HomeMy WebLinkAbout162-01 RESOLUTION• •
RESOLUTION NO. 162-0 ]
A RESOLUTION APPROVING A CONTRACT WITH MITCHELL
OIL COMPANY, INC. TO PROVIDE A FUELING FACILITY AND
GASOLINE AND DIESEL FUEL FOR CITY VEHICLES AND
EQUIPMENT.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council hereby approves a contract with Mitchell
Oil Company, Inc. to provide a fueling facility and gasoline and diesel fuel for
city vehicles and equipment. A copy of the contract is attached hereto marked
Exhibit "A" and made a part hereof.
Section 2. That the City Council authorizes the Mayor to sign such a
contract with Mitchell Oil Company, Inc.
PASSED and APPROVED this 4th day of December, 2001.
APPROVED:
By
EATHER WOODRUFF, ty Clerk
J/1
DAN COODY, Mad
•
NAME OF FILE:
CROSS REFERENCE:
Resolution No. 162-01
•
12/04/01
Resolution No. 162-01
12/04/01
Contract for Fleet Fuel Services with Mitchell Oil Company, Inc
10/10/01
Bid #01-54/Bid Information
12/04/01
Staff Review Form
12/06/01
Memo to W. A. Oestreich, Fleet Operations, from Heather Woodruff,
City Clerk
NOTES:
REs. /62-01
CONTRACT FOR FLEET FUEL SERVICES ORIGINAL
This Agreement is entered into on this 441 day of,hECEa,B 001 between the City of
Fayetteville, hereinafter known as the "City" and Mitchell Oil Company, Inc.,
hereinafter known as the "Vendor."
IN CONSIDERATION of the mutual covenants contained herein, the City and the
Vendor agree as follows:
City shall pay Vendor for services rendered as set forth in Vendor's Bid.
Charges will be invoiced to City at the end of each of Vendor's monthly
accounting periods based upon the Pricing Structure set forth in Vendor's
Response to the City's Request For Quotation submitted by Vendor on
October 22, 2001 and incorporated herein by reference as if set forth in its
entirety word for word. The charges invoiced to the City will be for
product delivered by Vendor during the preceding accounting period.
All invoices are due upon receipt and shall be paid by the City unless
disputed within ten (10) days of their receipt.
2. The documents which comprise this contract between City and the Vendor
consist of this contract and the following documents, which are
incorporated herein by reference as if set forth in its entirety word for
word:
a. Bid form identified as INVITATION TO BID issued October 10, 2001
for fleet fuel services;
b. Vendor's proposal and all supporting documents and correspondence
submitted by the Vendor in response to INVITATION TO BID issued
October 10, 2001.
3. Vendor shall furnish a certificate of insurance addressed to the City,
showing that he carries the following insurance which shall be
maintained throughout the term of the contract.
Workers Compensation Statutory Amount
Comprehensive General and Automobile Insurance
Bodily Injury Liability $300,000/person injured.
$500,000 for each accident.
Property Damage Liability $250,000 for each accident.
$500,000 aggregate
f
• 414.5. /6/-0/
4. These contract documents shall remain in full force and effect for a term
of one (1) year, after which they shall automatically renew for five (5)
additional one (1) year terms, unless the parties by mutual agreement,
choose to amend or terminate the agreement prior to the expiration of
the then current term.
5. Vendor agrees to make available all records related to Vendor's
performance under this contract for review by the City and City auditors
as requested. Vendor agrees to comply with the Arkansas Freedom of
Information Act as applicable.
6. Nothing herein shall be construed to alter, limit or otherwise compromise
that immunity afforded the City of Fayetteville under the Constitution
and Statutes of the State of Arkansas.
7. All notices required or permitted under this agreement shall be submitted
in writing to the other party in this agreement by certified mail, return
receipt requested, which notice shall be effective three (3) days after
deposit therein addressed to the following:
City of Fayetteville
Dan Coody, Mayor
113 West Mountain St.
Fayetteville, AR 72701
Mitchell Oil Company, Inc.
Stanley Rogers, President
1832 S. School
Fayetteville, AR 72701
8. Neither party may assign any of its rights or obligations under this
agreement, without the express written consent of the other. Nor shall
this agreement be construed to bestow any rights or benefits upon anyone
other than the Vendor and the City.
9. The parties agree and understand that this Agreement is exclusive of any
and all other agreements, and that it in no way alters, amends or abridges
any rights, obligations or duties of the parties contained in such
agre ments.
10. A waiver by either party of any of the terms or conditions herein shall be
limited to that particular instance, and shall not be construed as a general
waiver of any other breaches by either party.
11. These contract documents constitute the entire understanding of the
parties, and no modification or variation of the terms of these agreements
shall be valid unless made in writing and signed by the duly authorized
agents of the City and the Vendor.
2
•
•
12. Each paragraph of these contract documents is severable from all other
paragraphs. In the event any court of competent jurisdiction determines
that any paragraph or subparagraph is invalid or unenforceable for any
reason, all remaining paragraphs and subparagraphs will remain in full
force and effect
13. These contract documents shall be interpreted according to and enforced
under the laws of the State of Arkansas.
IN WITNESS WHEREOF, we have hereunto set our hands on the date first
written above.
Mitchell Oil Company, Inc.
Staley Ro ers, President
3
City of Fayetteville
Daft Coody, Mayor
Attested By:
1 11.4
.b/ 4
eather Woodruff,City`
Jf/3Adi
1
•
F estei. LEJ CITY OF FA FAYErIEV1LLE
Vin Nificetaila z o
Fayetteville, AR 72701
FLEET OPERATIONS
501-444-3494
INVITATION TO BID
BID #: 01-54 DATE ISSUED: October 10, 2001
DATE & TIME OF OPENING: October 22, 2001 - 11:00 A.M.
BUYER: Peggy Vice, Purchasing Manager, Room 306 - (501) 575-8289
DATE REQUIRED: As Listed below.
F.O.B.: Fayetteville, AR
ITEM:
DESCRIPTION: QTY. * PRICE:
PER ATTACHED SCHEDULE
EXECUTION OF BID - Upon signing this Bid, the bidder certifies that they have read
and agree to the requirements set forth in this bid proposal, including terms and
standard conditions, and pertinent information regarding the article being bid on.
Unsigned bids will be rejected.
*NAME OF FIRM: \-kkult (2' 69 I ,
*BUSINESS ADDRESS: Ig 3 2 SC.kinA
*CITY: c'C`"` *STATE: Ala— *ZIP: 7y- 0 3
*PHONE:ISD l) qi 2.- 2¢62 I *FAX: @:-D) (f 4 2- ' DNS
*AUTHORIZED SIGNATURE: k. L-h�
*TITLE: '9 21.S o swe—
PLEASE NOTE: ALL ITEMS MARKED * ARE CONSIDERED MANDATORY REQUIREMENTS
FOR CONSIDERATION OF BID. FAILURE TO COMPLETE THESE ITEMS MAY RESULT IN
REJECTION OF BID.
B
n
•
• •
THIS REQUEST FOR BID IS NOT TO BE CONSTRUED AS AN OFFER, A
CONTRACT, OR A COMMITMENT OF ANY KIND; NOR DOES IT COMMIT THE
CITY TO PAY ANY COSTS INCURRED BY THE BIDDER IN THE PREPARATION
OF THIS BID.
1. All bids shall be submitted on forms provided by the City with the item bid and the bid number stated
on the face of the sealed envelope. Bidders MUST provide the City with their bids signed by an
employee or officer having legal authority to submit bids on behalf of the bidder. The entire cost of
preparing and providing responses shall be bome by the bidder.
2. Bidders shall include all applicable local, state, and federal sales tax in this bid. The responsibility
of payment shall remain with the successful bidder. Tax amount MUST show as a separate item.
3. Bids received after the date and time set for receiving bids will NOT be considered. The City will
NOT be responsible for misdirected bids. Vendor should call the Purchasing Office at (501) 575-
8289 to insure receipt of their bid documents prior to opening date and time listed on the bid form.
4. The City reserves the right to accept or reject any or all bids, waive formalities in the bidding and
make a bid award deemed to be in the best interest of the City. The City shall be able to purchase
more or less than the quantity indicated subject to availability of funds.
5. Time is specifically made of the essence of this contract and failure to deliver on or before the time
specified in the contract may subject the contractor to the payment of damages.
6. All bid prices shall be FOB Pump Locations.
7. Any exceptions to the requirements of the City of Fayetteville MUST be noted on the Bid Fomi. If
products and/or components other than those described on this bid document are proposed, the
bidder must include complete descriptive literature and technical specifications. The City reserves
the right to request any additional information it deems necessary from any or all bidders after the
submission deadline.
BID # 01-54
BASIC PROPOSAL REQUIREMENTS
ITEM #1 UNLEADED GASOLINE
General Requirements are as follows for the fumishing of an accepted commercial
grade of a minimum 87 octane gasoline. The approximate usage rate is 150,000
Gallons annually.
Fuel is to be provided at a readily accessible location within the City Limits of the
City of Fayetteville which will allow unattended fueling on a 24 hour per day, 7 day
per week basis. Dispensing of fuel shall be controlled in a manner which will allow
the City of Fayetteville to utilize the currently issued fuel keys and Fuelpoint
(Gasboy). Installation of the Gasboy Control Head and reader will be provided by
the City. In addition, any required dedicated telephone service will be provided by
the City. Maintenance costs of the Gasboy and related equipment shall be the
responsibility of the City. Maintenance of the storage facility, tanks, and pumping
equipment shall be the responsibility of the vendor. The fueling facility shall be
• •
properly lighted and secured to prevent any unauthorized use of fuel. The facility
shall provide a traffic pattern which safely moves any/all types of motor vehicles
currently operated by the City without the necessity of backing. An alternate fueling
location shall be provided in the event of equipment failure to allow an
uninterrupted supply of fuel. The altemate location shall be maintained in a manner
consistent with the initial site. All storage tanks shall be tested on a regular basis
for moisture content with test results provided to the City. Maintenance of an
acceptable level shall be the responsibility of the vendor. Verification of fuel quality
and conformance to Accepted Commercial Grade shall be provided to the City
when requested. Responsibility to comply with all Federal, State and Local
Requirements regarding the storage facility shall remain with the vendor without
recourse to the City in the event of any violations.
ALL PRICING IS TO BE PER GALLON
1. Base Price per Gallon•
cn c,
This shall be based on
September 15, 2001
Verification Required
2. Source of Pricing Structure:
an average for the period of
through October', 2001.
3. Applicable Taxes: I 7 1 SO
4. Environmental Fees:
00 Zo
5. Handling Fees: , b a S O
6. Additional Fees:
• °ZSD
Explain: - I WplmQta Ma) 1tu Alk&a t VkTt •ii-ktizis,
Total Price Per Gallon:
7. Primary Fueling Location: 73 t S • nicrioa_h rke-%- VA .
8. Altemate Fueling Location: tY DID' l c Ye..Lat.,
ALL UPGRADE OR DOWNGRADE VARIATIONS/DEVIATIONS FROM THE
ABOVE LISTED REQUIREMENTS MUST BE CLEARLY ANNOTATED. IN THE
ABSENCE OF SUCH STATEMENTS THE BID SHALL BE ACCEPTED AS IN
3
STRICT COMPLIANCE WITH ALL TERMS AND CONDITIONS AND THE
SUPPLIER SHALL BE HELD LIABLE.
ITEM #2 DYED DIESEL FUEL
General Requirements are as follows for the fumishing of an accepted commercial
grade of #2 Diesel Fuel. The approximate usage rate is 180,000 Gallons annually.
Fuel is to be provided at a readily accessible location within the City Limits of the
City of Fayetteville which will allow unattended fueling on a 24 hour per day, 7 day
per week basis. Dispensing of fuel shall be controlled in a manner which will allow
the City of Fayetteville to utilize the currently issued fuel keys and Fuelpoint
(Gasboy). Installation of the Gasboy Control Head and reader will be provided by
the City. In addition, any required dedicated telephone service will be provided by
the City. Maintenance costs of the Gasboy and related equipment shall be the
responsibility of the City. Maintenance of the storage facility, tanks, and pumping
equipment shall be the responsibility of the vendor. The fueling facility shall be
properly lighted and secured to prevent any unauthorized use of fuel. The facility
shall provide a traffic pattern which safely moves any/all types of motor vehicles
currently operated by the City without the necessity of backing. An altemate fueling
location shall be provided in the event of equipment failure to allow an
uninterrupted supply of fuel. The altemate location shall be maintained in a manner
consistent with the initial site. All storage tanks shall be tested on a regular basis
for moisture content with test results provided to the City. Maintenance of an
acceptable level shall be the responsibility of the vendor. Verification of fuel quality
and conformance to Accepted Commercial Grade shall be provided to the City
when requested. Responsibility to comply with all Federal, State and Local
Requirements regarding the storage facility shall remain with the vendor without
recourse to the City in the event of any violations.
ALL PRICING IS TO BE PER GALLON
1. Base Price per Gallon. ' 411
This shall be based on an average for the period of
September 15, 2001 through October 1, 2001.
Verification Required
2. Source of Pricing Structure:
3. Applicable Taxes:9._S c f
4. Environmental Fees: bb 'L0
5. Handling Fees: . CYLS 0
6. Additional Fees: 026 0
4
•
• •
Explain: gettu5 Mip i ' "„"idin&^C,2-
Total Price Per Gallon:
7. Primary Fueling Location: 73( S. 2i^ -0 ruk- •
8. Altemate Fueling Location: (t"" It -
ALL
e -
ALL UPGRADE OR DOWNGRADE VARIATIONS/DEVIATIONS FROM THE
ABOVE LISTED REQUIREMENTS MUST BE CLEARLY ANNOTATED. IN THE
ABSENCE OF SUCH STATEMENTS THE BID SHALL BE ACCEPTED AS IN
STRICT COMPLIANCE WITH ALL TERMS AND CONDITIONS AND THE
SUPPLIER SHALL BE HELD LIABLE.
ITEM #3 DYED WINTER MIX DIESEL FUEL
General Requirements are as follows for the fumishing of an accepted commercial
grade of Dyed Winter Mix Diesel Fuel (75% #2 - 25% #1). The approximate usage
rate is 50,000 Gallons annually. Time frame for the use of this fuel will be at the
discretion of the City.
Fuel is to be provided at a readily accessible location within the City Limits of the
City of Fayetteville which will allow unattended fueling on a 24 hour per day, 7 day
per week basis. Dispensing of fuel shall be controlled in a manner which will allow
the City of Fayetteville to utilize the currently issued fuel keys and Fuelpoint
(Gasboy). Installation of the Gasboy Control Head and reader will be provided by
the City. In addition, any required dedicated telephone service will be provided by
the City. Maintenance costs of the Gasboy and related equipment shall be the
responsibility of the City. Maintenance of the storage facility, tanks, and pumping
equipment shall be the responsibility of the vendor. The fueling facility shall be
properly lighted and secured to prevent any unauthorized use of fuel. The facility
shall provide a traffic pattern which safely moves any/all types of motor vehicles
currently operated by the City without the necessity of backing. An altemate fueling
location shall be provided in the event of equipment failure to allow an
uninterrupted supply of fuel. The altemate location shall be maintained in a manner
consistent with the initial site. All storage tanks shall be tested on a regular basis
for moisture content with test results provided to the City. Maintenance of an
acceptable level shall be the responsibility of the vendor. Verification of fuel quality
and conformance to Accepted Commercial Grade shall be provided to the City
when requested. Responsibility to comply with all Federal, State and Local
Requirements regarding the storage facility shall remain with the vendor without
recourse to the City in the event of any violations.
5
•
•
•
ALL PRICING IS TO BE PER GALLON
1. Base Price per Gallon:
1 gab
This shall be based on
September 15, 2001
Verification Required
2. Source of Pricing Structure:
3. Applicable Taxes:
4. Environmental Fees:
5. Handling Fees:
an average for the period of
through October 1, 2001.
S,o.L4.S
Cjo2 v
0255o
6. Additional Fees: L
Explain: <q t.t: f MLA
Total Price Per Gallon:
7. Primary Fueling Location:
o2a! v
MCU( nChc1L L� (02%•
939(
73( S 2 2b k
Pa
8. Altemate Fueling Location:
(`lib'bi
ALL UPGRADE OR DOWNGRADE VARIATIONS/DEVIATIONS FROM THE
ABOVE LISTED REQUIREMENTS MUST BE CLEARLY ANNOTATED. IN THE
ABSENCE OF SUCH STATEMENTS THE BID SHALL BE ACCEPTED AS IN
STRICT COMPLIANCE WITH ALL TERMS AND CONDITIONS AND THE
SUPPLIER SHALL BE HELD LIABLE.
ITEM #4 ALTERNATE TO DYED WINTER MIX DIESEL FUEL
General Requirements are as follows for the fumishing of an accepted commercial
grade of an alternate to Dyed Winter Mix Diesel Fuel. This will consist of standard
dyed #2 Fuel with an accepted additive to prevent gel and wax in weather below
freezing. The approximate usage rate is 50,000 Gallons annually. Time frame for
the use of this fuel will be at the discretion of the City.
Fuel is to be provided at a readily accessible location within the City Limits of the
City of Fayetteville which will allow unattended fueling on a 24 hour per day, 7 day
6
•
• •
per week basis. Dispensing of fuel shall be controlled in a manner which will allow
the City of Fayetteville to utilize the currently issued fuel keys and Fuelpoint
(Gasboy). Installation of the Gasboy Control Head and reader will be provided by
the City. In addition, any required dedicated telephone service will be provided by
the City. Maintenance costs of the Gasboy and related equipment shall be the
responsibility of the City. Maintenance of the storage facility, tanks, and pumping
equipment shall be the responsibility of the vendor. The fueling facility shall be
properly lighted and secured to prevent any unauthorized use of fuel. The facility
shall provide a traffic pattem which safely moves any/all types of motor vehicles
currently operated by the City without the necessity of backing. An altemate fueling
location shall be provided in the event of equipment failure to allow an
uninterrupted supply of fuel. The altemate location shall be maintained in a manner
consistent with the initial site. All storage tanks shall be tested on a regular basis
for moisture content with test results provided to the City. Maintenance of an
acceptable level shall be the responsibility of the vendor. Verification of fuel quality
and conformance to Accepted Commercial Grade shall be provided to the City
when requested. Responsibility to comply with all Federal, State and Local
Requirements regarding the storage facility shall remain with the vendor without
recourse to the City in the event of any violations.
ALL PRICING IS TO BE PER GALLON
1. Base Price per Gallon: r P'7
This shall be based on an average for the period of
September 15, 2001 through Octoberl, 2001.
Verification Required
2. Source of Pricing Structure:
3. Applicable Taxes:
4. Environmental Fees:
. b020
5. Handling Fees:
6. Additional Fees:
Explain: ct1sc) e 1V>
Total Price Per Gallon:
1,1-6 utie4-
7. Primary Fueling Location: 73 ( 5. Y Gsarzva- a- /
7
•
8. Altemate Fueling Location:
•
Myh; 1 -tri
ALL UPGRADE OR DOWNGRADE VARIATIONS/DEVIATIONS FROM THE
ABOVE LISTED REQUIREMENTS MUST BE CLEARLY ANNOTATED. IN THE
ABSENCE OF SUCH STATEMENTS THE BID SHALL BE ACCEPTED AS IN
STRICT COMPLIANCE WITH ALL TERMS AND CONDITIONS AND THE
SUPPLIER SHALL BE HELD LIABLE.
Altemates will be considered provided when each Supplier clearly states on the face of his
proposal exactly the manner proposed to fumish the products required to comply with the needs
of the City and forwards necessary descriptive material which clearly indicates the product/method
proposed. All Bids are subject to Staff analysis. Fleet requirements, User Department/Division
requirements, site location, site condition, service availability and support capabilities will be
considered. Please direct all inquiries regarding this proposal to the City of Fayetteville, Attn: Fleet
Operations Superintendent, 1525 S. Happy Hollow Road, Fayetteville, AR 72701, 501-444-3494.
8
1
7
•
FAYET 1 EVILLE
STAFF REVIEW FO
AGENDA REQUEST XXXX
CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of December 4, 2001
FROM:
W.A.Oestreich
Name
ACTION REQUIRED:
Fleet Operations Public Works
Division Department
A RESOLUTION APPROVING A CONTRACT TO PURCHASE GASOLINE AND DIESEL FUEL FOR CITY OF
FAYETTEVILLE VEHICLES AND EQUIPMENT AND TO PROVIDE A FUELING FACILITY. THE VENDOR IS MITCHELL
OIL CO., INC., 1832 S. SCHOOL ST., FAYETTEVILLE, AR 72701, VENDOR #7900 (MAILING ADDRESS: P.C. BOX 1466,
FAYETTEVILLE, AR., 72702
COST TO CITY:
$ AS REQUIRED
Cast of this Request
9700-1910-5213.00
9700-1910-5213.01
Account Number
' N/A .
Project Number
$ AS APPROVED
Category/Project Budget
$ 0.00
Funds Used To Date
$ 0.00
Remaining Balance
NOT APPLICABLE
Category/Project Name
Vehicle Maintenance
Program Name
Shop
Fund
BU ' ET • EVIEW:
`Irl
n
XX Budgeted Item
BudJget Adjustment Attached
it jj //ATA3<264460A 2
m2)
Admi$$issative Services
rDirector
CONTRACTIGRANT/LEASE REVIEW:
STAFF RECOMMENDATION
///7io1
Dale
GRANTING AGENCY:
Date
Date
Date
Approval of Contract as listed above and attached hereto.
Division 13 .`�
Depenm Director
Adminces Director
it/
0
Mayor
Date
Date
Date
Cross Reference
New Item: Yes No
Prev Ord/Res ft:
Ong Contract Date:
s
F
FAYETTEVA,LE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
•
To: W. A. Oestreich, Fleet Operations
From: Heather Woodruff, City Clerk
Date: December 6, 2001
Please find attached a copy of Resolution No. 162-01 approving a contract with Mitchell Oil
Company, Inc. to provide a fueling facility and gasoline and diesel fuel for City vehicles and
equipment. The original will be microfilmed and filed with the City Clerk.
cc: Nancy Smith, Internal Audit
010 03
Update
Document
Reference
RES
Date
12042001
of Fayetteville
Index Maintenance
Action
. Taken Brief Description
MITCHELL OIL COMPANY, INC CONTRACT
23t
ik
Riff
Ref
162
•
12/11/2001
9:27:18
Enter Keywords
RES. 162-01
CONTRACT
MITCHELL OIL COMPANY, INC.
FUELING FACILITY
GASOLINE
bIESEL FUEL
CITY VEHICLES
EQUIPMENT
File Reference # • MICROFILM
Security Class •
Expiration Date
Date for Cont/Referred:
Name Referred to
Cmdl-Return CmdB-Retention
Cmd5-Abstract Yes No
Retention Type:
**** Active *WWW
Cmd4-Delete Cmd3-End Press 'ENTER' to Continue
(c) 1986-1992 Munimetrix Systems Corp.