Loading...
HomeMy WebLinkAboutStaff Report 8399 City of Palo Alto (ID # 8399) City Council Staff Report Report Type: Consent Calendar Meeting Date: 10/16/2017 City of Palo Alto Page 1 Summary Title: General Services for Fuel Contract Title: Approve and Authorize the City Manager to Execute a 5-year General Services Agreement With Valley Oil Company in an Amount Not-to-Exceed $3,256,164 for the Purchase of Unleaded and Diesel Fuels to Supply the City's Fleet From: City Manager Lead Department: Public Works Recommendation Staff recommends that Council approve and authorize the City Manager or his designee to execute a General Services Agreement in an amount not to exceed $3,256,164 with Valley Oil Company (Attachment A) for the purchase of unleaded and diesel fuels to supply the City’s fleet for a term of five years effective October 16, 2017; including a total of $500,124 for AB 398 price increases for the 5-year contract term, $29,380 annually for SB 1 price increases, $17,252 annually for Golf Course operations, and $53,899 annually for fluctuating fuel costs; subject to the annual appropriation of funds. Background On March 24, 2014, Council approved a three-year contract for the provision of automotive fuel from March 24, 2014 to March 24, 2017. Amendment One to the contract extended the term end date from March 24, 2017 to September 24, 2017, extended for six months per PAMC 2.30.280(b)(2). Assembly Bill 398 was approved in July 2017 to amend the California Global Warming Solutions Act of 2006 to take action on climate change and help fund the high-speed rail project. The bill will raise gas prices 63 cents a gallon by 2021, and per Legislative Council, Chapter 135, the bill is to take effect immediately as an urgency statute. City of Palo Alto Page 2 Senate Bill 1 was approved in April 2017 to fund transportation projects, including road and bridge repairs. SB 1 will increase unleaded fuel 12 cents per gallon, diesel fuel 20 cents per gallon, and diesel sales tax by 4% effective November 1, 2017. The City used 230K, 216K and 198K gallons of fuel (unleaded and diesel) in Fiscal Years 2015, 2016 and 2017, respectively. Other than the temporary closure of operations at the Palo Alto Golf Course due to construction in Fiscal Year 2017, reductions in fuel consumption have been attributed to the annual increase in Capital Improvement Program replacements of the City’s aging fleet with newer, more fuel-efficient vehicles/equipment. The actual cost of fuel fluctuates daily and is based on the Oil Price Information Service (OPIS) rate from the San Jose terminal. Discussion Approval of the proposed agreement will establish a new contract for fuel supply. Staff recommends a contract amount of $3,256,164 over 5 years based on the 198,461 gallons of fuel purchased in Fiscal Year 2017, with additional funding for anticipated increases in fuel costs resulting from increased fuel taxes under AB 398 and SB 1, and the re-opening of the golf course, and a contingency for fluctuations in market price and/or volume needed. The annual base fuel cost of $450,677 was derived using the OPIS rack rate of $2.0698 for unleaded, and $2.0375 for diesel as of September 1, 2017 (the day in which bids were received), plus taxes and delivery fees, multiplied by the total purchased gallons for each fuel type. The additional $500,124 for AB 398 is a total incremental increase that reaches its full price increase by the third year of this contract, adding $41,677 to the first year, $83,354 to the second year and capping at an increased cost of $125,031 per year for years three, four, and five. AB 398 adds 21 cents per gallon each year for three years, up to the third year when it caps at a 63 cent per gallon increase and remains for future years. City of Palo Alto Page 3 The annual amount of $29,380 is for SB 1 and $17,252 is for golf course operations, which is scheduled to re-open in November 2017 adding roughly 8,000 gallons per year to the purchase total, while a contingency of 10% of the first year’s total price is $269,495 for the 5-year contract. The first-year contract amount of $592,885 was determined by multiplying the number of gallons purchased in Fiscal Year 2017 by the current cost of fuel, adding delivery charges and appropriate taxes, then adding AB 398, SB1, 8,000 gallons at the golf course, and a contingency for fluctuations. The contingency amount is based on the first year amount only, and does not increase each year, as the contingency should not be applied to each year’s fuel cost or fuel tax increases due to the assembly/senate bills. The table below shows the calculation for each contract year. Base Cost Golf AB 398 SB1 Contingency Total 1st Year $450,677 $17,252 $41,677 $29,380 $53,899 $592,885 2nd Year $450,677 $17,252 $83,354 $29,380 $53,899 $634,562 3rd Year $450,677 $17,252 $125,031 $29,380 $53,899 $676,239 4th Year $450,677 $17,252 $125,031 $29,380 $53,899 $676,239 5th Year $450,677 $17,252 $125,031 $29,380 $53,899 $676,239 5 Year Contract Total $3,256,164 Staff will continue to explore opportunities to reduce fuel consumption. Bidding and Selection Process A Request for Quotation (RFQ) to Supply Unleaded and Diesel Fuel to 6 City Locations was issued on August 17, 2017. Bids were received from six qualified vendors on September 1, 2017. Since all bidders used the same fuel cost, the only variable in these bids was the delivery charges, bidders were instructed to provide delivery costs to each of the City of Palo Alto Page 4 six locations identified in the RFQ. Delivery costs are summarized in Attachment B. The cost of fuel plus delivery, without taxes, resulted in proposals ranging from $412,342 to $436,315. Staff has reviewed all bids submitted and recommends that the bid submitted by Valley Oil Company be accepted and that Valley Oil Company be declared the lowest responsible bidder. Staff has checked references supplied by the vendor for current contracts in place with three other agencies and found no complaints. Resource Impact Funding for this contract is included in the FY 2018 Vehicle Replacement Fund operating budget with subsequent years subject to Council’s approval of each fiscal year’s budget. Policy Implications Authorization of this agreement does not represent a change to any existing policy. Environmental Review Approval of the fuel supply contract is not a project subject to review under the California Environmental Quality Act (CEQA). The purchase of supplies is a continuing administrative activity which is excluded from the definition of a project under CEQA Guidelines Section 15378(b)(2). Attachments:  Attachment A - Contract  Attachment B - Bid Summary Attachment A 1 City of Palo Alto General Services Agreement Rev. April 27, 2016 CITY OF PALO ALTO CONTRACT NO. C18169635 GENERAL SERVICES AGREEMENT THIS AGREEMENT made and entered into on the 9th day of OCTOBER, 2017, by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and VALLEY OIL COMPANY, a California Corporation, located at 785 Yuba Dr. Mountain View, Ca 94041, Telephone Number: 650.967.2253 (“CONTRACTOR”). In consideration of their mutual covenants, the parties hereto agree as follows: 1. SERVICES. CONTRACTOR shall provide or furnish the services (the “Services”) described in the Scope of Services, attached at Exhibit A. 2. EXHIBITS. The following exhibits are attached to and made a part of this Agreement: “A” - Scope of Services “A-1” – On-Call Task Order (Optional) “B” - Schedule of Performance “C” – Schedule of Fees “D” - Insurance Requirements “E” - Performance and/or Payment Bond “F” - Liquidated Damages (Optional) CONTRACT IS NOT COMPLETE UNLESS ALL INDICATED EXHIBITS ARE ATTACHED. 3. TERM. The term of this Agreement is from October 9, 2017to October 8, 2022 inclusive, subject to the provisions of Sections Q and V of the General Terms and Conditions. 4. SCHEDULE OF PERFORMANCE. CONTRACTOR shall complete the Services within the term of this Agreement in a reasonably prompt and timely manner based upon the circumstances and direction communicated to CONTRACTOR, and if applicable, in accordance with the schedule set forth in the Schedule of Performance, attached at Exhibit B. Time is of the essence in this Agreement. 5. COMPENSATION FOR ORIGINAL TERM. CITY shall pay and CONTRACTOR agrees to accept as not-to-exceed compensation for the full performance of the Services and reimbursable expenses, if any: The total maximum lump sum compensation of dollars ($ ); Attachment A 2 City of Palo Alto General Services Agreement Rev. April 27, 2016 OR The sum of dollars ($ ) per hour, not to exceed a total maximum compensation amount of dollars ($ ); OR A sum calculated in accordance with the fee schedule set forth at Exhibit C, not to exceed a total maximum compensation amount of three million two hundred fifty-six thousand one hundred sixty-four dollars ($3,256,164). CONTRACTOR agrees that it can perform the Services for an amount not to exceed the total maximum compensation set forth above. Any hours worked or services performed by CONTRACTOR for which payment would result in a total exceeding the maximum amount of compensation set forth above for performance of the Services shall be at no cost to CITY. CITY has set aside the sum of two hundred sixty-nine thousand four hundred ninety-five ($269,495) for Additional Services. CONTRACTOR shall provide Additional Services only by advanced, written authorization from the City Manager or designee. CONTRACTOR, at the CITY’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONTRACTOR’s proposed maximum compensation, including reimbursable expense, for such services. Compensation shall be based on the hourly rates set forth above or in Exhibit C (whichever is applicable), or if such rates are not applicable, a negotiated lump sum. CITY shall not authorize and CONTRACTOR shall not perform any Additional Services for which payment would exceed the amount set forth above for Additional Services. Payment for Additional Services is subject to all requirements and restrictions in this Agreement. 6. COMPENSATION DURING ADDITIONAL TERMS. CONTRACTOR’S compensation rates for each additional term shall be the same as the original term; OR CONTRACTOR’s compensation rates shall be adjusted effective on the commencement of each Additional Term. The lump sum compensation amount, hourly rates, or fees, whichever is applicable as set forth in section 5 above, shall be adjusted by a percentage equal to the change in the Consumer Price Index for Urban Wage Earners and Clerical Workers for the San Francisco-Oakland- San Jose area, published by the United States Department of Labor Statistics (CPI) which is published most immediately preceding the commencement of the applicable Additional Attachment A 3 City of Palo Alto General Services Agreement Rev. April 27, 2016 Term, which shall be compared with the CPI published most immediately preceding the commencement date of the then expiring term. Notwithstanding the foregoing, in no event shall CONTRACTOR’s compensation rates be increased by an amount exceeding five percent of the rates effective during the immediately preceding term. Any adjustment to CONTRACTOR’s compensation rates shall be reflected in a written amendment to this Agreement. 7. INVOICING. Send all invoices to CITY, Attention: Project Manager. The Project Manager is: Danitra Bahlman, Dept.: Public Works, Equipment Management Division, Telephone: 650-496-5920. Invoices shall be submitted in arrears for Services performed. Invoices shall not be submitted more frequently than monthly. Invoices shall provide a detailed statement of Services performed during the invoice period and are subject to verification by CITY. CITY shall pay the undisputed amount of invoices within 30 days of receipt. GENERAL TERMS AND CONDITIONS A. ACCEPTANCE. CONTRACTOR accepts and agrees to all terms and conditions of this Agreement. This Agreement includes and is limited to the terms and conditions set forth in sections 1 through 7 above, these general terms and conditions and the attached exhibits. B. QUALIFICATIONS. CONTRACTOR represents and warrants that it has the expertise and qualifications to complete the services described in Section 1 of this Agreement, entitled “SERVICES,” and that every individual charged with the performance of the services under this Agreement has sufficient skill and experience and is duly licensed or certified, to the extent such licensing or certification is required by law, to perform the Services. CITY expressly relies on CONTRACTOR’s representations regarding its skills, knowledge, and certifications. CONTRACTOR shall perform all work in accordance with generally accepted business practices and performance standards of the industry, including all federal, state, and local operation and safety regulations. C. INDEPENDENT CONTRACTOR. It is understood and agreed that in the performance of this Agreement, CONTRACTOR and any person employed by CONTRACTOR shall at all times be considered an independent CONTRACTOR and not an agent or employee of CITY. CONTRACTOR shall be responsible for employing or engaging all persons necessary to complete the work required under this Agreement. D. SUBCONTRACTORS. CONTRACTOR may not use subcontractors to perform any Services under this Agreement unless CONTRACTOR obtains prior written Attachment A 4 City of Palo Alto General Services Agreement Rev. April 27, 2016 consent of CITY. CONTRACTOR shall be solely responsible for directing the work of approved subcontractors and for any compensation due to subcontractors. E. TAXES AND CHARGES. CONTRACTOR shall be responsible for payment of all taxes, fees, contributions or charges applicable to the conduct of CONTRACTOR’s business. F. COMPLIANCE WITH LAWS. CONTRACTOR shall in the performance of the Services comply with all applicable federal, state and local laws, ordinances, regulations, and orders. G. PALO ALTO MINIMUM WAGE ORDINANCE. CONTRACTOR shall comply with all requirements of the Palo Alto Municipal Code Chapter 4.62 (Citywide Minimum Wage), as it may be amended from time to time. In particular, for any employee otherwise entitled to the State minimum wage, who performs at least two (2) hours of work in a calendar week within the geographic boundaries of the City, CONTRACTOR shall pay such employees no less than the minimum wage set forth in Palo Alto Municipal Code section 4.62.030 for each hour worked within the geographic boundaries of the City of Palo Alto. In addition, CONTRACTOR shall post notices regarding the Palo Alto Minimum Wage Ordinance in accordance with Palo Alto Municipal Code section 4.62.060. H. DAMAGE TO PUBLIC OR PRIVATE PROPERTY. CONTRACTOR shall, at its sole expense, repair in kind, or as the City Manager or designee shall direct, any damage to public or private property that occurs in connection with CONTRACTOR’s performance of the Services. CITY may decline to approve and may withhold payment in whole or in part to such extent as may be necessary to protect CITY from loss because of defective work not remedied or other damage to the CITY occurring in connection with CONTRACTOR’s performance of the Services. CITY shall submit written documentation in support of such withholding upon CONTRACTOR’s request. When the grounds described above are removed, payment shall be made for amounts withheld because of them. I. WARRANTIES. CONTRACTOR expressly warrants that all services provided under this Agreement shall be performed in a professional and workmanlike manner in accordance with generally accepted business practices and performance standards of the industry and the requirements of this Agreement. CONTRACTOR expressly warrants that all materials, goods and equipment provided by CONTRACTOR under this Agreement shall be fit for the particular purpose intended, shall be free from defects, and shall conform to the requirements of this Agreement. CONTRACTOR agrees to promptly replace or correct any material or service not in compliance with these warranties, including incomplete, inaccurate, or defective material or service, at no further cost to CITY. The warranties set forth in this section shall be in effect for a period Attachment A 5 City of Palo Alto General Services Agreement Rev. April 27, 2016 of one year from completion of the Services and shall survive the completion of the Services or termination of this Agreement. J. MONITORING OF SERVICES. CITY may monitor the Services performed under this Agreement to determine whether CONTRACTOR’s work is completed in a satisfactory manner and complies with the provisions of this Agreement. K. CITY’S PROPERTY. Any reports, information, data or other material (including copyright interests) developed, collected, assembled, prepared, or caused to be prepared under this Agreement will become the property of CITY without restriction or limitation upon their use and will not be made available to any individual or organization by CONTRACTOR or its subcontractors, if any, without the prior written approval of the City Manager. L. AUDITS. CONTRACTOR agrees to permit CITY and its authorized representatives to audit, at any reasonable time during the term of this Agreement and for three (3) years from the date of final payment, CONTRACTOR’s records pertaining to matters covered by this Agreement. CONTRACTOR agrees to maintain accurate books and records in accordance with generally accepted accounting principles for at least three (3) following the terms of this Agreement. M. NO IMPLIED WAIVER. No payment, partial payment, acceptance, or partial acceptance by CITY shall operate as a waiver on the part of CITY of any of its rights under this Agreement. N. INSURANCE. CONTRACTOR, at its sole cost, shall purchase and maintain in full force during the term of this Agreement, the insurance coverage described at Exhibit D. Insurance must be provided by companies with a Best’s Key Rating of A-:VII or higher and which are otherwise acceptable to CITY’s Risk Manager. The Risk Manager must approve deductibles and self-insured retentions. In addition, all policies, endorsements, certificates and/or binders are subject to approval by the Risk Manager as to form and content. CONTRACTOR shall obtain a policy endorsement naming the City of Palo Alto as an additional insured under any general liability or automobile policy. CONTRACTOR shall obtain an endorsement stating that the insurance is primary coverage and will not be canceled or materially reduced in coverage or limits until after providing 30 days prior written notice of the cancellation or modification to the Risk Manager. CONTRACTOR shall provide certificates of such policies or other evidence of coverage satisfactory to the Risk Manager, together with the required endorsements and evidence of payment of premiums, to CITY concurrently with the execution of this Agreement and shall throughout the term of this Agreement provide current certificates evidencing the required insurance coverages and endorsements to the Risk Manager. CONTRACTOR shall include all subcontractors as insured under its policies or shall obtain and provide to CITY Attachment A 6 City of Palo Alto General Services Agreement Rev. April 27, 2016 separate certificates and endorsements for each subcontractor that meet all the requirements of this section. The procuring of such required policies of insurance shall not operate to limit CONTRACTOR’s liability or obligation to indemnify CITY under this Agreement. O. HOLD HARMLESS. To the fullest extent permitted by law and without limitation by the provisions of section M relating to insurance, CONTRACTOR shall indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents from and against any and all demands, claims, injuries, losses, or liabilities of any nature, including death or injury to any person, property damage or any other loss and including without limitation all damages, penalties, fines and judgments, associated investigation and administrative expenses and defense costs, including, but not limited to reasonable attorney’s fees, courts costs and costs of alternative dispute resolution), arising out of, or resulting in any way from or in connection with the performance of this Agreement. CONTRACTOR’s obligations under this Section apply regardless of whether or not a liability is caused or contributed to by any negligent (passive or active) act or omission of CITY, except that CONTRACTOR shall not be obligated to indemnify for liability arising from the sole negligence or willful misconduct of CITY. The acceptance of the Services by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section survive the completion of the Services or termination of this Agreement. P. NON-DISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONTRACTOR certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONTRACTOR acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. Q. WORKERS' COMPENSATION. CONTRACTOR, by executing this Agreement, certifies that it is aware of the provisions of the Labor Code of the State of California which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing and during the performance of the Services. R. TERMINATION. The City Manager may terminate this Agreement without cause by giving ten (10) days’ prior written notice thereof to CONTRACTOR. If CONTRACTOR fails to perform any of its material obligations under this Attachment A 7 City of Palo Alto General Services Agreement Rev. April 27, 2016 Agreement, in addition to all other remedies provided by law, the City Manager may terminate this Agreement immediately upon written notice of termination. Upon receipt of such notice of termination, CONTRACTOR shall immediately discontinue performance. CITY shall pay CONTRACTOR for services satisfactorily performed up to the effective date of termination. If the termination if for cause, CITY may deduct from such payment the amount of actual damage, if any, sustained by CITY due to CONTRACTOR’s failure to perform its material obligations under this Agreement. Upon termination, CONTRACTOR shall immediately deliver to the City Manager any and all copies of studies, sketches, drawings, computations, and other material or products, whether or not completed, prepared by CONTRACTOR or given to CONTRACTOR, in connection with this Agreement. Such materials shall become the property of CITY. S. ASSIGNMENTS/CHANGES. This Agreement binds the parties and their successors and assigns to all covenants of this Agreement. This Agreement shall not be assigned or transferred without the prior written consent of CITY. No amendments, changes or variations of any kind are authorized without the written consent of CITY. T. CONFLICT OF INTEREST. In accepting this Agreement, CONTRACTOR covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of this Contract. CONTRACTOR further covenants that, in the performance of this Contract, it will not employ any person having such an interest. CONTRACTOR certifies that no CITY Officer, employee, or authorized representative has any financial interest in the business of CONTRACTOR and that no person associated with CONTRACTOR has any interest, direct or indirect, which could conflict with the faithful performance of this Contract. CONTRACTOR agrees to advise CITY if any conflict arises. U. GOVERNING LAW. This contract shall be governed and interpreted by the laws of the State of California. V. ENTIRE AGREEMENT. This Agreement, including all exhibits, represents the entire agreement between the parties with respect to the services that may be the subject of this Agreement. Any variance in the exhibits does not affect the validity of the Agreement and the Agreement itself controls over any conflicting provisions in the exhibits. This Agreement supersedes all prior agreements, representations, statements, negotiations and undertakings whether oral or written. W. NON-APPROPRIATION. This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in Attachment A 8 City of Palo Alto General Services Agreement Rev. April 27, 2016 the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. X. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONTRACTOR shall comply with CITY’s Environmentally Preferred Purchasing policies which are available at CITY’s Purchasing Division, which are incorporated by reference and may be amended from time to time. CONTRACTOR shall comply with waste reduction, reuse, recycling and disposal requirements of CITY’s Zero Waste Program. Zero Waste best practices include first minimizing and reducing waste; second, reusing waste and third, recycling or composting waste. In particular, CONTRACTOR shall comply with the following zero waste requirements:  All printed materials provided by CONTRACTOR to CITY generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double- sided and printed on a minimum of 30% or greater post-consumer content paper, unless otherwise approved by CITY’s Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of 30% or greater post-consumer material and printed with vegetable based inks.  Goods purchased by Contractor on behalf of CITY shall be purchased in accordance with CITY’s Environmental Purchasing Policy including, but not limited to, Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing Division’s office.  Reusable/returnable pallets shall be taken back by CONTRCATOR, at no additional cost to CITY, for reuse or recycling. CONTRACTOR shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed. Y. AUTHORITY. The individual(s) executing this Agreement on behalf of the parties represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities. Z. PREVAILING WAGES This Project is not subject to prevailing wages. Contractor is not required to pay prevailing wages in the performance and implementation of the Project in accordance with SB 7, if the contract is not a public works contract, if contract does not include a public works construction project of more than $25,000, or Attachment A 9 City of Palo Alto General Services Agreement Rev. April 27, 2016 the contract does not include a public works alteration, demolition, repair, or maintenance (collectively, ‘improvement’) project of more than $15,000. OR Contractor is required to pay general prevailing wages as defined in Subchapter 3, Title 8 of the California Code of Regulations and Section 16000 et seq. and Section 1773.1 of the California Labor Code. Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the City Council has obtained the general prevailing rate of per diem wages and the general rate for holiday and overtime work in this locality for each craft, classification, or type of worker needed to execute the contract for this Project from the Director of the Department of Industrial Relations (“DIR”). Copies of these rates may be obtained at the Purchasing Division’s office of the City of Palo Alto. Contractor shall provide a copy of prevailing wage rates to any staff or subcontractor hired, and shall pay the adopted prevailing wage rates as a minimum. Contractor shall comply with the provisions of all sections, including, but not limited to, Sections 1775, 1776, 1777.5, 1782, 1810, and 1813, of the Labor Code pertaining to prevailing wages. AA. DIR REGISTRATION. In regard to any public work construction, alteration, demolition, repair or maintenance work, CITY will not accept a bid proposal from or enter into this Agreement with CONTRACTOR without proof that CONTRACTOR and its listed subcontractors are registered with the California Department of Industrial Relations (“DIR”) to perform public work, subject to limited exceptions. City requires CONTRACTOR and its listed subcontractors to comply with the requirements of SB 854. CITY provides notice to CONTRACTOR of the requirements of California Labor Code section 1771.1(a), which reads: “A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded.” CITY gives notice to CONTRACTOR and its listed subcontractors that CONTRCATOR is required to post all job site notices prescribed by law or Attachment A 10 City of Palo Alto General Services Agreement Rev. April 27, 2016 regulation and CONTRACTOR is subject to SB 854-compliance monitoring and enforcement by DIR. CITY requires CONTRACTOR and its listed subcontractors to comply with the requirements of Labor Code section 1776, including: Keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by, respectively, CONTRACTOR and its listed subcontractors, in connection with the Project. The payroll records shall be verified as true and correct and shall be certified and made available for inspection at all reasonable hours at the principal office of CONTRACTOR and its listed subcontractors, respectively. At the request of CITY, acting by its project manager, CONTRACTOR and its listed subcontractors shall make the certified payroll records available for inspection or furnished upon request to the project manager within ten (10) days of receipt of CITY’s request. [For state- and federally-funded projects] CITY requests CONTRACTOR and its listed subcontractors to submit the certified payroll records to the project manager at the end of each week during the Project. If the certified payroll records are not produced to the project manager within the 10-day period, then CONTRACTOR and its listed subcontractors shall be subject to a penalty of one hundred dollars ($100.00) per calendar day, or portion thereof, for each worker, and CITY shall withhold the sum total of penalties from the progress payment(s) then due and payable to CONTRACTOR. Inform the project manager of the location of CONTRACTOR’s and its listed subcontractors’ payroll records (street address, city and county) at the commencement of the Project, and also provide notice to the project manager within five (5) business days of any change of location of those payroll records. BB. CONTRACT TERMS. All unchecked boxes do not apply to this Agreement. In the case of any conflict between the terms of this Agreement and the exhibits hereto or CONTRACTOR’s proposal (if any), the Agreement shall control. In the case of any conflict between the exhibits hereto and CONTRACTOR’s proposal, the exhibits shall control. Attachment A 11 City of Palo Alto General Services Agreement Rev. April 27, 2016 IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. CITY OF PALO ALTO Ed Shikada for James Keene APPROVED AS TO FORM: VALLEY OIL COMPANY Officer 1 Officer 2 (Required for Corp. or LLC) Attachment A 12 City of Palo Alto General Services Agreement Rev. April 27, 2016 EXHIBIT A SCOPE OF SERVICES Valley Oil Company will furnish and deliver diesel fuel and unleaded fuel to six (6) fuel sites located throughout the City of Palo Alto. These sites, along with tank sizes and estimated annual usage are shown on Table 1 of this Exhibit A. 1. PRODUCT AVAILABILITY Valley Oil Company’s inventory must be of sufficient size and variety to offer delivery of all products, 7 days a week, with 24-hour notice by the City. Since the continuous operation of the City’s vehicle and equipment fleet is important and sometimes of an emergency nature, it is necessary that Valley Oil Company be in a position to render prompt support. Emergency fueling may be requested for the six listed locations and others throughout the City, and will require same day delivery. 2. ORDERING AND DELIVERY a. General. The City of Palo Alto requires ordering and delivery of fuel for six (6) fuel site locations, as indicated in Table 1 of this Exhibit A and in Exhibit C. Tank sizes and estimated delivery frequencies for all sites are shown in Table 1 below. b. Site 1. Bulk (500 gallons or more) deliveries are required for site 1. These deliveries are commonly referred to as “tank and trailer loads.” Three underground tanks (2 for diesel and 1 for gasoline) are installed at this site. c. Location of Tanks. Fuel sites 2 and 3 listed above, have aboveground tanks. The remaining sites (1, 4, 5, 6) have underground tanks. d. Non-bulk deliveries for sites other than site 1. Non-bulk (less than 500 gallons) deliveries will be required for sites 2, 3, 4, 5 and 6. e. As-needed orders – 24 hours’ notice. City will generally order fuel for sites 1, 2, 3, 5, and 6 on an as-needed basis, with 24-hours advance notice. Valley Oil Company shall accept City’s fuel orders and deliver the requested amount of fuel to the identified fuel site within 24 hours of the City’s placement of the order. f. Site 4 – delivery frequency. Valley Oil Company shall make fuel deliveries to site 4 every Monday (regardless of tank levels), unless the weekly delivery is cancelled by City. For any City holidays falling on a Monday, the deliveries will take place the following day (Tuesday). Site 4 will commonly require additional “as needed” deliveries, with 24-hours advance notice. Valley Oil Company shall fulfill City’s as- needed orders within 24 hours of City’s placement of the order. g. Timing of deliveries. Deliveries are to be made to all sites between 9:00 AM and 2:00 PM, Monday through Friday, except in case of emergency. Attachment A 13 City of Palo Alto General Services Agreement Rev. April 27, 2016 3. SPILL CLEANUP Valley Oil Company must supply an action plan for spill clean-up. Valley Oil Company shall submit this plan with the City’s Equipment Management Division within one (1) week of contract award for City’s review and approval. All drivers for Valley Oil Company must carry equipment to cleanup any spills of five (5) gallons or less. Valley Oil Company shall report all spills to a City Equipment Management Division representative immediately, following the cleanup. Drivers must be familiar with each fuel site, and the monitoring equipment (generally Veeder-Root TLS-300 units) that is installed there. 4. SPECIFICATIONS Unleaded Gasoline All sites: 87 octane, MTBE based Diesel Fuel All sites: Red dyed #2, California Air Resources Board (CARB) rated for combined on/off-highway use. Diesel Fuel All sites: *Renewable, Red dyed #2, California Air Resources Board (CARB) rated for combined on/off-highway use. *The City currently does not use renewable diesel fuel and may or may not decide to use renewable diesel fuel in the future. However, should City decide to use renewable diesel fuel, Valley Oil Company shall supply it upon request. 5. DELIVERY RECEIPTS, INVOICING & PAYMENT a. Delivery Receipts. Valley Oil Company shall send delivery receipts for all sites via EMAIL to danitra.bahlman@cityofpaloalto.org and david.andel@cityofpaloalto.org of the City’s Equipment Management Division offices, on the date of delivery. The fuel site location must be noted on the delivery receipt. b. Invoicing. Invoices shall be submitted in accordance with Section 7 of this Agreement. Invoices shall include all applicable federal, state and local taxes, import duties, commissions, or other charges. The fuel site location must be noted on the invoice. c. OPIS Reports. Valley Oil Company must also send the OPIS report every morning via email to danitra.bahlman@cityofpaloalto.org and david.andel@cityofpaloalto.org. Attachment A 14 City of Palo Alto General Services Agreement Rev. April 27, 2016 d. PAYMENT TERMS: City of Palo Alto’s Payment terms for this contract will be: N30 Sales tax rate for the City of Palo Alto is 9.00%. TABLE 1 Fuel Site Unleaded Gasoline Diesel Fuel Nr Name/Address Tank Size 12-Month Usage1 Deliveries per year1 Tank Size 12-Month Usage1 Deliveries per year1 1 Municipal Services Center 3201 East Bayshore Road 15,000 92,500 18 15,000 and 5,000 43,000 36 2 Golf Course 1875 Embarcadero Road 1,000 600 1 1,000 150 1 3 Foothills Park3 3300 Page Mill Road 250 2,300 14 500 750 2 4 Fire Station #1 (University Park) 301 Alma Street 1,000 30,000 66 1,000 8,700 32 5 Fire Station #2 (Mayfield) 2675 Hanover Street 1,000 7,400 21 1,000 9,600 23 6 Fire Station #4 (Mitchell Park) 3600 Middlefield Road 1,000 440 2 1,000 3,100 8 Total for all Locations 19,250 133,240 122 24,500 65,300 102 Note: Above fuel usage numbers are taken from previous 12-month period (July 1, 2016 – June 30, 2017) and are provided for illustrative purposes. Annual fuel requirements during the term of this Agreement may vary. Attachment A 15 City of Palo Alto General Services Agreement Rev. April 27, 2016 EXHIBIT B SCHEDULE OF PERFORMANCE CONTRACTOR shall perform the Services according to the following schedule: Site 4: Valley Oil Company shall make fuel deliveries to site 4 every Monday (regardless of tank levels), unless the weekly delivery is cancelled by City. For any City holidays falling on a Monday, the deliveries will take place the following day (Tuesday). Site 4 will commonly require additional “as needed” deliveries, with 24-hours advance notice. Valley Oil Company shall fulfill City’s as-needed orders within 24 hours of City’s placement of the order. Sites 1, 2, 3, 5, 6: Valley Oil Company shall accept City’s fuel orders and deliver the requested amount of fuel to the identified fuel site within 24 hours of the City’s placement of the order. Attachment A 16 City of Palo Alto General Services Agreement Rev. April 27, 2016 EXHIBIT C SCHEDULE OF FEES Compensation based upon fee schedule CITY shall pay CONTRACTOR according to the following rate schedule. The maximum amount of compensation to be paid to CONTRACTOR, including both payment for services and reimbursable expenses, shall not exceed the amounts set forth in Sections 5 and 6 of the Agreement. Any services provided or hours worked for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to CITY. PRICING Pricing for unleaded and diesel will be at the cost per gallon using the OPIS Lowest Daily Terminal Price at the San Jose, California fueling terminal, and will include delivery at the per gallon rates specified per site and per fuel type in the table below. Pricing for renewable diesel will be at the cost per gallon using the OPIS Lowest Daily Terminal Price at the San Francisco, California fueling terminal, and will include delivery at the per gallon rates specified per site and per fuel type in the table below. Fuel price will directly correspond to the OPIS rate referenced above. Delivery rates will remain fixed for the term of the Agreement. RATE SCHEDULE – DELIVERY SCHEDULE PER FUEL SITE Fuel Site Unleaded Fuel Price Per Gallon Diesel Fuel Price Per Gallon Renewable Diesel Fuel Price Per Gallon Delivery price of gasoline and diesel fuel per site is as follows: Over Daily Terminal Price as per specifications Nr Name/Address 1 Municipal Services Center 3201 East Bayshore Road $.005 $.005 $.039 2 Golf Course 1875 Embarcadero Road $.045 $.045 $.089 Attachment A 17 City of Palo Alto General Services Agreement Rev. April 27, 2016 Fuel Site Unleaded Fuel Price Per Gallon Diesel Fuel Price Per Gallon Renewable Diesel Fuel Price Per Gallon 3 Foothills Park 3300 Page Mill Road $.045 $.045 $.089 4 Fire Station #1 (University Park) 301 Alma Street $.045 $.045 $.089 5 Fire Station #2 (Mayfield) 2675 Hanover Street $.045 $.045 $.089 6 Fire Station #4 (Mitchell Park) 3600 Middlefield Road $.045 $.045 $.089 Notice required for delivery (hours): 24 Hours Attachment A 18 City of Palo Alto General Services Agreement Rev. April 27, 2016 EXHIBIT D INSURANCE REQUIREMENTS CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST’S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW: REQUIRED TYPE OF COVERAGE REQUIREMENT MINIMUM LIMITS EACH OCCURRENCE AGGREGATE YES YES WORKER’S COMPENSATION EMPLOYER’S LIABILITY STATUTORY STATUTORY YES GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABILITY BODILY INJURY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED. $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES AUTOMOBILE LIABILITY, INCLUDING ALL OWNED, HIRED, NON-OWNED BODILY INJURY - EACH PERSON - EACH OCCURRENCE PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE, COMBINED $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 NO PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE ALL DAMAGES $1,000,000 YES THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND ITS SUBCONSULTANTS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES. I. INSURANCE COVERAGE MUST INCLUDE: A. A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND B. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY. C. DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR APPROVAL. II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE AT THE FOLLOWING URL: https://www.planetbids.com/portal/portal.cfm?CompanyID=25569. III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO “ADDITIONAL INSUREDS” Attachment A 19 City of Palo Alto General Services Agreement Rev. April 27, 2016 A. PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS 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 INSUREDS. B. CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C. NOTICE OF CANCELLATION 1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE CONTRACTOR SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON- PAYMENT OF PREMIUM, THE CONTRACTOR SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. Vendors are required to file their evidence of insurance and any other related notices with the City of Palo Alto at the following URL: https://www.planetbids.com/portal/portal.cfm?CompanyID=25569 OR http://www.cityofpaloalto.org/gov/depts/asd/planet_bids_how_to.asp Attachment B Bid Summary BIDDERS: VALLEY OIL GOLDEN GATE WESTERN STATES Fuel Site Unleaded Diesel Unleaded Diesel Unleaded Diesel Fuel Price Per Gallon Municipal Services Center 3201 East Bayshore Road 0.005 0.005 0.0212 0.0276 0.01875 0.029 Golf Course 1875 Embarcadero Road 0.045 0.045 0.14 0.14 0.14375 0.13375 Foothills Park 3300 Page Mill Road 0.045 0.045 0.20 0.20 0.14375 0.13375 Fire Station #1 (University Park) 301 Alma Street 0.045 0.045 0.12 0.14 0.14375 0.13375 Fire Station #2 (Mayfield) 2675 Hanover Street 0.045 0.045 0.16 0.16 0.14375 0.13375 Fire Station #4 (Mitchell Park) 3600 Middlefield Road 0.045 0.045 0.16 0.16 0.14375 0.13375 Attachment B Bid Summary BIDDERS: MANSFIELD SOUTHERN COUNTIES MERRIMAC Fuel Site Unleaded Diesel Unleaded Diesel Unleaded Diesel Fuel Price Per Gallon Municipal Services Center 3201 East Bayshore Road 0.0308 0.0338 0.0406 0.0365 -.062 0.00 Golf Course 1875 Embarcadero Road 0.3818 0.3421 0.14 0.14 0.35 0.35 Foothills Park 3300 Page Mill Road 0.3818 0.3421 0.30 0.30 0.35 0.35 Fire Station #1 (University Park) 301 Alma Street 0.3818 0.3421 0.14 0.14 0.35 0.35 Fire Station #2 (Mayfield) 2675 Hanover Street 0.3818 0.3421 0.14 0.14 0.35 0.35 Fire Station #4 (Mitchell Park) 3600 Middlefield Road 0.3818 0.3421 0.14 0.14 0.35 0.35 *No bid from Mansfield, Southern Counties, or Merrimac for Renewable Diesel. Attachment B Bid Summary BIDDERS: VALLEY OIL GOLDEN GATE WESTERN STATES Fuel Site Renewable Diesel Renewable Diesel Renewable Diesel Fuel Price Per Gallon Municipal Services Center 3201 East Bayshore Road 0.039 0.0076 0.005 Golf Course 1875 Embarcadero Road 0.089 0.10 0.125 Foothills Park 3300 Page Mill Road 0.089 0.17 0.125 Fire Station #1 (University Park) 301 Alma Street 0.089 0.12 0.125 Fire Station #2 (Mayfield) 2675 Hanover Street 0.089 0.12 0.125 Fire Station #4 (Mitchell Park) 3600 Middlefield Road 0.089 0.12 0.125 Attachment B BIDDERS: VALLEY OIL GOLDEN GATE Fuel Site Unl. Diesel Unl. Diesel Estimate Annual Fuel Cost MSC $191,918 $87,827.50 $193,417.50 $88,799.30 Golf Course $1,268.88 $312.38 $1325.88 $326.63 Foothills Park $4,864.04 $1,561.88 $5220.54 $1678.13 Fire Station #1 $63,444 $18,117.75 $62,694 $18,944.25 Fire Station #2 $15,649.52 $19,992 $16,500.52 $21,096 Fire Station #4 $930.51 $6,455.75 $981.11 $6386.65 Total: $278,074.95 $134,267.26 $280,139.55 $137,230.96 BIDDERS: WESTERN STATES MANSFIELD Fuel Site Unl. Diesel Unl. Diesel Estimate Annual Fuel Cost MSC $193,190.88 $88,859.50 $194,305.50 $89,065.90 Golf Course $1,328.12 $325.69 $1,470.96 $356.95 Foothills Park $5,091.17 $1,628.44 $5,638.68 $1,784.71 Fire Station #1 $66,406.50 $18,889.88 $73,548 $20,702.52 Fire Station #2 $16,380.27 $20,844 $18,141.84 $22,844.16 Fire Station #4 $973.96 $6,730.88 $1078.70 $7,376.76 Total: $283,370.90 $137,278.39 $294,183.68 $142,131 Attachment B BIDDERS: SOUTHERN COUNTIES MERRIMAC Fuel Site Unl. Diesel Unl. Diesel Estimate Annual Fuel Cost MSC $195,212 $89,182 $185,821.50 $87,612.50 Golf Course $1,325.88 $326.63 $1,451.88 $358.13 Foothills Park $5,450.54 $1,753.13 $5,565.54 $1,790.63 Fire Station #1 $66,294 $18,944.25 $72,594 $20,771.25 Fire Station #2 $16,352.52 $20,904 $17,906.52 $22,920 Fire Station #4 $972.31 $6,750.25 $1,064.71 $7,401.25 Total: $285,607.25 $137,860.26 $284,404.15 $140,853.76