48
Raleigh-Durham Airport Authority 1000 Trade Drive PO Box 80001 RDU Airport, NC 27623 www.RDU.com INVITATION FOR BIDS (IFB) for Pre-Construction Purchase Static Uninterruptible Power Supply (UPS) For Terminal Two and the Airport Operations Center (AOC) Dale S. Poole, C.P.M. Senior Procurement Officer [email protected] No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP ______________________________________________________ For internal Authority processing, including tabulation of bids in the State’s Interactive Purchasing System (IPS), provide your company’s Federal Employer Identification Number or alternate identification number (e.g. Social Security Number). Pursuant to G.S. 132-1.10(b) this identification number shall not be released to the public. This page will be removed and shredded, or otherwise kept confidential, before the procurement file is made available for public inspection. This page shall be filled out and returned with your bid. Failure to do so shall be sufficient cause to reject your bid. ID Number: ______________________________________________________ Federal ID Number or Social Security Number ___________________________________________________ Offeror Name Sealed, mailed responses ONLY will be accepted for this solicitation.

INVITATION FOR BIDS (IFB) - The [email protected] . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

Raleigh-Durham Airport Authority

1000 Trade Drive PO Box 80001

RDU Airport, NC 27623 www.RDU.com

INVITATION FOR BIDS (IFB) for

Pre-Construction Purchase Static Uninterruptible Power Supply (UPS)

For Terminal Two and the Airport Operations Center (AOC)

Dale S. Poole, C.P.M.

Senior Procurement Officer [email protected]

No Phone Calls.

Invitation for Bids # 554-IFB20-2003-DSP

______________________________________________________

For internal Authority processing, including tabulation of bids in the State’s Interactive Purchasing System (IPS), provide your company’s Federal Employer Identification Number or alternate identification number (e.g. Social Security Number). Pursuant to G.S. 132-1.10(b) this identification number shall not be released to the public. This page will be removed and shredded, or otherwise kept confidential, before the procurement file is made available for public inspection.

This page shall be filled out and returned with your bid. Failure to do so shall be sufficient cause to reject your bid.

ID Number:

______________________________________________________ Federal ID Number or Social Security Number

___________________________________________________ Offeror Name

Sealed, mailed responses ONLY will be accepted for this solicitation.

Page 2: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

Page 2 of 25

Raleigh-Durham Airport Authority IFB for Pre-Construction Purchase of Static Uninterruptible Power Supply (UPS) IFB # 554-IFB20-2003

[THIS PAGE INTENTIONALLY LEFT BLANK]

Page 3: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

Page 3 of 25

Raleigh-Durham Airport Authority IFB for Pre-Construction Purchase of Static Uninterruptible Power Supply (UPS) IFB # 554-IFB20-2003

I. OVERVIEW & SCHEDULE A. OVERVIEW

The Raleigh-Durham Airport Authority (the “Authority”) invites contractors/firms that may be interested in providing products and services to the Authority in connection with an Uninterruptible Power Supply (“UPS”) systems upgrade Project located in Terminal Two and the Airport Operations Center (“AOC”) at the Raleigh-Durham International Airport (“RDU” or “Airport”), to submit a bid for furnishing such products and services. The Authority intends to award a Purchase Order to one (1) Contractor to provide the systems as detailed within this document. The Contractor selected for this assignment must have recent, similar experience on projects of comparable scope and scale to the Authority’s project as stated in this document, including other requirements listed herein.

B. IFB SCHEDULE

Activity (All times are Eastern Standard Time) Date

Issue IFB Wednesday, July 24, 2019 Written Questions are due via email Response to Questions Posted as an Addendum Fri., July 26, 2019 at 3:00 PM

Monday, July 29, 2019 Bids are Due Friday, August 2, 2019 - 11:00 AM Presentation to RDUAA Board and Approval Thursday, August 15, 2019 Anticipated Award of Purchase Order Monday, August 19, 2019

The Authority reserves the right to modify the dates set forth in the above table in its sole discretion. Any such modifications will be stated in an addendum. C. PRE-BID CONFERENCE

A Pre-Bid Conference is not applicable to this solicitation. D. SPECIFICATIONS

Complete Specifications for this IFB are attached hereto and incorporated herein as Exhibit B. Offeror may also send an email request for a drawings file to: [email protected].

Page 4: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

Page 4 of 25

Raleigh-Durham Airport Authority IFB for Pre-Construction Purchase of Static Uninterruptible Power Supply (UPS) IFB # 554-IFB20-2003

II. INVITATION FOR BIDS DOCUMENT The IFB is comprised of the base IFB document, any attachments, and any addenda released before Purchase Order/Contract award. All attachments and addenda released for this IFB in advance of any Purchase Order/Contract award are incorporated herein by reference. Offeror shall thoroughly examine and become familiar with this IFB, including forms, attachments, and any addendum that may be issued. The failure or the neglect of a Offeror to receive or examine any IFB document shall in no way relieve it from any obligation with respect to its bid or the obligations that flow from being the selected Offeror. No claim based upon a lack of knowledge or understanding of any document or its contents shall be allowed. III. IFB PROCESS

A. POINT OF CONTACT

The point of contact for all submissions and correspondence regarding this IFB will be Dale S. Poole, Senior Procurement Officer and may be reached by email at [email protected]. Submissions of questions, correspondence or requests for clarifications to persons other than the Point of Contact will not receive a response. ** No Phone Calls ** B. ATTEMPTS TO INFLUENCE THE SELECTION PROCESS Except for clarifying written questions sent to the Authority, all Offerors, including any and all persons acting on their behalf, are strictly prohibited from contacting elected or appointed Authority Board members, officials, officers, or employees, on or regarding any matter relating to this IFB from the time the IFB is issued until the start of the open business meeting at which the Board is asked to approve the agreement between the Authority and the selected Contractor. The Authority reserves the right to disqualify any Offeror who contacts an Authority Board member, official, employee, representative, contractor, or agent concerning this IFB other than in accordance with this section. C. INTERPRETATION AND ADDENDA

No interpretation or clarification regarding this IFB will be made verbally to any Offeror (also referred to as “Respondent”). Requests for interpretation or clarification must be submitted electronically to the Procurement Supervisor. When submitting a request for interpretation or clarification, Offerors are encouraged to reference the IFB page and topic number pertinent to the question(s). All questions must be submitted no later than the date and time (by the Authority’s clock) stated in the IFB Schedule for the submission of questions. Any questions received after that time will not be addressed.

Page 5: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

Page 5 of 25

Raleigh-Durham Airport Authority IFB for Pre-Construction Purchase of Static Uninterruptible Power Supply (UPS) IFB # 554-IFB20-2003

Interpretations, clarifications and supplemental instructions from the Authority will be in the form of a written addendum. Only the written interpretations, clarifications or supplemental instructions set forth in the posted addenda shall be binding, and Offerors are warned that no other source is authorized to give information concerning, explaining or interpreting this IFB. D. SELECTION CRITERIA AND MINIMUM REQUIREMENTS Upon review and evaluation of all qualifying bids, including any interviews that the Authority may elect to require, the Authority will select and recommend the Offeror that, in its sole judgment, is the best overall value to the Authority and is most responsive and responsible in meeting the requirements and objectives of this IFB as set forth below. General Evaluation Criteria The Authority reserves the right to reject any and all Bids, in whole or in part, and to waive any minor irregularities that will not result in an unfair economic or competitive advantage or disadvantage to any Offeror. The Authority shall review all Offerors’ responses to this IFB to confirm that each one complies with the specifications and requirements of the IFB.

a) Bids are requested for the items as specified, or item(s) equivalent in design, function and performance. The Authority reserves the right to reject any bid on the basis of fit, form and function as well as cost. All information furnished on this bid may be used as a factor in determining the award of this contract.

The Authority will conduct an evaluation of Bids, as follows: Bids will be received from each responsive Offeror in the method stated in section IV-E. All bids shall be received by the Authority not later than the date and time specified in this IFB, or as modified by a bid addendum. At the date and time specified as the bid opening, the bid responses from each responding Offeror will be opened publicly and the name of the Offeror and bid’s total cost will be announced. Interested parties are cautioned that these costs and their components are subject to further evaluation for completeness and correctness and therefore may not be an exact indicator of a Offeror’s pricing position. At its option, the Authority may request clarifications, oral presentations or discussion with any or all Offerors in order to clarify or to amplify the materials presented in any part of the bid or requested in the IFB. Offerors are cautioned, however, that the Authority is not required to request presentations or other clarification—and often does not. Therefore, all bids should be complete

Page 6: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

Page 6 of 25

Raleigh-Durham Airport Authority IFB for Pre-Construction Purchase of Static Uninterruptible Power Supply (UPS) IFB # 554-IFB20-2003

and reflect the most favorable terms available from the Offeror. Prices bid cannot be altered or modified as part of a clarification. Bids will generally be evaluated, based on completeness, content, cost and responsibility of the Offeror to supply the requested goods and services. The Authority reserves the right to reject all original offers and request one or more of the Offerors submitting bids within a competitive range to submit a best and final offer (BAFO), based on discussions and negotiations with the Authority, if the initial responses to the IFB have been evaluated and determined to be unsatisfactory. Award to one Offeror does not mean that the other bids lacked merit, but that, all factors considered, the selected bid was deemed most advantageous and represented the best value to the Authority. Offerors are cautioned that this is a request for offers, not an offer or request to contract, and the Authority reserves the unqualified right to reject any and all bids at any time if such rejection is deemed to be in the best interest of the Authority Bids will be evaluated using the following general overarching factors:

1. Responsiveness of the Bid to the Submittal Requirements in this IFB; 2. Timeliness of Deliver of the requested goods; 3. Costs – Costs evaluation is based upon the proposed solution and timeline; and 4. MWSB Response.

E. EVALUATION COMMITTEE AND AWARD OF CONTRACT An Evaluation Committee will evaluate all Bids. As part of the evaluation process, the Evaluation Committee may engage in discussions with any Offeror to determine in greater detail the Offeror’s qualifications and to learn about the Offeror’s proposed method of performance to facilitate arriving at an agreement that will be satisfactory to the Authority. The Authority may in its discretion require one or more Offerors to make presentations to the Evaluation Committee or appear before The Authority and/or its representatives for an interview on the date mentioned in the IFB Schedule. During such interview, the Offeror may be required to present its Bid and to respond in detail to any questions posed. Additional meetings may be held to clarify issues or to address comments, as The Authority deems appropriate. Offerors will be notified in advance of the time and format of such interviews and/or meetings to be held on the date mentioned in the IFB Schedule. The Evaluation Committee will consider all relevant materials and information in making its selection. The Evaluation Committee will recommend the Offeror that it determines, in its sole discretion, is best able to provide the products and services to the Authority.

Page 7: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

Page 7 of 25

Raleigh-Durham Airport Authority IFB for Pre-Construction Purchase of Static Uninterruptible Power Supply (UPS) IFB # 554-IFB20-2003

The Authority shall have no obligations under this IFB until formal approval and award of the Purchase Order. F. MINORITY WOMEN-OWNED SMALL BUSINESS (MWSB) PROGRAM

The Authority has established a Minority and Women-Owned Small Business (MWSB) Program to encourage equal opportunity for MWSBs to compete for employment as contractors, subcontractors, suppliers and service providers. MWSB Goals for MWSB participation on this Agreement represent the total dollars that will be spent with MWSBs as a percentage of the total contract amount, including any change orders and contingency (“MWSB Goals”). The Authority has assigned the following MWSB Goals for work assigned to the Contractor hereunder: Minority-owned business participation (“MB Goal”): 5.0%. Woman-owned business participation (“WB Goal”): 5.0%. Additional details relating to the MWSB Program and requirements specific to this IFB are included in FORM 5: MWSB PROGRAM. Additional information regarding the MWSB Program is also available on the Authority’s website at http://www.rdu.com/business/smallbusiness.html. FORM 5 (MWSB PROGRAM) must be completed and submitted with bid response. IV. FINANCIAL ELIGIBILITY AND DISQUALIFICATION OF OFFERORS

A. FINANCIAL CAPACITY

Offeror is expected to have the financial ability to furnish and deliver the goods, however, Offeror’s financials will not be a required as part of the bid. Upon inspection of the bids, the Authority reserves the right to request any and all financial material it deems relevant in assessing the validity of the bid. B. DISQUALIFICATION OF BID

Without in any way limiting the Authority’s right to reject any or all Bids, Offerors are advised that any of the following may be considered as sufficient cause for the disqualification of a Offeror and the rejection of a Bid: (i) failure to meet the experience and qualifications eligibility requirements set forth in the Scope of Services; (ii) submission of more than one bid by an individual, firm, partnership or corporation under the same or different names, including the names it does business under; (iii) evidence of collusion among Offerors; (iv) improper communication as described in Section III B. Bids will be considered irregular and may be rejected for omission, alterations of form, additions not called for, conditions, limitation, unauthorized alternate bids or

Page 8: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

Page 8 of 25

Raleigh-Durham Airport Authority IFB for Pre-Construction Purchase of Static Uninterruptible Power Supply (UPS) IFB # 554-IFB20-2003

other irregularities of any kind. All of the foregoing notwithstanding, however, the Authority reserves the right to waive any such irregularities. V. BID FORMAT AND SUBMISSION REQUIREMENTS

A. E-PROCUREMENT SOLICITATION This is NOT an E-Procurement solicitation. Sealed, mailed responses ONLY will be accepted for this solicitation. B. PRICING

Bid price shall constitute the total cost to the State for delivery fully assembled and ready for use, including all applicable charges for shipping, delivery, handling, administrative and other similar fees. Vendor shall not invoice for any amounts not specifically allowed for in this IFB. Complete FORM 1: PRICING and include in Bid. C. AUTHORIZED RESELLER Offeror shall be authorized by the manufacturer to distribute or resell the products and/or maintenance offered in this IFB. The Vendor shall provide with its bid response a signed statement from the manufacturer confirming authorization. Failure to provide this statement shall constitute sufficient grounds for rejection of Vendor’s offer, at the discretion of the Authority. Offeror is the: □ Manufacturer □ Dealer □ Reseller □ Distributor Authorized: □ Yes □ No D. BID FORMAT The Authority desires all Bids to be identical in format in order to facilitate the evaluation process. Failure to comply with the format requirements set forth herein may result in rejection of the Bid. Bids should be prepared as simply as possible and provide a straightforward, concise description of the Respondent’s capabilities to satisfy the requirements of the IFB. Emphasis should be placed upon accuracy, completeness, and clarity of content. All diagrams, parts, pages, figures, and tables should be numbered and clearly labeled.

E. SUBMISSION REQUIREMENTS

Page 9: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

Page 9 of 25

Raleigh-Durham Airport Authority IFB for Pre-Construction Purchase of Static Uninterruptible Power Supply (UPS) IFB # 554-IFB20-2003

Offerors must submit sealed bids (no fax or emails accepted) to the Authority’s Point of Contact by the date and time specified above. Offerors must submit sealed packages inclusive of one (1) bound, tabbed original and complete Proposals signed in ink by a company official authorized to make a legal binding offer and an electronic version on a flash drive in searchable PDF format no later than the date and time set forth in the IFB Schedule above. Submission may be by mail or hand-delivery as follows:

• By (UPS) Mail – Raleigh-Durham Airport Authority, Attn: Dale S. Poole, Senior Procurement Officer, RDU Center, 1000 Trade Drive, Morrisville, NC 27560; or

• By (FedEx) Mail – Raleigh-Durham Airport Authority, Attn: Dale S. Poole, Senior Procurement Officer, RDU Center, 1000 Trade Drive, RDU Airport, NC 27623; or

• By Hand-delivery – Proposals may hand-delivered to the front desk attendant in the front lobby of the RDU Center, Raleigh-Durham Airport Authority, Attn: Dale S. Poole, Senior Procurement Officer, RDU Center, 1000 Trade Drive, RDU Airport, NC 27623. Reference Map: http://www.rdu.com/wp-content/uploads/2014/11/RDUCenterlot.pdf .

Bids will be time and date stamped upon receipt (by either mail or hand-delivery).

Where possible, all bids shall be 8 1/2" x 11" format with all standard text no smaller than eleven (11) points. All bids should use double-sided copying and be bound with tab dividers corresponding to the format requirements specified above. Failure of the Offeror to organize the information required by this IFB as outlined herein may result in the Authority, at its sole discretion, deeming the Offeror non-responsive to the requirements of this IFB.

The Offeror, however, may reduce the repetition of identical information within several sections of the Bid by making the appropriate cross-references to other sections of the Bid. Appendices for certain technical or financial information may be used to facilitate bid preparation. Bids will be opened in public at the specified date and time above but will not be available for public inspection until after final execution and approval of a purchase order and/or contract. Bids shall be enclosed in a sealed envelope or package, addressed to the Authority. The name and address of the prospective Contractor and the title IFB number should be placed on the outside of the package. All items required for a responsive bid shall be included. It is the responsibility of the Offeror to ensure that the package is complete and received at the proper time.

F. WITHDRAWAL OF BID; CORRECTION OF ERRORS

Withdrawal of the bid may occur at any time prior to the submission deadline as set forth in the IFB Schedule above, by written request, sent by email to the Procurement Supervisor. A request for withdrawal will not be effective until the Authority has confirmed, in writing, the receipt of

Page 10: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

Page 10 of 25

Raleigh-Durham Airport Authority IFB for Pre-Construction Purchase of Static Uninterruptible Power Supply (UPS) IFB # 554-IFB20-2003

such request. A request to withdraw a Bid by telephone or facsimile, shall not be considered a valid request to withdraw a Bid. Withdrawal of one bid will not preclude the submission of another timely bid but no withdrawal will be allowed after the submission deadline. If Offeror desires to amend a submitted Bid before the Bid Due Date, Offeror must follow the withdrawal procedures described in this Section and resubmit the amended Bid on or before the Bid Due Date in a manner consistent with the Submission Requirements. Where there are corrections prior to submission, the Offeror’s representative signing the Bid must initial erasures or other corrections in the Bid. The Offeror further agrees that in the event of any obvious errors, the Authority reserves the right to waive such errors in its sole discretion. G. BID TERMS FIRM AND IRREVOCABLE The signed Bid shall be considered a firm offer on the part of the Offeror for ninety (90) days. All Bid responses (including all statements, claims, declarations, prices and specifications in the Bids) shall be considered firm and irrevocable for purposes of contract negotiations unless specifically waived in writing by the Authority. The selected Offeror should be prepared to have its Bid and any relevant correspondence or documentation incorporated into the Agreement, either in part or in its entirety, at the Authority's election. Any false or misleading statements found in the Bid may be grounds for disqualification and termination of the Agreement. This IFB does not constitute an offer by the Authority. No binding contract, obligation to negotiate, or any other obligation shall be created on the part of the Authority unless the Authority and the Offeror execute the Agreement following award of such agreement by the Board. VI. IFB TERMS AND CONDITIONS

A. DEFINITIONS

a. AUTHORITY: the RALEIGH-DURHAM AIRPORT AUTHORITY, a public

body chartered by the General Assembly of North Carolina under Chapter 168 of the 1939 Session Laws, as amended.

b. AWARD: acceptance of a particular Offeror's Bid or Proposal resulting in a purchase order or an agreement.

c. CONTRACTOR: the Offeror that will provide the goods and/or services to the Authority.

d. FOB-DESTINATION: Title changes hand from Contractor to purchaser at the destination point of the shipment; Contractor owns commodity in transit and files any claims, and Contractor pays all freight and any related transportation charges. A solicitation may request an Offeror to separately identify freight charges in its bid, but no amount or charge not included as part of the total bid price will be paid.

e. IFB: Invitation for Bids.

Page 11: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

Page 11 of 25

Raleigh-Durham Airport Authority IFB for Pre-Construction Purchase of Static Uninterruptible Power Supply (UPS) IFB # 554-IFB20-2003

f. OFFEROR: Supplier, bidder, proposer, company, firm, vendor, corporation, partnership, individual or other entity submitting a response to an Invitation for Bids. Following award of a purchase order or contract, the term refers to an entity receiving such an award.

g. MWSB (Minority and Woman-Owned Small Business): business entity which has been certified by an approved agency as a small business, as defined by the Small Business Administration size standards found in 13 CFR Part 121, that is at least fifty-one percent (51%) owned and controlled by one or more socially and economically disadvantaged individuals, as defined in the Authority’s Minority and Women-Owned Small Business Program.

B. NOTICE TO OFFERORS REGARDING IFB TERMS AND CONDITIONS It shall be the Offeror’s responsibility to read the Instructions, the Authority’s terms and conditions, all relevant exhibits and attachments, and any other components made a part of this IFB, and comply with all requirements and specifications herein. Offerors are also responsible for obtaining and complying with all Addenda and other changes that may be issued concerning this IFB. If Offerors have questions, issues, or exceptions regarding any term, condition, or other component within this IFB (including proposed alternate language), those must be submitted as questions in accordance with the instructions herein. If the Authority determines that any changes will be made resulting from the questions asked, then such decisions will be communicated in the form of an IFB addendum. The Authority rejects and will not be required to evaluate or consider any additional or modified terms and conditions submitted with Offeror’s bid. This applies to any language appearing in or attached to the document as part of the Offeror’s bid that purports to vary any terms and conditions or Offeror instructions herein or to render the bid non-binding or subject to further negotiation. Offeror’s bid shall constitute a firm offer. By execution and delivery of a bid in response to this IFB, the Offeror agrees that any additional or modified terms and conditions, whether submitted purposefully or inadvertently, shall have no force or effect, and will be disregarded. Noncompliance with, or any attempt to alter or delete, this paragraph shall constitute sufficient grounds to reject Offeror’s bid as nonresponsive. Any bid that contains language that indicates the bid is non-binding or subject to further negotiation before a contractual document may be signed shall be rejected. The terms and conditions of this IFB and the Authority’s Purchase Order Terms and Conditions attached hereto and incorporated herein as Exhibit A shall govern an order.

C. ACCURACY OF IFB AND RELATED DOCUMENTS The Authority assumes no responsibility for conclusions or interpretations derived from the information presented in this IFB, or otherwise distributed or made available during this selection process. In addition, the Authority will not be bound by or be responsible for any explanation, interpretation or conclusions of this IFB or any documents other than those provided by the Authority through the issuance of addenda. In no event may a Offeror rely on any oral statement in relation to this IFB.

Page 12: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

Page 12 of 25

Raleigh-Durham Airport Authority IFB for Pre-Construction Purchase of Static Uninterruptible Power Supply (UPS) IFB # 554-IFB20-2003

Should a Offeror find discrepancies or omissions in this IFB or any other documents provided by the Authority, the Offeror should immediately notify the Authority of such discrepancy or omission in writing, and a written addendum may be issued if the Authority determines clarification necessary. Each Offeror requesting a clarification or interpretation will be responsible for delivering such requests to the Authority as directed in this IFB. The information contained in this IFB and attachments, hereto, and any addendum that may be issued, has been obtained from sources thought to be reliable, but the Authority and its Board, officials, officers, employees, agents and contractors, are not liable for the accuracy of the information or its use by prospective respondents. D. OFFEROR’S COST OF BID PREPARATION

Offerors are responsible for any and all costs associated with the bid process including, but not limited to, the creation of the bid and any interviews (if applicable). The Authority will not accept any promotional items as part of the bid process and any such items included will either be discarded or, if so requested, returned to the Offeror at Offeror’s cost.

E. REPRESENTATION BY BROKER

The Authority will not be responsible for any fees, expenses or commissions for brokers or their agents. Communications by or between employees of or contractors to the Authority and any potential or actual respondent broker or agent are not to be construed as an agreement to pay, nor will the Authority pay any such fees, expenses or commissions. By submitting its bid, respondent agrees to hold the Authority harmless from any claims, demands, actions or judgments in connection with such broker fees, expenses or commissions. F. RIGHT TO TERMINATE NEGOTIATIONS / DISCUSSIONS

The Offeror’s participation in this process might result in the Authority selecting the Offeror to engage in further discussions including the negotiation of the Scope of Services and MWSB goal. The commencement of such discussions and negotiations, however, does not signify a commitment by the Authority to execute the Agreement or to continue discussions and negotiations. The Authority may terminate discussions and/or negotiations at any time and for any reason prior to the award of a binding contract by the Authority, and either abandon the selection process or select another Offeror with whom to enter into negotiations. G. OWNERSHIP AND PUBLIC RECORDS LAW All bids and supplementary material provided as part of this process will become the property of the Authority. Offerors are advised that all information included in the material provided may

Page 13: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

Page 13 of 25

Raleigh-Durham Airport Authority IFB for Pre-Construction Purchase of Static Uninterruptible Power Supply (UPS) IFB # 554-IFB20-2003

become available to the public except for information that falls under one or more of the statutory exceptions set forth in Chapter 132 and 66-152 et seq. of the North Carolina General Statutes. Offeror may designate information confidential that is considered a trade secret or confidential under North Carolina Statute, however the Authority reserves the right to make the final determination on if the material marked confidential in fact meets the statutory requirements. In submitting a bid, each Offeror agrees that the Authority may reveal any trade secrets or confidential information to Authority staff, consultants or third parties assisting with this IFB and resulting Agreement. Where information is marked Trade Secret, Offeror agrees to indemnify and hold harmless the Authority and each of its officers, employees and agents from all costs, damages and expenses incurred in connection with refusing to disclose any material which Offeror has designated as a trade secret or confidential. H. DISCLAIMER The information contained in this IFB and attachments, hereto, and any addendum that may be issued, are provided to assist prospective Offerors in the preparation of bids. The information has been obtained from sources thought to be reliable, but the Authority and its Board, officials, officers, employees, agents and contractors, are not liable for the accuracy of the information or its use by prospective respondents. I. CONTRACTOR REGISTRATION

The selected Offeror will be required to be register as a vendor of the Authority. For more information on how to register as a vendor of the Authority, you may visit the following link to download and submit the form: http://www.rdu.com/wp-content/uploads/2014/11/MWSB-Vendor-Registration_May-2016.pdf

Page 14: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

Page 14 of 25

Raleigh-Durham Airport Authority IFB for Pre-Construction Purchase of Static Uninterruptible Power Supply (UPS) IFB # 554-IFB20-2003

FORM 1: PRICING

FURNISH AND DELIVER THE FOLLOWING:

ITEM # QTY. UOM DESCRIPTION UNIT PRICE EXTENDED PRICE

1

1

EA

STATIC UNINTERRUPTIBLE POWER SUPPLY (UPS) FOR TERMINAL 2 (T2)

* ATTACH A DETAILED LIST OFF ALL ITEMS AND COSTS

$____________

$________________

2

1

EA

STATIC UNINTERRUPTIBLE POWER SUPPLY (UPS) FOR TERMINAL 2 (T2)

* ATTACH A DETAILED LIST OFF ALL ITEMS AND COSTS

$____________

$________________

3

1

EA

STATIC UNINTERRUPTIBLE POWER SUPPLY (UPS) FOR AIRPORT OPERATIONS CENTER (AOC)

* ATTACH A DETAILED LIST OFF ALL ITEMS AND COSTS

$____________

$________________

4

1

EA

STATIC UNINTERRUPTIBLE POWER SUPPLY (UPS) FOR AIRPORT OPERATIONS CENTER (AOC)

* ATTACH A DETAILED LIST OFF ALL ITEMS AND COSTS

$____________

$________________

4

EA

FREIGHT, IF APPLICABLE

$____________

$________________

TOTAL EXTENDED PRICE: $ _________________________________

ATTACH A DETAILED LISTING OF ALL ITEMS AND COSTS NECESSARY TO MEET THE REQUIREMENTS AND SPECIFICATIONS. INCLUDE MANUFACTURER AND MODEL NUMBER.

Page 15: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

Page 15 of 25

Raleigh-Durham Airport Authority IFB for Pre-Construction Purchase of Static Uninterruptible Power Supply (UPS) IFB # 554-IFB20-2003

FORM 2

Offeror Name: ________________________________ Principal Office Address: ________________________________ ________________________________ ________________________________

A. BID FORMS All required Forms, Appendices and Attachments within this IFB and Exhibits. B. NON-COLLUSION AFFIDAVIT In submitting this Bid, Offeror hereby declares that the only person or persons interested in this Bid as principal or principals is or are named herein and that no person other than herein mentioned has any interest in this Bid or in the contract to be entered into; that this Bid is made without connection with any other person, company or parties submitting a Bid in response to this IFB; and that it is in all respects fair and in good faith without collusion or fraud. Offeror represents to the Authority that, except as may be disclosed in an Addendum hereto, no Board member, officer, employee or agent of the Authority presently has any interest, either directly or indirectly, in the business of Offeror, and that any such officer, employee or agent of the Authority having a present interest in the business of Offeror shall not have any such interest at any time during the term of the Agreement should it be awarded to the Offeror. C. EXECUTION In compliance with this Invitation for Bids, and subject to all the conditions herein, the undersigned Offeror offers and agrees to furnish and deliver any or all items upon which prices are bid, at the prices set opposite each item within the time specified herein. By executing this bid, the undersigned Offeror certifies that this bid is submitted competitively and without collusion (G.S. 143-54), that none of its officers, directors, or owners of an unincorporated business entity has been convicted of any violations of Chapter 78A of the General Statutes, the Securities Act of 1933, or the Securities Exchange Act of 1934 (G.S. 143-59.2), and that it is not an ineligible Offeror as set forth in G.S. 143-59.1. False certification is a Class I felony. Furthermore, by executing this bid, the undersigned certifies to the best of Offeror’s knowledge and belief, that it and its principals are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal or State department or agency. As required by G.S. 143-48.5, the undersigned Offeror certifies that it, and each of its sub-Contractors for any Purchase Order or Contract awarded as a result of this IFB, complies with the requirements of Article 2 of Chapter 64 of the NC General Statutes, including the requirement for each employer with more than 25 employees in North Carolina to verify the work authorization of its employees through the federal E-Verify system. G.S. 133-32 and Executive Order 24 (2009) prohibit the offer to, or acceptance by, any Authority Employee associated with the preparing plans, specifications, estimates for public Contract; or awarding or administering public Contracts;

Page 16: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

Page 16 of 25

Raleigh-Durham Airport Authority IFB for Pre-Construction Purchase of Static Uninterruptible Power Supply (UPS) IFB # 554-IFB20-2003

or inspecting or supervising delivery of the public Contract of any gift from anyone with a Contract with the Authority, or from any person seeking to do business with the Authority. By execution of this bid response to the IFB, the undersigned certifies, for Offeror’s entire organization and its employees or agents, that Offeror are not aware that any such gift has been offered, accepted, or promised by any employees or agents of Offeror’s organization. Failure to execute/sign bid prior to submittal shall render bid invalid and it WILL BE REJECTED. Late bids cannot be accepted. The Offeror is duly authorized and designated to execute this Bid on behalf of and as of the official act of Offeror, this _______ day of _______________________, 2016. Name: ____________________________________ Signature: ____________________________________ Printed Name: ____________________________________ Title: ____________________________________ Address: ____________________________________ ____________________________________ ____________________________________ Email: ____________________________________ Phone Number: ____________________________________ If any or all parts of this bid are accepted by the Raleigh-Durham Airport Authority, an authorized representative of the Authority’s Procurement Department shall issue a Purchase Order and this document and all provisions of this Invitation for Bid along with the Offeror’s bid response and the written results of any negotiations shall then constitute the written agreement between the parties. A copy of the Purchase Order will be forwarded to the successful Offeror(s).

END OF FORM 2

Page 17: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

Page 17 of 25

Raleigh-Durham Airport Authority IFB for Pre-Construction Purchase of Static Uninterruptible Power Supply (UPS) IFB # 554-IFB20-2003

FORM 3

RALEIGH-DURHAM AIRPORT AUTHORITY NONDISCRIMINATION CERTIFICATION

The undersigned Offeror hereby certifies and agrees that the following information is correct: 1. In preparing the enclosed bid, the Offeror has considered all bids submitted from qualified,

potential subconsultants and suppliers and has not engaged in discrimination as defined in Section 2.

2. For purposes of this certification discrimination means discrimination in the solicitation,

selection, or treatment of any subconsultant, vendor, supplier or commercial customer on the basis of race, ethnicity, gender, age, religion, national origin, disability or any other unlawful form of discrimination. Without limiting the foregoing, discrimination also includes retaliating against any person or other entity for reporting any incident of prohibited discrimination.

3. Without limiting any other remedies that the Authority may have for a false certification,

it is understood and agreed that, if this certification is false, such false certification will constitute grounds for the Authority to reject the bid submitted with this certification and terminate any contract awarded based on such bid. It shall also constitute a violation of the Authority’s Policies and shall subject the Offeror to any remedies allowed thereunder, including possible disqualification from participating in Authority contracts or bid processes for up to two years.

4. As a condition of contracting with the Authority, the Offeror agrees to promptly provide to

the Authority all information and documentation that may be requested by the Authority from time to time regarding the solicitation and selection of subconsultants in connection with this solicitation process. Failure to maintain or failure to provide such information shall constitute grounds for the Authority to reject the bid submitted by the Offeror and terminate any contract awarded on such bid. It shall also constitute a violation of the Authority’s Policies and shall subject the Offeror to any remedies allowed thereunder.

5. As part of its bid, the Offeror shall provide to the Authority a list of all instances within the

past ten years where a complaint was filed or pending against the Offeror in a legal or administrative proceeding alleging that the Offeror discriminated against its subconsultants, vendors, suppliers, or commercial customers, and a description of the status or resolution of that complaint, including any remedial action taken.

6. As a condition of submitting a bid to the Authority, the Offeror agrees to comply with the

Authority’s Policies, and consents to be bound by the award of any arbitration conducted thereunder.

Name of Company: ________________________________________________ Signature: ________________________________________________ Printed Name: ________________________________________________ Title: ________________________________________________ Date: ________________________________________________

END OF FORM 3

Page 18: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

Page 18 of 25

Raleigh-Durham Airport Authority IFB for Pre-Construction Purchase of Static Uninterruptible Power Supply (UPS) IFB # 554-IFB20-2003

FORM 4

RALEIGH-DURHAM AIRPORT AUTHORITY E-VERIFY CERTIFICATION

This E-Verify Certification is provided to the Authority by the company signing below (“Company”) as a prerequisite to the Authority considering Company for award of the Agreement. 1. Company understands that: a. E-Verify is the federal program operated by the United States Department of Homeland Security and other federal agencies to enable employers to verify the work authorization of employees pursuant to federal law, as modified from time to time. b. Article 2 of Chapter 64 of the North Carolina General Statutes requires employers that transact business in this state and employ 25 or more employees in this state to: (i) verify the work authorization of employees who will be performing work in North Carolina through E-Verify; and (ii) maintain records of such verification (the “E-Verify Requirements”). c. North Carolina General Statute 160A-201(b) prohibits the City from entering into contracts unless the contractor and all subcontractors comply with the E-Verify Requirements. 2. As a condition of being considered for the Contract, Company certifies that: a. If Company has 25 or more employees working in North Carolina (whether now or at any time during the term of the Contract), Company will comply with the E-Verify Requirements in verifying the work authorization of Company employees working in North Carolina; and b. Regardless of how many employees Company has working in North Carolina, Company will take appropriate steps to ensure that each subcontractor performing work on the Contract that has 25 or more employees in North Carolina will comply with the E-Verify Requirements. 3. Company acknowledges that the Authority will be relying on this Certification in entering into the Contract, and that the Authority may incur expenses and damages if the Authority enters into the Contract with Company and Company or any subcontractor fails to comply with the E-Verify Requirements. Company agrees to indemnify and save the Authority harmless from and against all losses, damages, costs, expenses (including reasonable attorneys’ fees), obligations, duties, fines and penalties (collectively “Losses”) arising directly or indirectly from violation of the E-Verify Requirements by Company or any of its subcontractors, including without limitation any Losses incurred as a result of the Contract being deemed void. _________________________________________________ Company Name Signature of Company’s Authorized Representative Date Print Name: ________________________________________ Title: ______________

END OF FORM 4

Page 19: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

Page 19 of 25

Raleigh-Durham Airport Authority IFB for Pre-Construction Purchase of Static Uninterruptible Power Supply (UPS) IFB # 554-IFB20-2003

FORM 5

MINORITY AND WOMEN-OWNED SMALL BUSINESS PROGRAM

(a) The Authority has established a Minority and Women-Owned Small Business Program to encourage equal opportunity for MWSBs to compete for employment as contractors, subcontractors, suppliers and service providers.

(b) MWSB Goals for MWSB participation on this contract represent the total dollars that

will be spent with MWSBs as a percentage of the total contract amount, including any change orders and contingency (“MWSB Goals”). The Authority has assigned the following MWSB Goals for work assigned to the Contractor hereunder:

1. Minority-owned business participation: 5.0%. 2. Woman-owned business participation): 5.0%.

(c) If the Contractor proposes to terminate or substitute a MWSB after submitting a

proposal, the Contractor must make good faith efforts to find a substitute MWSB for the original MWSB to meet its MWSB commitment. The Contractor must give the MWSB notice in writing, with a copy to the Authority, of its intent to request to terminate and/or substitute, and the detailed reasons for the request. All substitutions shall be coordinated with and approved by the Authority prior to being made.

(d) The Contractor has a continuing obligation to meet the MWSB utilization to which it

committed at contract award, inclusive of change orders, amendments, and modifications.

(e) The Contractor shall maintain records and submit monthly reports of MWSB payments,

concurrent with the Contractor’s submission of invoices, with each invoice. The report shall include a certification by the Contractor and MWSB regarding payment to each MWSB subcontractor for the prior month’s Services. These reports will be certified as true and correct by an appropriate Contractor representative.

Page 20: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

Page 20 of 25

Raleigh-Durham Airport Authority IFB for Pre-Construction Purchase of Static Uninterruptible Power Supply (UPS) IFB # 554-IFB20-2003

MWSB AFFIDAVIT

A. Authorized Representative I HEREBY AFFIRM THAT: I am the _________________________ (enter Title) and the duly authorized representative of ______________________________________________ (enter Business Name) (the “Business”) and that I possess the legal authority to make this statement on behalf of myself and the Business for which I am acting.

A. Affirmation Regarding MWSB Program Acknowledgement and Compliance I FURTHER AFFIRM THAT: I am aware of and intend to comply with the Authority’s Minority and Women-Owned Small Business (MWSB) Program. As such [check one]: ☐ The Business is certified as a woman- or minority-owned small business by an accepted agency as described in the MWSB Program document. Therefore, the Business will achieve the MWSB Goals as described in the solicitation through self-performance. (Attach proof of certification.) ☐ The Business is not certified as a woman- or minority-owned small business, and therefore will not meet the MWSB Goals as described in the solicitation through self-performance. However, the Contractor acknowledges the MWSB program and has made good faith efforts towards the inclusion of MWSB firms in this solicitation. If it should become necessary to subcontract some portion of the work at a later date or obtain materials or services in conjunction with this solicitation, the Contractor will notify the Authority and institute good faith efforts to comply with all requirements of the MWSB program in providing equal opportunities to MWSBs. I DO SOLEMNLY DECLARE THAT THE CONTENTS OF THIS STATEMENT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE INFORMATION AND BELIEF. Name of Authorized Representative Title

Signature Date

[END OF FORM 5]

Page 21: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

Page 21 of 25

Raleigh-Durham Airport Authority IFB for Pre-Construction Purchase of Static Uninterruptible Power Supply (UPS) IFB # 554-IFB20-2003

[THIS PAGE INTENTIONALLY LEFT BLANK]

Page 22: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

Page 22 of 25

Raleigh-Durham Airport Authority IFB for Pre-Construction Purchase of Static Uninterruptible Power Supply (UPS) IFB # 554-IFB20-2003

EXHIBIT A

PURCHASE ORDER TERMS AND CONDITIONS

1. ACCEPTANCE – Contractor's acknowledgement of the terms of this purchase order (this "Order")signed by the President and Chief Executive Officer, without timely express written objection, orContractor's shipment or performance of any part of this Order, constitutes an agreement to all terms andconditions set forth or referenced herein and on the face of this Order and on any attachments hereto withrespect to the purchase by Raleigh-Durham Airport Authority ("RDUAA") or the goods or servicesdescribed on the face hereof (the "Goods" or the "Services"), and such terms and conditions, together withany other written agreement signed by Contractor and RDUAA's President and CEO that deals with thesame subject matter as this Order, shall constitute the entire agreement between Contractor and RDUAA.This Order constitutes an offer by RDUAA and expressly limits acceptance to the terms and conditionsstated herein. No additional or supplemental provision or provisions in variance herewith that may appearin Contractor's quotation, acknowledgement, invoice or in any other communication from Contractor shallbe deemed accepted by or binding on RDUAA. RDUAA hereby expressly rejects all such provisionswhich supplement, modify or otherwise vary from the terms of this Order, and such provisions aresuperseded by the terms and conditions stated herein, unless and until RDUAA President and ChiefExecutive Officer expressly assents, in writing, to such provisions. Notwithstanding anything to thecontrary herein, if any of the terms or conditions of this Order conflict with or are inconsistent with anyof the terms or conditions of a written agreement signed by Contractor and RDUAA that deals with thesame subject matter of this Order, then the terms and conditions of the agreement shall control.Stenographic and clerical errors and omissions are subject to correction. This Order is not valid withoutthe signature of RDUAA President and Chief Executive Officer.

2. DEFAULT AND DELAYS IN DELIVERY – Time and rate of delivery are of the essence, except whendelay is due to causes beyond the Contractor's reasonable control and without Contractor's fault ornegligence. RDUAA may by written notice of default to Contractor (a) terminate the whole or any part ofthis Order in any one of the following circumstances: (1) if Contractor fails to make shipment of the Goodsor fails to perform the Services within the time specified herein or any extension thereof; or (2) ifContractor fails to comply with the other terms and conditions of this Order, and (b) procure upon suchterms as RDUAA shall deem appropriate, Goods or Services substantially similar to those so terminated,in which case Contractor shall continue performance of this Order to the extent not terminated and shallbe liable to RDUAA for any excess costs for such similar Goods or Services and any expenses incurredin connection therewith.

3. PRICES – If Contractor's price to any other customer or the regular market price of any of the Goods orServices is lower than the price stated in this Order on the date of shipment of such Goods or the provisionof Services, Contractor agrees to give RDUAA the benefit of such lower price. In no event shallContractor's price be higher than the price last quoted or last charged to RDUAA unless otherwise agreedin writing. No charges for transportation or packaging are allowable unless such charges are included inthis Order.

4. INVOICES AND PAYMENTS - Unless otherwise authorized by RDUAA, Contractor shall issue aseparate original invoice for each delivery that shall include RDUAA's Order and/or contract number andline item number. Contractor shall forward its invoice to the address specified by RDUAA (please emaila copy of any invoice to [email protected]). Unless freight or other charges are itemized, RDUAAmay take any offered discount on the full amount of the invoice. Payment due date is Net 30 days andshall be computed from the later of the scheduled delivery date, the actual delivery date or the date of

Page 23: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

Page 23 of 25

Raleigh-Durham Airport Authority IFB for Pre-Construction Purchase of Static Uninterruptible Power Supply (UPS) IFB # 554-IFB20-2003

receipt of a correct invoice by the Accounts Payable department. Payment shall be deemed made on the date RDUAA's check is mailed or payment is otherwise tendered. Contractor shall promptly return to RDUAA any amounts paid in excess of amounts due Contractor.

5. QUANTITIES – Shipments must equal exact amounts ordered unless otherwise agreed in writing byRDUAA.

6. REJECTION – All Goods shall be received subject to RDUAA inspection. Goods/Services that aredefective in workmanship or material or otherwise not in conformity with the requirements of the Ordermay be rejected and returned at Contractor's expense or may be accepted at an appropriate reduction inprice. RDUAA may require Contractor to promptly replace such Goods/Services and, if Contractor failsto promptly replace such Goods, RDUAA may contract with a third party to replace such Goods/Servicesand charge Contractor the additional cost.

7. WARRANTIES – Contractor warrants that all Goods delivered and all Services performed hereunderwill be free from defects in materials and workmanship and will conform strictly to the specifications,drawings, or samples specified or furnished. This warranty shall survive any inspection, delivery,acceptance, or payment by RDUAA for the Goods/Services and shall run to RDUAA, its customers andany user of the Goods/Services. This express warranty is in addition to Contractor's implied warranties ofmerchantability and fitness for a particular purpose which shall not be disclaimed. Warranty periods shallnot begin prior to acceptance of Goods/Services by RDUAA.

8. REMEDIES FOR BREACH OF WARRANTY – In addition to its right to reject nonconformingGoods/Services, RDUAA shall be entitled to all rights and remedies provided by the Uniform CommercialCode, Chapter 25 of the NC General Statutes, for breach of express warranties and implied warranties ofmerchantability or fitness for a particular purpose, including but not limited to consequential and incidental damages.

9. TERMINATION –In addition to all of the other rights which RDUAA may have to cancel this Order,RDUAA shall have the further right, without assigning any reason therefore, to terminate any workhereunder, in whole or in part, at any time. If the termination is not due to Contractor's breach of itsobligations: (a) RDUAA will pay the Order price for all Goods and Services completed in accordancewith this Order prior to the date of termination unless said Goods are part of Contractor's standardcommercial product;, and (b) RDUAA will pay an equitable proportion of the Order price for Goods inprocess and for all materials acquired for the purpose of fulfilling this Order which Contractor is unableto cancel, return or otherwise use in its operations. RDUAA will not be liable to Contractor for any costsfor completed Goods or Services, Goods or Services in process or materials acquired or contracted for, ifsuch costs were incurred prior to the date of this Order. Cancellation charges shall be subject to RDUAAaudit.

10. RISK OF LOSS – Contractor shall have the risk of loss of and damage to the Goods subject to this Orderuntil such Goods are delivered to the destination and accepted by RDUAA.

11. CHANGES – RDUAA may at any time, by written notice, make changes, within the general scope of thisOrder, in the Goods, Services, specifications, designs, drawings, quantity ordered, methods of shipment,packaging, or place or time of delivery. If any such change causes an increase or decrease in the cost ofor the time required for the performance of any part of this Order, an equitable adjustment will be madein price or delivery schedule or both as reflected in a signed, written change to this Order. Any claim byContractor for an adjustment must be made in writing within thirty (30) days of the receipt of any suchnotice. Nothing contained herein shall relieve Contractor from proceeding without delay to perform thisOrder.

12. CONFIDENTIAL INFORMATION - (a) Contractor agrees that it will at all times hold in confidenceall designs, know-how, techniques, devices, drawings, specifications, patterns, technical information,documents, business plans, item requirements, forecasts and similar data, oral, written or otherwise,conveyed by RDUAA to Contractor in connection herewith or procured, developed, produced,

Page 24: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

Page 24 of 25

Raleigh-Durham Airport Authority IFB for Pre-Construction Purchase of Static Uninterruptible Power Supply (UPS) IFB # 554-IFB20-2003

manufactured or fabricated by Contractor in connection with Contractor's performance hereunder (collectively, 'Information"). Contractor shall exercise the same degree of care to prevent disclosure of any information to others as it takes to preserve and safeguard its own proprietary information, but in any event, no less than a reasonable degree of care. Contractor shall not, without the prior written consent of RDUAA, reproduce any Information; nor disclose Information to any party; nor use any Information for any purpose other than performance for the benefit of RDUAA hereunder. (b) Any technical knowledge or information of Contractor which Contractor shall have disclosed or may hereafter disclose to RDUAA in connection with the Goods or Services or other performance covered by this Order shall not, unless otherwise specifically agreed upon in writing by RDUAA, be deemed to be confidential or proprietary information and shall be acquired by RDUAA free from any restrictions.

13. INTELLECTUAL PROPERTY – Contractor agrees to indemnify, defend and save RDUAA harmlessfrom all liability, loss or expense, including costs of settlement and attorneys' fees, resulting from anyclaim that RDUAA's use, possession or sale of the Goods/Services infringes any copyright, patent ortrademark or is a misappropriation of any trade secret. "Clickwrap" or "Clickthrough" type agreements orlicenses shall not be deemed accepted by or binding on RDUAA. Any product developed/produced forRDUAA becomes the property of RDUAA.

14. INDEMNIFICATION – In the event that any Goods or Services sold, delivered or performed hereundershall be defective in any respect whatsoever, Contractor shall indemnify and save harmless RDUAA, itsofficers, employees and agents, from all loss or the payment of sums of money by reason of all accidents,injuries or damages to persons or property that shall happen or occur in connection with the use or sale ofsuch Goods and are contributed to be said condition. In the event Contractor, its employees, agents,subcontractors and or lower-tier subcontractors enter RDUAA premises in the performance of this Order,Contractor agrees that it will indemnify and hold harmless RDUAA, its officers, employees and agents,from any loss, costs, damage, expense of liability by reason of property damage or personal injury ofwhatsoever nature or kind arising out of as a result of, or in connection with such entry. Contractor shallindemnify and hold harmless RDUAA, its officers, employees, and agents from any and all claims,demands, suits or actions, of any other nature whatsoever, including reasonable attorneys' fees, andexpenses arising from claims related to Contractor's alleged negligent or willful act or omission of anyspecified, required or requested services.

15. COMPLIANCE WITH ALL LAWS – Contractor warrants, and it is a condition of this Order, that allits performance shall be in accordance with all applicable federal, state and local laws, regulations andorders, including, but not limited to: OSHA; environmental regulations, licenses or permits; and the FairLabor Standards Act of 1938, as amended.

16. BANKRUPTCY – In the event of any proceedings, voluntary or involuntary, in bankruptcy or insolvencyby or against Contractor, the inability of Contractor to meet its debts as they become due or in the eventof the appointment, with or without Contractor's consent, of an assignee for the benefit of creditors or ofa receiver, then RDUAA shall be entitled, at its sole option, to cancel any unfilled part of this Orderwithout any liability whatsoever.

17. GOVERNING LAW AND VENUE – This Order and the acceptance of it shall be a contract made inthe State of North Carolina and governed by the laws thereof.

18. MEDIATION – In the event that a dispute arises out of or relates to this Order, or the breach thereof,which cannot be settled through negotiation, Contractor and RDUAA agree to try in good faith to settlethe dispute by mediation using a certified mutually agreed upon mediator before resorting to litigation.

19. STRICT COMPLIANCE – RDUAA may at any time insist upon strict compliance with these terms andconditions notwithstanding any previous course of dealing or course of performance between the partiesto the contrary.

20. GENERAL PROVISIONS – RDUAA remedies as set forth herein are not exclusive. Any delay oromission in exercising any right hereunder, or any waiver of any single breach or default hereunder, shall

Page 25: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

Page 25 of 25

Raleigh-Durham Airport Authority IFB for Pre-Construction Purchase of Static Uninterruptible Power Supply (UPS) IFB # 554-IFB20-2003

not be deemed to be a waiver of such right or of any other right, breach, or default. If action be instituted by Contractor hereunder, RDUAA shall be entitled to recover costs and reasonable attorneys' fees. Contractor may not assign, pledge, or in any manner encumber Contractor's rights under this Order, or delegate the performance of any of its obligations hereunder, without prior, express written consent from RDUAA.

21. FREIGHT ON BOARD – All shipments are U.S. F.O.B. Destination for domestic shipping or IncotermsDDP for international shipments.

22. TAXES – North Carolina Sales and Use tax applies to RDUAA purchases. RDUAA is exempt fromFederal Excise Tax under Registry No. 56-70-0047K as provided by Chapter 23 of the Internal RevenueCode.

23. IRAN DIVESTMENT ACT – Contractor certifies that; (1) it is not identified on the Final DivestmentList or any other list of prohibited investments created by the NC State Treasurer pursuant to N.C.G.S.147-86.58; (2) it will not take any action causing it to appear on any such list during the term of thisPurchase Order, and (3) it will not utilize any subcontractor to provide goods or services hereunder that isidentified on any such list.

[REMAINDER OF PAGE INTENTIONALLY LEFT BLANK]

Page 26: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

RDU INTERNATIONAL AIRPORT

TERMINAL 2 – UPS SYSTEM UPGRADE

July 17, 2019

PRE-CONSTRUCTION

PURCHASE ISSUE

STATIC UNINTERRUPTIBLE POWER SUPPLY 263353 - 1

SECTION 263353 - STATIC UNINTERRUPTIBLE POWER SUPPLY

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. UPS elevation drawings and general provisions of the Contract, including

associated RDUAA “Invitation to Bidders” documents, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Three-phase, on-line, double-conversion, static-type, UPS units with the

following features:

a. Surge suppression.

b. Input harmonics reduction.

c. Rectifier-charger.

d. Modular inverter up to 200 KVA increments (50, 100, 150, 200 KVA).

e. Static bypass transfer switch.

f. Battery and battery disconnect device.

g. Internal maintenance bypass/isolation switch.

h. Output isolation transformer.

i. Remote UPS monitoring provisions.

j. Web based battery monitoring software, set-up, and training.

k. Remote monitoring.

l. Lithium battery system.

m. Input 480V, 3 phase, Delta – output 208/120V, 3 phase grounded

wye. Provide unity power factor system.

B. For early purchase procurement, provide four (4) UPS systems as described

within this section. UPS cabinet orientation shall be as depicted on Sheets

E01AOC-EP (AOC Building) and E01T2-EP (T2) Terminal 2 Building.

1.3 DEFINITIONS

A. EMI: Electromagnetic interference.

B. LCD: Liquid-crystal display.

C. LED: Light-emitting diode.

EXHIBIT B

Page 27: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

RDU INTERNATIONAL AIRPORT

TERMINAL 2 – UPS SYSTEM UPGRADE

July 17, 2019

PRE-CONSTRUCTION

PURCHASE ISSUE

STATIC UNINTERRUPTIBLE POWER SUPPLY 263353 - 2

D. PC: Personal computer.

E. THD: Total harmonic distortion.

F. UPS: Uninterruptible power supply.

1.4 PERFORMANCE REQUIREMENTS

A. Seismic Performance: UPS shall be manufactured to withstand the effects of

earthquake motions determined according to Seismic Use Group 11, Category

C.

1. The term "withstand" means "the unit will remain in place without

separation of any parts from the device when subjected to the seismic

forces specified and the unit will be fully operational after the seismic

event."

2. Manufactured means internal components are fixed to withstand

indicated seismic zone forces. Structural securing means shall be factory

installed to facilitate appropriate seismic mounting in field.

1.5 ACTION SUBMITTALS

A. Product Data: For each type of product indicated. Include data on features,

components, ratings, and performance.

B. Shop Drawings: For UPS. Include plans, elevations, sections, details, and

attachments to other work.

1. Detail equipment assemblies and indicate dimensions, weights,

components, and location and identification of each field connection.

Show access, workspace, and clearance requirements; details of control

panels; and battery arrangement.

2. Wiring Diagrams: For power, signal, and control wiring.

1.6 INFORMATIONAL SUBMITTALS

A. Qualification Data: For qualified testing agency.

B. Seismic Qualification Certificates: For UPS equipment, from manufacturer.

1. Basis for Certification: Indicate whether withstand certification is based on

actual test of assembled components or on calculation.

2. Dimensioned Outline Drawings of Equipment Unit: Identify center of

gravity and locate and describe mounting and anchorage provisions.

Page 28: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

RDU INTERNATIONAL AIRPORT

TERMINAL 2 – UPS SYSTEM UPGRADE

July 17, 2019

PRE-CONSTRUCTION

PURCHASE ISSUE

STATIC UNINTERRUPTIBLE POWER SUPPLY 263353 - 3

3. Detailed description of equipment anchorage devices on which the

certification is based and their installation requirements.

C. Manufacturer Certificates: For each product, from manufacturer.

D. Factory Test Reports: Comply with specified requirements.

E. Field quality-control reports.

F. Performance Test Reports: Indicate test results compared with specified

performance requirements, and provide justification and resolution of

differences if values do not agree.

G. Warranties: Provide UPS system, cabinet, and battery warranties in compliance

with this document. Generic warranties will cause submittal return, not

approved.

1.7 CLOSEOUT SUBMITTALS

A. Operation and Maintenance Data: For UPS units to include in emergency,

operation, and maintenance manuals.

1.8 MAINTENANCE MATERIAL SUBMITTALS

A. Furnish extra materials for each UPS system that match products installed and

that are packaged with protective covering for storage and identified with

labels describing contents.

1. Fuses: Two for every six of each type and rating, but no fewer than two of

each.

2. Cabinet Ventilation Filters: Two complete set(s) for each UPS system.

1.9 QUALITY ASSURANCE

A. Power Quality Specialist Qualifications: A registered professional electrical

engineer or engineering technician, currently certified by the National Institute

for Certification in Engineering Technologies, NICET Level 4, minimum,

experienced in performance testing UPS installations and in performing power

quality surveys similar to that required in "Performance Testing" Article.

B. Testing Agency Qualifications: Member company of NETA or an NRTL.

1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise

on-site testing.

Page 29: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

RDU INTERNATIONAL AIRPORT

TERMINAL 2 – UPS SYSTEM UPGRADE

July 17, 2019

PRE-CONSTRUCTION

PURCHASE ISSUE

STATIC UNINTERRUPTIBLE POWER SUPPLY 263353 - 4

C. Electrical Components, Devices, and Accessories: Listed and labeled as

defined in NFPA 70, by a qualified testing agency, and marked for intended

location and application.

D. UL Compliance: Listed and labeled under UL 1778 by an NRTL.

E. NFPA Compliance: Mark UPS components as suitable for installation in

computer rooms according to NFPA 75.

1.10 WARRANTY

A. Special Battery Warranties: Specified form in which manufacturer and Installer

agree to repair or replace UPS system storage batteries that fail in materials or

workmanship within specified warranty period.

1. Battery Capacity Warranty: Battery Module (including cells and

embedded sensing components) – ten (10) years.

a. Battery Module Performance: The sealed battery assembly including

battery cells and embedded sensing components.

b. Other Battery Module Components: Includes removable covers,

battery monitoring circuit boards, and field replaceable sensing

wiring harness.

c. Battery capacity will be determined by testing at 80% of the

published value. The cost of testing the battery replacement

capacity shall be included in the battery module replacement

policy.

B. UPS System and Battery Cabinet Warranties: Specified form in which

manufacturer and Installer agree to repair or replace components that fail in

materials or workmanship within special warranty period.

1. Special Warranty Period: Four (4) years from date of Owner acceptance.

PART 2 - PRODUCTS

2.1 OPERATIONAL REQUIREMENTS

A. Automatic operation includes the following:

1. Normal Conditions: Load is supplied with power flowing from the normal

power input terminals, through the rectifier-charger and inverter, with the

battery connected in parallel with the rectifier-charger output.

2. Abnormal Supply Conditions: If normal supply deviates from specified and

adjustable voltage, voltage waveform, or frequency limits, the battery

Page 30: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

RDU INTERNATIONAL AIRPORT

TERMINAL 2 – UPS SYSTEM UPGRADE

July 17, 2019

PRE-CONSTRUCTION

PURCHASE ISSUE

STATIC UNINTERRUPTIBLE POWER SUPPLY 263353 - 5

supplies energy to maintain constant, regulated inverter power output to

the load without switching or disturbance.

3. If normal power fails, energy supplied by the battery through the inverter

continues supply-regulated power to the load without switching or

disturbance.

4. When power is restored at the normal supply terminals of the system,

controls automatically synchronize the inverter with the external source

before transferring the load. The rectifier-charger then supplies power to

the load through the inverter and simultaneously recharges the battery.

5. If the battery becomes discharged and normal supply is available, the

rectifier-charger charges the battery. On reaching full charge, the

rectifier-charger automatically shifts to float-charge mode.

6. If any element of the UPS system fails and power is available at the normal

supply terminals of the system, the static bypass transfer switch switches

the load to the normal ac supply circuit without disturbance or

interruption.

7. If a fault occurs in the system supplied by the UPS, and current flows in

excess of the overload rating of the UPS system, the static bypass transfer

switch operates to bypass the fault current to the normal ac supply circuit

for fault clearing.

8. When the fault has cleared, the static bypass transfer switch returns the

load to the UPS system.

9. If the battery is disconnected, the UPS continues to supply power to the

load with no degradation of its regulation of voltage and frequency of

the output bus.

10. Where multiple battery strings are provided, the manufacturer shall

provide means to electrically isolate individual strings for safety.

B. Manual operation includes the following:

1. Turning the inverter off causes the static bypass transfer switch to transfer

the load directly to the normal ac supply circuit without disturbance or

interruption.

2. Turning the inverter on causes the static bypass transfer switch to transfer

the load to the inverter.

C. Maintenance Bypass/Isolation Switch Operation: Switch is interlocked so it

cannot be operated unless the static bypass transfer switch is in the bypass

mode. Device provides manual selection among the three conditions in

subparagraphs below without interrupting supply to the load during switching:

1. Full Isolation: Load is supplied, bypassing the UPS. Normal UPS ac input

circuit, static bypass transfer switch, and UPS load terminals are

completely disconnected from external circuits.

2. Maintenance Bypass: Load is supplied, bypassing the UPS. UPS ac supply

terminals are energized to permit operational checking, but system load

terminals are isolated from the load.

Page 31: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

RDU INTERNATIONAL AIRPORT

TERMINAL 2 – UPS SYSTEM UPGRADE

July 17, 2019

PRE-CONSTRUCTION

PURCHASE ISSUE

STATIC UNINTERRUPTIBLE POWER SUPPLY 263353 - 6

3. Normal: Normal UPS ac supply terminals are energized and the load is

supplied through either the static bypass transfer switch and the UPS

rectifier-charger and inverter, or the battery and the inverter.

D. Environmental Conditions: The UPS shall be capable of operating continuously

in the following environmental conditions without mechanical or electrical

damage or degradation of operating capability, except battery performance.

1. Ambient Temperature for Electronic Components: 32 to 104 deg F.

2. Ambient Temperature for Battery: 41 to 95 deg F.

3. Relative Humidity: 0 to 95 percent, noncondensing.

4. Altitude: Sea level to 4000 feet.

2.2 PERFORMANCE REQUIREMENTS

A. The UPS shall perform as specified in this article while supplying rated full-load

current, composed of any combination of linear and nonlinear load, up to 100

percent nonlinear load with a load crest factor of 3.0, under the following

conditions or combinations of the following conditions:

1. Inverter is switched to battery source.

2. Steady-state ac input voltage deviates up to plus or minus 10 percent

from nominal voltage.

3. Steady-state input frequency deviates up to plus or minus 5 percent from

nominal frequency.

4. THD of input voltage is 15 percent or more with a minimum crest factor of

3.0, and the largest single harmonic component is a minimum of 5

percent of the fundamental value.

B. Minimum Duration of Supply: If battery is sole energy source supplying rated full

UPS load current at 150 KVA, duration of supply is ten (10) minutes.

C. Input Voltage Tolerance: System steady-state and transient output

performance remains within specified tolerances when steady-state ac input

voltage varies plus 10, minus 15 percent from nominal voltage.

D. Overall UPS Efficiency: Equal to or greater than 96 percent at 100 percent load,

96 percent at 75 percent load, and 97 percent at 50 percent load.

E. Maximum Acoustical Noise: 67.1db, "A" weighting, emanating from any UPS

component under any condition of normal operation, measured 54” from

nearest surface of component enclosure.

F. Maximum Energizing Inrush Current: 150% (1.5 times) the full-load current.

G. Maximum AC Output-Voltage Regulation for Loads up to 50 Percent

Unbalanced: Plus or minus 2 percent over the full range of battery voltage.

Page 32: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

RDU INTERNATIONAL AIRPORT

TERMINAL 2 – UPS SYSTEM UPGRADE

July 17, 2019

PRE-CONSTRUCTION

PURCHASE ISSUE

STATIC UNINTERRUPTIBLE POWER SUPPLY 263353 - 7

H. Output Frequency: 60 Hz, plus or minus 0.5 percent over the full range of input

voltage, load, and battery voltage.

I. Limitation of harmonic distortion of input current to the UPS shall be as follows:

1. Description: Either a tuned harmonic filter or an arrangement of rectifier-

charger circuits shall limit THD to 5 percent, maximum, at rated full UPS

load current, for power sources with X/R ratio between 2 and 30.

2. Description: THD is limited to a maximum of 32 percent, at rated full UPS

load current, for power sources with X/R ratio between 2 and 30.

J. Maximum Harmonic Content of Output-Voltage Waveform: 5 percent rms total

and 3 percent rms for any single harmonic, for 100 percent rated nonlinear load

current with a load crest factor of 3.0.

K. Maximum Harmonic Content of Output-Voltage Waveform: 5 percent rms total

and 3 percent rms for any single harmonic, for rated full load with THD up to 50

percent, with a load crest factor of 3.0.

L. Minimum Overload Capacity of UPS at Rated Voltage: 125 percent of rated full

load for 10 minutes, and 150 percent for 30 seconds in all operating modes.

M. Maximum Output-Voltage Transient Excursions from Rated Value: For the

following instantaneous load changes, stated as percentages of rated full UPS

load, voltage shall remain within stated percentages of rated value and

recover to, and remain within, plus or minus 2 percent of that value within 100

ms:

1. 50 Percent: Plus or minus 5 percent.

2. 100 Percent: Plus or minus 5 percent.

3. Loss of AC Input Power: Plus or minus 1 percent.

4. Restoration of AC Input Power: Plus or minus 1 percent.

N. Input Power Factor: A minimum of 0.85 lagging when supply voltage and

current are at nominal rated values and the UPS is supplying rated full-load

current.

O. EMI Emissions: Comply with FCC Rules and Regulations and with 47 CFR 15 for

Class A equipment.

2.3 UPS SYSTEMS

A. UPS basis of design is Liebert Vertiv EXM Series. The following manufacturers,

where complying with this document, are considered equal. Order of listing is

alphabetical and not to be construed as order of preference. Provide

products by one (1) of the following:

Page 33: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

RDU INTERNATIONAL AIRPORT

TERMINAL 2 – UPS SYSTEM UPGRADE

July 17, 2019

PRE-CONSTRUCTION

PURCHASE ISSUE

STATIC UNINTERRUPTIBLE POWER SUPPLY 263353 - 8

1. APC-Schneider

2. Eaton Corporation

3. Liebert-Vertiv

B. Electronic Equipment: Solid-state devices using hermetically sealed,

semiconductor elements. Devices include rectifier-charger, inverter, static

bypass transfer switch, and system controls.

C. Enclosures: Comply with NEMA 250, Type 1, unless otherwise indicated.

D. Control Assemblies: Mount on modular plug-ins, readily accessible for

maintenance.

E. Surge Suppression: Protect internal UPS components from surges that enter at

each ac power input connection including main disconnect switch, static

bypass transfer switch. Protect rectifier-charger, inverter, controls, and output

components.

1. Use factory-installed surge suppressors tested according to IEEE C62.41.1

and IEEE C62.41.2, Category B.

2. Additional Surge Protection: Protect internal UPS components from low-

frequency, high-energy voltage surges described in IEEE C62.41.1 and

IEEE C62.41.2. Design the circuits connecting with external power sources

and select circuit elements, conductors, conventional surge suppressors,

and rectifier components and controls so input assemblies will have

adequate mechanical strength and thermal and current-carrying

capacity to withstand stresses imposed by 40-Hz, 180 percent voltage

surges described in IEEE C62.41.1 and IEEE C62.41.2.

F. Maintainability Features: Mount rectifier-charger and inverter sections and the

static bypass transfer switch on modular plug-ins, readily accessible for

maintenance.

G. Capacity Upgrade Capability: Arrange wiring, controls, and modular

component plug-in provisions to permit future upgrade from 50 KVA to 150 KVA

in 50 KVA modular steps.

H. Seismic-Restraint Design: UPS assemblies, subassemblies, and components (and

fastenings and supports, mounting, and anchorage devices for them) shall be

designed and fabricated to withstand static and seismic forces.

I. UPS Cabinet Ventilation: Redundant fans or blowers draw in ambient air near

the bottom of cabinet and discharge it near the top rear.

J. Output Circuit Neutral Bus, Conductor, and Terminal Ampacity: Rated phase

current times a multiple of 1.73, minimum.

Page 34: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

RDU INTERNATIONAL AIRPORT

TERMINAL 2 – UPS SYSTEM UPGRADE

July 17, 2019

PRE-CONSTRUCTION

PURCHASE ISSUE

STATIC UNINTERRUPTIBLE POWER SUPPLY 263353 - 9

K. Units shall be manufactured for front access only with no requirement for rear

access.

2.4 RECTIFIER-CHARGER

A. Capacity: Adequate to supply the inverter during rated full output load

conditions and simultaneously recharge the battery from fully discharged

condition to 95 percent of full charge within 10 times the rated discharge time

for duration of supply under battery power at full load.

B. Output Ripple: Limited by output filtration to less than 0.5 percent of rated

current, peak to peak.

C. Control Circuits: Immune to frequency variations within rated frequency ranges

of normal and emergency power sources.

1. Response Time: Field adjustable for maximum compatibility with local

generator-set power source.

D. Battery Float-Charging Conditions: Comply with battery manufacturer's written

instructions for battery terminal voltage and charging current required for

maximum battery life.

E. Unit shall be manufactured as IGBT based, power factor-corrected rectifier and

DC-DC converter. The term DC-DC converter shall denote the equipment and

controls to regulate the output of the rectifier to the levels appropriate for

charging the battery and to boost the battery voltage to the level required to

operate the inverter. The DC-DC converter shall be solid-state, capable of

providing rated output power and, for increased performance, shall be a pulse

width-modulated design and shall utilize insulated gate bipolar transistors

(IGBTs). The DC-DC converter shall control charging of the battery. The AC

ripple voltage of the charger DC shall not exceed 1% RMS of the float voltage.

2.5 INVERTER

A. Description: Pulse-width modulated, with sinusoidal output.

B. Description: Pulse-width modulated, with sinusoidal output. Include a bypass

phase synchronization window adjustment to optimize compatibility with local

engine-generator-set power source.

Page 35: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

RDU INTERNATIONAL AIRPORT

TERMINAL 2 – UPS SYSTEM UPGRADE

July 17, 2019

PRE-CONSTRUCTION

PURCHASE ISSUE

STATIC UNINTERRUPTIBLE POWER SUPPLY 263353 - 10

2.6 STATIC BYPASS TRANSFER SWITCH

A. Description: Solid-state switching device providing uninterrupted transfer. A

contactor or electrically operated circuit breaker automatically provides

electrical isolation for the switch.

B. Switch Rating: Continuous duty at the rated full UPS load current, minimum.

2.7 BATTERY

A. Description: Battery system shall consist of lithium ion (LI) batteries, circuit

breaker, and cabinet. Circuit breaker shall isolate DC battery source from UPS

system. Each battery string will be connected with means to electrically isolate

for safety.

1. Arrange for drawout removal of battery assembly from cabinet for testing

and inspecting.

B. Cabinet shall have full height, ventilated doors. Size circuit breaker to

discharge batteries at the maximum published rating of the connected battery

system. Each battery string will be connected with means to electrically isolate

for safety.

C. Cabinet Terminations: Installed for overhead cabling. Cable installation shall

not require battery removal. Bus lugs shall be sized for KVA/voltage rating (min)

with 2-hole compression lugs.

D. Subject to compliance with documents, provide LI batteries manufactured by

one of the following:

1. Samsung

2. LG Chem

E. Seismic-Restraint Design: Battery racks, cabinets, assemblies, subassemblies,

and components (and fastenings and supports, mounting, and anchorage

devices for them) shall be designed and fabricated to withstand static and

seismic forces.

2.8 CONTROLS AND INDICATIONS

A. Description: Group displays, indications, and basic system controls on a

common control panel on front of UPS enclosure.

B. Minimum displays, indicating devices, and controls include those in lists below.

Provide sensors, transducers, terminals, relays, and wiring required to support

listed items. Alarms include audible signals and visual displays.

Page 36: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

RDU INTERNATIONAL AIRPORT

TERMINAL 2 – UPS SYSTEM UPGRADE

July 17, 2019

PRE-CONSTRUCTION

PURCHASE ISSUE

STATIC UNINTERRUPTIBLE POWER SUPPLY 263353 - 11

C. Indications: Plain-language messages on a digital LCD or LED.

1. Quantitative indications shall include the following:

a. Input voltage, each phase, line to line.

b. Input current, each phase, line to line.

c. Bypass input voltage, each phase, line to line.

d. Bypass input frequency.

e. System output voltage, each phase, line to line.

f. System output current, each phase.

g. System output frequency.

h. DC bus voltage.

i. Battery current and direction (charge/discharge).

j. Elapsed time discharging battery.

2. Basic status condition indications shall include the following:

a. Normal operation.

b. Load-on bypass.

c. Load-on battery.

d. Inverter off.

e. Alarm condition.

3. Alarm indications shall include the following:

a. Bypass ac input overvoltage or undervoltage.

b. Bypass ac input overfrequency or underfrequency.

c. Bypass ac input and inverter out of synchronization.

d. Bypass ac input wrong-phase rotation.

e. Bypass ac input single-phase condition.

f. Bypass ac input filter fuse blown.

g. Internal frequency standard in use.

h. Battery system alarm.

i. Control power failure.

j. Fan failure.

k. UPS overload.

l. Battery-charging control faulty.

m. Input overvoltage or undervoltage.

n. Input transformer overtemperature.

o. Input circuit breaker tripped.

p. Input wrong-phase rotation.

q. Input single-phase condition.

r. Approaching end of battery operation.

s. Battery undervoltage shutdown.

t. Maximum battery voltage.

u. Inverter fuse blown.

v. Inverter transformer overtemperature.

Page 37: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

RDU INTERNATIONAL AIRPORT

TERMINAL 2 – UPS SYSTEM UPGRADE

July 17, 2019

PRE-CONSTRUCTION

PURCHASE ISSUE

STATIC UNINTERRUPTIBLE POWER SUPPLY 263353 - 12

w. Inverter overtemperature.

x. Static bypass transfer switch overtemperature.

y. Inverter power supply fault.

z. Inverter transistors out of saturation.

aa. Identification of faulty inverter section/leg.

bb. Inverter output overvoltage or undervoltage.

cc. UPS overload shutdown.

dd. Inverter current sensor fault.

ee. Inverter output contactor open.

ff. Inverter current limit.

gg. Battery cabinet overtemperature alarm.

4. Controls shall include the following:

a. Inverter on-off.

b. UPS start.

c. Battery test.

d. Alarm silence/reset.

e. Output-voltage adjustment.

D. Dry-form "C" contacts shall be available for remote indication of the following

conditions:

1. UPS on battery.

2. UPS on-line.

3. UPS load-on bypass.

4. UPS in alarm condition.

5. UPS off (maintenance bypass closed).

6. Battery cabinet overtemperature.

E. Emergency Power Off Switch: Capable of local operation and operation by

means of activation by external dry contacts.

2.9 MAINTENANCE BYPASS/ISOLATION SWITCH

A. Description: Manually operated switch or arrangement of switching devices

with mechanically actuated contact mechanism arranged to route the flow of

power to the load around the rectifier-charger, inverter, and static bypass

transfer switch.

1. Switch shall be electrically and mechanically interlocked to prevent

interrupting power to the load when switching to bypass mode.

2. Switch shall electrically isolate other UPS components to permit safe

servicing.

B. Comply with NEMA PB 2 and UL 891.

Page 38: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

RDU INTERNATIONAL AIRPORT

TERMINAL 2 – UPS SYSTEM UPGRADE

July 17, 2019

PRE-CONSTRUCTION

PURCHASE ISSUE

STATIC UNINTERRUPTIBLE POWER SUPPLY 263353 - 13

C. Switch Rating: Continuous duty at rated full UPS load current.

D. Mounting Provisions: Internal to system cabinet.

E. Key interlock requires unlocking maintenance bypass/isolation switch before

switching from normal position with key that is released only when the UPS is

bypassed by the static bypass transfer switch. Lock is designed specifically for

mechanical and electrical component interlocking.

2.10 OUTPUT ISOLATION TRANSFORMER

A. Description: Shielded unit with low forward transfer impedance up to 3 kHz,

minimum. Include the following features:

1. Comply with applicable portions of UL 1561, including requirements for

nonlinear load current-handling capability for a K-factor of approximately

13.

2. Output Impedance at Fundamental Frequency: Between 3 and 4

percent.

3. Regulation: 5 percent, maximum, at rated nonlinear load current.

4. Full-Load Efficiency at Rated Nonlinear Load Current: 96 percent,

minimum.

5. Electrostatic Shielding of Windings: Independent for each winding.

6. Coil Leads: Physically arranged for minimum interlead capacitance.

7. Shield Grounding Terminal: Separately mounted; labeled "Shield Ground."

8. Capacitive Coupling between Primary and Secondary: 33 picofarads,

maximum, over a frequency range of 20 Hz to 1 MHz.

2.11 MONITORING BY REMOTE STATUS AND ALARM PANEL

A. Description: Labeled LEDs on panel faceplate indicate five basic status

conditions. Audible signal indicates alarm conditions. Silencing switch in face of

panel silences signal without altering visual indication. One indication must

include battery cabinet internal temperature.

1. Cabinet and Faceplate: Surface or flush mounted to suit mounting

conditions indicated.

2.12 MONITORING BY REMOTE COMPUTER

A. Description: Communication module in unit control panel provides capability

for remote monitoring of status, parameters, and alarms specified in "Controls

and Indications" Article. The remote computer and the connecting signal wiring

are not included in this Section. Include the following features:

Page 39: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

RDU INTERNATIONAL AIRPORT

TERMINAL 2 – UPS SYSTEM UPGRADE

July 17, 2019

PRE-CONSTRUCTION

PURCHASE ISSUE

STATIC UNINTERRUPTIBLE POWER SUPPLY 263353 - 14

1. Connectors and network interface units or modems for data transmission

via RS-232 link.

2. Software designed for control and monitoring of UPS functions and to

provide on-screen explanations, interpretations, diagnosis, action

guidance, and instructions for use of monitoring indications and

development of meaningful reports. Permit storage and analysis of power-

line transient records. Designs for Windows applications, software, and

computer are not included in this Section.

3. Software and Hardware: Compatible with that specified in Section 260913

"Electrical Power Monitoring and Control."

2.13 BATTERY DIAGNOSTIC SYSTEM AND MONITORING

A. Subject to compliance with this section, provide battery monitoring

manufactured by one of the following:

1. Alber System.

2. Samsung.

3. LG Chem.

B. The advanced battery monitoring system shall be factory supplied and

integrated inside the battery cabinets by the OEM. Third (3rd) party monitoring

systems or after market monitoring systems will not be allowed.

C. Provide a web-based monitoring platform for managing collective data from

battery and portable monitoring devices as well as Lithium Ion batteries.

Provide with user interface permitting review of battery condition and analysis

along with probable cause and corrective actions of alarm conditions. The

system will aggregate all battery data in one database from multiple

monitoring product architectures and battery chemistries. System features shall

include:

1. Scalable as battery capacity increases

2. Monitor multiple systems and locations

3. Web browser functionality with no platform or OS dependencies

4. Table compatible – iOS, Android

5. Server application scaled based on battery string count

6. Ongoing software service program to available to user

7. Remote monitoring

8. System view providing summary, status, and navigation

9. Battery view with voltage, currents and temperature parameters

10. Battery multi-string graphical viewing and trending

11. Graphical alarm management with point and click filtering

12. Probability cause and corrective action analysis

13. Historical data collection and trending

14. System e-mail notifications

Page 40: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

RDU INTERNATIONAL AIRPORT

TERMINAL 2 – UPS SYSTEM UPGRADE

July 17, 2019

PRE-CONSTRUCTION

PURCHASE ISSUE

STATIC UNINTERRUPTIBLE POWER SUPPLY 263353 - 15

15. Discharge playback

16. Track State-of-Charge and State-of-Health (Lithium Ion specific)

D. Software Measurement Capabilities Shall be as Follows:

1. Battery/System Fault/Mode Status

2. Monitor (BXE) Status

3. Overall string voltage

4. Highest/lowest string voltage

5. String current (actual/average)

6. State of charge (Lithium Ion specific)

7. State of health (Lithium Ion specific)

8. Voltage – cell level

9. Temperature – cell level

10. Voltage balancing state

11. Voltage summary: average, lowest, highest

E. Alarms and Notifications Shall be as Follows:

1. Alarms generated by battery monitor hardware

2. Alarms configured in BXE

3. Email notification on alarms (user configurable). Provide up to 10 email

addresses.

4. Set alarm thresholds

5. Cell level and string level alarms

6. Latch and rest

7. Configurable system level thresholds

8. Store and playback of discharge events

9. Trend analysis reports

10. Alarm reports

11. Scheduled reports

F. Hardware and Software System Requirements

1. Processor – Pentium 4 or better

2. RAM – 2 GB

3. Software Disk Space – approximately 500 MB or more

4. Database Disk Space – 5 GB or more

5. Network Topology – Ethernet 100 Mbps, Windows 7, Windows Server 2008

or better

6. Microsoft Internet Explorer version 11.0 or above

7. Google Chrome Version 20 or above (Preferred)

8. Safari Version 5.1 or above

9. Firefox Version 13 or above

G. Support Software Required

Page 41: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

RDU INTERNATIONAL AIRPORT

TERMINAL 2 – UPS SYSTEM UPGRADE

July 17, 2019

PRE-CONSTRUCTION

PURCHASE ISSUE

STATIC UNINTERRUPTIBLE POWER SUPPLY 263353 - 16

1. Microsoft Windows XP Professional, SP 2 or above

2. Adobe Reader version 9.0 or above

3. Internet Information Services (IIS) Manager version 4.0 or above. Refer to

section 2 for Installing and Configuring Internet Information Services (IIS).

4. Microsoft ASP.NET and Microsoft ASP.NET AJAX

5. Microsoft .NET extendibility (frame work 3.5 or above)

2.14 SOURCE QUALITY CONTROL

A. Factory test complete UPS system before shipment. Use [actual batteries that

are part of final installation] [simulated battery testing]. Include the following:

1. Test and demonstration of all functions, controls, indicators, sensors, and

protective devices.

2. Full-load test.

3. Transient-load response test.

4. Overload test.

5. Power failure test.

B. Observation of Test: Give 14 days' advance notice of tests and provide

opportunity for Owner's representative to observe tests at Owner's choice.

C. Report test results. Include the following data:

1. Description of input source and output loads used. Describe actions

required to simulate source load variation and various operating

conditions and malfunctions.

2. List of indications, parameter values, and system responses considered

satisfactory for each test action. Include tabulation of actual observations

during test.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine areas and conditions, with Installer present, for compliance with

requirements for conditions affecting performance of the UPS.

B. Proceed with installation only after unsatisfactory conditions have been

corrected.

3.2 INSTALLATION

A. Mounted on manufacturer’s steel rail perimeter frame, fabricated into unit.

Page 42: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

RDU INTERNATIONAL AIRPORT

TERMINAL 2 – UPS SYSTEM UPGRADE

July 17, 2019

PRE-CONSTRUCTION

PURCHASE ISSUE

STATIC UNINTERRUPTIBLE POWER SUPPLY 263353 - 17

B. Maintain minimum clearances and workspace at equipment according to

manufacturer's written instructions and NFPA 70. Without exception, UPS

cabinets and batteries shall be U.L. listed “front access only”.

C. Connections: Interconnect system components. Make connections to supply

and load circuits according to manufacturer's wiring diagrams unless otherwise

indicated.

3.3 GROUNDING

A. Separately Derived Systems: If not part of a listed power supply for a data-

processing room, comply with NFPA 70 requirements for connecting to

grounding electrodes and for bonding to metallic piping near isolation

transformer.

3.4 IDENTIFICATION

A. Identify components and wiring according to Section 260553 "Identification for

Electrical Systems."

1. Identify each battery cell individually.

3.5 BATTERY EQUALIZATION

A. Equalize charging of battery cells according to manufacturer's written

instructions. Record individual-cell voltages.

3.6 FIELD QUALITY CONTROL

A. Manufacturer's Field Service: Engage a factory-authorized service

representative to inspect, test, and adjust components, assemblies, and

equipment installations, including connections.

B. Perform tests and inspections.

1. Manufacturer's Field Service: Engage a factory-authorized service

representative to inspect components, assemblies, and equipment

installations, including connections, and to assist in testing.

C. Tests and Inspections:

1. Comply with manufacturer's written instructions.

2. Inspect interiors of enclosures, including the following:

Page 43: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

RDU INTERNATIONAL AIRPORT

TERMINAL 2 – UPS SYSTEM UPGRADE

July 17, 2019

PRE-CONSTRUCTION

PURCHASE ISSUE

STATIC UNINTERRUPTIBLE POWER SUPPLY 263353 - 18

a. Integrity of mechanical and electrical connections.

b. Component type and labeling verification.

c. Ratings of installed components.

3. Inspect batteries and chargers according to requirements in

NETA Acceptance Testing Specifications.

4. Test manual and automatic operational features and system protective

and alarm functions.

5. Test communication of status and alarms to remote monitoring

equipment.

6. Load the system using a variable-load bank to simulate kilovolt amperes,

kilowatts, and power factor of loads for unit's rating. Use instruments

calibrated within the previous 30 days according to NIST standards.

Calibrations shall be documented.

a. Simulate malfunctions to verify protective device operation.

b. Test duration of supply on emergency, low-battery voltage

shutdown, and transfers and restoration due to normal source failure.

c. Test harmonic content of input and output current less than 25, 50,

and 100 percent of rated loads.

d. Test output voltage under specified transient-load conditions.

e. Test efficiency at 50, 75, and 100 percent of rated loads.

f. Test remote status and alarm panel functions.

g. Test battery-monitoring system functions.

D. Seismic-restraint tests and inspections shall include the following:

1. Inspect type, size, quantity, arrangement, and proper installation of

mounting or anchorage devices.

2. Test mounting and anchorage devices according to requirements in

Section 260548.16 "Seismic Controls for Electrical Systems."

E. The UPS system will be considered defective if it does not pass tests and

inspections.

F. Record of Tests and Inspections: Maintain and submit documentation of tests

and inspections, including references to manufacturers' written instructions and

other test and inspection criteria. Include results of tests, inspections, and

retests.

G. Prepare test and inspection reports.

3.7 PERFORMANCE TESTING BY MANUFACTURER’S AGENT AND CONTRACTOR

A. Monitoring and Testing Schedule: Perform monitoring and testing in a single 10-

day period.

Page 44: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

RDU INTERNATIONAL AIRPORT

TERMINAL 2 – UPS SYSTEM UPGRADE

July 17, 2019

PRE-CONSTRUCTION

PURCHASE ISSUE

STATIC UNINTERRUPTIBLE POWER SUPPLY 263353 - 19

1. Schedule monitoring and testing activity with Owner, through Architect,

with at least 14 days' advance notice.

2. Schedule monitoring and testing after Substantial Completion, when the

UPS is supplying power to its intended load.

B. Monitoring and Testing Instruments: Three-phase, recording, power monitors.

Instruments shall provide continuous simultaneous monitoring of electrical

parameters at UPS input terminals and at input terminals of loads served by the

UPS. Instruments shall monitor, measure, and graph voltage current and

frequency simultaneously and provide full-graphic recordings of the values of

those parameters before and during power-line disturbances that cause the

values to deviate from normal beyond the adjustable threshold values.

Instruments shall be capable of recording either on paper or on magnetic

media and have a minimum accuracy of plus or minus 2 percent for electrical

parameters. Parameters to be monitored include the following:

1. Current: Each phase and neutral and grounding conductors.

2. Voltage: Phase to phase, phase to neutral, phase to ground, and neutral

to ground.

3. Frequency transients.

4. Voltage swells and sags.

5. Voltage Impulses: Phase to phase, phase to neutral, phase to ground, and

neutral to ground.

6. High-frequency noise.

7. Radio-frequency interference.

8. THD of the above currents and voltages.

9. Harmonic content of currents and voltages above.

C. Monitoring and Testing Procedures:

1. Exploratory Period: For the two days, make recordings at various circuit

locations and with various parameter-threshold and sampling-interval

settings. Make these measurements with the objective of identifying

optimum UPS, power system, load, and instrumentation setup conditions

for subsequent test and monitoring operations.

2. Remainder of Test Period: Perform continuous monitoring of at least two

circuit locations selected on the basis of data obtained during exploratory

period.

a. Set thresholds and sampling intervals for recording data at values

selected to optimize data on performance of the UPS for values

indicated, and to highlight the need to adjust, repair, or modify the

UPS, distribution system, or load component that may influence its

performance or that may require better power quality.

b. Perform load and UPS power source switching and operate the UPS

on generator power during portions of test period according to

directions of Owner's power quality specialist.

Page 45: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

RDU INTERNATIONAL AIRPORT

TERMINAL 2 – UPS SYSTEM UPGRADE

July 17, 2019

PRE-CONSTRUCTION

PURCHASE ISSUE

STATIC UNINTERRUPTIBLE POWER SUPPLY 263353 - 20

c. Operate the UPS and its loads in each mode of operation permitted

by UPS controls and by the power distribution system design.

d. Using loads and devices available as part of the facility's installed

systems and equipment, create and simulate unusual operating

conditions, including outages, voltage swells and sags, and voltage,

current, and frequency transients. Maintain normal operating loads

in operation on system to maximum extent possible during tests.

e. Using temporarily connected resistive/inductive load banks, create

and simulate unusual operating conditions, including outages,

voltage swells and sags, and voltage, current, and frequency

transients. Maintain normal operating loads in operation on system

to maximum extent possible during tests.

f. Make adjustments and repairs to UPS, distribution, and load

equipment to correct deficiencies disclosed by monitoring and

testing and repeat appropriate monitoring and testing to verify

success of corrective action.

D. Coordination with Specified UPS Monitoring Functions: Obtain printouts of built-

in monitoring functions specified for the UPS and its components in this Section

that are simultaneously recorded with portable instruments in this article.

1. Provide the temporary use of an appropriate PC and printer equipped

with required connections and software for recording and printing if such

units are not available on-site.

2. Coordinate printouts with recordings for monitoring performed according

to this article, and resolve and report any anomalies in and discrepancies

between the two sets of records.

E. Monitoring and Testing Assistance by Contractor:

1. Open UPS and electrical distribution and load equipment and wiring

enclosures to make monitoring and testing points accessible for

temporary monitoring probe and sensor placement and removal as

requested.

2. Observe monitoring and testing operations; ensure that UPS and

distribution and load equipment warranties are not compromised.

3. Perform switching and control of various UPS units, electrical distribution

systems, and load components as directed by power quality specialist.

Specialist shall design this portion of monitoring and testing operations to

expose the UPS to various operating environments, conditions, and events

while response is observed, electrical parameters are monitored, and

system and equipment deficiencies are identified.

4. Make repairs and adjustments to the UPS and to electrical distribution

system and load components, and retest and repeat monitoring as

needed to verify validity of results and correction of deficiencies.

Page 46: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation

RDU INTERNATIONAL AIRPORT

TERMINAL 2 – UPS SYSTEM UPGRADE

July 17, 2019

PRE-CONSTRUCTION

PURCHASE ISSUE

STATIC UNINTERRUPTIBLE POWER SUPPLY 263353 - 21

5. Engage the services of the UPS manufacturer's factory-authorized service

representative periodically during performance testing operations for

repairs, adjustments, and consultations.

F. Documentation: Record test point and sensor locations, instrument settings,

and circuit and load conditions for each monitoring summary and power

disturbance recording. Coordinate simultaneous recordings made on UPS input

and load circuits.

G. Analysis of Recorded Data and Report: Review and analyze test observations

and recorded data and submit a detailed written report. Include the following

in [each ]report:

1. Description of corrective actions performed during monitoring and survey

work and their results.

2. Recommendations for further action to provide optimum performance by

the UPS and appropriate power quality for non-UPS loads. Include a

statement of priority ranking and a cost estimate for each

recommendation that involves system or equipment revisions.

3. Copies of monitoring summary graphics and graphics illustrating harmonic

content of significant voltages and currents.

4. Copies of graphics of power disturbance recordings that illustrate findings,

conclusions, and recommendations.

5. Recommendations for operating, adjusting, or revising UPS controls.

6. Recommendation for alterations to the UPS installation.

7. Recommendations for adjusting or revising generator-set or automatic

transfer switch installations or their controls.

8. Recommendations for power distribution system revisions.

9. Recommendations for adjusting or revising electrical loads, their

connections, or controls.

H. Interim and Final Reports: Provide an interim report at the end of each test

period and a final comprehensive report at the end of final test and analysis

period.

3.8 DEMONSTRATION

A. Engage a factory-authorized service representative to train Owner's

maintenance personnel to adjust, operate, and maintain the UPS. Allow up to

two (2) full days for each UPS system installed.

END OF SECTION 263353

Page 47: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation
Page 48: INVITATION FOR BIDS (IFB) - The Institute...dale.poole@rdu.com . No Phone Calls. Invitation for Bids # 554-IFB20-2003-DSP _____ For internal Authority processing, including tabulation