+ All Categories
Home > Documents > TO ALL PROSPECTIVE BIDDERS

TO ALL PROSPECTIVE BIDDERS

Date post: 27-Feb-2022
Category:
Upload: others
View: 5 times
Download: 0 times
Share this document with a friend
40
3900 Euclid Avenue | Cleveland, OH 44115 | P: (216) 881-6600 | F: (216) 881-2330 TO ALL PROSPECTIVE BIDDERS: Thank you for requesting/accepting our bid information. The documents listed below are enclosed. It is expected that all interested bidders will read and understand the District requirements set forth in the documents. Those documents which have an (*) asterisk before them require completion and signature(s) in the manner specified on each document and returned with bid. . Notice to Bidders . Resolution 102-83 (Purchase of Domestic Material) . Resolution 44-09 (District to utilize Small, Disadvantaged, Minority, Women-owned Business Enterprises as subcontractors) . Resolution Pages (Taking of Bids) * . Envelope Cover Information Sheet (if download from the web) or Envelope Cover for your mailed bid. * . Standard Purchase Bid Form and Signature Page * . Invitation and Bid Sheet(s) . Bid Bond (Form D) - (Not required) . Certified, Official or Cashier’s Check (Not required) . Consent of Surety with Certified, Official or Cashier’s Check (Not required) * . Non-Collusion Affidavit (3 pages) * . Checklist for Required Documents . Standard Form of Instructions to Bidders (6 pages) . General Conditions (5 pages) . Supplemental General Conditions (multiple pages) * . Detail Specifications (multiple pages) * May need to be filled out and returned with bid for requirement of the bidding process. . Performance Bond (Not required) . Agreement (sample form, for your information only) The enclosed bid envelope cover sheet or address and bid information should be used when submitting your bid. If a company envelope, express mail or courier service envelope is used the bid name, bid file number and opening date must appear on the mailing label. THE DISTRICT SHALL TAKE NO RESPONSIBILITY FOR UNIDENTIFIED BIDS WHICH ARE INADVERTENTLY OPENED EARLY AND MAY HAVE TO BE EXCLUDED FROM CONSIDERATION. Bids must be received before the date and time indicated on the Notice to Bidders. If you have any questions, please contact the District Purchasing Department. W:/Wdocs/Operations/Bid Specs/TO ALL PROSPECTIVE BIDDERS PAGE
Transcript

3900 Euclid Avenue | Cleveland, OH 44115 | P: (216) 881-6600 | F: (216) 881-2330

TO ALL PROSPECTIVE BIDDERS:

Thank you for requesting/accepting our bid information. The documents listed below are

enclosed. It is expected that all interested bidders will read and understand the District requirements

set forth in the documents. Those documents which have an (*) asterisk before them require

completion and signature(s) in the manner specified on each document and returned with bid.

. Notice to Bidders

. Resolution 102-83 (Purchase of Domestic Material)

. Resolution 44-09 (District to utilize Small, Disadvantaged, Minority,

Women-owned Business Enterprises as subcontractors)

. Resolution Pages (Taking of Bids)

* . Envelope Cover Information Sheet (if download from the web) or Envelope

Cover for your mailed bid.

* . Standard Purchase Bid Form and Signature Page

* . Invitation and Bid Sheet(s)

. Bid Bond (Form D) - (Not required)

. Certified, Official or Cashier’s Check (Not required)

. Consent of Surety with Certified, Official or Cashier’s Check (Not required)

* . Non-Collusion Affidavit (3 pages)

* . Checklist for Required Documents

. Standard Form of Instructions to Bidders (6 pages)

. General Conditions (5 pages)

. Supplemental General Conditions (multiple pages)

* . Detail Specifications (multiple pages) * May need to be filled out and

returned with bid for requirement of the bidding process.

. Performance Bond (Not required)

. Agreement (sample form, for your information only)

The enclosed bid envelope cover sheet or address and bid information should be used when

submitting your bid. If a company envelope, express mail or courier service envelope is used the bid

name, bid file number and opening date must appear on the mailing label. THE DISTRICT SHALL

TAKE NO RESPONSIBILITY FOR UNIDENTIFIED BIDS WHICH ARE INADVERTENTLY

OPENED EARLY AND MAY HAVE TO BE EXCLUDED FROM CONSIDERATION. Bids must

be received before the date and time indicated on the Notice to Bidders.

If you have any questions, please contact the District Purchasing Department.

W:/Wdocs/Operations/Bid Specs/TO ALL PROSPECTIVE BIDDERS PAGE

NOTICE TO BIDDERS

Sealed bids will be received by the Director of Finance of the Northeast Ohio Regional Sewer District, 3900 Euclid Ave., Cleveland, Ohio 44115, until 2:00 p.m. official local time on the date indicated below. At that time all bids will be opened and read aloud in the Public Meeting Room at the Northeast Ohio Regional Sewer District, 3900 Euclid Ave., Cleveland, Ohio 44115. All bids must be submitted on the forms available at the office of the Director of Finance, from whom detail specifications may be obtained or www.neorsd.org/bids for free bid packages and any addendum updates. Bid File No. RFQ-2667 Resolution No. 10-14 Opening Date: Tuesday, February 25, 2014 For the purchase of a two (2) year requirement contract for Fuel Management Services at all the District facilities. No bid bond and no performance bond required for this bid. Bidders not familiar with the District facilities are encouraged to conduct site inspections at each facility listed in Section SGC-9 in the bid package. The purpose of the inspection is for the Suppliers to acquaint themselves with the location of the storage tanks and unloading connections at all District facilities covered under this Agreement. Inspections will be conducted only after contacting Darryl Key, Manager of Fleet Services at 216-641-6000 ext. 2714. Inspections will

not be conducted after February 20, 2014.

If you have any questions call Ramona Lowery at 216-881-6600 ext.6424. Purchasing Manager p.d. February 11, 2014

February 18, 2014

NORTHEAST OHIO REGIONAL SEWER DISTRICT RESOLUTION NO. 10-14

--------------------------------------------------------------------------------------Authorizing the taking of bids for a two (2) year requirement contract for Fuel Management Services at all District facilities. --------------------------------------------------------------------------------------

WHEREAS, it is necessary to provide for Fuel Management Services at all

District facilities; and WHEREAS, the estimated cost for Fuel Management Services at all District

facilities requires that competitive bids be received; NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF TRUSTEES OF

THE NORTHEAST OHIO REGIONAL SEWER DISTRICT:

Section 1. That this Board finds that Fuel Management Services at all District facilities is an ordinary and necessary expense to be incurred in the efficient operation of the District.

Section 2. That this Board hereby authorizes the Executive Director to advertise for bids for a two (2) year requirement contract for Fuel Management Services at all District facilities.

Section 3. That this Board hereby authorizes the Executive Director to evaluate said bids and to make a recommendation to this Board for award of a contract to the lowest and best bidder. Section 4. That this Board declares that all formal actions of the Board concerning and relating to the adoption of this resolution and that all deliberations of the Board and any of its committees that resulted in said formal action were conducted in meetings open to the public and in compliance with all legal requirements, including Section 121.22 of the Ohio Revised Code.

PerriD
Typewritten Text
Fuel Management Services No Bid Bond and No Performance Bond required for this Bid.
PerriD
Typewritten Text
RFQ- 2667
PerriD
Typewritten Text
February 25, 014
PerriD
Typewritten Text
PerriD
Typewritten Text

Rev. 8/1/11 3900 Euclid Avenue | Cleveland, OH 44115 | P: (216) 881-6600 | F: (216) 881-2330

STANDARD PURCHASE BID FORM

REQUIREMENT PURCHASE BID FORM

FROM

To the Director of Finance

(COMPANY

NAME)

BID FOR

______________________________________________________________________

___________________________________________________________ _

The Undersigned proposes to furnish the above materials, supplies or equipment, and to accept as full compensation therefore the price per unit multiplied by the number of units of such commodity purchased hereunder, (which units and prices therefore are set forth in the schedule of items hereto attached and made part of this bid) and subject to any discount set forth in this bid.

The Undersigned further certifies that he (as an individual, firm or corporation making this

bid) is not in arrears or default to the District upon any debt or contract, nor is a defaulter as surety or otherwise upon any obligation to said District nor has failed to perform faithfully any previous contract with said District and that there is no suit or claim pending as to any such arrears or default.

THE UNDERSIGNED UNDERSTANDS THAT THE DISTRICT RESERVES THE RIGHT

TO REJECT ANY OR ALL BIDS. The firm, corporation, or individual name _________________________________

MUST BE SIGNED IN SPACE INDICATED Sign _________________________________

Name Typed or Printed _________________________________

Title of Officer _________________________________

Business Address of Bidder _________________________________

BIDDER MUST

COMPLETE AND SIGN State Where Incorporated ___________________________________

BID FILE NO. RFQ-2667

___STANDARD PURCHASE RESOLUTION NO. 10 - 14 ADVERTISEMENT DATES: BID OPENING: Tuesday, February 25, 2014 at 2:00 PM

X REQUIREMENT PURCHASE

___PUBLIC IMPROVEMENT ADOPTED: February 6, 2014 www.neorsd.org/neorsd_bids.php

Gross Closing (5:59pm) OPIS Daily Average (GCODA) of February 19, 2014 (Please type in the average price in the green section per type of fuel) GCODA PRICE

A -#2 PREMIUM ULTRA LOW SULFUR DIESEL, DYED FOR OFF-ROAD USE IN EMERGENCY GENERATORS AND EASTERLY REACTOR $

B -#2 PREMIUM ULTRA LOW SULFUR CLEAR DIESEL FOR ON-ROAD USE IN VEHICLES $

C - 87 OCTANE REGULAR GAS - 10% ETHANOL $

D - KEROSENE $

2yr Requirement Contract Gallons X (GCODA Price + OPIS Adder) Equals - Extended Total Bid Summary

NEORSD LocationNEORSD

ASSET #

Tank ID

Description

Fuel Tank

Size (Gal)

Fuel Type

(See Legend)

Estimated Fuel

Required in (Gals)

Gross Closing OPIS Average Price Add'l Charge/Gal

*(The OPIS Adder)

Extended Total of Submitted Bid Summary

EMSC V90-01292 1500 KW ENCLOSURE 2,500 A 1,400 $0.0000 $ $ 0.00

JENNINGS V90-01002 250 KW ENCLOSURE 455 A 250 $0.0000 $ $ 0.00

EASTERLY V90-00206 2000 KW ENCLOSURE #3 3,400 A 1,350 $0.0000 $ $ 0.00

EASTERLY V90-00207 2000 KW ENCLOSURE #2 3,400 A 1,350 $0.0000 $ $ 0.00

EASTERLY V90-00212 2000 KW ENCLOSURE #1 3,400 A 2,075 $0.0000 $ $ 0.00

GJM V90-00539 750 KW ENCLOSURE 1,030 A 1,178 $0.0000 $ $ 0.00

WESTERLY V90-00203 2000 KW ENCLOSURE #1 3,350 A 820 $0.0000 $ $ 0.00

WESTERLY V90-00204 2000 KW ENCLOSURE #2 3,350 A 800 $0.0000 $ $ 0.00

DIVISION V90-00538 750 KW ENCLOSURE 1,030 A 200 $0.0000 $ $ 0.00

SOUTHERLY V67-00552 450 KW MOBILE UNIT 500 A 200 $0.0000 $ $ 0.00

SOUTHERLY V90-00198 2000 KW ENCLOSURE #1 3,400 A 1,000 $0.0000 $ $ 0.00

SOUTHERLY V90-00201 2000 KW ENCLOSURE #2 3,400 A 460 $0.0000 $ $ 0.00

SOUTHERLY V90-00202 2000 KW ENCLOSURE #3 3,400 A 1,000 $0.0000 $ $ 0.00

SOUTHERLY V90-00200 2000 KW ENCLOSURE #4 3,400 A 2,300 $0.0000 $ $ 0.00

SOUTHERLY V90-00832 2000 KW ENCLOSURE #9 3,400 A 2,450 $0.0000 $ $ 0.00

SOUTHERLY V90-00199 2000 KW ENCLOSURE #6 3,400 A 475 $0.0000 $ $ 0.00

DILLE V90-00249 400 KW ENCLOSURE 670 A 265 $0.0000 $ $ 0.00

EMSC V93-10101 VEHICLE GASOLINE FOR DISPENSING 8,000 C 82,400 $0.0000 $ $ 0.00

EMSC V93-10110 VEHICLE ON-ROAD DIESEL-DISPENSING 8,000 B 26,000 $0.0000 $ $ 0.00

EMSC V67-01366 125 KW PORTABLE 250 B 660 $0.0000 $ $ 0.00

EMSC V67-01523 125 KW PORTABLE 250 B 660 $0.0000 $ $ 0.00

SOUTHERLY V93-10102 VEHICLE GASOLINE FOR DISPENSING 2,500 C 24,125 $0.0000 $ $ 0.00

EASTERLY V93-10103 VEHICLE GASOLINE FOR DISPENSING 1,000 C 8,000 $0.0000 $ $ 0.00

SOUTHERLY V67-00428 125 KW HEADWORKS GENERATOR 250 B 330 $0.0000 $ $ 0.00

SOUTHERLY V93-10105 DIESEL TANK FOR DISPENSING 250 B 1,000 $0.0000 $ $ 0.00

SOUTHERLY V93-10106 KEROSENE TANK 250 D 1,400 $0.0000 $ $ 0.00

EASTERLY V93-10107 DIESEL TANK FOR DISPENSING 500 B 400 $0.0000 $ $ 0.00

Authorized By (Print Name) Authorized Signature:

INVITATION AND BID

NORTHEAST OHIO REGIONAL SEWER DISTRICT3900 Euclid Avenue

Cleveland, Ohio 44115-2506

Phone (216) 881-6600 Fax (216) 881-2330

Example / Reference

February 11 and February 18, 2014 -PD

TITLE OF BID: Fuel Management Services

See Section DS-4

BID FILE NO. RFQ-2667

___STANDARD PURCHASE RESOLUTION NO. 10 - 14 ADVERTISEMENT DATES: BID OPENING: Tuesday, February 25, 2014 at 2:00 PM

X REQUIREMENT PURCHASE

___PUBLIC IMPROVEMENT ADOPTED: February 6, 2014 www.neorsd.org/neorsd_bids.php

2yr Requirement Contract Gallons X (GCODA Price + OPIS Adder) Equals - Extended Total Bid Summary

NEORSD Location

NEORSD

ASSET #

Tank ID

Description

Fuel Tank

Size (Gal)

Fuel Type

(See Legend)

Estimated Fuel

Required in (Gals)

Gross Closing OPIS Average Price Add'l Charge/Gal

*(The OPIS Adder)

Extended Total of Submitted Bid Summary

WESTERLY V93-10108 DIESEL TANK FOR DISPENSING 1,000 B 1,000 $0.0000 $ $ 0.00

WESTERLY V93-10109 VEHICLE GASOLINE FOR DISPENSING 500 C 2,000 $0.0000 $ $ 0.00

FLATS V90-14868 450 KW ENCLOSURE 800 A 372 $0.0000 $ $ 0.00

# of Months Approximate # of Monitors Fee per Month

Smartank fuel tank monitoring

monthly fee24 29 $ $ 0.00

# of Months # of Tanks Fee per Month

Emergency 500 gallon 24 2 $ $ 0.00

Dike Tanks

# of Tests Unit price per Test

Fuel Analysis Test 60 $ $ 0.00

Bidders Submitted Sub-Total Pages 1 and 2 $ 0.00

For the applicable taxes for invoicing at time of billing $ 50,000.00

Bidders Submitted GRAND TOTAL $ 50,000.00

* The OPIS Adder is the cost per gallon along with other applicable charges included. The OPIS Adder does not include the Gross Closing OPIS Daily Average for Cleveland, Ohio as explained in Section DS-4,of the bid package.

Prices Do Not include any applicable taxes, we are estimating the taxes for you at $50,000.00 and adding at the end for you. PAYMENT DISCOUNT

Note: Bidders must include with their bids the required information as described in the bid package & Sections SGC-4, SGC-6, SGC-8, DS-9 and DS-11. (if left blank an automatic 2% 30 days

per IB-11-C)

%

BIDDER MUST COMPLETE AND SIGN BELOW Days

Name of Company

Street Address

Authorized By (Print Name) Date

February 11 and February 18, 2014 -PD

TITLE OF BID: Fuel Management Services

See Section DS-4

Example / Reference

INVITATION AND BID

NORTHEAST OHIO REGIONAL SEWER DISTRICT3900 Euclid Avenue

Cleveland, Ohio 44115-2506

Phone (216) 881-6600 Fax (216) 881-2330

Authorized Signature:

State Zip

Phone Number

City

INVITATION AND BID NORTHEAST OHIO REGIONAL SEWER DISTRICT

3900 Euclid Avenue

Cleveland, OH 44115-2504

(216) 881-6600 · FAX: (216) 881-2330

TITLE OF BID BID FILE NO.

FUEL MANAGEMENT SERVICES RFQ-2667RESOLUTION NO. ADOPTED

X REQUIREMENT PURCHASE 10 -14 February 6, 2014BID OPENING ADVERTISEMENT DATES

TUESDAY, FEBRUARY 25, 2014 AT FEB. 11, 2014 & Feb. 18, 2014 PD

2:00 P.M. OFFICIAL LOCAL TIME www.neorsd.org/neorsd_bids.php

Emergency period pricing for sourcing fuel outside Cleveland, Ohio area (defined as Cuyahoga, Summit,

Portage and Stark Counties). OPIS Adder will remain in effect but per gallon fuel cost is based on the

daily OPIS Benchmark Average of the market in which the fuel is sourced. Daily OPIS Benchmark

Average (Plus) OPIS Adder (Plus) Standard Contactor freight rates for Emergency period pricing.

Standard Contractor Freight Rates - Cost per gallon by the mileage.

Please enter your Freight Rates per gallon per the miles shown below:

Miles Not

Over

Cost Per

Gal

Miles Not

Over

Cost Per

Gal

Miles Not

Over

Cost Per

Gal

Miles Not

Over

Cost Per

Gal

10 $ 84 $ 159 $ 234 $

15 $ 89 $ 164 $ 239 $

20 $ 94 $ 169 $ 344 $

24 $ 99 $ 174 $ 249 $

29 $ 104 $ 179 $ 254 $

34 $ 109 $ 184 $ 259 $

39 $ 114 $ 189 $ 264 $

44 $ 119 $ 194 $ 269 $

49 $ 124 $ 199 $ 274 $

54 $ 129 $ 204 $ 279 $

59 $ 134 $ 209 $ 284 $

64 $ 139 $ 214 $ 289 $

69 $ 144 $ 219 $ 294 $

74 $ 149 $ 224 $ 299 $

79 $ 154 $ 229 $ 304 $

Note: Bidders must include with their bids the required information as

described in the bid package and also as described in Sections SGC-4,

SGC-6, SGC-8, DS-9 and DS-11.

State Zip

Phone No.

Name of Company CityAddress City

Payment Discount

(If left blank, an automatic

2% 30 days, per IB-11-C)

%

Days

Authorized Signature Date

page: 3 of 3

NOTE: This Affidavit properly executed and containing all required information must accompany

your Bid. IF YOU FAIL TO COMPLY YOUR BID WILL NOT BE CONSIDERED.

_______________________________________________________________________________

STATE OF OHIO } NON-COLLUSION AFFIDAVIT

CUYAHOGA COUNTY} SS

being first

duly sworn deposes and says:

Individual only: That he is an individual doing business under the name of _________________

at , in the City

of , State of ____________________________

Partnership only: That he is the duly authorized representative of a partnership dong business

under the name of _______________________________________________

_____________________________________in the City

of, ___________________________State of ___________________________

Corporation only: That he is the duly authorized, qualified and acting _____________________

of_________________________________________, a corporation organized

and existing under the laws of the State of ___________________________

and that he, said partnership or said corporation, is filing herewith a bid to the Northeast Ohio

Regional Sewer District in conformity with the foregoing specifications;

Individual only: Affiant further says that the following is a complete and accurate list of the

names and addresses of all persons interested in said proposed contract:

________________________________________________________________

________________________________________________________________

________________________________________________________________

Affiant further says that he is represented by the following attorneys:

________________________________________________________________

and is also represented by the following resident agents in Cuyahoga County,

Ohio ___________________________________________________________

________________________________________________________________

Partnership only: Affiant further says that the following is a complete and accurate list of the

names and addresses of the members of said partnership:

_______________________________________________________________

_______________________________________________________________

_______________________________________________________________

Affiant further says that said partnership is represented by the following

attorneys:

_______________________________________________________________

_______________________________________________________________

and is also represented by the following resident agents in Cuyahoga County,

Ohio: _________________________________________________________

Corporation only: Affiant further says that the following is a complete and accurate list of the

officers, directors and attorneys of said corporation:

President Directors:

Vice President

Secretary

Treasurer

Cleveland Manager or Agent

Attorneys

Statutory Agent

And the following officers are duly authorized to execute contracts on behalf of said corporation:

__________________________________________________________________________________

__________________________________________________________________________________

__________________________________________________________________________________

Affiant further says that the bid filed herewith is not made in the interest of or on behalf of any

undisclosed person, partnership, company, association, organization or corporation; that such bid is

genuine and not collusive or sham; that said bidder has not, directly or indirectly, induced or solicited

any other bidder to put in a false or sham bid and has not, directly or indirectly, colluded, conspired,

connived or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain

from bidding; that said bidder has not in any manner, directly or indirectly, sought by agreement,

communication or conference with anyone to fix the bid price or said bidder or of any bid price or that

of any other bidder, or to secure any advantage against Northeast Ohio Regional Sewer District or

anyone interested in the proposed contract; that all statements contained in such bid are true; that said

bidder has not, directly or indirectly, submitted his bid or any breakdown thereof or the contents

thereof, or divulged information or data relative thereto, or paid or agreed to pay, directly or

indirectly, any money, or other valuable consideration for assistance or aid rendered or to be rendered

in procuring or attempting to procure the contract above referred to, to any corporation, partnership,

company, association, organization, or to any member or agent thereof, or to any other individual,

except to such person or persons as hereinabove disclosed to have a partnership or other financial

interest with said bidder in his general business; and further that said bidder will not pay or agree to

pay, directly or indirectly, any money or other valuable consideration to any corporation, partnership,

company, association, organization or to any member or agent thereof, or to any other individual, for

aid or assistance in securing contract above referred to in the

event the same is awarded to __________________________________________________________

_________________________________________________________________________________

(name or individual, partnership or corporation)

Further affiant saith not.

(SIGN HERE) _____________________________________

Sworn to before me and subscribed in my presence this day

of ,

A.D., 20 . ______________________________________

(Notary Public)

Checklist for Required Documents to be returned when bidding for:

Fuel Management Services

Bid Number RFQ- 2667

Resolution Number 10-14

To show in pack ItemMark with an X

(Envelope cover sheet with Bid Information) taped or glued to outside of your envelope

Standard Purchase Bid Form and Signature Page

Invitation and Bid Form Sheet (three pages)

Non-Collusion Affidavit

Checklist for Required Documents completed and signed

Required Information as stated in Section SGC-4

List of vehicles and equipment, as stated in Section SGC-6

Name and phone numbers of persons to contact, per Section SGC-8

List of owned tanks in Northeast Ohio area, as stated in Section DS-9

Copies of Out-of-State licensing, as stated in Section DS-11

Site inspections for bidders as stated in Section SGC-9 of the bid package

Please sign and date below, that you have provided the above mentioned information for the bid process

Name of Company: ______________________________________

______________________________________

Print your Name

________________________Sign your Name

Date: _____________________________

Rev. 04/09/13 IB-1

STANDARD FORM OF INSTRUCTIONS

TO BIDDERS, GENERAL CONDITIONS

AND BID FOR PURCHASES

-IB-

IB - 1 ADVERTISEMENT: Information concerning title of Bid, Resolution Number of the Board of Trustees of the Northeast

Ohio Regional Sewer District, hereafter designated as NEORSD, and place and dates of

advertisement appears in Legal Notice to Bidders.

IB - 2 BIDS: Sealed Bids endorsed and designated in the "Title Bid" section of the Bid form(s) will be received

at the office of Director of Finance of the NEORSD, 3900 Euclid Avenue, Cleveland, OH 44115,

until 2:00 p.m. official time of the date indicated in the "Bid Opening" in the Legal Notice to Bidders.

Bids received prior to the advertised hour of opening will be securely kept sealed. The Officer

whose duty it is to open them will decide when the specified time has arrived, and no Bid

received thereafter will be considered. Bids will be opened and publicly read aloud, irrespective

of any irregularities therein, at the Northeast Ohio Regional Sewer District’s public meeting room,

3900 Euclid Avenue, Cleveland, OH 44115. All Bids received in conformity with these contract

Documents shall, as soon as practicable, be tabulated and become public record.

IB-3 FORM OF BID:

A. Every Bid must be submitted on the original forms supplied by NEORSD. Copies of the

original Bid forms supplied by the NEORSD will be considered an alteration of our departure

from said forms. Every Bid shall give the price of each and every Item of work quoted on, in

figures (digits), and must contain the full name of every person, firm or corporation

interested in the Bid, and the address of the person, firm or the president and secretary of the

corporation bidding; and if a corporation, the Bid must give the name and the state in which

it is incorporated.

B. The Bid, with all papers bound thereto must be submitted unmutilated with the envelope

cover sheet, which is furnished by NEORSD in your electronic bid package and placed on

the front or back of your envelope.

C. The NEORSD may consider as informal any Bid on which there is an alteration of or

departure from the original Bid Form hereto attached and its option may reject the same.

NOTE: All of this bound information must be kept intact, and, together with any

addenda issued, must be returned with the Bid, otherwise the Bid may be considered

informal.

Rev. 04/09/13 IB-2

D. The award of the Contract, if awarded, will be made to the lowest and best bidder whose Bid

complies with all requirements prescribed, on the basis of utilizing the lowest priced

acceptable alternatives for items where alternate Bids are taken. In no case will an award of

a contract be made until all necessary investigations have been completed regarding the

qualifications of the Bidder to whom it is proposed to award the Contract and all alternate

Bids, if any, have been evaluated. The successful Bidder will be notified by letter mailed to

the address shown on his Bid that his Bid has been accepted and that he has been awarded

the Contract.

E. No Bid will be accepted from, or contract awarded to, any person, firm or corporation that is

in arrears or is in default to the NEORSD upon any debt or contract, or that is a defaulter as

surety or otherwise, upon any obligation to said NEORSD, or has failed to perform faithfully

any previous contract with the NEORSD.

IB-4 NAME OF BIDDER: Each Bid must be clearly signed with the full name and address of each person, firm or

corporation interested in it. In case of a partnership, the firm name and address and name and

address of each individual party must be given.

IB-5 SIGNATURE OF BIDDER: A. The firm, Corporate or individual name of the Bidder must be signed by the Bidder in the

space provided for the signature on the Bid blank. If the Bidder is a corporation, the name of

the corporation, the name and title of the officer duly authorized to sign for the corporation,

the business address of such Officer-Bidder and the name of the state in which the

corporation is chartered must be given. If the Bidder is a partnership, the signature of at least

one of the partners must follow the firm name, using the term "member of firm". If the

Bidder is an individual, use the term, "doing business as" or "sole owner".

B. All successful Bidders who are corporate bodies shall furnish at the time of the execution of

the Contract a resolution of the Directors of the Corporation, bearing the Seal of the

Corporation evidencing authority of the officer signing the Contract to do so; likewise, agents

of Bonding Companies shall furnish Power of Attorney, bearing the Seal of the Company,

evidencing such agents’ authority to execute the particular type of Bond to be returned.

Rev. 04/09/13 IB-3

IB-6 BIDDERS AFFIDAVITS: A. Each Bidder is required to submit with his Bid an affidavit stating that neither he nor his

agents, nor any other party for him has paid or agreed to pay, directly or indirectly, any

person, firm or corporation money or other valuable consideration for assistance in procuring

or attempting to procure the contract herein referred to, and further agreeing that no such

money or reward will be hereafter paid. This affidavit must be on the form which is attached

hereto.

B. Each Bidder which is a foreign corporation, that is, a corporation not chartered in Ohio but

licensed to do business in Ohio, is required to submit with his Bid an affidavit duly executed

by the President, Vice President or General Manager of the corporation stating that said

foreign corporation has, in accordance with the provisions of the Revised Code of the State

of Ohio, obtained a certificate authorizing it to do business in the State of Ohio. (The

certificate or certified copies of such certificate may be obtained from the Office of the

Secretary of State, Columbus, Ohio.)

IB-7 BID BOND OR CERTIFIED, OFFICIAL OR CASHIER’S CHECK: Not required.

IB-8 DISPOSITION OF BID BOND OR (CERTIFIED, OFFICIAL OR CASHIER’S CHECK):

Not applicable.

IB-9 WITHDRAWAL OF BID: No Bid will be allowed to be withdrawn after it has been deposited with the Director of Finance of

the NEORSD until all Bids have been opened, in accordance with the requirements of Ohio

Revised Code Section 9.31.

IB-10 EXPLANATIONS, WRITTEN OR ORAL: Any Bidder finding a discrepancy or omission in the specifications or having any doubt as to their

meaning shall immediately notify the Director of the NEORSD or his designated

representative. The Director will respond by sending written notices of instructions to all Bidders.

The NEORSD will not be responsible for any oral instructions.

Rev. 04/09/13 IB-4

IB-11 PRICE BIDS AND DISCOUNTS: A. Unit Price

The Bid price shall be per unit of items to be bid on, stated in figures in the spaces so

provided.

B. Trade Discounts

When the Bidder offers a trade discount, the amount of such discount shall be stated on the

Bid blank. Where the Bidder submits his quotation by filing his catalog, price list and

discount, such documents shall be made part of the Bid and must be separately signed by the

same person and in the same manner as used on the Bid form.

C. Discount for Prompt Payment

A discount of two percent (2%) will be taken on payment made within thirty (30) days from

the invoice date for materials, supplies, equipment or nonprofessional services, unless the

Bidder offers a different discount or indicates otherwise in the space provided on the Bid

blank.

IB-12 BIDDER’S DESCRIPTION OF ITEMS: A. Bidders shall furnish with their Bids complete descriptions of the items they propose to

furnish under the terms of the Bid.

B. The NEORSD may require Bidders to furnish additional information and/or specifications

concerning items to be purchased under the terms of the Bid.

IB-13 BRAND NAMES AND SUBSTITUTIONS: Any brand or trade names referred to herein are for identification purposes only. Such

references do not limit the bidder to the identified brands, provided the alternates offered by the

bidder are equal in quality, function to the level of those specified, and are approved by the

accepting facility’s end-user. When bidders list a trade name and/or catalog number, NEORSD

will assume the item meets the specifications, unless the submission clearly states it is an alternate,

and describes specifically how it differs from the item specified. Multiple or alternative bids will

not be accepted unless authorized in the specifications. Notwithstanding anything to the contrary

herein, when any bid item contains the words “No Substitution”, “No Sub”, or any other

substantially similar notation, the brand, manufacturer name and/or product number specified for

such bid item shall be the only acceptable brand, manufacturer name and/or product number. In

such cases, alternate products will not be considered.

Rev. 04/09/13 IB-5

IB-14 SAMPLES: Upon request by the NEORSD the Bidders shall provide samples of the items they propose to furnish

under the terms of the Invitation and Bid.

IB-15 TIME OF DELIVERY: Bidders must state in their Bids the time necessary to deliver the items they propose to furnish.

THIS TIME MUST BE STATED IN CALENDAR DAYS.

IB-16 DISCOUNT USED TO DETERMINE LOWEST AND BEST BID: In determining the lowest and best Bid, the NEORSD will consider all Bids on a basis of the net

price to be paid after deduction of the discount specified or calculated according to Section IB-11

(C), except that if the terms specified by the Bidder require payment in less than fifteen (15) days

from the date of the invoice, the discount offered will not be deducted from the price named in the

Bid to determine the lowest and best Bidder, and the Bid will be considered only on the basis of the

unit price actually named in the Bid. But if, notwithstanding the provisions of this paragraph, such

Bid is determined to be the lowest and best Bid, the NEORSD reserves the right to accept the terms

named in the Bid if such terms are to the advantage of the NEORSD as a basis for payment of

invoices only, but not in any case as a basis for determining the lowest and best Bidder.

IB-17 EQUAL EMPLOYMENT OPPORTUNITY: There shall be no discrimination exercised against any citizen in the employment of labor, whether

skilled or unskilled, under this Contract; such discrimination shall be deemed to be a material breach

of the Contract.

Federally Assisted Contracts: In the case of those contracts receiving federal assistance, the

contractors and subcontractors shall be required to comply with all federally- mandated

requirements regarding provision of equal employment opportunities and submit a copy of their

Monthly Manpower Utilization Report, and any other federally- required documentation, to the

NEORSD as well as the appropriate federal official(s) or agency(ies) involved therein. Non-

compliance with this section may subject the contractor to such penalties and sanctions as

prescribed under applicable federal laws.

Paragraphs IB-18 and IB-19 apply only if requirement contract Bid block is marked on Page 1.

REQUIREMENT CONTRACT

IB-18 REQUIREMENT CONTRACT DEFINED:

A. An award of a contract made under this Bid will be termed a requirement contract.

B. A requirement contract imposes a duty on the contractor to provide such supplies, material or

equipment which is set forth in the Bid, as may be required by the NEORSD during the life

of the contract.

IB-19 AMOUNT OF PURCHASE UNDER THE REQUIREMENT CONTRACT: The total amount to be ordered under the contract awarded on this Bid shall not be less than five

percent (5%).

IB-20 SGC AND DC DOCUMENTS: When in question of what documents prevail, the written SGC and DS of each bid package will

supersede the IB Documents.

Rev. 04/09/13 IB-6

Revised 4/09/13

GC-1

GENERAL CONDITIONS

-GC-

GC-1 REJECTION OR ACCEPTANCE OF BIDS:

The NEORSD reserves the right to reject any or all bids, and any part or parts of any bids, and also the

right to waive any informalities in the bid. In awarding a contract, the NEORSD reserves the right

to consider, in addition to price and discount, all elements entering into the question of determining the

ability of the bidder to perform the contract satisfactorily. Any bid which is incomplete, conditional,

obscure, or which contains additions not called for or irregularities of any kind, may be rejected within

the discretion of the NEORSD.

GC-2 EVIDENCE OF ABILITY TO FULFILL CONTRACT: Bidders must present evidence to the NEORSD, when required to do so, to show that they are fully

competent and have the necessary source of supply, facilities and pecuniary resources to fulfill the

conditions of the contract and specifications.

GC-3 TIME OF AWARD:

The Board of Trustees of the NEORSD shall make and award or reject all bids within ninety (90) days

following the opening of bids, unless further time is required to analyze the bids. Any extension of time

beyond that date shall be subject to agreement between the Bidders and the NEORSD.

GC-4 AWARD OF CONTRACT: No contract shall be awarded without the approval of the Board of Trustees, and only to the lowest and

best bidder.

GC-5 PERFORMANCE BOND: Performance Bond not required.

Revised 4/09/13

GC-2

GC-6 RELEASE OF BOND: Not applicable.

GC-7 CANCELLATION OF CONTRACT:

The NEORSD shall have the right to cancel a contract if, in the opinion of the Director of the NEORSD,

the delivery of materials, supplies or equipment are not in accordance with the contract specifications, and

the seller is given notice in writing of such deficiencies and is afforded reasonable time to comply with

the provisions of the contract but fails to do so.

GC-8 ASSIGNMENT OF CONTRACT:

The contractor shall not assign, transfer, convey or otherwise dispose of the contract, or his right to

execute it or any part thereof, or assign, by power of attorney or otherwise, any of the monies due or to

become due under the contract, except by previous consent of the Board of Trustees of the NEORSD in

writing endorsed thereon or attached hereto, and the giving of any such consent to a particular

assignment, shall not dispense with the necessity of such consent to any further or other assignments.

Such assignments, transfer, or conveyance shall not be valid until filed in the office of the Director of

Finance of the NEORSD.

GC-9 DELAY FOR CAUSES BEYOND CONTROL: If the contractor be delayed in the compliance with the terms of the contract by strikes, lockouts, fire,

unusual delay by common carriers, unavoidable casualties, or any cause beyond the contractor’s

control, including orders, limitations or restrictions of any Government agency having jurisdiction over

the subject matter of the contract, or by delay authorized by the NEORSD, or by any cause for which the

Director shall decide to justify the delay, then for all such delays and suspensions, the contractor shall be

allowed one calendar day extension beyond the time fixed for compliance with the terms of his

contract for each and every calendar day of such delay so caused in the completion of the work, the same

to be ascertained by the Director.

GC-10 PATENT:

The contractor shall be required to pay all royalties and license fees and shall hold and save the

NEORSD and its officers, agents, servants and employees harmless from liability of any nature or kind,

including cost and expenses for, or on account of, any patented or unpatented invention, process, article,

or appliance manufactured or used in the performance of the contract, including its use by the

NEORSD, unless otherwise specifically stipulated in the contract documents. In this respect the

contractor shall defend all suits or claims for infringement of any patent or license rights.

Revised 4/09/13

GC-3

GC-11 DELIVERY: Bidders shall agree to make requested delivery of materials, supplies or equipment upon the written

purchase order of the Director of the NEORSD and no delivery shall be accepted unless such written

purchase order has first been issued.

GC-12 LABORATORY TESTS:

The NEORSD reserves the right to test all materials, equipment or supplies delivered during the life of

the contract, at a laboratory to be designated by the Director of the NEORSD. Where the results of

such test shows the materials, equipment or supplies are not equal to the specifications, then the expense

of making such test shall be paid by the contractor.

GC-13 FAILURE TO MEET SPECIFICATIONS: The delivery of any materials, supplies or equipment under the contract which do not conform to

contract specifications will be rejected and the contractor notified immediately. Such rejection and the

reason therefore, shall be in writing.

The contractor may, if time for performance has not expired, reasonably notify the Director of the

NEORSD of his intention to cure and may then within the contract time make conforming delivery.

If the said contractor fails to effect immediate replacement of such rejected materials, supplies or

equipment, the NEORSD will purchase such materials, supplies and equipment of the character

required, on the open market. The contractor and his surety shall be liable to NEORSD for any excess

cost and expense incurred by the NEORSD.

GC-14 SAFEGUARDS: Any equipment to be furnished by the terms of this bid, shall be provided with safety controls, guards

and housings meeting the requirements of the safety standards of the Industrial Commission and the

Department of Industrial Relations of Ohio, and the cost be included as part of the bid.

GC-15 STATE OR FEDERAL TAXES: A. The NEORSD is exempt from all sales, excise and transportation taxes, except State of

Ohio gasoline tax. The price or prices bid shall be exclusive of all such taxes and will be

so construed.

Revised 4/09/13

GC-4

B. The bid prices are subject to increase by the amount of any additional tax imposed by the

Federal Government or the State of Ohio to which the District is not exempt,

subsequent to the receipt of bids. Such claims for increased prices must be

presented to the NEORSD within thirty (30) days after such tax becomes

effective and supported by evidence satisfactory to the Legal Department of the

NEORSD. Should the increase in bid prices require an increase in the contract price,

such increase shall be subject to approval by the Board of Trustees of the District.

C. The contract price is subject to reduction by the amount which an applicable tax is reduced

during the period of the contract.

GC-16 SOCIAL SECURITIES ACT: The contractor shall be and remain an independent contractor with respect to all services performed

under said contract, and agrees to and accepts full and exclusive liability for the payment of any and

all contributions or taxes for social security, unemployment insurance, old age retirement benefits,

pensions or annuities now or hereafter imposed under any state or federal law, which are measured

by the wages, salaries, or other remuneration paid to persons employed by the contractor on work

performed under the terms of this contract, and further agrees to obey all lawful rules and regulations

and to meet all lawful requirements with are now or hereafter may be issued or promulgated under

said respective laws by any duly authorized state or federal officials; and said contractor also agrees

to indemnify and save harmless the NEORSD from any such contributions or taxes or liability

therefore.

GC-17 FREIGHT ON DIRECT SHIPMENT TO THE NEORSD: The freight prices stated in the bid are to be in accordance with lawful freight or cartage charges in

existence at the time the bid is made, and bid prices shall be increased or decreased by changes in the

freight or cartage rates provided that claims for additional freight or cartage be presented to the

NEORSD within thirty (30) days after said increase in freight or cartage rates becomes effective.

Reduction in freight or cartage prices will be deducted from the contract price. Should the increase in bid

prices require an increase in the contract price, such increase shall be subject to approval by the Board of

Trustees of the District.

GC-18 PAYMENT: Payment shall be made for the net number of units accepted after due and proper delivery, accompanied

by invoices at the bid price per unit, less discount for prompt payment if appropriate.

GC-19 STATE INDUSTRIAL COMPENSATION: The contractor shall, during the term of this contract, subscribe to and comply with the Worker’s

Compensation Laws of the State of Ohio and pay such premiums as may be required and to save said

NEORSD harmless from any and all liability arising from said act. The Contractor shall also furnish at the

time of delivery of this contract and at such other times as may be applicable a copy of the current official

certificate or receipt to show the payments herein-before referred.

GC-20 FORCE MAJEURE Neither party to this Agreement shall be deemed in default in the performance of its obligations if that

party is prevented or delayed from performing by forces beyond its control, (Hereinafter “Force

Majeure”) including, without limitation, acts of God or of a public enemy; acts of a municipal, state,

federal or other governmental legislative, administrative or judicial entity; any catastrophe resulting

from flood, fire, extreme weather conditions, explosion; labor disturbances; and other cause beyond the

control of the non-performing party. Contractor may be granted a time extension and cost adjustment

for its performance based on the duration of the Force Majeure.

Paragraphs GC-21 and GC-22 apply only if the requirement contract bid block is marked on bid Page 1.

REQUIREMENT CONTRACT

GC-21 DURATION OF CONTRACT:

The proposed contract shall be effective upon its execution by the NEORSD and for the purpose of

accepting delivery shall continue in full force and effect for the term stated in the contract (or until

appropriated and approved funds have been expended) unless otherwise indicated.

GC-22 REDUCTION IN PRICES: The contractor agrees that if the price to the general trade is reduced while the contract is in effect, the

NEORSD will receive the benefit of such reduction immediately. However, if the contract price is below the

price to the general trade at the time the contract is awarded, the reduction provision will be effective only

when the recognized price to the general trade reaches a lower level than the contract price, or when the

contractor reduces his own price to a level lower than the contract price.

GC-23 SGC AND DS BID DOCUMENTS: When in question of what documents prevail, the written SGC and DS of each bid package will

supersede the GC documents.

Revised 4/9/13

GC-5

SGC-1

SUPPLEMENTAL GENERAL CONDITIONS (SGC)

Fuel Management and Monitoring Services

SGC-1 PURPOSE OF THIS AGREEMENT

The purpose of this Agreement is to provide fuel management services as described in the

Supplemental General Conditions and Detail Specifications, to the various facilities listed

in Attachment 1 of this bid package, which are owned and operated by the Northeast

Ohio Regional Sewer District (District).

SGC-2 DURATION

The duration of this Agreement shall be for two (2) years, or until the funds appropriated

to this Agreement are expended, whichever should occur first from the effective date of

this Agreement.

SGC-3 BID INQUIRIES

All questions regarding any irregularities and requests for information must be submitted

in writing via e-mail to the District’s Manager of Operation and Maintenance, Ramona

Lowery at [email protected]. Those questions developing information, which in the

opinion of the District, should be available to all persons or firms submitting a bid, will

be distributed as an addendum to the bid documents. The District will not be responsible

for any oral instructions and/or opinions. February 20, 2014 is the last day that

questions will be accepted; questions must be received before noon.

SGC-4 BID SUBMITTAL

Bidders shall complete and return all the contents of the bid package distributed by the

Bid Opening date and time. Bidders shall submit with their bid the additional

information discussed in Sections SGC-6, SGC-8, DS-9 and DS-11. Bidders are

advised that they are to sequentially number and initial the lower or upper right hand

corner of each page of their submitted bid prior to sealing and presenting the bid to the

NEORSD. These documents will become a part of the finalized contract with the

successful bidder.

SGC-5 BASIS FOR EVALUATION OF BID

The bids shall be evaluated on the basis of the lowest and best bid received. Any contract

awarded pursuant to this bid will be written for the total extended dollar amount. The

District reserves the right to accept or reject any or all bids received.

SGC-2

SGC-6 CONCURRENT WORK WITHOUT SUBCONTRACTING

Concurrent deliveries of fuel may be required at the different District facilities. The

Supplier must have a sufficient number of experienced personnel and equipment needed

to perform the work specified. No subcontracting shall be permitted. The bidder shall

provide with its bid, a written list of the company-owned vehicles and equipment,

and any vehicles and equipment to be leased to service this Agreement. This list

shall include:

Vehicle identification number

Model

Year

Manufacturer,

Capacity

Address where each vehicle is currently located

SGC-7 FUEL MANAGEMENT PROVIDER RESPONSIBILITY

EMERGENCY SERVICE – During any period in which electrical power is disrupted and

unable to power District facilities serviced by District backup and/or emergency

generators, the Supplier shall make commercially reasonable efforts to deliver fuel of the

quantity specified in the Detailed Specifications to maintain all fuel storage tanks above

fifty (50) percent full at all times. Within one half-hour of the start of any period in which

electrical power is disrupted and unable to power District facilities serviced by District

backup and/or emergency generators, the District will notify the Supplier verbally by

phone, and shall follow up in writing by facsimile transmissions or e-mail, as soon as

practicable.

NON-EMERGENCY SERVICE – During any period in which normal electrical power is

available and being supplied by utilities to District facilities serviced by District backup

and/or emergency generators, the Supplier shall make commercially reasonable efforts to

deliver fuel of the quality specified in the Detailed Specifications to maintain all fuel

storage tanks above seventy-five (75) percent full at all times.

SGC-8 DISPATCHER REQUIREMENTS

At the time of the bid, the Supplier shall provide the District with the name and

phone numbers of persons to: (1) Contact to request and confirm fuel deliveries (2)

Contact during an Emergency Period as referenced in section DS-1

SGC-9 SITE INSPECTIONS Bidders not familiar with the District facilities are encouraged to conduct site inspections

at each facility listed below. The purpose of the inspection is for the Suppliers to acquaint

themselves with the location of the storage tanks and unloading connections at all District

facilities covered under this Agreement. Inspections will be conducted only after

contacting Darryl Key, Manager of Fleet Services at 216-641-6000 ext 2714. Inspections

will not be conducted after February 20, 2014.

SGC-3

EASTERLY WWTP

Andrew Rossiter, Assistant Superintendent

14021 Lakeshore Blvd.

Cleveland, Ohio 44110

Telephone (216) 531-4892

SOUTHERLY WWTP

Kevin Zebrowski, Assistant Superintendent

6000 Canal Road

Cuyahoga Hts., Ohio 44125

Telephone (216) 641-3200

WESTERLY WWTP

Kimbrett King, Plant Maintenance Supervisor

5800 Cleveland Memorial Shoreway

Cleveland, Ohio 44102

Telephone (216) 961-2187

PUMP STATIONS:

Robert Rishaw, SSMO Supervisor

4747 East 49th

Street

Cuyahoga Hts., Ohio 44125

Telephone (216) 641-6000

GJM ADMINISTRATION and ENVIRONMENTAL MAINTENANCE SERVICE BUILDINGS

Lisa Francisco, Manager of Facilities and Administrative Services

Telephone (216) 881-6600

GJM EMSC

3900 Euclid Avenue

Cleveland, Ohio 44115

4747 East 49th

Street

Cuyahoga Hts., Ohio 44125

Failure by the bidder awarded the contract to become familiar with the existing

conditions which results in the Supplier’s subsequent inability to execute the contract

shall in no way relieve the Supplier of its obligations under the contract. Likewise, no

plea of ignorance of conditions that may exist or that may hereafter exist, or difficulties

that may be encountered after commencement of work under this contract will be

accepted if it is determined that these complications were a result of the Supplier’s failure

to make prudent examinations and investigations. The District reserves the right to

cancel the contract at any time it is determined that service is inadequate (section SGC-

28).

SGC-10 SUBSTANCE ABUSE POLICY

The District has in place a Substance Abuse Policy for the protection of its employees

and customers. Supplier must have a company Substance Abuse Policy. The company

policy must include employee training and methods to monitor substance abuse.

SGC-11 BACKGROUND CHECKS

The District reserves the right to perform, at its own expense, a background check on any

employee of the Supplier for the purposes of safety and security to the District employees

and facilities.

SGC-4

SGC-12 SAFETY AND SECURITY

Upon entry into each District facility, the Supplier is required to provide the name of each

fuel delivery person to the safety and security officers. In addition, as deemed necessary,

Supplier vehicles may be subject to search upon entry or exiting the facilities by District

safety and security officers.

Any injuries that occur to any fuel delivery person or accidents that occur to delivery

vehicles shall be reported immediately to the District Safety and Security Officers. A

copy of any accident reports written shall be sent to the District.

SGC-13 EQUIPMENT IDENTIFICATIONS

The Supplier shall mark both sides, and the rear of each vehicle entering the facilities to

perform the work under this Agreement with clearly identifiable letters no less than six

(6) inches in height spelling the company name. The letters shall be mounted to be

readily visible and identified by safety and security personnel at each facility.

SGC-14 AUTHORIZED WORK AREA

The fuel delivery persons shall remain within the area of work at each facility site.

Unauthorized entry to the other areas of the facility will not be tolerated.

SGC-15 EMERGENCY EVACUATION PLANS

All District facilities have emergency response plans. The plans include the evacuation of

persons at the facility to designated staging areas. In the event of an evacuation, fuel

delivery persons are required to participate in the emergency evacuations and follow the

instructions of safety and security officers.

SGC-16 IDENTIFICATION BADGES

The Supplier shall provide every fuel delivery person with an identification badge

approximately 4 inches by 2 ½ inches in size. The badges shall clearly show the Supplier

company name, fuel delivery person’s name and photo. All fuel delivery persons shall

display their ID’s during duty hours with the photo and name facing away from the

employee to allow easy identification. Safety and security officers may question fuel

delivery persons who do not wear the ID badges.

SGC-17 WORKERS COMPENSATION

The Supplier shall comply with the Ohio Workers’ Compensation Act, and shall cover all

employees working on this Agreement and under control of the Supplier, and shall

relieve the District from any costs due to accidents or other liabilities mentioned in said

Act. The Supplier shall also furnish at the time of delivery this Agreement and at such

other times as may be requested, the official certificate or receipt showing the payment

hereinbefore referred to, and shall furnish to the Director of Law proof, as required, that

SGC-5

adequate workers’ compensation insurance is provided. Any class of employees engaged

in work on this Agreement which is not covered by the Workers’ Compensation Act shall

be insured by the Supplier under Employer’s Liability Insurance and/or United States

Longshoremen’s and Harbor Worker’s Compensation Act, and other act requiring

coverage of Liability under Admiralty or Federal Jurisdiction.

SGC-18 STATE AND FEDERAL EMPLOYEE BENEFITS LAWS

The Supplier shall be and remain an independent Supplier with respect to all services

performed hereunder and agrees to and does hereby accept full and exclusive liability for

the payment of any and all contributions or taxes for social security unemployment

insurance, or old age retirements benefit, pensions, or annuities now or hereafter imposed

remunerations paid to persons employed by the Supplier and work performed under the

terms of this Agreement, and further agrees to obey all lawful rules and regulations and to

meet all lawful requirements which are now or hereafter may be issued or promulgated

under said respective laws by any duly authorized State or Federal officials; and the

Supplier agrees to indemnify and save harmless the District from any contributions or

taxes or liability thereof.

SGC-19 SUPPLIER INSURANCE

The Supplier shall maintain during the term of this Agreement general liability and

property damage insurance for its employees and equipment. Such policies shall not be

less that $1,000,000.00 per occurrence. The policies shall include medical payments,

collision, personal and bodily injury, uninsured motorists, property damage; and fire and

casualty insurance to the Supplier’s buildings and equipment. The Supplier is solely

responsible for the health and safety of the Supplier’s employees, and all Supplier-owned

equipment.

SGC-20 DAMAGE TO DISTRICT PROPERTY

The Supplier is responsible to immediately repair any buildings, roadways, pieces of

equipment, or other District property damaged during the execution of the work specified

herein. Failure by the Supplier to make repairs in a reasonable time shall give the District

the right to make the necessary repairs and charge the Supplier the materials and labor

costs associated with the repairs.

SGC-21 FACILITY CLEANLINESS AND SAFETY

The Supplier is responsible to leave the work site in a clean and safe condition.

SGC-22 INDEMNITY CLAUSE

The Supplier shall indemnify, keep and save harmless the District and its respective

officers, agents and employees, against all suits or claims that may be based upon any

injury to persons or property that may occur, or that may be alleged to have occurred in

SGC-6

the course or as the result of the performance of all or any part of this Agreement by the

Supplier, arising out of the negligent act or omission of the Supplier or its employee, and

whether or not the person(s) injured or whose property was damage were agents or

employees of the Supplier, and the Supplier shall at its own expense defend the District in

all litigation, pay all attorney’s fees and all costs and other expenses arising out of the

litigation or claim incurred in connection therewith; and shall, as its own expense, satisfy

and cause to be discharged such judgments as may be obtained against the District, or any

of its officers, agents or employees. Nothing herein shall be construed to limit the

Supplier’s indemnification obligations to the limits of insurance provided. The

indemnification obligations shall survive any termination of the Agreement.

In case of any and all claims against the District and its officers, agents or employees, by

any employee of the Supplier, its agents, anyone directly or indirectly employed by any

of them, or anyone for whose acts any of them may be liable, the indemnification

obligation of the above paragraph shall not be limited in any way by any limitation on the

amount or type of damages, compensation or benefits payable by or for the Supplier’s or

other person under applicable worker’s or workmen’s compensations benefit or disability

laws. By executing the Agreement, the Supplier acknowledges that the parties have

mutually negotiated the foregoing waiver.

SGC-23 PREVENTION OF NUISANCES AND CLEANUP OF SPILLS

The Supplier shall be responsible for preventing the creation of any nuisances such as but

not limited to, noises, odors, and spills of fuels or equipment fluids caused by the

Supplier. Unless approved by the District, the Supplier shall not allow any liquid to be

permitted to drain or be washed down into any floor drains or storm sewer catch basin.

The storm water outfalls from the District treatment plants have permits issued by the

State of Ohio Environmental Protection Agency (OEPA) to discharge only storm water.

SGC-24 TRANSPORTATION COSTS

Except as referenced in the Agreement, Supplier is responsible to include in the prices

proposed all delivery costs. No additional payments will be made for vehicle fuel or any

other “special” fees, permits or other charges.

SGC-25 INSURANCE FOR PUBLIC PROTECTION

In addition to protection for the Supplier, the Supplier shall take out and maintain during

the life of this Agreement public liability and public property damage insurance wherein

the District is named as an additional insured to protect the District from all claims or

damages from personal injury, including accidental death, as well as from claims for

property damage which may arise from the loading, hauling and disposal operations

hereunder. A certificate of insurance evidencing each policy or policies shall be deposited

with the District before the commencement of any work under the Agreement.

SGC-7

The District reserves the right to refuse the insurance policies and demand other

insurance if the policy language, insurance company’s ability to make payments and/or

any other reason makes the policy unacceptable in the sole judgment of the District. In

the event the District finds the Supplier’s insurance is unacceptable under the foregoing

sentence, then the District shall notify the Supplier in writing and the Agreement shall

terminate. Any public liability insurance or property damage insurance procured by the

Supplier hereunder shall provide that the District will be notified by the insurance

company at least thirty (30) days prior to any reduction in insurance coverage or the

cancellation of any policy.

The amount of the insurance shall be as follows:

Public Liability Insurance – in the amount not less than $1,000,000.00 for

injuries, including accidental death, to any one person, and for each additional

person involved (two or more persons).

Property Damage Insurance – in the amount not less than $1,000,000.00 in any

occurrences to cover damages caused during the execution of this Agreement to

vehicles and any other properties.

SGC-26 UNLOADING FUEL AND SAFETY REQUIREMENTS

The Supplier shall follow all applicable OSHA and other Federal and State requirements

to reduce the risk of spills, fires and explosions, including properly grounding the

delivery vehicle and storage tanks to prevent static discharges.

SGC-27 PAYMENTS, INVOICE PREPARATION AND TERMS

The District shall pay the Supplier for the provision of all fuel management services as

agreed, to the awarded bidder.

A separate metered receipt or bill of lading (BOL) shall be issued at the point of delivery

for each tank. The delivery receipt will include a detailed description of the product,

quantity, and tank stick readings at start and finish. Each tank is to be tested prior to each

delivery with water detecting compound. The delivery receipt must indicate the negative

or positive result of the water detection test in inches.

Immediately following each delivery a copy of the invoice shall be faxed to the attention

of Darryl Key at (216) 641-8972 or e-mailed to the Fleet Services office at

[email protected]. The tank location and identification, dated OPIS pricing, cost plus fee

and applicable taxes are to be itemized on the invoice.

The Supplier shall, at the end of each month, submit a statement with invoices to the

District that will fully detail the fuel purchased and the services rendered according to the

submitted pricing listed in the Invitation and Bid. After the District has substantiated and

verified the invoiced charges, the District will pay for the services provided by the

SGC-8

Supplier. No payments will be made unless the invoices are provided with service tickets

signed by a representative of the facility where the work was performed. Care in the

preparation of the detailed information on the invoices and the timing of the submittal of

invoices by the Supplier will expedite payments. Invoices shall be mailed to the District’s

Accounts Payable Department at 3900 Euclid Avenue, Cleveland, Ohio 44115. This

department will communicate with the District facilities to verify all charges.

Title and risk of loss for fuel purchased and sold under this Agreement shall pass from

the Supplier to the District at the time of delivery to the District. The Supplier shall not be

responsible for the condition or maintenance of the tanks owned by the District, and the

District shall be responsible to adequately maintain such tanks. The District certifies that

each of the fuel tanks owned by the District is the proper container for the fuel the

Supplier has been directed to place in such tank.

SGC-28 CANCELLATION OF AGREEMENT

In the event the Supplier does not fully comply with the terms and conditions of this

Agreement, the District shall have the right to terminate this Agreement. The District will

give the Supplier written notice by certified mail of the District’s intention to terminate

the Agreement along with information concerning the Supplier’s failure to perform. The

District shall have the right to terminate this Agreement for convenience by providing

written notice in the event that the District’s Executive Director determines such

termination to be in the best interests of the District.

SGC-29 FORCE MAJEURE

If the performance of any obligation by any party under this agreement is prevented,

hindered or delayed by reason of any acts of God, strike, lock-out or other industrial

disturbance, war (declared or undeclared), riot, epidemic, fire or other catastrophe, act of

any government or other third party, and any other similar cause not within the control of

the party affected thereby (a “Force Majeure”), such party shall be relieved of its

obligations to the extent such party is hindered or delayed in such performance, during

the period of such Force Majeure.

DS-1

DETAILED SPECIFICATIONS (DS)

Fuel Management and Monitoring Services

DS-1 SCOPE

The successful bidder shall provide fuel management and monitoring services for the

Northeast Ohio Regional Sewer District’s (District) inventory of backup/emergency

generators and other fuel storage tanks owned and operated by the District, for a period of

two (2) years. The prices submitted in the bidding process will cover the requirements as

stated for pricing in the Invitation and Bid Sheets. During Emergency Periods (as defined

below), the awarded bidder will make commercially reasonable efforts to give the

District first priority for fuel distribution amongst supplier’s customers. This fuel

management service will help to assure that the fuel levels for all tanks do not fall below

75% capacity during “Non-Emergency” periods and will not drop below 50% during

“Emergency Periods”. Upon the District’s request supplier will provide fuel testing and

detailed analysis on individual tanks. This testing will be only at the request and

convenience of the District.

Definitions:

“Fuel Management” - A service offering which includes:

(a) Tank monitoring services and remote measurement of fuel capacity

utilizing the Smartank monitoring system or an approved equal. The

system must provide the ability for authorized District personnel to

view the monitoring system via computer.

(b) Automatic dispatch services, the scheduled replenishment of fuel as

directed by the service provider

(c) Price optimization utilizing pricing based on the Oil Price Information

Service published industry average (“Gross Daily Closing (by 5:59 P.

M.) OPIS Average for Cleveland, Ohio”)

(d) Fuel usage reporting.

“Gross Closing OPIS Daily Average for Cleveland, Ohio” - Published daily Gross

Closing OPIS average prices at 5:59 P. M. each day. This is what will be used for

pricing fuel on the daily invoices.

“OPIS Benchmark Average” – Published averages commonly used as a basis for

buying/selling fuel: contract, closing daily averages is what we will use,

newsletter and 5-day averages published in the weekly OPIS newsletter.

“Emergency Period” – Any period in which electrical power is disrupted and

unable to power District facilities services by backup/emergency generators.

“Non-Emergency Period” – Any period in which normal electric power is

available to District facilities.

Smart Tank – A branded wireless monitoring system. A substitute system of equal

or greater performance features may be provided.

DS-2

DS-2 TANKS TO BE SERVICED AND PREVIOUS USAGAE

The invitation and bid form provides a list of tanks to be serviced by the Supplier at each

of the District’s locations. The invitation and bid form also provides the District’s Asset

#s, Tank ID/Descriptions, Fuel Tank Sizes (Gal) and Fuel Types. The table below,

provides previous combined usage at the various District tanks. Fluctuations in usages

may occur during the duration of the contract as a result of equipment breakdowns and

maintenance, seasonal temperature variations and electrical shortages. For these reasons,

the information below should be considered as a guide only for potential projected

demand during the contract duration. The contract is a “Full Requirement” contract and

the successful bidder agrees to provide the District with all fuel requirements.

DS-3 APPROXIMATE QUANTITY WRITTEN ON THE BID FORM

The approximate quantities of fuel to be furnished under the terms and specifications of

this contract are estimated to be approximately as listed on the Invitation and Bid Sheet.

By submission of a bid, the bidder warrants that it is understood that this estimate was

prepared by the District for the purpose of comparison of bids and that the estimated

quantity is not guaranteed, but is approximate only. In addition, the bidder warrants that

it is understood that the District reserves the right to vary the amount purchased, as the

Executive Director may deem in the best interests of the District, not exceeding the

maximum dollar amount authorized by the contract.

DS-4 STANDARD PRICING

Fuel prices per gallon under this, during non-emergency conditions, will be based on the

Gross Daily Closing (by 5:59 P. M.) OPIS Average for Cleveland, Ohio, using the Gross

Daily Closing prices for each of the four (4) fuels, plus the additional charge per gallon

(the OPIS adder), which will be your price to invoice for the two (2) year contract,

along with other applicable charges that must be included in your OPIS Adder price

per gallon. For this bid pricing comparison purpose only, please use the Gross Daily

Closing (by 5:59 P. M.) OPIS Average for Cleveland, Ohio of February 19, 2014), On

your Invitation and Bid Sheet fill in the Gross Daily Closing prices for February 19,

2014 for each of the four (4) different fuels and your OPIS Adder prices. Prices should

not include any applicable taxes on our Invitation and Bid Sheets, as this will be

added at the bottom of the Invitation and Bid Sheet as $50,000.00 estimated. The

supplier will provide the District with a paid subscription to the Cleveland, Ohio Oil

Price Information Service, (OPIS Cost Plus Validator subscription) each year of the

contract.

ANNUAL GALLONS

PURCHASED

GASOLINE (87)

ON ROAD CLEAR DIESEL

OFF ROAD DYED DIESEL/REACTOR OIL

KEROSENE

Yr 2013 53,770.80 10,233.29 17,661.80 415.9

Yr 2012 60,338.1 14,305.5 38,843.3 751.1

Yr 2011 44,986 19,006 30,025.9 405.6

Yr 2010 44,563.2 9,511 22,494.3 0

DS-3

DS-5 EMERGENCY PERIOD PRICING

During a period defined as an Emergency Period, supplier may be required to source fuel

outside of the Cleveland Area (defined as Cuyahoga, Summit, Portage and Stark

counties). In this case, the OPIS Adder noted above will remain in effect, but the per

gallon fuel cost will be based on the Gross Daily Closing OPIS Average of the market in

which the fuel was sourced. For example, should supplier load in Pittsburgh, PA the cost

of the fuel per gallon would be the Gross Daily Closing OPIS Average for Pittsburgh plus

the OPIS Adder per gallon. In addition, where supplier sources fuel from outside the

Cleveland Area under this agreement, Standard Supplier Freight Rates will also apply

and will be an additional charge per gallon, in accordance with page three (3) of the

Invitation and Bid Sheet.

DS-6 SERVICE

Supplier will be responsible to schedule fuel deliveries based on tank monitoring readings

in the normal course of business. Should the District schedule significant use of

backup/emergency generators, Supplier should be notified as early as possible. Supplier

will be responsible for proper cleanup of any spilled product while delivering to District

tanks.

DS-7 PRODUCT

During a Non-Emergency Period supplier will provide the District only #2 Premium

Ultra Low Sulfur Diesel, Dyed for off-road use in emergency generators #2 Premium

Ultra Low Sulfur Clear Diesel for on-road use in vehicles, 87 Octane Regular

Gasoline (10% Ethanol) and Kerosene. If 87Octane Regular Gasoline or #2 Premium

Ultra Low Sulfur Diesel is not available, alternate grades of fuel will be submitted for

approval in lieu of. All products delivered to the District shall be accompanied by a

separate delivery receipt for each tank. The delivery receipt will clearly state the

specification of the product delivered and quantity. In the event of an error on supplier’s

part of delivering the wrong product, supplier will immediately upon discovering this

error report it to the District. The District has the right to change fuel specification at any

time during the term of this contract, with written notice to supplier. Should such change

in fuel specification result in any change to the pricing, the District must approve the

adjustments according to the specifications of the new product required.

DS-8 REPORTING AND MONITORING SERVICE

The supplier will provide the District fuel usage reports upon request for all monitored

tanks. The District shall have at all times the right to log onto Smartank and view fuel

monitor activity and obtain reports. The supplier will provide the District with Smartank

fuel tank monitors for each tank referenced on Attachment 1, accessible via the internet

by both supplier and the District. Tank monitors will be provided at the supplier’s

expense for all tanks that receive service under the contract, with a monthly monitoring

fee as stated on your Invitation and Bid sheet (page 2), per monitor billed to the District.

This applies to tanks that are not currently monitored. Supplier will be responsible for

calibrating all tank monitors as needed; this consist of a minimum of once a year (in

June), for each contract year. Tank monitors are battery operated, with each battery

having a normal operating life of one (1) year. Batteries will be replaced and properly

disposed of by supplier at no additional cost to the District. Should a tank monitor fail,

supplier will replace or repair the monitor during normal District business hours, no later

than the next business day. The supplier’s liability for tank monitor failure shall be

DS-4

limited to the replacement or repair of the monitor. Upon contract termination all

monitors will be removed by supplier and tank openings secured at no additional cost to

the District. All monitors remain the property of supplier.

DS-9 TANK SERVICES

The supplier must have the ability to provide and deliver emergency on-site tanks (UL

and local fire authority approved 500 gallon dike tanks). Supplier must submit a list of

supplier-owned tanks in Northeast Ohio with this bid. At the District’s request in an

emergency, supplier must have the ability to deliver a tank no later than twenty four (24)

hours from the District’s order. Tanks must be outfitted by supplier with hoses and

pumps so as to be ready to effectively supply fuel to the District’s emergency generators

or tanks.

DS-10 NATURAL DISASTER PLAN

In the case of significant power outage in the northeast Ohio area which affects the ability

of local terminals to provide fuel, supplier will be required to transport fuel from outside

of the immediate area. In this case, the six (6) hour turnaround will be extended, but kept

to an absolute minimum. The supplier shall develop an integrated plan to continue

operations in the case of a natural disaster affecting the northeast Ohio area.

Highlights include:

All supplier network servers are backed up daily and are supported by

Uninterrupted Power Supplies (UPS), which allow the server to shutdown in a

normal fashion prior to the depletion of batteries.

All Management employees and all supplier drivers are provided with Cellular

Telephones to communicate with each other and outside of the disaster area.

Supplier’s office is configured to monitor tanks in the Ohio area through the

internet in case of power disruption.

Should local terminals be unable to supply fuel due to power disruption, supplier

has the ability to source fuel from other multiple major suppliers.

DS-11 ABILITY TO SERVICE THE DISTRICT

The supplier shall have the ability to service the District in its Fuel Management Program

in Northeast Ohio.

Supplier must be licensed to buy and sell fuel not only in Ohio, but in all states

bordering Ohio (Michigan, Pennsylvania, West Virginia, Kentucky and Indiana)

giving Supplier the flexibility to pull from alternate locations in the case of

emergency. Documentation of out-of-state fuel carrier licensing must be

submitted with the bid.

If unable to provide fuel from the states bordering Ohio, supplier must be

able to indicate how they will provide fuel, should an emergency arise.

Bidder must supply a list of the oil companies and terminals of which they

currently hold agreements and are approved to pull fuel from throughout the

period covered under this contract.

DS-5

Supplier will be required to proactively provide above-ground tank monitoring

services to NEORSD. Supplier shall have a truck fleet distribution across a broad

geographic area to take advantage of our various sources of supply. Trucks shall

operate out of Cleveland, Akron, Youngstown, Findlay and Tiffin, Ohio.

DS-12 REQUIRED CERTIFICATIONS AND EXCLUSIVITY

Driver Certification: All supplier drivers shall be certified with a ten (10) year

employment history review, a fingerprint and background check conducted by the federal

government, and must adhere to all Department of Transportation regulations governing

transportation of hazardous materials.

Fleet Certification: All vehicles in the supplier fleet shall comply with all regulations

regarding spill containment, including spill kits, emergency response plans and all

permits required by the Department of Transportation.

Exclusivity: Supplier recognizes that while the District intends to use supplier as the

primary supplier of fuel for its fuel management needs, the District reserves the right to

source fuel from other suppliers should supplier not be able to meet the terms of this

agreement.

DS-13 INVOICING AND PAYMENT PROCEDURE

Invoices for the contract duration shall be billed in accordance with section SGC-24 and

SGC-27 of this bid on a monthly basis to the District’s Accounts Payable Department.

Also, the invoices must show separated lines designating:

(1) Description of the type of fuel delivered

(2) Location to which the fuel was delivered

(3) The Gross Daily Closing (by 5:59 P. M.) OPIS Average for Cleveland, Ohio for the

day the order is placed

(4) Your OPIS Adder that shows on your Invitation and Bid sheets

(5) Any applicable taxes. The District will pay the agreed amount of verified invoices

based on the submitted bid prices, per the Invitation and Bid sheets, except for the

Gross Daily Closing (5:59 P. M.) OPIS Average for Cleveland, Ohio, which will

change daily per delivery.

Bills will not be processed, if not detailed as indicated above.

Agreement

For _________________________________________________________________________________

_____________________________________________________________________________________

THIS AGREEMENT, made this _________ day of ________________two thousand and _______,

by and between the Northeast Ohio Regional Sewer District, party of the first part, duly authorized pursuant to

Resolution No. ____________ of the Board of Trustees of the said District, adopted __________________________

____________________ and ______________________________________________________________________

(a corporation organized and existing under the laws of the State of ____________________, and authorized to do

business in the State of Ohio) - (a partnership consisting of __________________________________________) (an

individual doing business as __________________________________________________________)-Contractor,

party of the second part.

WHEREAS, it was one of the conditions of said award that a formal contract should be executed by and between

the Northeast Ohio Regional Sewer District and the Contractor.

WITNESSETH:

That said party of the second part has agreed and by these presents does agree for itself, it’s representatives,

successors and assigns, with the party of the first part, as follows:

The Contractor shall furnish the following materials, supplies or equipment:

______________________________________________________________________________________________

______________________________________________________________________________________________

_________________________________ for the consideration of ____________________________________

_______________________________________________________________________($ _____________________)

Dollars. The Invitation to Bid, the General Conditions, the Specifications and the Bid, all which are incorporated

herein and made part hereof as fully as if herein rewritten, constitute this contract.

IN WITNESS WHEREOF, the parties hereunto have affixed their signature the day and year first above written.

CONTRACTOR NORTHEAST OHIO REGIONAL SEWER DISTRICT

BY ___________________________________________

BY ______________________________________________

TITLE BY ___________________________________________

______________________________________________


Recommended