Loading...
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