HomeMy WebLinkAboutContract 6311563115
City Secretary Contract No.
FORT WORTH,
VENDOR SERVICES AGREEMENT
This VENDOR SERVICES AGREEMENT ("Agreement") is made and entered into by and
between the CITY OF FORT WO TH ("City"), a Texas home -rule municipal corporation, and
PINNACLE PETROLEUM, INC. ("Vendor"), each individually referred to as a "party" and collectively
referred to as the "parties."
1. Scoue of Services. The vendor will provide Motor and Aviation Fuels & Related Services.
The City will purchase these products and services on an "as needed basis" for the Property Management
Department ("Services"), as set forth in more detail in Exhibit "A," attached hereto and incorporated herein
for all purposes.
2. Term. This Agreement begins on June 1, 2025 ("Effective Date") and expires on May 31,
2030 ("Expiration Date"), unless terminated earlier in accordance with this Agreement ("Initial Term").
City will have the option, in its sole discretion, to renew this Agreement under the same terms and
conditions, for up to one (1) two-year renewal option ("Renewal Term").
3. Comnensation.
3.1 The Vendor acknowledges that this is a non-exclusive agreement and there is no
guarantee of any specific amount of work. Further, Vendor recognizes that the amount stated below
in Section 3.2 is the total amount of funds available, collectively, for any Vendor that enters into
an agreement with the City under the relevant Mayor and Council ("M&C") Communication and
that once the full amount has been exhausted, whether individually or collectively, Vendor will not
perform any additional services or bill for expenses incurred for City not specified by this
Agreement unless City requests and approves in writing the additional costs for such services. City
will not be liable for any additional expenses of Vendor not specified by this Agreement unless
City first approves such expenses in writing.
3.2 The maximum compensation amount allowed under this non-exclusive Agreement
will be up to $15,000,000.00 for Year 1 of the initial term, $17,250,000.00 for Year 2 of the initial
term, $19,837,500.00 for Year 3 of the initial term, $22,813,125.00 for Year 4 of the initial term,
$26,235,094.00 for Year 5 of the initial term. In the event City opts to renew the Agreement, the
maximum compensation amount allowed is up to $30,170,358.00 for Year 1 of the Renewal Term,
and $34,695,911.00 for Year 2 of the Renewal Term.
3.3 Following the award of this Agreement, additional products and services of the
same general category that could have been encompassed in the award, and that are not already
made a part of the Agreement, may be added based on the discount provided on Vendor's bid
response (if applicable) and price sheet provided with Vendor's bid response or a current quote
provided from the Vendor.
OFFICIAL RECORD
CITY SECRETARY
Vendor Services Agreement FT. WORTH, Tx Page 1 of 38
City Secretary Contract No.
3.4 The Parties may engage in multiple transactions under this Agreement. For each
purchase made pursuant to this Agreement, Vendor must supply a quote and the quote must
conform with the then -current pricing under the agreement or the discount provided on the
Vendor's bid response if it is for an additional product and service of the same general category, as
described above. If the City accepts the quote and places the order, that quote shall be considered
an addendum to this agreement but is not required to be filed in the City records. The Parties will
maintain all quotes for the 3-year Audit period included herein.
3.5 City will pay Vendor in accordance with the Prompt Payment Act (Chapter 2251
of the Texas Government Code) and provisions of this Agreement, including Exhibit `B," which
is attached hereto and incorporated herein for all purposes.
3.6 Vendor will not perform any additional services or bill for expenses incurred for
City not specified by this Agreement unless City requests and approves in writing the additional
costs for such services. City will not be liable for any additional expenses of Vendor not specified
by this Agreement unless City first approves such expenses in writing.
4. Termination.
4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for
any reason by providing the other party with 30 days' written notice of termination.
4.2 Non-Abbronriation of Funds. In the event no funds or insufficient funds are
appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor
of such occurrence and this Agreement will terminate on the last day of the fiscal period for which
appropriations were received without penalty or expense to City of any kind whatsoever, except as
to the portions of the payments herein agreed upon for which funds have been appropriated.
4.3 Duties and Obligations of the Parties. In the event that this Agreement is
terminated prior to the Expiration Date, City will pay Vendor for services actually rendered up to
the effective date of termination and Vendor will continue to provide City with services requested
by City and in accordance with this Agreement up to the effective date of termination. Upon
termination of this Agreement for any reason, Vendor will provide City with copies of all
completed or partially completed documents prepared under this Agreement. In the event Vendor
has received access to City Information or data as a requirement to perform services hereunder,
Vendor will return all City provided data to City in a machine-readable format or other format
deemed acceptable to City.
5. Disclosure of Conflicts and Confidential Information.
5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has made full
disclosure in writing of any existing or potential conflicts of interest related to Vendor's services
under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this
Agreement, Vendor hereby agrees immediately to make full disclosure to City in writing.
5.2 Confidential Information. Vendor, for itself and its officers, agents and employees,
agrees that it will treat all information provided to it by City ("City Information") as confidential
and will not disclose any such information to a third parry without the prior written approval of
City.
Vendor Services Agreement Page 2 of 38
City Secretary Contract No.
5.3 Public Information Act. City is a government entity under the laws of the State of
Texas and all documents held or maintained by City are subject to disclosure under the Texas Public
Information Act. In the event there is a request for information marked Confidential or Proprietary,
City will promptly notify Vendor. It will be the responsibility of Vendor to submit reasons objecting
to disclosure. A determination on whether such reasons are sufficient will not be decided by City,
but by the Office of the Attorney General of the State of Texas or by a court of competent
jurisdiction.
5.4 Unauthorized Access. Vendor must store and maintain City Information in a secure
manner and will not allow unauthorized users to access, modify, delete or otherwise corrupt City
Information in any way. Vendor must notify City immediately if the security or integrity of any
City Information has been compromised or is believed to have been compromised, in which event,
Vendor will, in good faith, use all commercially reasonable efforts to cooperate with City in
identifying what information has been accessed by unauthorized means and will fully cooperate
with City to protect such City Information from further unauthorized disclosure.
6. Right to Audit. Vendor agrees that City will, until the expiration of three (3) years after
final payment under this Agreement, or the final conclusion of any audit commenced during the said three
years, have access to and the right to examine at reasonable times any directly pertinent books, documents,
papers and records, including, but not limited to, all electronic records, of Vendor involving transactions
relating to this Agreement at no additional cost to City. Vendor agrees that City will have access during
normal working hours to all necessary Vendor facilities and will be provided adequate and appropriate work
space in order to conduct audits in compliance with the provisions of this section. City will give Vendor
reasonable advance notice of intended audits.
7. Indenendent Contractor. It is expressly understood and agreed that Vendor will operate
as an independent contractor as to all rights and privileges and work performed under this Agreement, and
not as agent, representative or employee of City. Subject to and in accordance with the conditions and
provisions of this Agreement, Vendor will have the exclusive right to control the details of its operations
and activities and be solely responsible for the acts and omissions of its officers, agents, servants,
employees, Vendors, and subcontractors. Vendor acknowledges that the doctrine of respondeat superior
will not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents,
employees, servants, contractors, and subcontractors. Vendor further agrees that nothing herein will be
construed as the creation of a partnership or joint enterprise between City and Vendor. It is further
understood that City will in no way be considered a Co -employer or a Joint employer of Vendor or any
officers, agents, servants, employees, contractors, or subcontractors. Neither Vendor, nor any officers,
agents, servants, employees, contractors, or subcontractors of Vendor will be entitled to any employment
benefits from City. Vendor will be responsible and liable for any and all payment and reporting of taxes on
behalf of itself, and any of its officers, agents, servants, employees, contractors, or contractors.
8. Liability and Indemnification.
8.1 LIABILITY - VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANY
AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY,
INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER,
WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT
ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF
VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR
SUBCONTRACTORS.
Vendor Services Agreement Pagc 3 of 38
City Secretary Contract No.
8.2 GENERAL INDEMNIFICATION - VENDOR HEREBY COVENANTS AND
AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS,
AGENTS, SERVANTS AND EMPLOYEES, FROMAND AGAINST ANYAND ALL CLAIMS
OR LAWSUITS OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR
EITHER PROPERTYDAMAGE OR LOSS (INCLUDINGALLEGED DAMAGE OR LOSS TO
VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL
INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, ARISING OUT OF OR IN
CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE
NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR, ITS OFFICERS,
AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS.
8.3 INTELLECTUAL PROPERTY INDEMNIFICATION — VENDOR AGREES
TO DEFEND, SETTLE, OR PAY, AT ITS OWN COST AND EXPENSE, ANY CLAIM OR
ACTIONAGAINST CITY FOR INFRINGEMENT OFANYPA TENT, COPYRIGHT, TRADE
MARK, TRADE SECRET, OR SIMILAR PROPERTY RIGHT ARISING FROM CITY'S USE
OF THE SOFTWARE AND/OR DOCUMENTATION IN ACCORDANCE WITH THIS
AGREEMENT, IT BEING UNDERSTOOD THAT THIS AGREEMENT TO DEFEND,
SETTLE OR PAY WILL NOTAPPLYIF CITYMODIFIES OR MISUSES THE SOFTWARE
AND/OR DOCUMENTATION. SO LONG AS VENDOR BEARS THE COST AND EXPENSE
OF PAYMENT FOR CLAIMS OR ACTIONS AGAINST CITY PURSUANT TO THIS
SECTION, VENDOR WILL HAVE THE RIGHT TO CONDUCT THE DEFENSE OF ANY
SUCH CLAIM OR ACTION AND ALL NEGOTIATIONS FOR ITS SETTLEMENT OR
COMPROMISE AND TO SETTLE OR COMPROMISE ANY SUCH CLAIM, HOWEVER,
CITY WILL HAVE THE RIGHT TO FULLY PARTICIPATE IN ANY AND ALL SUCH
SETTLEMENT, NEGOTIATIONS, OR LAWSUIT AS NECESSARY TO PROTECT CITY'S
INTEREST, AND CITYAGREES TO COOPERATE WITH VENDOR INDOING SO. IN THE
EVENT CITY, FOR WHATEVER REASON, ASSUMES THE RESPONSIBILITY FOR
PAYMENT OF COSTS AND EXPENSES FOR ANY CLAIM OR ACTION BROUGHT
AGAINST CITY FOR INFRINGEMENT ARISING UNDER THIS AGREEMENT, CITY
WILL HAVE THE SOLE RIGHT TO CONDUCT THE DEFENSE OF ANY SUCH CLAIM
OR ACTIONAND ALL NEGOTIATIONS FOR ITS SETTLEMENT OR COMPROMISE AND
TO SETTLE OR COMPROMISE ANYSUCH CLAIM, HOWEVER, VENDOR WILL FULLY
PARTICIPATE AND COOPERATE WITH CITY IN DEFENSE OF SUCH CLAIM OR
ACTION. CITYAGREES TO GIVE VENDOR TIMELY WRITTEN NOTICE OF ANY SUCH
CLAIM OR ACTION, WITH COPIES OF ALL PAPERS CITY MAY RECEIVE RELATING
THERETO. NOTWITHSTANDING THE FOREGOING, CITY'S ASSUMPTION OF
PAYMENT OF COSTS OR EXPENSES WILL NOT ELIMINATE VENDOR'S DUTY TO
INDEMNIFY CITY UNDER THIS AGREEMENT. IF THE SOFTWARE AND/OR
DOCUMENTATION OR ANY PART THEREOF IS HELD TO INFRINGE AND THE USE
THEREOF IS ENJOINED OR RESTRAINED OR, IF AS A RESULT OF A SETTLEMENT
OR COMPROMISE, SUCH USE IS MA TERIALL Y AD VERSEL Y RESTRICTED, VENDOR
WILL, AT ITS OWN EXPENSE AND AS CITY'S SOLE REMEDY, EITHER: (A) PROCURE
FOR CITY THE RIGHT TO CONTINUE TO USE THE SOFTWARE AND/OR
DOCUMENTATION; OR (B) MODIFY THE SOFTWARE AND/OR DOCUMENTATION TO
MAKE IT NON -INFRINGING, PROVIDED THAT SUCH MODIFICATION DOES NOT
MATERIALLYADVERSELYAFFECT CITY'SAUTHORIZED USE OF THE SOFTWARE
AND/OR DOCUMENTATION, OR (C) REPLACE THE SOFTWARE AND/OR
DOCUMENTATION WITH EQ UALL Y SUITABLE, COMPATIBLE, AND FUNCTIONALLY
EQUIVALENT NON -INFRINGING SOFTWARE AND/OR DOCUMENTATION AT NO
ADDITIONAL CHARGE TO CITY, OR (D) IF NONE OF THE FOREGOING
Vendor Services Agreement Page 4 of 38
City Secretary Contract No.
ALTERNATIVES IS REASONABLY AVAILABLE TO VENDOR TERMINATE THIS
AGREEMENT, AND REFUND ALL AMOUNTS PAID TO VENDOR BY CITY,
SUBSEQUENT TO WHICH TERMINATION CITY MAY SEEK ANY AND ALL REMEDIES
AVAILABLE TO CITY UNDER LAW.
Assignment and Subcontracting.
9.1 Assignment. Vendor will not assign or subcontract any of its duties, obligations
or rights under this Agreement without the prior written consent of City. If City grants consent to
an assignment, the assignee will execute a written agreement with City and Vendor under which
the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement.
Vendor will be liable for all obligations of Vendor under this Agreement prior to the effective date
of the assignment.
9.2 Subcontract. If City grants consent to a subcontract, the subcontractor will execute
a written agreement with Vendor referencing this Agreement under which subcontractor agrees to
be bound by the duties and obligations of Vendor under this Agreement as such duties and
obligations may apply. Vendor must provide City with a fully executed copy of any such
subcontract.
10. Insurance. Vendor must provide City with certificate(s) of insurance documenting
policies of the following types and minimum coverage limits that are to be in effect prior to commencement
of any Services pursuant to this Agreement:
10.1 Coverage and Limits
(a) Commercial General Liability:
$1,000,000 - Each Occurrence
$2,000,000 - Aggregate
(b) Automobile Liability:
$1,000,000 - Each occurrence on a combined single limit basis
Coverage will be on any vehicle used by Vendor, or its employees, agents, or
representatives in the course of providing Services under this Agreement. "Any
vehicle" will be any vehicle owned, hired and non -owned.
(c) Worker's Compensation:
Statutory limits according to the Texas Workers' Compensation Act or any other
state workers' compensation laws where the Services are being performed
Employers' liability
$100,000 -
Bodily Injury by accident; each accident/occurrence
$100,000 -
Bodily Injury by disease; each employee
$500,000 -
Bodily Injury by disease; policy limit
Vendor Services Agreement Pagc 5 of 38
City Secretary Contract No.
10.2 General Requirements
(a) The commercial general liability and automobile liability policies must
name City as an additional insured thereon, as its interests may appear. The term
City includes its employees, officers, officials, agents, and volunteers in respect to
the contracted services.
(b) The workers' compensation policy must include a Waiver of Subrogation
(Right of Recovery) in favor of City.
(c) A minimum of Thirty (30) days' notice of cancellation or reduction in
limits of coverage must be provided to City. Ten (10) days' notice will be
acceptable in the event of non-payment of premium. Notice must be sent to the
Risk Manager, City of Fort Worth, 100 Fort Worth Trail, Fort Worth, Texas 76102,
with copies to the Fort Worth City Attorney at the same address.
(d) The insurers for all policies must be licensed and/or approved to do
business in the State of Texas. All insurers must have a minimum rating of A- VII
in the current A.M. Best Key Rating Guide, or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is
below that required, written approval of Risk Management is required.
(e) Any failure on the part of City to request required insurance
documentation will not constitute a waiver of the insurance requirement.
(f) Certificates of Insurance evidencing that Vendor has obtained all required
insurance will be delivered to the City prior to Vendor proceeding with any work
pursuant to this Agreement.
11. Comuliance with Laws, Ordinances, Rules and Reeulations. Vendor agrees that in the
performance of its obligations hereunder, it will comply with all applicable federal, state and local laws,
ordinances, rules and regulations and that any work it produces in connection with this Agreement will also
comply with all applicable federal, state and local laws, ordinances, rules and regulations. If City notifies
Vendor of any violation of such laws, ordinances, rules or regulations, Vendor must immediately desist
from and correct the violation.
12. Non -Discrimination Covenant. Vendor, for itself, its personal representatives, assigns,
contractors, subcontractors, and successors in interest, as part of the consideration herein, agrees that in the
performance of Vendor's duties and obligations hereunder, it will not discriminate in the treatment or
employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM
ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT
BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, CONTRACTORS,
SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME
SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS
FROM SUCH CLAIM.
13. Notices. Notices required pursuant to the provisions of this Agreement will be
conclusively determined to have been delivered when (1) hand -delivered to the other party, its agents,
employees, servants or representatives or (2) received by the other party by United States Mail, registered,
return receipt requested, addressed as follows:
Vendor Services Agreement Page 6 of 38
City Secretary Contract No.
To CITY:
City of Fort Worth
Attn: Assistant City Manager
100 Fort Worth Trail
Fort Worth, TX 76102
With copy to Fort Worth City Attorney's Office at
the same address
To VENDOR:
Pinnacle Petroleum, Inc.
Liz McKinley, President
16651 Gemini Lane
Huntington Beach, CA 92647
14. Solicitation of Emulovees. Neither City nor Vendor will, during the term of this
Agreement and additionally for a period of one year after its termination, solicit for employment or employ,
whether as employee or independent contractor, any person who is or has been employed by the other
during the term of this Agreement, without the prior written consent of the person's employer.
Notwithstanding the foregoing, this provision will not apply to an employee of either party who responds
to a general solicitation of advertisement of employment by either party.
15. Governmental Powers. It is understood and agreed that by execution of this Agreement,
City does not waive or surrender any of its governmental powers or immunities.
16. No Waiver. The failure of City or Vendor to insist upon the performance of any term or
provision of this Agreement or to exercise any right granted herein does not constitute a waiver of City's or
Vendor's respective right to insist upon appropriate performance or to assert any such right on any future
occasion.
17. Governing Law / Venue. This Agreement will be construed in accordance with the laws
of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought pursuant to this
Agreement, venue for such action will lie in state courts located in Tarrant County, Texas or the United
States District Court for the Northern District of Texas, Fort Worth Division.
18. Severability. If any provision of this Agreement is held to be invalid, illegal or
unenforceable, the validity, legality and enforceability of the remaining provisions will not in any way be
affected or impaired.
19. Force Maieure. City and Vendor will exercise their best efforts to meet their respective
duties and obligations as set forth in this Agreement, but will not be held liable for any delay or omission
in performance due to force majeure or other causes beyond their reasonable control, including, but not
limited to, compliance with any government law, ordinance, or regulation; acts of God; acts of the public
enemy; fires; strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action
or inaction; orders of government; material or labor restrictions by any governmental authority;
transportation problems; restraints or prohibitions by any court, board, department, commission, or agency
of the United States or of any States; civil disturbances; other national or regional emergencies; or any other
similar cause not enumerated herein but which is beyond the reasonable control of the Party whose
performance is affected (collectively, "Force Majeure Event"). The performance of any such obligation is
suspended during the period of, and only to the extent of, such prevention or hindrance, provided the
affected Party provides notice of the Force Majeure Event, and an explanation as to how it prevents or
hinders the Party's performance, as soon as reasonably possible after the occurrence of the Force Majeure
Vendor Services Agreement Page 7 of 38
City Secretary Contract No.
Event, with the reasonableness of such notice to be determined by the City in its sole discretion. The notice
required by this section must be addressed and delivered in accordance with Section 13 of this Agreement.
20. Headings Not Controlling. Headings and titles used in this Agreement are for reference
purposes only, will not be deemed a part of this Agreement, and are not intended to define or limit the scope
of any provision of this Agreement.
21. Review of Counsel. The parties acknowledge that each party and its counsel have
reviewed and revised this Agreement and that the normal rules of construction to the effect that any
ambiguities are to be resolved against the drafting party will not be employed in the interpretation of this
Agreement, including the attached exhibits.
22. Amendments / Modifications / Extensions. No amendment, modification, or extension
of this Agreement will be binding upon a party hereto unless set forth in a written instrument, which is
executed by an authorized representative of each party.
23. Counterparts. This Agreement may be executed in one or more counterparts and each
counterpart will, for all purposes, be deemed an original, but all such counterparts will together constitute
one and the same instrument.
24. Warranty of Services. Vendor warrants that its services will be of a high quality and
conform to generally prevailing industry standards. City must give written notice of any breach of this
warranty within thirty (30) days from the date that the services are completed. In such event, at Vendor's
option, Vendor will either (a) use commercially reasonable efforts to re -perform the services in a manner
that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming
services.
25. Immigration and Nationalitv Act. Vendor must verify the identity and employment
eligibility of its employees who perform work under this Agreement, including completing the Employment
Eligibility Verification Form (I-9). Upon request by City, Vendor will provide City with copies of all I-9
forms and supporting eligibility documentation for each employee who performs work under this
Agreement. Vendor must adhere to all Federal and State laws as well as establish appropriate procedures
and controls so that no services will be performed by any Vendor employee who is not legally eligible to
perform such services. VENDOR WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM
ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH
BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR
AGENTS. City, upon written notice to Vendor, will have the right to immediately terminate this Agreement
for violations of this provision by Vendor.
26. Ownership of Work Product. City will be the sole and exclusive owner of all reports,
work papers, procedures, guides, and documentation that are created, published, displayed, or produced in
conjunction with the services provided under this Agreement (collectively, "Work Product"). Further, City
will be the sole and exclusive owner of all copyright, patent, trademark, trade secret and other proprietary
rights in and to the Work Product. Ownership of the Work Product will inure to the benefit of City from
the date of conception, creation or fixation of the Work Product in a tangible medium of expression
(whichever occurs first). Each copyrightable aspect of the Work Product will be considered a "work -made -
for -hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work
Product, or any part thereof, is not considered a "work -made -for -hire" within the meaning of the Copyright
Act of 1976, as amended, Vendor hereby expressly assigns to City all exclusive right, title and interest in
and to the Work Product, and all copies thereof, and in and to the copyright, patent, trademark, trade secret,
Vendor Services Agreement Page 8 of 38
City Secretary Contract No.
and all other proprietary rights therein, that City may have or obtain, without further consideration, free
from any claim, lien for balance due, or rights of retention thereto on the part of City.
27. Signature Authoritv. The person signing this Agreement hereby warrants that they have
the legal authority to execute this Agreement on behalf of the respective party, and that such binding
authority has been granted by proper order, resolution, ordinance or other authorization of the entity. This
Agreement and any amendment hereto, may be executed by any authorized representative of Vendor. Each
party is fully entitled to rely on these warranties and representations in entering into this Agreement or any
amendment hereto.
28. Change in Comvanv Name or Ownership. Vendor must notify City's Purchasing
Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining
updated City records. The president of Vendor or authorized official must sign the letter. A letter indicating
changes in a company name or ownership must be accompanied with supporting legal documentation such
as an updated W-9, documents filed with the state indicating such change, copy of the board of director's
resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the
specified documentation so may adversely impact future invoice payments.
29. No Bovcott of Israel. If Vendor has fewer than 10 employees or this Agreement is for
less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter
2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company
for goods or services unless the contract contains a written verification from the company that it: (1) does
not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel"
and "company" has the meanings ascribed to those terms in Section 2271 of the Texas Government Code.
By signing this Agreement, Vendor certifies that Vendor's signature provides written verification to
the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
the Agreement.
30. Prohibition on Bovcotting Energv Companies. Vendor acknowledges that in accordance
with Chapter 2276 of the Texas Government Code, City is prohibited from entering into a contract for
goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds
of the City with a company with 10 or more full-time employees unless the contract contains a written
verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott
energy companies during the term of the contract. To the extent that Chapter 2276 of the Government
Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's
signature provides written verification to City that Vendor: (1) does not boycott energy companies;
and (2) will not boycott energy companies during the term of this Agreement.
31. Prohibition on Discrimination Against Firearm and Ammunition Industries. Vendor
acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, City is
prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is
to be paid wholly or partly from public funds of the City with a company with 10 or more full-time
employees unless the contract contains a written verification from the company that it: (1) does not have a
practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade
association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm
trade association. To the extent that Chapter 2274 of the Government Code is applicable to this
Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written
verification to City that Vendor: (1) does not have a practice, policy, guidance, or directive that
discriminates against a firearm entity or firearm trade association; and (2) will not discriminate
against a firearm entity or firearm trade association during the term of this Agreement.
Vendor Services Agreement Page 9 of 38
City Secretary Contract No.
32. Electronic Signatures. This Agreement may be executed by electronic signature, which
will be considered as an original signature for all purposes and have the same force and effect as an original
signature. For these purposes, "electronic signature" means electronically scanned and transmitted versions
(e.g. via pdf file or facsimile transmission) of an original signature, or signatures electronically inserted via
software such as Adobe Sign.
33. Entirety of Agreement. This Agreement contains the entire understanding and agreement
between City and Vendor, their assigns and successors in interest, as to the matters contained herein. Any
prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict
with any provision of this Agreement.
(signature page follows)
(remainder of this page intentionally left blank)
Vendor Services Agreement Page 10 of 38
City Secretary Contract No.
ACCEPTED AND AGREED:
CITY OF FORT WORTH:
By:
Valerie Washington (Apr 17, 2025 15:51 CDT)
Name:
Valerie Washington
Title:
Assistant City Manager
04/17/2025
Date:
APPROVAL RECOMMENDED:
By:
Name: Marilyn Marvin
Title: Property Management Department
Director
ATTEST:
By:
Name: Jannette Goodall
Title: City Secretary
VENDOR:
Pinnacle Petroleum, Inc.
Liz /I c kl;lt 1
Liz McKinley (Apr 10, 2025T9:56 PDT)
By:
Name: Liz McKinley
Title: President
Date: 04/10/2025
Opna
a � ! pORT�O9A0
Oro %.
dvo ^=4
aAacn>i<z as4
CONTRACT COMPLIANCE MANAGER:
By signing I acknowledge that I am the person
responsible for the monitoring and administration of this
contract, including ensuring all performance and
reporting requirements.
Denise Ganeiq
By:
Denise Garcia (Apr 15, 2025 09:59 CDT)
Name: Denise Garcia
Title: Purchasing Manager
APPROVED AS TO FORM AND LEGALITY:
By:
Name: Andrea Phillips
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 25-0066
M&C Approved: 1/28/2025
Form 1295: 2024-1252315
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Vendor Services Agreement Page It of 38
City Secretary Contract No.
EXHIBIT A
SCOPE OF SERVICES
1.0 SCOPE OF SERVICES
1.1 The Vendor will provide Motor and Aviation Fuels & Related Services including,
but not limited to, finished motor gasoline, finished aviation gasoline, Kerosene -
Type Jet Fuel, Distillate Fuel Oil for on -highway and off -highway diesel engines,
Renewable Diesel, Biodiesel, and Diesel Exhaust Fluid. The City will purchase
these products and services on an "as needed basis" for the Property Management
Department.
2.0 DEFINITIONS
2.1 City: The City of Fort Worth
2.2 Deliverable: Any products, services, report, software, hardware, data,
documentation, or other tangible item that the Successful Proposer is required to
provide to the City under the terms of a Contract.
2.3 Successful Proposer or Awarded Vendor: The proposer(s) that are offered a
contract by the City of Fort Worth.
2.4 OPIS: Oil Price Information Service (htti)s://www.oi)isnet.com/)
2.5 Vendor: A Proposer or an individual, partnership or corporation that is
responsible for the performance of services under a contract awarded by the City,
a Successful Proposer.
2.6 Transport Load: 7,000 to 9,000 gallons
2.7 Tank Wagon Load: 100 to 5,999 gallons
2.8 Short Transport Load: 4,001 to 6,999 gallons
2.9 Bobtail Load: 0 to 4,000 gallons
2.10 B.P.: Boiling Point
2.11 Split Load: Delivery where the Vendor delivers fuel to multiple city locations in
one trip.
2.12 Split Load Fee: A fee for a delivery where the Vendor delivers fuel to multiple
city locations in one trip.
Vendor Services Agreement Page 12 of 38
City Secretary Contract No.
2.13 Pump off Fee: A fee for pumping fuel into an above ground tank.
2.14 Stick Reading: A stick reading is a measurement of the fuel or fluid in a tank that
is obtained by inserting a marked measuring stick into the tank.
2.15 American Society for Testing and Materials (ASTM): is a standards organization
that develops and publishes voluntary consensus technical international standards
for a wide range of materials, products, systems and services.
2.16 The following definitions are provided to establish a common understanding of
the scope of this Agreement. The source for these definitions is the Energy
Information Administration, which provides energy statistics for the U.S.
government through the Department of Energy (httn://www.eia.aov/).
2.16.1 Biodiesel: Any liquid bio-fuel suitable as a diesel fuel substitute or diesel
fuel additive or extender. Biodiesel fuels are typically made from oils such
as soybeans, rapeseed, or sunflowers, or from animal tallow. Biodiesel can
also be made from hydrocarbons derived from agricultural products such
as rice hulls.
2.16.2 Conventional Gasoline: Finished motor gasoline not included in the
oxygenated or reformulated gasoline categories.
2.16.3 Renewable Diesel: Hydrotreating (hydro processing hydrodeoxygenation)
also called renewable diesel is a biomass- derived transportation fuel
suitable for use in diesel engines. It meets the ASTM D975 specification
in the United States and EN 590 in Europe.
2.16.4 Distillate Fuel Oil: A general classification for one of the petroleum
fractions produced in conventional distillation operations. It includes
diesel fuels and fuel oils. Products known as No. 1, No. 2, and No. 4 diesel
fuel are used in on highway diesel engines, such as those in trucks and
automobiles, as well as off -highway engines, such as those in railroad
locomotives and agricultural machinery.
2.16.5 Finished Aviation Gasoline: A complex mixture of relatively volatile
hydrocarbons with or without small quantities of additives, blended to
form a fuel suitable for use in aviation reciprocating engines. Fuel
specifications are provided in ASTM Specification D 910, and Military
Specification MIL-G5572.
2.16.6 Finished Motor Gasoline: A complex mixture of relatively volatile
hydrocarbons with or without small quantities of additives, blended to
form a fuel suitable for use in spark -ignition engines. Motor gasoline, as
defined in ASTM Specification D 4814 or Federal Specification W-G-
Vendor Services Agreement Page 13 of 38
City Secretary Contract No.
1690C, is characterized as having a boiling range of 122' to 158' degrees
Fahrenheit at the 10 percent recovery point to 365' to 374' degrees
Fahrenheit at the 90 percent recovery point. Motor Gasoline includes
conventional gasoline; all types of oxygenated gasoline, including
gasohol; and reformulated gasoline, but excludes aviation gasoline.
Finished motor gasoline includes all ethanol blended gasoline (e.g. E10,
E85).
2.16.7 Kerosene -Type Jet Fuel: A kerosene -based product having a maximum
distillation temperature of 400' degrees Fahrenheit at the 10-percent
recovery point and a final maximum boiling point of 572' degrees
Fahrenheit and meeting ASTM Specification D 1655 (Clear, No Additive)
and Military Specifications MIL-T- 5624P and MIL-T-83133D (Grades
JP-5 and JP-8). It is used for commercial and military turbojet and
turboprop aircraft engines.
2.16.8 Oxygenated Fuels Program Reformulated Gasoline (OPRG): is
reformulated gasoline which is intended for use in an oxygenated fuels
program control area during an oxygenated fuels program control period.
2.16.9 Reformulated Gasoline (RFG): Finished motor gasoline formulated for use
in motor vehicles, the composition and properties of which meet the
requirements of the reformulated gasoline regulations promulgated by the
U.S. Environmental Protection Agency under Section 21 l(k) of the Clean
Air Act. This category includes oxygenated fuels program reformulated
gasoline (OPRG) but excludes reformulated gasoline blend -stock for
oxygenate blending (RBOB).
2.16.1ODiesel Exhaust Fluid (DEF): commonly referred to as AdBlue in Europe
and standardized as ISO 22241 is an Aqueous Urea Solution made with
32.5% high -purity urea (AUS 32) and 67.5% deionized water. DEF is used
as a consumable in selective catalytic reduction (SCR) in order to lower
NOx concentration in the diesel exhaust emissions from diesel engines.
3.0 COST
3.1 Benchmark Index Pricing - To determine pricing a formula will be utilized,
consisting of a Benchmark Index and a Market Differential. Descriptions of the
components of this price formula are provided below.
3.1.1 Benchmark Index
3.1.1.1 The City utilizes a benchmark index to establish a verifiable
baseline fuel price per gallon. The benchmark index will be based
on data provided by the Oil Price Information Service (OPIS) for
Diesel and Unleaded. Specifically, the OPIS Contract Benchmark
File for Dallas Metro Texas will be utilized to establish the
Vendor Services Agreement Page 14 of 38
City Secretary Contract No.
benchmark for each Rack market, and the 10:00 A.M. Eastern
Standard Time (EST) Contract Rack Average prices for each fuel
product will be the benchmark index. The OPIS Contract
Benchmark File for Dallas Metro Texas is a snapshot of the Rack
Average Vendor posting in each OPIS rack market at
approximately 10:00 A.M. (EST) each day, including Saturday, but
excluding Sunday. The snapshot includes all price moves from
6:00 P.M. (EST) the prior day up until the price file is frozen at
approximately 10:00 A.M. (EST). The snapshot includes the
prompt payment discounts offered by Vendors. The City prefers to
utilize PLATTS Gulf Coast benchmark pricing for Jet -A fuel. If
the vendor is proposing to use a different benchmark pricing for
Jet -A, the benchmark pricing reports must be provided to the City
on the date of each delivery.
1.1.2 Dallas Metro Texas Net Rack Average The benchmark index to
be utilized for this agreement is based on the date of fuel delivery
to the City.
3.1.2 Market Differential
3.1.2.1 The Market Differential set by the Vendor for each Rack market
that Vendor is capable of providing motor and aviation fuels &
related products and services for. The Market Differential is a four -
digit decimal numerical value that is added to or subtracted from
the benchmark index for a given fuel product by the Rack market.
The Market Differential includes all cost and profit components
determined by the Vendor, but should exclude any applicable taxes
(see Taxes below) and delivery charges to the City (see
Delivery/Freight below). Contract Market Differential prices are
firm for the term of the contract except that price revisions will be
permitted in accordance with the City of Fort Worth terms set forth
herein. New differential pricing shall be commensurate with
existing rack market differential pricing for the region whenever
possible. This pricing is in connection with the Benchmark Index
pricing.
3.1.3 Taxes
3.1.3.1 The City of Fort Worth may be a tax-exempt organization
regarding federal, state, and/or local taxes on motor and aviation
fuels & related products and services. It is the Vendor's
responsibility to accurately assess, collect and remit to any taxing
authority any fuel taxes after determination by the City of its tax-
exempt status regarding any and all taxes on motor and aviation
fuels & related products and services.
Vendor Services Agreement Page 15 of 38
City Secretary Contract No.
1.3.2 The price for fuels will be increased by the amount of any after -
imposed tax, unless the legislative, judicial or administrative act
says otherwise, or if the Vendor states in writing that such contract
price does not include any contingency for such after -imposed tax.
Such increase shall be prospective only and become effective upon
such written notice. "After -imposed tax" means any new or
increased Federal, State and Local excise tax or duty, except social
security or other employment taxes, on fuel purchased using this
agreement which the Vendor is required to pay or bear the burden
of as the result of legislative, judicial, or administrative action
taking effect after the effective date of the agreement.
3.1.3.3 The price for fuels will be decreased by the amount of any after -
relieved tax. Such decrease shall be effective when realized.
"After -relieved tax" means any amount of Federal, State and Local
excise tax or duty, except social security or other employment
taxes, that would otherwise have been payable on fuel purchased
using this agreement for which the Vendor is not required to pay or
bear the burden of, or for which the Vendor obtains a refund or
drawback, as the result of legislative, judicial or administrative
action taking effect after the effective date of the agreement.
3.1.3.4 In accordance with IRS notice 88-30, the City of Fort Worth falls
into the guidelines outlined in this section are exempt from paying
a federal excise tax on diesel and/or aviation fuel. The City of Fort
Worth, if applicable, will sign a certificate of exemption, to be
maintained on file with the Vendor for the duration of the
agreement.
3.1.4 Delay Time
3.1.4.1 Delay time is defined as the period of time in hours, or part
thereof, that a delivery truck has to wait before it can deliver its
load. Delay time will be charged on a rate per hour in 15- minutes
increments.
3.1.5 Special Allowances
3.1.5.1 Any special allowances are not included in the price. However, if
the Vendor extends such allowances during the term of the contract
to Federal, State, Local Governments or to commercial users in the
normal course of doing business, such allowances will also be
available to the City in the maximum amount extended to others
who contract to purchase fuel under similar contractual terms and
conditions.
Vendor Services Agreement Page 16 of 38
City Secretary Contract No.
3.2 Special Offers/Promotions: In addition to decreasing prices for the balance of the
Contract term due to a change in market conditions, Vendor(s) may conduct sales
promotions involving price reductions for a specified lesser period. Vendor(s)
may offer the City competitive pricing which is lower than the not -to -exceed price
set forth herein at any time during the Contract term and such lower pricing shall
not be applied as a global price reduction under the Contract.
3.3 Additional Pricing/Fees
3.3.1 Any additional pricing/fees associated with delivery of products including
short load, split load charges must be included in Exhibit B, Payment
Schedule.
3.3.2 If Vendor charges an administrative fee for bobtail/wagon load fuel
deliveries, the administrative fee per gallon must be included in Exhibit B,
Payment Schedule and broken into the following structure of delivery
gallons: 500 or less; 501 to 1,000; 1,001 to 1,500; 1,501 to 2,000; and
2,001 to 4,000. All Transports and/or Short Transports (4,001 to 9,000-
gallon deliveries) will NOT incur the bobtail/wagon load administrative
fee.
3.3.3 Freight should be determined based on the closest terminals to the City's
requested destination.
4.0 OPIS LICENSING
4.1 The City has selected the OPIS Net Contract Rack pricing for Dallas Metro,
Texas for diesel and unleaded deliveries. The Rack Average is the price index
benchmark for settlement under this contract. Vendors must be aware that OPIS
prices are protected under strict copyright agreements and forwarding printed or
electronic OPIS price reports is a violation of federal copyright law. It is highly
encouraged that both Vendors and purchasers of fuel tied to OPIS pricing
subscribe to OPIS to verify the prices that are used in fulfilling this contract.
5.0 ADDITIONAL PRODUCTS, QUALITY, AND SERVICES
5.1 The product quality must meet and/or exceed Federal and state Texas
Commission on Environmental Quality (TCEQ) and Environmental Protection
Agency (EPA), attainment, and nonattainment area guidelines. The Clean Air Act
requires EPA to regulate fuels and fuel additives for use in motor vehicle, motor
vehicle engine, or nonroad engine or nonroad vehicle if such fuel, fuel additive or
any emission products causes or contributes to air or water pollution that may
endanger the public health or welfare. EPA must also address emission products
of such fuel or fuel additives that may impair any emission control devices used
on vehicles or engines to reduce harmful emissions. All petroleum products and
services offered will be the sole responsibility of the Vendor.
Vendor Services Agreement Page 17 of 38
City Secretary Contract No.
5.2 Gasoline regulations are under 40 CFR Part 80 ("Regulation of Fuels and Fuel
Additives"): subparts A (general provisions, applying to all 40 CFR Part 890 fuels
programs), B (controls and prohibitions), C (oxygenated gasoline), D & E
(reformulated gasoline), G (detergent gasoline program), H & O (gasoline sulfur)
and J & L (gasoline toxics).
5.3 All gasoline and diesel motor vehicle fuel additives are required to be registered
in accordance with the regulations at 40CFR 79. Gasolines are required to contain
detergent additives which have been certified in accordance with the regulations
at 40 CFR 80, Subpart G.
5.4 Lists of registered gasoline and diesel additives, and certified gasoline detergent
additives, are available at Registered Fuels & Fuel Additives Under 40 CFR Part
79. The regulations are available from the Government Printing Office's GPO
Access Service at httv://www.ecfr.aov/cai-bin/ECFR?t)aae=browse.
5.5 Federal Funding Pricing: Due to products and services potentially being used in
response to an emergency or disaster recovery situation in which federal funding
may be applied, alternative pricing will be negotiated that does not include cost
plus a percentage of cost or pricing based on time and materials. Products and
services provided in a situation where the City is eligible for federal funding,
Vendor is subject to and must comply with all federal requirements applicable to
the funding.
5.6 The City reserves the right to add, delete and/or acquire fuel hedging fixed prices
and/or consigned fuel for products/services (e.g. Collars, Call Options, Swaps) the
Vendor can supply which are similar to, but not specifically called for in this
agreement. The procedure for such acquisitions will be as follows:
5.6.1 The City's Property Management Department will obtain from the Vendor
a letter (on their company letterhead) verifying the products/service to be
added. The letter will include:
5.6.1.1 Complete description of the item(s),
5.6.1.2 Location (if applicable),
5.6.1.3 City Secretary Contract Number and
5.6.1.4 NYMEX based fixed unit price quotes (gal/$) as well as
differential price to the City (in a mutually agreed upon format)
and the applicable contract period or term as requested.
5.6.2 Upon receipt and approval by the City, the product/service will
automatically become part of the contract.
5.6.3 Upon approval, the Vendor will expeditiously arrange for execution of the
transaction and issue a transaction confirmation for City and/or
governmental agency execution evidencing the purchase.
Vendor Services Agreement Page 18 of 38
City Secretary Contract No.
5.7 Consigned Fuel Supply
5.7.1 For locations with onsite fueling stations the Vendor may provide
consignment -based fuel services whereby the Vendor owns the fuel tanks
that is billed once dispensed from the facility. The City must have a fuel
control terminal on hand with proper connectivity to administer and record
fueling and storage tanks must have tank monitoring systems with proper
connectivity to report inventory levels. The Vendor will maintain adequate
inventory levels per business rules mutually agreed upon with the City. A
reconciliation or true -up process will occur periodically to ensure accuracy
and accountability.
6.0 VENDOR RESPONSIBILITIES
6.1 The City of Fort Worth reserves the right, at its sole discretion, to change the list
of fuel types covered either by the deletion of fuel types no longer needed or
addition of other fuel types or fuel additives as may become necessary for the
City. When a class, type or category of fuel is to be added to this agreement, the
City of Fort Worth will supply specifications for such fuel to Vendor(s) on this
agreement no less than fifteen (15) days in advance of the first request for pricing
for such fuels.
6.2 All motor and aviation fuels & related products and services delivered under this
agreement will meet or exceed the specifications and will not contain any foreign
substances or water.
6.2.1 The Vendor must ensure every fuel delivery to the City of Fort Worth
receives the best quality fuel or the vendor will be subject to drain tanks,
clean tanks, and refuel with quality fuel.
6.3 Allocation - in the event of a fuel shortage and/or catastrophic conditions, the
Vendor must be capable of providing fuel to the City of Fort Worth under this
agreement. Vendor agrees that delivery of products covered by this agreement
will be made in a priority manner for the City to the exclusion of non-
governmental agencies during times of shortages and/or catastrophes.
6.4 Emergency Purchasing - in the event that an emergency or disaster is declared by
the City according to applicable laws governing states of emergency and disasters
requiring the prompt and immediate delivery of products or services, the City
reserves the right to obtain such products or services at the City's discretion.
Vendor(s) who are able to provide those products and services are to meet the
needs of the emergency purchasing requirements including following any
applicable laws, which will meet the needs of such emergency. When conditions
allow (weather related) the City expects fuel deliveries for emergency equipment
as soon as conditions are safe. Vendor will not be entitled to any claim or lost
Vendor Services Agreement Page 19 of 38
City Secretary Contract No.
7.0
profits for products or services procured from other sources pursuant to this
paragraph.
6.5 If rental equipment is utilized, the rental equipment must be certified as legal
transport carriers to transport fuel.
6.6 All products provided must be warrantied against all contaminants and/or water.
6.7 If there is a discrepancy between the purchase order and what is listed on the
contract, it is the Vendor's obligation to seek clarification from the ordering
agency.
ETHANOL, GASOLINE, AND E85 FUEL SPECIFICATIONS
7.1 Table #1
Property Ethanol Gasoline
Chemical Formula C2H5OH
Main Constituents (% by weight) 52 C, 13 H, 35 O
(Octane (R+M)/2
98-100
Lower Heating Value
76,300
(British thermal unit (BTU) per gallon)
Gasoline Gallon Equivalence
1.5
(v/v gasoline)
Miles per Gallon Compared to Gasoline
67%
�Reid Vapor Pressure (psi)
2.3
Ignition Point —Fuel in Air (%)
3-19
(Temperature (approx.) ff)
850
(Specific Gravity (60/65°F)
0.794
(Cold Weather Starting
Poor
!Air -Fuel Ratio (by weight)
9
Pydrogen-Carbon Ratio
3.0
*Depends on hydrocarbon blending component properties.
E85
C4 to C 12 C4 to C 12 Hydrocarbons
Hydrocarbons and Oxygenated
Hydrocarbons
85-88 C, 12-15 H 57 C, 13 H, 30 O
87-94 95-97
116,900 83,600- 89,400
1 1.3-1.4
73%
7-16
7-12
1-8
495
0.72-0.78
0.78
Good
Good
14.7
10
1.85
2.75-2.95
7.2 The E85 specifications above and below (7.1: Table #1, and 7.4: Table #3)
represent ASTM D5798-07 Standard Specification for Fuel Ethanol for
Automotive Spark Ignition Engines. But not limited to if proven by the federal
government and/or TCEQ as no longer an approved Standard Specification.
Vendor Services Agreement Page 20 of 38
City Secretary Contract No.
7.3 Table #2
ASTM D5798-07 Standard Specification for Fuel Ethanol (Ed75-Ed85) for Automotive
Spark- Ignition Engines
Property
Value for Class
(ASTM Volatility Class
1
2
3
Ethanol Plus Higher Alcohols (minimum volume
79
74
70
Hydrocarbons (including denaturant)
17-21
17-26
17-30
(volume %)
Pressure at 37.8°C kPa psi
38-59
48-65
66-83
�apor
5.5-8.5
7.0-9.5
9.5-12.0
Lead (maximum, mg/L)
2.6
2.6
3.9
Phosphorus (maximum, mg/L)
0.2
0.3
0.4
Sulfur (maximum, mg/kg)
210
260
300
1 All Classes
(Methanol (maximum, volume %)
Higher Aliphatic Alcohols, C3-C8
(maximum volume %)
Water (maximum, mass %)
Acidity as Acetic Acid (maximum, mg/kg)
Inorganic Chloride (maximum, mg/kg)
(Total Chlorine as Chlorides (maximum, mg/kg)
(Gum, Unwashed (maximum, mg/100 mL)
Gum, Solvent -Washed (maximum, mg/100 mL)
Copper (maximum, mg/100 mL)
Appearance
0.5
2
1.0
50
1
2
20
5.0
0.07
Product will be visibly free of suspended or
precipitated contaminants (will be clear and
bright).
7.4 Table #3 - Comparison of E10 Fuel Properties
Property
Chemical Formula
Molecular Weight
Composition, weight % Carbon
Hydrogen
Ethanol
Gasoline
C2H5OH
C4 to C 12 Hydrocarbons
46.07
100-105
52.2
85-88
13.1
12-15
Vendor Services Agreement Page 21 of 38
City Secretary Contract No.
8.0
Oxygen
34.7
0
Relative Density, 60/60°F
0.794
0.69-0.793
(Density, lb/gl@60°F
6.61
5.8-6.63
Lower Heating Value
11,500
18,000-19,000
Btu/lb (British thermal unit (BTU) per gallon)
76,300
109,000-119,000
@60°F
Boiling Temperature, OF
173
80-437
Freezing Point, OF
-173.4
-40
Vapor Pressure, psi
2.3
6-15
Blending Reid Vapor Pressure, psi
18
6-15
Octane (R+M)/2
112.5-115a/
87-94
Water Solubility, @70,017 Fuel in Water Vol %
100
Negligible
Water in Fuel Vol %
100
Negligible
Flash point, close cup, OF
55
-45
IAutoignition Temperature, OF
—793
—495
Flammability limits, Vol % Lower
4.3
1.4
Higher
19.0
7.6
Latent Heat of Vaporization Btu/lb @ 60 OF
396
—150
Btu/gal @ 60°F
2,378
—900
JStoichiometric Air/Fuel Ratio, Weight
9.00
14.7
Note: Values shown are typical octane blending values for ethanol as reported. Octane
blending values vary with oxygenate concentration, base fuel octane and composition.
7.5 The above specifications may vary slightly depending on the Vendor and
manufacturer of fuel. Any variance from the above or below specifications must
be approved by the City of Fort Worth Property Management Department- Fuel
Manager, or designee. It will contain additive package and corrosion inhibitors,
but not limited to; if proven by the federal government and/or TCEQ as no longer
an approved additive or corrosion inhibitor. If product package and/or corrosion
inhibitor is changed or altered, the new formulation must meet and/or exceed the
federal government and/or TCEQ approved formulation standards.
GENERAL PRODUCT REQUIREMENTS
8.1 It is anticipated that the (TxLED) Ultra Low Emission Diesel #1, #2, Red Dyed
Diesel, and/or Biodiesel to be furnished will fall within the broad specifications
listed below. If the Diesel does not fall within these specifications, the variances
will be notified in writing and the City of Fort Worth reserves the right to accept
or reject the product if the variances are considered excessive.
Vendor Services Agreement Page 22 of 38
City Secretary Contract No.
8.2 In addition, it is the intent of City of Fort Worth to purchase (TxLED) Ultra Low
Emission Diesel #1, #2, Red Dyed Diesel and/or (SME) Soy- Methyl -Ester, a
virgin vegetable oil blend stock bio-diesel/TxLED blend, meeting ASTM D 6751
and BQ9000 furnished by the Vendor and will be same grade reformulated
(TxLED) Ultra Low Emission Diesel offered through the Vendor's regular retail
outlet.
8.3 The Texas Ultra Low Emission Diesel will contain same additive package,
including, but not limited to ORYXE (OR -LED 2 and/or OR- LED 3 bio), if
additive packages are proven by the federal government and/or Texas
Commission of Environmental Quality (TCEQ) as no longer an approved
additive. The Vendor will ensure the producer of the bio-diesel is complying with
30 Texas Administrative Code JAC) 114.316(k) regarding sampling and testing
requirements and complying with all federal government and/or TCEQ on
approved additive packages.
8.4 Renewable Diesel is distinct from biodiesel. While renewable diesel is chemically
similar to petroleum diesel, biodiesel is a mono -alkyl ester, which has different
physical properties and hence different fuel specifications (ASTM D6751 and EN
14214). The two fuels are also produced through very different processes. While
biodiesel is produced via transesterification, renewable diesel is produced through
various processes such as hydrotreating (isomerization), gasification, pyrolysis,
and other thermochemical and biochemical means. Moreover, biodiesel is
produced exclusively from lipids (such as vegetable oils, animal fats, grease, and
algae), whereas renewable diesel is produced from lipids and cellulosic biomass
(such as crop residues, woody biomass, and dedicated energy crops).
8.5 Table #5
Properties
Petro diesel
Biodiesel
Renewable
Diesel
Cetane#
40-55
50-65
75-90
Energy Density, MJ/kg
43
38
44
Density, g/ml
0.83-0.85
0.88
0.78
Energy Content, BTU/gal 129 K
129 K
118 K
123 K
Sulfur
<10 ppm
<5 ppm
<10 ppm
NOx Emission
Baseline
+10
-10 to 0
Cloud Point, C
-5
20
-10
Oxidative Stability
Baseline
Poor
Excellent
Vendor Services Agreement Page 23 of 38
City Secretary Contract No.
Cold Flow Properties Baseline Poor
Lubricity Baseline Excellent
8.6 Table #6 — Renewable Diesel
Excellent
Similar
Analysis of REG-9000/RHD
Property
Value
ASTM D975
REG- 90008
Units
No.2-D
Limit*
Limit
Cloud point:
-14
Report
Report
°C
Water & Sediment:
<0.05
0.05, max
0.05, max
% volume
Conductivity:
77
25, min
25, min
pS/m
Appearance:
Clear &
Clear &
Clear &
N/A
Bright
Bright
Bright
API Gravity @ 60°F:
49.3
N/A
Report
N/A
Specific gravity @
0.7828
N/A
Report
N/A
60OF:
Flash point:
67.1
52, min
52, min
°C
Total Sulfur:
<1
15, max
2, max
ppm
(mg/kg)
Ramsbottom Carbon:
0.04
0.35, max
0.35, max
% mass
Ash:
<0.001
0.01
0.01
% mass
Kinematic Viscosity at
3.2
1.9 4.1
1.9 — 4.1
mm2/sec
40 IC:
Copper Corrosion (3
la
No. 3
No. lb
N/A
hrs. at 50 °C):
Distillation
301
282 338
282 — 338
°C
Temperature, at 90%:
Cetane Index:
96
40, min
65, min
N/A
9.0 DIESEL FUEL COMPONENT SPECIFICATIONS
9.1 Diesel #1 Kerosene based Diesel Clarification
Vendor Services Agreement Page 24 of 38
Test
Method
(current
revision)
D5771
D2709
D2624
D4176,
Procedure 1
D4052
D4052
D93A
D5453
D524
D482
D445
D130
M
D4737,
Procedure A
City Secretary Contract No.
9.1.1 Fungibles #1 -fuel oil distillate with a minimum cetane number of 48 and
aromatics content (10%) max., maximum sulfur content of (<15ppm) or
less.
9.1.1.1 Components: Light hydrocarbon distillate — 60%, Kerosene — 40%,
pour point improver — <15 PPM.
9.1.1.2 Flammable properties: Flash point — 100 to 162 degrees F,
autoignition temp. 220°C to (428 degrees F), explosive limits by %
volume in air — lower 0.4/upper 8%.
9.1.1.3 Boiling point — 380 degrees, specific gravity (H20=1) —0.83 (AIP)
38.5, insoluble in water, vapor pressure @ 20 degrees C MMHG:
N/AV, volatile by volume —100%.
9.1.2 Fungibles #2 - fuel oil distillate with a minimum cetane number of 48 and
aromatics content (10%) max., maximum sulfur content of (<15ppm) or
less.
9.1.2.1 Components: Petroleum distillates —100%, pour point improver
<15 PPM.
9.1.2.2 Flammable properties: Flash point — 125 to 190 degrees F,
autoignition temp. 257.2°C to (495 degrees F), explosive limits by
% volume in air — lower 0.4/upper 8%.
9.1.2.3 Boiling point — 325 to 700*F degrees, specific gravity 0.84 to 0.93
(H20=1) @ 60°F, insoluble in water, vapor pressure <0.7kPa (<5.2
min Hg @ 20 degrees C, vapor density 3 (Air =1), volatility
negligible, evaporation rate 0.02.
9.2 Blend of specs 9.1.1 and 9.1.2 (70/30 blend) Diesel Clarification
9.2.1 Fungible #1 -split load 70/30 blend (DF#2-70%/DF#1-30%) fuel oil
distillate with a minimum cetane number of 48 and aromatics content
(10%) max., maximum sulfur content of (<15ppm) or less.
9.2.1.1 Pricing on 70/30 blend will be based on the DF#1-30%. (70%-#2
Dallas Metro Texas average rack price and 30%-# 1 Dallas Metro
Texas average rack price for date of delivery).
9.3 Standard Diesel Clarification
9.3.1 Fungible #2 - split load DF/BIO-DF blend (DF#2 - #00%BIO#00%) fuel
oil distillate with a minimum cetane number of 48 and aromatics content
Vendor Services Agreement Page 25 of 38
City Secretary Contract No.
(10%) max., maximum sulfur content of (<15ppm) or less. The City will
accept up to 5% of bio diesel in the diesel fuel.
9.4 The above specifications may vary slightly depending on the Vendor and
manufacturer of fuel. Any variance from the above specifications must be
approved in writing by the City of Fort Worth.
10.0 JET -A AVIATION FUEL REQUIREMENTS (GRADE 54)
PROPERTIES
(ACIDITY, TOTAL MG KOH/G
(AROMATICS, VOL %
MERCAPTAN SULFUR, WT. %
SULFUR, TOTAL WT. %
DISTILLATION
10% RECOVERED F
50% RECOVERED F
95% RECOVERED F
�ND POINT
DISTILLATION RESIDUE, VOL%
DISTILLATION LOSS, VOL%
'LASH POINT, F
GRAVITY, API @ 600 F
FREEZING POINT, C
VISCOSITY, -40 F CST
(NET HEAT OF COMBUSTION, BTU/LB.
ASTM
SPECS
MAX
D874
X
D1319
X
D3227
X
D4294
D96
MAX
MAX
X
X
MAX
MAX
MAX
MIN
COMBUSTION PROPERTIES:
ONE OF THE FOLLOWING REQUIREMENTS MUST BE MET:
1. LUMINOMETER NO., OR
2. SMOKE POINT, OR
3. SMOKE POINT AND
NAPHTNALENESVOL%
CORROSION, COPPER STIP, 2 HRS. @ 212° F
THERMINAL STABILITY:
D58
D4052
D2346
D445
D 1406
NOTES
0.1
22 A
0.003
0.3
400
REPORT
REPORT
572
1.5
1.5
104 MIN. °
37-51
40
8
18,400 C
MIN
D1740
45
MIN
D1322
25
MIN
D1322 & D1840
19
MAX
3.0
MAX
D130
NO.1
Vendor Services Agreement Page 26 of 38
B
City Secretary Contract No.
PROPERTIES ASTM SPECS NOTES
FILTER PRESSURE DROP (MNHG) MAX D3241 25 E
TUBE DEPOSIT LESS THAN CODE 3
EXISTENT GUM MAX, MG/100ML MAX D391 7.0
WATER REACTION: D 1024
SEPARATION RATING MAX +2
INTERFACE RATING MAX 18
ADDITIVES F
APPEARANCE G
COLOR, SAYBOLT MIN D 156 15
WSIM MIN D3948 85
CONDUCTIVITY (PS/M) REPORT
11.0 JET -A AVIATION TURBINE FUEL REQUIREMENTS
PHYSICAL PROPERTIES:
BOILING POINT: 572° F (300° C) POUR POINT: ND
SPECIFIC GRAVITY: 0.7753- 0.8398 PH: Essentially Neutral
MELTING POINT: ND FREEZING POINT: -40°F (-40°C)
% VOLATILE: ND APPEARANCE/ODOR: Pale Yellow, Clear
Liquid with Kerosene -Like Odor
Vapor Pressure: Very Low Evaporation Rate (Water): Very Low
Flash Point: 100' F (37.8°C) Tag Closed Cup
Vapor Density 5.7(Approximate): Autoignition Temperature: 410°F (210' C) Viscosity: 8
CST Flammability Limits in Air: (% By Vol.) Lower: 0.7
% Solubility in Water: Negligible
Flammability Limits in Air: (% By Vol.) Upper: 5 Octanol/Water Partition Coefficient:
ND
Vendor Services Agreement Page 27 of 38
City Secretary Contract No.
PROPERTIES ASTM
SPECS
NOTES
COMPOSITION
ACIDITY, TOTAL MG KOH/G MAX
D1655
0.1
AROMATICS, VOL % MAX
D1655
25
MERCAPAN SULFER, WT.% MAX
D1655
0.003
SULFER, TOTAL WT.% MAX
D1655
0.3
DOCTOR TEST (N=NEGATIVE)
N
PROPERTIES
ASTM
SPECS
NOTES
DISTILLATION
10% RECOVERED F
400°F (204.4°C)
20% RECOVERED F
50% RECOVERED F
REPORT
90% RECOVERED F
REPORT
FINAL B.P. POINT F
MAX
D1655
572°F (300°C)
DISTILLATION RESIDUE, VOL%
MAX
1.5
DISTILLATION LOSS, VOL%
MAX
1.5
FLASH POINT, F
D1655
100°F (37.8°C)
GRAVITY, API@ 60°F
MAX
D1655
37-51
RELATIVE DENSITY (@15.5°)
0.7753-0.8398
FREEZING POINT, C
MAX
D1655
-40°F (-40°C)
VISCOSITY, -4° F CST
MAX
D1655
8
NET HEAT OF COMUSTION, BTU/LB.
MIN
D1655
18,400(42.8 MJ/KG)
COMBUSTION PROPERTIES
ONE OF THE FOLLOWING REQUIREMENTS
MUST BE MET:
1. LUMINOMTER NO., OR
MIN
D1655
45
2. SMOKE POINT, OR
MIN
D1655
25
3. SMOKE POINT, AND
MIN
D1655
18
NAPHTNALENES VOL%
MAX
3.0
Vendor Services Agreement Page 28 of 38
City Secretary Contract No.
CORRSION, COPPER STRIP, 2 HRS. @ 212° F MAX D1655 NO.1
THERMAL STABILITY
A. JFTOT DELTA P MAXIMUM (MM HG) MAX D1655 25
B. JFTOT MAXIMUM TUBE COLOR CODE MAX D1655 <3
PROPERTIES ASTM SPECS
CONTAMINANTS
COKER TUBE COLOR CODE D1655
EXISTENT GUM MAXIMUM (MG/I00ML) MAX D1655
PARTICULATE MAXIMUM (MG/I) MAX D1655
WATER REACTION SEPARATION MAX D1655
MAXIMUM
WATER RECATION INTERFACE MAXIMUM MAX D1655
NOTES
3
7
2
LB.
WSIM MINIMUM D1655 85 (Clear, No
Additives)
NOTES: Minimum 104°F temperature applies at the origin location, minimum of 100°F will
apply at destination.
11.1 Fuel over 20 volume % and not exceeding 25 volume % of aromatics is permitted
provided the Vendor notifies the purchaser of the volume, destination, and aromatic
content at date of such shipment.
11.2 ASTM Method D56 is the preferred method. In case of dispute, ASTM method D56
will apply.
11.3 Use for Jet -A the value calculated from table 8 on EOS 5 and 8 in ASTM method
D1405. Test ASTM method D2382 may be used as an alternative. In case of
dispute ASTM method D2382 must be used.
11.4 Thermal stability test will be conducted for 2.5 hours at a control temperature of
250°C but if the requirements of the above specification are not meet met, the test
may be conducted for 2.5 hours at a controlled temperature of 245°C results of
both test temperature will be reported by the visual, method: A rating by the tube
deposit rating (TDR) optical density is desirable, but not mandatory.
11.5 No additives other than ANTI -OXIDANTS AND METAL DEACTIVATORS as
set forth in ASTM D1655.
Vendor Services Agreement Page 29 of 38
City Secretary Contract No.
11.6 Products will be clear and bright and free of suspended water sediment.
11.7 Products will meet military Jet Specifications as specified in ASTM.
11.8 SPECIAL NOTES:
11.8.1 The above specifications may vary slightly depending on the Vendor and
manufacturer of Jet -A Aviation fuel. Any variance from the above
specifications must be approved by the City. Proposers must submit the
specifications on the variance along with the MSDS sheets to the City for
review and approval. Required fuel must meet the latest revision of Jet -
A fuel ASTM D1655.
12.0 LEGISLATION INFORMATION
12.1 This agreement requires that as legislation, both state and federal, governing the
content characteristics and /or standards of Conventional Gasoline (including
RVP during summer months), Ethanol Blended Gasoline (E85 and E10),
Reformulated Gasoline, Oxygenated Gasoline, Diesel, Renewable Diesel, Red
Dyed Diesel, Diesel #1, #2, and/or Biodiesel fuel, Aviation Gasoline (Jet -A),
Kerosene -Type Jet Fuel, and Diesel Exhaust Fluid could be modified that the
providing Vendor will deliver product that complies with the modified legislation.
12.2 Fuel additive packages, fuel conditioners, stabilizers and/or hi -flash hi-flo anti -
icing aviation fuel additive purchased through this contract must be approved and
comply with the most recent modified legislation for the state or region receiving
the product mentioned herein.
13.0 ORDER PLACEMENT
13.1 The City of Fort Worth Property Management Department- Fuel Services
Division will be the contact for all City of Fort Worth fuel purchases.
13.2 Orders will be placed by email, requesting specific delivery dates and sites. A
purchase order will be issued at that time.
14.0 DELIVERY
14.1 Deliveries will be made to the various sites Monday through Friday, according to
the hours of operation for that site unless an emergency situation should develop.
Emergency contact after 5:00 PM will be provided to the successful Vendor(s).
14.2 The bill of lading from the terminal or metered delivery ticket for the bobtails will
be provided by the vendor at the time of delivery.
14.3 Title and risk of loss of fuel will not pass to buyer until buyer actually receives the
Vendor Services Agreement Page 30 of 38
City Secretary Contract No.
bill of lading from the terminal and takes possession of fuel at the point of
delivery.
14.4 Title and risk of loss of Jet -A Aviation Fuel will not pass to the buyer until buyer
actually receives the bill of lading from the terminal and take possession of Jet- A
Aviation Fuel at the point of delivery.
14.5 Deliveries of fuel under this contract are subject to testing, to ensure compliance
with specifications. All tests will be made as per method by the American Society
of Testing Materials, unless otherwise specified. When the test analysis shows
fuel meeting specification, the City will pay for said test. When test analysis
shows fuel does not meet specification, contractor will pay for said test. In
addition, contractor agrees to be liable for all charges necessary to satisfactorily
bring contaminated tanks within limits, pump out fuel and replace as necessary.
14.6 Deliveries of Jet -A Aviation Fuel under this agreement are subject to test to insure
compliance with these specifications. All tests will be made as per method used
by the American Society of Testing Materials unless otherwise specified. Vendor
will pay for analysis test. In addition, the Vendor agrees to be liable for any
charges necessary to bring contaminated tanks within limits, pump fuel out and
replace as necessary.
15.0 DELIVERY LOCATIONS
15.1 The following table includes the primary delivery locations throughout the City of
Fort Worth.
# Site
Address
Tank
Fuel
# Of
Tank Size
Type
Type
Tanks
(Gallons)
1 James Avenue
5021 James Avenue
UST
UNL
2
20,000
Service Center
Fort Worth, Texas 76115
DSL
3
20,000
2 Brennan Street
2500 Brennan Ave.
AST
UNL
2
250
Service Center
Fort Worth, Texas 76106
DSL
1
2,000
3 Water Service
2201 W. Daggett St.
AST
DSL
1
10,000
Center
Fort Worth, Texas 76104
1
12000
4 Southside Service
4100 Columbus Tr.
UST
UNL
1
10,000
Center
Fort Worth, Texas 76133
DSL
2
10,000
Southeast Service
5000 Martin Luther King Fwy.
UNL
1
12,000
5 Center
Fort Worth, Texas 76119
AST
DSL
1
12,000
North Service
317 Hillshire Drive
UST
UNL
2
20,000
6 Center
Fort Worth, Texas 76052
UST
DSL
2
20,000
AST
DEF
1
550
Vendor Services Agreement Page 31 of 38
City Secretary Contract No.
7 Police Heliport 1310 Gulfstream Rd. I AST I Jet A I 1 I 12,000
Fort Worth, TX 76106
46.0 ADDITIONAL DELIVERY SITES
16.1 ALL ADDITIONAL DELIVERY SITES HAVE (250, 500, 550, 1000, AND
2000) GALLON TANKS.
16.2 During regular operations, the inventory delivered to the James Avenue Service
Center and North Service Center is transferred to additional locations. Only in
case of an emergency will the City of Fort Worth request delivery to additional
site locations listed in Section 16.4. Unless specifically requested by the Property
Management Fleet Fuel Manager, or their designee, delivery to the additional
locations will not be allowed. The City will not be responsible for payment for
unauthorized deliveries.
16.3 The City of Fort Worth reserves the right to add and/or delete delivery sites
during the course of this agreement.
16.4 Additional Site Locations are as follows:
# Site
Address
1 Meacham Airport
201 American Concourse
Fort Worth, TX 76106
2 Meadowbrook
1815 Jenson Rd.
Golf Course
Fort Worth, TX 76112
Sycamore Creek
401 Martin Luther King Jr
3 Golf Course
Fwy'
Fort Worth, TX 76104
4 Pecan Valley Golf
6400 Pecan Valley Dr.
Course
Fort Worth, TX 76132
5 Rockwood Park
1851 Jacksboro Hwy.
Golf Course
Fort Worth, TX 76114
Park and
Recreation
1700 Brennan Ave.
6 Department North
Fort Worth, TX 76106
District Service
Center
Park and
7 Recreation
2300 Avenue H
Department East
Fort Worth, TX 76105
District Center
Tank
Type
AST
AST
Fuel
# Of
Tank Size
Type
Tanks
(Gallons)
DSL
1
375
UNL
1
500
DSL
1
500
AST
UNL
1
600
UNL
1
500
AST
DSL
1
500
UNL
1
500
AST
DSL
1
500
AST
DSL
1
2,000
AST DSL 1 2,000
Vendor Services Agreement Page 32 of 38
City Secretary Contract No.
Village Creek
4500 Wilma Ln.
AST
UNL
1
3,000
8
Waste Water
Arlington, TX 76012
AST
DSL
1
3,000
Treatment Plant
9
Fire Station #01
120 N. Pecan Street
AST
DSL
1
500
Fort Worth TX, 76102
10
Fire Station #02
1000 Cherry St.
AST
DSL
1
2,000
Fort Worth, TX 76102
11
Fire Station #03
4700 Ramey Ave.,
AST
DSL
1
500
Fort Worth, TX 76105
12
Fire Station #04
2954 Old Mansfield Rd.
AST
DSL
1
500
Fort Worth, TX 76119
13
Fire Station #05
850 Irma Street
AST
DSL
1
1,000
Fort Worth, TX 76104
14
Fire Station #07
925 Morrison Dr.
AST
UNL
1
500
Fort Worth, TX 76120
DSL
1
500
15
Fire Station #08
1101 12th Ave.
AST
DSL
1
1,000
Fort Worth, TX 76104
16
Fire Station #09
2575 Polaris Dr.
AST
DSL
1
500
Fort Worth, TX 76137
17
Fire Station #11
1900 Texan Dr.
AST
DSL
1
1,000
Justin, TX 76247
18
Fire Station #12
120 N.W. 22nd Street
AST
UNL
1
500
Fort Worth, TX 76164
AST
DSL
1
500
19
Fire Station #13
5333 Lea Crest Ln.
AST
DSL
1
500
Fort Worth, TX 76135
20
Fire Station #14
2737 Meadowbrook Dr.
AST
UNL
1
550
Fort Worth, TX 76103
DSL
1
500
21
Fire Station #15
3100 Azle Ave.
AST
DSL
1
500
Fort Worth, TX 76106
22
Fire Station #16
5933 Geddes Ave.
AST
DSL
1
500
Fort Worth, TX 76107
23
Fire Station #17
5151 Hemphill Street
AST
DSL
1
1,000
Fort Worth, TX 76115
24
Fire Station #19
2613 Carnation Ave.
AST
DSL
1
500
Fort Worth, TX 76111
25
Fire Station #20
901 Woodhaven Blvd.
AST
DSL
1
500
Fort Worth, TX 76112
26
Fire Station #21
3501 South Hills Ave.
AST
DSL
1
500
Fort Worth, TX 76109
27
Fire Station #22
4849 Wilbarger Street
AST
DSL
1
500
Fort Worth, TX 76119
28
Fire Station #23
3201 Portales Dr.
AST
DSL
1
500
Fort Worth, TX 76116
Vendor Services Agreement Page 33 of 38
City Secretary Contract No.
29
Fire Station #26
6124 S. Hulen Street
AST
DSL
1
500
Fort Worth, TX 76133
30
Fire Station #27
2940 Precinct Line Rd.
AST
DSL
1
1,000
Fort Worth, TX 76118
31
Fire Station #28
1300 Everman Parkway
AST
DSL
1
500
Fort Worth, TX 76140
32
Fire Station #29
6400 Westcreek Dr.
AST
DSL
1
500
Fort Worth, TX 76133
33
Fire Station #31
4209 Longstraw Dr.
AST
UNL
1
550
Fort Worth, TX 76137
DSL
l
550
34
Fire Station #32
10201 White Settlement Rd.
AST
DSL
1
550
Fort Worth, TX 76108
35
Fire Station #33
14650 Statler Blvd.
AST
DSL
1
1,000
Fort Worth, TX 76155
36
Fire Station #34
14101 Sendera Ranch Blvd.
AST
DSL
1
1,000
Haslet, TX 76052
37
Fire Station #35
2201 Flight Line Rd.
AST
UNL
1
1 000
Fort Worth, TX 76177
DSL
1
38
Fire Station #36
5045 Columbus Trail
AST
DSL
1
500
Fort Worth, TX 76123
39
Fire Station #37
4721 Ray White Rd.
AST
DSL
1
500
Keller, TX 76244
40
Fire Station #38
13280 Park Vista Blvd.
AST
DSL
l
1,000
Keller, TX 76248
41
Fire Station #39
7655 Oakmont Blvd.
AST
DSL
1
500
Fort Worth, TX 76132
42
Fire Station #41
11400 Willow Springs Rd.
AST
DSL
1
1,000
Haslet, TX 76052
43
Fire Station #42
450 E Rendon Crowley Rd.
AST
DSL
1
1,000
Burleson, TX 76028
44
Fire Station #43
2200 Walsh Ranch Parkway
AST
DSL
1
1,000
Aledo, TX 76008
45
Fire Station #45
1901 Quail Grove Dr.
AST
DSL
1
1,000
Fort Worth, TX 76177
Will Rogers
3401 W Lancaster Ave.
UNL
1
500
46
Memorial Center
Fort Worth, TX 76107
AST
DSL
1
500
17.0
DELIVERY/FREIGHT CHARGES
17.1 Fuel delivery charges are to be determined separately and apart from the Market
Differential included in Exhibit B, Payment Schedule (i.e., the Market Differential
must not include cost estimates for delivery).
Vendor Services Agreement Page 34 of 38
City Secretary Contract No.
17.2 Delivery charges will be a direct cost pass -through to the City. No mark-up or
profit will be added to actual freight / delivery cost. When determining delivery
charges specific to each City location, Vendor must identify additional charges, if
any, for split deliveries at different locations or for loads smaller than tank loads.
17.3 Delivery is expressed in number of calendar days required to make delivery after
receipt of a purchase order. Delivery will be made in accordance with instructions
by the Property Management Department Fuel Manager and petroleum bulk
storage regulations.
17.4 Vendor's delivery trucks MUST BE EQUIPPED WITH CALIBRATED
METERS to accurately measure quantities delivered. Vendor will adjust for
volume changes by temperature variations using API Gravity correction. All
trucks used for delivery must have the ability to measure fuel delivered and
correctly record the volume delivered to 60 degrees Fahrenheit for billing
purposes. The Vendor will use 60 degrees Fahrenheit as the normal temperature
reading. All deliveries must be accompanied by a Delivery Ticket showing Brand
or Grade and gross gallons, temperature and adjusted gallons delivered. The City
may examine, upon request, a copy of the metered ticket showing gallons loaded
into the vehicle making delivery.
17.5 For bobtail deliveries, Vendors are required to measure fuel available in the tank
before and after the delivery using stick readings and verifying meter product.
17.6 The Vendor will warrant the time for normal deliveries to be within twenty-four
(24) hours and no later than forty-eight (48) hours in non- emergency situations
from receipt of order. Normal deliveries are considered to be Monday through
Friday according to the hours of operation for each site.
17.7 Unleaded and Diesel deliveries on Saturday or Sunday will be priced using the
OPIS contract net low for the Saturday (available from OPIS if Vendor does not
currently receive Saturday prices) of the weekend during which the delivery
occurred.
17.8 Each agency that utilizes this agreement will be responsible for having the proper
fuel fill and transfer vapor recovery system(s) operating on their storage tanks in
accordance with their state and local regulations. The transfers include delivery
tank to storage tank (Stage I) and storage tank to vehicle tank (Stage II) systems.
Vendors have the responsibility of reporting faulty equipment to the end users and
the appropriate regulatory agencies.
17.9 Truck pumps are required for fuel delivery to above ground storage tanks.
17.10 Each agency that utilizes this agreement may request "automatic replenishment"
or for the Vendor to top -off tanks for testing purposes. The Vendor will comply
Vendor Services Agreement Page 35 of 38
City Secretary Contract No.
with these requests at its option and will notify the agency accordingly. Vendor
must have the ability upon request from the agency, to be able to remotely
monitor the agency's fuel monitoring system and send a fuel truck when a full
load is required. The monitoring equipment will be provided by the agency
requesting automatic replenishment.
17.11 The Vendor will provide fuel content labels/signs for each pumping station. These
labels will satisfy the requirements the state and local regulations of each agency
who utilizes this agreement. An environmental awareness decal/label will be
provided and displayed on each affected pump.
17.12 It is anticipated that the majority of purchases under this contract will be on a
"delivered" basis, but some agencies have appropriate vehicles and the desire to
pick up fuel. In the event of an agency ordering fuel to be picked up in their own
vehicle, no additional freight or delivery charges will be allowed under this
contract (i.e., Benchmark Index plus Market Differential only).
17.13 The unit costs for the types of freight included in Exhibit B, Payment Schedule
are for the Dallas Metro, Texas Rack Market. Freight prices may vary for other
regions/ states.
17.14 Freight terms will be FOB Origin — Title and risk of loss of fuel will pass to the
agency at the point the agency actually receives and takes possession of fuel when
loaded in the agency's vehicle at the terminal or FOB Destination - Title and risk
of loss of fuel will not pass to the agency until the agency actually receives and
takes possession of fuel at point of delivery. Delivery charges to be a direct cost
pass -through to the City and added as a separate line item on the invoice. Delivery
charges are to be pre -determined between the City and the Vendor prior to
delivery.
18.0 INVOICES
18.1 The billing address for all invoices will be 100 Fort Worth Trail Fort Worth, TX
76102. All invoices should reference, at a minimum, bill of lading from the
terminal, City of Fort Worth Purchase Order number, specific delivery dates,
delivery times, and delivery location.
18.2 Invoices must clearly indicate the Benchmark Index per the terms of this contract
for each fuel product delivered as a separate line item on the invoice. Invoices
must state as a separate line item the Market Differential for each fuel product
sold per the terms of this contract. The Benchmark Index and Market Differential
for each fuel product sold must be stated on a cost per gallon basis on the invoice,
with number of gallons sold separately stated by fuel product. The extended total
sales for each fuel product sold must be identified. Taxes, if any, and delivery
charges, if any, should be stated a separate line item on the invoice to derive the
Vendor Services Agreement Page 36 of 38
City Secretary Contract No.
total cost to the City. If confirmation of pricing by City finds any discrepancy
with the terms of this contract, Vendor will make correction before payment of
invoice or refund any overpayment for incorrect invoices already paid without
any penalty assessed upon the City.
18.3 A copy of the bill of lading from the terminal or a metered delivery ticket for
bobtails will be required at the time of delivery and will be attached to the
invoice.
18.4 Invoice pricing will include contract price and applicable taxes as a separate item.
The only tax to be invoiced to City of Fort Worth is state tax and state loading tax,
no other taxes will be charged.
18.5 Invoices must clearly indicate the Daily Net Rack Average for E85, Reformulated
Gasoline (Premium, Midgrade, Regular), Red Dyed Diesel, Diesel #1, #2,
Renewable Diesel and/or Biodiesel in Dallas Metro Texas, OPIS NET sent at
10:00 AM EST" for date of delivery" as a separate line item on invoice or
separate page with invoice. For Jet -A invoices, the Benchmark Pricing used for
the date of delivery, must be provided as a separate line item on invoice or
separate page with invoice. If confirmation of pricing finds any discrepancy
including list or average pricing used, Vendor will make correction before
payment of invoice or refund any overpayment for incorrect invoices already paid
without any penalty assessed upon the City. Upon finding any frequent/recurring
discrepancies, Vendor may be required to cover cost of OPIS license requirements
to obtain copyrighted materials for the City.
19.0 REPORTING
19.1 Vendors will be required to maintain data and provide documentation and/or
reports of all petroleum products and gallons purchased by the City. Vendors will
be able to supply reports by delivery date, fuel type, amount delivered, costs, tank
location and invoice number for the City upon request.
Vendor Services Agreement Page 37 of 38
City Secretary Contract No.
EXHIBIT B
PAYMENT SCHEDULE
See next page.
Vendor Services Agreement Page 38 of 38
Exhibit B,
Payment Schedule
RFP 25-0001 Motor and Aviation Fuel Services - Additional Items/Services
Success:
All values provided
Bid
#1-3
Pump off Fee
Success:
All values provided
Bid
#1-4
Split load Fee
Success:
All values provided
Bid
#1-5
Transport Freight
Success:
All values provided
Bid
#1-6
Short Transport Freight
Success:
All values provided
Bid
#1-7
Tank Wagon Freight
Success:
All values provided
Bid
#1-8
Bobtail Freight
Success:
All values provided
Bid
#1-9
Delay Time (15 minutes increment)
1 Each
Pump fee for above Dollars
$ 0 00
$ 0.00
ground tank
When one site receives
1 Each
gasoline and diesel Dollars
$ 75.00
$ 75.00
delivered on the same
truck on the same day.
1 Per gallon
Transport Freight Rate Cents Per Gallon
$ 0.05
$ 0.05
1 Per gallon
Short Trannssport Freight Cents Per Gallon
$ 0.05
$ 0.05
te
1 Per gallon
Tank Wagon Freight Rate Cents Per Gallon
$ 0.25
$ 0.25
1 Per gallon
Bobtail Freight Rate Cents Per Gallon
$ 0.25
$ 0.25
Demurrage -This amount
is charged if time to load
or unload exceeds 1 hour
1 Hourly
each. $80.00/hour, will be Dollars
$ 80.00
$ 80.00
charged in 15 minute
increments (i.a. $20 per
15-minute increments)
RFP 25-0001 Motor and Aviation Fuel & Related Services - Attachment B - Rack Market Differential Pricing spreadsheet
Market Differential Price Proposal, Excluding Transportation Costs
Offerors must submit their pricing proposal using the spreadsheet provided by the City of Fort Worth, with no changes to the spreadsheet formatting.
All four digits to the right of the decimal point must be completed by the offeror. If one or more of the four digits called for are omitted by the offeror,
the City of Fort Worth will assume the value of the omitted digit(s) to be zero. Offerors should place an "X" in any cell that they are not proposing to offer.
OPIS Rack Market: I Dallas Proper
Reformulated Gasoline
Reformulated Reaular Unleaded
Transport Load
(-) $0. 0 0 0 5
or
(+) $0. x x x x
Short Transport Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Tank Wagon Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Bobtail Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Split Loads
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Reformulated Midarade Unleaded
Transport Load
(-) $0. 0 0 0 5
or
(+) $0. x x x x
Short Transport Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Tank Wagon Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Bobtail Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Split Loads
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Reformulated Premium Unleaded
Transport Load
(-) $0. 0 0 0 5
or
(+) $0. x x x x
Short Transport Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Tank Wagon Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Bobtail Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Split Loads
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Conventional Gasoline
Conventional Reaular Unleaded
Transport Load
(-) $0. 0 0 0 5
or
(+) $0. x x x x
Short Transport Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Tank Wagon Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Bobtail Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Split Loads
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Conventional Midarade Unleaded
Transport Load
(-) $0. 0 0 0 5
or
(+) $0. x x x x
Short Transport Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Tank Wagon Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Bobtail Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Split Loads
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Conventional Premium Unleaded
Transport Load
(-) $0. 0 0 0 5
or
(+) $0. x x x x
Short Transport Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Tank Wagon Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Bobtail Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Split Loads
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Ethanol Blended Gasoline
E10 f 10 % ethanol and 90 % aasolinel
Unleaded
Transport Load
(-) $0. 0 0 0 5
or
(+) $0. x x x x
Short Transport Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Tank Wagon Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Bobtail Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Split Loads
(-) $0. x x x x
or
(+) $0. 8 9 9 9
E85 f85 % ethanol and 15 % aasolinel
Transport Load
(-) $0. 0 0 0 5
or
(+) x x x $0. x
Short Transport Load
(-) $0. x x x x I
or
(+) $0. 8 9 9 9
Dallas/Aledo I I Dallas/Ft. Worth I
(-) $0. 0 0 0 5
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. 0 0 0 5
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. 0 0 0 5
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. 0 0 0 5
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. 0 0 0 5
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. 0 0 0 5
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. 0 0 0 5
or (+) $0. x xxx
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. 0 0 0 5 or (+) $0. x x x x
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. 0 8 0 7 or (+) $0. x x z xx
(-) $0. 0 8 0 7 or (+) $0. x x x x
(-) $0. 0 8 0 7 or (+) $0. x x x x
(-) $0. 0 8 0 7 or (+) $0. x x x x
(-) $0. 0 8 0 7 or (+) $0. x x x x
(-) $0. 0 0 0 5 or (+) $0. x x z x_
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. 0 0 0 5 or (+) $0. x x z x_
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. 0 0 0 5 or (+) $0. x x x x_
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. 0 0 0 5 or (+) $0. x x z x_
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. 0 0 0 5 or (+) $0. x x x x_
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. 0 8 0 7 or (+) $0. x x z x
(-) $0. 0 8 0 7 or (+) $0. x x x x
(-) $0. 0 8 0 7 or (+) $0. x x x x
(-) $0. 0 8 0 7 or (+) $0. x x x x
(-) $0. 0 8 0 7 or (+) $0. x x x x
(-) $0. 0 0 0 5 or (+) x $0. x x x_
(-) $0. x x x x or (+) $0. 8 9 9 9
Page 1 of 3
Market Differential Price Proposal, Excluding Transportation Costs
Offerors must submit their pricing proposal using the spreadsheet provided by the City of Fort Worth, with no changes to the spreadsheet formatting.
All four digits to the right of the decimal point must be completed by the offeror. If one or more of the four digits called for are omitted by the offeror,
the City of Fort Worth will assume the value of the omitted digit(s) to be zero. Offerors should place an "X" in any cell that they are not proposing to offer.
OPIS Rack Market:
Dallas Proper
Tank Wagon Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Bobtail Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Split Loads
0$0. x x x x
or
(+) $0. 8 9 9 9
Finished Aviation Gasoline
Transport Load
(-) $0. x x x x
or
(+) $0. x x x x
Short Transport Load
(-) $0. x x x x
or
(+) $0. x x x x
Tank Wagon Load
(-) $0. x x x x
or
(+) $0. x x x x
Bobtail Load
(-) $0. x x x x
or
(+) $0. x x x x
Split Loads
(-) $0. x x x x
or
(+) $0. x x x x
Kerosene -Type Jet Fuel
JP-5
Transport Load
(-) $0. x x x x
or
(+) $0. x x x x
Short Transport Load
(-) $0. x x x x
or
(+) $0. x x x x
Tank Wagon Load
(-) $0. x x x x
or
(+) $0. x x x x
Bobtail Load
(-) $0. x x x x
or
(+) $0. x x x x
Split Loads
(-) $0. x x x x
or
(+) $0. x x x x
J P-8
Transport Load
(-) $0. x x x x
or
(+) $0. x x x x
Short Transport Load
(-) $0. x x x x
or
(+) $0. x x x x
Tank Wagon Load
(-) $0. x x x x
or
(+) $0. x x x x
Bobtail Load
(-) $0. x x x x
or
(+) $0. x x x x
Split Loads
(-) $0. x x x x
or
(+) $0. x x x x
Jet -A Aviation Turbine Fuel
Transport Load
(-) $0. x x x x
or
(+) $0. x x x x
Short Transport Load
(-) $0. x x x x
or
(+) $0. x x x x
Tank Wagon Load
(-) $0. x x x x
or
(+) $0. x x x x
Bobtail Load
(-) $0. x x x x
or
(+) $0. x x x x
Split Loads
(-) $0. x x x x
or
(+) $0. x x x x
Diesel Fuel
Diesel Exhaust Fluid (DEF)
Cost
$6.50 Small Gallon Container
(-) $0. x x x x
or
(+) $0.ffd
Cost$S.SOI55
Gallon Container
(-) $0.x x x x
or
(+) $0.Cost
$4.25Bulk Gallon Containment
(-) $0. x x x x
or
(+) $0.
Ultra Low Sulfur Diesel N5 Dom and under Sulfur)
Transport Load
(-) $0. 0 0 0 5
or
(+) $0. x x x x
Short Transport Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Tank Wagon Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Bobtail Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Split Loads
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Low Sulfur Diesel (Greater than
15 to 500 Dom Sulfur)
Transport Load
(-) $0. 0 0 0 5
or
(+) $0. x x x x
Short Transport Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Tank Wagon Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Bobtail Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Split Loads
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Hiah Sulfur Non-Hiahwav Diesel (Greater than 500 Dom Sulfur)
Transport Load
(-) $0. 0 0 0 5
or
(+) $0. x x x x
Short Transport Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Tank Wagon Load
(-) $0. x x x x
or
(+) $0. 8 9 9 9
Dallas/Aledo I
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $O. x x x x or (+) $0. x x x x
(-) $0. Ix x x x I or (+) $0. x x x x
(-) $0. x x x x or (+) $0. x x x x
(-) $0. 0 0 0 5
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. 0 0 0 5
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. 0 0 0 5 or (+) $0. x x x x
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
Dallas/Ft. Worth I
(-) $0. x x x x or (+) $0. r779 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x I or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. x x x x
(-) $0. x x x x or (+) $0. x x x x
(-) $0. x x x x or (+) $0. x x x x
(-) $0. x x x x or (+) $0. x x x x
(-) $0. x x x x or (+) $0. x x x x
(-) $0. x x x x or (+) $0. x x x x
(-) $0. x x x x or (+) $0. x x x x
(-) $0. x x x x or (+) $0. x x x x
(-) $0. x x x x or (+) $0. x x x x
(-) $0. x x x x or (+) $0. x x x x
(-) $0. x x x x or (+) $0. x x x x
(-) $0. x x x x or (+) $0. x x x x
(-) $0. x x x x or (+) $0. x x x x
(-) $0. x x x x or (+) $0. x x x x
(-) $0. x x x x or (+) $0. x x x x
(-) $0. x xxx or (+) $0. 00 0666
(-) $0. x x x x or (+) $0. 0 0 6 6
(-) $0. x x x x or (+) $0. 0 0 6 6
(-) $0. x x x x or (+) $0. 0 0 6 6
(-) $0. x x x x or (+) $0. 0 0 6 6
(-) $0. x x x x or (+) $0
. x x x x
(-) $0. x x x x or (+) $0. x x x x
(-) $0. x x x x I or (+) $0. x x x x
(-) $0. 00 5199 or (+) $0. x x z xx
(-) $0. 0 5 1 9 or (+) $0. x x x x
(-) $0. 0 5 1 9 or (+) $0. x x x x
(-) $0. 0 5 1 9 or (+) $0. x x x x
(-) $0. 0 5 1 9 or (+) $0. x x x x
(-) $0. 0 5 1 9 or (+) $0. x x x x
(-) $0. 0 5 1 9 or (+) $0. x x x x
(-) $0. 0 5 1 9 or (+) $0. x x x x
(-) $0. 0 5 1 9 or (+) $0. x x x x
(-) $0. 0 5 1 9 or (+) $0. x x x x
(-) $0. 0 0 0 5 or (+) $0. x x x x_
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
Page 2 of 3
Market Differential Price Proposal, Excluding Transportation Costs
Offerors must submit their pricing proposal using the spreadsheet provided by the City of Fort Worth, with no changes to the spreadsheet formatting.
All four digits to the right of the decimal point must be completed by the offeror. If one or more of the four digits called for are omitted by the offeror,
the City of Fort Worth will assume the value of the omitted digit(s) to be zero. Offerors should place an "X" in any cell that they are not proposing to offer.
OPIS Rack Market: Dallas Proper
Bobtail Load (-) so V 7 77 1 or (+) $0. 8 9 9 9
Split Loads (-) $0. x x x x or (+) $0. 8 9 9 9
Biodiesel Blends
B2 (2 % biodiesel and 98 % oetroleum diesel)
Transport Load (-) $0. aXX
or (+) $0. x x x x
Short Transport Load (-) $0. or (+) $0. 8 9 9 9
Tank Wagon Load (-) $0. or (+) $0. 8 9 9 9
Bobtail Load (-) $0. or (+) $0. 8 9 9 9
Split Loads (-) $0. or (+) $0. 8 9 9 9
B5 (5 % biodiesel and 95 % oetroleum diesel)
Transport Load (-) $0. 0 0 0 5 or (+) $0. x xxx
Short Transport Load (-) $0. x x x x or (+) $0. 8 9 9 9
Tank Wagon Load (-) $0. x x x x or (+) $0. 8 9 9 9
Bobtail Load (-) $0. x x x x or (+) $0. 8 9 9 9
Split Loads (-) $0. x x x x or (+) $0. 8 9 9 9
220 f20 % biodiesel and 80 % oetroleum diesel)
Transport Load (-) $0. x xxx or (+) $0. x xxx
Short Transport Load (-) $0. x x x x or (+) $0. x x x x
Tank Wagon Load (-) $0. x x x x or (+) $0. x x x x
Bobtail Load (-) $0. x x x x or (+) $0. x x x x
Split Loads (-) $0. x x x x or (+) $0. x x x x
Renewable Green Diesel
R5 (5 % renewable diesel and 95 % Detrodiesel)
Transport Load (-) $0. x x x x or (+) $0. x x x x
Short Transport Load (-) $0. x x x x or (+) $0. x x x x
Tank Wagon Load (-) $0. x x x x or (+) $0. x x x x
Bobtail Load (-) $0. x x x x or (+) $0. x x x x
Split Loads (-) $0. x x x x or (+) $0. x x x x
R20 (20 % renewable diesel and 80 % Detrodiesel)
Transport Load (-) $0. x x x x or (+) $0. x xx_ x
Short Transport Load (-) $0. x x x x or (+) $0. x x x x
Tank Wagon Load (-) $0. x x x x or (+) $0. x x x x
Bobtail Load (-) $0. x x x x or (+) $0. x x x x
Split Loads (-) $0. x x x x or (+) $0. x x x x
R100000% renewable)
Transport Load (-) $0. x xxx or (+) $0. x xxx
Short Transport Load (-) $0. x x x x or (+) $0. x x x x
Tank Wagon Load (-) $0. x x x x or (+) $0. x x x x
Bobtail Load (-) $0. x x x x or (+) $0. x x x x
Split Loads (-) $0. x x x x or (+) $0. x x x x
Dallas/Aledo I
(-) $0. F 777 x or (+) $0. 7 9 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. 0 0 0 5 or (+) $0. x x x x
(-) $o
. x x x x or (+) $0, 8 9 9 9
(-) $0. Nxd
or (+) $0. 8 9 99$0. or (+) $0.8 99 9$0. or (+) $0. 8 9 9 9
(-) $0. 0 0 0 5
or (+) $0. x x_ x x
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
Dallas/Ft. Worth
(-) $0. x x x x or (+) $0. r79 9 9
(-) $0. x x x x I or (+) $0. 8 9 9 9
(-) $0. 0 0 0 5 or (+) $0. x x x x
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. 0 0 0 5 or (+) $0. x x x x
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. 8 9 9 9
(-) $0. 0 0 0 5
or (+) $0. x xx_ x
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x
or (+) $0. 8 9 9 9
(-) $0. x x x x or (+) $0. x x x x
(-) $0. x x x x or (+) $0. x x x x
(-) $0. x x x x or (+) $0. x x x x
(-) $0. x x x x or (+) $0. x x x x
(-) $0. x x x x or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
(-) $0. x x x x
or (+) $0. x x x x
Page 3 of 3
RFP 25-0001 Motor and Aviation Fuel & Related Services
Attachment C - Administrative Fee Table
Administrative Fee per Gallon for Bobtail/Wagon Loads
Administrative Fee BobtaiVWagon
Administrative Fee BobtaiVWagon
Administrative Fee BobtaiVWagon
Administrative Fee BobtaiVWagon
Administrative Fee BobtaiVWagon I
# Bite Address
Load 500 gallons or less
Load 501 to 1,000 gallans
Load 1,001 to 1,500 gallons
Load 1,5010 2,000 gallons
Load 2,001 to 4,000 gallons
$0.60
$0.50
$oA0
$0.30
11111
$0.10
American Concourse
I Meacham Airport
Foal
Fort Worth, TX 76106
$0 60
$0 50
$0 40
$0 30
$0 10
2 SpSpit"Avport 450 y Court
Fort Worth, TX 76028
W.dh
$0.60
$0.50
$0.40
$0.30
$0.10
3 Meadowbrook Golf Course IS IS lemon Rd.
Fort Worth, TX 76112
$060
$050
$040
$030
$0 10
401 Martm Luther Icing 1,
4 Sycamore Creek Golf Course Fwy,
Fort Worth, TX 76104
$0.60
$0.50
$0,40
$0.30
$0.10
5 Pecan Valley Golf Course6400 Pecan Valley
F-
Fort WoM, TX 76132132
$060
$050
$040
$030
$0 10
b Hwy
6 RockwoodPark Goff Course
,R,
Fort Worth, TX 76114
F,,dW
Park a al Recreafiou
$0.60
$0.50
$0,40
$0.30
$0.10
7 Department North Distnc[ 1700 BremiaAve.
Service Cemer Fort Worth, TX 76106
$060
$050
$040
$030
$010
Park and Recreatmn
2300 Avt- H
8 Departmem East Dismct
Fort Worth, TX 76105
Center
$0.60
$0.50
$0.40
$0.30
$0.10
9 Village Creek Waste Water 4500 Wih� L.
Treatment Plant Arlingtoq TX 76012
$0 60
$050
$040
$030
$0 10
S
10 F've Station #01 120Pec N an treet
Fort Worth TX, 76102
$0.60
$0.50
$oA0
$0.30
$0.10
11 Eve S.-#02 1000 h, St.
Fort Woo rtth, TX 76102
$060
$050
$040
$030
$010
12 Fve Station #03 4700 Ramey Ave,
Fort Worth, TX 76105
$0.60
$0.50
$0,40
$0.30
$0.10
13 Fve Sm[ion #04 29 dMansfield
F- Wo
Fort M, TX 7611919
$060
$050
$040
$030
$010
14 Fire Station ilOS 850 Street
Fort Worth, TX 76104
W.,
$0.60
$0.50
$0.40
$0.30
$0.10
IS Fve S.- i706 205
T
7
Fort oM, TX 76107
WoUidth,
$060
$050
$040
$036
$010
16 Fve Station #0] 925 Dr
Fort Worth, TX 76120
Wath,
$0.60
$0.50
$0.40
$0.30
$0.10
17 Fve S.-#08 1101 12th Ave.
Fort Worth, TX 76104
$0.66
$0.56
$0.46
$0.36
$0.1B
18 Fve Station #09 25 Polans Dr
Fad
Fort Worth, TX 76137
$0.60
$0.50
$0.40
$0.30
$0.10
19 Fve Station k10 3209 Hemphill
Fort Worth, TX ?6l 10
$0.66
$0.56
$0.46
$0.36
$a11
20 F. Station #11 1aati,
T 762
Justin, TX 76247
$0.60
$0.50
$0.40
$0.30
$0.10
2l Fve Stahonkl2 120
W-b, XStreet
Fort Worth, TX 76164
$0.66
$0.56
$0.46
$0.36
$o.1B
22 Pve Station #13 5333 Lea Crest
Fort Worth, TX 76 76135
$0.60
$0.50
$0.40
$0.30
$0.10
23 Fve Stahonkl4 2-1dowbro61
Fort Worth, TX 703
3
$0.60
$0.50
$0.40
$0.30
$0.10
24 Fve Station#15 31 Azle Ave.
Fad
Fort Worth, TX 76106
$0.60
$0.50
$040
$0.30
$0.10
Geddes Ave.
25 Fve Stahonkl6
Foal
Fort Worth, TX 76107
$060
$050
$040
$030
$0 10
26 Fit. Station #17 5151 Hemphill Street
rt Worth, TX 76115
$0.60
$0.50
$0,40
$0.30
$0.10
27 Eve S[a[ion#19 2613
TX Ave.
o th,
Fort Worth, TX 76111
$060
$050
$040
$030
$010
28 F've Station#20 901 Woodhaven Blvd
Fort Worth, TX 76112
Administrative Fee per Gallon for Bobtail/Wagon Loads
Administrative Fee BnbtaiFWagon
Administrative Fee BnbtailTW.gon Administrative Fee BabtaiFWagon Administrative Fee BabtaiFWagon Administrative Fee BnbtaiFWagon
# Site
Address
Load 500 gallons or Iws
Load 501 to 1,000 gallons Load
1,001 to 1,500 gallons Load
1,501 to 2,000 gallons Load 2,001 to 4,000 gall-
�
$060
$050
$040
$030
29 Fite Station #21
3501 South Hdls Ave.
Foal Worth, TX 76109
$0.60
$0.50
$0,40
$0.30
30 Fbe Station#22
4849 Wilbarger Street
Port Worth, TX 76119
$060
$050
$040
$030
31 Fbe Station #23
3201 Portales Dr.
Fort Worth, TX 76116
$0.60
$0.50
$0,40
$0.30
32 Fbe Station #24
3101 Forest Ave.
Fort Worth, TX 76112
$060
$050
$040
$030
33 Fbe Station#25
3801N Mae Street
Fort Worth, TX 76106
$0.60
$0.50
$0,40
$0.30
34 Fae Station #26
6124 S. Hulen Street
Fort Worth, TX 76133
$060
$050
$040
$030
35 Fire Station #27
2940 P-oat Lee Rd
Fort Worth, TX 76118
$0.60
$0.50
$0,40
$0.30
36 Frre State.#28
1300 Ewrean Parkway
Fort Worth, TX 76140
$060
$050
$040
$036
37 Fbe Station #29
6400 Westaeek Dr
Fort Worth, TX 76133
$0.60
$0.50
$0.40
$0.30
38 Fve Staton#30
4416 Southwest Blvd.
Fort Worth, TX 76116
$0.66
$0.56
$0.46
$0.36
39 Fbe Station#31
4209 Loagstmw Dr
Fort Worth, TX 76137
$0.60
$0.50
$0.40
$0.30
40 Fve Staton#32
10201 While Settlemera Rd
Fort Worth, TX 76108
$060
$050
$040
$030
41 Fbe Station #33
14650 Statler Blvd
Foal Woalh, TX 76155
$0.60
$0.50
$0,40
$0.30
42 Fire Station #34
14101 Sead.. Ranch Blvd
Haslet, TX 76052
$060
$050
$040
$030
43 Fire Station #35
2201 Fhght Lee Rd
Fort Worth, TX 76177
$0.60
$0.50
$0,40
$0.30
44 F,. Station #36
5045 Cole ea. Trail
Fort Worth, TX 76123
$060
$050
$040
$030
45 Fire Station #37
4721 Ray White Rd
Keller, TX 76244
$0.60
$0.50
$0,40
$0.30
46 Fve Staten #38
13280 Park Vista Blvd.
Keller, TX 76248
$060
$050
$040
$030
47 Fie Station #39
7655 Oak . Blvd
Fort Worth, TX 76132
$0.60
$0.50
$0,40
$0,30
48 Fve Staten #40
8510 Spring Street
Fort Worth, TX 76179
$0.66
$0.56
$0,46
$0.36
49 Fire Station #41
11400 11.w Spregs Rd.
Haslet, TW X 76052
$0.60
$0.50
$0,40
$0.30
50 Fve Statea#42
450 E Radon Crowley Rd.
Buda, TX 76028
$0.66
$0.56
$0.46
$0.36
51 Pbe Station M3
13300 Hrghhed Hilk; Dr.
Fort Worth, TX 76008
$0.60
$0.50
$0,40
$0.30
52 Rre Stat-#44
4017 Falcon Way Weat,
Fort Worth, TX 76106
$060
$050
$040
$030
53 Fie Station #45
1901 Quail Grove Dr
Foal Worth, TX 76177
Police Heliport
310 Gulfstreae Rd
$0.60
$0.50
$oA0
$0.30
54
Fort Worth, TX 76106
Will Rogers Memorial Ceeea
3401 WLanc.-Ave.
$060
$050
$040
$030
55
Fort Worth, TX 76107
City of Fort Worth, Texas
Mayor and Council Communication
DATE: 01/28/25 M&C FILE NUMBER: M&C 25-0066
LOG NAME: 13P RFP 25-0001 MOTOR AND AVIATION FUEL & RELATED SRVCS MC PMD
SUBJECT
(ALL) Authorize Execution of Non -Exclusive Agreements with Pinnacle Petroleum, Inc., Mansfield Oil Company of Gainesville, Inc., TACenergy,
LLC, Petroleum Traders Corporation, and Campbell Oil Company for a Five -Year Initial Term and One Two -Year Renewal, in a Combined Annual
Amount Up to $15,000,000.00 for the First Year of the Initial Term, $17,250,000.00 for the Second Year of the Initial Term, $19,837,500.00 for the
Third Year of the Initial Term, $22,813,125.00 for the Fourth Year of the Initial Term, $26,235,094.00 for the Fifth Year of the Initial Term,
$30,170,358.00 for the First Year of the Renewal, and $34,695,911.00 for the Second Year of the Renewal, for Motor and Aviation Fuel and
Related Services for All City Departments
RECOMMENDATION:
It is recommended that the City Council authorize execution of non-exclusive agreements with Pinnacle Petroleum, Inc., Mansfield Oil Company of
Gainesville, Inc., TACenergy, LLC, Petroleum Traders Corporation, and Campbell Oil Company for a five-year initial term and one two-
year renewal, in a combined annual amount up to $15,000,000.00 for the first year of the initial term, $17,250,000.00 for the second year of the
initial term, $19,837,500.00 for the third year of the initial term, $22,813,125.00 for the fourth year of the initial term, $26,235,094.00 for the fifth
year of the initial term, $30,170,358.00 for the first year of the renewal, and $34,695,911.00 for the second year of the renewal, for motor and
aviation fuel and related services for all City Departments.
FBH*9 "MrinL
The Property Management Department approached the Purchasing Division to solicit a bid for Unleaded, Jet -A, Diesel fuels, and alternative fuels
required in the Dallas -Fort Worth nonattainment area to supply and operate vehicles and equipment. Unleaded and diesel fuel will be used by
various City departments. The Jet -A aviation fuel will be used by the Police Department. Purchasing issued Request for Proposal (RFP) No. 25-
0001 for Motor and Aviation Fuel & Related Services which consisted of detailed specifications of the City's standards and requirements.
The RFP was advertised in the Fort Worth Star -Telegram on October 16, 2024, October 23, 2024, October 30, 2024, November 6, 2024,
November 13, 2024, November 20, 2024, November 27, 2024 and December 4, 2024. The City received a total of twelve (12)
responses: Senergy Petroleum LLC dba Arizona, Atlantic Petroleum & Mineral Resources, Inc. dba Atlantic Petroleum, Campbell Oil Company,
Global Montello Group, Mansfield Oil Company of Gainesville, Inc., Offen Petroleum, LLC, Petroleum Traders Corporation, Pinnacle Petroleum,
Inc., SB Fleet Lube, Sunoco, LLC, TACenergy, LLC, and Tartan Oil LLC.
An evaluation panel, consisting of representatives from Code Compliance, Police, and Property Management departments evaluated and scored
the submittals using Best Value criteria. The individual scores were averaged for each of the criteria, and the final scores are listed in the
table below: Atlantic Petroleum & Mineral Resources, Inc. dba Atlantic Petroleum, was deemed non -responsive as it did not score at least 50% or
more of the total available points for the technical criteria necessary for price evaluation, and was disqualified from the evaluation process. Once
the technical evaluation was completed, Purchasing staff allocated points associated with pricing to each remaining vendor.
Bidders
Evaluation Criteria
Rank
a
I b c
d
Total Score
Pinnacle Petroleum, Inc.
20.50
19.50 16.00
29.51
85.51
1
Mansfield Oil Company of Gainesville, Inc.
19.00
�20.00 13.60
29.49
82.09
2
TACenergy, LLC
17.50
16.50 14.00
29.28
77.28
3
Petroleum Traders Corporation
17.50
17.00 11.60
30.00
76.10
4
Campbell Oil Company
15.50
16.00 14.80
28.86
75.16
5
Sunoco LLC
17.00
17.50 12.00
28.65
75.15
6
SB Fleet-Lube
16.50
15.50 11.20
29.00
72.20
7
Global Montello Group Corp.
17.00
14.50 9.60
29.82
70.92
8
Offen Petroleum, LLC
15.50
12.00113.20
29.77
70.47
9
Tartan Oil LLC
12.00
14.00 10.80
29.61
66.41
10
Senergy Petroleum LLC dba Arizona
Atlantic Petroleum & Mineral Resources,
Inc. dba Atlantic Petroleum
11.5014.0010.00 29.02
IVA bill
Bidder did not
meet 50% of
technical points;
therefore, was
11.00 11.20 deemed non-
responsive and
disqualified from
the evaluation
process
The RFP document specified the use of the following Best Value Criteria:
a. Proposer's Qualifications, Experience and References
b. Method of Approach and Ability to meet the City's needs
c. Additional Products, Quality, and Services
d. Cost
64.52 11
After evaluation, the panel concluded that Pinnacle Petroleum, Inc., Mansfield Oil Company of Gainesville, Inc., TACenergy, LLC, Petroleum
Traders Corporation, and Campbell Oil Company, presented the best value to the City. Therefore, the panel recommends that City Council
authorize non-exclusive agreements with Pinnacle Petroleum, Inc., Mansfield Oil Company of Gainesville, Inc., TACenergy, LLC, Petroleum Traders
Corporation, and Campbell Oil Company. No guarantee was made that a specific amount of these fuels would be purchased. Staff certifies that
the recommended vendors' bids met specifications.
FUNDING: The combined annual amount allowed under these non-exclusive agreements for the first year of the initial term would be
$15,000,000.00; however, the actual amount used will be based on the need of the department and available budget. The Property Management
Department is requesting a 15% annual increase to accommodate the acquisition of the Emergency Medical Services (EMS) fleet and the
continuous growth of the City's fleet. Funding is budgeted in the Fuel Oil & Lubricants account within the participating departments' Operating
Funds, as appropriated.
BUSINESS EQUITY: This solicitation was reviewed by The Business Equity Division for available business equity prospects according to the
City's Business Equity Ordinance. There were limited business equity opportunities available for the services/goods requested, therefore, no
business equity goal was established.
AGREEMENT TERM: Upon City Council approval, the initial term of these Non -Exclusive Agreements shall begin upon execution and shall expire
five years from that date. The combined annual amount of these agreements is up to $15,000,000.00 for the first -year initial term, $17,250,000.00
for the second -year initial term, $19,837,500 for the third -year initial term, $22,813,125.00 for the fourth -year initial term, and $26,235,094.00 for
the fifth -year initial term.
RENEWAL OPTIONS - These Agreements may be renewed for up to one two-year term for up to $30,170,358.00 for the first -year of the renewal,
and $34,695,911 for the second -year of the renewal, at the City's option. This action does not require specific City Council approval, provided the
City Council has appropriated sufficient funds to satisfy the City's obligation during the renewal term.
ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by the City Manager up to the amount allowed
by relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been
appropriated.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are available in the current operating budget, as previously appropriated, in the participating
departments' Operating Funds to support the approval of the above recommendation and execution of non-exclusive agreements. Prior to an
expenditure being incurred, the participating departments have the responsibility to validate the availability of funds.
Submitted for Citv Manaaer's Office bv: Reginald Zeno
Oriainatina Business Unit Head
Dana Burghdoff
Reginald Zeno
M rilyn Marvin
8517
8018
8517
7708
Additional Information Contact: Brandy M. Hazel 8087
M ria Canoura 2526