Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2006-102Temp. Reso. # 10984 June 14, 2006 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2006-- I Q,2, A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA APPROVING THE PURCHASE OF DIESEL FUEL FROM BV OIL COMPANY, INC. AND MACMILLAN OIL COMPANY UTILIZING CORAL SPRINGS CO-OP CONTRACT # 06-A-098; AUTHORIZING PURCHASE OF DIESEL FUEL IN THE QUANTITIES NEEDED BASED ON THE OIL PRICE INFORMATION SERVICE PRICE INDEX COST AT THE TIME OF DELIVERY; 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, City of Tamarac Code, §6-154, allows the Purchasing Officer the authority to join with other units in cooperative purchasing when the best interest of the City would be served; and WHEREAS, the City of Coral Springs issued Bid # 06-A-098, on behalf of the Southeast Florida Governmental Purchasing Cooperative, attached hereto as Exhibit 1; and WHEREAS, the City of Tamarac is a member of the Southeast Florida Governmental Purchasing Cooperative; and WHEREAS, Coral Springs has awarded Bid # 06-A-098 (vendor responses attached hereto attached as Exhibit 2) to BV Oil Company, Inc. as the primary and MacMillan Oil Company as the secondary vendors for the purchase of diesel fuel for the period starting June 1, 2006 and terminating on May 31, 2007; and WHEREAS, funds are available for the purchase of diesel fuel; and Temp. Reso. # 10984 June 14, 2006 Page 2 WHEREAS, it is the recommendation of the Director of Public Works and the Purchasing and Contracts Manager that Coral Springs Co -Op Bid # 06-A-098 be utilized for the purchase of diesel fuel; 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 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The appropriate City Officials are hereby authorized to purchase diesel fuel from BV Oil Company, Inc. as the primary vendor and MacMillan Oil Company as the secondary vendor under Coral Springs Co-op Bid # 06-A-098, a copy of said bid attached hereto as Exhibit 1. SECTION 3: The purchase of diesel fuel utilizing the Coral Springs Co-op Contract # 06-A-098 is hereby authorized in quantities needed based on the OPIS Price Index at the time of delivery. SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or application, and to this end the provisions of this Resolution are declared to be severable. 1 SECTION 6: passage and adoption. Temp. Reso. # 10984 June 14, 2006 Page 3 This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this _2rhday of s) ul_e , 2006. ATTEST: MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. AMUEL R ` CITY ATT RNE 1 RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO DIST 1: V/M PORTNER DIST 2: COMM. ATKINS-GRAD _ DIST 3: COMM. SULTANOF DIST 4: COMM. DRESSLER Temporary Reso. No. 10984 — Exhibit 1 CITY OCOP FW FLORIDA L GOVERNER:'S STERLING AWARD WINNER. PURCHASING DIVISION 9551 WEST SAMPLE, ROAD CORAL SPRINGS, FL 33065 TELEPHONE, (954) 3444100 FAX, (9.54) 344_ 1186i wwwxoralsprings.org DATE: MARCH 23, 2006 RFP NO. 06-A-098 REQUEST FOR PROPOSALS ALL INTERESTED PARTIES: The City of Coral Springs, Florida, hereinafter referred to as CITY, will receive sealed Proposals at the office of the Purchasing Administrator, City Hall, 9551 West Sample Road, Coral Springs, Florida 33065, for furnishing the services described below: DIESEL FUEL AND BIODIESEL FOR SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE GROUP Sealed Proposals must be received and time stamped in by the Purchasing Administrator, either by mail or hand delivery, no later than 2:OO p.m. local time on Wednesday, April 12, 2006. A public opening will take place at or before 2:15 p.m. in the City Commission Chambers located at City Hall on the same date. Any Proposals received after 2:00 p.m. local time on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the Offeror. Proposals are subject to the attached Standard Terms and Conditions contained in the Instructions to Offerors. CITY reserves the right to reject any or all Proposals, to waive any informalities or irregularities in any Proposals received, to re -advertise for Proposals, to award in whole or in part to one or more offerors, or take any other such actions that may be deemed to be in the best interests of the CITY. Angelo Salomone Purchasing Administrator Page I of 5 Temporary Reso. No. 10984 — Exhibit 1 SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE 5RUUP TO OUR F%OSPEGTIVE CONTRACTORS: The aschad Invitation for Bid or Request for Proposal represents a cooperative procurement for the Southeast Florida Governmental .Purchasing Coopers" Group. For the past several years, approximately twenty-six (26) 9ovemtn nt entities have participated in Cooperative Purchaeft in Southeast Morids. The Southeast Florida Goverrmwff l Purchasing Cooperative Group was kxTrod in an ettbrt to provide cost savings and cost avoidanoes to all entities by ut ll ing the buying power of combined requirements for -c ommon, basic Items. The Government Agencies participating in this particular procurement and fir respective delivery locations are listed in this attached document. Southeast Flo —Ma n 1 Pun rertive !Group .:.Fr nt ra °caned Pnx*dures:. • All gt*sWns concerning this cerement should be addressed to the issuing agency, hereinafter referred too as the 1ead agency'. All responses are to be returned In ac cordanoo with the Instructions contained in the attached document. Any dif cuRy with participating agencies referenced in this award must be brought to to attention of the lead agency. • Each participating governmental entity writl be responsible for awarding the contract, issuing its own purchase orders, and for order placement. Each entity will require separate billings, be responsible for payment to the C antracb*s) awarded this contract, and issue its own tax exemption certificates as required by the Contractor. • The Contractfpurcha+ser order terms of each entity will prevail for the individual participating entity. Invoicing instructions, deriivery kxa#ons and insurance requirements will be in accordance with the respective agency requirements. • Any reference in the documents to a single entity or location will, In fact, be understood as rekffing to all participating entities referenced In the documents and cover letter unless specifically noted otherwise. • The awarded Contractor(s) shall be responsible for advising to lead agency of those participants who fati to ply larders as a reeuaft of this award during the contract period. r They Con io*s) small furnish the Lead Amy a detail Summary of Sam semi-annually during the taonbact period. Sates Summary shalt Include oontrwt numbe r(s), contractor's name, the total of each commodity sold during the reporting perftod and the total dollar amount of pub by commodity. • Municlaslitles mid other oovernmentarl entitiest ichare not membersa pum—hase ow . Howrever, oar Soutl east Florida Governmental Purling Fatly G� members may participate in their contract for now usage, during the oontrvct term, or In any contract extension term, if approved by the Wad agency. Now Southeast Flori+de Governmental Purchasing imperative Group members may parocipste in any oonbad on acospUince and approval by the lead agency. None of the participating governmental entities shaft be deemed or construed to be a party to any contract +execuW by and between any other governmental entity and the Contractor(s) as, a reasull of this procurement action. "WORKING TOGMER TO REDUCE COSTS" Temporary Reso. No. 10984 — Exhibit 1 I. PARTICIPATING AGENCIES AgencyAgewy Name Address Contact Person Phone # 1 Coconut Creek, City of 4800 W Copans Rd Linda Jeethan 954 956-1.438 Coconut Creek, FL 33063 2 Cooper City, City of P. O. Box 290910 Kerri-Anne Fisher 954 434-4300 Cooper City, FL 33329 Ext. 268 3 Coral Springs, City of 4181 NW 121 Ave Tim. Planco 954 345-2235 Coral Springs, FL 33065 4 Dania Beach, City of 1.00 W .Dania Beach Blvd Nanci Denny 954 924-3674 Dania Beach, FL 33004 5 Davie, Town of 6591 Orange Dr Herb Hyman 954 797-1016 Davie, FL 33314 6 Deerfield Beach, City of 210 Goolsby Blvd Jessica (:ramble 954 480-4415 Deerfield Beach Fl, 33442 7 Ft. Lauderdale, City of 1350 W Broward Blvd. Ken Kalen 954 828-5781 Ft. Lauderdale FL 33312 8 Hallandale Beach, City of 400 S Federal Hwy, Andrea Lues 954 457-1332 Hallandale Beach, FL 33009 9 Hollywood, City of 1600 S Park Rd Charles Lassiter 954 967-4555 Hollywood, FL 33021 10 Lauderdale Lakes, City of 3463 NW 43 Terrace Robin Soodeen 954 535-2758 Lauderdale Lakes FL, 33309 11 Lauderhill, City of 3800 lnverarry Blvd. Ruby Levy 954 730-3044 Lauderhill, FL 33319 12 Lighthouse Point, City of 2200 NE 38 St D Smith -Rauch 954 946-7386 Lighthouse Point, FL 33064 13 Margate, City of 5790 Margate Blvd S Shambray 954 972-6454 Mar ate, FL 33068 14 Mass Transit, Broward Cty 3201 W Copans Rd James Fourcade 954 357-8441 Pompano Beach, FL 33069 15 Miami, City of 444 SW 2" Ave Michael. Rath 305 416-1921 Miami, FL 33130 16 Miramar, City of 2300 Civic Center Place Maggie Palomino 954 602-3052 Miramar, FL 33025 17 North Miami Beach, City of 17011 NE 19` Ave Shannon Graham 305 948-2985 N Miami Beach, FL 33162 18 Pembroke Pines, City of 13975 Pembroke Rd Terri Burzo 954 437-1111 Pembroke Pines, FL 33027 19 Pompano Beach, City of 1190 NE 3` Ave, Bldg C Leeta Hardin 954 786-4098 Pompano Beach, FL 33060 20 Port Everglades 1850 Eller Dr, 6Floor K Cheerangie 954 468-3517 Ft Lauderdale, FL 33316 21 School Board, Broward Cty 7720 W Oakland Park Blvd George Toman 754 321-0514 Suite 323, Sunrise, FT, 33351 22 Sheriffs Office, Broward 2601 West Broward Blvd David Mack 954 714-5207 Ft Lauderdale, FL 33312 23 Sunrise, City of 10770 W Oakland Park Blvd C Hollins/ 954 572-2274 Sunrise, FL 33351 M Peterson 24 Tamarac, City of 7525 NW 88" Ave Keith Glatz 954 597-3567 Tamarac, FL 33321 25 WWOD, Broward Cty 2401 N Powerline Road Alan Wolf 954 831-0837 Pompano Beach FL 33069 Page 2 of 5 Temporary Reso. No. 10984 — Exhibit 1 II. STATEMENT OF THE WORK A. Obiectives : ■ Contract for diesel and biodiesel products with suppliers that have proven stable business operations, including provisions for business continuity in emergency situations. ■ Obtain the fuels at competitive market rates. 111. SCOPE OF SERVICES See Attachment "A" — Specifications and Requirements See Attachment "B" — Specifications for Ultra Low Sulfur Diesel #2 IV. PROPOSAL REQUIREMENTS A. Cover letter. A cover letter signed by an authorized representative of the firm. The letter should present an overview of the Proposer's organization and will include the firm name, address, principal contact person for this proposal, phone number, and fax number. Firm's history and corporate affiliation. B. Qualifications and experience. Qualifications and specialized experience of proposer for providing the type of services described in the Scope of Services (Attachment "A"), and Specifications for Ultra Low Sulfur Diesel 42 (Attachment "B") of this RFP. 1. State proposer's years of experience performing these types of services. 2. List of customers comparable in nature to this RFP for. which the Proposer has performed similar services within the last five years. The list will include the name and address of each client's contact person, telephone and fax numbers, e-mail address if available, the approximate volume provided, and a detailed description of the scope of services provided. C. Personnel: Identify the proposed contact persons and telephone numbers for ordering services, for invoicing questions, and other key (customer service) personnel. that will be assigned to this account. D. Service alternatives and exceptions. Proposer shall submit a proposal that incorporates all of the specifications, terms, and conditions set forth in this RFP without exception. Additionally proposer shall cover in detail the following topic. E. Contingency plan of action. Firms are to describe her a specific plan of action to guarantee product availability, and avoid any disruption of delivery services daring any emergency situation (e.g. hurricanes). Explain your storage and distribution logistics to include but not be limited to: trucking to the delivery sites, any contracts or formal agreements with fuel storage facilities, distribution companies, and redundant communication capabilities. Page 3 of 5 Temporary Reso. No. 10984 — Exhibit 1 F. Price Proposal: Submit your signed, firm, fixed price proposal for providing all services, materials, etc. required for delivery of fuel. G. Proposal Copies: Submission of seven (7) copies of the proposal should be submitted to the City of Coral Springs, City Hall, 9551 West Sample Road, Coral Springs, Florida 33065, to the attention of Angelo Salomone, Purchasing Administrator. H. Addenda, Additional Information -- Contact with City Staff: Any addenda or answers to written questions supplied by the City to participating offeror's become part of this Request for Proposal and the resulting contract. This proposal form shall be signed by an authorized company representative, dated and returned with the proposal. No negotiations, decisions or action shall be initiated or executed by the Offeror as a result of any discussions with any City employee. Only those communications, which are in writing from the Purchasing Administrator, may be considered as a duly authorized expression. Also, only communications from Offerors that are signed and in writing will be recognized by the City as duly authorized expressions on behalf of the Offeror. V. EVALUATION OF PROPOSALS Evaluation Method and Criteria Proposals will be evaluated in accordance with weighted criteria listed below: POINT RANGE Firm Qualifications 0 — 30 Emergency Situation Plan 0 - 20 References 0 - 20 Cost 0 - 30 These weighted criteria are provided to assist the proposers in the allocation of their time and efforts during the submission process. The criteria also guides the Evaluation Committee during the short -listing and final ranking of proposers by establishing a general frame work for those deliberations. Short listed proposals will be selected for an interview prior to a recommendation being presented to the City Commission. As the best interest of the CITY may require, the right is reserved to reject any and all proposals or waive any minor irregularity or technicality in proposals received. Proposers are cautioned to make no assumptions unless their proposal has been evaluated as being responsive. Page 4 of 5 Temporary Reso. No. 10984 — Exhibit 1 VI. SCHEDULE OF EVENTS The schedule of events, relative to the procurement shall be as follows: Event Date (on or by) 1. Issuance of Request for Proposals 03/23/06 2. Opening of Proposals 04/12/06 3. Proposal Evaluations 04/13/06-04/20/06 4. Award of Contract 05/14/06 CITY reserves the right to delay scheduled dates. VII. SUMMARY OF DOCUMENTS TO BE SUBMITTED WITH PROPOSALS 1. Samples of the following documents (except the Certificate of insurance), are attached and shall be executed as a condition to this offer: (a) Proposal and Offeror's Certification (b) Certified Resolution. (c) Qualifications Statement (d) Non -Collusive Affidavit (e) Offeror's Foreign (Non -Florida) Corporate Statement (f) Certificate(s) of Insurance if required bythe Special Conditions to the Instructions to Offerors. VIII. AWARD OF CONTRACT The contract or contracts shall be awarded to the responsible Offeror(s) whose Proposal(s) is/are determined to be the most advantageous to CITY, taking into consideration the evaluation factors and criteria set forth in the Request for Proposals. Be advised that the CITY is prepared to award multiple contracts for each fuel type or award any combination of fuel type to a proposal as CITY deems in its best interests. IX. INSURANCE PLEASE HAVE YOUR INSURANCE REPRESENTATIVE CAREFULLY REVIEW ANY INSURANCE COVERAGES AND CONDITIONS PRIOR TO SUBMITTING YOUR PROPOSAL TO ENSURE COMPLIANCE WITH THE INSURANCE REQUIREMENTS OF THE INSTRUCTIONS TO OFFERORS. Page 5 of 5 Temporary Reso. No. 10984 — Exhibit I RFP NO. 06-A-098 DIESEL FUEL AND BIODIESEL FOR SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE GROUP INSTRUCTIONS TO OFFERORS STANDARD TERMS AND CONDITIONS I . DEFINED TERMS 1.1 Terms used in these Instructions to Offerors are defined and have the meaning assigned to them. The term "Offeror" means one who submits a Proposal directly to CITY as distinct from a Sub -Offeror, who submits a Proposal to the Offeror. The term "Successful Offeror" means the qualified, responsible and responsive Offeror to whom CITY (on the basis of CITY'S evaluation as hereinafter provided) makes an award. The term "CITY" refers to the City of Coral Springs, a municipal corporation of the State of Florida. The term "Proposal Documents" includes the Request for Proposals, Instructions to Offerors, Proposal, Qualifications Statement, Non -Collusive Affidavit, Corporate Resolution or Letter of Transmittal, Proposal Security and Specifications, if any, and the proposed Contract Documents, if any, (including all Addenda issued prior to receipt of Proposals). The term "CONTRACTOR" shall mean the individual(s) or firm(s) to whom the award is made and who executes the Contract Documents. 2. SPECIAL CONDITIONS 2.1 Any and all Special Conditions that may vary from the General Conditions shall have precedence. 3. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 3.1 Before submitting a Proposal, each Offeror must (a) consider federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, or performance of the work, (b) study and carefully correlate the Ofleror's observations with the Proposal Documents; and (c) notify the Purchasing Administrator of all conflicts, errors and discrepancies, if any, in the Proposal Documents. 3.2 The Offeror, by and through the submission of a Proposal, agrees that he shall be held responsible for having familiarized himself with the nature and extent of the work and any local conditions that may affect the work to be done and the equipment, materials, parts and labor required. Page 1 of 11. Temporary Pleso. No. 10984 — Exhibit 1 4. SPECIFICATIONS 4.1 The apparent silence of the Specifications as to any detail, or the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practice is to prevail and that only products of the forest quality are to be used. All interpretations of the Specifications shall be made on the basis of this statement. 4.2 For the purpose of evaluation, the Offeror must indicate any variance or exceptions to the stated Specifications, no matter how slight. Deviations should be explained in detail. Absence of variations and/or corrections will be interpreted to mean that the Offeror meets all the Specifications in every respect. 5. INTERPRETATIONS AND ADDENDA 5.1 Ifthe Offeror should be in doubt as to the meaning of any of the Proposal Documents, is of the opinion that the Conditions and Specifications contain errors or contradictions or reflect omissions, or has any question concerning the conditions and specifications, he shall submit a written request directed to the Purchasing Administrator for interpretation or clarification. Such request must reference the date of Proposal opening and Proposal number and should be received by the Purchasing Administrator at least ten (10) calendar days before the date of the formal opening of the Proposals. Questions received less than ten (10) calendar days prior to the Proposal opening shall not be answered. Interpretations or clarifications in response to such questions will be issued in the form of written addenda and shall be mailed to all parties recorded by CITY'S Purchasing Administrator as having received the Proposal Documents. The issuance of a written addendum shall be the only official method whereby such an interpretation or clarification will be made. 6. PRICES PROPOSED 6.1 Prices shall be shown in both unit amounts and extensions whenever applicable. In the event of discrepancies existing between. unit amounts and extensions or totals, unit amounts shall govern. 6.2 All prices and costs for fuel shall remain firm and fixed for acceptance for nine 90 calendar days after the day of the Proposal opening. 6.3 The Proposal Price shall include all permit fees, royalties, license fees and other costs arising from the use by such design, equipment and/or materials in any way involved in the work as well as all costs of packaging, transporting and delivery to the designated location. 7. NON -COLLUSIVE AFFIDAVIT Page 2 of I 1 Temporary Reso. No. 10984 — Exhibit 1 7.1 Each Offeror shall complete the Non -Collusive Affidavit Form and shall submit the farm with the Proposal. CITY considers the failure of the Offeror to submit this document to be a major irregularity and may be cause for rejection of the Proposal. PUBLIC ENTITY CRIMES INFORMATION STATEMENT 8.1 A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. OCCUPATIONAL HEALTH AND SAFETY 9.1 In compliance with. Chapter 442, Florida Statues, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this Proposal must be accompanied by a Material Safety Data Sheet (MSDS) that may be obtained from the manufacturer. The MSDS must include the following information: 9.1.1 The chemical name and the common name of the toxic substance 9.1.2 The hazards or other risks in the use of the toxic substance, including: (a) The potential for fire, explosion, corrosivity and reactivity; (b) The known acute and chronic health effects of risks from exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance; and (c) The primary routes of entry and symptoms of overexposure. 9.1.3 The proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the toxic substances, including appropriate emergency treatment in case of exposure. 9.1.4 The emergency procedure for spills, fire, disposal and first aid. Page 3 of I I Temporary Reso. No. 10984 — Exhibit 1 9.1.5 A description in lay terms of the known specific potential health risks posed by the toxic substance intended to alert any person reading this information. 9.1.6 The year and month, if available, that the information was compiled and the name, address and emergency telephone number of the manufacturer responsible for preparing the information. 9.2 Bidder warrants that the commodities supplied to CITY shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended and the failure to comply with this condition will be considered a breach of contract. 10. CONFLICT OF INTEREST 10.1 The award of any contract hereunder is subject to the provisions of Chapter H 2, Florida Statutes. Offerors must disclose with their Proposal the name of any officer, director, partner, proprietor, associate or agent who is also an officer or employee of CITY or any of its agencies. Further, all Offerors must disclose the name of any officer or employee of CITY who owns, directly or indirectly, an interest of five percent (5%) or more in the Offeror's firm or any of its branches or affiliate companies. 11. PROPOSAL SECURITY PAYMENT AND PERFORMANCE BONDS INSURANCE 11.1 Proposal security and proof of insurance, when required by the Special Conditions, shall be submitted with the proposal as specified in the Special Conditions. After acceptance of the proposal, the Successful Offeror, when required by the Special Conditions, shall submit payment and/or performance bonds, certificates and/or policies of insurance in the manner, form and amount(s) specified in the Special Conditions. 1.2. SUMMARY OF DOCUMENTS TO BE SUBMITTED WITH PROPOSALS 12.1 The following is a summary of documents, which are to be submitted by the Offerors: (a) Proposal and Offeror's Certification (b) Certified Resolution (c) Qualifications Statement (d) Non -Collusive Affidavit (e) Offeror's Foreign (Non -Florida) Corporate Statement (f) Certificate(s) of Insurance if required by the Special Conditions to the Instructions to Offerors. 13. SUBMISSION OF PROPOSALS Page 4 of 11. Temporary Reso. No. 10984 _. Exhibit 1 13.1 Proposals must be typed or printed in ink. Use of erasable ink is not permitted. All corrections to prices made by the Offeror must be initialed. 13.2 Proposals must contain a manual signature of the authorized representative of the Offeror. Proposals shall contain an acknowledgment of receipt of all Addenda. The address and telephone number for communications regarding the Proposal must be shown. 13.3 Proposals by corporations must be executed in the corporate name by the :President or other corporate officer accompanied by evidence of authority to sign. The corporate address and state of incorporation must be shown below the signature. 13.4 Proposals by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. 13.5 Proposals shall be submitted at or before the time and at the place indicated in the Request for Proposals and shall be submitted in a sealed envelope (faxed Proposals will not be accepted under any circumstances). The envelope shall be clearly marked on the exterior "PROPOSAL FOR DIESEL AND BIODIESEL FOR SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE GROUP THE CITY OF CORAL SPRINGS, FLORIDA," and shall state the name and address of the Offeror and shall be accompanied by any other required documents. No responsibility will attach to the Purchasing Office for the premature opening of a Proposal not properly addressed and identified. 13.6 In accordance with Chapter 11.9 of the Florida Statutes (Public Records Law), and except as may be provided by other applicable state and federal law, the Request for Proposal and the responses thereto are in the public domain. However, the Offerors are requested to identify specifically any information contained in their Proposals which they consider confidential and/or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. 13.7 All Proposals received from Offerors in response to the Request for Proposal will become the property of CITY and will not be returned to the Offerors. In the event of Contract award, all documentation produced as part of the Contract shall become the exclusive property of CITY. 14. MODIFICATION AND WITHDRAWAL OF PROPOSALS 14.1 Proposals may be modified or withdrawn by an appropriate document duly executed (in Page 5 of I 1 Temporary Reso. No. 10984 — Exhibit I the manner that a Proposal must be executed) and delivered to the place where Proposals are to be submitted at any time prior to the deadline for submitting Proposals. A request for withdrawal or a modification must be in writing and signed by a person duly authorized to do so. Evidence of such authority must accompany the request for withdrawal or modification. Withdrawal of a Proposal will not prejudice the rights of an Offeror to submit a new Proposal prior to the Proposal opening date and time. After expiration of the period for receiving Proposals, no Proposal may be withdrawn or modified. 14.2 If, within twenty-four (24) hours after Proposals are opened, any Offeror files a duly signed, written notice with CITY and within five (5) calendar days thereafter demonstrates to the reasonable satisfaction of CITY by clear and convincing evidence there was a material and substantial mistake in the preparation of its Proposal, or that the mistake is clearly evident on the face of the Proposal but the intended correct Proposal is not similarly evident, then Offeror may withdraw its Proposal and the Bid Security will be returned. Thereafter, the Offeror will be disqualified from further bidding on the subject Contract. 15. REJECTION OF PROPOSALS 15.1 To the extent permitted by applicable state and federal laws and regulations, CITY reserves the right to reject any and all Proposals, to waive any and all informalities not involving price, time or changes in the work with the Successful Offeror, and the right to disregard all nonconforming, non -responsive, unbalanced or conditional Proposals. Proposal. will be considered irregular and may be rejected, if they show serious omissions, alterations in form, additions not called for, conditions or unauthorized alterations, or irregularities of any kind. 15.2 CITY reserves the right to reject the Proposal of any Offeror if CITY believes that it would not be in the best interest of the CITY to make an award to that Offeror, whether because the Proposal is not responsive or the Offeror is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by CITY. 16. AWARD OF CONTRACT 16.1 The Contract should be awarded by CITY's Commission to the most responsible and responsive Offeror(s) for the Proposal(s) whose evaluation by CITY indicates to CITY that the award will be in the best interests of the CITY and not necessarily to the lowest Offeror. Page 6 of 1 I Temporary Reso. No. 10984 — Exhibit I SPECIAL CONDITIONS TO INSTRUCTIONS TO OFFERORS 17. QUALIFICATIONS OF OFFERORS 17.1 Each Offeror should complete the Qualifications Statement and submit the same with his Proposal. Failure to submit the Qualifications Statement and the documents required thereunder with the Proposal may constitute grounds for rejection of the Proposal. 17.2 No proposal shall be accepted from, nor will any contract be awarded to, any person, who is in arrears to CITY, upon any debt or contract, or who is a defaulter, as surety or otherwise, upon any obligation to CITY, or who is deemed irresponsible for unreliable by CITY. 18. ENVIRONMENTAL REGULATION 18.1 CITY reserves the right to consider Offeror's history of citations and/or violations of environmental regulations in determining an Offeror's responsibility, and further reserves the right to declare an Offeror not responsible if the history of violations warrant such determination. Offeror shall submit with the Proposal, a complete history of all citations and/or violations, notices and dispositions thereof. The non -submission of any such documentation shall be deemed to be an affirmation by the Offeror that there are no citations or violations. Offeror shall notify CITY immediately of notice of any citation or violation, which Offeror may receive after the Proposal opening date and during the time of performance of any contract awarded to Offerors. 19. INSURANCE 19.1 Prior to Award and in any event prior to commencing work, the Successful Offeror shall provide CITY with certified copies of all insurance policies providing coverage as required by these Special Conditions. 1.9.2 The Successful Offeror shall secure and maintain, at its own expense, and keep in effect during the full period of the contract a policy or policies of insurance, which must include the following coverages and minimum limits of liability: (a) _Worker's Compensation and Employer's Liability Insurance for all employees of the Successful Offeror engaged in work under the Contract in accordance with the laws of the State of Florida. The Successful Offeror shall agree to be responsible for the employment, control and conduct of its employees and for any injury sustained by such employees in the course of their employment. Page 7 of 11 Temporary Reso. No. 10984 — Exhibit. 1 (b) Comprehensive General Liabilit/Insurance with the following minimum limits of liability: $ 1,000,000 Combined Single Limit, Bodily Injury and Property Damage Liability per occurrence Coverage shall specifically include the following minimum limits not less than those required for Bodily Injury Liability and Property Damage: $ 1,000,000 Combined Single Limit, Bodily Injury and Property Damage Liability per occurrence (1) Premises and Operations; (2) Independent Contractors; (3) Products and Completed Operations; (4) Broad Form Property Damage; (5) Broad Form Contractual Coverage applicable to the Contract and specifically confirming the indemnification and hold harmless agreement in the Contract. (c) Environmental Liability with minimum limits of: $500,000 per occurrence with a maximum deductible of $10,000 without restrictive endorsements as files by the Insurance Services office. (d) Comprehensive Automobile Liabilt Insurance for all owned, non -owned and hired automobiles and other vehicles used by Successful Offeror in the performance of the work with the following minimum limits of liability: $ 1,000,000 Combined Single Limit, Bodily Injury and Property Damage Liability per occurrence 19.3 ALL LIABILITY INSURANCE POLICIES SHALL SPECIFICALLY PROVIDE THAT THE CITY OF CORAL SPRINGS IS AN ADDITIONAL NAMED INSURED OR ADDITIONAL INSURED WITH RESPECT TO THE REQUIRED COVERAGES AND THE OPERATIONS OF THE CONTRACTOR UNDER THE CONTRACT. INSURANCE Companies selected must be acceptable to CITY. All of the policies of insurance so required to be purchased and maintained shall contain a provision or Page 8 of I I Temporary Reso. No. 10984 — Exhibit I endorsement that the coverage afforded shall not be canceled, materially changed or renewal refused until at least thirty (30) calendar days written notice has been given to CITY by certified mail. 1.9.4 The required insurance coverage shall be issued by an insurance company duly authorized and licensed to do business in the State of Florida with the following minimum qualifications in accordance with the latest edition of A.M. Best's Insurance Guide: Financial Stability B+ to A+ 19.5 All required insurance policies shall preclude any underwriters rights of recovery or subrogation against CITY with the express intention of the parties being that the required insurance coverages protect both parties as the primary coverages for any and all losses covered by the above described insurance. 19.6 The Successful Offeror shall ensure that any company issuing insurance to cover the requirements contained in this Contract agrees that they shall have no recourse against CITY for payment or assessments in any form on any policy of insurance. 19.7 The Successful Offeror agrees to perform the work under the Contract as an independent contractor, and not as a subcontractor, agent or employee of CITY. 20. INDEMNIFICATION 20.1 GENERAL INDEMNIFICATION: To the fullest extent permitted by laws and regulations, Successful Offeror shall indemnify, defend, save and hold harmless the CITY, its officers, agents and employees, harmless from any and all claims, damages, losses, liabilities and expenses, direct, indirect or consequential arising out of or in consequential arising out of or alleged to have arisen out of or in consequence of the products, goods or services furnished by or operations of the Successful Offeror or his subcontractors, agents, officers, employees or independent contractors pursuant to or in the performance of the Contract. 21. RISK OF LOSS 21. I The risk of loss, injury or destruction, regardless of the cause of the casualty, shall be carried by Successful. Offeror until the delivery of the equipment to CITY's premises, and inspection and acceptance of the fuel by CITY. Title shall pass to CITY upon acceptance by CITY. Page 9 of 11 Temporary Reso. No. 10984 — Exhibit 1 22. WARRANTIES 22.1 Successful Offeror warrants to CITY that it will comply with all applicable federal, state and local laws, regulations and orders in carrying out its obligations under the Contract. 22.2 All warranties made by Successful Offeror together with service warranties and guaranties shall run to CITY and the successors and assigns of CITY. 23. NONDISCRIMINATION AND EQUAL OPPORTUNITY EMPLOYMENT 23.1 During the performance of the Contract, the Successful Offeror shall not discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin. The Successful Offeror will take affirmative action to ensure that employees are treated during employment, without regard to their race, creed, color, or national origin. Such action must include, but not be limited to, the following: employment, upgrading; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Successful Offeror(s) shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. 24. TERMINATION FOR CAUSE AND DEFAULT 24.1 In the event Successful Offeror shall default in any of the terms, obligations, restrictions or conditions in any of the Proposal documents, CITY shall give written notice by certified mail, return receipt requested to Successful Offeror ofthe default and that such default shall be corrected or actions taken to correct such default shall be commenced within ten 10 calendar days thereof. In the event Successful Offeror has failed to correct the conditions of default or the default is not remedied to the satisfaction and approval of CITY, CITY shall have all legal remedies available to it, including, but not limited to termination of the Contract in which case Successful Offeror shall be liable for all procurement and reprocurement costs and any and all damages permitted by law arising from the default and breach of the Contract. 25. TERMINATION FOR CONVENIENCE OF CITY 25.1 Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to Successful Offeror, CITY may without cause and without prejudice to any other right or remedy, ternlinate the agreement .for CITY's convenience whenever CITY determines that such termination is in the best interests of CITY. Where the agreement is terminated for the convenience of CITY, the notice of termination to Successful Offeror must state that the Contract is being terminated for the convenience of CITY under the Page 10 of 1.1 Temporary Reso. No. 10984 _... Exhibit 1 termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, Successful Offeror shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding subcontractors and purchase orders to the extent that they relate to the terminated portion o f the Contract and refrain from placing further orders and subcontracts except as they may be necessary, and complete any continued portions of the work. 26. AUDIT RIGHTS 26.1 CITY reserves the right to audit the records of Successful Offeror at any time during the performance and term of the Contract and for a period of three (3) years after completion and acceptance by CITY. If required by CITY, Successful Offeror shall agree to submit to an audit by an independent certified public account selected by CITY. Successful Offeror shall allow CITY to inspect, examine and review the records of Successful Offeror at any and all times during normal business hours during the term of the Contract. 27. ASSIGNMENT 27.1 Successful Offeror shall not assign, transfer or subject the Contract or its rights, title or interests or obligations therein without CITY'S prior written approval. 27.2 Violation of the terms of this paragraph shall constitute a breach of the Contract by Successful Offeror and CITY may, at its discretion, cancel the Contract and all rights, title and interest of Successful Offeror shall thereupon cease and terminate. 28. GOVERNING LAWS: This RFP/Agreement shall be governed by and construed in accordance with the laws of the State of Florida without regard to principles of conflicts of laws thereof. 29. VENUE: Any litigation arising out of this RFP/Agreement shall be brought in the Seventeenth Judicial Circuit for Broward County, Florida. Page I I of 1 I Temporary Reso. No. 10984 — Exhibit I PROPOSAL FORM FOR DIESEL FUEL AND BIODIESEL FOR SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE GROUP RFP 06-A-098 SUBMITTED TO: City of Coral Springs 9551 West Sample Road Coral Springs, Florida 33065 The undersigned Proposer proposes and agrees, if this Proposal is accepted, to enter into an Agreement with CITY to perform all work as specified in the RFP Documents for the price(s) and within the time indicated in this RFP, and in accordance with the terms and conditions of the RFP Documents. 2. Proposer accepts and hereby incorporates by reference in this Form all of the terms and conditions of the RFP. Proposer has examined the insurance requirements of the RFP, and accepts and agrees to abide by those terms and conditions without exception or limitation of any kind. 4. Proposer has given the Purchasing Administrator written notice of all conflicts, errors or discrepancies that it has discovered in the RFP and/or Contract documents and the written resolution thereof by the Purchasing Administrator is acceptable to Proposer. Proposer proposes to furnish all labor, materials, equipment, machinery, tools, transportation, supplies, services, and supervision for the contract described as follows: Diesel And Biodiesel For Southeast Florida Governmental Purchasing Cooperative Group Page I of 7 Temporary Reso. No. 10984 — Exhibit 1 6. Bidder will complete the work for the following price(s): Item Description Opis Firm markup (+) Unit Price Est. Total Price No. price Discount (-) per Gal. Quantity. Gallons I Diesel Fuel #2 Low 1.9672 X 915,875 $ Sulfur — Tankwa on 2 Diesel Fuel 42 Low L9485 — X 5,242,678 $ Sulfur — Transport 3 Diesel Fuel #2 Ultra Low 2.00 — X 915,875 $ Sulfur Tankwa on+ est. 4 Diesel Fuel #2 Ultra. Low 2.00 X 5,197,678 $ Sulfur Trans ort+ est. 5 Diesel Fuel #2 High 1.9097 X 107,31.0 $ Sulfur Tankwa on 6 Diesel Fuel #2 Red Dye 1.9759 = X 37,000 $ Low Sulfur Tankwa on 7 Diesel Fuel 92 Red Dye 1.9759 = X 2,000 $ Low Sulfur Transport 8 Biodiesel Fuel B20 1.9672 X 45,000 $ Tankwa on 9 Biodiesel Fuel B20 1.9672 — X 0 $ Trans ort GRAND TOTAL FOR ALL ITEMS I thru 9 *OPTS price as of 3/20/06 used forbid evaluation only. See Attachment "A", Paragraph 5. ** Calculate markup/discount to fourth decimal point. Markup/discount to remain firm during contract period. See Attachment "A", Paragraph 5. +Purchase of these products to begin upon availability in Summer/Fall 2006. 7. Acknowledgement is hereby made of the following Addenda (identified by number) received since issuance of the Invitation to Bid: Addendum No. Date Addendum No. Date Addendum. No. Date 8. LEASE HAVE YOUR INSURANCE REPRESENTATIVE CAREFULLY REVIEW THE INSURANCE COVERAGE REQUIREMENTS CONTAINED IN THE INSTRUCTIONS TO BIDDERS PRIOR TO SUBMITTING YOUR BID TO ENSURE COMPLIANCE WITH ALL INSURANCE REQUIREMENTS. 9. The CITY reserves the right to award this contract on the basis of any combination of the above items, or all items, in which the CITY deems in its best interests. Page 2 of 7 Temporary Reso. No. 10984 --- Exhibit 1 10. Communications concerning this Bid shall be addressed to: Name: Telephone No. Fax No. 11. The following documents are attached to and made as a condition to this Bid: (a) Bidder's certification. (b) Certified resolution (corporation, partnerships) (c) Certificate(s) of insurance (d) Non -collusive affidavit (e) Bidder's qualification statement (f) Bidder's Foreign (Non -Florida) corporate statement Page 3 of 7 Temporary Reso. No. 10984 — Exhibit I OFFEROKS CERTIFICATION WHEN OFFEROR IS AN INDIVIDUAL IN WITNESS WHEREOF, the Offeror hereto has executed this Proposal Form this day of , 200_. Witness Witness State of County of Signature of Individual Printed Name of Individual Business Address City/State/Zip Business Phone Number The foregoing instrument was acknowledged before me this day of , 200_, by (Name), who is personally known to me or who has produced as identification and who did (did not) take an oath. WITNESS my hand and official seal. NOTARY PUBLIC (Name of Notary Public: Print, Stamp, or type as Commissioned) Page 4 of 7 Temporary Reso. No. 10984 — Exhibit I OFFEROR'S CERTIFICATION WHEN OFFEROR IS A SOLE PROPRIETORSHIP OR OPERATES UNDER A FICTITIOUS OR TRADE NAME IN WITNESS WHEREOF, the Offeror hereto has executed this Proposal Form this _ day of , 200_. Witness Witness State of County of Printed Name of Firm By: Signature of Owner Printed Name of Individual Business Address City/State/Zip Business Phone Number The foregoing instrument was acknowledged before me this day of , 200, by (Name), who is personally known to me or who has produced as identification and who did (did not) take an oath. WITNESS my hand and official seal. NOTARY PUBLIC (Name of Notary Public: Print, Stamp, or type as Commissioned) Page 5 of 7 Temporary Reso. No. 10984 — Exhibit I OFFEROR'S CERTIFICATION WHEN OFFEROR IS A PARTNERSHIP IN WITNESS WHEREOF, the Offeror hereto has executed this Proposal Form this day of , 200_. Witness Witness State of County of Printed Name of Partnership By: Signature of General or Managing Partner Printed Name of partner Business Address City/State/Zip Business Phone Number State of Registration The foregoing instrument was acknowledged before me this day of , 200, by (Name), (Title) of (Name of Company) who is personally known to me or who has produced as identification and who did (did not) take an oath. WITNESS my hand and official seal. NOTARY PUBLIC (Name of Notary Public: Print, Stamp, or type as Commissioned) Page 6 of 7 Temporary Reso. No. 10984 -- Exhibit 1 OFFEROR'S CERTIFICATION WHEN OFFEROR IS A CORPORATION IN WITNESS WHEREOF, the Offeror hereto has executed this Proposal Form this day of , 200_. (CORPORATE SEAL) ATTEST: By Secretary State of County of Printed Name of Corporation Printed State of Incorporation By: Signature of President or other authorized officer Printed Name of President or other authorized officer Address of Corporation City/State/Zip Business Phone Number The foregoing instrument was acknowledged before me this day of 200_, by (Name), (Title) of (Combanv Name) on behalf of the corporation who is personally known to me or who has produced oath. WITNESS my hand and official seal. NOTARY PUBLIC (Name of Notary Public: Print, Stamp, or type as Commissioned) _ as identification and who did (did not) take an Page 7 of 7 Temporary Reso. No. 10984 -- Exhibit 1 I, CERTIFIED RESOLUTION (Name), the duly elected Secretary of (Corporate Title), a corporation organized and existing under the laws of the State of , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the Said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT (Name)" The duly elected (Title of Officer) of (Corporate Title) be and is hereby authorized to execute and submit a Bid and Bid Bond, if such bond is required, to the City of Coral Springs and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Coral Springs shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. 1 further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE SIGNATURE Given under my hand and the Seal of the said corporation this day of , 200 . (SEAL) Secretary Corporate Title NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Coral Springs that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. Temporary Reso. No. 10984 — Exhibit 1 NON -COLLUSIVE AFFIDAVIT State of )ss. County of says that: being first duly sworn, deposes and (1) He/she is the , (Owner, Partner, Officer, Representative or Agent) of the Bidder that has submitted the attached Bid; (2) He/she is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm, or person to submit a collusive or sham Bid in connection with the Work for which the attached Bid has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Bidder, firm, or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements of the Bid price or the Bid price of any other Bidder, or to secure trough any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Page I of 2 Temporary Reso. No. 10984 — Exhibit 1 Signed, sealed and delivered in the presence of: ACKNOWLEDGEMENT State of County of The foregoing instrument was 200� by known to me or who has produced not) take an oath. WITNESS my hand and official seal NOTARY PUBLIC (Name of Notary Public: Print, Stamp, or Type as Commissioned.) w (.Printed Name) (Title) acknowledged before me this day of who is personally as identification and who did (did Page 2 of 2 Temporary Reso. No. 10984 .m Exhibit 1 The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Coral Springs (Purchasing Administrator) ADDRESS: 9551 West Sample Road Coral Springs, Florida 33065 SUBMITTED BY -- ADDRESS: TELEPHONE NO FAX NO E-MAIL ADDRESS: Corporation Partnership Individual Other 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Proposer is: The address of the principal place of business 2. If Proposer is a corporation, answer the following: a. b. C. d. e. 9. Date of Incorporation: State of Incorporation: President's name - Vice President's name• CanrPtarv'c name• Treasurer's name• Name and address of Resident Agent: Page 1 of 4 Temporary Reso. No. 10984 — Exhibit 1 3. If Proposer is an individual or a partnership, answer the following: a. b. Date of organization: Name, address and ownership units of all partners: C. State whether general or limited partnership• 4. if Proposer is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Proposer is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? a. Under what other former names has your organization operated? 7. Indicate registration, license numbers or certificate numbers for the businesses or professions which are, the subject of this Bid. Please attach certificate of competency and/or state registration. Do you have a complete set of documents? (') (N) Page 2 of 4 Temporary Reso. No. 10984 — Exhibit 1 9. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed or goods you have provided in the past two (2) years, and to which you refer (government owners are preferred as references). (name) (address) (phone number) (name) (address) (phone number) (name) (address) (phone number) 10, List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). Paize 3 of 4 Temporary Reso. No. 10984 — Exhibit I THE PROPOSER ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY PROPOSER TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY. AFFECTS THE PROPOSER'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE BID, AND IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. Signature State of — County of The foregoing instrument was acknowledged before me this 171 personally known to me or who has produced (did not) take an oath. WITNESS my hand and official seal. NOTARY PUBLIC (Name of Notary Public: Print, Stamp, or type as Commissioned) of Pate 4 of 4 day of _, 200 who is as identification and who did Temporary Reso. No. 10984 — Exhibit 1 FOREIGN (NON-FLORIDA) CORPORATIONS MUST COMPLETE THIS FORM LhliT:l:iAlul�l��r�J��II�MWO] :iW:���IlI�1\.:>lwM�li�Cla If your corporation is exempt from the requirements of Section 607.1501, Florida Statutes, YOLJ MUST CHECK BELOW the reason(s) forthe exemption. Please contact the Department of State, Division of Corporations at (850) 245-6051 for assistance with corporate registration or exemptions. 607.1501 Authority of foreign corporation to transact business required. (1) A foreign corporation may not transact business in this state until it obtains a certificate of authority from the Department of State. (2) The following activities, among others, do not constitute transacting business within the meaning of subsection (1): (a) Maintaining, defending, or settling any proceeding. (b) Holding meetings of the board of directors or shareholders or carrying on other activities concerning internal corporate affairs. (c) Maintaining bank accounts. (d) Maintaining officers or agencies for the transfer, exchange, and registration of the corporation's own securities or maintaining trustees or depositories with respect to those securities. (e) Selling through independent contractors. (f) Soliciting or obtaining orders, whether by mail or through employees, agents, or otherwise, if the orders require acceptance outside this state before they become contracts. (g) Creating or acquiring indebtedness, mortgages, and security interests in real or personal property. (h) Securing or collecting debts or enforcing mortgages and security interests in property securing the debts. (i) Transacting business in interstate commerce. (j) Conducting an isolated transaction that is completed within 30 days and that is not one in the course of repeated transactions of a like nature.. (k) Owning and controlling a subsidiary corporation incorporated in or transacting business within this state or voting the stock of any corporation which it has lawfully acquired. (1) Owning a limited partnership interest in a limited partnership that is doing business within this state, unless such limited partner manages or controls the partnership or exercises the powers and duties of a general partner. (m) Owning, without more, real or personal property. (3) The list of activities in subsection (2) is not exhaustive. (4) This section has no application to the question of whether any foreign corporation is subject to service of process and suit in this state under any law of this state. Please check one of the following if your firm is N_Q_ a corporation: (1) Partnership, Joint Venture, Estate or Trust (II) Sole Proprietorship or Self Employed -NOTE: This sheet MUST be enclosed with your bid if you claim an exemption or have checked I or II above. If you do not check I or 11 above, your firm will be considered a corporation and subject to all requirements listed herein. 11.3.11t7r14146*1410 "194184040801.1011iy SIGNATURE OF AUTHORIZED AGENT OF 131DDER Temporary Reso. No. 10984 — Exhibit I RFP 06-A-098 DIESEL FUEL AND BIODIESEL FOR SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE GROUP ATTACHMENT "A" SPECIFICATIONS & REQUIREMENTS 1. DEFINITIONS: 1.1 Agency: Any participating governmental purchasing authority within the trrcounty area. 2 3 1.2 ASTM ASTM Standards Information (215) 299-5475 or (215) 299-5584; or to order, ASTM Customer Services Department, 1916 Race Street, Philadelphia, PA 19103, (215) 299-5585. 1.3 Bidder: Any company submitting a bid to this request. 1.4 Contractor. Bidder who is selected as who will best serve the interest of Southeast Florida Governmental Purchasing Cooperative Group. 1.5 Integrated: A company who primarily performs the functions of refining, transporting and marketing fuels as listed herein. 1.6 OPTS Oil Price Information Service, Subscription. Information, (301) 961-8777, 4550 Montgomery Avenue, Suite 70ON Bethesda, Maryland 20814-3382. 1.7 Tankwagon: Maximum 5000 gallons in any one delivery. 1.8 Transport: Minimum load diesel to any one location- approximately 5800 gallons. LOCATIONS & CAPACITY: 2.1 Agency names, contacts and telephone numbers are listed herein in Attachment "A". 3.1 The agencies listed herein are municipalities and are exempt from Federal Gasoline and Diesel (excise) Road taxes and Florida Sales Tax. 3.2 Bids will be considered only from Bidders who do not require the payment of these taxes. Page 1 of 5 Temporary Reso. No. 10984 — Exhibit 1 4, DELIVERY: 4.1 Unless otherwise requested at the time of order, deliveries will be within 24 hours after time of order. Deliveries should be made during normal working hours, 8:30 a.m.. to 5:00 p.m., Monday through Friday, unless an alternate delivery date is specifically requested by the agency placing the order. 4.2 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 613, Volume 11, Petroleum Measurement Tables. Delivery tickets and invoices shall reflect the net gallons delivered after temperature compensation. 4.3 Tankwagon deliveries will be metered at the time of drop. 4A Agencies will accept fuel from trucks with sealed State approved and inspected meters. Trucks that have State of Florida Department of Agriculture and Consumer Services sealed, calibrated and certified compartment tank volume markers for the petroleum product being delivered, are also acceptable. PR TC.TNGr- 5.1 Prices bid are to be F.O.B. delivered to locations and are exclusive of all Federal., State and County Excise taxes and fees. Any other applicable taxes and fees shall be added at the time of invoicing. See Paragraph 3, TAXES 5.2 Diesel and biodiesel (1320) fuel prices shall be based on the average weekly closing price as published in the Oil Price Information Service (OPIS) Report for Miami, Florida, plus a firm markup or discount. 5.3 The firm markup or discount should include the vendor's profit, delivery costs and any other costs. The firm markup or discount for Diesel and Biodisel 1320 shall not change during the initial term of the contract or any renewal periods. No other charges shall be added. Markup/discount must be expressed in dollars and/or cents per gallon. 5.4 Prices shall remain firm for one -week intervals. Firm price intervals will begin at 12:01 A.M. on Monday of each week. The price will be based on the average closing OPIS published price dated the preceding Thursday. This average will be calculated to the fourth decimal place. 5.5 Invoice pricing for Diesel and Biodiesel (B20) will be OPIS price in effect on the date of delivery +/- markup/discount. , Page 2 of 5 Temporary Reso. No. 10984 - Exhibit I 6. SUBSTITUTE/ALTERNATE METHOD FOR PRICE ADJUSTMENT: 6.1 The City reserves the right, based on its sole judgment, to substitute an alternate method for price adjustment if: A. An interruption in the OPIS publication is experienced beyond existing scheduled holidays (Independence Day, Christmas, etc.), or B. The listing of companies and their prices for Miami, Florida are interrupted or modified to a degree which would require alteration of the computation .formula to determine a fair average price, or C. The use of the average price computation based on the prices listed in OPIS becomes non -representative of the market in South Florida. D. The City determines that the price adjustment method then in effect in the contract is not in its best interests. 6.2 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(s) will be notified thirty (30) days prior to the effective date for the alternate adjustment. If an alternate price adjustment method is not acceptable to all awarded contractor(s), the City may cancel this contract in whole or in part by giving the contractor(s) ninety (90) days prior written notice. 7. INVOICING 7.1 Each invoice shall reference the date of each applicable published OPIS closing average for that week. List separately on invoice each individual non-exempt tax/fee and its amount that is added to the price. 7.2 In the event an agency miscalculates on the estimated gallons required for a transport delivery to any one location; deliveries 5001 gallons and above will be invoiced at transport pricing. K Deliveries 5000 gallons or below will be invoiced at Tank -wagon pricing as listed on the time of bid. ORDERING & PAYMENT: 8.1 Each governmental agency which accepts bids submitted will establish its own contract with the successful bidder(s); will issue its own purchase orders; will require separate billing and will issue its own exemption certificates as required by the Contractor. 8.2 The City of Coral Springs Purchasing Division will furnish a copy of bidders list and any other information submitted with the bids to all of the participating agencies. Page 3 of 5 Temporary Reso. No. 10984 — Exhibit 1 8.3 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 bid. 8.4 After award of contract(s) to successful bidder(s) the City reserves the right to issue purchase orders in accordance with the terms of this contract. 9. OPIS REQUIREMENTS: 9.1 The successful contractor receiving the largest estimated dollar expenditure award must provide to the City of Coral Springs only, a subscription to the Oil Price Information Service (OPIS) daily publication for Miami, Florida continuing throughout the contract period. The contractor (s) will be required to furnish subscriptions for any renewal periods. 9.2 The last Monday prior to contract commencement date the OPIS report will be used to establish the price of fuel for the first day of the contract period. 9.3 The subscription may be mailed to Coral Springs Central Stores, 4181 Northwest 121 Avenue, Coral Springs, FL 33065. 10. SPILLAGE: 1.0.1 The Contractor and/or his subcontractors making deliveries shall be fully responsible for any errors or mistakes that require clean up or ground sterilization. Contractor will be responsible for prompt and thorough cleanup of all spillage per EPA specifications and for any agencies fines or fees for any contamination that result from improper delivery of fuel. 11. SPECIFICATIONS: 11.1 Per latest edition of ASTMM specifications I-975 Diesel Fuel shall be number two (#2) Low Sulfur Diesel Fuel shall be number two (#2) High Sulfur Biodiesel must meet the minimum requirements and test procedures of ASTM PS 121. Diesel Fuel red dye shall be number two (2) Low Sulfur Diesel Fuel shall be number two (#2) Ultra Low Sulfur (See specifications in Attachment "B"). Page 4 of 5 Temporary Reso. No. 10984 — Exhibit 1 11.2 The products requested in this Invitation to Bid must conform to the specifications of the State of Florida and comply with all Federal, State and local laws and regulations as applicable on date of delivery. 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. Bidders shall attach an emergency plan that ensures continued deliveries of these products in case of emergencies or when additional quantities may be required. Page 5 of 5 Temporary Reso. No. 10984 --- Exhibit 1 RFP 06-A-098 DIESEL FUEL AND BIODIESEL FOR SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE GROUP /_raFEY* so1u1oleo Iii *M SPECIFICATIONS FOR ULTRA LOW SULFUR DIESEL #2 This specification describes the requirements for Ultra Low Sulfur (<I5 ppm) Diesel Fuel furnished by the Contractor. This fuel shall meet the performance specifications listed in Paragraph 3.3. Bid must reflect what additives are used, if any, to achieve the required Cloud Point Requirement; Lubricity; and Cetane Number requirements. 2. Reference Documents 2.1 ASTM Standards 2.2 Cummins Engineering Standard, "Fuels for Cummins Engines" (Service Bulletin #3379001-06, Rev. 01-11-01). 2.3 Detroit Diesel Lubricating Oil, Fuel and Filters Engine Requirements (Publication #7SE270 0401), 2004. 2.4 Florida Administrative Code "Low Emission Diesel Standards." Order of precedence — In the event of conflict between the text of this specification and the references cited herein, the test of this, specification shall take precedence. Nothing in this specification, however, supersedes applicable laws and regulations unless a specific exemption has been obtained. Note: Broward County, Mass Transit Division's (BCT) specification will not take precedence over any local, State or Federal requirement enacted after award of this contract that is ore stringent. The contractor shall notify BCT as soon as any more stringent local, State or Federal requirement is known and prior to implementation on BCT fuel deliveries. Where BCT specification requirements are more stringent, BCT specification requirements shall take precedence. 3.0 Requirements 3.1 Certifications a. The contractor shall be in compliance with all requirements of the Florida Administrative Code Environmental Quality, Control of Air Pollution from Motor Vehicles, Low Emission Fuels, Low Emission Diesel. The Contractor must demonstrate compliance with the above rule. b. The contractor must maintain records to provide necessary analysis and certification for every load of fuel provided to BCT under contract. Page 1 of 4 Temporary Reso. No. 10984 — Exhibit I 3.2 Materials and processes: The following processes shall be used to test for compliance with the Technical specifications. ITEM .PROPERTIES (DESCRIPTION) DAILY ANALYSIS REPORT (ASTM TEST METHOD) INITIAL CERTIFICATION AND SEMI-ANNUAL TESTS ANALYSIS REPORT (ASTM TEST METHOD) (SEE NOTE 1.) A Cetane Number D61.3 D613 B Cetane Index D976*, D4737 D976 C Flash Point D93 D93 D Total Sulfur, % D6428*, D3120, D5453 D6428*, D3120, D5453 E Distillation Temperature D86 D86 F Active Sulfur D.130 D130 G API Gravity D287 D287 H Viscosit cSt g I00° F 40°c) D445 D445 I Ash Content Wei ht %) D482 D482 J Carbon Residue (10%) wt% D524 D524 K Water and Sediment D1796 D1796 L Oxidation Stability D2274 D2274 M Cloud Point D2500 D2500 N Lubricity D6078*, D6079 D6078 O Thermal Stability °F, start, 10%, 50%, 90%, endpoint D6468 D6468 *Denotes the preferred testing method for this property. (1) Contractor to provide certification reports. Fuel deliveries are subject to verification through the BCTs fuel testing program. 3.3 List of ASTM Test Methods ASTM DESIGNATION TITLE ASTM D86 Distillation of Petroleum. Products ASTM D93 Flash -Point by Pensk -Martens Closed Cup Tester ASTM D1.30 Detection of Copper Corrosion from Petroleum Products by the Copper Strip Tarnish Test ASTM D287 American Petroleum Institute Specific Gravity ASTM D445 Kinematic Viscosity of Transparent and. O a ue Li uids ASTM D482 Ash From Petroleum Products ASTM D524 Ramsbottom Carbon Residue of Petroleum Products ASTM D613 Standard Test Method for Cetane Number of Diesel Fuel Oil. ASTM D976 Calculated Cetane Index of Distillate Fuels Page 2 of 4 Temporary Reso. No. 10984 --- Exhibit I ASTM DESIGNATION TITLE ASTM D1796 Water and Sediment Content ASTM D2274 Oxidation. Stability of Distillate Fuel Oil ASTM D2500 Cloud Point of Petroleum Products ASTM D3120 Trace Quantities of Sulfur by Oxidative Microcoulometry ASTM D4737 Calculated Cetane Index by Four Variable Equation ASTM D5453 Total Sulfur in Light Hydrocarbons, Motor Fuels and Motor Oils by Ultraviolet Fluorescence ASTM D6078 Lubricity of Diesel Fuels by the Scuffing Load Ball -on -cylinder Lubricity Evaluator SLBOCLE) ASTM D6079 Lubricity of Diesel Fuels by High Frequency Recirpocating Rig (HFFR) ASTM D6428 Total Sulfur in Liquid Aromatic Hydrocarbons and their Derivatives by Oxidative Combustion and Electrochemical Detection. ASTM D6468 High Temperature Stability of Disitllate Fuels 3.4 Technical Specifications PROPERTY REQUIREMENT TEST METHOD(S) Cetane Number, Min. 45 Minimum D613 Cetane .Index, Min. 45 Minimum D976 , D4737 Flash Point, Min.°F °C 1250F (52°C) Minimum D93 Total Sulfur content (weight %), maximum 0.0015% Maximum (15 ppm) D6428 , D3120, D5453 Distillation Temperatures °F (ranges) Initial boiling point Ran e 340°F - 400OF D86 10% Range 400OF - 460OF D86 50% Range 470OF - 540OF D86 90% Range 560OF - 630°F D86 End Point Maximum 675OF Maximum D86 Corrosion (Copper Strip), Max 2.0 Maximum D 130 Gravity, American Petroleum Institute (API) #, Range 36.0 — 41.9 D287 Viscosity cSt @ I00°F, Range_ 1.9 — 4.1 D445 Ash Content Wei ht %), Max 0.01% Maximum. D482 Carbon Residue (On 10% bottom, wt. %), Max 0.35% Maximum D524 Water and Sediment % Max 0.05% Maximum D1796 Accelerated Stability: Total Insolubles rn /100 ml. Max 15 Maximum D2274 Cloud Points, Maximum November through March +15' Maximum. D2500 Cloud Points Maximum April through October +15' Maximum D2500 Page 3 of 4 Temporary Reso. No. 10984 — Exhibit 1 PROPERTY REQUIREMENT TEST METHOD(S) Lubricity 3100 grams, Minimum 0.460 mm Maximum D6078 (1), D6079 Thermal Stability, Maximum 70% Maximum D6468 2 Notes: 1. Denotes preferred test method for this property. 2. The vendor shall conduct a Thermal Stability Test, 90 minutes at 300°P Pad Rating (DuPont Scale) with 70% reflectance as the maximum acceptable requirement. 3.4 Biocides, toxic chemica ls and hazardous substances: Additives used, if any, must be identified by chemical or trade name of additive, concentration used, and laboratory test data demonstrating the effectiveness of the additive in diesel fuels. Material Safety Date Sheets (MSDS) are required for any additives in the fuel. This documentation must be submitted along with the certificate of analysis report of the initial batch of fuel delivered and any subsequent loads where additive blending occurred. 4.0 Verification 4.1 The Contractor shall furnish, for each load of diesel fuel delivered, a chemical content identification document for the fuel as stored prior to loading. A faxed or e-mailed copy is preferred to insure receipt of date. 4.2 The required minimum information and the frequency of submittals to BCT for the Certificate of Analysis Report shall be in accordance with Section 3.2 above. 5.0 Delivery — Any vehicle used for transporting the ultra low sulfur diesel fuel (e.g., tanker) shall be dedicated to transporting ultra low sulfur diesel fuel to ensure against contamination. Page 4 of 4 Temporary Reso. No. 10984 — Exhibit 1 'C7 psi O Cx'J cv m 07 rn� rn a � O � M a\ � tin N 00 110 N A Do w to �l 00 1p �1 i- Y,LA A U 41 N w !a CrJ N oo Cn O� A U 4 cc Zfi "'' �<' O�,7 G '�' .•'' ? A, N N �p .-' N tb A Oco P N ro w -: P P ^ ca9 coo R P' Z F- Z C1J lTJ n 4a a CD Y � Uj'b .�» Z t70 " - .n�' � «`I�+ o O n Z O OIL "p�� C➢ rTi � a ID C W ; W 3 d v� �• Q; !,U '�•> cU w •-� Cn ID � cn � � Uti ro cCD -U)>° Olp ;y �. ff v, a• o o. cc O C C � �. t 00 1WIQ A- oo pWp N � CD ID n ° a c m Z.nID G] m w t7 CD » CCD co CO EL R p R Z d x O � N 1 I I I r-- "" I I r-W p rw il7 .r r . A C7 OO A 4, (n 41 A O p C> C) q p q q C7 C7 C D q P o P o 0 P q a o q C7 p q q C7 p q P O C7 C7 q 0 q q C? w-7 Temporary Reso. No. 10984 — Exhibit 1 OO �] dl lh A W N r W Q l0 Z 4 w m o p_ n Cp.�� CD CD n d w a 14, DO ro n Z � o• ro ci H 10 w Q I'D �.A W Q IC CA to Ln v� �. Cn w Ln A CA ��-h A A A A A W A O t w � yh�lyj µ v 4o N� v N Obi Q cwii v O A A W Q a Uri kr7 i--• 00 U CA N N �A l+ 00 O1 .A .0 V1 DD CA lh z;� .- w ti CD ro ro ro N CD�. � V) ,� O C7 it tat V] Vl V) c CD n• C7 (� '�' V] ... V) n• W N 6 CD,roy L N Z Z Z Z� ip"d O A� (j Oo 0 Q ro CC _ moo 00 7a - o Mk t w CD N .rro c� �1 O Z UJ W rS � Q W O r! ro O CD Q o Ca. R N N p� . O. h Q D Q CD O Q .� 'CG'S �• 24 CCc �° v %� � "0 Q ro Q CD O CA r» w�., .,y w Vj O ro C" C9 C w W Z C°cr K d r w A Cc ro � N In CIO`C � � w0 C � O � W D O Q Q p cc v, b7 [ w Cd C p. .d Z CD.. N {2 �• Cd � w R. � O � '--' d P o. CD ro � d rc ' Z O . O. o w a , Cwj w n CD (ro m CDchi Id 7 CZAn (" a ro CD ^Y O ru �, .r ZY" 7IQ C w p 17 � � � w N O a N Q C. 00 Q O � O � w � N � V� � w L tl� •t � � �p V� C7 w N � O �-• r-+ •- �-- -.. � N N X. '� lCD Wro 70 Q Q O Oo O N O ad A • O C9 ro ro CD ['➢ ro 'A Q Cp V� CC 6 Q ONil, O O p Q Q O Q 00 Q C71 Q U p4 O p 4 C? O o p p o p 4 0 0 o O O Temporary Reso. No. 10984 -- Exhibit l ,lq T Q K 0 a "�.Y CroD O p. W "�•� w ro O N w a O oa "� �11 CA a � � h7 w w CA N cn o LA w �-A J V A d V A til � 00 M7 d z7 r] T d d O-] n d w "d CIn o [j C/1 d CIC �n c n w 00 N ClC)cj C N w �c N w w 00 -y p `d p � n p7 > (] 00 �n c7 �n IM o 7 C a rn CD M c a s w cro Er , u) `z - 00 Z g =. M oo° O• oC)oI-C CD O w d w `" o w O O V7 Ul C/l � cn M C�7 LTJ ^fit SD (�D a. ~ CD � m w � � `�• � m = � � � � � � 4 ,,. co .. O (➢ ^CD CD v o0 o w - c F v n CD rna� a co ru + cv ID > .� tr7 v o C CDroc p m r P. 00 N '�'' l9 ro 0 O m O' 'r, W .. C ID 2t *k �, C C C/) N cli a CD 00 00 �^ oa N N CC A00 O O r'77 oo a`°e o o� ti,a `a o� cc o rL o Y� m � C/) O o 00 0� w f .d m C/] m �., [ CD.d a d n C W O C C� C �p pO+ �p C'� C��y .cCo ,. y C� p�� W CU n t' '�! V] [� Cam/) CI) tti CL w N �+ �n C"' CD C N Crw oc- 00 G. ._.. C d O A ' � CD' C as w co Z <9CD ; Cn n°00 '-^ww w 00 4��y '-' I Q� ova-1�oo oocnv�oo ca a C, C� O 0 O 0 p Cr 0 0 0© 0 O O C? P V� N 0 d 4 0 O O O O d C) d 0 O C7 0 0 O O 0 0 CJ O d C7 W Cn C� O 0 C? 0 0 O O �y ry co Q rp C? 0 0 0 0 0 0 CD O 0 O C] 0 0 0 C7 G7 d 0 0 0 C) 0 0 Temporary Reso. No. 10984 — Exhibit 1 Temporary Reso. No. 10984 — Exhibit 1 O) U A W N -y C7 y i - 1 [n Cn Cn v C7 CJ r r r- 7 z g o o f7 c7 p i m 3 c m=r n o ,a a 3 3 w° ro w w o g o @ a O w� in $ m a w cr w 3 u w m m? cn q n (D (n Cu �' (� (O o Cl CD 0. "1 Co'O CD C7 CD n CL W m m C� .c CI m m_ ID o' �. {' Cl) n w v c o C7 r C7 Cn w @ m m CD ?c CD CD - Or CD O 3 Co @ m C' m `ri r ti ti N coN CD N C CO (n N O A Cl) N A N C w C7 Cn �1 C7 d CD Ol d CSl O O O O Cn O N U m �1 U pp C7 CDCn C] C) CD(n C 3 O CD CD C7 IV Cn CD O O cn d d CDO d CDO d Q CD CDO CDC� d O d O CD U O a CD N CD N 0 (n N Q U N N C q T to ((�n @ N 4 O W N N C, C? CA A t)1 CNJ1 ..+. C� U CC) C�1'1 m C17 O (D CD CP U O Ca N O U O C? C7 CD © C) N N (7o C] ClC) d d C? OD C7 CDO C3 O C? C] d CD C) CD d CD C7 O O O O O d O O O O CD d O CDC7 d CD O 0 M 77 d' CD m N N CD O CTi M N N (7ppo S N U7 O CD O O U O �1 U CD O C) U C7 q W N ((nn C7 CC]] C7 U1 Cn QQ C7 O C§ �U�]] C? cn 6 rV C±1 cn bd N Ul M C) O d O C? O O U O O O O C7 C?? C7 C7 O C] O CD C7 C? O C 7 m to O cn N IO T CD Ul A A V Cl7 U U CD A z Cn CD CD QO C,p U Ul Cpp? pOp O O 6 pU 4 O �dC]] 6 d N' OVo d O O C. O Q Q O C ) C] C7 CJ 3 C) CO O C] O C? C7 CD C7 C7y wcCD o� o a Q cnk n CD CD M '. F yS2 O CD O CD C) C) C) C7 C) C7 C7 C) CD d d CD d d O O d CD d O O CD — C (A CEO -n = O b pbp O CD CD CDO C] C:, O d C] O d d O O O O d O O O O O O O --{ C �E n CD 3 m zs cn 0 co0T ~ m -n O. CD C= N N o -q CD CD O C7 C7 C) C) C7 C] d d d O O O O O O O O O O O CD O C7 co ccl 7!P Q CL . -q CD CO II7 7 A o cri C CD p b C7 O O C] O O O O O O C) C) CD C) C? C'? C) C) C? C) C) C7 C7 d d <D O O '.. �. co w o 3 n m' CO � rn ro � cn T 'b 1. P @ O O O O O 0 0 0 0 0 0 C7 C.7 q O C7 C7 C7 C7 C3 C7 C7 C7 C? En 7 O N R CD 41 o� N �1 U 8 W Cn C? C7 (T] C7o d W 1 W 1 CW O A W V W W W 41 W A U Cn O N OD U cnU C? U d W N co d U --> N _1 U Cn m CT ( Q d O Cn O O O O W CJ O C7 C7 C7 pQ A C7 Ch Cp,� C7 Cp} S [n C7 CD Cn C) C? C? M C] C7 O d O O O O O O O O O O O O O O CCD C3 Temporary Reso. No. 10984 — Exhibit 2 t Md MM 6 O C! O O 4 O O a 00 N D\ Wl M 00 N C7 N ° Vri v� c i rc o0 ai 00 r N o t-- �r o cc O O c5 O o Ana, M o a o G O V1 N V V1 n D I� 4 n C7 N V'j tt y U. fil U 41 D+ V'l �C �C �C yC �C "✓C PC DC �" N M O 4 kn O n N Vim. N hl N N N N N N N R II 4 II II CD Q II 4 II O II O II O II a II O n O Q p w �1 _ © _ 2 W 6 O 0� U an+ 4 c� 00 m O � 0 z z z z z z t z a 00 oo o l w .7, vl ono 00 �n0 vl onp OO O M O P Q © 4 Q 4 � a Qn, 4 tnn N V U f"" • � T N 01 .r y }� ✓v� ✓r� x X r� r� N ti CD N a CL a II II II II II II II lol o kel + II va o n y n* N 00 O o o n CDkn rn rn � N w N b r4 Nv Q1 O, U N � a v� ci rn (D o _ I I � V) CIO G ro _ ° .. wCIO t� a� nn gi. rnE- 9 tn P7(-4 PG go F� N M kn Temporary Reso. No. 10984 — Exhibit 2 IZDC9 Q g o Q o z z g n 00 oo N 00 ov rn M O o0 21 M n 00 N 4 00 a N Ffi 6n9 n c� yq 65 N n n n n O d0 pap 4 O G QD Vj �LJ N oc Vj �C7 n M [� d [� a N a 4•l W x x x x x x x x x W M oo 00N OHO 00 co U p II MM II N00 II II N II 00 II a II a II II t. M O a a �--� 00 d U Q � � N oo g ++ a.+ kn W) n h A o 7 �O al O b Z .��- 6 6 a Z Q .L) c4 LJ }~ M r oo rT (+Nl oo n 00n a a a a a a N LTa y x X at G7 O v�i tn N_ n ,_, C7 Q ,-• a N _ II Q II II 4 II II O II CD II II 4 II ; w w Q p O U Cj �ID7 a� n oo a d � rn to v�i h n o 13 CIO 'it 3 I a� o �'` r c� Z C) W N m v n oo rn N v W Temporary Reso. No. 10984 — Exhibit 2 ISM O 4 C] O O Ca7 O C 2 8 00 n y 00 N N O VNj Ono O N OO 69 b O 00 4 pF. Q: vl T n N 6n9 1 69 S9 [fl vl OO 41 00 oa oo M. o? o c? W v-i k i • 44 LJ OO C7 N O O 4 O CJ M ry �•, N (V N N N N U vi 'In C5 vl-, .kn © II d ci W) c�v b n knn o 3 ^ o o � � o U a X W o n 0000 o Q W) kn r n o U Ono � N N U C� rn rn q U CD O a z z z z z z z z W H 69 cFM. 0 yam, V1 Ono 00 nA Vl On0 OO n0 6 M C::, O O O O O O yy U O4i In •�"" w0 � r� � � r�: r� �✓'v �4 r�i C1. � C� p U P. II II II II II II II II II .0 o a ca D � Q N V N O� C) O\ C U Cd a w row o w o row_ o o x¢z Q 7HQaH ��Hca� � L HcaxCIO Qx73LQ�aaa E 0 y yp Temporary Reso. No. 10984 — Exhibit 2 z Q z 4 z z g z z Q Oc a) a o I Ucn G9 �f 00 4 EQ f q 6R � /'• v1 W OO V1 Ono 00 P_ (*l d C7 d O d C? a CAL m 00 N CN oCN v a clq b A A C7 II II II II II II II II II C7 V1 00 v) " N n W o � n yy t^ 'O cf rn rq v N y C7 rn n rn a rn C O I zctil; 73 " u, o tl o CIO l~ �1 ri CQ pl al f O x ID o C4 i Z N m IT I