TACOMA POWER TRANSMISSION & DISTRIBUTION REQUEST...

79
Form No. SPEC-010C TACOMA POWER TRANSMISSION & DISTRIBUTION REQUEST FOR BIDS 15KV 600A SUBMERSIBLE SWITCHGEAR SPECIFICATION NO. PT14-0695F

Transcript of TACOMA POWER TRANSMISSION & DISTRIBUTION REQUEST...

Form No. SPEC-010C

TACOMA POWER

TRANSMISSION & DISTRIBUTION

REQUEST FOR BIDS

15KV 600A SUBMERSIBLE SWITCHGEAR

SPECIFICATION NO. PT14-0695F

CITY OF TACOMA

SPECIFICATIONS

FOR

NO. PT14-0695F

15kV 600A Submersible Switchgear _________________________________________________________________________

TACOMA PUBLIC UTILITIES, LIGHT DIVISION d.b.a. TACOMA POWER.

William A. Gaines Theodore C. Coates Director of Utilities/CEO Power Superintendent/COO

Date: 11:00 a.m. Tuesday, December 23, 2014

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

“15kV 600A Submersible Switchgear”

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

TABLE OF CONTENTS

TABLE OF CONTENTS SUBMITTAL CHECKLIST SUBMITTAL INSTRUCTIONS SIGNATURE PAGE PROPOSAL PRICING SHEET PROPOSAL SHEET CONTINUED PROPOSAL ITEMS ELECTRICAL PERFORMANCE PROPOSAL ITEMS PHYSICAL CHARACTERISTICS ITEMS DESCRIPTION OF TANK MOUNTED SWITCH ACCESSORIES PROPOSAL – CONDITIONS SHEET PROPOSAL – VENDOR QUALIFICATION REFERENCES DATA SHEET SUB-VENDOR DATA SHEET CITY OF TACOMA STANDARD TERMS AND CONDITIONS

SECTION 1 – SOLICITATION

1.01 DELIVERY OF SUBMITTALS TO THE CITY’S PURCHASING DIVISION 1.02 WITHDRAWAL OF SUBMITTALS 1.03 SUBMITTAL IS NON-COLLUSIVE 1.04 OPENING AND ACCEPTANCE OF SUBMITTALS 1.05 RIGHT TO REJECT 1.06 EVALUATION OF SUBMITTALS 1.07 COMPLETION OF CITY FORMS 1.08 CORRECTION OF AMBIGUITIES AND OBVIOUS ERRORS 1.09 CLARIFICATION OF SPECIFICATION 1.10 ALTERATIONS NOT ALLOWED 1.11 INSERTION OF MATERIAL CONFLICTING WITH SPECIFICATIONS 1.12 FIRM PRICES/ESCALATION 1.13 SHIPPING 1.14 LEGAL HOLIDAYS 1.15 TAXES 1.16 WASHINGTON BUSINESS LICENSE REQUIREMENT 1.17 PUBLIC DISCLOSURE 1.18 PROPRIETARY OR CONFIDENTIAL DESIGN INFORMATION 1.19 TITLE VI OF THE CIVIL RIGHTS ACT OF 1964 1.20 LEGAL DISPUTES 1.21 PURCHASE ORDER TERMS AND CONDITIONS 1.22 RESPONDENT'S REFUSAL TO ENTER INTO CONTRACT 1.23 AWARD 1.24 FINAL AWARD DETERMINATION

Page 1 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

SECTION 2 – SUPPLIES

2.01 SUPPLIER 2.02 ENTIRE AGREEMENT 2.03 APPROVED EQUALS 2.04 PRICE, RISK OF LOSS, DELIVERY 2.05 PACKING SLIPS, SHIPPING NOTICES AND INVOICES 2.06 PAYMENT TERMS 2.07 INCREASE OR DECREASE IN QUANTITIES 2.08 EXTENSION OF CONTRACT 2.09 ADDITIONAL CITY CONTRACTS 2.10 COMPARATIVE PRICING 2.11 CHANGES 2.12 COOPERATIVE PURCHASING 2.13 WARRANTIES/GUARANTEE 2.14 PATENTS, TRADEMARKS AND COPYRIGHTS 2.15 DEFAULT 2.16 TAXES, LICENSES, PERMITS 2.17 FEDERAL, STATE AND MUNICIPAL LAWS AND REGULATIONS 2.18 HISTORICALLY UNDER-UTILIZED BUSINESSES (HUB) PROGRAM AND EQUAL

OPPORTUNITY 2.19 NONDISCRIMINATION 2.20 PREVAILING WAGES PAID – IF REQUIRED 2.21 CONFLICT OF INTEREST 2.22 RIGHT TO AUDIT 2.23 TERMINATION 2.24 INDEMNIFICATION – HOLD HARMLESS 2.25 PUBLIC DISCLOSURE 2.26 DISPUTE RESOLUTION 2.27 GOVERNING LAW AND VENUE 2.28 ASSIGNMENT 2.29 WAIVER 2.30 SEVERABILITY AND SURVIVAL 2.31 CONFLICT WITH CONTRACT

SECTION III – SPECIAL PROVISIONS 3.01 - SCOPE OF BID

3.01.1 - PURPOSE 3.01.1A - AWARD OF CONTRACT

3.01.2 - DEFINITIONS 3.01.3 - QUALIFICATIONS

3.01.3A - REFERENCES 3.01.3A.1 - CHANGE OF OWNERSHIP 3.01.3A.2 - DEFINITION OF REFERENCED UTILITIES

3.01.3B - RESPONDENTS ORIGINATING FROM OUTSIDE THE UNITED STATES 3.01.3C – MANUFACTURER REPRESENTATION

3.01.4 - SUB-VENDORS 3.02 - CONTACT PERSON

3.02.1 – BID INQUIRIES 3.03 - PREBID CONFERENCE 3.04 - POST-AWARD MEETING 3.05 - CONTRACT PERIOD

3.05.1 - CONTRACT PERIOD 3.05.2 - CONTRACT EXTENSIONS 3.05.3 - AWARD DATE OF CONTRACT 3.05.4 - CANCELLATION OF CONTRACT

3.06 - PRICING AND PURCHASE ORDERS 3.06.1 - PRICES QUOTED 3.06.2 - FREIGHT ALLOWANCES

Page 2 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

3.06.3 - QUANTITIES AND PURCHASE ORDERS 3.06.3A - WORKING DAYS

3.06.4 - ANNUAL PRICING ADJUSTMENT 3.06.4A – FIRST ADJUSTMENT AFTER AWARD 3.06.4B - APPLICATION

3.06.5 - PROMOTIONAL PRICING 3.07 - PERFORMANCE BOND/BID BOND 3.08 - PROPOSAL

3.08.1 - RESPONDENT REQUIREMENTS 3.08.1A - SIGNATURE PAGE

3.08.2 - COPIES 3.08.3 - ALTERNATE BIDS

3.08.3A - ALTERNATE BID PROPOSALS 3.08.3B – ALTERNATE MATERIALS 3.08.3C - ALTERNATE EVALUATION

3.08.4 - RESPONDENT’S RESPONSIBILITIES FOR TERMS AND CONDITIONS 3.08.4A - INDEMNIFICATION CLAUSE – ALLOWED MODIFICATION

3.08.5 - ENGLISH LANGUAGE REQUIREMENTS 3.08.6 – COSTS TO PREPARE SUBMITTAL 3.08.7 – SUBMITTAL CLARIFICATION 3.08.8 – CONTRACT OBLIGATION / ACCEPTANCE OF SUBMITTAL CONTENTS 3.08.9 – CONFIDENTIAL OR PROPRIETARY INFORMATION 3.08.10 – EXPANSION CLAUSE

3.09 - ITEMS TO BE INCLUDED WITH BID 3.09.1 –REQUIRED MANUALS AND DOCUMENTS 3.09.2 - FACTORY TEST DATA

3.09.2A- QUALITY CONTROL TESTS 3.09.2B – LACK OF TANK LEAKS

3.09.2B.1 – TEST METHOD 3.09.3 - DRAWINGS

3.09.3A – REQUIRED VIEWS 3.09.4 - MANUFACTURER’S QC POLICY

3.11 - MATERIALS, DESIGN, WORKMANSHIP, AND TRADE NAMES 3.11.1 - MANUFACTURING REQUIREMENTS

3.12 - APPROVED EQUAL 3.12.1 - DETERMINATION OF EQUALITY

3.12.1A - REQUIRED MATERIALS 3.13 - EVALUATION & AWARD

3.13.1 - AWARD OF CONTRACT 3.13.1A - PRICING CONDITIONS OF SPECIAL SECTION 3.06.4

3.13.2 - EVALUATION CRITERIA 3.13.2A- OTHER ELEMENTS

3.14 - DELIVERY DATE 3.14.1 - NOTIFICATION

3.14.1A - DELAYS BEYOND THE CONTROL OF THE SUPPLIER 3.15 - LIQUIDATED DAMAGES

3.15.1 - LIQUIDATED DAMAGES 3.15.2 - PAYMENT OF LIQUIDATED DAMAGES 3.15.3 - CLAIMS BY THE CITY 3.15.4 - FORCE MAJEURE

3.15.4A - TERMINATION OF CONTRACT 3.15.4B - CONTRACT EXTENSION 3.15.4C - DUE DILIGENCE

3.16 - PACKING AND SHIPPING 3.16.1 - LABELING 3.16.2 – SHIPPING REQUIREMENTS

3.16.2A – BALANCED LIFT 3.16.2B – CRATE CONSTRUCTION

3.16.2B.1 – OUTDOOR STORAGE 3.16.2B.2 – GROUND CLEARANCE 3.16.2B.3 - PROTRUSIONS

3.16.2C – COMPONENTS IN CRATE 3.16.2C.1 – SECURING COMPONENTS 3.16.2C.2 - WEATHERPROOFING

Page 3 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

3.16.2C.3 – UNPROTECTED CARDBOARD 3.16.2D - SUBCONTRATOR (SHIPPING COMPANY) 3.16.2E - INTERNAL POSITIVE PRESSURE 3.16.2F - ADDITIONAL REQUIREMENTS

3.16.3 – SHIPPING NOTICE 3.17 - DELIVERY

3.17.1 - DELIVERY TIME 3.17.2 - DELIVERY LOCATION

3.17.2A - ALTERNATE DELIVERY LOCATIONS 3.17.3 – TEST REPORTS

3.18 - INSPECTION & WARRANTY 3.18.1 - FAILURE OF INSPECTION 3.18.2 - FACTORY INSPECTION

3.18.2A - QUALITY ASSURANCE AUDITS 3.18.2B - QUALITY ASSURANCE DOCUMENTATION 3.18.2C- FACTORY ASSISTANCE DURING INSPECTION

3.18.3 - WARRANTY 3.18.3A - WARRANTY PERIOD EXTENSION 3.18.3B - WARRANTY WORK 3.18.3C - RETURN TIME FRAME

3.19 - INVOICES & PAYMENT 3.19.1 - INVOICES 3.19.2 – PAYMENT

3.19.2A - UNSATISFACTORY PERFORMANCE 3.20 - COOPERATIVE PURCHASES

SECTION IV - TECHNICAL PROVISIONS

4.00 - SCOPE 4.01 - SERVICE CONDITIONS

4.01.1 – IEEE CONDITIONS 4.01.2 – CONFLICTS 4.01.3 – AMBIENT TEMPERATURE RANGE 4.01.4 – DESCRIPTION OF INSTALLATION ENVIRONMENT 4.01.5 – INSTALLATION ORIENTATION 4.01.6 - STANDARDS

4.02 – RATINGS FOR SWITCHES ON THE SWITCHED WAYS 4.03 – RATINGS FOR VACUUM INTERRUPTERS ON THE PROTECTED WAYS 4.04 - TANK

4.04.1 – MAXIMUM DIMENSIONS 4.04.2 – MATERIAL

4.04.2A – WELDED CONSTRUCTION 4.04.2B – DISALLOWED CONSTRUCTION METHODS

4.04.3 – LIFTING EYES 4.04.3A – POSITION OF LIFTING EYES

4.04.3A.1 – TANK LEAKS 4.04.3B - RATINGS

4.04.4 – PRESSURE WITHSTAND REQUIREMENTS 4.04.4A – INTERNAL PRESSURE 4.04.4B – EXTERNAL PRESSURE

4.04.5 – DEFLECTION LIMITS 4.04.5A – TANK INTEGRITY

4.04.6 – COLOR 4.04.7 – GASKETED SURFACES 4.04.8 – FITTINGS 4.04.9 – EXTERIOR HARDWARE

4.04.9A – SILICON BRONZE NUTS 4.04.10 – GROUNDING PROVISIONS

4.04.10A – DESCRIPTION 4.04.10B – PROTECTION

4.04.11 – HIGH VOLTAGE BUSHINGS 4.04.12 – PARKING STANDS

4.04.12A - DIMENSIONS 4.04.12B – LOCATION

Page 4 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.04.12C – INTERFERENCE WITH CABLES ON ADJACENT WAYS 4.04.12D - TANK REINFORCEMENT

4.04.13 – MAINTENANCE FREE 4.05 – MOUNTING FRAME

4.05.1 – DIMENSIONS 4.05.1A – MINIMUM HEIGHT 4.05.1B – MAXIMUM HEIGHT

4.05.2 – TYPE 4.05.3 – ACCEPTABLE MATERIALS 4.05.4 – STRENGTH RATING 4.05.5 – ANCHORING PROVISIONS 4.05.6 – CABLE TRAINING DEVICE

4.06 – ACCESSORIES 4.06.1 – LOCAL GAS PRESSURE GAUGE

4.06.1A – TEMPERATURE RANGE 4.06.1B – GAUGE FACE PLATE 4.06.1C – COLOR 4.06.1D – VIEWING OBSTRUCTIONS

4.06.2 – REMOTE GAS PRESSURE INDICATOR 4.06.2A – AUXILIARY CONTACTS

4.06.3 – FILL VALVE 4.06.3A – OBSTRUCTIONS

4.06.4 - VIEWING WINDOWS 4.06.4A – SWITCHED WAYS 4.06.4B – PROTECTED WAYS 4.06.4C – OBSTRUCTIONS

4.06.5 – TANK PENETRATIONS 4.06.5A – DISALLOWED METHODS 4.06.5B – DESCRIPTIONS

4.06.6 – CONTROL WIRING 4.06.7 - POTENTIAL SENSORS

4.06.7A – ACCURACY OF SENSORS 4.06.7B – DISALLOWED SENSORS

4.06.8 – TERMINATIONS 4.06.8A – SWITCHED WAYS 4.06.8B – PROTECTED WAYS 4.06.8C – TERMINATION RESTRAINT 4.06.8D – INTERNAL CONNECTIONS

4.06.9 – MOTOR OPERATORS 4.06.9A – HOUSINGS 4.06.9B – OPERATION SPEED 4.06.9C – OPERATION COUNTER

4.07 - LOAD SWITCHES 4.07.1 - DEFINITION 4.07.2 – MAIN CONTACTS

4.07.2A – OPENING AND CLOSING GAS DIRECTION 4.07.2B – MINIMUM CONTACT TRAVEL 4.07.2C – MINIMUM GAP BIL 4.07.2D – QUICK-MAKE AND QUICK-BREAK 4.07.2E – LATCHES 4.07.2F – ARCING PROVISIONS 4.07.2G – RETARDING FRICTION

4.07.3 – CONTACT SPEED DURING OPERATION 4.07.4 – FAULT CLOSE RATINGS 4.07.5 – VISIBLE BREAK 4.07.6 – IDENTIFICATION 4.07.7 – ALTERNATE

4.08 – VACUUM FAULT INTERRUPTERS 4.08.1 - DEFINITION 4.08.2 – LOAD RATING 4.08.3 – TYPE OF TRIP OPERATION 4.08.4 – TRIP FREE 4.08.5 – CONTACT POSITION MONITORING 4.08.6 – POSITION INDICATOR 4.08.7 – INTERRUPTING SPEED

Page 5 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.08.8 – PLACEMENT 4.09 – SWITCH DIELECTRIC

4.09.1 – DEFINITION 4.09.2 – TYPE

4.09.2A – MAXIMUM CONTAMINANTS 4.09.2B – PHYSICAL PROPERTIES

4.09.3 – MOISTURE FREE 4.10 – SCADA COMMUNICATION REQUIRED EQUIPMENT

4.10.1 – DESCRIPTION OF COMMUNICATION FORMAT 4.11 - CONTROL(S) FOR THE PROTECTED WAYS

4.11.1 - DESCRIPTION 4.11.2 – POWERED METHOD OF THE PROTECTED WAYS 4.11.3 – SENSED QUANTITIES

4.11.3A – GROUND FAULT PROTECTION 4.11.4 – TRIP RANGE

4.11.4A – DEFAULT SETTING 4.11.5 – REQUIRED TCC’S

4.11.5A – REQUIRED CURVES 4.11.5B – DEFAULT SETTINGS

4.11.6 - TEMPERATURE RANGE 4.11.7 – CHARGING TIME 4.11.8 – MOISTURE PROTECTION 4.11.9 – ENCLOSURE 4.11.10 – CONTROL CABLES 4.11.11 - THREE PHASE TRIPPING

4.11.11A – FACTORY DEFAULT 4.11.12- PROVISION FOR TEST SWITCHES

4.11.12A – GENERAL FUNCTIONS OF TEST SWITCHES 4.11.12B– SPECIFIC FUNCTIONS OF TEST SWITCHES

4.11.12B.1 – TEST SWITCHES FOR THE PROTECTED WAYS 4.11.12C– PHYSICAL LOCATION AND LABELING OF TEST SWITCHES

4.11.13- TRIP CONTROLLER INTERFERENCE IMMUNITY 4.11.14- ELECTRONIC RELAY SCADA OUTPUTS

4.12 – CONTROLS FOR THE SWITCHED WAYS 4.12.1 - DESCRIPTION

4.12.1A – QUANTITY 4.12.2 – CONTROL POWER

4.12.2A – DISALLOWED TYPES 4.12.3 – BACK-UP CONTROL POWER

4.12.3A – APPROVED TYPE 4.12.3B – DISALLOWED TYPES 4.12.3C – TIME CAPACITY OF BACK-UP CONTROL POWER 4.12.3D – OPERATION CAPACITY OF BACK-UP CONTROL POWER

4.12.4 – AUTOMATIC TRANSFER FUNCTIONALLITY 4.12.4A – TRANSFER TIME START AND END DEFINITIONS 4.12.4B – TYPES OF TRANSFER OPERATION 4.12.4C – MAXIMUM TRANSFER TIME

4.12.5 – CONTROLLER FUNCTIONAL REQUIREMENTS OF SCADA 4.12.5A – AUTOMATIC TRANSFER CONTROLLER OUTPUTS 4.12.5B – AUTOMATIC TRANSFER CONTROLLER REMOTE CONTROL INPUTS 4.12.5C- AUTOMATIC TRANSFER CONTROLLER TEST SWITCHES

4.12.6 – OPERATIONAL CONTROLS 4.12.7 – TEMPERATURE RANGE 4.12.8 – MOISTURE PROTECTION 4.12.9 – ENCLOSURE 4.12.10 – CONTROL CABLES 4.12.11 – LOCAL / REMOTE SWITCH 4.12.12 – TRANSFER TIMERS

4.12.12A – INITIAL TRANSFER TIME DEFINITION 4.12.12B – RETURN TRANSFER TIMER DEFINITION

4.12.13 – SELECTION OF PREFERRED SOURCE 4.12.13A – NO PREFERENCE OPTION

4.12.14 – STATUS INDICATION 4.12.14A – ALLOWED INDICATOR TYPES 4.12.14B – DISALLOWED LIGHT TYPES

Page 6 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.12.15 – ONE LINE INDICATING DIAGRAM 4.12.15A – REAL TIME

4.12.16 – CONTROLS FOR MANUAL OPERATION 4.12.17 – TEST PROVISIONS

4.12.17A – TYPES OF TESTS 4.12.18 – ADEQUATE ALTERNATE SOURCE 4.12.19 – LOW GAS OPERATION INHIBIT 4.12.20 – AUTOMATIC TRANSFER CONTROLLER INTERFERENCE IMMUNITY 4.12.21 – AUTOMATIC TRANSFER CONTROLLER POWER SUPPLY

4.13 - MATERIALS 4.13.1 - CURRENT CARRYING PARTS 4.13.2 - HARDWARE 4.13.3 - STEEL COMPONENTS

4.14 - MANUAL OPERATING MECHANISMS FOR THE 12.5KV SWITCHED WAYS 4.14.1 - DESCRIPTION

4.14.1A - EFFORT REQUIRED 4.14.1B - SMOOTH OPERATION 4.14.1C - DISTORTION FREE FORCE TRANSMITTAL

4.14.2 - OPERATING HANDLE 4.14.2A - LOCATION 4.14.2B - LOCKING PROVISIONS

4.14.3 – USER IDENTIFICATION PLATE 4.15 - NAMEPLATE

4.15.1 - BASIC SWITCH INFORMATION 4.15.2 – FAULT INTERRUPTER INFORMATION

4.16 - DATA REQUIRED FOR EACH SWITCH SHIPPED 4.17 - MANUFACTURER'S TESTS

4.17.1 – QC TESTS 4.17.1A - NUMBER OF COPIES 4.17.1B – SWITCHED WAYS 4.17.1C – PROTECTED WAYS

4.17.2 – LEAK TESTS 4.17.2A – CONDITIONS OF LEAK TEST 4.17.2B – MAXIMUM LEAK RATE 4.17.2C – NUMBER OF COPIES

APPENDIX “A” - PRODUCER PRICE INDEX SERIES #335313335313

Page 7 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

SUBMITTAL CHECKLIST

This checklist identifies items to be included with your submittal. Any submittal received without these required items may be deemed non-responsive and may not be considered for award. Please do not include the entire specification document with your submittal.

Submittals must be received by the City of Tacoma Purchasing Division by the date and time specified in the Request for Bids page at the front of this Specification or subsequent addenda.

Respondents are encouraged to use recycled/recyclable products and both sides of paper for printed and photocopied materials, wherever possible.

The following items, in this order, make up your submittal package:

1 One original and one copy of your complete submittal package (with original and copy clearly identified). Alternate proposals shall be submitted as separate bids and labeled as such per Section 3.08.3.

2

Signature Page (Page 11) with ink signature, including acknowledgement of any addenda.

This form is intended to serve as page 1 of your submittal. Do not alter it in any way or add to letterhead paper or present cover letters or blank pages ahead of it.

3 Proposal Pages (Pages 12 - 20)

4

Supplemental Information: (Pages 40 – 41) > Manuals and Documents (Section 3.09.1) > Factory Test Data (Section 3.09.2) > Drawings (Section 3.09.3) > Manufacturer’s QC Policy (Section 3.09.4)

After award, the following documents will be issued:

Contract issued by City of Tacoma per Section 3.05.3 and 3.13.1

Page 8 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

SUBMITTAL INSTRUCTIONS PRE-SUBMITTAL QUESTIONS A. Questions and requests for clarification of these Specifications may be submitted in writing by

3:00 p.m., Pacific Time, December 18, 2014, via email addressed to the Purchasing contact below. Questions received after this date and time may not be answered.

1. Please indicate the specification number and title in the email subject line.

2. Present your questions in MS Word format or directly in the body of the email message. Ifapplicable, cross reference the specific section of the RFB.

3. Questions will not be accepted by telephone or fax.

4. Questions marked confidential will not be answered.

5. Individual answers will not be provided directly to Respondents.

6. The City reserves the discretion to group similar questions to provide a single answer or notto respond when the requested information is confidential.

7. The City will not be responsible for unsuccessful submittal of questions.

B. Written answers to all questions will be posted on the Purchasing website at www.TacomaPurchasing.org on or about December 19, 2014. Navigate to Contracting Opportunities / Supplies, and scroll to this RFB. A notice will not be posted with the Specification if no questions are received.

C. The answers are not typically considered an addendum.

D. To receive notice of the posted answers, you must register as “bid holder” for this solicitation.

Communication Addressee

For all questions regarding Specification PT14-0695F

Kim Kerner Senior Buyer [email protected] - email

REVISIONS TO SPECIFICATION A. All revisions to this specification will be in the form of written addenda, and no oral revision

should be relied upon for any purpose. In the event it becomes necessary to revise any part of this RFB, addenda will be issued to registered planholders and posted on the Purchasing website at www.TacomaPurchasing.org: Navigate to Current Contracting Opportunities / Supplies Solicitations, and scroll to this RFB. Failure to acknowledge addenda may result in a submittal being deemed non-responsive.

B. The information provided during the question and answer timeframe listed above is not typically considered an addendum.

Page 9 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

RESPONSIVENESS A. Respondents agree to provide a minimum of 60 days from the submittal deadline for

acceptance by the City.

B. Submittals will be reviewed by the City to determine compliance with the requirements and instructions specified in this RFB. The Respondent is specifically notified that failure to comply with any part of this RFB may result in rejection of the submittal as non-responsive. The City reserves the right, in its sole discretion, to waive irregularities deemed to be immaterial. The City also reserves the right to not award a contract or to issue a subsequent RFB.

C. The final selections, if any, will be that submittal which, after review and in the sole judgment of City, best meets the requirements set forth in this RFB.

Page 10 of 76

Addendum acknowledgement #1_____ #2_____ #3_____ #4_____ #5_____

THIS PAGE MUST BE SIGNED AND RETURNED WITH SUBMITTAL.

Form No. SPEC-080A Revised: 11/19/11

SIGNATURE PAGE

CITY OF TACOMA DEPARTMENT OF Insert Department 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 Building North, 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. PT14-0695F 15kV 600A Submersible Switchgear

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

Page 11 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

Bidder

PROPOSAL PRICING SHEET LISTED BELOW ARE THE INDEX VALUES THAT SHALL BE USED FOR THIS BID:

Item #

Description (Refer to Section 4 for Technical Details)

Tacoma Power MID #

Estimated Quantity 3-year

Unit Price* FOB

Destination (Firm for 1

year Section 3.06.4)

Extended price

(Qty x Unit)

1

Switch, 15kV, 600 Amp, Submersible, Style 9 configuration, with (2) switched ways and (2) 600 Amp vacuum interrupter protected ways. Switch (Item #1) shall include manual/auto-transfer controller as described below in line item #2.

53966 6 $ $

SUB-COMPONENT REPLACEMENT PARTS FOR LINE ITEM #1

Item #

Description (Refer to Section 4 for Technical Details)

Tacoma Power MID #

Estimated Quantity 3-year

Unit Price* FOB

Destination (Firm for 1

year Section 3.06.4)

Extended price

(Qty x Unit)

2

Controller only, for manual/auto-transfer capable operation of a 15kV, 600 Amp switch having two switched ways and two protected ways. To include the NEMA 4X controller enclosure with power supply, batteries, interface terminal strips and 20ft lengths of all required interfacing control cables to connect with switch item #1 above.

56197 3 $ $

*Bid prices to be offered at the escalated PPI Value specified at the top of the Proposal Pricing Sheet.

211.5 The value of the PPI Series ID PCU335313335313 to be used for calculation of the unit prices offered on the Proposal Pricing Sheet for bid items. At the time of award the unit price will be adjusted per Section 3.06.4A

199.5 The value of the PPI Series ID PCU335313335313 at the time of bid opening. For reference use only, bid prices to be offered at the escalated PPI value shown above.

Page 12 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

Bidder

PROPOSAL SHEET CONTINUED

Sub Total for Proposal $ Sales Tax @ 9.5%, Location Tax Collected: Tacoma, WA (Note Paragraph 1.15 of Standard Terms and Conditions) $ Total for All Items with Tax $

NOTES:

1. Bid Bond and Performance Bond requirements have been waived (Section 3.07). 2. Quantities listed on the Pricing Proposal Sheets are an estimate only. Actual

quantities will be according to purchase orders issued on an as-needed basis. 3. Price adjustments will be made annually (Section 3.06.4). 4. Product Data Sheets shall be included with the Bidder's submittal (Section 3.09). 5. All prices should be submitted as F.O.B. Destination, freight prepaid and allowed

(included in unit price). Does your firm accept payment by EFT/ACH? __Y ___N (Electronic Funds Transfer (EFT) by Automated Clearing House (ACH)) Does your firm accept payment by credit card (Visa)? ____Y ___N NOTE: The City of Tacoma will not accept price changes or pay additional fees when a credit card is used. Prompt Payment discount offered _____%, _____ days. Only discounts offered of 20 days or more will be considered for bid evaluation purposes. Bidder’s Statement of Guaranteed Delivery Time: Respondents are required to identify in the space below a delivery timeline to which they will commit. Purchase order delivery dates will reflect this timeline. (Refer to Special Provisions Section 3.14)

Is your firm registered with the City of Tacoma as a Small Business Enterprise (SME)? __Y ___N If yes, in what categories are you registered?

Page 13 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

Bidder

PROPOSAL ITEMS ELECTRICAL PERFORMANCE

Model # of Switch

Voltage Class k-Volts

Load-break Switch Positions (Reference to Section 4.02 for minimum requirements)

BIL Rating Volts

Continuous Current Rating Amps

Momentary Current Rating Amps

Three-Time Fault Close Rating Amps

One-Second Current Rating Amps

One-Minute AC Withstand Rating – Dry Volts

One-Minute AC Withstand Rating – Wet Volts

Maximum Load-Break Current Rating at Rated Voltage Amps

Load Break Operations at Full Nameplate Current Times

Mechanical Endurance Times

Voltage Class k-Volts

Vacuum Interrupters (Reference to Section 4.03 for minimum requirements)

BIL Rating Volts

Continuous Current Rating Amps

Symmetrical fault Interrupting Duty Rating Amps

One-Minute AC Withstand Rating – Dry Volts

One-Minute AC Withstand Rating – Wet Volts

Maximum Load-Break Current Rating at Rated Voltage Amps

Load Break Operations at Full Nameplate Current Times

Mechanical Endurance Times

Page 14 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

Bidder

PROPOSAL ITEMS PHYSICAL CHARACTERISTICS

(Refer to Section 4.04 for minimum/maximum requirements)

Item #1 Switch

Height (in) With External Features Removed In.

Complete & Installed In.

Depth (in) With External Features Removed In.

Complete & Installed In.

Length (in) With External Features Removed In.

Complete & Installed In.

Total Weight of Complete Switch Lbs.

Page 15 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

Bidder

ITEM DESCRIPTION OF TANK MOUNTED SWITCH ACCESSORIES (Refer to Section 4.06 for requirements)

Item #1 Switch

Manual operating handles for the protected ways

Motor operators for the switched ways

Tank gas pressure gauge

Gas fill valve

Contact viewing ports for the switched ways

600Amp, 12.5kv connecting bushings

Operation counters for switched ways

Control cables for the CTs, motor operators, voltage sensors, switch actuators, switch A&B contacts etc., relays and controllers

Controller for the switched ways

Protection relay to control/trip the protected ways

Page 16 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

Bidder

PROPOSAL – CONDITIONS SHEET

The City requires that Respondents determine the cost of compliance with the City’s terms and conditions, and include such costs into the unit prices of the items in the Respondent’s submittal. Unless a bid responds to the specification in all material respects, it is not a responsive bid.

1. Does your submittal make any restrictions or take any exceptions to the conditions or provisions outlined in this Specification?

YES

NO

Identify below all exceptions, restrictions, or conditions to the requirements of this Specification. Note that any such limitations may result in rejection of your submittal as non-responsive.

2. Do all items submitted per this Specification meet and/or exceed the requirements of the Technical Provisions (Section 4)?

YES

NO

Identify below any factors that do not meet the requirements of the Technical Provisions section of this Specification. Any submittal found to contain a deviation from the Technical Provisions that is not noted may be rejected. Alternate offers shall be submitted as a separate bid and identified per section 3.08.3.

Page 17 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

Bidder

PROPOSAL – VENDOR QUALIFICATION

1. State the number of years your firm has been manufacturing products

of a similar scope to those outlined in this Specification.

Years

2. Do you have in place a quality assurance program that conforms to

ISO 9001, ISO 9002, ANSI/ASQC Q91, ANSI/ASQC Q92 or equivalent?

YES

NO

List the standard used by your firm:

3. If your firm has a quality assurance program that conforms to one of

the above standards, is it third party certified? YES

NO

4. Can your firm provide manufacturer’s representation as

described in section 3.01.3C of this Specification?

YES

NO

Identify below the details of the support your firm intends to provide Tacoma Power during this contract. Include technical and sales support personnel and locations of the manufacturing/stocking facilities that will supply product. Additional sheets may be attached if more space is needed.

Page 18 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

Bidder

ENVIRONMENTALLY PREFERABLE PROCUREMENT

In accordance with the City's Sustainable Procurement Policy, it is the policy of the City of Tacoma to encourage the use of products or services that help to minimize the environmental and human health impacts of City operations. Respondents are encouraged to incorporate environmentally preferable products or services into their responses 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. The City of Tacoma encourages the use of sustainability practices and desires any awarded contractor(s) to assist in efforts to address such factors when feasible for:

Reduction of Pollutant releases Toxicity of materials used Waste generation Greenhouse gas emissions, including transportation of materials and services Recycle content Comprehensive energy conservation measures Waste manage reduction plans Potential impact on human health and the environment

Has your firm incorporated sustainability measures into its everyday business practices? ___Y ___N Please Describe:

Has your firm taken measures to minimize impacts to the environment in the delivery of goods and services? ___Y ___N Please Describe:

Page 19 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

REFERENCES DATA SHEET

(AS DESCRIBED IN SECTION 3.01.3A) Five (5) utility references over the past five years are the absolute minimum allowed

UTILITY NAME AND ADDRESS

YEAR PRODUCT

SOLD CONTACT NAME TELEPHONE

NUMBER

SUB-VENDOR DATA SHEET (AS DESCRIBED IN SECTION 3.01.4)

SUB-VENDOR

NAME AND ADDRESS

CONTACT NAME

TELEPHONE NUMBER

DESCRIPTION OF WORK PROVIDED

Page 20 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

The following paragraphs of the Standard Terms and Conditions (Section 1 and Section 2) have been referenced or modified within Section 3 – Special Provisions:

Standard Terms &

Conditions Description Special

Provisions Description

1.04 – Opening and Acceptance of submittals 3.06.1 – Prices Quoted

1.06 – Evaluation of Submittals 3.13 – Evaluation & Award

1.06.A – Evaluation Factors 3.01.3 – Qualifications

1.09 – Clarification of Specification 3.02.1 – Bid Inquires

1.23 – Award 3.01.1A – Award of Contract

2.03 – Approved Equals 3.12.1 – Determination of Equality

2.04B – Delivery 3.17.1 3.17.2

– Delivery Time – Delivery Location

2.05 – Packing Slips, Shipping Notices and Invoices

3.16.3 3.19.1

– Shipping Notices – Invoices

2.07 – Increase or Decrease in Quantities 3.06.3 – Quantities and Purchase Orders

2.12 – Cooperative Purchasing 3.20 – Cooperative Purchases

2.13 – Warranties/Guarantee 3.18.3 – Warranty

2.23 – Termination 3.05.4 – Cancellation of Contract

2.24 – Indemnification – Hold Harmless 3.08.4A – Indemnification Clause – Allowed Modification

Note that the provisions found in Section 3 and Section 4 will prevail over any conflicting provisions found in the Standard Terms and Conditions of this RFB.

Page 21 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

CITY OF TACOMA STANDARD TERMS AND CONDITIONS

SECTION 1 – SOLICITATION

Page 22 of 76

Section 1 – Solicitation, Form No. SPEC-190A Page 1 of 6 Rev.: 07/2/07, 08/27/07, 01/16/08, 03/7/08, 09/11/08, 01/19/09, 06/15/09, 01/6/11, 03/17/11, 10/03/11, 09/9/14

CITY OF TACOMA STANDARD TERMS AND CONDITIONS

SECTION 1 – SOLICITATION THE FOLLOWING TERMS AND CONDITIONS ARE PART OF THIS SPECIFICATION AND ARE BINDING ON ALL RESPONDENTS SUBMITTING RESPONSES TO REQUESTS FOR BIDS, PROPOSALS, QUALIFICATIONS AND INFORMATION.

1.01 DELIVERY OF SUBMITTALS TO THE CITY’S PURCHASING DIVISION

Submittal packages must be received by the City’s Purchasing Division, Tacoma Public Utilities Administration Building, Main Floor, 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; 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/

1.02 WITHDRAWAL OF SUBMITTALS

A. Prior to Submittal Deadline (Bid Opening)

Submittals may be withdrawn prior to the scheduled submittal deadline by providing written notice to the City’s Purchasing Division. The notice may be submitted in person or by mail; however, it must be received by the City’s Purchasing Division prior to the submittal deadline.

B. After Submittal Deadline

No submittal can be withdrawn after having been opened as set forth in the solicitation announcement, and before the actual award of the contract, unless the award is delayed more than 60 calendar days beyond the date of opening. If a delay of more than 60 calendar days does occur, the Respondent must submit written notice to the purchasing manager that Respondent is withdrawing its submittal.

1.03 SUBMITTAL IS NON-COLLUSIVE

The Respondent acknowledges that by its delivery of a submittal to the City in response to this solicitation it represents that the prices in such submittal are neither directly nor indirectly the result of any formal or informal agreement with another Respondent.

1.04 OPENING AND ACCEPTANCE OF SUBMITTALS

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.

All submittals must remain open for acceptance by the City for a period of at least 60 calendar days from the date of opening.

1.05 RIGHT TO REJECT

The City of Tacoma reserves the right to reject any and all submittals, waive minor deviations or informalities, and if necessary, call for new submittals.

A. Requests for Proposals (RFP)

By submitting a proposal in response to a City RFP, the Respondent acknowledges and consents to the below City rights and conditions. With regard to this procurement process, the City reserves, holds

Page 23 of 76

Section 1 – Solicitation, Form No. SPEC-190A Page 2 of 6 Rev.: 07/2/07, 08/27/07, 01/16/08, 03/7/08, 09/11/08, 01/19/09, 06/15/09, 01/6/11, 03/17/11, 10/03/11, 09/9/14

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 Respondents for any reason whatsoever.

2. To waive any defect, technicality, or any other minor informality or irregularity in any submittal, or any other response from Respondents.

3. To make minor or major changes or alterations to the evaluation, selection and/or performance schedule(s) for any events associated with this procurement process upon notice to the Respondents.

4. To supplement, amend or otherwise modify the RFP specifications, at any time upon prior notice to Respondents, including but not limited to modifications to the description of services and/or products contained in the RFP, by omitting services/products and/or including services/products not currently contemplated therein.

5. To request clarifications, additional information, and/or revised submittals from one or more Respondents.

6. To conduct investigations with respect to the qualifications and experience information for each Respondent included in a submittal and to request additional evidence to support any such information.

7. To eliminate any Respondent that submits an incomplete or inadequate response, or is non-responsive to the requirements of the RFP specifications, or is otherwise deemed to be unqualified during any stage of the procurement process.

8. To select and interview a single finalist or multiple finalists for the purpose of promoting the City’s evaluation of submittals provided in response to the RFP specifications. 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 respondents in connection with this RFP process.

9. To discontinue contract negotiations with a selected Respondent and commence such negotiations with another respondent, except as otherwise provided in Chap. 39.80, RCW.

10. To select and enter into a contract with one or more Respondents whose submittal best satisfies the interests of the City and is most responsive, in the sole judgment of the City, to the requirements of the RFP specifications.

11. To take any other action affecting the RFP specifications or the procurement process that is determined to be in the City’s best interests.

12. In the event the City receives questions concerning RFP specifications from one or more Respondents prior to the deadline for response, the City reserves the right to provide such questions, and the City’s responses, if any, to all Respondents.

13. Neither the City, its officials, staff, agents, employees, representatives, nor consultants will be liable for any claims or damages resulting from any aspect of this procurement process.

1.06 EVALUATION OF SUBMITTALS

The City of Tacoma reserves the right to award to the lowest and best responsible Respondent(s) delivering a submittal in compliance with the specification documents, 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. Respondents who are inexperienced or who fail to properly perform other contracts may have their submittal rejected for such cause.

A. 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:

Page 24 of 76

Section 1 – Solicitation, Form No. SPEC-190A Page 3 of 6 Rev.: 07/2/07, 08/27/07, 01/16/08, 03/7/08, 09/11/08, 01/19/09, 06/15/09, 01/6/11, 03/17/11, 10/03/11, 09/9/14

1. Compliance with the Specification 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.

2. 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).

3. Time of delivery and/or completion of performance (delivery date(s) offered).

4. Warranty terms.

5. Quality of performance of previous contracts or services, including safety requirements and past compliance with the City’s Ethics Code.

6. Previous and existing compliance with laws and ordinances relating to contracts or services.

7. Sufficiency of financial resources.

8. Quality, availability and adaptability of the supplies or services to the particular use required.

9. Ability to provide future maintenance and service on a timely basis.

10. Location of nearest factory authorized warranty repair facility or parts dealership.

11. Ability, capacity, experience, stability, reputation, integrity, character, judgment, technical qualifications and skill to perform the contract or provide the services required.

All other elements or factors, whether or not specifically provided for in this Specification, which would affect the final cost to, and the benefits to be derived by, the City, may be considered in determining the award of the contract. The final award decision will be based on the best interests of the City.

B. Cash 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.

1.07 COMPLETION OF CITY FORMS

All submittals must be completed in ink or typewritten using the forms included with this Specification, and submitted exactly as specified.

City forms requiring signature must be signed in ink by an authorized officer, employee or agent of the Respondent.

Prices must be stated in figures. Corrections shall be initialed in ink by the person signing the submittal. Prices having erasures or interlineations (cross outs) will not be accepted unless initialed in ink by the Respondent.

1.08 CORRECTION OF AMBIGUITIES AND OBVIOUS ERRORS

The City reserves the right to correct obvious errors in the Respondent's submittal. In this regard, if the unit price does not compute to the extended total price, the unit price shall govern.

1.09 CLARIFICATION OF SPECIFICATION

Questions regarding this Specification and/or any included terms, conditions, forms, plans or drawings are to be submitted in writing to the City staff person identified as the contact for this Specification. All requests for interpretation must be received by the City no later than five business days prior to the opening date. Any interpretation of this Specification will be made by addendum duly issued and posted to the Purchasing website at www.TacomaPurchasing.org. Such addendum must be acknowledged in the submittal. The City of Tacoma will not be responsible for any other explanation or interpretation of the specification documents.

1.10 ALTERATIONS NOT ALLOWED

Except as otherwise specifically provided in the specification documents, 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 the submittal by inserting exceptions to the Specification or any conditions, qualifications or additions that vary its terms may result in rejection of the

Page 25 of 76

Section 1 – Solicitation, Form No. SPEC-190A Page 4 of 6 Rev.: 07/2/07, 08/27/07, 01/16/08, 03/7/08, 09/11/08, 01/19/09, 06/15/09, 01/6/11, 03/17/11, 10/03/11, 09/9/14

submittal. The City cannot legally accept any submittal containing a material deviation from the Specifications.

1.11 INSERTION OF MATERIAL CONFLICTING WITH SPECIFICATIONS

Only material inserted by the Respondent to meet requirements of the specification documents will be considered. Any other material inserted by the Respondent will be disregarded by the City of Tacoma as being non-responsive and may be grounds for rejection of the submittal.

1.12 FIRM PRICES/ESCALATION

Except as specifically allowed elsewhere in the specification documents, only firm prices will be accepted.

1.13 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 Respondent until delivery is tendered.

1.14 LEGAL HOLIDAYS

The City of Tacoma observes the following holidays, which shall apply to performance of all contracts awarded from this solicitation:

New Year's Day January 1 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.

1.15 TAXES

Unless otherwise required in this Specification, applicable federal, state, city and local taxes shall be included in the submittal as indicated below. The total cost to the City, including all applicable taxes, may be the basis for contract award determination. 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.

A. 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 the Respondent fails to include any applicable tax in its submittal, then Respondent shall be solely responsible for the payment of said tax.

B. State and Local Sales Tax

The City of Tacoma is subject to Washington state sales tax. It is the Respondent'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.

Page 26 of 76

Section 1 – Solicitation, Form No. SPEC-190A Page 5 of 6 Rev.: 07/2/07, 08/27/07, 01/16/08, 03/7/08, 09/11/08, 01/19/09, 06/15/09, 01/6/11, 03/17/11, 10/03/11, 09/9/14

C. City of Tacoma Business and Occupation Tax

It is the Respondent'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.

It is the responsibility of the Respondent awarded the contract to register with the City of Tacoma's Tax and License Division, 733 South Market Street, Room 21, Tacoma, WA 98402-3768, telephone 253-591-5252, website http://www.cityoftacoma.org/Page.aspx?nid=201.

D. Any or All Other Taxes

Any or all other taxes are the responsibility of the Respondent unless otherwise required by law.

1.16 WASHINGTON BUSINESS LICENSE REQUIREMENT

All submittals should include a Washington State Business License number in the space provided on the Submittal Signature Page. If the recommended respondent does not have a Washington State Business License at the time of submittal, it must obtain such license and provide proof thereof to the City of Tacoma prior to contract award. Failure to include a Washington State Business License may be grounds for rejection of the submittal. Information regarding Washington State Business Licenses may be obtained at http://www.dol.wa.gov/businesses.htm.

1.17 PUBLIC DISCLOSURE

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.

1.18 PROPRIETARY OR CONFIDENTIAL TRADE SECRET INFORMATION

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 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.

1.19 TITLE VI OF THE CIVIL RIGHTS ACT OF 1964

The City of Tacoma ensures full compliance with Title VI of the Civil Rights Act of 1964 by prohibiting discrimination against any person on the basis of race, color, national origin or sex in the provision of benefits and services resulting from its federally assisted programs and activities. Contact Tacoma's Title VI coordinator at 253-591-5224 for additional information.

Page 27 of 76

Section 1 – Solicitation, Form No. SPEC-190A Page 6 of 6 Rev.: 07/2/07, 08/27/07, 01/16/08, 03/7/08, 09/11/08, 01/19/09, 06/15/09, 01/6/11, 03/17/11, 10/03/11, 09/9/14

1.20 LEGAL DISPUTES

Respondent agrees and stipulates that in the event any litigation should occur concerning or arising out of this solicitation or any submittal delivered in response hereto, the sole venue of any such legal action shall be the Pierce County Superior Court of the state of Washington and the interpretation of the terms of the solicitation and submittal shall be governed by the laws of the state of Washington.

1.21 PURCHASE ORDER TERMS AND CONDITIONS

Terms and conditions of City of Tacoma purchase orders, if issued, shall apply to contracts and awards resulting from this solicitation.

1.22 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 cashiers check or bid bond, if any, shall be forfeited.

1.23 AWARD

The City reserves the right to award contracts for any or all items to one or more respondents in the best interests of the City.

1.24 FINAL AWARD DETERMINATION

The Tacoma City Council or Public Utility Board, for awards over $200,000, shall be the final judge as to which submittal(s) is/are the lowest and best responsible, and best meets the interest of the City of Tacoma to accept. The purchasing manager makes the determination for awards of $200,000 and less.

** Balance of Page Intentionally Left Blank **

Page 28 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

CITY OF TACOMA STANDARD TERMS AND CONDITIONS SECTION 2 – SUPPLIES

Page 29 of 76

CITY OF TACOMASTANDARD TERMS AND CONDITIONS

SECTION 2 – SUPPLIES

UNLESS OTHERWISE REQUIRED BY THE SPECIFICATION OR AGREED TO IN WRITING, THE FOLLOWING TERMS AND CONDITIONS SHALL GOVERN THE RIGHTS, RESPONSIBILITIES AND OBLIGATIONS OF THE PARTIES TO THE CONTRACT.

2.01 SUPPLIER

As used herein, the "Supplier" shall be the Respondent(s) awarded a contract pursuant to this Specification,whether designated as a Respondent, Seller, Vendor, Proposer, Bidder, Contractor, Merchant, Service Provider or otherwise.

2.02 ENTIRE AGREEMENT

This Specification, purchase orders issued by the City pursuant hereto, and the Supplier's submittal, in that order of precedence, shall constitute the "Contract" between the parties. Said documents represent the entire agreement between the parties and supersede any prior oral statements, discussions or understandings between the parties, and/or subsequent Supplier invoices. No modification of this Contract shall be effective unless mutually agreed in writing.

2.03 APPROVED EQUALS

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 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.

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 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 the Supplier's expense.

When a brand name or level of quality is not stated in the Supplier's submittal, it is understood the Supplier's submittal shall exactly confirm with those required in this Contract. If more than one brand name is stated in this Specification, Supplier(s) must indicate the brand and model/part number to be supplied.

2.04 PRICE, RISK OF LOSS, DELIVERY

A. Firm Prices/Risk of Loss

All prices shall remain firm during the term of this Contact. All prices shall be FOB, 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 this Contract. Deliveries shall be between 9:00 a.m. and 3:30 p.m., Monday through Friday only, except holidays. Failure to make timely delivery shall be cause for termination of the order and return of all or part of the items at Supplier’s expense except in the case of force majeure.

2.05 PACKING SLIPS, SHIPPING NOTICES AND INVOICES

Packing slips and shipping notices shall be sent to the specific City Division or Department receiving the item(s) 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.

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. Line totals shall be summed to give a grand total to which sales tax shall be added, if applicable. Invoices shall be sent in duplicate to:

Section 2 – Supplies, Form No. SPEC-191A Page 1 of 5Rev.: 08/7/07, 11/06/09, 09/16/10, 10/03/2011, 09/12/2014

Page 30 of 76

Accounts PayableCity of TacomaP. O. Box 1717Tacoma Washington 98401-1717

Any terms, provisions or language in Supplier’s invoice(s) that conflict with the terms of this Contract shall not apply to this Contract unless expressly accepted in writing by the City.

2.06 PAYMENT TERMS

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. Payment will not be considered late if mailed or electronically disbursed within the time specified. Payment(s) made in accordance with this Contract shall fully compensate the 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. All payments shall be subject toadjustment for any amounts, upon audit or otherwise, determined to have been improperly invoiced.

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, and a properly completed invoice is received by the City. 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.

2.07 INCREASE OR DECREASE IN QUANTITIES

The City reserves the right to increase or decrease the quantities of any item awarded pursuant to this Contract and pay according to the unit prices quoted in the submittal with no adjustments for anticipated profit.

2.08 EXTENSION OF CONTRACT

This Contract shall be subject to extension by mutual agreement per the same prices, terms and conditions.

2.09 ADDITIONAL CITY CONTRACTS

During the term of this Contract, other City of Tacoma Departments/Divisions shall have the right to enter into contracts or issue purchase orders based on the unit prices stated in this Contract.

2.10 COMPARATIVE PRICING

If at any time during the term of this Contract, the Supplier reduces prices to other buyers purchasing approximately the same quantities stated on this Contract, the Supplier will immediately notify the City of Tacoma purchasing manager of such fact, and the price(s) for future orders hereunder shall be reduced accordingly.

2.11 CHANGES

The City at any time by written change order may make reasonable changes in the place of delivery, installation or inspection, the method of shipment or packing, identification and ancillary matters that the Supplier may accommodate without substantial additional expense.

2.12 COOPERATIVE PURCHASING

The Washington State Interlocal Cooperation Act RCW 39.34 provides that other governmental agencies may purchase goods and services based on this Contract in accordance with the terms and prices indicated herein if all parties are agreeable. Each public agency shall formulate a separate contract with the Supplier, incorporating the terms and conditions of this Contract with the City of Tacoma. The City shall incur noliability in connection with such contracts or purchases by other public agencies thereunder. It will be the Supplier’s responsibility to inform such public agencies of this Contract. Supplier shall invoice such public agencies as separate entities.

2.13 WARRANTIES/GUARANTEE

Suppliers warrant that all items: are merchantable; comply with the City's latest drawings and specifications; are fit for the City's intended use; are new and unused unless otherwise stated; 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

Section 2 – Supplies, Form No. SPEC-191A Page 2 of 5Rev.: 08/7/07, 11/06/09, 09/16/10, 10/03/2011, 09/12/2014

Page 31 of 76

Safety Act, and all other applicable state and federal laws or agency regulations; are properly packaged and contain appropriate instructions or warnings, including applicable MSDS sheets.

2.14 PATENTS, TRADEMARKS AND COPYRIGHTS

The Supplier warrants that the equipment and/or materials furnished pursuant to this Contract do not infringe on any patent, trademark or copyright, and agrees to indemnify, defend and hold harmless, the City in the event of any infringement or claim thereof.

2.15 DEFAULT

In the event of material default by the Supplier on any of the conditions of this Contract, the 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 the Supplier, or collect against the bond or security (if any), or may invoice and recover from the Supplier all costs paid in excess of the price(s) set forth in this Contract. The prices paid by the City in good faith shall be considered the prevailing market price at the time such purchase is made.

2.16 TAXES, LICENSES, PERMITS

Unless otherwise required by applicable law, the tax provisions in Section 1 - Solicitation apply to this Contract. Except for state sales tax, the Supplier acknowledges that it is responsible for the payment of all taxes applicable to this Contract and the 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.

The Supplier, at its expense, shall obtain and keep in force any and all necessary licenses and permits. The Supplier shall obtain a business license as required by Tacoma Municipal Code Subtitle 6B.20 and shall pay business and occupation taxes as required by Tacoma Municipal Code Subtitle 6A.30.

If the City is assessed, made liable, or responsible in any manner for taxes contrary to the provisions of this Contract, the Supplier agrees to hold the City harmless from such costs, including attorney's fees. In the event the 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 the 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 the Supplier’s total compensation.

2.17 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 this Contract. The Supplier shall be solely responsible for all violations of the law from any cause in connection with its performance of work under this Contract.

2.18 SMALL BUSINESS ENTERPRISE (SBE) PROGRAM AND EQUAL OPPORTUNITY

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. Contact Tacoma's SBE coordinator at 253-591-5224for additional information.

2.19 NONDISCRIMINATION

The 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. The 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 the Supplier with any of the non-discrimination provisions of this Contract, the City shall be deemed to have cause to terminate this Contract, in whole or in part.

2.20 PREVAILING WAGES PAID – IF REQUIRED

If federal, state, local or any applicable law requires the Supplier to pay prevailing wages in connection with this Contract, and Supplier is so notified by the City, then the Supplier shall pay applicable Prevailing Wages.

Section 2 – Supplies, Form No. SPEC-191A Page 3 of 5Rev.: 08/7/07, 11/06/09, 09/16/10, 10/03/2011, 09/12/2014

Page 32 of 76

2.21 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 this Contract, either in fact or in appearance. The Supplier shall comply with all federal, state and Cityconflict of interest laws, statutes and regulations. The Supplier represents that the Supplier presently has no interest and shall not acquire any interest, direct or indirect, in the program to which this Contract pertains that would conflict in any manner or degree with the performance of the Supplier’s services and obligations hereunder. The Supplier further covenants that, in performance of this Contract, no person having any such interest shall be employed. The 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 this Contract subjecting the Contract to termination.

2.22 RIGHT TO AUDIT

Upon City’s request, the Supplier shall make available to City all accounts, records and documents related to this Contract 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 this Contract.

2.23 TERMINATION

The City reserves the right to terminate this 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.

2.24 INDEMNIFICATION – HOLD HARMLESS

The 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 the Supplier's or subcontractor's employees), or damage to property involving the Supplier or subcontractor(s) and their employees or agents, or for any other cause arising out of and in connection with or incident to the performance of this Contract, except for injuries or damages caused by the sole negligence of the City. In this regard, the 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 the Supplier's acceptance of this order, he/she agrees that this subsection has been mutually negotiated.

2.25 PUBLIC DISCLOSURE

This Contract and documents provided to the City by Contractor hereunder are deemed public records subject to disclosure under the Washington State Public Records Act, Chapter 42.56 RCW (Public Records Act). Thus, the City may be required, upon request, to disclose this Contract and documents related to it unless an exemption under the Public Records Act or other laws applies.

2.26 DISPUTE RESOLUTION

In the event of a dispute pertaining to this 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’sright to terminate authorized by this Contract.

2.27 GOVERNING LAW AND VENUE

Washington law shall govern the interpretation of this 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 this Contract.

2.28 ASSIGNMENT

The Supplier shall not assign, subcontract, delegate or transfer any obligation, interest or claim to or under this Contract without the prior written consent of the City.

Section 2 – Supplies, Form No. SPEC-191A Page 4 of 5Rev.: 08/7/07, 11/06/09, 09/16/10, 10/03/2011, 09/12/2014

Page 33 of 76

2.29 WAIVER

A waiver or failure by either party to enforce any provision of this Contract shall not be construed as a continuing waiver of such provisions, nor shall the same constitute a waiver of any other provision of this Contract.

2.30 SEVERABILITY AND SURVIVAL

If any term, condition or provision of this Contract 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 this Contract, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Contract, shall survive termination of this Contract.

2.31 CONFLICT WITH CONTRACT

In the event of any conflict between this document, Standard Terms and Conditions Section 2, Supplies, and the Professional Services Contract or other type of Contract (Contract) ultimately negotiated and entered into between Respondent and the City, the provisions of the Contract shall prevail. However, absent any such conflict the provisions of this document, Standard Terms and Conditions Section 2, Supplies, are fully incorporated into and considered part of the Contract.

** Balance of Page Intentionally Left Blank **

Section 2 – Supplies, Form No. SPEC-191A Page 5 of 5Rev.: 08/7/07, 11/06/09, 09/16/10, 10/03/2011, 09/12/2014

Page 34 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

SECTION III – SPECIAL PROVISIONS 3.01 - SCOPE OF BID

3.01.1 - PURPOSE The purpose of these Specifications is to define the scope of supply of items that meet the minimum requirements as to quality, function, and capacity as outlined in the Special and Technical Provisions that follow.

3.01.1A - AWARD OF CONTRACT It is the intent of the City to award all items to one bidder in order to ensure the continuity of performance and operation between items as they are used.

3.01.2 - DEFINITIONS For the purposes of this Specification, the following definitions shall apply:

Term Definition

RESPONDENT A potential Supplier offering a submittal to supply equipment in accordance with these Specifications

SPECIFICATION This document, detailing the scope of supply

SUPPLIER The Respondent(s) awarded a contract pursuant to these Specifications

SUB-VENDOR Any vendor providing parts, materials, and/or services to the Supplier under these Specifications

EQUIPMENT/ MATERIAL

A fully functional piece of equipment/material supplied and tested in accordance with these Specifications

MANUFACTURER The original manufacturer of the equipment/material

ENGINEER The project engineer and/or contract administrator

CITY The City of Tacoma, Tacoma Power

DELIVERY TIME The length of time starting at the date of Supplier receipt of a purchase order, purchase order release, or Notice to Proceed and ending at the time that the item(s) are received at Tacoma Power

Page 35 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

3.01.3 - QUALIFICATIONS To further detail the requirements of Section 1.06 of the City Standard Terms and Conditions, only Respondents and manufacturers experienced in this type of work and with a record of successful completion of jobs of similar scope over a period of five (5) years or more will be considered. The City shall be the sole judge of the Respondent’s ability to meet the requirements of this paragraph.

3.01.3A - REFERENCES Each Respondent shall complete the “References Data Sheet” as requested in the proposal forms. A minimum of five (5) utility references over the past five (5) years is required.

3.01.3A.1 - CHANGE OF OWNERSHIP References are intended to be for material/equipment currently supplied under the proposed manufacturer’s name. References for material/equipment that has been previously supplied under a different company’s name shall be clearly noted on the reference list. 3.01.3A.2 - DEFINITION OF REFERENCED UTILITIES The Respondent shall list as references only those utilities that have purchased material/equipment that the Respondent proposes to offer to the City from these Specification.

3.01.3B - RESPONDENTS ORIGINATING FROM OUTSIDE THE UNITED STATES

Respondents that originate bids from outside the legal jurisdiction of the United States of America will be subject to the opinion of the City Attorney’s Office as to the viability of possible litigation pursuant to a supply contract resulting from this Specification. If it is the opinion of the City Attorney’s Office that any possible litigation would be beyond reasonable cost and/or enforcement the bid may be excluded from evaluation.

3.01.3C – MANUFACTURER REPRESENTATION The supplier shall have a representative or agent who will provide field and technical support. The agent shall be authorized to coordinate returns and repairs requested by Tacoma Power.

3.01.4 - SUB-VENDORS The Respondent shall list, on the form provided, all sub-vendors it intends to use to fulfill requirements in any part of this Specification. Included in the listing shall be the sub-vendor’s name, address, and telephone number; contact name; and description of work they will perform. It shall be the responsibility of the awarded Supplier to police, enforce, and ensure that all work performed by any sub-vendor shall be in accordance with this specification.

3.02 - CONTACT PERSON 3.02.1 – BID INQUIRIES Respondent inquiries pertaining to this specification shall be submitted as directed on the Submittal Instructions page.

3.03 - PREBID CONFERENCE A pre-bid conference shall not be required for the acquisition of the material contained in this Specification.

Page 36 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

3.04 - POST-AWARD MEETING Following the award of contract, the contract manager will notify the selected vendor of the time, date, and location of any required post-award meeting. This meeting will be held on-site at the Tacoma Public Utilities administration complex. The meeting, if necessary, is for clarification (as required) of this Specification, statement of the City’s expectations, and development of relationships between both the vendor and the City. The City retains the right to waive this meeting.

3.05 - CONTRACT PERIOD 3.05.1 - CONTRACT PERIOD The contract is intended for a minimum of three (3) years from the award date of the contract.

3.05.2 - CONTRACT EXTENSIONS Two contract extensions of up to one year per occurrence may be considered upon mutual agreement of both parties to extend the contract under the same terms and conditions of the original contract.

3.05.3 - AWARD DATE OF CONTRACT The Award Date of Contract is the date that the City of Tacoma Purchasing Division issues the contract. This occurs after the Public Utility Board approves award of this bid, if required, and all contract documents (if required) have been returned to the Purchasing Division.

3.05.4 - CANCELLATION OF CONTRACT The City reserves the right to terminate this Contract at any time upon prior notice to the Supplier (refer to Section 2.23).

3.06 - PRICING AND PURCHASE ORDERS 3.06.1 - PRICES QUOTED Per City of Tacoma Standard Terms and Conditions section 1.04, the prices quoted on the Proposal Pricing Sheets shall remain open for acceptance by the City for a minimum of 60 days from the submittal deadline. Upon award of a contract the unit prices will be adjusted to the most current value of the Producer Price Index (PPI) as outlined in Section 3.06.4A. Subsequently the prices will be adjusted annually. This process of price adjustment will remain consistent through any contract extension periods.

3.06.2 - FREIGHT ALLOWANCES The Respondent shall provide prices including delivery F.O.B. Destination, Pre-Paid and Allowed (included in unit price), as noted on the bid proposal sheet.

3.06.3 - QUANTITIES AND PURCHASE ORDERS The quantities listed on the Proposal Pricing Sheets are an estimate only using historical data gathered from the previous six years. Delivery will be according to purchase order on an as-needed basis throughout the period of the contract. The City reserves the right to increase or decrease quantities under this contract and pay according to the unit prices quoted in the proposal (refer to Section 2.07). The purchase order may be delivered to the Supplier by mail, fax, or email.

3.06.3A - WORKING DAYS Working days are weekly Monday through Friday. City observed holidays as listed in City Standard Terms and Conditions Section 1.14 are not included.

Page 37 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

3.06.4 - ANNUAL PRICING ADJUSTMENT On an annual basis a pricing adjusted will be allowed on the anniversary date of the contract award as described below.

On the anniversary date of the award of the contract the unit prices of the items bid will be adjusted reflecting the percent change of Series ID PCU335313335313 – “Switchgear and Switchboard Apparatus mfg” of the Producer Price Index as published by the Bureau of Labor Statistics of the U.S. Department of Labor. Refer to Appendix “A” for historical index data. The value of the PPI index at time of award will be used as the bases for the annual adjustments.

3.06.4A – FIRST ADJUSTMENT AFTER AWARD Prices listed on the Proposal Pricing Sheet are requested at an elevated Producer Price Index value. Upon award of a contract the unit prices will be adjusted to reflect the most current value of PPI Series ID PCU335313335313.

3.06.4B - APPLICATION The price to be paid by Tacoma Power will be based on the PPI in effect within the month of the purchase order creation, NOT THE MONTH OF SHIPMENT. Purchase orders received within the first three business days of the month, provided they were created at the end of the prior month, shall be billed at the prior month rate.

3.06.5 - PROMOTIONAL PRICING City is entitled to any promotional pricing during contract period that is lower than the Suppliers pricing as provided in bid. This promotional pricing shall include, but not be limited to: sale prices, price lowering, and/or lump-sum rebates.

3.07 - PERFORMANCE BOND/BID BOND The Performance and Bid Bonds have been waived for this contract.

3.08 - PROPOSAL 3.08.1 - RESPONDENT REQUIREMENTS Submittals must be sealed in an envelope or package labeled with the specification number, specification title, and Respondent name and address, and received by the City of Tacoma Purchasing Division by the date and time specified in the Request for Bids page or subsequent addenda.

The bid package submitted must be returned with the Respondent’s proposal filled in as directed, including all data requested by the Provisions of these Specifications. All blank spaces on the Proposal forms will be properly filled in, printed in ink or typewritten.

3.08.1A - SIGNATURE PAGE The “Signature Page” included with the original submittal shall be signed in INK by the responsible company official and include printed or typewritten designation of the office they hold in the company.

3.08.2 - COPIES In addition to the completed original bid documents, all Respondents are required to provide one (1) facsimile (Xerox type) copy of the complete submittal package, fastened together and separated from the original bid documents in the sealed envelope. The copy shall be plainly marked/labeled as “COPY” in RED ink on the cover sheet.

Page 38 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

3.08.3 - ALTERNATE BIDS All bids including alternates shall include an original Signature Page. Each bid package submitted must be returned with the Respondent’s proposal completed as directed, including all data requested by the Technical Provisions of this Specification.

3.08.3A - ALTERNATE BID PROPOSALS Alternate bid proposals must be submitted as a separate bid package and identified as “ALTERNATE” in RED ink.

3.08.3B – ALTERNATE MATERIALS If the Respondent elects to bid alternative equipment, materials, or processes where allowed, then complete data must be submitted with the bid. This data shall demonstrate that the alternative item or process is of a quality equal to or better than that specified and has the required characteristics for the intended use. Failure to submit such data will render the bid non-responsive.

3.08.3C - ALTERNATE EVALUATION Upon request, the Respondent shall furnish to the City, within five (5) working days, additional information relating to such alternative items as the City may require. In the event that the equivalency is not readily ascertained from the information supplied by the successful Respondent, the City may test the material/equipment or have it tested. The successful Respondent shall bear all expense of the City's determination of whether or not alternative equipment, materials, or processes are equal to those designated.

3.08.4 - RESPONDENT’S RESPONSIBILITIES FOR TERMS AND CONDITIONS Failure to complete and supply all of the requested information on the proposal forms, shall in no way relieve the Respondent of the responsibility of supplying all of the necessary items and/or complying with all of the terms and conditions in this document.

3.08.4A – INDEMNIFICATION CLAUSE – MODIFICATION The contract issued as a result of this solicitation will include the following revision of Section 2.24 of the Standard Terms and Conditions Section 2 – Supplies. Existing text “and in connection with or incident to the performance of this Contract” will be superseded with “negligent performance of this Contract”.

3.08.5 - ENGLISH LANGUAGE REQUIREMENTS All drawings, correspondence, catalogs, submittals, nameplates, etc., shall be in the English language as used in the U.S. Dimensions and tolerances shall conform to ANSI Y14.5M and shall be in the U.S. customary units. If units are fabricated utilizing SI units (metric system), both units shall be shown on the drawings, nameplate, etc. U.S. units shall be shown above the SI units. Conversion tolerances shall have a maximum tolerance of 1/32-inch (2.70 mm) and/or one ounce (28.4 grams).

3.08.6 – COSTS TO PREPARE SUBMITTAL The City is not liable for any costs incurred by the Respondent for the preparation of materials or a proposal submitted in response to this RFB, conducting presentations to the City, or any other activities related to responding to this RFB.

Page 39 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

3.08.7 – SUBMITTAL CLARIFICATION Respondents 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, the Respondent must respond to such requests within two business days or the timeframe set forth by the City in its request for clarification. A Respondent’s failure to respond to such a request may result in rejection of its submittal. (See Standard Terms and Conditions Section 1 – Solicitation 1.05.) 3.08.8 – CONTRACT OBLIGATION / ACCEPTANCE OF SUBMITTAL CONTENTS The bid submittal contents of the successful Respondent will become contractual obligations if a contract ensues.

3.08.9 – CONFIDENTIAL OR PROPRIETARY INFORMATION Information that is confidential or proprietary must be clearly marked. Further, an index must be provided indicating the affected page number(s) and location(s) of all such identified material. Information not included in said index will not be reviewed for confidentiality or as proprietary before release. (See items 1.17 and 1.18 of the Standard Terms and Conditions Section 1 – Solicitation.)

3.08.10 – EXPANSION CLAUSE Any resultant contract from this RFB may be further expanded in writing to include other related services or products normally offered by the Contractor, 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. Contractor profit margins are not to increase as a result of contract additions. Any new products or services accepted by the City may be added to this contract and/or substituted for discontinued products or services. New products and services shall meet or exceed all specifications of original award.

3.09 - ITEMS TO BE INCLUDED WITH BID SUBMITTAL

3.09.1 –REQUIRED MANUALS AND DOCUMENTS Each submittal shall include the following documentation associated with the equipment the Respondent proposes to offer to the City on this proposal. Failure to provide the requested documentation may result in the bid being considered non-responsive. Include one (1) copy of the following documents with the bid submittal:

1. Assembly Instructions 2. Maintenance Instructions 3. Manual for Transfer Control 4. Manual for Fault Interrupter Control 5. SF6 Gas test reports; the gas supplier’s test data showing that the proposed gas meets the

requirements of Section 4.09.2 of this document. 6. Maximum Transfer Time, the test demonstrating that the bidder’s proposed switch can

meet the transfer time requirements of Section 4.12.4C of this document.

3.09.2 - FACTORY TEST DATA Each submittal shall include one (1) certified copy of each of the following test reports. Tests shall be made on switches that have identical ampere ratings and voltage classes as the switches that the Respondent proposes to offer to the City on this proposal.

Page 40 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

3.09.2A- QUALITY CONTROL TESTS Refer to Section 4.17 for Test Data required for Switched Ways and Protected Ways of the device. 3.09.2B – LACK OF TANK LEAKS Each Respondent shall document the steps and provide proof that adequate precautions are in place to ensure that each switch leaves the factory in a leak free condition. A complete description of this methodology is REQUIRED. Refer to Section 4.17.2 for Tacoma Power requirements.

3.09.2B.1 – TEST METHOD All tests shall be completed in accordance with Section 6.3 of ANSI C37.71.

3.09.3 - DRAWINGS Each Respondent shall submit one (1) copy of switch drawings. Dimensions should indicate compliance per the requirements in Section 4 of this document. At least one, dimensioned view, shall show the proposed switch in both the open and closed position.

3.09.3A – REQUIRED VIEWS The following views and details shall be required from each bidder: Front Side Top Motor operators Mounting Frame Erection and assembly Fault interrupter control enclosure Transfer control enclosure 600 amp bushings

200 amp bushings Operating handles Tank seal for CT wiring Tank seal for viewing windows Tank seal for fill valve Tank seal for pressure gauge Tank seal for operating handles Lifting Provisions

3.09.4 - MANUFACTURER’S QC POLICY One (1) copy of the manufacturer’s internal QC policy for the equipment to be supplied shall be included with the bid. The information shall include descriptions of the quality control measures utilized to insure supply of a reliable product, including third party certification of ISO 9000 series qualifications if achieved.

3.10 - SAFETY AND STANDARDS The Items supplied shall meet appropriate ANSI, OSHA, WISHA, and all federal, state, and local standards for its intended use. Refer to Section 4 for specific industry standards that apply to the Specifications of this bid.

3.11 - MATERIALS, DESIGN, WORKMANSHIP, AND TRADE NAMES Unless otherwise noted in this Specification, all materials and equipment incorporated into any item covered by the Specifications shall be new and of the most suited of their respective kinds for their intended use. All workmanship shall be in accordance with accepted industry practices.

3.11.1 - MANUFACTURING REQUIREMENTS All major components of the material/equipment must be manufactured or distributed by the original equipment manufacturer and advertised on a factory brochure as a standard or optional component.

Page 41 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

3.12 - APPROVED EQUAL The term "approved equal" shall mean that the quality and characteristics of equipment or materials intended for use must be equal to the listed items.

3.12.1 - DETERMINATION OF EQUALITY The City or its designee will determine the suitability, reliability, and serviceability of a proposed substitute. See Section 2.03 of the City Terms and Conditions.

3.12.1A - REQUIRED MATERIALS To be considered by the City, the request for substitution shall be accompanied with the complete physical data, technical data, certified test results, manufacturer's catalog data, photographs, user’s lists, failure data, samples, and the address of the nearest authorized service representative. Any other information, as required by the Engineer, shall be promptly provided upon request. The City shall be the sole arbiter in the determination of equality.

3.13 - EVALUATION & AWARD Respondents are to provide unit or lump sum pricing for each line item, which will be summed for a subtotal price. Subtotals will be compared amongst each Respondent, including any offered payment discount terms of 20 days or more.

3.13.1 - AWARD OF CONTRACT The City reserves the right to award the contract to the responsible bidder or bidders with the lowest responsive bid whose submittal is the most advantageous to the City, price and other factors considered. The City, however, reserves the right to reject any and all bids and to waive any informalities in bids received.

3.13.1A - PRICING CONDITIONS OF SPECIAL SECTION 3.06.4 Submittals that do not accept the pricing conditions of Section 3.06.4 may be considered non-responsive.

3.13.2 - EVALUATION CRITERIA In evaluating the proposals, the City will consider any or all of the following:

Compliance with Specifications Proposal prices, listed separately if requested, as well as a lump-sum total Time of completion/delivery Minimum order requirements Warranty provisions that exceed the City’s minimum provisions (refer to Section 2.13) Respondent's responsibility based on, but not limited to:

1. Ability, capacity, organization, technical qualifications, and skill to perform the contract or provide the services required.

2. References, judgment, experience, efficiency, and stability. 3. Whether the contract can be performed within the time specified. 4. Quality of performance of previous contracts or services with utilities within the

United States. 5. Location of nearest factory authorized warranty repair facility.

Page 42 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

3.13.2A- OTHER ELEMENTS The City may also take into consideration other criteria for determining award. Other elements or factors, whether or not specifically provided for in this specification, which would affect the final cost to and the benefits to be derived by the City, may be considered in determining the award of the contract. The final award decision will be based on the best interests of the City. (Refer to Section 1.06).

3.14 - DELIVERY DATE Respondents must provide a Bidder's Statement of Delivery Time on the Proposal Pricing Sheet, regarding whether they will guarantee delivery of the completed unit/material to the City’s delivery location specified in Section 3.17.2. The respondent must guarantee delivery times as stated. The delivery time will be enforced for all releases of this contract and any contract renewals.

3.14.1 - NOTIFICATION Notification to deliver product will be by the issuance of a City of Tacoma purchase order (per Section 3.06.3) for the materials described in this Specification. Should delivery not be completed within the time specified in the proposal, the Supplier may be subject to liquidated damages (Section 3.15).

3.14.1A - DELAYS BEYOND THE CONTROL OF THE SUPPLIER Delays caused by problems beyond the control of the Supplier, if fully documented and submitted to the city, may be excused. This allowance shall in no way be construed to apply to or excuse delays caused by negligence on the part of the Supplier. (For additional information, refer to the Force Majeure portion, located in Section 3.15.4 of this document).

3.15 - LIQUIDATED DAMAGES Liquidated Damages will be computed as follows when the conditions of Section 3.14 are not met.

3.15.1 - LIQUIDATED DAMAGES Materials are to be delivered within the maximum time frame specified by the contractor on the Proposal Sheet, and contract or purchase order.

If the stated number of delivery days as listed on the Respondent’s Proposal Sheet is not met, the City reserves the right to refuse acceptance of the products and purchase them elsewhere. The contractor will reimburse the City for all excess costs over the contract price. If not purchased elsewhere, the contractor agrees to pay liquidated damages for any delay in delivery.

Because of the difficulty in computing the actual damages/rental costs which will result from failure to deliver the equipment/material under this contract on time, the amount of liquidated damages are estimated to be 1% of the purchase order release value per day. The maximum liquidated damages to be imposed would be 20% of the value of the release. Said sum shall not be considered as a penalty but as liquidated damages that the City will suffer by reason of the failure of the Supplier to deliver equipment/material hereunder.

3.15.2 - PAYMENT OF LIQUIDATED DAMAGES Any moneys due the Supplier, or to become due to the Supplier at or after the contract completion date, may be retained by the City as may be necessary to pay said liquidated damages. If such amounts are not sufficient to pay the liquidated damages, the Supplier shall immediately pay any deficiency to the City. Such deductions or amounts retained by the City shall not release the Supplier to any degree whatsoever from further obligation and liability with respect to fulfilling the entire contract.

Page 43 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

3.15.3 - CLAIMS BY THE CITY Nothing contained herein shall preclude claims by the City for damages caused by Supplier errors, omissions, or negligence unrelated to delay in completing the contract on time. 3.15.4 - FORCE MAJEURE Unavoidable delays in the prosecution of the work shall include only delays from causes beyond the control of the Supplier and which he/she could not have avoided by the exercise of due care, prudence, foresight and diligence.

The contractor shall not, be responsible for delays in delivery due to acts beyond his/her or manufacturer’s reasonable control, or due to act of god, fire, strikes, epidemics, war, riot, unavoidable delay in transportation or rail car/transport shortages, or documented unavoidable material shortages, provided the City is notified in writing by the contractor of such pending or actual delay and the reasons therefore. If deemed excusable, the City shall authorize an extension of time. In the event of such an excusable delay, the date of delivery shall be extended for a period equal to the time lost due to the reason for delay. Any damage assessment or extensions of time are to be authorized by written purchase order changes issued by the City of Tacoma.

3.15.4A - TERMINATION OF CONTRACT If the delay will extend beyond 60 working days the City may exercise the right to terminate the contract and obtain the items required from other sources.

3.15.4B - CONTRACT EXTENSION Any contract extension shall be limited to a period of time equal in length to the period of such prevention and/or delay.

3.15.4C - DUE DILIGENCE It shall be the responsibility of the Supplier to provide the City with adequate documentation to demonstrate that the Supplier exercised due diligence in endeavoring to avoid the delay.

3.16 - PACKING AND SHIPPING The Supplier shall be responsible for industry standard packing that conforms to the requirements of the carrier’s tariffs and the ICC regulations.

3.16.1 - LABELING The material/equipment must be clearly marked as to lot number, destination, address, and purchase order number.

3.16.2 – SHIPPING REQUIREMENTS All material/equipment shall be fully assembled and completely enclosed in wooden crates with the exception of mounting frames. Mounting frames may be packaged separately, if required for shipping efficiency. Stacking of crates will not be allowed. A complete packing list must be included.

3.16.2A – BALANCED LIFT Crates shall be designed and constructed for movement by forklift or pallet jack lifting equipment. When the lifting equipment is placed at the center and perpendicular to the long axis of the crate a balanced lift of the crate and its contents shall be accomplished.

Page 44 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

3.16.2B – CRATE CONSTRUCTION All crates shall be constructed of sufficient strength so that they may withstand long distance shipping without switch damage.

3.16.2B.1 – OUTDOOR STORAGE All crates shall be suitable for extended outdoor storage. 3.16.2B.2 – GROUND CLEARANCE The minimum vertical clearance for lifting forks shall be as indicated in the following table:

Minimum Clearance for Forks (in inches) 4” with at least 2 runners

3.16.2B.3 - PROTRUSIONS No portion of the switch assembly or ancillary component shall protrude beyond the confines of the crate.

3.16.2C – COMPONENTS IN CRATE All vendor supplied components required for each switch installation shall be shipped with the associated switch.

3.16.2C.1 – SECURING COMPONENTS All individual components within the crate shall be secured to the crate or the switch assembly. 3.16.2C.2 - WEATHERPROOFING All components susceptible to weather damage shall be protected by plastic wrap or City approved alternatives. 3.16.2C.3 – UNPROTECTED CARDBOARD Unprotected cardboard cartons or boxes will not be accepted.

3.16.2D - SUBCONTRATOR (SHIPPING COMPANY) Tacoma Power reserves the right to request and require a change in shipping company utilized by the Supplier based upon history of damaged goods delivered to Tacoma Power and/or evidence of unsafe work practices by the shipping company.

3.16.2E - INTERNAL POSITIVE PRESSURE All switches shall be shipped complete with the proper amount of dielectric gas. In no case, shall this be less than atmospheric pressure so that moisture cannot enter the tank.

3.16.2F - ADDITIONAL REQUIREMENTS The additional shipping requirements specified in Section 10 of ANSI C37.71 shall apply.

Page 45 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

3.16.3 – SHIPPING NOTICE The shipper shall notify the Tacoma Power Warehouse a minimum of 24 hours prior to arriving at delivery destination. This notice may be sent via phone or email and is required to convey final delivery information and insure sufficient staff available to unload cargo.

Tacoma Power Warehouse

Phone Number (253) 502-8760

Email Address [email protected]

3.17 - DELIVERY

3.17.1 - DELIVERY TIME The completed items shall be delivered F.O.B. Destination between 9:00 a.m. and 3:30 p.m. Monday through Friday excluding City observed holidays (refer to Section 1.14 and 2.04 B).

3.17.2 - DELIVERY LOCATION Deliver completed items F.O.B. Destination as directed by the purchase order release to either:

Tacoma Power Warehouse 3628 South 35th Street Tacoma, Washington 98409

or

Tacoma Power South Service Center 3002 224th St. E Spanaway, WA 98387

3.17.2A - ALTERNATE DELIVERY LOCATIONS The City retains the option to have the merchandise delivered to an alternate facility or on-site within a 35-mile radius of the Tacoma Power Warehouse. Notification of any change will be on the purchase order release.

3.17.3 – TEST REPORTS All required test reports shall be emailed to:

Tacoma Power T&D Central Business District Attn: Rich Barrutia [email protected]

3.18 - INSPECTION & WARRANTY All goods are subject to final inspection and acceptance by the Tacoma Power engineer and the appropriate shop foreman.

3.18.1 - FAILURE OF INSPECTION Material failing to meet the requirements of this contract will be held at Supplier’s risk and may be returned to Supplier. If so returned, the cost of transportation, unpacking, inspection, repacking, reshipping, or other like expenses are the responsibility of the Supplier.

Charges for dismantling and reinstallation of materials furnished pursuant to this Contract will be the responsibility of the Supplier only when a change out or replacement is required because of a suspected or known design defect or large scale failure of manufacturer's quality control system.

Page 46 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

3.18.2 - FACTORY INSPECTION The Engineer/Contract manager shall be permitted to have an authorized representative present to witness the manufacture of Items and/or perform a “quality audit” of the facility.

3.18.2A - QUALITY ASSURANCE AUDITS The City or its representative may audit the quality assurance program at any time prior to and during the contract period or its extensions. 3.18.2B - QUALITY ASSURANCE DOCUMENTATION The manufacturer shall provide, when requested, access to and copies of quality assurance documents such as material certificates, inspection and test results obtained in the course of quality assurance, control charts, and other quality documents compiled during the work.

3.18.2C- FACTORY ASSISTANCE DURING INSPECTION The manufacturer shall have engineering, manufacturing, quality control, and operational factory personnel available who speak technical and conversational English without the need of an interpreter.

3.18.3 - WARRANTY 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 commencement of use, however, said warranty period shall not extend beyond eighteen months after date of receipt by the City.

When the Supplier is not the manufacturer of the item of equipment, Supplier agrees to be responsible for this warranty and Supplier is not relieved by a manufacturer's warranty.

3.18.3A - WARRANTY PERIOD EXTENSION The Contract warranty 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 Supplier and accepted by the City. In addition, in the event less than ninety (90) days remain on the warranty period (after recalculating), the warranty 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.

3.18.3B - WARRANTY WORK The City has determined that the repair of material/equipment, under warranty, can best be done at the manufacturer's facility that makes this style or similar material/equipment, or at a mutually agreeable local repair facility. All material/equipment requiring warranty work will be returned to the Supplier at the Supplier’s expense, or the manufacturer may replace the defective material/equipment(s) with new units.

3.18.3C - RETURN TIME FRAME All warranty repair work on returned material/equipment shall be accomplished within the specified lead-time for delivery listed in the Supplier’s bid submittal. Warranty repair time will be calculated from the time the material/equipment defect or failure is reported to the Supplier.

Page 47 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

3.19 - INVOICES & PAYMENT Invoices and Payment will be addressed as detailed below.

3.19.1 - INVOICES

Invoices shall be mailed to: (Per Section 2.05)

Accounts Payable City of Tacoma Department of Public Utilities P. O. Box 1717 Tacoma Washington 98401-1717

3.19.2 – PAYMENT Upon certification by the Engineer and/or appropriate warehouse personnel that the items have been received in accordance with the Specifications and are in satisfactory condition, a 100 percent payment will be made. Payment methods include:

A. Credit card. Tacoma’s VISA procurement card program is supported by standard bank credit suppliers and requires merchants abide by the VISA merchant operating rules.

1. Vendors must be PCI–DSS compliant (secure credit card data management). 2. Vendors 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.

B. Electronic Funds Transfer (EFT) by Automated Clearing House (ACH).

C. Check or other cash equivalent.

D. The City may consider cash discounts when evaluating submittals. See 1.06 B.

of the Standard Terms and Conditions Section 1 – Solicitation.

3.19.2A - UNSATISFACTORY PERFORMANCE In the case of unsatisfactory performance, the payment shall be made after the Supplier has made the necessary repairs and/or modifications and satisfactory performance is obtained, or the unit is replaced.

3.20 - COOPERATIVE PURCHASES The initial award will be for Tacoma Power, Transmission and Distribution Section; however, other City locations/departments may be added to this Contract or develop their own separate contract from these Specifications during the contract term. The Washington State Interlocal Cooperative Act (RCW 39.34) provides that other public agencies may purchase goods and services on this solicitation or contract according to the terms and prices indicated therein if all parties are willing. See Section 2.12 of the City Standard Terms and Conditions.

Page 48 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.00 - SCOPE The style “9” configured ; (2) two switched ways to be 600A and (2) two protected ways to be 600A, vault mounted, submersible, dead-front switches, shall be suitable for installation on the City’s 7,200/12,470Y volt, three-phase, four-wire, 60-hertz, multi-grounded neutral system, or the City’s 7,980/13,800Y volt, three-phase, three wire, 60-hertz, single point grounded system. All switches shall be complete with: Mounting Frames 600 amp Bushings Motor Operators on the switched ways Manual Operating Mechanisms SF6 Gas Pressure Gauge (when applicable) SF6 Gas Density Monitor (when applicable) Fault Interrupter Controls on the Protected Ways Potential Sensors on the Switched Ways Controllers, automatic transfer or motor operator as

appropriate

4.01 - SERVICE CONDITIONS The following service conditions shall be applicable to the switches in this specification.

4.01.1 – IEEE CONDITIONS The usual service conditions as described in Section 3.1 of ANSI C37.60 and Section 3.1 of ANSI C37.71, shall apply.

4.01.2 – CONFLICTS In case of conflicts, the more stringent requirements shall apply.

4.01.3 – AMBIENT TEMPERATURE RANGE The ambient temperature in the vicinity of the switch, during operation, shall not exceed 50ºC nor shall it be less than -30ºC.

4.01.4 – DESCRIPTION OF INSTALLATION ENVIRONMENT The City will install these switches in a subsurface vault environment that is mostly free of standing water. These vaults contain a minimal amount of space heating and sump pumps. Typically, one or two open grates are located in the ceiling of the vault to provide ventilation. The interiors of these vaults are exposed to rainwater, surface water run-off, and loose debris. The vaults contain no provisions to circulate the vault air other than the minimal amount obtained by convection.

4.01.5 – INSTALLATION ORIENTATION The switch shall be installed, on its mounting frame, so that the bushings, pressure gauge(s), viewing windows, and all manual operating handles face the operator as the operator is standing in front of the installed switch.

Page 50 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.01.6 - STANDARDS All of the material/equipment, supplied under this contract, shall meet the most recent editions of the standards in the following table and all other standards that are applicable to material/equipment of this nature:

Standard Number Standard Title

ANSI B1.1 Unified Inch Screw Threads (UN and UNR Thread Form)

ANSI C2 National Electric Safety Code

NEMA C29.1 Test Methods for Insulators

IEEE C37.09 IEEE Standard Test Procedure for AC High-Voltage Circuit Breakers Rated on a Symmetrical Current Basis

IEEE C37.30 IEEE Standard Requirements for High-Voltage Switches

IEEE C37.32 IEEE Standard for High-Voltage Switches, Bus Supports and Accessories Schedule of Preferred Ratings, Construction Guidelines and Specifications

IEEE C37.34 IEEE Standard Test Code for High-Voltage Air Switches

IEEE C37.60 IEEE High-voltage switchgear and control gear-part 111: Automatic circuit reclosers and fault interrupters for alternating current systems up to 38kv.

IEEE C37.74 IEEE Standard for Dielectric Tests

IEEE C37.90, 1, 2 & 3

IEEE Standards for Relays associated with Electric Power Apparatus: Surge Withstand, Withstand of Radiated Electromagnetic interference, Discharge tests,

IEEE C57.13 .2

IEEE Standard for Requirement for Instrument transformers, Std conformance test procedures

IEC 60044-7 International Electrotechnical Commission Standard for Instrument transformers

ASTM A 123 Standard Specification for Zinc (Hot-Dipped Galvanized) Coatings on Iron and Steel Products

ASTM A 153 Standard Specification for Zinc Coating (Hot-Dipped) on Iron and Steel Hardware

ASQ Q9001 Quality Systems- Model for Quality Assurance in Design, Development, Production, Installation, and Servicing

IEEE 386 IEEE Standard for Separable Insulated Connector Systems for Power Distribution Systems Above 600 V

IEC 60255-22-2

IEC Standard for Electric relays electrostatic discharge

IEC 61000-4: 2, 4, 6, 8, 9 &10

IEC Standard for Electromagnetic compatibility

Page 51 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.02 – RATINGS FOR SWITCHES ON THE SWITCHED WAYS The following ratings shall be required for the load switches in this specification.

Rating Minimum Requirement Additional Required Information

Voltage Class 15 kV

BIL Rating 110 kV

Continuous Current 600 Amps

Switches shall be tested at a minimum average ambient temperature of 40ºC as specified in Bullet 3 of Section 4.3.1 of ANSI C37.71. Tests shall be made with a maximum allowed temperature rise of as specified in Section 4.32 of ANSI C37.71. All tests for continuous current rating shall be made with no wind.

Momentary Current Rating 40,000 Amps Asymmetrical

Three-Time Fault Close Rating 40,000 Amps Asymmetrical

One-Second Current Rating 25,000 amperes Symmetrical

AC One-Minute AC Withstand Rating – Dry 35 kV

AC One-Minute AC Withstand Rating – Wet 34 kV

Minimum Load-Break Current Rating 600 Amperes At rated Voltage

Load-Break Operations 1200 At full nameplate current with a power-factor of no more than 70% lagging

Mechanical Endurance 2000

Page 52 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.03 – RATINGS FOR VACUUM INTERRUPTERS ON THE PROTECTED WAYS The following ratings shall be required for the vacuum interrupters in this specification.

Rating Minimum Requirement Additional Required Information

Voltage Class 15 kV

BIL Rating 95 kV

Continuous Current 600 Amps

Switches shall be tested at a minimum average ambient temperature of 40ºC as specified in Bullet 4 of Section 4.3.1 of ANSI C37.60. Tests shall be made with a maximum allowed temperature rise of as specified in Section 4.4.2 of ANSI C37.60. All tests for continuous current rating shall be made with no wind.

Symmetrical fault Interrupting Duty Rating 12,500 Amperes

The minimum fault interrupting duty rating shall be as specified in Section 5.6 and Line 4 of Table 6 in ANSI C37.60.

One-Minute AC Withstand Rating – Dry 35 kV

One-Minute AC Withstand Rating – Wet 34 kV

Minimum Load-Break Current Rating 600 Amperes At rated Voltage

Load-Break Operations 116 At full nameplate current with a power-factor of no more than 80% lagging

Mechanical Endurance 2000 As specified in ANSI C37.60, Section 6.11

Page 53 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.04 - TANK The following shall be required for the switch tank in this specification.

4.04.1 – MAXIMUM DIMENSIONS The switch shall have the following maximum dimensions:

Dimension Maximum Allowed Details

Height

33” With all removable accessories removed for installation.

50”

Once the switch is installed, the height shall be measured from the bottom of the tank to the highest point on the switch once all accessories are installed.

Depth

33” With all removable accessories removed for installation.

50”

Once the switch is installed, the depth shall be measured from the rear of the switch to the point that protrudes furthest on the front of the switch, including bushings, controls and motor operators.

Length

75” With all removable accessories removed for installation.

85”

Once the switch is installed, the width shall be measured from the furthest point on the left side to the furthest point on the right side, including bushings, controls and motor operators.

Weight 1800 lbs

4.04.2 – MATERIAL The tank shall be constructed of 304 stainless steel or better.

4.04.2A – WELDED CONSTRUCTION The tank shall be 100% welded construction.

4.04.2B – DISALLOWED CONSTRUCTION METHODS No portion of the tank shall be assembled utilizing bolted connections.

Page 54 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.04.3 – LIFTING EYES The tank shall supplied with lifting provisions that are located to provide a balanced and level lift and shall meet the requirements specified in Section 8.7.4 of ANSI C37.71.

4.04.3A – POSITION OF LIFTING EYES The lifting eyes shall allow lifting of the tank with the long axis of the tank in both the horizontal position and the vertical position.

4.04.3A.1 – TANK LEAKS The tank shall be reinforced so that no portion of the tank shall deflect during this operation and none of the gaseous dielectric could be vented into the air.

4.04.3B - RATINGS The lifting provisions shall be suitable for lifting the entire switch, including bushings, controls, and motor operators.

4.04.4 – PRESSURE WITHSTAND REQUIREMENTS 4.04.4A – INTERNAL PRESSURE The tank shall withstand an internal pressure of 15 PSI without permanent distortion, displacement of components of the switch, or damaging seals and/or gaskets.

4.04.4B – EXTERNAL PRESSURE The tank shall withstand an external pressure of 14 PSI without permanent distortion, displacement of components of the switch, or damaging seals and/or gaskets.

4.04.5 – DEFLECTION LIMITS The tank shall be reinforced to minimize deflection during handling and installation and motor operator operation.

4.04.5A – TANK INTEGRITY Any tank deflection that occurs shall not violate the integrity of the tank and allow the gaseous dielectric medium to escape from the tank.

4.04.6 – COLOR If the tank is to be painted, it shall be a light gray color, similar to ANSI No. 70.

4.04.7 – GASKETED SURFACES The gasketed tank surfaces shall be polished and abraded to provide a leak free seal.

4.04.8 – FITTINGS All threaded fittings, on the tank, shall be provided with a non-conducting, liquid thread sealer too ensure a leak free seal.

4.04.9 – EXTERIOR HARDWARE All exterior hardware and fasteners shall be brass or Type 304 Stainless Steel or better.

4.04.9A – SILICON BRONZE NUTS All stainless steel fasteners shall be equipped with silicon bronze nuts.

Page 55 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.04.10 – GROUNDING PROVISIONS Ground provisions shall be provided for the tank and for each cable entrance in accordance with Section 8.2 of ANSI C37.60 and Section 8.1 of ANSI C37.72.

4.04.10A – DESCRIPTION Each ground provision shall consist of a ½” x 13 UNC 304 stainless steel (or better) nut that is welded to the tank.

4.04.10B – PROTECTION A cap, to protect the threads and prevent paint or other foreign material from accumulating within the threads, shall plug each ground provision.

4.04.11 – HIGH VOLTAGE BUSHINGS All high voltage bushings shall be located on the same face of the tank and face a worker that is standing in front of the switch.

4.04.12 – PARKING STANDS One parking stand shall be provided to the side of each cable entrance.

4.04.12A - DIMENSIONS The parking stands shall meet the dimensional requirements in Figure 5a of ANSI C57.12.26.

4.04.12B – LOCATION The parking stands shall be located as described in the left half of Figure 2 of ANSI C57.12.26. The minimum dimensions shall be those specified for 8.3 kV equipment.

4.04.12C – INTERFERENCE WITH CABLES ON ADJACENT WAYS Parking stands shall be located so that a parked cable does not interfere with any cables on the adjacent ways.

4.04.12D - TANK REINFORCEMENT The tank shall be adequately reinforced so that installation, removal, and operation of the separable connectors do not cause deformation of the tank.

4.04.13 – MAINTENANCE FREE The tank shall be sealed for life and shall be maintenance free during the expected life of the switch. Refer to sections 4.02 and 4.03 identifying the endurance and number of operations for life of switch.

Page 56 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.05 – MOUNTING FRAME The following shall be required for the switch-mounting frame in this specification.

4.05.1 – DIMENSIONS 4.05.1A – MINIMUM HEIGHT The frame shall provide a minimum of 30 inches of clearance between the bottom of the tank and the floor of the vault.

4.05.1B – MAXIMUM HEIGHT The top most bushing shall be no more than 48 inches above the floor of the vault.

4.05.2 – TYPE The frame shall be a four-legged removable design that can be removed from the switch for installation.

4.05.3 – ACCEPTABLE MATERIALS The frame shall be constructed of galvanized or 304 stainless steel.

4.05.4 – STRENGTH RATING The frame shall be adequate to support the weight of the switch complete with all motor operators, controls, bushings, and the associated conductors.

4.05.5 – ANCHORING PROVISIONS Each of the frame legs shall be equipped with anchoring provisions that allow the frame to be attached to the floor of the vault.

4.05.6 – CABLE TRAINING DEVICE Included on the frame, 1-5/8” x 1-5/8” galvanized or 304 stainless steel Unistrut channel on the front side of the mounting frame to allow for cable training hardware to be attached.

4.06 – ACCESSORIES The following shall be required for the switch accessories in this specification.

4.06.1 – LOCAL GAS PRESSURE GAUGE The switch shall be equipped with a gas pressure gauge that is mounted on the front of the switch (when applicable)

4.06.1A – TEMPERATURE RANGE The gas pressure gauge shall be temperature compensated for operation between 0°F and 100°F.

4.06.1B – GAUGE FACE PLATE The face plate of the gas pressure gauge shall provide a large, positive, visual indication that the gas pressure is adequate for safe operation of the switch as specified in Section 8.4 of ANSI C37.72.

4.06.1C – COLOR The gauge shall be calibrated so that acceptable pressure is indicated with a distinctive color.

Page 57 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.06.1D – VIEWING OBSTRUCTIONS The pressure gauge shall be readily viewed by a worker, standing at the front of the switch, and located so that the cables, controls, sensors, motor operators, or manual operating handles do not obstruct the worker’s view of the pressure gauge.

4.06.2 – REMOTE GAS PRESSURE INDICATOR The switch shall be supplied with a remote gas pressure indicator that is compensated for operation over the temperature range described in Section 4.06.1A of this document (when applicable).

4.06.2A – AUXILIARY CONTACTS The remote gas pressure indicator shall be equipped with at least one normally open and one normally closed form C contacts.

4.06.3 – FILL VALVE The switch shall be equipped with a fill valve in accordance with Section 8.5 of ANSI C37.72.

4.06.3A – OBSTRUCTIONS The fill valve shall be readily accessible, by a worker standing at the front of the switch, and located so that the cables, controls, sensors, motor operators, or manual operating handles do not obstruct the worker’s access to the fill valve. The fill valve must be positioned to allow space for the temporary installation of electrical insulation to allow for filling with the switch energized.

4.06.4 - VIEWING WINDOWS The switch shall be equipped with a minimum of one viewing window for each way.

4.06.4A – SWITCHED WAYS All three switch contacts, on each switched way, shall be clearly visible through the viewing windows associated with the switched ways.

4.06.4B – PROTECTED WAYS Position indicators, on the protected ways, shall be clearly visible through the viewing windows associated with the protected ways.

4.06.4C – OBSTRUCTIONS The contacts or position indicator shall be readily viewed through the viewing windows, by a worker standing at the front of the switch. The viewing windows are to be located so that the cables, controls, sensors, motor operators, or manual operating handles do not obstruct the worker’s view of the switch contacts or indicators.

4.06.5 – TANK PENETRATIONS All equipment, accessories, operating shafts, and devices that penetrate the tank shall be equipped with double “O” ring type gaskets or a specially designed gas resistant gasket system.

4.06.5A – DISALLOWED METHODS Tank penetrations that utilize moving bellows, natural rubber seals, or fabric gaskets to seal the tank are specifically not allowed.

Page 58 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.06.5B – DESCRIPTIONS The method of sealing each tank penetration shall be described on the Technical Data Sheet of this document.

4.06.6 – CONTROL WIRING All control cables for voltage sensors, and fault interrupter controls shall be provided by the vendor

4.06.7 - POTENTIAL SENSORS All switched ways shall be equipped with voltage sensing indicators that are:

Suitable for installation on the test point of an industry standard 600 amp, T-Body connector.

or

Bushings with capacitive test point sensing pre-wired in the factory. 4.06.7A – ACCURACY OF SENSORS The voltage sensors shall provide positive indication, that a source is energized, when the associated voltage is above 5kV.

4.06.7B – DISALLOWED SENSORS Potential transformers that are located internal to the tank are not acceptable.

4.06.8 – TERMINATIONS All bushings and terminations shall meet the most recent revision of IEEE 386.

4.06.8A – SWITCHED WAYS The source switches shall be equipped with 600 Amp dead-break bushings.

4.06.8B – PROTECTED WAYS The load switches shall be equipped with 600 Amp dead-break bushing wells.

4.06.8C – TERMINATION RESTRAINT Terminations and bushings wells shall be installed so that they cannot rotate due to elbow connection or removal.

4.06.8D – INTERNAL CONNECTIONS Wire or flexible bus, that will not decrease the ratings of the switch, shall be used to connect the internal switch mechanisms. Terminations and bushings wells shall not be directly connected to the terminals of the internal switch mechanisms.

Page 59 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.06.9 – MOTOR OPERATORS Each switched ways shall be equipped with separate motor operators capable of opening and closing the position.

4.06.9A – HOUSINGS Each motor operator shall be enclosed in a NEMA 4X stainless steel enclosure.

4.06.9B – OPERATION SPEED The motor operators shall not compromise the total transfer time requirement specified in Section 4.12.4C of this document.

4.06.9C – OPERATION COUNTER A method for counting the operations of each switched way shall be provided. The purposes of the counters are to record the number of life cycle switch operations. The counter may use either a mechanical or software method.

4.07 - LOAD SWITCHES The following shall be required for the load switches in this specification.

4.07.1 - DEFINITION The load switches shall be defined as the 600 amp switches that are to be located on each of two switched ways. The load switches are to switch three phases simultaneously.

4.07.2 – MAIN CONTACTS 4.07.2A – OPENING AND CLOSING GAS DIRECTION The load switch shall be designed so that the gas is compressed and directed into the contact gap during opening and closing.

4.07.2B – MINIMUM CONTACT TRAVEL The main contacts shall have a minimum travel of 3” if the contacts are insulated with SF6 gas.

4.07.2C – MINIMUM GAP BIL The minimum BIL developed across the open gap of the contacts shall be 200 kV. This shall be demonstrated with an insulating gas pressure of 1 ATM.

4.07.2D – QUICK-MAKE AND QUICK-BREAK The load switch shall provide quick-make and quick-break operation during both opening and closing.

4.07.2E – LATCHES The load switch shall be provided with mechanical latches in both the open and closed positions.

4.07.2F – ARCING PROVISIONS Arcing provisions shall be provided on the main contacts, of the switched ways, so that all arcing is kept away from the main current transfer areas.

4.07.2G – RETARDING FRICTION No retarding friction on the contacts shall be allowed during the opening or closing motion of the main contacts except for a very light wiping motion.

Page 60 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.07.3 – CONTACT SPEED DURING OPERATION The switching mechanism shall be designed so that both the opening and closing speeds, of the contacts, are independent of the speed at which the operator performs a manual switching operation.

4.07.4 – FAULT CLOSE RATINGS The switch shall be designed so that the fault close and fault withstand ratings specified in Section 4.02, of this document, are not compromised.

4.07.5 – VISIBLE BREAK The switched ways shall provide a readily visible break in the contacts to confirm that the position is separated.

4.07.6 – IDENTIFICATION All switched ways shall be clearly identified.

4.07.7 – ALTERNATE Designs that utilize vacuum loadbreak switches for the switched ways may be accepted if the requirements of Section 4.07.5 can be met.

4.08 – VACUUM FAULT INTERRUPTERS The following shall be required for the shunts listed in this specification.

4.08.1 - DEFINITION The vacuum fault interrupters shall refer to the switches that are to be located on each of the two protected ways.

4.08.2 – LOAD RATING Each fault interrupter shall be rated for the load current specified in Section 4.03 of this document.

4.08.3 – TYPE OF TRIP OPERATION The fault interrupters shall be suitable for three phase tripping and closing.

4.08.4 – TRIP FREE The fault interrupters shall be designed to trip free when closed into a fault.

4.08.5 – CONTACT POSITION MONITORING The fault interrupters shall be equipped with provisions that allow the position of the contacts to be monitored locally and remotely.

4.08.6 – POSITION INDICATOR Each protected way shall be equipped with a position indicator as specified in Section 8.6 of ANSI C37.60.

Status Indicator Color

Closed RED FLAG to indicate a closed interrupter

Open GREEN FLAG to indicate an open interrupter

Page 61 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.08.7 – INTERRUPTING SPEED The fault interrupter shall have a maximum mechanical interrupting speed of 50 milliseconds.

4.08.8 – PLACEMENT Each interrupter shall be completely enclosed within the tank and immersed in the dielectric.

4.09 – SWITCH DIELECTRIC The following shall be required for the switch’s dielectric in this specification.

4.09.1 – DEFINITION The dielectric for the switch shall be commercial grade SF6 gas.

4.09.2 – TYPE The SF6 gas within the switch shall be suitable for the insulation of and arc quenching associated with 15 kV electrical switches.

4.09.2A – MAXIMUM CONTAMINANTS The maximum allowable contaminants are listed in the following table:

Contaminant Maximum Concentration Air Less than .17%

Tetrafluoromethane Less than 350 ppm

Total Purity 99.75% 4.09.2B – PHYSICAL PROPERTIES The minimum required physical properties of the SF6 gas are listed in the following table:

Contaminant Minimum Values Molecular Weight 146+-2%

Sublimation temperature at 1 ATM -83°F

Melting Point at 32.5 psia -59.4°F

Density at 70°F and 1 atm 0.382 lb/ft³

Dielectric Constant at 1 atm & 25°C 1.002049

Critical Temperature 318.8°K

Critical Pressure 37.71 bars

4.09.3 – MOISTURE FREE Moisture shall not be present within the gas dielectric once it is placed in the switch.

Page 62 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.10 – SCADA COMMUNICATION REQUIRED EQUIPMENT The following shall be required for the SCADA equipment in this specification.

4.10.1 – DESCRIPTION OF COMMUNICATION FORMAT All switch controllers and associated load relay controls shall be equipped to communicate via dry and wet contacts with industry standard SCADA type equipment utilizing DNP 3.0 protocol and utilizing a typical EIA communication option, i.e. RS232, RS485, or Ethernet. This will allow remote communications with the switch device for the purpose of status monitoring and supervisory control.

For functional SCADA requirements see automatic transfer controller section below.

4.11 - CONTROL(S) FOR THE PROTECTED WAYS The following shall be required for the protected way control(s) listed in this specification.

4.11.1 - DESCRIPTION The control(s) for the vacuum interrupters, on the protected ways, shall be field programmable, microprocessor controlled. The control for the protected ways may be included within the master transfer controller unit.

The complete switch shall be equipped with overcurrent protection for each protected way.

4.11.2 – POWERED METHOD OF THE PROTECTED WAYS The control(s) shall be either powered from the protected way’s CT’s that are located within the tank or powered from the house service to the control cabinet. A battery backup is required.

4.11.3 – SENSED QUANTITIES The control(s) shall sense the load and fault currents on each phase of the protected taps.

4.11.3A – GROUND FAULT PROTECTION The control(s) shall have provisions that provide ground fault detection.

4.11.4 – TRIP RANGE The pickup levels, on the control(s), shall be field selectable from 30 to 600 amps.

4.11.4A – DEFAULT SETTING The control(s) shall be set with a minimum pick up level of 150 amps.

4.11.5 – REQUIRED TCC’S The desired Trip Control Protection Curves (TCC) on the control(s) shall be field selectable.

Page 63 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.11.5A – REQUIRED CURVES At a minimum, the control(s) shall be able to emulate the following Type E, S&C fuse curves as listed below. It is our expectation that a full range of common electrical utility fuse curves will be offered with the controls.

TCC #119 TCC #153

4.11.5B – DEFAULT SETTINGS The control(s) shall be preset to emulate the S&C Type E, TCC #119 fuse curve.

4.11.6 - TEMPERATURE RANGE The control(s) shall operate properly within the temperature range specified in Section 4.01.3 of this document.

4.11.7 – CHARGING TIME Once the controls are energized or after a close command has been issued, the controls shall be ready to trip within 0.5 cycles or 10% of the trip time, whichever is greater.

4.11.8 – MOISTURE PROTECTION The circuit boards and components on all solid state controls shall be conformal coated to reduce moisture associated problems.

4.11.9 – ENCLOSURE The control(s) shall be housed in a NEMA 4X enclosure.

4.11.10 – CONTROL CABLES Each control shall be supplied with control cables that allow placement of the control(s) up to 20 feet from the switch tank.

4.11.11 - THREE PHASE TRIPPING The control(s) shall be suitable for simultaneous three phase tripping of the fault interrupters.

4.11.11A – FACTORY DEFAULT If single phase tripping is included as a factory option, then the control shall be preset for three phase tripping.

4.11.12- PROVISION FOR TEST SWITCHES 4.11.12A – GENERAL FUNCTIONS OF TEST SWITCHES

To provide a visible open test switch which isolates the individual trip coil of the protected ways for the purposes of changing relay settings, testing and/or replacing the controller(s) or the relay(s).

To provide a visible open test switch which isolates the individual motor operator from the switched ways for the purposes of changing controller settings, testing and/or replacing the controller.

To provide a visible open test switch which isolates the control power to the individual motor operators that control the switched ways as a required step to provide an electrical clearance on medium voltage cables while portions of the submersible switch remain energized.

Page 64 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.11.12B– SPECIFIC FUNCTIONS OF TEST SWITCHES 4.11.12B.1 – TEST SWITCHES FOR THE PROTECTED WAYS The protected way test switches are to short out and disconnect the

current transformers from the protective relay(s) to allow independent testing of the relay(s).

The protected way test switches are also to interrupt the trip-signal from the relay to each vacuum interrupter during testing.

The protected way test switches are to reset and nullify the relay’s trip signal to the vacuum interrupters to counteract any trip enabling signal occurring from relay testing operations (when applicable).

4.11.12B.2 – TEST SWITCHES FOR THE AUTOMATIC TRANSFER CONTROL

Test switches are to disconnect the switched way voltage detection circuits from transfer controller/protective relay(s). This is required for testing the relays and simulating voltage loss.

Test switches or removable fuses are to individually disconnect the power to the switched way motor operators. The test switch/power disconnect must be functionally between the motor operator and its associated driver device so no stored energy or signal from the driver device can trigger a motor operator.

4.11.12C– PHYSICAL LOCATION AND LABELING OF TEST SWITCHES

The test switches are to be located in the same cabinet and on the same panel as the transfer controller/protective relay(s).

Arrange the protected way test switches in two sets; one set each for the two protected way positions.

The test switches for the motor operators and the voltage detection circuits may be consolidated with the test switches for the protected ways if they are clearly labeled.

Clearly label the function of each test switch and the associated way that they impact.

Page 65 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.11.13- TRIP CONTROLLER INTERFERENCE IMMUNITY The Trip Controller must be shielded from radio and magnetic Interference. The unit must meet the following standards. S

Radio Frequency Immunity:

Radiated Radio

Frequency

ENV 50140: 1994

IEC 60255-22-3: 2007

IEC 61000-4-3: 2010,10 V/m

IEEE C37.90.1, 2 &3 35 V/m Exceptions: DC Battery System Monitor 10V/m (± 10% ±3 V) Ethernet card installed, 10 V/m

Electromagnetic Compatibility Immunity:

Conducted RF Immunity

ENV 50141: 1993, 10 V rms

Digital Radio

Telephone RF ENV 50204: 1995, 10 V/m at 900 MHz and 1.89 GHz

ESD Immunity

Electrostatic Discharge

IEC 60255-22-2: 2008, IEC 61000-4: 2, 6, 8, 9 &10: 2008 Levels 1,2,3,4 IEEE C37.90.3: 2001, Levels 2,4, and 8 kV contact; Levels 4,8, and 15 kV air

Fast Transient Disturbance

IEC 61000-4-4: 2012 IEC 60255-22-4: 2008, 4kV at 2.5 and 5 kHz

Page 66 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.11.14- ELECTRONIC RELAY SCADA OUTPUTS The Electronic Relay for each protected way shall be able to report:

Interrupter switch status, Open Interrupter switch status, Close

Load current amps

Control failure detected 4.12 – CONTROLS FOR THE SWITCHED WAYS The following shall be required for the control of the switched ways for this specification.

4.12.1 - DESCRIPTION The control for the load break switched ways, shall be field settable, solid state or microprocessor controlled, and equipped with automatic transfer and manual control options for field switching and/or the implementation of the required settings.

4.12.1A – QUANTITY A single control shall provide automatic transfer capability to the entire switch assembly.

4.12.2 – CONTROL POWER The control shall be powered by an external 120 –130 AC volt source.

4.12.2A – DISALLOWED TYPES Power sources that require PT’s within the tank are specifically disallowed.

4.12.3 – BACK-UP CONTROL POWER The control shall be provided with a back-up control power source.

4.12.3A – APPROVED TYPE The vendor shall supply a low voltage DC battery and charger system to provide back-up control power.

4.12.3B – DISALLOWED TYPES Back-up control power systems that utilize energy storage capacitors are specifically disallowed unless the vendor can demonstrate, to the City, that the time required to charge the capacitors would not adversely affect the transfer time specified in Section 4.12.4 of this document.

4.12.3C – TIME CAPACITY OF BACK-UP CONTROL POWER The back-up control power system shall provide adequate control power for a minimum of 8-hours.

4.12.3D – OPERATION CAPACITY OF BACK-UP CONTROL POWER The back-up control power system shall provide adequate control power capacity for a minimum of eight (8) switched way operations.

4.12.4 – AUTOMATIC TRANSFER FUNCTIONALLITY Transfer time shall be defined as the total length of time, in seconds, that a customer is without power during a transfer operation.

Page 67 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.12.4A – TRANSFER TIME START AND END DEFINITIONS Transfer time begins when the control issues an open command to the preferred source switch and ends when adequate voltage is restored to the customer.

4.12.4B – TYPES OF TRANSFER OPERATION The initial transfer operation shall be selectable for “open before close” or “close before open” transitions. Either source position must be selectable as the ‘preferred’ or ‘alternate’ source.

The return transfer operation shall be selectable for “open before close” or “close before open” transitions. The control shall allow the user to field select the type of return transfer.

4.12.4C – MAXIMUM TRANSFER TIME The maximum total transfer time shall be less than 10 seconds.

4.12.5 – CONTROLLER FUNCTIONAL REQUIREMENTS OF SCADA The control shall be equipped with provisions for remote telemetry and remote operation.

4.12.5A – AUTOMATIC TRANSFER CONTROLLER OUTPUTS The Automatic Transfer Controller shall provide at least the following digital status outputs:

Source 1 Live Open Closed

Source 2 Live Open Closed

Confirm controller mode

Auto Manual Test Off

Controller trouble alarm

Which source is selected as preferred.

4.12.5B – AUTOMATIC TRANSFER CONTROLLER REMOTE

CONTROL INPUTS The control shall provide at least the following digital control inputs:

Source 1 Open Close

Source 2 Open Close

Confirm controller mode

Change automatic mode to remote mode Change remote mode to automatic mode

4.12.5C- AUTOMATIC TRANSFER CONTROLLER TEST SWITCHES

See “Provision for Test Switches” section 4.11.12

Page 68 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.12.6 – OPERATIONAL CONTROLS The controls can be equipped with knobs and toggle switches, or membrane switches and LCD display panels.

4.12.7 – TEMPERATURE RANGE The control shall operate properly within the temperature range specified in Section 4.01.3 of this document.

4.12.8 – MOISTURE PROTECTION The control enclosure shall be supplied with a heater and humidistat to minimize moisture accumulation within the enclosure.

4.12.9 – ENCLOSURE The control shall be housed in a non-metallic NEMA 4X enclosure that is equipped with a hinged lid and contains provisions for padlocking.

4.12.10 – CONTROL CABLES Each control shall be supplied with a control cable that allows placement of the control up to 20 feet from the switch tank.

4.12.11 – LOCAL / REMOTE SWITCH The control shall be equipped with a local switch that allows the control to be placed in the full automatic mode or a local control only mode.

4.12.12 – TRANSFER TIMERS The control shall be equipped with the following field settable transfer delay timers:

Description Range (Seconds)

Initial transfer from source one to two 5 - 20

Return transfer from source two to one 100 – 1,000

Initial transfer from source two to one 5 - 20

Return transfer from source one to two 100 – 1,000

4.12.12A – INITIAL TRANSFER TIME DEFINITION The initial transfer timer shall govern the intentional time delay between the time that the preferred source voltage is detected to be inadequate and the time that the control issues the first transfer command.

4.12.12B – RETURN TRANSFER TIMER DEFINITION The return transfer timer shall govern the intentional time delay after the preferred source voltage has returned to an acceptable level and the time before the control issues a return transfer command.

Page 69 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.12.13 – SELECTION OF PREFERRED SOURCE The control shall allow the user to field select which source is to be the preferred source.

4.12.13A – NO PREFERENCE OPTION The control shall allow the user to field select no preferred source. This shall cause the control to remain on the alternate source until a transfer operation is required.

4.12.14 – STATUS INDICATION The control shall be equipped with status indicators that provide the following minimum information:

Automatic Transfer Mode

Remote Mode

System Ready

Dielectric is Insufficient

AC Power is Adequate

Back-Up Control Power is Adequate

Fault Condition Detected and Transfer is Blocked 4.12.14A – ALLOWED INDICATOR TYPES All status indicator “lights” shall be of the LED type.

4.12.14B – DISALLOWED LIGHT TYPES Incandescent bulb lights are specifically disallowed.

4.12.15 – ONE LINE INDICATING DIAGRAM The controller shall provide a clear one-line diagram of the entire switch. LCD displays may be used to display the one-line diagram.

4.12.15A – REAL TIME This one-line diagram shall show the actual real time status of each switched and protected way.

4.12.16 – CONTROLS FOR MANUAL OPERATION The faceplate of the controller shall have push button provisions for manual opening and closing of each of the switched ways.

Page 70 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.12.17 – TEST PROVISIONS The control shall have test provisions that allow a user to test its operation independent of the switch operations. The control’s dynamic one-line diagram shall demonstrate the status of test sequence and timing delays while simulating operations.

4.12.17A – TYPES OF TESTS The following tests shall be available:

The switch shall initiate a simulated transfer for:

simulated loss of source one simulated loss of source two

The switch shall not initiate a simulated transfer:

for a simulated low gas pressure if a simulated motor fault exists if the alternate source is unavailable

4.12.18 – ADEQUATE ALTERNATE SOURCE The control shall monitor the source voltage at the normally open switched way. The controller shall not allow a transfer if the voltage at the alternate source is not acceptable.

4.12.19 – LOW GAS OPERATION INHIBIT The control shall monitor the gas pressure inside the tank of the switching compartment. The control shall not allow a transfer if the gas pressure is not adequate to ensure that the switched way will be able to interrupt the arc associated with the switching operation.

4.12.20 – AUTOMATIC TRANSFER CONTROLLER INTERFERENCE IMMUNITY

The Automatic Transfer Controller must be shielded from radio and magnetic Interference. The Automatic Transfer Controller must meet the same interference immunity standards as identified in Section 4.11.13 for the Trip Controller.

4.12.21 – AUTOMATIC TRANSFER CONTROLLER POWER SUPPLY

Power Supply

Nominal Input 120/130 Vac

Operating Range = 85-135 Vac

Normal Frequency =60 Hz

Range = 30-120 Hz

Burden = <120 VA

Page 71 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.13 - MATERIALS The following shall be required for the miscellaneous materials listed in this specification.

4.13.1 - CURRENT CARRYING PARTS All current carrying items shall be made from copper, bronze, or other approved non-ferrous material.

4.13.2 - HARDWARE Bolts, nuts, washers, pins, and all other hardware and fasteners used in the live parts shall be Everdur, Monel, Duronze or stainless steel.

4.13.3 - STEEL COMPONENTS All steel parts shall be hot-dipped galvanized after fabrication per ASTM A153 or ASTM A123 standards.

4.14 - MANUAL OPERATING MECHANISMS FOR THE 12.5KV SWITCHED WAYS The following shall be required for the manual operating mechanisms listed in this specification.

4.14.1 - DESCRIPTION Each switched way and each protected way shall be supplied complete with an operating handle.

4.14.1A - EFFORT REQUIRED The manual mechanical operating mechanism shall provide for the quick, simple, and effective operation of each way, without undue effort by one person.

4.14.1B - SMOOTH OPERATION Each way shall open and close without appreciable jar or impact, and shall be free from any jerky or non-uniform movement.

4.14.1C - DISTORTION FREE FORCE TRANSMITTAL Each switching mechanism shall be designed to transmit torque between phases without appreciable distortion, thus, assuring simultaneous opening or closing of all three electrical poles of the way.

4.14.2 - OPERATING HANDLE 4.14.2A - LOCATION The operating handle shall be mounted on the tank above each way.

4.14.2B - LOCKING PROVISIONS The manual switching mechanisms operating handle shall be constructed so that it may be padlocked in both the open and closed positions.

4.14.2C – MATERIAL The operating handle shall be constructed of 304 stainless steel or better.

4.14.3 – USER IDENTIFICATION PLATE The vendor shall provide user identification plates, meeting the dimensions as specified in Figure 7 of ANSI C37.71, and installed in accordance with Section 8.11 of ANSI C37.71.

Page 72 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.15 - NAMEPLATE The following shall be required for the nameplates listed in this specification.

4.15.1 - BASIC SWITCH INFORMATION Each switch shall be furnished with a nameplate that provides all of the information that is required in Section 8.10 of ANSI C37.71.

4.15.2 – FAULT INTERRUPTER INFORMATION The nameplate for each switch shall also include the fault interrupter information specified in Section 8.7 of ANSI C37.60.

4.16 - DATA REQUIRED FOR EACH SWITCH SHIPPED The following data shall be included in weatherproof packaging with each switch that is shipped:

Assembly instructions Assembly drawings Installation Instructions Installation Drawings Fault Interrupter Control Manual Automatic Transfer Controller Manual SCADA Interface Manual

4.17 - MANUFACTURER'S TESTS The following test reports shall be required for the switches listed in this specification.

4.17.1 – QC TESTS Before delivery of each shipment of equipment, the manufacturer, in accordance with the manufacturer’s QC policies shall test each complete switch assembly.

4.17.1A - NUMBER OF COPIES One (1) certified copy of the test results shall be furnished to the City upon completion of the tests for each switch.

Page 73 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.17.1B – SWITCHED WAYS The load switches shall meet the requirements of ANSI C37.71 as listed below in the table and the additional requirements noted.

Minimum Performance Criteria

ANSI C37.71 Section Additional Requirements

Short Time Current Test 5.3 The load switches shall be tested for momentary, three-time fault close, and one-second ratings

Continuous Current 5.5 The load switches shall be tested and meet the requirements of Section 4.02 of this document

Load Current Interrupting 5.2

Load Current Interrupter Life Expectancy 5.2.1

Mechanical Operations 5.6 The switch shall meet the minimum number of operations specified in Section 4.02 of this document.

Dielectric Tests 5.4

Partial Discharge Tests 5.7

4.17.1C – PROTECTED WAYS The fault interrupters shall be tested and meet the minimum requirements of ANSI C37.60 as listed below and the additional requirements noted.

Minimum Performance Criteria

ANSI C37.60 Section Additional Requirements

Making Current Tests 6.4

Continuous Current 6.9 The fault interrupters shall be tested and meet the requirements of Section 4.03 of this document.

Current Interrupting 6.3

Load Current Interrupter Life Expectancy 6.3.4

Mechanical Operations 6.11 The switch shall meet the minimum number of operations specified in Section 4.03 of this document.

Dielectric Tests 6.2

RIV Tests 6.7 The interrupters shall meet the 500 microvolt limit specified in Table 11 of ANSI C37.06

4.17.2 – LEAK TESTS Before each switch is shipped it shall be completely leak tested in accordance with Section 6.3 of ANSI C37.71.

4.17.2A – CONDITIONS OF LEAK TEST The leak test shall be completed in an isolated and enclosed area so that airborne gas molecules do not contaminate the test results.

Page 74 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

4.17.2B – MAXIMUM LEAK RATE The maximum allowed leak rate shall be 10E-7 ml/sec.

4.17.2C – NUMBER OF COPIES One (1) certified copy of the test results shall be furnished to the City upon completion of the tests for each switch.

Page 75 of 76

Material Specification PT14-0695F 15kV 600A Submersible Switchgear

APPENDIX “A” Producer Price Index – Series #335313335313

Switchgear and Switchboard Apparatus

Below is the trending of the Producer Price Index – series #335313335313 of for reference purposes only.

Page 76 of 76