Invitation For Bid. Gasoline, Diesel Fuel, Fuel Oil, & Propane IFB F

Similar documents
Invitation For Bid. Uniforms IFB U

Request for Proposal. RFP # Towing Services Inoperable Vehicles

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

MANDATORY GENERAL TERMS AND CONDITIONS:

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. RFP # Delinquent Tax Collection Services

COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY

MANDATORY GENERAL TERMS AND CONDITIONS

GENERAL TERMS AND CONDITIONS

Botetourt County Public Schools

INVITATION TO BID (ITB)

REQUEST FOR PROPOSAL (RFP) For Voluntary Supplemental Insurance and Administration of Section 125 Plan. Issue Date: September 29, 2017 RFP# /18

TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020

Request for Proposal. RFP # Fire and EMS Strategic Planning Consultant

REQUEST FOR PROPOSAL # FOR. Architectural and Historical Nonprofessional Services for Architectural Survey of Amherst County

TOWN OF CHRISTIANSBURG PURCHASING OFFICE 100 EAST MAIN ST. CHRISTIANSBURG, VA PH: FAX:

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015

Tobacco Use Prevention Grantees FY

REQUEST FOR QUOTATION Relocation of Office Trailer RFQ NUMBER:

Request for Proposal Public Warning Siren System April 8, 2014

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

INVITATION FOR BIDS LONGWOOD UNIVERSITY MATERIEL MANAGEMENT 201 HIGH STREET FARMVILLE, VIRGINIA 23909

for Electrical Engineering Services for Smyth County School Board An Original and Three (3) complete copies of Sealed Proposals Due

CONTRACTOR SHALL BE A MEMBER OF EVA TO BE AWARDED THIS CONTRACT. REGISTRATION INFORMATION IS FOUND ON PAGE 14 OF THIS SOLICITATION.

VIRGINIA DEPARTMENT OF TRANSPORTATION INVITATION FOR BIDS (IFB)

Invitation for Sealed Bids

Culpeper County Public Schools

RFP GENERAL TERMS AND CONDITIONS

REQUEST FOR PROPOSAL. Nurturing Parent Program

AUGUSTA COUNTY SERVICE AUTHORITY

Corporation; Minority Business: Partnership; Individually owned;

INVITATION FOR BIDS IFB

STATE BOARD FOR COMMUNITY COLLEGES

Invitation for Sealed Bids

Mold Remediation and Clean Up of Central High School

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

REQUEST FOR PROPOSAL CASH MANAGEMENT SERVICES

CHESAPEAKE PUBLIC SCHOOLS Purchasing Department School Administration Building 312 Cedar Road

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251

INVITATION FOR BIDS IFB

REQUEST FOR PROPOSALS FOR ACCOUNTING SERVICES

Request for Proposals for Agent of Record/Insurance Broker Services

Request for Proposal (RFP) # For. Fireworks Display

NORTHWESTERN COMMUNITY SERVICES

TOWN OF CHRISTIANSBURG PURCHASING OFFICE 100 EAST MAIN ST. CHRISTIANSBURG, VA PH: FAX:

Invitation For Bid IFB # Elevator Maintenance Services

REQUEST FOR PROPOSAL (RFP)

SECTION D: Fiscal Management. DA Management of Funds 4/14. DB Annual Budget 7/15. DG Custody and Disbursement of School Funds 4/15

INVITATION TO BID Acoustical Ceiling Tile

ORANGE COUNTY PUBLIC SCHOOLS REQUEST FOR PROPOSAL #

COMMONWEALTH OF VIRGINIA CONTRACT

INVITATION FOR BIDS SEPTIC SERVICES. IFB No: CJ May 5, 2017

Commonwealth of Virginia. Request for Quote. Title: Load Balancer. Due Date: October 26, Contact Information:

RFP GENERAL TERMS AND CONDITIONS

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

CONTRACT E MA2058 BETWEEN THE COMMONWEALTH OF VIRGINIA AND SONNY MERRYMAN, INC.

INVITATION FOR BID ISSUE DATE: 6/21/16 IFB:

Eastern Shore of VA Commission REQUEST FOR PROPOSALS

INVITATION FOR SEALED BID # THIS IS NOT AN ORDER

REQUEST FOR PROPOSALS

COMMONWEALTH OF VIRGINIA CONTRACT

COUNTY OF COLE JEFFERSON CITY, MISSOURI

REQUEST FOR PROPOSALS SET ASIDE FOR DMBE CERTIFIED SMALL BUSINESSES

REQUEST FOR PROPOSAL ISSUE DATE: 11/22/2017 RFP #

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

Issuing Entity Name Here Address, City, State, and Zip Code Request for Proposal for the Back of the Envelope

OLD DOMINION UNIVERSITY INVITATION FOR BIDS SEALED - IFB # CCC

INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots

PUBLIC NOTICE. INVITATION FOR BIDS Intercom System

Request for Sealed Proposals

INVITATION FOR BIDS Maintenance Vehicle BID # Smyth County Public Schools

Appomattox River Water Authority

INVITATION FOR BIDS IFB. All Inquiries for Information should be directed to: James E. Simpson, Director Materiel Management (434)

Request for Proposal. RFP # Canoe Launch

Request for Proposals. Forensic Accounting Audit Services

INVITATION TO BID Install Spray Foam Polyurethane Roof

INSTRUCTIONS TO BIDDERS

INVITATION FOR BIDS (IFB) Title: Jeffers Auditorium HVAC System Replacement & Interior Alterations Project Code:

CHESAPEAKE PUBLIC SCHOOLS Purchasing Department School Administration Building 312 Cedar Road Chesapeake, Virginia 23322

REQUEST FOR PROPOSAL No AD-0017 FOR LEGAL SERVICES SEALED PROPOSALS ACCEPTANCE DATE AND TIME APRIL 13, 2015, AT 5:00 P.M.

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) May 26, 2017

INVITATION FOR BIDS IFB. Issue Date: January 19, 2004 IFB# Conveyor System

SAW CONSORTIUM Request for Proposal for FSA, Premium Conversion, COBRA, and HSA Administration - Effective 1/1/16

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

MIDDLE PENINSULA REGIONAL SECURITY CENTER REQUEST FOR PROPOSAL SECURITY SYSTEM INSTALLATION AND SUBSEQUENT SERVICE/MAINTENANCE

Germanna Community College Snow Removal Services IFB # P a g e 1 INVITATION FOR BID. Issue Date: October 26, 2011 IFB#

CHESAPEAKE PUBLIC SCHOOLS Purchasing Department School Administration Building 312 Cedar Road Chesapeake, Virginia 23322

CITY OF TITUSVILLE, FLORIDA

INVITATION FOR BIDS IFB

INVITATION FOR BIDS IFB. All Inquiries for Information should be directed to: James E. Simpson, Director Materiel Management (434)

COUNTY OF NORTHAMPTON, VIRGINIA REQUEST FOR PROPOSALS FOR AUTOMATED AMBULANCE BILLING, INSURANCE SERVICES & COLLECTION SYSTEM

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

VIRGINIA DEPARTMENT OF TRANSPORTATION INVITATION FOR BIDS (IFB)

Contract No NO0. Page 1 of 12 CONTRACT: 11157NO0. Lake Jackson Study - Dam. Between:

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018

Invitation for Bids IFB # VIT

REQUEST FOR PROPOSAL (RFP)

INVITATION FOR BIDS (IFB)

INVITATION FOR BID. 245 Hairston Street Danville, Virginia 24540

Transcription:

Prince George County SCHOOL BOARD Operations Office 6410 Courts Drive Prince George, Virginia 23875 804-733-2700 Fax 804-861-5271 Invitation For Bid Gasoline, Diesel Fuel, Fuel Oil, & Propane IFB-19-1807-1F This procurement is governed by the Virginia Public Procurement Act and all terms and conditions of the Act are hereby adopted and are made a part of this notice. Check here to invoke protections of Section 2.2-4342 (trade secrets and proprietary information) and submit identifying material to be protected and explanation for protection prior to returning the final bid. Contact Information: Questions concerning sealed bids should be in writing addressed to: Ronald T. Rhodes 6410 Courts Drive Prince George, Virginia 23875 (804)733-2700 Fax (804) 861-5271 or E-Mail: rrhodes@pgs.k12.va.us

May 4, 2018 Invitation for Bid - IFB-19-1807-1F Gasoline, Diesel Fuel, Fuel Oil & Propane 1.0 Purpose Sealed bids, subject to the specifications and conditions contained herein and attached hereto, will be received at the Prince George County School Operations Office: Attention Ronald T. Rhodes, 6410 Courts Drive, Prince George VA, 23875 until, but not later than 3:00 p.m. Local Time Prevailing May 29, 2018. The time of receipt shall be determined by the Prince George County School Operations Office. If you are an individual with a disability and require a reasonable accommodation, please notify Ronald Rhodes (804) 733-2700, three working days prior to date due. Note: This bid is contingent on the final approval of the 2018-2019 School Board budget by the Prince George County Board of Supervisors. To be considered, your quotation must be submitted on a copy of this Invitation for Bid in the place provided. Bidders shall sign this form without detaching it from the rest of the bid. Mark outside of your envelope with Invitation for Bid IFB-19-1807-1F and opening date of bid. Please annotate Gasoline, Diesel Fuel, Fuel Oil & Propane on the envelope. If a bid/proposal is not marked with the above information, the bidder or offeror takes the risk that the envelope may be inadvertently opened and the information compromised which may cause the bid or proposal to be disqualified. Bids/proposals may be hand delivered to the designated location in the office issuing the solicitation. No other correspondence or other bids/proposals should be placed in the envelope. Bids, to include addenda or changes to a response, shall not be accepted via Fax machine or by Internet E-mail, orally, or by telephone. Any bid received after above deadline, will not be considered and will be returned unopened. The right is reserved to reject any or all bids submitted, to increase or decrease quantities at the quoted unit price; and to award in part or the whole of the items listed. The purchaser also reserves the right to be the sole judge and to make awards in accordance with its own judgment as to what will best meet its requirements. All quoted prices shall be F.O.B. to Prince George, Virginia, unless otherwise noted. Unless otherwise agreed to at the time of award, payment terms are Net 30. This contract will be for a one year period beginning July 1, 2018 through June 30, 2019.

2.0 Scope of Work The contractor shall furnish all labor, supervision, equipment, tools, parts and materials necessary, to maintain necessary levels of gasoline, diesel fuel, fuel oil, diesel exhaust fluid, and propane, including a monitoring system (if tank is applicable) to monitor and maintain proper levels at all times for the Prince George County School Board. The following is a detailed list of all locations requiring service for the Prince George County School Board. Specifications - Gasoline and Diesel Fuel Tank Approx. Gallons Location Type of Fuel Size (Gals.) Used Bus Garage Diesel Fuel 6,000 175,000 7804 Laurel Spring Road, Prince George Reg Unleaded Gas 3,000 20,000 Fire Pump (Harrison Elementary School) Diesel Fuel 100 100 12900 East Quaker Road, Disputanta Emergency Generator (Moore Middle Sch.) Diesel Fuel 300 600 11455 Prince George Drive, Disputanta Emergency Generator (Harrison Elem. Sch.) Diesel Fuel 500 1,000 12900 East Quaker Road, Disputanta Emergency Generator (Clements Jr. H.S.) Diesel Fuel 800 1,600 7800 Laurel Spring Road, Prince George Emergency Generator (North Elementary) Diesel Fuel 800 50 11106 Old Stage Road, Prince George Fire Pump (North Elementary School) Diesel Fuel 100 200 11106 Old Stage Road, Prince George Emergency Generator (School Board Office) Diesel Fuel 200 50 6410 Courts Drive, Prince George Diesel Exhaust Fluid Tank Diesel Exhaust 330 3,600 7804 Laurel Spring Road, Prince George

Specifications - #2 Fuel Oil Tank Approx. Gallons Location Size (Gals.) Used Bus Garage 1,000 1,500 7804 Laurel Spring Road, Prince George South Elementary School 10,000 10,000 13400 Prince George Drive, Disputanta Harrison Elementary School 10,000 15,000 12900 East Quaker Road, Disputanta Disputanta Warehouse 1,000 1,000 9918 Golf Course Drive, Disputanta Specifications - Propane Location Prince George High School 7801 Laurel Spring Road, Prince George Field House next to Athletic Field Behind Clements Junior High School 7800 Laurel Spring Road, Prince George Concession Stand next to Athletic Field Behind Clements Junior High School 7800 Laurel Spring Road, Prince George Garage/Central Warehouse 7804 Laurel Spring Road, Prince George Bus Garage 7804 Laurel Spring Road, Prince George Walton Elementary School 4101 Courthouse Road, Prince George Tank Capacity 500 gal. 1000 gal. 330 gal. 1000 gal. 100 gal. 1000 gal. Propane tanks are to be provided by supplier at no charge to owner. Approximate total gallons propane required: 15,000 General Specifications Tanks are to be filled on a regular basis to ensure adequate fuel is in tanks at all times. DELIVERY TICKETS FOR PRINCE GEORGE COUNTY PUBLIC SCHOOLS MUST BE SIGNED FOR AT EACH LOCATION TO ENSURE PAYMENT OF INVOICE.

3.0 STANDARD TERMS AND CONDITIONS 3.1 APPLICABLE LAWS AND COURTS: This solicitation and any resulting contract shall be governed in all respects by the laws of the Commonwealth of Virginia and any litigation with respect thereto shall be brought in the courts of the County. The agency and the contractor are encouraged to resolve any issues in controversy arising from the award of the contract or any contractual dispute using Alternative Dispute Resolution (ADR) procedures (Code of Virginia, 2.2-4366). The contractor shall comply with all applicable federal, state and local laws, rules and regulations. 3.2 ANTI-DISCRIMINATION: By submitting their (bids/proposals), (bidders/offerors) certify to the Prince George County School Board that they will conform to the provisions of the Federal Civil Rights Act of 1964, as amended, as well as the Virginia Fair Employment Contracting Act of 1975, as amended, where applicable, the Virginians With Disabilities Act, the Americans With Disabilities Act and 2.2-4311 of the Virginia Public Procurement Act (VPPA). If the award is made to a faith-based organization, the organization shall not discriminate against any recipient of goods, services, or disbursements made pursuant to the contract on the basis of the recipient's religion, religious belief, refusal to participate in a religious practice, or on the basis of race, age, color, gender or national origin and shall be subject to the same rules as other organizations that contract with public bodies to account for the use of the funds provided; however, if the faith-based organization segregates public funds into separate accounts, only the accounts and programs funded with public funds shall be subject to audit by the public body. (Code of Virginia, 2.2-4343.1E). In every contract over $10,000 the provisions in 1. and 2. below apply: 1. During the performance of this contract, the contractor agrees as follows: a. The contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the contractor. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. b. The contractor, in all solicitations or advertisements for employees placed by or on behalf of the contractor, will state that such contractor is an equal opportunity employer. c. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting these requirements. 2. The contractor will include the provisions of 1. above in every subcontract or purchase order over $10,000, so that the provisions will be binding upon each subcontractor or vendor. 3.3 ETHICS IN PUBLIC CONTRACTING: By submitting their (bids/proposals), (bidders/offerors) certify that their (bids/proposals) are made without collusion or fraud and that they have not offered or received any kickbacks or inducements from any other (bidder/offeror), supplier, manufacturer or subcontractor in connection with their (bid/proposal),

and that they have not conferred on any public employee having official responsibility for this procurement transaction any payment, loan, subscription, advance, deposit of money, services or anything of more than nominal value, present or promised, unless consideration of substantially equal or greater value was exchanged. 3.4 IMMIGRATION REFORM AND CONTROL ACT OF 1986: By submitting their (bids/proposals), (bidders/offerors) certify that they do not and will not during the performance of this contract employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986. 3.5 ANTITRUST: By entering into a contract, the contractor conveys, sells, assigns, and transfers to the Prince George County School Board all rights, title and interest in and to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the Prince George County School Board, relating to the particular goods or services purchased or acquired by the Prince George County School Board under said contract. 3.6 CLARIFICATION OF TERMS: If any prospective (bidder/offeror) has questions about the specifications or other solicitation documents, the prospective (bidder/offeror) should contact the buyer whose name appears on the face of the solicitation no later than five working days before the due date. Any revisions to the solicitation will be made only by addendum issued by the buyer. 3.7 PAYMENT: 3.7.1 To Prime Contractor: a. Invoices for items ordered, delivered and accepted shall be submitted by the contractor directly to the payment address shown on the purchase order/contract. All invoices shall show the state contract number and/or purchase order number; social security number (for individual contractors) or the federal employer identification number (for proprietorships, partnerships, and corporations). b. Any payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery, whichever occurs last. This shall not affect offers of discounts for payment in less than 30 days, however. c. The following shall be deemed to be the date of payment: the date of postmark in all cases where payment is made by mail, or the date of offset when offset proceedings have been instituted as authorized under the Virginia Debt Collection Act. d. Unreasonable Charges. Under certain emergency procurements and for most time and material purchases, final job costs cannot be accurately determined at the time orders are placed. In such cases, contractors should be put on notice that final payment in full is contingent on a determination of reasonableness with respect to all invoiced charges. Charges which appear to be unreasonable will be researched and challenged, and that portion of the invoice held in abeyance until a settlement can be reached. Upon determining that invoiced charges are not reasonable, the

Prince George County School Board shall promptly notify the contractor, in writing, as to those charges which it considers unreasonable and the basis for the determination. A contractor may not institute legal action unless a settlement cannot be reached within thirty (30) days of notification. The provisions of this section do not relieve an agency of its prompt payment obligations with respect to those charges which are not in dispute (Code of Virginia, 2.2-4363). 3.8 PRECEDENCE OF TERMS: The following General Terms and Conditions APPLICABLE LAWS, ANTI-DISCRIMINATION, ETHICS IN PUBLIC CONTRACTING, IMMIGRATION REFORM AND CONTROL ACT OF 1986, ANTITRUST, CLARIFICATION OF TERMS, PAYMENT shall apply in all instances. In the event there is a conflict between any of the other General Terms and Conditions and any Special Terms and Conditions in this solicitation, the Special Terms and Conditions shall apply. 3.9 QUALIFICATIONS OF (BIDDERS/OFFERORS): The Prince George County School Board may make such reasonable investigations as deemed proper and necessary to determine the ability of the (bidder/offeror) to perform the services/furnish the goods and the (bidder/offeror) shall furnish to the Prince George County School Board all such information and data for this purpose as may be requested. The Prince George County School Board reserves the right to inspect (bidder s/offeror s) physical facilities prior to award to satisfy questions regarding the (bidder s/offeror s) capabilities. The Prince George County School Board further reserves the right to reject any (bid/proposal) if the evidence submitted by, or investigations of, such (bidder/offeror) fails to satisfy the Prince George County School Board that such (bidder/offeror) is properly qualified to carry out the obligations of the contract and to provide the services and/or furnish the goods contemplated therein. 3.10 TESTING AND INSPECTION: The Prince George County School Board reserves the right to conduct any test/inspection it may deem advisable to assure goods and services conform to the specifications. 3.11 ASSIGNMENT OF CONTRACT: A contract shall not be assignable by the contractor in whole or in part without the written consent of the Prince George County School Board. 3.12 CHANGES TO THE CONTRACT: The parties may agree in writing to modify the scope of the contract. An increase or decrease in the price of the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement to modify the scope of the contract. 3.13 DEFAULT: It shall be the contractors responsibilities to make sure that all tanks are constantly filled at all times. In case of failure to deliver goods or services in accordance with the contract terms and conditions, the Prince George County School Board, after due oral or written notice, may procure them from other sources and hold the contractor responsible for any resulting additional purchase and administrative costs. This remedy shall be in addition to any other remedies which the Prince George County School Board may have.

3.14 TAXES: Sales to the Prince George County School Board are normally exempt from State sales tax. State sales and use tax certificates of exemption, Form ST-12, will be issued upon request. Deliveries against this contract shall usually be free of Federal excise and transportation taxes. The Prince George County School Board s excise tax exemption registration number is <<TAX ID NO: 54-6001529>>. 3.15 INSURANCE: By signing and submitting a bid or proposal under this solicitation, the bidder or offeror certifies that if awarded the contract, it will have the following insurance coverage at the time the contract is awarded. MINIMUM INSURANCE COVERAGES AND LIMITS REQUIRED FOR MOST CONTRACTS: 1. Workers Compensation - Statutory requirements and benefits. Coverage is compulsory for employers of three or more employees, to include the employer. Contractors who fail to notify the Prince George County School Board of increases in the number of employees that change their workers compensation requirements under the Code of Virginia during the course of the contract shall be in noncompliance with the contract. 2. Employer s Liability - $100,000. 3. Commercial General Liability - $1,000,000 per occurrence. Commercial General Liability is to include bodily injury and property damage, personal injury and advertising injury, products and completed operations coverage. The Prince George County School Board must be named as an additional insured and so endorsed on the policy. 4. Automobile Liability - $1,000,000 per occurrence. (Only used if motor vehicle is to be used in the contract.) 3.16 ANNOUNCEMENT OF AWARD: Upon the award or the announcement of the decision to award a contract the Prince George County School Board will inform in writing, for the contractor(s) who submitted proposals, of the Prince George County School Board s decision. 3.17 DRUG-FREE WORKPLACE: During the performance of this contract, the contractor agrees to (i) provide a drug-free workplace for the contractor's employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the contractor that the contractor maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor. For the purposes of this section, drug-free workplace means a site for the performance of work done in connection with a specific contract awarded to a contractor, the employees of whom are prohibited from

engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the contract. 3.18 NONDISCRIMINATION OF CONTRACTORS: A bidder, offeror, or contractor shall not be discriminated against in the solicitation or award of this contract because of race, religion, color, sex, national origin, age, disability, faith-based organizational status, any other basis prohibited by state law relating to discrimination in employment or because the bidder or offeror employs ex-offenders unless the state agency, department or institution has made a written determination that employing ex-offenders on the specific contract is not in its best interest. If the award of this contract is made to a faith-based organization and an individual, who applies for or receives goods, services, or disbursements provided pursuant to this contract objects to the religious character of the faith-based organization from which the individual receives or would receive the goods, services, or disbursements, the public body shall offer the individual, within a reasonable period of time after the date of his objection, access to equivalent goods, services, or disbursements from an alternative provider. 4.0 SPECIAL TERMS AND CONDITIONS 4.1 ADDITIONAL USERS: This procurement is being conducted on behalf of the Prince George County School Board. 4.2 AVAILABILITY OF FUNDS: It is understood and agreed between the parties herein that the agency shall be bound hereunder only to the extent of the funds available or which may hereafter become available for the purpose of this agreement. 4.3 AWARD OF CONTRACT: An award will be made to the lowest responsive and responsible bidder. Evaluation will be based on differential prices. Unit prices, extensions and grand total must be shown. In case of arithmetic errors, the unit price will govern. If cash discount for prompt payment is offered, it must be clearly shown in the space provided. Discounts for prompt payment will not be considered in making awards. The Prince George County School Board reserves the right to reject any and all bids in whole or in part, to waive any informality, and to delete items prior to making an award. The right is reserved to make a separate award of each item, a group of items or all items, and to make an award either in whole or in part, whichever is deemed in the best interest of the Prince George County School Board. The award or awards will be made to the lowest responsive, responsible bidder or bidders as applicable. 4.4 BID ACCEPTANCE PERIOD: Any bid in response to this solicitation shall be valid for (60) days. At the end of the (60) days the bid may be withdrawn at the written request of the bidder. If the bid is not withdrawn at that time it remains in effect until an award is made or the solicitation is canceled. 4.5 BID PRICES: Bid shall be in the form of a firm unit price (differential price) for fuel type during the contract period. Bidder shall incorporate all freight, profit, and discount into their differential price, as well as any and all fees & taxes for conducting business. No such fees or taxes shall be passed along/invoiced to PGCPS.

The contract price for gasoline and diesel shall be based on the weekly publication of the Oil Price Information Service (known as OPIS) Silver Springs, Maryland. The average base price per gallon as indicated on the OPIS PAD 1 Report will remain in effect from Monday through Sunday. Each bidder shall indicate on the pricing sheet the terminal, F.O.B. Terminal Average Posted Price for the Week of May 28, 2018, a per gallon differential factor of plus (+) or minus (-), and the net delivered price per gallon. The OPIS PAD 1 Report average base price per gallon along with the bid differential (+/-) will be used to determine the delivered price per gallon. All four (4) columns must be completed by the bidder. 1.) Terminal Location, 2.) Average Posted OPIS Price, 3.) Differential, and 4.) Net Delivered Price Per Gallon. The contractor shall supply Prince George County School Board with an updated copy of the weekly OPIS PAD 1 Report. The OPIS PAD 1 Report should be faxed (804-861-5271) or emailed (rrhodes@pgs.k12.va.us) each Monday during the term of the contract. If it should occur that the OPIS publication is not published for any given week then the previous week s publication will be used in determining the weekly price. Pricing for propane will be based on the bidder s differential quoted in the bid for the entire contract period. Contract pricing for propane will increase or decrease in a like amount with the increases or decreases in all suppliers average from Apex, N.C. posting listed under the Principal U. S. Postings in the weekly edition of the BPN Weekly Propane Newsletter. This pricing procedure shall remain in effect for the term of the contract. The BPN Weekly Propane Newsletter may be obtained at P. O. Box 660698, Arcadia, CA 91066, phone number 800-214-4386 or at www.bpnews.com. In the event the BPN Weekly Propane Newsletter ceases publication or a viable listing of reference prices is no longer available through this publication, the parties to this contract will mutually establish a replacement price index. The bidder must submit their supplier name. The supplier name shall remain the same for the duration of the contract. This information is requested in the event Federal guidelines are invoked due to a shortage. The supplier s name you choose is not related in any way to the monthly pricing mechanism established for price increases or decreases; it is used to determine the base bid price. In the event that the contractor must change its supplier in which its price is based, the following conditions must be met before any invoices are approved for payment: 1. Identify new supplier; 2. State reason for change in suppliers; 3. Price basis must be no greater than the price then in effect of the supplier, which the bidder was quoting on May 28, 2018. ALL DELIVERIES EACH WEEK WILL BE BASED ON THE WEEKLY POSTED RACK AVERAGE PRICE AS INDICATED IN THE PAD 1 OPIS REPORT FOR DIESEL, AND THE APPLICABLE REFORMULATED OR NON-REFORMULATED GASOLINE OCTANE SPECIFIED. 4.6 CANCELLATION OF CONTRACT: The purchasing agency reserves the right to cancel and terminate any resulting contract, in part or in whole, without penalty, upon 60 days written notice to the contractor. In the event the initial contract period is for more than 12 months, the resulting contract may be terminated by either party, without

penalty, after the initial 12 months of the contract period upon 60 days written notice to the other party. Any contract cancellation notice shall not relieve the contractor of the obligation to deliver and/or perform on all outstanding orders issued prior to the effective date of cancellation. 4.7 CONTRACTOR/SUBCONTRACTOR LICENSE REQUIREMENT: By my signature on this solicitation, I certify that this firm/individual and subcontractor is properly licensed for providing the goods/services specified. Contractor Name: Subcontractor Name: License # Type 4.8 DELIVERY: State your earliest firm delivery or performance date: July 1, 2018. This date may be a factor in making the award. 4.9 PRIME CONTRACTOR RESPONSIBILITIES: The contractor shall be responsible for completely supervising and directing the work under this contract and all subcontractors that he may utilize, using his best skill and attention. Subcontractors who perform work under this contract shall be responsible to the prime contractor. The contractor agrees that he is as fully responsible for the acts and omissions of his subcontractors and of persons employed by them as he is for the acts and omissions of his own employees. 4.10 QUANTITIES: Quantities set forth in this solicitation are estimates only, and the contractor shall supply at bid prices actual quantities as ordered, regardless of whether such total quantities are more or less than those shown. 4.11 TERM OF CONTRACT: The contract period shall be 7/1/2018-6/30/2019 barring contract cancellation as outlined in 4.6. 4.12 RENEWAL OF CONTRACT: This contract may be renewed by the Prince George County School Board upon written agreement of both parties for (one year)/( 1 successive one year periods), under the terms of the current contract, and at a reasonable time (approximately 90 days) prior to the expiration. 4.13 WORK SITE DAMAGES: Any damage to existing utilities, equipment or finished surfaces resulting from the performance of this contract shall be repaired to the Prince George County School Board s satisfaction at the contractor s expense. 5.0 METHOD OF PAYMENT Payments will be made 30 days after receipt of complete and accurate invoice or receipt of product, whichever occurs later. Invoices must reference the contract number and detail list of products shipped.

Invoice must be sent to the appropriate agency. No payment will be made to subcontractors. The Contractor shall be fully responsible for all invoicing to applicable agencies. 6.0 PRICING SCHEDULE Bidder shall use OPIS price for: Monday, May 28, 2018. Prices with a negative differential will not be accepted and considered nonresponsive. Differentials shall include provisions for any and all fees, and taxes. No such fees or taxes shall be invoiced or passed along to PGCPS. FUEL TERMINAL OPIS DIFFERENTIAL DELIVERED TYPE LOCATION PRICE (+/-) PRICE PER GALLON 10,000 Gallons or Larger Tanks Number 2 Fuel Oil $ $ $ Number 2 Fuel Oil (Firm fixed price for the duration of the contract period) $ Other Tanks Number 2 Fuel Oil $ $ $ (less than 10,000 gallon tanks) Number 2 Fuel oil (less than 10,000 gallon tanks) (Firm fixed price for the duration of the contract period) $ Reg. Unleaded Gas $ $ $ Reg.- Unleaded Gas (Firm fixed price for the duration of the contract period) $ Diesel Fuel $ $ $ (Ultra Low Sulfur Distillate) Diesel Fuel (Ultra Low Sulfur Distillate) (Firm fixed price for the duration of the contract period) $ Diesel Exhaust Fluid $ $ $ Propane $ $ $ Propane (Firm fixed price for the duration of the contract period) $

7.0 TERMS AND SIGNATURE SHEET Invitation For Bid Gasoline, Diesel Fuel, Fuel Oil, & Propane IFB-19-1807-1F Please indicate length of time required, in calendar days, for completion after notification of award:. In compliance with this invitation and subject to all conditions thereof, the undersigned offers and agrees to furnish any or all items and/or service upon which prices are quoted, at the price quoted, as specified. My signature on the bid certifies that this bid is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a bid for the same material, supplies or equipment, and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of Virginia Governmental Fraud Act and Federal Law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid and certify that I am authorizing to sign this bid for the bidder. If there are any parts of the terms and conditions that your company cannot meet, please indicate which ones on an attached page. Company Name: Address: Signature: Name (type or print) Official Title: Date: Telephone Number:

CERTIFICATION OF CONTRACTOR Full Name of Contractor As required by Section 22.1-296.1 of the Code of Virginia, the undersigned hereby certifies as follows: (i) That I (and all persons who will provide such services) have not been convicted of a felony or any offense involving the sexual molestation, physical or sexual abuse or rape of a child. I further understand that if I make a materially false statement regarding any of the above offenses, I will be guilty of a Class 1 misdemeanor. Date Signature of Contractor