Loading...
Res No 060-11-13374RESOLUTION NO. 60-11-13374 A Resolution of the Mayor and City Commission of the City of South Miami, Florida, authorizing the City Manager to execute a multi - annual service agreement with MacMillan Oil Company of Florida, Inc, for the purchase and delivery of bulk fuel gasoline and diesel for the City's vehicle fleet and equipment in the amount of $110,111.00, to be charged to Departmental Fuel Account Numbers 001- 1320 -513- 5230, 001- 1340 -513 -5230, 001 - 1640 - 524 - 5230,001 -1910 -521 -5230 and 001- 2000 -572 -5230; providing for an effective date. WHEREAS, the Mayor and City Commission wishes to purchase bulk fuel gasoline and diesel for the City's vehicle fleet and equipment; and WHEREAS, the Mayor and City Commission wishes to ensure the lowest possible cost for the purchase of bulk fuel gasoline and diesel for the City's vehicle fleet and equipment; and WHEREAS, the Mayor and City Commission wishes to piggy back on Miami - Dade County Contract No. RFP 863 with MacMillan Oil Company of Florida, Inc. for the purchase and delivery of bulk fuel gasoline and diesel for the City's vehicle fleet and equipment; and WHEREAS, the Mayor and City Commission authorize the City Manager to execute a multi - annual service agreement with MacMillan Oil Company of Florida, Inc. in the amount of $110,111.00 to provide and deliver bulk fuel gasoline and diesel for the City's vehicle and equipment fleet; and WHEREAS, the expenditure to be charged to Departmental Fuel Account Numbers 001 - 1320 -513 -5230, 001- 1340 -513 -5230, 001 - 1640 -524 -5230, 001- 1910 -521- 5230 and 001- 2000 -572 -5230 with an account balance of $110,111.00 before this request. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1: That the Mayor and City Commission authorize the City Manager to execute a multi - annual service agreement with MacMillan Oil Company of Florida, Inc. in the amount of $110,111.00 to provide and deliver bulk fuel gasoline and diesel for the City's vehicle and equipment fleet; and Section 2: The expenditure to be charged to Departmental Fuel Account Numbers 001 - 1320 -513 -5230, 001- 1340 -513 -5230, 001 - 1640 -524 -5230, 001 - 1910 -521 -5230 and 001 - 2000 -572 -5230 with an account balance of $110,111.00 before this request. Section 3. This resolution shall take effect immediately upon adoption. Passed and adopted this 4thlay of April, 2011. Pg. 2 of Res. No. 60 -11 -13374 MAIN, E N, i Read "asto Commission Vote: 4 -0 and suMayor Stoddard: Yea Vice Mayor Newman: Yea Commissioner Palmer: Yea Commissioner Beasley: absent CITY Commissioner Harris: Yea MINNAM To: The Honorable Mayor & Members of the City Commission Via: Hector Mirabile, Ph.D., City Manager From: Rudy de la Torre, Chief Superintendent of Public Works Date: April 4 2011 Agenda Item No.: Subject: Authorizing the City Manager to execute a multi- amival service agreement with MacMillan Oil Company, Inc. for the purchase and delivery of bulk fuel gasoline and diesel for the City's fleet vehicles and equipment. Resolution; A Resolution of the Mayor and City Commission of the City of South Miami, Florida, authorizing the City Manager to execute a multi - annual service agreement with MacMillan Oil Company of Florida, Inc. for the purchase and delivery of bulk fuel gasoline and diesel for the City's vehicle fleet and equipment in the amount of $110,111.00, to be charged to Departmental Fuel Account Numbers 001- 1320 -513 -5230, 001 - 1340 -513 -5230, 001 -1640- 524 -5230, 001 - 1910 -521 -5230 and 001- 2000 -572 -5230; providing for an effective date. Background: The City has previously purchase bulk fuel gasoline and diesel for the City's vehicle fleet and equipment from BV Oil Company, Inc. BV Oil Company provided and delivered bulk fuel to the City as per Miami -Dade County contract No.3143- 9/18 -1 which is now expired. Miami -Dade County has since entered into a new three year contract No. RFP 683 with MacMillan Oil Company of Florida, Inc. to provide and deliver gasoline and diesel fuel. In an effort to ensure the lowest possible cost for the purchase and delivery of bulk fuel gasoline and diesel for the City's vehicle fleet and equipment, we request to execute a multi -year service agreement with MacMillan Oil Company of Florida, Inc. and to piggy back on Miami -Dade County's contract No. RFP 683 with an expiration date of April 30, 2013. Expense: $110,111.00 Account: Departmental Fuel Account Numbers 001 - 1320 -513 -5230, 001- 1340 -513 -5230, 001 -1640- 524 -5230, 001 - 1910- 521 -5230, and 001 -2000- 572 -5230, with a combined current balance of $110,111 .00 before this request. Attachments: Proposed Resolution. MacMillan Oil Company of Florida, Inc. proposal letter. Miami -Dade County contract RFP 683 for the purchase of bulk gasoline and diesel fuel. Departmental fuel account balances. CITY OF SOUTH MIAMI AGREEMENT TO PIGGYBACK A CONTRACT FOR SERVICES BID BY ANOTHER GOVERNMENTAL ENTITY Macmillan Oil Company of Florida Inc is desirous of supplying the City of South Miami With all of its bulk fuel, unleaded gasoline and diesel, purchases under the terms and conditions as outlined in Miami Dade County, Florida's Gasoline and Diesel Fuel Contract No. RFP683. Pursuant to Miami -Dade County Administrative Order 3 -20, section 2 -1076 as amended by ordinance No 99 -63 and to Miami Dade County Budget Ordinance No 03 -192, this contract is subject to a County User Access Program fee in the aggregate of 27o of the total fuel amount of the invoice. Miami Dade County will provide the City of South Miami a UAP Participant Validation Number. If the City of South Miami does not deduct the 2.00% and remit the fees directly to the County, Macmillan Oil Company of Florida, Inc, on a periodic basis, will remit the fees to Miami Dade County on behalf of the City of South Miami. It is hereby agreed that Macmillan Oil Company of Florida, Inc. ( "Macmillan ") shall be contractually bound to the City of South Miami in accordance with the same terms and conditions as Macmillan is contractually bound to Miami Dade County pursuant Miami -Dade County's contract No. RFP for the purchase of bulk fuel gasoline and diesel for the City's vehicle fleet and equipment It is understood that there may be some inconsistencies or ambiguities when substituting the city's name in place of the county's name in Macmillan's contract With the county for the purposes of interpreting the contract. In such event, the contract shall be interpreted in a light most favorable to the City of South Miami. The City has the right to provide its own separate master list of facilities, entitled "Attachment A ", where the fuel is to be delivered. The Fuel Purchasing Report shall be sent in electronic format (Excel format preferred, sample available upon request) via email to: Mr. Rudy de la Torre rtorre @southmiamifl.gov and Mrs. Michelle Egues meaues @southmiamifl.aov Notwithstanding any reference to county codes regarding auditing that may be in contradiction herewith, the City may, in the same manner and under the same terms and conditions as provided for the county, conduct audits on a random basis, on this contracts, throughout the duration of said contracts, except as otherwise indicated. The City shall have the right to include in its Attachment A, any reasonable restriction on deliver days and hours of delivery All references to county ordinances in the contract with the county shall be interpreted as if the language of the ordinance was written into the contract and shall be interpreted in the same manner provided in this agreement for the purpose of providing the city with the same rights and protections as the county. In the event that the county inspector general cannot perform the same services for the city as the contract contemplates the inspector general providing the county, then the City Manager shall have the same powers and authority as the contract provides to or for the inspector general. The contractor shall provide business license information and ail pertinent insurance information. The Contractor shall be a registered vendor with the City of South Miami Department of Central Services, for the duration of this Agreement. In becoming a Registered Vendor with the city, the Contractor confirms its knowledge of and commitment to comply with the following: All references to the county's project manager shall mean the City Manager. On each certificate of insurance the City's name and the City's ordinance number that approves this contract shall appear in place of the county's contract number and title coverage, The mailing address of the city 6130 Sunset Drive, South Miami, Florida 33143 as the certificate holder, must appear on the certificate of insurance. Invoices and associated back -up documentation shall be submitted electronically or in hardcopy duplicate by the Contractor to the applicable City departments as follows: City of South Miami Public Works. Department 4795 SW 75 Avenue Miami, Florida 33155. All notices required or permitted under this Agreement shall be in writing and shall be deemed sufficiently served if delivered by Registered or Certified Mail, with return receipt requested; or delivered personally; or delivered via fax or e -mail (if provided below) and followed with delivery of hard copy; and in any case addressed as follows: City of South Miami Public Works Department 4795 SW 75 Avenue Miami, Florida 33155. The words "Contract" or "Contract Documents" or "Agreement" shall include this agreement as well as the other document referred to as such in the county's contract with Macmillan. This agreement is dated 2,> of n.,�M1 _, 2011 VENDOR ;ity Y OF S UTH MI 1 �yj�rp•tlR./ aiL ctrl sp �uo» .=n�c. Manager WITNESS: WITNESS: ATTEST: City Clerk Maria M. Mene dez Vendor Registration Form South Miami h" I'M loot General Information Company's legal Name: v'v\ P, C; we A e n t s CAM off_ Owner's Name: R rv� r+ c A 1'� ✓ a.a a o Mailing Address: a psi RS \ k, A v tL c,,,,, i. City: t n i E p K State: i t Zip / Postal Code: o f Telephone: 3 b S- - Pax: s Contact: Job Title: c i–fl Contact Telephone: 3 (,9 > $ t Cell Phone: EMail: t/0*Ak -,an., e w us.r^ti(ano:1 . u�FederalTaxlD: S9 P(oi U-52 Owner Social Security: Type of Organization (Select One) Private: For Profit _Private: Non -Profit Religious Organization �Cotporation !Sole Ownership — Govemment/School Other: List the aoods and /or services to be provided: L . 9,.t < q Business License Information: �y State License No. 1 Ca't 3, t Occupational License No. Other: Insurance Information: General Liability Automobile Liability Worker's Compensation Other: 6130 Sunset Drive South Miami, Florida 33143 3051663 -6339 Fax: 3051667 -7806 www.cityofsouthmiami.net j OR _ ;« t 2 g ! m; w§ . IL wo -ow » : w , ƒ \ )k \ z § w §) q/ - §k \ ) \ \_ \ � \ $ wz �� &\ \( \ Z: & Qom& § Q }!U MCC ° 52� - )// § m_e 0 , k NWZ: OD NOU #.x & �., : 0 .0 k ®�«s/ ° >.�, - »�a . . ..99. No: 424729B2 (OLD- 517282) Amount $ 125.00 The person, firm or Corp. listed here ins paid the business tax required to engagein or opemtethe business speci8cd subject to 0+0 regula0ons and restrictions of the City ofHialc* Florida Owner. 2955 HOLDING COMPANY 'INC (AMANaO ALONSO PRE. 7)lw of8winess: Petroleum and Petroleum Prodaets Marchant Wholesalers (except Bulk Stations and Terminals) bVILI LAN OIL CobWAM OF FLORIDA INC. $uainesS Location 2955 H 11 AVE EiALMR, FL 33013 2955 E 11 AVE Expires September 30, 2011 Validating No.: 0000 THIS IS NOT A BILL *=P,* FSC City of Hialeah 2010 -11 (� ^� � Busianess Tax Receipt Mayor Julio Robaina No: 424729B2 (OLD- 517282) Amount $ 125.00 The person, firm or Corp. listed here ins paid the business tax required to engagein or opemtethe business speci8cd subject to 0+0 regula0ons and restrictions of the City ofHialc* Florida Owner. 2955 HOLDING COMPANY 'INC (AMANaO ALONSO PRE. 7)lw of8winess: Petroleum and Petroleum Prodaets Marchant Wholesalers (except Bulk Stations and Terminals) bVILI LAN OIL CobWAM OF FLORIDA INC. $uainesS Location 2955 H 11 AVE EiALMR, FL 33013 2955 E 11 AVE Expires September 30, 2011 Validating No.: 0000 THIS IS NOT A BILL AC®RIZ CERTIFICATE OF LIABILITY INSURANCE Keen Battle Mead & Company HOLDER. THIS CERTIFICATE DOE: 7850 Northwest 146 Street ALTER THE COVERAGE AFFORDE Suite 200 Miami Lakes, FL 33016 INSURERS AFFORDING COVERAGE NSURED MACMILLAN OIL COMPANY OF FLORIDA INC INSURER A:Bridgefield Employer 2955 East 11th Avenue INSURER B: Hialeah, FL 33013 INSURER C: INSURER D: NAIC # COVERAGES ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR DESCRIBED 1 SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH MAY POLICIES. AIN EGINS LIMITS SHOWN MAY HAVE BEEN RILES ED PAID CLAIMS. INSR WD' POLC EFFECTIVE POLICY SRANDN TYPE OF INSURANCE POLICY NUMBER DATE MMIDDIYYYt' PATE MMNtl LIMITS LTR NS EACH OCCURRENCE b GENERAL LIABILTY COMMERCIAL GENERAL LIABILITY PREMISES Ea occurronw S CLUMSMADE ❑ OCCUR MED EXP (Myone parses» b i I PERSONAL &ADV INJURY $ S GENERAL AGGREGATE S PRODUCTS- COMPlOPAGG S GENL AGGREGATE LIMIT APPLIES PER: POLICY JEC LOC AUTOMOHILELIASILITY COMSINEDSINGLE LIMIT (EaacddeN) S D AUTOS BODILY INJURY S DAUTOS LAMYAUTO OS BODILY INJURY (Pat acddem) S EDAUTOS PROPERTY DAMAGE S _ AUTO ONLY - EAACCIDENT S GARAGELIABILITY EA ACC b ANY AUTO OTHER THAN AUTO ONLY: AGG b EACH OCCURRENCE S EXCESS 1 UMERELLA LIABILITY OCCUR CLAIMS MADE AGGREGATE b S b DEDUCTIBLE $ RETENTION b WORKER5COMPENSATION 0830 -47163 02/01/2011 02�01�2012 X TORY LIMITS ER EL. EACH ACCIDENT S 1,000,00 ANDEMPLOYERS'LIA&UTY YIN A OFFICEWMEIMBEREE XRCUDEO ?ECUTIVE{', L-1 E.L. DISEASE -EA EMPLOYE E L000 D00 (Mandatory In NH) if yas, descaba uWM SP ECWL PROVISIONS bekPo E.L.DISEASE- POLICY LIMIT S 1,000,000 OTHER pESDmPTIDN OF bPERATONS i LOCAnON51 VEHICLES f EXCLUSIONS 0.DbE0 BY ENOORSEMENTI SPECIAL PROVISIONS FExCeplt 10 Days No 'ce for Non-payment of Premium GCtX I irlt.R 1 t i'I�n -++cn _ SHOULD ANY OF THE ABOVE pESCRI5 ED POtmIE3 RE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30° DAYSRRITTEN NoFGE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT- BUT FAILURE TO DO SO SHALL City of South Miami IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER RS AGENTS OR 6130 Sunset Drive REPRESVEA WbRE South Miami, FL 33143 AUTHORiz£b REPRESENTATVE\ Alex Perez LXH ACORD 25 (2009!01) FAX: 305.667.7806 ©1985 -2009 AC ORD CORPORATION. All rights reserved. The ACURO name ano logo are Tegrsaereu Uru,nn — ��.•�.. Cart ID 14645 14COR ®,y CERTIFICATE OF LIABILITY INSURANCE COVERAGES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING DATE 3130 2011p 3 3912011 PRODUCER STATEWIDE COMMERCIAL INSURANCE 1425 WIDE STREET THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. VSRO BEACH FL 32960- (772) 316 -1326 (772) 316 -1340 INSURERS AFFORDING COVERAGE NAIL# i INSURED Macmillan Oil Cc of Florida, Inc R 2955 Zurich Am rican Insurance Coma 16535 iINSURERA: IMSVRER B. Landmark American Insurances_ _19410 (INSURER C: EACH OCCURRENCE Holding Company Inc ^, INSURERD: _ 2955 EAST 11 AVE HIALEAH FL 33013 NWRERE ' EA(SFS Ea sncue COVERAGES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING THE POLICIES CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR ANY REQUIREMENT, TERM OR BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH MAY PERTAIN. THE INSURANCE AFFORDED POLICIES. AGG_R_E_GATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTNE POLICYE RM=N LIMNS INSR DD POLICY NUMBER EACH OCCURRENCE E 1, 000.tl00 GENERAL LIABILITY A X COMMERCIAL GENERAL LIABILITY 2/10/201I 2/10/2022 ' EA(SFS Ea sncue -L GAIMS MADE i A (OCCUR CP094 517 94 -03 I -MED E %P (An ane pamaT) b PERSONAL &ACV INJURY b GENERAL AGGREGATE $ 2,000,000 1 PRODUCTS- COMPIOPAGG E 21000,000 GEKL AGGREGATE LIMIT APPUES PER: POLICY PRO• LOS AUTOMOBILE UABILITY COMBINEDSINGLE LIMIT (Es eaidan0 S X,000,000 OPO9451794 -03 2/10/2011 2/10/2012 A I ANY AUTO AILOWNEDAUt05 BODILY INJURY $ (perperssn) SCHEMLEDAUTOS X HIREOAUTOS BODILYIWURY (peraWdenp $ X NON -0MEDAUTOS PROPERTY DAMAGE E (PeramdaN) AUTO ONLY - EAACGDENT $ GARAGELWBILITY ANY AUTO EAACC OTHER THAN S $ AUTO ONLY: AGG EACHOCCURRENCE b 10,000,000 E%Cf55R1MBRELl0. LIABILITY MADE LHOO55560 AGGREGATE $ 10,000,000 S B X OCCUR CLAIMS 2/10/2011 2/10/2012 DEDUCTIBLE —� R b E RETENTION b 100000 YrC STATU- OTF4 WORKERS COMPENSATION AND ' EMPLOYERSLIASIUW E.L. EACH ACCIDENT S , — E.L. DISEASE -EA EMPLOYE { b ANY PROPRIETO P%CIUOED7ECUTIVE E.L. DISEASE `POLICY UNIT IS Il yyoos. dascdBe unOar SPEGAI PROVISIONS DHaw OTHER i VEHICLES/ EXCLUSIONS ADDED BY ENUORSEMENT I SPECIAL PROVISIONS DESCRIPTION OFOPEPATIONS I LOCATIONS city of South Miami 6130 Sunset Drive south Miami FL 33143 SHOULD ANY OF THEASOVE DESCRIBED POLICIES BE CANCELLED BEFORE WE EXPIRATION PATE THEREOF, THE tSSUtNG INSURER MILL ENDEAVOR TO NAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Page 1 of I •vSi� MACMILLAN OIL COMPANY OF FLORIDA, INC. 2955 EAST 11Tn AVENUE, HIALEAH, FL 33013 -3509 Ph: 305 - 691 -7814 Fax 305 - 693 -1880 March 30, 2011 Rudy de la Torre Assistant Public Works Director City of South Miami Public Works Department 4795 SW 75"' Avenue Miami, FL 331555 RE —Miami Dade County RFP 683 Dear Mr. de la Torre, Macmillan Oil Company of Florida Inc is desirous of supplying the City of South Miami with all of its bulk fuel, unleaded gasoline and diesel, purchases under the terms and conditions as outlined in Miami Dade County, Florida's Gasoline and Diesel Fuel Contract No. RFP683. Pursuant to Miami -Dade County Budget Ordinance No 03 -192, this contract is subject to a County User Access Program fee in the aggregate of 2.00% of the total fuel amount of the invoice. Miami Dade County will provide the City of South Miami a UAP Participant Validation Number. If the City of South Miami does not deduct the 2.00% (UAP) and remit the fees directly to the County, Macmillan Oil Company of Florida, Inc, on a periodic basis, will remit the fees to Miami Dade County on behalf of the City of South Miami. Please advise if any additional information is needed. n-P William Putnam FUEL CONSUMPTION BY DEPARTMENT FOR FY I I DEPARTMENT CENTRAL SERVICES MIS OFFICE FINANCE DEPART. CODE ENFORCEMENT EQUIP. MAINT.* POLICE RECREATION FUEL ACCOUNT OUTSTANDING %Available 5230 AMOUNT 84 84 100% I50 150 100% 288 288 1000/ 1,217 1,217 100% 103,196 0 0% 117,393 99,937 85% 8,435 8,435 100% $230,763 $110,111 48% * The Public Works Equipment Maintenance Account currently has a remaining balance of $5,000 to be used specifically for Lube and Oil. (Ld 1• M/AM! -DADS COUNTY PL.OR/DA Contract No. RFP683 Gasoline and Diesel Fuel Contract No. RFP683 THIS � AGREEMENT made and entered into as of this � day of IJ/ r�.0✓d by and between MacMillan Oil Company of Florida, Inc., a corporation organized and existing under the laws of the State of Florida, having its principal office at 2955 East 11'h Avenue, Hialeah, Florida 33013 (hereinafter referred to as the "Contractor'), and Miami -Dade County, a political subdivision of the State of Florida, having its principal office at 111 N.W. 1st Street, Miami, Florida 33128 (hereinafter referred to as the "County"), WITNESSETH: WHEREAS, the Contractor has offered to provide and deliver gasoline and diesel fuel, that shall conform to the Scope of Services (Appendix A); Miami -Dade County's Request for Proposals (RFP) No. 683 and all associated addenda and attachments, incorporated herein by reference; and the requirements of this Agreement; and, WHEREAS, the Contractor has submitted a written proposal dated June 23, 2009, hereinafter referred to as the "Contractor's Proposal" which is incorporated herein by reference; and, WHEREAS, the County desires to procure on a non - exclusive basis from the Contractor gasoline and diesel fuel for the County, in accordance with the terms and conditions of this Agreement; NOW, THEREFORE, in consideration of the mutual covenants and agreements herein contained, the parties hereto agree as follows: MIAMI - -DADE COUNTY FLORIDA Contract No.12FP683 ARTICLE 1. DEFINITIONS The following words and expressions used in this Agreement shall be construed as follows, except when it is clear from the context that another meaning is intended: a) The words "Contract' or "Contract Documents" or "Agreement" to mean collectively these terms and conditions, the Scope of Services (Appendix A), RFP No. 683 and all associated addenda and attachments,. the Contractor's Proposal, and all other attachments hereto and all amendments issued hereto. b) The words "Contract Date" to mean the date on which this Agreement is effective. C) The words "Contract Manager" to mean Miami -Dade County's Director, Department of Procurement Management, or the duly authorized representative designated to manage the Contract. d) The word "Contractor" to mean MacMillan Oil Company of Florida, Inc. and its permitted successors and assigns. e) The word "Days" to mean Calendar Days. f) The word "Deliverables" to mean all documentation and any items of any nature submitted by the Contractor to the County's Project Manager for review and approval pursuant to the terms of this Agreement. g) The words. "directed ", "required ", "permitted ", "ordered ", "designated ", "selected ", "prescribed" or words of like import to mean respectively, the direction, requirement, permission, order, designation, selection or prescription of the County's Project Manager; and similarly the words "approved ", acceptable", "satisfactory", "equal ", "necessary', or words of like import to mean respectively, approved by, or acceptable or satisfactory to, equal or necessary in the opinion of the County's Project Manager. h) The words "Change Order" resulting in additions or deletions or modifications to the amount, type or value of the Goods and Services as required in this Contract, as directed and/or approved by the County. i) The word "Goods" to mean all tangible things purchased in accordance with the provisions of this Contract, The words 'Project Manager" to mean the County Manager or the duly authorized representative designated to manage the Project. k) The words "Scope of Services" to mean the document appended hereto as Appendix A, which details the work to be performed by the Contractor. The word "subcontractor" or "subconsultant" to mean any person, entity, firm or corporation, other than the employees of the Contractor, who furnishes labor and /or materials, in connection with the Work, Goods, and /or Services, whether directly or indirectly, on behalf and /or under the direction of the Contractor and whether or not in privity of Contract with the Contractor. m) The words "Work" or "Services" to mean all matters and things required to be done by the Contractor in accordance with the provisions of this Contract. Page 2 of 25 Rev. 11/24109 MIAMPDADE COUNTY FLORIDA Contract No. RFP683 ARTICLE 2. ORDER OF PRECEDENCE If there is a conflict between or among the provisions of this Agreement, the order of precedence is as follows: 1) these terms and conditions,. 2) the Scope of Services (Appendix A), 3) the Miami -Dade County's RFP No. 683 and any associated addenda and attachments thereof, and 4) the Contractor's Proposal. ARTICLE 3. RULES OF INTERPRETATION a) References to a specified Article, section or schedule shalt be construed as reference to that specified Article, or section of, or schedule to this Agreement unless otherwise indicated. b) Reference to any agreement or other instrument shall be deemed to include such agreement or other instrument as such agreement or other instrument may, from time to time, be modified, amended, supplemented, or restated in accordance with its terms.. c) The terms "hereof', "herein ", "hereinafter ", "hereby", "herewith ", "hereto", and "hereunder" shall be deemed to refer to this Agreement. d) The titles, headings, captions and arrangements used In these Terms and Conditions' are for convenience only and shall not be deemed to limit, amplify or modify the terms of this Contract, nor affect the meaning thereof. ARTICLE 4. NATURE OF THE AGREEM5NT a) This Agreement incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained in this Agreement, The parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained In this Agreement, and that this Agreement contains the entire agreement between the parties as to all matters contained herein. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, -whether oral or written. It is further agreed that any oral representations or modifications concerning this Agreement shall be of no force or effect, and that this Agreement may be modified, altered or amended only by a written amendment duly executed by both parties hereto or their authorized representatives. b) The Contractor shall provide the Goods and Services set forth in the Scope of Services, and render full and prompt cooperation with the County in all aspects of the Services performed hereunder. C) The Contractor acknowledges that this Agreement requires the performance of all things necessary for or incidental to the effective and complete performance and provision of all Goods and Services under this Contract. All things not expressly mentioned in this Agreement but necessary to carrying out Its intent'are required by this Agreement, and the Contractor shall perform the same as though they were specifically mentioned, described and delineated. d) The Contractor shall furnish all labor, materials, tools, supplies, and other items required in the provision and performance of the Goods and Services that are necessary for the completion of this Contract. All Goods and Services shall be provided and accomplished at the direction of and to the satisfaction of the County's Project Manager. Page 3 of 25 Rev. 11/24/09 , r. , % MIAMPDADE COUNTY FLORIDA Contract No. RFP683, e) The Contractor acknowledges that the County shall be responsible for making all policy decisions regarding the Scope of Services. The Contractor agrees to provide input on policy issues in the form of recommendations. The Contractor agrees to implement any and all changes in providing Services hereunder as a result of a policy change implemented by the County. The Contractor agrees to act in an expeditious and fiscally sound manner in providing the County with input regarding the time and cost to implement said changes and in executing the activities required to implement said changes. f) The Contractor acknowledges that this Contract is a non - exclusive contract and that the County may enter into contracts with other persons or entities to provide the same or all of the goods and services provided by the Contractor pursuant to this Contract. ARTICLE 5. CONTRACT TERM The Gohtract shall become effective on the date set forth on the first page and shall continue through the last day of the 3e month. The County, at its sole discretion, reserves the right to exercise the option to renew this Contract for a period for seven (7) additional years on a year - to -year basis. The County reserves the right to exercise Its option to extend this Contract for up to one hundred - eighty (180) calendar days beyond the current Contract period and will notify the Contractor in writing of the extension. This Contract may be extended beyond the initial one hundred - eighty (180) calendar day extension period by mutual agreement between the County and the Contractor, upon approval by the Board of County Commissioners. ARTICLE 6. NOTICE REQUIREMENTS All notices required or permitted under this Agreement shall be in writing and shall be deemed sufficiently served if delivered by Registered or Certified Mail, with return receipt requested; or delivered personally; or delivered via fax or a -mail (if provided below) and followed with delivery of hard copy; and in any case addressed as follows: (1) to the County a) to the Project Manager: Miami -Dade County General Services Administration 111 N.W. 1s` Street, Suite 2420 Miami, FL 33128 -1974 Attention: Director Phone: (305) 375 -4400 Fax: (305) 375 -4968 and, b) to the Contract Manager. Miami -Dade County Department of Procurement Management 111 N.W. 1n Street, Suite 1375 Miami, FL 33128-1974 Page 4 of 25 Rev. 11124/09 'MIAMI -DADE COUNTY FLORIDA Contract No. RFP683 Attention: Director Phone: (305) 375 -5548 Fax: (305) 375 =2316 (2) To the Contractor MacMillan Oil Company of Florida, Inc. 2955 East 11v Avenue Hialeah, Florida 33013 Attention: Amanclo Alonso, President Phone: (305) 691 -7814 Fax: (305) 693 -1880 E -mail: alonso @macmiilanoii.net Either party may at any time designate a different address and /or contact person by giving notice as provided above to the other party. Such notices shall be deemed given upon receipt by the addressee. ARTICLE 7. PAYMENT FOR GOODS AND SERVICESIAMOUNT OBLIGATED The Contractor warrants that it has reviewed the County's requirements and has asked such questions and conducted such other inquiries as the Contractor deemed necessary in order to determine the price the Contractor will charge to provide the Goods and Services to be performed under this Contract. The compensation for the provisions of all Goods and Services performed under this Contract, including all costs associated with such -Goods and Services, shall be as specified in Appendix B, Price Schedule. The County shall have no obligation to pay the Contractor any additional sum in excess of this amount, except for a change and /or modification to the Contract, which is approved and executed in writing by the County and the Contractor. All provisions of Goods and Services undertaken by the Contractor before County's approval of this Contract shall be at the Contractor's risk and expense. ARTICLE 8. PRICING Prices shall remain firm and fixed for the term of the Contract, including any option or extension periods; however, the Contractor may offer incentive discounts to the County at any time, during the Contract term, including any renewal or extension thereof. ARTICLE 9. METHOD AND TIMES OF PAYMENT The Contractor shall submit an invoice to the County's applicable user department after fuel has been delivered to the site by the Contractor. Submittal of these invoices shall not exceed thirty (30) calendar days from the delivery of the items. Under no circumstances shall the invoices be submitted to the County in advance of the delivery and acceptance of the items. The invoices shall 1) clearly reference the corresponding delivery ticket number or packing slip number that was signed by an authorized representative of the County user department at the time the items were delivered and accepted; 2) pricing information to include unit price and extended total price of the goods and services provided and all applicable discounts; 3) description of all goods and services provided; 4) delivery information to' include delivery terms set forth within the Miami- Page 5 of 25 Rev, 11/24109 MIAM-DADE COUNTY FLORIDA Contract No. RFP683 provided. A copy of a sample invoice is provided (Appendix C) hereto for information purposes. it is the policy of Miami -Dade County that payment for all purchases by County agencies shall be made in a timely manner and that interest payments be made on late payments. in accordance with Florida Statutes, Section 218.74 and Section 2 -8.1.4 of the Miami -Dade County Code, the time at which payment shall be due from the County shall be forty -five (45) days from receipt of a proper invoice. The time at which payment shall be due to small businesses shall be thirty (30) days from receipt of a proper invoice. All payments due from the County and not made within the time specified by this section shall bear interest from thirty (30) days after the due date at the rate of one percent (1 %) per month on the unpaid balance. Further, proceedings to resolve disputes for payment of obligations shall be concluded by final written decision of the County Manager, or his or her designee(s), not later that sixty (60) days after the date on which the proper invoice was received by the County. Notwithstanding the forty -five (45) day payment term above, the Contractor has offered and the County has accepted a discounted price if the County pays an invoice within fifteen (15) days from receipt of a proper invoice. The Early Payment Discount Price for such is listed in Appendix B, Price Schedule. invoices and associated back -up documentation shall be submitted electronically or in hardcopy duplicate by the Contractor to the applicable County departments as follows: Aviation Corrections Fire Rescue General Services Adm. Leon Cuellar Mohammed Hag Madaneta 6etancourt Hemen Torres 4331 NW 22 Street 2525 NW 62nd Street 9300 NW 41 Street 111 NW 1� Street Miami, FL 33122 Miami, FL 33147 Doral, FL 33178 Miami, FL 33128 ' 305 - 876 -8498 786- 263 -5914 786- 331.4241 305- 375 -4448 Icuellatemfarni_ hague(a)"amidade.gov mbetan(gmiamidadegov ht8528(g)miamfdade.gov 1 orLCq � Housfng Park and Recreation Police Department Seaport Alex Penaloza Jorge Rodriguez Maria Carrasquillo Phillip Rose 2103 Coral Way 275 NW 2n6 Street 9105 NW 25 St 1015 N. American Way Miami, FL 33128 Miami, FL 33128 Miami, FL 33172 Miami, FL 33132 305. 860 -1776 305- 755 -7909 305 -471 -2597 305- 3474809 aoenaloOrniamidade.gov fvrOmiamidade.yov mtcarrasguitto@mdpd.com seaoortO-miamidade.gov Transit Water and Sewer Vizcaya Laverne Rentz Mercy Ramirez or Anabel Miro 3401 NW 31°, Street Patrice Sykes 3251 South Miami Ave Miami, FL 33142 3071 SW 38°i Avenue Miami, FL 33129 305 - 638 -7224 Miami, FL 33146 305 - 860 -8425 irenizlo�miamidade.aov (786) 552 -8175 mercOmiamidada.gov anabel.mirognvizoavamuse . um•org s ke miamidade. ov The County may at any time designate a different address and/or contact person by giving written notice to the other party. ARTICLE 10. INDEMNIFICATION AND INSURANCE The Contractor shall indemnify and hold harmless the County and its officers, employees, Agents and instrumentalities from any and all liability, losses or damages, including attorneys' fees and costs of defense, which the County or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind. or nature arising out of, relating to or resulting from the performance of Page 6 of 25 Rev. 11124109 M1 e p MiAMi -DADE CQUIVM FLORIDA Contract No. RFP683 proceedings of any kind or nature arising out of, relating to or resulting from the performance of this Agreement by the Contractor or its employees, agents, servants, partners principals or subcontractors. The Contractor shall pay all Bairns and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the County, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attomey's fees which may issue thereon. The Contractor expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the County or its officers, employees, agents and instrumentalities as herein provided. Upon County's notification, the Contractor shall furnish to the Department of Procurement Management, Certificates of insurance that indicate that insurance coverage has beer) obtained, which meets the requirements as outlined below: 1. Worker's Compensation Insurance for all employees of the Contractor as required by Florida Statute 440, 2. Public Liability Insurance on a comprehensive basis in an amount not less than $9,000,000 combined single limit per occurrence for bodily injury and property damage. Miami -Dade County must be shown as an additional insured with respect to this coverage. The mailing address of Miami -Dade County 111 N.W. 1st Street, Suite 1300, Miami, Florida 33128 -1974, as the certificate holder, must appear on the certificate of insurance. 3. Automobile Liability Insurance covering all owned, non - owned, and hired vehicles used in connection with the Services, in an amount not less than *$1,000,000 combined single limit per occurrence for bodily injury and property damage. Policy shall be endorsed to provide Broadened Coverage — Endorsement CA 9948 (or equivalent). "Under no Circumstances is the Contractor permitted on.the County's Airport Airside Operations Area (A.O.A.) side without increasing automotive coverage to $5,000,000. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, .which most nearly reflect the. operation of the Contractor. All.insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida with the following qualifications: The company must be rated no less than "B" as to management, and no less than "Class V" as to financial strength, according to the latest edition of Best's Insurance Guide published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the County Risk Management Division. Na The company must hold a valid Florida Certificate of Authority as shown in the latest "List of Ali Insurance Companies Authorized or Approved to Do Business in Florida ", issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates of insurance must indicate that for any cancellation of coverage before the expiration date, the issuing insurance carrier will endeavor to mail thirty (30) day written advance notice to the certificate holder. In addition, the Contractor hereby agrees not to Page 7 of 25 Rev. 11/24109 MIAMI- -DADS COUNTY FLORIDA Confracf No. RFP683 modify the insurance coverage without thirty (30) days written advance notice to the County. NOTE: MIAMI -DADE COUNTY CONTRACT NUMBER AND TITLE MUST APPEAR ON EACH CERTIFICATE OF INSURANCE. Compliance with the foregoing requirements shall not relieve the Contractor of this liability and obligation under this section or under any other section in this Agreement. Award of this Contract is contingent upon the receipt of the insurance documents, as required, within fifteen (15) calendar days after County notification to Contractor to comply before the award is made. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this Agreement, the Contractor shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected. certificate to the County. If the Contractor fails to submit the required insurance documents in the manner prescribed in this Agreement within twenty (20) calendar days after County notification to comply, the Contractor shall be in default of the contractual terms and conditions and award of the Contract will be rescinded, unless such time frame for submission has been extended by the County: The Contractor shall be responsible for assuring that the insurance certificates required In conjunction with this Section remain in force for the duration of the contractual period, of the Contract, including any and all option years or extension periods that may be granted by the County. If insurance certificates are scheduled to expire during the contractual period the Contractor shall be responsible for submitting new or renewed insurance certificates to the County at a minimum of thirty.(30) calendar days in advance of such expiration. in the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the County shall suspend the Contract until such time as the new or renewed certificates are received by the County in the manner prescribed herein; provided, however, that this suspended period does not exceed thirty (30) calendar days. Thereafter, the County may, at its sole discretion, terminate this contract. ARTICLE 11. MANNER OF PERFORMANCE a) The Contractor shalt provide the. Goods and Services described herein in a competent and professional manner satisfactory to the County in .accordance with the terms and conditions of this Agreement. The County shall be entitled to a satisfactory performance of all Services described herein and to full and prompt cooperation by the Contractor in all aspects of the Services. At the request of the County the Contractor shall promptly remove from the project any Contractor's employee, subcontractor, or any other person performing Services hereunder. The Contractor agrees that such removal of any of its employees does not require the termination or demotion of any employee by the Contractor. b) The Contractor agrees to defend, hold harmless and indemnify the County and shall be liable and responsible for any and all claims, suits, actions, damages and costs (including attorney's fees and court costs) made against the County, occurring on account of, arising, from or in connection with the removal and replacement of any Contractor's personnel performing services hereunder at the behest of the County. Removal and replacement of any Contractor's personnel as used in this Article shall not require the termination and or demotion of such Contractor's personnel. c) The Contractor agrees that at all times it will employ, maintain and assign to the Page 8 of 25 Rev. 11/24109 i MIAMI -DADE COUNTY FLORIDA Contract No. RFP683 performance of the Services a sufficient number of competent and qualified professionals and other personnel to meet the requirements to which reference is hereinafter made. The Contractor agrees to adjust its personnel staffing levels or to replace any its personnel if so directed upon reasonable request from the County, should the County make a determination, in its sole discretion, that said personnel staffing is inappropriate or that any individual is not performing in a manner consistent with the requirements for such a position. d) The Contractor warrants and represents that its personnel have the proper skill, training, background, knowledge, experience, rights, authorizations, integrity, character and licenses as necessary to perform the Services described herein, in a competent and professional manner. e) The Contractor shall at all times cooperate with the County and coordinate its respective work efforts to most effectively and efficiently maintain the progress in performing the Services. f) The Contractor shalt comply with all provisions of all federal, state and local laws, statutes, ordinances, and regulations that are applicable to the performance of this Agreement. ARTICLE 12. EMPLOYEES ARE THE RESPONSIBILITY OF THE CONTRACTOR All employees of the Contractor shall be considered to be, at all times, employees of the Contractor under its sole direction and not employees or agents of the County. The Contractor shall supply competent employees. Miami -Dade County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on County property is not in the best interest of the County. Each. employee shall have and wear proper identification. ARTICLE 13. INDEPENDENT CONTRACTOR RELATIONSHIP The Contractor is, and shall be, in the performance of all provisions of Goods and Services and activities under this Agreement, an independent contractor, and not an employee, agent or servant of the County. All persons engaged in any of the work or services performed pursuant to this ,Agreement shall at all times, and in all places, be subject to the Contractor's sole direction, supervision and control. The Contractor shall exercise control over the means and manner in which it and its employees perform the work; and in aif respects the Contractor's relationship and the relationship of its employees to the County shall be that of an independent contractor and not as employees and 'agents of the County. The Contractor does not have the power or authority to bind the County in any promise, agreement or representation other than specifically provided for in this Agreement. ARTICLE 14. AUTHORITY OF THE COUNTY'S PROJECT MANAGER a) The Contractor hereby acknowledges that the County's Project Manager will determine in the first instance all questions of any nature whatsoever arising out of; under, or in connection with, or in any way related to or on account of, this Agreement including without limitations: questions as to the value, acceptability and fitness of the Services; questions as to either party's fulfillment of its obligations under the Contract; negligence, fraud or misrepresentation before or subsequent to acceptance of the Proposal; Page 9 of 25 Rev. 11!24!09 MIAMI-DADE COUNTY FLORIDA Contract No. RFP663 questions as to the interpretation of the Scope of Services; and claims for damages, compensation and losses. b) The Contractor shall be bound by all determinations or orders and shall promptly obey and follow every order of the Project'Manager, including the withdrawal or modification of any previous order and regardless of whether the Contractor agrees with the Project Manager's determination or order. Where orders are given orally, they will be issued in writing by the Project Manager as soon thereafter as is practicable. G) The Contractor must, in the final instance, seek to resolve every difference concerning the Agreement with the Project Manager. In the event that the Contractor and the Project Manager are unable to resolve their difference, the Contractor may Initiate a dispute in accordance with the procedures set forth in this Article. Exhaustion of these procedures shall be a condition precedent to any lawsuit permitted hereunder. d) in the event of such dispute, the parties to this Agreement authorize the County Manager or designee, who may not be the Project Manager or anyone associated with this Project, acting personally, to decide all questions arising out of, under, or in connection with, or in any way related to or on account of the Agreement (including but not limited to claims in the nature of breach of contract, fraud or misrepresentation arising either before or subsequent to execution hereof) and the decision of each with respect to matters within the County Manager's purvlew as set forth above shall be conclusive, final and binding on parties. Any such dispute shall be brought, if at all, before the County Manager within 10 days of the occurrence, event or act out of which the dispute arises. e) The County Manager may base this decision on such assistance as may be desirable, including advice of experts, but in any event shall base the decision on an independent and objective determination of whether Contractor's performance or any Deliverable meets the requirements of this Agreement and any specifications with respect thereto set forth herein. The effect of any decision shall not be impaired or waived by any negotiations or settlements or offers made in connection with the dispute, whether or not the County Manager participated therein, or by any prior decision of others, which prior decision shall be deemed subject to review, or by any termination or cancellation of the Agreement. All such disputes shall be submitted in writing by the Contractor to the County Manager for a decision, together with all evidence and other pertinent information in regard to such questions, in order that a fair and impartial decision may be made. Whenever. the County Manager is entitled to exercise discretion or judgement or to make a determination or form an opinion pursuant to the provisions of this Article, such action shad be fair and impartial when exercised or taken. The County Manager, as appropriate, shall render a decision in writing and deliver a copy of the same to the Contractor. Except as such remedies may be limited or waived elsewhere in the Agreement, Contractor reserves the right to pursue any remedies available under law after exhausting the provisions of this Article. ARTICLE 15. MUTUAL. OBLIGATIONS a) This Agreement, including attachments and appendixes to the Agreement, shall constitute the entire Agreement between the parties with respect hereto and supersedes all previous communications and representations or agreements, whether written or oral, with respect to the subject matter hereto unless acknowledged in writing by the duly authorized representatives of both parties. Page 10 of 25 Rev. 11/24/09 , MIAMI DADE COUNTY, ;FLORIDA Contract No. RFP683 b) Nothing in this Agreement shall be construed for the benefit, intended or otherwise, of any third party that is not a parent or- subsidiary of a party or otherwise related (by virtue of ownership control or statutory control) to a party. c) In those situations where this Agreement imposes an indemnity obligation on the Contractor, the County may, at its expense, elect to participate in the defense if the County should so choose. Furthermore, the County may at its own expense defend or settle any such claims if the Contractor fails to diligently defend such claims, and thereafter seek indemnity for costs from the Contractor. ARTICLE 18. QUALITY ASSURANCEIQUALITY ASSURANCE RECORD KEEPING The Contractor shall maintain, and shall require that its subcontractors and suppliers maintain, complete and accurate records to substantiate compliance with the requirements set forth in-the Scope of Services. The Contractor and its subcontractors and suppliers, shall retain such records, and all other documents relevant to the Services furnished under this Agreement for a period of three (3) years from the expiration date of this Agreement and any extension thereof. ARTICLE 17. AUDITS The County, or its duly authorized representatives or governmental agencies shall, until the expiration of three (3) years after the expiration of this Agreement and any extension thereof, have access to and the right to examine and reproduce any of the Contractor's books, documents, papers and records and of its subcontractors and suppliers which apply to all matters of the County. Such records shall subsequently conform to Generally Accepted Accounting Principles requirements, as applicable, and shall only address those transactions related to this Agreement Pursuant to County Ordinance No. 03 -2, the Contractor will grant access to the Commission Auditor to ail financial and performance related records, property, and equipment purchased in whole or in part with government funds. The Contractor agrees to maintain an accounting system that provides accounting records that are supported with adequate documentation, and adequate procedures for determining the ailowability and allobability of costs. ARTICLE 18. SUBSTITUTION OF PERSONNEL In the event the Contractor wishes to substitute personnel for the key personnel identified by the Contractor's Proposal, the Contractor must notify the County in writing and request written approval for the substitution at least ten (10) business days prior to effecting such substitution. ARTICLE 19. CONSENT OF THE COUNTY REQUIRED FOR ASSIGNMENT The Contractor shall not assign, transfer, convey or otherwise dispose of this Agreement, including its rights, title or interest in or to the same or any part thereof without the prior written consent of the County. ARTICLE 20. SUBCONTRACTUAL RELATIONS a) If the Contractor will cause any part of this Agreement to be performed by a Subcontractor, the provisions of this Contract will apply to such Subcontractor and its Page 11 of 25 Rev. 11/24/09 3 i MIAMI -DADE COUNTY FLORIDA ConfractNo. RFP683 officers, agents and employees in all respects as if it and they were employees of the Contractor; and the Contractor will not be in any manner thereby discharged from its obligations and liabilities hereunder, but will be liable hereunder for all acts and negligence of the Subcontractor, its officers, agents, and employees, as if they were employees of the Contractor. The services performed by the Subcontractor will be subject to the provisions hereof as if performed directly by the Contractor. b) The Contractor, before making any subcontract for any portion of the services, will state in writing to the County the name of the proposed Subcontractor, the portion of the Services which the Subcontractor is to do, the place of business of such Subcontractor, and such other information as the County may require. The County will have the right to require the Contractor not to award any subcontract to a person, firm or corporation disapproved by the County. C) Before entering into any subcontract hereunder, the Contractor will inform the Subcontractor fully and completely of all provisions and requirements of this Agreement relating either directly or indirectly to the Services to be performed. Such Services performed by such Subcontractor will strictly comply with the requirements of this Contract. d) In order to qualify as a Subcontractor satisfactory to the County, In addition to the other requirements herein provided, the Subcontractor must be prepared to prove to the satisfaction of the County that it has the necessary facilities, skill and experience, and ample financial resources to perform the Services. in a satisfactory manner. To be considered skilled and experienced, the Subcontractor must show to the satisfaction of the County that it has satisfactorily performed services of the same general type which is required to be performed under this Agreement. e) The County shall have the right to withdraw its consent to a subcontract if it appears to the County that the subcontract will delay, prevent, or otherwise impair the performance of the Contractor's obligations under this Agreement. All Subcontractors are required to protect the confidentiality of the County's and County's proprietary and confidential information. Contractor shall furnish to the County copies of all subcontracts between Contractor and Subcontractors and suppliers hereunder. Within . each such subcontract, there shall be a clause for the benefit of the County permitting the County to request completion of performance by the Subcontractor of its obligations under the subcontract, in the event the County finds the Contractor in breach of its obligations, the option to pay the Subcontracto[, directly for the performance by such subcontractor. Notwithstanding, the foregoing shall neither convey nor imply any obligation or liability on. the part of the County to any subcontractor hereunder as more fully described herein. ARTICLE 21. The Contractor understands and agrees that any assumptions,, parameters, projections, estimates and explanations presented by the County were provided to the Contractor for evaluation purposes only. However, since these assumptions, parameters, projections, estimates and explanations represent predictions of future events the County makes no representations or guarantees; and the County shall not be responsible for the accuracy of the assumptions presented; and the County shall not be responsible for conclusions to be drawn therefrom; and any assumptions, parameters, projections, estimates and explanations shall not form. the basis of any claim by the Contractor. The Contractor accepts all risk associated with using this information. Page 12 of 25 Rev. 11/24/09 MIAMI -DADE COUNTY FLORIDA Contract No. RFP683 ARTICLE 22. SEVERABILITY If this Agreement contains any provision found to be unlawful, the same shall be deemed to be of no effect and shall be deemed stricken from this Agreement without affecting the binding force of this Agreement as it shall remain after omitting such provision. ARTICLE 23. TERMINATION AND SUSPENSION OF WORK a) The County may terminate this Agreement if an individual or corporation or other entity attempts to meet its contractual obligation with the. County through fraud, misrepresentation or material misstatement. b) The County may, as a further sanction, terminate or cancel any other contract(s) that such individual or corporation or other entity has with the County and that such individual, corporation or other entity shall be responsible for all direct and indirect costs associated with such termination or cancellation, including attorney's fees. c) The foregoing notwithstanding, any individual, corporation or other entity which attempts to meet its contractual obligations with the County through fraud, misrepresentation or material misstatement may be debarred from County contracting for up to five (5) years In accordance with the County debarment procedures. The Contractor may be subject to debarment for failure to perform and all other reasons set forth in Section 10 -38 of the County Code. In addition to cancellation or termination as otherwise provided in this Agreement, the County may at any time, in Its sole discretion, with or without cause, terminate this Agreement by written notice to the Contractor and in such event: d) The Contractor shall, upon receipt of such notice, unless otherwise directed by the County: I. stop work on the date specified in the notice ( "the Effective Termination Date "); H. take such action as may be necessary for the protection and preservation of the County's materials and property; III. cancel orders; iv, assign to the County and deliver to any location designated by the County any noncahceiabie orders for Deliverables that are not capable of use except in the performance of this Agreement and has been specifically developed for the sole purpose of this Agreement and not incorporated in the Services: v. take no action which will increase the amounts payable by the County under this Agreement; and e) in the event that the County exercises its right to terminate this Agreement pursuant to this Article the Contractor will be compensated as stated in the payment Articles, herein, for the: portion of the Services completed In accordance with the Agreement up to the Effective Termination Date; and Page 13 of 25 Rev. 11/24/09 MIAMI -DADE COUNTY FLORIDA Contract No. RFF883 €€_ noncancelable Deliverables that are not capable of use except in the performance of this Agreement and has been specifically developed for the sole purpose of this Agreement but not incorporated in the Services. f) All compensation pursuant to this Article are subject to audit. ARTICLE 24. EVENT OF DEFAULT a), An Event of Default shall mean a breach of this Agreement by the Contractor. Without limiting the generality of the foregoing and in addition to those instances referred to herein as a breach, an Event of Default, shall include the following: I. the Contractor has not delivered Deliverables on a timely basis.' ii. the Contractor has refused or failed, except in case for which an extension of time is provided, to supply enough properly skilled Staff Personnel; € €€. the Contractor has failed to make prompt payment to subcontractors or suppliers for any Services; iv. the Contractor has become insolvent (other than as interdicted by the bankruptcy laws), or has assigned the proceeds received for the benefit of the Contractor's creditors, or the Contractor has taken advantage of any insolvency statute or debtor /creditor law or if the Contractor's affairs have been puff in the hands of a receiver; v. the Contractor has failed to obtain the approval of the County where required by this Agreement; vi. the Contractor has flailed to provide "adequate assurances" as required under subsection "b" below; vii. the Contractor has failed in the representation of any warranties stated herein. b) When, in the opinion of the County, reasonable grounds for uncertainty exist with respect to the Contractor's ability to perform the Services or any portion thereof, the County may request that the Contractor, within the fimeframe set forth in the County's request, provide adequate assurances to the County, in writing, of the Contractor's ability to perform In accordance with terms of this Agreement. Until the County receives such assurances the County may request an adjustment to the compensation received by the Contractor for portions of the Services which the Contractor has not performed. In the event that the Contractor fails to provide to the County the requested assurances within the prescribed time frame, the County may: €. treat such failure as a repudiation of this Agreement; € €. resort to any remedy for breach provided herein or at taw, including but not limited to, taking over the performance of the Services or any part thereof either by itself or through others. c), in the event the County shall terminate this Agreement for default, the County or its designated representatives, may immediately take possession of all applicable equipment, materials, products, documentation, reports and data. Page 14 of 25 Rev. 11/24103 , , . MIAMI-DADE COUNTY, FLORIDA Contract No. RFP683 ARTICLE 25. NOTICE OF DEFAULT • OPPORTUNITY TO CURE If an Event of Default occurs, in the determination of the County, the County may so notify the Contractor {'Default Notice"), specifying the basis for such default, and advising the Contractor that such default must be cured immediately or this Agreement with the County may be terminated. Notwithstanding, the County may, in its sole discretion, allow the Contractor to rectify the default to the County's reasonable satisfaction within a thirty (30) day period. The County may grant an additional period of such duration as the County shall deem appropriate without waiver of any of the County's rights hereunder, so long as the Contractor has commenced curing such default and is effectuating a cure with diligence and continuity during such thirty (30) day period or any other period which the County prescribes. The default notice shall specify the date the Contractor shall discontinue the Services upon the Termination Date. ARTICLE 26. REMEDIES IN THE EVENT OF DEFAULT If an Event of Default occurs, the Contractor shall be liable for all damages resulting from the default, including but not limited to: a) lost revenues; b) the difference between the cost associated with procuring Services hereunder and the amount actually expended by the County for reprocurement of Services, including procurement and administrative costs; and, C) such other direct damages. The Contractor shall also remain liable for any liabilities and claims related to the Contractor's default. The County may also bring any suit or proceeding for specific performance or for an injunction. ARTICLE 2i. PATENT AND COPYRIGHT INDEMNIFICATION a) The Contractor warrants that all Deliverables furnished hereunder, including but not limited to: equipment . programs, documentation, software, analyses, applications, methods; ways, processes, and the like, do not infringe upon or violate any patent, copyrights, service marks, trade secret, or any other third party proprietary rights. b) The Contractor shall be liable and responsible for any and all claims made against the County for infringement of patents, copyrights, service marks, trade secrets or any other third party proprietary rights, by the use or supplying of any programs, documentation, software, analyses, applications, methods, ways, processes, and the like, in' the course of performance or completion of, or in any way connected with, the Work, or the County's continued use of the Deliverables furnished hereunder. Accordingly, the Contractor at its own expense, including the payment of attorney's fees, shall indemnify, and hold harmless the County and defend any action brought against the County with respect to any claim, demand, cause of action, debt, or liability. c) in the event any Deliverable or anything provided to the County hereunder, or portion thereof is held to constitute an infringement and its use is or may be 'enjoined, the Contractor shall have the obligation to, at the County's option to (1) modify, or require that Page 35 of 25 Rev. 11 /24/08 MMMI -DADS COUNTY FLORIDA Confraaf No. RFP683 the applicable subcontractor or supplier modify, the alleged infringing item(s) at its own expense, without impairing in any respect the functionality or performance of the item(s), or (ii) procure for the County, at the Contractor's expense, the rights provided under this Agreement to use the item(s). d) The Contractor shall be solely responsible for determining and informing the County whether a prospective supplier or subcontractor is a party to any litigation involving patent or copyright infringement, service mark, trademark, violation, or proprietary rights claims or is subject to any injunction which may prohibit it from providing any Deliverable hereunder. The Contractor shall enter into agreements with all suppliers and subcontractors at the Contractor's own risk. The County may reject any Deliverable that it believes to be the subject of any such litigation or injunction, or if, in the County's judgment, use thereof would delay the Work or be unlawful. e) The Contractor shall not infringe any copyright, trademark, service mark, trade secrets, patent rights, or other intellectual property rights in the performance of the Work. ARTICLE 28. CONFIDENTIALITY a) All Developed Works and other materials, data, transactions of all forms, financial information, documentation, inventions, designs and methods obtained from the County in connection with the Services performed under this Agreement, made or developed by the Contractor or its subcontractors in the course of the performance of such Services, or the results of such Services, or'which the County holds the proprietary rights, constitute Confidential Information and may not, without the prior written consent of the County, be used by the Contractor or its employees, agents, subcontractors or suppliers for any purpose other than for the benefit of the County; unless required by law. in addition to the foregoing, all County employee information and County financial information shall be considered confidential, information and shall be subject to all the requirements stated herein. Neither the Contractor nor its employees, agents, subcontractors or suppliers may sell; transfer, publish, disclose, display, license or otherwise make available to others any part of such Confidential Information without the prior written consent of the County. Additionally, the Contractor expressly agrees to be bound by and to defend, indemnify and . hold harmless the County, and their officers and employees from the breach of any federal, state or local law in regard to the privacy of iridividuals. b) The Contractor shall advise each of its employees, agents, subcontractors and suppliers who may be exposed to such Confidential information of their obligation to keep such information confidential and shall promptly advise the County in writing if it learns of any unauthorized use or disclosure of the Confidential Information by any of its employees or agents, or subcontractor's or supplier's employees, present or former. In addition, the Contractor agrees to cooperate fully and provide any assistance necessary to ensure the confidentiality of the Confidential information. C) it is understood and agreed that in the event of a breach of this Article damages may not be an adequate remedy and the County shall be entitted to injunctive relief,to restrain any such breach or threatened breach. Unless otherwise requested by the County, upon the completion of the Services performed 'hereunder, the Contractor shall immediately turn over to the County all such Confidential Information existing in tangible form, and no copies thereof shall be retained by the Contractor or its employees, agents, subcontractors or suppliers without the prior written consent of the County. A certificate Page 16 of 25 Rev. 11/24/09 MIAMi - -DADE COUNTY FLORIDA Contract No. RFP683 evidencing compliance with this provision and signed by an officer of the Contractor shall accompany such materials. ARTICLE 29. PROPRIETARY INFORMATION As a political subdivision of the State of Florida, Miami -Dade County is subject to the stipulations of Florida's Public Records Law. The Contractor acknowledge that all computer software in the County's possession may constitute or contain information or materials which the County has agreed to protect as proprietay information from disclosure or unauthorized use and may also constitute or contain information or materials which the County has developed at its own expense, the disclosure of which could harm the County's proprietary interest therein. During the term of the contract, the Contractor will not use directly or indirectly for itself or for others, or publish or disclose to any third party, or remove from the County's property, any computer programs, data compilations, or other software which the County has developed, has used or is using, is holding for use, or which are otherwise in the possession of the County (hereinafter "Computer Software "). All third -party license agreements must also be honored by the contractors and their employees, except as authorized by the County and, if the Computer Software has been teased or purchased by the County, all hired party license agreements must also be honored by the contractors' employees with the approval of the lessor or Contractors thereof. This includes mainframe, minis, telecommunications, personal computers and any and all information technology software. The Contractor will report to the County any information discovered or which is disclosed to the Contractor which may relate to the improper use, publication, disclosure or removal from the County's property of any information technology software and hardware and will take such steps as are within the Contractor's authority to prevent improper use, disclosure or removal. ARTICLE 30. PROPRIETARY RIGHTS a) The Contractor hereby acknowledges and agrees that the County retains all rights, title and interests in and to all materials, data, documentation and copies thereof furnished by the County to the Contractor hereunder or furnished by the Contractor to the County and /or created by the Contractor for delivery to the County,-even If unfinished or in process, as a result of the Services the Contractor performs in connection with this Agreement, including all copyright and other proprietary rights therein, which the Contractor as well as its employees, agents, subcontractors and suppliers may use only in connection of the performance of Services under this Agreement. The Contractor shall not, without the prior written consent of the County, use such documentation on any other project in which the Contractor or its employees, agents, subcontractors or suppliers are or may become engaged. Submission or distribution by the Contractor to meet official regulatory requirements or for other purposes in connection with the performance of Services under this Agreement shall not be construed. as publication in derogation of the County's copyrights or Other proprietary rights. b) All rights, title and Interest in and to certain inventions, ideas, designs and methods, specifications and other documentation related thereto developed by the Contractor and its subcontractors specifically for the County, hereinafter referred to as "Developed Works" shall become the property of the County. Page 17 of 25 Rev. 11/24/09 MIAMI- DADECOUidTY, FLORIDA Contract No. RF!'883 c) Accordingly, neither the Contractor nor its employees, agents, subcontractors or suppliers shall have any proprietary interest in such Developed Works. The Developed Works may not be utilized; reproduced or distributed by or on behalf of the Contractor, or any employee, agent, subcontractor or supplier thereof, without the prior written consent of the County, except as required for the Contractor's performance hereunder. d) Except as otherwise provided in subsections a, b, and c above, or elsewhere herein, the Contractor and its subcontractors and suppliers hereunder shall retain all proprietary rights in and to all Licensed Software provided hereunder, that have not been customized to satisfy the performance Criteria set forth in the Scope of Services. Notwithstanding the foregoing, the Contractor hereby grants, and shall require that its subcontractors and suppliers grant, if the County so desires, a perpetual, irrevocable and unrestricted right and license to use, duplicate, disclose and /or permit any other person(s) or entity(ies) to use all such Licensed Software and the associated specifications, technical data and other Documentation for the operations of the County or entities controlling, controlled by, under common control with, or affiliated with the County, or organizations which may hereafter be formed by or become affiliated with the County. Such license specifically includes, but is not limited to, the right of the County to use and/or disclose, in whole or in part, the technical documentation and Licensed Software, including source code provided hereunder, to any person or entity outside the County for such person's or entity's use in furnishing any and/or all of the Deliverables provided hereunder exclusively for the County or entities controlling, controlled by, under common control with, or affiliated with the County, or organizations which may hereafter be formed by or become affiliated with the County. No such License Software, specifications, data, documentation or related information shall be.deemed to have been given in confidence and any statement or legend to the contrary shall be void and of no effect. ARTICLE 31. VENDOR REGISTRATION AND FORMS /CONFLICT OF INTEREST a) Vendor Registration The Contractor shall be a registered vendor with the County — Department of Procurement Management, for the duration of this Agreement. In becoming a Registered Vendor with Miami - Dade County, the Contractor Confirms its knowledge of and commitment to comply with the following- 1. Miami -Dade County ownership Disclosure Affidavit (Section 2-8.1 of the County Code) 2. Miami-Dade County Employment Disclosure Afffdavlt (Section 28- 1(d)(2) ofthe County Code) 3. Miami -Dade Employment Drug -free Workplace certification (Section 2- 8.1.2(b) of the County Code) 4. Miami -Dade Disability and Nondiscrimination Affidavit (Section 2 -6.1.5 of the County Code) S. Mlami -Dade Comty Debarment Discosura Affidavit (Section 10.38 of the County Code) 6. Miami -Dade County vendor obligation to County Affidavit (Section 2.8.1 of the County Code) (Section 2- 6.1(() and 2- 11(b)(t) of the County code through (6) and (9) of the County Code and Section 2- 11.1(c) of the County Code) S. Miami -Dade County Family Leave Affidavit (Arffcle V of Chapter 11 of the County Code) 9. Miami -Dade County Living Wage A117davlt (Section ".9 of the County Code) 10, MimuWade County Domestic Leave and Reportfng Affidavit (Article 8, Section 11A-60 11A -67 offhe County Code) 11. Subcontracting Practices (Ordinance 97 -35) 12. Subcontractor /Supplier Listing (Section 2 -8.8 of the County Code) 7. Miami -Dade County Code of Business EtbicsAffidevit 13, Envimnmentaify Acceptable Packaging Page 18 of 25 Rev. 11/24/09 MIAMI -DADE COUNTY FLORIDA Contract No. RFP683 (Resolution R- 736 -92) 14. W -9 and 8109 Forms (as required by the Internal Revenue Service) 15. FEIN Number or Social Security Number in order to establish a file, the Contractors Federal Employer Idenfifioation Number (FEIN) must be provided. If no FEIN exists, the Social Security Number of the owner or individual must be provided. This number becomes Contras ors "County Vendor Number'. To comply with Suellen 119.071(5) of the Florida Statutes relating to the collection of an individuai's Social Security Number, be aware that the County requests the Social Security Number for the following purposes: • idemification of individual account records • To make payments to individual /Contractor for goods and services provided to Miami -Dade County • Tax reporting purposes • To provide a unique identifier in the vendor database that may be used for searching and sorting departmental records 16. Office of the Inspector General . (Section 2 -1076 of the County Code) 17. small Business Enterprises The County endeavors to obtain the participation of all small business enterprises pursuant to Sections 2-8.2, 2-8.2.3 and 2 -5.2.4 of the County Code and Title 49 of the Code of Federal Regulations. 1& AntiGUStLaws By acceptance of any contract, the Contractor agrees to comply with all antitrust laws of the United States and the State of Florida. b) Conflict of interest Section 2- 11.1(d) of Miami -Dade County Code as amended by Ordinance 00-1, requires any county employee or any member of the employee's immediate family who has a controlling financial interest, direct or indirect, with Miami -Dade County or any person or agency acting for Miami -Dade County from competing or applying for any such contract as it pertains to this solicitation, must first request a conflict of interest opinion from the County's Ethic Commission prior to their or their immediate family member's entering into any contract or transacting any business through a firm, corporation, partnership or business entity in which the employee or any member of the employee's immediate. family has a controlling financial interest, direct or indirect, with Miami -Dade County or any person or agency acting for Miami -Dade County and that any such contract, agreement or business engagement entered in violation of this subsection, as amended, shall render this Agreement voidable. For additional information, please contact the Ethics Commission hotline at (305) 579 -2593. ARTICLE 32. INSPECTOR GENERAL REVIEWS independent Private Sector Inspector General Revilews Pursuant to Miami -Dade County Administrative Order 3 -20, the County has the right to retain the services of an independent Private 'Sector Inspector General (hereinafter "IPSIG "), whenever'the County deems it appropriate to do so. Upon written notice from the County, the Contractor shall make available to the IPSIG retained by the County, all requested records and documentation pertaining to this Agreement for inspection and reproduction. The County shall be responsible for the payment of these IPSIG services, and under no circumstance shall the Contractor's prices and any changes thereto approved by the County, be inclusive of any charges relating to these IPSIG services. The terms of this provision herein, apply to the Contractor, its officers, agents, employees, subcontractors and assignees. Nothing contained in this provision shall Impair any independent right of the County to conduct an audit or investigate the operations, activities and performance of the Contractor in connection with this Agreement. The terms of this Article shall not impose any liability on the County by the Contractor or any third party. Miami -Dade Countv inspector General Review According to Section 2 -1076 of the Code of Miami -Dade County, as amended by Ordinance No. 99 -63, Miami -Dade County has established the Office of the Inspector General which may, on a random basis, perform audits on all County contracts, throughout the duration of said contracts, except as otherwise provided below. The cost of the audit for this Contract shall be one quarter Page 19 of 25 Rev. 11/24/09 MIAMI -DADE COUNTY. FLORIDA Contract No. RFP663 (1/4) of one (1) percent of the total contract amount which cost shall be included in the total contract amount. The audit cost will be deducted by the County from progress payments to the Contractor. The audit cost shall also be included in all change orders and all contract renewals and extensions. Exception: The above application of one quarter (114) of one percent fee assessment shall not apply to the following contracts: (a) IPSIG contracts; (b) contracts for legal services; (c) contracts for financial advisory services; (d) auditing contracts; (a) facility rentals and lease agreements; (f) concessions and other rental agreements; (g) insurance contracts; (h) revenue - generating contracts; (l) contracts where an IPSIG is assigned at the time the contract is approved by the Commission; (j) professional service agreements under $1,000; (k) management agreements; (1) small purchase orders as defined in Miami -Dade County Administrative Order 3 -2; (m) federal, state and local government- funded grants; and (n) interiocal agreements. Notwithstanding the foregoing, the Miami -Dade County Board of County Commissioners may authorize the inclusion of the fee assessment of one quarter (914) of one percent in any exempted contract at the time of award.' Nothing contained above shall in any way limit the powers of the Inspector General to perform audits on all County contracts including, but not limited to, those contracts specifically exempted above. The Miami -Dade County Inspector General is authorized and empowered, to review past, present and proposed County and Public Health Trust contracts, transactions, accounts, records and programs. in addition, the Inspector General has the power to subpoena witnesses, administer oaths, require the production of records and monitor existing projects and programs. Monitoring of an existing project or program may include a report concerning whether the project Is on time, within budget and in conformance with plans, specifications and applicable law. The Inspector General is empowered to analyze the necessity of and reasonableness of proposed change orders to the Contract. The Inspector General is empowered to retain the services of independent private sector Inspectors general (IPSIG) to audit, investigate, monitor, oversee, inspect and review operations, activities, performance and procurement process, including but not limited to project design, specifications, proposal submittals, activities of the Contractor, its officers, agents and employees, lobbyists, County staff and elected officials to ensure compliance with contract specifications and to detect fraud and corruption. Upon written notice to the Contractor from the Inspector General or IPSIG retained by the Inspector General, the Contractor shall make all requested records and documents available to the Inspector General or IPSIG for inspection and copying. The Inspector General and IPSIG shall have the right to inspect and copy all documents and records in the Contractor's possession, custody or control which, in the inspector General's or IPSiG's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files, change order estimate files, worksheets, proposals and agreements form and which successful and unsuccessful subcontractors and suppliers, all project - related correspondence, memoranda, instructions, financial documents, construction documents, proposal and contract documents, back - charge documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records, and supporting documentation for the aforesaid documents and records. ARTICLE 33. LOCAL STATE AND FEDERAL COMPLIANCE REQUIREMENTS Contractor agrees to comply, subject to applicable professional standards, with the provisions of any and all applicable Federal, State and the County orders, statutes, ordinances, rules and regulations which may pertain to the Services required under this Agreement, including but not limited to: Page 20 of 26 Rev. 11/24/09 MIAMI -DADE COUNTY FLORIDA. Contract No, RFP683 a) Equal Employment Opportunity (EEO), in compliance with Executive Order 11246 as amended and applicable to this Contract. b) Miami -Dade County Florida, Department of Small Business Development Participation Provisions, as applicable to this Contract. c) Environmental Protection Agency (EPA), as applicable to this Contract. d) Miami -Dade County Code, Chapter IIA, Article 3. Ail contractors and subcontractors performing work in connection with this Contract shaft provide equal opportunity for employment because of race, religion, color, age, sex, national origin, sexual preference, disability or marital status. The aforesaid provision shall include, but not be limited to, the following; employment, upgrading, demotion or transfer, recruitment' advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor, agrees to post in conspicuous place available for employees and applicants for employment, such notices as may be required by the Dade County Fair Housing'and Employment Commission, or other authority having jurisdiction over the work setting forth the provisions of the nondiscrimination law. e) "Conflicts of interest" Section 2 -11 of the County Code, and Ordinance 01 -199. f) Miami -Dade County Code Section 10 -38 "Debarment". g) Miami -Dade County Ordinance 99 -5, codified at 11A 60 et. seq. of Miami -Dade Code pertaining to complying with the County's Domestic Leave Ordinance. h) Miami -Dade County Ordinance 99 -152, prohibiting the presentation, maintenance, or prosecution of false or fraudulent claims against Miami -Dade County. Notwithstanding any other provision of this Agreement, Contractor shall not be required pursuant to this Agreement to take any action or abstain from taking any action if such action or abstention would, in the good faith determination of the Contractor, constitute a violation of any law or regulation to which Contractor is subject, including but not limited to laws and regulations requiring that Contractor conduct its operations in a safe and sound manner. ARTICLE 34. NONDISCRIMINATION During the performance of this Contract, Contractor agrees to: not discriminate against any employee or applicant for employment because of race, religion, color, sex, handicap, marital status, age or national origin, and will take affirmative action to ensure that they are afforded equal employment opportunities without discrimination. Such action shall be taken with reference to, but not limited to: recruitment, employment, termination, rates of pay or other forms of compensation, and selection for training or retraining, including apprenticeship and on the job training. By entering into this Contract with the County, the Contractor attests that it is not in violation of the Americans with Disabilities Act of 1990 (and related Acts) or Miami -Dade County Resolution No. R- 385 -95. If the Contractor or any owner, subsidiary or other firm affiliated with or related to the Contractor is found by the responsible enforcement agency or the County to be in violation of the Act or the Resolution, such violation shall render this Contract void. This Contract shall be void if the Contractor submits a false affidavit pursuant to this Resolution or the Contractor violates the Act or the Resolution during the term of this Contract, even if the Page 21 of 25 Rev. 11/24/09 MIAMI- -DARE COUNTY FLORIDA Contract No. RFP883 Contractor was not in violation at the time it submitted its affidavit. ARTICLE 35: CONFLICT OF INTEREST The Contractor represents that: a) No officer, director, employee, agent, or other consultant of the County or a member of the immediate family or household of the aforesaid has directly or indirectly received or been promised any form of benefit, payment or compensation, whether tangible or intangible, in connection with the grant of this Agreement. b) There are no undisclosed persons or entities interested with the Contractor in this Agreement. This Agreement is entered into by the Contractor without any connection with any other entity or person making a proposal for the same purpose, and without collusion, fraud or conflict of interest. No elected or appointed officer or official, director,. employee, agent or other consultant of the County, or of the State of Florida (including elected and appointed members of the legislative and executive branches of government), or a member of the immediate family or household of any of the aforesaid: i) is interested on behalf of or through the Contractor directly or indirectly in any manner whatsoever in the execution or the performance of this Agreement, or in the services, supplies or work, to which this Agreement relates or in any portion of the revenues; or ii) is an.emptcyee, agent, advisor, or consultant to the Contractor or to the best of the Contractor's knowledge any subcontractor or supplier to the Contractor. C) Neither the Contractor nor any officer, director, employee, agency, parent, subsidiary, or affiliate of the Contractor shall have an Interest which is in conflict with the Contractor's faithful performance of its obligation under this Agreement; provided that the County, In its sole discretion, may consent in writing to such a relationship, provided the Contractor provides the County with a written notice, in advance, which identifies all the individuals and entities involved and sets, forth in detail the nature of the relationship and why it is in the County's best interest to consent to such relationship. d) The provisions of this Article are supplemental to, not in lieu of, all applicable laws with respect to conflict of interest. in the event there is a difference between the standards applicable under this Agreement and those provided by statute, the stricter'standard shall apply. e) In the event Contractor has no prior knowledge of a conflict of interest as set forth above and acquires information which may Indicate that there may be an actual or apparent violation of any of the above, Contractor shall promptly bring such information to the attention of the County's Project Manager. Contractor shall thereafter cooperate with the County's review and investigation of such information, and comply with the instructions Contractor receives from the Project Manager in regard to remedying the situation. ARTICLE 36. PRESS RELEASE OR OIHER PUBLIC COMMUNICATION Under no circumstances shall the Contractor without the express written consent of the County: a) Issue or permit to be issued any press release, advertisement or literature of any kind which refers to the County, or the Work being performed hereunder, unless the Page 22 of 25 Rev. 11(24109 MIAMI -DADS COUNTY FLORIDA Contract No. RFP683 Contractor.first obtains the written approval of the County. Such approval may be withheld if for any reason the County believes that the publication of such information would be harmful to the public interest or is in any way undesirable; and b} Communicate in any way with any contractor, department, board, agency, commission or other organization or any person whether governmental or private in connection with the Services to be performed hereunder except upon prior written approval and instruction of the County; and c} Except as may be required by law, the Contractor and its employees, agents, subcontractors and suppliers will not represent, directly or indirectly, that any product or service provided by the Contractor or such parties has been approved or endorsed by the County. ARTICLE 37. BANKRUPTCY The County reserves the right to terminate this contract, if, during the term of any contract the Contractor has with the County, the Contractor becomes involved as a debtor in a bankruptcy proceeding, or becomes involved in a reorganization, dissolution, or liquidation proceeding, or if a trustee or receiver is appointed over all or a substantial portion of the property of the Contractor under federal bankruptcy law or any state insolvency law. ARTICLE 38. GOVERNING LAW This' Contract, including appendices, and all matters relating to this Contract (whether in contract, statute, tort (such as negligence), or otherwise) shall be governed by, and construed in accordance with, the laws of the State of Florida. Venue shall be Miami -Dade County. ARTICLE 39. CONTRACTOR LIABILITY The Contractor shall be solely responsible for all injuries to any and all persons (including- death) or damage to property, including but not limited to, property of Miami -Dade County, occurring.on account of or in connection with the furnishing and delivering of the petroleum product hereunder. The Contractor shall indemnify and save harmless Miami -Dade County from any and all loss and liability upon any and all claims for damages on account of such injuries to persons (including death) or damage to property or on account of any neglect, fault or default of. the Contractor, its subcontractors, Miami -Dade County or their respective agents, servants or . employees and from all costs and expenses in suits which may be brought against Miami -Dade County on account of any such injuries to persons, (including death) or damage to property or on account of any such neglect, fault and default as aforesaid. The Contractor shall be solely responsible and liable for, and shall fully protect and indemnify Miami -Dade County against any and all claims for injuries to persons (including death) or damage to property occasioned by or resulting from methods or processes in the furnishing and delivering of the petroleum product, or otherwise and irrespective of the actual cause of the accident and irrespective whether such injuries or damages be attributable to negligence of the Contractor, its subcontractors, Miami - Dade County, their respective agents, servants, employees, or otherwise. If compensation for any such injury to person or damage to property shall be included in any judgment or award in any action or proceeding, the Contractor shall upon demand promptly reimburse Miami -Dade County for any payments made by Miami -Dade County on account thereof. Page 23 of 26 Rev. 11 /24/09 MIAMI -DADE COUNTY FLORIDA Contract No. RFP663 ARTICLE 40. COUNTY USER ACCESS PROGRAM (UAP) a) User Access Fee Pursuant to Miami -Dade County Budget Ordinance No. 03 -192, this Contract is subject to a user access fee under the County User Access Program (UAP) in the amount of two percent (2 %). All sales resulting from this Contract, or any contract resulting from the solicitation referenced on the first page of this Contract and the utilization of the County Contract price and the terms and conditions identified herein, are subject to the two percent (2 %) UAP. This fee applies to all Contract usage whether by County Departments or by any other governmental, quasi-governmental or not - for - profit entity. The Contractor providing goods or services under this Contract shall invoice the Contract price and shall accept as payment thereof the Contract price less the 2% UAP as full and complete payment for the goods and /or services specified on the invoice. The County shall retain the 2% UAP for use by the County to help defray the cost of the procurement program. Contractor participation in this invoice reduction portion of the UAP is mandatory. b) Joint Purchase Only those entities that have been approved by the County for participation in the County's Joint . Purchase and Entity Revenue Sharing Agreement are eligible to utilize or receive County Contract pricing and terms and conditions. The County will provide to approved entities a UAP Participant Validation Number. The Contractor must obtain the participation number from the entity prior to filling any order placed pursuant to this Section. Contractor participation in this joint purchase portion of the UAP, however, is voluntary. The Contractor shall notify the ordering entity, in writing, within 3 work days of receipt of an order, of a decision to decline the order. For all ordering entities located outside the geographical boundaries of Miami -Dade County, the Contractor shall be entitled to ship goods on an 'FOB Destination, Prepaid and Charged Back" basis. This allowance shall only be made when expressly authorized by a representative of the ordering entity prior to shipping the goods. The County shall have no liability to the Contractor for the cost of any purchase made by an ordering entity under the Wand shall not be deemed to be a party thereto. All orders shall be placed directly by the ordering entity with the Contractor and shall be paid by the ordering entity less the 2% UAP. c) Contractor Compliance If a Contractor faits to comply with this Article, that Contractor may be considered in default by the County in accordance with Article 24 of this Contract. ARTICLE 41. SURVIVAL The parties acknowledge that any of the obligations in this Agreement will survive the term, termination and cancellation hereof. Accordingly, the respective obligations of the Contractor and the County under this Agreement, which by nature would continue beyond the termination, cancellation or expiration thereof, shalt survive termination, cancellation or expiration hereof. Page 24 of 25 Rev. 11/24/09 MIAMI- DADECOUNTY FLORIDA Contract No. RFP6Q IN WITNESS WHEREOF, the parties have executed this Agreement effective as of the contract date herein above set forth. Contractor By: Name: 8^r u o Jib Title: Date: Attes Corporate Seal/Notary Seal �ppYP���i William P. Putnam ?,° 'ry,p� ��,�.o�CAMMISS'ON�DD749318 FXppm JUN. 22,2012 MM.AARONNOTARYM Miami -Dade County By:t/�/� Date: Attest: Clerk of the Board Approved as to form and legal sufficiency Assis Cou Attorney Page 25 of 25 Rev. 11/24/09 i Miami-D_ade County Florida Contract No. RFP683 AppendixA SCOPE OF SERVICES 1. Background Miami -Dade County uses approximately 30 million gallons of fuel (see fuel types defined in Section 2.5) each year. The fuel is distributed to eleven County departments through numerous storage tank facilities located throughout Miami -Dade County (see Attachment A). The intent of this Contract is for the County to obtain adequate fuel to meet its requirements under normal conditions and during emergency conditions that may disrupt the availability of fuel. The Contractor shall maintain an agreement with a terminal operator that is satisfactory to the County and that guarantees a supply of fuel to the County. The Contractor shall renew any such agreement at least ninety (90) days prior to its expiration date, and provide a duty signed and authorized copy of the renewed agreement to the County within ten (10) days of executing said renewal agreement. 2. Fuel Delivery Services by Local Haulers . The County prefers that the Contractor's fuel haulers which will provide fuel deliveries for this Contract are local businesses (located within Miami -Dade County or Broward County). The Contractor may use it's own resources, or use subcontractors, to provide the fuel deliveries. 3. Fuel Volumes While this Contract is non- exciubive, the County intends to utilize the Contractor to purchase fuel to meet the County's needs. The following are quantities of fuel purchased by the County in 2008: A. E10 Gasoline Fuel: 9.5 million gallons B. . Ultra Low Sulfur Diesel Fuel, No. 2: 17.2 million gallons C. Ultra Low Sulfur Diesel Fuel, No. 2 (Dyed): 3 million gallons 4. Standards All fuel shall conform to the latest standards pursuant to the Florida State Department of Agriculture and Consumer Services Division. For fuel with no current standards under the Florida State .Department of Agriculture and Consumer Services, the fuel type shall meet all ASTM International standards. Bio- diesel fuel shall conform to all ASTM International standards and any future amendments thereto. The Contractor shali comply with product and transportation requirements, regulatory mandates, and environmental standards established by the Florida Department of Transportation (FDOT) and the U.S. Environmental Protection Agency (EPA). 5. Fuel nines and Grades Required The types of fuel that the County anticipates purchasing are listed below. However, the County reserves the right, at its sole discretion, to change this list by either the deletion or addition of fuel types as may become necessary for the County's needs. When a class, type, or category of fuel is to be added, the County shall provide the specifications for the fuel to the Contractor no less than fifteen (15) days in advance of the first request for such fuel. 1. E10 Gasoline, Regular (to test no less than 87 -octane) 2, E10 Gasoline, Mid -Grade (to test no less than 89 octane) 3. E10 Gasoline, Premium (to test no less than 91 octane) 4. Diesel Fuel No. 2 Red -Dyed Miami-.Dade County Florida Contract No. RFP683 Append&A 5, Diesel Fuel No. 2 Non -Dyed 6. Bio- diesel Fuel (The County will require a 5% or greater bio- diesel mix in the future.) 6. Pricin The price for E10 Gasoline shall be based on the price of gasoline, a Differential from the applicable daily Platts mean price, one day prior to the date of delivery, for the Gulf Coast Waterborne region, plus the price of ethanol; a Differential from the applicable daily Platts mean price, one day prior to the date of delivery, for the New York Harbor Barge region. The price for diesel shall be based on a Differential from the applicable daily Platts mean price, one day prior to the date of delivery, for the Gulf Coast Waterborne region. The pricing shall be based upon units of one gallon. Pricing for Saturday, Sunday and Monday shall be based on Friday's Platts mean price plus applicable Differential. The Contractor shall provide. the Oounty written notice.of any changes within a reasonable time of all available Federal or State credits and discounts available on all fuel types being purchased herein. The Contractor shall apply all applicable credits and discounts to the price charged to the County, and identify and reflect the discount on the applicable invoices. Fuel •Delivery Services . A. The Contractor shall make deliveries within twenty -four (24) hours of the order or as directed by . the County. All deliveries shall be made in accordance with good commercial practice, and within the specified operating hours of the applicable facilities, including fuel deliveries on Saturday and Sunday. In cases where the delivery will be delayed due to force majeure, strikes, or other causes beyond the control of the Contractor, the Contractor shall notify the County`s authorized representative (at the applicable facility) of the delays, in advance of the delivery time, so that a revised delivery schedule can be arranged with the County's authorized representative at the applicable facility. B. The Contractor shall provide reliable fuel delivery by using transport truck (fuel amounts in excess of 5,000 gallons) and tank wagon (fuel amounts of 5,000 gallons or less) deliveries. The County anticipates that the majority of its fuel orders shall be delivered using transport truck deliveries. All tank wagon trucks shall be outfitted with the appropriate meters and measuring equipment for fuel delivery.. Transport truck deliveries shall be accompanied by the Bill of Lading from the fuel terminal. C. All fuels loaded for deliveries shall be temperature adjusted to 60° F or in accordance with the latest edition of the ASTM International applicable standards for Petroleum Measurement Tables. The Contractor shall invoice based on the net gallons of fuel delivered after temperature compensation. The County reserves the right to reconcile any deviation of fuel delivered by using the County's electronic tank gauging system (e.g., Veeder Root). D. All fuel shall be delivered F.O.B. destination td'the locations provided in Attachment A. Fuel delivery cost shall •include all costs of transporting, delivery, and unloading to the locations provided. An authorized County representative must accept fuel deliveries and sign the delivery ticket. A copy of the signed delivery ticket shall be submitted with the invoice. F. The Contractor may be required to deliver a split load of transport truck delivery to two County facilities, at no additional cost to the County. & Truck Certification Fuel delivery shall be in trucks equipped with a seated State of Florida approved and inspected meter or that have State of Florida Department of Agriculture and Consumer Services sealed, calibrated, and certified compartment tank volume markers for the petroleum product being delivered. 9. Addition or, Deletion of Facilities The County, at its sole discretion, may add or delete facilities or service for any facility. When the need arises, the County will add or delete facilities to the master list (Attachment A) and notify the Contractor in writing. 10. Emergency Contingency Plan . The Contractor shall, at all times, have an Emergency Contingency Plan that guarantees the County a continuous supply of fuel before, during, and after an emergency, as determined solely by the County. During emergencies the .County has historically experienced an increase in Its normal fuel purchases of about 40 %- 60% for a period of time depending on the nature of the emergency. The Contractor shall provide the fuel at existing contract prices. if the need arises, the County will reimburse the Contractor for fuel delivered from ports or terminals other than Port Everglades, with prior written approval from the County, in accordance with Appendix B, Price Schedule. 11. Fuel Spills A. The Contractor shall be fully responsible for any and all actions of their employee's, including those that require abatement or clean up as result of an "Improper" delivery. The Contractor shall have. and shall maintain those types and quantifies of materials necessary to contain a fuel spill. B. The Contractor shall promptly and thoroughly cleanup all fuel spills, pursuant to federal, state, and local regulations and shall pay for any environmental remediation and any agency fines or fees that result from the fuel spill. C. Discovery or occurrence of a fuel spill, on overfill, excess water in the tank, suspected contamination of surrounding area, suspected tank failure, or any indication of chemical release shall be immediately reported by the Contractor to the County. When the event is directly or indirectly the result of the Contractor's actions, the Contractor shall also effect containment and initiate cleanup immediately. 12. Accident Prevention and Barricades The Contractor shall exercise precautions at all times for the protection of persons and property. The Contractor during the provision of services shall conform to all relevant Federal, State and County regulations. Any fines levied by the above - mentioned authorities for failure to comply with these requirements shall be borne solely by the Contractor. The Contractor shall provide barricades when fuel delivery is performed in areas traversed by persons, or when deemed necessary by an authorized County representative. 13. Compliance with Federal Standards The handling and delivery of ail fuel during the provision of services shall be in accordance with all governmental standards, to include, but not be limited to,, those issued by the Occupational Safety and Health Administration (OSHA), the National Institute of Occupational Safety Hazards (NIOSH), the National Fire Protection Association (NFPA), and the EPA. Miami Dade County, Florida Contract No. RFP683 Appendix A 14. Compliance with the Florida Occupational Safety and Health Act The Contractor shall comply with all requirements of Chapter 442 of the Florida Statutes regarding Material Safety Data Sheets (MSDS). 15. Alternative Fuels Considering the dynamic nature of fuel technology and the growing demand for alternative fuels, the County reserves the right to add any alternative fuel to the fuel types required. When such a need arises, the County shall contact the Contractor to find out whether the Contractor has the ability to provide or obtain the alternative fuel. The County shall provide the Contractor with information on the fuel type, the technical specifications of the fuel, the acceptable operating parameters, the estimated quantities, delivery requirements, and any other relevant information available. The Contractor shall submit a written price offer for the supply of the alternative fuel for the County's review and approval. The County has the right not to accept the'Contractor's price offer on the alternative fuel and to purchase the alternative fuel elsewhere. 16. Reporting Requirements The Contractor shall submit to the County a Fuel Purchasing Report on a monthly basis. The Fuel Purchasing Report shall Include fuel volume totals by fuel type for each department by delivery address. The report shall . also include a "Grand Total' fuel volume for all County departments for each fuel type. The required fields are the following: • Reporting Period (specify month) • Department Delivery Address a Delivery Volume (do not round off reported volume amounts, allow volumes to be reported up to as many decimal places as needed) Subtotal Volume (per fuel type for each department) Grand Total Volume (per fuel type for all departments) Note regarding fuel types: report must specify the ethanol and biodiesel blend being delivered The Fuel Purchasing Report shall be sent in electronic format (Excel format preferred, sample available upon request) via email to: Susannah Troner, Office of Sustainability (trones miamidade.gov) and Derek Bradchulis, Department of Environmental Resources Management (BradcDgmiamidade oov). Miamid)arre county Contract No. RFP 6 83 Appendix B Price Schedule A. PRICE The °Differential Per Gallon" for Net 45 Day payment is listed below, in accordance with Appendix A, Scope of Services for providing the fuel types and services including delivery of fuel, excluding the "Emergency. Fuel Delivery" fees which are provided for in item "C" below. The pricing is stated as a fixed price which includes all supplies and any and all other expenses to be paid for these services under the Contract. Fuel Types E10 Gasoline, Regular E10 Gasoline, Mid -Range E10 Gasoline, Premium ULS Diesel, No. 2 (non -dyed, B -5 Bio- diesel (non -dyed) ULS Diesel, No. 2 (red -dyed) Differential Per Gallon Ethanol 170 Miami-Dade Cmnty Confracf No. RFP 683 B. EARLY PAYMENT DISCOUNT PRICE The Early Payment Discount Price, pursuant to Article 9, is as follows: The "Differential Per Gallon" for Net 15 Day payment is listed below, in accordance with Appendix A, Scope of Services for providing the fuel types and services including delivery of fuel, excluding the "Emergency Fuel Delivery' fees which are provided for in item °C" below. The pricing is stated as a fixed price which includes all supplies and any and all other expenses to be paid for these services under the Contract C. EMERGENCY FUEL DELIVERY In accordance with Appendix A, Scope of Services, Item 10, entitled Emergency Contingency Plan, the cost for fuel delivered from ports or terminals other than Port Everglades will be reimbursed by the County at the actual market freight rate with'no mark -up by the Contractor. The fuel delivery rate shall be capped at $900.00 per delivery. 91amt -Dade Coun Contract No. )21:P663 Notes: 1. All purchases under this Contract is subject to the County's User Access Program as specified in Article 40 of the Contract. 2. According to Section 2 -1076 of the Code of Miami -Dade County, as amended by Ordinance No.. 99 -63, Miami -Dade County has established the Office of the Inspector General which may, on a random basis, perform audits on all County contracts, throughout the duration of said contracts, except as otherwise indicated. The cost of the audit, if applicable, shall be one quarter (114) of one (1) percent of the total contract amount and the cost shall be included in any proposed price. 3. All out -of- pocket expenses, including employee travel, per diem, and miscellaneous costs and fees, are included in the Contractor's price, as the County shall not reimburse them separately. 4. All prices are quoted E.O.B. Destination, freight allowed. All fuel shall remain property of the Contractor until accepted and signed fog by an authorized County representative. 5. Back ordered fuel shall not be invoiced until such backorders are delivered and accepted by an authorized County representative. 6. Miami -Dade County is exempt from all sales and excise taxes (Federal, State, and Local). Tax Exemption. Certificate . furnished upon request. 7. The "Differential Per Gallon" shall be fixed for the initial term of the contract and for any option or extension periods. i SHIP TO: SAMPLE INVOICE Appendix C INVOICE #: INVOICE DATE: REMIT TO: FEIN: BILL TO: ACCOUNT# Order # PO # DIESELIGASOUNE UNIT UNIT COST PLAITS DAILY PRICING $2.00 DIFFERENTIAL (PER GALLON) 0.3554 TOTAL PRICE PER GALLON $2.3554 GALLONS SUPPLIED 7000 16,487.80 TOTAL FUEL COST $ 16,487.80 TAXES & FEES MIAMI•DADE USER ACCESS FEE (2% OF TOTAL FUEL COST X GALLONS) 329.76 MIAMI -DADE INSP. GEN. FEE (25% OF OF TOTAL FUEL COST X GALLONS) 41,22 MIAMI -DADE CO GAS TAX 0- 16000D 1,120.00 i FED EXC LUST GOVT TA 01001000 7.00 FIL INSPECTION FEE 0.001250 8.75 FL MTR FUEL TAX 0.149000 1,043.00 FL POLLUTION TAX 0.020714 145.00. FED ENV REC FEE 8.31 TOTAL TAXES & FEES $ 2,703.03 INVOICE TOTAL $19,190.83 TOTAL FUEL COST + TAXES & FEES t f i Contract No. RFP683 Attachment: A FUEL TANKS — CAPACITIES AND LOCATIONS Aviation Department- Gasoline and Diesel Fuel 1 14410 NW 44TH ST 10000 ABOVEGROUND Unleaded Gas 14410 NW447HST 5200 ABOVEGROUND Vehicular Diesel 28700 SW 2I77H AVE 4000 ABOVEGROUND Vehicular Diesel SW OF SW 127TH TST & SW 1457" AVE 4000 ABOVEGROUND Unleaded Gas CONCOURSE E F'UELINNG- MIA INTL ARPT 12000 UNDERGROUND Unleaded Gas CONCOURSE EFUELING -MIA INTL ARFT 12000 UNDERGROUND Unleaded Gas CONCOURSE E FUELING - MIA INTL ARPT 4000 UNDERGROUND Vehicular Diesel CONCOURSE E FUELING - MIA INTL ARPT 22000 UNDERGROUND Voh cuIar Diesel 4290 NW S TAMIAMI CANAL 12000 ABOVEGROUND Vehicular Diesel ELEC VAULT MIAMI INTL AIRPORT 4000 ABOVEGROUND Vehicular Diesel 28700 SW 217 AVE 550 ABOVEGROUND Emergency Generator Diesel 28700 SW 217 AVE 550 ABOVEGROUND Emergency Generator Diesel . 28700 SW 217 AVE 550 ABOVEGROUND Emergency Generator Diesel 28700 SW 2177" AVE 2000 ABOVEGROUND Emergent Generator Diesel 757 ST NAZATRE 2000 ABOVEGROUND -Emergency Generator Diesel MIAMI INTL AIRPORT BLDG 600 2000 ABOVEGROUND -Emergency Generator Diesel LIFT STATION #69 550 UNDERGROUND Emergency Generator Diesel BLDG 3090 4000 ABOVEGROUND Emergent GeneratorDiesef 5300 NW36'ST #BLDG60A 2000 UNDERGROUND Emergency Generator Diesel FLAMINGO GARAGE 3000 ABOVEGROUND Emergency Generator Diesel BLDG 2201 -MIA INTL ARPT 2000 UNDERGROUND Emergena Generator Diesel CONCOURSE F LOC L 2000 ABOVEGROUND Emergency Generator Diesel CONCOURSE E LOCATION M 2040 ABOVEGROUND Emergency Generator Diesel CONCOURSE FI GATE 11115 5000 UNDERGROUND Emergency Generator Diesel REW REPUMP #2 2000. ABOVEGROUND Emergency Generator Diesel BLDG #700- LIFTSTAT #68 550 UNDERGROUND Emer encyGeneratoiDiesel CONCOURSED/E 2000 ABOVEGROUND Emergency Generator Diesel CONCOURSED/E 2000 ABOVEGROUND Emergerucy Generator Diesel MIA- CONCOURSE D 8000 UNDERGROUND Emergency Generator Diesel MIA - CONCOURSE D 8000 UNDERGROUND Emer ency Generator Diesel CONCOURSES 2500 UNDERGROUND Emergency Generator Diesel CONCOURSE FIG WRAP 2000 UNDERGROUND Emergency Generator Diesel ELEC VAULT MIAMI INTL AIRPORT 4000 ABOVEGROUND Emergency Generator Diesel BLDG #5 MIAMI INTL AIRPORT 2000 ABOVEGROUND Emer ency Generator Diesel TERMINAL EXT MIAMI INTL AIRPORT 2500 UNDERGROUND Emergency Generator Diesel BLDG #176 OPA LOCKA AIRPORT 4000 ABOVEGROUND Emergency Generator Diesel BLDG 33 504 ABOVEGROUND Emergency Generator Diesel BLDG 33 500 ABOVEGROUND Emergency Generator Diesel 112800 SW 1377" AVE 2000 ABOVEGROUND Emergency Generator Diesel 1 Contract No. RFF683 Corrections Department: Diesel Fuel . T- M SSY F YOB 0�2y�si v �r'Et 2000 +e .+Thi.�s {{may iG4r'R� �R.xx"Q o 14f 10500 COLLINS AVE i14 ABOVEGROUND • • • � •�' -, i 4200 SW 142ND AVE 2000 .Ili Vehicular Diesel • • • •- • . . • - __ —_I 2000 ABOVEGROUND Vehicular Diesel 16 325 NW 2ND ST 2000 ABOVEGROUND Vehicular 'Diesel 23 7825 SW 104' ST 2000 ABOVEGROUND Vehicular Diesel 44 7700 NW 186TH ST 2000 ABOVEGROUND Vehicular Diesel Fire Rescue Department: Diesel Fuel GSA/Fleet Management: Gasoline and Diesel Fuel v t,: 10200NW 116TH WAY w 2000 ABOVEGROUND ....... ;r...yya Vehicular Diesel 46 21 10500 COLLINS AVE 2000 ABOVEGROUND Vehicular Diesel 37 4200 SW 142ND AVE 2000 ABOVEGROUND Vehicular Diesel 4 9201 SW 152" ST 2000 ABOVEGROUND Vehicular Diesel 16 325 NW 2ND ST 2000 ABOVEGROUND Vehicular 'Diesel 23 7825 SW 104' ST 2000 ABOVEGROUND Vehicular Diesel 44 7700 NW 186TH ST 2000 ABOVEGROUND Vehicular Diesel SupplyBureau 8010NW601HST 1000 ABOVEGROUND' Vehicular Diesel 43 13390 SW 152TH ST 2000 ABOVEGROUND VehieularDiesel 11 18705 NW 27TH AVE 2000 ABOVEGROUND Vehicular Diesel 19 650 NW l3l' ST 2000 ABOVEGROUND Vehicular Diesel 20 13000 NE 16TH AVE 2000 ABOVEGROUND Vehicular Diesel 29 351 SW 107TH AVE 2000 ABOVEGROUND VehieularDiesei 36 10001 HAMMOCKS BLVD 1000 ABOVEGROUND Vehicular Diesel 6 15890 SW 288TH ST 2000 ABOVEGROUND ' Vehicular Diesel 7 9350 NW 22ND AVE 2000 ABOVEGROUND VehicularDieseI 8 2900 AVENTURA BLVD 2000 ABOVEGROUND Vehicular Diesel HQ 9300NW41'ST 12000 ABOVEGROUND Emergency Generator Diesel HQ 9300 NW 41STST 12000 ABOVEGROUND Emergency Generator Diesel HQ 930ONW41STST 12000 ABOVEGROUND Emergency Generator Diesel 9 7777 SW 2000 ABOVEGROUND Vehicular Diesel HQ 9300 NW 4157 ST 3000 ABOVEGROUND Vehicular Diesel GSA/Fleet Management: Gasoline and Diesel Fuel 2 !� ii 2. Yf'.. .FYTS ✓:w4' bo.` ?: ..' 2950 NW 83a ST _ 10000 _ UNDEROROUND Unleaded Gas 8801 NW 58Tn ST 10000 ABOVEGROUND Unleaded Gas 8801 NW SS ST 12000 ABOVEGROUND VehicularDiesel 2 Contract No. RFP683 8802 NW 5$T" ST 12000 ABOVEGROUND Vehicular Diesel 703 NW 25TH ST 12000 UNDERGROUND Unleaded Gas 703 NW 257" ST 12000 UNDERGROUND Unleaded Gas 7900 SW 107TH AVE 10000 UNDERGROUND Unleaded Gas 7900 SW 107TH AVE 12000 UNDERGROUND Vehicular Diesel 7900SW107T"AVE 12000 UNDERGROUND Vehicular Diesel 7707 SW 117' AVE 12000 UNDERGROUND Unleaded Gas 12451 SW 184TH ST 8000 UNDERGROUND Unleaded Gas 12451 SW 184TH ST 8000 UNDERGROUND Unleaded Gas 12451 SW 184TH ST 8000 UNDERGROUND Unleaded Gas 12451 SW IgeST 8000 UNDERGROUND Vehicular Diesel 201 NW IW ST 12000 UNDERGROUND Unleaded Gas 201 NW 1sT ST 22000 UNDERGROUND Unleaded Gas 15665 BISCAYNE BLVD 12000 UNDERGROUND Unleaded Gas 18701 NE 6 AVE 12000 UNDERGROUND Unleaded Gas 18701 NE 6 AVE 12000 UNDERGROUND Vehicular Diesel 18701 NE 6 AVE 12000 UNDERGROUND Vehicular Diesel 10710 SW 211TH ST 12000 UNDERGROUND Unleaded Gas 10710 SW 21ITH ST 12000 UNDERGROUND Unleaded Gas 10710 SW 21ITH ST 12000 UNDERGROUND Veh cular Diesel 7200 NW 36TH ST 12000 UNDERGROUND Unleaded Gas 7100 NW 36TH ST 12000 UNDERGROUND Vehicular Diesel 21300 NW47T "AVE 7500 ABOVEGROUND Vehicular Diesel 21300NW47THAVE 7500 ABOVEGROUND Vehicular Diesel 9109 NW 25TH ST 12000 UNDERGROUND Unleaded Gas 9I09 NW 25TH ST 12000 UNDERGROUND Unleaded Gas 10000SW142NDAVE 12000 UNDERGROUND Unleaded Gas 7901 CRANDONBLVD 4000 UNDERGROUND Unleaded Gas 7901 CRANDON BLVD 10000 UNDERGROUND Unleaded Gas 7901 CRANDON BLVD 4000 UNDERGROUND Vehicular Diesel 18805 NW 27T" AVE 12000 UNDERGROUND Unleaded Gas 6100 SW 87TH AVE 15000 UNDERGROUND Unleaded Gas 6100 SW 87Tm AVE 15000 UNDERGROUND Unleaded Gas 6100 SW 87m AVE I5000 UNDERGROUND Vehicular Diesel 200 W 74m PL 10000 UNDERGROUND Unleaded Gas 200 W 74TH PL 10000 UNDERGROUND Unleaded Gas 200 W 74TH PL 10000 UNDERGROUND Vehicular Diesel 1001 NW III, ST 10000 UNDERGROUND Unleaded Gas 1001 NW IPHST 6000 UNDERGROUND VebicularDiesel 3575 S LEJEUNE RD 6000 UNDERGROUND Unleaded Gas 4801 SW 117TH AVE 12000 UNDERGROUND Unleaded Gas 4802 SW 117W AVE 12000 UNDERGROUND VebicularDiesel 2575 NE 15IST ST 6000 ABOVEGROUND Unleaded Gas 3625 NW 16T" AVE 10000 ABOVEGROUND Unleaded Gas 800 W 3AD AVE 10000 UNDERGROUND Unleaded Gas 8950 SW 232ND ST 6000 UNDERGROUND Unleaded Gas 8950 SW 232 "D ST 6000 UNDERGROUND Vehicular Diesel 4300 NW 20TH ST BLDG 3042 10000 ABOVEGROUND Unleaded Gas Contract No. RFP683 4300 NW 20TH ST BLDG 3042 10000 ABOVEGROUND Unleaded Gas 4340 NW ZOTH ST BLDG 3042 10000 ABOVEGROUND Vehicular Diesel 5975 MIAMI LAKES DR 10000 UNDERGROUND Unleaded Gas I880S NVJ 27TH AVE 1000 UNDERGROUND Emergency Generator Diesel VIRGINIA BCH RD- VIRGINIA KEY 6000 ABOVEGROUND Vehicular Diesel VIRGINIA BCH RD- VIRGINIA KEY 6000 ABOVEGROUND Unleaded Gas 2575 NE 151$T ST 6000 ABOVEGROUND Vehicular Diesel 1504 NORTH CARIBEAN BLVD 9000 ABOVEGROUND Unleaded Gas 1504 NORTH CARIBEAN BLVD 3000 ABOVEGROUND Vehicular Diesel Note: Fuel Deliveries to the Meet Management .Division OUR be seueautea oetween the hours of 7:00 AM and 3:00 PM, Mondays through Fridays. GSA/Facilities and Utilities: Diesel Fuel 2901 W FLAGLER ST 500 ABOVEGROUND It 1ati' W. Emer ncy Generator Diesel u 200 NW IsT ST 6000 UNDERGROUND Emergency Generator Diesel 175 NW DAVE 2500 UNDERGROUND - Emergency Generator Diesel 12600 NW 42ND AVE 550 UNDERGROUND Emer enc Generator Diesel 1351 NW 12TH ST 8000 UNDERGROUND Generator Diesel 270NW2ST 6000 UNDERGROUND Emergency Generator Diesel 5400 NW 22ND AVE 2000 UNDERGROUND Emer ency Generator Diesel 5680 SW 87TH AVE 20000 UNDERGROUND Emergency Generator Diesel I I I NW Isr ST -SUITE I 15000 UNDERGROUND Eme ency Generator Diesel 1801 NW 9TH AVE 1000 ABOVEGROUND Emergency Generator Diesel ONE BOB HOPE RD 5000 UNDERGROUND Emergency Generator Diesel 5600 SW 87TH AVE 6000 ABOVEGROUND Emergency Generator Diesel 9350 SW 248TH ST, WATER TREATMENT 3000 ABOVEGROUND Emer ency Generator Diesel 2700 NW 87TH AVE 685 ABOVEGROUND Emergency Generator Diesel 73 W FLAGLER ST 500 UNDERGROUND Emer enc Generator Diesel 1015 N AMERICAN WAY 2500 UNDERGROUND Generator(P Diesel 6010SW87THAVE 2000 ABOVEGROUND Emergency Generator Diesel Housing Agency: Diesel Fuel m ABOVEGROUND Emergency Generator Diesel 2920 NW 18TH AVE 3000 SOONWI3THAVE 1000 ABOVEGROUND Emergent Generator Diesel 954NW95THST 1000 ABOVEGROUND Eme enc GenetatorDiesel 1403105 NW 7' ST 500 ABOVEGROUND Emergency Generator Diesel 2200 NW 54 ST 500 ABOVEGROUND Emergency Generator Diesel 3000NW3ADAVE 1000 1 ABOVEGROUND I Emerency Generator Diesel 150 NE 69 ST. 11000 JABOVEGROUND Emergency Generator Diesel 191 NE 75 ST. 13000 1 ABOVEGROUND Emer enc Generator Diesel m Contract No. RPP683 8255 NW MIAMI CT. 1000 ABOVEGROUND Emer one GeneratorDiesol 930 NW 95TH ST 1000 ABOVEGROUND Emergency Generator Diesel 1310 NW 16 ST 1000 ABOVEGROUND Emergency Generator Diesel 1701 NW 2N °. Ct. 1000 ABOVEGROUNI> Emex ency Generator Diesel 2929 NW 18 AVE 670 ABOVEGROUND Emergency Generator Diesel 154 SW DAVE, 500 ABOVEGROUND Emergency Generator Diesel 1759 SW 5 St. 500 ABOVEGROUND Emergency Generator Diesel 800 NW13T "AVE 1000 ABOVEGROUND Emergency Generator Diesel 490 NE ZNu AVE. 1000 ABOVEGROUND Emergency Generator Diesel 3150 MUNDY ST. 500 ABOVEGROUND Emergency Generator Diesel 150 NE 69 ST. 1000 ABOVEGROUND Emergency Generator Diesel Transit I7euartment- Gasoline and Diesel Fuel Note: Fuel Deliveries to the Transit Department shall be scheduled between the hours of 5:00 AM and 4:00 PM, Mondays through Saturdays. 10000 ABOVEGROUND Unleaded Gas 3300NW32NDAVE 3300NW32NAAVE 12000 ABOVEGROUND Vehicular Diesel 3300 NW 32ND AVE 12000 ABOVEGROUND Vehicular Diesel 3300 NW 32ND AVE 12000 ABOVEGROUND Vehicular Diesel 3300 NW 32ND AVE 12000 ABOVEGROUND Vehicular Diesel 3300 NW 32ND AVE 12000 ABOVEGROUND Vehicular Dtesm 2775 SW74T'AVE 12000 A30VEOROUND Vehicular Diesel 2775 SW MT"AVE 12000 ABOVEGROUND Vehicular Diesel 2775 SW 74TH AVE 12000 ABOVEGROUND VehicularDieset 2775 SW 747" AVE 12000 ABOVEGROUND Vehicular Diesel 2775 SW 74TH AVE 12000 ABOVEGROUND VehicularDieseI 6601 NW 72ND AVE 10000 ABOVEGROUND Unleaded Gas 6601 NW 72ND AVE 10000 ABOVEGROUND Vehicular Diesel 360 NE 185TH ST 4000 ABOVEGROUND Unleaded Gas 360 NE185THST 12000 ABOVEGROUND Vehicular Diesel 360 NE 185TH ST 12000 ABOVEGROUND Vehicular Diesel 360 NE 185TH ST . 12000 ABOVEGROUND Vehicular Diesel 360 NE 185TH ST 12000 ABOVEGROUND Vehicular Diesel 360 NEI85T "ST 12000 ABOVEGROUND Vehicular Diesel 3300 NW 32ND AVE 500 ABOVEGROUND Emergency Generator Diesel 3300 NW 32ND AVE 500 ABOVEGROUND or no Generator Diesel 3300 NW 32ND AVE 2000 ABOVEGROUND Emergency Generator Diesel 2775 SW 74TH AVE 1000 ABOVEGROUND Emergency Generator Diesel 2775 SW 7471 AVE 500 ABOVEGROUND Emergent Generator Diesel 360 NE 185TH ST 1000 ABOVEGROUND Emergency Generator Diesel 8300 S DIXIE.l1Wi' 550 UNDERGROUND Emergency Generator Diesel 110 NW 3W ST 5000. Emergency Generator Diesel Note: Fuel Deliveries to the Transit Department shall be scheduled between the hours of 5:00 AM and 4:00 PM, Mondays through Saturdays. Contract No. RFP683 Police Depulsnent• Diesel Fuel rI -p 6950 NW 6950 NW 18805 NV Park and Recreation: Gasoline and Diesel Fuel WT SW 24TH 550 � UNDERGROUND Leaded Gas 10901 SW 24TH ST 550 UNDERGROUND Vehicular Diesel 6801 MIAMI GARDENS DR 1000 ABOVEGROUND Unleaded Gas 6801 MIAMI GARDENS DR 1000 ABOVEGROUND Vehicular Diesel 17350 W DIXIE HW Y 1000 ABOVEGROUND Unleaded Gas 17350 W DIXIE HWX 300 ABOVEGROUND Vehicular Diesel 6700 CRANDON BLVD 1000. ABOVEGROUND VehieularDieseI 9300 SW 152ND ST 1000 ABOVEGROUND Unleaded Gas 9300 SW 152ND ST 280 ABOVEGROUND Vehicular Diesel 9300 SW 152ND ST 280 ABOVEGROUND VehicularDiesel 24801 SW 187TH AVE 300 ABOVEGROUND Vehicular Diesel 11201 SW 24TH ST 1000 ABOVEGROUND Unleaded Gas I1201 SW 24 ?m ST 500 ABOVEGROUND Vehicular Diesel 1275 NE 79TH ST 10000 UNDERGROUND Unleaded Gas 1275 NE 79TH ST 10000 UNDERGROUND Vah cular Diesel 11395 SW 79TH ST 550 ABOVEGROUND Emergent Generator Diesel Emergency 12400 SVd 152ND ST 1000 ABOVEGROUND ency Generator Diesel 32SIS MIAMI AVE 2000 ABOVEGROUND Emergent Generator Diesel The Marinas Re -Sell Gasoline To The Public: 0 "NaP�' Crandon Marina, 4000 Crandon Blvd. 10000 Premium Crandon Marina, 4000 Crandon Blvd. 10000 Mid -Grade ` Pelican Harbor Marina 1276 NE 79 St, 10000 Mid - Grnde 0 Contract No. RFP683 Water And Sewer: Diesel Fuel 10450 FOUNTAINBLEU BLVD 1000 ABOVEGROUND Vehicular Diesel 2201 NW 70" AVE 2000 UNDERGROUND Vehicular Diesel 4801 SW 1177" AVE 1000 UNDERGROUND Vehicular Diesel 4801 SW 117?" AVE 1000 UNDERGROUND Vehicular Diesel 10075 NW 52"" ST 1000 ABOVEGROUND Emergenc Generator Diesel 17435 NW 89TH AVE 1000 ABOVEGROUND Emer enc Generator Diesel VIRGINIA BCH RD- VIRGINIA KEY 6000 ABOVEGROUND Emergency Generator Diesel VIRGINIA BCH RD- VIRGINIA KEY 6000 ABOVEGROUND Emergency Generator Diesel VIRGINIA BCH RD- VIRGINIA KEY 25000 ABOVEGROUND Emergency Generator Diesel VIRGINIA BCH RD- VIRGINIA KEY 25000 ABOVEGROUND Emergency Generator Diesel VRtGINIA BCH RD-VIRGINIA KEY 25000 ABOVEGROUND Emer ency Generator Diesel VIRGINIA BCH RD- VIRGINIA KEY 25000 ABOVEGROUND Emergency Generator Diesel 390 NW RIVER DR 25000 ABOVEGROUND Emergency Generator Diesel 390 NW RIVER DR 25000 ABOVEGROUND Emergency Generator Diesel 1001 NW 11T" ST 2000 ABOVEGROUND _Eme enc Generator Diesel 19500 SW 3767" ST 2000 ABOVEGROUND Emer ency Generator Diesel HAMMOCKS BLVD & SW 103RD ST 2S0 . ABOVEGROUND Emergency Generator Diesel 6455 NW 7'" ST 550 UNDERGROUND Generator/Pum p Diesel 35250 SW 1777' COURT 2000 ABOVEGROUND Emergency Generator Diesel 461 NW ST" AVE 6000 ABOVEGROUND Emergency Generator Diesel 10101 -A COASTA DEL SOL BLVD 500 ABOVEGROUND Emer ency Generator Diesel 6200 NW 32 "D AVE 1000 ABOVEGROUND Emergency Generator Diesel 1530 NW I I I TH AVE 2000 ABOVEGROUND Emergency Generator Diesel 18 FISHER ISLAND 1000 UNDERGROUND Emergency Generator Diesel 8324 NW 7T" ST 1000 UNDERGROUND Emergency Generator Diesel 7341SW61sTCT 1000' ABOVEGROUND Emergency Generator Diesel I NW BLVD 10000 ABOVEGROUND Emergency Generator Diesel 2400 NW 76TH ST 550 UNDERGROUND Emergency Generator Diesel 925 BISCAYNE BLVD 10000 ABOVEGROUND Emergency Generator Diesel 12700 NW 30" AVE 10000 ABOVEGROUND Emergency Generator Diesel 12700 NW 30" t AVE 10000 ABOVEGROUND Emergency Generator Diesel 354S 4Y ISLES BLVD 2000 ABOVEGROUND Emergency Generator Diesel 17$00 NW29T "CT I000 ABOVEGROUND Emergency Generator Diesel 19400 NE 10 AVE 1000 ABOVEGROUND Emergency Generator Diesel 214I I NW 47TH AVE 500 ABOVEGROUND E-mergency Emergency Generator Diesel 19975 AVENTURA BLVD 250 ABOVEGROUND -Emergency Generator Diesel 15000 NW37T "AVE 2000 ABOVEGROUND Emergency Generator Diesel 13760 NE 5TH AVE 2000 ABOVEGROUND Emergency Generator Diesel 1825 NE 150 ST 2000 ABOVEGROUND Emergency Generator Diesel 5700 E 8TH AVE 1000 ABOVEGROUND Emergency Generator Diesel 20901 NW 7TH AVE 1000 ABOVEGROUND Emer ncyGeneratorDiesel 12400 NW 32ND AVE 1000 ABOVEGROUND Emergency Generator Diesel 13920 NW 60TH AVE 11000, 1 ABOVEGROUND Emergency Generator Diesel 7 t, Contract No. RFP683 3750 NW I8I' ST 6000 ABOVEGROUND Emergency Generator Diesel 7301 NW 186'" ST 1000 ABOVEGROUND Emergency Generator Diesel 7900 NW 178 ST 1000 ABOVEGROUND. Emergency Eraer gency GenaratorDiesel 3300 W 76TH ST 4000 UNDERGROUND Emergency Generator Diesel 20215 NW 2ND AVE 1000 ABOVEGROUND Emergency Generator Diesel 3150 NW 2087H ST 1000 ABOVEGROUND Emer ency Generator Diesel 2451 NE 203RD ST 1000 UNDERGROUND Emergency Generator Diesel 21101 NE28rHAVE 1000 UNDERGROUND Emer encyGeneratorDiesel 19201 NE 29TH AVE 2000 ABOVEGROUND Emergency Generator Diesel 3801 SUNNY ISLE BLVD 2000 UNDERGROUND Emer encyGeneratorDiesel 6452 MEDITERRANEAN BLVD 500. UNDERGROUND Emergency Generator Diesel 17902 NW MEDITERREAN BLVY 550 UNDERGROUND Eme ency Generator Diesel 19091 NW 62ND AVE 500 UNDERGROUND EmerEncy Generator Diesel 16650 NE 707" AVE 1000 UNDERGROUND Emergency Generator Diesel 3601 NE 207TH ST 1000 UNDERGROUND Emer ency Generator Diesel 3650 NE 2137" ST 1000 UNDERGROUND Emergency Generator Diesel 15700 NW 79TH AVE I000 ABOVEGROUND Emergency Generator Diesel 16547 NW 87 .. AVE 1000 UNDERGROUND Emergency Generator Diesel 19802 NW 82ND PL 1000 UNDERGROUND Emergency Generator Diesel 10700 SW 147TH AVE 1000 UNDERGROUND Emergency Generator Diesel 14799 SW 117 AVE 1000 ABOVEGROUND I Generator Diesel Emnenc 18445 OLD CUTLER RD 2000 UNDERGROUND Emer ency Generator Diesel 'SW 117 AVE & 208 ST 6000 UNDERGROUND Emergency Generator Diesel 126gDA "ST 1000 UNDERGROUND Emer encyGeneratorDiesel 621AVE 1000 ABOVEGROUND Emer ency Generator Diesel SW & 92ND ST 1000 ABOVEGROUND Emergency Generator Diesel 870VE 10000 ABOVEGROUND Emergency G enerator Diesel 8700 SW 95TH AVE 10000 ABOVEGROUND Emergency Generator Diesel 8260 5W 97TH ST 3000 ABOVEGROUND Emer ency Generator Diesel 17935 SW 104TH AVE 2000 ABOVEGROUND Emergency Generator Diesel 19340 SW 112T"CT 50Q ABOVEGROUND Emergency Generator Diesel 11380 SW 38T" ST 1000 ABOVEGROUND Emer ency Generator Diesel 2545 SW 122ND CT 1000 ABOVEGROUND Emergency Generator Diesel 12484 SW I8T "ST 500 ABOVEGROUND Emez encyGeneratorDiesel 1301 SW 122ND AVE 1000 ABOVEGROUND Emergency Generator Diesel Z5550SW80THST 250 ABOVEGROUND ErnerencyGeneratorDiesel 1199 SW 134T "AVE . 1000 ABOVEGROUND Eme encyGeneratorDiesel 15840 SW 127TH AVE 2000 ABOVEGROUND Emergency Generator Diesel 4801 SW 117TH AVE 500 ABOVEGROUND Emergency Generator Diesel 11991 SW 34TH ST 500 ABOVEGROUND Emergency Generator Diesel 555 SE 8T" ST 6000 UNDERGROUND Emergency Generator Diesel SW 147TH AVE & 304TH ST 6000 ABOVEGROUND Emer ency Generator Diesel 10350 PUERTO RICO DR 1000 ABOVEGROUND Emergency Generator Diesel 2575 NE 151sT ST 100000 ABOVEGROUND Emer enc Generator Diesel 2575 NE 151sT ST 100000 ABOVEGROUND Emergency Generator Diesel 2575 NE 151 sr ST 6000 ABOVEGROUND Generator/Pump Diesel 29200 SW 142 ND AVE 2000 ABOVEGROUND Emergency Generator Diesel 8300 COMMERCE WAY I000 UNDERGROUND Emer enc Generator Diesel Contract No. RFP683 15225 HARDING DR 2000 ABOVEGROUND Emergency Generator Diesel 15800 SW 336' ST . 1000 ABOVEGROUND Emergency Generator Diesel 15800 SW 330 ST 1000 ABOVEGROUND Emer ency Generator Diesel W 2ND & 75 PLACE 6000. ABOVEGROUND Emergency Generator Diesel S.W 147TH AVE & 72ND ST 6000 ABOVEGROUND Emer ency Generator Diesel 8950 SW 232ND ST 25000 ABOVEGROUND Emer ency Generator Diesel 8950 SW 232ND ST 25000 ABOVEGROUND Emergency Generator Diesel 8950 SW 232ND ST 25000 ABOVEGROUND Emergency Generator. Diesel 8950 SW 23210 ST 2000 ABOVEGROUND Emergency Generator Diesel 8950 SW 232ND ST 25000 ABOVEGROUND Emergency Generator Diesel 8950 SW 23211D ST 25000 ABOVEGROUND Emergency Generator Diesel 3880 NW 25TH ST 2500 UNDERGROUND Emer ency Generator -Diesel 21069 BISCAYNE BLVD 1000 ABOVEGROUND Emer ency Generator Diesel 201 EASTWOOD DR 1000 UNDERGROUND Emergency Generator Diesel 18820 NE29THAVE 1000 ABOVEGROUND Emex ency Generator Diesel 390 NW NORTH RIVERDRIVE 700 WEST SECOND AVENUE 331 NE 9TH STREET 1100 WEST SECOND AVENUE 6800 SW 87 AVENUE 30000 5500 6000 200000 360000 ABOVEGROUND ABOVEGROUND ABOVEGROUND Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel 9775 S W 83sn STREET v 900 W 2ND AVENUE RICHMOND HEIGHTS STATION #968 GOULDS PERRINE 8901 SW 58TH STREET DADE COLLIER TRAIN & 1'RANSI NW 107 & 12 STREET 12000 200000 500 1000 8000 14000 5000 500 ABOVEGROUND ABOVEGROUND ABOVEGROUND Emergency Generator Diesel ' Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel 10105 COSTA DEL SOL BLVD 550 Emergency Generator Diesel w MIAMI DAILY BUSINESS REVIEW Published Daily except Saturday, Sunday and Legal Holidays Miami, Miami -Dade County, Florida STATE OF FLORIDA COUNTY OF MIAMI -DADE: Before the undersigned authority personally appeared V. PEREZ, who on oath says that he or she is the LEGAL CLERK, Legal Notices of the Miami Daily Business Review f /h/a Miami Review, a daily (except Saturday, Sunday and Legal Holidays) newspaper, published at Miami in Miami -Dade County, Florida; that the attached copy of advertisement, being a Legal Advertisement of Notice in the matter of CITY OF SOUTH MIAMI PUBLIC HEARING & DATE CHANGE - APRIL 4, 2011 in the XXXX Court, was published in said newspaper in the issues of 03/25/2011 All lent further says that the said Miami Daily Business Review is a newspaper published at Miami in said Miami -Dade County, Florida and that the said newspaper has heretofore been continuously published In said Miami-Dade County, Florida, each day (except Saturday, Sunday and Legal Holidays) and has been entered as second class mail matter at the post office in Miami in said Miami -Dade County, Florida, for a period of one year next preceding the first publication of the attached copy of advertisement and affiant further says that he or she has neither paid nor promised any person, firm or corporation any discount, rebate, commission or refund for the purpose of securing this I dvertisemerikipr publication in the said newspaper. ) Sworn to and subscribed before me this 26 day o MARCH , A.D. 2011 (SEAL) V. PEREZ personally known to me v B THOMAS 93 %632 '�`� �¢�� Gommissi�n #1713 gxinbor2,201 3 iy. v � Y .. _ew536t6b fft$I�eNdwn1K0669 +904 T019 and providing a Nm4 _ ., �iiii 6WBQgNi 3Li�." �EARil6� ;CHANGE'' ,,tty Commission of the City of South adn gs at d$;iegutar Cky Cg mmissign ti 4: &W -ibfi innto, co siddr.06 f 30 Si urisat- Dri td. constdecttle foY pity.Coinmis it of the City of South ;cant to Secjrpn 20.4.4(J)'p1ith„e.t,"gnd, f Usa AppµS val to fodatePan Intent 2 Avenuelx4rthm the "TdDD (MU -5)° Oistdcl (Miite±i Use 6) 2oning,p[sldct Ctty 6&l misslon of the city of South land Osyelopment Code'fo Q1900 in p>3,rtain(ftg tp hfsfoncpYeserva {ion by 11)(a). entitled "Historip Preservation rbershjp" in o?der,,4d'dpritil e,that.ohe ey;'and by creating 66W Arltde Xl,, iptts ":.Iriotuding..Section'201 i,t to be Ccianddrric ^� section'-20-11.2 to be i Resolution of the Mayor and City Cgin i`nlssion 6i Afami, Florida, autt)onzing the City, ,Manager to,ei agreement with PropertyRoom com Inc. aunt nunioipal property arfd-provlding fcr arl'a,#egtwe da Peso lutionpf the Mayor and CIty,COmmission of yiiamli. "Florid ;, relating to contracts; authorizing tht axecute;aQ (O,tet ld9ai ,",;:Agreament`�iefween ";Mra diamj,Dede Police Department and ;the City Of 3chdol,Crossing Guard Services in FY 201,1/2012 affective, date. A Resolution of the Mayor and yw. ovluuus y v, w�. �••s.�• r. �, •:•+ Miami, Florida; ,auttronnng -the 'City `Manager to execufe °a- multi- annual se Fe agreement with MacMillan OIL.Company'of Florida, Inc fpr e purchase and delivery afbufk J061 gasoline and diesel for the G9ly'si,,:vehicleYieet ani#1 quipmeiifin thg AmoLmi 4t $110,111.00 to be charged Departmental Fuel AcdoUn4 `Numbers 001 =1320- 5135230; 001 -1340 - 513 5230, 001 -1640-52 4 5230 001 - 1910- 521 -5230 and 007= 2000 57,2, 6230; providing 1or�en effective date. 4 ALL interested parties are invited to attend andwiilbeheard.' ' For further Informatlon, P16ee contact the City Clerks O iee'et:i . .805 - 663'6$44 f Ti "mot` `s. Maria M. Menendez, CMC CityClerk Pursuant to Florida Statutes 286,9.105,theClty Oergngaemses rpv py that If a permindecides to appeal any decisicn made by this B04 Agency or Commission,v{ith' resPepi;t0 any '.tr Ter_ considered at ,..... r,.,...__. _..__. _,. _. of the pmOeedings,is made which record, includes the testimony Idenceupdnvfiiehiheeppea lititoba'ased -3-100/167 I 473M D J Q K W S Q E W S F M' 1' 11 w N W H