Loading...
HomeMy WebLinkAbout2018-08-28 - AGENDA REPORTS - APPROVE USE OF A PIGGYBACK CONTR FOR TRANSIT DIESE (2)Agenda Item: 5 DATE: August 28, 2018 SUBJECT: APPROVE THE USE OF A "PIGGYBACK" CONTRACT FOR THE CITY TO PURCHASE TRANSIT DIESEL FUEL DEPARTMENT: Neighborhood Services PRESENTER: Cindy Valdivia RECOMMENDED ACTION City Council: Approve a "piggyback" contract and award a contract for the purchase and delivery of diesel fuel from IPC (USA), Inc. by using the City of Santa Ana Agreement with IPC (USA), Inc., in an amount not to exceed $550,000 per year, with options to renew through June 30, 2021. 2. Authorize the City Manager or designee to execute all contracts and associated documents, or modify the award in the event issues of impossibility of performance arise, subject to City Attorney approval. BACKGROUND All local transit vehicles are powered by compressed natural gas (CNG). The commuter fleet uses a combination of diesel and CNG -powered vehicles. As older commuter vehicles are retired, the City of Santa Clarita (City) is replacing them with CNG -powered buses. Currently, the City has 15 diesel buses remaining in the fleet, with three diesel buses scheduled to be replaced in the fall of 2018. Full conversion of the City's commuter fleet to CNG is expected to be completed in the next three to five years. As the remaining diesel power vehicles are retired, the use of diesel fuel will decline but will not be completely eliminated. The emergency generator installed at the Transit Maintenance Facility (TMF) is diesel powered and allows the City to continue critical operations during emergencies. In 2017, an extensive analysis was conducted to determine if any changes in our Transit operations were needed to ensure the City would receive the best quality, pricing, and service. During this analysis, it was determined that fuel market conditions changed substantially, and the price of diesel fuel had declined based on historical prices. Page 1 In California, the week of August 4, 2008, the price per gallon was $4.781 for ultra-low sulphur, No. 2 diesel compared to the week of May 1, 2017, at $2.937. Diesel prices have not reached the 2008 price during the ten years of the previous transit operations contract. This analysis led the City to assume responsibility for direct purchase of diesel fuel, thereby avoiding any overhead costs from the contractor. After research, staff determined that the most efficient way to purchase this type of commodity is through cooperative procurements or "piggybacking." This allows the City to take advantage of pricing based on volumes larger than the City could generate on its own. On July 11, 1995, the City Council approved the use of cooperative "piggybacking" purchasing. This process permits the City to place orders against a competitively awarded, existing public agency contract. A recent cost analysis revealed that the City of Santa Ana's contract with IPC (USA), Inc., for the purchase and delivery of diesel fuel provides competitive pricing and the best value to the City. The City of Santa Ana Agreement with IPC (USA), Inc., was competitively procured and the City of Santa Ana entered into a five-year agreement, which began on January 1, 2018. This agreement allows outside agencies to enter into a separate agreement with IPC (USA), Inc., based on the rates and terms outlined in their contract. By "piggybacking" the City is able to secure competitive rates and avoid the costly and time consuming procurement process. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Funds were appropriated during the Fiscal Year 2018-19 budget process in Transit expenditure account 12400-5111.002. This action does not require the use of General Fund monies. ATTACHMENTS Acceptance Letter - IPC Scope of Work IPC RFP and Agreement (available in the City Clerk's Reading File) Page 2 "OF 'Z O H Q Lu CL O H z Q t.I,.l�tIIr °� w j, �e dAWn J +,,i 1;I ar ren o Per9 & by_ �fflow�tl N a thee, follawinE differs ,In ii,091A rt �,����� � �r�r�� s °� �,�� acs t s,., O LL O'df ah "yser`vf r W LL J _ W Lu LL O _ A,r�� FUEL,,, W ".; "(50 W RJE D , z Lu Q all + lah b�,!spa ° i".7 d"seer week.. � a J', [du lems,and CuN tlo �: SCOPE OF WORK — DIESEL FUEL DELIVERY The City of Santa Clarita currently has an on-going need for diesel fuel delivery in order to fuel the City's diesel bus fleet as well as the building's emergency backup generator. Diesel Tanks • Manufacturer: Containment Solutions (A Denali Company) • Model: LP 10000 • Year Built: 01 / 2005 • The City currently has two, aboveground, single compartment 10,000 gallon tanks, for a total of 20,000 gallons. • Both tanks are located at the Transit Maintenance Facility yard (28283 Alta Vista Avenue, Santa Clarita, CA 91355). Scope of Work • Fuel must be delivered within Forty-eight (48) hours of order, excluding Federal Holidays. • All delivery vehicles must maintain a five (5) mile per hour speed limit once inside of the bus yard in order to access the fuel tanks. Tanks are located on the southeast corner of the property • The proposed contractor will provide all labor and equipment associated with delivery of fuel to the City's fuel tanks at the Transit Maintenance yard. • The City anticipates placing an average of two 8,000 gallon orders per month Requirements: 1) Deliver diesel to the City within forty-eight (48) hours of request by the City, excluding Federal Holidays. 2) Provide emergency fuel to the City on a first serve basis. For purposes of this scope, first -serve basis means contractor will deliver fuel to the City before delivering fuel to non-governmental agencies. 3) Proper wipe down of tanks and equipment must be provided after each delivery if any fuel is Y spilled. o 4) Any spills that occur as a result of fuel delivery must be properly cleaned before leaving the o facility. Q 5) Only provide fuel from Environmental Protection Agency (EPA) registered terminals. 0 co 6) Diesel fuel shall meet the following specifications: Ultra Low Sulfur Diesel Fuel for use in over } r_ the road diesel engines. a) >_ 7) Delivery staff will have on-site access to the City's fuel monitoring system, and will be required ca to print fuel slips before and after deliveries in order to ensure documentation that the actual Q amount of fuel ordered is being delivered. REQUEST FOR PROPOSALS (RFP 17-108) FOR FUEL — GASOLINE AND DIESEL CITY OF SANTA ANA Finance & Management Services Agency 20 Civic Center Plaza Santa Ana, CA 92701 John Aguilar Facilities & Fleet Manager (714) 647-5008 Office laguilar@santa-ana.org KEY RFP DATES: RFP 17-108 Issue Date: ............................ 10/2/17 Proposal Due Date: ................................... 11 /2/17 — 02:00 pm Proposal Evaluations: ............................... Week of 11/6/17 Projected Award Date: .............................. 12/19/17 RFP Fuel 17-108 — Gasoline and Diesel Page 1 NOTICE INVITING PROPOSALS NOTICE IS HEREBY GIVEN that proposals will be received from qualified firms to provide gasoline and diesel fuel delivery. Responses to the Request for Proposals (RFP) will be accepted until November 2, 2017 at 2:00 pm. If further information is required, contact Chris Laugenour — Project Manager at claugenour@santa- ana.org. All notifications, updates and addenda will be posted on City's bid management and publications website at www.planetbids.com/portal/portal.cfm?CompanylD=20137. Proposers shall be responsible for monitoring the site to obtain information regarding this solicitation. Failure to respond to required updates may result in a determination of a nonresponsive proposal. MAILED, DELIVERED BY HAND, or COURIERED proposals will be accepted when labeled as follows: CITY OF SANTA ANA PURCHASING DIVISION M-16 20 CIVIC CENTER PLAZA RM 429 SANTA ANA, CA 92701-4058 SEALED RFP 17-108 RFP DATE: 10/2/17 RFP DUE: 11/2/17, 2:00 PM It is the responsibility of the proposer to ensure that any proposals submitted shall have sufficient time to be received by the City of Santa Ana prior to the proposal due date and time. Questions regarding this Request for Proposals shall be made in writing via e-mail to claugenour@santa-ana.org. The receiving time in the Purchasing Division, 20 Civic Center Plaza, Santa Ana, CA 92701, Room 429, will be the governing time for acceptability of proposals. Late proposals will NOT be considered and will be returned to proposer unopened. Telegraphic, electronic, and facsimile proposals will not be accepted. ONLY SEALED RFP RESPONSES ARE ACCEPTABLE. DO NOT E-MAIL RFP RESPONSES. DO NOT FAX RFP RESPONSES. RFP 17-108 Fuel — Gasoline and Diesel Page 2 a CITY OF SANTA ANA REQUEST FOR PROPOSAL NO. 17-108 FUEL — GASOLINE AND DIESEL TABLE OF CONTENTS RFP 17-108 Fuel — Gasoline and Diesel Page 3 PAGE I. INTRODUCTION.................................................................................................. 4 II. PERIOD OF CONTRACT..................................................................................... 4 III. FILING A PROTEST............................................................................................. 4 IV. SCOPE OF WORK/SERVICES............................................................................ 4 V. GENERAL INFORMATION.................................................................................. 5 VI. COORDINATION................................................................................................. 5 VII. PROPOSER RESPONSIBILITIES........................................................................ 5 VIII. LICENSE REQUIREMENTS................................................................................ 5 IX. INITIATION/KICKOFF MEETING......................................................................... 5 X. CITY BUSINESS LICENSE.................................................................................. 5 XI. ADDENDA............................................................................................................ 6 XII. RULES FOR PROPOSALS.................................................................................. 6 XIII. E-MAIL COMMUNICATIONS AND INTERPRETATIONS/CLARIFICATIONS....... 6 XIV. SUBMITTAL INFORMATION AND DEADLINE .................................................... 6 XV. SUBMITTAL REQUIREMENTS............................................................................ 6 XVI. CONTRACTOR SELECTION - PROPOSAL AND EVALUATION ......................... 7 XVII. LOCAL VENDOR PREFERENCE........................................................................ 8 XVIII. PUBLIC RECORDS.............................................................................................. 8 XIX. SUBCONTRACTING............................................................................................ 8 XX. PIGGYBACK PROVISION.................................................................................... 8 EXHIBIT A SCOPE OF SERVICES & SPECIFICATIONS................................................. 9-11 EXHIBIT B SAMPLE AGREEMENT.................................................................................. 12-17 EXHIBIT C PROPOSERS CERTIFICATION and PROPOSAL ITEM PRICING ................. 18-20 EXHIBIT D OFFERERS REFERENCES........................................................................... 21 EXHIBIT E PROPOSERS STATEMENT........................................................................... 22 EXHIBIT F CERTIFICATION OF NONDISCRIMINATION BY CONTRACTOR ................. 23-24 EXHIBIT G RESPONSIBLE PROPOSER — SUPPLEMENTAL QUESTIONNAIRE............ 25-27 EXHIBIT H NONCOLLUSION AFFIDAVIT......................................................................... 28 EXHIBIT I SAMPLE ADDITIONAL INSURED ENDORSEMENT ...................................... 29 RFP 17-108 Fuel — Gasoline and Diesel Page 3 CITY OF SANTA ANA REQUEST FOR PROPOSALS 17-108 FUEL — GASOLINE AND DIESEL I. INTRODUCTION The City of Santa Ana invites sealed proposals from qualified contractors for the delivery and purchase of unleaded and diesel fuel for City vehicles. Regular fuel deliveries will be made to the Santa Ana Corporate Yard at 215 S. Center Street, Santa Ana, CA 92703 and the Santa Ana Police Department at 60 Civic Center Plaza, Santa Ana, CA 92702. II. PERIOD OF CONTRACT The contract is anticipated to commence on January 1, 2018 and will last for a period of five (5) years. III. FILING A PROTEST Proposers may file a protest to a Request for Proposal with the City's Purchasing Division. In order for a protest to be considered valid, it must: 1. Be filed in writing within (5) business days after the RFP issue date or before 5:00 p.m. of the 5th business day following the posting of RFP Results/Notice of Intent to Award Contract on the City's website; 2. Clearly identify the specific irregularity or accusation; 3. Clearly identify the specific City staff determination or recommendation being protested; 4. Specify, in detail, the grounds of the protest and the facts supporting the protest; and 5. Include all relevant, supporting documentation with the protest at time of filing. If the protest does not comply with each of these requirements, it will be rejected as invalid. If the protest is valid, the City's Purchasing Manager, or other designated City staff member, shall review the basis of the protest and all relevant information. The Purchasing Manager will provide a written decision to the protestor within ten (10) business days from receipt of the protest. The decision from the Purchasing Manager, or designee, is final and no further appeals will be considered. IV. SCOPE OF WORK/SERVICES The scope of work shall include any and all work as set forth in EXHIBIT A - SCOPE OF SERVICES. The contractor shall be an independent contractor capable of providing experienced, knowledgeable and professional staff. The contractor shall be responsive and maintain excellent working relationships with government officials and City staff. The contractor shall comply with all applicable federal, state and local laws, rules, regulations, ordinances, and statutes. RFP 17-108 Fuel — Gasoline and Diesel Page 4 a VI. VII. a" M 0 GENERAL INFORMATION A. The contract will commence following the contract award by the City Council and approval of any insurance certificates required by the Risk Management Office. B. When determined appropriate, the City will provide information in its possession relevant to preparation of required information in RFP. The City will provide only the staff assistance and documentation specifically referred to herein. C. The proposer shall be responsible for retaining data, records and documentation for the preparation of the required information. These materials shall be made available to the City as requested by the City. D. This RFP does not commit the City to pay costs incurred in preparation of a response to this RFP. All costs incurred in the preparation of the proposal, the submission of additional information, attendance at pre -proposal conference, negotiations with City, and/or any other aspect of a proposal prior to award of a written contract will be borne by the proposer. The City reserves the right to accept or reject the combined or separate components of this proposal in part or in its entirety or to waive any informality or technical defect in the proposal. E. All data, documents and other products used, developed, or produced during response preparation of the RFP will become property of the City. All responses to the RFP shall become property of the City. Proposer information identified as proprietary information shall be maintained confidential, to the extent allowed under the California Public Records Act. F. The City reserves the right to reject, replace and approve any and all sub -contractors. All sub-contractor(s) shall be identified in the response to the RFP and the City reserves the right to reject any sub-contractor(s). Sub -contractors shall be the responsibility of the Prime Contractor and the City shall assume no liability of such subcontractors. COORDINATION Coordination by the awarded proposer with the City, other contractors, and agencies' staff may be required to achieve satisfactory and timely delivery of the required services. Coordination may include, but not be limited to, coordination with staff at various facilities throughout the city. PROPOSER RESPONSIBILITIES The selected proposer will assume responsibilities for all services in its proposal. The selected proposer shall identify a sole point of contact with the greatest knowledge in regard to the required service operations and contractual matters, including payment of any and all charges resulting from the Agreement. LICENSE REQUIREMENTS In accordance with Section 3300 of the California Public Contract Code, the City has determined that the proposer shall possess any appropriate license(s) in the classification specified in the Request for Proposals. INITIATION/KICK OFF MEETING The successful proposer will be required to services or at any time as required by the including transition of services and scheduling. CITY BUSINESS LICENSE meet with City staff prior to commencement of City, to discuss and agree on operational issues The selected proposer may be required to obtain a City of Santa Ana Business license within thirty (30) days of selection and must provide a copy to the Project Manager or designee prior to commencing any work in Santa Ana. RFP 17-108 Fuel — Gasoline and Diesel Page 5 XI. ADDENDA Any subsequent changes in RFP from the date of preparation to date of submittal will result in an addendum or amendment by the issuing office. Notification of such addendum or amendment shall be effected by posting on City's website, as set forth in the Request for Proposals. XII. RULES FOR PROPOSALS The signer of the RFP must declare in writing that the only person, persons, company, or parties interested in the proposal as principals are named therein; that the proposal is made without collusion with any other person, persons, company, or parties submitting a proposal; that it is in all respects fair and in good faith without collusion or fraud, and that the signer of the proposal has full authority to bind the proposer (Exhibit H). XIII. E-MAIL COMMUNICATIONS AND INTERPRETATIONS/CLARIFICATIONS To facilitate the RFP process, proposers are required to monitor the City's RFP management and publications website. No oral interpretations will be made by the City to any proposer as to the meaning of requirements identified herein, including the Scope of Services and Terms and Conditions. All requests for such an interpretation must be made in writing via e-mail to the Project Manager of record no fewer than ten (10) business days prior to the date and time set for opening of proposals. Significant interpretations or clarification will be made by an addendum to this RFP, which will be posted to the website. Addenda may become part of the agreement documents. XIV. SUBMITTAL INFORMATION AND DEADLINE Proposals are due to the City of Santa Ana, at the date, time, and location set forth on the Request for Proposals. Faxed and e-mail proposals will not be accepted. XV. SUBMITTAL REQUIREMENTS The RFP is intended to assess and evaluate each firm's capabilities as they apply to the proposed project. Submittal of Proposal A. One original and three (3) copies of the response to the RFP. The original proposal shall bear the signature of a company official with the power to legally bind the company. B. One (1) copy of the submittal on a compact disc, USB flash drive or equivalent. C. Structure your proposal to include the Scope of Services response, general time implementation schedule, fees/contract price, and exhibits. Each firm must address each of the following items in its response to the RFP: Statement of Qualifications - In order to maintain uniformity, the Statement of Qualifications must be limited to a MAXIMUM of 20 PAGES (excluding front and back covers, section dividers and exhibits). The page limitation includes all appendices, attachments, and supplemental information. The following information is required: 1. Cover Letter — A letter signed by a principal or authorized representative who can make legally binding commitments for the entity. 2. Firm and Personnel Experience: A profile of the firm's experience in provide fuel delivery of similar sized jurisdictions, including the names and experience of personnel and sub- contractors who will be providing services. At a minimum, this should include the project RFP 17-108 Fuel — Gasoline and Diesel Page 6 XVI. manager/principal agent, The project manager/principal agent shall be the primary contact person to represent your firm and will be the person to conduct the presentation, if invited for an interview. 3. Financial Responsibility (Capacity): Proposer shall submit its two (2) most recent audited financial statements, evidencing proposer's financial capacity to fully perform the required services, including provision of equipment and personnel expenses over a ninety (90) day period. If said financial statement does not reflect full ninety (90) -day operational capacity, proposer may include a letter of credit as evidence of supplemental capacity. A. EXHIBIT C: PROPOSERS CERTIFICATION AND PROPOSAL ITEM PRICING B. EXHIBIT D: OFFERORS REFERENCES C. EXHIBIT E: PROPOSERS STATEMENT D. EXHIBIT F: CERTIFICATION OF NONDISCRIMINATION BY CONTRACTOR E. EXHIBIT G: RESPONSIBLE PROPOSER — SUPPLEMENTAL QUESTIONNAIRE F. EXHIBIT H: NON -COLLUSION AFFIDAVIT G. EXHIBIT I: SAMPLE ADDITIONAL INSURED ENDORSEMENT FOR COMMERCIAL GENERAL LIABILITY POLICY The proposal must be completely responsive to the RFP. Any exceptions to the requirements of this RFP must be included in the proposal. Such exceptions must be included as a separate element of the proposal entitled "Exceptions and Deviations." The Facilities Maintenance Superintendent, in conjunction with the Finance and Management Services Agency, may authorize or deny any exceptions. H. The City reserves the right to reject any or all proposals submitted and no representation is made hereby that any contract will be awarded pursuant to this RFP or otherwise. The City reserves the right to waive minor inconsistencies in submitted Proposals. CONTRACTOR SELECTION — PROPOSAL AND EVALUATION The proposals may be reviewed by a panel of City team members or outside experts. If an Evaluation Panel is convened, in addition to the required information stated in the section above, the panel will evaluate proposers based on the response to the RFP and the City evaluation criteria set forth below. A final score will be calculated for each submitted proposal and used to rank the proposers. The panel may interview the top tier of proposers and recommend award of the contract to the proposer who will provide the best quality service at minimum cost to the City. The City reserves the right to negotiate pricing and for additional terms. City reserves the right to begin negotiations and enter into a contract without interview or further discussions. Evaluation Criteria 1. Experience —Company's experience in providing fuel delivery services of a similar scale and financial stability. Please list some other projects and their size. — 40% 2. Adherence to RFP Requirements — 20% 3. References — 20% 4. Price structure— 20% RFP 17-108 Fuel — Gasoline and Diesel Page 7 XVII. LOCAL VENDOR PREFERENCE For evaluation purposes qualified proposers may receive one of the following: a 7% preference for "small" Santa Ana businesses, or a 4% preference for "small" Orange County businesses, is given respectively on all qualifying proposals for materials, supplies, labor, equipment or services, pursuant to the Small Local Business Preference Program under Ordinance NS -2828. Small Local Business Preference eligibility requirements are available on the City's website at www.ci.santa-ana.ca.us/finance/local preference program.asp. Vendors located within the City of Santa Ana limits that do not qualify for the small local business preference program may receive a 1% local vendor preference. XVIII. PUBLIC RECORDS Proposals will become public record after award of contract. Proposer information identified as proprietary information shall be maintained confidential, to the extent allowed under the California Public Records Act. XIX. SUBCONTRACTING In no manner shall the use of subcontractors in any way alter the prime position of the awarded Vendor with relation to the contract resulting from this solicitation. Should a subcontractor be used in any capacity, the responsibility for every portion of the contract shall still remain with the awarded Vendor. XX. PIGGYBACK PROVISION Vendors are requested to indicate in their proposal if they will extend the pricing, terms and conditions of this contract to other government agencies, should the Proposer be the awarded Vendor. If the awarded Vendor agrees to this provision, participating agencies may enter into a separate contract with the awarded Vendor for the purchase of the same commodities based on the terms, conditions, and prices, offered by the awarded Vendor to the City of Santa Ana for this solicitation. Minor changes in terms and conditions may be negotiated between participating agencies and the awarded Vendor. THIS AREA LEFT BLANK INTENTIONALLY RFP 17-108 Fuel — Gasoline and Diesel Page 8 EXHIBIT A CITY OF SANTA ANA REQUEST FOR PROPOSALS 17-108 FUEL — GASOLINE AND DIESEL SCOPE OF SERVICES & SPECIFICATIONS The City of Santa Ana seeks a contractor/vendor to provide the delivery of Unleaded Gasoline and Diesel fuel to existing underground storage tanks at the City's Corporation Yard and Police Administrative Facility. ESTIMATED ANNUAL VOLUME OF FUEL PURCHASES Unleaded 87 Octane — 400,000 gallons Diesel — 15,000 gallons Volume estimates are based on historical records. The City anticipates an increase in these totals due to an upcoming agreement with Orange County Fire Authority to purchase fuel from the City. DELIVERY LOCATIONS AND UNDERGROUND TANK SIZES Corporate Yard 215 S Center Santa Ana, CA 92703 Three (3) 20,000 gallons tanks for unleaded fuel One (1) 20,000 gallon tank for diesel fuel Santa Ana Police Department 60 Civic Center Plaza Santa Ana, CA 92702 One (1) 20,000 gallon tank for unleaded fuel One (1) 6,000 gallon tank for Red Diesel (one delivery per year @ 200-300 gallons, emergency generator) One (1) Above -Ground 250 gallon tank for Red Diesel (one delivery per year @ 150 gallons) DELIVERY REQUIREMENTS Delivery must be made within two (2) working days after receipt of order. All purchases for underground storage tanks will be a full load. Currently averaging one (1) - two (2) full load deliveries per month at both Corporate Yard and Police Department RFP 17-108 Fuel — Gasoline and Diesel Page 9 PRICING AND INVOICING The contract bid price shall include full compensation for providing all required services as specified in scope of work. NO additional compensation will be allowed. For purposes of payment, it shall be the Los Angeles California OPIS Gross 10AM EST Daily Rack Average with CAR report. Pricing on the invoices shall indicate OPIS price for day of delivery and also the price being charged to City. Delivery rate and total delivery charge shall be separate line item and shall not be combined with fuel costs when computing sales tax. QUALITY OF FUELS Fuel provided must meet the latest requirements of the California Air Resources Board (CARB) Phase 2 Reformulated Gasoline and Diesel. Only major oil company quality fuels meeting the following specifications are to be quoted and/or awarded. Gasoline shall be unleaded regular 87 Octane minimum. Diesel Fuel shall be Type 2 Clear. VENDOR/SUPPLIER RESPONSIBILITY Vendor shall be held liable for any damage or criminal/civil citations which may occur as a result of any spills and/or accidents. In addition, the City reserves the right to cancel the agreement of the Vendor/Supplier, notwithstanding compliance with the procedures set forth herein, delivers in a negligent manner or who, under any circumstances, causes a spill while delivering. Vendor shall have title to and bear risk of loss of or damage to the items purchased hereunder until they are delivered in conformity with this agreement at the F.O.B. point specified herein, and upon such delivery title shall pass, except for loss or damage result from Vendor's negligence. Passing of title upon such delivery shall not constitute acceptance of the item by the City. It is the responsibility of the Vendor/Supplier to have the delivering driver measure each fuel tank using City's Veeder Root system before and after each delivery. All deliveries shall be made between 7:00 am to 5:00 pm Monday through Friday, except when orders state that the deliveries must be made at a different time TEMPERATURE CORRECTION Vendor shall correct or adjust gasoline and diesel deliveries so as to be stated, billed, and paid for on the basis of such gasoline and diesel fuel at sixty (60) degrees temperature, using methods that are accepted as being in general use for this method of adjusting volumetric quantities to temperature conditions. RFP 17-108 Fuel — Gasoline and Diesel Page 10 MATERIAL SAFETY DATA SHEETS In compliance with Title 8 of the California Code of Regulations (OSHA), the City requires two (2) copies of the U.S. Department of Labor — Material Safety Data sheet for item(s) purchased. The material safety data sheet shall be submitted to the using department at the time of delivery. SOURCE GUARANTEE Vendors who do not own refineries shall have contracts or written irrevocable commitments to contract with refiners which are capable of supplying products which meet fuel specifications in the quantities listed herein. Contracts or commitments must guarantee supply in the required amounts for the term of any contract resulting from the RFP. Failure to include source guarantee documentation may void response if the City has no prior experience with the vendor. RECORD KEEPING Vendor shall maintain records of the City's purchases and make them available for audit and inspection. Vendor shall record the quantities, cost, delivery locations, and taxes for each delivery. Vendor shall provide the City with a copy of such records within ten (10) days of the City's request. TAXES The City is exempt from Federal Excise taxes and no payment shall be made for any personal property taxes levied on the Vendor or on any taxes levied on employee wages. The City will only pay for any state and local sales or use taxes on the products pursuant to this contract. RFP 17-108 Fuel — Gasoline and Diesel Page 11 EXHIBIT B CITY OF SANTA ANA REQUEST FOR PROPOSALS 17-108 FOR FUEL — GASOLINE AND DIESEL SAMPLE AGREEMENT THIS AGREEMENT, made and entered into this 00th day of Month, 0000 by and between Successful Proposer (hereinafter "Contractor"), and the City of Santa Ana, a charter city and municipal corporation organized and existing under the Constitution and laws of the State of California (hereinafter "City"). RECITALS 1. The City desires to retain a Contractor having special skill and knowledge in the field of [profession]. 2. Contractor represents that Contractor is able and willing to provide- such services to the City and is licensed by the State of California to provide [service]. 3. In undertaking the performance of this Agreement, Contractor represents that it is knowledgeable in its field and that any services performed by Contractor under this Agreement will be performed in compliance with such standards as may reasonably be expected from a professional [service] firm. NOW THEREFORE, in consideration of the mutual and respective promises, and subject to the terms and conditions hereinafter set forth, the parties agree as follows,: I. DEFINITIONS II. TERMS AND CONDITIONS A. TERM The term of this contract shall cf insurance and bonds, and terming in Section H, below. City is hers [number]—year periods on the to exercised in writing at least thirty thereof. B. CONTINUED FUNDI mce the date of City Council award and approval of all DNTH, DAY, YEAR, unless earlier terminated as set forth Iranted an option to renew for up to [number] additional and conditions set forth herein. Said options shall be days prior to the end of the initial term or any extension In the event funding is not allocated for [services] during the annual budget approval process, the City shall notify the 'provider ,of such occurrence in writing at least thirty (30) days before the end of the current fiscal period, and contract shall terminate on the last day of current fiscal period without penalty or expense to the City C. COMPENSATION 1. City agrees to pay and contractor agrees to accept as total payment for its services, the rates and charges set forth in contractor's proposal, attached hereto and incorporated by reference. The amount to be expended for services shall not exceed [dollar amount] [$0,000] annually during the term of this agreement. 2. Invoices a. The contractor shall submit a monthly invoice by the fifteenth of the month to the City for the services rendered in the prior month. Invoices are to be mailed to City of Santa Ana, Purchasing Div. M-16, P.O. Box 1988, Santa Ana, CA 92702, with a copy furnished to [designated City Representative]. RFP 17-108 Fuel — Gasoline and Diesel Page 12 b. All invoices for work performed under this contract shall be submitted in a format approved by the City. Invoices shall include the following information at a minimum: i. Contractor's invoice number ii. Beginning and ending dates for services iii. City Purchase Order, Project Number and/or name (if applicable) iv. Work site address/location (if applicable) V. Unit cost, subtotals and total for invoice 3. Payment by City shall be made within sixty (60) days following receipt of proper invoice, subject to City accounting procedures. Payment need not be made for work which fails to meet the standards of performance of a professional parking control enforcement services. 4. Price Adjustments (where appIllicdNe) The parties may annually agree to an adjustment of charges (not to exceed 2%) commencing at the end of the first year of the agreement, utilizing the month of December statistics and supporting documentation. The two indices which will be used for determining adjustments to services charges shall be the most recent December Consumer Price Index (CPI) for All Urban Consumers for Los Angeles -Anaheim -Riverside CMSA, published by the United States Department of Labor Bureau of Labor Statistics or any relevantsuccessor for the Orange County area (and the December Produce Price Index (PPI). The adjustment formula shall be as follows: The CPI shall be weighted at ninety [90] percent and PPI shall be weighted at ten [10] percent.) 5. Extra Work No new work of any kind shall be considered an extra unless a separate estimate is given for said work and the estimate is approved by the City in writing before the work is commenced. The contractor will be required' to provide detailed information of such extra work. Documentation of contract compliance may be required, on some occasions. Work performed prior to obtaining written approval of the City shall not be included within the Scope of Work and may not be paid. D. INDEPENDENT CONTRACTOR Contractor shall during the entire term of this contract, be construed to be an independent contractor and not an employee of the City. This contract is not intended nor shall it be construed to create an employer-employee relationship, a joint venture relationship, or to allow the City to exercise discretion or control over the manner in which contractor performs the services required by this contract. However, the services to be provided by contractor shall be provided in a manner consistent with all applicable standards and regulations governing such services. Contractor shall pay all salaries and wages, employer's Social Security taxes, unemployment insurance, and similar taxes relating to employees and shall be responsible for all applicable withholding taxes. E. INSURANCE Prior to undertaking performance of work under this contract, contractor shall maintain and shall require its subcontractors, if any, to obtain and maintain insurance as described below: 1. Commercial General Liability Insurance. Contractor shall maintain commercial general liability insurance which shall include, but not be limited to protection against claims arising from bodily and personal injury, including death resulting there from and damage to property, resulting from any act or occurrence arising out of contractor's operations in the performance of this agreement, including, without limitation, acts involving vehicles. The amounts of insurance shall be not less than the following: single limit coverage applying to bodily and personal injury, including death resulting therefrom, and property damage, in the total amount of One Million Dollars ($1,000,000) per occurrence, Two Million Dollars ($2,000,000) in the RFP 17-108 Fuel — Gasoline and Diesel Page 13 aggregate. Such insurance shall (a) name the City, its officers, employees, agents, volunteers, and representatives as additional insured(s); (b) be primary and not contributory with respect to insurance or self-insurance programs maintained by the City; and (c) contain standard separation of insured provisions. A sample additional insured endorsement is attached hereto as Exhibit I. 2. Business automobile liability insurance, or equivalent form, with a combined single limit of not less than One Million Dollars ($1,000,000) per occurrence. Such insurance shall include coverage for owned, hired and non -owned automobiles. 3. Worker's Compensation Insurance. In accordance with the provisions of Section 3300 of the Labor Code, contractor is required to be insured against liability for Workers' Compensation or to undertake self-insurance. Prior to commencing the performance of the work under this contract, contractor agrees to obtain and maintain any employer's liability insurance with limits not less than One Million Dollars ($1,000,000) per incident. 4. If contractor is or employs a licensed professional such, as Professional liability (errors and omissions) insurance, with a core than One Million Dollars ($1,000,000) per claim. 5. The following requirements apply to the insuran this section: a. Contractor shall maintain all insurance period covered by this agreement. b. Certificates of insurance shall be furn shall be approved in form by the City, c. Certificates and policies shall state tl coverage or cnangea in any notice to the Citv. 6. If contractor fails or refuses to produ fails or refuses to furnish the City Witt in force and paid for, the City shall he this contract. Such ,termination shal materials expended prior to notificatk compensation and agrees to indemn insurance by the City. F. HOLD HARMLESS/ INDEMNIFICATION rial be provi( )ove in full City upon rchitect or engineer: single limit of not less pursuant to effect for the entire cution of this contract and icies shall not be canceled or reduced in aect without thirty (30) days prior written or maintain the insurance required by this section or squired proof that insurance has been procured and is the right, at the City's election, to forthwith terminate Dt affect contractor's right to be paid for its time and of termination. Contractor waives the right to receive the City for any work performed prior to approval of To the fullest extent permitted by law, contractor shall indemnify, defend and hold harmless City, its officers, agents and employees (collectively, the "indemnified parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a claim; collectively, "claims"), which may arise from or in any manner related (directly or indirectly) to any work performed or services provided under this contract (including, without limitation, defects in workmanship and/or materials) or contractor's presence or activities conducted performing the work (including the negligent and/or willful acts, errors and/or omissions of contractor, its principals, officers, agents, employees, vendors, suppliers, contractors, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require contractor to indemnify the indemnified parties from any claim arising from the sole negligence or willful misconduct of the indemnified parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this contract. This RFP 17-108 Fuel — Gasoline and Diesel Page 14 indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the contractor. G. NOTICE Any notice, tender, demand, delivery or other communication pursuant to this agreement shall be in writing and shall be deemed to be properly given if delivered in person or mailed by first class or certified mail, postage prepaid, sent by facsimile communication, or via e-mail to the following persons: To City: Clerk of the Council Citv of Santa Ana H. TEI Th( 2. 3 sions of this s agreement, ich default to d of [number] ass liquidated ictor's project agreement or termination. ment costs of i the event of in specified in n. Contractor written notice V shall pay to �d and unpaid aw, City shall ict services if, falls below ervices. City shall have the right to retain funds withheld until the projects manager or designee determines that contract services are performed as well and as frequently as required by this agreement. I. CONTRACTOR OPTION FOR TERMINATION The contractor may request termination of the contract when conditions during the contract make it impossible to perform or when prevented from proceeding with the contract by act of God, by law or official action of a public authority or in the event on nonpayment by the City. Such request will require one -hundred eighty (180) days written notice prior to contract termination date requested. In the event of nonpayment of undisputed sums by the City, contractor shall give the City thirty (30) working days to cure the alleged breach. RFP 17-108 Fuel — Gasoline and Diesel Page 15 J. LIQUIDATED DAMAGES If the City determines that the contractor breaches its promise to provide services in compliance with the Terms and Conditions of applicable laws and regulations, and the specifications set forth above, it would be impracticable and extremely difficult to determine the damage to City arising from such breach. Therefore, in the event of contractor's breach, contractor shall pay to City the sum of [see narrative] for such breach, in addition to any cost, fines, etc. levied against the City. K. REMEDY FOR FAILURE TO PERFORM The Contractor may be called to correct deficiencies in adherence to the General Specifications at no additional cost to the City. Response time should be as soon as possible, but shall be no more than two (2) hours from the receipt of the call during normal business hours. Hours not worked will be deducted from monthly payments if these hours are persistent, or if a quality control issue appears. Deduction for hours not worked does not constitute a waiver of the specifications or acceptance of the conditions of performance. Contractor's failure to perform under the term and frequencies specified herein may result in a reduction in the monthly payment due the Contractor, or termination of the contract. The types of reductions described below may, at the City's discretion and after notification to the Contractor, be imposed for any deficiencies and/or failures to provide remedies. Immediate response requires the Contr the previous night. The deficiencies she and/or to negatively affect the enjoym immediate response are those that advi but not be limited to, failure to properl areas. Should the Contractor fail to rest sole discretion, deduct a portion of the infraction. L. EMPLOYMENT OPPO to report to the job site to correct deficiencies from of such a nature as to warrant immediate correction ind/or use of the building. Deficiencies requiring affect the building's occupants. This may include, tock dispensers and/or to properly clean specified as required to make corrections, the City may, at its ment for one day depending on the nature of the IDENTS Contractor shall solicit and advertise employment opportunities to Santa Ana residents. The City shall inform the contractor of areas to publicize recruitment opportunities, such as work centers and community centers. Such effort and procedure will be provided to the City for review. M. EMPLOYMENT OF, DISPLACED SANTA ANA WORKFORCE When applicable, the contractor shall extend offers of employment to any displaced City of Santa Ana employee for a minimum of one (1) year and at a rate commensurate to his/her last base salary amount as an employee of the City of Santa Ana. Thereafter, the contractor may pay according to the contractor normal pay structure. Contractor costs should be amortized over the N. COMPLIANCE WITH APPLICABLE LAWS AND REGULATIONS 1. Contractor shall perform all requirements under this contract in strict observance of and in compliance With all applicable environmental, traffic, safety and any other laws, regulations, ordinances, codes and any other legislative or statutory requirements. 2. Contractor warrants that the performance of services under this contract shall be compliant with the current requirements of the [applicable &relevant statutes and/or regulations] and as it may be amended or updated throughout the term of this contract. N. ASSIGNMENT Inasmuch as this contract is intended to secure the specialized services of contractor, contractor may not assign, transfer, delegate or subcontract any interest herein without the prior written consent of City and any such assignment, transfer; delegation or subcontract without the City's prior written consent shall be considered null and void. RFP 17-108 Fuel — Gasoline and Diesel Page 16 O. JURISDICTION —VENUE This contract has been executed and delivered in the State of California and the validity, interpretation, performance and enforcement of any of the clauses of this contract shall be determined and governed by the laws of the State of California. Both parties further agree that Orange County, California, shall be the venue for any action or proceeding that may be brought or arise out of, in connection with or by reason of this contract. P. FINES The contractor shall be liable for all violation fines levied against the City by federal, state, or local agencies with regulatory authority related to contractor provided services. Q. MISCELLANEOUS PROVISIONS a. Each undersigned represents and warrants that its signature herein below has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify City fully, including reasonable costs and attorney's fees, for any injuries or damages to City in the event that such authority or power is not, in fact, held by the signatory or is withdrawn. b. All Exhibits referenced herein and attached hereto shall be incorporated as if fully: set forth in the body of this Agreement. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the date and year first above written. ATTEST: MARIA D. HUIZAR Clerk of the Council APPROVED AS TO SONIA R. CARVALHO City Attorney Assistant City Attorney HIA J 1,City TA RTZ RECOMMENDED FOR APPROVAL: CONTRACTOR: [Department Executive [Agency] Tax I D# RFP 17-108 Fuel — Gasoline and Diesel Page 17 EXHIBIT C CITY OF SANTA ANA REQUEST FOR PROPOSALS 17-108 FUEL — GASOLINE AND DIESEL PROPOSERS CERTIFICATION and PROPOSAL ITEM PRICING Certification - I certify that I have read, understand and agree to the terms and conditions of this Request for Proposals. I have examined the Scope of Services (Exhibit A) and am familiar with the scope of work locations. I am familiar with all the existing conditions and limitation that may impact work requests. I understand and agree that I am responsible for reporting any errors, omissions or discrepancies to the City for clarification prior to the submission of my proposal. Proposal Item Price - Pricing shall indicated discount percentage from Fee must be inclusive of all cost! overhead, incidental supplies, trav( purchased by the contractor only designee in writing. LEGAL NAME OF COMPANY BUSINESS ADDRESS be stated on the contractor's RFP response submission, and as any the catalog(s) or category purchasing contract(s) indicated (if any). , including but not limited to, direct and indirect costs for labor, I, mileage, fuel and shipping/freight. Any special materials will be after discussed and authorized by the City projects manager or PRINTED NAME OF AUTHORIZED AGENT SIGNATURE OF AUTHORIZED AGENT FEDERAL ID NUMBER (IF APPLICABLE) Tel: F PHONE AND FAX NUMBERS TITLE DATE E-MAIL ADDRESS CONTRACTOR LICENSE NUMBER (IF APPLICABLE) THIS FORM MUST BE COMPLETED AND INCLUDED WITH THE PROPOSAL. PROPOSALS THAT DO NOT CONTAIN THIS FORM WILL BE CONSIDERED NONRESPONSIVE. RFP 17-108 Fuel — Gasoline and Diesel Page 18 CITY OF SANTA ANA REQUEST FOR PROPOSALS 17-108 FUEL — GASOLINE AND DIESEL BID FORM PRICING SHEET Reaular Unleaded Gasoline Gasoline prices (four decimal places, i.e. 0.0000) 87 OCTANE Bulk fuels full truck and trailer Delivery size: 7,000+ gallons OPIS Plus cents per gallon Or Minus cents per gallon Delivery cents per gallon Other (specify) cents per gallon Applicable Discount(s) cents per gallon Total OPIS + net cents per gallon Smaller Tank less than full truck Delivery size: 3,500 — 6,999 gallons OPIS Plus cents per gallon Or Minus cents per gallon Delivery cents per gallon Other (specify) cents per gallon Applicable Discount(s) cents per gallon Total OPIS + net cents per gallon Large bulk deliveries exceeding 7,000 gallons could include a combined load of gasoline and diesel. Please indicate any split load surcharges in the other category if applicable. Split load surcharges not stated herein will not be allowed on any invoices during the contract. RFP 17-108 Fuel — Gasoline and Diesel Page 19 CITY OF SANTA ANA REQUEST FOR PROPOSALS 17-108 FUEL — GASOLINE AND DIESEL BID FORM PRICING SHEET Diesel — Type 2 Clear Diesel prices (four decimal places, i.e. 0.0000) Bulk fuels full truck and trailer OPIS Plus Or Minus Delivery Other (specify) Applicable Discount(s) Total OPIS + Smaller Tank less than full truck OPIS Plus Or Minus Delivery Other (specify) Applicable Discount(s) Total OPIS + Delivery size: 7,000+ gallons Delivery size: 3,500 — 6,999 gallons Alternative Renewable Diesel (meeting ASTM D975 specs) $ RFP 17-108 Fuel — Gasoline and Diesel Page 20 cents per gallon cents per gallon cents per gallon cents per gallon cents per gallon net cents per gallon cents per gallon cents per gallon cents per gallon cents per gallon cents per gallon net cents per gallon per gallon EXHIBIT D CITY OF SANTA ANA REQUEST FOR PROPOSALS 17-108 FUEL — GASOLINE AND DIESEL REFERENCES List and describe in full the contracts performed by your firm which demonstrate your ability to provide the supplies, equipment or services included in the scope of the proposal specifications. Attach additional pages if required. The City reserves the right to contact each of the references listed for additional information regarding your firm's qualifications. Reference 1 Customer Name: Contact Individual: Address: Phone Number: Contract Amount: Description of supplies, equipment, or services provided: Reference 2 Customer Name: Fax Number: Year(s): Contact Individual: Address: Phone Number: Contract Amount: Description of supplies, equipment, or services provided: Reference 3 Customer Name: Address: Contract Amount: Description of supplies, equipment, or services provided: Fax Number: Year(s): Contact Individual: Phone Number: Fax Number: Year(s): THIS FORM MUST BE COMPLETED AND INCLUDED WITH THE PROPOSAL. PROPOSALS THAT DO NOT CONTAIN THIS FORM WILL BE CONSIDERED NONRESPONSIVE. RFP 17-108 Fuel — Gasoline and Diesel Page 21 EXHIBIT E CITY OF SANTA ANA REQUEST FOR PROPOSALS 17-108 FUEL — GASOLINE AND DIESEL PROPOSER'S STATEMENT Proposer understands and agrees that this written RFP (or any part thereof specifically designated and accepted by the City of Santa Ana, hereinafter City) shall constitute the entire agreement between proposer and the City only after it has been accepted by the City Council, endorsed by the Clerk of the Council with her signature and official seal noting hereon the action of approval of the Council, signed by the Executive Director or his duly authorized agent, and signed by the City Attorney, denoting his approval of the form of this document, and its execution, and when it or an exact copy of it has been either delivered to proposer or deposited with the United States Postal Service properly addressed to the proposer with the correct postage affixed thereto. Proposer further agrees that upon delivery (as defined above) of the accepted agreement he/she will furnish City all required bonds and certificate of liability insurance within ten (10) days (excluding Saturdays, Sundays and City's legal holidays), or the funds, check, draft, or proposer's bond substituted in lieu thereof accompanying this proposal shall become the property of the City and shall be considered as payment of damages due to the delay and other causes suffered by City because of the failure to furnish the necessary bonds and because it is distinctly agreed that the proof of damages actually suffered by City is difficult to ascertain; otherwise said funds, check drafts, or proposer's bond substituted in lieu thereof shall be returned to the undersigned. Proposer understands that a proposal is required for the entire work, that the estimated quantities set forth in the RFP schedule are solely for the purpose of comparing proposals, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. All terms contained in the specifications, the certification of nondiscrimination by contractors, and the required insurance certificates are to be incorporated by reference into this agreement and are made specifically as part of this RFP. Firm Name Authorized Signature Printed Name Title Date THIS FORM MUST BE COMPLETED AND INCLUDED WITH THE PROPOSAL. PROPOSALS THAT DO NOT CONTAIN THIS FORM WILL BE CONSIDERED NONRESPONSIVE. RFP 17-108 Fuel — Gasoline and Diesel Page 22 EXHIBIT F CITY OF SANTA ANA REQUEST FOR PROPOSALS 17-108 FUEL — GASOLINE AND DIESEL CERTIFICATION OF NONDISCRIMINATION BY CONTRACTOR The undersigned contractor or corporate officer, during the performance of this contract, certifies as follows: The contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor shall take affirmative action to ensure that applicants are employed, and that employees are treated during employment without, regard to their race, color, religion, sex, or national origin. Such action shall 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 contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2. The contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the contractor; state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. 3. The contractor shall send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4. The contractor shall comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 5. The contractor shall furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his/her books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation, to ascertain compliance with such rules, regulations, and orders. 6. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, the contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further government contracts or federally assisted construction/services contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965,and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulations, or order of the Secretary of Labor, or as otherwise provided by law. 7. The contractor shall include the portion of the sentence immediately preceding paragraph 1 and the provisions of paragraphs 1 through 7 in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontract or purchase order as the administering agency may direct as means of enforcing such provisions, including sanctions for noncompliance; provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation by a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request that the United States enter into such litigation to protect the interests of the United States. RFP 17-108 Fuel — Gasoline and Diesel Page 23 8. Pursuant to California Labor Code Section 1735, as added by Chapter 643 Stats. 1039, and as amended, no discrimination shall be made in the employment of persons because of race, religious creed, color national origin, ancestry, physical handicaps, mental condition, marital status, or sex of such persons, except as provided in Section 1420, and any contractor violating this section is subject to all the penalties imposed for a violation of the chapter. Firm Name Authorized Signature Printed Name Title Date THIS AREA LEFT BLANK INTENTIONALLY THIS FORM MUST BE COMPLETED AND INCLUDED WITH THE PROPOSAL. PROPOSALS THAT DO NOT CONTAIN THIS FORM WILL BE CONSIDERED NONRESPONSIVE. RFP 17-108 Fuel — Gasoline and Diesel Page 24 EXHIBIT G CITY OF SANTA ANA REQUEST FOR PROPOSALS 17-108 FUEL — GASOLINE AND DIESEL RESPONSIBLE PROPOSER — SUPPLEMENTAL QUESTIONNAIRE How many years has your organization been in business in California as a contractor under your present business name and license number? years Note: If you performed same business under a different business name with same ownership and operation management and changed name due to, but not limited to, bankruptcy, loss, or license, please complete an additional and separate questionnaire. 2. What is your firm's average gross revenue for the last three years? $ 3. Is your firm currently the debtor in a bankruptcy case? ❑Yes ❑No If "yes," indicate the case number, bankruptcy court, and the date on which the petition was filed. Case Number Bankruptcy Court Date Filed 4. Was your firm in bankruptcy any time during the last five years? (This question refers only to a bankruptcy action that was not described in answer to Question 3, above.) ❑Yes ❑No If "yes," indicate the case number, bankruptcy court, and the date on which the petition was filed. Case Number Bankruptcy Court Date Filed 5. Has any California State License Board License held by your firm or its responsible managing employee, or responsible managing officer, been suspended within the last five years? ❑Yes ❑No 6. At any time in the last five years, has your firm been assessed and paid liquidated damages after completion of a project, under a services contract with either a public or private owner? ❑Yes ❑No 7. Has your firm ever defaulted on a contract? ❑ Yes ❑ No If "yes," explain on a separate page. 8. In the last five years has your firm, or any firm with which any of your company's owners, officers or partners was associated, been debarred, disqualified, removed, or otherwise prevented from bidding on, or completing, any government agency project for any reason? ❑ Yes ❑ No If "yes," explain on a separate page. State the name of the organization debarred, the year of the event, the owner of the project, and the basis for the action. 9. In the past five years, has any claim against your firm concerning your firm's work on a project, been filed in court or arbitration? ❑ Yes ❑ No If "yes," on a separate page identify the claim(s) by providing the project name, date of the claim, name of the claimant, the name of the entity the claim was filed against, a brief description of the nature of the claim, the court and case number, and a brief description of the status of the claim (pending or, if resolved, a brief description of the resolution.) RFP 17-108 Fuel — Gasoline and Diesel Page 25 10. In the past five years, has your firm made any claim against a project owner concerning work on a project or payment for a contract, and filed that claim in court or arbitration? ❑ Yes ❑ No If "yes," on a separate page identify the claim(s) by providing the project name, date of the claim, name of the claimant, the name of the entity the claim was filed against, a brief description of the nature of the claim, the court and case number, and a brief description of the status of the claim (pending, or if resolved, a brief description of the resolution.) 11. At any time during the past five years, has any surety company made any payments on your firm's behalf as a result of a default, to satisfy any claims made against a performance or payment bond issued on your firm's behalf in connection with a project, either public or private? ❑ Yes ❑ No 12. In the last five years, has any insurance carrier, for any form of insurance, refused to renew an insurance policy for your firm? ❑ Yes ❑ No 13. Has your firm or any of its owners, officers, or partners ever been liable in a civil suit, or found guilty in a criminal action, for making any false claim or material misrepresentation to any public agency or entity? ❑ Yes ❑ No 14. Has your firm or any of its owners, officers or partners ever been convicted of a federal or state crime of fraud, theft, or any other act of dishonesty? ❑Yes ❑No If "yes," identify on a separate page, the person or persons convicted, the court case and number, the crimes and the year convicted. 15. If your firm was required to pay a premium of more than one percent for a performance and payment bond on any project(s) on which your firm worked at any time during the last three years, state the percentage that your firm was required to pay. If you wish to do so, you may provide an explanation for a percentage rate higher than one percent. % 16. During the last five years, has your firm ever been denied bond credit by a surety company, or has there ever been a period of time when your firm had no surety bond in place during a project when one was required? ❑ Yes ❑ No 17. Has Cal -OSHA cited and assessed penalties against the contractor or its associates for any "serious," "willful" or "repeat" violations of its safety or health regulations in the past five years? ❑ Yes ❑ No (Note: If you have filed an appeal of a citation, and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal, you need not include information about it.) If "yes," on a separate page describe the citations, the party against whom the citation was made, date of citation, nature of the violation, project on which the citation was issued, owner of the project, and the amount of penalty paid, if any. State the case number and the date of any OSHAB decision. 18. Has the Federal Occupational Safety and Health Administration cited and assessed penalties against the contractor or its associates in the past five years? ❑ Yes ❑ No (Note: If an appeal of the citation has been filed and the Appeals Board has not yet ruled, or there is a court appeal pending, you need not include information about the citation.) If "yes," on a separate page describe the citation, the party against whom the citation was made, date of citation, nature of the violation, project on which the citation was issued, owner of project, and the amount of penalty paid, if any. State the case number and date of any decision. RFP 17-108 Fuel — Gasoline and Diesel Page 26 19. During the last five years, has there been more than one occasion in which the General contractor or its associates have been penalized or required to pay back wages for failure to comply with the federal Davis -Bacon prevailing wage requirements? ❑ Yes ❑ No If "yes," on a separate page, describe the violator, nature of each violation, name of the project, date of its completion, the public agency for which it was constructed, the number of employees who were initially underpaid and the amount of back wages and penalties that were assessed. THIS AREA LEFT BLANK INTENTIONALLY THIS FORM MUST BE COMPLETED AND INCLUDED WITH THE PROPOSAL. PROPOSALS THAT DO NOT CONTAIN THIS FORM WILL BE CONSIDERED NONRESPONSIVE. RFP 17-108 Fuel — Gasoline and Diesel Page 27 EXHIBIT H CITY OF SANTA ANA REQUEST FOR PROPOSALS 17-108 FUEL — GASOLINE AND DIESEL NON -COLLUSION AFFIDAVIT NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) To the CITY OF SANTA ANA: In accordance with Title 23 United States Code Section 112 and Public Contract Code 7106 the proposer declares that the proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the proposal is genuine and not collusive or sham; that the proposer has not directly or indirectly induced or solicited any other proposer to put in a false or sham proposal, and has not directly or indirectly colluded, conspired, connived or agreed with any proposer or anyone else to put in a sham proposal, or that anyone shall refrain from bidding; that the proposer has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the proposal price of the proposer or any proposer, or to fix any overhead, profit, or cost element of the proposal price, or of that of any other proposer, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the proposal are true; and, further, that the proposer has not, directly or indirectly, submitted his or her proposal price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham proposal. Note: The above non -collusion affidavit is part of the submitted proposal. Signing this proposal on the signature portion thereof shall also constitute signature of this non -collusion affidavit. Proposers are cautioned that making a false certification may subject the certifier to criminal prosecution. Signed State of California, County of Subscribed and sworn to (or affirmed) before me on this Printed Name day of , 20 , by having proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Notary Public Signature Notary Public Seal THIS FORM MUST BE COMPLETED AND INCLUDED WITH THE PROPOSAL. PROPOSALS THAT DO NOT CONTAIN THIS FORM WILL BE CONSIDERED NONRESPONSIVE. RFP 17-108 Fuel — Gasoline and Diesel Page 28 EXHIBIT I CITY OF SANTA ANA REQUEST FOR PROPOSALS 17-108 FUEL — GASOLINE AND DIESEL SAMPLE ADDITIONAL INSURED ENDORSEMENT FOR COMMERCIAL GENERAL LIABILITY POLICY Insurance Company This endorsement modifies such insurance as is afforded by the provisions of Policy #, relating to the following: 1. The City of Santa Ana, 20 Civic Center Plaza, Santa Ana, California 92701; its officers, employees, agents, volunteers and representatives are named as additional insured ("additional insured") with regard to liability and defense of suits arising from the operations and uses performed by or on behalf of the named insured. 2. With respect to claims arising out of the operations and uses performed by or on behalf of the named insured, such insurance as is afforded by this policy is primary and is not additional to or contributing with any other insurance carried by or for the benefit of the additional insured. 3. This insurance applies separately to each insured against whom claim is made or suit is brought except with respect to the company's limits of liability. The inclusion of any person or organization as an insured shall not affect any right which such person or organization would have as a claimant if not so included. 4. With respect to the additional insured, this insurance shall not be cancelled, or materially reduced in coverage or limits except after thirty (30) days written notice has been given to the City of Santa Ana, 20 Civic Center Plaza, Santa Ana, California 92701. (Completion of the following, including countersignature, is required to make this endorsement effective.) Effective Issued to Countersigned by, , this endorsement form as a part of Policy# Named of Insured Authorized Representative SAMPLE ONLY RFP 17-108 Fuel — Gasoline and Diesel Page 29 Ma& m cm,-� `A N iNSURANCE ON FILE Professional Liability Insurance A-2017-347 WORK MAY PROCEED required if contractor is or UNTIL INS RANCEZPIAe) employs a licensed professional ..._ (0 t� CLERK OF OU CIL DATE: DEC 'L g qff EMENT FOR PROVISION OF GASOLINE AND DIESEL FUEL ® THIS AGREEMENT is made and entered into this 191' day of December, 2017 by and between ��. F� CO) IPC (USA), Inc., a California Corporation ("Contractor"), and the City of Santa Ana, a charter city and municipal corporation organized and existing under the Constitution and laws of the State of C1NJ�5 , alprnia ("City"). RECITALS A. The City desires to retain a Contractor with special skill and expertise to supply the City's annual gasoline and diesel fuel needs. On October 2, 2017, the City issued Request for Proposal No. 17-108, by which it sought Contractors to provide gasoline and diesel fuel services to the City. B. Contractor submitted a responsive proposal selected by the City. Contractor represents that Contractor is a wholesale distributor of diesel, gasoline, LNG/natural gas, jet fuel and other petroleum products that maintains its headquarters in the City and is able and willing to provide such services to the City and as described in the scope of work that was included in RFP No. 17-108 and attached as Exhibit A to this Agreement. C. In undertaking the performance of this Agreement, Contractor represents that it is knowledgeable in its field and that any services performed by Contractor under this Agreement will be performed in compliance with such standards as may reasonably be expected from a professional consulting firm in the field. NOW THEREFORE, in consideration of the mutual and respective promises, and subject to the terms and conditions hereinafter set forth, the parties agree as follows; 1. SCOPE OF SERVICES Contractor shall perform during the term of this Agreement, the tasks and obligations including all labor, materials, tools, equipment, and incidental customary work required to fully and adequately complete the services described and set forth in Exhibit A, attached hereto and incorporated by reference. Consultant's proposal is incorporated by reference as though fully set forth herein. 2. COMPENSATION a. City agrees to pay Contractor services performed under this Agreement at the rates and charges for fuel identified in Exhibit B. The total annual sum to be expended under the term of this Agreement shall not exceed $950,000 during each year of the Agreement. The total spun to be expended under this Agreement for the entire term shall not exceed $4,750,000. Page 1 of I 1 b, Payment by City shall be made within 60 days (sixty) days following receipt of proper invoice evidencing work performed, subject to City accounting procedures, Payment need not be made for work which fails to meet the standards of performance set forth in the Recitals whichmay reasonably be expected by City. This Agreement shall commence on January 1, 2018 and continue for a five (5) year term until December 31, 2022, unless terminated earlier in accordance with Section 16, below. 4. PREVAILING WAGES Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq,, ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. If the services being performed are part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. Contractor shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 5. INDEPENDENT CONTRACTOR Contractor shall, during the entire term of this Agreement, be construed to be an independent contractor and not an employee of the City. This Agreement is not intended nor shall it be construed to create an employer-employee relationship, a joint venture relationship, or to allow the City to exercise discretion or control over the professional manner in which Contractor performs the services which are the subject matter of this Agreement; however, the services to be provided by Contractor shall be provided in a manner consistent with all applicable standards and regulations governing such services. Contractor shall pay all salaries and wages, employer's social security taxes, unemployment insurance and similar taxes relating to employees and shall be responsible for all applicable withholding taxes. 6. OWNERSHIP OF MATERIALS This Agreement creates a non-exclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property embodied in plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Contractor under this Agreement ("Documents & Data"). Contractor shall require all subcontractors to agree in writing that City is granted a non-exclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Contractor represents and warrants that Contractor has the legal right to license any and all Documents & Data, Contractor makes no such representation and warranty in regard to Page 2 of 11 Documents & Data which were provided to Contractor by the City. City shall not be limited in any way in its use of the Documents and Data at any time, provided that any such use not within the purposes intended by this Agreementt shall be at City's sole risk. 7. INSURANCE Prior to undertaking performance of work under this Agreement, Contractor shall maintain and shall require its subcontractors, if any, to obtain and maintain insurance as described below: a, Commercial General Liability Insurance. Contractor shall maintain commercial general liability insurance naming the City, its officers, employees, agents, volunteers and representatives as additional insured(s) and shall include, but not be limited to protection against claims arising from bodily and personal injury, including death resulting therefrom and damage to property, resulting from any act or occurrence arising out of Contractor's operations in the performance of this Agreement, including, without limitation, acts involving vehicles. The amounts of insurance shall be not less than the following: single limit coverage applying to bodily and personal' jury, including death resulting therefrom, and property damage, in the total amount of $1,000,000 per occurrence, with $2,000,000 in the aggregate. Such insurance shall (a) name the City, its officers, employees, agents, and representatives as additional insured(s); (b) be primary and not contributory with respect to insurance or self-insurance programs maintained by the City; and (c) contain standard separation of insureds provisions. b. Business automobile liability insurance, or equivalent form, with a combined single limit of not less than $1,000,000 per occurrence. Such insurance shall include coverage for owned, hired and non -owned automobiles. c. Worker's Compensation Insurance. In accordance with the provisions of Section 3700 of the Labor Code, Contractor, if Contractor has any employees, is required to be insured against liability for worker's compensation or to undertake self- insurance. Prior to commencing the performance of the work under this Agreement, Contractor agrees to obtain and maintain any employer's liability insurance with limits not less than $1,000,000 per accident. d. If Contractor is or employs a licensed professional such as an architect or engineer: Professional liability (errors and omissions) insurance, with a combined single limit of not less than $1,000,000 per claim with $2,000,000 in the aggregate. e. The following requirements apply to the insurance to be provided by Contractor pursuant to this section: i. Contractor shall maintain all insurance required above in full force and effect for the entire period covered by this Agreement. ii. Certificates of insurance shall be furnished to the City upon execution of this Agreement and shall be approved by the City. iii. Certificates and policies shall state that the policies shall not be canceled or reduced in coverage or changed in any other material aspect without thirty (30) days prior written notice to the City. Page 3 of 1 l iv, Contractor shall supply City with a fully executed additional insured endorsement. f. if Contractor fails or refuses to produce or maintain the insurance required by this section or fails or refitses to furnish the City with required proof that insurance has been procured and is in force and paid for, the City shall have the right, at the City's election, to forthwith terminate this Agreement. Such termination shall not affect Contractor's right to be paid for its time and materials expended prior to notification of termination. Contractor waives the right to receive compensation and agrees to indemnify the City for any work performed prior to approval of insurance by the City, 8. INDEMNIFICATION Contractor agrees to defend, and shall indemnify and hold harmless the City, its officers, agents, employees, contractors, special counsel, and representatives from liability: (1) for personal injury, damages, just compensation, restitution, judicial or equitable relief arising out of claims for personal injury, including death, and claims for property damage, which may arise from the negligent operations of the Contractor, its subcontractors, agents, employees, or other persons acting on its behalf which relates to the services described in section 1 of this Agreement; and (2) from any claim that personal injury, damages, just compensation, restitution, judicial or equitable relief is due by reason of the terms of or effects arising from this Agreement. This indemnity and hold harmless agreement applies to all claims for damages, just compensation, restitution, judicial or equitable relief suffered, or alleged to have been suffered, by reason of the events referred to in this Section or by reason of the terms of, or effects, arising from this Agreement. The Contractor further agrees to indemnify, hold harmless, and pay all costs for the defense of the City, including fees and costs for special counsel to be selected by the City, regarding any action by a third party challenging the validity of this Agreement, or asserting that personal injury, damages, just compensation, restitution, judicial or equitable relief due to personal or property rights arises by reason of the terms of, or effects arising from this Agreement. City may make all reasonable decisions with respect to its representation in any legal proceeding. Notwithstanding the foregoing, to the extent Contractor's services are subject to Civil Code Section 2782.8, the above indemnity shall be limited, to the extent required by Civil Code Section 2782.8, to claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Contractor. 9. INTELLECTUAL PROPERTY INDEMNIFICATION Contractor shall defend and indemnify the City, its officers, agents, representatives, and employees against any and all liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in the work product or documents provided by Contractor to the City pursuant to this Agreement. 10. RECORDS Contractor shall keep records and invoices in connection with the work to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any services, expenditures, and disbursements Page 4 of 11 charged to the City for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Contractor under this Agreement. All such records and invoices shall be clearly identifiable. Contractor shall allow a representative of the City to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Agreement during regular business hours. Contractor shall allow inspection of all work, data, documents, proceedings, and activities related to this Agreement for a period of three (3) years from the date of final payment to Contractor under this Agreement. 11. CONFIDENTIALITY If Contractor receives from the City information which due to the nature of such information is reasonably understood to be confidential and/or proprietary, Contractor agrees that it shall not use or disclose such information except in the performance of this Agreement, and further agrees to exercise the same degree of care it uses to protect its own information of like importance, but in no event less than reasonable care. "Confidential Information" shall include all nonpublic information. Confidential information includes not only written information, but also information transferred orally, visually, electronically, or by other means. Confidential information disclosed to either party by any subsidiary and/or agent of the other party is covered by this Agreement. The foregoing obligations of non-use and nondisclosure shall not apply to any information that (a) has been disclosed in publicly available sources; (b) is, through no fault of the Contractor disclosed in a publicly available source; (c) is in rightful possession of the Contractor without an obligation of confidentiality; (d) is required to be disclosed by operation of law; or (e) is independently developed by the Contractor without reference to information disclosed by the City. 12. CONFLICT OF INTEREST CLAUSE Contractor covenants that it presently has no interests and shall not have interests, direct or indirect, which would conflict in any manner with performance of services specified under this Agreement. 13. DISCRIMINATION Contractor shall not discriminate because of race, color, creed, religion, sex, marital status, sexual orientation, age, national origin, ancestry, or disability, as defined and prohibited by applicable law, in the recruitment, selection, training, utilization, promotion, termination or other employment related activities. Contractor affirms that it is an equal opportunity employer and shall comply with all applicable federal, state and local laws and regulations. 14. EXCLUSIVITY AND AMENDMENT This Agreement represents the complete and exclusive statement between the City and Contractor, and supersedes any and all other agreements, oral or written, between the parties. In the event of a conflict between the terms of this Agreement and any attachments hereto, the terms of this Agreement shall prevail. This Agreement may not be modified except by written instrtunent signed by the City and by an authorized representative of Contractor. The parties agree that any Page 5 of 11 terms or conditions of any purchase order or other instrument that are inconsistent with, or in addition to, the terms and conditions hereof, shall not bind or obligate Contractor or the City. Each party to this Agreement acknowledges that no representations, inducements, promises or agreements, orally or otherwise, have been made by any party, or anyone acting on behalf of any party, which is not embodied herein. 15. ASSIGNMENT Inasmuch as this Agreement is intended to secure the specialized services of Contractor, Contractor may not assign, transfer, delegate, or subcontract any interest herein without the prior written consent of the City and any such assignment, transfer, delegation or subcontract without the City's prior written consent shall be considered null and void. Nothing in this Agreement shall be construed to limit the City's ability to have any of the services which are the subject to this Agreement performed by City personnel or by other Contractors retained by City. 16. TERNIINATION This Agreement may be terminated by the City upon thirty (30) days written notice of termination. In such event, Contractor shall be entitled to receive and the City shall pay Contractor compensation for all services performed by Contractor prior to receipt of such notice of termination, subject to the following conditions: a. As a condition of such payment, the Executive Director of the Finance and Management Services Agency may require Contractor to deliver to the City all work product(s) completed as of such date, and in such case such work product shall be the property of the City unless prohibited by law, and Contractor consents to the City's use thereof for such purposes as the City deems appropriate. b. Payment need not be made for work which fails to meet the standard of performance specified. in the Recitals of this Agreement. 17. FINES The contractor shall be liable for all violation files levied against the City by federal, state, or local agencies with regulatory authority related to contractor provided services. 18. WAIVER No waiver of breach, failure of any condition, or any right or remedy contained in or granted by the provisions of this Agreement shall be effective unless it is in writing and signed by the party waiving the breach, failure, right or remedy. No waiver of any breach, failure or right, or remedy shall be deemed a waiver of any other breach, failure, right or remedy, whether or not similar, nor shall any waiver constitute a continuing waiver unless the writing so specifies, Page 6 of 11 19. JURISDICTION -VENUE This Agreement has been executed and delivered in the State of California and the validity, interpretation, performance, and enforcement of any of the clauses of this Agreement shall be determined and governed by the laws of the State of California. Both parties further agree that Orange County, California, shall be the venue for any action or proceeding that may be brought or arise out of, in connection with or by reason of this Agreement. 20. PROFESSIONAL LICENSES Contractor shall, throughout the term of this Agreement, maintain all necessary licenses, permits, approvals, waivers, and exemptions necessary for the provision of the services hereunder and required by the laws and regulations of the United States, the State of California, the City of Santa Ana and all other governmental agencies. Contractor shall notify the City immediately and in writing of its inability to obtain or maintain such permits, licenses, approvals, waivers, and exemptions. Said inability shall be cause for termination of this Agreement. 21. MISCELLANEOUS PROVISIONS a. Each undersigned represents and warrants that its signature herein below has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify City fully, including reasonable costs and attorney's fees, for any injuries or damages to City in the event that such authority or power is not, in fact, held by the signatory or is withdrawn. b. All Exhibits referenced herein and attached hereto shall be incorporated as if fully set forth in the body of this Agreement. 22. NOTICE Any notice, tender, demand, delivery, or other communication pursuant to this Agreement shall be in writing and shall be deemed to be properly given if delivered in person or mailed by first class or certified mail, postage prepaid, or sent by fax or other telegraphic communication in the manner provided in this Section, to the following persons: To City: Clerk of the City Council City of Santa Ana 20 Civic Center Plaza (M-30) P.O. Box 1988 Santa Ana, CA 92702-1988 Fax: 714- 647-6956 Page 7 of 11 With courtesy copies to: Executive Director, Finance and Management Services Agency City of Santa Ana 20 Civic Center Plaza (M-17) P.O. Box 1988 Santa Ana, California 92702 Fax: To Contractor: IPC (USA), Inc. 4 Dutton Centre Drive, Ste, 700 Santa Ana, CA 92707 Attn: James Takeuchi Sonia R. Carvalho City Attorney City of Santa Ana 20 Civic Center Plaza (M-29) P.O. Box 1988 Santa Ana, California 92702 Fax: 714- 647-6515 A party may change its address by giving notice in writing to the other party. Thereafter, any communication shall be addressed and transmitted to the new address. If sent by mail, communication shall be effective or deemed to have been given three (3) days after it has been deposited in the United States mail, duly registered or certified, with postage prepaid, and addressed as set forth above. If sent by fax, communication shall be effective or deemed to have been given twenty-four (24) hours after the time set forth on the transmission report issued by the transmitting facsimile machine, addressed as set forth above. For purposes of calculating these time frames, weekends, federal, state, County or City holidays shall be excluded. [Signatures continue on next page] Page 8of11 IN WITNESS WHEREOF, the parties hereto have executed this Agreement the date and year first above written. Clerk of the Council APPROVED AS'TO FO SONIA R. CARVALHO City Attorney By: da')'O' Laura A. Rossini Senior Assistant City Attonley RECOMMENDED FOR APPROVAL: FRANCISCO 6I T1ERREZ Executive Director Finance and Management Services Agency CITY OF SANTA ANA Raul Godinez City Manager IPC (USA), INC.: VJ'es Takeuchi T Page 9 of 1 I EXHIBIT A CITY OF SANTA ANA REQUEST FOR PROPOSALS 17.108 FUEL — GASOLINE AND DIESEL SCOPE OF SERVICES & SPECIFICATIONS The City of Santa Ana seeks a contractor/vendor to provide the delivery of Unleaded Gasoline and Diesel fuel to existing underground storage tanks at the City's Corporation Yard and Police Administrative Facility. ESTIMATED ANNUAL VOLUME OF FUEL PURCHASES Unleaded 87 Octane — 400,000 gallons Diesel —15,000 gallons Volume estimates are based on historical records. The City anticipates an Increase In these totals due to an upcoming agreement with Orange County Fire Authority to purchase fuel from the City. DELIVERY LOCATIONS AND UNDERGROUND TANK SIZES Corporate Yard 215 S Center Santa Ana, CA 92703 Three (3) 20,000 gallons tanks for unleaded fuel One (1) 20,000 gallon tank for diesel fuel Santa Ana Police Department 60 Civic Center Plaza Santa Ana, CA 92702 One (1) 20,000 gallon tank for unleaded fuel One (1) 6,000 gallon tank for Red Diesel (one delivery per year @ 200-300 gallons, emergency generator) One (1) Above -Ground 250 gallon tank for Red Diesel (one delivery per year @ 150 gallons) DELIVERY REQUIRgMENT$ Delivery must be made within two (2) working days after receipt of order. All purchases for underground storage tanks will be a full load. Currently averaging one (1) - two (2) full load deliveries per month at both Corporate Yard and Police Department RFP 17-108 Fuel — Gasoline and Diesel Page 9 PRICING AND INVOICING The contract bid price shall include full compensation for providing all required services as specified in scope of work. NO additional compensation will be allowed. For purposes of payment, it shall be the Los Angeles California OPIS Gross 10AM EST Daily Rack Average with CAR report. Pricing on the Invoices shall indicate OPIS price for day of delivery and also the price being charged to City. Delivery rate and total delivery charge shall be separate line item and shall not be combined with fuel costs when computing sales tax. QUALITY OF FUELS Fuel provided must meet the latest requirements of the California Air Resources Board (CARB) Phase 2 Reformulated Gasoline and Diesel. Only major oil company quality fuels meeting the following specifications are to be quoted and/or awarded. Gasoline shall be unleaded regular 87 Octane minimum. Diesel Fuel shall be Type 2 Clear. YEN OR/SUPPLIER RESPONSIBILITY Vendor shall be held liable for any damage or crim(nal/civil citations which may occur as a result of any spills and/or accidents. In addition, the City reserves the right to cancel the agreement of the Vendor/Supplier, notwithstanding compliance with the procedures set forth herein, delivers in a negligent manner or who, under any circumstances, causes a spill while delivering. Vendor shall have title to and bear risk of loss of or damage to the items purchased hereunder until they are delivered in conformity with this agreement at the F.O.B. point specified herein, and upon such delivery title shall pass, except for lass or damage result from Vendor's negligence. Passing of title upon such delivery shall not constitute acceptance of the item by the City. it is the responsibility of the Vendor/Supplier to have the delivering driver measure each fuel tank using City's Veeder Root system before and after each delivery. All deliveries shall be made between 7:00 am to 5:00 pm Monday through Friday, -except when orders state that the deliveries must be made at a different time TEMPERATURE CORRECTIO Vendor shall correct or adjust gasoline and diesel deliveries so as to be stated, billed, and paid for on the basis of such gasoline and diesel fuel at sixty (60) degrees temperature, using methods that are accepted as being in general use for this method of adjusting volumetric quantities to temperature conditions. RFP 17-108 Fuel: Gasoline and Diesel Page 10 MATERIAL SAFETY DATA SHEET In compliance with Title 8 of the California Code of Regulations (OSHA), the City requires two (2) copies of the U.S. Department of Labor - Material Safety Data sheet for Item(s) purchased, The material safety data sheet shall be submitted to the using department at the time of delivery. SOURCE GUARANTEE Vendors who do not own refineries shall have contracts or written irrevocable commitments to contract with refiners which are capable of supplying products which meet fuel specifications in the quantities listed herein. Contracts or commitments must guarantee supply In the required amounts for the term of any contract resulting from the RFP. Failure to include source guarantee documentation may void response if the City has no prior experience with the vendor. RECORD KEEPIN Vendor shall maintain records of the City's purchases and make them available for audit and inspection. Vendor shall record the quantities, cost, delivery locations, and taxes for each delivery. Vendor shall provide the City with a copy of such records within ten (10) days of the City's request. TAXEg The City is exempt from Federal Excise taxes and no payment shall be made for any personal property taxes levied on the Vendor or on any taxes levied on employee wages. The City will only pay for any state and local sales or use taxes on the products pursuant to this contract RFP 17-108 Fuel - Gasoline and Diesel Page 11 CITY OF SANTA ANA REQUEST FOR PROPOSALS 17.108 FUEL — GASOLINE AND DIESEL BID FORM PRICING SHEET Reaular Unleaded Gasoline Gasoline prices (four decimal places, i.e. 0.0000) 87 OCTANE Bulk fuels full truck and trailer Delivery size: 7,000+ gallons OPIS Plus cents per gallon Or Minus cents per gallon Delivery cents per gallon Other (specify) cents per gallon Applicable Discount(s) cents per gallon Total OPIS + �C; •�� net cents per gallon Smaller Tank less than full truck Delivery size: 3,500 — 6,999 gallons OPTS Plus cents per gallon Or Minus Q • L r-`=„�° cents per gallon Delivery Q C"-Acents per gallon Other (specify) cents per gallon Applicable Discount(s) / cents per gallon Total OPTS + ( • C)SiC net cents per gallon Large bulk deliveries exceeding 7,000 gallons could Include a combined load of gasoline and diesel. Please Indicate any split load surcharges in the other category It applicable. Split load surcharges not stated herein will not be allowed on any Invoices during the contract. RFP 17-108 Fuel -Gasoline and Diesel Pape 19 CITY OF SANTA ANA REQUEST FOR PROPOSALS 17-108 FUEL —GASOLINE AND DIESEL BID FORM PRICING SHEET Diesel — Type 2 Clear Diesel prices (four decimal places, i.e. 0.0000) Bulk fuels full truck and trailer Delivery size: 7,000+ gallons OPIS Plus cents per gallon Or Minus C/O. QSrl b� cents per gallon T Delivery _ (�. D?S00 cents per gallon Other (specify) cents per gallon Applicable Discount(s) cents per gallon Total OPIS + <,C) • oC'1c��') net cents per gallon Smaller Tank less than full truck Delivery size: 3,500 — 6,999 gallons OPIS Plus cents per gallon Or Minus Q , C` a�1� cents per gallon Delivery cents per gallon Other (specify) cents per gallon Applicable Discount(s) cents per gallon Total OPTS + 0 10M net cents per gallon Alternative Renewable Diesel (meeting ASTM D975 spe� ` r , er gallon RFP 17.108 Fuel — Gasoline and Diesel Page 20