UNIVERSITY OF MASSACHUSETTS AMHERST PHYSICAL PLANT DIVISION REQUEST FOR BIDS

UNIVERSITY OF MASSACHUSETTS AMHERST PHYSICAL PLANT DIVISION REQUEST FOR BIDS Project No. UMAPP16-033 April 11, 2016 FOR THE SUPPLY AND TRANSPORTATIO...
Author: Amelia Watson
2 downloads 0 Views 2MB Size
UNIVERSITY OF MASSACHUSETTS AMHERST PHYSICAL PLANT DIVISION REQUEST FOR BIDS

Project No. UMAPP16-033 April 11, 2016

FOR THE SUPPLY AND TRANSPORTATION OF LIQUEFIED NATURAL GAS UNIVERSITY OF MASSACHUSETTS AT AMHERST

TABLE OF CONTENTS GENERAL INFORMATION ...................................................................................................................... 3 Introduction ...................................................................................................................................... 3 Historical Background ....................................................................................................................... 3 Technical Specifications of the Permanent Facility .......................................................................... 4 SCOPE AND TERM OF CONTRACT ......................................................................................................... 6 Scope ................................................................................................................................................. 6 Additional Considerations for Vendors ............................................................................................. 7 BID SCHEDULE ................................................................................................................................... 7 PROPOSAL SUBMISSION REQUIREMENTS ........................................................................................ 8 Submitting bids via Bid Express ........................................................................................................ 8 Submittals ......................................................................................................................................... 8 Submittal Deadline............................................................................................................................ 9 Questions .......................................................................................................................................... 9 Contract........................................................................................................................................... 10 Appendices .......................................................................................................................................... 10 Bid Response Sheet ......................................................................................................................... 10 UMass Campus Map ....................................................................................................................... 10 Drawings from Construction Bid ..................................................................................................... 10

2

GENERAL INFORMATION Introduction

This Request for Bids (RFB) has been prepared by Competitive Energy Services, LLC (“CES”) for the University of Massachusetts at Amherst (“UMass”) for information purposes and is being furnished solely for use by prospective vendors in considering their interest in bidding to provide liquefied natural gas (LNG) transportation and supply to the facility (LNG Facility) located on the UMass campus in Amherst, Massachusetts. The information contained herein has been prepared to assist interested bidders in developing their own bids to provide the LNG Facility and does not purport to contain all of the information that may be relevant to or desired by a prospective bidder. Neither CES nor UMass makes any representation or warranty (expressed or implied) as to the accuracy or completeness of the information in this RFB nor shall CES or UMass have any liability for any representations (expressed or implied) contained in, or for any omission from, this RFB or any other written or oral communications transmitted to the recipient during the course of this bidding process. Contract manager for this RFB: Mr. Steve Lemay Plant Manager Central Heating Plant 200 Mullins Way Amherst, MA 01003-9352 [email protected]

Historical Background

UMass operates a combined heating and power plant (CHP) that provides steam and electricity to the campus (See Appendix B University of Massachusetts Campus Map). Prior to December 2011, the CHP operated on natural gas and ULSD, depending on the price and availability of each fuel. As a result of limitations on the Berkshire Gas system that serves the campus, UMass burned a considerable amount of ULSD during the winter months when demand for natural gas is highest on the Berkshire Gas system, even though its price is well above the price of natural gas. Background and a description of the CHP can be found here: http://sebesta.com/wp-content/uploads/2014/03/Combined-Cycle_Amherst.pdf UMass installed a temporary LNG facility to displace as much ULSD burned in the CHP as possible. In order to expedite the permitting process and also because of the uncertainty in gas price, the facility was designed and permitted to operate for two years beginning in November/December of 2012. Site construction was completed in the fall and UMass was able to begin using LNG in December 2012. The facility operated smoothly and successfully for three heating seasons. 3

UMass decided to convert the site to a permanent LNG facility in time for heating season 2016-17. Construction of the permanent will begin in April 2016 with a scheduled completion of November 2016. The permanent site sits in the same location as the temporary LNG site, adjacent to the CHP. The system directly injects natural gas produced from the LNG system downstream of the Berkshire Gas supply system. Control of the LNG system natural gas flow and final pressure is via control valve and final pressure regulation valves provided by UMass (at the point of connection to the Berkshire Gas system). UMass will own and operate the facility, along with the equipment.

Technical Specifications of the Permanent Facility

Drawings and schematics of the site are available in Appendix C. Please note that the drawings include references to a long-term option or “Phase 2.” For the purposes of this RFB, the Phase 2/future equipment does not apply. Relevant equipment and processes are listed below and Figure 1 shows the layout of the permanent LNG facility. Unloading: LNG will be pumped from the tanker trailers using 2 x 40HP pumps Tanks: 3 x 18,000 gal vertical tanks with an MAWP of 175 PSIG. LNG vapor: vapor must be collected back into the truck and vented offsite. Vaporizer: vaporization of the LNG will utilize a natural gas-fueled waterbath vaporizer with a maximum flowrate of 175 MSCFH. Boil-off gas: boil-off gas will be passed through an ambient heat exchanger before being fed in with the LNG.

4

Figure 1. LNG EQUIPMENT LAYOUT

5

Figure 2. SITE LAYOUT

SCOPE AND TERM OF CONTRACT

UMass is seeking a vendor(s) to provide LNG supply and transportation for the CHP for an initial term of November 2016 through April 2017, with the possibility of two renewals for one-year each. Vendors may submit responses according to which of these services they can provide, although UMass’s preference is to have one vendor for both services. Vendors may also submit pricing for winter 2017-18 and winter 2018-19. UMass reserves the right to split the award of this RFB among more than one vendor.

Scope

Through this RFB, UMass is seeking: LNG Supply UMass is seeking LNG supply for fuel demand above the pipeline gas from Berkshire Gas. Based on historical deliveries, projected demand by month is: Nov

MMBTU 17,338 6

Dec  Jan  Feb  Mar  Apr  TOTAL 

38,188 67,292 57,008 34,233 11,032 225,091

  If multiple pricing structures are available to UMass, please submit all options on the Bid  Response Sheet. Pricing options can include daily index + adder, NYMEX + adder, or a fixed  price.    Transportation of LNG   LNG will likely be sourced from five possible locations:  Distrigas LNG Terminal in Everett, Massachusetts  Philadelphia Gas Works’ facility in Philadelphia, Pennsylvania  Gaz Métro’s  facility in Montreal, Quebec  Transco Station 240 in Carlstadt, New Jersey  UGI Energy Services’ facility in Temple, Pennsylvania  Please submit pricing for the transport of LNG from one or a combination of these sites. Vendors should  also specify whether they have existing agreements allowing them to transport from these facilities.   The delivery route to UMass for LNG from Philadelphia must be Interstate 91 to Route 9 East  to Route 116 North. Routes from other facilities may have similar designated routes.  Transportation must comply with the University’s Hazardous Materials Delivery Procedure.    Trucks and or equipment shall not exceed American Association of State Highway  Transportation Officials (AASHTO) H‐20 loadings. 

Additional Considerations for Vendors Suppliers should bear in mind the following licensing, permitting, operational and technical  requirements in their responses to this RFB:  The successful bidder must obtain all necessary federal, state, and local permits   No purging or venting of tanks will be allowed. All breathing transfers and working loses of tanks,  trucks, hoses or other equipment shall be 100% captured. 

BID SCHEDULE The following is the planned schedule for the project:   Deadline  Item  4/18/2016  Goods & Services posted      4/27/2016  RFB Questions due @ 5pm  7   

                              5/4/2016  5/11/2016  5/12/2016‐5/19/2016  5/27/2016 

RFB Questions Replies Issued  RFB Response Due @ 2pm  Conduct RFB Respondent Interviews  Award Contracts   

 

PROPOSAL SUBMISSION REQUIREMENTS Submitting bids via Bid Express The Bid Express website can be found at: bidexpress.com. Submitting bids via the Bid Express website is  mandatory.  No hard copies will be accepted. Electronic bids must be submitted at the bidexpress.com  website. All electronic bidders must first register on the bidexpress.com website and create an Info Tech  Digital ID. Registration and Digital ID creation are free. It can take up to five business days to process  your Digital ID and it is highly recommended that a Digital ID be enabled 48 hours in advance of  submitting an electronic bid. Please plan accordingly. A fee of $25 will be incurred for those who wish to  bid electronically on a pay‐per solicitation basis; alternatively, you may subscribe for $50 per month to  have access to all solicitations and email notifications. Exceptions to submitting through Bid Express will  only be made in extenuating circumstances as deemed appropriate by the Director of Procurement &  Campus Services.     Note that failure of vendor to allow enough time to register, get a digital I.D. or meet other required  steps will NOT be consider an extenuating circumstance.  For additional guidance, please contact the Bid Express team at toll free (888) 352‐2439 (select option 1)  or at [email protected]

Submittals Bid Response Sheet (Appendix A), including  Certificate of State Compliance  Massachusetts Employment Security Law  Compensation and Fees.    Three names (including contact information) of references for the bidder and for each major  contractor or subcontractor.   Name and phone number of Spill Clean Up & Containment Response Company  Acknowledgement of all addenda received  Signature of owner or Authorized Officer    Please note that UMass has a standard payment process that is provided in the Contract for Services  available at http://www.umass.edu/procurement/Fill‐In_Forms/CFS%20long%20form.pdf.      

8   

Description of Firm.  History and description of firm indicating principal business of firm.  Description of Personnel. Please list the key people who will be assigned to UMass.   Subcontractors.  List any specialists and consultants that will be utilized on this project as a sub‐ contractor to the firm.   Project Experience.  Provide a list and description of similar project experience that demonstrates  the firm’s current qualifications for this project.  Include as a minimum:  Name of Project  Owner representative, address and telephone number  General scope and dollar value of the project  Period of performance  Principle‐in‐charge of the project  Members of proposed project team who have worked on the listed projects  Current project status.  Current Client List.  Provide a list of current clients including the name of the Principle‐in‐charge  and their address and telephone numbers.  Other pertinent information or additional information.  Provide any additional information  deemed necessary by the firm to describe any characteristics or qualities of your organization  that will assist UMass in evaluating a specific bid.  A proposed contract to be entered into between the bidder and UMass that is in Word format,  capable of being redlined by the Project Team. The proposed contract must include any delivery  guarantee or acceptable penalties for non‐delivery of LNG due to the fault of the vendor. This  can take the form of a performance bond or a guarantee of the difference between the cost of  the non‐delivered LNG and the cost of obtaining the necessary LNG on the spot market.  For vendors submitting proposals for transportation, Operational Documentation including  Draft Delivery Procedures ‐ scheduling, procedures to notify of arrival of each load  Primary and alternate LNG supply source details 

Submittal Deadline Proposal shall be submitted no later than 2:00 p.m., May 11, 2016 

Questions Questions regarding this request for bid should be directed in writing via e‐mail to:     Peter Royer  Associate Director of Procurement  140 Hicks Way  University of Massachusetts  Amherst, MA 01003  [email protected]  9   

  Written questions will be accepted by e‐ mail up until April 27, 2016, at 5:00 PM. The answers to all  questions will be sent to all bidders by written addendum.  All addendums shall be issued no later than  May 4, 2016. 

Contract The successful bidder will be required to enter into a standard Contract For Services with the UMA,  available at http://www.umass.edu/procurement/Fill‐In_Forms/CFS%20long%20form.pdf. 

Appendices



Bid Response Sheet UMass Campus Map Drawings from Construction Bid  

10   

BID RESPONSE SHEET

VENDOR CODE NUMBER Please insert your Federal Employee Identification Number in the space provided on the Bid Response Sheet, showing name of firm or corporation, etc. Be sure that you list all nine (9) digits of your number. If you have been issued a Massachusetts or UMass Vendor Code Number, insert your eleven (11) or thirteen (13) digit number. FEDERAL EXECUTIVE ORDER 11246: Contractor shall comply with provisions of Executive Order 11246 as amended by Executive Order 11375 as supplemented by Department of Labor Regulation 41 CFR Part 60, the Copeland Anti-Kickback Act (18 USC 874) as supplemented in Department of Labor Regulation 29 CFR Part 3, the Bacon Davis Act (40 USC 276a et. seq.), Sections 103 and 107 of the Contract Work Hours and Safety Act (40 USC 327330) as supplemented by Department of Labor Regulation 29 CFR Part 5, and Clean Air Act 1970 (42USC 1857 et. seq.), the Americans with Disabilities Act of 1990, to the extent that they are applicable.

CERTIFICATE OF STATE COMPLIANCE Pursuant to Massachusetts General Laws, Chapter 62C, Section 49A, each bidder must certify under penalties of perjury that they have, to the best of their knowledge, filed all State returns and paid all state taxes as required under the law. I so certify.

Social Security Number or Federal Identification Number

Signature of Individual or Corporate Name By:

Corporate Officer (if applicable)

MASSACHUSETTS EMPLOYMENT SECURITY LAW (IF APPLICABLE) Pursuant to G.L. c. 151A, s. 19A(b), I,

(Name & title), signing

on behalf of

(Name of Employer),

hereby certify that the aforementioned employer has complied with all employment security laws of the Commonwealth relating to contributions and payments in lieu of contributions, if applicable. Signed under penalties of perjury this

day of

, 20

.

Signature

Company name: Address: Telephone Number: Fax: Tax I.D. /FEIN Number or S.S.N. # (if individual):

Compensation and Fees Please provide a bid for the scope of work under Section II. This request for proposal does not create any contractual relationship between the UMass and any party. UMass reserves the right to accept or reject any and all proposals, wholly or in part, submitted for this project. The fees must represent all prices and/or costs that bidder anticipates charging UMass and specification of payment terms.

1. Supply Services Please include the cost of allowing UMass to carryover 20% of the firm contract volume for each month to the next month in your bids. Please specify the facility of origin for the LNG if bidding on supply only. a) Variable Index Adder This Adder can be combined with a specified index to determine final cost to UMass Amherst. The Variable Index Adder should include all fees for service including, but not limited to, margin, transportation, and environmental fees. Index to be used:

Variable Index Adder ($/MMBTU)

2016-17

2017-18

2018-19

b) Fixed Index Adder An adder over the monthly NYMEX Henry Hub price that allows UMass Amherst to lock in a fixed rate at any point during the term for the forward months at the then-current NYMEX Henry Hub prices for natural gas, plus the specified adder. The adder will remain fixed during the term of the contract. The fixed index adder should include all fees for service including, but not limited to, margin, transportation, and environmental fees.

Fixed Index Adder ($/MMBTU)

2016-17

2017-18

2018-19

c) Indicative Fixed Price An indicative fixed price bid should be provided for the time period of November 1, 2016 through April 30, 2017 based on market settlement the day before the bid response is due.

Indicative Fixed Price ($/MMBTU)

2016-17

2017-18

2018-19

2. Transportation Services Pricing should relate to the LNG facilities in Section II.A.2.a of the RFB. Please provide a bid for a)

Transportation services, either per truckload or per MMBTU delivered. 2016-17

2017-18

2018-19

Origin facility: Origin facility: Origin facility: Origin facility: Origin facility: b) Itemized charges: If there are itemized charges to be passed through to UMass (e.g. tolls, fees, trailer lease, layovers), please specify the nature charge and how it will be assessed

c)

Charges for short-order orders or cancellations.

3. Combined Supply and Transportation bids If combined Supply and Transportation will be at a discount to the sum of the pricing submitted in sections (1) and (2) above, please submit combined supply and transportation bids below. Supply + Transportation bid ($/MMBTU) Variable Index Adder plus transportation Fixed Index Adder plus transportation Indicative Fixed Price plus transportation

2016-17

2017-18

2018-19

Name and phone number of Spill Clean Up & Containment Response Company

Names and phone numbers of three (3) References:

Acknowledgement of all addenda received:

Signature of owner or Authorized Officer: Please print name and title of signer: Date Submitted: THE UNIVERSITY OF MASSACHUSETTS IS TAX-EXEMPT. Taxpayer I.D. Number: 043 167 352

Xref .\Xrefs\20081156.A22_UMATITLE.dwg 6 BOG

BOG LNG/ NG

FUTURE LNG STORAGE TANKS Design and Construction Management 360 Campus Center Way Amherst, Ma 01003 (Voice) 413.545.1383

6 BOG

1

BOG

2 LNG

LNG

LNG

LNG OFFLOAD PUMP SKID (DUAL 40 HP PUMPS)

LNG TANK 18,000 GAL. MAWP 175 PSIG

FUTURE LNG TANK 18,000 GAL. MAWP 175 PSIG

LNG TANK 18,000 GAL. MAWP 175 PSIG

FUTURE LNG TANK 18,000 GAL. MAWP 175 PSIG

FUTURE LNG TANK 18,000 GAL. MAWP 175 PSIG

FUTURE AMBIENT HEAT EXCHANGER

AMBIENT HEAT EXCHANGER Contract No.: UMA 16-09

LNG TANK 18,000 GAL. MAWP 175 PSIG

LNG

LNG

LNG

NG

4

5 NG

NG

FLOW RATE

PRESSURE

TEMPERATURE -260 DEG F

-260 DEG F

1

LNG

200 GPM (MAX)

20 PSIG (NOM) 40 PSIG (MAX)

2

LNG

200 GPM (MAX)

120 PSIG (MIN) 130 PSIG (MAX)

LNG

2 GPM (MIN) 35 GPM (PHASE I MAX) 60 GPM (PHASE 2 MAX)

100 PSIG (MIN) 110 PSIG (MAX)

-260 DEG F

NATURAL GAS

10 MSCFH (MIN) 175 MSCFH (MAX)*

85 PSIG (MIN) 90 PSIG (MAX)

40 DEG F (MIN) 70 DEG F (MAX)

5

NATURAL GAS

10 MSCFH (MIN) 175 MSCFH (MAX)

80 PSIG (MIN) 85 PSIG (MAX)

40 DEG F (MIN) 70 DEG F (MAX)

6

BOIL-OFF GAS

0 MSCFD (MIN) 5.3 MSCFD (3-TANK MAX)**

125 PSIG (MIN) 135 PSIG (MAX)

-260 DEG F

7

BOIL-OFF GAS

0 MSCFD (MIN) 5.3 MSCFD (PHASE I MAX) 10.5 MSCFD (PHASE 2 MAX)

115 PSIG (MIN) 125 PSIG (MAX)

AMBIENT - 20 DEG F

3

4

DRAWN BY:

ODORANT SYSTEM SKID

DESIGN BASIS FLUID

NG

PRESSURE CONTROL SKID

TO FUTURE PHASE 2 EQUIPMENT DEDICATED TO THE CTG GAS COMPRESSOR

POINT

NG

UMASS Project No.: 13-00225101

WATERBATH VAPORIZER

LNG

Fuss & O'Neill Project No.: 20081156.A22

7

3

DRH

CHECKED BY:

JMF

DESIGNED BY:

DRH

SCALE: DATE:

NTS 9/21/15

REVISIONS No.

DESCRIPTION

DATE

FLUID DESIGNATIONS BOG = BOIL-OFF GAS LNG = LIQUEFIED NATURAL GAS NG = NATURAL GAS *IT HAS BEEN ASSUMED THAT FUTURE PHASE II FLOW TO SERVE THE CTG GAS COMPRESSOR WILL HAVE ITS OWN DEDICATED VAPORIZER, PRESSURE CONTROL SKID, AND ANY PUMPS NECESSARY TO ACHIEVED REQUIRED PRESSURES (NOT SHOWN). **BOIL-OFF GAS RATES VARY; A MAXIMUM BOIL-OFF RATE OF 0.13% PER DAY OF THE 90% FULL TANK VOLUME WAS ASSUMED FOR SIZING THE AMBIENT HEAT EXCHANGER.

DRAWING NO. D-A-664-13-00225101

M2.00

Suggest Documents