HomeMy WebLinkAboutCity of Tamarac Resolution R-2022-002 Fuel Management Sys UpgradeTemp. Reso. #13722
• January 12, 2022
Page 1 of 6
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2022-�.�'~
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA, APPROVING AND
AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO
EXECUTE THE PURCHASE OF HARDWARE AND
SOFTWARE TO UPDATE THE EXISTING FUEL
MANAGEMENT SYSTEM FROM GUARDIAN FUELING
TECHNOLOGIES, UTILIZING PRICING PER
SOURCEWELL CONTRACT (SYNTECH SYSTEMS
ABOVEGROUND FUEL STORAGE CONTRACT #092920-
SYS), IN AN AMOUNT NOT TO EXCEED $66,766.77, A
CONTINGENCY OF $6,677.00 (10%) WILL BE ADDED FOR
A PROJECT TOTAL OF $73,443.77; AUTHORIZING AN
EXPENDITURE IN THE AMOUNT NOT TO EXCEED
$73,443.77 FROM THE APPROPRIATE ACCOUNTS;
PROVIDING FOR CONFLICTS; AUTHORIZING THE CITY
• MANAGER OR HIS DESIGNEE TO MAKE CHANGES AND
ISSUE CHANGE ORDERS IN ACCORDANCE WITH THE
THRESHOLDS AND PROVISIONS DELINEATED IN
SECTION 6-147(J)(2) OF THE TAMARAC PROCUREMENT
CODE; PROVIDING FOR CONFLICTS; PROVIDING FOR
SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE
DATE.
WHEREAS, the City of Tamarac utilizes a Fuel Management System (FuelMaster)
to fuel and monitor City Vehicles, and
WHEREAS, in the City of Tamarac, technology is one of the key components in
the efficient delivery of City services, and just as the City's network and server
infrastructure is critical to ensuring continued operations, so too is the Fuel Management
System; and
0
Temp. Reso. #13722
January 12, 2022 is
2 of 6
WHEREAS, the City currently has multiple fueling sites, using Syntech Systems'
Fuel Management hardware/software in use at the Public Services Complex Main Fuel
Island as well as at Fire Station 78 and Fire Station 36, is outdated and requires
replacement; and
WHEREAS, City of Tamarac Code, §6-148 allows the Purchasing Officer the
authority to waive purchasing procedures and purchase equipment which is the subject
of contracts with other governmental agencies; and
WHEREAS, the City of Tamarac identified three (3) local authorized distributors
for the Syntech Systems' Fuel Management Solution, and obtained quotations from the
three (3) vendors utilizing pricing per Sourcewell Contract (Syntech Systems •
Aboveground Fuel Storage Contract #092920-SYS), a copy of the quotation comparison
is hereto attached as "Exhibit 1 "; and
WHEREAS, City Staff received and reviewed the proposals, and determined the
quotation with the most advantageous pricing utilizing pricing per Sourcewell Contract
(Syntech Systems Aboveground Fuel Storage Contract #092920-SYS) was the proposal
submitted by Guardian Fueling Technologies, a copy of said proposal is attached hereto
as "Exhibit 2"; and
WHEREAS, the Director of Public Services, Director of Financial Services, Interim
Director of Information Technology, and Purchasing and Contracts Manager have
determined that it is in the City's economic interests to purchase the fuel management
0
Temp. Reso. #13722
. January 12, 2022
Page 3 of 6
system upgrade services from Guardian Fueling Technologies, utilizing pricing per
Sourcewell Contract (Syntech Systems Aboveground Fuel Storage Contract #092920-
SYS), in an amount not to exceed $66,766.77, a contingency of $6,677.00 (10%) will be
added for a project total of $73,443.77-1 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 approve and
authorize the purchase of fuel management system upgrade services from Guardian
Fueling Technologies, utilizing pricing per Sourcewell Contract (Syntech Systems
Aboveground Fuel Storage Contract #092920-SYS), in an amount not to exceed
$66,766.77, a contingency of $6,677.00 (10%) will be added for a project total of
$73,443.772.
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. All exhibits referenced and attached hereto are incorporated herein
and made a specific part of this Resolution.
SECTION 2: The City Commission of the City of Tamarac does HEREBY
approve and authorize the purchase the fuel management system upgrade services from
0 Guardian Fueling Technologies, utilizing pricing per Sourcewell Contract (Syntech
Temp. Reso. #13722
January 12, 2022
Page 4 of 6
Systems Aboveground Fuel Storage Contract #092920-SYS), in an amount not to exceed
$66,766.77, a contingency of $6,677.00 (10%) will be added for a project total of
$73,443.77, a copy of pricing proposal is attached hereto as "Exhibit 2".
SECTION 3: Funds in the amount of $55,000.00 were allocated in the
Adopted Fiscal Year 2022 Budget for the Fuel Management System Upgrade, and the
remaining $18,443.77 will be absorbed in the operating budgets of the Stormwater Fund
and the Utility Fund.
SECTION 4: An expenditure in an amount not to exceed $73,443.77,
including contingency, is HEREBY approved from the appropriate accounts.
SECTION 5: The City Manager or his designee is hereby authorized to
approve and initiate change orders in amounts not to exceed $65,000 per section
6-147 of the City Code and close the contract award which includes but is not
limited to making final payment and releasing bonds per section 6-149 of the City
Code when the work has been successfully completed within the terms, conditions
and pricing of the agreement.
E
SECTION 6: All resolutions or parts of resolutions in conflict herewith are
0
•
hereby repealed to the extent of such conflict.
Temp. Reso. #13722
January 12, 2022
Page 5 of 6
SECTION 7: If any clause, section, other part or application of this
Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid,
in part or application, it shall not affect the validity of the remaining portions or applications
of this Resolution.
•
0
"The remainder of this page intentionally left blank."
Temp. Reso. #13722
January 12, 2022 •
Page 6 of 6
SECTION 7: This Resolution shall become effective immediately upon its
passage and adoption.
PASSED, ADOPTED AND APPROVED this �� day of 1A"NU,49 j , 2022.
/��J_
)
MICHELLE J. GGOEZ
MAYOR
ATTEST:
��JENXIIFER,JOHNSON, CMC
CITY CLERK
RECORD OF COMMISSION VOTE:
MAYOR GOMEZ J5�'S
DIST 1: COMM. BOLTON
DIST 2: V/M GELIN
DIST 3: COMM VILLALOBOS
DIST 4: COMM. PLACKO
I HEREBY CERTIFY that I have
approved this RESOLUTION as
to form. \ 1
JOHERIN, JI
CITY ATTORNEY
0
of Tamarac
TAr� Q�
The City For Your Life
AGREEMENT
BETWEEN THE CITY OF TAMARAC
AND
GUARDIAN FUELING TECHNOLOGIES, LLC
and Contracts Division
THIS AGREEMENT is made and entered into this g\ day of January ,2022 by
and between the City of Tamarac, a municipal corporation with principal offices located at 7525 NW
88th Avenue, Tamarac, FL 33321-2401 (the "City") and Guardian Fueling Technologies,
a Florida corporation, located at 3880 W 104th St, Building 6, Suite 6, Miami, FL 33018 (the
"Contractor") for Phase One (1) of Fuel Master Upgrades and New Site Installs.
In consideration of the mutual promises contained in this document, the City and Contractor
agree as follows:
1. Contract Term: The date of performance/service is for a `jClA'(L from date of final
execution, as stated in Attachment A attached herein.
2. Services to Be Provided: Contractor shall perform the provide equipment and services
described in Attachment A, attached hereto and incorporated herein as if set forth in full.
These documents form the Agreement, and all are as fully a part of the Agreement as if
attached to this Agreement or repeated therein. In the event of a conflict between this
document and any other contract documents, this Agreement shall prevail.
3. Compensation/Payment: Upon satisfactory performance of said services described in the
attached Attachment A, the City will pay Contractor an amount equal to the unit pricing
provided in Attachment A. Payment will be made upon completion, delivery, and acceptance
by the City of the services as detailed in Attachment A and submission of an invoice for said
services. Contractor shall not incur costs for performance of services under this Agreement
in excess of said amount without the prior written authorization of the City Manager or
designee. Payments shall be processed upon receipt of a properly completed invoice in
accordance with The Local Government Prompt Payment Act, F.S., Part VII, Chapter 218.
4. Non -Discrimination & Equal Opportunity Employment: During the performance of the
Contract, the Contractor and its subcontractors shall not discriminate against any employee
or applicant for employment because of race, color, sex including pregnancy, religion, age,
national origin, marital status, political affiliation, familial status, sexual orientation, gender
identity and expression, or disability if qualified. The Contractorwill take affirmative action to
ensure that employees and those of its subcontractors are treated during employment,
without regard to their race, color, sex including pregnancy, religion, age, national origin,
marital status, political affiliation, familial status, sexual orientation, gender identity or
expression, or disability if qualified. Such actions must include, but not be limited to, the
following: employment, promotion; demotion or transfer; recruitment or recruitment
advertising, layoff or termination; rates of pay or other forms of compensation; and selection
for training, including apprenticeship. The Contractor and its subcontractors shall agree to
post in conspicuous places, available to its employees and applicants for employment,
notices to be provided by the contracting officer setting forth the provisions of this
nondiscrimination clause. The Contractor further agrees that he/she will ensure that all
subcontractors, if any, will be made aware of and will comply with this nondiscrimination
clause.
The City For Your Life
City of Tamarac Purchasing and Contracts Division
....__-. - _........ ._..... .....
5. Independent Contractor: This Agreement does not create an employee/employer
relationship between the Parties. It is the intent of the Parties that the Contractor is an
independent contractor under this Agreement and not the City's employee for any purposes,
including but not limited to, the application of the Fair Labor Standards Act minimum wage
and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the
Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State
Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor
shall retain sole and absolute discretion in the judgment of the manner and means of
carrying out Contractor's activities and responsibilities hereunder provided, further that
administrative procedures applicable to services rendered under this Agreement shall be
those of Contractor, which policies of Contractor shall not conflict with City, State, or United
States policies, rules or regulations relating to the use of Contractor's funds provided for
herein. The Contractor agrees that it is a separate and independent enterprise from the
City, that it had full opportunity to find other business, that it has made its own investment in
its business, and that it will utilize a high level of skill necessary to perform the work. This
Agreement shall not be construed as creating anyjoint employment relationship between the
Contractor and the City and the City will not be liable for any obligation incurred by
Contractor, including but not limited to unpaid minimum wages and/or overtime premiums.
6. Use of Information / Ownership of Documents: Contractor shall be required to work in
harmony with other Contractors relative to providing information requested in a timely
manner and in the specified form. Any and all work products, documents, records, disks,
original drawings, specifications or other information developed as a result of this Agreement
shall become the property of the City upon completion for its use and distribution as may be
deemed appropriate by the City. Except as specifically authorized by the City in writing,
information and other data developed or acquired by or furnished to Contractor in the
performance of this Agreement shall be used only in connection with the services provided
the City.
7. Availability of Contractor: Contractor shall be reasonably available to the City through
telephone access and shall notify the City promptly of any absence or anticipated delay in
the performance of services under this Agreement.
8. Change Orders: The City may at any time, by issuance of a written Change Order to this
Agreement by the City Manager make changes, within the scope or period of performance of
this Agreement. Contractor and the City Manager or designee will negotiate an equitable
adjustment, if appropriate, in the terms of this Agreement to cover any such change. The
City will make no payment for additional work performed that is not provided for in this
Agreement unless such work is performed pursuant to a written Change Order.
9. Insurance: Contractor shall obtain at Contractor's expense all necessary insurance in such
form and amount as required by the City's Risk & Safety Manager before beginning work
under this Agreement including, but not limited to, Workers' Compensation Insurance,
Unemployment Insurance, Contractor's Liability Insurance, and all other insurance required
by law. Contractor shall maintain such insurance in full force and effect during the life of this
Agreement. Contractor shall provide to the City's Risk & Safety Manager certificates of all
insurances required under this section prior to beginning any work under this Agreement.
Contractor shall indemnify and hold the City harmless for any damages resulting from failure
of the Contractor to take out and maintain such insurance. Contractor's General Liability
Insurance policies shall be endorsed to add the City as an additional insured. Contractor
shall be responsible for payment of all deductibles and self-insurance retentions on
TAB, MARAC
The City For Your Life
Cdy of Ta mVac Purchasing and Conn acts Division
............ .... ................ ..............
Contractor's Liability Insurance policies.
10. Indemnification: Contractor agrees to indemnify and hold harmless the Cityfrom any claim,
damage, liability, injury, expense, or loss arising out of Contractor's performance under this
Agreement, except for injury or damage caused by the sole negligence of the City. The
terms of this provision shall survive the termination or completion of this Agreement. The
Contractor shall pay all claims, losses, liens, settlements or judgments of any nature
whatsoever in connection with the foregoing indemnifications including, but not limited to,
reasonable attorney's fees (including appellate attorney's fees) and costs.
City reserves the right to select its own legal counsel to conduct any defense in any such
proceeding and all costs and fees associated therewith shall be the responsibility of Contractor
under the indemnification agreement.
The City and Contractor recognize that various provisions of this Agreement, including but not
limited to this Section, provide for indemnification by the Contractor and requires a specific
consideration be given there for. The Parties therefore agree that the sum of Ten Dollars and
00/100 ($10.00), receipt of which is hereby acknowledged, is the specific consideration for
such indemnities, and the providing of such indemnities is deemed to be part of the
specifications with respect to the services to be provided by Contractor. Furthermore, the City
and Contractor understand and agree that the covenants and representations relating to this
indemnification provision shall serve the term of this Agreement and continue in full force and
effect as to the City's and the Contractor's responsibility to indemnify.
Nothing contained herein is intended nor shall be construed to waive City's rights and
immunities under the common law or Florida Statutes 768.28, as amended from time to time.
11. Notice: Whenever either party desires or is required under this Agreement to give notice to
any other party, it must be given by written notice either delivered in person, sent by U.S.
Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as
follows:
CITY
City Manager
City of Tamarac
7525 N.W. 88th Avenue
Tamarac, FL 33321
With a copy to City Attorney at the following address:
Fox Rothschild LLP
2 South Biscayne Boulevard
One Biscayne Tower, Suite 2750
Miami, FL 33131
Attn: John R. Herin, Jr.
CONTRACTOR
Guardian Fueling Technologies, LLC
9452Phillips Hwy, Jacksonville FL 32256
TAMARAC
The City For Your Life
City of Tamarac Purchasing and Contracts Division
12. Funding -Out: This agreement shall remain in full force and effect only as long as the
expenditures provided for in the Agreement have been appropriated by the City Commission
of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is
subject to termination based on lack of funding.
13. Termination:
13.1 For Convenience: This Agreement may be terminated by the City for convenience,
upon seven (7) days of written notice by the City to the Contractor for such
termination in which event the Contractor shall be paid its compensation for services
performed to termination date, including services reasonably related to termination.
In the event that the Contractor abandons this Agreement or causes it to be
terminated, Contractor shall indemnify the city against loss pertaining to this
termination.
13.2 For Default by Contractor: In addition to all other remedies available to the City,
this Agreement shall be subject to cancellation by the City for cause, should the
Contractor neglect or fail to perform or observe any of the terms, provisions,
conditions, or requirements herein contained, if such neglect or failure shall continue
for a period of thirty (30) days after receipt by Contractor of written notice of such
neglect or failure.
14. Scrutinized Companies — 287.135 and 215.473:
By execution of this AGREEMENT, Contractor certifies that Contractor is not participating in a
boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized
Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan
List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy
Sector List, or has Contractor been engaged in business operations in Syria. Subject to
limited exceptions provided in state law, the City will not contract for the provision of goods or
services with any scrutinized company referred to above.
Submitting a false certification shall be deemed a material breach of contract. The City shall
provide notice, in writing, to Contractor of the City's determination concerning the false
certification. Contractor shall have five (5) days from receipt of notice to refute the false
certification allegation. If such false certification is discovered during the active contract term,
Contractor shall have ninety (90) days following receipt of the notice to respond in writing and
demonstrate that the determination of false certification was made in error. If Contractor does
not demonstrate that the City's determination of false certification was made in error then the
City shall have the right to terminate the contract and seek civil remedies pursuant to Section
287.135, Florida Statutes, as amended from time to time
15. Public Records and Audits:
15.1 The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes.
The Contractor shall comply with Florida's Public Records Law. Specifically, the
Contractor shall:
15.1.1 Keep and maintain public records required by the City in order to perform the
service;
15.1.2 Upon request from the City's custodian of public records, provide the public
TAMARAC
The City For Your Life
of Tamarac Purchasing and Contracts Division
_._.......... ........ ... ......... _ ... _ _ _ .............. ......... -.-
agency with a copy of the requested records or allow the records to be
inspected or copied within a reasonable time at a cost that does not exceed
the cost provided in this chapter or as otherwise provided by law.
15.1.3 Ensure that public records that are exempt or confidential and exempt from
public records disclosure requirements are not disclosed except as
authorized by law for the duration of the contract term and following
completion of the contract if the contractor does not transfer the records to
the City.
15.1.4 Upon completion of the contract, transfer, at no cost to the City, all public
records in possession of the Contractor, or keep and maintain public records
required by the City to perform the service. If the Contractor transfers all
public records to the City upon completion of the contract, the Contractor
shall destroy any duplicate public records that are exempt or confidential and
exempt from public records disclosure requirements. If the Contractor keeps
and maintains public records upon completion of the contract, the Contractor
shall meet all applicable requirements for retaining public records. All
records stored electronically must be provided to the City, upon request from
the City's custodian of public records in a format that is compatible with the
information technology systems of the City.
15.2 During the term of the contract, the Contractor shall maintain all books, reports and
records in accordance with generally accepted accounting practices and standards for
records directly related to this contract. The form of all records and reports shall be
subject to the approval of the City's Auditor. The Contractor agrees to make available
to the City's Auditor, during normal business hours and in Broward, Dade or Palm
Beach Counties, all books of account, reports and records relating to this contract.
16. E-Verify
As a condition precedent to entering into this Agreement, and in compliance with Section
448.095, Fla. Stat., Contractor and its subcontractors shall, register with and use the E-
Verify system to verify work authorization status of all employees hired after January 1,
2021. Contractor shall require each of its subcontractors to provide Contractor with an
affidavit stating that the subcontractor does not employ, contract with, or subcontract with
an unauthorized alien. Contractor shall maintain a copy of the subcontractor's affidavit as
part of and pursuant to the records retention requirements of this Agreement. City,
Contractor, or any subcontractor/subconsultant who has a good faith belief that a person or
entity with which it is contracting has knowingly violated Section 448.09(1), Fla. Stat. or the
provisions of this section shall terminate the contract with the person or entity. City, upon
good faith belief that a subcontractor knowingly violated the provisions of this section; but
Contractor otherwise complied, shall promptly notify Contractor and Contractor shall
immediately terminate the contract with the subcontractor. An agreement or contract
terminated under the provisions of this section is not a breach of contract and may not be
considered such. Any agreement or contract termination under the provisions of this
section may be challenged pursuant to Section 448.095(2)(d), Fla. Stat. Contractor
acknowledges that upon termination of this Agreement by the City for a violation of this
section by Contractor, Contractor may not be awarded a public contract for at least one (1)
year. Contractor further acknowledges that Contractor is liable for any additional costs
incurred by the City as a result of termination of any contract for a violation of this section.
Contractor or subcontractor shall insert in any subcontracts the clauses set forth in this
section; requiring the subcontractors to include these clauses in any lower tier
subcontracts. Contractor shall be responsible for compliance by any subcontractor or lower
TAMARAC
The City For Your Life
of Tamarac Purchasing and Contracts Division
___.._...................._.__..........__..._................__.._-.. - -
tier subcontractor with the clauses set forth in this section.
17. Uncontrollable Forces: Neither the City nor Contractor shall be considered to be in default of
this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the
effect of which, by the exercise of reasonable diligence, the non -performing parry could not
avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention
or delay of performance by a parry of its obligations under this Agreement and which is beyond
the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood,
earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and
governmental actions.
Neither party shall, however, be excused from performance if nonperformance is due to forces,
which are preventable, removable, or remediable, and which the nonperforming parry could
have, with the exercise of reasonable diligence, prevented, removed, or remedied with
reasonable dispatch. The nonperforming party shall, within a reasonable time of being
prevented or delayed from performance by an uncontrollable force, give written notice to the
other party describing the circumstances and uncontrollable forces preventing continued
performance of the obligations of this Agreement.
18. Successors & Assigns: The City and Contractor each binds itself and its director, officers,
partners, successors, executors, administrators, assigns and legal representatives to the other
party to this Agreement and to the partners, successors, executors, administrators, assigns,
and legal representatives.
19. Signatory Authority: The Contractor shall supply the City with copies of requisite
documentation evidencing that the signatory for Contractor has the authority to enter into this
Agreement.
20. Merger; Amendment: This Agreement constitutes the complete understanding of the
parties and shall be governed by the laws of the State of Florida as now and hereinafter in
force.
21. No Construction Against Drafting Party: Each party to this Agreement expressly
recognizes that this Agreement results from the negotiation process in which each party was
represented by counsel and contributed to the drafting of this Agreement. Given this fact, no
legal or other presumptions against the party drafting this Agreement concerning its
construction, interpretation or otherwise accrue to the benefit of any party to the Agreement,
and each party expressly waives the right to assert such a presumption in any proceedings
or disputes connected with, arising out of, or involving this Agreement.
22. Venue: This Agreement shall be governed by the laws of the State of Florida as now and
hereinafter in force. The venue for actions arising out of this Agreement is fixed in Broward
County, Florida.
23. Severability; Waiver of Provisions: Any provision in this Agreement that is prohibited or
unenforceable in anyjurisdiction shall, as to such jurisdiction, be ineffective to the extent of
such prohibition or unenforceability without invalidating the remaining provisions hereof or
affecting the validity or enforceability of such provisions in any other jurisdiction. The non-
enforcement of any provision by either party shall not constitute a waiver of that provision nor
shall it affect the enforceability of that provision or of the remainder of this Agreement.
24. Public Records Custodian
TAB RAC
The City For Your Life
City of Tamarac Purchasing and Contracts Division
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF
PUBLIC RECORDS AT:
CITY CLERK
7525 NW 88TH AVENUE
ROOM 101
TAMARAC, FL 33321
(954) 597-3505
CITYCLERK@TAMARAC.ORG
Remainder of Page Intentionally Blank
TAMARAC
The City For Your Life
City of Tamarac Purchasing and Contracts Division
IN WITNESS WHEREOF, the parties have made and executed this Agreement on the
respective dates under each signature. CITY OF TAMARAC, signing by and through its
Mayor and City Manager, and CONTRACTOR, signing by and through its duly
authorized to execute same.
OF T,ggj
M • ESTABLISH
=0, 1gg EL);
y SEAL 4)
ATTEST: O
Jere fer JoVnson ZVC
City Clerk
a� -2 11
Da
ATTEST:
CITY OF TAMARAC
1-lukL6-j6) ---'
Miche e . Gomez, Mayo
.?- ,;�-Q,2- 2—
Date
KathIden Gunn, City Manager
01ZI2,0,6L-2-
Date`.
s to form and Ipgal sufficiency:
John f FFer , Jr., City(Attorney
Date
Guardian Fueling Technologies, LLC
Company Name
(Corporate Secretary) Signgfurevof President/Owner
Patrick Reese
Name of Corporate Secy.
(CORPORATE SEAL)
Joey Batchelor
Name of President/Owner
January 4th 2022
Date
TAMARAC
.-
The City For Your Life
City of Tamarac Purchasing and Contracts Division
.________..........__.._...__.__.............. —.
ACKNOWLEDGEMENT
STATE OF FLORIDA
:SS
COUNTY OF Duval
I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State
aforesaid and in the County agoresajd:to toe acknowledgments, personally appeared
ccaatj�mlc Cu> It n
Yru f-rhex of 5 a LLC- corporation, tome
known to be the person(s) described herein and who executed the foregoing instrument
and acknowledged before me that he/she executed the same.
0� SS my hand and official seal this 44h day of JaNr�,
NOTARt PUBLIC
StateAU4&S at Large
g�:n+oyo •,,I
KIMBERLY DAWN MCCOY
MY COMMISSION # GG 326374
EAPIRES: August 19, 2023
Bonded Thor Notary Pubk Undawrkers
of Notary Public: Print, Stamp, or
Type as Commissioned)
P!"e--rsonally known to me or
❑ Produced Identification
Type of I.D. Produced
❑ DID take an oath, or ["DID NOT take an oath.
TAMARAC
The City For Your Life
City of Tamarac
ATTACHMENT A
Scope of Services
Purchasing and Contracts Division
The City of Tamarac is hereby requesting work from Guardian Fueling Technologies, LLC for
upgrading and expanding use of Syntech Systems Fuel Management solutions. The project
shall be broken out into two (2) phases (Phase 1 and Phase 2). Phase 1 is described herein:
Phase 1
Phase 1 shall entail the turnkey upgrade of existing Fuel Management Units / equipment, at
the following three (3) existing Fueling Sites, to FMLive:
• Public Services Complex Main Fuel Island
• Fire Station 36
• Fire Station 78
Public Services Complex Main Fuel Island - 6011 Nob Hill Road, Tamarac, FL 33321
Fuel Type Provided:
Gas and Diesel
Dispenser Make/Model:
Gasboy Atlas Model # 9153KXTW2F
Fuel Management Unit:
FuelMaster FMU 2500 Plus
Fire Station 36 - 7499 NW 72nd Street, Tamarac, FL 33321
Fuel Type Provided:
Diesel
Dispenser Make/Model:
Fill -Rite FIR 902R Mechanical Dispenser)
Fuel Management Unit:
FuelMaster FMU 3505 Plus
Fire Station 78 - 4801 W Commercial Blvd, Tamarac, FL 33319
Fuel Type Provided:
Diesel
Dispenser Make/Model:
Fill -Rite FIR 902R Mechanical Dispenser)
Fuel Management Unit: F
FuelMaster FMU 2500 Plus
The Contractor shall perform all work for the City as required, for providing and fully installing
the following:
FMU Equipment
Qty
Part Number
Description
3
UPG4725
I FMLIVE UPGRADE, CELLULAR, PROKEE/PROX, AIM, 2-4 HOSE
FMLive Services — Annual Subscriptions
Based on quantity of the aforementioned three (3) FMUs, five (5) years of
subscription(s)/service(s) included for each
Annual Subscription Price for FMLive
Services
FMLIVEBA/3+BI
Cellular Enabled Equipment (3)
FMLIVE-CELL-FMU
10
TAMARAC
The City For Your Life
City of Tamarac Purchasing and Contracts Division
_....... __........ -........._._.................... _............. _....... ___...-----._...._.._..._... ............. ........................._..... ...... - ........... _......
_____� _
FMLive Services — One Time Costs
Based on quantity of three (3) FMUs
FMLive Setup & Activation
CLOUDBA/3
Project Management
PMLIVE BA/3+BI+CELL
Data Import and Conversion from existing
FuelMaster software
FMLIVE-IMPORT
Custom Export (Initial Export Only)
FMLIVE-CUSTOM EXPORT
Equipment Shipping Costs
All equipment shall be new Syntech Systems, OEM, equipment, and shall come with
Syntech Systems' standard one (1) year factory warranty.
FMLive training shall also be provided.
CONTRACT SUM
The Contract Sum for the above work is a "not to exceed" total of Sixty -Six Thousand Seven
Hundred Sixty -Six Dollars and Seventy Seven Cents. ($66,766.77).
PAYMENTS
Payment will be made monthly for work that has been completed, inspected and properly
invoiced. Invoices must bear the bid number, project name, project number, and purchase
order number. The City has up to twenty-five (25) business days to review, approve and pay
all invoices after receipt. The Contractor shall invoice the City and provide a written request
to the City to commence the one-year warranty period. All necessary Release of Liens and
Affidavits shall be processed before the warranty period. All payments shall be governed by
the Florida Prompt Payment Act, F.S., Part VII, Chapter 218.
11
TR 13722 - E%HIMT 2
ProposalART_10410353
GUARDIAN
d ® FUELING TECHNOLOGIES
0) � 'fl
i
Jacksonville, FL
Savannah, GA
To: City of Tamarac I
Tampa, FL
Atlanta, GA
601 Nob Hill Rd
Ft. Myers, FL
Columbia, SC
Tamarac, FI 33321
Ft. Lauderdale, FL
Greensboro, NC
954-597-3904
Pensacola, FL
Raleigh, NC
tames.twiaoer(&tamarac.orn
Orlando, FL
Charlotte, NC
ATTN. lames Twigger/Alecia Sinclair
Tallahassee, FL
Knoxville, TN
Alecia Sinclair
Birmingham, AL
Nashville, TN
CORPORATE OFFICE:
800-733-2945
guardianfueltech.com / getguardianconnect.com
Guardian Fueling Technologies provides layouts, installation, and service on all Liquid Handling Projects.
We are pleased to offer the following for your consideration
Sourcewell Contract # 092920
Site City of Tamarac
ART_10410353 PRO] ardianfunitech.com
Address 601 Nob Hill Rd
Albert Tamayo
Tamarac, FI 33321
Upgrade FMU for thress sites 786-556-9713
Date: 9/14/2021
"UNLESS NOTED BELOW, THIS PROPOSAL 15 VALID FOR 30 DAYS FROM THE DATE ABOVe--
General description of work to be performed: Upgrade to FMLive (Public Complex Main fuel Island, Fire Stations #36
Scope of Work: Install FMU Live CtliularConggc, ity
Mobilize to site & secure work area for safety. Prep Upgrade existing Fuelmasterto FMU LIVE with Cellullar Connectivity Connection To
Cloud.
NOTE: Internet connection required to read unit remotely from any computer/smartphone or TabletRepairs to existing electrical
components not included Annual Subscription Included for a period of 5 years.
FUEL MANAGEMENT SYSTEMS
3 FUELMASTER FMLIve, Upgrade, Cellular Prokee/Prox, Aim 2-4 Hose UPG4725 22,931 71
1 FUELMASTER PM (PMLIVEBA/3+ BI + Cell, Data import conversion/Initial Export only 6,042 17
FREIGHT 240.00
] In -bound freight on dispensers - Zone 4 (FL/AL) 240,00
TR 13722 -EXHIBIT 2
Proposal ART 10410363
The minimum deposit required for this order is: s 16,691.69
The Customer's Account must be current prior to training and start up of new eguipmentt
We appreciate the opportunity of offering this proposal and r GUARDIAN
trust we may be favored with your most valued business. � FUELING TECHNOLOGIES
ACCEPTANCE: GFf Salesman: MertTamayo
This proposal, when accepted by the purchaser, and executed by Signature:
final approval of SeNers Orticial Officer, wdl consiilule a bonellde contract
between us, subject to all terms and conditions within. Phone number 786-556-97L3
It Is expressly agreed that there are no promises, agreements or under-
standings, oral or written, not specified In this proposal. The person
signing below certifies the legal authority to bind the company Into this contract. IGUARDIAO,FLING T ES ACCEPTANCE
City Tamarac
pa Name SA#fnature of Officer
Signature Date
(I AGREE TO PAY TERMS ABOVE)
..W. I %P (
Title