Item 4C - MemoCITY OF
SOUTH LAIN✓
MEMORANDUM
January 6, 2026
To: Alison Ortowski, City Manager
From: Lauren LaNeave, Interim Director of Public Works
Item 4C
Subject: Item 4C: Approve the Vendor/Member Agreement with Stovall
Corporation for the Construction of Fueling Systems and
Equipment for the Municipal Service Center and Public Safety
Training Tower project, in an amount not to exceed $1,015,000.
Actions
Requested: Item 4C: Approve the Vendor/Member Agreement with Stovall
Corporation for the Construction of Fueling Systems and
Equipment for the Municipal Service Center and Public Safety
Training Tower project, in an amount not to exceed $1,015,000.
Background
Information: The purpose of this item is to seek City Council approval of the
Vendor/Member Agreement with Stovall Corporation (Stovall) for
the Construction of Fueling Systems and Equipment for the
Municipal Service Center and Public Safety Training Tower (MSC &
PSTT) project. Under this agreement, Stovall will construct a new
fuel island to replace the existing fuel island located at the current
Public Works Operations site. The fuel island will serve as the
primary fueling location for the City's fleet vehicles. The existing
fuel island at the current Public Works Operations site will be
decommissioned and removed as part of a separate, future project.
Project Background
In June 2025, City Council approved the Guaranteed Maximum
Price (GMP) amendment to the Construction Manager At -Risk
(CMAR) agreement with Byrne Construction Services (Byrne) for
the construction of the new Municipal Service Center and Public
Safety Training Tower (MSC & PSTT) facility, located on the 13-
acre site at 1605 Brumlow Avenue. This facility will replace the
existing Public Works Operations facility on East Continental
Boulevard. Once completed, the MSC will also be the new home for
Utility Billing and the PSTT will serve as a training site for the City's
first responders.
Page 1 of 4
Item 4C
The City utilized a purchasing cooperative to procure a contractor
to construct the fuel island. This process leverages competitive
pricing for goods and services from vendors that have been vetted
and used by other public agencies.
Staff obtained a quote from the Stovall Corporation to construct the
fuel island at the MSC & PSTT site. Their scope of work includes
installation of the fuel storage tanks, dispensers, and canopy in a
3,000 square foot area located directly south of the Service Bay
Building. Construction will be coordinated with Byrne's construction
activities, and it is not anticipated that their respective schedules
will interfere with each other.
Completion of the entire project and department move -in to the
MSC & PSTT site is projected for early 2027.
Financial
Considerations: Stovall's not to exceed amount of $1,015,000 includes their quote
of $922,474 plus a $92,526 (10%) contingency. The contingency
would only be used for addressing issues that were not anticipated
prior to construction. Funding for this item is available in the Capital
Improvements Program as part of the Southlake Municipal Service
Center and Public Safety Training Tower (MSC & PSTT) project.
Purchasing requirements are met through BuyBoard Contract 772-
25.
This item represents a key component of the construction phase,
aligns with the approved scope of work, and fits within the overall
budget. No additional appropriation is being requested as part of
this action.
Strategic Link: This item links to the City's Strategy Map strategic focus areas are
Safety & Security and Infrastructure & Development. It specifically
relates to the City's Corporate Objectives F2: Investing to provide &
maintain high quality public assets and B2: Collaborating with
select partners to implement service solutions.
Citizen Input/
Board Review: Not Applicable.
Legal
Review: The Vendor/Member Agreement has been reviewed and approved
by the City Attorney.
Page 2 of 3
Item 4C
Alternatives: The City Council may approve or deny the Vendor/Member
Agreement.
Supporting
Documents:
• Attachment A: Vendor/Member Agreement with Stovall Corporation
• Attachment B: BuyBoard Contract #772-25
Staff
Recommendation: Item 4C: Approve the Vendor/Member Agreement with Stovall
Corporation for the Construction of Fueling Systems and
Equipment for the Municipal Service Center and Public Safety
Training Tower project, in an amount not to exceed $1,015,000.
Staff
Contact: Lauren LaNeave, Interim Director of Public Works
Tim Slifka, Purchasing Manager
Mamerto A. Estepa, Jr., Project Manager
Page 3 of 3
ATTACHMENT A
VENDORIMEMBER AGREEMENT
FOR CONSTRUCTION OF FUELING SYSTEMS AND EQUIPMENT
This Vendor/Member Agreement (the "Agreement") is hereby entered into and effective as of the
day of , 2026, by and between The Stovall Corporation, a company
authorized to do business in the state of Texas (the "Vendor" or "Contractor"), and the City of Southlake, a
Texas home -rule municipal corporation (the "City") for the construction of fueling systems and equipment
(collectively referred to as the "Project").
RECITALS
WHEREAS, the Vendor submitted proposal "No. 772-25, Fueling Systems and Equipment" to the
Cooperative Purchasing Texas Association of School Boards, Inc. ("BuyBoard"); and
WHEREAS, Vendor and BuyBoard have entered into a BuyBoard Contract, whereby Vendor has
agreed to sell to BuyBoard and its members certain goods and services of a nature and quality as represented
in the specifications and proposals, and at a specified price; and
WHEREAS, the City has entered into an agreement with BuyBoard to be a member and may purchase
specified goods and services at the prices listed pursuant to the BuyBoard Contracts; and
WHEREAS, the City is authorized pursuant to Texas Local Gov't Code Ch. 271, and Texas Gov't
Code Ch. 791, to enter into cooperative purchasing agreements and is deemed thereby to satisfy state laws
requiring competitive bidding; and
WHEREAS, the City desires to purchase, and Vendor desires to sell and provide, certain goods and
services under the BuyBoard Contract; and
WHEREAS, the City and Vendor intend to comply with all applicable laws relative to performance
and payment bonds, as well as laws relative to workers compensation and liability insurance for services
rendered pursuant to this Agreement; and
WHEREAS, the City and Vendor desire to enter into this legally enforceable Agreement to clarify
and make explicit the rights, duties, and responsibilities between the parties, and in case of any conflicts
between this Agreement and the provisions of the BuyBoard Vendor Agreements, the terms of this Agreement
shall prevail; and
WHEREAS, the City and Vendor recognize and agree that this Agreement does not amend or alter the
rights, duties, and obligations between Vendor and BuyBoard, or between the City and BuyBoard under their
respective contracts with BuyBoard; and
NOW, THEREFORE, the City and Vendor agree that the recitals above are true and correct, and
further agree mutually agree as follows:
1. Vendor agrees to furnish and deliver to the City, the goods and services requested by the City for the
Project. The City agrees to pay Vendor for the goods and services at the prices shown on the proposals provided
by the Vendor and dated November 26'' 2025 which are incorporated into this Agreement by reference as if
fully set forth herein. The total amount of costs for the Project shall not exceed $922,474.12.
2. The City shall make payment for goods and services in accordance with the Texas Prompt Payment
Act, Chapter 2251, Texas Government Code. The date of any payment, whether net or gross, shall be
determined by calculating the number of days after receipt of invoices from Vendor.
3. This Agreement is made and shall be construed according to the laws of the State of Texas, without
regard for conflicts of law principles. Venue of any court action brought directly or indirectly by reason of this
Agreement' hall be in Tarrant County, Texas. This Agreement is made and is to be performed in Tarrant
County, Texas.
4. All written notices shall be deemed to have been duly served if delivered in person to an individual,
officer, legal representative, or member of the party for whom it is intended, or if delivered at or sent by
registered mail to the last business address known to the person giving the notice.
5. The waiver or failure of either party to exercise in any respect any right provided for in this agreement
shall not be deemed a waiver of any further right under this agreement.
6. If any provision of this agreement is invalid, illegal, or unenforceable under any applicable statute,
court decision, or rule of law, it is to that extent to be deemed omitted. The remainder of the agreement shall
be valid and enforceable to the maximum extent possible.
7. Definition of Terms: Wherever the words, forms or phrases defined herein or pronouns used in their
place occur in these Specifications, in the Agreement, in the bonds, in the Advertisement, or any otherdocument
or instrument herein contemplated, or to which these Specifications apply or may apply, the intent and meaning
shall be interpreted as follows:
7.1 Calendar Days: A calendar day is defined as any solar day of 24 hours; including all holidays,
regardless of weather conditions, material availability, or other conditions not under the control of
the Contractor.
7.2 Change Order: Shall mean a written order to the Contractor executed by the City and the
Engineer, issued after execution of this Agreement, authorizing and directing a change in the Work
or an adjustment in the Agreement Price or the Agreement Time, or any combination thereof, and as
more specifically defined in Texas Local Gov't Code Ch. 252. The Agreement Price and the
Agreement Time may be changed only by written Change Order, which may require approval by the
SPDC and the City Council.
7.3 Cam: The City of Southlake, is a Texas home -rule municipal corporation, acting by and
through (a) its governing body, (b) its Mayor, or (c) its City Manager, each of whom is required by
charter to perform specific duties.
7.4 City Council: The City Council of the City of Southlake, Texas.
7.5 "Vendor/Member Agreement" or "Agreement": The Agreement shall consist of the
Proposals, Bonds, Plans, Specifications, BuyBoard Contract, and all modifications and amendments
incorporated therein, and any other documents made a part of the Agreement by the mutual written
agreement of the City and Contractor. In the event of any conflicts, the Vendor/Member Agreement
shall prevail and the order of precedence shall be as follows: (1) The Vendor/Member Agreement;
(2) Proposals; (3) Bonds; (4) Plans; (5) Specifications; and (6) the BuyBoard Contract.
7.6 Contractor or Vendor: The Stovall Corporation
7.7 Agreement Time: The number of calendar days from the date on which the Work is permitted
to proceed, by written "notice to proceed", through the date set forth for Final Completion,
which is 180 days from the date of the "notice to proceed"; however, the Agreement Time
may be mutually amended by written Change Order due to approved delays, and as amended,
shall constitute the "Agreement Time".
7.8 Engineer: The City Engineer, or his designee.
7.9 Extra Work: All work that may be required by the Engineer or City to be done by the
Contractor to accomplish any changes, alterations, addition of the work shown on the Plans,
or reasonably implied by theSpecifications and not covered by the Contractor's Proposal(s).
7.10 Final Completion: Shall mean total (100%) completion of the Work in accordance with the
Plans and Specifications, and as finally determined in writing by the City in the City's sole
discretion Final "as build" drawings shall be provided by the Contractor as well as warranty
documentation that was submitted to the City.
7.11 Maintenance Bond: The approved form of security furnished by the Contractor and its surety
as a guaranteeon the part of the Contractor to correct any discrepancy or deficiency which
may arise as a result of faulty maintenance or workmanship for a period of two (2) years
from final acceptance of the Work necessary to make good and to repair any defective
condition growing out of or on account ofthe breakage or failure of any material or substance
of improper function of the work contemplated under these Plans, Specifications, drawings,
etc. as further outlined in Paragraph 8.3.
7.12 Overtime: Normal working hours for City construction inspections is between 8 a.m. and 5
.p.m. Monday through Friday except for City recognized holidays. The Contractor will be
required to pay for overtime for any activities that the City determines needs to be performed
with the presence of a City construction inspector beyond these time allowances unless
approved in writing otherwise.
7.13 Payment Bond: The approved form of security furnished by the Contractor and his surety as
a guarantee for the protection of all claimants supplying labor and material in the prosecution
of the Work.
7.14 Performance Bond: The approved form of security furnished by the Contractor and his surety
as a guaranteeon the part of the Contractor to execute the Work in accordance with the Plans,
Specifications, and terms of the Agreement.
7.15 Plan or Plans: All the drawings pertaining to the Project and made a part thereof, including
such supplementary drawings or addenda as the Contractor's engineer may issue in order to
clarify other drawings, or for the purpose of showing changes in the Work hereinafter
authorized by the Owner's Engineer, or for showing details not shown thereon.
7.16 Proposal: The written statement or statements of the Contractor proposing to do the Work
contemplated, including all approved forms on which the formal bids or proposals for the
Work are to be prepared.
7.17 Retainaee: Means the percentage of the payment withheld in this Agreement to secure
performance of the Agreement.
7.18 Specifications: The specifications as set forth in the Proposal(s) for the Project.
7.19 Subcontractor: Any person, persons, partnership, company, firm, associations, or corporation
having a direct contract with the Contractor, but having no privity of contract with the City. A
subcontractor includesone who furnished material worked to a special design according to the
Plans or Specifications of this Workbut does not include one who merely furnished material
not,so worked.
7.20 Substantial Completion: Shall mean that stage in the progression of the Work when the Work
is sufficiently complete in accordance with the Agreement, and as determined by the City in
the City's sole discretion, such that only final punch -list items or minor work remains and
the Contractor can achieve Final Completion within the time period approved in the
Certificate of Substantial Completion.
7.21 Sureties or Surety: The corporate bodies which are bound by such bonds as are required with
and for the Contractor. Sureties are responsible for the entire and satisfactory fulfillment of
the Agreement, and for any and all requirements as set out in the Project Plans and
Specifications.
7.22 Warranty Period: Shall mean the period of time specified in the Agreement during which
certain terms applicable to the warranting of work performed under the Agreement are in
effect.
7.23 Working Hours: Work shall be done only during the regular and commonly accepted and
described working hours between 7:00 a.m. and 6:00 p.m. Work may be done nights,
Saturdays, Sundays, or during any City holidays with approval by the Engineer and upon
payment of the City Inspector's overtime costs.
7.24 Work or the work: Unless otherwise stipulated, the Contractor shall provide and pay for all
materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all
water, lights, power, fuel, transportation, and other facilities necessary for the execution and
completion of the work covered by the Agreement. All materials shall be of good quality and
acceptable to the City. The Contractor shall, if required, furnish satisfactory evidence as to
the quality of materials. Materials or work described in words which so applied have a
commonly known technical or trace meaning shall refer to such commonlyknown meaning.
8. Surety Bonds: With the execution and delivery of the Agreement, the Contractor shall furnish and
file with the City in the amount herein required, the following Surety Bonds:
8.1 Performance Bond: A good and sufficient Performance Bond in the amount equal to one
hundred percent of the total amount of the Agreement, as evidenced by the proposal
tabulation or otherwise,guaranteeing the full and faithful execution of the work in accordance
with the Plans and Specifications and Texas Gov't Code Ch. 2253, as amended.
8.2 Payment Bond: A good and sufficient bond in an amount equal to one hundred percent of
thermal amount of the Agreement, as evidenced by the proposal tabulation, or otherwise
guaranteeing the full and proper protection of all claimants supplying labor and materials in
the prosecution of the work providedfor in the Agreement and for the use of each claimant,
and in accordance with Texas Gov't Code Ch. 2253, as amended.
8.3 Maintenance Bond: A Maintenance Bond in the amount equal to one hundred percent of the
totalAgreement price for the construction and maintenance of work shall be furnished by the
Contractor. The Maintenance Bond shall be for a period of two (2) years from and after the
date of completion and final acceptance of the Project. The Contractor shall maintain and
keep in good repair the work contemplated under these Plans, Specifications, drawings, etc.,
and perform for a period as set forth in the Maintenance Bond, from the date of acceptance,
all necessary repairs, reconstruction, and renewal of any part of said construction, and to
finish the labor and materials to make good and to repair any defective condition growing
out of or on account of the breakage or failure of any material or substance of improper
function of same. Said Maintenance Bond includes the complete restoration to a functional
use acceptable to the City of any work required by faulty material during the period set forth
in the Maintenance Bond.
9. Sureties: No sureties will be accepted by the City who are now in default or delinquent on any bonds
orwho are interested in any litigation against the City. All bonds shall be made on one corporate surety
authorized to do business in the State of Texas and acceptable to the City. An acceptable surety to the City
shall be determined as any surety listed on the latest United States Treasury Department list of companies
holding certificates of authority as acceptable sureties on Federal Bonds. Each bond shall be executed by the
Contractor and the surety. Should any surety on the Agreement be determined unsatisfactory at any time by
the City, notice will be givento the Contractor to that effect, and the Contractor shall immediately provide a
new surety satisfactory to the City. No payment will be made under the Agreement until the new surety or
sureties, as required, have qualified and been accepted by the City. The Agreement shall not be operative,
nor will any payments be dueor paid until approval of the bonds have been made by the City.
10. Intent of Plans and Specifications: The intent ofthe Plans and Specifications is to prescribe acomplete
work or improvement which the Contractor undertakes to do in full compliance with the Plans, Specifications,
Proposals, and Agreement. The Contractor shall do all work as provided inthe Plans, Specifications,
Proposals, and Agreement, and shall do such additional extra work as may be considered necessary to
complete the Work in satisfactory and acceptable manner. The Contractor shall furnish all labor, tools,
materials, machinery, equipment, and incidentals necessary to the prosecution of the Work.
11. RESERVED.
12. Alteration of Plans and Specifications: The City reserves the right to make such changes in the Plans
and Specifications and in the character of the work as may be necessary or desirable to ensure completion in
the most satisfactory manner, provided such changes do not materially alter the Plans and Specification or
change the general nature of the work as a whole. Such changes shall not be considered as waiving or
invalidating any condition or provision of the Agreement or bonds.
13. Extra Work: When any work is necessary to the proper completion of the project for which no prices
are provided in the Proposal and Agreement, the Contractor shall not do such work, but only when andas
ordered in writing by the Engineer, subject, however, to the right of the Contractor to require a written
confirmation of such extra work order by the City. It is also agreed that the compensation to be paid the
Contractor for performing said extra work shall be determined prior to commencing any extra work. No claim
for extra work of any kind will be allowed unless ordered in writing by the Engineer. In case ofany orders or
instructions, for which Contractor should receive compensation or an adjustment in the Agreement Time,
Contractor shall make written requests to the Engineer, for written order authorizing suchextra work.
14. Final Clean -Up: Upon completion of the Work and before acceptance and final payment willbe made,
the Contractor shall clean and remove from the site of the work surplus and discarded materials, temporary
structures, discarded materials, and debris of every kind, he shall leave the site of the Work in aneat and
orderly condition equal to that which originally existed. Surplus and waste materials removed from the site
of the Work shall be disposed of at locations satisfactory to the Engineer.
15. Engineer's Authority and Duty: Unless otherwise specified, it is mutually agreed between theparties
to this Agreement that the Engineer may inspect all work included herein. The Engineer may stop the Work
whenever such stoppage may be necessary to ensure the proper execution of the Agreement. In order to
prevent delays and disputes and to discourage litigation, it is further agreed that the Engineer shall in all cases
determine the amounts and quantities of the several kinds of work which are to be paid for under this
Agreement, and shall in all cases decide every question which may arise relative to the execution of this
Agreement on the part of the said Contractor.
16. Contractor's Duty and. Superintendence: The Contractor shall give personal attention to the faithful
prosecution and completion of this Agreement and shall keep on the Work, during its progress, a competent
superintendent who shall represent the Contractor and all directions given to the superintendent shall be as
binding as if given to the Contractor. Important directions shall be confirmed in writing to the Contractor,
and other directions shall be so confirmed on written request in each case.
17. The Contractor shall provide the Plans and Specifications for the Project, which shall be reviewed
for approval by the Engineer, and shall have available one copy of said Plans and Specifications on the work
site at all times. The Contractor shall give to the Work the consistent attention necessary to facilitate the
progress thereof, and he shall cooperate with the Engineer, his inspectors, and with other Contractors, in
every way possible. The Contractor shall provide all facilities to enable the Engineer and his inspectors to
inspect all workmanship and materials relating tothe Work.
18. Contractor's Understandine: It is understood and agreed that the Contractor has, by careful
examination satisfied itself as to the nature and location of the Work, the conformation of the ground, the
character quality and quantity of the materials to be encountered, the character of equipment and facilities
needed in preparation for and during the prosecution ofthe Work, the general and local conditions,and all other
matters which can in any way affect the work under this Agreement. No verbal agreement or conversation
with any officer, agent or employee of the City either before or after the execution of this Agreement, shall
affect or modify any of the terms of obligations herein contained and Contractor shall have no claim for
differing site conditions under any circumstance.
19. Character of Workers: The Contractor agrees to employ only orderly and competent workers,skillful
in the performance of the type of Work required under this Agreement, to do the Work; and agrees that
whenever the Engineer shall inform the Contractor in writing that any worker on the Work, is in his opinion
incompetent, unfaithful or disorderly, such worker shall be discharged from the Work and shall not again be
employed on the Work without the Engineer's written consent.
20. Sanitation: Necessary sanitary conveniences for the use of the laborers on the Work, properly
secluded from public observation, shall be constructed and maintained by the Contractor in such a manner
and at such points as shall be approved by the Engineer, and their use and cleanliness shall be strictly enforced.
21. Preliminary Approval: The Engineer shall not have the power to waive the obligation of this Agreement
for the furnishing by the Contractor of good materials, and of the Contractor performing good and acceptable
work as herein described, and in full accordance with the Plans and Specifications. No failure or omission of
the Engineer to reject defective work or materials shall release the Contractor from the obligations to at once
tear out, remove and properly replace the same at any time prior to final acceptance upon the discovery of said
defective work or materials; provided, however, that the Engineer shall, upon request of the Contractor inspect
and accept or reject any material furnished, and in event the material has been once accepted by the Engineer,
such acceptance shall be binding on the City, unless it can be clearly shown that such materials furnished do
not meet the Specifications for this Work.
22. Any questioned Work may be ordered taken up or removed for reexamination by the Engineer, prior to
finalacceptance, and if found not in accordance with the Specifications for said Work, all expense of removing,
reexamination and replacement shall be home by the Contractor; otherwise the expense thus incurred shall be
allowed as extra work, and shall be paid for by the City, provided that, where inspection or approval is
specifically required by the Specifications prior to performance of certain work, should the Contractor proceed
with such work without requesting prior inspection and approval the Contractor shall bear all expense of taking
up, removing and replacing his work if so directed by the Engineer.
23. Defects and Remedies: It is further agreed that if the Work or any part thereof, or any materials brought
on the site of the Work for use in the work or selected for the same, shall be deemed by the Engineer, as
unsuitable or not in conformity with the Plans and Specifications, the Contractor shall, after receipt of written
notice from the Engineer, forthwith remove such materials and rebuild or otherwise remedy such work so that it
shall be in full accordance with this Agreement.
24. Chanaes and Alterations: The Contractor further agrees that the City may make such changesand
alterations as the City may see fit, in the line, grade, form, dimensions, Plans or materials for the Work herein
contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the
validity of the Agreement and the accompanying Bonds.
25. Conformity with Plans: All work shall conform to the lines, grades, cross -sections, and dimensions
shown on the Plans. Any deviation from the Plans which may be required by the exigencies of construction
will be determined by the Engineer and authorized by the Engineer in writing.
26. Existing Structures and Utilities: The location of gas mains, water mains, conduits, sewer, and other
utilities or improvements is unknown, and the City assumes no responsibility for failure to show them in their
exact locations. It is mutually agreed that such failure may be considered eligible for claims for additional
compensation for extra work or for increasing the pay quantities through a Change Order.
27. Source of Supply of Materials: The materials shall be the best procurable, as required by the Plans,
Specifications and this Agreement. The Contractor shall not start delivery of materials until the Engineer has
approved the source of supply. Only materials conforming to these Specifications shall be used in the Work,
and such materials shall be used only after written approval has been given by the Engineer, and only so long
as the quality of said materials remains equal to the requirements of the Specifications. After approval by the
Engineer, any material that becomes damaged or contaminated duringdelivery, handling, or storage will not be
permitted to be used in the Work and must be replaced by Contractor at no cost to the City.
28. Samples and Tests of Materials: Where, in the opinion of the Engineer, or as called for in the
Specifications, tests of materials are necessary, such tests will be made at the expense of the Contractor unless
otherwise provided. Tests, unless otherwise specified, will be made in accordance with the latest methods of
the American Society for Testing Materials. The Contractor shall provide such facilities as theEngineer may
require for collecting and forwarding samples and shall not use the materials represented bythe samples until
tests have been made. The Contractor shall furnish adequate samples without charge to the City.
29. Storage of Materials: Materials shall be stored so as to ensure the preservation of their qualityand
fitness for the Work. When directed by the Engineer, they shall beplacedon wooded platforms or other hard,
clean surfaces, and not on the ground, and shall be placed under cover when necessary for protection. Stored
materials shall be placed and located so as to facilitate prompt inspection by the City.
r
30. Inspection: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining
whether or not the work performed was in accordance with the requirements and intent of thePlans and
Specifications. Any work done or materials used without suitable supervision or inspection by the Engineer
may be ordered removed and replaced at the Contractor's expense.
31. Removal of Defective. Rejected, or Unauthorized Work: All work which has been rejected shall be
repaired at Contractor's expense, or if it cannot be repaired satisfactorily, it shall be removed and replaced at
the Contractor's expense. Defective materials shall be immediately removed from the site of the work by the
Contractor. Defective work, work done without line andlgrade having been given, work done out of the lines
or not in conformity with the grades shown on the Plans or as given, save as herein provided, work done without
proper inspection, or any extra or unclassified work done without written authority and prior agreement in
writing as to prices shall be done at the Contractor's expense.
Upon failure of the Contractor to repair satisfactorily or to remove and replace, if so directed, defective,
rejected, or unauthorized work or materials immediately after receiving notice from the Engineer or the City,
the Engineer or the City will, after giving notice to the Contractor, have the authority to cause the defective,
rejected, or unauthorized work or materials to be remedied or removed and replaced by the Surety, the City, or
by any third -party contractor, all at the City's sole discretion without any duty to mitigatecosts, and to charge the
costs thereof against the Contractor, or deduct the cost thereof from any moneys due or to become due the
Contractor, without the need for a written Change Order deducting the same.
32. Final Inspection: The Engineer will make final inspection of all work included in the Agreement as
practicable after the work is completed and ready for acceptance. If the work performed by the Contractor is
not acceptable to the Engineer at the time of such inspection the Engineer will inform the Contractor as to the
particular defect(s) before final acceptance will be made.
This Agreement shall be read and construed in compliance with Texas Business & Commerce Code
Ch. 59, as amended, and the Contractor must, within a reasonable time of learning of a defect, inaccuracy,
inadequacy, or insufficiency in the plans, specifications, or other design documents, disclose in writing to the
City the existence of any known defect in the plans, specifications, or other design documents that is discovered
by the Contractor, or that reasonably should have been discovered by the Contractor using ordinary diligence,
before or during construction. The Contractor shall be liable for the consequences of defects that result from
the Contractor's failure to disclose as authorized by Texas Business &-Commerce Code Ch. 59.
33. Prevailing Wage Rates: Among other things, this Article provides that it shall be mandatory upon the
Contractor and upon any subcontractor under him to pay not less than the prevailing rates of per diem wages
in the locality at the time of construction to all laborers, workmen, and mechanics employed by them in the
execution of the Agreement. No claims for additional compensation shall be considered by the City because
of payments of wage rates in excess of the applicable rate provided herein. Pursuant to Texas Gov't Code Ch.
2258, the Contractor shall forfeit, as a penalty to City, sixty dollars ($60.00) for each laborer, workman, or
mechanic employed for each calendar day, or portion thereof, in which such laborer, workman, or mechanic is
paid less than the stipulated prevailing wage rates for any work done under this Contract by the Contractor or
any subcontractor employed on the project.
34. Dispute Resolution: All questions of dispute under this Agreement that cannot be resolved between
the Engineer and Contractor shall be submitted to the City Council at the request of either party and the decision
of the City Council shall be final and unappealable.
35. Law and Ordinance: The Contractor shall at all times observe and comply with all Federal, State and
local laws, ordinances, and regulations, which in any manner effect the Agreement or the Work, and must
maintain any and all required licenses and certificates required under the same laws, statutes, ordinances,
regulations and standards for services and/or goods during the tern of the Agreement. If the Contractor
observes that the Plans and Specifications are a variance therewith, the Contractor shall promptly notify the
Engineer in writing, and any necessary changes shall be adjusted as provided in the Agreement for changes ini
the Work. The City may automatically terminate this Agreement without liability to the City if the Contractor
performs any Work knowing it to be contrary to such laws, ordinances, rules, and regulations.
36. Permits and Licenses: The Contractor shall procure all permits and licenses, pay all charges and fees,
and give all notices necessary and incident to the due and lawful prosecution of the Work.
37. Protection against Royalties or Patented Invention: The Contractor shall pay and be liable for any and
all royalties and license fees related to Contractor's use, manner, and method of construction, and shall provide
for the use of any design, device, materials or process covered by letter patentor copyright by suitable legal
agreement with the patentee or owner. The Contractor warrants the accuracy, adequacy, sufficiency, or
suitability of plans, specifications, or other design documents provided to the Contractor by the Contractor's
agents, contractors, fabricators, or suppliers, or its consultants, of any tier.
38. Public Convenience and Safety: Materials stored at a worksite shall be placed and the work shall at all
times be conducted, so as to cause no greater obstruction to the traveling public than is considerednecessary by
the Engineer. The Contractor shall make provisions by bridges or otherwise at all cross streets, highways,
sidewalks, and private driveways for the free passage of pedestrians and vehicles; provided, where bridging is
impracticable or unnecessary in the opinion of the Engineer, the Contractor may make arrangements
satisfactory to the Engineer for the diversion of traffic, and shall, at Contractor's own expense, provide all
material and perform all work necessary for the construction and maintenance of roadways and bridges for the
diversion of traffic. Sidewalks are not to be obstructed except by special permission of the Engineer.
The materials excavated, all the construction materials or Plans used in the construction of the Work,
shall be placed so as not to endanger the Work or prevent free access to all fire hydrants, water valves, gas
valves, manholes for telephone, telegraph, signal, or electric conduits, sanitary, storm, or any other public
utilities.
The City reserves the right to remedy any neglect on the part of the Contractor in the interest of public
convenience and safety which may come to its attention, after twenty-four (24) hours' notice in writing to the
Contractor, save in cases of emergency, when it shall have the right to remedy any neglect without notice; in
either case, the cost of such work done by the City shall be deducted from moneys due the Contractor. Any
action by, City under this provision shall not abrogate Contractor's duties. City undertakes no obligation to
inspect the work site for neglect of the public convenience.
39. Privileges of Contractor in Streets, Alleys and Right -of Way: For the performance of the Agreement,
the Contractor will be permitted to occupy such portions of streets or alleys or other public places or other
rights -of -way as provided for in the ordinances of the City, as shown on the Plans, or as permitted by the
Engineer. A reasonable number of tools, materials, and equipment for construction purposes may be stored in
such space, but not more than is necessary to avoid delays in the construction. Excavated and waste materials
shall be piled or stacked in such a way as not to interfere with spaces that may be designated to be left free and
unobstructed not to inconvenience occupants of adjoining property.
40. Barricades. Lights and Watchmen: Where the Work is carried on, in or adjacent to any street, alley or
public place, the Contractor shall at his own expense furnish and erect such barricades, fences, lights and
danger signals, and shall provide such watchmen, and shall take such other precautionary measures for the
protection of persons or property and of the work as are necessary. Barricades shall be erected to deter vehicles
from being driven on or into any work under construction. Barricades, temporary pavement markings and signs
shall be maintained in good condition and be in conformance with all installation, legibility and
retroreflectivity requirements of the current edition of the Texas Manual on Uniform Traffic Control Devices
until completion and acceptance of all work within the public right-of-way or until the Contractor is directed
otherwise by the Engineer.
The Contractor shall be held responsible for all damage to the Work or injury to users of the roadway
due to the failure of barricades, signs, lights, and watchmen to protect it, and whenever evidence is found
of such damage, the Engineer may order the damaged portion immediately removed and replaced by the
Contractor at his cost and expense.
41. Responsibility for Damage Claims: The Contractor shall provide, maintain, and be responsible for
all necessary barricades, warning lights, or signs for the Project; and will be required to pay any judgment,
with costs, including reasonable attorney's fees, which may be obtained against the City growing out of such
injury or damage.
42. Contractor's Claim for Damage: Should the Contractor claim compensation for any alleged damage
by reason of the acts or omissions of the City, he shall, within three days after sustaining such damage, make
a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before
the 25th day of the month succeeding that in which any such damage is claimed to have been sustained, the
Contractor shall file with the Engineer an itemized statement of the details and amount of such alleged
damaged, and upon request, shall give the Engineer access to all books of accounts, receipts, vouchers, bills
of lading, and other books or papers containing any evidence as to the amount of such alleged damage, which
shall be subject to the audit provisions of this Agreement. Unless such statement shall be filed as herein above
required, the Contractor's claim for compensation shall be waived and he shall not be entitled to payment on
account of such damage.
43. Public Utilities and other Pro eegy to be Changed: In case it is necessary to change or move the
property of any owner or of a public utility, such property shall not be moved or interfered with until ordered
to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the site of the
Work for the purpose of making such changes or repairs of their property as may be necessary for
performance of the Work. The City reserves the right of entering upon the site of the Work for the purpose
of repairing or re-laying sewer and water lines and appurtenance, repairing structures, and other
improvements or public utilities, and for making other repairs, changes, or extension to any City property.
44. RESERVED.
45. Arrangement and Charge for Water Furnished by the City: Where the Contractor desires to use City
water in connection with any construction work, the Contractor shall make complete and satisfactory
arrangements with the City's Water Department for so doing. l
46. Use of Fire Hydrants: No person shall open, turn off, interfere with, attach any pipe or hose to, or
connect anything with any fire hydrant, stop valve, or stop cock, or tap any water main belonging to the City,
unless authorized to do so by the City's Water Department.
47. Use of a Section or Portion of the Work: Wherever in the opinion of the Engineer any section or
portion of the work or any structure is in suitable condition, it may be put into use upon the written order of
the Engineer, and such usage shall not be held to be in any way an acceptance of said Work or structure or
any part thereof, or as evidence of Substantial Completion of the Work, or as a waiver of any of the provisions
of these Plans, Specifications, or the Agreement pending Final Completion and acceptance of the Work. All
necessary repairs and removals of any section of the Work so put into use, due to defective materials or
workmanship or to operations of the Contractor shall be performed by the Contractor at Contractor's own
cost and expense.
48. Contractor's Responsibility for the Work: Until written final acceptance by the Engineer, as provided
for in this Agreement and the Plans and Specifications, the Work shall be under the charge and care of the
Contractor and the Contractor shall take every precaution to prevent injury or damage to the Work or any
part thereof by action of the elements, weather, or from any other cause whatsoever, whether arising from the
execution or non -execution of the Work. The Contractor shall rebuild, restore, and make good at Contractor's
own cost and expense, all injuries or damages to any part of the Work occasioned by any of the herein above
causes.
49. Assignment and Subletting: The Contractor further agrees that it will retain personal control and will
give the Contractor's personal attention to the fulfillment of this Agreement and that the Contractor will not
assign by Power of Attorney, pass through agreement, or otherwise, or sublet this Agreement, without the
written consent of the City, and that no part of the work will be sublet to anyone objectionable to the Engineer
of the City. This section expressly prohibits the assignment or pass through of claims, rights, or causes of
action between Contractor and any subcontractors, materialmen, or suppliers, or any other third -party
performing Work under the Agreement.
50. Prosecution of the Work: The Contractor shall complete the Work to be performed under this
Agreement within the Agreement Time and in accordance with the Plans and Specifications, and shall
conduct the work in such a manner and with sufficient equipment, materials, and labor as is necessary to
insure its completion within the time limit. The sequence of all construction operations may otherwise be
directed by or approved by the Engineer in writing. Such written direction or approval by the Engineer shall
not relieve the Contractor from the full responsibility of the complete performance of the Agreement. Should
the prosecution of the work be discontinued by the Contractor, the Contractor shall notify the Engineer at
least twenty-four (24) hours in advance of resuming operation.
51. Time and Order of Completion: It is the meaning and intent of this Agreement, unless otherwise
herein specifically provided, that the Contractor shall be allowed to prosecute the Work at such time and
seasons, in such order of precedence, and in such a manner as shall be most conducive to economy of
construction; provided, however, that the order and the time of prosecution shall be such that the Work shall
be completed as a whole and in part, in accordance with this Agreement, the Plans, and Specifications, and
within the time of completion designated in the Proposal; provided, also, that when the City is having other
work done, either by Contractor or by the City's own force, the Engineer may direct the timing of the
Agreement, so that conflict will be avoided and the construction of the various works being done for the City
shall be harmonized.
The Contractor shall submit a weekly schedule, which shall show the order in which the Contractor
will start the several parts of the Work, and estimated dates of completion of the several parts. The Engineer
may also request the Contractor to submit additional schedules at such times as the Engineer may determine
to be necessary to ensure timely completion of the Work. Failure by the Contractor to strictly comply with
the provisions of this paragraph shall constitute a material breach of this Agreement.
52. Extension of Time: Should the Contractor be delayed in the completion of the Work by any act or
neglect of the City or Engineer, or any employee of either, or by other Contractor's employed by the City, or
by changes ordered in the Work, or by strikes, lockouts; fires, and unusual delays by common carriers, or
unavoidable cause or causes beyond the Contractor's control, as determined in the City's sole discretion, or
by any cause which the Engineer may decide justifies delay, then an extension of the time may be allowed
for completing the Work, sufficient to compensate for the delay, the amount of the extension to be determined
by the Engineer; provided, however that the Contractor shall give the Engineer notice in writing of the cause
of such delay within 30 days of the beginning of the delay.
53. Hindrances and Delays: Except as provided in Section 52, no claims shall be made by the Contractor
for damages resulting from hindrances or delays from any cause (except where the Work is stopped by, order
of the City) during the progress of any portion of the Work. In case said Work shall be stopped by an act of
the City, then such expense as in the judgment of the Engineer, caused by such stoppage of said Work shall be
paid for by the City to the Contractor, pursuant to a valid written Change Order.
Once the work order is transmitted to the Contractor, the Contractor shall devote both manpower and
equipment to the project on a continuous basis each and every workday in sufficient quantity to bring the project
to Final Completion without delay. The Engineer shall be the sole judge, with appeal only to the City Council,
of whether the Contractor has devoted both manpower and equipment to the project on a continuous basis to
bring the project to completion. If the Engineer or his designee should determine the Contractor has failed to
diligently prosecute the project and the City Council does not reverse the decision of the Engineer or his
designee, the Engineer may have the remaining work performed by another contractor, or the Surety under the
Performance Bond, and deduct whatever cost is paid to the substitute contractor from the Contractor's Contract,
without the need for a written Change Order deducting the same.
54. Time and Liquidated Damages: The Agreement Time is of the essence and will be strictly enforced.
Liquidated damages will be assessed against the Contractor for failure to complete the project to total (100%)
Final Completion within the Agreement Time. The Contractor and surety agree that the liquidated damages
provisions in this Agreement are reasonable, facially valid, are not a penalty, and do not otherwise operate as
a penalty.
For each and every calendar day that any Work shall remain incomplete after the expiration of the
Agreement Time as specified in the Agreement, including any time extension authorized in writing by the
City, the sum of $1,000.00 per calendar day may be deducted from the moneys due to the Contractor, or may
be charged against the Contractor, not as a penalty, but as liquidated damages. The Contractor agrees that for
purposes of Texas Gov't Code Ch. 2252, a bona fide dispute exists if liquidated damages are assessed under
this Agreement and the City may withhold Retainage to satisfy liquidated damages owed to the City hereunder.
The sum of money thus deducted or charged as liquidated damages is not to be considered as a penalty,
but shall be deemed, taken, and treated as reasonable liquidated damages, representing a reasonable estimate
of damages, or a reasonable forecast of just compensation, because the harm caused by the breach is incapable
or extremely difficult of estimation due to the public nature of the work and the likely loss to be sustained by
the City and the general public, estimated at or before the time of executing this Agreement.
Further, the parties acknowledge the City's paramount purposes and duty to protect the "public fisc"
and the general health, safety, and welfare of the public, and the parties agree that any alleged disparity between
actual and liquidated damages shall be construed as bridgeable and acceptable as a matter of law and public
policy and shall be calculated and construed in favor of the City.
55. Insurance. Prior to the commencement of work under this Agreement, Contractor shall obtain and
shall continue to maintain, in full force and effect during the term of this Agreement, insurance policies with
companies licensed to do business in the State of Texas and rated not less than "A" in the current Best Key
Rating Guide, which shall include commercial general liability, automobile liability and worker's
compensation coverage, in accordance with any City ordinance or directive. The minimum limits for this
coverage shall be $1,000,000.00 per occurrence / $2,000,000 aggregate for general liability, $1,000,000
combined single limit for automobile liability and Texas statutory limits for workers' compensation, unless
modified in accordance with any ordinance or directive. Contractor shall also maintain cyber liability (or
equivalent) insurance providing limits of no less than $1,000,000 per occurrence (inclusive of any amounts
provided by an umbrella or excess policy). Insurance obtained by Contractor shall be primary and
noncontributory, and City shall be named as an additional insured under the general liability and automobile
policies. The City shall be given at least thirty (30) days prior notice of any material change in coverage or
of cancellation of such policies, and Contractor shall provide the City with a copy of any such notice of
material change in coverage or cancellation of any such policies, within three (3) business days of its receipt
of such a notice. For purposes of this section, a material change in coverage includes, but is not limited to, a
reduction in coverage below the amounts required under this agreement. Contractor shall provide a waiver
of subrogation in favor of the City on all coverages where available and represents that it has taken all actions
necessary under the policy or policies for the City to have the status of additional insured and to effectuate
any required waiver of subrogation. Contractor shall furnish the City with original copies of the policies or
certificates evidencing such coverage prior to commencement of any work under this Agreement.
Contractor shall provide City with the certifications relating to workers' compensation coverage in
accordance with Section 406.096 of the Texas Labor Code, for itself and foneach of its subcontractors on the
Project. Specifically, Contractor shall certify to City in writing that the Contractor provides workers'
compensation insurance coverage for each employee of the Contractor on the Project, and shall provide the
same certification from each of its subcontractors relating to coverage of subcontractor's employees on the
Project.
56. INDEMNIFICATION. THE VENDOR (THE "INDEMNIFYING PARTY"), SHALL
INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY, TOGETHER WITH THE CITY'S
OFFICERS, AGENTS, COUNCIL MEMBERS, EMPLOYEES, ATTORNEYS AND
REPRESENTATIVES (COLLECTIVELY, INCLUDING THE CITY, THE "CITY INDEMNIFIED
PARTIES"), FROM AND AGAINST ANY AND ALL DAMAGES, LIABILITIES, DEMANDS,
CAUSES OF ACTION, CLAIMS, JUDGMENTS, SUITS, COSTS AND EXPENSES (INCLUDING
REASONABLE ATTORNEYS' FEES) MADE BY ANY THIRD -PARTY, TO THE EXTENT
ARISING FROM OR RELATED TO THE SERVICES PROVIDED BY THE VENDOR PURSUANT
TO THIS AGREEMENT (COLLECTIVELY, "INDEMNIFIED CLAIMS"), REGARDLESS OF
THE LEGAL THEORY ASSERTED BY ANY THIRD PARTIES AND REGARDLESS OF
WHETHER THE DAMAGES OR CLAIMS OF THIRD -PARTIES ARE KNOWN OR FULLY
APPRECIATED AT THIS TIME BY VENDOR OR THE CITY. THE INDEMNITIES IN THIS
AGREEMENT ARE SPECIFICALLY INTENDED TO OPERATE AND BE APPLICABLE EVEN
IF IT IS ALLEGED OR PROVED THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT
WERE CAUSED IN WHOLE OR IN PART BY ANY ACT, ERROR, OMISSION, NEGLIGENCE,
GROSS NEGLIGENCE, INTENTIONAL CONDUCT, BREACH OF CONTRACT, BREACH OF
WARRANTY, VIOLATION OF STATUTE OR COMMON LAW, VIOLATIONS OF THE STATE
OR FEDERAL CONSTITUTIONS, OR ANY OTHER CONDUCT WHATSOEVER OF THE CITY
INDEMNIFIED PARTIES. VENDOR SHALL GIVE TO THE CITY REASONABLE NOTICE OF
ANY SUCH CLAIMS OR ACTIONS. VENDOR SHALL USE LEGAL COUNSEL REASONABLY
ACCEPTABLE TO THE CITY IN CARRYING OUT ITS OBLIGATIONS HEREUNDER. THE
PROVISIONS OF THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLY
TERMINATION OF THIS AGREEMENT. THIS INDEMNIFICATION IS NOT INTENDED TO
APPLY TO CLAIMS MADE AGAINST THE CITY INDEMNIFIED PARTIES RESULTING FROM
NEGLIGENT ACTS OF CITY EMPLOYEES COVERED UNDER SECTION 101.021 OF THE
TEXAS CIVIL PRACTICE AND REMEDIES CODE.
57. Governmental Functions/Immunities. The parties hereby acknowledge and agree that City is entering
this Agreement pursuant to its governmental functions and that nothing contained in this Agreement shall be
construed as constituting a waiver of the City's governmental immunity from suit or liability, which is
expressly reserved to the extent allowed by law. Notwithstanding anything to the contrary herein, the parties
hereby acknowledge and agree that to the extent this is subject to the provisions of Subchapter I of Chapter
271, TEXAS LOCAL GOVERNMENT CODE, as amended, the City's immunity from suit is waived only
as set forth in Subchapter I of Chapter 271, TEXAS LOCAL GOVERNMENT CODE. Further,,the parties
agree that this Agreement is made subject to all applicable provisions of the Texas Civil Practices and
Remedies Code, including, but not limited to all defenses, limitations, and exceptions to the limited waiver
of immunity from liability provided in Chapter 101 and Chapter 75.
58. Substantial Completion: When the Contractor believes that the Work is substantially complete, the
Contractor shall submit to the Engineer a final punch -list of items to be completed.or corrected. When the
Engineer, on the basis of an inspection, determines that the Work is in fact substantially complete, the
Engineer will prepare a Certificate of Substantial Completion, which shall (1) establish the date of Substantial
Completion; (2) shall state the responsibilities of the City and the Contractor for Project security,
maintenance, heat, utilities, damage to the Work, and insurance; and (3) shall fix the time within which the
Contractor shall complete the items listed therein, which shall not exceed thirty (30) days. The Certificate of
Substantial Completion shall be submitted to the City and the Contractor for their written acceptance of the
responsibilities assigned to them in such certificate.
Upon Substantial Completion of the Work, and execution by both the City and the Contractor of the
Certificate of Substantial Completion, the City may pay the Contractor an amount sufficient to increase total
payments to the Contractor to one hundred percent (100°/u) of the Agreement Price less any Retainage
withheld for the reasonable cost, as determined by the City and the Engineer, for completing all incomplete
Work, including punch -list items, and correcting and bringing into conformance all defective and
nonconforming Work, and resolving all unsettled bona fide disputes and other claims.
59. Retainage: The City may withhold Retainage in the amount of five percent (5%) of the Agreement
price, and the rate of Retainage may not exceed five percent (5%) for any item in a bid schedule or schedule
of values for the Project, including materials and equipment delivered on site to be installed.
60. Warranty: The Warranty Period is twelve (12) months, commencing on the date of Final Completion
and Acceptance of the Work by the City. The warranty provided in this section is a guarantee by the
Contractor that is made in addition to the guarantees and warranties included in the BuyBoard Contract, and
Maintenance Bond, and the warranty provided during the Warranty Period shall not limit the City's rights or
remedies under the Maintenance Bond. The Contractor warrants and guarantees to the City during the
Warranty Period that all labor furnished and Work performed under the Agreement has yielded only first-
class results, that materials and equipment furnished are of good quality and new, and that the Work is of
good quality, free from faults and defects and in strict conformance with this Agreement. All Work not
conforming to these requirements may be considered defective, and the Contractor shall promptly repair or
replace such defective Work upon demand by the City without any further objection by the Contractor. This
Warranty Period shall not be construed as a limitation on any rights or remedies available the parties under
Texas Civil Practice and Remedies Code Ch. 16.
All products' and manufacture's guarantees or warranties shall be assigned to the City upon
installation and Final Completion and Acceptance of the Work by the City.
61. Suspension by Court Order: The Contractor shall suspend such part or parts of the Work ordered to
be suspended by a court of competent jurisdiction and will not be entitled to additional compensation by
virtue of such court order. Neither will Contractor be liable to the City in the event the Work is suspended by
court order, unless the court order is caused in whole or in part by the Contractor's negligent or willful acts
or omissions.
62. Temporary Suspensions: The Engineer shall have the authority to suspend the Work whollyor in part
for such period or periods as the Engineer may deem necessary due to unsuitable weather conditionsas are
considered unfavorable for the suitable prosecution ofthe Work. If it should become necessaryto stop the Work
for an indefinite period, the Contractor shall protect the Work and store all materials in such a manner that
they will not obstruct or impede the public unnecessarily nor become damaged in any way and the Engineer
shall take every precaution to prevent damage or deterioration.
63. Abandonment by Contractor: In case the Contractor should abandon and fail or refuse to resume the
Work within ten (10) calendar days after written notification from the City or the Engineer, then, where a
performance bond exists, the Surety on the bond may be notified in writing and directed to complete the Work,
and a copy of said notice shall be delivered to the Contractor. After receiving said notice of abandonment, the
Contractor shall not remove from the Work or Project any materials, equipment, tools, or supplies then on the
site, but the same, together with any materials and equipment and under Agreement for the Work may be held
for use on the Work by the City or the Surety on the performance bond, or another contractor in completion
of the Work; and the Contractor shall not receive any rental or credit therefore, it being understood that the use
of such equipment and materials will mitigate the cost to complete the Work.
64. Fulfillment of Contract: The Agreement will be considered fulfilled, save as provided in any
maintenance bond, or by law, when all the Work has been 100% completed, the final inspection made by the
Engineer, and final acceptance and final payment made by the City.
The City shall then pay the Contractor within thirty-one (31) days of the last day of the preceding
month the total amount of the Engineer's statement, less five percent (5°/n) of the amount thereof as Retainage
withheld by the City until final payment, and further less all previous payments and all further sums that may
be retained by the City under the terms of this Agreement.
It is understood, however, that in case the Contractor achieves Substantial Completion and some
unexpected and unusual delay occurs due to a force majeure event or no fault or neglect on the part of the
Contractor as determined by the City, the City may, upon written recommendations of the Engineer, release a
reasonable and equitable portion of the Retainage to the Contractor; or the Contractor at the City's option, may
be relieved of the obligation for fully completing the Work, and thereupon, the Contractor shall receive payment
of the balance due him under the Agreement subject only to the conditions stated under "Final Payment."
65. Final Completion and Acceptance: Within five (5) days after the Contractor has given the Engineer
written notice that the Work has been 100% finally completed, the Engineer and the City shall inspect the Work
and within said time, if the Work is found to be 100% complete in accordance with the Agreement, the City
shall issue to the Contractor a Letter of Acceptance within ten calendar (10) days.
66. Final Payment: Upon the issuance of the Letter of Acceptance, the Engineer, shall proceed to make
final measurements and prepare a final statement of the value of all work performed and materials furnished
under the terms of the Agreement and shall certify same to the City, who shall pay to the Contractor within
thirty (31) days after the date of the Letter of Acceptance, and receipt of a notarized Affidavit of Bills Paid,
and Unconditional Lien Waivers, the balance due the Contractor under the terms of this Agreement, provided
the Contractor has fully performed contractual obligations under the terms of this Contract; and said payment
shall become due in any event upon said performance by the Contractor. Neither the Letter of Acceptance nor
the final payment, nor any provisions in the Agreement, shall relieve the Contractor of the obligation for the
fulfillment of any warranty, bond, or other obligation, which may be required by the Agreement, or which may
survive the termination and completion of the Agreement. If no bona fide dispute or other default, breach, or
claim exists under this Agreement or applicable law, the City shall release any Retainage withheld upon
application for Final Payment.
67. Payments Withheld: The City may, on account of subsequently discovered evidence, bona fide
dispute, or Contractor's unexcused delay or abandonment, withhold or nullify the whole or part of any
certificate, amounts due, or request for payment to such extent as may be necessary to protect itself from loss
on account of any or each of the following:
(a) Defective, rejected, unauthorized, or abandoned work not remedied by Contractor,
(b) Claims filed or reasonable evidence indicating probable filing of claims,
(c) Failure of the Contractor to make payments properly to subcontractors or for material or labor,
(d) Damage to another contractor,
(e) Contractor bankruptcy, insolvency, notification of any tax liens,
(f) Liquidated Damages owed to the City, or
(g) Unexcused delay by the Contractor in completing the Work.
68. Delayed Payments: Should the City fail to make payment to the Contractor of the sum named in any
partial or final statement or invoice when an undisputed payment is due and when no bona fide, dispute exists,
or should the Engineer fail to issue any statement on or before the date above provided, then the City shall pay
to the Contractor, in addition to the sum shown as due by such statement, interest thereon at the rate in effect
on September I of the fiscal year in which the payment becomes overdue. The rate in effect on September 1 is
equal to the sum of one percent (10/6) plus the prime rate as published in the Wall Street Journal on the first day
of July of the preceding fiscal year that does not fall on a Saturday or Sunday, unless otherwise specified, from
date due until fully paid, which shall fully liquidate any injury to the Contractor growing out of such delay in
payment not promptly made, unless such payments were withheld in accordance with the provisions of the
Agreement or Texas Gov't Code Ch. 2251.
In accordance with Texas Gov't Code Sec. 2251.042, the City shall notify the Contractor of an error
or disputed amount in a partial or final statement or invoice submitted under this Agreement not later than the
21' day after the date the City receives the partial or final statement or invoice, and the City shall include in
such notice a detailed statement of the amount of the partial or final statement or invoice which is disputed.
The City may withhold from payments required no more than 110% percent of the amount disputed in the
partial or final statement or invoice. This paragraph shall not be construed as a limitation or cap on the City's
right to withhold payments or amounts under this Agreement, or for amounts withheld for payment of
Liquidated Damages owed to the City, or for Retainage withheld due to a bona fide dispute, as provided in this
Agreement.
69. Termination. The City may, at any time, with thirty (30) calendar days written notice terminate the
Agreement, or any part or portion thereof, for a breach of this Agreement after ten (10) days written notice to
cure the alleged breach of this Agreement. Upon receipt of notice from the City of such termination, the
Contractor shall:
1. cease operations as directed by the Owner in the notice and, if required by the Owner, participate
in an inspection of the Work with the Owner and the Architect/Engineer to record the extent of
completion thereof, to identify the Work remaining to be completed or corrected, and to determine
what temporary facilities, tools, equipment and construction machinery are to remain at the site
pending completion of the Work;
2. complete or correct the items directed by the Owner, and take actions necessary, or that the Owner
may direct, for the protection and preservation of the Work any stored materials and equipment;
and
except for Work directed to be performed prior to the effective date of termination stated in the
notice, terminate all existing subcontracts and purchase orders and enter into no further
subcontracts and purchase orders.
In the case of such termination, the Contractor shall only be entitled to receive payment for work
properly executed through the date of termination, and any other relief authorized by Texas Local Gov't Code
Ch. 271. The Contractor's obligations surviving final payment under the Contract, including without limitation
those with respect to records retention (audit), insurance, indemnification, and correction of Work that has been
completed at the time of termination, remains effective notwithstanding termination by the Owner. The
Contractor understands and agrees that consequential, punitive, and exemplary damages arising out of or
relating to this Contract are not available against the Owner as a matter of law under Texas Local Gov't Code
Ch. 271, or any other law.
70. Time Filing Claims: Unless otherwise specified in the Agreement, it is further agreed by both parties
hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with
the Engineer within thirty (30) calendar days after the Engineer has given any directions, orders or instructions
to which the Contractor so desires to take exception. The Engineer shall reply to such written exceptions by
the Contractor and render his final decision in writing. It is further agreed that final acceptance of the Work by
the City and the acceptance by the Contractor of the final payment shall be a waiver and a bar of any claims
for delays or otherwise by the Contractor, except, where noted otherwise in the Agreement.
MISCELLANEOUS
1. The terms and conditions of any exculpatory or indemnity provisions in the Agreement shall construed
in favor of the'party being protected and shall survive the termination and completion of the Agreement. The
judicial doctrine that provides that documents or exculpatory provisions are to be construed against the drafter
or provider of such documents or provisions does not apply to this Agreement, as each party has had a
reasonable opportunity to obtain and consult with their own legal counsel regarding this Agreement.
2. Contractor shall perform the Work as an independent contractor and shall not be considered an
employee of the City for any purpose whatsoever, including, but not limited to, entitlement to City employee
benefits. Contractor hereby expressly waives any claim or entitlement to such benefits. Furthermore, this
Agreement is not intended to create, nor should it be construed as creating, a partnership, association, joint
venture, or trust.
3. The waiver or failure of either party to exercise, in any respect, any right provided for in this Agreement
shall not be deemed a waiver of any further right under this Agreement.
4. If any provision of this Agreement is invalid, illegal, or unenforceable under any applicable statute,
court decision, or rule of law, it is to that extent to be deemed omitted. The remainder of the Agreement shall
be valid and enforceable to the maximum extent possible.
5. No right or remedy granted herein or reserved to either party is exclusive of any other right or remedy
provided or permitted by law or equity, but each shall be cumulative of every other right or remedy given
hereunder. The waiver or failure of either party to exercise, in any respect, any right provided for in this
Agreement shall not be deemed a waiver of any further right under this Agreement.
6. This Agreement is subject to the appropriation of public funds by the City in its budget adopted for
any fiscal year for the specific purpose of making payments pursuant to this Agreement for that fiscal year. The
obligation of the City pursuant to this Agreement in any fiscal year for which this Agreement is in effect shall
constitute a current expense of the City for that fiscal year only, and shall not constitute an indebtedness of the
City of any monies other than those lawfully appropriated in any fiscal year. In the event of non -appropriation
of funds in any fiscal year to make payments pursuant to this Agreement, this Agreement may be terminated
without any liability to either party.
7. Compliance with Texas Accessibility Standards and ADA. Contractor shall construct the Work in
compliance with the Texas Accessibility Standards (TAS) issued by the Texas Department of Licensing and
Regulation, under the Architectural Barriers Act, Article 9102, Texas Civil Statutes. The TAS establishes
minimum accessibility requirements to be consistent with minimum accessibility requirements of the
Americans with Disabilities Act (P.L. 101-336).
8. Inspection of Books and Records: Audit. The Contractor shall maintain records sufficient to document
that funds provided under the Agreement were expended only for eligible costs that were incurred in accordance
with all applicable state and local laws, rules, policies, and procedures, and in accordance with all applicable
provisions of this Agreement.
All information related to this Contract may be subject to the Texas Public Information Act, Chapter
552, Texas Government Code. Upon request by the Owner or the Texas Attorney General, the Contractor shall
promptly provide to the Owner any information that is the subject of the public information act request and is
related to the Contract that is in the custody or possession of the Contractor.
9. The City may reasonably request at its own cost an audit or investigation of any entity receiving funds
from the City directly under this Agreement, or indirectly through the Contractor or a subcontractor,
materialman, or supplier.
10. To the extent required by Texas law, the Contractor verifies that: (1) It does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade association, as defined in
Texas Government Code § 2274.001, and that it will not during the term of the Contract discriminate against a
firearm entity or firearm trade association; (2) It does not "boycott Israel" as that tern is defined in Texas
Government Code § 808.001 and 2271.001, and it will not boycott Israel during the term of the Contract; (3)
It does not "boycott energy companies," as those terms are defined in Texas Government Code §§ 809.001and
2276.001, and it will not boycott energy companies during the term of the Contract; (4) It does not engage in
scrutinized business operations with Sudan, Iran, or designated foreign terrorist organization as defined in
Texas Government Code, Chapter 2270; and (5) It is not owned by or the majority of its stock or other
ownership interest is held or controlled by i) individuals who are citizens of China, Iran, North Korea, Russia,
or a designated country as defined by Texas Government Code § 2275.0101; or ii) a company or other entity,
including a governmental entity, that is owned or controlled by citizens of or is directly controlled by the
government of China, Iran, North Korea, Russia, or a designated country; nor is it headquartered in China, Iran,
North Korea, Russia, or a designated country. %
11. Waiver of Attorney's Fees. The parties expressly covenant and agree that in the event of any litigation
arising between the parties to this Agreement, each party shall be solely responsible for payment of its attorneys
and that in no event shall either party be responsible for the other party's attorneys' fees regardless of the
outcome of the litigation.
12. This Agreement may be executed in Counterparts, each of which shall be deemed an original and
constitute one and the same instrument.
13. This Agreement, together with all exhibits referenced herein, embodies the complete agreement of the
parties hereto, superseding all oral or written previous and contemporary agreements between the parties and
relating to matters in this Agreement.
{Signatures on foUondng page}
IN WITNESS WHEREOF, the Parties hereto have accepted the terms of this Agreement and caused
this Agreement, including the exhibits attached hereto and incorporated herein by reference for all purposes, to
be executed as of the dates set forth below.
CITY OF SOUTHLAKE, TEXAS
Shawn McCaskill, Mayor
Date:
ATTEST:
Amy Shelley, City Secretary
STATE OF 7f)(0
COUNTY OF T«r4n+-
THE STOVALL CORPORATION:
a
Name: Ken Stovall
Title: President/CEO
Date: 12-4-25
This instrument was acknowledged before me on the Li day of �ca�tbtl
2025,by ktA 5t-,.,�1/ the Picl:21r-r of the Stovall Corporation, on
behalf of said company.
Notary Public, State of 'Rzas
CamHOt1 Brooks
My Co 112112 n Expina
ttnuzo27
Notary ID132230085
The Stovall corporation Estimate 25-369-
PO Box 1163
Kennedale, TX 76060 EST01 R04
817-572-0182
japuzzio@stovallcofp.net
www.stovallcorp.net
ADDRESS SHIP TO
City of Southlake City of Southlake
1400 Main Street Suite 440 Southlake Public Works DATE TOTAL
Southlake, TX 76092 1950 E Continental Blvd. 11J26/2025
Southlake, TX 76092
QTV RATE AMOUNT
Services 1 0.00 O.00T
This estimate is for fuel system work per the scope below.
Scope of Work 1 0.00 O.00T
Installation of (1) 1 OK AST 2085 FireGuard Split compartment Tank, (1) 12K AST 2085
FireGuard Split, (4) 3/4 HP STP Motors, Will work with crane operator to unload fuel
tanks to place onto the new fuel island, install 4 new Bennett Dual Single Product
electronic dispensers and new hanging hardware with high hose retractors, install
electric valves, ball valves, all piping required on fuel tanks to dispensers, install
required bollards needed by fire code. Installation of (1) canopy, 100' x 30', as spec'd.
All piping required on fuel tanks to dispensers, piping from current electrical (conduit
and wiring from the new site building, adding of all needed ac breakers (provided by
others) for (4) 3/4 HP STP motors, (4) dispensers, and all controls, Installation of New
Evo-400 tank monitor, Belden 8770 cable for probes and sensors, terminations of all
controls back to the EJ Ward tp's, (Provided by others) (4) Surge Protectors for
controls, All communication from fuel island controls and tank monitor back to main
building will be ran in fiber by others. All startup & training on all equipment.
NOTE: The EJ Ward equipment will be started up by others.
NOTE: All power circuits and conduits ran from the main building to the fuel tank
farm, provided by others unless advised?
Labor & Materials
Petroleum Labor & Materials
Labor & Materials
Electrical & Electronics Labor & Materials
Labor & Materials
Wiring & Piping of Canopy
Regulated by The Texas Department of Licensing and Regulation,
P.O. Box 12157, Austin, TX 78711,
1-800-803-9202, 512-463-6599
UST CR0000003
1 145,969.00 145,969.00T
1 82,236.00 82,236.00T
1 6,295.00 6,295.00T
Materials
10K & 12K Fireguard Tanks
10K Split: $80,777.00
12K Split: $87,342.00
NOTE: Tanks will need to be paid 100% to keep current cost.
Shipping
Freight For Both Tanks
Materials
Blue1 DEF 400 Gallon Tank
NOTE: A 50% downpayment is required to keep current costs.
Shipping
Blue1 DEF 400 Gallon Tank Freight
Materials I
Bennett Electronic Dispensers Dual Hose, Single Product
NOTE: Price is after 10% BuyBoard discount.
NOTE: A 100% downpayment is required to hold current costs.
Shipping
Freight For Dispensers
!Materials
Canopy As Spec'd
NOTE: A 50% downpayment is required to hold steel pricing.
Materials
Wildcat Crane: Unloading of (2) fuel tanks and setting into place on fuel island.
Materials
Install new concrete pad area, Footings to support (1) 10K and 12K ASTs Fire Guard
2085 Fuel Tank, (1) 400 Gallon DEF tank, along with bollards as required:
(1) Create concrete pad area 90' x22'.
(2) Excavate soil from support footings as required for each AST.
(3) Build rebar reinforcement cages as required for AST support footings using #4 rebar
on 12" centers.
(4) Drill holes to accept 6" bollards and placement of bollards as per plans, Oft Centers.
(5) Provide electrical ditch in island area as needed and backfill after complete.
(6) Placement of 6" concrete with 4000 psi mix on #4 rebar @ 18 "oc.
(7) Backfill bollards with concrete at base of bollards up to paving grade & also fill entire
length of bollard with concrete to ensure strength.
(8) We provide all materials equipment and labor needed to complete the above.
NOTE: If rock is encountered during excavation, additional expenses may apply.Thank
you for vour businessl
Regulated by The Texas Department of Licensing and Regulation,
P.O. Box 12157, Austin, TX 78711,
1-800-803-9202, 512-463-6599
UST CR0000003
OTY RATE AMOUNT
1 168,119.00
1 2,500.00
1 31,960.00
1 650.00
4 10,808.78
4 300.00
1 168,417.60
1 13,840.00
1 162,313.00
168,119.00T
2,500.00T
31,960.00T
650.00T
43,235.12T
1,200.00T
168,417.60T
13,840.00T
162,313.00T
Materials
Installation of (6) Canopy Piers:
(1) Layout as required for 6 piers to support new canopy per engineered drawings.
(2) Provide drilling rig to drill 6-piers 7 ft deep by 42 "diameter.
(3) Build and install rebar cages per engineered drawings in each of the 6 excavated
pier holes.
(4) Install bolts and plates to allow for attaching columns to piers.
(5) Backfill piers with concrete per the canopy design.
(6) Will provide equipment, labor and material to complete the above.
Materials
Steel Bollards Around Fuel Tanks
Materials
(1) EVO-400 - (4) Sit Probes (2) Sensors (1) Overfill Alarm
Materials
EVO Probe for DEF Tank
Mileage
Mileage: (2) Trucks / 6 Weeks
Materials
Permits and TCEQ Regs.
Note: Permits cost to be determined, may run over the listed amount.
Materials
Required Bond
NOTE: Bond must be paid in full up front.
NOTE: This estimate is in accordance with BuyBoard contract 772-25.
NOTE: The pricing in this proposal will remain valid through 1/13/2026.
NOTE: As discussed, all tanks, electronics, and canopy must be paid within 30 days to
Thank you for your business) SUBTOTAL
TAX
CITY RATE AMOUNT
r 1 21,550.00 21,550.00T
66 185.00 12,210.00T
1 18, 048.60 18, 048.60T
1 2,530.80 2,530.80T
2 960.00 1,920.00T
4,000.00 4,000.00T
1 35,480.00 35,480.00T
922,474.12
0.00
TOTAL $922,474.12
THANK YOU.
Accepted By Accepted Date
Regulated by The Texas Department of Licensing and Regulation,
P.O. Box 12157, Austin, TX 78711,
1-800-803-9202, 512-463-6599
UST CR0000003
ATTACHMENT B
Board
PURCHASING COOPERATIVE
The Local Government Purchasing Cooperative
For the Period 07/01/2025 to 06/30/2026
Final Catalog Award Report for Fueling Systems and Equipment No. 772-25
1. Discount (%) Off Catalog /Pricelist for Fueling Systems Components (Gasoline and Diesel) required for a complete turnkey
installation (equipment, software, hardware, supplies, training).
Vendor Name
Vendor Catalog Information
Percent
Award
Discount
JF Petroleum Group (Petroleum
Benecor DEF Systems price list
12%
No
Solutions, Inc.)
Stovall Corporation
Bennett Dispenser price list
10%
Yes
Stovall Corporation
Bennett Parts price list
10%
Yes
Fuel Control Solutions (BCK
Bennett price list
10%
Yes
Interests, LLC)
Stovall Corporation
Blue1 price list
12%
Yes
Global Fueling Systems Inc.
Bravo Price List
15%
Yes
JF Petroleum Group (Petroleum
Bravo price list
20%
Yes
Solutions, Inc.)
Excell Fueling Systems
Brugg Pricelist
10%
Yes
Global Fueling Systems Inc.
Catlow Price List
20%
No
JF Petroleum Group (Petroleum
Catlow price list
20%
No
Solutions, Inc.)
Excell Fueling Systems
Catlow Pricelist
15%
No
Excell Fueling Systems
Centeron Pricelist
10%
Yes
Global Fueling Systems Inc.
Cimtek Price List
30%
Yes
JF Petroleum Group (Petroleum
Cim-Tek price list
31%
Yes
Solutions, Inc.)
Excell Fueling Systems
Cim-Tek Pricelist
20%
Yes
JF Petroleum Group (Petroleum
Emco price list
20%
Yes
Solutions, Inc.)
Global Fueling Systems Inc.
Emco Price List
20%
Yes
Excell Fueling Systems
Emco Wheaton Pricelist
20%
No
Global Fueling Systems Inc.
Fairfield Price List
10%
Yes
Excell Fueling Systems
Fill Rite Pricelist
15%
Yes
Global Fueling Systems Inc.
Fillrite Price List
20%
Yes
Stovall Corporation
Franklin Fueling price list
10%
No
JF Petroleum Group (Petroleum
Franklin Fueling price list
20%
Yes
Solutions, Inc.)
Excell Fueling Systems
Franklin Fueling Systems Price
15%
Yes
Global Fueling Systems Inc. Franklin Price List 20% Yes
Board-
,!�:PURCHASING COOPERATIVE
The Local Government Purchasing Cooperative
For the Period 07/01/2025 to 06/30/2026
Final Catalog Award Report for Fueling Systems and Equipment No. 772-25
1. Discount (%) Off Catalog /Pricelist for Fueling Systems Components (Gasoline and Diesel) required for a complete turnkey
installation (equipment, software, hardware, supplies, training).
Vendor Name
Vendor Catalog Information
Percent
Award
Discount
Global Fueling Systems Inc.
Gasboy Price List
15%
Yes
IF Petroleum Group (Petroleum
Gasboy price list
20%
Yes
Solutions, Inc.)
Excell Fueling Systems
Gasboy Pricelist
14%
No
IF Petroleum Group (Petroleum
Gilbarco price list
14%
Yes
Solutions, Inc.)
Global Fueling Systems Inc.
GPI Price List
10%
Yes
Excell Fueling Systems
Graco Pricelist
15%
Yes
Global Fueling Systems Inc.
Hannay Price List
10%
Yes
Excell Fueling Systems
Hannay Reels Pricelist
10%
Yes
Stovall Corporation
Hikvision price list
10%
Yes
Stovall Corporation
Hughes Tank price list
0%
Yes
Global Fueling Systems Inc.
Husky Price List
10%
Yes
IF Petroleum Group (Petroleum
Husky price list
15%
Yes
Solutions, Inc.)
Stovall Corporation
ICS price list
10%
Yes
Mansfield Oil Company of
Piusi -Mansfield Oil Company
o
0%
Yes
Gainesville, Inc.
Mansfield Oil Company of
Diji -Mansfield Oil Company
o
0%
Yes
Gainesville, Inc.
Mansfield Oil Company of
Blues -Mansfield Oil Company
o
0%
Yes
Gainesville, Inc.
Mansfield Oil Company of
Schneider Electric- Mansfield Oil Company
0%
Yes
Gainesville, Inc.
Mansfield Oil Company of
Syntech -Mansfield Oil Company
o
0%
Yes
Gainesville, Inc.
Mansfield Oil Company of
Mansfield Energy price list
0%
No
Gainesville, Inc.
Stovall Commercial Contractors
Modern Welding UL2085 price list
0%
Yes
LLC
Global Fueling Systems Inc.
Morrison Bros Price List
18%
Yes
Excell Fueling Systems
Morrison Bros Pricelist
15%
Yes
IF Petroleum Group (Petroleum
Morrison Bros. price list
20%
Yes
Solutions, Inc.)
IF Petroleum Group (Petroleum
NOV price list
20%
Yes
Solutions, Inc.)
IF Petroleum Group (Petroleum
OmegaFlex (DoublTrac, DEFTrac) price list
10%
Yes
Solutions, Inc.)
Board-
,!�:PURCHASING COOPERATIVE
The Local Government Purchasing Cooperative
For the Period 07/01/2025 to 06/30/2026
Final Catalog Award Report for Fueling Systems and Equipment No. 772-25
1. Discount (%) Off Catalog /Pricelist for Fueling Systems Components (Gasoline and Diesel) required for a complete turnkey
installation (equipment, software, hardware, supplies, training).
Vendor Name
Vendor Catalog Information
Percent
Award
Discount
Fuel Control Solutions (BCK
Omntec price list
10%
Yes
Interests, LLC)
Global Fueling Systems Inc.
Omntec Price List
10%
Yes
JF Petroleum Group (Petroleum
OPW Fleet Systems price list
10%
Yes
Solutions, Inc.)
Stovall Commercial Contractors
OPW FMS By Dover Fueling price list
10%
Yes
LLC
Global Fueling Systems Inc.
OPW Price List
12%
Yes
JF Petroleum Group (Petroleum
OPW price list
20%
Yes
Solutions, Inc.)
Excell Fueling Systems
OPW Pricelist
10%
Yes
Global Fueling Systems Inc.
PMC Price List
10%
Yes
JF Petroleum Group (Petroleum
PMC price list
10%
Yes
Solutions, Inc.)
JF Petroleum Group (Petroleum
Pneumercator price list
12%
Yes
Solutions, Inc.)
Global Fueling Systems Inc.
Pneumercator Price List
12%
Yes
JF Petroleum Group (Petroleum
Red Jacket price list
18%
No
Solutions, Inc.)
Global Fueling Systems Inc.
Red Jacket Price List
18%
No
Excell Fueling Systems
Red Jacket Pricelist
18%
No
Excell Fueling Systems
SBravo Pricelist
15%
No
Global Fueling Systems Inc.
Scully Price List
10%
Yes
Global Fueling Systems Inc.
SmartFill Price List
10%
No
Fuel Control Solutions (BCK
Syntech - Fuelmaster price list
10%
Yes
Interests, LLC)
JF Petroleum Group (Petroleum
SynTech (Fuel Master) price list
10%
No
Solutions, Inc.)
Stovall Corporation
Syntech Equipment price list
10%
Yes
Excell Fueling Systems
Syntech Pricelist
10%
Yes
Syn-Tech Systems
Syntech Systems Pricing
10%
Yes
JF Petroleum Group (Petroleum
Tuthill (Fill -Rite) price list
20%
Yes
Solutions, Inc.)
Excell Fueling Systems
Universal Pricelist
15%
Yes
JF Petroleum Group (Petroleum
Universal Valve price list
15%
Yes
Solutions, Inc.)
Board-
,!�:PURCHASING COOPERATIVE
The Local Government Purchasing Cooperative
For the Period 07/01/2025 to 06/30/2026
Final Catalog Award Report for Fueling Systems and Equipment No. 772-25
1. Discount (%) Off Catalog /Pricelist for Fueling Systems Components (Gasoline and Diesel) required for a complete turnkey
installation (equipment, software, hardware, supplies, training).
Vendor Name
Vendor Catalog Information
Percent
Award
Discount
Global Fueling Systems Inc.
Universal Valve Price List
18%
Yes
JF Petroleum Group (Petroleum
Vaporless price list
10%
Yes
Solutions, Inc.)
Global Fueling Systems Inc.
Vaporless Price List
10%
Yes
Global Fueling Systems Inc.
Veeder Root Price List
12%
Yes
Excell Fueling Systems
Veeder Root Pricelist
10%
No
JF Petroleum Group (Petroleum
Veeder-Root price list
10%
Yes
Solutions, Inc.)
Stovall Commercial Contractors
Wayne Fueling price list
10%
Yes
LLC
Global Fueling Systems Inc.
Wayne Price List
10%
Yes
Excell Fueling Systems
Wayne Pricelist
10%
No
2. Discount (%) Off Catalog /Pricelist for Site Work Related to Fueling Systems.
Vendor Name
Vendor Catalog Information
Percent
Award
Discount
JF Petroleum Group (Petroleum
Benecor DEF Systems price list
0%
No
Solutions, Inc.)
Stovall Corporation
Bennett Dispenser price list
10%
No
Stovall Corporation
Bennett Parts price list
10%
No
Stovall Corporation
Bluei price list
12%
No
JF Petroleum Group (Petroleum
Bravo price list
0%
No
Solutions, Inc.)
Excell Fueling Systems
Brugg Pricelist
10%
No
JF Petroleum Group (Petroleum
Catlow price list
0%
No
Solutions, Inc.)
Excell Fueling Systems
Catlow Pricelist
15%
No
Excell Fueling Systems
Centeron Pricelist
10%
No
JF Petroleum Group (Petroleum
Cim-Tek price list
0%
No
Solutions, Inc.)
Excell Fueling Systems
Cim-Tek Pricelist
20%
No
JF Petroleum Group (Petroleum
Emco price list
0%
No
Solutions, Inc.)
Excell Fueling Systems Emco Wheaton Pricelist 10% No
Excell Fueling Systems Excell Fueling Systems site work price list (10%-20%) 10% Yes
Board-
,!�:PURCHASING COOPERATIVE
The Local Government Purchasing Cooperative
For the Period 07/01/2025 to 06/30/2026
Final Catalog Award Report for Fueling Systems and Equipment No. 772-25
2. Discount (%) Off Catalog /Pricelist for Site Work Related to Fueling Systems.
Vendor Name
Vendor Catalog Information
Percent
Discount
Award
Excell Fueling Systems
Fill Rite Pricelist
15%
No
Stovall Corporation
Franklin Fueling price list
10%
No
IF Petroleum Group (Petroleum
Franklin Fueling price list
0%
No
Solutions, Inc.)
Excell Fueling Systems
Franklin Fueling Systems Price
15%
No
Fuel Control Solutions (BCK
Fuel Control Solutions (BCK Interests, LLC) site work price list
0%
Yes
Interests, LLC)
IF Petroleum Group (Petroleum
Gasboy price list
0%
No
Solutions, Inc.)
Excell Fueling Systems
Gasboy Pricelist
14%
No
IF Petroleum Group (Petroleum
Gilbarco price list
0%
No
Solutions, Inc.)
Global Fueling Systems Inc.
Global Fueling Pricelist
0%
No
Global Fueling Systems Inc.
Global Fueling Systems Inc. site work price list
0%
Yes
Excell Fueling Systems
Graco Pricelist
15%
No
Excell Fueling Systems
Hannay Reels Pricelist
10%
No
Stovall Corporation
Hikvision price list
10%
No
Stovall Corporation
Hughes Tank
0%
No
IF Petroleum Group (Petroleum
Husky price list
0%
No
Solutions, Inc.)
Stovall Corporation
ICS price list
10%
No
IF Petroleum Group (Petroleum
IF Petroleum Group site work price list (0%-20%)
0%
Yes
Solutions, Inc.)
Mansfield Oil Company of
Mansfield Energy site work price list
o
0%
Yes
Gainesville, Inc.
Excell Fueling Systems
Morrison Bros Pricelist
15%
No
IF Petroleum Group (Petroleum
Morrison Bros. price list
0%
No
Solutions, Inc.)
IF Petroleum Group (Petroleum
NOV price list
0%
No
Solutions, Inc.)
IF Petroleum Group (Petroleum
OmegaFlex (DoublTrac, DEFTrac) price list
0%
No
Solutions, Inc.)
IF Petroleum Group (Petroleum
OPW Fleet Systems price list
0%
No
Solutions, Inc.)
IF Petroleum Group (Petroleum
OPW price list
0%
No
Solutions, Inc.)
Excell Fueling Systems OPW Pricelist 10% No
Board-
,!�:PURCHASING COOPERATIVE
The Local Government Purchasing Cooperative
For the Period 07/01/2025 to 06/30/2026
Final Catalog Award Report for Fueling Systems and Equipment No. 772-25
2. Discount (%) Off Catalog /Pricelist for Site Work Related to Fueling Systems.
Vendor Name
Vendor Catalog Information
Percent
Award
Discount
JF Petroleum Group (Petroleum
PMC price list
0%
No
Solutions, Inc.)
JF Petroleum Group (Petroleum
Pneumercator price list
0%
No
Solutions, Inc.)
JF Petroleum Group (Petroleum
Red Jacket price list
0%
No
Solutions, Inc.)
Excell Fueling Systems
Red Jacket Pricelist
18%
No
Excell Fueling Systems
SBravo Pricelist
15%
No
Stovall Commercial Contractors
SCC site work price list
0%
Yes
LLC
Global Fueling Systems Inc.
Site Work Deviation Request
0%
No
Stovall Corporation
Stovall Corporation site work price list (10%-12%)
10%
Yes
JF Petroleum Group (Petroleum
SynTech (Fuel Master) price list
0%
No
Solutions, Inc.)
Stovall Corporation
Syntech Equipment price list
10%
No
Excell Fueling Systems
Syntech Pricelist
10%
No
JF Petroleum Group (Petroleum
Tuthill (Fill -Rite) price list
20%
No
Solutions, Inc.)
Excell Fueling Systems
Universal Pricelist
15%
No
JF Petroleum Group (Petroleum
Universal Valve price list
0%
No
Solutions, Inc.)
JF Petroleum Group (Petroleum
Vaporless price list
0%
No
Solutions, Inc.)
Excell Fueling Systems
Veeder Root Pricelist
10%
No
JF Petroleum Group (Petroleum
Veeder-Root price list
0%
No
Solutions, Inc.)
Excell Fueling Systems
Wayne Pricelist
10%
No
3. Discount (%) Off Catalog /Pricelist for Airport Fueling Systems and related products.
Vendor Name Vendor Catalog Information Percent Award
Discount
Fuel Control Solutions (BCK Bennett price list 10% Yes
Interests, LLC)
Excell Fueling Systems
Brugg Pricelist
10%
Yes
Excell Fueling Systems
Catlow Pricelist
15%
No
Excell Fueling Systems
Centeron Pricelist
10%
Yes
Excell Fueling Systems
Cim-Tek Pricelist
20%
Yes
Board-
,!�:PURCHASING COOPERATIVE
The Local Government Purchasing Cooperative
For the Period 07/01/2025 to 06/30/2026
Final Catalog Award Report for Fueling Systems and Equipment No. 772-25
3. Discount (%) Off Catalog /Pricelist for Airport Fueling Systems and related products.
Vendor Name
Vendor Catalog Information
Percent
Award
Discount
Excell Fueling Systems
Emco Wheaton Pricelist
10%
No
Excell Fueling Systems
Fill Rite Pricelist
15%
Yes
Stovall Corporation
Franklin Fueling price list
10%
No
Excell Fueling Systems
Franklin Fueling Systems Price
15%
Yes
Excell Fueling Systems
Gasboy Pricelist
14%
No
Excell Fueling Systems
Graco Pricelist
15%
Yes
Excell Fueling Systems
Hannay Reels Pricelist
10%
Yes
Stovall Corporation
Hikvision price list
10%
Yes
Stovall Corporation
ICS price list
10%
Yes
Mansfield Oil Company of
Piusi -Mansfield Oil Company
o
0%
Yes
Gainesville, Inc.
Mansfield Oil Company of
Diji - Mansfield Oil Company
0%
Yes
Gainesville, Inc.
Mansfield Oil Company of
Blues -Mansfield Oil Company
o
0%
Yes
Gainesville, Inc.
Mansfield Oil Company of
Schneider Electric- Mansfield Oil Company
0%
Yes
Gainesville, Inc.
Mansfield Oil Company of
Syntech -Mansfield Oil Company
o
0%
Yes
Gainesville, Inc.
Mansfield Oil Company of
Mansfield Energy price list
0%
No
Gainesville, Inc.
Excell Fueling Systems
Red Jacket Pricelist
18%
No
Excell Fueling Systems
SBravo Pricelist
15%
No
Fuel Control Solutions (BCK
Syntech - Fuelmaster price list
10%
Yes
Interests, LLC)
Stovall Corporation
Syntech Equipment price list
10%
Yes
Excell Fueling Systems
Syntech Pricelist
10%
Yes
Syn-Tech Systems
Syntech Systems Pricing
10%
Yes
Excell Fueling Systems
Universal Pricelist
15%
Yes
Excell Fueling Systems
Veeder Root Pricelist
10%
No
Stovall Commercial Contractors
Wayne Fueling price list
10%
Yes
LLC
Excell Fueling Systems Wayne Pricelist 10% No
Board-
,!�:PURCHASING COOPERATIVE
The Local Government Purchasing Cooperative
For the Period 07/01/2025 to 06/30/2026
Final Catalog Award Report for Fueling Systems and Equipment No. 772-25
4. Discount (%) Off Catalog /Pricelist for Fueling Systems Repair Parts and related products.
Vendor Name
Vendor Catalog Information
Percent
Award
Discount
Stovall Corporation
Bennett Parts price list
10%
Yes
JF Petroleum Group (Petroleum
Benecor DEF Systems price list
10%
No
Solutions, Inc.)
Stovall Corporation
Bennett Dispenser price list
10%
Yes
Fuel Control Solutions (BCK
Bennett price list
10%
Yes
Interests, LLC)
Stovall Commercial Contractors
Bennett price list
10%
Yes
LLC
Stovall Corporation
Bluei price list
12%
Yes
JF Petroleum Group (Petroleum
Bravo price list
10%
Yes
Solutions, Inc.)
Global Fueling Systems Inc.
Bravo Price List
15%
Yes
Excell Fueling Systems
Brugg Pricelist
10%
Yes
JF Petroleum Group (Petroleum
Catlow price list
0%
No
Solutions, Inc.)
Global Fueling Systems Inc.
Catlow Price List
20%
No
Excell Fueling Systems
Catlow Pricelist
15%
No
Excell Fueling Systems
Centeron Pricelist
10%
Yes
Global Fueling Systems Inc.
Cimtek Price List
30%
Yes
JF Petroleum Group (Petroleum
Cim-Tek price list
30%
Yes
Solutions, Inc.)
Excell Fueling Systems
Cim-Tek pricelist
20%
Yes
JF Petroleum Group (Petroleum
EMCO price list
10%
Yes
Solutions, Inc.)
Global Fueling Systems Inc.
Emco Price List
20%
Yes
Excell Fueling Systems
Emco Wheaton Pricelist
10%
No
Global Fueling Systems Inc.
Fairfield Price List
10%
Yes
Excell Fueling Systems
Fill Rite Pricelist
15%
Yes
Global Fueling Systems Inc.
Fillrite Price List
20%
Yes
Stovall Corporation
Franklin Fueling price list
10%
Yes
JF Petroleum Group (Petroleum
Franklin Fueling price list
20%
Yes
Solutions, Inc.)
Excell Fueling Systems
Franklin Fueling Systems Price
15%
Yes
Board-
,!�:PURCHASING COOPERATIVE
The Local Government Purchasing Cooperative
For the Period 07/01/2025 to 06/30/2026
Final Catalog Award Report for Fueling Systems and Equipment No. 772-25
4. Discount (%) Off Catalog /Pricelist for Fueling Systems Repair Parts and related products.
Vendor Name
Vendor Catalog Information
Percent
Award
Discount
Global Fueling Systems Inc.
Franklin Price List
20%
Yes
IF Petroleum Group (Petroleum
Gasboy price list
14%
Yes
Solutions, Inc.)
Global Fueling Systems Inc.
Gasboy Price List
15%
Yes
Excell Fueling Systems
Gasboy Pricelist
14%
No
IF Petroleum Group (Petroleum
Gilbarco price list
14%
Yes
Solutions, Inc.)
Global Fueling Systems Inc.
GPI Price List
10%
Yes
Excell Fueling Systems
Graco Pricelist
15%
Yes
Global Fueling Systems Inc.
Hannay Price List
10%
Yes
Excell Fueling Systems
Hannay Reels Pricelist
10%
Yes
Stovall Corporation
Hikvision price list
10%
Yes
Stovall Corporation
Hughes Tank price list
0%
Yes
IF Petroleum Group (Petroleum
Husky price list
10%
Yes
Solutions, Inc.)
Global Fueling Systems Inc.
Husky Price List
10%
Yes
Stovall Corporation
ICS price list
10%
Yes
Mansfield Oil Company of
Piusi -Mansfield Oil Company
o
0%
Yes
Gainesville, Inc.
Mansfield Oil Company of
Diji -Mansfield Oil Company
o
0%
Yes
Gainesville, Inc.
Mansfield Oil Company of
Bluei - Mansfield Oil Company
0%
Yes
Gainesville, Inc.
Mansfield Oil Company of
Schneider Electric- Mansfield Oil Company
0%
Yes
Gainesville, Inc.
Mansfield Oil Company of
Syntech - Mansfield Oil Company
0%
Yes
Gainesville, Inc.
Mansfield Oil Company of
Mansfield Energy price list
o
0%
No
Gainesville, Inc.
IF Petroleum Group (Petroleum
OmegaFlex (DoublTrac, DEFTrac) price list
10%
Yes
Solutions, Inc.)
Fuel Control Solutions (BCK
Omntec price list
10%
Yes
Interests, LLC)
Global Fueling Systems Inc.
Omntec Price List
10%
Yes
IF Petroleum Group (Petroleum
OPW Fleet Systems price list
10%
Yes
Solutions, Inc.)
Stovall Commercial Contractors
OPW FMS By Dover Fueling price list
10%
Yes
LLC
Board-
,!�:PURCHASING COOPERATIVE
The Local Government Purchasing Cooperative
For the Period 07/01/2025 to 06/30/2026
Final Catalog Award Report for Fueling Systems and Equipment No. 772-25
4. Discount (%) Off Catalog /Pricelist for Fueling Systems Repair Parts and related products.
Vendor Name
Vendor Catalog Information
Percent
Award
Discount
Global Fueling Systems Inc.
OPW Price List
12%
Yes
JF Petroleum Group (Petroleum
OPW price list
15%
Yes
Solutions, Inc.)
Excell Fueling Systems
OPW Pricelist
10%
Yes
Global Fueling Systems Inc.
PMC Price List
10%
Yes
JF Petroleum Group (Petroleum
PMC price list
10%
Yes
Solutions, Inc.)
JF Petroleum Group (Petroleum
Pneumercator price list
11%
Yes
Solutions, Inc.)
Global Fueling Systems Inc.
Pneumercator Price List
12%
Yes
JF Petroleum Group (Petroleum
Red Jacket price list
18%
No
Solutions, Inc.)
Global Fueling Systems Inc.
Red Jacket Price List
18%
No
Excell Fueling Systems
Red Jacket Pricelist
18%
No
Excell Fueling Systems
SBravo Pricelist
15%
No
Global Fueling Systems Inc.
Scully Price List
10%
Yes
Global Fueling Systems Inc.
SmartFill Price List
10%
No
Fuel Control Solutions (BCK
Syntech - Fuelmaster price list
10%
Yes
Interests, LLC)
JF Petroleum Group (Petroleum
SynTech (Fuel Master) price list
10%
No
Solutions, Inc.)
Stovall Corporation
Syntech Equipment price list
10%
Yes
Excell Fueling Systems
Syntech Pricelist
10%
Yes
Syn-Tech Systems
Syntech Systems Pricing
10%
Yes
JF Petroleum Group (Petroleum
Tuthill (Fill -Rite) price list
15%
Yes
Solutions, Inc.)
Excell Fueling Systems
Universal Pricelist
15%
Yes
JF Petroleum Group (Petroleum
Universal Valve price list
10%
No
Solutions, Inc.)
Global Fueling Systems Inc.
Universal Valve Price List
18%
Yes
JF Petroleum Group (Petroleum
Vaporless price list
10%
Yes
Solutions, Inc.)
Global Fueling Systems Inc. Vaporless Price List 10% Yes
Global Fueling Systems Inc. Veeder Root Price List 12% Yes
Board-
,!�:PURCHASING COOPERATIVE
The Local Government Purchasing Cooperative
For the Period 07/01/2025 to 06/30/2026
Final Catalog Award Report for Fueling Systems and Equipment No. 772-25
4. Discount (%) Off Catalog /Pricelist for Fueling Systems Repair Parts and related products.
Vendor Name
Vendor Catalog Information
Percent
Award
Discount
Excell Fueling Systems
Veeder Root Pricelist
10%
No
JF Petroleum Group (Petroleum
Veeder-Root price list
10%
Yes
Solutions, Inc.)
Stovall Commercial Contractors
Wayne Fueling price list
10%
Yes
LLC
Global Fueling Systems Inc.
Wayne Price List
20%
Yes
Excell Fueling Systems
Wayne Pricelist
10%
No
5. Discount (%) Off Catalog /Pricelist for Fueling Systems Maintenance Agreements.
Vendor Name
Global Fueling Systems Inc.
JF Petroleum Group (Petroleum
Solutions, Inc.)
Stovall Corporation
Stovall Corporation
Stovall Commercial Contractors
LLC
Stovall Corporation
JF Petroleum Group (Petroleum
Solutions, Inc.)
Excell Fueling Systems
JF Petroleum Group (Petroleum
Solutions, Inc.)
Excell Fueling Systems
Excell Fueling Systems
JF Petroleum Group (Petroleum
Solutions, Inc.)
Excell Fueling Systems
JF Petroleum Group (Petroleum
Solutions, Inc.)
Excell Fueling Systems
Excell Fueling Systems
Stovall Corporation
JF Petroleum Group (Petroleum
Solutions, Inc.)
Vendor Catalog Information
Percent
Award
Discount
BaseCamp Tank Compliance Price
0%
Yes
Benecor DEF Systems price list
10%
No
Bennett Dispenser price list
10%
Yes
Bennett Parts price list
10%
Yes
Bennett price list
10%
Yes
Blues price list
12%
Yes
Bravo price list
0%
Yes
Brugg Pricelist
10%
Yes
Catlow price list
0%
No
Catlow Pricelist
15%
No
Centeron Pricelist
10%
Yes
Cim-Tek price list
0%
No
Cim-Tek Pricelist
20%
Yes
EMCO price list
0%
Yes
Emco Wheaton pricelist
10%
No
Fill Rite Pricelist
15%
Yes
Franklin Fueling price list
10%
Yes
Franklin Fueling price list
20%
Yes
Board-
,!�:PURCHASING COOPERATIVE
The Local Government Purchasing Cooperative
For the Period 07/01/2025 to 06/30/2026
Final Catalog Award Report for Fueling Systems and Equipment No. 772-25
5. Discount (%) Off Catalog /Pricelist for Fueling Systems Maintenance Agreements.
Vendor Name
Vendor Catalog Information
Percent
Award
Discount
Excell Fueling Systems
Franklin Fueling Systems Price
15%
Yes
Global Fueling Systems Inc.
Fueling Systems Maintenance Ag
00/0
Yes
JF Petroleum Group (Petroleum
Gasboy price list
14%
Yes
Solutions, Inc.)
Excell Fueling Systems
Gasboy Pricelist
14%
No
JF Petroleum Group (Petroleum
Gilbarco price list
10%
Yes
Solutions, Inc.)
Excell Fueling Systems
Graco Pricelist
15%
Yes
Excell Fueling Systems
Hannay Reels Pricelist
10%
Yes
Stovall Corporation
Hikvision price list
10%
Yes
Stovall Corporation
Hughes Tank price list
0%
Yes
JF Petroleum Group (Petroleum
Husky price list
10%
Yes
Solutions, Inc.)
Stovall Corporation
ICS price list
10%
Yes
Mansfield Oil Company of
Piusi -Mansfield Oil Company
o
0%
Yes
Gainesville, Inc.
Mansfield Oil Company of
Diji -Mansfield Oil Company
o
0%
Yes
Gainesville, Inc.
Mansfield Oil Company of
Blues -Mansfield Oil Company
o
0%
Yes
Gainesville, Inc.
Mansfield Oil Company of
Schneider Electric- Mansfield Oil Company
0%
Yes
Gainesville, Inc.
Mansfield Oil Company of
Syntech -Mansfield Oil Company
o
0%
Yes
Gainesville, Inc.
Mansfield Oil Company of
Mansfield Energy price list
0%
No
Gainesville, Inc.
Stovall Commercial Contractors
OPW FMS By Dover Fueling price list
10%
Yes
LLC
JF Petroleum Group (Petroleum
OPW price list
10%
Yes
Solutions, Inc.)
Excell Fueling Systems
OPW Pricelist
10%
Yes
JF Petroleum Group (Petroleum
PMC price list
0%
Yes
Solutions, Inc.)
JF Petroleum Group (Petroleum
Pneumercator price list
11%
Yes
Solutions, Inc.)
JF Petroleum Group (Petroleum
Red Jacket price list
18%
No
Solutions, Inc.)
Excell Fueling Systems
Red jacket Pricelist
18%
No
Excell Fueling Systems
SBravo Pricelist
15%
No
Board-
,!�:PURCHASING COOPERATIVE
The Local Government Purchasing Cooperative
For the Period 07/01/2025 to 06/30/2026
Final Catalog Award Report for Fueling Systems and Equipment No. 772-25
5. Discount (%) Off Catalog /Pricelist for Fueling Systems Maintenance Agreements.
Vendor Name
Vendor Catalog Information
Percent
Award
Discount
Fuel Control Solutions (BCK
Syntech - Fuelmaster price list
0%
Yes
Interests, LLC)
JF Petroleum Group (Petroleum
SynTech (Fuel Master) price list
10%
No
Solutions, Inc.)
Stovall Corporation
Syntech Equipment price list
10%
Yes
Excell Fueling Systems
Syntech Pricelist
10%
Yes
Syn-Tech Systems
Syntech Systems Pricing
0%
Yes
JF Petroleum Group (Petroleum
Tuthill (Fill -Rite) price list
15%
Yes
Solutions, Inc.)
Excell Fueling Systems
Universal Pricelist
15%
Yes
JF Petroleum Group (Petroleum
Universal Valve price list
10%
No
Solutions, Inc.)
JF Petroleum Group (Petroleum
Vaporless price list
10%
Yes
Solutions, Inc.)
Excell Fueling Systems
Veeder Root Pricelist
10%
No
JF Petroleum Group (Petroleum
Veeder-Root price list
10%
Yes
Solutions, Inc.)
Stovall Commercial Contractors
Wayne Fueling price list
10%
Yes
LLC
Excell Fueling Systems
Wayne Pricelist
10%
No
6. Discount (%) Off Catalog /Pricelist for All Other Fueling Systems Related Products.
Vendor Name
JF Petroleum Group (Petroleum
Solutions, Inc.)
Stovall Corporation
Stovall Corporation
Fuel Control Solutions (BCK
Interests, LLC)
Stovall Corporation
Global Fueling Systems Inc.
JF Petroleum Group (Petroleum
Solutions, Inc.)
Excell Fueling Systems
JF Petroleum Group (Petroleum
Solutions, Inc.)
Global Fueling Systems Inc.
Vendor Catalog Information
Percent
Award
Discount
Benecor DEF Systems price list
10%
No
Bennett Dispenser price list
10%
Yes
Bennett Parts price list
10%
Yes
Bennett price list
10%
Yes
Blues price list
12%
Yes
Bravo Price List
15%
Yes
Bravo price list
15%
Yes
Brugg Pricelist
10%
Yes
Catlow price list
0%
No
Catlow Price List
20%
No
Board-
,!�:PURCHASING COOPERATIVE
The Local Government Purchasing Cooperative
For the Period 07/01/2025 to 06/30/2026
Final Catalog Award Report for Fueling Systems and Equipment No. 772-25
6. Discount (%) Off Catalog /Pricelist for All Other Fueling Systems Related Products.
Vendor Name
Vendor Catalog Information
Percent
Award
Discount
Excell Fueling Systems
Catlow Pricelist
15%
No
Excell Fueling Systems
Centeron Pricelist
10%
Yes
Global Fueling Systems Inc.
Cimtek Price List
30%
Yes
JF Petroleum Group (Petroleum
Cim-Tek price list
31%
Yes
Solutions, Inc.)
Excell Fueling Systems
Cim-Tek Pricelist
20%
Yes
JF Petroleum Group (Petroleum
EMCO price list
10%
Yes
Solutions, Inc.)
Global Fueling Systems Inc.
Emco Price List
20%
Yes
Excell Fueling Systems
Emco Wheaton Pricelist
10%
No
Global Fueling Systems Inc.
Fairfield Price List
10%
Yes
Excell Fueling Systems
Fill Rite Pricelist
15%
Yes
Global Fueling Systems Inc.
Fillrite Price List
20%
Yes
Stovall Corporation
Franklin Fueling price list
10%
No
JF Petroleum Group (Petroleum
Franklin Fueling price list
10%
No
Solutions, Inc.)
Excell Fueling Systems
Franklin Fueling Systems Price
15%
Yes
Global Fueling Systems Inc.
Franklin Price List
20%
Yes
JF Petroleum Group (Petroleum
Gasboy price list
10%
Yes
Solutions, Inc.)
Global Fueling Systems Inc.
Gasboy Price List
15%
Yes
Excell Fueling Systems
Gasboy Pricelist
14%
No
JF Petroleum Group (Petroleum
Gilbarco price list
10%
Yes
Solutions, Inc.)
Global Fueling Systems Inc.
GPI Price List
10%
Yes
Excell Fueling Systems Graco Pricelist 15% Yes
Global Fueling Systems Inc. Hannay Price List 10% Yes
Excell Fueling Systems Hannay Reels Pricelist 10% Yes
Stovall Corporation Hikvision price list 10% Yes
Stovall Corporation Hughes Tank price list 0% Yes
Board-
,!�:PURCHASING COOPERATIVE
The Local Government Purchasing Cooperative
For the Period 07/01/2025 to 06/30/2026
Final Catalog Award Report for Fueling Systems and Equipment No. 772-25
6. Discount (%) Off Catalog /Pricelist for All Other Fueling Systems Related Products.
Vendor Name
Vendor Catalog Information
Percent
Award
Discount
IF Petroleum Group (Petroleum
Husky price list
10%
Yes
Solutions, Inc.)
Global Fueling Systems Inc.
Husky Price List
10%
Yes
Stovall Corporation
ICS price list
10%
Yes
Mansfield Oil Company of
Piusi -Mansfield Oil Company
o
0%
Yes
Gainesville, Inc.
Mansfield Oil Company of
Diji -Mansfield Oil Company
o
0%
Yes
Gainesville, Inc.
Mansfield Oil Company of
Blues -Mansfield Oil Company
o
0%
Yes
Gainesville, Inc.
Mansfield Oil Company of
Schneider Electric- Mansfield Oil Company
0%
Yes
Gainesville, Inc.
Mansfield Oil Company of
Syntech -Mansfield Oil Company
o
0%
Yes
Gainesville, Inc.
Mansfield Oil Company of
Mansfield Energy price list
0%
No
Gainesville, Inc.
IF Petroleum Group (Petroleum
OmegaFlex (DoublTrac, DEFTrac) price list
10%
Yes
Solutions, Inc.)
Fuel Control Solutions (BCK
Omntec price list
10%
Yes
Interests, LLC)
Global Fueling Systems Inc.
Omntec Price List
10%
Yes
IF Petroleum Group (Petroleum
OPW Fleet Systems price list
10%
Yes
Solutions, Inc.)
IF Petroleum Group (Petroleum
OPW price list
10%
Yes
Solutions, Inc.)
Global Fueling Systems Inc.
OPW Price List
12%
Yes
Excell Fueling Systems
OPW Pricelist
10%
Yes
Global Fueling Systems Inc.
PMC Price List
10%
Yes
IF Petroleum Group (Petroleum
PMC price list
10%
Yes
Solutions, Inc.)
IF Petroleum Group (Petroleum
Pneumercator price list
10%
Yes
Solutions, Inc.)
Global Fueling Systems Inc.
Pneumercator Price List
12%
Yes
Stovall Commercial Contractors
RAASM Fuel Reel price list
15%
Yes
LLC
Global Fueling Systems Inc.
Red Jacket Price List
18%
No
IF Petroleum Group (Petroleum
Red Jacket price list
20%
No
Solutions, Inc.)
Excell Fueling Systems
Red Jacket Pricelist
18%
No
Excell Fueling Systems
SBravo Pricelist
15%
No
Board-
,!�:PURCHASING COOPERATIVE
The Local Government Purchasing Cooperative
For the Period 07/01/2025 to 06/30/2026
Final Catalog Award Report for Fueling Systems and Equipment No. 772-25
6. Discount (%) Off Catalog /Pricelist for All Other Fueling Systems Related Products.
Vendor Name
Vendor Catalog Information
Percent
Award
Discount
Global Fueling Systems Inc.
Scully Price List
10%
Yes
Global Fueling Systems Inc.
SmartFill Price List
10%
No
Fuel Control Solutions (BCK
Syntech - Fuelmaster price list
10%
Yes
Interests, LLC)
JF Petroleum Group (Petroleum
SynTech (Fuel Master) price list
10%
No
Solutions, Inc.)
Stovall Corporation
Syntech Equipment price list
10%
Yes
Excell Fueling Systems
Syntech Pricelist
10%
Yes
JF Petroleum Group (Petroleum
Tuthill (Fill -Rite) price list
15%
Yes
Solutions, Inc.)
Excell Fueling Systems
Universal Pricelist
15%
Yes
JF Petroleum Group (Petroleum
Universal Valve price list
10%
Yes
Solutions, Inc.)
Global Fueling Systems Inc.
Universal Valve Price List
18%
Yes
JF Petroleum Group (Petroleum
Vaporless price list
10%
Yes
Solutions, Inc.)
Global Fueling Systems Inc.
Vaporless Price List
10%
Yes
Global Fueling Systems Inc.
Veeder Root Price List
12%
Yes
Excell Fueling Systems
Veeder Root Pricelist
10%
No
JF Petroleum Group (Petroleum
Veeder-Root price list
10%
Yes
Solutions, Inc.)
Global Fueling Systems Inc.
Wayne Price List
10%
Yes
Excell Fueling Systems
Wayne Pricelist
10%
No
7. Discount (%) Off Catalog /Pricelist for Fueling Systems Components (Aviation/Jet Fuel; Liquid Propane Gas; and Compressed
Natural Gas) required for a complete turnkey installation (equipment, software, hardware, supplies, training).
Vendor Name
Vendor Catalog Information
Percent
Award
Discount
Fuel Control Solutions (BCK
Bennett price list
10%
Yes
Interests, LLC)
Fuel Control Solutions (BCK
Omntec price list
10%
Yes
Interests, LLC)
Propane Specialty Services, LLC
Propane Specialty Services, LLC
0%
Yes
Fuel Control Solutions (BCK
Syntech - Fuelmaster price list
10%
Yes
Interests, LLC)
Syn-Tech Systems
Syntech Systems Pricing
10%
Yes
Board-
,!�:PURCHASING COOPERATIVE
The Local Government Purchasing Cooperative
For the Period 07/01/2025 to 06/30/2026
Final Catalog Award Report for Fueling Systems and Equipment No. 772-25
8. Discount (%) Off Catalog /Pricelist for Site Work Related to Fueling Systems.
Vendor Name Vendor Catalog Information Percent Award
Discount
Fuel Control Solutions (BCK Fuel Control Solutions (BCK Interests, LLC) site work price list 0% Yes
Interests, LLC)
Propane Specialty Services, LLC Propane Specialty Services, LLC site work price list 0% Yes
9. Discount (%) Off Catalog /Pricelist for Airport Fueling Systems and related products.
Vendor Name Vendor Catalog Information Percent Award
Discount
Fuel Control Solutions (BCK Bennett price list 10% Yes
Interests, LLC)
Fuel Control Solutions (BCK Omntec price list 10% Yes
Interests, LLC)
Propane Specialty Services, LLC Propane Specialty Services, LLC 0% Yes
Fuel Control Solutions (BCK Svntarh - R Ialmnctar nrira lict i no/ Vac
Interests LLC-711-11 . --- ..,,.. -1 r..., ..,,. _
10. Discount (%) Off Catalog /Pricelist for Fueling Systems Repair Parts.
Vendor Name
Vendor Catalog Information
Percent
Award
Discount
Fuel Control Solutions (BCK
Bennett price list
10%
Yes
Interests, LLC)
Fuel Control Solutions (BCK
Omntec price list
10%
Yes
Interests, LLC)
Propane Specialty Services, LLC
Propane Specialty Services, LLC
0%
Yes
Fuel Control Solutions (BCK
Syntech - Fuelmaster price list
10%
Yes
Interests, LLC)
Syn-Tech Systems
Syntech Systems Pricing
10%
Yes
11. Discount (%) Off Catalog /Pricelist for Fueling Systems Maintenance Agreements.
Vendor Name
Vendor Catalog Information
Percent Award
Discount
Propane Specialty Services, LLC
Propane Specialty Services, LLC
0% Yes
Fuel Control Solutions (BCK
Syntech - Fuelmaster
0% Yes
Interests, LLC)
Syn-Tech Systems
Syntech Systems Pricing
0% Yes
12. Discount (%) Off Catalog /Pricelist for All Other Fueling Systems Related Products.
Vendor Name Vendor Catalog Information Percent Award
Discount
Fuel Control Solutions (BCK Bennett price list 10% Yes
Interests, LLC)
Fuel Control Solutions (BCK Omntec Price List 10% Yes
Interests, LLC)
Propane Specialty Services, LLC Propane Specialty Services, LLC 0% Yes
Board-
,!�:PURCHASING COOPERATIVE
The Local Government Purchasing Cooperative
For the Period 07/01/2025 to 06/30/2026
Final Catalog Award Report for Fueling Systems and Equipment No. 772-25
12. Discount (%) Off Catalog /Pricelist for All Other Fueling Systems Related Products.
Vendor Name
Fuel Control Solutions (BCK
Vendor Catalog Information
C\/nfPrh - i-11PImaCfPr nrira Iict
Percent Award
Discount
1 no/ YPc
..7.......... . ........ r . ,.......... _.. ,.. .....
[nterests, LLC)
13. Hourly Labor Rate for Installation/Repair Service of Fueling Systems and Equipment (Gasoline and Diesel).
Vendor Name
Not to Exceed Hourly Labor Rate
Bid Price
Award
Mansfield Oil Company of
Hourly Labor Rate for Installation/Repair Service of Fueling
$0.00
Yes
Gainesville, Inc.
Systems and Equipment (Gasoline and Diesel)
Stovall Commercial Contractors
Hourly Labor Rate for Installation/Repair Service of Fueling
$95.00
Yes
LLC
Systems and Equipment (Gasoline and Diesel) ($95.00-$170.00)
JF Petroleum Group (Petroleum
Hourly Labor Rate for Installation/Repair Service of Fueling
$100.00
Yes
Solutions, Inc.)
Systems and Equipment (Gasoline and Diesel)
Fuel Control Solutions (BCK
Hourly Labor Rate for Installation/Repair Service of Fueling
$125.00
Yes
Interests, LLC)
Systems and Equipment (Gasoline and Diesel)
Syn-Tech Systems
Hourly Labor Rate for Installation/Repair Service of Fueling
$150.00
Yes
Systems and Equipment (Gasoline and Diesel)
Excell Fueling Systems
Hourly Labor Rate for Installation/Repair Service of Fueling
$150.00
Yes
Systems and Equipment (Gasoline and Diesel)
Stovall Corporation
Hourly Labor Rate for Installation/Repair Service of Fueling
$155.00
Yes
Systems and Equipment (Gasoline and Diesel)
(-,Inhal R Ialinn Svctamc Inc
Hourly Labor Rate for Installation/Repair Service of Fueling
ki F,R nn
YPr,
`1- I ' — vTv""— -" I Systems and Equipment (Gasoline and Diesel)
14. Hourly Labor Rate for Installation/Repair Service of Fueling Systems and Equipment (Aviation/Jet Fuel; Liquid Propane Gas; and
Compressed Natural Gas).
Vendor Name
Not to Exceed Hourly Labor Rate
Bid Price
Award
Stovall Commercial Contractors
Hourly Labor Rate for Installation/Repair Service of Fueling
$95.00
Yes
LLC
Systems and Equipment (Aviation/Jet Fuel; Liquid Propane Gas;
Fuel Control Solutions (BCK
Hourly Labor Rate for Installation/Repair Service of Fueling
$125.00
Yes
Interests, LLC)
Systems and Equipment (Aviation/Jet Fuel; Liquid Propane Gas;
Syn-Tech Systems
Hourly Labor Rate for Installation/Repair Service of Fueling
$150.00
Yes
Systems and Equipment (Aviation/Jet Fuel; Liquid Propane Gas;
Excell Fueling Systems
Hourly Labor Rate for Installation/Repair Service of Fueling
$150.00
Yes
Systems and Equipment (Aviation/Jet Fuel; Liquid Propane Gas;
Propane Specialty Services, LLC
Hourly Labor Rate for Installation/Repair Service of Fueling
$187.50
Yes
Systems and Equipment (Aviation/Jet Fuel; Liquid Propane Gas;