No: PG19-0018F Tacoma Public Utilities Elevator Upgrades

299

Transcript of No: PG19-0018F Tacoma Public Utilities Elevator Upgrades

HCroston
Text Box
No: PG19-0018F Tacoma Public Utilities Elevator Upgrades

CITY OF TACOMA

SPECIFICATIONS

FOR

NO. PG19-0018F

TACOMA POWER

TACOMA PUBLIC UTILITIES – ELEVATOR UPGRADES ___________________________________________________________________________

CITY OF TACOMA DEPARTMENT OF PUBLIC UTILITIES

TACOMA POWER

Jackie Flowers, Director of Utilities/CEO Chris Robinson, Power Superintendent/COO

Date: Tuesday, December 10, 2019

Each bid to be enclosed in a sealed envelope bearing the superscription

“Tacoma Public Utilities – Elevator Upgrades"

SPECIFICATION CONTENTS

This Specification contains the following:

1. Request for Bids2. Bidder's Checklist3. Letters and Calls4. SPECIAL NOTICE TO BIDDERS5. Signature Page6. State Responsibility and Reciprocal Bid Form7. Proposal Sheets8. Contractor's Record of Prior Contracts9. List of Equipment10. Substitution Request Form11. Bid Bond12. Subcontractor List13. SBE Special Reminder14. SBE Goal Utilization Form15. SBE Utilization Form16. Prime Contractor’s Pre-Work Form (SBE)17. Subcontractor’s Pre-Work Form (SBE)18. Small Business Enterprise (SBE) Code19. Insurance Certificate Requirements20. Contractor's Work Hazard Analysis Report21. Performance Bond22. Payment Bond23. Contract24. Contractor Performance Review25. General Release26. Standard Terms and Conditions27. Local Employment and Apprenticeship Training Program (LEAP)28. LEAP Employee Verification Form29. Prime Contractor LEAP Utilization Plan30. Prevailing Wages31. Special Provisions32. Technical Provisions33. Appendices

(OPTIONAL: Use if applicable – DELETE THIS NOTE)34. Plans

Form No. SPEC-040C Revised: 01/13/2017

City of Tacoma Generation/Plant Engineering

REQUEST FOR BIDS PG19-0018F Tacoma Public Utilities - Elevator Upgrades and Maintenance Service

Contract

Submittal Deadline: 11:00 a.m., Pacific Time, Tuesday, December 10, 2019

Submittal Delivery: Sealed submittals will be received as follows:

By Carrier: City of Tacoma Procurement & Payables Division Tacoma Public Utilities 3628 S 35th Street Tacoma, WA 98409

In Person: City of Tacoma Procurement & Payables Division Tacoma Public Utilities Lobby Security Desk Administration Building North – Main Floor 3628 S 35th Street Tacoma, WA 98409

By Mail: City of Tacoma Procurement & Payables Division Tacoma Public Utilities PO Box 11007 Tacoma, WA 98411-0007

Note: This is a change in location for in-person deliveries.

Submittal Opening: Sealed submittals in response to a RFB will be opened by a Purchasing representative and read aloud during a public bid opening held in Conference Room M-1, located on

the main floor in the same building. Submittals in response to an RFP or RFQ are recorded as received but are not typically opened and read aloud. After 1:00 p.m. the day of bid opening, the names of vendors submitting proposals are posted to the website for public viewing.

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 andrelated updates.

Click here to see a list of vendors registered for this solicitation.

Pre-Proposal Meeting: A pre-proposal meeting will be held at 3628 S 35th Street Tacoma WA 98409 on November 19, 2019 at 9:00 a.m. in the Ground Floor Cafeteria Conference Room. Confirm attendance with Samol Hefley at [email protected].

Project Scope: Tacoma Public Utilities - Elevator Upgrades and Maintenance Service Contract

Estimate: $4,200,000.00 - $4,500,000

Paid Leave and Minimum Wage: Effective February 1, 2016, the City of Tacoma requires all employers to provide paid leave and minimum wages, as set forth in Title 18 of the Tacoma Municipal Code. For more information visit www.cityoftacoma.org/employmentstandards.

Additional Information: Requests for information regarding the specifications may be obtained by contacting Samol Hefley by email to [email protected].

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.

Bidder CkLst.dot Rev. 11/13/18

BIDDER'S CHECK LIST

The bidder's attention is especially called to the following forms which must be submitted with your bid:

(a) Schedule of bid price.

The unit/lump sum prices bid must be shown in the space provided.

(b) Signature page.

To be completed and signed by the bidder.

(c) Certification of Compliance with Wage Payment Statutes

(d) Proposal data sheets (required when included in the proposal).

(e) Contractor's Record of Prior Contracts (Section 01010,1.9) (required/not required).

(f) List of Equipment (required/not required).

(g) State Responsibility and Reciprocal Bid Preference Form (required/not required).

(h) Retainage Options

(i) Bid bond or certified check (for construction contracts only).

Each bid must be accompanied by a certified or cashier's check for 5-percent of the total amount bid, oran approved bid bond by a surety company authorized to do business in the State of Washington. SeeGeneral Provisions 1.04.

(j) Subcontractor List (applicable only for construction contracts of $1,000,000 and over). (Section 01010,1.10)

(k) CONSTRUCTION CONTRACTS: Bid proposals for contractor labor must include fully completed"SBE Utilization Form", "Prime Contractors Pre-Work Form", and “Subcontractors Pre-Work Form”.

NON-CONSTRUCTION CONTRACTS: Bid proposals for material and services must include fully completed "Prime Contractor Pre-Work Form".

(l) “Submittals Required with Bid” as are listed in the Special Provisions Section – Submittals andShop Drawings (for construction contracts) or Submittals Section (for supply contracts). (Section1300)

The following forms are to be executed after the contract is awarded:

(a) Contract

This agreement is to be executed by the successful bidder.

(b) Performance and Payment Bonds (required/not required).

To be executed by the successful bidder and his surety company, and countersigned by a local residentagent of said surety company.

(c) Contractor's Work Hazard Analysis Report (for construction contracts only)

(d) General Release to the City of Tacoma (for construction contracts only).

To be executed by the successful bidder upon completion of work and prior to the receipt of the finalpayment.

(e) Schedule of Value (Section 1025, 1.3). For Bidder Checklist, provide only schedule of values forABN #3 – East.

Bidder CkLst.dot Rev. 11/13/18

LETTERS AND CALLS

All information requested prior to the bid opening is subject to the limitations in Paragraph 1.02 of the General Provisions.

Address all letters to the Department of Public Utilities, P. O. Box 11007, Tacoma, Washington 98411.

For questions regarding General Provisions, Special or Technical Provisions, direct attention to Samol Hefley, Senior Buyer, [email protected].

For letters and calls regarding the SBE Program, direct attention to the SBE Program Coordinator at 253-591-5224 for calls, and to SBE/Community & Economic Development, Tacoma Municipal Building, 747 Market Street, Tacoma, Washington 98402, for letters.

For letters and calls regarding the LEAP Program, direct attention to the LEAP Coordinator at 253-594-7933 for calls, and to LEAP/ Community & Economic Development, Tacoma Municipal Building, 747 Market Street, Tacoma, Washington 98402, for letters.

All letters shall indicate the title and specification number (prior to award) or title and contract number (following award).

Revised: 02/22/17 Page 1 of 4

CITY OF TACOMA FINANCE/PURCHASING DIVISION

SPECIAL NOTICE TO BIDDERS

Public works and improvement projects for the City of Tacoma are subject to Washington state law and Tacoma Municipal Code, including, but not limited to the following:

I. STATE OF WASHINGTON

A. RESPONSIBILITY CRITERIA – STATE OF WASHINGTON

In order to be considered a responsible bidder the bidder must meet the following mandatory state responsibility criteria contained in RCW 39.04.350:

1. Have a current certificate of registration as a contractor in compliance with chapter 18.27RCW, which must have been in effect at the time of bid submittal;

2. Have a current Washington Unified Business Identifier (UBI) number;3. If applicable:

a. Have Industrial Insurance (workers' compensation) coverage for the bidder’semployees working in Washington, as required in Title 51 RCW;

b. Have a Washington Employment Security Department number, as required in Title50 RCW;

c. Have a Washington Department of Revenue state excise tax registration number, asrequired in Title 82 RCW and;

4. Not be disqualified from bidding on any public works contract under RCW 39.06.010(unlicensed or unregistered contractors) or 39.12.065(3) (prevailing wage).

B. RECIPROCAL PREFERENCE FOR RESIDENT CONTRACTORS:

Effective March 30, 2012, RCW 39.04.380 imposes a reciprocal preference for resident contractors. Any bid received from a non-resident contractor from a state that provides an in-state percentage bidding preference is subject application of a comparable percentage disadvantage.

A non-resident contractor from a state that provides an in-state percentage bidding preference means a contractor that:

1. Is from a state that provides a percentage bid preference to its resident contractorsbidding on public works projects, and

2. Does not have a physical office located in Washington at the time of bidding on the Cityof Tacoma public works project.

The state of residence for a non-resident contractor is the state in which the contractor was incorporated, or if not a corporation, the state in which the contractor’s business entity was formed.

The City of Tacoma will evaluate all non-resident contractors for an out of state bidder preference. If the state of the non-resident contractor provides an in state contractor preference, a comparable percentage disadvantage will be applied to the non-resident

Revised: 02/22/17 Page 2 of 4

contractor’s bid prior to contract award. The responsive and lowest and best responsible bidder after application of any non-resident disadvantage will be awarded the contract.

The reciprocal preference evaluation does not apply to public works procured pursuant to RCW 39.04.155, RCW 39.04.280, federally funded competitive solicitations where such agencies prohibit the application of bid preferences, or any other procurement exempt from competitive bidding.

Bidders must provide the City of Tacoma with their state of incorporation or the state in which the business entity was formed and include whether the bidder has a physical office located in Washington.

The bidder shall submit documentation demonstrating compliance with above criteria on the enclosed State Responsibility and Reciprocal Bidder Information form.

C. SUBCONTRACTOR RESPONSIBILITY

1. The Contractor shall include the language of this subcontractor responsibility section ineach of its first tier subcontracts, and shall require each of its subcontractors to includethe same language of this section in each of their subcontracts, adjusting only asnecessary the terms used for the contracting parties. The requirements of this sectionapply to all subcontractors regardless of tier.

2. At the time of subcontract execution, the Contractor shall verify that each of its first tiersubcontractors meets the following bidder responsibility criteria:

a. Have a current certificate of registration as a contractor in compliance with chapter18.27 RCW, which must have been in effect at the time of subcontract bid submittal;

b. Have a current Washington Unified Business Identifier (UBI) number;

c. If applicable, have:

a. Have Industrial Insurance (workers' compensation) coverage for the bidder’semployees working in Washington, as required in Title 51 RCW;

b. A Washington Employment Security Department number, as required in Title 50RCW;

c. A Washington Department of Revenue state excise tax registration number, asrequired in Title 82 RCW;

d. An electrical contractor license, if required by Chapter 19.28 RCW;e. An elevator contractor license, if required by Chapter 70.87 RCW and;

3. Not be disqualified from bidding on any public works contract under RCW 39.06.010(unlicensed or unregistered contractors) or 39.12.065(3) (prevailing wage).

Revised: 02/22/17 Page 3 of 4

II. CITY OF TACOMA

A. SUPPLEMENTAL RESPONSIBILITY CRITERIA – CITY OF TACOMA:

In order to be considered a responsible bidder, the prospective bidder shall have all of the following qualifications set forth in Tacoma Municipal Code 1.06.262:

1. Adequate financial resources or the ability to secure such resources;2. The necessary experience, stability, organization and technical qualifications to perform

the proposed contract;3. The ability to comply with the required performance schedule, taking into consideration

all existing business commitments;4. A satisfactory record of performance, integrity, judgment and skills; and5. Be otherwise qualified and eligible to receive an award under applicable laws and

regulations.a. Bidder Responsibility. Bidders shall not be in violation of 39.04.350 RCW Bidder

Responsibility Criteria - Supplemental Criteria.

In addition to the mandatory bidder responsibility criteria listed immediately above, the City may, in addition to price, consider any or all of the following criteria contained in Tacoma Municipal Code Chapter 1.06.262 in determining bidder responsibility:

1. The ability, capacity, experience, stability, technical qualifications and skill of therespondent to perform the contract;

2. Whether the respondent can perform the contract within the time specified, without delayor interference;

3. Integrity, reputation, character, judgment, experience, and efficiency of the respondents,including past compliance with the City’s Ethics Code;

4. Quality of performance of previous contracts;5. Previous and existing compliance with laws and ordinances relating to contracts or

services;6. Sufficiency of the respondent’s financial resources;7. Quality, availability, and adaptability of the supplies, purchased services or public works

to the particular use required;8. Ability of the respondent to provide future maintenance and service on a timely basis;9. Payment terms and prompt pay discounts;10. The number and scope of conditions attached to the submittal;11. Compliance with all applicable City requirements, including but not limited to the City's

Ethics Code and its Small Business Enterprise and Local Employment andApprenticeship programs;

12. Other qualification criteria set forth in the specification or advertisement that theappropriate department or division head determines to be in the best interests of theCity.

The City may require bidders to furnish information, sworn or certified to be true, to demonstrate compliance with the City responsibility criteria set forth above. If the city manager or director of utilities is not satisfied with the sufficiency of the information provided, or if the prospective respondent does not substantially meet all responsibility requirements, any submittal from such respondent must be disregarded.

Revised: 02/22/17 Page 4 of 4

B. ADDITIONAL SUPPLEMENTAL CRITERIA – NOT APPLICABLE

In addition to the State and City bidder responsibility criteria above, the bidder must also comply with the supplemental criteria contained in Section 01010 Summary of Work and Section 01300 – Submittals and Shop Drawings of the special provisions.

C. MODIFICATIONS TO SUPPLEMENTAL CRITERIA

Potential bidders may request modifications to the City’s supplemental criteria by submitting a written request to the Purchasing Division no later than 5:00 p.m. Pacific Time, three days prior to the submittal deadline. Please include the Specification No. and Title when submitting such requests. Requests must include justification for why certain criteria should be modified. Requests received after this date and time will not be considered.

Requests for modifications to the supplemental criteria may be submitted via postal mail or delivered personally, or sent by e-mail or fax, within the above timeline as follows:

By Carrier: City of Tacoma Procurement & Payables Division Tacoma Public Utilities 3628 S 35th Street Tacoma, WA 98409

In Person: City of Tacoma Procurement & Payables Division Tacoma Public Utilities Lobby Security Desk Administration Building North – Main Floor 3628 S 35th Street Tacoma, WA 98409

By Mail: City of Tacoma Procurement & Payables Division Tacoma Public Utilities PO Box 11007 Tacoma, WA 98411-0007

Fax: 253-502-8372 E-mail: [email protected]

The City will respond to a timely submitted request prior to the bid opening date. Changes to the supplemental criteria, if warranted, will be issued by addendum to the solicitation documents and posted to the City’s website for the attention of all prospective bidders.

D. DETERMINATION OF BIDDER RESPONSIBILITY

If the City determines the bidder does not meet the criteria above and is therefore not a responsible bidder, the City shall notify the bidder in writing with the reasons for its determination. If the bidder disagrees, the bidder may appeal the determination in a manner consistent with the City’s Protest Policy. Appeals are coordinated by the Purchasing Division heard by the Procurement and Payables Division manager for contracts less than or equal to $200,000 and by Contracts and Awards Board for contracts greater than $200,000.

Form No. SPEC-080A 1 Revised: 3/12/12

SIGNATURE PAGE

CITY OF TACOMA - DEPARTMENT OF PUBLIC UTILITIES - TACOMA POWER

All submittals must be in ink or typewritten and must be executed by a duly authorized officer or representative of the bidding/proposing entity. 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.

Submittals will be received and time stamped only at the City of Tacoma Purchasing Division, located in the Tacoma Public Utilities Administration North Building, Main Floor, at 3628 South 35th Street, Tacoma, WA 98409. See the Request for Bids page near the beginning of the specification for additional details.

REQUEST FOR BIDS SPECIFICATION NO. PG19-0018F

TACOMA PUBLIC UTILITIES – ELEVATOR UPGRADES

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

E-Mail Address

E.I.No. / Federal Social Security Number Used on Quarterly

Federal Tax Return, U.S. Treasury Dept. Form 941

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 (if applicable)

(See Ch. 18.27, R.C.W.)

Addendum acknowledgement: #1_____ #2_____ #3_____ #4_____

THIS PAGE MUST BE SIGNED AND RETURNED WITH SUBMITTAL

City of Tacoma

(PG19-0018F) Contractor Name __________________________

Revised 7/12/17 2

Certification of Compliance with Wage Payment Statutes

The bidder hereby certifies that, within the three-year period immediately preceding

the bid solicitation date (November 13, 2019), that the bidder is not a “willful”

violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48,

or 49.52 RCW, as determined by a final and binding citation and notice of

assessment issued by the Department of Labor and Industries or through a civil

judgment entered by a court of limited or general jurisdiction.

I certify under penalty of perjury under the laws of the state of Washington that the foregoing is true and correct.

Bidder

Signature of Authorized Official*

Printed Name

Title

Date City State

Check One:

Individual ☐ Partnership ☐ Joint Venture ☐ Corporation ☐

State of Incorporation, or if not a corporation, the state where business entity was

formed:

If a co-partnership, give firm name under which business is transacted:

* If a corporation, proposal must be executed in the corporate name by the president or vice-president

(or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership,

proposal must be executed by a partner.

Revised: 07/20/2007, 04/12/2012, 06/21/2019

Specification No.

Name of Bidder: ________________________

State Responsibility and Reciprocal Bid Preference Information

Certificate of registration as a contractor Number:

(Must be in effect at the time of bid submittal):

Effective Date:

Expiration Date:

Current Washington Unified Business Identifier Number:

(UBI) Number:

Do you have industrial insurance (workers’ compensation) ☐ Yes ☐ No

Coverage nor your employees working in Washington? ☐ Not Applicable

Washington Employment Security Department Number Number:

☐ Not Applicable

Washington Department of Revenue state excise tax Number:

Registration number:

☐ Not Applicable

Have you been disqualified from bidding any public

works contracts under RCW 39.06.010 or 39.12.065(3)?

Do you have a physical office located in the state of

Washington?

If incorporated, in what state were you incorporated?

If not incorporated, in what state was your business

entity formed?

Have you completed the training required by RCW

39.04.350, or are you on the list of exempt businesses

maintained by the Department of Labor and Industries?

☐ Yes ☐ No

If yes, provide an explanation of your

disqualification on a separate page.

☐ Yes ☐ No

State: ☐ Not Incorporated

State:

☐ Yes ☐ No

3

HCroston
Snapshot

(PG19-0018F)

Name of Bidder

Revised 7/12/17 4

PROPOSAL A – PLANNED WORK

QUANTITY BID UNIT UNIT COST TOTAL COST ITEM 1A Modernization of Traction Elevator ABN Elevator #1 (04569 PC)

1 LS $___________

ITEM 2A Modernization of Traction Elevator ABN Elevator #2 – Center West Elevator (04571 PC)

1 LS $___________

ITEM 3A Modernization of Traction Elevator ABN Elevator #3 – East Elevator (04570 PC)

1 LS $___________

ITEM 4A Modernization of Traction Elevator ABN Elevator #4 – West Elevator(04572 PC)

1 LS $___________

ITEM 5A Modernization of Traction Elevator ABN Elevator #5 – Freight Elevator (04568 FC)

1 LS $___________

ITEM 6A Modernization of ECC Hydraulic Elevator #1 (05402 PH) 1 LS $___________ ITEM 7A Five (5) Year Preventative Maintenance ABN #1 Main Elevator (04569 PC)

5 Year $___________ (per year)

$___________ (total)

ITEM 8A Five (5) Year Preventative Maintenance ABN #2 Center West Elevator (04571 PC)

5 Year $___________ (per year)

$___________ (total)

ITEM 9A Five (5) Year Preventative Maintenance ABN #3 East Elevator (04570 PC)

5 Year $___________ (per year)

$___________ (total)

ITEM 10A Five (5) Year Preventative Maintenance ABN #4 West Elevator (04572 PC)

5 Year $___________ (per year)

$___________ (total)

(PG19-0018F)

Name of Bidder

Revised 7/12/17 5

QUANTITY BID UNIT UNIT COST TOTAL COST ITEM 11A Five (5) Year Preventative Maintenance ABN #5 Freight Elevator (04568 PC)

5 Year $___________ (per year)

$___________ (total)

ITEM 12A Five (5) Year Preventative Maintenance ECC Hydraulic Elevator (05402 PH)

5 Year $___________ (per year)

$___________ (total)

ITEM 13A Five (5) Year Preventative ABS (ISIS) Gen II Elevator

5 Year $___________ (per year)

$___________ (total)

ITEM 14A Five (5) Year Preventative Maintenance Cushman Substation Elevator (04305 FC)

5 Year $___________ (per year)

$___________ (total)

ITEM 15A Five (5) Year Preventative Maintenance Alder Dam Freight Elevator (00811 FC)

5 Year $___________ (per year)

$___________ (total)

ITEM 16A Five (5) Year Preventative Maintenance LaGrande Dam Surface Tram (00813 IL)

5 Year $___________ (per year)

$___________ (total)

ITEM 17A Five (5) Year Preventative Maintenance Mossyrock Dam Freight Elevator (01863 FC)

5 Year $___________ (per year)

$___________ (total)

ITEM 18A Five (5) Year Preventative Maintenance Cushman #2 Dam Freight Elevator (09145 FC)

5 Year $___________ (per year)

$___________ (total)

ITEM 19A Five (5) Year Preventative Maintenance Cushman #1 Dam Surface Tram (01946 IL)

5 Year $___________ (per year)

$___________ (total)

ITEM 20A Five (5) Year Preventative Maintenance Wynoochee Dam Elevator (02961 PC)

5 Year $___________ (per year)

$___________ (total)

ITEM 21A Force Account $ 400,000

*Bidders shall include the $ 400,000 figure as part of their overall bid.

TOTAL ITEMS PROPOSAL A $___________

(PG19-0018F)

Name of Bidder

Revised 7/12/17 6

PROPOSAL B – OPTIONAL BID ITEMS

Note: The City reserves the right to award any or all of the optional bid items, independent of each other, at the discretion of the City considering cost, overall list of contract, and timing of work..

QUANTITY BID UNIT UNIT COST TOTAL COST ITEM 1B Bid Option ABN #1 Main Elevator Car Interior Upgrade. Bidders shall include $25,000 allowance figure as part of their overall bid to provide Car Interior Upgrades

1 LS $25,000

ITEM 2B Bid Option ABN #2 Center West Elevator Car Interior Upgrade. Bidders shall include $25,000 allowance figure as part of their overall bid to provide Car Interior Upgrades

1 LS $25,000

ITEM 3B Bid Option ABN #3 East Elevator Car Interior Upgrade. Bidders shall include $25,000 allowance figure as part of their overall bid to provide Car Interior Upgrades

1 LS $25,000

ITEM 4B Bid Option ABN #4 West Elevator Car Interior Upgrade. Bidders shall include $25,000 allowance figure as part of their overall bid to provide Car Interior Upgrades

1 LS $25,000

ITEM 5B Bid Option ABN #5 Freight Elevator Car Interior Upgrade. Bidders shall include $25,000 allowance figure as part of their overall bid to provide Car Interior Upgrades

1 LS $25,000

ITEM 6B Bid Option ECC Hydraulic Elevator #1 Elevator Car Interior Upgrade. Bidders shall include $25,000 allowance figure as part of their overall bid to provide Car Interior Upgrades

1 LS $25,000

(PG19-0018F)

Name of Bidder

Revised 7/12/17 7

QUANTITY BID UNIT UNIT COST TOTAL COST ITEM 7B1 Modernization of Traction Elevator Mossyrock Dam Freight Elevator Equipment and Associated Parts (01863 FC)

1 LS $___________

ITEM 7B2 Bid Option Mossyrock Dam Freight Elevator Car Interior Upgrade. Bidders shall include $25,000 allowance figure as part of their overall bid to provide Car Interior Upgrades

1 LS $25,000

ITEM 8B1 Modernization of Traction Elevator Alder Dam Freight Elevator Equipment and Associated Parts (00811 FC)

1 LS $___________

ITEM 8B2 Bid Option Alder Dam Freight Elevator Car Interior Upgrade. Bidders shall include $25,000 allowance figure as part of their overall bid to provide Car Interior Upgrades

1 LS $25,000

ITEM 9B1 Modernization of Traction Elevator Wynoochee Dam Freight Elevator Equipment and Associated Parts (02961 PC)

1 LS $___________

ITEM 9B2 Bid Option Wynoochee Dam Freight Elevator Car Interior Upgrade. Bidders shall include $25,000 allowance figure as part of their overall bid to provide Car Interior Upgrades

1 LS $25,000

PROPOSAL A TOTAL AMOUNT $___________

PROPOSAL B TOTAL AMOUNT $___________

TOTAL AMOUNT $___________

Note: Sales tax will be required and will vary by Jurisdiction. The contractor shall bill for appropriate sales tax on each invoice.

(PG19-0018F)

Name of Bidder

Revised 7/12/17 8

NOTE TO BIDDERS

ABN (Administrative Building North) and ECC Elevator Modernization and preventive maintenance review: All bidders are invited to attend a pre-bid meeting on November 19, 2019 at 9:00 a.m. in the Ground Floor Cafeteria Conference Room of the Tacoma Public Utility Administrative Building, 3628 S 35th St, Tacoma, WA 98409

1. Five (5) traction elevators; One (1) ISIS Elevator, and one (1) Hydraulic Elevator.2. One (1) traction elevator – 3713 N 19th St, Tacoma, WA 98405.

If you are unable to attend this meeting, please call the SBE (Small Business Enterprise) Office at 253-591-5224 and/or the LEAP (Local Employment and Apprenticeship Program), at 253-591-5826, for instructions in filling out the SBE/LEAP forms (if applicable) or for questionsconcerning these requirements.

All bidders are invited to attend additional Pre-Bid meetings at the project site address as noted:

Alder Dam: All Bidders are invited to attend a Pre-Bid meeting on November 20, 2019 at 9:00 a.m. at Alder Dam, 46502 Mountain Highway East LaGrande, Washington 98348 on the groundfloor of the Powerhouse

1. One (1) traction freight elevator.2. One (1) surface tram.

Mossyrock Dam: All Bidders are invited to attend a Pre-Bid meeting on November 20, 2019 at 1:00 p.m., all bidders shall meet at the Cowlitz Hydroelectric project Mayfield office building located at 253 Hydro Lane, Silver Creek, WA 98585.

1. One (1) traction freight elevator.

Cushman #1 Dam: All Bidders are invited to attend a Pre-Bid meeting on November 21, 2019 at 8:00 a.m. Bidders shall meet at the Cushman Hydroelectric Project office located at 21451, Highway 101, Shelton WA 98584.

1. One (1) Cushman #1 Dam Surface Tram.2. One (1) Cushman #2 Dam Freight Elevator.

Wynoochee Dam: All Bidders are invited to attend a Pre-Bid meeting on November 21, 2019 at 1:00 p.m. at Wynoochee Dam, 5120 Wynoochee Valley Road Montesano, Washington.

1. One (1) traction Wynoochee Dam freight elevator.

See Section 01010 1.8 and Appendix B for Location Maps

Revised 7/12/17 9

(PG19-0018F)

Name of Bidder

CONTRACTOR'S RECORD OF PRIOR CONTRACTS

NAME ADDRESS

Beginning Date

Completion Date Contract With

Contact Person Telephone #

Amount of Contract

REMARKS:

TACOMA POWER / GENERATION SUBSTITUTION REQUEST FORM

**This request shall be submitted to engineer listed below per Specification Submittals and Shop Drawings Section (Construction) or Substitutions Section (Supply).

Substitution requests not received by the engineer will not be considered.**

Substitution Request Form.docx Page 1 Rev. 7/9/14

TO: Tacoma Power/Generation ATTN: Jay Madden Date:

3628 South 35th Street Tacoma WA 98409 Fax: 253-502-8136

PROJECT: PG19-0018F Tacoma Public Utilities - Elevator Upgrades Transmittal No.

(Specification/Name/Contract No., if applicable)

We hereby submit for consideration, the following product instead of the specified item for the above project:

Specification Section:

Specified Item:

Proposed Substitution:

NOTES: Attach complete technical data, including laboratory tests and samples as applicable.

Provide a detailed comparison of the significant qualities (size, weight, durability, performance and similar characteristics, and including visual effect, where applicable) for the proposed substitution in comparison with the original requirements.

List completely, installation changes and changes to drawings and specifications required by the proposal.

FILL IN BLANKS BELOW:

A. Does substitution require change in drawing dimensions? Yes No

If yes, provide detail:

B. Will undersigned pay for resulting building design changes including engineering/detailing costs? Yes No

C. What effect does substitution have on other trades?

D. Difference between proposed substitution and specified item?

E. Manufacturer’s guarantees of proposed and specified items are? Same Different* *Explain differences on attachment(s).

F. Are maintenance/service parts locally (within 50 miles) available for proposed substitution? Yes No

G. Will the proposed substitution have any effect on compliance with applicable codes? Yes No

If yes, explain:

H. Name and address and current phone number the Project Lead for three (3) similar projects where the proposedproduct was used, along with the Project name and date of installation:

1.

2.

3.

I. Contract completion date is? Same Different* *Explain differences on attachment(s).

TACOMA POWER / GENERATION SUBSTITUTION REQUEST FORM

**This request shall be submitted to engineer listed below per Specification Submittals and Shop Drawings Section (Construction) or Substitutions Section (Supply).

Substitution requests not received by the engineer will not be considered.**

Substitution Request Form.docx Page 2 Rev. 7/9/14

Undersigned attests function and quality equivalent or superior to specified item and waives their rights to additional payment and time which may subsequently be necessitated by failure of the substitution to perform adequately, and for the required work to make corrections thereof.

SUBMITTED BY: FOR USE BY TACOMA POWER:

Accepted Accepted as Noted

Name Not Accepted Received Too Late

By:

Firm (Project Lead/Manager)

Signature:

Address

Date:

City, State, Zip

REMARKS:

Phone No.

Signature Date

Herewith find deposit in the form of a cashier’s check in the amount of $__________________ which

amount is not less than 5-percent of the total bid.

SIGN HERE__________________________________

BID BOND

KNOW ALL MEN BY THESE PRESENTS:

That we, ______________________________________________________________, as Principal, and

______________________________________________________________________, as Surety, are held

and firmly bound unto the City of Tacoma, as Obligee, in the penal sum of __________________

_________________________________________________ dollars, for the payment of which the Principal

and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and

severally, by these presents.

The condition of this obligation is such that if the Obligee shall make any award to the Principal for

according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make

and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and

shall give bond for faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the

Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit

specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full

force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated

damages, the amount of this bond.

SIGNED, SEALED AND DATED THIS _______________ DAY OF __________________, 20______.

PRINCIPAL: SURETY:

__________________, 20______

Received return of deposit in the sum of $ _______________________________________________

___________________________

G:pur-comm\Forms\Subcontractor List.doc

List of Subcontractor Categories of Work Pursuant to RCW 39.30.060(1), the City of Tacoma hereby requires bidders to identify the subcontractors required by statute as part of their bid. Bids that are not accompanied by a listing of those subcontractors at the time the bid is submitted will be deemed non-responsive and void.

To be Submitted with the Bid Proposal

Project Name ____________________________________________________________________

Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non-responsive and therefore void.

Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name.

If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work.

Subcontractor Name ______________________________________________________________Work to be Performed ______________________________________________________________

__________________________________________________________________________________________________________________________________________________________________________________________

Subcontractor Name ______________________________________________________________Work to be Performed ______________________________________________________________

__________________________________________________________________________________________________________________________________________________________________________________________

Subcontractor Name ______________________________________________________________Work to be Performed ______________________________________________________________

__________________________________________________________________________________________________________________________________________________________________________________________

Subcontractor Name ______________________________________________________________Work to be Performed ______________________________________________________________

__________________________________________________________________________________________________________________________________________________________________________________________

Subcontractor Name ______________________________________________________________Work to be Performed ______________________________________________________________

__________________________________________________________________________________________________________________________________________________________________________________________

CCD/SBE/FORMS revised June 2013

SBE SPECIAL REMINDER TO ALL BIDDERS

Equal Opportunity and Small Business Enterprise forms must be fully and accurately completed and returned with the submittal by the deadline posted in the specification documents. Failure to do so may result in the proposal being considered non-responsive. These forms are necessary to determine if the bidder complies with Chapter 1.07 of the City of Tacoma Municipal Code and state law.

The following steps shall be used to determine the level of SBE Usage:

a. The low bidder who meets the City’s participation goal for SBEs, shall be presumed tohave met the requirement.

b. Otherwise, the bidder who has the lowest evaluated bid based on the formula set forthbelow:

(Base Bid) - SBE Usage Percentage X (.05 X Low Base Bid) = Evaluated Bid SBE Goal Percentage

shall be presumed to have met the requirement and may be recommended for award.

NOTE: The ratio of SBE usage to the SBE goal in this formula above shall not exceed 1.

For the purposes of determining the Evaluated Bid, all alternates, additives, and deductives selected by the City will be added to your base bid as indicated in the proposal.

Contractors are also subject to the City’s ordinances and regulations pertaining to having an affirmative action program and prohibiting discrimination. If needed, please contact the SBE Office at 253-591-5224 or 253-573-2435 for assistance. The list of SBE subcontractors is available at http://www.cityoftacoma.org/Page.aspx?nid=136.

City of Tacoma Community & Economic Development Office of Small Business Enterprise 747 Market Street, Room 808 Tacoma, WA 98402 253-594-7933 or 253-591-5224

PRIME CONTRACTOR'S PRE-WORK FORM

______________________________________________________________________________ Company Name Telephone Address/City/State/Zip Code Specification Number Specification Title

JOB CATEGORIES SPECIFY

TOTAL EMPLOYEES

TOTAL MINORITY

EMPLOYEES

BLACK ASIAN or PACIFIC ISLANDER

AMERICAN INDIAN or

ALASKAN NATIVE

HISPANIC

M F M F M F M F M F M F Officer / Managers Supervisors Project Managers Office / Clerical Apprentices Trainees

TOTALS

CONTRACTOR'S PROJECTED WORK FORCE - THIS PROJECT Superintendent Foreman Operators Laborers

Apprentice Trainee

TOTALS

Type or Print Name of Responsible Officer / Title Signature of Responsible Officer Date

CCD/SBE/FORMS revised May 2017

INSTRUCTIONS FOR COMPLETING PRIME CONTRACTOR’S PRE-WORK FORM

This form only applies to employees who will be working on this specific project.

1. "Heading" the company name and address should reflect the prime contractor actually doing

business with the City of Tacoma. If this address is different from that of the Equal Employment Opportunity Officer that administers the EEO programs of the company, the Equal Employment Opportunity Officer's address should be noted in the "Comments" section at the bottom of the form. "Telephone" should contain the area code, telephone number and extension (if any) for the Equal Employment Officer or the responsible official.

2. "Job Categories" at the extreme left hand column of the form specifying "Job Categories" lists "Officials & Managers." You are to list in addition to Officials & Managers any appropriate job titles such as Sales Workers, Office/Clerical, Professionals, Technical, etc., as they apply to your own company and only as pertains to this specific project.

3. The "M" and "F" headings at the top of each column refer to "Male" and "Female."

4. The "Total Employees" column should list the total number of male employees under "M" and the total female number of female employees under "F" for each job category listed. They should be listed in a similar manner in the "Total" category at the bottom of the form. The "Total Employees" column should include all those employees listed under "Non-Minority" and "Total Minorities." "Non-Minority" should include all employees not listed in the minority columns.

5. "Total Minorities" should include all employees listed under the "Black," "Asian or Pacific Islander” (A person having origins in any of the original peoples of the Far East, Southeast Asia, the Indian subcontinent, or the Pacific Islands. This area includes, for example, China, India, Japan, Korea, the Philippine Islands, and Samoa.), "American Indian or Alaskan Native," and "Hispanic" columns. These columns should include only employees who are members of that particular minority group. Designation and definitions of ethnic/national origin status follow the instructions and definitions of the Federal EEO-1 Form of the U. S. Equal Employment Opportunity Commission.

6. "Totals" this line should reflect the total of all lines in each of the above columns.

7. The signature of your company's designated responsible official or similar official responsible for equal employment opportunity must appear in the designated space at the bottom of the form. Please PRINT OR TYPE the person's name on the top line across from the signature. This is required since some signatures are difficult to read.

8. "Comments" this section is to be used as needed for explanations to under utilization rate or lack of turnover, proposed expansion or reduction of staff or any other pertinent information you believe will help clarify or explain the data presented on the form. If you need additional space, please explain on a separate sheet of paper.

9. If you need assistance or have questions regarding the completion of this form, please call the SBE Office at 253-594-7933 or 253-591-5224.

CCD/SBE/FORMS revised May 2017

Chapter 1.07

SMALL BUSINESS ENTERPRISE

Sections:

1.07.010 Policy and purpose.

1.07.020 Definitions.

1.07.030 Discrimination prohibited.

1.07.040 Program administration.

1.07.050 Certification.

1.07.060 Program requirements.

1.07.070 Evaluation of submittals.

1.07.080 Contract compliance.

1.07.090 Program monitoring.

1.07.100 Enforcement.

1.07.110 Remedies.

1.07.120 Unlawful acts.

1.07.130 Severability.

1.07.140 Sunset and review of program.

1.07.010 Policy and purpose.

It is the policy of the City of Tacoma that citizens be afforded an opportunity for full participation in our free enterprise

system and that historically underutilized business enterprises shall have an equitable opportunity to participate in the

performance of City contracts. The City finds that in its contracting for supplies, services and public works there has been

historical underutilization of small businesses located in certain geographically and economically disfavored locations and that

this underutilization has had a deleterious impact on the economic well-being of the City. The purpose of this chapter is to

remedy the effects of such underutilization through use of reasonably achievable goals to increase opportunities for

historically underutilized businesses to participate in City contracts. It is the goal of this chapter to facilitate a substantial

procurement, education, and mentorship program designed to promote equitable participation by historically underutilized

businesses in the provision of supplies, services, and public works to the City. It is not the purpose of this chapter to provide

any person or entity with any right, privilege, or claim, not shared by the public, generally, and this chapter shall not be

construed to do so. This chapter is adopted in accordance with Chapter 35.22 RCW and RCW 49.60.400.

(Ord. 27867 Ex. A; passed Dec. 15, 2009)

1.07.020 Definitions.

Terms used in this chapter shall have the following meanings unless defined elsewhere in the Tacoma Municipal Code

(“TMC”), or unless the context in which they are used clearly indicates a different meaning.

A. “Affidavit of Small Business Enterprise Certification” means the fully completed, signed, and notarized affidavit that must

be submitted with an application for SBE certification. Representations and certifications made by the applicant in this

Affidavit are made under penalty of perjury and will be used and relied upon by City to verify SBE eligibility and compliance

with SBE certification and documentation requirements.

B. “Base Bid” means a Bid for Public Works to be performed or Supplies or Services to be furnished under a City Contract,

including additives, alternates, deductives, excluding force accounts, and taxes collected separately pursuant to Washington

Administrative Code (“WAC”) 458-20-171.

C. “Bid” means an offer submitted by a Respondent to furnish Supplies, Services, and/or Public Works in conformity with the

Specifications and any other written terms and conditions included in a City request for such offer.

D. “Bidder” means an entity or individual who submits a Bid, Proposal or Quote. See also “Respondent.”

E. “City” means all Departments, Divisions and agencies of the City of Tacoma.

F. “Contract” means any type of legally binding agreement regardless of form or title that governs the terms and conditions for

procurement of Public Works and Improvements and/or Non-Public Works and Improvements Supplies and Services.

Contracts include the terms and conditions found in Specifications, Bidder or Respondent Submittals, and purchase orders

issued by the City. A “Contract” as used in this chapter shall include an agreement between the City and a non-profit entity to

perform construction-related services for Public Works. A “Contract” does not include: (1) awards made by the City with

federal/state grant or City general funds monies to a non-profit entity where the City offers assistance, guidance, or

Tacoma Municipal Code

(Revised 4/2017) 1-2 City Clerk’s Office

supervision on a project or program, and the recipient of the grant awards uses the grant moneys to provide services to the

community; (2) sales transactions where the City sells its personal or real property; (3) a loan transaction where the City is

acting as a debtor or a creditor; (4) lease, franchise; (5) agreements to use City real property (such as Licenses, Permits and

Easements) and, (6) banking and other financial or investment services.

G. “Contractor” means any Person that presents a Submittal to the City, enters into a Contract with the City, and/or performs

all or any part of a Contract awarded by the City, for the provision of Public Works, or Non-Public Works and Improvements,

Supplies or Services.

H. “Evaluated Bid” means a Bid that factors each Respondent’s Base Bid including any alternates, deductive and additives

selected by the City that will result in a weighed reduction based on that Respondent’s percentage of SBE participation, as

defined by formula set forth in this chapter or in the SBE Regulations adopted pursuant to this chapter.

I. “Goals” means the annual level of participation by SBEs in City Contracts as established in this chapter, the SBE

Regulations, or as necessary to comply with applicable federal and state nondiscrimination laws and regulations. Goals for

individual Contracts may be adjusted as provided for in this chapter and shall not be construed as a minimum for any

particular Contract or for any particular geographical area.

J. “SBE Certified Business” (or “SBEs”) means a business that meets the criteria set forth in Section 1.07.050 of this chapter

and has been certified as meeting that criteria by the Community and Economic Development Department-SBE Program

Coordinator.

K. “SBE Program Coordinator” means the individual appointed, from time to time, by the City’s Community and Economic

Development Director to administer the SBE Regulations.

L. “SBE Regulations” shall mean the written regulations and procedures adopted pursuant to this chapter for procurement of

Supplies, Services and Public Works.

M. “Lowest and Best Responsible Bidder” means the Bidder submitting the lowest Bid received that is within the range of

acceptable bids, that also has the ability to timely perform the Contract bid upon considering such factors as financial

resources, skills, quality of materials, past work record, and ability to comply with state, federal, and local requirements,

including those set forth in the SBE Regulations.

N. “Non-Public Works and Improvements” means all competitively solicited procurement of Supplies and/or Services by the

City not solicited as Public Works.

O. “Person” means individuals, companies, corporations, partnerships, associations, cooperatives, any other legally recognized

business entity, legal representative, trustee, or receivers.

P. “Proposal” means a written offer to furnish Supplies or Services in response to a Request for Proposals. This term may be

further defined in the Purchasing Policy Manual and/or in competitive solicitations issued by the City.

Q. “Public Works (or “Public Works and Improvements)” means all work, construction, alteration, repair, or improvement

other than ordinary maintenance, executed at the cost of the City, or that is by law a lien or charge on any property therein.

This term includes all Supplies, materials, tools, and equipment to be furnished in accordance with the Contract for such work,

construction, alteration, repair, or improvement.

R. “Quote” means a competitively solicited written offer to furnish Supplies or Services by a method of procurement that is

less formalized than a Bid or a Proposal. This term may be further defined in the Purchasing Policy Manual.

S. “Respondent” means any entity or Person, other than a City employee, that provides a Submittal in response to a request for

Bids, Request for Proposals, Request for Qualifications, request for quotes or other request for information, as such terms are

defined in Section 1.06.251 TMC. This term includes any such entity or Person whether designated as a supplier, seller,

vendor, proposer, Bidder, Contractor, consultant, merchant, or service provider that; (1) assumes a contractual responsibility

to the City for provision of Supplies, Services, and/or Public Works; (2) is recognized by its industry as a provider of such

Supplies, Services, and/or Public works; (3) has facilities similar to those commonly used by Persons engaged in the same or

similar business; and/or (4) distributes, delivers, sells, or services a product or performs a Commercially Useful Function.

T. “Services” means non-Public Works and Improvements services and includes professional services, personal services, and

purchased services, as such terms are defined in Section 1.06.251 TMC and/or the City’s Purchasing Policy Manual.

U. “Submittal” means Bids, Proposals, Quotes, qualifications or other information submitted in response to requests for Bids,

Requests for Proposals, Requests for Qualifications, requests for Quotations, or other City requests for information, as such

terms are defined in Section 1.06.251 TMC.

Tacoma Municipal Code

City Clerk’s Office 1-3 (Revised 4/2017)

V. “Supplies” means materials, Supplies, and other products that are procured by the City through a competitive process for

either Public Works procurement or Non-Public Works and Improvements procurement unless an approved waiver has been

granted by the appropriate authority.

(Ord. 28274 Ex. A; passed Dec. 16, 2014: Ord. 28141 Ex. A; passed Mar. 26, 2013: Ord. 27867 Ex. A; passed Dec. 15, 2009)

1.07.030 Discrimination prohibited.

A. No person that is engaged in the construction of public works for the City, engaged in the furnishing of laborers or

craftspeople for public works of the City, or is engaged for compensation in the provision of non-public works and

improvements supplies and/or services to the City, shall discriminate against any other person on the basis of race, religion,

color, national origin or ancestry, sex, gender identity, sexual orientation, age, marital status, familial status, or the presence of

any sensory, mental or physical disability in employment. Such discrimination includes the unfair treatment or denial of

normal privileges to a person as manifested in employment upgrades, demotions, transfers, layoffs, termination, rates of pay,

recruitment of employees, or advertisement for employment.

B. The violation of the terms of RCW 49.60 or Chapter 1.29 TMC by any person that is engaged in the construction of public

works for the City, is engaged in the furnishing of laborers or craftspeople for public works of the City, or is engaged for

compensation in the provision of non-public works and improvements supplies and/or services shall result in the rebuttable

presumption that the terms of this chapter have also been violated. Such violation may result in termination of any City

contract the violator may have with the City and/or the violator’s ineligibility for further City Contracts.

(Ord. 27867 Ex. A; passed Dec. 15, 2009)

1.07.040 Program administration.

A. The Community and Economic Development Director, or his or her designated SBE Program Coordinator, shall be

responsible for administering this chapter and obtaining compliance with respect to contracts entered into by the City and/or

its contractors. It shall be the duty of the Director to pursue the objectives of this chapter by conference, conciliation,

persuasion, investigation, or enforcement action, as may be necessary under the circumstances. The Director is authorized to

implement an administrative and compliance program to meet these responsibilities and objectives.

B. The Director is hereby authorized to adopt and to amend administrative rules and regulations known as the SBE

Regulations to properly implement and administer the provisions of this chapter. The SBE Regulations shall be in

conformance with City of Tacoma policies and state and federal laws and be designed to encourage achievement of the SBE

goals set forth herein. The SBE Regulations shall become effective following public notice and an opportunity to comment by

the public.

C. The SBE Regulations adopted pursuant to this section are for the administrative and procedural guidance of the officers and

employees of the City and are further expressions of the public policy of the City. The SBE Regulations, when adopted, shall

not confer an independent cause of action or claim for relief cognizable in the courts of the state of Washington or the United

States of America to any third parties, and such provisions shall not be used as the basis for a lawsuit in any court of

competent jurisdiction challenging the award of any contract by the City.

(Ord. 28141 Ex. A; passed Mar. 26, 2013: Ord. 28110 Ex. B; passed Dec. 4, 2012: Ord. 27867 Ex. A; passed Dec. 15, 2009)

1.07.050 Certification.

A. The SBE Program Coordinator shall approve a person as a SBE Certified Business if all of the following criteria are

satisfied:

1. Each person with an ownership interest in the company has a personal net worth of less than $1,320,000 excluding one

personal residence and the net worth of the business;

2. The company’s total gross receipts for any consecutive three year period within the last six years is not more than

$36,500,000 for public works companies and not more than $15,000,000 for non-public works and improvements companies;

3. The owner(s) of the company executes an Affidavit of Small Business Enterprise Certification and files it with the City

which states that all information submitted on the SBE application is accurate, that the business has sought or intends to do

business with the City and/or within the Pierce County area and has experienced or expects to experience difficulty competing

for such business due to financial limitations that impair its ability to compete against larger firms; and

4. The company can demonstrate that it also meets at least one of the following additional requirements:

a. The company’s business offices, or the personal residence of the owner, is located within a City of Tacoma designated

Renewal Community/Community Empowerment Zone, prior to designation as a SBE, or

Tacoma Municipal Code

(Revised 4/2017) 1-4 City Clerk’s Office

b. The company’s business offices, or the personal residence of the owner, is located within the City of Tacoma for at least six

months prior to designation as a SBE; or

c. The company’s business offices are located in a federally designated HUBZONE in Pierce County or any adjacent county

for at least 12 months prior to designation as a SBE; or

d. The company’s business offices are located in a federally designated HUBZONE in a County wherein the work will be

performed, or an adjacent county, for at least 12 months prior to designation as a SBE.

B. Application Process. The SBE Program Coordinator shall make the initial determination regarding certification or

recertification. Each SBE applicant shall provide the following documents; as such documents are more fully described in the

SBE Regulations, to the SBE Program Coordinator:

1. A completed Statement of Personal Net Worth form;

2. A completed, signed, and notarized Affidavit of Small Business Enterprise Certification that affirms compliance with the

certification and documentation requirements of this section;

3. List of equipment and vehicles used by the SBE;

4. Description of company structure and owners;

5. Such additional information as the SBE Program Coordinator or designee may require.

When another governmental entity has an equivalent SBE classification process the City may enter into an interlocal

cooperative agreement for mutual recognition of certifications.

C. Recertification. A SBE qualified business shall demonstrate annually to the satisfaction of the SBE Program Coordinator

that the following SBE qualifications are still in effect for such business:

1. That the company still meets all of the criteria set forth in subsection 1.07.050.A. TMC, and

2. That the company has maintained all applicable and necessary licenses in the intervening period, and

3. That the company demonstrates that the owner and/or designated employees have completed the minimum annual

continuing business education training requirements set forth in the SBE Regulations.

D. Appeals. The applicant may appeal any certification determination by the SBE Program Coordinator under this chapter to

the Director. The appeal must be made in writing and must set forth the specific reasons for the appeal. The Director shall

make a decision on the appeal request within a reasonable time, which decision shall be final unless further appeal is made to

the Hearing Examiner. In that event, the Hearing Examiner Rules of Procedure for Hearings, Chapter 1.23 TMC, shall be

applicable to that appeal proceeding.

(Ord. 28274 Ex. A; passed Dec. 16, 2014: Ord. 28147 Ex. A; passed May 7, 2013: Ord. 28141 Ex. A; passed Mar. 26, 2013:

Ord. 28110 Ex. B; passed Dec. 4, 2012: Ord. 27867 Ex. A; passed Dec. 15, 2009)

1.07.060 Program requirements.

A. Establishment of Annual SBE Goals. The SBE Regulations adopted pursuant to this chapter shall state reasonably

achievable cumulative annual goals for utilization of SBEs in the provision of supplies, services, and public works procured

by the City. Cumulative annual goals for the participation of SBEs in City contracts shall be based on the number of qualified

SBEs operating within Pierce County or in a county that is adjacent to Pierce County or in a HUBZone in a county where the

supplies, services and/or public works will be delivered or performed. The dollar value of all contracts awarded by the City to

SBEs in the procurement of supplies, services, and public works shall be counted toward the accomplishment of the applicable

SBE goal. The initial cumulative annual SBE goal for all public works, non-public works and improvements supplies and

services procured by the City of Tacoma is 22 percent.

B. Revision of Annual SBE Goals. SBE utilization goals for supplies, services, and public works shall be reviewed annually to

determine the total level of SBE participation reasonably attainable. If no certified SBEs are available to provide supplies,

services, and/or public works, the dollar value of such supplies, services, or public works shall be exempt from the calculation

of the cumulative annual goals set forth in the SBE Regulations. Proposed reduction of the cumulative annual SBE goals shall

be in accordance with the SBE Regulations.

C. Application of SBE Goals to Contracts. The SBE Program Coordinator shall consult with City departments/divisions to

establish the SBE goal for competitively solicited contracts of $25,000 and above, in accordance with this chapter and the

SBE Regulations. No SBE goal will be established if no certified SBEs are available to provide supplies, services and/or

public works.

Tacoma Municipal Code

City Clerk’s Office 1-5 (Revised 4/2017)

D. Waivers. City departments/divisions or the SBE Program Coordinator may request to waive one or more of the

requirements of this chapter as they apply to a particular contract or contracts. Waivers may be granted in any one or more of

the following circumstances:

1. Emergency: The supplies, services and/or public works must be provided with such immediacy that neither the City nor the

contractor can comply with the requirements herein. Such emergency and waiver must be documented by the

department/division awarding the contract.

2. Not Practicable: Compliance with the requirements of this chapter would impose an unwarranted economic burden or risk

to the City after consideration of existing budgetary approvals.

3. Sole source: The supplies, services, and/or public works are available from only one source, and subcontracting possibilities

do not reasonably exist as determined by the finance purchasing manager.

4. Government purchasing. The City is a party to or included in a federal, state or inter-local government purchasing

agreement as approved by the finance purchasing manager.

5. Lack of SBEs: An insufficient number of qualified SBE contractors exist to create SBE utilization opportunities.

6. Best interests of the City: Waiver of SBE goals is in the best interests of the City due to unforeseen circumstances, provided

that said circumstances are set forth in writing by the requestor.

E. Review of Waivers. A waiver determination by the finance purchasing manager may be reviewed by the Board of Contracts

and Awards (C&A Board). The C&A Board may also review a request to reduce or waive the SBE utilization goals based on

Not Practicable or Best Interests of the City circumstances. The C&A Board shall determine whether compliance with such

goals would impose unwarranted economic burden on, or risk to, the City of Tacoma as compared with the degree to which

the purposes and policies of this chapter would be furthered by requiring compliance. If the determination of the C&A Board

does not resolve the matter, a final determination shall be made by the City Council or Public Utility Board, as the case may

be.

(Ord. 28141 Ex. A; passed Mar. 26, 2013: Ord. 27867 Ex. A; passed Dec. 15, 2009)

1.07.070 Evaluation of submittals.

A. All submittals for a supplies, services, or public works and improvements contract valued at $25,000 or more shall be

evaluated for attainment of the SBE goal established for that contract in accordance with this chapter and the SBE

Regulations.

B. The determination of SBE usage and the calculation of SBE goal attainment per this section shall include the following

considerations:

1. General. The dollar value of the contract awarded by the City to a SBE in the procurement of supplies, services, or public

works shall be counted toward achievement of the SBE goal.

2. Supplies. A public works and improvements contractor may receive credit toward attainment of the SBE goal for

expenditures for supplies obtained from a SBE; provided such SBE assumes the actual and contractual responsibility for

delivering the supplies with its resources. The contractor may also receive credit toward attainment of the SBE goal for the

amount of the commission paid to a SBE resulting from a supplies contract with the City; provided the SBE performs a

commercially useful function in the process.

3. Services and Public Works subcontracts. Any bid by a certified SBE or a bidder that utilizes a certified SBE shall receive

credit toward SBE goal attainment based on the percentage of SBE usage demonstrated in the bid. A contractor that utilizes a

SBE-certified subcontractor to provide services or public works shall receive a credit toward the contractor’s attainment of the

SBE goal based on the value of the subcontract with that SBE.

4. Brokers, Fronts, or Similar Pass-Through Arrangements. SBEs acting as brokers, fronts, or similar pass-through

arrangements (as such terms are defined in the SBE Regulations) shall not count toward SBE goal attainment unless the

activity reflects normal industry practices and the broker performs a commercially useful function.

C. Evaluation of competitively solicited submittals for public works and improvements and for services when a SBE

utilization goal has been established for the contract to be awarded shall be as follows:

1. When contract award is based on price. The lowest priced bid submitted by a responsive and responsible bidder will be

reviewed to determine if it meets the SBE goal. Such low bid shall be determined to meet the SBE goal if the bidder is a

certified SBE.

a. If the low bidder meets the SBE goal, the bid shall be presumed the lowest and best responsible bid for contract award.

Tacoma Municipal Code

(Revised 4/2017) 1-6 City Clerk’s Office

b. If the lowest priced bid does not meet the SBE goal, but the bid of any other responsive and responsible bidder does, and

such other bid(s) is or are priced within five percent of the lowest bid, then the following formula shall be applied to each such

other bid:

(Base Bid) -

SBE Usage

Percentages X (.05 X Low Base Bid)

= Evaluated Bid SBE Goal

Percentages

c. The lowest evaluated bid after applying said evaluation formula shall be presumed the lowest and best responsible bid for

contract award.

d. In no event shall a bidder’s evaluated bid price be adjusted more than 5 percent from its base bid price for purposes of

contract award.

2. When contract award is based on qualifications or other performance criteria in addition to price. Solicitations shall utilize a

scoring system that promotes participation by certified SBEs. Submittals by respondents determined to be qualified may be

further evaluated based on price using the formula applicable to price based contract awards above. The SBE Regulations may

establish further requirements and procedures for final selection and contract award, including:

a. Evaluation of solicitations for Architectural and Engineering (A&E) services;

b. Evaluation and selection of submittals in response to requests for proposals; and

c. Selection of contractors from pre-qualified roster(s).

D. Evaluation of competitively solicited submittals for supplies when no SBE utilization goal has been established for the

contract to be awarded shall encourage SBE participation as follows:

1. A submittal from a responsive certified SBE that is priced within five percent of the otherwise lowest responsive bid shall

be recommended for award. Otherwise, the lowest responsive bidder shall be recommended for contract award.

E. The SBE Regulations may establish further SBE goal evaluation requirements and procedures for award of contracts

between $5,000 and $25,000.00 and for non-competitively solicited contracts. City departments/divisions shall use due

diligence to encourage and obtain SBE participation for supplies, services, and public works contracts under $5,000.

(Ord. 28141 Ex. A; passed Mar. 26, 2013: Ord. 27867 Ex. A; passed Dec. 15, 2009)

1.07.080 Contract compliance.

A. The contractor awarded a contract based on SBE participation shall, during the term of the contract, comply with the SBE

goal established in said contract. To ensure compliance with this requirement following contract award, the following

provisions apply:

1. Any substitutions for or failure to utilize SBEs projected to be used must be approved in advance by the SBE Program

Coordinator. Substitution of one SBE with another shall be allowed where there has been a refusal to execute necessary

agreements by the original SBE, a default on agreements previously made or other reasonable excuse; provided that the

substitution does not increase the dollar amount of the bid.

2. Where it is shown that no other SBE is available as a substitute and that failure to secure participation by the SBE identified

in the solicitation is not the fault of the respondent, substitution with a non-SBE shall be allowed; provided, that, the

substitution does not increase the dollar amount of the bid.

3. If the SBE Program Coordinator determines that the contractor has not reasonably and actively pursued the use of

replacement SBE(s), such contractor shall be deemed to be in non-compliance.

B. Record Keeping. All contracts shall require contractors to maintain relevant records and information necessary to document

compliance with this chapter and the contractor's utilization of SBEs, and shall include the right of the City to inspect such

records.

(Ord. 28141 Ex. A; passed Mar. 26, 2013: Ord. 27867 Ex. A; passed Dec. 15, 2009)

1.07.090 Program monitoring.

A. The SBE Program Coordinator shall monitor compliance with all provisions of this chapter and the SBE Regulations. The

SBE Program Coordinator shall establish procedures to collect data and monitor the effect of the provisions of this chapter to

assure, insofar as is practical, that the remedies set forth herein do not disproportionately favor one or more racial, gender,

ethnic, or other protected groups, and that the remedies do not remain in effect beyond the point that they are required to

Tacoma Municipal Code

City Clerk’s Office 1-7 (Revised 4/2017)

eliminate the effects of under utilization in City contracting. The SBE Program Coordinator shall have the authority to obtain

from City departments/divisions, respondents, and contractors such relevant records, documents, and other information as is

reasonably necessary to determine compliance.

B. The SBE Program Coordinator shall submit an annual report to the Community and Economic Development Director,

Director of Utilities, and the City Manager detailing performance of the program. The report shall document SBE utilization

levels, waivers, proposed modifications to the program, and such other matters as may be specified in the SBE Regulations.

(Ord. 28141 Ex. A; passed Mar. 26, 2013: Ord. 28110 Ex. B; passed Dec. 4, 2012: Ord. 27867 Ex. A; passed Dec. 15, 2009)

1.07.100 Enforcement.

The Director, or his or her designee, may investigate the employment practices of contractors to determine whether or not the

requirements of this chapter have been violated. Such investigation shall be conducted in accordance with the procedures

established in the SBE Regulations.

(Ord. 28141 Ex. A; passed Mar. 26, 2013: Ord. 28110 Ex. B; passed Dec. 4, 2012: Ord. 27867 Ex. A; passed Dec. 15, 2009)

1.07.110 Remedies.

A. Upon receipt of a determination of contractor violation by the SBE Program Coordinator, the City Manager or Director of

Utilities, as appropriate, may take the following actions, singly or together, as appropriate:

1. Forfeit the contractor’s bid bond and/or performance bond;

2. Publish notice of the contractor’s noncompliance;

3. Cancel, terminate, or suspend the contractor’s contract, or portion thereof;

4. Withhold funds due contractor until compliance is achieved; and/or

5. Recommend appropriate action including, but not limited to, disqualification of eligibility for future contract awards by the

City (debarment) per Section 1.06.279 TMC;

B. Prior to exercise of any of the foregoing remedies, the City shall provide written notice to the contractor specifying the

violation and the City’s intent to exercise such remedy or remedies. The notice shall provide that each specified remedy

becomes effective within ten business days of receipt unless the contractor appeals said action to the Hearing Examiner

pursuant to Chapter 1.23 TMC.

C. When non-compliance with this chapter or the SBE Regulations has occurred, the SBE Program Coordinator and the

department/division responsible for enforcement of the contract may allow continuation of the contract upon the contractor’s

development of a plan for compliance acceptable to the Director.

(Ord. 28141 Ex. A; passed Mar. 26, 2013: Ord. 28110 Ex. B; passed Dec. 4, 2012: Ord. 27867 Ex. A; passed Dec. 15, 2009)

1.07.120 Unlawful acts.

It shall be unlawful for any Person to willfully prevent or attempt to prevent, by intimidation, threats, coercion, or otherwise,

any Person from complying with the provisions of this chapter.

(Ord. 27867 Ex. A; passed Dec. 15, 2009)

1.07.130 Severability.

If any section of this chapter or its application to any Person or circumstance is held invalid by a court of competent

jurisdiction, then the remaining sections of this chapter, or the application of the provisions to other Persons or circumstances,

shall not be affected.

(Ord. 27867 Ex. A; passed Dec. 15, 2009)

1.07.140 Sunset and review of program.

This chapter shall be in effect through and until December 31, 2019, unless the City Council shall determine at an earlier date

that the requirements of this chapter are no longer necessary. If this chapter has not been repealed by July 1, 2019, the City

Council shall determine by the end of that year whether substantial effects or lack of opportunity of SBEs remain true in the

relevant market and whether, and for how long, some or all of the requirements of this chapter should remain in effect.

(Ord. 28274 Ex. A; passed Dec. 16, 2014: Ord. 28141 Ex. A; passed Mar. 26, 2013: Ord. 27867 Ex. A; passed Dec. 15, 2009)

Tacoma Municipal Code

(Revised 4/2017) 1-8 City Clerk’s Office

PG19-0018F CITY OF TACOMA INSURANCE REQUIREMENTS

Insurance Requirements

Revised 4/20/2018 Page 1 of 4

Take Questionnaire

The Contractor (Contractor) shall obtain and maintain the minimum insurance set forth below. By requiring such minimum insurance, the City of Tacoma (City) 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 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 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. The insurance must be written by companies licensed 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.

1.3. 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. Policies of Insurance, such as Commercial General Liability or Commercial Auto Liability or Marine General Liability or Aircraft General liability or Excess Liability, required under this Contract that name City as Additional Insured shall:

1.4.1. Be considered primary and non-contributory for all claims.

1.4.2. Contain a "Severability of Insureds”, “Separation of Interest”, or “Cross Liability” provision and a “Waiver of Subrogation” clause in favor of City.

1.5. A Waiver of Subrogation in favor of City for General Liability and Automobile Liability.

1.6. 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.

1.7. Insurance policy(ies) shall be written on an “occurrence” form, except for Professional Liability/Errors and Omissions, Pollution Liability, and Cyber/Privacy and Security.

1.8. 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.

1.9. Contractor shall provide City notice of any cancellation or non-renewal of this required insurance within 30 calendar days.

1.10. Contractor shall not begin work under the Contract until the required insurance has been

obtained and approved by City.

1.11. 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 may, after giving five (5) business day notice to Contractor to correct the breach, immediately

PG19-0018F CITY OF TACOMA INSURANCE REQUIREMENTS

Insurance Requirements

Revised 4/20/2018 Page 2 of 4

Take Questionnaire

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 by Contractor upon demand, or at the sole discretion of City, offset against funds due Contractor from City.

1.12. Contractor shall be responsible for all premiums, deductibles and self-insured retentions. All

deductibles and self-insured retained limits shall be shown on the Certificates of Insurance. Any deductible or self-insured retained limits in excess of Ten Thousand Dollars ($10,000) must be approved by City Risk Management Division.

1.13. 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).

1.14. City 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 been expanded.

1.15. 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 to Contractor.

1.16. City, including its officers, elected officials, employees, agents, and authorized volunteers, and any other entities, as required by the Contract, shall be named as additional insured(s) by endorsement for all liability insurance policies set forth below. No specific person or department should be identified as the additional insured.

1.17. Contractor shall deliver a Certificate of Insurance for each policy of insurance meeting the

requirements set forth herein when Contractor delivers the signed Contract for the work to City. Contractor shall deliver 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.

1.18. Failure by City to identify a deficiency in the insurance documentation provided by Contractor or

failure of City 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.

2. 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’s request.

3. 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.

3.1. Commercial General Liability (CGL) Insurance

The CGL insurance policy must provide limits not less than One Million Dollars ($1,000,000) each occurrence and Two Million Dollars ($2,000,000) annual aggregate.

The CGL policy shall be written on an Insurance Services Office (ISO) form CG 00 01 (04-13) or its equivalent. Products and Completed Operations shall be maintained for a period of one year following final acceptance of the work. The CGL policy shall be endorsed to include:

PG19-0018F CITY OF TACOMA INSURANCE REQUIREMENTS

Insurance Requirements

Revised 4/20/2018 Page 3 of 4

Take Questionnaire

3.1.1 A per project aggregate policy limit. 3.1.2 Contractual Liability-Railroad using ISO form CG 24 17 (10-01) or equivalent if Contractor

is performing work within fifty (50) feet of a City railroad right of way. 3.1.3 Abuse and Molestation with limits not less than One Million Dollars ($1,000,000) each

occurrence and Two Million Dollars ($2,000,000) aggregate. This may be provided by separate coverage. If Abuse and Molestation coverage is provided on a “claims-made” basis, coverage must be maintained for not less than three years following the end of the contract. This may be done by policy renewals or an Extended Reporting Period Endorsement.

3.1.4 City as additional insured using ISO form endorsements CG 20 10 (04-13) and CG 20 37 (04-13) or equivalent for ongoing and completed operations, or using ISO form endorsement CG 20 26 (04-13) or equivalent for Facility Use Agreements. Neither additional insured provisions within an insurance policy form, nor blanket additional insured endorsements will be accepted in lieu of the endorsements specified herein.

3.2 Commercial Automobile Liability (CAL) Insurance

Contractor shall obtain and keep in force during the term of the Contract, a policy of CAL insurance coverage, providing bodily injury and property damage coverage for owned (if any), non-owned, hired, or leased vehicles. Contractor must also maintain an MCS 90 endorsement or equivalent and a CA 9948 endorsement or equivalent if “Pollutants” are to be transported. CAL policies must provide limits not less than One Million Dollars ($1,000,000) each accident for bodily injury and property damage. Must use ISO form CA 0001 or equivalent.

3.3 Workers' Compensation

3.3.1 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.

3.4 Employers’ Liability (EL) (Stop-Gap) Insurance

Contractor shall maintain EL 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.

3.5 Professional Liability Insurance (PLI) or Errors and Omissions (E&O)

Contractor and/or its subcontractor shall maintain PLI or E&O covering acts, errors and omissions arising out of the professional services under this contract. Such policy must provide minimum limits of One Million Dollars ($1,000,000) per claim and Two Million Dollars ($2,000,000) aggregate. If the policy limit includes the payment of claims or defense costs, from the policy limit, the per claim limit shall be Two Million Dollars ($2,000,000). If the scope of such design-related professional services includes work related to pollution conditions, the PLI policy shall include Pollution Liability coverage. If provided on a “claims-made” basis, such coverage shall be maintained by policy renewals or an extended reporting period endorsement for not less than three years following the end of the Contract.

3.6 Commercial Property (CP) Insurance

Contractor shall provide CP for loss or damage to any and all equipment owned by City while in the care, custody, or control of Contractor, Subcontractors, or their agents. The coverage shall be provided on an ISO special form Causes of Loss form or equivalent and shall provide full

PG19-0018F CITY OF TACOMA INSURANCE REQUIREMENTS

Insurance Requirements

Revised 4/20/2018 Page 4 of 4

Take Questionnaire

replacement cost coverage. The deductible shall not exceed Two Thousand Five Hundred Dollars ($2,500). Contractor shall be responsible for paying the deductible for the applicable coverage.

3.7 Installation Floater Insurance (IFI)

Contractor shall maintain in force during the term of this Contract, at its own expense, an IF insurance covering Contractor's labor, materials, and equipment to be used for completion of the work performed under this Contract against all risks of direct physical loss, excluding earthquake and flood, for an amount equal to the full amount of the Contract improvements.

3.8 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. The costs of such necessary and appropriate insurance coverage shall be borne by Contractor.

4. CONTRACTOR As used herein, "Contractor" shall be the Supplier(s) entering a Contract with City, whether designated as a Supplier, Contractor, Vendor, Proposer, Bidder, Respondent, Seller, Merchant, Service Provider, or otherwise.

TACOMA PUBLIC UTILITIES

CONTRACTOR'S WORK HAZARD ANALYSIS REPORT for

(Project Name)

The contractor and his/her subcontractors shall thoroughly review the scope of work described in the proposed project drawings and specifications. Following the review, the contractor will be responsible to indicate below any known or potential safety issues or phases of construction that may require specific safety procedures as identified by WISHA or OSHA regulations, and/or prudent construction practices; i.e., shoring, fall protection, scaffolding, hazardous materials, etc. Failure to list and comply with safety requirements will be cause for disqualification from future Utilities contracts. A copy of this report shall be posted at the job site at all times. If, during the course of construction, other safety requirements are identified, they will be added to this report as an addendum. The contractor will be required to adhere to the recommended actions and/or controls identified in the addendum.

SAFETY ISSUES/CONCERNS*

HAZARDS

RECOMMENDED ACTION

AND/OR CONTROLS

1.

2.

3.

4.

5.

6.

7.

8.

9.

*USE A SEPARATE SHEET IF MORE ROOM IS NEEDED

Contractor Name and Title Date Job Site Superintendent Date Company Officer Signature JOB HAZARDOUS ANALYSIS.DOC

Form No. SPEC-100A 10/05/2018

Resolution No.

Bond No.

That we, the undersigned,

as principal, and

as a surety, are jointly and severally held and firmly bound to the CITY OF TACOMA, in the penal sum of

$ , for the payment whereof Contractor and Surety bind themselves,

their executors, administrators, legal representatives, successors and assigns, jointly and severally, firmly by these presents.

This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the City of Tacoma.

WHEREAS, under and pursuant to the City Charter and general ordinances of the City of Tacoma, the said City has or is about to enter with the above bounden principal, a contract, providing for

Specification No.

Specification Title:

Contract No.

(which contract is referenced to herein and is made a part hereof as though attached hereto), and

WHEREAS, the said principal has accepted, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth.

This statutory performance bond shall become null and void, if and when the principal, its heirs, executors, administrators, successors, or assigns shall well and faithfully perform all of the Principal’s obligations under the Contract and fulfill al l terms and conditions of all duly authorized modifications, additions and changes to said Contract that may hereafter be made, at the time and in the manner therein specified; and if such performance obligations have not been fulfilled, this bond shall remain in force and effect.

The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increase.

If the City shall commence suit and obtain judgment against the Surety for recovery hereunder, then the Surety, in addition to such judgement, shall pay all costs and attorney’s fees incurred by the City in enforcement of its rights hereunder. Venue for any action arising out of in in connection with this bond shall be in Pierce County, Washington.

Surety companies executing bonds must be authorized to transact business in the State of Washington as surety and named in the current list of “Surety Companies Acceptable in Federal Bonds” as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Department of the Treasury.

One original bond shall be executed, and signed by the parties’ duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed power of attorney for the office executing on behalf of the surety.

Approved as to form: Principal: Enter Vendor Legal Name

Deputy City Attorney

By:

Surety:

By:

Agent’s Name:

Agent’s Address:

PERFORMANCE BOND TO THE CITY OF TACOMA

Sam

ple

Form No. SPEC-100B 10/05/2018

Resolution No.

Bond No.

That we, the undersigned,

as principal, and

as a surety, are jointly and severally held and firmly bound to the CITY OF TACOMA, in the penal sum of,

$ , for the payment whereof Contractor and Surety bind themselves,

their executors, administrators, legal representatives, successors and assigns, jointly and severally, firmly by these presents.

This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the City of Tacoma.

WHEREAS, under and pursuant to the City Charter and general ordinances of the City of Tacoma, the said City has or is about to enter with the above bounden principal, a contract, providing for

Specification No.

Specification Title:

Contract No.

(which contract is referenced to herein and is made a part hereof as though attached hereto), and

WHEREAS, the said principal has accepted, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth.

This statutory payment bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall pay all persons in accordance with RCW 39.08, 39.12, and 60.28, including all workers, laborers, mechanics, subcontractors, and materialmen, and all person who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work, and all taxes incurred on said Contract under Titles 50 and 51 RCW and all taxes imposed on the Principal under Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain in full force and effect.

The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract shall in any way affect its obligation on this bond, and waivers notice of any changes, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation.

No suit or action shall be commenced hereunder by any claimant unless claimant shall have given the written notices to the City, and where required, the Contractor, in accordance with RCW 39.08.030.

The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of claims which may be properly filed in accordance with RCW 39.08 whether or not suit is commenced under and against this bond.

If any claimant shall commence suit and obtain judgment against the Surety for recovery hereunder, then the Surety, in addition to such judgment and attorney fees as provided by RCW 39.08.030, shall also pay such costs and attorney fees as may be incurred by the City as a result of such suit. Venue for any action arising out of or in connection with this bond shall be in Pierce County, WA.

Surety companies executing bonds must be authorized to transact business in the State of Washington as surety and named in the current list of “Surety Companies Acceptable in Federal Bonds” as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Department of the Treasury.

PAYMENT BOND TO THE CITY OF TACOMA

Sam

ple

Form No. SPEC-100B 10/05/2018

Resolution No.

Bond No.

Specification No.

Contract No.

One original bond shall be executed, and be signed by the parties’ duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed power of attorney for the office executing on behalf of the surety.

Approved as to form: Principal: Enter Vendor Legal Name

Deputy City Attorney

By:

Surety:

By:

Agent’s Name:

Agent’s Address:

Sam

ple

Supplies_PurchasedServices_PW Form No. SPEC-120A CW#######

Template Revised: 06/21/2019 Page 1 of 2

CONTRACT ___________________

Resolution No. Contract No.

This Contract is made and entered into effective this day of ,20 , (“Effective Date”) by and between the City of Tacoma, a Municipal Corporation of the State of Washington (“City”), and legal name of Supplier including type of business entity (“Contractor”).

That in consideration of the mutual promises and obligations hereinafter set forth the Parties hereto agree as follows:

I. Contractor shall fully execute and diligently and completely perform all work and provide all services and deliverables described herein and in the items listed below each of which are fully incorporated herein and which collectively are referred to as “Contract Documents”:

1. Specification No. Enter Spec Number and Enter Spec Title together with all authorized addenda. 2. Contractor’s submittal (or specifically described portions thereof) dated Enter Submittal Date

submitted in response to Specification No. Enter Spec Number and Enter Spec Title. 3. Describe with specific detail and list separately any other documents that will make up the

contract (fee schedule, work schedule, authorized personnel, etc.) or any other additional items mutually intended to be binding upon the parties.

Delete this highlighted sentence, paragraph II and sub-bullets #1 and #2 if there are no additional attachments to the contract (attachments would be things other than a specific, contract, or bonds).

II. In the event of a conflict or inconsistency between the terms and conditions contained in this document entitled Contract and any terms and conditions contained the above referenced Contract Documents the following order of precedence applies with the first listed item being the most controlling and the last listed item the least controlling:

1. Contract 2. List remaining Contract Documents in applicable controlling order.

III. The Contract terminates on xxxxx. {May remove if not applicable]

IV. The total price to be paid by City for Contracts full and complete performance hereunder may not exceed: $ , plus any applicable taxes.

V. Contractor agrees to accept as full payment hereunder the amounts specified herein and in Contract Documents, and the City agrees to make payments at the times and in the manner and upon the terms and conditions specified. Except as may be otherwise provided herein or in Contract Documents Contractor shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work and providing the services and deliverables required by this Contract.

VI. The City’s preferred method of payment is by ePayables (Payment Plus), followed by credit card (aka procurement card), then Electronic Funds Transfer (EFT) by Automated Clearing House (ACH), then check or other cash equivalent. CONTRACTOR may be required to have the capability of accepting the City’s ePayables or credit card methods of payment. The City of Tacoma will not accept price changes or pay additional fees when ePayables (Payment Plus) or credit card is used. The City, in its sole discretion, will determine the method of payment for this Contract.

VII. Failure by City to identify a deficiency in the insurance documentation provided by Contractor or failure of City 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.

VIII. Contractor acknowledges, and by signing this Contract agrees, that the Indemnification provisions set forth in the controlling Contract Documents, including the Industrial Insurance immunity waiver (if applicable), are totally and fully part of this Contract and, within the context of the competitive bidding laws, have been mutually negotiated by the Parties hereto.

Supplies_PurchasedServices_PW Form No. SPEC-120A CW#######

Template Revised: 06/21/2019 Page 2 of 2

IX. Contractor and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the requirements contained herein and in Contract Documents.

X. It is further provided that no liability shall attach to City by reason of entering into this Contract, except as expressly provided herein.

IN WITNESS WHEREOF, the Parties hereto have accepted and executed, as of the Effective Date stated above, which shall be Effective Date for bonding purposes as applicable. CITY OF TACOMA: CONTRACTOR:

By: By:

(City of Tacoma use only - blank lines are intentional)

Director of Finance: ______________________________________________________________

City Attorney (approved as to form): _________________________________________________

Approved By: ___________________________________________________________________

Approved By: ___________________________________________________________________

Approved By: ___________________________________________________________________

Approved By: ___________________________________________________________________

Approved By: ___________________________________________________________________

Approved By: ___________________________________________________________________

Approved By: ___________________________________________________________________

Approved By: ___________________________________________________________________

TACOMA POWER, GENERATION SECTION

CONTRACTOR PERFORMANCE REVIEW (FOR INTERNAL RECOMMENDATION PURPOSES)

Project: Spec. #

Location:

Contractor: (Use separate sheet for each sub-contractor)

Engineer: Inspector:

EVALUATION

Rate Each Area: EXCELLENT - 3 GOOD - 2 ACCEPTABLE - 1 INADEQUATE - 0

1. Safety 7. Quality of Supervisor 2. Quality of Work 8. Site Management

3. Overall Rating 9. Adequate Equipment 4. Communication/Coordination 10. Adequate Personnel on Site 5. Communication/Coordination 11. Was Project Completed with Office on Time (Y/N) 6. Supervision on Site 12. Would You Recommend this Contractor Work for Us Again (Y/N)

Comments (Required if Rated Below Acceptable)

Input by Review No. Date REVIEW2.DOC

*NOTE: ORIGINAL RELEASE WILL BE MAILED TO THE CONTRACTOR AT THE END OF THIS PROJECT*

GENERAL RELEASE TO THE CITY OF TACOMA

____________

The undersigned, named as the contractor in a certain

agreement between ((CCOONNTTRRAACCTTOORR)) and the City of Tacoma,

dated _________ 20 , hereby releases the City of Tacoma,

its departmental officers, employees, and agents from any

and all claim or claims known or unknown, in any manner

whatsoever, arising out of, or in connection with, or relating

to said contract, excepting only the equity of the undersigned

in the amount now retained by the City of Tacoma under said

contract, to-wit: the sum of $_____________

Signed at Tacoma, Washington this ______________ day of

_____________________, 20 .

______________________________

Contractor

By ____________________________________

Title ___________________________________

General Provisions 2009, revised 10/06/2018 - City of Tacoma, Department of Public Utilities Page 1 of 18

GENERAL PROVISIONS

(Revised October 6, 2018)

SECTION I - BIDDING REQUIREMENTS

SECTION I REQUIREMENTS ARE BINDING ON ALL RESPONDENTS.

1.01 USE AND COMPLETION OF CITY PROPOSAL SHEETS

A. Respondent's Proposal

Each Respondent must bid exactly as specified on the Proposal sheets. All proposals must remain open for acceptance by the City for a period of at least 60 calendar days from the date of opening of the bids.

B. Alterations of Proposals Not Allowed

Proposals that are incomplete or conditioned in any way, contain alternatives or items not called for in the

General Provisions and Specifications, or not in conformity with law may be rejected as being

nonresponsive. The City cannot legally accept any proposal containing a substantial deviation from these

Specifications.

C. Filling Out City Proposal Sheets

All proposals must be completed using the proposal sheets and forms included with this specification, and

the prices must be stated in figures either written in ink or typewritten. No proposal having erasures or

interlineations will be accepted unless initialed by the Respondent in ink.

1.02 CLARIFICATION OF PROPOSAL FOR RESPONDENT

If a prospective Respondent has any questions concerning any part of the Proposal, he/she may submit a

written request to the particular Division of the Department of Public Utilities of the City of Tacoma for

answer of his/her questions. Any interpretation of the Proposal will be made by an Addendum duly issued

and mailed or delivered to each prospective Respondent. Such addendum must be acknowledged in the

proposal. The City of Tacoma will not be responsible for any other explanation or interpretation of the bid

documents.

1.03 SMALL BUSINESS ENTERPRISE (SBE) PROGRAM AND EQUAL OPPORTUNITY EMPLOYMENT

It is the policy of the City of Tacoma that all citizens be afforded an equal opportunity for full participation in

our free enterprise system. In order to implement this policy, the City of Tacoma is committed to ensuring

equitable participation of small business enterprises by establishing goals for their utilization in the provision

of construction services, and related goods and/or services, to the City.

A. Public Work or Improvement Type Projects and Contracts:

Respondents for public work or improvement type projects and contracts in excess of $25,000 have an

obligation to comply with the requirements set forth in the City’s SBE Regulations adopted pursuant to

Tacoma Municipal Code (TMC) Chapter 1.07. For further information, contact the City SBE Office, 747

Market Street, Room 900, Tacoma, WA 98402. Phone 253-573-2435. Email [email protected]

Compliance with State Law RCW 35.22.650 is also required. All respondents for public work or

improvement contracts (exceeding $10,000, and $15,000 for construction of water mains) are required to

actively solicit minority and women business enterprise subcontractors. With respect to all such contracts,

the Contractor agrees that he/she shall actively solicit the employment of minority group members.

Contractor further agrees that he/she shall actively solicit bids for the subcontracting of goods or services

from qualified minority businesses. Contractor shall furnish evidence of his/her compliance with these

requirements of minority employment and solicitation. Contractor further agrees to consider the grant of

subcontracts to said minority respondents on the basis of substantially equal proposals. The contractor shall

be required to submit evidence of compliance with this section as part of the bid. ALL RESPONDENTS

FOR PUBLIC WORK AND IMPROVEMENTS CONTRACTS MUST COMPLETE AND SUBMIT WITH

THEIR BID THE FOLLOWING SOLICITATION FORMS CONTAINED IN THE BID SUBMITTAL PACKAGE

AND ATTACHED HERETO:

SBE Utilization Form for contracts of $25,000 or more per TMC Chapter 1.07

Prime Contractor’s Pre-Work Form for contracts per RCW 35.22.650

General Provisions 2009, revised 10/06/2018 - City of Tacoma, Department of Public Utilities Page 2 of 18

B. Purchase of Goods and/or Services Contracts:

Respondents for supply type contracts to which SBE Regulations do not apply have an obligation to

demonstrate efforts to ensure equitable participation of minority and women’s businesses. Such

respondents shall not discriminate against any person on the basis of race, color, creed, sex, age or

nationality in employment and are subject to the City’s ordinances and regulations prohibiting

discrimination. See TMC Chapter 1.50.

Service contracts involving a single trade are also subject to TMC Chapter 1.07, and respondents for such

service contracts must submit applicable SBE program forms to be considered for contract award.

ALL RESPONDENTS FOR PURCHASE and/or SERVICES CONTRACTS MUST COMPLETE AND SUBMIT WITH THEIR BID THE FOLLOWING FORM CONTAINED IN THE BID SUBMITTAL PACKAGE AND ATTACHED HERETO:

Personnel Inventory Form

Failure to fully complete and submit the required forms with the bid package may result in the bid being declared non-responsive and rejected.

1.04 RESPONDENT'S BOND OR CERTIFIED CHECK

Each bid for construction must be accompanied either by a certified or cashiers check for 5 percent of the

total amount bid, including tax, payable to the City Treasurer, or an approved bid bond, by a surety company

authorized to do business in the State of Washington, for 5 percent of the total amount bid. All bid bonds

must be signed by the person legally authorized to sign the bid. The approved bid bond form attached to

these Specifications should be used: no substantial variations from the language thereof will be accepted.

If a bid bond is used, the 5 percent may be shown either in dollars and cents, or the bid bond may be filled in as follows, "5 percent of the total amount of the accompanying proposal."

The check of the successful Respondent will be returned after award of the Contract, acceptance of the

Payment and Performance Bond and City's receipt of the signed Contract. The checks of all other

Respondents will be returned immediately upon the award of the Contract. Bid bonds will not be returned.

1.05 DELIVERY OF PROPOSALS TO THE CITY’S PURCHASING OFFICE

Submittal packages must be received by the City’s Purchasing Division, Tacoma Public Utilities

Administration Building North, 3628 South 35th Street, Tacoma, WA 98409-3115, prior to the scheduled time

and date stated in the solicitation announcement. Each submittal, intact and bound, shall be completely

sealed, with the name of the submitting party (hereinafter “Respondent”), the specification number and title

clearly marked on the exterior of the package. City offices are not open for special mail or other deliveries

on weekends and City holidays.

Submittals may be delivered to the City by mail or in person to the main floor security desk; however, the

Respondent is solely responsible for timely delivery of its submittal to the Purchasing Division.

Facsimile (fax) copies of submittals for requests for sealed bids, requests for proposals, requests for

qualifications and requests for information will not be accepted at any City fax machine.

Submittals received after the time stated in the solicitation announcement will not be accepted and will be

returned, unopened, to the Respondent.

For purposes of determining whether a submittal has been timely received, the City's Purchasing Division

may rely on Universal Coordinated Time from the National Bureau of Standards as reported by

http://wwp.greenwichmeantime.com/

1.06 LICENSES/PERMITS

A. Suppliers, if applicable, must have a Washington state business license at the time of Submittal and throughout the term of the Contract. Failure to include a Washington state business license may be grounds for rejection of the Submittal or cancellation of contract award. Information regarding Washington state business licenses may be obtained at http://bls.dor.wa.gov.

B. Upon award, it is the responsibility of the Supplier to register with the City of Tacoma's Tax and License Division, 733 South Market Street, Room 21, Tacoma, WA 98402-3768, 253-591-5252, https://www.cityoftacoma.org/government/city_departments/finance/tax_and_license/. Supplier shall obtain a business license as is required by Tacoma Municipal Code Subtitle 6C.20.

C. During the term of the Contract, Supplier, at its expense, shall obtain and keep in force any and all necessary licenses and permits.

General Provisions 2009, revised 10/06/2018 - City of Tacoma, Department of Public Utilities Page 3 of 18

1.07 CONTRACTOR'S STATE REGISTRATION NUMBER

Contractors for construction or public works construction are required to be licensed by the state. If the

provisions of Chapter 18.27 of the Revised Code of Washington apply to the Respondent, then the

Respondent's Washington State Contractor's Registration No. must accompany the bid.

1.08 BID IS NONCOLLUSIVE

The Respondent represents by the submission of the Proposal that the prices in this Bid are neither directly

nor indirectly the result of any formal or informal agreement with another Respondent.

1.09 EVALUATION OF BID

A. Price, Experience, Delivery Time and Responsibility

In the evaluation of bids, the Respondent's experience, delivery time, quality of performance or product,

conformance to the specifications and responsibility in performing other contracts (including satisfying all

safety requirements) may be considered in addition to price. In addition, the bid evaluation factors set forth

in City Code Section 1.06.262 may be considered by the City. Respondents who are inexperienced or who

fail to properly perform other contracts may have their bids rejected for such cause.

B. Prequalified Electrical Contractor

Certain types of electrical construction requires special expertise, experience and prequalification of the

Contractor (or subcontractor) by the City. In such cases, the Respondent must be prequalified or the

Respondent must subcontract with a City prequalified electrical contractor for the specialty work.

C. Insertions of Material Conflicting with Specifications

Only material inserted by the Respondent to meet requirements of the Specifications will be considered. Any

other material inserted by the Respondent will be disregarded as being nonresponsive and may be grounds

for rejection of the Respondent's Proposal.

D. Correction of Ambiguities and Obvious Errors

The City reserves the right to correct obvious errors in the Respondent's proposal. In this regard, if the unit

price does not compute to the extended total price, the unit price shall govern.

1.10 WITHDRAWAL OF BID

A. Prior to Bid Opening

Any Respondent may withdraw his/her Proposal prior to the scheduled bid opening time by delivering a

written notice to the City’s Purchasing Office. The notice may be submitted in person or by mail; however, it

must be received by the City’s Purchasing Office prior to the time of bid opening.

B. After Bid Opening

No Respondent will be permitted to withdraw his/her Proposal after the time of bid opening, as set forth in

the Call for Bids, and before the actual award of the Contract, unless the award of Contract is delayed more

than sixty (60) calendar days after the date set for bid opening. If a delay of more than 60 calendar days

does occur, then the Respondent must submit written notice withdrawing his/her Proposal to the Purchasing

Manager.

1.11 OPENING OF BIDS

At the time and place set for the opening of bids, all Proposals, unless previously withdrawn, will be publicly

opened and read aloud, irrespective of any irregularities or informalities in such Proposal.

1.12 PUBLIC UTILITY BOARD FINAL DETERMINATION

The Public Utility Board of the City of Tacoma shall be the final judge as to which is the lowest and best bid

in the interest of the City of Tacoma. The City reserves the right to reject any and all bids, waive minor

deviations or informalities, and if necessary, call for new bids.

General Provisions 2009, revised 10/06/2018 - City of Tacoma, Department of Public Utilities Page 4 of 18

1.13 RESPONDENT'S REFUSAL TO ENTER INTO CONTRACT

Any Respondent who refuses to enter into a Contract after it has been awarded to the Respondent will be in

breach of the agreement to enter the Contract and the Respondent's certified or cashier’s check or bid bond

shall be forfeited.

1.14 TAXES

A. Include In Proposal All Taxes

Respondent shall include in his/her Proposal all applicable local, city, state, and federal taxes. It is the

Respondent's obligation to state on his/her Proposal sheet the correct percentage and total applicable

Washington State and local sales tax. The total cost to the City including all applicable taxes may be the

basis for determining the low Respondent.

B. Federal Excise Tax

The City of Tacoma is exempt from federal excise tax. Where applicable, the City shall furnish a Federal

Excise Tax Exemption certificate.

C. City of Tacoma Business and Occupation Tax

Sub-Title 6A of the City of Tacoma Municipal Code (TMC) provides that transactions with the City of

Tacoma, may be subject to the City of Tacoma's Business and Occupation Tax. It is the responsibility of the

Respondent awarded the Contract to register with the City of Tacoma's Department of Tax and License, 733

South Market Street, Room 21, Tacoma, WA 98402-3768, telephone 253-591-5252. The City's Business

and Occupation Tax amount shall not be shown separately but shall be included in the unit and/or lump sum

prices bid.

1.15 FIRM PRICES/ESCALATION

Except as specifically allowed by the Special Provisions, only firm prices will be accepted.

1.16 AWARD

A. Construction and/or Labor Contracts

Unless specifically noted in the Special Provisions or Proposal sheets, all construction and/or labor contracts

will be awarded to only one Respondent.

B. Supply/Equipment Contracts

The City reserves the right to award an equipment or supply contract for any or all items to one or more

Respondents as the interests of the City will be best satisfied.

1.17 INCREASE OR DECREASE IN QUANTITIES

The City of Tacoma reserves the right to increase or decrease the quantities of any items under this

Contract and pay according to the unit prices quoted in the Proposal (with no adjustments for anticipated

profit).

1.18 EXTENSION OF CONTRACT

Contracts resulting from this specification shall be subject to extension by mutual agreement per the same

prices, terms and conditions.

1.19 PAYMENT TERMS

A. Prices will be considered as net 30 calendar days if no cash discount is shown. Payment discount

periods of twenty (20) calendar days or more if offered in the submittal, will be considered in

determining the apparent lowest responsible submittal. Discounts will be analyzed in context of their

overall cumulative effect. Invoices will not be processed for payment nor will the period of cash discount

commence until receipt of a properly completed invoice and until all invoiced items are received and

satisfactory performance of the Contractor has been attained. If an adjustment in payment is necessary

due to damage or dispute, the cash discount period shall commence on the date final approval for

payment is authorized.

General Provisions 2009, revised 10/06/2018 - City of Tacoma, Department of Public Utilities Page 5 of 18

B. ePayable/Credit Card Acceptance. Submittals offering ePayable/Credit card acceptance may be

compared against submittals offering a prompt payment discount to evaluate the overall cumulative

effect of the discount against the advantage to the City of the ePayable/Credit card acceptance, and

may be considered in determining the apparent lowest responsible submittal.

1.20 PAYMENT METHOD – EPAYABLES – CREDIT CARD ACCEPTANCE – EFT/ACH ACCEPTANCE

A. Payment methods include:

1. EPayables (Payment Plus). This is payment made via a virtual, single use VISA card number provided by the City’s commercial card provider. Suppliers accepting this option will receive “due immediately” payment terms. Two options for acceptance are available to suppliers. Both are accompanied by an emailed advice containing complete payment details:

a. Straight-through processing (buyer initiated). Immediate, exact payments directly deposited to supplier accounts by the City’s provider bank; the supplier does not need to know card account details.

b. Supplier retrieves card account through the secure, on-line portal provided via email notifications sent by the City’s commercial card provider.

2. Credit card. Tacoma’s VISA procurement card program is supported by standard bank credit suppliers and requires that merchants abide by the VISA merchant operating rules. It provides “due immediately” payment terms.

a. Suppliers must be PCI-DSS compliant (secure credit card data management) and federal FACTA (sensitive card data display) compliant.

b. Suppliers must be set up by their card processing equipment provider (merchant acquirer) as a minimum of a Level II merchant with the ability to pass along tax, shipping and merchant references information.

3. Electronic Funds Transfer (EFT) by Automated Clearing House (ACH). Standard terms are net 30 for this payment method.

4. Check or other cash equivalent. Standard terms are net 30 for this payment method.

B. The City’s preferred method of payment is by ePayables (Payment Plus) followed by credit card (aka procurement card). Suppliers may be required to have the capability of accepting the City’s ePayables or credit card methods of payment. The City of Tacoma will not accept price changes or pay additional fees when ePayables (Payment Plus) or credit card is used.

C. The City, in its sole discretion, will determine the method of payment for goods and/or services as part of the Contract.

1.21 COOPERATIVE PURCHASING

The Washington State Interlocal Cooperative Act RCW 39.34 provides that other governmental agencies

may purchase goods and services on this solicitation or contract in accordance with the terms and prices

indicated therein if all parties are agreeable.

1.22 PROPRIETARY OR CONFIDENTIAL TRADE SECRET INFORMATION

Washington State Public Disclosure Act (RCW 42.56 et seq.) requires public agencies in Washington to

promptly make public records available for inspection and copying unless they fall within the specified

exemptions contained in the Act. Documents submitted under this Specification are considered public

records and, unless exempt from disclosure under the Act, will be made available for inspection and

copying by the public in response to a public records request.

If the Respondent considers any submittal document to be exempt from disclosure under the law, the

Respondent shall clearly mark on the specific page(s) affected such words as “CONFIDENTIAL,”

“PROPRIETARY” or “TRADE SECRET.” The Respondent shall also submit an index with its submittal

identifying the affected page number(s) and location(s) of all such identified material. Failure to provide

an index identifying the location of the material in the submittal that Respondent considers to be

protected from disclosure will result in the records being released in response to a request for

those records without further notice to Respondent. Marking the entire submittal as “confidential”

or “proprietary” or “trade secret” is not acceptable and is grounds to reject such submittal.

If a public records request is made for disclosure of all or any part of Respondent’s submittal and

Respondent has (i) properly marked and (ii) indexed the material it asserts to be exempt from disclosure,

the City will determine whether the material is exempt from public disclosure. If, in the City’s opinion, the

General Provisions 2009, revised 10/06/2018 - City of Tacoma, Department of Public Utilities Page 6 of 18

material is subject to a possible exemption to disclosure, the City will notify Respondent of the request and

impending release and allow the Respondent ten (10) business days to take whatever action Respondent

deems necessary to protect its interests. The City will reasonably cooperate with any legal action initiated

by the Respondent to prevent release; provided that all expense of such action shall be borne solely by the

Respondent, including any damages, penalties, attorney’s fees or costs awarded by reason of having

opposed disclosure and Respondent shall indemnify City against same. If the Respondent fails or neglects

to take such action within said period, the City will release all materials deemed subject to disclosure.

Submission of materials in response to this solicitation shall constitute assent by the Respondent to the

foregoing procedure and the Respondent shall have no claim against the City on account of actions taken

pursuant to such procedure.

1.23 FEDERAL AID PROJECTS

The City of Tacoma in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR, part 26, will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award.

SECTION II - CONTRACT REQUIREMENTS

2.01 CONTRACTOR'S RESPONSIBILITY

A. Contract Documents

The Respondent to whom the Contract is awarded, hereinafter called the Contractor, shall enter into a

Contract with the City of Tacoma, Department of Public Utilities, within 10 days after receipt from the City of

Tacoma of a properly prepared Contract. In addition, the Contractor will do all things required to promptly

perform this Contract pursuant to the terms of this Contract. Certain contracts for supplies, goods or

equipment may use the City Purchase Order in place of a formal contract document.

B. Surety Bonds

Except as modified by the Special Provisions, the Respondent to whom the Contract is awarded shall

provide a payment and performance bond, including power of attorney, for 100 percent of the amount of

his/her bid (including sales taxes), to insure complete performance of the Contract including the guarantee.

The bonds must be executed by a surety company licensed to do business in the State of Washington. For a

supply-type contract, a cashiers check or cash may be substituted for the bonds; however, this cash or

cashiers check must remain with the City through the guarantee period and any interest on said amount

shall accrue to the City.

C. Independent Contractor

Contractor is an independent contractor; no personnel furnished by the Contractor shall be deemed under

any circumstances to be the agent or servant of the City. Contractor shall be fully responsible for all acts or

omissions of Subcontractors and its and their suppliers, and of persons employed by them, and shall be

specifically responsible for sufficient and competent supervision and inspection to assure compliance in

every respect with the Contract. There shall be no contractual relationship between any Subcontractors or

supplier and the City arising out of or by virtue of this agreement. No provision of the Contract is intended or

is to be construed to be for the benefit of any third party.

2.02 CONFLICTS IN SPECIFICATIONS

Anything mentioned in the Specifications and not shown on the Drawings and anything on the Drawings and

not mentioned in the Specifications shall be of like effect and shall be understood to be shown and/or

mentioned in both. In case of differences between Drawings and Specifications, the Specifications shall

govern. In addition, in the event of any conflict between these General Provisions, the Special Provisions,

the Technical Provisions and/or the Proposal pages, the following order of precedence shall control:

(a) Proposal pages prevail if they conflict wikdjfdkjfth the General, Special or Technical Provisions.

(b) Special Provisions prevail if they conflict with the General Provisions and/or Technical Provisions.

(c) Technical Provisions prevail if they are in conflict with the General Provisions.

General Provisions 2009, revised 10/06/2018 - City of Tacoma, Department of Public Utilities Page 7 of 18

In case of discrepancy of figures between Drawings, Specifications or both, the matter shall immediately be

submitted to the Engineer for determination. Failure to submit the discrepancy issue to the Engineer shall

result in the Contractor's actions being at his/her own risk and expense. The Engineer shall furnish from time

to time such detailed drawings and other information as he/she may consider necessary.

2.03 INSPECTION

A. Of the Work

All materials furnished and work done shall be subject to inspection.

The Inspector administering the Contract shall at all times have access to the work wherever it is in progress

or being performed, and the Contractor shall provide proper facilities for such access and inspection. Such

inspection shall not relieve the Contractor of the responsibility of performing the work correctly, utilizing the

best labor and materials in strict accordance with the Specifications of this Contract. All material or work

approved and later found to be defective shall be replaced without cost to the City of Tacoma.

B. Inspector's Authority

The inspector shall have power to reject materials or workmanship which do not fulfill the requirements of

these Specifications, but in case of dispute the Contractor may appeal to the Superintendent, whose

decision shall be final. The word "Superintendent" means the Superintendent of the City of Tacoma,

Department of Public Utilities division which is administering the contract.

The Contract shall be carried out under the general control of the representative of the particular Division

administering the Contract, who may exercise such control over the conduct of the work as may be

necessary, in his or her opinion, to safeguard the interest of the City of Tacoma. The Contractor shall comply

with any and all orders and instructions given by the representative of the particular Division administering

the Contract in accordance with the terms of the Contract.

Provided, that for the purposes of construction contracts, such control shall only apply (a) to the extent

necessary to ensure compliance with the provisions of this contract, and (b) to the extent necessary to fulfill

any nondelegable duty of the City for the benefit of third parties not engaged in promoting the activity of this

contract.

Nothing herein contained, however, shall be taken to relieve the Contractor of his/her obligations or

responsibilities under the Contract.

2.04 FEDERAL, STATE AND MUNICIPAL REGULATIONS

All federal, state, municipal and/or local regulations shall be satisfied in the performance of all portions of

this Contract. The Contractor shall be solely responsible for all violations of the law from any cause in

connection with work performed under this Contract.

2.05 INDEMNIFICATION

A. Indemnification

Contractor acknowledges that pursuant to the terms of this agreement, Contractor is solely and totally

responsible for the safety of all persons and property in the performance of this Contract. To the greatest

extent allowed by law, Contractor assumes the risk of all damages, loss, cost, penalties and expense and

agrees to indemnity, defend and hold harmless the City of Tacoma, from and against any and all liability

which may accrue to or be sustained by the City of Tacoma on account of any claim, suit or legal action

made or brought against the City of Tacoma for the death of or injury to persons (including Contractor's or

subcontractor's employees) or damage to property involving Contractor, or subcontractor(s) and their

employees or agents, arising out of and in connection with or incident to the performance of the Contract

including if the City is found to have a nondelegable duty to see that work is performed with requisite care,

except for injuries or damages caused by the sole negligence of the City. In this regard, Contractor

recognizes that Contractor is waiving immunity under industrial Insurance Law, Title 51 RCW. This

indemnification extends to the officials, officers and employees of the City and also includes attorney's fees

and the cost of establishing the right to indemnification hereunder in favor of the City of Tacoma. In addition,

within the context of competitive bidding laws, it is agreed that this indemnification has been mutually

negotiated. Provided however, this provision is intended to be applicable to the parties to this agreement

and it shall not be interpreted to allow a Contractor's employee to have a claim or cause of action against

Contractor.

General Provisions 2009, revised 10/06/2018 - City of Tacoma, Department of Public Utilities Page 8 of 18

B. Limitation of Liability for Primarily Supply-Type Contracts

In all contracts where the total cost of the supply of materials and/or equipment constitute at least 70 percent

of the total contract price (as determined by the City), the City agrees that it will not hold the contractor,

supplier or manufacturer liable for consequential damages for that part of the contract related to the

manufacture and/or design of the equipment, materials or supplies.

2.06 ASSIGNMENT AND SUBLETTING OF CONTRACT

A. Assignment

The Contract shall not be assigned except with the consent of the Superintendent or his/her designee.

Requests for assignment of this contract must be in writing with the written consent of the surety, and the

request must show the proposed person or organization to which the contract is assigned is capable,

experienced and equipped to perform such work. The proposed substitute person or organization may be

required to submit to the City information as to his/her experience, financial ability and give statements

covering tools, equipment, organization, plans and methods to fulfill any portion of the Contract prior to

approval of assignment.

B. Subletting

The Contract shall not be sublet except with the written consent of the Superintendent or his/her designee.

In the event that a prequalified electrical contractor is necessary to perform certain portions of the work,

such work may be subcontracted with a City prequalified electrical contractor for the type of work involved.

Requests for subletting of this Contract must be in writing with the written consent of the Surety, and the

request must show the proposed person or organization to which the Contract is sublet is capable,

experienced and equipped to perform such work. The proposed substitute person or organization may be

required to submit to the City information as to his experience, financial ability and give statements covering

tools, equipment, organization, plans and methods to fulfill any portion of the Contract prior to approval of

subletting.

The written consent approving the subletting of the Contract shall not be construed to relieve the Contractor

of his/her responsibility for the fulfillment of the Contract. The Subcontractor shall be considered to be the

agent of the Contractor and the Contractor agrees to be responsible for all the materials, work and

indebtedness incurred by the agent.

A subcontractor shall not sublet any portion of a subcontract for work with the City without the written

consent of the City.

2.07 DELAY

A. Extension of Time

With the written approval of the Superintendent or his/her designee, the Contractor may be granted

additional time for completion of the work required under this Contract, if, in the Superintendent's opinion the

additional time requested arises from unavoidable delay.

B. Unavoidable Delay

Unavoidable delays in the prosecution of the work shall include only delays from causes beyond the control

of the Contractor and which he/she could not have avoided by the exercise of due care, prudence, foresight

and diligence. Delay caused by persons other than the Contractor, Subcontractors or their employees will be

considered unavoidable delays insofar as they necessarily interfere with the Contractor's completion of the

work, and such delays are not part of this Contract.

Unavoidable delay will not include delays caused by weather conditions, surveys, measurements,

inspections and submitting plans to the Engineer of the particular Division involved in administering this

Contract.

2.08 GUARANTEE

A. Guarantee for Construction, Labor or Services Contract

Neither the final certificate of payment or any provision in the Contract Documents, nor partial or entire

occupancy of the premises by the City, shall constitute an acceptance of work not done in accordance with

the Contract Documents or relieve the Contractor of liability in respect to any express warranties or

General Provisions 2009, revised 10/06/2018 - City of Tacoma, Department of Public Utilities Page 9 of 18

responsibility for faulty materials or workmanship. The Contractor shall remedy any defects in the work and

pay for any damage to other work resulting therefrom, which shall appear within a period of one year from

the date of final acceptance of the work unless a longer period is specified. The City will give notice of

observed defects with reasonable promptness.

If it has been discovered, before payment is required under the terms of the Contract, that there is a failure

to comply with any of the terms and provisions of this Contract, the City has the right and may withhold

payment.

In case of a failure of any part of the work, materials, labor and equipment furnished by the Contract or to

fully meet all of the requirements of the Contract, the Contractor shall make such changes as may be

necessary to fully meet all of the specifications and requirements of this Contract. Such changes shall be

made at the Contractor's sole cost and expense without delay and with the least practicable inconvenience

to the City of Tacoma. Rejected material and equipment shall be removed from the City's property by and at

the expense of the Contractor.

B. Guarantee for Supply Contracts

Unless a longer period is specified, the supplier and/or manufacturer of the supplies, materials and/or

equipment furnished pursuant to this Contract agrees to correct any defect or failure of the supplies,

materials and/or equipment which occurs within one year from the date of: (1) test energization if electrical

or mechanical equipment; (2) commencement of use if supplies or materials, provided, however, said

guarantee period shall not extend beyond eighteen months after date of receipt by the City. All of the costs

(including shipping, dismantling and reinstallation) of repairs and/or corrections of defective or failed

equipment, supplies and/or material is the responsibility of the supplier and/or manufacturer.

When the supplier is not the manufacturer of the item of equipment, supplier agrees to be responsible for

this guarantee and supplier is not relieved by a manufacturer's guarantee.

C. Guarantee Period Extension

The Contract guarantee period shall be suspended from the time a significant defect is first documented by

the City until the work or equipment is repaired or replaced by Contractor and accepted by the City. In

addition, in the event less than ninety (90) days remain on the guarantee period (after recalculating), the

guarantee period shall be extended to allow for at least ninety (90) days from the date the work or

equipment is repaired or replaced and accepted by the City.

2.09 DEDUCTIONS FOR UNCORRECTED WORK

If the City of Tacoma deems it expedient to correct work not done in accordance with the terms of this

Contract, an equitable deduction from the Contract price shall be made.

2.10 CITY OF TACOMA'S RIGHT TO TERMINATE CONTRACT

If the Contractor should be adjudged as bankrupt, or makes a general assignment for the benefit of

creditors, or a receiver should be appointed on account of his/her insolvency, or if he/she or any of his/her

subcontractors should violate any of the provisions of the Contract, or if the work is not being properly and

diligently performed, the City of Tacoma may serve written notice upon the Contractor and Surety, executing

the Payment and Performance Bond, of its intention to terminate the Contract; such notice will contain the

reasons for termination of the Contract, and unless within 10 days after the serving of such notice, such

violation shall cease and an arrangement satisfactory to the City of Tacoma for correction thereof shall be

made, the Contract shall, upon the expiration of said I 0 days, cease and terminate and all rights of the

Contractor hereunder shall be forfeited. In the event the Contract is terminated for cause, Contractor shall

not be entitled to any lost profits resulting therefrom.

In the event of any such termination, the City of Tacoma shall immediately send (by regular mail or other

method) written notice thereof to the Surety and the Contractor. Upon such termination the Surety shall have

the right to take over and perform the Contract, provided however, the Surety must provide written notice to

the City of its intent to complete the work within 15 calendar days of its receipt of the original written notice

(from the City) of the intent to terminate. Upon termination and if the Surety does not perform the work, the

City of Tacoma may take over the work and prosecute the same to completion by any method it may deem

advisable, for the account of and at the expense of the Contractor, and the Contractor and the Surety shall

be liable to the City of Tacoma for all cost occasioned to the City of Tacoma thereby. The City of Tacoma

may without liability for doing so, take possession of and utilize in completing the work, such materials,

General Provisions 2009, revised 10/06/2018 - City of Tacoma, Department of Public Utilities Page 10 of 18

equipment, plant and other property belonging to the Contractor as may be on the site of the work and

necessary therefore.

2.11 LIENS

In the event that there are any liens on file against the City of Tacoma, the City of Tacoma shall be entitled

to withhold final or progress payments to the extent deemed necessary by the City of Tacoma to properly

protect the outstanding lien claimants until proper releases have been filed with the City Clerk.

2.12 LEGAL DISPUTES

A. General

Washington law shall govern the interpretation of the Contract. The state or federal courts located in Pierce County Washington shall be the sole venue of any mediation, arbitration, or litigation arising out of the Contract.

Respondents providing submittals from outside the legal jurisdiction of the United States of America will be subject to Tacoma’s City Attorney’s Office (CAO) opinion as to the viability of possible litigation pursuant to a contract resulting from this Specification. If it is the opinion of the CAO that any possible litigation would be beyond reasonable cost and/or enforcement, the submittal may be excluded from evaluation.

B. Attorney Fees

For contracts up to $250,000 which become the subject of litigation or arbitration, the substantially prevailing

party may be entitled to reasonable attorney fees, as provided in RCW 39.04.240. Provided, however, the

attorney fee hourly rate for the City of Tacoma's assistant city attorneys is agreed to be $150 per hour or the

same as the hourly rate for Contractor's legal counsel, whichever is greater.

2.13 DELIVERY

Prices must be quoted F.O.B. destination, freight prepaid and allowed with risk of loss during transit remaining with Contractor/Supplier (unless otherwise stated in these Specifications) to the designated address set forth in these Specifications.

Deliveries shall be between 9:00 a.m. and 3:30 p.m.; Monday through Friday only (except legal holidays of the City of Tacoma).

Legal holidays of the City of Tacoma are:

New Year's Day January I

Martin Luther King's Birthday 3rd Monday in January

Washington's Birthday 3rd Monday in February

Memorial Day Last Monday in May

Independence Day July 4

Labor Day 1st Monday in September

Veteran's Day November 11

Thanksgiving Day 4th Thursday of November

Day after Thanksgiving 4th Friday of November

Christmas Day December 25

When any of these holidays occur on Saturday or Sunday, the preceding Friday or the following Monday, respectively, is a legal holiday for the City of Tacoma.

2.14 Packing Slips and Invoices

A. Packing slips and shipping notices shall be sent to the specific City Division or Department receiving the

item(s) at the address stated in City’s Solicitation or as otherwise stated in the Contract and include

complete description of items, contents of items if crated or cased, quantity, shipping point, carrier, bill

of lading number and City of Tacoma purchase order.

B. Each invoice shall show City of Tacoma purchase order number, release number if applicable, quantity,

unit of measure, item description, unit price and extended price for each line if applicable, services and

deliverables provided if applicable. Line totals shall be summed to give a grand total to which sales tax

shall be added, if applicable.

1. For transactions conducted in SAP Ariba, invoices shall be submitted through Ariba. 2. For invoices paid by ACH or by check, unless stated otherwise, invoices shall be electronically

submitted by email with corresponding PO number listed in the subject line to [email protected].

General Provisions 2009, revised 10/06/2018 - City of Tacoma, Department of Public Utilities Page 11 of 18

3. For invoices paid by credit card, invoices shall also display the last name of the cardholder and last four digits (only) of the card number (e.g., Jones/6311). Unless stated otherwise, invoices shall be electronically submitted by email with corresponding PO number listed in the subject line to (do not combine different POs into one invoice or charge) to [email protected].

2.15 Approved Equals

A. Unless an item is indicated as "No substitute", special brands, when named, are intended to describe the

standard of quality, performance or use desired. Equal items will be considered by the City, provided that

the respondent specifies the brand and model, and provides all descriptive literature, independent test

results, product samples, local servicing and parts availability to enable the City to evaluate the proposed

"equal".

B. The decision of the City as to what items are equal shall be final and conclusive. If the City elects to

purchase a brand represented by the respondent to be an "equal", the City's acceptance of the item is

conditioned on the City's inspection and testing after receipt. If, in the sole judgment of the City, the item is

determined not to be an equal, the item shall be returned at the respondent's expense.

C. When a brand name, or level of quality is not stated by the respondent, it is understood the offer is

exactly as specified. If more than one brand name is specified, respondents must clearly indicate the brand

and model/part number being bid.

2.16 Entire Agreement

This written contract represents the entire Agreement between the parties and supersedes any prior oral

statements, discussions or understandings between the parties.

2.17 Code of Ethics

The City's Code of Ethics, Chapter 1.46, Tacoma Municipal Code, provides ethical standards for City

personnel and also prohibits certain unethical conduct by others including respondents and contractors.

Violation of the City's Code of Ethics will be grounds for termination of this contract.

** Balance of Page Intentionally Left Blank **

General Provisions 2009, revised 10/06/2018 - City of Tacoma, Department of Public Utilities Page 12 of 18

[Section III is for contracts that involve construction and/or labor, and are not applicable to contracts solely for material/supply purchases.]

GENERAL PROVISIONS

SECTION Ill - CONSTRUCTION AND/OR LABOR CONTRACTS

SECTION Ill REQUIREMENTS APPLY ONLY TO CONSTRUCTION AND/OR LABOR CONTRACTS.

3.01 RESPONDENT'S DUTY TO EXAMINE

The Respondent agrees to be responsible for examining the site(s) and to have compared them with the

Specifications and Contract Drawings, and to be satisfied as to the facilities and difficulties attending the

execution of the proposed Contract (such as uncertainty of weather, floods, nature and condition of

materials to be handled and all other conditions, obstacles and contingencies) before the delivery of his/her

Proposal. No allowance will be subsequently made by the City on behalf of the Respondent by reason of

any error or neglect on Respondent's part, for such uncertainties as aforesaid.

3.02 PERMITS

Except when modified by the Special Provisions, the Contractor shall procure and pay for all permits and

licenses necessary for the completion of this Contract including those permits required by the City of

Tacoma. The City will obtain county or state road crossing permits if required. In the event a necessary

permit is not obtained, the Contractor will not be permitted to work on items subject to said permit and any

delays caused thereby will not be subject to extra compensation or extensions.

3.03 NOTIFICATION OF OTHER GOVERNMENTAL AGENCIES AND UTILITIES WHEN UNDERGROUND WORK IS INVOLVED

The Contractor shall notify all other affected governmental agencies and utilities whenever underground

work is done under the terms of this Contract. The Contractor is required to obtain permission of the

appropriate public and private utilities and governmental agencies before performing underground work

pursuant to the terms of this Contract. The Contractor is required to call "one call" at 1-800-424-5555 for all

work involving excavation or digging more than 12 inches beneath ground or road surface.

The City may have indicated on the plans and specifications the existence of certain underground facilities

that are known to the City division responsible for this Contract. It is the Contractor's responsibility to fully

comply with the Underground Utility Locate Law, Chapter 19.122 RCW. If the site conditions are "changed or

differing" as defined by RCW 19.122.040(l), the Contractor may pursue the party responsible for not properly

marking or identifying the underground facility. The Contractor agrees not to file any claim or legal action

against the City (division responsible for this Contract) for said "changed or differing" conditions unless said

City division is solely responsible for the delay or damages that the Contractor may have incurred.

3.04 TRENCH EXCAVATION BID ITEM

In the event that "trench excavation" in excess of four feet requires a safety system pursuant to Washington

State law and safety shoring, sloping, sheeting, or bracing is used, a separate bid item should be set forth in

the Proposal for this work. If a separate bid item is not set forth in the Proposal pages, said installed safety

system shall be paid at $3.00 per lineal foot of trench, which unit price includes both sides of the trench.

3.05 CONTRACTOR'S INSURANCE

The Contractor shall not commence work under this Contract until all required insurance has been obtained

and such insurance has been approved by the City of Tacoma, nor shall the Contractor allow any

subcontractor to commence work on his/her subcontract until all insurance required herein has been

obtained by Subcontractor. It is the Contractor's responsibility to ascertain that all Subcontractors have the

insurance as required by this Contract at all times such Subcontractors are performing the work. The

insurance coverages required herein shall be maintained and effective at all times any work including

guarantee work is being performed by the Contractor or a Subcontractor.

General Provisions 2009, revised 10/06/2018 - City of Tacoma, Department of Public Utilities Page 13 of 18

A. Compensation Insurance

The Contractor shall, at all times during the existence of this Contract, fully comply with all of the terms and

conditions of the laws of the State of Washington pertaining to Workers' Compensation together with any

and all amendments and supplements thereto and any and all regulations promulgated thereunder.

In the event any of the work herein is sublet, the Contractor shall require such Subcontractor to fully comply

with all of the terms and conditions of the laws of the State of Washington pertaining to Workers'

Compensation. For persons engaged in employment who are not within the mandatory coverage of the

state Workers' Compensation laws, the Contractor shall provide and shall cause each subcontractor to

provide compensation insurance (including self-insurance if it otherwise meets all requirements of state

Workers' Compensation laws), satisfactory to the City, at least equivalent to the benefits provided for

covered employment under state Workers' Compensation laws.

B. Public Liability and Property Damage lnsurance

The Contractor shall procure and maintain during the life of this Contract, a policy of comprehensive general

liability insurance, with an insurance carrier authorized to do business in the State of Washington. The policy

shall be approved as to form and content by the City Attorney and shall protect the City of Tacoma from

liability imposed by law for damages suffered by any persons arising out of or resulting from acts or

omissions in the performance of this contract: (1) for bodily injury or death resulting therefrom caused by

accidents or occurrences resulting from any act or omission by the Contractor in the performance of the

Contract, and (2) for injury to, or destruction of, any property, including property of the City of Tacoma, and

including loss of use. The policy or policies shall include coverage for claims for damages because of bodily

injury or death or property damage arising out of the ownership, maintenance or use of any motor vehicle,

including hired or non-owned vehicles.

The City of Tacoma shall be designated in said policy as a primary additional named insured and shall be

given 30 days written notice of cancellation, nonrenewal, or material change in the coverage provided. Said

insurance shall be on a Comprehensive General Liability form with coverages to include Blanket Contractor,

Broad Form Property Damage, Personal Injury, Protective Liability and Employers Liability. Limits shall be

at $1,000,000 per occurrence, $2,000,000 aggregate and for contracts in excess of $500,000 the minimum

coverage limits include Umbrella Excess Liability of $5,000,000. Further that the City's insurance is excess

to any other collectible insurance.

The Contractor shall furnish evidence of the amount of any deductible or self-insured retention under the

policy. This must also be approved by the City Attorney if the amount of the deductible or self-insured

retention exceeds $50,000. The City may require the Contractor to furnish evidence of its ability to pay the

amount of any deductible or self-insured retention. If the policy provides for a deductible or self-insured

retention, the Contractor shall be solely responsible for paying the amount of the deductible or self-insured

retention toward the cost of any claim under the policy.

If the Contractor fails to maintain such insurance, the City of Tacoma, at its discretion, may immediately

terminate the contract.

Nothing herein contained shall be in any manner construed as limiting the extent to which the Contractor or

Subcontractor may be held liable or responsible for payment of damages resulting from their operations.

C. Builder's Risk

The Contractor shall be expected to protect and insure from loss for any tools and equipment owned or

rented by the Contractor, Subcontractor of the employees of the Contractor and Subcontractor.

Until the work is completed and accepted by the City of Tacoma, the construction is at the risk of the

Contractor and no partial payment shall constitute acceptance of the work or relieve the Contractor of

responsibility to deliver to the City of Tacoma the completed project as required by this Contract.

D. Proof of Carriage of Insurance

The Contractor shall furnish and file with the City a certificate of insurance coverage. An up-to-date

certificate of insurance must be on file with the City throughout the contract. The City may, at the time the

contract is executed or at any other time, require the Contractor to furnish and file with the City a certified

true copy of the insurance policy or policies, together with a letter from the insurance carrier verifying that

the premium has been paid for the period indicated. The policy or policies shall be approved as to form and

content by the City Attorney.

General Provisions 2009, revised 10/06/2018 - City of Tacoma, Department of Public Utilities Page 14 of 18

E. Insurance Documentation

Failure by City to identify a deficiency in the insurance documentation provided by Contractor or failure of

City 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.

3.06 SAFETY

A. General

The Contractor shall, at all times, exercise adequate precautions for the safety of all persons, including its

employees and the employees of a Subcontractor, in the performance of this Contract and shall comply with

all applicable provisions of federal, state, county and municipal safety laws and regulations. It is the

Contractor's responsibility to furnish safety equipment or to contractually require Subcontractors to furnish

adequate safety equipment relevant to their responsibilities.

The Contractor shall obtain the necessary line clearance from the inspector before performing any work in,

above, below or across energized Light Division circuits.

The Inspector and/or Engineer may advise the Contractor and the Safety Officer of any safety violations. It is

the Contractor's responsibility to make the necessary corrections. Failure to correct safety violations is a

breach of this Contract and, as such, shall be grounds for an order from the Safety Officer, lnspector or

Engineer to cease further work and remove from the job site until the condition is corrected. Time and wages

lost due to such safety shutdowns shall not relieve the Contractor of any provisions of Section 3.14 of this

Specification and shall be at the sole cost of the Contractor. The purpose of this authority to stop work is to

enforce the contract and not to assume control except to the extent necessary to ensure compliance with the

provisions of this contract.

Any of the above actions by employees of the City of Tacoma shall in no way relieve the Contractor of

his/her responsibility to provide for the safety of all persons, including his/her employees.

B. Work Hazard Analysis Report

The Contractor will be required to complete a work hazard analysis report. This report shall outline how the

Contractor proposes to satisfy all safety laws and regulations involved in performing the work. This report

shall be completed and submitted to the City Safety Officer before the pre-construction conference. A copy

of the report shall be maintained at the work site (accessible to the supervisor).

3.07 PROTECTION OF WORKERS AND PROPERTY

The Contractor shall erect and maintain good and sufficient guards, barricades and signals at all unsafe

places at or near the work and shall, in all cases, maintain safe passageways at all road crossings, and

crosswalks, and shall do all other things necessary to prevent accident or loss of any kind.

The Contractor shall protect from damage all utilities, improvements, and all other property that is likely to

become displaced or damaged by the execution of the work under this Contract.

The Contractor is responsible for all roads and property damaged by his/her operations as shall be

determined by the Engineer administering this Contract. The Contractor shall be responsible for repairing all

damage to roads caused by his/her operations to the satisfaction of the particular governmental body having

jurisdiction over the road.

3.08 CONTRACTOR - SUPERVISION AND CHARACTER OF EMPLOYEES

A. Superintendent to Supervise Contractor's Employees

The Contractor shall keep on his/her work, during its progress, a competent superintendent and any

necessary assistants, all of whom must be satisfactory to the City of Tacoma. The Contractor's

superintendent shall not be changed except with the consent of the City of Tacoma, unless the Contractor's

superintendent proves to be unsatisfactory to the Contractor and ceases to be in his/her employ. The

Contractor's superintendent shall represent the Contractor in his/her absence and all directions given to

him/her shall be binding as if given to the Contractor directly. The Contractor shall give efficient supervision

to the work, using his/her best skill and attention.

B. Character of Contractor's Employees

The Contractor shall employ only competent, skillful, faithful and orderly persons to do the work, and

whenever the Engineer administering the Contract shall notify the Contractor in writing that any person on

General Provisions 2009, revised 10/06/2018 - City of Tacoma, Department of Public Utilities Page 15 of 18

the work is, in his or her opinion, incompetent, unfaithful, disorderly or otherwise unsatisfactory, the

Contractor shall forthwith discharge such persons from the work and shall not again employ him or her on

this Contract.

3.09 CONTRACTOR'S COMPLIANCE WITH THE LAW

A. Hours of Labor

The Contractor and Subcontractors shall be bound by the provisions of RCW Chapter 49.28 (as amended)

relating to hours of labor. Except as set forth in the Special Provisions, eight (8) hours in any calendar day

shall constitute a day's work on a job performed under this Contract.

In the event that the work is not performed in accordance with this provision and in accordance with the laws

of the State of Washington, then this Contract may be terminated by the City of Tacoma for the reason that

the same is not performed in accordance with the public policy of the State of Washington as defined in said

statutes.

B. Prevailing Wages

The Contractor and any Subcontractors shall be bound by the provisions of Chapter 39.12 RCW, as

amended, relating to prevailing wages and usual fringe benefits. No worker, laborer, or mechanic employed

in the performance of any part of this Contract shall be paid less than the "prevailing rate of wage" as

determined by the industrial Statistician of the Department of Labor and industries. The schedule of the

prevailing wage rates for the locality or localities where this Contract will be performed is by reference made

a part of this Contract as though fully set forth herein. Current prevailing wage data will be furnished by the

Industrial Statistician upon request. The Contractor shall immediately upon award of the Contract, contact

the Department of Labor and Industries, ESAC Division, General Administration Building, Olympia,

Washington 98504, to obtain full information, forms and procedures relating to these matters.

Before payment is made by or on behalf of the City, of any sum or sums due on account of a Public Works

contract, it shall be the duty of the officer or person charged with the custody and disbursement of public

funds to require the Contractor and each and every Subcontractor from the Contractor or a Subcontractor to

submit to such officer a "Statement of Intent to Pay Prevailing Wages." Each statement of intent to pay

prevailing wages must be approved by the industrial statistician of the Department of Labor and Industries

before it is submitted to said officer. Unless otherwise authorized by the Department of Labor and Industries

each voucher claim submitted by a Contractor for payment on a project estimate shall state that the

prevailing wages have been paid in accordance with the prefiled statement or statements of intent to pay

prevailing wages on file with the public agency. Following the final acceptance of a Public Works project, it

shall be the duty of the officer charged with the disbursement of public funds to require the Contractor and

each and every Subcontractor from the Contractor or a Subcontractor to submit to such officer an "Affidavit

of Wages Paid" before the funds retained according to the provisions of RCW 60.28.010 are released to the

Contractor. Each affidavit of wages paid must be certified by the industrial statistician of the Department of

Labor and Industries before it is submitted to said officer.

In the event any dispute arises as to what are the prevailing rates of wages for work of a similar nature and

such dispute cannot be adjusted by the parties in interest, including labor and management representatives,

the matter shall be referred for arbitration to the Director of the State of Washington, Department of Labor

and industries whose decision shall be final, conclusive and binding on all parties involved in the dispute.

3.10 CHANGES

A. In Plans or Quantities

The City of Tacoma, without invalidating this Contract, or any part of this Contract, may order extra work or

make reasonable changes by altering, adding to or deducting from the materials, work and labor and the

Contract sum will be adjusted accordingly. All such work and labor shall be executed under the conditions of

the original Contract except that any claim for extension of time caused thereby shall be adjusted at the time

of ordering such change. When work or bid items are deducted, reduced or eliminated, it is agreed that no

payment will be made to Contractor for anticipated profit.

B. Extra Work

Any claim or order for extra materials, work and labor made necessary by alterations or additions to the

plans or by other reasons for which no price is provided in this Contract, shall not be valid unless the

Contractor and Engineer administering the Contract have agreed upon a price prior to commencing extra

General Provisions 2009, revised 10/06/2018 - City of Tacoma, Department of Public Utilities Page 16 of 18

work, and the agreement has been signed by the Contractor and approved by the Superintendent or his/her

designee, and approved by the payment and performance bond surety.

C. Extra Work - No Agreed Price

If it is impracticable to fix an increase in price definitely in advance, the order may fix a maximum price which

shall not under any circumstances, be exceeded, and subject to such limitation, such alteration,

modification, or extra shall be paid for at the actual necessary cost as determined by the City of Tacoma,

which cost (including an allowance for profit) shall be determined as the sum of the following items (1) to (7)

inclusive:

(1) Labor, computed at regular wage scale, including premium on compensation insurance and charge

for social security taxes, and other taxes, pertaining to labor; no charge for premium pay shall be

allowed unless authorized by the Engineer administering the Contract;

(2) The proportionate cost of premiums on comprehensive general liability and other insurance

applicable to the extra work involved and required under this Contract;

(3) Material, including sales taxes pertaining to materials;

(4) Plant and equipment rental, to be agreed upon in writing before the work is begun; no charge for

the cost of repairs to plant or equipment will be allowed;

(5) Superintendence, general expense and profit computed at 20 percent of the total of paragraphs (1)

to (4) inclusive;

(6) The proportionate cost of premiums on bonds required by this Contract, computed by 1 1/2 percent

of the total of paragraphs (1) to (5) inclusive.

(7) The City of Tacoma reserves the right to furnish such materials as it may deem expedient, and no

allowance will be made for profit thereon.

Whenever any extra work is in progress, for which the definite price has not been agreed on in advance, the

Contractor shall each day, report to the Engineer the amount and cost of the labor and material used, and

any other expense incurred in such extra work on the preceding day, and no claim for compensation for

such extra work will be allowed unless such report shall have been made.

The above-described methods of determining the payment for work and materials shall not apply to the

performance of any work or the furnishing of any material, which, in the judgment of the Engineer

administering the Contract, may properly be classified under items for which prices are established in the

Contract.

D. Claims for Extra Work

If the Contractor claims that any instructions by drawings or otherwise, involve extra cost under this

Contract, he/she shall give the City of Tacoma written notice thereof within 30 days after receipt of such

instruction, and in any event before proceeding to execute the work, except in an emergency endangering

life or property, and the procedures governing the same shall be as provided for immediately above in this

paragraph. The method in these paragraphs is the only method available to the Contractor for payment of

claims for extra work performed under the terms of this Contract.

3.11 CLEANING UP

The Contractor shall at all times, at his/her own expense, keep the premises free from accumulation of

waste materials or debris caused by any workers or the work, at the completion of the work the Contractor

shall remove all his waste materials from and about the site and all his/her equipment, sanitary facilities and

surplus materials. In the case of dispute, the City of Tacoma may remove the debris and charge the cost to

the Contractor as the City of Tacoma shall determine to be just. All material that is deposited or placed

elsewhere than in places designated or approved by the Engineer administering the Contract will not be paid

for and the Contractor may be required to remove such material and deposit or place it where directed.

3.12 PROGRESS PAYMENT

Progress payments will be made up to the amount of ninety-five percent (95%) of the actual work completed

as shall be determined by the Engineer administering the Contract.

General Provisions 2009, revised 10/06/2018 - City of Tacoma, Department of Public Utilities Page 17 of 18

The Contractor may request that an escrow account be established as permitted by law, in which event the

Contractor will earn interest on the retained funds.

When the time for construction, services and/or installation will exceed thirty (30) days, the Contractor may

request, by invoice, to be paid a progress payment based on percentage of work completed. The Engineer

will review and approve the progress payment request on a monthly basis.

3.13 FINAL PAYMENT

The final payment of five percent (5%) of the Contract price shall be approved on final acceptance of the

work under this Contract by the Superintendent or his/her designee. Also, before final payment is made, the

Contractor shall be required to:

A. Provide a certificate from the Washington State Department of Revenue that all taxes due from the

Contractor have been paid or are collectible in accordance with the provisions of Chapter 60.28 and Title 82

of the Revised Code of Washington;

B. Provide the General Release to the City of Tacoma on the form set forth in these Contract documents;

C. Provide a release of any outstanding liens that have been otherwise filed against any monies held or

retained by the City of Tacoma;

D. File with the City Director of Finance, and with the Director of the Washington State Department of Labor

and Industries, on the state form to be provided, an affidavit of wages paid;

E. File with the City Director of Finance, on the state form to be provided, a statement from the State of

Washington, Department of Labor and Industries, certifying that the prevailing wage requirements have

been satisfied.

F. File with the City Director of Finance, on the state form to be provided, a statement of release from the

Public Works Contracts Division of the State of Washington, Department of Labor and Industries, verifying

that all industrial insurance and medical aid premiums have been paid.

If there is a fee assessed to the City for any certificate, release or other form required by law, the contractor

agrees that the fee amount may be passed on to the Contractor and deducted from the monies paid to the

Contractor.

3.14 FAILURE TO COMPLETE THE WORK ON TIME

Should the completion of the work required under the Contract be delayed beyond the expiration of the

period herein set for the completion of said work, or such extension of said period as may be allowed by

reason of unavoidable delays, there shall be deducted from the total Contract price of work, for each

calendar day by which such completion shall be delayed beyond said period of such extension thereof the

sum of $300 or a sum of money as set forth hereinafter in these Specifications, as the amount of such

deduction per calendar day.

Said sum shall be considered not as a penalty, but as liquidated damages which the City will suffer by

reason of the failure of the Contractor to perform and complete the work within the period herein fixed or

such extensions of said period as may be allowed by reason of unavoidable delays.

Any money due or to become due the Contractor may be retained by the City to cover said liquidated

damages, and should such money not be sufficient to cover such damages, the City shall have the right to

recover the balance from the Contractor or his/her Sureties.

The filing of any bid for the work herein contemplated shall constitute acknowledgment by the Respondent

that he/she understands, agrees and has ascertained that the City will actually suffer damages to the

amount hereinabove fixed for each and every calendar day during which the completion of the work herein

required shall be delayed beyond the expiration of the period herein fixed for such completion or such

extension of said period as may be allowed by reason of unavoidable delays.

3.15 CITY RESERVES RIGHT TO USE FACILITIES PRIOR TO ACCEPTANCE

The City of Tacoma hereby reserves the right to use the facilities herein contracted prior to final acceptance

under this Contract. The use of said facilities, as mentioned herein, shall not be construed as a waiver or

relinquishment of any rights that the City of Tacoma has under this Contract.

3.16 LIST OF SUBCONTRACTORS

General Provisions 2009, revised 10/06/2018 - City of Tacoma, Department of Public Utilities Page 18 of 18

Bid proposals for construction, alteration or repair of any building or other public works that may exceed

$1,000,000 including tax shall satisfy the following requirement: Respondent shall submit as part of the bid,

the names of the subcontractors, with whom the respondent, if awarded the contract, will subcontract

performance of the work of heating, ventilation and air conditioning, plumbing as described in chapter

18.106 RCW, and electrical as described in chapter 19.28 RCW, or to name itself for the work. The

respondent shall not list more than one subcontractor for each category of work identified, unless

subcontractors vary with bid alternates, in which case the respondent must indicate which subcontractor will

be used for which alternate. Failure to comply with this provision or the naming of two or more

subcontractors to perform the same work shall require the City (pursuant to state law RCW 39.30.060) to

determine that respondent's bid is nonresponsive, therefore, the bid will be rejected.

Standard Terms & Conditions, Form No. SPEC-190A Page 1 of 14 Rev.: 10/06/2018

CITY OF TACOMA STANDARD TERMS AND CONDITIONS

GOVERNS BOTH GOODS AND SERVICES AS APPLICABLE In the event of an award by the City, these Terms and Conditions stated herein, Additional Contract Documents if issued, Solicitation if issued, Purchase Orders if issued by City, and Supplier's Submittal, if provided, shall constitute the Contract between City and Supplier for the acquisition of goods, including materials, supplies, and equipment or for the provision of services and deliverables. Said documents represent the entire Contract between the parties and supersede any prior oral statements, discussions, or understandings between the parties, and/or subsequent Supplier invoices. No modification of the Contract shall be effective unless mutually agreed in writing. The specific terms and conditions of any Solicitation (Specification, Request for Bids, Request for Proposals, Requests for Qualifications, Requests for Quotations, Request for Information, bid documents, request to enter into negotiations, or other form of solicitation issued by City, including any general, special, or technical provisions associated with such Solicitations) are incorporated herein by reference and supersede these Terms and Conditions where there is conflict or inconsistency. In the event Additional Contract Documents are negotiated and agreed to in writing between Supplier and City, the specific terms of such Additional Contract Documents are incorporated herein by reference and supersede all other terms and conditions where there is conflict or inconsistency. These Terms and Conditions, Additional Contract Documents if issued, Solicitation if issued, City purchase order if issued, are controlling over Supplier’s Submittal if a Submittal is provided. Submittals if provided are incorporated herein by reference.

1.01 SUPPLIER / CONTRACTOR

As used herein, “Supplier” or "Contractor" shall be the Supplier(s) entering a Contract with City, whether designated as a Supplier, Contractor, Vendor, Proposer, Bidder, Respondent, Seller, Merchant, Service Provider, or otherwise.

1.02 SUBMITTAL

Submittal means Bids, Proposals, Quotes, Qualifications or other information, content, records or documents submitted in response to a City Solicitation.

1.03 FORMS OF SUBMITTAL

Unless stated otherwise, all submittals must be in SAP Ariba and submitted exactly as specified or directed, and all required forms must be used.

1.04 COSTS TO PREPARE SUBMITTAL

The City is not liable for any costs incurred by Supplier for the preparation of materials or a Submittal provided in response to a solicitation, conducting presentations to the City, or any other activities related to responding to the City’s Solicitation.

1.05 LICENSES/PERMITS

A. Suppliers, if applicable, must have a Washington state business license at the time of Submittal and throughout the term of the Contract. Failure to include a Washington state business license may be grounds for rejection of the Submittal or cancellation of contract award. Information regarding Washington state business licenses may be obtained at http://bls.dor.wa.gov.

B. Upon award, it is the responsibility of the Supplier to register with the City of Tacoma's Tax and License Division, 733 South Market Street, Room 21, Tacoma, WA 98402-3768, 253-591-5252, https://www.cityoftacoma.org/government/city_departments/finance/tax_and_license/. Supplier shall obtain a business license as is required by Tacoma Municipal Code Subtitle 6C.20.

C. During the term of the Contract, Supplier, at its expense, shall obtain and keep in force any and all necessary licenses and permits.

Standard Terms & Conditions, Form No. SPEC-190A Page 2 of 14 Rev.: 10/06/2018

1.06 PUBLIC DISCLOSURE: PROPRIETARY OR CONFIDENTIAL INFORMATION

A. Supplier Submittals, all documents and records comprising the Contract, and all other documents and records provided to the City by Supplier are deemed public records subject to disclosure under the Washington State Public Records Act, Chapter 42.56 RCW (Public Records Act). Thus, City may be required, upon request, to disclose the Contract and documents or records related to it unless an exemption under the Public Records Act or other laws applies. In the event CITY receives a request for such disclosure, determines in its legal judgment that no applicable exemption to disclosure applies, and Supplier has complied with the requirements to mark records considered confidential or proprietary as such requirements are stated below, City agrees to provide Supplier 10 days written notice of impending release. Should legal action thereafter be initiated by Supplier to enjoin or otherwise prevent such release, all expense of any such litigation shall be borne by Supplier, including any damages, attorneys’ fees or costs awarded by reason of having opposed disclosure. City shall not be liable for any release where notice was provided and Supplier took no action to oppose the release of information.

B. If Supplier provides City with records or information that Supplier considers confidential or proprietary, Supplier must mark all applicable pages or sections of said record(s) as “Confidential” or “Proprietary.” Further, in the case of records or information submitted in response to a Request for Proposals, an index must be provided indicating the affected pages or sections and locations of all such material identified Confidential or Proprietary. Information not included in the required index will not be reviewed for confidentiality or as proprietary before release. If Supplier fails to so mark or index Submittals and related records, then the City, upon request, may release said record(s) without the need to satisfy the requirements of subsection A above; and Supplier expressly waives its right to allege any kind of civil action or claim against the City pertaining to the release of said record(s).

C. Submission of materials in response to City’s Solicitation shall constitute assent by Supplier to the foregoing procedure and Supplier shall have no claim against the City on account of actions taken pursuant to such procedure.

1.07 SUSTAINABILITY

A. The City has interest in measures used by its contractors to ensure sustainable operations with minimal adverse impact on the environment. The City seeks to do business with vendors that value community and environmental stewardship that help us meet our sustainable purchasing goals.

B. The City encourages the use of environmentally preferable products or services that help to minimize the environmental and human health impacts of City operations. Suppliers are encouraged to incorporate environmentally preferable products or services into Submittals wherever possible. "Environmentally preferable" means 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, production, manufacturing, packaging, distribution, reuse, operation, maintenance, or disposal of the product or service.

C. Environmental Standards. The City seeks to ensure that all purchases comply with current environmental standards and product specifications. Where appropriate, third party independent certifiers such as Green Seal and USEPA Standards shall be a minimum specification for products to the City, unless specified otherwise herein.

D. The City encourages the use of sustainability practices and desires any awarded Suppliers to assist in efforts to address such factors when feasible for:

1. Pollutant releases

2. Toxicity of materials used

3. Waste generation

4. Greenhouse gas emissions, including transportation of materials and services

5. Recycle content

6. Energy consumption

7. Depletion of natural resources

8. Potential impact on human health and the environment

Standard Terms & Conditions, Form No. SPEC-190A Page 3 of 14 Rev.: 10/06/2018

1.08 ALTERATIONS NOT ALLOWED

Except as otherwise specifically provided in a Solicitation, Submittals that are incomplete or conditioned in any way, contain erasures, alternatives or items not called for, or not in conformity with law, may be rejected as being non-responsive. Any attempt to condition a Submittal by inserting exceptions to the Solicitation or any conditions, qualifications or additions that vary its terms may result in rejection of the Submittal. The City may reject any submittal containing a material deviation from the Solicitation.

1.09 CORRECTION OF AMBIGUITIES AND OBVIOUS ERRORS

A. The City reserves the right to correct obvious errors in Supplier's Submittal. In this regard, if the unit price does not compute to the extended total price, the unit price shall govern.

B. Supplier shall notify the City of Tacoma Procurement and Payables Division in writing of any ambiguity, conflict, discrepancy, omission or other error in a Solicitation no later than five business days prior to the submittal deadline.

1. For solicitations conducted in SAP Ariba, Supplier shall notify the City of Tacoma Procurement and Payables Division on the message board of the event.

2. For all other solicitations, Supplier shall notify the contract person listed in the Solicitation.

C. The City will make necessary modifications by addendum.

D. Supplier is responsible for identifying ambiguities, conflicts, discrepancies, omissions or other errors in the Solicitation prior to providing its Submittal or the ambiguity, conflict, discrepancy, omission, or other error is waived. Any Submittal that includes assumed clarifications and/or corrections without the required authentication of the same is subject to rejection.

1.10 WARRANTIES/GUARANTEE

A. Suppliers warrant that all items, including services, as applicable:

1. Are merchantable.

2. Comply with the City's latest drawings and specifications.

3. Are fit for the City's intended use.

4. Will be performed according to the skill and care required by customarily accepted good practices and procedures followed by service providers rendering the same or similar type of service.

5. Are new and unused unless otherwise stated.

6. Comply with all applicable safety and health standards established for such products by the Occupational Safety and Health Administration (OSHA), Washington Industrial Safety and Health Act (WISHA) and/or Consumer Products Safety Act (CPSA), and all other applicable state and federal laws or agency regulations.

7. Are properly packaged and contain appropriate instructions or warnings, including applicable MSDS sheets.

1.11 PATENTS, TRADEMARKS AND COPYRIGHTS

Suppliers warrant that equipment and/or materials furnished, including software, do not infringe on any patent, trademark or copyright, and agree to indemnify, defend and hold harmless, the City in the event of any infringement or claim thereof.

1.12 DELIVERY OF SUBMITTALS TO THE CITY’S PROCUREMENT AND PAYABLES DIVISION

A. Submittal packages must be received by the City’s Procurement and Payables Division in SAP Ariba (unless another form of delivery is stated), prior to the scheduled time and date stated in the Solicitation.

B. Supplier is solely responsible for timely delivery of its Submittal.

C. Submittals received after the time stated in the solicitation will not be accepted.

D. For purposes of determining whether a Submittal has been timely received in SAP Ariba, the City's Procurement and Payables Division will rely on the submittal clock in SAP Ariba.

Standard Terms & Conditions, Form No. SPEC-190A Page 4 of 14 Rev.: 10/06/2018

1.13 SUBMITTAL IS NON-COLLUSIVE

Supplier acknowledges that by its delivery of a Submittal to the City in response to a Solicitation, it represents that the prices in such Submittal are neither directly nor indirectly the result of any formal or informal agreement with another Supplier.

1.14 PARTNERSHIPS

The City will allow firms to partner in order to respond to a Solicitation. Multiple suppliers may team under a Prime Supplier’s Submittal in order to provide responses to all sections in a single submission; however, each Supplier’s participation must be clearly delineated by section. The Prime Supplier will be considered the responding vendor and the responsible party at contract award. All contract negotiations will be conducted only with the Prime Supplier. All contract payments will be made only to the Prime Supplier. Any agreements between the Prime Supplier and other companies will not be a part of the Contract between the City and the Prime Supplier. The City reserves the right to select more than one Prime Supplier.

1.15 WITHDRAWAL OF SUBMITTALS

A. Prior to Submittal Deadline. Submittals may be withdrawn (including in SAP Ariba) prior to the scheduled submittal deadline.

B. After Submittal Deadline. No Submittal can be withdrawn after having been opened before the actual award of the contract, unless the award is delayed more than 90 calendar days beyond the date of opening. If a delay of more than 90 calendar days does occur, Supplier must submit written notice to the City purchasing manager that Supplier is withdrawing its submittal.

1.16 ACCEPTANCE OF SUBMITTALS

A. If the solicitation announcement so states, submittals, unless previously withdrawn, will be read aloud, irrespective of any irregularities or informalities in such submittal, at the time and place specified in the solicitation announcement.

B. All submittals must remain open for acceptance by the City for a period of at least 90 calendar days from the submittal deadline.

1.17 RIGHT TO REJECT

A. The City of Tacoma reserves the right to reject any and all submittals, waive minor deviations or informalities, supplement, amend, reduce or otherwise modify the scope of work or cancel the solicitation, and if necessary, call for new submittals.

1.18 RESERVED RIGHTS

A. By providing a submittal in response to a City solicitation, Supplier acknowledges and consents to the below City rights and conditions. With regard to this procurement process, the City reserves, holds without limitation, and may exercise, at its sole discretion, the following rights and conditions:

1. To terminate the procurement process or decide not to award a contract as a result thereof by written notice to the Suppliers for any reason whatsoever with or without substitution of another solicitation.

2. To waive any defect, technicality, or any other minor informality or irregularity in any submittal, or any other response from Suppliers.

3. To issue addenda for any purpose including:

a. To make minor or major changes or alterations to the evaluation, selection and/or performance schedule(s) for any events associated with a procurement.

b. To supplement, amend, reduce, cancel, or otherwise modify a Solicitation, including but not limited to modifications to the description of services and/or products contained in the solicitation, by omitting services/products and/or including services/products.

4. To request clarifications, additional information, and/or revised Submittals from one or more Suppliers.

5. To conduct investigations with respect to the qualifications and experience of Supplier(s), including inspection of facilities and to request additional evidence to support any such information.

Standard Terms & Conditions, Form No. SPEC-190A Page 5 of 14 Rev.: 10/06/2018

6. To eliminate any Supplier that submits an incomplete or inadequate response, or is non-responsive to the requirements of a Solicitation, or is otherwise deemed to be unqualified during any stage of the procurement process.

7. To select and interview a single finalist or multiple finalists to further the City’s evaluation of Submittals provided in response to a Solicitation. The City may, in its sole and exclusive discretion as to what is in the City’s best interest, elect not to conduct interviews of any or all Suppliers in connection with a solicitation process.

8. Except in the case of Requests for Bids, to negotiate any rate/fee offered by a Supplier. The City shall have the sole right to make the final rate/fee offer during contract negotiations. If the selected Supplier does not accept the City’s final offer, the City may, in its sole discretion discontinue contract negotiations and commence negotiations with another Supplier, except as otherwise provided in Chapter 39.80, RCW.

9. To select and enter into a Contract with one or more Suppliers whose Submittal best satisfies the interests of the City and is most responsive, in the sole judgment of the City, to the requirements of a Solicitation.

10. To award by line item or group of line items.

11. To not award one or more items.

12. To issue additional or subsequent solicitations.

13. To seek partnerships between one or more Suppliers.

14. Request additional related products and services from the selected Supplier(s) as necessary throughout the term of the Contract.

15. Negotiate costs or fees in the event of new legislation or regulatory changes, or issuance of related compliance guidance, technology enhancements, and innovative solutions.

16. In the event the City receives questions concerning a Solicitation from one or more Suppliers prior to the deadline for response, the City reserves the right to provide such questions, and the City’s responses, if any, to all Suppliers.

17. If an award is made and, prior to entering into a contract, subsequent information indicates that such award is not in the best interest of the City, the City may rescind the award without prior notice to Supplier and either award to another Supplier or reject all submittals or cancel this solicitation.

18. To cancel award of a contract at any time before execution of the Contract by both parties if cancellation is deemed to be in the City’s best interest. In providing a submittal, Suppliers agree that the City is not liable for any costs or damages for the cancellation of an award. Supplier assumes the sole risk and responsibility for all expenses connected with the preparation of its submittal.

19. To add additional City departments or divisions to the Contract or develop a separate Contract with the Supplier subject to all terms, conditions and pricing of the original Contract

20. To take any other action affecting a Solicitation or a procurement process that is determined to be in the City’s best interests.

1.19 SUBMITTAL CLARIFICATION

Suppliers may be asked to clarify their Submittal. This action shall not be construed as negotiations or any indication of intentions to award. If called upon, Supplier must respond to such requests within two business days or the timeframe set forth by the City in its request for clarification. Supplier’s failure to respond to such a request may result in rejection of its Submittal.

1.20 EVALUATION OF SUBMITTALS

A. The City of Tacoma reserves the right to award to the lowest and best responsible Supplier(s) delivering a Submittal in compliance with the Solicitation, provided such Submittals are reasonable and are in the best interest of the City to accept. The City may use a number of criteria for determining award, including evaluation factors set forth in Municipal Code Section 1.06.262. Suppliers who are inexperienced or who fail to properly perform other contracts may have their submittal rejected for such cause.

Standard Terms & Conditions, Form No. SPEC-190A Page 6 of 14 Rev.: 10/06/2018

1. Evaluation Factors. In addition to the factors set forth in Municipal Code Section 1.06.262, the following may be used by the City in determining the lowest and best responsible Submittal:

a. Compliance with a Solicitation and with applicable City requirements, including by not limited to, the City’s Ethics Code and its Small Business Enterprise and Local Employment and Apprenticeship programs.

b. Submittal prices, listed separately if requested, as well as a lump sum total (if the unit price does not compute to the extended total price, the unit price shall govern).

c. The total cost to the City, including all applicable taxes, may be the basis for contract award. d. Time of delivery and/or completion of performance (delivery date(s) offered). e. Warranty terms. f. Quality of performance of previous contracts or services, including safety requirements and

past compliance with the City’s Ethics Code. g. Previous and existing compliance with laws and ordinances relating to contracts or services. h. Sufficiency of financial resources. i. Quality, availability, and adaptability of the supplies or services to the particular use required. j. Ability to provide future maintenance and service on a timely basis. k. Location of nearest factory authorized warranty repair facility or parts dealership. l. Ability, capacity, experience, stability, reputation, integrity, character, judgment, technical

qualifications, and skill to perform the contract or provide the services required.

2. Prompt Payment Discount. Payment discount periods of 20 calendar days or more, if offered in the submittal, will be considered in determining the apparent lowest responsible submittal. Discounts will be analyzed in context of their overall cumulative effect.

a. ePayable/Credit Card Acceptance. Submittals offering ePayable/Credit card acceptance may be compared against submittals offering a prompt payment discount to evaluate the overall cumulative effect of the discount against the advantage to the City of the ePayable/Credit card acceptance, and may be considered in determining the apparent lowest responsible submittal.

3. All other elements or factors, whether or not specifically provided for in a Solicitation, which would affect the final cost to, and the benefits to be derived by, the City, may be considered in determining the award of a Contract. The final award decision will be based on the best interests of the City.

1.21 CONTRACT OBLIGATION

A. The Submittal contents of the successful Supplier will become contractual obligations if a Contract ensues.

B. In the event the City of Tacoma determines to award a Contract, the selected Supplier(s) may be requested to execute Additional Contract Documents.

C. Supplier shall register with the City of Tacoma on the SAP Ariba Network and be enabled for transactions upon request by the City.

D. Suppliers may propose amendments to City’s Contract documents or to these Terms and Conditions, but the City retains the right to accept or reject proposed amendments.

E. No costs chargeable for work under the proposed Contract may be incurred before mutual acceptance and execution as directed.

1.22 AWARD

The City reserves the right to award Contracts for any or all items to one or more Suppliers in the best interests of the City.

1.23 SUPPLIER'S REFUSAL TO ENTER INTO CONTRACT

Any Supplier who refuses to enter into a Contract after it has been awarded to the Supplier will be in breach of the agreement to enter the Contract, and Supplier's certified or cashier’s check or bid bond, if any, shall be forfeited.

1.24 LEGAL HOLIDAYS

A. The City of Tacoma observes the following holidays, which shall apply to performance of all contracts: New Year's Day January 1 Martin Luther King's Birthday 3rd Monday in January

Standard Terms & Conditions, Form No. SPEC-190A Page 7 of 14 Rev.: 10/06/2018

Washington's Birthday 3rd Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in September Veteran's Day November 11 Thanksgiving Day 4th Thursday of November Day after Thanksgiving 4th Friday of November Christmas Day December 25

B. When any of these holidays occur on Saturday or Sunday, the preceding Friday or the following Monday, respectively, is a legal holiday for the City of Tacoma.

1.25 CONTRACT TERM

All services shall be satisfactorily completed and all deliverables provided by the termination date stated, and the Contract shall expire on said date unless mutually extended in writing by the parties.

1.26 EXTENSION OF CONTRACT

Contracts shall be subject to extension at City’s sole discretion.

1.27 TERMINATION AND SUSPENSION

A. Supplies. The City reserves the right to terminate a Contract at any time upon prior written notice to Supplier. Upon the effective date of termination specified in such notice, and payment by the City, all conforming supplies, materials, or equipment previously furnished hereunder shall become its property.

B. Services. The City may terminate a Contract at any time, with or without cause, by giving 10 business days written notice to Supplier. In the event of termination, all finished and unfinished work prepared by Supplier pursuant to the Contract shall be provided to the City. In the event City terminates the Contract due to the City’s own reasons and without cause due to Supplier’s actions or omissions, the City shall pay Supplier the amount due for actual work and services necessarily performed under the Contract up to the effective date of termination, not to exceed the total compensation set forth in the Contract.

C. Suspension. For either services or supplies, the City may suspend a Contract, at its sole discretion, upon three business days’ written notice to Supplier. Such notice shall indicate the anticipated period of suspension. Any reimbursement for expenses incurred due to the suspension shall be limited to Supplier’s actual expenses and shall be subject to verification. Supplier shall resume performance of services under the Contract without delay when the suspension period ends.

D. Termination or suspension of a Contract by City shall not constitute a waiver of any claims or remaining rights the City may have against Supplier relative to performance under a Contract.

1.28 DEFAULT/BREACH

In the event of material default or breach by Supplier on any of the conditions of a Contract, Supplier agrees that the City may, at its election, procure the goods or services from other sources, and may deduct from the unpaid balance due Supplier, or collect against the bond or security (if any), or may invoice and recover from Supplier all costs paid in excess of the price(s) set forth in the Contract.

A. Supplies. The City at any time by written change order or other form of written contract amendment may make reasonable changes in the place of delivery, installation, or inspection, the method of shipment or packing, identification and ancillary matters that Supplier may accommodate without substantial additional expense.

B. Services. The City shall have the right to make changes within the general scope of services and/or deliverables upon execution in writing of a change order or other written form of contract amendment. If the changes will result in additional work effort by Supplier the City agrees to reasonably compensate Supplier for such additional effort up to the maximum amount specified in the Contract or as otherwise provided by Tacoma Municipal Code. Any new services accepted by the City may be added to the Contract and/or substituted for discontinued services. New services shall meet or exceed all requirements of original award.

C. Expansion Clause. A Contract may be further expanded in writing to include other related services or products normally offered by Supplier, as long as the price of such additional services or products have a profit margin equal to or less than that in place at the time of original submittal. Such additions and prices will be established in writing. New items not meeting these criteria will not be added to the Contract. Supplier profit margins are not to increase as a result any such expansion.

Standard Terms & Conditions, Form No. SPEC-190A Page 8 of 14 Rev.: 10/06/2018

1.29 SCOPE OF SERVICES

Supplier agrees to diligently and completely perform the services required by a Contract. 1.30 SERVICES DO NOT INCLUDE PUBLIC WORK

Unless otherwise stated, the services and/or work contracted for herein exclude public work and improvements as defined in RCW 39.04, as that statute may hereafter be amended.

1.31 PREVAILING WAGES

A. If federal, state, local, or any applicable law requires Supplier to pay prevailing wages in connection with a Contract, and Supplier is so notified by the City, then Supplier shall pay applicable prevailing wages.

B. If applicable, a Schedule of Prevailing Wage Rates for the locality or localities where the Contract will be performed is attached and made of part of the Contract by this reference. If prevailing wages do apply to the Contract, Supplier and its subcontractors shall:

1. Be bound by the provisions of Chapter 39.12 RCW, as amended, relating to prevailing wages and usual fringe benefits,

2. Ensure that no worker, laborer or mechanic employed in the performance of any part of the Contract shall be paid less than the prevailing rate of wage specified on that Schedule, and

3. Immediately upon award of the Contract, contact the Department of Labor and Industries, Prevailing Wages section, Olympia, Washington, to obtain full information, forms and procedures relating to these matters. Per such procedures, a Statement of Intent to Pay Prevailing Wages must be submitted by Contractor and its subcontractors to the City, in the manner requested by the City, prior to any payment by the City hereunder, and an Affidavit of Wages Paid must be received or verified by the City prior to final Contract payment.

1.32 CONTRACT PRICING

A. Submitted prices shall include costs of submittal preparation, servicing of the account, all contractual requirements during contract period such as transportation, permits, insurance costs, bonds, labor, wages, materials, tools, components, equipment, and appurtenances necessary to complete the work, which shall conform to the best practice known to the trade in design, quality, material, and workmanship.

B. Surcharges of any type will not be paid.

C. If applicable, related additional products and corresponding services of benefit to the City not specifically required in a solicitation, but which Supplier offers to provide, may be included with the submittal. Supplier may request to add new products if the City approves them and Supplier can demonstrate the pricing is from the same pricing structure/profit margin.

D. Unless specifically stated otherwise, only firm prices will be accepted and all prices shall remain firm during the term of a Contract.

E. Price increases may at City’s discretion be passed along during a contract period if the increase is mandated by statute, or the result of a tariff.

F. By submitting prices, Supplier warrants prices equal to or better than the equivalent prices, terms, and benefits offered by Supplier to any other government unit or commercial customer.

G. Should Supplier, during the term of a Contract, enter into any other contract, agreement or arrangement that provides lower prices, more favorable terms or greater benefits to any other government unit or commercial customer, the Contract with the City shall thereupon be deemed amended to provide the same price or prices, terms and benefits to the City. This provision applies to comparable products and purchase volumes by the City that are not less than the purchase volumes of the government unit or commercial customer that has received the lower prices, greater benefits, or more favorable terms.

H. If at any time during the term of the Contract, Supplier reduces prices to other buyers purchasing approximately the same quantities stated on the Contract, Supplier will immediately notify the City purchasing manager of such fact, and the price(s) for future orders under the Contract shall be reduced accordingly.

I. The City is entitled to any promotional pricing during the Contract period.

J. Price decreases shall be immediately passed on to the City.

Standard Terms & Conditions, Form No. SPEC-190A Page 9 of 14 Rev.: 10/06/2018

K. The City reserves the right to increase or decrease the quantities of any item awarded pursuant to the Contract and pay according to the unit prices quoted in the submittal with no adjustments for anticipated profit.

1.33 APPROVED EQUALS WHEN ALTERNATES ARE ALLOWED

A. Unless an item is indicated as "no substitute," special brands, when named, are intended to describe the standard of quality, performance, or use desired. Equal items will be considered by the City, provided that Supplier specifies the brand and model, and provides all descriptive literature, independent test results, specification sheets, schematic drawings, photographs, product samples, local servicing, parts availability, etc., to enable the City to evaluate the proposed equal. Performance testing in the field may be required.

B. The decision of the City as to what items are equal shall be final and conclusive. If the City elects to purchase a brand represented by Supplier to be an "equal," the City's acceptance of the item is conditioned on the City's inspection and testing after receipt. If, in the sole judgment of the City, the item is determined not to be an equal, the item shall be returned at Supplier's expense.

C. When a brand name or level of quality is not stated in Supplier's submittal, it is understood Supplier's submittal shall exactly confirm with those required in the Contract. If more than one brand name is stated in a Solicitation, Supplier(s) must indicate the brand and model/part number to be supplied.

1.34 RISK OF LOSS, SHIPPING AND DELIVERY

A. Shipping. Prices must be quoted FOB destination (the place of destination as defined in RCW 62A.2-319, as that statute may hereafter be amended), with freight prepaid and allowed (shipping costs included in unit prices), and risk of loss remaining with Supplier until delivery is tendered.

B. Delivery. Delivery will be to the designated addresses set forth in a Solicitation or as otherwise stated in the Contract. Deliveries shall be between 9:00 a.m. and 3:30 p.m., Monday through Friday only, except Legal Holidays. Failure to make timely delivery shall be cause for termination of the contract or order and return of all or part of the items at Supplier’s expense except in the case of force majeure.

1.35 DELIVERY OF PRODUCTS AND PROVISION OF SERVICES – IDLING PROHIBITED

A. The City of Tacoma has a commitment to reduction of unnecessary fuel emissions and improving air quality by reducing unnecessary air pollution from idling vehicles. Limiting car and truck idling supports cleaner air, healthier work environments, the efficient use of city resources, the public’s enjoyment of City properties and programs, conservation of natural resources, and good stewardship practices.

B. Vehicles and/or diesel fuel trucks shall not idle at the time and location of the delivery to the City of Tacoma for more than three minutes. The City requires contractors to utilize practices that reduce fuel consumption and emission discharge, including turning off trucks and vehicles during delivery of products to the City. Exceptions to this requirement include when associated power is necessary to make a delivery or provide the service, when the engine is used to provide power to another device, and when a running engine is required for proper warm-up and cool-down of the engine.

1.36 PACKING SLIPS AND INVOICES

A. Each invoice shall show City of Tacoma purchase order number, release number if applicable, quantity, unit of measure, item description, unit price and extended price for each line if applicable, services and deliverables provided if applicable. Line totals shall be summed to give a grand total to which sales tax shall be added, if applicable.

1. For transactions conducted in SAP Ariba, invoices shall be submitted through Ariba. 2. For invoices paid by ACH or by check, unless stated otherwise, invoices shall be electronically

submitted by email with corresponding PO number listed in the subject line to [email protected].

3. For invoices paid by credit card, invoices shall also display the last name of the cardholder and last four digits (only) of the card number (e.g., Jones/6311). Unless stated otherwise, invoices shall be electronically submitted by email with corresponding PO number listed in the subject line to (do not combine different POs into one invoice or charge) to [email protected].

B. Any terms, provisions or language in Supplier’s invoice(s) that conflict with the terms of the Contract are superseded and shall not apply to the Contract unless expressly accepted in writing by the City.

C. Packing slips and shipping notices shall be sent to the specific City Division or Department receiving the item(s) at the address stated in City’s Solicitation or as otherwise stated in the Contract and include

Standard Terms & Conditions, Form No. SPEC-190A Page 10 of 14 Rev.: 10/06/2018

complete description of items, contents of items if crated or cased, quantity, shipping point, carrier, bill of lading number and City of Tacoma purchase order.

D. Supplier shall package orders, preferably in environmental friendly packaging such as reduced packaging and recyclable packing materials.

1.37 COOPERATIVE PURCHASING

The Washington State Interlocal Cooperation Act RCW 39.34 provides that other governmental agencies may purchase goods and services based on the Contract with the City in accordance with the terms and prices of the Contract if all parties are agreeable. Each public agency shall formulate a separate contract with Supplier, incorporating the terms and conditions of the Contract with the City of Tacoma. The City shall incur no liability in connection with such contracts or purchases by other public agencies thereunder. It will be Supplier’s responsibility to inform such public agencies of the Contract with the City. Supplier shall invoice such public agencies as separate entities.

1.38 TAXES

A. Unless otherwise stated, applicable federal, state, City, and local taxes shall be included in the submittal and in contract as indicated below. As used herein, the term “taxes” shall include any and all taxes, assessments, fees, charges, interest, penalties, and/or fines imposed by applicable laws and regulations in connection with the procurement of goods and/or services hereunder.

1. Federal Excise Tax. The City of Tacoma is exempt from federal excise tax. The City will furnish a Federal Excise Tax Exemption certificate, if required. If Supplier fails to include any applicable tax in its submittal, then Supplier shall be solely responsible for the payment of said tax.

2. State and Local Sales Tax. The City of Tacoma is subject to Washington state sales tax. It is Supplier's obligation to state the correct sales tax percentage and include the applicable Washington state, city and local sales tax as a separate line item(s) in the submittal.

3. City of Tacoma Business and Occupation Tax. It is Supplier's obligation to include City of Tacoma Business and Occupation tax in the unit and/or lump sum prices submitted; it shall not be shown separately on the submittal. Per Sub-Title 6A of the City of Tacoma Municipal Code, transactions with the City of Tacoma may be subject to the City’s Business and Occupation Tax.

B. Any or All Other Taxes. Any or all other taxes are the responsibility of Supplier unless otherwise required by law. Except for state sales tax, Supplier acknowledges that it is responsible for the payment of all taxes applicable to the Contract and Supplier agrees to comply with all applicable laws regarding the reporting of income, maintenance of records, and all other requirements and obligations imposed pursuant to applicable law.

C. If the City is assessed, made liable, or responsible in any manner for taxes contrary to the provisions of the Contract, Supplier agrees to hold the City harmless from such costs, including attorney's fees. In the event Supplier fails to pay any taxes, assessments, penalties, or fees imposed by any governmental body, including a court of law, other than those taxes the City is required to pay, then Supplier authorizes the City to deduct and withhold or pay over to the appropriate governmental body those unpaid amounts upon demand by the governmental body. It is agreed that this provision shall apply to taxes and fees imposed by City ordinance. Any such payments shall be deducted from Supplier’s total compensation.

1.39 COMPENSATION

A. The City shall compensate Supplier in accordance with the Contract. Said compensation shall be the total compensation for Supplier’s performance hereunder including, but not limited to, all work, services, deliverables, materials, supplies, equipment, subcontractor’s fees and all reimbursable travel and miscellaneous or incidental expenses to be incurred by Supplier. Unless stated otherwise the total stated compensation may not be changed without a written change order or other form of contract amendment.

B. Payment(s) made in accordance with the Contract shall fully compensate Supplier for all risk, loss, damages or expense of whatever nature, and acceptance of payment shall constitute a waiver of all claims submitted by Supplier.

1.40 PAYMENT TERMS

A. Payment shall be made through the City’s ordinary payment process, and shall be considered timely if made within 30 days of receipt of a properly completed invoice. All payments shall be subject to adjustment for any amounts, upon audit or otherwise, determined to have been improperly invoiced.

Standard Terms & Conditions, Form No. SPEC-190A Page 11 of 14 Rev.: 10/06/2018

The City may withhold payment to Supplier for any services or deliverables not performed as required hereunder until such time as Supplier modifies such services or deliverables to the satisfaction of the City.

B. Invoices will not be processed for payment, nor will the period of cash discount commence, until all invoiced items are received and satisfactory performance of the Contract has been attained. Upon CITY’S request, Supplier shall submit necessary and appropriate documentation, as determined by the CITY, for all invoiced services and deliverables. If an adjustment in payment is necessary due to damage or dispute, the cash discount period shall commence on the date final approval for payment is authorized.

1.41 PAYMENT METHOD – EPAYABLES – CREDIT CARD ACCEPTANCE – EFT/ACH ACCEPTANCE

A. Payment methods include:

1. EPayables (Payment Plus). This is payment made via a virtual, single use VISA card number provided by the City’s commercial card provider. Suppliers accepting this option will receive “due immediately” payment terms. Two options for acceptance are available to suppliers. Both are accompanied by an emailed advice containing complete payment details:

a. Straight-through processing (buyer initiated). Immediate, exact payments directly deposited to supplier accounts by the City’s provider bank; the supplier does not need to know card account details.

b. Supplier retrieves card account through the secure, on-line portal provided via email notifications sent by the City’s commercial card provider.

2. Credit card. Tacoma’s VISA procurement card program is supported by standard bank credit suppliers and requires that merchants abide by the VISA merchant operating rules. It provides “due immediately” payment terms.

a. Suppliers must be PCI-DSS compliant (secure credit card data management) and federal FACTA (sensitive card data display) compliant.

b. Suppliers must be set up by their card processing equipment provider (merchant acquirer) as a minimum of a Level II merchant with the ability to pass along tax, shipping and merchant references information.

3. Electronic Funds Transfer (EFT) by Automated Clearing House (ACH). Standard terms are net 30 for this payment method.

4. Check or other cash equivalent. Standard terms are net 30 for this payment method.

B. The City’s preferred method of payment is by ePayables (Payment Plus) followed by credit card (aka procurement card). Suppliers may be required to have the capability of accepting the City’s ePayables or credit card methods of payment. The City of Tacoma will not accept price changes or pay additional fees when ePayables (Payment Plus) or credit card is used.

C. The City, in its sole discretion, will determine the method of payment for goods and/or services as part of the Contract.

1.42 NOTICES

Unless otherwise specified, except for routine operational communications, which may be delivered personally or transmitted by electronic mail, all notices required by the Contract shall be in writing and shall be deemed to have been duly given if delivered personally or mailed first-class mail, postage prepaid, to Supplier’s registered agent and to the applicable City department representative.

1.43 INDEPENDENT CONTRACTOR STATUS

A. Supplier is considered an independent contractor who shall at all times perform his/her duties and responsibilities and carry out all services as an independent contractor and shall never represent or construe his/her status to be that of an agent or employee of the City, nor shall Supplier be eligible for any employee benefits. No payroll or employment taxes or contributions of any kind shall be withheld or paid by the City with respect to payments to Supplier. Supplier shall be solely responsible for all said payroll or employment taxes and/or contributions including, but not limited to, FICA, FUTA, federal income tax, state personal income tax, state disability insurance tax and state unemployment insurance tax. If the City is assessed, made liable or responsible in any manner for such taxes or contributions, Supplier agrees to indemnify and hold the City harmless from all costs incurred, including attorney fees.

Standard Terms & Conditions, Form No. SPEC-190A Page 12 of 14 Rev.: 10/06/2018

B. Unless otherwise specified in writing, Supplier shall provide at its sole expense all materials, working space, and other necessities and instruments to perform its duties under the Contract. Supplier, at its sole expense, shall obtain and keep in force any and all applicable licenses, permits and tax certificates necessary to perform the Contract.

1.44 NONDISCRIMINATION

Supplier agrees to take all steps necessary to comply with all federal, state, and City laws and policies regarding non-discrimination and equal employment opportunities. Supplier shall not discriminate in any employment action because of race, religion, color, national origin or ancestry, sex, gender identity, sexual orientation, age, marital status, familial status, or the presence of any sensory, mental, or physical handicap. In the event of non-compliance by Supplier with any of the non-discrimination provisions of the Contract, the City shall be deemed to have cause to terminate the Contract, in whole or in part.

1.45 FEDERAL, STATE, AND MUNICIPAL LAWS AND REGULATIONS

Supplier shall comply with all federal, state, municipal, and/or local laws and regulations in the performance of all terms and conditions of the Contract. Supplier shall be solely responsible for all violations of the law from any cause in connection with its performance of work under the Contract.

1.46 FEDERAL AID PROJECTS

The City of Tacoma in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR, part 26, will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award.

1.47 REPORTS, RIGHT TO AUDIT, PERSONNEL

A. Reports. Supplier shall, at such times and in such form as the City may reasonably require, furnish the City with periodic status reports pertaining to the services undertaken or goods provided pursuant to the Contract.

B. Right to Audit. Upon City’s request, Supplier shall make available to City all accounts, records and documents related to the scope of work for City’s inspection, auditing, or evaluation during normal business hours as reasonably needed by City to assess performance, compliance and/or quality assurance under the Contract or in satisfaction of City’s public disclosure obligations as applicable.

C. Personnel. If before, during, or after the execution of a Contract, Supplier has represented or represents to the City that certain personnel would or will be responsible for performing services pursuant to the Contract, then Supplier is obligated to ensure that said personnel perform said Contract services to the maximum extent permitted by law. Substantial organizational or personnel changes within Supplier’s firm are expected to be communicated to City immediately. Failure to do so could result in termination of the Contract. This provision shall only be waived by written authorization by the City, and on a case-by-case basis.

1.48 INSURANCE

A. During the course and performance of a Contract, Supplier will provide proof and maintain the insurance coverage in the amounts and in the manner specified in the City of Tacoma Insurance Requirements as is applicable to the services, products, and deliverables provided under the Contract. The City of Tacoma Insurance Requirements document, if issued, is fully incorporated into the Contract by reference.

B. Failure by City to identify a deficiency in the insurance documentation provided by Contractor or failure of City 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.

1.49 INDEMNIFICATION – HOLD HARMLESS

A. Supplier agrees to indemnify, defend, and hold harmless the City of Tacoma, its officers, agents and employees, from and against any and all liability which may accrue to or be sustained by the City of Tacoma for any claim, suit or legal action made or brought against the City for the death of or injury to persons (including Supplier's or subcontractor's employees), or damage to property involving Supplier or subcontractor(s) and their employees or agents, or for any other cause arising out of and in

Standard Terms & Conditions, Form No. SPEC-190A Page 13 of 14 Rev.: 10/06/2018

connection with or incident to the performance of the Contract, except for injuries or damages caused by the sole negligence of the City. In this regard, Supplier recognizes it is waiving immunity under Industrial Insurance Law, Title 51 RCW. This indemnification includes attorney's fees and the cost of establishing the right to indemnification hereunder in favor of the City of Tacoma. By Supplier's acceptance of this order, he/she agrees that this subsection has been mutually negotiated.

B. These indemnifications shall survive the termination of a Contract.

1.50 CONFLICT OF INTEREST

No officer, employee, or agent of the City, nor any member of the immediate family of any such officer, employee or agent as defined by City ordinance, shall have any personal financial interest, direct or indirect, in a Contract, either in fact or in appearance. Supplier shall comply with all federal, state, and City conflict of interest laws, statutes, and regulations. Supplier represents that Supplier presently has no interest and shall not acquire any interest, direct or indirect, in the program to which the Contract pertains that would conflict in any manner or degree with the performance of Supplier’s services and obligations hereunder. Supplier further covenants that, in performance of a Contract, no person having any such interest shall be employed. Supplier also agrees that its violation of the City’s Code of Ethics contained in Chapter 1.46 of the Tacoma Municipal Code shall constitute a breach of Contract subjecting the Contract to termination.

1.51 CITY OWNERSHIP OF WORK/RIGHTS IN DATA/PUBLICATIONS

A. To the extent that Supplier creates any work subject to the protections of the Copyright Act (Title 17 U.S.C.) in its performance of a Contract, Supplier agrees to the following: The work has been specially ordered and commissioned by the City. Supplier agrees that the work is a “work made for hire” for copyright purposes, with all copyrights in the work owned by City. To the extent that the work does not qualify as a work made for hire under applicable law, and to the extent that the work includes material subject to copyright, Supplier hereby assigns to City, its successors and assigns, all right, title and interest in and to the work, including but not limited to, all copyrights, patent, trade secret and other proprietary rights, and all rights, title and interest in and to any inventions and designs embodied in the work or developed during the course of Supplier’s creation of the work.

B. Supplier shall be solely responsible for obtaining releases and/or licenses for the reproduction, distribution, creation of derivative works, performance, display, or other use of copyrighted materials. Should Supplier fail to obtain said releases and/or licenses, Supplier shall indemnify, defend, and hold harmless the City for any claim resulting there from.

1.52 DUTY OF CONFIDENTIALITY

Supplier acknowledges that unauthorized disclosure of information or documentation concerning the Scope of Work hereunder may cause substantial economic loss or harm to the City. Except for disclosure of information and documents to Supplier’s employees, agents, or subcontractors who have a substantial need to know such information in connection with Supplier’s performance of obligations under the Contract, Supplier shall not without prior written authorization by the City allow the release, dissemination, distribution, sharing, or other publication or disclosure of information or documentation obtained, discovered, shared or produced pursuant to a Contract.

1.53 DISPUTE RESOLUTION

In the event of a dispute pertaining to ta Contract, the parties agree to attempt to negotiate in good faith an acceptable resolution. If a resolution cannot be negotiated, then the parties agree to submit the dispute to voluntary non-binding mediation before pursuing other remedies. This provision does not limit the City’s right to terminate.

1.54 GOVERNING LAW AND VENUE

A. Washington law shall govern the interpretation of the Contract. The state or federal courts located in Pierce County Washington shall be the sole venue of any mediation, arbitration, or litigation arising out of the Contract.

B. Respondents providing submittals from outside the legal jurisdiction of the United States of America will be subject to Tacoma’s City Attorney’s Office (CAO) opinion as to the viability of possible litigation pursuant to a contract resulting from this Specification. If it is the opinion of the CAO that any possible litigation would be beyond reasonable cost and/or enforcement, the submittal may be excluded from evaluation.

Standard Terms & Conditions, Form No. SPEC-190A Page 14 of 14 Rev.: 10/06/2018

1.55 ASSIGNMENT

Supplier shall not assign, subcontract, delegate or transfer any obligation, interest or claim to or under the Contract without the prior written consent of the City.

1.56 WAIVER

A waiver or failure by either party to enforce any provision of the contract shall not be construed as a continuing waiver of such provisions, nor shall the same constitute a waiver of any other provision of the Contract.

1.57 SEVERABILITY AND SURVIVAL

If any term, condition or provision herein or incorporated by reference is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of the Contract, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of the Contract, shall survive termination of the Contract.

1.58 NO CITY LIABILITY

Neither the City, its officials, staff, agents, employees, representatives, or consultants will be liable for any claims or damages resulting from any aspect of this procurement process.

1.59 SIGNATURES

A signed copy of Submittals, Contract documents, including but not limited to contract amendments, contract exhibits, task orders, statements of work and other such Contract related documents, delivered by email or other means of electronic transmission including by using a third party service, which service is provided primarily for the electronic execution of electronic records, shall be deemed to have the same legal effect as delivery of an original signed copy.

07/ 2018/CA

LOCAL EMPLOYMENT AND APPRENTICESHIP TRAINING PROGRAM (LEAP)

INSTRUCTIONS AND GOAL FORM LEAP REQUIREMENTS & PROCEDURES: The LEAP office enforces post-award mandatory requirements. Bidders do not have to submit any information in the bid submittal package to be in compliance with LEAP. Post-award Submittals:

• Prime Contractor LEAP Utilization Plan. This form is to be completed and presented at the Pre-Construction Meeting.

• LEAP Employee Verification Form. This form is to be completed for every qualifying LEAP employee.

• LEAP Weekly Payroll Report. This form is to be completed and submitted with each certified payroll.

The City of Tacoma’s LEAP office enforces two mandatory goals on City projects above certain monetary thresholds. The Local Employment Utilization Goal requires the Prime Contractor performing a qualifying public works project to ensure that 15 percent of the total labor hours worked on the project are performed by residents of the City of Tacoma or Economically Distressed Areas of the Tacoma Public Utilities Service Area. The Apprentice Utilization Goal requires the Prime Contractor performing a qualifying public works project to ensure that 15 percent of the total labor hours worked on the project are performed by Apprentices who are residents of the City of Tacoma or Tacoma Public Utilities Service Area. The accompanying LEAP Regulations, forms, and maps are included in these specifications. *Exceptions: If the project is located outside of the retail service area of the Tacoma Public Utilities Service Area, then Apprentices may come from the county in which the work is performed. This project is subject to the:

1. 15% Local Employment Utilization Goal 2. 15% Apprentice Utilization Goal

LEAP staff can assist contractors in the recruitment, screening and selection of qualified City of Tacoma residents, Economically Distressed Area residents, and Apprentices. Contractors may obtain further information by contacting the City’s LEAP Office at (253) 594-7933 or (253) 591-5826. The LEAP Office is located in the Tacoma Municipal Building, 747 Market Street, Room 808, Tacoma, WA 98402. www.cityoftacoma.org/leap

Revised 05-2013/DC

City of Tacoma LEAP Office

747 Market Street, Room 900 Tacoma, WA 98402

(253) 591-5826 fax (253) 591-5232

www.cityoftacoma.org/leap

LEAP EMPLOYEE VERIFICATION FORM

Contractor/Sub: Specification Number:

Project Description:

Employee Name:________________________________ _ Craft:

Ethnic Group (optional): Asian/Pac Isl. Black Hispanic Native American White Other

Social Security Number:______________________ Gender (optional): MALE FEMALE

Complete Physical Address (No PO Boxes):

City:_____________ State:_______ Zip:_______ Telephone:____________ Date of Hire:____________

Apprenticeship County:___________ Apprentice Registration I.D. (if applicable):

Age:________ Copy of DD-214:_______

*******Please fill out entire form for tracking LEAP performance*******

LEAP qualified employee categories: (check all that apply)

_____ a. Resident of the Tacoma Community Empowerment Zone _____ b. Resident within the geographic boundaries of the City of Tacoma _____c. Pierce County Apprentice-WA State Approved Apprentice living in Pierce County _____d. Youth who is a Tacoma resident (18 to 24 years of age) **Effective on projects advertised after 05-17-13. _____e. Youth who is a Pierce County resident(18 to 24 years of age) **Effective on projects advertised after 05-17-13. _____f. Veteran who is a Tacoma resident. **Effective on projects advertised after 05-17-13. _____g. Veteran who is a Pierce County resident. **Effective on projects advertised after 05-17-13. _____h. Tacoma Power Hydro Projects only - Resident of Lewis, Mason, Grays Harbor, Pierce and Thurston Counties - (verified by proof of county residency) *Effective on projects advertised after 07-10-09 _____i. Tacoma Water Green River Headworks and Watershed Projects only - Resident of Seattle’s Duwamish and White Center Community Empowerment Zone (CEZ) or King County Apprentice (verified by proof of CEZ residency) or ( King County Apprentice status verified by the Labor & Industries website, www.lni.wa.gov/, directions to follow) *Effective on projects advertised after 07-10-09

Signature of Employee: Date:

Contractor Representative:_________________________________ Date:__________________

Page 2

Revised 05-2013/DC

LEAP EMPLOYEE VERIFICATION FORM

To be Completed by Contractor or Subcontractor

Please attach a legible copy of the following document(s) showing the address of residence as proof of local (Tacoma) and/or Pierce County residency and apprentice status, youth status, or veteran status.

........................................................................................................................................

For Youth - Copy of Birth Certificate or WA State ID or WA Driver’s License (projects advertised after 05-20-13)

For Veterans – Copy of DD-214(Projects advertised after 05-20-13)

Driver's License with current address

Utility Bill/Phone Bill/Cell Bill/Cable Bill with current address

Copy of current tax form W-4

Rental Agreement/Lease (residential)

Computer Printout From Other Government Agencies

Property Tax Records

Apprentice Registration I.D.

Food Stamp Award Letter

Housing Authority Verification

Insurance Policy (Residence/Auto)

*Any of the above must have a complete physical address verified by the www.govme.org website.

No PO Boxes

Contractor Representative: Date:

Title:

City of Tacoma

LEAP Office

747 Market Street, Room 900

Tacoma WA 98402

Telephone (253) 591-5826

Fax (253) 591-5232

Rev. 05-2013 DC

PRIME CONTRACTOR

LEAP UTILIZATION PLAN

Failure to submit this plan at the Pre-Construction Meeting may result in Progress Payments being withheld.

Part A

Contractor: Date:

Specification Number:

Contract/Work Order Number(s):

LEAP Utilization Goal:

Project Description: Contract Dollar Amount:

PART B PLANNED LEAP HOURS*

Trade or Craft City of Tacoma

Resident

Pierce County

Apprentice,

Youth, and/or

Veteran

City of Tacoma

Apprentice, Youth,

and/or Veteran

Tacoma

Community

Empowerment

Zone Resident

For Hydro Projects

Hydro Project

Area Resident (see

*Counties)

For Watershed

Projects

Seattle Renewal

Community/CEZ

Resident and/or

King County Appr.

hrs. hrs. hrs. hrs. hrs. hrs.

hrs. hrs. hrs. hrs. hrs. hrs. Date

hrs. hrs. hrs. hrs. hrs. hrs.

hrs. hrs. hrs. hrs. hrs. hrs.

hrs. hrs. hrs. hrs. hrs. hrs.

hrs. hrs. hrs. hrs. hrs. hrs. Rejected

hrs. hrs. hrs. hrs. hrs. hrs.

hrs. hrs. hrs. hrs. hrs. hrs. Date

hrs. hrs. hrs. hrs. hrs. hrs.

Totals

TOTAL hrs.

Part C

Provide a description of how the Contractor plans to ensure that the LEAP Utilization Goals on the project will be met. (Use additional sheets if necessary)

NOTE: Hydro Project Area Residents, King County Apprentices and Seattle RC/CEZ residents qualify on those projects in those areas if advertised after 07-10-09.

NOTE: Tacoma Youth and Veterans and Pierce County Youth and Veterans qualify on projects advertised after 05-17-13.

HCroston
Text Box
PG19-0018F
HCroston
Text Box
Elevator Upgrades

Rev. 05-2013 DC

General Instructions for completing Prime Contractor LEAP Utilization Plan

Part A Contractor/Contract Information Section: The Prime Contractor is responsible for completing this section. Failure to submit this plan at

the Pre-Construction Meeting may result in Progress Payments being withheld.

Part B Planned LEAP Hours Section: This section should be completed by the Prime Contractor. The information required in Part B is described below.

Trade or Craft: Indicate the Trade or Craft being used.

LEAP Employee Categories: Indicate the number of hours that will be utilized by the Prime Contractor and all Sub Contractors for each

craft and broken down by City of Tacoma Resident, City of Tacoma Apprentice, Youth, or Veteran, Pierce County Apprentice, Youth, or

Veteran.

For Watershed Projects: King County Apprentice – Approved by Washington State and/or Seattle Renewal Community (CEZ) Resident.

For Hydro Projects: Area Residents (residing in either Pierce County or the County where the work is performed: Lewis, Mason, Grays

Harbor or Thurston County), Tacoma Community Empowerment Zone Resident, City of Tacoma Residents.

Totals: Total the number of hours in each of the six (6) columns.

Total Planned LEAP Utilization Hours: This is the total number of hours planned on this project to satisfy the LEAP Utilization Goal.

Part C Description of how the Contractor plans to ensure fulfillment of the LEAP Utilization Goal: This section is to be completed by the

Prime Contractor. Please describe how you plan to satisfy the LEAP Utilization Goal on this project. Provide a summary of your outreach

and recruitment procedures to hire LEAP Qualified Employees to work on this project.

Rev. 03/2016

PREVAILING WAGE RATES

This project requires prevailing wages under chapter 39.12 RCW. Any worker, laborer, or mechanic employed in the performance of any part of the work shall be paid not less than the applicable prevailing rate of wage. The project site is located in Pierce County/Counties. The effective date for prevailing wages on this project will be the submittal deadline with these exceptions:

a. If the project is not awarded within six months of the submittal deadline, the award date is the effective date.

b. If the project is not awarded pursuant to a competitive solicitation, the date the contract is executed is the effective date.

c. Janitorial contracts follow WAC 296-127-023. Except for janitorial contracts, these rates shall apply for the duration of the contract unless otherwise noted in the solicitation. Look up prevailing rates of pay, benefits, and overtime codes from this link: http://www.lni.wa.gov/TradesLicensing/PrevWage/WageRates/default.asp

REQUIRED DOCUMENTS

The Contractor shall submit to the City the following Department of Labor and Industries (L&I) forms for itself and for each firm covered under 39.12 RCW that provided work and materials for the Contract:

1. A copy of an approved Statement of Intent to Pay Prevailing Wages, L&I form number F700-029-000. The City will make no payment under this Contract for the Work performed until this statement has been approved by L&I and a copy of the approved form has been submitted to the City.

2. A copy of an approved Affidavit of Prevailing Wages Paid, L&I form number F700-007-000. The Contracting Agency will not grant completion or release retainage

held under chapter 60.28 RCW until all approved Affidavit of Wages paid for Contractor and all Subcontractors have been received by the City.

Table of Contents Page 1 Specification No. PG19-0018F

TACOMA POWER

Elevator Upgrades

SPECIFICATION NO. PG19-0018F

These Special and Technical Specifications have been prepared under the direction of a licensed Professional Engineer, registered in the State of Washington

TABLE OF CONTENTS

DIVISION 1 - SPECIAL PROVISIONS

SECTION 01010 - SUMMARY OF WORK

1.1 PROJECT DESCRIPTION

1.2 PROJECT LOCATION

1.3 SITE SHOWING

1.4 COMMENCEMENT, PROSECUTION AND COMPLETION

1.5 SPECIFICATION FORMAT

1.6 CONTRACT WORK TIMES

1.7 QUALIFICATION OF CONTRACTORS

1.8 SPECIFICATIONS AND DRAWINGS

1.9 EVALUATION OF BIDS

1.10 LIST OF SUBCONTRACTORS’ AND CONTRACTOR’S CATEGORIES OF WORK

1.11 LOCAL EMPLOYMENT AND APPRENTICESHIP TRAINING PROGRAM (LEAP)

1.12 PREVAILING WAGES

1.13 PERFORMANCE (SURETY), PAYMENT AND RETAINAGE BONDS

1.14 WORK BY CITY

1.15 PRICE ESCALATION/DE-ESCALATION CLAUSE

SECTION 01025 - MEASUREMENT AND PAYMENT

1.1 ADMINISTRATION

1.2 PROPOSAL ITEMS

1.3 SCHEDULE OF VALUES LIST

1.4 FORCE ACCOUNT WORK

1.5 NON-PAYMENT FOR REJECTED OR SURPLUS PRODUCTS OR WORK

1.6 AS-BUILTS

Table of Contents Page 2 Specification No. PG19-0018F

SECTION 01040 - PROJECT COORDINATION

1.1 PROJECT ENGINEER/LEAD

1.2 MEETINGS

1.3 PERMITS

1.4 COORDINATION WITH OTHERS

1.5 DIVISION OF WORK

1.6 LIMITATION OF CONTRACTOR'S WORK AREA/OR CONTRACTOR'S USE OF PREMISES

1.7 HAZARDOUS MATERIALS

1.8 CONTRACT CHANGES

1.9 DIFFERING SITE CONDITION

1.10 CONSTRUCTION PROGRESS SCHEDULES

1.11 PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS

1.12 CITY OCCUPANCY

1.13 LEAD MECHANIC (LEAD ELEVATOR MECHANIC)

1.14 CLEAN UP

SECTION 01300 - SUBMITTALS AND SHOP DRAWINGS

1.1 SUBMITTALS REQUIRED/REQUESTED WITH BID

1.2 DOCUMENTS REQUIRED AT PRECONSTRUCTION CONFERENCE

1.3 SUBMITTALS AND SHOP DRAWINGS DURING CONSTRUCTION

1.4 "OR EQUAL" CLAUSE OR SUBSTITUTIONS

SECTION 01400 - QUALITY CONTROL

1.1 REFERENCE STANDARDS

1.2 INSPECTION, TESTING AND CERTIFICATION

SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS

1.1 UTILITIES

1.2 JOB SHACK

1.3 SECURITY AND ACCESS

1.4 SAFETY

1.5 PROTECTION OF ADJACENT AREAS DURING CONSTRUCTION

1.6 DUST CONTROL

1.7 POLLUTION CONTROL

SECTION 01550 - ASBESTOS REMOVAL

1.1 SECTION INCLUDES

3.1 GENERAL

SECTION 01600 - MATERIAL AND EQUIPMENT

1.1 QUALITY OF WORKMANSHIP AND MATERIAL

1.2 SALVAGEABLE AND NONSALVAGEABLE MATERIAL

SECTION 01700 - CONTRACT CLOSEOUT

1.1 DOCUMENTS REQUIRED UPON COMPLETION OF WORK

Table of Contents Page 3 Specification No. PG19-0018F

SECTION 01750 - LEAD AND OTHER HAZARDOUS MATERIAL REMOVAL

1.1 SECTION INCLUDES

2.1 GENERAL

SECTION 01950 - COLOR SCHEDULE

1.1 SUMMARY

1.2 SUBMITTALS

1.3 COLOR SCHEDULE

2.1 MANUFACTURERS/PRODUCTS

DIVISION 2 – TECHNICAL PROVISIONS

DIVISION 14 – CONVEYING EQUIPMENT

SECTION 14 20 00 – GENERAL CONDITIONS AND SPECIFICATIONS FOR ELEVATOR MODERNIZATION AND PREVENTIVE MAINTENANCE

1.1 SCOPE

1.2 APPLICABLE STANDARDS

1.3 DEFINITIONS

1.4 CONTACT INFORMATION

1.5 PROTOCOL COMPLIANCE

1.6 SERVICE QUALITY VALIDATION

1.7 CONTRACT ADMINISTRATION

1.8 INTENT AND ACCEPTANCE

1.9 GENERAL CONDITIONS

1.10 GENERAL MODERNIZATION WORK

1.11 ELECTRICAL

1.12 CUTTING AND PATCHING

1.13 WELDING

1.14 PAINTING

1.15 SIGNS

1.16 KEYS

1.17 MAINTENANCE CONTROL PROGRAM (MCP)

1.18 PERMITS, CODES, AND TESTS FOR MODERNIZATION

1.19 SUBMITTALS

1.21 WIRING DIAGRAMS AND OPERATION AND MAINTENANCE MANUAL (O+M’S)

1.22 STORAGE

1.23 MATERIALS

1.24 ALTERATIONS

1.25 SCHEDULING

1.26 PROTECTION

1.27 QUALITY OF WORK

1.28 QUALITY ASSURANCE

Table of Contents Page 4 Specification No. PG19-0018F

2.1 SITE CONDITION INSPECTION

2.2 INSTALLATION

3.1 ACCEPTANCE INSPECTION AND TESTS

3.2 PROJECT CLOSEOUT

3.3 ADJUSTMENTS

3.4 INSTALLATION

3.5 PERFORMANCE

3.6 WARRANTY

SECTION 14 21 00 – GEARLESS TRACTION ELEVATORS – ADMINISTRATIVE BUILDING NORTH

1.1 SUMMARY

1.2 SCOPE OF WORK

1.3 ACCEPTABLE MANUFACTURERS

1.4 OUTLINE OF EQUIPMENT FOR ALL FIVE ELEVATORS

2.1 MACHINE ROOM EQUIPMENT

2.2 CAR MOTION CONTROL AND DISPATCH EQUIPMENT

2.3 HOISTWAY EQUIPMENT

2.4 CAR EQUIPMENT

2.5 CAR ENCLOSURE

2.6 LANDING CONTROL STATIONS

2.7 FIREFIGHTERS EMERGENCY OPERATION

2.8 INTERCOM FOR (5) CARS

2.9 SIGNALS

2.10 SEISMIC REQUIREMENTS

SECTION 14 22 00 – SPECIFICATIONS FOR FULL SERVICE PREVENTIVE MAINTENANCE

1.1 SCOPE

1.2 APPLICABLE DOCUMENTS

1.3 DEFINITIONS

1.4 CONTACT INFORMATION

1.5 PROTOCOL COMPLIANCE

1.6 SERVICE QUALITY VALIDATION

1.7 CONTRACT ADMINISTRATION

1.8 INTENT AND ACCEPTANCE

1.9 GENERAL CONDITIONS

1.10 MAINTENANCE CONTROL PROGRAM (MCP)

1.11 SERVICE REQUIREMENTS

1.12 TESTING

1.13 CHARTS-LOGS-INSPECTIONS

1.14 DISPOSAL OF OILS/MATERIALS, ETC

1.15 EXTENT OF COVERAGE

Table of Contents Page 5 Specification No. PG19-0018F

1.6 EXCLUSIONS

1.17 INSPECTION OF EQUIPMENT AND FEES

1.18 CANCELLATION TERMS

1.19 REQUEST FOR SERVICE

1.20 WORK TICKETS

1.21 WORK TICKETS

1.22 EXAMINIATION OF RECORDS

1.23 CONTRACTORS EMPLOYEES’ SAFETY AND ACCIDENT PREVENTION PROGRAM

2.1 FOURTEEN (14) EXISTING ELEVATORS

3.1 MATERIALS

3.2 MICROPROCESSORS

SECTION 14 23 00 – MOSSYROCK, ALDER AND WYNOOCHEE TRACTION ELEVATORS

1.1 SUMMARY

1.2 SCOPE OF WORK

1.3 ACCEPTABLE MANUFACTURERS

1.4 OUTLINE OF EQUIPMENT FOR ALL THREE (3) ELEVATORS

2.1 MACHINE ROOM EQUIPMENT

2.2 CAR MOTION CONTROL AND DISPATCH EQUIPMENT

2.3 HOISTWAY EQUIPMENT

2.4 CAR EQUIPMENT

2.5 CAR ENCLOSURE

2.6 LANDING CONTROL STATIONS

2.7 FIREFIGHTERS EMERGENCY OPERATION

2.8 INTERCOM FOR CARS

2.9 SIGNALS

2.10 SEISMIC REQUIREMENTS

SECTION 14 24 00 – HYDRAULIC ELEVATOR – ECC BUILDING

1.1 SUMMARY

1.2 SCOPE OF WORK

1.3 ACCEPTABLE MANUFACTURERS

1.4 OUTLINE OF EQUIPMENT

2.1 MACHINE ROOM EQUIPMENT

2.2 OPERATION

2.3 HOISTWAY EQUIPMENT

2.4 HOISTWAY ENTRANCES

2.5 CAR EQUIPMENT

2.6 CAR ENCLOSURE

2.7 CAR ENCLOSURE

2.7 LANDING CONTROL STATIONS

Table of Contents Page 6 Specification No. PG19-0018F

2.8 CAR POSITION INDICATOR

DIVISION 28 – INTELLIGENT REPORTING FIRE AND GAS DETECTION SYSTEM

SECTION 28 31 00 – FIRE DETECTION AND ALARM SYSTEM

1.1 RELATED SECTIONS

1.2 DESCRIPTION

1.3 VOICE PANEL DESCRIPTION

1.4 GUARANTY

1.5 POST CONTRACT MAINTENANCE

1.6 APPLICABLE STANDARDS AND SPECIFICATIONS

2.1 MAIN FIRE ALARM CONTROL PANEL OR NETWORK NODE

2.2 SYSTEM CAPACITY AND GENERAL OPERATION

2.3 SERIAL INTERFACES

2.4 SPECIFIC SYSTEM OPERATIONS

2.5 CONVENTIONAL ASPIRATING DETECTION

2.6 ASPIRATION SYSTEM INTERFACE

2.7 HIGH LEVEL ASPIRATION SYSTEM INTERFACE

2.8 COMMUNICATORS

2.9 GATEWAY & WEBSERVER OPTIONS

2.10 SYSTEM COMPONENTS & ADDRESSABLE DEVICES

3.1 INSTALLATION

3.2 TEST

3.3 FINAL INSPECTION

3.4 INSTRUCTION

Section 01010 Page 1 Specification No. PG19-0018F

DIVISION 1 - SPECIAL PROVISIONS

SECTION 01010 - SUMMARY OF WORK

1.1 PROJECT DESCRIPTION

This project includes modernizing six (6) elevators at Tacoma Public Utility Campus including five (5) traction elevators and one (1) hydraulic elevator with the option to modernize three (3) additional elevators, one (1) each at Wynoochee, Mossyrock, and Alder Power Houses. The contract will also include an annual preventive maintenance contract for fourteen (14) elevators.

It is the preference of the City to award a contract to an elevator contractor such that the maintenance contract will be a continuation of the modernization work. The modernization and maintenance portions of this work will not be split if a general contractor (without internal elevator services) is awarded the contract.

The contractor shall supply all materials required to complete the work required by this contract in excess of those materials to be supplied by Tacoma Power as listed in Section 01040 – Project Coordination.

In all cases, the City’s contract is with one (1) general contractor and it is the general contractor’s responsibility to ensure all labor, materials, and equipment (work) required to provide complete and operational facilities is included in their bid. When possible, the City has attempted to reference work which should be coordinated with various trades, but it is the contractor’s responsibility to coordinate and schedule the work of all subcontractors, trades, and suppliers to assure the proper and timely prosecution and completion of all items of work.

The work in this contract is governed by both the General Provisions and The Standard Terms and Conditions for Goods and Services. The work to modernize the elevators shall be covered by the General Provisions, unless modified by the Special and/or Technical Provisions. The maintenance portion of the contract shall be covered by the Standard Terms and Conditions for Goods and Services unless modified by the Special and/or the Technical Provisions.

Major components of work under this contract include, but are not limited to, the following list:

1. Modernize five (5) traction elevators at Administration Building North (ABN)

2. Modernize one (1) hydraulic elevator at Energy Control Center (ECC)

3. Bid option to modernize one (1) traction elevator at Mossyrock Dam

4. Bid Option: Modernize one (1) traction elevator at Alder Dam

5. Bid Option: Modernize one (1) traction elevator at Wynoochee Dam

6. Bid Option: Modernize interior design of (each) elevator car above what’s listed in Technical Specification Sections 14 21 00, 14 23 00, and 14 24 00 – Part 2, Car Enclosure.

7. Preventive yearly maintenance contract for fourteen (14) elevators for five (5) years beginning at the time of award of this contract.

Section 01010 Page 2 Specification No. PG19-0018F

SCHEDULE

The schedule shall allow seventy (70) calendar days to procure the first elevator’s modernization parts. Schedule each following elevator modernization parts to arrive on site prior to finalizing elevator under construction.

The contractor shall complete each elevator modernization per the schedule shown in Appendix A titled Construction Performance Allowance for Elevator Modernization. All elevators shall be fully modernized by November 1, 2022 in accordance with Appendix A.

1.2 PROJECT LOCATION

The work included in this project are located at various locations including the TPU campus at Tacoma Public Utilities 3628 S 35th St Tacoma, WA 98409. The Bid Proposal Pages list the locations of each body of work. See the Appendix B for maps to each location other than the TPU Campus.

1.3 SITE SHOWING

The bidder will be responsible for examining the site(s) and to have compared the sites with the specifications and contract drawings contained in this specification, and be satisfied as to the facilities and difficulties attending the execution of the proposed contract (such as uncertainty of weather, floods, nature and condition of materials to be handled and all other conditions, special work conditions including work schedules, obstacles and contingencies) before the delivery of their proposal.

No allowance will be subsequently made by the City on behalf of the bidder by reason of any error or neglect on the bidder’s part, for such uncertainties as aforesaid.

The site showings will be conducted at times and locations listed on the proposal pages. Due to the nature of this project, the bidder is responsible for examining the site prior to placing a bid. See bid proposal page 8 for additional site showing locations. Only one (1) site showing will be conducted for each location. It is the bidder’s responsibility to assure that they attend each site showing as scheduled. If the contractor cannot make the listed showing, they may be able to coordinate a visit to the site on their own. Failure to examine the site may be grounds to reject the bid. Tacoma Power shall make no adjustment to the price or provide any compensation to the contractor for impacts relating to the contractor’s failure to consider the potential impacts of not only the site conditions observed, but changes in the observed conditions that could have been foreseen by the contractor.

Note: The contractor shall inspect each elevator for service maintenance at this site showing.

By entering into the contract, the bidder represents that they have inspected in detail the project site and has become familiar with all the physical and local conditions affecting the project and/or the project site. Any information provided by the City to the contractor, relating to existing conditions on, under, or to the project and/or site including, but not limited to information pertaining to hazardous material abatement and other conditions affecting the project site, represents only the opinion of the City as to the location, character, or quantity of such conditions and is provided only for the convenience of the contractor. The contractor shall draw their own conclusions from such information and make such tests, review and analyses as the contractor deems necessary to understand such conditions and to prepare their proposal.

Section 01010 Page 3 Specification No. PG19-0018F

The City assumes no responsibility whatsoever with respect to the sufficiency or accuracy of such information and there is no guarantee, either expressed or implied, that the conditions indicated or otherwise found by the contractor as a result of any examination or exploration are representative of those existing throughout the work and/or project site.

The contractor shall carefully study and compare the contract documents with each other and shall at once report to the City errors, inconsistencies or omissions discovered. If the contractor performs any construction activity knowing it involves a recognized error, inconsistency or omission in the contract documents without such notice to the City, the contractor shall assume the risk and responsibility for such performance and shall bear an appropriate amount of the attributable costs for correction.

The contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to the contractor with the contract documents before commencing activities. Errors, inconsistencies or omissions discovered shall be reported to the City at once.

1.4 COMMENCEMENT, PROSECUTION AND COMPLETION

The contractor will be required to complete the contract documents and to provide surety and payment bonds within ten (10) calendar days after the award of the contract. The contractor shall begin the work to be performed in the contract within ten (10) calendar days after the date of notification to commence work. Notification to commence work may either be by letter or, if no letter is issued, by agreement at the preconstruction conference (or if no letter is issued, by the date the contract is executed by the City).

The contractor shall complete each elevator modernization per Appendix A, table titled Construction Performance Allowances for Elevator Modernization. All elevators shall be fully modernized by November 1, 2022.

1.5 SPECIFICATION FORMAT

This specification is written and formatted for use with Public Works specifications and is numbered to be consistent with other specifications, including Construction Specifications Institute (CSI) format, as modified by the City. It is not intended to indicate what work is to be accomplished by various subcontractors on the project. In all cases, the City’s contract is with one (1) general contractor and it is the general contractor’s responsibility to insure all work required to provide a complete and operational facility is included in their bid.

When possible, the City has tried to reference work which should be included with various trades, but it is the contractor’s responsibility to ensure all work is properly coordinated. The numbering system in the Special Provisions Section reflects standard provisions written by the City and assigned constant numbers. Thus, gaps will appear when specific sections are not used.

1.6 CONTRACT WORK TIMES

Contract work times shall be Monday through Friday, 7:00 a.m. to 4:00 p.m., excluding holidays, described in Section 2.13 of the General Provisions or as otherwise approved by the City.

Section 01010 Page 4 Specification No. PG19-0018F

If the contractor elects to work on a Saturday, Sunday, holiday or longer than the designated contract work times, such work shall be considered overtime work. On all such overtime work, a City engineer or their inspector must be present. The contractor shall reimburse the City for the full amount of the costs for City employees who must work any such overtime hours. It shall be the engineer's decision as to when an inspector is required. For the purpose of estimation of reimbursement of City employee’s overtime, the bidder shall budget $50.00 per hour.

However, if the City orders work to be performed on overtime, all City employees' overtime costs will be at no expense to the contractor. The City will not require reimbursement for overtime hours worked by the City for inspection as detailed in the General Provisions if the conditions of this paragraph are met to the satisfaction of the engineer.

1.7 QUALIFICATION OF CONTRACTORS

A. QUALIFIED CONTRACTORS

Only contractors with management, employees, and staff experienced in the type of work required by this specification, and with a record of successful completion of projects of similar scope, complexity, and overall cost will be considered. The bidder must complete the Contractor's Record of Prior Contracts form attached to this specification at the time of submitting their bid. The City will be the sole judge of the bidder's ability to meet the requirements of this paragraph. Bidders past work will be judged in complexity of job, time of completion, organization, and other factors that may indicate the abilities of the contractor.

Submit to the engineer within ten (10) calendar days following execution of the contact documents, a list of all subcontractors, including each subcontractor’s address, telephone number, and contact person to be used on this project.

After completion of the project, an evaluation prepared on the form titled "Generation Contractor Performance Review" which is attached will be completed for the general and all subcontractors on this project. This form will be used to determine the adequacy of the work performed on this project including supervisor, quality of work, and adequate manpower and equipment, and the ability for the general or subcontractor to perform work for Tacoma Power in the future.

Any exception taken by any contractor to the comments on the form should be directed to the engineer within thirty (30) days of receipt. Failure to adequately respond to a poor evaluation within this time frame will be cause for rejection of future bids. The completed evaluation form will be shared with the contractor and subcontractors, but will be kept confidential by the City.

B. QUALIFIED LEAD MECHANIC

The contractor shall employ a competent lead mechanic as referenced in Section 01040 – Project Coordination, Paragraph 1.13 – Lead mechanic.

1.8 SPECIFICATIONS AND DRAWINGS

The following drawings, attached to these specifications, are made a part of the contract:

Drawings for Reference

Drawing No. Title

Map 1 Tacoma Public Utilities

Map 2 Nisqually Project Area Map

Map 3 Cowlitz Project Area Map

Section 01010 Page 5 Specification No. PG19-0018F

Map 4 Cushman Project Area Map

Map 5 Wynoochee River Project

Map 6 Cushman Substation

Sketch 1 Utilities Complex – Administration Building North Main Floor West Elevator Plan.

Sketch 2 Utilities Complex – Administration Building North Main Floor East Elevator Plan.

Sketch 3 Utilities Complex – Administration Building South Ground Elevator Floor Plan.

Sketch 4 Utilities Complex – Energy Control Building Ground Elevator Floor Plan.

Sketch 5 Mossyrock Project – Powerhouse – Architectural Elevator Floor Plan.

Sketch 6 Second Nisqually Power Deveopment – Alder Powerhouse Elevator Annex Floor Plan.

Sketch 7 Cushman Project – Cushman No. 1 Dam & Spillway Tram Location Map.

Sketch 8 Cushman Power Plant No. 2 – Power House No. 2 Superstructure Plan – Sect. Above El. 67’6”.

Sketch 9 Wynoochee River – Wynoochee Reservoir Project Dam.

Sketch 10 Cushman Substation – Elevator Location Plan.

Sketch 11 Nisqually Project – LaGrande Office & Powerhouse Building Location Map.

1.9 EVALUATION OF BIDS

The award of this contract will not be based on cost alone as other factors and features are equally important. The contract will be awarded to the lowest responsive and responsible bidder complying with the specifications; provided such bid is reasonable and it is in the best interests of the City to accept.

The City, however, reserves the right to reject any and all bids and to waive any informalities in bids received. The City reserves the right to let the contract to the lowest responsive and responsible bidder whose bid will be most advantageous to the City, price and any other factors considered.

All other elements or factors, whether or not specifically provided for in this contract, 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. In addition, the bid evaluation factors set forth in City Code Section 1.06.262 may be considered by the City. The conclusive award decision will be based on the best interests of the City. The engineer’s decision as to which contractor best meets the City’s need will be final.

In addition to General Provisions Section 1.08, the following factors will be used in bid evaluation:

A. Experience and success of company, lead mechanic, and/or lead mechanic completing at least three (3) projects of similar scope, complexity and overall cost.

Section 01010 Page 6 Specification No. PG19-0018F

B. A minimum of ten (10) documented years experience in project supervision by lead elevator mechanic. Bidders shall submit a resume of named lead elevator mechanic with their bids. See Section 01300 - Submittals and Shop Drawings.

C. Proposal prices, base bid, and cost of any or all alternates listed.

D. Review of all required submittals.

E. Past record with the City (including satisfying safety requirements).

F. Bidder's responsibility based on, but not limited to:

1. Ability, capacity, organization, technical qualifications and skill to perform the contract or produce the services required.

2. Contractor’s construction record including references, judgment, stability, adequacy of equipment proposed to be furnished.

3. Whether the contract can be performed within the time specified as outlined within the anticipated project per Section 01010, 1.4.

4. Quality of performance of previous contracts or services

During the term of this contract, other City of Tacoma Departments/Divisions shall have the right to enter into additional service contracts or issue purchase orders based on the unit prices and/or service rates stated in this contract. An exception taken specifically to this provision at time of submittal shall not constitute a material deviation in the bidding process.

1.10 LIST OF SUBCONTRACTORS’ AND CONTRACTOR’S CATEGORIES OF WORK

Bid proposals for construction including alteration or repair where the contract is estimated to exceed $1,000,000 including tax shall satisfy the following requirement: Bidder shall complete the enclosed List of Subcontractors’ and Contractor’s Categories of Work in its entirety, and return completed form as part of the bid submittal package.

Bidder shall list all subcontractor(s) that are proposed to perform the work of heating, ventilation, and air conditioning, plumbing as described in Chapter 18.106 RCW and electrical as described in Chapter 19.28 RCW. Failure to comply with this provision will require the City (pursuant to state law, RCW 39.30.060) to determine that bidder's bid is non-responsive; therefore, the bid will be rejected. (See General Provisions - Section 3.16 - List of Subcontractors.

1.11 LOCAL EMPLOYMENT AND APPRENTICESHIP TRAINING PROGRAM (LEAP)

LEAP is a mandatory City of Tacoma program that requires the prime contractor or service provider performing a qualifying public works project or service contract to ensure that 15-percent of the total labor hours worked on the project are performed by apprentices approved by the Washington State Apprenticeship Council (SAC) and/or residents of Tacoma. Compliance may be met through any combination of utilizing residents of Tacoma or SAC apprentices. The accompanying LEAP Regulations and forms are included in these specifications.

The project engineer will estimate the required LEAP labor hours to be performed for each qualifying contract. The engineer’s estimated LEAP hours are reflected in the enclosed form titled, “Prime Contractor LEAP Utilization Plan,” under the LEAP Section. This form is to be completed and presented at the pre-construction meeting.

Section 01010 Page 7 Specification No. PG19-0018F

LEAP can assist contractors in the recruitment, screening and selection of qualified City of Tacoma applicants interested in a career in the building & construction trades. Residents can be screened and provided with education, training and support services that lead to employment with your company. Contractors/vendors may obtain further information by contacting the City’s LEAP Office at 253-591-5826 or e-mail Clifford Armstrong at [email protected]. The LEAP Office is located in the City’s Community & Economic Development Department, Tacoma Municipal Building, 747 Market Street, Room 808, Tacoma, Washington 98402.

1.12 PREVAILING WAGES

In addition to the requirements of Section 3.09(B) of the General Provisions, the contractor shall be required to post on the job site a copy of the intent form to pay prevailing wages.

As identified in the General Provisions, the contractor shall comply with the law regarding prevailing wages. These rules apply to any contractor who does business with the City, including owner/operators.

A Statement of Intent to Pay Prevailing Wages MUST be filed with the Washington Department of Labor & Industries upon award of contract. An Affidavit of Wages Paid MUST be filed with the Washington Department of Labor & Industries upon job completion.

Payments cannot be released by the City until certification of these filings are received by the engineer. Additional information regarding these submittals can be obtained by calling the Department of Labor & Industries, Prevailing Wage at 360-902-5335, or by visiting their web site at: http://www.lni.wa.gov/tradeslicensing/prevailingwage/default.asp

1.13 PERFORMANCE (SURETY), PAYMENT AND RETAINAGE BONDS

A. PERFORMANCE (SURETY) AND PAYMENT BONDS

The Contractor shall provide both a Surety and a Payment Bond for 100-percent of the total contract award within ten (10) calendar days after award of the contract in accordance with the General Provisions. These bonds shall be required for each contact awarded under this specification.

B. RETAINAGE BOND

A 5-percent retainage bond may be provided in lieu of the City withholding five-percent retainage. If a retainage bond is not obtained, the City will withhold 5-percent retainage until the end of the contract. If the contractor provides a retainage bond, the City form must be used.

Contractor shall provide notice of intent to provide retainage bond ten (10) days prior to first invoice. The City may elect to allow submission of retainage bond after the first payment at its discretion.

1.14 WORK BY CITY

The City will award separate work related to this overall project.

Items noted 'NIC' (not in contract) on the drawings will be furnished and installed by the City operating before or concurrently with the work of this contract, and are not included in this contract:

A. Refer to Section 14 21 00, 1.2 B

B. Refer to Section 14 23 00, 1.2 B

C. Refer to Section 14 24 00, 1.2 B

Section 01010 Page 8 Specification No. PG19-0018F

1.15 PRICE ESCALATION/DE-ESCALATION CLAUSE

The contractor shall guarantee firm pricing for the duration of the modernization work for both the modernization and service portions of this contract. Once the modernization work is completed, and with the continuation of the maintenance portion of the contract, the City will begin escalation, increasing the service portion by the Consumer Price Index (CPI) for Seattle-Tacoma-Bellevue, Washington 12-Month Index beginning the month following the completion of the modernization work and every year there-after including additional years of service, if the contract is extended.

END OF SECTION

Section 01025 Page 1 Specification No. PG19-0018F

SECTION 01025 - MEASUREMENT AND PAYMENT

1.1 ADMINISTRATION

A. AUTHORITY

Payment will be made monthly based on the schedule of values. Percent completion will be calculated by the engineer based on schedule of values and material on hand. Material not on the project site will not be paid for. Once material is on hand, it will be considered part of the job and shall not be removed for any reason until the entire job is complete.

The City will make payments for major pieces of equipment and for large lots of materials for larger projects. If a line item for installation and commissioning exists in the schedule of values, the engineer may elect to pay 100-percent of the material or equipment cost. If such line items are negligible as compared to the cost of the equipment, the engineer, at his discretion, may elect to hold up to 20-percent of the cost of major equipment or materials until such a time as the equipment is installed, tested, and accepted by the City.

If the City elects to make payments for major pieces of equipment, the equipment shall still belong to the contractor until the equipment has been installed and fully commissioned to acceptable operating conditions. Any payment for equipment or materials shall not be construed as acceptance, and the contractor shall warrant all equipment as if not paid for by the City.

In case work is suspended, nearly suspended, or in case only unimportant progress is being made, the engineer may, at their discretion, make progress estimates at longer intervals than once a month.

Modify Section 2.14 of the General Provisions as follows.

Invoices shall be mailed to the attention of:

Business Systems Tacoma Power Generation/Plant Engineering 3628 South 35th Street Tacoma, Washington 98409

NOTE: All questions regarding contract status or payments should be directed to the project engineer.

B. UNIT QUANTITIES SPECIFIED

Quantities indicated in the proposal are for bidding and contract purposes only. Quantities and measurements supplied or placed in the work and verified by the engineer and contractor determine payment.

Adjustments to contract prices due to changes in quantity shall be in accordance with the latest edition of the Standard Specifications, unless otherwise modified by this specification.

The City reserves the right to delete any bid item from the contract by notifying the contractor in writing of its intent. In the event of deleted work, the contractor’s sole compensation shall be the money due the contractor for materials that had been purchased and obtained by the contractor prior to the deletion of the work.

Section 01025 Page 2 Specification No. PG19-0018F

C. CONTRACT PRICE

The lump sum and unit bid prices shall be full and complete compensation for the contract work stated, together with all appurtenances incidental thereto, including materials, equipment, tools, labor, and all the costs to the contractor for completing the contract in accordance with the plans, specifications, and instructions of the engineer.

All work not specifically described or mentioned in these specifications, but are required to be constructed to achieve complete and operable systems, structures or amenities shall be considered incidental items of work, not separately compensable, and its price included in items of work specified in the specifications.

D. NON-PAYMENT FOR REJECTED OR SURPLUS PRODUCTS

Payment will not be made for any of the following:

1. Products wasted or disposed of in a manner that is not acceptable

2. Products determined as unacceptable before or after placement

3. Products not completely unloaded from the transporting vehicle

4. Products placed beyond the lines and levels of the required work

5. Products remaining on hand after completion of the work

6. Loading, hauling and disposing of rejected products

E. WORK INCIDENTAL TO BID ITEMS

The following list indicates work which shall be considered incidental to the appropriate bid item as listed in the proposal:

1. Safety barricades to keep work area separated and safe.

2. Security training for entering the complex and individual buildings (See Section 01500, 1.3)

1.2 PROPOSAL ITEMS

BID ITEMS 1A, 2A, 3A, 4A, 5A MODERNIZATION OF TRACTION ELEVATORS IN ABN

A. MEASUREMENT

The work under this bid item shall include all labor, materials and equipment required to modernize the listed traction elevator with multiple landings, elevator machine room, and pit in accordance with the specifications and provided by the contractor.

The elevator shall be modernized in strict accordance with the Rules and Regulations for elevators.

B. PAYMENT

Payment will be lump sum (LS) for each independent Elevator as listed in the proposal. Payment will include all labor, equipment, materials and necessary tools to perform all work modernizing elevators at the Tacoma Public Utilities. Payments will be subject the “Schedule of Valves” and percent of work completed for each elevator.

Section 01025 Page 3 Specification No. PG19-0018F

BID ITEM 6A. MODERNIZATION OF HYDRAULIC ELEVATOR (ECC)

A. MEASUREMENT

The work under this bid item shall include all labor, materials and equipment required to modernize the hydraulic elevator with multiple landings, elevator machine room, and pit in accordance with the plans provided by the contractor and approved by the City.

The elevator shall be modernized in strict accordance with the Rules and Regulations for elevators listed in Section 14 20 00, Part 1, 1.2 – Applicable Documents and as required by the State of Washington.

B. PAYMENT

Payment will be lump sum (LS) for each elevator as listed in the proposal. Payment will include all labor, equipment, materials and necessary tools to perform all work modernizing elevators at the Tacoma Public Utilities. Payments will be subject the “Schedule of Valves” and percent of work completed as listed in the proposal for each elevator.

BID ITEMS 7A THRU 20A FIVE (5) YEAR SERVICE AND PREVENTIVE MAINTENANCE

A. MEASUREMENT

The work under this bid item shall include all labor, materials and equipment required to provide preventive maintenance for elevators with multiple landings, elevator machine room, and pit in strict accordance with the attached plans and specifications for five (5) years plus up to three (3) years if mutually agreed beginning at award of contract.

The elevator shall be properly maintained in strict accordance with the Rules and Regulations for elevators listed in Section 14 20 00, Part 1, 1.2 – Applicable Documents and as required by the State of Washington.

B. PAYMENT

Measurement of payment will be per Year (Year) for elevator preventive maintenance for all labor, equipment, materials and tools necessary to perform all work. Payments shall be billed monthly for the maintenance of each elevator. No monthly payment will be made for an elevator that is out of service greater than thirty (30) days.

BID ITEMS 7B1, 8B1, AND 9B1 BID OPTION – MODERNIZATION OF TRACTION ELEVATOR (MOSSYROCK, ALDER, WYNOOCHEE)

A. MEASUREMENT

The elevators listed in this item are optional and the City will award any or all of the optional bid items at its discretion. The City reserves the right to include any or all of the optional work in this bid item at any time within the contract period.

If the City accepts the bid option for this work, this bid item shall include all labor, materials and equipment required to modernize a traction elevator with multiple landings, elevator machine room, and pit in accordance with the City plans provided by the contractor.

The elevator shall be modernized in strict accordance with the Rules and Regulations for elevators listed in Section 14 20 00, Part 1, 1.2 – Applicable Documents and as required by the State of Washington.

Section 01025 Page 4 Specification No. PG19-0018F

B. PAYMENT

Payment will be lump sum (LS) for each elevator. Payment will include all labor, equipment, materials and necessary tools to perform all work.

BID ITEMS 1B, 2B, 3B, 4B, 5B, 6B, 7B2, 8B2, 9B2 BID OPTION – ELEVATOR CAR INTERIOR MODERNIZATION

A. MEASUREMENT

The work under this bid item includes elevator car interior modernization to enhance the cosmetics and operational function within the car excluded from other bid items. If the City elects to modernize the interior of any or all of the elevators, the Engineer will work with the awarded contractor on design function and modernization.

For the purpose of providing a common proposal for all bidders and for that purpose only, the City has estimated the potential cost of bid option work and has entered the amount in the bid proposal to become a part of the total bid by the contractor.

The estimated cost is a budget only and total cost will be defined with a separate cost proposal for this bid item by the awarded contractor. If additional funds are required, these additional funds will be subject to Force account bid item 21A.

B. PAYMENT

Measurement of payment will be lump sum (LS) for Elevator Car Interior Modernization for all labor, equipment, materials and tools necessary to perform all work at the utilities subject to payments based on the “Schedule of Valves” and percent of work completed as listed in the proposal.

21A. FORCE ACCOUNT, PER LUMP SUM

A. MEASUREMENT

Measurement will be made for Force Account in accordance with Section 1-09.6 of the latest edition of the Standard Specifications for Road, Bridge and Municipal Construction of the Washington State Department of Transportation as modified by Force Account Work in the Special Provisions. Payment will be in accordance with Section 14 20 00, 1.29 Heavy Work and Rates.

B. PAYMENT

Payment shall be made for change order items added to the contract which shall be treated as a deduct to the force account remaining available.

“Force Account,” as listed in the proposal

1.3 SCHEDULE OF VALUES LIST

The following listing (as applicable) shall be used by the contractor as a minimum breakdown for Schedule of Values required for this project. An individual Schedule of Values will be required for each elevator to be modernized for the term of the upgrade.

For each item, the contractor shall determine the unit of measure such as lump sum (LS), per each (EA), and as approved by the engineer. The schedule of values shall include the cost of labor, materials, and equipment for each item:

1. Mobilization/Demobilization

2. Demolition

3. Mechanical Equipment

4. Control Equipment

Section 01025 Page 5 Specification No. PG19-0018F

5. Hoistway Upgrades

6. Other Items as Approved by the Engineer

1.4 FORCE ACCOUNT WORK

This section supersedes Section 3.10, Paragraph C of the General Provisions.

In certain circumstances, the contractor may be required to perform additional work. Where the work to be performed is determined to be extra and not attributed to the contractor’s negligence, carelessness, or failure to install permanent controls, it shall be paid in accordance with the unit contract price or by force account.

Such additional work not covered by contract items will be paid for on a force account basis in accordance with Section 1-09.6 of the Standard Specifications or as a negotiated change order with lump sum or unit price items. For the purpose of providing a common proposal for all bidders and for that purpose only, the City has estimated the potential cost of force account work, and has entered the amount in the bid proposal to become a part of the total bid by the contractor. However, there is no guarantee that there will be any force account work.

1.5 NON-PAYMENT FOR REJECTED OR SURPLUS PRODUCTS OR WORK

Payment will not be made for work rejected by the City. Products or work not meeting contract requirements shall be replaced by the contractor at no expense to the City, regardless of the impact to work, schedule or cost.

1.6 AS-BUILTS

The contractor shall provide as-built plans for each elevator upon completion of the work on the elevator.

The final payment for each elevator in this contract will not be released until complete “AS-BUILT” plans are received and approved by the engineer.

END OF SECTION

Section 01040 Page 1 Specification No. PG19-0018F

SECTION 01040 - PROJECT COORDINATION

1.1 PROJECT ENGINEER/LEAD

The project engineer/lead shall be herein referenced as engineer in these specifications.

Construction management for this project with whom the contractor shall coordinate all their activities will be Mr. Jay Madden at 1-253-502-8366 once the notice to commence work is issued. Any changes to these specifications or plans shall be approved by this engineer prior to commencing any work.

Bidder inquiries, regarding technical specifications, may be directed to Jay Madden at 253-502-8366. For general purchasing provisions, contact Samol Hefley, Purchasing, at [email protected].

1.2 MEETINGS

A. PRE-BID MEETING

All bidders are invited to attend a pre-bid meeting as listed in the proposal. Call Jay Madden at 1-253-502-8366 to confirm your attendance.

If you are unable to attend this meeting, please call the SBE (Small Business Enterprise) Office at 253-591-5224, and/or the LEAP (Local Employment and Apprenticeship Program) Office, at 253-591-5826, for instructions in filling out the SBE/LEAP forms or for questions concerning these requirements.

1. Note: Refer to main bid proposal page 8 for additional pre bid site showing.

B. PRE-CONSTRUCTION MEETING

Following award of the contract, the engineer will notify the selected bidder of the time and date of the pre-construction meeting to be held at the project location or the Third Floor Engineering Conference Room, Tacoma Public Utilities Administration Building, 3628 South 35th Street, Tacoma, Washington.

Minutes of the pre-construction meeting will be sent to the contractor and all meeting attendees. Recipients of the pre-construction meeting minutes will be required to direct any comments or changes to these minutes to the engineer within seven (7) days from the date of receipt. If no changes or comments are received within the seven (7) days, the meeting minutes will be kept by the engineer and become part of the project file.

C. SITE MEETINGS

The engineer will schedule weekly meetings at the project site prior to each major phase or section of work; prior to installing major pieces of equipment as identified by the engineer; and on an as-needed basis. Attendance is required of the contractor, site lead mechanic and major subcontractors at all such meetings. The engineer will notify the contractor of all required site meetings during the pre-construction meeting. Agenda will follow the same format as the pre-construction conference for applicable items.

Minutes of the weekly site meeting will be sent to the contractor and all meeting attendees. Recipients of the pre-construction meeting minutes will be required to direct any comments or changes to these minutes to the engineer within seven (7) days from the date of receipt. If no changes or comments are received within the seven (7) days, the meeting minutes will be kept by the engineer and become part of the project file.

D. CONSTRUCTION WASTE MANAGEMENT MEETINGS

1. Contractor may discuss waste management goals and issues as part of the following regular meetings.

Section 01040 Page 2 Specification No. PG19-0018F

2. Questions concerning waste management shall be directed to City of Tacoma, Solid Waste Manager, at 253-593-7719.

E. COORDINATION MEETING WITH OTHER CONTRACTORS

While this project is underway there will be other major general contractors and City crews performing work in the vicinity of the project.

Work on these projects may require:

1. Mobilizing and using cranes

2. Concrete pumping

3. Loading and unloading of materials for these projects

4. Disruptions to the work areas adjacent to this project and other activities which must be coordinated among the City and all affected contractors.

As such, there may be coordination meetings required throughout the project depending on the other contracts and at the discretion of the engineer.

These meetings will be attended by the contractor and/or lead mechanic and City project managers. These meetings will be to discuss any concerns which affect building systems or yard usage and any outages must be discussed in these meetings to obtain City approval. Adequate notice for major activities must be included in the contractor’s schedule or at these meetings to allow for coordination with other contractors or City to mitigate specific construction activities.

1.3 PERMITS

The contractor shall be responsible to apply for, pay for, and obtain under the term of the bid contract (except where noted).

The contractor shall apply for, obtain and pay for all other required permits as set forth in Section 3.02 of the General Provisions.

The City will issue to the contractor a complimentary electrical permit at the Utility’s Electrical Permit Counter for work within Tacoma Power’s area of jurisdictional authority. Questions concerning this process shall be directed to the engineer. Electrical permits required by other jurisdictions shall be applied for, obtained and payed for by the contractor as inclusive to the project.

1.4 COORDINATION WITH OTHERS

A. OPERATION OF EXISTING FACILITIES

The facilities or portions of facilities within the project limits must be kept in continuous operation throughout the construction period. No interruption will be permitted which adversely affects the degree of service provided. Provided permission is obtained by the City in advance, portions of the existing facilities may be taken out of service for short periods.

It is possible that other contractors or the City will be working in the project area and other buildings at the elevator modernization project during the time of construction. It shall be the responsibility of this contractor to coordinate its work with all other agencies and/or contractors within the project area.

The contractor shall be responsible to minimize disruptions to building occupants during working hours 7:00 a.m. to 4:00 p.m., Monday through Friday.

The contractor shall be responsible for coordinating and scheduling the work to be performed by the City so that it coincides with the contractor’s work.

Section 01040 Page 3 Specification No. PG19-0018F

All construction activities shall be coordinated daily with the engineer or their designated representative. Changes to the schedule that will impact on dates shown as milestones on the schedule shall be coordinated with the engineer on a daily basis.

The City will be using this facility for ongoing daily operations.

The contractor shall become familiar with the ongoing operations and include all coordination required as part of the bid. The contractor shall follow all requirements of the City and do all coordination as part of the required work.

B. SCHEDULE AND COORDINATION OF WORK

The contractor shall coordinate scheduling, submittals, and all work specified herein to assure efficient and orderly sequence of the installation of interdependent construction elements with provisions for accommodating items installed later.

1.5 DIVISION OF WORK

A. MATERIAL FURNISHED AND INSTALLED BY CONTRACTOR

The contractor shall furnish and pay for all necessary materials and shall provide all labor, tools, equipment and lead mechanic, and perform all work incidental to the completion of the project as contemplated by this contract in accordance with the plans, specifications, and instructions of the engineer.

Each subcontractor shall furnish and install all materials and equipment unless otherwise specified.

Requests for use of alternate materials shall be submitted prior to bid opening in accordance with Section 01300, Paragraph 1.4 – “Or Equal” Clause or Substitutions.

B. WORK TO BE DONE BY CITY

The City will provide all materials and perform all work to:

1. Refer to Specification Section 14 21 01, 1.2 B

2. Refer to Specification Section 14 21 02, 1.2 B

3. Refer to Specification Section 14 21 03, 1.2 B

4. Refer to Specification Section 14 24 00, 1.2 B

Notify the engineer a minimum of four (4) days prior to needing any work performed by the City.

Items noted N.I.C. (not in contract) on the drawings will be furnished and installed by the City before or concurrently with the work of this contract and are not included in this contract.

The contractor shall be responsible for coordinating and scheduling the work to be performed by the City so that it coincides with their work.

1.6 LIMITATION OF CONTRACTOR'S WORK AREA/OR CONTRACTOR'S USE OF PREMISES

A. BARRIERS

Refer to Section 14 20 00, 1.26 - Protection.

B. WORK BY OTHERS AND WORK BY CITY

At the time of construction of the elevator modernization project, several other contractors will be on site performing other construction projects. The contractor shall coordinate all activities with the City during the construction period.

Section 01040 Page 4 Specification No. PG19-0018F

C. CONTRACTOR’S USE OF PREMISES

All requests for use of areas not designated for use by the contractor shall be made in writing to the engineer for approval at least four (4) days in advance of the need. The engineer shall approve those areas for use prior to use by the contractor.

All staging and work areas shall be submitted with bids for approval by the engineer.

1.7 HAZARDOUS MATERIALS

The City has tested areas of work to be disturbed during construction. The contractor is required to follow all local, state, and federal laws pertaining to the disturbance, removal, handling, storing, transporting, and disposal of all materials deemed hazardous by law.

All work shall be performed by workers certified by Washington State Department of Labor and Industries as having successfully completed a state approved training course. All work shall be in accordance with EPA Title 40 CFR.

1.8 CONTRACT CHANGES

The City has developed four (4) forms to facilitate and track communications with the contractor. These are the Request for Information (RFI), Engineering Change Directive (ECD), Proposal Request (PR), and Change Order Proposal (COP). These forms are included at the end of the Special Provisions.

The Request for Information (RFI) shall be used by the contractor whenever written direction on conflicts in plans, insufficient or unconstructable detail is shown, or any other issue which should be documented arises. The City may also use the form to inquire on contractor’s methods, schedule or other issues not warranting more formal letter correspondence. The contractor shall maintain the numbering system and, as such, any issued by the City will be unnumbered until delivered to the contractor.

The Engineering Change Directive (ECD) shall be used by the City to transmit new or revised drawings, issue additions or modifications to the contract or furnish any other direction which should be documented. Directives are effective immediately. Should the contractor believe that such Directive should result in either a change in cost or time for the project, they shall notify the engineer prior to commencing such work and, if possible, submit a Change Order Proposal prior to the start of such work, but in no case, more than seven (7) days from receipt of said Directive.

In the event the City does not receive a Change Order Proposal from the contractor within seven (7) calendar days of the contractor’s receipt of a Directive from the City, the contractor shall have no claim for extra cost or time or impacts attributable to the work required by the Directive. (Directives are numbered by the City.) Once the City and the contractor have established a price for the changes required by the Directive or any other request by the City for a change in the work, and a Change Order Proposal issues reflecting the agreed upon price, it is agreed and understood that the price reflected by the Change Order Proposal shall include all direct costs, indirect costs, and the contractor’s estimate of impacts to its work, including but not limited to delay impacts, and shall represent a full and final settlement of all issues pertaining to the work required by the Directive, and work performed by the contractor up to the date of the Change Order Proposal.

The Proposal Request (PR) shall be used by the City to request pricing on a possible change in plans or additional work. The PR may also be used to request credits for deletion or changes in scope of work. The contractor shall respond to such requests with a Change Order Proposal within seven (7) days from receipt of said Request unless more time has been agreed to. Requests are numbered by the City.

Section 01040 Page 5 Specification No. PG19-0018F

The Change Order Proposal (COP) shall be used by the contractor to respond to City issued Proposal Requests, Engineering Change Directives or when the contractor believes that changed conditions or omitted, but necessary, work items exist. The COP may be used for requested changes in cost or time of the contract. COPs shall be numbered by the contractor, and, in the case of revision or resubmission of the same basic COP, the number shall be hyphenated with the letter “B”, “C”, etc.

1.9 DIFFERING SITE CONDITION

Differing site conditions shall be administered in accordance with Sections 1.04.5, 1.04.7, and 1.09.11 of the Standard Specifications except as stipulated in these Special and General Provisions. Contractor shall have no claim for additional costs or work, if it fails to submit a written RFI to the City immediately upon encountering any differing site condition, conflicts in the plans, specifications, or constructability issues.

The contractor shall promptly, and before conditions are disturbed, notify the engineer or their field representative of problems with subsurface conditions at the site, problems or conflicts in the plans or specifications or problems on constructability. A written Request for Information (RFI) shall be submitted by the contractor when such problems and direction are required.

The engineer shall promptly investigate the conditions, and if agreed upon with the contractor, adjustment shall be made on the appropriate details in writing to facilitate construction. The response may be on the RFI or may necessitate an Engineering Change Directive (ECD) or Proposal Request (PR). No claim by the contractor under this differing site condition shall be allowed except as agreed upon in writing with the engineer.

Whenever possible, should the City desire extra work to be performed a Proposal Request (PR) shall be sent to the contractor.

Whenever possible, the contractor shall submit in advance and in writing, a Change Order Proposal (COP) for changes in the scope of work and/or contract amount. This proposal shall be either accepted or rejected in writing by the project engineer prior to work commencing. When no agreement can be reached, the City may order extra work on force account.

When time is short, the contractor shall notify the City extra work is required or the City shall notify the contractor that extra work is needed and at a minimum, the engineer shall issue a handwritten Engineering Change Directive. In such cases, said handwritten Directive will not be considered as agreement that such work is extra. Within seven (7) days, the contractor shall submit a written Change Order Proposal for changes in the scope of work and/or contract amount.

1.10 CONSTRUCTION PROGRESS SCHEDULES

A. FORMAT

The contractor shall prepare schedules as a horizontal bar chart with separate bar for each major portion of work or operation, identifying the first work day of each week and include holidays and times when facility will not be available to contractor for City installed work.

B. CONTENT

This schedule shall be activity-oriented showing as nearly as can be determined the starting and completion dates of each event. The schedule shall show the materials delivery, structure erection, and installation. It will include the start and completion of each major civil, structural, mechanical, communications and electrical item of work critical to the general contractor's operation.

Section 01040 Page 6 Specification No. PG19-0018F

Show complete sequence of construction, by activity, with dates for beginning and completion of each element of construction.

Identify each task by the appropriate proposal bid item number and subcontractor responsible.

As a minimum, the following tasks shall be included on the schedule for each elevator:

1. Submittals and Drawings

2. Equipment Procurement

3. Modernization

4. Demolition

5. Work by City

6. Each Phase of Work by Contractor

7. Completion

8. Commissioning and Testing

9. State Certification

10. Turn Elevator Back to City for Use

C. SEQUENCE SCHEDULING

It shall be the contractor’s responsibility to properly phase in all work specified herein including all work done by subcontractors.

Progress schedules are required to be coordinated with Tacoma Power and updated monthly or when changes occur. Acceptance or approval of the progress schedule does not release the contractor from the responsibility to provide the necessary resources to meet the schedule.

Each elevator shall be scheduled to where one gets completed and all the necessary equipment and associated parts for the next elevator are in hand to modernize the next elevator. The contractor shall schedule the sequence of modernization as listed in “Appendix A – Anticipated Schedule for Modernizing Elevators.”

D. SUBMITTAL

The contractor shall submit initial schedules at the preconstruction meeting or at a minimum of within ten (10) working days after the contract award. After review, if changes are required by the engineer, resubmit required revised data within ten (10) working days.

The contractor shall use the attached Submittal Transmittal form (electronic version is available from the engineer) for all submittals.

Within twenty (20) days of the date of the contract, the contractor and the engineer will reach an agreement on any and all adjustments and all modifications to the submitted schedule which are warranted. The schedule, thus modified, will become part of the contract.

The failure of the contractor to submit a schedule(s), or the inability of the contractor and the City to reach an agreement as to modifications to a schedule, shall not excuse the contractor’s obligation to perform the work required by the specifications in the number of days required by the specification.

Section 01040 Page 7 Specification No. PG19-0018F

Once a month, the City's and the contractor's site representatives will meet and perform a "Line-to-Line" review of items on the schedule, illustrating their plan for meeting the completion dates specified in this contract and the associated construction costs for each subcontractor and/or construction phase percent complete.

1.11 PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS

In addition to Section 3.03 “Notification of Other Governmental Agencies and Utilities When Underground Work is Involved” and Section 3.07 “Protection of Workers and Property” of the General Provisions:

The contractor shall protect from damage the utilities and all other existing improvements not provided for in the proposal or special provisions. The cost of labor, equipment and materials required to protect or replace said items shall be incorporated into the bid for this project.

1.12 CITY OCCUPANCY

The City reserves the right to use or to occupy any substantially completed part of the project, and to use equipment installed under the contract prior to the date of final acceptance. Such use of occupancy shall not constitute acceptance of the work, or any part thereof.

The building and those areas surrounding each elevator not under renovation will be occupied during work. The contractor will cooperate with the City to minimize conflict and to facilitate the City's operations.

The contractor will schedule the work to accommodate this requirement.

1.13 LEAD MECHANIC (LEAD ELEVATOR MECHANIC)

The contractor shall permanently employ a competent lead mechanic (foreman) who shall be present at the project site at all times during the entire progress of the work, except those times when the contractor is demobilized. A lead elevator mechanic may be approved as a foreman as long as that mechanic will be assigned to the project.

A. LEAD ELEVATOR MECHANIC (OR FOREMAN)

The lead elevator mechanic shall be on site even when only a subcontractor is working, unless otherwise approved by the engineer. The foreman shall be satisfactory to the contractor, and shall have full authority to act on their behalf.

It will be the foreman's responsibility to have a set of plans and specifications on the project site during the progress of the work. The foreman shall mark or record on the plans all changes made during construction. Such redline "AS-BUILT" plans shall be available to the engineer at all times and shall be delivered to the engineer upon completion of the work.

The lead mechanic initially assigned to the project by the general contractor shall remain lead mechanic for the duration of the contract. If the lead mechanic is replaced, all work shall stop until an additional preconstruction meeting with the City is held. This work stoppage will be at the contractor’s expense. The completion date shall remain unchanged, regardless of any work stoppage.

1.14 CLEAN UP

In addition to Section 3.11 - Cleaning Up of the General Provisions

A. DAILY

The contractor and the City inspector will walk the site daily and as required to determine the clean up and restoration required.

Section 01040 Page 8 Specification No. PG19-0018F

All areas shall be left safe, clean and free of debris.

Surplus excavation, conduit material, tools, temporary structures, dirt and rubbish shall be removed and disposed of by the contractor, and the construction site shall be left clean to the satisfaction of the engineer.

Clean up is considered incidental to the project and no payment will be allowed.

Collect waste daily and when containers are full, legally dispose of waste off site.

Clean-up of any area impacted by the construction shall be done weekly or as directed/instructed by the engineer.

END OF SECTION

CHANGE ORDER PROPOSAL (COP) (This form shall be used by the contractor to respond to City issued Proposal Requests, Engineering Change Directives or when the contractor believes that changed conditions or omitted, but necessary, work items exist. The COP may be used for requested changes in cost or time of the contract.)

COP Master 3-2016 Rev. 3/1/2016

COP No.: (Contractor Assigns)

REF. Doc.: (Initiating a RFI, ECD or PR)

Date:

Project Title:

Specification No.: Contract No.:

Contractor: Owner:

Tacoma Power/Generation 3628 South 35th Street Tacoma, WA 98409

Title:

Architectural Civil Structural Mechanical Electrical Other

Scope of Change:

Initiated By: Representing:

(Name) (Company)

Cost/Credit: Time Extension Request:

Attachment Type:

(Supporting Documentation)

This change order proposal shall include ALL labor, material, equipment, subcontractor costs, mark-ups including overhead, profit, any other direct and/or indirect costs, and any requests for additional time associated with the change in the scope of work.

City’s Response:

Action: Approved Unapproved Revise and Resubmit (Select only one)

Prior to any extra work the contractor shall submit a written Change Order Proposal (COP). See Section 01040, Contract Changes, of the specification for this Contract.

Response By: Attachment Type:

(Name) (Supporting Documentation)

Representing: Response Date:

(Company) (Date)

Cc:

ENGINEERING CHANGE DIRECTIVE (ECD) (This form shall be used by the City to transmit new or revised drawings, issue additions or modifications to the contract or furnish any other direction which should be documented.)

ECD Master 3-2016 Rev. 3/1/2016

ECD No.: (City Assigns)

Date:

Project Title:

Specification No.: Contract No.:

Contractor: Owner:

Tacoma Power/Generation 3628 South 35th Street Tacoma, WA 98409

Title:

Architectural Civil Structural Mechanical Electrical Other

You are hereby directed to make the following modification(s) in the Scope of Work in this Contract:

This document becomes effective upon receipt by the Contractor, with signature of an approved City representative. The Contractor shall then commence with modifications(s) listed above.

Attachment Type: Initiated By:

(Supporting Documentation) (Name)

Representing:

(Company)

Contractor’s Response:

This ECD: Will Not May Will (select one box only) result in a claim by the Contractor.

Prior to any extra work the contractor shall submit a written Change Order Proposal (COP). See Section 01040, Contract Changes, of the specification for this Contract.

Attachment Type: Response By:

(Supporting Documentation) (Name)

Response Date: Representing:

(Date) (Company)

Cc:

REQUEST FOR INFORMATION (RFI) (This form shall be used by the contractor whenever written direction on conflicts in plans, insufficient or unconstructable detail is shown, or any other issue which should be documented arises; or by the City when additional clarification is required.)

RFI Master 3-2016 Rev. 3/1/2016

RFI No.: (Contractor Assigns)

Date:

Project Title:

Specification No.: Contract No.:

Contractor: Owner:

Tacoma Power/Generation 3628 South 35th Street Tacoma, WA 98409

Subject:

Architectural Civil Structural Mechanical Electrical Other

Requested Information:

Attachment Type: Initiated By:

(Supporting Documentation) (Name)

Response Required: Representing:

(Date) (Company)

Response:

Attachment Type: Response By:

(Supporting Documentation) (Name)

Representing:

Prior to any extra work the contractor shall submit a written Change Order Proposal (COP). See Section 01040, Contract Changes, of the specification for this Contract.

(Company)

Response Date:

(Date)

City Approval:

The owner (Tacoma Power) reviewed the foregoing request and finds the response to be in order.

Project Engineer: Response Date:

(Name) (Date)

Cc:

PROPOSAL REQUEST (PR) (This form shall be used by the City to request

pricing on a possible change in plans or additional work. The PR may also be used to request credits for deletion or changes in scope of work.)

PR Master 3-2016 Rev. 3/1/2016

PR No.: (City Assigns)

Date:

Project Title:

Specification No.: Contract No.:

Contractor: Owner:

Tacoma Power/Generation 3628 South 35th Street Tacoma, WA 98409

Subject:

Architectural Civil Structural Mechanical Electrical Other

Scope of Request:

Attachment Type:

(Supporting Documentation)

This is not a change order or a notice to proceed with the described work. Prior to any extra work the contractor shall submit a written Change Order Proposal (COP). See Section 01040, Contract Changes, of the specification for this Contract.

Initiated By: Representing:

(Name) (Company)

Cc:

CONTRACTOR SUBMITTAL TRANSMITTAL

Contractor Submittal Transmittal Master 3-2016a Rev. 3/1/2016

Submittal No.: (Contractor Assigns)

Date:

Project Title:

Specification No.: Contract No.:

Contractor: Owner:

Tacoma Power/Generation 3628 South 35th Street Tacoma, WA 98409

Subject:

Architectural Civil Structural Mechanical Electrical Other

Sending the Following Item(s):

Submittals Product/Data Samples Plans Shop Drawings Copies

Specifications Contract Other:

Copies Section Description of Product/Data Manufacturer

Transmitted as:

For Approval For Your Use Per Your Request For Review and Comment

Other:

Remarks:

For Use by Architect/Engineer:

No Exception Taken Make Corrections Noted Revise and Resubmit Rejected (See Response)

Corrections or comments made on the shop drawings during this review do not relieve Contractor from compliance with the requirements of the drawings and specifications. This check is only for review of general conformance with the design concept of the project and general compliance with the information given in the contract documents. The contractor is responsible for confirming and correlating all quantities and dimensions, selecting fabrication processes and techniques of construction, coordinating his work with that of all other contractors and agencies performing his work in a safe and satisfactory manner.

Response Date: Response By:

(Date) (Name

Section 01300 Page 1 Specification No. PG19-0018F

SECTION 01300 - SUBMITTALS AND SHOP DRAWINGS

1.1 SUBMITTALS REQUIRED/REQUESTED WITH BID

In addition to the items listed in the Bidders Checklist, the bidders shall submit with their bid package the following information. This information will be used for evaluation purposes.

1. Experience and success of both company and lead mechanic completing at least three (3) projects of similar scope, complexity, and overall cost. A detailed list of comparable projects with current list of contacts shall be submitted with the bids.

2. A minimum of ten (10) documented years experience for lead mechanic in modernizing traction and hydraulic elevators. Bidders shall submit a resume of named lead mechanic with their bids.

3. A summary of the procedure to be employed in the construction of the modernizing traction and hydraulic elevators and any special techniques to be incorporated.

4. Proposed design and construction methods for modernizing the elevators including equipment, lead time, and sequence of construction.

5. Provide complete schedules showing each elevator’s project schedule construction time line. Include the time each will be taken out of service to final commissioning and back in service. Modernization sequence: Bid Item 3A, 1A, 2A, 5A, 4A, 6A, 7B1, 8B1, 9B1. Break each elevation into separate scheduled phases:

a. Design and Permitting Phase

b. Equipment Procurement Phase

c. Construction Phase

d. Commissioning Phase

1.2 DOCUMENTS REQUIRED AT PRECONSTRUCTION CONFERENCE

A. Work Hazard Analysis Report as required in Paragraph 3.06(B) of the General Provisions.

B. Construction Schedule as required in Section 01040 – Project Coordination.

C. List of Subcontractors, including each subcontractor’s address, telephone number, and contact person to be used on this project.

D. List of Number and Names of Workers, Equipment List, and Working Site Layout or Requirements.

E. List of Products.

F. List of Principal Suppliers and Fabricators.

G. SCHEDULE OF VALUES (IF LUMP SUM BID)

Submit a detailed list of items to be included in the Schedule of Values within ten (10) days of award of contract for approval by the engineer.

Submit a schedule of values within ten (10) days after award of contract for all components of the construction. A separate Schedule of Values shall be prepared for proposal items 1A, 2A, 3A, 4A, 5A, and 6A. If the City accepts any bid options (7B1, 8B1, 9B1), the contractor shall provide separate schedule of values for each bid option. Schedule of values will be used by the engineer to calculate monthly payment for percent completion as indicated in Section 01025.

Section 01300 Page 2 Specification No. PG19-0018F

Use the specification Table of Contents as a guide to establish the format for the Schedule of Values. Provide at least one (1) line item for each product or work function in each specification section and component of work to include pricing such as to lump sum (LS), per each (EA), linear feet (LF), ton (TON), or cubic yard (CY) prices as approved by the engineer.

1. Arrange the Schedule of Values in tabular form with separate columns to indicate the following for each item listed (as example):

a. Related Specification Section or Division

b. Description of Work

c. Section of Work

d. Phase of Work

e. Name of Supplier

f. Change Orders (Numbers) that Affect Value

g. Dollar Value either in dollars or as a percentage of the contract sum rounded to the nearest one-hundredth percent, adjusted to total 100-percent.

2. Provide a breakdown of the contract sum in sufficient detail to facilitate continued evaluation of applications for payment and progress reports. Coordinate with the project manual table of contents. Break principal subcontract amounts down into several line items.

3. Round amounts to nearest whole dollar; the total shall equal the contract sum.

4. Provide a separate line item in the Schedule of Values for each part of the work where applications for payment may include materials or equipment purchased or fabricated and stored, but not yet installed.

I. SCHEDULE UPDATING

Update and resubmit the Schedule of Values prior to the next application for payment or when change orders or engineering change directives result in a change in the contract sum as directed by the engineer.

1.3 SUBMITTALS AND SHOP DRAWINGS DURING CONSTRUCTION

See also Section 14 20 00 – General Conditions and Specifications for Elevator Modernization and Preventative Maintenance, and the remaining Division 14 Specifications for required submittals.

Submittals and shop drawings submitted to the City as specified herein are intended to show compliance with the contract documents. Signatures, corrections or comments made on submittals do not relieve the contractor from compliance with requirements of the drawings and specifications. Neither does acceptance or approval of submittals by signature add to or delete from any contract requirements resulting from these specifications regardless of the wording of the submittals. Submittals will not be reviewed or approved when the term “By Others” is used. Submittals are reviewed or approved for general conformance with the design concept of the project and general compliance with the information given in the contract documents.

The contractor is responsible for confirming and correlating all quantities and dimensions, selecting fabrication processed and techniques of construction, coordinating their work with that of other contractors and agencies, and performing their work in a safe and satisfactory manner. Piece-mealing of submittals will not be accepted.

Section 01300 Page 3 Specification No. PG19-0018F

A. SUBMITTALS PROCEDURES

1. Submittal Requirements: Submit as specified under individual sections. Submittals not requested will not be recognized or processed.

2. Transmittal Form: Accompany each submittal with transmittal letter. Transmittal form will be supplied by the engineer.

3. Submittal Numbering: Sequentially number transmittal forms in order submitted. Add alphabetic suffix to original submittal number of re-submittals.

4. Submittal Identification: Include project, contractor, subcontractor or supplier, pertinent drawing and detail number, specification section number, manufacturer, fabrication, product, material, and, as appropriate

5. Schedule of Submittals: Deliver to engineer, promptly, to meet critical path, and lead times as required to expedite the project.

6. Turn-Around Time: Allow from time of receipt ten (10) working days for each submittal and each re-submittal to be reviewed by the engineer.

7. Critical Issues: Prior to submittal, communicate with engineer reason for critical issue. Upon approval, allow ten (10) working days turn-around time from time of receipt by engineer.

8. Coordination and Consolidation of Submittals: Submit related items, sections or trades under one (1) submittal package for each unit of work or system where possible.

9. Product and System Limitations: Indicate conditions which may be detrimental to successful performance or completion of work.

10. Substitutions to Specified Items: Submit for approval in accordance with Section 1.4 “Or Equal” Clause or Substitution. Do not indicate or otherwise imply substitutions to specified items, except as approved.

11. Job Site Office Records: Maintain one (1) copy of every submittal, regardless of status, along with a current submittal log. Ensure that the most current, architect, and engineer stamped shop drawings and product data are distributed and subsequently used in connection with the work.

12. Re-Submittal Requirements: Revise initial submittal as directed and re-submit. Following procedures specified for the initial submittal. Make any corrections or changes in the submittals required by the engineer. Revise and make any further re-submittals until no exceptions are taken. Identify changes on re-submittal made since previous submittal.

13. Other Pertinent Submittals: Provide templates, inserts, and as applicable in timely fashion to other trades.

B. SCHEDULE OF SUBMITTALS

1. Within ten (10) days of notice to proceed, prepare schedule of submittals for shop drawings, product data, samples, and as specified for each section. Update as requested by engineer.

2. Identify individual delivery, long lead times, and critical ordering deadlines. Include ordering dates for each item including individual parts of major submittals.

3. Indicate specified time allocated for review, turn around and distribution.

4. Identify decision dates for selection of colors and finishes not scheduled or otherwise approved.

Section 01300 Page 4 Specification No. PG19-0018F

5. Within ten (10) days after notice to proceed, and in accordance with the conditions of the contract, submit list of major products proposed for use with name of manufacturer, tradesman, and model number of each product.

6. For products specified only by reference standards, give manufacturer, tradesman, model or catalog designation and reference standards.

C. SHOP DRAWINGS

1. Number and Format: Submit two (2) copies of each size.

2. Submittal Procedure: Submit for engineer’s review in accordance with submittal procedures specified in this section. After approved drawings are return, the contractor shall reproduce and distribute copies to subcontractors and other entities, as applicable. Maintain one (1) copy of each shop drawing at field office and one (1) for project record documents to be delivered to the engineer at project completion.

3. Maximum Sheet Size: 24-inches by 36-inches or other allowable sizes of 8-1/2-inches by 11-inches or 11-inches by 17-inches.

4. Identification: Reference shop drawing details same as reference on contract documents, including sheet and detail descriptions, schedules and room numbers. Indicate by whom materials, products, work, and installations are supplied, performed or installed. Do not use the expression “by others”.

5. Presentation: Hand drafted or computer generated, delineated to present information in a clear and thorough manner. Freehand drawings not approved.

6. Variations from Contract Documents due to Standard Shop Practices: Make transmittal outlining variation.

7. Engineer Changes to Submittals which affect Contract Sum or Contract Time: Do not distribute to being work related to submittal. Notify engineer immediately.

8. Mechanical and Electrical Utilities, Equipment and Appliance: Include electrical characteristics, connection requirements, rough-ins, location of outlets, wiring, piping diagrams, weight where significant, and as required to describe installation requirements.

D. PRODUCT DATA

1. Number of Copies: Submit two (2) copies to be retained by the engineer.

2. Submittal Procedures: Submit for engineer review in accordance with submittal procedures specified in this section. After review, distribute to subcontractors and other applicable entities. Maintain one (1) copy for project record documents to be delivered to engineer at project completion.

3. Identification: Mark each copy to identify specific products, models, options, tolerances, dimensions, and other pertinent data.

4. Manufacturer’s Standard Data: Modify drawings and diagrams to delete inapplicable information. Supplement to provide pertinent information unique to project.

5. Mechanical and Electrical Utilities, Equipment, and Appliance: Where not shown by shop drawings, include electrical characteristics, connection requirements, rough-ins, location of outlets, wiring, piping diagrams, controls, weight where significant, and as required to describe installation requirements. Correct published product data to correlate with specific project requirements.

Section 01300 Page 5 Specification No. PG19-0018F

E. ELECTRONIC FILES OF MANUALS (FROM VENDORS):

1. Electronic manuals must be submitted in .PDF and compatible with the latest version of Adobe Professional.

2. Manuals should be scanned at 300 DPI (minimum).

3. Color originals should be scanned to color images if possible.

4. All .PDF files should be scanned at using Optical Character Recognition (OCR)

5. A manual must be submitted as a single .PDF file; addendums and attachments (may or may not include drawings) should not be submitted separately, or in different file formats.

6. Manuals that consist of multiple volumes should be submitted as individual files.

7. Manuals comprised of several sections or chapters should be bookmarked by the vendor.

8. If a vendor wished to include security settings (so that their documents are “read-only”), that is acceptable provided that Tacoma Power can view and print from the file.

F. DESIGN DETAILS

All design details shall be submitted to the City by the contractor during the design phase for review and approval prior to commencing any construction. This includes designs, loads and computations on foundations, connections, columns, beams, and complete details of all structural members and structural connections. During this phase, the contractor shall be required to submit plans, calculations, and all required materials to the applicable authority to obtain all necessary permits for the project.

G. MANUFACTURER INSTRUCTIONS AND CERTIFICATES

Number: Submit one (1) copy of both the manufacturer instructions and certificates.

Content: Include manufacturer’s printed instructions for delivery, storage, preparation, assembly, installation, start-up, adjusting, balancing, and finishing as specified for individual specification sections. Include special procedures, project conditions, and environmental criteria required for application or installation.

H. CODE COMPLIANCE CERTIFICATES

Submit information required as a condition of building permit issued by code authority, including certificate of occupancy, certificate of approval from Fire Marshal, certificate of code compliance from state electrical inspector and state elevator inspector.

1.4 "OR EQUAL" CLAUSE OR SUBSTITUTIONS

A. GENERAL

When the engineer approves a substitution, it is with the understanding that the contractor guarantees the substituted article to be equal to, or better than, the article specified. The engineer will judge the suitability, reliability, and service availability of a proposed substitute. To be considered by the engineer, the request for substitution shall be accompanied with complete physical and technical data, manufacturer's catalogue data, photographs, samples, and the address of the nearest authorized service representative, as applicable.

The decision of the engineer on "OR EQUALS" shall be final.

The requirements of General Provision 2.15 - Approved Equals also applies.

Section 01300 Page 6 Specification No. PG19-0018F

B. PRIOR TO BID OPENING

Substitution approvals will be considered prior to the bid opening if the bidder submits their request for substitution not less than ten (10) working days prior to the date set for bid opening. All substitution requests shall be submitted using the “Substitution Request Form” included in the bid packet and shall be sent to the individual as noted at the top of the form. Substitution requests not received by the named individual will not be evaluated and not allowed as a substitution prior to bidding. Submit all requests and product data in triplicate.

Saturday, Sunday and holidays listed in Paragraph 2.13 of the General Provisions are excluded from the calculation of ten (10) days. An addendum listing such approvals may/will be issued prior to bidding.

Bidders who do not receive prior written approvals of "OR EQUAL" by ten (10) days prior to bid submittal must base their bids on the items specified.

C. AFTER BID OPENING

Proposed substitution and deviation requests shall be reviewed during the time of submittal review.

Substitution and deviation requests will be received and considered only when one or more of following conditions are satisfied:

1. The specified product or method of construction cannot be provided within the contract period and the contractor submittal is submitted within time frame allowed.

2. The specified product or method of construction cannot receive necessary approval by a governing authority, and the requested substitution can be approved.

3. The specified product or method of construction cannot be provided in a manner that is compatible with other materials.

4. A substantial advantage is offered to the Owner, in terms of cost, time, or other considerations of merit.

5. The product as specified includes the statement, “or equal” and one of the above conditions governs

A. The engineer’s decision on all substitution or deviation requests shall be final.

END OF SECTION

Section 01400 Page 1 Specification No. PG19-0018F

SECTION 01400 - QUALITY CONTROL

1.1 REFERENCE STANDARDS

Reference to standards, specifications, manuals or codes of any technical society, organization, or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest Standard Specification manual, code, or laws or regulations in effect at the time of opening of bids (or on the effective date of the agreement if there were no bids), except as may be otherwise specifically stated. However, no provision of any referenced standard, specification, manual, or code (whether or not specifically incorporated by reference in the contract documents) shall be effective to change the duties and responsibilities of City, contractor, or engineer, or employees from those set forth in the contract documents.

Any part of the work not specifically covered by these specifications shall be performed in accordance with the applicable section of the latest Edition of the "Standard Specifications for Road, Bridge and Municipal Construction" as prepared by the Washington State Department of Transportation and the Washington State Department of Public Works Association (APWA) as amended by the latest APWA Amendment No. 1 and the latest City of Tacoma Amendment No. 1.

These specifications will herein be referred to as the Standard Specifications.

1.2 INSPECTION, TESTING AND CERTIFICATION

A. INSPECTION

Construction inspection and testing for the City will be performed by City inspector, City engineer, and City consultant, or others as the City may designate and as the construction situation may dictate. The City inspector will be responsible for insuring that the contractor is complying with the contract plans and specifications.

1. The contractor shall prepare a construction inspection checklist to be presented to the engineer at the preconstruction meeting. The checklist shall include all inspections typically required by local, city and county officials as well as other items as deemed important by the engineer.

2. The contractor shall be required to contact the City 24 hours in advance of all of the construction activities listed on the checklist, have the indicated activity inspected, and the City's inspector initial that the work was performed in accordance with the appropriate technical provision.

3. The checklist shall be posted near each structure and be available for review by the City at all times. These inspections shall be in addition to any required inspections by state or local jurisdictions. The City will prepare a suitable checklist for each building to be constructed and present same to the contractor at the preconstruction meeting.

4. Pre-final Inspection: Contractor shall notify the engineer in writing when all work or portions of work are complete and ready for inspection. The engineer will make a "punchlist" and forward the results of same to the contractor who shall promptly correct any deficiencies noted.

5. Final Inspection: Contractor shall notify the engineer in writing when all punchlist deficiencies have been completed. The engineer will promptly set a time for final inspection at which time the engineer and contractor shall jointly inspect the work. The contractor will promptly correct any further deficiencies noted.

Section 01400 Page 2 Specification No. PG19-0018F

B. LABORATORY SERVICES

Testing for quality control certification or special inspections as required by the permitting authority will be conducted by Tacoma Power and/or an independent laboratory which will be furnished and paid for by the City. Subsequent sampling and testing of rejected material shall be paid for by the contractor.

Failure of the material to achieve the standards will be just cause for rejecting any portion of, and/or all of the material represented by the test. All costs associated with replacement materials or any delays caused by such failure shall be borne by the contractor.

It shall be the contractor’s responsibility to prepare test specimens as required for special inspection as required by the permitting authority or the engineer and the cost shall be incidental to the contract.

C. PERMIT INSPECTIONS

The contractor shall comply with the requirements of all permits. It shall be the contractor's responsibility to contact the permitting authority and schedule all required inspections. The contractor shall notify the Tacoma power inspector of all scheduled inspections.

D. BUILDING ELECTRICAL PERMITS

The contractor shall obtain an electrical building permit from the State of Washington or City of Tacoma as required. Building electrical inspection shall be performed by the State of Washington or City of Tacoma in conjunction with the County permitting authority guidelines.

END OF SECTION

Section 01500 Page 1 Specification No. PG19-0018F

SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS

1.1 UTILITIES

A. ELECTRIC SERVICE

The City will furnish without charge to the contractor 120 volt single phase power at a location specified by the engineer for the contractor's use. The contractor will furnish and maintain all necessary extension cords and adapters in accordance with the applicable rules and regulations. No metering will be required.

B. TELEPHONE SERVICE

The City will not provide telephone service for the contractor. Mobile telephone service is available at the site.

C. WATER

The City will furnish water for use by the contractor at a location specified by the City engineer. The contractor shall furnish all hoses and connectors as necessary to extend water to the job site.

D. SANITARY FACILITIES

The contractor can use the rest rooms available at the Tacoma Public Utilities Businesses. Coordinate use of these rest rooms with the project manager to ensure they are kept clean. Should the contractor fail to maintain the rest rooms, the contractor will be required to furnish sani-cans at their own expense.

E. TEMPORARY FIRE PROTECTION

Provide temporary fire protection until permanent systems supply fire protection needs.

1. Provide adequate numbers and types of fire extinguishers

2. Store combustible materials in fire-safe containers in fire-safe locations

3. Prohibit smoking in hazardous fire-exposure locations

4. Supervise welding operations, combustion-type temporary heating units, and similar sources of fire ignition.

5. Where elevator shaft pressurization exists, ventilation fans shall remain active during elevator modernization unless scheduled otherwise with owner.

6. Provide supplemental exhaust fans(s) for fume removal as required for smoke and dust during construction.

1.2 JOB SHACK

A. JOB SHACK

A job shack is not required, but the contractor shall maintain a location to keep “as-built” plans and specifications and provide access to City inspectors and engineers as required.

B. STORAGE AREA

An area is available for material storage. This area is available for inspection prior to submittal of bids. This material storage area will be required to be used for storage of all construction material with lead time requirements that is required to be on hand at start of construction. Any modification of the storage area for the convenience of the contractor shall be at the contractor's expense and shall be reproved by the engineer.

Section 01500 Page 2 Specification No. PG19-0018F

Contractor may use an alternate area for storage of lead time material providing it is at the contractor's expense and available to the engineer for inspection to verify availability.

1.3 SECURITY AND ACCESS

A. SECURITY PROGRAM

Contractor shall comply with Tacoma Power’s security policies and procedures and take adequate precaution to protect Tacoma Power’s property and employees.

1. Which will require each contractor employee working on the elevator located at the ECC (Bid Item 6A, 6B, 15A) take a (2) hour online training certification with possible additional security access training. All training will be at no additional cost to the contractor.

B. ENTRY CONTROL

1. Procedures for the entry and exit of contractor’s personnel and materials shall be determined at the preconstruction meeting.

2. Contractor shall maintain a current list of contractor and subcontractor personnel available for on-site inspection.

C. RESTRICTIONS AND OPERATIONAL CONTROL

1. Access for Materials: Every effort shall be made to deliver materials to the construction area during the hours of 7:00 a.m. to 4:30 p.m. Only one (1) freight elevator is available for contractor use. Elevators other than the freight elevator shall not be used by the contractor for any reason unless approved by the engineer.

2. Contractor Operations: Access shall be restricted to the immediate work area and access route identified to be used during construction. Contractor shall confine personnel to the immediate work vicinity while on site.

3. Emergency Site Access during Construction: Fire lanes must remain open during construction.

1.4 SAFETY

In addition to Paragraph 3.06 “Safety” of the General Provisions, the contractor shall:

A. WORK HAZARD ANALYSIS

The contractor and their subcontractors shall thoroughly review the scope of work of the proposed project. The contractor will be responsible to indicate a work hazard analysis on the form of "Contractor's Work Hazard Analysis Report" attached with the proposal; i.e., any known or potential safety issues or phases of construction that may require specific safety procedures as identified by WISHA or OSHA regulations, and/or prudent construction practices; i.e., shoring, fall protection, scaffolding, hazardous materials, asbestos removal, etc.

This report shall be completed and submitted to the engineer before the preconstruction conference. A copy of this report will be forwarded to the City Safety Officer for review. A copy of this report shall be maintained at the work site (accessible to the supervisor).

The City will review the submitted report and may require the contractor to clarify their safety procedures submitted or detail their procedures for ensuring safe working conditions for other working conditions not listed in the original submitted report; and/or explain how the procedures meet current safety regulations. In no case, may the contractor commence work until the Job Hazard Analysis Report has been reviewed and approved by the engineer.

Section 01500 Page 3 Specification No. PG19-0018F

1.5 PROTECTION OF ADJACENT AREAS DURING CONSTRUCTION

The contractor shall take any measures, including but not limited to the ones listed below, to protect adjacent areas from the affects of construction.

Installing temporary walls or barriers to completely divide or separate the work area from ongoing Tacoma Power operations. Visqueen or plastic shall be a minimum of 8 mil thick and shall form a continuous barrier sufficient to stop all construction dust and residue. Temporary walls of plywood may require sound deadening in some areas.

Other work and barrier requirements as directed by the engineer to provide separation between the contractor's work area and ongoing Tacoma Power operations.

The contractor shall take any measures, including but not limited to the ones listed below, to protect adjacent areas and quadrants from the affects of construction.

1.6 DUST CONTROL

The contractor shall take reasonable measures to prevent unnecessary dust. Dusty materials in piles or in transit shall be covered when practicable to prevent blowing.

Buildings or operating facilities which may be affected adversely by dust shall be adequately protected from dust. Existing or new machinery, motors, instrument panels, or similar equipment shall be protected by suitable dust screens. Proper ventilation shall be included with dust screens.

1.7 POLLUTION CONTROL

Contractor shall prevent the pollution of drains and watercourses by sanitary wastes, sediment, debris, and other substances resulting from construction activities. No sanitary wastes will be permitted to enter any drain or watercourse other than sanitary sewers. No sediment, debris, or other substances will be permitted to enter sanitary sewers and reasonable measures will be taken to prevent such materials from entering any drain or watercourse.

Nothing in this specification or contract shall be deemed to warrant to the contractor the quality, quantity or usefulness of the property designated for demolition, not designated as salvage, or designated to become the property of the contractor.

END OF SECTION

Section 01550 Page 1 Specification No. PG19-0018F

SECTION 01550 - ASBESTOS REMOVAL

PART 1 GENERAL

1.1 SECTION INCLUDES

This work in this section includes all work that will require disturbance and/or complete removal of asbestos-bearing materials.

There may be the potential that additional locations, not accessible to City inspectors, may contain asbestos. Additional asbestos found at the site, but not specifically detailed, shall be removed by the City. The cost shall be paid for by the City.

A. If the contractor suspects areas contain asbestos, work shall immediately stop until the area can be tested and if found positive, will be removed by the City.

PART 2 PRODUCTS

NOT USED

PART 3 EXECUTION

3.1 GENERAL

A. All asbestos work shall be performed by workers certified by Washington State Department of Labor and Industries as having successfully completed a state approved training course, conforming to Chapter 59.26 RCW.

END OF SECTION

Section 01600 Page 1 Specification No. PG19-0018F

SECTION 01600 - MATERIAL AND EQUIPMENT

1.1 QUALITY OF WORKMANSHIP AND MATERIAL

A. WORKMANSHIP

The contractor shall employ only competent, skillful, and orderly persons to do the work. If, in the engineer’s opinion, a person is incompetent, disorderly or otherwise unsatisfactory, the engineer shall notify the contractor, in writing, of same. The contractor shall immediately discharge such personnel from the work and shall not again employ those person(s) on said contract again. Work shall conform to the highest industry standards.

See General Provisions, Paragraph 3.08 - Contractor - Supervision and Character of Employees for additional requirements.

B. MATERIALS

Materials shall be delivered to the project site in the manufacturer's original containers, bundles or packages unopened with the seals unbroken and the labels intact. Each type of material shall be of the same make and quality throughout. Manufactured articles, materials and equipment shall be installed in accordance with each manufacturer's written directions, unless otherwise specified.

All materials and equipment to be provided under this contract shall conform to the latest edition of the applicable codes, but in no case shall be contrary to the laws of the State of Washington and/or Federal Government.

The equipment supplied shall meet appropriate ANSI, OSHA, WISHA, and all Federal, state, and local standards for the type of equipment provided for its intended use.

Deliver, store and handle products according to manufacturer’s written instructions, using means and methods that will prevent damage, deterioration, and loss, including theft.

1. Schedule delivery to minimize long-term storage and to prevent overcrowding construction spaces.

2. Deliver with labels and written instructions for handling, storing, protecting, and installing.

3. Inspect products at time of delivery for compliance with the contract documents and to ensure items are undamaged and properly protected.

4. Store heavy items in a manner that will not endanger supporting construction.

5. Store products subject to damage on platforms or pallets, under cover in a weather tight enclosure, with ventilation adequate to prevent condensation. Maintain temperature and humidity within range required.

1.2 SALVAGEABLE AND NONSALVAGEABLE MATERIAL

A. SALVAGE TO TACOMA PUBLIC UTILITIES

Contractor shall carefully remove in a manner to prevent damage to all materials and equipment specified or indicated to be salvaged and reused or to remain property of the City. The contractor shall store and protect salvaged items specified or indicated to be reused in the work.

Any items damaged in removal, storage or handling through carelessness or improper procedures shall be replaced by the contractor in kind or with new items.

Section 01600 Page 2 Specification No. PG19-0018F

All materials considered salvageable by the engineer shall be accumulated and tightly packaged in a container suitable for the type of materials being salvaged. Salvaged materials not reused on this job shall be returned to Tacoma Power Warehouse, 3628 South 35th Street (rear), Tacoma, Washington, between the hours of 9:00 A.M. and 2:00 P.M., Monday through Friday.

B. PROPERTY OF CONTRACTOR

Demolition, not indicated for salvage, becomes property of contractor. Removed from site at contractor's expense to a legal waste site obtained by the contractor

Materials deemed to be non-salvageable by the engineer's representative shall be disposed by the contractor to a legal dump site obtain by him. All costs to dispose of non-salvageable materials shall be the contractor's responsibility.

The contractor may, if approved by the City, furnish and install new items in lieu of those specified or indicated to be salvaged and reused, in which case such removed items will become the contractor’s property. Existing materials and equipment removed by the contractor shall not be reused in the work except where so specified or indicated.

END OF SECTION

Section 01700 Page 1 Specification No. PG19-0018F

SECTION 01700 - CONTRACT CLOSEOUT

1.1 DOCUMENTS REQUIRED UPON COMPLETION OF WORK

A. CLOSE OUT PROCEDURES

The contractor shall notify the engineer in writing when identified tasks are complete and ready for inspection. The engineer will make the inspection, forward the results of same to the contractor, who shall promptly correct any deficiencies noted.

The contractor shall notify the engineer in writing when all punchlist deficiencies have been completed. The engineer will promptly set a time for final inspection, at which time the engineer and the contractor shall jointly inspect the work. The contractor will promptly correct any deficiencies noted.

It is possible that other contractors or the City will be working in the project area during the time of construction. It shall be the responsibility of this contractor to coordinate their work with all other agencies and/or contractors within the project area.

B. FINAL DOCUMENTATION

Upon completion of the work and before final payment is made, the contractor shall deliver to the engineer, in addition to such other items specified in these specifications, the following documents:

1. "AS-BUILT" Drawings

"AS-BUILT" drawings and specifications of new or revised existing work, shown in red ink, provided by the general, mechanical, electrical contractors, and all other subcontractors, including all addendum’s, change orders, deviations, changes, elevations, and dimensions of their work from the construction documents, updated monthly during the construction. Monthly payments will not be made until all redlined as-builts are updated.

Two (2) copies of all shop and construction drawings used for the project, the final record drawings (“AS-BUILT” to reflect the actual installation) including one (1) reproducible set of all design drawings and AutoCAD files, if applicable.

NOTE: The final payment for each elevator will not be released until “AS-BUILT” drawings are received and approved by the engineer.

2. Maintenance and Operation Manuals

Three (3) complete sets of maintenance and operation manuals and supplement drawings and one (1) electronic manual (.pdf), if necessary, for the care and maintenance of materials and equipment items installed. These manuals shall be prepared by the manufacturer's representatives, and collected and bound in one (1) brochure by the general contractor. The contractor shall also instruct the City's maintenance personnel to such care and maintenance as directed by the manufacturers.

This manual shall include all air handling equipment, air balancing data, electrical and other mechanical equipment. It shall also include all appliances, products selected and other material as herein specified.

The electronic manual shall be formatted as follows:

a. Electronic manuals must be submitted in .PDF and compatible with the latest version of Adobe Professional.

b. Manuals should be scanned at 300 DPI (minimum).

Section 01700 Page 2 Specification No. PG19-0018F

c. Color originals should be scanned to color images if possible.

d. All .PDF files should be scanned at using Optical Character Recognition (OCR)

e. A manual must be submitted as a single .PDF file; addendums and attachments (may or may not include drawings) should not be submitted separately, or in different file formats.

f. Manuals that consist of multiple volumes should be submitted as individual files.

g. Manuals comprised of several sections or chapters should be bookmarked by the vendor.

h. If a vendor wished to include security settings (so that their documents are “read-only”), that is acceptable provided that Tacoma Power can view and print from the file.

3. All Guarantees and/or Agreements

a. All guarantees, warranties, and/or agreements for such equipment and materials as carry such guarantees.

4. Spare Materials

5. Final Clean Up

a. After all trades have completed their work, and just prior to occupancy, the general contractor shall:

b. Vacuum clean area of work.

c. Removal of all temporary facilities and contractor equipment.

d. Remove labels that are not permanent.

e. Wipe surfaces of mechanical and electrical equipment. Remove excess lubrication.

f. Clean the site. Sweep all areas of work. Remove stains, spills, and foreign deposits.

All surfaces disturbed shall be restored to a condition equal to that before the work began.

Surplus conduit material, tools, temporary structures, dirt and rubbish shall be removed and disposed of by the contractor, and the project area shall be left clean to the satisfaction of the engineer.

Clean up is considered incidental to the project and no measurement and payment will be allowed.

Obtain certificate of occupancy and final inspections from authorities having jurisdiction.

END OF SECTION

Section 01750 Page 1 Specification No. PG19-0018F

SECTION 01750 - LEAD AND OTHER HAZARDOUS MATERIAL REMOVAL

PART 1 GENERAL

1.1 SECTION INCLUDES

The work in this section shall include all work that will require disturbance and/or complete removal of lead-bearing or other hazardous materials.

A. This section is to establish and implement procedures and practices to be used for the removal and disposal of lead based coatings and other hazardous materials.

1. All hazardous waste removal, handling, and disposal shall follow WAC 173-303.

B. If the contractor suspects lead or other hazardous material work shall stop until the City can perform an analysis with the aid of a consultant of areas.

1. The cost of removal, storage, and disposal of the lead or other hazardous material coatings shall be paid for by the City.

PART 2 EXECUTION

2.1 GENERAL

A. All lead and hazardous waste removal work shall be performed by workers that have completed training and are knowledgeable in the removal of lead and hazardous waste materials.

B. All requirements of the county departments of health shall be followed at all times.

END OF SECTION

Section 01950 Page 1 Specification No. PG19-0018F

SECTION 01950 - COLOR SCHEDULE

PART 1 GENERAL

1.1 SUMMARY

This section includes approved colors, textures and finishes.

1.2 SUBMITTALS

Submit under provisions of Section 01300 – Submittals and Shop Drawings color samples as specified by each section.

1.3 COLOR SCHEDULE

Color Schedules will be defined during submittal/approvals.

PART 2 PRODUCTS

2.1 MANUFACTURERS/PRODUCTS

A. As specified in each section or as scheduled on color schedule. Manufacturer’s name listed in parentheses ( ) in the Color Schedule denotes reference for color matching of specified or approved product – regardless of that products manufacturer, to Architect’s color sample.

B. Substitution requests: Submit under provisions of each section in accordance with Section 01300 – Submittals and Shop Drawings.

PART 3 EXECUTION

NOT USED

END OF SECTION

Section 14 20 00 Page 1 Specification No. PG19-0018

TECHNICAL PROVISIONS

DIVISION 14 – CONVEYING EQUIPMENT

SECTION 14 20 00 – GENERAL CONDITIONS AND SPECIFICATIONS FOR ELEVATOR MODERNIZATION AND PREVENTIVE MAINTENANCE

PART 1 GENERAL

1.1 SCOPE

A General Conditions and specification for the Contractor, (hereinafter referred to as "Contractor") to modernize six (6) elevators at the following locations:

1. Administration Building 3628 S 35th ST, Tacoma, WA 98409

Four (4) Passenger Traction Elevators

One (1) Freight Traction Elevator

2. ECC Building 3628 S 35 ST, Tacoma, WA 98409

One (1) Passenger Hydraulic Elevator

B. Optional Bid Items:

1. Wynoochee Powerhouse 5120 Wynoochee Valley RD, Montesano, WA 98563

(1) Traction Elevator

2. Alder Powerhouse 46502 Mountain Hwy E, LaGrande, WA 98348

One (1) Freight Traction Elevator

3. Mossyrock Powerhouse 439 Onion Rock LN, Mossyrock, WA 98564 One (1) Freight Traction Elevator

C. 5-Year Full-Service Maintenance (plus up to three (3) optional years) (hereinafter referred to as the "Services" and/or the "Work") to commence upon full executed contract by City and Contractor on the following equipment listed below. All equipment under this contract shall be maintained in first-class operating condition. Contractor shall furnish all materials and labor, and comply with all requirements of current elevator codes. Contractor shall place into operation a continuing system of full preventive maintenance to provide necessary systematic services for the equipment described herein the preventive maintenance on fourteen (14) elevators at the following locations:

1. Administration Building 3628 S 35th ST, Tacoma, WA 98409

Four (4) Passenger Traction Elevators

One (1) Freight Traction Elevator One (1) ISIS Gen II Elevator

2. ECC Building 3628 S 35 ST, Tacoma, WA 98409 One (1) Passenger Hydraulic Elevator

3. Alder Powerhouse 46502 Mountain Hwy E, LaGrande, WA 98348

One (1) Incline Lift/Surface Tram One (1) Freight Traction Elevator

4. Cushman Powerhouse N 21451 Hwy 101, Shelton, WA 98584

One (1) Incline Lift/Surface Tram

Section 14 20 00 Page 2 Specification No. PG19-0018

One (1) Freight Traction Elevator

5. Cushman Substation 3713 19th St. N, Tacoma, WA 98406 One (1) Freight Traction Elevator

6. Mossyrock Powerhouse 439 Onion Rock LN, Mossyrock, WA 98564 One (1) Freight Traction Elevator

7. Wynoochee Dam 5120 Wynoochee Valley RD, Montesano, WA 98563 One (1) Passenger Traction Elevator

1.2 APPLICABLE STANDARDS

A. Americans with Disabilities Act Accessibility Guidelines (ADAAG)

B. City of Tacoma Requirements and Regulations

C. State of Washington Laws, Codes, Requirements and Regulations

D. WAC Chapter 296-96 WAC - Safety Regulations and Fees for All Elevators, Dumbwaiters, Escalators and Other Conveyances, (or current adopted edition)

E. ASME A17.1-2016/CSA B44-10 - Safety Code for Elevators and Escalators including Part XXIV Elevator Safety Requirements for Seismic Risk Zone 2 or Greater. Also stated in these specifications as Elevator Safety Code

F. ASME A17.2 2017 - Guide for Inspection of Elevators, Escalators and Moving Walks (or current adopted edition)

G. ASME A17.3 2015 - Safety Code for Existing Elevators and Escalators (or current adopted edition)

H. ANSI/NFPA 70 - National Electrical Code, (or current adopted edition)

I. NFPA 72 - National Fire Alarm and Signaling Code, (or current adopted edition)

J. NFPA 13 - Standard for the Installation of Sprinkler Systems, (or current adopted edition)

K. IBC 2015 - International Building Code 2015, (or current adopted edition)

1.3 DEFINITIONS

A. Where "AS SHOWS", "AS INDICATED", "AS DETAILED" or words of similar meaning are used, it shall be understood that reference to the Specifications are made unless otherwise stated. Where "AS DIRECTED", "AS REQUIRED", "AS AUTHORIZED", "AS REVIEWED", "AS ACCEPTED" or words of similar meaning are used, it shall be understood that the direction, requirement, permission, authorization, review or acceptance of Consultant, is intended, unless otherwise stated.

B. The term "PROVIDE" shall be understood to mean the furnishing and installation of equipment including connections and appurtenances complete and ready to use.

C. Terms used are defined in the latest edition of the Safety Code for Elevators and Escalators, ASME A17.1. Any reference to “CODE” in the technical sections shall refer to ASME A17.1.

D. Reference to a device or a part of the equipment applies to the number of devices or parts required to complete the installation.

E. AHJ: Regulatory Authority Having Jurisdiction, City and or State of Washington Elevator Department.

Section 14 20 00 Page 3 Specification No. PG19-0018

F. ASME: American Society of Mechanical Engineers

G. FACP: Fire Alarm Control Panel – processes alarm information and controls outputs.

H. MCP: Maintenance Control Program

I. NFPA: National Fire Protection Association

J. NRTL: Nationally Recognized Testing Laboratory

K. AS-BUILT DRAWINGS: A single set of shop drawings which shall be updated daily during construction.

L. CLEANLINESS: The Contractor is required to maintain the entire elevator system in a clean manner at all times. This includes but is not limited to: removal of oily rags, removal of dirt, grease, and lint, maintaining the exterior of all equipment free of lint, dirt, oil, grease, clean all machine room equipment including, floors, controller/selector, car top, hoistway door track, hanger, interlock, header, strut, hoistway side of sills, underside of car platform, car guides, car door operator, track, hangers, inside area of header, crosshead, guide rail/bracket, fascia, dust cover, pit and inside car station, hall station, lantern and lobby panel. The cleaning must be to a minimum of Elevator Industry Standards, which is stated above, and shall be to the full satisfaction of City. If City decides the cleaning level is below City’s Standards, City has the option of bringing in another Contractor to perform the cleaning (with notice provided and as approved by the City). All costs of the cleaning by another Contractors plus the cost of supervision by City shall be paid by the Contractor that is performing the Preventive Maintenance under this Contract.

M. CONSULTANT: Elevator Consulting Services, Inc.

N. CONTRACTOR: Shall be understood to mean the person, firm or corporation with whom the CITY has entered into the agreement with.

O. EMERGENCY: A failure of the installed system which, in the reasonable opinion of the CITY or AHJ, creates an unsafe or intolerable condition requiring immediate correction.

P. INSTALLER: The installer of conduit, wire and equipment.

Q. LOCAL: The main office and service center are located within 50 miles of the job site.

R. OBSOLESCENCE: Obsolescence is defined as a replacement part not being available for purchase by the Contractor. Contractor shall provide written documentation the replacement part is not available and that the Contractor has exhausted all research in obtaining such replacement parts. Such research would be the review of all firms as listed in the latest edition of Elevator World-"The Source". All local supply firms, including other Contractors must also be researched for availability of replacement parts. If the replacement part is not available, City shall pay the cost for such replacement part as the difference in cost of the new part as compared to the existing part at time of last purchase. Contractor shall provide all documentation of the replacement costs. All labor to install the new replacement part is included in the Contract. The new replacement part, after being installed, shall be included in this Contract and future replacement is included in this Contract at no extra cost to City. If Contractor installs a replacement part different than the original equipment, the new replacement shall not be of the "proprietary" type and the Contractor shall provide, in writing, the manufacture, type and model of the proposed replacement part.

S. OWNER: City of Tacoma

Section 14 20 00 Page 4 Specification No. PG19-0018

T. PREVENTIVE MAINTENANCE: Those services required by Contractor is to provide Preventive Maintenance as defined in this Contract, to prevent malfunctions or shutdowns due to normal wear and tear, to provide for safe operating equipment and to prolong the life of all equipment.

U. RECORD DRAWINGS: Shall include all of the information shown on the As-Built drawings. This information shall be added to AutoCAD Architectural Backgrounds.

V. SHOP DRAWINGS: The drawings created by the contractor (Installer and Vendor) utilizing AutoCAD, submitted for approval and then used and modified by the Installer and Vendor during construction.

1.4 CONTACT INFORMATION

City: Tacoma of Utilities

Name: Jay Madden

Address: 3628 S 35th Street

City/State/Zip: Tacoma, WA 98409

Phone: (253) 502-8366

Email: [email protected]

Contractor

Name: ____________________________

Address: ____________________________

City/State/Zip: ____________________________

Phone: ____________________________

Email: ____________________________

1.5 PROTOCOL COMPLIANCE

A. Contractor shall insure that any and all protocols regarding the provision of Contract services established by City shall be specifically followed. Contractor shall work with City, and any authorized firm contracted to City, to insure proper compliance with said protocols.

1.6 SERVICE QUALITY VALIDATION

A. Insofar as the services provided by the Contractor fails to comply with required standards or has not been provided as per City established protocols, City shall not be obligated to reimburse Contractor for any such service until such deficiencies have been corrected by the Contractor and a successful re-inspection by City or Elevator Consultant is completed.

1.7 CONTRACT ADMINISTRATION

A. Notwithstanding any other provisions of this Contract, or any document referenced herein, City, or other authorized representative, shall be the only entity authorized to make changes in or redirect the work required by this Contract. Where the City's approval is required under the terms of this Contract, it shall be construed to mean the approval of City. In the event Contractor effects any change at the direction of any other individual, the change shall be considered as having been made without authority and shall not be made to the Contract price or performance requirements as a result thereof.

Section 14 20 00 Page 5 Specification No. PG19-0018

1.8 INTENT AND ACCEPTANCE

A. Contractor acknowledges that City has provided free access to and sufficient time for adequate examination of the equipment and review of service records. Contractor further acknowledges that the specified equipment listed has been inspected by Contractor and that Contractor has determined that it is in serviceable operating condition. Contractor accepts full and complete responsibility for Full Service Maintenance and Repair of the specified equipment listed, as is condition, in accordance with this Contract.

1.9 GENERAL CONDITIONS

A. The Contractor shall not be excused from elevator shut downs allegedly caused by “faulty or dirty” building incoming electrical power unless the Contractor provides the fault log showing there was a power failure resulting in equipment shut-down on date of service call and City confirms there was a valid brown-out or building power failure.

B. All service, repair and maintenance shall be conducted in a manner consistent with City’s intent to provide uninterrupted service. The specified equipment must provide reliable and safe transportation on a continuous basis, twenty-four (24) hours a day, seven (7) days a week, three hundred sixty-five (365) days per year.

C. Contractor agrees to accept full responsibility for the equipment, as it exists on the effective date of this Contract, and to leave it in a condition acceptable to City at the termination date.

D. The City may at any time employ the services of an elevator consultant to mediate any disputes between the City and the Contractor. The cost of such disputes shall be borne equally by the City and the Contractor.

E. No covenant or condition of the Contract may be waived, except by the written consent of the other party. Forbearance or indulgence by either party in any regard whatsoever shall not constitute a waiver of a covenant or condition to be performed by the other party.

F. Any written notification required to be provided pursuant to the terms of this Contract shall be by means of hand delivery, overnight US Mail or private carrier, or by prepaid postage, certified mail, with a return receipt required. The notice shall be effective upon the date of transmission by the sending party.

G. Any amendment to this Contract shall be in writing and signed by each duly authorized representative(s) for each respective organization executing this Contract in accordance with the special provisions.

H. Contractor shall comply with approved Elevator Equipment Industry Safety Standards. Contractor shall provide a copy of their Safety Program to the engineer within ten (10) calendar days after award of contract.

I. In performance of this Contract, Contractor agrees to carry out all Work in strict compliance with all laws, Codes, rules and regulations set forth with regard to the equipment by Municipal, State and Federal authorities having jurisdiction in effect on the Contract commencement date over the Work or any part thereof.

Section 14 20 00 Page 6 Specification No. PG19-0018

J. Contractor shall provide the engineer, within ten (10) calendar days from the start of this Contract and prior to commencement of work, Safety Data Sheets (SDS) for products Contractor intends to employ under this contract. It shall remain the responsibility of Contractor to inform and train Contractor's employees on the use of the SDS requirements. All SDS documents shall be sent to City. Failure to furnish all such documentation, within the time schedule, shall be construed as terms by which to immediately terminate this Contract.

K. Contractor shall protect all building equipment, surfaces, etc. from damage and shall perform repairs/replacement of any damaged items to "as existing" condition at their own expense and to the entire satisfaction of City. Contractor agrees to accept responsibility for all damage to equipment due to neglect of their personnel in the maintenance of equipment identified in this Contract. Therefore, Contractor, in cooperation with the City's authorized representatives, will make every effort to eliminate damage or disruption of building occupants while performing work.

L. Contractor agrees that all labor furnished by Contractor shall be trained journeyman level mechanics and apprentices, thoroughly skilled in elevator Preventive Maintenance and directly employed and supervised by Contractor. They will use all reasonable care to maintain the equipment in a proper and safe operating condition at all times. Contractor shall enforce strict discipline and order among their employees while on City’s premises, and shall be subject to the rules and regulations established by City. The City reserves the right to request Contractor to replace any or all employees assigned to its building if it deems they are not performing in a satisfactory manner, or who refuse to comply with City’s policies and guidelines.

M. Contractor's field personnel shall wear clean, neat, well-maintained uniforms identifying them as employees of Contractor for ease of identification by City.

N. Contractor shall provide City with the names of Service Technicians that will be assigned to the project within ten (10) business days after award of contract. List shall be up-graded and brought current each time Service Technicians change routes or assignments. If there is a change in the service technician assigned to City, Contractor’s supervisory staff must notify City prior to the replacement technician’s first visit to building.

O. Contractor shall provide a back-up personnel list within ten (10) business days after award of contract for each of their employees assigned to City’s account in the event of their illness, disability, vacation, leave, or absence for any reason. Said back-up personnel are expected to cover all duties and responsibilities of Contractor's regular personnel with no disruption in service. City and Elevator Consultant shall be informed prior to back-up personnel being used.

P. Contact shall be made with City upon Contractor’s arrival and upon completion of service or any time Contractor’s personnel leave the site. Contractor shall maintain a key to machine room and a parts storage area secured in a lock box in an area designated by City. This key may not be removed from the premises. The City will not check any keys out to Contractor’s personnel.

Q. Contractor shall be solely responsible for:

1. All means, methods, techniques, sequences, and procedures of the Work at no extra cost to City.

2. Keeping all “Work Areas” clean and using all available means to recycle or reclaim materials.

R. Contractor shall provide a written procedure of their “Lock Out-Tag Out” to City within ten (10) days of contract award and before starting work under this Contract.

Section 14 20 00 Page 7 Specification No. PG19-0018

S. All maintenance performed by Contractor shall be based upon the performance specifications of individual equipment as published by the equipment manufacturer or as otherwise indicated herein.

T. Contractor shall be required to provide a member of their supervisory personnel, regularly engaged in inspection and supervision, to visit the building at least quarterly to observe the quality of maintenance and to make certain that the quality of maintenance meets the specified and intended standards. The Supervisor shall schedule each visit with City. City shall provide a member of their staff to accompany the Contractor during the on-site inspection of the elevator machine room, elevator cab. Inspections by the Contractor shall be at no cost to City. The Contractor shall provide a written report of the results of this inspection to the City's Agent within fourteen (14) calendar days of the on-site inspection.

1.10 GENERAL MODERNIZATION WORK

A. Project work areas shall be cleaned on a daily basis by Contractor. Dust must be kept at a minimum at times, especially in the hoistways.

B. Contractors shall review ASME A17.1-2016/CSA B44-10 8.7.2.9 Machinery and Sheaves Beams, Supports and Foundations. Verify via a structural engineer all existing supports sheave beams and foundations/floors slabs are adequate to accommodate new equipment being installed in accordance with ASME A17.1 ICSA B44 (latest edition).

C. Provide labor and material to install new equipment in existing elevator machine rooms.

D. Existing elevator equipment that is being retained/reused shall be placed in first class operating condition (example of some items are; removal of rust, cleaning, painting, replacement of any non-working or broken parts on equipment, etc.) by Contractor. This cost shall be included in the Remove, Repair, and Install (base bid) for each elevator and cannot be added at a later date as a change order.

E. Components not being replaced or value-engineered out of scope shall be covered under Full Preventive Maintenance agreement after modernization is complete. Obsolescence claims will not be accepted.

F. Equipment and elevator modernization work shall comply with requirements of all Elevator Safety Codes, any other applicable Codes/Rules/Regulations of the State of Washington and the City in which the elevator resides.

G. Contractor is not relieved from furnishing and installing work shown or specified which may be beyond requirements of ordinances, laws, regulations and codes.

H. Perform tests required by Elevator Consultant, AHJ and/or the ASME A17.1 with procedures described in ASME A17.2 Guide for the Inspection of Elevators, Escalators, and Moving Walks, in the presence of State of Washington Elevator Inspector and Elevator Consultant, and other required tests for equipment/material installed under this specification.

I. Furnish and install elevator components as required by State of Washington Elevator Department.

J. The City shall incur no extra cost for the elevator modernization stated in the elevator specifications or as required by the AHJ for a compliant elevator. Provide any and all overtime work in order to complete the total elevator modernization on schedule. Cost, if any, to City for the above stated items shall be included in base bid.

Section 14 20 00 Page 8 Specification No. PG19-0018

1.11 ELECTRICAL

A. All elevator work downstream of disconnect shall be performed by the contractor. Coordinate timing of work to provide required branch circuit and disconnect installation by City.

B. Provide electrical components of the elevator equipment and systems, including motors, motor starters, controllers, control instruments, switches, conduit, wire and relays as specified herein and as necessary for complete and operable systems.

C. Furnish interconnecting wiring for components of equipment as an integral part of the equipment.

D. Electrical equipment and wiring shall conform to NFPA 70 - National Electrical Code, current adopted edition.

E. For equipment with electrical components, provide an NRTL label on each component for which published standards exist.

F. The frames of all motors, pump unit, controller, transformers, and the metal enclosures for all electrical equipment in or on the car, hoistway and machine room shall be grounded in accordance with NFPA 70-Article 250.

G. Provide "daisy chain" electrical grounding for all machine room electrical cabinets.

H. Provide required and adequate electrical wiring gauge sizing and number of electrical conductors to totally eliminate any voltage/amperage drop/variation for all the machine room equipment, hoistway switches; door interlocks; car operating fixtures; positions indicators; exhaust fan; car lighting; inspection station; leveling devices, hall stations; position indicators, and all other elevator electrical equipment.

I. CONDUCTORS AND CONNECTIONS

1. Provide new wiring in machine room, hoistway and car. Copper throughout with individual wires coded and connections on identified studs or terminal blocks.

2. Use no splices or similar connections in wiring except at terminal blocks, control cabinets, and junction boxes.

3. Provide ten percent (10%) spare wires in all wiring runs. Separate and mark all spare wires. All spare wire ends shall be turned back or protected against accidental exposure to any live electrical circuit or electrical ground.

4. Provide all material and labor to connect machine room telephone wires to elevator controller and to the in-car emergency telephone. City to provide telephone wires to Elevator Machine Room. All wiring shall be enclosed in EMT.

J. CONDUIT AND RACEWAY

1. Provide new painted or galvanized steel conduit (EMT) and duct. Conduit size, one-half (1/2") minimum.

2. Do not use flexible conduit exceeding thirty-six inches (36") in length.

3. Flexible heavy-duty service cord may be used between fixed car wiring and car door switches for door protection devices.

4. Plastic wire ties shall not be allowed for conduit fastening.

K. TRAVELING CABLES

1. Traveling cables shall comply with NFPA 70, Article 400.

2. Provide new with flame and moisture-resistant outer cover.

Section 14 20 00 Page 9 Specification No. PG19-0018

3. Traveling cables shall terminate in the elevator machine room controller and on the elevator car top junction box with marked terminals.

4. Prevent traveling cables from rubbing or chafing against hoistway or elevator equipment within hoistway.

5. Provide ten percent (10%) spare conductors in each traveling cable.

6. Provide two (2) spare conductors of coaxial traveling cables.

7. Provide four (4) spare pair of twisted/shielded conductors in traveling cables.

8. Provide two (2) spare pair of number fourteen (#14) conductors.

9. All spare wire ends shall be turned back or protected against accidental exposure to any live electrical circuit or electrical ground.

10. Tag all spare conductors indicating termination points at each end. Provide all wiring for car lighting, fan and emergency communication from elevator controller to car.

11. Provide traveling cable for in-car lighting, fan, emergency communication device and intercom to main floor and elevator machine room.

1.12 CUTTING AND PATCHING

A. All repairs shall be made as necessary to complete the entire elevator modernization in original condition, including all cutting, fitting and drilling of masonry, concrete, metal and other materials as specified or required for proper assembly, fabrication, installation and completion of all Work under the contract, and including any patching and redecorating as may be necessary. This includes all work in the elevator machine room, hoistway, pit, car, guide rails brackets/fastenings, lobby hall station and all others areas of the elevator modernization.

B. Any provision that requires facilitating removal of existing equipment and installation of new equipment in the machine room, lobbies, pit, hoistway, cab and repair thereof shall be the total responsibility of Contractor.

C. All holes/cracks in the hoistway shall be sealed. All hoistway sides of the hall station boxes shall be sealed. All sealed areas shall meet fire rating equivalent to existing hoistway.

1.13 WELDING

A. Welding shall comply with ASME A17.1-2010/CSA B44-10. Design for welding, repair, cutting or splicing of members upon which the support of the car, counterweight shall be prepared by a licensed professional engineer.

B. Welding shall be by welders qualified in accordance with the requirements of Section 5 of ANSI/AWS D1.1.

C. At the option of Contractor, the welders may be qualified by one of the following:

1. The manufacturer contractor

2. A professional consulting engineer, licensed in the State of Washington.

3. A recognized testing laboratory

D. Contractor shall furnish required documentation to Elevator Consultant, before starting the Elevator Modernization.

Section 14 20 00 Page 10 Specification No. PG19-0018

1.14 PAINTING

A. City will provide general painting only and specified areas of work listed in specifications. This work would need to be coordinated by the Contractor with the City.

B. All exposed metal work furnished in these specifications, except as otherwise specified, shall be properly painted after elevator modernization.

1.15 SIGNS

A. Provide sign on outside of machine room door stating "Authorized Personnel Only-Storage or Installation of Equipment Not Pertaining to the Elevator is prohibited".

B. Letters shall be not less than 3/8" high.

C. Paint machine room and pit floors with light gray enamel.

D. Sign shall be plastic or metal and securely fastened so as not be readily removed without the use of special tools.

1.16 KEYS

A. KEYBOX

1. Provide approved key lock box, located as per requirements of Washington State Elevator Inspector and City of Tacoma Fire Department. Provide in this lock box:

a. One (1) Phase I Re-Call Key

b. One (1) Phase II Operation Key

c. One (1) Stop Switch Keys

d. One (1) Access Plug Lock Key

e. One (1) Door Unlocking Device

f. One (1) Machine Room Key and any other keys required by Washington State and City of Tacoma Fire Department Codes and or other authority having jurisdiction.

2. Provide three (3) sets of "all" keys for the operation of the elevator. Provide a metal tag on each set of keys noting the function of each key.

B. Keys Required in ALL Machine Room:

1. Provide key boxes and keys with metal tags as required by State of Washington Elevator Codes and ASME A17.1-2010/CSA B44-10.

2. Provide three (3) sets of "all" keys for the operation of the elevator. Provide a metal tag on each set of keys noting the function of each key.

a. Keys shall be properly marked with metal tags.

b. Each tag shall include ¼" letters or numbers as to the function of each key set.

c. Each set shall be separated as a total group.

d. Keys shall be separated into groups as required by ASME A17.1-2010/CSA B44-10, Section 8.1, and or other Authority Having Jurisdiction.

1.17 MAINTENANCE CONTROL PROGRAM (MCP)

A. Provide for each elevator an MCP that is unique for that elevators equipment and conforms to the requirements of ASME A17.1/CSA B44/CSA B44 Section 8.6. The MCP shall include, but is not limited to the following:

Section 14 20 00 Page 11 Specification No. PG19-0018

1. Examinations, maintenance, and tests of equipment are scheduled at monthly intervals in order to ensure that the maintenance conforms to the requirements of all codes. The maintenance procedures and intervals shall be based on:

a. Equipment Age, Condition, and Accumulated Wear

b. Design and Inherent Quality of the Equipment

c. Usage

d. Environmental Conditions

e. Improved Technology

f. The manufacturer’s recommendations for any SIL rated devices or circuits

2. Maintenance tasks shall be divided out and performed monthly. Performing the yearly tasks in one to four visits a year is not acceptable.

3. Monthly the documents shall be filled out in full, maintained and updated by the contractor performing the maintenance tasks.

4. Cleaning, lubricating, and adjusting applicable components at regular monthly intervals and repairing or replacing all worn or defective components where necessary to maintain the installation in compliance with all codes.

5. The instructions for locating the onsite Maintenance Control Program shall be provided in or on the controller of each elevator, along with instructions on how to report any corrective action that might be necessary to City.

6. The Maintenance Control Program and records shall be kept at a central location agreeable and accessible to City and contractor’s personnel.

7. Procedures for tests, periodic inspections, maintenance, replacements, adjustments, and repairs for all SIL rated E/E/PES electrical protective devices and circuits shall be incorporated into and made part of the Maintenance Control Program.

a. Where unique or product-specific procedures or methods are required to inspect or test equipment, such procedures or methods shall be included in the Maintenance Control Program.

8. MCP shall be submitted with submittals at the beginning of the project. Once approved it will become part of the O+M's manuals given to the City.

1.18 PERMITS, CODES, AND TESTS FOR MODERNIZATION

A. All equipment and elevator modernization work shall comply with requirements of the Elevator Safety Code, and other applicable codes/rules/regulations of Washington State and City of Tacoma.

B. Obtain all licenses and permits, and pay all fees and all other costs, including making arrangements for all inspections and tests required by regulating agencies (AHJ-Washington State L&I Elevator Division), in accordance with this Elevator Specifications.

C. File necessary plans, prepare documents, and obtain necessary approval of governmental departments having jurisdiction and required certificates of inspection for work (AHJ), in accordance with the elevator specification.

D. Contractor is not relieved from furnishing and installing work shown or specified which may be beyond requirements of ordinances, laws, regulations and codes.

Section 14 20 00 Page 12 Specification No. PG19-0018

E. Perform tests required by Consultant, AHJ and/or the ASME A17.1- with procedures described in ASME A17.2 Guide for the Inspection of Elevators, Escalators, and Moving Walks, in the presence of Washington State Elevator Inspector and Consultant and all other required tests for all equipment/material installed under this Specification.

F. Supply personnel and equipment for all tests and final inspections. All cost of such testing and inspections shall be included in the Base Bid.

G. Furnish/provide/install all elevator components as required by Washington State L&I Elevator Division.

1.19 SUBMITTALS

A. Submit Shop Drawings for approval. The shop drawings shall contain detailed information to determine that the equipment conforms to the requirements of this specification and not less than the following information:

1. Contractor shall provide catalog cut sheets and/or drawings for furnished and installed material and equipment.

2. Provide approved key lock box, located as per requirements of Washington State Elevator Inspector and City of Tacoma Fire Department. Provide in this lock box:

a. Plan view of the Elevator Machine Room. Show location of machinery and controls in elevator machine room, layout of the hoistway in plan and elevation and other layout information.

b. Plan view of the Elevator Machine Room.

c. Include all clearance dimensions required by the elevator safety code.

d. The elevator equipment is to be arranged in a neat and professional manner so that all elevator equipment is readily accessible.

e. Submit layout drawings as required by the Authority Having Jurisdiction (AHJ). Submittals to the AHJ shall have all information pertinent to the elevator modernization to determine whether the elevator modernization complies with all applicable codes.

f. Provide catalog cuts for all Contractor furnished material and equipment as listed, including but not limited to hoist machines, governors, doors, car enclosure, car and hall fixtures, controls, fire alarm control panel(s), hall lanterns, power unit, cab finishes, cab ceiling, motors, jack head, and plunger.

g. Complete information on motor, electrical services, controls, and other coordination information, and power confirmation.

h. Hoist motor data shall include temperature rise ratings in a form that can readily be measured in the field after Elevator Modernization.

i. Contractor shall remain responsible for accurate dimensions, proper fit and ensuring installed elevator equipment complies with these Elevator Specifications.

j. Contractor shall submit three copies of layout drawings, accessory and fixture drawings, details and finish samples to Elevator Consultant, for review. One copy/sample shall be returned to Contractor within fifteen calendar days of transmittal date.

k. Acknowledge and/or respond to drawing markup within seven calendar days of return; promptly incorporate required changes due to inaccurate data or

Section 14 20 00 Page 13 Specification No. PG19-0018

incomplete definition so that delivery and installation schedules are not affected. Revision response is not justification for delay.

1.21 WIRING DIAGRAMS AND OPERATION AND MAINTENANCE MANUAL (O+M’S)

A. Email electronic draft copies of wiring diagrams and O+M’s for Elevator Consultant to review no later than one (1) week before issue of the permanent Washington State Elevator Operating Permit.

B. Furnish two (2) complete electronic (USB Drives) operation and maintenance manuals covering the stipulated mechanical systems and equipment within 2 weeks of state inspections for operating permit. The manual shall comply with all requirements indicated in the project closeout section of the specifications.

C. WIRING DIAGRAMS

1. Provide complete "As Built and Installed" straight-line wiring diagrams showing the electrical connections, functions, and sequence of operation of apparatus connected with the elevator, in the machine room, hoistway and car.

2. Provide two (2) electronic copies on USB Drives.

3. Furnish one complete draft electronic set to Elevator Consultant. Review no later than one (1) week before issue of the permanent Washington State Elevator Operating Permit.

4. Provide two (2) sets per elevator bound into a three-ring binder and locate in corresponding elevator machine room.

D. MODERNIZATION DATA

1. Provide "As Built and Installed" wireman's original pull sheets showing raceway, junction box, traveling cable wire nomenclature and origination and termination locations.

2. Provide a legible copy of the Elevator Adjuster's final control settings, such as feet per minute, door open, door close, car door nudging time, door dwell times and other adjustable features and/or timers.

E. MANUFACTURER’S DATA

1. Furnish one complete electronic version (per each equipment type) Operation

and Maintenance Manuals covering the stipulated mechanical systems and equipment. The manual shall comply with requirements indicated in the Project Closeout section of the Specifications.

F. OPERATIONS AND MAINTENANCE MANUALS (O+M)

1. Furnish one (1) complete electronic draft manual for Elevator Consultant's review no later than one (1) week before issue of the permanent Washington State Elevator Operating Permit.

2. Furnish two (2) complete electronic (USB Drives) Operation and Maintenance Manuals covering the stipulated mechanical systems and equipment. The manual shall comply with all requirements indicated in the Project Closeout section of the Specifications.

3. Complete MCP program to include the complete testing methods for all equipment.

4. The manual shall be complete in all respects for all equipment furnished and installed, controls, accessories and appurtenances stipulated. Include as a minimum the following:

Section 14 20 00 Page 14 Specification No. PG19-0018

a. Elevator Machine Room drawing showing equipment location of:

(1) Controller

(2) Machine

(3) Transformer

(4) Governor

(5) Main Line Electrical Disconnects

(6) Machine Room Light Switch

b. The original factory Adjustor's Manual used to adjust the specific modernization including "As Built, As Installed and As Adjusted" field notes.

c. Step-by-step procedure for elevator start-up, operation and shutdown.

d. Maintenance instructions listing routine maintenance procedures, possible breakdowns and repairs, and troubleshooting guides for elevator equipment.

e. Preventive maintenance schedule.

f. Lubrication schedule including type, grade, temperature, range and frequency.

g. Safety precautions, including diagrams and illustrations as needed for clarity.

h. Testing procedures, including no-load, full-load safety tests, Seismic and Firefighters' Service.

i. Parts list, with manufacturers' names and catalog numbers. Lists shall be complete for the materials installed.

j. Serial number of equipment furnished and installed.

k. Service organizations and sources of replacement parts with company names, addresses, and fax and telephone numbers.

1.22 STORAGE

A. TRANSPORTATION AND HANDLING

1. Materials, products and equipment shall be properly packaged and protected to prevent damage during transportation and handling.

B. STORAGE, PROTECTION AND REMOVAL OF NON-RETAINED EQUIPMENT

1. Provide suitable temporary weather-tight storage facilities as may be required for materials that may be damaged by storage in the open.

2. Available storage space inside the building is limited. Coordinate with the Tacoma Public Utilities representative / GC for storage space.

3. If off-site storage of equipment is required, Contractor shall pay for costs incurred.

4. Store and protect delivered materials from damage. Do not use damaged material in the Elevator Modernization.

5. Contractor shall remove from City, equipment that will not be retained and re-installed, complying with Federal, State, and City Laws / Codes / Regulations / Requirements. This includes, but not limited to, the following:

a. Hoist Machine/Deflector Sheave/Hoist Ropes

b. Controller/Selector

c. Governor/Pit Sheave/Governor Rope

Section 14 20 00 Page 15 Specification No. PG19-0018

d. Electrical Wiring/EMT/Gutter

e. Hoistway Tracks/Hangers/Interlocks/Closures

f. Existing Operating Fixtures/Position Indicators

g. Soiled Rags/Oils/Greases/Lubricants/Solvents

C. STORAGE MANUFACTURERS’ NAME PLATES

1. Manufacturers’ data plates and other identifying markings shall not be affixed on exposed surfaces to public view.

2. Each major component of mechanical and electrical equipment shall have, on a securely attached plate, the manufacturer's name, address, model number rating and any other information required by Governing Codes.

3. This requirement does not apply to Nationally Recognized Testing Laboratories (NRTL) and Code required labels.

1.23 MATERIALS

A. STEEL

1. Sheet Steel-Furniture Steel for Exposed Work: Stretcher-leveled, cold-rolled, commercial-quality carbon steel, complying with ASTM A366, matte finish.

2. Sheet Steel for Unexposed Work: Hot-rolled, commercial-quality carbon steel, pickled and oiled, complying with ASTM A569.

3. Structural Steel and Plates: ASTM A6, ASTM A36 AND ASTM A108.

B. STAINLESS STEEL

1. Type 302 or 304 complying with ASTM A167, with standard tempers and hardness required for fabrication, strength and durability.

2. Apply mechanical finish on fabricated Work in the locations shown or specified. Federal Standard and NAAMM nomenclature, with texture and reflectivity required matching sample. Protect with adhesive-paper covering until final inspection.

3. No. 4: Bright directional polish (satin finish). Graining directions as shown or, if not shown, in longest dimension.

4. Rimex-texture 5-SM-304 Stainless Steel. Thickness .032. Manufactured by Rimex Metals, Inc.-2850 Woodbridge Ave.-Edison, New Jersey, 08837. 732-549-3800.

C. ALUMINUM

1. Extrusions per ASTM B221; sheet and plate per ASTM B209.

D. METALS

1. All-natural metals shall be of the best grade and shall have the grain of belting in the direction of the longest dimension with a fine, brushed finish. Surfaces shall be perfectly smooth and without waves.

E. Plastic Laminate: ASTM E84 Class A and NEMA LD3, Fire-Rated Grade (FR-50), Type 7, 0.050" +/- .005" thick; color and texture as follows:

1. Exposed Surfaces: Color and texture selected by City.

2. Concealed Surfaces: Manufacturer's standard color and finish.

Section 14 20 00 Page 16 Specification No. PG19-0018

F FIRE RETARDANT-TREATED PARTICLEBOARD PANELS

1. Minimum 3/4" thick backup for natural finished wood and plastic laminate veneered panels, edged and faced. Provide with suitable anti-warp backing; meet ASTM E84 Class "I" rating with a flame-spread rating of 25 or less.

G. BAKED ENAMEL

1. Apply factory applied baked enamel in the selected solid color.

H. COLORS OF FACTORY-FINISHED EQUIPMENT

1. Colors will be selected from the manufacturer's standard color charts.

2. Contractor shall submit samples of colors.

1.24 ALTERATIONS

A. DESCRIPTION

1. Perform alterations and related work in accordance with requirements of contract documents.

2. No alterations are to be performed without written approval through a proposed change order (PCO) and contractually documented.

1.25 SCHEDULING

A. Before commencing any alteration work, submit for review and approval by City and Elevator Consultant, a schedule showing the material ship dates, time of material on-site, commencement of work, the order and the completion dates for the various parts of the elevator modernization in accordance with Appendix A.

1. Provide a monthly updated schedule to the Engineer with payment application.

2. Provide a list of names of Adjustors, Journeymen, and Apprentices on-site.

3. Update list when Adjustors, Journeymen and/or Apprentices are changed.

4. All information shall be delivered to the Engineer.

5. Contractor is required to submit a three (3)-week look-ahead schedule to the Engineer every week, and a full project schedule with each pay request.

1.26 PROTECTION

A. Provide, erect, and maintain; barriers, weather protection, warning signs, lighting and other items as required for proper protection of building tenants, visitors and workers engaged in Elevator Modernization, either directly or indirectly for the Elevator Modernization.

B. Provide and maintain temporary protection of the existing structure designated to remain where removal and new work is being completed, connections made, materials handled or equipment moved.

C. Take necessary precautions to prevent dust from rising by wetting removed masonry, concrete, plaster and similar debris. Protect unaltered portions of the existing building affected by the operations under this Section by dust-proof partitions and other adequate means.

D. Provide adequate fire protection in accordance with State of Washington Fire Department rules and requirements.

Section 14 20 00 Page 17 Specification No. PG19-0018

E. Do not close or obstruct walkways, passageways or stairways. Do not store or place materials in passageways, stairs or other means of egress. Conduct operations with minimum traffic interference.

F Be responsible for any damage to the existing structure or contents by reason of the insufficiency of protection provided. Contractor shall repair or replace any damaged building equipment that is damaged by Contractor.

1.27 QUALITY OF WORK

A. Perform removal and alteration elevator modernization as shown, with due care, including shoring, bracing, etc. Be responsible for damage, which may be caused by such work, to any part or parts of existing structures or items designated for reuse. Perform patching restoration and new work in accordance with the contract documents.

B. Work at the job site will be checked during Elevator Modernization. Any corrective work that is required shall be performed prior to further installation.

C. Materials or items designated to be reinstalled, as stated in Section 14 21 00, 14 23 00 and 14 24 00, shall be removed with care, under the supervision of Contractor and protected and stored until reinstalled. Replace any material or items damaged in its removal or reinstallation.

D. Materials or items removed and not designated to become the property of City shall be removed from the job site by Contractor.

E. Execute the Elevator Modernization in a careful and orderly manner, with the least possible disturbance to building occupants.

F. Where alterations occur, or new and old Work join, cut, remove, patch, repair or refinish the adjacent surfaces or so much thereof as is required by the involved conditions, and leave in the condition which existed prior to the commencing of the Elevator Modernization.

G Finish new and adjacent existing surfaces as specified for Elevator Modernization. Clean existing surfaces of dirt, grease, loose paint, etc. before refinishing. Where any existing equipment is to be re-used; repair/renovate such equipment to place in perfect working order.

H. Should

Contractor discover any asbestos during the elevator modernization, City shall be notified immediately before any further work is performed. This does not pertain to the hoistway doors or cab removal by Contractor.

1.28 QUALITY ASSURANCE

A. Contractor shall furnish special tools, meters, diagnostic tools/devices, troubleshooting special hand-held tools/devices, printed information, adjusting information and other special tools/devices to perform maintenance, testing, troubleshooting, repairing and adjusting, before starting the elevator project. No substitutions of proprietary circuit boards, EPROMS, hardware locks, software passwords or coding shall be allowed. Tools and software necessary to diagnose problems and/or change operational parameters of the elevator system shall be retained by City and shall function for the life of the installed equipment. Hardware and software required for diagnosis and operating parameter modification shall be products offered as standard by the manufacturer of the control system.

Section 14 20 00 Page 18 Specification No. PG19-0018

B. Contractor shall provide the availability of any Elevator Maintenance Contractor or City to purchase and receive spare parts within seventy-two hours from date of parts order by City or Elevator Maintenance Contractor. Replacement and spare parts are defined as any and items required to maintain, test, service, repair, adjust and operate the elevator as designed and installed, in a safe and trouble free manner. Contractor shall sell any and spare parts including proprietary parts to City or an Elevator Maintenance Contractor employed by City, during the life cycle of the elevator equipment.

C. Contractor shall provide, in writing, proprietary equipment that will be provided for this Elevator Modernization. The list shall include individual item cost and part numbers or coding. Parts ordering information shall be provided. A list of these items shall be provided together with a guarantee of availability. This guarantee shall specify that proprietary parts shall be available within a twenty-four (24) hour period of order placed. City may return the worn or defective part to Contractor after the replaced part is delivered to and the elevator has been placed in normal operation. The final Elevator Modernization shall be maintainable by a trained Elevator Mechanic without the need to purchase or lease additional tools or software to diagnose problems and/or change operational parameters of the elevator system. As a condition of the Elevator Modernization, Contractor shall guarantee to sell and deliver, on a timely basis, replacement parts and software updates to City and/or to a third-party elevator maintenance company at a fair market price.

D. Contractor shall provide and install all software improvement up-grades for a period of five (5) years from date of elevator modernization final acceptance by Tacoma Public Utilities. The up-grades are defined as improvements for the elevator operation. If any elevator safety software up-grades are designed or discovered by Contractor, the Contractor shall install the up-grades immediately. All costs of the software up-grades shall be paid by Contractor.

PART 2 SCOPE

2.1 SITE CONDITION INSPECTION

A. Prior to beginning the Elevator Modernization, Contractor shall survey the Elevator Machine Rooms, Hoistways and Pits. Contractor shall verify, in writing, that no conditions exist which adversely could affect their Work. The Contractor shall verify all existing dimensions relevant to the scope of work.

B. Do not proceed with Elevator Modernization until possible concerns/problems conforms to project requirements.

C. INSTALLATION REQUIREMENTS

1. A complete Elevator Technical Specification Manual shall be on-site during the Modernization of each Elevator.

2. Manufactured articles, materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the respective manufacturer's instructions unless more stringent requirements are specified.

3. Contractor shall provide written documentation that Contractor has installed and adjusted the elevator controller/selector as specified in these specifications.

4. Contractor shall provide written documentation Contractor adjuster has attended the controller/selector manufacturer's training.

Section 14 20 00 Page 19 Specification No. PG19-0018

a. All paining shall be coordinated with owner prior to start. Paint with excessive odors from paint fumes shall be painted off hours and/or during the weekends.

5. Contractor shall provide controller/selector installation/troubleshooting training to their on-site Mechanics/Apprentices that will be installing and servicing/maintaining the elevator equipment.

6. On-site installation and maintenance Mechanics/adjusters shall always have, on-site, a working cell phone. The names and phone number(s) shall be provided to City before the elevator modernization begins.

2.2 INSTALLATION

A. No Rattle/Impact guns shall be allowed on-site unless approved by City.

B. Install elevator equipment in accordance with Manufacturer's direction, referenced Codes, and Specifications.

C. Install elevator equipment so they may be easily removed for maintenance and repair.

D Install elevator equipment so that access for maintenance is safe and readily available.

PART 3 EXECUTION

3.1 ACCEPTANCE INSPECTION AND TESTS

A. Furnish labor, materials and equipment necessary for tests. Notify Elevator Consultant, seven days in advance when ready for final inspection. Final acceptance of Elevator Modernization shall be considered only after field-quality control reviews have been completed, identified deficiencies have been corrected, submittals and certificates have been received and the following items have been completed to the satisfaction of the Elevator Consultant.

B. Quality of Work and Equipment Comply with Specification and Performance of Following is Satisfactory:

1. Door Operation and Closing Force

2. Signal Fixtures

3. Firefighters Service Emergency Operation

4. Performance Times

5. Car Speed

6. Seismic Testing

C. Conduct the Following Tests:

1. One-Hour running test stopping at each floor in up and down directions. The doors are to complete a full open and close cycle with the standard door dwell time operating.

2. Rated (Full) Capacity

3. Balanced Car

4. Empty Car

D. Performance Guarantee: Should tests reveal defects, poor quality of work, variance or noncompliance with requirements of specified codes and/or ordinances, or variance or noncompliance with the requirements of specifications, complete corrective work to satisfaction of Elevator Consultant, at no additional cost to City.

1. Replace equipment that does not meet code or specification requirements.

Section 14 20 00 Page 20 Specification No. PG19-0018

2. Perform elevator modernization including labor, materials and equipment necessary to meet specified operation and performance.

3. Perform and assume cost, including expenses, for re-testing and re-inspections required by State of Washington Elevator Inspector and Elevator Consultant, to verify specified operation, performance and requirements of contract documents have been completed to the satisfaction of State of Washington Elevator Inspector and Elevator Consultant.

3.2 PROJECT CLOSEOUT

A. FINAL CLEANING

1. Elevator hoistways shall be cleaned and free from rust, rubbish, loose plaster, mortar drippings, extraneous construction materials, dirt and dust on a daily basis.

2. Care shall be taken by Contractor not to mark, soil, or otherwise deface existing surfaces. In the event that finished surfaces become defaced, clean and restore such surfaces to the original condition at the cost of Contractor.

3 Clean areas in which painting and finishing work is to be performed just prior to the start of this elevator modernization, and maintain these areas in a clean condition. Cleaning includes the removal of rubbish, broom cleaning of floors, the removal of any plaster, mortar, dust and other extraneous materials from finish surfaces, and surfaces that will remain visible after the elevator modernization is complete.

4. Clean machine room equipment and floor of existing paint, dirt, oil and grease. Paint machine room floor with one (1) coat of epoxy type paint. Color to be light gray

5. Clean hoistway, car, entrances, operating, signal fixtures and elevator equipment of dirt, lint, oil, grease and finger marks

B. PUNCH LIST; FINAL OBSERVATION AND REVIEW

1. Contractor shall complete the Elevator Modernization prior to requesting final inspection.

2. Elevator Consultant will attempt to schedule the final inspection during the same period the State of Washington Elevator Inspector inspects the elevator. Provide Elevator Consultant, with copies of the Elevator Inspectors Report within two (2) calendar days of the on-site Elevator Inspectors visit. Provide a written report of items, which have been corrected by Contractor.

3. If a second (2nd) follow-up inspection is required of Elevator Consultant, or State of Washington Elevator Inspector, Contractor shall pay costs for such inspections/surveys including expenses for both the Elevator Inspector and Elevator Consultant, at their regular hourly billing rates.

3.3 ADJUSTMENTS

A. Adjust elevator equipment to achieve required performance levels.

3.4 INSTALLATION

A. Horizontal vibration, side to side and front to back with car during normal operation shall not exceed 25 mg in the 1-10 Hz range.

B. Vertical vibration not more than 20 mg. Provide smooth and constant acceleration and deceleration of not more than 2.8 feet/second/second with an initial ramp between 0.5 and 0.75 second.

C. Provide smooth and constant acceleration and deceleration of not more than 2.8 feet/second/second with an initial ramp between 0.5 and 0.75 second.

Section 14 20 00 Page 21 Specification No. PG19-0018

D Provide no more than 12-feet/sec3 of maximum jerk.

3.5 PERFORMANCE

A. Speed: +/- 1% of contract speed under any loading condition or direction of travel.

B. Stopping Accuracy: +/- 1/16 inch under any loading condition or direction of travel.

C. Door Opening Time. Seconds from start of opening to fully open

1. 2.5 seconds

D Door Closing Time: Seconds from start of car door closing until car doors are in the fully closed position and the elevator can start.

1. As per ASME A17.1-2010/CSA B44-10 requirements

E. Floor-to-Floor Performance Time: Seconds from start of car doors closing until car doors are 3/4 open and car level and stopped at next successive floor under any loading condition or travel direction.

1. 10.5 seconds (based on 12-feet travel)

2. Provide a smooth start, acceleration, high speed operation, deceleration and final stop in both directions.

3.6 WARRANTY

A. Twelve (12) month period from final inspection and city acceptance.

B. In addition to any other warranties in this contract, Contractor warrants that the elevator modernization performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, or design furnished, or quality of work performed by Contractor, subcontract, and or supplier.

C. Warranty the completed elevator in accordance with Washington State law and regulation, but in no case less than complete coverage of parts and labor for one (1) year after final acceptance of all equipment on this project.

D. Warranty period shall start on each individual piece of equipment after punch items have been completed and accepted by Washington State Inspector, Elevator Consultant and City.

E. Elevator Manufacturer shall provide and install all software improvement up-grades for a period of one (1) year from date of final acceptance. The up-grades are defined as improvements for the elevator operation. If any elevator safety software up-grades are designed or discovered by the elevator manufacturer, the elevator manufacturer shall install the up-grades immediately. Contractor shall pay all costs of software upgrades.

F. Contractor shall furnish City with all special tools, meters, diagnostic tools/devices, troubleshooting special hand-held tools/devices, printed information, adjusting information and all other special tools/devices to perform maintenance, troubleshooting, repairing and adjusting at conclusion of elevator modernization. If any special tool, meter, diagnostic tools/device requires readjusting or re-programming Contractor shall pay for all costs including freight for a period of one (1) year from date of elevator final acceptance. Cost, if any to City, for the above stated items shall be included in Base Bid. After the initial one (1) year period all upgrades, readjustments or reprogramming of any or all diagnostic tools or devices will be provided as needed or required on a purchase order basis with the original Contractor that installed/manufactured the elevator equipment.

END OF SECTION

Section 14 20 00 Page 22 Specification No. PG19-0018

Section 14 21 00 Page 1 Specification No. PG19-0018

SECTION 14 21 00 – GEARLESS TRACTION ELEVATORS – ADMINISTRATIVE BUILDING NORTH

PART 1 GENERAL

1.1 SUMMARY

A. This section includes work required to complete the Elevator Modernization of four (4) overhead passenger elevators and one (1) overhead freight elevator as stated in the Contract Documents.

B. The elevators are designated as number ABN #1-Main, ABN #2-Center West, ABN #3-East, ABN #4-West, and ABN #5 - Freight at Tacoma Public Utilities Administrative Building.

C. Contractor to direct and provide requirements and direction to Subcontractors.

1.2 SCOPE OF WORK

A. MUST REFERENCE

1. Sections 14 20 00 General Conditions and Specifications for Elevator Modernization

2. Section14 22 00 Full-Service Preventive Maintenance.

B. WORK BY CITY

1. Electrical

a. Mainline disconnects for elevators #1 Main and #2 Center West, as well as all required electrical subpanel equipment shall be relocated from present location to inside new control room enclosure. Main disconnects shall be located within 18" of strike jamb of machine room door. City to relocate main disconnect and subpanel as directed by contractor.

b. Mainline disconnects must have adequate size dedicated ground directly to building ground.

c. Mainline disconnects on all elevators shall have auxiliary normally open normally closed contacts to accommodate battery lowering feature being added to new elevator controllers.

d. Provide adequately sized mainline power subpanel and circuit breakers for the new elevator equipment as required by the Contractor. Circuit breaker sizes shall be evaluated and changed accordingly based on Contractors load requirements. City to replace as directed by contractor.

e. Provide a means to lock electrical circuit breaker in the open position for the car lighting circuit, intercom circuit, seismic switch, and monitoring system. Overcurrent protection for these circuits shall be located in Elevator Machine Rooms within subpanel. Reference NFPA 70; Article 620.53 & 620.55). Provide three (3) additional circuits for future use.

2. Lighting

a. Elevator Machine Room: Provide adequate lighting to maintain a minimum of 200 lx (19 FTC) at floor level. Position of additional fixtures is to be determined after the new elevator equipment is located in the Elevator Machine Room, reference ASME A17.1-2016/CSA B44-10

Section 14 21 00 Page 2 Specification No. PG19-0018

b. Lobbies: Provide adequate lighting in all enclosed elevator lobbies at no less than 100 lx (10 fc) of illumination at floor level in front of the elevator doors with the doors in the closed position. City to correct as required.

3. Elevator Machine Room

a. The contractor shall provide BTU output and required operating ranges for all equipment provided. The City will design and construct all HVAC required to maintain temperature range required by manufacturer.

b. Combined Elevator Control Room for elevators #1 Main and #2 Center West will be completely enclosed by City with a minimum 8' tall chain link fence to act as a barrier to prevent non elevator personnel from entering. The 3'X7' Chain link door shall be self-closing and self-locking as required by code.

c. If the contractor requires walls to be demololished to remove and replace equipment, coordinate such work with the City. The City will re-construct walls or openings per code.

d. Provide dedicated telephone line to controller terminal. Existing phone lines may be retained and reused.

e. All wiring must be in conduit or other approved raceway.

f. Fire Extinguisher: Provide a minimum 15# ABC fire extinguisher on a metal bracket located in the Elevator Machine Room adjacent to the lock side of the machine room door. Ok to retain existing, ensure it is charged.

4. Painting

a. City to provide all paint, unless noted otherwise.

b. Contractor to coordinate all painting to be performed by City.

c. Paint and seal all Elevator Machine Rooms and Pit floors and walls with light gray epoxy concrete sealer just prior to substantial completion. Contractor to coordinate with City.

5. Miscellaneous

a. Assist with traffic planning and routing for pedestrians during construction. Contractor to coordinate with City.

b. Provide adequate lay down areas for tools and equipment storage. Contractor to coordinate with City.

c. All City required work will be designed and coordinated by Contractor unless noted otherwise.

C. WORK BY CONTRACTOR

1. The contractor shall provide and install all necessary equipment other than listed in work by City. This includes but not limited to:

a. Controller/Selector

b. Electrical Wiring in Machine Room/Car/Hoistway

c. Counterweight Derailment Device

d. Seismic Requirements for Drive Sheave

e. Traveling Cables and Governor Rope

f. Hoist Ropes

Section 14 21 00 Page 3 Specification No. PG19-0018

g. Hoist Machine and Support Beams

h. Deflector Sheave

i. Brake

j. AC Motor

k. Car Door Operator

l. Car Top Inspection Station

m. Hoistway Interlocks/Tracks/Hangers/Door Gibs

n. Hoistway Doors

o. Car Doors

p. Cab Interior Finishes to Include Ceilings

q. Intercoms

r. Firefighters' Service per ASME A17.1-2010/CSA B44-10

s. Seismic Requirements

t. Americans with Disability Act (ADA) Compliant

u. Other Elevator Components as Listed in This Elevator Specification

2. Main Line Electrical Power Requirements

a. All main line electrical power and electrical ground requirements shall be verified by Contractor. Contractor shall notify, via RFI prior to bid, to Elevator Consultant if their electrical equipment will not be compatible with the existing electrical main line feeders to main disconnect and subpanel.

b. If the main line electrical feeders are not of sufficient size, Contractor shall state what size feeders are required. This information must be submitted with the Contractors Bid.

c. If new electrical main disconnect, subpanel, feeders, and a dedicated ground are required, Owner shall provide all engineering and design of all new main disconnect, subpanel, feeders, and dedicated ground. All other electrical design and equipment shall be by Contractor.

3. Electrical

a. Replace non GFCI receptacles with 20A GFCI duplex receptacles in the Elevator Machine Rooms, reference NFPA 70; Article 620.23.

b. Provide a 20A GFCI duplex receptacle in each elevator Pit, reference NFPA-70; Article 620.24. Only Receptacles currently not GFCI will need to be addressed.

c. Provide all electrical wiring, including EMT and an electrical ground, from the existing main line disconnect switch to each new elevator controller. All wiring must be in conduit or other approved raceways.

4. Elevators Speed and Size – Retain Existing:

a. Car Speed

b. Car Capacity

c. Elevator Entrance Size

Section 14 21 00 Page 4 Specification No. PG19-0018

5. Pit

a. Provide new code compliant pit ladder.

b. Provide sprinkler in pit per NFPA 13 latest edition.

6. Fire Safety

a. Refer to Section 28 31 00 Fire Detection and Alarm System

b. New smoke detectors to be provided and interfaced with the elevator recall system. (1) A smoke detector will be required at each enclosed elevator lobby, one in

each Elevator Machine Room, and one at the top of the shaft. Smoke detectors must be installed according to NFPA 70, Fire Alarm Code.

c. Provide all fire alarm panels as required by code. The fire alarm control panel

will need to be provided to handle elevator recall.

d. Where existing sprinkler heads in Elevator Machine Rooms and hoistways exist, each shall have a heat detector located within a maximum of 18” of sprinkler head and shall trigger flashing hat signal to elevator. Reference NFPA 72.

e. Elevator #5 shall be converted to a freight / service elevator and all fire recall requirements shall be added as required by code. This includes flashing hat signals required to be sent to elevator controller if Elevator Machine Room smoke detector is triggered.

6. Miscellaneous

a. Provide floor and wall protection in surrounding work areas and access routes.

b. All major cutting and patching for new components to include fire caulking in penetrations. Freight Elevator #5 shall require pockets cut out to accommodate new door motors on left side of shaft.

c. Provide 8’ tall barricades of adequate size to completely enclose elevator entrances of elevators being modernized with lockable 3’x7’ entrance doors to keep pedestrians out of elevator work zones. Contractor to coordinate with City.

1.3 ACCEPTABLE MANUFACTURERS

A. Elevator Controls (Non-Proprietary)

1. Elevator Controls - Pixel

2. GAL Manufacturing Company - Galaxy 4

3. Motion Control Engineering, Inc. (MCE) - I Box

4. Or Approved Equivalent

a) Provide as part of the Elevator Controls:

(1) Surge Suppressor

(2) Brown Out Circuit

(3) Regenerative Drive

(4) Isolation Transformer

B. Elevator Hoist Machine

1. Imperial Electric - PMAC Gearless Machine

2. Torrin - PMAC Gearless Machine

3. Hollister Whitney - PMAC Gearless Machine

Section 14 21 00 Page 5 Specification No. PG19-0018

C. Alarm Bell

1. Nylube Products Model ELB-6

2. Kone

3. Otis Elevator Company

4. Thyssenkrupp

5. Or Approved Equivalent

D. Battery Lowering

1. Reynolds & Reynolds

2. Kone

3. Otis Elevator Company

4. Thyssenkrupp

5. Or Approved Equivalent

E. Car Door Operator – Linear Door Operator: Units #1-4

1. GAL Manufacturing Company

2. Kone

3. Otis Elevator Company

4. Thyssenkrupp

5. Or Approved Equivalent

F. Car Door Controls: Unit #5

1. Peelle

2. EMS

3. Or Approved Equivalent

G. Car Door Protective Device: Units #1-4

1. Janus "Panachrome" 3-D

2. Or Approved Equivalent

H. Car Door Protective Device: Unit #5

1. Peelle

2. EMS

3. Or Approved Equivalent

I. Car Door Solid Panel: Unit #5

1. Peelle

2. EMS

3. Or Approved Equivalent

J. Car Door Tracks, Hangers, Gate Switch: Units #1-4

1. GAL Manufacturing Company

2. Kone

3. Otis Elevator Company

4. Thyssenkrupp

5. Or Approved Equivalent

K. Car Roller Guides

Section 14 21 00 Page 6 Specification No. PG19-0018

1. Elsco Model B

2. Or Approved Equivalent

L. Car/Hall Position Indicators/Signals

1. C. E. Electronics, Inc.

2. Kone

3. Otis Elevator Company

4. Thyssenkrupp

5. Or Approved Equivalent

M. Counterweight Roller Guides

1. Elsco Model D

2. Or Approved Equivalent

N. Earthquake Switch

1. Seismic Switch, Inc., - Model CHV-2

2. Draka

3. Or Approved Equivalent

O. Fixtures – Vandal Resistant

1. Innovation Industries, Inc., - The Bruiser

2. MAD Elevator Inc.

3. Or Approved Equivalent

P. Hoistway and Car Door Gibs: Units #1-4

1. Southern Elevator & Electric Supply (SEES) - Enforcer Safety Door Guide with Gib

2. No Approved Equivalent

Q. Hoistway Door Escutcheons: Units #1-4

1. Tri-Lok Mfg. & Maintenance Corp. 625 Fifth Avenue-Pelham, New York, 10803

2. Or Approved Equivalent

R. Hoistway Door Hangers, Interlocks: Units #1-4

1. GAL Manufacturing Company

2. Kone

3. Otis

4. Thyssenkrupp

5. Or Approved Equivalent

S. Hoistway Doors: Unit #5

1. Peelle

2. EMS

3. Or Approved Equivalent

T. In Car ADA Emergency Communication

1. JFillips LLC.

2. Kone

3. Otis Elevator Company

4. Thyssenkrupp

5. Or Approved Equivalent

Section 14 21 00 Page 7 Specification No. PG19-0018

U. In-Car Exhaust Fan

1. Nylube X12F9

2. Kone

3. Otis Elevator Company

4. Thyssenkrupp

5. Or Approved Equivalent

V. In-Car to Elevator Machine Room Intercom

1. JFillips, LLC.

2. Kone

3. Otis Elevator Company

4. Thyssenkrupp

5. Or Approved Equivalent

W. In-Car to Lobby Intercom

1. JFillips, LLC.

2. Kone

3. Otis Elevator Company

4. Thyssenkrupp

5. Or Approved Equivalent

1.4 OUTLINE OF EQUIPMENT FOR ALL FIVE ELEVATORS

A. The completed Elevator Modernization shall conform to the Elevator Safety Codes.

B. Elevator Modernization equipment, material, workmanship, design, manufacturing and testing shall be in accordance with the standards, rules and specifications referenced.

C. All material and equipment shall be new.

D. Electrical materials shall meet and bear evidence of meeting the requirements of a Nationally Recognized Testing Laboratory (NRTL).

E. The equipment shall be the product of a manufacturer regularly engaged in the manufacture and modernization of this type of equipment.

F. Working parts shall be accessible for inspection, servicing and repair.

G. Adequate means shall be provided for the lubrication of wearing parts.

H. Description and Performance: Elevator modernization will be in accordance with the following details and consist of the following. Convert Elevators #1-5 in Tacoma Public Utilities Administrative Building from Geared Overhead Traction Elevators to Permanent Magnet AC Gearless Elevators. Contractor to verify all information and dimensions.

Four (4) Electric Traction Passenger Elevators and One (1) Electric Traction Freight/Passenger Elevator

Control System #1 & #2: Group Operation Selective Collective

Control System #3, #4, #5: Simplex Operation Selective Collective

Existing Manufacturer: Westinghouse

New Machine: Permanent Magnet AC Machine

City ID: #1, #2, #3 East, #4 West, #5 Freight

Door Equipment:

#1 - #4 New Linear Door Package

Section 14 21 00 Page 8 Specification No. PG19-0018

#5 New Vertical Bi-Parting Hoistway and Car Door

Clear Opening:

#1 & #2 3'-6" Wide x 7'-0" Tall #3 & #4 2'-10" Wide x 7'-0" Tall #5 5'-0" Wide x 10'-0" Tall

Door Operation #1 - #5: Automatic Power Operated

Landings/Openings:

#1 - #4 5 / 5 In line

#5 6 / 6 In line

Door Configuration:

#1 - #4 Single-Speed / Center-Opening

#5 Vertical Bi-Parting Freight Doors

Floor Designations:

#1 - #4 G, M, 2, 3, 4

#5 G, M, 2, 3, 4, 5

Capacity (lbs.):

#1 & #2 3,000

#3 & #4 2,000

#5 4,000

Rated Speed (fpm) #1 - #5: 350

Machine Rooms: Overhead

PART 2 PRODUCTS

2.1 MACHINE ROOM EQUIPMENT

A. HOIST MACHINES / DEFLECTOR SLEEVES

1. Provide new permanent magnet AC gearless hoist machines including; brake and required support beams/brackets/channels/bolts/nuts/washers.

2. Provide new deflector sheave that shall be installed in the Elevator Machine Room.

3. Provide bevel washers for any bolt/nut that is installed in a plane of five (5) degrees or greater.

4. Paint hoist machine with machinery enamel to match the factory color. B. HOIST MACHINE SUPPORT BEAMS

1. The existing hoist machine support beams may be retained. Clean beams to like new. Do not cut or burn any holes in beams.

2. Provide additional required support beams/brackets/structural steel, nuts/bolts/washers and bearing plates that may be required. Supports shall be reviewed and approved by a structural engineer.

C. CAR-GOVERNORS & PIT SHEAVES

1. Provide new governors and pit sheaves.

2. Test governor and safeties.

3. Install metal test tags as required per ASME A17.1-2010/CSA B44-10-Elevator Code. D. GOVERNOR ROPES

1. Provide new governor ropes.

Section 14 21 00 Page 9 Specification No. PG19-0018

2. Provide data tag and guards as required by ASME A17.1-2010/CSA B44-10 and/or State of Washington Elevator Inspector.

E. HOIST ROPES & SHACKLES

1. Provide new hoist ropes on cars.

2. Provide new wedge clamp shackles at both hitch plate ends.

3. Equalize tension on hoist ropes.

4. Provide the following tag information as required by ASME A17.1-2010/CSA B44-10 and/or State of Washington Elevator Inspector. Diameter in inches, Manufacturer's rated breaking strength, and grade of material used, month and year ropes were installed, construction classification, name of person or firm who installed ropes, name of rope manufacturer.

F. SIGN REQUIRED ON OUTSIDE OF MACHINE ROOM ACCESS GATE

1. Provide sign stating language as required by the State of Washington Elevator Inspection Department. Letters shall be not less than three eights inch high. Sign shall be plastic or metal and securely fastened so as not be readily removed without the use of special tools.

G. PARTS CABINETS

1. Provide one metal lockable type replacement parts cabinet per machine room..

2. Parts cabinet size to be approximately 36 inches wide, 18 inches deep and 42 inches tall.

2.2 CAR MOTION CONTROL AND DISPATCH EQUIPMENT

A. CONTROLLER / SELECTOR

1. The controller shall utilize a VVVF-AC solid state drive unit. The solid state power control shall be a closed feedback loop design. It shall be a compact self-contained unit that will provide step less acceleration and deceleration and provide regulation car speeds.

2. The system shall provide the required electrical operation of the elevator control system including the automatic application of the brake, which shall bring the car to rest upon failure of power. In addition, the power control shall be arranged to continuously monitor the actual elevator speed signal from the tachometer and to compare it with the hoist motor armature voltage and the intended speed signal, to verify safe and proper operation of the elevator.

3. Provide isolation transformers plus proper filtering to eliminate both electrical and audible noise.

B. SOLID STATE POWER SUPPLY AND LOGIC CONTROL

1. Provide solid-state power devices with voltage and current capability ample to operate the elevator at the specified conditions.

2. The maximum RMS Harmonic Distortion (THD) contribution to the building power distribution network, from the elevator drive and hoist system, shall be restricted for voltage (THDV) and current (ampere) (THDI). The RMS harmonic distortion is defined as the amount of harmonic distortion as a percentage of the RMS value of wave forms at frequencies (fundamental and harmonic). The following THD criteria are to be understood as RMS unless otherwise noted.

3. THD will be measured and compared to the building THD. The building THD will be measured with the new elevator systems disconnected from the building power distribution system.

Section 14 21 00 Page 10 Specification No. PG19-0018

4. The building THDV and THDI; with the elevator disconnected, will be measured at each elevator’s feeder disconnecting means.

5. The elevator THDV and THDI; will be measured at each elevator’s feeder disconnecting means located in the elevator equipment room. Individual measurements will be taken with each elevator operating at full-rated load at contract speed in the up direction.

6. The maximum allowable THDV and THDI will be the calculated difference between the building THDV and THDI measurements and the elevator THDV and THDI measurements respectively.

7. Maximum allowable THDV from each elevator motor drive is three percent (3%) or the value of the building THDV measured in part b above, whichever is greater.

8. Maximum allowable THDI from each elevator motor drive is fifteen percent (15%). No individual current harmonic shall exceed ten percent (10%) relative to the fundamental (THDI-F). THDI-F defines the amount of harmonic distortion as a percentage of the fundamental frequency current.

C. SOLID STATE POWER CONTROL

1. Provide a solid state power controller to operate the hoist motor, brake, and other electromechanical devices. The controller shall include interfacing pilot electromechanical devices as required for accepting the necessary elevator hoistway switches and operating switches.

2. These include, as a minimum, terminal slowdown devices, over travel limit switches, solid state magnetic leveling switches, inspection operating push-buttons, emergency stop switches and governor over-speed switches.

D. MICROPROCESSOR ELEVATOR LOGIC CONTROL

1. The operation shall be accomplished utilizing microprocessor computer logic control. The elevator control program shall be contained in nonvolatile, programmable, read-only memory. The control shall be constructed such that future alterations in elevator operation including changes of operating parameters including but not limited to speed, acceleration, jerk, pre-opening, door speed, door dwell, floor counts for leveling, and car zoning may readily be made as part of normal maintenance and service. If a separate, detachable device is required, it shall be furnished.

2. Safety circuits shall be monitored and controlled by the programmable logic control with redundant protection.

3. The microprocessor elevator logic control shall be contained in a NEMA 1 cabinet.

E. FAULT DIAGNOSIS

1. Capability shall be provided to diagnose faults to the level of individual circuit boards and individual discreet major components for both the Solid State Power Controller and the Elevator Logic Controller. (Capability to diagnose faults within an individual circuit board is not required.)

2. If fault diagnosis requires a separate, detachable device, it shall be furnished to the City at no additional cost.

F. OPERATION

1. Provide standard "Group Operation" for Elevators #1-4. G. SECURITY

1. Furnish and Provide new controllers

a) Shall be furnished with card reader security programing

b) Lockouts for future security. Security lockouts shall apply to both car and hall security.

Section 14 21 00 Page 11 Specification No. PG19-0018

H. COMPUTER DISPLAY TERMINAL-GROUP CARS

1. A monitor and computer (or laptops) shall be provided in each of the machine rooms and in the Chief Engineers Office. The monitors will be a minimum 17-inch diagonal measure. These devices shall provide menu-driven access to reports and other functions. As a minimum, the following reports shall be provided:

a) Job Configuration-This report shall provide a brief description of the system, including the job number, programmable job name, number of cars, number of landings, openings per landing for each car, programmable car designation, programmable landing designation, fire service options, serial communication port definitions and other system options.

b) System Performance Graph-This report shall provide elevator system performance data based on hall call waiting times. At the end of each hour, the quantity of up and down hall calls shall be tallied. Up and down average waiting times shall be calculated and saved in the controller's non-volatile RAM. This information shall be kept for a minimum of seven (7) days.

c) Hall Call Distribution-This report shall provide hourly call distribution in a tabulated format for each hour, showing the number of hall calls which were answered within 15 to 90 second intervals for each landing and direction, and show the percentage and number of cars that were in service during a specified time frame. This information is saved for, at least, twenty-four (24) hours.

d) Graph Display of Elevator Status-This report shall provide a graphic display of the elevator hoistway that gives the user a comprehensive picture of car locations, door status, direction of travel, car calls registered, hall call assignments, estimated time of arrival of a car for a registered hall call, wait time of a registered hall call, floor labels, system status and a car status window. A per-car status window shall be provided that shows the status of the car, such as, automatic operation, inspection, firefighters' service; time out of service; top floor demand and bottom floor demand.

I. ENTERING HALL AND CAR CALLS

1. The computer terminal shall provide a means for entering hall and car calls using the arrow and enter keys. If the call is valid and registered, a corresponding symbol shall be displayed on the screen.

J. REAL TIME CLOCK

1. The user shall be provided with the capability to program the controller's real-time clock.

K. CAR INPUTS AND OUTPUTS

1. The monitor shall provide simultaneous viewing of most individual car input and output signals to detect important sequential events.

L. SPECIAL EVENT CALENDAR MENU

1. The special-event calendar menu shall provide three options. The first display of Special Events Entries allows the user to examine the documented faults or events. The second, List and Description of Events, allows the user to examine the faults and events, which are monitored. The third, Initialize the special-event Calendar, allows the user to clear the documented faults and events.

M. PRINTER

1. One printer shall be provided, located in the elevator machine room and one in the Chief Engineers Office, to allow the user to obtain permanent copy of reports available from the computer terminal. The printouts can be used for records or for ease of reference.

Section 14 21 00 Page 12 Specification No. PG19-0018

N. INDEPENDENT SERVICE

1. Independent service operation shall be provided for the elevator through the actuation of a keyed switch or toggle switch in the service panel. This service will cancel any existing car and hall calls, and hold the doors open at the landing. The car will only respond to car calls. While on independent service the hall arrival lanterns shall be inoperative.

O. EMERGENCY ELECTRICAL POWER

1. All elevators shall be provided with Emergency Electrical Power. Lower each elevator to marked recall floor, open the doors, close doors after a predetermined time, and turn off the car lights and fan. The in car Door Open button shall be in operation. Elevator controllers shall contain the logic to only run one elevator at a time. A code compliant emergency power select key switch shall be provided in the main fire return floor lobby.

P. HOIST MACHINE BRAKE ELECTRICAL DEVICE

1. Provide electrical controls that will "sense" when the hoist machine brake is "picked" during the start-up of the elevator to operate.

2. If the brake electrical circuit is "not made", and is sending a signal to the elevator controller that the brake is not "picked" the elevator shall not leave the landing.

3. After a predetermined time the car shall attempt to start again. This operation shall attempt the start up at least three times. If, after that third time, system and the brake is not "picked" the elevator shall shut down.

4. In order to start the elevator after this cycle the main line disconnect or a manual switch in the controller must be turned to the off position and then to the on position for normal elevator service. This operation shall also be in effect during car top inspection mode.

Q. LOAD WEIGHER

1. The load weigh system shall consist of load sensors, amplifier and buffer board. The buffer output shall be connected to the machine room via two conventional wires. The output circuit shall be virtually impervious to damage from transients or accidental connection to voltages up to 120 vac.

2. Adjusted devices shall be provided to allow hall call by-pass from thirty percent (30%) to eighty percent (80%) of rated capacity.

R. ASCENDING CAR OVER SPEED AND UNINTENDED CAR MOVEMENT PROTECTION

1. New elevator machines shall have unintended movement where secondary braking is applied, and brake drum and rotor is integral to the drive sheave.

S. CAR LIGHTING AND FAN

1. Provide means to turn off the car lights and fan when there is no car demand. Turn on the car lights and fan when there is a car demand for service. Car lights shall be turned on before the car/hoistway doors begin to open.

2.3 HOISTWAY EQUIPMENT

1. Except as noted hereafter, existing equipment may be refurbished and retained if compatible with new operation and components. Provide any modification or addition necessary to comply with ASME A17.1 Code requirements/standards.

A. ELECTRICAL WIRING AND WIRING CONNECTIONS

1. Electrical equipment and wiring shall conform to current NFPA 70-National Electrical Code requirements.

2. For equipment with electrical components, provide NRTL label on each component for which published standards exist.

Section 14 21 00 Page 13 Specification No. PG19-0018

3. The frames of motors, hoist machine, controller, transformer and the metal enclosures for electrical equipment in or on the car, hoistway and machine room shall be grounded in accordance with NEC-Article 250. Provide "daisy chain" electrical grounding for machine room electrical cabinets.

4. Provide required and adequate electrical wiring gauge sizing and number of electrical conductors to eliminate any voltage/amperage drop/variation for the machine room, hoistway switches/interlocks, and car operating fixtures/positions indicators/exhaust fan/car lighting/inspection station/leveling devices; hall stations/position indicators and other elevator electrical equipment.

B. CONDUCTORS AND CONNECTIONS

1. Provide new wiring in machine room, hoistway and car. Copper throughout with individual wires coded and connections on identified studs or terminal blocks. Use no splices or similar connections in wiring except at terminal blocks, control cabinets, junction boxes.

2. Provide ten percent (10%) spare wires in wiring runs. Separate and mark spare wires. Spare wire ends shall be turned back or protected against accidental grounding. Tag spare conductors indicating termination points at each end. Place a record of spare conductors in Adjuster's book.

C. CONDUIT

1. Provide painted or galvanized steel conduit and duct. Conduit size, ½ inch minimum. Do not use flexible conduit exceeding 36 inches in length. Flexible low voltage heavy-duty service cord may be used between fixed car wiring and car door switches for door protection devices.

2. Plastic wire ties shall not be allowed for conduit fastenings or support except flexible electrical cords to the car door detector control box.

3. Any existing electrical gutter and conduit may be retained if such equipment complies with current ASME A17.1-2010/CSA B44-10 Safety Code for Elevators and Escalators and NEC Requirements.

D. TRAVELING CABLES

1. Provide new. Provide flame and moisture-resistant outer cover. Traveling cables shall terminate in the Elevator Machine Room elevator controller and on the elevator car top junction box with marked terminals. Traveling cables that are terminating at the car top junction box shall be enclosed in EMT or Duct from the underside of the car to the car top junction box. Provide traveling cables holding/suspension device at half way vertical height in hoistway for traveling cable to have a perfect loop to the underside of the elevator car frame.

2. Provide required Kellems Grips on traveling cables.

3. Prevent traveling cables from rubbing or chafing against hoistway or elevator equipment within hoistway

4. Provide ten percent (10%) spare conductors in each traveling cable.

5. Provide an extra six (6) spare pair of shielded wires

6. Provide two (2) number 22 AWG Coax cables in a separate traveling cable.

7. Provide an extra two (2) spare pair (total of 4 wires) of #14 conductors.

8. Provide wiring for car lighting and exhaust fan.

9. Provide shielded traveling cable conductors for in-car emergency communication device and intercoms to main floor security station and elevator machine room.

Section 14 21 00 Page 14 Specification No. PG19-0018

10. Spare wire ends shall be turned back or protected against accidental grounding to any live electrical circuit or electrical ground. Tag spare conductors indicating termination points at each end. Place record of spare conductors in Adjuster's book.

E. ENTRANCES

1. Existing entrances shall be retained. Clean foreign material from entrances.

2. Provide new ADA compliant Braille Plates mechanically attached with no visible fasteners on both sides of each entrance jamb.

F. DOOR PANELS

1. Retain existing hoistway door panels Units 1-4. Car #5 all new doors.

2. Car #5 – Freight Elevator will be provided with all new doors. Refer to Section 1.3 – Acceptable Manufacturers.

3. The bottom of doors shall be provided with metal brackets including removable phenol gibs which run in the sill slots with minimum clearance: One (1) at the leading edge and one (1) at the trailing edge. Fastening screws shall be stainless steel.

4. Provide required retaining devices for hoistway doors.

5. Provide a safety retainer plate between each of the two (2) standard gibs. The retainer plate shall comply with the requirements of A17.1 Rule 110.11 h. Provide written documentation the Hoistway Door Fire Rating Labeling approves the safety retaining plates. When the doors are in the fully open position gibs shall be within the sill groove-no gib shall be outside the sill groove.

6. Provide hoistway door unlocking device and Safety Plug Locks at each entrance. G. DOOR INTERLOCKS

3. Provide new door interlocks for each hoistway door entrance. Cars #1-5

4. Provide fire-rated cable from each interlock to hoistway electrical riser as required by NFPA 70. Conductors shall be flame-retardant and suitable for a temperature of no less than 392°F. Conductors shall be Type SF or equivalent. Hoistway wiring shall be fire rated electrical cable.

5. Provide green colored electrical ground wire from each interlock to the "elevator controller" to an electrical connection designated as an electrical ground by NFPA 70 requirements. Electrical grounding to electrical conduit (EMT) is not approved.

H. DOOR HANGERS

1. Provide hoistway door hangers. Cars #1-4. Car #5 all new hoistway door operating components.

2. Hangers shall be adjustable and bolted into the top of the new hoistway doors.

3. Provide new hanger rollers and up thrust. I. DOOR TRACKS

1. Retain existing hoistway door tracks. Clean and check all fastenings for tight and proper alignment. Cars #1-5. Replace with all new if existing is not compatible with new car door linear operator package.

J. DOOR HEADERS & STRUTS

1. Retain existing.

2. Clean all components’ and check and ensure all fastenings are tight. K. DOOR CLOSERS

1. Provide a new reel closer at each entrance and sill mounted closures for each hoistway door.

Section 14 21 00 Page 15 Specification No. PG19-0018

L. FASCIA, DUST COVERS

1. Retain existing. Replace any missing or broken fastenings. Replace any fascia or dust cover that is missing, bent or damaged.

2. Paint with one (1) coat of rust resistant paint. Color to match existing.

3. Clean dust covers and fascia. M. SILLS

1. Retain existing sills. Check fastenings. Replace any damaged, broken or missing component.

N. CAR & COUNTERWEIGHT GUIDE RAILS & BRACKETS

1. Retain existing car/counterweight guide rails and brackets. Check fastenings for tightness. Replace any missing or broken fastenings. Remove dirt, grease, etc.

2. Realign guide rails to within 1/16 inch vertical and 1/32 inch tram. File existing joints to provide a smooth guide rail fishplate joint. No disc sander shall be used in the filing of these joints.

3. Clean guide rails and brackets. Paint rails and brackets from pit floor to first landing sill height with light gray rust prohibitive enamel paint. Exclude the rail blades.

4. Provide bevel washers for any bolt/nut that is installed in a plane of five degrees or greater.

O. CAR & COUNTERWEIGHT BUFFERS & PIT EQUIPMENT

1. Retain existing buffers

2. Existing pit shall also be retained. Clean and paint with one coat light gray rust prohibitive enamel paint.

3. Replace any missing or broken fastenings.

4. Provide bevel washers for any bolt/nut that is installed in a plane of five degrees or greater.

P. COMPENSATING

1. Retain existing. Q. PIT STOP SWITCH

1. Provide new emergency stop switches in the pit located so as to be accessible from the hoistway access door and pit ladder.

2. Pit switch shall be of the maintaining type and marked to indicate the RUN and STOP positions.

R. PIT LADDER

1. Provide a new Pit ladder.

2. Extend the vertical pit ladder to a height of forty-eight (48") inches above the hoistway sill of lowest level/landing.

3. Overall width of ladder shall be sixteen (16”) inches.

4. Distance vertically rung to rung shall be twelve (12”) inches.

5. Distance of outside of each rung to hoistway wall shall be no less than four and one-half (4 1/2”) inches.

6. Rungs to be continuous the entire length of the ladder.

7. Provide a horizontal hand-hold at the top of the ladder. S. FLOOR NUMBERS

1. Paint four inch high floor numbers within the hoistway, as required by ASME A17.1/CSA B44.

2. Numbers shall be located to be visible within two inches opening of the car doors.

Section 14 21 00 Page 16 Specification No. PG19-0018

T. LIMIT SWITCHES

1. Provide new normal and final terminal stopping devices at each terminal landing. The stopping devices shall have rollers having rubber or other approved composition to provide silent operation when activated.

2. Provide new, car mounted cam and brackets with new system. U. CAR SLING

1. The existing car sling shall be retained. Check fastenings for tightness. Replace any missing or broken fastenings. Remove dirt and lint.

2. Paint with one coat of rust resistant enamel paint to match existing.

3. Provide bevel washers for any bolt/nut that is installed in a plane of five degrees or greater.

V. PLATFORM

1. The existing platform shall be retained. Clean components including underside of dirt and dust. Check fastenings. Replace any damaged bolts, washers and nuts.

2. Provide fireproofing as required by ASME A17.1 Code.

3. Provide bevel washers for any bolt/nut that is installed in a plane of five degrees or greater.

4. Provide new isolation pads. W. LOAD WEIGHING

1. Load weighing shall be provided and set to determine when the car is at capacity load. The elevator will bypass hall calls when loaded to capacity. Provide adjustable switches that will allow bypass at selected car loads.

X. CAR SAFETIES

1. Retain existing safeties.

2. Clean safeties free of any dirt and debris. Ensure all components are free of dirt, are properly lubricated and properly adjusted.

3. Provide bevel washers for any bolt/nut that is installed in a plane of five degrees or greater.

Y. COUNTERWEIGHT

1. Add blocking to Counterweight sling to prevent no more than 1/2” movement between the rails and the sling.

2. Existing counterweight weights may be retained.

3. Check correct counterweight overbalance. Add or remove required weights to achieve required weight for proper elevator operation. Notify Elevator Consultant in writing, of any weight removed or added and percent overbalance.

4. Paint counterweight frame including weights with one coat of rust resistant enamel paint to match the existing color.

5. Provide bevel washers for any bolt/nut that is installed in a plane of five degrees or greater.

2.4 CAR EQUIPMENT

A. CAR DOOR EQUIPMENT

1. Door Protective Devices:

a. The car doors shall be provided with a new detector unit that detects an object in the path of the closing doors at such a distance that reversal of the doors can be provided without physical contact with the doors.

Section 14 21 00 Page 17 Specification No. PG19-0018

B. NUDGING ACTION

1. If door opening is obstructed for a predetermined time (20 - 30 seconds), an audible device will sound and the doors will attempt to close. Door closing shall not exceed 3.5 J (2-1/2-feet-lbf) kinetic energy. If the detector is continuously obstructed during closing, the doors will stop or stop and reopen. Allow door to close after obstruction is removed as permitted by ASME A17.1-2010/CSA B44-The nudging time shall be adjustable through a range of at least 10 to 60 seconds.

a. Differential Door Time: Adjust timers to enable varying time that doors remain open.

b. Car Call: Hold open time adjustable between 3 and 5 seconds.

c. Landing Call: Hold open time adjustable between 3 and 8 seconds. Use landing call timing when responding to coincidental calls.

d. Door Re-Open: Same as for Car Call.

C. ROLLER GUIDES

1. Provide new Elsco Model B Roller guides.

2. Provide bevel washers for any bolt/nut that is installed in a plane of five degrees or greater.

D. CAR BALANCING

1. Car shall be static balanced. Roller guides shall have equal tension.

2. If weights are required for correct balance of the car, the required weights shall be installed under the platform enclosed in a structural frame that is attached to the car sling/platform. Each weight shall be secured to prevent a movement during elevator travel and testing.

E. CAR TOP PROTECTIVE RAIL

1. Provide a Top rail, Intermediate Rails and Toe Board on the rear and two (2) sides of the car top. The back and two side rails shall extend the length of the car top except where prevented by top of car operating equipment.

2. Top Rail to be located at a vertical height of forty two inches above the car top. Resist a force of 200 lbf in a lateral or downward direction.

3. Intermediate Rail to be located centered between the Top Rail and the car top. Resist a force of 150 lbf in a lateral or downward direction.

4. Toe Board to be four inches high above the car top. Resist a force of 50 lbf in a lateral direction.

F. ELEVATOR MAIN CAR STATION

1. Provide one vandal resistant elevator main control station with faceplate,

2. Lobby button in car operating panel shall be larger in size and a banana style shape for easy identification.

3. New Car operating panels shall conform to ADA requirements.

4. Install in-car to lobby intercom as part of the elevator car station.

5. Provide car position indicator, two inch high digital blue digital type together with directional arrows located in the top area of car operating station.

6. Provide a "Door Open Hold" key switch that when placed to the Hold position will allow the doors to remain open for an extended period of time. Engrave in one quarter inch letters under key switch "Door Open Hold". Engrave above key switch "OFF" to the left and "ON" to the right. Key shall be removable in the "OFF" position only. ASME

Section 14 21 00 Page 18 Specification No. PG19-0018

A17.1-2010/CSA B44-10 Code Firefighters' Emergency Recall and Firefighter’s Emergency In-car Operation shall override this feature.

7. Provide emergency lighting unit. Device shall be built in and part of the car operating station at the upper section of the car station cover plate. Provide one quarter inch thick clear plastic lens cover or a type that shall be vandal resistant over light fixture. Car lighting and alarm bell shall be connected to the Building Emergency Panel.

a. The intensity of auxiliary lighting illumination shall be not less than 2 lx (0.2 fc), measured at any point between forty eight and thirty five inches above the car floor and approximately twelve inches centered horizontally in front of a car operating panel.

8. Suitably identify floor buttons, lighted alarm button, door open button, door close button and keyed emergency stop switch by engraved and painted letters or symbols per ADA requirements.

9. Provide illuminated alarm button at bottom of station to sound distress signal alarm located on the car top. Provide a signal to the elevator controller at a terminal strip for monitoring purposes of alarm at a remote location.

10. Provide a Firefighters' Operation Panel as required by ASME A17.1-2010/CSA B44-10 Code.

11. Provide lockable service panel with recessed flush cover plate, in the car station. Include the following controls, with purpose and operating positions identified by engraved letters painted black:

12. Emergency Stop Switch.

13. Car light switch and emergency light test switch. Test switch shall disconnect the electrical power to the main car lighting circuit.

14. Three position fan switch-Low Speed-High Speed-Off.

15. Independent service switch to permit selection of independent or automatic operation.

16. Start button for closing doors and starting elevator when operating on independent service. Floor pushbuttons may be used for this function.

17. Duplex 120 VAC electrical GFCI convenience outlet.

18. Elevator number engraved in car station; minimum one inch high.

19. Inlaid capacity plate.

20. Faceplate Material and Finish: #4 Stainless Steel.

21. Install a new ADA compliant communication device as an integral part of the car operating panel.

22. Identify “HELP” button and visual indication with the phone symbol.

23. Provide International “No Smoking” Symbol four inches in diameter engraving at the top of the car operating panel.

24. Engrave in one quarter inch letters the State of Washington Elevator Inspectors requirement for addressing the location of the Elevator Operating Permit.

25. Engrave in one inch letters the building name at the top area of the COP. Building name to be provided by City to Contractor.

G. CAR TOP INSPECTION STATION AND WORK LIGHT

1. Operating fixture shall be provided containing continuous pressure Up, Down and Safe buttons, emergency stop switch, inspection and run switch.

2. Toggle switches shall not be provided for the Stop, Run and Inspection switches unless the switches are guarded against accidental activation.

Section 14 21 00 Page 19 Specification No. PG19-0018

3. Provide pendant style inspection operation station. Provide fixed metal bracket to store cord when not in use. Locate bracket to avoid stepping on cord when attached to bracket.

4. Provide 110 VAC outlets with a GFCI duplex receptacle.

5. Work light shall be encased in a glass enclosure including a wire guard cover. Rating of lamp(s) to be at least that which will generate the amount of illumination required by ASME A17.1-2010/CSA B44-10.

6. Provide additional light fixture on a flexible cord. Length of cord to be eight feet. Cord shall be hard wired into car top fixed work light. Provide fixed metal bracket to store cord when not in use. Locate bracket to avoid stepping on cord when attached to bracket. On-Off car top light switch shall control both fixtures. Provide guard on light. Rating of lamp(s) to be at least that which will generate the amount of illumination required by ASME A17.1-2010/CSA B44-10.

H. IN-CAR COMMUNICATION SYSTEMS

1. Provide new in-car emergency communication device. Provide necessary wiring between the elevator car, main lobby, and the elevator machine room.

I. CAR DOOR OPERATOR

1. Provide new door operator with closed-loop motor control to open and close the car and hoistway doors simultaneously. Complete car door package.

2. The package shall include the following: lifting rods, pickup rollers, coupler/clutch assembly, car door electrical switch and related modernization hardware.

3. Opening speed shall not be less than 2-1/2 feet per second.

4. Closing speed shall not exceed the limitations set by the ASME A17.1-2010/CSA B44-10.

5. Doors shall be adjusted to provide a smooth opening and closing without erratic motion or closing hard.

J. DOOR COUPLER-CLUTCH

1. A new mechanical coupler/clutch shall be provided to connect the car and hoistway doors.

2. The operation of the coupler/clutch shall provide driving motion of the hoistway doors for full open and full close direction.

3. The drive rollers shall remain engaged throughout the door open travel and the last one quarter inch in the door close travel. This is intended to prevent separation of the hoistway doors from the car doors.

4. Include the car door restrictor device as required by ASME A17.1-2010/CSA B44-10. K. CAR DOOR CONTACTS

1. Provide new car door electrical switch. Locate switch so the elevator cannot operate unless the car doors are closed within the tolerance allowed by ASME A17.1-2010/CSA B44-10.

L. ALARM BELL

1. Furnish and install an audible signaling device located on top of the elevator adjacent to the car top inspection station.

M. CAR TOE GUARD

1. Provide new platform apron. The vertical distance of platform apron shall be a minimum of forty eight inches or the maximum permitted by the pit depth. The apron shall maintain the same running clearance as between the car and hoistway sills throughout its height.

Section 14 21 00 Page 20 Specification No. PG19-0018

N. BUFFER STRIKING PLATES

1. Retain existing buffer striking plates. Replace any missing or damaged components. Paint to match the existing color.

2. Provide bevel washers for any bolt/nut that is installed in a plane of five degrees or greater.

2.5 CAR ENCLOSURE

A. SHELL

1. Retain existing steel shell.

B. HANDRAILS

1. Refer to Bid Proposal B – Optional Bid Item, unless noted otherwise.

C. CAB INTERIOR

1. Refer to Bid Proposal B – Optional Bid Item, unless noted otherwise.

D. CAB CEILING

1. Refer to Bid Proposal B – Optional Bid Item, unless noted otherwise.

E. LIGHTING

1. Car lighting to be recessed LED.

Section 14 21 00 Page 21 Specification No. PG19-0018

F. CAR SILLS

1. Retain Existing Car Sills. Clean and ensure height and alignment for smooth door operation.

G. CAR DOOR PANELS

1. Refer to Bid Proposal B – Optional Bid Item, unless noted otherwise.

2.6 LANDING CONTROL STATIONS

A. Provide New Surface Mount Vandal Resistant Hall Stations.

B. New hall stations shall contain engraving and signage.

C. All signage for fire recall phase one instruction and in case of fire use stairs shall be supplied and installed by Contractor as temporary stainless steel placards adhesively affixed to the lobby walls in their proper locations accordingly.

D. Provide new surface mount hatch access key switches stainless steel #4 finish directly adjacent to the driving door 6’ above finish floor.

2.7 FIREFIGHTERS EMERGENCY OPERATION

A. Provide ASME A17.1-2010/CSA B44-10 Elevator Code Phase I Firefighters' Emergency Operation keyed switch with:

1. Instructions directly adjacent on a stainless steel adhesive affixed placard.

2. Provide a visual signal in the form of a fireman’s hat symbol to indicate when Firefighters’ Emergency Operation is in effect.

B. Install fixture location as required by State of Washington Elevator Inspector and ASME A17.1-2010/CSA B44-10 Elevator Code.

C. The key shall be of the type required by ASME A17.1-2010/CSA B44-10 and State of Washington Elevator Inspector.

D. Provide #4 finish stainless steel cover plates. Provide #4 finish stainless steel vandal resistant fastening screws on cover plate.

2.8 INTERCOM FOR (5) CARS

A. Provide intercom system, in separate fixture, between the elevator cars and the designated level. On-Off activation is required at the lobby station. In car to lobby communication is voice activated. Provide necessary wiring between elevator car and lobby. Provide switch for ON & OFF positions. Engrave Intercom “ON and “OFF” and Elevators #1-5. Position in ¼ inch letters on face plate for selection at the lobby.

B. Provide #4 Finish Stainless Steel cover plates. Provide #4 finish stainless steel vandal resistant fastening screws on cover plate.

C. Provide intercom between elevator car and elevator machine room. On-Off activation is required only at machine room station. In-car to machine room communication is voice activated. Provide necessary wiring between elevator car and machine room. Provide switch for ON & OFF positions. Provide a switch to select Elevators #1-#2-#3-#4. Engrave Elev.1, Elev. 2, Elev. 3, Elev. 4 in ¼ inch letters above the switch.

2.9 SIGNALS

A. CAR POSITION INDICATOR

1. The new in car position indicator shall be part of the new operating station.

2. Include as part of car station. Provide 2" high blue digital-type indications representing the floor served. Provide a floor passing audible signal. Signal shall be no less than 20 decibels with a frequency no higher than 1500 Hz.

Section 14 21 00 Page 22 Specification No. PG19-0018

B. HALL LANTERNS / POSITION INDICATORS

1. Provide Surface mount stainless steel #4 finish Vandal Resistant Lanterns in existing locations. Provide adjustable tones for ADA up/down signals.

2. Cover finish shall be #4 stainless steel. Provide stainless steel vandal resistant screws.

3. Hall lantern located at main lobby shall also have a digital position indicator with 2” high blue digital display incorporated.

C. VOICE ANNUNCIATOR

1. Voice annunciator shall be integral to car operating panels and shall announce when elevators have arrived at the MAIN LOBBY only.

D. CAR DIRECTION ARROWS

1. Install new car direction arrows in car entrance jamb opposite of hall call stations so that lanterns are easily visual from hall stations.

2. Remove existing hall lanterns in car entrance opening and cover with a steel plate to match existing finishes of cab entrance. Secure with #4 stainless steel security type snake eye screws.

2.10 SEISMIC REQUIREMENTS

A. ROPE RESTRAINTS

1. Provide hoist and governor rope sheaves with rope restraints as stated in ASME A17.1-2010/CSA B44-10.

a. The retainer shall be continuous over not less than 2/3 of the arc of contact between the rope and its sheave and shall be located so that no more than 1/8 of the arc of contact is exposed at each end of the retainer.

b. Rope restraints may be used in lieu of continuous guards provided they conform to the following:

1) The arc of contact is 30 degrees or less and one rope restraint, located at the midpoint of the arc of contact is provided.

2) Where the arc of contact exceeds 30 degree and restraints are provided at intervals not exceeding 30 degree or arc along the arc of contact and a restraint is located at each end of the arc of contact.

B. GUARDING OF SNAG POINTS

1. Provide guards to prevent the governor rope and electrical traveling cables from becoming snagged on guide rail brackets as stated by ASME A17.1-2010/CSA B44-10.

2. Governor ropes where located twenty inches or less from a snag point.

3. Suspension ropes where located twelve inches or less from a snag point.

4. Traveling cables where any portion of their loop below the mid-point of the elevator travel is located thirty five inches or less horizontally from a snag point.

C. GUIDE RAIL JOINTS

1. Retain existing seismic fish plates. D. SEISMIC SWITCH

1. Provide new seismic switch as required by ASME A17.1-2010/CSA B44-10. Locate switch as per manufacturer's instruction.

2. Switch shall activate upon excitation in a vertical direction of not more than 0.15 times gravity acceleration. The frequency response of the switch shall be 1 Hz to 10 Hz.

Section 14 21 00 Page 23 Specification No. PG19-0018

3. Upon activation the elevators which is in motion shall proceed to the nearest available floor, open their doors, and shut down; except that where Phase II emergency in-car operation is in effect, door operation shall conform to the requirements of ASME A17.1-2010/CSA B44-10.

E. COUNTERWEIGHT DISPLACEMENT SWITCH

1. Provide new counterweight displacement device(s) as stated in ASME A17.1-2010/CSA B44-10.

F. CAR AND COUNTERWEIGHT POSITION RESTRAINTS

1. Provide new position restraints with the following:

a. The clearance between each running face of the guide rail and the position restraint shall not exceed 3/16 inch.

b. The depth of engagement with the rail shall be not less than the dimension of the side running face of the guide rail.

G. CAR TOP EMERGENCY EXIT

1. The emergency exit shall be so arranged that it can be opened from within the car by means of a keyed spring-return cylinder-type lock having not less than a five-pin or five-disk combination and operated from the top of the car without the use of a key.

2. The key required to open the emergency exit lock shall be kept on the premises in a location readily accessible to authorized persons, not available to the public. No other key to the building shall unlock the emergency exit lock.

3. The top emergency exit shall be provided with a car door electrical contact conforming to ASME A17.1-2010/CSA B44-10 and so located as to be inaccessible from the inside of the car. The opening of the electrical contact shall limit the car speed to not more than 150 feet per minute.

4. The electrical switch shall be positively opened by a lever or other device attached to and operated by the exit panel.

5. The switch shall be maintained in the open position by the action of gravity or by a restrained compression spring, or both, or by positive mechanical means.

END OF SECTION

Section 14 22 00 Page 1 Specification No. PG19-0018

SECTION 14 22 00 – SPECIFICATIONS FOR FULL SERVICE PREVENTIVE MAINTENANCE

PART 1 SCOPE OF WORK

1.1 SCOPE

Contractor, (hereinafter referred to as "Contractor") shall perform Full Service Preventive Maintenance (hereinafter referred to as the "Services" and/or the "Work" on the following fourteen (14) Elevator equipment listed below. All equipment under this contract shall be maintained in first-class operating condition. Contractor shall furnish all materials, labor and comply with all requirements of current elevator codes. Contractor shall place into operation a continuing system of full service preventive maintenance for the equipment described herein.

1. Administration Building 3628 S 35th ST, Tacoma, WA 98409

Four (4) Passenger Traction Elevators

One (1) Freight Traction Elevator One (1) ISIS Gen II Elevator

2. ECC Building 3628 S 35 ST, Tacoma, WA 98409 One (1) Passenger Hydraulic Elevator

3. Alder Powerhouse 46502 Mountain Hwy E, LaGrande, WA 98348

One (1) Incline Lift/Surface Tram One (1) Freight Traction Elevator

4. Cushman Powerhouse N 21451 Hwy 101, Shelton, WA 98584

One (1) Incline Lift/Surface Tram One (1) Freight Traction Elevator

5. Cushman Substation 3713 19th St. N, Tacoma, WA 98406 One (1) Freight Traction Elevator

6. Mossyrock Powerhouse 439 Onion Rock LN, Mossyrock, WA 98564 One (1) Freight Traction Elevator

7. Wynoochee Dam 5120 Wynoochee Valley RD, Montesano, WA 98563 One (1) Passenger Traction Elevator

1.2 APPLICABLE DOCUMENTS

See Section 14 20 00 – 1.2

1.3 DEFINITIONS

See Section 14 20 00 – 1.3

1.4 CONTACT INFORMATION

See Section 14 20 00 – 1.4

1.5 PROTOCOL COMPLIANCE

See Section 14 20 00 – 1.5

1.6 SERVICE QUALITY VALIDATION

See Section 14 20 00 – 1.6

1.7 CONTRACT ADMINISTRATION

See Section 14 20 00 – 1.7

Section 14 22 00 Page 2 Specification No. PG19-0018

1.8 INTENT AND ACCEPTANCE

See Section 14 20 00 – 1.8

1.9 GENERAL CONDITIONS

See Section 14 20 00 – 1.9

1.10 MAINTENANCE CONTROL PROGRAM (MCP)

See Section 14 20 00 – 1.17

1.11 SERVICE REQUIREMENTS

A. Complete Maintenance: Contractor agrees to regularly and systematically examine, clean, lubricate, adjust and provide unlimited callback service and repair and replace all components of the equipment included under these specifications in accordance with industry standards in a proper workmanlike manner to the entire satisfaction of City.

B. Contractor shall repair loose cab handrails and maintain fastening bolt tightness, repair and maintain communication equipment installed by Contractor and communication equipment cabinetry doors and door hinges.

C. Contractor shall include the following elements in the Preventive Maintenance Procedures for all Elevators:

1. Provide once a month operational checks of all elevator car door safety edges/detectors. Contractor shall provide documentation of such checking in their machine room check charts.

2. Provide once a month check of directional lights, call registered lights and all other elevator lighting fixtures. Furnish and replace all burned out bulbs.

3. Maintain pit lighting, car top lighting and hoistway lighting.

4. Contractor shall notify City before any equipment is removed from service. Contractor shall notify City when such equipment is placed back in normal service. The schedule for provision of service by Contractor shall vary according to the frequency as stated in this Contract. Contractor is expected to work closely with City and/or any firm authorized by City to arrange specific service times that are most beneficial to City.

5. Contractor shall maintain hoistway, pit, machinery, elevator machine room, and any assigned Contractor's Work space in a clean, orderly condition, free of dirt, dust, oil and grease spills, trash and debris, at all times.

6. Contractor shall be sensitive to City needs during their Work activity and create no excessive noise. Work that will generate excessive noise shall be scheduled with City.

7. Contractor shall maintain three (3) complete sets of wiring diagrams showing "as built" conditions with any changes or modifications to circuits resulting from control modifications, parts replacement or equipment up-grade. One set shall remain in each machine room, one set shall be maintained in the Contractor's office and the third set shall be maintained in City's offices. When any modifications are made to diagrams, three copies of the modified drawings must be made. One copy shall be furnished to City to update their copy of the appropriate drawing. A copy shall be used to update the Contractor's office drawings and the original changes shall be maintained in the equipment machine rooms. City retains sole possession of these wiring diagrams. Wiring diagrams shall be kept in a neat and orderly fashion in the machine room.

8. Contractor shall be responsible for maintaining exterior of the machinery, and other parts of the equipment, properly painted, identified, and presentable at all times.

Section 14 22 00 Page 3 Specification No. PG19-0018

9. Contractor shall provide a lockable metal parts cabinet in the elevator machine room. Contractor shall coordinate installation with City.

10. Contractor shall conduct monthly evaluations of equipment performance, including car speed, door operations, riding quality and car leveling. Following such evaluations, the Contractor shall perform adjustment, repairs and replacements required to maintain manufacturer's operating performance. A copy of evaluations will be left with City and reviewed with them on request.

11. Contractor shall provide a qualified management representative to serve as Project Manager. Project Manager shall meet with City at such times as may be requested to discuss job details and concerns and/or any other matters concerning this Contract, or the Work to be performed herein, to assure amicable and successful execution of this Contract. The Project Manager shall be authorized to render any reasonable decisions to City without unnecessary delay.

12. Contractor shall maintain at all times the original elevator contract speed in feet per minute. Perform all adjustments required to maintain the proper door opening and closing time, within limits of applicable codes. Check the operating system for each unit to ensure that unit is kept operating continuously and make necessary tests and corrections to ensure all circuits are correct and time settings are properly adjusted.

13. Contractor shall maintain the following minimum elevator performance requirements.

a. Speed:

(1) +/- 3% in both directions under all loading conditions for all geared/gearless elevators.

(2) +/-10% in both directions under all loading conditions for hydraulic elevators.

b. Door Closing Time:

(1) Measured from start of door closing until the hoistway doors are fully closed, will be the minimum permitted by Code.

c. Door Dwell Time:

(1) As permitted by The Americans with Disability Act, as now or hereafter amended.

d. Floor Leveling Accuracy:

(1) As required by Code.

14. In accomplishing the above requirements, Contractor shall maintain a comfortable elevator ride with smooth acceleration, retardation and a soft stop. Door operation shall be quiet and positive with smooth checking at the extremes of travel.

15. Any additional work required to be performed pursuant to Federal, State or Local Code amendments subsequent to the date of this Agreement, or tests required to be performed which are not currently within the scope of this Agreement, will be performed by Contractor only upon receipt of a written change order from City.

16. Contractor shall provide to City, appropriate service manuals, adjusting manuals and technical manuals for all equipment.

17. All records and documents pertaining to the equipment provided to Contractor by City shall be kept current and in good condition and shall be returned to City upon demand or upon termination of this Contract.

Section 14 22 00 Page 4 Specification No. PG19-0018

1.12 TESTING

A. Contractor shall conduct the following tests, and any other tests required by the State of Washington L&I Elevator Dept., Federal and any other Governing or Code Agency that are in effect at the date of signing this Contract. Services shall include, but not be limited to:

1. Contractor shall provide quarterly inspections and testing of the Firefighter's Service-Phase I and Phase II and standby power operation, if installed as required by AHJ. Any additional cost to complete the above inspections and testing on overtime shall be the responsibility of Contractor. Contractor shall maintain an up-to-date log of Firefighter's Service testing in the machine rooms and submit the results to City’s authorized representative on a quarterly basis. Firefighter's Service testing shall be entered and recorded on a form supplied by Contractor and/or as required by the State of Washington, or both.

2. Provide all testing as required by the State of Washington Elevator Inspector and required by the ASME A17.1 Safety Code for Elevators and Escalators during normal working hours of the elevator industry.

B. Contractor shall annually check the dispatching systems and make necessary tests and adjustments to insure that all circuits and time settings are properly adjusted, and all systems are performing as designed and installed. Contractor shall submit an annual written report of these results to City.

C. Contractor shall audit the equipment once per year. An annual report from the audit will be provided to City by the last business day of the first year under contract. The report will include recommendations for improvements and estimates of cost for labor and materials to complete the suggested improvements. City’s equipment will be audited for:

1. Code Compliance. Evaluate current Code compliance of all equipment. Monitor industry and Code developments and provide City with warning of anticipated Code changes to take effect during the fiscal year following the audit report. Recommend corrections, which should be made in the fiscal year following the audit report..

2. Equipment Performance. Audit performance of all equipment against its original parameters or specifications. Recommend corrections, which should be made in the fiscal year following the audit report..

3. Equipment Aesthetics. Audit the physical condition and appearance of the equipment visible to users and recommend upgrades, which should be considered to keep the equipment appealing to users and current with building standards for colors and decoration schemes

4. Written reports of said tests shall be submitted to City within five (5) calendar days of actual testing.

5. City shall receive seven (7) days prior written notification of all tests so that an authorized representative of City may witness said tests. Safety precautions are understood to be of highest priority. Care will be taken to safeguard all surrounding building property during the testing. If during the testing, the actual testing fails the prescribed testing procedures in the ASME A17.1 and re-testing is required, the Contractor shall pay all costs of City’s representative to witness such testing.

Section 14 22 00 Page 5 Specification No. PG19-0018

1.13 CHARTS-LOGS-INSPECTIONS

A. Contractor shall post the Contractor’s standard Preventive Maintenance Schedule/Chart and a Work Log in the elevator machine room and designated area. The Work Log shall include all entries for routine and non-routine maintenance and repairs, including supervisor’s surveys. Entries shall include date Work is complete, mechanic or supervisor’s name, brief description of Work completed and the approximate time required for the Work. The Work Log and Preventive Maintenance Schedule/Chart shall be maintained for City’s inspection at any time. City may copy the Work Log and Preventive Maintenance Schedule/Chart at any time. The log book will be made available to the Contractor at all times, including times when no designated City's personnel is/are present.

B. Contractor shall provide City with a schedule, in either written or electronic form, (as preferred by City) of when equipment will be taken out of service for Preventive Maintenance. City must approve any changes to this schedule in writing.

C. Contractor shall offer inspections of hoistway, pit equipment, car top, machine rooms and interiors to City upon completing scheduled Preventive Maintenance at no expense to City.

1.14 DISPOSAL OF OILS/MATERIALS, ETC

A. Contractor will be fully responsible for removal and disposal of all oils, greases, solvents and soiled cleaning cloths/rags that are used in the repair, service and adjusting of all equipment. All material will be disposed of in accordance with all present or future City, State and Federal Laws and Regulations, which may be applicable.

B. When work is performed, the Contractor shall insure that all areas are clean and salvaged materials or scraps are removed before leaving jobsite. If Contractor fails to do so, City may perform necessary clean up actions and shall invoice the Contractor for all costs.

1.15 EXTENT OF COVERAGE

A. Contractor shall prepare and submit to City a detailed preventive maintenance schedule for all equipment to be serviced within five (5) calendar days after execution of the Contract. As a minimum, the equipment shall be examined and maintained in accordance with the following frequency.

1. Minimum Service Frequency

a. Reference Part 2, 2.1 for Existing Elevator.

2. Extent of Coverage Hydraulic Elevator, Contractor shall:

a. Furnish lubricants and all cleaning supplies. Contractor is to regularly and systematically examine, adjust, clean, lubricate as required, and if conditions warrant, repair or replace: (1) Hydraulic pumps and associated plumbing.

(2) Hydraulic cylinder (part that is not in the ground), plunger, packing and packing head.

(3) Hydraulic fluid and piping, unless the piping is underground.

(4) Seismic valve and pit shut off valve.

(5) Hydraulic oil line couplings.

(6) All exposed hydraulic oil lines, brackets and stands.

Section 14 22 00 Page 6 Specification No. PG19-0018

(7) Controllers, starters, selector and relay panels.

(8) Pump motors.

(9) All bearings.

(10) All rotating elements.

(11) Contacts, relays and timers.

(12) Resistors and transformers.

(13) Solid-state devices.

(14) In-car emergency lighting.

(15) Firefighter's service equipment.

(16) Automatic power door operators, landing and car door hangers, landing and car door contacts, door protective devices, hoistway door interlocks, bottom door guides, door closures.

(17) Interlocks.

(18) Car buffers.

(19) Limit and slowdown switches.

(20) Door protective devices and alarm bells.

(21) Car and corridor operating pushbuttons.

(22) Load weighing equipment.

(23) All hall lanterns, car position and hall position indicators, lobby control panels, car operating panels, and

(24) All other signal and accessory facilities furnished and installed as a part of the whole equipment.

(25) Electrical Traveling Cables.

3. Extent of Coverage Traction Elevators and Incline Trams:

a. Regularly and systematically examine, clean, lubricate, adjust, and when conditions warrant, repair or replace the following items including all other items or components pertaining to the operation, maintenance, adjusting, repair, testing and cleaning of the total elevator equipment regardless of serviceability.

(1) Gearless hoist machine – including brake, armature, fields, all bearings, hoist

motor sheave, and deflector sheaves.

(2) Geared hoist machine including brake, armature, fields, brushes, brush rigging, gear case, gears, all bearings hoist motor, and deflector sheaves.

(3) Hoist and governor ropes.

(4) Governor

(5) Governor pit sheave

(6) Controllers, selector, starters, dispatcher and relay panels

(7) All bearings

(8) All rotating elements

(9) Contracts, relays and timers

Section 14 22 00 Page 7 Specification No. PG19-0018

(10) Resistors and transformers

(11) Solid-state devices

(12) In-car emergency lighting

(13) Traveling cables

(14) Firefighter’s service equipment

(15) Automatic power door operators

(16) Landing and car door hangers

(17) Landing and car door contacts

(18) Door protective devices

(19) Hoistway door Interlocks

(20) Bottom door guides

(21) Interlocks and door closures

(22) Car buffers

(23) Car exhaust fan

(24) Car top inspection station

(25) Limit and slowdown switches

(26) Door protective devices and alarm bells

(27) Car and corridor operating pushbutton

(28) Load weighting equipment

(29) Hall lanterns

(30) Car position and hall position indicators

(31) Lobby control panels

(32) Car operating panels

(33) All other signal and accessory facilities furnished and installed as a part of the whole equipment

(34) Car and counterweight roller guides

b. Furnish lubricants and all cleaning supplies.

c. If an elevator is out of service for more than seventy two (72) hours because replacement parts are not available, or for any other reason covered under the terms of this contract, Owner may elect to impose penalties of up to $1,500.00 per calendar day for each calendar day beyond seventy two (72) hours that the elevator is not in service and available for use.

1.6 EXCLUSIONS

A. The following items of equipment, hoistway and machine room enclosure are not included in this contract unless damaged by the Contractor.

1. Contractor shall not be responsible for the following items and shall receive compensation for repairing such items. Rates as specified in the Contract:

a. Door knocked off the tracks/broken gibs.

b. Elevator left on independent, fire, attendant or emergency service.

Section 14 22 00 Page 8 Specification No. PG19-0018

c. Elevator call buttons broken, burned or jammed.

d. Elevator turned off inside the car and the door pulled shut, unless there is an actual elevator problem that is included in their Contract.

2. Contractor shall not be responsible for repairs and replacement pertaining to the car enclosure, including removable panels, door panels, car doors, suspended ceilings, handrails, car finish and flooring coverings, hoistway enclosures, hoistway entrance frames, sills, emergency telephone instruments, signal fixture faceplates, fire recall initiation devices or cleaning of car interior or underground hydraulic piping and the underground part of the hydraulic cylinder.

3. Contractor shall not be responsible for replacement of mainline and auxiliary disconnect switches, fuses and feeders to control panels. All above ground elevator related electrical conduit and wiring are included in the Contract.

4. Contractor shall not be responsible for repairs required because of negligence, accident or misuse of the equipment by anyone other than Contractor, their employees, Subcontractors, and agents.

5. City agrees to keep the elevator pit and machine room free from water and from unauthorized use.

6. Contractor shall not be obligated to make other safety tests or install new attachments, whether or not recommended or directed by insurance companies, or by federal, state, municipal, or other governmental or non-governmental authorities unless requested to do so by City. In that event, Contractor shall proceed to perform the tests or work, and shall be reimbursed at the rates as stated in the Contract in Section 1.20 D Hours of Work. Contractor shall advise City, however, whenever such tests or attachments are recommended or required. Contractor shall not be required to make renewals or repairs necessitated by the negligence, misuse or obsolescence of the equipment or any other cause beyond its control except ordinary wear and tear unless such renewals or repairs are caused by Contractor's negligence or misuse in performing or failure to perform pursuant to this Agreement.

1.17 INSPECTION OF EQUIPMENT AND FEES

A. City reserves the right to make such inspections and tests whenever necessary, at their expense, or at the expense of the Contractor if any provisions of this Contract have not been adhered to by Contractor, when deemed necessary to ascertain that the requirements of these specifications are being fulfilled. City will promptly notify Contractor in writing of the deficiencies identified. Contractor shall resolve all deficiencies at Contractor’s total expense within fifteen (15) calendar days of written notification.

B. Non code required Elevator Inspection fees shall be paid by City. City shall notify Contractor, in writing, of items required to be completed, which are the responsibility of Contractor. Contractor shall correct all immediately. Fees for re-inspection due to failure to eliminate deficiencies included in this Contract and the responsibility of Contractor shall be paid by Contractor. Contractor shall submit, in writing, a Work schedule of items to be completed by Contractor within seven (7) calendar days of notification of City. Contractor shall notify City, in writing of all items corrected. City shall notify Washington State Elevator Inspector, in writing, of items completed with copy of report to Contractor.

Section 14 22 00 Page 9 Specification No. PG19-0018

1.18 CANCELLATION TERMS

A. If Contractor fails to perform the work required by the terms of this contract in a diligent and satisfactory manner, City may after fifteen (15) calendar days written notice to Contractor perform or cause to be performed all or and part of the work required hereunder. Contractor agrees they shall reimburse City for any expense incurred therefore or City, at its election, may deduct the amount from any sum owed or to be owed Contractor under this contract. The waiver by City of a breach of any provision of these specifications by Contractor shall not operate or be construed as a waiver of any subsequent breach by Contractor.

B. If Contractor violates any of the provisions of this contract or fails to properly provide the services required by this contract, City shall advise Contractor of specific deficiencies and shall allow fifteen (15) calendar days to correct these deficiencies to City’s total satisfaction. City may cancel this Contract with thirty (30) days written notice to Contractor if any of the provisions of this Contract are not completed by Contractor to the full satisfaction of City.

C. The City may terminate this agreement immediately if the Contractor performs in the following actions /procedures:

1. Any act or omission which creates a safety hazard to any person using any elevator.

2. Any lapse in elevator operation of any elevator in excess of fourteen (14) calendar days except for “Scheduled Repairs”.

3. Failure of the Contractor’s employees to be properly licensed by the State of Washington.

4. Improper use of the City’s property/building.

5. Violation of any applicable statute, ordinance, rule, law, code or regulation in regards to the Contract Documents.

6. Receipt of two concurrent unacceptable safety inspections, except discrepancies noted as City's responsibility, from the Washington Inspection Department pertaining to the elevator equipment included in this agreement.

7. An elevator callback ratio in excess of one (1) callback, per elevator, per month over a four (4) month period.

D. If City chooses to modernize any of the equipment, that equipment may be eliminated from this Contract with thirty (30) days written notice to Contractor by City.

1.19 REQUEST FOR SERVICE

A. Contractor shall provide 24-hour/7-days a week answering service. Contractor shall provide a list of Contractor's Branch Manager, Service and Repair Superintendent’s cellular phone numbers for emergency contact in the event the answering service is ineffective. Management list shall be submitted to City within five (5) working days of the Contract start date.

B. Contractor shall respond to all phone messages from City within fifteen (15) minutes of receipt.

C. Emphasis shall be placed on keeping the equipment operating during the day. Removal of equipment from service for scheduled maintenance shall be scheduled with City.

D. No repair shall be performed outside the scope of this Contract without prior approval from City.

Section 14 22 00 Page 10 Specification No. PG19-0018

E. Overtime work required or when requested shall be scheduled with the City in advance. The hourly rates for this City authorized overtime work shall be the difference between the normal an overtime hourly rates stipulated in Section 1.20 D "Hours of Work".

F. If any equipment is shut down for more than twenty four (24) continuous hours after notification of a failure (except for pre-scheduled or major equipment repairs) the monthly unit billing shall be suspended until the individual equipment is restored to service.

G. In the event the equipment fails to operate properly, City will notify Contractor by telephone and request immediate repair. For this purpose, Contractor shall maintain, at all times, office facilities, a twenty-four (24) hour telephone service and personnel to promptly dispatch competent mechanics to repair any reported equipment failure

H. If a safety or potential safety problem exists, Contractor shall immediately correct the problem. Written notification of corrective measures undertaken shall be provided to City, in writing, within one (1) business day

I. In case of an elevator accident, Contractor shall be notified immediately by City. The unit shall not be placed into operation until an investigation is performed by City’s Representative and Washington Elevator Inspector. Contractor shall provide a written report to City stating the condition of the unit before the Contractor leaves City’s facility. The unit will not be placed in operation until an investigation is performed by City’s Representative and/or the Washington Elevator Inspector if the following conditions occur:

1. A person has been injured and requires first aid treatment.

2. The unit is not safe to place in normal operating service because of obvious mechanical and/or electrical condition.

3. There is a concern by the Contractor or City as to the possible continued malfunction if placed in service

J. When corrective action is found to be the responsibility of the Contractor, the Contractor shall proceed immediately to make replacements, repairs, and corrections. If Contractor fails to perform the Work required by the terms of the Contract in a diligent and satisfactory manner, City may, after five (5) calendar days written notice to Contractor, perform or cause to be performed all or part of the Work required thereunder. Contractor shall reimburse City for any expense incurred therefore or City, at its election, may deduct the amount from any sum owed or to be owed Contractor. When such Work is determined not to be the Contractor’s responsibility, a written report, including a cost estimate to remedy the deficiency, signed by the Contractor, shall be delivered to City by 3:00 p.m. the next business day for further action by City. If the City elects to have the Contractor perform these services, they will issue a separate Purchase Order Request beforehand. If a safety problem is noted, which is not within the Contractor's area of responsibility or expertise, written notice of such problem shall immediately be furnished to City by the Contractor.

K. No allowances shall be made to Contractor for extra costs as a result of difficulties encountered during any work. All materials incorporated in the Work shall become the property of City upon material/parts installation

Section 14 22 00 Page 11 Specification No. PG19-0018

L. Contractor will, upon request, assist City with written recommendations to improve service and reduce call backs. Contractor shall provide the "Call Back Log Form" to the City within seven (7) calendar days after the end of the previous month. Preventive Maintenance tickets will be separated for Work completed. The intent of this summary is to minimize callbacks by keeping the Contractor and City aware of callback trends. Contractor shall review Preventive Maintenance duties and callback trends with City on a monthly basis. Contractor shall provide City, on a monthly basis, copies of all time tickets for "all" work performed during the preceding month, if requested by City.

M. Downtime notification is required according to the following schedule:

1. Emergency Shut Down. City is to be notified immediately by phone, cell phone, pager or radio of emergency repairs or safety issues at time of detection. At minimum, a voice-mail message is required.

2. Short Shut Down. City is to be informed in writing (e-mail acceptable) three (3) days in advance when equipment will be taken down for two (2) hours to eight (8) hours for non-emergency service/repair/upgrade.

3. Major Shut Down. City is to be informed in writing (e-mail acceptable) one (1) week in advance when a unit will be taken down for more than one (1) day for non-emergency service/repair/upgrade.

N. Contractor shall immediately shut down and remove the equipment from service when it appears to Contractor to be unsafe or operating in a manner which might cause injury to anyone using said equipment. Contractor shall provide City written notice of such action immediately, stating the reason the equipment was placed out of service and corrective measures required to place the equipment in service. Written notice shall be provided by Contractor before Contractor’s personnel leave the jobsite.

O. "Emergency Service Requests" Response Time is counted from the end of the phone call requesting repair to when the technician arrives at location. Contractor shall respond to all "Emergency Service Requests" in accordance with the following standards:

1. Weekdays between 7:30 a.m. to 4:30 p.m.: = 30 minutes.

2. All other days/hours: = 60 minutes.

3. "Emergency Service Requests" shall be resolved as quickly and effectively as possible and in such a manner that the disruption of equipment service and inconvenience to users is absolutely minimized.

4. Contractor shall mobilize all necessary resources, including labor, equipment, tools, parts and materials as required to complete work required under these requirements.

P. Contractor shall provide unlimited "Routine Service Request" at no additional cost to City. "Routine Service Requests" Response Time is counted from the end of the phone call requesting repair to when the technician arrives at location. A "Routine Service Request" is any request not deemed by City to require immediate response and resolution by Contractor. "Routine Service Requests" shall include the following:

1. Weekdays between 7:30 a.m. to 4:30 p.m.: = 90 minutes.

2. All other days/hours: = 120 minutes.

3. "Routine Service Requests" shall be resolved as quickly and effectively as possible and in such a manner that the disruption of equipment service and inconvenience to users is absolutely minimized.

Section 14 22 00 Page 12 Specification No. PG19-0018

4. Contractor shall mobilize all necessary resources, including labor, equipment, tools, parts and materials as required to complete the work required under these requirements

Q. Remote Monitoring: Any and all remote monitoring equipment and on-going monthly service shall be at the Contractor’s total expense.

R. Contractor shall assign an elevator Mechanic to assist with emergency generator tests at no additional cost to City.

1.20 WORK TICKETS

A. After each service/trouble call and regularly scheduled maintenance, a legible Work ticket will be completed indicating the date of work, work performed, parts replaced, total hours on the job and the Service Technician performing the Work. In the case of an equipment shutdown or repair, the Work ticket will describe the cause of the equipment failure and the action taken to correct the failure. Each month, Contractor shall provide a written callback report showing cause and correction of each month’s callback(s).

B. Each month a Report shall be sent to City and/or their representative, a copy of all Time Tickets, Callback Logs, Extra Billing, Test Reports, and Repairs required, that includes all items as described in Section 1.14 A. 2 "Requests for Service". Reports shall be received no later than the first Tuesday following the end of the month.

C. All Work Tickets shall be left with City after all visits. Preventive Maintenance tickets shall be separated for work completed. Copies of Work Tickets shall be included in any invoice other than the monthly preventive maintenance contract amount invoice.

D. Contractor shall provide, if requested by City and/or a company designated by City, quarterly, by the 10th day of the month following the quarter, copies of the three previous monthly "Check Charts". Report shall contain, but shall not be limited to, the following information:

1. Dates and times of inspection and/or service.

2. Names of persons performing inspections and/or service.

3. Location and description of equipment being inspected and/or service.

4. Condition of equipment.

5. Detailed description of inspection/service performed

1.21 WORK TICKETS

A. Contractor shall provide, at a minimum, the Mechanic Hours per table provided in Part 2, performing Preventive Maintenance (Interim, Warranty and 5-Year). Preventive Maintenance shall be performed every month.

B. The listed hours in Part 2 shall be the minimum actual hours performing Preventive Maintenance Work, including those required by the Maintenance Control Program. These hours do not include callbacks, repairs, travel time, adjustments or testing.

C. Documentation of hours consists of; date work performed, site arrival and departure times, description of work performed, Mechanic name, photo of MCP log showing completed tasks, site name and Elevator number work was performed on is required for monthly payment due Contractor. Prorated dollar value for lack of documentation will be deducted from that month’s invoice, monthly dollar value for documentation is $300.00 per elevator.

Section 14 22 00 Page 13 Specification No. PG19-0018

D. If no Documentation and/or less than the stated required hours of Preventive Maintenance are performed per month, the prorated dollar value for the time short and/or missing documentation will be deducted from that month’s invoice

E Contractor shall pay for all cost's including but not limited to; travel time, fuel and mileage, of any regular time and overtime callbacks, service or repairs.

F. The City shall not be charged if the equipment is running on arrival (ROA) when Contractor arrives on-site, and it was verified by City that the equipment was either not in operation or in a state of not operating correctly at the time service was requested.

1.22 EXAMINIATION OF RECORDS

A. City shall have the right to examine or audit any directly pertinent books, documents, papers and records of Contractor involving transactions related to this Contract for one (1) year after expiration of this Contract. Audits will be limited to the documentation and service records required to be provided to City as stated in this contract.

1.23 CONTRACTORS EMPLOYEES’ SAFETY AND ACCIDENT PREVENTION PROGRAM

A. Contractor shall submit, for review, to City, the Contractors Employees' Safety and Accident Prevention Program. Document shall be up-dated when any changes in the Program are adopted by Contractor.

B. Contractor shall verify, in writing, that all Contractors personnel that perform any work under this Contract have completed the Contractors required training under this Safety and Accident Prevention Program and that the Employee shall receive additional on-going and future training under the Contractor's Safety and Accident Prevention Program.

PART 2 EQUIPMENT TO BE MAINTAINED

2.1 FOURTEEN (14) EXISTING ELEVATORS

Make Designation State ID Capacity

Rate of Speed

Minimum Monthly PM Hrs.

Westinghouse Admin Main 04569PC 3,000 1 Westinghouse Admin Ctr West 04571PC 3,000 1 Westinghouse Admin East 04570PC 2,000 1 Westinghouse Admin West 04572PC 2,000 1 Westinghouse Admin Freight 04568FC 4,000 1 ISIS Gen II Admin Dover ECC 05402PH 4,000 1

Make Designation State ID Capacity

Rate of Speed

Minimum Quarterly PM Hrs.

Portland Cushman Sub Freight 04305FC 2,000 2 Otis Cushman Power

Freight 01945FC 6,500 2

Cable Incline Cushman Power Lift 01946IL 10,000 2 Montgomery Alder Power Freight 0811FC 5,000 2 Cable Incline Alder Power Lift 00813IL 5,000 2 Dover Mossyrock Freight 01863FC 5,000 2 Otis Wynoochee Dam 02961PC 2,500 2

Section 14 22 00 Page 14 Specification No. PG19-0018

PART 3 REPLACEMENT PARTS INVENTORY

3.1 MATERIALS

A. Contractor shall maintain an inventory level of spare parts on-site which will permit prompt repair or replacement of components that fail or become worn. The equipment shall not be left shut down more than four (4) hours because of spare (replacement) parts not on-site.

1. Contractor shall provide a list of identified spare parts to the owner for approval. Contractor shall order and deliver the recommended spare parts to the owner for placement in approved storage cabinet. The cost of the spare parts will be invoiced back to the owner for the manufacturer costs, plus freight, and allowable taxes.

2. As spare parts are used, the contractor shall order and deliver a new same part to be placed in storage cabinet. The costs will be invoiced back to the owner for the manufacture cost plus freight, and allowable taxes.

B. Contractor shall mark and identify all lubricating oils and cleaning solvents that are stored on-site. All storage cans shall be Code approved. All unmarked cans shall be removed from the City’s premises. Machine room shall not be used for storage of materials or items that do not pertain to the maintenance of the City’s equipment.

C. In performing the Work indicated in these specifications, Contractor agrees to provide only manufacturer approved parts used by the manufacturers of the equipment for replacement or repair, and to use only those lubricants obtained from and/or recommended by the manufacturer of the equipment. If Contractor wishes to provide parts or lubricants other than recommended by the Manufacturer, Contractor shall, in writing, state the type proposed and the lubrication specifications to the City for review and written approval. These replacement parts shall not be considered an upgrade of equipment and shall be provided by Contractor at no additional cost to the City.

D. Contractor shall procure replacements parts in the most expeditious manner available.

E. Parts requiring repair shall be rebuilt to an "as new" condition.

F. Contractor shall maintain on site and/or at their local office, at all times, a sufficient amount of replacement parts, by the original manufacturer, to maintain the equipment in first-class and safe operating condition, at all times.

3.2 MICROPROCESSORS

A. Contractor shall maintain, in stock, available for immediate usage, an inventory of replacement parts for any microprocessor/solid state equipment used for each system. This includes all solid-state boards located in the machine room, fixture stations, car tops or any other location.

B. Contractor's service technicians shall carry diagnostic equipment designed to analyze programming and microprocessor functions and malfunctions on all equipment.

C. Contractor shall pay for all costs if the original manufacturer must be brought on-site to re-program the system or be required to place the equipment in service.

END OF SECTION

Section 14 23 00 Page 1 Specification No. PG19-0018F

SECTION 14 23 00 – MOSSYROCK, ALDER AND WYNOOCHEE TRACTION ELEVATORS

PART 1 GENERAL

1.1 SUMMARY

A. This section includes work required to complete the Elevator Modernization of three (3) overhead passenger elevators at Mossyrock, Alder and Wynoochee Powerhouses if awarded by the City.

B. The elevators are designated as number Wynoochee Dam #1, Mossyrock Dam #1, and Alder Dam #1 freight elevators.

C. Contractor to direct and provide requirements and direction to subcontractors

1.2 SCOPE OF WORK

A. MUST REFERENCE

1. Sections 14 20 00 General Conditions and Specifications for Elevator Modernization.

2. Section 14 22 00 Full-Service Preventive Maintenance for further instructions.

B. WORK BY CITY

1. Electrical

a. Mainline disconnects for all elevators shall be replaced with new. They shall be located within 18" of strike jamb of machine room door. City to relocate main disconnect as directly by contractor.

b. Mainline disconnects must have adequate size dedicated ground directly to building ground.

c. Mainline disconnects on all elevators shall have auxiliary normally closed contacts to accommodate battery lowering feature being added to new elevator controller.

d. Provide adequately sized mainline power, subpanel and circuit breakers for the new elevator equipment as required by the Contractor. Sizes shall be evaluated and changed accordingly based on Contractors load requirements. City to relocate as directed by contractor.

e. Provide a means to lock electrical circuit breaker in the open position for the car lighting circuit, intercom circuit, seismic switch, and monitoring system. Overcurrent protection for these circuits shall be located in elevator machine rooms within subpanel, reference NFPA 70; Article 620.53 & 620.55). Provide 3 additional circuits for future use.

2. Lighting

a. Elevator Machine Room: Provide adequate lighting to maintain a minimum of 200 lx (19 FTC) at floor level. Position of additional fixtures is to be determined after the new elevator equipment is located in the elevator machine room, reference ASME A17.1-2016/CSA B44-10

b. Lobbies: Provide adequate lighting in all enclosed elevator lobbies at no less than 100 lx (10 fc) of illumination at floor level in front of the elevator doors with the doors in the closed position. City to correct as required.

Section 14 23 00 Page 2 Specification No. PG19-0018F

3. Elevator Machine Room

a. The Contractor shall provide BTU output and required operating ranges for all equipment provided. The City will design and construct all HVAC required to maintain temperature range required by manufacturer.

b. Provide dedicated telephone line to controller terminal. Existing phone lines may be retained and reused. Contractor shall coordinate with City.

c. All wiring must be in conduit or other approved raceway.

d. Fire Extinguisher: Provide a minimum 15# ABC fire extinguisher on a metal bracket located in the Elevator Machine Room adjacent to the lock side of the machine room door. Ok to retain existing, ensure it is charged.

4. Painting

a. City to provide all painting unless noted otherwise.

b. Contractor to coordinate all painting to be performed by City.

c. Paint and seal all Elevator Machine Rooms and Pit floors and walls with light gray epoxy concrete sealer just prior to substantial completion. Contractor to coordinate with City.

5. Miscellaneous

a. Assist with traffic planning and routing for pedestrians during construction. Contractor to coordinate with City.

b. Provide adequate lay down areas for tools and equipment storage. Contractor to coordinate with City.

c. All City required work will be designed and coordinated by Contractor unless noted otherwise.

C. WORK BY CONTRACTOR

1. The contractor shall provide and install all necessary equipment other than listed in work by City. This includes but not limited to:

a. Controller/Selector

b. Electrical Conduit and Wiring in Machine Room/Car/Hoistway

c. Counterweight Derailment Device

d. Seismic Requirements for Drive Sheave

e. Traveling Cables and Governor Rope

f. Hoist Ropes

g. Hoist Machine and Support Beams

h. Deflector Sheave

i. Brake

j. AC Motor

k. Car Door Operator

l. Car Top Inspection Station

m. Hoistway Interlocks/Tracks/Hangers/Door Gibs

n. Hoistway Doors

Section 14 23 00 Page 3 Specification No. PG19-0018F

o. Car Doors

p. Cab Interior Finishes to Include Ceilings

q. Intercoms

r. Firefighters' Service per ASME A17.1-2010/CSA B44-10

s. Seismic Requirements

t. Americans with Disability Act (ADA) Compliant

u. Other Elevator Components as Listed in This Elevator Specification

2. Main Line Electrical Power Requirements

a. All main line electrical power and electrical ground requirements shall be verified by Contractor. Contractor shall notify, via RFI prior to bid, to Elevator Consultant if their electrical equipment will not be compatible with the existing electrical main line feeders to main disconnect and subpanel.

b. If the main line electrical feeders are not of sufficient size, Contractor shall state what size feeders are required. This information must be submitted with the Contractors Bid.

c. If new electrical main disconnect, subpanel, feeders and a dedicated ground are required, City will provide all engineering and design of all new main disconnect, subpanel, and dedicated ground. All other electrical design and equipment shall be by Contractor.

3. Electrical

a. Replace non GFCI receptacles with 20A GFCI duplex receptacles in the elevator machine rooms, reference NFPA 70; Article 620.23.

b. Provide a 20A GFCI duplex receptacle in each elevator pit, reference NFPA-70; Article 620.24. Only receptacles currently not GFCI will need to be addressed.

c. Provide all electrical wiring, including EMT and an electrical ground, from the existing mainline disconnect switch to each new elevator controllers.

d. All wiring must be in conduit or other approved raceways.

4. Elevators Speed and Size - Retain Existing:

a. Car Speed

b. Car Capacity

c. Elevator Entrance Size

Section 14 23 00 Page 4 Specification No. PG19-0018F

5. Pit

a. Provide new code compliant pit ladder. Excluding Alder Dam that has a walk in pit

6. Fire Safety

a. Refer to Section 28 31 00 Fire Detection and Alarm System

b. New smoke detectors to be provided and interfaced with the elevator recall system.

(1) A smoke detector will be required at each enclosed elevator lobby, one in each Elevator Machine Room, and one at the top of the shaft. Smoke detectors must be installed according to NFPA 70, Fire Alarm Code.

c. Provide all fire alarm panels as required by code. The fire alarm control panel will need to be provided to handle elevator recall.

d. Where existing sprinkler heads in Elevator Machine Rooms and hoistways exist, each shall have a heat detector located within a maximum of 18” of sprinkler head and shall trigger flashing hat signal to elevator. Reference NFPA 72.

7. Miscellaneous

a. Provide floor and wall protection in surrounding work areas and access routes.

b. All major cutting and patching for new components to include fire caulking in penetrations.

c. Provide 8’ tall barricades of adequate size to completely enclose elevator entrances of elevators being modernized with lockable 3’x7’ entrance doors to keep pedestrians out of elevator work zones. Contractor to coordinate with City.

1.3 ACCEPTABLE MANUFACTURERS

A. Elevator Controls (Non-Proprietary) Include as part of the controls: Surge Suppressor, Brown Out Circuit, Regenerative Drive and Isolation Transformer.

1. Elevator Controls Pixel

2. GAL Manufacturing Company - Galaxy 4

3. Motion Control Engineering, Inc. (MCE) - I Box

4. Or Approved Equivalent

a) Provide as part of the Elevator Controls:

(1) Surge Suppressor

(2) Brown Out Circuit

(3) Regenerative Drive

(4) Isolation Transformer

B. Elevator Hoist Machine

1. Imperial Electric - PMAC Gearless Machine

2. Torin - PM-AC Gearless Machine

3. Hollister Whitney - PMAC Gearless Machine

C. Alarm Bell

1. Nylube - Model ELB-6

2. Kone

3. Otis Elevator Company

Section 14 23 00 Page 5 Specification No. PG19-0018F

4. Thyssenkrupp

5. Or Approved Equivalent

D. Car Door Operator – Linear Door Operator

1. GAL Manufacturing Company

2. Kone

3. Otis Elevator Company

4. Thyssenkrupp

5. Or Approved Equivalent

6. NOTE: Alder Powerhouse Manual Doors Shall Not Be Altered

E. Car Door Protective Device: Alder Dam Excluded

1. Janus "Panachrome" 3-D

2. Or Approved Equivalent

F. Car Doors

1. Kone

2. ThyssenKrupp

3. Otis

4. Or Approved Equivalent

G. Car Door Tracks, Hangers and Gate Switch: Mossyrock and Wynoochee.

Gate Switch only: Alder

1. GAL Manufacturing Company

2. Kone Elevator

3. Otis Elevator Company

4. Thyssenkrupp Elevator

5. Or Approved Equivalent

H. Car Roller Guides

1. Elsco - Model B

2. Or Approved Equivalent

I. Car/Hall Position Indicators/Signals

1. C. E. Electronics, Inc.

2. Kone Elevator

3. Otis Elevator Company

4. Thyssenkrupp Elevator

5. Or Approved Equivalent

J. Counterweight Roller Guides

1. Elsco - Model D

2. Or Approved Equivalent

K. Earthquake Switch

1. Seismic Switch, Inc., - Model CHV-2

2. Draka

3. Or Approved Equivalent

L. Fixtures – Vandal Resistant

1. Innovation Industries, Inc., - The Bruiser

2. MAD Elevator Inc.

3. Or Approved Equivalent

M. Hoistway and Car Door Gibs:

Section 14 23 00 Page 6 Specification No. PG19-0018F

1. Southern Elevator & Electric Supply (SEES) - Enforcer Safety Door Guide with Gib.

2. No Approved Equivalent

N. Hoistway Door Hangers, Interlocks: Excluding Alder Dam

1. GAL Manufacturing Company

2. Kone

3. Otis Elevator Company

4. Thyssenkrupp

5. Or Approved Equivalent

O. Hoistway Doors

1. Kone

2. ThyssenKrupp

3. Otis

4. Or Approved Equivalent

P. In Car ADA Emergency Communication

1. JFillips LLC.

2. Kone

3. Otis Elevator Company

4. Thyssenkrupp

5. Or Approved Equivalent

Q. In-Car Exhaust Fan

1. Nylube - X12F9

2. Kone

3. Otis Elevator Company

4. Thyssenkrupp

5. Or Approved Equivalent

R. In-Car to Elevator Machine Room Intercom

1. JFillips, LLC.

2. Kone

3. Otis Elevator Company

4. Thyssenkrupp Elevator

5. Or Approved Equivalent

S. In-Car to Lobby Intercom

1. JFillips, LLC

2. Kone

3. Otis Elevator Company

4. Thyssenkrupp

5. Or Approved Equivalent

1.4 OUTLINE OF EQUIPMENT FOR ALL THREE (3) ELEVATORS

A. The completed Elevator Modernization shall conform to the Elevator Safety Codes.

B. Elevator Modernization equipment, material, workmanship, design, manufacturing and testing shall be in accordance with the standards, rules and specifications referenced.

C. All material and equipment shall be new.

Section 14 23 00 Page 7 Specification No. PG19-0018F

D. Electrical materials shall meet and bear evidence of meeting the requirements of a Nationally Recognized Testing Laboratory (NRTL).

E. The equipment shall be the product of a manufacturer regularly engaged in the manufacture and modernization of this type of equipment.

F. Working parts shall be accessible for inspection, servicing and repair.

G. Adequate means shall be provided for the lubrication of wearing parts.

H. Description and Performance: Elevator modernization will be in accordance with the following details and consist of the following information. Convert Mossyrock, Alder, and Wynoochee Powerhouse elevators from Geared Overhead Traction Elevators to Permanent Magnet AC Gearless Elevators. Contractor to verify all information and dimensions.

Three(3) Electric Traction Passenger/Service Elevators

Control System: Simplex Operation Selective Collective

Existing Manufacturer:

Mossyrock Dover

Alder Montgomery

Wynoochee Otis

New Machine: Permanent Magnet AC Machine

City ID: Each Elevator is #1

Door Equipment:

Mossyrock New Complete Linear Door Package

Alder Replace Worn Parts Only

Wynoochee New Complete Linear Door Package

Clear Opening:

Mossyrock 4'-6" Wide x 7'-0" Tall

Alder 4'-0" Wide x 7-6' Tall

Wynoochee 4'-6" Wide x 7'-0" Tall

Door Operation: Mossyrock & Wynoochee Automatic Power Operated

Alder Manual

Landings/Openings:

Mossyrock 4 / 4 In Line Front

Alder 5 / 5 In Line Front

Wynoochee 6 / 5 Front & 1 Rear

Door Configuration:

Mossyrock Two-Speed / Side-Opening

Alder Manual / Side-Opening

Wynoochee Two-Speed / Side-Opening

Floor Designations:

Mossyrock 1, 2, 3, 4

Alder 1, 2, 3, 4, 5

Wynoochee 1, 2, 3, 4, 5 / 6R

Capacity (lbs.):

Mossyrock & Alder 5,000

Wynoochee 2,500

Section 14 23 00 Page 8 Specification No. PG19-0018F

Rated Speed (fpm):

Mossyrock 150

Alder 75

Wynoochee 200

Machine Rooms: Overhead

PART 2 PRODUCTS

2.1 MACHINE ROOM EQUIPMENT

A. HOIST MACHINES / DEFLECTOR SLEEVES

1. Provide new permanent magnet AC gearless hoist machines including; brake and required support beams / brackets / channels / bolts / nuts / washers.

2. Provide new deflector sheave that shall be installed in the Elevator Machine Room.

3. Provide bevel washers for any bolt/nut that is installed in a plane of five (5) degrees or greater.

4. Paint hoist machine with machinery enamel to match the factory color.

B. HOIST MACHINE SUPPORT BEAMS

1. The existing hoist machine support beams may be retained. Clean beams to like new. Do not cut or burn any holes in beams.

2. Provide additional required support beams / brackets / structural steel, nuts / bolts / washers and bearing plates that may be required. Supports shall be reviewed and approved by a structural engineer.

C. CAR-GOVERNORS & PIT SHEAVES

1. Provide new governors and pit sheaves.

2. Test governor and safeties.

3. Install metal test tags as required per ASME A17.1-2010/CSA B44-10-Elevator Code.

D. GOVERNOR ROPES

1. Provide new governor ropes.

2. Provide data tag and guards as required by ASME A17.1-2010/CSA B44-10 and/or State of Washington Elevator Inspector.

E. HOIST ROPES & SHACKLES

1. Provide new hoist ropes on cars.

2. Provide new wedge clamp shackles at both hitch plate ends.

3. Equalize tension on hoist ropes.

4. Provide the following tag information as required by ASME A17.1-2010/CSA B44-10 and/or State of Washington Elevator Inspector. Diameter in inches, Manufacturer's rated breaking strength, and grade of material used, month and year ropes were installed, construction classification, name of person or firm who installed ropes, name of rope manufacturer.

Section 14 23 00 Page 9 Specification No. PG19-0018F

F. SIGN REQUIRED ON OUTSIDE OF MACHINE ROOM DOOR

1. Provide sign stating language as required by the State of Washington Elevator Inspection Department. Letters shall be not less than three eights inch high. Sign shall be plastic or metal and securely fastened so as not be readily removed without the use of special tools.

G. PARTS CABINETS

1. Provide one metal lockable type replacement parts cabinet per machine room..

2. Parts cabinet size to be approximately 36 inches wide, 18 inches deep and 42 inches tall.

2.2 CAR MOTION CONTROL AND DISPATCH EQUIPMENT

A. CONTROLLER / SELECTOR

1. The controller shall utilize a VVVF-AC solid state drive unit. The solid state power control shall be a closed feedback loop design. It shall be a compact self-contained unit that will provide step less acceleration and deceleration and provide regulation car speeds.

2. The system shall provide the required electrical operation of the elevator control system including the automatic application of the brake, which shall bring the car to rest upon failure of power. In addition, the power control shall be arranged to continuously monitor the actual elevator speed signal from the tachometer and to compare it with the hoist motor armature voltage and the intended speed signal, to verify safe and proper operation of the elevator.

3. Provide isolation transformers plus proper filtering to eliminate both electrical and audible noise.

B. SOLID STATE POWER SUPPLY AND LOGIC CONTROL

1. Provide solid-state power devices with voltage and current capability ample to operate the elevator at the specified conditions.

2. The maximum RMS Harmonic Distortion (THD) contribution to the building power distribution network, from the elevator drive and hoist system, shall be restricted for voltage (THDV) and current (ampere) (THDI). The RMS harmonic distortion is defined as the amount of harmonic distortion as a percentage of the RMS value of wave forms at frequencies (fundamental and harmonic). The following THD criteria are to be understood as RMS unless otherwise noted.

3. THD will be measured and compared to the building THD. The building THD will be measured with the new elevator systems disconnected from the building power distribution system.

4. The building THDV and THDI; with the elevator disconnected, will be measured at each elevator’s feeder disconnecting means.

5. The elevator THDV and THDI; will be measured at each elevator’s feeder disconnecting means located in the elevator equipment room. Individual measurements will be taken with each elevator operating at full-rated load at contract speed in the up direction.

6. The maximum allowable THDV and THDI will be the calculated difference between the building THDV and THDI measurements and the elevator THDV and THDI measurements respectively.

Section 14 23 00 Page 10 Specification No. PG19-0018F

7. Maximum allowable THDV from each elevator motor drive is three percent (3%) or the value of the building THDV measured in part b above, whichever is greater.

8. Maximum allowable THDI from each elevator motor drive is fifteen percent (15%). No individual current harmonic shall exceed ten percent (10%) relative to the fundamental (THDI-F). THDI-F defines the amount of harmonic distortion as a percentage of the fundamental frequency current.

C. SOLID STATE POWER CONTROL

1. Provide a solid state power controller to operate the hoist motor, brake, and other electromechanical devices. The controller shall include interfacing pilot electromechanical devices as required for accepting the necessary elevator hoistway switches and operating switches.

2. These include, as a minimum, terminal slowdown devices, over travel limit switches, solid state magnetic leveling switches, inspection operating push-buttons, emergency stop switches and governor over-speed switches.

D. MICROPROCESSOR ELEVATOR LOGIC CONTROL

1. The operation shall be accomplished utilizing microprocessor computer logic control. The elevator control program shall be contained in nonvolatile, programmable, read-only memory. The control shall be constructed such that future alterations in elevator operation including changes of operating parameters including but not limited to speed, acceleration, jerk, pre-opening, door speed, door dwell, floor counts for leveling, and car zoning may readily be made as part of normal maintenance and service. If a separate, detachable device is required, it shall be furnished.

2. Safety circuits shall be monitored and controlled by the programmable logic control with redundant protection.

3. The microprocessor elevator logic control shall be contained in a NEMA 1 cabinet.

E. FAULT DIAGNOSIS

1. Capability shall be provided to diagnose faults to the level of individual circuit boards and individual discreet major components for both the Solid State Power Controller and the Elevator Logic Controller. (Capability to diagnose faults within an individual circuit board is not required.)

2. If fault diagnosis requires a separate, detachable device, it shall be furnished to the City at no additional cost.

F. OPERATION

1. Provide standard "Simples selective collective Operation" for Elevators.

G. SECURITY

1. Furnish and Provide new controllers

2. Shall be furnished with card reader security programing for future implementation by City.

3. Lockouts for future security. Security lockouts shall apply to both car and hall security.

H. INDEPENDENT SERVICE

1. Independent service operation shall be provided for the elevators through the actuation of a keyed switch or toggle switch in the service panel. This service will cancel any existing car and hall calls, and hold the doors open at the landing. The

Section 14 23 00 Page 11 Specification No. PG19-0018F

car will only respond to car calls. While on independent service the hall arrival lanterns shall be inoperative.

I. EMERGENCY ELECTRICAL POWER

1. All elevators shall be provided with Emergency Electrical Power. Lower each elevator to marked recall floor, open the doors, close doors after a predetermined time, and turn off the car lights and fan. The in car Door Open button shall be in operation. Elevator controllers shall contain the logic to only run one elevator at a time. A code compliant emergency power select key switch shall be provided in the main fire return floor lobby.

J. HOIST MACHINE BRAKE ELECTRICAL DEVICE

1. Provide electrical controls that will "sense" when the hoist machine brake is "picked" during the start-up of the elevator to operate.

2. If the brake electrical circuit is "not made", and is sending a signal to the elevator controller that the brake is not "picked" the elevator shall not leave the landing.

3. After a predetermined time the car shall attempt to start again. This operation shall attempt the start up at least three times. If, after that third time, system and the brake is not "picked" the elevator shall shut down.

4. In order to start the elevator after this cycle the main line disconnect or a manual switch in the controller must be turned to the off position and then to the on position for normal elevator service. This operation shall also be in effect during car top inspection mode.

K. LOAD WEIGHER

1. The load weigh system shall consist of load sensors, amplifier and buffer board. The buffer output shall be connected to the machine room via two conventional wires. The output circuit shall be virtually impervious to damage from transients or accidental connection to voltages up to 120 vac.

2. Adjusted devices shall be provided to allow hall call by-pass from thirty percent (30%) to eighty percent (80%) of rated capacity.

L. ASCENDING CAR OVER SPEED AND UNINTENDED CAR MOVEMENT PROTECTION

1. New elevator machines shall have unintended movement where secondary braking is applied, and brake drum and rotor is integral to the drive sheave.

M. CAR LIGHTING AND FAN

1. Provide means to turn off the car lights and fan when there is no car demand. Turn on the car lights and fan when there is a car demand for service. Car lights shall be turned on before the car/hoistway doors begin to open.

2.3 HOISTWAY EQUIPMENT

A. REFURBISHED AND RETAINED

1. Except as noted hereafter, existing equipment may be refurbished and retained if compatible with new operation and components. Provide any modification or addition necessary to comply with ASME A17.1 Code requirements/standards.

B. ELECTRICAL WIRING AND WIRING CONNECTIONS

1. Electrical equipment and wiring shall conform to current NFPA 70-National Electrical Code requirements.

Section 14 23 00 Page 12 Specification No. PG19-0018F

2. For equipment with electrical components, provide NRTL label on each component for which published standards exist.

3. The frames of motors, hoist machine, controller, transformer and the metal enclosures for electrical equipment in or on the car, hoistway and machine room shall be grounded in accordance with NEC-Article 250. Provide "daisy chain" electrical grounding for machine room electrical cabinets.

4. Provide required and adequate electrical wiring gauge sizing and number of electrical conductors to eliminate any voltage/amperage drop/variation for the machine room, hoistway switches/interlocks, and car operating fixtures/positions indicators/exhaust fan/car lighting/inspection station/leveling devices; hall stations/position indicators and other elevator electrical equipment.

C. CONDUCTORS AND CONNECTIONS

1. Provide new wiring in machine room, hoistway and car. Copper throughout with individual wires coded and connections on identified studs or terminal blocks. Use no splices or similar connections in wiring except at terminal blocks, control cabinets, junction boxes.

2. Provide ten percent (10%) spare wires in wiring runs. Separate and mark spare wires. Spare wire ends shall be turned back or protected against accidental grounding. Tag spare conductors indicating termination points at each end. Place a record of spare conductors in Adjuster's book.

D. CONDUIT

1. Provide painted or galvanized steel conduit and duct. Conduit size, ½ inch minimum. Do not use flexible conduit exceeding 36 inches in length. Flexible low voltage heavy-duty service cord may be used between fixed car wiring and car door switches for door protection devices.

2. Plastic wire ties shall not be allowed for conduit fastenings or support except flexible electrical cords to the car door detector control box.

3. Any existing electrical gutter and conduit may be retained if such equipment complies with current ASME A17.1-2010/CSA B44-10 Safety Code for Elevators and Escalators and NEC Requirements.

E. TRAVELING CABLES

1. Provide new. Provide flame and moisture-resistant outer cover. Traveling cables shall terminate in the Elevator Machine Room elevator controller and on the elevator car top junction box with marked terminals. Traveling cables that are terminating at the car top junction box shall be enclosed in EMT or Duct from the underside of the car to the car top junction box. Provide traveling cables holding/suspension device at half way vertical height in hoistway for traveling cable to have a perfect loop to the underside of the elevator car frame.

2. Provide required Kellems Grips on traveling cables.

3. Prevent traveling cables from rubbing or chafing against hoistway or elevator equipment within hoistway

4. Provide ten percent (10%) spare conductors in each traveling cable.

5. Provide an extra six (6) spare pair of shielded wires

6. Provide two (2) number 22 AWG Coax cables in a separate traveling cable.

7. Provide an extra two (2) spare pair (total of 4 wires) of #14 conductors.

Section 14 23 00 Page 13 Specification No. PG19-0018F

8. Provide wiring for car lighting and exhaust fan.

9. Provide shielded traveling cable conductors for in-car emergency communication device and intercoms to main floor security station and elevator machine room.

10. Spare wire ends shall be turned back or protected against accidental grounding to any live electrical circuit or electrical ground. Tag spare conductors indicating termination points at each end. Place record of spare conductors in Adjuster's book.

F. ENTRANCES

1. Existing entrances shall be retained. Clean foreign material from entrances.

2. Provide new ADA compliant Braille Plates mechanically attached with no visible fasteners on both sides of each entrance jamb.

G. DOOR PANELS

1. Retain existing hoistway door panels. Paint in field. Color to be chosen by City during submittal phase.

2. The bottom of doors shall be provided with metal brackets including removable phenol gibs which run in the sill slots with minimum clearance: One (1) at the leading edge and one (1) at the trailing edge. Fastening screws shall be stainless steel.

3. Provide required retaining devices for hoistway doors.

4. Provide a safety retainer plate between each of the two (2) standard gibs. The retainer plate shall comply with the requirements of A17.1 Rule 110.11 h. Provide written documentation the Hoistway Door Fire Rating Labeling approves the safety retaining plates. When the doors are in the fully open position gibs shall be within the sill groove-no gib shall be outside the sill groove.

H. DOOR INTERLOCKS

1. Provide new door interlocks for each hoistway door entrance.

2. Provide fire-rated cable from each interlock to hoistway electrical riser as required by NFPA 70. Conductors shall be flame-retardant and suitable for a temperature of no less than 392°F. Conductors shall be Type SF or equivalent. Hoistway wiring shall be fire rated electrical cable.

3. Provide green colored electrical ground wire from each interlock to the "elevator controller" to an electrical connection designated as an electrical ground by NFPA 70 requirements. Electrical grounding to electrical conduit (EMT) is not approved.

I. DOOR HANGERS

1. Provide hoistway door hangers. Mossyrock & Wynoochee Only. Alder Retain existing clean and replace worn parts.

2. Hangers shall be adjustable and bolted into the top of the new hoistway doors.

3. Provide new hanger rollers and up thrust.

J. DOOR TRACKS

1. Provide new linear type hoistway door tracks for Mossyrock & Wynoochee. Clean and check all fastenings for tight and proper alignment. Alder retain existing clean and replace worn parts.

K. DOOR HEADERS & STRUTS

1. Retain existing.

2. Clean all components’ and check and ensure all fastenings are tight.

Section 14 23 00 Page 14 Specification No. PG19-0018F

L. DOOR CLOSERS

1. Provide a new reel closer at each entrance and sill mounted closures for each hoistway door.

M. FASCIA, DUST COVERS

1. Retain existing. Replace any missing or broken fastenings. Replace any fascia or dust cover that is missing, bent or damaged.

2. Paint with one (1) coat of rust resistant paint. Color to match existing.

3. Clean dust covers and fascia.

N. SILLS

1. Retain existing sills. Check fastenings. Replace any damaged, broken or missing component.

O. CAR & COUNTERWEIGHT GUIDE RAILS & BRACKETS

1. Retain existing car/counterweight guide rails and brackets. Check fastenings for tightness. Replace any missing or broken fastenings. Remove dirt, grease, etc.

2. Realign guide rails to within 1/16 inch vertical and 1/32 inch tram. File existing joints to provide a smooth guide rail fishplate joint. No disc sander shall be used in the filing of these joints.

3. Clean guide rails and brackets. Paint rails and brackets from pit floor to first landing sill height with light gray rust prohibitive enamel paint. Exclude the rail blades.

4. Provide bevel washers for any bolt/nut that is installed in a plane of five degrees or greater.

P. CAR & COUNTERWEIGHT BUFFERS & PIT EQUIPMENT

1. Retain existing buffers

2. Existing pit shall also be retained. Clean and paint with one coat light gray rust prohibitive enamel paint.

3. Replace any missing or broken fastenings.

4. Provide bevel washers for any bolt/nut that is installed in a plane of five degrees or greater.

5. Provide new buffer data plates.

Q. COMPENSATING

1. Retain existing.

R. PIT STOP SWITCH

1. Provide new emergency stop switches in the pit located so as to be accessible from the hoistway access door and pit ladder.

2. Pit switch shall be of the maintaining type and marked to indicate the RUN and STOP positions.

S. PIT LADDER

1. Provide a new Pit ladders.

2. Extend the vertical pit ladder to a height of forty-eight (48") inches above the hoistway sill of lowest level/landing.

3. Overall width of ladder shall be sixteen (16”) inches.

Section 14 23 00 Page 15 Specification No. PG19-0018F

4. Distance vertically rung to rung shall be twelve (12”) inches.

5. Distance of outside of each rung to hoistway wall shall be no less than four and one-half (4 1/2”) inches.

6. Rungs to be continuous the entire length of the ladder.

7. Provide a horizontal hand-hold at the top of the ladder.

T. FLOOR NUMBERS

1. Paint four inch high floor numbers within the hoistway, as required by ASME A17.1/CSA B44.

2. Numbers shall be located to be visible within two inches opening of the car doors.

U. LIMIT SWITCHES

1. Provide new normal and final terminal stopping devices at each terminal landing. The stopping devices shall have rollers having rubber or other approved composition to provide silent operation when activated.

2. Provide new, car mounted cam and brackets with new system.

V. CAR SLING

1. The existing car sling shall be retained. Check fastenings for tightness. Replace any missing or broken fastenings. Remove dirt and lint.

2. Paint with one coat of rust resistant enamel paint to match existing.

3. Provide bevel washers for any bolt/nut that is installed in a plane of five degrees or greater.

W. PLATFORM

1. The existing platform shall be retained. Clean components including underside of dirt and dust. Check fastenings. Replace any damaged bolts, washers and nuts.

2. Provide fireproofing as required by ASME A17.1 Code.

3. Provide bevel washers for any bolt/nut that is installed in a plane of five degrees or greater.

4. Provide new isolation pads.

X. LOAD WEIGHING

1. Load weighing shall be provided and set to determine when the car is at capacity load. The elevator will bypass hall calls when loaded to capacity. Provide adjustable switches that will allow bypass at selected car loads.

Y. CAR SAFETIES

1. Retain existing safeties.

2. Clean safeties free of any dirt and debris. Ensure all components are free of dirt, are properly lubricated and properly adjusted.

3. Provide bevel washers for any bolt/nut that is installed in a plane of five degrees or greater.

Z. COUNTERWEIGHT

1. Add blocking to Counterweight sling to prevent no more than 1/2” movement between the rails and the sling.

2. Existing counterweight weights may be retained.

Section 14 23 00 Page 16 Specification No. PG19-0018F

3. Check correct counterweight overbalance. Add or remove required weights to achieve required weight for proper elevator operation. Notify Elevator Consultant in writing, of any weight removed or added and percent overbalance.

4. Paint counterweight frame including weights with one coat of rust resistant enamel paint to match the existing color.

5. Provide bevel washers for any bolt/nut that is installed in a plane of five degrees or greater.

2.4 CAR EQUIPMENT

A. CAR DOOR EQUIPMENT

1. Door Protective Devices:

a. The car doors for Mossyrock & Wynoochee shall be provided with a new detector unit that detects an object in the path of the closing doors at such a distance that reversal of the doors can be provided without physical contact with the doors.

2. Alder has manual doors.

B. NUDGING ACTION

1. If door opening is obstructed for a predetermined time (20 - 30 seconds), an audible device will sound and the doors will attempt to close. Door closing shall not exceed 3.5 J (2-1/2-feet-lbf) kinetic energy. If the detector is continuously obstructed during closing, the doors will stop or stop and reopen. Allow door to close after obstruction is removed as permitted by ASME A17.1-2010/CSA B44-The nudging time shall be adjustable through a range of at least 10 to 60 seconds.

a. Differential Door Time: Adjust timers to enable varying time that doors remain open.

b. Car Call: Hold open time adjustable between 3 and 5 seconds.

c. Landing Call: Hold open time adjustable between 3 and 8 seconds. Use landing call timing when responding to coincidental calls.

d. Door Re-Open: Same as for Car Call.

C. ROLLER GUIDES

1. Provide new Elsco Model A Roller Guides for cars.

2. Provide new Model C Roller Guides for counterweights.

3. Clean all grease and oil from existing rails.

4. Provide bevel washers for any bolt/nut that is installed in a plane of five degrees or greater.

D. CAR BALANCING

1. Car shall be static balanced. Roller guides shall have equal tension.

2. If weights are required for correct balance of the car, the required weights shall be installed under the platform enclosed in a structural frame that is attached to the car sling/platform. Each weight shall be secured to prevent a movement during elevator travel and testing.

Section 14 23 00 Page 17 Specification No. PG19-0018F

E. CAR TOP PROTECTIVE RAIL

1. Provide a Top rail, Intermediate Rails and Toe Board on the rear and two (2) sides of the car top. The back and two side rails shall extend the length of the car top except where prevented by top of car operating equipment.

2. Top Rail to be located at a vertical height of forty two inches above the car top. Resist a force of 200 lbf in a lateral or downward direction.

3. Intermediate Rail to be located centered between the Top Rail and the car top. Resist a force of 150 lbf in a lateral or downward direction.

4. Toe Board to be four inches high above the car top. Resist a force of 50 lbf in a lateral direction.

F. ELEVATOR MAIN CAR STATION

1. Provide one vandal resistant elevator main control station with faceplate,

2. Lobby button in car operating panel shall be larger in size and a banana style shape for easy identification.

3. New Car operating panels shall conform to ADA requirements.

4. Install in-car to lobby intercom as part of the elevator car station.

5. Provide car position indicator, two inch high digital blue digital type together with directional arrows located in the top area of car operating station.

6. Provide a "Door Open Hold" key switch that when placed to the Hold position will allow the doors to remain open for an extended period of time. Engrave in one quarter inch letters under key switch "Door Open Hold". Engrave above key switch "OFF" to the left and "ON" to the right. Key shall be removable in the "OFF" position only. ASME A17.1-2010/CSA B44-10 Code Firefighters' Emergency Recall and Firefighter’s Emergency In-car Operation shall override this feature.

7. Provide emergency lighting unit. Device shall be built in and part of the car operating station at the upper section of the car station cover plate. Provide one quarter inch thick clear plastic lens cover or a type that shall be vandal resistant over light fixture. Car lighting and alarm bell shall be connected to the Building Emergency Panel.

a. The intensity of auxiliary lighting illumination shall be not less than 2 lx (0.2 fc), measured at any point between forty eight and thirty five inches above the car floor and approximately twelve inches centered horizontally in front of a car operating panel.

8. Suitably identify floor buttons, lighted alarm button, door open button, door close button and keyed emergency stop switch by engraved and painted letters or symbols per ADA requirements.

9. Provide illuminated alarm button at bottom of station to sound distress signal alarm located on the car top. Provide a signal to the elevator controller at a terminal strip for monitoring purposes of alarm at a remote location.

10. Provide a Firefighters' Operation Panel as required by ASME A17.1-2010/CSA B44-10 Code.

11. Provide lockable service panel with recessed flush cover plate, in the car station. Include the following controls, with purpose and operating positions identified by engraved letters painted black:

12. Emergency Stop Switch.

Section 14 23 00 Page 18 Specification No. PG19-0018F

13. Car light switch and emergency light test switch. Test switch shall disconnect the electrical power to the main car lighting circuit.

14. Three position fan switch-Low Speed-High Speed-Off.

15. Independent service switch to permit selection of independent or automatic operation.

16. Start button for closing doors and starting elevator when operating on independent service. Floor pushbuttons may be used for this function.

17. Duplex 120 VAC electrical GFCI convenience outlet.

18. Elevator number engraved in car station; minimum one inch high.

19. Inlaid capacity plate.

20. Faceplate Material and Finish: #4 Stainless Steel.

21. Install a new ADA compliant communication device as an integral part of the car operating panel.

22. Identify “HELP” button and visual indication with the phone symbol.

23. Provide International “No Smoking” Symbol four inches in diameter engraving at the top of the car operating panel.

24. Engrave in one quarter inch letters the State of Washington Elevator Inspectors requirement for addressing the location of the Elevator Operating Permit.

25. Engrave in one inch letters the building name at the top area of the COP. Building name to be provided by City to Contractor.

G. CAR TOP INSPECTION STATION AND WORK LIGHT

1. Operating fixture shall be provided containing continuous pressure Up, Down and Safe buttons, emergency stop switch, inspection and run switch.

2. Toggle switches shall not be provided for the Stop, Run and Inspection switches unless the switches are guarded against accidental activation.

3. Provide pendant style inspection operation station. Provide fixed metal bracket to store cord when not in use. Locate bracket to avoid stepping on cord when attached to bracket.

4. Provide 110 VAC outlets with a GFCI duplex receptacle.

5. Work light shall be encased in a glass enclosure including a wire guard cover. Rating of lamp(s) to be at least that which will generate the amount of illumination required by ASME A17.1-2010/CSA B44-10.

6. Provide additional light fixture on a flexible cord. Length of cord to be eight feet. Cord shall be hard wired into car top fixed work light. Provide fixed metal bracket to store cord when not in use. Locate bracket to avoid stepping on cord when attached to bracket. On-Off car top light switch shall control both fixtures. Provide guard on light. Rating of lamp(s) to be at least that which will generate the amount of illumination required by ASME A17.1-2010/CSA B44-10.

H. IN-CAR COMMUNICATION SYSTEMS

1. Provide new in-car emergency communication device. Provide necessary wiring between the elevator car, main lobby, and the elevator machine room.

Section 14 23 00 Page 19 Specification No. PG19-0018F

I. CAR DOOR OPERATOR

1. Provide new linear door operators for Mossyrock & Wynoochee only, with motor control to open and close the car and hoistway doors simultaneously. Complete linear car door package.

2. The package shall include the following: lifting rods, pickup rollers, coupler/clutch assembly, car door electrical switch and related modernization hardware.

3. Opening speed shall not be less than 2-1/2 feet per second.

4. Closing speed shall not exceed the limitations set by the ASME A17.1-2010/CSA B44-10.

5. Doors shall be adjusted to provide a smooth opening and closing without erratic motion or closing hard.

6 Manual doors on Alder elevator shall be retained and new moving components showing excessive wear shall be replaced and or refurbished for smooth operation. New electrical safety devices such as car gate switch shall be replaced with new.

J. DOOR COUPLER-CLUTCH

1. A new mechanical linear/clutch shall be provided to connect the car and hoistway doors.

2. The operation of the coupler/clutch shall provide driving motion of the hoistway doors for full open and full close direction.

3. The drive rollers shall remain engaged throughout the door open travel and the last one quarter inch in the door close travel. This is intended to prevent separation of the hoistway doors from the car doors.

4. Include the car door restrictor device as required by ASME A17.1-2010/CSA B44-10.

K. CAR DOOR CONTACTS

1. Provide new car door electrical switch. Locate switch so the elevator cannot operate unless the car doors are closed within the tolerance allowed by ASME A17.1-2010/CSA B44-10.

L. ALARM BELL

1. Furnish and install an audible signaling device located on top of the elevator adjacent to the car top inspection station.

M. CAR TOE GUARD

1. Provide new platform apron. The vertical distance of platform apron shall be a minimum of forty eight inches or the maximum permitted by the pit depth. The apron shall maintain the same running clearance as between the car and hoistway sills throughout its height.

N. BUFFER STRIKING PLATES

1. Retain existing buffer striking plates. Replace any missing or damaged components. Paint to match the existing color.

2. Provide bevel washers for any bolt/nut that is installed in a plane of five degrees or greater.

Section 14 23 00 Page 20 Specification No. PG19-0018F

2.5 CAR ENCLOSURE

A. SHELL

1. Retain existing steel shell.

B. HANDRAILS

1. Refer to Bid Proposal B – Optional Bid Item, unless noted otherwise.

C. CAB INTERIOR

1. Refer to Bid Proposal B – Optional Bid Item, unless noted otherwise.

D. CAB CEILING

1. Refer to Bid Proposal B – Optional Bid Item, unless noted otherwise.

E. LIGHTING

1. Car lighting to be recessed LED.

F. CAR SILLS

1. Retain Existing Car Sills. Clean and ensure height and alignment for smooth door operation.

G. CAR DOOR PANELS

1. Provide new Car door panels Stainless Steel 5 WL finish Mossyrock & Wynoochee only.

2.6 LANDING CONTROL STATIONS

A. HALL STATIONS

1. Provide New Surface Mount Vandal Resistant Hall Stations.

2. New hall stations shall contain engraving and signage.

B. SIGNAGE FOR FIRE RECALL

1. All signage for fire recall phase one instruction and in case of fire use stairs shall be supplied and installed by Contractor as temporary stainless steel placards adhesively affixed to the lobby walls in their proper locations accordingly.

C. MOUNT HATCH

1. Provide new surface mount hatch access key switches stainless steel #4 finish directly adjacent to the driving door 6’ above finish floor.

2.7 FIREFIGHTERS EMERGENCY OPERATION

A. EMERGENCY OPERATION SWITCH

1. Provide ASME A17.1-2010/CSA B44-10 Elevator Code Phase I Firefighters' Emergency Operation keyed switch with:

2. Instructions directly adjacent on a stainless steel adhesive affixed placard.

3. Provide a visual signal in the form of a fireman’s hat symbol to indicate when Firefighters’ Emergency Operation is in effect.

4. Install fixture location as required by State of Washington Elevator Inspector and ASME A17.1-2010/CSA B44-10 Elevator Code.

5. The key shall be of the type required by ASME A17.1-2010/CSA B44-10 and State of Washington Elevator Inspector.

Section 14 23 00 Page 21 Specification No. PG19-0018F

6. Provide #4 finish stainless steel cover plates. Provide #4 finish stainless steel vandal resistant fastening screws on cover plate.

7. Alder Dam will not require fire fighters service operation.

2.8 INTERCOM FOR CARS

A. INTERCOM BETWEEN CARS AND LOBBY

1. Provide intercom system, in separate fixture, between the elevator cars and the designated level. On-Off activation is required at the lobby station. In car to lobby communication is voice activated. Provide necessary wiring between elevator car and lobby. Provide switch for ON & OFF positions. Engrave Intercom “ON and “OFF” and Elevators #1-5. Position in ¼ inch letters on face plate for selection at the lobby.

B. INTERCOM BETWEEN CAR AND ELEVATOR MACHINE ROOM

1. Provide intercom between elevator car and elevator machine room. On-Off activation is required only at machine room station. In-car to machine room communication is voice activated. Provide necessary wiring between elevator car and machine room. Provide switch for ON & OFF positions.

C. COVER PLATES

1. Provide #4 Finish Stainless Steel cover plates. Provide #4 finish stainless steel vandal resistant fastening screws on cover plate..

2.9 SIGNALS

A. CAR POSITION INDICATOR

1. The new in car position indicator shall be part of the new operating station.

2. Include as part of car station. Provide 2" high blue digital-type indications representing the floor served. Provide a floor passing audible signal. Signal shall be no less than 20 decibels with a frequency no higher than 1500 Hz.

B. HALL LANTERNS / POSITION INDICATORS

1. Provide Surface mount stainless steel #4 finish Vandal Resistant Lanterns in existing locations. Provide adjustable tones for ADA up/down signals.

2. Cover finish shall be #4 stainless steel. Provide stainless steel vandal resistant screws.

3. Hall lantern located at main lobbies shall also have a digital position indicator with 2” high blue digital display incorporated.

C. VOICE ANNUNCIATOR

1. Voice annunciator shall be integral to car operating panels and shall announce when elevators have arrived at the MAIN LOBBY only.

Section 14 23 00 Page 22 Specification No. PG19-0018F

D. CAR DIRECTION ARROWS

1. Install new car direction arrows in car entrance jamb opposite of hall call stations so that lanterns are easily visual from hall stations.

2. Remove existing hall lanterns in car entrance opening and cover with a steel plate to match existing finishes of cab entrance. Secure with #4 stainless steel security type snake eye screws.

2.10 SEISMIC REQUIREMENTS

A. ROPE RESTRAINTS

1. Provide hoist and governor rope sheaves with rope restraints as stated in ASME A17.1-2010/CSA B44-10.

2. The retainer shall be continuous over not less than 2/3 of the arc of contact between the rope and its sheave and shall be located so that no more than 1/8 of the arc of contact is exposed at each end of the retainer.

3. Rope restraints may be used in lieu of continuous guards provided they conform to the following:

a. The arc of contact is 30 degrees or less and one rope restraint, located at the midpoint of the arc of contact is provided.

b. Where the arc of contact exceeds 30 degree and restraints are provided at intervals not exceeding 30 degree or arc along the arc of contact and a restraint is located at each end of the arc of contact.

B. GUARDING OF SNAG POINTS

1. Provide guards to prevent the governor rope and electrical traveling cables from becoming snagged on guide rail brackets as stated by ASME A17.1-2010/CSA B44-10.

2. Governor ropes where located twenty inches or less from a snag point.

3. Suspension ropes where located twelve inches or less from a snag point.

4. Traveling cables where any portion of their loop below the mid-point of the elevator travel is located thirty five inches or less horizontally from a snag point.

C. GUIDE RAIL JOINTS

1. Provide seismic fish plates.

D. SEISMIC SWITCH

1. Provide new seismic switch as required by ASME A17.1-2010/CSA B44-10. Locate switch as per manufacturer's instruction.

2. Switch shall activate upon excitation in a vertical direction of not more than 0.15 times gravity acceleration. The frequency response of the switch shall be 1 Hz to 10 Hz.

3. Upon activation the elevators which is in motion shall proceed to the nearest available floor, open their doors, and shut down; except that where Phase II emergency in-car operation is in effect, door operation shall conform to the requirements of ASME A17.1-2010/CSA B44-10.

E. COUNTERWEIGHT DISPLACEMENT SWITCH

1. Provide new counterweight displacement device(s) as stated in ASME A17.1-2010/CSA B44-10.

Section 14 23 00 Page 23 Specification No. PG19-0018F

F. CAR AND COUNTERWEIGHT POSITION RESTRAINTS

1. Provide new position restraints with the following:

a. The clearance between each running face of the guide rail and the position restraint shall not exceed 3/16 inch.

b. The depth of engagement with the rail shall be not less than the dimension of the side running face of the guide rail.

G. CAR TOP EMERGENCY EXIT

1. The emergency exit shall be so arranged that it can be opened from within the car by means of a keyed spring-return cylinder-type lock having not less than a five-pin or five-disk combination and operated from the top of the car without the use of a key.

2. The key required to open the emergency exit lock shall be kept on the premises in a location readily accessible to authorized persons, not available to the public. No other key to the building shall unlock the emergency exit lock.

3. The top emergency exit shall be provided with a car door electrical contact conforming to ASME A17.1-2010/CSA B44-10 and so located as to be inaccessible from the inside of the car. The opening of the electrical contact shall limit the car speed to not more than 150 feet per minute.

4. The electrical switch shall be positively opened by a lever or other device attached to and operated by the exit panel.

5. The switch shall be maintained in the open position by the action of gravity or by a restrained compression spring, or both, or by positive mechanical means.

END OF SECTION

Section 14 24 00 Page 1 Specification No. PG19-0018F

SECTION 14 24 00 – HYDRAULIC ELEVATOR – ECC BUILDING

PART 1 GENERAL

1.1 SUMMARY

A. This section includes all work required in completing the elevator modernization of one (1) existing Dover Passenger Elevator, as stated in the contract documents. Project also includes all ASME A17.1, Firefighters' Service, Seismic and the Americans with Disability Act (ADA) requirements.

B. The project is Tacoma Public Utilities, ECC Building.

C. Contractor to direct and provide requirements and direction to subcontractor.

1.2 SCOPE OF WORK

A. MUST REFERENCE

1. Section 14 20 00 General Conditions and Specifications for Elevator Modernization.

2. Section 14 22 00 Full-Service Preventive Maintenance.

B. WORK BY CITY

1. Electrical

a. Replace or modify main line disconnects and add auxiliary contacts to accommodate the battery lowering device on the new elevator controls.

b. Providing one utilization circuit for an intercom. Locate the disconnect in the Elevator Machine Room. Disconnect shall be lockable and fused. reference NFPA 70 Articles 620-25 & 620-55.

c. Mainline disconnects for all elevators shall be replaced with new. They shall be located within 18" of strike jamb of machine room door. City to relocate main disconnect as directly by contractor.

d. Mainline disconnects must have adequate size dedicated ground directly to building ground.

e. Mainline disconnects on all elevators shall have auxiliary normally closed contacts to accommodate battery lowering feature being added to new elevator controller.

f. Provide adequately sized mainline power, subpanel and circuit breakers for the new elevator equipment as required by the Contractor. Sizes shall be evaluated and changed accordingly based on Contractors load requirements. City to relocate as directed by contractor.

g. Provide a means to lock electrical circuit breaker in the open position for the car lighting circuit, intercom circuit, seismic switch, and monitoring system. Overcurrent protection for these circuits shall be located in elevator machine rooms within subpanel, reference NFPA 70; Article 620.53 & 620.55). Provide 3 additional circuits for future use.

2. Lighting

a. Elevator Machine Room: Provide sufficient illumination to meet code; currently a minimum of 200 lx (19 FTC). The light switch to be installed adjacent to the lock side of the machine room access door.

Section 14 24 00 Page 2 Specification No. PG19-0018F

b. Lobbies: Provide adequate lighting in all enclosed elevator lobbies at no less than 100 lx (10 fc) of illumination at floor level in front of the elevator doors with the doors in the closed position. City to correct as required.

c. Pit:

(1) Provide lighting to comply with code (min. 100 lx [10-fc]).

(2) Provide the necessary light switch that will turn on all Pit light fixtures.

(3) Light switch to be adjacent to the top area of each elevator pit ladder, reference NFPA-70; Article 620.24.

3. Elevator Machine Room

a. The Contractor shall provide BTU output and required operating range for all equipment provided. The City will design and construct all HVAC required to maintain temperature range required by manufacturer.

b. The machine room must have a self-closing/self-locking fire rated door. Retain existing, it is adequate.

c. Provide dedicated telephone line to controller terminal. Existing phone lines may be retained and reused. Contractor shall coordinate with City.

d. All wiring must be in conduit or other approved raceway.

e. Fire extinguisher: Provide a Class ABC fire extinguisher (approximately 15#) in the new Elevator Machine Room located within easy reach of the lock side of the machine room door. It shall be security mounted to the wall with suitable brackets.

4. Painting

a. City to provide all painting unless noted otherwise.

b. Contractor to coordinate all painting to be performed by City.

c. Paint and seal elevator pit floor and walls with light gray epoxy concrete sealer just prior to substantial completion. Contractor to coordinate with City.

5. Miscellaneous

a. All City required work will be designed and coordinated by Contractor.

b. Assist with traffic planning and routing for pedestrians during construction. Contractor to coordinate with City.

c. Provide adequate lay down areas for tools and equipment storage. Contractor to coordinate with City.

C. WORK BY CONTRACTOR.

1. The contractor shall provide and install all necessary equipment other than listed in work by City. This includes, but not limited by:

a. Car Station

b. Hall Station

c. Controller/Selector

d. Power Unit

e. Seismic Requirements for Over Speed

f. Traveling Cables

Section 14 24 00 Page 3 Specification No. PG19-0018F

g. Car Door Operator

h. Complete Car Door Package

i. Car Top Inspection Station

j. Hoistway Interlocks/Tracks/Hangers/Door Gibs

k. Intercoms

l. Jack Head

m. Plunger

n. Firefighters’ Emergency Operation

o. Seismic Requirements

p. Oil Cooler

q. Electrical conduits and wiring in machine room, car, and hoistway.

r. All Requirements of the Americans with Disability Act (ADA)

s. All Other Elevator Components as Listed in this Elevator Specification

2. Main Line Electrical Power Requirements

a. All main line electrical power and electrical ground requirements shall be verified by Contractor. Contractor shall notify, via RFI prior to bid, to Elevator Consultant if their electrical equipment will not be compatible with the existing electrical main line feeders to main disconnect and subpanel.

b. If the main line electrical feeders are not sufficient size, Contractor shall state what size feeders are required. This information must be submitted with the Contractors Bid.

c. If new electrical main disconnect, subpanel feeders and a dedicated ground are required Owner shall provide all engineering and design of all new main disconnect, subpanel and dedicated ground. All other electrical design and equipment shall be by Contractor.

3. Electrical

a. Provide one (1) 20A GFCI duplex receptacle in the Elevator Machine Room, reference NFPA 70; Article 620.23.

b. Provide one (1) 20A GFCI duplex receptacle in the Elevator Pit, reference NFPA-70; Article 620.24.

c. Provide the following electrical wiring for; car lighting, air conditioning, oil cooler, and intercom circuits with over current protection in the Elevator Machine Room.

(1) The disconnecting means shall be located in the Elevator Machine Room, reference NFPA 70 Article 620-22 & 620-53

(2) Provide wiring from the disconnect to the new elevator controller.

(3) Disconnect shall be lockable and fused. Breaker type also acceptable.

d. Wiring in Elevator Machine Room / Car / Hoistway will be performed by Contractor.

4. Elevator Speed and Size – Retain Existing

a. Car Speed

b. Car Capacity

Section 14 24 00 Page 4 Specification No. PG19-0018F

c. Elevator Entrance Size

5. Pit

a. Provide new code compliant pit ladder.

b. Provide sprinkler in pit per NFPA 13 latest edition.

6. Fire Safety

a. Refer to Section 28 31 00 Fire Detection and Alarm System.

b. Smoke Detectors to be provided and interfaced with the elevator recall system.

(1) A detector will be required at each enclosed elevator lobby and one in the Elevator Machine Room and one in the top of the shaft. Smoke detectors must be installed according to NFPA 70, Fire Alarm Code.

c. Each detector is required to be connected to the building fire alarm system providing the system is capable of handling elevator recall signals.

d. Existing system can be retained and tied into new controller.

e. Where existing sprinkler heads in Elevator Machine Room and hoistway exist, each shall have a heat detector located within a maximum of 18-inches of sprinkler head and shall trigger flashing hat signal to elevator. Reference NFPA 72.

6. Miscellaneous

a. Provide floor and wall protection in surrounding work areas and access routes.

b. All major cutting and patching for new components to include fire caulking in penetrations.

c. Provide 8-foot tall barricades of adequate size to completely enclose elevator entrances of elevators being modernized with lockable 3-foot x 7-foot entrance doors to keep pedestrians out of elevator work zones. Contractor to coordinate with City.

1.3 ACCEPTABLE MANUFACTURERS

A. ELEVATOR CONTROLS

1. Motion Control Engineering, Inc. – Motion 2000

2. Elevator Controls Company

3. GAL Manufacturing Company, LLC – Galaxy Hydro

B. SUBMERSIBLE HYDRAULIC PUMP UNIT, CAB, LIMIT SWITCHES, HYDRAULIC JACK UNIT

1. Canton Elevator Company

2. Elevator Equipment Company, Inc. (EECO)

3. Minnesota Elevator, Inc.

4. Or Approved Non-Proprietary Equipment Equivalent

C. HYDRAULIC VALVE

1. Maxton Manufacturing Company

2. Elevator Equipment Company, Inc. (EECO)

3. Or Approved Equivalent

Section 14 24 00 Page 5 Specification No. PG19-0018F

D. MUFFLER

1. MEI – Gas Charged Silencer

2. No Approved Equivalent

E. OIL COOLER

1. MEI – (BOL) 208 VAC 3/4 HP Pump

2. No Approved Equivalent

F. CAB AND CEILING FINISHES

1. Canton Elevator Company

2. Minnesota Elevator, Inc.

3. Otis Elevator Company

4. KONE

5. Thyssenkrupp

6. Elevator Manufacturing

7. Winter and Bain

8. Or Approved Equivalent

G. CAR DOOR OPERATOR

1. GAL Manufacturing Company, LLC – Closed Loop Linear Type

2. Otis Elevator Company – Linear Type

3. KON – Linear Type

4. Thyssenkrupp – Linear Type

5. Or Approved Equivalent

H. DOOR TRACKS, HANGERS, INTERLOCKS, GATE SWITCH

1. GAL Manufacturing Company, LLC

2. Otis Elevator Company

3. KONE

4. Thyssenkrupp

5. Or Approved Equivalent

I. HOISTWAY AND CAR DOOR GIBS

1. Southern Elevator and Electric Supply, Inc. (SEES) – Enforcer Safety Door Guide with Gib.

2. No Approved Equivalent

J. HOISTWAY DOOR CLOSURE

1. Smart Torque

2. No Approved Equivalent

K. CAR ROLLER GUIDE

1. Elsco – Model B

2. No Approved Equivalent

Section 14 24 00 Page 6 Specification No. PG19-0018F

L. CAR DOOR PROTECTIVE DEVICE

1. Janus – Panachrome-3D

2. Or Approved Equivalent

M. FIXTURES-VANDAL RESISTANT

1. Hall Stations (Surface Mount)

a. Innovation Industries Incorporated – “The Bruiser Vandal Resistant” low profile surface mount, field measured and verified to cover existing cutouts.

b. Or Approved Equivalent

2. Car Fixtures, including In-Car Directional Lanterns

a. Innovation Industries Incorporated – The Bruiser-Vandal Resistant”

b. Or Approved Equivalent

N. HOISTWAY ACCESS DOOR SAFETY PLUGS

1. Tri-Lock Manufacturing and Maintenance Corporation

O. HALL SURFACE MOUNT HALL POSITION INDICATORS/SIGNALS

1. C.E. Electronics, Inc.

2. Or Approved Equivalent

P. INTERCOMS

1. JFillips, LLC

2. Or Approved Equivalent

Q. ALARM BELL

1. Nylube Products Model ELB-6

2. Kone

3. Otis Elevator Company

4. Thyssenkrupp

5. Or Approved Equivalent

R. IN-CAR EMERGENCY LIGHT

1. Nylube Products – Model EL-SS

2. Or Approved Equivalent

1.4 OUTLINE OF EQUIPMENT

A. The completed elevator modernization shall conform to the Elevator Safety Code except as specifically otherwise indicated or specified.

B. Equipment, material, workmanship, design, manufacturing and testing shall be in accordance with the standards, rules and specifications referenced.

C. All material and equipment shall be new.

D. Electrical materials shall meet and bear evidence of meeting the requirements of a Nationally Recognized Testing Laboratory (NRTL).

E. The equipment shall be the product of a manufacturer regularly engaged in the manufacture and modernization of this type of equipment.

Section 14 24 00 Page 7 Specification No. PG19-0018F

F. Working parts shall be accessible for inspection, servicing and repair.

G. Adequate means shall be provided for the lubrication of al wearing parts that require lubrication.

H. Description and Performance: Elevator modernization will be in accordance with the following details and consist of the following. Contractor to verify all information and dimensions.

Elevator #1 One (1) In Ground Hydraulic Elevator

Installed: 1982

Manufacturer: Dover

Control System: Simplex Selective Collective

Controller/Selector: New

Door Equipment: Dover

Door Size: 3'-0' Wide x 7'-0" High

Door Type: Single-Speed / Side-Opening

Door Operation: Automatic

Stops: 2

Landings: 2 - All Front

Floor Designation: *1,2

Rated Speed: 150 fpm

Capacity: 4000 lbs.

Voltage: 480/3 phase

Machine Location: Adjacent Bottom Floor

PART 2 PRODUCTS

2.1 MACHINE ROOM EQUIPMENT

A. HYDRAULIC PUMP UNIT

1. Assembled unit consisting “wet type” of positive-displacement pump, induction motor, master-type control valves combining safety features, holding, direction, bypass, stopping and manual-lowering

B. CONTROLLER

1. Provide reduced voltage (solid state) motor starting circuits.

2. Provide Independent Service feature.

3. Provide viscosity control unit.

C. Provide Battery-Lowering Device

1. If normal electrical building power is not in operation the car shall close the doors and return to the main lobby and open the doors. All safety circuits shall be monitored.

2. Car shall remain out of service until normal electrical building power is restored.

D. Firefighters’ Emergency Operation

Section 14 24 00 Page 8 Specification No. PG19-0018F

1. Operate and recall elevator to designated floor during fire. Provide sensor signal wiring from hoistway or machine room connection point to controller terminals. Operate visual/audible signal until return is complete or automatic operation restored. Provide Phase I key switch with engraved instruction at main recall floor hall station.

E. LOW-OIL CONTROL

1. In the event hydraulic oil level is insufficient for travel to the top floor, provide controls to return elevator to the main level and park with car doors open, until oil is added and elevator is manually re-set.

F. Elevator Control System must be capable of generating reports on demand from service provider. No on site computer required. See reports listed below.

1. As a minimum, the following reports shall be provided:

a. Job Configuration – This report shall provide a brief description of the system, including the job number, programmable job name, number of landings, openings per landing for the car, programmable car designation, programmable landing designation, Firefighters’ Service, Seismic operation, serial communication port definitions and other system operations.

b. System Performance Graph – This report shall provide elevator system performance data based on hall call waiting times. At the end of each hour, the quantity of up and down hall calls and up and down waiting time averages shall be calculated and saved in the controller’s non-volatile memory. This information shall be stored for a minimum of seven (7) days.

G. SPECIAL EVENT CALENDAR MENU

1. The special event calendar menu shall provide three options. The first display of Special Events Entries allows the user to examine the documented faults or events. The second, List and Description of Evens, allows the user to examine the faults and events, which are monitored. The third, Initialize the Special Event Calendar, allows the user to clear all the documented faults and events.

H. MUFFLER

1. A gas charged blowout-proof muffler shall be installed in the discharge oil line near the hydraulic pump unit.

2. Muffler shall be designed to dampen and absorb pulsation and noise in the flow of hydraulic oil fluid.

I. OIL COOLER

1. Provide Oil cooler that is powered by 120 VAC 3/4 HP pump motor.

2. Radiator portion of oil cooler shall be mounted remotely to prevent recirculation of heat in Elevator Machine Room.

J. PIPING AND OIL

1. Provide Schedule 80 steel piping and connections for all exposed sections of pipe. With new Victaulic couplings. Ok to retain existing if no visible leaks exist.

2. Provide “ISO 32 Hydraulic oil.

3. Provide rolled or cut groove type pipe joints for Victaulic couplings.

4. Provide isolation couplings between the pump unit and oil line. No part of oil line or tank shall touch structure and must be isolated from noise transmission the entire length of the oil line run from Machine Room to Jack head.

Section 14 24 00 Page 9 Specification No. PG19-0018F

5. Provide isolation brackets attached to wall or floor to eliminate sound/vibration from pump unit to building structure.

6. Provide isolation around piping in hoistway/Elevator Machine Room Wall.

7. Provide a new shutoff ball valve in the Elevator Machine Room.

K. SHUTOFF VALVE

a. Provide shutoff ball valve in oil line in elevator pit.

L. SEISMIC SAFETY VALVE

a. Provide Seismic Safety Valve in oil line in pit area.

b. Install Seismic Safety Valve adjacent to hydraulic cylinder inlet-outlet connection.

c. Provide seal on Seismic Safety Valve after adjusting for correct setting.

I. NOISE AND VIBRATION CONTROL

1. To minimize noise and vibration, mechanically isolate elevator equipment from the structure, electrically isolate controller and motor. Limit noise level relating to elevator equipment and its operation to no more than 60 decibels in elevator car under any condition including door operation and exhaust fan on highest speed.

2. Under no instances metal from tank, oil line pipe stands, or cutouts through walls can come into contact with structure allowing noise transmission to the structure.

2.2 OPERATION

A. SIMPLE AUTOMATIC OPERATION.

1. Automatic operation by means of a car button in the car for each landing served and an up and down button at each landing except for the terminal landing that shall have only one button.

2. When elevator is idle, automatically start car and dispatch it to floor corresponding to registered car or hall call. Slow down and stop car automatically at floor corresponding to registered call.

3. As slowdown is initiated for a hall call, automatically cancel the call and render the hall button for that direction of travel ineffective until the car leaves the floor.

4. Cancel car calls in same manner.

5. Hold car at arrival floor an adjustable time interval to allow passenger transfer.

6. Illuminate appropriate button to indicate call registration.

7. Extinguish light when call is answered.

B. DOOR OPERATION.

1. Open doors automatically when the car arrives at a floor to permit transfer of passengers. Automatically close doors after a timed interval.

2. Automatic Stopping Accuracy

a. Two-way automatic leveling feature shall stop the car within 1/4 inch regardless of load or direction of travel. Landing level will be maintained within the leveling zone irrespective of the hoistway doors being open or closed.

Section 14 24 00 Page 10 Specification No. PG19-0018F

C. HYDRAULIC CONTROL SYSTEM

1. The hydraulic control system shall be designed suitable for operation under the required pressure and shall be mounted in the storage tank. The control valve will be a unit type with UP, DOWN, and check valve included. All of the functions shall be fully adjustable for maximum smoothness and to meet contract conditions.

2. A manual-lowering valve will be provided to lower the elevator at slow speed.

3. The hydraulic valve shall have the capability of providing a smooth, comfortable acceleration, retardation and final stop.

D. EMERGENCY CAR LIGHTING AND ALARM

1. Car-mounted, battery unit with solid-state charger to operate alarm bell and lighting, per code. Battery to be rechargeable with five (5) year minimum life expectancy. Provide test button in service cabinet of car station, which causes illumination of standby lighting bulbs.

2. Emergency lighting fixture shall be an integral part of car operating station.

E. SECURITY

1. Provide software and hardware in controls for card reader security future implementation by City.

2. Refer to Section 01500, 1.3 Security and Access Training Requirements.

2.3 HOISTWAY EQUIPMENT

A. GUIDE RAILS

1. Existing guide rails shall be retained.

a. Realign guide rails to within one-sixteenth of an inch (1/16”) vertical and one thirty second of an inch (1/32”) (DBG) tram.

b. File all joints – area to file shall be at least sixteen inches (16”) above and sixteen inches (16”) below each joint. Power disk sander shall not be allowed to file joints. Float file that is enclosed in a Rail File Holder shall be the method of filing rail joints.

(1) Replace any missing or broken fastening devices.

(2) Provide bevel washers for any bold/nut that is installed in a plane of five (5) degrees or greater.

B. GUIDE RAIL FISHPLATES

1. Retain existing

C. SPRING BUFFERS

1. Retain existing

2. Provide required tags on the new buffers as required by code.

3. Paint with one (1) coat of light gray enamel. Contractor to coordinate painting with City.

D. JACK ASSEMBLY

1. Retain existing

Section 14 24 00 Page 11 Specification No. PG19-0018F

E. PLUNGER

1. Retain existing. Inspect plunger for scratches and burs, sand and file all scratches and burs to smooth surface.

2. Repack Jack seals.

3. Platen Plate shall not be welded to the top of the plunger.

F. HYDRAULIC JACK SUPPORT

1. Retain existing. Clean and paint with gray enamel paint. Contractor to coordinate painting with City.

G. DOOR HANGERS

1. Retain existing

2. Install all new door hanger rollers and up thrust.

3. Provide safety retainer plates for the top and bottom of the door panels.

H. DOOR TRACKS

1. Retain existing

2. Clean, check and adjust all fastenings for tight and proper alignment for smooth operation.

I. INTERLOCKS

1. Provide new door interlocks for each hoistway door entrance.

2. Provide fire-rated cable from each interlock to hoistway electrical riser as required for NFPA 70. Conductors shall be flame-retardant and suitable for a temperature of no less than 392°F. Conductors shall be Type SF or equivalent. Hoistway wiring shall be fire rated electrical cable.

3. Provide electrical ground wire to each interlock. Electrical ground wire shall terminate at elevator controller at an electrical ground stud or connection as defined by NFPA 70.

J. EMERGENCY ACCESS

1. Access to all hoistway doors shall be provided by mechanical lunar key.

2. Provide hoistway door lunar key holes with Safety Plug Locks at all floors.

3. Provide keyed hoistway access control at top and bottom landings.

K. DOOR CLOSERS

1. Provide New

L. PIT

1. Pit Stop Switch

a. An emergency type stop switch shall be located in the pit as to be accessible from the hoistway access door, per ASME A17.1/CSA B44. Locate stop switch adjacent to the pit ladder.

b. Switch shall be of the maintaining type and marked to indicate the RUN and STOP positions.

M. PIT LADDER

1. Provide a new pit ladder

Section 14 24 00 Page 12 Specification No. PG19-0018F

2. Extend the vertical pit ladder to a height of forty-eight inches (48”) above the hoistway sill of lowest level/landing.

3. Overall width of ladder shall be sixteen inches (16”)

4. Distance vertically rung to rung shall be twelve inches (12”)

5. Distance of outside of each rung to hoistway wall shall be no less than four and one half inches (4 1/2").

6. Rungs to be continuous the entire length of the ladder.

7. Provide a horizontal hand hold at the top of the ladder.

N. FLOOR NUMBERS

1. Paint four inch (4”) high floor numbers within the hoistway as required by ASME A17.1/CSA B44. Color to be in contrast with the surrounding background.

2.4 HOISTWAY ENTRANCES

A. FRAMES

1. Retain, clean and repaint existing

2. Provide all new mechanically attached floor plates with Braille white on black.

B. DOOR PANELS

1. Retain door panels. Repainting or re-skin finish to match existing color. Stainless steel #4 finish.

2. Provide two (2) gibs per door panel-one at the leading edge and one at the trailing edge.

3. Provide steel safety retainer plates between each standard door big. Plate shall span the “total” distance between each standard door gibs. Plates shall vertically penetrate into the hoistway door sill groove the maximum vertical depth without bottom out on the groove.

4. Provide drop-leaf key access at all landings, including safety plug locks.

C SIGHT GUARDS

1. New - Match door finishes.

2. Fasten to doors with one eight inch (1/8”) pop rivets or “shake-proof” fasteners every six inches (6”).

D. SILLS

1. Retain existing and clean.

2. Check and ensure all fastenings are tight. Replace any damaged, broken, or missing components.

E. FASCIA AND HANGER COVERS

1. Retain existing and clean.

2. Check and ensure all fastenings are tight. Replace any damaged, broken, or missing components.

3. Replace any fascia or dust cover that is missing, bent or damaged.

4. Clean and paint with one (1) coat of gray enamel. Contractor to coordinate painting with City.

Section 14 24 00 Page 13 Specification No. PG19-0018F

F. DUST COVER

1. Retain existing and clean.

2. Paint with one (1) coat of gray enamel. Contractor to coordinate painting with City.

G. TOE GUARD

1. Retain existing. Clean and paint with one (1) coat of gray enamel. Contractor to coordinate painting with City.

H. STRUTS

1. Retain existing.

2. Clean and paint with one (1) coat of gray enamel. Contractor to coordinate painting with City.

3. Provide door open bumpers on the vertical struts.

I. HEADERS

1. Retain and clean existing.

2. Check and ensure all fastenings are tight. Replace any damaged, broken, or missing components.

2.5 CAR EQUIPMENT

A. CAR SLING

1. Retain existing. Replace any damaged, broken, or missing components.

B. BUFFER STRIKING PLATES

1. Retain existing. Replace any damaged, broken, or missing components.

C. PLATFORM

1. Retain existing platform. Replace any damaged or missing components.

2. Provide fire proofing on underside of platform.

D. ROLLER GUIDES

1. New

2. Adjust accordingly and remove all movement slop between guides and rails.

E. TOE GUARD

1. Retain and clean existing. Paint front with one (1) coat of gray enamel. Contractor to coordinate painting with City.

F. HANGERS, ROLLERS, UPTHRUST, AND TRACKS

1. New

G. HEADER

1. New

H. CAR DOOR ELECTRICAL CONTACT

1. New

I. CAR DOOR CLUTCH

1. New

Section 14 24 00 Page 14 Specification No. PG19-0018F

J. DOOR OPERATOR

1. Provide new heavy-duty, linear type door operator. Car door operator shall mechanically drive the car doors.

a. Open doors automatically when car arrives at a floor to permit egress of passengers.

b. Close doors automatically after a timed interval.

K. CAR DOOR CONTROL PROTECTIVE DEVICE

1. Provide new proximity-type car door protective device.

a. The detection zone moves with the car door so that if a person or object enters the zone after the doors have started to close, the doors shall stop, and then revers to re-open.

b. The doors shall re-close after a scheduled time.

L. NUDGING ACTION

1. If the safety device is obstructed for a predetermined adjustable time (10-30 seconds), sound buzzer and attempt to close doors with no more than 3.5 J (2.5ft-lbf) kinetic energy.

2. Stop and hold doors during closing if detector zone is entered.

3. Allow door to close after obstruction is removed.

M. Elevator Car Station

1. Provide new, Vandal Resistant, one elevator control station with faceplate, consisting of a metal box containing the operating fixtures, mounted behind the car enclosure fixed front return panel. Stainless steel #4 finish.

2. Provide car position indicator as part of the upper area of the car station.

a. Provide fifty (50) mm (2.0-inch) high digital-type indications representing the floor served.

b. Provide a floor passing audible signal.

c. Signal shall be no less than 20 decibels with a frequency no higher than 1500 Hz.

3. Suitably identify floor buttons, alarm button, door open and door close buttons, and emergency stop switch by engraved and painted letters or symbols per Local Handicapped Standards and The Americans with Disabilities Act (ADA) requirements.

4. Engrave in 1/4-inch letters “DOOR OPEN” and “DOOR CLOSE” below each of the assigned buttons.

a. Provide flush inset, back fastened handicapped markings.

b. Locate vertical height from car floor to operating controls as per The Americans with Disabilities Act (ADA) requirements.

5. Provide hands free emergency communication fixtures that complies with The Americans with Disabilities Act (ADA)

a. The communication device shall be an integral part of the car operating panel. Operating fixture call button and other features, including engraved instructions shall be part of and built into the car operating station cover plate.

Section 14 24 00 Page 15 Specification No. PG19-0018F

b. Provide all necessary wiring between the elevator car and elevator machine room.

c. Program phone to comply with all code and The Americans with Disabilities Act (ADA) requirement.

6. Provide-in-car Emergency Lighting

a. Device to be at the upper area and an integral part of the car operating station.

b. An emergency power unit shall be provided to illuminate the elevator car and provide current to the alarm bell in the event of power failure. Provide Vandal Resistant plastic clear lens over device.

c. Device shall provide a minimum illumination of 2 lx (0.2 fc) at a distance of 1200 mm (48-inches) above the car floor and 300 mm (12-inches) in front of the car operating station.

d. The emergency lighting shall maintain the light intensity for a minimum of four (4) hours.

e. Provide 1/8-inch raised floor pushbuttons, which illuminate to indicate LED call registration. Provide floor designation to the left of each button.

f. Provide illuminated alarm button at bottom of station to ring bell located on elevator, and sound distress signal. Engrave in 1/4-inch letters “ALARM” below button.

7. Provide keyed stop switch in panel faceplate with engraved in 1/4-inch letters to indicate the “Run” and “Stop” positions.

8. Provide door open button to stop and reopen closing doors.

a. Make button operable while car is stopped at landing, regardless of special operational features, except Firefighters’ Service.

b. Provide a key operated switch for an extended Door Open feature.

c. Engrave below switch in 1/4-inch letters – Door Hold Switch

d. Engrave above switch in 1/4-inch letters – Off-On. On is to the right. Key shall be removable in the OFF position only.

9. Provide Phase II Firefighters’ Emergency Operation Panel

a. The panel shall contain the visual signal (fire hat symbol), door open and close buttons, call cancel button, emergency stop switch and a Firefighters’ In-car Operation keyed switch.

10. Provide lockable service panel in car station with recessed, flush cover plate matching return panel. Include the following controls, with purpose and operating positions identified by engraved letters painted black.

a. Car light switch and emergency light test switch. Emergency light test switch will disconnect the electrical power supply to the car lighting electrical circuit.

b. Three position fan switch-off-low speed-high speed.

c. Independent-service switch to permit selection of independent or automatic operation.

11. Provide a GFCI duplex 120 VAC Electrical Convenience Outlet.

12. Provide black paint filled engraving in 1/2-inch letters.

a. Elevator number on car station.

Section 14 24 00 Page 16 Specification No. PG19-0018F

b. Elevator capacity in pounds on car station.

c. Faceplate Material and Finish: #4 brushed stainless steel. Provide vandal resistant fastening screws.

d. Provide any other features as required by the Washington State Elevator Inspection Department.

13. CAR TOP CONTROL STATION

a. Operating fixtures shall be provided containing continuous pressure Up, Down and Safe buttons, emergency stop switch, inspection/run switch, and 110 VAC duplex outlet with GRFI protection.

b. Toggle switches shall not be provided for the Stop, Run and Inspection switches unless the switches are guarded against accidental activation. Fasten car top station to car crosshead.

14. CAR TOP ILLUMINATION

a. Work light shall be encased in a total glass enclosure including a wire guard cover.

(1) Rating of light to be sufficient to maintain the illumination required by ASME A17.1/CSA B44

(2) The lamp(s) shall be guarded to prevent incidental contact.

(3) Provide an additional light fixture on a 2400-millimeter (96-inch) flexible cord. Cord to be hard wired into car top fixed work light.

(a) Provide fixed metal bracket to store cord when not in use. Locate bracket to avoid stepping on cord when attached to bracket.

(b) The lamp(s) shall be guarded to prevent incidental contact.

(4) ON-OFF car top light switch shall control both fixtures.

15. CAR TOP EMERGENCY EXIT

a. Provide intercom system between “Recall” floor hall station and elevator car and between the machine room and elevator car. On-Off activation is required only at the “Recall” floor station and elevator machine room. Lobby intercom including the On, OFF switch shall be part of the main “Recall” floor hall push button station. In-car to-lobby and machine room communication is voice activated.

b. Provide all necessary wiring between the elevator car, hall station, and elevator machine room to facilitate communication devices.

2.6 CAR ENCLOSURE

A. SHELL

1. Retain existing steel shell.

B. HANDRAILS

1. Refer to Bid Proposal B – Optional Bid Item, unless noted otherwise.

Section 14 24 00 Page 17 Specification No. PG19-0018F

C. CAB INTERIOR

1. Refer to Bid Proposal B – Optional Bid Item, unless noted otherwise.

D. CAB CEILING

1. Refer to Bid Proposal B – Optional Bid Item, unless noted otherwise.

E. LIGHTING

1. Car lighting to be recessed LED.

F. CAR SILLS

1. Retain Existing Car Sills. Clean and ensure height and alignment for smooth door operation.

G. CAR DOOR PANELS

1. Provide new Car door panels Stainless Steel 5 WL finish Mossyrock & Wynoochee only.

2.7 CAR ENCLOSURE

A. SHELL

1. Retain existing.

B. CAR INTERIOR

1. Refer to Bid Proposal B – Optional Bid Items. Unless noted otherwise.

C. CAB INTERIOR

1. Refer to Bid Proposal B – Optional Bid Items. Unless noted otherwise

D. TRANSOM

1. Transoms and returns shall be refinished or re-skinned in field to like new appearance.

E. CAB CEILING

1. Ceiling shall be Stainless #4 panels with recessed LED lights.

F. CAR DOORS

1. New stainless steel with 5WL finishes

2. Bottom of doors shall be provided with removable phenol guides, which run in the sill slots with minimum clearance.

3. Provide steel safety retainer plates that will be installed between each of the two (2) standard gibs. The steel plate gib shall span minimum 4-inches and centered between each of the standard gibs.

4. Provide zone restrictors, designed to prevent car doors from being opened when the car is outside a landing zone.

G. DOOR EDGE PROTECTIVE DEVICE

1. Provide car door with infrared type reopening device extending the full height of the car door.

H. LIGHTING

1. Flush mount LED Lighting

Section 14 24 00 Page 18 Specification No. PG19-0018F

2. Car lighting shall be sufficient to produce the minimum illumination required to floor level in the elevator car.

I. CAR SILL

1. Retain and clean existing car sill. Clean and ensure height and alignment for smooth door operation.

J. CAR HANDRAILS

1. Refer to Bid Proposal B – Optional Bid Item. Unless noted otherwise.

K. PAD AND PAD HOOKS

1. Provide stainless steel pad buttons on all walls.

2. Pad buttons shall be bolted through the cab walls.

3. Pad buttons and mounting stud shall be one piece.

4. Provide three-section fire retardant pads with metal grommet holes for the pad hooks fastening.

5. Mark on backside of pad the left, right and back wall.

6. Ok to reuse existing pad buttons as long as new pads are constructed to fit current button locations.

7. One set of cab pads per elevator.

L. EXHAUST FAN

1. Provide a two-speed exhaust fan, mounted on the car top.

2. Provide flat 1/4-inch thick, stainless steel round cover plate with adequate number of 1/4-inch holes for air movement.

3. Fasten cover plate to ceiling with six (6) (1/8-inch) stainless steel pop rivets. Ok to retain existing if all requirements are met.

M. ESCAPE HATCH

1. Provide electrical contact and latch per code.

2.7 LANDING CONTROL STATIONS

A. PUSHBUTTONS

1. Provide “Surface Mounted” vandal resistant fixtures at each landing

a. Include pushbuttons for direction of travel, which illuminate LEDs to indicate call registration.

b. Engrave safety message, “In Case of Fire…” (reference ASME A17.1-2010/CSA B44-10, 2.27.9) in pushbutton faceplate and fill black.

c. Center of buttons to be 42-inches from finish floor.

2. Provide UP and DOWN markings to the left of each button together with braille markings. Marking plates shall be built into the cover plates.

3. Provide in-car intercom speaker and switch as part of “Recall” floor hall station.

4. Provide firefighters Emergency Operation Phase I key switch with engraved instructions at main recall floor hall station.

5. Provide visual and audible signals for communication device to comply with ASME A17.1/CSA B44, 2.27.1.1.6.

Section 14 24 00 Page 19 Specification No. PG19-0018F

6. Faceplate Material and Finish

a. Hall Pushbutton Station: Surface mount #4 brushed stainless steel.

b. Provide vandal resistant stainless steel fastening devices.

c. Must be field measured and verified by Contractor so new fixture covers existing cutouts and buttons are placed at code height.

7. Car Riding Lantern

a. Provide new vandal resistant car riding lantern in car entrance.

b. Lantern shall be installed opposite the hall call station per The Americans with Disabilities Act (ADA) requirements.

2.8 CAR POSITION INDICATOR

A. CAR POSITION INDICATOR

1. Include as part of car station

2. Provide 2-inch digital-type indications representing the floor serviced.

3. Provide a floor passing audible signal.

4. Signal shall be no less than 20 decibels with a frequency no higher than 1500 Hz.

END OF SECTION

Section 28 31 00 Page 1 Specification No. PG19-0018F

DIVISION 28 – INTELLIGENT REPORTING FIRE AND GAS DETECTION SYSTEM

SECTION 28 31 00 – FIRE DETECTION AND ALARM SYSTEM

PART 1 GENERAL

1.1 RELATED SECTIONS

A. Section 14 21 00, 14 21 01, 14 21 02, 14 21 03 Gearless Traction Elevators.

B. Section 14 24 00 Hydraulic Elevators.

1.2 DESCRIPTION

A. The Contractor at a minimum is to provide permit design drawings, and provide and install new fire detection and alarm system for Mossyrock Powerhouse, Alder Powerhouse and Wynoochee Powerhouse. Each location is a separate jurisdiction. The scope of work is to add fire and alarm detection for the modernization of the elevators. (See special notes for Alder Powerhouse and Wynoochee Powerhouse) The alarm system shall have the future ability to expand the fire detection and alarm monitoring throughout each building.

B. Contractor shall visit each site location prior to bid as to review site conditions. If the contractor is unable to make the initial bid walk-through, the contractor can work with the City to get access at an alternate date.

1. Administration Building North (ABN): An existing fire alarm system in place. All fire alarm modification will be by City.

2. Energy Control Center (ECC): An existing fire alarm system in place. All fire alarm modification will be by City.

3. Mossyrock Powerhouse: No fire alarm system in place. Provide all new fire detection and alarm system for elevator modernization only under this contract. The main detection panel shall be sized for future expansion.

4. Alder Powerhouse: Note: An existing fire alarm system in place. Remove all of existing system and replace with new. If applicable, contractor can reuse conduit pathways. In addition to upgrading existing panel and detection devices, provide all new fire detection alarm for elevator modernization.

5. Wynoochee Powerhouse: Note: An existing fire alarm system in place. Remove all of existing system and replace with new. If applicable, contractor can reuse conduit pathways. In addition to upgrading existing panel and detection devices, provide all new fire detection alarm for elevator modernization.

C. The fire alarm system shall comply with requirements of NFPA Standard 72 for Protected Premises Signaling Systems except as modified and supplemented by this specification. The system shall be electrically supervised and monitor the integrity of all conductors.

D. The fire alarm system shall be manufactured by an ISO 9001:2008 certified company and meet the requirements of BS EN9001: ANSI/ASQC Q9001-1994.

E. The Fire Alarm Control Panel (FACP) and peripheral devices shall be manufactured 100% by a single U.S. manufacturer (or division thereof). It’s acceptable for

Section 28 31 00 Page 2 Specification No. PG19-0018F

peripheral devices to be manufactured outside of the U.S. by a division of the U.S. based parent company.

F. The system and its components shall be Underwriters Laboratories, Inc. (UL) listed under the appropriate UL testing standard as listed herein for fire alarm applications and the installation shall be in compliance with the UL listing.

G. The installing company shall employ National Institute for Certification in Engineering Technologies (NICET) (minimum Level II Fire Alarm Technology) technicians on site to guide the final checkout and to ensure the systems integrity.

1.3 VOICE PANEL DESCRIPTION

A. The voice evacuation panel shall comply with National Fire Protection Association (NFPA) 72, Chapter 24 requirements.

B. The Voice Evacuation Control Panel shall be UL 864 listed (Fire Protective Signaling), UL 2572 listed (Mass Notification), ULC listed and Compliant with Unified Facilities Criteria UFC 4-021-01.

C. The installing company shall employ factory-certified NICET (minimum Level II Fire Alarm Technology) technicians on site to guide the final check-out and to ensure the systems integrity.

1.4 GUARANTY

A. The fire alarm control panel, voice panels and any head-end equipment shall have a manufacturer’s warranty of a minimum of three (3) years.

1.5 POST CONTRACT MAINTENANCE

Not Used

1.6 APPLICABLE STANDARDS AND SPECIFICATIONS

A. The specifications and standards listed below form a part of this specification. The system shall fully comply with the latest issue of these standards, if applicable.

B. National Fire Protection Association (NFPA) - USA:

No. 12 Extinguishing Systems (low and high)

No. 12A Halon 1301 Extinguishing Systems

No. 13 Sprinkler Systems

No. 15 Water Spray Systems

No. 16 Foam / Water Deluge and Spray Systems

No. 17 Dry Chemical Extinguishing Systems

No. 17A Wet Chemical Extinguishing Systems

No. 2001 Clean Agent Extinguishing Systems

No. 72 National Fire Alarm Code

No. 70 National Electric Code

No. 90A Air Conditioning Systems

No. 101 Life Safety Code

C. Underwriters Laboratories Inc. (UL) - USA:

No. 268 Smoke Detectors for Fire Protective Signaling Systems

No. 864 Control Units for Fire Protective Signaling Systems

No. 2572 Mass Notification Systems

No. 217 Smoke Detectors, Single and Multiple Station

No. 228 Door Closers - Holders for Fire Protective Signaling Systems

No. 268A Smoke Detectors for Duct Applications

Section 28 31 00 Page 3 Specification No. PG19-0018F

No. 521 Heat Detectors for Fire Protective Signaling Systems

No. 464 Audible Signaling Appliances

No. 38 Manually Actuated Signaling Boxes

No. 1481 Power Supplies for Fire Protective Signaling Systems

No. 346 Waterflow Indicators for Fire Protective Signaling Systems

No. 1076 Control Units for Burglar Alarm Proprietary Protective Signaling Systems

No. 1971 Visual Notification Appliances

No. 2017 Standard for General-Purpose Signaling Devices and Systems

No.60950 Safety of Information Technology Equipment

D. Local and State Building Codes.

E. All requirements of the Authority Having Jurisdiction (AHJ).

1.7 APPROVALS A. The system shall have proper listing and / or approval from the following nationally

recognized or regional agencies:

UL Underwriters Laboratories, Inc

ULC Underwriters Laboratories Canada

FM Factory Mutual

NYFD New York Fire Department

CSFM California State Fire Marshal

B. The system shall be approved for use in Marine applications by the following agencies:

1. United States Coast Guard

2. Lloyd’s Register

3. American Bureau of Shipping The system shall be listed by the national agencies as suitable for extinguishing release applications. The system shall support release of low pressure CO2.

C. The system shall be certified for seismic applications in accordance with the International Building Code (IBC). For OSHPD applications in California the system shall be Pre-Approved for seismic applications. The basis for qualification of seismic approval shall be via shake table testing.

D. Approved Contractors

1. Suppression Systems (253-229-2853)

PART 2 PRODUCTS

2.1 MAIN FIRE ALARM CONTROL PANEL OR NETWORK NODE

A. Main FACP or network node shall be a NOTIFIER Model NFS-320 and shall contain a microprocessor based Central Processing Unit (CPU) and power supply in an economical space saving single board design. The CPU shall communicate with and control the following types of equipment used to make up the system: intelligent addressable smoke and thermal (heat) detectors, addressable modules, printer, annunciators, and other system controlled devices.

2.2 SYSTEM CAPACITY AND GENERAL OPERATION

A. The FACP shall be capable of communicating on Noti-Fire-Net over a Local Area Network (LAN) or Wide Area Network (WAN) utilizing a peer-to-peer, inherently regenerative communication format and protocol. The network shall support

Section 28 31 00 Page 4 Specification No. PG19-0018F

communication speed up to 100 Mb and support up to 200 panels / nodes per network.

B. Each network node shall provide, or be capable of 318 intelligent / addressable devices per SLC loop.

C. The Notification Appliance Circuits shall be programmable to Synchronize with System Sensor, Gentex and Wheelock Notification Appliances.

D. The system shall include a full featured operator interface control and annunciation panel that shall include a backlit Liquid Crystal Display (LCD), individual color coded system status LEDs, and an alphanumeric keypad with easy touch rubber keys for the field programming and control of the fire and gas detection system.

E. The system shall be programmable, configurable, and expandable in the field without the need for special tools, PROM programmers or PC based programmers. It shall not require replacement of memory ICs to facilitate programming changes.

F. The system shall allow the programming of any input to activate any output or group of outputs. Systems that have limited programming (such as general alarm), have complicated programming (such as a diode matrix), or require a laptop personal computer are not considered suitable substitutes.

G. The FACP shall support up to 20 logic equations, including "and," "or," and "not," or time delay equations to be used for advanced programming. Logic equations shall require the use of a PC with a software utility designed for programming.

H. The FACP or each network node shall provide the following features:

1. Drift compensation to extend detector accuracy over life. Drift compensation shall also include a smoothing feature, allowing transient noise signals to be filtered out.

2. Detector sensitivity test, meeting requirements of NFPA 72.

3. Maintenance alert, with two levels (maintenance alert/maintenance urgent), to warn of excessive smoke detector dirt or dust accumulation.

4. Up to nine sensitivity levels for alarm, selected by detector. The alarm level range shall be 0.5 to 2.35 percent per foot for photoelectric detectors, 0.5 to 2.5 percent per foot for ionization detectors, 0.5 to 4.0 percent per foot for acclimate detectors and 1.0 to 4.0 percent per foot for multi-criteria (IntelliQuad and IntelliQuad PLUS) detectors . The system shall also support sensitive advanced detection laser detectors with an alarm level range of .02 percent per foot to 2.0 percent per foot. The system shall also include up to nine levels of Prealarm, selected by detector, to indicate impending alarms to maintenance personnel.

5. The ability to display or print system reports.

6. Alarm verification, with counters and a trouble indication to alert maintenance personnel when a detector enters verification 20 times.

I. Positive Alarm Sequence (PAS) presignal, meeting NFPA 72 requirements.

1. Self optimizing pre-alarm for advanced fire warning, which allows each detector to learn its particular environment and set its prealarm level to just above normal peaks.

2. Cross zoning with the capability of counting: two detectors in alarm, two software zones in alarm, or one smoke detector and one thermal detector.

3. Control-by-time for non-fire operations, with holiday schedules.

4. Day/night automatic adjustment of detector sensitivity.

Section 28 31 00 Page 5 Specification No. PG19-0018F

5. Device blink control for sleeping areas.

J. The FACP shall be capable of coding main panel node notification circuits in March Time (120 PPM), Temporal (NFPA 72 A-2-2.2.2), and California Code. Panel notification circuits (NAC 1,2,3 and 4) shall also support Two-Stage operation, Canadian Dual Stage (3 minutes) and Canadian Dual Stage (5 minutes). Two stage operation shall allow 20 Pulses Per Minute (PPM) on alarm and 120 PPM after 5 minutes or when a second device activates. Canadian Dual stage is the same as Two-Stage except will only switch to second stage by activation of Drill Switch 3 or 5 minute timer. The panel shall also provide a coding option that will synchronize specific strobe lights designed to accept a specific "sync pulse."

K. For flexibility and to ensure program validity, an optional Windows™ based program utility shall be available. This program shall be used to off-line program the system with batch upload/download, and have the ability to upgrade the manufacturers (FLASH) system code changes. This program shall also have a verification utility, which scans the program files, identifying possible errors. It shall also have the ability to compare old program files to new ones, identifying differences in the two files to allow complete testing of any system operating changes. This shall be in compliance with the NFPA 72 requirements for testing after system modification.

1. This utility shall provide the ability to create and print NFPA style Test and Inspection reports

2. This utility shall provide the ability to create and print Device Maintenance information

L. The 80-character display keypad shall be an easy to use QWERTY type keypad, similar to a PC keyboard. This shall be part of the standard system and have the capability to command all system functions, entry of any alphabetic or numeric information, and field programming. Two different password levels shall be provided to prevent unauthorized system control or programming.

M. Each FACP or FACP network node shall support one SLC. Each SLC interface shall provide power to and communicate with up to 159 intelligent detectors (ionization, photoelectric, multi-criteria, thermal, laser, fire/CO) and 159 intelligent modules (monitor, control, relay, releasing) for a loop capacity of 318 devices. SLC shall be capable of NFPA 72 Style 4, Style 6, or Style 7 (Class A or B) wiring.

N. CPU shall receive analog information from all intelligent detectors to be processed to determine whether normal, alarm, pre-alarm, or trouble conditions exist for each detector. The software shall automatically maintain the detector's desired sensitivity level by adjusting for the effects of environmental factors, including the accumulation of dust in each detector. The analog information shall also be used for automatic detector testing and for the automatic determination of detector maintenance requirements.

2.3 SERIAL INTERFACES

A. The system shall include two serial EIA-232 interfaces. Each interface shall be a means of connecting UL Listed Information Technology Equipment (ITE) peripherals.

B. EIA-232 interface shall be used to connect an UL-Listed 40 or 80 column printer. Printers that are not UL-Listed are not considered acceptable substitutes.

C. The system shall include an EIA-485 port for the serial connection of optional annunciators and remote LCD displays.

D. The EIA-485 interface may be used for network connection to a proprietary-receiving unit.

Section 28 31 00 Page 6 Specification No. PG19-0018F

2.4 SPECIFIC SYSTEM OPERATIONS

A. Smoke Detector Sensitivity Adjust: A means shall be provided for adjusting the sensitivity of any or all addressable intelligent detectors in the system from the system keypad. Sensitivity range shall be within the allowed UL window and have a minimum of 9 levels.

B. Alarm Verification: Each of the intelligent addressable smoke detectors in the system may be independently selected and enabled to be an alarm verified detector. The alarm verification delay shall be programmable from 0 to 60 seconds and each detector shall be able to be selected for verification. The FACP shall keep a count of the number of times that each detector has entered the verification cycle. These counters may be displayed and reset by the proper operator commands.

C. Point Disable: Any addressable device may be enabled or disabled through the system keypad.

D. Point Read: The system shall be able to display or print the following point status diagnostic functions:

1. Device status

2. Device type

3. Custom device label

4. View analog detector values

5. Device zone assignments

E. System History Recording and Reporting: The fire alarm control panel shall contain a history buffer that will be capable of storing up to eight hundred (800) events. Up to two hundred (200) events shall be dedicated to alarm and the remaining events are general purpose. Systems that do not have dedicated alarm storage, where events are overridden by non-alarm type events, are not suitable substitutes. Each of these activations will be stored and time and date stamped with the actual time of the activation. The contents of the history buffer may be manually reviewed, one event at a time, or printed in its entirety. The history buffer shall use non-volatile memory. Systems that use volatile memory for history storage are not acceptable substitutes.

F. Automatic Detector Maintenance Alert: The fire alarm control panel shall automatically interrogate each intelligent detector and shall analyze the detector responses over a period of time. If any intelligent detector in the system responds with a reading that is above or below normal limits, then the system will enter the trouble mode, and the particular detector will be annunciated on the system display, and printed on the optional printer. This feature shall in no way inhibit the receipt of alarm conditions in the system, nor shall it require any special hardware, special tools or computer expertise to perform.

G. Pre-Alarm Function: The system shall provide two levels of pre-alarm warning to give advance notice of a possible fire situation. Both pre-alarm levels shall be fully field adjustable. The first level shall give an audible indication at the panel. The second level shall give an audible indication and may also activate control relays. The system shall also have the ability to activate local detector sounder bases at the pre-alarm level, to assist in avoiding nuisance alarms.

H. Software Zones: The FACP shall support one hundred forty two (142) independent programmable software zones.

I. Multiple agent releasing zones: The system shall support up to ten (10) releasing zones to protect against ten (10) independent hazards. Releasing zones shall

Section 28 31 00 Page 7 Specification No. PG19-0018F

provide up to three cross-zone and four abort options to satisfy any local jurisdiction requirements.

J. Mass Notification Override: The system shall be UL 2572 listed for Mass Notification and shall be capable, based on the Risk Analysis, of being programmed so that Mass Notification/Emergency Communications events take precedence over fire alarm events.

K. The fire alarm control panel shall include a walk test feature. It shall include the ability to test initiating device circuits and notification appliance circuits from the field without returning to the panel to reset the system. Operation shall be as follows:

1. Alarming an initiating device shall activate programmed outputs, which are selected to participate in walk test, for three (3) seconds.

2. Introducing a trouble into the initiating device shall activate the programmed outputs for eight (8) seconds.

3. All devices tested in walk test shall be recorded in the history buffer.

2.5 CONVENTIONAL ASPIRATING DETECTION

A. An optional air aspiration detection system shall be available.

B. The aspirating system shall support multiple sensitivity settings.

C. The aspirating system shall operate from 24 VDC.

D. The aspirating system shall provide alarm and trouble relays used to activate a fire alarm control panel.

2.6 ASPIRATION SYSTEM INTERFACE

A. The system shall be capable of supporting Interface Modules for integrating VESDA Aspiration detectors into SLC loop of the fire alarm control panel. The Interface Module shall support up to nineteen (19) aspiration detectors, each SLC loop shall support one interface module.

2.7 HIGH LEVEL ASPIRATION SYSTEM INTERFACE

A. The system shall be capable of supporting a High Level Interface for VESDA Aspirating Detection Systems. The interface shall support up to 100 detectors and allow the fire alarm network to monitor and control events on the aspiration system.

2.8 COMMUNICATORS

A. The UDACT shall be compact in size, mounting in a standard module position of the fire alarm control cabinet. Optionally, the UDACT shall have the ability for remote mounting, up to 6,000 feet from the fire alarm control panel. The wire connections between the UDACT and the control panel shall be supervised with one pair for power and one pair for multiplexed communication of overall system status. Systems that utilize relay contact closures are not acceptable.

B. The UDACT shall include connections for dual telephone lines (with voltage detect), per UL/NFPA/FCC requirements. It shall include the ability for split reporting of panel events up to three different telephone numbers.

C. The UDACT shall be capable of transmitting events in 4+2, SIA, and Contact ID.

D. Communication shall include vital system status such as:

1. Independent Zone (Alarm, trouble, non-alarm, supervisory)

2. Independent Addressable Device Status

Section 28 31 00 Page 8 Specification No. PG19-0018F

3. AC (Mains) Power Loss

4. Low Battery and Earth Fault

5. System Off Normal

6. 12 and 24 Hour Test Signal

7. Abnormal Test Signal (per UL requirements)

8. EIA-485 Communications Failure

9. Phone Line Failure

E. The UDACT shall support independent zone/point reporting when used in the Contact ID format. In this format the UDACT shall support transmission of up to 3,064 points. This enables the central station to have exact details concerning the origin of the fire or response emergency.

F. The UDACT shall be capable of being programmed with the same programming utility as the host FACP, and saved, edited and uploaded and downloaded using the utility. UDACT shall be capable of being programmed online or offline. The programming utility shall also support upgrading UDACT operating firmware.

G. The UDACT shall be capable of generating Central Station reports providing detailed programming information for each point along with the central station point address.

H. An IP or IP/GSM Communicator option shall be available to interface to the UDACT and be capable of transmitting signals over the internet/intranet or Cellular (GSM) network to a compatible receiver.

I. Smoke Control Annunciator

1. On/Auto/Off switches and status indicators (LEDS) shall be provided for monitoring and manual control of each fan, damper, HVAC control unit, stairwell pressurization fan, and smoke exhaust fan. To ensure compliance the units supplied shall meet the following UL categories: UUKL, PAZX, UDTZ, QVAX as well as the requirements of NFPA 90A, HVAC, and NFPA 92A & 92B, Smoke Control. The control system shall be field programmable for either 90A operation or 92A/B operation to allow for future use and system expansion.

2. The OFF LED shall be Yellow, the ON LED shall be green, the Trouble/Fault LED shall be Amber/Orange for each switch. The Trouble/Fault indicator shall indicate a trouble in the control and/or monitor points associated with that switch. In addition, each group of eight switches shall have two LEDS and one momentary switch which allow the following functions: An Amber LED to indicate an OFF-NORMAL switch position, in the ON or OFF position; A Green LED to indicate ALL AUTO switch position; A Local Acknowledge/Lamp Test momentary switch.

3. Each switch shall have the capability to monitor and control two addressable inputs and two addressable outputs. In all modes, the ON and OFF indicators shall continuously follow the device status not the switch position. Positive feedback shall be employed to verify correct operation of the device being controlled. Systems that indicate on/off/auto by physical switch position only are not acceptable.

4. All HVAC switches (i.e., limit switches, vane switches, etc.) shall be provided and installed by the HVAC contractor.

5. It shall be possible to meet the requirements mentioned above utilizing wall mounted custom graphic.

Section 28 31 00 Page 9 Specification No. PG19-0018F

2.9 GATEWAY & WEBSERVER OPTIONS

A. Common Alerting Protocol (CAP) Gateway: The system shall support an optional CAP Gateway (Common Alerting Protocol). The CAP Gateway translates fire system messages to industry standard CAP messages for integration with CAP-compliant clients. A CAP gateway shall be available from the fire alarm control panel manufacturer.

B. LEDSIGN Gateway: The system shall support an optional and proprietary LEDSIGN Gateway to interface to LED signs that will automatically display emergency messages. The signs shall be capable of storing up to 100 messages that can be activated via system programming with the ability to be manually overridden. The Sign Gateway shall support up to 10 independent signs, each sign capable of playing an independent message. Multiple LEDSIGN Gateways can be used in network applications. An LEDSIGN gateway shall be available from the fire alarm control panel manufacturer.

C. BACnet Interface Gateway: The system shall be capable of being interfaced with BACNet compliant clients. A BACnet interface supporting BACnet/IP communication shall be available from the fire alarm control panel manufacturer.

D. MODbus Interface Gateway: The system shall be capable of being interfaced with MODbus compliant clients. A MODbus interface supporting MODbus/TCP communication shall be available from the fire alarm control panel manufacturer.

E. Noti-Fire-Net Gateway: The system shall support an IP based gateway to enable the panel or local Noti-Fire-Net to be connected to an ONYXWorks workstation via the Internet or Intranet. This gateway shall also support the ability to integrate the system to an interactive firefighter’s display. The Noti-Fire-Net Gateway shall be available from the fire alarm control manufacturer.

F. Webserver: The system shall support a webserver allowing remote connection via the Internet or Intranet. Authorized users will have the ability to view panel/network history, event status and device properties. The webserver shall also support sending event information via email or text to up to 50 registered users, the webserver shall be available from the fire alarm control panel manufacturer.

G. Web Portal Interface: The system shall be capable of being interfaced with a web portal to integrate with Inspection and Service Manager utilities. The web portal and inspection and service manager utilities shall be available from the fire alarm control panel manufacturer.

2.10 SYSTEM COMPONENTS & ADDRESSABLE DEVICES

A. General

1. Addressable devices shall use simple to install and maintain decade, decimal address switches. Devices shall be capable of being set to an address in a range of 001 to 159.

2. Addressable devices, which use a binary-coded address setting method, such as a DIP-switch, are not an allowable substitute. Addressable devices that require the address be programmed using a special tool or programming utility are not an allowable substitute.

3. Detectors shall be intelligent (analog) and addressable, and shall connect with two wires to the fire alarm control panel Signaling Line Circuits.

4. Addressable smoke and thermal detectors shall provide dual alarm and power/polling LEDs. Both LEDs shall flash green under normal conditions, indicating

Section 28 31 00 Page 10 Specification No. PG19-0018F

that the detector is operational and in regular communication with the control panel, and both LEDs shall be placed into steady red illumination by the control panel, indicating that an alarm condition has been detected. If required, the LED flash shall have the ability to be removed from the system program. An output connection shall also be provided in the base to connect an external remote alarm LED.

5. The fire alarm control panel shall permit detector sensitivity adjustment through field programming of the system. The panel on a time-of-day basis shall automatically adjust sensitivity.

6. Using software in the FACP, detectors shall automatically compensate for dust accumulation and other slow environmental changes that may affect their performance. The detectors shall be listed by UL as meeting the calibrated sensitivity test requirements of NFPA Standard 72.

7. The detectors shall be ceiling-mount and shall include a separate twist-lock base with tamper proof feature. Base options shall include a sounder base with a built-in (local) sounder rated at 85 DBA minimum, a relay base and an isolator base designed for Style 7 applications. The system shall also support an intelligent programmable sounder base, the programmable sounder base shall be capable of providing multiple tones based on programming and at a minimum be capable of providing a Temp-4 tone for CO (Carbon Monoxide) activation and a Temp-3 tone for fire activations and be capable of being synchronized with other programmable sounder bases and common area notification appliances; 85 DBA minimum.

8. The detectors shall provide a test means whereby they will simulate an alarm condition and report that condition to the control panel. Such a test may be initiated at the detector itself (by activating a magnetic switch) or initiated remotely on command from the control panel.

9. Detectors shall also store an internal identifying type code that the control panel shall use to identify the type of device (ION, PHOTO, THERMAL).

10. Detectors will operate in an analog fashion, where the detector simply measures its designed environment variable and transmits an analog value to the FACP based on real-time measured values. The FACP software, not the detector, shall make the alarm/normal decision, thereby allowing the sensitivity of each detector to be set in the FACP program and allowing the system operator to view the current analog value of each detector.

11. Addressable devices shall store an internal identifying code that the control panel shall use to identify the type of device.

12. A magnetic test switch shall be provided to test detectors and modules. Detectors shall report an indication of an analog value reaching 100% of the alarm threshold.

13. Addressable modules shall mount in a 4-inch square (101.6 mm square), 2-1/8 inch (54 mm) deep electrical box. An optional surface mount Lexan enclosure shall be available.

14. Addressable manual fire alarm boxes shall, on command from the control panel, send data to the panel representing the state of the manual switch and the addressable communication module status; NOTIFIER model # NBG-12LX. They shall use a key operated test-reset lock, and shall be designed so that after actual emergency operation, they cannot be restored to normal use except by the use of a key. The key used to reset the pull station must be the same as the key used to lock and unlock the FACP door(s).

Section 28 31 00 Page 11 Specification No. PG19-0018F

15. All operated stations shall have a positive, visual indication of operation and utilize a key type reset.

16. Manual fire alarm boxes shall be constructed of Lexan with clearly visible operating instructions provided on the cover. The word FIRE shall appear on the front of the stations in raised letters, 1.75 inches (44 mm) or larger.

B. Intelligent Photoelectric Smoke Detector: The intelligent photoelectric smoke detector shall be NOTIFIER model # FSP-851 and shall use the photoelectric (light-scattering) principal to measure smoke density and shall, on command from the control panel, send data to the panel representing the analog level of smoke density.

C. Intelligent VIEW® Laser Photo Smoke Detector: The intelligent laser photo smoke detector shall be a spot type detector, NOTIFIER model # FSL-751, that incorporates an extremely bright laser diode and an integral lens that focuses the light beam to a very small volume near a receiving photo sensor. The scattering of smoke particles shall activate the photo sensor.

1. The laser detector shall have conductive plastic so that dust accumulation is reduced significantly.

2. The intelligent laser photo detector shall have nine sensitivity levels and be sensitive to a minimum obscuration of 0.02 percent per foot.

3. The laser detector shall not require expensive conduit, special fittings or PVC pipe.

4. The intelligent laser photo detector shall support standard, relay, isolator and sounder detector bases.

5. The laser photo detector shall not require other cleaning requirements than those listed in NFPA 72. Replacement, refurbishment or specialized cleaning of the detector head shall not be required.

6. The laser photo detector shall include two bicolor LEDs that flash green in normal operation and turn on steady red in alarm.

D. Intelligent Ionization Smoke Detector: The intelligent ionization smoke detector shall be NOTIFIER model # FSI-851 and shall use the dual-chamber ionization principal to measure products of combustion and shall, on command from the control panel, send data to the panel representing the analog level of products of combustion.

E. Intelligent Multi Criteria Acclimating Detector: The intelligent multi-criteria Acclimate® Plus™ detector shall be an addressable device, NOTIFIER model # FAPT-851, that is designed to monitor a minimum of photoelectric and thermal technologies in a single sensing device. The design shall include the ability to adapt to its environment by utilizing a built-in microprocessor to determine its environment and choose the appropriate sensing settings. The detector design shall allow a wide sensitivity window, no less than 1 to 4% per foot obscuration. This detector shall utilize advanced electronics that react to slow smoldering fires and thermal properties all within a single sensing device.

1. The microprocessor design shall be capable of selecting the appropriate sensitivity levels based on the environment type it is in (office, manufacturing, kitchen etc.) and then have the ability to automatically change the setting as the environment changes (as walls are moved or as the occupancy changes).

2. The intelligent multi criteria detection device shall include the ability to combine the signal of the thermal sensor with the signal of the photoelectric signal in an effort to react hastily in the event of a fire situation. It shall also include the inherent ability to distinguish between a fire condition and a false alarm condition by examining the

Section 28 31 00 Page 12 Specification No. PG19-0018F

characteristics of the thermal and smoke sensing chambers and comparing them to a database of actual fire and deceptive phenomena.

F. Intelligent Thermal Detectors: The intelligent thermal detectors shall be NOTIFIER FST- series addressable devices rated at 135 degrees Fahrenheit (58 degrees Celsius) and have a rate-of-rise element rated at 15 degrees F (9.4 degrees C) per minute. A high heat thermal detector rated at 190 degrees Fahrenheit shall also be available. The thermal detectors shall connect via two wires to the fire alarm control panel signaling line circuit.

G. Intelligent Duct Smoke Detector: The smoke detector housing shall accommodate an intelligent photoelectric detector that provides continuous analog monitoring and alarm verification from the panel. When sufficient smoke is sensed, an alarm signal is initiated at the FACP, and appropriate action taken to change over air handling systems to help prevent the rapid distribution of toxic smoke and fire gases throughout the areas served by the duct system. The Intelligent Duct Smoke Detector shall support the installation of addressable Photoelectric detector capable or being tested remotely. The Intelligent Duct Detector housing shall be model # DNR(W) and the remote test capable photoelectric smoke detector shall be NOTIFIER model # FSP-851R.

H. IntelliQuad™ Advanced Multi-Criteria Intelligent Detector

1. Intelligent multi-criteria fire detector shall be a NOTIFIER model number FSC-851. Smoke detector shall be an addressable intelligent multi-criteria smoke detector. The detector shall be comprised of four sensing elements, including a photoelectric (light-scattering) particulate sensor, an electrochemical carbon monoxide (CO) sensor, a daylight-filtered infrared sensor and solid state thermal sensor(s) rated at 135°F (57.2°C). The device shall be able to indicate distinct smoke and heat alarms.

2. The intelligent multi-criteria detection device shall include the ability to combine the signal of the photoelectric signal with other sensing elements in an effort to react quickly in the event of a fire situation. It shall also include the inherent ability to distinguish between a fire condition and a nuisance alarm condition. The product design shall be capable of selecting the appropriate sensitivity levels based on the environment type chosen by user in which it is installed (office, manufacturing, kitchen etc.) and then have the ability to automatically change the setting as the environment changes.

3. The detector shall be capable of automatically adjusting its sensitivity by means of drift compensation and smoothing algorithms. The detector shall be capable of automatically adjusting its sensitivity by means of drift compensation and smoothing algorithms. The device shall provide unique signals to indicate when 20% of the drift range is remaining, when 100% of drift range is used, and when there is a chamber fault to show unit requires maintenance.

4. The detector shall indicate CO trouble conditions including 6 months of sensor life remaining and sensor life has expired. The detector shall indicate a combined signal for any of the following: low chamber trouble, thermistor trouble, CO self test failure, IR self test failure, and freeze warning.

5. The detectors shall provide address-setting means on the detector head using rotary switches. Because of the possibility of installation error, systems that use binary jumpers or DIP switches to set the detector address are not acceptable. The detectors shall also store an internal identifying code that the control panel shall use to identify the type of detector. Systems that require a special programmer to set the detector address (including temporary connection at the panel) are labor intensive

Section 28 31 00 Page 13 Specification No. PG19-0018F

and not acceptable. Each detector occupies any one of at least 99 possible addresses on the signaling line circuit (SLC) loop. It responds to regular polls from the system and reports its type and status.

6. The detectors shall provide a test means whereby they will simulate an alarm condition and report that condition to the control panel. Such a test may be initiated at the detector itself (by activating a switch) or initiated remotely on command from the control panel. There are three test methods: functional magnet, smoke entry aerosol, or direct heat method.

7. The detectors shall provide two LEDs to provide 360° visibility. The LEDs are placed into steady red illumination by the control panel indicating that an alarm condition has been detected. An output connection shall also be provided in the base to connect an external remote alarm LED, sounder base, and/or relay base (optional accessories). The external remote alarm can be interconnected to other sounder or relay bases for activating all devices in a space via a single alarming unit.

8. Two LEDs on the sensor are controlled by the panel to indicate sensor status. Coded signals, transmitted from the panel, can cause the LEDs to blink, latch on, or latch off. Refer to the control panel technical documentation for sensor LED status operation and expected delay to alarm.

9. The detectors shall be ceiling-mount and shall be plug-in mounted into a twist-lock base. These detectors shall be constructed of off-white UV resistant polymer and shall be detachable from the mounting base to simplify installation, service and maintenance. Mounting base wiring connections shall be made by means of SEMS screws. The detector shall allow pre-wiring of the base and the head shall be a plug-in type. Mounting base shall be mounted on junction box which is at least 1.5 inches (3.81 cm) deep. Mounting base shall be available to mount to standard junction boxes. Suitable boxes include:

a. 4.0" (10.16 cm) square box with and without plaster ring.

b. 4.0" (10.16 cm) octagonal box.

c. 3.5" (8.89 cm) octagonal box.

d. Single-gang box.

10. Meets Agency Standards

a. ANSI/UL 268 -Smoke Detectors for Fire Alarm Signaling Systems

b. CAN/ULC-S529- Smoke Detectors for Fire Alarm Systems

c. FM 3230-3250- Smoke Actuated Detectors for Automatic Fire Alarm Signaling

I. IntelliQuad™ PLUS Advanced Multi-Criteria Intelligent Fire/CO Detector

1. Advanced Multi-Criteria Fire/CO detector shall be NOTIFIER model # FCO-851 and shall be an addressable advanced multi-criteria smoke detector with a separate signal for carbon monoxide (CO) detection per UL 2075 standards.

2. The detector shall be comprised of four sensing elements, including a photoelectric (light-scattering) particulate sensor, an electrochemical CO sensor, a daylight-filtered infrared (IR) sensor and solid state thermal sensor(s) rated at 135°F (57.2°C). The device shall be able to indicate distinct smoke and heat alarms.

3. The advanced multi-criteria detection device shall include the ability to combine the signal of the photoelectric signal with other sensing elements in order to react quickly in the event of a fire situation. It shall also include the inherent ability to distinguish between a fire condition and a nuisance alarm condition. The detector shall be

Section 28 31 00 Page 14 Specification No. PG19-0018F

capable of selecting the appropriate sensitivity levels based on the environment type (office, manufacturing, kitchen, etc.) in which it is installed, and then have the ability to automatically change the setting as the environment changes.

4. The CO detector component shall be capable of a functional gas test using a canned test agent to test the functionality of the CO sensing cell.

5. The detector shall be capable of automatically adjusting its sensitivity by means of drift compensation and smoothing algorithms. The device shall provide unique signals to indicate when 20 percent of the drift range is remaining, when 100 percent of drift range is used, and when there is a chamber fault to show the unit requires maintenance.

6. The detector shall indicate CO trouble conditions, including six months of sensor life remaining and sensor life has expired. The detector shall indicate a combined signal for any of the following: low chamber trouble, thermistor trouble, CO self test failure, IR self test failure, and freeze warning.

7. The detector shall provide address-setting means on the detector head using rotary switches. Because of the possibility of installation error, systems that use binary jumpers or DIP switches to set the detector address are not acceptable. The detector shall also store an internal identifying code that the control panel shall use to identify the type of detector. Systems that require a special programmer to set the detector address (including temporary connection at the panel) are labor intensive and not acceptable. Each detector occupies any one of at least 159 possible addresses on the signaling line circuit (SLC) loop. It responds to regular polls from the system and reports its type and status.

8. The detector shall provide a test means whereby it will simulate an alarm condition and report that condition to the control panel. Such a test may be initiated at the detector itself (by activating a switch) or initiated remotely on command from the control panel. There shall be four test methods: functional magnet, smoke entry aerosol, carbon monoxide aerosol or direct heat method.

9. The detector shall provide two LEDs to provide 360° visibility. The LEDs shall be placed into steady red illumination by the control panel indicating that an alarm condition has been detected. An output connection shall also be provided in the base to connect an external remote alarm LED. The detector must be capable of connecting to a sounder base that provides both temporal 3 and temporal 4 patterns for fire and CO alarm.

10. Two LEDs on the sensor shall be controlled by the panel to indicate sensor status. Coded signals, transmitted from the panel, shall cause the LEDs to blink, latch on, or latch off. Refer to the control panel technical documentation for sensor LED status operation and expected delay to alarm.

11. The detector shall be plug-in mounted into a twist-lock base. The detector shall be constructed of off-white, UV-resistant polymer and shall be detachable from the mounting base to simplify installation, service and maintenance. Mounting base wiring connections shall be made by means of SEMS screws. The detector shall allow pre-wiring of the base and the head shall be a plug-in type. The mounting base shall be mounted on a junction box that is at least 1.5 inches (3.81 cm) deep. The mounting base shall be available to mount to standard junction boxes. Suitable boxes include:

a. 4.0" (10.16 cm) square box with and without plaster ring.

b. 4.0" (10.16 cm) octagonal box.

Section 28 31 00 Page 15 Specification No. PG19-0018F

c. 3.5" (8.89 cm) octagonal box.

d. Single-gang box.

e. Double-gang box

12. Meets Agency Standards

a. ANSI/UL 268 -Smoke Detectors for Fire Alarm Signaling Systems

b. CAN/ULC-S529- Smoke Detectors for Fire Alarm Systems

c. FM 3230-3250- Smoke Actuated Detectors for Automatic Fire Alarm Signaling

d. UL 2075 – Gas and Vapor Detector and Sensors – Systems Connected

J. Intelligent Addressable Aspiration Detector: The intelligent aspiration detector shall be NOTIFIER model # FSA-8000 an addressable aspiration detector that communicates directly with the fire alarm control panel via the SLC communication protocol, no modules or high level interfaces shall be required. The fire alarm control panel shall support up to thirty one intelligent aspiration detectors per SLC loop. The aspiration detector shall have dual source (blue LED and infra-red laser) optical smoke detection for a wide range of fire detection with enhanced immunity to nuisance particulates. The FACP shall be capable of monitoring and annunciating up to five smoke event thresholds and eleven trouble conditions. Each event threshold shall be capable of being assigned a discrete type ID at the FACP.

K. Intelligent Addressable Reflected Beam Detector: The intelligent single-ended reflected beam smoke detector shall connect with two wires to the fire alarm control panel signaling line circuit (SLC). The detectors shall consist of a transmitter/receiver unit and a reflector and shall send data to the panel representing the analog level of smoke density. The detector shall be capable of being tested remotely via a keyswitch; NOTIFIER model # FSB-200. Model # FSB-200S shall be equipped with an integral sensitivity test feature.

L. Addressable Dry Contact Monitor Module

1. Addressable monitor modules shall be provided to connect one supervised IDC zone of conventional alarm initiating devices (any N.O. dry contact device) to one of the fire alarm control panel SLCs. The addressable monitor module shall be NOTIFIER model # FMM-1 (Class A or B) or FMM-101 (Class B)

2. The IDC zone shall be suitable for Style D/Class A or Style B/Class B operation. An LED shall be provided that shall flash under normal conditions, indicating that the monitor module is operational and in regular communication with the control panel.

3. For difficult to reach areas, the monitor module shall be available in a miniature package and shall be no larger than 2-3/4 inch (70 mm) x 1-1/4 inch (31.7 mm) x 1/2 inch (12.7 mm). This version need not include Style D or an LED.

4. For multiple dry contact monitoring a module shall be available that provides 10 Style B or 5 Style D input circuits; NOTIFIER model # XP10-M.

M. Two Wire Detector Monitor Module

1. Addressable monitor modules shall be provided to connect one supervised IDC zone of conventional 2-wire smoke detectors or alarm initiating devices (any N.O. dry contact device); NOTIFIER model # FZM-1.

2. The IDC zone may be wired for Class A or B (Style D or Style B) operation. An LED shall be provided that shall flash under normal conditions, indicating that the monitor module is operational and in regular communication with the control panel.

Section 28 31 00 Page 16 Specification No. PG19-0018F

3. For multiple 2-wire smoke detector circuit monitoring a module shall be available that provides 6 Style B/Class A or 3 Style D/Class B input circuits; NOTIFIER model # XP6-MA.

N. Addressable Control Module

1. Addressable control modules shall be provided to supervise and control the operation of one conventional circuit of compatible Notification Appliances, 24 VDC powered, polarized audio/visual notification appliances; NOTIFIER model # FCM-1

2. The control module NAC may be wired for Style Z or Style Y (Class A/B) with a current rating of 2 Amps for Style Z and 3 Amps for Style Y;

3. Audio/visual power shall be provided by a separate supervised circuit from the main fire alarm control panel or from a supervised UL listed remote supply.

4. For multiple circuit control a module shall be available that provides 6 Style Y (Class B) or 3 Style Z (Class A) control circuits; NOTIFIER model # XP6-C.

O. Addressable Releasing Control Module

1. An addressable FlashScan releasing module shall be available to supervise and control compatible releasing agent solenoids; NOTIFIER model # FCM-1-REL.

2. The module shall operate on a redundant protocol for added protection.

3. The module shall be configurable for Style Z or Style Y (Class A/B) and support one 24 volt or two 12 volt solenoids.

P. Addressable Relay Module:

1. Addressable Relay Modules shall be available for HVAC control and other network building functions; NOTIFIER model # FRM-1.

2. The module shall provide two form C relays rated at up to 3 Amps resistive and up to 2.0 Amps inductive.

3. The relay coil shall be magnetically latched to reduce wiring connection requirements, and to insure that 100% of all auxiliary devices energize at the same time on the same pair of wires.

4. For multiple relay control a module shall be available that provides 6 programmable Form-C relays; NOTIFIER model # XP6-R.

Q. Addressable Two-In / Two-Out Monitor/Relay Module:

1. An addressable Two-In / Two-Out module shall be available; NOTIFIER model # FDRM-1.

2. The two-in/two-out module shall provide two Class B/Style B dry-contact input circuits and two independent Form-C relays rated at up to 3 Amps resistive and up to 2.0 Amps inductive.

R. Isolator Module: Isolator modules shall be provided to automatically isolate wire-to-wire short circuits on an SLC Class A or Class B branch. The isolator module shall limit the number of modules or detectors that may be rendered inoperative by a short circuit fault on the SLC loop segment or branch. At least one isolator module shall be provided for each floor or protected zone of the building; NOTIFIER model # ISO-X.

1. If a wire-to-wire short occurs, the isolator module shall automatically open-circuit (disconnect) the SLC. When the short circuit condition is corrected, the isolator module shall automatically reconnect the isolated section.

Section 28 31 00 Page 17 Specification No. PG19-0018F

2. The isolator module shall not require address-setting, and its operations shall be totally automatic. It shall not be necessary to replace or reset an isolator module after its normal operation.

3. The isolator module shall provide a single LED that shall flash to indicate that the isolator is operational and shall illuminate steadily to indicate that a short circuit condition has been detected and isolated.

S. Voice Evacuation Control Panel

1. The Voice Evacuation Control Panel shall be a NOTIFIER FirstCommand NFC-50/100 and shall contain a microprocessor-based Central Processing Unit (CPU). The CPU shall distribute and control emergency voice messages over the speaker circuits.

2. The Voice Evacuation Control Panel shall be UL 864 listed (Fire Protective Signaling), UL 2572 listed (Mass Notification), ULC listed and Compliant with Unified Facilities Criteria UFC 4-021-01.

3. The system shall provide the capability to interface to distributed voice evacuation control panels from the same manufacturer.

4. The Voice Evacuation Control Panel shall be activated by the Fire Alarm Control Panel via a direct serial connection allowing the Fire Alarm Control panel to control speaker circuit(s) and message activation.

5. Shall have as minimum requirements:

a. Integral 50 Watt, 25 Vrms audio amplifier with optional converter for 70.7-volt systems. The main system shall be capable of expansion to 100 watts total via the insertion of an additional 50 watt audio amplifier module into the same cabinet.

b. Speaker circuit that can be wired both Class A and / or B.

6. Integral Digital Message Generator with a memory capacity for up to fourteen messages, each message shall be up 60 seconds long. These messages shall field programmable without the use of additional equipment.

7. Built in alert tone generators with steady, slow whoop, high/low and chime tone field programmable.

8. The Voice Control Panel will be capable of detecting and annunciating the following conditions: Loss of Power (AC and DC), System Trouble, Ground Fault, Alarm, Microphone Trouble, Message Generator Trouble, Tone Generator Trouble, and Amplifier Fault.

9. The Voice Control Panel shall be fully supervised including microphone, amplifier output, message generator, speaker wiring, and tone generation.

10. Speaker outputs shall be fully power-limited.

11. Amplifiers will be supplied power independently to eliminate a short on one circuit from affecting other circuits.

12. The Voice Control Panel will provide full supervision on both active (alarm or music) and standby conditions.

13. Optional distributed amplifier units shall be available to increase total system capacity to up to 24 speaker circuits and up to 1,100 watts of power.

T. SpectrAlert Advance Speakers

Section 28 31 00 Page 18 Specification No. PG19-0018F

1. The Speaker appliance shall be System Sensor SpectrAlert Advance model ______ Speaker. The speaker shall be listed to UL 1480 for Fire Protective Signaling Systems. It shall be a dual-voltage transformer speaker capable of operation at 25.0 or 70.7 nominal Vrms. The speaker shall have a frequency range of 400 to 4,000 Hz and shall have an operating temperature between 32°F and 120°F. It shall mount to a 4 x 4 x 2 1/8-inch back box.

2. A universal mounting plate shall be used for mounting ceiling and wall speaker products. The notification appliance circuit and amplifier wiring shall terminate at the universal mounting plate.

3. Speakers shall be plug-in and shall have the ability to check wiring continuity via a shorting spring on the universal mounting plate. The shorting spring shall also provide tamper resistance via an open circuit if the device is removed. Speaker design shall isolate speaker components to reduce ground fault incidents.

4. The speaker shall have power taps (from ¼ watt to 2 watts) and voltage that are selected by rotary switches. All models shall have a maximum sound output of 86 dB at 10 feet and shall incorporate an open back construction.

5. All notification appliances shall be backward compatible.

Ceiling Speaker Wall Speaker

U. SpectrAlert Advance Speaker Strobes

1. The Speaker Strobe appliance shall be System Sensor SpectrAlert Advance model ______ Speaker Strobe. The speaker strobe shall be listed to UL 1971 and UL 1480 and be approved for fire protective signaling systems. It shall be a dual-voltage transformer speaker strobe capable of operation at 25.0 or 70.7 nominal Vrms. The speaker shall have a frequency range of 400 to 4,000 Hz and shall have an operating temperature between 32°F and 120°F. It shall mount to a 4 x 4 x 2 1/8-inch back box.

2. A universal mounting plate shall be used for mounting ceiling and wall speaker strobe products. The notification appliance circuit and amplifier wiring shall terminate at the universal mounting plate. Also, SpectrAlert Advance speaker strobes and the Sync•Circuit™ Module MDL3 accessory, if used, shall be powered from a non-coded notification appliance circuit output and shall operate on a nominal 12 or 24 volts (includes fire alarm panels with built in sync). When used with the Sync•Circuit Module MDL3, 12-volt rated notification appliance circuit outputs shall operate

Section 28 31 00 Page 19 Specification No. PG19-0018F

between 8.5 and 17.5 volts; 24-volt rated notification appliance circuit outputs shall operate between 16.5 to 33 volts. If the notification appliances are not UL 9th edition listed with the corresponding panel or power supply being used, then refer to the compatibility listing of the panel to determine maximum devices on a circuit.

3. Speaker strobes shall be plug-in and shall have the ability to check wiring continuity via a shorting spring on the universal mounting plate. The shorting spring shall also provide tamper resistance via an open circuit if the device is removed. Speaker strobe design shall isolate speaker components to reduce ground fault incidents.

4. The speaker strobe shall have power taps (from ¼ watt to 2 watts) and voltage that are selected by rotary switches. All models shall have a maximum sound output of 86 dB at 10 feet and shall incorporate an open back construction. The strobe shall consist of a xenon flash tube with associated lens/reflector system and operate on either 12V or 24V. The strobe shall also feature selectable candela output, providing options for 15 or 15/75 candela when operating on 12V and 15, 15/75, 30, 75, 110, or 115 when operating on 24V. The strobe shall comply with NFPA 72 and the Americans with Disabilities Act requirement for visible signaling appliances, flashing at 1 Hz over the strobe’s entire operating voltage range.

Section 28 31 00 Page 20 Specification No. PG19-0018F

5. All notification appliances shall be backward compatible.

Ceiling Speaker Strobe Wall Speaker Strobe

6. Strobe lights shall meet the requirements of the ADA, UL Standard 1971and be fully synchronized.

PART 3.0 – EXECUTION

3.1 INSTALLATION

A. Installation shall be in accordance with the NEC, NFPA 72, local and state codes, as shown on the drawings, and as recommended by the major equipment manufacturer.

B. All conduit, junction boxes, conduit supports and hangers shall be concealed in finished areas and may be exposed in unfinished areas. Smoke detectors shall not be installed prior to the system programming and test period. If construction is ongoing during this period, measures shall be taken to protect smoke detectors from contamination and physical damage.

C. All fire detection and alarm system devices, control panels and remote annunciators shall be flush mounted when located in finished areas and may be surface mounted when located in unfinished areas.

D. Manual fire alarm boxes shall be suitable for surface mounting or semi-flush mounting as shown on the plans, and shall be installed not less than 42 inches (1067 mm), nor more than 48 inches (122 mm) above the finished floor.

3.2 TEST

The service of a competent, factory-trained engineer or technician authorized by the manufacturer of the fire alarm equipment shall be provided to technically supervise and participate during all of the adjustments and tests for the system. All testing shall be in accordance with NFPA 72. A. Before energizing the cables and wires, check for correct connections and test for

short circuits, ground faults, continuity, and insulation.

B. Close each sprinkler system flow valve and verify proper supervisory alarm at the FACP.

C. Verify activation of all waterflow switches.

D. Open initiating device circuits and verify that the trouble signal actuates.

Section 28 31 00 Page 21 Specification No. PG19-0018F

E. Open and short signaling line circuits and verify that the trouble signal actuates.

F. Open and short notification appliance circuits and verify that trouble signal actuates.

G. Ground all circuits and verify response of trouble signals.

H. Check presence and audibility of tone at all alarm notification devices.

I. Check installation, supervision, and operation of all intelligent smoke detectors using the walk test.

J. Each of the alarm conditions that the system is required to detect should be introduced on the system. Verify the proper receipt and the proper processing of the signal at the FACP and the correct activation of the control points.

K. When the system is equipped with optional features, the manufacturer's manual shall be consulted to determine the proper testing procedures. This is intended to address such items as verifying controls performed by individually addressed or grouped devices, sensitivity monitoring, verification functionality and similar.

L. When the system is equipped with a Voice Evacuation Control panel, the manufacturer's manual shall be consulted to determine the proper testing procedures. This is intended to address such items as verifying voice messages.

3.3 FINAL INSPECTION

A. At the final inspection, a factory-trained representative of the manufacturer of the major equipment shall demonstrate that the system functions properly in every respect.

3.4 INSTRUCTION

A. Instruction shall be provided as required for operating the system. Hands-on demonstrations of the operation of all system components and the entire system including program changes and functions shall be provided.

a. At a minimum, Contractor shall include four (4) hours of onsite training at each site location. The training shall include, but not limited to, equipment overview, simulated panel training, and other necessary information related to fire control system.

B. The contractor and/or the systems manufacturer's representatives shall provide a typewritten "Sequence of Operation."

END OF SECTION

APPENDIX A

Anticipated Schedule

for Modernizing

Elevators

APPENDIX B

Location Maps with

Driving Directions and

Building Elevator

Location Sketch

HCroston
Text Box
Map 1 - Tacoma Public Utilities

Nisqually H

ydroelectric Project, FERC

No. 1862

D-6

August 2019

HCroston
Rectangle
HCroston
Text Box
Map 2

Cow

litz Hydroelectric Project, FER

C N

o. 2016D

-6August 2019

rmartin
Sticky Note
Marked set by rmartin
rmartin
Sticky Note
Marked set by rmartin
rmartin
Sticky Note
Marked set by rmartin
HCroston
Rectangle
HCroston
Text Box
Map 3

Cushman Hydroelectric Project, FERC No. 460 D-6 November 2016 UpdateAugust 2019

HCroston
Text Box
Map 4

11/9/2019 WYNOOCHEE.jpg (2200×1700)

cityshare/teams/PWR/Gen/PublishingImages/WYNOOCHEE.jpg 1/2

HCroston
Text Box
Directions from Cushman: Continue to US-101 S for .1 miles. Continue on US 101 S, take W Shelton Matlock Rd to Matlock-Deckerville Road for 23 miles. Take W Deckerville Rd and Boundary Rd to 73700/Cougar Smith Rd in Grays Harbor County for 9 miles, Follow Cougar Smith Road to Wynoochee Valley Road for 21.4 miles. Turn right onto Wynoochee Valley Road.
HCroston
Rectangle
HCroston
Text Box
Map 5
HCroston
Rectangle

Cushman Substation – 3713 N 19th Street, Tacoma WA 98406

HCroston
Text Box
Map 6