HomeMy WebLinkAboutRESPONSE - RFP - 7508 TRANSFORT COMPRESSED NATURAL GAS FUELING FACILITY ADDITIONSDated: May 31, 2013
Lead Submitting Firm:
Ward Alternative Energy, LLC
Associated Firms (key subcontractor):
CGRS, Inc.
Proposal To:
RFP 7508
TRANSFORT
COMPRESSED
NATURAL GAS
FUELING FACILITY
ADDITIONS
Table of Contents
Section Page Number
Summary of Proposal, Pricing and Option 1
Company History and Experience 2
Ward Alternative Energy Contact Information
Company Background
Name of Project Leader
Biographies of Key Personnel for the Project
Facilities & Equipment Description
Overview of Products and Services
Business Approach
References
Associated Firms (key subcontractor)
Project Description & Pricing 8
Equipment
Construction
Installation, Start-up & Training
Drawings & Manuals
Spare Parts
Project Management & QC
Warranty
Certifications
Pricing & Payment Terms
Signature Page 12
Appendix A: Buy America Form
Appendix B: Lobbying Form
Appendix C: ANGI Equipment Warranty
Appendix D: Controls/Equipment Diagram
PROPOSAL 7508 TRANSFORT COMPRESSED NATURAL
GAS FUELING FACILITY AND ADDENDUM NO. 1 1
CNG Fueling Station Proposal
Summary of Proposal, Pricing and Option
This proposal is being submitted by Ward Alternative Energy, LLC (WAE) for the sale,
installation and warranty support of additional fast-fueling dispensing and controls for the City of
Fort Collins’ existing Transfort compressed natural gas (CNG) fueling facility located on Trilby
Road (6570 Portner Rd), Fort Collins, Colorado, 80525 (the project or Project).
Pricing Organizaiton in Accordance with the RFP
Included in item 2, above.
5. Spare parts costs. See list in the Pricing subsection of this Proposal
$51,036.17
1. Cost for one additinoal CNG dual-hose dispenser,
installed as shown in Exhibit A and per the
spectifications contained in Exhibit B of the RFP and
Addendum 1.
2. Cost for additional controls per the specifications
contained in Exhibit C of the RFP and Addendum 1.
3. Cost for replacing flanged and un-flanged plug
valves with flanged ball valves in the existing gas
distribution system, per Exhibit C of the RFP.
4. Replace electronic controls with pneumatic controls
per Exhibit C of the RFP and Addendum 1.
6. Option 1: Cost for replacing our existing dispenser
with a new dispenser per the specifications contained
in Exhibit B, in lieu of replacing the electronic controls
with pneumatic controls per Item 4 above.
$94,833.13
$152,748.66
$9,398.95
PROPOSAL 7508 TRANSFORT COMPRESSED NATURAL
GAS FUELING FACILITY AND ADDENDUM NO. 1 2
Company History and Experience
Ward Alternative Energy, LLC (“WAE”)
Company Headquarters:
215 West Oak, Suite 1000
Fort Collins, CO 80521
(970) 530-2112 (main)
(970) 449-4637 (fax)
Company Operations Shop, Northern Colorado:
4900 Earhart Rd, Ward Hangar
Loveland, CO 80538
(970) 214-1385 (main)
Company Operations Shop, Denver Metro:
5660 E. 56th Avenue, Unit B
Commerce City, CO 80022
(720) 941-2791 (main)
(720) 941-4071 (fax)
Key Project Personnel:
Paul Nelson, President
Kris Kielty, VP Operations
Beau Ward, Station Operations Manager
Vanessa Cameron, Station Project Manager
Jerry Nagel, Parts & Production Manager
Company Background
WAE is based in Colorado, was formed in 2010 and began offering services and products in the natural
gas vehicle (NGV) and compressed natural gas (CNG) industry in early 2012. With its acquisition of
FuelTek in January of 2013, WAE brought in-house an operation that dates back to 1990 when FuelTek
was part of Natural Fuels Company the leader in developing CNG fueling facilities and providing vehicle
support services in Colorado. As shown in the Company and Personnel Qualifications section below.
The principals and key personnel of the company have many decades of experience in the natural gas
and CNG industry with construction and operation of most of the CNG sites built in Colorado since 1990
to their credit (e.g., six fueling locations at DIA). Currently, WAE employs 12 individuals in its Colorado
NGV and CNG related operations including six in operations, three in market development, two in
administration and one in senior management.
Ward Petroleum, a WAE affiliate, has 50 years of experience in the natural gas industry including
exploration and production of natural gas, gas gathering and marketing operations, and field
compression services.
Additional information about WAE is available at the company’s website: www.wardenergy.com.
PROPOSAL 7508 TRANSFORT COMPRESSED NATURAL
GAS FUELING FACILITY AND ADDENDUM NO. 1 3
Name of Project Leader
Kris Kielty, VP Operations, Ward Alternative Energy, LLC.
Biographies of Key Personnel For the Project
Paul Nelson has 15 years of experience in the NGV and CNG industry. He held various positions
including operations, public policy, sales/marketing, and general management at Natural Fuels Company
in the 1990s, which developed and operated dozens of CNG fueling facilities in Colorado and Wyoming
including projects and partnerships with DIA, Colorado Springs Utilities, Total Petroleum, Amoco, City of
Longmont, Xcel Energy, Black Hills Energy, RTD, among others. In 2000, he formed Blue Energy &
Technology and as its CEO raised $12 million and purchased Natural Fuels Company, the Alternative
Fuels Division of TXU Energy in Dallas, and built the company into a top 5 CNG and liquefied natural gas
fueling and vehicles services player in the US. In 2003, Mr. Nelson sold Blue Energy to ENRG Fuels and
the combined company was renamed Clean Energy Fuels. Mr. Nelson spent the next seven years at the
University of Colorado at Boulder earning two degrees in chemistry, one degree in finance and
developing two energy research centers/institutes at CU and the National Renewable Energy Laboratory.
Kris Kielty [primary project manager] has 22 years of experience in the CNG fueling station and natural
gas vehicle conversion/service industry. Kris’ positions at Natural Fuels Company (1990-2003) included
CNG fueling station maintenance, operation, and State of Colorado weights and measures certification
for public dispensers (48 private and public fuel stations); operations manager for CNG vehicle
conversion/service business; and, dispenser, compressors and controls manufacturing lead. At the
successor entities to various aspects of Natural Fuels Company (Big Clean Service and then FuelTek),
Kris was the operations manager. Kris holds many certifications and designations related to CNG fueling
stations and NGVs, as follows:
• Ford Motor Company Senior technician
• General Motors advanced electronics technician
• A.S.E. Master technician
• A.S.E. Alternate fuels certified
• A.S.E. Advanced electronic technician
• Fuel Maker (home/commercial UL rated fueling appliance) Certified
• Completed Ariel Compressor school
• Completed Ingersoll Rand compressor school
• Completed Bauer compressor school
• Completed Greenfield compressor school
• Completed Micro motion dispenser flow meter school
• Completed Kraus CNG dispenser calibration school
• State of Colorado alternative fuel certified
• C.S.A America certified fuel system inspector U 4370 A
• Allen Bradley control certified
• NGVi CNG Fueling Station Design Training
Beau Ward has 5 years of experience maintaining, repairing, setting and building natural gas
compressors at MidCon and Ward Compression Services. Beau gained valuable experience with well
head and booster station compression at MidCon for three years. Beau completed the ANGI Energy
Systems 2012 compressor technician training program, the 2013 NGVi CNG Fueling Station Design
Training, holds a bachelors degree in Business Administration from Oklahoma State University and
studied engineering at Colorado State University.
PROPOSAL 7508 TRANSFORT COMPRESSED NATURAL
GAS FUELING FACILITY AND ADDENDUM NO. 1 4
Vanessa Cameron has spent the past 20 years in the oil and natural gas industry with various financial
and operations positions at NICOR, Anadarko Midstream, E3 Consulting, Duke Energy Field Services,
Samson Resources, Natural Fuels/Blue Energy, among others. She holds a Master of Environmental
Policy and Management, University of Denver and a Bachelor of Arts, International Studies, Ohio State
University.
Jerry Nagel has 20 years of experience with Cummins Rocky Mountain managing power generation and
other projects including all components procurement, scheduling subcontractors and related work. Mr.
Nagel joined WAE in January of 2013.
Facilities & Equipment Description
WAE has factory trained personnel on staff to provide warranty support to the CNG fueling facility
equipment in accordance with the requirements of the RFP. WAE CNG fueling station technicians are
based in Colorado.
WAE maintains a 24/7 communications system in order to be available and respond to repair needs in
the time-frame specified in this proposal. WAE operates four service vehicles in Colorado with the
necessary tools for supporting the CNG fueling station warranty requirements. Each of these vehicles
operates on compressed natural gas. In addition, fittings and components relevant for CNG fueling
station support services are stocked at the WAE Commerce City, Colorado, and Loveland operations
facilities. Also, significant metal-working, welding, and other equipment are located at these facilities.
Overview of Products & Services
WAE’s specific CNG products and services include:
• Low cost natural gas vehicle fuel for fleet vehicles from:
o WAE owned stations located at customer fleet sites and
o WAE owned public-access stations located near a fleet’s site or vehicle routes
• Design/build services for fleet owned on-site fueling stations
• Upgrades for fleet NGV maintenance & repair facilities,
• Operation and maintenance services for fleet owned on-site fueling stations,
• Supplemental fueling services for fleet on-site fueling stations (e.g., emergency vehicle
off-load and back-up fueling),
• Vehicle conversion, heavy-duty vehicle fuel storage/delivery systems & specialty products,
and
• Resources and connections for a successful NGV fleet experience.
Approach to Business
WAE provides natural gas vehicle fuel and fueling station services, energy for today's fleet
vehicles. We know our customers are leaders in their industries and experts at managing their
vehicles. As the fleet partner, we focus on supplying natural gas vehicle fuel, addressing fueling
equipment and service needs and making connections to resources for a successful transition to
natural gas.
Our business culture and philosophy is focused on customer service. Since we consider
ourselves a fleet partner, we care as much as they do about each vehicle being fueled safely and
on-schedule every day. This core value drives our commitment to 24/7/365 monitoring, technical
PROPOSAL 7508 TRANSFORT COMPRESSED NATURAL
GAS FUELING FACILITY AND ADDENDUM NO. 1 5
service and local support for each natural gas fueling station with which we are associated. We
only develop our fueling stations and offer services for our customers' fueling stations in
geographic areas where we have personnel and operations on the ground including Colorado.
And, WAE is committed to being a strong collaborator with NGV market development
stakeholders.
References
WAE has provided CNG fueling facilities products and services to the following organizations over the
past two years:
a. Colorado Springs Utilities/City of Colorado Springs
Mark Johnson, P.E.
Colorado Springs Utilities
ECOM Energy Technical Services
V: (719) 668-3630
F: (719) 668-3379
Email: mjohnson@csu.org
Contract Number: 201214939
Contract Title: Refurbish the Compressed Natural Gas Fueling Station at the East Service
Center.
Anticipated Future Contract: Site operations and maintenance agreement.
b. City of Fort Collins
Doug Clapp (buyer/purchasing)
Email: dclapp@fcgov.com
Ph# 970-221-6776
Tracy Ochsner (fleet & facilities manager)
Email: tochsner@fcgov.com
Ph# 970-224-6061
Contract Description: Services Agreement 7384, Transfort CNG Site Maintenance
Contractor (operations & maintenance services). Bid number was the same as the
contract number/description.
c. Weld County
Toby Taylor
915 Tenth Street
Greeley, CO 80631
970-304-6531
Email: ttaylor@co.weld.co.us
Contract Number/Description: CNG Fuel Site Maintenance/Purchase Order PL1200489
(original bid number: #B1200125).
d. Western Disposal Services
Contact: Mike Seader, Boulder, Colorado.
Telephone: 303-444-2037
Email: mseader@westerndisposal.com
Contract Title: CNG Station Preventive Maintenance Contract
e. University of Denver, Denver, Colorado.
Contact: Don Auman
PROPOSAL 7508 TRANSFORT COMPRESSED NATURAL
GAS FUELING FACILITY AND ADDENDUM NO. 1 6
Telephone: 303-871-3219
Email address: don.auman@du.edu
Type of relationship: CNG station equipment installation & maintenance services.
Associated Firms (key subcontractor)
WAE intends to utilize subcontractors to perform various tasks associated with installing the CNG fueling
equipment described in this proposal. Examples of types of companies include electricians, plumbers
and crane operators. While WAE will be the prime contractor for the CNG fueling facility, CGRS, Inc. will
provide engineering and construction management services as the key project subcontractor to WAE.
The background on CGRS and its key personnel applicable to this proposal is as follows:
CGRS was formed in 1987 and has offices in Sheridan Wyoming, Fort Collins and Grand
Junction, Colorado, and Sacramento, California. CGRS Construction Services provides
extensive construction management services for new fueling system construction. Their many
years of experience makes them industry leaders in fuel system construction; and, as a result,
they are able to offer both design/build capabilities and construction management. CGRS
Engineering has the experience necessary to identify the sound environmental practices required
for addressing all compliance issues from spill plans, waste management plans, site assessments
to compliance inspections. Additional information about CGRS is available at the company’s
website: www.cgrs.com.
Eric Hick, is a co-owner and president of CGRS. Eric co-founded CGRS in 1987 and has
continued to be apart of the day-to-day operations of the company for the last 25 years. He has
extensive experience in leak detection, environmental compliance and fuel system evaluation,
design and construction. His background includes business development, fueling facility
operational compliance management, fuel system design, aviation fuel system design, and
construction.
Scott Neuenschwander, Construction Department Manager, has 10 years of commercial
construction experience and has been working at CGRS for two years. He has a wide variety of
construction project experience that includes healthcare, education, and wastewater systems. He
will be responsible for the day to day management duties of a project which include safety,
scheduling, quality control, cost control, risk management, change management, material
procurement, coordination of other contractors, and project relationships. He specializes in
managing projects to achieve their unique goals including all project team members.
Adam Geiger, Project Engineer, brings more than 10 years of professional experience to the
team. He has worked at CGRS for the last 7 years. He has a broad range of experience in leak
detection, environmental compliance and fuel system evaluation, design and construction. His
background includes fuel system design, construction, compliance, aviation fuel system design,
Autocad drafting, developing bid specifications and drawings, site mapping, and leak detection.
CGRS Selected References:
1. Wyoming Department of Transportation – Cheyenne, WY, Cheryl Bean, Engineer Design,
permitted, installed fueling system
2. Sapp Brothers – Cheyenne, WY, Willie Kolkman, General Manager
Design, permitted, installed secondary containment and reconfigured fuel system piping
PROPOSAL 7508 TRANSFORT COMPRESSED NATURAL
GAS FUELING FACILITY AND ADDENDUM NO. 1 7
Project Description & Pricing
WAE will sell and install the equipment and construction the facility in accordance with the RFP and in
the timeframe presented in the RFP. Note that all pricing information presented in this section is
confidential.
Equipment
WAE has chosen ANGI Energy Systems to provide the PLC/compressor control package, remote
communications panel, priority sequencing valve panel with controls, and dispenser(s). Other vendors to
WAE will provide valves, fittings and various other components for the project. All equipment will meet or
exceed the requirements of the RFP, industry standards and manufacturers recommendations and is
described in greater detail in the Pricing subsection, below.
Construction
As described above, CGRS, Inc. will be the construction, construction management and engineering
subcontractor for WAE on the project, which will all be performed in accordance with the requirements of
the RFP. CGRS may subcontract various aspects of the construction such as electrical, sitework and
plumbing. See the Pricing subsection below for the breakdown by category of work.
Scope of Work
• CGRS will generate the layout drawings as required per Exhibit B for the submittals. An
electrical stamped drawing is not included.
• CGRS will provide project management and onsite supervision throughout the duration of
construction.
• CGRS will call and coordinate utility locates. This does include any private utility locates that
may be necessary.
• Temporary toilets will be provided for the construction crews.
• Demolition of the existing concrete sidewalk and a small section inside the enclosure to install
underground piping.
• Earthwork includes excavation of the trenches for the underground piping to the new
dispenser and from the fuel master console to the new dispenser. It is assumed that the
onsite material will be adequate for backfilling.
• Squeegee will be used for bedding material for all trenches.
• Remaining soil will be hauled offsite and disposed of.
• Landscape rock restoration at the areas disturbed by construction activities.
• All concrete will be 4,000 psi with no flyash.
• Replace concrete sidewalk outside of CNG enclosure. It is assumed that the sidewalk is 4”
thick.
• It is assumed that the Owner has an available water source for the use of this construction
project that is nearby. The Owner will pay for the use of the water.
• It is assumed that all equipment that will be delivered to the site can be unloaded with a
skidsteer.
• There will be 2 bollards located at the new dispenser. The bollards will be 6” diameter and
painted safety yellow.
• All underground stainless steel pipe will be installed in a schedule 80 pvc pipe sleeve.
• Provide and install conduit and wire to one new dispenser.
PROPOSAL 7508 TRANSFORT COMPRESSED NATURAL
GAS FUELING FACILITY AND ADDENDUM NO. 1 8
• Provide electrical connection to the new PLC cabinet. It is assumed that the electrical to the
existing control cabinet is adequate for the new cabinet. The new PLC cabinet is to be
installed at the same location of the existing cabinet.
• Provide and install conduit and wiring from existing fuel master system to new dispenser. The
plan is to remove the existing sidewalk to install the underground conduit. The sidewalk will
be replaced.
Option 1
• The sidewalk will be removed under the base bid, described above. With the sidewalk
removed the existing underground piping will be removed and replaced with 1” stainless steel
per the specifications. The cost of the concrete replacement is included in the base bid.
• Provide electrical connection to the new dispenser.
Project Construction Clarifications
• It is assumed that there will not be any underground utilities that conflict with the location of
the compressor station enclosure, the fast-fill dispenser, and the slow-fill dispenser. If
conflicts occur it may require that the design layout change and could possibly impact the cost
of the project.
• Handling, hauling, and disposing of contaminated or hazardous soils is not included.
• Environmental site assessment is not included.
• Asbestos survey or abatement is not included.
• Dewatering is not included.
• Shoring and bracing of the excavation and/or underground utilities is not included.
• Vacuum potholing/air knifing is not included.
• Cost for utility consumption which includes water, gas, and electricity are not included.
• Cost for the communication service is not included.
• Cost for utility services to the project is not included.
• Temporary site fencing will not be provided around the construction area.
• Signage will not be provided for this project.
• Fire extinguishers will not be provided at the location.
Installation and Start-up
Personnel from WAE and ANGI Energy Systems will install all of the equipment and make connections,
program the equipment, test the equipment and conduct a start-up of the equipment/facility in
accordance with the RFP, and provide appropriate training. This installation, testing and start-up will
occur in a manner that allows Transfort to continue to fuel its buses each day in order to operate its bus
routes. All installation, start-up and training will meet or exceed the requirements of the RFP, industry
standards and manufacturers recommendations and is described in greater detail in the Pricing
subsection, below.
Drawings & Manuals
WAE will provide all drawings and manuals as required in the RFP and addendum 1. The “sumbmittal
drawings” as required in the RFP is attached as Exhibit D to this Proposal.
Spare Parts
The recommended spare parts and associated pricing (good for 90 days from the date of this proposal)
are shown in the Pricing subsection, below.
PROPOSAL 7508 TRANSFORT COMPRESSED NATURAL
GAS FUELING FACILITY AND ADDENDUM NO. 1 9
Project Management & QC
WAE and CGRS will each assign one person to be responsible for QA/QC with respect to his or her
individual tasks. As project manager, WAE’s designated QA/QC manager will provide overall
coordination of quality matters. All work on the work site will be managed by CGRS and they will ensure
that federal, state and local environmental, health and safety requirements are complied with during the
project. An OSHA compliance plan will be made available from CGRS and WAE (via Hellman &
Associates for WAE) for their applicable roles and compliance for the project.
QA/QC go beyond on-site construction. It is our philosophy that quality needs to be incorporated into the
project from the very beginning. There will be quality in the design of the site and integration of the CNG
fueling station equipment at the construction site. Appropriate QA/QC measures are incorporated into
the drawings, plans and specifications. The design will incorporate the manufacturer’s requirements for
the installation of their equipment and materials. Also, all design and installations will comply with all
local, state, and national codes and standards as required for design/build of a CNG fueling station such
as National Fire Protection code 52.
During the design of this project it will be important to communicate and coordinate with the local
authorities such as the City of Fort Collins building department and fire marshal. Since the local
authorities provide the final sign-off on the project through construction it will be important to have them
involved as project stakeholders from the beginning of the work.
CGRS and WAE on-site supervisors will be responsible for creating a QA/QC checklist and reviewing the
work as it is installed. The QA/QC checklist will consist of information from the contract documents,
manufacturer’s requirements, local authority requirements, and any other applicable codes and
standards.
Warranty:
WAE’s two year (24 months) parts and labor warranty for the Project will comply with the statement
below. In the event that confusion arises or additional details are required in terms of the equipment
warranty, the ANGI Energy Systems equipment warranty is presented in Exhibit C of this Proposal and
will be passed through directly to the City of Fort Collins.
Service Provider warrants all equipment, materials, labor and other work, provided under this
Agreement, except City-furnished materials, equipment and labor, against defects and
nonconformances in design, materials and workmanship/workwomanship for a period beginning
with the start of the work and ending twenty-four (24) months from and after final acceptance
under the Agreement, regardless whether the same were furnished or performed by Service
Provider or by any of its subcontractors of any tier. Upon receipt of written notice from City of any
such defect or nonconformances, the affected item or part thereof shall be redesigned, repaired
or replaced by Service Provider in a manner and at a time acceptable to City.
Certifications
WAE has included the completed & signed Buy America Form in Exhibit A and Lobbying Form in Exhibit
B to this proposal. WAE is not a UDBE and will use its commercially reasonable efforts to meet the
UDBE/DBE goals for this Project.
PROPOSAL 7508 TRANSFORT COMPRESSED NATURAL
GAS FUELING FACILITY AND ADDENDUM NO. 1 10
Pricing and Payment Details for the Project
The table below provides the confidential pricing for each key element of the construction and
engineering, the individual pieces of equipment and key components, and installation work. WAE
respectfully requests that the City of Fort Collins consider payment terms of 30% of contract amount
billed on award and execution of the contract, 30% billed at 60 days from the Project start date, and 40%
billed upon successful completion of the Project (each billed net 30 days terms).
CNG Fueling Station Additions Pricing Confidential Information
Customer: City of Fort Collins
Project Name: Trilby Road - Site Upgrade
Date: May 31, 2013
Category Description Key Specifications Quantity Price
BASE BID
Construction & Engineering:
Engineering CGRS Site engineering 1 $ 1,875
General Conditions CGRS Construction management and temporary toilet 1 $ 2,750
Earthwork/Sitework CGRS
Core drilling through wall, concrete demo (sidewalk and slab), haul off
spoils, earthwork trench 100' and lanscape rock 1 $ 5,406
Concrete CGRS
Concrete pad at new dispenser island, concrete sidewalk (6'x20'x4"),
concrete island bollard mountings and concrete SOG (inside enclosure) 1 $ 5,298
Masonry CGRS None 1 $ -
Misc. Metals CGRS Two bollards with yellow paint at new fueling island 1 $ 725
Thermal & Moisture Protection CGRS Joint sealants 1 $ -
Specialties CGRS None 1 $ -
Mechanical CGRS
Gas sleeve, stainless steel piping & welding (1" underground to new
dispenser island, etc.), plumber for valve & fittings replacement for Ariel
line 1 $ 14,045
Electrical CGRS Electrical and trench & backfill 1 $ 18,500
Construction Warranty WAE Two years 1 $ 2,500
Other 0 $ -
Other 0 $ -
TOTAL $ 51,099
Equipment:
Two-hose 3600 psi dispenser ANGI
ANGI Series II, One hose transit style (1"), one hose standard (1/2"),
one J6 filter/housing inside dispenser; single metered; WEH nozzles;
1"porting line, painted steel cabinet 1 $ 48,664
Compressor control package ANGI
Programmable logic controller for compressor operation (OCS-RX371
PLC/HMI Horner control panel 1 $ 23,688
Priority sequencing valve panel 1" lines; sequencing and priority control & direct fill 1 $ 52,068
Remote communications panel
CP400; transducers, RTDs, new cable/wiring; remote mounted with
ethernet and modem connection capability 1 $ 5,000
Distribution line valves M&M
Replace three flanged 3" plug valves with three flanged 3" ball valves in
existing distribution line 3 $ 2,578
Ariel compressor fed valves M&M
Replace one unflanged 2" gate valve with one flanged 3" ball valve -- at
Ariel compressor 1 $ 211
Fittings/and pipe upgrades at Ariel Various
Replace 2" fittings and pipe with 3" fittings and pipe - at Ariel
compressor 1 $ 1,500
Filters at Seq/Priority Panel J2 filters & housing for 3 banks of storage, located at seq/priority panel 3 $ 6,750
Shipping Milton WI to CO All components from ANGI + additional parts/fittings 1 $ 3,375
ANGI equipment and parts warranty ANGI Two years 1 $ 6,035
PROPOSAL 7508 TRANSFORT COMPRESSED NATURAL
GAS FUELING FACILITY AND ADDENDUM NO. 1 11
Proposal Signature Page
I have read and fully understand the conditions, specifications and special instructions set forth in the
Request for Proposal and all attached Exhibits for RFP 7508 Transfort Compressed Natural Gas Fueling
Facility and its Addendum No. 1 and acknowledge receipt of such. In addition, I hereby state that this
document represents the complete and authorized Proposal being made by the Ward Alternative Energy,
LLC and its subcontractors.
By:
Name: Paul A. Nelson
Title: President
Dated: May 31, 2013
PROPOSAL 7508 TRANSFORT COMPRESSED NATURAL
GAS FUELING FACILITY AND ADDENDUM NO. 1 1
Exhibit A
Buy America Form
BUY AMERICA
The contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which
provide that Federal funds may not be obligated unless steel, iron, and manufactured
products used in FTA-funded projects are produced in the United States, unless a waiver
has been granted by FTA or the product is subject to a general waiver. General waivers
are listed in 49 C.F.R. 661.7, and include final assembly in the United States for 15
passenger vans and 15 passenger wagons produced by Chrysler Corporation, and
microcomputer equipment and software. Separate requirements for rolling stock are set
out at 49 U.S.C. 5323(j)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be assembled in
the United States and have a 60 percent domestic content.
A bidder or offeror must submit to the FTA recipient the appropriate Buy America
certification (below) with all bids or offers on FTA-funded contracts, except those subject to
a general waiver. Bids or offers that are not accompanied by a completed Buy America
certification must be rejected as nonresponsive. This requirement does not apply to lower
tier subcontractors.
Certification requirement for procurement of steel, iron, or manufactured products
Certificate of Compliance with 49 U.S.C. 5323(j)(1)
The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C.
5323(j)(1) and the applicable regulations in 49 C.F.R. Part 661.5.
Date: May 31, 2013
Signature
Title: President
Company: Ward Alternative Energy, LLC
Name: Paul A. Nelson
Certificate of Non-Compliance with 49 U.S.C. 5323(j)(1)
The bidder or offeror hereby certifies that it cannot comply with the requirements of
49 U.S.C. 5323(j)(1) and 49 C.F.R. 661.5, but it may qualify for an exception
pursuant to 49 U.S.C. 5323(j)(2)(A), 5323(j)(2)(B), or 5323(j)(2)(D), and 49 C.F.R.
661.7.
Date ____________________________________
Signature _________________________________
Title _____________________________________
PROPOSAL 7508 TRANSFORT COMPRESSED NATURAL
GAS FUELING FACILITY AND ADDENDUM NO. 1 2
Company _________________________________
Name____________________________________
Certification requirement for procurement of buses, other rolling stock and
associated equipment.
Certificate of Compliance with 49 U.S.C. 5323(j)(2)(C).
The bidder or offeror hereby certifies that it will comply with the requirements of 49
U.S.C. 5323(j)(2)(C) and the regulations at 49 C.F.R. Part 661.11.
Date: May 31, 2013
Signature
Title: President
Company: Ward Alternative Energy, LLC
Name: Paul A. Nelson
Certificate of Non-Compliance with 49 U.S.C. 5323(j)(2)(C)
The bidder or offeror hereby certifies that it cannot comply with the requirements of
49 U.S.C. 5323(j)(2)(C) and 49 C.F.R. 661.11, but may qualify for an exception
pursuant to 49 U.S.C. 5323(j)(2)(A), 5323(j)(2)(B), or 5323(j)(2)(D), and 49 CFR
661.7.
Date ____________________________________
Signature _________________________________
Title _____________________________________
Company _________________________________
Name____________________________________
PROPOSAL 7508 TRANSFORT COMPRESSED NATURAL
GAS FUELING FACILITY AND ADDENDUM NO. 1 3
Exhibit B
Lobbying Form
LOBBYING
Modifications have been made to the Clause pursuant to Section 10 of the Lobbying
Disclosure Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C. § 1601, et seq.]
- Lobbying Certification and Disclosure of Lobbying Activities for third party
contractors are mandated by 31 U.S.C. 1352(b)(5), as amended by Section 10 of
the Lobbying Disclosure Act of 1995, and DOT implementing regulation, "New
Restrictions on Lobbying," at 49 CFR § 20.110(d)
- Language in Lobbying Certification is mandated by 49 CFR Part 19, Appendix A,
Section 7, which provides that contractors file the certification required by 49 CFR
Part 20, Appendix A.
Modifications have been made to the Lobbying Certification pursuant to Section 10 of the
Lobbying Disclosure Act of 1995.
- Use of "Disclosure of Lobbying Activities," Standard Form-LLL set forth in
Appendix B of 49 CFR Part 20, as amended by "Government wide Guidance For
New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96) is mandated by 49
CFR Part 20, Appendix A.
Byrd Anti-Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying
Disclosure Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C. § 1601, et seq.]
- Contractors who apply or bid for an award of $100,000 or more shall file the
certification required by 49 CFR part 20, "New Restrictions on Lobbying." Each tier
certifies to the tier above that it will not and has not used Federal appropriated funds
to pay any person or organization for influencing or attempting to influence an
officer or employee of any agency, a member of Congress, officer or employee of
Congress, or an employee of a member of Congress in connection with obtaining
any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each
tier shall also disclose the name of any registrant under the Lobbying Disclosure Act
of 1995 who has made lobbying contacts on its behalf with non-Federal funds with
respect to that Federal contract, grant or award covered by 31 U.S.C. 1352. Such
disclosures are forwarded from tier to tier up to the recipient.
APPENDIX A, 49 CFR PART 20--CERTIFICATION REGARDING LOBBYING
Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted
with each bid or offer exceeding $100,000)
The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of
the undersigned, to any person for influencing or attempting to influence an officer
or employee of an agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with the
PROPOSAL 7508 TRANSFORT COMPRESSED NATURAL
GAS FUELING FACILITY AND ADDENDUM NO. 1 4
awarding of any Federal contract, the making of any Federal grant, the making of
any Federal loan, the entering into of any cooperative agreement, and the
extension, continuation, renewal, amendment, or modification of any Federal
contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be
paid to any person for making lobbying contacts to an officer or employee of any
agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with this Federal contract, grant,
loan, or cooperative agreement, the undersigned shall complete and submit
Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its
instructions [as amended by "Government wide Guidance for New Restrictions on
Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein
has been modified in accordance with Section 10 of the Lobbying Disclosure Act of
1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)]
(3) The undersigned shall require that the language of this certification be included
in the award documents for all subawards at all tiers (including subcontracts,
subgrants, and contracts under grants, loans, and cooperative agreements) and
that all subrecipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when
this transaction was made or entered into. Submission of this certification is a prerequisite
for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by
the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification
shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for
each such failure.
[Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited
expenditure or fails to file or amend a required certification or disclosure form shall be
subject to a civil penalty of not less than $10,000 and not more than $100,000 for each
such expenditure or failure.]
The Contractor, Ward Alternative Energy, LLC, certifies or affirms the truthfulness and
accuracy of each statement of its certification and disclosure, if any. In addition, the
Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply
to this certification and disclosure, if any.
Signature of Contractor's Authorized Official
Name and Title of Contractor's Authorized Official: Paul A. Nelson, President
Date: May 31, 2013
PROPOSAL 7508 TRANSFORT COMPRESSED NATURAL
GAS FUELING FACILITY AND ADDENDUM NO. 1 1
Exhibit C
ANGI Equipment Warranty Language
ANGI hereby warrants that the EQUIPMENT sold hereunder shall be free of defects in
material and workmanship appearing within 12 months from the date the EQUIPMENT is
placed into service or 18 months from the date the GOODS are available to be shipped;
whichever comes first. PURCHASER must give written notice of any defect covered by this
warranty to ANGI within the warranty period. For any defect covered by this warranty,
ANGI shall repair or replace the EQUIPMENT. Repairs or replacement parts are
warranted for 90 days from the date that the repaired or replaced EQUIPMENT OR
GOODS are shipped from the factory or until termination of the original warranty,
whichever is longer. This warranty does not cover labor costs and other contingent
expenses for the diagnosis of defects or for removal and reinstallation of the EQUIPMENT.
Such repair or replacement shall be PURCHASER's sole and exclusive remedy for ANGI’s
breach of this AGREEMENT.
This warranty does not extend to any GOODS or EQUIPMENT which have been (a)
subject to misuse, neglect, accidents, acts of God, or causes of a similar nature; (b)
repaired or altered by anyone other than ANGI, without ANGI's prior approval; (c)
improperly installed by anyone other than ANGI or someone under its direction or (d) to
consumable parts or materials such as filter elements, seals, belts, or fuses, (e) damage
resulting from overloading the GOODS or EQUIPMENT, or (f) damage resulting from
PURCHASER’s noncompliance with applicable codes and safety rules including NFPA-52
Vehicular Gaseous Fuel Systems Code which includes references to several other
standards and code requirements, including NFPA-70 – Article 500 National Electrical
Code, ASME Boiler and Pressure Vessel Code Section VIII, ANSI/ASME B31.3 Process
Piping and ANSI/IAS NGV 4.1 CSA 12.5 NGV Dispensing Systems.
ANGI certifies that all equipment, as supplied to the customer, meets or exceeds the
requirements of NFPA-52 and its associated references. All site construction is the
responsibility of the owner and must be performed according to these codes and
requirements along with all local codes and requirements of the Authority Having
Jurisdiction (AHJ). Failure to do so represents a noncompliance with applicable laws and
safety rules required by this agreement and therefore voids the warranty. The owner
absolves ANGI of all liabilities for nonconformance to codes, defects, failures, or
workmanship done by others. This warranty does not extend to nor does ANGI provide
any warranty to components such as motors and drive engines that are separately covered
by a warranty issued by their respective manufacturers. ANGI shall transfer or pass
through to PURCHASER any such warranties received by ANGI. This warranty is in lieu of
all other warranties expressed or implied.
EXCEPT TO THE EXTENT PROHIBITED BY APPLICABLE LAW, THIS IS THE ONLY
WARRANTY GIVEN FOR THE SALE OF GOODS, EQUIPMENT AND/ OR SERVICES.
NO WARRANTIES OF MERCHANTABILITY AND FITNESS FOR PARTICULAR
PURPOSE SHALL APPLY. IN NO EVENT SHALL ANGI BE LIABLE FOR
CONSEQUENTIAL, SPECIAL, INDIRECT, PUNITIVE, OR INCIDENTAL DAMAGES
RESULTING FROM THE PURCHASE OR USE OF ANGI EQUIPMENT, GOODS,
PROPOSAL 7508 TRANSFORT COMPRESSED NATURAL
GAS FUELING FACILITY AND ADDENDUM NO. 1 2
AND/OR SERVICES RESULTING FROM ANY DELAYS OR FAILURE OF
PERFORMANCE OF ANGI UNDER ANY AGREEMENT BETWEEN ANGI AND
PURCHASER, OR RESULTING FROM ANY SERVICES FURNISHED BY ANGI.
This warranty may not be modified, amended, or otherwise changed except by a written
document properly executed by ANGI.
For warranty issues contact:
ANGI Energy Systems, Inc.
Customer Service
305 W. Delavan Drive
Janesville, WI, USA 53546
Toll Free: 800-934-5219
Phone: 608-563-2800
Fax: 608-531-2635
E-mail: service@angienergy.com
Website: www.angienergy.com
PROPOSAL 7508 TRANSFORT COMPRESSED NATURAL
GAS FUELING FACILITY AND ADDENDUM NO. 1 1
Exhibit D
Equipment Diagram
Other equipment and parts warranty WAE Two years 1 $ 1,000
Other 0 $ -
Other 0 $ -
TOTAL $ 150,868
Installation & Start-up:
Dispenser / fueling island connections WAE 1 $ 1,540
Compressor Control Package connections ANGI 1 $ 24,184
Seq/Priority panel connections WAE 1 $ 770
Remote control panel connections WAE 1 $ 770
Bonds WAE 1 $ 15,000
Site start-up & training WAE / ANGI 1 $ 11,550
Permits City of Ft Collins 1 $ -
Installation + Labor Warranty WAE Two years 1 $ 1,200
Other 0 $ -
Other 0 $ -
TOTAL $ 55,014
GRAND TOTAL $ 256,981
Option 1:
Construction and engineering additions CGRS
Incremental labor and materials for construction management, concrete
demo and earthwork, concrete sidewalk, gas sleeve and SS piping
underground (1" to dispenser, etc.), electrical and engineering. 1 $ 7,080
Two-hose 3600 psi dispenser ANGI
ANGI Series II, One hose transit style (1"), one hose standard (1/2"),
one J6 filter/housing inside dispenser; single metered; WEH nozzles;
1"porting line, painted steel cabinet 1 $ 44,771
Pneumatic controls
Replace existing electronic controls: not required given new priority
sequencing valve panel shown in base bid 0 $ -
Tubing & connections WAE Various 1 $ 1,350
Warranty for Dispenser ANGI $2,Two 336 years 1 $ 2,336
Construction Warranty CGRS Two years 1 $ 250
Installation + Labor Warranty WAE Two years 1 $ 250
Discount for trade in of existing dispenser WAE 1 $ (5,000)
TOTAL $ 51,036
REVISED GRAND TOTAL $ 308,017