Loading...
HomeMy WebLinkAbout060115_ca04Department of Central Services O Consent Agenda Page 1 of 1 Jefferson County Board of Commissioners Agenda Request To: Board of Commissioners Philip Morley, County Administrator From: Frank Gifford, Central Services Director Agenda Date: June 1, 2015 Subject: Motor Fuel, 60 -month Contract Award Statement of Issue: Award of contract for the supply of motor fuel as needed from time to time over five years by various County departments for which bids were opened on May 18th. Analysis /Strategic Goals /Pros 6t Cons: The recommendation of the Fleet Services Manager is to award the contract to the lowest responsive bidder, Associated Petroleum Products, Inc. Fiscal Impact/Cost Benefit Analysis: Biodiesel is one of the most economical options available to comply with the state mandate for biofuel and electricity use in county vehicles and equipment, but biodiesel pricing on the current state fuel contract is not reasonable. This proposed contract's pricing is significantly better, resulting in a 19- cent - per - gallon reduction from the state contract price for the desired biodiesel blend. Pricing for gasoline and petroleum diesel is also advantageous here. The low bidder, recommended here for award, proposed a total cost of $1,274,072.00 for estimated quantities of motor fuel required over five years. This cost is for bid canvassing purposes only: invoicing of each delivery of motor fuel will be based on petroleum- industry index prices current at the time of delivery. Our estimate for this procurement effort was $2.25MM, and the overall value of this contract may yet approach that, because it is - as was the state contract - dependent on daily petroleum and biodiesel prices. Recommendation: Execute the attached contract. Department Contact: Matt Stewart, Manager of Fleet Services, 344 -9713 Re' w d Philip Morley, Administrator Date B. DETAILED SPECIFICATIONS 1. General The Contractor will provide and deliver Motor Fuel delivered to County -owned bulk -fuel dispensing infrastructure for use by various County departments. All specified requirements are minimum requirements unless stated otherwise. If Bidder takes exception to the provisions of the Bid Documents, Jefferson County may reject the Bid as non - responsive in the event that the Manager, in his or her sole opinion, determines such exception(s) to be material exceptions(s). The Department of Central Services, Fleet Services Division, reserves the right to reject any and all Bids and to accept the Bid deemed most advantageous to Jefferson County and to waive all informalities in the Bidding. The Contractor must provide quotes on the Proposal Page for the following Bid Lines. Bid Line pricing must be a non - negative value. Quotes showing a credit or "no charge" will be assigned a price value of $0 for canvassing and contract award purposes. All Additional Items must be designed and constructed for use with the unit as specified and be furnished complete with all necessary peripheral items required for proper /safe operation. The exact locations and mounting methods of all aftermarket equipment specified as an additional item are subject to approval by the Fleet Services Division prior to installation. Please attach all required documentation to proposal. 2. Basis of Award Jefferson County reserves the right to award contract(s), based on the lowest total bid price to the responsive and responsible bidder meeting the terms and conditions of the specification. Bidders must quote all Bid Lines. Bids submitted to the contrary will be considered incomplete and, as a result, may be rejected. The Contractor's bid pricing must incorporate any /all peripheral costs including, but not limited to the costs of the vehicles /equipment, delivery /transportation charges, taxes, insurance, training, fluids, warranties, profit and/or overhead, etc., required by the specifications. Jefferson County reserves the right to award a contract, or reject any /all bids, when in the opinion of Jefferson County the best interests of the County would be served thereby. 3. Contract Term The Contract Term for this Contract will be sixty months, unless terminated earlier pursuant to Section B.19 (Early Termination) or other provisions. The County will establish the start and expiration dates at the time of formal award and release of this contract. 4. Estimated Quantities Any quantities shown on the Proposal Pages represent estimated usage and as such are for bid canvassing purposes only and do not bind the County to purchase the quantity listed there. The County reserves the right to increase or decrease quantities ordered. Nothing herein will be construed as intent on the part of the County to procure any goods or services beyond those determined by the County to be necessary to meet its needs. The County will only be obligated to order and pay for such quantities as are from time to time ordered, performed and accepted on Blanket Releases or Work Orders issued directly by the Fleet Services Division. 5. Price Adjustments No price adjustments to the Contractor's proposed markup or cost per mile for alternate delivery locations will be considered during the contract term. 6. Cost Mitigation Strategies The County reserves the right to employ various cost mitigation strategies (i.e. hedging) in acquiring fuel from the Contractor. These strategies may include but are not limited to futures contracts, swap transactions, option contracts, MOTOR FUEL, PAGE 5 OF 24 10. Alternate Delivery Locations Bidder must list on the proposal page the starting address for deliveries to the County. Bidder must list a per -mile price for deliveries, which shall not be applied to deliveries to the two addresses above. If an alternate delivery location is requested by the County with any order, the number of road miles from the Contractor's starting address to the alternate delivery location shall be subtracted from the number of road miles from the Contractor's starting address to the Hadlock Fuel Site; this difference shall be multiplied by the per -mile price for deliveries, and this product shall be added to the order's invoice as a delivery fee. This provision shall apply whether the alternate delivery location is closer to the Contractor's starting address (as a reduction in invoice cost) or farther from the Contractor's starting address (as an additional invoice cost). 11. Quality Control The Contractor must utilize industry - recognized standards and procedures to assure that a satisfactory level of quality control are maintained in all stages of its handling process. Employees of the County, subject to security restrictions at sites not owned /operated by the Contactor, will have open access to all areas /facilities in order to ensure that proper quality control standards are being met. If defects, omissions or cross - contamination are discovered with any of the delivered product, the County may: 11.1. Refuse acceptance of the motor fuel; 11.2. Arrange with the Contractor to make treat or otherwise correct the motor fuel in place; or 11.3. Require the Contractor to remove the motor fuel from the County's premises at its own cost, replacing it with non - defective motor fuel. The Contractor must provide any /all labor and materials that may be required to correct non - compliant aspects of all motor fuel in a prompt manner as well as any mechanical defects that are caused by the non - compliant motor fuel, at no cost to the County. The "promptness" of corrective actions will be established by the County based upon the quantity and scope of the corrections required. 12. Contractor's Warranties If in performance of the Services, the Contractor provides any goods, the Contractor warrants that the title to the goods to be provided under this Contract is good, its transfer is rightful and that the goods will be delivered free from any security interest or other encumbrance of which Contractor has not informed the County. The Contractor expressly warrants that all goods shall be merchantable within the meaning of Article 2- 314(2) of the Uniform Commercial Code (Title 62A RCW) in effect on the date they are ordered. In addition to all warranties that may be prescribed by law, the goods shall conform to specifications, drawings and other description and shall be free from defects in materials and workmanship. Contractor also warrants that, except where the goods are produced pursuant to detailed designs furnished by the County, they will be free from defects in design. Such warranties, including warranties prescribed by law, shall run to County, its successors, assigns, customers and to users of the goods and, if applicable, survive beyond the termination date of this contract. The County may avail itself of the manufacturer's standard (or "no cost" incentive) warranty or any provision thereof, in lieu of the warranty outlined herein, if deemed to be in the best interests of the County. 13. Trade Names and Substitutions Reference to a specific manufacturer or trade name in this solicitation is intended to be descriptive (but not restrictive) and to indicate to prospective Bidders those product(s) that have been deemed by the County to be satisfactory. The Bidder must, if awarded the Contract, provide the product(s) specified, unless equivalent alternatives have been proposed as described below and found acceptable to the Fleet Services Division. A Bidder that chooses to respond to this solicitation for Bids with alternate product(s) from those specified in the solicitation, must identify such alternate items with its Bid with a detailed explanation and documentation in support of how the alternate items proposed by the Bidder can perform as well as or better than those specified. Unless an alternate item is so identified, it is understood that the Bidder proposes and will be required to provide, the specific item described in the specifications. No substitution of specified items will be allowed thereafter except as otherwise provided for in the specifications. Documentation in support of alternate items may include: MOTOR FUEL, PAGE 7 OF 24 possession or consumption of alcoholic beverages or drugs anywhere on the site of any work to be performed under this Contract. The Manager has authority to request the Contractor to remove any worker who proves to be incompetent or negligent in his /her duties. 17. Use of County Facilities The Contractor must inform the Manager of the Fleet Services Division or authorized representative of the use of County facilities, such as telephones. Smoking is prohibited in all Jefferson County facilities and vehicles. The Contractor will require that all employees refrain from disturbing tools, tool boxes, papers on desks, opening desk drawers or cabinets. While on County premises, the Contractor will not store any equipment, tools or materials without prior written authorization from the Manager. The County will not be responsible for or liable to pay the Contractor for any loss of equipment, tools or materials stored in unsecured areas without proper authorization. 18. Technical Assistance The Contractor must provide occasional sampling and testing services as are deemed adequate by mutual agreement of the County and the Contractor to ensure that the County's bulk fuel infrastructure is suitable for continued deliveries of motor fuel by the Contractor and as are deemed necessary by mutual agreement of the County and the Contractor to determine the source, extent and correction of any defective product or other contamination. 19. Rack Prices The rack prices proposed on the proposal page must be published prices available publically or by paid subscription. Rack prices proposed will be used for the term of the contract, except that the Contractor and the County may by mutual agreement select during the contract term one or more alternate published rack prices. On the date an agreeable alternate rack price is implemented, the contract markup shall be changed by the difference between the prices for the product in question on the rack price described on the proposal page and the agreeable alternate rack price on the date of implementation of the agreeable alternate rack price. The Contractor must subscribe to and make available for viewing (within the limitations of the Contractor's subscription) by the County at any time during the contract period the rack price described on the proposal page. The County suggests use of OPIS Tacoma daily closing contract rack average pricing for E10 oxygenated gasoline and undyed D -2 ultra - low - sulfur diesel fuel. The County further suggests use of the OPIS Portland daily closing contract rack average pricing for B99 biodiesel blendstock. However, the Bidder is allowed to propose the use of any published price list that meets the requirements herein provided a price is available for the date specified on the proposal pages so that the County can evaluate Bidders' respective pricing equally. 20. Manuals, Certificates, Applications Safety Data Sheets must be furnished to the County for each component product of the supplied motor fuel. Contractor must include with its bid a copy of its current spill - prevention and response plan and must provide an updated copy to the County whenever the plan is revised. 21. Motor Fuel 21.1. All motor fuel supplied by the Contractor must meet the following specifications. 21.2. Invoices must be emailed to the email address(es) to be provided by the County within 24 hours of each delivery. 22. Bid Line #1: Gasoline 22.1. Gasoline must be regular unleaded gasoline blended with an oxygenate, nominally described as 10% ethanol. 22.2. Gasoline must meet ASTM specification D4814 (version current at the time of each delivery) for gasoline blended with oxygenates for use in spark- ignition engines. MOTOR FUEL, PAGE 9 OF 24 d. Cetane rating of 45; e. Include a detergent to clean fuel injectors; and f. Stable and suitable for use when stored for up to twelve months. 23.11. Biodiesel blend will be invoiced as follows: a. Proposed biodiesel blendstock rack price per gallon of biodiesel included in the biodiesel blend as of the date of delivery. b. The Contractor's markup rate per gallon of biodiesel fuel included in the biodiesel blend. c. Proposed diesel fuel rack price per gallon of petroleum diesel included in the biodiesel blend as of the date of delivery. d. The Contractor's markup rate per gallon of petroleum diesel included in the biodiesel blend. e. Summer or winter additive package price per gallon of biodiesel blend. f. No federal excise tax will be collected. The County is exempt from payment of FET. g. No Washington state excise (motor -fuel) tax will be collected. The County's primary uses of fuel are exempt from payment of this tax, and the County remits this tax separately for gallons used in other applications. h. Washington state and local sales tax at the rate current at the time of delivery. i. Federal LUST tax at the rate current at the time of delivery per gallon. j. Federal oil- spill - recovery fee at the rate current at the time of delivery per gallon. k. Washington Hazardous Substance Tax per gallon at the rate current at the time of delivery. 1. Washington Oil Spill Tax per gallon at the rate current at the time of delivery. m. Cost per mile for alternate delivery locations (Bid Line #3). n. No other surcharges or fees will be invoiced. 24. Bid Line #3: Delivery 24.1. Bidder must propose a cost per mile for use in calculating delivery credits /charges for alternate delivery locations. 24.2. See "Alternate Delivery Locations" subsection above. MOTOR FUEL, PAGE 11 OF 24 or at the option of the County, the County may pay the renewal premium and withhold such payments from the moneys due the Contractor. All notices shall name the Contractor and identify the agreement by contract number or some other form of identification necessary to inform the County of the particular contract affected. 4.1. Workers Compensation and Employers Liability Insurance. The Contractor shall procure and maintain for the life of the contract, Workers Compensation Insurance, including Employers Liability Coverage, in accordance with the laws of the State of Washington. 4.2. General Liability (1) - with a minimum limit per occurrence of one million dollars ($1,000,000) and an aggregate of not less than two million dollars ($2,000,000) for bodily injury, death and property damage unless otherwise specified in the contract specifications. This insurance coverage shall contain no limitations on the scope of the protection provided and indicate on the certificate of insurance the following coverage: a. Broad Form Property Damage with no employee exclusion; b. Personal Injury Liability, including extended bodily injury; c. Broad Form Contractual/Commercial Liability including completed operations (contractors only); d. Premises - Operations Liability (M &C); e. Independent Contractors and Subcontractors; and f. Blanket Contractual Liability. 4.3. Automobile (2) - with a minimum limit per occurrence of $1,000,000 for bodily injury, death and property damage unless otherwise specified in the contract specifications. This insurance shall indicate on the certificate of insurance the following coverage: a. Owned automobiles; b. Hired automobiles; and, c. Non -owned automobiles. 4.4. Pollution Liability Insurance (3) - with limits of not less than $5,000,000 per occurrence, combined single limit. Coverage must include loading and unloading of all petroleum products. (1) Note: The County shall be named as an additional insured party on a primary, non - contributory basis under this policy. (2) Note: The County shall be named as an additional insured party on a primary, non - contributory basis under this policy. (3) Note: The County shall be named as an additional insured party on a primary, non - contributory basis under this policy. Any deductibles or self - insured retention shall be declared to and approved by the County prior to the approval of the contract by the County. At the option of the County, the insurer shall reduce or eliminate deductibles or self- insured retention or The Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. The Contractor shall include all subcontractors as insured under its insurance policies or shall furnish separate certificates and endorsements for each subcontractor. All insurance provisions for subcontractors shall be subject to all of the requirements stated herein. Failure of The Contractor to take out and/or maintain any required insurance shall not relieve The Contractor from any liability under the Agreement, nor shall the insurance requirements be construed to conflict with or otherwise limit the obligations concerning indemnification. It is agreed by the parties that insurers shall have no right of recovery or subrogation against the County (including its employees and other agents and agencies), it being the intention of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any and all losses covered by the above described insurance. It is further agreed by the parties that insurance companies issuing the policy or policies shall have no recourse against the County (including its employees and other agents and agencies) for payment of any premiums or for assessments MOTOR FUEL, PAGE 13 OF 24 Claims against the County shall include, but not be limited to assertions that the use and transfer of any software, book, document, report, film, tape, or sound reproduction of material of any kind, delivered hereunder, constitutes an infringement of any copyright, patent, trademark, trade name, or otherwise results in an unfair trade practice or an unlawful restraint of competition. The Contractor specifically assumes potential liability for actions brought against the County by Contractor's employees, including all other persons engaged in the performance of any work or service required of the Contractor under this Agreement and, solely for the purpose of this indemnification and defense, the Contractor specifically waives any immunity under the state industrial insurance law, Title 51 R.C.W. The Contractor recognizes that this waiver was specifically entered into pursuant to provisions of R.C.W. 4.24.115 and was subject of mutual negotiation. 9. Contractor's Relationship to the County The Contractor's relation to the County shall be at all times as an independent Contractor, and nothing herein contained shall be construed to create a relationship of employer - employee or master - servant, and any and all employees of the Contractor or other persons engaged in the performance of any work or service required of the Contractor under this Agreement shall be considered employees of the Contractor only and any claims that may arise on behalf of or against said employees shall be the sole obligation and responsibility of the Contractor. 10. Assignment The Contractor shall not sublet or assign any of the services covered by this contract without the express written consent of the County or its authorized representative. Assignment does not include printing or other customary reimbursable expenses that may be provided in an agreement. No part of the goods, work, or services to be provided under this Contract may be subcontracted without the prior written consent of the Manager; but in no case will such consent relieve the Contractor from its obligations, or change the terms of the Contract. The Contractor must notify the Manager of the names of all Subcontractors to be used and shall not employ any that the Manager has not approved. Subcontracting of the services or work or any portion of the Contract without the prior written consent of the Manager is null and void. Further, the Contractor will not make any substitution of a previously approved Subcontractor without the prior written consent of the Manager; any substitution of a Subcontractor without the prior written consent of the Manager is null and void. The Contractor will only subcontract with competent and responsible Subcontractors. If, in the judgment of the Manager, any Subcontractor is careless, incompetent, violates safety or security rules, obstructs the progress of the services or work, acts contrary to instructions, acts improperly, is not responsible, is unfit, is incompetent, violates any laws applicable to this Contract, or fails to follow the requirements of this Contract, then the Contractor will, immediately upon notice from the Manager, discharge or otherwise remove such Subcontractor and propose an acceptable substitute for Manager approval. 11. Security Bond Nothing in the foregoing clause shall prevent the County, at its option, from additionally requesting that the Contractor deliver to the County an executed bond as security for the faithful performance of this contract and for payment of all obligations of The Contractor. For Contracts of $35,000 or less, the County may waive the payment and performance bond requirements of chapter 39.08 RCW and the retainage requirements of chapter 60.28 RCW. 12. Severability The invalidity, illegality, or unenforceability of any one or more phrases, sentences, clauses, or sections in this Contract does not affect the remaining portions of this Contract. 13. Entire Contract The Contract Documents constitute the entire agreement between the parties and may not be modified except by the subsequent written agreement of the parties. MOTOR FUEL, PAGE 15 OF 24 23. Risk of Loss The risk of loss from any casualty to the goods, regardless of cause, shall be on the Contractor until the goods have been delivered and accepted by the County. MOTOR FUEL, PAGE 17 OF 24 ,ON C" Department of Central Services �• Jefferson County, Washington I tJ�I N0 0 Fleet Services Division PO Box 1200 371 Chimacum Road Port Hadlock, WA 98339 Phone: (360) 385 -0890 NOTICE TO RESPONDENTS ADDENDUM #1 TO BID PROPOSAL SPECIFICATIONS TO PROVIDE MOTOR FUEL Notice is hereby given that the following changes /revisions /clarifications are incorporated into the Jefferson County Request for Bids dated April 20, 2015, for the supply of Motor Fuel. All other provisions and requirements as originally set forth remain in full force and are binding. Any additional work required by this addendum shall conform to the applicable provisions of the original bid documents. Respondent must acknowledge receipt of all Addenda in the appropriate blanks in Section D, "Project Proposal "' (both in Subsection 3, "Confirmation of Receipt of Project Addenda,` " and in Subsection 5, "Proposal Execution and County Acceptance of Proposal "). Failure to acknowledge Addenda when submitting the proposal will render the proposal non - responsive. Any harm to the Respondent resulting from failure to obtain all necessary documents, for whatever cause, will not be valid grounds for a protest against award(s) made under this solicitation. Section A: Changes/Revisions by County 1. Pages 18 of 24 and 19 of 24 are deleted in their entirety and replaced by the following two pages: Motor Fuel, Addendum # 1, Page 1 of 5 Section B: Questions/Requests by Respondents and Responses by County 1. (Question) Will the County consider changing the length of the bid from 5 years to 3 years? 5 years is a long time for a vendor to hold a differential and thus will include risk margin. Will the County change the contract length to allow for one -year renewals? [Subsection 13.3] (Response) No. 2. (Question) Does this bid allow for any renewals? [Subsection 13.3] (Response) See Subsection 13.3. 3. (Question) How often does the County order fuel split between the two sites? [Subsection 13.7] (Response) The specification does not include this information. 4. (Question) Does the County expect to see a line item on all invoices for a cost for freight? What locations are currently being delivered to that are alternate delivery locations? Is this section of the bid included for future locations that may be added by the County? Does this fee get charged on all invoices? [Subsections B.10 and B.19.3] (Response) The supply of the specified motor fuel must be invoiced in accordance with the specification. Two delivery locations are listed in Subsection B.8 and are, as stated in B.10, not subject to the per -mile price for deliveries. See also Subsection C.18. 5. (Question) What does the County currently pay as a delivery fee? For a price comparison, where is your current vendor's starting address? For price comparison, please provide who your current vendor is. For price comparison, please provide tabs from your most recent fuel bid. For price comparison, please provide the winning vendor's pricing pages. [And various related questions regarding the County's current contract and vendor] [Various Subsections]. (Response) The County currently purchases its fuel through the Washington State Department of Enterprise Services contract #00311. The County therefore has no previous bid results to provide and no previous contract to provide, nor will it make previous information related to a vastly different specification a part of the current procurement process. Contract #00311 is not the County's, so the specification and pricing structure are very different from what this specification requires. County practices under the current contract are more than simply irrelevant for the current procurement process and may be misleading, so the County will not answer questions related to its past practices, as these may be read as guidance to bidders in conflict with the written specifications. Bidders must respond to the present bid according to the written specification. However, bidders may view the state's contract and historical pricing information for that contract at this state site: https:Hfortress.wa. gov /ga/ apps/ ContractSearch/ContractSummary. aspx ?c= 00311. 6. (Question) Since OPIS is copyrighted, will the County purchase its own subscription to OPIS? Since OPIS is copyrighted, does the County want vendors to build in the cost of an OPIS subscription into their differential? [Subsection B.19] (Response) See the second paragraph of this Subsection. 7. (Question) Since the County wants a diff for 1399, what percentage of bio does the County receive in their fuel today? Does the County change percentages of bio through the year? [Subsection B.19] (Response) See Subsection 13.23.5. 8. (Question) Does this bid require the vendor to provide a performance bond? What amount does the bond need to be for? [Subsection C.11 ] (Response) No. Motor Fuel, Addendum # 1, Page 4 of 5 Department of Central Services r,p$as Jefferson County, Washington Fleet Services Division PO Box 1200 371 Chimacum Road Port Hadlock, WA 98339 Phone: (360) 385 -0890 NOTICE TO RESPONDENTS ADDENDUM #2 TO BID PROPOSAL SPECIFICATIONS TO PROVIDE MOTOR FUEL Notice is hereby given that the following changes /revisions /clarifications are incorporated into the Jefferson County Request for Bids dated April 20, 2015, for the supply of Motor Fuel. All other provisions and requirements as originally set forth remain in full force and are binding. Any additional work required by this addendum shall conform to the applicable provisions of the original bid documents. Respondent must acknowledge receipt of all Addenda in the appropriate blanks in Section D, "Project Proposa " (both in Subsection 3, "Confirmation of Receipt of Project Addenda," and in Subsection 5, "Proposal Execution and County Acceptance of Proposal "). Failure to acknowledge Addenda when submitting the proposal will render the proposal non - responsive. Any harm to the Respondent resulting from failure to obtain all necessary documents, for whatever cause, will not be valid grounds for a protest against award(s) made under this solicitation. Section A: Changes/Revisions by County 1. Subsection B.11 is amended by the addition of the following paragraph after the existing text: Prior to delivering the County's first order of 20% biodiesel blend with winter additive package, the Contractor must obtain and furnish to the County CFPP test results for the complete blend (petroleum diesel, biodiesel and winter additive package). Additionally, the complete blend must be retested and results resubmitted to the County prior to the Contractor delivering 20% biodiesel blend that includes a different winter additive package or that includes biodiesel from a substantially different source or blendstock than those tested previously. 2. Subsection B.23.9.a is deleted in its entirety. 3. Subsection B.23.9.d is deleted in its entirety and replaced by the following: d. Stable and suitable for use when stored for up to nine months. 4. Subsection B.23.10.a is deleted in its entirety and replaced by the following: a. CFPP of 10°F or lower; 5. Subsection B.23.10.b is deleted in its entirety. 6. Subsection B.23.10.c is deleted in its entirety. Motor Fuel, Addendum #2, Page 1 of 2 SON C � w Department of Central Services �r Jefferson County, Washington Fleet Services Division PO Box 1200 371 Chimacum Road Port Hadlock, WA 98339 Phone: (360) 385-0890 NOTICE TO RESPONDENTS ADDENDUM #3 TO BID PROPOSAL SPECIFICATIONS TO PROVIDE MOTOR FUEL Notice is hereby given that the following changes /revisions /clarifications are incorporated into the Jefferson County Request for Bids dated April 20, 2015, for the supply of Motor Fuel. All other provisions and requirements as originally set forth remain in full force and are binding. Any additional work required by this addendum shall conform to the applicable provisions of the original bid documents. Respondent must acknowledge receipt, of all Addenda in the appropriate blanks in Section. D, "Project Proposal" (both in Subsection 3, `Confirmation of Receipt of Project Addenda," and in Subsection 5, "Proposal Execution and County Acceptance of Proposal "). Failure to acknowledge Addenda when submitting the proposal will render the proposal non - responsive. Any harm to the Respondent resulting from failure to obtain all necessary documents, for whatever cause, will not be valid grounds for a protest against award(s) made under this solicitation. Section A: Changes/Revisions by County None. Section B: Questions/Requests by Respondents and Responses by County 1. (Question) Are trucking companies that will transport fuel to your locations for the Bidder should we be awarded a contract considered subcontractors? [Subsection C.2, fifth paragraph] (Response) Yes. 2. (Question) When is the award date? [Subsection B.3] (Response) An award date is not set in advance of bid evaluation. See Subsections A.4 and B.3. 3. (Question) Have any addenda been released for this bid other than addenda 1 and 2? [Subsection D.2.3] (Response) All addenda are sent to all registered Bid Document holders. See Subsections A.1.3 and A.2.7. 4. (Question) Can we please have a list of bidders invited to submit a proposal? (Response) The County does not maintain bid - invitation lists but advertises bids to the extent required by law and as widely as practicable. Motor Fuel, Addendum #3, Page 1 of 2 A PROJECT PROPOSAL Proposal Pricing Bidder must complete Unit Price column with its quoted price 1,*(.)r each Bid Litic. Bidder trust complete Extended Price column by 1:11tiltiplying its Proposed Price by the County's Estimated Quantity, Bidder must complete Sum of Extended Prices cell by adding the Extended Prices. In the event of conflict between Unit Price and Extended Price data, Unit Prices will prevail, and the Manager's discretion will be used to correct arithmetical errors, including correction of the Total Bid and any other cells where necessary to correct such errors. Motor Fuel, Addendum 41, Page 2 of 5 TBid Propose Price/ Estimated F . ..... . Line I Description Billing Rate 1_Quantit Extended Priev Bid Line #1, Gasoline La. Proposed rack price for E10 oxygenated gasoline on May 11th, 2015 $ 2.2232 300T,OOO$ 666,960.00 . .... . . ..... __ . . ...... .. /gallon Lb. Contractor's mark-up per gallon 300,000 1,000 $ $ -2,250.00 0.00 $ -0.0075 /gallon 1 I.e. Washington state excise (motor-fuel) tax 300,000 $ 112,500.00 $ 0.3750 . . ......... /gallon 1 Ld Federal LUST tax 0-0010 300,000 $ 300.00 $ /gallon Le Federal oil-spill-recovery fee 300,000 $ 510.00 $ 0.0017 /gallon Lf Washington Hazardous Substance Tax 300 ,000 4,650.00 $ 0.0155 /gallon l.g. Washington Oil Spill rax 300,000 $ . . ......... . $ /gallon Sum of Extended Prices for Bid Line #1, Gasoline: $ 787,170.00 Bid Line #2, Biodiesel Blend 2.a Proposed rack price for B99 biodiesel blendstock on May I I th, 2015 $ 2.2284 /gallon 40,000 $ 89,136 2.b. Contractor's markup per gallon biodiesel 40,000 $ $ 0.800 /gallon 32,000 2.c. Proposed rack price for undyed D-2 ultra-low-sulfur diesel fuel on May 11th, 2015 $2.1905 /gallon 160,000 $ 350,480.00 2.d. Contractor's markup per gallon petroleum diesel -0.015 160,000 $ 2,400.00 $ /gallon 2.e. Summer additive package (cost per gallon of treated 2,000.00 biodiesel blend, not per unit of additive) $ 0.02 /gallon 100,000 $ 2. f. Winter additive package (cost per gallon of treated biodiesel blend, not per unit of additive) $ 0.025 100,000 $ 2,500.00 /gallon Motor Fuel, Addendum 41, Page 2 of 5 TITLE: Pricing and Supply Manager CELL: 253-207-4373 COMPANY: Associated Petroleum Products, Inc, E-MAIL: nicks@gotoapp.com '-- 1-111111 . . ........ ..... ... .. . ...... . ADDRESS: 2320 Milwaukee Way Tacoma, WA 98401 State of Washington Business Registration Number: Federal ID Number: 1860581 Labor & Industries Number: 331,523-01 1, f BI Number: 600-644-597 2.2. Rack prices: Name explicitly the rack prices quoted in these Bid Lines. Bid Line La. - Proposed rack price for EJO oxygenated gasoline: _0PIS Tacoma 10AM Contract Average Bid Line 2.a. - Proposed rack price for B99 biodiesel blendstock: OPTS Portland B5 SME 1 Oam Contract Ave -- - -------- - --- - -.-- - Bid Line 2.c, - Proposed rack price for undyed D-2 ultra - low - sulfur diesel fuel: 0 m C Q�c �mj�_DntraCj AyeEace j_ 2.5. Subcontractors: (, ,b.24.4ijinayJ MOTOR FUEL, PAGE 20 OF 24 MIMM MMMMIMMMOMMME terms ofthis bid (proposal) or the price named herein. 4.2 That by signing the signature pave of this proposal. I am deemed to have signed and have agreed to the provisions of this declaration. MOTOR FUEL, PAGE 22 OF 24 5. Proposal Execution and County Acceptance of Proposal This agreement is between ASSOCIATED PETROLEUM PRODUCTS, INC [BIDDER'S FULL LEGAL NAME); 2320 MILWAUKEE WAY TACOMA, WA 98401 [BIDDER'S FLZL LEGAL ADDRESSJ, hereinafter referred to as CONTRACTOR, and JEFFERSON COUNTY, 1820 Jefferson Street, Port Townsend, WA 98368, the undersigned, hereinafter referred to as COUNTY. NN TNFSSETH: For good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto do agree as follows: This Agreement contains the entire agreement and understanding concerning the subject matter hereof between the parties and super seder and replaces all prior negotiations, proposed agreements and agreements, written or oral. Each of the parries hereto acknowledges that no other party bereto or any agent or attorney of such party has made any promise, expressed or implied, not contained in this Agreement to induce it to execute this Agreement. Each of the parties further acknowledges that it is not executing this Agreement in reliance on any promise, representation or warranty not contained in this Agreement: This Agreement is to be construed as if it were prepared and reviewed by both parties. Contractor hereby acknowledges having received this specification containing a full set of Contract Documents and Addendum Nos. 1 - 3 and affirms that Contractor shall be bound by all the terms and conditions contained in the Contract Documents, regardless of whether a complete set thereof is attached to this proposal or bid, except only to the extent that the bidder has taken express written exception thereto in the sections of this specification designated for that purpose. The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. County hereby accepts the foregoing bid items as identified in the proposal.. rN w'SFEREOF, the parties here -to have executed this Agreement to be effective on the date of its signing by the COUNTY. JEFFERSON COUNTY BOARD OF C MISSIONERS I I zASSOCIATED PETROLEUM PRODUCTS, INC Contractor's Name (Please print) David Sul van, Cha NICK SCHOENFELDER Name of Contractor's Representative (Please print) PRICING AND SUPPLY MANAGER Title of Contractor's R resentative's (Please print) Contrac or enta e's Signature (Sign) Phil Johnson, Commissioner Kathleen Kler, Commissioner &////5- 5115/2015 Q�JApproved as to form If m only / Date ii David.Alvarcz Date Deputy Prosecuting Attorney Proposals must be submitted with original signatures in the space provided. Proposals not properly signed will be rejected. Complete each blank line as applicable; otherwise enter the words "not applicable". MMR FVEL PAGE 23 0E 24 EXHIBIT "A" CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION The Vendor certifies to the best of its knowledge and belief, that it and its principals: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; 2. Have not within a 3 -year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or Agreement under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (2) of this certification; and 4. Have not within a 3 -year period preceding this Agreement had one or more public transactions (Federal, State, or local) terminated for cause or default. Where the Vendor is unable to certify to any of the statements in this certification, such Vendor shall attach an explanation. ASSOCIATED PETROLEUM PRODUCTS, INC Name of Vendor NICK SCHOENFELDER - PRICING AND SUPPLY MANAGER Name, and Title of At horiz d Representative Signature of Authorize Representative ❑ I am unable to certify to the above statement. An explanation is attached. MOTOR FUEL, PAGE 24 OF 24