Cushman 2 TIV and Bypass Actuator Replacement

expired opportunity(Expired)
From: Tacoma(City)
PG23-0341F

Basic Details

started - 03 Mar, 2023 (13 months ago)

Start Date

03 Mar, 2023 (13 months ago)
due - 28 Mar, 2023 (13 months ago)

Due Date

28 Mar, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
PG23-0341F

Identifier

PG23-0341F
City of Tacoma

Customer / Agency

City of Tacoma
unlockUnlock the best of InstantMarkets.

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

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

Specification PG23-0341F GENERATION ENGINEERING REQUEST FOR BIDS CUSHMAN 2 TIV AND BYPASS ACTUATOR REPLACEMENT SPECIFICATION NO. PG23-0341F Form No. SPEC-040C Revised: 02/22/2023 City of Tacoma Power Generation REQUEST FOR BIDS PG23-0341F Cushman 2 TIV and Bypass Actuator Replacement Submittal Deadline: 11:00 a.m., Pacific Time, Tuesday, March 21st 2023 Submittals must be received by the City’s Procurement and Payables Division prior to 11:00 a.m. Pacific Time. For electronic submittals, the City of Tacoma will designate the time of receipt recorded by our email, bids@cityoftacoma.org, as the official time of receipt. This clock will be used as the official time of receipt of all parts of electronic bid submittals. Submittal Delivery: Sealed submittals will be received as follows: By Email: bids@cityoftacoma.org Maximum file size: 35 MB. Multiple emails may be sent for
each submittal. Bid Opening: Sealed submittals in response to a RFB will be opened Tuesday’s at 11AM by a purchasing representative and read aloud during a public bid opening held at the Tacoma Public Utilities Administrative Building North, 3628 S. 35th Street, Tacoma, WA 98409, conference room M-1, located on the main floor. They will also be held virtually Tuesday’s at 11AM. Attend via this link or call 1 (253) 215 8782. Submittals in response to an RFP, RFQ or RFI will be recorded as received. As soon as possible, after 1:00 PM, on the day of submittal deadline, preliminary results will be posted to www.TacomaPurchasing.org. Solicitation Documents: An electronic copy of the complete solicitation documents may be viewed and obtained by accessing the City of Tacoma Purchasing website at www.TacomaPurchasing.org. • Register for the Bid Holders List to receive notices of addenda, questions and answers and related updates. • Click here to see a list of vendors registered for this solicitation. Pre-Proposal Meeting: A pre-proposal meeting will not be held. Project Scope: U31 U32 U33 TIV and ByPass Valve Actuator Replacement. Estimate: $100,000 Paid Sick Leave: The City of Tacoma requires all employers to provide paid sick leave as set forth in Title 18 of the Tacoma Municipal Code. For more information, visit our Minimum Employment Standards Paid Sick Leave webpage. Americans with Disabilities Act (ADA Information: The City of Tacoma, in accordance with Section 504 of the Rehabilitation Act (Section 504) and the Americans with Disabilities Act (ADA), commits to nondiscrimination on the basis of disability, in all of its programs and activities. Specification materials can be made available in an alternate format by emailing Gail Himes at ghimes@cityoftacoma.org, or by calling her collect at 253-591-5785. Title VI Information: “The City of Tacoma” in accordance with provisions of Title VI of the Civil Rights Act of 1964, (78 Stat. 252, 42 U.S.C. sections 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin in consideration of award. Additional Information: Requests for information regarding the specifications may be obtained by contacting Ryan Foster, Senior Buyer by email to rFoster1@cityoftacoma.org Protest Policy: City of Tacoma protest policy, located at www.tacomapurchasing.org, specifies procedures for protests submitted prior to and after submittal deadline. Meeting sites are accessible to persons with disabilities. Reasonable accommodations for persons with disabilities can be arranged with 48 hours advance notice by calling 253-502-8468. mailto:bids@cityoftacoma.org mailto:bids@cityoftacoma.org https://us06web.zoom.us/j/88402680573?pwd=eThSaXZxNER0TWRhUGx6U0F2cURMZz09 https://www.cityoftacoma.org/cms/One.aspx?portalId=169&pageId=22848 http://www.tacomapurchasing.org/ http://www.ci.tacoma.wa.us/45bidsapps/PlanholderRegister.aspx http://www.ci.tacoma.wa.us/45bidsapps/PlanholderList.aspx https://www.cityoftacoma.org/cms/one.aspx?pageId=75860 https://www.cityoftacoma.org/cms/one.aspx?pageId=75860 mailto:ghimes@cityoftacoma.org http://cms.cityoftacoma.org/Purchasing/CandA/ProtestPolicy052711.pdf http://www.tacomapurchasing.org/ Specification PG23-0341F Table of Contents SUBMITTAL CHECK LIST ......................................................................................................... 4 1. BACKGROUND .................................................................................................................. 5 2. CALENDAR OF EVENTS ................................................................................................... 5 3. INQUIRIES ......................................................................................................................... 5 4. DISCLAIMER ...................................................................................................................... 6 5. DELIVERY .......................................................................................................................... 6 6. CONTRACT TERM ............................................................................................................. 6 7. RESPONSIVENESS ........................................................................................................... 6 8. AWARD .............................................................................................................................. 7 9. PRICE ADJUSTMENTS ...................................................................................................... 7 10. STANDARD TERMS AND CONDITIONS ........................................................................ 8 11. INSURANCE REQUIREMENTS ...................................................................................... 8 12. WARRANTY .................................................................................................................... 8 13. INSPECTION .................................................................................................................. 8 14. APPROVED ITEM EQUIVALENT .................................................................................... 8 15. COMPLIANCE WITH SPECIFICATIONS ........................................................................ 9 16. MATERIALS AND WORKMANSHIP ............................................................................... 9 17. DAMAGED GOODS ........................................................................................................ 9 18. UPDATED PRODUCTS .................................................................................................. 9 19. PRODUCT DISCONTINUED ........................................................................................... 9 20. QUANTITIES AND PURCHASE ORDERS ...................................................................... 9 21. ENVIRONMENTALLY PREFERABLE PROCUREMENT ...............................................10 22. EQUITY IN CONTRACTING ..........................................................................................10 23. PROPRIETARY OR CONFIDENTIAL INFORMATION ...................................................10 24. TECHNICAL PROVISIONS ............................................................................................11 25. APPENDICES – SUPPLEMENTAL ATTACHMENTS / BID FORMS...............................16 Specification PG23-0341F SUBMITTAL CHECK LIST This checklist identifies items to be included with your submittal. Any submittal received without these required items may be deemed non-responsive and not be considered for award. Submittals must be received by the City of Tacoma Purchasing Division by the date and time specified in the Request for Bids page. The following items make up your submittal package: One original electronic copy in pdf format via email of your complete submittal package Signature Page (Appendices) Price Proposal Form (Appendices) Dimensional Drawings Wiring Diagrams Schematic Diagrams After award, the following documents will be executed: Services Contract Certificate of Insurance mailto:bids@cityoftacoma.org Specification PG23-0341F 1. BACKGROUND The City of Tacoma (City) / Tacoma Public Utilities (TPU) is soliciting bids to establish one or more contracts with qualified vendors to fulfill the City’s needs for ELECTRIC VALVE ACTUATORS AND AN ELECTRIC-ACTUATED VALVE AND ASSOCIATED ELBOW PIPE. Contract(s) will be awarded to the lowest responsive and responsible bidder(s) based on price, product quality and availability. This contract is for the CUSHMAN 2 HYDRO PROJECT, UNITS 31, 32 AND 33 BYPASS AND TURBINE INLET VALVES, in accordance with this specification. Vendors may be required to submit samples of their product for evaluation prior to award. Products that fail to meet City standards or any of the specifications herein may be rejected. Should a contracted vendor fail to meet quality and/or availability requirements contained in these specifications, the City may move to terminate the contract with 10 days written notice. What is the project’s estimate? $100,000 Is this project federally funded? No 2. CALENDAR OF EVENTS This is a tentative schedule only and may be altered at the sole discretion of the City. The anticipated schedule of events concerning this RFB is as follows: Question Deadline: 3/9/2023 City response to Questions: 3/13/2023 Submittal Due Date: 3/21/2023 Anticipated Award Date: March 2023 3. INQUIRIES Questions should be submitted by March 9, 2023 at 3:00 PM to Ryan Foster via email to rfoster1@cityoftacoma.org subject line to read: PG23-0341F – CUSHMAN 2 TIV AND BYPASS ACTUATOR REPLACEMENT– VENDOR NAME Questions marked confidential will not be answered or included. The City reserves the discretion to group similar questions to provide a single answer or not to respond when the requested information is confidential. The answers are not typically considered an addendum. The City will not be responsible for unsuccessful submittal of questions. Written answers to questions will be posted in the event approximately one week after the question deadline. Specification PG23-0341F 4. DISCLAIMER The City is not liable for any costs incurred by the Respondent for the preparation of materials or a proposal submitted in response to this RFB, for conducting any presentations to the City, or any other activities related to responding to this RFB, or to any subsequent requirements of the contract negotiation process. 5. DELIVERY Delivery shall be to: Tacoma Power Cushman No.2 Powerhouse / Office 21451 N. Highway 101, Shelton, WA 98584 Each vendor will be required to submit a delivery timeline they can commit to. Purchase order delivery dates will reflect this timeline. In the event a purchase order deliver date is not met, the City reserves the right to purchase these products elsewhere if they are in a time constraint. If constant late deliveries occur, the City may terminate the contract. Hours of operation shall be Monday through Friday, 8:00 a.m. to 3:30 p.m., excluding legal holidays, as referred to in the Standard Terms and Conditions or as otherwise approved by the City. All valves, actuators, and accessories shall be handled, protected, and stored as recommended by the manufacturer. All valves, actuators, and accessories shall be protected with packaging to resist moisture, dust, handling, or other cause during shipping. Packaging shall include a unique number that include the specification number as a reference. Any valves, actuators, or accessories damaged during shipping shall be replaced at the Contractor’s expense. 6. CONTRACT TERM The City intends this supply contract to be a one (1) time purchase contract based on the contract documents. The contract will be subject to the price increase/decrease provisions per the Price Adjustments section. The City reserves the right to cancel the contract for any reason, by written notice, as stipulated in the contract. 7. RESPONSIVENESS Bid submittals must provide ninety (90) days for acceptance by City from the due date for receipt of submittals. All submittals will be reviewed by the City to determine compliance with the requirements and instructions specified in this RFB. The Respondent is specifically notified that failure to comply with any part of this RFB may result in rejection of the submittal as non- responsive. The City reserves the right, in its sole discretion, to waive irregularities deemed Specification PG23-0341F immaterial. The City also reserves the right to not award a contract or to issue subsequent RFB’s 8. AWARD Award will be made to the lowest responsive, responsible bidder. All bidders shall provide unit or lump sum pricing for each line item. Each line item will be added up for a subtotal price. The subtotal price will be compared amongst each bidder, including any payment discount terms offered twenty (20) days or more. The City may also take into consideration all other criteria for determining award, including evaluation factors set forth in Municipal Code Section 1.06.262. All other elements or factors, whether or not specifically provided for in this specification, which would affect the final cost to and the benefits to be derived by the City will be considered in determining the award of the contract. The final award decision will be based on the best interests of the City. The City reserves the right to let the contract to the lowest responsible bidder whose bid will be the most advantageous to the City, price and any other factors considered. In evaluating the proposals, the City may also consider any or all of the following: 1. Compliance with specification. 2. Proposal prices, listed separately if requested, as well as a lump sum total 3. Time of completion/delivery. 4. Warranty terms. 5. Bidder's responsibility based on, but not limited to: a) Ability, capacity, organization, technical qualifications and skill to perform the contract or provide the services required. b) References, judgment, experience, efficiency and stability. c) Whether the contract can be performed within the time specified. d) Quality of performance of previous contracts or services 9. PRICE ADJUSTMENTS Bid submittal prices will establish a base against which Contractors may request price adjustments per the following terms: 1. The city may consider price adjustments for each 12-month period 2. Contractor shall submit proposed price changes in writing to the contract administrator (contract information provided after award) 90 days prior to the effective date 3. The city reserves the right to accept or reject all such price adjustments 4. Price increases will be adjusted only to the amount of cost increase to Contractor. No adjustment will be made for Contractor profit margin 5. Any proposed price increase to Contract line items must be beyond the control of the contractor and supported by written documentation from the manufacturer or wholesale distributor, indicating new higher cost adjustments in effect 6. Increase requests may be evaluated against various market conditions, including but not limited to: a) Consumer Price Index for Seattle - Tacoma - Bremerton, All Items 1982-84+100, for comparable period Specification PG23-0341F b) Consumer Price Index for All Urban Consumers (CPI-U) for the U.S. City Average Index for All Items, 1982-84=100, unadjusted for the comparable period c) State/federal regulations affecting production costs of the materials d) Volatile commodity market conditions e) Various producer price or commodity indices f) Minimum wage adjustments 10. STANDARD TERMS AND CONDITIONS City of Tacoma Standard Terms and Conditions apply. 11. INSURANCE REQUIREMENTS Successful proposer will provide proof and maintain the insurance coverage in the amounts and in the manner specified in the City of Tacoma Insurance Requirements document applicable to the services, products, and deliverables provided under the solicitation. The City of Tacoma Insurance Requirements document is fully incorporated into the solicitation by reference. 12. WARRANTY Parts: Manufacturer’s warranty or minimum one-year warranty whichever is greater. Contractor shall arrive on-site at the CUSHMAN 2 PROJECT within 48 hours of notification for all warranty repairs during normal work hours of 8:00 a.m. to 5:00 p.m. Monday through Friday. Repairs shall include free pick-up and delivery. Contractor agrees to allow City to make minor warranty repairs where that is most cost effective and, if requested, contractor will credit City for cost of parts, but not labor. Vendor will warrant goods according to the manufacturer’s warranty guidelines. The start of the warranty commences once the goods are delivered and accepted by the City. 13. INSPECTION All goods are subject to final inspection and acceptance by the City. If any inspection fails, the vendor shall be required to make arrangements to exchange the goods at their own expense and replace it in a timely manner acceptable to the City. Material failing to meet the requirements of this contract will be held at Vendor’s risk and may be returned to Vendor. If so returned, the cost of transportation, unpacking, inspection, repackaging, reshipping, or other like expenses are the responsibility of the Vendor. 14. APPROVED ITEM EQUIVALENT A specific manufacturer for almost all line items has been listed in the Technical Specifications because this is the current manufacturer accepted. For those line items, which do not list a specific manufacturer, bidders shall provide the technical specifications for the manufacturer they are offering. The City may request, after the bid due date, a sample of that product for review and approval by the City. The City reserves all rights to be the sole judge as to whether any other manufacturer can meet or exceed the current specifications they use. Unless an item https://cms.cityoftacoma.org/purchasing/StandardTermsandConditions.pdf Specification PG23-0341F is indicated “No Substitute”, approved equivalents shall be submitted by the date listed in the Calendar of Events section. Equivalents will be approved by Addendum to the solicitation. 15. COMPLIANCE WITH SPECIFICATIONS All products shall be new and unused. Any product that does not comply with any part of these technical specifications shall be rejected and the vendor shall, at its own expense, including shipping, replace the item. 16. MATERIALS AND WORKMANSHIP The successful bidder shall be required to furnish all materials necessary to perform contractual requirements. Materials and workmanship for this contract shall conform to all codes, regulations and requirements for such specifications contained herein and the normal uses for which intended. Material shall be manufactured in accordance with the best commercial practices and standards for this type of goods. All literature and products must be packaged and labeled to sell in the United States. 17. DAMAGED GOODS The vendor shall replace any orders that are damaged in transit. They will be notified by the City and they must arrange to have damaged orders picked up within 48 hours’ notice (excluding weekends and holidays). Vendor will pay all expenses incurred to ship damaged goods back to manufacturer or their own warehouse. 18. UPDATED PRODUCTS During the contract term, if items on the contract are being replaced and updated by the manufacturer, the supplier may submit the manufacturer information, technical specifications and pricing to the City for consideration. The supplier shall provide this updated product information to the City as soon as it becomes available by the manufacturer. The City will work with Purchasing Division to review the information submitted and either accept or reject the product. If the replacement product is not approved, the vendor will be notified and the current item on the contract will be removed. Because of fixed pricing, the replacement item must be offered at the same price. 19. PRODUCT DISCONTINUED During the contract term, if the supplier discontinues carrying any of the contracted items, they must notify the City and the Purchasing office within 90 calendar days. The City reserves the right to seek other suppliers to supply those items or purchase directly from the manufacturer or their designated distributor until the contract term ends. 20. QUANTITIES AND PURCHASE ORDERS The quantities listed are an estimate only using historical data gathered from the previous 5 years. Delivery will be according to purchase order on an as-needed basis throughout the period of the contract. Specification PG23-0341F 21. ENVIRONMENTALLY PREFERABLE PROCUREMENT In accordance with the City of Tacoma’s Sustainable Procurement Policy, it is the policy of the City of Tacoma to encourage the use of products or services that help to minimize the environmental and human health impacts of City Operations. Respondents are encouraged to incorporate environmentally preferable products or services that have a lesser or reduced effect on human health and the environment when compared with competing products or services that serve the same purpose. This comparison may consider raw materials acquisition, products, manufacturing, packaging, distribution reuse, operation, maintenance or disposal of the product or service. The City of Tacoma encourages the use of sustainability practices and desires any awarded contractor(s) to assist in efforts to address such factors when feasible for: • Reduction of pollutant releases • Toxicity of materials used • Waste generation • Greenhouse gas emissions, including transportation of materials and services • Recycle content • Comprehensive energy conservation measures • Waste manage reduction plans • Potential impact on human health and the environment 22. EQUITY IN CONTRACTING This project has no EIC requirements; however, the City of Tacoma is committed to encouraging firms certified through the Washington State Office of Minority and Women’s Business Enterprise to participate in City contracting opportunities. See the TMC 1.07 Equity in Contracting Policy at the City’s Equity in Contracting Program website. 23. PROPRIETARY OR CONFIDENTIAL INFORMATION The Washington State Public Disclosure Act (RCW 42.56 et seq.) requires public agencies in Washington make public records available for inspection and copying unless they fall within the specified exemptions contained in the Act, or are otherwise privileged. Documents submitted under this RFB shall be considered public records and, with limited exceptions, will be made available for inspection and copying by the public. Information that is confidential or proprietary must be clearly marked. Further, an index must be provided indicating the affected page number(s) and location(s) of all such identified material. Information not included in said index will not be reviewed for confidentiality or as proprietary before release. http://cms.cityoftacoma.org/sustainability/resolution38248-PurchasingPolicy.pdf https://omwbe.diversitycompliance.com/ https://omwbe.diversitycompliance.com/ https://www.cityoftacoma.org/government/city_departments/community_and_economic_development/equity_in_contracting https://apps.leg.wa.gov/RCW/default.aspx?cite=42.56 Specification PG23-0341F 24. TECHNICAL PROVISIONS SECTION 40 91 13 – ELECTRICALLY OPERATED PRIMARY CONTROL VALVES PART 1 - GENERAL 1.1. SECTION INCLUDES A. This section specifies the technical requirements for replacement of electric valve actuators, correctly sized, to operate the Turbine Inlet Valves and Bypass Valves for Cushman 2 Powerhouse, Units 31, 32, and 33. The contractors shall provide the Actuators and appurtenances, complete and operable, in accordance with the Contract Documents. 1.2. RELATED SECTIONS SECTION 22 05 23 – BUTTERFLY VALVE 1.3. DELIVERY, STORAGE, AND HANDLING A. All valves, actuators, and accessories shall be handled, protected, and stored as recommended by the manufacturer. B. All valves, actuators, and accessories shall be protected with packaging to resist moisture, dust, handling, or other cause during shipping. Packaging shall include a unique number that include the specification number as a reference. C. Any valves, actuators, or accessories damaged during shipping shall be replaced at the Contractor’s expense. 1.4. CONTRACTOR SUBMITTALS A. Submit the following within 45 days from contract award. 1. Actuator Wiring Diagrams. 2. Actuator Schematic Drawings. 3. Vendor Catalogs and Cut sheets. 4. Physical layout and dimensional drawings. 5. Manufacturer start up and commissioning procedure. B. Submit the following within 45 days from completion of commissioning 1. Operation and Maintenance Manuals. 2. Commissioning Report. C. Submittal information shall be manufacturer's catalog descriptive literature with identifying arrows pointing to the specific equipment, devices, and materials to be supplied. Catalog information shall include technical specifications and application information, including NEMA and electrical ratings, range, weight, accuracy, etc. Catalog cuts shall be edited to show only the items, model numbers, and information which apply and include all information as described below. D. SUBMITTAL IDENTIFICATION Information covering all materials and equipment shall be submitted for review. Each sheet of descriptive literature submitted shall be clearly marked to identify the material or equipment as follows: Specification PG23-0341F 1. Equipment and materials descriptive literature and drawings shall show the specification paragraph for which the equipment applies. 2. Sheets or drawings covering more than the item being considered shall have all inapplicable information crossed out. 3. A suitable notation shall identify equipment and materials descriptive literature with the Drawings or Specifications. E. SHOP DRAWINGS AND DATA Complete assembly, foundation, and installation drawings, together with complete engineering data covering the materials used, parts, devices, and accessories forming a part of the work performed by the Contractor, shall be submitted. The drawings and data shall include, but shall not be limited to, the following with additional requirements as provided by equipment type below as applicable: 1. Drawings and data. 2. Nameplate legends. 3. Bill of Materials. 4. Mounting details. 5. Samples. F. OPERATION AND MAINTENANCE DATA AND MANUALS 1. Adequate operation and maintenance information shall be supplied. Operation and maintenance manuals shall include the following: a. Manufacturer's cut sheets, data sheets, specifications, user manuals, installation manuals, and maintenance manuals for all products included in the specification section. b. Schematics, wiring diagrams, and panel drawings in conformance with construction record. c. Model numbers and up-to-date cost data for all spare parts. d. Troubleshooting procedures, with a cross-reference between symptoms and corrective recommendations. 2. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered. 3. Operation and Maintenance manuals shall be organized with page numbers and table of contents. Furthermore, the O&M manuals shall include section title pages for each section that states what is included in the section. All cutsheets, manuals, and general product literature shall include a label specifying what product it is applicable to. 4. Operation and Maintenance manuals shall include photos or sheets detailing the Actuator / Motor Nameplate and shall include, at minimum: • Name of manufacturer • Model Number • Type and size • Serial Number • Order Number • Power Supply • Max Torque • RPM Specification PG23-0341F PART 2 - PRODUCTS 2.1. ACCEPTABLE MANUFACTURES Ony the following Electric Actuator manufacturers will be accepted: • Rotork • AUMA • Alternate manufacturers with actuators that meet the specified requirements may be submitted to the Engineer for approval. 2.2. GENERAL Actuators shall contain motor, gearing, manual override, limit switches, torque switches, drive coupling, integral motor controls, local position indicator, and Modbus TCP/IP communication protocol. 2.3. ACTUATOR SIZING: 1. The actuator shall be sized to guarantee valve closure at the specified torque requirement as indicated by the valve manufacturer or supplier. The actuator must be adequately sized to provide the torque required to operate the valve at 90% of the nominal voltage. 2. Actuator sizing details to be verified by contractor, upon award of contract. 3. Table 1: Valve Operating Parameters NAME U31 BYPASS U32 BYPASS U33 BYPASS U31 TIV U32 TIV U33 TIV TO REPLACE EXISTING ACTUATOR / MOTOR Rotork 16A No Gearhead Rotork16A No Gearhead Bladder Valve Rotork 40A Keep Existing Gearhead Rotork 40A Keep Existing Gearhead Cutler Hammer TN6Y VALVE TYPE 8” Gate 8” Gate 8” Butterfly (NEW) 96” Butterfly (Lever-Action) 96” Butterfly (Lever-Action) 96” Butterfly (Lever-Action) TORQUE 225 ft-lb 225 ft-lb 900 ft-lb 400 ft-lb 400 ft-lb 5900 ft-lb RPM 29 RPM 29 RPM TBD 115 RPM 115 RPM TBD FLANGE FA14 FA14 TBD FA16 FA16 FA16 CLOSING DIRECTION (LOOKING DOWN AT VALVE) RH/ Clockwise RH/ Clockwise TBD RH/ Clockwise RH/ Clockwise RH/ Clockwise LIMIT SWITCHES OPEN CLOSE OPEN CLOSE OPEN CLOSE OPEN CLOSE 20% OPEN OPEN CLOSE 20% OPEN OPEN CLOSE 20% OPEN TORQUE SWITCHES OPEN CLOSE OPEN CLOSE OPEN CLOSE OPEN CLOSE OPEN CLOSE OPEN CLOSE Specification PG23-0341F 2.4. EQUIPMENT REQUIREMENTS: The actuators shall include motor, integral reversing starters, modbus tcp/ip monitoring capability, local controls and terminals for remote control and indication, housed within a self-contained, sealed enclosure. Replacements for the existing electric actuators must, retain the existing functionality, at minimum. 1. Actuators shall be capable of operating in an ambient temperature range from - 20 F to +150 F. 2. The actuators shall be powered from 460-480 Volt, 3 PH, 60 Hz. 3. The motor shall be specifically designed for actuator service. AC motors shall be of the induction type with Class F insulation and protected by means of thermal switches embedded in the motor windings. Totally enclosed, non- ventilated. 4. All internal wiring shall be terminated at a plug and socket connector. Provision for all field wiring connections shall be on binder screw type terminal blocks. 5. All external fasteners shall be stainless steel. Fasteners on limit switch and terminal compartments shall be captured to prevent loss while covers are removed. 6. Actuators shall be furnished with a local indicator which continuously shows the valve travel from the fully open to the fully closed positions. 7. A change-over lever shall allow manual operation of the actuator by handwheel and over-ride the electric operation. Manual operation will be via power gearing to minimize required rim pull and facilitate easy change-over from motor to manual operation when actuator is under load. Return from manual to electric mode of operation will be automatic upon motor operation. A seized or inoperable motor shall not prevent manual operation. The handwheel shall not rotate during electric operation. 8. Limit switches shall be furnished at each end of travel. Limit switch adjustment shall not be altered by manual operation. Limit switch drive shall be by counter- gear. One spare auxiliary set of normally open and normally closed contacts shall be furnished at each end of travel, wired to terminal blocks for customer use. Contacts shall be silver plated and capable of reliably switching low voltage (24Vdc) from the control system. 9. Mechanically operated torque switches shall be furnished at each end of travel. The switches shall sense torque at any point in both the open and closed travel directions. The motor shall be deenergized if the torque limit is exceeded. 10. A torque switch bypass shall be provided for the torque sensing system to momentarily inhibit torque switch trip during unseating or during starting in mid- travel against high inertia loads 11. Actuators shall be furnished with mechanical stops that restrict the valve/actuator travel. 12. Actuators must have the capability to communicate with the remote PCS system through Modbus TCP/IP. 13. All gearing shall be designed to withstand the full stall torque of the motor. 14. The actuator gearing shall be totally enclosed in a grease-filled cast iron gearcase suitable for operation in any orientation. Non-metallic gearing is not acceptable. For rising stem valves, the output shaft of the actuator shall be hollow to accept a rising stem and incorporate thrust bearings of the roller type at the base of the actuator. The design should permit the opening of the gearcase for inspection or disassembly without releasing the stem thrust or taking the valve out of service. Specification PG23-0341F 15. The actuator shall be furnished with a drive nut. The drive nut must be easily detachable for machining to suit the valve stem or gearbox input shaft. For multi- turn applications, the drive nut shall be installed in a detachable thrust base. Thrust bearings shall be lubricated by means of an easily accessible grease fitting. 16. Provide a 120VAC space heater in the motor compartment and the limit switch compartment of the actuator that is rated for continuous-duty and which shall be wired separately for full time energization. 17. The actuator and its motor shall be suitable for the service and duty it will be subjected to. 18. Locked rotor current of the motor shall have the lowest value consistent with good performance and economical design for the motor’s torque-current class. PART 3 - EXECUTION 3.1. COMMISSIONING AND TESTING 1. An experienced, competent, and authorized Field Service Technician shall visit the site of the Work and inspect, check, adjust if necessary, shall calibrate each actuator, and approve the equipment installation. 2. The Field Service Technician shall be present when the equipment is placed in operation, and shall revisit the job site as often as necessary until all trouble is corrected and the equipment installation and operation are satisfactory in the opinion of Engineer. 3. The Field Service Technician shall furnish a written report certifying that the equipment has been properly installed and calibrated; is in accurate alignment; is free from any undue stress imposed; Manufacturer’s representative report shall document that all actuators have operated satisfactorily under full operating conditions, including any spares. 4. Performance Testing & Documentation For open/close applications, each actuator shall be performance tested and the following documentation shall be provided: • Torque sensing tripping points in both the open and closed directions of travel • Current at the maximum torque tripping point • Actuator output speed • High voltage test 5. Warranty The Supplier and Contractor shall be responsible for ensuring that the associated equipment supplied form an integral, fully operational, and serviceable system. The Supplier and Contractor shall guarantee all products to be free from defects in material and workmanship for a minimum period of one years from the date of acceptance by the Owner. The Supplier and Contractor shall expedite and make all necessary efforts and repairs to correct defects and deficiencies at no expense to the Owner. END OF SECTION Specification PG23-0341F DIVISION 22 SECTION 22 05 23 – BUTTERFLY VALVE PART 1 GENERAL 1.1. SECTION INCLUDES A. This section specifies the technical requirements for a standard class 300 elbow and 8” Butterfly valve, operable by the electric valve actuator, to replace the existing bladder valve at the Unit 33 Bypass. The Contractor shall provide valves, pipe, and appurtenances, complete and operable, in accordance with the Contract Documents. B. The following components shall be provided: Description Quantity 8 inch Butterfly Valve Bray / McCannalok Series 43, or approved equal 1 total 8 inch Class 250 elbow pipe 1 total Mechanical hardware to fully install Valve and Electric Motorized Actuator (including, but not limited to shaft, spacers, and adapter plates; TPU will provide linkage and riser for Unit 33 Bypass). As Needed 1.2 RELATED SECTIONS SECTION 40 91 13 – Electrically Operated Primary Control Valves Specification PG23-0341F PART 2 PRODUCTS 2.1. 8” BUTTERFLY VALVE 1. TYPE a. 8” Butterfly Valve b. Bray / McCannalok Series 43, or approved equal. 2. BODY a. Body shall be lug style or AWWA C150 B flanged per AWWA C504 for 300 pound flange bolt pattern. 3. DISC a. Disc shall be 304, 316 or A351 stainless steel for valve up to 18-inches in diameter. 4. SHAFT a. Shaft shall be 304 or 316 or 431 or 416 stainless steel. 5. BEARING a. Shaft stem bearings shall be Polytetrafluoroethylene (PTFE). 6. SEATS a. The valve seats shall be EPDM or Buna-N rubber 2.2. CLASS 250 90 DEGREE 8 INCH STANDARD ELBOW PIPE 1. MATERIAL a. The valve shall be made of ductile iron. END OF SECTION Request for Bids Template Revised: 12/08/2021 Specification No. PG23-0341F 25. APPENDIX A – SUPPLEMENTAL ATTACHMENTS 1. U31 BYPASS ACTUATOR 2. U32 BYPASS ACTUATOR 3. U33 BYPASS ACTUATOR 4. U31 TIV 5. U32 TIV 6. U33 TIV 7. U33 BYPASS VALVE 8. U33 BYPASS ELBOW 1. U31 Bypass Actuator (Replace Rotork Actuator. Existing valve is not replaced) 2. U32 Bypass Actuator (Replace Rotork Actuator. Existing valve is not replaced.) 3. U33 Bypass Actuator (Replace existing bladder valve with butterfly valve, elbow, and electric actuator) 4. U31 TIV (Replace Rotork Actuator. Existing gear-head and valve are not replaced) 5. U32 TIV (Replace Rotork Actuator. Existing gear-head and valve are not replaced) 6. U33 TIV (Replace Cutler Hammer motor. Existing valve is not replaced) 7. U33 Bypass Valve 1 of 2© 2021 BRAY INTERNATIONAL. ALL RIGHTS RESERVED. BRAY.COM SS_1023_EL_S4X_2021_02 HIGH PERFORMANCE BUTTERFLY VALVE McCANNALOK SERIES FEATURES AND BENEFITS 1 DOUBLE OFFSET STEM AND DISC DESIGN > Reduced seat wear | lower torque | extended service life 2 BLOWOUT-PROOF STEM > Does not rely on actuation to prevent stem blowout 3 ADJUSTABLE STEM PACKING > Easy access | field serviceable | low fugitive emissions 4 ENERGIZED RESILIENT SEAT DESIGN > Zero leakage | self-adjusting | isolated from line media 5 BIDIRECTIONAL PRESSURE ASSISTED SEALING > Optimal sealing performance for low and high pressures 6 FULL-FACED SEAT RETAINER > Secured outside sealing area | easy seat replacement 7 STEM BEARINGS > Stem support | minimizes deflection | corrosion resistant 8 INTERNAL OVER-TRAVEL STOP > Minimizes possible seat damage | extends service life 9 DEAD END SERVICE > Bidirectional full rating for lug and double-flanged bodies FIRESAFE DESIGN OPTION (API 607) > Inconel® metal seat | graphite packing | bidirectional METAL SEATED CONTROL VALVE AVAILABLE > Inconel® metal seat OVERVIEW Featuring Bray’s patented, award-winning design, this double offset high performance butterfly valve is precision engineered to deliver quality, value, and reliability in high temperature, high pressure, high cycle, and critical service applications. NOTE > Firesafe or metal seated control options available; not in all sizes and pressure classes. SPECIFICATIONS Size Range NPS 2 to 66 (DN 50 to 1500) Body Style Wafer | Lug | Double Flanged Temperature Range Resilient Seated -62 to 500°F (-52 to 260°C) Firesafe -62 to 500°F (-52 to 260°C) Metal Seated up to 900°F (up to 482°C) Pressure Ratings ASME Class 150 | 300 | 600 PN 10 | 16 | 25 | 40 | 63 | 100 Leakage Rate Resilient Seated Zero Leakage Metal Seated FCI 70-2 Class IV APPLICATIONS > Caustic > Chilled Water > Pressure Swing Adsorption (PSA) > Seawater > Sour Gas (NACE) > Steam > Vacuum MEDIA > Acids > Alkalis > Corrosive Chemicals > Dry Chlorine (Gas or Liquid) > Gases > Hydrogen > Oxygen > Water 2 4 7 6 8 5 9 3 1 2 of 2© 2021 BRAY INTERNATIONAL. ALL RIGHTS RESERVED. BRAY.COM SS_1023_EL_S4X_2021_02 SERIES 40/41 ASME Class 150 SERIES 42/43 ASME Class 300 SERIES 44/45 ASME Class 600 SERIES 4A ASME Class 150 SERIES 4B ASME Class 300 NPS 2 to 66 DN 50 to 1650 NPS 2 to 54 DN 50 to 1350 NPS 3 to 36 DN 80 to 900 NPS 2 to 54 DN 50 to 1350 NPS 3 to 42 DN 80 to 1050 HIGH PERFORMANCE BUTTERFLY VALVE McCANNALOK SERIES NOTE > Firesafe, high cycle, or metal seated control options available; not in all sizes and pressure classes. DESIGN STANDARDS Valve Design ASME B16.34 MSS SP 68 ASME VIII API 609 Category B EN 593 EN 12516 Top Flange ISO 5211 Flange Drilling1 ASME B16.5 ASME B16.47 EN 1092-1 Seat Tightness Test API 598 MSS SP 61 EN 12266 ISO 5208 Face-to-Face ASME B16.10 API 609 Category B EN 558 ISO 5752 NOTE 1 Additional flange drilling options available. CERTIFICATIONS & APPROVALS Certifications CE: PED 2014/68/EU | ANSI/NSF 61 | SIL Fire Test API 607 | ISO 10497 Fugitive Emissions API 641 | ISO 15848-1 | TA-Luft VDI 2440 Approvals ABS Type | ATEX 2014/34/EU | Bureau Veritas Type | China Classification Society (CCS) Type | CRN | DNV | EC1935 | TR CU (GOST) NOTE > A complete listing of certifications and approvals can be found at BRAY.COM. Body Materials Carbon Steel Stainless Steel Nickel Aluminum Bronze Hastelloy® C Titanium Disc Materials Stainless Steel Nickel Aluminum Bronze Monel® Stem Materials Stainless Steel Monel® K500 Inconel® 718 Seat Materials RPTFE with Resilient Energizer PTFE with Resilient Energizer UHMWPE with Resilient Energizer TFM with Low Temperature Resilient Energizer (Firesafe) Inconel® & RPTFE with Resilient Energizer NOTE > Other materials are available on request. MATERIAL OPTIONS SBelvin Highlight SBelvin Highlight SBelvin Highlight SBelvin Highlight 8. U33 Bypass Elbow J> 0 ;;:: 1%% r p%. ., $es !JI AA ....o[a'i I ~ )(p{c n 3 £_: - e ~ ma oo -t w ±AA JJ cc AAr HHKK 1tI Elbow Long Radius 45deg Elbow Tee Cross Elbow 1,$ Ej +4/5¥ Lu f; FFMMt ,{' «s des tateral Eccentric IReducer Reducer True "Y" 0o Table 12 Dimensions of Class 300 Flanged Fittings N) o 1 2 3 4 5 6 7 8 9 10 11 1229& po3 ±£ 2 mm Raised Face (Flange Edge) [Note (3)] ±; Short Contact7gg Ring Jointtoo a Center-to- Center-to- Long Center- to- Surface-to-2$g [Note (2)1 • ~ ~ Contact Contact Center-to- Center- to- Contact Contact Gr Thickness of Surface of Surface of Contact Contact Surface of Surface of Center-to-End? ±i Outside Flange Wall Inside Raised Face Raised Face Surface of Surface of Raised Raised Elbow, Tee, G Nominal Diameter Min., Thickness Diameter Elbow, Tee, Long Raised Face Raised Face Face Cross, and a3 $± Pipe of tr of Fitting, of Cross, and Radius 45 deg Face Lateral and Reducer, True ", $£ Size, Flange, I [Notes (1), Min., Fitting, True "y Elbow, Elbow, Lateral, True ", GG HH O - o NPS (2)] d AA BB EE FF [Note (3)] [Note (5)] 5 2a 0 t cc rrp O» Do ..,u O :% 4.8 127 165 51 114 108 £ ±2 1 125 15.9 25 102 57 z ° 1 135 17.5 4.8 32 108 140 64 184 57 114 114 "'rrOo n 3 14, 155 19.1 4.8 38 114 152 70 216 64 114 121 >3 z 5& O y 2 165 20.7 6.4 51 127 165 76 229 64 127 135 .,,g3 £2g 3%% 190 23.9 6.4 64 140 178 89 267 64 140 148 z ~ 3 210 27.0 7.1 76 152 197 89 279 76 152 160 G'\pr 3%/, 230 28.6 7.4 89 165 216 102 318 76 165 173 O r 4 255 30.2 7.9 102 178 229 114 343 76 178 186 3z "'u SBelvin Highlight AA ....o SBelvin Highlight Elbow SBelvin Highlight Class 300 ±g ££ ±2 r 0in C - 22 8g » n :::--. D O 2 5 D> 0 ~ m 1 2 3 4 5 6 7 8 9 10 11 o 'ti pr.., £ 2 G rrn 3z Oe z ~ r O r 3 z ~ 12 u Table 12 Dimensions of Class 300 Flanged Fittings (Cont'd) 2 mm Raised Face (Flange Edge) [Note (3)] Short Contact Ring Joint Center-to- Center-to- Long Center- to- Surface-to- [Note (2)] Contact Contact Center-to- Center- to- Contact Contact Thickness of Surface of Surface of Contact Contact Surface of Surface of Center-to-End Outside Flange Wall Inside Raised Face Raised Face Surface of Surface of Raised Raised Elbow Tee, Nominal Diameter Min., Thickness Diameter Elbow, tee, Long Raised Face Raised Face Face Cross, and Pipe of tr of Fitting, of Cross, and Radius 45 deg Face Lateral and Reducer, True "Y"", OO o Size, Flange, [Notes (1), Min., Fitting, True "Y", Elbow, Elbow, Lateral, True "Y", GG HH2g& 2 NPS 0 (2)) n d AA BB cc EE FF {Note (3)) [Note (5)]o3 ±5 #±7 5 280 33.4 9.5 127 203 260 127 381 89 203 211 to a 6 320 35.0 9.5 152 216 292 140 445 102 229 224 no o 127 279 2623: 8 380 39.7 11.1 203 254 356 152 521 $ 10 445 46.1 12.7 254 292 419 178 610 140 305 300 Gr ±± 12 520 49.3 14.3 305 330 483 203 698 152 356 338 s s7 +g 14 585 52.4 15.9 337 381 546 216 787 165 406 3893 o #± 16 650 55.6 17.5 387 419 610 241 876 190 457 427g e o 18 710 58.8 19.0 432 457 673 254 952 203 483 465--- o %g 20 775 62.0 20.6 483 495 737 267 1029 216 508 sosp» O g Do % 24 915 68.3 23.8 584 572 864 305 1206 254 610 583 ±2 7° Oog 2$ 2 o.,, .. gs3 2g '" 7>n n z r O b on ~ o o ) SBelvin Highlight 8 SBelvin Highlight 254 SBelvin Typewritten Text 10" Request for Bids Template Revised: 12/08/2021 Specification No. PG23-0341F 26. APPENDIX B – BID FORMS Signature Page Pricing Proposal Form Insurance Requirements Sample Contract Form No. SPEC-080A Revised: 06/01/2021 SIGNATURE PAGE CITY OF TACOMA GENERATION ENGINEERING / AUTOMATION All submittals must be in ink or typewritten, executed by a duly authorized officer or representative of the bidding/proposing entity, and received and time stamped as directed in the Request for Bids page near the beginning of the specification. If the bidder/proposer is a subsidiary or doing business on behalf of another entity, so state, and provide the firm name under which business is hereby transacted. REQUEST FOR BIDS SPECIFICATION NO. PG23-0341F CUSHMAN 2 TIV AND BYPASS ACTUATOR REPLACEMENT The undersigned bidder/proposer hereby agrees to execute the proposed contract and furnish all materials, labor, tools, equipment and all other facilities and services in accordance with these specifications. The bidder/proposer agrees, by submitting a bid/proposal under these specifications, that in the event any litigation should arise concerning the submission of bids/proposals or the award of contract under this specification, Request for Bids, Request for Proposals or Request for Qualifications, the venue of such action or litigation shall be in the Superior Court of the State of Washington, in and for the County of Pierce. Non-Collusion Declaration The undersigned bidder/proposer hereby certifies under penalty of perjury that this bid/proposal is genuine and not a sham or collusive bid/proposal, or made in the interests or on behalf of any person or entity not herein named; and that said bidder/proposer has not directly or indirectly induced or solicited any contractor or supplier on the above work to put in a sham bid/proposal or any person or entity to refrain from submitting a bid/proposal; and that said bidder/proposer has not, in any manner, sought by collusion to secure to itself an advantage over any other contractor(s) or person(s). Bidder/Proposer’s Registered Name Address City, State, Zip Authorized Signatory E-Mail Address E.I.No. / Federal Social Security Number Used on Quarterly Federal Tax Return, U.S. Treasury Dept. Form 941 E-Mail Address for Communications Signature of Person Authorized to Enter Date into Contracts for Bidder/Proposer Printed Name and Title (Area Code) Telephone Number / Fax Number State Business License Number in WA, also known as UBI (Unified Business Identifier) Number State Contractor’s License Number (See Ch. 18.27, R.C.W.) Addendum acknowledgement #1_____ #2_____ #3_____ #4_____ #5_____ THIS PAGE MUST BE SIGNED AND RETURNED WITH SUBMITTAL. 1 Name of Bidder PROPOSAL QUANTITY BID UNIT UNIT COST TOTAL COST ITEM 1 U31 / U32 Bypass Actuator 2 EA $____________ $____________ ITEM 2 U33 Bypass Actuator 1 EA $____________ $____________ ITEM 3 U31 / U32 TIV Actuator 2 EA $____________ $____________ ITEM 4 U33 TIV Actuator 1 EA $____________ $____________ ITEM 5 U33 Bypass Class 300 Elbow 1 EA $____________ $____________ ITEM 6 U33 Bypass Butterfly Valve 1 EA $____________ $____________ Delivered pricing F.O.B. Destination, Freight Pre-paid and Allowed per Specification BASE BID ITEMS 1-6 $____________ **Sales Tax Estimate @ 8.8% $____________ (Note Paragraph 1.38 of the Standard Terms and Conditions) TOTAL AMOUNT $____________ 2 Name of Bidder PROPOSAL NOTICE All attachments of “Standard Terms and Conditions” or letters modifying the Proposal shall be referenced on this page under the appropriate headings or they will not be considered a part of the Proposal. Bidder’s Statement of Delivery Time: Bidder’s Statement of Price Guarantee: (ONLY FIRM PRICES WILL BE ACCEPTED) Manufacturer’s/Bidder’s Guarantees and/or Warranties of Material or Equipment: State Whether Exception “IS” or “IS NOT” Taken to this Specification. Itemize any exceptions taken* *NOTE: The City cannot legally accept a substantial deviation from these specifications. Bids containing any substantial deviation will be rejected as non-responsive. Where the bidder indicates that exception is not taken to this specification, but then attaches non- conforming warranties or other modifications to the specification, it is then agreed that the bidder warrants that where the specification deviates from the attachment, the bidder will perform to the highest standard indicated. CITY OF TACOMA INSURANCE REQUIREMENTS FOR CONTRACTS Insurance Requirements Spec/Contract Number: PG23-0341F Template Revised 10/3/2019 Page 1 of 4 The Contractor (Contractor) shall maintain at least the minimum insurance set forth below. By requiring such minimum insurance, the City of Tacoma shall not be deemed or construed to have assessed the risk that may be applicable to Contractor under this Contract. Contractor shall assess its own risks and, if it deems appropriate and/or prudent, maintain greater limits and/or broader coverage. 1. GENERAL REQUIREMENTS The following General Requirements apply to Contractor and to Subcontractor(s) of every tier performing services and/or activities pursuant to the terms of this Contract. Contractor acknowledges and agrees to the following insurance requirements applicable to Contractor and Contractor’s Subcontractor(s): 1.1. City of Tacoma reserves the right to approve or reject the insurance provided based upon the insurer, terms and coverage, the Certificate of Insurance, and/or endorsements. 1.2. Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by City of Tacoma. 1.3. Contractor shall keep this insurance in force during the entire term of the Contract and for Thirty (30) calendar days after completion of all work required by the Contract, unless otherwise provided herein. 1.4. Insurance policies required under this Contract that name “City of Tacoma” as Additional Insured shall: 1.4.1. Be considered primary and non-contributory for all claims. 1.4.2. Contain a “Separation of Insured provision and a “Waiver of Subrogation” clause in favor of City of Tacoma. 1.5. Section 1.4 above does not apply to contracts for purchasing supplies only. 1.6. Verification of coverage shall include: 1.6.1. An ACORD certificate or equivalent. 1.6.2. Copies of all endorsements naming the City of Tacoma as additional insured and showing the policy number. 1.6.3. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements – actual endorsements must be submitted. 1.7. Liability insurance policies, with the exception of Professional Liability and Workers’ Compensation, shall name the City of Tacoma and its officers, elected officials, employees, agents, and authorized volunteers as additional insured. 1.7.1. No specific person or department should be identified as the additional insured. 1.7.2. All references on certificates of insurance and endorsements shall be listed as “City of Tacoma”. 1.7.3. The City of Tacoma shall be additional insured for both ongoing and completed operations using Insurance Services Office (ISO) form CG 20 10 04 13 and CG 20 CITY OF TACOMA INSURANCE REQUIREMENTS FOR CONTRACTS Insurance Requirements Spec/Contract Number: PG23-0341F Template Revised 10/3/2019 Page 2 of 4 37 04 13 or the equivalent for the full available limits of liability maintained by the Contractor irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract and irrespective of whether the Certificate of Insurance describes limits lower than those maintained by the Contractor. 1.8. Contractor shall provide a Certificate of Insurance for each policy of insurance meeting the requirements set forth herein when Contractor provides the signed Contract for the work to City of Tacoma. Contractor shall provide copies of any applicable Additional Insured, Waiver of Subrogation, and Primary and Non-contributory endorsements. Contract or Permit number and the City Department must be shown on the Certificate of Insurance. 1.9. Insurance limits shown below may be written with an excess policy that follows the form of an underlying primary liability policy or an excess policy providing the required limit. 1.10. Liability insurance policies shall be written on an “occurrence” form, except for Professional Liability/Errors and Omissions, Pollution Liability, and Cyber/Privacy and Security 1.11. If coverage is approved and purchased on a “Claims-Made” basis, Contractor warrants continuation of coverage, either through policy renewals or by the purchase of an extended reporting period endorsement as set forth below. 1.12. The insurance must be written by companies licensed or authorized in the State of Washington pursuant to RCW 48 with an (A-) VII or higher in the A.M. Best's Key Rating Guide www.ambest.com. 1.13. Contractor shall provide City of Tacoma notice of any cancellation or non-renewal of this required insurance within Thirty (30) calendar days. 1.14. Contractor shall not allow any insurance to be cancelled or lapse during any term of this Contract, otherwise it shall constitute a material breach of the Contract, upon which City of Tacoma may, after giving Five (5) business day notice to Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith; with any sums so expended to be repaid to City of Tacoma by Contractor upon demand, or at the sole discretion of City of Tacoma, offset against funds due Contractor from City of Tacoma. 1.15. Contractor shall be responsible for the payment of all premiums, deductibles and self-insured retentions, and shall indemnify and hold the City of Tacoma harmless to the extent such a deductible or self-insured retained limit may apply to the City of Tacoma as an additional insured. Any deductible or self-insured retained limits in excess of Twenty Five Thousand Dollars ($25,000) must be disclosed and approved by City of Tacoma Risk Manager and shown on the Certificate of Insurance. 1.16. City of Tacoma reserves the right to review insurance requirements during any term of the Contract and to require that Contractor make reasonable adjustments when the scope of services has changed. http://www.ambest.com/ CITY OF TACOMA INSURANCE REQUIREMENTS FOR CONTRACTS Insurance Requirements Spec/Contract Number: PG23-0341F Template Revised 10/3/2019 Page 3 of 4 1.17. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made by City of Tacoma to Contractor. 1.18. Insurance coverages specified in this Contract are not intended and will not be interpreted to limit the responsibility or liability of Contractor or Subcontractor(s). 1.19. Failure by City of Tacoma to identify a deficiency in the insurance documentation provided by Contractor or failure of City of Tacoma to demand verification of coverage or compliance by Contractor with these insurance requirements shall not be construed as a waiver of Contractor’s obligation to maintain such insurance. 1.20. If Contractor is a State of Washington or local government and is self-insured for any of the above insurance requirements, a certification of self-insurance shall be attached hereto and be incorporated by reference and shall constitute compliance with this Section. 2. CONTRACTOR As used herein, "Contractor" shall be the Supplier(s) entering a Contract with City of Tacoma, whether designated as a Supplier, Contractor, Vendor, Proposer, Bidder, Respondent, Seller, Merchant, Service Provider, or otherwise. 3. SUBCONTRACTORS It is Contractor's responsibility to ensure that each subcontractor obtain and maintain adequate liability insurance coverage. Contractor shall provide evidence of such insurance upon City of Tacoma’s request. 4. REQUIRED INSURANCE AND LIMITS The insurance policies shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve Contractor from liability in excess of such limits. 4.1 Commercial General Liability Insurance Contractor shall maintain Commercial General Liability Insurance policy with limits not less than One Million Dollars ($1,000,000) each occurrence and Two Million Dollars ($2,000,000) annual aggregate. The Commercial General Liability Insurance policy shall be written on an Insurance Services Office form CG 00 01 04 13 or its equivalent. Products and Completed Operations shall be maintained for a period of three years following Substantial Completion of the Work related to performing construction services. This policy shall include product liability especially when a Contract solely is for purchasing supplies. The Commercial General Liability policy shall be endorsed to include: 4.1.1 A per project aggregate policy limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. 4.2 Workers' Compensation 4.2.1 Contractor shall comply with Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington, as well as any other similar coverage required for this work by applicable federal laws of other states. The Contractor must comply with their domicile State Industrial Insurance laws if it is outside the State of CITY OF TACOMA INSURANCE REQUIREMENTS FOR CONTRACTS Insurance Requirements Spec/Contract Number: PG23-0341F Template Revised 10/3/2019 Page 4 of 4 Washington. 4.3 Employers’ Liability Insurance Contractor shall maintain Employers’ Liability coverage with limits not less than One Million Dollars ($1,000,000) each employee, One Million Dollars ($1,000,000) each accident, and One Million Dollars ($1,000,000) policy limit. 4.4 Other Insurance Other insurance may be deemed appropriate to cover risks and exposures related to the scope of work or changes to the scope of work required by City of Tacoma. The costs of such necessary and appropriate Insurance coverage shall be borne by Contractor.

747 Market Street Tacoma, Washington 98402Location

Address: 747 Market Street Tacoma, Washington 98402

Country : United StatesState : Washington

You may also like

Service Provider for Vermin Proof Perimeter Fence Replacement

Due: 26 Apr, 2024 (in 2 days)Agency: South African National Biodiversity Institute

Removal & Replacement of Certain Curbs & Sidewalks

Due: 20 Jun, 2024 (in 1 month)Agency: City of Vandalia