Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2005-111Temp Reso # 10740 June 6, 2005 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO, R-2005--1 I A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA APPROVING THE PURCHASE OF GASOLINE FROM SMF STREICHER MOBILE FUELING, INC. AND MANSFIELD OIL COMPANY OF GAINESVILLE, INC. UTILIZING BROWARD SHERIFF'S OFFICE CO-OP CONTRACT # 5-3-8-049; AUTHORIZING TOTAL ANNUAL EXPENDITURES FOR THE PURCHASE OF GASOLINE NOT TO EXCEED $155,500; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, gasoline is necessary in order to operate the City fleet; and WHEREAS, City of Tamarac Code, §6-154, allows the Purchasing Officer the authority to join with other units in cooperative purchasing when the best interest of the City would be served; and WHEREAS, the Broward Sheriff's Office issued Bid # 5-3-8-049 on behalf of the Southeast Florida Governmental Purchasing Cooperative (hereto attached as Exhibit 1), and WHEREAS, the City of Tamarac is a member of the Southeast Florida Governmental Purchasing Cooperative; and WHEREAS, the Broward Sheriff's Office has awarded Bid # 5-3-8-049 (a copy of the bid responses and award notification hereto attached as Exhibit 2 and Exhibit 3 respectively) to SMF Streicher Mobile Fueling, Inc. and Mansfield Oil Company of Gainesville, Inc. for the purchase of gasoline for the period starting July 1, 2005 and terminating on June 30, 2008 with two (2) additional one (1) year renewal options; and WHEREAS, funds are available for the purchase of gasoline; and Temp Reso # 10740 June 6, 2005 Page 2 WHEREAS, it is the recommendation of the Director of Public Works and the Purchasing and Contracts Manager that Broward Sheriff's Office Co -Op Bid # 5-3-8-049 be utilized for the purchase of gasoline; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to purchase gasoline Utilizing this Broward Sheriff's Office Cooperative Purchasing Agreement. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The appropriate City Officials are hereby authorized to purchase gasoline fuel from SMF Streicher Mobile Fueling, Inc. and Mansfield Oil Company of Gainesville, Inc under Broward Sheriff's Office Co -Op Contract # 5-3-8-049. SECTION 3: The purchase of gasoline utilizing the Broward Sheriffs Office Co-op Contract #5-3-8-049 is hereby authorized in an annual amount not to exceed $155,500, SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or application, and to this end the provisions of this Resolution are declared to be severable. SECTION 6: passage and adoption. Temp Reso # 10740 June 6, 2005 Page 3 This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this .19, day of �j u'1io- , 2005. 4 iSayor WIREIBER ATTEST: RECORD OF COMMISSION MARION SWE SON, CMC MAYOR SCHREIBER CITY CLERK P- I HEREBY CERTIFY that I have approved this RESOLUTION as to form. SAMUEL S. G N INTERIM CITY ATTORNEY I DIST 1: COMM. PORTNER _ DIST 2: V/M TALABISCO DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERTS Exhibit 1, Temp Reso 10740 BROWARD COUNTY SHERIFF'S OFFICE 2601 W. BROWARD BLVD. FT LAUDERDALE, FLORIDA 33312 REQUEST FOR PROPOSAL RFP # 5-3-5-049 GASOLINE TANKWAGON & TRANSPORT DELIVERIES Issue Date: March 15, 2005 1 REQUEST FOR PROPOSAL # 5-3-8-049 GASOLINE TANKWAGON & TRANSPORT DELIVERIES FOR BROWARD COUNTY SHERIFF'S OFFICE & OTHER CO-OP AGENCIES AS SPECIFIED. REQUEST FOR PROPOSAL The Broward Sheriff's Office (BSO) will receive formal sealed proposals for "GASOLINE TANKWAGON & TRANSPORT DELIVERIES" until 3:00 p.m. on Thursday, April 14, 2005. Copies of the Request For Proposal (RFP) may be obtained online from the following web site- www.sheriff.org/purchasing or from the Broward Sheriff's Office Purchasing Bureau, 2601 W. Broward Blvd., Suite 3595 (3d floor) Ft. Lauderdale, FL. 33312 (954) 831-8170. Proposals will be opened at the Broward Sheriff's Office, 2601 W. Broward Blvd., Ft. Lauderdale, FL at the date and time indicated above. The initial term of any resultant agreement will be for three years from the date of award with two (1) year additional renewal options. Renewal options will be based upon performance, availability of funding, and in the best interest of the Broward County Sheriff's Office, and participating members of the Southeast Florida Governmental Purchasing Co-operative Group. Proposals received after the deadline noted above will not be accepted. BSO reserves the. right to postpone, to accept, or reject any and all bids in whole or in part. All bids must remain in effect for one -hundred and twenty (120) days from the date of Bid opening. RICK TORRES, CPPB PURCHASING AGENT II " GASOLINE TANKWAGON & TRANSPORT DELIVERIES if Request For Proposal # 5-3-8-049 Index Vendor letter. Southeast Florida Governmental Purchasing Cooperative Proposals Due Date and Time & Submittal Information SECTION I Special Conditions 1. Scope 2. Term of the Contract 3. Basis of Award 4. Delivery and Acceptance 5. Pricing 6. Pre -Bid Conference 7. Insurance Requirement 8. Terms 9. Selection Process / Evaluation Criteria Matrix SECTION II: General Conditions 1. Submission & Receipt of Proposals 2. Completion of Bid Forms 3. Signature Required 4. Bid Withdrawal 5. Signed Bid Considered an Offer 6. Default Provisions 7. Copyrights and Patent Rights 8. Laws and Regulations 9. Takes 10. Conflict of Instructions 11. Specifications and requirements 12. Exceptions to Specifications 13. Anti -Collusion Statement 14. Indemnification 15. Nondiscrimination 16. Sovereign Immunity 17. Confidentiality 16 .Pge 5 6-7 8 8 8 8 8 8 9-10 11 11-12 13 14 14 14 14 14 14 14 15 15 15 15 15 15 16 16 18. Severability 16 19. Enforcement 16 20. No Third Party Beneficiaries 16 21. Funding 16 22. Manner of Performance 16 23. Public Records 17 24. Agreement/Contract 17 25. Assignment 17 26. Waiver or Breach 17 3 if GASOLINE TANKWAGON & TRANSPORT DELIVERIES " Request For Proposal 4 5-3-8-049 Index, Page 2 Page 27. Termination 28. Drug Free Workplace Certification 17 29. Public Entity Crimes 18 30. Governing Procedures 18 31. Identical Tie Bids 18 32. Request for Additional Information or Clarification(s) 18 33. Addenda/Information Letter 19 34. Addenda Acknowledgement 19 35. Statement of "No Bid" 19 SECTION III: Bid Pricing Form (Sheet) 1. Bidder Acknowledgement & Bid Pricing Form 20-23 2. Acknowledgement of Addenda 23 3. Conflict of Interest Declaration 23 4. Pending Litigation 24 S. Debarment Statement 24 6. Payment Terms 24 SECTION IV: Scope, Specifications & General Requirements 1. Scope of Proposal 25 II. Format 25 III. Submittal requirements 2526 Specifications and Requirements for gasoline products (1-15) 26-30 ATTACHMENTS Estimated Agency Requirements (1 page) 31 List of Agency contacts. (2 pages) 32 Location of Storage Facilities (Tank capacity) (3 pages) 34-36 Attachment "B" Drug Free Workplace Certificate (2 pages) 37-38 Attachment "C" Statement of "No Bid" form (1 page) 39 4 TO OUR PROSPECTIVE CONTRACTORS: The attached Invitation for Bid or Request for Proposal represents a cooperative procurement for the Southeast Florida Governmental Purchasing Cooperative. For the past several years, approximately twenty -sic (26) government entities have participated in Cooperative Purchasing in Southeast Florida, The Southeast Tionda Governmentale'urchasing Cooperative was formedin an effort toprovide cost savings and cast avoidances to allentities . y utilizing the 6uying power of com6ined requirements for common, basic items. The Government Agencies participating in this particular procurement and their respective delivery locations are listed in the attached document. Southeast Florida Governmental Purchasing Cooperative Procurement Operational Procedures_ • All questions concerning this procurement should be addressed to the issuing agency, hereinafter referred to as the "lead agency". All responses are to be returned in accordance with the instructions contained in the attached document. Any difficulty with participating agencies referenced in this award must be brought to the attention of the lead agency. • Each participating governmental entity will be responsible for awarding the contract, issuing its own purchase orders, and for order placement. Each entity will require separate billings, be responsible for payment to the Contractor(s) awarded this contract, and issue its own tax exemption certificates as required by the Contractor. • The Contract/purchase order terms of each entity will prevail for the individual participating entity. Invoicing instructions, delivery locations and insurance requirements will be in accordance with the respective agency requirements. • Any reference in the documents to a single entity or location will, in fact, be understood as referring to all participating entities referenced in the documents and cover letter unless specifically noted otherwise_ • The awarded Contractor(s) shall be responsible for advising the lead agency of those participants who fail to place orders as a result of this award during the contract period. • The Contractor(s) shall furnish the Lead Agency a detailed Summary of Sales semi-annually during the contract period. Sales Summary shall include contract number(s), contractor's name, the total of each commodity sold during the reporting period and the total dollar amount of purchases by commodity. • Municipalities and other governmental entities which are not members of the Southeast Florida Governmental Purchasing Cooperative are strictly prohibited_ from utilizing any contract or purchase order resulting from this bid award. However, other Southeast Florida Governmental Purchasing Cooperative members may participate in their contract for new usage, during the contract term, or in any contract extension term, if approved by the lead agency. New Southeast Florida Governmental Purchasing Cooperative members may participate in any contract on acceptance and approval by the lead agency. • None of the participating governmental entities shall be deemed or construed to be a party to any contract executed by and between any other governmental entity and the Contractor(s) as a result of this procurement action. "WORKING TOGETHER TO REDUCE COSTS" Bro ward Sheriffs Office Purchasing Bureau 2601 W. Broward Blvd. Fort Lauderdale, FL 33312 Request For Proposal # 5-3-8-049 "GASOLINE TANKWAGON & TRANSPORT DELIVERIES " Pursuant to the Broward Sheriffs Office Procurement Code, the Broward Sheriffs Office invites qualified firms to submit sealed Proposals to provide " GASOLINE TANKWAGON & TRANSPORT DELIVERIES ". Proposals will be received until 3:00 PM, on Thursday, April 14th , 2005 in the Purchasing Division at 2601 W. Broward Blvd., Suite 3595 (3rd Floor), Public Safety Building, Ft. Lauderdale, Florida 33312. These proposals will be publicly opened in the presence of BSO officials at the above time and date. Bid openings are open to the public. All bidders and/or their representatives are invited to be present. It shall be the sole responsibility of the Bidder to have their bid delivered to the Purchasing Division for receipt on or before the above stated time and date. Ifa bid is sent by U.S. Mail, the Bidder shall be responsible for its timely delivery to the Purchasing Division. Late proposals shall not be considered, shall not be opened at the public opening, and arrangements shall be made for their return at the Bidder's request and expense. BSO reserves the right to postpone, to accept or reject any and all proposals in whole or in part, to waive irregularities and technicalities, and to request re -bids. BSO also reserves the right to award the contract on such item(s) that BSO deems will best serve its interests. All proposals must remain in effect for one hundred and twenty (120) days from the date of Bid opening. Bidders are cautioned to examine all terms, conditions, specifications, addenda, delivery instructions and other conditions pertaining to the Request For Proposals (RFP). failure of the Bidder to examine all pertinent documents shall not entitle bidder to any relief from the conditions imposed in the RFP. Once opened, the proposals will be tabulated, evaluated, and presented to the appropriate BSO officials for award. BSO, in its sole discretion, reserves the right to accept or reject any or all proposals for any reason whatsoever. BSO further reserves the right to waive irregularities and technicalities and/or to request resubmission. There is no obligation on the part of BSO to award the bid to the lowest bidder, or any bidder. BSO reserves the right to make the award to a responsible bidder submitting a responsive proposal most advantageous and in the best interest of BSO. BSO and the Southeast Florida Governmental Co-operative Group shall be the sole judge of the proposals and their decision shall be final. Bidders who wish to receive a copy of the bid tabulation should request it by enclosing a stamped, self-addressed envelope with their proposal. Bid results will not be given out by telephone, fax or e-mail transmission. There are four (4) sections in this RFP: Special Conditions, General Conditions, Proposal Specifications & General Requirements, and Proposal Pricing Form and Acknowledgements. The M. following documents are attached to this ITB: Attachment "B" Drug Free Workplace Certificate, Attachment "C" Statement of "No Bid" Form. Please read all sections thoroughly. Complete the RFP in accordance with the instructions. Failure to do so may result in the rejection of your proposal. Successful bidder is referred to as CONTRACTOR throughout this RFP. THIS SPACE LEFT INTENTIONALLY BLANK SECTION I - SPECIAL CONDITIONS 1. Scone: Proposals are hereby invited to establish firm -fixed mark-up or discount for the purchase of Gasoline Tankwagon and Transport deliveries according to the OPIS (Miami) index pricing in accordance with the General Conditions and other provisions of this RFP. Also, this solicitation intends to establish a fee schedule for the use of fuel credit cards. 2. Term of the Contract: It is anticipated that the initial term of any resultant agreement will be for three years from the date of award with two additional one (1) year renewal options. Renewal of the contract for two (2) additional one year periods will be based on performance, availability of funding, and as is in the best interest of the Broward County Sheriff's Office and the Southeast Florida Governmental Co-operative Group. During the term of this contract and any renewal periods, BSO reserves the right to terminate the contract and award the contract to the next highest ranked proposer. This contract is not an exclusive contract. The estimated quantities under this contract cannot be guaranteed and will be contingent upon availability of funding. All terms and conditions shall remain fixed for the initial period of the contract and for any renewal periods. 3. Basis of Award: Award will be made to the highest ranked proposer and in the best interest of BSO. 4. Delivery and Acceptance: Delivery is FOB destination and shall be computed in calendar days from the issuance date of Purchase Order or order release. State on the Proposal Sheet the number of calendar days required to make delivery. DELIVERY SITES: REFER TO " LOCATION OF STORAGE FACILITIES" TABLE. 5. Pricing: Proposals can not be withdrawn for 120 days, and shall include all costs associated with the requirements as outlined in this RFP. Also see Section IV. No. 5. 6. Pre -Bid Conference: Not applicable to this procurement. THIS SPACE LEFT INTENTIONALLY BLANK 3 SECTION I _.. SPECIAL CONDITIONS, CONTINUATION: 7. Insurance: 7.1. Throughout the term of this agreement and for all applicable statutes of limitation periods, contractor shall maintain in full force and effect the insurance coverage set forth in this article. NOTE: Additional insurance requirements may be requested by BSO's Risk Management and if so will be incorporated into the terms and conditions of the subsequent agreement with the successful proposer. Other insurance requirements may also apply to any other participating agencies on request of said agency, and shall be mandatory to be supplied to those agencies. 7.2. All Insurance Policies shall be issued by companies that (a) are authorized to transact business in the State of Florida, (b) have agents upon whom service of process may be made in Broward County, Florida, and (c) have a best's rating of A -VI or better. 7.3. All Insurance Policies shall name and endorse the following as additional insureds: The Broward Sheriffs Office, the Sheriff, Broward County, The Board of Commissioners of Broward County, and their officers, agents, employees and commission members with a CG026 Additional Insured — Designated Person or Organization endorsement, or similar endorsement to the liability policies. 7.4. All Insurance Policies shall be endorsed to provide that (a) Contractor's Insurance is primary to any other Insurance available to the additional insureds with respect to claims covered under the policy and (b) Contractor's insurance applies separately to each insured against who claims are made or suit is brought and that the inclusion of more than one insured shall not operate to increase the insurer's limit of liability. Self-insurance shall not be acceptable for this project. 7.5. If the Contractor fails to submit the required insurance certificate in the manner prescribed with the executed agreement submitted to BSO and if not submitted with the executed agreement in no event to exceed three (3) calendar days after request to submit certificate of insurance, the Successful Bidder shall be in default, and the contract shall be rescinded. Under such circumstances, the Bidder may be prohibited from submitting future bids to BSO. 7.6. Contractor shall carry the following minimum types of Insurance: A. WORKER'S COMPENSATION: Worker's Compensation Insurance is to apply to all employees in compliance with the "Workers' Compensation Law" of the State of Florida and all applicable federal laws. Contractor shall carry Worker's Compensation Insurance with the statutory limits, which shall include employer's liability insurance with a limit of not less than $500,000 for each accident, $500,000 for each disease. Policy (ies) must be endorsed with waiver of subrogation against BSO and Broward County. B. BUSINESS AUTOMOBILE LIABILITY INSURANCE: Contractor shall carry business automobile liability insurance with minimum limits of one million ($1,000,000) dollars per occurrence, combined single limits bodily injury liability and property damage. The policy must be no more restrictive than the latest edition of the business automobile liability policy without restrictive endorsements, as filed by the Insurance Services office, and must include owned vehicles and hired and non -owned vehicles. C. COMMERCIAL GENERAL LIABILITY: Contractor shall carry Commercial General Liability Insurance with limits of not less than two million ($2,000,000) dollars per occurrence combined single limit for bodily injury and property damage. The insurance policy must include coverage that is no more restrictive than the latest edition of the commercial general liability policy, without restrictive endorsements as filed by the Insurance Service Office, and the policy must include coverage for premises and/or operations, independent contractors, products and/or completed operations for contracts, contractual liability, broad form contractual coverage, broad form property damage, products, completed operations, and personal injury. Personal injury coverage shall include coverage that has the employee and contractual exclusions removed. 7.7. Contractor shall provide Sheriffs Director of Risk Management and Sheriff's Contract Manager with a copy of this certificate of Insurance or endorsements evidencing the types of Insurance and coverage required by this article prior to beginning the performance of work under this agreement and, at any time thereafter, upon request by BSO. 7.8. Contractor's Insurance Policies shall be endorsed to provide Sheriff with at least sixty-(60) calendar days prior written notice of cancellation, non -renewal, restrictions, or reduction in coverage or limits. Notice shall be sent to: Broward Sheriffs Office Broward Sheriffs Office Attn: Contract Manager AND Attn: Director, Risk Management 2601 W. Broward Blvd. 2601 W. Broward Blvd. Ft. Lauderdale, Florida 33312 Ft. Lauderdale, Florida 33312 7.9. If Contractor's Insurance policy is a claims made policy, then Contractor shall maintain such Insurance Coverage for a period of five years after the expiration or termination of the agreement or any extensions or renewals of the agreement. Applicable coverage may be met by keeping the policies in force, or by obtaining an extension of coverage commonly known as a reporting endorsement of tail coverage. 7.10. In any of Contractor's Insurance policies includes a general aggregate limit and provides that claims investigation or legal defense costs are included in the general aggregate limit, the general aggregate limit that is required shall be no more than five (5) times the occurrence limits specified above in this article. 7.11. The Contractor shall not commence operations, and/or labor to complete this project, pursuant to the terms of this agreement until certification or proof of insurance issued directly by the insurance company underwriting department, detailing terms and provisions of coverage, has been received and approved by the BSO Director of Risk Management. 7.12. The provisions of this article shall survive the expiration or termination of this agreement. 10 8. Terms: The terms Bid and Proposal, maybe used interchangeably throughout this Solicitation. 9. Selection Process: A committee selected by BSO will perform evaluation of the proposals using the evaluation criteria. The Evaluation Committee will conduct a preliminary evaluation of all proposals on the basis of the information provided in the Technical part. Then the Cost proposal part will be tabulated and a short list will be developed consisting of the,firms receiving the highest point ratings. The committee may conduct discussions with Proposers in the short list for the purpose of clarification to assure full understanding of, and responsiveness to, the solicitation requirements. During discussions, there shall be no disclosure of any information derived from Proposal submitted by a competing Proposer. These firms may be invited to do an oral presentation before the committee. However, BSO may opt to waive the oral presentations if, in its sole judgment, it has determined that it is in its best interest. General Selection Criteria The Evaluation Committee when grading responses to this RFP will consider the following: 1. Qualifications and experience, necessary for the satisfactory performance of supplying fuel, and/ or Fuel Credit Cards as described in the Scope of Services. Qualification and experience of key personnel employed by Proposer. Past and current performance of the Proposer's team described above, including experience, years in business, quality of service, and compliance with delivery time. References will be checked. The quality and comprehensiveness of the approach to providing required services as outlined in the Scope of Services. 2. Completeness and responsiveness of the proposal in terms of compliance with the overall goals and objectives of BSO and the Co -Op for the provision of services including, but not limited to, the ability to meet BSO and the Co-Op's requirements, overall cost reduction, and overall service improvement. 3. Financial Stability of the Proposer. 4. Legal actions for the past three years. (see Section 1V. Paragraphs 4 Pending Litigation, and paragraph 5 Debarments). 5. Compliance with applicable Laws, Ordinances, and Status. 6. Cost Proposal Pricing. 11 EVALUATION CRITERIA MATRIX ITEM DESCRIPTION WEIGHT Satisfactory or 1. Completeness of Request For Proposal. Including applicable licenses. Unsatisfactory 2. Mandatory Financial capacity requirements. This factor will be analyzed on the Satisfactory or basis of the Proposer's documentation of its financial capacity to undertake the Unsatisfactory project. Proposers should submit a copy of recent DUN & Bradstreet Report, and most recent annual report. An unsatisfactory rating, based solely on the discretion of BSO, will be cause for rejection of the proposal. 3. Technical Responsiveness. Company profile / experience/ staffing / references. 45 Measured in terms of current and past performance in providing directly related services of equal magnitude & complexity. Description of services to be provided, completeness of program proposal as outlined in the Scope of Services, and the Proposer's understanding of the need for quality and efficiency. PROPOSER'S PLAN OF ACTION WILL BE A MAJOR CONSIDERATION IN SCORING FOR THIS SECTION. 4. Price Evaluation. Measure as it relates to the services to be provided by the Proposer. Ability to 35 address all requirements while maintaining competitive fees. 5. Program Capability. 20 Measure in terms of Proposer's ability to meet BSO's objectives as described throughout the Request For Proposal. TOTAL POINTS: 100 ***END OF SECTION I *** 12 SECTION II - GENERAL CONDITIONS 1 Submission and Receipt of Proposals: 1.1 Bidders should use the "BID" Form furnished herein. 1.2 Bids having any erasures or corrections should be initialed by the bidder in ink. Bid should be typewritten or filled in with pen and ink. Manual signature must be in ink, y g_ „name address and telephone number of the Bids shall clearly indicate the legal .._�, _ Bidder, together with legal entity (corporation, partnership, individual). Bids shall be signed and bear the signature in longhand of the person authorized to bind the Bidder above the jUed_or printed name and title of the signer. Payment will be made to company name shown only. It is the sole responsibility of the Bidder to ensure that the bid arrives on time at the right place. All expenses relevant to preparation and submittal of bids are to be borne by the Bidder. Failure to comply with these instructions shall result in rejection of your bid. 1.3 Proposals must be returned in a sealed envelope (with the correct postage affixed, if the proposal is mailed) and should show the following information: 1.3.1 Your return mailing address in the upper left-hand corner. 1.3.2 RFP Number & Title on the outside of your sealed bid envelope. 1.3.3 Proposals that are' lost, misrouted, or otherwise fail to be received by the Purchasing Division due to vendor's failure to properly label the envelope shall not be accepted. 1.3.4 If hand delivering your proposal, bidders are cautioned to allow sufficient time prior to the bid opening time to access the Public Safety Complex. Delays may be experienced in obtaining access to the building as a result of enhanced security monitoring of persons entering the complex. 1.4 When submitting your bid, use one of the following addresses, as appropriate: BY U.S. MAIL BY COURIER OR HAND DELIVERY Broward Sheriffs Office Broward Sheriffs Office Purchasing Division Purchasing Division PO Box 9507 2601 W. Broward Blvd. Ft. Lauderdale, FL 33310 Ft. Lauderdale, FL 33312 1.5 Late proposals will not be accepted and will be returned unopened. 1.6 Multiple Submissions: Only one response to the RFP from any one firm will be considered. In the event of multiple submissions, the firm will be asked to identify which submission should be analyzed. In no event will the Broward Sheriff's Office consider multiple submissions from the same firm. 1.7 Disclosure and Disclaimer: Any recipient of this RFP who responds hereto, fully acknowledges all the provisions of this Disclosure and. Disclaimer and agrees to be bound by the terms hereof. 1.7.1 All costs incurred by the Bidder in preparing and responding to this RFP shall be the sole responsibility of the. Bidder. The Broward Sheriff's Office assumes no responsibility or liability for costs incurred in the preparation or submission of any bid. All expenses in preparing any re -submittals shall be the sole responsibility of the Bidder. 13 1.7.2 The Broward Sheriffs Office or its representatives do not warrant or represent that any award or recommendation will be made as a result of the issuance of this RFP. 1.7.3 The Broward Sheriff s Office reserves the right to waive or modify any irregularities and technicalities in bids received; to request additional information, to exercise its discretion and apply its judgment, at its discretion, request re -submittal of a proposal. 2. Completion of Bid Forms: Bidder is to fill in all of the blank spaces on the bid form(s), and return all numbered pages, together with any attachments. Bidder must indicate by signing the acknowledgement page that bidder has read and understands the provisions contained in this RFP. Failure to comply with these instructions shall result in rejection of your proposal. 3. Signature Required: All bids must show the company name and be signed in ink by a company officer or employee who has the authority to bind the company or firm by their signature. Unsigned bids will be rejected. All manual signatures must be original to be considered valid - no rubber stamp, photocopy, etc. (Payment will be made to company name shown only.) 4. Bid Withdrawal: Bidder certifies that prices, terms, and conditions in the RFP will be irrevocable for a period of one -hundred and twenty (120) days from the date of bid opening unless otherwise required in the RFP. Proposals may not be withdrawn before the expiration of ninety (90) days. Proposals may be withdrawn after ninety (90) days only upon written notification to the BSO Purchasing Bureau. If there is an error in extensions, unit prices will prevail. S. Signed Bid Considered an Offer: This signed bid is considered an offer on the part of the bidder, which offer shall be considered accepted upon approval by appropriate authorities of BSO. BSO will issue a purchase order or a letter of authorization to the successful bidder, as authorization of award subject to requirements of detailed specifications and those conditions contained herein. 6. Default Provisions: In the event of default by the bidder, BSO reserves the right to procure the items(s) bid from other sources and hold the bidder responsible for excess costs incurred as a result. A contractor who defaults on a BSO contract may be debarred from doing business with BSO for a period of thirty-six (36) months from the date of default. 7. Proprietary (Copyrights and -Patent Rights): Bidder warrants that there has been no violation of proprietary rights ( including but not limited to trade secrets, copyrights or patent rights) in manufacturing, producing, and/or selling the item(s) ordered or shipped as a result of this bid; and successful bidder agrees to indemnify and hold harmless BSO, its employees, agents, or servants, Broward County, Broward County Board of Commissioners, its employees, agents, or servants against any and all liability, loss, or expense resulting from any such violation. 8. Laws and Regulations: Bidder agrees to abide by all applicable Federal, State, County, and local rules, regulations, ordinances and codes. 14 9. Taxes: All taxes -- federal, state and local, relating to the Contractor's work under its agreement with the Broward Sheriff s Office and, similarly, all costs for licenses, permits, or certifications shall be paid by the Contractor. 10. Conflict of Instructions: If a conflict exists between the General Conditions and Instructions contained herein, and the specific conditions and instructions contained herein, the specific shall govem. 11. Specifications and Requirements: The specifications, requirements and services to be provided are stated in Section 111. Bidders requiring additional information regarding any of the bid terms, conditions or administrative requirements should send a fax to Rick Torres at (954) 765-4006 or send an e-mail to rick—torres@sheriff.org. No change(s) and no interpretations(s) shall be considered binding unless provided to all bidders in writing in the form of an Addenda or Information Letter. 12. Exceptions to Specifications: For purposes of evaluation, bidder must indicate any exception to the specifications, terms, and/or conditions, no matter how minor. This includes any agreement or contract forms supplied by the bidder that are required to be signed by BSO. If exceptions are not stated by the bidder, in his/her proposal it will be understood that the item(s)/services fully comply with the specifications, terms, and/or conditions stated in this bid. Exceptions are to be listed by the bidder on an attachment included with his/her bid. BSO will NOT determine exceptions based on a review of any attached sales or manufacturer's literature. The technical specifications contained in this RFP are not to be considered of a proprietary nature. These specifications represent a level of quality, features, and functionality that are desired by BSO. 13. Anti -Collusion Statement: By submitting this bid, the bidder affirms that this bid is without previous understanding, agreement, or connection with any person, business or corporation submitting a bid for the same services, materials, supplies, or equipment, and that this bid is in all respect fair, and without collusion or fraud. 14. Indemnification: Contractor shall, at all times hereafter, indemnify, hold harmless and, at the option of BSO counsel, defend or pay for an attorney selected by BSO counsel to defend BSO, the Sheriff, Broward County, the Board of Commissioners of Broward County, and their officers, agents and employees of BSO and Broward County and Broward County commission members from and against any and all claims, suits, actions, demands, causes of actions of any kind or nature, including all costs, expenses and attorneys fees, arising out of the negligent or wrongful act or omission of Contractor, its officers, agents, employees, servants, independent contractors or subcontractors. Contractor shall inform Sheriff in advance of planned actions and/or conduct related to Contractor's handling of any such action or claim. Sheriff shall inform Contractor of any known restrictions, defenses or limitations that may arise or exist by reason of BSO being a governmental entity. Sheriff shall not be liable for and Bidder agrees to indemnify Sheriff against any liability resulting from injury or illness, of any kind whatsoever, to Bidder's employees, agents, representatives, designees, or servants during the performance of the services, duties, and responsibilities contemplated herein. The above indemnification provisions shall survive the expiration or termination of this Agreement 15 15. Nondiscrimination: CONTRACTOR shall not discriminate against any client, employee or applicant for employment because of race, age, color, religion, sex, national origin, physical or mental disability, marital status or medical status. CONTRACTOR shall take affirmative action to ensure that applicants, subcontractors, Independent Contractors, and employees are treated without discrimination in regard to their race, color, religion, sex, national origin, disability, or medical status. CONTRACTOR shall comply with all applicable sections of the Americans with Disabilities Act. The CONTRACTOR agrees that compliance with this Article constitutes a material condition to this Contract, and that it is binding upon the CONTRACTOR, its successors, transferees, and assignees for the period during which services are provided. The CONTRACTOR further assures that all subcontractors and Independent Contractors are not in violation of the terms of this Section. 16. Sovereign Immunity: Nothing in this Agreement is intended nor shall it be construed or interpreted to waive or modify the Sheriff s immunities and limitations on liability provided for in Florida Statutes section 768.28 as now worded or as may hereafter be amended. 17. Confidentiality: To the extent permitted by law, CONTRACTOR shall not at any time, in any manner, either directly or indirectly, communicate to any person, firm, corporation or other entity any information of any kind concerning any matter affecting or relating to the business of BSO, including, but not limited to, its manner of operation, its plans, computer systems, processes or other data of any kind, nature or description. The parties stipulating that as between therm, the aforementioned matters are important, material and confidential and gravely affect the effective and successful conduct of the business of SHERIFF, and its goodwill, and that any breach of the terms of this paragraph is a material breach of this Contract. CONTRACTOR acknowledges that a breach of this confidentiality will cause irreparable injury to SHERIFF that the remedy at law for any such violation or threatened violation will not be adequate and BSO shall be entitled to temporary and permanent injunctive relief. 18. Severability: In the event any provisions of this Contract is held to be unenforceable for any reason, the unenforceability thereof shall not affect the remainder of the Contract which shall remain in full force and effect and enforceable in accordance with its terms. 19. Enforcement: In the event either party incurs legal expenses or costs to enforce the terms of this Contract, the prevailing party shall be entitled to recover the costs of such action so incurred, including, without limitation, reasonable attorney's fees and costs. 20. No Third Par Beneficiaries: This Contract is for the benefit of the parties hereto, and is not entered into for the benefit of any other person or entity. Nothing in this Contract shall be deemed or construed to create or confer any benefit, right or cause of action for any third party or entity. 21. Funding: The obligation of BSO for payment to the bidder is limited to the availability of funds appropriated in a current fiscal period, and continuation of any contractual relationship into a subsequent fiscal period is subject to appropriation of funds, unless otherwise authorized by law. 22. Manner of Performance: Bidder agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. 16 Bidder agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Bidder agrees to furnish to BSO any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Bidder further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of bidder to comply with this paragraph shall constitute a material breach of this contract. 23. Public Records: The Broward Sheriffs Office is subject to Chapter 119, Florida Statutes, the "Public Records Law." No claim of confidentiality or proprietary information in all or any portion of a response to the RFP will be honored unless a specific exemption from the Public Records Law exists and it is cited in the response to the RFP. An incorrectly claimed exemption does not disqualify the firm, only the exemption claimed. 24. Agreement/Contract: Any Agreement or contract resulting from the acceptance of a bid shall be on forms either supplied by or approved by BSO and shall contain, as a minimum, applicable provisions of this Request For Proposal. BSO reserves the right to reject any agreement, which does not conform to the RFP, and any BSO requirements for agreements and contracts. BSO reserves the right to modify, add or delete language in any agreement. 25. Assignment: No assignment of this contract or the rights and obligations hereunder by CONTRACTOR shall be valid without the express written consent of BSO, which may be given or withheld, in BSO'S sole discretion. 26. Waiver or Breach: It is agreed that no waiver or modification of the terms hereof or of any covenant, condition, or limitation contained in said terms shall be valid unless it is in writing and duly executed by the party to be charged with it, and that no evidence of any waiver or modification shall be offered or received in evidence in any proceeding, arbitration, or litigation between the parties arising out of or affecting the terms hereof, or the right or obligations of any party, unless such waiver or modification is in writing, and duly executed. The waiver by either party of a breach or violation of any provision of this Contract shall be construed as a modification of this Contract and shall not be construed as a modification of this Contract and shall not operate as, or be construed to be, a waiver of any subsequent breach of the same or any other provision of this Contract. 27. Termination: The Contract may be terminated upon the following events: a) Termination by Mutual Agreement. In the event the parties mutually agree in writing, this Contract may be terminated on the terms and dates stipulated therein. b) Termination Without Cause. Either party shall have the right to terminate this Contract without cause by providing the other party with thirty (30) calendar days written notice via certified mail, return receipt requested or via hand delivery with proof of delivery. c) Termination for Cause. In the event of a material breach, either party may provide the other party with written notice of the material breach. The other party shall have thirty (30) days from the date of its receipt of such notification to cure such material breach. If the material breach is not cured within that time period, the non -breaching party may terminate this Contract immediately. Material breaches shall include but 17 are not limited to, violations of Governing Standards, state or federal laws, BSO's policies and procedures, or the terms and conditions of this Contract. d) Termination for Lack of Funds. In the event the funds to finance this Contract become unavailable or are not allocated by Broward County, or other funding source applicable, BSO may provide CONTRACTOR with thirty (30) days written notice of termination. Nothing in this Contract shall be deemed or construed to prevent the parties from negotiating a new Contract in this event. e) Immediate Termination by BSO. BSO, in his sole discretion, may terminate this contract immediately upon the occurrence of any of the following events: CONTRACTOR's violation of the Public Records Act; ii. The insolvency, bankruptcy or receivership of CONTRACTOR; iii. CONTRACTOR's violation or non-compliance with NONDISCRIMINATION Section of this Bid; or iv. CONTRACTOR fails to maintain insurance in accordance with the INSURANCE Section of this Bid. Notwithstanding any other provisions of this Contract, the CONTRACTOR's duty to indemnify and defend BSO as set forth in this bid shall survive the termination or expiration of this Contract. 28. Drug Free Workplace Certification by Vendor: All bidders must complete the attached "Drug Free Workplace Certification by Vendor" form, and submit it with their bid. Failure to do so may result in rejection of your bid. 29. Public Entity Crimes- In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes) a person or affiliate who has been placed on the convicted vendor list maintained by the State of Florida Department of General Services following a conviction for a public entity crime may not submit a bid on a contract with BSO, may not be awarded or perform work as a CONTRACTOR, supplier, or subcontractors, under a contract with BSO, and may not conduct business with BSO for a period of thirty six (36) months from the date of being placed on the convicted vendor list. Violation of this section by CONTRACTOR shall result in termination of this Contract and may cause CONTRACTOR debarment. 30. Governing Procedures: This solicitation is governed by the applicable sections of the BSO Purchasing Procedures Manual. A copy of the manual is available for review at the BSO Purchasing Division. 31. Identical Tie Bids: In accordance with Section 287.087, State of Florida Statutes, preference shall be given to businesses with Drug -Free Workplace programs. Whenever two or more tie bids, which are equal with respect to price, quality, and service, are received for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a Drug -Free Workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug free workplace program. IN 32. Requests for Additional Information or Clarifications : Requests for additional information or clarification regarding this RFP must be received five (5) calendar days prior to the bid/RFP opening date and should be directed, in writing, and e-mailed to rick torresra;sherifforg or via facsimile transmission to (954) 765-4006. No verbal requests for information or clarification will be honored. The person submitting the request shall be responsible for its timely delivery. 33. Addenda/Information Letter: At its sole discretion, BSO may answer such inquiries by means of a written Information Letter or an Addendum. In the event that an inquiry is made in which the explanation or clarification requires a substantial change to the specifications, a formal Addendum will be issued to all document holders. If any addenda are issued to this Request For Proposal, BSO will attempt to notify all known prospective Bidders, however, it shall be the responsibility of each Bidder, prior to submitting their bid, to contact the BSO Purchasing Bureau at (954) 831-8170 to determine if addenda were issued and to make such addenda a part of their bid. You can also find this addenda information in BSO's website www.sheriff.ora, under current solicitations. 34. Addenda Acknowledgement: The Bidder shall be required to acknowledge receipt of any formal addenda by signing the Addendum and including it with the RFP. Failure of a Bidder to include a signed formal addendum in its Proposal shall deem its Proposal non -responsive; provided, however, that BSO may waive this requirement if determined to be in its best interest. Explanations or clarifications, which do not require any revision to the specifications, will be issued in the form of an Information Letter. Information Letters do not require formal acknowledgment. The BSO shall not be responsible for oral information given by any BSO employee or other person. The issuance of a written Information Letter or an addendum is the only official method whereby interpretation, clarification or additional information can be given. 35. Statement of "No Bid": If your firm chooses not to submit a proposal, please complete and return the attached "Statement of "No Bid" Form. Failure to respond by either submitting a bid or "No Bid" form after receiving three Solicitations may result in your firm being removed from our Vendor's List. ****END OF SECTIONII**** 19 SECTION III - BID PRICING FORM (SHEET) & ACKNOWLEDGEMENTS 1. BIDDER ACKNOWLEDGEMENT: Bidder by virtue of submitting this bid acknowledges that they have read, understands, accepts and will comply with all the terms, conditions and specifications of this RFP and any addenda issued. Bidders shall thoroughly examine and be familiar with these specifications. The failure or omission of any Bidder to review this document shall in no way relieve any Bidder of obligations with respect to this RFP. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this RFP. IMPORTANT" I THIS PAGE MUST BE SIGNED FOR BID TO BE CONSIDERED, PER GENERAL CONDITIONS SECTION II, PARAGRAPH 3. The undersigned Bidder does declare that no other persons other than the Bidder herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making bid for the same article, and is in all respects fair and without collusion or fraud. The undersigned further declares that the specifications have been carefully examined and the Bidder is thoroughly familiar with its provisions and with the quality, type and grade of required materials. The undersigned further declares and proposes to furnish the articles called for within the specified time in this bid for the following price and guarantees that parts and services for the articles listed below are available within the State of Florida, to wit: Legal Company Name * Manual Signature of Company Officer Date K61 GROUP I GASOLINE — TANKWAGON DELIVERIES ITEMS 1-3 No. Commodity code OPIS Firm Mark- Net Price Estimated Quantities Estimated total Price up/Discount Per Price. (1) (A) Per gallon gallon B 1 A B 1. 405159207000 1.3134 $ $ x 448,511 gal = $ _ Regular + / - Unleaded circle one. 2. 405159208000 1.3516 $ $ x 95,290 gal = $ — Midrange + / - Unleaded circle one. 3. 405159209000 .1.4158 $ $ x 86,671 gal = $ _ Premium + / - Unleaded circle one. TOTAL GROUP I ITEMS 1 — 3 $ STATE BRAND YOU ARE OFFERING: REFINERY: NOTE: (1) REFER TO "SPECIFICATIONS AND REQUIREMENTS FOR GASOLINE PRODUCTS"" PARAGRAPH 5. PRICING AND 9. OPIS REQUIREMENTS. (A) OPIS PRICE AS OF 2/21/2005, USED FOR BID EVALUATION PURPOSES ONLY. (B) CALCULATE DISCOUNT OR MARKUP TO THE FOURTH DECIMAL. (C) DISCOUNT/MARKUP TO REMAIN FIRM DURING CONTRACT PERIOD(S). 21 GROUP II GASOLINE — TRANSPORT DELIVERIES, ITEM(S) 4-6 No. Commoditv code OPIS Firm Mark- Net Price Estimated Quantities Estimated total Price up/Discount Per Price. (1) (A) Per gallon gallon B 1 A B 4. 405159207800 1.3134 $ $ x 6,379,994 gal = $ _ Regular + / - Unleaded circle one. 5. 4051.59208800 1.3516 $ $ x 1,117,144 gal = $ _ Midrange + / - Unleaded circle one. 6. 405159209800 1.4158 $ $ x 334,006 gal = $ — Premium + / - Unleaded circle one. TOTAL GROUP II ITEMS 4 — 6 $ STATE BRAND YOU ARE OFFERING: I:;:►0 REFINERY: NOTE: (1) REFER TO "SPECIFICATIONS AND REQUIREMENTS FOR GASOLINE PRODUCTS" PARAGRAPH 5. PRICING AND 9. OPIS REQUIREMENTS. (D) OPIS PRICE AS OF 2/21/2005, USED FOR BID EVALUATION PURPOSES ONLY. (E) CALCULATE DISCOUNT OR MARKUP TO THE FOURTH DECIMAL. DISCOUNT/MARKUP TO REMAIN FIRM DURING CONTRACT PERIOD(S). NOTE: YOUR BID SUBMITTAL MUST INCLUDE TECHNICAL SPECIFICATIONS FOR THE ITEM (S) BID. 22 GROUP III. FUEL CARD SERVICE. The estimated number of cards to be issued is : 3,000 for Broward Sheriff's Office Other Agencies interested in this program are: City of Lauderdale Lakes, School Board of Broward County,. FEE SCHEDULE Set-up Fee: Monthly Card Charge: Replacement Card: Reproduction of reports: Detail any additional charges not stated above: (Specify any fuel discounts if applicable and how taxes are collected and rebated) NAME & ADDRESS OF COMPANY SUBMITTING BID: FEDERAL EMPLOYER IDENTIFICATION # OR SOCIAL SECURITY # COMPANY TELEPHONE NUMBER: ( ) TITLE OF SIGNER: SIGNER TELEPHONE NUMBER: ( ) 2. Acknowled ement of Addenda: Number of Addenda Issued FAX #: ( ) E-MAIL ADDRESS: FAX #: ( 3. Conflict of Interest: For purposes of determining any possible conflict of interest, all Bidders must disclose if any BSO employee or family member (that is in a position of authority, will be involved with the contract on a daily/monthly basis or will be involved in the contract administration) is also an owner, corporate officer, or employee of their business. 23 Indicate either "yes" (A BSO employee or family member is also associated with your business), or "no". If yes, give person(s) name(s) and position(s) with your business. Yes Name(s) and Position(s) 4. Pending Litigation: Submit information on any pending litigation and any judgments and settlements of court cases that have occurred within the last three years. 5. Debarments: Submit any information on any debarments from doing business with a Governmental Agency that have occurred within the last three years. 6. Payment Terms: PAYMENT WILL BE MADE WITHIN THIRTY (30) DAYS OF RECEIPT OF ACCURATE INVOICE (SEE SECTION I). Advance payments will not be made. **** END OF SECTION III *** 24 SECTION IV - SPECIFICATIONS & GENERAL REQUIREMENTS Scope: The Broward Sheriffs Office is actively seeking proposals from qualified bidders to provide " Petroleum Products: Gasoline Tankwagon & Transport deliveries" and/or fuel credit cards to be used by BSO's Fleet Services Division and The Southeast Florida Governmental Cooperative Purchasing Group (Co-op). (See attached list of participating agencies). Fuel cards will be used for fuel ONLY at any fuel retail distributor or gas station. The intent of this solicitation is to establish firm fixed mark-up or discount for the purchase of Gasoline Tankwagon and Transport deliveries according to the OPIS index. Gasoline to be delivered on an incremental basis, as required. Also, this solicitation intends to establish a fee schedule for the use of fuel credit cards. The quantities indicated on this Request For Proposal Bid, in Section III, are only estimates of annual usage. BSO makes no guarantee of actual quantities to be ordered, which may be more or less than the estimated quantities. II: Format: Submittals should be prepared on 8 1/2" x I I" letter size sheets. You are required to submit Ten (10) proposal packages, at least one complete set of submittals must contain original signatures and be marked "Original". Sections should be separated by labeled tabs or a page divider and organized in accordance with the submittal requirements described below. III: Part 1 (Technical Proposal) and Part 2 (Bidder Acknowledgement & Bid Pricing Form) should be submitted as two separately bound sections. Each part should contain separate, clearly labeled sections as described below. Part 1. Tecbnical Proposal. A. Cover letter. A cover letter signed by an authorized representative of the firm. The letter should present an overview of the Proposer's organization and will include the firm name, address, principal contact person for this proposal, phone number, and fax number. Firm's history and corporate affiliation. B. Qualifications and Experience. Qualifications and specialized experience of proposer for providing the type of services described in the Scope of services of this RFP. 1. State proposer's years of experience performing these types of services. 2. List of customers comparable in nature to this RFP for which the Proposer has performed similar services within the last five years. The list will include the name and address of each client, client's contact person, telephone and fax numbers, e-mail address if available, the approximate volume provided, and a detailed description of the scope of services provided. C. Personnel: Identify the proposed contact persons and telephone numbers for ordering services, for invoicing questions, and other key (customer service) personnel that will be assigned to this account. D. Service alternatives & exceptions. Proposer shall submit a proposal which incorporates all of the specifications, terms, and conditions set forth in this RFP without exception. Additionally, proposer shall cover in detail the following topics: 25 1. Contingency plan of action. Firms are to describe here a specific plan of action to guaranteed product availability, and avoid any disruption of delivery services during any emergency situation (e.g. hurricanes). Explain here your storage and distribution logistics to include trucking to the delivery sites, and any contracts or formal agreements with fuel storage facilities, and distribution companies. Part 2. Cost Proposal. Submit completed Section III — Proposal Pricing Form & Acknowledgements. SPECIFICATIONS AND REQUIREMENTS FOR GASOLINE PRODUCTS 1. DEFINITIONS: 1.1 AGENCY Any participating governmental purchasing authority within Broward or Miami Dade county (refer to attached list of agency contacts) 1.2 ASTM ASTM standards information (215)299-5475 or 299-5584; or to order, ASTM Customer Services Department, 1916 Race Street, Philadelphia, PA 19103. 1.3 BIDDER Any company submitting a bid to this request 1.4 CONTRACTOR Bidder who is selected based on the best interest of BSO, and the other agencies (members) of the co-op 1.5 INTEGRATED A company who primarily performs the functions of refining, transporting and marketing fuels as listed herein. 1.6 OPIS Oil price information service, subscription information, (301) 961-8777, 4550 Montgomery Avenue, suite 700 N. Bethesda, Maryland 20814-3382 1.7 TANKWAGON Maximum 5000 gallons in any one delivery. 1.8 TRANSPORT Minimum load gasoline to any one location- approximately 5,001 gal. 2. Locations and -capacity. 2.1 Summary table for each agency's estimated future annual requirements is listed in the attached list. 2.2 Location and capacity of each co-op agency tanks is listed in attached list 2.3 Agency names, contacts, and telephone numbers are listed in attached list 26 3. Takes: The agencies listed herein are municipalities and are exempt from federal gasoline (excise) road taxes and Florida sales tax. Bids will be considered only from bidders who do not require the payment of these taxes. Proposers for the fuel credit card portion of this RFP must indicate the process for exempting and/or collecting the taxes at the retailers or merchants fueling sites. 4. Delivery: Unless otherwise requested at the time of order, deliveries will be within 24 hours after time of order. Deliveries should be made during normal working hours: 8:30 am to 5:00 pin, Monday through Friday, unless an alternate delivery date is specifically requested by the agency placing the order. All transport truck deliveries will be temperature adjusted to 60 degrees Fahrenheit in accordance with the latest edition of the American Society for Testing Materials (ASTM) table 6b, volume 11, petroleum measurement tables. Delivery tickets and invoices shall reflect the net gallons delivered after temperature compensation. Tankwagon deliveries will be metered at the time of drop. Agencies will accept fuel from trucks with sealed state approved and inspected meters. Trucks that have state of Florida department of agriculture and consumer services sealed, calibrated, and certified compartment tank volume markers for the petroleum product being delivered, are also acceptable. Pricing: Prices quoted are to be f.o.b. delivered to locations, and are exclusive of all federal, state, and county excise taxes and fees. Any other applicable taxes and fees, shall be added at the time of invoice. See paragraph 3 above. Taxes. Prices shall be based on the weekly average price for requested commodities as published in the oil price information service (OPIS). Pad 1 report, for Miami, Florida, plus a firm mark-up or discount. The firm park -up or discount may include the vendor's profit, delivery costs and any other costs. The firm mark-up or discount shall not change during the initial term of the contract or any renewal periods. No other charges shall be added. Mark-up or discount must be expressed in dollars and/or cents per gallon. Prices shall remain firm for one week intervals. Firm price intervals will begin at 12:01 am on Monday of each week the price will be based on the OPIS published price dated the preceding Thursday. This average will be calculated to the fourth decimal place. Invoice pricing will be OPIS price (+/-) mark-up or discount, in effect on the date of delivery. 27 rice adjustment: 6. Substitute or alternate method pstment: BSO reserves the right, based on its sole judgment, to substitute an alternate method for price adjustment if: A. An interruption in the OPTS publication is experienced, beyond existing scheduled holidays, or B. The listing of companies and their prices for Miami, Florida are interrupted, or modified to a degree which would require alteration of the computation formula to determine a fair average price , or C. The use of the average price computation based on the prices listed in OPIS becomes non- representative of the market in south Florida. If it is determined by BSO to be in its best interest to substitute an alternate method of price adjustments, as specified above, the contractor(s) will be notified in writing twenty (20) days in advance of any change. The contractor(s) will then have ten (10) days from the date of this notification to accept or reject the proposed substitute and, provide notification in writing to BSO's Director of Purchasing of its decision. If rejected by the contractor(s) the contract may be cancelled in whole or part by BSO by giving sixty (60) days notice to the contractor(s). 7. Invoicing• Each invoice shall reference the date of each applicable OPIS, and published OPIS average for that date. List, separately on invoice, each individual non-exempt tax or fee, and its amount that is added to the price. In the event an agency miscalculates on the estimated gallons required for a transport delivery to any one location, deliveries of 6001 gallons and above will be invoiced at transport pricing. Deliveries of 6000 gallons or below will be invoiced at tankwagon pricing as listed at the time of bid. 8. Ordering and payment: Each governmental agency which accepts bids submitted and vendor awarded the contract, will establish its own contract with the successful bidder(s); will issue its own purchase orders; will require separate billing, and will issue its own exemption certificates as required by the contractor. BSO purchasing bureau will provide a copy of bidders list, and any other information submitted with the bids to all of the participating agencies. It is understood and agreed that BSO is not a legally binding party to any contractual agreement made between any other agency and the contractor as a result of this bid. 9. OPIS requirements: The successful contractor must provide, to BSO only, a subscription to OPIS publication, beginning with the pad I report of the edition and continuing throughout the contract period. The contractor(s) will be required to furnish subscriptions for any renewal period. The last Monday prior to contract commencement date (in accordance with paragraph 2 of section I - special conditions) pad 1 report will be issued to establish the price of fuel for the first day of the contract period. The mailing address for the subscription will be Broward sheriff's office / purchasing bureau, attention Rick Torres 2601 W. Broward Blvd., Ft Lauderdale, fl 33312. E-mail: rick_torres,ci sheriff.ora 10. Audit: Agencies reserve the right for their internal auditor or appropriate representative to review only those records pertaining to any contract awarded as a result of these documents and determine if these terms, conditions, and specifications of the contract are being followed and if prices charged comply with the bid / contract. 11. Protection property: All existing structures, utilities, services, roads, trees and shrubbery, etc. Shall be protected against damage or interrupted services at all times by the contractor during the terms of this contract. The contractor shall be held responsible for repairing or replacing property to the satisfaction of the agency which is damaged by reason of the contractor's operation on the property. 12. Spillage: The contractor and/or his sub contractor making deliveries, shall be fully responsible for any errors or mistakes that require clean up or ground sterilization. Contractor will be responsible for prompt and thorough clean up of all spillage, per EPA specifications, and for any agencies' fines or fees for any contamination that result from improper delivery of fuel. 13. Specifications: Per latest edition of ASTM specifications d-439: The minimum octane for regular unleaded gasoline shall be 87.09 + m/2 method. The minimum octane for midrange unleaded gasoline shall be 89.09 + m2 method. The minimums octane for premium unleaded gasoline shall be 92.0©+ m2 method. The products requested in this invitation to bid must conform to the specifications of the state of Florida, and comply with all federal, state and local laws and regulations as applicable on date of delivery. 14. Priority deliveries: Preference of deliveries shall be given to the Broward sheriff's office; other public safety agencies, and members of the CO-OP who are participating in this contract, in case of declared emergencies or natural disasters. Bidders shall attach an emergency plan that ensures continued deliveries of these products in case of emergencies or when additional quantities may be required. 29 15. Specifications for fuel credit cards. A credit line (limit) should be established with each individual Co -Op agency that elects to use this part of the RFP. Cards are to be honored at any automated fueling facility which allows drivers to purchase fuel by presenting a Card to an unattended credit card reading machine. Cards will be used for fuel ONLY. Controls must be enable to decline any attempted purchase other than fuel. Detail reports will be provided to the using agencies, which will contain but not be limited to: information related to the use of the credit cards based upon transactions and information reported by retailers. Proposer shall explain each report that will be generated as a result of this contract. Reports will be produced and transmitted to the using agencies in electronic format, with a hard copy back-up. A separate agreement/contract maybe necessary, any such agreement will be executed by each individual using agency. This agreement should contain: Controls by both, issuing firm and using agency; billing and payment terms. It should be understood that this portion of the RFP (fuel credit card) is requested as an option. BSO or any participating Co -Op agency shall not be obligated to utilize this option. * * * END OF SECTION IV * * * 30 ESTIMATED AGENCY REQUIREMENTS SUMMARY (QUANTITIES ARE IN GALLONS) TANKWACYON TR ANgPr1RT AGENCY REGULAR MIDRANGE PREMIUM REGULAR MIDRANGE PREMIUM Cooper City 40,000 Lauderhill 213,264 Deerfield Beach 16,700 90,646 Coral Springs 324,000 Coconut Creek 141,420 Tamarac 89,236 Sunrise 1,137 3,174 296,373 Lauderdale Lakes 18,799 11,914 Pompano Beach 92,180 Ft. Lauderdale 960,453 Broward School Board 26,500 463,900 Broward Sheriff's Office 2,566,000 Hollywood 8,632 555,320 Pembroke Pines 319,733 210,487 Margate 221,268 Dania Beach 22,116 Hallandale 15,000 142,000 Town of Davie 334,006 Miramar 294,440 Light House Pt. 32,909 Parkland 53,762 Wilton Manors 42,010 Cit of Miami 70,000 210,000 115,000 City of North Miami Beach 288,000 Oakland Park 171,234 TOTALS: 448,511 95,290 86,671 6,379,994 L,117,144 334,006 31 LIST OF AGENCY CONTACTS ORGANIZATION NAME CONTACT NAME TELEPHONE # Area Code 954 Sheriff's Office Dave Mack 714-5207 Coconut Creek Sheila McGann 973-6730 Community Collage Basil Mitchell 761-7551 Cooper City Kerri Anne Fisher 434-4300 Ext. 268 Coral Springs Tim Planco 345-2235 Dania Beach Dan Hansen 924-3744 Town of Davie Herb Hyman 797-1016 Deerfield Beach Jessica Gamble 480-4415 Fort Lauderdale James Hemphill 828-5143 Hallandale Andrea Lues 457-1332 Holl ood Windol Green 921-3552 Lauderhill Ruby Levy 730-3044 Li hthouse Point Dave Heath 946-7386 Margate Patricia Greenstein 972-6454 Miramar Margaret Palomino 602-3052 North Lauderdale Robert Bole 722-3790 Oakland Park Ma ie Turner 561-6105 Parkland John Mattlin 753-5040 32 Pembroke Pines Terri Burzo 437-1111 Pompano Beach Leeta Hardin Mark Stevens / Fleet M r. 786-4098 786-4109 Broward School Board George Toman (754)321-0514 Sunrise Marsha Peterson 572-2274 Tamarac Steven Bermsderfer 718-1791 Wilton Manors Linda Peterson 390-2141 City of Miami Michael Rath (305) 416-1921 Cit of North Miami Beach Shannon Graham 305)948-2976 33 LOCATION OF STORAGE FACILITIES TANK CAPACITY AGENCY / CITY TANK LOCATIONS UNLEADED UNLEADED UNLEADED GASOLINE GASOLINE GASOLINE REGULAR MIDRANGE PREMIUM Coconut Creek 12,000 4800 West Copans Road Cooper City 12,000 11551 SW 49 Street Coral Springs 4181 NW 121 Avenue 10,000 2801 Coral Springs Drive 10,000 Dania Beach 4,000 1201 Stirling Road Davie 6911 SW 45 Street 10,000 1230 S. Nob Hill Road 12,000 Deerfield Beach 210 SW Goolsby Blvd. (Public Works) 8,000 928 East Hillsboro Blvd. (Fire Sta. # 1) 4,000 Fort Lauderdale 220 SW 141h Ave. (Central Garage) 10,000(3) 949 NW 38`h Street (Depot) 12,000(4) Hallandale 630 NW 2"d Street 10,000 10,000 Hillsboro Beach 1210 S.R. A1A 4,000 34 Hollywood 1600 South Park Road 10,000 1120 North Ocean Drive 550 700 Polk Street 10,000 i Lauderhill 1919 NW 55th Ave. (Central Garage) 10,000 Lighthouse Point 4730 NE 21 Terrace (Dan Witt Park) 4,030 Margate 102 Rock Island Road 10,000 Miramar 7000 Miramar Parkway 12,000 13900 Pembroke Road 12,000 North Lauderdale 881 SW 71 Ave 12,000 Oakland Park 3801 NE 5 Ave. 12,000 Parkland 6500 Parkside Drive 2,000 Pembroke Pines 9500 Pines Boulevard 18,000 2145 Johnson Street 1,000 13975 Pembroke Road 4,000 4 Plantation 6500 NW 11 Place 16,000 451 NW 70 Terrace 12,000 770 NW 91 Avenue 10,000 Pompano Beach 1190 NE 3`d Avenue 12,000 Sunrise 6440 NW 201h Street 10,000 35 14150 NW 8h Street 10,000 8150 S rin tree Drive 500 Tamarac 6011 Nob Hill Road 10,000 Wilton Manors 524 NE 2 1 " Court 8,000 8.000 Broward Community College 6500 Parkside Drive 23,000 School Board (Broward County) 230ONW 18th Terrace (Pompano Beach) 12,000 3895 NW 1 Oth Ave. (Oakland Park) 12,000 3810 NW 1 Oth Ave. (Oakland Park) 12,000 900 University Drive (Pembroke Pines) 12,000 2320 College Ave. (Davie) 12,000 Sheriffs Office (Broward County) 300 NE 2nd Street (Deerfield Beach) 16,000 7515 NW 88th Avenue (Tamarac) 10,000 2001 NW 315t Street (Lauderdale Lakes) 21,000 130 SW 3`d Street (Pompano Beach) 22,000 City of North Miami Beach 16901 NE 19th Ave. (police) 10,000 2101 NE 159t" Street (operations center) 10,000 City of Miami 1390 NW 201h Street 10,000 3601 Rickenbacker Causeway 2,000 3400 Pan American Drive (Coconut Grove) 12,000 NO ATTACHMENT "B" DRUG FREE WORKPLACE CERTIFICATION BY VENDOR The undersigned vendor hereby certifies that it will provide a drug -free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the vendor's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establishing a continuing drug -free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The vendor's policy of maintaining a drug -free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than 5 calendar days after such conviction; (5) Notifying Broward Sheriffs Office in writing within 10 calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include name and the position title of the employee; (5) Within 30 calendar days after receiving notice under subparagraph (4) of a conviction, taking one or more of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: 37 DRUG FREE WORKPLACE CERTIFICATE, PAGE 2 (i) Taking appropriate personnel action against such employee, up to and including termination; and/or (ii) Requiring such employee to satisfactorily participate in and complete a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug -free workplace program through implementation of subparagraphs (1) through (6). (Vendor Signature) (Company Name) (Print Name) State of County of (Address) The foregoing instrument was acknowledged before me this day of 3 , by as rsi described herein, or who produced ,(title) known to me to be the person identification, and who did/did not take an oath. RX911Te"t, _19 i 684.14i (Signature) (Print Name) My commission expires: Fly 19 ATTACHMENT "C" STATEMENT OF "NO BID" FORM 1K•a6r93— aroOInj N AUTHORIZED SIGNATURE: BID # 5-3-8-049 -- GASOLINE (Co -Op) WE HAVE ELECTED NOT TO SUBMIT A BID DUE TO THE FOLLOWING REASON(S): INSUFFICIENT TIME TO RESPOND. DO NOT OFFER THIS PRODUCT/SERVICE. UNABLE TO MEET SPECIFICATIONS. UNABLE TO MEET SERVICE REQUIREMENTS. WORKLOAD DOES NOT ALLOW US TO BID. SPECIFICATIONS UNCLEAR OR TOO RESTRICTIVE. OTHER (PLEASE SPECIFY): PLEASE RETURN TO: BROWARD SHERIFF'S OFFICE PURCHASING DIVISION P.O. BOX 9507 FORT LAUDERDALE, FL 33310 39 w Z) LL w z J Q C7 IT a C6 L6 :It CL LL w H W W 2 W O U) Z O_ H D J W 8 a� LL `v P cn a� LL U d O cn cu C) O O O ti co a� v E Q P C P CJ P C1. O O LO I- � N n M 6 � C ro U m C7 N C7 c CO rY Lo c ti C ro o 0 z v U) O a w W 0 m o Q U L CL 3 Q z � � J O U N Q Q -- w z w CD U w w � w f- a. a. Q O N iE r J w 7' LL w z J O Q c� a. u_ w W W U) W aL O z _O f-- J W �I�I�II 1 � w Z) "� W J 2 - w U) p 0. U 5 Q H Q W J U O Fa- w d O- Fw- 0- r a CU U W W Lc o a o a a o a 0 fa' 0 c x { P O O Oyy pp. Z Occ0 7 w' zr ^ P C: M 0 0 w m 5 z Z z Z z o• 9 Y aW O � O W O PC �U o N i o 0 0 0 0 0 rn O N. w z o ° d12M � sn sn cn w M rt, P O � PO ry yP C i air P O O a: ip a Fa a z z O F T V O o Z O x j N P p q z °z " o ti Y P P O z � � o a o 0 0 m o E $ c Z .J � � a rC7 cC ci x" w w C7 q �; z z z z ° oz 0 8 po a z a d d C 0 O 0 a a a z z q F !dam Ems- F } N a P a 06/07/05 11:0LAX 954 724 2408 06/06/2005 16.23 9547654006 CITY-TAMARAC-PURCHASING B50 PURCHASING ►0002 PACE 02/ 03 May 23, 2005 Purchasing Bureau Mr. Tim Koshollek Vice President, Marketing * Sales SMF Stretcher Mobile Fueling, Inc. 800 west Cypress Creek Road Fort Lauderdale, FI 33309 Subject; Letter of Award PD 05 81 Exhibit 2, Temp Reso 10740 Dear Mr. Koshollek: in accordance with the responee of your firm to Broward Sheriff's Office RFP # 5-3-8-049, Group I Gasoline - Tankwagon deliveries, is being awarded to your company. The appropriate mark-up (+ .0870) ov+erthe Miami OPIS Thursday average, and the terms and conditions of the RFP will be in effect during the term of the contract. This award Is contingent upon submittal of your certificate of insurance form within thirty (30) days of this nofifwtion. Additionally, the SSO subscriptlon to the OPIS; publication shall commence no later than June 30, 2009. The effective date of the contract is July 1, 2008 with an Initial term of thrm (3) years. As this is a joint procurement for the Southeast Florida Govemmental Purchasing Cooperative, the other participating government agencies as listed below, will issue a separate Pumhase Order. Cooper City,. Lauderhill, Deerfield Beach, Coral Springs, Coconut Creek; Tamarac, Sunrise, Lauderdale Lakes, North Lauderdale, Pompano Beach, Ft. Lauderdale, Broward County School Board, Hollywood, Pembroke Pines, Margate, Danis Beach, 'Hallandale, Town of Davie, Miramar, Light House Point, Parkland, Wilton Manors, City of Miami, City of North Miami Beach, Oakland Park. Please contact each participating agency to ensure a smooth transition from the present contmotar. Should you have any questions, please don't hesitate to contact me at (954)831-8170. Broward Sheriff's Offloe thanks you for responding to our RFP and look forward to a goad businass relationship. Sincerely, '2-2-ezz Rick Torres, C.P.M. Purchasing Agent 11 abr a,r r Lna) i 1: J4 y54 Jb54006 BSO PURCHASING PAGE 17/ 23 VMF Streicher Mobile Fueling, Inc. April 13, 2005 DELIVERED VIA FED EX Broward Sheriff's Office 2601 W . Broward Blvd. Suite 3595 Fort Lauderdale, FL 33312 RP: RFP # 5-3-8-049 — Gasoline Tan kwagaon & Transport Deliveries Thank you for the opportunity to bid on fueling locations for The Broward Sheriff's Office. SMF believes we are the pacesetters in the field of on -site mobile fueling. With over twenty-five (25) years in the business, our service, dependability and specialized reporting are second to none in the: industry today. Our patented FTC (Fuel Tracking Controller) gives us the edge in mobile fueling data capture. This ensures accuracy and accountability when controlling a large freight companies' second or third largest expense, energy. Our industry has become extremely competitive, We have seen numerous large mobile fueling suppliers go out of business or sell off assets due to rising costs and poor pricing models. SMF is in the service business, not the fuel business. We understand the economics when it comes to pricing service. SMF breaks down gallons delivered, drive time, and pump time to each location serviced, to come up with an hourly rate of return. Relying on. large volume at low margins will surely put financial strain on a fleet fueling business as we've all seen in the past three years. We hope our technology, pricing and service history over the years helps in your decision making process. If you have any questions on this bid, please do not hesitate to call me at 800-638-5734 ext. 4174. My fax number is 954-308-4221. Sincerely, IStraicher Mobile Fueling, Inc. i Tim Koshollek Vice President, Marketing and Sales $00 West Cypress Creek Road, Suite 580 • Fort Lauderdale, Fl. 33309 • Phone: (954) 308-4200 - Fax: (954) 308-4222 CIG/ p ( I LrJrJz) 1 L: d4 `J• b4 /bb4h1Jb �-- BSO PURCHASING PAGE 12/23 SECTION III - DID PRICING FORM �ltiEEM& &CKN01'LEDGMENTS 1. BIRDER ACKNOWLEDGEMENT: Bidderby virtue ofsubmittiaag this bid acknowledges that they have read, understands, accepts and will comply with all, the terms, conditions and specifications of this RFP and any addenda issued. Bidders shall thoroughly examine and be familiar with these specifications. The failure or omission of any Bidder to review this document shall in, no way relieve any Bidder of obligations with respect to this RFP. The submission of a bird and signature below shall be taken as evidence of acceptance of the terms and conditions of this RFP. IMPORTANTM THIS PAGE MUST BE SIGNED FOR BID TO BE. CONSIDERED, PER GENERAL CONDITIONS SECTION II, PARAGRAPH 3. The undersigned Bidder does declare that no other persons other than the Bidder berein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making bid for the same article, and is in all respects fair and without collusion or fraud. The undersigned further declares that the specifications have been carefully examined and the Bidder is thoroughly familiar with its provisions and with the quality, type and grade of required materials. The undersigned further declares and proposes to furnish the articles called for within the specified time in this bid for the following price and guarantees that parts and services for the articles listed below are available within the State of Florida, to wit: str is r F� Legal Company Name * Manual Signature of Company Officer Date Tim Koshollek 20 uvr u r f �ru� 1 L: J4 J04 rb'4FJgb SSO PURCHASING GROUP IGASOLINE -. TANKWAGON DELnywRI.ES,'rrx PAGE 19/29 No. Commodity code OPTS Firm M Xk- Net Price Estimated Quantities Estimated total Price up/A15c unt Per Price, (1) (A) Per ga n gallon, 1 A13) ). 405159207000 1.3134 J$ 1 _ 38Qg x 448,511 gal = 5 ,619-,1,ZA Regular + / - Unleaded circle one. 2. 405159208000 1.3516 1 S x 95,290 gal = .1.r4.1A Midrange + / .- Unleaded circle one. 3. 405159209000 1.41.58 5 1 A92g x 86,671 gal = Premium + / - Unleaded circle erne. TOTAL GROUP I ITEMS 1 — 3 $aA5" Al � STATE BRAND YOU ARE OFFERING. BRAND: Unbranded REFINERY: ��7 c � ����fie NOTE: (1) REFER TO "SPECIFICA.TINS AND REQUIREMENTS FOR GASOLINE PRODUCTS"" PARAGRAPH 5. PRJCING AND 9. OP S REQUIREMENTS. (A) OPTS PRICE AS OF 2/24/2005, USED FOR STD EVALUATION PURPOSES ONLY. (5) CALCULATE DISCOUNT OR MARKUP TO THE FOURTH DECIMAL. (C) DISCOUNT/MARKUP �O REMAIN FIRM DURING CONTRACT PERIOD(S). 21 vur ur �,r�Uu 14:.74 '104(b�4bbb 50 PURCHASING PAGE 20/23 GROUP II GASOLINE — TRANSPORT DELI +RIE& ITEM(S) 4-6 No. Commodity code OPIS Firih Mark- Net Price E62mated Quantities Estimated total Price up/Discount Per Price. (1.) (A) Per gallon gallon t3 1 A B 4. 405159207800 1.3134 S n/a S n x 6,379,994 gal = $ n/a -- Regular + / - Unleaded circle one. 5. 4051.59208800 1.3516 $ m/l $ nfa x Ij17,1.44 gat S Midrange + / - Unleaded circle one. 6. 405159209800 1..415$ 5 nja S "La x 334,006 gal = $ � it/3 Premium + / - — Unleaded circle one. TOTAL GROUP II ITEMS 4 — 6_ n/a STATE BRAND YOU ARE OFFERING: BRAND:(,i, REFINERY: U11a NOTE: (1) REFER TO "SPECIFJCATJONS AND "QUJREMENTS FOR GASOLINE PRODUCTS" PARAGRAPH 5. PRICING AND 9. OPTS REQUIREMENTS. (D) OPT$ PRJCE AS OF 2/21/2005, USED FOR BID EVALUATION PURPOSES ONLY. (E) CALCULATE DISCOUNT OR MARKUP TO TUE FOURTH DECIMAL. DISCOUNT/MARKUP TO REMAIN FIRM DURING CONTRACT PERIOD(S). NOTE: YOUR BID SUBMITTAL MUST INCLUDE TECHNICAL SPFWIFICATIONS FOR TIRE ITEM (S) BID. 22 Gb/VIIZUea 12:J4 y54lbb4006 BSO PURCHASING PAGE 21/23 GRQUP III. FUEE CAItD SERVICE. The estimated number of cards to be issued is: 3,000 for Broward Sheriff s Office Other Agencies interested in this program are; City of Lauderdale Lakes, School Board of Broward County,. Set-up Fee; Monthly Card Charge: FEE SCHEDULE N/A Replacement Carol: Reproduction of reports: Detail. any additional charges not stated above: (Specify any fuel discounts if applicable and how taxes are collected and rebated) NAME & ADDRESS OF COMPANY SUBMITTING BID: Streicher mobile Fuel Inc. Boo W. Cypress Creek Road, Suite 580 Fort Lauderdale, FL 33309 FEDERAL .EMPLOYER IDENTIFICATION # OR SOCIAL SECURITY # 65-0707824 COMPANY TELEPHONE NUMBER: (954) FAX #: (954) 308-4219 TITLE OF SIGNER:yjge Pre$- �dent- I+ rlceti*MAIL ADDRESS: tkoshollek@mobilefueling.corn SIGNER TELEPHONE NUMBER. ( 954 308-417.4. FAX #: (954) 308 423 -9 2. Acknowledge:m.ent of Addenda: Number of Addenda Issued 3. Conflict of Interest: For purposes of determining any possible conflict of interest, all Bidders .must disclose if any BSO employee or family member (that is in a position of authority, will be involved with the contract on a daily/monthly basis or will be involved in the contract administration) is also an owner, corporate officer, or employee of their business. 23 17bt a I f 1bb5 1:2: J4 9547654006 BSO PURCHASING PAGE 22123 ,O - RFP # 5-3-8-049 Page Two April 13, 2005 Part 1.. Technical Proposal B. Qualifications and Experience. 1. SMF believes we are the pacesetters in. the field of on -site mobile fueling. With over twenty-five (25) years in the business, our service, dependability and specialized reporting are second to none in the .industry today. Our patented FTC (Fuel Tracking Controller) gives as the edge in, mobile fueling data capture_ This ensures accuracy and accountability when controlling a large ,freight companies' second or third largest expense, energy. 2. As the result of SMF's performance over the years, we are the "official" emergency fuel provider for numerous government entities and utilities such as The United States Postal Service, Lee County Electrical Cooperative and Bell South Telecommunications. In the past, SMF has provided service to FPL, Florida Power Corp., and JEA_ SMF has the experience and personnel as we proved to our large utilities municipalities during the past hurricane season in Florida. C. Personnel (See Exhibit "A") D. Service alternatives & exceptions, Contingency Plan of Action 1. As the result of SW"s performance over the years, we are the "official" emergency fuel provider for numerous government entities and utilities such. as The United States Postal Service, Lee County Electrical Cooperative and. Bell South Telecommunications. In the past, SMF has provided service to FPL, Florida Power Corp., and JEA. SMF has the experience and personnel as we proved to our large utilities municipalities during the past hurricane season in Florida. For more information please visit our website at { HYPERLTNK "http://www.mobilefueling_com" ) Clbr C{ of 2013t) 11: b'4 �ib4 /bb40[16 �% A ru v/ r 1`""1 BSC] PURCHASING PAGE 23/23 Streicher Mobile Fueling, Inc. 24 HOUR EMERGENCY CONTACT LIST SMF Emergency Response — 954-308-4201 SMF Customer Service - 800 -- 383-5734 Vice President of ESOH & Fleet Maintenance BOB CREA,SMA►N Mobile: 561-346-7374 Fax: 954-308-4221 Direct Line: 954-308-4197 Office E-mail: {HYPERLINK"m.ailto:bcreasman@rnobile:fueling.com'I Sr. Vice President of Corporate j!1unping & Operatialss PAUL VINGER Mobile: 954-609-1.43 3 Fax: 954-308-4221 Direct Line: 954-308-4172 Office E-mail: { HYPERLINK"mailto:pvingcr.@mobilefueling.com" } Director of OUerstiens ROB STRETCHER Mobile: 954-818-4176 Fax: 954-308-4221 Office E-mail: (HYPERLINK,"mailto:rstreicher@noibleiuclin:g.com." } Emergency Insura„gce Spill Response SWS Environmental First Response Phone: 800-952-8878 Director Of Marketing and Sales Stevens "Steve" Leavitt Mobile: 954-609-1856 .Fax: 954-308-4219 Direct Line: 954-309-4183 Officc E-mail: f HYPERLINK"ma.ilto:sleavitt@mobilefueling,com" } NOTE: When you have a spill or any other type of accident, start your calling with the first contact on this list. If you don't get an answer, leave a wessa.ge and call the next person on the call list. Continue this until you have been able to contact someone in person.. 06/0V05 11:03 FAX 954 724 2408 06/06/2005 16:23 5547654006 CITY-TAMARAC-PURCHASING 10003 PAGE 03/03 May 23, 2005 PurchaAng Bureau Mr. Josh Epperson Vice President, Sales & Supply Mansfield Oil Company of Gainesville, Inc. 1025 Airport Parkway, SW Gainesville, GA 30501-6833 Subject: Letter of Award PD 05 82 Exhibit 3, Temp Reso 10740 Dear Mr. Epperson: In accordance with the response ofyourflrm to Broward Sharif s; Offlca RFP 45-3-8-049, Group 2 Gasoline — Transport deliveries and Group 3 Fuel Card services are being awarded to your company. The appropriate Discounts from the Miami OPTS Thursday average, as specified on your response, and the terns and conditions of the OP will be in effect during the term of the centract. The Fuel Card portion (Group 3) is awarded to you In partnership with Wright Express. This award is contingent upon submittal of your certificate of insurance form within thirty (30) days of this notification. Additionally, the BSO subscription to the OPIS publication shall commence no Inter than June 30, 2005. The effective date of the contract is July 1, 2005 with an InI ial term of three (3) years. As this is a joint procurement for the Southeast Florida Governmental Purchasing Cooperative, the other participating government agencies as listed below, will issue a separate Purchase Order. Cooper City, Lauderhill, Deerl'ieki Leach, Coral Springs, Coconut Creek, Tamarac, Sunrise, Lauderdale Lakes, North Lauderdale, Pompano Beach, Ft. Lauderdale, Broward County School Board, Hollywood, Pembroke Pines, Margate, Dania Beach,, Hallandale, Town of Davie, Miramar, Light House Point, Pentland, Wilton Manors, CityofMiami, City of North Miami Beach, Oakland Park. Please contact each participating agency to ensure a smooth transition from the present contractor. Should you have any questions, please don't hesitate to contact me at (954)531.8170. Broward Sheriff's Office thanks you for responding to our RAP and look forward to a good business relationship. Sincerely, Rick Tomes, C.P.M. Purchasing argent 11 .06/07✓05 14:06 FAX 954 724 2408 06/07/2025 12:34 9547654066 CITY TAMARAC-PLiRC[ASING BM PURCHASING 19003 PAGE 02/23 Mansfield ORIGINAL Broward County Sheriff's Office Proposal to Supply Bulk Fuel Deliveries of Gasoline And Fuel Card Services RFP #5'r3-8-047 Presented by.- -lash Eppersnn, 67& 45a-2o73 Opetring: Apra 14, 2005 at 3%00 pm �nw rr 1028 AkpW Parkway, SW 3elnesville, dA 905M� 9933 fir 67� 450.�7r7 BDO 255�898 wwwr eldo�t.cam 06/07/05 14:06 FAX 954 724 2408 _ CLTY-TANARAC-PURCHASING I9luu4 06/07/2009 12:34 9647654006 EM PURCHASING PAGE 93/23 PART 1 TECIMCAL. PROPOSAL. ' 06/07/05 14:06 FAX 954 724 2408 _ CIS-TANARAC-PURCHASING 06/07/2005 12:34 9547654006 4250 ig 005 PAGE 04/23 Mansfield solutions. Fueled by Exparlenc* April 13, 2005 Bmward SharhTs Ofilae Purchasing Division 2501 W. Broward Blvd. Ft. Lauderdale, FL =12 Part 1. T_eq_1 P A. Cover I Mansf~eld Off Company is pleased to provide this Proposal in response to Broward County Sheriff's OPflce's Fleet Services Division and The Southeast Florida ©ovemmsrrtal Cooperative purchasing Group's RF!P to secure bulk gasoline delivery and fleet card services for its agencies. Mansfield all Company of Gainesville, Inc. was established in 1967. The business is family crwHed and is licensed and operating in 48 states. Concentrating an retail operations and wholesale fuels initially, Mansfield has grown into a powerful fuel supply and service organLmrdon focusing on Fortune 600 commercial fuel users. alke and iOCal governments, as well as retail partners. Our mission Is to be a leader In energy management by offering solutions and innovative Ideas to our clients. ; The Fuel Card portion of thIs'proposal is responded to in partnership with Wright Express. Their' credenOWs in response to this proposal are listed in Part 1, Section B. Please review the enclosed proposal and feel free to contact Josh Epperson at 1-801)-2�Je35 99 2073 or 678- 617-W75 to discuss any questions you may have, Thank you for the opportunity to offer this proposal. Sincerely, Mansfield ON Company 102.3 Airport Parkway SW Gairresvillep Georgia 30501 sh Epperson Vice President. Sales and Supply i t 1025 Airport Parkway. SW Gainesville, GA 30501-9633 * 678.4N.7271 800.255.6699 www.mansdeldall.com 06/07/05 14:06 FAX 954 724 2408 CITY-TAMARAC-PURCHASING 14M006 06/07/2005 12:34 954765400E H,SO PURCHASING PAGE 05/23 awward County SherHPe C�800 ��• Papa and Erneri Company History: Mansfield oil Company rrf Gainesville, Inc. is an established leader in the petroleum rnarketing, fuel supply, and convenience store industries. Founded in 1957 as a small fuel distributorship. c e r timg, we've throughout �cinto, nta*r fuel tad supplier. Mansfield delivers mars than one billion gallons of fuel every Y ear Statue Mansfield is a major supplier of petroleum products and value-added services throughout thel lower 48 states and Howell. we provide our awtomars with programs designed specifloslly to help them control their fuel related expenses, improve Vw Information used to manage their fleiets, and effectively me nags their environmental liabilities. Mansfield has been a supplier to governments, retailers and carnmercialrndustriai•end users for!.rnvrrs than �40 Years. We have continually earned the highest service rating for quality and responsiveness. We have expanded our capabilities to meet the broader fuel management needs of our customers. We have created a unique offering of fuel management services that Include: Bulk Fuel Supply Contract Negotiation and Management fvr Supply and Transportation Unlversal Irleet/Fuel Cards, (Voyager, Wright Express, Mastercard, Comdata, Flee'tcodFueiman) Tank Monitoring Fuel Inventory Management Environmental Compliance Management Dispersal & Vehicle Tracking through Computerized Data Collection et On -site Facilities Dispatch and Consolidated Billing Services Fuel Facility Repair & Maintenance Construction Project Management Fuel Equipment Financing Gompliance Training and Cohsulting Mobile Refueling Emergency Fueling Programs 06/07/05 14:06 FAX 954 724 2408 CITY-TANARAC-PURCHASING 19007 06/07/2005 12:34 9547654006 BM PURCHASING PAGE 86/23 I r Mans&j d ammrd County Senors r ftce papa 3 -Wi7t-h-thedevelopmerdendacquisition of i3ofkW a systems, in additlon bo seasoned professionals iexperienced In environmental compliance and equipment, Mansfiald is positioned as a leader in the management of fuel, vehicle tracking and environmental systems. i Mansfield is currently monitoring fbalities throughout the United Slates for purposes of fuel and vehicle management. The services provided are complete asset/vehicle tracking and accounting, environmental aomplllance data capture, fuel inventory purahasinglmanagehVint, equipment maintenance, construction PrGled management and planning. The basis of our system is information management compiled from data reiriaved electronically from fuel and vehicle dispersal equipment encompassing seven brands, ten modals and thirty-four software versions. Our experience of over forty-fn+e years in the industry, financial strength. and qualifications with our ArraY of Fuel Management Services as provided in this Proposal, will not only allow The State of Florida to meet, but to e=eed their financial goals and objectives, Currently Mansfield ail pravldes Universal Fleet Cards (WEX, Voyager and Comdeft) and prIaprietary site cards to several state, county and commerdal businesses. For more information on Mansfield Oil Company, take the time to visit our vvebsite at www r Wright Express Financial Services Corporation (WEX FSC), a Lbh industrial bank. WEX FSC i6 a wholly owned subsidiary of Wright Express I..LC (WEX LLC), a Deiawam limited flab lity company,and a sutmicl.ary of Wright Express Holding Corporation, which is a subsidiary of Cendant Corporation. Collectively referred to herein as Wright Express. Their contact information Is as follows: Wright Express Financial Services Corporation Wright Express LLC 3995 South 700 East, suits 450 97 Darling Avenue Salt Lake City, Utah 84107 South Portland, Maine 041015 (888) a42-0070 (800) 761-7181 Wright Express is a leading provider of payment processing and information management services to the U.S. commercial and government vehicle and fleet Industry since 1983. We are committed to using our over twenty years of experience to provide the hest commercial card programs and payment solutions to our oustomiars. Current Wright Express Fleet Cusinmem Wright Express currently provides statewide feet programs for the following state governments: Alabama Michigan Arkansas Minnesoto Colorado New M Aco Georgia North Carorms Idaho South Carolina Illinois Vermont Iowa Wyoming Kansas Maine For more information regarding the Wright Express Fleet Fueling Charge Card, please visit their wetmite at www_vvHghtexpress.com. 06/07/05 14:07 FAX 954 724 2408 06/07/2005 12:34 9547654006 CITY-TANARAC-PURCHASING HSQ PURCHASING 411008 PAGE e7/23 Fallowing is a list of clients: Virgirda Department of Tranapof dcn 1401 I!, Broad Street Richmond, VA 23219 Contact: Brenda L. Williams Phone: 804-786-2777 Fax: 804-225.4292 Approximate volume: 14.6 million per year Bulk Fuel Supply, various loce'kons 1998 to pre6ent State of South Carolina 1022 Senate Street Columbia, SC 2=1 Cvrrtaat: Jeff McCormack Photle: 803-TV-1502 Fax: 803-737-1160 Approximate voiurnw. 25 million per year Contract for retail cards, bulk fuel delivery. Consigned billing, environmental cornplieanc % Tank monitoring, and Site maintenance 20M to 2007 IC: Pe monnall Brmmrd County Shw f * d0ico Pago 4 Metropolitan Area Transit Authority 2424 Piedmont Road Atlanta, GA 30324 Darlene West Phone: 4044M"075 Fax: 404848-4294 Approidmrata volume: 4 million yearly Contract for bulk fuel delivery 1995 to 20015 Louisiana Department of lwomtry P. O. Box 3+481 Baton Rouge, LA 70821 Mary Randolph Phones: 252-982-8146 email:'mary_r@ldaf.stAe.la.us' . Approximate volume: 4 million yearly Contract for fuel management 2002 to present Ordering: Joel Kirby, 1-800.255-6698, E4 20i7 Invoice questions: Libby Norris, 1-800-255-6699; tick 2081 Contract manager. Sandra Johnston: 1-500-2615 W8, Ext. 2071 Government Sales Mgr: Michelle Shively, 1-800-255-8699. Fact. 2080 VP a"a supply: Josh Epperson, 1-800-255-869A, Ext. 2073 06/07/05 14:07 FAX 954 714 2408_. 06/07/2005 12:34 9547654006 CITY-TANaAC-PURCHASING 10009 PACE 08/ 23 P. service Altaemaitives and Exceptions growd County Sheriffs 0ffk� Page $ Mansfield Oil Company has 500 supply points throughout the aontiriGntal U9. Sp eclfioallY for! Florida, where we currently maintsln 57 unleaded supply points and 72 diesel supply points throughout Floritfa, Mansfield has found that the tenant Of supplying out of muftipie faculties throughout the stale outweighs dedicated points of distrlbutlon due to Inclement weather taking specific arrow out of operation. Manefleld malydAins supply agreements thraugh all unbranded refiners and specific csontr� far supply with Citgo, MotWa and F=on. At this time, Mansfield has transportation agreements with 14 caner comP.9131es within Florida including tahkvwtgons and mobile refuelers. Our logistics management system will determine the lowest -cost routing for your sites, taking Into consideration tank sib and fight cost. Should a disastetr cause Interruption of nomial fuel operations, Mansfield will supply tankwagon(s) to arrange and manage smeWncy mobile refueling. Ths cost of the fuel will be billed at the fuel supplier's Invoice price (pass -through) plus an agreedand markup. r ier Sn het mild fA ensue the cause the surrounding loads from dawn, �an�e� Ind �l� use our �P(lY State of Florida trarvipor't Mansfield has done this in several states during hurricanes and inclement weather through establishing staging areas In affiWad are= and utilizing ffum id's far fuel hacking. During inclement weather, specifically the most recent in Florida, Mansfield Oil was delivering fuel from as far away as Atlanta, Georgia, savannah, Georgia and Mobile. Alabama- 06/07/05 14:07 FAX. 984 724 2408 CITY-TANARAC-PURCHASING 06/07/2085 ^12:34 9647654086 $SO PURCHASING I®010 PAGE 09123 PART 2 COST PROPOSAL 06/07/05 14:07 FAX 954 711 2408 06/97/2006 12:34 9547654006 CITY-TANARAC-PURCHASING BW P RCHASINI3 ig U 11 PAGE 10/23 Pa most pM osal amward County Sherltfs Office Page 6 Manel9elq Oil Company is pleased to offer a bid to supply Regular Unleaded, Mldgrade Unleaded dnd Premium Unleaded Gasoline to the Broward Sheriff's Mice and other co-op agencies. Approximately 30001cerds will be furnished. Including master and replacement cards, along with all necessary tabor, hardware and software needed to implement the automated fuel systern at the designated retail locations enclosed within this proposal. The attached bid is subject to the fallowing terns and conditions: 1. Agencies will be billed all non-exempt taxes_ 2. Price will be based on the OPTS grass weekly published price for the MIaml. FL terminal- Prices go into effect on Monday and are emotive through the follovAng Sunday. 3. Fuel Card Purchases: Monthly summaries for each vehicle will be available via the Internet on a secured login where multiple trans®ciion reporting and raw data feeds can be accessed by cystomer. All required fields are available for reviewing, printing or downloading. Requirements are lntemetlExplorer 5 or above, Internet access, and Crystal Raports render, which Is a f++ee download. 4. Fuel Card Purchases: Federal tax exemption will occur (a) upon furnishing a certificate of exemption and (b) upon Level III data collection from the station. Currerrily, this is achieved 9g.6% of the time, per Wright Express, the Universal Card provider- S. The Wright Express card can be assigned to drivers or vehicles. We deactivate lost mr atolerr cards immediately upon notification_ Managetrenttoola such as mileage reconciliation andlcontrals over user access are some of the many bane ts.available from the odometer input feature. Controls may beset using the following parameWm: B. Card level authorization controls Ability to block merchant category codes (MCas) Set dollar limits per transaction Set daily number oftransacdon limits (customized contmis at the card level) Fuel purchases ordy, aehleved through exception reporting 7. Please see Athwhment 1 are Wright Express card usage Federal Excise Tax exemption will occur: (a) upon furnishing a certificate of exempton and (b) upon Level III data collection from the retail station (fuel card purchases)_ Currently, this is achieved 99-6 percent of the time, per Wright Express, the Universal Card provider. Mansfield Oil Company is a registered vendor through the IRS; therefore, Mansfield can exempt 1government agencies all applicable taxes an bulk fuel purchased. As an ultimate vendor, Mansfield can exempt froward County and co-op agencies Federal Excise tax only on retail purchases. This rule will apply t4 all parlicipating agencies as long as proper documents are supplied. ' 06/OT/05 14: 08 FAX 954 724 2408 06/07/2005 12:34 9547654006 CITY-TAMARAC-PURCHASING $SO PURCHASING 10 012 PAGE 11 / 23 Mansfield Sc ufigns, Fueled t�v ape'iwCe April 13, 21006 Attachment 1 C ver�1,00�0 available sties within the Wright Exprew network are available for BroWard County. Flddda. This Information wip be provided to the County electronically upon award. Drivers will be provided small guides to direct them to pvteipation stations and use of the Card. The WMght Express card can be used' anywhere In Florida with over' 5,000 participating stations. 9,99 Fuel grade. (imitations: The card will not control the grade of fuel purchased by the user• it will, if *ulreed, identity this an an exception and will report it via email the next day and through on --line reporting to the contract administrator. Non-fuel,purahases: This will show up as an exception as described above. The card will have "ouel Purchases Only" stamped on the face of then card. Accaud 01MR04 P Contract aidminl;tretor will be The County will sign far cards assigned to the County fors use- The County required to assign the card to a vehicle. A bank of PIN numbers will be established and maintained during contract term. AMunt-Ar&MIblIfty Online account accessibility Is available by secured log4n on the internet with user/Passwom rest cted access. Reports, raw dates, and card maintenance functions are all evsftble by user restriction. Aaoounts;ran be set up via agency with separate billing as needed - Mansfield will provide the County with electronle billing as required in established billing methods.' Automated reporting and card maintenance functions are available as well. Charges received by the County laWed 'miscellaneous' will be flagged as exceptions. The card!user can identify what was purchased. The County will be r8e1parlafble for items purchased by County employees dxl the Wright Express card, ImalmumMon and Trallolng Irriple►memtatiem, account set -Up, and user access will be established upon award. Mansfield wilt Work closely with the County to ensure accurate billing, user Interface and contractual requirements are met. Training is simple and cllrectlons will be provided to all vehlcle(drivear users. DBE articimflon Through use of the Wright Exprew Universal card, DBE participating stations will be identified and purchases made at those stations can be utilized far POE utilization reporting. , 1G25 Airpat Parka w, SVV Gainesville, GA 80901.OW flaps 6'T9.4502271 800.25S.W99 www-mane foldvil-vom •06/07/05 14:08 FAX 854 724 2408 CITY-TAMARAC-PURCHASING U6/07/2005 12:34 9S47654006 BSO PURCHASING 19 013 PAGE 12/23 I NM-BIDP A` 1. D O E Siddes by virtu a ofni8 bid a c1gQc�rwledges tliatthey have read, urtdarsrattds, aca" cad will cacmplY with all the tuns, conditions and specification of this RFP and MY addends. issued. $iddM shall thorougbly examine oad be familiar with these spsciiLc84= Tl�e $ailura or mmosion of any Bidder to review tlis document shall in no way relieve my Hiddar of obligations with respect to thus RFp. The Submission of a bid and ApOUCC below shall be takau as evidence of saceptaneeioftha terms and conditions of this REP. IMPORTANTI!! TJW PAGE MUST BE SIGNED POR BID TO BE CO1vSIDERED, Fly. GENERAL CWMITIONS SECTION J4 PARA H I The undemped Bidder does declare that no other perseas other th m the Bidder herein named has any inmresz in this bid or in the contract to be taken. and dW it is made without any cvmaeadon w tbi any other -PMM or pennons making bid for the same etticle, and is in ail respaCts feu and Wi*out collusion or f m%d, Tice mmdem4ned $other declares that the specification have been carefully exsmi Nd and the Bidder is thowu&yl r with its provisions and with the qualitY. type and grade of required materials. The undersigned fttather declares and proposes to fix iM the articles called For within the specifiedtime in this bid for the following price and gvammees that parts and swvices it the mticiea listed below axe available within. the State of F1064 to +rit: Mapsneld oil Ca of Gainesville, Znc. Legal CompsAy Nance 20 of Comlbmv Officer 06/07/05 14:08 FA.i 954 724 2408 CITY-TANARAC-PURCHASING 06/07/2005 12t34 9547654086 RSO PURCHASING 10 014 PAGE 13/23 No. CoWM-o& d OPTS ftw Mark- NotPrice & Q9seWo meted total Ptiee uP/F# must Per (1) (A) Per gallon gallon A 1. 405199207000 1.3134 9 0D • 10 S I - 413 4 x 4 48A11 gal S 6 3 � ► 9 2 5.45 ._.. w Regla>r + / - Valeaded drele one. 2. 405159M000 1.3916 0.10 $1 1 99,290 gal = S l iS , 3 2 2.9 6 Mfdruge + / - Ualeaded circle aae, ' 3. 40515920"00 1.4159 S 0.0_„ $1r 8 z 86,671 gal = i A l , 3 7s.2 a .. — Pwmiam + / . UnlesA d cireie one: TOTAL GROUP I ITEMS 7 - 3 `n 903 o 5 24.3 1 STATE B YOU ARE OFFERING; BRAND' RIINERY: I . NOTE. (1) REFER TO "SPEC71CATIONS AND REQUMEUMNTS FOR GASOLINE PRODUCTS'l" PARAGRAPH 5. PRICING AND 9. OPIS REQUMRMNTS. (A) 01M PRICE AS OP' 2/21/22005, USED FOR BID EVALUATION PURPOSES ONLY. (B) CALCUI A,TE DISCOUNT OR MARKUP TO THE FOURTH DECD AL (C) DISCOUNT/M,p"R TO RM"N FIRM DURING CONTRACT PER OD(S). 22 06/0"/05 14:08 FAX 954 724 U408 06/07/2005 12:34 9547654006 CITY-TANARAC -PURCHASING 10 015 BSO PURCHASING PAGE 14/23 No. C odlty gods OPTS Plice )rxrm Marla up/Dimmat mist price Per at Estimated total Price: (1) (A) Per gallon g21104 1 A 4. 405159207800 13134 5,-- Q043 _ . 3 09 X = 6,3",994 gal $ 8 , 3 5 2 , 05_ Regular/'- UWeaded circle S. 405159208800 13516 S __ n 1 _3 d 15 z 1,117,144 gad = 5 ]. , �- 9 s 75 0.39 m , Midrange + / - ; Unleaded circle, one. 6. 405159209800 1.4158 - . o:L 75 11t a98 3 x 334,006 gal = S 40 , 0 40.5 9 ,S Premh m + / - Unh aded circle oa8. i TOTAL GROUP II LTBM4-6 S 101,317,851.13 STATE BRAND YOU ARE OFFERING; BRAND: unbranded various WINERY: various NOTE; (1) REFER TO "SPECEnCATXONS AND REQLTR EN ENTS FOR GASOL]NB MbDUCTS" PARAGRAPH 5. PRICING AND 9. OPM REQUMEKENTS. (D) OPI3 PRICE AS OF 2/21/2005, USEDFOR. BID EVALUATION PURPOSE' ONLY. (F) CALCULATE DISCOUNT OR MARKUP TO THE FOURTH DECIMAL DISCOUNT/M4RKUP TO REMAIN FI M DUMiNG CONTRACT l'MUOl3(S). NOTE: YOUR BID SUBMIWAL MUST INCLtrDE TZC UCAL SPECIFICATIONS FOR THE XT M (S) BID. 22 06/07/05 14,-09 FAX 854 724 2408 06/8712005 12;34 9547654006 C ITX-TANARAC-PLIX(MAb ING BM PURCHASING WjU1D PAGE 15/23 I I 0 GASOLINE - RETAIL PURCHASES Nv, �� d c4 a UPIS F"m Marl- Net price basal Prig nPANNOa= Per plice.ated (1) (A) Par gallan 9e1101ft A 1. 1.3134 10.2563 S1 -,. 69 7 Unknown x 4 , ItAl $ Regular + / - d 1405159207000 Unleaded Circle 2. 405159208f1m 13515 - s l 4 LTnhnawn = � $ NS A ri�lidrange + I - Unleaded circle one unknown 3. 40SIS9209000 1,4198 $ 00 3 88., 1�,_ 84 a W - / - Premiam Unleaded circle OAe. TOTAL G1taUP I, ITEMS 1— 3 „N_�A , STATE DRAM? YOU ARE OFFERING: BRAND: various vxmrmy; Various 1,000+ locations in Hrowerd County NOTE: (1) REM TO `'SPECIFICATIONS AND REQU.N EM NTS FOR CTASOLINE P$ODUCTS" PARAGRARX 5. PRICING AND 9. OFIS REQUIREMENTS. (A) OPIS PRICE AS OF 2/21/2005, USED FOR BIDEVALUATION PURPOSES ONLY- (B) CALCULATE DISCOUNT OR MARKUP TO TBE FOURTH DECIMAL.' (C) DISCOUNT/MARKUP TO REMAIN FIRM DUMG CONTRACT PBRI*S). *****ALTERNATE PRICING P'OR RETAIL PURCHASES******* I X�C 22A I -06/0"/05 14:09 FAX 954 724 2408 CITY-TAMAKAC-YUKU A51NG wJU17 06/07/2005 12:34 91547654006 SW PLRCH SIN(3 PAGE 16/23 The estbmated number of cards to be issued is : 3,000 for Broward Sbedfre Office Other Agencies interested in this pzog= are: City of LaudmWe Lab*, School Board of Braward Comrly,• M SCHEDULE Set up Fee: 0.00 MontWy Card Charge: 0.00 Replacem mt Card: 00 0.00 Reproduction ofrepmu! 0.00 Detail any a"t'iamal charges mA shod above_ overnight card delivery S 12.5 b (Specify =y fuel discounts if applicable mud how taxes are collected and rebated) NAME & ADDRUM OF COMPANY SUDMh71 (; BID: Mansfield Oil Company of Gainesville, Inc_ 1025 Airport Parkway. SW Gainesville. Georgia 30501-6833 FEAERAL EMPLOYER IDENTWICATYON # OR SOCIAL SECURTx'X # 5 8 -�- 10913 6 3I COMPANY TPLEPHONE NUAMER: (8 0 0) -2q5-6rqq FAX #: (6 7 8) d 5.CL.2 2111_. TITLE OF SIGNER: MAIL ADDRESS: smm TAT -ppxoNB NUMSBR: FAx (G` � - 4 2. Admewle deement of Addenda: Number of Addenda Issued # 1 i 3. Coattict of is For putigoses of deterrafaing mw possible conflict of fiamm : all Bidders must disclose ifauy BSQ employee or familym=ber (that is in a Podthm of auithod% wi# be involved with the coatrsat an a dafly/mouthly bah or wig be involved in the contract ad=bmttatiou).is also as owner, corporate oTiicer, or employee of their badness. 23