216
City of Tacoma Environmental Services Department SPECIFICATION NO. ES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT Request for Proposals Project No. ENV-02009

SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

City of Tacoma Environmental Services Department

SPECIFICATION NO. ES19-0001F

SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT

PROCUREMENT

R e q u e s t f o r P r o p o s a l s

Project No. ENV-02009

Page 2: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

CITY OF TACOMA

ENVIRONMENTAL SERVICES DEPARTMENT

REQUEST FOR PROPOSAL

FOR

SPECIFICATION NO. ES19-0001F

SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT

PROJECT NO. ENV-02009 Jody Bratton, P.E. 326 East D Street Science & Engineering Division Tacoma, Washington 98421-1801 Environmental Services Department

Page 3: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

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

City of Tacoma Environmental Services Department / Science and Engineering

REQUEST FOR PROPOSALS ES19-0001F

CNG Fueling Equipment Procurement Submittal Deadline: 11:00 a.m., Pacific Time, Tuesday, March 5, 2019 Submittal Delivery: Sealed submittals will be received as follows:

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

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

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

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

Submittal Opening: Sealed submittals in response to a RFP will be opened by a Purchasing representative and read aloud during a public bid opening held in Conference Room M-1, located on the main floor in the same building. Submittals in response to an RFP or RFQ are recorded as received but are not typically opened and read aloud. After 1:00 p.m. the day of bid opening, the names of vendors submitting proposals are posted to the website for public viewing.

Solicitation Documents: An electronic copy of the complete solicitation documents may be viewed and obtained by accessing the City of Tacoma Purchasing website at www.TacomaPurchasing.org.

• Register for the Bid Holders List to receive notices of addenda, questions and answers and related updates.

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

Pre-Proposal Meeting: A pre-proposal meeting will not be held

Project Scope: Purchase of a Compressed Natural Gas (CNG) Fueling Station Equipment, with an option to purchase a Maintenance Service Agreement, per the enclosed technical requirements. The Contract shall also include certification of proper installation following installation by the City’s Contractor (separate Contract Award), assistance with commissioning and startup including training obligations as defined in the technical requirements.

Estimate: $2,350,000 Paid Leave and Minimum Wage: Effective February 1, 2016, the City of Tacoma requires all employers to provide paid leave and minimum wages, as set forth in Title 18 of the Tacoma Municipal Code. For more information visit www.cityoftacoma.org/employmentstandards.

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

Protest Policy: City of Tacoma protest policy, located at www.tacomapurchasing.org, specifies procedures for protests submitted prior to and after submittal deadline.

Meeting sites are accessible to persons with disabilities. Reasonable accommodations for persons with disabilities can be arranged with 48 hours advance notice by calling 253-502-8468.

Page 4: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F i Table of Contents CNG Fueling Equpment Procurement

Table of Contents Request for Proposal Standard Terms and Conditions Section 1 Submittal Checklist SECTION 3 – Project Information and Requirements

A. Project Overview B. Minimum Requirements C. Inquiries to RFP D. RFP Revisions E. Calendar of Events F. Contract Term G. Responsiveness H. Costs to Prepare Submittal I. Acceptance of Proposal Contents J. Contract Obligation K. Partnerships L. Commitment of Key Personnel M. Proposal Format and Presentation N. Content to be Submitted O. Evaluation Criteria P. Interviews Q. Award R. Payment Method - Credit Card Acceptance

SECTION 4 – Technical Specifications

DIVISION 1 - GENERAL REQUIREMENTS

01 10 00 Summary of Work 01 14 00 Work Restrictions – CNG Fueling Equipment 01 14 01 Environmental Sustainability Management System (ESMS) 01 15 00 Storage of CNG Fueling Equipment 01 29 00 Payment Procedures – CNG Fueling Equipment 01 33 00 Submittal Procedures

Supplement: Transmittal of CNG Fueling System Supplier’s Submittal Form

01 42 13 Abbreviations and Definitions 01 43 33 Manufacturers’ Field Services

Supplements: Manufacturer’s Certificate of Compliance Manufacturer’s Certificate of Proper Installation Attachment A: Outline of Training Session

01 61 00 Common Product Requirements 01 78 23 Operation and Maintenance Data

Supplement: Maintenance Summary Form Example Equipment Detail Report Example Instrument Detail Report Example Control Panel Detail Report

01 91 14 Equipment Testing and Facility Startup Supplements: Equipment Test Report Form Unit Process Startup Form

Page 5: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F ii Table of Contents CNG Fueling Equpment Procurement

Facility Performance Demonstration/Certification Form Startup and Commissioning Checklist and Approval Sheet

DIVISION 180000 – CNG FUELING SYSTEM REQUIREMENTS

180000 General 181500 Piping and Tubing 181600 Electrical Equipment Fabrication 185100 Single Tower CNG Dryer 185200 CNG Compressor Package 185400 CNG Gas Control, Storage and Dispensing Equipment 185500 Electrical and Computerized Control System PART 5 – REFERENCE DRAWINGS

Appendix A • Signature Page • Price Proposal Form • Proposer Technical Data Forms • Certificate of Insurance Requirement • Prime Contractor Pre-Work Form • Sample Contract • Small Business Enterprise

Page 6: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F iii Table of Contents CNG Fueling Equpment Procurement

SUBMITTAL CHECK LIST

This checklist identifies items to be included with your submittal. Any submittal received without these required items may be deemed non-responsive and not be considered for award. Submittals must be received by the City of Tacoma Purchasing Division by the date and time specified in the Request for Proposal page.

The following items make up your submittal package:

One original, 5 copies and one electronic copy (CD or flash drive) of your complete submittal package (with original and copies clearly identified)

Signature Page Apprendix A

Price Proposal and Technical Data Form Appendix A

Information in SECTION 3 – PROJECT INFORMATION AND REQUIREMENTS, Part N

Prime Contractor Pre-Work Form After award, the following documents will be executed: Personal Services Contract Certificate of Insurance and related endorsements

Page 7: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Standard Terms & Conditions, Form No. SPEC-190A Page 1 of 13 Rev.: 03/21/2018

CITY OF TACOMA STANDARD TERMS AND CONDITIONS

GOVERNS BOTH GOODS AND SERVICES AS APPLICABLE In the event of an award by the City, these Terms and Conditions stated herein, Additional Contract Documents if issued, Solicitation if issued, Purchase Orders if issued by City, and Supplier's Submittal, if provided, shall constitute the Contract between City and Supplier for the acquisition of goods, including materials, supplies, and equipment or for the provision of services and deliverables. Said documents represent the entire Contract between the parties and supersede any prior oral statements, discussions, or understandings between the parties, and/or subsequent Supplier invoices. No modification of the Contract shall be effective unless mutually agreed in writing. The specific terms and conditions of any Solicitation (Specification, Request for Bids, Request for Proposals, Requests for Qualifications, Requests for Quotations, Request for Information, bid documents, request to enter into negotiations, or other form of solicitation issued by City, including any general, special, or technical provisions associated with such Solicitations) are incorporated herein by reference and supersede these Terms and Conditions where there is conflict or inconsistency. In the event Additional Contract Documents are negotiated and agreed to in writing between Supplier and City, the specific terms of such Additional Contract Documents are incorporated herein by reference and supersede all other terms and conditions where there is conflict or inconsistency. These Terms and Conditions, Additional Contract Documents if issued, Solicitation if issued, City purchase order if issued, are controlling over Supplier’s Submittal if a Submittal is provided. Submittals if provided are incorporated herein by reference.

1.01 SUPPLIER / CONTRACTOR

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

1.02 SUBMITTAL

Submittal means Bids, Proposals, Quotes, Qualifications or other information, content, records or documents submitted in response to a City Solicitation.

1.03 FORMS OF SUBMITTAL

Unless stated otherwise, all submittals must be in SAP Ariba and submitted exactly as specified or directed, and all required forms must be used.

1.04 COSTS TO PREPARE SUBMITTAL

The City is not liable for any costs incurred by Supplier for the preparation of materials or a Submittal provided in response to a solicitation, conducting presentations to the City, or any other activities related to responding to the City’s Solicitation.

1.05 LICENSES/PERMITS

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

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

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

Page 8: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Standard Terms & Conditions, Form No. SPEC-190A Page 2 of 13 Rev.: 03/21/2018

1.06 PUBLIC DISCLOSURE: PROPRIETARY OR CONFIDENTIAL INFORMATION

A. Supplier Submittals, all documents and records comprising the Contract, and all other documents and records provided to the City by Supplier are deemed public records subject to disclosure under the Washington State Public Records Act, Chapter 42.56 RCW (Public Records Act). Thus, City may be required, upon request, to disclose the Contract and documents or records related to it unless an exemption under the Public Records Act or other laws applies. In the event CITY receives a request for such disclosure, determines in its legal judgment that no applicable exemption to disclosure applies, and Supplier has complied with the requirements to mark records considered confidential or proprietary as such requirements are stated below, City agrees to provide Supplier 10 days written notice of impending release. Should legal action thereafter be initiated by Supplier to enjoin or otherwise prevent such release, all expense of any such litigation shall be borne by Supplier, including any damages, attorneys’ fees or costs awarded by reason of having opposed disclosure. City shall not be liable for any release where notice was provided and Supplier took no action to oppose the release of information.

B. If Supplier provides City with records or information that Supplier considers confidential or proprietary, Supplier must mark all applicable pages or sections of said record(s) as “Confidential” or “Proprietary.” Further, in the case of records or information submitted in response to a Request for Proposals, an index must be provided indicating the affected pages or sections and locations of all such material identified Confidential or Proprietary. Information not included in the required index will not be reviewed for confidentiality or as proprietary before release. If Supplier fails to so mark or index Submittals and related records, then the City, upon request, may release said record(s) without the need to satisfy the requirements of subsection A above; and Supplier expressly waives its right to allege any kind of civil action or claim against the City pertaining to the release of said record(s).

C. Submission of materials in response to City’s Solicitation shall constitute assent by Supplier to the foregoing procedure and Supplier shall have no claim against the City on account of actions taken pursuant to such procedure.

1.07 SUSTAINABILITY

A. The City has interest in measures used by its contractors to ensure sustainable operations with minimal adverse impact on the environment. The City seeks to do business with vendors that value community and environmental stewardship that help us meet our sustainable purchasing goals.

B. The City encourages the use of environmentally preferable products or services that help to minimize the environmental and human health impacts of City operations. Suppliers are encouraged to incorporate environmentally preferable products or services into Submittals wherever possible. "Environmentally preferable" means products or services that have a lesser or reduced effect on human health and the environment when compared with competing products or services that serve the same purpose. This comparison may consider raw materials acquisition, production, manufacturing, packaging, distribution, reuse, operation, maintenance, or disposal of the product or service.

C. Environmental Standards. The City seeks to ensure that all purchases comply with current environmental standards and product specifications. Where appropriate, third party independent certifiers such as Green Seal and USEPA Standards shall be a minimum specification for products to the City, unless specified otherwise herein.

D. The City encourages the use of sustainability practices and desires any awarded Suppliers to assist in efforts to address such factors when feasible for:

1. Pollutant releases

2. Toxicity of materials used

3. Waste generation

4. Greenhouse gas emissions, including transportation of materials and services

5. Recycle content

6. Energy consumption

7. Depletion of natural resources

8. Potential impact on human health and the environment

Page 9: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Standard Terms & Conditions, Form No. SPEC-190A Page 3 of 13 Rev.: 03/21/2018

1.08 ALTERATIONS NOT ALLOWED

Except as otherwise specifically provided in a Solicitation, Submittals that are incomplete or conditioned in any way, contain erasures, alternatives or items not called for, or not in conformity with law, may be rejected as being non-responsive. Any attempt to condition a Submittal by inserting exceptions to the Solicitation or any conditions, qualifications or additions that vary its terms may result in rejection of the Submittal. The City may reject any submittal containing a material deviation from the Solicitation.

1.09 CORRECTION OF AMBIGUITIES AND OBVIOUS ERRORS

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

B. Supplier shall notify the City of Tacoma Procurement and Payables Division in writing of any ambiguity, conflict, discrepancy, omission or other error in a Solicitation no later than five business days prior to the submittal deadline.

1. For solicitations conducted in SAP Ariba, Supplier shall notify the City of Tacoma Procurement and Payables Division on the message board of the event.

2. For all other solicitations, Supplier shall notify the contract person listed in the Solicitation.

C. The City will make necessary modifications by addendum.

D. Supplier is responsible for identifying ambiguities, conflicts, discrepancies, omissions or other errors in the Solicitation prior to providing its Submittal or the ambiguity, conflict, discrepancy, omission, or other error is waived. Any Submittal that includes assumed clarifications and/or corrections without the required authentication of the same is subject to rejection.

1.10 WARRANTIES/GUARANTEE

A. Suppliers warrant that all items, including services, as applicable:

1. Are merchantable.

2. Comply with the City's latest drawings and specifications.

3. Are fit for the City's intended use.

4. Will be performed according to the skill and care required by customarily accepted good practices and procedures followed by service providers rendering the same or similar type of service.

5. Are new and unused unless otherwise stated.

6. Comply with all applicable safety and health standards established for such products by the Occupational Safety and Health Administration (OSHA), Washington Industrial Safety and Health Act (WISHA) and/or Consumer Products Safety Act (CPSA), and all other applicable state and federal laws or agency regulations.

7. Are properly packaged and contain appropriate instructions or warnings, including applicable MSDS sheets.

1.11 PATENTS, TRADEMARKS AND COPYRIGHTS

Suppliers warrant that equipment and/or materials furnished, including software, do not infringe on any patent, trademark or copyright, and agree to indemnify, defend and hold harmless, the City in the event of any infringement or claim thereof.

1.12 DELIVERY OF SUBMITTALS TO THE CITY’S PROCUREMENT AND PAYABLES DIVISION

A. Submittal packages must be received by the City’s Procurement and Payables Division in SAP Ariba (unless another form of delivery is stated), prior to the scheduled time and date stated in the Solicitation.

B. Supplier is solely responsible for timely delivery of its Submittal.

C. Submittals received after the time stated in the solicitation will not be accepted.

D. For purposes of determining whether a Submittal has been timely received in SAP Ariba, the City's Procurement and Payables Division will rely on the submittal clock in SAP Ariba.

Page 10: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Standard Terms & Conditions, Form No. SPEC-190A Page 4 of 13 Rev.: 03/21/2018

1.13 SUBMITTAL IS NON-COLLUSIVE

Supplier acknowledges that by its delivery of a Submittal to the City in response to a Solicitation, it represents that the prices in such Submittal are neither directly nor indirectly the result of any formal or informal agreement with another Supplier.

1.14 PARTNERSHIPS

The City will allow firms to partner in order to respond to a Solicitation. Multiple suppliers may team under a Prime Supplier’s Submittal in order to provide responses to all sections in a single submission; however, each Supplier’s participation must be clearly delineated by section. The Prime Supplier will be considered the responding vendor and the responsible party at contract award. All contract negotiations will be conducted only with the Prime Supplier. All contract payments will be made only to the Prime Supplier. Any agreements between the Prime Supplier and other companies will not be a part of the Contract between the City and the Prime Supplier. The City reserves the right to select more than one Prime Supplier.

1.15 WITHDRAWAL OF SUBMITTALS

A. Prior to Submittal Deadline. Submittals may be withdrawn (including in SAP Ariba) prior to the scheduled submittal deadline.

B. After Submittal Deadline. No Submittal can be withdrawn after having been opened before the actual award of the contract, unless the award is delayed more than 90 calendar days beyond the date of opening. If a delay of more than 90 calendar days does occur, Supplier must submit written notice to the City purchasing manager that Supplier is withdrawing its submittal.

1.16 ACCEPTANCE OF SUBMITTALS

A. If the solicitation announcement so states, submittals, unless previously withdrawn, will be read aloud, irrespective of any irregularities or informalities in such submittal, at the time and place specified in the solicitation announcement.

B. All submittals must remain open for acceptance by the City for a period of at least 90 calendar days from the submittal deadline.

1.17 RIGHT TO REJECT

A. The City of Tacoma reserves the right to reject any and all submittals, waive minor deviations or informalities, supplement, amend, reduce or otherwise modify the scope of work or cancel the solicitation, and if necessary, call for new submittals.

1.18 RESERVED RIGHTS

A. By providing a submittal in response to a City solicitation, Supplier acknowledges and consents to the below City rights and conditions. With regard to this procurement process, the City reserves, holds without limitation, and may exercise, at its sole discretion, the following rights and conditions:

1. To terminate the procurement process or decide not to award a contract as a result thereof by written notice to the Suppliers for any reason whatsoever with or without substitution of another solicitation.

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

3. To issue addenda for any purpose including:

a. To make minor or major changes or alterations to the evaluation, selection and/or performance schedule(s) for any events associated with a procurement.

b. To supplement, amend, reduce, cancel, or otherwise modify a Solicitation, including but not limited to modifications to the description of services and/or products contained in the solicitation, by omitting services/products and/or including services/products.

4. To request clarifications, additional information, and/or revised Submittals from one or more Suppliers.

5. To conduct investigations with respect to the qualifications and experience of Supplier(s), including inspection of facilities and to request additional evidence to support any such information.

Page 11: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Standard Terms & Conditions, Form No. SPEC-190A Page 5 of 13 Rev.: 03/21/2018

6. To eliminate any Supplier that submits an incomplete or inadequate response, or is non-responsive to the requirements of a Solicitation, or is otherwise deemed to be unqualified during any stage of the procurement process.

7. To select and interview a single finalist or multiple finalists to further the City’s evaluation of Submittals provided in response to a Solicitation. The City may, in its sole and exclusive discretion as to what is in the City’s best interest, elect not to conduct interviews of any or all Suppliers in connection with a solicitation process.

8. Except in the case of Requests for Bids, to negotiate any rate/fee offered by a Supplier. The City shall have the sole right to make the final rate/fee offer during contract negotiations. If the selected Supplier does not accept the City’s final offer, the City may, in its sole discretion discontinue contract negotiations and commence negotiations with another Supplier, except as otherwise provided in Chapter 39.80, RCW.

9. To select and enter into a Contract with one or more Suppliers whose Submittal best satisfies the interests of the City and is most responsive, in the sole judgment of the City, to the requirements of a Solicitation.

10. To award by line item or group of line items.

11. To not award one or more items.

12. To issue additional or subsequent solicitations.

13. To seek partnerships between one or more Suppliers.

14. Request additional related products and services from the selected Supplier(s) as necessary throughout the term of the Contract.

15. Negotiate costs or fees in the event of new legislation or regulatory changes, or issuance of related compliance guidance, technology enhancements, and innovative solutions.

16. In the event the City receives questions concerning a Solicitation from one or more Suppliers prior to the deadline for response, the City reserves the right to provide such questions, and the City’s responses, if any, to all Suppliers.

17. If an award is made and, prior to entering into a contract, subsequent information indicates that such award is not in the best interest of the City, the City may rescind the award without prior notice to Supplier and either award to another Supplier or reject all submittals or cancel this solicitation.

18. To cancel award of a contract at any time before execution of the Contract by both parties if cancellation is deemed to be in the City’s best interest. In providing a submittal, Suppliers agree that the City is not liable for any costs or damages for the cancellation of an award. Supplier assumes the sole risk and responsibility for all expenses connected with the preparation of its submittal.

19. To add additional City departments or divisions to the Contract or develop a separate Contract with the Supplier subject to all terms, conditions and pricing of the original Contract

20. To take any other action affecting a Solicitation or a procurement process that is determined to be in the City’s best interests.

1.19 SUBMITTAL CLARIFICATION

Suppliers may be asked to clarify their Submittal. This action shall not be construed as negotiations or any indication of intentions to award. If called upon, Supplier must respond to such requests within two business days or the timeframe set forth by the City in its request for clarification. Supplier’s failure to respond to such a request may result in rejection of its Submittal.

1.20 EVALUATION OF SUBMITTALS

A. The City of Tacoma reserves the right to award to the lowest and best responsible Supplier(s) delivering a Submittal in compliance with the Solicitation, provided such Submittals are reasonable and are in the best interest of the City to accept. The City may use a number of criteria for determining award, including evaluation factors set forth in Municipal Code Section 1.06.262. Suppliers who are inexperienced or who fail to properly perform other contracts may have their submittal rejected for such cause.

Page 12: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Standard Terms & Conditions, Form No. SPEC-190A Page 6 of 13 Rev.: 03/21/2018

1. Evaluation Factors. In addition to the factors set forth in Municipal Code Section 1.06.262, the following may be used by the City in determining the lowest and best responsible Submittal:

a. Compliance with a Solicitation and with applicable City requirements, including by not limited to, the City’s Ethics Code and its Small Business Enterprise and Local Employment and Apprenticeship programs.

b. Submittal prices, listed separately if requested, as well as a lump sum total (if the unit price does not compute to the extended total price, the unit price shall govern).

c. The total cost to the City, including all applicable taxes, may be the basis for contract award. d. Time of delivery and/or completion of performance (delivery date(s) offered). e. Warranty terms. f. Quality of performance of previous contracts or services, including safety requirements and

past compliance with the City’s Ethics Code. g. Previous and existing compliance with laws and ordinances relating to contracts or services. h. Sufficiency of financial resources. i. Quality, availability, and adaptability of the supplies or services to the particular use required. j. Ability to provide future maintenance and service on a timely basis. k. Location of nearest factory authorized warranty repair facility or parts dealership. l. Ability, capacity, experience, stability, reputation, integrity, character, judgment, technical

qualifications, and skill to perform the contract or provide the services required.

2. 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.

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

1.21 CONTRACT OBLIGATION

A. The Submittal contents of the successful Supplier will become contractual obligations if a Contract ensues.

B. In the event the City of Tacoma determines to award a Contract, the selected Supplier(s) may be requested to execute Additional Contract Documents.

C. Supplier shall register with the City of Tacoma on the SAP Ariba Network and be enabled for transactions upon request by the City.

D. Suppliers may propose amendments to City’s Contract documents or to these Terms and Conditions, but the City retains the right to accept or reject proposed amendments.

E. No costs chargeable for work under the proposed Contract may be incurred before mutual acceptance and execution as directed.

1.22 AWARD

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

1.23 SUPPLIER'S REFUSAL TO ENTER INTO CONTRACT

Any Supplier who refuses to enter into a Contract after it has been awarded to the Supplier will be in breach of the agreement to enter the Contract, and Supplier's certified or cashier’s check or bid bond, if any, shall be forfeited.

1.24 LEGAL HOLIDAYS

A. The City of Tacoma observes the following holidays, which shall apply to performance of all contracts: New Year's Day January 1 Martin Luther King's Birthday 3rd Monday in January Washington's Birthday 3rd Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in September

Page 13: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Standard Terms & Conditions, Form No. SPEC-190A Page 7 of 13 Rev.: 03/21/2018

Veteran's Day November 11 Thanksgiving Day 4th Thursday of November Day after Thanksgiving 4th Friday of November Christmas Day December 25

B. When any of these holidays occur on Saturday or Sunday, the preceding Friday or the following Monday, respectively, is a legal holiday for the City of Tacoma.

1.25 CONTRACT TERM

All services shall be satisfactorily completed and all deliverables provided by the termination date stated, and the Contract shall expire on said date unless mutually extended in writing by the parties.

1.26 EXTENSION OF CONTRACT

Contracts shall be subject to extension at City’s sole discretion.

1.27 TERMINATION AND SUSPENSION

A. Supplies. The City reserves the right to terminate a Contract at any time upon prior written notice to Supplier. Upon the effective date of termination specified in such notice, and payment by the City, all conforming supplies, materials, or equipment previously furnished hereunder shall become its property.

B. Services. The City may terminate a Contract at any time, with or without cause, by giving 10 business days written notice to Supplier. In the event of termination, all finished and unfinished work prepared by Supplier pursuant to the Contract shall be provided to the City. In the event City terminates the Contract due to the City’s own reasons and without cause due to Supplier’s actions or omissions, the City shall pay Supplier the amount due for actual work and services necessarily performed under the Contract up to the effective date of termination, not to exceed the total compensation set forth in the Contract.

C. Suspension. For either services or supplies, the City may suspend a Contract, at its sole discretion, upon three business days’ written notice to Supplier. Such notice shall indicate the anticipated period of suspension. Any reimbursement for expenses incurred due to the suspension shall be limited to Supplier’s actual expenses and shall be subject to verification. Supplier shall resume performance of services under the Contract without delay when the suspension period ends.

D. Termination or suspension of a Contract by City shall not constitute a waiver of any claims or remaining rights the City may have against Supplier relative to performance under a Contract.

1.28 DEFAULT/BREACH

In the event of material default or breach by Supplier on any of the conditions of a Contract, Supplier agrees that the City may, at its election, procure the goods or services from other sources, and may deduct from the unpaid balance due Supplier, or collect against the bond or security (if any), or may invoice and recover from Supplier all costs paid in excess of the price(s) set forth in the Contract.

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

B. Services. The City shall have the right to make changes within the general scope of services and/or deliverables upon execution in writing of a change order or other written form of contract amendment. If the changes will result in additional work effort by Supplier the City agrees to reasonably compensate Supplier for such additional effort up to the maximum amount specified in the Contract or as otherwise provided by Tacoma Municipal Code. Any new services accepted by the City may be added to the Contract and/or substituted for discontinued services. New services shall meet or exceed all requirements of original award.

C. Expansion Clause. A Contract may be further expanded in writing to include other related services or products normally offered by Supplier, as long as the price of such additional services or products have a profit margin equal to or less than that in place at the time of original submittal. Such additions and prices will be established in writing. New items not meeting these criteria will not be added to the Contract. Supplier profit margins are not to increase as a result any such expansion.

1.29 SCOPE OF SERVICES

Supplier agrees to diligently and completely perform the services required by a Contract.

Page 14: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Standard Terms & Conditions, Form No. SPEC-190A Page 8 of 13 Rev.: 03/21/2018

1.30 SERVICES DO NOT INCLUDE PUBLIC WORK

Unless otherwise stated, the services and/or work contracted for herein exclude public work and improvements as defined in RCW 39.04, as that statute may hereafter be amended.

1.31 PREVAILING WAGES

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

B. If applicable, a Schedule of Prevailing Wage Rates for the locality or localities where the Contract will be performed is attached and made of part of the Contract by this reference. If prevailing wages do apply to the Contract, Supplier and its subcontractors shall:

1. Be bound by the provisions of Chapter 39.12 RCW, as amended, relating to prevailing wages and usual fringe benefits,

2. Ensure that no worker, laborer or mechanic employed in the performance of any part of the Contract shall be paid less than the prevailing rate of wage specified on that Schedule, and

3. Immediately upon award of the Contract, contact the Department of Labor and Industries, Prevailing Wages section, Olympia, Washington, to obtain full information, forms and procedures relating to these matters. Per such procedures, a Statement of Intent to Pay Prevailing Wages must be submitted by Contractor and its subcontractors to the City, in the manner requested by the City, prior to any payment by the City hereunder, and an Affidavit of Wages Paid must be received or verified by the City prior to final Contract payment.

1.32 CONTRACT PRICING

A. Submitted prices shall include costs of submittal preparation, servicing of the account, all contractual requirements during contract period such as transportation, permits, insurance costs, bonds, labor, wages, materials, tools, components, equipment, and appurtenances necessary to complete the work, which shall conform to the best practice known to the trade in design, quality, material, and workmanship.

B. Surcharges of any type will not be paid.

C. If applicable, related additional products and corresponding services of benefit to the City not specifically required in a solicitation, but which Supplier offers to provide, may be included with the submittal. Supplier may request to add new products if the City approves them and Supplier can demonstrate the pricing is from the same pricing structure/profit margin.

D. Unless specifically stated otherwise, only firm prices will be accepted and all prices shall remain firm during the term of a Contract.

E. Price increases may at City’s discretion be passed along during a contract period if the increase is mandated by statute.

F. By submitting prices, Supplier warrants prices equal to or better than the equivalent prices, terms, and benefits offered by Supplier to any other government unit or commercial customer.

G. Should Supplier, during the term of a Contract, enter into any other contract, agreement or arrangement that provides lower prices, more favorable terms or greater benefits to any other government unit or commercial customer, the Contract with the City shall thereupon be deemed amended to provide the same price or prices, terms and benefits to the City. This provision applies to comparable products and purchase volumes by the City that are not less than the purchase volumes of the government unit or commercial customer that has received the lower prices, greater benefits, or more favorable terms.

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

I. The City is entitled to any promotional pricing during the Contract period.

J. Price decreases shall be immediately passed on to the City.

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

Page 15: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Standard Terms & Conditions, Form No. SPEC-190A Page 9 of 13 Rev.: 03/21/2018

1.33 APPROVED EQUALS WHEN ALTERNATES ARE ALLOWED

A. Unless an item is indicated as "no substitute," special brands, when named, are intended to describe the standard of quality, performance, or use desired. Equal items will be considered by the City, provided that Supplier specifies the brand and model, and provides all descriptive literature, independent test results, specification sheets, schematic drawings, photographs, product samples, local servicing, parts availability, etc., to enable the City to evaluate the proposed equal. Performance testing in the field may be required.

B. The decision of the City as to what items are equal shall be final and conclusive. If the City elects to purchase a brand represented by Supplier to be an "equal," the City's acceptance of the item is conditioned on the City's inspection and testing after receipt. If, in the sole judgment of the City, the item is determined not to be an equal, the item shall be returned at Supplier's expense.

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

1.34 RISK OF LOSS, SHIPPING AND DELIVERY

A. Shipping. Prices must be quoted FOB destination (the place of destination as defined in RCW 62A.2-319, as that statute may hereafter be amended), with freight prepaid and allowed (shipping costs included in unit prices), and risk of loss remaining with Supplier until delivery is tendered.

B. Delivery. Delivery will be to the designated addresses set forth in a Solicitation or as otherwise stated in the Contract. Deliveries shall be between 9:00 a.m. and 3:30 p.m., Monday through Friday only, except Legal Holidays. Failure to make timely delivery shall be cause for termination of the contract or order and return of all or part of the items at Supplier’s expense except in the case of force majeure.

1.35 DELIVERY OF PRODUCTS AND PROVISION OF SERVICES – IDLING PROHIBITED

A. The City of Tacoma has a commitment to reduction of unnecessary fuel emissions and improving air quality by reducing unnecessary air pollution from idling vehicles. Limiting car and truck idling supports cleaner air, healthier work environments, the efficient use of city resources, the public’s enjoyment of City properties and programs, conservation of natural resources, and good stewardship practices.

B. Vehicles and/or diesel fuel trucks shall not idle at the time and location of the delivery to the City of Tacoma for more than three minutes. The City requires contractors to utilize practices that reduce fuel consumption and emission discharge, including turning off trucks and vehicles during delivery of products to the City. Exceptions to this requirement include when associated power is necessary to make a delivery or provide the service, when the engine is used to provide power to another device, and when a running engine is required for proper warm-up and cool-down of the engine.

1.36 PACKING SLIPS AND INVOICES

A. Each invoice shall show City of Tacoma purchase order number, release number if applicable, quantity, unit of measure, item description, unit price and extended price for each line if applicable, services and deliverables provided if applicable. Line totals shall be summed to give a grand total to which sales tax shall be added, if applicable.

1. For transactions conducted in SAP Ariba, invoices shall be submitted through Ariba. 2. For invoices paid by ACH or by check, unless stated otherwise, invoices shall be electronically

submitted by email with corresponding PO number listed in the subject line to [email protected].

3. For invoices paid by credit card, invoices shall also display the last name of the cardholder and last four digits (only) of the card number (e.g., Jones/6311). Unless stated otherwise, invoices shall be electronically submitted by email with corresponding PO number listed in the subject line to (do not combine different POs into one invoice or charge) to [email protected].

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

C. Packing slips and shipping notices shall be sent to the specific City Division or Department receiving the item(s) at the address stated in City’s Solicitation or as otherwise stated in the Contract and include 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.

Page 16: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Standard Terms & Conditions, Form No. SPEC-190A Page 10 of 13 Rev.: 03/21/2018

D. Supplier shall package orders, preferably in environmental friendly packaging such as reduced packaging and recyclable packing materials.

1.37 COOPERATIVE PURCHASING

The Washington State Interlocal Cooperation Act RCW 39.34 provides that other governmental agencies may purchase goods and services based on the Contract with the City in accordance with the terms and prices of the Contract if all parties are agreeable. Each public agency shall formulate a separate contract with Supplier, incorporating the terms and conditions of the Contract with the City of Tacoma. The City shall incur no liability in connection with such contracts or purchases by other public agencies thereunder. It will be Supplier’s responsibility to inform such public agencies of the Contract with the City. Supplier shall invoice such public agencies as separate entities.

1.38 TAXES

A. Unless otherwise stated, applicable federal, state, City, and local taxes shall be included in the submittal and in contract as indicated below. As used herein, the term “taxes” shall include any and all taxes, assessments, fees, charges, interest, penalties, and/or fines imposed by applicable laws and regulations in connection with the procurement of goods and/or services hereunder.

1. Federal Excise Tax. The City of Tacoma is exempt from federal excise tax. The City will furnish a Federal Excise Tax Exemption certificate, if required. If Supplier fails to include any applicable tax in its submittal, then Supplier shall be solely responsible for the payment of said tax.

2. State and Local Sales Tax. The City of Tacoma is subject to Washington state sales tax. It is Supplier's obligation to state the correct sales tax percentage and include the applicable Washington state, city and local sales tax as a separate line item(s) in the submittal.

3. City of Tacoma Business and Occupation Tax. It is Supplier's obligation to include City of Tacoma Business and Occupation tax in the unit and/or lump sum prices submitted; it shall not be shown separately on the submittal. Per Sub-Title 6A of the City of Tacoma Municipal Code, transactions with the City of Tacoma may be subject to the City’s Business and Occupation Tax.

B. Any or All Other Taxes. Any or all other taxes are the responsibility of Supplier unless otherwise required by law. Except for state sales tax, Supplier acknowledges that it is responsible for the payment of all taxes applicable to the Contract and Supplier agrees to comply with all applicable laws regarding the reporting of income, maintenance of records, and all other requirements and obligations imposed pursuant to applicable law.

C. If the City is assessed, made liable, or responsible in any manner for taxes contrary to the provisions of the Contract, Supplier agrees to hold the City harmless from such costs, including attorney's fees. In the event Supplier fails to pay any taxes, assessments, penalties, or fees imposed by any governmental body, including a court of law, other than those taxes the City is required to pay, then Supplier authorizes the City to deduct and withhold or pay over to the appropriate governmental body those unpaid amounts upon demand by the governmental body. It is agreed that this provision shall apply to taxes and fees imposed by City ordinance. Any such payments shall be deducted from Supplier’s total compensation.

1.39 COMPENSATION

A. The City shall compensate Supplier in accordance with the Contract. Said compensation shall be the total compensation for Supplier’s performance hereunder including, but not limited to, all work, services, deliverables, materials, supplies, equipment, subcontractor’s fees and all reimbursable travel and miscellaneous or incidental expenses to be incurred by Supplier. Unless stated otherwise the total stated compensation may not be changed without a written change order or other form of contract amendment.

B. Payment(s) made in accordance with the Contract shall fully compensate Supplier for all risk, loss, damages or expense of whatever nature, and acceptance of payment shall constitute a waiver of all claims submitted by Supplier.

1.40 PAYMENT TERMS

A. Payment shall be made through the City’s ordinary payment process, and shall be considered timely if made within 30 days of receipt of a properly completed invoice. All payments shall be subject to adjustment for any amounts, upon audit or otherwise, determined to have been improperly invoiced. The City may withhold payment to Supplier for any services or deliverables not performed as required hereunder until such time as Supplier modifies such services or deliverables to the satisfaction of the City.

Page 17: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Standard Terms & Conditions, Form No. SPEC-190A Page 11 of 13 Rev.: 03/21/2018

B. Invoices will not be processed for payment, nor will the period of cash discount commence, until all invoiced items are received and satisfactory performance of the Contract has been attained. Upon CITY’S request, Supplier shall submit necessary and appropriate documentation, as determined by the CITY, for all invoiced services and deliverables. If an adjustment in payment is necessary due to damage or dispute, the cash discount period shall commence on the date final approval for payment is authorized.

1.41 PAYMENT METHOD – CREDIT CARD ACCEPTANCE – EFT/ACH ACCEPTANCE

A. Payment methods include:

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

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

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

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

3. Check or other cash equivalent.

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

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

1.42 NOTICES

Unless otherwise specified, except for routine operational communications, which may be delivered personally or transmitted by electronic mail, all notices required by the Contract shall be in writing and shall be deemed to have been duly given if delivered personally or mailed first-class mail, postage prepaid, to Supplier’s registered agent and to the applicable City department representative.

1.43 INDEPENDENT CONTRACTOR STATUS

A. Supplier is considered an independent contractor who shall at all times perform his/her duties and responsibilities and carry out all services as an independent contractor and shall never represent or construe his/her status to be that of an agent or employee of the City, nor shall Supplier be eligible for any employee benefits. No payroll or employment taxes or contributions of any kind shall be withheld or paid by the City with respect to payments to Supplier. Supplier shall be solely responsible for all said payroll or employment taxes and/or contributions including, but not limited to, FICA, FUTA, federal income tax, state personal income tax, state disability insurance tax and state unemployment insurance tax. If the City is assessed, made liable or responsible in any manner for such taxes or contributions, Supplier agrees to indemnify and hold the City harmless from all costs incurred, including attorney fees.

B. Unless otherwise specified in writing, Supplier shall provide at its sole expense all materials, working space, and other necessities and instruments to perform its duties under the Contract. Supplier, at its sole expense, shall obtain and keep in force any and all applicable licenses, permits and tax certificates necessary to perform the Contract.

1.44 NONDISCRIMINATION

Supplier agrees to take all steps necessary to comply with all federal, state, and City laws and policies regarding non-discrimination and equal employment opportunities. Supplier shall not discriminate in any employment action because of race, religion, color, national origin or ancestry, sex, gender identity, sexual orientation, age, marital status, familial status, or the presence of any sensory, mental, or physical handicap. In the event of non-compliance by Supplier with any of the non-discrimination provisions of the Contract, the City shall be deemed to have cause to terminate the Contract, in whole or in part.

Page 18: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Standard Terms & Conditions, Form No. SPEC-190A Page 12 of 13 Rev.: 03/21/2018

1.45 FEDERAL, STATE, AND MUNICIPAL LAWS AND REGULATIONS

Supplier shall comply with all federal, state, municipal, and/or local laws and regulations in the performance of all terms and conditions of the Contract. Supplier shall be solely responsible for all violations of the law from any cause in connection with its performance of work under the Contract.

1.46 REPORTS, RIGHT TO AUDIT, PERSONNEL

A. Reports. Supplier shall, at such times and in such form as the City may reasonably require, furnish the City with periodic status reports pertaining to the services undertaken or goods provided pursuant to the Contract.

B. Right to Audit. Upon City’s request, Supplier shall make available to City all accounts, records and documents related to the scope of work for City’s inspection, auditing, or evaluation during normal business hours as reasonably needed by City to assess performance, compliance and/or quality assurance under the Contract or in satisfaction of City’s public disclosure obligations as applicable.

C. Personnel. If before, during, or after the execution of a Contract, Supplier has represented or represents to the City that certain personnel would or will be responsible for performing services pursuant to the Contract, then Supplier is obligated to ensure that said personnel perform said Contract services to the maximum extent permitted by law. Substantial organizational or personnel changes within Supplier’s firm are expected to be communicated to City immediately. Failure to do so could result in termination of the Contract. This provision shall only be waived by written authorization by the City, and on a case-by-case basis.

1.47 INSURANCE

During the course and performance of a Contract, Supplier will provide proof and maintain the insurance coverage in the amounts and in the manner specified in the City of Tacoma Insurance Requirements as is applicable to the services, products, and deliverables provided under the Contract. The City of Tacoma Insurance Requirements document, if issued, is fully incorporated into the Contract by reference.

1.48 INDEMNIFICATION – HOLD HARMLESS

A. Supplier agrees to indemnify, defend, and hold harmless the City of Tacoma, its officers, agents and employees, from and against any and all liability which may accrue to or be sustained by the City of Tacoma for any claim, suit or legal action made or brought against the City for the death of or injury to persons (including Supplier's or subcontractor's employees), or damage to property involving Supplier or subcontractor(s) and their employees or agents, or for any other cause arising out of and in connection with or incident to the performance of the Contract, except for injuries or damages caused by the sole negligence of the City. In this regard, Supplier recognizes it is waiving immunity under Industrial Insurance Law, Title 51 RCW. This indemnification includes attorney's fees and the cost of establishing the right to indemnification hereunder in favor of the City of Tacoma. By Supplier's acceptance of this order, he/she agrees that this subsection has been mutually negotiated.

B. These indemnifications shall survive the termination of a Contract.

1.49 CONFLICT OF INTEREST

No officer, employee, or agent of the City, nor any member of the immediate family of any such officer, employee or agent as defined by City ordinance, shall have any personal financial interest, direct or indirect, in a Contract, either in fact or in appearance. Supplier shall comply with all federal, state, and City conflict of interest laws, statutes, and regulations. Supplier represents that Supplier presently has no interest and shall not acquire any interest, direct or indirect, in the program to which the Contract pertains that would conflict in any manner or degree with the performance of Supplier’s services and obligations hereunder. Supplier further covenants that, in performance of a Contract, no person having any such interest shall be employed. Supplier also agrees that its violation of the City’s Code of Ethics contained in Chapter 1.46 of the Tacoma Municipal Code shall constitute a breach of Contract subjecting the Contract to termination.

1.50 CITY OWNERSHIP OF WORK/RIGHTS IN DATA/PUBLICATIONS

A. To the extent that Supplier creates any work subject to the protections of the Copyright Act (Title 17 U.S.C.) in its performance of a Contract, Supplier agrees to the following: The work has been specially ordered and commissioned by the City. Supplier agrees that the work is a “work made for hire” for copyright purposes, with all copyrights in the work owned by City. To the extent that the work does not qualify as a work made for hire under applicable law, and to the extent that the work includes material subject to copyright, Supplier hereby assigns to City, its successors and assigns, all right, title and interest in and to the work, including but not limited to, all copyrights, patent, trade secret and other

Page 19: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Standard Terms & Conditions, Form No. SPEC-190A Page 13 of 13 Rev.: 03/21/2018

proprietary rights, and all rights, title and interest in and to any inventions and designs embodied in the work or developed during the course of Supplier’s creation of the work.

B. Supplier shall be solely responsible for obtaining releases and/or licenses for the reproduction, distribution, creation of derivative works, performance, display, or other use of copyrighted materials. Should Supplier fail to obtain said releases and/or licenses, Supplier shall indemnify, defend, and hold harmless the City for any claim resulting there from.

1.51 DUTY OF CONFIDENTIALITY

Supplier acknowledges that unauthorized disclosure of information or documentation concerning the Scope of Work hereunder may cause substantial economic loss or harm to the City. Except for disclosure of information and documents to Supplier’s employees, agents, or subcontractors who have a substantial need to know such information in connection with Supplier’s performance of obligations under the Contract, Supplier shall not without prior written authorization by the City allow the release, dissemination, distribution, sharing, or other publication or disclosure of information or documentation obtained, discovered, shared or produced pursuant to a Contract.

1.52 DISPUTE RESOLUTION

In the event of a dispute pertaining to ta Contract, the parties agree to attempt to negotiate in good faith an acceptable resolution. If a resolution cannot be negotiated, then the parties agree to submit the dispute to voluntary non-binding mediation before pursuing other remedies. This provision does not limit the City’s right to terminate.

1.53 GOVERNING LAW AND VENUE

Washington law shall govern the interpretation of the Contract. The state or federal courts located in Pierce County Washington shall be the sole venue of any mediation, arbitration, or litigation arising out of the Contract.

1.54 ASSIGNMENT

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

1.55 WAIVER

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

1.56 SEVERABILITY AND SURVIVAL

If any term, condition or provision herein or incorporated by reference is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of the Contract, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of the Contract, shall survive termination of the Contract.

1.57 NO CITY LIABILITY

Neither the City, its officials, staff, agents, employees, representatives, or consultants will be liable for any claims or damages resulting from any aspect of this procurement process.

1.58 SIGNATURES

A signed copy of Submittals, Contract documents, including but not limited to contract amendments, contract exhibits, task orders, statements of work and other such Contract related documents, delivered by email or other means of electronic transmission including by using a third party service, which service is provided primarily for the electronic execution of electronic records, shall be deemed to have the same legal effect as delivery of an original signed copy.

Page 20: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 1 Project Information and Requirement CNG Fueling Equpment Procurement

SECTION 3 – PROJECT INFORMATION AND REQUIREMENTS A. PROJECT OVERVIEW The City of Tacoma, (City), Department of Environmental Services, Science and Engineering Division is soliciting proposals (bids) from qualified Compressed Natural Gas (CNG) Equipment Suppliers for the purchase of a Compressed Natural Gas (CNG) Fueling Station Equipment, with an option to purchase a Maintenance Service Agreement, per the enclosed technical requirements. The Contract shall also include certification of proper installation following installation by the City’s Contractor (separate Contract Award), assistance with commissioning and startup including training obligations as defined in the technical requirements.

All parts not specifically mentioned, but which are necessary in order to provide complete units, are to be included in the submittal.

All major components of the requested equipment must be manufactured or distributed by the original equipment manufacturer and listed as a standard or optional component. B. INQUIRIES TO RFP

No Pre-proposal conference is being held; however, questions and request for clarifications of the specifications may be submitted in writing by 3:00 p.m., Pacific Time, Wednesday, February 22, 2019, to Samol Hefley, Purchasing Division, via email to [email protected]. No further questions will be accepted after this date and time. The City will not be responsible for unsuccessful submittal of questions. Written answers to all questions submitted will be posted on the Purchasing website at www.TacomaPurchasing.org on or about 5:00 PM Friday, February 28, 2019. The City reserves the discretion to group similar questions to provide a single answer or not to respond when the requested information is confidential. The answers are not typically considered an addendum. C. RFP REVISIONS In the event it becomes necessary to revise any part of this RFP, addenda will be issued to all registered planholders and posted on the Purchasing website. Answers in response to RFP inquiries (see Section 3. C. above) are not typically provided as an addendum. D. CALENDAR OF EVENTS

The anticipated schedule of events concerning this RFP is as follows:

Publish and issue RFP On or about February 12, 2019 Pre-Proposal Questions February 22, 2019 Response to Questions February 28, 2019 Submittal Due Date March 5, 2019 Submittals evaluated March 19, 2019 Interviews/presentations, if conducted March 22, 2019 Award recommendation March 26, 2019 City Council approval (if required) April 2019

Page 21: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 2 Project Information and Requirement CNG Fueling Equpment Procurement

Contract may be issued after City Council approval. This is a tentative schedule only and may be altered at the sole discretion of the City.

E. CONTRACT TERM The contract delivery of the CNG Fueling Equipment is expected by September 2019 with an option for a two-year Maintenance Contract following acceptance in accordance with the Technical Specifications with the option to renew the Maintenance Contract three additional one-year terms. The City reserves the right to cancel the contract for any reason, by written notice, as stipulated in the contract. F. RESPONSIVENESS Respondents agree to provide 60 days for acceptance from the submittal deadline. All submittals will be reviewed by the City to determine compliance with the requirements and instructions specified in this RFP. The Respondent is specifically notified that failure to comply with any part of this RFP 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 final selection, if any, will be that proposal which, after review of submissions and potential interviews, in the sole judgement of the City, best meets the requirements set forth in this RFP. G. 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 RFP, for conducting any presentations to the City, or any other activities related to responding to this RFP. H. ACCEPTANCE OF PROPOSAL CONTENTS The Proposal contents of the successful Respondent will become contractual obligations if a contract ensues. I. CONTRACT OBLIGATION The selected Respondent(s) will be expected to execute the Personal Services Contract (Appendix A). As part of the negotiation process, Respondents may propose amendments to this contract, but the City, at its sole option, will decide whether to open discussion on each proposed amendment. J. PARTNERSHIPS The City will allow firms to partner in order to respond to this RFP. Respondents may team under a Prime Respondent’s submittal in order to provide responses to all sections in a single submission; however, each Respondent’s participation must be clearly delineated by section. The Prime Respondent will be considered the responding vendor and the responsible party at contract award. All contract negotiations will be conducted only with the Prime Respondent. All contract payments will be made only to the Prime Respondent. Any agreements between the

Page 22: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 3 Project Information and Requirement CNG Fueling Equpment Procurement

Prime Respondent and other companies will not be a part of the agreement between the City and the Prime Respondent. The City reserves the right to select more than one Prime Respondent. K. COMMITMENT OF FIRM KEY PERSONNEL The Respondent agrees that key personnel identified in its submittal or during contract negotiations as committed to this project will, in fact, be the key personnel to perform during the life of this contract. Should key personnel become unavailable for any reason, the selected Respondent shall provide suitable replacement personnel, subject to the approval of the City. Substantial organizational or personnel changes within the agency are expected to be communicated immediately. Failure to do so could result in cancellation of the Contract. Specific language pertaining to personnel substitution is contained within the sample contract in Appendix A. L. PROPOSAL FORMAT AND PRESENTATION Respondents are encouraged to use recycled/recyclable products and both sides of paper for printed and photocopied materials, wherever possible. Standard company brochures and resumes are allowed but strongly discouraged. Submittals should be limited to 25 pages, double-sided, excluding any required forms. The required forms are inclusive of the standard forms required & the data sheets for the individual components to be purchased under this contract. M. CONFIDENTIAL OR PROPRIETARY INFORMATION Information that is confidential or proprietary must be clearly marked on each affected page. 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 item 1.06 of the Standard Terms and Conditions. N. CONTENT TO BE SUBMITTED Respondents are to provide complete and detailed responses to all items below. Submittals that are incomplete or conditioned in any way that contain alternatives or items not called for in this RFP, or not in conformity with law, may be rejected as being non-responsive. The City will not accept any proposal containing a substantial deviation from the requirements outlined in this RFP. Organization of the submittal shall follow the sequence of contents below so that essential information can be located easily during evaluation.

1. Describe your company’s ability to provide the service.

2. Describe past projects.

3. Describe reporting capabilities.

Page 23: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 4 Project Information and Requirement CNG Fueling Equpment Procurement

4. Provide five client references for the most recent 5 projects that are operational and closely match the specified equipment. This will be used to verify the firm’s overall expertise for this type of work. The references must have worked with the firm within the last year. Provide complete information such as name of company, contact person, address, phone number, fax number and email address.

5. Provide the method of billing and hourly rates. Include a sample invoice to show

method of billing for a sample project. The Price Proposal Form including pricing for planned and unplanned maintenance unit rates.

6. List key personnel that will handle the project. The personnel listed must be

committed to this project for the expected term of the agreement. Include a brief bio or resume outlining the experience of the key personnel that will be involved.

7. Proposed Maintenance Agreement in accordance with the technical specifications

Sections 01 10 00 and 18 00 00. The Service Agreement including parts and labor costs annually for a period of two year. The City reserves the right to award a separate contract for maintenance and service agreement based on the Selection Advisory Committees scoring and recommendation. The option to exercise this part of the contract is solely at the discretion of the City. Proposers may team up with Partnering Firms as outlined in Item J above. The Proposers shall identify partnership or self performance of the Maintenance Agreement.

8. Anticipated equipment delivery schedule. The Contract provides for equipment

delivery time frame. The delivery date is based on the following

Shop Drawing Preparation – 8 weeks Equipment Manufacturing and Delivery – 16 weeks

9. CNG fueling equipment to be provided by the Proposer. The Proposer shall provide

complete manufacturer’s specifications and brochures covering all equipment utilizing the forms included in Appendix A. These forms will be used to evaluate the Proposer’s ability to meet the specifications during the evaluation process. On the forms provide a detailed description of all equipment including the names of major equipment suppliers and component suppliers. All size, capacity and performance data for the line item pieces of equipment in the forms shall be included. Proposer shall include a computer simulation output from the compressor manufacturer’s simulated runs for the minimum, typical, and maximum station inlet pressure. Proposers shall include details on location of CNG Equipment manufacturing and assembly. Assembly in the United States is preferred.

10. Sustainability: The CNG Equipment Supplier shall demonstrate the companies’s

commitment to providing services intended in the scope of services in a sustainable manner. What measures will the CNG Equipment Supplier take to minimize impacts to the environment in the delivery of the services? Please provide details of efforts, practices and processes that address the below.

A. The City has interest in measures used by the CNG Equipment Supplier to

ensure sustainable operations with minimal adverse impact on the environment. The City seeks to do business with vendors that value community and environmental stewardship that help us meet our sustainable purchasing goals.

Page 24: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 5 Project Information and Requirement CNG Fueling Equpment Procurement

B. The City encourages the use of environmentally preferable products or services

that help to minimize the environmental and human health impacts of City operations. Suppliers are encouraged to incorporate environmentally preferable products or services into Submittals wherever possible. "Environmentally preferable" means products or services that have a lesser or reduced effect on human health and the environment when compared with competing products or services that serve the same purpose. This comparison may consider raw materials acquisition, production, manufacturing, packaging, distribution, reuse, operation, maintenance, or disposal of the product or service.

C. Environmental Standards. The City seeks to ensure that all purchases comply

with current environmental standards and product specifications. Where appropriate, third party independent certifiers such as Green Seal and USEPA Standards shall be a minimum specification for products to the City, unless specified otherwise herein.

D. The City encourages the use of sustainability practices and desires any awarded

Suppliers to assist in efforts to address such factors when feasible for: 1. Pollutant releases 2. Toxicity of materials used 3. Waste generation 4. Greenhouse gas emissions, including transportation of materials and

services 5. Recycle content 6. Energy consumption 7. Depletion of natural resources 8. Potential impact on human health and the environment

11. Required Form

• Signature Page • Proposal Form • Proposer Technical Data Forms • Prime Contractor Work Form

12. Small Business Enterprise

Please provide answers to the questions below in your proposal. A “yes” answer to any of the questions below will result in the award of five (5) points during the proposal evaluation. Include any partnering companies, suppliers or firms that will assist the Selection Advisory Committee during proposal evaluations.

• Is your firm a certified City of Tacoma SBE firm? • Is your firm partnering with a certified City of Tacoma SBE firm(s)? • Is your firm a minority/woman owned firm certified with the Washington State

Office of Minority and Women’s Business Enterprise? • Is your firm partnering with a minority/woman owned firm certified with the

Washington State Office of Minority and Women’s Business Enterprise?

Page 25: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 6 Project Information and Requirement CNG Fueling Equpment Procurement

13. Credit Card Acceptance

Provide a statement regarding your ability to meet the City’s credit card requirements (below) as well as identifying your reporting capabilities (Level I, II, or III).

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

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

This information is not a consideration in the evaluation process.

O. EVALUATION CRITERIA A Selection Advisory Committee (SAC) will review and evaluate submittals. After the evaluation the SAC may conduct interviews of the most qualified Respondents before final selection. The SAC may select one or more Respondents to provide the services required. Responses to the RFP will be evaluated and ranked by the SAC based on the criteria identified below. The weights assigned to each criterion are intended as a general guide to help determine which criteria are deemed most important for the successful implementation of the project.

Section 1 – Location of Major Assembly 5% Section 2 – Proposers Equipment to be Supplied 30%

The Proposer will provide the forms as outlined above. The forms will be used to identify the Proposers responsiveness and compliance with the supply of equipment as outlined in the technical specifictions.

Section 3 – Initial Costs 35% Price Proposal Form – CNG Fueling Equipment System Unit Prices

Section 4 – Maintenance Service Agreement Costs 5% Section 5 – Schedule 20% Section 6 - Small Business Evaluation 5% The City reserves the right to visit facilities of selected Respondents for the purpose of verifying the Respondents information contained in the Proposal. The SAC may use references to clarify information in the submittals and interviews, if conducted, which may affect the rating. The City reserves the right to contact references other than those included in the submittal. P. INTERVIEWS / ORAL PRESENTATIONS An invitation to interview may be extended to Respondents based on Selection Advisory Committee review of the written submittals. The SAC reserves the right to adjust scoring based

Page 26: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 7 Project Information and Requirement CNG Fueling Equpment Procurement

on additional information and/or clarifications provided during interviews. The SAC may determine scoring criteria for the interviews following evaluation of written submittals. The City reserves all rights to begin contract negotiations without conducting interviews. Respondents must be available to interview within three business days notice. Q. AWARD After the Respondent(s) is selected by the SAC and prior to award, all other Respondents will be notified in writing by the Purchasing Division. Once a finalist (or finalists) has been selected by the Selection Advisory Committee, contract negotiations with that finalist will begin, and if a contract is successfully negotiated, it will, if required, be submitted for final approval by the City Council. R. PAYMENT METHOD - CREDIT CARD ACCEPTANCE The City, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. The City’s preferred method of payment is by credit card. Respondents may be required to have the capability of accepting the City’s authorized procurement card as a method of payment. No price changes or additional fee(s) may be assessed when accepting the procurement card as a form of payment.

1. 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. i. Vendors must be PCI–DSS compliance (secure credit card data

management). ii. Vendors must be set up by their cardprocessing 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. Check, wire transfer or other cash equivalent.

Page 27: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-001F Technical Provisions CNG Fueling Equpment Procurement

SECTION 4 – TECHNICAL PROVISIONS

Page 28: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 1 01 10 00 CNG Fueling Equipment Procurement Summary of Work

SECTION 01 10 00 SUMMARY OF WORK

PART 1 GENERAL

1.01 PROJECT DESCRIPTION

A. The CNG Fueling System shall be delivered and installed at the following location:

City of Tacoma, Solid Waste Management, 3510 South Mullen Street, Tacoma WA

B. General:

The following identifies in broad terms the general nature of the Work that is part of the Contract. The technical specifications shall be read as if ‘furnish, test, commission and train’ were included at the front of each sentence.

1. Responsibility for every element is the responsibility of the CNG Fueling

Equipment Supplier unless specifically stated otherwise in the Contract Documents.

C. CNG Fueling Equipment:

The CNG Equipment System Supplier shall furnish design, fabrication, equipment and materials, freight, commissioning, start-up, testing and training associated with the fabrication and supply of the Compressed Natural Gas (CNG) Fueling Equipment system as outlined in these specifications. The CNG Fueling Equipment shall consist of a one single tower manually regenerated natural gas dryer, one electric driven fully packaged and “sound attenuating” enclosed duplex CNG compressor package (two compressors in a single enclosure); priority fill and ESD panel with all required supporting stands; time fill precedence, temperature compensation and metering panel and supporting stands; one equipment compound area filter assembly with isolation and bypass valves for 3 filters; one equipment compound area filter assembly with isolation and bypass valve for 1 filter; supply of one new ASME CNG cascade storage assembly; CNG fuel and defueling system; one pilot gas regulator assembly, 60 gallon ASME 200 psig receiver, ball and relief valves and instrumentation (gauge and transducer); Master Control Panel complete with all required controls and software and fully equipped with all controls switches and programming to accommodate 3 compressors (fully integrated with component systems); Motor Control Center/Motor Starter Panel complete with all required breakers, switches and relays for a complete system capacity for the CNG station with three compressors; miscellaneous installation components as outlined in the other technical specifications. All equipment shall be prepared for mounting on an outdoor concrete foundation with required design details for the concrete drilled chemical/epoxy anchors furnished by the installing contractor (separate contract).

D. As described in these Contract Documents, the Work to be provided by the CNG

Equipment Supplier for the CNG fueling system also includes, but is not limited to, the

Page 29: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 2 01 10 00 CNG Fueling Equipment Procurement Summary of Work

following:

1. Assistance to Contractor during the construction and commissioning phases of the Project.

2. Submission of Shop Drawings and other descriptive information as specified in the individual technical specifications included herein as outlined procedurally in Section 01 33 00, Submittal Procedures.

3. Fabrication of the equipment.

4. Factory testing.

5. Delivery of the equipment to the Tacoma Recovery and Transfer Center site if the Contractor is prepared for the delivery and has coordinated with the CNG Equipment Supplier for such delivery.

1.02 WORK BY OTHERS

A. The CNG fueling system will be installed by the Owner’s Contractor to be determined by a separate Bid.

B. It is the CNG Equipment Supplier’s responsibility under this contract to coordinate with the Contractor in the process of performing this Contract.

1. The CNG Equipment Supplier is required to provide design requirements for the seismic supports and mounts as detailed in Section 18 00 00 and the technical specifications.

2. The CNG Equipment Supplier shall coordinate with the Contractor to determine any necessary coordination efforts required.

1.03 FINAL ACCEPTANCE

A. The Owner will issue a Certificate of final acceptance to the CNG Equipment Supplier.

B. Final Acceptance requires the following, but is not limited to:

1. Complete installation of the CNG Fueling System at the above identified location.

2. Connection of the CNG Fueling System to the structural, electrical and other systems sufficient to operate the CNG Fueling System on a continuous basis.

3. Completion of the required commissioning and performance testing.

4. Completion of the corrective items identified by the Owner.

5. Completion of Operation and Maintenance manuals.

6. Completion of training of Owner’s staff.

7. Transference of warranties to the Owner.

8. Completion of all other tasks and obligations apart from the warranty, service obligations, and maintenance obligations under this Contract.

1.04 WARRANTY PERIOD

A. The ‘Warranty Period’ begins at the Owners acknowledgement of Final Acceptance of

Page 30: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 3 01 10 00 CNG Fueling Equipment Procurement Summary of Work

the Work.

B. Provide complete warranty in accordance with the requirements of the Contract Documents.

C. Warranty includes but is not limited to the following:

1. Cover equipment and components furnished by the CNG Equipment Supplier.

2. Include a comprehensive two (2) year parts and labor warranty, commencing on the date of Final Acceptance.

3. Cover faulty workmanship, defective equipment and components, and improper or incomplete installation.

4. Provide immediate replacement of parts deemed defective, together with installation labor and all other related charges, at no additional cost to the Owner.

5. Revisit the site after both compressors have accumulated approximately 100 hours. This is base scope work and not part of the Maintenance Agreement scope.

a. Recheck calibration, alignment and operations of equipment.

b. Change the gas compressor oil and replace all air, oil and gas filters on the station with new OEM branded filters.

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

1. Contract 2. Technical Specifications (including Reference Drawings) 3. Price Proposal Form 4. Proposer Technical Data Forms 5. Terms and Conditions 6. Standards References

1.05 MAINTENANCE OBLIGATIONS

A. The CNG Equipment Supplier (herein after in this Section ONLY shall be referred to as CNG Maintenance Vendor) shall enter into a Maintenance Agreement with the City of Tacoma (if initiated by the City) for the complete CNG Fueling Facility located at the City of Tacoma Recovery and Transfer Center, 3510 South Mullen Street, Tacoma, WA. The Maintenance Agreement will cover all required scheduled and unscheduled maintenance and repairs. The CNG Maintenance Vendor shall provide all parts, labor and rebuilds, component replacements, and materials as required to maintain and ensure the operation of the CNG facility and its ability to fuel on demand, and within the required fill times. This Maintenance Agreement may also include future system upgrades, such as addition of a third compressor, if built by the City during the terms of the Mainteannce Agreement. Additional requirements are outlined in Division 18.

B. Provide a detailed schedule of Manufacturer recommended maintenance inspections,

Page 31: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 4 01 10 00 CNG Fueling Equipment Procurement Summary of Work

cleaning, and replacement of parts. 1. Provide schedules for daily, weekly, monthly, semi-annual, and annual activities.

The Daily and Weekly Preventative Maintenance Schedule to be performed by Owner’s technicians (trained in accordance with these requirements).

2. Provide costs associated with maintenance schedule, including replacement parts and labor hours required.

3. CNG Maintenance Vendor shall develop a Monthly Preventative Checklist in conformance with the minimum manufacturer’s recommendations and industry best practices for all components under this scope of supply.

4. All service personnel shall be factory trained and certified by the equipment manufacturers to work on CNG Equipment and be OSHA certified.

5. With each maintenance activity whether scheduled or unscheduled will require a report be submitted for preventative maintenance work with the monthly invoice and repair work following the repair. The reports shall detail PM activities, actions taken and list potential future hard pats replacement events.

6. All Preventative Maintenance work shall be coordinated with Owner to ensure minimal impact to facility operations.

7. CNG Maintenance Vendor shall perform preventative maintenance during normal business days and hours of operation. Overtime, holiday and emergency service call out rates shall apply as additional compensation to the CNG Maintenance Vendor when authorized and approved by the Owner.

8. CNG Maintenance Vendor is responsible for stocking items and materials such as oils, fluids, and filters required for preventative maintenance and repairs.

C. The CNG Maintenance Vendor shall have certified CNG technicians on call, able to

reply to notifications within fifteen (15) minutes, respond on-site within two (2) hours, and be available 365 days per year during of the Maintenance Agreement. All required unscheduled/emergency repair must be approved by the Owner prior to beginning work.

D. Provide all consumable materials for first year preventative maintenance and operations as listed above.

E. Provide all parts listed (and quantity) in recommended parts on hand list and any specialized tools required to work on equipment. A special tools list shall be provided to the Owner upon completion of the annual maintenance activities under this agreement.

F. Provide training to Owner maintenance personnel and supervisors on the use of the CNG Fueling System.

G. Include the maintenance price in the Proposal Form as noted for the period of time identified.

PART 2 PRODUCTS – NOT USED

PART 3 EXECUTION – NOT USED END OF SECTION

Page 32: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 1 01 14 00 CNG Fueling Equipment Procurement Work Restriction

SECTION 01 14 00 WORK RESTRICTIONS – CNG FUELING EQUIPMENT SYSTEM

PART 1 GENERAL

1.01 SUMMARY

A. This Section includes the following:

1. Use of the site.

2. Work restrictions.

1.02 USE OF THE SITE

A. Coordinate access to the project site with the Owner at least 48 hours in advance of need to access the facility, deliver products or equipment, or otherwise make use of the project site. The Tacoma Recovery and Transfer Center is an operating facility thus at all times the Owner will require access to the facilities for operation.

1. Coordinate performing Work associated with the CNG fueling system with the Contractor (under separate contract) and Owner.

2. Do not permit subcontractors performing Work associated with the CNG fueling system to interfere, impede, or otherwise create problems, including access and security problems, for the Contractor.

B. Coordination with the Contractor.

1. The Owner must be present at all meetings between the CNG Equipment Supplier and the Contractor.

2. The Contractor is not responsible to direct or instruct the CNG Equipment Supplier to perform Work.

C. Access to the site may at times be limited due to issues that include but are not limited to the completion of the Work to be performed by the Contractor or due to the necessity for Operations of the Recovery and Transfer Center. The CNG Equipment Supplier shall take no action during performance of this Contract that could adversely affect the Recovery and Transfer Center’s compliance with the requirements of its National Pollution Discharge Elimination System (NPDES) permit including monitoring requirements, and its Industrial Stormwater NPDES permit or its Stormwater Pollution Prevention Plan (SWPPP) requirements. A copy of this information can be viewed by the CNG Equipment Supplier if needed on-site at a mutually agreeable scheduled time.

1. Coordinate with the Owner and Contractor and his/her schedule, to assure the necessary improvements are in place and serviceable in advance of the CNG Fueling System delivery and any Work to be performed by the CNG Equipment Supplier.

1.03 WORK RESTRICTIONS

A. Limit work periods between the hours of 7:00 am to 5:00 pm during weekdays. No weekend or work on legal holidays shall be permitted without specific authorization from the Owner.

B. Comply with the requirements of the permits and the jurisdiction.

Page 33: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 2 01 14 00 CNG Fueling Equipment Procurement Work Restriction

C. Comply with state requirements.

D. Review any access-related concerns with the Owner in advance when and if problems, conflicts, or situations requiring direction or management arise.

PART 2 PRODUCTS – NOT USED

PART 3 EXECUTION – NOT USED

END OF SECTION

Page 34: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 1 01 14 01 CNG Fueling Equipment Procurement ESMS

SECTION 01 14 01 ENVIROMENTAL AND SUSTAINABILITY MANAGEMENT SYSTEM (ESMS)

PART 1 GENERAL

1.01 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplemental Conditions and other Division 1 Specification Sections, apply to this Section.

1.02 SUMMARY

A. This Section includes administrative provisions for coordinating construction operations on Projects including, but not limited to, the following:

1. ESMS procedures. 1.03 REFERENCES

A. Comply with requirements of Environmental and Sustainability Management Systems Sections 4.4.6-6 “Contractor Management Environmental Manual” and the “Contractor and Vendor Environmental and Sustainability Management System Information Sheet”.

1.04 DEFINITIONS

A. Environmental and Sustainability Management System (ESMS) documents practices and procedures required by the Environmental Services Department to satisfy the requirements of ISO 14001 certification.

1.05 Submittals

A. Contractor/Vendor Acknowledgement and Agreement

B. ESMS Document 4.4.6.4 – Operational Control Environmental Checklist

Based on the response to the completed checklist the Owner will decide the required training for those individuals from the CNG Equipment Supplier expected to be on-site. At most this on-site training will be a maximum of 90 minutes.

PART 2 PRODUCTS – NOT USED

PART 3 EXECUTION

3.01 The CNG Equipment Supplier is responsible for proper completion and submission of the following, including, but not limited to:

A. Proper training of all employees in accordance with the training requirements, as per ESMS documents and procedures.

B. Proper verification and completion of all forms listed under submittals in these specifications. Forms are required to be submitted prior to accessing the site.

C. Notifications to the responsible ESMS on-site representative of planned activities and submission of any required on-site ESMS forms as may be required.

END OF SECTION

Page 35: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

City of Tacoma Environmental Services

ES19-0001F 2 01 14 01 CNG Fueling Equipment Procurement ESMS

Verification Originator Revised Approved Issued

Initials Core Team Mgmt Rep Mgmt Rep

Date 2/2019 2/2019 2/2019

ESMS Document – 8.1-5 Contractor Management Environmental Checklist The following information is required by the Insert Name of Project Manager/Assigned Staff prior to contracted activity or service. Check yes or no to identify which of the following will be included in the contracted activity or service. Combustion Sources:

Air heating and supply .............................................................................. Yes No

Mobile transportation (i.e. forklift or carts) ................................................. Yes No

Construction activities ............................................................................... Yes No

Excavation or grading ............................................................................... Yes No

Drilling or blasting ..................................................................................... Yes No

Rock crushing ........................................................................................... Yes No

Demolition ................................................................................................. Yes No

Welding or soldering ................................................................................. Yes No

Painting ..................................................................................................... Yes No

Asphalt paving .......................................................................................... Yes No

Use or storage of chemicals or fuels ......................................................... Yes No

Transfer of bulk materials ......................................................................... Yes No

Disposal of chemical wastes ..................................................................... Yes No If yes, please describe waste streams:

_______________________________________________________________________

_______________________________________________________________________

_______________________________________________________________________

Building Maintenance Activities:

Architectural paint removal ......................................................................... Yes No

Architectural painting .................................................................................. Yes No

Hydroblasting ............................................................................................. Yes No

Sandblasting .............................................................................................. Yes No

Surface preparation/treatments (i.e. floors and roof repair) ....................... Yes No

Purging or repair of distribution lines (i.e. those for fuel, oil or solvents) .... Yes No

Use of chemicals, solvents, corrosives, acids, oils, etc .............................. Yes No

Use of herbicides, pesticides, or insecticides ............................................. Yes No

Page 36: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 3 01 14 01 CNG Fueling Equipment Procurement ESMS

Business or Work Related Activities:

Use or receipt of chemical materials .......................................................... Yes No (other than janitorial or cleaning materials)

Generation and disposal of chemical wastes ............................................. Yes No

Generation of sealers, adhesives, coatings, or paints ............................... Yes No

Welding, soldering, brazing or similar activities ......................................... Yes No

Use of caustics or acids ............................................................................. Yes No

Use of combustion gases ........................................................................... Yes No If yes, please list the fuels used:

_______________________________________________________________________

_______________________________________________________________________

Laboratory installation .................................................... Yes No

Medical waste ................................................................ Yes No

Discharge to storm drains .............................................. Yes No

To be completed by the City of Tacoma, Project Manager or assigned staff prior to the contracted work or service. A review of the above activities determined:

No further action is required

Contractor/supplier must refer to the project specification book/contract for the assigned operational controls

Signature:

______________________________________________ ___________

Name, Title Date

Refer to 8.1-2 Operational Planning and Control Contractor Management Procedure and 8.1-3 Operational Planning and Control Vendor Procedure for information regarding the use, routing and approval of this form.

Revision History

Change Date of Revised By Summary of Changes

001

002

Previous versions or printed copies may be obsolete. Verify current versions using the ESMS website.

Page 37: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Contractor and Vendor Environmental and Sustainability Management System Information Sheet

ES19-0001F 4 01 14 01 CNG Fueling Equipment Procurement ESMS

Welcome. The City of Tacoma Solid Waste Management Division (SWM) operates an ISO 14001 Environmental and Sustainability Management System (ESMS). An ESMS is a process with procedures that will allow SWM to operate legally, safety, and efficiently while reducing the environmental impacts of our activities. All contractors and vendors are required to comply with the ESMS and Environmental Policy. As part of the ESMS SWM has identified the following Significant Environment Aspects:

Potential Spills Fire Hazards Air Emissions

Contractors and vendors must ensure that their activities do not negatively affect the Significant Environmental Aspects. All contractors and vendors are required to adhere to the following safety rules and requirements:

GENERAL SAFETY RULES Restricted Access – Contractors and vendors shall stay within the designated areas. Smoking – Smoking is prohibited in building and within 25 feet of windows and doors. Eye and Hearing Protection – Eye and hearing protection is require in designated areas. Accidents, near misses, and first aid – Contractors, truck drivers and visitors are

required to report all accidents, near misses, and first aid incidents to City employees. Drugs and Alcohol – Alcoholic beverages and illicit drugs are prohibited on City property. Guns – Contractors are prohibited from carrying guns on City property. Emergency Procedures – Follow directions announce by City staff. To report a fire or

emergency, contact any SWM employee. Vehicle Safety – Be aware and cautious of vehicle and pedestrian traffic.

CONTRACTOR REQUIREMENTS Contractors are expected to understand and comply with all general federal, state, and local safety regulations and specific work practices applicable to the immediate project. These include, but are not limited to:

Storage, handling and use of flammable liquids and hazardous materials. Periodic safety inspections and housekeeping. Use of all protection, if applicable. Following electrical safety practices and lock out/tag out procedures. Proper use of PPE. Proper maintenance and use of ladders and other equipment, if applicable. Contractors are responsible for removing and proper disposal of any hazardous

materials or hazardous wastes utilized or generated while onsite at SWM. Contractors must notify the PM immediately of any leaks or spills. Requirements outlined in the signed contract or agreement to perform the contracted

work. Agreements acknowledging you have read and understood this information must be signed prior to starting work. It is the responsibility of the contracting company to ensure anyone working for or on their behalf adhere to these requirements.

Page 38: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Contractor and Vendor Environmental and Sustainability Management System Information Sheet

ES19-0001F 5 01 14 01 CNG Fueling Equipment Procurement ESMS

Contractor/Vendor Acknowledgement and Agreement

Company Name:

The undersigned hereby acknowledges receiving the contractor/vendor informational materials for the City of Tacoma, Recovery and Transfer Center, Environment and Sustainability Management System (ESMS). We further acknowledge having the responsibility to provide the training to all personnel who will be working on the property. We further agree to abide by all environmental regulations and policies whenever on the property. Sign-in sheets will be maintained as evidence that the ESMS training has been conducted and will be made available upon request. The Project Manager, primary city staff contact for the contract, or designee will communicated applicable changes to the ESMS to my company. Refraining of affected individuals will be conducted, as needed.

Contractor/Vendor Training Acknowledgment

Primary Company Contact:

Title:

Phone: Fax:

Email:

Secondary Company Contact:

Title:

Phone: Fax:

Email:

Signature Date

For questions or additional information contact the designated contact as outlined in the contract.

Page 39: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 1 01 15 00 CNG Fueling Equipment Procurement Storage of CNG Fueling Equipment System

SECTION 01 15 00 STORAGE OF CNG FUELING EQUIPMENT SYSTEM

PART 1 PART 1 GENERAL

1.01 SUMMARY

A. This Section includes the following:

1. Storage of the CNG fueling equipment system on site.

1.02 STORAGE ON SITE (if applicable)

A. The staging and storage area at the Tacoma Recovery and Transfer Center are limited.

1. Proposed storage and staging areas shall require review and acceptance by the Owner prior to use by the CNG Equipment Supplier. It is the expectation of the Owner that the CNG Equipment Supplier will obtain any needed off-site storage for the equipment until given written correspondence from the Contractor for delivery.

2. The Owner may entertain on-site storage but it is NOT guaranteed. Submit any requests for staging area(s) to the Owner at the bid proposal stage.

a. Make such requests in writing.

b. Identify plainly on a site plan drawing the area requested for staging.

c. Indicate the dimensions of the area plainly.

d. Indicate the actual storage requirements and area requirements in the proposal.

e. Indicate concisely the dates and times the equipment and other apparatus will be staged.

f. Indicate on the drawing the contact person’s name, and cell phone number.

g. Show a second area that could suffice should the first area not be available for whatever reason.

PART 2 PRODUCTS – NOT USED

PART 3 EXECUTION – NOT USED

END OF SECTION

Page 40: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 1 01 29 00 CNG Fueling Equipment Procurement Payment Procedures

SECTION 01 29 00 PAYMENT PROCEDURES – CNG FUELING EQUIPMENT SYSTEM

PART 1 GENERAL

1.01 SUMMARY

A. This Section includes the following:

1. Performance.

2. Progress Payment.

3. Liquidated Damages.

1.02 PERFORMANCE

A. Payments will be reviewed against thhe meeting of milestones as outlined in the CNG Equipment Supplier schedule provided in the Proposal (or as updated following contract execution) and may result in an inability of the Owner to compensate or pay the CNG Equipment Supplier.

B. The Owner and/or Owner’s representatives must be provided supporting documentation with progress payments to evaluate the CNG Equipment Supplier’s performance of the Work for the purposes of payment.

C. Failure of the CNG Equipment Supplier to provide supporting documentation requested may result in the Owner and/or the Owner’s representatives disapproving an Application for Payment.

1.03 PROGRESS PAYMENT

A. The Owner will make progress payments for the CNG Fueling Equipment System to the extent the CNG Equipment Supplier meets milestones as follows:

1. Major Equipment Ordered and Submittals Accepted – Milestone 1: The required CNG fueling equipment system design drawings at 100% level accepted by the Owner; major subcomponents ordered; material orders substantially complete. Payment equal to twenty-five (25) percent of the Contract Amount.

2. Testing – Milestone 2: The CNG fueling equipment system has successfully completed all factory tests and documentation of these test have been received & approved by the Owner to be incompliance with these specifications. Payment equal to forty (40) percent of the Contract Amount.

3. Delivery – Milestone 3: The CNG fueling equipment system in the project vicinity or onsite. Following shipping; and ready for installation; with the necessary installing equipment being present at the site. Payment equal to ten (10) percent of the Contract Amount.

4. Final Acceptance – Milestone 4: The CNG fueling equipment system installed, inspected, tested and commissioned, and ready for use, deliverables met including; spare parts delivered (as applicable), O&M manuals completed and approved, and training completed. Payment equal to twenty (25) percent of the Contract Amount.

5. The Owner will make payment for the Maintenance Service Agreement at Final Acceptance of the equipment if this option is exercised and becomes part of the Contract work.

Page 41: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 2 01 29 00 CNG Fueling Equipment Procurement Payment Procedures

B. Indirect costs such as supervision, overhead and profit, and the Terms and Conditions specified in the Contract shall be allocated to each Milestone, which is applicable for Work defined.

1. No separate payment will be made to the CNG Equipment Supplier for these items.

C. The Owner owns all parts of the work paid for with the progress payments.

1. Legal title to the work paid for with progress payments is vested in the Owner.

2. The CNG Equipment Supplier is to inform the Owner of any subsequent work activities which affect the previously completed work.

D. Partial payments reflecting incomplete work for a given milestone will not be offered by the Owner.

E. Each milestone must be complete to be considered an achieved milestone.

F. Provide copies of receipts; invoices; purchase orders; bills of lading; and documents clearly demonstrating materials and components that are purchase ordered and so forth.

G. Submit applications for payment to the Owner within two (2) weeks after each Milestone has been met.

1. The CNG Equipment Supplier shall submit an Application for Payment (invoice) and a progress report documenting as applicable:

a. Present condition and disposition of the work.

b. Problems encountered, and steps taken and actions proposed by the CNG Equipment Supplier to rectify problems.

c. Schedule update; indicated whether on time or not; and if not on time, what corrective actions are being taken by the CNG Equipment Supplier.

d. Any information or decisions requested of the Owner.

e. Complete written documentation for receipts; and other items identified above.

2. Submit invoices in accordance with the Standard Terms and Conditions and shall be signed by a responsible officer of the CNG Equipment Supplier.

3. Include the following statement of the Application for Payment form for each progress payment request:

a. “I hereby represent and affirm that the invoiced amounts are true, fair, and accurate (verifiable by audit) charges for personnel, services, materials, and equipment delivered to or for the Owner of Tacoma during the invoiced period by (name of CNG Equipment Supplier). All charges were incurred to fulfill and are invoiced in accordance with the express terms and conditions of the referenced Contract.

Signed: CNG Equipment Supplier – Title: Date:

Page 42: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 3 01 29 00 CNG Fueling Equipment Procurement Payment Procedures

H. The Owner will determine whether in-person visits are necessary to 3 confirm satisfactory progress has been made.

1. The CNG Equipment Supplier shall provide the Owner access to the work areas; and material storage areas; and other areas as deemed necessary by the Owner; including but not limited to determining the satisfactory progress of the Work.

2. The CNG Equipment Supplier will aid the Owner and its consultants in its process of determining the sufficiency of the work in progress.

1.04 DAMAGES FOR FAILURE TO ACHIEVE TIMELY COMPLETION

A. Liquidated Damages

1. Reason for Liquidated Damages: Timely performance and completion of the Work is essential to Owner and time limits stated in the Contract Documents are of the essence. Owner will incur serious and substantial damages if Substantial Completion of the Work does not occur within the Contract Time. However, it would be difficult if not impossible to determine the exact amount of such damages. Consequently, provisions for liquidated damages are included in the Contract Documents.

2. Calculation of Liquidated Damages Amount: The liquidated damage amounts set

forth in the Contract Documents will be assessed not as a penalty, but as liquidated damages for breach of the Contract Documents. This amount is fixed and agreed upon by and between the Contractor and Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would in such event sustain. This amount shall be construed as the actual amount of damages sustained by the Owner, and may be retained by the Owner and deducted from periodic payments to the CNG Equipment Supplier.

3. CNG Equipment Supplier is responsible even if Liquidated Damages are assessed:

Assessment of liquidated damages shall not release CNG Equipment Supplier from any further obligations or liabilities pursuant to the Contract Documents.

B. Actual Damages

Calculation of Actual Damages: Actual damages will be assessed for failure to achieve Final Completion within the time provided. Actual damages will be calculated on the basis of direct architectural, administrative, and other related costs attributable to the Project from the date when Final Completion should have been achieved, based on the date Substantial Completion is actually achieved, to the date Final Completion is actually achieved. Owner may offset these costs against any payment due Contractor.

. PART 2 PRODUCTS – NOT USED

PART 3 EXECUTION – NOT USED

END OF SECTION

Page 43: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 1 01 33 00 CNG Fueling Equipment Procurement Submittal Procedures

SECTION 01 33 00 SUBMITTAL PROCEDURES

PART 1 GENERAL

1.01 DEFINITIONS

A. Action Submittal: Written and graphic information submitted by CNG Equipment Supplier that requires Engineer’s approval as outlined in Division 1 or Division 18 following contract award.

B. Deferred Submittal: Information, in accordance with latest version of the IBC submitted by CNG Equipment Supplier for portions of the design which are to be submitted to permitting agency for approval prior to installation (separate contract) of that portion of the Work, along with Engineer’s review documentation that submittal has been found to be in general conformance with Project’s design.

C. Informational Submittal: Information submitted by CNG Equipment Supplier that requires Engineer’s review and determination that submitted information is in accordance with the Conditions of the Contract.

1.02 PROCEDURES

A. Direct submittals to Owner at the following, unless specified otherwise:

1. Jody Bratton City of Tacoma, Tacoma Recovery and Transfer Center, 3510 South Mullen Street Tacoma, WA 98421

B. Electronic Submittals: Submittals shall be made in electronic format on CDs, or via e-mail if size of file does not exceed City’s capacity.

1. Each submittal shall be an electronic file in Adobe Acrobat Portable Document Format (PDF). Use the latest version available at time of execution of the Agreement. Minimum PDF resolution provided shall be 300 dpi for Word documents and 600 dpi for Drawings and photos.

2. Electronic files that contain more than 10 pages in PDF format shall contain internal book marking from an index page to major sections of the document.

3. PDF files shall be set to open “Bookmarks and Page” view.

4. All pages with PDF file to be OCR’d to provide full text search.

5. Add general information to each PDF file, including title, subject, author, and keywords.

6. PDF files shall be set up to print legibly at 8.5-inch by 11-inch, 11-inch by 17-inch, or 22-inch by 34-inch. No other paper sizes will be accepted.

7. Submit new electronic files for each resubmittal.

8. Include a copy of the Transmittal of CNG Equipment Supplier’s Submittal form, located at end of section, with each electronic file.

C. Transmittal of Submittal:

1. CNG Equipment Supplier shall:

Page 44: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 2 01 33 00 CNG Fueling Equipment Procurement Submittal Procedures

a. Review each submittal and check for compliance with Contract Documents.

b. Stamp each submittal with uniform approval stamp before submitting to Owner.

1) Stamp to include Project name, submittal number, Specification number, CNG Equipment Supplier’s reviewer name, date of CNG Equipment Supplier’s approval, and statement certifying submittal has been reviewed, checked, and approved for compliance with Contract Documents.

2) Owner and Engineer will not review submittals that do not bear CNG Equipment Supplier’s approval stamp and will return them without action.

2. Complete, sign, and transmit with each submittal package, one Transmittal of CNG Equipment Supplier’s Submittal form attached at end of this section.

3. Identify each submittal with the following:

a. Numbering and Tracking System:

1) Sequentially number each submittal.

2) Resubmission of submittal shall have original number with sequential alphabetic suffix.

a. Specification section and paragraph to which submittal applies.

b. Project title and Owner’s project number.

c. Date of transmittal.

d. Names of CNG Equipment Supplier, Subcontractor or Supplier, and manufacturer as appropriate.

4. Identify and describe each deviation or variation from Contract Documents.

D. Format:

1. Do not base Shop Drawings on reproductions of Contract Documents.

2. Package submittal information by individual Specification section. Do not combine different Specification sections together in submittal package, unless otherwise directed in Specification.

3. Present in a clear and thorough manner and in sufficient detail to show kind, size, arrangement, and function of components, materials, and devices, and compliance with Contract Documents.

4. Index with labeled tab dividers in orderly manner.

E. Timeliness: Schedule and submit in accordance Schedule of Submittals, and requirements of individual Specification sections.

F. Processing Time:

1. Time for review shall commence on Owner’s receipt of submittal. 2. Owner will act upon CNG Equipment Supplier’s submittal and transmit

response to CNG Equipment Supplier not later than 30 days after receipt, unless otherwise specified.

3. Resubmittals will be subject to same review time. 4. No adjustment of Contract Times or Price will be allowed due to delays in progress

of Work caused by rejection and subsequent resubmittals.

G. Resubmittals: Clearly identify each correction or change made.

Page 45: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 3 01 33 00 CNG Fueling Equipment Procurement Submittal Procedures

H. Incomplete Submittals:

1. Owner will return entire submittal for CNG Equipment Supplier’s revision if preliminary review deems it incomplete.

2. When any of the following are missing, submittal will be deemed incomplete:

a. CNG Equipment Supplier’s review stamp; completed and signed.

b. Transmittal of CNG Equipment Supplier’s Submittal; completed and signed.

c. Insufficient number of copies.

I. Submittals not required by Contract Documents: Will not be reviewed and will be returned stamped “Not Subject to Review.”

1.03 ACTION SUBMITTALS

A. Prepare and submit Action Submittals required by individual Specification sections.

B. Shop Drawings:

1. Copies: Five CDs containing compiled electronic information, or via e-mail. 2. Identify and Indicate:

a. Applicable Contract Drawing and Detail number, products, units and assemblies, and system or equipment identification or tag numbers.

b. Equipment and Component Title: Identical to title shown on Drawings.

c. Critical field dimensions and relationships to other critical features of Work. Note dimensions established by field measurement.

d. Project-specific information drawn accurately to scale.

3. Manufacturer’s standard schematic drawings and diagrams as follows: a. Modify to delete information that is not applicable to the Work. b. Supplement standard information to provide information specifically applicable

to the Work.

4. Product Data: Provide as specified in individual Specifications.

5. Foreign Manufacturers: When proposed, include following additional information:

a. Names and addresses of at least two companies that maintain technical service representatives close to Project.

b. Complete list of spare parts and accessories for each piece of equipment.

C. Samples:

1. Copies: Two, unless otherwise specified in individual Specifications.’

2. Preparation: Mount, display, or package Samples in manner specified to facilitate review of quality. Attach label on unexposed side that includes the following:

a. Manufacturer name b. Model number c. Material d. Sample source

3. Manufacturer’s Color Chart (if applicable): Units or sections of units showing full range of colors, textures, and patterns available.

Page 46: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 4 01 33 00 CNG Fueling Equipment Procurement Submittal Procedures

4. Full-size Samples:

a. Size as indicated in individual Specification section. b. Prepared from same materials to be used for the Work. c. Cured and finished in manner specified. d. Physically identical with product proposed for use.

D. Action Submittal Dispositions: Owner and Engineer will review, mark, stamp, and distribute Comment Memorandum and Markups as noted:

1. No Exceptions Taken:

a. CNG Equipment Supplier may incorporate product(s) or implement Work covered by submittal.

b. Distribution: 1) One copy furnished Resident Project Representative. 2) One copy retained in Owner’s file. 3) One copy retained in Engineer’s file. 4) One copy returned to CNG Equipment Supplier appropriately annotated. 5) One copy provided to the Owner’s Contractor appropriately annotated.

2. Make Corrections:

a. CNG Equipment Supplier may incorporate product(s) or implement Work covered by submittal, in accordance with Owner’s notations.

b. Distribution: 1) One copy furnished Resident Project Representative. 2) One copy retained in Owner’s file. 3) One copy retained in Engineer’s file. 4) One copy returned to CNG Equipment Supplier appropriately annotated. 5) One copy returned to Contractor appropriately annotated.

3. Rejected:

a. CNG Equipment Supplier may not incorporate product(s) or implement Work covered by submittal.

b. Distribution: 1) One copy furnished Resident Project Representative. 2) One copy retained in Owner’s file. 3) One copy retained in Engineer’s file. 4) One copy returned to CNG Equipment Supplier appropriately annotated. 5) One copy returned to Contractor appropriately annotated.

1.04 INFORMATIONAL SUBMITTALS

A. General:

1. Copies: Submit four CDs containing electronic information, or via e-mail, unless otherwise indicated in individual Specification section.

2. Refer to individual Specification sections for specific submittal requirements.

3. Owner and Engineer will review each submittal. If submittal meets conditions of the Contract, Owner will forward submittal CD to appropriate parties. If Owner and Engineer determine submittal does not meet conditions of the Contract and is therefore considered unacceptable, Owner will retain one CD and return remaining CDs with Review Comment Memorandum to CNG Equipment Supplier and Contractor, and require that submittal be corrected and resubmitted by the CNG Equipment Supplier.

B. Certificates:

1. General:

Page 47: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 5 01 33 00 CNG Fueling Equipment Procurement Submittal Procedures

a. Provide notarized statement that includes signature of entity responsible for preparing certification.

b. Signed by officer or other individual authorized to sign documents on behalf of that entity.

2. All certifications in accordance with individual Specification sections.

C. Manufacturer’s Instructions: Written or published information that documents manufacturer’s recommendations, guidelines, and procedures in accordance with individual Specification section.

D. Operation and Maintenance Data: As required in Section 01 78 23, Operation and Maintenance Data and individual specifications sections (as applicable).

E. Quality Control Documentation: Provide as outlined in the technical specifications.

F. Schedules:

1. Schedule of Submittals: Prepare separately or in combination with Progress Schedule. a. Show for each, at a minimum, the following: 1) Specification section number.

2) Identification by numbering and tracking system as specified under Paragraph Transmittal of Submittal. 3) Estimated date of submission to Owner, including reviewing and processing time.

b. On a monthly basis, submit updated schedule to Owner if changes have occurred or resubmittals are required.

G. Statement of Qualification: Evidence of qualification, certification, or registration as required in Contract Documents to verify qualifications of engineer, materials testing laboratory, specialty Subcontractor, trade, Specialist, consultant, installer, and other professionals.

H. Submittals Required by Laws, Regulations, and Governing Agencies:

1. Promptly submit promptly notifications, reports, certifications, payrolls, and otherwise as may be required, directly to the applicable federal, state, or local governing agency or their representative.

2. Transmit to Engineer for Owner’s records one copy of correspondence and transmittals (to include enclosures and attachments) between CNG Equipment Supplier and governing agency.

I. Test, Evaluation, and Inspection Reports shall be provided as required by the individual specification sections including Division 18:

1. General: Shall contain signature of person responsible for test or report.

2. Factory:

a. Identification of product and Specification section, type of inspection or test with referenced standard or code.

b. Date of test, Project title and number, and name and signature of authorized person.

c. Test results. d. If test or inspection deems material or equipment not in compliance with

Page 48: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 6 01 33 00 CNG Fueling Equipment Procurement Submittal Procedures

Contract Documents, identify corrective action necessary to bring into compliance.

e. Provide interpretation of test results, when requested by Owner. f. Other items as identified in individual Specification sections.

3. Field: As a minimum, include the following:

a. Project title and number. b. Date and time. c. Record of temperature and weather conditions. d. Identification of product and Specification section. e. Type and location of test, Sample, or inspection, including referenced

standard or code. f. Date issued, testing laboratory name, address, and telephone number, and

name and signature of laboratory inspector. g. If test or inspection deems material or equipment not in compliance with

Contract Documents, identify corrective action necessary to bring into compliance.

h. Provide interpretation of test results, when requested by Owner. i. Other items as identified in individual Specification sections.

J. Testing and Startup Data: In accordance with Section 01 91 14, Equipment Testing and Facility Startup and the individual specification sections.

K. Training Data: In accordance with Section 01 43 33, Manufacturers’ Field Services and in accordance with Division 18.

1.05 SUPPLEMENT

A. The supplement listed below, following “End of Section,” is part of this Specification.

1. Transmittal of CNG Fueling Equipment System Supplier’s Submittal Form. PART 2 PRODUCTS – NOT USED

PART 3 EXECUTION – NOT USED

END OF SECTION

Page 49: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

City of Tacoma Environmental Services Department

 

ES19‐0001F    01 33 00 

CNG FUELING EQUIPMENT PROCUREMENT    SUBMITTAL PROCEDURES SUPPLEMENT 

Transmittal of CNG Equipment Supplier Submittal (attached to each submittal) TO: _____________________________ Date:______________________________ Submittal No.:_______________________

□ New Submittal □ Resubmittal Project:____________________________ Project No.:_________________________ Specification No.:____________________ FROM:__________________________

CNG Equipment Supplier

Submittal Type: □ Shop Drawing □ Sample □ Informational

□ Deferred

No. of Copies

Description of Item Submitted (Type, Size, Model No., Etc)

Spec and Para No.

Drawing or Brochure No.

Contains Variations to Contract

No Yes

CNG Equipment Supplier certifies that (i) CNG Equipment Supplier has complied with the requirements of Contract Documents in preparation, review and submission of designated Submittal and (ii) the Submittal is complete and in accordance with the Contract Documents and requirements of laws and regulations and governing agencies.

By:________________________________ CNG Equipment Supplier (Authorized Signature)

Page 50: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 1 01 42 13 CNG Fueling Equipment Procurement Abbreviations and Definitions

SECTION 01 42 13 ABBREVIATIONS AND DEFINITIONS

PART 1 GENERAL

1.01 DEFINITIONS

A. CNG Fueling Equipment System Supplier: The manufacturer having a contract with the Owner (or having a contract assigned to the Contractor) to furnish materials or equipment to be incorporated in the Work by the Contractor.

B. Contractor: The individual or entity with whom Owner has or will enter into the Agreement to construct the CNG Fueling System Upgrade project, including installation of the CNG Fueling Equipment System. Contractor may also be referred to as Installing Contractor or General Contractor.

C. Owner: The individual or entity with whom the Contractor has or will enter into the Agreement and for whom the Work is to be performed: City of Tacoma, WA Department of Environmental Services.

1.02 REFERENCE TO STANDARDS AND SPECIFICATIONS OF TECHNICAL SOCIETIES

A. Reference to standards and specifications of technical societies and reporting and resolving discrepancies associated there with shall be as provided in Standard Terms and Conditions, and as may otherwise be required herein and in the individual Specification sections.

B. Work specified by reference to published standard or specification of government agency, technical association, trade association, professional society or institute, testing agency, or other organization shall meet requirements or surpass minimum standards of quality for materials and workmanship established by designated standard or specification.

C. Where so specified, products or workmanship shall also meet or exceed additional prescriptive or performance requirements included within Contract Documents to establish a higher or more stringent standard of quality than required by referenced standard.

D. Where two or more standards are specified to establish quality, product and workmanship shall meet or exceed requirements of most stringent.

E. Where both a standard and a brand name are specified for a product in Contract Documents, proprietary product named shall meet or exceed requirements of specified reference standard.

F. Copies of standards and specifications of technical societies: 1. Copies of applicable referenced standards have not been bound in these

Contract Documents. 2. Where copies of standards are needed by Contractor, obtain a copy or copies

directly from publication source and maintain in an orderly manner at the Site as Work Site records, available to Contractor’s personnel, Subcontractors, Owner, and Engineer.

Page 51: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 2 01 42 13 CNG Fueling Equipment Procurement Abbreviations and Definitions

1.03 ABBREVIATIONS

A. Abbreviations for trade organizations and government agencies are provided for in Division 18.

PART 2 PRODUCTS – NOT USED

PART 3 EXECUTION – NOT USED

END OF SECTION

Page 52: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 1 01 43 33 CNG Fueling Equipment Procurement Manufacturers Field Services

SECTION 01 43 33 MANUFACTURERS’ FIELD SERVICES

PART 1 GENERAL

1.01 DEFINITIONS

A. Person-Day: One person for 8 hours within regular Contractor working hours.

1.02 SUBMITTALS

A. Informational Submittals: In accordance with the installation contractor (separate contract) the CNG Equipment Supplier shall

1. Training Schedule: Submit, in accordance with requirements of this Specification, not less than 21 days prior to start of equipment installation and revise as necessary for acceptance.

2. Lesson Plan: Submit, in accordance with requirements of this Specification, proposed lesson plan not less than 21 days prior to scheduled training and revise as necessary for acceptance.

3. Training Session DVDs or .MOV or .MP4 USBs: Furnish Owner with three complete sets of DVDs or USBs fully indexed and cataloged with printed label stating session and date recorded.

1.03 QUALIFICATION OF MANUFACTURER’S REPRESENTATIVE

A. Authorized representative of the CNG Fueling Equipment System Supplier, factory trained, and experienced in the technical applications, installation, operation, and maintenance of respective equipment, subsystem, or system, with full authority by the CNG Equipment Supplier to issue the certifications required of the manufacturer. Additional qualifications may be specified in the individual specification sections.

B. Representative subject to acceptance by Owner. No substitute representatives will be allowed unless prior written approval by such has been given.

1.04 FULFILLMENT OF SPECIFIED MINIMUM SERVICES

A. Furnish manufacturers’ services, when required by an individual specification section, to meet the requirements of this section.

B. Where time is necessary in excess of that stated in the Specifications for manufacturers’ services, or when a minimum time is not specified, time required to perform specified services shall be considered incidental.

C. CNG Equipment Supplier shall coordinate with Owner and Contractor to schedule manufacturer’ services to avoid conflict with other onsite testing or other manufacturers’ onsite services.

D. Determine, before scheduling services, that conditions necessary to allow successful testing have been met.

E. Only those days of service approved by Owner will be credited to fulfill specified minimum services.

Page 53: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 2 01 43 33 CNG Fueling Equipment Procurement Manufacturers Field Services

F. When specified in individual specification sections, manufacturer’s onsite services shall include:

1. Assistance during product (system, subsystem, or component) installation to include observation, guidance, instruction of Contractor’s assembly, erection, installation or application procedures.

2. Inspection, checking, and adjustment as required for product (system, subsystem, or component) to function as warranted by manufacturer and necessary to furnish Manufacturer’s Certificate of Proper Installation.

3. Providing, on a daily basis, copies of manufacturers’ representative’s field notes and data to Owner.

4. Revisiting the Site as required to correct problems and until installation and operation are acceptable to Engineer/Owner.

5. Resolution of assembly or installation problems attributable to or associated with respective manufacturer’s products and systems.

6. Assistance during functional and performance testing, and facility startup and evaluation.

7. Training of Owner’s personnel in the operation and maintenance of respective product as required.

1.05 MANUFACTURER’S CERTIFICATE OF COMPLIANCE

A. When so specified, a Manufacturer’s Certificate of Compliance, a copy of which is attached to this section, shall be completed in full, signed by entity supplying the product, material, or service, and submitted prior to shipment of product or material or execution of the services.

B. Owner may permit use of certain materials or assemblies prior to sampling and testing if accompanied by accepted certification of compliance.

C. Such form shall certify proposed product, material, or service complies with that specified. Attach supporting reference data, affidavits, and certifications as appropriate.

D. May reflect recent or previous test results on material or product, if acceptable to Owner.

1.06 MANUFACTURER’S CERTIFICATE OF PROPER INSTALLATION

A. When so specified, a Manufacturer’s Certificate of Proper Installation form, a copy of which is attached to this section, shall be completed and signed by equipment manufacturer’s representative.

B. Such form shall certify signing party is a duly authorized representative of manufacturer, is empowered by manufacturer to inspect, approve, and operate their equipment and is authorized to make recommendations required to ensure equipment is complete and operational.

1.07 TRAINING

A. General:

1. Furnish manufacturers’ representatives for detailed classroom and hands-on

Page 54: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 3 01 43 33 CNG Fueling Equipment Procurement Manufacturers Field Services

training to Owner’s personnel on operation and maintenance of specified product (system, subsystem, component) and as may be required in applicable Specifications.

2. Furnish trained, articulate personnel to coordinate and expedite training, to be present during training coordination meetings with Owner, and familiar with operation and maintenance manual information specified in Section 01 78 23, Operation and Maintenance Data.

3. Manufacturer’s representative shall be familiar with facility operation and maintenance requirements as well as with specified equipment.

4. Furnish complete training materials, to include operation and maintenance data, to be retained by each trainee.

B. Training Schedule:

1. Provide the Owner in coordination with the installation contractor with a 14 days’ notice prior to training.

2. Provide the minimum of three days training on the equipment at no additional cost to the Owner.

3. List specified equipment and systems that require training services and show:

a. Respective manufacturer. b. Estimated dates for installation completion. c. Estimated training dates.

4. Allow for multiple sessions when several shifts are involved.

a. Adjust schedule to ensure training of appropriate personnel as deemed necessary by Owner, and to allow full participation by manufacturers’ representatives. Adjust schedule for interruptions in operability of equipment.

b. Coordinate with Section 01 91 14, Equipment Testing and Facility Startup.

C. Lesson Plan: When manufacturer or vendor training of Owner personnel is specified, prepare a lesson plan for each required course containing the following minimum information:

1. Title and objectives.

2. Recommended attendees (such as, managers, engineers, operators, maintenance).

3. Course description, outline of course content, and estimated class duration.

4. Format (such as, lecture, self-study, demonstration, hands-on).

5. Instruction materials and equipment requirements.

6. Resumes of instructors providing training.

7. The minimum manufacturer’s training session content is outlined in Attachment A at the end of this section.

D. Recording of Training Sessions:

1. Furnish audio and color recording of pre-startup and post-startup instruction sessions, including manufacturers’ representatives’ hands-on equipment instruction and classroom sessions.

2. Video training DVDs, or .MOV or .MP4 files on USB shall be produced by a qualified, professional video production company.

Page 55: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 4 01 43 33 CNG Fueling Equipment Procurement Manufacturers Field Services

3. Use format suitable for playback on standard equipment available commercially in the United States. Blu-ray® DVD format is not acceptable without Owner’s prior approval.

4. Include one training session on each DVD or USB.

5. Edit all video to provide cohesive and concise training sessions.

6. Each DVD or USB shall contain an index identifying the area on the DVD or USB containing each major topic presented in the training session.

7. Furnish Owner with one set of DVDs or USBs of each session in draft form for review. Upon return of DVDs or USBs from Owner, incorporate Owner’s comments and changes into final edited DVDs or USBs.

8. Furnish Owner with three complete sets of final edited DVDs or USBs, fully indexed and cataloged with printed labels stating sessions and dates recorded.

9. It is understood that Owner shall be under no restriction as to the use within Owner’s facility of all training materials and video recorded training sessions received under this Contract.

E. Time of Training Sessions: All training sessions shall be held on Mondays through Thursdays, in at least two separate time slots each day to accommodate all Owner’s staff and all work shifts or as coordinated with the Owner on-site (the training sessions will not exceed what is outlined above). Training provided by CNG Equipment Supplier shall maximize the training for all of the staff disciplines during staff working hours. The training shall be tailored to the needs of each discipline.

F. Training Content:

1. Training materials are to be comprehensive, professional and shall be given to the Owner for the Owner’s future use in training or retraining. Training materials and O&M manuals must include step by step instructions in the required maintenance procedures with reference to drawings using actual component ID numbers. The training materials shall include a table with required service, maintenance and inspection intervals. Training materials must also indicate the normal operating ranges for all parameters.

2. In addition to any general training required by the General Specifications, the CNG Equipment Supplier to provide the following training which shall be specific to this site and this equipment. All training documents shall be color, bound training manuals with color illustrations and pictures from this site. Wherever possible, the manuals shall utilize pictures of equipment on this site and specific equipment numbers (such as valve B-502) to provide clarity and site specificity to the training materials. PowerPoint presentations shall also be assembled to illustrate the content of each of the manuals.

3. Complete CNG system training.

4. The first training module shall include the Owner and first responder training:

a. Definition of common terms.

b. Properties of the fuel.

c. How does this station CNG system operate? This should include an illustration of the gas flow through the system. This description should identify the isolation and venting points present for major components (tanks, compressors, dispensers, etc.) in this station.

Page 56: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 5 01 43 33 CNG Fueling Equipment Procurement Manufacturers Field Services

d. Provide a video and print version of a safe vehicle fueling Standard Operating Procedure (SOP) that addresses normal time-fill and fast-fill fueling and issues that may complicate normal fueling. Video is to be from this site.

e. Identify the safety risks and the required safety precautions (clothing, procedures, etc.)

f. Review the emergency response procedures. What to do in the case of fire, gas leak or venting, explosion.

g. How to make the system safe after an incident.

h. When and where to evacuate to in the event of an incident.

i. Who and when to call to report an incident.

j. This training session is expected to require a minimum of 2 hours per session and shall be delivered to a minimum of 4 groups and may require delivery after normal working hours. These groups might include the Owner staff and contractors, and first responders. 100 copies of the training manual shall be provided.

5. The second module shall include the Owner or the Owner’s Maintenance Contractor technical staff training:

a. Performance of daily and weekly inspections (log forms must be provided by the CNG Equipment Supplier).

b. Routine maintenance, inspection and service requirements. Training shall include, but not be limited to: instrumentation and SRV calibration intervals and resources, filter replacement, lubricator service, inspecting bores, aligning couplers, and other planned maintenance. Training shall also include maintenance such as valve and ring replacements, and crankshaft, crosshead and connecting rod inspection.

c. Safety procedures.

d. System operation overview.

e. Troubleshooting and debugging procedures. A fault tree shall be provided.

f. Defueling using the transfer hose and defueling using the defuel system panel.

g. This training session is expected to require a minimum of 8 hours per session and shall be delivered to a minimum of 2 groups and may require delivery after normal working hours. These groups might include the Owner’s staff and contractors, and first responders. 20 copies of the training manual shall be provided.

h. All training manuals, presentations and documentation must be provided in reproducible & electronic form without copyright limitation, to allow the Owner to reproduce this information for the purpose of training additional maintenance staff or contractors.

1.08 SUPPLEMENTS

A. The supplements listed below, following “End of Section,” are part of this Specification.

Page 57: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 6 01 43 33 CNG Fueling Equipment Procurement Manufacturers Field Services

1. Manufacturer’s Certificate of Compliance.

2. Manufacturer’s Certificate of Proper Installation.

PART 2 PRODUCTS – NOT USED

PART 3 EXECUTION – NOT USED

END OF SECTION

Page 58: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 01 43 33 SUPPLEMENT CNG FUELING EQUIPMENT PROCUREMENT MANUFACTURER CERTIFICATE

MANUFACTURER’S CERTIFICATE OF COMPLIANCE

OWNER: PRODUCT, MATERIAL, OR SERVICE SUBMITTED:

PROJECT NAME:

PROJECT NO:

Comments:

I hereby certify that the above-referenced product, material, or service called for by the Contract for the named Project will be furnished in accordance with all applicable requirements. I further certify that the product, material, or service are of the quality specified and conform in all respects with the Contract requirements, and are in the quantity shown.

Date of Execution: ________________________________________, 20___

Manufacturer: __________________________________________________

Manufacturer’s Authorized Representative (print):

(Authorized Signature)

Page 59: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 01 43 33 SUPPLEMENT CNG FUELING EQUIPMENT PROCUREMENT MANUFACTURER CERTIFICATE

MANUFACTURER’S CERTIFICATE OF PROPER INSTALLATION

OWNER EQPT SERIAL NO: EQPT TAG NO: EQPT/SYSTEM: PROJECT NO: SPEC. SECTION: I hereby certify that the above-referenced equipment/system has been: (Check Applicable)

Installed in accordance with Manufacturer’s recommendations.

Inspected, checked, and adjusted. Serviced with proper initial lubricants.

Electrical and mechanical connections meet quality and safety standards.

All applicable safety equipment has been properly installed.

Functional tests.

System has been performance tested, and meets or exceeds specified performance requirements. (When complete system of one manufacturer)

Note: Attach any performance test documentation from manufacturer. Comments:

I, the undersigned Manufacturer’s Representative, hereby certify that I am (i) a duly authorized representative of the manufacturer, (ii) empowered by the manufacturer to inspect, approve, and operate their equipment and (iii) authorized to make recommendations required to ensure equipment furnished by the manufacturer is complete and operational, except as may be otherwise indicated herein. I further certify that all information contained herein is true and accurate.

Date: _________________________________, 20___

Manufacturer: _________________________________

By Manufacturer’s Authorized Representative: (Authorized Signature)

Page 60: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 1 01 61 00 CNG Fueling Equipment Procurement Common Products Requirements

SECTION 01 61 00 COMMON PRODUCT REQUIREMENTS

PART 1 GENERAL

1.01 DEFINITIONS

A. Products: 1. New items for incorporation in the Work, whether furnished by the CNG Fueling

Equipment Supplier or purchased by Contractor or Owner for the Project, or taken from previously purchased stock, and may also include existing materials or components required for reuse.

2. Includes the terms material, equipment, machinery, components, subsystem, system, hardware, software, and terms of similar intent and is not intended to change meaning of such other terms used in Contract Documents, as those terms are self-explanatory and have well recognized meanings in construction industry.

3. Items identified by manufacturer’s product name, including make or model designation, indicated in manufacturer’s published product literature, that is current as of the date of the Contract Documents.

1.02 DESIGN REQUIREMENTS

A. Refer to Specification Division 18. 1.03 ENVIRONMENTAL REQUIREMENTS

A. Refer to Specification Division 18

1.04 PREPARATION FOR SHIPMENT

A. When practical, factory assemble products. Mark or tag separate parts and assemblies to facilitate field assembly. Cover machined and unpainted parts that may be damaged by the elements with strippable protective coating.

B. Package products to facilitate handling and protect from damage during shipping, handling, and storage. Mark or tag outside of each package or crate to indicate its purchase order number, bill of lading number, contents by name, name of Project and CNG Equipment Supplier, equipment number, and approximate weight. Include complete packing list and bill of materials with each shipment.

C. Extra Materials, Special Tools, Test Equipment, and Expendables: 1. Furnish as required by individual Specifications. 2. Schedule:

a. Ensure that shipment and delivery occurs concurrent with shipment of associated equipment.

b. Transfer to Owner shall occur immediately subsequent to Contractor’s acceptance of equipment from CNG Equipment Supplier.

3. Packaging and Shipment: a. Package and ship extra materials and special tools to avoid damage during long

term storage in original cartons insofar as possible, or in appropriately sized, hinged-cover, wood, plastic, or metal box.

Page 61: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 2 01 61 00 CNG Fueling Equipment Procurement Common Products Requirements

b. Prominently displayed on each package, the following:

1) Manufacturer’s part nomenclature and number, consistent with Operation and Maintenance Manual identification system.

2) Applicable equipment description. 3) Quantity of parts in package. 4) Equipment manufacturer.

4. Deliver materials to the Tacoma Recovery and Transfer Center Site, or to a suitable temporary indoor storage location inside the Tacoma City limits jointly agreed upon by the Contractor and CNG Equipment Supplier.

5. Notify Owner upon arrival for transfer of materials.

6. Replace extra materials and special tools found to be damaged or otherwise inoperable at time of transfer to Owner.

D. Provide a minimum 7-day advance notice of shipment to the Contractor and Owner, and notify Contractor and Owner of anticipated date and place of equipment arrival.

E. Factory Test Results: Reviewed and accepted by Owner and Engineer before product shipment as required in individual Specification sections.

1.05 DELIVERY AND INSPECTION

A. Deliver products in accordance with accepted current Progress Schedule (to be provided upon Owner initiated contract with the installing contractor) and coordinate to avoid conflict with the Work and conditions at Site. Deliver anchor bolts and templates sufficiently early to permit setting prior to placement of structural concrete.

B. Deliver products in undamaged condition, in manufacturer’s original container or packaging, with identifying labels intact and legible. Include on label, date of manufacture and shelf life, where applicable.

C. Unload products in accordance with manufacturer’s instructions for unloading or as specified. Record receipt of products at Site or at temporary storage location. Promptly inspect for completeness and evidence of damage during shipment.

D. Remove damaged products from Site and expedite delivery of identical new undamaged products, and remedy incomplete or lost products to provide that specified, so as not to delay progress of the Work.

1.06 HANDLING, STORAGE, AND PROTECTION

A. Handle and store products in accordance with manufacturer’s written instructions and in a manner to prevent damage. Store in approved storage yards or sheds. Provide manufacturer’s recommended maintenance during storage, installation, and until products are accepted for use by Owner.

B. Manufacturer’s instructions for material requiring special handling, storage, or protection shall be provided prior to delivery of material.

C. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under specified conditions, and free from damage or deterioration. Keep running account of products in storage to facilitate inspection and to estimate progress payments for products

Page 62: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 3 01 61 00 CNG Fueling Equipment Procurement Common Products Requirements

delivered, but not installed in the Work.

D. Store electrical, instrumentation, and control products, and equipment with bearings in weather-tight structures maintained above 60 degrees F. Protect electrical, instrumentation, and control products, and insulate against moisture, water, and dust damage. Connect and operate continuously space heaters furnished in electrical equipment.

E. Store fabricated products above ground on blocking or skids, and prevent soiling or staining. Store loose granular materials in well-drained area on solid surface to prevent mixing with foreign matter. Cover products that are subject to deterioration with impervious sheet coverings; provide adequate ventilation to avoid condensation.

F. Store finished products that are ready for installation in dry and well-ventilated areas. Do not subject to extreme changes in temperature or humidity.

G. After installation, provide coverings to protect products from damage due to traffic and construction operations. Remove coverings when no longer needed.

H. Hazardous Materials: Prevent contamination of personnel, storage area, and Site. Meet requirements of product specification, codes, and manufacturer’s instructions.

PART 2 PRODUCTS

2.01 GENERAL

A. Provide manufacturer’s standard materials suitable for service conditions, unless otherwise specified in the individual Specifications.

B. Where product specifications include a named manufacturer, with or without model number, and also include performance requirements, named manufacturer’s products must meet the performance specifications.

C. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or-equal” item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be submitted to Engineer for review under the circumstances described below.

1. “Or-Equal” Items: If in Engineer’s sole discretion an item of material or equipment proposed by CNG Equipment Supplier is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Engineer as an “or-equal” item. A proposed item of material or equipment will be considered functionally equal to an item so named if:

a. In the exercise of reasonable judgment Engineer determines that:

1) It is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics.

2) It will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole.

Page 63: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 4 01 61 00 CNG Fueling Equipment Procurement Common Products Requirements

3) It has a proven record of performance and availability of responsive service; and

b. CNG Equipment Supplier certifies that, if approved and incorporated into the Work:

1) There will be no increase in cost to the Owner or increase in Contract Times, and

2) It will conform substantially to the detailed requirements of the item named in the Contract Documents.

D. Like items of products furnished and installed in the Work shall be end products of one manufacturer and of the same series or family of models to achieve standardization for appearance, operation and maintenance, spare parts and replacement, manufacturer’s services, and implement same or similar process instrumentation and control functions in same or similar manner.

E. Do not use materials and equipment removed from existing premises, except as specifically permitted by Contract Documents.

F. Provide interchangeable components of the same manufacturer, for similar components, unless otherwise specified.

G. Equipment, Components, Systems, and Subsystems: Design and manufacture with due regard for health and safety of operation, maintenance, and accessibility, durability of parts, and shall comply with applicable OSHA, state, and local health and safety regulations.

H. Regulatory Requirement: Coating materials shall meet federal, state, and local requirements limiting the emission of volatile organic compounds and for worker exposure.

I. Safety Guards: Provide for all belt or chain drives, fan blades, couplings, or other moving or rotary parts. Cover rotating part on all sides. Design for easy installation and removal. Use 16-gauge or heavier; galvanized steel, aluminum coated steel, or galvanized or aluminum coated 1/2-inch mesh expanded steel. Provide galvanized steel accessories and supports, including bolts. For outdoors application, prevent entrance of rain and dripping water.

J. Authority Having Jurisdiction (AHJ):

1. Provide the Work in accordance with NFPA 70, National Electrical Code (NEC). Where required by the AHJ, material and equipment shall be labeled or listed by a nationally recognized testing laboratory or other organization acceptable to the AHJ in order to provide a basis for approval under NEC.

2. Materials and equipment manufactured within the scope of standards published by Underwriters Laboratories, Inc. shall conform to those standards and shall have an applied UL listing mark.

K. Equipment Finish:

1. Provide manufacturer’s standard finish and color, except where specific color is indicated.

2. If manufacturer has no standard color, provide equipment with gray finish as

Page 64: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 5 01 61 00 CNG Fueling Equipment Procurement Common Products Requirements

approved by Owner.

L. Special Tools and Accessories: Furnish to Owner, upon acceptance of equipment, all accessories required to place each item of equipment in full operation. These accessory items include, but are not limited to, adequate oil and grease (as required for first lubrication of equipment after field testing), light bulbs, fuses, hydrant wrenches, valve keys, hand wheels, chain operators, special tools, and other spare parts as required for maintenance.

M. Lubricant: Provide initial lubricant recommended by equipment manufacturer in sufficient quantity to fill lubricant reservoirs and to replace consumption during testing, startup, and operation until final acceptance by Owner.

2.02 FABRICATION AND MANUFACTURE

A. General:

1. Manufacture parts to U.S.A. standard sizes and gauges.

2. Two or more items of the same type shall be identical, by the same manufacturer, and interchangeable.

3. Design structural members for anticipated shock and vibratory loads.

4. Use 1/4-inch minimum thickness for steel that will be submerged, wholly or partially, during normal operation.

5. Modify standard products as necessary to meet performance Specifications.

B. Lubrication System:

1. Require no more than weekly attention during continuous operation.

2. Convenient and accessible; oil drains with bronze or stainless steel valves and fill-plugs easily accessible from the normal operating area or platform. Locate drains to allow convenient collection of oil during oil changes without removing equipment from its installed position.

3. Provide constant-level oilers or oil level indicators for oil lubrication systems.

4. For grease type bearings, which are not easily accessible, provide and install stainless steel tubing; protect and extend tubing to convenient location with suitable grease fitting.

2.03 SOURCE QUALITY CONTROL

A. Where Specifications call for factory testing to be witnessed by Owner or Engineer, notify Owner not less than 14 days prior to scheduled test date, unless otherwise specified.

B. Calibration Instruments: Bear the seal of a reputable laboratory certifying instrument has been calibrated within the previous 12 months to a standard endorsed by the National Institute of Standards and Technology (NIST).

C. Factory Tests: Perform in accordance with accepted test procedures and document successful completion.

PART 3 EXECUTION

3.01 INSPECTION

Page 65: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 6 01 61 00 CNG Fueling Equipment Procurement Common Products Requirements

A. Inspect materials and equipment for signs of pitting, rust decay, or other deleterious effects of storage. Do not install material or equipment showing such effects. Remove damaged material or equipment from the Site and expedite delivery of identical new material or equipment. Delays to the Work resulting from material or equipment damage that necessitates procurement of new products will be considered delays within Contractor’s control.

3.02 INSTALLATION

A. Equipment Drawings show general locations of equipment, devices, and raceway, unless specifically dimensioned.

B. No shimming between machined surfaces is allowed.

C. Install the Work in accordance with NECA Standard of Installation, unless otherwise specified.

D. Repaint painted surfaces that are damaged prior to equipment acceptance.

E. Do not cut or notch any structural member or building surface without specific approval of Owner and Engineer.

F. Handle, install, connect, clean, condition, and adjust products in accordance with manufacturer’s instructions, and as may be specified. Retain a copy of manufacturers’ instruction at Site, available for review at all times.

G. For material and equipment specifically indicated or specified to be reused in the Work:

1. Use special care in removal, handling, storage, and reinstallation to assure proper function in the completed Work.

2. Arrange for transportation, storage, and handling of products that require offsite storage, restoration, or renovation. Include costs for such Work in the Contract Price.

3.03 FIELD FINISHING

A. In accordance with the individual specifications sections, best practice or industry standard.

3.04 ADJUSTMENT AND CLEANING

A. Perform required adjustments, tests, operation checks, and other startup activities.

3.05 LUBRICANTS

A. Fill lubricant reservoirs and replace consumption during testing, startup, and operation prior to acceptance of equipment by Owner.

END OF SECTION

Page 66: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 1 01 78 23 CNG Fueling Equipment Procurement Operations and Maintenance Data

SECTION 01 78 23 OPERATION AND MAINTENANCE DATA

PART 1 GENERAL

1.01 SECTION INCLUDES

A. Detailed information for the preparation, submission, and Owner’s and Engineer’s review of Operations and Maintenance (O&M) Data, as required by individual Specification sections.

1.02 DEFINITIONS

A. Preliminary Data: Initial and subsequent submissions for Owner’s and Engineer’s review.

B. Final Data: Owner and Engineer-accepted data, submitted as specified herein.

C. Maintenance Operation: As used on Maintenance Summary Form is defined to mean any routine operation required to ensure satisfactory performance and longevity of equipment. Examples of typical maintenance operations are lubrication, belt tensioning, adjustment of pump packing glands, and routine adjustments.

1.03 SEQUENCING AND SCHEDULING

A. Equipment and System Data:

1. Preliminary Data:

a. Do not submit until Shop Drawing for equipment or system has been reviewed and approved by Engineer.

b. Submit prior to shipment date. Include copy of warranty, bonds, and service contract if specified.

2. Final Data: Submit Instructional Manual Formatted data not less than 60 days prior to equipment or system field functional testing. Submit Compilation Formatted and Electronic Media Formatted data prior to Substantial Completion of Project.

B. Materials and Finishes Data:

1. Preliminary Data: Submit at least 15 days prior to request for final inspection.

2. Final Data: Submit within 10 days after final inspection.

1.04 DATA FORMAT

A. Provide information as referenced in Division 18 of these specifications.

B. Prepare preliminary and final data in the form of an instructional manual on electronic media.

C. Preliminary Data Instructional Manual Electronic Format:

1. Portable Document Format (PDF):

a. Submit Preliminary Operation and Maintenance data in PDF format on CD. Minimum PDF resolution provided shall be 300 dpi for Word documents and 600 dpi for Drawings and photos.

b. Arrange by specification number and name.

Page 67: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 2 01 78 23 CNG Fueling Equipment Procurement Operations and Maintenance Data

c. Files to be fully functional and viewable in most recent version of Adobe Acrobat.

2. All pages with PDF file to be OCR’d to provide full text search.

3. Size: 8-1/2 inches by 11 inches, minimum when printed from electronic media files. Provide 11- by 17-inch or 22- by 34-inch size where appropriate, when printed from electronic media.

4. Cover: Identify manual with typed or printed title “OPERATION AND MAINTENANCE DATA” and list:

a. Project title. b. Designate applicable system, equipment, material, or finish. c. Identity of separate structure as applicable. d. Identify volume number if more than one volume. e. Identity of general subject matter covered in manual. f. Identity of equipment number and Specification section.

5. Title Page:

a. CNG Equipment Supplier name, address, and telephone number. b. Subcontractor, Supplier, installer, or maintenance contractor’s name, address,

and telephone number, as appropriate.

1) Identify area of responsibility of each. 2) Provide name and telephone number of local source of supply for parts and

replacement.

6. Table of Contents:

a. Neatly formatted with electronic print and arranged in systematic order with consecutive page numbers.

b. Identify each product by product name and asset numbers or symbols as set forth on the Process and Instrumentation Diagrams (P&IDs) and in Contract Documents.

7. Text: Manufacturer’s printed data, or neatly produced with electronic print.

a. Arrange margins so that punched holes for three-hole binding would not obliterate data.

b. Material shall be suitable for reproduction, with quality equal to original. Photocopying of material will be acceptable, except for material containing photographs.

D. Final Data Instruction Manual Electronic Media Format:

1. Portable Document Format (PDF):

a. After all preliminary data has been found to be acceptable to Owner and Engineer, submit Operation and Maintenance data in PDF format on CD. Minimum PDF resolution provided shall be 300 dpi for Word documents and 600 dpi for Drawings and photos.

b. Files to be exact duplicates of Engineer-accepted preliminary data. Arrange by specification number and name.

c. Files to be fully functional and viewable in most recent version of Adobe Acrobat.

2. All pages with PDF file to be OCR’d to provide full text search.

1.05 SUBMITTALS

Page 68: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 3 01 78 23 CNG Fueling Equipment Procurement Operations and Maintenance Data

A. Informational:

1. Data Outline: Submit three CDs containing a detailed outline of proposed organization and contents of Final Data prior to preparation of Preliminary Data

2. Preliminary Data:

a. Submit five CDs containing compiled electronic information for Owner’s and Engineer’s review.

b. If data meets conditions of the Contract: 1) One Comment Memorandum and Markups will be returned to CNG

Equipment Supplier. 2) One Comment Memorandum and Markups will be returned to Contractor. 3) One Comment Memorandum and Markups will be forwarded to Resident

Project Representative. 4) One Comment Memorandum and Markups will be retained in Owner’s file. 5) One Comment Memorandum and Markups will be forwarded to Engineer.

c. If data does not meet conditions of the Contract: 1) All CDs will be returned to CNG Equipment Supplier with Owner’s and

Engineer’s comments (on separate document) for revision. 2) Owner’s and Engineer’s comments will be retained in Owner’s and

Engineer’s files. 3) Resubmit five CDs containing compiled electronic information revised in

accordance with Owner’s and Engineer’s comments. 3. Final Data: Submit five CDs containing compiled electronic information in format

specified herein.

1.06 DATA FOR EQUIPMENT AND SYSTEMS

A. Content for Each Unit (or Common Units) and System:

1. Product Data:

a. Include only those sheets that are pertinent to specific product. b. Clearly annotate each sheet to:

1) Identify specific product or part installed. 2) Identify data applicable to installation. 3) Delete references to inapplicable information.

c. Function, normal operating characteristics, and limiting conditions. d. Performance curves, engineering data, nameplate data, and tests. e. Complete nomenclature and commercial number of replaceable parts. f. Original manufacturer’s parts list, illustrations, detailed assembly drawings

showing each part with part numbers and sequentially numbered parts list, and diagrams required for maintenance.

g. Spare parts ordering instructions. h. Where applicable, identify installed spares and other provisions for future work

(e.g., reserved panel space, unused components, wiring, and terminals). 1) As-installed, color-coded piping diagrams. 2) Charts of valve tag numbers, with the location and function of each valve. 3) Drawings: Supplement product data with Drawings as necessary to clearly

illustrate: a) Format:

I. Formatted to print as 8-1/2 inches by 11 inches, or 11 inches by 17 inches, or 22 inches by 34 inches.

Page 69: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 4 01 78 23 CNG Fueling Equipment Procurement Operations and Maintenance Data

II. Identify Specification section and product on Drawings. b) Relations of component parts of equipment and systems. c) Control and flow diagrams. d) Coordinate drawings with Project record documents to assure correct

illustration of completed installation.

2. Instructions and Procedures: Within text, as required to supplement product data.

a. Format: 1) Organize in consistent format under separate heading for each different

procedure. 2) Provide logical sequence of instructions for each procedure. 3) Provide information sheet for Owner’s personnel, including:

a) Proper procedures in event of failure. b) Instances that might affect validity of guarantee or Bond.Installation

Instructions: Including alignment, adjusting, calibrating, and checking. c) Operating Procedures:

I. Startup, break-in, routine, and normal operating instructions. II. Test procedures and results of factory tests where required. III. Regulation, control, stopping, and emergency instructions. IV. Description of operation sequence by control manufacturer. V. Shutdown instructions for both short and extended duration. VI. Summer and winter operating instructions, as applicable. VII. Safety precautions. VIII. Special operating instructions.

d) Maintenance and Overhaul Procedures: I. Routine maintenance. II. Guide to troubleshooting. III. Disassembly, removal, repair, reinstallation, and re-assembly.

3. Guarantee, Bond, and Service Agreement: Provide.

B. Content for Each Electric or Electronic Item or System:

1. Description of Unit and Component Parts:

a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data, nameplate data, and tests. c. Complete nomenclature and commercial number of replaceable parts. d. Interconnection wiring diagrams, including control and lighting systems.

2. Circuit Directories of Panel boards.

3. Electrical service.

4. Control requirements and interfaces.

5. Communication requirements and interfaces.

6. List of electrical relay settings, and control and alarm contact settings.

7. Electrical interconnection wiring diagram, including as applicable, single-line, three-line, schematic and internal wiring, and external interconnection wiring.

8. As-installed control diagrams by control manufacturer.

9. Operating Procedures:

a. Routine and normal operating instructions. b. Startup and shutdown sequences, normal and emergency. c. Safety precautions.

Page 70: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 5 01 78 23 CNG Fueling Equipment Procurement Operations and Maintenance Data

d. Special operating instructions.

10. Maintenance Procedures:

a. Routine maintenance. b. Guide to troubleshooting. c. Adjustment and checking. d. List of relay settings, control and alarm contact settings.

11. Manufacturer’s electronic printed operating and maintenance instructions.

12. List of original manufacturer’s spare parts, manufacturer’s current prices, and recommended quantities to be maintained in storage.

C. Maintenance Summary:

1. Compile individual Maintenance Summary for each applicable equipment item, respective unit or system, and for components or sub-units.

2. Format:

a. Use electronic facsimile of Maintenance Summary Form bound with this section. Fill out each form completely.

b. Each Maintenance Summary may take as many pages as required. c. Format for 8-1/2-inch by 11-inch size paper when printed. d. Complete using electronic printing. Added text needs to be OCR compatible.

3. Include detailed lubrication instructions and diagrams showing points to be greased or oiled; recommend type, grade, and temperature range of lubricants and frequency of lubrication.

4. Recommended Spare Parts:

a. Data to be consistent with manufacturer’s Bill of Materials/Parts List furnished in O&M manuals.

b. “Unit” is the unit of measure for ordering the part. c. “Quantity” is the number of units recommended. d. “Unit Cost” is the current purchase price.

5. Provide all nameplate information.

D. Detail Reports: Owner will create the following Detail Reports with the electronic information provided by the CNG Equipment Supplier. See examples of Detail Report format and content in the attached supplements. CNG Equipment Supplier shall provide sufficient electronic information for Owner to populate the Detail Reports.

1. Equipment Detail Report.

2. Instrument Detail Report.

3. Control Panel Detail Report.

1.07 DATA FOR MATERIALS AND FINISHES

A. Content for Architectural Products, Applied Materials, and Finishes:

1. Manufacturer’s data, giving full information on products:

a. Catalog number, size, and composition. b. Color and texture designations c. Information required for reordering special-manufactured products.

2. Instructions for Care and Maintenance:

Page 71: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 6 01 78 23 CNG Fueling Equipment Procurement Operations and Maintenance Data

a. Manufacturer’s recommendation for types of cleaning agents and methods. b. Cautions against cleaning agents and methods that are detrimental to product. c. Recommended schedule for cleaning and maintenance.

B. Content for Moisture Protection and Weather Exposed Products:

1. Manufacturer’s data, giving full information on products:

a. Applicable standards. b. Chemical composition. c. Details of installation.

2. Instructions for inspection, maintenance, and repair.

1.08 SUPPLEMENTS

A. The supplements listed below, following “End of Section,” are part of this Specification.

1. Maintenance Summary Form.

a. Example Equipment Detail Report. b. Example Instrument Detail Report. c. Example Control Panel Detail Report.

PART 2 PRODUCTS - NOT USED

PART 3 EXECUTION - NOT USED

END OF SECTION

Page 72: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

City of Tacoma Environmental Services Department

ES19‐0001F    01 78 23 SUPPLEMENT 

CNG FUELING EQUIPMENT PROCUREMENT    OPERATIONS AND MAINTENANCE DATA 

MAINTENANCE SUMMARY FORM Description Project:

Contract No.:

Order No.:

1. Equipment Name

2. Equipment ID (Asset Number)

3. Manufacturer

4. Weight of Individual Components (Over 100 pounds)

5. Manufacturer’s Local Representative

Name

Address

Telephone No.

6. Electrical or Mechanical Data

SIZE:

MODEL:

TYPE:

VOLTAGE:

AMPS:

RMP:

SERIAL #:

Page 73: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 1 01 91 14 CNG Fueling Equipment Procurement Equipment Startup and Testing

Page 74: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 2 01 91 14 CNG Fueling Equipment Procurement Equipment Startup and Testing

SECTION 01 91 14 EQUIPMENT TESTING AND FACILITY STARTUP

PART 1 GENERAL

1.01 DESCRIPTION

A. Owner will establish requirements for and coordinate equipment testing and facility startup. CNG Fueling Equipment System Supplier shall integrate the CNG fueling equipment startup activities through the Owner and Contractor and shall assist the Owner and Contractor in conducting final project acceptance testing of the air compressor/cooling system equipment. All pipes associated with the CNG fueling system equipment shall be certified clean by Contractor and CNG Equipment Supplier prior to testing and system closeout.

B. CNG Equipment Supplier to provide assistance as specified in Division 18.

C. CNG Equipment Supplier to provide assistance as specified in Section 01 43 33, Manufacturers’ Field Services, and technical specifications.

1.02 DEFINITIONS

A. Facility: Entire Project, or an agreed-upon portion, including all of its unit processes.

B. Functional Test: Test or tests in presence of Engineer and Owner to demonstrate that installed equipment meets manufacturer’s installation, calibration, and adjustment requirements and other requirements as specified.

C. Performance Test: Test or tests performed after any required functional test in presence of Engineer and Owner to demonstrate and confirm individual equipment meets performance requirements specified in individual sections.

D. Unit Process: As used in this section, a unit process is a portion of the facility that performs a specific process function, such as compressed air supply and cooling.

E. Facility Performance Demonstration:

1. A demonstration, conducted by Contractor and supported by CNG Equipment Supplier, with assistance of Owner, to demonstrate and document the performance of the entire operating facility, both manually and automatically (if required), based on criteria developed in conjunction with Owner and as accepted by Engineer.

2. Such demonstration is for the purposes of (i) verifying to Owner entire facility performs as a whole, and (ii) documenting performance characteristics of completed facility for Owner’s records. Neither the demonstration nor the evaluation is intended in any way to make performance of a unit process or entire facility the responsibility of the CNG Equipment Supplier or Contractor, unless such performance is otherwise specified.

1.03 SUBMITTALS

A. Informational Submittals:

1. Facility Startup and Performance Demonstration Plan.

Page 75: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 3 01 91 14 CNG Fueling Equipment Procurement Equipment Startup and Testing

2. Functional and performance test results.

3. Completed Equipment Test Report for each equipment component.

4. Completed Unit Process Startup Form for each unit process.

5. Completed Facility Performance Demonstration/Certification Form.

1.04 FACILITY STARTUP AND PERFORMANCE DEMONSTRATION PLAN

A. Contractor shall develop a written plan, in conjunction with Owner’s operations personnel and CNG Equipment Supplier; to include the following:

1. Step-by-step instructions for startup of each unit process and the complete facility.

2. Unit Process Startup Form (sample attached), to minimally include the following:

a. Description of the unit process, including equipment numbers/nomenclature of each item of equipment and all included devices.

b. Detailed procedure for startup of the unit process, including valves to be opened/closed, order of equipment startup, etc.

c. Startup requirements for each unit process, including water, power, chemicals, etc.

d. Space for evaluation comments.

3. Facility Performance Demonstration/Certification Form (sample attached), to minimally include the following:

a. Description of unit processes included in the facility startup. b. Sequence of unit process startup to achieve facility startup. c. Description of computerized operations, if any, included in the facility. d. Contractor and CNG Equipment Supplier certification facility is capable of

performing its intended function(s), including fully automatic operation. e. Signature spaces for Contractor, CNG Equipment Supplier, Owner, and

Engineer.

PART 3 EXECUTION

3.01 GENERAL

A. Facility Startup Meetings:

1. The Owner will schedule a minimum of two facility startup meetings. Contractor and CNG Equipment Supplier shall attend and actively participate in the facility startup meetings and associated startup planning activities to coordinate an effective facility commissioning effort.

2. Agenda items shall include, but not be limited to content of Facility Startup Plan; test methods and schedule, materials, chemical, and liquids required; coordination needed between various parties in attendance; and potential problems associated with startup.

3. Attendees will include:

a. CNG Equipment Supplier’s representative. b. Contractor’s designated quality control representative. c. Subcontractors and equipment manufacturer’s representatives whom the

Contractor deems to be directly involved in facility startup. d. Owner’s representatives. e. Others as required by the Contract Documents or as deemed necessary by

CNG Equipment Supplier and Contractor.

Page 76: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 4 01 91 14 CNG Fueling Equipment Procurement Equipment Startup and Testing

B. CNG Equipment Supplier’s and Contractor’s Testing and Startup Representatives:

1. Designate and furnish one or more personnel to coordinate and expedite testing and facility startup.

2. Representative(s) shall be present during startup meetings and shall be available at all times during testing and startup.

3. If supplied equipment includes programmable devices such as PLCs or HMIs, the onsite representative(s) shall be experienced in and capable of modifying the software program as required for testing and startup.

C. Provide temporary valves, gauges, piping, test equipment and other materials and equipment required for testing and startup.

D. Provide Contractor and CNG Equipment Supplier staff adequate to prevent delays. Schedule ongoing work so as not to interfere with or delay testing and startup.

E. Owner will:

1. Provide water, power, chemicals, and other items as required for startup, unless otherwise indicated.

2. Operate process units and facility with support of Contractor and CNG Equipment Supplier.

3. Provide labor and materials as required for laboratory analyses.

3.02 EQUIPMENT TESTING

A. Preparation:

1. Complete installation before testing.

2. Furnish qualified CNG Equipment Supplier’s representative.

3. Submit Manufacturer’s Certificate of Proper Installation Form, in accordance with Section 01 43 33, Manufacturers’ Field Services.

4. Equipment Test Report Form: Provide written test report for each item of equipment to be tested, to include the minimum information:

a. Owner/Project Name. b. Equipment or item tested. c. Date and time of test. d. Type of test performed (Functional or Performance). e. Test method. f. Test conditions. g. Test results. h. Signature spaces for Contractor, CNG Equipment Supplier, Engineer, and

Owner as witnesses.

5. Cleaning and Checking: Prior to beginning functional testing:

a. Calibrate testing equipment in accordance with manufacturer’s instructions. b. Inspect and clean equipment, devices, connected piping, and structures to

ensure they are free of foreign material. c. Lubricate equipment in accordance with CNG Equipment Supplier’s instructions. d. Turn rotating equipment by hand when possible to confirm that equipment is

not bound. e. Open and close valves by hand and operate other devices to check for binding,

Page 77: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 5 01 91 14 CNG Fueling Equipment Procurement Equipment Startup and Testing

interference, or improper functioning. f. Check power supply to electric-powered equipment for correct voltage. g. Adjust clearances and torque. h. Test piping for leaks.

6. Ready-to-test determination will be by Engineer and Owner based at least on the following:

a. Acceptable Operation and Maintenance Data. b. Notification by Contractor and CNG Equipment Supplier of equipment

readiness for testing. c. Receipt of Manufacturer’s Certificate of Proper Installation. d. Adequate completion of work adjacent to, or interfacing with, equipment to be

tested, including items to be furnished by Owner. e. Availability and acceptability of manufacturer’s representative, when specified,

to assist in testing of respective equipment. f. Satisfactory fulfillment of other specified manufacturer’s responsibilities. g. Equipment and electrical tagging complete.\ h. Delivery of all spare parts and special tools.

B. Functional Testing:

1. Conduct as specified in individual Specification sections.

2. Notify Owner and Engineer in writing at least 10 days prior to scheduled date of testing.

3. Prepare Equipment Test Report summarizing test method and results.

4. When, in Owner’s and Engineer’s opinion, equipment meets functional requirements specified, such equipment will be accepted for purposes of advancing to performance testing phase, if so required by individual Specification sections. Such acceptance will be evidenced by Engineer’s and Owner’s signatures as witnesses on Equipment Test Report.

C. Performance Testing:

1. Conduct as specified in individual Specification sections.

2. Notify Engineer and Owner in writing at least 10 days prior to scheduled date of test.

3. Performance testing shall not commence until equipment has been accepted by Engineer as having satisfied functional test requirements specified.

4. Type of fluid, gas, or solid for testing shall be as specified.

5. Unless otherwise indicated, furnish labor, materials, and supplies for conducting the test and taking samples and performance measurements.

6. Prepare Equipment Test Report summarizing test method and results.

7. When, in Owner’s and Engineer’s opinion, equipment meets performance requirements specified, such equipment will be accepted as to conforming to Contract requirements. Such acceptance will be evidenced by Owner’s and Engineer’s signature on Equipment Test Report.

3.03 STARTUP OF UNIT PROCESSES

A. Prior to unit process startup, equipment within unit process shall be accepted by Engineer as having met functional and performance testing requirements specified. This

Page 78: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 6 01 91 14 CNG Fueling Equipment Procurement Equipment Startup and Testing

includes being operable and under control of computer system.

B. Startup sequencing of unit processes shall be as chosen by Owner, in conjunction with the Contractor, Engineer, and CNG Equipment Supplier to meet overall schedule requirements. Work shall proceed in accordance with the Facility Startup and Performance Demonstration Plan.

C. Only the Owner’s certified operations personnel shall operate facilities that handle, process, or are associated with wastewater.

D. Contractor and CNG Equipment Supplier shall make all adjustments, repairs, and corrections necessary to complete unit process startup.

E. Contractor’s and CNG Equipment Supplier’s startup responsibilities shall be considered complete when, in opinion of Owner and Engineer, unit process has operated in manner intended for 7 continuous days without significant interruption. This period is in addition to functional or performance test periods specified elsewhere.

F. Significant Interruption: May include any of the following events:

1. Failure of Contractor or CNG Equipment Supplier to provide and maintain qualified onsite startup personnel as scheduled.

2. Failure to meet specified functional operation for more than 2 consecutive hours.

3. Failure of any critical equipment or unit process that is not satisfactorily corrected within 5 hours after failure.

4. Failure of any noncritical equipment or unit process that is not satisfactorily corrected within 8 hours after failure.

5. As determined by Owner and Engineer.

G. A significant interruption will require startup then in progress to be stopped. After corrections are made, startup test period to start from beginning again.

3.04 FACILITY PERFORMANCE DEMONSTRATION

A. When, in the opinion of Owner and Engineer, startup of all unit processes has been achieved, sequence each unit process to the point that facility is operational.

B. Demonstrate proper operation of required interfaces within and between individual unit processes.

C. After facility is operating, complete performance testing of equipment and systems not previously tested.

D. Document, as defined in Facility Startup and Performance Demonstration Plan, the performance of the facility including its computer system, until all unit processes are operable and under control of computer system.

E. Certify, on the Facility Performance Demonstration/Certification Form, that facility is capable of performing its intended function(s), including fully automatic and computerized operation.

3.05 SUPPLEMENTS

Page 79: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F 7 01 91 14 CNG Fueling Equipment Procurement Equipment Startup and Testing

A. Supplements listed below, following “End of Section,” are a part of this Specification:

1. Equipment Test Report Form.

2. Unit Process Startup Form.

3. Facility Performance Demonstration/Certification Form.

4. Startup and Commissioning Checklist and Approval Sheet.

END OF SECTION

Page 80: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

City of Tacoma Environmental Services Department

ES19-0001F 01 91 14 SUPPLEMENT CNG FUELING EQUIPMENT PROCUREMENT EQUIPMENT TESTING AND STARTUP

EQUIPMENT TEST REPORT FORM OWNER:____________________________ PROJECT__________________________ Equipment Description (Include description and equipment number of all equipment and devices)

________________________________________________________________________________________________________________________________________________________ FUNCTIONAL TEST Date and Time of Test__________________________________________________________ Functional Test Method and Conditions: ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Functional Test Results and Comments: ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________ CNG Equipment Supplier:_______________________ Date:_________________________ Contractor:___________________________________ Date:_________________________ Engineer:____________________________________ Date:_________________________ Owner:______________________________________ Date:_________________________ (Authorized Signature)

PERFORMANCE TEST Date and Time of Test__________________________________________________________ Performance Test Method and Conditions: ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________ ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________

Page 81: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

City of Tacoma Environmental Services Department

ES19-0001F 01 91 14 SUPPLEMENT CNG FUELING EQUIPMENT PROCUREMENT EQUIPMENT TESTING AND STARTUP

UNIT PROCESS STARTUP FORM OWNER:____________________________ PROJECT__________________________ Date and Time of Startup________________________________________________________ Unit Process Description (Include description and equipment number of all equipment and devices):

________________________________________________________________________________________________________________________________________________________ ________________________________________________________________________________________________________________________________________________________ ________________________________________________________________________________________________________________________________________________________ Startup Procedure (Describe procedure for sequential startup and evaluation, including valves to be open/closed,

order of equipment startup, etc):

________________________________________________________________________________________________________________________________________________________ ________________________________________________________________________________________________________________________________________________________ ________________________________________________________________________________________________________________________________________________________ Startup Requirements (Water, power, chemicals, etc):

________________________________________________________________________________________________________________________________________________________ Evaluation Comments__________________________________________________________ ________________________________________________________________________________________________________________________________________________________ ________________________________________________________________________________________________________________________________________________________ CNG Equipment Supplier:_______________________ Date:_________________________ Contractor:___________________________________ Date:_________________________ Engineer:____________________________________ Date:_________________________ Owner:______________________________________ Date:_________________________ (Authorized Signature)

Page 82: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

City of Tacoma Environmental Services Department

ES19-0001F 01 91 14 SUPPLEMENT CNG FUELING EQUIPMENT PROCUREMENT EQUIPMENT TESTING AND STARTUP

FACILITY PERFORMANCE DEMONSTRATION/CERTIFICATION FORM OWNER:____________________________ PROJECT__________________________ Date and Time of Demo/Cert_____________________________________________________ Unit Process Description (List unit processes involved in facility startup):

________________________________________________________________________________________________________________________________________________________ ________________________________________________________________________________________________________________________________________________________ ________________________________________________________________________________________________________________________________________________________ Unit Process Startup Sequence (Describe sequence for startup, including computerized operations, if any):

________________________________________________________________________________________________________________________________________________________ ________________________________________________________________________________________________________________________________________________________ ________________________________________________________________________________________________________________________________________________________ Contractor Certification that Facility is capable of performing as intended function(s), including fully automatic operations: CNG Equipment Supplier:_______________________ Date:_________________________ Contractor:___________________________________ Date:_________________________ Engineer:____________________________________ Date:_________________________ Owner:______________________________________ Date:_________________________ (Authorized Signature)

Page 83: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

City of Tacoma Environmental Services Department

ES19-0001F 01 91 14 SUPPLEMENT CNG FUELING EQUIPMENT PROCUREMENT EQUIPMENT TESTING AND STARTUP

STARTUP AND COMMISSIONING CHECKLIST AND APPROVAL SHEET OWNER:____________________________ PROJECT__________________________ Date and Time of Demo/Cert_____________________________________________________ List Date Completed Complete N/A Name of unit process to be started and commissioned: _______________________________ How many components are in the startup and commissioning? _______________________________ Is this interim or final startup and commissioning? Circle One: Interim Final Documents:

Equipment O&M Manuals ____________ □ □

Record Drawings to Engineer ____________ □ □

Standard Operating Procedures ____________ □ □

Process O&M Manual (draft) ____________ □ □ Training:

Classroom ____________ □ □

Field ____________ □ □ Approvals: Commissioning of the above unit process or component(s) has been completed and the system is hereby released to Owner for normal operation. The above unit process or compenent(s) is hereby accepted by Owner who will be responsible for operation of this equipment, and is conditionally accepted subject to completion of outstanding punchlist items and any design deficiencies. The Owner waives no rights.

CNG Equipment Supplier:_______________________ Date:_________________________ Contractor:___________________________________ Date:_________________________ Engineer:____________________________________ Date:_________________________ Owner:______________________________________ Date:_________________________ (Authorized Signature)

Page 84: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CNG Fueling Equipment

Page 1 180000 CNG General Technical

Specifications

SECTION 180000 – CNG GENERAL TECHNICAL SPECIFICATIONS

PART 1 - GENERAL

1.01 SUMMARY

A. This contract to include the design, permitting support, fabrication, equipment and materials, freight, commissioning, start-up, testing and training associated with the fabrication and supply of a Compressed Natural Gas (CNG) station equipment package as outlined in these specifications. Equipment supply contract work to be performed for The City of Tacoma (Owner). Installation of this station equipment will be performed under separate contract.

1. A “CNG Equipment Supplier” (inclusive of their primary and lower tier equipment, manufacturers, fabricators and suppliers) meeting the expertise and experience requirements of the specifications is to be under contract to the Owner.

2. All on-site work by the CNG Equipment Supplier during startup, commissioning and training to be coordinated and scheduled with the Installing Contractor and the Owner to minimize disruption to Owner operations and site construction activities.

3. All coordination costs incurred by the CNG Equipment Supplier to be included in the CNG Equipment Supplier’s project engineering and project management expenses.

4. The requirements of these documents designate the minimum scope of supply.

B. This Section includes general requirements for all work as specified herein and indicated on the Drawings.

1. This Section applies to all sections within Division 18.

2. Secondary equipment suppliers of subassemblies including the dryer, compressors, dispensers, storage, and control panel suppliers must review the entire document, not just the section focused on their specific equipment, to ensure that they have a complete understanding of all general mechanical, electrical, controls and other requirements.

3. Requirements stated in this Section are in addition to, and supplement requirements stated in other parts of the Project documents.

4. Project drawings are provided to assist the CNG Equipment Supplier in understanding the overall project. These drawings illustrate scope that is within the CNG Equipment Supplier scope (noted on drawings) as well as work that is within the Site Installation Contractor scope. If there is a conflict

Page 85: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CNG Fueling Equipment

Page 2 180000 CNG General Technical

Specifications

between the drawings and the specifications, the specifications shall dictate the required scope.

C. The “permitting support” shall include provision of all engineering data, proof of Quality Control procedures, proof of certifications, and other such supporting data as may be required by the AHJ and the Owner to secure installation and operation permits. The CNG Station equipment package shall include the design, permitting support, procurement, fabrication, testing, delivery and freight (offloading at site will be by others), startup/commissioning and training for the following equipment and any ancillary equipment, instrumentation or controls outlined to meet these specifications. :

1. One single tower manually regenerated natural gas dryer.

2. One electric driven fully packaged and enclosed Duplex CNG compressor package (two compressors in a single enclosure).

3. Priority fill and ESD panel with all required supporting stands.

4. Time fill precedence, temperature compensation and metering panel and supporting stands.

5. One equipment compound area filter assembly with isolation and bypass valves for 3 filters.

6. One equipment compound area filter assembly with isolation and bypass valves for 1 filter.

7. Supply of one new ASME CNG cascade storage assembly of 6 tubes.

8. 1 single hose time fill post and hose assembly.

9. 24 dual hose time fill posts and hose assemblies.

10. 51 new replacement time fill hoses, plus 3 sample hoses.

11. 3 time-fill manifold filter assemblies.

12. Two dual hose, dual meter “Combo” heavy duty and light duty vehicle CNG dispensers complete with required cascade storage controls and electronic temperature compensation controls and instrumentation.

13. One defueling system designed to recycle gas to compressor suction.

14. One pilot gas regulator assembly, 60 gallon ASME 200 psig receiver, ball and relief valves and instrumentation (gauge and transducer) as indicated in the specification.

Page 86: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CNG Fueling Equipment

Page 3 180000 CNG General Technical

Specifications

15. Master Control Panel (MCP) complete with all required controls and software and fully equipped with all controls switches and programming to accommodate three compressors.

16. Motor Control Center/Motor Starter Panel complete will all required, breakers, starters, switches and relays and other equipment to provide a complete system with capacity for the CNG station with three compressors.

17. Miscellaneous installation components including compressor inlet regulators, automatic and manual gas valves, all flexible connections in the gas piping system, equipment mounted gas detection components, and equipment mounted emergency shutdown (ESD) buttons and remote ESD stations per the specifications and the bid form.

D. Owner Option 1: Maintenance Contract

1. As an Owner option, the CNG Equipment Supplier shall provide a comprehensive operations and maintenance program for two years with three one year renewals for the routine maintenance and repair of the CNG station. This contract period shall correspond to the Warranty and to contract acceptance start date. This operations and maintenance program shall be under separate contract from this scope of supply. Owner retains the right not to award this contract to the winning proposer. If awarded, the Owner retains the right to extend this contract for three 1 year extensions following the initial 2 year contract.

If the Owner elects to install additional equipment as defined in the Alternates or as identified as future equipment on the bid drawings, the operation and maintenance cost adder for this equipment shall take effect in the month that the equipment becomes operational.

If the Owner elects to install additional equipment not defined in the bid forms, this equipment may be included within this agreement based on mutually acceptable renegotiation of this operation and maintenance contract price and terms.

If the CNG station is not available or is operating at less than required capacity and CNG vehicles are not fueled for roll out at 05:00 each morning, a penalty of $250 per truck per day for each truck not fueled by 05:00 will be assessed against the maintenance contract payment. In the event that the station was fully operational but lacked sufficient utility gas pressure or line volume due to factors outside of the CNG Equipment Supplier‘s (herein after referred to the CNG Maintenance Vendor) control, the CNG Equipment Supplier shall provide support to Owner to address the issue and Owner will waive any penalties for late fueling. Similarly, if neither the primary or backup utility power is available and an extended outage delays fueling, Owner will waive any penalties for late fueling.

Page 87: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CNG Fueling Equipment

Page 4 180000 CNG General Technical

Specifications

The CNG Maintenance Vendor shall ensure that CNG dispensed to all vehicles is clean, dry and meets all requirements of the current SAE J1616. Furthermore, the CNG Maintenance Vendor shall ensure that oil carryover to the CNG vehicle is at a very low level that ensures that no damage or poor engine performance occurs as a result of oil carryover. Any liquid oil that is found in vehicle coalescing filters shall be deemed to indicate that the CNG station is not performing as specified or as required. It is incumbent on the CNG Maintenance Vendor to rectify any such oil carryover situation at their own expense. If this situation is not rectified, Owner may determine and claim damages from the CNG Maintenance Vendor. These damages shall be deducted from any future operation and maintenance contract payments.

This operation and maintenance work shall include:

a. Owner will pay the cost of all gas, electric power, and communications to the station.

b. CNG Maintenance Vendor will provide insurance as indicated elsewhere in this document and as provided in future contract for services.

c. Owner staff will perform all vehicle fueling except as may be required to test station equipment.

d. CNG Maintenance Vendor shall maintain all operating permits current. CNG Equipment Supplier shall at their own expense provide any documentation and/or testing required and pay any fees required for these permits.

e. CNG Maintenance Vendor shall pay any upgrade or annual license fees as required to maintain all copies of software current.

f. The CNG Maintenance Vendor shall maintain an inventory of all required parts including consumables and major repair parts. CNG Maintenance Vendor shall observe all setbacks for flammables from CNG and liquid fuel storage equipment. External secure covered storage for oil and waste/condensate storage shall also be provided by the CNG Maintenance Vendor within their Option 1 scope. All environmentally hazardous liquids shall be stored with leak containment pallets or equal.

g. This operations and maintenance contract shall include all maintenance, inspection, testing and repair required or recommended by the equipment and component manufacturers and all work that is normally provided to meet current industry best practice. A table shall be supplied with the proposal to indicate the minimum operation and maintenance tasks and responsibilities provided by the CNG Equipment Supplier and frequency of service. This table shall clearly define what tasks the CNG Equipment Supplier requires Owner to perform during the daily inspections performed by Owner staff.

Page 88: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CNG Fueling Equipment

Page 5 180000 CNG General Technical

Specifications

h. The CNG Maintenance Vendor shall supply all parts and consumables included within the cost of the contract.

i. The CNG Maintenance Vendor shall supply all MSDS or equivalent data sheets for all oils, desiccant material, cleaning supplies and all other materials with the 60 percent design submittals. All materials shall be subject to Owner approval before they are brought on site.

j. CNG Maintenance Vendor shall maintain a clean facility and shall dispose off-site of all waste material in an environmentally responsible and legal manner. Documentation of proper disposal shall be provided monthly with the maintenance invoice to Owner --this shall include test reports for materials including dryer desiccant, dryer and filter condensate as well as shipping manifests and received reports from the Disposal Company for all disposal of dryer desiccant, dryer and filter condensate, filters and filter cartridges, oil rags, used or waste oil and any other controlled or hazardous materials. If the submittal of information required in this clause is incomplete, inaccurate, or in violation of Owner requirements, payment of maintenance invoices will be withheld until acceptable documentation and practices are in place.

k. The CNG Maintenance Vendor shall fully comply with Washington State environmental regulations, the US EPA and all other Authorities Having Jurisdiction.

l. All spills shall be reported to Owner immediately and to the AHJ (as required) within the legal time requirement.

m. Documentation of all reporting and correspondence to any and all AHJs (not limited to environmental issues) shall be provided to Owner at time of receipt or transmittal and at the time of the next invoice for operation maintenance contract services, whichever comes first.

n. Owner will use its own staff to provide daily or twice weekly inspections as required to check fluids, drain filters and perform other similar light inspection and service. The CNG Maintenance Vendor shall provide one month of training and job shadowing during these inspections to ensure that Owner staff are fully trained and competent to perform this level of light maintenance. All other operation and maintenance and all repair is the responsibility of the CNG Maintenance Vendor.

o. Owner staff will perform daily inspections but will perform no maintenance on the equipment. CNG Maintenance Vendor shall visit the site not less frequently than once per week to perform inspections and maintenance as required. This CNG Maintenance Vendor inspection shall also include the work normally provided by Owner staff to provide confirmation that this work is current. These visits shall be coordinated with Owner to ensure that there are vehicles that can be fueled to allow

Page 89: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CNG Fueling Equipment

Page 6 180000 CNG General Technical

Specifications

operational testing and to allow the Owner to be present for CNG Maintenance Vendor inspections and any other work. The Owner reserves the right to shadow the CNG Maintenance Vendor for any and all work performed during the contract.

p. CNG Maintenance Vendor shall review PLC logs to determine if equipment is operating in expected ranges and to diagnose impending problems.

q. All safety relief valves and pressure transducers and RTDs shall be calibrated annually or more frequently in accordance with the manufacturer requirements.

r. ESD and other safety systems shall be tested at a frequency of twice annually or more frequently if recommended by the manufacturer. This test shall include a test of each button and each isolation valve or contactor to ensure that it is operational.

s. CNG Maintenance Vendor shall provide all other inspection, maintenance, repair, logging of information, ordering and stocking of parts as required to provide a comprehensive operation and maintenance program.

t. All gas, oil and air filter elements shall be replaced at a minimum annually or more frequently if required by the original equipment manufacturer.

u. Only original equipment manufacturer approved parts and consumables shall be used unless approved by the Owner.

v. The CNG Maintenance Vendor shall provide a complete gas detection system calibration, service all mechanical and electrical equipment including alarms and fans and test the system in the compressor enclosure not less than annually, or more frequently if recommended by the equipment manufacturers. CNG Maintenance Vendor shall supply the required calibration gas.

w. CNG Maintenance Vendor shall maintain detailed records of all inspections, calibrations, tests, maintenance and repairs. These records shall record date, time, compressor operating hours (if work is on a compressor), CNG Maintenance Vendor personnel on site and all parts used or service rendered. These records are to be provided to Owner monthly at time of billing.

x. CNG Maintenance Vendor and Owner staff shall weigh the quantity of oil added and drained in the station. CNG Maintenance Vendor shall set up and maintain this record keeping system. This record will be used to

Page 90: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CNG Fueling Equipment

Page 7 180000 CNG General Technical

Specifications

determine the extent of oil carryover in the station. This record is to be provided to Owner monthly at time of billing.

y. All records shall be maintained on site in a binder that is accessible to Owner staff. A copy of all correspondence with any AHJ and all reports from: inspections, tests, calibrations, maintenance, repairs, call outs and all parts consumed shall be submitted monthly electronically and in hard copy with each invoice.

z. The CNG Equipment Supplier shall supply 60 minute call back and four hour on site response time (from time of fault shutdown being transmitted either electronically or by phone whichever occurs first).

1) If there is only one compressor on site that is operational, CNG Maintenance Vendor shall be allowed 12 hours from notification of fault to have compressor fully operational for minor breakdowns including instrumentation and control system failures; valve, ring and packing failures; control valve failures; electrical and gas control panel component failure, any dispenser failure.

2) If there is only one compressor on site that is operational, CNG Maintenance Vendor shall be allowed 5 business days from notification of fault to have compressor fully operational for major breakdowns including compressor non consumable item failure, motor failure, cooler failure.

3) If there are two or more compressors on site that are operational, at no time shall the equipment deliver less than 100 percent of firm capacity for more than 6 hours (firm capacity shall be defined as the rated flow of one compressor).

aa. Callouts that are the result of Owner actions such as nuisance ESD events and hose drive-aways shall be charged to Owner at regular time rates as proposed on the bid form with no additional charges for overtime, premium, time, equipment or mileage charges.

bb. CNG Maintenance Vendor shall repeat the training required under this contract on an annual basis with updates to reflect lessons learned in operating the station. CNG Maintenance Vendor shall maintain and submit to Owner the sign in sheet for each training session.

cc. Cost of maintenance program shall be invoiced monthly for the previous month based on the Baseline monthly cost (as bid by the CNG Maintenance Vendor adjusted up or down to account for months where throughput exceeds or falls short (respectively) of the monthly equivalent of the annual throughput indicated on the Operations and Maintenance Option bid sheet. Throughput will be

Page 91: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CNG Fueling Equipment

Page 8 180000 CNG General Technical

Specifications

based on the number of MCFs measured through the utility gas meter.

dd. The dryer desiccant shall be removed and replaced at the end of the fifth year. The old desiccant shall be tested for contaminants and legally disposed of as hazardous waste.

ee. All parts that wear out or fail shall be included in the cost of the contract such that Owner will have no costs beyond the maintenance program charge.

1.02 DEFINITIONS

A. Within these documents:

1. “Owner” or “Tacoma” is defined as The City of Tacoma, Washington.

2. “CNG Equipment Supplier” is the selected Bidder from this solicitation and is responsible for all work under this contract. The CNG Equipment Supplier is responsible for the PLC control system design and supply including all system integration and programming.

3. “Compressor Packager” may be the CNG Equipment Supplier, or they may be a sub supplier to the CNG Equipment Supplier.

4. “Manufacturer” may be the CNG Equipment Supplier, or they may be a sub supplier or a sub-sub supplier to the CNG Equipment Supplier.

5. “CNG Maintenance Vendor” is the party that will contract with the Owner for the optional maintenance contract.

6. The Authority (or Authorities) Having Jurisdiction (AHJ) includes any and all agencies that are legally mandated to review, inspect and permit any aspect of the project. This will include but not be limited to City of Tacoma Building and Safety Department, Washington State and City of Tacoma Fire Marshall, City of Tacoma Electrical and Mechanical Inspection Departments, Electrical and Gas Utilities.

B. The following list includes acronyms and abbreviations used in the Division 18 sections pertaining to the work of this Division but not necessarily used in other parts of the Project documents. The list does not contain acronyms used for reference standards, or technical and commonly used and understood abbreviations and acronyms. AHJ Authority Having Jurisdiction ATS Automatic Transfer Switch CNG Compressed Natural Gas DSL Digital Subscriber Line (broadband

Page 92: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CNG Fueling Equipment

Page 9 180000 CNG General Technical

Specifications

communication over a phone line) ESD Emergency Shut Down FACP Fire Alarm Control Panel GDP Gas Detection Panel GTAW Gas Tungsten Arc Welding IS Intrinsically Safe MCC Motor Control Center MCP Master Control Panel MMSCF Million Standard Cubic Feet MTS Manual Transfer Switch NB National Board NRTL Nationally Recognized Testing Laboratory NTP Notice to Proceed OD Outside Diameter P&ID Piping and Instrumentation Diagram PLC Programmable Logic Controller PQR Procedure Qualification Records PSIG Pounds per Square Inch Gauge RAP Remote Annunciation Panel SCADA System Control and Data Acquisition SCF Standard Cubic Foot SCFM Standard Cubic Foot per Minute SCR Silicon Controlled Rectifier SMAW Shielded Metal Arc Welding SRV Safety Relief Valve UCP Unit Control Panel VFD Variable Frequency Drive WPS Welding Procedure Specifications

1.03 REFERENCES

A. Applicable provisions of the following standards shall apply to the work of this Division 18, except as modified herein, and are hereby made a part of these Contract Specifications to the extent required: ASME Boiler Pressure Vessel Code Section VIII

Division 1 ASME B31.3 Refinery Piping IBC and WBC International and Washington Building Code and all

applicable reference codes including any and all City of Tacoma Amendments.

IFC and WFC International and Washington Fire Code, including any and all City of Tacoma Amendments.

NFPA 30A Code for Motor Fuel Dispensing Facilities and

Repair Garages NFPA 52 Vehicular Gaseous Fuel Systems Code

Page 93: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CNG Fueling Equipment

Page 10 180000 CNG General Technical

Specifications

NFPA 70 National Electrical Code (NEC) NFPA 780 Standard for the Installation of Lightning Protection

Systems OSHA Applicable standards and regulations by

Occupational Safety and Health Administration SAE J1616_201605 Standard for Compressed Natural Gas Vehicle

Local Ordinances All local ordinances including local noise bylaws shall be

met. In the event that one code is more stringent than another, the most stringent code will be used as the basis of the bid and design. In the event that codes contradict each other, the local Authority Having Jurisdiction will determine the governing code.

B. AHJ may also reference additional codes and standards and may impose local or project specific requirements. CNG Equipment Supplier is required to meet all such requirements.

C. CNG Equipment Supplier shall provide and pay for “Third Party” Certification for all equipment in its packaged form. This shall include but not be limited to the gas dryer, gas compressor packages, all fueling and defueling dispensers and all electrical and gas control panels. No schedule extension will be granted if this is required. The third party used for Certification must be a Nationally Recognized Testing Laboratory (NRTL) acceptable to the AHJ.

D. In addition to adhering to the applicable codes, the CNG Equipment Supplier is to perform the work with a degree of skill and diligence normally employed by contractors or suppliers performing the same or similar tasks. The CNG Equipment Supplier shall also use its best judgment to fabricate a system that is safe, reliable, and which performs well.

E. If the CNG Equipment Supplier believes that a variance from any of the applicable codes will be required for this project, this shall be clearly indicated within the bid.

F. Other Division 18 sections include additional references referring particularly to work in those sections.

1.04 QUALITY ASSURANCE

A. CNG Equipment Supplier Qualifications: See individual Division 18 sections for specific requirements.

Page 94: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CNG Fueling Equipment

Page 11 180000 CNG General Technical

Specifications

B. Manufacturer Qualifications:

1. Major components (such as but not limited to compressor blocks and cylinders, valves, instrumentation or control) of the same or essentially the same model have been used in similar CNG applications in the United States. If a manufacturer other than those listed in this document are proposed, the manufacturer must provide verifiable, positive references citing a minimum of 10 other installations (an installation will include at least one compressor but multiple compressors at a given installation count as one installation toward the required total of 10 installations) using the same crankcase model and similar cylinder configuration in the previous 5 years within the USA.

2. Further, it must be demonstrated that any proposed alternate compressor block manufacturer has manufactured an average of at least 20 blocks per year for the past 5 years and they must be able to demonstrate consistently available, quality spare parts available on a next day basis through references and through the presence of spare parts in inventory sufficient to construct 5 compressor blocks and cylinders of the proposed model.

3. If a compressor manufacturer not on the list wishes to apply to be placed on the list, they must demonstrate the above experience and receive positive references from the station owners. To demonstrate the above experience the prospective compressor manufacturer shall provide with their bid:

a. A list of at list of all (not just the ten required) installations in the US in the past five years that utilized the proposed compressor block and similar cylinder configuration. The list shall include:

1) Site Name

2) Site Owner name

3) Site Contractor name

4) Contact email and phone number for the site Owner’s and Contractor’s staff most knowledgeable of the installation,

5) Number of compressors, model, horsepower, inlet and outlet pressure (note that outlet pressure must be designed for 4500 psig and be operating at a minimum of 4200 psig) for each installation

6) Shipping and in service date for each site.

Page 95: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CNG Fueling Equipment

Page 12 180000 CNG General Technical

Specifications

b. The Number of compressors, model, cylinder configuration, horsepower, inlet and outlet pressure of the compressor that will be proposed for this contract.

c. A composite list of all domestic and international sales of this compressor block assembly for the past 5 years. This list must include the site name and Owner name, the number of compressors (each compressor in a multiple compressor installation counts toward the total of 100 compressors required).

d. Requests for substitution shall meet the timing and other requirements of Division 1.

4. Other Division 18 sections may include additional requirements.

C. Fabricator Qualifications: Ensure that assemblies (such as but not limited to compressor packages, gas dryer, dispensers) of the same or essentially the same model have been used in similar CNG fleet applications in the United States. This requires verifiable positive references citing a minimum of 5 other installations (an installation will include at least three compressors but multiple compressors at a given installation count as one installation toward the required total of 5 installations). Packages used to confirm this experience must utilize the same crankcase model and similar cylinder configuration and have been commissioned in the previous 5 years.

1. If a package fabricator not on the list wishes to apply to be placed on the list, they must be fully (not temporarily or conditionally) approved by the compressor block manufacturer and must demonstrate the above experience and receive positive references from the station owners. To demonstrate the above experience the prospective packager shall provide with their bid:

a. A list of all (not just the five required) installations in the US in the past five years that utilized the proposed compressor block and similar cylinder configuration. The list shall include:

1) Site Name

2) Site Owner name

3) Site Contractor name

4) Contact email and phone number for the site Owner’s and Contractor’s staff most knowledgeable of the installation,

5) Number of compressors (must be at least three), model, horsepower, inlet and outlet pressure (note that outlet

Page 96: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CNG Fueling Equipment

Page 13 180000 CNG General Technical

Specifications

pressure must be designed for 4500 psig and be operating at at least 4200 psig) for each installation

6) Shipping and in service date for each site.

7) Type of station—time fill, cascade or buffer fast fill

8) Scope of supply at site for prospective packager (ie what was the scope of service and equipment supply).

b. The Number of compressors, model, cylinder configuration, horsepower, inlet and outlet pressure of the compressor that will be proposed for this contract.

c. Requests for substitution shall meet the timing and requirements of Division 1.

D. Regulatory Requirements:

1. Permitting: This Work shall also include:

a. Providing technical backup required through this phase.

1.05 SUBMITTALS

A. General requirements include:

1. Oil carry over data and qualifications as detailed in 185200.

2. Manufacturer Approval Drawings: Equipment that is laid out, configured, or designed by the Fabricator based on performance specifications only shall be submitted to the Owner for approval prior to release of Drawings for manufacturing.

3. All CNG Equipment Supplier supplied drawings are to be supplied in D size and B size as follows:

a. PDF at each phase and as-built.

4. All station construction and installation and equipment drawings are to be submitted at 60, 90 and 100 percent completion. Schedule to submit these drawing packages from date of contract award:

a. 60 percent package and all major equipment submittals due 30 days from award.

b. 90 percent package due 45 days from award.

Page 97: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CNG Fueling Equipment

Page 14 180000 CNG General Technical

Specifications

c. 100 percent package due 60 days from award.

5. No fabrication can proceed until a complete set of equipment drawings, specifications, and documentation has been submitted and approved by the Owner. Proceeding without approval will be at CNG Equipment Supplier’s risk and expense.

6. Submittals prior to CNG station fabrication include:

a. General assembly drawings of packaged dryers, compression units, storage assembly and control system, dispensing system (including internal assembly drawings of dispensers and other panels in the system), other station equipment and process piping including elevation and plan views, and major sub-assembly and component drawings.

b. Skid construction drawings for all skid mounted equipment.

c. Gas dryer P&ID drawings, Bills of Material and piping isometric diagrams

d. Compressor P&ID, Bills of Material and piping isometric diagrams

e. Storage and time fill gas control P&ID drawings and Bills of Material

f. Dispenser P&ID drawings and Bills of Material

g. Pilot Gas System P&ID drawings and Bills of Material

h. Electrical Distribution and Control Panels, Master Control Panel (MCP) and Unit Control Panel (UCP) Programmable Logic Controller (PLC) electrical power, control and Emergency Shut Down (ESD) schematics and Bills of Material.

i. Site P&ID with piping and tubing sized and configured for this site and this equipment package.

j. Site conduit schematic, conduit layout, conduit schedule and termination schedule configured for this site and this equipment package.

k. Skid and panel penetration and connection drawings

l. The Owner will perform anchoring calculations stamped by a Washington State PE to ensure seismic compliance with the building code.

The CNG Equipment Supplier shall provide:

i. Detailed drawings showing the CNG Equipment Suppliers’ minimum anchoring requirements.

Page 98: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CNG Fueling Equipment

Page 15 180000 CNG General Technical

Specifications

ii. Drawings shall illustrate plan, elevation and section views as required by the Owner’s engineer to perform calculations. Drawings shall also indicate equipment weights and center of gravity.

iii. Drawings shall illustrate the pick points and weights for off-loading and placing on site.

iv. Note that equipment will be anchored with chemical concrete anchor style bolts or approved equal. It is the Owner’s preference to not grout equipment at time of site installation.

v. CNG Equipment Supplier shall review the Owner’s proposed shimming and anchoring requirements in this section to confirm acceptability.

m. Compressor run simulation based on minimum, maximum and typical suction pressures. These runs shall clearly illustrate operating horsepower draw, pressures, temperatures, rod loads, rod reversal, clearances and piston speeds.

n. Product cut sheets listing approvals, materials, dimensions, spare parts, rebuild kits and including exploded parts diagrams for all procured components. Note: If the product cut sheet is for more than one model, size or type of component, the component the product cut sheet is being submitted for must be clearly indicated or the inapplicable information shall be deleted.

o. Welding Procedure Specifications (WPS) and Procedure Qualification Records (PQR) for all shops involved in fabrication of the equipment.

p. Compressor vibration and pulsation analysis report.

7. The CNG Equipment Supplier shall supply complete equipment drawings as outlined herein. The Owner will review these drawings and the CNG Equipment Supplier will make any required revisions as defined by the Owner and the Authorities Having Jurisdiction. The Owner will require a minimum of two calendar weeks to review and comment on initial (60 percent) submittal drawings and documents, and one week to review and comment on subsequent re-submittals. Once these drawings are completed and accepted by the Owner and the AHJs, the Owner will issue a Fabrication NTP for the equipment production and a separate CNG Station NTP for the site construction.

B. Additional requirements are included in the Division 18 sections.

1. As-built record documents for Division 18 CNG station work includes but is not limited to following:

Page 99: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CNG Fueling Equipment

Page 16 180000 CNG General Technical

Specifications

a. General assembly drawings of packaged dryers, compression units, storage assembly and control system, dispensing system, other station equipment and process piping including all elevation and plan views, and major sub-assembly and component drawings.

b. Skid construction drawings.

c. Gas dryer P&ID, Bills of Material and piping isometric diagrams.

d. Compressor P&ID, Bills of Material and piping isometric diagrams.

e. Storage and time fill control P&ID and Bills of Material.

f. Dispenser P&ID and Bills of Material.

g. Pilot Gas System P&ID and Bills of Material.

h. Distribution and Control Panels, Master Control Panel (MCP) and Unit Control Panel (UCP) Programmable Logic Controller (PLC) electrical power, control and Emergency Shut Down (ESD) schematics and Bills of Material.

i. Site P&ID with piping and tubing sized and configured for this site and this equipment package.

j. Site conduit schematic, conduit layout, conduit schedule and termination schedule configured for this site and this equipment package.

k. Skid and panel penetration and connection drawings.

l. Equipment anchoring and grouting details and locations (note that chemical concrete anchor style bolts or approved equal must be used).

m. Product cut sheets listing approvals, materials, dimensions, spare parts, rebuild kits and including exploded parts diagrams for all procured components. Note: If the product cut sheet is for more than one model, size or type of component, the component the product cut sheet is being submitted for must be clearly indicated or the inapplicable information must be deleted.

n. Vibration/pulsation test results and conclusions. This must indicate the results of the field testing referenced through drawings or pictures to the actual equipment.

2. Quality Control Manual (note that the Owner may require periodic submission of portions of this material to confirm compliance.) Include the following:

a. Welding Procedure Specifications (WPS).

Page 100: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CNG Fueling Equipment

Page 17 180000 CNG General Technical

Specifications

b. Procedure Qualification Records (PQR).

c. Piping and Instrumentation Drawings referenced to isometric drawings.

d. Piping isometric drawings detailing all fittings, flanges, weld locations, pipe size and schedule or tubing size and wall thickness, components, pressure vessels and design pressure. These drawings must indicate which welder performed each weld.

e. X-ray films and reports referenced to individual welds on the piping isometric drawings.

f. Pressure test reports.

g. Form U1A for all pressure vessels.

h. National Board registration for all pressure vessels.

i. Mill test certificates for pipe and tubing.

3. Operations and Maintenance Manuals shall include:

a. A description of the system components and operation.

b. Outline emergency procedures, standard operating procedures, general sequence of operations, recommended maintenance intervals and procedures, recommended parts, troubleshooting and repair procedures. Standard Operating Procedures (SOPs) shall include all repairs to equipment (for example SOPs for the isolation and depressurization then reinstallation of a safety relief valve).

c. All procedures must be specific to the equipment supplied and must reference specific component ID numbers (such as provided on the valve tags).

d. A table shall be provided to clearly outline all maintenance and inspection intervals for each piece of equipment. This shall designate by hours of service or by calendar intervals as applicable and shall indicate all items that are required or recommended by code or current industry practice such as SRV rebuilds, transducer calibration, etc.

e. Manuals shall provide site specific log and inspection forms for each inspection interval.

f. Manuals shall address all parts normally requiring inspection, service, maintenance, repair, or adjustment.

Page 101: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CNG Fueling Equipment

Page 18 180000 CNG General Technical

Specifications

g. Manuals shall include a complete set of as-built and as-commissioned station drawings reduced to “B” size. Manuals shall also provide product cut sheets and product manuals on all components used in the system.

h. Manuals shall provide a comprehensive list of spare parts with supplier and component manufacturer part numbers as well as recommended stocking quantities.

i. Trouble shooting guidelines, flow chart and procedures.

j. Copies of OEM Operation and Maintenance manuals on all outsourced equipment such as the compressor blocks, valves, dryer, etc.

k. Manuals shall be provided in bound hard copy (10 copies), and in text searchable pdf format with each section indexed/tabbed.

4. Number and Format of Closeout Submittal Documents:

a. All Quality Control, Operation Manuals and As-Built drawings are to be provided to Owner in bound form with 6 hard copies and in electronic pdf format with all sections tabbed for ease of access to specific equipment.

b. All Operation Manuals, As-Built drawings and all PLC and Operator Interface Programs are to be provided to the Owner on USB Flash drive--six sets.

1.06 PROJECT SITE CONDITIONS

A. Ambient Temperature-Minimum: 0 deg F

B. Ambient Temperature-Maximum: 100 deg F

C. Inlet Gas Temperature: 60 deg F

D. Gas Supply Pressure (min / typical / max): 12/30/45 psig

E. Normal Compressor Outlet Pressure: 4,500 psig

F. Inlet Gas Moisture Content: 7.0 lbs H2O/MMSCF

1.07 COORDINATION AND SCHEDULING

A. Deliveries shall be scheduled in cooperation with the Owner.

B. All commissioning and testing work on site that could impact the ongoing vehicle service, maintenance and dispatch activities on site scheduled and executed in cooperation with the Owner.

Page 102: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CNG Fueling Equipment

Page 19 180000 CNG General Technical

Specifications

1.08 DELIVERY, STORAGE, AND HANDLING

A. Comply with the following—the CNG Equipment Supplier to conform to the following requirements while performing on site work (startup, commissioning and training):

1. Material and tools shall be handled and stored in a manner to prevent possible theft or damage.

2. CNG Equipment Supplier to provide their own on-site secure storage for tools, materials and equipment.

3. CNG Equipment Supplier to take delivery of their own materials (not including major equipment) on site.

1.09 SAFETY AND PROTECTION

A. This applies to work on site during commissioning, testing, and training.

B. Comply with the safety requirements specified in the General Sections of these Project documents and with OSHA.

C. Take whatever special precautions may be necessary to ensure the safety of personnel and property given the close proximity of 480 VAC power and natural gas at pressures exceeding 4,500 psig.

1.10 WARRANTY

1. See full warranty terms in Division 1.

PART 2 - PRODUCTS

2.01 MANUFACTURERS AND MODELS

A. Manufacturers and models are outlined in specific Division 18 Sections.

B. Basis of Design: Products are specified by manufacturer name, description, and/or catalog number to show intended function and quality. Manufacturer’s catalog numbers and descriptions establish the quality of product required.

C. Substitutions:

1. Comply with all Division 1 requirements.

2. In order to propose an alternate component, system, supplier of equipment, or a modification to the specified design that uses specified brands, CNG Equipment Supplier to demonstrate that any proposed alternative system is suitable for and has been successfully used in other projects. Any and all

Page 103: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CNG Fueling Equipment

Page 20 180000 CNG General Technical

Specifications

alternate equipment requested needs to be part of your proposal to be considered for approval.

a. If the substitution involves the compressor block or compressor package fabricator, provide the information as required in Section 180000-1.04.B and C, and the following requirements.

b. Provide technical specifications required to allow the Owner to confirm that design, efficiency, quality, appearance and delivery is comparable to or better than the specified component.

c. Provide a detailed description of the design implications, such as the impact on the size of the equipment, impact on electrical service, and the like. These facility and cost implications shall be itemized and a final net cost adder/reduction presented.

d. The Owner retains the right to refuse any request for substitution that it, in its sole discretion, deems to be less desirable that the specified component.

2.02 MATERIALS

A. Materials are outlined in Division 18 Sections.

B. All materials are to be new, unused and current models not scheduled to be discontinued or replaced.

2.03 FINISHES

A. The equipment shall be cleaned, prepared, primed and painted in accordance with paint manufacturer’s recommendations, and the following:

1. All metal and other surfaces shall be cleaned, prepared, primed and applied in full conformance with the paint manufacturer’s requirements and recommendations. All paint coat mill thickness shall be as recommended by the paint manufacturer for this application. All paints shall be rated by the paint manufacturer for the application including temperature, weather resistance, and other criteria.

2. Apply anti-seize lubricants such as Loctite to the bolts on flange sets to prevent future removal problems due to paint accumulation on bolts.

B. Touch-up Painting in Field: Touch up equipment marred by shipment or erection using the same color and type of finish as the original. The finished condition shall be to the satisfaction of the Owner.

Page 104: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CNG Fueling Equipment

Page 21 180000 CNG General Technical

Specifications

PART 3 - EXECUTION

3.01 EXAMINATION

A. The CNG Equipment Supplier shall inspect all site work performed by others and verify installation conditions as satisfactory for final testing and commissioning in accordance with Division 1. The CNG Equipment Supplier shall not commission until unsatisfactory conditions are corrected by others or modifications are agreed to between the CNG Equipment Supplier and the Owner. Beginning commissioning work constitutes acceptance of conditions as satisfactory.

3.02 INSTALLATION, APPLICATION AND ERECTION

A. Equipment Accessibility: Comply with applicable codes and install equipment to be accessible for operation, maintenance and repair. Equipment deemed inaccessible shall be relocated as directed.

B. Placing, Anchoring and Grouting:

1. The CNG Equipment Supplier shall ship the equipment to site with all freight costs included in this bid. CNG Equipment Supplier shall provide all weights and drawings indicating pick points for the site crane. All site craning will be by others.

2. The CNG Equipment Supplier shall specify any and all grouting and/or shimming requirements and provide specifications for grouting and shimming which will be performed by others.

3. For CNG Equipment Supplier Information: If grouting is not required, but it is found that the concrete pad surface variations exceed manufacturer’s requirements or 1/8” whichever is less, the site contractor will supply and install metal shims. These shims will be stainless steel and be 2” greater in length and width than the width of the beam that they are shimming. Shims will be inserted to a tight fit then tack welded in place to the beam. If pad irregularities result in a gap of more than ¼”, the Owner may require remedial pad work to bring the pad into compliance.

4. If grouting is required by the CNG Equipment Supplier as part of their installation requirements, all equipment requiring grouting shall be equipped with jacking screws.

5. A final alignment on the compressor drive couplings shall be performed by the CNG Equipment Supplier as part of the startup process.

Page 105: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CNG Fueling Equipment

Page 22 180000 CNG General Technical

Specifications

3.03 QUALITY CONTROL

A. Unit/Equipment/System testing shall include the following and as outlined in Division 1:

1. The Owner reserves the right to inspect the manufacturing facility at any time during this Contract without prior notice. The Owner also reserves the right to have test equipment verified and recalibrated for accuracy at any time during the Contract at no cost to the Owner.

2. Submit test procedures, blank test report forms, a list of calibrated test equipment items used in testing with manufacturer, model number, serial number, and calibration date, test set-up and P&ID at least 30 days prior to the date of the scheduled test(s).

3. Shop testing and field testing shall be coordinated with the Owner a minimum of 14 days prior to intended test date.

4. Factory testing (General): Submit copies of completed test reports to the Owner within 48 hours of test completion whether the test was successful or not.

5. Tests witnessed by the Owner or CNG Equipment Supplier witnessing of third party testing shall require their signature.

6. If the shop function test is not witnessed by the Owner, a report outlining the outcome shall be notarized by the CNG Equipment Supplier and issued to the Owner.

7. After successful completion of factory test(s) and approval by the Owner, the unit shall be shipped to the site as coordinated with the Owner and the installing contractor. Upon completion of installation, startup and field testing will commence.

8. Coordinate and execute on site tests which may be required by the various regulatory agencies and by the Owner. This testing may include, but not be limited to, a testing of shut-downs and alarms (including fire alarm and ESD system), noise testing and the like.

9. The Owner will not unduly delay site tests, and hence will provide vehicles as required for the timely completion of the testing program.

3.04 CLOSEOUT ACTIVITIES

A. Startup: Full system startup shall be included. See Division 1 for additional requirements.

Page 106: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CNG Fueling Equipment

Page 23 180000 CNG General Technical

Specifications

1. Coordinate with the Owner. CNG Equipment Supplier will provide the Owner 14 days advance notice prior to startup.

2. Provide manpower and equipment as required to test and make the station fully operational at no additional cost to the Owner, subject to approval by the Owner.

3. Acceptance testing shall be completed to confirm all performance parameters as required in these specifications and as represented in the CNG Equipment Supplier’s Bid and submittals are met.

B. Training: See Division 1

C. Station acceptance will not be considered final until the CNG Equipment Supplier has provided the Owner with a written “Certification of Code Compliance,” and a “Certification of Testing Completion” and those requirements as outlined in Division 1. This compliance document shall certify that the CNG station equipment provided meet all applicable codes as listed herein and as required by the AHJ and been fully functionally tested to ensure that all safety systems are fully operable. This certification shall be signed and stamped by a professional engineer in the State of Washington.

END OF SECTION 18 00 00

Page 107: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 1 181500 Piping and Tubing

ES19-0001F CNG Fueling Equipment

PART 1 - GENERAL

1.01 SUMMARY

A. Section includes:

1. Piping and tubing work required in the fabrication of the Compressed Natural Gas Station Equipment. Work includes:

a. Supply, installation and connection of piping and tubing listed herein and as required to accomplish complete and functioning equipment consistent with the Owner’s requirements.

b. Piping and tubing work required in the shop fabrication of the CNG equipment.

B. Related Sections:

1. Section 180000 - All

1.02 REFERENCES

A. Applicable provisions of the following standards shall apply to the work of this Section, except as modified herein, and are hereby made a part of these Contract Specifications to the extent required:

1. ASME Section IX Welding and Brazing Qualifications

2. ASME B31.3 Process Piping

1.03 QUALITY ASSURANCE

A. Manufacturer Qualifications: Per Section 180000, General, and the following:

1. Equipment manufacturers shall have at least five years of experience in manufacturing products and accessories similar to those specified for this Project, with a record of successful in-service performance.

B. Shop Personnel Qualifications:

1. Tube fitters shall provide a letter from the local Swagelok and/or Parker Seal-Lok representative (as applicable) certifying that they have been adequately trained in the proper make-up and inspection of Swagelok and/or Parker Seal-Lok products (as applicable).

2. Pressure welding shall be performed by certified welders per ASME Section IX to registered welding procedures.

Page 108: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 2 181500 Piping and Tubing

ES19-0001F CNG Fueling Equipment

a. Certification and registration shall be by a National Board (N.B.) registered Agency.

b. Each welder shall permanently stamp their welds with the welder’s identification number and the pipe spool weld identification number.

C. Regulatory Requirements: Per Section 180000, General and the following:

1. Notify the Owner at least 14 days in advance of any factory pressure testing to allow them the opportunity to witness these tests.

1.04 SUBMITTALS

A. Submit the following:

1. Pressure test records.

2. X-ray records.

1.05 DELIVERY, STORAGE, AND HANDLING

A. Comply with the following:

1. Pipe and tubing shall be handled in a manner to prevent possible damage to walls or ends or scratching of the tube O.D. Pipe and tubing shall be unloaded by lifting at both ends of any one length to avoid bending and placing the section carefully upon a padded skid such that the entire length is uniformly supported to prevent bending or flexure.

PART 2 - PRODUCTS

2.01 GENERAL SYSTEM DESCRIPTION AND PERFORMANCE REQUIREMENTS:

A. Piping work specifically listed herein and shown or indicated on the Drawings. Work includes supply and installation of the following:

1. Installation of all piping and tubing including all valving and other components to the minimum standard or size, number of lines and quality as described in the specifications.

2. Piping and tubing work required in the manufacturing, and fabrication of the CNG equipment.

3. CNG Equipment Supplier to provide the following loose items:

a. Two 6 inch ANSI 150 rated, two or three-piece fire rated (API 607) manually operated lockable carbon steel ball valves with stainless steel trim.

Page 109: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 3 181500 Piping and Tubing

ES19-0001F CNG Fueling Equipment

b. One 100 psig gauge and pressure transducer assembly with a service isolation valve.

c. One 6 inch ANSI 150 Spring return (normally closed) actuated, two or three-piece fire rated (API 607) carbon steel ball valve with stainless steel trim and a remote, explosion proof solenoid. This valve shall open only when any CNG compressor is operating and close when no compressor is running, and it shall close under ESD conditions.

d. Two 6 inch ANSI 150 rated, wafer check valves shall be supplied.

e. Three 36-inch long, ANSI 150 rated, 6 inch, stainless steel flexible connectors for connection to the gas dryer and at the connection to the utility meter set.

f. Two 36-inch long, ANSI 150 rated, stainless steel flexible connectors for connection to the compressors—diameter to be determined by Compressor Packager.

g. Two ANSI 150 rated, pressure reducing regulator assemblies for connection to the compressors—diameter and model to be determined by Compressor Packager. Regulators shall be selected to ensure that maximum allowable compressor suction is provided to the compressors and shall run open when utility inlet pressure drops below this maximum suction pressure. Regulators shall be specified to ensure that outlet pressure is constant without “surging” or “hunting”. Regulators shall be equipped with an upstream and downstream pressure gauge.

h. Pilot Gas--One ASME 200 psig rated 60-gallon pilot-gas receiver with a 300 psig pressure gauge and transducer with service valve, receiver drain valve, 200 psig relief valve with locked open isolation valve. CNG Equipment Supplier shall provide redundant (series) regulators with high pressure gauge interstitially mounted and with relief valve after each regulator. Receiver is to be painted yellow and suitable for outdoor installation without weather protection. System will be connected to the CNG storage cascade. High-pressure and low-pressure isolation valves shall be provided on inlet of assembly and outlet assembly and on all connections to the receiver—pressure rating as applicable.

4. Minimum 2-inch Schedule 80 vent piping and required supports and bracketing from the safety relief valves (SRV) on the CNG Dryer and Compressors to a minimum of 15 feet above grade, or five feet higher than the tallest equipment (whichever is higher). Pipe unions or flanges shall be provided at each SRV to allow for easy removal and replacement of the SRV. The vent stack shall have a vertical discharge with rain cap (tack welded to the stack and weighted for closure) and be equipped with a drip pocket with a weep hole in the bottom located approximately 24 inches above grade. The pipe rack shall be used to support these vent stacks.

Page 110: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 4 181500 Piping and Tubing

ES19-0001F CNG Fueling Equipment

5. Minimum 2-inch Schedule 80 vent piping and required supports and bracketing from the SRVs on each storage assembly to a minimum of 15 feet above grade, or 5 feet higher than the tallest equipment (whichever is higher). Pipe unions shall be provided at each SRV to allow for easy removal and replacement of the SRV. The vent stack shall have a vertical discharge with rain cap (tack welded to the stack and weighted for closure) and be equipped with a drip pocket with a weep hole in the bottom located approximately 24 inches above grade. A separate vent stack shall be provided for each Storage Assembly. The pipe rack shall be used to support these vent stacks.

6. Tubing and piping shall be installed as defined in the approved CNG Equipment Supplier shop drawings, as indicated in the Specifications and approved drawings. Tubing shall be installed with expansion offsets and “U” bends as required to allow for expansion/contraction and vibration. All tubing and piping shall be laid out/configured and connected in a manner that allows each section to be removed without disassembly of adjacent piping, tubing or equipment.

7. Compressor interstage piping shall utilize flanged connections to the compressor, bottles and cooler, Compressor interstage tubing shall use flanged or face seal fittings to the compressor, bottles and cooler. Compression fittings shall not be used interstage.

8. Signs and labels as specified in the Drawings, Codes and OSHA.

2.02 MANUFACTURERS AND PRODUCTS

A. Substitutions:

1. Follow the requirements of Division 1.

B. Gas Instrumentation Tube Fittings:

1. Description/Requirements:

a. Tube fittings shall be 316 Stainless Steel (SS)—this includes all Face Seal O-ring fittings and Compression fittings.

b. Compression fittings on the site shall be identical make and series. O-ring face seal fittings used on the site shall be identical make and series.

c. Compression fittings shall be dual ferrule design. Both ferrules shall be machined (not stamped) and the rear ferrule is to be hinging design. Compression fittings are acceptable on 1/2 inch and smaller tubing.

d. Face Seal O-ring fittings are required on ¾ inch and larger tubing and are acceptable on smaller lines.

2. Manufacturers:

Page 111: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 5 181500 Piping and Tubing

ES19-0001F CNG Fueling Equipment

a. Swagelok or approved equal for compression fittings.

b. Parker "Seal-Lok" or approved equal for face seal O-ring fittings. All Seal-Lok fittings shall be 316 Stainless Steel except those fitting on the compressor package which shall be either 316 Stainless Steel or Parker Tuff Shield.

c. Fittings shall be supported with manufacturing, engineering and parts storage in the USA.

C. Screwed Pipe Fittings: SA 105 forged carbon steel or 316 SS.

D. Tapered Thread Sealant: A high quality anaerobic liquid Teflon thread sealant, or Teflon tape, that is approved for this application by the tube fitting manufacturer.

E. Gauges:

1. Description/Requirements: Stainless steel case and wetted parts. 4:1 safety factor at full scale. Glycerin filled with blow out plug.

2. Manufacturers: Swagelok, Ashcroft, WIKA, or approved equal.

F. Low Pressure (less than 500 psig) Ball Valves (including actuated ball valves):

1. Description/Requirements: two-piece or three-piece, carbon steel ball valves with stainless steel trim. Valves larger than 1 inch must include flanged raised face ends.

2. Manufacturers: Worchester, Watts, Habonim, SVF, or approved equal.

G. High Pressure (greater than 500 psig) Ball Valves (including actuated ball valves):

1. Description/Requirements: Stainless steel ball valves with stainless steel trim. Manual valves shall include locking kit.

a. Valves up to and including 3/8-inch: Trunnion style ball valve—suitable for low flow applications only. End connections shall be Swagelok compression fittings.

b. Valves greater than or equal to 1/2-inch: Bodies shall be three piece, six bolt design with a minimum pressure rating of 6000 psig and female NPT ends.

c. Check Valves on Compressor Interstage Drains and equipment located Downstream of the Compressor High Pressure Cylinder: 316 stainless steel poppet style with compression ends.

2. Manufacturers: Swagelok, SVF, Hoke, or approved equal as indicated below:

Page 112: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 6 181500 Piping and Tubing

ES19-0001F CNG Fueling Equipment

a. Valves up to and including 3/8-inch (low flow applications): Swagelok "83 series."

b. Valves greater than or equal to 1/2-inch: SVF H7 series.

c. Check Valves: As recommended by compressor package supplier.

3. Valves shall be supported with manufacturing, engineering and parts storage in North America.

H. Drain Valves on Filters, Vessels and Throttling Valves:

1. Description/Requirements: Valves shall be “Gauge Style” bar stock stainless steel body and trim. Needle/plug shall be non-rotating. Seat shall be replaceable soft seat. Pressure rated to 6,000 psig minimum. Swagelok “Rising Plug” series SS-4PD with replaceable seats—or approved equal.

2. Manufacturers: Swagelok, or approved equal.

a. Valves shall be supported with manufacturing, engineering and parts storage in North America.

I. Safety Relief Valves (SRVs):

1. Description/Requirements: Carbon steel or stainless steel bodies with stainless steel trim and “UV” stamped N.B. rated.

2. Manufacturers: Anderson Greenwood, Mercer, or approved equal.

J. Pressure Transducers:

1. Description/Requirements: 316 SS for wetted parts and explosion proof or intrinsically safe. Transducer shall be rated for a minimum 10 percent higher range than the relief valve protecting the system.

2. Manufacturers: Swagelok, Ashcroft, Wika, or approved equal.

a. Transducers shall be supported with engineering and parts storage in North America.

K. Mass Flow Meters:

1. Description/Requirements: Stainless steel case and wetted parts. Coriolis type with minimum pressure rating of 5,000 psig. Meter shall have type approval in the United States for retail sale of CNG.

2. Manufacturers: Meter shall be supported with manufacturing, engineering and parts storage in USA.

Page 113: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 7 181500 Piping and Tubing

ES19-0001F CNG Fueling Equipment

3. Products: Rosemount-Micromotion CNG 50, or approved equal. Hermetically sealed case shall have a blowout disc to prevent over pressurization due to tube failure.

L. Bleed Valves Required for Service:

1. Description/Requirements: Stainless steel with minimum design equal to 6,000 psig for high pressure applications and 1.5 times the relief valve setting for station inlet and interstage pressure applications.

2. Manufacturers and Products: Swagelok BV series, or approved equal.

2.03 MATERIALS

A. Gas and Lubricating Oil Flow Piping and Tubing:

1. Components containing gas shall be carbon steel or stainless steel as indicated below. The vehicle filling hoses are considered to be the only exception to this rule.

2. Carbon Steel Piping: ASME SA106B seamless pipe of appropriate diameter and schedule.

3. Tubing: ASME SA213 TP316 seamless, cold drawn stainless steel. This includes gauge lines, pressure transducer sensing lines and pilot pressure gas lines. TP316L and TP316N stainless steel tubing is not permitted. Surface hardness shall not exceed Rockwell B80. Diameters and wall thickness as follows: (larger diameters with wall thicknesses compliant with ASME B31.3 are permitted for compressor interstage tubing.)

a. 1 inch O.D. x 0.134 inch average wall

b. 3/4 inch O.D. x 0.109 inch average wall

c. 1/2 inch O.D. x 0.083 inch average wall

d. 3/8 inch O.D. x 0.049 inch average wall

e. 1/4 inch O.D. x 0.035 inch average wall

4. Flared fittings shall not be permitted.

5. Zero clearance fittings or pipe “U-bends” shall be used where actuated ball valves, safety relief valves, check valves, and the like, need to be removed for servicing. Zero clearance fittings must be verified to meet the design pressure of the system they are installed in.

6. Thread-o-lets, flanges, swaged nipples, plugs and bushings shall be ASME SA105. All butt weld pipe fittings including elbows, returns and reducers shall

Page 114: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 8 181500 Piping and Tubing

ES19-0001F CNG Fueling Equipment

be ASME SA234 WPB. Socket weld fittings are not acceptable except on the Gas Dryer. Bolts and studs shall be ASME SA193 Grade B7. Nuts shall be ASME SA194 Grade 2H.

7. Socket weld fittings are not acceptable except on the CNG dryer skid equipment.

8. Pipe unions shall only be used on vent lines. Weld neck flanges are the approved method of connecting pipe spools to equipment—slip on flanges are not approved except on the CNG dryer. Raised Face (RF) flanges shall be used on ANSI Class 900# and lower flanges as well as on any ANSI Class 1500# and higher flanges requiring a flange isolation kit. Ring Type Joint (RTJ) flanges shall be used on ANSI Class 1500# and higher flanges not requiring a flange isolation kit.

9. Screwed pipe and fittings shall be used only where a transition to tubing is required, or for gas service two inches or smaller with pressures below 15 psig, or for vent lines. The use of stainless steel threaded fittings in combination with compression fittings shall be minimized. Seal welding of threaded fittings is prohibited.

10. Where threaded fittings are necessary on gas piping, the fittings shall be selected and arranged such that positioning of the fitting is flexible. The use of tees or elbows with compression ends and threaded ends on the same fitting is prohibited. In such a case, a union tee or elbow shall be used in conjunction with a male or female tube adapter.

a. Some female pipe thread fittings cannot be used downstream of the compressor as they are not rated to high enough pressures. In addition, safety relief valves must be installed so they can be removed and replaced without having to turn the SRV to loosen or tighten it. A flange, compression fitting or zero clearance fitting on the inlet and outlet, in compliance with the above shall be used. Pipe unions may also be used on the SRV vent piping only.

11. Tube fittings in the station shall all be of the same manufacturer and shall be of the same material as the tubing.

B. Miscellaneous Piping Components

1. Flange gaskets shall be spiral wound metallic with centering ring (up to ANSI 900# RF, non-isolation), malleable iron (ANSI 1500# RTJ and higher, non-isolation), or phenolic (up to ANSI 2500# RF flange isolation kits only) or a material approved by the Owner. Gasket materials shall be non-flammable, non-asbestos materials.

2. Threads shall be NPT if tapered, or SAE if straight, unless otherwise specified.

Page 115: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 9 181500 Piping and Tubing

ES19-0001F CNG Fueling Equipment

3. Bolts, tubing, piping, and fittings shall be to SAE (i.e. non-metric) standards. Bolts shall be threaded UNF or UNC.

4. Swivel hose ends and fittings shall be 37 degree flare cadmium or zinc plated carbon steel.

5. Gauges shall be equipped with stainless steel wetted parts and rated at 4:1 safety factor (minimum). Gauges shall be equipped with a blow out disc in the case. Gauges shall be selected to provide normal operating pressure (at maximum suction and discharge conditions) at approximately 60 percent of their range. All gauges shall be glycerin filled.

6. Station inlet and compressor inlet valves shall be rated fire safe to API 607. Lever operated valves must be equipped with locking kits capable of securing the valve in either an open or closed position. Actuated and manual ball valves shall be equipped with high cycle life stem and seals and shall be positionable in any orientation. Actuators shall be mounted to ISO or equivalent standards using a minimum of 1/4-inch wall square steel tubing or valve manufacturer supplied bracket. The mounting bracket shall be fastened to the ball valve and the actuator with a minimum of four stainless steel bolts with split lock washers. Actuator/ball valve assemblies shall be factory tested for proper alignment and operation.

7. Safety relief valves, actuated valves (valve stem vertical, actuator above or below valve), and filters shall be mounted in their normal vertical orientation. Mass flow meters shall be mounted to be self draining.

PART 3 - EXECUTION

3.01 INSTALLATION, APPLICATION AND ERECTION

A. Piping and Tubing Bending and Fitting Practices:

1. Piping and tubing shall be installed in a manner consistent with the Contract Documents; in straight, evenly spaced, parallel runs and properly insulated if indicated on the Drawings. Piping systems shall be built, supported and pitched to provide suitable venting and draining. The piping shall be run true to the vertical and horizontal axis of the facilities wherever possible. If the type of installation requires a slope on the pipe, the slope shall remain even along the pipe. Valves shall be accessible for ease of operation, maintenance and overhaul/replacement. Bends shall be minimized wherever possible. Pipe bends shall not be permitted. Tubing shall be bent using Swagelok (or approved equal) brand tube benders which minimize radial distortion. This distortion shall not exceed code requirements.

2. Pipe and tubing shall be cut with a cutter intended for the application. The use of a hand hacksaw is prohibited (unless a Swagelok tube vise and guide is used). The use of a power hacksaw or bandsaw shall be allowed for pipe and one-inch and larger tubing only, provided cuts are square. Cuts shall be

Page 116: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 10 181500 Piping and Tubing

ES19-0001F CNG Fueling Equipment

deburred externally and internally. Tubing shall be free of scratches subsequent to cutting and deburring. Filings and cuttings shall be removed prior to assembly. Compression fittings and threaded fittings shall be bench made wherever possible (i.e. factory or field preassembled before installation to minimize leaks due to poor or misaligned connections).

3. A Parker Parflange Machine shall be used for all Seal Lok fittings.

4. All sections of tubing and piping shall be designed to allow safe and controlled depressurization. This will require that bleed valves be installed at various points in the system that could be captive. Drain valves on filters are considered to be acceptable depressurization points. As with other valves, these valves shall be identified and tagged with a unique identification number and standard depressurization procedures shall be provided describing in detail by reference to valve numbers how to safety depressurize, purge and re-pressurize all systems in the station.

5. The use of tube unions shall be minimized by using long sticks of tubing—unions will only be allowed where a bulkhead is required, or where the length of tubing without the union will exceed a 20 foot stick. The use of tube union elbows shall be minimized by using bends where feasible.

B. Pressure Welding and Fitting Practices:

1. Construction - General Requirements:

a. Welding equipment and setup must match approved welding procedures.

b. End Preparation and Fit up: End preparation or beveling shall be made by hand filing, machine tool or flame cutting device. Cut surfaces shall be smooth and regular. Free hand torch beveling shall not be permitted unless previously authorized on a case-by-case basis by the Owner. Rust, scale, mill slag, primer, moisture, oil or other material which may be detrimental to the finished weld shall be completely removed from the weld area. The ends of pipe, fittings, valves, and the like, shall be cleaned beyond the beveled edges at least 2 inches both internally and externally to assure no foreign material enters the weld puddle. Cleaning of weld bevels shall be done with power or hand tools.

c. Line up Clamps: The abutting edges of weldments shall be held in alignment by an approved type of line up clamp where practical. When welding fitting to fitting where an approved type of line up clamp is not practical, each fitting shall be properly supported so as to minimize movement and strain during welding. Short runs of station piping or runs of pipe of limited distances shall demand an approved external line up clamp. When using an external line up clamp, the clamp shall not be removed until the stringer bead segments have been uniformly spaced around the circumference of the pipe and shall have an accumulative length of at least 50 percent of the pipe circumference.

Page 117: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 11 181500 Piping and Tubing

ES19-0001F CNG Fueling Equipment

d. Alignment: The alignment of the abutting ends shall be such as to minimize the offset between surfaces. For pipe of the same nominal wall thickness, the offset shall not exceed 1/16 inch. Any greater offset, provided it is caused by dimensional variations, shall be equally distributed around the circumference of the pipe or fitting.

2. Electrodes:

a. Size of Electrodes: Welding shall be completed using electrodes according to the electrode size and classification listed on the certified welding procedure.

b. Electrode Protection: Welding electrodes shall be kept dry and protected from any mechanical damage or deterioration. They shall not be used if found or suspected to be defective.

3. Welding:

a. Dirt, scale and slag shall be removed from each bead and groove, between passes, and after the weld has been completed with either hand or power tools.

b. Welds shall be spaced a minimum of one and a half nominal pipe diameters away from any adjacent weld.

c. Exposed Pipe Joints: Pipe joints for buried pipe shall remain exposed until inspected. Where the exposed pipe is in an area where vehicles need to cross, the inspection process shall be expedited to minimize disruption in traffic flow.

C. Pipe and Tubing Support and Fastening Techniques:

1. Pipe and tubing shall be adequately supported per ASME requirements to prevent bending, sagging and excessive vibration or damage to threads or flanges. When placing the pipe on to the supports, care shall be exercised so as not to jerk the pipe or impose any stresses that may kink or put a permanent bend or stress in the pipe or crack a thread.

2. Swagelok or Stauff pillow block style pipe clamps with aluminum inserts may be used within the compressor package on compressor flow lines and plastic inserts may be used on all instrumentation and drain lines. As a minimum, clamps on the compressor package shall be placed no greater than 48 inches apart and 12 inches from both sides of any bends. Where the requirements of any codes, or manufacturer or the vibration and pulsation study are more stringent, that clamping interval shall apply. Pipe and tubing shall not be used to support external devices. Clamps and fasteners shall be adequate for the application intended.

Page 118: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 12 181500 Piping and Tubing

ES19-0001F CNG Fueling Equipment

3. Clamps and fasteners shall be secured by mechanical means (e.g., welded, bolt with lock washer). The use of adhesives and self-tapping screws shall be prohibited. The use of Swagelok or Stauff Pillow Block Tubing Support Systems is required for gauge sense lines inside the compressor package. Clamp spacing shall be as per governing code or the clamp manufacturer’s specifications, whichever is more stringent. Unistrut style conduit clamps will not be acceptable for piping and tubing.

D. Identification:

1. Valve Identification:

a. Valve Identification: Manual and automated valves (including ball, drain, safety and check valves) shall be equipped with stainless steel or brass labels with a unique valve number clearly indicated in 1/2-inch high letters and permanently affixed to the valve with stainless steel wire or chain.

3.02 QUALITY CONTROL

A. As per other Section 18000, General, and following.

B. Non-Destructive Examination of Weld Joints:

1. All welds shall be visually examined for uniform appearance and finish.

2. Butt welds shall be subjected to 10 percent full circumference radiographic testing by a N.B. certified agency or as required by governing code, whichever is greater. Acceptability of weld is based on ANSI B31.3 Severe Cyclical duty. Radiographic test reports and films on shop fabricated piping shall be forwarded to the Owner at time of shipping. Testing shall include 10 percent of each welder’s welds and 10 percent of each pipe size and thickness. This requirement is raised to 100 percent RT for all welded stainless steel tubing.

3. Pipe spool sketches referenced to each X-ray to allow later identification of a particular X-ray to a particular weld must be provided in accordance with the submittal requirements and provided at the time of ??? along with the X-ray reports and films. These sketches must also identify the welder that performed each weld.

C. Pressure Testing:

1. General:

a. Gas piping and tubing shall be pneumatically pressure tested to a value of 1.1 times the relief valve setting for 30 minutes. Extreme care shall be used due to the inherent risk of a catastrophic failure which could cause

Page 119: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 13 181500 Piping and Tubing

ES19-0001F CNG Fueling Equipment

serious injury. Nonessential personnel shall leave and protection from injury shall be provided for those left on site.

b. Pressure testing is intended to verify the integrity of all materials and connections and thus, the pipe and tubing spools must include all final connections that will be used to interconnect the pipe and tubing spools in the final assembly.

c. Shop reports shall be signed by an Engineer of Record and shall include:

1) Spool number

2) Spool description

3) SRV setting

4) Test pressure(s)

5) Test duration (starting and ending times)

6) Test date

7) Signature of Technician

8) Calibration data for gauges, meters, transducers, telemetry equipment, and the like.

9) Ambient temperature

d. Prior to performing tests, SRV's and filter cartridges shall be removed from the system. Subsequent to the pressure tests, the SRV's and filter cartridges shall be reinstalled.

e. Pressure testing shall be witnessed to the satisfaction of the Owner.

2. Pneumatic Testing:

a. Pre-testing to approximately 60 psig is required, to locate major deficiencies. Subsequent pressure increases shall be made gradually to prevent "shocking" of the pipe system, increasing the pressure gradually to full test pressure (1.1 times the SRV setting) and holding it for 30 minutes.

b. On high pressure lines, pressure increase should be limited to 500 psig or less for each step increase. Leak detection shall be made at each step and at final pressure.

c. All piping and tubing downstream of the final stage of the compressor shall be pneumatically tested to a minimum of 6050 psig.

Page 120: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 14 181500 Piping and Tubing

ES19-0001F CNG Fueling Equipment

d. At the end of the test, a visual inspection of all joints (welded, threaded, compression and flanged) shall be made to determine if any visible leakage has occurred. Immediately after the pressure has been fully vented from the system, a high velocity dry nitrogen purge shall be made throughout the system.

3. Tie-Ins: Piping or tubing tie-ins shall be removed from the system and pressure tested in accordance with the above requirements. After re-installation, the tie-ins will be leak tested at the working pressure of the system.

4. Purging and Pressurizing (during startup to be performed by the CNG Equipment Supplier at a later date to be coordinated with the installation contractor):

a. Purging and pressurizing shall be performed by the CNG Equipment Supplier and witnessed by the Owner or the Owner's designate.

b. Before pressurizing with natural gas commences, the ESD system shall be tested and fully operational. Natural gas shall not be introduced into the system without prior approval of the local gas utility and the express authorization of the Owner. Air shall be purged from the entire system to the satisfaction of the Owner prior to pressurizing the system.

c. Before natural gas is introduced into any piping system, fabrication, testing and work requiring flame or sparking devices shall be complete. After natural gas has been introduced, welding or other work which could ignite natural gas vapors shall be performed only upon express authorization by the Owner on a case-by-case basis.

5. Leak Test (during startup to be performed by the CNG Equipment Supplier at a later date to be coordinated with the installation contractor):

a. Subsequent to final field installation and pressure tests, completed piping with valves in place shall be leak tested before being placed in operation to ensure that it does not leak.

b. The piping and tubing shall be pressurized with natural gas to its normal operating pressure (4500 psig downstream of the CNG compressors) and tested with a suitable liquid leak detector such as "Snoop" (by Swagelok Company). All leaks are to be repaired by depressurizing and reassembling the spools and fittings as required to correct the leak. No specific hold time is required on this leak test, however, the test must be repeated so that the entire piping and tubing system is leak tested a minimum of three times during startup and commissioning.

c. The following locations shall be tested:

1) Flanged joints

Page 121: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 15 181500 Piping and Tubing

ES19-0001F CNG Fueling Equipment

2) Threaded joints

3) Tube joints

4) Accessible butt joints

3.03 CLEANING

A. Pipe and Tube Cleaning:

1. Subsequent to pipe fabrication and testing, mechanical cleaning with wire brushes and/or swabs or pigs shall be performed where possible.

2. Subsequent to tubing fabrication a high velocity nitrogen purge shall be made to remove any loose scale, filings, water or other foreign material.

END OF SECTION - 181500

Page 122: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

181600

Electrical Equipment Fabrication Page 1 ES19-0001F

CNG Fueling Equipment 181600

Electrical Equipment Fabrication Page 1 ES19-0001F

CNG Fueling Equipment

PART 1 - GENERAL

1.01 SUMMARY

A. Section includes: Electrical work required in the manufacturing, startup and commissioning of the compressed natural gas station. Work includes:

1. Provision and hookup of electrical and controls equipment and materials specifically listed herein and as required to accomplish a complete and functioning system.

2. Complete fabrication of the natural gas fueling equipment and control systems.

3. Provide wire, conduit, fixtures, appurtenances and equipment for power, control and communications as indicated.

4. Communications equipment as required to serve all CNG station equipment.

5. Terminations and testing of circuits following fabrication then again following installation.

6. Explosion proof ESD buttons at each skid mounted piece of equipment plus additional loose buttons as indicated in the specifications.

7. Provide related Work not included in this Section, which is required through applicable codes and for complete installations.

8. Delegated Design:

a. Provision of Electrical Short Circuit & Coordination Study. Address the switchgear protective device over-current and ground fault settings.

b. Provision of Arc Flash study for all electrical panels.

9. Work does not include the supply of a Standby Generator, Automatic Transfer Switch or service entrance and power distribution equipment except as explicitly specified herein. This equipment will be supplied by a separate vendor for installation by others in conjunction with the work outlined in this scope of supply.

B. Related Sections:

1. Section 180000 - All

1.02 QUALITY ASSURANCE

A. Manufacturer Qualifications: Equipment manufacturers (panel fabricators and skid assemblers) shall have at least 5 years of experience in manufacturing products and accessories similar to those specified for this Project, with a record of successful in-service performance. Provide list of projects.

Page 123: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

181600

Electrical Equipment Fabrication Page 2 ES19-0001F

CNG Fueling Equipment 181600

Electrical Equipment Fabrication Page 2 ES19-0001F

CNG Fueling Equipment

1.03 SUBMITTALS

A. Submit :

1. Product Data: All specified products and materials.

2. Qualifications: Manufacturer’s list of products including items outlined in Specification 1.02.A above.

PART 2 - PRODUCTS

2.01 MANUFACTURERS

A. Substitutions:

1. Follow the requirements of Section 180000-2.01.C.

B. Contactors, Panel Pilot Lights and Push Buttons: NEMA rated “heavy duty, industrial,” as manufactured by Allen-Bradley.

C. SCR motor control equipment to be Allen Bradley.

D. Circuit Breakers: Allen Bradley.

E. Programmable Logic Controllers (PLCs): Allen Bradley Compact Logix PLCs shall be networked together—this applies to all PLCs on the site including the dryer.

F. Operator Interfaces: Allen Bradley color touch screen web enabled—this applies to all operator interfaces on the site including the dryer.

G. Motors: Reliance, Siemens, Baldor, Marathon.

H. Shielded Cable: Belden, Carol.

I. Combustible Gas Detectors: Sensor Electronics Millennium, Det-tronics Infrared Hydrocarbon Gas Detector PointWatch Eclipse Model PIRECL, or MSA Ultima XIR or Ultima X5000. Detectors to include local LEL display and addressable communications, and relay and 4-20mA outputs.

2.02 MATERIALS

A. Electrical components and assemblies shall be new and shall bear CSA/NRTL or UL or FM approval for this application.

B. All cabling and buss bar shall be copper—aluminum is not acceptable.

C. All breakers are to be rated with KAIC ratings as dictated by utility and short circuit protection study. Bidders shall assume 65 KAIC for purposes of proposing.

Page 124: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

181600

Electrical Equipment Fabrication Page 3 ES19-0001F

CNG Fueling Equipment 181600

Electrical Equipment Fabrication Page 3 ES19-0001F

CNG Fueling Equipment

D. Main compressor drive motors, cooler fan motors and exhaust fan motors shall be 480 VAC with a service factor of 1.15. Compressor main drive motors shall be Class 1, Division 2 rated. Fan motors shall be Class 1, Division 1 rated. Motors over 25 horsepower shall be equipped with thermocouples in each winding to allow monitoring of winding temperatures through the PLCs. Motors shall be rated high or premium efficiency. Motors over 25 horsepower shall include integral heaters to protect against condensation.

E. Motor starters shall be NEMA rated and equipped with overload relays to protect the motor from excessive current. Overloads shall be wired to provide an overload fault signal to the PLC controls. Contactors shall be equipped with an auxiliary contact which will be wired to the PLC controls to indicate a contact closure failure. Motors over 50 horsepower shall be controlled with an SCR electronic soft start.

F. Outside electrical panels shall be NEMA 4, or NEMA 3R rated. Indoor mounted electrical panels (MCC and MCP only) shall be NEMA 4, NEMA 3R or NEMA 12 rated. Electrical panels shall be designed to avoid the need for air purging by using Class 1, Division 2 rated components, or by mounting outside of a hazardous area. The Master Control Panel (MCP) shall be sized such that at least 25 percent of the panel backplate area is available for future installation of additional equipment, including room for an additional 25 percent of terminal blocks of each voltage.

G. Intrinsically protected circuits, pressure transducer circuits and communications cable shall be shielded cable of 18 gauge or larger. Individual pairs shall be shielded. The shield shall be grounded at one end only to the common frame ground.

H. Devices isolated from the main skid, such as compressor enclosure door panels, shall be grounded with copper ground cables.

I. Power Distribution and Control Panel: Panel shall meet seismic requirements of the site locations.

1. Provision for standby power as outlined in Specification Section 18 55 00 of these RFP documents.

2. Main panel breaker shall be equipped with an appropriately rated 480 VAC surge suppressor on the load side. Leads from the surge suppressor to the breaker shall not exceed 18”.

3. MCC shall be equipped with a main breaker which shall include a 120 V shunt trip coil.

4. All breakers shall be lockable in the off position. Lockable breakers shall be provided for all 480 VAC branch circuits—fuses will not be acceptable.

Page 125: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

181600

Electrical Equipment Fabrication Page 4 ES19-0001F

CNG Fueling Equipment 181600

Electrical Equipment Fabrication Page 4 ES19-0001F

CNG Fueling Equipment

5. Isolation breakers and SCR starters for the CNG main compressor motors. SCRs shall be heavy duty rating with integral bypass contactor to engage once motors reach full operating speed.

6. Disconnects and cross-line starters for fans, air compressors, and pumps shall be provided.

7. CNG station controls shall include a transformer to provide 120 VAC for the equipment.

8. Uninterruptible Power Supply (UPS) sized to maintain control power for a minimum of 30 minutes on all PLCs, Operator Interfaces, ESD system and dispenser heads.

PART 3 - EXECUTION

3.01 EXAMINATION

A. Verify installation as satisfactory prior to commissioning station.

3.02 INSTALLATION AND FABRICATION

A. Supplemental Installation Requirements to be part of this scope of supply and completed in conjunction with the installing contractor:

1. Terminations: The CNG Equipment Supplier shall verify all site electrical terminations to the CNG station equipment.

2. Electrical and control wiring systems shall be installed in Schedule 40 galvanized steel rigid metal conduit unless specified otherwise.

3. Conduit for intrinsically safe circuits shall be galvanized rigid metal conduit or “Liquid Tite” sealed and installed in accordance with the NEC requirements for Class 1 (Hazardous Locations).

4. Routing and Clearances: Conduits located on walls shall be routed so as not to cross windows, doors and translucent panels. Conduits crossing or parallel to gas or utility piping in underground trenches shall maintain a minimum clearance of one foot.

5. Flexible Conduit: Flexible connections made in a hazardous area shall be approved for NEC Class 1 (Hazardous Locations) requirements. In general purpose and Division 2 areas, only “Liquid Tite” flex with approved seal-tight connectors shall be used. The interior of the dispenser and priority panels and other panels containing gas componentry shall be considered as Class I, Division 1, Group D environments which require braided metal flexible connectors rated for this area.

Page 126: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

181600

Electrical Equipment Fabrication Page 5 ES19-0001F

CNG Fueling Equipment 181600

Electrical Equipment Fabrication Page 5 ES19-0001F

CNG Fueling Equipment

6. Grounding:

a. General: Grounding shall be done in accordance with the regulations of the NEC and the applicable inspection authority. The use of conduit in place of a ground conductor is prohibited.

7. Sealing: The cross-sectional area of the conductors permitted in a conduit seal shall not exceed 25 percent of the cross-sectional area of a conduit of the same trade size. Seals shall not be poured at a temperature lower than that approved by the inspection authority (generally 40 degree F).

8. Labeling and Identification:

a. Intrinsic conduits shall be labeled as indicated in the NEC (NFPA 70).

b. Conduits shall be labeled immediately outside of every box or panel as they enter or leave with stainless steel or brass labels. The conduit number and maximum voltage shall be clearly indicated in ½-inch high letters and permanently affixed to the conduit with stainless steel wire or chain.

c. At distribution centers, pullboxes, wireways, and the like, feeder conductors of each feeder group shall be neatly labeled, then laced or clipped into a feeder group.

d. Label conductors at each end of every wire and at each junction box where splicing is required with permanent, fade resistant wire numbers as listed on the CNG Equipment Supplier’s drawings. The numbering system shall be in strict accordance with the equipment drawings. Where no numbers are shown on the drawings, the wires shall be identified according to the panelboard and circuit number of device terminal block number from which they originate. Hand written labels shall not be used.

e. Spare PLC I/O shall be wired to the terminal strip and labeled. External terminations to the electrical panels shall be made at the terminal strip and labeled.

f. Supply installation drawings as well as equipment drawings which indicate number, color and type of wire, size of conduits, and wire numbers for all wires including spare conductors.

9. Miscellaneous:

a. Wires and cables shall be bundled neatly and tied using T & B TY-RAPS. Wiring shall represent a neat appearance upon completion.

Page 127: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

181600

Electrical Equipment Fabrication Page 6 ES19-0001F

CNG Fueling Equipment 181600

Electrical Equipment Fabrication Page 6 ES19-0001F

CNG Fueling Equipment

b. Conduits except 480 VAC shall be provided with a minimum of 30 percent spare conductors, unless specified otherwise in the Conduit Schedule. Spare conductors shall be numbered on the record drawings.

END OF SECTION - 181600

Page 128: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 1 185100

Single Tower CNG Dryer ES19-0001F CNG Fueling Equipment

PART 1 - GENERAL

1.01 SUMMARY

A. Section includes:

1. Design, manufacturing and testing of the single tower CNG dryer for the compressed natural gas station.

2. The work includes mechanical and electrical fabrication work and programming required in the shop fabrication of the CNG drying equipment.

B. Related Sections:

1. Division 18 - All

1.02 QUALITY ASSURANCE

A. Manufacturer Qualifications: Equipment manufacturers shall have at least 5 years experience in manufacturing products and accessories similar to those specified for this Project, with a record of successful in-service performance.

1. Provide list of projects with contact information to allow the Owner to check references.

1.03 SUBMITTALS

A. Submit in accordance with applicable provisions of Section 180000 and the requirements in Division 1, General:

1. Manufacturer’s qualifications: Project list.

2. All test reports as required in this Section.

1.04 DELIVERY, STORAGE, AND HANDLING

A. Comply with the following:

1. Ship dryer to site only when its foundation pad is completed and ready for permanent installation.

1.05 PROJECT SITE AND DESIGN CONDITIONS

A. Design Conditions:

1. Number of dryers 1

2. Minimum Inlet Gas Flowrate 1600 Scfm @ 25 psig inlet;

3. Minimum throughput between regenerations 30 MMScf

Page 129: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 2 185100

Single Tower CNG Dryer ES19-0001F CNG Fueling Equipment

4. Minimum flow path pipe size 6 inch

5. Regeneration Time (maximum) 8 hours

6. Maximum Outlet Gas Pressure Dew Point -50 F

7. Outlet Gas Moisture Content <0.25 lbs/MMScf

8. Minimum design pressure 200 PSIG—confirm that this dryer can operate over the full range of expected inlet pressures.

9. Max. Pressure Drop Across Dryer Assembly 2 PSID

PART 2 - PRODUCTS

2.01 Performance requirements and system description for CNG dryer

A. General:

1. The design, fabrication, testing, delivery, certification for installation, startup, testing, commissioning and training for a compressed natural gas purification system complete with a coalescing prefilter, captive blower purge, desiccant gas dryer system integral with the regeneration package, particulate after filter and relevant controls and instrumentation, factory pre-piped, wired and tested on a common skid.

2. Weatherproofing: Dryer system shall be suitable for operation outdoors without the concern of undue corrosion or degradation of any components from the elements. Electrical components shall be rated as weatherproof and for use in a Class I, Division 2, Group D hazardous area. Valves, actuators or other moving components shall be shielded from accumulation of ice, snow or debris which could hamper their operation. External cooling coils shall be protected from accumulation of debris or fouling by use of shields, screens, and positioning. Insulation shall be fully weatherproofed with an external metal skin and sealing. Heat tracing and insulation shall be provided in any areas that could accumulate condensate.

3. Design Pressure:

a. The minimum design pressure shall be the greatest of a minimum of 1.5 times the maximum station inlet design pressure, the minimum design pressure indicated in Section 1.05 above, or higher if required due to expansion of gas during the heating cycle of regeneration.

B. Pre-filter and After-filter:

1. The pre-filter shall be a coalescing, high efficiency, sub-micron oil removal type, designed to remove aerosols, liquids and solids down to 0.1 microns absolute size and 0.0014 ppmw oil concentration.

Page 130: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 3 185100

Single Tower CNG Dryer ES19-0001F CNG Fueling Equipment

2. The after-filter shall be a high efficiency, particulate filter, designed to remove solids down to 1.0 microns absolute size.

3. Filters shall consist of an ASME section VIII designed and U or UM-stamped pressure vessel (if required by vessel size), stainless steel or carbon steel housing rated for the design pressure as specified in Section 185100, Para. 1.05. Filters shall contain the element and the captured liquids and replaceable filter cartridges to remove the contaminants, with both parts combined to form a complete assembly. The filter cartridge shall be positively sealed to the housing by means of elastomeric O-ring seals suitable for natural gas service.

4. The filter housing shall be designed so as to allow servicing of the cartridges without removing the filter assembly from the system piping.

5. The filter assembly shall be equipped with a manual drain valve for the periodic removal of the collected liquid(s) and for depressurization of the chamber for service.

6. A locally-mounted differential pressure gauge shall be provided to indicate the filter element condition.

7. An isolation ball or butterfly valve shall be provided between the filter and the tower switching valve to allow the filter to be serviced without venting down the entire dryer.

C. Drying and Regeneration System:

1. The dryer shall be a single tower externally heated regeneration type using 3A molecular sieve as the adsorbing media. Process gas shall not be exhausted to the atmosphere and regeneration shall be accomplished by recirculation of a captive volume of the gas. The regeneration cycle shall include a heating and cooling cycle to ensure proper regeneration of the desiccant and a constant outlet dewpoint at all times.

2. The drying flow shall be downward to minimize fluidization of the desiccant bed in the event of upset conditions.

3. Desiccant chambers shall be of carbon steel construction and ASME Section VIII designed and U-stamped, manufactured and stamped for design pressure at minimum 400 deg F with a 1/16-inch corrosion allowance.

4. The gas piping shall include necessary interconnecting piping from the inlet of the prefilter to the outlet of the after-filter. Included in the piping shall be a prefilter, dryer, after-filter, and other fittings and supports as required.

5. Desiccant chamber shall be fitted with desiccant fill and drain ports to facilitate filling and draining of desiccant without the need to disassemble manifold piping.

Page 131: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 4 185100

Single Tower CNG Dryer ES19-0001F CNG Fueling Equipment

6. Desiccant chamber shall be designed and constructed to ensure that wet gas is evenly distributed across the bed to maximize the life of the desiccant bed.

7. Desiccant chamber shall be fitted with a relief valve set at the design pressure of the dryer. Relief valves shall be complete with isolating ball valve with lockable handle and shall have outlets that are piped to a single accumulation pipe header at site for remote venting.

8. Desiccant chamber (tan to tan), heater housing and heated gas piping shall be insulated with two inch fiberglass and aluminum jacket for personnel protection and to minimize heat loss.

9. Desiccant chamber inlet and outlet switching valves shall be high performance, non-lubricated, low pressure drop valves, suitable for high temperature operation. Regular port ball valves or butterfly valves are acceptable as long as the overall system pressure drop requirements are met.

10. Valves shall be non-proprietary and manufactured through a third party.

11. Dryer desiccant shall be high capacity, non-corrosive, rugged and low pressure drop molecular sieve and a sieve size so selected as not to absorb or desorb a measurable amount of odorant from the main gas stream. The odorant is a mixture of tertiary butyl mercaptan (75 percent weight), isopropyl mercaptan (15 percent weight), and n-propyl mercaptan (10 percent weight).

12. A ½” (or greater) odorant bypass tube with needle valve shall be provided between the inlet and outlet of the dryer.

13. Dryer regeneration at lower than line pressure is permitted. If venting of gas prior to regeneration is required, valves and tubing to the vent stack shall be provided.

14. If it is necessary to regenerate at higher than inlet pressures, lockable ball valves, multi-turn gauge valve, regulator and tubing from a high pressure source shall be provided and configured to ensure the safe pressurization of the regeneration loop.

15. The heating cycle shall continue until the desiccant bed is completely dry and the cooling cycle shall continue until the desiccant bed temperature is within 20 deg F of the ambient temperature, and until all condensate is removed from the regeneration loop (exception: condensate collection tank). A thermocouple shall be provided immediately downstream of the bed to confirm the end of the heating cycle.

16. The cooling cycle shall ensure adequate cooling of the desiccant bed to provide a constant outlet dewpoint at all times.

17. Recirculation of the regeneration gas shall be closed-loop with a blower and motor housed inside a U-stamped ASME Section VIII coded pressure vessel. It shall have the same or higher pressure rating as the dryer vessels. The blower and motor assembly shall be supported on the blind flange of the

Page 132: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 5 185100

Single Tower CNG Dryer ES19-0001F CNG Fueling Equipment

housing. The housing shall be installed in a manner to provide and allow for ease of access to the blower and motor assembly. The horizontal housing shall be designed to permit sliding it away from the blind flange with minimal effort and by one person. Suitable anchoring of the blower housing shall be provided to support the blower housing (i.e. leveling bolts) once installed. This vessel must be flooded with gas at all times when power is connected to the system. The blower motor is to be certified by the manufacturer for use in a 100 percent natural gas environment.

18. Relief valves shall be installed to protect ASME vessels. This will include heater chambers, blower vessel, and filters and separators if they are defined as vessels. Relief valves shall be complete with isolating ball valve(s) with lockable handle and shall have outlets that are piped to a single accumulation vent stack.

19. Bleed valves shall be installed in all sections as required to depressurize the dryer for regeneration or for service or repair. These valves shall be tubed to the vent header.

20. A fin and tube type air-cooled regeneration loop gas cooler shall be utilized to cool and condense water vapor from the regeneration gas. It shall have the same pressure and temperature rating as the dryer vessels. The Maximum Allowable Working Pressure (MAWP) for the unit shall account for any pressure increase due to the temperature increase during the dryer regeneration cycle. The cooler shall be complete with a Division 2 rated and weatherproof fan motor, non-sparking fan.

21. A centrifugal type or coalescing, high efficiency separator shall be located downstream of the regeneration gas cooler to remove liquid water. The separator shall be complete with an integral condensate reservoir to accumulate the condensed liquids. The reservoir shall have a liquid capacity equivalent to at least two regeneration cycles.

22. The dryer manufacturer shall specify and supply an appropriate storage and disposal container (minimum five US gallon capacity) to receive odorized water which will be automatically drained from the dryer regeneration loop.

23. A single, electric, external regeneration gas heater shall be used for each dryer. The heater shall utilize “lncoloy” (alloy) sheathed low watt density heater elements located inside an insulated heater housing. The heater shall be complete with a sheath and a chamber, and a chamber downstream piping mounted thermocouple to monitor heater skin, heater chamber and heater outlet regeneration gas temperatures, (adjustable in the controls) to control the regeneration gas temperature and provide heater over-temperature shutdown and alarm.

24. Dryer shall be equipped with a PLC to perform the following:

a. Assure full utilization of the moisture holding capacity of the desiccant bed before indicating a need to regenerate.

Page 133: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 6 185100

Single Tower CNG Dryer ES19-0001F CNG Fueling Equipment

b. Monitor the regeneration process and indicate switching points within the regeneration cycle.

c. Monitor dyer operations and provide safety shutdowns, annunciation and alarms.

d. Communicate with the MCP PLC and the monitoring computer via Ethernet Network. Refer to Division 18 55 00 for additional requirements.

25. The dryer controller shall be comprised of reliable and durable components not susceptible to shorting and corrosion. Control components including controllers and displays shall be third party/non-proprietary manufacture.

26. A hygrometer complete with a moisture sensor installed at the dryer outlet to monitor the actual dryer outlet dewpoint shall be provided. The dewpoint shall be indicated in degrees Fahrenheit through a display and transmitted to the MCP PLC.

27. The moisture sensor shall be installed such that it may be serviced without removing desiccant from the dryer and while the dryer is on service.

28. Dryer regeneration shall be initiated manually upon receipt of a signal from the hygrometer that regeneration is required. The controller shall contain built-in diagnostics to check each operation as it is initiated and provide fault shutdown and annunciation.

29. The dryer system shall be equipped with the following standard instrumentation and alarms. All gauges are to be equipped with isolation valves to permit service without depressurizing connected piping and vessels.

a. Locally mounted inlet and outlet gas pressure gauges.

b. Locally mounted chamber pressure gauge.

c. Locally mounted regeneration blower gas differential pressure gauge.

d. Locally mounted inlet and outlet filter gas differential pressure gauges.

e. Panel mounted warning lights to indicate locally and to be communicated to the station Master PLC:

1) High regeneration temperature.

2) Dryer outlet high humidity alarm.

3) Blower motor overload alarm with shutdown.

4) Heat detector alarm.

Page 134: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 7 185100

Single Tower CNG Dryer ES19-0001F CNG Fueling Equipment

30. Panel mounted ESD button tied into the station ESD system. Any station ESD is to terminate dryer operation. Dryer operation shall be automatically restarted upon restoration of power on the ESD system.

31. Dryer shall include a fixed temperature heat detector and collection pan mounted above the dryer. This detector will be wired as an input to the dryer PLC and to the station Master PLC. A fire signal will cause the station to ESD and activate annunciation devices.

32. If required, a pilot air filter/regulator/SRV set shall be utilized to ensure only clean filtered air of the pressure required is used for panel purging or valve actuation.

33. A block and bypass assembly shall be factory piped with two or three 3-piece, carbon steel, butt weld or flanged, ball valves with stainless steel trim and handles that can be locked in either the open or closed position.

2.02 MANUFACTURERS

A. Substitutions:

1. Follow the requirements of Division 1.

B. Dryer assembly shall be designed and manufactured by:

1. PSB Industries Inc. "General Air Division"

2. SPX.

2.03 MATERIALS

A. Guards over moving parts shall be non-sparking aluminum construction meeting all OSHA requirements.

PART 3 - EXECUTION

3.01 INSTALLATION

A. Refer to Division 1 and Section 180000, General, for general commissioning requirements.

3.02 QUALITY CONTROL

A. Shop Testing:

1. Dryer functions test (no flow) of minimum four hour duration (accelerated cycle).

2. Function test to check operation of control systems, safety alarms and shutdowns.

Page 135: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 8 185100

Single Tower CNG Dryer ES19-0001F CNG Fueling Equipment

3. Calibration of instruments in accordance with instrument manufacturer requirements.

4. Performance tests to check motor voltage, current draw and power.

B. Field Testing During Startup and Testing:

1. Dryer functions test of minimum one regeneration cycle and 30 days of normal operation.

2. Function test to check operation of control systems, safety alarms and shutdowns.

3. Calibration of instruments.

4. Performance tests to check motor voltages, current draws and power distribution to other components. Verify all circuits are operational.

5. Verify shutdown alarms and sequences are working.

6. Verify the dew point immediately prior to regeneration and after at least one regeneration.

C. Documentation:

1. All factory and on-site testing shall be fully documented and signed off by the test technician.

2. Test reports shall be provided to the Owner within 72 hours of test completion in pdf format.

3. Copies of all test records shall be included with the final Quality Control manual in hard copy and pdf format.

END OF SECTION - 185100

Page 136: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 1 185200

CNG Compressor Packages ES19-0001F CNG Fueling Equipment

PART 1 - GENERAL

1.01 SUMMARY

A. Section includes:

1. This Section applies to the design, manufacturing and testing of the CNG compressors for the compressed natural gas station.

2. The Work includes mechanical and electrical fabrication work and programming required in the shop fabrication of the CNG compression equipment.

B. Related Sections:

1. Division 18 -All

1.02 QUALITY ASSURANCE

A. Manufacturer Qualifications:

1. Equipment manufacturers shall have at least 5-years experience in manufacturing products and accessories similar to those specified for this Project, with a record of successful in-service performance.

1.03 SUBMITTALS

A. Submit in accordance with Division 1 and Section 180000, General:

1. Product data for products and materials in this section.

a. Include for oil carry-over control, the percentage of oil added that will be recovered in the filtration system before the gas leaves the compressor skid.

b. Submit operations and maintenance data in accordance with applicable provisions of Section 180000:

1) Include sections of the compressor not bled down by the service valve.

2. Manufacturer’s qualifications: Provide documented

a. Evidence of oil carry-over performance from other projects.

b. Proposed methodology to achieve performance levels for the station.

c. Experience

3. All test reports as required in this Section.

Page 137: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 2 185200

CNG Compressor Packages ES19-0001F CNG Fueling Equipment

a.

1.04 DELIVERY, STORAGE, AND HANDLING

A. Comply with the following:

1. Compressors shall be shipped to site only once after the pad has been completed and is ready for permanent installation by installation contractor (separate contract). Equipment not ready for installation shall not be stored on the Owner’s site.

1.05 PROJECT SITE AND DESIGN CONDITIONS

A. Design Conditions:

1. Number of compressors: One duplex unit (Two Compressors in a single enclosure)—for a total of two compressors.

2. Inlet Gas Flowrate (per compressor) 440 scfm @ dryer outlet pressure (with station inlet pressure of 25 psig) Proposers are required to optimally utilize a 200 Hp main driver at maximum station inlet pressure. If Proposer is able to provide a higher flow compressor at minimal additional cost, this shall be provided as an Alternate.

PART 2 - PRODUCTS

2.01 System description and performance of CNG compressor

A. Two compressors shall be fully packaged and enclosed in a single skid and enclosure.

B. Equipment mounted on the skid including the compressor frame, the compressor crosshead, the compressor cylinders, the cooler, the motor, the piping, separators, filters and vessels and control panels shall be mounted as close to grade as practical and supported directly from the frame. Mounting of this equipment to the deck plate is not acceptable. Mounting pads for the compressor frame shall be machined flat after they are welded to their support frame. Provision shall be made to allow for shimming of the compressor. If floor decking is used, access holes with minimum six-inch diameter sleeves to facilitate shimming and grouting shall be provided into each frame cavity.

C. The output of the compression equipment shall be rated at a minimum of the flowrate specified above for each compressor at the pressure downstream of the CNG dryer at typical station inlet and 4,500 psig discharge. The potential range of pressures on the incoming gas service line is provided in Section 180000. The compressors shall float continuously without adjustment through this range. (Note that these suction pressures are at the station inlet and not the actual compressor suction). If the compressors cannot float through the entire range, a regulator or pressure controller shall be provided loose for installation at each compressor inlet to limit the maximum pressure to prevent excessive rod load or power requirements. This regulator or pressure controller shall allow free flow below its

Page 138: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 3 185200

CNG Compressor Packages ES19-0001F CNG Fueling Equipment

setting so that the compressors utilize the full inlet pressure available. The setting of this device shall be specified. Regulator shall be sized and selected to minimize pressure drop and also to prevent “surging” or “hunting” of the regulator.

D. Compressors shall be rated for continuous and intermittent/transient operation.

E. The compressors shall be tied into a common station suction line, gas dryer, pilot gas supply and Master Control Panel. Otherwise, the units shall be constructed to be redundant with gas isolation for each unit. Each compressor shall have its own piping, separators, coolers, relief valves, instrumentation and controls.

F. Compressors to be four stage horizontally opposed reciprocating compressors. Individual throws will be balanced to within 16 ounces of the opposing throw.

G. Interstage temperatures shall not exceed 325 deg F.

H. Crankcases shall be lubricated by a pressurized lubrication system.

I. Cylinders are to be lubricated.

J. Oil carryover control: As a minimum, the compressor packages shall include:

1. The final coalescing filters shall be a pre-coalescer and a coalescer filter in series for each compressor. Each filter shall be sized to handle a minimum of three times the maximum compressor capacity at maximum suction conditions and a discharge pressure of 2,000 psig. (Minimum acceptable filter shall be a Parker J-6.)

2. The compressors shall use a PAG based synthetic oil for crankcase and lubricator that is rated for this service by the oil manufacturer.

3. Proposers are to specify with their proposal, the percentage of oil added that will be recovered in the filtration system before the gas leaves the compressor skid. Minimum acceptable oil recovery within the compressor skid shall be 99 percent of oil added.

4. Oil shall be fed to the lubricator pump from the crankcase sump. On atmospheric pressure crankcase machines, the crankcase oil level will be continuously replenished from a 5 U.S. gallon “day tank” with sight glass. Each compressor that includes an external oil injection pump (not required on pressurized crankcase compressors) must be equipped with:

a. An explosion-proof or intrinsically safe low lube flow rate switch, and

b. An explosion-proof or intrinsically safe oil level switch.

K. Control, safety and isolation valves:

1. A manual two or three-piece fire rated ball valve (API 607) with a carbon steel body and stainless steel trim and a locking kit shall be supplied and installed

Page 139: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 4 185200

CNG Compressor Packages ES19-0001F CNG Fueling Equipment

on the suction line immediately outside of the enclosure. This line shall terminate with a raised face flange.

2. A wafer style suction check valve with a carbon steel body, stainless steel trim and an O-ring seal (bubble tight) shall be installed on the suction line.

3. A spring return (NC) actuated two or three-piece fire rated ball valve (API 607) with a carbon steel body and stainless steel trim shall be installed on the suction line upstream of the compressor inlet.

4. Each separator shall include its own check valve and a normally open (NO) actuated ball valve with its own pilot solenoid valve to control drainage of condensates from each stage separator or filter independently. Separators and filters shall be flushed hourly and also on shutdown of the compressor to the recovery tank(s).

5. The final compressor discharge shall be equipped with a check valve.

6. Immediately outside of the enclosure, a manual, stainless steel ball valve with stainless steel trim and a locking kit shall be supplied on each outlet tube.

7. Compressor suction, recovery system and each stage shall be equipped with an ASME "UV" stamped safety relief valve set and sealed at the design pressure. SRVs on air receivers or other air equipment shall be equipped with a manual activation lever. This is not permitted on other SRVs.

a. For SRVs located between the compressor inlet and discharge, inlet and outlet ports of SRVs shall be equipped with integral ANSI flanges or face seal o-ring fittings with tube adapters of appropriate pressure rating, which will ensure that the valves can be reinstalled repeatedly without damage or difficulty in returning the valve to the exact orientation, prior to removal.

b. For the SRV located on the recovery system, a manual, locked open, isolation ball valve shall be provided upstream of the flanged inlet port to the SRV.

8. Manual, stainless steel service drain valve (rising plug or gauge valve type) shall be provided between sections of piping, and vessels to allow them to be safely blown down to the vent stack. Any sections of the compressor not bled down by the service valve shall be clearly identified in the maintenance procedures.

L. Suction and Interstage Gas Filtration and Pulsation Control:

1. Suction filter complete with minimum 0.9 micron absolute filter cartridge. Suction filters and valves must be sized so that the pressure drop shall not exceed two psig at a flowrate of twice the maximum compressor capacity at maximum suction conditions. If the recovery line is tied into the suction line upstream of the filter, without a coalescing filter, a coalescing, high efficiency, sub-micron oil removal type filter, designed to remove aerosols, liquids and

Page 140: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 5 185200

CNG Compressor Packages ES19-0001F CNG Fueling Equipment

solids down to 0.9 microns absolute size and 0.0014 ppmw oil concentration is required. The filter drain port shall be equipped with a manual, lockable isolation valve and tied to the condensate collection tank through a separate drain line.

2. Each compression stage shall be equipped with a properly sized knockout, coalescing, mesh pad, or vortex separator to remove oil and condensates. This separator shall be mounted after each cooler stage. Piping and coolers shall be oriented to be self draining to the separators, without inadvertently trapping condensate within sections of pipe or cooler.

3. Suction and/or discharge pulsation bottles/dampeners shall be provided as per compressor block manufacturer's recommendations.

M. Cooler Requirements:

1. Each stage shall be equipped with a “Box header” ASME Section VIII, Division 1 Coded Cooler. (As an alternative a serpentine cooler will be accepted.) This cooler shall have sections for each stage of compression, and for the crankcase oil.

2. Approach Temperature: Coolers shall be designed and sized to reduce the cold side interstage gas temperature to 15 °F above ambient temperature at maximum compressor cylinder discharge temperature and maximum ambient temperature.

3. Heat exchangers shall be oversized a minimum of 20 percent to compensate for fouling and damaged passes (which require plugs). Thus the cooler must be able to meet the specified approach temperature with 20 percent of the tubes plugged, on all stages.

4. The fan shall be designed to push a minimum of 0.5 inches of water column more than is required to flow air through the cooler alone. This additional static pressure fan load is needed to ensure proper air flow through silencers, baffles, and louvers/dampers. In the event that these or other restrictions create a total greater than 0.5 inches, that higher figure shall be used to calculate fan size.

5. Tubes shall not be soldered or brazed into the header manifold.

6. The cooler shall be thoroughly cleaned and purged to ensure that contaminants and hydro testing water are removed.

7. The main cooler fan(s) shall be direct driven from a 480 VAC electric motor.

8. The noise generated by a single cooler fan and motor alone (i.e. without sound attenuation equipment) shall not exceed 85 dBA at three feet in open field conditions.

9. Fans shall be aluminum or plastic composite construction.

Page 141: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 6 185200

CNG Compressor Packages ES19-0001F CNG Fueling Equipment

N. Piping and Pressure Retaining Components:

1. The suction piping to each stage shall be equipped with a commissioning filter/strainer to be changed or removed after 100 hours of successful operation (e.g. a “witch’s hat”). This strainer shall protect each stage from contamination from piping and coolers. Based on the piping layout, the interstage separator may be accepted as meeting this requirement. The CNG Equipment Supplier shall remove and inspect these strainers at the time of the 100-hour return to site service. All filter elements are to be replaced at this 100-hour return to site service.

2. Minimum process flow tubing size on discharge side of compressor is 3/4-inch per compressor.

3. Interstage coolers, piping, separators and appurtenances shall be designed for 350 deg F and a minimum of 20 percent or 50 psi (whichever is greater) above the interstage discharge pressure at maximum suction pressure and 4500 psig discharge pressure. All of these devices shall be stamped and certified for the actual maximum design pressure of the device rather than the calculated required pressure. (For example, if a vessel is required to be rated for 600 psig but is actually capable of 680 psig using ASME design standards, the vessel shall be stamped for 680 psig.)

4. Final discharge cooler, piping, separators and appurtenances shall be designed for 350 deg Fahrenheit and a minimum of 5,000 psig.

5. Piping, instrumentation tubing, electrical conduit and devices shall be routed and installed to allow for full access for inspections and repairs of the cooling coils.

6. Coolers and downstream piping shall be designed, constructed and oriented such that all liquids (condensate and oil) will drain by gravity from the cooler inlet to the suction separator of the next stage.

O. Gas recovery system:

1. A "run down" sequence is not acceptable except on high suction pressure machines where permitted by the Owner.

2. Gas vented during the unloading cycle shall be captured in an ASME Section VIII, Division 1 vessel(s) and cycled back to the compressor suction on the next start up. The recovery receiver shall be sized to contain all gas released from two shutdowns with no draw down or recirculation between shutdowns without relief valve activation or fault activation under any circumstances. The minimum total recovery tank capacity shall be 100 US gallons. Where multiple tanks are used, gas is to be vented into one near the bottom, flow out of the first near the top and into the second at the bottom, then out of the second near the top to the next tank or to compressor suction. CNG Equipment Supplier shall supply calculations to validate recovery tank size.

Page 142: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 7 185200

CNG Compressor Packages ES19-0001F CNG Fueling Equipment

CNG Equipment Supplier shall supply a ¾” tube with isolation ball valve to connect the two recovery tanks in the duplex package together.

3. A manual, lockable, isolation ball valve shall be provided on the inlet of the first recovery tank and on the outlet of the final recovery tank.

4. A recycle pressure controller or regulator shall be provided downstream of the manual isolation valve on the outlet of the final recovery tank and its pressure drop shall not exceed five psig at a flowrate of twice the maximum compressor capacity at maximum suction conditions. This pressure controller shall be controlled by the Unit PLC using a 4-20 mA output.

a. A NC actuated, carbon steel or stainless steel ball valve with stainless steel trim shall be mounted downstream of the recycle pressure controller at the connection to the suction line which shall be upstream of the suction pulsation dampener.

b. The line from the recovery tank to the suction shall be sized to allow continuous flow of the compressor when the compressor is running unloaded.

P. Controls and Instrumentation:

1. The compressor package shall be equipped with a Unit Control Panel (UCP) and instrumentation as indicated in Section 185500, Control Systems. The UCP shall be mounted to facilitate easy field connection and service.

2. Compressor suction, discharge at each stage, final discharge (downstream of discharge check valve), recovery system, pilot gas and compressor crankcase oil system shall be equipped with remotely mounted, glycerin filled, 2-1/2 inch pressure gauges. Instrumentation tubing shall be included.

3. Compressor suction, discharge at each stage, final discharge (downstream of discharge check valve), recovery system, pilot gas and compressor crankcase oil system shall be equipped with explosion proof or intrinsically safe pressure transducers. A manual, lockable, isolation valve is to be provided for the recovery system pressure transducer. The compressor crankcase oil system pressure transducer shall be mounted as close as possible to the compressor. All other pressure transducers shall be mounted remotely. Instrumentation tubing shall be included.

4. The discharge from each stage, ambient temperature outside of enclosure, compressor oil, and the enclosure interior shall be equipped with Type J thermocouples or RTD equipped with a stainless steel armored sheath and cable. Thermocouple wires shall run continuous to their termination point on the UCP PLC thermocouple card.

5. The compressor block and cooler shall each be equipped with an explosion proof or intrinsically safe vibration transducer or accelerometer—vibration switches will not be an acceptable alternative.

Page 143: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 8 185200

CNG Compressor Packages ES19-0001F CNG Fueling Equipment

Q. Enclosure:

1. The compressors shall be housed in a single enclosure. The enclosure shall shield the compressor and auxiliary equipment from climatic conditions. The enclosure shall be provided with adequate ventilation to prevent heat or gas build up and reject heat generated by the compressor and after cooler.

2. The enclosure shall be designed to limit acoustic emissions from the package by the use of noise attenuating insulation, baffles, silencers, soundproof doors, panel gasketing and low noise fans. Maximum sound emission is to be 75 dBA at 15 feet from the enclosure. No octave band shall exceed the average of its neighbors by more than 5 dBA (based on open field individual operation). The compressor enclosure shall be equipped with sufficient silencers to achieve specified maximum noise level and noise shall be directed away from the property line.

3. Minimum required construction of the compressor enclosure includes:

a. Wall and roof constructed of primed and painted galvanized steel outside panels. If inside panels are used, they shall be perforated galvanized panels.

b. Openings shall be gasketed and/or sealed, except those required for air flow which shall be equipped with silencers.

1) Insulation in silencers shall be protected from external damage using polyester or nylon fabric between the insulation and the perforated steel panels or as approved by the Owner.

4. Air openings shall be equipped with bird screens.

5. Sufficient access shall be provided using doors and hatches to perform routine or major work on the compressor (e.g. SRV replacement, cooler tube inspection, cooler fin cleaning, oil changes, belt replacement, ring and valve replacement, control valve replacement, compressor frame and cylinder rebuilds), without removing or disassembling the enclosure. Door holdbacks shall be provided on each door.

On horizontal air flow fans, a minimum clearance of 18 inches shall be provided between the cooler and silencers/baffles to allow for cooler fin cleaning. Service access for infrequent repairs required less than once per year shall be provided by either a door or a removable panel (e.g. installation of cooler plugs, removal of a cooler or section for repair).

6. Materials shall be non-combustible or fire-rated materials. This shall include insulation, interior and exterior panels, roof, floors and doors, and enclosure framing members.

7. A 480 VAC 3 phase electric exhaust fan shall be provided in the enclosure. Fan shall be activated if the temperature inside the enclosure exceeds 110 deg F and the compressor is not operating, and shall be sized to ensure that

Page 144: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 9 185200

CNG Compressor Packages ES19-0001F CNG Fueling Equipment

with 100 deg F ambient air, that the air temperature inside the shelter does not exceed 120 deg F. The fan shall also be activated by a manual purge switch on the unit control panel door and by the MCP in the event of a gas detection event. The cooler fan(s) may be used to provide this function.

8. Three 250 W, Class I, Division 2, Group D explosion proof LED lighting fixtures shall be provided inside the enclosure.

9. Compressor crankcase and day tank shall be equipped with an explosionproof, electric immersion heater with a minimum 1200 watt output. This heater shall be sized to ensure sufficient heat input when using the prelube pump to distribute heat to ensure startup under any climatic temperature. If the immersion heater cannot fully provide the heat input needed, an external heater piped into the prelube lines shall be used.

10. Compressor enclosure shall be equipped with supplemental heaters if required by climatic conditions to ensure that equipment starts and operates reliably at the lowest ambient conditions.

R. Main and secondary motors:

1. The prime mover shall be an 1,800 rpm electric motor with continuous nameplate horsepower rating equal to or exceeding the maximum compressor and ancillary equipment horsepower requirement.

2. Compressors and main motors shall be direct coupled without gear reduction using a flex disc coupling. This coupling shall be designed for continuous cyclic loading. Provide a compressor mounted flywheel to reduce the amplitude of torsional variances.

S. Miscellaneous Requirements:

1. The compressor shall be equipped with a prelube pump. The prelube pump shall be rated for continuous 24 hour per day 7 day a week operation.

Under ambient conditions of 40 degrees Fahrenheit (site setable) or above, the pump shall start and run only for a limited period of time to establish compressor crankcase lubrication prior to compressor startup.

Under ambient conditions below 40 degrees Fahrenheit (site setable), the pump shall start automatically and run continuously to distribute heat from the immersion heater and to ensure compressor startup when required. Under ambient conditions below 40 degrees Fahrenheit (site setable), the pump shall shut off automatically 30 seconds after compressor start and shall remain off for 20 minutes (site setable) after compressor operation.

2. Guards including fan and belt guards shall be OSHA compliant and shall be of a spark proof construction.

Page 145: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 10 185200

CNG Compressor Packages ES19-0001F CNG Fueling Equipment

2.02 MANUFACTURERS

A. Substitutions:

1. Follow the requirements of Division 1.

B. Compressor Packages shall be designed and manufactured by:

1. ANGI Energy (packaging Ariel Compressors)

2. JW Operating (packaging Ariel Compressors)

2.03 MATERIALS

A. Guards over moving parts shall be non-sparking aluminum construction meeting all OSHA requirements.

PART 3 - EXECUTION

3.01 SHOP AND FIELD QUALITY CONTROL

A. Shop Testing:

1. Cycle valves under maximum operating pressure by actuating solenoids.

2. Function test to check operation of controls systems, system annunciation, safety alarms and shutdowns.

3. Calibration of instrumentation.

4. Operations of subsystems including ESD and remote alarms.

5. Successful compressor operation on test loop for eight hours (if shop does not have adequate equipment and pressure available, test must be completed during field test).

6. Performance tests to check motor voltage, current draw and power.

B. Field Testing During Commissioning:

1. Mechanical reliability of componentry.

2. Verification of controls logic and wiring.

3. Verification of safety and control device calibration and program logic.

4. Successful operation for 50 loaded compressor hours on each compressor within predicted performance parameters (pressures, temperatures, flow, noise, pulsation and vibration). If the package operates out of specified performance levels, or if nuisance shutdowns occur during this period, correct the underlying problem and the test period shall be restarted.

Page 146: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 11 185200

CNG Compressor Packages ES19-0001F CNG Fueling Equipment

5. Performance tests to check motor voltages, current draws, and power distribution to other components. Verify all circuits are operational.

6. In-situ noise testing to confirm that CNG compressor package noise levels are within the levels permitted by this specification.

C. Documentation:

1. All factory and on-site testing shall be fully documented and signed off by the test technician.

2. Test reports shall be provided to the Owner within 72 hours of test completion in pdf format.

3. Copies of all test records shall be included with the final Quality Control manual in hard copy and pdf format.

END OF SECTION - 185200

Page 147: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 1 185400

CNG Gas Control, Storage and Dispensing Equipment

ES19-0001F CNG Fueling Equipment

PART 1 - GENERAL

1.01 SUMMARY

A. Section includes:

1. Design, manufacturing and testing of the CNG gas control, storage and dispensing equipment for the compressed natural gas station.

2. The Work includes mechanical and electrical fabrication work and programming required in the shop fabrication of the CNG gas control equipment.

B. Related Sections:

1. Division 18 - All

1.02 QUALITY ASSURANCE

A. Manufacturer Qualifications: Equipment manufacturers shall have at least 5 years of experience in manufacturing products and accessories similar to those specified for this Project, with a record of successful in-service performance.

1.03 SUBMITTALS

A. Submit in accordance with:

1. Product Data: for products and materials in this Specification.

2. Qualifications: Manufacturer’s list of projects.

3. All test reports as required in this Section.

4. Defueling SOP

1.04 DELIVERY, STORAGE, AND HANDLING

A. Comply with the following:

1. Dispensing and gas storage equipment shall be shipped to site only once released for shipment by the Owner.

PART 2 - PRODUCTS

2.01 SYSTEM DESCRIPTION AND PERFORMANCE OF GAS CONTROL SYSTEM

A. CNG Priority Fill, and ESD System:

1. Panel to be supplied with supporting framework for mounting on a concrete pad near the storage.

Page 148: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 2 185400

CNG Gas Control, Storage and Dispensing Equipment

ES19-0001F CNG Fueling Equipment

2. Panel shall be configured to accept three inlets from the compressors, three banks of storage, three dispenser manifold lines, an done line to the Time Fill Control and Metering panel.

3. Panel shall be controlled by the MCP PLC or a remote panel mounted PLC. All flow control valves to be 1” actuated ball valves.

4. Provide one explosion proof or intrinsically safe pressure transducer for each of the three banks of storage and for the common compressor inlet. The pressure transducers shall be tied directly into, and monitored by, the MCP PLC.

5. One stainless steel, glycerin filled, 2-1/2 inch pressure gage and label shall be installed in the panel for each of the three banks of storage and for the compressor inlet line. The pressure gages shall be flush mounted so they can be viewed from the outside of the panel without opening the panel doors.

6. Explosion proof, three way pilot air solenoid valves. These solenoids shall be controlled by the MCP PLC.

7. Automatic fail safe, normally closed, 1 inch stainless steel valves with stainless steel trim. The tubing to/from each valve shall be installed so the valve can easily be removed without removing any additional tubing or components. Each valve shall be controlled by a three-way solenoid valve with control logic from the station Master PLC. The valves shall provide the following function:

a. Direct the flow of gas from the compressor(s), first to time fill (bypassing storage and fast fill).

b. If no time fill vehicles are fueling, direct the gas flow to the storage and fast fill vehicles. Direct the flow of gas from the compressor(s), first to any vehicle that is filling at a cascade dispenser (bypassing storage). This flow shall be channeled to the high bank dispenser manifold.

c. If no vehicles are fueling, direct the gas flow to the third or high pressure bank to keep it at maximum pressure (4500 psig or as set on site), when the third bank reaches maximum pressure, fill the second bank to maximum pressure, when the second bank reaches maximum pressure fill the first or low bank to maximum pressure, then signal the compressor(s) to shut down.

d. If at any time an ESD is pressed, the storage banks shall be isolated by removing power from the spring return, fail safe, actuated ball valves. The master PLC will use a signal from the dispenser to open the storage ESD valves only when a hose is active.

e. Two redundant overpressure/backpressure valves shall be required to prevent deadheading of the compressors in the event that a priority or dispenser valve actuation is delayed. This overpressure valves shall allow compressor flow to bypass actuated valves and go to storage.

Page 149: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 3 185400

CNG Gas Control, Storage and Dispensing Equipment

ES19-0001F CNG Fueling Equipment

8. The panel shall be equipped with service bleed valves to properly and safely bleed down fittings required to service all components and instrumentation within the panel.

9. Lines to and from the panel shall be equipped with manual, stainless steel ball valves with stainless steel trim and a locking kit.

10. Minimum tubing and valve size within the panel and in the flow path from the compressor to the storage and from the storage to the dispenser manifolds is 1-inch.

B. CNG Time-Fill Control and Metering panel:

1. Panel to be supplied with supporting framework for mounting on a concrete pad near the storage.

2. Panel shall be configured to accept one inlet from the Priority Panel, one outlet to the time-fill buffer tank and three time-fill manifold feed line outlets.

3. Panel shall be controlled by the MCP PLC or a remote panel mounted PLC.

4. All flow control valves to be 1” actuated ball valves. Flow path inside the panel shall be 1”.

5. Provide one explosion proof or intrinsically safe pressure transducer for each of the inlets and outlets. The pressure transducers shall be tied directly into, and monitored by, the MCP PLC. One stainless steel, glycerin filled, 2-1/2 inch pressure gage shall be installed in the panel for each of the inlets and outlets.

The pressure transducers and gauge for the time fill barricades shall be tied in downstream of the isolation valve (see drawing CNG-M01B) so that this pressure is always monitored. These gauges and transducers shall include a Swagelok rising plug valve for isolation/service.

6. Explosion proof, three way pilot air solenoid valves. These solenoids shall be controlled by the MCP PLC.

7. Automatic fail safe, normally closed, 1-inch stainless steel valves with stainless steel trim. The tubing to/from each valve shall be installed so the valve can easily be removed without removing any additional tubing or components. Each valve shall be controlled by a three-way solenoid valve with control logic from the station Master PLC. The valves shall provide the following function:

a. Provide ambient (not heat of compression) temperature compensation to 3600 psig at 70F for the time fill barricades. This will require an automatic isolation valve, two (redundant) pressure transducers and one gauge, MCP logic and a 4500 psig UV rated relief valve. Controls shall be equipped with a user defined over/under fill amount to add up to 300

Page 150: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 4 185400

CNG Gas Control, Storage and Dispensing Equipment

ES19-0001F CNG Fueling Equipment

psig or deduct up to 1,000 psig from the calculated ambient compensated value. This shall be password protected.

b. Close an actuated valve feeding the common time fill manifold inside the panel to shut off gas flow in the event of an ESD. This valve shall be closed unless time fill is authorized to fill and a compressor is running.

c. Close an actuated valve feeding the time-fill buffer tank to shut off gas flow in the event of an ESD. This valve shall be closed unless the time fill is authorized to fill, and a compressor is running.

8. A minimum of two redundant overpressure/back pressure valves shall be required to prevent deadheading of the compressors in the event that a priority or dispenser valve actuation is delayed. The overpressure valves shall allow compressor flow to bypass actuated valves and go to storage.

9. The panel shall include one Micromotion CNG 050 meter with local display on each of the time fill barricade lines. The CNG Equipment Supplier shall supply and install one new meter and provide a rough-in for two additional meters which the Owner will install on site. The MCP PLC and Operator Interface shall be programmed and configured to receive RS 485 signals from the meters and provide running total, daily total and monthly total GGE dispensed through each barricade.

10. The panel shall be equipped with service bleed valves to properly and safely bleed down fittings required to service all components and instrumentation within the panel.

11. Lines to and from the panel shall be equipped with manual, stainless steel ball valves with stainless steel trim and a locking kit.

12. The panel shall be equipped with an externally mounted 1-inch tubing panel bypass manifold that connects all panel inlets and outlets with manifold isolation valves TEE’d into each line downstream of the panel isolation valves.

C. CNG Cascade Storage System: One included.

1. One storage vessel assembly each with minimum 70,000 scf of CNG storage (nominal) capacity at 4,500 psig shall be provided.

2. This assembly is to be tubed with 1 tube for the time-fill buffer, 2 tubes for the shared low cascade bank and buffer, two tubes for the medium cascade bank and one tube for the high cascade bank. Minimum tubing size is 1 inch.

3. Vessels shall be 5,500 psig (or greater) design pressure to ASME Section VIII, Div. 1, (3:1 safety factor is allowed on seamless cylindrical vessels).

4. Vessels shall be cylindrical tubes supported by a structural steel frame.

5. Vessels shall meet ASME Sect VIII Div 1 requirements for CNG application, and be registered with the National Board.

Page 151: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 5 185400

CNG Gas Control, Storage and Dispensing Equipment

ES19-0001F CNG Fueling Equipment

6. All connection points to the cylinders and to the relief valves shall be Code 62 flanges.

7. 3/4-inch or 1-inch lockable isolation ball valves shall be provided on the process connection of each vessel.

8. A "UV" stamped safety relief valve is to be provided on each vessel with an upstream isolation ball valve locked in the open position.

9. Each vessel shall be equipped with a multi-turn “gauge valve style” drain valve at the relief valve end. Storage assemblies shall be approximately two inches higher at the process end to facilitate draining at the relief valve end. Vessel drain valves shall be arranged and tubed to a height of approximately 24 inches to 36 inches from grade. Note that drains for the entire assembly will be operated from the left side of the assembly when viewed from the relief valve end.

D. General Requirements for Fast Fill Vehicle Dispensers:

1. Dispenser must be NIST certified/approved.

2. Dispensers shall include electronic temperature compensation as follows:

a. Electronic temperature compensation controlled by the main PLC or the dispenser, to regulate to 3,600 psig at 70 deg F.

b. For fast fill, this system shall compensate for ambient temperature and heat of compression effects to fill to 95 to100 percent of tank rated capacity under initial pressure and ambient conditions where code pressure limits do not restrict filling to higher pressures.

3. One stainless steel, glycerin filled, 2-1/2-inch pressure gauge shall be connected to the tubing upstream of each hose. The pressure gauge shall be tied into the dispenser panel downstream of the automatic valve and flush mounted so it can be viewed from the front of the dispenser panel.

4. Each fast fill hose shall have an ASME "UV" Stamped SRV set and sealed at 4,500 psig to protect the hose from over pressurization. This will include an SRV inlet connection to the process tubing and an adequately sized SRV outlet connection to the vent piping.

5. Components upstream of the actuated valve shall be rated to 5,500 psig with safety factor as required by ASME B31.3. Components downstream of the actuated valve shall be rated to 4,500 psig with safety factor as required by ASME B31.3.

6. Each line within the dispenser shall be equipped with service bleed valves to properly and safely bleed down fittings required to reconnect the hose after breakaway or to service any components or instrumentation in the dispenser.

Page 152: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 6 185400

CNG Gas Control, Storage and Dispensing Equipment

ES19-0001F CNG Fueling Equipment

7. Hoses shall be a maximum of 12 feet in length. CNG Equipment Supplier and Owner to determine best length during submittal phase.

8. Hose retractors with breakaway cables shall be provided to prevent the hose from touching the ground when in use or in storage position.

9. Hoses shall be mounted to be sufficiently anchored and reinforced that it can withstand, without damage, a hose tension four times that imposed by a breakaway event. This shall require the installation of outside four-inch HSS support posts to suspend the fueling hose on fast fill dispensers. One support post is required for each hose. Hose posts and dispenser frame shall be stainless steel or powder painted carbon steel.

10. Micromotion CNG050 meter on each hose (approved by local weights and measures authorities).

11. The dispenser shall be shutdown automatically by the master PLC or dispenser controller if preset flow rates or fill volumes are exceeded, or if a sudden loss of pressure occurs. These values shall be determined and programmed into the controller by the CNG Equipment Supplier at time of commissioning. These values must be easily recalibrated in the field. The CNG Equipment Supplier shall perform tests for Owner and the local regulatory agency to prove that the dispenser shuts down with excessive flow rates, fill volume or sudden loss of pressure as part of the site testing during commissioning.

12. Dispensers shall be field calibrated to +/-1 percent accuracy with a vehicle fill from 1,000 psig, and 2,500 psig initial pressures.

13. Dispensers shall include an electronic digital display showing quantity in GGE.

14. Dispenser shall be equipped with a green “dispenser active” light (or approved equal) mounted at the dispenser. This light will energize when the controller activates the dispensing cycle and will de-energize only after this cycle is fully completed or has been terminated manually. A digital display indicating fill status is acceptable.

15. An explosion proof, maintained contact, ESD button shall be installed on each dispenser and clearly labeled. Each ESD button shall be equipped with two Normally Closed (NC) contacts. One NC contact shall be hardwired in series with the other station ESDs and the master start pushbutton located on the face of the MCP. The second NC contact shall be hardwired as an independent input to the MCP PLC.

16. One explosion-proof or intrinsically safe vibration switch shall be installed in each dispenser enclosure. This switch shall initiate an ESD.

17. Filters are not required in the dispensers as a filter panel is to be installed in the adjacent compound.

Page 153: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 7 185400

CNG Gas Control, Storage and Dispensing Equipment

ES19-0001F CNG Fueling Equipment

18. One stainless steel installation pit shall be supplied for each dispenser. Pits shall be a minimum size of the footprint under the dispenser and 24 inches deep. If a larger pit is required or recommended to ensure proper installation and serviceability, the CNG Equipment Supplier shall supply the required pit size at no additional cost to the Owner. A diamond plate aluminum cover shall be installed to cover any pit area outside of the dispenser footprint.

E. CNG Fast Fill Vehicle Dispenser (Base proposal of two “Combo” Light and Heavy Vehicle ½ inch plus ¾” dual hose dispensers (Per Dispenser: two hoses, two meters, 6 cascade control valves, two relief valves, 4 transducers, and other equipment as required to ensure independent operation of two hoses). Requirements:

1. Dispenser shall be configured with hoses and switches at the ends of the dispenser and two dual faced displays (four display boards) to allow either hose to be accessed from and volumes displayed on both sides of the dispenser.

2. For the standard flow hose, minimum tubing and valve size within the dispenser flow path is 1/2-inch. Standard port ball valves are acceptable. The mass flow meter is exempted from this requirement.

3. For the high flow hose, minimum tubing and valve size within the dispenser flow path is 3/4-inch. Standard port ball valves are acceptable. The mass flow meter is exempted from this requirement.

4. For the standard flow hose, each dispenser hose assembly shall be 3/8-inch for flow and 3/8-inch for vent and shall be equipped with a stainless steel OPW CT1000 (or approved equal) fueling nozzle (vented away from the dispenser), an OPW ILB-1000 (or approved equal) in-line stainless steel breakaway connection to limit longitudinal hose tension (to the level currently stipulated by NFPA 52) on the flow line and an OPW NGVLB on the vent hose.

5. For the high flow hose, each dispenser hose assembly shall be 3/4-inch for flow and 3/8-inch for vent and shall be equipped with a stainless steel OPW CT5000 (or approved equal) fueling nozzle (vented away from the dispenser), an OPW ILB-5000 (or approved equal) in-line stainless steel breakaway connection to limit longitudinal hose tension (to the level currently stipulated by NFPA 52) on the flow line and an OPW NGVLB on the vent hose.

6. Automatic fail safe, normally closed, stainless steel ball valves with stainless steel trim. High pressure solenoid valves are not acceptable. The inlet/outlet of this valve shall be as per above minimum flow path size. If compression fittings are used, the tubing to/from the valve shall be installed so the valve can easily be removed without removing any additional tubing or components. Valves shall be controlled by the three-way solenoid valves. The dispenser shall be equipped with one set of three cascade flow control valves per hose so that each hose is independently sequenced.

Page 154: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 8 185400

CNG Gas Control, Storage and Dispensing Equipment

ES19-0001F CNG Fueling Equipment

7. Each supply line to the dispenser shall be equipped with a manual, stainless steel ball valve with stainless steel trim and a locking kit mounted upstream of the filters. The inlet to each valve must be a 3/4-inch Seal Lok fitting.

8. A manual, stainless steel ball valve with stainless steel trim and a locking kit shall be provided in an easily accessible location on the outside of the dispenser cabinet just upstream of each fueling hose (2 valves in total).

9. The dispenser shall be networked using Ethernet or RS485 network to the Master PLC to indicate that a hose is active, the current hose pressure (both transducers) and the flow rate as well as any dispenser faults. These signals will be used to open the ESD valves to allow dispensing, and by the SCADA system (if so equipped) to log fills and faults.

10. The fast fill dispenser controllers shall be compatible with Gasboy, Fuel Master, or equal fuel management systems. The CNG Equipment Supplier shall provide technical support during the design and commissioning periods including provision of documentation, and field testing and adjustment to ensure the full integration of the CNG dispensers with the selected fuel management system.

F. CNG Time Fill Vehicle Dispenser (Base proposal of 24 dual hose posts plus 1 single hose post). Requirements:

1. Hose post designed to overcome a breakaway event. The dimensions of this post will be contingent on the hose connection height, but it is expected that the post will be approximately 3” x 3” x 0.25” HSS. Hose post to include an integrated TEE type vent at the top of the post and a nozzle holster near the base of the post. Hose post to include a saddle style mounting bracket that is compatible with pre-cast “Jersey Barrier” with a 6” wide top. Post assembly shall be powder coat painted safety yellow. Proposer shall supply a detailed assembly drawing for compatibility with existing equipment.

2. A ½” Swagelok union TEE shall be installed approximately 8” to 12” above the top of barricade. This TEE shall have a reducer from ½” tube to 3/8” tube on the branch port that feeds the isolation valve for the hose post. Tubing to be minimum 3/8” diameter with a 3/8” Hoke 7115G6Y valve immediately above the manifold connection. CNG Equipment Supplier can also propose all ½” tubing and components.

3. A Swagelok 10,000 psig bleed valve shall be installed downstream of the Hoke ball valve.

4. Each dispenser hose assembly shall be 3/8-inch for flow and 1/4-inch for vent and shall be equipped with a stainless steel Staubli CMV 08/2 B250-P36 (or approved equal) fueling nozzle and Swagelok 83 series 3 way valve (vented away from the dispenser), a Staubli BRW 08(or approved equal) in-line stainless steel breakaway connection to limit longitudinal hose tension (to the level currently stipulated by NFPA 52) on the flow line and a Staubli BRW 02 (or approved equal) on the vent hose. Strain reliefs shall be provided at each

Page 155: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 9 185400

CNG Gas Control, Storage and Dispensing Equipment

ES19-0001F CNG Fueling Equipment

end of each hose section. Hose length shall be maximum18 foot overall with the final decision on hose length to be after supply of sample hoses.

5. Hose is to include a Kevlar anti-abrasion (or equal) sleeve and strain reliefs at each end of each hose section to prevent hose damage.

6. Hose retractor designed to keep hose off of the ground whether in the fueling or rest position.

G. Existing CNG Time Fill Vehicle Dispenser Replacement Hoses (51 hose assemblies plus 3 Sample hose assemblies). Requirements:

1. Sample hoses—The CNG Equipment Supplier shall provide three complete spare hose assemblies equipped as outlined in this section with one each of a length to provide a total of 14 feet, 16 feet and 18 feet including the breakaways. The sample hoses will become the property of the Owner and shall be delivered within the design period. The sample hoses are in addition to the hose assemblies required in this section. The Owner will install and test the hose lengths and notify the CNG Equipment Supplier within 28 days of receipt of the hoses which length shall be used for all hoses.

2. Owner will reuse existing valves and Owner will supply labor to change hoses with existing units at time of site installation.

3. Each dispenser hose assembly shall be 3/8-inch for flow and 1/4-inch for vent. Strain reliefs shall be provided at each end of each hose section. Hose length shall be maximum 18 foot overall including breakaways. The final decision on hose length to be after supply of sample hoses.

4. Hose is to include a Kevlar anti-abrasion (or equal) sleeve and strain reliefs at each end of each hose section to prevent hose damage.

H. Time Fill Barricade High Pressure Filter system: (3 required)

1. Pre-coalescing and coalescing filters shall be mounted in series and supplied for installation at the feed end of each time fill barricade.

2. These filters shall have a minimum 5,500 psig rating as well as filter size and capacity meeting or exceeding the specifications of Parker J-6 filters. The filter shall be serviceable without removal of adjacent tubing or equipment.

3. The filter assembly shall be equipped with a ¾”-inch inlet and outlet ball valve and a multi-turn “gauge style” manual drain valve. A 6000-psig gauge and isolation valve shall be installed downstream of the second filter and upstream of the outlet isolation valve.

4. Filter rack to include a saddle style mounting bracket that is compatible with pre-cast “Jersey Barrier”. Rack shall be powder coat painted safety yellow or stainless steel. Proposer shall supply a detailed assembly drawing for compatibility with existing equipment. The rack shall be designed not to collect moisture/rain.

Page 156: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 10 185400

CNG Gas Control, Storage and Dispensing Equipment

ES19-0001F CNG Fueling Equipment

I. Compound High Pressure Filter system:

1. High capacity, coalescing (Grade 4) filters shall be supplied for installation at the CNG compressor/storage end of each line feeding the dispenser area. (4 filter assemblies in total packaged in a rack of 3 filters and a second rack of 1 filter).

2. These filters shall have a minimum 5,500 psig rating as well as filter size and capacity meeting or exceeding the specifications of Parker J-8 filters. The filter shall be serviceable without removal of adjacent tubing or equipment. The filter shall be equipped with a 1-inch inlet, outlet and bypass ball valve (three ball valves per filter) and a multi-turn “gage style” manual drain valve.

3. Filters are not required to be in an enclosed panel. The filter rack shall be powder coat painted or stainless steel. The rack shall be designed not to collect moisture/rain.

J. Vehicle Defueling System:

1. There will be a need at the facility to periodically defuel the vehicles partially or completely, to facilitate repairs to the high pressure tubing and vessels on the truck. This defueling process shall be accomplished under controlled and safe conditions.

2. A defueling hose and panel assembly shall be supplied and installed in the location indicated in the RFP Drawings.

3. The system shall include:

a. A remote vehicle defueling panel controlled by the MCP PLC. A display or switch at this remote panel will allow the operator to select the defuel option (see 2.01.J.4) that is required.

b. An internal or remote mounted defuel flow control panel with heater and flow control valves.

c. Two manual CNG vehicle fuel transfer hoses.

4. Defueling Overview:

a. The defueling system is intended to allow a variety of defueling options including:

1) Defuel to Compressor Suction only - this will position the valves in the system and operate the re-heater to reintroduce gas into the compressor suction manifold. Defueling may start and stop throughout the evening as compressors load and unload.

2) Vent Stack only-Fast Defuel - this option will direct the storage to the remote vent stack if fast defueling is required or if the other systems cannot be operated.

Page 157: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 11 185400

CNG Gas Control, Storage and Dispensing Equipment

ES19-0001F CNG Fueling Equipment

5. The vehicle system shall include as a minimum:

a. The panel shall include all required valves and instrumentation. All panels to be stainless steel and all steel framing to be stainless steel or powder coat painted carbon steel.

b. A manual switch shall start the process.

c. A stop switch shall be provided to allow the operator to terminate defueling.

d. A selector switch or operator interface shall be provided to allow the operator to select the defueling mode as outlined above.

e. The defueling panel hose assembly shall be equipped with an OPW BDN defuel coupling (or other connection as required to mate to the vehicle defueling receptacle), a Swagelok 83 Series three-way manual valve (vented away from the dispenser).

f. A minimum of four explosion-proof or intrinsically safe 5,000 psig pressure transducers shall be installed in the defueling panel. One transducer shall be installed immediately downstream of the defueling hose and the other transducers shall be installed after each stage of regulation and on the atmospheric vent line. The pressure transducers shall be tied directly into, and monitored by, the main PLC. The controls shall automatically terminate the defueling cycle if the downstream regulator or vent stack pressure exceeds a preset value that is settable from the MCP operator interface.

g. The defueling panel shall be shutdown automatically by the main PLC if preset pressures are reached. These values shall be determined by the CNG Equipment Supplier at time of commissioning. These values shall be easily recalibrated in the field.

h. The defueling panel shall be equipped with four stainless steel, 0 to 5,000 psig, glycerin filled, 2.5-inch pressure gauges co-located with the transducers.

i. Two automatic fail safe, normally closed, ½-inch stainless steel ball valves with stainless steel trim and control solenoids shall be provided in the defueling panel to shut off gas flow in the event of a fault, an ESD, or if the defueling panel is shut off and to direct flow to the vent stack if this defuel option is selected.

j. An explosion-proof, maintained contact, ESD button shall be installed on the defueling panel. The ESD button shall be equipped with two Normally Closed (NC) contacts. The first NC contact shall be hardwired in series with the other facility ESDs and the master start pushbutton located on the face of the MCP. The second NC contact shall be hardwired as an independent input to the MCP PLC.

Page 158: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 12 185400

CNG Gas Control, Storage and Dispensing Equipment

ES19-0001F CNG Fueling Equipment

k. One explosion-proof or intrinsically safe vibration switch shall be installed in enclosure. This switch shall initiate an ESD.

l. The unit shall include a sign with the same warning information as the fueling dispensers and an instruction placard indicating how the unit is to be operated.

m. Detailed, pictorial, instructions for use and emergency instructions shall be provided along with training in the proper use of the equipment.

n. The panel shall include a minimum (more if required to meet flow rate specified in this clause) two pressure reduction regulators in parallel to reduce pressure from the defuel panel feed line to a user settable pressure. One or more second cut regulators shall also be supplied to reduce the pressure to approximately 85 psig for introduction into the compressor suction manifold. Regulators shall be sized to flow gas at sufficient rate to defuel a 10,000 scf truck filled to capacity in less than 2 hours.

o. A re-heater with isolation ball valves. This heater can be a gas-to-air fan driven heat exchanger, or a passive heat exchanger or a shell with electric heating elements. The re-heater shall be designed to ensure that gas is re-heated to a temperature that can be tolerated by the compressors without causing any compressor damage. Note that this re-heated gas shall be introduced downstream of the dryer to reduce the possibility of oil condensing and damaging the dryer desiccant.

p. A thermocouple to monitor gas inlet and outlet temperature to confirm and control operation. If a shell style electric heater is used, a thermocouple(s) shall be installed on the heater sheath and two thermocouples on the shell itself to prevent a runaway heater if no flow is present.

q. An ASME UV stamped relief valve rated to flow 120 percent of the full flow of all regulators is to be installed and connected to the vent line. First cut and second cut relief valves may be required.

r. Automatic fail safe, normally closed, 6000 psig rated stainless steel ball valve(s) with stainless steel trim shall be provided in the defueling panel to shut off gas flow in the event of a fault, an ESD, or if the defueling panel is shut off, and to provide flow control as requested at the vehicle defuel panel or if automatic control is requested, as follows:

1) If defueling is requested and compressors are running, direct the defuel gas to the compressor manifold for compression into the fueling vehicles.

2) If dueling is requested and truck gas pressure is less than 120 psig (operator settable) direct the gas to the storage vent stack.

s. The lines entering or leaving the defuel flow control panel shall be equipped with appropriately sized and pressure rated manual, stainless steel ball valves with stainless steel trim and a locking kit.

Page 159: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 13 185400

CNG Gas Control, Storage and Dispensing Equipment

ES19-0001F CNG Fueling Equipment

t. The unit shall include a sign with the warning information as the fueling dispensers and an instruction placard indicating how the unit is to be operated.

u. Detailed, pictorial, instructions for use and emergency instructions shall be provided along with training in the proper use of the equipment.

6. The vehicle to vehicle defueling hose shall include as a minimum: (two assemblies required)

a. CNG hoses with an overall length of 50 feet with an in-line breakaway installed at the midpoint. Hoses shall be equipped with a Swagelok 83 series three-way valve on each end. One end shall be equipped with an OPW BDN defueling connector (or other connection as required to mate to the truck defueling receptacle). The other end shall be equipped with an OPW NGV1 fueling connector. The vent hose shall be split in the middle of the hose assembly to allow venting.

b. A detailed defueling and vehicle-to-vehicle defueling procedure shall be provided.

2.02 MANUFACTURERS

A. Substitutions:

1. Follow the requirements of Division 1.

B. Dispensing Equipment shall be designed and manufactured by one of the following:

1. ANGI Energy

2. Kraus

3. TGT

2.03 MATERIALS

A. Gas control panels and dispenser panels and dispenser enclosures shall be stainless steel panels. Dispensers, and dispenser pits shall be stainless steel. Dispenser pit covers (if applicable) shall be diamond plate aluminum. All carbon steel hose posts and filter frames shall be stainless steel or powder coated painted steel. All required mounting frames and brackets shall be supplied with all equipment and shall be compliant with the seismic requirements of the location.

B. Dispenser Hoses:

1. Hose to be rated for CNG use by manufacturer and marked or tagged "For CNG Use".

2. Carbon steel braid hoses are not acceptable, even if the braid has a corrosion resistant plating.

Page 160: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 14 185400

CNG Gas Control, Storage and Dispensing Equipment

ES19-0001F CNG Fueling Equipment

3. If the hose is thermoplastic, it shall be factory pin pricked and pressure tested per NFPA requirements. Hose tag shall include the following:

a. “For CNG Use"

b. Test date

c. Test pressure

d. Hose serial number

e. MAWP (maximum allowable working pressure)

f. Burst pressure

g. A copy of the test certificate shall be included in quality control information for the station.

4. Hoses shall be comprised of:

a. A 2-foot electrically conductive whip hose rated for a minimum of 5000 psig operating pressure and 20,000 psig burst pressure, bonded to a 3/8-inch vent hose of the same specifications as the flow hose.

b. An electrically conductive main hose rated for a minimum of 5000 psig operating pressure and 20,000 psig burst pressure of sufficient length to reach the fueling receptacle on the vehicles yet not touch the ground when the hose is disconnected, bonded to a 3/8-inch vent hose of the same specifications as the flow hose.

c. Total hose length is to be maximum 18 feet or as required by code. The Owner will advise preferred length prior to shipping.

5. Flow and vent hoses shall be equipped with an OPW ILB (in line breakaway), in-line stainless steel breakaway connection to limit longitudinal hose tension to the level currently stipulated by NFPA 52.

6. A hose retractor and a holster are required for each hose to ensure that an 18' long hose does not touch the ground. Hose retractor cable shall be breakaway type.

7. Vent hoses shall be tubed away from the vehicle and vented above the dispenser.

PART 3 - EXECUTION

3.01 INSTALLATION

A. Refer to Section 180000, General, for general installation requirements.

Page 161: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 15 185400

CNG Gas Control, Storage and Dispensing Equipment

ES19-0001F CNG Fueling Equipment

3.02 SHOP AND FIELD QUALITY CONTROL

A. Shop Testing – Dispensers:

1. Cycle valves under maximum operating pressure by actuating solenoids.

2. Test display head reset sequence and totalizers using signal generator on Micro Motion electronics.

3. Hose assemblies shall be pressure tested with dispensers.

B. Shop Testing – Storage: As required by governing codes, standards and best industry practice.

C. Field Testing During Commissioning:

1. Mechanical reliability of componentry based on a minimum of 50 fills per dispenser or 10 days operation, whichever occurs first.

2. Verification of controls logic and wiring to confirm operation in accordance with all equipment supplier and sub-supplier requirements and section 185500.

3. Verification of safety and control device calibration, operation and program logic. The CNG Equipment Supplier shall submit a calibration procedure for acceptance by the Owner—this calibration will require the use of a master calibrated meter supply by the meter manufacturer.

4. Accurate and repeatable measurement based on a minimum of 50 fills per dispenser or 10 days operation, whichever occurs first. (not including defueling panel).

5. The CNG Equipment Supplier shall perform tests for Owner and the local regulatory agency to prove that fast fill dispensers shut down with excessive flow rates, fill volume or sudden loss of pressure as part of the site testing during commissioning.

6. Fast fill dispenser calibration. END OF SECTION - 185400

Page 162: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 1 185500

Electrical and Computerized Control Systems

ES19-0001F CNG Fueling Equipment

PART 1 - GENERAL

1.01 SUMMARY

A. Section includes:

1. The control system work required in the manufacturing of the Compressed Natural Gas Station Equipment.

2. The Work includes but is not limited to the design, integration, supply, programming and installation on equipment skids of electrical and control equipment and materials. The Work consists generally of the complete fabrication and programming of the natural gas fueling equipment and control systems.

B. Related Sections:

1. Section 180000 - All

1.02 QUALITY ASSURANCE

A. Manufacturer Qualifications: Equipment manufacturers shall have at least 5 years of experience in design, integration, manufacturing and programming of products and accessories similar to those specified for this Project, with a record of successful in-service performance.

B. The CNG Equipment Supplier shall design, supply and program all MCC, MCP, UCP, dryer and other PLC control panels. If a third-party supplier of these panels is used, that third party shall construct these panels under the direction of all other equipment sub-suppliers and the CNG Equipment Supplier. The CNG Equipment Supplier shall take full responsibility for the construction, integration and programming of all instrumentation and control equipment.

1.03 SUBMITTALS

A. Submit in accordance with Section 180000, General:

1. Product data for all components of control system.

2. Qualification: CNG Equipment Supplier’s controls project list.

Page 163: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 2 185500

Electrical and Computerized Control Systems

ES19-0001F CNG Fueling Equipment

PART 2 - PRODUCTS

2.01 SYSTEM DESCRIPTION AND PERFORMANCE OF ELECTRICAL AND COMPUTER CONTROLS

A. Substitutions:

1. Follow the requirements of Section 180000-2.01.C.

B. Power Distribution and Control Panels: Panels shall meet seismic requirements of site location.

1. All panels will be mounted outdoors in a wet and humid climate. The panels shall be designed to be weather resistant by way of panel rating (NEMA 3R minimum) and all panels shall include internal thermostat-controlled forced air convention heaters. Panels will be installed in a non-hazardous area. All panels and all sections of panels shall include an internal LED light in each panel section that is controlled by a manual switch.

2. Power distribution panels shall be sized and equipped to service all existing and future equipment as outlined herein.

3. MCC is to be sized to provide motor control and be fully equipped for control of three compressors. MCC shall have a minimum rating of 1200 Amps at 480 Volts and shall include a 1200 Amp lockable breaker or switch on the incoming feed. MCC shall include a 480 VAC surge suppression system with leads not exceeding 18 inches from the load side of the 1200 Amp disconnect.

4. SCR starters and lockable breakers for the CNG main compressor motors. SCRs shall be heavy duty rated with an integral bypass contactor to engage once motors reach full operating speed.

5. Lockable breakers (not fuses) for all 480 VAC loads.

6. Full voltage starters for fans, air compressors, and pumps.

7. Disconnects and contactors for compressor heaters.

8. Lockable breaker and contactor to power, and remove power on ESD, from the CNG dryer.

C. CNG Equipment Supplier shall provide a Unit Control Panel (UCP) on duplex compressor package (one UCP per duplex package is acceptable) and a Master Control Panel (MCP) to provide overall station control.

Proposers are permitted to provide a solution utilizing a master PLC in the MCP with networked PLCs in each UCP. An Operator Interface is required on both the UCP and MCP. The CNG Dryer shall include its own PLC networked to the MCP PLC. The compressors and controls shall be designed to allow compressors to operate without the MCP PLC in “local” mode.

Page 164: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 3 185500

Electrical and Computerized Control Systems

ES19-0001F CNG Fueling Equipment

Proposers are also permitted to provide a solution utilizing a master PLC in the MCP with remote I/O rather than networked PLC in each UCP. An Operator Interface is still required on both the UCP and MCP. The CNG Dryer shall include its own PLC networked to the MCP PLC. A backup master PLC power supply, CPU and Communications card(s) shall be supplied and programmed so it automatically takes over control of all station equipment in the event of a failure in the primary CPU or loss of program.

1. General:

a. The Master Control Panel shall be designed to provide centralized station monitoring and control functions. The panel shall be generously sized to allow it to be used as a central pull point for control systems in the facility. Minimum panel size is to be 72” wide x 24” deep x 84’ high.

b. The MCP shall be designed and equipped to integrate all of the equipment as specified herein.

c. The Master Control Panel shall control all dispensing operations, normal compressor start/stop and the utilization of all compressors. Dispensers that provide their own temperature compensation shall be permitted.

2. MCP and UCP General Requirements:

a. MCP shall be designed and equipped to control all existing equipment plus one additional (future) compressor.

b. MCP shall house the master PLC and all global station controls as well as the UPS.

c. MCP shall house the internal and external network communications equipment to network all PLCs, operator interfaces and dispensers—this shall include all required Ethernet and RS 485 communications hardware and configuration.

The physical connection of the station equipment to the Owner or third-party network will be by others, however, the CNG Equipment Supplier shall include all required support time to facilitate communications protocols and other settings and programming that may be required.

d. An off/on selector switch shall be provided for each of three compressors on the face of the MCP hard wired to the MCP PLC and its status communicated to the respective UCP PLC via the Ethernet Network.

e. An off/on selector switch shall be provided for each fast fill dispenser on the face of the MCP. This shall include two Combo dispensers.

f. An off/on selector switch shall be provided for time-fill on the face of the MCP. This shall include one switch to turn off or on all time fill activity.

Page 165: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 4 185500

Electrical and Computerized Control Systems

ES19-0001F CNG Fueling Equipment

g. A keyed alarm acknowledge pushbutton shall be provided on the face of the MCP hard wired to the MCP PLC. A reset pushbutton shall be provided on the face of the MCP hard wired to the MCP PLC.

h. A horn strobe to indicate station fault shall be powered by an output on the Master PLC. This horn strobe shall be equipped for mounting 5 feet above the MCP and shall include a green light (fully operational station), amber strobe (station fault) and a red strobe (ESD).

i. An ESD button and light and ESD rest shall be provided on the MCP or MCC.

j. A global station fault light shall be provided on the MCP.

3. Proposers shall provide a description in their proposal outlining how they will provide network security for all PLCs and Operator interfaces to minimize the vulnerability of this equipment and any connected Owner equipment.

The CNG Equipment Supplier shall include all hardware and software fully configured to provide Network Security and shall support the Owner’s network support staff in integrating this equipment with the Owner’s other equipment and security protocols.

4. Compressor and dryer UCPs shall be equipped with a panel mounted, NEMA 4 and Class 1, Division 2, Group D rated, color LCD displays (Operator Interfaces), suitable for the ambient temperature range, readable in sunlight or darkness, and installed such that the panel electrical rating is not compromised. The display used in all control panels shall be of the same manufacturer and model number. Outdoor displays shall include a sun and rain shield. Displays shall be connected to the Ethernet network. Note that the use of the operator interface on the dryer is optional provided the dryer provide all status outputs as required in Section 185100, Single Tower CNG Dryer. Minimum size to be 7-inch. Operator interfaces to be web enabled and configured to allow remote viewing and navigation through all screens using a smart phone or tablet.

5. The MCP Operator Interface shall allow the operator to select 0, 1, 2, or 3 compressors allowed to operate, however, the MCP PLC shall be programmed with the ability to determine and operate a lower number of compressors that will meet current station demand while minimizing compressor cycling. Minimum size to be 12-inch. Operator interfaces to be web enabled and configured to allow remote viewing and navigation through all screens using a smart phone or tablet.

a. The startup logic for compressors should not start any compressor until the storage is sufficiently depleted and at least one vehicle is still fueling, or the time fill pressure has dropped below its threshold.

b. A second compressor shall not be started unless the storage or time-fill is below a preset lower start limit.

Page 166: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 5 185500

Electrical and Computerized Control Systems

ES19-0001F CNG Fueling Equipment

c. The MCP shall check the time-fill pressure at a user settable time (initially 05:00) to determine whether vehicle tank pressures have reduced due to cooling sufficiently to allow a “top off”. If the controls determine that additional capacity is available, the station will start a user defined number of compressors (initially 1) to top off the vehicles to the temperature compensated value.

d. The sequence shall time delay the start of a subsequent compressor by approximately two minutes under any compressor start scenario.

e. The MCP Operator Interface shall be equipped with a 24 hour by 7 day matrix and associated control programming to allow the Owner to specify a maximum number of compressors permitted to operate in any one hour period over the course of a week. The range of values shall be 0 to 3 for any hour.

6. The MCP Operator Interface shall provide real time display including as a minimum:

a. Screen layout and content to be approved by the Owner.

b. Station Graphic--Main screen to display general station parameters including time, inlet gas pressure, ambient temperature, pilot gas pressure, dryer dewpoint and status, compressor status and hours, cascade bank pressures, dispenser status, time-fill pressure and status, ESD status.

c. ESD screen to indicate which button was pressed.

d. Compressor Graphic--Compressor screens to provide all analog and discrete I/O for each compressor and the total and loaded run hours for each compressor.

e. Time-Fill Panel Graphic— One panel screen to provide all analog and discrete I/O for panel and for each of the 3 time-fill barricades, and daily, monthly and running totals on each of the 3 time-fill meters.

f. Cascade Priority, ESD and Time Fill Precedence Panel Graphic--One priority fill screen to provide all analog and discrete I/O for panel.

g. Dispenser Graphic--Four dispenser screens to display the initial, current, target and final pressures, the flow dispensed, the two pressure transducer readings, and the status/fault for each hose.

h. Proposers shall describe in detail what trending capabilities the proposed equipment will include. Sample screens shall be supplied with the proposal.

7. The compressor UCP display shall indicate as a minimum:

a. Screen layout and content to be approved by the Owner.

Page 167: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 6 185500

Electrical and Computerized Control Systems

ES19-0001F CNG Fueling Equipment

b. Compressor Graphic--Compressor screens to provide all analog and discrete I/O for each compressor and the total and loaded run hours for each compressor. The Owner shall review and approve the design to ensure the quality and quantity of information on the screen meets the needs for the maintenance personnel.

c. A manual force on/force off button for each cooling fan to provide ventilation to the area in the event that gas is to be vented and to test the fan.

8. UCP and the gas dryer control panels shall be NEMA 4 panels, factory mounted and wired on the equipment skid.

9. PLC power and power to displays shall be protected by an uninterruptible power supply (UPS) and surge suppression. PLC CPUs, operator interfaces and ESD circuits shall be maintained for a minimum of 30 minutes under a power outage event and shall automatically restart the system if power is restored within that time unless a fault is present. This UPS shall be of the Double Conversion on-line type or equal such that voltage does not dip on power interruption. The station shall not shut down on ESD if an interruption of up to 30 minutes occurs.

10. Power to dispenser meters and display heads, intrinsic barriers, power supplies and transformers and solid state control devices shall be protected with surge suppressors across hot, ground and neutral, at its source.

11. The MCP PLC shall control lead-lag start and stop control of gas compressors which are "on-line". This system shall be designed to equalize operating hours on all machines, by starting the machine with the fewest hours first.

Controls shall include a deferred priority function on the Operator Interface to allow the Owner to select which compressor is to be deferred and by a user settable number of hours. For example, the Owner would have the option of deferring compressor B by 200 hours so that maintenance intervals do not happen simultaneously on both compressors.

12. The MCP PLC shall start an additional "on-line" compressor, when available, to replace a machine which has been automatically shut down for fault conditions.

D. PLC Requirements:

1. All PLCs shall be the same model and shall include the same CPU. The dryer shall be the same make and model as other PLCs and it shall communicate with the MCP PLC by Ethernet.

2. PLC power supplies shall be the largest output to power all current and spare I/O.

Page 168: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 7 185500

Electrical and Computerized Control Systems

ES19-0001F CNG Fueling Equipment

3. I/O cards shall be selected to provide a minimum of 20 percent additional, unused channels which shall be wired to the terminal strip. A minimum of four spare slots shall be provided on each PLC for future needs.

E. PLC Controlled CNG Station Fault Shutdowns:

1. Dryer Shutdowns:

a. Dryer outlet high humidity

b. Blower motor overload

c. High cooler discharge temperature

d. High heater skin temperature

e. High heater chamber temperature

f. Transducer, thermocouple or RTD failure (i.e. broken wire or shorted)

g. Heat detector alarm

2. Compressor Shutdowns:

a. Low oil pressure

b. High oil temperature

c. Low suction pressure

d. High suction pressure

e. High interstage and discharge temperature set at or below 325 °F

f. High crankcase pressure (if applicable)

g. High interstage and recovery tank pressure

h. Normal discharge pressure 0-6,000 psig range set at 4,500 psig

i. High discharge pressure 0-6,000 psig range set at 4,700 psig

j. Transducer, thermocouple or RTD failure (i.e. broken wire, or shorted)

k. High vibration in compressor

l. High vibration in cooler fan

m. Low lube flow rate (if applicable).

n. High LEL.

Page 169: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 8 185500

Electrical and Computerized Control Systems

ES19-0001F CNG Fueling Equipment

3. Electric Motor Shutdowns:

a. High winding temperature

b. Overcurrent

c. Contactor/SCR fault

4. Dispenser Shutdowns:

a. Excess flow rate

b. Excess fill amount

c. Sudden loss of pressure

d. Transducer, thermocouple or RTD failure (i.e. broken wire or shorted)

e. High vibration in dispenser—causing an ESD for dispenser vibration switch only.

5. Time-Fill Shutdowns:

a. Failure to build pressure

b. Transducer, thermocouple or RTD failure (i.e. broken wire or shorted)

6. Buffer Storage System Shutdowns: Transducer, thermocouple or RTD failure (i.e. broken wire or shorted)

7. General Shutdowns:

a. Emergency shutdown buttons.

b. Low or high station inlet pressure—a transducer is required on the inlet piping downstream of the station ESD valve.

c. Pilot gas system low or high pressure.

F. Control System Interface to the standby power system:

1. The CNG Equipment Supplier shall supply the MCP PLC I/O, wiring terminations, programming and testing to interface to the standby generator system (ATS and Generator by others) as follows:

a. A signal from the ATS to indicate that the switch is on standby power and that standby power is available for compressor operation.

b. A signal from the ATS to indicate that the switch is on utility power.

c. A signal from the ATS to indicate a switch from standby to line power is imminent in some timed period (10 to 30 seconds).

Page 170: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 9 185500

Electrical and Computerized Control Systems

ES19-0001F CNG Fueling Equipment

d. Three spare discrete inputs to address other undefined standby power system status relays.

2. The station shall be configured and programmed to:

a. Automatically, safely shut down in the event of a power outage, without causing relief valves to vent or any damage to any equipment.

b. Automatically and without personnel intervention restart the equipment when standby or utility power is available. All restarts should be staged so there is a programmable intervals of one to five minutes between the start of each compressor.

c. Match the number of compressors operating to both the station required load and the capacity of generators on line.

d. Limit the number of compressors allowed to operate to the capacity of the generator.

e. Shut down the system when a transition back to line power is imminent.

f. Automatically and without personnel intervention restart the system when line power is restored for more than a user defined period of time (1 to 5 minutes).

G. Additional Control System Design Requirements:

1. Inputs shall be wired fail-safe (circuit to open on fault condition).

2. In the case of 4-20mA inputs, the PLC shall be configured for 0-20mA inputs to determine if an input is a zero drift (typically 3.6 to 4 mA) or if there is a broken wire (<3.6mA). A reading of 20.5 mA shall be interpreted as a short circuit.

3. Thermocouple inputs shall be configured so that a broken wire situation is identified and annunciated.

4. Output channels on PLC cards shall be de-energized in the event of an ESD, causing devices such as valves and contactors/motor starters to go to their safe, unpowered condition.

5. Controls shall be organized in a "first out" sequence. The controls react to the first of a possible series of sequential faults, shut the equipment down and lock out subsequent faults.

H. Emergency Shut Down (ESD) System Requirements

1. Hardware Requirements:

a. The ESD system shall operate on 120VAC.

Page 171: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 10 185500

Electrical and Computerized Control Systems

ES19-0001F CNG Fueling Equipment

b. Buttons shall be red maintained contact mushroom type. Each ESD button shall be equipped with two Normally Closed (NC) contacts. The first NC contact shall be hardwired in series with the other station ESDs and the master start pushbutton located on the face of the MCP or MCC. The second NC contact shall be hardwired as an independent input to the MCP PLC—the PLC will display and log which button was pressed.

c. Buttons shall all include a protector (recessed button) to minimize inadvertent activation.

2. Buttons shall be provided as follows:

a. One button on the MCP, one on the compressor UCP, one on the gas dryer UCP, and one button at each valve control panel.

b. One button at each fast fill dispenser.

c. Each dispenser shall be equipped with an internally installed vibration switch in series with the ESD button.

d. Twelve additional loose buttons which will be installed by others at locations to be determined.

3. The system shall perform as follows:

a. Power is removed from all motor contactors and the main motor starters.

b. The power is removed from all solenoid valves, and hence the following valves close automatically:

1) Station inlet valve

2) Compressor suction valves

3) Time-fill control and priority/storage panel high pressure line valves

4) Dispenser end high pressure line valves

c. The following valves open automatically:

1) Compressor drains (unloaders) and/or compressor bypass valves.

d. The station inlet valve will be controlled by the PLC and will open only when one or more compressors are required to operate. The valve will remain closed when no compressors are operating.

I. The compressor packages shall have a local IR Combustible Gas Detection System with two detectors per duplex package. Requirements:

1. Detectors are to be Class I, Division 1 rated.

Page 172: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Page 11 185500

Electrical and Computerized Control Systems

ES19-0001F CNG Fueling Equipment

2. Combustible gas detection units shall be installed in the compressor enclosure and wired to the UCP.

3. The combustible gas detection unit shall be an Infrared (IR) type, and shall include internal diagnostics to confirm that the lens is not dirty.

4. The unit shall have a local LED or LCD readout (suitable for outdoor use) in percent LEL.

5. The unit shall have 120V rated relay contacts for 20 percent and 50 percent LEL.

a. A 20 percent LEL signal from the detector to the UCP in a compressor will cause the immediate shutdown of the adjacent compressor and starting that compressor’s enclosure exhaust fan.

b. A 50 percent LEL signal from the detector to the UCP in a compressor will cause a shutdown of the both compressors.

6. The unit shall have a 4-20 mA output in percent LEL.

J. Fuel Management System

1. Not included at this time.

K. Systems Control And Data Acquisition (SCADA) System Requirements:

1. Not included at this time.

2.02 MANUFACTURERS

A. Control System Equipment shall be designed, manufactured, programmed, commissioned, and documented by:

1. ANGI Energy

2. JW Energy

PART 3 - EXECUTION

3.01 INSTALLATION

A. Refer to Section 18000, General, for general installation requirements. END OF SECTION - 185500

Page 173: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

PART 5 – REFERENCE DRAWINGS

Page 174: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009
Page 175: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009
Page 176: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009
Page 177: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009
Page 178: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009
Page 179: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

APPENDIX A

Signature Page

Price Proposal Form

Technical Equipment Forms

Certificate of Insurance Requirements (delete if not required)

Sample Contract

Small Business Enterprise

Contractor Pre-Work Form

Page 180: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Form No. SPEC-080A Revised: 06/27/18

SIGNATURE PAGE

CITY OF TACOMA ENVIRONMENTAL SERVICES DEPARTMENT / SCIENCE AND ENGINEERING DIVISION

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 Procurement & Payables Division, located in the Tacoma Public Utilities Administration Building North, 4th Floor, at 3628 South 35th Street, Tacoma, WA 98409. See the Request for Proposals page near the beginning of the specification for additional details.

REQUEST FOR PROPOSALS SPECIFICATION NO. ES19-0001F CNG Fueling Equipment Procurement

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.)

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

THIS PAGE MUST BE SIGNED AND RETURNED WITH SUBMITTAL.

Page 181: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Quote Date:

Completion Date:

Item # General DescriptionCost per Unit (filled

in by Proposer )Number of

UnitsExtended Cost

CNG Dryer

1.0 Single Tower Manually Regenerated CNG Dryer 1 $ -

CNG Compressors

2.0Fully Packaged fully enclosed CNG Compressors complete with UCP--two compressors in one duplex package--price per duplex package

1 $ -

CNG Storage

3.0Minimum capacity to be total of 70,000 scf at 4500 psig with a pressure rating of 5500 psig. Tubes to be arranged two wide x three high for 23 foot long tubes. Price for complete assembly.

1 $ -

ESD, Priority and Time Fill Control Systems

4.0Electronic Controlled Cascade Priority Fill, ESD and Time Fill Precedence Valve Panel.

1 $ -

4.1Electronic Controlled CNG Time-Fill Control and Metering panel with external panel bypass.

1 $ -

CNG Dispensers

5.0 Combo Dual Hose Single Meter Heavy and Light Vehicle Dispenser. 2 $ -

5.1 Dual Hose Time Fill Dispensing Post 24 $ -

5.2 Single Hose Time Fill Dispensing Post 1 $ -

5.3 Replacement hoses (without valves and breakaways) for existing time fill 51 $ -

5.4 Sample time fill hoses--lot price for 3 hoses 1 $ -

5.5 2 filter (in series) Time Fill Barricade filter assembly. 3 $ -

5.6 3 filter Cascade filter assembly installed at Priority Panel. 1 $ -

5.7 1 filter Time Fill filter assembly installed at Time Fill Control Panel. 1 $ -

5.8Defueling system including all required panels with stainless steel stands, defuel hose, all associated and required controls.

1 $ -

5.9 50 foot long vehicle to vehicle fuel transfer hose. 2 $ -

Power and Controls Equipment

6.0Outdoor rated Motor Control Center/Motor Starter Panel including all 480 VAC distribution, breakers, motor control, capacitors, controls transformer.

1 $ -

6.1Outdoor rated Master Control Panel housing the master PLC, UPS and related systems.

1 $ -

Fluid Management System

7.0 Not in scope.

Miscellaneous Station Components-supplied crated FOB site.8.0 6" ANSI 150 fire rated lockable ball valve 2 $ - 8.1 6" ANSI 150 fire rated NC Actuated ball valve with solenoid valve. 1 $ - 8.2 6" ANSI 150 wafer style check valve. 2 $ - 8.3 6" ANSI 150 witches hat strainer. 1 $ - 8.4 Dryer Inlet/Outlet ANSI 150 stainless steel flexible connector. 2 $ -

Proposers are required to insert information into the bright green filled cells. (as applicable)

Proposers must check all quantities and calculations to ensure that all pricing is accurate

and complete.

The Owner reserves the right to use either lump sum or per item pricing in the event of a

discrepancy.

Proposal PageCity of Tacoma Specification No. ES19-0001FWe, the undersigned, hereby agree to furnish the following F.O.B. City of Tacoma Solid Waste Management Transfer and Recovery Center, 3510 South Mullen Street, Tacoma, WA 98409, frieght paid and allowed.

Bidder shall submit one original and five copies. If the bidder wishes to offer alternate submittals, copy of the appropriate specification pages and provide any alternate submittals in a separate envelope.

SCHEDULE OF VALUESCNG STATION Page 1 of 3

Page 182: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Item # General DescriptionCost per Unit (filled

in by Proposer )Number of

UnitsExtended Cost

8.5 Compressor Inlet ANSI 150 stainless steel flexible connector. 2 $ -

8.6 Compressor Inlet ANSI 150 regulator assembly--1 assembly per compressor. 2 $ -

8.7 0 to 100 psig gauge, transducer and isolation/service valve assembly. 1 $ - 8.8 1 to 100 psig gauge and isolation/service valve assembly. 3 $ -

8.9Pilot gas regulator/receiver/control assembly--high pressure inlet with redundant regulators.

1 $ -

8.10 1" 6000 psig 3 piece lockable ball valves with Parflange ends or adapters. 8 $ -

8.11 $ - 8.12 Loose ESD Buttons -- explosion proof 16 $ -

Subtotal Equipment Cost $ -

SCHEDULE OF VALUESCNG STATION Page 2 of 3

Page 183: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Item # General DescriptionCost per Unit (filled

in by Proposer )Number of

UnitsExtended Cost

CNG Station Equipment Supplier Services10.0 Freight for all equipment to site--include multiple trips if required. 1 $ - 10.1 Site Startup and Commissioning 1 $ - 10.2 Training 1 $ - 10.3 100 hour return to site for inspection and filter change 1 $ - 10.4 Other--please specify what the services are. 1 $ - 10.5 1 $ - 10.6 1 $ -

Subtotal Services Cost $ - Project Totals

30.9 Grand Total Base Bid $ -

1 Maintenance contract--see next sheet.

2 $ - 3 $ - 4 $ - 5 $ -

CNG Station Alternates/Options-including all freight, startup and commissioning costs and all other costs. City of Tacoma will add its selected option proposal prices to the Base Proposal Price to determine the total

proposal price for proposal evaluation purposes.

SCHEDULE OF VALUESCNG STATION Page 3 of 3

Page 184: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Quote Date:

Average Diesel Fill per Truck per Day

30

Maintenance Pricing-General

Year 1 to 5 Operation and Maintenance Contract Option

Year Number of Trucks Projected Annual Volume in MCF

Baseline monthly cost in dollars:

(see Note 1)

Per MCF Throughput Cost

adjustment factor in dollars

(see Note 1)

Proposers are required to insert information into the bright green filled cells. (as applicable)

Proposers must check all quantities and calculations to ensure that all pricing is accurate and complete.

The Owner reserves the right to use either lump sum or per item pricing in the event of a discrepancy.

Proposal PageCity of Tacoma Specification No. ES19-001F--Operations and Maintenance OptionWe, the undersigned, hereby agree to furnish the following F.O.B. City of Tacoma Solid Waste Management Transfer and Recovery Center, 3510 South Mullen Street, Tacoma, WA 98409, frieght paid and allowed.

Bidder shall submit one original and five copies. If the bidder wishes to offer alternate submittals, copy of the appropriate specification pages and provide any alternate submittals in a separate envelope.

Note that Operations, Maintenance and Repair Contract prices are inclusive of all materials, labor, training, freight, taxes, bonding, insurance, administration, management, yearly price escalation and all other costs that might be applicable to fully implement the specified scope. Scope shall include all service required or recommended by equipment and component manufacturers and by current industry best practice as well as all other

scope items as outlined in this bid specification.

To be selected by the City of Tacoma by date of contract acceptance

Out of Scope Work

Page 185: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Hourly rate fully loaded and including tools and

truck. Markup on parts.

1 45 46,448 2 46 47,480

Option Year 1 57 58,834 Option Year 2 67 69,155 Option Year 3 75 77,413

Notes:

1

2 The City may adjust the discount factor below to determine the present value of each proposal.

City use only:3%

2 year sum of payments: -$ 2 Year NPV: -$

5 year sum of payments: -$ -$

Billing will be based on the Baseline monthly cost adjusted up or down to account for increased or decreased monthly throughput compared to the projected annual volume divided by 12. The adjustment factor will be multiplied by the MCF of throughput as indicated on the utility invoice. Billing will be made for the previous month upon receipt of the utility invoice.

Insert discount factor:

5 year NPV:

Page 186: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Equipment Forms

Page 187: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

TECHNICAL DATA FORMSCNG STATION

189000 - 1

Item # Item Description: Base Specification Compliant

1 Manufacturer:2 Model:3 Design Pressure (psig): 4 Flow Capacity in SCFM @ 25 psig:5 Maximum Inlet Gas Pressure (psig)6 Vessel Height: 7 Vessel Diameter:8 Pounds of Desiccant:9 Type of Desiccant:

10 Outlet Dewpoint at System Pressure: (F)

11 MMSCF between Regenerations based on specified pounds of H2O/MMSCF:

12 Regeneration Heating Time at 35 F Ambient Temperature:

13 Regeneration Cooling Time at 100F Ambient Temperature:

14 Electrical Classification: (Class and Division)15 Heater Size: (kW)16 Amp Draw During Regeneration:17 480 VAC Breaker Size Required:18 Make and Model of Control PLC:

19 Communication with MCP PLC by Ethernet or by Analog and Discrete I/O:

20 System Pressure Drop: (psi)

21 Process Inlet and Outlet Pipe Size and Type: (inches/ANSI XXX Flange)

See Next Sheet for Additional Data Requirements

Single Tower CNG Dryer Data

Page 188: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

TECHNICAL DATA FORMSCNG STATION

189000 - 2

Item # Item Description:

Compressor:

Base Specification Equipment1 Compressor Packager:2 Compressor Block Manufacturer:3 Compressor Block Model:

CNG Compressor Specifications:4 Rotating Speed: (rpm)5 Piston Stroke: (inches)6 Piston Speed: (Feet/minute)

7 Allowable Suction Range: (Minimum and Maximum Pressure in psig)

8 Flow Capacity in SCFM and Hp required @ 12 psig station inlet pressure:

9 Flow Capacity in SCFM and Hp required @ 30 psig station inlet pressure:

10 Flow Capacity in SCFM and Hp required @ 45 psig station inlet pressure:

111213 Horsepower and Speed of Main Motor: (HP/rpm)14 Main Motor-Belt Drive or Direct Coupled:15 Maximum Discharge Pressure: (psig)

16Compression Ratio and Maximum Discharge Gas Temperature -1st Stage: (Ratio/Degrees F)

17Compression Ratio and Maximum Discharge Gas Temperature -2nd Stage: (Ratio/Degrees F)

18Compression Ratio and Maximum Discharge Gas Temperature -3rd Stage: (Ratio/Degrees F)

19Compression Ratio and Maximum Discharge Gas Temperature -4th Stage: (Ratio/Degrees F)

20Compression Ratio and Maximum Discharge Gas Temperature -5th Stage: (Ratio/Degrees F)

21 Manufacturer Rod Load Rating: (pounds Compression/pounds Tension)

22 Maximum Rod Loads-1st Stage: (pounds Compression/pounds Tension)

23 Maximum Rod Loads-2nd Stage: (pounds Compression/pounds Tension)

24 Maximum Rod Loads-3rd Stage: (pounds Compression/pounds Tension)

25 Maximum Rod Loads-4th Stage: (pounds Compression/pounds Tension)

26 Maximum Rod Loads-5th Stage: (pounds Compression/pounds Tension)

27 Expected Ring Life in Intermittent CNG Service: (Hours)

Attach compressor run simulation at maximum ambient temperature and minimum, maximum and typical inlet pressure conditions. This run must indicate predicted operating pressures, heat rejection and

temperatures, rod loads and horsepower at these operating conditions. Unless otherwise specified, all data should be based on the Current (highest pressure) scenario.

CNG Compressor Data

Contractor to Complete Data:

Page 189: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

TECHNICAL DATA FORMSCNG STATION

189000 - 3

Item # Item Description:

Compressor:

Attach compressor run simulation at maximum ambient temperature and minimum, maximum and typical inlet pressure conditions. This run must indicate predicted operating pressures, heat rejection and

temperatures, rod loads and horsepower at these operating conditions. Unless otherwise specified, all data should be based on the Current (highest pressure) scenario.

CNG Compressor Data

Contractor to Complete Data:

Cooling System

30 Air Cooled: (Y/N)31 Number of Cooling Fans:32 Diameter/Hp of Cooling Fan: (inches/Hp)33 Cooling Fan Air Flow (cfm)

34 Noise Level of Cooling Fan alone at 15’ Open Field Conditions: (dbA)

35 Percent Additional Capacity to Allow for Fouling and Tube Plugging: (Percent)

36Maximum Temperature Rise in Gas above Ambient Temperature Assuming All additional Capacity is Unavailable: (ie 20% of tubes are plugged) (degrees F)

Compressor Lubrication40 Recommended Crankcase Oil41 Recommended Lubricator Oil

42 Amount of oil recaptured as a percentage of oil injected or added to the compressor: (percent)Package Information

50 Size of Blowdown Receiver: (gallons)51 Design Pressure of Blowdown Receiver: (psig)

52Estimated Pressure in Blowdown Receiver after Shutdown from Operation at Maximum Suction and Discharge Pressures: (psig)

53 Maximum Noise Level (at loudest point) at 15 feet from the compressor: (dBA)

Cooler shall meet or exceed the cooling requirements plus the overcapacity requirement as specified in Section 185200.

See Next Sheet for Additional Data Requirements

Page 190: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

TECHNICAL DATA FORMSCNG STATION

189000 -4

Item # Item Description: Contractor to Complete Data:

1 Manufacturer:2 Cylinders or Spheres:3 Design Pressure: (psig)4 Number of Vessels per Assembly:5 Outside Diameter: (inches)6 Vessel Length (cylinders only): (Feet-inches)7 Weight per vessel including supports (pounds)8 Water Capacity/Vessel: (Cubic Feet)9 Total Capacity in SCF of CNG at 4500 psig:

10 Year of Manufacture:11 Length of Each Assembly:12 Width of Each Assembly:

Buffer Storage Data

See Next Sheet for Additional Data Requirements

Page 191: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

TECHNICAL DATA FORMSCNG STATION

189000 - 5

Item # Item Description:

Size/Application: Valve Brand: Valve Model Pressure Rating (psig)

Connection Size and Type

(inches/NPT or ANSI ???

1 ½” and lower ball valve for high pressure:2 Light Duty Dispenser Flow Control Valves:3 ¾” ball valve for high pressure4 1” ball valve for high pressure5 >1” Ball Valve for inlet pressures

6

7

8910

Station Valve Data

Contractor to Complete Data:

See Next Sheet for Additional Data Requirements

Page 192: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

BID TECHNICAL DATA FORMSCNG STATION

189000 - 6

Item # Item Description:

Filter: Brand:Model and Type: (Model

#/Coalescing or Particulate or Mesh Pad)

Pressure Rating: (psig)

Flow Rating: (scfm @ XX

psig)

Filter Diameter and Height: (inches)

Connection Size and Type:

(inches/NPT or ANSI ??? Flanged)

1 Compressor Inlet Filter:

2 Compressor 2nd Stage Inlet Filter:

3 Compressor 3rd Stage Inlet Filter:

4 Compressor 4th Stage Inlet Filter:

5 Compressor Final Coalescing System-1st Filter:

6 Compressor Final Coalescing System-2nd Filter:

7 Storage Outlet Coalescing System

8 Time Fill Inlet Coalescing System at Equipment Compound End

9 Time Fill Inlet Coalescing System at Time Fill Barricade End

10

Station Filter DataContractor to Complete Data:

Page 193: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CITY OF TACOMA INSURANCE REQUIREMENTS

Insurance Requirements Revised 4/20/2018 Page 1 of 4

The Contractor (Contractor) shall obtain and maintain the minimum insurance set forth below. By requiring such minimum insurance, the City of Tacoma (City) shall not be deemed or construed to have assessed the risk that may be applicable to Contractor under this Contract. Contractor shall assess its own risks and, if it deems appropriate and /or prudent, maintain greater limits and/or broader coverage. 1. GENERAL REQUIREMENTS

The following General Requirements apply to Contractor and to Subcontractor(s) of every tier performing services or activities pursuant to the terms of this Contract. Contractor acknowledges and agrees to the following insurance requirements applicable to Contractor and Contractor’s Subcontractor(s): 1.1. City reserves the right to approve or reject the insurance provided based upon the

insurer, terms and coverage, the Certificate of Insurance, and/or endorsements.

1.2. The insurance must be written by companies licensed in the State of Washington pursuant to RCW 48 with an (A-) VII or higher in the A.M. Best's Key Rating Guide www.ambest.com.

1.3. Contractor shall keep this insurance in force during the entire term of the Contract and for thirty (30) calendar days after completion of all work required by the Contract, unless otherwise provided herein.

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

1.4.1. Be considered primary and non-contributory for all claims. 1.4.2. Contain a "Severability of Insureds”, “Separation of Interest”, or “Cross Liability” provision

and a “Waiver of Subrogation” clause in favor of City.

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

1.6. Insurance limits shown below may be written with an excess policy that follows the form of an underlying primary liability policy or an excess policy providing the required limit.

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

1.8. If coverage is approved and purchased on a “Claims-Made” basis, Contractor warrants

continuation of coverage, either through policy renewals or by the purchase of an extended reporting period endorsement as set forth below.

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

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

obtained and approved by City.

1.11. Contractor shall not allow any insurance to be cancelled or lapse during any term of this Contract, otherwise it shall constitute a material breach of the Contract, upon which City may, after giving five (5) business day notice to Contractor to correct the breach, immediately

Page 194: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CITY OF TACOMA INSURANCE REQUIREMENTS

Insurance Requirements Revised 4/20/2018 Page 2 of 4

terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith; with any sums so expended to be repaid to City by Contractor upon demand, or at the sole discretion of City, offset against funds due Contractor from City.

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

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

1.13. Insurance coverages specified in this Contract are not intended and will not be interpreted to

limit the responsibility or liability of Contractor or Subcontractor(s).

1.14. City reserves the right to review insurance requirements during any term of the Contract and to require that Contractor make reasonable adjustments when the scope of services has been expanded.

1.15. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the

Contract and no additional payment will be made by City to Contractor.

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

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

requirements set forth herein when Contractor delivers the signed Contract for the work to City. Contractor shall deliver copies of any applicable Additional Insured, Waiver of Subrogation, and primary and non-contributory endorsements. Contract or Permit number and the City Department must be shown on the Certificate of Insurance.

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

failure of City to demand verification of coverage or compliance by Contractor with these insurance requirements shall not be construed as a waiver of Contractor’s obligation to maintain such insurance.

2. SUBCONTRACTORS It is Contractor's responsibility to ensure that each subcontractor obtain and maintain adequate liability insurance coverage. Contractor shall provide evidence of such insurance upon City’s request.

3. REQUIRED INSURANCE AND LIMITS

The insurance policies shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve Contractor from liability in excess of such limits.

3.1. Commercial General Liability (CGL) Insurance

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

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

Page 195: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CITY OF TACOMA INSURANCE REQUIREMENTS

Insurance Requirements Revised 4/20/2018 Page 3 of 4

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

is performing work within fifty (50) feet of a City railroad right of way. 3.1.3 City as additional insured using ISO form endorsements CG 20 10 (04-13) and

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

3.2 Commercial Automobile Liability (CAL) Insurance

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

3.3 Workers' Compensation

Contractor shall comply with Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington, as well as any other similar coverage required for this work by applicable federal laws of other states.

3.4 Employers’ Liability (EL) (Stop-Gap) Insurance Contractor shall maintain EL coverage with limits not less than One Million Dollars ($1,000,000) each employee, One Million Dollars ($1,000,000) each accident, and One Million Dollars ($1,000,000) policy limit.

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

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

3.6 Pollution Liability (PL) Insurance

Contractor shall procure and maintain a PL or Environmental Liability policy providing coverage, including investigation and defense costs, for bodily injury and property damage, including loss of use of damaged property or of property that has been physically damaged or destroyed. Such coverage shall provide both on-site and off-site cleanup costs and cover gradual and sudden pollution, and include in its scope of coverage City damage claims for loss arising out of Contractor’s work with limits not less than One Million Dollars ($1,000,000) each occurrence and Two Million Dollars ($2,000,000) aggregate. This policy shall include Environmental Resource Damage coverage.

Page 196: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

ES19-0001F CITY OF TACOMA INSURANCE REQUIREMENTS

Insurance Requirements Revised 4/20/2018 Page 4 of 4

Such insurance may be provided on an “occurrence” or “claims-made” basis. If such coverage is provided on a “claims-made” basis, the following additional conditions must be met: 3.6.1 The policy shall include coverage for Hazardous Substance Removal. 3.6.2 The policy must contain no retroactive date, or the retroactive date must precede the

commencement date of this Contract. 3.6.3 The extended reporting period (tail) must be purchased to cover a minimum of six (6)

years beyond completion of work.

3.7 Commercial Property (CP) Insurance Contractor shall provide CP for loss or damage to any and all equipment owned by City while in the care, custody, or control of Contractor, Subcontractors, or their agents. The coverage shall be provided on an ISO special form Causes of Loss form or equivalent and shall provide full replacement cost coverage. The deductible shall not exceed Two Thousand Five Hundred Dollars ($2,500). Contractor shall be responsible for paying the deductible for the applicable coverage.

3.8 Garage Keepers Legal Liability (GKLL) Insurance

Contractor shall provide GKLL Coverage, including Physical Damage Coverage (section III, ISO policy form CA 00 05 03 10 or a more recent form) for all vehicles and/or equipment owned by City while in the care, custody, or control of Contractor. A minimum policy limit shall be the maximum value including special equipment of City owned vehicles in the care, custody, or control of Contractor at any one time. The deductible shall not exceed Two Thousand Five Hundred Dollars ($2,500). Contractor shall be responsible for paying the deductible for the applicable coverage.

3.9 Inland Marine (Cargo) Insurance

Contractor shall procure and maintain Cargo insurance. Coverage shall protect the property from all risk of injury, and coverage shall be in an amount of the full replacement cost of the property, with no coinsurance exposure. Any applicable deductible shall not exceed Five Thousand Dollars ($5,000).

3.10 Other Insurance Other insurance may be deemed appropriate to cover risks and exposures related to the scope of work or changes to the scope of work required by City. The costs of such necessary and appropriate insurance coverage shall be borne by Contractor.

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

Page 197: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

   

Revised: 1/8/2019     Page 1 of 10 

SERVICES CONTRACTStart Questionnaire Finalize Document

THIS CONTRACT, made and entered into [EFFECTIVE DATE] by and between the CITY OF TACOMA, a municipal corporation of the State of Washington (hereinafter referred to as the “CITY”), and [INSERT legal name of Supplier exactly as it appears in Ariba], (hereinafter referred to as “CONTRACTOR”);

In consideration of the mutual promises and obligations hereinafter set forth, the Parties

hereto agree as follows:

1. Scope of Services/Work

The CONTRACTOR agrees to diligently and completely perform the services and/or deliverables consisting of [INSERT A BRIEF DESCRIPTION OF THE WORK TO BE PERFORMED] as is described in Exhibit XXXXX [A, B, ETC., if needed] attached hereto and incorporated herein.

2.

3. Changes to Scope of Work

The CITY shall have the right to make changes within the general scope of services and/or deliverables upon execution in writing of a change order or amendment hereto. If the changes will result in additional work effort by CONTRACTOR, the CITY will agree to reasonably compensate the CONTRACTOR for such additional effort up to the maximum amount specified herein or as otherwise provided by City Code.

4.

5. Term

All services shall be satisfactorily completed on or before [INSERT CONTRACT TERMINATION DATE] and this Contract shall expire on said date unless mutually extended in writing by the Parties.

6.

7. Delay

Neither party shall be considered to be in default in the performance of this Contract to the extent such performance is prevented or delayed by any cause which is beyond the reasonable control of the affected party and, in such event, the time for performance shall be extended for a period equal to any time lost as a result thereof. In the event

Page 198: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

   

Revised: 1/8/2019     Page 2 of 10 

CONTRACTOR is unable to proceed due to a delay solely attributable to CITY, CONTRACTOR shall advise CITY of such delay in writing as soon as is practicable.

8. Compensation

The CITY shall compensate the CONTRACTOR for the services and deliverables performed under this Contract [in accordance with OR on the basis of] [INSERT DESCRIPTION OF COMPENSATION ARRANGEMENTS – REFERENCE EXHIBIT, TIME AND MATERIALS, LUMP SUM ETC.]

9. Not to Exceed Amount

The total price to be paid by CITY for CONTRACTOR’S full and complete performance of the Scope of Work hereunder shall not exceed $ [INSERT TOTAL AMOUNT OF CONTRACT] without the written consent of the CITY. Said price shall be the total compensation for CONTRACTOR’S performance hereunder including, but not limited to, all work, deliverables, materials, supplies, equipment, subcontractor’s fees, and all reimbursable travel and miscellaneous or incidental expenses to be incurred by CONTRACTOR. In the event the CONTRACTOR incurs cost in excess of the sum authorized for service under this Contract, the CONTRACTOR shall pay such excess from its own funds, and the CITY shall not be required to pay any part of such excess, and the CONTRACTOR shall have no claim against the CITY on account thereof.

10. Payment

CONTRACTOR shall submit XXXXXXXX {monthly, weekly, annual, Contract milestone, etc.} invoices for services completed and/or deliverables furnished during the invoice period. Upon CITY’S request, CONTRACTOR shall submit necessary and appropriate documentation, as determined by the CITY, for all invoiced services and deliverables. Payment shall be made through the CITY’S ordinary payment process, and shall be considered timely if made within 30 days of receipt of a properly completed invoice. All payments shall be subject to adjustment for any amounts, upon audit or otherwise, determined to have been improperly invoiced. The CITY may withhold payment to the CONTRACTOR for any services or deliverables not performed as required hereunder until such time as the CONTRACTOR modifies such services or deliverables to the satisfaction of the CITY.

11. Payment Method

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

Page 199: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

   

Revised: 1/8/2019     Page 3 of 10 

12. Independent Contractor Status

The services and deliverables shall be furnished by the CONTRACTOR as an independent Contractor, and nothing herein contained shall be construed to create an employer and employee relationship. The CONTRACTOR shall provide at its sole expense all materials, office space, and other necessities to perform its duties under this Contract, unless stated otherwise in this Contract. No payroll or employment taxes of any kind shall be withheld or paid by the CITY with respect to payments to CONTRACTOR. The payroll or employment taxes that are the subject of this paragraph include, but are not limited to, FICA, FUTA, federal income tax, state personal income tax, state disability insurance tax and state unemployment insurance tax. By reason of CONTRACTOR’s status as an independent Contractor hereunder, no workers' compensation insurance has been or will be obtained by the CITY on account of CONTRACTOR. CONTRACTOR may be required to provide the CITY proof of payment of these said taxes and benefits. If the CITY is assessed or deemed liable in any manner for those charges or taxes, the CONTRACTOR agrees to hold the CITY harmless from those costs, including attorney’s fees.

13. Services Warranty

The CONTRACTOR warrants that all services performed pursuant to this Contract shall be generally suitable for the use to which CITY intends to use said services and deliverables as expressed in the Scope of Work. In the performance of services under this Contract, the CONTRACTOR and its employees further agree to exercise the degree of skill and care required by customarily accepted good practices and procedures followed by professionals or service providers rendering the same or similar type of service. All obligations and services of the CONTRACTOR hereunder shall be performed diligently and completely according to such professional standards.

14.

15. Contract Administration

[INSERT NAME TITLE AND DEPARTMENT OF CONTRACT ADMINISTRATOR] for the CITY shall have primary responsibility for contract administration and approval of services to be performed by the CONTRACTOR, and shall coordinate all communications between the CONTRACTOR and the CITY.

16. Specific Personnel

If before, during, or after the execution of this Contract, CONTRACTOR represents to the CITY that certain personnel would or will be responsible for performing services and deliverables under this Contract, then the CONTRACTOR is obligated to ensure that said personnel perform said Contract services to the maximum extent permitted by law.

Page 200: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

   

Revised: 1/8/2019     Page 4 of 10 

This Contract provision shall only be waived by written authorization by the CITY, and on a case-by-case basis.

17.

18.

The CONTRACTOR shall establish and maintain records in accordance with requirements prescribed by the CITY, with respect to all matters related to the performance of this Contract. Except as otherwise authorized by the CITY, the CONTRACTOR shall retain such records for a period of ______[INSERT THE TIME THE RECORDS SHOULD BE KEPT. MOST COMMON IS 6 YEARS] years after receipt of the final payment under this Contract or termination of this Contract.

19. Notices

Except for routine operational communications, which may be delivered personally or transmitted by electronic mail all notices required hereunder shall be in writing and shall be deemed to have been duly given if delivered personally or mailed first-class mail, postage prepaid, to the parties at the following addresses:

CITY:

Name:

Title:

Address:

Telephone No.:

E-mail:

CONTRACTOR:

Name:

Title:

Address:

Telephone No.:

E-mail:

20. Termination

Except as otherwise provided herein, the CITY may terminate this Contract at any time, with or without cause, by giving ten (10) business days written notice to CONTRACTOR. In the event of termination, all finished and unfinished work prepared by the CONTRACTOR pursuant to this Contract shall be provided to the CITY. In the event CITY terminates this Contract due to the CITY’s own reasons and without cause due to the CONTRACTOR’s actions or omissions, the CITY shall pay the CONTRACTOR the amount due for actual work and services necessarily performed under this Contract up to the effective date of termination, not to exceed the total compensation set forth herein. Termination of this Contract by CITY shall not constitute a waiver of any claims or remaining rights the CITY may have against CONTRACTOR relative to performance hereunder.

Page 201: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

   

Revised: 1/8/2019     Page 5 of 10 

21. Suspension

The CITY may suspend this Contract, at its sole discretion, upon seven (7) business days’ written notice to the CONTRACTOR. Such notice shall indicate the anticipated period of suspension. Any reimbursement for expenses incurred due to the suspension shall be limited to the CONTRACTOR’S reasonable expenses and shall be subject to verification. The CONTRACTOR shall resume performance of services under this Contract without delay when the suspension period ends. Suspension of this Contract by CITY shall not constitute a waiver of any claims or remaining rights the CITY may have against CONTRACTOR relative to performance hereunder.

22. Taxes

CONTRACTOR is responsible for the payment of all charges and taxes applicable to the services performed under this Contract, and CONTRACTOR 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. If the CITY is assessed, made liable, or responsible in any manner for such charges or taxes, the CONTRACTOR holds CITY harmless from such costs, including attorney's fees. If CONTRACTOR fails to pay any taxes, assessments, penalties, or fees imposed by any governmental body, including by Tacoma City ordinance, and including by a court of law, CITY will deduct and withhold or pay over to the appropriate governmental body those unpaid amounts upon demand by the governmental body. Any such payments shall be deducted from the CONTRACTOR’s total compensation.

23. Licenses and Permits

The CONTRACTOR, at its expense, shall obtain and keep in force any and all necessary licenses and permits. The CONTRACTOR 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 applicable, CONTRACTOR must have a Washington state business license.

24. Indemnification

CONTRACTOR shall indemnify, defend, and hold harmless the CITY, its officials, officers, agents, employees, and volunteers, from any and all claims, demands, damages, lawsuits, liabilities, losses, liens, expenses and costs arising out of the subject matter of this Contract; provided that this provision shall not apply to the extent that damage or injury results from the sole negligence of the CITY, or its officers, agents, or employees. This indemnification shall extend to and include attorneys’ fees and the cost of establishing the right of indemnification hereunder in favor of the CITY. This indemnification shall survive the termination of this Contract. It is expressly agreed that with respect to design professional services performed by CONTRACTOR herein, CONTRACTOR's duty of indemnification, including the duty and cost to defend, against liability for damages arising out of such services or out of bodily

Page 202: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

   

Revised: 1/8/2019     Page 6 of 10 

injury to persons or damage to property shall, as provided in RCW 4.24.115 apply only to the extent of CONTRACTOR's negligence.

25. Title 51 Waiver

CONTRACTOR specifically assumes potential liability for actions brought by the CONTRACTOR’S own employees against the CITY and, solely for the purpose of this indemnification and defense, the CONTRACTOR specifically waives any immunity under the state industrial insurance law, Title 51 RCW. THE CONTRACTOR RECOGNIZES THAT THIS WAIVER WAS THE SUBJECT OF MUTUAL NEGOTIATION.

26. Insurance

During the course and performance of the services herein specified, CONTRACTOR will maintain the insurance coverage in the amounts and in the manner specified in the City of Tacoma Insurance Requirements as is applicable to the services and deliverables provided under this Contract. The City of Tacoma Insurance Requirements documents are fully incorporated herein by reference. Failure by City to identify a deficiency in the insurance documentation provided by Contractor or failure of City to demand verification of coverage or compliance by Contractor with these insurance requirements shall not be construed as a waiver of Contractor’s obligation to maintain such insurance.

27. Nondiscrimination

The CONTRACTOR 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 CONTRACTOR shall not discriminate in any employment action because of race, religion, creed, color, national origin or ancestry, sex, gender identity, sexual orientation, age, marital status, familial status, veteran or military status, the presence of any sensory, mental or physical disability or the use of a trained dog guide or service animal by a disabled person. In the event of non-compliance by the CONTRACTOR 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.

28. 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 CONTRACTOR shall comply with all federal, state, and City conflict of interest laws, statutes, and regulations. The CONTRACTOR represents that the CONTRACTOR presently has no interest and shall not acquire any interest, direct or indirect, in the program to which this Contract pertains which would conflict in any manner or degree with the performance of the CONTRACTOR’S services and obligations hereunder. The CONTRACTOR further covenants that, in performance of

Page 203: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

   

Revised: 1/8/2019     Page 7 of 10 

this Contract, no person having any such interest shall be employed. The CONTRACTOR 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.

29.

30. 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. In the event CITY receives a request for such disclosure, determines in its legal judgment that no applicable exemption to disclosure applies, and CONTRACTOR has complied with the requirements herein to mark all content considered to be confidential or proprietary, CITY agrees to provide CONTRACTOR ten (10) days written notice of impending release. Should legal action thereafter be initiated by CONTRACTOR to enjoin or otherwise prevent such release, all expense of any such litigation shall be borne by CONTRACTOR, including any damages, attorneys fees or costs awarded by reason of having opposed disclosure. CITY shall not be liable for any release where notice was provided and CONTRACTOR took no action to oppose the release of information. Notice of any proposed release of information pursuant to Chapter 42.56 RCW, shall be provided to CONTRACTOR according to the “Notices” provision herein.

31. Confidential or Proprietary Records Must be Marked

If CONTRACTOR provides the CITY with records that CONTRACTOR considers confidential or proprietary, CONTRACTOR must mark all applicable pages of said record(s) as “Confidential” or “Proprietary.” If CONTRACTOR fails to so mark record(s), then (1) the CITY, upon request, may release said record(s) without the need to satisfy the notice requirements above; and (2) the CONTRACTOR expressly waives its right to allege any kind of civil action or claim against the CITY pertaining to the release of said record(s).

32.

33. Approval for Release of Information Related to Contract

If requested by CITY, CONTRACTOR shall not release any information or documentation concerning the work under this Contract or any part thereof for marketing, advertising, or other commercial activities or publication including, but not

Page 204: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

   

Revised: 1/8/2019     Page 8 of 10 

limited to, news releases or professional articles without CITY’s prior written approval. CONTRACTOR may submit at any time for review and approval a generic abstract describing the component parts of the completed Scope of Services (“Project Abstract”). After receiving written approval of the Project Abstract from the CITY, the CONTRACTOR may make minor insignificant changes to the Project Abstract and use all or parts of the Project Abstract in proposals. This Section shall survive for six (6) years after the termination or expiration of this Contract.

34. 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’S right to terminate authorized by this Contract.

35. Miscellaneous Provisions

Governing Law and Venue

Washington law shall govern the interpretation of this Contract. Pierce County shall be the venue of any mediation, arbitration, or litigation arising out of this Contract.

Assignment

The CONTRACTOR shall not assign, subcontract, delegate, or transfer any obligation, interest or claim to or under this Contract or for any of the compensation due hereunder without the prior written consent of the CITY.

No Third Party Beneficiaries.

This Contract shall be for the sole benefit of the parties hereto, and nothing contained herein shall create a contractual relationship with, or create a cause of action in favor of, a third party against either party hereto.

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.

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.

Page 205: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

   

Revised: 1/8/2019     Page 9 of 10 

Entire Agreement.

This Contract and the attached Exhibits, as modified herein, contain the entire agreement between the parties as to the services to be rendered hereunder. All previous and contemporaneous agreements, representations or promises and conditions relating to the subject matter of this Contract are superseded hereby. The Parties hereto mutually acknowledge, understand and agree that the terms and conditions set forth herein shall control and prevail over any conflicting terms and conditions stated in any attachments hereto.

Modification.

No modification or amendment of this Agreement shall be effective unless set forth in writing and signed by the Parties.

Direct Solicitation and Negotiation

For service contracts valued $25,000 or less the City signature authorizes waiver of competitive solicitation by “Direct Solicitation and Negotiation” of professional and personal services in accordance with Tacoma Municipal Code 1.06.256 and the Purchasing Policy Manual.

 

Page 206: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

   

Revised: 1/8/2019     Page 10 of 10 

IN WITNESS WHEREOF, the Parties hereto have accepted and executed this Contract, as of the Effective Date stated above, which shall be Effective Date for bonding purposes as applicable. The undersigned Contractor representative, by signature below, represents and warrants they are duly authorized to execute this legally binding Contract for and on behalf of Contractor.

CITY OF TACOMA: CONTRACTOR: By: By:

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

Director of Finance: __________________ City Attorney: _______________________

Approved By: _______________________ Approved By: _______________________

Approved By: _______________________ Approved By: _______________________

Approved By: _______________________ Approved By: _______________________

Approved By: _______________________ Approved By: _______________________

Page 207: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Chapter 1.07

SMALL BUSINESS ENTERPRISE

Sections:

1.07.010 Policy and purpose.

1.07.020 Definitions.

1.07.030 Discrimination prohibited.

1.07.040 Program administration.

1.07.050 Certification.

1.07.060 Program requirements.

1.07.070 Evaluation of submittals.

1.07.080 Contract compliance.

1.07.090 Program monitoring.

1.07.100 Enforcement.

1.07.110 Remedies.

1.07.120 Unlawful acts.

1.07.130 Severability.

1.07.140 Sunset and review of program.

1.07.010 Policy and purpose.

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

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

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

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

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

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

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

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

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

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

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

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

1.07.020 Definitions.

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

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

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

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

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

with SBE certification and documentation requirements.

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

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

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

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

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

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

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

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

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

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

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

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

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

Page 208: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Tacoma Municipal Code

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

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

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

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

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

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

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

Supplies or Services.

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

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

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

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

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

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

particular Contract or for any particular geographical area.

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

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

Coordinator.

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

Development Director to administer the SBE Regulations.

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

Supplies, Services and Public Works.

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

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

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

including those set forth in the SBE Regulations.

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

City not solicited as Public Works.

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

business entity, legal representative, trustee, or receivers.

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

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

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

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

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

construction, alteration, repair, or improvement.

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

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

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

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

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

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

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

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

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

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

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

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

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

terms are defined in Section 1.06.251 TMC.

Page 209: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Tacoma Municipal Code

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

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

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

granted by the appropriate authority.

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

1.07.030 Discrimination prohibited.

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

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

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

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

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

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

recruitment of employees, or advertisement for employment.

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

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

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

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

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

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

1.07.040 Program administration.

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

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

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

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

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

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

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

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

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

the public.

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

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

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

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

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

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

1.07.050 Certification.

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

satisfied:

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

personal residence and the net worth of the business;

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

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

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

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

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

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

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

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

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

Page 210: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Tacoma Municipal Code

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

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

months prior to designation as a SBE; or

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

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

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

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

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

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

SBE Regulations, to the SBE Program Coordinator:

1. A completed Statement of Personal Net Worth form;

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

certification and documentation requirements of this section;

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

4. Description of company structure and owners;

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

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

cooperative agreement for mutual recognition of certifications.

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

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

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

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

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

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

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

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

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

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

applicable to that appeal proceeding.

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

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

1.07.060 Program requirements.

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

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

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

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

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

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

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

services procured by the City of Tacoma is 22 percent.

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

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

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

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

be in accordance with the SBE Regulations.

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

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

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

public works.

Page 211: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Tacoma Municipal Code

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

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

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

the following circumstances:

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

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

department/division awarding the contract.

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

to the City after consideration of existing budgetary approvals.

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

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

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

agreement as approved by the finance purchasing manager.

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

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

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

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

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

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

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

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

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

be.

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

1.07.070 Evaluation of submittals.

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

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

Regulations.

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

considerations:

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

works shall be counted toward achievement of the SBE goal.

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

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

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

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

commercially useful function in the process.

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

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

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

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

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

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

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

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

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

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

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

certified SBE.

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

Page 212: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Tacoma Municipal Code

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

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

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

other bid:

(Base Bid) -

SBE Usage

Percentages X (.05 X Low Base Bid)

= Evaluated Bid SBE Goal

Percentages

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

contract award.

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

contract award.

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

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

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

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

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

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

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

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

contract to be awarded shall encourage SBE participation as follows:

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

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

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

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

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

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

1.07.080 Contract compliance.

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

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

provisions apply:

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

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

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

substitution does not increase the dollar amount of the bid.

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

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

substitution does not increase the dollar amount of the bid.

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

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

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

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

records.

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

1.07.090 Program monitoring.

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

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

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

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

Page 213: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Tacoma Municipal Code

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

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

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

reasonably necessary to determine compliance.

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

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

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

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

1.07.100 Enforcement.

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

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

established in the SBE Regulations.

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

1.07.110 Remedies.

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

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

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

2. Publish notice of the contractor’s noncompliance;

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

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

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

City (debarment) per Section 1.06.279 TMC;

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

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

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

pursuant to Chapter 1.23 TMC.

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

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

development of a plan for compliance acceptable to the Director.

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

1.07.120 Unlawful acts.

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

any Person from complying with the provisions of this chapter.

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

1.07.130 Severability.

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

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

shall not be affected.

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

1.07.140 Sunset and review of program.

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

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

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

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

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

Page 214: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

Tacoma Municipal Code

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

Page 215: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

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

PRIME CONTRACTOR'S PRE-WORK FORM ______________________________________________________________________________ Company Name Telephone Address/City/State/Zip Code Specification Number Specification Title

JOB CATEGORIES SPECIFY

TOTAL EMPLOYEES

TOTAL MINORITY

EMPLOYEES

BLACK ASIAN or PACIFIC ISLANDER

AMERICAN INDIAN or

ALASKAN NATIVE

HISPANIC

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

TOTALS

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

Apprentice Trainee

TOTALS

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

CCD/SBE/FORMS revised May 2017

Page 216: SPECIFICATION NO. ES19- 0001F - Tacomacms.cityoftacoma.org/Purchasing/FormalBids/ES19-0001F.pdfES19-0001F SOLID WASTE MANAGEMENT CNG FUELING EQUIPMENT PROCUREMENT PROJECT NO. ENV-02009

INSTRUCTIONS FOR COMPLETING PRIME CONTRACTOR’S PRE-WORK FORM

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

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

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

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

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

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

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

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

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

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

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

CCD/SBE/FORMS revised May 2017