Loading...
HomeMy WebLinkAbout19-Public Services CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: Lynn Merrill, Director Or',-, '" ~L Dept: Public Services 'Ii I"", II w,..i Date: December 19,2001 Synopsis of Previous Council Action Subject: Ratification of a grant application to help fund a public-access LNG/LCNG Fueling Facility Meeting Date: January 7, 2002 Recommended Motion: Ratification of the submittal of the application for funds from the South Coast Air Quality Management District in the amount of $143,208. ~u Signature Contact person: Lynn Merrill, Director Phone: 5140 Supporting data attached: FUNDING REQUIREMENTS: Amount: 0 Source: Council Notes: Ward: All Finan.., ~~d' ~c""'?ro2.-\'2. 1/7//)~ Agenda Item No. .1.L CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Staff Report Subject: Ratification of a grant application to help fund a public-access LNG/LCNG Fueling Facility at the San Bernardino City Yard. Background: San Bernardino Associated Governments (SAN BAG) contracts with a consultant Gladstein and Associates to provide technical assistance to local agencies regarding alternative fuel issues. This consultant approached the City with an offer to prepare and submit a grant application under the SCAQMD program on behalf of the City. This grant will provide cost-share funds to assist public and private fleets to establish LNG-UCNG fuel dispensing facility projects for public access in the four county areas. Grant funds can be requested for up to 50% of the project cost for new LNG-UCNG projects. The deadline for submission of this grant was December 4, 2001. The Mayor authorized the Director of Public Services to submit the grant application. Staff worked with the consultant to prepare this grant application. Due to the short duration between the time the consultant first approached the City on November 13, 2001 regarding the availability of the grant funding, through the actual preparation of an acceptable application package on November 30, 2001, staff was not able to obtain advance authorization and review from the Mayor and Common Council, prior to the submittal date of December 4, 2001. Notification was received on December 17, 2001 that the City was recommended for award of the $143,208 under the submitted Grant Application by the AQMD review committee and the recommendation will be sent to the AQMD Board on December 21, 2001. The East Valley Regional Alternative Fuel Facility has already been awarded $911,859 through the San Bernardino Associated Government's Congestion Mitigation and Air Quality Program (CMAQ), as authorized on May 24, 2001 by the Mayor and Common Council and on November 1, 2001 a grant application was submitted for an additional $76,792 from the Mobil Source Reduction Committee grant, as authorized by the Mayor and Common Council on October 15, 2001. Total grant funds for this project total $1,131,859; the City made a commitment to allocate the required local matching funds of $118,141 on May 24, 2001 as part of the approval of the CMAQ grant application. Total funding now available is $1,250,000. This additional $143,208 grant funding now being requested will be used to provide further enhancements to the project, such as expansion of CNG storage capacity from 30,000 gallons to 60,000 gallons, and upgraded station monitoring controls. These enhancements result in a revised estimate project cost of $1 ,250,000. In addition to providing the critically needed LNG infrastructure for the City's refuse hauling vehicles, this station will provide LNG/LCNG fueling for other local refuse haulers, as well as other City and County vehicles. The attached proposal provides further detail on the approach the City of San Bernardino plans to undertake should our proposal be accepted by the South Coast Air Quality Management District. The goal of this LNG/LCNG infrastructure project is to: 1. Develop a fueling facility to support the City of San Bernardino's planned deployment of LNG refuse trucks; 2. Establish an initial regional fueling station capable of meeting the short-term fueling needs of LNG/LCNG vehicles operating under the SCAQMD 1190 series rules within the metro-San Bernardino area; 3. Provide a publicly accessible fueling facility that is operational twenty-four (24) hours a day, seven (7) days per week; and 4. Provide a facility consistent with the South Coast Air Quality Management District's open architecture plan to ensure compatibility between stations in order to establish a true clean fuel network of facilities capable of servicing a range vehicle types and applications from light duty passenger cars to the 42,000 private diesel trucks operating through the 1-215/1-10 crossroads. This additional $143,208 in funding for the project will help make the operation of our fleet on cleaner burning natural gas more financially viable and will accrue important environmental benefits for the region. Financial Impact: The following table summarizes the funding sources for the East Valley Alternative Fuel Facility at the San Bernardino City Yard: Funding Funding Percent of Source Amount Project Cost SANBAG CMAQ $ 911,859 73% MSRC Match $ 76,792 6% AB2766 Funds $ 59,100 5% General Funds to $ 59,041 5% be allocated SCAQMD RFP $ 143,208 11% TOTAL $1,250,000 100.0% Recommendation: Ratification of the submittal of the application for funds from the South Coast Air Quality Management District in the amount of $143,208. 2 e 6 7 8 9 10 11 12 13 1 2 3 r ~@[P)W RESOLUTIOt-J NO. i RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF : SAN BERNARDINO FOR RATIFICATION OF A GRANT APPLICATION TO HELP I FUND A PUBLIC-ACCESS LNG/LCNG FUELING FACILITY . ! WHEREAS, Th, Sooth CO", AI, Q",II'y Ma",g'~"' D;on"" (SCAQMD) h" I extended a Request for Proposal for the Development of LNG Refueling Stations in i the South Coast Air Basin. This grant will provide cost-share funds to assist public i i and private fleets to establish LNG-UCNG fuel dispensing facility projects for public I access in the four county areas. I 4 5 NOW, THEREFORE BE IT RESOLVED that the Mayor and Common Council of the City of San Bernardino ratify the submission of an application for a grant in the amount of $143,208 from the South Coast Air Quality Management District to help e 14 fund a public-access LNG/LCNG Fueling Facility. e 15 16 17 18 19 20 21 22 23 24 25 26 27 28 11/ 11/ 11/ III III III III III III 11111 III ~2b' /9 1///10 A . . . RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO FOR RATIFICATION OF A GRANT APPLICATION TO HELP FUND A 2 PUBLIC-ACCESS LNGILCNG FUELING FACILITY 3 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and 4 Common Council of the City of San Bernardino at a meeting thereof, held on the 5 _dayof , 2002, by the following vote, to wit: 6 Council Members: AYES NAYS ABSTAIN ABSENT 7 ESTRADA 8 LIEN 9 MCGINNIS 10 SCHNETZ II SUAREZ 12 ANDERSON 13 MCCMMACK 14 15 16 17 Rachel G. Clark, City Clerk The foregoing resolution is hereby approved this day of ,2002. 18 19 Judith Valles, Mayor City of San Bernardino 20 Approved as to Form and legal content: 21 JAMES F. PENMAN, 22 City Attorney 23 24 By: ~ 1.f~ 25 0 26 27 28 F I L E South Coast Air Quality Management District RFP for Development of LNG Refueling Stations in the South Coast Air Basin Response to Request for Proposals #P2002-19 Prepared by: City of San Bernardino San Bernardino, CA December 4, 2001 OO[g@[gDwrnlf)' DEe - 6 2a:l ED DIRECTOR PUllUC lISIVlCeS South Coast Air Quality Management District RFP for Development of LNG Refueling Stations in the South Coast Air Basin Response to Request for Proposals #P2002-19 r-.-.................-.-.........---.....................-.........................--.....--.....................................................................................__......._~...__._............__.._._.............__.-..............--........---....-.-.R..l I Vo'lume I I j ! i ; i ! ! 1 Technical Proposal I ................--...........---..---....---....--.........................--.................-....----.-.-..--........--...................-....-..-...----..................-----........-..----.....--.----j I I , , i i L Prepared by: City of San Bernardino San Bernardino, CA December 4,2001 RFP P2002-19: Development of LNG Refueling Stations in the South Coast Air Basin December 4, 2001 Volume I -Table of Contents Section A Pagers) Cover Letter (Statement of Work - Item 1) Summary 1-2 Site Location (Statement of Work - Item 2) 2-3 Vehicle Requirements (Statement of Work-Item 3) 3 Project Team & In-Kind Support (Statement of Work - Item 4) 4-6 City of San Bernardino 4 Gladstein & Associates, LLC 4-5 Subcontractors 5 Leveraged Funds/In-Kind Support 6 Equipment System Design and Specifications (Statement of Work - Item 5) 6-8 Station Components 7 Station Size and Operations 7 Saturation Pressure and Bulk Tank Requirements 7 Dispensing LNG 7 Metering LNG 8 Dispensing LCNG 8 Metering LCNG 8 Pubic Accessibility 8 Data Collection 8 Compliance with Industry Standard Codes and Applicable Regulations 8 Warranties 8 Facility Construction and Operation (Statement of Work - Item 6) 9-13 Project Manager 9 Turnkey Station Developer 9-10 EngineeringlDesigner 9-10 Facility General Contractor 10 Equipment Installer 10 Maintenance Contractor 10 Operator 11 System Fueling Capabilities (Statement of Work - Item 7) 11 RFP P2002-19: December 4, 200 I Development of LNG Refuel ing Stations in the South Coast Air Basin Permitting/Construction Schedule and Operation (Statement of Work-Item 8) Permitting Process Permitting Schedule Operation New Facility Start Up (Statement of Work - Item 9) Section B Program Schedule Section C Project Management Structure Program Monitoring Procedures Sections D and E Qualifications and Assigned Personnel City of San Bernardino Gladstein & Associates, LLC Section F Subcontractors Section G Conflict of Interest Attachment 1: Attachment 2: LNG/LCNG Fueling Station Projected Annual Throughput Letters of Commitment/Support Pa2e( 5) 11-14 11 12 14 14 15 16 16 16-18 16-17 17-18 19 19 PUBLIC SERVICES DEPARTMENT LYNN MERRILL - DIRECTOR 300 North "D" Street. San Bernardino' CA 92418-0001 Fax: 909.384.5190 www.cLsan-bernardino.ca.us ~ November 30, 2001 Larry Watkins, Program Supervisor Technology Advancement South Coast Air Quality Management District 21865 East Copley Drive Diamond Bar, CA 91765 Dear Mr. Watkins, On behalf of the City of San Bernardino, I am pleased to submit the following proposal to the South Coast Air Quality Management District's Request for Proposals for the Development of LNG Refueling Stations in the South Coast Air Basin. The City of San Bernardino seeks a total of $143,208 from the South Coast Air Quality Management District to help fund a public-access liquefied natural gas (LNG)/ liquefied to compressed natural gas (LCNG) fueling station. The proposed East Valley Regional LNG/LCNG Fueling Facility is within close proximity to Interstates 215 and 10 and will provide a critical hub in the region's LNG infrastructure network. This infrastructure project has already been awarded $911,859 through the San Bernardino Associated Government's Congestion Mitigation and Air Quality Program. The total cost to develop this project is estimated to be $1,250,000. In addition to providing the critically needed LNG infrastructure for the City's refuse hauling vehicles, this station will provide LNG/LCNG fueling for other local refuse haulers, as well as other City and County vehicles. The attached proposal provides further detail on the approach the City of San Bernardino plans to undertake should our proposal be accepted by the South Air Quality Management District. The goal of this LNG/LCNG infrastructure project is to: 1. Develop a fueling facility to support the City of San Bernardino's planned deployment of LNG refuse trucks; 2. Establish an initial regional fueling station capable of meeting the short-term fueling needs of LNG/LCNG vehicles operating under the SCAQMD 1190 series rules within the metro-San Bernardino area; . REFUSE AND RECYCLING' ENVIRONMENTAL PROJECTS. SEWER AND STREET MAINTENANCE' FLEET Larry Watkins, Program Supervisor South Coast Air Quality Management District LNG - Refueling Station South Coast Air Basin November 30, 2001 3. Provide a publicly accessible fueling facility that is operational twenty-four (24)-hours i day, seven (7) days per week; and 4. Provide a facility consistent with the South Coast Air Quality Management District's open architecture plan to ensure compatibility between stations in order to establish a true clean fuel network of facilities capable of servicing a range of vehicle types and applications - from light duty passenger cars to the 42,000 private diesel trucks operating through the 1-215/1-10 crossroads. We look forward to working with the South Coast Air. Quality Management District on this heavy-duty truck emission reduction opportunity. This monetary support of Rule 1193 will help. make the operation of our fleet on cleaner burning natural gas more financially viable and will accrue important environmental benefits for the region. Should you have any questions, whether technical or contractual, please contact me at 909-384-5140, ext. 3423, via facsimile at 909-384-5190, or in writing at 300 North D. Street Public Services Dept., San Bernardino, California 92418. 52' Lynn Me1tl Director of Public Services City of San Bernardino 2 South Coast Air Quality Management District LNG Refueling Stations in the South Coast Air Basin - RFP #P2002-19 VOLUME I - TECHNICAL PROPOSAL I SECTIO~ A SUMMARY Project Name: Project Location: East Valley Regional LNG/LCNG Fueling Facility South Pershing Avenue/Redick A~enue, San Bernardino, California City of San Bernardino is requesting $143,208 from the South Coast Air Quality Management District RFP for Development of LNG Refueling Stations in the South Coast Air Basin (RFP #P2002-19) to help fund the construction of a publicly accessible liquefied natural gas (LNG)/ liquefied to compressed natural (LCNG) fueling station at the City of San Bernardino Municipal Service Yard, located at the intersection of Pershing and Redick Streets, approximately one block east of Arrowhead Avenue. Along with this proposed LNG fueling station, City of San Benardino will deploy a variety of medium- and heavy-duty natural gas trucks and refuse collection vehicles. These clean burning natural gas vehicles will replace existing diesel and gasoline powered units, resulting in significant annual reductions of nitrogen oxides (NOx) and particulate matter (PM). It is anticipated that the planned LNG fueling facility will be operational by December 2003. The goal of this station will be to serve the City's fleet of LNG powered refuse trucks as well as those vehicle fleets affected by the South Coast Air Quality Management District's series 1190 rules operating in and through the metro-San Bernardino area. It will provide the necessary link in SCAQMD's effort at developing an open-architecture plan for alternative fuels infrastructure in order to ensure system compatibility and development of a true clean fuel network within the air basin. Currently, the nearest LNG/LCNG facility is located approximately 22 miles away at the United Parcel Service facility located at the Ontario International Airport. A second facility will soon be located approximately 70 miles away in Barstow. The East Valley Regional LNG/LCNG Fueling Facility will provide an alternative fueling location for UPS and other users in the event of the Ontario facility being out-of-service for any reason, and complements the proposed LNG facility located at Agua Mansa Road and the 60 Freeway. The proposed location is located within three miles of Interstate 215 and five miles of Interstate 10. This facility will have exposure to approximately 42,400 trucks operating along these two Interstate Highways. Studies have shown that most heavy-duty diesel truck users will seek diesel fuel within 3 miles of their current location; for alternative fuels this distance can be six miles, placing the proposed East Valley Regional LNG/LCNG Fueling Facility within range of these potential market for alternative fuel users. Users within the metro-San Bernardino area include the City of San Bernardino, the County of San Bernardino, Omnitrans, Cal-Trans, San Bernardino Unified School District, Colton School District, as well as private operators such as those trucking firms operating out of the Burlington Northern Santa Fe Intermodal Yard, Stater Brothers Markets and various others may also use this facility. City of San Bernardino East Valley LNG/LCNG Fueling Facility December 200 I South Coast Air Quality Management District LNG Refueling Stations in the South Coast Air Basin - RFP #P2002.19 The objectives include: I. Develop a fueling facility to support the City of San Bernardino's planned deployment of LNG refuse trucks; 2. Establish an initial regional fueling station capable of meeting the short-term fueling needs of LNG/LCNG vehicles operating under the SCAQMD 1190 series rules within the metro-San Bernardino area; 3. Provide a publicly accessible fueling f~cility that is operational 24-hours a day, seven days per week; 4. Provide a facility consistent with the South Coast Air Quality Management District's open architecture plan to ensure compatibility between stations in order to establish a true clean fuel network of facilities capable of servicing a range of vehicle types and applications - from light duty passenger cars to the 42,000 private diesel trucks operating through the 1215/1 I 0 crossroads. The proposed facility will consist of single above ground horizontal LNG storage tank of 15,000 gallon capacity, with the capability of adding an additional 15,000 gallon tank at a later time, should demand warrant. The system will consist of an L/CNG pump, an L/CNG system sequencing panel and control system, a 30,000 standard cubic feet compressed natural gas storage tank, two CNG dual-hose dispensers, (operating at both 3,000 psi and 3,600 psi), and a single LNG dispenser with capability to add a second LNG dispenser if volume should warrant. This equipment will be placed in an area of approximately 100 feet by 150 feet on the north side of the current petroleum fueling station located at the City of San Bernardino Municipal Service Yard, located at the intersection of Pershing and Redick Streets, approximately one block east of Arrowhead Avenue. The LNG dispenser will have a fill rate of approximately 40-gallons per minute and the CNG dispensers will have a fill rate of approximately 650' scfrn. (-8 gge/min.). The site will be available to the public on a 24-hour operation through a card-system. The primary fleet users would be the City of San Bernardino, the County of San Bernardino, Omnitrans, Cal-Trans, San Bernardino Unified School District, Colton School District, as well as private operators such as those trucking firms operating out of the Burlington Northern Santa Fe Intermodal Yard, Stater Brothers Markets and various other users including an armored car company, a pest control company and various small construction contractors. The facility would service light- to heavy- duty vehicles within the respective fleets, including sedans, pick-up trucks, dump trucks, refuse collection vehicles, street sweepers and other types of on- and off-road equipment. The following table shows the City of San Bernardino vehicle fleet, and a proposed conversion plan for converting vehicles to alternative fuels, starting in Calendar Year 2003. SITE LOCATION: Statement of Work -Item 2 The facility will be operational 24-hours a day, seven days per week. The proposed location is accessible by all private and public fleets through the public entrance located at the intersection of Pershing and Redick Streets, approximately one block east of Arrowhead Avenue. The City of San Bernardino East Valley LNG/LCNG Fueling Facility 2 December 200 I South Coast Air Quality Management District LNG Refueling Stations in the South Coast Air Basin - RFP #P2002-19 proposed location is located with three miles of Interstate 215 and five miles of Interstate 10. This facility will have exposure to approximately 42,400 diesel trucks operating along these two Interstate Highways. Studies have shown that most heavy-duty diesel truck users will seek diesel fuel. within 3 miles of their current location; for alternative fuels this distance can be six miles, placing the proposed East Valley Regional LNG/LCNG Fueling Facility within range of these potential market for alternative fuel users VEHICLE REQUIREMENTS: Stateme'!t of Work - Item 3 City of San Bernardino is committed to supporting the proposed East Valley LNG/LCNG Fueling Facility through a steady diesel/gasoline powered vehicles replacement program transitioning the fleet to clean burning natural gas heavy-, medium- and light-duty vehicles. As part of this replacement schedule, City of San Bernardino will replace 10 existing diesel waste hauling vehicles with natural gas units. The first year's 10-unit deployment will be in conjunction with the completion of the natural gas fueling station in San Bernardino at the East Valley Regional LNG/LCNG Fueling Facility. Furthermore, the City will annually replace an estimated 50 light-duty, 3 medium-duty and 12 heavy-duty conventional fuel vehicles with natural gas units. Based on City of,San Bernardino's historical use records, the 73 new alternative fuel vehicles that deployed each year will displace approximately 40,860 gallons of diesel and 35,219 gallons of gasoline per year. Thus, we expect that the City will consume an average of 748,000 LNG gallons per year during the first five-years of the facilities operation. Burrtec Waste Industries has committed to the purchase and deployment of 10 LNG powered trucks in 2003, which will fuel at the East Valley Regional LNG/LCNG Fueling Facility. With plans to deploy LNG powered units where cost effective refueling infrastructure is available, the planned public access LNG/LCNG fueling station being developed by City of San Bernardino will provide convenient fueling access for these trucks. Based on the historical diesel fuel usage of these vehicles, each of these 10 LNG trucks will consume approximately 125,000 gallons of LNG per year. The total diesel displacement resulting from City of San Bernardino vehicles, in addition to commitments already secured from San Bernardino County and Burrtec Waste Industries, is over 1.8 million gallons for the first five-years of the stations operations.. In addition to the local fleets already mentioned, this LNG/LCNG fueling station will have the ability to serve other existing LNG fleet operators traveling along through the region including the Jack B. Kelley Trucking, United Parcel Service, Vons, Raley's, Harris Ranch, Albertson's and potentially many others. The existence of an LNG/LCNG station in this location will enable other entities operating medium- and heavy-duty trucks both in the local area, as well as those traveling the route as part of their intra- or inter-state operations, to more easily make the transition away from diesel to clean burning natural gas. City of San Bernardino East Valley LNG/LCNG Fueling Facility 3 December 200 I South Coast Air Quality Management District LNG Refueling Stations in the South Coast Air Basin - RFP #P2002-19 PROJECT TEAM A:O;D I~-KIND SUPPORT: Statement of Work - Item 4 City of San Bernardino 300 North D Street San Bernardino, California 92418 (909) 384-5140 The agency implementing the project will be the City of San Bernardino. The specific Departments involved will be Development Services and Public Services. Due to the nature and scope of this project, the City will solicit for and enter into an agreement with a contractor to design, engineer, construct and operate the East Valley Regional LNG/LCNG Fueling Facility. The City regularly uses private vendors to perform public works and facilities projects of this type. Key Project staff include Ray Casey, City Engineer, Lynn Merrill, Director of Public Services and Lori Sassoon, Assistant to the City Administrator. Mr. Casey will oversee technical and engineering support in order to coordinate the development of the Request for Proposals for both the Design and construction through the City's Engineering Department. Technical assistance will be provided to Mr. Casey by Gladstein & Associate~, working under contract to SANBAG and SCAQMD. Mr. Merrill will serve as Project Manager and principal contact person for the construction and operation. Ms. Sassoon will provide inter-governmental liaison and grant management. The City has developed a project management infrastructure capable of managing large projects, as well as providing appropriate reporting on Federal and State funded projects. Reports shall be prepared and reviewed by the City Engineer and Project Manager relating to schedule, problem and issue resolution, and funding expenditure. Gladstein & Associates, LLC (G&A) 3015 Main Street, Suite 300 .santa Monica, California 90405 (310) 314-1934 Gladstein & Associates, LLC is a Southern California business specializing in project, program and policy development and communication strategies to accelerate the market penetration of alternative fuel vehicles in the Southern California marketplace. As founder and Director of the Interstate Clean Transportation Corridor Project the G&A team has developed and maintained the most successful planned clean fuel corridors consisting of 18 clean alternative fuel stations and 350 alternative fuel heavy-duty trucks. G&A staff has over 30 years of experience working with government, utilities, alternative fuel providers, engine and vehicle manufacturers, trade associations, large corporations, small businesses, and community-based organizations on alternative fuel vehicle, air quality, and advanced transportation issues. City of San Bernardino East Valley LNG/LCNG Fueling Facility 4 December 200 I South Coast Air Quality Management District LNG Refueling Stations in the South Coast Air Basin - RFP #P2002-19 Clifford E. Gladstein, President Clifford E. Gladstein, President of G&A and lCTC Project Director has over ten years of experience with air quality, energy and transportation issues. In his current capacity as a Program Specialist for the Department of Energy's Clean Cities Program, Mr. Gladstein is involved in the development and implementation of the City of Los Angeles and the Southern California Association of Government's Clean Cities efforts. He also assists Clean Cities Programs throughout the Western United States, helping them develop mechanisms to finance their activities and establish links through clean transportation corridors to other Clean Cities. Mr. Gladstein will provide over-site of all G&A activities, assist in the selection of the turnkey station developer and provide guidance on the integration of alternative fuel into City of San Bernardino' Temecula facility. Erik Neandross, Senior Associate Erik 1. Neandross, JCTC Project Manager, provides technology and marketing expertise in the areas of alternative fuel vehicle deployment, infrastructure development and financial planning for JCTC public and private partnerships. He is responsible for supervising infrastructure development and vehicle deployment along the 4-state JCTC corridor. This includes funding source identification and proposal development on behalf of JCTC stakeholders. Mr. Neandross will coordinate efforts to develop grant applications for station costs, provide assistance in the development of the stations Request for Proposals, continue outreach and education efforts with heavy-duty fleets to increase station throughputs, coordination with selected turnkey station developer and provide technical assistance on LNG/LCNG infrastructure and vehicle deployment issues. Subcontractors City of San Bernardino has not yet selected a subcontractor to construct this LNG/LCNG fueling facility. If approved for funding by the SCAQMD, the company will work with the JCTC to develop and release a RFP for this project. Through this process, City of San Bernardino will ensure that the selected vendor and/or its subcontractors have a valid contractor's license in the State of California and is licensed to perform the type of work for which the proposal is made (i.e. grading, paving, equipment installation, etc.). It will be required that the selected vendor is properly insured at the time of station installation. Furthermore, all subcontractors shall be required to keep and maintain all books, papers, records, and accounting reports relating to this project, pursuant to the guidelines contained within the contract between the SCAQMD and City of San Bernardino. Similarly, City of San Bernardino has not yet selected a vendor to supply LNG fuel to the facility. From conversations with the JCTC Project, City of San Bernardino understands that Applied LNG Technologies, Blue Fuels, and ENRG all offer LNG fuel deliveries for use in transportation applications in the state of California. City of San Bernardino East Valley LNGILCNG Fueling Facility 5 December 200 I South Coast Air Quality Management District LNG Refueling Stations in the South Coast Air Basin - RFP #P2002-l9 Levera/{ed Funds/In-Kind Support Funding Funding Cost Sharing Status Source Amount Percentage SANBAG CMAQ $ 911,859 73% Contract Executed AB2766 $ 59,100 5% Allocated by Council I % I General Funds $ 59,041 5% Allocated by Council I % I MSRC Match $ 76,792 6% Staff recommendation 11/01 SCAQMD RFP $ 143,208 11% #P2002-19 $1,250,000 100.00% TOTAL Through the support of the San Bernardino Associated Governments, South Coast Air Quality Managernent District, U.S. DOE, and its several other Steering Committee members, the JCTC anticipates that it will contribute approximately $2,500 per month in in-kind support for this project, or $30,000 per year. This number is determined by an average JCTC staff person's billing rate of $1 00 per hour, including overhead rate and fringe benefits and assumes approximately 25 hours of work per month dedicated to this project. EQUIPMENT SYSTEM DESIGN AND SPECIFICATIONS: Statement of Work - Item 5 City of San Bernardino will solicit bids to build the LNGILCNG fueling facility, with input and assistance from project sponsors including SCAQMD, SANBAG, and the JCTC Project. We believe that an RFP process offers the greatest opportunity to establish infrastructure that meets City of San Bernardino's performance needs in a cost-effective manner. The Project Team assembled has vast experience in managing a competitive bid process and facilitating the development of alternative fuel infrastructure, including the existing LNG stations at Harris Ranch in Coalinga, Vons in Santa Fe Springs, the City of Tulare and the nearly completed LNG stations to be operated by the City of Barstow and Riverside County Waste Management District. This team will undoubtedly have the ability to facilitate the establishment of another successful facility in San Bernardino. . The solicitation for this fueling station will require that all equipment and services, whether manufactured, purchased or subcontract, incorporate the latest technologies, be in accordance with the best and most feasible storage and fuel dispensing technologies available, and meet industry compatible equipment specifications and regulations. Major station components will have achieved acceptable reviews by the Underwriter Laboratories and all services and equipment utilized for this development shall comply with Title 8, California Code of Regulations, NFP A and any other local, state and federal rules and codes as applicable. The proposed station will initially store, dispense and meter liquefied natural gas (LNG) at levels capable of providing truck fleets with approximately 5,000 to 6,000 gallons of fuel each operating day. The station will be easily upgradeable with additional dispensing capabilities as City of San Bernardino East Valley LNGILCNG Fueling Facility 6 December 200 I South Coast Air Quality Management District LNG Refueling Stations in the South Coast Air Basin - RFP #P2002-19 demand dictates. The proposed station will be further equipped to fast-fill LCNG at both 3,000 psi and 3,600 psi from multiple fill points. Station Components (Initial Build Out) Bulk Storage Capacity 1 15,000 gallon bulk tank. Bulk Storage 165 psig maximum allowable working pressure (MA WP). Insulated to achieve a normal evaporative rate less than or equal to 0.5 percent per day. LNG Dispensing Pump 1 2-stage pump providing 95 psig minimum differential pressure at 60 gpm with a submerged pump to eliminate need for a cool down period. LNG Dispenser 1 Single hose with an average flow rate of 25 to 50 gpm. with piping and stub-ups to add 2 additional dispensers at a later date as demand dictates. LNG Metering Mass metering with an accuracy of plus or minus 1.5 percent (there will be a meter on each pump/dispenser). CNG Dispenser 2 Dual-hose dispenser capable of dispensing CNG at both 3,000 psi. and 3,600 psi. LCNG Storage 30,000 scf combined storage with priority sequencing Station Size and Operations Due to the size of the initial fleet being served, and the need to accommodate the unloading of full trailer quantities of fuel, the minimum storage requirement for this project is 15,000 (gross) gallons. No used equipment shall be considered. Saturation Pressure and Bulk Tank Requirements To accommodate a minimum delivered saturation pressure of 125 psig, the entire contents of the bulk storage tank shall be saturated. Due to the relatively high saturation pressures being delivered, the bulk tank shall have a maximum allowable working pressure of 165 psig or greater. Dispensing LNG Saturated LNG will be dispensed via a suitable cryogenic pump. Time is of the essence in the fueling operations of these vehicles. Therefore, no ground mounted pumps, or pumps requiring any significant cool down cycle, will be considered. No system which requires a pump-restart sequence after periods of non-use shall be considered. City of San Bernardino East Valley LNG/LCNG Fueling Facility 7 December 2001 South Coast Air Quality Management District LNG Refueling Stations in the South Coast Air Basin- RFP #P2002-19 Metering LNG To assure accuracy of metering, the meter shall be required to be mass meter LNG being dispensed within an accuracy of plus or minus 1.5 percent. Each dispenser shall display the amount of product dispensed in LNG gallons at standard conditions. Only dispensers and meters currently approved, or in process of receiving approval by the Division of Measurement of California Department of Food and Agriculture will be considered. Dispensing LCNG As required by Division of Measurement of California Department of Food and Agriculture, only National Type Evaluation Program (NTEP) dispensers will be used for the retail sale of LCNG to the general public. Because of the random and unpredictable nature of a public access fueling station, the dispensers will be required to dispense fuel at both 3,000 psi. and 3,600 psi. Because of the unique fueling requirements of full-size transit buses and school buses, one of the 3,600 psi fueling nozzles will be dedicated to these types of vehicles. Metering LCNG The only metering devices that will be accepted are those that are currently certified by the Division of Measurement of California Department of Food and Agriculture. Public Accessibility The LNG station will be accessible to the public 24 hours a day, 7 days a week. The station will incorporate an Industry Standard, universal card reader system to provide access and billing services only to trained and approved users. Data Collection The LNG facility will be in a cardlock system, which will allow for easy tracking of natural gas fuel usage. This information will then be compiled on a regular basis in electronic format (using Microsoft Office Software) and will be provided to the SCAQMD in quarterly and final reports. Warranties The vendor selected to build the station will be required to provide a one year "Onsite" warranty, including any emergency maintenance needed. The RFP will require potential vendors to provide a detailed description of the service, maintenance and repair of the station to assure that the station will be properly maintained. Compliance with Industry Standards, Codes and Applicable Regulations The LNG storage vessel to be used is designed to meet the design standard ASME Section VII Division 1. The station will be installed to meet all industry standards, codes and applicable regulations in effect at the time of installation. Because of the physical properties of LNG, the fuel dispensed from the station will far exceed the California Air Resources Board specification for methane content. Through the liquefaction process, the LNG is guaranteed to be 97 to 99 percent pure methane. City of San Bernardino will however require documentation from the fuel supplier to demonstrate the purity of the fuel. City of San Bernardino East Valley LNG,LCNG Fueling Facility 8 December 200 I South Coast Air Quality Management District LNG Refueling Stations in the South Coast Air Basin - RFP #P2002-19 FACILITY CONSTRUCTION AND OPERATION: Statement of Work - Jtem 6 Project Manager Lynn Merrill will act as the Project Manager and will oversee the implementation of this scope of work including engineering, planning, budgeting, permitting and construction of the facility. He will be responsible for keeping the project within b1:ldget, on time and meeting the contract commitments. Mr. Merrill will oversee the contract administration, including requests for funds from various agencies in addition to the SCAQMD. He will oversee the installation of the LNG fueling facility, working with permitting departments within the City of San Bernardino and the appropriate Fire Department to secure all necessary permits. Mr. Merrill will be assisted by the JCTC project's staff, a technical consultant and other subcontractors to be selected at a later date. In cooperation with the selected vendor, Mr. Merrill will coordinate with local planning, permitting and inspection agencies. As detailed above, a vendor will be competitively selected to supply turnkey installation of the LNG facility, including site preparation, permitting, station design, engineering and equipment installation. The selected vendor will report directly to Mr. Merrill and provide copies of all work product and status reports. Mr. Merrill will have daily oversight and management responsibilities for the project as a whole. He will maintain ongoing communications with the project team through regular meetings, phone calls, and e-mail communications, copied to all relevant project staff. Turnkey Station Developer If approved for funding, City of San Bernardino will work with the JCTC, SCAQMD and SANBAG to develop and release an RFP for this project. Through this process, City of San Bernardino will ensure that the selected vendor and/or its subcontractors have a valid contractor's license in the State of California and is licensed to perform the type of work for which the proposal is made. It will be required that the selected vendor is properly insured for the station installation. Furthermore, all subcontractors shall be required to keep and maintain all books, papers, records, and accounting reports relating to this project, pursuant to the guidelines contained within the contract between the SCAQMD and City of San Bernardino. Selection of the vendor will consider previous experience, cost, knowledge of LNG - fueling system technologies, knowledge of permitting process and the responsiveness of.the proposal. The selected vendor will be responsible for the engineering, facility construction, equipment installation and maintenance as discussed below. Engineering/Designer The minimum specifications for the station shall be designed by the JCTC and City of San Bernardino to meet the fueling demands of current and future fleets. The RFP will require potential vendors to provide specifications for all LNG components including at minimum: LNG and LCNG bulk storage tank, LNG trailer offloading station, saturation control, LNG dispensing pumps, LNG and CNG dispensers, LCNG odorization system, fueling authorization system, vapor management system, station controls, safety system. City of San Bernardino East Valley LNG/LCNG Fueling Facility 9 December 200 I South Coast Air Quality Management District LNG Refueling Stations in the South Coast Air Basin - RFP #P2002-19 Furthermore, the qualified, competitively selected vendor will be responsible for providing detailed drawings and specification for the station. Final work product will include at minimum: . A site plan detailing traffic flow, facility enclosures, the size and location of each station component and their relation to utility lines; . Cross-sections of the station components including any subsurface structures; . Structural plans; . Electrical plans; and . Mechanical plans. Facility General Contractor Facility construction will be included within the scope of work for the turnkey LNG fueling station. The selected vendor will be responsible for completing site improvements necessary to accommodate the LNG fueling station including at minimum: . Onsite electrical improvements and utility hookups; . Tank Foundation; . Installation of fencing and lighting; and . Containment wall. Equipment Installer Equipment installation will be included within the scope of work for the turnkey LNG fueling station. The vendor will be required to have a factory-authorized technician inspect all equipment, inspect the site installation, place the unit on line, and prove operation and functionality of all controls. Maintenance Contractor During the warranty period on the station, the vendor selected will maintain and repair the , company's new fueling station. At the time of station commissioning, and during the warranty period, the maintenance personnel responsible for City of San Bernardino' cardlock facility will be introduced to and trained to maintain the station. Additionally, the station contractor will provide training for the proper and safe operation of the fueling facility for City of San Bernardino, County of San Bernardino and Burrtec drivers, maintenance technicians and facility personnel. City of San Bernardino will schedule a kick-off meeting for all affected managers, vehicle operations and repair staff, transportation department personnel and drivers at the time of station commissioning. In the event the station needs servicing beyond the capabilities of City of San Bernardino personnel, the company will rely on the services of the station contractor, or another qualified company. The vendor selected to build the station will be required to provide a one year "Onsite" warranty, including any emergency maintenance needed. The RFP will require potential vendors to provide a detailed description of the service, maintenance and repair of the station to assure that the station will be properly maintained. City of San Bernardino will also consider a maintenance contract with the vendor selected to supply fuel. City of San Bernardino East Valley LNG/LCNG Fueling Facility 10 December 200 I South Coast Air Quality Management District LNG Refueling Stations in the South Coast Air Basin - RFP #P2002-19 Operator City of San Bernardino will own 'and operate the LNG/LCNG fueling station. The station development contractor will provide training for the proper and safe operation of the fueling facility for City of San Bernardino' personnel. The company will schedule a kick-off meeting for all affected managers, and tenant's vehicle operations and repair staff, transportation department personnel and drivers at the time of station commissioning. SYSTEM FUELING CAPABILITIES: Statement of Work - Item 7 As set forth in the station specifications, the LNG fueling station will be equipped a dispensing pump that provides 95 psig minimum differential pressure at 60 gpm (with modifications to allow for the addition of an additional dispensing pump at a later date). It shall utilize a submerged pump to eliminate need for a cool down period. The station shall also be equipped with one (I) LNG single hose dispenser with an average flow rate of25 to 50 gpm. LCNG will be dispensed at a rate of 650 sfm per minute, thereby allowing a fuel time comparable to gasoline. PERMITTING/CONSTRUCTION SCHEDULE AND OPERATION: Statement of Work - Item 8 Permitting process. Permitting of an LNG fueling facility requires close coordination with local agencies as they are typically unfamiliar with LNG fueling station technologies. It has been the experience of the ICTC Project team that including the local officials responsible for issuing permits during the initial planning phase of the project is instrumental to the efficient permitting of the facility. These preliminary discussions assist with the development of a more specific request for proposals (RFP), allowing the turnkey station developers to accurately identifY the cost and timeline of the project in their response. City of San Bernardino, with assistance for the ICTe Project team, will arrange a meeting between the Planning Department, Public Works and appropriate Fire Departments in the first quarter of2002. Agencies that may become involved could be both at the local city and/or county level. Because of the degree to which local municipal codes, regulations and permitting practices vary, there is no single rule to follow when undertaking such a project. Some general local codes that may come into play during such a project can include the following: . Uniform Building Code . Uniform Code for Building Construction . Uniform Electrical Code . . Uniform Fire Code . Uniform Housing Code . Uniform Mechanical Code Environmental review of this LNG fueling station development will require the greatest lead time as the process may take several months to gain approval. The improvement of the City of San Bernardino East Valley LNG/LCNG Fueling Facility II December 200 I South Coast Air Quality Management District LNG Refueling Stations in the South Coast Air Basin - RFP #P2002-19 property will be in accordance with all federal, state and local regulations, including the requirements of the California Environmental Quality Act (CEQA). An Initial Study (IS) will be conducted to determine if there is the potential for any significant adverse environmental impacts to result from the project. As this project is being developed on a recently improved parcel o(land, it is most likely that a Negative Declaration will be prepared. If, however, potentially significant and unmitigatable adverse impacts are identified an Environmental Impact Report (EIR) will be prepared. We do not anticipate the project being subject to NEPA, but sh,ould it be, a joint NEP AlCEQA document would. be prepared if approved by the co-lead agencies. Local Planning Departments have agency specific rules that may require a Conditional Use Permit, Variance or other discretionary action to be approved by the Planning Commission. In that City of San Bernardino' parcel is zoned for this type of use and is currently being utilized in a similar manner, it is not anticipated that a discretionary action will be necessary to develop this LNG station. Clarification of the Planning Department's requirements will be acquired before or during the preliminary agency meeting in the first quarter of2002. The Public Works Department is responsible for the review and approval of structural, electrical and mechanical plans for the natural gas fueling staHon. The selected turnkey station developer will be responsible for the coordination of all permits. While NFPA does not have the authority to permit new natural gas fueling facilities, the agency has developed what are considered to be the recommended best practices, or industry standards for such projects. . NFPA 59A, Standard for the Production, Storage and Handling of Liquefied Natural Gas (LNG), National Fire Protection Association, Quincy, MA 1996. . NFPA 57, Standard for Liquefied Natural Gas (LNG) Vehicular Fuel Systems, National Fire Protection Association, Quincy, MA 1996. . NFPA 52, Standard for Compressed Natural Gas Fuel Systems, National Fire Protection Association, Quincy, MA. Like NFP A, Cal OSHA does not currently regulate the construction of natural gas fueling stations, but does provide recommended best practices guidelines through Title 8 of the California pressure vessel code. Although permits are not required from Cal OSHA, the agency must be notified of all new natural gas fueling station development projects. Additionally, when complete, new natural gas fueling stations must be certified by a registered California engineer, knowledgeable in natural gas storage and dispensing systems, to be compliant with Title 8. Permitting Schedule Upon Notice of Award of funds from the South Coast Air Quality Management District, the City will prepare a request for Council Action, authorizing the release of the Request for Proposal. This will be completed within 45 days from award. Simultaneously during this time, the City will develop the Request for Proposal for the design of the LNG/LCNG Fueling Facility and prepare the necessary applications for inclusion in the Regional Transportation City of San Bernardino Easl Valley LNGiLCNG Fueling Facility 12 December 200 I ------------, South Coast Air Quality Management District LNG Refueling Stations in the South Coast Air Basin - RFP #P2002-19 Improvement Program (RTIP). Upon approval by the Council to authorize release of the RFP, the City will release the RFP. The City anticipates a 60-day selection process for the design consultant, with an award of contract anticipated 30 days after recommendation of the contractor. We anticipate approximately 120 days for design and engineering to be completed. Upon completion of the design and engineering process, the City will issue a bid package for the construction of the facility. We anticipate that this process will take approximately 60 days for the bid process, and 30 days for award of contract. Actual construction is expected to take approximately 180 days. Approximately 30 days will be required for acceptance testing and any miscellaneous unresolved issues. The entire length of time on this project will be approximately 555 days, or 19 months. Action Responsible Product START DATE COMPLETION Party Meeting between City City of San Identification of Bernardino local of San Bernardino, requirements; JCTC Project team and . provide . City/County agencies agencies with January 2002 March 2002 responsible for issuing LNG/LCNG permits or other type fueling station of project approvals information Prepare and complete Negative environmental review City of San Declaration process per California (possibility of May 2002 July 2002 Environmental Quality Bernardino Environmental Act(CEQA) Impact Report) Prepare/release Design City of San Design RFP , RFP Bernardino/ December 2001 February 2002 JCTC Negotiate! Award City of San Contract for Design RFP Bernardino/ Station Design February 2002 May 2002 JCTC Review/Approve City of San Approved July 2002 January 2003 Design Bernardino Design Prepare/release City of San Construction Construction RFP Bernardino/ RFP March 2003 May 2003 JCTC . Negotiate/ A ward City of San Contract for Bernardino/ Station May 2003 June 2003 Construction RFP JCTC Construction Obtain necessary Station Approved permits Developer Permits Installation of LNG Station Installation June 2003 October 2003 equipment Developer Complete City of San Bernardino East Valley LNGILCNG Fueling Facility 13 December 200 I South Coast Air Quality Management District LNG Refueling Stations in the South Coast Air Basin - RFP #P2002.19 Action Responsible Product START DATE COMPLETION Party LNG station system Station Testing October 2003 November 2003 start up and test Developer Complete Training and handoff City of San Training of LNG station to Bernardino/ Complete November 2003 November 2003 station operator Station Developer City of San Grand Opening LNG station Grand Bernardino/ December 2003 December 2003 Opening event fCTC/ Station Developer Operation City of San Bernardino intends to make the station accessible 24 hours per day 7 days a week. City of San Bernardino is aware that South Coast Air Quality Management District, in partnership with the Department of Energy and California Energy Commission, is currently funding an effort to develop a standardized protocol for access to and billing for natural gas fueling infrastructure throughout California. As a result of this effort and this station development project, City of San Bernardino is committed to assisting with this card reader protocol being established for California that will: . Authorize access to users trained for the specific fuel; . Provide payment processing through Commercial Fuel Network, Voyager, Mastercard, Visa and proprietary cards as optioned by the station owner (with the ability to include other entities as may become necessary); and . Allow for eventual implementation nationwide. City of San Bernardino hopes to contribute to the open-architecture card access system efforts and incorporate any new hardware and software specifications into its station to the extent that they are available. NEW FACILITY START UP: Work Statement - Item 9 The equipment supplier selected through the competitive bid process shall, as part of the contract, provide the necessary "start up services" including training of operation and maintenance personnel. The factory-authorized technician shall inspect all equipment, inspect the site installation, place the unit on line, prove operation and functionality of all controls. Onsite personnel shall receive a minimum of one day training in the proper operation and maintenance of the equipment. Preventative maintenance procedures shall be established and a manual provided. A site-specific log shall be provided and reviewed by the vendor during the one-year onsite maintenance period, after which time the City of San Bernardino will be responsible for logging preventative maintenance and repair services performed. City of San Bernardino East Valley LNG/LCNG Fueling Facility 14 December 200 I South Coast Air Quality Management District LNG Refueling Stations in the South Coast Air Basin.,. RFP #P2002-19 I SECTION B PROGRAM SCHEDULE For the period of time required by its contract with the SCAQMD, City of San Bernardino shall submit quarterly status reports meeting the guidelines contained within the contract between the SCAQMD and City of San Bernardino. Within these reports, City of San Bernardino will provide the fuel throughput and identify vehicle use 1:>f the station. This information may include the dispensed price of the fuel, time and date of fueling, vehicle mileage, and other relevant operational data. This data will be provided in a Microsoft Office electronic format. In addition to the quarterly status reports, the following schedule details the supportive documentation to be submitted, throughout the above described Scope of Work. Deliverable as Requested in Section V Date Completed I. Listing of every station installeq over the past five years by the July 2002/ August applicant's packager/installer or vendor. 2002 2. Detailed work statement describing how the tasks will be August 200 II performed September 2001 3. Detailed budget of proposed expenditures including the itemized September 200 II cost per item for all the equipment that is to be funded by the October 2001 AQMD 4. Monthly written progress reports, which summarize project results, June 2002 and achievement of milestones, any drawings or design specifications, November 2002 preliminary findings, and recommendations for completion of the project. 5. Monthly written progress reports where the AQMD has contracted Not applicable for construction management services. 6. Quarterly progress meetings, which may take place in person or December 200 I, via conference call. January, April, August and December 2002 7. Final report, including an executive summary; which fully Draft: describes the accomplishments in achieving the goals of the October 31, 2002 project. A draft final report will be submitted to the AQMD for Final: review and comment at least 60 days prior to submission of the December 31, 2002 final report. 8. A set of 5-inch by 7-inch color photographs and 35 mm color December 2002 slides, documenting the entire construction project. City of San Bernardino will provide any additional updates, including the preparation of a progress report and oral presentation for the AQMD's Annual Contractors' Review Meeting or other AQMD sponsored meeting, as requested by the SCAQMD City of San Bernardino East Valley LNG/LCNG Fueling Facility 15 December 200 I South Coast Air Quality Management District LNG Refueling Stations in the South Coast Air Basin - RFP #P2002-19 I SECTION C PROJECT ORGANIZATION Project Management Structure Mr. Merrill will oversee the implementation of this scope of work. He will be responsible for client interface and keeping the project within budget, on time and meeting the contract deliverable. Mr. Merrill will be responsible for contract administration and finance issues. He will also oversee the day-to-day operations; including keeping in regular contact with the SCAQMD, subcontractor(s), tracking deliverables, budget, and coordinating, directing and assigning tasks to staff and subcontractors. Program Monitoring Procedures City of San Bernardino shall monitor the development of the station with the assistance of the JCTC team. Using the project timeline as a guide, the Project team will proceed with tasks to complete development of the LNG statron in a timely manner. SECTION D and E QUALIFICATIONS and ASSIGNED PERSONNEL City of San Bernardino 300 North D Street San Bernardino, California 92418 (909) 384-5140 The agency implementing the project will be the City of San Bemardino. The specific Departments involved will be Development Services and Public Services. Due to the nature and scope ofthis project, the City will solicit for and enter into an agreement with a contractor to design, engineer, construct and operate the East Valley Regional LNG/LCNG Fueling Facility. The City regularly uses private vendors to perform public works and facilities projects of this type. Key Project staff include Ray Casey, City Engineer, Lynn Merrill, Director of Public Services and Lori Sassoon, Assistant to the City Administrator. Mr. Casey will oversee technical and engineering support in order to coordinate the development of the Request for Proposals for both the Design and construction through the City's Engineering Department. Technical assistance will be provided to Mr. Casey by Gladstein & Associates, working under contract to SANBAG and SCAQMD. Mr. Merrill will serve as Project Manager and principal contact person for the construction and operation. Ms. Sassoon will provide inter-governmental liaison and grant management. City of San Bernardino East Valley LNGiLCNG Fueling Facility 16 December 200 I South Coast Air Quality Management District LNG Refueling Stations in the South Coast Air Basin - RFP #P2002-19 The City has developed a project management infrastructure capable of managing large projects, as well as providing appropriate reporting on Federal and State funded projects. Reports shall be prepared and reviewed by the City Engineer and Project Manager relating to schedule, problem and issue resolution, and funding expenditure. The City has completed similar projects of this nature. Approximately four years ago, the City constructed a new diesel and gasoline fueling island at this proposed site. At that time, infrastructure was installed to support alternative fuel systems, including electrical and plumbing stub-outs, placement of concrete pads and support facilities. The City has previously identified potential design/build and operate vendors who would be capable of accomplishing this project in the time allocated. Therefore, the City does not anticipate any significant or insurmountable barriers to the timely completion ofthis project. In addition, the City has successfully applied for and managed CMAQ projects in the past. The City is currently performing a project to renovate the historic Santa Fe Depot, using funding sources such as TEA-21 funds. Staff has successfully worked with CalTrans on a variety of infrastructure and transportation issues, and has developed an excellent working relationship with CalTrans. Gladstein & Associates, LLC (G&A) 3015 Main Street, Suite 300 Santa Monica, California 90405 (310) 314-1934 Gladstein & Associates, LLC is a Southern California business specializing in project, program and policy development and communication strategies to accelerate the market penetration of alternative fuel vehicles in the Southern California marketplace. As founder and Director of the Interstate Clean Transportation Corridor Project the G&A team has developed and maintained the most successful planned clean fuel corridors consisting of 18 clean alternative fuel stations and 350 alternative fuel heavy-duty trucks. G&A staff has over 30 years of experience working with government, utilities, alternative fuel providers, engine and vehicle manufacturers, trade associations, large corporations, small businesses, and community-based organizations on alternative fuel vehicle, air quality, and advanced transportation issues. Clifford E. Gladstein. President Clifford E. Gladstein, President of G&A and ICTC Project Director has over ten years of experience with air quality, energy and transportation issues. In his current capacity as a Program Specialist for the Department of Energy's Clean Cities Program, Mr. Gladstein is involved in the development and implementation of the City of Los Angeles and the Southern California Association of Government's Clean Cities efforts. He also assists Clean Cities Programs throughout the Western United States, helping them develop mechanisms to finance their activities and establish links through clean transportation corridors to other Clean Cities. Mr. Gladstein will provide over-site of all G&A activities, assist in the selection of the turnkey station developer and provide guidance on the integration of alternative fuel into City of San Bernardino' Temecula facility. City of San Bernardino East Valley LNG/LCNG Fueling Facility 17 December 200 I South Coast Air Quality Management District LNG Refueling Stations in the South Coast Air Basin - RFP #P2002-19 Erik Neandross, Senior Associate Erik J. Neandross, fCTC Project Manager, provides technology and marketing expertise in the areas of alternative fuel vehicle deployment, infrastructure development and financial planning for fCTC public and private partnerships. He is responsible for supervising infrastructur~ development and vehicle deployment along the 4-state fCTC corridor. This includes funding source identification and proposal development on behalf of fCTC stakeholders. Mr. Neandross will coordinate efforts to develop grant applications for station costs, provide assistance in the development of the stations Request for Proposals, conti,nue outreach and education efforts with heavy-duty fleets to increase station throughputs, coordination with selected turnkey station developer and provide technical assistance on LNG/LeNG infrastructure and vehicle deployment issues. References for Gladstein & Associates Proiect Description: Harris Ranch LNG Fuelinll Station and Truck Deployment (Coalinlla, CA) Agency: California Energy Commission and Agency: San Joaquin Valley APCD Contact: Jerry Wiens Contact: Dave Crow Title: Project Manager Title: Executive Director Telephone number: (916) 654-4649 Telephone number: (230-6000 Proiect Description: Tulare LNG/LCNG Fuelinll Station (Tulare, CA) Agency: San Joaquin Valley CCP and Agency: Gas Technology Institute Contact: Bob Riding Contact: Rajeana Gable Title: Clean Air Transportation Program Manager Title: Director, Natural Gas Transportation Telephone number: (559) 263-5530 Technology Telephone number: (303) 433-2999 Proiect Description: Vons' LNG Fuelinll Station and Truck Deployment (Buena Park. CA) Agency: Mobile Source Air Pollution Reduction Review Committee Contact: Ray Gorski Title: Technical Advisor Telephone number: (909) 396-2479 Proiect Description: Waste Manallement LNG Fuelinll Station and Truck Deployment (EI Caion. CA) Agency: Department of Energy and Agency: California Energy Commission San Diego Regional Clean Fuels Coalition Contact: Lilly Ghaffari Contact: Alan Ridley Title: Project Manager Title: Clean Cities Coordinator Telephone number: (916) 654-4650 Telephone! number: (858) 538-3519 Proiect Description: Barstow LNG/LCNG Fuelinll Station (Barstow, CA) Agency: Mojave Desert Air Quality Management Agency: San Bernardino Associated Governments District Contact: Michelle Kirkhoff Contact: Cynthia Ravenstein Title: Director of Air Quality/ Mobility Program Title: Transportation & Small Business Telephone number: (760) 884-8276 Coordinator Telephone number: (760) 245-1661 City of San Bernardino East Valley LNG/LCNG Fueling Facility 18 December 2001 South Coast Air Quality Management District LNG Refueling Stations in the South Coast Air Basin - RFP #P2002.19 I SECTION F SUBCONTRACTORS City of San Bernardino has not contracted with a vendor to complete any portion of the station's development or fuel supply. As previously detailed, a Request for Proposals (RFP) will be issued to competitively select a turnkey station developer. The City of San Bernardino research and prepare a list of LNG Station Vendors that will receive the RFP. Historically, the selected project team consists of several companies pooling their expertise, developing a team that will successfully perform the scope of work. The selection criteria and experience of the RFP review committee will assure that the selected project team is experienced and competent. I SECTION G CONFLICT OF INTEREST City of San Bernardino does not perceive any conflict of interest with other clients affected by actions performed by City of San Bernardino on behalf of the SCAQMD. I SECTION H ADDITIONAL DATA None. City of San Bernardino East Valley LNGILCNG Fueling Facility 19 December 2001 ATTACHMENT 1 LNG/LCNG Fueling Station Proj~cted Annual Throughput South Coast Air Quality Management District RFP for Development of LNG Refueling Stations in the South Coast Air Basin Response to Request for Proposals #P2002-19 Prepared by: City of San Bernardino San Bernardino, CA . December 4,2001 ~ w ~ z.. .. g g~ ~ 2~~. ! . ~~8 0 ~ ~ ~~ ~~~ ~ N ". O~ ~ :: oo ~~ '>:." ;~ ~ <D~ ~ ~;: .. N..:;! ~ ~ N . .. ~" /- _ N " . .. N ~ 0 I' ~ >~~~.~ 0 0 ~ .. ~ !'~~ "U . ~~8 . ~ N .. . "- ::f :: ~ .. . ~ l~ N ~ ~ -::< :l -. .. -~ ~ :! ~ .. I.. I- ! I,'r o~~ ~ N8~ Z "U = ~~8. ~ :! :! "- N ~ ::::l ~ .. . ,.; = 0 I;: -N~ _N .. = Q. N .. -::< N -. .. -~ :! :I: .. C) ~ ::::l ~ ~ 0 . ~ og~ ! ~~~ ~ .u " ~~8 I: 1;, .. ..: 0 . "- N ~ "'~lEi :i .. ~ N oft :I: :c -;! ~ -. .. .~ ~ :!' ; l- II ...J !E <( w ~ 0 ::::l ~~~H ~~~ ~~ "U . ~~8 ~ 1;, .. OZ : . "- 0 ~ '. ~ N Ii zZ -;! : -. .. -" L.. NN" ~ ~ :! -<( W N Cc " ":w ~ <(I- \I 0 ~ ~ zo . ill ~~~ ~ ~~-~ ~. N~~ " ~ii!8 z oo oo .. "l .. ..:W 0 o. .. ; ~ > N~ " -;:!: : .. .. :;! N' :! w-. 3 . . ~ ~ mO z": .. g g t .~ :c z <(~ ~ 0 9 .. .. ii: UlZ ~ ~ ~ g ~ ~ g E ~ .. lLO , .. .. Oi= z ~ g il g ::> ::> i 0 .. .. 5~ u u u <J Z Z ~ " " " " 0 0 ~ 3 z 3 3 u u ~ .. " " C) " 1 ! i ! 1 z 3 z w 0 0 i .. :J m E 0 ... ... . ~ ~ w z . ~ ~ t ~ .. .. ;! h~ t t t ::> ::> ::::l z z Z lL i!; > Z . Z " Z Z Z C) Ii 1~1 : .. .. l: . > ~ ~ .. Z ~ ! ~~~ ~ 0 .~. ~:!j! iali li:> z g ..J } ~.~ ~~ 1~9 .. c.; li"'. ~"> .. H io ~~~ 9~ .... z Ii>'" 0 ...J ......I~~ U)~.2 I~~ .... :ll_~ .' I~, ~1~11I >. ilgl[l . > , h~ ~ E g ..' ~ . ~,~ ,; iiu ~.~ .. . ~ ~~!i i g" o~" ~'5~ ~U.r: - .r ,s"]! :'__.. !l'illi ,. E~l 8~t o~l :;:: !! af = 'o~ E~~ I~J. n~ HiS H. '!SCE 1501 "~j ~~~ I:: I~~ t~i ~ ~- ~~! z<~ ,f<~ ~-(! ~ 0 88 0 ~ 0 g NO; ~ oft -. .. " N . 0 ". 000 0 s ~;.. '.. .. ";-' 0 0 I" 8& 0 0 .. ~ N~ .; N .. -~ ~ " .88. ~. 0 " ~ w :c .!' 0 Il N " !E' .. ~ .88 0 g 0 .. oo. ~. N!' .; 0 N N " ~ \I ~ 0 ill N88 0 N >. .oo ~ ~ 11 " ~ z z 0 2 ~ ;:: .... .. .. Z .. .. ~" ::> ::> .. .. z z ~ 0 0 u u " " 0 z z iO .. ... ~ E .. .. ~ .. .. ::> ::> iii z z z z m Ii .. .. Z ~ ~ ... ;! ~ ~ 11 ~ z g ;~ ... ~il~ ;:! ,~" g ....... 2. ~', ~" ,.,. H~ ~ ~ ~~~ . ~ ~~'. .. :~~ 08" ~'.~ dGi~ , . ,,~ JI ~: "'-" 1~ .,. .. c~ ~. ~ ,.: ~ , ]j .,.. , 0 z <~ 0 0 ~g 0 0 ~ '..' ~ O. ~ N N" ~ oo -!' 0 N .,: I. 0 k 0 000 0 ~ ~ N " ~ ,'.' ,.,,'1: "',.0 00 0 ~ ~"'t :'r,;; N .... .,. ~;<. :~ 0 0 0 00 0 ~ -"", ~ ""> N ~ " f;j 0 :c 51 Il 000 0 ~. 5 N ~ o~~ 0 .. 0 0 ~ ~ ~ W. -N" ~ ~ .. -!' " N N U ~; Z z 2 0 w .... ii: " .. ~ .. .. ll! ::> ::> .. .. ~. z z 0 8 u i " " z z .. ~ E .. .. " ~ ~ ~ m ::> .,' z z ..,." . ~ z .. " " ~ ... " ~ ~ ~ . z 11 ~> \. ) _0 .. i:C ~ > ~ g I : 'il~ .~ I': ~ cf~ e::: ~. '1 g .u :..'0 g'! ,;8 u~ "~ Ih ' . ~. "!~ ~i i iS~ 0 c ~1! c~ 8 .N j on .... .. ..; ;! I ..; on 3 N ., on .. ... 1 ~. ~ i '" " . ;;; . " N ~ .. ! .. on .. .... 1 .,; ... ! .... '" on '" t ., .. '" ~ .... ...... on .,; ;1\ ;! N .. ~ on "Z zz i .. bo <(0 "!. z;:: .,- ;; iS~ ~~ ~ ... O:w ~~ l! <(... z ~o -0 ~ <(0 WIL "IL . .,;:: 11I0 0:0 .. lL<( Z., 0., a 0.... <(0: 1L0: ; ~., .,;,S ~;,S -" 2 "Z ~> !l;> ~ o:!::l ~:= "on 0(3 ".... -., 0" 1 ILZ "0: 0:0: ~... 0:- 1 OlL :l:1L ...." ....0: :1:0 lLo: 5 "z ....w "w ,,> z> ,,- ...0 ..JO . li!~ :l:Z I~ ~ i!:~ ,,0 ~ ,,;:: S j "w ~:! Zlll ... :1:" ., 1 ..J ...." w" !i <( "z "Z ::> z" ~!::l . z i~ . ~ w(3 . " ~3 . ~ " " t b 0 z I .... W is " " ~ a: - <( ... W z i ;'( a: W III :- ~ t lffi h Il~ ATTACHMENT 2 Letters of Support South Coast Air Quality Management District RFP for Development of LNG Refueling Stations in the South Coast Air Basin Response to Request for Proposals #P2002-19 Prepared by: City of San Bernardino San Bernardino, CA December 4, 2001 Received: 121 3101 10:'15AM; 909 384T5190 -> G~ads~ein & Associa~es. LLC; Page 2 12/03/01 11:54 S.B. PUBLIC SERVICES ~ 310 314 9196 NO. 653 002 BURRTEC WASTE INDUSTRIES, INC. May 31,2001 . Ms. Lori Sas500n Assistant to the City Administrator City of San Bernardino 300 N. 00" St, 6th Floor San BernardinO,CA 92418 Dear Ms. Sassoon: On behalf of Burrtec Waste Industries. I am writing to express support for the City of San Bernardino's East Valley Regional LNGn.CNG funding request from the San Bemardino Assoeiated Govemments CMAQ Call for Projects. The planned public access LNGILCNG fueling station at the City's corporate yard location will provide convenient fueHng access to our company and will allow Surrtec to continue to implement an aggressive altemallve fuel truck deployment plan within the South Coast Air Basin. . By the expected opening date of this fueling station, our company anticipates that it will h~ve 10 LNG refuse trucks operating In the City'of San Bernardino - from Burrtec's Fontana depot Baaed on the historical diesel fuel usage of these vehicles, we expect that use of LNG 10 effectively displace approximately 12,500 gallons of diesel fuel consumption per truck per year. Burrtec Waste Industries is proud to endorse the efforts of the City of San Bemardino to expand the use of alternatives to diesel fuel in the Iight-, medium- and heavY-duty vehicle sectors, while at the same time significantly improving the local quality air quality for the residents of the Inland Empire. Thank you for your consideration. If you have any questions about our company and/or its support of this project, please do not hesitate to call me at (909) 429-4200. Sincerely, ~ ~c.k.. \or~ J Chuck Tobin Director, Project Development 989a Cherry Avenue' Fom" ,,,,. California 92335 . 909-429-4200 . FAX 909.429.4290 Receivef3: 12/ 3/01 10:16AM; 909 384+5190.> Gladstein & Associa~es. LLCj Page 3 12/03/01 11:54 S.B. PUBLIC SERVICES ~ 310 314 9196 LARTMENT OF PUBLIC WORKS .' ,IiiiI CIlIl11llIl. . liIMS ' RIGlOIW.PAIU - SllIIVOOR - 'lIWI$PGftTAnOH ' WArn IVmM 11$1""1111111 Slrwt _ SlIIlerna'dinD. ClIZ41s.0a3S ' (101) 31H104 Fu (lotl187~130 NO. 653 Gl03 \ou""" "" .,." 1ll~"",,,NU ECOIllIMIC DEVElOPMEIIT AND PUIUC SllIVlCES GROUP KEN A. Mll:.l!R Direo\Or 01 P....,'<: Wo... May 31..2001 Leri Sassoon 300 N. .0' Street. 6'" Floor San BernardIno, CA 92418 Dear Ms. Sassoon: On behalf of San Bernardino County Depaltment or Publi:: Works, I am wriling to express support for the City of San Bernardino Eut VaHey Regional LNGILCNG funclinV request from the San Bernardino As$Ocialecl GO\'emmenl& CMAQ Call for Projeds. The planned public access I.NGIlCNG fueling station at the Cfty's corporate yard locatlo~ wi. provide convenierlt fueling a~ 10 our agency and will allow San Bemardlno County Department of Public Works to Implement 8n aggressive eltemet1ve fuel trut:k deployment plan within the South Coast Air Ba6ln. . WIthin a short periccl following the expected OJ)8ning dete of this fueling $tatiCl'l. our agency anticipates that it 'MllllaVe (2) L.NG trucks OP!lrating In lite vidrity or the fueling site in the City of San Bemardino with (4) acfdillonal in tile to.owing fiscal year: (4) lldditionallhe next foDowlng fiscal Yllar; (8) additional in the I1IXl following fiscal year and (0) the next fOllowing I\scal year. Based on !hI! historic diesel fuel Ullage or lh.. vehicles, we expectlhe use of LNG to effectively displace approximately 3,000 gallons of diesel fuel consumption per truck pet year. San Bemarclino county Dep8l1l'llent of Public Worl(s is plOud to .ndorse the efforlS of the City of San Bemardino 10 e~nd the use of a1l1imatives to diesel fuel'" the Ilght-, mediufTIo and heavy-duly vehicle GEldors, while at !he same lime lilgniflcantly imprO'lin!) the local air QuaDty fat the residents of the Inland Empire. Tllank you for your consideration-. If you have any quesllon about our agency and/or its support of this project. please do not hesitate to call me at (909) 387-8080. Sincerely, ~ ~~~.~ Rick Ferguson, Equipment Superintendent Department of Public Works TnlnsportatlonlFlood Control RLF:\W cc; Ken Miller, Director of Department or Public WOr1li Ted GoIonclZini.r. Assistant Director. Operations, Department of Publie Works Julie GII\:Iert , Field Representative for Second Dllilrlct Supervisor Jon Mikels ':"..::..~:.:...,,'::-:, ;.;o>\'\:C':ri..>'" ~t.....,..\:, A~:I"':f:!:o:';1 ~~ "I' r.'!!.t:"'~ ~;':_ 'C~~!.:.:a ':-:~.:. \!.:<,::~::, '4~';':11::' s.:;:-.....v:!i:.".... ::-~~ :":~'.,:;: ~"::;:~:: S ~:;,"s:~::;;.;:.~.:;.: ... ' . "';';-Hj ...,:-.:;, .. _ S.U:l::;"\C :;~;l':-: ~~:.:.; ,~~.!!:'~ " .' .. . _. . :':'\'t~:~':: ;:":l'''l: ..",:,~::';Y :s:....,!S .','.... . I":!~,: ;':'i,f;'.':; '::;"''.I;:'''1''t;\ ;'''.!:''::1:':. :.,~-;~; .I-=-:-:~ ......~.'~;.' :;;1'".:':'."': ~:.~.I~n:.~;o.t..~ .', 11. - - TQ~~ P.61 INTERSTATE CLEAN TRANSPORTATION CORRIDOR December I, 200 I Larry Watkins, Program Supervisor Technology Advancement South Coast Air Quality Management District 21865 East Copley Drive Diamond Bar, CA 91765 Dear Mr. Watkins: On behalf of the Interstate Clean Transportation Corridor (JCTC) Project, I would like to express strong support for the City of San Bernardino's proposed public access LNG/LCNG fueling station. Through the development of this public access fueling facility, the refuse industry operating within the South Coast Air Basin, as well as all of the heavy-duty fleet operators now effected by the South Coast AQMD's progressive I 190 Rules, will be assured of a reliable and consistent fueling infrastructure throughout the region. Additionally, the JCTC is proud to endorse San Bernardino's project as it contributes to our goal of establishing economically sustainable corridors to support clean, alternative fuel vehicles (AFV s) moving freight between non-attainment areas and Clean Cities in the western United States. Once established, this fueling station will provide a critical link along the Interstate Clean Transportation Corridor, the nation's most successful clean fuel corridor project. As such, fleet operators throughout the region will feel more comfortable in deploying and operating clean burning, natural gas trucks, thus even further increasing the quality of the air in the South Coast Air Basin. We respectfully urge you to approve San Bernardino's proposal, which is in alignment with JCTC Project goals to attain and maintain clean transportation fuel corridors. On behalf of the entire JCTC Project, I thank you for your consideration of this project. If you have any questions about the JCTC and/or our support of this project, please do not hesitate to call me (310) 314-0802. Sincerely, ~s JCTC Project Manager C/o Gladstein & Associates, LLC: 3015 Main Street, Suite 300 . Santa Monica, CA 90405 .Tel: 310-314-1934 . Fax: 310-314-9196 -- South Coast Air Quality Management District RFP for Development of L~G Refueling Stations in the South Coast Air Basin Response to Request for Proposals #P2002-19 !~_._-_......_.__.................__.._-_._.........................--.....................--.-...--......-.......................-...........-....................---..--.........-..........--.--................................----.----------, ! ; i Volume II I I L--~~o~s~ : Prepared by: City of San Bernardino San Bernardino, CA December 4,2001 . RFP P2002-19: December 4,2001 Development of LNG Refueling Stations in the South Coast Air Basin Volume II -Table of Contents ::ost Proposal Page(s) Cost Proposal Northstar Quote 1 2 , City of San Bernardino 300 N. "D" Street, 4th Floor San Bernardino, California 92418 VOLUME II - COST PROPOSAL Line Item SCAQMD RFP Cost Share Total #P2002-19 Labor -0- -0- -0- Subcontractor Costs -0- -0- -0- Travel Costs -0- -0- -0- Other Direct Costs 15,000 gallon LNG bulk tank $143,208 $36,792 $180,000 LNG pump skid and vaporizer -0- $110,000 $110,000 (includes LNG pump) LNG dispenser (dual hose) -0- $110,000 $110,000 650 scfLCNG pump -0- $80,000 $80,000 High-pressure vaporizer -0- $40,000 $40,000 60,000 scf. CNG storage -0- $90,000 $90,000 2 CNG dispensers -0- $75,000 $75,000 Station controls & offioading -0- $80,000 $80,000 panel Expansion capabilities -0- $55,000 $55,000 Site Work -0- , $230,000 $230,000 Installation -0- . $200,000 $200,000 $143,208 $1,106,792 $1,250,000 A. TOTAL NORTHSTAR,INc. P.O. Box 1342 Evanston WY 82931 180 Mountain View Drive Evanslon WY 82930 3071789-5088 Phone 3071789-8062 Fax December 3, 200 1 Erik Neandross Gladstein & Associates 3015 Main Street, Suite 300 Santa Monica CA 90405 Dear Erik: NorthStar is pleased to provide a budgetary estimate for an LNG & LCNG private / public access fueling facility in California. After final station specifications are prepared, we look forward to providing a firm fixed price for the work. This estimate is for a turnkey station, with all Engineering, permits, site improvements, process equipment, installation, training, and warranty service provided by NorthStar. Equipment highlights are as follows: ~ One vertical 16,000-gallon (gross) LNG storage tank. Foundations and containment will support a second future tank. ~ An LNG pump skid capable of either offloading LNG transports or fueling up to two LNG vehicles simultaneously. Integral to the skid is a forced-air vaporizer to increase LNG saturation pressure prior to fueling vehicles. ~ A PLC-based control system that will monitor all aspects of the station, perform fueling operations, and communicate with the customer's fuel management system. ~ A stand-alone dual-hose LNG dispenser, similar to the unit we installed at the City of Tulare. A second piping trench and spare electrical conduit will allow a second dispenser to be added in the future. ~ An 8-gpm LCNG pump and high~pressure vaporizer will produce CNG at a rate of 650 scfm. ~ CNG storage of 60,000 scf in a three-bank cascade. ~ Two dual-hose CNG dispensers. ~ A canopy over the fueling area. Other site improvements include driveways, paving, security, area lighting, and power to our control panel. Please keep in mind that these costs could vary when actual facility drawings are produced. Budgetary Estimate LNG / LCNG Turnkey Facility......_.........................................................................$ 1,250,000.00 If you have any questions please contact me at 952/953-6261. Tom Chrisfield Lead Engineer South Coast Air Quality Management District RFP for Development of L~G Refueling Stations in the South Coast Air Basin Response to Request for Proposals #P2002-19 !",..__.__._~.~.._.._............_.__._....._._...._m"_"''''''__.........................._..........__............................._.._.........--..--................---.................-.........................--.............--.................-----, ! ! I V olume III I . i 1 Certifications and I ; I Representations ! L___..._.___........_..................._..__._...............---...-..........---..-..--.........-.-.-........--.--..---..-..--...-.-...-........----...--..---.---_._.._...._---~ Prepared by: City of San Bernardino San Bernardino, CA December 4,2001 I ATTACHMENT A CERTIFICA nONS AND REPRESENTA nONS State of Incorporation and Tax Standing 1. If the Contractor is a corporation please list your state of incorporation California 2. The Contractor hereby attests that it is in good tax standing with the State of California as of the date set forth below. Company Name and Address: City of San Bernardino 300 North D Street San Bernardino, CA 92418 Name of Authorized Representative ~/IItJ Lynn Merrill Director of Public Services /tl1' /0/ Date .. i1"'""-.~";{-.~ 5c:>uth Cc:>a.st .A.lr Quality' JV\anagement: Distric.t 21865 E. Copley Drive. Dlarn.oncl Bar. CA 91765-4182 (909) 396-2000 To Whom It May Concern: Federal Income Tax Law requires our District to file information returns for "services rendered" by certain individuals and others. The code provides that the Taxpayer Identification Number of the "payment recipient" (you) must be furnished upon request to the "service recipient" (us). According to the regulations, effective January 1, 1984, if the payee fails to provide the Correct ill Number, payments may be subject to 20% Backup Federal Income Tax Withholding by our District, and the payee is further subject to a penalty of $50.00 by the IRS. In order to help us comply with our reporting responsibilities and to protect yourself from withholding or penalty, please provide the following information and complete the attached W-9 form, and retiun both documents. I. NINE DIGIT Federal Identification No. 95-600072 or Social Security No. (please print) 2. ENTITY (check one) Individual Corporation X Partnership Sole Proprietorship Other ( specify) S" -?~L M "n 19nature yon em II hO~1 Date Director of Public Services Title . nt By: Gladsteln & Assoelates, LLC; >o<m W-9 310 314 9196; Nov.30-01 2:03PM; Page 213 Request for Taxpayer Identification Number and Certification Give form to the requeSlet. Do not send 10 the IRS. (Rev.Ol!Cp.mbP.r20CK>> ""pM"l'lIC OIlhe r...s....., lnJtrT1.."Nf';"I:l"IUt~c NIIJ'NI! t~ $peCWc h'rW\.ICtIonI Ql"I ~QC 2-) City 01 San Be,~rdll'lO ! ~ l s J .. Bu~in.ss 1\iIrT1e', if different t,om ebo"'l!. (See $peG1tk: lMUUCtJons on PII9f'!' 2.) City. SI~t8. ~nd lIP code San B.manllno. CA 112.18 TalC 8 ., Identification Number (TIN) Enler )'Oll! TIN in th... appropriate bolt. For individual!i. thi,. is your social security number ISSN). However. lor a r__ all.n, sola proprietor. or dlsregatCl*d ~. Me the Pan I insttuctions on pel. 2. For othCf cnlitic$. it is your Clmplo~9I' identiftC.)(ion r1umbf!r IEIN). If you rin not h~v@ a number. SIre How to get . TIN on page 2. Nola: If the ilccounl '5 in more rhan one 11lIfT1e, ~ the chtlrt on page 2 for guK1Cll1JC5 on wtlOsc numlJCf Co OnlCt'. CeniflCalion Ut\d8f' ~8nalties of perjury. I certify that: 1. The numbof' shown on thiS IOM'l is my COrfftCt lilXpil)'P.r ldentificilllc:m number lor 18m waiting for 8 number to be issuod to me). arad 2. 1 am not ~lJbje<;t to ba~kup withholding because: (I) I em exempt from backup withholdlnj:J. Of (b) I nave not IJeffn notifi~ by lhe Internal Revenue Service (IRS) that I am subject to backup w1ltlhOldirlg as a t~ul( 01 a fttilurp. to rp.f'lOIt all interest or dividends. or (e) lhe IRS has "ourled me thIn I am no Ionget' SUDjKl to backup withholding. .n:I 3. I am a U.S. pe~n (including I U.S. resident elien). Certificalion ,nSUVC:lionl. Yoo must CfO'$S out Item Z above It ~ou haw been ,10tified by U1P' IRS tholE YOU'" currently subjt!C:I to backl,Jp withholding beCaUS8 you have ',ailed to r.pert all inter.M and dividflt1ds on your tax retum. For real eM8te tran~lIon50. item 2: does not apply. Fnr mnrt!JAOf! intere<>t paid. acquisinon Of abandonmQnt 01 secured property. cancellation of debt, contributions to an individ~1 retirement arrangomerlt PRA). and generillly. pill S Ot:her thelln inter~t and dividends. you are not tequired to sign the CertifICation. but)'ou must prnvtde yol.It tQfTect TIN. (See the in~ lon5 on ptlgtl Z.) CllGck appropriate box; 0 InClh'ldy;)11So1e ptopr>etOf Addre!io~ (nun1Det". 11tl!!CI. 11/\(1 ;lpl.. Ot Suite rxt.) 300 Nortll 0 Slrm Sign Here Signalure of U.S. pIIr~on ~ Purpose of form A person whO Is rQQUltHd to me an infurmatiun return with u~ IRS muM y1.:\ 'f'NI \;UIIUct tOJ.p~ identifICation number (TIN) 10 u!:pM. 10t example. income paid to you. real estelte tramactlons. mortgage I('(_est you pilid. ecqulslCiCln 01 abenoonrnel1t Of sec\lfed pt'QIXlny. carcP.llation of dP.ht. Of r.nntnhullt'ln'\ you mlltW! to M11R.A. Ute Form W~. onIJ if JOU we . U.s. person (1f'IC1U(tIng e reslOCIlt alkm). to gtve )'OUf corrftCt TIN to the person reqUG3tiny it lth_ request..-) and. when I\Ppliceble. to; 1. Certify the TIN ~ lire giving is correct lor you a~ W8iting for a number to be 15S1JOCI). 2. Certify you are not SUbjQCt to bKkup witt'lholding. ~ 3. Claim cxetnptiOnfrorn backup withholding if you ere a U. S. ellelnpt pl1yet:. If you .n::: 8 foteivn prJGn. use 1M .~11t Form w... $" PIm. $15. Wltnhokllng uf TOil on Nonresident Aliens and Foreign Corporation~. Notr. If" reque~ gJvtos you . 101m otnOf UMn Form W.9 to roqullS' your TIN. you must UK the rcqucS1Cf'S rOfrtl if it is svbsr~nt..ny sim~r (0 this Farm W.9. ~ COIpClfat'0I1 o F'4Ibl,m.l<i~ ~ or ~ $5t000772 WI'm I' DackUp ~d..~ldlng1 PlHSOOS Molking CP.l'Ultn ~nt, 10 you must wllht\Q/(t ,n(J P;.'ly to t~ IRS 31% 01 5Vth paymfJf'lt50 under certain condi\iorn;. This is c;.alled ~biIcku~ withholding.- Payr""'lllJ t1~ n~y tN :;ubj4lct. to biK;kup withhOlding Inr.luOO Il:lt:l)I'(!:'it. (tIVl('U)n(lo;. brOlC~r ,and b.rter exchAnge tr8n~c.ticn5. rl!!nt~. royal\iCfS. IlOn8mployev ~ilY. and cll1iJfn payments from """Itag bol" opetocor.". Reol r.r;tltCe tl1l~ion, are not s~ to backup withholding. If you give the requester your correct TIN, milk. U. ptopef celtificilliOr15. and r1!port .n ycut tol"'~C intarQ':it and dividends on your tox return. p.l)'lTlQnl.S you receive will noc be subject to backup wfthholding. Plymerth you ree.lVe ~ be suIljOC.lo book\lp Wl_ If; 1. YOU Co not lurnt51'1 your IIN to thO rcquo~r. 01 2. You do no( cerlify YOUl TIN when rGquircd (see lhe Pen: 1lI1MtrucUons on page Z for detilil:s). or :I. The IRS tells lhe requeslll th~t you n.lfnl~ed l'n In(.OOect TIN, or ~. I he IH:~ toll$ you tnat you art.l sub~ tu beckup withholdin9 beclUY you did not r~pott ;)11 your int~nt and dividends on your tltll r.tyrn fl"nr repMl'lble interest end Cllvkfcnos only), or Cut. No. 10231X o OUIl'!'l .. ..._nn....__.__...............n.... ReqJest..,'s name end address (opllOnaQ Soulh Coaal AQMD 21865 Copley Driv. Diamond Bar, CA 91765 U!OI acxtlutll nu""*'''') hllrf! (npllnMQ FOf U.S. paJ0e5 bempl From ....kup WIthholding (See the insClUctions on pl!lgc Z.) ~ 0... . I 5. You do net certify t.u the requester hi you ar. nut $U~ to b<J<;kup ~hhOlding urMJlt .. lIbOVe (for repcrtable InceroSl and CIMOQrId ItCcnunt5 oPflMd "It.,. 1983 only). Cell..n _ end paymenls .,., emnpt from backup withholding. See h Part II tnsVuctioM .nd ttw sep_OJtf' Im1NCtian5 for .he ~ 01/ Form W.9. PelUllti8s Fa6ILn: 10 Unlsh TIN. If you fail to (uml$h you correa TIN to . requestl!l". you .re subject to . pen~ty of $50 for each such fililu"e unless 'fOUl hllkle IS due to reasonable cause and not to wlJrrul negleCt. CMI peNIl)' for t"te InfonneUon WIUt respect 10 wiChboIding. II you mflke a fMoI $(,Clmenl with I'lQ l"P.JlWNble ba$r.r. thai r~1t5 in no bolCkuP 'oI'I'ithhukJing. you are subjlCt to a S~ ~"NIt)', Crl_ "",ally fOt fa""Y"'lI- W'K"U~ felSlfylng ....dic8\Ion. Of etftrme_ muy sutlject you to criminal ~in Includ'"9 fInes .nCllor Intpl5oQlln\enL MiSUH at T-. If the tfl:que!\ter dI\'tdoMS or uses TINs in viol.tion of Feder.l Iitw. the reQ\.JeSlet' may De subject to civil and cr1mtnal penii:ftle'i. "nrm W.9 (Rl'!y. 11-1000) I" 8EPA EPA PrOject Control Number United States Environmental Protection Agency Washington, CD 20480 Certification Regarding Debarment, Suspension, and Other Responsibility Matters The prospective participant certifies to the best of Its knowledge and belief that it and Its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense In connection willi obtaining. attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; . (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal. State, or local) with commission of any of the offenses enumerated in paragraph (1J(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default . I understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award. In addition, under 18 use Sec. 100~, a false statement may result In a fine of up to $10,000 or Imprisonment for up to 5 years, or both. 1/ ve o I am unable to certify to the above statements. My explanation is attached. EPA Form 5700-49 (11-88) F~ILE . South Coast Air Quality Management District ~ 21865 E. Copley Drive. Diamond Bar. CA 91765-4182 .. .. (909) 396-2000' http://www.aqmd.gov October 23,2001 To All Interested Parties: Attached is Request for Proposals (RFP) P2002-19 entitled, Development of LNG Refueling Stations in the South Coast Air Basin. To qualify for funding consideration under this RFP, eight (8) complete copies of the proposal must be received at the AQMD no later than 5:00 p.m., December 4, 2001. Please submit all proposals in an environmentally mendly format: recycled paper, stapled not bound, black and white, double-sided print, and no three ring or spiral binders or plastic covers. No bidders' conference will be convened. All questions should be directed to me. All bidders shall be notified in writing of the selection results under this RFP. Please also note that this RFP can be downloaded from the AQMD's Web site at httt>://www.aamd.fi!Ov under "Business and Job Opportunities," "Recent Legal Notices, Advertisements, and Requests for Proposals (RFPs)," RFP P2002-19" or by directly accessing the web page at httt>://www.aamd.gov/rfu. If you have any questions, please feel free to contact me at 909396-3246 or through e- mail at lwatkins@aamd.gov. 1J ~':1 Program Supervisor Science & Technology Advancement Enclosures (3) 1 - RFP P2002-19 2 - Agenda Item #14, dated October 19, 2001 3 - Directions to AQMD Headquarters ~. South Coast Air Quality Management District 21865 E. Copley Drive. Diamond Bar. CA 91765-4182 (909) 396-2000' http://www.aqmd.gov [I BOARD MEETING DATE: October 19, 2001 AGENDA NO. 14 PROPOSAL: Issue RFP for Development of LNG Refueling Stations in the South Coast Air Basin COMMITTEE: At its September Meeting, the Board allocated $2,000,000 from Rule 1309.1 - Priority Reserve for Funding Assistance for LNG Refueling Stations to co-fund the development of LNG refueling stations in the SCAB. The RFP solicits cost-shared proposals for new LNG - L/CNG stations to be constructed within the SCAB. Project funding ~ll range up to 50% of the project costs. Administrative, October 12, 200 l, Recommended for Approval SYNOPSIS: RECOMMENDED ACTION: Approve issuance ofRFP #P2002-19 in an amount not to exceed $2,000,000, to solicit proposals for construction of multiple LNG - L/CNG fueling stations with public access in the four county area using funds from the Rule 1309.1 - Priority Reserve for Funding Assistance for LNG Refueling Stations. I j :::,>..i~;-~ '~~'..:;:~t Air D.~I~!rry I : M ra m Ois-:rict Boafd I d Qata: -~[;;;~:: / --- . I .4__4._ __~_u_____..____..___ .'P... ". j Clerk O"f tr~~, s~!:? ~F_' ~.~ _"~: ',.:,a:.;, t., ,'Ole Barry R. Wallerstein, D.Env', Executive Officer CSL:HH:LW Background The AQMP identifies the use of alternative clean fuel use in mobile sources as a key at- tainment strategy, The AQMD clean fleet vehicle rules also require implementation of alternative fuel heavy-duty vehicles in public and certain private fleets in the Basin. These new rules have set the stage for widespread use of clean fuel and low emission technolo- gIes. In particular, those fleets that are impacted by Rule 1193 will benefit from additional fu- eling infrastructure, with public access, in place as soon as possible to effect a smooth eling stations. The proposed RFP is attached. Benefits to AQMD The AQMP relies on the expedited implementation of advanced technologies and clean- burning fuels in Southern California to achieve air quality standards. By constructing more natural gas fueling facilities, benefits from this project will accrue to the region. Such new construction will provide for growth in clean fuel infrastructure. There are also economies of scale captured as a result of the infrastructure being planned under the RFP that should reduce costs of rule compliance. While having no direct impact on air emis- sion reductions, new LNG - L/CNG stations will help facilitate the introduction oflow emission, natural gas fueled vehicles (NGVs) which do reduce emissions and will support the implementation of Rule 1193. Outreach In accordance with the AQMD's consulting and contracting policies, a public notice ad- vertising the RFP and inviting bids will be published in the following publications: 1. Angeles Mesa Wave, The JJ. Inland Valley Daily Bulletin 21. Palm Springs Desert Sun 2. Amelope Valley Press 12. Korea Central Daily 22. Philippine News 3. Black Voice News 13. La Opinion 23. Precinct Reporter 4. Central News Wave 14 La Prensa Hispana 24. Rafu Shimpo 5. Chinese Daily News 15. La Voz 25. Press Enterprise 6. Eastern Group Publications 16. Las Angeles Daily News 26. San Bernardino Sun 7. EI Chicano 17. Los Angeles Sentinel 27. Santa Clarita Signal 8 El1nformador 18. Los Angeles Times 28. The Wave 9. Excelsior, The 19. M/W/DVBE Source 29. State of California Contracts 10. Inland Empire Hispanic News 20. Orange County Register Register Additionally, potential bidders will be notified utilizing the Los Angeles County MTA and Cal Trans Directories of Certified Minority, Women, Disadvantaged and Disabled Veterans Business Enterprises; the Inland Area Opportunity Pages Ethnic!W omen Busi- ness & Professional Directory; AQMD's own electronic listing of certified mlnority ven- dors; and AQMD Purchasing's mailing list. Notice of the RFP will be mailed to the Black and Latino Legislative Caucuses and various minority chambers of commerce and business associations; and placed on the Internet at AQMD's Web site [http://www.aqmd.gov...BusinessandJobOpportunities..icon]andAQMD.sbidder.s 24-hour telephone message line (909) 396-2724. Bid Evaluation PrQposals received will be evaluated by a diverse, technically qualified panel in accor- dance with criteria contained in the attached RFP. -3- SOUTH COAST AIR QUALITY MANAGEMENT DISTRICT REQUEST FOR PROPOSALS #P2002-19 RFP for Development of LNG Refueling Stations in the South Coast Air Basin The South Coast Air Quality Management District (AQMD) requests proposals for the following purpose according to terms and conditions attached. In the preparation of this Request for Proposals (RFP) the words "Proposer," "Contractor," and "Consultant" are used interchangeably. PURPOSE The purpose of this Request for Proposals (RFP) is to solicit cost-share proposals from private and public fleet owners intending to install new liquefied natural gas (LNG) or liquefied/compressed natural gas (UCNG) fuel dispensing facilities with an emphasis on those facilities that will support implementation of Rule 1193. The goal of this program is to provide cost-share funds to assist both public and private fleet owners to establish publicly accessible LNG - UCNG fuel dispensing facility projects within the greater southem Califomia area (South Coast Air Basin). This funding is designed to offset capital investment costs, resulting in conveniently located and competitively priced altemative fuels. . Applicants must be either public agencies or private entities. Projects to assist public agencies to establish altemative fuel dispensing facilities in Califomia are eligible. Cost-share participants may include fleet owners, state and local govemments, altemative fuel suppliers, storage and equipment component manufacturers, and consumers. Cost-share funds can only be requested for storage, and dispensing. For this RFP, funding will only be provided for LNG or UCNG fueling stations. The level of required cost share from the applicant is based upon the amount of cost-share funds requested from the AQMD. Funding requests from the AQMD is to be up to 50% of qualified project costs. The applicants' cost share shall be based upon cash expenditures, (i.e. land/lease, equipment, engineering, permits, installation, etc.). In-kind services shall not exceed 10 percent of applicant cost-share. The AQMD reserves the right to reduce the amount of AQMD funding to each applicant depending upon the number of meritorious projects submitted. Total AQMD funding available for this RFP is up to $2,000,000. INDEX - The following are contained in this RFP: Section I Section I (b) Section I (c) Section II Section III Section IV Section V Section VI Section VII Section VIII Section IX Section X Backgroundllnformation/Schedule of Events Contact Person Schedule of Events Participation in the Procurement Process Co-Funding / Matching Fund Requirements Statement of WorklTasks Schedule of Deliverables Proposal Evaluation and Scoring Criteria Proposal Submittal Requirements Proposal Submission Funding Draft Contract Attachment A - Certifications and Representations 1 Diamond Bar, CA 91765 Fax: 909/396-3879 E-mail: Iwatkins@aqmd.gov SECTION I IC): SCHEDULE OF EVENTS October 19,2001 October 19,2001 December 4, 2001 December 21,2001 January 23, 2002 December 31, 2003 Board Approval of RFP RFP Released Proposals Due by 5 p.m. Recommendation to Board Anticipated Contract Start Final Report Due Any questions from prospective bidders or interested parties should be directed to Larry Watkins at 909.396.3246. SECTION II: PARTICIPATION IN THE PROCUREMENT PROCESS Please note that this contract is not funded in whole or in part by EPA grants. Hence, paragraph oFo below does not apply. . A: It is the policy of the South Coast Air Quality Management District to ensure that all businesses including minority business enterprises, women business enterprises, disabled veteran business enterprises, and small businesses have a fair and equitable opportunity to compete for and participate in District contracts. B. Definitions: The definition of minority or women business enterprise set forth below is included for purposes of determining compliance with the affirmative steps requirement described in Paragraph F below on procurements funded in whole or in part with EPA grant funds which involve the use of subcontractors. The definition provided for disable~ veteran business enterprise and local business are provided for purposes of determining eligibility for point or cost considerations in the evaluation process. 1. "Minority-or-women business enterprise" as used in this policy means a business enterprise that meets all the following criteria: a. a business that is at least 51 percent owned by one or more minority persons or women, or in the case of any business whose stock is publicly held, at least 51 percent of the stock is owned by one or more minority persons or women. b. a business whose management and daily business operations are controlled by one or more minority persons or women. c. a business which is a sole proprietorship, corporation, or partnership with its primary headquarters office located in the United States, which is not a branch or subsidiary of a foreign corporation, foreign firm, or other foreign-based business. 2. "Minority person" for purposes of this policy, means a Black American, Hispanic American, Native American (including American Indian, Eskimo, Aleut, and Native 3 2) Classified between Codes 2000 to 3999, inclusive, of the Standard Industrial Classification (SIC) Manual published by the United States Office of Management and Budget, 1987 edition. 7. "Joint ventures" as defined in this policy pertaining to certification means that one party to the joint venture is a DVBE and owns at least 51 percent of the joint venture. C. Under Request for Quotations, DVBEs, DVBE joint ventures, small businesses, and small business joint ventures shall be granted a preference in an amount equal to 5% of the lowest cost responsive bid. Local businesses (if the procurement is not funded in whole or in part by EPA grant funds) shall be granted a preference in an amount equal to 2% of the lowest cost responsive bid. D. Under Request for Proposals, DVBEs, DVBE joint ventures, small businesses, and small business joint ventures shall be awarded ten (10) points in the evaluation process. A non-DVBE or large business shall receive seven (7) points for subcontracting at least twenty-five (25%) of the total contract value to a DVBE and/or small business. On procurements which are not funded in whole or in part by EPA grant funds local businesses shall receive five (5) points. E. AQMD will ensure that discrimination in the award and performance of contracts does not occur on the basis of race, color, sex, national origin, marital status, sexual preference, creed, ancestry, medical condition, or retaliation for having filed a discrimination complaint in the performance of AQMD contractual obligations. F When contracts are funded in whole or in part by EPA grant funds and if subcontracts are to be let, the Contractor must comply with the following, evidencing a good faith effort to solicit minority and women owned enterprises. Contractor shall submit a certification signed by an authorized official affirming compliance with the steps below at the time of proposal submission. The AQMD reserves the right to request documentation demonstrating compliance with these steps prior to contract execution. 1. Place qualified small aFld minority businesses and women's business enterprises on solicitation lists; 2. Assure that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources including advertising at least ten days in advance of the bid in a variety of media directed tl? minority-and women-owned business al,ldiences; 3. Divide total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority business, and women's business enterprises; 4. Establish delivery schedules, where requirements permit, which encourage participation by small and minority business, and women's business enterprises; and 5. Use the services and assistance of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. G. To the extent that any conflict exists between this policy and any requirements imposed by federal and state law relating to participation in a contract by a certified MBElWBElDVBE as a condition of receipt of federal or state funds, the federal or state requirements shall prevail. H. When contracts are not funded in whole or in part by EPA grant funds, a local business preference will be awarded. For such contracts that involve the purChase of commercial off-the- shelf products, local business preference will be given to suppliers or distributors of commercial 5 where applicable. Documentation of fleets planning to use the fueling facility and their estimated throughput should also be included. b) Describe the project team's professional strength and capability. 5) Equipment system design and specifications a) Equipment specifications should be in accordance with the best and most feasible storage and fuel dispensing technologies available and meet industry compatible equipment specifications and regulations. Proposed equipment must meet all applicable health and safety codes. A complete list of specific equipment shall be provided in the application to substantiate the amount of funds requested. The applicant shall clearly explain the range of services to be performed including engineering, installation, project management, maintenance, third party ownership and operation, and full turnkey service. If agreements have not been signed between the applicant and the contractors, the applicant must list the candidates to be solicited for each category. b) Assurance must be made that the fuel dispensed meets all applicable governing local, state, and federal fuel specifications (or provide suitable explanation). c) System specifications: Include the individual equipment component specifications (including size, cost, horsepower, output, electricity/fuel requirements, cost of operation, etc.), performance, fuel specification and fuel quality standards. d) Define the projects' life expectancl( and how the project will meet all relevant safety and performance requirements. e) Include all proposed equipment brand names, models and rellpective prices and specify if the equipment is listed or certified with Underwriters Laboratories or other appropriate organizations. 6) Facility construction and operation a) This element consists of facility construction, equipment installation, project management, and maintenance. The applicant is required to indicate the responsible entity for each of the following categories: i) EngineerlDesigner: provides specification and design of fueling facilities, including utility service, subsurface structures, facility enclosures, compression equipment, fuel storage, fuel dispensing equipment, fuel access/billing capability,etc. ii) Project Manager: oversees engineering, planning, budgeting, permitting (construction and operational permits, CECA documentation, etc.), and construction. Coordinates with local planning, permitting, and inspeCtion agencies . iii) Facility General Contractor: responsible for all aspects of facility construction. iv) Equipment Installer: responsible for equipment installation. v} Operator: responsible for daily operation of the fueling site. vi} Maintenance Contractor: responsible for fueling system and equipment maintenance. 7) Define system fueling capabilities a) rated fuel dispensing capability 8) Define the permitting/construction schedule and operation of the facility a) Describe the permitting process b) develop a plan and schedule for completing permit applications c) Describe how the site will accommodate all fueling transactions 9) New Facility Start up 7 the Governing Board of the AQMD for final selection of a contractor and negotiation of a contract. B. Each member of the evaluation panel shall be accorded equal weight in his or her rating of proposals. The evaluation panel members shall evaluate the proposals according to the specified criteria and numerical weightings set forth below. C. The maximum number of points in each category will be awarded to those applicants that best support implementation of Rule 1193. For instance, a proposed LNG or UCNG facility that is open 24 hours a day, is sited adjacent to major traffic corridors, has the most fuel throughput of all other proposed stations over a three-year period and has the most LNG refuse haulers committed to purchasing fuel from the facility may receive the maximum amount of points in Sections 1(a) and 1(b) below. The largest facility with an appropriate operating and maintenance program to be employed for the new facility along with all of the detailed information requested in 1(c) and 1(d) could expect to receive the maximum number of points allocated within those categories. SteD I. Technical Qualifications Points Max. Points 70 1) Completeness in addressing work statement a) Site Location 20 - Indicate the potential outside customers that will use this card lock/public station - Provide location and access for the public: hours of operation, location to major routes, potential major customers in the area, current partnerships Provide information regarding public dispensing and metering Provide information regarding available space to expand refueling station for potential dispensing of hydrogen fuel in the future b) Committed Vehicle Demand and Fueling Throughput - Indicate the fuel volumes for the next three years - Provide your expansion plan for additional vehicles at this site - Provide the amount of fuel to be dispensed on a yearly bases (three years) - Support of Rule 1193 Implementation c) Equipment System Design and Specification . - State the size offacility, Type of equipment proposed, Fuels to be dispensed - LNG or UCNG - Indicate the operating and maintenance program to be employed for the new facility. d) Permitting/Construction Schedule and Operation 10 - Provide project execution strategy, resources employed, breakdown of facility costs, budget, schedule, - Detail your estimate of the permits and regulations required - Detail the time line for completion of the new refueling station - Provide names of vendors and suppliers you have contacted - Provide the names and experience of Registered California engineer(s) in civil, electrical, mechanical, methane detection-fire protection and cryogenic categories who you would consider for your team on this project - Name the principal project manager you propose for the refueling station and his/her experience. - provide an organizational chart of how you plan to use the necessary resources to complete work for: the refueling station design, engineering drawings, specifications, and construction. Include construction contractors you would consider for this project. 20 20 2) Cost Share & Cost Effectiveness a) Cost Share 30 10 9 the proposal and on any other evidence provided during the bid review process. Evidence provided during the bid review process is limited to clarification by the proposer of information presented in hislher proposal. E. Selection will be made based on the above-described criteria and rating factors. The selection will be made by and is subject to (Executive Officer or Governing Board) approval at the meeting. All proposers will be notified of the results by letter. SECTION VII: PROPOSAL SUBMITTAL REQUIREMENTS Submitted proposals must follow the format outlined below and all requested information must be supplied. Failure to submit proposals in the required format will result in elimination from proposal evaluation. Each proposal must be submitted in three separate volumes: . Volume I . Technical Proposal . Volume II - Cost Proposal . Volume III - Certifications and Representations included in Attachment A to this have been executed by an authorized official of the Contractor. A separate cover letter including the name, address, and telephone number of the contractor, and signed by the person or persons authorized to represent the firm should accompany the proposal submission. Firm contact information as follows should also be included in the cover letter: 1. Address and telephone number of office in, or nearest to, Diamond Bar, California. 2. Name and title of firm's representative designated as contact. A separate Table of Contents should be provided for Volumes I and II. VOLUME I - TECHNICAL PROPOSAL Summary (Section A) - State overall approach to meeting the objectives and satisfying the scope of work to be performed, the sequence of activities, and a description of methodology or techniques to be used in the Statement of Work. Proaram Schedule (Section B) - Provide projected milestones or benchmarks for submitting reports within the total time allowed. Proiect Oraanization (Section C) - Describe the proposed management structure, program monitoring procedures, and organization of the proposed team. Qualifications (Section D) - Describe the technical capabilities of the firm. Provide references of other similar studies performed during the last five years demonstrating ability to successfully complete the project. Include contact name, title, and telephone number for any references listed. Provide a C. Travel Costs - Indicate amount of travel cost and basis of estimate to include trip destination, purpose of trip, length of trip, airline fare or mileage expense, per diem costs, lodging and car rental. D. Other Direct Costs -This category may include such items as postage and mailing expense, printing and reproduction costs, etc. Provide a basis of estimate for these costs. VOLUME III - CERTIFICATIONS AND REPRESENTATIONS (see Attachment A to this RFP) SECTION VIII: PROPOSAL SUBMISSION All proposals must be submitted according to specifications set forth in Section VII - Proposal Submittal Requirements and this section. Failure to adhere to these specifications may be cause for rejection of proposal. Sianature - All proposals should be signed by an authorized representative of the bidder. Due Date - The proposer shall submit eight (8) complete copies of the proposal in a sealed envelope, plainly marked in the upper left-hand comer with the name and address of the proposer and the words" Request for Proposals #P2002-19.." All proposals are due no later than 5:00 p.m., December 4,2001, and should be directed to: Purchasing Manager South Coast Air Quality Management District 21865 East Copley Drive Diamond Bar, CA 91765 Late bids/proposals will not be accepted. Any correction or resubmission done by the proposer will not extend the submittal due date. SECTION X: DRAFT CONTRACT (Provided as examole onlv) Contract No. -. SOUTH COAST AIR QUALITY MANAGEMENT AQMD CONTRACT This Contract consists of ... pages. 1. PARTIES - The parties to this Contract are the South Coast Air Quality Management District (referred to here as "AQMD") whose address is 21865 E. Copley Drive, Diamond Bar, CA 91765, and ... (referred to here as "CONTRACTOR") whose address is .... 2. RECITALS A. AQMD is the local agency with primary responsibility for regulating stationary source air pollution in the South Coast Air Basin in the State of Califomia. AQMD is authorized to enter into this Contract under California Health and Safety Code Section 40489. AQMD desires to contract with CONTRACTOR for services described in Attachment 1 - Work Statement, attached here and made a part here by this reference. CONTRACTOR warrants that it is well-qualified and has the experience to provide such services on the terms set forth here. B. CONTRACTOR is authorizetl to do business in the State of California and attests that it is in good tax standing with the California Franchise Tax Board. C. All parties to this Contract have had the opportunity to have this contract reviewed by their attorney. D. CONTRACTOR agrees to obtain the required licenses, permits, and all other appropriate legal authorizations from all applicable federal, state and local jurisdictions and pay all applicable fees. 3. PERFORMANCE REQUIREMENTS A. CONTRACTOR warrants that it holds all necessary and required licenses and permits to provide these services. CONTRACTOR further agrees to immediately notify AQMD in writing of any change in its licensing status. B. CONTRACTOR shall submit reports to AQMO as outlined in Attachment 1 - Work Statement. All reports shall be submitted in an environmentally friendly format: recycled paper; stapled, not bound; black and white, double-sided print; and no three-ring, spiral, or plastic ~inders or cardstock covers. AQMD reserves the right to review, comment, and request changes to any report produced as a result of this Contract. C. CONTRACTOR shall perform all tasks set forth in Attachment 1 - Work Statement, and shall not engage, during the term of this Contract, in any performance of work that is in direct or indirect conflict with duties and responsibilities set forth in Attachment 1 - Work Statement. D. CONTRACTOR shall be responsible for exercising the degree of skill and care customarily required by accepted professional practices and procedures subject to AQMD'S final approval which AQMD will not unreasonably withhold. Any costs incurred due to the failure to meet the foregoing standards, or otherwise defective services which require re-performance, as directed by AQMD, shall be the responsibility of CONTRACTOR. CONTRACTOR'S failure to achieve the performance goals and objectives stated in Attachment 1- Work Statement, is not a basis for requesting re-performance unless work conducted by CONTRACTOR is deemed by AQMD to have failed the foregoing standards of performance. E. CONTRACTOR shall post a performance bond in the amount of ... Dollars ($".) from a surety authorized to issue such bonds within the State. [OPTIONAL] 15 and referencing tasks and deliverables as shown in Attachment 1 - Work Statement, and the amount of charge claimed. Each invoice must be prepared in duplicate, on company letterhead, and list AQMO'S Contract number, period covered by invoice, and CONTRACTOR'S social security number or Employer Identification Number and submitted to: South Coast Air Quality Management AQMO, Attn: . [FIXED PRICE] * AQMO shall pay CONTRACTOR a total not to exceed amount of'** Oollars ($***), including any authorized travel-related expenses, for time and materials at rates in accordance with Attachment 2 - Payment Schedule, attached here and included here by this reference. Payment of such compensation shall be made by AQMO to CONTRACTOR within thirty (30) days after approval by AQMO of an itemized invoice prepared and furnished by CONTRACTOR referencing line item expenditures as listed in Attachment 2 and the amount of charge claimed. [rIME AND MATERIALS (T&M)] * CONTRACTOR shall adhere to total (task/cost category) expenditures as listed in Attachment 2. Reallocation of costs between (task/category) expenditures is permitted up to One Thousand Dollars ($1,000) upon prior written approval from AQMO. Reallocation of costs in excess of One Thousand Oollars ($1,000) between task/category expenditures requires an amendment to this Contract. [rIME AND MATERIALS (T&M)] * * AQMO'S payment of invoices shall be subject to the following limitations and requirements: [rIME AND MATERIALS (T&M)] i) Charges for equipment, material, and supply costs, travel expenses, subcontractors, and other charges, as applicable, must be itemized by CONTRACTOR. Reimbursement for equipment, material, supplies, subcontractors, and other charges shall be made at actual cost. Supporting documentation must be provided for all individual charges (with the exception of direct labor charges provided by CONTRACTOR) in excess of Two Hundred and Fifty Oollars ($250). AQMO'S reimbursement of travel expenses and requirements for supporting documentation are listed in Paragraph 8.0. below. iii) CONTRACTOR'S failure to provide receipts shall be grounds for AQMD'S non- reimbursement of such charges. AQMD may reduce payments on invoices by those charges for which receipts were not provided. iv) AQMD shall not pay interest, fees, handling charges, or cost of money on Contract. AQMD shall reimburse CONTRACTOR for travel-related expenses only if such travel is expressly set forth in Attachment 2 - Payment Schedule of this Contract or pre-authorized by AQMO in writing. i)AQMO'S reimbursement of travel-related expenses shall cover lodging, meals, other incidental expenses, and costs of transportation subject to the following limitations: [rIME AND MATERIALS (T&M)] Air Transportation - Coach class rate for all flights. If coach is not available, business class rate is permissible. Car Rental - A compact car rental. A mid-size car rental is permissible if car rental is shared by three or more individuals. Lodging - Up to seventy-five Dollars ($75) per night. A higher amount of reimbursement is permissible if pre-approved by AQMO. Meals - Daily allowance is thirty-one Dollars ($31). ii)Supporting documentation shall be provided for travel-related expenses in accordance with the following requirements: Lodging, Airfare, Car Rentals - BiII(s) for actual expenses incurred. Meals - Meals billed in excess of $31 each day require receipts or other supporting documentation for the total amount of the bill and must be approved by AQMO. Mileage - Reimbursement will be provided at the rate of twenty-eight Cents ($.28) for each mile. 17 such disclosure or access shall be permitted to employees of CONTRACTOR requiring access in fulfillment of the services provided under this Contract. B. Ensure that CONTRACTOR'S officers, employees, agents, representatives, and independent contractors are informed of the confidential nature of such information and to assure by agreement or otherwise that they are prohibited from copying or revealing, for any purpose whatsoever, the contents of such information or any part thereof, or from taking any action otherwise prohibited under this paragraph. C. Not use such information or any part thereof in the performance of services to others or for the benefit of others in any form whatsoever whether gratuitously or for valuable consideration, except as permitted under this Contract. D. Notify AQMD promptly and in writing of the circumstances surrounding any possession, use, or knowledge of such information or any part thereof by any person or entity other than those authorized by this paragraph. E. Take at CONTRACTOR'S expense, but at AQMD'S option and in any event under AQMD'S control, any legal action necessary to prevent unauthorized use of such information by any third party or entity which has gained access to such information at least in part due to the fault of CONTRACTOR. F. Take any and all other actions necessary or desirable to assure such continued confidentiality and protection of such information. G. Prevent access to such by any person or entity not authorized under this Contract. H. Establish specific procedures in order to fulfill the obligations of this paragraph. 13. PUBLICATION A. AQMD shall have the right of prior written approval of any document which shall be disseminated to the public by CONTRACTOR in which CONTRACTOR utilized information obtained from AQMD in connection with performance under this Contract. B. Information, data, documents, or reports developed by CONTRACTOR for AQMD, pursuant to this Contract, shall be part of AQMD'S public record unless otherwise indicated. CONTRACTOR may use or publish, at its own expense, such information provided to AQMD. The following acknowledgment of support and disclaimer must appear in each publication of materials, whether copyrighted or not, based upon or developed under this Contract. ''This report was prepared as a result of work sponsored, paid for, in whole or in part, by the South Coast Air Quality Management District (AQMD). The opinions, findings, conclusions, and recommendations are those of the author and do not necessarily represent the views of AQMD. AQMD, its officers, employees, contractors, and subcontractors make no warranty, expressed or implied, and assume no legal liability for the information in this report. AQMD has not approved or disapproved this report, nor has AQMD passed upon the accuracy or adequacy of the information contained herein." C. CONTRACTOR shall inform its officers, employees, and subcontractors involved in the performance of this Contract of the restrictions contained herein and require compliance with the above. 14. NON-DISCRIMINATION - In the performance of this Contract, CONTRACTOR shall not discriminate in recruiting, hiring, promotion, demotion, or termination practices on the basis of race, religious creed, color, national origin, ancestry, sex, age, or physical or mental disability and shall comply with the provisions of the Califomia Fair Employment & Housing Act (Government Code Section 12900 et seq.), the Federal Civil Rights Act of 1964 (P.L. 88-352) and all amendments thereto, Executive Order No. 11246 (30 Federal Register 12319), and all administrative rules and regulations issued pursuant to said Acts and Order. CONTRACTOR shall likewise require each 19 hereunder meet the citizenship or alien status requirements contained in federal and state statutes and regulations including, but not limited to, the Immigration Reform and Control Act of 1986 (P.L. 99-603). CONTRACTOR shall obtain from all covered employees performing services hereunder all verification and other documentation of employees' eligibility status required by federal statutes and regulations as they currently exist and as they may be hereafter amended. CONTRACTOR shall have a continuing obligation to verify and document the continuing employment authorization and authorized alien status of employees performing services under this Contract to insure continued compliance with all federal statutes and regulations. B. Notwithstanding paragraph 25A above, CONTRACTOR, in the performance of this Contract, shall not discriminate against any person in violation of 8 USC Section 1324b. C. CONTRACTOR shall retain such documentation for all covered employees for the period described by law. CONTRACTOR shall indemnify, defend, and hold harmless AQMD, its officers and employees from employer sanctions and other liability which may be assessed against CONTRACTOR or AQMD, or both in connection with any alleged violation of federal statutes or regulations pertaining to the eligibility for employment persons performing' services under this Contract. 26. REQUIREMENT FOR FILING STATEMENT OF ECONOMIC INTERESTS [OPTIONAL] - In accordance with the Political Reform Act of 1974 (Government Code Section 81000 et.seq.) and regulations issued by the Fair Political Practices Commission (FPPC), AQMD has determined that the nature of the work to be performed under this Contract requires CONTRACTOR to submit a Form 730, Statement of Economic Interests for Designated Officials and Employees, for each of its employees assigned to work on this Contract. These forms may be obtained from the AQMD"S Contracts Unit. 27. COMPLIANCE WITH SINGLE AUDIT ACT REQUIREMENTS - [OPTIONAL - TO BE INCLUDED IN CONTRACTS WITH FEDERAL PASS.THROUGH FUNDING] - Beginning with Contractor's current fiscal year and continuing through the term of this Contract, CONTRACTOR shall arrange to have its financial statements audited by a firm of independent accountants in accordance with Generally Accepted Government Audit Standards (GAGAS). Within thirty (30) days of issuance, CONTRACTOR shall forward to AQMD its audited financial statements along with a report on internal control and a report on compliance issued by its independent auditors for each fiscal year covered by the term of this Contract. If CONTRACTOR is a federal contractor, CONTRACTOR shall request its cognizant government audit agency to perform audit work required by OMB Circular" A-133 beyond the requirements of GAGAS for each fiscal year covered by the term of this Contract. In the event that the cognizant government audit agency does not perform the requested audit work, CONTRACTOR shall take appropriate alternative action to comply with the Circular. 28. OPTION TO EXTEND THE TERM OF THE CONTRACT - [OPTIONAL] - AQMD reserves the right to extend the contract for a one-year period commencing ---(enter date) at the (option price or Not-to-Exceed Amount) set forth in Attachment 2. In the event that AQMD elects to extend the contract, a written notice of its intent to extend the contract shall be provided to CONTRACTOR no later than thirty (30) days prior to Contract expiration. 29. ENTIRE CONTRACT - This Contract represents the entire agreement between the parties hereto related to CONTRACTOR providing services to AQMD and there are no understandings, representations, or warranties of any kind except as expressly set forth herein. No waiver, alteration, or modification of any of the provisions herein shall be binding on any party unless in writing and signed by the party against whom enforcement of such waiver, alteration, or modification is sought. 21 ATTACHMENT A CERTIFICATIONS AND REPRESENTATIONS 23 CERTIFICATION DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) To receive points in the evaluation process for being a DVBE, the Contractor must submit evidence of certification by an agency whose certification meets the requirements set forth in Section II .B (3) and B (4) of the RFP. 25 --- l-~-.~.:~.-.-I( Se>uth Ce>a.st .Air Q.uality 1Vl.ana.g;ement Distric.t 21865 E. C:Oplety Drtve~ Diamond Bar. CA. 91765-4182 ('909) 396-2000 To Whom It May Concern: Federal Income Tax Law requires our District to file information retums for "services rendered" by certain individuals and others. The code provides that the Taxpayer Identification Number of the "payment recipient" (you) must be fumished upon request to the "service recipient" (us). According to the regulations, effective January 1, 1984, if the payee fails to provide the Correct ID Number, payments may be subject to 20% Backup Federal Income Tax Withholding by our District, and the payee is further subject to a penalty of $50.00 by the IRS. In order to help us comply with our reporting responsibilities and to protect yourself from withholding or penalty, please provide the following information and complete the attached W-9 form, and return both documents. 1. NINE DIGIT Federal Identification No. or Social Security No. (please print) 2. ENTITY (check one) Individual Corporation Partnership Sole Proprietorship Other (specify) Signature Date Title 27 L_____ _ ____ &EPA EPA Prajoct ContnlI_ UnIH_at\L___AMlFi. I . .,..." .:0 .."..DC" CertlflcaUon R~lng Debarment, Suspension, and Other Responsibility. Matters The pl'llIpeCtt.ta parIIcIpIllt ClIIlIlIes 10 the best d lis lcncwledge and beDef lhallt and lis ~ (8) A18 not IlIlII8IIIIY debBn8d, suspended, prapoaed far debennenl, dedared lnaIIglbIe. 01' whnIIIy 8Kl:Iuded from ccMred lrlIIllIlICtIana by ertt Feder8I ctepIlllh_ll 01' agency; . (b) ~ not wIthn . line .;.. perIad III"Cdfalhlll ~ be8n conYlcted 01 01' had a cMI ~ IIlI1dered &gIIrIlIt IhIm far call.. I IIlll 01 lid 01 . c.~....... olI-. In COI.I8aIo., wIIh a1leh....og 10 oblIIn,~,.,oQ . pldc (FedInd, St.Ile, 01 klCII) tranaacllon 01' CCIl1I..! undIr. publIC lIWIIactIon; v 01 FelIeniI 01 Slld8 MIIlruaI -- 01' COl... lJ1lt/n 01 ~I~,_.. ltIeft, 1DrgIIy, brlbIry, Is,.llluMon 01' dIlItrUCIIOn d __ rnaldng lldIe 1lIde..l8Il1a, 01 19I111.JIng lIldIn JlRII*l)'; (e) A18 not pi' I ., IncIct8d lOI' 01' 0IhInvlae ~ or dvIIy chIIgId by. PlI/lIIlIIIIl_ (Fedn, ..... 01' klClII) wIIh COII~.' ';'1 d lIlY 01 the ofte'lTlI IIIUII'IDted In pngr.ph (11lbJ cllhll ~~..s . . (d) .... not wIIIIn . Iho_ yeer IIIIlI:ld ~ lhIlI ~ had one or men IlIlblIc . lr8IIIIl:IIonI (FIcMlII..... OI'IilcIIl18.....oolbod _ OI'dIfah . IlIIIderIIIInd lhII . fIIIe ......... ClIllhlll ce.1IIIo..A... may be III'OlIIIdI far rejedIon d 1hII1lI~ or JenW.lIIIIon 0I1hII.-nL In IIlIdIIori, ....,8 use Sac. 1ClO1, a llIIIe.w.ment may I8lIlIt In... 01 up 10 $10.000 or Inlplteo......nlforup IoS ~ or bolh. . . Typed MIme. .... of'" r I ~ ...._.... _...ClfAwll ~n.-~_ llIIo o 111II....10 IlIIlIyto ..1Ibc:NI....._ok My axpIInIJIon 1..1I.d'.... 1PA--llWII . Directions to the AQMD Page 1 of2 I Directions to the Air Quality Management District Where are you coming from? Please select the city nearest you from the list below or click on your general area on the map. . Anaheim . Fullerton . Glendale . Hollywood . Long Beach . Los Angeles . Orange County . Pasadena . San Bernardino . Torrance . Riverside . Santa Ana . Santa Barbara . Santa Monica . Van Nuys )' < 1m; I " "Return tQ\Citjr!,.iIt .'~ I"" AQMD Home . i Page http://www.aqrnd.gov/map/dir2.html 10/23/2001