Res No 096-15-14435RESOLUTION NO.:096-15-14435
A Resolution authorizing the City Manager to execute a one year agreement
with Mansfield Oil Company of Gainesville,Inc.for the purchase and delivery
of bulk fuel gasoline and diesel for the City's vehicle fleet and equipment.
WHEREAS,the City Manager wishes to purchase bulkfuel gasoline and diesel for the
City's vehicle fleet and equipment;and
WHEREAS,the City Manager wishes to ensure the lowest possible cost for the purchase
ofbulkfuel gasoline and diesel for the City vehicles fleet and equipment;and
WHEREAS,the City Manager wishes to piggy back on Miami-Dade County Contract No.:
3143-9/18 with Mansfield Oil Company of Gainesville Inc;and
WHEREAS,the expenditure be charged to Departmental Fuel Account Numbers 001-
1770-519-5230 (Public Works Fuel&Lub),001-1310-513-5230 (City Manager Fuel),001-1610-
524-5230 (BuildingDivisionFuel),001-1620-524-5230 (Planning DivisionFuel),001-1640-524-
5230 (Police-Law Enforcement Fuel),001-2000-572-5230 (Recreation Fuel)and 001-1750-519-
5230 (PR Landscape Fuel).
NOW,THEREFORE,BEITRESOLVEDTHE MAYOR AND CITY COMMISSION OFTHECITY
OF SOUTH MIAMI,FLORIDA:
Section1.TheCityManageris authorized toexpendan amount nottoexceed$86,125
with Mansfield Oil Company of Gainesville Inc,for the purchase and delivery ofbulkfuel
gasoline and diesel during FY 14/15,charged to Departmental Fuel Account Numbers.
Section 2.Severability.Ifany section,clause,sentence,or phrase of this resolution is
forany reason heldinvalidor unconstitutional bya court of competent jurisdiction,thisholding
shall not affect the validity of the remaining portions of this resolution.
Section 3.Effective Date:This resolution shall take effect immediately upon
enactment.
PASSED AND ENACTED this 16^_dayof June,2015.
ATTEST:
READ AND AMOVED ASTOFORM,
LANGUAg^lLEGMITY AND
EXECUI^TK&REOF
APPROVED:
COMMISSION VOTE:5-0
Mayor Stoddard:Yea
Vice Mayor Harris:Yea
Commissioner Liebman:Yea
Commissioner Edmond:Yea
Commissioner Welsh:Yea
ntkAlSouth''Miami
THE CITY OF PLEASANT LIVING
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
To:
Via:
From:
Date:
Subject:
Background:
Amount:
Account:
support:
The Honorable Mayor &Members of the City Commission
Steven Alexander,City Manager
Kelly Barket Jr.,Director of Public Works
June 16,2015 Agenda ItemNo.Jti(fQ
AResolutionauthorizing the CityManager to execute a one-year
agreement with Mansfield OilCompanyof Gainesville,Inc.forthe
purchaseand delivery ofbulk fuel gasolineanddieselfor the City's
vehiclefleetand equipment
Bulk fuel gasolineanddieselmustbepurchasedfortheCity'svehiclefleet
and equipment TheCity Manager wishesto piggyback on Miami-Dade
County Contract No.:3143-9/18 with Mansfield OilCompanyof
Gainesville,Inc.
TheCityofSouth Miami desiresto utilize the Miami-Dade County
Contract under the Terms and Conditions as set forth in the solicitation
and agreement between Miami-Dade Countyand Mansfield OilCompany.
Theprevious contract piggybacked by the CityofSouth Miami with
Macmillan Oil wasterminatedby Miami-Dade Countyresultinginanew
agreementwith Mansfield OilCompanyof Gainesville,Inc.Asaresultof
the termination,the CityofSouth Miami utilizedthenew agreement of
service with Mansfield OilCompanyof Gainesville,Inc.
Not to exceed $86,125.00
001 -1760-519-5230 Public Works Fuel &Lubricants
001 -1310-5 i 3-5230 CityManagerFuel
001 -1610-524-5230 Building Division Fuel
001 -1620-524-5230 Planning Division Fuel
001 -1640-524-5230 Code Enforcement Fuel
001 -1910-521 -5230 Police-Law Enforcement Fuel
001 -2000-572-5230 Recreation Fuel
001 -1750-519-5230 PRLandscapeFuel
Award Recommendation Miami-Dade County Contract No.:3I43-9/I8
Contract CityofSouth Miami Abbreviated
ITQNo.6-2015
Addendum I
Addendum 2
miamidade.gov
May 21,2015
All Responding Vendors (See Distribution List)
SUBJECT:CONTRACT NO.:3143-9/18-7
ITQ NO.:6-2015
TITLE:Gasoline andDieselFuel
Dear Vendors:
INTERNAL SERVICES DEPARTMENT
PROCUREMENT MANAGEMENT SERVICES
^-.K p r 1 Pttmm^m'Suite 1300
1 ":'hL-t>Honda 33128 -1974MTami,Roi
Z0I5HAY2I AHIi-3**
In accordance with Section 1.12 ofthe above-referenced solicitation,and Section 2-8.4 ofthe Code of Miami-
Dade County,you are hereby notified that the County Mayor or designee recommends award of this contract to:
Mansfield Oil Company of Gainesville Inc.;for award of all three groups -see Tabulation Sheet attached.
Vendor(s)notconsidered for award are:
BV Oil Company Inc.Macmillan Oil Company LLC
Urbieta Oil Company Fontainebleau Aviation
The provision of this notice also serves to confirm the lifting of the Cone of Silence from this procurement action
as dictated by Section 2-11.1 (t)ofthe County Code.The Procurement Management Services Division ofthe
Internal Services Department appreciates the participation of all vendors who responded to the subject action.
If you have questions,please contact Jesus Leeat 305-375-4264 email:fil@miamidade.gov
Sincerely,
Jesus Lee^CPPB
Procurement Contracting Officer 2
Miami Dade County,Florida
Attachment:Tabulation Sheet
Distribution:
BV Oil Company Inc.
Urbieta Oil Company
Mansfield Oil Company of Gainesville Inc.
cc:Clerk of the Board
File
Macmillan Oil Company LLC
Fontainebleau Aviation
CONTRACT
THIS AGREEMENT madeandenteredintothis 16th day of June,2015,byand
between the City of South Miami,a Florida municipal Corporation by and through itsCity
Manager (hereinafter referred toas "City")and Mansfield Oil Company of Gainesville Inc.,
(hereinafter referredtoas "Contractor").
WITNESSETH:
WHEREAS,the "Miami-Dade County"solicited bids,pursuantto ITO No.6-2015
and Contract No.3143-9/18.for Gasoline and Diesel Fuel;and
WHEREAS,the Miami-Dade County,aftercompletingacompetitivebidding
process,awardedacontractto Contractor,and
WHEREAS,theCityof South Miami desires to utilize the Miami-DadeCounty
ContractandpursuanttoauthorityoftheCityofSouthMiami's Charter.
NOW,THEREFORE,theCityandthe Contractor,each through their authorized
representative/official,agreeasfollows:
1.TheCity desires toenter into a Contract,under the same termsand
conditionsassetforthinthesolicitationandtheagreementbetween Miami-Dade County
and Contractor,pursuant ITO No.6-2015 and Contract No.3143-9/18 forthe 2014/2015
fiscal year and for the balance of the term of the contract,provided the City approves of the
extension of thecontractatapublichearing.
2.The City has reviewed the contract and agrees tothe terms and conditions and
further agrees to the fairand reasonableness ofthe pricing.Contractor hereby agrees to
provide such services under the same price(s),terms and conditions as found in the
solicitation documents andthe response tothe solicitation,pertinent copies of which are
attached hereto asAttachmentA,&Bandmadeaparthereofby reference,andthe
agreement and/or the award between Miami-Dade County and Contractor,pursuant ITO
No.6-2015 and ContractNo.3143-9/18.a copy ofwhich,including any amendments and
addendums thereto,isattachedheretoandmadeapart hereof byreference.
3.All references in the contract between Miami-Dade County and Contractor,
shall be assumed to pertain to,and are binding upon Contractor and theCityof South Miami.
Alldecisionsthataretobemadeon behalf of theCounty,assetforthinthe Miami-Dade
County's ITO No.6-2015 and Contract No.3143-9/18 anditsagreementwithContractor,
shall be made bytheCity Manager for the City of South Miami.The term ofthe contract,
including all extensions authorized bythe contract shall not exceed five years.
Notwithstanding anything contained inthe ITO No.6-2015 and ContractNo.3143-9/18
etc.orthe Miami-Dade County contracttothecontrary,thisagreementshallbe governed
bythe laws of the State of Florida and venue for all dispute resolutions or litigation shall be
in Miami-Dade County,Florida.
4.Public Records:Contractor andall of its subcontractors are required to
comply with the public records law (s.l 19.0701)while providing goods and/or Services on
Thomas F.Pepe -7-16-14
Page1 of2
behalf of theCITYandtheContractor,undersuchconditions,shallincorporatethis
paragraph inall of its subcontracts forthisProject.
5.Waiver Jury Trial:CityandContractorknowingly,irrevocably voluntarily
andintentionallywaiveanyrighteithermayhavetoatrialbyjuryinStateorFederalCourt
proceedingsinrespecttoanyaction,proceeding,lawsuitorcounterclaimarisingout of the
Contract Documentsorthe performance of theWorkthereunder.
6—Validity of Executed Copies!Thisagreement mav heexecutedin several
counterparts,each of which maybeconstruedasanoriginal.
7.Attorneys'Fees and Costs:Intheevent of any litigation betweentheparties
arising out of or relating inanywaytothisAgreementorabreachthereof,each party shall
bearitsowncostsandlegalfees.Nothing containedhereinshall prevent or prohibit theright
tobeindemnifiedforanyattorneyfeesincurredinthedefense of anactionbya person or
entitywhoisnotapartytothisAgreement.
8.Severability:Ifanytermor provision of this Agreement orthe application
thereof toanypersonor circumstance shall,toanyextent,beinvalidor unenforceable,the
remainder of this Agreement,ortheapplication of suchtermor provision topersonsor
circumstances other than those to which itisheld invalid or unenforceable,shall not be
affectedtherebyandeachtermandprovisionofthisAgreementshallbevalidand
enforceabletothefullestextentpermittedbylaw.
IN WITNESS WHEREOF,andasthedulyauthorizedact of theparties,theundersigned
representatives of the parties heretohavecausedthisinstrumenttobesignedin their respective
names by their proper officials onorbeforethedayandyearfirst above written.
mpany of Gainesville,Inc.
David Zarfoss /Director of Government Pricing
(typenameandtitle of signatoryabove)
Thomas F.Pepe-7-16-14
Page 2 of2
MIAMI-DADE COUNTY
MIAMI-DADE)
mm
QUOTATION NO.:6-2015
CONTRACT NO.:3143-9/18
(Commodity Code 405-59)
CONTACT PERSON:Jesus Lee
E-Mail:fil@miamidade.aov
ATTACHMENT "A"
INVITATION TO QUOTE
MIAMI-DADE COUNTY
Internal Services Department
111 NW 1s1 Street,Ste1300
QUOTE NO.:6-2015
THIS IS NOT
AN ORDER
due DATE:Wednesday,April 1,2015
DUE TIME:2:00 PM
PHONE:305-375-4264
In accordance with Section 2,paragraph 2.6of Invitation to Bid 3143-9/18 (Contract),Miami-Dade County (County)is
hereby soliciting price quotesfor Transport and Tank Wagon delivery of bulk gasolineanddieselfuels (reference
2.6.1,Group One,Transport and Tank Wagon Deliveries ofthe Contract).By signing and submitting a price quote
herein the pre-qualified Bidder agreestoadheretothetermsand conditions ofthe contract andthechangestosuch
terms and conditions provided herein.
INSTRUCTIONS TO BIDDERS
1.The Bidder must submit it's completed,signed,andsealed written quotation (pages 10 through 13)with attached
documentation per "Method of Award"section,"Minimum Requirements"bythe specified timeanddate indicated
abovetothe Clerk ofthe Board,attheaddress indicated onthis form.The envelope muststatethatitisa
SEALED QUOTE and include the quote number and opening date onthe outside.No quote will be accepted
by e-mail,telephone,or facsimile.
Submit Sealed Quote To:
CLERK OF THE BOARD
Stephen P.Clark Center
111NW1st Street
17th Floor,Suite202
Miami,Florida 33128-1983
2.Quotes received after the time anddate specified above shall not be accepted.
3.Requestsfor additional information or clarification mustbemadeviae-mailtotheProcurement Officer identified on
the front of this form,copying the Clerk of the Board at clerkbcc@miamidade.aov.no later than Friday,March 13,
2015.The County will issue additional information by written addenda via e-mail prior tothe scheduled opening
date.It isthebidder's responsibility toensure receipt of all addenda.
PURPOSE:
The purpose of this Invitation to Quote (ITQ)is to secure price quotes for delivery of un-branded fuel as specified
herein foraoneyear period.Delivery is required starting June1.2015 through May 31,2016.
METHOD OF AWARD:BY GROUP
This ITQ includes three groups:Group A for gasoline,Group B for diesel,and Group C for diesel (died).No County
measures or preferences will be applied tothe price evaluation of Group Cduetotheuse of federal funding for Miami
Dade Public Housing and Community Development (PHCD)department.Award will be made in the aggregate on a
group by group basistothe lowest priced responsive,responsible Bidder who meetsorexceedsthe minimum
requirements and submits a price for all items within a Group.
MIAMI-DADE COUNTY
QUOTENO.:6-2015
MINIMUM REQUIREMFNTR
1.Access to fuel at two ports.
regubrly offers fue,as needed herein (ioMfiffi sS,^'0r JacksonvTlte °r "*G«°'*>W*lha.
dooUmenKaLfrom"ac"^^ermina^^SShZ»^^T-p'If P™01 Sha"be '",he ,om <*=ctOnce awarded,*>^^^^.T^^^^^i
2.Agreement with a Terminal Operator for un-branded fuel
2ii~
55Iw^^SSS„1he ri9ht t0 reqU6St additi°nal documentati°n and information related with this ITQ
PRICING:
A.Price
B.EarlyPayment Discount Price
The Early Payment Discount Price isas follows-
C.Emergency Fuel Delivery
MIAMI-DADE COUNTY QUOTE NO.:6-2015
SECTION 1
TERMS AND CONDITIONS
1.The general terms andconditionspertainingtothissolicitationmaybeviewedonlineattheMiami-DadeCounty
Procurement Management website byclickingon the below link:
http://www.miamidade.aov/procurement/librarv/boilerplate/aeneral-terms-and-conditions-r14-3.pdf.
2.Pursuant to Sections 2-8.1,2-8.8and 10.34 oftheCountyCode,forall contracts whichinvolve the expenditureof
onehundred thousand dollars($100,000)ormore,theentitycontractingwiththeCountymustreporttothe
Countytherace,gender andethnic origin oftheownersand employees ofitsfirsttier subcontractors.Complete
and sign the Subcontractor/Supplier Listing form.
3.Biddershallinsertunitprice as required opposite each item.Unit priceshallprevail.
4.Thisquote form,any addenda,and/orproperlyexecuted modifications,thepurchaseorder (if issued),anda
change order (if applicable),constitute the entire contract.
5.All products specified hereinshallbe fully guaranteed bythe awarded Bidder.TheBidderatnocosttothe
County will correctanyproductdefects,whichmayoccurastheresultoffaultyproducts.TheCountydoesnot
waivethe implied warrantiesgrantedunderthe Uniform Commercial Codeorother standards asapplicable.
6.All products shall be new and unused.
7.The County may,atitssole discretion,extendthe prices and delivery dateforupto ninety (90)daysafter
expiration ofthetermofthis ITQ wherethe County determinesthatitisinthebestinterestofthe County.
8.Rejected goods remain the property of the Bidderandallriskofloss remains withtheBidder.Biddermust
remove all rejectedgoodsfromCountyproperty within thetimeframeestablishedbythe County.
9.TheInternalServicesDepartment Director,or designee,shall issue anawardunderthis solicitation.The
awardedBiddershallhonornorequestforperformance until the Director,ordesignee,hasmadeanaward.
10.PursuanttoSection 2-2113 oftheCodeof Miami-Dade County,for all contractsforgoodsand services,the
successful Bidder,prior to hiring to fill each vacancy arising undera County contract shall (1)first notify the South
Florida Workforce Investment Board ("SFWIB"),the designated Referral Agency,ofthe vacancy and list the
vacancy with SFWIB according tothe Code,and (2)make good faith efforts as determined bythe County to fill a
minimum of fifty percent (50%)ofits employment needs under the County contract through the SFWIB.If no
suitable candidatescanbe employed aftera Referral Period ofthreeto five days,thesuccessful Bidder isfreeto
fill its vacancies from othersources.Successful Bidders will be required to provide quarterly reports tothe SFWIB
indicating thenameand number of employees hired in the previous quarter,or why referred candidates were
rejected.Sanctionsfor non-compliance shall include,butnotbe limited to:(i)suspensionof contract until awarded
Bidder performs obligations,if appropriate;(ii)default and/or termination;and (iii)payment of $1,500/employee,or
the value of the wages that would have been earned given the noncompliance,whichever is less.Registration
proceduresand additional information regarding the FSHRP are available at
https://iapps.southfloridaworkforce.com/firstsource/
11.All out-of-pocket expenses,including employee travel,per diem,and miscellaneous costsandfees,are included
in the awarded Bidder's price,asthe County shall not reimburse them separately.
12.All prices are quoted F.O.B.destination.Freight (i.e.,transport costs)shall only be paid by the County pursuant
to the "Pricing"section,Paragraph C "Emergency Fuel Delivery"herein.All fuel shall remain property of the
Contractor until accepted and signed for by an authorized County representative.
13.2015 Fuel Tax Rates.Miami-Dade County is exempt from all sales and excise taxes (Federal,State,and Local)
except those taxes and fees shown in the table below.Tax Exemption Certificate furnished upon request.
14.Any bidder may protest any recommendation for contract award in accordance with the applicable provisions of
theMiami-DadeCounty Code.
MIAMI-DADE COUNTY QUOTE NO.:6-2015
2015 Fuel Tax Rates
Rate Per Gallon
Gasoline Undyed Diesel
Taxes On Road Off Road
Motor Fuel-On/Off theroad(State)0.173 0.173 0.173
Voted,SCETS&Locaj Option(Dade)0.174 0.143 0.143
InspectionFee(State)0.00125
--
Pollution
*InlandProtectionFund (State)0.019 0.019 0.019
*Water QualityFund (State)0.0012 0.0012 0.0012
*CoastalProtectionFund(State)0.00048 0.00048 0.00048
Federal LUST Tax 0.001 0.001 0.001
Federal OilSpillTax 0.00171 0.0019 0.0019
Total Taxes 0.37164 0.33958 0.33958
The information inthetableabovecanbe accessed by following this link:
www.mvflorida.com/dor/taxes/fuel.
15.The "Differential Per Gallon"shall be fixed for the term ofthe contract and for any extension periods,unless
modified by mutual agreement viaanexecutedSupplemental Agreement.
16.The awarded Bidder shall provide first and exclusive priority ofits supply of fuel tothe County,nomatterthe
sourceofits fuel duringtheentiretermofthiscontract including supply interruptions orshortages.
17.The Awarded Bidder shallendeavortomeetthe Count/s needsat all time,especially during supply interruptions
orshortages,byproactivelysourcingfuel from anyavailablesourceindustrywide.
18.The following insurance coverage supersedes theinsurancecoveragein ITB 3143-9/18.
1.Worker'sCompensationInsuranceforallemployeesoftheContractorasrequiredby Florida Statute440.
2.Public Liability Insuranceona comprehensive basisinanamountnotlessthan $1,000,000 combined single
limit peroccurrencefor bodily injury and property damage.Miami-Dade County must be shown asan
additional insured with respect to this coverage.Themailing 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 coveringallowned,non-owned,andhired vehicles used in connection withthe
Services,inanamountnotlessthan *$1,000,000 combinedsingle limit peroccurrencefor bodily injury and
property damage.Policyshallbe endorsed toprovide Broadened Coverage -Endorsement CA9948(or
equivalent).
*Under no Circumstances are these contractors permitted on the Airside Operations Area(A.O.A.)side
without increasing automotive coverage to $5,000,000.
19.Special Invoicing Requirements -TheAwardedBiddershallsubmitaninvoicetothe County's applicableuser
department afterfuel has been delivered tothesiteby the Awarded Bidder.Submittalof these invoices shall not
exceed thirty(30)calendar days fromthedeliveryof the items.Invoicesmay be e-mailed.Under no
MIAMI-DADE COUNTY QUOTE NO.:6-2015
circumstances shall the invoices be submitted to the Countyin advance of the deliveryand acceptance ofthe
items.Theinvoicesshall1)clearly reference the corresponding deliveryticket number orpackingslipnumber
that was signed by an authorized representative oftheCounty user department at the time the items were
deliveredand accepted;2)pricing informationtoincludeunitpriceand extended totalpriceofthe goods and
services provided and allapplicable discounts;3)descriptionofall goods and services provided;4)delivery
informationto include delivery terms set forthwithintheMiami-DadeCounty Release Purchase Order and
locationand date ofdeliveryof goods and services provided.
20.Invoicesand associated back-updocumentationshallbesubmittedelectronicallybytheAwardedBiddertothe
applicable County departments as follows:
Aviation Corrections Fire Rescue Internal Services/Fleet
Omar Jameison Mohammad Haq Marianela Betancourt Management
4331 NW 22 Street 2525NW 62nd Street 9300 NW 41 Street Yohanka Dominguez
Miami,FL 33122 Miami,FL 33147 Doral.FL 33178 305 375-2291 or
305-876-8498 786-263-5914 786-331-4241 Marsha
OJameison(2>miami-haaue@miamidade.aov mbetan@miamidade.aov Wilchcombe
airDOrt.com 305 375-2304
111 NW1st Street.Suite 1050
Miami,FL 33128
asafltfuel@miamidade.qov
Housing Park and Recreation Police Department Seaport
Csonka Ferguson Jorge Rodriguez De'Chan Demeritte Leticia Smith
701 NW1srCt.Floor 16 275NW 2nd Street 9105 NW 25 St 1015 N.America Way
Miami,FL 33136-3914 Miami,FL 33128 Miami,FL 33172 Second Floor
786-469-4195 305-755-7909 305-471-2520 Miami,FL 33132
MDHA-ivr@miamidade.aov dademeritte@mdpd.com 305-347-5506
AP@miamidade.aov lcsmith@miamidade.aov
Transit Water and Sewer Vizcaya
Rodney McMillian Mercy Ramirez or Anabel Miro or Zoe Caballero
3401NW31 *Street Patrice Sykes 3251 South Miami Ave
Miami,FL 33142 3071SW 38th Avenue Miami,FL 33129
(305)638-7204 Miami,FL 33146 305-860-8425 (Anabel)
Rodnev@miamidade.aov (786)552-8175
merc@miamidade.aov
305-860-8432 (Zoe)
anabel.miro@vizcavamuseum.ora
DSvke@miamidade.aov zoe.caballero@vizcavamuseum.ora
The County may atany time designate a different address and/or contact person by giving written notice tothe other
party.
21.Miami-Dade Public Housing and Community Development (PHCD)-Exemption To Certain Clauses Due To
The Use Of Federal Funds.
Miami Dade Public Housing and Community Development (PHCD)will accessthe resultant contract of this
ITQ.As a federally-funded agency,certain clauses within this ITQ do not apply to PCHD,including:Local
Preferences,Small Business Contract Measures,County User Access Program-UAP,Local Certified Service
-Disabled Veteran's Business Preference.
22.Security Requirements -Immediately upon award notification,the successful Bidder(s)will be given the
contact information for each County department listed below to coordinate and satisfy their specific security
requirements.This list is not all encompassing and is subject to change.Security requirements may include,
but not limited to,completing various security forms and obtaining identification badges for Bidder's
employees entering department facilities.It is the Bidder's responsibility to obtain final security approval from
each department before theeffective date ofthetermofthis ITQ.
Departments
Miami-Dade Police
Miami-Dade Transit
Miami-Dade Water and Sewer
MIAMI-DADE COUNTY QUOTE NO .„„„
SECTION 2
SCOPE OF SERVICES
1.Background
Miami-Dade County uses approximately 25 million gallons of gasoline and diesel fuels each year for its fleet of
vehicles and equipment.Fuel is stored and distributed at numerous storage tank facilities located throughout
Miami-Dade County (see Attachment A).The intent of this ITQ is to obtain adequate fuel to meet its requirements
under normal conditions and continue to obtain fuel on a first priority basis during emergency conditions that mav
disrupt the availability of fuel inthegeneralarea.
The County is seeking to contract with a fuel distributor that shall contract with a terminal operator,for the suddIv
anddeliveryoffuelstotheCounty.
2.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
andConsumerServices,the fuel typeshallmeet all ASTM International standards.
The awarded Bidder shall comply with product and transportation requirements,regulatory mandates,and
environmental standards established by the Florida Department of Transportation (FDOT)and the'US
Environmental Protection Agency (EPA).
3.Fuel Types 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 awarded Bidder no less than fifteen (15)days in advance of the first request for
such fuel.
The types offuel identified for this ITQ are:
a)E10 Gasoline,Regular (totestnolessthan87 Octane).
b)E10 Gasoline,Mid-Grade (to testnolessthan89 Octane).
c)E10 Gasoline,Premium (to testnolessthan 91 Octane).
d)DieselFuelNo.2,Red-Dyed
e)DieselFuelNo.2,Non-Dyed
4.Differential
Firm Fixed Service Adder (Differential):This charge shall be defined as consisting of all charges necessary for the
awarded Bidder to fully complete and invoice the business transaction inclusive of delivery,profit,and any other
fees,except for the 2015 Fuel TaxRatesas detailed in Section 1,Paragraph 12 herein.
The County shall paythe awarded Bidder:1)the Differential;2)the applicable taxes/fees (per Section 1,
Paragraph 20);and3)the daily fuel price based on the Oil Price Information Service (OPIS)branded or
unbranded (10:00 am)Rack Average Report (as illustrated below)for theday for the appropriate fuel type and
categoryfor Miami,Florida.The County will alsopayforthe emergency fuel delivery feesinaccordance with the
"Emergency Fuel Delivery"paragraph in the "Pricing"section.The User Access Program (UAP)andthe Inspector
General (IG)fees will not be deducted bythe County from the Differential.See Sample Invoice onpage 25.
MIAMI-DADE COUNTY QUOTE NO.:6-2015
The following is an illustrative sample of the OPIS report for gasoline and diesel:
MIAMI,FL 2014-03-11 10:00:49 EDT
**OPIS CONTRACT BENCHMARK FILE**
**OPIS GROSS CBOBETHANOL (10%)PRICES**9.0 RVP
Unl Mid Pre
CONTAVG-03/11 2XX.XX 2XX.XX 3XX.XX
MIAMI,FL 2014-03-11 10:00:49 EDT
**OPIS CONTRACT BENCHMARK FILE**
**OPIS GROSS ULTRA LOW SULFUR DISTILLATE PRICES**
No.2 No.1 Pre
CONTAVG-03/11 3XX.XX
MIAMI,FL 2014-03-11 10:00:49 EDT
**OPIS CONTRACT BENCHMARK FILE**
**OPIS GROSS ULTRA LOW SULFUR RED DYE DISTILLATE PRICES**
No.2 No.1 Pre
CONTAVG-03/11 3XX.XX
The awarded BiddershallprovidetheCountywrittennoticeofany changes within a reasonable timeofall
available Federal or State credits and discounts availableonallfuel types being purchased herein.Theawarded
Biddershallapplyallapplicablecreditsanddiscountstotheprice charged totheCounty,and identify andreflect
the discount on the applicable invoices.
Fuel Delivery Services
A.Theawarded Bidder shallhave,orbeabletocontract with,afleetof fuel transporttruckscapableof
accessing (lifting)fuel from Florida andGeorgiaportsanddelivertothe County.Theawarded Bidder mayuse
itsown resources or use subcontractors toprovidethefueldeliveries.
B.The awarded Bidder shallmake deliveries within twenty-four (24)hours oftheorderoras directed bythe
County.All deliveries shall bemadein accordance with good commercial practice,and within the specified
operatinghoursoftheapplicable facilities,including fueldeliveriesonSaturdayandSunday.In cases where
the delivery will bedelayedduetoforcemajeure,strikes,orother causes beyondthecontroloftheawarded
Bidder,the Awarded Bidder shall notify the County's authorized representative (atthe applicable facility)of
the delays,inadvanceofthe delivery time,sothata revised delivery schedulecanbe arranged with the
County'sauthorizedrepresentativeattheapplicable facility.
C.The awarded Bidder shall provide reliable fuel delivery by using transport truck (fuel amounts in excessof
5,000 gallons)andtank wagon (fuel amounts of 5,000 gallons orless)deliveries.The County anticipates that
the majority ofits fuel orders shall be delivered using transport truck deliveries.All tank wagon trucks shall be
outfitted with the appropriate metersand measuring equipment for fuel delivery.Transport truck deliveries
shallbe accompanied bythe Bill ofLading from thefuelterminal.
D.All fuelsloadedfordeliveriesshallbetemperatureadjustedto60oForinaccordance with thelatest edition of
theASTM International applicable standards for Petroleum Measurement Tables.The awarded Biddershall
invoice basedonthenet 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).
MIAMI-DADE COUNTY
QUOTENO.:6-2015
transporting,delivery and untoadino r!*.SUfl?V i *h»er«d-Fu*P"ce shall Include all costs oldescribedInthePricing^ecSon atoi AnfaltSS^rET"'"""f.""'E""»9<™><>=•«>'Delivery as*.hede,*ery,^cop7o,^
F'I%EE5£i'to"SiaSr-'°de'iVer 3"*lMd "•,^anSP0,,lm*d*"y ,0*»C°U"»<*»*•
6-Truck Certiflcatinn
tank volume makers for theIffifproducl £ng SS *"**"**"*^Cefl*ad "•"•P*™™*
7-Emergency Contingency P'a»
SnTu^^o!Wbetf S Sl^T*°T»P'an ,ha'9uarantees tha c°u™y •emergenciesttoCourt!'hihKoSlve^^n^22?'?dete™'.ned Mtel'"»,he °«^y-""ring
8.Fuel Soills
A
9-Compliance With the Florida Occupational Safetyand Health Ant
Si^^Sh^MSsr^"^a"reqUirementS °f ChaPt6r "2 °f ^ROrida StatUteS re9ardin9 Material
10.Reporting Requirements
Sk^tiSv a To,al"*"'"*""fora"Coun*depanme*tor"»*'**MM*
•Reporting Period (specify month)
•Department
•Delivery Address
'Sffi^^(£3yDUnd °ff reP°rted V°'Ume am0unts-al,ow volumes *^reported up to as many
•Subtotal Volume (per fuel type for all delivery addresses per department)
•Grand Total Volume for Each Fuel Type (all addresses and all departments)
•Note regarding fuel types:report must specify the ethanol and biodiesel blend being delivered
8
MIAMI-DADE COUNTY QUOTE NO.:6-2015
The Fuel Purchasing Report shall be sent in electronic format (Excel format preferred,sample available upon
request)viaemailto:Susannah Troner,Officeof Sustainability (trones@miamidade.gov)and Manuel(Rick)
Garcia,Divisionof Environmental Resources Management (GarciMa@miamidade.gov).
11.Cities and Agencies
Cities and agencies that have accessed this contract include,butnotlimitedto the following:
CityofMiami Miami Shores Village
CityofMiami Beach CityofMiami Springs
CityofNorthMiamiCityof South Miami
Villageof Biscayne Park Cityof Sunny Isles
Barry University Jackson Hospital
MIAMI-DADE COUNTY
PRICE SUBMITTAL PAGE
Oof 2)
QUOTE NO.:6-2015
GROUP A,GASOLINE
TRANSPORT TRUCK DELIVERIES
Payment WET 45
Item
No.
Estimated Gallons per Year
(thisisnota guaranty)Gasoline Differential Per Gallon
1 5,000 E10 Gasoline,Regular $
2 45,000 E10 Gasoline,Mid-Grade $
3 17,250 E10 Gasoline,Premium $
TANK WAGON TRUCK DELIVERIES
Payment WET 45
Item
No.
Estimated Gallons per Year
(thisisnotaguaranty)Gasoline Differential Per Gallon
4 65,000 E10 Gasoline,Regular $
5 135,000 E10 Gasoline,Mid-Grade $
6 51,750 E10 Gasoline,Premium $
TRANSPORT TRUCK DELIVERIES
Payment WET15
Item
No.
Estimated GallonsperYear
(thisis not a guaranty)Gasoline Differential Per Gallon
7 7,500,000 E10 Gasoline,Regular $
TANK WAGON TRUCK DELIVERIES
Payment WET15
Item
No.
Estimated GallonsperYear
(thisis not a guaranty)Gasoline Differential Per Gallon
8 200,000 E10 Gasoline,Regular $
10
MIAMI-DADE COUNTY QUOTE NO.:6-2015
PRICE SUBMITTAL PAGE
(2 of 2)
GROUP B,DIESEL
TRANSPORT TRUCK DELIVERIES
Payment WET 45
Item
No.
Estimated Gallons per Year
(this is not a guaranty)Diesel
Differential Per Gallon
Price
1 470,000 ULSDieselNo.2(Clear)$
2 1,800,000 ULSDieselNo.2(RedDyed)$
TANK WAGON TRUCK DELIVERIES
Payment WET 45
Item
No.
Estimated Gallons per Year
(thisis not a guaranty)Diesel
Differential Per Gallon
Price
3 86,000 ULSDieselNo.2(Clear)$
4 219,000 ULSDieselNo.2(RedDyed)$
:
TRANSPORT TRUCK DELIVERIES
Payment WET 15
Item
No.
Estimated GallonsperYear
(thisis not a guaranty)Diesel
Differential Per Gallon
Price
5 15,400,000 ULSDieselNo.2(Clear)$
TANK WAGON TRUCK DELIVERIES
Payment WET 15
Item
No.
Estimated Gallons per Year
(thisis not a guaranty)Diesel
Differential Per Gallon
Price
6 40,000 ULSDieselNo.2(Clear)$
7 1,000 ULSDieselNo.2(RedDyed)$
Item
No.
GROUP C,DIESEL
Miami Dade Public Housing andCommunityDevelopment (PHCD)
NoCountymeasuresorpreferenceswillapplytothisgroup
TANK WAGON TRUCK DELIVERIES
Payment WET 45
Estimated GallonsperYear
(thisis not a guaranty)
20,000
Diesel
ULSDieselNo.2(RedDyed)
11
Differential Per Gallon
Price
MIAMI-DADE COUNTY QUOTE NO.:6-2015
CONVICTION DISCLOSURE:Pursuant to Miami-Dade County Ordinance 94-34,any individual,corporation,partnership,joint venture or other
legal entity having an officer,director,or executive who has been convicted of a felony during the past ten (10)years shall disclose this information
prior to entering into a contract with or receiving funding from the County.
•Place a check mark here only if bidder has such conviction to disclose to comply with this requirement.
LOCAL PREFERENCE CERTIFICATION:For the purpose ofthis certification,a "local business"isa business located within the limits of Miami-
Dade County (or Broward County in accordance with the Interlocal Agreement between the two counties)that conforms with the provisions of
Section 1.10 of the General Terms and Conditions of this solicitation and contributes to the economic development of the community in a verifiable
and measurable way.This may include,but not be limited to,the retention and expansion of employment opportunities and the support and
increase totheCounty'stax base.
•Place a check mark here only if affirming bidder meets requirements for Local Preference.Failure to complete this certification atthis time
(bycheckingtheboxabove)shallrenderthevendor ineligible for Local Preference.
LOCALLY-HEADQUARTERED BUSINESS CERTIFICATION:For the purpose of this certification,a "locally-headquartered business"isa Local
Business whose "principal placeof business"isin Miami-Dade County,as defined in Section 1.10 ofthe General Terms and Conditions ofthe
original solicitation.
•Place a check mark here only if affirming bidder meets requirements for the Locally-Headquartered Preference (LHP).Failure to complete this
certification atthis time (by checking the box above)may render the vendor ineligible for the LHP.The address ofthe
Locally-headquartered office is:
LOCAL CERTIFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION:A Local Certified Service-Disabled Veteran
Business Enterprise isa firm that is (a)a local business pursuant to Section 2-8.5 of the Code of Miami-Dade County and (b)prior to bid
submission is certified by theStateof Florida Department of Management Services asa service-disabled veteran business enterprise pursuant to
Section 295.187 of the Florida Statutes.
•Place a check mark here only if affirming bidder isa Local Certified Service-Disabled Veteran Business Enterprise.Acopy of the certification
mustbe submitted withthis proposal.
SMALL/MICRO BUSINESS CONTRACT MEASURES FOR SOLICITATIONS (Bid Preference):For awards valued over $100,000,a 10%(ten
percent)bid preference shall apply for certified Micro and SBE bidders.Micro Business Enterprises and Small Business Enterprises must be
certified by Small Business Development under Business Affairs,a division of the Department of Regulatory and Economic Resources (RER),for
the type of goods and/or services the enterprise provides in accordance with the applicable commodity code(s)for this solicitation.For certification
information,contact RER at 305-375-CERT (2378)orat http://www.miamidade.gov/business/business-certification-programs.asp.The Micro/SBE
or SBE Business Enterprise must be certified by bid submission deadline,at contract award and for the duration ofthe contract to remain eligible
forthe preference.
Is yourfirm a Miami-Dade CountyCertified SmallBusiness Enterprise?YesNo
Ifyes,pleaseprovideyour Certification Number:
ADDENDA CONFIRMATION:
AddendaReceived:•No•Yes If yes,pleaseindicatethenumberofaddendareceived:
It ishereby certified and affirmed thatthe bidder shallacceptanyawardsmadeasa result ofthis quotation.Bidder further agreesthat prices
quoted will remain fixed foraperiodof sixty (60)days from date quotation isdue.If awardedapurchasesorderor contract asaresultofthis
solicitation,bidderfurther agrees thatpricesquotedshallremainfixedandfirmforthetermofthecontract.
Failureto complete and sign thisform renders yourbid/quotation non-responsive and ineligible foraward
Authorized Signature:Title:
Print/Type Name:Phone:
E-mail:Fax:
Firm Name:F.E.I.N.No.:I -I I I I I I
Address:City:_State:
THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF BIDDER TO BE BOUND BY THE TERMS OFITS PROPOSAL.
FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON-
RESPONSIVE.THECOUNTY MAY,HOWEVER,INITSSOLEDISCRETION,ACCEPT ANY PROPOSALTHATINCLUDESAN EXECUTED DOCUMENT
WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OFITS OFFER.
12
Firm NameofPrime Contractor/Respondent.
Project/Contract Number ~
SUBCONTRACTOR/SUPPLIER LISTING(ITQ 6-2015)
(Miami-DadeCounty Code Sections 2-8.1,2-8.8and 10-34)
FEIN #
In accordance with Sections 2-8.1,2-8.8 and 10.34 ofthe Miami-Dade County Code,this form must be submitted asa condition of award by all bidders/respondents on County contracts for purchase of
supplies,materials or services,including professional services which involve expenditures of $100,000 or more,and all bidders/respondents on County or Public Health Trust construction contracts which
involve expenditures of $100,000 or more.The bidder/respondent who is awarded this bid/contract shall not change or substitute first tier subcontractors or direct suppliers orthe portions ofthe contract
work tobe performed or materials tobe supplied from those identified,except upon written approval ofthe County.The bidder/respondent should enterthe word "NONE"under the appropriate heading of
this form if no subcontractors or suppliers will beusedonthe contract andsignthe bottom ofthe form.
In accordance with Ordinance No.11-90,anentity contractinp withtheCountv shall report the race,aender and ethnic oriainofthe owners and emolovees ofallfirsttier subcontractors.In the event that
the successful bidder demonstrates totheCountv Drior toawardthatthe race,aender.andethnicinformationisnot reasonablv availableatthat time,the successful biddershallbe obliaated to exercise
diliaenteffortstoobtain that informationand orovide the same totheCountvnotlater than ten C\Q)davs afterit becomes available and.inanv event,orior tofinal oavment under the contract
(Please duplicate this form if additional space is needed.)
Business Name and
Address of First Tier
Subcontractor/
Subconsultant
Principal Owner
Scope of Work to
be Performed by
Subcontractor/
Subconsultant
Principal Owner
(Enter the number of male and female
owners by race/ethnicity)
Employee(s)
(Enter the number of male and
female employees and the number
of employees by race/ethnicity)
Gender Race/Ethnicity Gender Race/Ethnicity
M F 8
i m
o
1
X
u
I*
.2 m
Native American/Nati veAlaskan
Q)
6
M F
o
c
CO
§r
X
o
p11
.2 w
Native American/Nati veAlaskan
a>
6
Business Name and
Address of First Tier Direct
Supplier
Principal Owner
Supplies/Materials/
Services to be
Provided by
Supplier
Principal Owner
(Enter the number of male and female
owners by race/ethnicity)
Employee(s)
(Enter the number of male and
female employees and the number
of employees by race/ethnicity)
Gender Race/Ethnicity Gender Race/Ethnicity
MF
0)
I
a
CO
S
a
c
1
X
a
P
.s «s
3
Native American/Native Alaskan
<5
c
5
M F
0)
I CD
o
c
CO
%
X
o
3
Native American/Native Alaskan
6
|Mark here if race,gender and ethnicity information is not available and will be provided at a later date.This data may be submitted to Contracting/User department or on
Business Development of the Department of Requlatorv and Economic Resources Department at http://new.miamidade.aov/business/business-development.asp.
-line to Small
/certifythattherepresentationscontainedinthisSubcontractor/Supplierlistingaretothebest ofmyknowledgetrueandaccurate.
Signature of Bidder/Respondent Print Name Print Title Date SUB 100 Rev.6/12
13
MIAMI-DADE COUNTY
Attachment*A
FUELTANKS-CAPACITIESANDLOCATIONS
Aviation Department:Gasoline and Diesel Fuel
QUOTE NO.:6-2015
'^SW^M^Wh<
14410 NW 44th Street 10,000 Above Ground Unleaded Gas
14410 NW 44th Street 5,200 Above Ground Vehicular Diesel
28700 SW 217th Avenue 4,000 Above Ground Vehicular Diesel
SW of SW 127th St &SW 145th Avenue 4,000 Above Ground Unleaded Gas
ConcourseEFueling-Miami Int'l Airport 12,000 Underground Unleaded Gas
ConcourseEFueling-Miami Int'l Airport 12,000 Underground Unleaded Gas
Concourse EFueling-MiamiInt'l Airport 4,000 Underground Vehicular Diesel
ConcourseEFueling-MiamiInt'lAirport 12,000 Underground Vehicular Diesel
4290 NW S Tamiami Canal 12,000 Above Ground Vehicular Diesel
Elec VaultMiami Int'l Airport 4,000 Above Ground Vehicular Diesel
Homestead GeneralAirportBuilding#9 500 Above Ground Emer.Generator #256-Diesel
Homestead GeneralAirportBuilding#6 200 Above Ground Emer.Generator #125-Diesel
HomesteadGeneral Airport-Airfield Lighting Vault
Structure
2,000 Above Ground Emer.Generator #107-Diesel
Miami International Airport BIdg.600 2,000 Above Ground Emer.Generator #225-Diesel
Miami International Airport Lift Station #69 1,000 Underground Emer.Generator #115-Diesel
Miami International Airport BIdg.3090 4,000 Above Ground Emer.Generator #201-Diesel
Miami International Airport BIdg.60A 2,000 Above Ground Emer.Generator #246-Diesel
Miami International AirportFlamingoGarage 3,000 Above Ground Emer.Generator #121-Diesel
Miami International Airport BIdg.#2201 2,000 Underground Emer.Generator #202-Diesel
Miami International Airport CC-F Ramp Level 2,000 Above Ground Emer.Generator #214-Diesel
Miami International Airport CC-E Ramp Level 2,000 Underground Emer.Generator #203-Diesel
Miami International Airport CC-H RampLevel 5,000 Underground Emer.Generator #213-Diesel
Miami International Airport Lift Sta.REPUMP#2 2,000 Above Ground Emer.Generator #240-Diesel
Miami International Airport BIdg.#7000-Lift Sta.#68 1,000 Underground Emer.Generator #114-Diesel
Miami International Airport CC-E-FIS second floor 2,000 Above Ground Emer.Generator #211-Diesel
Miami International Airport CC-E OldMain -1 Floor 2,000 Above Ground Emer.Generator #123-Diesel
Miami International Airport CC-D 8,000 Underground Emer.Generator #248-Diesel
Miami International Airport CC-E Satellite Ramp 2,000 Above Ground Emer.Generator #205-Diesel
Miami International Airport CC-F/G Wrap Ramp 2,000 Above Ground Emer.Generator #242-Diesel
Miami International Airport Elec Vault Ramp 4,000 Above Ground Emer.Generator #221-Diesel
Miami International Airport BIdg.#5A 2,000 Above Ground Emer.Generator #218 Diesel
Miami International Airport CC-D Ramp LevelD-17 12,000 Underground Emer.Generator #217-Diesel
14
MIAMI-DADE COUNTY QUOTE NO.:6-2015
Opa-locka Airport BIdg.#176 4,000 Above Ground Emer.Generator #222-Diesel
Miami International Airport BIdg.33-Landside 500 Above Ground Emer.Generator #122-Diesel
Tamiami-Kendall General Airport AirfieldLighting
Vault
2,000 Above Ground Emer.Generator #112-Diesel
Corrections Department:Diesel Fuel
CORRECTIONAL
FACILITY
TANK ABOVE
OR BELOW
GROUND
TANK
CAPACITY FUEL TYPE LOCATION
TGKTANK1 ABOVE 5000 DIESEL 7000 NW 41st St.331
Tank for Main Generators
TGKTANK2 ABOVE 4000 DIESEL
7000 NW 41s'St.331
Tank for Generators in Medical
Housing
BOOTCAMP ABOVE 1000 DIESEL 6950 NW41 ST.,33166
TTC ABOVE 1000 DIESEL 6950 NW41 ST.,33166
NDDC ABOVE 5000 DIESEL 15801 NW STATE RD.#9,33169
PTDC TANK 1 ABOVE 1000 DIESEL 1321 NW13m ST.33125
Near Kitchen
PTDC TANK 2 UNDERGROUND 6000 DIESEL 1321 NW13m ST.33125
West Side of Facility
WDC ABOVE 1000 DIESEL 1401 NW 7th AVENUE,33138
Fire Rescue Department:Diesel Fuel
l~-_..HT3FF?Sr™!S^5^;j^v,»,i„'^5=Sg^'L.A'-'''•••1'•'.•i~°==SL'"i !*•
63
46
21
37
16
23
44
Supply
Bureau
43
11
19
20
6460 NW 27 Avenue
1655 NE 205 Street
10200 NW 116'"WAY
10500 COLLINS AVE
4200 SW 142NU AVE
9201 SW152"UST
325 NW 2NU ST
7825 SW 104'"ST
7700NW186mST
801ONW 60™ST
13390 SW152TH ST
18705 NW 27th AVE
650 NW 131&l ST
13000 NE16™AVE
2,000
400
2000
2000
2000
2000
2000
2000
2000
1000
2000
2000
2000
2000
15
ABOVEGROUND
ABOVEGROUND
ABOVEGROUND
ABOVEGROUND
ABOVEGROUND
ABOVEGROUND
ABOVEGROUND
ABOVEGROUND
ABOVEGROUND
ABOVEGROUND
ABOVEGROUND
ABOVEGROUND
ABOVEGROUND
ABOVEGROUND
Vehicular Diesel
Emergency
Generator Diesel
Vehicular Diesel
Vehicular Diesel
Vehicular Diesel
Vehicular Diesel
Vehicular Diesel
Vehicular Diesel
Vehicular Diesel
Vehicular Diesel
Vehicular Diesel
Vehicular Diesel
Vehicular Diesel
Vehicular Diesel
MIAMI-DADE COUNTY QUOTE NO.:6-2015
29 351SW107™AVE 2000 ABOVEGROUND Vehicular Diesel
36 10001 HAMMOCKS BLVD 1000 ABOVEGROUND VehicularDiesel
6 15890 SW 288IH ST 2000 ABOVEGROUND Vehicular Diesel
7 9350NW22ndAVE 2000 ABOVEGROUND Vehicular Diesel
8 2900 AVENTURA BLVD 2000 ABOVEGROUND Vehicular Diesel
HQ
9300NW 41st ST 12000 ABOVEGROUND
Emergency
Generator Diesel
HQ
9300NW 41st ST 12000 ABOVEGROUND
Emergency
Generator Diesel
HQ
9300NW 41st ST 12000 ABOVEGROUND
Emergency
Generator Diesel
9 7777 SW117IM AVE 2000 ABOVEGROUND Vehicular Diesel
HQ 9300NW 41ST ST 3000 ABOVEGROUND Vehicular Diesel
ISD/Fleet Manaaement:Gasoline and Diesel Fuel
WBKS^^^^^CAPACITY ^^^S^S^M f$Sti^&'y-
8801NW 58,H ST 10000 ABOVEGROUND Unleaded Gas
8801NW58™ST 12000 ABOVEGROUND Vehicular Diesel
8801NW58™ST 12000 ABOVEGROUND Vehicular Diesel
8801 NW 58'"ST 20000 ABOVEGROUND Vehicular Diesel
8801 NW58mST 20000 ABOVEGROUND Vehicular Diesel
8801 NW58mST 12000 ABOVEGROUND Unleaded Gas
8801 NW58'"ST 12000 ABOVEGROUND Unleaded Gas
8801NW58mST 12000 ABOVEGROUND Unleaded Gas
8801 NW58mST
500 ABOVEGROUND
Emergency
Generator Diesel
703NW25™ST 12000 UNDERGROUND Unleaded Gas
703NW25™ST 12000 UNDERGROUND Unleaded Gas
703NW25™ST 12000 UNDERGROUND Unleaded Gas
703NW25™ST 12000 UNDERGROUND Vehicular Diesel
7900SW107™AVE 10000 UNDERGROUND Unleaded Gas
7900 SW107™AVE 12000 UNDERGROUND Vehicular Diesel
7900 SW 107™AVE 12000 UNDERGROUND Vehicular Diesel
7900SW107™AVE 250 ABOVEGROUND
Emergency
Generator Diesel
7707SW 117™AVE 12000 UNDERGROUND Unleaded Gas
12451 SW184™ST 12000 UNDERGROUND Unleaded Gas
12451SW184™ST 12000 UNDERGROUND Vehicular Diesel
201 NW1STST 20000 UNDERGROUND Unleaded Gas
201 NW1STST 20000 UNDERGROUND Unleaded Gas
201 NW1STST 200 ABOVEGROUND
Emergency
Generator Diesel
15665 BISCAYNE BLVD 12000 UNDERGROUND Unleaded Gas
18701 NE 6 AVE 15000 UNDERGROUND Unleaded Gas
18701 NE6AVE 15000 UNDERGROUND Vehicular Diesel
18701 NE6AVE 15000 UNDERGROUND Vehicular Diesel
18701 NE6AVE 250 ABOVEGROUND
Emergency
Generator Diesel
10710 SW211™ST 12000 UNDERGROUND Unleaded Gas
16
MIAMI-DADE COUNTY QUOTE NO.:6-2015
10710 SW 211™ST 12000 UNDERGROUND Unleaded Gas
10710 SW 211™ST 12000 UNDERGROUND Vehicular Diesel
10710 SW 211™ST 250 ABOVEGROUND
Emergency
Generator Diesel
10820 SW 211™ST 250 ABOVEGROUND
Emergency
Generator Diesel
7100NW36™ST 12000 UNDERGROUND Unleaded Gas
7100NW36™ST 12000 UNDERGROUND Vehicular Diesel
21300 NW47™AVE 7500 ABOVEGROUND Vehicular Diesel
21300 NW47™AVE 7500 ABOVEGROUND Vehicular Diesel
9109 NW25™ST 15000 UNDERGROUND Unleaded Gas
9109 NW25™ST 15000 UNDERGROUND Unleaded Gas
9109NW25™ST 15000 UNDERGROUND Unleaded Gas
10000 SW 142nd AVE 12000 UNDERGROUND Unleaded Gas
10000 SW 142ndAVE 300 ABOVEGROUND
Emergency
Generator Diesel
7901 CRANDON BLVD 12000 UNDERGROUND Unleaded Gas
7901 CRANDON BLVD 12000 UNDERGROUND Unleaded Gas
7901 CRANDON BLVD 12000 UNDERGROUND Vehicular Diesel
18805 NW27™AVE 12000 UNDERGROUND Unleaded Gas
18805NW27™AVE 1000 UNDERGROUND
Emergency
Generator Diesel
6100 SW 87™AVE 15000 UNDERGROUND Unleaded Gas
6100 SW 87™AVE 15000 UNDERGROUND Unleaded Gas
6100 SW 87™AVE 15000 UNDERGROUND Vehicular Diesel
6100 SW 87™AVE 500 ABOVEGROUND
Emergency
Generator Diesel
200W74™PL 12000 UNDERGROUND Unleaded Gas
200W74™PL 200 ABOVEGROUND
Emergency
Generator Diesel
200W74™PL 12000 UNDERGROUND Vehicular Diesel
1001 NW11™ST 12000 UNDERGROUND Unleaded Gas
1001 NW11™ST 12000 UNDERGROUND Vehicular Diesel
3575 S LEJEUNE RD 12000 UNDERGROUND Unleaded Gas
4801 SW 117™AVE 12000 UNDERGROUND Unleaded Gas
4801 SW 117™AVE 12000 UNDERGROUND Vehicular Diesel
3625 NW 10™AVE 6000 ABOVEGROUND Unleaded Gas
3625 NW10™AVE 6000 ABOVEGROUND Vehicular Diesel
800W 3RD AVE 10000 UNDERGROUND Unleaded Gas
8950 SW 232nd ST 12000 UNDERGROUND Unleaded Gas
8950 SW 232nd ST 12000 UNDERGROUND Vehicular Diesel
4300 NW 20IH ST BLDG 3042 10000 ABOVEGROUND Unleaded Gas
4300NW20™STBLDG3042 10000 ABOVEGROUND Unleaded Gas
4300NW20'MST BLDG 3042 10000 ABOVEGROUND Vehicular Diesel
5975 MIAMI LAKES DR 20000 UNDERGROUND Unleaded Gas
5975 MIAMI LAKES DR 200 ABOVEGROUND
Emergency
Generator Diesel
VIRGINIA BCH RD-VIRGINIA KEY 6000 ABOVEGROUND Vehicular Diesel
VIRGINIA BCH RD-VIRGINIA KEY 6000 ABOVEGROUND Unleaded Gas
2575NE1515'ST 12000 ABOVEGROUND Vehicular Diesel
17
MIAMI-DADE COUNTY QUOTE NO.:6-2015
2575 NE 151ST ST 12000 ABOVEGROUND Unleaded Gas
1504 NORTH CARIBEAN BLVD 9000 ABOVEGROUND Unleaded Gas
1504 NORTH CARIBEAN BLVD 3000 ABOVEGROUND Vehicular Diesel
799 NW 81TH STREET 12000 UNDERGROUND Unleaded Gas
799 NW 81 TH STREET 12000 UNDERGROUND Unleaded Gas
799 NW 81 TH STREET 1000 UNDERGROUND
Emergency
Generator Diesel
213000 NW 47in AVE 20000 ABOVEGROUND Vehicular Diesel
213000 NW 47th AVE 20000 ABOVEGROUND Vehicular Diesel
213000 NW47thAVE 12000 ABOVEGROUND Unleaded Gas
213000NW47lhAVE 12000 ABOVEGROUND Unleaded Gas
213000 NW47tn AVE 12000 ABOVEGROUND Unleaded Gas
360 CORAL SEA BLVD BLDG 624 20000 ABOVEGROUND Vehicular Diesel
360 CORAL SEA BLVD BLDG 624 20000 ABOVEGROUND Vehicular Diesel
360 CORAL SEA BLVD BLDG 624 12000 ABOVEGROUND Unleaded Gas
360 CORAL SEA BLVD BLDG 624 12000 ABOVEGROUND Unleaded Gas
360 CORAL SEA BLVD BLDG 624 12000 ABOVEGROUND Unleaded Gas
Note:Fuel Deliveries to the Fleet Management Idivision shall be scheduled between the hours of
7:00AMand3:00PM,Mondays through Fridays.
ISP/Facilities and Utilities:Diesel Fuel
2901 W FLAGLER ST
200 NW1"'ST
175NW1&IAVE
12600NW42nd AVE
1351 NW12'"ST
270 NW 2 ST
5400NW22ndAVE
5680 SW 87'"AVE
111 NW 1ST ST-SUITE 1ST FLOOR
TH1801NW9mAVE
ONE BOB HOPE RD
5600 SW 87'"AVE
STH9350SW248'"ST,WATER TREATMENT
.TH2700NW87m AVE
73 W FLAGLER ST
500
6000
2500
550
8000
6000
2000
20000
15000
1000
5000
6000
3000
685
500
18
ABOVEGROUND
UNDERGROUND
UNDERGROUND
UNDERGROUND
UNDERGROUND
UNDERGROUND
UNDERGROUND
UNDERGROUND
UNDERGROUND
ABOVEGROUND
UNDERGROUND
ABOVEGROUND
ABOVEGROUND
ABOVEGROUND
UNDERGROUND
Emergency Generator
Diesel
Emergency Generator
Diesel
Emergency Generator
Diesel
Emergency Generator
Diesel
Emergency Generator
Diesel
Emergency Generator
Diesel
Emergency Generator
Diesel
Emergency Generator
Diesel
Emergency Generator
Diesel
Emergency Generator
Diesel
Emergency Generator
Diesel
Emergency Generator
Diesel
Emergency Generator
Diesel
Emergency Generator
Diesel
Emergency Generator
MIAMI-DADE COUNTY QUOTE NO.:6-2015
Diesel
1015 N AMERICAN WAY 2500 UNDERGROUND Generator/Pump Diesel
6010SW87™AVE 2 000 ABOVEGROUND
Emergency Generator
Diesel
Housina Aaencv:Diesel Fuel
^fMfiHB^:^'-/*j3)•]
CAPACITY location ',•_^;<^apgE-^S4'lm^i^S.A^:iM$iii---\
150 NE 69 ST.1000 ABOVEGROUND Emergency Generator Diesel
8255 NW MIAMI CT.1000 ABOVEGROUND Emergency Generator Diesel
191 NE75ST.3000 ABOVEGROUND Emergency Generator Diesel
2200 NW 54 ST 500 ABOVEGROUND Emergency Generator Diesel
930 NW 95'"ST 1000 ABOVEGROUND Emergency Generator Diesel
950 NW 95'"ST 1000 ABOVEGROUND Emergency Generator Diesel
3000 NW 3MU AVE 1000 ABOVEGROUND Emergency Generator Diesel
1701 NW 2NU.Ct.1000 ABOVEGROUND Emergency Generator Diesel
800 NW 13'"AVE 1000 ABOVEGROUND Emergency Generator Diesel
1403/05 NW 7'"ST 500 ABOVEGROUND Emergency Generator Diesel
2920 NW 18 AVE 3000 ABOVEGROUND Emergency Generator Diesel
154 SW 17 AVE,500 ABOVEGROUND Emergency Generator Diesel
1759SW5St.500 ABOVEGROUND Emergency Generator Diesel
935 SW 30 AVE.1000 ABOVEGROUND Emergency Generator Diesel
490NE2NUAVE.1000 ABOVEGROUND Emergency Generator Diesel
Transit Department:Gasoline and Diese Fuel
sP??^VV^^Vc-^
3300NW32nd AVE
?V ^-se&S&tefr.*-
6000 ABOVEGROUND Unleaded Gas
ND3300NW32™u AVE 12000 ABOVEGROUND Vehicular Diesel
3300NW32nd AVE 12000 ABOVEGROUND Vehicular Diesel
3300 NW 32NU AVE
3300 NW32ndAVE
12000 ABOVEGROUND Vehicular Diesel
12000 ABOVEGROUND Vehicular Diesel
3300 NW 32NU AVE 12000 ABOVEGROUND Vehicular Diesel
2775 SW 74'"AVE
2775SW74™AVE
12000 ABOVEGROUND Vehicular Diesel
12000 ABOVEGROUND Vehicular Diesel
2775 SW 74'"AVE
TH2775SW74'"AVE
12000 ABOVEGROUND Vehicular Diesel
12000 ABOVEGROUND Vehicular Diesel
2775 SW 74'"AVE
ND6601NW72™u AVE
12000 ABOVEGROUND Vehicular Diesel
7000 ABOVEGROUND Unleaded Gas
6601 NW 72NU AVE
360NE185™ST
TH ,360 NE 185'"ST
10000 ABOVEGROUND Vehicular Diesel
4000 ABOVEGROUND Unleaded Gas
12000 ABOVEGROUND Vehicular Diesel
360 NE 185'"ST
360NE185™ST
12000 ABOVEGROUND Vehicular Diesel
12000 ABOVEGROUND Vehicular Diesel
360 NE 185'"ST 12000 ABOVEGROUND Vehicular Diesel
360 NE 185'"ST 12000 ABOVEGROUND Vehicular Diesel
3300 NW 32NU AVE 500 ABOVEGROUND Emergency Generator Diesel
19
MIAMI-DADE COUNTY QUOTE NO.:6-2015
3300 NW 32"u AVE
3300NW32ndAVE
2775 SW74™AVE
2775 SW 74'"AVE
360NE185™ST
8300 S DIXIE HWY
110NW3"UST
500
2000
1000
500
1000
550
5000
ABOVEGROUND
ABOVEGROUND
ABOVEGROUND
ABOVEGROUND
ABOVEGROUND
UNDERGROUND
Emergency Generator Diesel
Emergency Generator Diesel
Emergency Generator Diesel
Emergency Generator Diesel
Emergency Generator Diesel
Emergency Generator Diesel
Emergency Generator Diesel
Note:FuelDeliveries to the Transit Department shallbe scheduled between the hours of8:00AM
and4:00 PM,Mondays through Saturdays.
Police Department:Diesel Fuel
9105 NW 25'"AVE 6000
10000 SW 142nd Avenue 1200
7617 SW 117th Avenue 180
7707 SW 17th Avenue 1200
9601 NW 58th Street 1200
5975 Miami Lakes Drive 1200
•TH18805NW27'"Avenue 3000
10800 SW 211th Street 1200
13930 SW 127th Avenue 1200
799 NW 81st Street 3000
15665 BiscayneBlvd 1200
UNDERGROUND
ABOVEGROUND
ABOVEGROUND
ABOVEGROUND
ABOVEGROUND
ABOVEGROUND
ABOVEGROUND
ABOVEGROUND
ABOVEGROUND
ABOVEGROUND
ABOVE
GROUND
Park and Recreation:Gasoline and Diesel Fuel
«£E.;%£&'
Emergency Generator Diesel
Emergency Generator Diesel(Low-Sulfur/
Dyed)
Emergency Generator Diesel (Low-Sulfur/
Dyed)
Emergency Generator Diesel(Low-Sulfur/
Dyed)
Emergency Generator Diesel (Low-Sulfur/
Dyed)
Emergency Generator Diesel (Low-Sulfur/
Dyed)
Emergency Generator Diesel (Low-Sulfur/
Dyed)
Emergency Generator Diesel (Low-Sulfur/
Dyed)
Emergency Generator Diesel (Low-Sulfur/
Dyed)
Emergency Generator Diesel (Low-Sulfur/
Dyed)
Emergency Generator Diesel (Low-Sulfur/
Dyed)
ill
TAMIAMI PARK
TAMIAMI PARK
COUNTRY
CLUB OF MIAMI
COUNTRY
CLUB OF MIAMI
GREYNOLDS
PARK
GREYNOLDS
PARK
10901SW24™ST
10901 SW24THST
6801 MIAMI GARDENS DR
6801 MIAMI GARDENS DR
17350W DIXIE HWY
17350 W DIXIE HWY
550 UNDERGROUND Unleaded Gas
550 UNDERGROUND Vehicular Diesel
500 ABOVEGROUND Unleaded Gas
500 ABOVEGROUND Vehicular Diesel
1000 ABOVEGROUND Unleaded Gas
300 ABOVEGROUND Vehicular Diesel
20
MIAMI-DADE COUNTY QUOTE NO.:6-2015
CRANDON
GOLF 6700 CRANDON BLVD 500 ABOVEGROUND Vehicular Diesel
CRANDON
GOLF 6701 CRANDON BLVD 500 ABOVEGROUND Unleaded Gas
PALMETTO
GOLF 9300SW152ndST 1000
ABOVEGROUND Unleaded Gas
PALMETTO
GOLF 9300 SW 152nd ST 280 ABOVEGROUND Vehicular Diesel
TAMIAMI PARK 11201 SW 24th ST 1000 ABOVEGROUND Unleaded Gas
TAMIAMI PARK 11201 SW 24™ST 500 ABOVEGROUND Vehicular Diesel
KENDALL
SHOPS 11395SW79THST
550
ABOVEGROUND
Emergency Generator
Diesel
ZOO MIAMI 12400 SW 152nd ST 500 ABOVEGROUND Unleaded Gas
ZOO MIAMI 12401 SW 152nd ST
500
ABOVEGROUND
Emergency Generator
Diesel
Redland Fruit &
spice 24801 SW 187th Ave 300 ABOVEGROUND Diesel,Irrigation Pump
VIZCAYA 3251 S MIAMI AVE
2000
ABOVEGROUND
Emergency Generator
Diesel
Marinas Re-Sell Gasoline To The Public:
i-\~rS£??-^i>^byt%^£%^
CRANDON MARINA 4000 Crandon Blvd.
CRANDON MARINA 4000 Crandon Blvd.
CRANDON MARINA 4001 Crandon Blvd.
PELICAN HARBOR
MARINA 1275 NE 79 St.
Water and Sewer:Diesel Fuel
2201NW70thAVE
4801 SW 117'"AVE
4801 SW 117™AVE
10075NW52ndST
17435NW89™AVE
VIRGINIA BCH RD-VIRGINIA KEY
VIRGINIA BCH RD-VIRGINIA KEY
VIRGINIA BCH RD-VIRGINIA KEY
VIRGINIA BCH RD-VIRGINIA KEY
VIRGINIA BCH RD-VIRGINIA KEY
VIRGINIA BCH RD-VIRGINIA KEY
390 NW RIVER DR
390 NW RIVER DR
1001 NW11mST
2000
1000
1000
1000
1000
6000
6000
25000
25000
25000
25000
25000
25000
2000
\»e 1 ':
„Jf •»
tiffin
10000 Underground Premium
10000 Underground Mid-Grade
10000 Underground Diesel Died
10000 Underground Diesel,Boat
UNDERGROUND Vehicular Diesel
UNDERGROUND Vehicular Diesel
UNDERGROUND Vehicular Diesel
ABOVEGROUND Emergency Generator Diesel
ABOVEGROUND Emergency Generator Diesel
ABOVEGROUND Emergency Generator Diesel
ABOVEGROUND Emergency Generator Diesel
ABOVEGROUND Emergency Generator Diesel
ABOVEGROUND Emergency Generator Diesel
ABOVEGROUND Emergency Generator Diesel
ABOVEGROUND Emergency Generator Diesel
ABOVEGROUND Emergency Generator Diesel
ABOVEGROUND Emergency Generator Diesel
ABOVEGROUND Emergency Generator Diesel
21
MIAMI-DADE COUNTY QUOTE NO.:6-2015
19500SW376™ST 2000 ABOVEGROUND Emergency Generator Diesel
HAMMOCKS BLVD&SW 103rd ST 250 ABOVEGROUND Emergency Generator Diesel
6455NW7thST 550 UNDERGROUND Generator/Pump Diesel
35250SW 177th COURT 2000 ABOVEGROUND Emergency Generator Diesel
461NW5™AVE 6000 ABOVEGROUND Emergency Generator Diesel
10101-A COASTA DEL SOL BLVD 500 ABOVEGROUND Emergency Generator Diesel
6200NW32ndAVE 1000 ABOVEGROUND Emergency Generator Diesel
1530NW111THAVE 2000 ABOVEGROUND Emergency Generator Diesel
18 FISHER ISLAND 1000 UNDERGROUND Emergency Generator Diesel
8324NW7th ST 1000 UNDERGROUND Emergency Generator Diesel
7341 SW61STCT 1000 ABOVEGROUND Emergency Generator Diesel
1 NW BLVD 10000 ABOVEGROUND Emergency Generator Diesel
2400NW76th ST 550 UNDERGROUND Emergency Generator Diesel
925 BISCAYNE BLVD 10000 ABOVEGROUND Emergency Generator Diesel
12700NW 30th AVE 10000 ABOVEGROUND Emergency Generator Diesel
12700NW30™AVE 10000 ABOVEGROUND Emergency Generator Diesel
354 SUNNY ISLES BLVD 2000 ABOVEGROUND Emergency Generator Diesel
17800NW29™CT 1000 ABOVEGROUND Emergency Generator Diesel
19400 NE 10 AVE 1000 ABOVEGROUND Emergency Generator Diesel
21411 NW47™AVE 500 ABOVEGROUND Emergency Generator Diesel
19975 AVENTURA BLVD 250 ABOVEGROUND Emergency Generator Diesel
15000NW37™AVE 2000 ABOVEGROUND Emergency Generator Diesel
13760NE5™AVE 2000 ABOVEGROUND Emergency Generator Diesel
1825 NE 150 ST 2000 ABOVEGROUND Emergency Generator Diesel
5700E8™AVE 1000 ABOVEGROUND Emergency Generator Diesel
20901NW7™AVE 1000 ABOVEGROUND Emergency Generator Diesel
12400NW32ndAVE 1000 ABOVEGROUND Emergency Generator Diesel
13920NW60™AVE 1000 ABOVEGROUND Emergency Generator Diesel
3750NW 181st ST 6000 ABOVEGROUND Emergency Generator Diesel
7301 NW186™ST 1000 ABOVEGROUND Emergency Generator Diesel
7900 NW 178 ST 1000 ABOVEGROUND Emergency Generator Diesel
3300W76™ST 4000 UNDERGROUND Emergency Generator Diesel
20215NW2ndAVE 1000 ABOVEGROUND Emergency Generator Diesel
3150 NW208™ST 1000 ABOVEGROUND Emergency Generator Diesel
2451NE203rd ST 1000 UNDERGROUND Emergency Generator Diesel
21101 NE28™AVE 1000 UNDERGROUND Emergency Generator Diesel
19201 NE29™AVE 2000 ABOVEGROUND Emergency Generator Diesel
3801 SUNNY ISLE BLVD 2000 UNDERGROUND Emergency Generator Diesel
6452 MEDITERRANEAN BLVD 500 UNDERGROUND Emergency Generator Diesel
17902 NW MEDITERREAN BLVY 550 UNDERGROUND Emergency Generator Diesel
19091NW62ndAVE 500 UNDERGROUND Emergency Generator Diesel
16650NE79™AVE 1000 UNDERGROUND Emergency Generator Diesel
3601NE207™ST 1000 UNDERGROUND Emergency Generator Diesel
3650NE213™ST 1000 UNDERGROUND Emergency Generator Diesel
15700NW79™AVE 1000 ABOVEGROUND Emergency Generator Diesel
16547NW87™AVE 1000 UNDERGROUND Emergency Generator Diesel
19802NW82ndPL 1000 UNDERGROUND Emergency Generator Diesel
10700SW147™AVE 1000 UNDERGROUND Emergency Generator Diesel
22
MIAMI-DADECOUNTYQUOTENO.:6-2015
14799SW117™AVE1000ABOVEGROUNDEmergencyGeneratorDiesel
18445OLDCUTLERRD2000UNDERGROUNDEmergencyGeneratorDiesel
SW117AVE&208ST6000UNDERGROUNDEmergencyGeneratorDiesel
12650SW150™ST1000UNDERGROUNDEmergencyGeneratorDiesel
6210SW128™AVE1000ABOVEGROUNDEmergencyGeneratorDiesel
SW142ndAVE&92ndST1000ABOVEGROUNDEmergencyGeneratorDiesel
8700SW95™AVE10000ABOVEGROUNDEmergencyGeneratorDiesel
8700SW95™AVE10000ABOVEGROUNDEmergencyGeneratorDiesel
8260SW97™ST3000ABOVEGROUNDEmergencyGeneratorDiesel
17935SW104™AVE2000ABOVEGROUNDEmergencyGeneratorDiesel
19340SW112™CT500ABOVEGROUNDEmergencyGeneratorDiesel
11380SW38™ST1000ABOVEGROUNDEmergencyGeneratorDiesel
2545SW122ndCT1000ABOVEGROUNDEmergencyGeneratorDiesel
12480SW18™ST500ABOVEGROUNDEmergencyGeneratorDiesel
1301SW122ndAVE1000ABOVEGROUNDEmergencyGeneratorDiesel
15550SW80™ST250ABOVEGROUNDEmergencyGeneratorDiesel
1199SW134™AVE1000ABOVEGROUNDEmergencyGeneratorDiesel
15840SW127™AVE2000ABOVEGROUNDEmergencyGeneratorDiesel
4801SW117™AVE500ABOVEGROUNDEmergencyGeneratorDiesel
11991SW34™ST500ABOVEGROUNDEmergencyGeneratorDiesel
555SE8™ST6000UNDERGROUNDEmergencyGeneratorDiesel
SW147™AVE&304™ST6000ABOVEGROUNDEmergencyGeneratorDiesel
10350PUERTORICODR1000ABOVEGROUNDEmergencyGeneratorDiesel
2575NE151stST100000ABOVEGROUNDEmergencyGeneratorDiesel
2575NE151stST100000ABOVEGROUNDEmergencyGeneratorDiesel
2575NE151stST6000ABOVEGROUNDGenerator/PumpDiesel
29200SW142NDAVE2000ABOVEGROUNDEmergencyGeneratorDiesel
8300COMMERCEWAY1000UNDERGROUNDEmergencyGeneratorDiesel
15225HARDINGDR2000ABOVEGROUNDEmergencyGeneratorDiesel
15800SW336™ST1000ABOVEGROUNDEmergencyGeneratorDiesel
15800SW336™ST1000ABOVEGROUNDEmergencyGeneratorDiesel
W2nd&75PLACE6000ABOVEGROUNDEmergencyGeneratorDiesel
SW107™AVE&72ndST6000ABOVEGROUNDEmergencyGeneratorDiesel
8950SW232ndST25000ABOVEGROUNDEmergencyGeneratorDiesel
8950SW232ndST25000ABOVEGROUNDEmergencyGeneratorDiesel
8950SW232ndST25000ABOVEGROUNDEmergencyGeneratorDiesel
8950SW232ndST2000ABOVEGROUNDEmergencyGeneratorDiesel
8950SW232ndST25000ABOVEGROUNDEmergencyGeneratorDiesel
8950SW232ndST25000ABOVEGROUNDEmergencyGeneratorDiesel
3880NW25™ST2500UNDERGROUNDEmergencyGeneratorDiesel
21069BISCAYNEBLVD1000ABOVEGROUNDEmergencyGeneratorDiesel
201EASTWOODDR1000UNDERGROUNDEmergencyGeneratorDiesel
18820NE29™AVE1000ABOVEGROUNDEmergencyGeneratorDiesel
390NWNORTHRIVERDRIVE30000ABOVEGROUNDEmergencyGeneratorDiesel
700WESTSECONDAVENUE5500EmergencyGeneratorDiesel
331NE9™STREET6000EmergencyGeneratorDiesel
1100WESTSECONDAVENUE200000ABOVEGROUNDEmergencyGeneratorDiesel
6800SW87AVENUE360000ABOVEGROUNDEmergencyGeneratorDiesel
23
MIAMI-DADE COUNTY QUOTE NO.:6-2015
9775SW83rd STREET 12000 ABOVEGROUND Emergency Generator Diesel
900W2ndAVENUE 200000 ABOVEGROUND Emergency Generator Diesel
RICHMOND HEIGHTS 500 Emergency Generator Diesel
STATION #968 1000 Emergency Generator Diesel
GOULDS PERRINE 8000 Emergency Generator Diesel
8901SW58™STREET 14000 ABOVEGROUND Emergency Generator Diesel
DADE COLLIER TRAIN &TRANSI 5000 Emergency Generator Diesel
NW 107 &12 STREET 500 Emergency Generator Diesel
10105 COSTA DEL SOL BLVD 550 Emergency Generator Diesel
24
MIAMI-DADE COUNTY QUOTE NO.:6-2015
SAMPLE INVOICE
SHIP TO:
BILL TO:
DIESEL/GASOLINE
OPIS DAILY PRICING
SERVICEADDER(PERGALLON)
TOTAL PRICE PER GALLON
NET GALLONS SUPPLIED
UNfT
TAXES &FEES
MIAMI-DADE USER ACCESS FEE(2%ofTotalFuelCost)
MIAMI-DADE INSPECTORGENERALFEE(.25%of Total FuelCost)
MIAMI-DADE CO GAS TAX
FED EXC LUST GOVT TA
FL INSPECTION FEE
FL MTR FUEL TAX
FL POLLUTION TAX
FED ENV REC FEE
25
INVOICE #:
INVOICE DATE:
REMIT TO:
VENDOR FEIN:
ACCOUNT#
Order#
PO#
UNIT COST
$2.00
0.3554
$2.3554
7000
TOTAL FUEL COST
(Total Price per
Gallon x Net Gallons
Supplied)
$329.76
$41.22
0.160000 $1,120.00
0.001000 $7.00
0.001250 $8.75
0.149000 $1,043.00
0.020714 $145.00
$8.31
TOTAL TAXES
INVOICE TOTAL
L*l ^"-Ig-^r^:f^t&--
$16,487.80
^70.98;
$2,332.06
$19,190.84
i^wj^i^^^^^^vS[Ver^dfe
Internal Services Department
Procurement Management Division
Addendum No.1
TO:All Pool Bidders DATE:March 2,2015
INVITATION TO QUOTE NO.:6-2015
TITLE:ITQ,Gasoline and Diesel Fuel
ThisAddendum becomes partoftheabove-mentioned solicitation.
A.The following are requests for clarification and/or question,andthe corresponding response.
1.Canonevendor win transportandonevendor win tankwagon?
Response:No.Award will bemadeinthe aggregate ona group by group basistothe lowest
priced responsive,responsible Bidder.
All terms,covenants and conditions ofthe subject solicitationshallapply,except
to the extent herein amended.
Procurement Contracting Officer 2
CC:Clerk of the Board
m*?
C3
CLERK Of THEBSARO
Internal Services Department15 HAR 20 AH *37
ProcurementManagement Diyi^r^i^^^&C*UHTY CT^
HIAN!-OADE'(J0UNTY.FLA.
Addendum No.2
TO:All Pool Bidders DATE:March 19,2015
INVITATION TO QUOTE NO.:6-2015
TITLE:ITQ,Gasoline and Diesel Fuel
This Addendum becomes partofthe above-mentioned solicitation.
A.Revision to the Solicitation.
1.Theduedateofsealed bids has changed from April 1st,2015 at 2:00PM to April 8th.2015 at
2:00PM.All elseremainsthesame.Bidders are reminded thatquotes will NOT beacceptedby
e-mail,telephone,orfacsimile.
2.Change theFuelTax Rates tableon Page 4asfollows.Underthe Gasoline columnandrowtitled
Motor Fuel-On/Off theRoad(State),changethetaxratefrom0.173to0.174.Thetable
representsthelatesttaxrate information.Therefore,the information issubjectto change during
thetermofthis Invitation toQuote (ITQ).
B.The following arerequestsfor clarification and/or question,andthe corresponding response.
1.Requestfor two (2)invoices per month of Count/s currentcontract delivered byyourcurrent
vendor(s)andcorresponding bill of ladings ofeachgasolineanddiesel fuel.These invoices
couldbejust from oneortwoofthe locations with thelargestusage.
Response:The County operatesa large number of various types fuel sites managed by
numerous departments.The two County departments with thelargest consumption of fuel arethe
Internal Services Department /Fleet Management Division (ISD/FM),which isthe largest
consumer of gasoline andsecond largest consumer of diesel,and Miami-Dade Transit (MDT),
which isthelargestconsumerof diesel.Responsesto questions 2,3,and4arealsobasedon
thesetwodepartments'consumption.Pleaseseecopiesof invoices attachedtothesame e-mail
containing this Addendum.
2.Please provide us with recently used invoices off of the current contract with their corresponding
BOL's foreachtypeof fuel andeachtypeof delivery?
Response:Please see response toquestionnumber 1.
3.Is there an average order size for each type ofdelivery (Transport and Tank Wagon)?
Response:
ISD/FM -the average order size is 7,500 gallons for diesel and 9,000 gallon for gasoline.
MDT -Transport average is 7,500 gallons per load (Diesel)and Tank Wagon Is 5,000 gallons per
load(DieselandUnleaded)
4.Approximately how many ordersayearare split loads to two separate facilities?
Response:On average,ISD has about 20 split orders a year.This occurs when a transport
delivery is requested but thesiteis unable to accept the entire load,or during emergency
1
situations.MDT has approximately 19 split orders a year for unleaded fuel for the tank wagon
goingtothethreegarages.None for diesel.
5.Just to confirm,all taxes and fees in the table on pg.4ofthe solicitation will be listed as separate
line items on invoices anddon't need tobeaddedintoourdifferential?
Response:Yes,asapplicabletoeach fuel.
6.Looking for a tabulation sheet from last year's bid.
Response:Please see referenced Tally Sheet attached tothesame e-mail containing this
Addendum.
7.Please provide monthly usage report broken down by month for thelast 12 months?
Response:Below are the total numbers of gallons delivered to all County departments per fuel
type during the previous 12 months.Usage numbers should correlate with delivery numbers,but
duetothe large number ofsites within several departments,usage numbers arenot readily
available.
Diesel Gasoline
Mar-14 1,390,582.00 Mar-14 628,957.00
Apr-14 1,350,433.00 Apr-14 590,691.00
May-14 1,574,509.00 May-14 688,127.00
Jun-14 1,340,640.00 Jun-14 607,122.00
Jul-14 1,519,624.00 Jul-14 662,743.00
Aug-14 1,415,799.90 Aug-14 636,693.30
Sep-14 1,497,049.00 Sep-14 630,222.00
Oct-14 1,521,151.00 Oct-14 643,522.00
Nov-14 1,271,409.00 Nov-14 533,262.00
Dec-14 1,374,579.70 Dec-14 616,228.10
Jan-15 1,384,765.00 Jan-15 596,395.00
Feb-15 1,223,501,00 Feb-15 526,311.00
8.Have any addenda other than#1 been released?
Response:No.
9.When is the anticipated award date?
Response:Approximately 1-2 weeks before May 1st.
10.Whenisthefirstboardmeetingafterthebidopening?
Response:Award of the referenced Invitationto Quote (ITQ)does notrequire board approval.
11.Will adecisionbemadeat the boardmeetingor sometime beforethen?
Response:See response to question number 9and 10.
12.Can the County accept upto5%bioinyour diesel fuel?
Response:Yes,as longasit'sUltraLowSulfur Diesel.
13.What is the percent preference giventoalocalbidder?
Response:Please follow linkbelowtotheLOCALPREFERENCEParagraph 1.10 (C)ofthe
general terms andcondition.The linkisalsofoundin Section 1,Paragraph1oftheITQ.
http://www.miamidade.gov/procurement/libraiy/boilerplate/aeneral-terrns-and-conditions-r14-3.pdf.
14.Does the percent preference applytothebidmarginsorbid totals?
Response:Local Preference isappliedtothepriceforail items withinaGroup.
15.Isthepublicinvitedtoattendthebidopening?Ifso,whatinformation will bereadaloudatthe
opening?
Response:Apublic opening isnot scheduled.
16.How soon after the bid opening will preliminarybid tabulations be available?
Response:Within30 days,butusually sooner.
17.Wouldthe County consider analternate firm fixedpricefortheyear?Ifso,wouldyou accept our
clauses?Please indicatewhich clauses wouldbeacceptableandwhich clauses wouldbe cause
forrejection.
Response:The Countywillnot consider analternate firm fixedprice.
All terms,covenants and conditions of the subject solicitation shall apply,except
to the extent herein amended.
Procurement Contracting Officer
CC:Clerk of the Board
Miami-Dade County
SECTION 1
GENERAL TERMS AND CONDITIONS
1.1.DEFINITIONS
Bid/Proposal-shallrefertoany offer(s)submitted inresponsetothis
solicitation.
Bidder/Contractor/Proposer -shallrefertoanyone submitting a Bid
in response tothis solicitation.
Bid Solicitation -shall meanthissolicitation documentation,including
any and all addenda.
Solicitation Submittal Form -must becompletedandsubmittedwith
Bid/Proposal.The Bidder should indicate itsnameinthe appropriate
space on each page.
County-shall referto Miami-Dade County,Florida
ISD -shallrefertothe Miami-Dade Internal Services Department.
PMS -shallrefertothe Miami-Dade Procurement Management
Services Division within the Internal Services Department (ISD).
Registered Vendor -shallrefertoa firm thathascompletedthe
Miami-Dade CountyBusiness Entity Registrationprocessviathe
County'sonlineVendorPortalandhassatisfiedall requirements to
enter into business agreements withtheCounty.
Successful Bidder/Proposer -shallmeanthe Bidder(s)/Proposer(s)
recommended for award.
Vendor Registration -shallrefertotheonlineBusiness Entity
Registration Application.
BidSync -shallrefertotheelectronicbiddingSystemusedtosolicit
andreceivesolicitation responses fortheCounty.
Foradditionalinformationaboutonline vendor registration,
please contact the Vendor Services Section at111N.W.1st Street,
13th Floor,Miami,FL 33128;Phone 305-375-5773.Vendorscan
register online by visiting the Vendor Services Section of PMS'
web site at http://www.miamidade.gov/procurement/vendor-
reqistration.asp
1.2.INSTRUCTIONS TO BIDDERS
A.Bidder Qualification
ItisthepolicyoftheCountyto encourage full andopencompetition
amongallavailable qualified vendors.All vendors regularly engagedin
thetypeofworkspecifiedintheBid Solicitation areencouragedto
submitBids.Tobeeligibleforawardofacontract (including small
purchase orders),BiddersmustbecomeaRegisteredVendor.Only
Registered Vendorscanbe awarded County contracts.Vendorsare
requiredto register withtheCounty by visiting the Vendor Services
Section of PMS'web site at
http://www.miamidade.aov/procurement/venc8or-reqistration.asp
TheCounty endeavors toobtainthe participation ofallqualifiedsmall
business enterprises.Forinformationandtoapplyforcertification,
contactSmallBusinessDevelopmentat 111 N.W.1Street,19th Floor,
Miami,FL33128-1900,orby telephone at305-375-3111.County
employees and board members wishingto do business withthe
CountyarereferredtoSection 2-11.1 oftheMiami-DadeCountyCode
relating toConflictof Interest and Code of Ethics.
B.Vendor Registration
Effective September 15,2014,to be recommended for award,the
Countyrequiresthat vendors complete aMiami-DadeCountyVendor
Registration viaPMS'online Vendor Portal:
http://www.miamidade.aov/procurement/vendor-reaistration.asp
The vendor must have the following documents priorto registration:
Miami-Dade County LocalTax Receipt (forfirmswithaphysical
locationwithinMiami-DadeCounty),CertificateofIncorporation,W-9,
IRSLetter147CandanOriginalNotarized Summary Page.Duringthe
onlineregistration process,thevendorshall complete theCounty's
Uniform Affidavit Packet (Affidavit Form).In order to complete the
onlineregistration process,thevendorshallmailtheOriginalNotarized
Summary Page within48 hours of registering to the Vendor Services
Sectionat 111 N.W.1stStreet,13th Floor,Miami,FL 33128 for
approval.
Inthe event that the vendor's online registration submittal isnot
approved,the County may inits sole discretion,award to the next
9/24/14-Revision 14-3
lowest responsive,responsible Bidder.In becoming a Registered
Vendor with Miami-Dade County,the vendor confirms its knowledge of
andcommitmenttocomplywiththe following:
1.Miami-Dade County Ownership Disclosure Affidavit
(Sec.2-8.1oftheCountyCode)
2.Miami-Dade County Employment Disclosure Affidavit
(County Ordinance No.90-133,amending Section 2.8-1(d)(2)
of theCountyCode)
3.Miami-Dade Employment Drug-freeWorkplaceCertification
(Section2-8.1.2(b)oftheCountyCode)
4.Miami-Dade Disability and Nondiscrimination Affidavit
(Article 1,Section 2-8.1.5 Resolution R182-00 Amending
R-385-95)
5.Miami-Dade County Debarment Disclosure Affidavit
(Section10.38oftheCountyCode)
6.Miami-Dade County Vendor Obligationto County
Affidavit
(Section 2-8.1 oftheCountyCode)
7.Miami-Dade County Code of Business Ethics Affidavit
(Article 1,Section2-8.1(i)and 2-11(b)(1)ofthe County Code
through (6)and(9)ofthe County Code and County Ordinance No
00-1 amending Section 2-11.1(c)ofthe County Code)
8.Miami-Dade County Family Leave Affidavit
(Article VofChapter 11 of theCountyCode)
9.Miami-Dade County Living Wage Affidavit
(Section 2-8.9oftheCountyCode)
10.Miami-Dade County Domestic Leave and Reporting Affidavit
(Article 8,Section 11A-60 11A-67ofthe CountyCode)
11.Subcontracting Practices
(Ordinance 97-35)
12.Subcontractor/Supplier Listing
(Ordinance 97-104)
13.W-9 and IRS Letter 147C
The vendor mustfurnish these formsasrequiredbytheInternal
Revenue Service.
14.Social Security Number
In orderto establish afileforyour firm,youmustprovideyour
firm's Federal Employer IdentificationNumber(FEIN).IfnoFEIN
exists,theSocial Security Number ofthe owner orindividual must
beprovided.This number becomes your"CountyVendor
Number".To comply with Section 119.071(5)oftheFlorida
Statutes relatingtothecollectionofanindividual'sSocialSecurity
Number,be aware that PMS requests theSocial Security Number
forthefollowing purposes:
•Identification of individual account records
•To make payments to individual/vendor for goods and
services provided to Miami-Dade County
•Taxreporting purposes
•To provide a unique identifier in the vendor database that
maybe used for searching and sorting departmental records
15.Office of the Inspector General
Pursuant to Section 2-1076 of the County Code.
16.Small Business Enterprises (SBE)
TheCounty endeavors toobtaintheparticipationofallsmall
business enterprises pursuant to Sections 2-8.2,2-8.2.3 and2-
8.2.4 of theCounty Code and Title49 of the Code of Federal
Regulations.The SBE program provisions areavailableat
http://www.miamidade.gov/business/business-development-
leaislation.asp.
17.Antitrust Laws
By acceptance of any contract,the vendor agrees to comply
with all antitrust laws of the United States and the State of
Florida.
C.Public Entity Crimes
Tobeeligiblefor award ofa contract,firmswishingtodo business
with the County must comply with the following:
Pursuant to Section 287.133(2)(a)of the Florida Statutes,a person or
affiliatewho has been placed onthe convicted vendor listfollowinga
conviction forapublic entity crime maynot submit aBidona contract
to provide any goods or services toapublicentity,may not submit a
Bidona contract witha public entity for the construction or repair ofa
Miami-Dade County
SECTION 1
GENERAL TERMS AND CONDITIONS
public buildingorpublicwork,maynot submit Bidson leases ofreal
property toapublicentity,maynotbe awarded orperformwork as a
contractor,supplier,subcontractor,or consultant under a contract with
any public entity,and may not transact business with any public entity
in excess of the threshold amount provided in Section 287.017 of the
Florida Statutes,for CATEGORY TWOfora period of36 months from
the date ofbeing placed on the convicted vendor list.
D.Request for Additional Information
1.Pursuant to Section 2-11.1 (t)of the County Code,allBid
Solicitations,once advertised and until an award recommendation
has been forwarded to the appropriate authority are under the
"Cone of Silence".Any communication orinquiries,except for
clarificationof process or procedure already contained in the
solicitation,are tobe made inwritingto the attention ofthe
Procurement Officeridentifiedon the front page of the solicitation
via the BidSync System witha copy sent totheClerkofthe
Board,clerkbcc@miamidade.aov.
2.Procurement Management may issue an addendum in response
toanyinquiry received,priortoBid opening,which changes,adds
toor clarities the terms,provisions or requirements ofthe
solicitation.The Bidder should notrelyonany representation,
statement or explanation whether written or verbal,other than
those made inthisBidSolicitation document orinany addenda
issued.Where there appears to be a conflict between thisBid
Solicitation andany addenda,the last addendum issued shall
prevail.
3.ItistheBidder'sresponsibilityto ensure receiptofall addenda,
andany accompanying documentation.
E.Contents ofBid Solicitation and Bidders'Responsibilities
1.ItistheresponsibilityoftheBidderto become thoroughlyfamiliar
with the Bid requirements,terms and conditions ofthis solicitation.
Pleas of ignorance by the Bidderof conditions thatexistor that
mayexist will notbe accepted as abasisforvaryingthe
requirements oftheCounty,orthe compensation tobepaidtothe
Bidder.
2.In theeventaBidderwishesto protest anypartoftheGeneral
Conditions,SpecialConditionsand/orTechnicalSpecifications
containedintheBidSolicitationitmustfileanoticeofprotestin
writing withtheissuingdepartmentnolaterthan48hourspriorto
theBid opening date andhour specified inthesolicitation.Failure
tofileatimelynoticeof protest will constitute awaiverof
proceedings.
3.Thissolicitationissubjecttoalllegalrequirementscontainedin
theapplicableCountyOrdinances,Administrative/Implementing
Orders,andResolutions,aswellasallapplicableStateand
Federal Statutes.Where conflict exists between this Bid
Solicitation andtheselegal requirements,the authority shall
prevailinthefollowingorder:Federal,State and local.
4.Itisthe responsibility ofthe Bidder/Proposer,prior to conducting
any lobbying regarding this solicitation to file theappropriate
formwith the Clerk of the Board stating that a particular
lobbyist is authorized to represent the Bidder/Proposer.The
Bidder/Proposer shall also fileaformwith the Clerkof the Board
atthepointintimeat which a lobbyist isnolongerauthorizedto
representsaidBidder/Proposer.FailureofaBidder/Proposerto
filetheappropriateformrequired,inrelationtoeach solicitation,
maybeconsideredasevidencethatthe Bidder/Proposer isnota
responsible contractor.
F.Change or Withdrawal of Bids
1.Changesto Bid -Prior tothescheduled Bid opening a Bidder may
changeits Bid by submitting anew Bid viathe BidSync System.
NochangestoaBidwill beacceptedafterthe Bid hasclosed.
2.WithdrawalofBid-ABidshallbe irrevocable unless theBidis
withdrawn as provided herein.Abidmaybe withdrawn one
hundred-eight (180)daysafterthe Bid hasbeenopenedand prior
toaward,bysubmittingalettertothecontactperson identified on
thefront cover ofthisBidSolicitation.The withdrawal letter must
beon company letterhead andsignedbyan authorized agentof
the Bidder.
9/24/14-Revision 14-3
G.Conflicts within the Bid Solicitation
Where there appears tobeaconflict between the General Terms
and Conditions,Special Conditions,the Technical Specifications,
the Bid Submittal Section,orany addendum issued,the order of
precedence shall be:the last addendum issued,the Bid Submittal
Section,the Technical Specifications,the Special Conditions,and
then the General Terms and Conditions.
H.Prompt Payment Terms
1.Itisthepolicyof Miami-Dade County that payment forall
purchases by County agencies and the Public Health Trust shall
be made ina 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 ofthe Miami-Dade County Code,the
timeatwhich payment shallbeduefrom the County orthePublic
Health Trust shall beforty-five(45)days from receipt ofa proper
invoice.The time atwhich payment shall be due to small
businesses shall bethirty(30)days from receipt ofa proper
invoice.All payments due from the County or the Public Health
Trust,and not made within the time specified bythis section,shall
bear interest fromthirty(30)days after the due date at the rateof
one percent (1%)per month on the unpaid balance.Further,
proceedings to resolve disputes for payment of obligations shall
be concluded byfinalwritten decision of the County Mayor,orhis
orher designee(s),not later than sixty(60)days afterthe date on
which the proper invoice was received bytheCountyorthePublic
Health Trust.
2.TheBiddermayoffer cash discounts forprompt payments;
however,such discounts will notbe considered indeterminingthe
lowestpriceduringbidevaluation.Biddersare requested to
provide prompt payment terms in the space provided on the Bid
submittal signature page of the solicitation.
I.Accounts Receivable Adjustments
In accordance withMiami-DadeCountyImplementingOrder3-9,
Accounts Receivable Adjustments,ifmoneyisowedbythe
ContractortotheCounty,whetherunderthisContractorforany
other purpose,the County reserves therighttoretainsuch
amount from payment duebyCountytothe Contractor underthis
Contract.Such retained amount shallbeappliedtotheamount
owedby the Contractor to the County.The Contractor shall have
no further claim to such retained amounts which shall be deemed
full accordandsatisfactionoftheamountduebytheCountyto
the Contractor for the applicable payment due herein.
1.3.PREPARATION OF BIDS
A.Biddersarerequiredtoregister,freeofcharge,withBidSyncto
establish a vendor account toview and respond to solicitations
issued byMiami-DadeCounty.
B.The solicitation submittal form and associated solicitation
documents definesrequirementsofitemstobepurchased,and
must be completed and submitted as outlined within the
solicitationviatheBidSyncSystem.Useofanyotherform will
result in the rejection of the Bidder's offer.
C.Thesolicitationsubmittalformmustbe fully completedand
providedwithyourbid/proposal.Failuretocomplywith these
requirements may cause theBidtoberejected.
D.Anauthorized agent ofthe Bidder's firm mustsignthe solicitation
submittal form.FAILURE TO SIGN THE SOLICITATION
SUBMITTAL FORM SHALL RENDER THE BID NON-
RESPONSIVE.
E.TheBiddermaybe considered non-responsive ifbidsare
conditioned tomodifications,changes,orrevisionstotheterms
and conditions of this solicitation.
F.TheBiddermaysubmit alternate Bid(s)forthe same solicitation
provided that such offer is allowable under the terms and
conditions.The alternate Bid must meet or exceed the minimum
requirements and be submitted ona separate Bidsubmittal
marked "Alternate Bid".
G.Whenthereisadiscrepancybetweentheunitpricesandany
Miami-Dade County
SECTION 1
GENERAL TERMS AND CONDITIONS
extended prices,theunitpriceswillprevail.
H.An optional electronic submittal shallnotbe considered apartof
thebidifit differs inany respect fromtherequiredmanual
submittalintheoriginalhardcopy.
1.4.CANCELLATION OFBID SOLICITATION
Miami-Dade County reservesthe right tocancel,in whole orin part,
any solicitation whenitisinthebestinterestofthe County.
1.5.AWARD OF BID SOLICITATION
A.This Bid maybe awarded totheresponsible Bidder meeting all
requirementsasset forth inthe solicitation.TheCountyreserves
the right torejectanyandallBids,towaive irregularities or
technicalitiesandtore-advertiseforalloranypartofthis Bid
Solicitation asdeemedinitsbestinterest.The County shallbethe
sole judge ofits best interest.
B.When thereare multiple line itemsina solicitation,the County
reservesthe right toawardonan individual itembasis,any
combination of items,total low Bidorin whichever manner
deemedinthebestinterestoftheCounty.
C.TheCountyreservestherighttorejectanyandallBidsifitis
determined that prices are excessive,best offers are determined
to be unreasonable,oritis otherwise determined to be in the
County's best interest todo so.
D.TheCounty reserves therighttonegotiatepriceswiththelow
bidder,provided that the scope ofworkofthis solicitation remains
the same.
E.AwardofthisBid Solicitation will onlybemadetofirmsthathave
completedthe Miami-Dade CountyBusinessEntityRegistration
Application andthatsatisfyall necessary legalrequirementstodo
business withMiami-Dade County.FirmsdomiciledinMiami-
DadeCountymustpresentacopyoftheir Miami-Dade County
issued Local Business Tax Receipt.
F.Pursuant toCountyCode Section 2-8.1(g),theBidder's
performanceasaprimecontractororsubcontractoronprevious
Countycontractsshallbetakenintoaccountinevaluatingthe Bid
received for this Bid Solicitation.
G.ToobtainacopyoftheBid tabulation,uponnoticeofAward
Recommendation Bidder(s)may request bid tabulations orother
awardinformationbycontactingthe contact personoutlined within
thesolicitation.Information will thenbeprovided electronically.
H.TheBidSolicitation,any addenda and/orproperlyexecuted
modifications,thepurchaseorder,workorder,andanychange
order(s)shall constitute the contract.
I.In accordance with Resolution R-1574-88,the Director of the
Internal Services Department or authorized designee will decide
all tie Bids.
J.AwardofthisBidmaybe predicated on compliance withand
submittalofallrequired documents as stipulated inthe
Solicitation.
K.The County reserves therightto request and evaluate additional
informationfromanybidder after the submission deadline as the
County deems necessary.
1.6.CONTRACT EXTENSION
The County reserves therightto exercise itsoptionto extend a
contract forupto one hundred-eighty (180)calendar days beyondthe
current contract period and willnotify the contractor inwritingofthe
extension.
Thiscontractmaybeextended beyond the initial onehundred-eighty
(180)day extension perioduponmutual agreement between the
Countyandthe successful Bidder(s)uponapprovalbytheBoardof
County Commissioners.
1.7.WARRANTY
All warranties express and implied,shall be made available to the
Countyfor goods and services covered bythisBidSolicitation.All
goods furnishedshallbefully guaranteed bythe successful Bidder
against factory defects and workmanship.Atno expense tothe
County,the successful Biddershall correct anyandall apparent and
9/24/14-Revision 14-3
latent defects thatmayoccurwithinthe manufacturer's standard
warranty.The Special Conditions ofthe Bid Solicitation may
supersede the manufacturer's standard warranty.
MATERIALS SHALL BE NEW AND WARRANTED AGAINST
DEFECTS.All materials,except where recycled content is specifically
requested,supplied by the awarded Bidder under the Contract shall be
new,warrantedfortheir merchantability,andfitforthe particular
purposeherein.Intheeventanyofthematerialssuppliedtothe
County by the awarded Bidder are found tobe defective ordonot
conformtospecifications:(1)thematerialsmaybereturnedtothe
awardedBidderatits expense andtheContractterminatedor(2)the
CountymayrequiretheawardedBidderto replace thematerialsatits
expense.
1.8.ESTIMATED QUANTITIES
Estimated quantitiesor dollars arefor Bidder's guidance only:(a)
estimatesarebasedontheCounty'santicipatedneedsand/orusage
duringapreviouscontractperiodand;(b)theCountymayuse these
estimates todeterminethelowBidder.Estimatedquantitiesdonot
contemplateorincludepossibleadditionalquantitiesthatmaybe
orderedbyothergovernment,quasi-govemment ornon-profitentities
utilizing thiscontractundertheJointPurchaseportionoftheCounty
User Access Program (UAP)described in Section 2.21of this contract
solicitationandtheresultingcontract,ifthatsectionis present inthis
solicitationdocument.No guarantee is expressed orimpliedasto
quantitiesordollarsthat will be used duringthe contract period.The
Countyisnotobligatedtoplaceanyorderforthegivenamount
subsequent to the award ofthisBid Solicitation.
1.9.NON-EXCLUSIVITY
ItistheintentoftheCountyto enter intoan agreement withthe
successful Bidder that will satisfy its needs as described herein.
However,the County reserves theright as deemed in its best interest
toperform,or cause tobeperformed,theworkand services,orany
portionthereof,herein described inany manner it sees fit,includingbut
notlimitedto:awardofother contracts,use ofany contractor,or
perform the workwithitsown employees.
1.10.LOCAL PREFERENCE
The evaluation of competitive bidsis subject to Section 2-8.5 ofthe
Miami-DadeCountyCode,which,except wherecontrarytofederaland
state law,or any other funding source requirements,provides that
preference be given tolocal businesses.
A.A Local Business shall be defined as:
1.a business that has avalidLocal Business Tax Receipt,issued
by Miami-Dade County at least one year priortobidor
proposal submission;
2.a business that has physical business address located within
the limitsof Miami-Dade County fromwhich the vendor
operates or performs business.Post Office Boxes are not
verifiableandshallnotbe used forthe purpose of establishing
said physical address;and
3.a business that contributes to the economic development and
well-being of Miami-Dade County ina verifiable and
measurable way.This may include butnot be limitedto the
retention and expansion of employment opportunities and the
support and increase in the County's tax base.To satisfy this
requirement,the vendor shall affirminwritingits compliance
with either of the following objective criteria as of the bidor
proposal submission date stated in the solicitation:
(a)vendor has at least ten (10)permanent full time
employees,or part time employees equivalent to10FTE
("full-time equivalent"employees working40 hours per
week)that livein Miami-Dade County,orat least 25%of
its employees that livein Miami-Dade County,or
(b)vendor contributes to the County's tax base bypaying
either real property taxes or tangible personal property
taxes to Miami-Dade County,or
Miami-Dade County
SECTION 1
GENERAL TERMS AND CONDITIONS
(c)some other verifiable and measurable contribution to the
economic development and well-being of Miami-Dade
County.
B.Additionally,a Locally-Headquartered Business shall mean a
Local Business as defined above whicha "principal place of
business"has in Miami-Dade County."Principal place of
business"means the nerve center or the center of overall
direction,control,and coordination of activities of thebidder.If
the bidder has only one business location,such business location
shall beits principal place of business.
C.If the Low Bidder isanotaLocal Business,then any andall
responsive and responsible Local Businesses submitting aprice
within ten percent of the LowBid,the Low Bidder,and anyandall
responsive and responsible Locally-Headquartered Businesses
submitting a price within fifteen percent of the LowBid,shall have
an opportunity to submit a best and finalbid equal toorlower than
the Low Bid.
D.If theLowBidderisaLocal Business whichisnotaLocally-
Headquartered Business,then anyandall responsive and
responsible Locally Headquartered Businesses submitting aprice
withinfive percent of the LowBid,and the Low Bidder shall have
an opportunity to submit a best and finalbid equal toorlower than
the Low Bid.
E.Atthistime,there isanInterlocal Agreement forReciprocityof
Local Business and Locally-Headquartered Business Preferences
in effect between Miami-Dade and Broward Counties until
September 30,2015.Therefore,a vendor which meets the
requirements of(A)and/or (B)above forBrowardCountyshallbe
considered aLocal Business and/or Locally-Headquartered
Business.
1.11.CONTINUATION OF WORK
Anyworkthat commences priortoand will extend beyondthe
expiration date of the current contract periodshall,unless terminated
bymutualwritten agreement between theCountyandthe successful
Bidder,continue until completion at the same prices,terms and
conditions.
1.12.BID PROTEST
A recommendation forcontractawardorrejectionofawardmaybe
protested bya Bidder in accordance with the procedures contained in
Sections 2-8.3and2-8.4oftheCountyCode,as amended,andas
established in Implementing Order No.3-21.
A.Awritten intent to protest shallbefiledwith the Clerkof the
Boardandemailedtoallparticipantsinthecompetitiveprocess
withinthree(3)Countyworkdaysofthe filing oftheCounty
Mayor's recommendation.This three-day periodbeginsonthe
Countyworkdayafterthe filing oftheCounty Mayor's
recommendation.Such writtenintentto protest shall state the
particular grounds on which itis based and shall be
accompanied byafiling fee as detailed below.
Thewrittenintenttoprotestshallbeaccompaniedbyanon
refundable filing fee,payable totheClerkoftheBoard,in
accordance with the schedule provided below:
Award Amount Filina Fee
$25,000-$250,000 $500
$250,001-$500,000 $1,000
$500,001 -$5 million $3,000
Over $5 million $5,000
The protester shallthenfileallpertinent documents and
supportingevidencewiththeClerkoftheBoardandmailcopies
toall participants inthe competitive processandtothe County
Attorney within three(3)County workdays afterthe filing ofa
written intent to protest.
C.For award recommendations greaterthan $250,000 the following
shall apply:
TheCounty'srecommendationtoawardorreject will be
immediately communicated (viaemail)toall participants inthe
competitive process and filedwith the Clerk of the Board.
9/24/14-Revision 14-3
D.For award recommendations from $25,000 to $250,000 the
following shall apply:
Participants may view recommendations to award onthe
PMS website:
https://www.miamidade.qov/DPMww/AwardRecommendatio
ns.aspx orcall the contact person as identified on the cover
page of the Bid Solicitation.
1.13.LAWS AND REGULATIONS
The successful Biddershall comply withall laws and regulations
applicable to provide the goods and/or services specified in this Bid
Solicitation.The Bidder shall comply withall federal,state and local
laws that may affect the goods and/or services offered.
1.14.LICENSES,PERMITS AND FEES
The awarded bidder(s)shall holdall licenses and/or certifications,
obtain and payforall permits and/or inspections,and complywithall
laws,ordinances,regulations and building code requirements
applicable to the work required herein.Damages,penalties,and/or
fines imposed on the County or an awarded bidder forfailuretoobtain
and maintain required licenses,certifications,permits and/or
inspections shall be borne by said awarded bidder.
1.15.SUBCONTRACTING
Unless otherwise specified inthisBid Solicitation,the successful
Bidder shall not subcontract any portionofthe work withouttheprior
written consent oftheCounty.Theabilityto subcontract maybe
furtherlimitedbythe Special Conditions.Subcontracting withoutthe
prior consent of the County may result in termination of the contract for
default.When Subcontracting isallowedtheBiddershallcomplywith
CountyResolutionNo.1634-93,Section 10-34 oftheCountyCode
andCounty Ordinance No.97-35.TheBiddershallnot change or
substitute firsttier subcontractors ordirect suppliers ortheportionsof
the contract worktobeperformedor materials tobesuppliedfrom
those identified except uponwrittenapprovaloftheCounty.
1.16.SUBCONTRACTORS -RACE,GENDER AND ETHNIC
MAKEUP OF OWNERS AND EMPLOYEES
Pursuant to Sections 2-8.1,2-8.8 and10.34oftheCountyCode(as
amended by Ordinance No.11-90),forall contracts which involvethe
expenditure of one hundred thousand dollars ($100,000)ormore,the
entitycontractingwiththeCountymustreporttotheCountytherace,
gender,and ethnic originofthe owners and employees ofitsfirsttier
subcontractors (refertothe Subcontractor/Supplier Listing Sub100
form).In the event that the successful Bidder demonstrates tothe
Countypriortoawardthatthisinformationisnot reasonably available
atthattime,thesuccessfulBiddershallbeobligatedbycontractto
exercise diligenteffortstoobtainthat information andtoprovidethe
same to the County notlater than ten (10)days after it becomes
available and,inany event,priortofinal payment under thecontract.
Asa condition offinal payment under a contract,the successful Bidder
shallidentify subcontractors used in the work,the amount of each
subcontract,andthe amount paidandtobepaidto each subcontractor
(referto the Subcontractor Payment Report Sub 200format
http://www.miamidade.qov/business/librarv/forms/subcontractors-
pavment.pdfl.
1.17.ASSIGNMENT
The successful Biddershallnotassign,transfer,hypothecate,or
otherwise dispose ofthis contract,includinganyrights,titleorinterest
therein,oritspowertoexecutesuchcontracttoanyperson,company
or corporation withoutthepriorwritten consent oftheCounty.
1.18.DELIVERY
UnlessotherwisespecifiedintheBid Solicitation,pricesquotedshall
beF.O.B.Destination.Freightshallbeincludedintheproposedprice.
1.19.RESPONSIBILITY AS EMPLOYER
The employee(s)of the successful Bidder shallbe considered tobeat
alltimes "its employee(s),andnotanemployee(s)oragent(s)ofthe
Miami-Dade County
SECTION 1
GENERAL TERMS AND CONDITIONS
County oranyofits departments.The successful Bidder shall provide
competent employee(s)capableof performing the required services.
The County may require the successful Bidder to remove any
employeeitdeems unacceptable.All employeesofthesuccessful
Bidder shall wear proper identification.
1.20.INDEMNIFICATION
The successful Bidder shall indemnify and hold harmless the County
andits officers,employees,agentsand instrumentalities from anyand
all liability,lossesordamages,including attorney'sfeesandcostsof
defense,which the County orits officers,employees,agents or
instrumentalities may incur asaresultof claims,demands,suits,
causesof actions or proceedings ofany kind ornature arising out of,
relating toor resulting from the performance ofthe agreement bythe
successful Bidder orits employees,agents,servants,partners,
principals or subcontractors.The successful Bidder shall pay all
claims andlossesin connection therewith,and shall investigate and
defendallclaims,suitsoractionsofanykindornatureinthenameof
the County,where applicable,including appellate proceedings,and
shall pay all costs,judgments,and attorney's fees which may be
incurredthereon.Thesuccessful Bidder expressly understands and
agreesthatany insurance protection required bythis Agreement or
otherwise provided bythesuccessful Bidder shallinnoway limit the
responsibility toindemnify,keep and save harmless anddefendthe
Countyorits officers,employees,agents and instrumentalities as
herein provided.
1.21.INSURANCE REQUIREMENTS
A.The contractor shall furnish to the Vendor Services Section of
PMS,111NW1stStreet,Suite1300,Miami,Florida 33128,
Certificate(s)of Insurance which indicate that insurance coverage
has beenobtainedwhich meets therequirementsasoutlined
below.
1.Worker's Compensation Insuranceforall employees of
the vendor asrequiredbyFlorida Statute 440.
2.CommercialGeneral Liability Insurance ona
comprehensive basis inan amount not less than $300,000
combinedsingle limit peroccurrenceforbodily injury and
property damage.Miami-Dade County must be shown
as an additional insured with respect to this coverage.
3.Automobile Liability Insurancecoveringallowned,non-
owned and hired vehicles used in connection with the
work,inan amount not less than $300,000 combined
single limit peroccurrencefor bodily injury and property
damage.
B.All requiredinsurancepoliciesshallbeissuedbycompanies
authorizedtodo business underthelawsofthe State ofFlorida,
with the following qualifications:
Thecompanymustberatednolessthan "A-"astomanagement,
andnolessthan "Class VII"astofinancialstrength,bythelatest
editionofBest'sInsuranceGuide,publishedby A.M.Best
Company,Oldwick,New Jersey oritsequivalent,subjecttothe
approvaloftheCounty'sISDRisk Management Division
OR
ThecompanymustholdavalidFloridaCertificateof Authority as
showninthelatest "List of All Insurance Companies Authorizedor
ApprovedtodoBusinessinFlorida",issued bythe State ofFlorida
Department of Financial Services.
C.Certificates of Insurance must meet the following
requirements:
1.Certificate mustindicatethatno modification orchangein
insurance shallbemadewithoutthirty(30)days written advance
notice to the certificate holder.
2.Signature of agent must be included.
3.IfAutomobile Liability Insurance isrequiredabove,insurance
mustbeprovidedforallofthe following vehicles:
a)Owned
b)Non-owned
c)Hired
9/24/14-Revision 14-3
4.IfGeneralor Public Liability Insurance is required above,
Certificate of Insurance must show Miami-Dade County as an
additionalinsuredforthatcoverage.
5.Certificate Holder mustreadexactlyas presented below:
Miami-Dade County
111 N.W.1st Street,Suite 2340
Miami,FL 33128-1974
D.Compliancewiththe requirements inthis Section shallnotrelieve
thesuccessful Bidder ofits liability andobligationunderthis,or
under anyother,section of the Contract.The successful Bidder
shallprovidetotheCountythe insurance documents withinten
(10)business daysafternotificationof recommendation toaward.If
the certificate submitted doesnot include thecoverages outlined in
the terms and conditions ofthissolicitation,the successful Bidder
shallhavean additional five (5)businessdaysto submit a
corrected certificateto the County.Failureof the successful Bidder
to provide the required insurance documents in the manner and
within the timeframes prescribed within five (5)businessdaysmay
resultinthebidderbeingdeemednon-responsibleandthe
issuance of a new award recommendation.
Noworkshallbe authorized orshall commence under the
Contract until thesuccessfulBidderhascomplied with the
foregoing insurancerequirements.
E.The successful Bidder shall assure that the Certificates of
Insurance requiredin conjunction withthis Section remain infull
forceforthetermoftheContract,including anyrenewalor
extensionperiodsthatmaybeexercisedbythe County.Ifthe
Certificate(s)ofInsuranceisscheduledtoexpire during thetermof
the Contract,the successful Bidder shall submit new or renewed
Certificate(s)ofInsurancetothe County a minimum often(10)
calendar days before such expiration.
F.Intheeventthat expired Certificates ofInsurancearenotreplaced
orrenewedtocovertheContractperiod,theCountymay suspend
theContract until theneworrenewed certificates are received by
theCountyinthemannerprescribedherein.Ifsuchsuspension
exceeds thirty(30)calendar days,theCountymay,atitssole
discretion,terminate the Contract for cause and the successful
Bidder shall be responsible forall direct and indirect costs
associated with such termination.
1.22.COLLUSION
The successful Bidder recommended for award as the result ofa
competitivesolicitationforanyCounty purchases ofsupplies,materials
and services (including professionalservices,otherthanprofessional
architectural,engineeringandotherservices subject toSec.2-10.4
and Sec.287.055 Fla Stats.),purchase,lease,permit,concession or
management agreement shall,withinfive(5)business daysofthe filing
ofsuch recommendation,submitan affidavit underthepenaltyof
perjury,onaformprovidedbytheCounty:statingeitherthatthe
contractorisnotrelatedtoanyoftheotherpartiesbiddinginthe
competitive solicitationoridentifyingall related parties,asdefinedin
thisSection,whichbidinthe solicitation;andattestingthatthe
contractor's proposal is genuine and not sham or collusive or made in
the interest oronbehalfof any person not therein named,andthat the
contractorhasnot,directlyor indirectly,inducedorsolicitedanyother
proposer toputina sham proposal,orany other person,firm,or
corporation torefrainfrom proposing,andthat the proposer hasnotin
any manner sought by collusion to secure to the proposer an
advantage over any other proposer.In the event a recommended
contractor identifies related parties in the competitive solicitation itsbid
shall be presumed to be collusive and the recommended contractor
shall be ineligiblefor award unless that presumption is rebutted in
accordance withtheprovisionsof Sec.2-8.1.1.Any person orentity
thatfailstosubmitthe required affidavitshallbeineligiblefor contract
award.
A.The Collusion Affidavit will be included inall solicitations and will
be requested from bidders/proposers once bids/proposals are
received and evaluated.
B.Failure toprovidea Collusion Affidavitwithin5 business days
after the recommendation to award has been filed with the Clerk
Miami-Dade County
SECTION 1
GENERAL TERMS AND CONDITIONS
of the Board shall be cause for the contractor to forfeit their bid
bond if applicable.
1.23.MODIFICATION OF CONTRACT
The contract may be modified by mutual consent,inwriting through the
issuance ofa modification to the contract,purchase order,change
order or award sheet,as appropriate.
1.24.TERMINATION FOR CONVENIENCE
The County,atits sole discretion,reserves the rightto terminate this
contract without cause upon thirty(30)days written notice.Upon
receipt of such notice,the successful Bidder shallnot incur any
additional costs under this contract.The County shallbeliableonlyfor
reasonable costs incurred by the successful Bidder priorto notice of
termination.The County shall be the sole judge of "reasonable costs."
1.25.TERMINATION FOR DEFAULT
The County reserves the rightto terminate this contract,in part orin
whole,or place the vendor on probation in the event the successful
Bidder failsto perform in accordance with the terms and conditions
stated herein.The County further reserves therightto suspend or
debar the successful Bidderin accordance withthe appropriate County
ordinances,resolutions and/or administrative/implementing orders.
The vendor will benotifiedbyletterofthe County's intentto terminate.
Intheeventofterminationfordefault,theCountymayprocurethe
required goods and/or services fromany source anduseanymethod
deemed inits best interest.Ail re-procurement costshallbeborneby
the successful Bidder.
1.26.FRAUD AND MISREPRESENTATION
Pursuant toSection2-8.4.1oftheMiami-DadeCountyCode,any
individual,corporation or other entity that attempts to meet its
contractual obligationswiththeCountythroughfraud,
misrepresentation ormaterial misstatement,maybedebarredforupto
five(5)years.TheCountyasafurthersanctionmayterminateor
cancel anyother contracts withsuchindividual,corporationorentity.
Such individualorentity shall be responsible foralldirectorindirect
costs associated withterminationorcancellation,including attorney's
fees.
1.27.OFFICE OF THE INSPECTOR GENERAL
Miami-DadeCountyhas established theOfficeoftheInspector
General,whichisauthorizedand empowered toreviewpast,present,
andproposedCountyandPublicHealthTrustprograms,contracts,
transactions,accounts,recordsand programs.TheInspectorGeneral
(IG)hasthepowerto subpoena witnesses,administeroaths,require
the production ofrecordsandmonitorexistingprojectsandprograms.
TheInspectorGeneralmay,onarandombasis,performauditsonall
Countycontracts.Thecostofrandomauditsshallbeincorporatedinto
thecontractpriceofallcontractsandshallbeonequarter(1/4)ofone
(1)percentofthecontractprice,except asotherwiseprovidedin
Section 2-1076 oftheCountyCode.
1.28.PRE-AWARD INSPECTION
TheCountymayconductapre-awardinspectionofthe Bidder's siteor
holdapre-awardqualificationhearingtodetermineiftheBidderis
capable ofperformingthe requirements ofthisbidsolicitation.
1.29.PROPRIETARY/CONFIDENTIAL INFORMATION
Biddersareherebynotifiedthatallinformationsubmittedaspartof,or
insupportofbidsubmittals will beavailablefor public inspectionafter
openingofbids/proposals,incompliancewithChapter 119,Florida
Statutes,popularly known asthe "Public Record Law".Bidder(s)shall
notsubmitanyinformationin response tothisSolicitationwhichthe
Bidderconsiderstobeatradesecret,proprietary or confidential.The
submissionofany information totheCountyinconnectionwiththis
Solicitation shallbedeemed conclusively tobea waiver ofanytrade
secret or other protection,which would otherwise be available to
Bidder.In theeventthatthe Bidder submits information tothe County
in violation of this restriction,either inadvertently or intentionally,and
9/24/14-Revision 14-3
clearly identifies that information in the bid/proposal as protected or
confidential,the County may,inits sole discretion,either (a)
communicate with the Bidder inwritingin an effort to obtain the
Bidder's written withdrawal of the confidentiality restriction or(b)
endeavor to redact and return that information to the Proposer as
quickly as possible,and if appropriate,evaluate the balance ofthe
proposal.Under no circumstances shall the County request the
withdrawal of the confidentiality restriction if such communication
wouldin the County's sole discretion giveto such Bidder a competitive
advantage over other bidders.The redaction or return ofinformation
pursuant tothis clause may render a bid/proposal non-responsive.
1.30.HEALTH INSURANCE PORTABILITY AND
ACCOUNTABILITY ACT (HIPAA)
Any person orentity that performs or assists Miami-Dade County with
afunctionoractivityinvolving the use or disclosure of"individually
identifiable health information (IIHI)and/or Protected Health
Information(PHI)shallcomplywiththeHealth Insurance Portability
and Accountability Act(HIPAA)of 1996 and the Miami-Dade County
Privacy Standards Administrative Order.HIPAA mandates forprivacy,
security and electronic transfer standards that include but are not
limited to:
1.Useofinformationonlyforperforming services requiredby
the contract or as required by law;
2.Useof appropriate safeguards to prevent non-permitted
disclosures;
3.Reporting to Miami-Dade County ofany non-permitted use
or disclosure;
4.Assurances that any agents and subcontractors agree to
the same restrictions and conditions that applytothe
Bidder/Proposer and reasonable assurances that 11 HI/PHI
will be held confidential;
5.Making Protected HealthInformation(PHI)available tothe
customer;
6.MakingPHI available to the customer forreviewand
amendment;and incorporating any amendments requested
by the customer,
7.MakingPHIavailabletoMiami-DadeCountyforan
accounting of disclosures;and
8.Making internal practices,books and records related toPHI
available to Miami-Dade County for compliance audits.
PHIshallmaintainits protected status regardless oftheformand
method of transmission (paper records,and/or electronic transfer of
data).TheBidder/Proposer must giveits customers written notice of
itsprivacy information practicesincluding specifically,adescriptionof
thetypesof uses and disclosures thatwouldbe made withprotected
health information.
1.31.CHARTER COUNTY TRANSIT SYSTEM SALES
SURTAX
When proceeds fromtheCharterCountyTransitSystem Sales Surtax
leviedpursuanttoSection29.121oftheCodeof Miami-Dade County
are used topayforallor some partof the cost ofthis contract,no
awardforthoseportionsofaBlanketPurchaseOrder (BPO)utilizing
CharterCountyTransitSystemSalesSurtaxfundsaspartofa multi-
departmentcontract,noracontract utilizing CharterCountyTransit
SystemSurtaxfundsshallbe effective andtherebygiverisetoa
contractual relationshipwiththeCountyfor purchases unlessanduntil
boththe following haveoccurred:1)theCountyCommissionawards
thecontract,and such award becomes final(eitherbyexpirationof10
daysaftersuchawardwithoutvetobythe Mayor,orbyCommission
overrideofaveto);and,2)either,i)the Citizens'Independent
Transportation Trust(CITT)has approved inclusionofthe Surtax
fundingonthecontract,or,ii)in response tothe CITTs disapproval,
theCountyCommissionreaffirmsawardofthecontractbytwo-thirds
(2/3)voteofthe Commission's membership and such reaffirmation
becomes final.Notwithstandingthe other provisionsof Section 1.30,
awardofanallocationforservicesinsupportofthe CITTs oversight
which does not exceed $1000 willnotrequireCommissionorCITT
approval andmaybe awarded bythe Executive Directorofthe OCITT.
Miami-Dade County
SECTION 1
GENERAL TERMS AND CONDITIONS
1.32.LOBBYIST CONTINGENCY FEES
a)In accordance with Section 2-11.1 (s)oftheCodeofMiami-Dade
County,after May,16,2003,noperson may,in whole orin part,
pay,giveoragreetopayorgiveacontingencyfeetoanother
person.Nopersonmay,inwholeorinpart,receiveoragreeto
receive a contingency fee.
A contingency feeisafee,bonus,commission or non-monetary
benefit as compensation which is dependent onorinany way
contingent uponthepassage,defeat,or modification of:1)any
ordinance,resolution,actionordecisionoftheCounty Commission;
2)anyaction,decision or recommendation ofthe County Mayor or
anyCountyboardorcommittee;or3)anyaction,decisionor
recommendationofanyCountypersonnelduringthetimeperiodof
theentire decision-making processregardingsuchaction,decision
or recommendation which foreseeably will beheardor reviewed by
theCountyCommissionoraCountyboardorcommittee.
1.33.COMMISSION AUDITOR -ACCESS TO RECORDS
PursuanttoOrdinanceNo.03-2,allvendors receiving anawardofthe
contract resultingfromthissolicitation will grant access tothe
CommissionAuditortoallfinancialandperformancerelatedrecords,
property,andequipmentpurchasedinwholeorinpart with
government funds.
TheCountyreservesthe right torequirethesuccessfulBidder(s)to
submittoanauditbyAuditandManagementServices,the
Commission Auditor,orotherauditoroftheCounty'schoosingatthe
Bidder's expense.TheBiddershallprovide access toallofitsrecords,
whichrelatedirectlyor indirectly tothisAgreementatitsplaceof
business during regular business hours.The Bidder shall retain all
records pertainingtothis Agreement andupon request makethem
available totheCountyforthree years following expirationofthe
Agreement.TheBidder agrees toprovidesuch assistance asmaybe
necessary tofacilitatetherevieworauditbytheCountyto ensure
compliance with applicable accounting andfinancial standards.
1.34.INVOICES
The successful BiddershallinvoicetheCounty,asspecifiedinthis
Solicitation.Theinvoicedateshallnot exceed thirty(30)calendardays
fromthedeliveryoftheitemsortheprovisionof services,unless
otherwise noted in the Contract.Under no circumstances shall the
invoicebesubmittedtotheCountyin advance ofthedeliveryand
acceptance oftheitemsorprovisionofand acceptance ofthe services.
Failuretosubmitinvoicesintheprescribedmanner will delaypayment.
Allinvoicesshallcontain the followinginformation:
I.Successful Bidder's Information:
•Name ofthe successful Bidder as specified onthe
contract Award Sheet issued bytheCounty.
•Date of invoice
•Unique Invoice number
•Successful Bidder's Federal Identification Number on file
with the County and the State of Florida.
II.County Information:
•County Release Purchase Order
III.PricingInformation:
•Unitpriceofthe goods and/or services provided
•Extended totalpriceofthe goods and/or services
provided
•Applicable discounts
IV.Goods or Services Provided:
•Description
•Quantity
V.Delivery Information:
•Delivery terms set forthwithin the County Release
Purchase Order
•Reference (orincludeacopyof)the corresponding
deliveryticket number or packing slip number that was
signed byan authorized representative of the County at
the time the items were delivered and accepted
9/24/14-Revision 14-3
•Locationand date ofdeliveryof goods and/or services
being provided.
1.35.COUNTYUSER ACCESS PROGRAM(UAP)
a)User Access Fee
PursuanttoSection2-8.10ofthe Miami-Dade County Code,this
Contractissubjecttoauser access feeundertheCountyUserAccess
Program (UAP)intheamountoftwopercent (2%).All sales resulting
fromthisContract,oranycontractresultingfromthe solicitation
referenced onthefirst page ofthis Contract,and the utilizationofthe
County Contract priceandthe terms and conditions identifiedherein,
aresubjecttothetwopercent(2%)UAP.Thisfeeappliestoall
ContractusagewhetherbyCountyDepartmentsorbyanyother
governmental,quasi-governmental or not-for-profit entity.
TheBidderproviding goods or services under this Contract shall
invoicethe Contract priceandshall accept as payment thereof the
Contractpricelessthe2%UAPas full andcompletepaymentforthe
goodsand/or services specifiedontheinvoice.TheCountyshallretain
the2%UAP forusebytheCountytohelpdefraythecostofthe
procurement program.Bidder participation in this invoice reduction
portionoftheUAPis mandatory.
b)Joint Purchase
OnlythoseentitiesthathavebeenapprovedbytheCountyfor
participationintheCounty'sJoint Purchase andEntityRevenue
Sharing Agreement areeligibletoutilizeorreceiveCountyContract
pricingandtermsandconditions.TheCounty will provideto approved
entities aUAP Participant Validation Number.The Bidder must obtain
theparticipation number fromtheentitypriorto filling any order placed
pursuant tothisSection.Bidderparticipationinthisjoint purchase
portionoftheUAP,however,isvoluntary.TheBiddershallnotifythe
orderingentity,inwriting,within three (3)business daysofreceiptof
an order,ofa decision to decline the order.
Forallordering entities located outside the geographical boundaries of
Miami-DadeCounty,theBiddershallbeentitledtoship goods onan
"FOB Destination,Prepaid and Charged Back"basis.This allowance
shallonlybe made when expressly authorized bya representative of
the orderingentitypriorto shipping the goods.
TheCountyshall have no liability to the Bidderforthe cost ofany
purchase made by an ordering entity under the UAP and shall notbe
deemed tobeaparty thereto.All orders shallbe placed directlybythe
ordering entitywith the Bidder and shall bepaidby the ordering entity
less the 2%UAP.
c)Bidder Compliance
If a successful BidderfailstocomplywiththisArticle1.35,that
Contractor maybe considered in default bytheCounty.
1.36.DEMONSTRATION OF EQUIPMENT MAY BE
REQUIRED DURING EVALUATION
AfterreceiptofoffersbytheCounty,Bidders maybe required to
demonstrate specifically offered equipment toCounty personnel,atno
additional cost.The purpose ofthis demonstration isto observe the
equipment in an operational environment and toverifyits capability,
suitability,and adaptability in conjunction with the performance
requirements stipulated inthis Solicitation.If a demonstration is
required,theCountywillnotifytheBidderof such inwritingand will
specify the date,timeandlocationof the demonstration.If the Bidder
failstoperform the demonstration on the specified date stipulated in
the notice,the County may elect to reject that Bidder's offer,orto
reschedule the demonstration,whichever action is determined to be in
the best interest of the County.The County shall be the sole judge of
the acceptability of the equipment in conformance withthe
specifications and its decision shall be final.
The equipment used for the demonstration shallbe the same as the
manufacturer's model identified in the Bidder's offer.Accordingly,the
equipment used in the demonstration shall create an express warranty
that the actual equipment tobe provided by the Bidder duringthe
Contract shall conform to the equipment used in the demonstration.
TheBiddershallprovide adequate restitutiontotheCounty,inthe
manner prescribed by the County,ifthis warranty is violated duringthe
term of the Contract.
Miami-Dade County
SECTION 1
GENERAL TERMS AND CONDITIONS
1.37.EQUIPMENT SHALL BE MOST RECENT MODEL
AVAILABLE
The equipment being offered by the successful Bidder shallbe the
most recent model available.Any optional components which are
required in accordance with the specifications herein shallbe
considered standard equipment for the purposes ofthis Solicitation.
Demonstrator models willnotbe accepted.Omission ofany essential
detail from the specifications herein does not relieve the Bidder from
furnishing a complete unit.The equipment shall conform toall
applicable federal (including OSHA),State,and local safety
requirements.All components (whether primary or ancillary)of the
delivered equipment shall be in accordance with current Society of
Automotive Engineering (SAE)standards and recommended practices,
as applicable.
The engineering,materials,and workmanship associated with the
successful Bidder's performance hereunder shallexhibitahigh-level
ofqualityand appearance consistent withor exceeding industry
standards.
1.38.PATENTS AND ROYALTIES
The successful Bidder,without exception,shallindemnifyandhold
harmless the County andits employees fromliabilityofany nature or
kind,including cost and expenses for,or as aresultof,any
copyrighted,patented,or unpatented invention,process,orarticle
manufactured bythevendor.The successful Bidder has no liability
when such claimis solely and exclusively due to the combination,
operation,or use ofanyarticle supplied hereunder with equipment or
data not supplied by successful Bidder,oris based solely and
exclusively upon the County's alteration ofthearticle.The purchaser
willprovidepromptwrittennotificationofaclaimofcopyrightor patent
infringement.
Further,if such aclaimis made orispending,the successful Bidder
may,atitsoptionand expense,procure forthe purchaser therightto
continueuseof,replaceormodifythearticleto render it non-infringing.
(Ifnoneofthealternativesare reasonably available,theCounty agrees
to return the articleon request to the successful Bidder and receive
reimbursement,ifany,asmaybe determined byacourtof competent
jurisdiction).If the successful Bidder uses any design,device,or
materialscoveredbyletters,patent orcopyright,itismutuallyagreed
and understood without exception that the contract pricesshallinclude
allroyaltiesorcostarisingfrom the use of such design,device,or
materials in any way involved in the work.
1.39.TOXIC SUBSTANCES/FEDERAL "RIGHT TO KNOW"
REGULATIONS
TheFederal "Right to Know"Regulationimplementedbythe
OccupationalSafetyandHealth Administration (OSHA)requires
employers toinformtheir employees ofanytoxic substances which
theymaybeexposedtointheworkplace,andtoprovidetrainingin
safe handlingpracticesand emergency procedures.Italsorequires
notificationtolocal fire departments ofthelocation and characteristics
ofalltoxic substances regularly present intheworkplace.
Accordingly,the successful Bidderperforming under theContractshall
providetwo(2)complete sets ofMaterialSafetyData Sheets to each
UserDepartment utilizing the awarded products.This information
shouldbeprovidedatthetimewhenthe initial deliveryismade,ona
department by department basis.
For additional information ontheFederalRightto Know Regulation,
contact OSHA at www.OSHA.aov.
1.40.GOVERNING LAW
This Contract,including appendices,andallmatters relating tothis
Contract (whether incontract,statute,tort(suchas negligence),or
otherwise)shall be governed by,and construed in accordance with,
thelawsoftheStateof Florida.Venueshallbe Miami-Dade County.
1.41.BANKRUPTCY
The County reservestherighttoterminatethiscontract,if,during the
termofanycontracttheContractorhas with the County,the
Contractor becomes involved asadebtorina bankruptcy proceeding,
9/24/14-Revision 14-3
or becomes involvedina reorganization,dissolution,orliquidation
proceeding,orifa trustee or receiver is appointed over allora
substantial portion of the property of the Contractor under federal
bankruptcy laworany state insolvency law.
1.42.SURVIVAL
The parties acknowledge that any of the obligations inthis Agreement
will survive the term,termination and cancellation hereof.Accordingly,
the respective obligations of the Contractor and the County under this
Agreement,whichby nature would continue beyond the termination,
cancellation or expiration thereof,shall survive termination,
cancellation or expiration hereof.
1.43.SMALL BUSINESS ENTERPRISES (SBE)
MEASURES
AMicro Business Enterprise isa business entity certified bytheSmall
Business Development (SBD)Division,providing goods or services,
which has an actual place of business in Miami-Dade County and
whose three-year average gross revenues does not exceed $2million,
ora manufacturer withfifty(50)employees or less,ora wholesaler
withfifteen (15)employees or less.ASmall Business Enterprise (SBE)
isa business entitycertifiedbySBD,providing goods or services,
which has an actual place of business in Miami-Dade County and
whose three-year average gross revenues does not exceed fivemillion
dollars ($5,000,000).The term SBE shall also include a manufacturer
withone hundred (100)employees or less or wholesaler with fifty (50)
employees or less without regard to gross revenues.
ASBE measure applies to this solicitation as follows and as otherwise
stipulated in Section 2-8.1.1.1.1 of the Code of Miami-Dade County.
Abid preference shall applytoall contracts which are tobe awarded
on the basis of price and are not set-aside.The preference shallbe
used onlyto evaluate abid and shall notaffect the contract price.
For awards valued upto $100,000,a ten (10)percent bid preference
shall automatically apply forMicro Business Enterprises.
For awards valued over $100,000 and upto $1,000,000,the
preference shall be ten (10)percent of the pricebidfor SBEs/Micro
Enterprises and joint ventures withat least one SBE/Micro Enterprise.
The preference accorded on awards greater than$1millionshallbe
5%ofthepricebidforSBEs/Micro Enterprises andjoint ventures with
at least one SBE/Micro Enterprise.
Micro Business Enterprises and SBEs mustbecertifiedbySBD
Business Affairs,adivisionof the Internal Services Department,forthe
typeof goods and/or services the enterprise provides in accordance
withthe applicable commodity code(s)forthis solicitation.
Forcertificationinformation,contact SBDat305-375-CERT(2378)or
online at:
http7/www.miamidade.Qov/intemalservices/smaU-business.asp.The
enterprises must becertifiedbybid submission deadline,at contract
award,andforthedurationofthecontracttoremaineligibleforthe
preference.
1.44.LOCAL CERTIFIED SERVICE-DISABLED VETERAN'S
BUSINESS ENTERPRISE PREFERENCE
ThisSolicitationincludesa preference forMiami-DadeCountyLocal
CertifiedService-Disabled Veteran BusinessEnterprises (VBE)in
accordance with Section 2-8.5.1of the Code ofMiami-DadeCounty.A
VBEisentitledtoreceiveanadditionalfive percent (5%)ofthetotal
technical evaluation pointsonthe technical portionof such Proposer's
proposal.If aMiami-DadeCountyCertifiedSmall Business Enterprise
(SBE)measure isbeingappliedtothisSolicitation,aVBEwhichalso
qualifies for the SBE measure shall not receive the veteran's
preference provided inthis section and shall be limitedtothe
applicable SBE preference.
Miami-Dade County
SECTION 1
GENERAL TERMS AND CONDITIONS
1.45 SPECIAL SECURITY REQUIREMENTS AT MIAMI-
DADE AVIATION,WATERANDSEWER,AND
SEAPORT DEPARTMENTS
Miami-Dade Aviation (MDAD),Water andSewer (WASD),and Seaport
(PortMiami)Departments operate under strict security regulations.
These regulations involve the issuance of special identification (ID)
cards.
Vendors performing services at MDAD must follow all required security
procedures.This will include security checksandpassesforall
employees,aspecial driving courseforthosewhooperateavehicleon
the aircraft operating area (AOA),additional badgesto work within the
US Customs serviceareaandmay include bonding fora Customs I.D.
For Customs ID,call 786-265-5715 or email cbp-miami-airport-
securitv(a).dhs.aovfor information.For MDAD ID,call305-876-7418
for appointment andto pick-up package.Vendors are responsible for
all costs incurred in obtaining security badges.Security clearance
must be obtained priorto start of contract.
Complete police background checks of individuals who are employed,
hiredorwho are required to enter the restricted areas ofthePortof
Miami and WASD frequently (more than5 times within a 90-day
period).These ID cardsare required foraccessandareissuedbythe
departments atthe current costof $60.00 per applicant peryear.
Therefore,thevendorshallobtainandpayfor ID cardsforeachofhis
/her employees and/or agents who will be frequently visiting or
performing services in restricted areas.
Formore information concerning PortMiami ID cards,youmaycontact
the PortMiami ID Officeat(305)347-4955.
FormoreinformationconcerningWASD ID cards,contacttheWASD
security at(786)552-8271.
1.46.FIRST SOURCE HIRING REFERRAL PROGRAM
("FSHRP")
PursuanttoSection 2-2113 oftheCodeof Miami-Dade County,forall
contractsforgoodsandservices,thesuccessful Bidder,prior to hiring
to fill eachvacancy arising undera County contractshall (1)first notify
theSouth Florida Workforce Investment Board ("SFWIB"),the
designated Referral Agency,ofthevacancyandlistthevacancy with
SFWIB accordingtotheCode,and(2)makegoodfaitheffortsas
determinedbytheCountyto fill a minimum of fifty percent(50%)ofits
employment needs undertheCountycontractthroughtheSFWIB.If
no suitable candidates can beemployed after aReferralPeriodof
three tofive days,the successful Bidderis free to fill its vacancies from
othersources.SuccessfulBidders will berequiredto provide quarterly
reportstotheSFWIB indicating thenameandnumberofemployees
hiredinthepreviousquarter,orwhyreferredcandidateswererejected.
Sanctionsfor non-compliance shall include,butnotbe limited to:(i)
suspension ofcontract until Contractorperformsobligations,if
appropriate;(ii)default and/or termination;and (iii)paymentof
$1,500/employee,orthevalueofthe wages thatwouldhave been
earned giventhenoncompliance,whicheverisless.Registration
procedures andadditional information regardingtheFSHRPare
available at https://iapps.southfloridaworkforce.com/firstsource/.
1.47.NONDISCRIMINATORY EMPLOYMENT
PRACTICES
During theperformanceofthecontract,theContractoragreestonot
discriminateagainstanyemployeeorapplicantforemployment
because ofrace,color,religion,ancestry,national origin,sex,
pregnancy,age,disability,marital status,familial status,sexual
orientation or veteran status and will take affirmative action to ensure
thatanemployeeorapplicantisaffordedequalemployment
opportunities without discrimination.Such action shall be taken with
referenceto,butnotlimitedto:recruitment,employment,termination,
rates ofpayorotherformsofcompensationandselectionfortraining
orretraining,includingapprenticeshipandon-the-jobtraining.
9/24/14-Revision 14-3
1.48.PUBLIC RECORDS AND CONTRACTS FOR
SERVICES PERFORMED ON BEHALF OFA
PUBLIC AGENCY
TheContractorshallcomplywiththestateofFLPublicRecords Law,
s.119.0701,F.S.,specifically to:(1)keepandmaintain public records
that ordinarily andnecessarily would be required bythe public agency
inordertoperformtheservice;(2)providethepublicwith access to
public recordsonthesametermsandconditionsthatthe public
agency would provide the records and at a cost that does not exceed
thecost provided inChapter119,F.S.,orasotherwise provided by
law;(3)ensure thatpublic records that are exempt orconfidentialand
exempt frompublicrecords disclosure requirements arenotdisclosed
exceptasauthorizedbylaw;and(4)meetallrequirementsfor
retaining public recordsandtransfer,atnocost,tothepublicagency
allpublicrecordsin possession oftheContractoruponterminationof
thecontractanddestroyanyduplicatepublicrecordsthatareexempt
orconfidentialand exempt frompublic records disclosure
requirements.All records stored electronically must beprovidedtothe
public agency inaformat that is compatible with the information
technology systems ofthepublic agency.If the Contractor does not
complywithapublicrecords request,thepublic agency shall enforce
contract provisions in accordance with the contract.
I^J
ATTACHMENT "B"
Mansfield
Solutions,fueled by Experience
March 30,2015
Clerk of the Board
Stephen P.Clark Center
111 NW 1st Street
17th Floor,Suite 202
Miami,FL 33128-1983
Dear Sir or Madam:
Mansfield Oil Company appreciates the opportunity to participate in your current bid:Quotation No,6-
2015 for delivery of fuel starting June 1,2015 through May 31.2016.The pricing for the various Bulk
Fuel deliveries,is based on the OPIS Current Day Unbranded Average for Miami,FL,and shall include^
allcostsfordeliveryperthebiddocuments.
Pricing is based on Net 15 and /or 45 Day Terms.Normal delivery after receipt of order is within 24 ^
hours.
Should you have any questions,feel free to call Becky Nix at 678-450-2169 or email
bnix@mansfieldoil,com.
Again,thank you forthe opportunity to respond to your invitation to bid.
Best Regards,
David Zarioss
Directorof Government Pricing
1025 Airport Parkway,SW -Gainesville,GA 30501 -1.800.255.6699 •fax 678,450.2242 •www.mansfieldoll.oom
r^j Mansfield
Solufiorv,,Fueled Oy E^.rterv:.'-
INFORMATION ABOUT MANSFIELD OIL COMPANY
Mansfield Oil is a national fuel supply,distribution and logistics company focused on improving
efficiencies inthe downstream petroleum supply chain.We help our customers optimize and control fuel-
related costs with local service,nationwide.We offer secure and reliable fuel supply from over 900
supply points in50statesand Canada.Our service offering includes most varieties of fuel
(diesel/gas/biofuel/ethanol/CNG),credit card/fleet card transaction processing,DEF supply and logistics,
fuel and DEF systems design,environmental compliance,ERP integration,tax exempt transaction
processing,and fuel systems (tank)monitoring.Mansfield's corporate headquarters is located in
Gainesville,GA with five regional service centers located in Chicago,II.,Denver,CO,Detroit,MI,
Minneapolis/St.Paul MN,Houston,TX and Calgary,AB and 4 alternative fuel centers in Bloomington,
MN,SiouxCenter,IA,Charlottesville,VAandOntario,CA.
Wedevelopourown information technology systems andutilizethirdparty integration toolsto facilitate
theunimpededflow of informationbetweenoursuppliers,carriers,ourselves andour customers.
Mansfield's unique and industry leading electronic interface continues to make our customer's daily
operationsmoremanageableandmeasureable,keycomponentsofsuccessfuloperations.Weownand
manageafleetofover70transporttrucksin Atlanta,GA,N Augusta,SC,Charlotte,NC,Chicago,IL
and Orlando,FL from our office which gives us valuable insight intothe trends and dynamics ofour
transportation partners.
Mansfield Oilmaintains market strength through optimization of volume,financialstrength,and
successful relationships with our customers.Currently Mansfield Oilis ranked 41s1 inthe Forbes Listof
Privately HeldCompanies,wasamultiplefinalistinthe2010,2011'and 2012PlattsGlobalEnergy
Awards,andisrated5A2withDunandBradstreetindicating significant financialstrengthandcredit
worthiness.Mansfield hasachieveddoubledigitgrowthforthepastthreedecadeswithrevenues of over
$8.0 billion in 2014.
Some of Mansfield's current government customersinclude:
Federal -AAFES,NAVY,DESC/DLA,AMTRAK
Statcs/DOT -Georgia,NewYork,NorthCarolina,Pennsylvania,WestVirginia
County -Hillsborough,FL,Orange,FL,NorthGACoop(5 counties)
City -Philadelphia,PA,Jacksonville,FL,Chesapeake,VA
Transit Agencies -KCA.TA (KansasCity,MO),CTA(Chicago,IL),LANTA(Lehigh,PA),
WMATA (Washington,D.C.)
Some of Mansfield's commercial customers include:
•National,regionalandlocaltruckloadandlessthantruckload carriers
•Distribution centers for various retailers and wholesalers
•Most major package delivery companies
•Aggregate companies
1025AirportParkway,SW-Gainesville,GA30501 •1.800.255.6699•fax 678.450.2242 •www.mansfieldoil.com
MIAMI-DADE COUNTY
PRICE SUBMITTAL PAGE
(1of2)
QUOTE NO.:6-2015
GROUP A,GASOLINE
TRANSPORT TRUCK DELIVERIES
Payment NET 45
Item
No.
Estimated Gallons per Year
(this is not a guaranty)Gasoline Differential Per Gallon
1 5,000 E10 Gasoline,Regular $-0.0057
2 45,000 E10 Gasoline,Mid-Grade $-0.0396
3 17,250 E10 Gasoline,Premium $-0.0796
TANK WAGON TRUCK DELIVERIES
Payment NET45
Item
No.
Estimated Gallons per Year
(thisis not a guaranty)Gasoline Differential Per Gallon
4 65,000 E10 Gasoline,Regular $+0.2519
5 135,000 E10 Gasoline,Mid-Grade $+0.2519
6 51,750 E10 Gasoline,Premium $+0.2519
TRANSPORT TRUCK DELIVERIES
Payment NET15
Item
No.
Estimated GallonsperYear
(thisis not a guaranty)Gasoline Differential Per Gallon
7 7,500,000 E10 Gasoline,Regular $-0.0109
TANK WAGON TRUCK DELIVERIES
Payment NET15
Item
No.
Estimated Gallons perYear
(thisis not a guaranty)Gasoline Differential Per Gallon
8 200,000 E10 Gasoline,Regular $+0.2466
10
Mansfield
U:h £•!\:s-.ii
MIAMI-DADE COUNTY
PRICE SUBMITTAL PAGE
(2 of 2)
QUOTE NO.:6-2015
GROUP B,DIESEL
TRANSPORT TRUCK DELIVERIES
Payment NET45
Item
No.
Estimated GallonsperYear
(this isnotaguaranty)Diesel
Differential Per Gallon
Price
1 470,000 ULS DieselNo.2 (Clear)$+0.0076
2 1,800,000 ULS DieselNo.2(RedDyed)$+0.0076
TANK WAGON TRUCK DELIVERIES
Payment NET45
Item
No.
Estimated Gallonsper Year
(this is not a guaranty)Diesel
Differential Per Gallon
Price
3 86,000 ULS DieselNo.2 (Clear)$+0.2276
4 219,000 ULS DieselNo.2(RedDyed)$+0.2276
TRANSPORT TRUCK DELIVERIES
Payment NET15
Item
No.
Estimated Gallonsper Year
(thisisnota guaranty)Diesel
Differential Per Gallon
Price
5 15,400,000 ULSDieselNo.2(Clear)$+0.0023
TANK WAGON TRUCK DELIVERIES
Payment NET15
Item
No.
Estimated Gallonsper Year
(thisisnota guaranty)
Diesel
Differential Per Gallon
Price
6 40,000 ULS DieselNo.2(Clear).$+0.2223
7 1,000 ULS DieselNo.2(RedDyed)$+0.2223
GROUP C,DIESEL
MiamiDadePublic Housing andCommunity Development (PHCD)
NoCounty measures orpreferences will applytothisgroup
TANK WAGON TRUCK DELIVERIES
Payment NET45
Item
No.
Estimated Gallons per Year
(this is not a guaranty)
Diesel
Differential Per Gallon
Price
1 20,000 ULS DieselNo.2(RedDyed)$+0.2276
11 Mansfield
MIAMI-DADE COUNTY QUOTE NO.:6-2015
CONVICTION DISCLOSURE:Pursuantto Miami-Dade CountyOrdinance 94-34,any individual,corporation,partnership,jointventureorother
legal entity having an officer,director,or executive who has been convicted ofa felony during the past ten (10)years shall disclose this information
priortoentering Into acontract with orreceivingfundingfromtheCounty.
•Placeacheck mark hereonlyifbidderhassuch conviction todiscloseto comply with this requirement.
LOCAL PREFERENCE CERTIFICATION:Forthepurposeofthis certification,a "local business"isa business located within Ihe limitsof Mlaml-
DadeCounty(or Broward Countyinaccordancewiththe Interlocal Agreementbetweenthetwocounties)thatconformswiththeprovisionsof
Section1.10oftheGeneralTermsandConditionsofthis solicitation andcontributestotheeconomic development ofthecommunityinaverifiable
and measurable way.This may include,but not be limited to,the retention and expansion of employment opportunities and the support and
increase tothe.County's tax base.
•Place aeheckmarkhereonlyif affirming bidder meets requirements for Local Preference.Failure to complete thiscertificationatthistime
(by checking the box above)shall render the vendor ineligible forLocal Preference.
LOCALLY-HEADQUARTERED BUSINESS CERTIFICATION:For Ihe purposeofthis certification,a "locally-headquartered business"Is aLocal
Business whose "principal placeof business"is In Miami-Dade County,asdefinedinSection1.10oftheGeneralTermsandConditionsofthe
originalsolicitation.
•Place acheck mark here only if affirming bidder meets requirements for the Locally-Headquartered Preference (LHP).Failure to complete this
certification al thistime(by checking theboxabove)mayrenderthevendorineligiblefortheLHP.The address ofthe
Locally-headquartered office is:
LOCALCERTIFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION:ALocalCertified Service-Disabled Veteran
Business Enterprise isa firm thatis (a)a local business pursuant to Section 2-8.5oftheCodeof Miami-Dade County and(b)prior lo bid
submission is certified bythe Stale of Florida Department of Management Services asa service-disabled veteran business enterprise pursuant lo
Section 295,187 of the Florida Statutes.
•Place a check mark here only if affirming bidder isa Local Certified Service-Disabled Veteran Business Enterprise.A copy ofthe certification
mustbe submitted wilh thisproposal.
SMALL/MICRO BUSINESS CONTRACT MEASURES FOR SOLICITATIONS (Bid Preference):For awards valued over $100,000,a10%(len
percent)bid preference shall apply lor certified Micro andSBE bidders.Micro Business Enterprises and Small Business Enterprises mustbe
certified by Small Business Development under Business Affairs,a division ofthe Department of Regulatory and Economic Resources (RER),for
thetypeof goods and/or servicesthe enterprise provides in accordance with the applicable commodity code(s)for this solicitation.For certification
information,contact RERat 305-S75-CERT (2378)orat http^/www.miamidade.gov/business/business-certificatlon-programs:asp.The Micro/SBE
or SBE Business Enterprise must be certified by bid submission deadline,at contract award and for the duration ofthe contract lo remain eligible
lorthepreference.
Is your firm a Miami-Dade County Certified SmallBusiness Enterprise?Yes
II yes,pleaseprovideyour Certification Number:
ADDENDA CONFIRMATION:
Addenda Received:•No fi Yes If yes,please indicate the number of addenda received:_I_
No_X
It Is hereby certified and affirmed that the bidder shall accept any awards made asa result of this quotation.Bidder lurther agrees that prices
quoted will remain fixed for a period ol sixty (60)days from date quotation Is due.If awarded a purchases order or contract asa result of this
solicitation,bidder further agrees thai prices quoted shall remain fixed and firm for thetermofthe contract.
Failureto complete and si
Authorized Signature:
Print/Type Name
E-mail:mocbids@mansfieldoil.coin
rendersyourbid/quotation non-responsive andineligibleforaward
Title:Director of GovernmentPricing
Phone:03/30/2015
Fax:678-450-2242
Firm Name:MansfieldOil Company of Gainesville,IncF.E.LN.No.:5/8-1/0/9/1/3/8/3
Address:1025 Airport Parkway City:Gainesville State:GA
THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF BIDDER TO BE BOUND BY THE TERMS OF ITS PROPOSAL.
FAILURE TO SI6N THIS SOLICITATION WHERE INDICATED ABOVE BY ANAUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON-
RESPONSIVE.THE COUNTY MAY,HOWEVER,IN ITS SOLE DISCRETION,ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT
WHICHUNEQUIVOCALLYBINDSTHEPROPOSERTOTHETERMSOF ITS OFFER.
12
SUBCONTRACTOR/SUPPLIER LISTING(ITQ 6-2015)
(Miami-DadeCountyCode Sections 2-8.1 ,2-8.8and 10-34)
Firm Name of Prime Contractor/Respondent MansfieldOilCompanyofGainesville,GA FEIN #58-1091383
Project/Contract Number r^nti-art #^143-Q/1 K
In accordance with Sections 2-8.1,2-8.8 and 10.34 ofthe Miami-Dade County Code,this form must be submitted asa condition of award by all bidders/respondents on County contracts for purchase of
supplies,materials orservices,including professional serviceswhich involve expenditures of $100,000 ormore,andall bidders/respondents on County or Public Health Trust construction contracts which
involve expenditures of $100,000 or more.The bidder/respondent whois awarded this bid/contract shallnotchangeor substitute first tier subcontractors or direct suppliers orthe portions ofthe contract
work tobe performed or materials tobe supplied from those identified,except upon written approval ofthe County.The bidder/respondent should enterthe word "NONE"under the appropriate heading of
this formifno subcontractors orsupplierswillbeusedonthe contract andsignthebottomoftheform.
In accordancewithOrdinanceNo.11-90,anentitycontractingwiththeCountyshallreporttherace,genderandethnic origin oftheownersandemployeesof all firsttiersubcontractors.Intheeventthat
the successful bidder demonstrates to the Countvpriorto award that the race,aender.and ethnicinformationisnot reasonablv available atthat time,the successful bidder shallbe obligated to exercise
diligenteffortstoobtain that information and providethe same totheCountvnotlater than ten f101 davs afterit becomes available and,inany event priortofinal payment under the contract.
(Please duplicate this form ft additional space Is needed.)
Business Name and
Address of First Tier
Subcontractor/
Subconsultant
TBD
Business Name and
Address of First Tier Direct
Supplier
TBD
Principal Owner
Principal Owner
Scope of Work to
be Performed by
Subcontractor/
Subconsultant
Supplies/Materials/
Services to be
Provided by
Supplier
Gender
Principal Owner
(Enter the number of male and female
owners by race/ethniclty)
Race/Ethnicity
5 J «1
Principal Owner
(Enter the number of male and female
owners by race/ethniclty)
Gender Race/Ethnicity
1*
6;c
I
Employee(s)
(Enter the number of male and
female employees and the number
of employees by race/ethniclty)
Gender
Gender
Race/Ethnicity
ll
Employee(s)
(Enter the number of male and
female employees and the number
of employees by race/ethniclty)
lis
'it
<
Race/Ethnicity
[X'l Mark here 'f race»9ender and ethnicity information is not available and will be provided at a later date.This data may be submitted toContracting/User department or on-line to Small
—Business Development pfthe Department of Regulatory and Economic Resources Department at http://pew.miamidade.aov/business/business-developrnent.asD.
Signature of Bidder/
refentations contained inthis Subcontractor/Supplier listing aretothebestofmy knowledge true and accurate.
David Zarfoss Director of Government Pricing
Print Name Print Title
13
03/30/2015
Date SUB 100 Rev.6/12
Mansfield
local Service,Nationwide.
Mansfield Oil Company
Emergency Plan 2015
I.Assumptions
Given that this plan is for natural disasters,and the scope of its affect is impossible to predict
Mansfield must make certain assumptions and caveats to any relief plan put into action.
Mansfield will make every possible effort to maintain service levels allocations after a hurricane
has passed,while working,with regulatory authorities and under any executive order that has
been issued.For planning purposes,the following assumptions must be made:
•Fuel is readily available from terminals suppliers that we would normally use to pull fuel
Mansfield is authorized to pull at nearly every major terminal off of every major supplier.
If providers have to travel non-standard distances to procure fuel,capabilities to fueling
locations will be reduced.
•FEMA and state disaster agencies have not taken control of a Mansfield provider's
capacity.
•Providers are able to reposition drivers and equipment in a timely manner in the
aftermath of the natural disaster.
Given the increased demand for supply before and after hurricanes,capacity is extremely finite.
If any of the above assumptions are not met,capacity to fulfill customer needs will further be
diminished.With this in mind,Mansfield will do everything possible to make sure that locations
are fueled.
IL Procedure
Currently,Mansfield uses a number ofresources to monitor the progress oftropical storms
throughout the season.As Mansfield monitors storm activity the following statuses will be used
byour operational staffto prepare for hurricane related issues:
•Status green-no imminent threats present;normal operations.
•Status orange-threats of storms or presence ofstorms indicated with expected landfall
5-7 days out.
•Status red-storm expected to make landfall within 3 days or less,or hurricane has
already impacted certain regions.Group Supervisors will meet daily with the Disaster
Response Team to asses supply,canier availability and other operational concerns.
Depending on the type offueling location and the perceived impact ofthe event,the following
procedures will be used during status orange and status red scenarios:
Bulk Locations
•Mansfield works with all bulk sites inthe projected strike region.Mansfield will either
lookat inventory readingsorcallsitesintheareatoscheduleloadsbeforethestorm
arrivestotopsitetanksoff.
•Top-off deliveries will consist of short loads and full loads.Itis better to pay for a short
loadof fuel and top off because fuel and resource availability after an event are unknown.
•Mansfield constantly interacts with carriers to monitor delivery schedules in order to
meet all location needs.If forsome reason loads cannot be delivered before thestorm
strikes,these loads are first out once terminals and carriers commence operations after the
storm passes.
Mobile Locations Currently Being Fueled
•Mansfield interacts with providers to get providers'plans for the storm.Estimated
operability is assessed and communicated to Mansfield customers.
•Siteswill remain on same delivery schedule.
•Three days before the storm makes landfall,Mansfield would request a conference call
with corporate and sites that are inthe projected strike area.Conference calls willbe
used to confirm information provided to Mansfield and to gather additional needed
contact information.
•Mansfield will use information provided from the call to interact with mobile providers to
beginpoststormplanning.
•Other contracted mobile refuelers that might be moving equipment into the region-
Mansfield will use the information from the conference call to try and get service
commitments before the storm strikes.In some cases,Mansfield will ask corporate ifit
wishes to purchase capacity understanding it will have a cost even ifit goes unused.
•After the storm has passed,Mansfield will attempt to contact appropriate personnel at
sitesto ascertain fueling needs.
•Ifa Mansfield contracted mobile provider cannot service these locations,Mansfield will
tryto reach outto non-contracted providers.If Mansfield is able to locate a non-
contracted provider,Mansfield will have the provider contact and bill the location
directly.
III.Mansfield Recommendations
Given the expected severity of the storm,Mansfield will poll all contracted providers in the area
to ascertain feasibility ofthe plan to deal with the storm.Mansfield has evaluated similar events
in recent years and,based on our experiences,would make the following recommendations:
•Top off all vehicles at site locations before parking them for the storm.This will benefit
sites by having all vehicles fueled and tanks at maximum capacity to facilitate additional
time before needingtobe refueled.
•Review and distribute all internal emergency contact information.This list should
include local and coiporate contact information.Where possible,this list should also
include individual cell numbers oflocal operations personnel for use when land lines are
unavailable.Alist ofMansfield personnel and their contact information is listed on the
lastpage of thisdocument.
•Prior to hurricane season,we recommend that all sites in hurricane areas should purchase
watertightsealcapsforalltanks.
IV.Hurricane Action Timelines
Belowarethe suggested action timelines:
96 Hours Prior to Expected Landfall-Status Orange
Mansfield to update Corporate of anticipated landfall location.
Non-Inventory Management sites in projected storm path should evaluate inventory levels and
order full or part loads to ensure tanks are topped off.
72HoursPriortoExpectedLandfall-StatusRed
Mansfield to update Corporate of anticipated landfall location.
Mansfield will monitor sites on Inventory Management and scheduledeliveries to ensure tanks
are topped off.
Non-Inventory Management sites in projected storm path will continue to monitor inventory
levels and order as appropriate to ensure tanks are topped off prior to hurricane.Non-Inventory
Management sites should place orders for any loads needed prior to hurricane.
Conference call with Mansfield,Corporate,and sites in the anticipated affected region to discuss
operational details.
48 Hours Priorto Expected Landfall-Status Red
Mansfieldto update Coiporate of anticipated landfall location.
Mansfield will schedule final deliveries prior to landfall for Inventory Management sites.
Sites in affected area should begin fueling at retail locations if possible sothat their bulk tanks
arefullafterthestormhaspassed.
Mansfield will coordinate with Corporate and individual sites to establish priority listof sites for
receiving deliveries after hurricane makes landfall
24HoursPriorto Expected Landfall-Status Red
MansfieldtoupdateCorporate of anticipated landfall location.
Terminalsin affected regionwill begin toshut down.Carriers maybegintomove assets outof
projecthurricanepath.
Finaldeliverieswillbemadetositesas conditions permitand if possiblegiven terminal and
carrierstormpreparation/evacuationplans.
Sitesshould place water-tight caps on product fill pipesto reduce chance of water entering tanks.
12HoursPriorto Expected Landfall-Status Red
Most terminals in region will likely be shut down and carriers will begin to pull equipment off
roadassafetyprecautions.
Deliveries will most likely not be possible until after hurricane has passed.
0 Hour -Landfall-Status Red
Nodeliveryactivity
Mansfield will be in contact with carriers and terminals in effected area to evaluate damage and
time until assets areback on-line and operational.
12 Hours after Landfall-Status Red
Mansfield will coordinate with Corporate to assess the site damages in affected area and verify
theprioritylistforfirstdeliveries.
Mansfield will notify Corporate ofthe operational status ofterminals and carriers in the affected
region,any anticipated disruptions to deliveries,and anticipated time lines until supply &
deliveries will return to normal.
Mansfield will attempt to make contact with sites in affected area in order to assess operational
statusandfueldeliveryneeds.
Mansfield will schedule deliveries to highest priority sites.Deliveries may be scheduled from
non-traditional origins if terminals/carriers inregion are not operable.
24 Hours after Landfall-Status Red
Mansfield will notify Coiporate ofthe operational status ofterminals and carriers in the affected
region,any anticipated disruptions to deliveries,and anticipated time lines until supply &
deliveries will return to normal.
Mansfield will continue to attempt to contact sites in the affected area and schedule deliveries on
priority basis in accordance to safety considerations and any applicable local,state,or federal
mandates.
Mansfield will inform the site and Corporate ifthere are issues prohibiting delivery to any
locations.
Sites placing orders should do so at least 48 hours in advance,rather than the standard 24 hours
in advance.
Mansfield will schedule deliveries to highest priority sites.Deliveries may be scheduled from
non-traditional origins if terminals/carriers in region are not operable.
48 Hours after Landfall-Status Red
Mansfield will update Corporate on a conference call as to the operational status of terminals and
carriers in the affected region,any anticipated disruptions to deliveries,and anticipated time lines
untilsupplyanddeliverieswillreturntonormal.
Mansfield will notify Corporate ofany sites with whom Mansfield has NOT been able to make
contact.This includes Inventory Management locations that no longer have readings coming in.
Mansfield and Corporate will re-evaluate the delivery priority list ifdisruptions to supply remain
significant inthe affected region.
Deliveries will be scheduled as needed in accordance to safety considerations and any applicable
local,state,or federal mandates.
Mansfield will inform the site and Corporate ifthere are issues prohibiting delivery to any
locations.
72 Hours after Landfall-Status Red
Mansfield will update Coiporate on a conference call as to the operational status ofterminals and
carriers inthe affected region and if disruptions to deliveries inthe area continue.
Sitesshould continue toplace orders 48 hours in advance.
Mansfield will inform Corporate of status of scheduled deliveries,and evaluate the established
priority list.
Deliveries will be scheduled as needed in accordance to safety considerations and any applicable
local,state,or federal mandates.
Mansfield will inform the sites and Coiporate if there are issues prohibiting delivery to any
locations.
Mansfield will schedule deliveries to highest priority sites.Deliveries may be scheduled from
non-traditional origins if terminals/carriers in region are not operable.
Mansfield pledges to do everything possible to facilitate the fueling of locations during disaster
times.
96Hours+After Landfall-StatusOrange
Mansfield will update Coiporate ofoverall status of operations and deliveiy options in affected
areas.
Mansfield will co-ordinate with Coiporate as to non-typical operational processes that will need
to continue.
Delivery schedules will revert to normal as quickly as possible.
Mansfield pledges to do everything possible to facilitate the fueling of locations during disaster
times.
VI.Terminal Access:Each pushpin represents a terminal.At any ofthese terminals,Mansfield has access to between one and four
suppliers.
PhilarielpWa
'iSsprSlggiiH'"""'""'
SffELLMOTlVA AWNS THE TERMINAL
T^tt CALLING AGREEMENT
mNTilACT NUMBER:
This Tcrnunalting Agreement ("Agreement"),made the 22nd day of November
2013*by and between Motlva Enterprises LLC,aDelaware limited liability company having an
office at 1000 Main Street.Level 12,Box 4604,Houston,TX 77210,hereinafter to be referred to
as "Company/and Mansfield Oil Company ofGainesville Ine.aGeorgia ooq>pr*tion having an
office nt 1025 Airport Parkway SW.Gainesville,GA 30501,hereinafter to be referred to us
"Customer,"covers lermmalmg of the products described below under the following terms and
conditions,effective as ofDecombcr 1,2013f'Effective Date").Company and Customer may bo
referred to individually as4<Parlyu or collectively as"Parties"herein,
A)PACT4TIES AND CUSXOMBU LOCATION:
Company Fncilityft^^("FacllitvfJcsV^:
Address;
OR
tympany Pacililyfi
Address:
Customer Name;
AM***
Port Everglades South Terminal
1200 SB28th Street
Pt.Lauderdale,FL 33316
Port Everglades East Terminal
1500 $E26lh Street
_EL.Lauderdale,^L3.3ai.6
Mansfield Oil Company of Gainesville h)c
1025 Airport Parkway SW
Gainesville,GA 30501
B)FACiLrrnss services?
i.$iwm
Company will provide Customer with 16,050 barrels ofdedicated Shell capacity space
iniplligisl^
Shell Capacity
Space
Tank Bottoms Worlclng Space
Capacity
16,050 barrels 1,050 barrels fill^Ot^^nsI&e
.
U.S.STANDARD TERMSNAtrLXNG *GRBEHBNT -3J1BM.-OWHBD TERMINAL
Item 1
&
Item 1
based on the settlement price for gasoline on the OPIS plus pipeline fort*adjusted for
quality difference with the posted price on the termination day of this Agreement or u mat
datefallsona holiday thenextposted price.
Ifwater is (band hi tank(s)and it is determined to have own introduced through^Customer's
Product,Customer agrees to reimburse Company for aolunl cost ofremoval and disposal of
water plus a 15 percent administrative fte,unless such water tn tank was caused by
Company's Mnre to use reasonable care in receiving,handling,storing and/or maintaining
(lie Facilities.
H)NOTICK ADDRESSES:
Customer:Mansfield Oil Company of Gainesville Inc
102S Airport Parkway,SW
Gainesville,GA 30501
Attn:Andy Milton
Company,:Motiva Enterprises LLC
1000Main,LeveM2
Houston,TX 77002
Attn:Contracts &Negotiations Mgr
I)OPERATIONAL CONTACTS:
Terminal Manager.;.JLsMliftlSL
Linda Kennedy
Scott DiUing
Glenn Simon
CommercialMgr
AreaOperationsMgr:
Scheduler;
J)OTHER PROVISIONS!
954-525-5177
713-230-4085
713-241-2302
.71.3-230-4067
The Additional Terms and Conditions attached ^»^M*J».*K^JSAgreement.All reference herein to the Agreement shall include the Additional Terms and
Conditions.
Executed this jH day of,P**<^-
MOTIYA ENTERPRISE LLC
.20l&r
MANSFIELD OIL COMPANY OX?
GAINESVILLE INC
By:.
__Tlllr <fr>tiU«nsA"&qfo fV-iuiy/-^
U.S.STAHOARD TBRMINATAINC AGWBEHBW -SIIBU/KOTIVA-OWHED WMKWU.
1^1 Mansfield
Solutions..Fuctoct by experience
April 24,2015
Miami-DadeCounty
Attn:Jesus Lee
Procurement Contracting Officer 2
Internal Services Department 111 NW lsl Street,13th Floor
Miami,FL33128
Dear Mr.Lee:
Belowisthe National Account Manager contact for verification of our allocation atthe Port Everglades
terminal.We currently haverack allocation withnumerous suppliers andoursupply contract withBPis
attached.
BP
Kevin McCaffrey
National Account Manager
Cell:813-728-1932
Shouldyouhaveanyquestions,feelfreetocontact Becky Nixat1-800-255-6699Ext:2169ore-mail
bnix(5)jnansfieldoil.com
Best Regards,
Becky Nix
Contract Coordinator
Mansfield Oil Company
1025AirportParkway,SW •Gainesville,GA 30501-9833 •(ax 678.450,2242 •800.695.6626 •www.mansfieldoil.com
BP Products North America,Inc.
Schedule A -Proposal
Customer Name:Mansfield Oil Company of Gainsvjlle Inc.
Contract Start Date:
Contract End Date:
General Terms and Conditions Effective Date:
Proposal Expiration Date
1/1/2075
1/1/2015
11/30/15
^%'
^
f-\r Item 2
State Terminal DeliveryPoint Product
Volume
(gal/month)
/Pricing
/Mechanism Pricesfirm Adder,cpe Contract Price
BWImg
Gallons Mode
FL PtEvergladesBP 87 Regular E109#
/
/
/2,700,000 Platts Mean PriorDay Net FOB Rack
FL PtevergladesBP 93Regular EI09#420,000
/
Platts Mean PriorDay Net FOB Rack
Totalper month 3,120,000
Total per year 37.440,000
Notosr
1.Tola)Adderisbefbreell applicable federal,stateandlocaltaxesandfees.
2.The InitialTerm or this agreement snail befor one (1)year
3.Priceaddersmayincreaseordecreasebaseduponchangesin applicable pipelineteriffe
r^j Mansfield
Solutions,Fueted by Experience
April 24,2015
Miami-Dade County
Attn:Jesus Lee
Procurement Contracting Officer 2
Internal Services Department 11 iNW 1st Street,13lh Floor
Miami,FL 33128
Dear Mr.Lee:
BelowistheAccount Manager contactforverification of ourallocationattheTampa terminal.
We currentlyhaverackallocationwithnumeroussuppliersandoursupply contract,forTampaterminal,
with ExxonMobil is attached.
ExxonMobil Fuels &Lubricants
Erin Golden
Sales Account Manager-WholesaleFuels
Office:832-625-8417
Cell:703-350-5816
IM:eringolden_xom
Shouldyouhaveanyquestions,feelfreetocontact Becky Nixat 1-800-255-6699 Ext:2169 ore-mail
bnixffimansfieldoiLcom
Best Regards,
Becky Nix
Contract Coordinator
MansfieldOil Company
1025 AirportParkway,SW -Gainesville,GA 30501-9833 •fax 678.450.2242 •800.695.6626 -www.rnansfieWoil.com
•Effective from:Apr12015
I MANSFIEIO OH.COMPANY OF
}106305
{Addendum
Item 3
E^onMoblf
Vtirft \Uirkrlfag
Mar 312015 00:04
.'f—-
!jftuntnil
!j
j*Od»«&«<4>tt*l |jjj»
J|5MVH0?P!E$U I
USMl'tf02D<£Kl 1 ....A0P0VC0 [*M*
JMonlWy
j VflltttiWj(feted*}
650.003
AM*
tat*hkr fonmtif l»/G4i)
——
•-"•
::]
TotolVohtmo i J3.769 17.34&MO
1^1
April 24,2015
Mansfield
Solutions,dueled by Experience
Miami-DadeCounty
Attn:Jesus Lee
ProcurementContracting Officer 2
Internal Services Department 111 NW 1st Street,13th Floor
Miami,FL33128
Dear Mr.Lee:
Belowisthe Terminal Manager contactfor verification of JacksonvilleandMontgomery,ALfordiesel
allocation and Tampa for gasoline anddiesel allocation atthe Jacksonville terminalWe currently have
rack allocation with numerous suppliers and our throughput agreement withBuckeye Partners,L.P.is
attached.
Buckeye Partners,L.P.
ChrisClay
Manager,TerminalMarketing
Office:610-904-4783
Cell:918-691-1773
Email:cclav@buckeve.com
IM:chrisjclay
Should youhaveany questions,feel free to contact BeckyNixat 1-800-255-6699 Ext:2169 or e-mail
bnix@mansfieldoil.com
Best Regards,
Becky Nix
Contract Coordinator
MansfieldOilCompany
1025Airport Parkway,SW »Gainesville,GA 30501-9833 •fax 678.450.2242 •800.695.6626 •www.mansfieldoil.com
Item 4
SEVENTEENTH AMENDMENT TO THROUGHPUT AGREEMENT
This AMENDMENT is made asof mis 1*day of August,2014,by and between Buckeye
Terminate,LLC ("Buckeye")and Mansfield Oil Company of Gainesville,Inc.("Customer"),
WHEREAS,Buckeye and Customer entered into aw Agreement,dated February 1,2010
(as amended from time to lime,the "Agreement"),pursuant to which Buckeye agreed to provide
certain terminalling servicesto Customer;and
WHEREAS,Buckeye and Customer each desire to further amend the Agreement on the
terms and conditions set forthin this Amendment.
NOW,THEREFORE,in consideration of the premises and the mutual covenants
contained in the Agreement and herein,and other good and valuable consideration the receipt
and adequacy of which are hereby acknowledged,the parties hereto agree as follows:
1.Modifications.In accordance with Section 29 of the Agreement the following is
effective as of August 1,2014;
(a)Appendix A to die Agreement is hereby deleted in its entirety and Appendix A
hereto shall be substituted therefor.
(b)Appendix Bto the Agreement is hereby deleted in its entirety and Appendix B
heretoshallbe substituted therefor,
(c)Appendix Cto the Agreement is hereby deleted in its entirety and Appendix C
heretoshallbe substituted therefor.
2.Ratification:No Waiver.Except as expressly modified hereby,the Agreement
and ail documents,instruments,and agreements related thereto are hereby ratified and confirmed
in all respects and shali continue in full force and effect.The execution,delivery,and
effectiveness of this Amendment shall not operate as awaiver of any right,power,or remedy of
either party hereto under the Agreement,nor constitute awaiver ofany provision ofthe
Agreement The Agreement shall,together with this Amendment,be read and construed as a
single agreement All references in the Agreement and any related documents,instruments,and
agreements shall hereafter refer to the Agreement as modified hereby.
3.Authority.Each party hereto represents and warrants that the execution and
delivery by such party of this Amendment and the performance by such party of all of its
agreements and obligations under the Agreement as modified hereby are within the
organizational authority ofsuch party and have been duly authorized by all necessary
organizational action on the part of such party,
4.rnunterparts:Effectiveness.This Agreement may be executed in one or more
counterparts (including by means oftelecopied signature page or as aPDF or similar attachment
to an electronic communication),all of which shall be considered one and the same agreement,
and shall become effective when one or more counterparts have been signed by each ot tne
Partiesand delivered totheotherParties.
C#597
Item 4
IN WITNESS WHEREOF,Buckeye and Customer have duly executed this Amendment
as ofthedayandyearfirstsetforthabove.
MANSFIELDOIL COMPANY OF GAfNSVILLE,INC.
BY:
Name:(?UsT £kH **
Tide;S+o^y /Ww^f'
BUCKEYE TERMINALS,LLC
BY:
Name:
Title:
0*597
Item 4
APPENDIX A
TERMINALS
Terminal Address Control Number
Argo 8600 West 71st Street
Bedford Parte,IL60501 T-36-IL-3315
Baltimore 6200Pennington Avenue
Baltimore,MD 21226 T-52-MD-1550
Belton Hwy20North.
Belton,SC 29627
T-57-SC-2051
Brewerton County Route 37 West River Road
Brewerton,NY 13029
T-16-NY-J456
Buffalo 625 Elk Street
Buffalo,NY 14210
T-16-NY-1458
Canton 807 Hartford Southeast
Canton,OH 44707
T-34-OH-3143
Charleston
5150 Virginia Avenue
North Charleston,SC 29405
T-57-SC-2064
Chesapeake 4030 Bueil Street
Chesapeake,VA 23324
T-54-VA-1650
Chicago Complex
400EColumbus Dt.,EastChicago,IN
46312
2400 Michigan St,Hammond,IN46320
45 Division St,Shereville,IN46375
32550 S,Egyptian Trail,Peotone,IL 60468
T-35-IN-3225
T-35-IN-3228
N/A
N/A
Columbus Soulh
303 North Wilson Road
Columbus,OH43204
T-31-OH-3105
Cuyahoga 4850 E 49th Sn-eet
Cuyahoga His,,OH 44125
T-34-OH-3144
Detroit
700 South Deacon
Detroit,MI 48217
T-38-MI-3025
Fairfax
9601 Colonial Avenue
Fairfax,VA 22031
T-54-VA-1659
C#597
##*
Item 4
Terminal Address Control Number
Ferrysburg 17806 North Shore Drive
Ferrysburg,Mr 49409
T-38-M1-3013
Granville
9101 North 107th Street
Milwaukee,WI53224
T-39-WI-3062
•••'•W^W^^ll^1-'------2617 Zoo Parkway
Jteksbnvilie,FL 32226
T-59-FL-2102
Lima South
1500 West Buckeye Road
Lima,OH45804
T-34-OH-3158
Macungie 5198 Buckeye Road
Emmaus,PA 18049
T-23-PA-1700
Macungie BES 5285ShipperRoad,Macungie,PA 18062
5117 ShipperRoad,Macungie,PA 18062
T-23-PA-1702
T-23-PA-1704
Malvern
8 South Malin Road
Malvern,PA 19355
T-23-PA-I718
Maj^shall
12451 Old U.S.27 South
Marshall,MI 49068
T-38-M1-3043
Montgomery Hwy 31North
Montgomery,AL 36108
T-63-AL-2304
Niles
2303 South Third Street
Niles,MI 49120
T-38-Mr-3028
North Augusta 221 Sweetwater Rd,
North Augusta,SC 29841 T-57-3C-2061
Raceway 3230N.Raceway Road
Indianapolis,IN46234 T-35-IN-3226
Rochester North
754 Brooks Ave.
Rochester,NY 14624-0587
T-16-NY-1468
Rochester South 675 Brooks Ave,
Rochester,NY 14619
T-ltf-NY-1472
Rockford
1511 South Meridian Road
Rockford,IL 61102
T-36-IL-3306
***
*#*
C#597
r,
Item 4
Terminal Address Control Number
;i$*ip r^fSfii^"::-••""••'•'•••""'""•""'Tampa,FL33605 "TV5^r^
Woodhaven 20755 WestRoad
Woodhaven/MI 48183
T-38-MT-3024
#**:
C#597
From:David Zarfoss <DZarfoss@mansfieldoil.com>
Sent:Wednesday,May13,20152:32PM
To:Lee,Jesus (ISD);Ford,Phillip (ISD)
Cc:Matthew Pitts;Clerkof the Board (COC)
Subject:Pricing pages
Attachments:150513121911_0001.pdf
Jesus,
Pleasefind attached revisedpricingpagesforMansfield Oil Companyforyour2015fuelbid.Ifyouhaveany questions
about these figures please don't hesitate to givemeacall.
Thank you for your consideration.
David Zarfoss
Director of Govt Pricing
Mansfield Oil Company
678-450-2107
MIAMI-DADE COUNTY QUOTE NO.:6-2015
Oof 2)
GROUP A,GASOLINE
TRANSPORT TRUCK DELIVERIES
Payment NET45
Item
No.
Estimated Gallons per Year
(thisis not aguaranty)Gasoline Differential Per Gallon
1 5,000 E10 Gasoline,Regular $-0.0057
2 45,000 E10 Gasoline,Mid-Grade $-0.0396
3 17,250 E10 Gasoline,Premium $-0.0796
TANK WAGON TRUCK DELIVERIES
Payment NET45
Item
No.
Estimated Gallons per Year
(thisis not a guaranty)Gasoline Differential Per Gallon
4 65,000 E10 Gasoline,Regular $+0.1215
5 135,000 E10 Gasoline,Mid-Grade $+0.1215
6 51,750 E10 Gasoline,Premium $+0.1215
TRANSPORT TRUCK DELIVERIES
Pavment NET 15
Item
No.
Estimated Gallons per Year
(thisis not a guaranty)
Gasoline Differential Per Gallon
7 7,500,000 E10 Gasoline,Regular $-0.0109
TANK WAGON TRUCK DELIVERIES
Pavment NET 15
Item
No.
Estimated Gallons per Year
(thisis not a guaranty)
Gasoline Differential Per Gallon
8 200,000 E10 Gasoline,Regular $+0.1162
mm on co.MansfieWO«^ay
1025 *gf^30601
MIAMI-DADE COUNTY QUOTE NO.:6-2015
(2 of 2)
GROUP B,DIESEL
TRANSPORT TRUCK DELIVERIES
Payment NET45
Item
No.
Estimated Gallons per Year
(this is not a guaranty)
Diesel
Differential Per Gallon
Price
1 470,000 ULSDieselNo.2(Clear)$+0.0076
2 1,800,000 ULSDieselNo.2(RedDyed)$+0.0076
TANK WAGON TRUCK DELIVERIES
Pavment NET 45
Item
No.
Estimated Gallons per Year
(thisis not a guaranty)
Diesel
Differential Per Gallon
Price
3 86,000 ULSDieselNo.2(Clear)$+0.1215
4 219,000 ULSDieselNo.2(RedDyed)$+0.1215
TRANSPORT TRUCK DELIVERIES
Payment NET 15
Item
No.
Estimated Gallons per Year
(thisis not a guaranty)Diesel
Differential Per Gallon
Price
5 15,400,000 ULSDieselNo.2(Clear)$+0.0023
TANK WAGON TRUCK DELIVERIES
Payment NET 15
Item
No.
Estimated Gallons per Year
(thisis not a guaranty)Diesel
Differential Per Gallon
Price
6 40,000 ULSDieselNo.2(Clear)$+0.1162
7 1,000 ULSDieselNo.2(RedDyed)$+0.1162
GROUP C,DSESEL
MiamiDadePublicHousingand Community Development (PHCD)
No County measures or preferences will apply to this group
TANK WAGON TRUCK DELIVERIES
Payment NET 45
Item
No.
Estimated Gallons per Year
(this is not a guaranty)Diesel
Differential Per Gallon
Price
1 20,000 ULSDieselNo.2(RedDyed)$+0.2276
Mansfield Oil Co.
1025 Airport Parkway
Gainesville,GA 30501
Dlutians.Fuelea by Experience
May 19,2015
Clerk of the Board
Stephen P.Clark Center
111 NW 1st Street
17th Floor,Suite 202
Miami,FL 33128-1983
Mr.Jesus Lee:
Belowpleasefindouractionplantobeimplementedassoonasanawardrecommendationis
madebyMiami-DadeCounty.Everyeffortwillbemadetoperformsitevisitsbytransportation
partners and establish relationships beforetheJune1 commencement,as well as conversations
from herewithsite operators and administrative folks to establish those communication pathsas
well.
1.Potential Carriers -Mansfield is finalizing the transportation logistics with3FTL carriers:
Florida Rock and Tank Lines (FLRT),Penn Tank Lines (Perm),and Sun Fuels (Sun).We have
asked each of these partners to provide us with their logistical capacity (total number of trucks)in
the metro Miami area;I expect to have this information returned by May 21sl.Each carrier
partner is being assigned delivery points based on their available capacity in the market,keeping
in mind that having multiple options provides for additional security during emergency situations.
The logistical plan being finalized is as follows,with possible changes due to site
conditions:
a)Transport loads for diesel to Miami-Dade Transit will be handled by Penn
b)Transport loads for diesel to Miami-Dade ISD will be handled by FLRT and Penn
c)Transport loads for diesel to Water and Sewer Department will be handled by
FLRT and Sun
d)Transport loads for gasoline to Miami-Dade ISD will be handled by FLRT and
Penn
e)Transport loads for diesel to various other departments will be handled by FLRT
and Sun
f)Tank wagon loads for diesel to the various other smaller departments will be
handled byBVOil
g)Tank wagon loads for gasoline to the various other smaller departments will be
handled byBVOil
2.Driverlist-WeunderstandthatboththeWaterandTransitdivisions,ataminimum,have
security requirements.All earners are currently submitting driver names and the final lists will be
provided to you by May 22nd when we are able to finalize the site distribution.We understand
that these agencies are aware of the potential carrier change and ask for their help and cooperation
during this transition.
3.Carrier agreements -Mansfield is drafting service agreements with each carrier.The
letter will explain the sites being awarded to each carrier partner and the service expectation
1025 Airport Parkway,SW •Gainesville,GA 30501 •1.800.255.6699 •fax 678.450.2242 •www.mansfieldoil.com
ov o:penence
moving forward with the contract.We will ask for acknowledgement from each transportation
partner.This will be completed by May 26th.
4.Price negotiation -Mansfield was able to offer a lower overall differential by partnering
with BV Oil to handle the TW portion of the bid.At the outset of the contract we are unable to
lower our transport differentials however we will conduct a review at the 90 day mark and
internally review the logistics of both our freight and supply performance and determine if any
additional savingscanbepassedonthe Miami-Dade County.
Our team here is anxious to begin speaking with the sites as soon as possible to finalize the set up
process and our carriers are eager to begin site visits to ensure their safety protocol requirements
are satisfied.I know you understand but the earlier this process can begin the better the result at
June lsl.
David Zanoss
Director of Government Pricing
1025 Airport Parkway,SW •Gainesville,GA 30501 •1.800.255.6699 •fax 678.450.2242 •www.mansfieldoil.com
MIAMI
CIcaincPMK Wli
VtrBaObr:JmotLw
INTERNAL SERVICES DEPARTMENT
TALLYSHEET
V«riB»dbr:An»RJo—ce
^jai^llgii&i^^
ManfMd Ofl Company of
Gajnaavflla.>ncBVOnCompanyInc.Maemman OS Company LLC Urbiati OHCompany
aamsiiii wmmissm.mmmmm m&mmm wmssmm
>»l<..Wdpi«tw«iici.w»lcl».|yBeroefSaEwd»)
tool Pratmnc*BJgUte (10%|
(tocdprtndwipUfdbudnii)
mmm^i^^s^^^miM^^m^mm§iiPiaiigiiB gmawBrasg isiiagiffiHg
NotRtqu«t>d/N—drt
^Hffliiiii
5 EtOOnoUnt.MiaOfOi 10.00998 »U.4B8ja|10.06400 ttJMOi
6 E10O«»<H>i>.Pi 15.174,481 B).064OO W.3U.I
TOTAL FOftTAWXVSm»N TRUCK DaJVSBEfl
QNgbnaU gammy)
7 |E10O>isSn».B«8uUf tacwaol ma.aoonH 4002350 -ii7b.2So.oo
Ma^ass
TOTALPOW TRANSPORT TRUCK DSJVS»E5 sniSDojooo
Page1 of 1
Internal Services Department
Procurement Management Division
Addendum No.1
TO:All Pool Bidders DATE:March 2,2015
INVITATION TO QUOTE NO.:6-2015
TITLE:ITQ,Gasoline and Diesel Fuel
This Addendum becomes partof the above-mentioned solicitation.
A.The following are requests for clarification and/orquestion,andthecorrespondingresponse.
1.Canone vendor wintransport and onevendorwin tankwagon?
Response:No.Award will be made intheaggregateonagroupbygroupbasistothelowest
pricedresponsive,responsibleBidder.
I
All terms,covenants and conditions ofthe subject solicitationshall apply,except
to the extent herein amended.
Procurement Contracting Officer2
CC:Clerk of the Board
a U—
cc CM
<%^t >L-J
UP
mm
09
H-
CXI
*ju i stup
O -go
on se:CJ-i-
LJ !S Zl*£
«J ££.<£
CA
ij2^O OvJ
CLERK Of TH£StAR€
Internal Services Departmer??15 HAR 20 AH 8:37
Procurement Management Divi^r^i^un a csumty cts
MIANi-0AQE(50yMTY,FlA.
Addendum No.2
TO:All Pool Bidders DATE:March 19,2015
INVITATION TO QUOTE NO.:6-2015
TITLE:ITQ,Gasoline and Diesel Fuel
ThisAddendum becomes partof the above-mentioned solicitation.
A.Revision to the Solicitation.
1.The due date of sealed bids has changed from April 18',2015 at 2:00PM to April 8th.2015 at
2:00PM.All else remainsthe same.Biddersareremindedthat quotes will NOTbe accepted by
e-mail,telephone,orfacsimile.
2.Change the FuelTaxRatestableonPage4as follows.Underthe Gasoline columnandrowtitled
Motor Fuel-On/Off theRoad(State),changethetaxratefrom0.173to0.174.Thetable
representsthelatesttaxrate information.Therefore,the information issubjectto change during
thetermofthisInvitationto Quote (ITQ).
B.The following arerequestsfor clarification and/orquestion,andthecorrespondingresponse.
1.Requestfortwo(2)invoices per month ofCounty's current contract delivered byyour current
vendor(s)and corresponding bill of ladings ofeach gasoline and diesel fuel.These invoices
couldbe just fromoneortwoofthelocationswiththelargest usage.
Response;The County operatesalargenumberof various types fuel sitesmanagedby
numerousdepartments.Thetwo County departments with thelargest consumption offuelarethe
Internal Services Department /Fleet Management Division (ISD/FM),which isthelargest
consumer of gasoline and second largest consumer of diesel,and Miami-Dade Transit (MDT),
which isthelargestconsumerof diesel.Responsesto questions 2,3,and4arealsobasedon
thesetwodepartments'consumption.Please see copiesof invoices attachedtothesame e-mail
containing this Addendum.
2.Please provide us with recently used invoices off ofthe current contract with their corresponding
BOL's for each type offuel and each typeofdelivery?
Response:Please see response toquestion number 1.
3.Isthereanaverageordersizeforeachtypeof delivery (Transport andTank Wagon)?
Response:
ISD/FM -the averageordersizeis 7,500 gallons fordieseland 9,000 gallon for gasoline.
MDT -Transport average is7,500 gallons per load (Diesel)and Tank Wagon Is 5,000 gallons per
load(Diesel and Unleaded)
4.Approximately how many ordersayeararesplitloadsto two separate facilities?
Response:Onaverage,ISD hasabout20splitordersayear.Thisoccurswhena transport
delivery Is requested butthesiteis unable toaccepttheentire load,or during emergency
1
situations.MDT has approximately 19 split orders a year for unleaded fuel for the tank wagon
goingto the three garages.Nonefordiesel.
5.Justto confirm,alltaxesandfeesinthetableonpg.4ofthe solicitation will belistedas separate
line items on invoices and don't need to be added into our differential?
Response:Yes,asapplicableto each fuel.
6.Lookingforatabulation sheet fromlast year's bid.
Response:Pleasesee referenced Tally Sheet attached tothesame e-mail containing this
Addendum.
7.Please provide monthly usage reportbrokendownbymonthforthe last 12 months?
Response:BelowarethetotalnumbersofgallonsdeliveredtoallCounty departments perfuel
type during theprevious 12 months.Usagenumbersshouldcorrelate with delivery numbers,but
due to the large number of sites within several departments,usage numbers are not readily
available.
Diesel Gasoline
Mar-14 1,390,582.00 Mar-14 628,957,00
Apr-14 1,350,433.00 Apr-14 590,691.00
May-14 1,574,509.00 May-14 688,127.00
Jun-14 1,340,640,00 Jun-14 607,122,00
Jul-14 1,519,624.00 Jul-14 662,743.00
Aug-14 1,415,799.90 Aug-14 636,693.30
Sep-14 1,497,049,00 Sep-14 630,222.00
Oct-14 1,521,151.00 Oct-14 643,522.00
Nov-14 1,271,409.00 Nov-14 533,262.00
Dec-14 1,374,579,70 Dec-14 616,228.10
Jan-15 1,384,765,00 Jan-15 596,395.00
Feb-15 1,223,501.00 Feb-15 526,311.00
8.*Have any addenda other than #1 been released?
Response:No.
9.Whenis the anticipated award date?
Response:Approximately 1-2 weeks before May 1st.
10.When isthe first boardmeetingafterthe bid opening?
Response:Award ofthereferenced Invitation toQuote (ITQ)doesnot require board approval.
11.Will adecisionbemadeattheboard meeting orsometimebeforethen?
Response:See response to question number 9and 10.
12.CantheCountyacceptupto5%bioinyourdieselfuel?
Response:Yes,as long as it'sUltra Low SulfurDiesel.
13.Whatis the percent preference giventoalocalbidder?
Response:Please follow link below tothe LOCAL PREFERENCE Paragraph 1.10 (C)ofthe
generaltermsand condition.The link isalso found in Section 1,Paragraph1ofthe ITQ.
http://www.mlamldade.aov/procurement/librarv/boilerplate/Q8neral-terms-and-conditions-r14-3.Ddf.
14.Does the percent preference apply to the bid margins or bid totals?
Response:Local Preference is applied to the price for all items within a Group.
15.isthe public invited to attend the bid opening?If so,what information will be read aloud atthe
opening?
Response:A public openingisnot scheduled.
16.How soonafterthe bid opening will preliminary bid tabulations be available?
Response:Within 30 days,but usually sooner.
17.Would the County consider an alternate firm fixed price for the year?If so,would you accept our
clauses?Please indicate which clauses would be acceptable and which clauses would be cause
forrejection.-
Response:The County will notconsideranalternate firm fixed price.
All terms,covenants and conditions of the subject solicitation shall apply,except
to the extent herein amended.
Procurement Contracting Officer
CC:Clerk of the Board