on the Drawings for a complete installation. Conduits shallbe cleaned, installed, and joined using the appropriate PVC cleaner and solventcement, as recommended by the Manufacturer, at all fittings and joints in thelayouts.The below-ground conduit system for control cable installations shall be buried twofeet (2’-0”) below subgrade, excluding yard stone cover.The Contractor shall exercise necessary precautions to prevent the accumulation ofwater, dirt, or concrete in the conduits during execution of the work. Conduits thathave been deformed or crushed in any way shall not be installed. Conduits in whichwater or other foreign materials have been permitted to accumulate shall be cleanedthoroughly or the conduit run replaced where such accumulation cannot be removedby methods approved by the Engineer.Trenches shall be of necessary width for the proper laying of the conduits and thetrench banks shall be as nearly vertical as practicable. The bottom of the trenchesshall be accurately graded to provide uniform bearing and support for each sectionof conduit on undisturbed soil at every point along its entire length. Care shall betaken not to excavate below the depth indicated. Unauthorized overdepth shall bebackfilled with loose, granular, moist earth, thoroughly tamped. Whenever wet orotherwise unstable soil is encountered that is incapable of properly supporting theconduit (as determined by the Engineer) such soil shall be removed to the depthrequired and the trench backfilled to the proper grade with coarse sand, fine gravel,or other suitable material, as hereinafter specified.In the event trenching excavations are in excess of five feet (5') in depth, the trenchshall include shoring or slope-cutting of vertical walls in accordance with OSHAregulations.

Non-Metallic Conduit - Concrete-Encased – NOT REQUIRED

Electrical Metallic Tubing – NOT REQUIRED

Cable TrenchOldcastle Plastibeton Channel System shall be furnished and installed by theContractor in accordance with the Drawings and Specifications. OldcastlePlastibeton Channel System shall be traffic-rated. The channel shall be installed onlevel and even surfaces set at 2" below final grade level on a surface of crushedstone complete with two (2) four inch (4") drain pipes to keep the trench dry.Channel system installation specifications are on Oldcastle website at:www.oldcastleprecast.com/plants/Enclosures/products/electric/pages/plastibeton.asx

All cable trench system shall be furnished with a minimum of two lifting hooks foreach 100' of trench or portion thereof.

Junction BoxesThe junction boxes shall be furnished and installed by the Contractor. The junctionboxes for the project shall be rated NEMA 3R weatherproof, and shall includeterminal blocks, cartridge fuses, mounting panel, and power connectors, as shown onthe Drawings. Junction boxes shall be Hoffman Engineering Company enclosureswith inner mounting panel, or equal, at the minimum dimensions, as shown on theDrawings.

15-8103-8015 S - 8© November 2017

LightingThe Contractor shall furnish and install exterior yard lighting as shown on thedrawings. Area lights shall be LED, Stonco # DTDLED1C5K120GY35P with Darkto Light technology.

Safety & Transfer Switches – NOT REQUIRED

3.11.2 Cables

The Contractor shall submit qualifications for the electricians performing theinstallation and termination of the power and control wiring for the project to theEngineer for approval, upon award of Contract.

All power and control cables shall be clearly and permanently marked at eachtermination of the jacket in accordance with the cable numbers shown on the "CableSchedule". Each conductor shall be clearly and permanently marked at eachtermination. Each cable and each individual conductor shall be labeled using Brady"I.D. Pro Plus" Type wire marking sleeve, or approved equal. Conductor markingsshall be in accordance with the Drawings. The markers shall indicate on each endthe device identification and device terminal numbers shown on the Drawings to beissued to the Contractor. The wire markers shall indicate the destination of the wire,not the origin. For example, the wire end terminated on Device 50/51 Terminal 2,whose other end is on Device 87T Terminal 2, shall be labeled 87T-2. Wiring shallbe done in an orderly manner to permit the addition of Owner's wiring and fortroubleshooting wire tracing. The cable jacket shall remain on the cable to a pointwithin one foot (1') of where the first conductor is terminated. At the termination ofthe jacket, the cable shall be securely sealed using plastic electrical tape. The cablesshall be neatly bundled together and secured to the panel/cabinet using plastic cablety-wraps.All power and control wiring shall be continuous from terminal point to terminalpoint; no splices will be permitted. Terminations shall be made using insulated ringtongue compression connectors, AMP PIDG; spade-type terminals shall not be used.All connections for wiring shall utilize locking terminals such that screws or nuts donot loosen. Acceptable inherently locking terminals include: screws with integrallocking washers (e.g. screws on Marathon 1500 series terminal blocks), Semspressure saddle screws with external lock washers (e.g. screws on SEL relays). Allconnections for wiring which do not have inherently locking terminals shall be madeusing silicon bronze, split-type lockwashers, screws, and nuts. All control wiringshall be neatly dressed and tied using plastic cable ty-wraps, in each device.Terminations, wire markers, electrical tape, and ty-wraps shall be furnished by theContractor. The Contractor is to terminate all power and control wiring unlessindicated to be by Others.

Power CablePower cables shall be furnished, installed, and terminated by the Contractor. A listof power cable types, with suggested manufacturers and catalog numbers is includedin the Appendices.

Control CableControl cables shall be furnished, installed, and terminated by the Contractor. A listof control cable types, with suggested manufacturers and catalog numbers isincluded in the Appendices.

3.12 Foundations

The Contractor shall furnish and install the reinforced concrete foundations as shown on thedrawings, complete with excavation, off-site disposal of excavated spoils, grading, backfilling,and compaction of all excavations to restore existing grade levels, foundation layout, concrete,rebar, tie wire, and forming materials.

15-8103-8015 S - 9© November 2017

The reinforced concrete foundations, footings, piers and pads shall be installed as indicated onthe Drawings, and to undisturbed earth. Dimensions indicated for anchor bolt settings shall bechecked against the manufacturer’s erection drawings, structural steel and/or equipment to beinstalled prior to the construction of the formwork.

Please reference the appendices for foundation specifications.

3.13 Site Preparation

Yard StoneThe project site has been previously cleared, grubbed, and graded. Once all below-gradeconstruction activity described by this Specification is completed, the Contractor shall proceedwith final grading, compaction, and clean-up and the addition and compaction of the yardstone to any disturbed ground cover within the station area. The Contractor shall furnish andinstall three inches (3") of No. 57 washed stone on top of three inches (3") of compacted No.ABC “crusher-run” stone fill to a total depth of six inches (6") over the substation area out to adistance of four feet (4') beyond the substation fence. The Contractor shall use a vibratoryroller to compact the layer of the “crusher-run” stone prior to placement of No. 57 stone. Thevibratory roller shall also be used to compact the No. 57 stone after final installation. Thefinished grade contours of the substation site shall be maintained after the crusher run stonehas been installed. All areas disturbed by excavation beyond this stone base will also beseeded by the Contractor.

BackfillingYard, trench and general backfilling of the substation site is required to return the disturbedareas to the previous finish grade prior to the construction. This shall constitute grading to theelevations shown on the Drawings, allowing an average of 0.5% of grade with the naturalslope of the ground for drainage. The area shall be brought to a smooth compacted plane insuch a manner that there will be no pockets or depressions which will hold water, and so thatthe area will drain naturally. The trenches shall be carefully backfilled with the excavatedmaterials approved for backfilling, consisting of earth, loam, sandy clay, sand and gravel, softshale, or other approved materials, free from large clods of earth or stones, deposited in six-inch (6") layers and thoroughly and carefully tamped until the conduit or cable has a minimumcover of one foot (1'). The remainder of the backfill material shall then be placed in the trenchin one-foot (1') layers and tamped. Any trenches improperly backfilled, or where settlementoccurs, shall be reopened to the depth required for proper compaction, then refilled andcompacted, with the surface restored to the required grade and compaction as specified. Opentrenches in roadways or other areas subject to traffic shall be backfilled in six-inch (6") layers,and each layer shall be moistened and compacted to a density at least equal to that of thesurrounding earth and in such manner as to permit the rolling and compaction of the filledtrench with the adjoining earth to provide the required bearing value. Finish grade areas shallbe raked clean and free from all trash, wood, forms, and other debris after completion of work,and all spoil piles shall be leveled and excess materials disposed of.

Where backfill is required only clean excavated materials shall be used. If the originalexcavated materials are soft, spongy, or otherwise unsuitable for backfill, suitable materialsshall be brought in and used. Backfill shall be placed in horizontal layers not in excess oftwelve inches (12") in thickness, and thoroughly compacted. Backfill shall be compacted to aminimum of ninety-five percent (95%) Modified Proctor Density.

3.14 Fence

Fences and GatesNew fencing and gates are to be furnished and installed by the Contractor. See fence plan andspecifications located in the appendices. It shall also be the responsibility of the Substationcontractor to install proper fence grounding and maintain all parts of the fence and gates ingood condition. Any damage to these components shall be repaired at the Contractor’sexpense. Security at the site must be maintained at all times.

15-8103-8015 S - 10© November 2017

The Contractor will also be responsible for ensuring access for the delivery of the controlbuilding. It will be the responsibility of the Contractor to install the fence after the delivery ofthe control building, while ensuring security of the site, or to remove the fence to allow fordelivery of the control building, as necessary.

SignsThe Owner will provide and the Contractor shall install the substation identifier signs, dangerand warning signs on the fence and gates as directed by the Owner or Engineer.

3.15 Station Grounding

Station Below-Grade Grounding SystemThe below-grade grounding system shall be installed by the Contractor. The station groundbus shall be buried two feet six inches (2’-6”) below subgrade, excluding final yard stonecover. Trenches shall be of necessary width for the proper laying of ground conductors and thetrench banks shall be as nearly vertical as practicable.

The Contractor shall furnish all required material, to include, but not limited to conductor,ground rods, torque-rated grid connectors, and all accessories required to install the below-grade grounding system, including ground wells, if required. Refer to the ‘G1’ groundingdrawing (provided with this specification) and its associated notes for depth of groundrods; if specialized equipment is needed to install grounds rods to the required depth, it isthe responsibility of the Contractor to provide such equipment and include any cost ofsaid equipment in this proposal.

The grounding conductors and interconnections shall be installed by the Contractor asindicated on the Drawings. The grounding conductor shall be 2/0 and 4/0 AWG bare copper,used in locations as shown on the Drawings. The Contractor shall install all ground grid leadsfor the power circuit breakers, control building, and lightning arrester equipment connectionswith one continuous ground wire from the grid. All below grade grounding conductorinterconnections shall be Cadweld exothermic connections.

Station Above-Grade GroundingThe material supplier will provide the above-grade grounding material to include the 2/0 and4/0 AWG bare copper conductor and structure ground clamp connectors. The Contractor shallinstall the above-grade grounding material and connectors listed for the structures per theDrawings.

CertificationsThe Contractor shall have worker certification for all personnel installing exothermicallywelded connections. Training and certification is provided free of charge by Erico ElectricalProducts. Call 1-800-248-WELD or Dan Mays at 919-812-1043 or at his e-mail address,[email protected].

3.16 Buildings

The Owner will provide and have installed by others a control building which is furtherdescribed as follows: one (1) 10 foot x 14 foot, as shown on the Drawings. The controlbuilding is a pre-fabricated concrete building, complete with pre-wired electrical panels, lights,switches, receptacles, cable tray, cable tray risers, and ventilation systems. The Contractorshall be responsible for the proper installation of the cable enclosure and outdoor cable trayrisers, so that a proper fit between the riser and cable enclosure is obtained.

The charger will be mounted and wired to building AC and DC panels by the Contractor. TheContractor will install the battery rack, and batteries, and complete any necessary cableinstallation for the battery system.

The Contractor shall be responsible for wiring the door switches that have been installed bythe building contractor. The building contractor will terminate the sensor wires in the dooralarm junction box. The Contractor is responsible for completing the installation from wiringthe junction box to Relay Switchboard No. 1 as seen in the building Cable Schedule.

15-8103-8015 S - 11© November 2017

The Contractor shall coordinate construction activities and schedule to anticipate the relaycontrol building and the remaining battery system components. The Contractor isresponsible for coordinating and being on site at the scheduled delivery time.

3.17 Oil Containment Systems – NOT REQUIRED

3.18 Protective Relaying

Relay and Control CabinetsOne (1) new relay and control switchboard cabinet will be furnished by the Owner and shall bereceived, off-loaded and installed by the Contractor in the relay control building in the locationshown on the Drawing.

All power, control, and fiber optic cables from the yard to the switchboard and internal to therelay control building shall be furnished, installed, and terminated by the Contractor accordingto the Cable Schedule.

3.19 TestingThe Contractor shall perform testing for:

a. Each control cable by means of meggering conductor-to-conductor and each conductor-to-ground prior to termination,

b. The Contractor shall verify each control cable for proper cable and conductor size, type,and labeling per the Drawings.

c. Each control cable termination shall be verified per the interconnect drawings for properconductor lugs, crimping, color codes, lock washers, and tightness.

d. The Contractor shall verify control circuit ac & dc molded-case circuit breakers and fusesof the correct size and type,

e. Installation of PT power fuses of the correct size and type per the Drawings, and

f. 48 Vdc system branch circuits for proper magnitude, polarity, and termination at thedestination.

g. The resistance of each ground rod shall be tested prior to connection to the ground grid. Ifthe resistance exceeds the recommended ohms per the grounding plan drawing (G1),contact the engineer for further instructions.

The Contractor shall provide the required and acceptable documentation for all testing to theOwner.

3.20 Metalclad Switchgear Enclosure – Not Required

3.21 Underground Circuit Plan – Not Required

APPENDICES

A. List of Drawings

B. Structures and Equipment

C. Conduit and Cable Schedule

D. Suggested Cables

E. Foundation Specifications

F. Fence Specifications

G. Grading Specifications

H. Forms

1) Contractor’s Concrete Test Sample Report

2) Materials Receipt

3) Ground System Test

I. Vicinity Map

A

List of Drawings

15-8103-8015 Appendix - 1

© August 2017 -1-

CITY OF KINSTON

KINSTON, NORTH CAROLINA

INSTALLATION OF THE

POINT-OF-DELIVERY NO. 2

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 documents. 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.

REFERENCE

NO.

DESCRIPTION

S1 of 3 Site Plan

S2 & 3 of 3 Plan View, Sections, & Details

E01 of 17 One Line Diagram

E02 of 17 Three Line Diagram

E03 of 17 Switchboard No. 1 Arrangements & Nameplate Schedule

E06 of 17 Line No. 1 AC Elementary Diagram

E07 of 17 Primary Relay DC Elementary Diagram

E08 of 17 Backup Relay DC Elementary Diagram

E09 of 17 L1REV & Clock DC Elementary Diagram

E10 of 17 115 kV Breaker 52L1 DC Schematic

E12 of 17 Annunciator DC Elementary

E13 of 17 Control House Interconnection Diagram

E14 of 17 Switchboard No. 1 Interconnection Diagram

E16 of 17 115 kV PT Interconnection Diagram

E17 of 17 Switchboard No. 1 Test Switch Sheet

FN1 of 1 Fence Plan

G1 of 2 Grounding Plan

G2 of 2 Grounding Details

FP1 of 1 Foundation Plan

FD1 of 2 Pad 1 & 2 Details

FD2 of 2 Foundations 1, 2, & 3 Details

15-8103-8015 Appendix - 1

© August 2017 -2-

REFERENCE

NO.

DESCRIPTION

C1 & 2 of 3 Conduit Plan & Details

C3 of 3 Conduit and Cable Schedule

CH1 & 2 of 2 Control House Plan & Sections

GR1-6 of 6 Grading Plan & Details

B

Structures and Equipment

15-8103-8012 1 of 4© July 2016

CITY OF KINSTONKINSTON, NORTH CAROLINA

POINT-OF-DELIVERY NO. 2

MATERIAL LIST

ITEMNO. DESCRIPTION MANUFACTURERQUANTITY

CATALOGNUMBER/TYPE

1Hot-dip galvanized structural steel complete with pedestals, anchor bolts,equipment mounting bolts, and all necessary bolts and nuts for assembly anderection in the field per the Substation Drawings

1 Lot

2 Conductor, 954 kcmil, AAC, “Magnolia 60 LF

3 Breaker, 115 kV, 123 kV max rating, 1200 amperes, 31.5 kA short circuit current 1 EachBy Owner

4 Operator grounding platform for group operated switch installation 3 Each

5 Current Transformer, outdoor, 115 kV, 600:5A ratio, metering class ABB COF-550

6 Potential Transformer, outdoor, 115 kV, 600/1000:1 volts 4 Each ABB POF-550

7 Station Service Voltage Transformer, 115 kV, 18 kVA, 69,000 to 120/240 Volts 2 Each ABB SSVT-550

8 Group Operated Air-Break Switch, 115 kV, 1200 ampere continuous, 61,000ampere momentary, center break, vee type. Type CB-AV w/ arcing horns 3 Each Cleaveland/Price C26A021G02

9 Conductor, 954 kcmil, AAC, “Magnolia

250 LFBy

TransmissionSupplier

3 Each

15-8103-8012 2 of 4© July 2016

ITEMNO. DESCRIPTION QUANTITY MANUFACTURER

CATALOGNUMBER/TYPE

10 Wire, bare, copper, 2/0 AWG, 19-strand, soft drawn (above ground) 400 LF

11 Connector, aluminum, bolted, tee, 954 kcmil AAC to 4-hole NEMA pad 3 Each Anderson ATCF13301

12 Connector, aluminum, bolted, terminal, 954 kcmil AAC to 4-hole NEMA pad 12 Each Anderson ACF13C

13 Wire, bare, copper, #2 AWG 20 LF

14 Connector, bronze, bolted, terminal, #2 cu to 4-hole NEMA pad 6 Each Anderson SWL025C

15 Transition plate, aluminum to copper 4-hole (Type TPC) As Required

16 Ground clamp, bronze, single 2/0 copper cable to flat 95 Each Anderson GC14101

17 Ground clamp, bronze, dual 2/0 copper cable to flat 30 Each Anderson GC14301

18 Connector, bronze, bolted, terminal, 2/0 Cu to 2-hole NEMA pad 11 Each Anderson SWL025B

19 Connector, aluminum, bolted, terminal, 954 kcmil AAC to 4-hole NEMA pad, 90°pad

6 EachBy

TransmissionSupplier

Anderson ACF13CY90

20 Connector, bronze, bolted, tap lug terminal, single 2/0 copper cable to flat 6 Each Anderson TLS32

15-8103-8012 3 of 4© July 2016

ITEMNO. DESCRIPTION QUANTITY MANUFACTURER

CATALOGNUMBER/TYPE

21 Arrester, 108 kV, 88 MCOV, 322 kV maximum discharge, 207 kV maximumswitching surge protective level 3 Each Anderson EVP008800-3001

22 Danger signs; “Danger-High Voltage” for attachment to substation fence As Required

23 Warning signs; “Warning-High Voltage” for attachment to substation fence As Required

24 Station Identifier Sign 1 Each

25 Connector, bolted, bronze, grounding clamp, cable to tube, #2 AWG to 1-3/4” O.D.(1-1/4” NPS) (Fence top rail) (Anderson GC-111) 60 Each Anderson GC-111-5B

26 Connector, bolted, bronze, grounding clamp, cable to tube, dual 2/0 AWG to 2-1/2”O.D. (2” NPS) (Fence line post) (Anderson GC-110) 25 Each Anderson GC-110-81C

27 Connector, bolted, bronze, grounding clamp, cable to tube, dual 2/0 AWG to 3”O.D. (2-1/2” NPS) (Fence corner post) (Anderson GC-110) 10 Each Anderson GC-110-101C

28 Connector, bolted, bronze, grounding clamp, clamp to tube, dual 2/0 AWG to 4”O.D. (3-1/2” NPS) (Fence gate post) (Anderson GC-110) 10 Each Anderson GC-110-141C

29 Connector, bolted, split-bolt, #2 tinned copper to 2/0 AWG Copper (AndersonSBS) 20 Each Anderson SBS20

30 Ground clamp, 4” O.D. (3-1/2” NPS) pipe gate post braid (Anderson GC-109) 5 Each Anderson GC-109-10

31 Ground clamp, 2” O.D. (1-1/2” NPS) pipe gate frame to braid (Anderson GC-109) 5 Each Anderson GC-109-06

15-8103-8012 4 of 4© July 2016

ITEMNO. DESCRIPTION QUANTITY MANUFACTURER

CATALOGNUMBER/TYPE

32 Flexible grounding braid, 200 Amperes (Anderson GB-200) 5 Each Anderson GB-200-5A

33 Connector, bolted, split-bolt, #2 tinned copper to fence fabric/barbed wire(Anderson SBS) 140 Each Anderson SBS2

34 Connector, bolted, tee, aluminum, 954 AAC to 4-hole NEMA pad

9 EachBy

TransmissionSupplier

Anderson ATCF13301

35 Wire, tinned, copper, #2 AWG (for fence grounding) 300 LF

36 Connector, aluminum, bolted, terminal, 954 kcmil AAC to 4-hole NEMA pad

30 EachBy

TransmissionSupplier

Anderson ACF13C

37 Connector, aluminum, bolted, tee, 954 kcmil AAC to 4-hole NEMA pad

3 EachBy

TransmissionSupplier

Anderson ATCF13301

CConduit and Cable Schedules

CITY OF KINSTON

P.O.D. No. 2

115 kV P.O.D.

CONDUIT AND CABLE SCHEDULES

Prepared by: EDR

Checked by: AGZ

App. by: JEH

November 15, 2016

Revision Description Date

0 RELEASED FOR CONSTRUCTION 1/18/2018

jeh1
NC
jeh1
New Stamp

CONDUIT AND CABLE SCHEDULE

GENERAL NOTES:

6. AC POWER SUPPLY AND CONTROL CABLES SHOULD NOT BE INCLUDED INTHE SAME CONDUIT

7. CABLES PROVIDED AND INSTALLED BY GENERAL CONTRACTOR

8. CABLE SHALL NOT BE RAN THROUGH DEP INTERFACE CABINET.

SB1 SWITCHBOARD No.152-L1 CIRCUIT BREAKER No. 1AC AC SERVICE BREAKER PANELDC DC SERVICE BREAKER PANELSSVT STATION SERVICE VOLTAGE TRANSFORMERPT POTENTIAL TRANSFORMERCT CURRENT TRANSFORMER

1. ALL METALLIC JUNCTION BOXES, RACEWAYS, CABLE TRAYS, PANELS, AND ENCLOSURES SHALL BE BONDED TO THE SUBSTATION GROUND GRID.

POSITIVE (+) - RED NEGATIVE (-) - BLACK

2. ALL AC SERVICE NEUTRALS SHALL BE BONDED TO GROUND AT THE SERVICE PANEL AND AT THE POINT OF TERMINATION.

3. SECONDARIES FOR CURRENT TRANSFORMERS AND VOLTAGE TRANSFORMERS SHALL OBSERVE THE FOLLOWING COLOR CODE: A - RED B - BLUE C - BLACK N - ORANGE

4. ALL AC BRANCH FEEDERS SHALL OBSERVE THE FOLLOWING COLOR CODE (COLOR TABLE E-1):

X - BLACK Y - RED N - WHITE G - GREEN

5. ALL DC BRANCH FEEDERS SHALL OBSERVE THE FOLLOWING COLOR CODE (COLOR TABLE E-2):

CONDUIT SCHEDULE

FROM TO

C001 BREAKER NO. 52-L1 TRENCH 2"

C002 BREAKER NO. 52-L1 TRENCH 2"

C003 BREAKER NO. 52-L1 TRENCH 2"

C004 BREAKER NO. 52-L1 TRENCH 2"

C005 BREAKER NO. 52-L1 TRENCH 2"

C006 BREAKER NO. 52-L1 TRENCH 2"

C031 SSVT PHASE A FUSED DISCONNECT SWITCH PHASE A 2" ABOVE GROUND

C032 FUSED DISCONNECT SWITCH PHASE A TRENCH 2"

C034 SSVT PHASE C FUSED DISCONNECT SWITCH PHASE C 2" ABOVE GROUND

C035 FUSED DISCONNECT SWITCH PHASE C TRENCH 2"

C036 PT PHASE A PT J-BOX NO.2 2"

C037 PT PHASE B PT J-BOX NO.2 2"

C038 PT PHASE C PT J-BOX NO.2 2"

C039 TRENCH PT J-BOX NO.2 2"

C042 120 VAC YARD OUTLET TRENCH 2"

C043 240 VAC YARD OUTLET TRENCH 2"

C044 AREA LIGHT NO. 1 JCT. BOX TRENCH 2"

C045 AREA LIGHT NO. 1 JCT. BOX AREA LIGHT NO. 1 2"

C046 AREA LIGHT NO. 1 JCT. BOX AREA LIGHT NO. 2 2"

C101 D.E.P. PT PHASE A D.E.P. PT JCT BOX NO. 1 2"

C102 D.E.P. PT PHASE B D.E.P. PT JCT BOX NO. 1 2"

C103 D.E.P. PT PHASE C D.E.P. PT JCT BOX NO. 1 2"

C104 D.E.P. PT JCT BOX NO. 1 D.E.P. METERING CABINET 2"

C301 D.E.P. CT PHASE A D.E.P. CT JCT BOX NO. 1 2"

C302 D.E.P. CT PHASE B D.E.P. CT JCT BOX NO. 1 2"

C303 D.E.P. CT PHASE C D.E.P. CT JCT BOX NO. 1 2"

C304 D.E.P. METERING CABINET D.E.P. CT JCT BOX NO. 1 2"

CONDUIT

SIZE/TYPEREMARKS

CONDUIT

NO.

CONDUIT SCHEDULE

Page 3 Kinston POD No. 2 - Cable and Conduit Schedule

CABLE SCHEDULE

FROM TO

C001 1001 AC POWER SUPPLY BREAKER NO. 52-L1 AC PANEL CKT. #1/3 4/C #10 NOTE 4

C002 1002 DC POWER SUPPLY BREAKER NO. 52-L1 DC PANEL CKT. #1/3 2-1/C #10 NOTE 5

C003 1003 CT BREAKER NO. 52-L1 SWITCHBOARD NO. 1 4/C #10 NOTE 3

C003 1006 CT BREAKER NO. 52-L1 SWITCHBOARD NO. 1 4/C #10 NOTE 3

C003 1007 CT BREAKER NO. 52-L1 SWITCHBOARD NO. 1 4/C #10 NOTE 3

C004 1004 CONTROL BREAKER NO. 52-L1 SWITCHBOARD NO. 1 12/C #10

C005 1005 ALARM BREAKER NO. 52-L1 SWITCHBOARD NO. 1 12/C #10

C006 -- SPARE BREAKER NO. 52-L1 SWITCHBOARD NO. 1

C031 6002 AC POWER SUPPLY SSVT TRANSFORMER PHASE A FUSED DISC. SWITCH PHASE A 3-1/C #2/0

C032 6003 AC POWER SUPPLY FUSED DISC. SWITCH PHASE A AC TRANSFER SWITCH 3-1/C #2/0

C034 6005 AC POWER SUPPLY SSVT TRANSFORMER PHASE C FUSED DISC. SWITCH PHASE C 3-1/C #2/0

C035 6006 AC POWER SUPPLY FUSED DISC. SWITCH PHASE C AC TRANSFER SWITCH 3-1/C #2/0

C036 0020 PT PT PHASE A NO. 1 PT J-BOX NO. 1 4/C #10 NOTE 3

C037 0021 PT PT PHASE B NO. 1 PT J-BOX NO. 1 4/C #10 NOTE 3

C038 0022 PT PT PHASE C NO. 1 PT J-BOX NO. 1 4/C #10 NOTE 3

C039 0023 PT PT J-BOX NO. 2 SWITCHBOARD NO. 1 4/C #10 NOTE 3

C042 6011 AC POWER SUPPLY AC PANEL CKT. #15 120 VAC YARD OUTLET 4/C #10 NOTE 4

C043 6012 AC POWER SUPPLY AC PANEL CKT. #17/19 240 VAC YARD OUTLET 4/C #10 NOTE 4

C044 6013 AC POWER SUPPLY AC PANEL CKT. #21 AREA LIGHT NO. 1 J-BOX 4/C #10 NOTE 4

C101 0001 PT (DUKE) D.E.P. PT PHASE A D.E.P. METERING CABINET -- BY OTHERS

C102 0002 PT (DUKE) D.E.P. PT PHASE B D.E.P. METERING CABINET -- BY OTHERS

C103 0003 PT (DUKE) D.E.P. PT PHASE C D.E.P. METERING CABINET -- BY OTHERS

C301 0015 CT (DUKE) D.E.P. CT PHASE A D.E.P. CT J-BOX NO. 1 -- BY OTHERS

C302 0016 CT (DUKE) D.E.P. CT PHASE B D.E.P. CT J-BOX NO. 1 -- BY OTHERS

C303 0017 CT (DUKE) D.E.P. CT PHASE C D.E.P. CT J-BOX NO. 1 -- BY OTHERS

C304 0018 CT (DUKE) D.E.P. CT J-BOX NO. 1 D.E.P. METERING CABINET -- BY OTHERS

TRAY 6008 AC POWER SUPPLY AC TRANSFER SWITCH AC PANEL 3-1/C #2/0 NOTE 4

TRAY 6010 AC POWER SUPPLY AC PANEL CKT. #2 SWITCHBOARD NO. 1 4/C #10 NOTE 4

TRAY 6014 AC POWER SUPPLY AC PANEL CKT. #26/28 BATTERY CHARGER 4/C #10 NOTE 4

TRAY 6015 AC POWER SUPPLY AC PANEL CKT. #34 H2 DETECTOR 4/C #10 NOTE 4

TRAY 6016 AC POWER SUPPLY AC PANEL CKT. #6 BLDG LIGHTS 4/C #10 NOTE 4

TRAY 6017 AC POWER SUPPLY AC PANEL CKT. #8 BLDG OUTLETS 4/C #10 NOTE 4

TRAY 6018 AC POWER SUPPLY AC PANEL CKT. #10 BLDG EXAUST FANS 4/C #10 NOTE 4

TRAY 6019 AC POWER SUPPLY AC PANEL CKT. #12 BLDG FLOOD LIGHTS 4/C #10 NOTE 4

REMARKSCABLE WIRE

NO. & SIZE

CONDUIT

NO.CABLE NO. FUNCTION

CABLE SCHEDULE

Page 4 Kinston POD No. 2 - Cable and Conduit Schedule

CABLE SCHEDULE

FROM TOREMARKS

CABLE WIRE

NO. & SIZE

CONDUIT

NO.CABLE NO. FUNCTION

CABLE SCHEDULE

TRAY 6020 AC POWER SUPPLY AC PANEL CKT. #33/35 BLDG HVAC 4/C #8 NOTE 4

TRAY 6021 AC POWER SUPPLY AC PANEL CKT. #14 BLDG EXIT LIGHT 4/C #10 NOTE 4

C045 6023 AC POWER SUPPLY AREA LIGHT NO. 1 J-BOX AREA LIGHT NO. 1 4/C #10

C046 6024 AC POWER SUPPLY AREA LIGHT NO. 1 J-BOX AREA LIGHT NO. 2 4/C #10

TRAY 7001 DC POWER SUPPLY DC PANEL CKT. #26/28 BATTERY CHARGER 2/C #10 NOTE 5

TRAY 7002 DC POWER SUPPLY DC PANEL MAIN BATTERY BANK 2-1/C #10

TRAY 7003 DC POWER SUPPLY DC PANEL CKT. #2/4 SWITCHBOARD NO. 1 2/C #10 NOTE 5

TRAY 8001 ALARMS BATTERY CHARGER SWITCHBOARD NO. 1 4/C #10

TRAY 8002 ALARMS H2 DETECTOR SWITCHBOARD NO. 1 4/C #10

TRAY 8003 ALARMS DOOR ALARM SWITCHBOARD NO. 1 4/C #10

Page 5 Kinston POD No. 2 - Cable and Conduit Schedule

D

Suggested Cables

CONTRACTOR-FURNISHED CABLE

MATERIAL LIST

ITEM

NO. DESCRIPTION SUPPLIER OR MFR. CATALOG NO./TYPE

© August 2017 - 1 -

1 SCADA CABLE

General Cable 287650

EPR/CPE shielded multi pair, #8 AWG, 600 volt, stranded tinned copper

conductors, flame-retardant Ethylene Propylene Rubber (EPR) insulation, color

coded per ICEA Method I: pairs-black/white with alpha numeric designation (1-

ONE). Aluminum/polyester shield and stranded tinned copper drain wire, black

sunlight -resistant flame-retardant Chlorinated Polyethylene (CPE) jacket, all per

ICEA S-82-552 for Type TC cables.

a. One (1) pair overall shield, #8 AWG

b. Eight (8) pair overall shield, #8 AWG General Cable 337030

c. Twelve (12) shielded pairs with overall shield,

#8 AWG General Cable 337040

CONTRACTOR-FURNISHED CABLE

MATERIAL LIST (continued)

ITEM

NO. DESCRIPTION SUPPLIER OR MFR. CATALOG NO./TYPE

© July 2016 - 2 -

2 CONTROL CABLE

EPR/CPE insulated general purpose control cable, 600 volt, stranded tinned copper

conductors, Class B stranding (7 strands), 30 mils flame-retardant Ethylene

Propylene Rubber (EPR) insulation color coded per ICEA Method 1, non-

hygroscopic fillers with black flame-Retardant Chlorinated Polyethylene (CPE)

outer jacket 45 to 80 mils as applicable, all per ICEA S-73-532/NEMA WC 57 for

Type TC cables.

a. 2 conductor, #10 AWG, Color Table E-2, black, red Anixter 2MR-1002 or equal

b. 4 conductor, #10 AWG, Color Table E-1, black, white, red, green Anixter 2MR-1004-1 or equal

c. 4 conductor, #10 AWG, Color Table E-2, black, red, blue, orange Anixter 2MR-1004 or equal

d. 12 conductor, #10 AWG, Color Table E-1 Anixter 2MR-1012 or equal

e. 12 conductor, #14 AWG, Color Table E-1 Anixter 2MR-1412-1 or equal

CONTRACTOR-FURNISHED CABLE

MATERIAL LIST (continued)

ITEM

NO. DESCRIPTION SUPPLIER OR MFR. CATALOG NO./TYPE

© July 2016 - 3 -

3 POWER CABLE

EPR/CPE power cable, 600 volt, stranded tinned copper conductors, Class B

stranding flame-retardant Ethylene Propylene Rubber (EPR) insulation, color coded

per ICEA Method 4 (printed numbers), non-hygroscopic fillers with black flame-

retardant Chlorinated Polyethylene (CPE) outer jacket, all per ICEA S-95-

658/NEMA WC 70 for Type TC cables.

a. 3 conductor, #6 AWG Anixter 3MR-0603

b. 3 conductor, #2 AWG Anixter 3MR-0203

c. 3 conductor, #1/0 AWG Anixter 3MR-1013

d. 3 conductor, #4/0 AWG Anixter 3MR-4043

EPR/TS-CPE power cable, 600 volt, stranded tinned copper conductors, Class B

stranding flame-retardant and sunlight resistant Ethylene Propylene Rubber (EPR)

insulation with thermostet CPE (TS-CPE) outer jacket, all per ICEA S-95-

658/NEMA WC70. Color code as per application.

a. 1 conductor, #8 AWG Anixter 3BE-0801

b. 1 conductor, #6 AWG Anixter 3BE-0601

c. 1 conductor, #2 AWG Anixter 3BE-0201

d. 1 conductor, 500 kcmil Anixter 3BE-5001

CONTRACTOR-FURNISHED CABLE

MATERIAL LIST (continued)

ITEM

NO. DESCRIPTION SUPPLIER OR MFR. CATALOG NO./TYPE

© July 2016 - 4 -

4 TELEMETRY/DATA CABLE

a. RG-213U coaxial cable, #13 AWG stranded copper conductor, 7 strands,

bare copper shield, 96% shield overage, black, non-contaminating PVC

Jacket Beldon 8267 or equal

b. 4 conductor telephone cable, #22 AWG, 300 volt, solid copper conductors,

18 mils polyethylene insulation, gray PVC jacket. Conductors are colored

green, red, yellow, black Beldon 9794 or equal

c. 6 fiber heavy duty, all dielectric double-jacketed cable, 6 multi-mode fibers,

62.5 microns, MDPE inner jacket, MDPE outer jacket with central

member/fiberglass strength member, rated for direct burial, duct, outside

tray, and aerial applications Beldon M9B 842 or equal

d. RG-58A/U coaxial cable, #20 AWG, stranded copper conductor, 19 strands,

bare copper shield, 95% shield coverage, black non-contaminating PVC

jacket Beldon 8259 or equal

5 INSTRUMENTATION CABLE

a. Individually shielded, plus overall Beldfoil® shield (100% coverage),

PVC/NYLON insulation, black PVC jacket, 4 pairs per cable, 600V,

stranded (7x26) bare copper conductor, twisted pair, #8 AWG, ICEA S-73-

532 color code E1. Beldon 1049A

EFoundation Specifications

See Attachment

F

Fence Specifications

15-8103-8002 FS - 1 © November 2017

CITY OF KINSTON

KINSTON, NORTH CAROLINA

FENCING FOR POINT-OF-DELIVERY NO. 2

TECHNICAL SPECIFICATIONS

1.0 Scope

1.1 The work consists of furnishing all labor, equipment, and materials and supplies, except

items specified to be furnished by others necessary for the installation of one (1) lot of

woven wire fabric fencing at the subject substation site, in strict accordance with the

Specifications and Drawings and subject to the terms and conditions of the Contract.

Omission of a particular reference to any such items necessary for complete installation

and proper operation thereof shall not relieve the Contractor of responsibility of

furnishing the same.

1.2 Work shall be bid on the line item as indicated on the proposal form which includes the

fence system that completely encloses the substation yard.

1.3 The attached drawings indicate the fencing installations required. The major items of the

work to be included in this Proposal are as follows:

1.3.1 Per the Point-Of-Delivery No. 2 Fence Plan Drawing No. 13013FN1, the

Contractor shall furnish and install approximately four hundred twenty (420) feet

of eight (8) foot woven wire fabric fencing with one-(1) foot barbed wire

extension, one (1) twenty-four (24) foot equipment gate, and one (1) four-(4) foot

personnel gate.

1.3.2 The fencing, once erected on the substation site, shall be owned and maintained

by the Contractor until the substation has been accepted by the Owner.

SECURITY OF THE SITE IS THE RESPONSIBILITY OF THE CONTRACTOR.

2.0 General

2.1 The substation fence shall consist of woven steel fabric on steel posts plus barbed wire on

extension arms. It shall be a minimum of nine (9) feet high with line posts no greater

than ten (10) feet apart. (Note: Eight (8) feet of fabric and a one (1)-foot extension of

barbed wire.) The fabric is to be installed six (6) inches above sub-grade to allow for six

(6) inches of stone cover to the station yard to achieve finished substation grade.

2.1.1 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.

2.1.2 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 Electrical Safety Code.

2.1.3 All material shall be new.

2.1.4 The Contractor shall be responsible for obtaining and paying for all permits,

licenses, certificates, inspections, etc., required, both permanent and temporary.

2.1.5 The Contractor shall be responsible for laying out work. The Contractor shall,

immediately upon entering the project site for the purpose of beginning work,

15-8103-8002 FS - 2 © November 2017

locate all general reference points and take such action as is necessary to prevent

their destruction; lay out his own work and be responsible for any error resulting

from his failure to exercise such precaution. Corner stakes will be provided by

the Owner or the Owner's Engineer.

2.1.6 The Contractor shall be individually responsible for cleaning smears, labels,

spots, and discoloration from each piece of the fence and gate system. All

fencing materials shall be left clean and in new condition.

3.0 Fabric

The fabric shall be composed of individual wire pickets helically wound and interwoven from

No. 9 USWG steel wire to form a continuous chain link fabric having a two (2) inch mesh. The

sides of the mesh pattern shall be approximately forty-five (45) degrees to a vertical line. Both

top and bottom edges shall have a twisted and barbed finish. It shall be hot-dip galvanized after

weaving to produce a zinc coating not less in weight than two (2.0) ounces per square foot of bare

wire surface as set forth in ASTM A392, Class 2. The wire in the completed fabric shall have a

tensile strength of ninety thousand pounds per square inch (90,000 psi) for No. 9 gauge, after

galvanizing. The fabric shall be twisted at top and bottom selvage.

4.0 Line, End, Corner, Pull, and Gate Posts

4.1 All tubular members for posts or rails shall be in accordance with ASTM F1043 for

strength and protective coatings. All tubular shapes shall conform to ASTM A53 for

galvanized coating. Galvanizing shall produce a coating not less than two (2.0) ounces

per square foot.

4.2 Line Posts: Line posts shall be two-inch (2”) NPS, Schedule 40 standard-weight steel

pipe, 3.65 pounds/foot, hot-dip galvanized. Posts shall be spaced not farther apart than

ten (10) feet on centers and set three (3) full feet in a concrete footing with a minimum

diameter of one (1) foot. The foundation top shall be crowned to shed water.

4.3 End, Corner, and Pull: End, corner, and pull posts shall be two and a half inch (2½”)

NPS, Schedule 40 standard-weight, steel pipe, 5.80 pounds per linear foot hot-dip

galvanized. Terminal posts shall be set a full four feet (4') in concrete footings crowned

to shed water. The minimum foundation diameter shall be one (1) foot-six (6) inches.

4.4 Gate Posts: Gateposts shall be Schedule 40, standard-weight, hot-dip galvanized steel

pipe sized in accordance with the following table:

Gate Opening

NPS

Designator

Outside

Diameter

Weight per

Linear foot

24’-0" Double 3.5” 4.0" 9.12

4’-0” Single 3.5” 4.0” 9.12

4.5 Protective Coating: Devoe Bar-Rust 235, Multi-Purpose Epoxy Coating, Catalog

Number 235-k-2904 (Haze Gray) or Porter coatings, PorterMastic 7000 Surface Tolerant

Epoxy (Medium Gray) shall be applied to the outside surfaces of all line, corner and gate

posts with a paint brush for a distance of seventeen inches (17”).

5.0 Top Rail

A horizontal rail shall be installed at the top of all fence fabric. The rail shall have swedged ends

for connecting together. The rail shall be one and one fourth inches (1¼”) NPS, Schedule 40, 2.27

lb/ft weight.

6.0 Miscellaneous Fittings

6.1 All fittings entering into the fence necessary to make a complete installation shall be

malleable iron. Material and coating requirements to be in accordance with ASTM F626-

15-8103-8002 FS - 3 © November 2017

89a. All ferrous material is to be thoroughly galvanized by the hot-dip method after

fabrication.

6.2 Fabric Ties: Bands, wire ties, and clips for securing fabric to line posts, top rail, terminal

posts, and tension wires shall be galvanized steel and of adequate strength for the purpose

intended. Fabric ties used on top rail shall be every twenty-four (24) inches and on posts

every fourteen (14) inches. Line post ties shall be a minimum of No. 6 AWG galvanized-

steel and top rail ties shall be a minimum of No. 9 AWG galvanized-steel. Aluminum

wire ties of adequate strength are acceptable for this work also.

6.3 Extension Arms: Barbed wire extension arms shall be hot-dip galvanized with line post

arms of pressed steel, with end and corner post arms of malleable iron. Intermediate

arms shall have provisions for passing top rail. Each arm shall carry three (3) barbed

wires at an angle of forty-five (45) degrees with the top-most barbed wire approximately

twelve (12) inches above the fabric and approximately twelve inches out from the fence

line. Barbed wires shall be securely fastened in slots by heavy wire pins. Arms having

projections to be bent down over barbed wires will not be acceptable. Corner arm

castings shall be equipped with set screws or riveted to the post at the factory. Each arm

shall be capable of withstanding a two hundred fifty pound (250 lb.) vertical load applied

at the end of the arm. The extension arm shall be galvanized in accordance with ASTM

A153, Class B1.

6.4 Line Post Tops: Line post tops shall be hot-dip galvanized, malleable iron, fitting over

top of post, with means of passing top rail. Top shall be a continuous piece, including

barbed wire extension arm.

6.5 End, Corner, and Gate Post Tops: End, corner, and gate post tops shall be hot-dip

galvanized, malleable iron of drive fitting design over outside of post in order to exclude

moisture.

6.6 Brace and Tension Bands: Brace and tension bands shall be unclimbable type with three-

eighths (3/8) inch diameter square-shouldered aluminum or hot-dip galvanized carriage

bolts. Bolts shall be installed so as to be non-removable from outside fence.

6.7 Stretcher Bars: Stretcher bars shall be galvanized steel bars not less than one-quarter (¼)

inch by three-quarter (¾) inch. They shall be approximately one (1) inch less than the

fabric height. The stretcher bar shall be used for securing the fabric to all terminal posts.

One bar is required for each gate and end post, and two are required for each corner and

pull post.

6.8 Post Braces:

6.8.1 Post braces are required at each gate, corner, pull, and end post. They shall

consist of a strut, which shall not be less in size than the top rail, and a tension

rod with turnbuckle. The rod shall be steel and have a minimum diameter of

three-eighths (3/8) inch.

6.8.2 The strut shall be secured to the adjacent line post at approximately mid-height of

the fabric. The tension rod is also secured near this area on the line pole and is

anchored near the base of the corner post (or gate, pull, or end post). Corner

posts are to be braced in each direction.

6.8.3 Bracing members shall all be hot-dip galvanized in accordance with ASTM 153.

6.9 Tension Wire: A tension wire shall be installed at bottom of all fences (2 inches from

bottom of fabric). Tension wire shall be installed prior to attaching fence fabric. Tension

wire shall be a 7 gauge galvanized wire (spiraled – spring tension) stretched out between

terminal posts and secured to each line post with fabric tie wires. Fence fabric shall be

attached to tension wire with 9 gauge aluminum hog rings on 2 feet intervals.

15-8103-8002 FS - 4 © November 2017

7.0 Barbed Wire

Three strands of Gaucho 15 ½ gage high tensile strength barbed wire shall be installed on the top

of all substation perimeter fences and associated substation perimeter fence gates. Unless

otherwise indicated, the barbed wire will be installed at a 45 degree angle outside of the fence

line, and positioned so that the top strand is approximately 1 foot above the top horizontal

member of the fence and gate frame. Barbed wire shall be made taut by use of a Master Halco

Rachet (Part No. 10515) or equal.

8.0 Gates

8.1 All gates shall be installed in accordance with the drawing without a drop rod or plunger

bar. When closed, the opening between the perimeter fence gate leaves shall be no more

than two inches. All gates larger than 4’ wide shall have vertical and horizontal cross

bracing. The cross bracing shall be constructed of the same type and size material as the

gate frames. Fence contractor shall provide 5/16 inch hot-dipped galvanized chain and

Owner provides padlocks for locking. The substation perimeter fence gate (only) shall

have one lock on the inside and one lock on the outside to allow the gate to be locked

from either side.

8.2 Frames: Frames shall be made of one and a half inch (1½”) NPS, Schedule 40 hot-dip

galvanized, standard-weight pipe, 2.72 pounds per linear foot, with internal bracing of

one and a half inch (1½”) NPS, Schedule 40 standard pipe or equivalent. Corner fittings

shall be heavy, malleable casting or shall be welded at all points to provide rigid

watertight construction. Gate frames utilizing welded construction shall be galvanized

after fabrication.

8.3 Fabric: Fabric for the gate panels shall be the same as for the fence.

8.4 Hinges: Offset type, allowing gates to swing a full one hundred twenty degrees (120º)

from closed position and shall be made of malleable iron and forgings. Gates shall swing

inward toward substation structures. Gateposts drilled and hinges set in place with set

screws.

8.5 Latches: Latches shall be heavy-duty construction of galvanized steel or malleable iron.

8.6 Keeper: Gate shall be equipped with keepers, which automatically engage gate frames

when swung open. Keepers shall be located at one hundred twenty degrees (120º) open

positions, outward away from the substation structures. Keepers shall be cast in concrete

footings.

9.0 Erection

9.1 The fabric shall be placed on the outside of the posts, stretched taut, and secured to the

posts, top rail, and tension wire. The fabric shall be secured to the line posts with wire

ties or metal bands at maximum intervals of fourteen (14) inches. The top and bottom

edges shall be secured, respectively, to the top rail and tension wire with tie wires not

exceeding intervals of twenty-four (24) inches. The fabric shall be secured to terminal

posts by means of the stretcher bar that is passed through the end loops of the fabric and

is secured to the terminal posts by metal bands spaced at a maximum interval of fourteen

(14) inches.

9.2 Fabric for fencing shall be either a left-hand or right-hand weave. Rolls of fabric shall be

joined together by weaving a single strand into the end of the roll to form a continuous

piece.

9.3 The spacing of line posts (ten (10) feet maximum) shall in general be measured parallel

to the ground. All posts shall be placed vertically except as may be specifically

designated otherwise, with the strong axis parallel to the fabric.

15-8103-8002 FS - 5 © November 2017

9.4 All posts shall be set in holes and backfilled with concrete. The concrete shall have a

minimum compressive strength of 2500 PSI at 28 days with a maximum size of aggregate

of one (1)-inch. The concrete shall be well worked (rodded) in the hole. The top of the

footing shall be crowned to shed water.

9.5 The minimum diameter of holes for line posts shall be twelve (12) inches with the

minimum depth of the footing holes being thirty-six (36) inches, installed, in accordance

with the Drawings. The minimum diameter of holes for terminal posts shall be eighteen

(18) inches with the minimum depth of the footing holes being forty-eight (48) inches,

installed, in accordance with the Drawings.

9.6 The fabric shall be installed an additional six (6) inches above subgrade to allow for six

(6) inches of yard stone to achieve final substation grade.

10.0 Coordination with Outside Construction Contractor

The installation of the new fence is to be constructed in conjunction with overhead and

underground electric line and substation installations being performed by other contractor(s) for

the City of Kinston. For reasons of safety and overall job continuity, the fencing Contractor shall

coordinate his construction with the Owner’s electrical contractor and Owner personnel, prior to

construction commencing.

11.0 Grounding

Fence grounding shall be in accordance with grounding regulations to be done by others.

12.0 Security and Safety

The execution of construction activities described herein will take place in close proximity to

electrical energized equipment operating at voltages up to 115,000 volts, that, without due

precaution, pose a significant danger to the workers, public, and environment in the immediate

area.

The Contractor shall at all times adhere to all applicable safety codes pertaining to working in

close proximity to energized substation and transmission equipment. Such codes include, but are

not limited to, the National Electrical Safety Code (NESC), the Occupational Safety and Health

Administration (OSHA), and any other applicable federal, state or local safety codes.

GGrading Specifications

See Attachment

H

Forms

July 2016 Change Order

CHANGE ORDER

NO. _____

OWNER: City of Kinston

PROJECT NAME: Point-Of-Delivery No. 2

PROJECT NO.: 15-8103

CONTRACTOR:

Description of Work Performed:

Reason for Change:

Impact on Schedule: __________________________________________________________________________ Changes Authorized By:

City of Kinston: Date:

(Name of Contractor): Date:

Booth & Associates, LLC: Date:

Itemized Cost for Above Order:

Description Quantity Unit Unit Cost Extended Cost

TOTAL UNIT COSTS:

Classification Name Base Rate

Total Hours

worked

Straight/Overtime Extended Cost

Material Cost

TOTAL MATERIAL COSTS

Unit No. Description Base Rate Total Hours Extended Cost

TOTAL COST:

Description

EQUIPMENT COSTS

TOTAL EQUIPMENT COSTS:

UNIT COSTS

LABOR COSTS

TOTAL LABOR COSTS:

MATERIAL COSTS

© July 2016 Materials Receipt

MATERIALS RECEIPT

OWNER: City of Kinston

PROJECT NAME: Point-Of-Delivery No. 2

PROJECT NO.: 15-8103

CONTRACTOR:

ITEM* QUANTITY DESCRIPTION OF ITEM

MANUFACTURER

AND CATALOG

NUMBER

UNIT

COST

EXTENDED

COST

TOTAL

RECEIVED BY FOR

Contractor

Owner

*Item corresponds with item in list of materials in construction drawings.

© July 2016 Foundation and Concrete

SUBSTATION FOUNDATION

AND

CONCRETE REPORT

OWNER: City of Kinston

PROJECT NAME: Point-Of-Delivery No. 2

PROJECT NO.: 15-8103

CONTRACTOR:

Foundation

Concrete

Depth of Excavation

Excavated Material

Dewatering Required

Rebar Placed Properly

Imbedments

Anchor Bolt

Size

Spacing

Alignment

Nuts

Construction Joint

Chamfer

Pad / Footing Size

Pier Diameter / Size

Pier Length

Concrete Date

Time Batched

Time Arrived

Time Placed

Truck No.

Quantity (C.Y.)

Slump

Air Percent

Concrete Temperature

Test Cyl. Results

Remarks:

By:

Date:

Sheet:

Rev.:

© July 2016

% FEET OHMS

0

10

20

30

40

50

52

60

62

70

72

80

90

100

Potential Probe

Distance from

Ground System

Measured

Resistance

0

5

10

15

20

25

30

35

40

45

50

0 10 20 30 40 50 52 60 62 70 72 80 90 100Distance in Feet from Ground Under Test to Potential Probe

Re

sis

tan

ce

GROUND SYSTEM TEST

SIMPLIFIED FALL-OF-POTENTIAL

(THREE-POINT METHOD)

CLIENT: City of Kinston

LOCATION:

PROJECT NAME: Point-Of-Delivery No. 2

PROJECT NO.: 15-8103

RECORDED BY:

DATE:

Instrument Mfr. Ground System Type: Single Rod Rod Depth (ft.)

Model Ground Well Well Depth (ft.)

Serial # Multiple Rods (Grid) Longest Diagonal Dimension (ft.)

Current Probe Distance

Resistance Scale Multiplier Distance Scale Multiplier: x 1 x 10

X1 X10

Remarks:

TEST CONDITIONS

Temp: Soil: Wet Moist Dry Soil Type

Loam Sand & Gravel Shale Clay Limestone Sandstone Granite Slate Other

Potential Probe

72%

Of distance from ground system to current probe

Ground System Current Probe

52% 62%

I

Vicinity Map

Booth & Associates , LLC5811 Glenwood Avenue | Raleigh, NC 27612 CONSULTING ENGINEERS

AutoCAD SHX Text
VM-1
AutoCAD SHX Text
c
AutoCAD SHX Text
08/16
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
APPD.
AutoCAD SHX Text
DWG. NO.
AutoCAD SHX Text
FILE:
AutoCAD SHX Text
DATE
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
DWN.
AutoCAD SHX Text
CKD.
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
JOB NO.
AutoCAD SHX Text
KINSTON P.O.D. No. 2 BREAKER STATION VICINITY MAP
AutoCAD SHX Text
CITY OF KINSTON
AutoCAD SHX Text
AAI
AutoCAD SHX Text
BDE
AutoCAD SHX Text
1" = 2000'
AutoCAD SHX Text
16****
AutoCAD SHX Text
08/29/16
AutoCAD SHX Text
CAS
AutoCAD SHX Text
13013VM
AutoCAD SHX Text
N
AutoCAD SHX Text
S
AutoCAD SHX Text
SITE ADDRESS: 1900 LOUIE POLLOCK ROAD KINSTON, NC 28551
AutoCAD SHX Text
P.O.D. No. 2 BREAKER STATION