Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2014-060Temp. Reso. # 12503 June 4, 2014 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2014-60 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA APPROVING THE PURCHASE OF DIESEL FUEL AND GASOLINE FROM MACMILLAN OIL COMPANY OF FLORIDA, INC. UTILIZING CORAL SPRINGS RFP NUMBER 14-A-035 ON BEHALF OF THE SOUTHEAST FLORIDA GOVERNMENT PURCHASING COOPERATIVE; AUTHORIZING PURCHASE OF DIESEL FUEL AND GASOLINE IN THE QUANTITIES NEEDED BASED ON THE OPIS FUEL INDEX COST AT THE TIME OF DELIVERY; AUTHORIZING BUDGET AMENDMENTS FOR PROPER ACCOUNTING PURPOSES; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, gasoline and diesel fuels are necessary in order to operate the City fleet; and WHEREAS, The Tamarac Procurement Code, §6-1,48(d), allows the Purchasing and Contracts Manager the authority to join with other units in cooperative purchasing when the best interest of the City would be served; and WHEREAS, the City of Coral Springs issued RFP # 14-A-035, on behalf of the Southeast Florida Governmental Purchasing Cooperative, (Co-op), incorporated herein by reference and on file in the office of the City Clerk; and WHEREAS, on May 21, 2014, Coral Springs awarded RFP # 14-A-035 to MacMillan Oil Co. of Florida, Inc. for the purchase of diesel fuel and gasoline, a copy of the MacMillan proposal and the Agenda Award memo are attached hereto as Exhibit 1 and Exhibit 2, respectively; and 4 Temp. Reso. # 12503 June 4, 2014 Page 2 WHEREAS, MacMillan Oil Co. of Florida, Inc. has agreed to honor the terms and conditions of the Agreement between the Southeast Florida Governmental Purchasing Cooperative and MacMillan Oil Co. of Florida, Inc., a copy of the executed Memorandum of Understanding is hereto attached as Exhibit 3; and WHEREAS, the City of Tamarac is a Governmental Purchasing Cooperative; and member of the Southeast Florida WHEREAS, funds are available for the purchase of diesel fuel and gasoline; and WHEREAS, it is the recommendation of the Director of Public Services, the Director of Financial Services, and the Purchasing and Contracts Manager that the Coral Springs Co-op RFP # 14-A-035 be utilized for the purchase of diesel fuel and 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 diesel fuel utilizing this Coral Springs Cooperative Purchasing Agreement. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SECTION L 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, and all exhibits referenced and attached hereto are incorporated herein and made a specific part of this resolution. SECTION 2: Temp. Reso. # 12503 June 4, 2014 Page 3 The appropriate City Officials are hereby authorized to purchase diesel fuel and gasoline from MacMillan Oil Co. of Florida, Inc. under Coral Springs Co-op RFP # 14-A-035, incorporated herein by reference and on file in the office of the City Clerk. SECTION I The purchase of diesel fuel and gasoline utilizing the Coral Springs Co-op RFP # 14-A-035 is hereby authorized in quantities needed based on the OPIS Fuel Index at the time of delivery. SECTION 4: That the appropriate City Officials are hereby authorized to extend or renew the Agreement with MacMillan Oil Co. of Florida, Inc. for the purchase of diesel fuel and gasoline utilizing the Coral Springs Co-op RFP #14-A-035 commensurate with the renewal or extension of the Agreement by the City of Coral Springs on behalf of the Southeast Florida Governmental Purchasing Cooperative. SECTION 5: Budget amendments required for this purchase for proper accounting purposes are hereby approved. SECTION 6: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION T. 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 applications, and to this end the provisions of this Resolution are declared to be severable. SECTION 8: passage and adoption. Temp. Reso. # 12503 June 4, 2014 Page 4 This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED thisday of , ATTEST: CIA PATRICIA TEUF CITY CLERK ICMC HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM �SAMUEL S. GOR CITY ATTORNEY EN 2014. RRY bRESSLER MAYOR RECORD OF COMMISSION VOTE: MAYOR DRESSLER e DIST 1: COMM. BUSHNEL DIST 2: VICE MAYOR GOM� DIST 3: COMM. GLASSER DIST 4: COMM. PLACKO TR 12503 - Exhibit 1 (MacMillan Proposal) MACMILLA.N OIL COMPANY OF FLOC I. INC. 2 EAST` 1. ." AVENUE, -11A E. :H, FL 01 -3 0 -,691— 814 ExtF'ax 305- 3- 8$0 May 6,2014 City ct"'Coral Springy Purchasing Administrator ft half 5 1 West Sample Road Coral Springs, FL 330 .E: RFP No - 14-A-035 UNLEADED GASOLINE & DIESEL FUEL FOR SOUTHEAST FL:ORIDA GOVERNMENTAL PURCHASING COOPERATIVE GROUP Dear fir... Salomone, Pursuant to you letter of May 5, . 4, we have reviewed the proposal submi4ted to the Co -Op for the aforementioned RF* for the purpose of p rose y di th Co -Op with the best ad: n offer, Please find our Feuded proposal listed below. ORIGINAL PROPOSAL Tank wagon Transport Delivery eliv ` di `er+enti�a differential Proposed Proposed N1 0 0 Utem No Descri tiOnper pergal-Ion 1 87 Octane 0.0 80 0.0290 Diesel Fuel #2 ultra Lc Sulfur 0.01 $ 0.0 MODIFIED PROPOSAL Tarok Wagon Transport Delivery Delivery differential dl 'erential Proposed Proposed N10 N` 0 Item No Descri tion pergaflon _per allon 1 87 Octane :0 0030 0.0290 Diesel Fuel #2 ultra Low _ - 0. iM TR 12503 - Exhibit 1 (MacMillan Proposal) The modified proposal, when compared to Miami Dade County" s ITQ 04-2014 is as follows using the OPTS as of 05/05/2014 Gasoline Transport 15 day terms Miami Dade County (OPIS Rack Avg) $2.8423 - $0,0203 = $2.8220 BrowardCo-Op (OPIS Unbrand Avg) $2.8153 - $0.0030 = $2.8150 On Road UL ITiesel Transport 15 day terms Miami Dade County (OPIS Rack Avg) $11256 - $0.0300 = $3.0956 Broward Co -Op (OPTS Llnbrand Avg) $3.10 6 .. $0.0000 = $3.1056 The modified proposed differential should save the Co -Op approximately $218 000.00 per year. The difference m* the slightly higher price of the diesel is offset by the lower price of. the gasoline and the lower tank wagon differentials for both gasoline and diesel that. would be charged to the Co -Op versus what would be charged to Miami Dade County. e hope that these proposed changes would be acceptable to the Co-O.p, Please do not hesitate to contact us if any additional clarification is needed. Regards, MACMILLAN OIL, COMPANY OF FLORIDA INC Arnancio A lonso President 2 TR 12543 - Exhibit 1 (MacMillan Proposal) i 5-raCs21455 ,x Account #136804 To align the following data, change the font size to 9 in CourierNew, MIAMI, L 2 014 •-- - 5 10: 0* EDT CONTRACT BENCHMARK FILE** **O,P S' CROSS CLEAR PRICES 9.0 RVP Terms L,ol Move Mi d Move Pre Move move Date Time Marathon b 1-10 - 33.E x 92 + 2 .12 5/02 8 : 0 marathon U N --10 3 3 2 s 5 5 + 2.10 05102 18 00 Valero b l- �.. ... ...� 337» 1 + 2.00 05/02 1 :0o a1 e ro U N -1.0- 3 3 2 4 5 2.65 05/02 18 : 0 Low RACK --# 45 HIGH■ �,�7�'�L. drw. aw .wrr .r. .""".""`' aw.'�'.'. �! .�. RACK �. _ _ �. 334.76 oPI S GULF COAST SPOT MEAN- 052 FOS COLONIAL. 2 7 5.200 OPTS GULF WATERBORNE DELIVERED SPOT SR FOB MIAMI 297.06 R:D LOW RACK 336 * 92 RD HIGH RACE .. � .�_ � ... - ... 337.10 BRD RACK AVG 337.01 UBD LOW RACK 3 32.4 5 UBD HIGH RACE 332 d 55 D RACK AVM �. �. 332.50 CONT V -05/ 5 334.7 CONT LOW-05/05 332.45 CONT s iIG S - 0 5 / M .,.r. ..w ...... sea 337.10 . MIAMI, FL :���: r.Aw R 7� W EDT -*O�'IS CONTRACT ECHARK�.�'�" **OPIS CROSS C130ETHANOL.(10) PRICES" 7,8 RvP Terms Uit1 move Mx Move Pre Move Move Date Tio me Seel u N-10 277.85 + 1.40 289. 85 + 1.40 313.85 + 1.40 05/02 18 n 00 1*t 0 b 1-10 28 0 298.65 + 2.40 323.75 + 2.40 05/02 18.0 shell b �.10 287.14 + 2.42 299 x 26 + 2.42 324.52 + 2.43 5/02 1.8 : o0 XOM b 1-10 287.65 + 1.20 299.95 + 1.20 3.26 s 1.5 + 1.20 5/02 19 f: Qo FlntHl sRs, u N-10 288.80 + 3.25 300,80 + 3.25 333 , 8 + 3.25 5/02 18 , o0 C1 t o U 1-1,~ 288«8.5 + .00 304.05 + .00 334.35 + � 0 05/02 18.00 C1 o . a 1-1 • 291- 47 + 2. 0 298.44 + 4.22 344 , 50 + 7.15 05/03 00:01 LOW RACE, 277.85 289.85 .313.85 HIGH RACK 291.47 304.05 344r So RACK AVG 286 A7 298 k 71._ 328.70 OPTS GULF WATERSORNE DELIVERED SPOT RI FOB MIAMI286.65 BRD LOW RACK 286-30 298.65 323.75 BRA HIGH RACK 287,65 299.95 326.15 BRD RACK 28'7a 3 299.29 UBD LOW RACK 277r85 289.85 313.85 UBD HIGH RACK 291..47 304.05 344.50 UBD RACK AG 28. 74 298.29 331.63 CONT AVG-•05 f o5 286.87 298.71 328.70 CONT LOW-05/05 277.85 289.85 313.85 CONT HIGH-5/05 291047 304.05 344.50 M Aml , FL 2014-05 -05 10 � o0 R o8 EDP'" "'OPTS CONTRACT BENCHMARK PILE** OPTS CROSS C oR ETHANOL (10%) PRICES." 9.0 R P Move Terms n 1 Move Mid Move Pre Move. Date Time Shell u N-103 277 x 85 + 1..40 289.85" + 1.40 31.3. 85 + 1..R 40 05/02 18- O i iag e TR 12503 - Exhibit 1 (MacMillan Proposal) Val a ro u ElntNlSR5 u Marathon u Global u colonial u TransMont u BP b Sunoco, b Valero ero b Ci tgo b Marathon b Chevron b Texaco b MPC2 b shell b XKK b Ci tgo U LOW RACK FOB MIAMI SRO LOW RACK BRD HIGH RACK 8RD RACK AVG UBD LOW RACK op s-racks20140505.txt N-10 277.95 - .50 293.95 - .50 316.95 - N-10 278.80 + 3.25 290.80 + 3.25 323.80 + N-10 279.70 + 2.10 298.03 + 2.1.0 334.70 + 1-W10 281.67 + 1.42 293.79 + 1.42 318.03 + N-10 283.55 + 1.40 --_ -- _- 315.95 + N-10 .283.88 + 1.83 296.80 + 3.06 320.78 + 1-10 .284.02 + 2.34 296.97 + 2.34 322.42 + 1.-10 285.37 + .90 297.37 + .90 323.06 + 1-10 285.80 + 2.50 298.30 + 2.50 324-80 + 1.-10 286.30 + 2.40 298.65 + 2.40 323.75 + 1-10 286.52 + 2.1.3 299..06 + 2.12 324.14 + 1t45C 287.00 + 2.50 299.50 + 2.50 325.00 + lt45C 287.00 + 2.50 299.50 + 2.50 325..00 + 1-10 28702 + 2.32 299.73 + 2.33 325.15 1-10 287.14 + 2.42 299.26 + 2.42 324.52 + 1-1.0 287.65 + 1.20 299.95 + 1..20 326.1.5 + 1--10 288.85 + 2.50 304.05 + 2.50 334.35 + 277.85 289.85 313.85 304.05 -334. 70 ;;28;4.'w-223 297.39 323.47 Lr RED SPOT (StI) 286.65 284.02 296.97 322.42 287.65 299 r 95 326.15 286.38 298.83 324.40 277.85 ' 289.85 31.3.85 304.05 334.70 UBD RACK AVG 281.53 295.32 322.30 29T297-39 323.47 CONT LOIN-05/'05 277.85 289.85 31.3.85 CONT HIGH-05/05 288.85 304.05 334.70 MIAM1, FL LOW RETAIL AVG RETAIL LOW RETAIL AVG RETAIL MIAMI , FL EX -TAX EX --TAX Terms TransMont u N-10 LOW RACK HIGH RACK RACK AVG UBD LOW RACK UBD HIGH RACK UBD RACK AVG CONT AVG-05/05 coMT pow-05/05 CONT HIGH-05/05 MIAMI , FL 359-90 376.03 304.81 320.94 * *O PI S CONTRACT BENCHMARK FILE** **OP1S GROSS E--85 PRICES" Move s move Date Time 254.29 - 8.1.5 05/02 18:00 Terms marathon u -10 LOW RACK HIGH RACK RACK AVG 254.29 254.29 254.29 254.29 2,54.29 254.29 254.29 254.29 254.29 **OP1S CONTRACT BENCHMARK FILE** *OPTS GROSS E-80 PRICES" Moue Move Date Time 226.90 - 5.20 05/02 1.8 00 226.90 226.90 .226.90 Page 2 .50 05/02 18:00 3.25 05/02 18:00 2.10 05102 18:00 1.41 05/02 18:00 2.05 05/02 18.00 5.33 05/02 18:00 2.34 05/02 1.8:00 .90 05/02 18.00 2.50 05/02 18:00 2.40 05/02 .18:00 2.12 05/02 1.8 00 2.50 05/02 18:00 2.50 05/02 18:00 2.32 05102 18:00 2.4.3 05/02 18:00 1.20 _05/02 19.00 2.50 05/02 18:00 2014-05-05 10:00:08 EDT 201.4-05-05 1.0:0008 EDT TR 12503 - Exhibit 1 (MacMillan Proposal) 0►�?�i 5....,..ra:ck52Q�..4Q�3Q5 . t�Ct UBD LOW RACK 226.90 UBD HIGH RACK 226.90 UBD RACK AVG 226.90 CONT AVG-05/05 226.90 CONT L OW - 05/ '0 5 226.90 CANT HIGH-05/05 226.90 MIAMI , FL 2014-0� --05 �.� �(} �� CDT **OPIS CONTRACT BENCHMARK PILE��' ***PIS GROSS ULTRA LOW SULFUR DISTILLATE PRICES" Terms Shell u -10 No » 2 305,14 Move NO.1 Movie Pre + 1.49 Move Move Date Time FlntHI sRs u N-10 306.55 + 1.25 05102 05/02 18:00 18:00 colonial u N-10 307.40 + 1.35 05102 18:00 shell b 1-10 308.22 + 1.50 05/02 18 : 00 Global u 1-10 308.93 + 1.51 05/02 18.00 Valero a N-10 310.00 .40 05/02 1.8:00 TransMont u Nr10 310.64 + 1.70 05/02 18:00 BP b 1_10 310.95 + 1..07 -- -- _. �- _. _� �.�. �.� 05102 18 00 chevron b 1t45c 313.1.0 + 1.30 05/02 18 * 00 Texaco b 1t45c 313.10 + 1.30 05/02 18:04 va l e r o b 1 �-10 313 . b 5 + 1.75 - - - - .� - _ � �. _ �. _ �. �. �. �. 05/02 18 : 00 marathon u N-10 -31.3.90 + .25 - ...� __ �. �. .-�. -� Q5r02 18 : Q0 X0M b 1 _ 10 314.17 + 1.. 02 - - - �- �- - - �- - --- 05/02 3.9 : 00 coastal b 1.�10 314.30 _ �,.09 �-- -- _.� _.�. � �.� 05/02 18 - Ott Sunoco b 1-10 314.30 - 1.09 05102 18.00 marathon b 1-10 31.7.93 + .25 05102 18 : 00 C7tgo b 1--10 321.90 + 1.30 05/02 1.8.00 Cl tgo a 1-10 321.90 + 1.30 05/02 18 t 00 LOW RACK 305.14 g� RACK . TRACK AVG 31.2.5 6 -.... - S GULP C SP .� 0502 EDB COLONIAL 290.555 }PIS GULF WATERBORNE DELIVERED SPOT (SRI) FOB MIAMI 297.49 BRD LOW RACK 308.22 BRD HIGH RACK 321.93 BRD RACK AVG 31.4.16 UBD LOW RACK 305.14 UBD .� AVG-05/05 TA.2.5 6 CONT LOW-05/05 305..14 CONT HIGH-05/05 321.90 -- - M1AMI , FL 201.4-� 5 - 05 10 : 0� : 08 EDT **OPS CONTRACT BENCHMARK. FILE** **OP1S GROSS ULTRA LOW SULFUR RED DYE DISTILLATE PRICES* Move Terms NO-2 Move No.1. Move Pre Move Date Time shell u N-1.0 305.04 + 1.49 05/02 18:00 El ntHl sRs u N--10 307.30 + 1.25 05/€32 18: OCR Colonial u N-10 307 90 + 1..35 05/02 1.8:00 Global u 1-10 309.43 + 1..50 05/02 18:00 valero u Nr-10 31.0-40 - 40 05f02 1.8_:00 Transmont a N--10 31.1.14 + 1.10 05/02 18:00 ESP b 1-1.0 31.1. 45 + 1.07 05/02 18 00 chevron b 1.t45c 31.3.00 + 1.30 05/02 18400 Texaco b 1t45'c 313.00 + 1* 30 05/02 1.8 00 Marathon u Nw-10 314.40 + * 25 05/02 18 00 coastal b 1-30 314.80 - 1.09 05/02 18 OQ Page 3 TR 12503 - Exhibit 1 (MacMillan Proposal) oPi s_rac s 014g5o5 . tx Sunoco 1- 1. 314.80 -- . . �. � � w » � w � .� � w � _ � � 05/02 1 Q0 marathon b 1-10 318.43 + .25 05/0 18 0 Clo tgo b 1-1 3 e 30 + 1.30 . 05/02 18 00 Ci tgo a 1- 10 322.30 + 1.30 05/0 18.00 LOW RACK. 305 64 NIGH RACK. 3 .2.3 w w . RACK AVG 313.17 . D 1S GULF WATERBORNE DELIVERED SPOT ( RI) FOB MIAMI 297.84 BRD LOW RACK 311.45 BRD NIGH RACK 3 2 « 30 BRA RACK AVG 315 « 5 UBD LOW RACE. 305.64 UBD HIGHRACK 32.E - 3 RACK AVG 311.06 /"B /�'+�r�cf CONT F. V G w, / #./ 313.17 ner ..w •e..,' +w.. w.r CONT ! i 14i R 6 ..... 0 "ti ! i 5 2 k 3 0 MIAMI, J"'LI , FL 1w �� - 0 5 �t 0 0 8 �g }+�+� i� �� O:i .L S �I�+ � j �w y+y �+ � s 'h..-�s 'R TRA'Mr T Iw/ Tres C # 3 MAK 'F.I �10 &A ♦ irr.DT ** PIGROSS NO. 2 DISTILLATE PRICES** = 0. Fee N ELF . 2 N V M 2 M.. Move Terms marathon U N-10 LB Move L.5 RIB Move HS 314.05 + Move Date Ti me marathon 1w1 --� .. � .25 ww rw� �.� _.� 318.€ 8 + .2 .�� �w �� �_ ����� �� #�o _� _� 05/0 .00 LOW RACK "" -� �- 314.05 _ _ . HIGH RACK _ w 3.18.08 RACK AVG �. � � rw 316.07 OPIS GULF WATERBORNE DELIVERED POT (RI) FOB MIAMI 289x 6 . BRA► LOW RACK 318.08 _» BRD HIGH RACK 318.08.- BRD RACK AVG _ - 318.08 USD LOW RACK _w 3 .4 . g5 USD HIGH RACK 31.4.05 UBD RACK AVG 3%4.05- CONT AVG-05/05 316.07 - CONT Lo _ Q 5 /0 5 314.05 CONTHIGH--05/05 318.08 MIAMI, EL 014-05w0.5 10: g0. 08 EDT **GPIS CONTRACT BENCHMARK FILE" ** PIS GROSS WHOLESALE B6 MALT BIODIE EL PRICES" ULS move Terms Nor 2 Date Time TransMont U N-10 317.15 05/02 18 . Q0 LOW RACK 317.15 HIGH RACK 317.1.5 AVG 317.15 CRACK UBD LOW RACK 317.15 UBD HIGH RACK. 317.15 UBD AVG 3.1.7.15 ".RACK CONT by G-0.5/05 317.15 CONT LOW-05/05 317.15 CONT HIGH-05/05 317.15 MIAMI, FL ea1.4 - 0 5 ""(� 5 100-00:08 EDT �+-��PI� `" R.ACT BENCHMARK FILE** CONTRACT ** P S GROSS WHOLESALE B 0 MUL.T BIDDIESEL PRICES" ULS Move Terms N0.2 . Date Time Tran��+y. j��ryy sryi ,y{e,. {''�j Page 4 TR 12503 - Exhibit 1 (MacMillan Proposal) LOW RACK HIGH RACK RACK AG U13D LOW RA Cr% UB'D HIGH RACK UBD RACK AVG CONT AVG-05/05' CONT LOW-05 OS COT HIGH-05/05 MIAMI , FL. 317AS 317.15 317.15 317,15 317 � 15 317.15 317.15 317-.15 3,17 .15 opi s—racks20140505. txt **OPIS CONTRACT BENCHMARK FILE** 2014-05-05 10:00-k08 EDT VrJ--') "KU-')1Z> WNULt.*>ALE UJ-') MALT BIL ODIESEL 'RICE.S** ULS Move. Terms No.2 Da Time TransMont U N-10 317.16 05102 18:L00 LOW RACK 317.16 HIGH RACK 317,16 RACK A 317.16 UBD LOW RACK 317.16 UBD HIGH RACK 317-16 UBD RACK AVG 317.16 CONT AVG-05/05 317.1 6 CO .ONE LOW-05/05 317.16 CONT HIGH-05/05 317.16 MIAMI , FL **no-rc 2014-05-05 "OPIS %-NTRACTDCMCHMAKK I-ILt GROSS WHOLESALE 820 MULT BIODlESEL PRICES" UPS Move Term.s N0.2 Date Time TransMont u. N-10 317.16 05/02 18:00 LOW RACK 317:.16 HIGH RACK 317-1.6 RACK AVG 317.16 UBD LOW RACK 317..16 UBD HIGRRACK 317.16 UBD RACK AVG 317.16 CONT AVG-:05/05 317.16 CENT I LOW-05/05 317.16 CONT HIGH-05/05 317.16 copyright, Oil Price Information service 10: 00 'a 08 EDT TR 12503 - Exhibit 1 (MacMillan Proposal) M :C.MI'L N OIL COMPANY FLORIDA, , Ca � 05-69 1-7814 Ext. Fax -1880 April 4..2014 City of coral Springs The Office.of the Purchasing Administrator City dial 9551 West Sample Road Coral Springs, Florida 33065 FP i o,14- -o . - unleaded Gas aline Diesel Duel for Southeast norida Governmental Purchasing Cooperative Group Dear Mr. Salomone, We are pleased to be participating in RFP No 14- � !i, for the SUPPIV of fuel to the Purchasin Coop. Our contact information IS., Macmillan Oil Company of Florida inc 2955 East lith Avenue, Hialeah, Florida 1 Contact persona William Putnam Er alt lliam@rnatmillanoil,com We sltea t r r�niacmillar nil.corn Phone (30691-7814 Fax o693-1-980 Macmillan oil Company has been distributingfuel Southern Florida since 1951,. Our office and. bulk plant faCriliftles are in Hialeah, Florida. Daily, we load fuel at Port Everglades Port ofTampa, . and the Taft terminal outside of Orlando. We have agreements and are set up to load at the Jacksonville Port.. We are a privately owed 'C' corporation that supplies the fuel needs of station, governments, and commercial customers. e have fuel supply` arrangements rith the major oil c m ages that. o er ate ternalsn south Florida :: onMohil, heil/Motiva, Cit h, Sunoco* Valero, Marathd . Trans on a ne, etc)., we 0 TR 12503 - Exhibit 1 (MacMillan Proposal) have fuel supply arrangements with oil companies that store fuel in terminals in South Florida, but do not operate terminals (Gavllon, NGL Energy Partners, Colonial, Gulf, etc) and we have fuel supply arrangements with fuel companies that have committed supplies of fuel in terminals in South Florida (World Fuel Services, Petroleum Traders, etc). Our ability to pull product from multiple entities in several ports would enable us to adequately supply the Cooprs needs during normal day-to-day demands as well as during emergency situations, Our company is focused on the South Fldnda market, where a signi cant portion of our business is done in groward Counter, Miami Dade County and Palm Beach County. Throughout the years we have supplied fuel to almost every government estate, county and municipal) entity in, the tri- county area for day -try -day needs as well as during needs during emergencies, We control a fleet of tractor trailers and tank wagons for deliveries in the trl-state area. In addition eve have agreements with national carriers (currently these companies are delivering our fuel on a daily basis) for fuel that is loaded ate terminals outside of Port Everglades. We look forward to further demonstrating to the Southeast Florida Governmental Purchasing g Cooperative Group our desire to provide the day-to-day fuel needs of the group-as.well as our ability and commitment to ensure an supplies of fuel to all members during emergency situations, Regards, MACMILLAN OIL COMPANY OF FLORIDA INC Ar ancio Alon o PRESIDENT Eric: _ Bid for RFP 14-A-05 9 Copies of Bid TR 12503 - Exhibit 1 (MacMillan Proposal) MACMILLAN OIL COMPANY OF FLORIDA INC Over sixty years Macmillan has built the capabilities and experiences to supply any type of customer their day-to-day fuel needs as well as their needs during emergency situations our have - qualifications and abilities are well known in the th-county market that we serve, and been -growth and customer- service. the foundation of our VI: Annually, Macmillan conducts a full re iew of all operational 'Issues that might effect the supply of fuel* to our customers in almost every what if situation. This has allowed us to plan and build capabilities to respond to the "worst case' scenarios, From these lessons we have improved out organization to the point where. 0 - 1 — QUALIFICATIONSo CAPABILITIES AND EXPERIENCES I — We have the ability to pull day-to-day product from Exxon.Mobil, Shell/Moth, Citgo, 5unoco, Valero, Marathon, TransMontaigne,, Gavilon, NGL Energy Partners., Colonial, Gulf, World Fuel Services, and Petroleum Traders. 2 — When supplies are tight, we have contractual arrangements for unbranded fuel with Chevron, Otgo, Valer*o and Marathon. These contracts will ensure a guaranteed, ratable supply of fuel., Attached are copies of the current agreements. 3 —.We have the ability to load product at other ports in the state; Port of Tampa, Port Manatee Port Canaveral,, Port. of Jacksonville and Orlando, 4 — We control our own fleet for delivers within 100 miles of Port Everglades, and utillizenational trucking companies for deliveries outside of our main delivery area for day to day deliveries. if Port Everglades is shutdown for any period of time, our fleet and thenational trucking companies, would be able to load at theother terminals in the state. S — Our dispatch team operates twenty-four (24) hours a day and is ALWAYS available any day at any hour. We use one telephone number that is answered by whichever dispatcher is i on duty. We have a back up number In case the dispatcher on duty is. dealing with an emergency situation. 6 — We have a bulk plant facility that has the capacity to store enough fuel to keep the Coop functioning for several days. We have modernized the bulk plant facility. In addition to "hardening"' the facility and loading racks to better protect against hurricane force winds, we have provided''back up power so that the bulk plant can remain operational in any type of ernergency.;' 7 — We have contracted storage at a second bulk plant facility as a back up to our facility and we have portable back-up power to run the secondbulk plant facility- should there issues with the :Power grid., 8 - In addition to the 250, 500 and 1,000 gallon fuel tanks that we lend:out or rent to our customers we have purchased (and leased) eleven (11 ,000 gallon mobile ISO fueltanks that can be temporarilV situated anywhere. 3 TR 12503 - Exhibit 1 (MacMillan Proposal) 9 - we have many various types of generators including six (6) - three (3) phase industirial generators and regular (home depot) generators that can be used to run pumps to move fuel from the storage tanks, 10 — To be able to communicate if the poorer grid goes down, we intrinsically safe and USCG FMRC approved Motorola hand-held non -static radios B - 2 - LIST of REPRESENTATIVE CURRENT CUSTOMERS Macmillan oil Company has several "government"' contracts which we provide fuel for everyday needs, for special "will call" situations and during times of emergencies. In addition we serve branded ,and unbranded stations throughout the southern portion of Florida. Some references to which we provide gasoline and/or diesel via tank wagon and/or transport are. Miami Dade County (RFP 683) Jesus Lee ill NW 11t Street., 13tt' Fiaor Miami, Fl 33128 T - (305) 375.4564 / F — (30 375- 083 22miamidade,gov This is a contract to supply Miami [fade County with approximately y 18,0 million gallons of diesel and 8.0 million gallons of gasoline annually. This contract is being replaced by ITB 3143- /18 State of Florida Dept of Management Services ( 05-000- 0-1) Karla Dixon Contract Manager 4050 Esplanade Way — Suite 360 Tallahassee, FL .32399- 95 T - (850) 487-2304 / F - (850) 414-612 Karia.dixon@dms,,Myflari.da.com `his is a state contract: for the supply of transport loads of gasoline and diesel fuel to state operations in selected -counties of Southern Florida +pity of Manta#ion Andrew Bacchi 400 NW 7& Avenue plantation, FL 33317 T- (954) 797-26 4R ahacchi lantation.or This is a contract for the supply (transport/tank wagon) of gasoline and diesel to the City of Plantation. a TR 12503 - Exhibit 1 (MacMillan Proposal) "here are three references for government contracts that are in the tri-county area, so we thought that they would have the greatest relevance to this RF . We are willing and able to supply additional references if needed. The following is a list off` key personnel that would a ilinvolved in thl's p, should we : awarded the contract. man. io Alonso. — President 7 -4 35 — Over 35 years experience in all aspects of fuel distribution Daniel Alonso — Vice president '-3347 _ Over 15 years in fuel distribution William Putnam —General Manager 5 3 4- Over 10 years in fuel distribution Armando Pita — Fleet Manager — 5 -5 1— over 17 years in transportation Dispatch hours) — ) -8 4 — Raise lnsua — Over 22 years in transportation dispatch Ordering — We would request that all orders be placed by email orders macm Ilano bco-M or b fax 3 - 8 7, When an order is received, a confirmation is sent back o the ordering entity to let there know that the order was received* Macmillan Oil currently has fuel supply agreements either directly or indirectly with fuel suppliers terminal operators in Port Everglades. Monthly, Macmillan has :,750,000 gallons of diesel and 1,040,000 gallons of gasoline E ) under contract for unbranded fuel purchases. 'These contracts were originally put: in place to insure that sufficient fuel was available for Macmillan offs obligations with Miami Dade County (RFP 683). The RFP is being replayed by lTB 3143- .8, 1 — Diesel — 900,000. gallons monthly with Chevron (this is with a rack sales agreement with World Fuel Services that has the fuel supply agreement with Chevron) Diesel — 400,000 gallons monthly with Citgo — Diesel —, o, o gallons monthly with Valero 4 - Gasoline 10 — 440,000 gallons monthly with Valero Gasoline 10 — 600,000 gallons monthly with Marathon Copies of the agreements are attached. W TR 12503 - Exhibit 1 (MacMillan Proposal) E - OBU ATIONS of PARTial),ATING AGENCIES acmillan's requested obl gations to the participating agencies are a way to create the most constructive environment between the parties. for the duration of the contract - Ordering We would request. that all orders be placed by ernail orders macrnillannil ctarr or by fax J305) 691-7817. We request that a PO number or a Release code and a 'contact name and telephone number be given when the orders placed. When Macmillan receives an order, a confirmation is sent back to the ordering entity to let them know that the order was received. We request that orders be placed a day before delivery. Invoices — We would need to have each ordering entity complete a 'customer er information form"' so that we would know where to fax or ernail invoices and who to contact if there are issues. All invoices will be faxed or ernailed, usually the day after the delivery, and we expect payment within the terms detailed in the RFP — Issues — We ask that Macmillan be contact immediately if there are any issues with the delivery, invoices, service, etc if we are not notified of anissue, we cannot take action. Emergency deliveries — if a member of the Coop expects deliveries during an emergency situation , Macmillan would require that they purchase a majority of their fuel from us on a regular., consistent basis. Monthly use will provide the city of oral Springs"s Purchasing Administrator a list of Coop members that are not meeting this requirement, 5 — Pr.drto the onset of the Hurricane Season, all members of the Coop must fill up all storage tanks,, The most critical are the storage tanks used to power generators when the power grid fails. IF — CONTINGENCY PLAN OF ACTION 1 Macmillan Oil has contracted with four '(4) different suppliers in Port Everglades for 1..750,000 gallons of unbranded diesel and 1,040,000 gallons of unbranded gasoline 10). 2 — Macmillan Carl has active accounts with eight (8) suppliers in Port Everglades. 3 — in addition to Port Everglades Macmillan tail has active accounts with terminal operators in the Port of Tampa, the Port of Jacksonville and Orlando. 4 Macmillan Oil has a bulk plant facility in Hialeah, Florida that can be trapped off' in less than 1 'hours prior to the arrival of a store. This facility has sufficient capacity to keep the Coop operational for several days. (With auxiliary power 5 - Macmillan Oil has a secondary storage bulk plant facility in Miami Dade County. (A three 13) phase generator is available to poorer the facility if needed 6 - Macmillan Oil controls a fleet of tractor trailers and tanks wagons. The fleet is more than sufficient to serve the needs of the county seven if all of the fuel must be trucked in from a port other than Port Everglades. The additional agreements that Macmillan has with national carriers only replicate and increase the already sufficient number of vehicles available. These are not stand-by' agreements, but agreements that are used daily as Macmillan uses these carriers to transport fuel from ports tither than Port Everglades to gas stations and commercial customers throughout the northern portions of the state* 0 TR 12503 - Exhibit 1 (MacMillan Proposal) x � Macmillan fills al petroleum storage units ava able prior � any storm this includes transport vehicles). The storage allows for continuous supply to the county if Port Everglades is incapacitated. Macmillan has eleven (11) 6,,000 gallon mobile ISO teaks. These. tanks can be filled at the port or at a bulb plant and moved to a 'site, or placed an a site and fueled and refilled at the site. * To be able to communicate if the power grid goes down.. Macmillan has intrinsically safe USCG FMRC approved Motorola hand-held non static radios. Macmillan has the a unity to load and deliver product from other Florida ports should Port Everglades be knocked out of commission. Macmillan has provided differentials for transport and tank wagon deliveries for all varieties of fuel listed. There are no contingencies, restrictions or demands by Macmillan Oil in regards to how the contract is awarded. We have submitted differentials that are broken down by product and delivery method that provided the Coop great latitude in selecting fuel suppliers. Macmillan has the capacity to provide all the fuei needs of the Coop, but would be honored to supply any product and delivery method deemed best by the Coop. Hence, we will accept any portion of the P (gasoline, or diesel, transport load or tank wagon). Please note, we have the capacity to accept and serve all the fuel needs under this RFP. ` ran port Delivery Tarr Wagon differential Deliver Proposed differential Proposed +X HA Item NDescription- per gallon . pergallon Octane $0.0080 $0.0290 Diesel Fuel #2 Ultra Low .. _ Sulfur $0.0150 &03q Lump Sum Additional Delivery Charge for Delivedes bgyond. 30 miles rradius of Port L 3 Ever lades onl ,0 / each $75,001 each 09 6 TR 12503 - Exhibit 1 (MacMillan Proposal) -ALTERNATE PRICE PROPOSAL TR 12503 - Exhibit 1 (MacMillan Proposal) of'F.torida Inc. A.- World Ra0k. Sale Agreement ' ' th4g I'f cele r , . $idthdo� IUhavin y.aa 01.3--'a f h le 90 0 N, W, .4 S Otan Oil eof fj �II place Of hbwslrne�:s at 2955 East 110' Amve� H 330JL3 N -1± cs t -� t. I.• j � � L iA d 'k17(. t � x�k ic(;I f If -LAS.. j. mo th4� C�oalra-L--?, "and In, Wl`*'S`-"'�-'�� RRt-, -a 1`uev'�t".km �j e " *4(1' r 60 L Wh ch a,,c att-,ached tic,""-ec-to as Appcn.dix A 41',d made a par, fietrof.- C IL . , 4 ? C 4 . 4, 4'. k Ft?b. I a- DOR-1-1 In t 011 Januo:-r)� Isl. 2-0.14 ber 31st. 2014, TJ gre e ni �n: t renew v! anannual basts N A 4a..1 3-le rlwl"W- 01 tn"I"') If W'FS term i natiorl., by 1' hL )(PI e Tat i on Of 1he lem, of -1-h' I i if S�s c -sales S'ha;l bl: Upw 4, the x Df, thf'S icllntrazt: provi'ded Old: sLMwIl s all rin'14 Lonv, cl by Olovion 1ii-w- fo- -buyer n�prcksvnix, wn,� Warfmnts perod�-sL-i pur cl ed to ful-Ifillf buy-ers obbgallorms"unde.-( ot filO t Stipp, 'Ccaw Tlt btl4mr, Bvvv'r*: and lvtjam' ("Ounly -entered I r1lo respolis� ui R VP CAR I I•lat NVIO I 't nw I I*.+-io b* r e 4 k' vk'olk W-TS3, ia-;;*rCC-t lcji scanA Ultra LoNv Sulfur t N tse I anti, t;jt. 14ON4 ;U I f tj r d JON d t TR 12503 - Exhibit 1 (MacMillan Proposal) ni.,e ratab'-ass Mun,.i-" If Sj t.-J&s, .m.I, . CCI' J pervarh*fe eurii i' nnuh w!xlyatade-ed..,rpiw Buy e-T u!: I f) ,rw. st ind'z a., t a and mirrhase tio i-� that, niri�.-t "ir I t i 3 "w M1111m.vt1r., T1T3X)1T!U.tj-` C 11r. In I InT intity ot 900.000 pltv,nts per rn witil I quL .11 bu �er UJI-.; lo *OUrCha.5�C., 1114 15=-h- : I ; "S 4 1 1 `F*S niay, in adid. bon to mw otftcr re -me d' ,u! or mnr perct,.w.l. as scl f6VO, Vv* Its "t vsu,�,dtr ImN., and ctle,:CL lilt ILU.. -.c .0(1 - Ib! "k .R,Orw�d -&C U e - is -Tet):Oft, t 1 r ate 1� C- i r,. me di ately Ini --ad-diluct-In. J3uN,-e,.:r s­�>i�t vio:'! ptir ht-L t ;Ilhawn P) a per mo-t-4h, as -rn-m..Nxitr;iv!.r -.C.. :gj u n- 'v urq-os un .J.-derl -ii W" P 4. DELIVERY' LOCATIONS 4 A . U I Ile WTS 4"s tic_ j4j( I Ul �`4 C.ty ur, 4 11.).11 U!. v Part I I writing b�. ics- icadh:, e. v otl b vr a. %Uhici :WnTrInals WIR b used for Sr.. mc fi". 11.1%11*11V PO"Pi-N111-� 'Dies (.�)11 tmival NN't).rld Fuel T"ort Laudentalef 1. w]" — (I'lie-vt T Wc:s� uk J'- S mvii j L Apr fit: ernmi" 6elvvm�en, )03di-11-ig -at 111t- 14tiveT at tet,at I iz�trv!, 0 n.t, *1 sd.1 Lu.lg, rFtia&n d I �, '' V s -P ,* � I i: i C, inlifj suct, agree- me�r�t s ViT. S tu k jcm 1,11!1i; riggV and rei xl*.04 of it PA'ysh;al isupp-11jet aim! Bu%'-v t i v trh, and' responsivil, of zhw Uer t rwry g A A LLD C.AT Seflc.r" il*,r� its: -4,04C 4is.-C-TON0111 dv u,,., for "We- .11.1 tfic cv%*.nv, allocen-iot'i.i.: or p� tJ txe:::<um S.L cMirts, to tiviurc buvkjom rcquitz Up,* • fo T- t1h I s r ac k 1 OCAzi On, S., e" I I C T A-�� an J In m i,-..,ec, allocated at f) v Ida o v J rig.: pm Al ofaw 1.ace amd Se:*,**, i i ln.s zirc pl M X %awnable has, nwz lba'. i s, allocale fa-Irr.0, wnd it is unjtrr.R they .111-4- s il..r, - Dcy of l"gadv*lhwcrFut, ihall tvFOI i, TA v p�p ty 17 'n 'Ll 1-n se t" 1, -4 ,4,r qC TR 12503 - Exhibit 1 (MacMillan Proposal) 7. PRICI.,S Buyer shafl p!ay­ 'Wl:.. 01C, pm"Cc. If r Is*.: Inc. F U%el tliiaf� .*i,,s.'. 'iri eff i ou the day 4rd iix e iirmad. jj 're hi secuonn as sh, v termvrti nal rark h -' ri. World Fu el Slem"Ice'r, — `h. tv. ron Port Yverglud",, Ft III.St) and 1.111il"D Dyed will "Ibe caiculatedby: addmp: _Difltre.110111**'�"'). to tilt Prey. (.Us Vq -platfulf Coat Waltubmne, !Vlmnif LFIA.ra UlfU.f Dj b4t� char d i se* -1 r tW - d V* If .tt m . *' 0 '14 - � I .: Ili trn-c.1 prl cc-�-" I ut plam 1%!d f r the folictu,"ing p j:Wj 1 It lerm s." 0 t (1*1 n -1) recognized...' mdustrir, k -imbari, i, I -Of inu-I and pipelim s+� and (4 costs i *x. r r;. f n a. I I i n g 4i _d d i t i, T t h a t w r, ss third pa lermaul �j tj tat, aws, t�c di tric.. bn u d"rec .011CV-1sr d. unr pf thc tvr this v!'T r r..'ent Q"ul"demci nd,ndI-aOI�j antities shave.-tri.4eut timma>4co.Of k . .' 4, 5 1 ! TIf!`iJ.I) remdiru,A Iesmmart smAh regato I -It(� ;� rJetgwp,A ar iIUVOWWVvIth ASTNII Y,MLN'T' wmp-OW. anu I.; Tile an-r4ic hk11 arct ats'e ltlrkt.: IaQj Valje,. , f MW toutlol vaie "s ttorru t . I ndar daN truck Io—ading, off"roduct U's Spiet,,I)LIC-dS wr, u.-I j 41 ur, i, e in app I' iza b I e b1i I h 0 invoice. -date with re.sf.X*rt to'Mficlt Oitberawrmu nu.s due Sellet t" u=1 ated to, true.loading (Ss. app licAble, the Due D- ate I') P, .Jf.ap.r3T iw� C r Se le n SO let. to provije extendcd Cmd II as 4 mAuvrof �Ourw. jV)d �hajE be. W-J) thout prf I d lecto alniy: r:flghts Ji and rmcdi'es which Sel ter have, under : this Contruc-t, r. fay W, equity. -Of 001c", Th am ar O'J­es dae hrl� t.hee A k teriial o ko IUTZO, f3myer'shall Provide WFStv'�'. Cr"."t Deparinjelit u t:u CnI fitlaM a11 ')r w'j I) st ues.-t bk..-: WfiS's Credit 9., ..I espe J TR 12503 - Exhibit 1 (MacMillan Proposal) prirnrn-v as'r4-*.� an's cAhel- MZWIC-e. SUL-1-1 trt�wrancr sti-ail im:lude, X' NVorkier's Cnor- J-pen, *�Aaifl-n Insur, .'tCt --�v'vedng 4M, I a m`r, 'vr vt t,$ � r, -n o IT`] F f I I N 11surancle U1 I I A� rAr D tl�.rren-ce. p cr acL vie Gentne,;,) 0`44'vifilt N. Insurvew-c 1,11C.-tudint, CorArldc. Ual jyahkfv'Ni:' exp1tviom., and co-flarm flib, iiq:,: as ��e or, 0., ntmilof's equtrinien-t (,.other ar le� th; ntedot usehprf*rnwi1f' is (7- .Ontraof,deorce C>.t haviti. z minliim- M, Comf�iv- siir%gl-e� lim-i'l of ONS N ILLION' D1L'*,*1LA,iAR.-S1 4 "� � UT an 40, U w dalua�er nat rTU're. vi� nn-n e ill WI IY�t N%'equirnilovyadiav ti*tAd.4,4- Wberv- mi��.fbie "ridej St le dMi additioniol 'M�4rvd k..m, all 1n%WWC1, . I NOC3, POM P,:d sh 'i wxir. r Pm w"Z-' -Vi'm wil) aw N*w cafweltzll or male7iaflk chang..� Prior to thing: T)) A ml nof ' ce, tv� WFS, In the eV" *bat rtoi nuj)w- a, w".'t ad d' i I io-ria-1 -ai-sured., lit �er Shall 46, , �pa 4:" to be 4V itylol N.varfirst writter, abovt-' MuCNIfflan OJI-1 ("o. ofFlorlds lnc,,, Fuel *Swrvicts, Inc. 0000 1.40 .000 .40P TR 12503 - Exhibit 1 (MacMillan Proposal) This Addendum to Unbranded Rack Sales Agreement (the 'Addendum") Petroleum Corporation ("CITOO") and Macmillan Oil Company of FL (the "Unbranded Marketer"). Unbranded WHEREAS, the Unbranded Marketer has received offers from other suppliers to purchase motor fuels and other petroleum products; and therefore, has requested that CITGO sell Ultra Low Sulfur DJ*esel ("ULSD"); (collectively ."Products") : similar tl WHEREAS, CITGO has agreed to sell to the Unbranded Marketer CITGO Products in accordance with the terms as provided hereln,* NOW THEREFORE in consideration of the premises and covenants contained heren, it i's agreed as follows: I EFFECTIVE D E* The effective date of this Addendum shall be Febroary 20o2014 .A. and shall continue thereafter unless terminated by either party upon a thirty (30) days written no .M - The purchase price for the applicable Product that the Unbranded Marketer ratably purchases from CITGO during the term of this Addendum shall be- equal to (i) the Base Price set forth herein for the applicable Product-, plus (Ifi) an Adder. Th ii ClTGO's adder fee ('Adder") for each Terminal and Product where this pricing formula applies is defined in /gallon in Exhibit The Adder n ay change from t r tc tim based cn any cast increases incurred by CITGOrelated to transportation, terrain llin , additives, ethanol(including the A r ethanol Base Pace)., and other routine coats to the respective Products and terminals. CITGO will notify the Unbranded Marketer in writing of any changes t the ,adder or ethanol Base Price prior to making the adjustment, i TR 12503 - Exhibit 1 (MacMillan Proposal) Do Envelope ID: 572FDDC6-8574-43D$-'SD4F-34DDM3ED2A The Oil Spill Liability Trust Fund ("O LT ") fee will be shown as > a Separate line Rem on CITGO's invoice, Neither the Base Price nor the Adder 'Include the OSLTF fee, The OSLTF fee may change from time to time, depending on the Judicial, legislative and/orregulatory action taken. by the Federal Govemment. The purchase price as calculated in this Section 2 is hereafter referred to as the "Market Related Price." 3. PAYMENT AND BILLIL4G TERMS: The Unbranded Marketer shalll pay CITGO's Market, Related Price for each net gallon as shown on the terminal truck bill of lading. A discount fbr early timely payments 'is not offered. Quantities shall be determined at time and place of loading. All measurements with regard to del* shall be corrected to 60* Fahrenheit and one (1) I ivenes standard atmosphere in accordance with prevailing ASTM procedures. In.any jurisdiction where applicable law dictates the method of measurement, such method shall be used. 4. PERK' ORM NCE CRIT The Unbranded Marketer agrees to lift Product on a Ratable Basis. For purposes of this Addendum, the term "Ratable Basis" shall mean weekly gasoline arid/or distillate volume that -does not change from week to week by more than 20%. If during any month Unbranded Marketerpurchases, other than as a result of supply disruptions or force majeure, less than 90% or more than 110% of the monthly Contract Volume as defined in the Agreement, Unbranded Marketer shall be In violation of the Agreement and CITGO may terminate both the Agreement and/or this Addendum upon twenty-four (4) hours prior written notice. Contract Volume is defined in Exhibit A. IN WITNESS WHEREOF, this Addendum was executed on the date above written. CITGO PETROLEUM CORPORATION 1, T. Whi" te (Printed Name) General NWE. Business Anglylig 4 Enhancement (Title) N MACMILLAN 01-L COMPANY OF f - (Signalui�e) Amandio. Alonso (Printed Name) President (Title) TR 12503 - Exhibit 1 (MacMillan Proposal) D u gn Envelop 10i572FDDO"574-43DO-OD4P-34DC2AS3ED2A Exhibit A to Addondum Macmillan ON Company of F Effbdive dato "o be completod by CITGO. Not vsid un%ss both. padbs Intel low 1 NVOW OW Brio Pme ror ft Ar iWuft ft 0 $;w Wabilfty Trust Fund rO LTF*) fee. The OSL"1"F Me VAR be shown as a. sopsrMe i:ne kem on +CITO's 64goe. The OSLTF fee may chi from time to bime, dqxuWfng on the judicial, ft Federal Government I, .r..,.�... infer or WOO 4 TR 12503 - Exhibit 1 (MacMillan Proposal) Docu ign Envelope 1D: 5721`DDCB-8574-4'3D8-BD4F-34DO . 3ED2 UNBRANDED RACK SALES AGREEMENT It is agreed this day of February , 2014 between CITGO Petroleum Corporation, a Delaware corporation, having a. place of business at 1293 Eldridge Parkway, Houston, Texas 77210, hereinafter called "CIT ' and LAUMIllan Oil Qo.,Mpanyof FIL a Florida corporation, having a principal office and place of business at 295s Bastj ll .. Ave, Hialeah FL 33013 hereinafter called "Unbranded Marketer" WHEREAS, CITGO Is in the business of refining and marketing gasoline and diesel fuel, and Unbranded Marketer desires to purchase Gasoline and Ultra L,,ow. Su fur lea I (collectively _ referred to as the 'Products') from CIT O for resale on an unbranded basis.. CITGO desires to sell such Product(s) to Unbranded Marketer on an unbranded basis. WHEREAS, nothing herein shall be construed to allow Unbranded Marketer the right to hold out the Products purchased hereunder as CITGO's product. Nor shall Unbranded. Marketer have the right to utilize any of CITGO's or its affiliate's trademarks, trade names or 10 trade dress in connection with the Products sold hereunder, WHEREAS, this Unbranded Rack Sales Agreement ('"Agreement") cancels and supersedes all prior and contemporaneous representations, inducements, agreements, amendments and adden urns, commitments and undertakings with respect to the subject matter of this Agreement. NOW, THEREFORE, CITGO and Unbranded Marketer agree as follows: TERM. This Agreement shall be effective for a D e year period beginning February 24 2914 and shall continue on a year to year basis until other rise terminated. Notwithstanding the foregoing, either party may terminate this agreement, dhout cause, upon providingg thirty (30) days written notice, . QUANTITIES. Unbranded Marketer shall purchase and lift or accept delivery of quantities of Products as set forth below during the respective monthly periods and IT O shall sell and deliver the specified quantities ofProducts as _defined in subparagraph 2.c. (:;Contract Volume"). Unbranded Marketer hereby acknowledges and agrees that the purchase and ratable lifting of the monthly quantities of Products specified herein by Unbranded Marketer are reasonable, important and of material significance. Unbranded Marketer understands and agrees that any failure by Unbranded Marketer to purchase a minimum of ninety percent (90%) of the monthly quantity of Products listed below during any month on a Ratable Basis shall be a violation of this Agreement:. CITGO shall have no ob►li ation at any time to provide more than the Contract Volume listed in subparagraph ..c. For purposes of this Agreement, the term "Ratable Basis' shall mean weekly unbranded volume that does not change from week to week by more than 10% a, CIT O may supply Unbranded Marketer more than the Contract Volume; however, CITGO's exeraise of its right to do so does not obligate CIT O to continue to sell Products in volumes which exceed such amount, I DocuSi n Envelope irk: 572FDDC5-6574-43D 4-34 2 3ED2 , TR 12503 - Exhibit 1 (MacMillan Proposal) 4iIf there is any change affecting Unbranded Marketer's business operations wh materially increases or decreases Unbranded Marketerfs requirements fo Contract Volume,, Unbrand- - tingr considermen this Agreement, CITGO shall € at o anl,. amendment proposed by Unbranded Marketer. c" Quantities shall be determined at time and place of loading. With respect to all deliveries under this Agreement,, Unbranded Marketer elects to have quantities determined by liquid measure Net Galles method. Gross Gallons shall dean gallons which have net been adjusted. for temperature correction, Net Gallons shall mean gallons temperature corrected to * Fahrenheit and one (1) standard atmosphere in accordance with prevailing T1 procedures. In any jurisdiction where applicable law dictates the method of measurement, such method shall be used. Terminals)SEE ADDENDUM DELIVERY P UNBRANDED PRODUCTS. Products will be made available at terminals or other locations selected by CITGO or, upon mutual agreement, may be delivered to destination by transportation selected by CITGO. Unbranded Marketer shall strictly comply With all applicable rules and regulations ons of terminals and facilities at which Unbranded Marketer receives Products from ITG . Unbranded Marketer shall ensure that all trucks, tankers and lines are. clean and ready to receive ITG 's Products, so that said Products are not nixed,, blended or adulterated vAth any other substance or product.. CITGO or the terminal operator may refuse to make delivery Iinto any vehicle which, in the sole judgment of CITGO or the terminal operator, s unsafe or inadequate. Unbranded Marketer agrees to provide such proof of Insurance as required by ITG' covering Unbranded Marketer"s liability for any negligent or willfulacts it col mf in connection With the loading, transporting and dean' /ery of :Products. Title and risk of loss on all Products covered by this Agreement shall pass to Unbranded Marketer at the time and place of delivery. Time and place of delivery shall be when and at the point. that Products pass connections between the terminal's true rack or pipeline flange and Unbranded Marketer or its agents receiving connections, transport trucks, tank cars, or vessels, All demurrage is Unbranded Marketers responsibility. aUnbranded Marketer shall provide or arrange delivery for all Products, 'whether Unbranded marketer uses Its own transportation equipment to transport Products, or engages a carrier to do so, Unbranded Marketer or carrier, as the case may be; shall execute and, deliver to CITGO a Customer access Agreement and/or Carrier Access Agreement Mere transportation equipment -mnll be allowed to enter the terminal. b, Loading of r transportation equipment provided by Unbranded Marketer or for Unbranded' Markete s account is on afirst-come, first -serve basis. 2 TR 12503 - Exhibit 1 (MacMillan Proposal) DocuSign Envelope ID: 572FDDC6-8574-43D BD4F-34002AS3ED2. . PRICES. Unbranded Marketer stall pay ITT 's rack pasting in effect at time and place of delivery. Such prices will be established by CITGO on an FOB, terminal basis, or other point of sale basis, including, upon mutual agreement, on a delivered basis. Unbranded Marketer shall also pay CITGO amounts equivalent to any tax, duty or impost now or hereafter imposed by the United States and or any state and/or municipality, and/or any other governmental authority. A TERMS of PAYMENT AND CREDIT, a. If Buyer's payments shall be in arrears, or the financial responsibility of buyer becomes impaired or unsatisfactory 'in the sole opinion of seller, advance cash payment or satisfactory security shall be given upon demand, and deliverlies may be withheld until such payment or security is received, if such payment or security is not received within three () days from demand therefore., seller, its addition to any other rights which it may have, may terminate this agreement, may accelerate payment of any amounts owed but not yet due and payable to be immediately due and payable, or froth . Buyer grants to Seller. (1) the right to set off and (2) the right to apply any money, accounts payable, or product balances owed by Seller in order to secure any indebtedness or obligation owed by Buyer to seller. In the event Buyer becomesinsolvent, makes an assignment or any general arrangement for the benefit of creditors or if there are instituted proceedings in bankruptcy or under any insolvency last Or lave for reorganization, receivership or dissolution, seller may withhold de iveries or terminate this agreement.. The exercise of any right resented under this section 5 shall be Without prejudice tor any claim for damages or any other right of seller under this agreement or applicable la. Further, failure to snake payment within payment terms authorizes the imposition of finance charges in an amount: equal to the lesser of (i) the maximum amount allowed by applicable law or (0) one and one- half percent (.5%) per month. Buyer agrees try provide CITGOs Credit Department with a currents audited or certified financial statement YAthin Ninety (90) days after the end -of each fiscal year and such other business related information as may be requested by CITGO's Credit Department from time to timeA b. At the time of execution of this Agreement and thereafter upon IT 's request, in order to maintain a credit line, Unbranded Marketer may be required to furnish CITGO with security agreements, financing statements, personal guarantees, letters of credit and collateral in forms and amounts that may be requestedby CITGO, 6. c. It Unbranded Marketer fails to comply VA'th the terms and conditions of payment and credit. established by CITGO, or if CITGO has reasonable grounds for insecurity with respect to Unbranded Marketers performance of any of Marketer's obligations under this Agreement, then, in audition to all other rights and remedies :afforded to CITGO 'under this Agreement and applicable law, CITGO may tale such action as CITGO deems reasonable. ALLOCATION. It CITGO, because of a shortage of crude oil, raw materials, products., or refining capacity, either of its own, or of its other regular sources of supply, or in the industry generally, or because of govemmental regulations, or for any reason, deems 3 TR 12503 - Exhibit 1 (MacMillan Proposal) DOCUSIgn Envelope 1U, 572.FDOC6-8574-4308-BD4F-34DO2A83ED2A that it. may be unable to meat all of its supply requirements, CITGO may restrict deliveries of Products Without liability and may allocate CITGO's supplyof Products among its customers and classes of customers in any manner which CITE in its sole judgement deems appropriate. Unbranded Marketer agrees to be bound by any such allocation, During the period of such allocation, the provisions,s of Paragraph 2 relating to volume requirements shall not. be effective, and the quantity deliverable under this Agreement shall then be such quantity as CITGO determines. Upon cessation of any such period of allocation neither CITGO nor Unbranded Marketer shall be obligated to make up any quantities omitted pursuant to the provisions herein. T. TAXESAND LICENSES. Unbranded Marketer shall pay to OTG i on demand, all Charges that. CITGO is required by any governmental authority to collect, unless Unbranded Marketer provides appropriate licenses, certificates or similar documents satisfactory to CITGO that exempt CITGO from collecting such Charges, if any license, certificate or similar document of Unbranded Marketer is revoked, suspended or non - renewed, Unbranded Marketer thererafter is responsible for paying all Charges directly and Unbranded Marketer stall 'immediately notify CITGO of such revocation, suspension or non4ene a . . GO'S MARKETING RIGHTS.. CITGO may from time to time add, change, mods or discontinue any designations and grads of Products, CLAIMS, Any claim for defect or vanance in quality of product fumished hereunder shall be made Inwfiting to CITGO within five:(5) days after the date that, title and " of nsk loss passes to Unbranded Marketer., CITGO shall be furnished samples adequate o test the produc:ts claimed to be defective is shall be afforded the opportunity to take its own samples. Any and all claims not made within the time and in the manner herein provided 7Re deemed waived and released by the Marketer. INS a. CITGO warrants that at the time the Products are delivered to Unbranded Marketer, the Products: mdll meet, in all material respects:, ITGO's specifications for the Products, and will meet, where applicable, the octane rating or sulfur content specified by CITGOfor the Products, CITGO may change its specification of the Products from time to time upon notcbon to the Unbranded Marketer. Unbranded Marketer may terminate this Agreement upon thirty ( days Written notice to CITGO if Unbranded Marketer does not agree to iT's specification Change. Unbranded Marketer shall not redesignate, re grade, mix, blend or otherwise adulterate the Products sold hereunder except as may other se be permitted b the Environmental Protection Agency regulation 40 CFR Part 80, cCITGO MAKES NO OTHER WARRANTIES OF ANY KIND OR NATURE WHATSOEVER, EXPRESS IMPLIED, INCLUDING WITHOUT LIMITATION ANY WARRANTIES P MERCHANTABILITY OR FITNESS FOR PARTICULAR PURPOSE. , LIMITATION OF LIABILITY. r TR 12503 - Exhibit 1 (MacMillan Proposal) DocuSign Erivelape ID. 572 DDCf>-8574-43DB-SD4F- Do2 3ED a, UNBRANDED MARKETER'S SOLE AND EXCLUSIVE REMEDY FOR ANY CLAIM ARISING FROM OR IN CONNECTION WITH ANY ALLEGED FAILURE. OF CAR DEFECT IN ANY PRODUCTS SOLD BY CITGO WHETHER THAT CLAIM IS FOR BREACH OF CONTRACT DR WARRANTY DR IS UNDER TORT, STRICT LIABILITY, STATUTE DR OTHERWISE) IS (1) AT GITG 'S OPTION, REPLACEMENT OF THE FAILED, _ DEFECTIVE OR NON- CONFORMINGPRODUCTS OR REIMBURSEMENT OF THE PURCHASE PRICE THEREOF AND (2) REIMBURSEMENT OF THE REASONABLE COST OF REPAIR DR REPLACEMENT OF ANY PARTS THAT ARE DAMAGED DIRECTLY BY THE USE OF THE FAILED, DEFECTIVE OR NOW CONFORMING PRODUCTS. b. IN NO EVENT WILL GI` "'GQ BE LIABLE OR RESPONSIBLE FOR ANY INCIDENTAL OR CONSEQUENTIAL LOSSES OR DAMAGES (INCLUDING WITHOUT LIMITATION ECONOMIC DOSS AND LOSS OF PROFITS) AND SPECIAL CAR PUNITIVE DAMAGES, WHETHER UNDER TORT, BREACH OF CONTRACT DR WARRANTY, STRICT LIABILITY, STATUTE OR. OTHERWISE. 12.. FORCE MA. EURE. In the event that either paw hereto is hindered, delayed or prevented try `force rnajeureit in the performance of this Agreement the obligation of the part so affected shall be suspended and proportionally abated during the continuance of the force majeure condition and the paw so affected shall not be liable In damages r otherwise for its failure to _perform. The term "force a eure" as used herein shall mean any cause whatsoever beyond the control of either party hereto, including, but not limited to a3 act of God, flood, fire, explosion, war, riot, stake and ether labor disturbance, W failure in, or inability to obtain on reasonable terms, rave materials, finished products, transportation facilities, storage facilities and/or manufacturing facilities; (c) diminution, nonexistence or redirection of supplies as a result of compliance by DITG , voluntary or otherwise, with any request, order, requisition or necessity of the government or any govemmental officer, agent or representative purporting to act under authority, or with any governmental or industry rationing, allocation or supply program; and (d) GITGO's inability to meet the demand for Its products at QIT OYs norrn l and usual source points for supplying Unbranded Marketer, regardless of whether CITG ,may have been forced to divert certain supplies from such source points in order to alleviate shortages at other distribution points. If by reason of any force rna eure condition GITGO shall be unable to supply the requirements of all of its customers of any product covered by than Agreement, CITGD's obligation while such condition exists shall, at its option, be reduced and apportioned to the extent necessary In its sole judgment and discretion. Unbranded Marketer shall not hold CITGO responsible in any ,manner for any losses or damages which Unbranded Marketer may Claim as a resutt of any such apportionment. DITGD shall not be required to make up any deficiency in any product not delivered as a result of any such apportionment. In _ no event shall any force majeure condition affect Unbranded Marketer's obligation to pay for product when duel 13> TERMINATION. DITGO may terminate this Agreement immediately upon written notice of default by the ' Unbranded Marketer per the terms and conditions of this Agreement. 5 Docu i n Envelope O 85` 4 3 - 4F-34D 2 3E2A TR 12503 - Exhibit 1 (MacMillan Proposal) 14, COMPLIANCS WITH LAWS. Unbranded Marketer is sole.ly responsible for compliance with, all federal, state and local laws, regulations and ordinances applicable to their respective business activities including., without limit tiori Y laws, regulations and ordinances pertaining to health, safety, and environmental matters. Unbranded Marketer shall procure and maintain in force all permits and licenses which are required for Unbranded Marketer to operate its business and to perform and satisfy its duties,, obligations and liabilities under this greerent. INDEMNITY, a« Unbranded Marketer shall defend and indemnifyits �ITG and parents, subsidiarle ; affiliates, directors, officers, empldvees, agents, representatives, successors, and assigns (collectively, -the "Indemnified Parties") against all obligations, habili , damages, penalties, fines, losses, clalr�s, limns, demands, causes of action, Judgments, settlements, costs and expenses including, bout limitation, court costs, attorneys' fees and other legal expenses, of every kind and character (collectively, "Claims") including, without limitation, any Claim for harm, injury or death to person,, damage to property or the environment, and economic or financial losses, which may arise from or in connection nth any of the following matters: 1) unbranded l ar etees performance under this Agreement, including without limitation Unbranded Marketer's possession, sale, blending, distribution, transportation', handling or use of any Product � ) action omission or other conduct of Unbranded Marketer 'including, without limitation, Unbranded 'Marketer's breach of or default under this Agreement or any other agreement betrmen Unbranded Marketer and CIS` or ( the conduct or operation ofUnbranded Marketer's business. Without limiting the. generality of rthe foregoing, unbranded Marketers obligation to defend and tndernni fy the Indemnified Parties e)dends to Claims asserted by or against any director, officer, employee, agent or 'representative of unbranded Marketer or its Dealers and toClaims. arising as a result of or in connection with any actions o omissions of any Indemnified Party, provided, however, that Unbranded Marketer is not obligated to indemnify any Indemnified Party for any Claim which, as shown by final udgrnent or settlement greement to which the Indemnified Party is a party, results from TG Rs breach of its warranties hereunder, the Indemnified Partys gross negligence or willful misconduct, or the Indemnified Part 's negligent actions or ernssipns if such negligent actions or omissions exceed on a comparative basis the combined negligent actions or omissions of the unbranded larketer, b. Promptly after receiving notice, Unbranded Marketer shall investigate, respond to and defend all Claims asserted against any Indemnified Par Including, wfthdut limitation, Claims alleging the Indemnified Party s: breach of warranty, negligence or misconduct. Initially, unbranded Marketer shall bear the sole expense of such defense including, Without limitation, attorneys' fees, Court costs and costs of investigation and defense. Thereafter, CITGO shall reimburse Unbranded Marketer for the allocable amount of the defense expenses which represents the portion of the total liability found by final judgment or settlement agreement to which the Indemnified Party is a paw' to he due to the breach of warranty, grass negligence orvw'llflul misconduct of the Indemnified Part, provided that the TR 12503 - Exhibit 1 (MacMillan Proposal) Docuaign Einvelope ID: 572I` ODC6-85 4-43DS-BD4F- DO2 3E , Indemnified Party's negligent actions or omissions are greater than the negligent actions or omissions of Unbranded Marketer, C. Unbranded Marketer's indemnity is effective to the maximum extent permitted by applicable law. If any court of competent jurisdiction determines that this indemnity provision exceeds in any way the indemnity permitted by applicable law, this indemnity should be construed, interpreted and enforced to preserve the a. imurn permissible indemnity: d, The insurance requirements of Paragraph 16 do not limitor restrict in any way Unbranded Marketer's indemnification obligations under this paragraph. Without limiting the generality of the foregoing, Unbranded Marketer's indemnification obligations under this paragraph are not limited to the scope or amount of insurance required or obtained under Paragraph 16. e.: Unbranded Marketers obligations under this paragraph survive termination or non -renewal of this Agreement 16. INSURANCE. a. The following insurance shall be obtained and maintained in force, which CITGO specifies from time to time during the terra of this Agreement. lT O's m nimum insurance requirements shall include: i. Commercial General liability Insurance, Occurrence Form, or the equivalent, covering (1) premises operations, O completed operations and product liability, and (3) contractual liability, all with a minimum combined single limit of $5,000,000 each occurrence for Bodily Injury and Property Carnage including Personal Injury. i. Business Auto Insurance covering all owned, hired or pthe ise operated non -owned vehicles with ,a minimum combined single limit of $1,000.000 each occurrence for Bodi y Injury and Property Carnage. Notw4hstandin the above specified limits, should higher limits be required by the Motor Carrier Act of 1980 or other act or law governing the transportation or handling of products, Unbranded Marketer shall 'provide such increased limits. lit. Worker's Compensation Insurance nth statutory limits covering all of Unbranded Marketer's, employees in any jurisdiction in which such employees are located, Employer's Liability Insurance with inimum of 1,000,000 each occurrence. V. Property Insurance for any of C1 O's property its Unbranded Marketer's possession, vAth such Property Insurance covering full replacement cost and naming C1TGO as loss payee. b, CIT O shall provide- with go days' prior written notice of any changes In CITGOIS insurance requirements; 7 TR 12503 - Exhibit 1 (MacMillan Proposal) ocuSi n Envelope i . 72FDM t74-43a 4 -34O2� E :2 c.: At the time of execution of this Agreement and during the term of i Agreement, CITGO may request a certificate of insurance ("Certificate") or insurance policy ("Policy') in form and substance acceptable to CITGO e id ncing compliance with iTG 's insurance requirements.. iTG 's. failure to demand or receive any Certificate or Policy is not a waiver by CITGO of this requirement, In addition. CITGO shall be named as an additional insured 5a)1) and )v) above, and Unbranded Marketer shall require any insurer issuing a policy or otherwise providing coverage hereunder, whether held or obtained by Unbranded Marketer or its subcontractor and whether or not: required by this Agreement, expressly waive any right to subrogation against CITGO or recovery from any amount which CITGO may recover from Unbranded Marketer or its subcontractor, or any ether party, covered or uninsured or which Unbranded marketer or its subcontractor may, recover from any other party, covered or uninsured, except for lT's sole negligence. as CITGO may assign this Agreement and any or all of its rights, duties, obligations and liabilities under this Agreement,, in whole or in part, to any third art .. b. This Agreement may not be assigned by Unbranded Marketer except with GITG 's prior written consent, In the event more than thirty -hive percent 36%) of the ownership interest of Unbranded Marketer's business is sold, transferred, or otherwise disposed of, Unbranded Marketer must notify CITGO thirty 30days prior to the transfer of any such ownership interest in Unbranded Mareterfs 6 business.. , RELATIONSHIP of THE PARTIES. Unbranded Marketer is an independent rector£ and ClTG shall not have any authority, actual control, , supervision, or direction over any aspect of Unbranded Marketer's business or operations includin r Without limitation, the price at which unbranded Marketer resells Products, This Agreement does rnot establish and relationship of partnership., joint venture, employment or agency between CITGO and Unbranded Marlketeu, nor does this Agreement establish lTG 's contractual right to control Unbranded Marketer., Unbranded Marketer may not act as an agent or employee of CITGG, or make any commitments or incur any expense of obligation on behalf of CITGO, unless expressly authorized in writing by CITGO. g. COMP ANCE WITH OTHER G EI E TS, unbranded Marketer shall comply py with all other, agreements between Unbranded Marketer and CITGO. oa NOTICES. All not -ices and other communications under thlrs Agreement, unless Otherwise provided: must be in writing and must be delivered by certified or registered, g red rnak, postage prepaid, and properly addressed to CITGO, Attention; CITGO Contracts Department, 1293 Eldridge Parkway, Houston, TX 77077 and Unbranded Marketer at their respective addresses shown above,. All notices and other communications effective upon deposit in the mail, postage prepaid. Either party- may change its address from time to time by written notice to the other. TR 12543 - Exhibit 1 (MacMillan Proposal) Docu5 gin Enveiope ID, 672FDDG5-8574 43D8-BD4-34DO2A63 D2 . GENERAL PROVISIONS. This Agreement. shall bind the executors, administrators, personal representatives, assigns and 'successors of the respective parties. The night of ether party to require strict performance by the other party hereunder shall not b affected by any previous waiver, forbearance or course of Baling. No delay or omission of CITGO in exercising or enforcing any right or power accreting upon any breach of this Agreement by Unbranded Marketer shall impair any such right or poorer, or shall b construed to be a waiver of any breach of this Agreement, or any acquiescence therein. All notices hereunder shall be deemed to have been sufficiently given if and when presented or mailed by certified mail to the parties at the addresses above or such other addresses as may be furnished to the other in writing by certified snail. All understandings and agreements relating to the subject ratter hereof either verbal or written, except Insofar- as incorporated in this Agreement, are hereby canceled and withdrawn,, CITCO has made no promises, claims or representations to Unbranded Marketer which are not contained in this Agreement. This Agreement constitutes the entire agreement of the parties with respect to the subject matter hereof and may be altered only by writing signed by the parties hereto. This Agreement shall not be binding upon CITGO until it has been duly accepted by CITGO as evidenced by the signature of its authorized designee Commencement of dealing between the parties shall not be deemed a waiver of this requirement. This Agreement shall be g3ovemed by the lavers of the State of Texas, Unbranded Marketer consents to jurisdiction and venue in the state and federal courts located within Texas. The parties have executed this Agreement as of the date set forth on the first page of this Agreement. CIT C PETROLEUM CORPORATION MACMILLAN OIL COMPANYof F ��+v: Bye:Bye:4.4 D.. "s Print Larne: Andy Des j arl a s Titles.,, Region manager commerdial sales M Print Name: Amend O Al on so Title: President TR 12503 - Exhibit 1 (MacMillan Proposal) PETROLEUM PRODUCT ftum A ye. in. W Wft% 'I .04.� ___ Tilits PETROLEUM P110011-1- AGREE-81EN'T (UNBRANDFj)) (411A(*K � U-N411TRU) [XIS M AND HVTWVEX M-AC.M.11,11AS 011, ("BO'Cir) AND VALER0 Mu-KETI.NG. A.\:.I) S1T?PLVC0,MPA,XV ("SELLER"). SELLER AGREES TO SELL AND DFLINT.VrIlE FOLLOUING PRODUCT(S) IN ACC0k1).A.,*S(-4 %1*J-fjj I-IIFO- TERNIS AN'D PROIISION.S HEREOF TO BUYER A\D BVVER AGREES To PURCHASE A\D ALCE111.1t TOP, FOL1.0NAINC; III OK111-) IN ACCORDANCE WITH THE TERMS AND PROV1910\NS HEREOF, THIS ACRkT,..**IV.\T IN EXki..SS%.,V CONDITIONAL UPON FUNER SAI'Isvyj'�\-G Sr RE01-14-CMUNTS. TIK! PARTH.-S MAY ENEI-E ACR1KF.NtF.,N.*i,: IN A11,41.11PLE COUNTERPARTSt f�Arjj ova. willcif cox-S1.1-rul-ESS AN OkIGINALs AND ALL OF Col-LEC11VELY.1 CONSTIIIA-F., MIXONY, ACRE ENVENT.. Tiff, SICNATCRES ()F..kl,L or "J"Hj; I'ARTIES Nfor"D %*0T APPEAR ON THE SAME COUVIDIPART, AXj) EX�XVTCD COLISXTKRPARTSIGNATURE I�AGJ; UV FACSINMILE OR POF IS AS AS EXEC-t-1-UNG AND DCLI CR'S V G V . THIS jkCk EE SIFIN'T IN T"r PRBENCE 011, 1111F, OTH CH PA Wrl F.'STO I'll I S AG R FTN I ENT. L) AGRFED To () A CVL F VE 0 A N N DECEN I t.9 16t 2013, OCY"Ut-4 NIACM11TAK011- A-n,Nl- AMA NCIO ALONW 20955. E, I I" AV1,'N(JJ HIAU'Afl, FL 33013 FACSIMILE., (30.5) 693-11880 BY: C PRINT NAME,* AKAKICIOALONSO Tj �1*ui Owwl SPErIA11, PROVI$10N'So v VAIXRO ?KNRKETCX0G AND SUPPLY C408 t PA 0; N' ATTN: AMANDA HUINMANN. SAT.1^1.�* MANNAG131k V 0. BOX 696wo SAN ANTONIO,, TX 78269-60,00 BY: FAINI N7 Tau,: VP,, ---------- - --- - SE,P)l MARATFA VV*t1,00lYS*AJ.V -MAKU"fIXG C01,041178.1ENT -1-o rVRCIIASC 141C AGMEGA"rK CALLON'S OV PROM CT(S) SUALL -AITIJEM . 0 N 01TR Tifr. PFRIOD OF 111118 AGREE-MUNJ SET FortTIf IN'.5"EC710 3 L NI tMADC A PART11EREOF t ESIGNA I Ex'1101TA A11*AC*JJED 111ERCUO A' Tfs *n E N10\1*14I.VRATAIII.F, VOLUMES THAT C0!*4'S'1TrVM THE ACGREGATE GALLONN. PER PA()v1110*.1 2. Paymte Terms.- Paymem due 10 daY(s) frOm date Of bill of lading, 4 3. Period, Jan Uar)-01.01*014-December 3.l,:!014. Retabilitytobewoekly. Page f of,4 par-#$ Memo I 'M 4.1CM011,111 oil - ottA Owl NVIIA.VS &-ties Vve me Aw,jkvs TR 12503 - Exhibit 1 (MacMillan Proposal) ., 01her a art . spe ricttion 6. Qt nttty dlunte. 1 Wault sx bole*- 9. Ttrms & Conditions: 10, Allocution:: Volume deterrolned solely by terminal net bill of lading. Taxes W fees ,tre nevi included in the PnceM and shalt be billed as a scpmte line item. Buyer shall pad' to Seller on demand amounts equivalent to any and all t xes, dutiles, ch ncs, and fe+cs, and any, and all increases thereon wh*ch are now or hereafter imposed; directly or 'Indirectly, on., apinst., it) respect oL or messured by the Product(s). or any material contained 'in the Product(s)k o the inspection, production-, manufacture, sale, purcime. storage. transpEorlation,, delivery. or offier hendfing of the produci(s) or material contained in the Product(s), or an): feature thereof. or othenvise retating to this A ree~rr em. The pages specifically agree that the preceding sentence shall apply regardless or any other terms or condition contained herein or any other agreement between the parties. Per Seller specifications. Buyer shall purchase bmwen % and l 10% of Monthly Gallons per each Delivery Paint. Liltings to be ratable over period set forth in Section 3. This Agreement mity be ler inated by either party boon thirty (30) days: written not ce for a material failure to comply With the ter s and conditions of this Agrecment, specifically nclttdln& but not l tinhe d to, the failure to comply with any part of the Section 6,Quantity/Volume above. Any notice. request or other communication MqUired or petnnitted by or pertaining to this Agreement shall be in writing and addressed as listed above; n o notice, request, or other corn uni+cat o shell be delivered by (i) prepaid certified mail or by a nationally recognized courier or messenger service u th confirmed deliveiry, in wl ich ease it sl fi be ttocnie d served as of the torte of receipt, (ii) personal service upon Royer or an atetltdrized b eer oar manager of Seller, in which prase it shall be deemed seared w of the date of receipt;' or (Hit) fats toile or other electronic communication system used by Buyer or Seller* in wh'Ith case A t shall be deemed served as of the date of transmission provided the transmission is made during the ire elivin patty's nonnal business hors or upon the nett 'business day, �wliil cheycr is earlier. The then -current "Valero Marketing And SupplyCompany's Gelleral Terms And Conditions For Petrioleum Product Purchase& slee4 ail hereby incorporated and farm a pan of this Agreement, Seller, in its sole discretion, may, decide to allocate or l riiit quantities of Product available for sale. In the event of allocation or :limitation of Product by Seller., Seller shall exe€cise reasonable erforts to ensure buyers witl,i required purchase contracts rece ve allocations of dw Product that buyer has purchased on a regular- bads: before rxxt guaranteed quantity purchase customers and new Customers, Seller will make reasotmble business efl`otts to allocate fairy. Pop .1 of's Pago TR 12503 - Exhibit 1 (MacMillan Proposal) O 0 ver Lifting* Seller reserves the right. ate( notice to Suet ("Overlift Notice"),, to impose all 'oerj*tl charge" pa poon ror tao gation or Product, as sped ried above.. purchased by Buyer that exceeds the appli"Cable Monthly Gallons set fonh above, For the month oti w1ilich Bu a lifts Product 4 Y I during a period in whI0 Seller'S Overlift Nolike is 'in effect ("Llifting Month"), the "Over :L iffift Volume" of Product by supply locate shall be determined by subtracting the applicable Monthly Gaflons by the Over Lifting Volume for the month Penod in W111th Seller's Overlift i i Notice Is in effittt. For purpose of calculat, Ing the OverlIA Charge, the applicable Over LIM)% Volume shall be rounded tip to the next number: divisible by 10,000. Alternatively, if spec -I ified in the O� ?401,ice or the Ptict above, Seller May 'impos-e. the Over) t ClIatSe on a 436� baS is or weekly basis as specified, Meaning that the Overfift Charge must paid for each gallon of Product purchased by Buyer that exceed:: 1) a daily ratable volume aller it Speeir fieddl), or 2) a weekly ralable volume after a specified %veek. Buyer agreft to pay the 0 , verb ft Charge, jr ituposed by Seller., 11t, Overlift Charge shall be in addition to the purchase price for the products and any other charges, fees or amounts I owed b): Buyer under the Agreeownt, W 2 UL..der Lifting: If the Monthly Gallons for such. Product -fall belo%v 111C 90% "11,01111111n of Monthly ve Gallons per each Del' Yy tit, at Seller's discretioti, the Mojjtjjlk� (MllonSL fot each Product tray be reduced by the: shW.eel a.monot thereal.1--cr by %%mitten t oticeSeller, the shorted amount will be SU.Nect to an und I I penalty of $0 per gallon of Product ("Underliji Chsrge")�. and or Seller njay terillilvate, lilt purchase and saps bl-* , Igotions of Buyer and Seller under tills Agreement At the spm1fic jocition, Boyer a9tee-S to pay! the Underlift Charge, if impostd by Seller. The Underj*rt Charge shall be In addition to the purchasc price for the ptoducts and any Other Charges, fees or aillounts owed by Buycr under the Agreement, Pave,, TR 12503 - Exhibit 1 (MacMillan Proposal) EXHIBIT TO PETROLEUMPRODUCT PI)RCHASESISA LEA AGREEMENT pq.c of P g MWA At w k3sel &*k sa •at ti°$$ . # TR 12503 - Exhibit 1 (MacMillan Proposal) Vol IYj � TR 12503 - Exhibit 1 (MacMillan Proposal) Ths is a Guaranteed: (y Agmement dwed.Aprkl 20.. o i Ma thou elr• - Company L11 iM le parawshilp with offiocs to 339 South Maito SuveL ' o N � Ohio Oil Comp=y of FlOnidaa cmaebouss olnr with o�I s at 2955 East I I Street, �i Wva, F11 orida 3 30 3 : , a and . � art t offs t � gs: , - , " r t 3�shall mean. gw. h , so of n ist� t s of -all � . 03e : et � o rj t � T �t� ��� � i � .o ice . ai' r� �r� � � ° � �'� � �� � � # R� shall er to the a 44 Rkshall mego 5 calendar ;s ip a Mont:' bcsinnins,the f1m N: of the Moot . The lat -Day 'Periodto Mouth rnusA rind ors the I&M cakndar day of the MoiAh and can t>e shorter or longer thon 5 days deWading on the amount of days to tht. Month t Ttram The iniltial tem of this Agreement is ftom Jul 1, 2012 to Junt SO.., 2013,inclusive, Th's A mement shall autow.w1cally mnew the 144 term or any subsequent om-year renew I tom, In no 'Instance shatithis Avon ottt a During cach Month. Macmfta t "11 purebw IWKthe Monthly} Volumes of cacct at the mociated TermiTal as show to the l .. O � -: :p .:. i�.. Oil.shall purchase the S.-Day Vo s o� h Product t � tT . �� bithe k _ C thall not, guaranitety MwMiusn 01Ps pumbast, o r than i o o the -Day Vol times t t ) in DOS :� i� � s over t t_4 of Ow 3,*Day. Volumes A01 not t�� � tic t :o oil ti t ion to 'lurch thtines.. the event the. Y :'. i t t; :� t t tip t is �: ,. � � � :: �� �� � � ��. : � � MPC Regional Offict in *WnIm': ` : . t o � s. ri,or to Teo _MP Regional f sw f4ss ti t ate itt " ' & of the additional volume reqt t mutually aWee,, shjitll amend the volunia in the table so foft Wow err-fsiiR-.3'aferR F .rw i� aearxeseox°rr x�y•aaea��o+�.■on.r 1 � 00; . ro . t s the � act hos .:e& r s of the R. "� Fh. hoc r sY , o h n ends_ • that me)�r st the °r to tin h fh . . a y i I limited mid Mai. a . � s the -right l* : t II s rot °� s t that his tot `;nto 4 tortious, or a breach of contwt... wild its sod invoice.MacMillatt. Ott on s: monthly basis an underliffing.. f4ce 0M030 o f ° s lift the Mm� m � of Cacti prt-wt al. o t T �: the � . : at.3 M C'Within 15 4AYS-after mceipt of*e ins jioe for any applicablton r t to - Ch&rptl by M PC., No fstijurc. : . tr Imply and _ xi.i: or �tr is t i t mould otttl o � v M ph s o t o WA fft:ri s sr $ -t o �r t r r ftom sl rfin its t herein through estop�:s r to r logy t � ` this t s written notice. if, for spy o fiye months, M40401so 011 -Wfls to purchan the MonthKr `o the associated e in do .x ` J t l o ft ""t M ll' o, t the o tent losistically feiht t0i. Prods atanothtf MP(,*. T fit.: 6. atop : PRODUCT SALES TERMS ARE PART OF THIS AGREEMCNT,t t Pmduct :" Crms t� is t t t, I h - : et t two o al count Mire ll � ° t the sight- to iso lose the o�ttto� cooed herein � �t m . o r �t� o C" with � to ' 3 otvtr the tams 4jn con�o� co fi � and an) o t r� disclosure� � rt. o t t s art o ant is � rt y; I its Gtatral Tit; i TR 12503 - Exhibit 1 (MacMillan Proposal) Otvv; I ON I k1l 0) PROMT, SAW TIRMIS t 7*w pply to amy, 41=mcm to which 1k. am &IIA, *d, ;ri *Wh, thq- am morporawd b� tt JK% it . t Thw j& ft� JtM "PA4 rtr fft� PC" - to � W ft* Ums in 00=** rdiri�d to beloix a tht "As-ferm-W, Aw (:W"ww 0 (�-Sdler) uWr tht: Arremot to 11t. buy-cr identific4 10 tk Apftmml rRov") to CM setiv Ufft:_ -if St1wr do" NX "cot ilt 41"ftnt Own 4duc, I mow g latg pa" NIOVS-T LIST 110YOe"t, payrm%t wms src su Jw i mAt ftw� wt, WERW IN fR.'i'LL SMIXMi OF A VORTE6 Al cxwed ft mAa*WM aft"O 4010WO bv Jav P N M VNTS TUIN st, SEW $I CERTWIEDAW11, 4iWOS RWEWT RXQUI M,E w'"' %V"CROAL OWDIT MAS,40rk MAR,4TO 'V LIK $3,9 ON MTROLEUP t f WAN', ,SOJ*7*ff MA14NSMELT. FTNVLAY�1� 0"10 45m. sdiet buy Sm off ww%mis Owd by Buy H it to 0 x subsido"a OtOffiligO *glarat Am&At,� Owt4 by it 10 P*tr a.& Stilt, kvicS, Md �Oftf 4�%U#tjl J.*'hVjhCt jMPQ Nd. PTOmsin& uw, Van$ jM., MtM v** thmuo a TWOUft"Kn't Ot'vict'"capt or �Covsy, �rw O*r*;41v 11"06" M1011"I to PkOvm tv thm mw Owtrio* C* rit4swat: "Aw c X-MP140t to th i* Obitz wian am Uxts talkd on stikt's nm 3: twivery. At . i stics Aall t4c F',0,0, ft �--Shir, jiom"'� JOW100 $WW in -I*.- A Mt, UnJOS: the Apmrnmt cl"dy fw TitIC. % W fit fmM4,* 10C*100 4%. PT960 the im1poll UU4 w. 1"m *ki Unst. i?�rsc p0m,"CA1 host wmtAiom *r i St SO4 ti$k Of I= illAll pwio, naw Saw nt Cf*p Ott haw A* and rA of 6.s st de T` Ws mi bc Amtod tw,* qoq�m Of tXPOMes: MMA 80yet. Ulk!r SW I haft m obli.g.'stjoa tD kh-w ftodtia t* "Shill fmlmll� *Xmko w1k* OU)Tf, ib WMS�. and, Uft*'m UVC towltd. fift', &�w im in ,ownpi W" w". 40�. govm1" *"*a to the. , *Shtp (mv" )O_C*Wm;;. *jjVay_ j$ f.- tjW4 -ftp V' 44$jj"$j" kA ft A ft .0 4W.rj$j' -or $S_ Pmdw posm w #wJW 0904 fl"z bwV pmwwp* fouw- wow"i0ft t* - i 1 $40 to a Wmu"*m "OV. wbat bom"I I *nd SUW( jV4 %jj fW Wtft 0 "Aw," ft"', 01r, Al* b Ot "C"Wat 01, t)w vlwkav� 8 .4%% Std VK "W Sul ply Ow k C 00811,61y mod to A, I(NA"OlOo shot ht isawmi ftI-d 00: Ofor of tftknom) CwibrmwMeten V =-jrA.j LW* it saiii:, 10 _,W, y .-TA ii 0 * I t A 5 T M i h tA V�ftl"U bo umW OdmlftkF� may w Eaw pwny my 0411 bc .041wito CUS impod quw# Amd 40-4.u. L: t;� ddc"�qwd by a 6"'048ttftO Oos"W patrol"m 'k, - or hall be. shmw 4C*A1fy,: tw iiwiu" scivi I m Shelf bt by.. "o)miat MM #U CWnM $Wj� WMPIV Wjd% 1& 1$, to t6t wo, twivwy t S. Cov*U10 a -Witk, Laws, Ou-vw its ad stondwds 00": m"t UK jWt tW..,W..Otr Mir Ow -6 to twiv"Ied to A"Id .:. VP Ow w"Id f)e w .14wwd" of vs� � W thal "ift. - y Wd� ft sm.l. sow* Ow"m%m: frm ift 11k*400radi O"Ohm -is tb;v 0 - A.0d. IkAw &OW, ho R=Vcd M*Ovg sxkv 000- S*M.:Nw L **a *w intommW6 to C". *Ymi m", w wr,-&,.. 4W, vuom%m�.- i"::m**v **m to brow ww th4t 'I No tow title- to W-ArM*C Sditr VOWMts " Pmdudii AA MOO Ofti, Ow- iq*'�q*tc .%dltr- -AAS14110 a VIC Or Kwa I OlVfR: 't M IMPLIED : . 14alucft, tug, ot 40 %ml THIS WARXA At"'t, INCUIOUNG TH: old r ,JAR RPMfo U41tr 4W, a �[U 00#M Ow ih eta (iml Cis '11 ~t be in "iting.. qWWy.Cj&- r#,i Vwt ft- �Imu A 4d"VIV: or *KftO4q-, Ow oil 00W "SU 414M jht C* V -vv, And 1�`, .6pw awd #at To.. Wivoted to 0 . f`)j$ (ft BUY MT it SAW ­3T -NV V", THIS J4(;1w11:14V*TOlk'TH1:,.i 0 VU14M­9E BROW"Ir or ONIV'WAR AFMA THIF rAVU OF Atn ACCXVVS,-� it r pito Mo NOR A" I.I.AlkiffrV. Oft 10TOVAWISE) EXCEED THE P1*CjWF, ICE F j!'jjr t)�J� IT WA RICiJift NEGIA :v.cr T CON 'm G PRO *VA ?t-;N;1T1vU vS,`0OUN.1,i%L CO'NUOVEN V ffit's'" OF SV" DAMAGES. P".. to USe.'., Oft.t XM­ Otilty Or fatfat F4 A th w is Cr :*.,C 'O"'Ok O)MML (W J*: fft-... C44P.1%10 190*46". mko vrv"kw, str&t a tobw "Puwt *"w Odiji(W40ow-t aw mm. with en -a dfspWr_* or Wk mi *aim w. 4M invoht it iA wor- in 0*40)" Otft A Job Pm .01, fpmml, % .4 1W 91.14114" 00*00m, i9two S" at a" is inve (46m �ft Maw -Y -0 Ww tumwmt (whodw e0*000 000, sol*r ft ""IY w"O" *U: of O*m in SW tow M." "*hw Odw.vr*mW by�- SOO. 1.1" todeftelty. "I i0d.omq and 4creod SOW wW t ;X11% *44iam a4y jcas� churn, bablittv, (Squat at OJIVOCO.. rift. or or $V4jA ijabihO, or, or m-Co"nectim SAY OU t!�mor any 00 *14& R:WWL OtWr fjytr or Othen. Oft, t � . I Ox <)t O)c 44"Sc, in coui I'Mdo?A .*jjXAjft K jjC m by tWjd-vw� rAiow, salka MY. nka to $14mtey wwd nwv vokmr into WtWemcal *40m aftwwo thts Oblisason CL. .0ift0h, S9110-vay imime "A im of &rtkuh i ln*"m. in the evem of a by Rvw -which Isom ta"d 1* 10& wm� 1010404W *4 Asra�tw' 101 MCC (m.d _OUyO.,$hA I h#Vt JW_ f*M tO.Cige;) irt fj _y$ SAW, " stwt any Afto"t w Vow ft pwis of's oft kwume dati'm wow. bdow I* iil*� W, Urm "t:: i$ iridftft to any Obtr mw* the m q. te iv -WVh 14 Pr .1 be, fmf" the v -S jk, b: W for, Apy WU4 00.1 wit a 19 Ul,&CIOG Od Miami filing rom, . Oam AAA Sdw D" *t.ft and any os,�& it UO& %4*,y with lcgwd to thr Ptodwa5, ftyff *�hW Otwst (N Tlwsslt of Pmdoc ts to OUN,,tr. SnO the AtrmmaL� OW1 bt $onvmd b� ()hlo Jsw. cxcludl AM Qft ht Wt Ut Pw*"- 6. 2, $,7 6. 11. md 13 abo"m lhah survivo iormtrAtion eill�� Agrocom �y Of thy p*d of 0 Avomtot.4jal tO Ofttcl 114C vV44yor tnfomepbgft� Of it$ fmairting of &kp" t*y W) Tht ASmomm. Alft 4. 1 , _W any b* any amp" amsiso�.: (w &ftalma b� Boyer AW! be V*W,. (F) No 4 Im Ift md idrjMjftSzmb y ccoifiod voij mm recoqu n4pnxftid by a Agio"al milict wvIce w kr "dM$*d As "Oft k A Aptmot shot) W av=r" of the pomes wo mspeo to iu � �.211 TR 12503 - Exhibit 1 (MacMillan Proposal) AUMNOMMIMMft rwnw« Marathon Petroleum. Company LP 3475 Corporate Way Suite Duluth, GA 30096. Telephone 678`'47 4-1214 Mf� FAX l '7Y/497~8 r 97 April 4,2014 To Whom It May Concern, Please consider this to he formal confirmation that MACMILLAN OIL COMPANY of FL INC is a current, active customer of Marathon. Petroleum Company LP Nkth access to MPC product at the following terminals-, Marathon Tampa, Marathon Ft. Lauderdale Eisenhower, Marathon Pt. Lauderdale :... Spangler, Marathon Jacksonville,, Kinder Morgan - Taft. Sincerely,,, V Audra Singer Tem'tory manager TR 12503 - Exhibit I (MacMillan Proposal) r% A MOW_ Woft, 000&AL a 2 AF MIA M1 N. G S EVERYTHINC UNDFR THE SUN DATE.,, N4ARCH 4.12014 MQ!!�-EST FOR P.&O—PO&ALS ALI-, LNTERESTED PART111',S: RFP NO. 14-A-035 The CILLty of Coral Springs, Florida, hereinaafte:" referred to as CITY W"11 r0ce'vc sealed -the 'n aty Hall Proposals at the office of - Purchasl Ira-strator I g Adm' 955*1 West Sample, Road, Coral Sprhios, Florida 3 3065,0 for fumishing the services descr'lbed below-, T "LEADED GASOLINE & DIESEL FUEL FOR. SOUTEA ST,FLORIDA G 'ERNMENTAL PURCHARNG COOPERATIVE GROU? Sealed Proposals niust be- received and time stamped in by the Purchasm'g Adin-inistrator., either bv Mail or hand delivery-, no latcr than 2:00 pm. local time on 'wed nes4ay�.....April 26 14. A public opening will take place at or before 2,15 prn.., in Co S.S' the C)� "I'v Mm 1011 Chambers located at City fla ll on -thersarne date.. Any Propo%ds rece'ved of local time on said date Will not be accepted under =1 clrc=stanct. Any Uncertainty tegarding the 1.1inle a Proposal I'S rece' ive i I - the Offeror, d Av'*'11 be reso']N ed -ga'n st A Pre -Pr osa nference Nvole held on'Th tsdaN%. March 203 20j4, gkt Broward �Countv Port Ever&Wes �D�p -a til eiA., 850 E der Drive Room 301 fit. Lauderdale,, FL 33316. ' h P hhire* al Conference to discuss the Is me is of this Request forPr saj� and: Offe. ror's inqui.nes. Proposals are subject to the attached. Standard 'Fenns and Conditions cantained in the. InWuctiom to Offerors. CITY reserves the right to reject any or all Proposats, to wahre any informalities or itregulantics in any Proposals recelvcd, to re -advertise for Pro posafis, to award. -in whole or in part to one or more offerors, or take tuiy other such act -tons that may be deemed to be in the bicst interests off' he CITY., Angelo Salomone , Purobasing Administrator MY OF CORA SPRINGs, FLORIDA # FINANCIAL SERVICES DEPARTMENT * PURCHASING 01MION 9551 W, Sample Rood # word; Springs, FL 3-3065 * Coralspr�,,qgs.oro PhOnO 954-344 -1100 0. fox 954-344-1186 nge I of 8 TR 12503 - Exhibit 1 (MacMillan Proposal) �${��2"'S{g', 3' @a�•3 k;i: k' ��Y� h '� } ^F t fob io« #006 k' • tr.$ 3§a.: '.ir '7 ia.. f"'3:Ck '�i . , #:: ' 3' # ''>< • �k Qp> TO OUR PROSPECTIVE CONTRACTORS, - The attached Invitation for Bid or Request for Proposal represents a coopcArattve Procurement t or thei Southeast Florida Gover mental Purchasing Cooperative For the past several year; ap ro iMaj. l - Sort -three 4l) goveroment entities have participated firs C o , r l a i in Southeast Florida,. e Sou 'heist Flor.da Giuvernmental Purchasing Coop L"�j �Vcwas r I rmc Ii an pro -vi�c o t and co i avoldanccs to 8 1 enfitle'I)vtl izg the buyIng owcr ofcombl*o-te requirernen� fi r common, basic to-R The Goverment Agencies partitpt in this part . ter. irk locations are listed in the arched document vLQ t�e st era Goeo.rocureeri i�r : All quest -ions concerning is procurement should a addressed t the to uir� �, � agency, erair�atter referred t the lead agency', All responses are to returned in aere ;it1" the trctins contained the attached ocur er t. � rdif i ulty wit participating� rct refer'eased � this award must be brought to the ;attention the lead agency, Each rrvlc'i at�rrg !DoVrernmental entity i`it. -be responsible for awarding.i. the contract. i s � it q. own purchase orders, and for order placemer4:: Each entity will m ire separate billings, b ray i , �. p�r�s.te for payment to the `ontraelcr(s) awarcled this contract, and issue its Own tag exemption rt"(mates as required the Contractor; The C tr�acti r ;as order terms f eachentitywill :prevail for the 1 i1 €fit a tinyentity.. Inv. 'In instructions, s ctions, delivery l t' are i u�r n� requirements III a r nce with the respective age-ney reure-eats; n. reference iin the documents to a single entity or location will.,infactT_ be Understood as referring t all par ti tPating rentities. referenced in the documents and cover letter. r iess spec' call rot otherwise. y The awarded Contract r s shal.1 bere�sptlnsiblafor advising the lead ag.enc-y of t cs "* who fail to place orders as a result of this award ran the contract period. pa-rtici a is Tht. Contractoqsa t jurnish_ th t Lead Agency a detailed Summary f Sales se1 "halt a contract p ag a :1� the Shalt �a�l t o trash m -r(s) coa.r l namw� the tote of jeac. � p period p ' �t� .a� �t� tit r�l�.' +�r� � ir�a� ��� _ MUci alities and othp-i' iii.{vorf YY.i oroz$ kikt: R4^jft .iws.N'i'°4. it .,4. '-. ,ga r.wm.,Aiv. r_rr�.... --..0 11. .»ew. �wwwv..aw .� V*-3\yp ace .. .. .�:.�:.,....� ' award. However ether Southeast Florida � ��r �er�� � Purchasing �suttir� l�r�rn t�: r r: Cooperative,� _ ., _members may parficipate in their contract for Usage, during, the COntract term, Or i any contract eension terms, if approved b �c the lead aey, New Southeast Florida Governmental Purchasing. . Cooperativemembers may participate in any contract on acceptance and a royal b tb lead agency: pp e None of the parti�'Patj:ng governmental entities Khali be deemed or construe to be a pay to are contract executed by and between any other governmental entity and theContractor(s) 's a result of this procurement action, Page , of 8 TR 12503 - Exhibit 1 (MacMillan Proposal) 1, PARTICIPATING AGLNICIES ency Narne a - 'B�Oward o Can-tv 2 Boca Raton, City of 3 Coconut Crock", City Of 4 j 00P I , Crof Coral sprt'lgs' C' of 6 Danj'a Beach. City o 7 1 Davies Town of 8 Deerfield Beach, C' of 9 1' Ft. Lauderdale, Cipy of 10 Green Aces, FL 11 Hallandtile. 13eacK, Cit), of 12 Hollywood, C ity of 13 Lauderdale 1.,akes, City- of, 14 Lauderhill, 04y of - - --------- 15 MaT-ate, City of ------------- 17 1 Miam"Garden I I I . s3, City of Miramar,, City of 19r N Kaffliiql` Of 20 NoTth Palm Beach, Village of Pahn Beach, Town of 21 22 Ninbroke Park�, Town of .1 40; 23 Pembroke Pinesv (14ty of i 24. 1 Pompano Beach, City of 2.,5 1 Riviera Beach, City of + 4� 26 School Board, Broward Cty Address C-On.tact Pemon 115 S Andrews Ave, Suite 2 M YL 4 _ 1-,— -133ho un 20Uu*derdftlft, 1 W. oPkRd, '. LYnne, Piper, Uoc4 Raton, FL 33432 4900 W Copan — -- -------- Coconut Creek, FL 33063 ... Serneraro P. 0 .BOX0 Kezi Anne, Cooper City., FL 33329 418'1 NW 121 Ave ( Oral S r n,s,. FL: 33065 100 W* * Dam Hgach Blvd Tania Stevons INnia. Bea6h, F1, 33004 16591 Orange Dr Herb Hyman 4_:1)avje8 -Fl, 33,314 T- 401 SVV4 Sc Da "d Santue7cf. Deerfield. Be L 3"3441 I on N., mdrews Ave. AnnDebra Diaz Ft, Lauderdal .13301 5800 mejaleuca Ive - ----- -'T1�011i� NA . ve. . ry Gteen FL 400 S Frtltral 1-ligh WaY, Andrea Lues. Hallandale Beach, FL, 33009 2600 Hollywood R)vd. lanSuperville Hollynods FL 3463: NW 43 Ave.. P-Obin Soodeen 1,ALdtTd21'e Lakes, FL. 33z 19 3800 Lnverar*, a . N& N14ike l-,aDC, R',qt Lau dcrbill,FL 31,319 111�90 Margate Blvd SPencer MA'' ate, FL 33063 44 4 -S'tA' 2" Ave4 FIT. Terry Byrnes to FL 13130 15 1.5 N%t 167 Sal, Bldg, 76 am pson Sulle. 400 1� Mimu G4rd FL "1 "4, 1 9 13900 Pembroke 1U. AhCia Ayurrs. Miramar, FL 33027 776 "N*E N Miamil FL, 3" 31161 1 'CTenshaw- Johnson 6,45 Prospenty Fums Road X, Suswme -- - ------- Crew$ Palm Beach, F1, 33408 951 Old Okeechobee Rd, - -- -- Lynda West Palm iseach, F 3301 C: 3SW 52'Ave... 'Todd Larson I -Pembroke FL 33023 13975 ftmbtoke Rd Christina Pembroke Pines, FL 33027 Sorensen H 90 NE Y'4 Mt.. Bldg. C Otts 110mas Poru o Beach, FL '313060 v-2-391 A en ue L Vierre Wilson Rivitra Beach FL 33404 7720 W Oakland Park Blvd. #123 ..... Mark Atari Sutirlse FL 33351 Page 3 of 8 I Moot k 1954 357-6085 561393-7978 9-54 956-15:84 -- ----- - ---- -- 7' 954 4344300 RX .., 26-8 43-47345-220�5 954 924-6900 Ext. 3671 954 797-1,016 954 490-4390 954 828-5949 561% 642-2089 954 457,4332 9�4 921-3552 ------------- 954 5335-2758 954 730-2,966 9 9"*S 54 .41 305 400-5230 4-93 1 9 � 54 602-3121 305 991-10J5 '616 444 561.227-70 954 966460-0'] Ext. 238 9:54 704-1259 954-7864019� 56) 84 5-4 1 iQ -- - ----- ---- - 754 321-0507 TR 12503 - Exhibit 1 (MacMillan Proposal) � M rice am . r, r r :: contact PrIlsur) MOM � �...� .. . . 27 l ...avwh. : v.�.r...... ....,..wr..nw+rwwvnrvyro0pp0.w:.. l S t oo) Disri t. 'Palm e c. i Forest 41-Ilvd- i� i�p5p o est � 4 Base, �. }pOp}OOrplHnw�•. � .. }}} •.uNn.nw vsw.-:. ���.Hnyw.♦:.},:.ti.\."...iww.ww...mvwrvwnn•..nwwMwev.• M:r.A.✓.w •. ..+..Doti..:.. uowo�ic:•: � .w.;ee�neaea.:cot�.::: Sheri ffs Office,, Broward 201C I West Broward BNd 2 9Co Ft w unrl , C.jq of 1601 136 tft:Y k� r fix ;... .�,.�..... Bldg. A, St4te 101 Sunrise, FL Tamarac.,Cite or 77525 'ti w cb Keith Glatz 954 597-3567 T narac 33321 H westo ¢ city O Post'kmd Karl Thompson j 9543851.,26*00 David Ardacka. TS WI RK EIM-ENT-OFTHE ix Contract for diesel and unleaded gasoline productshave Access --to w v �:� wori ind have proven stable business p r .ti n.sk lncludin.g prrj`vlslons f6t delivery capabilitie-,, busine.4ss con-tu-voity ud SUI?plv to the padicipating agencies in Mergency itua III. —KO-P—E OF ISERVICES Aahimet " S c am � Requirements Attacb a "B" -- Locations, Agencies fuel jor a � :personnel. ions and contact The following elements show: be submitted W11-th the proposal at the. iproposal: �. Submi scion k Cover leer, . . covet letter signod by an. authorized representative The letter should preSent an overview of the Proposerss or he firrn. ganization and ill include the firmnarne, address, prmojpal. contact person for jhi.s r-O. a at address, phone w erg a. a.. number.,. w ' .,. b s r bf the � ' � ' ��({ {y and corporate aftiliations.B4; Qualificat' 1. .1 expenence of ProoW r for �i i . the t ro . s th e Spec-ifications and Requirements Ate. State. proposers capability provide thes to (Port Fverglades) and reflionaYnati-onal JeNrel. n a local Page. TR 12503 - Exhibit I (MacMillan Proposal) r 2. List of* representative current customers compamble in, size and scope to this RFP fot which the Proposer ts providing petroleum products. The JiSIt should include the name and addrcss. olf. each client's cornact person., p'j of th telephone and t'ax numbers, e-mall ad&vss and a genera i des�crj�I Oje existing business reIafionsbj',P.,L Personnel.-.. ldent.&, the proposed oontact persons and tele .oners r pl)e rjumb fo ordering services, for, invoicing questions, and other key, (customer ser personnel that will be assiped to this account. Addre,", bow Proposer will ensure 'Its contractual. bligati o i ion to Iffic Co -Op. Include an contractual obbg I atiDns to supply `UCI to 01ber entifirs that could affect the Co-Ops supply of fueL If Proposet is a fuel distributor (not a fuel terminal operator) also proxrlde proofoi monthly fuel. sale. oh es, including copies of any Letter of Intent or contractual agreements fth tperatots., Wi See Attaclunent "C" for mzestvd. format of response letter that would 'be subm"1t Al . ed. "th proposers re4pohse. 1F I It b1l"gation- ofthel -part"Cipating agencies,-, Descn*.be the re-q.uiren znts �pperatj - onal, 0 legal.., agree.mcnts, insurance, etc., for dellVery of petroletun, products. the. sale. and " C,opli'-es of an - and all requIred terms mid conditions., agreem ices, or Procedural descriptions should be. attached to the proposal r-esponse, Proposers shddescrj'be'ltidetal.1-a: rproduct volwnepurcl-ase-requ' nc.ntswhi`cb,%Nrou`d ire. jrAAA be required of gach_RA!Liri M Rgdn.g.,grenci� on a monthly basi F. Confingency plan of action, Firms should descn*be a plan of act 1*01ft to assu're product avalitabi'llity (IiUcluding requirements for addlitionai products, before and ,after an entergency situation), and avoid disruption of supply during any emergency situation (e..g. hurricants). Describe your storage and stribution logisfics plan to include but not be limited to. ownership or control of storage. facilities in. the Tri-County area, agrftweuts Or partntrships With fuel transportation providers to supplement existing detivery capabilities, reduadanrt communication capabilit,es., and emergency power generation. Availability of fuels at other terminals on a regional bastis should also be described '10 this plan of action submittal. Price Proposal., S-iubmit your signe'd. firm., fixed -e- PrOrosal for prov'd'ng al] PrW I I services., niaterWs, etc. required for sale of petroleum products as outlined on the proposal form with the prepo sW reVonse, H. Altemate.Proposals. 0 I I �V option is afforded. to all proposers to S1 bm't an alternate proposaJ, which excludes the provtszion of tm.sponat' 'On Services or the-petroleurn products, included in Ih]*s RFR 7,17ranspoTiati'On services would be the reSponsiblIAN,; of that participating agency, typically wi W .1th velticles owned and operated by the agency. Proposers wishing to submit on this bass should clearly indlica:tc in the altemative PrDpOsal respotist. the (Ii6count page 5 of 8 TR 12503 - Exhibit 1 (MacMillan Proposal) from the differential provided 'in the pricing pares and any re uire nents to be. met by tf e padicipwung agency suc . a,% insurance provislbns to be supplied and certifications for vehicles and. cperators. For the potential use of some participating agencies, the opportunity is affor .cd to all proposers to provide the 0,Mon to pre -arrange purchase of fixed - olu e(s)' of product(k) at a fixed price mom timl e io time thereby aSsrtnge . Product availability of fixed volurne() on a ratable basis Over a defined period of time, presumable in monthly increments. 2. sabiied pre -agreed ed pricing p0.11ts for product(s) d Unng that cstabtisbed pe od of time, regardless of market conditi n y Proposers Wishing to provide an alternate proposal on a. fixed vole ne `fixed. price. basis should provide wini'mum and,, if applicable, traximum monthly volumes appl.i blc or percentage of agency estimated ratable, demand that Could be contracted for on this basis, If available provide a copy of standard tarns and conditions that mould generaffy apply to such a transactioin. Proposal Copies,* Submission of one () on inal, nixie (9) copies and. one: (1) ieetronic (thunib dnve or copy of the proposal should be submitted to the, City of Coral Springs, City Flail, 9551 West Sample Road, Coral Springs, Florida 33 .'5� to the attention of Angeio Salornone.. Purchasing .dministrat r. J. .cadenda, Additional nf6ratio Any addenda or answers to tte questions supplied by the sty, o pote t*a proposers become part. s Request for Proposal and any resulting contract: The proposal form should he signed by ati a thou' ed company representative datied and rmmed with the proposal' K. Contract With Par6cipating .genc No negotiations decisions or action shall be initiated or executed by the Offeror as a restof and discussions with any participating agency or representative of these a endes.K Only those connnunicatiom which are in writing frcim she Purebasmg AdrainistrAtor of the City of Coral Sprigs niay he ms. i+ eared as a r duly authored expxessi n . Also, only communications frcrn Offerors th�.t e signed and in 141TIffing will be recognized by the ���tyas duly autborized expressions on behalf'of the Offerar. N'. EVALLIATION OF PROPOSALS "vRatLion Method and Criteria Proposals Will be. eval .tea". by an Ir a nation committee comprised cif repr sen tj* v s frorn some of the Participating A en ies ire accordance with the veil kited criteria listed below Page 6 of TR 12503 - Exhibit 1 (MacMillan Proposal) J"inn Q calif cations and. papa. bi'lities Otichiding., but not limited to -fuel suppl,N;r delivery capability from Port ENwgiades', Contracting Terms mid Conditions pmposed and any altemate proposals pro"Vided) Ernergency Supply Capabilities References Cost . I PO.M"1- RANG'E* 0-40 "I'hese w6glited criteria are provided to wist the proposers 'In., the locat'01.1 Of, I - e' Ir time and efforts during the submlss).Onptocess. 'Tbe. criteria. also guides the Eva]-uati n io .Omm cc duling the short-IjAin and fuial ranking of proposers by establishing a gqnc.-,, .9 ..T4¢ fTanlcwDrk tor those delibera-lionS. SHI be selected foT an _nterview pr"or to a. recornmendation being hort listed proposals WI resented to the City Comm'ss'on. AS the best interest of tht CITY may p quire,. the right re reserved to reject any and all propo,5als or wa any mi , nor irregWarttv or lechrikajity in. proposats re. cel. ved- Proposers are cautioned to -make no assumptions urile.-Ss their Proposal has bcon evaluated as being responsive. S C I I E D U L � Q �F [ �`, V �FN�T'S 'fh.eschedule toy" event.,,S,, relati-Ve to tbe procurement shall be as follmvs- Event. Issuance. of Requestfor Proposals Pre. -Proposal Conference Opening of Proposals 3. Proposal Evaluations 43 Award of Contract CITY reserves. the right to delay scheduled date,%-, VIL SUMMARY OF DOCUMENTS TO BE SUR Date (on or by) 3/20/14 4/2/14 4/3/14-5/30)"14 6/41114 Samples of the following documents - I (except, the Certfficale OfIns urance), are a"chcd and shatl be executed as a and t' to this off I er: (a) Proposal Fun n and Offerofs Certification (b.) Ccrtified Resolution. (0 Quallfications Statement (d) Non-CAlusivc Affidavit (c) Offeror's Foreigm (Non-Flon'da) CorporateStatement Certificate(s) of"' Insurance Page 7 of 8 TR 12503 - Exhibit 1 (MacMillan Proposal) V 111. AWARD OF ' CT The eonu-act shall be atvwded to the responsible Offeror or e xs) whose Proposal is determined to - the most advantageous to the Par6cipating ikgen6es, taking into consideration the evaluation factons and C.Merla set forth in the Ikequest for Pro o a.s. The Cooperative reserver the n ht to make multiple awards for the same products or services, award products or services on a -individual base or any eomhini.a ion o the above, as is deemed to be in the Cooperatives best int rieto IX. TERM, OF CQN'T It is anfici ate that the 1 ti tract terms. W1 be in +� �uA,.,.. .. .2 0.14 t� arch ,. Z01 6 with to possibility of two () additional. two (2) year renewals. However, the initial e nt .ct t nn(s) a.nd ren al erlod(s) is subject to negotiation with the selected roposer, ANY rNSIL)RANCE COVERACTFS AND CONDITIONS PRIOR TO SLTBWITING UQUIREMENT7S OFTHE fNSTRU`C7J0N8T () OFFERORS, Page 8 of 8 TR 12503 - Exhibit 1 (MacMillan Proposal) RJFP NO. 14--A-035 U", N71,4FADED GASOLINE & DIESELFUEL FOR SOUeTHEAST FLORIDA GOVU1.4NMENTAL PURCHASING COOPERATWE GROUP . . . . . . . . . . . . . Terms used in these Instructions to Offerors, are defined and have the. mean' Ing `r0ffietor`4 means one who submits P assigned to them. The term roposal directly to CITY as distinct tom aSub,-Ofiferor, who submits a propose to the Offeror. The ten*n "Successful Offetor" mew ihe quiLlifled, responsible and. responsivre Offeror t�) whom CITY (on, the basis of CIS eVaWafiOn W's heteinafter prov'*ded) njakes,,an award. The term "CITY" refers to the City of Coral Spfi nngs, a muni c)P81 corporation of the State of Florida. The lei "PToposal Doevments'includes the Request for Proposals, Instructions to Offemrs, Proposal.. Qualifications Statement, Non - Col I u-sive Affidavit, Coi-porat e Resol ution or 1,3ettcr offransnittal, Prop�jsaj� securt-tv and Specifications, if any, and the. proposed Contract Documents x 1 n 0 ic pr trluditig all Addenda issued rioo ece* tofProposals). Theterm any, J-P I "U)NTRACTOW'shall. mean the individual(s) or fmn(s) to whom the awaxdis made mod. - Who executes the Contract Documents,. 2. SPECIAL CONINTIONIS 2A Any and all Special Contdition*s that may vaq from tic General Cotiditions shall have precnce* 3, EMTNAT O CONTRACI LMENTS M) tfiI -al () confedeml., state and local Befbresub ­ngaPropos -,eacb0ffertrrt1u6 A asider laws, ordinances, rulef,; and regulations that may in any maunder a cost, or per fonnance of ifie work, (b) study and czrefullv correlate the Offeror's observattons wrab -die. Proposal Documents; and (c) notiNr the Pur.asing Administrator of all conflicts, errors and discrpar. jes, 'if anya in the Proposal Documents, 4. SPECIFICATIONS 4 The apparent silence of the Sp�~`Ificafions as to ate. v -detail, or the ap i ton parent om-ss- ftorn it of a detailed description conceming.any point, shall be regarded -as meaning that only the best commercial practice is to prevall and that only products of the finest qaality are to be used, All 'interpretations of the Specifications shall be rnade on the basis of this stalement., TR 12503 - Exhibit 1 (MacMillan Proposal) 2. I'm the purpose of e ai a.tton, the Offeror must indl ate' a N,� variancc. or excepttotis it) ill stated Specifications, no matter sii ht. i r a explained in ct:aii Y AbsL*nc e of variations andior c rrections will be in-terivreted to mein that the flexor meets all the Speci catioils in, even; respect.. INTE RETATIQNTS ANfr) ADDENDA 5.1 If the Offer4or should be s n !U"Oubt ao, to the meaning of avy OF the Proposal Documents, is -of the o illiorr that the Comt o an. Spec Iffinations coo taro. errors or conttad ctions, car refiect omissions, or has any ues(fion conecming Ihe conditions and spec cations, f'f`ero�r seal subm"t Witter. rcc���st �»+�c`tc# ��� c � arc ��.s dm.inistrator t`or i <te.r.l)re.tat:ion t.)r cim,if c tioti. Such request .m --,I mf tetice. the date U.I Proposal op c r~ and ropcisal t umber an should � rt�c�:�l e by e Nzchasir Administratot at least ten 0 ) calendar da before. the date ()•f` tie f -nal opening of the Ptoposals. Questions received less than ten. (10 calendar darts poor to the Proposal Opetu4ig may not he ass Bred nterpre .ttow; or clanticallons #.ri response. tc) w,-h questions will be issued in the form o Nvitten adderida aud csha he niai e to al parties recorded b �"`I Y Purchasing Administrator r as have r c-emc the Proposal f oc wncuts. `i'he issuance of a % it en ad.d.,endum shall he the ort y offficia . mctbod whereb)? such an intetr. mt:ation OT Liar i i t n =i ..! be mad tti �s�.# §, �" �w s Y fy ♦v� :4' Y `�. +�;r�;r •�: ro ::, 3.,,g :.i s , ,3 e 3 `�'�} $ f t f2 � F �'4 t � t 2 ti f it^Y1 x k� kY Y'.� Y�' F' �• f#�, x Y :., �tt: �6.• ,,.i�.s..X� i�.i:i. .i;:>J►. i.�..:. to .� �.1.<. 4 • � �- � z L.�l �..d� R ;:�'li i.:�.l.i�i 5.��.'�.�:.A ��J���.� 1'�'k�,t t��,i:� ����..e t.�l.lwt.�.,7-�'. :��.I v ��:ve-ut Cif isctopanc ies exv. i kg.. :' ti' 'C u.r"'�I amounts. and ex'- c ts��t�� or t�.�ta s. U-111t amount- small govern. All proposrW costs for fuel and any alter ate pto osa. cosy four .seroce sb fi n and fixed for acQcptanix for n pq ;_Ml calcrs ar (145 after r Adjc day Of tJJ:' Proposal opening, 'fie ON' -CO IA_TS_ r r AF`' Ds VA" ':. ah'eore a�t and h��'� su it t n iO.M. form with the Proposal, I : Y consi ers the failure of the Offe'r(:ir to submit this document to be a major- irre ulari � a :fit be cause for r�Jecflonofthe'proposal, ��.;. -TIT 1��:x ,. � 3..s�7 NF(WMA3.IOT.�.'TATEN •.N,1 A. -person or Jfiate who has been ;piactd on the convicted vendor list followia convxfion for pubf c: entity crime ma not submit a proposal On.:a contract to provide any goods or serviws to a. public entity, may not submit a proposal on a cmtract Ix"ItI., a public. entity f'or the construc ion. or repair of a publ ic buil din or pablic vo�rk rxra�� .. `age 2 of 10 TR 12503 - Exhibit 1 (MacMillan Proposal) a not submit proposals, on leases4freal property to public enti, rnky not be. awarded or perform work as a conlTactor, suppher,, subcontractor or consultant unde a con Rh m tract �with any pub'ILC enjily, and may not transact'bus.-Iness wi iy public e.ntjty In. excess of the threshold. amount provided in sec tlon 28-7.,017., for CATF.GORY TWO for a period of .36 months from the date of being, placed on the convi"cled vendor I iSt. 9.1 In compliance with Chapter 442, Flofida Statues, any toxic substance JL* isted M' Section 318F-41.03 of the Florlida Administrative Code delivered, as a result. of this I Proposal must. be. accompanied bly a Material Safety Data Sheet (MSDS) that may be obtained, from the manufacturer, 'The MSDS must include the follovVIng informatioW, 9, 1 1, The cheinleal name and the common name of the toxi-c substan 9..., llieh=rds or other ql` sski the use of" the toxy " ing ic siibawce�-, Includ " �li , (a) Thy Potential for f1m, explosion, %corrosiviht and react4vity, I I � (b) The known acute and chtonle bealth effects of' risks from exposure.., includIng the medical conditions -wbilch are generally re-c(..)gn,1kzed as being aggravated by exposure to the toxic suhswce, and The primat),,,routes of entry and symptoms of overeVos=, 9.13 The propeT precautions.., handlinIg prac riecessary petsonal protect* Ive equipment, and -other safety- prcTautions in the use of or exposure to the, toxic substances., including appropriate emergency treatment m case. of exposure- 9,14 The emergency procedure for spills, fire, disposal and fnt WO& 19,1.5 A description in lay terms of -the kn. ovms � fie potential healthAs posed -Pect by the tore substance intendcd to alert any person readilig this information, 14 1 all" lable, that thei aet* 1- 1.6 The y=1 and month, & av inform ion ways compiled and the name, -address and einergency telephone number of the manufacturer responsible for preparing the In.formation, t 4 � , * --arrants that I I pects Bidder vN the commo(lities supp) "ed to CITY shall wnfomiin all res to the standards set fotih in the Occupational Safetv and Health Act of 1970, as aMeftd.ed and the � jlUre tjo CQM n11 be considered a breach of t)],VT With thiS codition W1 contract Page 3 of 10 TR 12503 - Exhibit 1 (MacMillan Proposal) INNTEREST 10, 1 The award. • any co : crewi. a• is SUbject to the o of Cbapter: ? Fl ori�: St u -.Y Yo s t di ARC J i� w RJ O A NG � R A � 4Y F 1 X^t; di re ctor, parbier Proprietor, : La ate or agent %-h it; also an office. r or ism ee off" a .riy tb 'ic:-patesgayc u!.:bcry a1. 0f r rs jn d' to t natu (.)f t crc t of ire rc :. 5%) or M c �. h� �.nn_ �chc � +C^�?^Yk?AM�M1M^M?T�MI.MN/.<t^wM0ah3lQ.NN OF: �GArN�JJ�wWMNy/�M.w%4weM,we,M�..wwww/+wv�•erv,vn Proposals m"Lie typed c �: n : .:. , " of ra :� � � � e � , Wit � �. ..�, corrections io pryices made by tlw Offeror must. be 11 �, �:� �:ll al ,� .; s ata � �� o Ike address-ecelpl of all Addenda, The aril t: ' �''�:. �: ne r � rT fO ` ft` m n -fi n5 r id �.roposa : i ustbe ,37 �posals bit. cy or Pions must 'c cc -the ct�r—id r.��. r other corpurate offlor acconipanied by c•N enc. f autb city to slgn, T e. c .,r address and state a �Y �.��:�' . 1,4 Proposals by pier aP .east be execuWd In thepariners.hip name anti 12u n :d b y Y partner, woke Title � uppear Endo h signature it the o ciW add m()f t1le pannership must beshown below the g t rc 1 :: sad s submitted a . oj� before she time a: a�: he . .ce c the qcst for Proposals and ha . b ubmi— to a seated en:vclope faxed propasal,,R Will riot b accepted under any irc rn tances). The, nve-lo— ��� .1 C ;B NF � . : XX ;a..,: 3•icir ``:�9.6ra,..c5,,.s �.a. YsY.R.`... �b.,sxH"`a:..y.`«tr�a. .r�a�f `X,is;a R g{q �t�F`,y ,�7ik� wlwrnw+wirrh,•.f y� )t {gwww j� jyy JO ,.0 ,N�wIYVsn...� „,..Arewvr ♦ _ $ Fj�.:�6..d.��„f J. y 4 �° iat. �,o?!' Eaw`: } Y.A,•.r.1x:4+i : g`:•,e°Y -.: •~ t� ;`� V dj2' •♦ < yjpp r..4.w�:.vuwnrwnraM+ .vw+w`.„.rH+,w,rn,•. �rww.wMO Wi44.seasawWvi,. VRaa. o � CITY �(F....� :�+ a CORAL qs' � N. 3R 1 � c w �.�} ..�,.�...........-.:�.�. � IT .. R � :..O A , any si-liall tote the s -me and ddre s' the O. cr r and a D. be accoxnparucd by any other requucd M Y e r sia l not properly addressed and i'dentifted- 11,6scoot wt � ter 119 of t is .r ay a to P Rcc•c s Law) and except as maybe. provided by other applicable state mid federal law, theRequest for Proposal and th,e responses thereto t In the public onia °ti tile Offerors uhichth. cr C0111 IMU111al and?" r r � ' etau- said l i ch. e e v;,e be TR 12503 - Exhibit 1 (MacMillan Proposal) cumpt ffoni di-sclosure, 611"n9SPeCifica-'lly "fie 4PPI-cable, exempting 11.7 All. Proposals received from Offerors -in response to the Requesi forilro,posal will becorne the property of CITY andvN,1­,1 not be return. e d to the Ofkrors. In be event of Contract a-Ar,-zd, all doelImentation jxoductd as part ofthe Contractshall ex clusiv e -property of: CIT Y NIODIF1 CATION AND �V`1111D OYAL Q �".,PROPOSAP,3 F'ropo.S.41S MaN be al.-odified. or v%vithdrawn by an appropriate documen, dtil.N- exevated (In the manner that aProixisal must be -executed) an.d deh"vered to the place- when Proposal s are. to be s ub, mitled at any time prior to the dead1ine, Ryr ss tibmi t1ing Proposal.s. A rcqueS.Jr or a r-noddi cat I(In MUSt be'n wr'l`ngy, andsigned todog so., E'videnceof such awhority must a ,.mpanly P the request for withdrawal or modification., Withdrawal of a Proposal will not pre.'!.ud.1cc Jje i.-ighl1c, of an 05er-oT to submit a new Prid pniior to Ate Proposal -cr cxp ration of iffie pet"' d4 for reQ.e-*iv1*,ng no open ng date and 1 mek Aft I I to Proposal rag), be withdrawn or niodified, im. ours atfer ProposaA aTc o en(A, ar,3� Ofli ror f, 1-C-ts ­aN::- .144 141, th P ad Signed, -4ATi*tten notlec ,xi'th CITY and within five 0, cakndar days, iliereafter demonstrates tothe rews,-,­.,,)nab1e satisfaction olf'UTY by elcar &9d C()rlvi . TICI I ag CN, I dell Ce. there Nvas i� inatcr."'Ial and substantlial rriistale in die prcpaTat­"*()j_j Lit The 1111'stake is c4eaT, , C�Uent on. the f6c.e of the Pr.­)posal hi -A the Pr(Talis 110t. S1ro3 at I t. th en 0116ror inia.y VNIthdraw its Propo-sial. wid ux Bid Will be rt�,,,turaed*. Th.enmfter, the Offeror will be. disquafifi *1I ted from ftr�jcr bikdding on'the subject Cciinmact, 1'1 REJECTION OF PROPOSALS To the extent. perrn'ttrd by ap pb.1 eable stag and ftderal la�s and tegiflat)'Onls, CITY rsee is the fight. to rej e.ry ect aky and all Proposals, to weave any and all inform ialit ies not Involving price, tin e. or changes In the work- with the Su"e% U f 1 ()ffero id t1i Ight1 gar.1 noneiunbalanced ng, non-respon. sive, balanced conditional � ti�-,) d'sred alonfonn Proposals� 'Proposal wfll be considered. irregular and. may be rejec-led, it" they show, ious omiss)on :-era in f rn-j. additions not cal'cd foz,.._, conditiows or lsei` A unauthon'.zeda t r t u tor Uxegularitics of any k'lnd. 13:'2- C171'resemes theright tO r 'ect the Proposal of any Offerorif CITY b fiev s t at it would not be, m the best interest of the CITY to make an award to that Offer(ir, whether because the Proposal is not responsive or the Offeror i doubtful financial abilitv or falls to meet tuiy other sunqualified or of pertinent stan&rd or C-11teria established by CIS" Page S ol" 10 TR 12503 - Exhibit 1 (MacMillan Proposal) . 5f 1-4,1 EacOff6ror s- Maid comp Vie-. uali c intatem and semi . the .c : wth hs Ptoposal. Failurebr theQualfficationsSt �nj It and the cumet required thereunder WIth the Proposal may constitute gerunds for re*ection of, the Proposal. .2 No proposal shall be accepted from, nor WHI an � -ceded to r� - .;contract.why is a d f ul ter, s surer.:: Or Otherwise, upon any obligation to CITY, or Wdectned �'r VM NY > 'T A - - L�Mrn+v, QI�LATI ON: . I id ����s : i r e det rm'. l , a. O f rot`roj`s reVoibil ity and further resentes the Wight to de 0f Mror not responsible if the ..l , of , :0 ti s = rat such determination. fer .sell submit with tho ? , a cog e tc hist:ory. of all citations and/or violations-, a t a umr son. f wly such e mnt . hee . d � a Offo the t err � re � V` 1 "Ons ffer� r sue:. � �� f ° iwuned. a e of ijote of any ( t mi eation., Nvbich Offeror may gel otter the Proposal opeuln.g date. wid d'arIng fl e time V per rrne o' anyyard Off°A contract ero , U .N- 16.1 to Almard and in any event � tocommencingwork :he S'uccessful Offeror hal . provide CITY With certified copies. o a.:-sranc . clesr riding 2 Tbe SUCCessful Ofk-ror shill secure and mai t . , at its Own expense.,, and keep i '� : " the ` ins-unnce, which Must include the fo. i*ng coverages. and. , limits f fiabifity. p W sat mod.. . t L a -Insjj foral em ogee,, of the SiUcCessful Offerer e ed n work.. undet the Contrwt In WCOrdance with the haws of the State offlonida, The Successful ()f' ror h .responsible for the em, ��m t . control ud conduct ofemployees �c e xr yr Y ky uch employees the course o e . em lc) njc, .e 6 of 10 13 TR 12503 - Exhibit 1 (MacMillan Proposal) (b C 0M ens-1ye .iho� In prance.. W-1 "th "'lie fUowin Ii.mlit's of fiability: g *ornb' ed Single Umft, Bodily 21000.00y C, in .1 li�jury Property Daniage t., ) I y per occurrence. Coverag sliall g., in pecifically *. elude the following ninuinw-n JITIVIWriot less .an those required for Bodily IkILUY Liability and Property [)ama Linit, Bodily Combined Singlei Injuny and Property. Daniaage. per occurrunce (1) P-TeInUses'. and 0 erat It -ons; Independent Contractors; k (3) ProducLs, and CoMpletedt Operafion,%,; (4) Broad Form Property Damage 5 Broad Form Contraotual. Coverag ..,c applica,b1c W thc, Contracti, and ifically confim,ng the, ,.ndeM.nat4 spec I . -nilesss ton and lik.1d. 11w agreement 1*Tl the Contract. txib"iity with rnir-ilm-min fiirmt� e P":1T OCCUMeDC-C wh nia t-ta xitnum dI d-u t'ble- of $10,000 witbout req rictl Ve end filed Lb�--the Ins-u-i--rancc Se "-cC4,.> office, W'SCIMent's as All * I rVi Cmgx h 'Xt.Au }L gns, , wid blirt,-d autarn.0biles and oth puree anfot all. owned, non -owned v...r velhicles used hY SWOCSSU Offeror in the performance off` the workwl'th the foll()Wing rn* U=UM A I I'Mits of fiability. : -nbined Single L' *i t, Bodily I im Injwy and Property Damage Liabilily per occurtcrice 16.3 ALL LIAB11,1TY INSURikNCE POLICIES SHALL SPECIFICALLY PROVIDL, THAT THE CITY OF' CORAL. SPRINGS VS. AN-1 ADDITIONAL NAMED JNSjjR.Cr ,D OR ADDITIONAI,,, INSURF0 WITH REISPECJ", "ro THE. Rr--,QtJ].R-L--D C-OWMAGF,S AND THE OPLRATIONS OF THI". (,!ONTRACTOR LNIXR TIM CONTRACT. INSURANCI-iCompanies sclected must be acceptable to CITY. All of"thep.0licies o.f insurance so requited to be purchased and maintained shafl contain a provisiOn or endorsernent that tbe coverage afforded shall not. be canceled, inattria'11Y changed or renewal refused wild at least thirty (30) calrendar days, wn,tten Page 7 of 10 TR 12503 - Exhibit 1 (MacMillan Proposal) C. 16.4 p .Ac Kv' .i. : h'-d Insurance RTg 4w'. g ...be .;. c by n. . ns 4o& ifi. `7r 0.Jc � ct, izo Y ny duly i .. Y o o sue, a .,,,8••, .: � � �,a� die � State, �• � ¢ , ` ye . � t'.� � � y � j �t s a ho. i d. at -id- ficense to �-usincss a State, of � ' �' minitnum qualifications in accordance wAll we l i;s . editlmt o ! � . , . SV S In-smuc.c Guide 16. .` All re 'redlinssazx, poi ci s shat pI" u*de, any =rtees ri gis of °0VeT)F subrogation aawsi CITY wilth the express ilntentibn of ttlie partics being t1jal the xegw. ed insatance coverages protect troth psis as the prim ciN--, rage i o an. . 0% and all losses. wN,(�red by descrIbed., insurance. '►, ...s �.. �'gtl•,b: �:'" q* � � ,�.., y. b .'^ .. . ; gyp•: ^g (. g �,d?.�6:.r�.>:y .A eo-s < a#.tw. i r�':.d $at j�7 T: �C�:.^��'^s@f it ,�iL.•. Y¢':: {y� a yt2v��:sx ..¢eq. cover $tl.�^ N7 9b �i�^tN4 #, .W .A is R: o 4.. i;,,� 7f �i �.�: ii.Vl: , y. .g}. ,g, SS g m� contained rlt. A(:Yuirc'���13�.:" s 3.,a 3.. ntai', 'b....' ',¢f>��. � 'j}�'.Q}(�.%p, .moo >A 1.j(..y�riar^e_1 t, ��'.+`!..,�`r�?� 1f^,j: then-. �. F.+_a{. �p cY"v -:. ,F�n w AA '� N.A I(.w'. .:. Dt-.M1: 76 00' �'S+i�' T.Y±�v., v�+++�` .. %i:3✓ 'P G:.:S �4 R .�tF. '� .5 o Qtr �a My'�•Y `y� �,�M' .i nst TT for paym,,tit ar assegm. .ts . n anymnl. on, Policy of, insurance, .: Tht Successful �n.�.a ei- n y��ms p.i[. .d.q n uror U n; .tb. �'�4�' C�o c as an and not as a tra.'� tor, glen Or e:a::a.. ����e �:�� �� ��CITY. �. . See Atiacl=ent "A Paragraph 13 Dr ddat if.a.smran e re . i , T. y.::5 ya X :D..N'.w �..,AL N. TD_ ' N I i A.R �'�1. `1 ' x, � �� .R ie. � kk.�s A.h es extent ^5 -. .. � � �.: Y. '. '�� A .... - - a - e...»....N,,. :.... g �q b s e� �^} �•�+l`x .� t S �e��� r���"' �. 1 1, g�+y•-, iL.y pC �6 ti s; df4,dw , ,�16.�}.4(g":s..;.e $3 �.,•., 1. : 4 Y. .. 4 Y✓ A�'�.. J:3 ". Z A?4' 'Y�;d ;f� �A A;�Aai:Jl `W� s 5.. �yF• 'D officcemployees, +{rn) and Si dt ��. �. an {e. d.. WF.& it ed}: �.. :1, .i .,, r in cnnt sing o.ut 0. f or alleged to,have arisen out. of consequence Of the products, goods or .iRrnwz3 i'x� rnhiatd by o 4.rpera i���i.$sw � 9 1c Scc�R.3st3�Y.8 6«E r or ur suant. to :O :p or in the performance. of -the Contract 1. 8+ :S 1 Such ssfiul Offeror r warn M.R A s to CITY that It wjjl7✓' M .. r 'F M4t .� '�✓ # '1MAr .;'.:'A6Y� �y� � .; ; AY . e f d, r♦Yfi Contract. 19. R-i'NUTY EhjP1, YNE, D QLAL OPPOR— 0._4 19, Dufi g theperformance of the Contract, , heSoccessfiul Offeror shall wit dVicr.3.+ nirj e 11age 8 Of 10 TR 12503 - Exhibit 1 (MacMillan Proposal) against any employee or apphcanl for employment becausw of race. religion, color, Sex or nationalongin, 'ine Successful, OfTeror will take afflimnative action to ensire Wit; employees are treated during employment, without regard to their race, creed, colm, or national origin, Sucb action must include., but not be Jimited to, the, following'. employment upgrading, de m - tion or transfer; recruitment oT recruitment advertis" I er for.m-s ofcompensat on- and mg., 14yoff or teml' tirdon: rates of pay or oth selection. for trm"ning, including apprenticeship. The Successful Offeror(s) shall agree to ;host M conspicuous places, avai lable tom oyees and appli cmts for employment, notices to be provided. by thecontracting nicer setting forth the provis-ioll"S Of thl"S nondiscrimination clause. F 20, TERM1 NfAnLDNs-i: R CAjj:.tS -.,-AIND DEFAUL'i 2* 0., 1 In. the. event Successful Offdot shall default in any of the terms, obligations, restrictions or conditions 'in any of the Proposal documents, City shall give written notice by certified maail, retwii receiptrequested'.1to Successful 05erot ofthe default and that. such default shad be corrected or actions taken to correct such -default shall be commenced withm ten-0-0) calendar days thereof. In the event Successful Offerot has failed to correct the conditions of de."au lt or the default is. not remedied to the, sat. isfaction and approval of CTn!*, CITY slWl- have all legal rejnned-�'e,-Ss i available to it including, but not 11m.1ted. to ten nination of the Contract in vvh'ch ease Successfu Offeror shall be liable for al] procurement wad re-procuren-lent costs, and and and all damages perm tted.yaw ansing, ftom the default and breach of the Contract. 1ERMIA' ION FOR, CO' V ENIE"NICE QF QUY 2 1. 1. ponseven (7) calendar days Aiiften notice delivered by'certified mail, retum-receipt V, requested., to Successful OiTeror, CITY may without cause and. without. Prejudice to any other t1ght or rcmc(�y, -t i W 4,e emunate. the, wreement for CITY's �cojjv*e 'ence wbenever CFVY determw'cs that such. tom ination is in the best inter sus of CITY,, Wlhere the agreement is terminated for the convenience of CITY, the notice of tertnination'to Successful OffeTor mast state that the Contract is be ing terminated fur the convenience of CITY under the temination clause and the extent of termination. L,7ponr. rec-CIP of the notice of tenmnation for convvi-eme.cc , Successful Offeror shall n notice promptly discontinue all ser 'ces at the time and to the "teilt indicatedo theno ce o=0 f term on, term inate any and all outstanding subc-ontmetors and purch rders to the extent that they relate to the terminated portion ofthe ContTact and refrain from placing further orders and subcontmcts except. as they may be necessaiy, 22. AUDITAIGHTS 2411.1 CITY reserves the right to audit the records. of Successful Offeror as related to the. products and ser � 'de 'vices provi -d under the co tract, at any time during the N performance and termof the Contract and for a perl od of dime� (3) Years after contract Page 9 Of 10 TR 12503 - Exhibit 1 (MacMillan Proposal) expiration or, termination her CITY. If rc gwired by CITY', Success- al Offeror shell agree to submit to an audit by an independent -certified public accoimt selected b CITY for contracted products and s n-ic s. Successful Offeror shall allow ('.,IW to in.sl)ect, examine acid rvvl %-, the records ofuccessfu. Offeror a.S dated to the contracWd products and. services at any and all times wring normal business hours during the tem of the Comract. These records shall is clude but not he I united to the hafts p .eing data upon which pfichiigis established under the contract resulting :from the Request for Proposals. Durine each contract term, the City may engage the services of professional firm to audit the accuracy of the pricing schedules. en ails, 'billings and any other pertinent records of the Offerot. The Offeror shall pay for the semi es of this audit in -n Irl an arnount not to exceed. $3,000.00. S IGNME IO 23.1 Successful Offeror shall not assign, transfer or subject the :'ontrac t or its rights, tifle or interests or obligatlions therein without CITYS print -ri en approval., �1', i lati of the terns of Us paragraph shall constitute a breach of the Contract by a Successful Offerox and CITY may, at its d.ii scretion,, cancel the Contract and all I rights, title and interest of successful t ffe-r r shall themUpon cease and terminate. VERNNO LAWS.- This F111*'A reerne t shall he governed by and cnnstru d. 1.1 accordance itil the laws of the State of Fl:oiida Nvithout regard to princliples of e011flits of laws thereof o YENU� .:ny t at on a:�r s�.n.; out of this ;1�` '��" ��°eena.e�nt shall � brought i�� the County Circu t Court whcre the, P rtic atRn Agency is located. Page 1ref 10 TR 12503 - Exhibit 1 (MacMillan Proposal) PROPOSAL FORAM FOR UNLEADED GASOUNE Si DIESLI- FULL FOR SOUTHEAST FLORIDA G-OVERINTNIENIT"FIAL PURCHASING COOPERATIVE GROUV RIFP 14-A-03.5 I S,,ty� of,cloral S t' )*IITTFD'r0-I ('71 pnngs 9f;51 West Sample. Road. Coral 'SN-pn*ags, Flon- da33005, The Ltadersi'giied I-Iroposer, proroseand agrees-4 If Proposal j*s acc,.erfted, to enter i in with CITY to perform, all work as specified in the. RFP D, u ents for tbe ,Agreeinent pnce(s) and within the t1ftle indicated in thi's R.FP, a,+,Id in accordance Nkitfsi. the te-n-ais xid conditions of the RFP Documents.. 17 Proposer aixepts and I'lereby- ineo-Tor ates by rerencejin this For,,t, all of t1le tern, s wl.d condi'fions of the RIT, Prc)poseThas extun ned. tht cc requirements ofthe RFP, and accen,-*,,,s and. agrees to abide by too se terms and conditions NNathout exception or hmitatl*on, of emy kind Proposer has tbe Purchasl'mg Ad'MInI,straT0.r%A-*H".en not. -Ice of alli fll ,ts, errors or t-id, di,.screpandes hat It has sN dico+:,eted ni. the a ? nd4�()T (L-1011tract documents at the �Nvrjttcr lut 11*.on fhereof * by -tbe Purchwi-ing Adr.1)"nistrator: isiaweptable to Proj.)oset, proptoser proposcs to furf-4#sh �dl Izibor,materials, eq-uipmeu� macllinerv-, tools, trans io .w o p rtatl. . - 11, su o--Ai for+ the contract described as follow�sz+,-: pp less, �.ser--V-.Ices, and supervis,'I. JnJeaded Gasoline and Diesel Fuel for Southeast Florida Governmental Purchasing Cooperative Group TR 12503 - Exhibit 1 (MacMillan Proposal) Bidder- • rrl rO the products for the us-i g the Meth � �tdescribed in Attaohment "'A". Paragraph 2,, "" Pricing Me-Uhodolog�-,'l- .w-.rrrr ..m-.. ....p.,�Mrww�vvwwwnwn 4 .n.:: :.y ::...w •i.v�.•.wnrvw�.+w.w...........; . k I eo x CBOT: el Fuel #2 U-ir � .I -Ur Lump Sum Addillional Delivery Charge for e �er . , mile ray ()f pQrt :Ev fades o .YbJn'WNww�rwMwrr�wwwv.•.•::::,,twrwrvM.•<.>'.M.::PfW.w.lGphw:v�u.M.rrwr.�v.rsn..r ... v::i.. •. ww.yT�'+.. I IL* erelft t Proposed µ aq ------------------- X . --- ----- ------------ --......Calwla.v-:w^`^Mmw"wMn'On+VMMYYWP ,t°° dz t .and anY renew Notes Ifyour proposal 1S, cOntffigentonyour •m- D �COt . , for all u . s a al I W KProposer ust nd .1 th,�fion in the prc)posaj respollse� ADDYrIONAL FUEITRO z "S 4 'Proposers May submitunder a separwecover a prise Proposal the " o� g fucks: Proposers must outfine the Pn*ci*'ng Methodologv for I additionid fije.l. Produproposed. No... .. .:J}.P•:vwM•.• ". ..hHM.....•:4�rtw*Ot•'.www Item o Midrwei e Unleaded.9 Octant F g�.:y«....r......�,ww.>�a�.:.w.M'..or...�.w...�,.�..•..�e++.nne•w-,.a.�...�..w,.....;,... .�.r.... �....�...�..�r�........: Ua Sulfur ,2, RC4 Dye Diviel _4 Blodiesel Fuel �w+rw..ev..ti...!a•Uw..:u.H...:...�r'�.�.!w+w✓wwwy.:J'+M w.nv x.wrrwM!.w.wM�wu�w.. .v-.n.. rv.w..,.,. w.wwvv.. .... . isA Fuel B20 .:.:<.: mow:-..� ,.�.'.:� ,,.....:�a�...K�. ._�:.:...,,.,....,.....,...... 5 Fuel Ethanol Opfion.al Pavrnent Method, ul d zui g a centity ehotpy )r �Y�a o _, e to t� s Procurement reme Cards, provide aD surcharge percentage x y that Ou . be added to the cost of fuel for this payment method Page off% TR 12503 - Exhibit 1 (MacMillan Proposal) If your fibn -does not acost thi s payment method, p. Ita.se indicate. same by checking �eie following box. We do not accept proctirvinent cards as ajpaymcnt method, T AAvow ledgementis herebv made of the followilig Addenda (identi filed bv nomber) received 10 since issuance (if the Invitation to BIU! Addendurn Date --jq1 1, It,( Adde.�Auym., No. Date- t-i I 1-il. " -.-Si Addendurn Im 4 P1..,EASEVF YOtTR INSI 1RANCE RETUSUN. ATWE 0U-U;YU1.1 LY 4 ."' -'w nVil.."W 11TE UN'St."RANCE COVERAGE REQUIREMENTS PRIOR TO SUBNMITTJN-Cj y-()UR PROPOSAL TO ENMURE COMPLIANC13'WIT H ALL IN-SU'JWNTCE REQUYIREME.1.14T& 9, Communicab ft B' steal I be addre&sed to Namc:-. Tcle Phon e Fax No. W.1m L u 0; 10S ) t09� - ) el v Q The following doGunicuts are attached to and made as a condition to this Proposal.., (a) Proposal Fonn acid Offeror's Certification (b) Certified, Resolution (c) Qualiftemions Statement (d) 'Non -Collusive Affidavit (Ct') O: ror's Foreign. (Non -Florida) Corporate Statement T Certificatc(s) of Insumnce Page 3 of 7 TR 12503 - Exhibit 1 (MacMillan Proposal) ...+. ..w.�a•:,'9w•+..wiwnY+rwi.wv.w..n•..........:..w.+«•!.fni..q :e N' WITN X RIf. F Offeror hereto has executed this Proposal 1-4 day. of � °a° � �� �..�..� M:.w.�,,. Witness P Bus-1-iness Address :::� .;�°.Hw.w,w.w,www..itiwn+wM.�M,w'.fii:y;1!'rM.:.�^•.Of.YAKYYv.,,+H+,.w�wvi . W.• .ClAy/fState/Zip The foregoinginstrumentas acknoNNiedgedl beforcme thi. �.::..� ��... ,day o �. a. � .:Y � 0 1y�...:: produced �as. identification and who did: di mtalc W oath, WITNESS my hand, and offi' al ;s. (Name of NotanyPLiblic, Pnnt ta ......w......3:pw...-.... or �ype as Commissioned' P. age TR 12503 - Exhibit 1 (MacMillan Proposal) W14L."N UFFE ROR, IS A S01-F: PR( R-RIETORSTUP OR OPERATESSUNir I jt�- DI NAME INWIT'N"E'S'S WHEREDF, the. Offe roll- hcrcto has executed this Proposal Fonit his da)) of 2 W -�., Wies's Wit Stwe of CoulltN, of Priated Name of Firm By: .. ....... ~., Signaturc of (DwIleT Printed X�ine of Individual usiness Addrc,,,.,,s Bijsllnes��- Phone Number for egoingimst-rument was ac-Ii-,noA.N-Icdg-cd be-forcuie this day of - ---------------- 201 (Name), who is Personally know-n to mc or who Ijas,, prod-w-ed as identIffication andwho did (did not)takw an at WITNESS iny hand and official seal. NOTARY PUBLIC tNwne. of Notary Nbtic Print. s tamp� or type as Cominissioned.) Page of 7 TR 12503 - Exhibit 1 (MacMillan Proposal) 'iIWV*REEF the day, ot_ () Printed dame of partner ...... r...:...:...✓r+..w..�[b':m;.�•w�v.:.iON.i:.iw.w+www:w:+..wuaea...:w..k..:: -- Ip Busimess Number Bute of Regustralion "Ibe forego`*IngInstrurnent wasacknovvledged bef6reme thIS�.,.. ....dav of 410 1, .. : .... .. fifioation and whodid (did note tdKe an s, WIINUSS my and. and official at NOTARY JIUBLIC une ocfNotaty Ptc. Print, Stamp,, , or typeas �w �)iUiod Page 6 t TR 12503 - Exhibit 1 (MacMillan Proposal) OFFEROR'S CE'I &JUNCATION � WHF,',N7 OFFEAOR IS A.COUQR IL tk ., AJQ� IN W17 N:'ESS WITEREOF -t the Offeror hereto bas "ecuted this Proposal FOMI. ffils day of 201 ( CORPORATE SEAL) Count�, of A� - n \ Printed Name of Corpomb-011, Printed Sstate of Incorporatior'. S ignature of Pres;'dent or other authorized officer C t 'U L --------- - - P.n*nted Name of Presldcnt or other a-uthorized officer Address of Corporation AU gam, C i tyl 'tote x' tate/ L. Business Phone Number ) fl-Oregoingy' instx. unient was. ac"m ow-- fie �6re me this v of AP, L .0 bef da 201 by (N 7 We of ilk #'C Coni.p��v Name) on behalf of the corp Is- . ......... Ora'an-, who pq,son�allv town to ine or who h&s produced as deaf fie and who did(did of take an oath.. WITNESS my hand and official seal. NOTARYPLIBLIC (Name of - Notary Pubhc'Print, STaIT W f of type as Cornnussioned') Page 7 of 7 TR 12503 - Exhibit 1 (MacMillan Proposal) CERTIFIED RESOLUTION ��_ L_U&�JV� (Narne), the duly elected Secretary,, cif ate 7 "fle (Corpor I I a or r. n ize 1 --ting under the laws of the State of atio. - organ d and ex *,s. k do hereby certift, that the followl*ng Resolut' ton was unannnously adopted wi-d 1 a: sed bv a quortim. of the, Roard of Dir wors of the, S M`d vorporatikin at a. meeting held In. I accordance with law and the, by4avvs of fix said corporation.. "IT IS HERE',*BY RE SOLVED THAT G.� e,� . . ............ . . �Ikt +­ - - (Namc)' The. du)v , _,6 &I tl-� (Tiffle of Of fueer) of' V'�^- A­r_­)^ 1"k­ *,Oa :0 i L_ C­v U P -1, -1 10 ele-cled. rat be and I's hereb authorizxd to execute and S,Ubmit a Bid and Did Bond 1 Y W suchbo-nd is required. to the City of Corzd+ Springs and such other 1'n-stram, ents in writing as may be nmessary on beh.Wf ofthe. swd corporallon; and that the B Id, Bid Bond., and, other suc h, instmments er shall be bindi'ng upon the said sig ned by h' n/h j.r. corporation as its o%rn acts and deeds., The seeretai � s . I cerfif he I 'Y 'y t i arnes rand Signatures of thosc+ authotIzed to act. by the toreg-Olng resolUL, 4 Tbe City of Cora! -,SZprings shall be fully protected la relving'upon su.ch- cerfilfwat"o + . W I I. the secretxy an hal be indernnifted and saved harmless ftom iaityand all claiins, demands, expenses, loss or damage. resultilig from or growrin-g out of honoyffig, the s�gn aturc -of any perfson so certined ot f0t refusirg to howr any si gmure not so cert1fied, I fi.irthet ccrtify that -ffie abovv resolut;`on 'Is iln force and eff�ct and ha;s noi been revisedl 1rcvoked or rescinded.,, Ifurther certify tbat the folknvijig wre the name, fitles and off'IchA act kNy the for,19r eg+o' siolution. ires of th'-sc+ persolls au�dj­ 111W NAME a-1_QhN!ATUR.F _Pri lv'N 111a t-1, C.."t - - --------- (SEAL) B W retar\' 1 C; Corporate Title The abovel's a suggested fomi of the typeof'Cotporate Rer.SO]Utlon desired. Such f0trn need not be followed Aty of COrAj explicitly, but the Certified Resolution submi.tted in, st clearl)i shm&r to -the sat `AAcit..'on f the C" u Springs that. the person signing the. Rid and .14i'd Bic-)nd -for the corporation has been prope"flv ernpowered by - the corporation to do so in its behalf. TR 12503 - Exhibit 1 (MacMillan Proposal) �IVI` ITIDAVIT' NON-COLL-I S A Statc, of )SS, Comm' Of skys that .- in first duly sswoll')., deposes- and He.;:She is the (t, (Ovevner, Partner, Officer,, kr : ,.uv or, Of r Bid -der that has submWed the attached Bid; I'le/Shels fully i,rifibrm-ed respecting, tht., pre.-Iiaratioll and - ontents of th Bid and Tile o A] perti nt cir unn.stances respecting such Bid; (3) Such Bids genulne and is n0t a cole or s ham Bid: (4) Neltlier the said 13iddff tiol" aav` Of L'vs, officers. pailncrs, owners. agents", tepr einployecs or palrtti• tw,,s in.. Uicljudiag Jnk affiani, Ijave. ni am, -vvzy colbud ed, Ia 'I agrejkA, d'tjeCLtW ., 1A persion. A7* sljbrnit g collusne or --,,ham B1*6" Ir! Oxmnecti,ozi w'i C"I Cie ior w[&h the Sibr.. refra*`u frown Ndd.t`ng in altach.i��d B*d luar-b e st! I: a 01, 10 1 Work: errhave in any directly of IndireLdy.. sought by ott communication, or conference \.Nith any Biddcr, finn, or person to fix the price or prices n the attlached Bid or sc).f anyoffier Biakier, cat tofix any oveihead, profii. or cost coCieme nts of the Bid price or the Bid prwe Of Oth_C:r Biddej-,, or to secure trou&- my C(.Alusio-1.11 cons-pi.racy, C0I-UIJ.Ve-RLIICt,, OTwiIawf'uI. ageement any advantage. against (,Iy any perso-ri inte,,rested in the proposed Woet,-, /5) The price ox pricutoled in thm. attached B*d are air and pro per w, d art, ot t i n i ajiv Co.I.jUSjOfjt Coll" p.;racy-k conrmvanc.e or unlawful agreement or th-C part of fl.-,A�e Bidder or arl) Olnelr* of its agents, representatives, owners, M.PloVeeS Or .part *vs n 1. interest, including this affian't, Page ), of' 2 TR 12503 - Exhibit 1 (MacMillan Proposal) �` d .... s y scaled and del' ��';, N.M v 1: grin -E State, '- J Jbe foregoing In'stn"i-ment was led, 6 20 b"L ..� .... ; ..'�,. ... .,.. "'. M'a,'".,�... � .. w:. ``: ':..,. �5.-'��.: �'".,.',... s ,. ..�C�,:.•:..,,. `°'"r� ' ,v..M.:...,R»,,,„,,,,,,,,,a,;3 y. o' is .�"`�rs�Q,.f� afl i'`. ,...,... not) take an at WITNESS',' iTi Y' •Land J b ..:�^^!4`90":•:1bri4-�ww.wv.::.�'r.+,Ple•Os^b .. .wnW+1•, �vwnvr�ww•nroww k: ..H NOTARY PU`BI..j,-C 0 (Nwne of Notary Pubhcl- Print,, Stamp, or yp.as Cmm ionW : Page <� of TR 12503 - Exhibit 1 (MacMillan Proposal) gUtALIFIC.kTI!QiN!,ST'AT'E.MENI*" The rid s g. ed cartifies under oath tbe. ttuth and c �. Te;. mess o ail statements and. of'a.111 anrSVVerS to questions made. hereinafter,' UMITTE TO pity of CorW Springs (Purcliasing Admirlistrator) ply SIUBM177ED BY", Partners,11UP Individua a TEI,EPHONE NNO, FAX State the rue exact,, wnK d and complete name`the , of rs .,I, �� ���. ��� trade o ' ti ious narneunder which you do usn"nes and the address, of the f Ll-w- ic.S. S. The c ff cot name of ` the Proposer ts, L.. ......_ �°� �. '1 Tbc address of the fici . place of businessis.- � 4 it --------- U t AL-; �-� Tf Proposer is. a. corporation, answer the oHow n Daw, of Incorporatiom. Seel, b-s State of Incorporat' dx Vice President's name, 7b A* L�• ."r "'... , i " ea ur r s name,- . Page 1. o TR 12503 - Exhibit 1 (MacMillan Proposal) �w, a �•�-;L.k .�.k and_address -.o . eA `5. d R s Agent- e� L �,� s.�,•:A„�'„�%-'� �'.,.::.•��,;,3 %air �*' `�3s,,;;. � �::<' .... .. A , AA. �� wM� :;�• wA•........ .......... as b Date oforgraniza-tion, ors x. ..•..., ..,� :._...:.'.•^d+n^n`•n"^^�.'^�9'^'..ra..;:wor .w... -..wz'nw.•.aw.i.nm..wn,....ww:.....:..d... f• .r.w._...o...wa..w«:.•,:o:..•.M..w..................w.w...w.•A :...-.-.-. ..:>...«.:. w•,:w::.,..,...w,.:..,w.ur ,r,.w.<:.:.....•A.•r.. ::;.•.,.......,•.•..w...v.w:. 'p*�+ ►.. at v .. e cif. general r I iirri$ X•'RJd. partners -hip: .v.... ..,...v..w,.,..•. ... as.........x�coowaew.«.,.�.......... -. . al., corpor ni- zat r and g1ve tfic narnw wid address f* °iicp . : A:{iiN�WOP:•.'M•nfN»»:hw:h43wµNRWY.'N:S9f4ii4:Hni.; •,, • '. .wwrv✓M:A,1•Mw•: ::: ::•uw�rwwv.. .w. �:.:.... - A A..,•..ai v...wwVw.�www:. j ' w.pw.(A:v.,x.sfe4M'..b:�xna+isiamsA.w�M:.._rrwvwwn�Y.v.•.,•.w.•.•nwnvrvw.v::W+n.iv.�wNh M q�:,�yw .... � ,y�{, .. ..•......v:..�:.vww^•rdVe%n�.viw.,•:.rwNv++yA+.vAtwM,n:.v.Vt�l.�Vwvi:..w+w+v,.wwwwrrv:;•:vv�u�w4w+MM.�KM }.:v.:.JwLY:�w/w.•M..w•...:,.nq,M,ww.:::w'u.T.uyrlu,nW....,..T: { •Mwvv+r.•Aw.www•i•NM�Mhwnvw•AMvi.IgayT . • • .. - ..'•w+,P+IOK• :: , ,nwnM:T+ti,vA.„ .A'�dE0MJ000. i000M'+WW..w.w+::3%•ii •.. . f:: >', � !hK.:h•A.nKi[.MAaM�•ti: �nvn,ewuswpwawgyyspy4. •?.•..1.wA54irw.:i+�fm:•. :::wiii.:...Vv.. wviv�rww.vm•.w'+w.ww..y.+fiM"4�p�ww�\ ' } 1}Y.,w vwuuwuwuruwA•w�i.vA:wvnpl•: A096�'n?Y:L,•.; :.: v.JMw•:.•nwHpyyµy��M,w,�,•,, w... .•••.•.,.W •.:. �:NiwMw'.N•wV.NWYVAuww<'.. y�P)�.. 11'Proposeris operwing under a ctitior'C with , 6 w � `an ` yewrs has. `y >r off`gani io-x been 'In a -side .. under its present business e .... ` .ndi.c • re�g ita n, 'ins numbers or cevtificateusnberg, for the businesses .fir s$ n ht' 6 are the subject of 1 id;: Please tth certificate of 1r1: et a:: , ; and/or glP' e r istra on.: 71 eeww.•+v.ewrwewwa�wa.w.a«wAsv+.w.vv.y..v.�vwn .�....ie+o�+•c,:.. . .. ... `.'. _ ... ,�mx.:h..,,.A•.ww:.�..vM,.ay:a�w«w:.www.,:,�wxwc'.+�.�ww.�at,+gooeoeeoasa... ge f TR 12503 - Exhibit 1 (MacMillan Proposal) F K PV N Issued Pursuant to Chapter 206, Fforida Statutes MACMILLAN OfL CO OF' FLOR!DA INC A.TT.N WILLIAM PUTNAWMACMILLI AN 2.19)55 E 1 1TH AVE HIALEAH FL 3.3013-3509 M DR-i 14 A. 02/05 10/73113 W Attached belowis your Fuel/Pollutants tax license issued pursuant to Chapter 206 of the Florida Statutes. This authorizes the license holder to engage in the fueVpollutants activity classifications listed on the license. The license must be displayed conspicuously at the principal place of business. The license is only valid for the person/business named and cannot be transferred or assigned to another entity or person. Whenever the license is held by a corporation or business entity, there can be no change of stock-, ownership, or equity without prior approval by the Department. 1-he license is only vall 0" through the expiration date listed. If no expiration date is listed, the license is valid untl notified by the of REVENUE License Number-.. 2 0 5 6 3 8 FAIN Number,- 5 9 -0 6 48 2 4 3 f .................... -- - - — -- - - ------------------ - - - -_ ------------ Issued Pursuant to Chapter 206, Florida Statutes Expiration Date.- 12 � 3 112 01 4 License Act ilivity.-Wholesaiet Exporter MACIVILI - AN OIL CO OF FLORIDA iNC ATTN WILOAM. PUTNAWMACMiLLIANN 2955 E- 1 1TH AVE HIALEAH FL 33013-3509 Locatlo' 4% A., 02/05 10/23/13 License 'is Not Transfeii _eo_­­*"i#1�rjj_'_'_'__­­_ be Posted In a Conspicuous Place T)!.% business haS Complied with the roauired provisions of Chapter 206, Florida Statutes, and is outhorizero to engage- in fuel activities Under the license a0ivitY ClassAication listed abov-p- If no expiration date Is 11IStea, the license is valid until, nobfWl, by the Department of Revenue. --- - - ------- --------- - -------- El a. TR 12503 - Exhibit 1 (MacMillan Proposal) Of I'l a,.h AWNW. ? fflqm s -tax cep At mum 14 ,mayor Carlos Hemandez 4.2472OB2 WLD-5.172BI) A Amount.- $ 125. 0() .1"he pmsoti, fim, or carp - listed here has paid the, bps itic ss tm re qu lmd to engagt In Or opetate the bu-siness spocifted subjec-t to die regulations and restrictions of the Cif i11 I-fialeah. Florida je Owner., 2955 HOLDTI.NG, COMPA, y 1', tC (.,A) 7C,0 L 'SO PRE- N �A Tvpe qf Busin4;XS.- Petxroleura and Petr<>Ieum products Merchant wholesal.ers ( Bulk Stations and Termiznaex,oqptls) MACMILLAN OIL COMPANY OF FLORIDA INC. 2955 E 11 AVE Busine."LocAon, HIALEAH, FL :33013 Validating N*o, : Certificate of Status Detail Result TR 12503 - Exhibit 1 (MacMilft kLFRObV2 Home Contact, Us E-Filling Services Document Searches Forms Nelp Listed below is the current information for the entity for which you am requesting a certificate of sUtUs. If this Information is what you require for certification, please press the "Continue" button. If you do not wish to continue with this certification,, press your browser "BaW' button or select to return to the Sunblz home page. F%= 1!74177711-m - i Ufful Corporate Name MACMILLAN OIL COMPANY OF FLORIDA INC State of Inc FL Filing Date 06/0111951. Document Type Florida Profit Corporation Document Status ACTIVE Last Trans Dato 01/08/1990 Last Annual Report Date 01 12412orl 4 Last Annual Report Year 2014 f Continue L 4-r httpsf'o-Ilse.rvices,sunbi'z.orglFilingslAiinualReportIStandaloneCertificateFinralRev*lewlc,1642... 3/18/2014 .DeWl'by Entity. Name TR 12503 - Exhibit 1 (MacMi1po)2 : YD- TE TA o'PCv r / k $ i' 3 ,i v i R Y, r�k 4 X.: i M • it 4,0 At Changed;-,:� 9 t'' R +n it i' Routs -Acient Name & Address 2965 HOLDING COMPANY W# 2956 EAST I! AVENUE Name g01/07/2010 Address Changed: 03/1711995 ttor-DetaO Name & Address Title PDT: ,'O, AMANCIO HIALEAH, F Title 'ALONSO, DANIEL, 12955 E I I TH AVENUE H1 LEAH, F DeWl b-v Enfi.v Name 01 TR 12503 - Exhibit 1 (MacMi11ft§v&9A2 rAIJA Report Year 2012 2013 Filed Date 02/08/2012 01/23/20-13 01/241201.4 Qocum2nj, Im"Cl 01 /24/2014 —ANNUAL REPORT view image in PDF fom-at 01/23/2013 NNUAL REPORT'; view image in POF format 02/08/2-0 12 ANNQAL_R�f�Offl VWW Image in PDF format 0110512011 -%;6NNQ&_REP0n-r 1 view image to PDF forrvvt P11F --)�NNUALREPOR* 7,12010 iew image in PDF format V J a 01115-- N ,/200�N.ULPCORT iew - mcie in PDF fort� —.A— &REV ---, -._. I 0-110 /2008 ANNUAL REP Vww PDF Wnaga :fomot n .j 0 1,/18/20 07: — &NN UAL REPORT View image in PDF forms a&2-/Z Q& R.E.E-QR View im e in PDF format .T ag D 01 /1812005 — -ANNUAL REPORT Mew image in POF fa Q0212004 — ANN AL REP RT View Image in PDF format L2,�Q§Q003— ANNUAL, REE View image in POF fo-rmat L ,4? — ANNQA. REPORT image, in PDF format view 05/1 001 ANNU image in P-OF format 05/10/2000 =ANNVAL-BEPORT View image in PDF format 9sL REPqR t View image In POF format --------------------- ----- 061C1211-998 -ANNUAL. REPQ- RT- — - -------------- mew Jrnaqe--i----- ma n POF for 05/0Z,1 99`7 ANNW:A�eQfT View image in PDF formol L41,1,6/1996 — LNNUAL REPORT View image in PDT` fognat %3 L7—/,l 9,91 — -&N N UA S. R. � P 0RT View #nne In PDF format http,-//search.sunbl'z.org/Inquiry/Corporat.*onSearch/Se I tyName/d OMP-... I , archResuliDetall/Enfi3/17/2014 TR 12503 - Exhibit 1 (MacMillan Proposal) Do vcwl havQ a completQ 4.,,,ct of docuir-nenv�? State the names, telephone numbers, anti as Known ad -a* ,es 01 Vir. e owners nd'v"duals or repres• �twfives of the most knowlede c&,wirk whicvqu 'dod �v, the past two (2)y-Car,11-11.. amd to which, you you ha-N��: , 4 parfix-imed of gooa-'S - r - .1 - - C, PrOM ! I C � k, . refier (go-vemment mhers are prefeued as references), ------------ -- (address) addre4z.-� s ') PA hIIEOYIiI 3 -k 0,51 (phone number) (phone uumber) �D (name.) (phone numbor) 1"J'St the putawnt experience (if tiv ke...,'ndiOduals of your orgauzzd ml mset� sheet., Ulnecessani). w I of" 4 TR 12503 - Exhibit 1 (MacMillan Proposal) A - ma do Alonso - President - wrer 35 years experience in all aspews of fuel distribution B - Daniel Alonso - Vice President - Over 1S years in fuel. distribution C - William Putnam - General Ma nager - Over 10 years in fuel df stribution E - Armando Pita - Fleet Manager - Over 17 years in transportation dispatch F - Raisa Insua - Dispatcher - Over 22 years in transportation dispatch TR 12503 - Exhibit 1 (MacMillan Proposal) THE PROPOSERACKNOWLEDGES .�� UNE. "�°�"` THE INFOPUMATION CON. 1AINED IN RESPONSE TO THIS QUAI1F] CATIONS 4.-'1 NURACT AND i.7UICH T1N r�0.R•AJi� 1 i. 3" S. WARRANTED ARR .NTE BY. PROPOSER. To 1..i TRUE, THIS DISCOVERY OF ANY MUSSIONOR ISST TEMEI FI" THAT MATERIALLY A�[ �fe r�YrT T I M ��) S 1�./ '1�.i Q1,J'ALIFICATIONSTo P1 .a� `7I R- Jl tN.DER THE CONTRACT SHALL CAUSE U-1E WhWER T(3- REJECT THE BID1 AND IF AFTER THE AWARD'10 CANCELAND TERMINATE H AWARD Signature 'be fore -going nstmm(mt was acknowledged before me this �.. .. dav o � iCY 0by of A _ r �Y perssonally.knmvn to .tee or wbo has prodixed. did (di"a �otakean teat.. WITNESS my hand and officialscal. l NOTARY PUBLIC (Name ol,' Notate Public: P r or tome - a r ,sv .nnPtA Page 4 of 4 TR 12503 - Exhibit 1 (MacMillan Proposal) FOREIGN ANON -FI.40RWA) CORPORATIONSMIJST COMPLt-TE THIS FORM DEPARTMEN't'OF STATE CO"ORATE CHAR fER NKX If yo-ur corporation v; exernpi from 1-be rooquirerticnits of Sect'oa 607, 150 1, Florida " StatutesY_,V TC11 Cl jUU'j e rcam(sj for the C.XenjJr)tK)11., PlCaSt: LOntAct the Department of Statc, 111vision of" Corporaboos at (830) 2-45-601 for assistwce with corpDrate registration or exernpbons 607-1501 Aualority of foreign Corporation to transact business required. (1) A fortip corporation may not traw;aa buses in this state until 'it obtains a ardflirate. of authority from the Depwtmcnt of ate, State, The folloNving., a tivifie&. among. others, -do of constitme transacting b.jX$JLnc%,s Nvithin thopeaning of subsection (1), klaintaining, def'cn0'U`%1 04' tailla wlp proceeding, fib) Holding Meeting of the board nfdt'rect" or shwreholden or cam lvg_ or, ofljeya�tjv, •-onc rnmg. intem.al corporate at -fairs. Nltain44inlng bank, acwunts. MaIntairAng officers or 3gencies for the transfot, exchange, and istrafion of1)e corporak-Ws ownse=­ AWS or maintairting tmstm of depositories it respect to those securities. Selling 11iro0ggh. independent contractors. Soliciting or obtaining orders, wbother b)mi.afl or throug acceptaince outside this state before th.�,y` becorn't- Cow! o Creating or acquining indebtedness, morrgagesv and sr't�urity inturests in reat or per onal propem., (11) Scouring Cfr C011CC �W.jg de bm or enf6jting mortga-gqq and security Interests in property secure* g the debL�. 1"rransactln bus* oss'n out Merco. Conducuiingar. isolated trawsacti.00. that is comple�ed NvithinY) days and that is a ti.r.c.iw hv, co e o.�, repeauxt UM tf,"$actions of a like natme, 0-wn4 and controllingo. subsidiary (,-omoFatior. incorporated Or Vansactang busiliess within this state of of the, stork. of any corptxatioj) vvh-icbAft W la%kTUJIN.nquired, -W 0-wnuug, a limiffed partnersl,� iTitere-st In al itnited p. artnersi i ip that is do' withi thi" busin m-s 1r. ov state unless� Such limited partner manages (A'vDotrols the paAnershlp or ever�:vseslhepower s and dub", of L gelletral Partner, l or pets.o I OAzn,ing, without more.,, ea 1W property 0) The list e ofactivifits in subvchorj is not U$tive. (4) This section ha!f no application tt1it que!wofi of ur-bether an) foreign corporation Is subject to service of process and. suit In this state andor any law of this stag, I Please chedk one of the following if your firm is bnT I I � a corporation: Partnersht. Joint Venture. Estate or Trust Sole, proprietorsh-lip or Self Employled L40TE,- This sheet MUST be enclosed mfith vour bld if vou claim arl exemPtion or liave Checked I or 1-1 above, If you donot chec-�;., I or If 4 above, Your fim will be considered a wrporation and sub, ect to all req�ijremtuts. Its-ted herein, , �n, BIDDER'S CORRE. C T LEGAL NAMEE, SIGN'ATURE OF AUT140KIZED AGEN'T OF HIDDER TR 12503 - Exhibit 1 (MacMillan Proposal) RFP 1-4--ik-035 I.-TNLE-A-DE D GASOLUNE & DTVSFeL FUEJ-, FOR S01tjTH.EAS"-F FLORIDA GOVERNMENTAL P11RCHASING C:00P:F;%V11VE GROUP ATTA(-M.MLNT "V" SPECIFICATIONS & REQ133REMENTS The table-illcluded in Attachment "B" pmides information from eaeb Participattizig Agency as .regards the size, ty- . anal lotat"on of fu.6 storage tanks an,d- th 'r estinmated jion-Wil usage of the Is v. arlou.-s fuels. clud.ed in, thi's Request rProposa , * I , 5PEC1.F1,C.,.-A.::rj ONS 1A Suceessful Proposcr wifl sell to all, panicipatilig agencies th' e f`61 Products'").x IocNkin.g pr y. the., "Utra Low Sulfut diesel", N;o, 2 t4tra Low Sulfur, cm -road.,., cle-ar, taxable diese'l fuel per ASTNI D-975-08aspecificatt..ons or latest. rev" 4 I ision. -thanol blended gasoliffie per '�7b 0 "'Ethanol Gasofiine 10% E AS'*'rM D.4814-( i. ons,, or revi 81 v on. specl .mati* , latest. I - *21- A.dditional., Optional Fuel Products: drange 1-Inleaded, Gasollne. 1\11nimum Ociane of 8 q-0, U*71tra Low S'ulfur #,^2. Red Dye Diesel "5% Biod.lesel Riel"l- LJ*'t:rz Lo, S`ulffir 50.vo B-iodiesel blended fuel, on-R)ad. clear, taxable dielsel futi, The B1.00 will confom to AS'l"IN11 D67511-08 or latest revision.. C1. 20% Biodivsel Fuel'"- 1311tra 1"..0xv Sulfur 20% B* desel blended fuel, on -road,, clear-, taxable. diesel fuel.. The. B.100 will conform to ASLTMJ)6751--08 or latesq Tevision. E 85 Fuel Ethanol-1. 9,hall confomi to the chemical wid physical standards fb,r fuel Ethanol a�. set fordi in the ASS'MM Intemational Designation D51,798-99,* "'Standard s e pI e ton for fu 1. Ethanol 75-Ed85) for Alatomoti`vSpark- I 'tion En roes". nes". The ptoducts supphed as a result of this Request for Proposws must conforin to the specifications of the State of Florida wid cvv with all Federal, State and local laws and regulations as applicable. on at otdchiveq, PRIC MIG NMFMJODOLOGY, Page I of 1, 0 TR 12503 - Exhibit 1 (MacMillan Proposal) Pmes, proposed are to be F"t.013, de 'vered exrressed a pc)sitive or negative diff�rential froii) the applteable daily Plafts prIcc publitshed. -in the-U.S. N-Mark-et Stan" as described ,here "in for: Me dole prior to Me d4fe of deliverT. of product to be Parti��xpafing Ap�Ilcy mid wre exc4usive of all FederaL State and Counti., Excise taxvs and fi!es, Any Cr app.licable taxes wid fees shall be added al. Ilse time 0 f invoicitme, See Paraguaph 3, TAXES 2.2 1-1 of W.%. 87 Octane Glasoline 'I's 'to be, pi-opos d th foll, i methodolo'gv ) B nent OB CqL,,pqngn al .Published Plaits Gulf Coast W r' Borne mean pnee for Conventioltr,&,al Blendstock.fot id Vapor Presstire - RVP othe date of Oxegenate Blend'ng (CB011) (Fot he ap.pl'cabl Ac' ti ceh'very of rodUCLt. rack;) at the p o�ed 0C f6t Positive or Negat've dIfferential. prop for Conventional Blendst k, Blending (CBOB) (Diffemntia-I -to be cot4tant regardless of the appiv icab le RVP;.,: v Times .9 Equays the C B OB (,omponek �Ethqnql C M Daily Publ aits New �`p Harbor Barge mean price for Ethanol Plus Pu. IL ,sitive or Negative deriffob-*i4l I)roposed lbr'Fthanol, 0 Tfmes.1 E4uals the. EdiaAol Component ,87 3rileaded Total Plan Ethanol Compquent Fwi-nula for '11.1ustrati-Ve purp(I.Sesl: + Ethanol differential) Price --- 9 x (CBOB + ("BOB difkrential) I x (Ii.thanci Page Ao Of. 10 TR 12503 - Exhibit 1 (MacMillan Proposal) 2, 03 'PrIcing: of I Itra TL,ow Sutfur Diesel is -to be projposed using UIC RAICANITIg -ml-et hi o do log, y :z Uul f Db, lur Diescif ail Published Platts Gulf &r 'B Coast Wal.orne. -mean pry i-, ­c,� f).r - 100% of COSIPer g:ajlvTl. I'lositive or Negative differential. proposed f6r U, Itra Low Sutfur lAosel. The pri-CC proposed with differeltitial ss-hafl nz.w.1-ude the vendor"S cosst of --rlrodu- t� V=dOT*S profit. the co m of die] very withiti a 30 mlie radius of' Port 1A Baer &,Aadcs, tmy and. all onlv applicableto defiverles tle othel wcsts, A Lirm',p sum., addItional defivery charge athirt,v fat mid radiu.s of Port.: Lvergmay be- prqposed (m-� the pricing Mica With' the thiny (30) maile radiius of Port E'vergad es Lk proposed cotsts must inctude dehN�CTV rogardless of the a, a-ual vraT mg rota. m , les Te.quired to be. driveti, to make wtthm that Tadms tso each t.,Aank location..., d'.6grentla-1 Mosed for Unleaded sellhalij 'Pr a .ALdLtip�gLf e,t2Lg4,ucts s-, ipt chwi it qi the. 4njj**pj .. ......... other chw, gles 4shall bc addeel, Teml OL-.ki Cop.U".act riods. DiAcrential musst be cxpresscd in dollars mmi'm cents per gall -on, The scleAte d el, adv`-se the UaO. Av.,ency -of al.! availlab—Ic f`cdeta 1 .1 or stae: thle (In all file] ome-R. being pure sed hhem`n.-, credlh-s and aVlatta A!a tbc�- 'e, P+TiL-C i- n Id ptoroser, Shall pl-,,, all -S C -C!" C. the a and amd. ,he df-r--+�� mr t on the in-v Picorponated .GIs.aNva.,ril and :shafl plolt bi� relGocted 1"r, tbe crt�dits arrid dl'scoun-tt� V,-iii �be 11 " J)Tor' 2,6 Alternative Con's,idering ttle dlyxlwm�; nal'jre of Iiie] technolop.an� the gr owing demmid for aJtemafve7 theCo-Opciethe r1gbt todimyalcml ve fctrtlet 3pes d.. Wben. wch a need arl'sys-, the Co -Op 1,hall contact C : tlected Proposer V) rerquire -S tb sL detemin,ic if tbe selected proposer has, theab O� fity to provide or obta':r thcWtenrative. fu Ilie Co -Op sball pmvide- th-e selected Proposer witb informati i.on on the., fbel type,, the teclunical. spmffica-ii.ons of: the -fu.- e*.*I, thy- zcceptAble operating quaii,titles, deliverrequit(anentsi, and arrv- other, relevaat infi rmatum flable. Thm�, -�r f -r the soppl F ra -,e fi se eted prcmoser jshudfl subtlill a e- ot Uel I '()r tbe, �-Op+'+ s, revieu" and approval. 1-10weve-T, if the selected propom�r 'is wiable to supply thcahe,-mafive f4cl lt�,,:pe, or the Ck Op. does not ace-ept the ,selected priopos-et's price offer., the C.'-Op shall I ,iavc the right. to porchase the afte-mative futd etsewhere... T. A. X ESS Page 3 ut 10 TR 12503 - Exhibit 1 (MacMillan Proposal) 3A The a-gencaes listed hemin are counties,, mur"Cipai 14 Alies or -subdivisions of the State of -) F*lon'da and arc exempt from FedeTal Gassoillie. said Diesel (excl seRoad saxes and Flofida. Proposals VVill be. considered only from Proposers %rho do not TCqUIM the pa)mient of these -taxes. ,5.TM,N 4� SUBSTITUITUALTEIZ. 0 PRICE AMt.."* �-NNAIE,.MET.D.:.�Q L"OR �._L. 41 71w City reser�I,es the, fighL based on mutes agreement with the succes;sful pro oser,, to ,P substitute mi altemate method for pn'ce adjustment for a speQified.. negiotiated period of time AY An. intcmp-d -ion, n the Platts ptibbeation -i's expo nenced bey-ond ex i,stina schedtiled holidav's Undependence Day, Clu,jstrnas. etc,), or B�"he listng of ppricesces for the Platts Gulf Coast or New York arbor as applicable) are Jinteapt ed or modified to a degree which would requj?,e alteration of the C01*nPutat on, foiviula to determine a f - wr pfice, or C. The use off" tbe Platts Gulf" Cast Water Bomie mean prat Ce� or New York. I larbor computalion becomes no-n-representative. of ihemarket, D, The Successful Proposex provides clear and convuicing proof, that M'q&_re'J conditions umelawd to the Plaits Index have been materialIN altered from those that existed at the time of award or renewal, of contract, p ri, of, ma y C 0 RIAlst ofcontracts nth suppliers, Invoices or published indexes, etc. 4. -22 The City may, if deemed to be I*-n the Cityos methudology in the stuab i ioms listed i&vvre iI Information crvicle Cbntract Bon clu-nark Hie: Sulfur DiSti best intercst, clect to m-ctdify the... pricing the following manner 11.51119 the Oil Price 3 Ethanol Uk:�o Dail' Fuel prwes shall be based on the rack avrerage dady price for the preceding day ws Published in the oil ice Infonnabon Service (OPTS) Report for Nfiami, Flon*da plus a firm markup t -discount, which shal I not be below a discount of . Per gallon or a marp of five Cent's (150) peT gallon. Such discount or markup shall be negotiated at the time that an a4justrnent to the pficing methodology is be*mg consi'dered. 0 hem markup or discount.,W1.11 alclude the vendor"s cost Of producL profit., delivery costs and any other costs. 'ThefirmMaA ordi se ount. or t3nJeaded ine or Diesel f��sq shallot,cban e aegotiated tem. of the contract qMendme4j, No other char es ,g,�, du in the n 9 shall be added. 43 � f Mark4et The City awyalso negotiate a per transport or tank wagon de surcharge, .. I conditions necessitate such a solution. Page TR 12503 - Exhibit 1 (MacMillan Proposal) �. u it is �� ����:� �:� �� �:� �"�� � �� � iits bell interest to su staff te ) alternate. =J A f6r pP rice adj strrtet t as , sqifvc- above tfte Ccontra'A r(") W1e rwie thij•tv t 30' a.s. r" e tt date o.' tl� ate justment, f a alteniate. !rice ady stnicut �:��� nieth�� is ix -it accepta le o a:. l awarded eontractor(s), the � �� (:anctJ this contiact in �;t part �4' � °o traet(:)r(S) punetv (90) days pnox A°rItten notice.. An !o :e r >ic ec pa-t16pati gelIC : elects � �etlu d it twentv-fbur 24) ,.ours of date of delivery of roduct. Each fivolee s a 11 re. ere��e the date of the app'bcable pubwishcd Plotf price fior th t da) vAth the a pro et drertal aS Per tra�e:sl proposer slal.l e�~a:elV o itroie each individual 1 o11-exempt: tm/fce and the amount of the d fferentlaI r 1. ach, paf elan ove�xental age cy �ll� � the. aware.. ��� e�t�t�a made h Lead Asency and With the, same prices, terms.. and eond.11tons establish its mikm contract with t1se sw c1eszsful r oset(s) I*n a manner acee table to tl .c succes :ftl1 Proposer, vvij] issue its ovvn pure .case orders: -11 Tq lre Se. arat.e bifling an °dl j�� e ��s �� ��. exemption eert l c t� as required �►�� the successful proposer. .2 'Fhe Cltv of .oral Springs �.rcha:wi il fumish a. ctopy o anN # yr t b r at a s�. � tt i the. ropy a s to al. p t� � 6 .3 6' Pa �y-rnc f . will be rna e y each Par -tic pa.fin . gency w1thi ji is c ej-j ('1 5 , Calend: r Ls frorn defivery of product at Particl a in agencies location via wire -ans4el- to sell.er's a"ou t and bank., as indicated on: tItte invoice, It 1-s undo t.cx)d and agreed that: Litt Oly of Cor Springs IS 110t aaIn Y s. Contractual a rc;cnacnt mac ct evn any other agency and the s4ccc Sst �� proposera rersu t of thisRe-quest f6r Proposals, as After award of con aet(�) to successful pro oscr(s) the fit reserve h t to Issue s port we orders in accordance with the terms of tl s contract. Repg n mets The sclected Prgposer shall submit to the I:�ead Agency Fuel -Purchasing Repo > on a - r basis" The fuel chas)'n Report sh i cl ude fuel volwne totals by fire. t)r ; e JL, each wp artIciPa in a mcv 11c rt4,p rt Shall also include a. "Grand �rold' t ��e'r r��t�°�� ate) fuel *,ulum or ail Partielpating. Agencies for each ftic.l. type. The requited. - elks are the full oNv : ;. try' 0 Reporting Pero (specifymonth) # Participating Agency elivery volume do not roun.off reported volume amounts, alto)ll t � .,. � lay. reported up to as many declirkal p1laces as needed). su'blotal volunle (per fuel type for ct-1 Partici atin , Agency) Page 5 of 1 TR 12503 - Exhibit 1 (MacMillan Proposal) A 9, Cllwm: 14-ul all) Ve T".mal Volumc'N"Car t-0 Date (pet We] t)"Pe fOr -all Pattlelpatling Agenc.ies-11 Note regarding fuel t7ypes.- 're -port -1.,nusT S t�;fy the cibmiol a biodiew.1 blend being de.1 IJ ve rcd Fh) Via em. il c I ue.1 Purcbasi L) Report be sent in elcctroriic orm tit (E-xclel forma pre.1 erre d a' to: pureliase��,;coralsprin.gsorg. DEVVERY RF.W.,3"TREMENYS For the purposes of ffis seclion the to m, CaTn'cr shall mewi the Seller Or an inde-Pendent contractor it by Oie Seller for the dcli'very of fu6i to the. Pa-Alcipating Agencies 8.1 LRIAL 9E�QUIREMFNTS: A. Camhance wifth Laivs and Codes: Federat, State, County. and local laws., ordm*ances,, rules and regulations, that in any meaner. atiect. the teen s covaed here-1.111 apply, Lack of knowltdge by Carricr shW1 'in no way bt: a cause or reh`ef ftorn 'Wli i T e -S P Ons I I 'flit Carr'cr i I . 1). i shall stricty COM.PJYL W'j Fej _Cra�j, *,State, and L.,Ocaj building wi+d safetv codes.. Equipment shall xn-cet all VC 11.3tate and Federal Regulations, '*4 qL ?17 (,".' arr ' er Vs.., and rsihiAl b(�j in Vie B. devendent Contractor Relationsh.111,1, he I perfonnance of all Nvork, sem"ces. and acts' t s under the Agreement, an Independent Ciontraclor and not an employce. agent., or tsewant �­ ot anv Participating Agency, A-11 persims eng, ged In any of the Work Oar w ices peTfonned pursualm to ths Contrav, shall at altames, and i.-3 all places.. be su* 4.1 -, I b1CC.t 10 T c (`arr'CT"$, SOle X'rcise control Ovef� 111t. Ineans, d.1 ruc ion . st:ipor�..`s'on.. atad cortrol.. 7114-w Carti.er shall em,- wid matuier 'in w� it, and its empk,).wes Perfor m. the worls:, and In all respects the. I Ctimer' s relations>hlp, and the rejallfnisilip of its emp-10yee-s" to an Parl, Agenev , kh;all be that of w). independent contractor and not as employees or agenis of any Particlpating.Agcncy. 41 C. Certtriestions. I.-JCe-Uses and Permits: Cam*e.r �ball provide a copy of! all, applicabie Certificates of Competency issued by the, Swe of Florida in the name of the Carrim', It shall also be the responsiI.,)i1ity of the C " M*t �' aMeT 10 SUb I pnor to wmmencement of work a current Occupational License and all perm' its t required. to eO.mplete thlis contractual sen,`ce +k at no :additional cost. It is the responsibilfq, of thL Carrier to insure that, all required certifications, ftoenscsi and Pen-mits are mamtainlcin force and cumni throughout the term of -the Agreement. & Defivery shall be rcqred Avitbin 1wenly-Bour (24) hours unless an ariltemate. deli'very date 'Thas been requested by the Pamcipat` ng v� Agency., I B. Dallily orders shall 'be placed by e-mail ftom a pwtj(;� 'Patillg ageliev:represtntative by 10:00 am,* Monday- through Friday. Page 6 of 10 TR 12503 - Exhibit 1 (MacMillan Proposal) C. Deliveriev.. shall be made with1p, '2.4 hours of order placement ixnless Olt pw,ucipaung agenc.�:, spec if ically d'cated on the. iadex, in wb*ch. cise requests otherMse as in j I Teqnest ed delis ery date and time shall become the required delivery time. D, Orders placed on Friday shall be dfsOivered no later, than 55-.00 pxn.. the �ollowjng Nionday., wiless the participating agency specifically requests otherwise., in whiO'1. case, request dellvery date, and fume, shall become therequired dclivery wn.e. Th partic ipatifng agenc-).t shall riot require the eam4er to deliver on 1,5'uud;kys (except for declared emergency M'Auadons ,). E. A. transport load shall be defined as no less than 7,500 gallons of Ethanol blended, or regular gas-Oline or no less than 7,000 gallons of 'Critra 1-,ow Sulfur Diesel or 5% biodiesel fuel or % biodie-set fuel, F. The Participating Agencies reserve the right to split and load betsween no than two defiveiT sit -es for their agency. G,, If the cam'et is unable to meet the. delivery requi $ rements, itshall be the respotuibility of the easier to notify the pattic1pating agency %ithen 2 hours of the delay, u-cuming so that the participating agency can determine 'if it. needs to transfer fuel. between its saes to cover delay, i-t At t,*l*n e. of delniery, carrier shall present a delivery ticke-Uh-ill Of ladina, IC� a Pwrticipating agencN��- rep, resentati've, or if requested, deliver document. to. a spe.6fied locau . on. The delivery tickellbill of ladm'g shall Include,., Bill of lading number,, Name of supplier and carrier.. Date. and time of de.hN'TrY. 0114 A J`Ype OT fie! dehverc-.-.d, Gross gallons and net gallons deliveted. Inches in Wellank, belbre and after delivery., Driver*s signature. Signature of.participan"ng agency employee, rcceiNlAg. delivery, unle.ss olhem�-ise indicated. Delivery address, L Carrier shall be adequately'' equipped. staffed, and supplied to, � promptly, and efficiently, fuTnish, deli-itw, and dispense, At] prodticts that are submitted at various f' 'hies. acl it J, Carrier shall have the ability to fill above-grownd tanks. K, Carrier -shall be fully for any and/ot all actions of their em loyees that require res-ponsi ible P clean up or ground sterihzation as, the result of an "'improper" deliverv. Cartier shaffl have and shall maintain those types mid quantities of matenals necessary to contain spilled product(s). Carrier shall be responsible for prompt and thorough cleanup of all. spillage, as per E11A specifications, and for any agency finesgar .fees that result fi-orn contam,ination, w Page 7 of 10 TR 12503 - Exhibit 1 (MacMillan Proposal) 'I L 12, 'I I L, Discov7ery- or oocurmnee of a on overfill', excess. wa'te.t -11 contamination of surroundin.9 area, Suspected tank failure, 0' chemIcal release shall be immediately reported the Carrier to the W Wlere. the event is directiv or �nd'. 46 1 irt.,efly the resull of earner s act-iolls, affect Data innient and initiate cleanup * date yt Imm 1 *7 the tank, suspected Othef indication. of' participating agency, the cWTIer shall also K All ti-ansport truck. deli'ven*es w:1*JJ be temperature a4justed "to 60 &gtee. in accordawe With the latest edition ol' the American. Soclety for Testimlg and Materials (ASIM) Table 6B, Volunme. 11, Petroleum Measurement Table's, Dehive.nr tickets and Invoices shall reflect the. net gallons dell. vered after temperature compensation. N. Any Tankwagon deliveries x8ill be metered in gross gallons and - iln�'voiocd in gross gallons, 0. Agencies will. pt f ue.1 frorn tucks- with scaled State appro-ved and in-spected meters. on sur Trucks that. have State, of F1 'da Department Of Agrivoulture and Con net Services ale call brat ed. and certified, compartme.ni tank volume m ncr, for the petro se d delivered, are. also acceptable, mar leum. product being i S . P1[J,,AGF.': ........ .. The. Contractor and/(-,i-l' hiis subcontractors nnaking defivenies %-ha.11 ` any errors or Innstak-es that require clean up or gtound tri tzat'o re'��Donsible for prompt and thorough will. be cleanup of a s '11age `F"A spec.'Jjc�at' for any agenciess fines or feics f' �Pl POr E I ions and fu. e I or any containma-60n th8t rcsult frOrn improper deliveq- of PRIQRITY _)F ,,TV[ Rffz, W - Pre.fetence of' delwenes shall be given to agencies provid" ing emergenc*v lief and response serv.icos and rnembers of the Lo-op who are, participating in thi is Contract in case of declared emergencies cm, natural disastcrs, ffi I dde# V r.s shall attach an emergeng.V Plan that assures continued deli'vVrIes of these products In case of einergencies and when additional quantitits may be required, WORK S1'-l*F The carrier shall at. all tiMCS guatd agaJnst damage or la,Rs to the d 1, y� * e IVsit.e.- property,, the Ca"Ier's own property,,, and/or !hat of other contractors, and shall be held responsible for lac' repairing rep ing or repairing any such loss or damage. When appl'cabje. the C r shall provide 0� I artie fences,, sign% barricades,, flasbing 1.1ghts., etc, necessary to protect and ensure the . delivery site(s) and insure that all county, State of Florida, OSHA. and other appli le s icab afety. regulati ons are met. -Additionallyvid , carrier shall roar forthe. prompt removal of all debris frorn delive-mor s'tes., I Withhold Pavmcnt or make such deduct� M] partic'pating agencies may W1 Ions as deenied necessM., to ensure reimbursement or replacement forlossor damage to Carrier or io ts agents. PrOPe-*rtY through negligence of the rNISURANCIE, RL.-,q - D Page. 8 of 10 TR 12503 - Exhibit 1 (MacMillan Proposal) Proposed carrier shall be required to pmvide evidence of the folloNNling mimmumamowits of rosin-ance covera e to all participating agencies, During the -term of the agreement and prior to each subsequent renewal -thereof, the carer shall provi - this evidence to all participating agencies Prior t the wKpi'tation date of each and every insurance :req- .fired he�r-eirl. Con=ercial € general Lah fits° Ins rancv CalieT shall maintain conimercial General Liabilit) Insurance, or si, m.i ar fnrtn, at a limit of liability not less than $2,000,000 each occurrence f6r bodily injury, dry, personal injury and property damage liability, Coverage shall ins; lode remises an aor operations independent contractors, products andior completed operations, personal injury/ad-vertising, liability, � onfractual liability. and broad form pro arty c�a a �:c�verages. Coverage fol, the hazards of explosion, collapse and underground property damage (X-C-' ) must also be included when applicable to the work- to he performed, Business auto .policy, nclddin the MCS-9 Motor Carrier Act Endorsement and/oar CA 99 48. Pollution Liability w broadened Coverage for Covrered. Autos _- Business ,auto. Motor Carrier and Truckers coverage Forms Endorsement, at a muumuin limit not less than $2,000,000 per occurrence ro d. coverage f' r damages a ; mst suc' third- axty liability, r m diatl�a and defense costs. In the event the. noisy includes a self -insured retention or deductible in excess of 1.000,000, the participating agency reserves the right, but not the obligation to review and re uest a copy of the carriers most recent annual report. or audit. nasal statements. The policy shall he endorsed to incJud "rertici at enc-y name" as .ddit onal insured.. (In this context, the term "autos" is interpreted to mean any land motor vehicle trailer or semi. trailer designed for travel on publi.c. roads).. In the event the carrier ne g tfi er Ovials nor lease, automobiles, the business Auto Liability requirement shall be amended the CaTner .to :Maintain orAy faired and non-�oik . d auto habilit�- �.hi ;�.n�en�ded require � a�� be satisfied by way of endonsc ent to the Commercial General Liability, or separate business Auto coverage form. Worker's Compensation and m loyerl Liabiliq Insurance, Ilic c.ai r shall maintai l Workers* Compensation and Employer's Liabilit.) insurance in accordance i ith Florida. Statute Chapter 440.. sued CeTtificate or Certificates of Insurance, evidencing that required insurance coverages. have been procured 'by the Carrier in the types and amounts rNu red hereunder shall be trwisn itted all participatingagencies via the 'insurance company/a ent.. ice t as to Business auto, worker's compen sati n. and. Employer's Liability (and professional liability, when applicable),. �a'd �'�i cate(s) shall. clearly° oftfir that coverage qW red by the contract has been endorsed to include the participating agency as an additional insured, Further, said coi cate(s) shall. wnequlvoea ly provide thirty (30) days except 10 dkN!s for non. aymen) %Tittennotice, to the participating agency .prior to any adverse. change; =celiation or non -renewal of coverage thereunder,, It is vise res onsib'l.it of the c�rrie�r to ' en�su that alb rc wired insurance coverages am niarritatned in.for-cc throughout hout the term of the contract. Failure to maintain the required insurance shall.. he considered default of contract. All insurance niust he actp ta:blc to and Page 9 of 10 TR 12503 - Exhibit 1 (MacMillan Proposal) apI)mved b� 1[1,1c. prticlij.7�"-Aujg age.nc.v as to If'orm, types of cox:rrage. and acce, t b I v Of the p at mt, ins urers V, All insmance proN--.--.i:ded hereunder shail be vWursed to show that it is pri'ima7r as tespeel to the participabrag agencNi,, "R.Y suEs, OF DELIVI-; 14. ADDTTj,()'Ij\ 0. Eadt Participating Agency- shall 'be able to add delivery sites to the attached, .1.1'st, with 7 dars notice to the seller. Page 10 of 10 TR 12503 - Exhibit 1 (MacMillan Proposal) TR 12503 - Exhibit 1 (MacMillan Proposal) CL 0- m L,L 0 U- CL CL � LL > re C: N 0 C1 1 E m 0 0 0 . Ltww E 0 U- W �2 00 CW7 C,4 t-- Z U5. C:> in CO CL to C-4 Z, z IX 0 0 0 fL > > > C: 4, (A W to E 6 = Ui al W 0 11* W ON6.0 w ftwow U'> W , — > 0 ILL LL LL C4 0 <f2 IF- 10- Nr mr— S N C> Lrd .0 0 vvz� 00 UN; C14 19t 10 r) 7) 1 65 a) a) m a) U� 0) (1) &In C b to UO COW u 1) u I -5 Vo 001. -Z 0 E o E ­5 F- 'O—lf CD a) z X 16 R� .0 Vol CL TR 12503 - Exhibit 1 (MacMillan Proposal) �. 0 0 0 .o 10.811 m CE 8 a FR� 5 iC114r .. TR 12503 - Exhibit 1 (MacMillan Proposal) CL TR 12503 - Exhibit 1 (MacMillan Proposal) _. Je �. U.9 Voters (,,onoj brm :. i+ .. Cj'6�v'��+ wq Vyq q) Ri'iWv Ay --A U- - ��+�' y� 05 '? U. Yx w".. '• �". . '�.. 11.2 0 CO ...� "° as - f-LM-2 z Z". .. ax" Am ' w�:. mow.✓'; .°gvwn+`"- �,;.,,.< ... ,.. �.r .,,�, !� :e,>� ,;,y �, �""• �+' ^�,,,W q�y ,,•.... •d,�,, °� ., cc IV OCI ..•, ,LL .. "1 ... .' CL _ _ 21=a°_ � e0 Y TR 12503 - Exhibit 1 (MacMillan Proposal) 0 TR 12503 - Exhibit 1 (MacMillan Proposal) :CCOX . :. . .. 1 *. v> Ju- s i LL Z cc 10 Ca LL A w ,; £. € i ' ^.. ,�p� y«.�.•-• °�'°'"''. a�°?`� �p�p �.3 �aeoe. „�,,,,r i ��"'q- °�✓ f y�,..�' � �wt,.: a , L.ic '> .�.,, ^ - "F'"""... ..^ �.Fy �`�M.. �knt/ ' .,..y, zi;? �i. <f.,k"•` '0� 'fie.' Z iz Aso C. t 00 r gig ul uj All .� �^ <t3 I ° ..,..s 2 CO p+w, /,..• ` p 0`� d .'rs.«.•.- ..�A... o ai:kt bew.. to y per.: �R'"^'+, +lb�.a'- ..wwo'�v.� y ♦ cis try , i . TR 12503 - Exhibit 1 (MacMillan Proposal) < t t � i► A �k N t F t s t 8► N w �� ftll s# .,� � � � tf !� t!� �k 9tIK � * � t '�` f ♦ 11e' � .► r ,a iR� r .r �� aMIF arlr HIV iMl►: � � +wi � MM � +IM � � �► MR � �: M► : +M<r MM +rl► � tAlr Mllr � � • yilt rM �` tlrY � 111f �1r€ �► `. �. � � � - 4t �. 3 arfao `� ♦id'. iA�` ice,. �^'"� rlb. C CO3iJR« LL Lj- �E.. .. r �^ it COY . m '�.. fie.: CO ILI � � . # Q3 w.. Cn .50 �" > � CN ., , CD m :.... .», 'g 0 v j � ' � ' 0 0 Cite: tea T � . NT , OD ------ § 8 CN HF v V) *0 0) m 40 0 � CN. C*4 V46 dce) CN vir, 'Rol to UD ., �E # tCA. lei 6 �i •�iw� �3 a Va M �Y "�` _, ..lbw �••`' �"M'�► �G �: : ate.. . '6"'"• • V','"01�' ' 1i/CO t.Cr €� TR 12503 - Exhibit 1 (MacMillan Proposal) TR 12503 - Exhibit 1 (MacMillan Proposal) > > 0 CD X CN I 11F 4) < > z z C:1 T� C> m > < Ir- X m CO qe� UL vr� MEN mmo 4 CL I W Of 0 M 0,0 I 0 0 r> m Cq AC CV Cr) I'LL ICL U- U.- M 0 N 5 (D CL T AW Mal 0 E m 0- 0 0 K- FLf], rm" C W 0 C 0 e m 0 1 CL E C TR 12503 - Exhibit 1 (MacMillan Proposal) Q> >to > > > > .M. C : 0 0 0 0 CO #.� *.0 0 .0 Q,tom ' . 0 � � "`+ in CO m CO * W. am W .:T b2tY...MGM t 0 CL U.j., OOLOOO &0 Z Z:z .' } c? t < tD CO +ram ''' , 4=,, i t17CI tx CL IV. �} i �� y�.�yy�4 icy;p.;' y.fy ,may, ,�� TR 12503 - Exhibit 1 (MacMillan Proposal) TR 12503 - Exhibit 1 (MacMillan Proposal) 0 .. 1>1 . 6°� 40 40 �MII My� _ its � � � _ � ro= ,. 0 uw log- .. w F 41 '.� «� CO 9 Z UJ uj < 0-6 � i (D f (? ;E i tu to LU f: p Cry (yu �y�lyl{2� eN W F '^^' ` �y.< LI� flno r N iAw,. 60 Cr .- .,° € .> < { C III � Co No, `� -g-- t: 4 It 14t �jg� I ' ," 00 0 0 ._ _ g 0 .rR (0 k C CD i�yq� cJw < twti >� „.« k �.�' TR 12503 - Exhibit 1 (MacMillan Proposal) 4 0 0 8.05 ?n > .J� < .0 .8 I <u < < < < < AIR 0, to to v y to fu %bow# 6 z z 0 C> C touj , .,.., u w �e uj � uj u WSW uj UJ 01. -iIDL 0ze) t(MNJZ6D0o E ' 0 'wJi5I�f <NCm4"6O C2; , j?VaCL mlI.Mu04�j,T;j r ' ,, 0 � ", w 0 .�.� t # € € t5 0 a .' 'VC t ;..,...- t LO �., t 0 8•.,,., c , c t cu€ �... �... .. _ Fn1Uo- 0 TR 12503 - Exhibit 1 (MacMillan Proposal) CIO ,p, > > CS �< 40.0Cr:C) CO 1 �y. ///vvv�MMyyy ILI im - MAjcc A•.CL .�... Yv �' 6ii_. M�.. Im e 'AAa� U. � 11 J1(wsrF]S ,+Q�'ly/q~rr' > -Z sFirW CO `b YI�Yf CL z z +rM�v �w'► �F w,,, wT�%� AY`Y VaM a GO: LID /'� 1 t } /.� yam. B•yi - "•CyA�y.✓� ,y�r�, ,IR+�,! 1�+tV. ♦ �Y..r� /Myr�� CO vl— 'rM.✓ �'Fy� 3 /cc ,/y0 0 W O ti v. w 7 _ /� ♦' J�,...'. 111 ! I �E 01 i') s c }4���1 7�✓j �n y. 40 �. ✓ 'Md n (• ,`pet, CN A CO F g 12 40 CO M 13f :. �/ i`h� � I WE '//���. yw�i .Mryr�s ��s +wrw �: ;yam( fY}w.�.(� ��� "��+u.�. .M�� +M.i. eV {1w✓i U15jV ►V �.w. aiF wr f.+' ]�r+11►r�. ,/y+., + mil_- 5'`V�_s S. !. �.1�1.�t. . yy� ,/ ♦ r7��.+r�. Mom` , ^` V✓ CO C e TR 12503 - Exhibit 1 (MacMillan Proposal) VV or �- ... 0 ..� 0 w CE CO CO CD to 0 .0 Ca 8> 8 to 0 r CO onC5 0 C> 0 0 0 0 a Ul) 111- 0 .�-- CN. . 4. 0 0 - - - 10 '1 CIq .1 1 U- M, a) Il � q !CL «j ,�;,, ' *� J , 0) ' � CO tm All tm �.. .. C tip - C. t :", ' to 40 r '�"' CO AIT CO CO m <N � CO �• C' CD oil, cc Cm 0 t CL `1c` G V 0 m «... bow mom .101 ,, LL, ;"� TR 12503 - Exhibit 1 (MacMillan Proposal) > I w -2 101 (u d) Z -8 (n MICO 0CCD0 � C) C 0 �0 CV: C> C> C)� C) 18 8 Cc> a caa CD ID Q C> 0 <00a10 fm CY 0 0 to 0 00. 90. „0 0 C) CD CN m C 0 0IV ,�. �." . qE- Z CO LL w y v W ter; ��.� E "�' ' terM4)4> �i7 . m: m a 00 tv �L. W� .�CN " CO w ''fir f'*- r» W t :,- GCS ( N ,, v� Go �' OD� u to tvo Sri � 0) 00) M. 0 cn OWN �. �». i 0OL 0- p 4 C CCU p �w ice w wr. st- CL W ,- roc w E' Z Cf� TR 12503 - Exhibit 1 (MacMillan Proposal) TR 12503 - Exhibit 1 (MacMillan Proposal) DATE.,,. MARCH 11, 2014 RFP NO.: 14-Al-035 ADDENDUM'NO, 1 UNLEADED GASOLINE AND DIESEL FUEL FOR SOUTHEAST FLORIDA GOVERNMENTAL PURC14ASING COOPERATWE GROUP Attached to this Addendum is a volume report fro rn Port Consolidated, Inc for January: 2013 tbrougli. December 2013 showing monthly usage by the participating agencies, 0 .Company Date Angello Sa r lomone 4 Purchasi"ag Admfnis*trator 1 0 V' 4., - WY OF CORAL SPRING$, FLORIDA * FINANCIAL SERVICES DEPARTMENT * PURCHASING DIVISION 955 1 W - Somp)e Rooci * Corot Springs, r-L 33()6,5 - Coral springs,org. Phone 9 54-344 ­1100 * Fax 054-25.44,1186 TR 12503 - Exhibit 1 (MacMillan Proposal) Ark, 0 tA >J C z ILA F 4C C C L C 00 Ch AX b �j 40 ko 14 :14 fi 46, 4%4 27 0 Em" C 19 0 t- C -r-. t4 rr .010 10 .5 rw C w :44 P. :f-j TR 12503 - Exhibit 1 (MacMillan Proposal) A 1771- T C C f-4 Am pa W;00 R. m f.4 m 00 N VQ :0 C C M eft 14 J TR 12503 - Exhibit 1 (MacMillan Proposal) :q k-A 4P NO :14 its kA W A 40 t4 01 *4 110. C9 C A* > C) Q X z C 0 Z. tA 06-4 00 t-g 00 LA r1a 41X kn sn JJA :Qv 0 2: C t; C vn 00 Alf 06 > z -C ZO Ln C vt vow ON" Aft TR 12503 - Exhibit 1 (MacMillan Proposal) ;7K iiii illy S p s. C, 2 49 w + 00 V,� C X, "kni g ,:,g w. 40- 4010 u pA z C > to z I o. 4w lu 'oW Aw Av TR 12503 - Exhibit 1 (MacMillan Proposal) i 1. 10 2100 2300 2106 1400 2 ; 25 121,47 5502 20Y511 13 ,1.23 1340433 71200 129,760 44to i 9t651 22,060 582 7t451 3294 K735 53, 1 5t521 72,450 2t41 1761539 61,168 �342 73,918 53,45 95%658 393,764 234707 389,914 3,202,474 087 8256 467,365 140,246 4 ,555 1103 218,053 40,104 3146 764,766 2 *252 5, 54 223,173 51921 328,663 ' 40,347 14$532 5971029 4,714,145 53#325 64206 14Y356 7Y 35 C ,w',684 215 Soo 87 5,45 43,513 1155 323t^ 3 5 r22 ' 4�5` 5 43$1Fw 2t35 219 475,291 209122 9, 51 301,979 802,03945, 3 3 ,435 230,200 4,594 184t872 44,530 14,919 31432 400 14,499 72.2 360rI86 11 2.3, 734 76,000 2162. 40,666 3,375 3 , O 1 , oo 8,182g622 12, 7* 1 3 352 t 1 1 7,451 8,1 j827 21 423,824 TR 12503 - Exhibit 1 (MacMillan Proposal) #vw, A L — EVERYTHING rHE �JN DATE., MARC14 272014 RFP NO,,- 14-A-035 ADDENDUM NO, 2 UNLEADED GASOLINE AND WESE L FUEL FOR SOUTH EAST FLORIDA GOVERNMENTAL PURCHMING COOPERATIVE GROUP 1, The Proposal due date has been delayed to Mmdw�m,Ap- at 1, 0 0 pm, 2. Paragrap.h. IX ""Term of Contract"", Page 8 of 8 has been changed torc ad - IX URNI OF CONTR-iWT It I's antlic'I"Pated thal -tb.c-. 1.6tial' contrael, term u'-'ill begin one, July 1, 2(,)1*4 March 3,1,,201-7 Nk,--ith t1le p0,5s:1bility of two (2.) additional tw'o (2' -!aT remi However',1 the. initial contract tenn( . sand rentwal pe yc nels. ) nod(s) is subi't ct:to negotiation vvilb the se-lected prep six 3- Proposal Form, Page s. 1-7 are modified &s per the attache%d X pe.t wd Requirements is niocitlea as p . ja�qtjor 4, Afta.-cILme n.t A ns er. THIS ADDENDUM,aKM BE RE�',TURNED WITH YOUR PROPOSML, DUE APRIL 7, 201.4. AT 2 Signature 6 A L compare 11- Date Angelo Salomone P- urchpsi ng Administrator CITY OF CORAL SKINGS, FLOR-IDAt FINANCIAL SERVICES DF-PARTMENY - PURCHASING DIVISION 96,5I W. Sample Rood * Corot Spin gs, F-1. 33065 * CorajSpring�'Otg Phore. 954-144-1100 FOX 954-344-11166 TR 12503 - Exhibit 1 (MacMillan Proposal) PROPOSAL FORM FOR UN'LEA&ED GASOLINE & DIESE"L 1`111,71EL FOR SOUTHEAST FLORIDA. GOVERNNIENTAL PURCHASING COOPERATIVE GROUP RFP 14-A-035* S,UBN,flTTED'I"0,-, City of Coral Springs 95 5 1 West. Sample Road Cmral Springs, Florida 33065 The -undersigned Proposer proposes and agreets, if thi.s. Proposal'is accepled, to enleri' nto an ofor the Agreemenwi t th CITY'w perm. rfoaIIW0Tk. as specified �h the R14T Dcuments price() and within the tan e indlicated 'in this RIT, wid in accordance wit.b. Ibe, terms and condifions of the RIP Documents, 1. 2. Proposer accepts and h.ereby IrIcOrPorates. bv. refere'nce in tfus Form a.11 P of the Icrms and condi'tions of Ihe RFP. surance requirements of the RFP,,. an.d accepv,.. and agrees. To Pipposer has exanil'ned the ir a. bv those ten-ris and. conditions w' imitation of any ki�,id. , I ithout exception or I 4, Proposer has given the Purchas'ng rat r wn'tten notic f a conflicts, etrors or discrepancies that *'It has di'scovered in the FT andf'or Contract documents and the written resolutwn thereof by the PurchasII-Ig Administrator i - _s acceptable to Proposer, ,, ChiM Proposerproposes to fuml'sh all labor, matel:rlads, equ' IpMentMan,, to( ttaniNnation,, ,. services , icsand supervislon for the c,,.ontract desctibed as follow -Supph � I S * Unleaded Gasoline and Diesel Fuel for Southeast Florida GoNsernmental Purthasing A..,00peratw*-e Group Addendum 2 Noe 1, of 7 Z� RFP 14-A-035 TR 12503 - Exhibit 1 (MacMillan Proposal) B dr will ptoVide. the pr ctrh`o ' t��� dolog : I D j fferentmI Prop Osed Ditfierential propose r Eal[o* 87 Octane U're Sulfur t r: mile radius of Poo " ju to . ° r tl r d t urff ecima ���t DiBe 'a] _' ' ° 7 . �. 11WICI: period i any renowal veriod, Note, If yro r proposal i's C0111. gent Oil �: }ur firmbei'ng awarded a wnlract for all products aiidall .Jv -- inet .er r mu-s dicate this con I � �i t- pr a p���� ��� w ADDITIONAL FUEL PRODUCTS.- Proposers may submit under a sc�paraLe coveT a price roo aJ on the : g fuels. Proposers. must outline the Ncing Methodology o each additio-nal duel product proposed. Itemb: sir w Midrange Unleaded 89OCtalle LI 0 J . • wwr+,-wwwww++�M.hM+.•n• ... , . • : 4ia.ar.Uv..:: L:.NMw�W...d..... • • • • ,�/• 3 U. lira Low Sal -fur #2 Red Dye D iesel ffiodiesel Fuel 1320 �. { .!•FOR '� �I 4 .. iwrwv✓✓iwrvw+q. v � •..viv.+mwS.MTP'M4.!rein..ww•...........•........n..+wn:.e�•:.M'.bes.: �gy.�.::..w�eMO,.: .. '^ E85 Fuel Ethanol = m"°"`'w°,y^""r'e::>�: n�.oaw.�:.•.....�...,..omow•:�+.�e>:.,MM�,.nw Optional M t :t. Method. Shou . any partILIPating entity choose o day for fuel vsof the ent t cs Puxurement Care, provide a surcharge p rce ) that ,, o ff d a . d: W the iL;ost of." fuel fbr Lthi.s pz,yrnent method: �........_—%. lfyoLir firm., doess. not accept:b:: t t ei c tesheef tg the d d= 2. Page 2 o14-A-035 TR 12503 - Exhibit 1 (MacMillan Proposal) ------------- ----- .. .... rensprt. Delivery rr a differential Proposed differential Proposed Item N _ es2r tiorP!Lqallon Diesel Fuel #2 Uftra LowSulfur Urn$0,0380 s um i Delivery Charge for Deliveries hevond miles radius of Port Evergaldes only. _ I. $75,00each $75,00l each-, ADDIMONAL TR 12503 - Exhibit 1 (MacMillan Proposal) ft).1.1owl'% box -I 8. C2rQ We do not accept prcrmt cards as a pqTnent method. 9. Acknowledgement *shereby ruade of the follow* (identi i d nbe -el I MP fie b 11W 0 rec ved Since iss'aance of the Invitaton to Bid., Addendum IN"o.... Date- ­ I ------------ f­­­_+-.1 Addendum No, fete 4 --i Addendum N' Date PLEA.SSE HAVE YOUR INSUR;kNICE REPR:ESF"NrFATIVE CARET, ULLY REVIL W THE INSURANCE`. COVERAGE REQUIFINENTS PRIGR TO ',Zs 'BMIFTING YOUR V: Comm.unicationsconce-min. Ig. this BAshall be addressed to: \N*amee � �'-" t' � t�"' sne� O*il Add­kress Telepbolle' No�_ Fax No, % i 10, The following documents axe attached to and made as a condition to -til"s I Proposal Proposal Fon-n and Offerors Cerfifica jon 1 Cel fi e d R-es o I u-I i. o n (6 Qualifications Statement (d) Non -Collusive. Affidavit (e) Offeror*s Foreign (Nor.-Flofida) Co�porate Statement ff Certificate(s) of Insurmice Addend um 2. Page 3 of 7 RFT 14-A-035 TR 12503 - Exhibit 1 (MacMillan Proposal) 0 R,O,RI',S CERTIFICATION W HEN, 0, FF EROR IS AN JNIDIVLPjJ'AL wiTNTSs WHLREORY the OfleroT hereto hass, executed N's Proposal f10 1 `orm this day of 4, Witness Witness Stateof County of" By: Signature of Ind ivid-ual Printed Narne of Indivi'dual. Rusinos Address City/Sgate/ 7"'ip Busuiess Phone Numbcr Tbe forcgoing 'instrument was acknowled,ged before methis day o -5 (Marne), who is Personally known to me or who has produced as identification and who did (did not:) takre oatb. MT ES rny- hand and official sea]. NTOIARY KIBLIC (NNatne of NotaTy Public: Print, Stamp, or !ype as Commissj*oned) Addendum .2r Page. 4 of 7 RFP 14.-A-035 TR 12503 - Exhibit 1 (MacMillan Proposal) OFFEROW'S CERTIFICATION WHEN OFFEROR. .. S AS01.1 PROPRIETORS11. OPERATES 1INDER A FO S OR TRADE NAIVIE I IA'.1 WHI'AIDE the Off-eror hereto has executed this fro Form dill da rint d Name Y-V S � nature of Olwncr Witness Printed Name of'.Pdividual NWI'Iness Business,-dre Y' ' W tate!Zip s tb° -ate of County o { Tbe foregoing instrument was . °l egged be -fore .tee this a-v! 10: '-t by --- (Name.), who is personally knt to j-�! or who has produced ;s dentification and wh o did (did. not) take aii oath., WITN E y hand and ial sea] NOTARY PUBTIC (Name of Notaxy Public: remit, Stamp, () tYpe asconu-nissioned) Addendum 2 Page 5 of ;P - 5 TR 12503 - Exhibit 1 (MacMillan Proposal) O.F'14EROR'S CERTIFICATION 1 OFFER -OR. IS A PAMNTERSHIP N1 W11NESS WHEREOF, the Offeror hereto has exectited this Propo:sal Form this day of .201 .: Printed Name of Partnership Signature of Ceneralor Malia.gikg Partricr Printed. Name of partner Business .Address City/Stat I iriess Mime \.,"umber State Reglstration State of co -wily Ur The foregoing m*strument'txas icknowledged before ine this T Itle) of dame of Company) who 'i's personally known to me or wbu. hals, produced as identification and wbo did (did not) take an oath, 'WITNESS rny band and official seat. NO`FARY PUBLIC (Naine of Notary Public-. Print, Stanip, or tvpc as Commissioned) Addendum 2 Page 6 of 7 RFP 14-A-035 TR 12503 - Exhibit I (MacMillan Proposal) OFFEROR'S. CERTIFICATION VVHEN OFFEROR ISA CORFORATION rN, SS )N,"HEREOF, ihe Offeror hereto'bas executed ibis Praposal Form tbi Is day of' (.CORPORATE SEAL) ATTEST: State, i-,)f i D.Ai.. tv &j2 Nnied. Caine of Corpotation IN, It 15 Printed State of Incorporaticm BY: gnature of President or other autIK)rized off"icer, V Printed Name of Pres-lident or other aj..th.,orlzed offij cer Address of Corporati'0.11 G 4 --- - - ---------- BusIness Phonc'.Number The fortgoOng ffistrument was ack'nowl edged before m dkv ----- AW'- ..... 00f N" mpany � .41*' 1 am -- - --------- e) on bebalf of the corpora6on, who S. petsonally known to me or has produced as identification and who did (did not tie an o, ath, W11NESS ir.)y hand. and official seal, N-O'T,kRY PLT lope. (Name of Notaxy Public., Pfint, Star4p., I , pe m Comm'ss'oned) .Addendum. 2 Page 7 of . 7 RFP 14-A-035 TR 12503 - Exhibit 1 (MacMillan Proposal) RF? 14-A-035 UN,;'*LF,ADF.D CASOIANE & DIESEL FULL FOR SOUTHEASW FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE GR,Otl'* ATTACHNIENN'T "A" SMCIFICATIONIS & REQUIREMENTS i from each Participating Agency as The table included jin Attach:meet "B"' provid information 11 1 regards the saie, type and location of fuel storage tanks and their estimated mon usage of the various NeIS Wrcluded in this Request for Proposals. SPECIFICATIONS Succelssfal Proposer will sell to all participa1 g agencies the folloWing prodiiets (the Uftm Low S.-,Vfur No. 2 Ultra Low Sulfur, on-roadr'. tax:abile diesel fuel per -AS71'N4 D975-09a spec.i.fications, or latest 'revisi v^.. "Ethanol Gyasohne" 10 */ii F,,.h wl blended ga )h Specifications, or latest revi-slon, 1'1U al Fuel Products: 41 Additional, Op ori J.UM oetane Man id tl)'nleaded, Gasoline,- K in of 89r.0 .,,tr 19Red Dve. Diesel , a ".5% Biodl*esel Fuel*'-., t.,71tra Low Sul -fur 5% Biodi"esel blended fvlel, on-ma'd, -taxable diesel fuel.. The B100 Will Conform to A.8"I'M D6'751-08 or latest 0.41 ,0% B.10djesel Fuel"., Ultra Lover Suffur 20% Biodi-esel blended fuel, on -rued, clear, taxable diesei ruel. The B 100 will confomi to AST-M D6751-08 or latest revision. E95 Fuel Ethanol.- Shall. confortu to the chemicaJ and physical standards for fuel L-'*than ol as set, forth in the ASTM Intemational Designation D5798-99,,"'Standard specification for fuel Ethanol (Ed 75-Ed85) for Autin ou've Spark -Ignition Envnes". 13 The products supplied as a result of this Request for Proposals must conform to the speci ications of the SlateOf F10T.I.da and cornply With. all Federal, State and local laws and regulations as apphcable On date of delivery. Page I of 9 - Addejiduni 2 TR 12503 - Exhibit 1 (MacMillan Proposal) PRICIN,'10 THODOLOGY- 23 Pn'ces proposed are to be F -O... delivered express..ed as a posItIv"e or ne-gative d.jIfferential from the applicable daily OPIS price ` ' pub i fished I n t,lie, "WITS Comma Bencbmark ufile", described herein for the date prl*or It) the date of -deliveq of product t I . 4 o the Participating Agency and are exclusive of all Federal, State and Conty E.,xc' ise,.- taxes and i fees. Anv other applicable taxes and fees shall be. added at tile turto oA, invoicinp, See Paragraph 3, TAXES W. 2.2 Pr.clng of Unleaded 87 Octane, Qasofine Is to be prc)po us n the fo. w" Jo I sed j, g inn methodology, Daily Published OPTS Gross CBOB Ethanol JO% Unleaded jjjjb rao-4ed Rack'' A!!Cra Price. �For the applicable. Reid Vapor Pressure - RVP oti thc, date of .ge the rack*) I 0 f Product at 4 * See sk-ttoehed 0:111S pneing Pago dated 3/27/14 with Indicated Pricing fisting# Plus Positive or N. eg.atI',%,-,--e differential proposec"I for: 87 Octane LJnlcaded, on Vroposal 1"()TITI Paragraph 6, (D-Ifferential to be Constant regardless of the applicable R v I � p.) 23 Pricing of tTItra Low Sulfur Diesel -#.2. is. to be prop, osed. is, -- ,g 111,g the N.Io-: methodology: Daily Publisbed OPIS Gross Ultra Low,'--�ulfiir Dist-11-ate I No. 0 c, Ultbrat*d Rack -A jjEa4ge pnces: See attached OPTS pnicing pages dated 3127114 with indicated 0 Ing, p6ci g filsf* Plus Positive or '-Negative differential oroposed for DIesel Fuel j�.2 IJItra Low SuU4 on P-10posal Fon-n, Paragraph 6. 2.nee proposd.wIth dI6erentlashaicuhevndoe,.% it cost ot product vendor S profit, the cost of d i vy Nvfthin a. '30 He rafts of Port Leer lades,, ki-nd ,an and all. Other costs, A lurn) sum. additional defivery charge only applicable to %- de-11"veries htqyqnd athis ty(,`30) 'Je rad*us of Port E-',,verglades may. be. proposed on the pri.cing sheep.. Within the thirty (.30) Mile radius off` Port Everglades the proposed costs must Include deli'very regw-dless of the actual Varyl ng road miles required to be dr" -o make &II'verjes �vl,thl:n Iven t Li that radius to each tanklocat "on. The differential nMposed for Unleaded LY D'esel Fuel or any atiril, I vrod-um-ApLI 1, notg� �e, duriM tie. initi-ii] term- n tile, b�anj contract or my . reng)��al venods. No other charges shall be add—ed. Differenfial must be expressed in dollars and./ r cents per gallon. Page 2 of 9 - Addendum 2 TR 12503 - Exhibit 1 (MacMillan Proposal) 4X The selected proposer shall advise the, Lead Agency of aJ.1 ava'Rablc Federal or State credits and discounts available on all fuel types being purc-has ed hcreiri, The, selected proposer shall apply;Al applicawe credits and discounts to the price charged. to the Co -Op and ident1f)T and reflect the discount on. -theapphCable invoices, (Note: the applicable! credits and di'scounts will be. corporated aftet award and, sbalt n ot be reflected the Pdoe proposal Scbedulc.) 2.6 Allernative Fuels Considering the dynamic, nature of fuel technology and the grolwqng, demand for alter adve. fuels, the Co -Op. Teserves the right to add anv afternative fuel to the fuel lypcs required, When such a need arises, the Co -Op shall contact the selected Proposer to determine if the, selected proposer has the ability to provide or obtain the alternative fue-1. The Co -Op shall. provide the seiwAed Proposer with informat' ion on the, fuel type, the. A 41 technical specifications of the fuel, the acceptable operating parameters. ine cl.S timated quantities delivery requirements. and any other relevant, in * formation. aflable. The selected proposer shAll submit a written pn'ce offer for the supply of the al-tenlatme. fuel for the Co-Op"s review and approval, However, if the selected proposer is unable toy supply-hea.ternalvC uetype, or t-he ,o- Op does not. accept the selected proposer's price offer, the -Cc-Op sballhave the n"ght to purchase x e alternativete elsewhere.. 1'sted herein are w The agencies .11 untics, murneipal ities or subdivisl'ons of the State, of Florida and are exempt from Federal Gasp .c and. Diesel (excise) Road. Uxes and Florida Sales Tax, 3 .2 Proposals Nvill be considered or from Proposers who do not require the Payment of these -taxes. 1*1 4,1 The Cit), rese. res the rigid, bawd on mutual agreement With the succe,%Sful proposer, to substitute an. alten iate method for price adjustment for a specified., negoliatee period Of to if'. A. ATi intearruption in ffie OPIS Index is expen-emced beyond existing schedWO"d holidays (Independence Day., C 'hri stmas, etc.), or B.. The listing of pricesfor the (VIS Index are interrupted or modified. toy a degree which would reqtU'Te alteration of the computation form-Lda to deternu"ne a fairr price, or C. The use of the OPIS [ndex prices becomes non -representative of the market, 'Page 3 of 9 - Addendum 2 TR 12503 - Exhibit 1 (MacMillan Proposal) -5. A D, The Successful Proposer provides clear and convincing proof that market conditions uraclated to the OPIS Index have barn rnaterfally altercd fo A - r in th ose that existed at the time of award or renewal of contract., Sacb pr(.)of may consist of contracts With suppliers, ' invoices or published indexes, etc, * deemed to be in the C*ty2s best interest, elect to modify the pr'I'Cing 4,r2 The Cllx.� may, if methodology ill the situations listed above in. the follow Ing mmuler usilng an)r nationally recognized, published bmmark or inderX. The finn markup or &SCOLInt Will 111CI-Ude the Vendo .rTS cost Of product, profit, deliveD, costs and apt, other costs. 'the firm aft or discount for _. pleaded G or Diesel shall note dun*.ng .1!t...ne tiated. tenm of the contract 4D. dent.. N.No other charget shall be added, 7 a a tA mark,,et surcliarm if 4.3 The City may also aegodate a per rnsport or tam wagon delivery 1.4 concitions necessitate such a solution, 4.4 If it is detennined by- the City to be in its best interest to subs Utrite an alternate method f price adjustment as specified. above, the contractor(s) will ' be notified thirty 3 0) alternate �i prior to the cffective date for the alteate iustmcnt. If an altera ­L . ate iaice aoimment method is not acceptable to a] I awarded -contractor(s`. the City,jDay -n carnel this contract i whole or in part by ivin the contraetor (s) r 'nety 1'90) days prior r wnteen xtOtice. IN' V 0 1C rN. Cy I All invoices shaH be providcd to each participating agency an via I elect-r-onic method within mrenty-four (24) hours of date of delivery of product. Each invoicc sna.i.) reference the date of the applicable published OPIS Pn 4 ce fbr that day -ith the ,proap *A priate different'al as per the contract. Successful proposer shall. list separatell on ff invoicv. each individual non-exempt =/fee and the amount of the differential. 0 RD 1 LR IN ..G & EA F,*.NrT.- 6.1 Each Participating governmental agency W1011, based on the award of contraGt Facie by the, Lcad Agency and with the same prices, terms, and conditions establish its own contract with the successful proposer(s) in a manner acceptable to thr, successful 1propuser, W`11 Its own purchase oider& ill re4U ire separate rate billing and Ili issue o%km tax exemption cortificates as required by the suce-essful. proposer, 6 0% 3 The City of Coral Springs Purchasing Division will furnish a copy ol proposers list and any other information submitted with the proposals to all partlee "pating agencies. Payment will be made by each Partie'aling Agencwithi n fifteen (15) calendar days 1P from delivery of product at Participating Agencies location via. Ire transfer to seller's account and bank as indicated on the Invoi ice> Page 4 of 9 - Addendum 2 2 TR 12503 - Exhibit 1 (MacMillan Proposal) 6,4 It is understood and agreed that the City of Coral Sptings- I*S riot a legall y'hotaid party to any contractual. agreement made between an.. other agency and the successfill proposer as. a. res.,uft of this Request fdr Prop Osals, 6,5 After award of contract(s) to succiessr-ful proposer(s) the Cfty reserves the riglit to issue, purobase orders ,`h accordan" with the semis ofhi contract. Rrting Re u'rements q..,.j to the Lead Agenc�v a NO PurchasIng Re C Tt o The selected PTOPOser shall submit p Oil a ML nthly basis, The fuel Purchasing Report shall include fuel volume totals by fuel typc for car partic,* atij'ng- agency, Ile repart shall also 'Include a iGrana A I , ota IP e F" kye ar-to-dalel-) foci voluine for all PapAnco.:each fuel typ, ThqTdfdar e the following: * Reporting. Pe"Tiod Opecify nion0i) * Panieipafiag Ageney DI elivery vulume (do not round off reported Nrolume mnounts, allow volumes to be reported up to as any decimal places as needcd). T I ',Subtotal volumeper fuel kvpc for each Partic'p4ting Agency) " 1 Cumulattive Total Volume Year to Date (per fuel type for all Part4c'patinp Apncles:) to regArding fUel, tVre$: TCPorl must specify the ahanol and blodie-sel blend be,* delivered. 'Re F)el Purchasing Report shall be sent in electronic at (Excel t"O"nilat preferre , Via Cilia -i .d) to,- pumbaseicoral springs.,org. For the purposes of this section the, tern). Carrier shall mean the :Sefler or an independerit contractor hired by tic Seller fir the dell -very of fuel to the Padicipating Azencies. 8,1 G" AL U OUI RE MENN"I"S''LE: A. C L 1 cc With Lawl, and Codes: Federal, State, County, and local laws, ordinances-, rules and regulations that 'm any manner, affect the terms covered herein 'ai. Lack ppt) of knowle4rgze by Carrier shall in no way be a cause f6-r rebref from ibility� responst I i The C i hall st'ctly comply with artier s n ,- . I Fedeml, State and Local building and safety codes. Equipment shall meet all tate and Federal Safety Rati egWons. 13 'The Cam'er is . Ind endent Contractor RelationsIM41 and shall be, I"n the, performance of all or services, and activities tinder the Agreement, an 'Independent Contractor and not an employee, agent, or servant of any Panicigat ng Agency. All persons engaged in any of the work or services performed pursuant to this Contract shall aT all times, and in all places, be subject -to the C"arner's sole direction, supervision, and control. The, Carner shall exer cii se control over the is and manner in which it and its employees performs the work and in all respects the PageSoO - Addrnd=2, TR 12503 - Exhibit 1 (MacMillan Proposal) arr er' �.s relationship, and the relationship of its employees.,,, to any PadIcipatin Agcmy shal 'bc that at an independent contractor and mot as employees car a ejits Ot an):-: PParticipating Agency, curt lleationsLicenses and Per its: Carrier shall provide a copy of all appheable CeItIfIrmtes of Competency is u ed bv the State of Florida in the name oftie °�r- er. t shall also responsibility n .. tl e C�e�. td 1 prior iw �rnexa rnent of work a. current Occupational License and all permits required to compi.ete tb contractual. service at no additional crust. It Is the resp, ansibility of the Car er to ensue that all required certifications, licenses and permit are mam'xned in force and current duoughout to terms of the Agreement, A. Delivi ry shall be required within twenty-four (24) hours unless an alternate delivery date lea., been requested d by t:h.e Participating. Agency, Daily, orders shall be, placed` y e-maid from a parficipating agency re r se tat Nre y 10,00 .-rn.# Monday tl xougb Ftldayy, Deliveries small be made within 24 hours of order placement unless the pa ie:i ati , agency 4 specifically requests otherwise as indicated on the orderw in wic-b case mquested delivery date and time shall bec.o e the required dc],11 er tikze. D. Orders .laced on Friday shall be deliver. d no later than 5.00 prn. she ft IoNN l ond,-iy unless the a .ci in .: a .cney speci. ca ly requests otherwise, in which case, requested deliv,ery date and time. shall becomethe required delivery r time. he participaling a erg shall not require the carrier to deliver on SundaIV,ys (except for declared emergency situatio��s�. E A transport load shall be defined as nz� less than 7,500 gallons of : xthaan l Wended or ire g�ular gasoline or n lesti tha i 7,000 gallons of Ultra Lob Ne Sulfur Diesel or 5% biodiesel fuel or 2% biod esel fuel. F. The Pa,rheipating Acgendies re a ve the right to split any load between no m0re than N-10 l' a sites for their agency, : If t o eam'er is unable -to meet the delivet �v regturements, it shall e the responsibility :ofthe carner to n the artic'patixg aenc; within ?hears of the dla=occurring that the partic.i. ating agency can determine if it needs to trawsfcr fuel between its site: to. corer delay. i , At time of deliverycarrier shall resent a d livery tieketil3ill e " ladin t a anici atir� agency re ~e entati re, r if rNuesied, deliver document to a specified location. �l�� e delivery, ticket/bill of lading shall include* il.l of lading number, Name of x supplier �md earn*ere Date and time of deliver).. Page 6 of 9 - addendum 2 TR 12503 - Exhibit 1 (MacMillan Proposal) 11, offuel delivered. Gross gallons ane. net gallons dcliwred. Incbes *I' ri. fuel -tank, 'before and after delivery. Dn.'ver's signature,- Signawe of participating agency employee receiving delivery :u less othemfi Ise mdicated,, Defivery address. 1, Carrier shall be. adequately ec�ulpped, staffed,. and supplied to.. promptly, and efficiontly, fumtsh., deliver, and dispense, all products,tbat are submitted at various facililWS, J. Carrier shall haw the ability- to fill above -ground tanks,, K, Carrier shall be lrullv responsible for any andlor all actions of their eni.ployees that require clean up or ground sterilization as the result of -an "impropee' deli , Very,, C"amer shall have and shy- maintain those types and quantities of materials necessao contain spffled prod. uct(s), Cam'er shall be responsible for prompt and thorough cleanup ofal l spillage, as per EPA specifications, and for any agency fines, or fees that result frog wntamnatj i on. L Discovery or: occurrence ot a spill, on overfill, excess water in the tahk, suspected contamination of surroundin.g. area, suVeeted tan.k failure, or any othej, indication of chemical release shall be immediately reported by the Cam"er to the p ' axt ipating agency, Where the events directIv or indirectly the result of cw&ocs ac I tions, the camer shaN alsso affect contalinnneril and IrflLtiale r;j=UP 1jnjn� ate],Y,. .All transport truck deliveries witl be lemperawre adjusted to 60 degrees F in accordance W1 ith the latest edition of the American Society for TesfinF and Materials (AS"N '1"Abic (.B,, Volurne 11, Petroleum Measurement Tables, Defiv;ery tickets and inv"-olc-cs shall reflect thc. net gal -Ions deltvercd after, temperature, wmpe.sat ion, N. Any Tankwagon deliveries will be metered indross izallons and inwic&-, d VOW in gross gallons. 0. Agencics will accept fuel dom trucks with sealed State approved and inspected meters, Trucks that have State of Flon*da Department of Agriculture and Consurner erv, S ces sealed, calibrated and certified compartment tank 'volume markers for the petroleurn product being Jeered, are also acceptable, V SPILLAIGL. A. The Contractor andior hi's subcontractors making dehven'es shall 'be WIN responsi"KC for any errors ox Mistimes es that requffe clean up or ground sterilizAtIon, Contractor 'N be W1 responsible for prompt and thorougb cleanup of all, spillage per EPA specifications and for any agencies fines or fees for any contamination, that result from improper, dwive Wel.ry of PRIORITY DELIVERIES.; Page 7 of 9 - Addendum 2 TR 12503 - Exhibit 1 (MacMillan Proposal) Prc erence of deiiven'es shall be 0,.­= to agencies roNi : ire m r eny relief and res om.e services and � embers of the co-op �vho are parai ipa.ting i this contract in case0�` en er encies or natural disasters. Bidders shall attach an emergency plan that assures continued deliveries of these products Case of emergencies and/or when. additional quantifies ay, a rtquired. The carrier shall. at a l titnes guard against damage or loss to the deliven- site pro er y the Carrier's own property, and/or that of other contractors, as shall he held responsible for replacing or resiring any sus.ch loss or damage. When aplicahl.e, the `a ier shall provide fences, signs, barricades, flashing lights, etc.. recess yr to protect and en Ute. the deliver site(s) and insure that -all county, State of Florida, sSIIA,W and other appl%cable safes:, regulations are met, Additionally, caer shall. provide for the prompt removal of all debris from delivery, sites. All partict*p*at,1.*.ng agencies may withhold payment or make such deductions as deemed necessar.)s to ensure reimbursement or -replacement for loss or damage to property through negligence ofthe Carrier Or its agents. INqSURANCE.0 RE� T_d RED Propws,e carrier shall he required to provide evidence of the following inin.imurn amot is o r` insurance coverage to all Parfici.*.pat,,.ng agencies. Tuning the term of the a reemenj and pnor to each subsequent renewal thercot" the cam.er shall provide this, e'v denc o a.��participainig agencies prior to the expiration date of each and eves insurati�e required hey eln, C'at General L ahiiit)- In urance C ier shall maint:aincotnr�idl t.renral LIahiiit Insurance, or similar form, at a. limit of i ahility not less than $2,000,000 each occurrence for hodity injury, personal inr fury and propertv damage liabilitly. Coverage shall laclude Premises and/or operatio � independent contractors, products a ds or com pie ed operati ng, personal in, hry/advertising, i ahilit�,,, contractual liability and broad farm proper, damage coverages,. Coverage for the hwa— r+ds of explosion, collapse and underground property da male (X-C-U) must also he in l ud d When applicable to the work to be performed Business auto policy, including the N14CS 90 Motor Camet AdEndorsement and< or CA 99 48 Pollution Liability - broadened Coverage, for Covered Autos — Business Auto,. Motor Carrier. and Truckers coverage form Ek-.dorse ent, at a im-muni Bruit rjotr less than S2,000,000 per occurrence providing coverage f'ox damages against such third -party l ahiiitv,, reinediation and defense costs, In the event the. police includes a self -insured retenLon or deductible ,in excess of the parlicj gat n agency reserves the right, but not the obligation to review and regdest a. copy of .the carrier's most recent annual report or audited financial s mere ts. The policy shall he endorsed: to include "participating agency name" as additional inst red, (In this context, the term "autos"' is 'interpreted to mean any land motor vehide, trailer or semi trailer designed for travel on public roads). In the event the carrier -neither owns nor leases antc nob less tbc business Auto l..iahili r requirement sitar.be amended alioUg the Carrier to maintain only hired and non-oN e. auto liabJ.ity. T amended requirement; may he satisfied his way of endorsement to the Commercial General Liability, or separate Business Auto coveragc form Pap, e 8 of 9 - A.ddendurn TR 12503 - Exhibit 1 (MacMillan Proposal) Workrer's Con�pensate ori and Employer's LlabihtInsurance. 'rhe carr'tet shall maintain W(rkers' Conipensafit n and Emmployer".s. Lia i it� uisurance in accordance w1ith Florida Statute Ch.tr44.. A .,signed Certificate or Certificates of Insuraner, evidencinp, that required i' nsturanco covetages 'have been procured by�L th 'C arn T ni the types and amounts required hereunder'shall be. C + transmitted to all Participating agencies via the -insurance company/a ent.. 9 Except as to Business auto, worker's compensation anmployer's Ljabllkitv. (and professIonai bability, when appficable), said Certificafe (s.) shall clearly confirm that covetage required by the contract has been endorsed to include: the participalm'g agency as an additional insured... Further, said ceftitficate(s) shall unequivocally proVide thirty (30) days (except 10 days for no. n, paymen:)',%Titten notice, to the. participating agercy pnoT to any adver-se change, cmize-Ilatioll or non-rcnew al of coverage thereunder. It I's the. repo nsibility of the carrier b a ' m tained in force throughout the team in insurance shall be considered default of apptroved by the participating agencv as - insurers atBidingcoverage, ensure that all required insurance ctm,.'crages are, of the contract. Fail-ure to twainlain tie re, 'red qUI *ntract. All insurance must lie atocptablc to and ,o fb, types of coverage and acceptability of the A-ll insurance provided hereunder shall be endorsed to show that it, is primary aS respect to tht particl'pwung agency, 14, ADDY UOIN'OF DEUVER!"FILES ; Each Partic�patm'g Agency shall be able to add delivery sites to the attached list, with ^'/" days ,notice x-) the seller. Page 9 of 9 owl Addendum 2 TR 12503 - Exhibit 1 (MacMillan Proposal) IM I - M, -1 , . "-'- 'T marathon b 1 0 Va .I. 'ero V LOW RACIY R' I'GL RACE: RACIX AVG FOB COLON !AL rOB. BF.-D LON FutICK BRD IfICI-11F. RACCX IWO ILA CK AVG-: , u a D' Low RAcK UBO �UGA RACK I 7B D RACE Al COS ay AVO-03/27 CON111 e�-O.,X71RACT BFI�,'ZC13HIML X FILE-t",' PIS T"' 1��'ZEST* mo"Vle mid. Move "IS.. 5 G SO 5 6 3 7:3: 5 6' W17 S. 5 11,41 :YX3 .45 so a 10, 4 - 0 3 - `3 1 4 r T"' Rk; Mo".'c Date ine 8 w'5 C- Te rm. s Move 4.. ................. Move ..... Pre Mmrt,!� Mov e Va- t e T;;.Me 1- 4.140 291,16�` 3 2 9 11 51 +12., 75 1,2. (F. 0 2 9, 1 8 +A*, C. 6 2 3 '5 6 +1 C�, 6 04, 321414.76 J'I. C 62' 1., 2 6 i I - 1J, 221 9 2 0 4 +12� 99 3"U"Ok Z;'4 "1121 9Q� 3 2 4 %C• 4 2: 00 4 ��'4 22 + Ir q6K 7 0 (4 2 .3 2. '73 2, 1$ 0 6' + I, 3 a, 1 .60 18 Texac b lt'415C 2 9 3, 0 I'll 0 6' 0 2. 9 4 i +51 7 3 0 6 0 3 Miar, a.t h,.or Vaay.�,,c 2� 9 2 f S Le I N' - ti -0 45 1 8 3­�3 45 3 7 7 S C+ 0 -6 I r aw3 m. mn t u N* - f, 3; 0 .77 t 5 1 A 9 347,90 9'i 03/26 Is,, Inty'4� r'R5 u 0 f" -IS,- I.L C� 0 R N 0 3 0 4 2 .5C 2 > S j 2 K. T,,; 0 4 + 4 *0 5 141- 2' 1 + 3 54 7 0, 4 0 5 0 '31 2.6 6 A � 2 03 /.2 C e ota 7 I C., 23 2 9 +1" 80 - 302_!� 7 8 5 9.+, 3 4 7 1 92 0 LOO� RACY, 91 .8 5 3C4 04 329, 3 14,11- C, 11 I RACK 2 2, - 3 9 327 6 5 15 RACK AVC3Z 2-98.60 3111211. 61 FOP MIAMT 287-66w. Bi Rt D LCW RACK 291.85 304 04 329 2 5 B RD RACK 294,507 �065' 00 33 .`C 0 BRV WXX MIG Z92 87 3 0 5 - 2. $ 330 1, 8 TOW LOW WkCR 291*1 3e3 31 3 -1 4 S K96 '4S !jBP MIGH RACY. 321.319 3 1. + 7 8 3 4 8 ^7 • 'rONT LOW-0,73/27 291 85 2. C 4 11) 61 3 1*41 9 . 3 5 C, ;:NT /* 27 2 7 3 51 �64 47 AV%"'3` I t F-I TA IL EN - TP.X, TR 12503 - Exhibit 1 (MacMillan Proposal) 12!- 4 P, Z': Iy,,E S V * Me ov. V M NO, P, Da Le- -c 0 S /2 6 0 3 2 85 0 00 4, a# 4. L:� N' - 1. 0 S4 2 F? 6 'n 8 P 8 Az C C, I Oro -I al! 314.70 40 v.03 g2 6' 1 op Val C ro 3 C� n t FTI s R r, 2 6 a r at-'h or, b I, - 10 G3 /26 A, Cv Va I. b �50 01126 b ai. 0 3 1 e- o8 0 3.1 42 6 O b 1.- 10 3 -.18 C) bi "' A "T � w w w. ». w u ! Che v'r t)rn I. t 4 5 C C: 26 IT, X. a C o It45c 318 o .N -.• w ... v, „� y� w, C'S 2 i x0m '22. Nil 3 .77r. 2 6 o24 a. t qc� 1'7,0 324 70 LOW RACX 3C8 IS2 Gy RACK 2 14 RM77K -AVC -I FOS C0'r "INTA 44f 4. 1 L FOD M71AIMI-l' FIRD RA C-,K USID ZZW RACK Aj S. m-X V om to Ri.0 CONIT LQW-fir. :U2- 0 8 Ilk 11 12 -1 324 7kl' CQXTj';J.i"rr:: Sp 'C .34 A.MAR.x **OPT.S GRoss K.')JI SIULF-UP, 4 1 � I LATL PR CES Temn . rNc o N,I M per) v e Move. Late T- u NN*- 0 , tA, 'If V - : ra.""i., *� -t -% '� 8 -A� lie. C, G ck' 6 f3 0 a I'tS , L k ii J. . 5 13 P 3,14 ro C" 115, 20 4C ro, N- 1. 1.1 8.0 03/26 1 C-.O ivia r 81� t b on b I C 3 6 2 8 7 03 /2 f.' 0 2,C, b .5 03/26 V,. C,0 u 0" C- .k.XAN RACK J, C;H RACK RAC* AVC FGB MIAMI B-PLO LOW RAC.X 1-2, 4 8 1 14RD BRD RACY Avcv- ,180 LOW RACK 0 9a 3 7 UIND VIC-,�74 RACY, utiD R-r�cx� AVC- CONT CO-VIT LOW - 0 a 30-9, a2 fil CUIN T Gh_. 10 3 325 � 10 Cmj>yright, TR 12503 - Exhibit 1 (MacMillan Proposal) DATE: April 13 2014 RFP NO.: 14-AM03 ADDENDUM NO. UNLEADED GASOLINE AND DIESEL FUEL FOR SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE GROUP A change is being made on Attachment 'W, Specifications and Requirements, uWap h 2.1. as f6lio ; . PRICING METHODOLOGY' 2.1 Prices Proposed are be `.O»DF delivered expressed as a Positive or negative differential from the a l ea.hle d .fly OPIS prise published in the "OPIS Contract Benchmark Fll " as :descr d herein:: r the : dam o_ del ver� rt o d r to the P rti ipa l Agency d a ex siy.t of ill Federal, State and County Excise taxes and fees. Any other,i;l and fees shall be addeda h ti of invoicing. See Paragr h THIS ADDENDUM BE RETURNED! WITH YOUR PROPOSAL, DUE AE:RIL24 J AT 2:00 Pa Signature I k__ Company Date. Angelo Salomone Purchasing Administrator ...■ram■ CITY OF CORAL SPRINGS, FLORIDA * FINANCIAL SERVICES DEPARTMENT * PURCHASING DIVISION 9551 W. Sample Road * Coral Springs, FL 33065 . CoralSprings.org Phone 954-344i1100 • Fox 954-344-1186 TR 12503 - Exhibit 2 (Agenda Award Memo) Southeast Florida Governmental Purchasing Cooperative Group CONTRACT AWARD BID/RFP NO.: 14-A-035 RFP DESCRIPTION/TITLE: Unleaded Gasoline and Diesel Fuel CONTRACT PERIOD: July 1, 2014 — March 31, 2017 TERM OF CONTRACT: 18 months 2 Additional 2 Year Renewals Available il[i�![iiliiifli!lilifil!/ii!/itii!!//!!i!i/liilil/!ii[/U/i!i![i![/!!i/i/![//i[/!i[lUilW[[!!!i!![ii/ii�[i[lfillriigi!/litiQ!!i!![[[!ii//[[lliil/ii/!/!/lit�tEit��ll�t�iff[ii!/i�UU!!/if�i�l�l� SECTION #1 - VENDOR AWARD Vendor Name: MacMillan Oil Co. of Florida, Inc. Vendor Address: 295 East 11th Avenue Hialeah, FL 33013 Contact: William Putnam Phone: (305) 384-7625 Fax: (305) 693-1880 Email Address: William@macmiIlanoiI.com Website: http:/macoilco.tripod.com FEIN: 59-0648243 ilii[itIIN[[l[/li[/!NlHHili[Y[iriiti�l[1!/i1�i1i/Itii!!!!11lllilii�li//i�i�t�illilil[IDiliilit�iiUiiliYtll��tiilili!/[iliili[ii�lill[fill/li[lliii�i�lliiliill!!!ii[N[ifli//tili/liltfiilil�ill�f��l[i[il SECTION #2 — AWARD/BACKGROUND INFORMATION Award Date: May 21, 2014 Resolution/Agenda Item No.: Insurance Required: X Yes No Performance Bond Required: Yes X No �lalllYlilalUi�t/.�ii.'�.�..�.i.��ai1.�111f.ai�iat.�.IY�IYIYiIa�f�h�l.Otlil[iilif.ili..![�....Yila/l.`lYi��./�l.ilr�t.ailllrtlY/it/�i�..i./.�.Yi.�rl.ai . .arj.. art.. SECTION #3 - PROCURING AGENCY Agency Name: Agency Address: Agency Contact: Telephone: Facsimile: Email: City of Coral Springs 9551 West Sample Road Coral Springs, FL 33065 Angelo Salomone (954) 344-1102 (954) 344-1186 asalomone@coralsprings.org 1 TR 12503 - Exhibit 2 (Agenda Award Memo) CORAL SPRINGS — EVERYTHING UNDER THE SUN -- May 23, 2014 Mr. William Putnam MacMillan Oil Co. of Florida, Inc. 295 East 1VhAve. Hialeah, FL 33013 REFERENCE: Unleaded Gasoline and Diesel Fuel for S.E. Florida Governmental Purchasing Cooperative Group, RFP 14-A-03 5 Dear Mr. Putnam: 1 am pleased to inform you that the Coral Springs City Commission, at their regular meeting of Wednes day., May 21, 2014, approved RFP 14-A-035 for the Purchase of Unleaded Gasoline & Diesel Fuel. The term of this contract will commence on July 1, 2014 through g March 31, 2017 with two (2) additional two (2) year renewals possible. Please provide this office with your Certificate of Insurance throughout the term of this contract with the City of Coral Springs named as additional insured. The City looks forward to a successful business relationship in this regard. If you have an questions or concerns regarding this matter, please do not hesitate to contact this office. Sincerely, Angelo Salomone Purchasing Administrator AS: ml m CITY OF CORAL SPRINGS, FLORIDA • FINANCIAL SERVICES DEPARTMENT • PURCHASING DIVISION 9551 W. Sample Road * Coral Springs, FL 33065 • Cora ISprings.org Phone 954-344-1 100 9 Fax 954-344-1 186 TR 12503 - Exhibit 2 (Agenda Award Memo) City of Coral Springs City Commission Meeting Agenda Item Meeting: May 21, 2014 Department: Financial Services Initiated By: Angelo Salomone Summary Sheet DOC ID: 3945 SUBJECT: Unleaded Gasoline & Diesel Fuel PLACEMENT: Policy REQUESTED ACTION: Request to approve and award the contract for Unleaded (INCLUDE CONTRACT Gasoline and Diesel Fuel through the Southeast Florida Governmental Purchasing Cooperative Group, RFP #14-A-035 to MacMillan Oil Co. of Florida, Inc. of Hialeah, Florida beginning START/TERM DATES) July 1, 2014 and terminating on March 31, 2017 with two additional two year renewals possible. The estimated annual expenditure for the City of Coral Springs under this contract is approximately $1,200,000.00 for diesel fuel and unleaded gasoline. (REQUEST TO APPROVE, AWARD) PROJECT REVIEWED BY OR INCLUDED IN: ATTACHMENTS: #1 — Letter of Understanding #2 — Proposers List BACKGROUND / DESCRIPTION: 1. Using Department: City -Wide 2. Justification for Award Recommendation: Most responsive and responsible Bidder X Highest ranked Proposer Other: 3. Is this item in the adopted budget? X Yes No 4. Is this item in the CI P? Yes X No 5. No. of Vendors solicited: 48 No. of Coral Springs firms solicited: 3 No. of Vendors responding: 5 6. Agreement Info: Contract executed by Firm X N/A 7. Insurance: X Approved N/A TR 12503 - Exhibit 2 (Agenda Award Memo) City of Coral Springs Commission Meeting Agenda Item Summary Sheet Meeting: May 21, 2014 Subject: Unleaded Gasoline & Diesel Fuel 8. Additional Information: The City of Coral Springs, acting as lead agency for the purchase of diesel fuel and unleaded gasoline for the Southeast Florida Governmental Purchasing Cooperative Group has solicited proposals for this necessary commodity, combining the estimated usage of the 32 agencies that chose to participate in this procurement. It is estimated that the value of this contract will exceed $70 million dollars annually judge. d by today s prices. This new fuel contract positions our fuel procurement in the following manner: 1. Contract with a fuel distributor (or "jobber") encouraged to establish a "back-to- back" agreement with a fuel wholesaler, or owner of fuel products at the port, specifically for the contract to be established with the Co -Op Group. An allocation for a percentage of fuel specifically purchased under contract by the Jobber for the Cooperative Group provides a more secure supply chain for our fuel needs than any other method available. 2. Contract with a fuel distributor who has demonstrable capabilities to appropriately administer a contract with 32 different using agencies, deliver fuel quickly and safely, and provide accurate electronic billing. 3. As much as possible, ensure a wide variety of capabilities both in fuel supply sources and available equipment for the steady provision of fuel during declared emergency situations. Capabilities such as significant delivery fleet size, distributor owned fuel farms in the tri-county area, and access to alternative fuel wholesalers, both at Port Everglades and other ports throughout Florida, would be positively viewed. 4. Obtain the required fuels at competitive market rates. A Request for Proposals process was used for this procurement, in which proposers would be evaluated in all the above mentioned areas using the criteria established in the Request for Proposals. In order to align our procurements of this important commodity with the marketplace, the following are key issues in the Request for Proposals. 1. The oil price index used as a cost comparison method during the procurement process and to obtain pricing during the contract period, was changed to the OPIS Fuel Index, which is locally oriented and is also the index by which the majority of our prospective proposers purchase the fuel directly from the wholesalers. The price was set to float on a daily basis, again to mirror the marketplace in which our prospective proposers buy fuel. 2. Payment will be made to the Jobber selected via a wire transfer of funds within 15 days of receipt of fuel delivery, in order to eliminate the "float" which occurs when government takes 30-45 days to pay for the fuel that is delivered. The Jobbers are required to pay the wholesaler within ten days of their receipt of the product, and their cost of waiting for our payment for approximately 20 to 30 days requires many Page 2 TR 12503 - Exhibit 2 (Agenda Award Memo) City of Coral Springs Commission Meeting Agenda Item Summary Sheet Meeting: May 21, 2014 Subject: Unleaded Gasoline & Diesel Fuel of these firms to establish a line of credit to finance this cash flow issue. The cost of that financing is, of course, passed on to the Participating Agencies via higher fuel cost. Payment by wire transfer mitigates this additional cost. 3. Proposers were provided information that a supply contract with a wholesaler or multiple wholesalers would be established specifically for a percentage of the purchases of fuel. Some spot market (daily, open market) buys by any jobber are a necessity in the current fuel market place. By taking these actions, the Cooperative positioned itself effectively in the fuel marketplace. As a result of these changes, a total of five proposals were received. Proposals were received from the following firms: ■ Mansfield Oil Co ■ McMillan Oil Co. of FL, Inc. ■ Port Consolidated ■ RKA Petroleum Companies, Inc. ■ Seminole Tribe of Florida, Inc. d/b/a Askar Oil The Evaluation Committee for this procurement consisted of: Voting Members: ■ Angelo Salomone, Purchasing Administrator, City of Coral Springs ■ Dave Mack, Assistant Fleet Manager, Broward Sheriffs Office ■ Mark Alan, Purchasing Agent II, School Board of Broward County ■ Tim Garling, Director, Transit Division Broward County ■ Paul Strauss, Director of Environmental and Conservation Services, Palm Beach County School Board Non -Voting Members: ■ Paul Stanton, Assistant to Port Director -Petroleum, Broward County Port Everglades ■ Neal Kutchera, Petroleum Specialist, Broward County Port Everglades ■ Christine Calhoun, Purchasing Agent, Broward County Purchasing ■ Rick Torres, purchasing Agent, Broward Sheriffs Office Based on the evaluation criteria established in the Request for Proposals, Committee reviewed all proposals received and short listed the following presentations: ■ McMillan Oil Co. of FL, Inc. ■ Port Consolidated ■ Seminole Tribe of Florida, Inc. d/b/a Askar Oil the Evaluation three firms for The Evaluation Committee received best and final offers from the three finalists on May 7, 2014. Page 3 TR 12503 - Exhibit 2 (Agenda Award Memo) City of Coral Springs Commission Meeting Agenda Item Summary Sheet Meeting: May 21, 2014 Subject: Unleaded Gasoline & Diesel Fuel The final ranking of the Evaluation Committee established MacMillan Oil Co. of Florida, Inc. as the top ranked proposer to provide unleaded gasoline and diesel fuel for the Cooperative Group. This ranking was established by the Evaluation Committee for the following reasons: 1. MacMillan Oil Co. currently has supply agreements with several major oil companies, notably Exxon Mobil, Shell/Motiva, Citgo, Sunoco, Volero, Marathon, Trans Montaigne and has arrangements with companies that store fuel in terminals in South Florida. 2. MacMillan Oil Co. has a local bulk plant facility with the capacity to store sufficient fuel to serve its government clients for several days should a shutdown of Port Everglades occur due to a storm situation. They have also contracted storage at a second bulk plant as a backup facility to the existing storage capabilities. 3. MacMillan Oil Co. has decades of experience in providing fuel to government entities. They are a past supplier to the Southeast Florida Governmental Cooperative Group and are the current supplier for Miami -Dade County, south Florida offices of the State of Florida and the City of Plantation. As a past supplier of fuel, MacMillan Oil Company's record of performance and reliability with the Cooperative agencies was excellent. 4. MacMillan Oil Company locally owns a supply of rental tanks and "ISO tanks" with a 6,000 gallon fuel capacity. These mobile tanks can be provided to co-op members and regularly refilled to provide additional fuel capacity during hurricane season or for periods of time when fuel tanks may be taken out of use for repair or replacement by a cooperative agency. 5. MacMillan was the second, lowest cost proposer, however with the difference between the lowest cost proposer and MacMillan was less than one half of one percent of the total contract value. It is also within approximately 8/10 of one cent per gallon less expensive than Miami -Dade County for unleaded gasoline. Based on the cost proposals received through our competitive Request for Proposals, and recent pricing received by Miami -Dade County, the Evaluation Committee believes the prices proposed by MacMillan Oil Co. are fair and reasonable and are actually at the low end of the market range. Based on approval of this Evaluation Committee recommendation, the contract with MacMillan Oil Co. of Florida, Inc. would begin on July 1, 2014. This provides adequate time for the firm to contact each of the Participating Agencies, establish agency contact information, and work towards satisfying the logistical requirements of providing fuel to the Participating Agencies at approximately 100 different fueling sites. MacMillan Oil Co. of Florida, Inc. has executed a Memorandum of Understanding which is attached to this agenda report outlines the requirements of the firm under this contract, along with the operating and payment requirements of the Co -Op Participating Agencies. Copies to: T. Planco, Central Stores Coordinator S. Harbin, Fleet Services Superintendent TR 12503 - Exhibit 2 (Agenda Award Memo) City of Coral Springs Commission Meeting Agenda Item Summary Sheet Meeting: May 21, 2014 Subject: Unleaded Gasoline & Diesel Fuel M. Heller, Director of Financial Services S. Grant, Deputy City Manager S. Whitacre, Deputy City Attorney J. Hearn, City Attorney Page 6 TR 12503 - Exhibit 2 (Agenda Award Memo) iz RFP NO. 14-A-035 UNLEADED GASOLINE & DIESEL FUEL FOR SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE GROUP PROPOSERS MacMillan Oil Co. of Florida, Inc. Mansfield Oil Co. 2955 East 111h Ave. 1025 Airport Pky. SW Hialeah, FL 33013 Gainesville, GA 30501 Contact: William Putnam Contact: David Zarfoss Telephone: 305 384-7625 Telephone: 800 255-6699 Fax: 305 693-1880 Fax: 678 450-2242 Email: William@macmillanoil.com Email: dzarfoss@mansfieldoil.com RKA Petroleum Companies, Inc. 28340 Wick Rd. Romulus, MI 48174 Contact: Nicole Canty Telephone: 734 946-2199 Fax: 734 946-4772 Email: ncanty@rkapetroleum.com Port Consolidated 3141 S.E. 14th Ave. / PO Box 350430 Ft. Lauderdale, FL 33335 Contact: Don Carlton Telephone: 954 522-1182 x-233 800 683-5823 Fax: 954 527-1191 Email: dcarlton@portconsolidated.com Seminole Tribe of Florida, Inc. d/b/a Askar Oil Co. 3170 S. Horseshoe Dr. Naples, FL 34104 Contact: Sam Askar Telephone: 239 262-4124 Fax: 239 262-7861 Email: saskar@askarmanagementgroup.com TR 12503 - Exhibit 3 (Memorandum of Understanding) MEMORANDUM OF UNDERSTANDING Between Florida . 4" . . MacMillan Oil Co. of Florida Inc. 2955 E. 11 Ave. Hialeah, FL 33013-3509 This Memorandum of Understanding is made by MacMillan Gil Company of Florida, Inc. (hereinafter "Contractor"), The purpose of this Memorandum of Understanding is to document the covenants, provisions, terns, promises and conditions related to the provision of unleaded gasoline and diesel fuel to the Southeast Florida Governmental Purchasing Cooperative group (hereinafter "Cooperative") by Contractor, In conjunction with Request for Proposal 14- A-035, dated March 4, 2014, Addendum. #1, dated March 11, 2014, Addendum #2, dated March 27, 2014 and Addendum #3 dated April 1, 2014 as incorporated fully herein, and Contractor's Proposal dated April 4, 2014 and Best and Final Offer, dated May 6, 2014 C'Proposar), as incorporated fully herein, Contractor confums and agrees as follows: 1. TERM OF CONTRACT, The initial contract term will begin on July 1, 2014 through March 31, 2017 with the possibility of two (2) additional two (2) year renewals. The length of an renewal pen,od is subject to negotiation with the selected Contractor at the time of contract renewal. 2. SPECIFICATIONS 2.1 Contractor Will sell to all participating agencies the following products (the `Products"): • "'Ultra Low Sulfur diesel"; No. 2 Ultra Low Sulfur, on -road, clear, taxable diesel fuel per AS'TM D975-08a specifications, or latest revision. "Ethanol Gasoline 10% Ethanol blended gasoline per ASTM D4814-07b specifications, or latest revision'. 2.2 Additional, Optional Fuel Products; TR 12503 - Exhibit 3 (Memorandum of Understanding) Midrange Unleaded Gasoline: Minimum Octane of 89.0 • Ultra Low Sulfur #2 Red Dye Diesel "5% Biodiesel Fuel": Ultra Low Sulfur 5% Biodiesel blended fuel, on -road, clear, taxable diesel fuel. The B100 will conform to ASTM D6751-08 or latest revision. "20% Biodiesel Fuel": Ultra Love Sulfur 20% Biodiesel blended fuel, on -road, clear, taxable diesel fuel. The 13100 will conform to ASTM D6751-08 or latest revision. • E85 Fuel Ethanol: Shall conform to the chemical and physical standards for fuel Ethanol as set forth in the ASTM International Designation D5798-99,"Standard specification for fuel Ethanol (Ed 75-Ed85) for Automotive Spark -Ignition Engines". 2.2 The products supplied 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. 3. PRICING METHODOLOGY 3.1 Prices are F.O.B. delivered expressed as a positive or negative differential from the applicable daily OPTS price published in the "OPTS Contract Benchmark File" as described herein for the date of deUvery of product to the Participating Agency 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 invoicing. See Paragraph 4, TAXES. PRICING FOR THE PRODUCTS SHALL BE AS PROVIDED IN EXHIBIT "A" 3.2 Pricing of Unleaded 87 Octane Gasoline is to 'be provIs ided using the following methodology: Daily Published OPIS Gross CBOB Ethanol I0% Unleaded Unbranded .Rack Averaze Price (For the applicable Reid vapor Pressure RVP on the date of delivery of product at the rack) See attached OPIS pricing pages dated. 3I27114 (Exhibit "B") with indicated pricing listing, Doc. 126746 TR 12503 - Exhibit 3 (Memorandum of Understanding) Plus Positive Exhibit RVP,) or Negative differential provided for 87 Octane Unleaded on "tA". (Differential to be constant regardless of the applicable 3.3 Pricing of Ultra Low Sulfur Diesel #2 is to be provided using the following methodology Daily Published OP1S gross Ultra Low Sulfur Distillate No. 2 Unbranded ;Raek Aveprices. See attached OPIS pricing pages dated 3127/14 (Exhibit "B") with Indicated pricing lisftg. Plus Positive or Negative differential provided for Diesel Fuel #2 Ultra Tow Sulfur on Exhibit "A". 3.4 The price provided with differential shall include the vendor's cost of Product, vendor's profit, the cost of delivery within a 40 mile radius of Port Everglades, and any and all other costs. A lump sung, additional deliverer charge only applicable to deliveries beyond a forty (40) mile radius of Port Everglades may be charged as shown on Exhibit "A". Within, the forty (40) mile radius of Port Everglades the provided costs must include delivery regardless of the actual varying road miles required to be driven to snake deliveries within that radius to each tank location. The differential p ov ded for Unleaded. Gasoline and ,Diesel Fuel or an.y additional fuel products shall not change durigg he initial term of the contract or and renewal periods. No other charges shall be added. Differential must be expressed in dollars and/or cents per gallon. 3.5 The Contractor shall advise the Lead Agency of all available Federal. or State credits and discounts available on all fuel types being purchased herein. The Contractor shall apply all applicable credits and discounts to the price charged to the Co -Op and identify and reflect the discount on the applicable invoices. 3.6 Alternative Fuels Considering the dynamic nature of fuel technology and the growing demand for alternative fuels, the Co -Op reserves the right to add any alternative fuel to the fuel types required. When such a need anises, the Co -Op shall contact the Contractor to determine if the Contractor has the ability to provide or obtain the alternative fuel. The Co -tip shall provide Doc. 126746 TR 12503 - Exhibit 3 (Memorandum of Understanding) the Contractor with information on the fuel type, the technical specifications of the fuel, the acceptable operating parameters, the estimated quantities, delivery requirements, and any other relevant information available. The Contractor shall submit a written price offer for the supply of the alternative fuel for the Co-ap' s review and approval. However, if the Contractor is unable to supply the alternative fuel type, or the Co -Op does not accept the Contractor's price offer, the Co -Op shall have the right to purchase the alternative fuel elsewhere. 4. TAMES: 4.1 The agencies listed herein are counties, municipalities or subdivisions of the State of Florida and are exempt from Federal. Gasoline and Diesel (excise) Road taxes and Florida Sales Tax.. 50 SUBSTITUTEIALTERNATE METHOD FOR PRICE ADJUSTMENT: 5.1 The City reserves the right, based on mutual agreement with the Contractor to substitute an alternate method for price adjustment for a specified, negotiated period of time if: A. An interruption in the OPIS Index is experienced beyond existing scheduled holidays (Independence Day, Christmas, etc.), or B. The listing of prices for the OPIS Index are interrupted or modified to a degree which would require alteration of the computation formula to deten nine a fair price, or C. The use of the OPIS Index prices becomes non -representative of the market. D. The Contractor provides clear and convincing proof that market conditions unrelated to the OPIS Index have been materially altered from those that existed at the time of award or renewal of contract. Such proof may consist of contracts with suppliers, invoices or published indexes, etc. 5.2 The City may, if deemed to be in the City's best interest, elect to modify the pricing methodology in the situations listed above in the following manner using any nationally recognized, published benchmark or index. The firm markup or discount will include the Contractor's cost of product, profit, delivery costs and any other costs. The firm markup or discount for Unleaded Gasoline or Diesel shall not change during the negotiated term of any contract amendment. No other charges shall be added. Doc.126746 TR 12503 - Exhibit 3 (Memorandum of Understanding) 5.3 The City may also negotiate a per transport or tank wagon delivery surcharge, if market conditions .necessitate such a solution, 5.4 If it is determined by the City to be in its best interest to substitute an alternate method for price adjustment as specified above, the Contractor will be notified thirty (30) days p*o r to the effective date for the alternate adjustment. If an alternate price adjustment method is not acceptable to all awarded Contractor, the City may cancel this contract in whale or irc part by giving the Contractor ninety (90) days prior written notice. 6. IEWOICING 6.1 All invoices shall be provided to each participating agency via an electronic method with L" twenty-four (24) hours of date of delivery of product,. Each invoice shall reference the date of the applicable published OPIS price for that day with the appropriate differential as per the contract. Contractor shall list separately on invoice each individual non- exempt tax/fee and the amount of the differential. 7. ORDERING G & PAYMENT: 7.1 Each participating gov==ental agency will, based on the award of contract made by the Lead Agency and with the same prices, terms, and conditions establish its own contract with the Contractor(s) in a manner acceptable to the Contractor; will issue its own purchase orders; will require separate billing and will issue its own tax exemption certificates as required by the Contractor. 72 The City of Coral Springs Purchasing Dh sion will finish a copy of proposers list and any other information submitted with the proposals to all participating agencies. 7.3 Payment will be made by each Par*ipafing Agency within fifteen (15) calendar days from delivery of product at Participating Agencies location via wire transfer to seller's account and bank, as indicated on the invoice. Contractor reserves the right to discontinue fuel deliveries to a Participating Agency if invoices are not paid in a timely manner by that Participating Agency. 7.4 It is understood and agreed that the City of Coral Springs is not a legally bound party to any contractual agreement made between any other agency and the Contractor as a result of this Request for Proposals, 7.5 After award of contract to Contractor the City reserves the right to issue purchase orders in accordance with the terms of this contract, Doc. 126746 TR 12503 - Exhibit 3 (Memorandum of Understanding) 8. "PORTING REQUIREMENTS The Contractor shall submit to the Lead Agency a Fuel Purchasing Report on a monthly basis. The Fuel Purchasing Report shall include fuel volume totals by fuel type for each participating agency. The report shall also include a "Grand Total" (year-to-date) fuel volume for all Participating Agencies for each fuel type. The required fields are the following: • Reporting Period (specify month) • Participating Agency • Delivery volume (do not round off reported volume amounts, allow volumes to be reported up to as many decimal places as needed). + Subtotal volume (per fuel type for each Participating Agency) Cumulative Total volume Year to Date (per fuel type for all Participating Agencies) + Note regarding fuel types: report must specify the ethanol and b odiesel blend being delivered. The Fuel Purchasing Report shall be sent in electronic format (Excel Format preferred) via email to: purchase@coralsprings.org. 9. DELIVERY REOWREMEN'I'S For the purposes of this section the term Carrier shall mean the Seller (Contractor) or an independent contractor hired by the Seller (Contractor) for the delivery of fuel to the Participating Agencies. 9.1 LEGAL MEr+1TS. A. Comuuance with Laws and Codes: Federal, State, County, and local laws, ordinances, rules and regulations that in any manner, affect the terms covered herein apply. Lack of knowledge by Carrier shall in no way be a cause for relief from responsibility. The Carrier shall strictly comply with Federal, State and Local building and safety codes. Equipment shall meet all State and Federal Safety Regulations. B, Indenendent Contractor Relationship : The Carrier is, and shall be, in the performance of all work, services, and activities under the Agreement, an Independent Contractor and not an employee, agents or servant of any Participating Agency. All persons engaged in any of the work or services performed pursuant to this Contract shall at all times, and in all places, be subject to the Carrier's sole diredion, supervision, and control. The Carrier shall exercise control over the Doc. 126746 TR 12503 - Exhibit 3 (Memorandum of Understanding) means and manner in which it and its employees perform the work and in all respects the Carrier's relationship, and the relationship of its employees, to any Participating Agency shall be that of an independent contractor and not as employees or agents of any Participating Agency- C. Certifications,Licen� s ,and Permuits Sarni er shall provide a copy of all applicable Certificates of Competency issued by the State of Florida in the name of the Carrier. It shall also be the responsibility of the Carrier to submit prior to commencement of work a current Occupational License and all permits required to complete this contractual service at no additional cost. It is the responsibility of the Carrier to ensure that all required certifications, licenses and permits are maintained in force and current throughout the tern of the Agreement. 10. DELIVERY/RESPONSE TIME: A. Delivery shall be required within twenty-four (24) hours unless an alternate delivery date has been requested by the Participating Agency. B. Daily orders shall be placed by e-mail from a Participating Agency representative by 10:00 a.m., Monday through Friday. C. Deliveries shall be made within 24 hours of order placement unless the Participating Agency specifically requests otherwise as indicated on the order, in which case, requested delivery date and time shall become the required delivery time. D. Orders placed on Friday shall be delivered no later than. 5:00 p.m. the following Monday, unless the Participating Agency specifically requests otherwise, in which case, requested delivery date and time, shall become the required deliverry time. The Participating Agency shall not require the carrier to deliver on Sundays (except for declared emergency situations). E. A. transport load shall be defined as no less than 7,500 gallons of Ethanol blended or regular gaso _line -or no less than 7,000 gallons of Ultra Low Sulfur Diesel or 5% biodiesel fuel or 20% biodiesel, fuel. F. The Participating Agencies reserve the right to split any load between no more than two delivery sites for heir agency. G. If the carrier is unable to meet the delivery requirements, it shall be the responsibility of the carrier to notify the Participating Agency within 2 hours Doc. I26746 TR 12503 - Exhibit 3 (Memorandum of Understanding) of the delay occurring so that the Participating Agency can determine if it needs to transfer fuel between its sites to cover delay. H. At time of delivery, Carrier shall present a delivery ticket/bill of lading to a Participating Agency representative, or if requested, deliver document to a specified location. The delivery ticket/bill of lading shall include: * Bill of lading number. Name of supplier and carrier. * Date and time of delivery. Type of fuel delivered. * Grass gallons and net gallons delivered. * Inches in fuel tank, before and after delivery. * Driver's signature. 9 Signature of participating agency employee receiving; delivery, unless otherwise indicated. • Delivery address. 1. Carrier shall be adequately equipped, staffed, and supplied to, promptly, and eff cieotly, fiunish, deliver, and dispense, all products that are submitted at various facilities. J. Carrier shall have the ability to fill above -ground tanks. K. Carrier shall be fully responsible for any and/or all actions of their employees that require clean up or ground sterilization as the result of an "improper" delivery. Carrier shall have and shall maintain those types and quantities of materials necessary to contain spilled product(s). Carrier shad be responsible for prompt and thorough cleanup of all spillage, as per EPA specifications, and for any agency fines or fees that result from contamination. L. Discovery or occurrence of a spill, on overfill, excess water in the tank, suspected contamination of surrounding area, suspected tank failure, or any other indication of chemical release shall be immediately reported by the Carrier to the Participating Agency. Where the event is directly or indirectly the result of carrier's actions, the carrier shall also affect containment and initiate cleanup immediately. M. All transport truck deliveries will be temperature adjusted to 60 degrees F in accordance with the latest edition of the American Society for Testing and Materials (ASTM) Table 6B, Volume II, Petroleum Measurement Tables. Delivery tickets and invoices shall reflect the net gallons delivered after temperature compensation. N. Any Tankwagon deliveries will be metered in gross gallons and invoiced in gross gallons. Doc. 126746 TR 12503 - Exhibit 3 (Memorandum of Understanding) 0. 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 scaled, calibrated and certified compartment tank volume markers for the petroleum product being delivered, are also acceptable. 11. SPILLAGE: A. The Contractor and/or his subcontractors maldng 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 cleanup of all spillage per EPA specifications and for any agencies fines or fees for any contamination that result from improper delivery of fuel. 12, PRIORITY. DELIVERIES: Preference of deliveries shall be given to agencies providing emergency relief and response services and members of the co-op who are participating in this contract, in case of declared emergencies or natural disasters. 13. 'FORK Sr'E SAFETY/SECURITY: The carrier shall at all dimes guard against damage or loss to the delivery site property, the Carrier's own property, and/or that of other contractors, and shall be held responsible for replacing or repairing any such loss or damage. When applicable, the Carrier shall provide fences, signs, barricades, flashing lights, etc. necessary to protect and ensure the delivery site(s) and insure that all county, State of Florida, OSHA, and other applicable safety regulations are meet. Additionally, carrier shall provide for the prompt removal of all debris from delivery sites. All participating agencies may withhold payment or make such deductions as deemed necessary to ensure reimbursement or replacement for loss or damage to property through negligence of the Carrier or its agents, 14. INSURANCE REQUIRED: The carrier shall be required to provide evidence of the following minimum amounts of 'insurance coverage to alb participating agencies. During the term of the agreement and prior to each subsequent renewal thereof, the caner shall provide this evidence to all participating agencies prior to the expiration date of each and every insurance required hearer.. Commercial General Liability Insurance: Gainer shall maintain commercial General Liability insurance, or similar fora, at a limit of liability not less than $2,000,000 each occurrence for bodily injury, personal injury and property Dcc. 126746 TR 12503 - Exhibit 3 (Memorandum of Understanding) damage liability. Coverage shall include premises and/or operations, independent contractors, products and/or completed operations, personal injury/advertising, liability, contractual liability and broad form property damage coverages. Coverage for the hazards of explosion, collapse and underground property damage (X-C-U) must also be included when applicable to the work to be performed. Business auto policy, including the MCS-90 Motor Carrier Act Endorsement and/or CA 99 48 Pollution Liability - broadened Coverage for Covered Autos -- Business Auto, Motor Carrier and Truckers coverage Forms Endorsement, at a naxnum limit not less than $2,000,000 per occurrence providing coverage for damages against such third -party liability, remediation and defense costs. In the event the policy includes a self -insured retention or deductible in excess of $1,000,000, the participating agency reserves the right, but not the obligation to review and request a copy of the carrier's most recent annual report or audited financial statements. The policy shall be endorsed to include "participating agency name" as additional insured. (In this context, the term "autos" is interpreted to mean any land motor vehicle, trailer or semi trailer designed for travel on public roads). In the event the carrier neither owns nor leases automobiles, the business Auto Liability requirement shall be amended allowing the Carrier to maintain only hired and non -owned auto liability. This amended requirement may be satisfied by way of endorsement to the Commercial General Liability, or separate Business Auto coverage form. Worker's Compensation and Employer's Liability Insurance. The carrier shall maintain Workers' Compensation and Employer's Liability insurance in accordance with Florida Statute Chapter 440. A signed Certificate or Certificates of Insurance, evidencing that required insurance coverages have been procured by the Cagier in the types and amounts If required hereunder shall be transmitted, to all participating agencies via the insurance company/agent. Except as to Business auto, worker's compensation and Employer's Liability (and professional liability, when applicable), said Certificate(s) shall clearly confirm that coverage required by the contract has been endorsed to include the participating agency as an additional insured.. Further, said certificate(s) shall unequivocally provide thirty (30) days (except 10 days for non-payment) written notice to the participating agency prior to any adverse change, cancellation or non -renewal of coverage thereunder. It is the responsibility of the carrier to ensure that all required insurance coverages are maintained in force throughout the term of the contract. Failure to maintain the required insurance shall be considered default of contract. All insurance must Doc. 126746 TR 12503 - Exhibit 3 (Memorandum of Understanding) be acceptable to and approved by the participating agency as to form types of coverage and acceptability of the insurers providing coverage. All insurance provided hereunder shall be endorsed to show that it is primary as respect to the participating agency. 15. ADDITION OF DELIVERY SITES: Each Participating .Agency shall be able to add delivery sites to the provided list with 7 days notice to the suer. FOR CONTRACTOR BY: State of Florida County of Broward The foregoing instrument was acknowledged before me, the undersigned notary public in and for the State of Florida, on this, the ='j day of 2014 b n Doe.126746 Notary Public, of Florida Printed, typed or stamped name of Notary Public exactly as commissioned individuals who signed are personally known: no identification produced; TR 12503 - Exhibit 3 (Memorandum of Understanding) EXIMBIT "A" MacMllan Oil Company will invoice fuel to participating Co -Op Agencies via the following delivery differential price schedule predicated as indicated in Paragraph 3, "Pricing Methodology"' of the Memorandum of Understanding. Item No. Description Transport Delivery I Tank Wagon Delive rY g differential di #�?erential )/Q per gallon (t)/0 per gallon 1 87 Octane $0.0$0.0290 2 Diesel Fuel #2 Ultra Low Sulfur $U.0000 $0.0380 3 Lump Sum Additional Delivery $0.00/each $0.00/each Charge for Deliveries bevond 40 miles radius of Fort Everglades onl ADDITIONAL FUEL PRODUCTS Item No. Description Transport Delivery Tank Wagon Delivery differential differential (+)/(-) per gallon + /(-) per gallon 1 Midrange Unleaded 89 Octane $0.0440 $0.0730 2 Recreational Unleaded 90 Octane $0.0440 $0.0730 3 Ultra Low Sulfur #2 Red Dye $0.0440 1$0.1430 Diesel 4 Biodiesel Fuel B5 $0.0840 $0..1430 5 Biodiesel Fuel B20 $0.0840 $0.1030 f E85 Fuel Ethanol 1$0.0840 1$0.1030 Notes: 1. MacMillan Oil Company will provide any participating Co -Op Agency a $.02 per gallon discount for any/all product that is loaded directly from their suppliers in Port Everglades (F.O.B. Port Everglades). Any participating Co -Op Agency wishing to take advantage of this discount must sign-up with MacMillan Oil Company no later than (30) days prior to pulling product to ensure all necessary paperwork and procedures are in place. 2, During the contract period, or any extension thereof, if any Participating Agency wishes to buy required fuel products from Contractor on a fixed price or prepurchase basis, Contractor shall enter into good faith negotiations with that Participating Agencyy, 3. During any declared emergency situation Contractor will provide mobile fuel storage tanks to any Participating Agency upon request for a period of up to one month at no cast, based on availability of tanks. In a non-mnergency situation or for periods of use beyond one month, Contractor will negotiate with each Participating Agency for rental costs. Doc. 126747 TR 12503 - Exhibit 3 (Memorandum of Understanding) 4. The cost for fuel delivered for emergencies from ports or terminals other than Port Everglades will be reimbursed by the Participating Agency at the actual market Freight gate with no mark-up by the Contractor. The Contractor shall provide documentation of their additional freight cost as a condition of reimbursement. Doc. 126747 TR 12503 - Exhibit 3 (Memorandum of Understanding) C4rAMt, PL **OP19 COWRACT DIRICKHRM WXLX* * * *OPt9 GR089 C LS" PRICRB** TOrMa Dot Move Mid Xcve Pre Narathc»7t b 1--20 - - - --a am 376.16 maratlwn u N-10 - - 371,40 Valero b i-10 370.95 Valarc u H- 10 " r - 3 5 So Lm PACK a"- -- .- .- . 370.95 Him RACK • - - - 3 76.16 RACK AV''GI -- -- -_ 373.50 FOR CoL"41AL 270.015 - - - _ ,. .,_ FO8 mrmx im .. - Mr w .. 304.38 8RD LOW RACK- • r w ._ - 3 7.00.9 5 15RD HT= PACK 61 #.r _ .. � w .. 376.16 RACX AVG "I - _ - _ - . _ 373.56 �DRD � SD LOW 3u= • 371,40 NIGH RACK 375.50 �DNn VED ILACIC AV.G 4 we, '. • - .. 373.45 CONT A•/V��G-03/27 -- r r 373.50 CONT L8R-03/27 _ w.. - - .. w 370.95 ColgT RXM-03127 r.. _- .... ...► 375.16 TAP Terms '' Have Mid mom Pre Valero b 1-10 2el.05 +12.75 304.35 *12,75 329.35 HP b 1-10 292.86 +10.62 304.56 +10.62 329.76 Sunoco b 1-10 292-.04 +12.99 304.04 +12.99 329.40 NJarathon b 1-10 292.42 +10.60 304.75 +10.61 329.39 MPC2 b 1-10 292.42 +10.60 304.90 +10.61 329.65 Citgo b 1--20 293.10 +12. 70 305.45 +22 - 70 330.15 Shell b 1-10 293.35 +12.72 305.47 +12.72 3.36.73 Chevron b 1t45+c 293.60 +12.04 306.10 +12.00 331.60 Ta ►co b It45e 293.60 +1.2.00 306.10 +12.00 331.90 XOM b 1-10 294.90 +12.30 306.80 +12.30 133.00 Marathon u N-10 297. 95 + 8.50 31.6, 26 + 8.50 352. 95 Shall u R-10 301 _ 45 +11- 80 313,45 +11.80 337.45 TranzNcc%t u M-1.0 302.77 +18.08 317.37 +24.49 347.90 F1ntRIaRe u lei-10 303.15 +11. 05 315.15 +11. 05 348.15 Colonial u N-10 304.60 + 2.50 -- -- --- -- 350.60 Vatlero u M-10 304.70 + 4.05 321.7q + 4,05 354.70 citgo u 1-10 311,05 +11.20 326.25 +21.20 35$.95 global u 1-1.0 321.39 +11.80 327.95 + 9.37 341.97 LOW RACK 291.85 304.04 329.35 fff= RwX 321.39 321.85 356.55 RACK AVG 298.60 311.21 339.61 FMT 1 20 / ♦ 86 �- -.r w-. IN -a MW LOW RACK 291.85 304.04 329.35 BRD HIGH RACK 294.50 306,80 333.00 DRD RACK AVG 292.87 305.25 330.48 VBD LOW RACK 297,95 313.45 337.45 Q8D RXGH PACK 321.39 327. B5 356.53 319.72 348.77 GfS3ti 1�11i'G- q3. 2'ir 3'9 8.6 n 311.21 338,62 COOT LOW-03/27 291.65 304.04 329.35 COH"P RIGN-03/27 321.39 327.85 356.55' JpOW RZTAIL 351. 03 AVG 12TAIL 364.47 LOW RRTAiL RX-TAX 295.95 AVG RRTAIL EX -TAX 309.38 203.4-03-27 10: tip 2 3,4 MT 9 . D RVP Move Move Bate Time + 0.56 03/26 3.8:09 f 8.50 03/26 :L & Ott + 8.50 03/26 16:00 +12,35 03/26 1B; 00 9.0 RVP Move DRtp T111" +12.75 03/26 le.00 +10. 62 03/26 is . co +13.29 03/26 Is. -DO +10. 60 03/26 1g : 00 +10.61. 03/26 18 :00 +►12.70 03/26 3.8:00 +12.73 03/29 18:00 +12.00 03/26 18 = b0 +12.00 03126 18 : 00 +12.30 03/26 1.9:00 + 8.50 03/26 18:00 +11.60 43/26 18:00 + 7.91 03/26 IS: oo +11- 05 03/26 19 : 00 + 3.60 03/26 23:00 + 4.05 03/26 18; 00 +11.20 03/26 igloo +11.92 03/27 00:01 47#:. TW7.9 TR 12503 - Exhibit 3 (Memorandum of Understanding) NZAMI" M Texts move No.l pre shell U R-10 __402 . so _66 ...- Shall b 1-10 312.94 - .51 - r ., � _ • NaL rathvn u sty 10 312.30 - J . es Global u 1-10 312.65 _ .50 TraneMa nt u M-10 323.54 .25 • - - - _ _ 8P b 1-10 324•31 •85 colonial u N`' 10 314.7Q + .40 -- _ Valero u 19-10 213.3 0 + .80 P%ntJa8R5 U N-20316.20 + .25 ftratbon b 1-10 316,31 1.07 ► .. - w f r Y _ Valero,b 1-10 319.oS r .50 r- -.. .. �.. •a Caaatal b 3-10 318.08 •- .70 y - -- SU=Co b 1-10 328.0$ - .79 Chevron b lt4SC 319.10 - .20 Texaco b 2t45c 318.10 - .20 - XON b 1-10 318.72 + .22 .... _ - Citgo b 1-20 324.70 + 2. oa Citgo u 1-20 324.7E + 2.00 .. _ . . WIN RACK 308.82 I RiC 324.70 RACX AV12 316.36 - - - FM WLCIrSAL 286*SIS rr _'P. -« .... F08 mimr 295.45 BAD up RAM 311.94 - - M x1aff RAM 324.70 -• rw MW RACK AVG 317 - 64 r3 um 324 . 70 Z nit �h1 . {. .► ����1 1AO i LCIN-03/27 300.82 Out. r_ a CONT SM-03/27 324.70 _« e. . �• w 0* Move Move Date T:.me _ .., 03/26 3.6100 -- -- 03/26 :1 8 :()a -- 03/26 113 , 00 +4 03/26 3Q DO -- -- 03/26 3.S:co - - 03/26 a. 8 _00 03/26 2.8 t 00 .... 03/26 18 : 0Q w MPr r 03/26 3• 8 OO .... __ 03/26 i 48: Qd ...r _ 03/26 1.8 : ot) - - - - 03/26 3.19: oo - -- 03/26 113:.00 .... -- 03/26 lB : OD ' - A. _ 03/26 3.8...00 _- r- 03/26 3.!5p : 00 _ .... 03/25 3.8:80 03/23 l8: p0 **OPZS CCUMACT 8=cmx FXLN** +� *OPIS GROSS ULTRA, IOW SULrM RED DYE DISTILLATE PRICBB* * Tema No.,2 move No. i Prue NoVe Mcyve Date Time Sher, u R-10 309.32 - .- -« Marathon u M-10 312.80 - 1.8s -- -- 0.ft*03/26 18:oo Global u 1-20 313.15 - -_ -- -- -- -.- -_ -- -• 03/26 15:1?p WiRaGNOut u W-10 314,04 .$1 - _ _ .- ..- ,._ a -.. a3/26 18; 40 BP b 1-10 314.81 .25 - �►� __ _ _ _ _ _.. _ - , _ 03f26 ,8:00 Colonioa u S-10 315.20 .89 + -- -- -- -., -- -- 03/26 1S : QO Valero, u ae-to 316.70 .40 + � 4 _ _ _ , 03/26 18:00 +r Marathon b 1-10 10 316 . 82 .00 '� 1.87 w - r _ _ _ _ W + - . _ .... 03/26 is : a 0 F1utHlaRs u N-20 316.69 + _ .... • <• - w «.� - 03/26 18 o0 C"stal b 1-10 318.38 .25 - _-� , _ _.."ft .._ Woo 03/26 le,00 Sunoco b 2-10 319.58 .78 - -ft ..a - _.� ._ 0 a3 16 18:00 G 'an b 1t450 318.60 .78 - - ,r -.. - 03126 19,00 TfX&400 b 1.t45C 31e . 50 .20 - _ _ _ _ _ . _ 03/26 18: 00 CitgO b 1-10 315.10 .20 + 2.00-. ... r _ ., _ - M . , 3�26 18:00 Gitgo a 1-10 325.10 + 2.00 • - .-- _- -- .._ .:_ 03/25 to-00 LOW RACK 309.32 -- -- __ _. _- -- -- 03 2s i 18:04 HIGH RACK 323110 RACK A'VC# RACIt 3 14 . 8 1 w _ r r BRD R'IGN ]SACK 325.10 ► ♦ I� BRD RACK AV Gi 318.73 - - tMD YVT�/ RACK 309.32 � ' • w HIGH �1ACX 325.10 Rt�/ D RACK AVG 315.27 • r a. CW AVO-03/27 316.88 ♦ -- CXXT tom- 031277 309.32 _ w HTGR-03/2 Jl� 325.10 Capyright, Oil Price Lrtformattion Service