11THE CITY OF PLEASANT LIVING
To:
VIA:
FROM:
DATE:
SUBJECT:
BACKGROUND:
AMOUNT:
ACCOUNT:
SUPPORT:
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
The Honorable Mayor & Members of the City Commission
Steven Alexander, City Manager
Kelly Barket Jr., Director of Public Works
June 29,2015 Agenda Item No.: II
A Resolution amending resolution number 096-15-14435 and authorizing
the City Manager to enter into a multi-year contract 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.
Bulk fuel gasoline and diesel must be purchased for the City's vehicle fleet
and equipment. The City Manager wishes to piggyback on Miami-Dade
County Contract No.: 3143-9/18 with Mansfield Oil Company of
Gainesville, Inc.
The City of South Miami desires to utilize the Miami-Dade County
Contract under the Terms and Conditions as set forth in the solicitation
and agreement between Miami-Dade County and Mansfield Oil Company.
The previous contract piggybacked by the City of South Miami with
Macmillan Oil was terminated by Miami-Dade County resulting in a new
agreement with Mansfield Oil Company of Gainesville, Inc. As a result of
the termination, the City of South Miami utilized the new agreement of
service with Mansfield Oil Company of Gainesville, Inc.
Not to exceed $371,000
001-1760-519-5230 Public Works Fuel & Lubricants
001-1310-513-5230 City Manager Fuel
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 PR Landscape Fuel
Revised multi-year piggyback contract
Resolution No.: 096-15-14435
RESOLUTION NO.: _________ _
2
3
4
5
6
7
A Resolution amending resolution number 096·15-14435 and authorizing the
City Manager to enter into a multi-year contract 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.
8 WHEREAS, the City Manager wishes to purchase bulk fuel gasoline and diesel for the
9 City's vehicle fleet and equipment; and
10
11 WHEREAS, the City Manager wishes to ensure the lowest possible cost for the purchase
12 of bulk fuel gasoline and diesel for the City vehicles fleet and equipment; and
13
14 WHEREAS, the City Manager wishes to piggy back on Miami-Dade County Contract No.:
15 3143·9/18 with Mansfield Oil Company of Gainesville Inc; and
16
17 WHEREAS, the City authorized the City Manager to expend money for the 2014/2015
18 fiscal year for the purchase of fuel from Mansfield Oil Company by resolution number 096-15-
19 14435; and
20
21 WHEREAS, the City desires to enter into a multi·year contract with Mansfield Oil
22 Company so as to include fiscal year 2015/2016; and
23
24 WHEREAS, the expenditure be charged to Departmental Fuel Account Numbers 001·
25 1770·519·5230 (Public Works Fuel & Lub), 001-1310-513-5230 (City Manager Fuel), 001-1610-
26 524-5230 (Building Division Fuel), 001-1620-524-5230 (Planning Division Fuel), 001-1640-524-
27 5230 (Police-Law Enforcement Fuel), 001-2000-572-5230 (Recreation Fuel) and 001-1750-519-
28 5230 (PR Landscape Fuel).
29
30 NOW, THEREFORE, BE IT RESOLVED THE MAYOR AND CITY COMMISSION OF THE CITY
31 OF SOUTH MIAMI, FLORIDA:
32
33 Section 1. The City Manager is authorized to expend an amount not to exceed $220,000
34 with Mansfield Oil Company of Gainesville Inc, for the purchase and delivery of bulk fuel
35 gasoline and diesel during FY 14/15, and a portion of the FY15/16 charged to Departmental Fuel
36 Account Numbers.
37
38 Section 2. Severability. If any section, clause, sentence, or phrase of this resolution is
39 for any reason held invalid or unconstitutional by a court of competent jurisdiction, this holding
40 shall not affect the validity of the remaining portions of this resolution.
41
42 Section 3. Effective Date: This resolution shall take effect immediately upon
43 enactment.
44
45
46
47
48
49
50
51
PASSED AND ENACTED this __ day of ____ ~, 2015.
ATIEST: APPROVED:
CITY CLERK MAYOR
Page 1 of2
52
53
54
55
56
57
58
59
60
READ AND APPROVED AS TO FORM,
LANGUAGE, LEGALITY AND
EXECUTION THEREOF
CITY ATIORNEY
Page 2 of2
COMMISSION VOTE:
Mayor Stoddard:
Vice Mayor Harris:
Commissioner Liebman:
Commissioner Edmond:
Commissioner Welsh:
CONTRACT
TillS AGREEMENT made and entered into this __ day of June, 2015, by and
between the City of South Miami, a Florida municipal Corporation by and through its City
Manager (hereinafter referred to as "City") and Mansfield Oil Company of Gainesville Inc.,
(hereinafter referred to as "Contractor").
WITNESSETH:
WHEREAS, the "Miami-Dade County" solicited bids, pursuant to ITO No. 6-2015
and Contract No. 3143-9/18, for Gasoline and Diesel Fuel; and
WHEREAS, the Miami-Dade County, after completing a competitive bidding
process, awarded a contract to Contractor, and
WHEREAS, the City of South Miami desires to utilize the Miami-Dade County
Contract and pursuant to authority of the City of South Miami's Charter.
NOW, THEREFORE, the City and the Contractor, each through their authorized
representative/official, agree as follows:
1. The City desires to enter into a Contract, under the same terms and
conditions as set forth in the solicitation and the agreement between Miami-Dade County
and Contractor, pursuant ITO No. 6-2015 and Contract No. 3143-9/18 for the 2014/2015
and 2015/2016 fiscal year for the balance of the term of the Miami-Dade County contract
term, including any authorized extensions.
2. The City has reviewed the contract and agrees to the terms and conditions and
further agrees to the fair and reasonableness of the pricing. Contractor hereby agrees to
provide such services under the same price( s), terms and conditions as found in the
solicitation documents and the response to the solicitation, pertinent copies of which are
attached hereto as Attachment A, &B and made a part hereof by reference, and the
agreement and/or the award between Miami-Dade County and Contractor, pursuant ITO
No. 6-2015 and Contract No. 3143-9/18, a copy of which, including any amendments and
addendums thereto, is attached hereto and made a part hereof by reference.
3. All references in the contract between Miami-Dade County and Contractor,
shall be assumed to pertain to, and are binding upon Contractor and the City of South Miami.
All decisions that are to be made on behalf of the County, as set forth in the Miami-Dade
County's ITO No. 6-2015 and Contract No. 3143-9/18 and its agreement with Contractor,
shall be made by the City Manager for the City of South Miami. The term of the contract,
including all extensions authorized by the contract shall not exceed five years.
Notwithstanding anything contained in the ITO No. 6-2015 and Contract No. 3143-9/18
etc. or the Miami-Dade County contract to the contrary, this agreement shall be governed
by the 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 and all of its subcontractors are required to
comply with the public records law (s.119.0701) while providing goods and/or Services on
Thomas F. Pepe-7-16-14
Page 1 of2
behalf of the CITY and the Contractor, under such conditions, shall incorporate this
paragraph in all of its subcontracts for this Project.
5. Waiver Jury Trial: City and Contractor knowingly, irrevocably voluntarily
and intentionally waive any right either may have to a trial by jury in State or Federal Court
proceedings in respect to any action, proceeding, lawsuit or counterclaim arising out of the
Contract Documents or the performance of the Work thereunder.
6. Validity of Executed Copies: This agreement may be executed in several
counterparts, each of which may be construed as an original.
7. Attorneys' Fees and Costs: In the event of any litigation between the parties
arising out of or relating in any way to this Agreement or a breach thereof, each party shall
bear its own costs and legal fees. Nothing contained herein shall prevent or prohibit the right
to be indemnified for any attorney fees incurred in the defense of an action by a person or
entity who is not a party to this Agreement.
8. Severability: If any te= or provision of this Agreement or the application
thereof to any person or circumstance shall, to any extent, be invalid or unenforceable, the
remainder of this Agreement, or the application of such te= or provision to persons or
circumstances other than those to which it is held invalid or unenforceable, shall not be
affected thereby and each te= and provision of this Agreement shall be valid and
enforceable to the fullest extent pe=itted by law.
IN WITNESS WHEREOF, and as the duly authorized act of the parties, the undersigned
representatives of the parties hereto have caused this instrument to be signed in their respective
names by their proper officials on or before the day and year first above written.
Mansfield Oil Company of Gainesville, Inc.
By: _______________________ _
(type name and title of signatory above)
ATTEST: CITY OF SOUTH MIAMI
By: _::-::--:--:-::-:-::-_-=-----:::::-=_
Maria M. Menendez, CMC
City Clerk
Read and Approved as to Fo=,
Language, Legality and Execution
Thereof
By: ________ _
Thomas F. Pepe
City Attorney
Thomas F. Pepe -7-16-14
By:
Page 2 of2
----~--~~--~-----
Steven Alexander
City Manager
RESOLUTION NO.: _~0~9~6'..::-:...'1-,,5:.::-:.!1~4~4=-3=-5 __
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 bulk fuel 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
of bulk fuel 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 (Building Division Fuel), 001-1620-524-5230 (Planning Division Fuel). 001-1640-524-
5230 (Police-Law Enforcement Fuel), 001-2000-572-5230 (Recreation Fuel) and 001-1750-519-
5230 (PR Landscape Fuel).
NOW, THEREFORE, BE IT RESOLVED THE MAYOR AND CITY COMMISSION OF THE CITY
OF SOUTH MIAMI, FLORIDA:
Section 1. The City Manager is authorized to expend an amount not to exceed $86,125
with Mansfield Oil Company of Gainesville Inc, for the purchase and delivery of bulk fuel
gasoline and diesel during FY 14/15, charged to Departmental Fuel Account Numbers.
Section 2. Severability. If any section, clause, sentence, or phrase of this resolution is
for any reason held invalid or unconstitutional by a court of competent jurisdiction, this holding
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 16th day of June, 2015.
ATIEST: APPROVED:
Qw~ LERK
COMMISSION VOTE: 5-0
Mayor Stoddard: Yea
Vice Mayor Harris: Yea
Commissioner Liebman: Yea
Commissioner Edmond: Yea
Commissioner Welsh: Yea
CONTRACT
Tms AGREEMENT made and entered into this __ day of July. 2015, by and
between the City of South Miami, a Florida municipal Corporation by and through its City
Manager (hereinafter referred to as "City") and Mansfield Oil Company of Gainesville Inc.,
(hereinafter referred to as "Contractor").
WITNESSETH:
WHEREAS, the "Miami-Dade County" solicited bids, pursuant to ITO No. 6-2015 and
Contract No. 3143-9/18, for Gasoline and Diesel Fuel; and
WHEREAS, the Miami-Dade County, after completing a competitive bidding process,
awarded a contract to Contractor, and
WHEREAS, the City of South Miami desires to utilize the Miami-Dade County
Contract and pursuant to authority of the City of South Miami's Charter.
NOW, THEREFORE, the City and the Contractor, each through their authorized
representative/official, agree as follows:
1. The City desires to enter into a Contract, under the same terms and conditions as
set forth in the solicitation and the agreement between Miami-Dade County and Contractor,
pursuant ITO No. 6-2015 and Contract No. 3143-9/18 for the 2014/2015 and 2015/2016 fiscal
year for the balance of the term of the Miami-Dade County contract term, including any
authorized extensions.
2. The City has reviewed the contract and agrees to the terms and conditions and
further agrees to the fair and reasonableness of the pricing. Contractor hereby agrees to provide
such services under the same price(s), terms and conditions as found in the solicitation documents
and the response to the solicitation, pertinent copies of which are attached hereto as Attachment
A, &B and made a part hereof by reference, and the agreement and/or the award between Miami-
Dade County and Contractor, pursuant ITO No. 6-2015 and Contract No. 3143-9/18, a copy of
which, including any amendments and addendums thereto, is attached hereto and made a part
hereof by reference.
3. All references in the contract between Miami-Dade County and Contractor, shall
be assumed to pertain to, and are binding upon Contractor and the City of South Miami. All
decisions that are to be made on behalf of the County, as set forth in the Miami-Dade County's
ITO No. 6-2015 and Contract No. 3143-9/18 and its agreement with Contractor, shall be made
by the City Manager for the City of South Miami. The term of the contract, including all
extensions authorized by the contract shall not exceed five years. Notwithstanding anything
contained in the ITO No. 6-2015 and Contract No. 3143-9/18 etc. or the Miami-Dade County
contract to the contrary, this agreement shall be governed by the 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 and all of its subcontractors are required to comply
with the public records law (s.119.0701) while providing goods and/or Services on behalf of the
CITY and the Contractor, under such conditions, shall incorporate thls paragraph in all of its
Thomas F. Pepe -7-16-14
Page 1 of2
subcontracts for this Project.
5. Waiver Jury Trial: City and Contractor knowingly, irrevocably voluntarily and
intentionally waive any right either may have to a trial by jury in State or Federal Court
proceedings in respect to any action, proceeding, lawsuit or counterclaim arising out of the
Contract Documents or the performance of the Work thereunder.
6. Validity of Executed Copies: This agreement may be executed in several
counterparts, each of which may be construed as an original.
7. Attorneys' Fees and Costs: In the event of any litigation between the parties
arising out of or relating in any way to this Agreement or a breach thereof, each party shall bear
its own costs and legal fees. Nothing contained herein shall prevent or prohibit the right to be
indemnified for any attorney fees incurred in the defense of an action by a person or entity who is
not a party to this Agreement.
8. Severability: If any term or provision of this Agreement or the application thereof
to any person or circumstance shall, to any extent, be invalid or unenforceable, the remainder of
this Agreement, or the application of such term or provision to persons or circumstances other
than those to which it is held invalid or unenforceable, shall not be affected thereby and each term
and provision of this Agreement shall be valid and enforceable to the fullest extent permitted by
law.
IN WITNESS WHEREOF, and as the duly authorized act of the parties, the undersigned
representatives of the parties hereto have caused this instrument to be signed in their respective
names by their proper officials on or before the day and year first above written.
Mansfield Oil Company of Gainesville, Inc.
By: ____ . ______ .
(type name and title of signatory above)
ATTEST:
By: ________________________ _
Maria M. Menendez, CMC
City Clerk
Read and Approved as to Form,
Language, Legality and Execution
Thereof
By:
-~-~~------Thomas F. Pepe
City Attorney
Thomas F. Pepe -7-\6-\4
Page 2 of2
CITY OF SOUTH MIAMI
By: ___ ----,_--:-__ _
Steven Alexander
City Manager
RESOLUTION NO.: _--'0:.::9:..:6:....--'1.:::5'-----!-1..:.4..:.4""3""5 __
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 bulk fuel 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
of bulk fuel 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 (Building Division Fuel), 001-1620-524-5230 (Planning Division Fuel), 001-1640-524-
5230 (Police-Law Enforcement Fuel), 001-2000-572-5230 (Recreation Fuel) and 001-1750-519-
5230 (PR Landscape Fuel).
NOW, THEREFORE, BE IT RESOLVED THE MAYOR AND CITY COMMISSION OF THE CITY
OF SOUTH MIAMI, FLORIDA:
Section 1. The City Manager is authorized to expend an amount not to exceed $86,125
with Mansfield Oil Company of Gainesville Inc, for the purchase and delivery of bulk fuel
gasoline and diesel during FY 14/15, charged to Departmental Fuel Account Numbers.
Section 2. Severability. If any section, clause, sentence, or phrase of this resolution is
for any reason held invalid or unconstitutional by a court of competent jurisdiction, this holding
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 16th day of June, 2015.
ATIEST: APPROVED:
~~ LERK
COMMISSION VOTE: 5-0
Mayor Stoddard: Yea
Vice Mayor Harris: Yea
Commissioner Liebman: Yea
Commissioner Edmond: Yea
Commissioner Welsh: Yea
(dl
S ~iM" . . oub,! laml
n-lt: CITY OF PLEASANT LIVING
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
'INTER-OFFICE MEMORANDUM
To: . The Honorable Mayor & Members of the City Commission
VIA: Steven Alexander, City Manager
FROM:
DATE:
SUBJECT:
BACKGROUND:
AMOUNT:
ACCOUNT:
SUPPORT:
Kelly Barke! Jr., Director of Public Works
June 16, 2015 Agenda Item ~0.:1JJJ·4n{t1)
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.
Bulk fuel gasoline and diesel must be purchased for the City's vehicle fleet
and eqUipment. The City ManagElr wishes to piggyback on Miami·Dade
County Contract No.: 3143-9/18 with Mansfield Oil Company of
Gainesville, Inc.
The City of South Miami desires to utilize the Miami·Dade County
Contract under the Tenns and Conditions as set forth in the solicitation
and agreement between Miami·Dade County and Mansfield Oil Company.
The previous contract piggybacked by the City of South Miami with
Macmillan Oil was tenninated by Miami·Dade County resulting in a new
agreement with Mansfield Oil Company of Gainesville. Inc. As a result of
the tennination, the City of South Miami utilized the new agreement of
service with Mansfield Oil Company of Gainesville, Inc.
Not to exceed $86,125.00
001-1760-519-5230 Public Works Fuel & Lubricants
001-1310-513-5230 City Manager Fuel
001-1610-52 ..... 5230 Building Division Fuel
001-1620-52 ..... 5230 Planning Division Fuel
001-1640-524-5230 Code Enforcement Fuel
001-1910-521-5230 Police-Law Enforcement Fuel
001-2000-5n-S230 Recreation Fuel
001-17S0-SI9-S230 PR Landscape Fuel
Award Recommendation Miami·Dade County Contract No.:3143-9/18
Contract City of South Miami Abbreviated
ITQ No. 6-201S
Addendum I
Addendum i
\
\
>-
r
miiamidade.gov
May 21,2015
All Responding Vendors (See Distribution List)
SUBJECT: CONTRACT NO,: 3143-9/18-7
ITQ NO,: 6-2015
TITLE: Gasoline and Diesel Fuel
Dear Vendors:
INTERNAL SERVICES Dt:PARTMENT
PROCUREMENT MANAGEMENT SERVICES
r.' 7." ~~ r,;::-i l.td)lllt:mS1(~t • Suile 1300
"I-L." '" , 'M1'ariii-;Ffo~dii 33128-1974
2015HfiY21 AI1II:3~
In accordance with Section 1,12 of the above-referenced solicitation, and Section 2-8.4 of the Code of Miami-
Dade County, you are hereby nOlified 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) not considered for award are:
B V 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 (tl of the County Code. The Procurement Management Services Division of the
Intemal Services Department appreciates the participation of ali vendorS who responded to the subject action,
If you have questions, please contact Jesus Lee at 305.-375-4264 email: fiI@miamidade,gov
Jesus Le PB
Procurement Contracting Officer 2
Miami Dade County, Florida
Attachment: Tabulation Sheet
Distribution:
B V Oil Company Inc.
Urbieta Oii Company
Mansfield Oil Company of Gainesville Inc.
cc: Clerk of the Board
File
Macmillan Oil Company LLC
Fontainebleau Aviation
CONTRACT
TIDS AGREEMENT made and entered into this ~ day of June. 2015, by and
between the City of South Miami, a Florida municipal Corporation by and through its City
Manager (hereinafter referred to as "City") and Mansfield Oil Company of Gainesville Inc.,
(hereinafter referred to as "Contractor").
WITNESSETH:
WHEREAS, the "Miami-Dade County" solicited bids, pursuant to ITO No. 6-2015
and Contract No. 3143-9/18, for Gasoline and Diesel Fuel; and
WHEREAS, the Miami-Dade County, after completing a competitive bidding
process, awarded a contract to Contractor, and
WHEREAS, the City of South Miami desires to utilize the Miami-Dade County
Contract and pursuant to authority of the City of South Miami's Charter.
NOW, THEREFORE, the City and the Contractor, each through their authorized
representative/official, agree as follows:
1. The City desires to enter into a Contract, under the same terms and .
conditions as set forth in the solicitation and the agreement between Miami-Dade County
and Contractor, pursuant ITO No. 6-2015 and Contract No. 3143-9/18 for the 2014/2015
fiscal year and for the balance of the term of the contract, provided the City approves of the
extension of the contract at a public hearing.
2. The City has reviewed the contract and agrees to the terms and conditions and
further agrees to the fair and reasonableness of the pricing. Contractor hereby agrees to
provide such services under the same price(s), terms and conditions as found in the
solicitation documents and the response to the solicitation, pertinent copies of which are
attached hercto as Attachment A, &B and made a part hereof by reference, and the
agreement andlor the award between Miami-Dade County and Contractor, pursuant ITO
No. 6-2015 and Contract No. 3143-9/18, a copy of which, including any amendments and
addendums thereto, is attached hereto and made a part hereof by reference.
3. All references in the contract between Miami-Dade County and Contractor,
shall be assumed to pertain to, and are binding upon Contractor and the City of South Miami.
All decisions that are to be made on behalf of the County, as set forth in the Miami-Dade
County's ITO No. 6-2015 and Contract No. 3143-9/18 and its agreement with Contractor,
shall be made by the City Manager for the City of South Miami. The term of the contract,
including all extensions authorized by the contract shall not exceed five years.
Notwithstanding anything contained in the ITO No. 6-2015 and Contract No. 3143-9/18
etc. or the Miami-Dade County contract to the contrary, this agreement shaH be governed
by the 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 and all of its subcontractors are required to
comply with the public records law (s.119.0701) while providing goods andlor Services on
Thomas F. Pepe-7-J6-J4
Page 1 of2
behalf of the CITY and the Contractor, under such conditions, shall incorporate this
paragraph in all of its subcontracts for this Project.
5. Waiver Jury Trial: City and Contractor knowingly, irrevocably voluntarily
and intentionally waive any right either may have to a trial by jury in State or Federal Court
proceedings in respect to any action, proceeding,lawsuit or counterclaim arising out of the
Contract Documents or the performance of the Work thereunder.
6 VaUdiqr of Execntgd Copies· Tbis agreement may he execyted in several
counterparts, each of which may be construed as an original.
7. Attorneys' Fees and Costs: In the event of any litigation between the parties
arising out of or relating in any way to this Agreement or a breach thereof, each party shall
bear its own costs and legal fees. Nothing contained' herein shall prevent or prohibit the right
to be indemnified for any attorney fees incurred in the defense of an action by a person or
entity who is not a party to this Agreement.
8. Severability: If any term or provision of this Agreement or the application
thereof to any person or circumstance-shall, to any extent, be invalid or unenforceable, the
remainder of this Agreement, or the application of such term or provision to persons or
circumstances other than those to which it is held invalid or unenforceable, shall not be
affected thereby and each term and provision of this Agreement shall be valid and
enforceable to the fullest extent permitted by law.
IN WITNESS WHEREOF, and as the duly authorized act of the parties, the undersigned
representatives of the parties hereto have caused this instrument to be signed in their respective
names by their proper officials on or before the day and year first above written.
mpany of Gainesville, Inc.
David Zarfoss I Director of Government PriCing
(type nam!l and title of signatory above)
By:~~~~~~~~
Maria M. Menendez, CMC
City Clerk
Thomas F. Pepe-7-16-14
Page 2 of2
MIAMI-DADE COUNTY
QUOTATION NO.: 6-2015
CONTRACT NO.: 3143-9118
(Commodity Code 405-59)
CONTACT PERSON: Jesus Lee
E-Mail: fil@miamidade.gov
ATTACHMENT "A"
INVITATION TO QUOTE
MIAMI-DADE COUNTY
Internal Services Department·
111 NW 1st Street, Ste 1300
QUOTE NO.: 6-2015
IIiIS IS '\0 I
-\1\ ORDLR
DUE DATE: Wednesday, April 1 , 2015
DUE TIME: 2:00 PM
PHONE: 305-375-4264
In accordance with Section 2. paragraph 2.6 of Invitation to Bid 3143-9/18 (Contract). Miami-Dade County (County) is
hereby soliciting price quotes for Transport and Tank Wagon delivery of bulk gasoline and diesel fuels (reference
2.6.1. Group One. Transport and Tank Wagon Deliveries of the Contract). By signing and submitting a price quote
herein the pre-qualified Bidder agrees to adhere to the terms and cond"~ions of the contract and the changes to such
terms and conditions provided herein.
INSTRUCTIONS TO BIDDERS
1. The Bidder must submit it's completed. signed. and sealed written quotation (pages 10 through 13) with attached
documentation per "Method of Award" section. "Minimum Requirements" by the specified time and date indicated
above to the Clerik of the Board. at the address indicated on this form. The envelope must state that it is a
SEALED QUOTE and include the guote number and opening date on the outside. No quote will be accepted
bye-mail, telephone, or faCSimile.
Submit Sealed Quote To:
CLERK OF THE BOARD
Stephen P. Clark Center
111 NW 1st Street
17'" Floor, Suite 202
Miami, Florida 33128-1983
2. Quotes received aiter the time and date specified above shall not be accepted.
3. Requests for additional information or clarification must be made via e-mail to the Procurement Officer identified on
the front of this form. copying the Clerik of the Board at clerkbcc@miamidade.gov. no later than Friday. March 13.
2015. The County will issue additional information by written addenda via e-mail prior to the scheduled opening
date. It is the bidder's responsibility to ensure 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 for a one year period. Delivery is required starting June 1. 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 to the price evaluation of Group C due to the use 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 basis to the lowest priced responsive. responsible Bidder who meets or exceeds the minimum
requirements and submits a price for all items within a Group.
1
MIAMI-DADE COUNTY QUOTE NO.: 6-2015
MINIMUM REQUIREMENTS
1. Access to fuel at iwo ports.
The apparent low Bidder shall be able to obtain (lift) fuel from at least two Florida ports other than Port Everglades
with eHher Tampa or Orlando (to fulfill one port) and Cape Canaveral or Jacksonville or any Georgia ports that
regularty offers fuel as needed herein (to fulfill the second port).
Bidder shall provide documentation from any terminal operator, or a company who has a contract with a
terminal operator at these ports, to the satisfaction of the County. The proof shall be in the form of
documentation from each port or a terminal operator in these port{s) iri the Bidder's name, or Bidder's supplier's
name. Once awarded, the Awarded Bidder shall substantially maintain such access during the term of this
contract.
2. Agreement with a Terminal Operator for un-branded fuel.
The Bidder shall have an agreement or agreements with at least one Terminal Operator at Port Everglades, or
wHh distributor{s) that have agreements with Terminal Operators at Port Everglades for the purchase of the
applicable fuel.
Bidder shall provide evidence of such to the County's satisfaction that such agreements provides
sufficient amounts of luelto the Awarded Bidder to supply the County's estimated needs.
NOTE: The County reserves the right to request additional documentation and information related with this ITO
from Bidders during evaluation.
PRICING:
A. Price
Submit a "Differential Per Gallon" price for Net 45 Day payment below, in accordance wHh Scope of Services for
providing the fuel types and services including delivery of fuel, excluding the "Emergency Fuel Delivery" fees
which are provided for in Hem "C" below. Pricing shall be stated in the Price Submittal Page as a fixed price and
include all supplies and any and all other expensEis to be paid for these services under the Contract.
B_ Early Payment Discount Price
. The Early Payment Discount Price is as follows:
Submit a "Differential Per Gallon" price for Net 15 Day payment is listed below, in accordance wHh Scope of
Services for providing the fuel types and services including delivery of fuel, excluding the "Emergency Fuel
Delivery" fees which are provided for in item "C' below. PriCing shall be stated in the Price Submittal Page as a
fixed price and include all supplies and any and all other expenses to be paid for these services. under the
Contract. .
C. Emergency Fuel Delivery
In accordance with Scope of Services, Section 2, Paragraph 7 herein, entitled Emergency Contingency Plan, the
cost for fuel delivered from ports or terminals other than Port Everglades will be reimbursed by the County at the
actyal market freight rate with no mark-up by the Contractor. The awarded Bidder shall provide documentation of
their additional freight cost as a condition of reimbursement. The fuel delivery rate shall be capped at $900.00 per
delivery. However, should the need arise, the Awarded Bidder can request approval of a higher rate for a delivery
by obtaining prior authorization from the County.
2
MIAMI·DADE COUNTY QUOTE NO.: 6-2015
SECTION 1
TERMS AND CONDITIONS
1. The general terms and conditions pertaining to this solicitation may be viewed online at the Miami-Dade County
Procurement Management website by dicking on the below link:
http:/{www .miamidade.gov/Procurementllibrarvlboilerolate/general-terms-and-conditions-rI4-3.pd!.
2. Pursuant to Sections 2-8.1, 2-8.8 and 10.34 of the County Code, for all contracts which involve the expenditure of
one hundred thousand dollars ($100,000) or more, the entity contracting with the County must report to the
County the race, gender and ethnic origin of the owners and employees of its first tier subcontractors. Complete
and sign the Subcontractor/Supplier Listing form.
3. Bidder shall insert unit price as required opposite each Item. Unit price shall prevail.
4. This quote form, any addenda, and/or properly executed modifications, the purchase order (H issued), and a
change order (if applicable), consmute the entire contract.
5. All products specHied herein shall be fully guaranteed by the awarded Bidder. The Bidder at no cost to the
County will correct any product defects, which may occur as the result of faulty products. The County does not
waive the implied warranties granted under the Uniform Commercial Code or other standards as applicable.
6. All products shall be new and unused.
7. The County may, at its sole discretion, extend the prices and delivery date for up to ninety (90) days after
expiration of the term of this ITO where the County determines that it is in the best interest of the County.
8. Rejected goods remain the property of the Bidder and all risk of loss remains with the Bidder. Bidder must
remove all rejected goods from County property within the time frame established by the County.
9. The Internal Services Department Director, or designee, shall issue an award under this solicitation. The
awarded Bidder shall honor no request for performance until the Director, or designee, has made an award.
10. Pursuant to Section 2-2113 of the Code of Miami-Dade County, for all contracts for goods and services, the
. successful Bidder, prior to hiring to fill each vacancy arising under a County contract shall (1) first notify the South
Florida Workforce Investment Board ("SFWIB"), the designated Referral Agency, of the vacancy and list the
vacancy with SFWIB according to the Code, and (2) make good faith efforts as determined by the County to fill a
minimum of fifty percent (50%) of its employment needs under the County contract through the SFWIB. If no
suitable candidates can be employed after a Referral Period of three to five days, the successful Bidder is free to
fill its vacancies from other sources. Successful Bidders will be required to provide quarterly reports to the SFWIB
indicating the name and number of employees hired in the previous quarter, or why referred candidates were
rejected. Sanctions for non-compliance shall include, but not be limited to: (i) suspension of 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
procedures and additional information regarding the FSHRP are available at
https:/fiapps.southfloridaworkforce.comlfirstsource/
11. All out-ol-pocket expenses, including employee travel, per diem, and miscellaneous costs and fees, are included
In the awarded Bidder's price, as the 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 lees 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
the Miami-Dade County Code.
3
MIAMI-DADE COUNTY
2015 Fuel Tax Rates
Rate Per Gallon
Gasoline Undyed Diesel
Taxes On Road
Motor Fuel-On/Off the road (State) 0.173 0.173
Voted, SCETS & Local Option (Dade) 0.174 0.143
Inspection Fee (State) 0.00125 -
Pollution
• Inland Protection Fund (State) 0.019 0.019
• Water Quality Fund (State) 0.0012 0.0012
• Coastal Protection Fund (State) 0.00048 0.00048
Federal LUST Tax 0.001 0.001
Federal Oil Spill Tax 0.00171 0.0019
Total Taxes 0.37164 0.33958
The information In the table above can be accessed by follOWing thiS link:
www.myflorida.com/dorftaxes/fuel.
QUOTE NO.: 6-2015
Off Road
0.173
0.143
-
0.019
0.0012
0.00048
0.001
0.0019
0.33958
15. The 'Differential Per Gallon" shall be fixed for the term of the contract and for any extension periods, unless
modified by mutual agreement via an executed Supplemental Agreement.
16. The awarded Bidder shall provide first and exclusive priority of its supply of fuel to the County, no matter the
source of its fuel during the entire term of this contract including supply interruptions or shortages.
17. The Awarded Bidder shall endeavor to meet the County's needs at all time, especially during supply interruptions
or shortages, by proactively sourcing fuel from any available source industry wide.
18. The following insurance coverage supersedes the insurance coverage in ITB 3143-9/18.
1. Worker's Compensation Insurance for all employees of the Contractor as required by Florida Statute 440.
2. Public Liability Insurance on a comprehensive basis in an amount not less than $1,000,000 combined single
limit per occurrence for bodily injury and property damage. Miaml·Dade County must be shown as an
addttlonallnsured with respect to this coverage. The mailing address of Miami-Dade County 111 N. W. 1 st
Street, SUite 1300, Miami, Florida 33128-1974, as the certificate holder, must appear on the certificate of
insurance.
3. Automobile Liability Insurance covering all owned, non-owned, and hired vehicles used in connection with the
Services, in an amount not less than '$1,000,000 combined single limit per occurrence for bodily injury and
property damage. Policy shall be endorsed to provide Broadened Coverage -Endorsement CA 9948 (or
equivalent).
'Under no Circumstances are the!18 contractors permitted on the Airside Operations Area (A.O_A.) side
without Increasing automotive coverage to $5,000,000.
19. Special Invoicing Requirements -The Awarded Bidder shall submit an invoice to the County's applicable user
department after fuel has been delivered to the site by the Awarded Bidder. Submittal of these invoices shall not
exceed thirty (30) calendar days from the delivery of the items. Invoices may be e-mailed. Under no
4
MIAMI-DADE COUNTY QUOTE NO.: 6-2015
circumstances shall the invoices be submitted to the County in advance of the delivery and acceptance of the
items. The invoices shall 1) clearly reference the corresponding delivery ticket number or packing slip number
that was signed by an authorized representative of the County user department at the time the items were
delivered and accepted; 2) pricing information to include unit price and extended total price of the goods and
services provided and all applicable discounts; 3) description of all goods and services provided; 4) delivery
information to include delivery terms set forth within the Miami-Dade County Release Purchase Order and
location and date of delivery of goods and services provided.
20. Invoices and associated back-up documentation shall be submitted electronically by the Awarded Bidder to the
applicable County departments as follows:
Aviation Corrections Fire Rescue Internal Services/Fleet
Omar Jameison Mohammad Haq Marianela Betancourt Management
4331 NW 22 Street 2525 NW 62" Street 9300 NW 41 Street Yohanka Dominguez
Miami, FL 33122 . Miami, FL 33147 Doral, FL 33178 305375-2291 or
305-876-8498 786-263-5914 786-331-4241 Marsha
QJameison@miami-bilQue@mlamidade.gov mtl!!tan@miamidade.go v Wilchcombe
airport.com 305 375-2304
111 NW 1" Street. Suite 1 050
Miami, FL 33128
asaflHuel@miamidade.aov
Housing Park and Recreation Police Department Seaport
Csonka FWluson Jorge Rodriguez De'Chan Demeritte Leticia Smith
701 NW 1 Ct. Roor 16 275 NW 2'" Street 9105 NW 25 St 1015 N. America Way
Miami, FL33136-3914 Miami, FL 33128 Miami, FL 33172 Second Floor
786-469-4195 305-755-7909 305-471-2520 Miami, FL 33132
MDHA-I~r@mli!midade.gov diidemeritte@mdQd.com 305-347-5506
A~@miamidilde.Qov Icsm~h@miamidade.gov
Transit Water and Sewer Vi,cays
Rodney McMillian Mercy Ramirez or Anabel Miro or Zoe Caballero
3401 NW 31~ Street Patrice Sykes 3251 South Miami Ave
Miami, FL 33142 3071 SW 38" Avenue Miami, FL 33129
(305) 638-7204 Miami, FL 33146 305-860-8425 (Anabel)
RQdne~@miamid!!!l!!.gov (786) 552-8175 305-860-8432 (Zoe)
merc@miamidade.gov anabel.mlro@vlzca~amuseum.Qrg
m!~k~@mismlidade.gQv zoe.caballero(cl)vizcavamuseum.om .. The County may at any time deSignate a different address and/or contact person by glvIOg written notice to the 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 access the 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 the effect.ive date of the term of this ITQ.
Departments
Miami-Dade Police
Miami-Dade Transit
Miami-Dade Water and Sewer
5
MIAMI-DADE COUNTY
1. Background
SECTION 2
SCOPE OF SERVICES
QUOTE NO.: 6-2015
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 ITO 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 may
disrupt the avail~ility of fuel in the general area.
The County is seeking to contract with a fuel distributor that shall contract with a terminal operator, for the supply
and delivery of fuels to the County,
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
and Consumer Services, the fuel type shall meet 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 (FOOT) and the U.S.
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 of fuel identified for this ITO are:
a) El0 Gasoline, Regular (to test no less than 87 Octane).
b) El0 Gasoline, Mid-Grade (to test no less than 89 Octane).
c) El0 Gasoline, Premium (to test no less than 91 Octane).
d) Diesel Fuel No.2, Red-Dyed
e) Diesel Fuel No.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, exceptforthe 2015 Fuel Tax Rates as detailed In Section 1, Paragraph 12 herein .
. The County shall pay the awarded Bidder: 1) the Differential; 2) the applicable taxes/fees (per Section 1,
Paragraph 20); and 3) 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 the day for the appropriate fuel type and
category for Miami, Florida. The County will also pay for the emergency fuel delivery fees in accordance with the
"Emergency Fuel Delivery" paragraph in the "Pricing" seelion. The User Access Program (UAP) and the Inspector
General (IG) fees will not be deducted by the County from the Differential. See Sample Invoice on page 25.
6
MIAMI-DADE COUNTY QUOTE NO.: 6-2015
The following is an illustrative sample of the OPIS report for gasoline and diesel:
MIAMI, FL 2014-03-1110:00:49EDT
"OPIS CONTRACT BENCHMARK FILE"
"OPIS GROSS CBOB ETHANOL (10%) PRICES" 9.0 RVP
Unl Mid Pre
CONT AVG-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
CONT A VG-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
CONT AVG-03/11 3XX.XX
The awarded Bidder shall provide the County written notice of any changes within a reasonable time of all
available Federal or State credits and discounts available on all fuel types being purchased herein. The awarded
Bidder shall apply all applicable credits and discounts to the price charged to the County, and identify and reflect
the discount on the applicable invoices. .
5. Fuel Deliverv Services
A. The awarded Bidder shall have, or be able to contract with, a fleet of fuel transport trucks capable of
accessing (lifting) fuel from Florida and Georgia ports and deliver to the County. The awarded Bidder may use
its own resources or use subcontractors to provide the fuel deliveries.
-e. The awarded Bidder shall make deliveries within twenty-four (24) hours of the order or as directed by the
County. All deliveries shall be made in accordance with good commercial practice, and within the specified
operating hours of the applicable facilities, including fuel deliveries on Saturday and Sunday. In cases where
the deliv.ery will be delayed due to force majeure, strikes, or other causes beyond the control of the awarded
Bidder, the Awarded Bidder shall notny the County's authorized representative (at the applicable facility) of
the delays, in advance of the delivery time, so that a revised delivery schedule can be arranged with the
County's authorized representative at the applicable facility.
C. The awarded Bidder shall provide reliable fuel delivery by using transport truck (fuel amounts in excess of
5,000 gallons) and tank wagon (fuel amounts of 5,000 gallons or less) deliveries. The County anticipates that
the majority of its fuel orders shall be delivered using transport truck deliveries. All tank wagon trucks shall be
outfitted with the appropriate meters and measuring equipment for fuel delivery. Transport truck deliveries
shall be accompanied by the Bill of Lading from the fuel terminal.
D. All fuels loaded for deliveries shall be temperature adjusted to 600 F or in accordance with the latest edition of
the ASTM International applicable standards for Petroleum Measurement Tables. The awarded Bidder shall
invoice based on the net gallons of fuel delivered after temperature compensation. The County reserves the
right to reconcile any deviation of fuel delivered by using the County's electronic tank gauging system (e.g.,
Veeder Root).
7
MIAMI·DADE COUNTY QUOTE NO.: 6·2015
E. All fuel shall be quoted and delivered F.O.B. destination to the locations provided in Attachment A. Awarded
Bidder shall hold title to the goods until such time as they are delivered. Fuel price shall include all costs of
transporting, delivery, and unloading to the locations provided, except for Emergency Fuel Delivery as
described in the Pricing Section above. An authorized County representative must accept fuel deliveries and
sign the delivery ticket. A copy of the signed delivery ticket shall be submitted with the invoice.
F. The awarded Bidder may be required to deliver a split load of transport truck delivery to two County facilities,
at no additional cost to the County.
6. Truck Certification
Fuel delivery shall be in trucks equipped with a sealed State of Florida approved and inspected meter or that have
State of Florida Department of Agriculture and Consumer Services sealed, calibrated, and certified compartment
tank volume markers for the petroleum product being delivered.
7. Emergency Contingency Plan
The awarded Bidder shall, at all times, have an Emergency Contingency Plan that guarantees the County a
continuous supply of fuel before, during, and after an emergency, as determined solely by the County. During
emergencies the County has historically experienced an increase in its normal fuel purchases of about 40%-60%
for a period of time depending on the nature of the emergency. The awarded Bidder shall provide the fuel at
existing contract prices. If the need arises, the County will reimburse the awarded Bidder for fuel delivered from
ports or terminals other than Port Everglades, with prior written approval from the County, per the Pricing section
herein.
8. Fuel Spills
9.
A. The awarded Bidder shall be fully responsible for any and all actions of their employee's, including those that
require abatement or clean up as result of an "improper" delivery. The awarded Bidder shall have and shall
maintain those types and quantities of materials necessary to contain a fuel spill.
B. The awarded Bidder shall promptly and thoroughly cleanup all fuel spills, pursuant to federal, state, and local
regulations and shall pay for any environmental remediation and any agency fines or fees that result from the
fuel spill.
C. Discovery or occurrence of a fuel spill, on overfill, excess water in the tank, suspected contamination of
sunrounding area, suspected tank failure, or any indication of chemical release shall be immediately reported
by the awarded Bidder to the County. When the event is directly or indirectly the result of the awarded Bidder
actions, the awarded Bidder shall also effect containment and initiate cleanup immediately.
;;;~~iii~~~~~~~~~~~~~:~~~~442 of the Florida Statutes regarding Material
Safety Data Sheets (MSDS).
10. Reporting ReqUirements
The awarded Bidder shall submit to the County a Fuel Purchasing Report on a monthly basis. The Fuel
Purchasing Report shall include fuel volume totals by fuel type for each department by delivery address. The
report shall also include a "Grand Total" fuel volume for all County departments for each fuel type. The required
fields are the following:
• Reporting Period (specify month)
• Department
• Delivery Address
• Delivery Volume (do not round off reported volume amounts, allow volumes to be reported up to as many
decimal places as needed)
• Subtotal Volume (per fuel type for 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) via email to: Susannah Troner, Office of Sustainability (trones@miamidade.gov) and Manuel (Rick)
Garcia, Division of Environmental Resources Management (GarciMa@miamidade.gov).
11. Cities and Agencies .
Cities and agencies that have accessed this contract include, but not limited to the following:
City of Miami
City of Miami Beach
City of North Miami
Village of Biscayne Park
Barry University
Miami Shores Village
City of Miami Springs
City of South Miami
City of Sunny Isles
Jackson Hospital
9
MIAMI-DADE COUNTY QUOTE NO.: 6-2015
PRICE SUBMITTAL PAGE
(1 of 2)
GROUP A, GASOLINE
TRANSPORT TRUCK DELIVERIES
NET 45
Item Estimated Gallons per Year Gasoline Differential Per Gallon No. (this is not a guaranty)
1 5,000 E10 Rga"b~
2 .. nnn , ElO'
3 17,250 E10' :;::
TANK WAGON TRUCK DELIVERIES
: NET 45
Item Estimated Gallons per Year Gasoline Differential Per Gallon No. (this is not a guaranty)
4 65,000 ElO D.n .. '. S
5 1~" nnn E10-. .,~ ~. s
'L.,:::/,Wii«.;.'0":M"'",j.,; ,E1o.~~;,~;~t't\'~[~~,;jIJ!?r";":' s 'i!t-:,;.,,;,;~j,;;j;~;ji' "',' "',/;'tT;
',;""",,,,," ;,'" V;'i;,i;}!, ,i,
TRANSPORT TRUCK DELIVERIES
NET 15
Item Estimated Gallons per Year Gasoline Differential Per Gallon No. (this is not a guaranty)
7 7 "nn nnn E10 S
TANK WAGON TRUCK DELIVERIES
NET 15
Item Estimated Gallons per Year Gasoline Differential Per Gallon
No. (this is not a guaranty)
8 ?nl).OOO E10~' -'i' S
10
MIAMI-DADE COUNTY
PRICE SUBMITTAL PAGE
(2 of 2)
GROUP B, DIESEL
TRANSPORT TRUCK DELIVERIES
Item Estimated Gallons per Year
No. (this is not a guaranty)
Item
TANK WA,(:iUIN TRUCK DELIVERIES
NET 45
Estimated Gallons per Year
is nota Diesel
TRANSPORT TRUCK DELIVERIES
NET 15
Item Estimated Gallons per Year
is not a
TANK WAGON TRUCK DELIVERIES
15
Item Estimated Gallons -per Year
is not a guaranty)
GROUP C, DIESEL
QUOTE NO.: 6-2015
Miami Dade Public Housing and Community Development (PHCD)
No County measures or preferences will apply to this group
TANK WAGON TRUCK DELIVERIES
Payment NET 45
Item Estimated Gallons per Year Differential Per Gallon
No. (this is not a guaranty) Diesel Price
1 20,000 Ul5 Diesel No.2 (Red Dyed) $
11
MIAMI·DADE COUNTY QUOTE NO.: 6-2015
CONVICTION DISCLOSURE: Pursuant to Miami-Dade County Ordinance 94-34, any Individual, corpora~ion, 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.
o Place a check mark here only ff bidder has such conviction 'to disclose to comply with this requirement.
LOCAL PREFERENCE CERTlFlCATION: For the purpose of this certification. a "local business" Is a business located within the limits of Mlami-
Dade County (or Sreward County In accordance with the Intertocal Agreement between the two counties) that conforms with the provisions of
Section 1.10 of the General Tenns 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 to the County's tax base.
o Place a check mark here only If affinnlng bidder meets requirements for Local Preference. Failure to complete this certification at this time
(by chacklng the box above) shall render the vendor Ineligible for Local Prelerence.
LOCALLY~HEADQUARTERED BUSINESS CERnFlCATlON: For the purpose of this certification, a ~Iocally·headquartered business" is a Local
Business whose uprlnclpal place of business" is in Mlaml·Dade County, as defined in Section 1.10 of the General Terms and Conditions of the
original solicitation.
o Place a check mark here only if affirming bidder meets requirements for the Locally·Headquartered Preference (LHP). Failure to complete this
certification at this time (by checking the box abOve) may render the vendor ineligible for the LHP. The address of the Locally·headquartered ollice is: ___ . ____________________________ _
LOCAL CERTIFIED SERVICE·DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Service-Disabled Veleran
BUsiness Enterprise is a finn 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 the State of Florida Department of Management Services as a service~isabled veteran business enterprise pursuant to
Section 295. I 87 of the Florida Slatuies.
o Place a check mark here only if affinnlng bidder is a Local Certified Service-Disabled Veteran Business Enterprise. A copy of the certification
must be submitted with this proposal.
~~~~~~~~~~~!!i~~~rn~~:.Fo::rs awards valued over $100,000, a 10% (ten hi . I and Small Business Enterprises must be
Co'.ei"i,",enl under Business Affairs, a division of the Department Regulatory and EConomic Resources (RER), for
the type goods and/or services enterprise provides in accordance with the applicable commodity code(s) for this solicitation. For certlffcation
information, contact RER at 305-375-CERT (2378) or at http://www.mlamidade.govlbusinessibusiness-certification-programs.asp. The Mlcro/SBE
or SeE Business Enterprise must be certified by bid submission deadline, at contract award and for the duration of the contract to remain eligible
for the preference.
Is your firm a Miami-Dade County Certified Small Business Enterprise? Yes __ _ No, __ _
If yes, please provide your Certification Number: _______ _
ADDENDA CONFIRMATION:
Addenda Received: 0 No 0 Yes H yes, please IndiCate the number 01 addenda received: __
It Is hereby certified and affinned that the bidder shall accept any awards made as a result of this quotation. Bidder further agrees that prices
quoted will remain fixed for a period of sixty .(60) days from date quotation is due. If awarded a purchases order or contract as a result of this
solicitation, bidder further agrees that prices quoted shall remain fixed and firm for the lenn of the contract. .
Failure to complete and sign this form renders your bid/quotation non-responsive and ineligible for award
Authorized Signature: ____________ _ Title: _________ _
PrlntfType Name: ______________ _ Phone: _________ _
E·mall: _____________ ~ _____ _ FU: __________ _
Firm Name: ______________ _ F.E.I.N. No.: _1_·_1_1_1_1_1_1_
Address: City: State: __ _
THE EXECUTION OF THIS FORM CONSTITUTES THE UNEgUIVOCAL OFFER OF BIDDER TO BE BOUND BY THE TERMS OF ITS PROPOSAL
FAILURE TO SIGN THIS SOUCITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON·
RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT
WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER_
12
SUBCONTRACTOR/SUPPLIER LISTING (ITQ 6-2015)
(Miami-Dade County Code Sections 2-8.1, 2-8.8 and 10-34)
Firm Name of Prime Contractor/Respondent __ ..:.-________________ _ FEIN# __________ _
ProjecVContract Number
In accordance with Sections 2-8.1, 2-8.8 and 10.34 of the Miami-Dade County Code, this form must be submitted as a 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 or the portions of the contract
work to be performed or materials to be supplied from those identified, except upon written approval of the County. The bidder/respondent should enter the word MNONE" under the appropriate heading of
this form if no subcontractors or suppliers will be used on the contract and sign the bottom of the form. '
In accordance with Ordinance No. 11-90, an entity contracting with the County shall report the race, gender and ethnic origin of. the owners and employees of all first tier subcontractors, In the event that
the s~essful biddgr !1GmgDllOOt!:§ 12 lb~ QQullbt grlQ[ Hz smng lblt lbe [D!a! Pfimdt!r gnd elhnk; Infgrmmlgn I§ ngt [eMOn~ ivgllit!le fttlhit tim§! thg §I~§§fyl bjdder §hgll b~ o!JIlgat~ to exercl§§!
diligent efforts to obtain that Infgrmation and pmvlde the lame to the County not latgr than ten (1 Ql days after It hec;:omes available and In any event prior to final payment yncler the contract,
(Pl •••• dupllcote thl. form If addillon.ls .co I. n •• d.d.J
Prlnclp.1 OWner Employe.(s)
(Enter the number of male and female (Enter the number of male and
owner. by raceJ.lhnlclty) female employees and the nu:r;)er
Business Name and Scope of Work to of employees by race/ethnlcl
Gender Race/Ethnlclty Gender RaceJEthnlc"y Address of First Tier Principal Owner be Performed by
Subcontractorl Subcontractorl u " ~ .. iii. h •• u .~J:I 1 ~~J:I Subconsultant Subconsultant I J " ~ ~ J ~~ ~ M F j 'ilii i;6.!! Ii M F "3 1
rm ! 'I: C ~ r" :llj<
'" •• '" ~= ~>
Principal Owner Employee(.)
(Enter the number of male and female (Enter the number of male and
owners by raceJethnlc"y) female employees and the. nu~:)er
SupplieS/MaterlalS/
01 ernDlowes by race/ethnlci
Business Name and Gender RacelElhnlclty Gender RacefEthnicltv
Address of First Tier Direct Principal Owner Services to be ., . ~ Provided by u ~ .. ~I . Supplier .l! 15. .l!
Supplier I i ~ it > Ji! ~ ,I! i I ~-Il wui g M F i~! Ii M F ~ c.§
:;: ;fii .!Is ZI:( m .11 ~ "
.
U Mark here If race, gender and ethnlclty Information Is not available and will be provided at a later date. This data may be submitted to ContractlnglUser department or on-lIne to Small
Business Development of the Department of Regulatory and Economic Resources Department at http://new.mlamldade.govlbuslnesslbuslness-development.asp.
I certify that the representations contained in this SubcontractorlSupplier listing are to the best of my knowledge true and accurate.
Signature of Bidder/Respondent PrlntN.me Print Title D.te SUB 100 Rey. 6/12
13
-----_._------
MIAMI·DADE COUNTY QUOTE NO.: 6·2015
Attachment: A
FUEL TANKS -CAPACITIES AND LOCATIONS
Aviation Department: Gasoline and Diesel Fuel
E Fueling -Miami Int'l Airport
E Fueling-
General Airport Building #9
General Airport
Airport-Airfield lighting Vault
Bldg. 600
International Airport Bldg. 60A
Garage
Airport Bldg. #2201
Airport CC-F Ramp
CC-E Ramp Level
Miami International Airport CC-H Ramp
lift Sta. REPUMP #2
International
International Airport
International Airport Elee
International Airport CC-O Ramp Level 0-17
14
Diesel
Above Ground
Above Ground Unleaded Gas
Underground Unleaded Gas
Underground
Underground
Diesel
Diesel
~iesel
#256-0iesel
Generator #125-0iesel
Generator #201-0iesel
Generator #203-0iesel
Generator #240-0iesel
Generator #114-0iesel
Generator #l23-0iesel
Generator
Generator #242-0iesel
MIAMI·DADE COUNTY QUOTE NO.: 6·2015
Opa-Iocka Airport Bldg. #176 4,000 Above Ground Emer. Generator #222-Diesel
Miami International Airport Bldg. 33-Landside 500 Above Ground Emer. Generator #122-Diesel
Tamiami-Kendall General Airport Airfield Lighting 2,000 Above Ground Emer. Generator #U2-Diesel
Vault
Corrections Department: Diesel Fuel
CORRECTIONAL TANK ABOVE TANK
FACILITY OR BELOW CAPACITY FUEL TYPE LOCATION
GROUND
TGKTANK 1 ABOVE 5000 DIESEL 7000NW 41" SI. 331
Tank for Main Generators
7000 NW 41"SI. 331
TGK TANK 2 ABOVE 4000 DIESEL Tank for Generators in Medical
HousinQ
BOOTCAMP ABOVE 1000 DIESEL 6950 NW 41 ST., 33166
TIC ABOVE 1000 DIESEL 6950 NW 41 ST., 33166
NDDC ABOVE 5000 DIESEL 15801 NW STATE RD. #9, 33169
PTDCTANKl ABOVE 1000 DIESEL 1321 NW 13 ST. 33125
Near Kitchen
PTDCTANK2 UNDERGROUND 6000 DIESEL 1321 NW 13 ST. 33125
West Side of Facilitv
WDC ABOVE 1000 DIESEL 1401 NW 7TH AVENUE, 33138
15
MIAMI-DADE COUNTY QUOTE NO.: 6-2015
29 351 SW 107TH AVE 2000 ABOVEGROUND Vehicular Diesel
36 10001 HAMMOCKS BLVD 1000 ABOVEGROUND Vehicular Diesel
6 15B90 SW 2BB'H ST 2000 ABOVEGROUND Vehicular Diesel
7 9350 NW 22NO AVE 2000 ABOVEGROUND Vehicular Diesel
B 2900 AVENTURA BLVD 2000 ABOVEGROUND Vehicular Diesel
HQ Emergency
9300 NW 41 sT ST 12000 ABOVEGROUND Generator Diesel
HQ Emergency
9300 NW 41 sT ST 12000 ABOVEGROUND Generator Diesel
HQ Emergency
9300 NW 41 ST ST 12000 ABOVEGROUND Generator Diesel
9 nn SW 117'H AVE 2000 ABOVEGROUND Vehicular Diesel
HQ 9300 NW 41 sT ST 3000 ABOVEGROUND Vehicular Diesel
ABOVEGROUND
16
MIAMI-DADE COUNTY QUOTE NO.: 6-2015
10710 SW 211TH ST 12000 UNDERGROUND Unleaded Gas
10710 SW 211TH ST 12000 UNDERGROUND Vehicular Diesel
10710 SW 211TH ST 250 ABOVEGROUND
Emergency
Generator Diesel
10820 SW 211TH ST 250 ABOVEGROUND
. Emergency
Generator Diesel
7100 NW 36 TH ST 12000 UNDERGROUND Unleaded Gas
7100 NW 36TH ST 12000 UNDERGROUND Vehicular Diesel
21300 NW 47 HAVE 7500 ABOVEGROUND Vehicular Diesel
21300 NW 47TH AVE 7500 ABOVEGROUND Vehicular Diesel
9109 NW 25TH ST 15000 UNDERGROUND Unleaded Gas
9109 NW 25TH ST 15000 UNDERGROUND Unleaded Gas
9109 NW 25TH ST 15000 UNDERGROUND Unleaded Gas
10000 SW 142NO AVE 12000 UNDERGROUND Unleaded Gas
Emergency
10000 SW 142NO AVE 300 ABOVEGROUND Generator Diesel
7901 CRANDON BLVD 12000 UNDERGROUND Unleaded Gas
7901 CRANDON BLVD 12000 UNDERGROUND Unleaded Gas
7901 CRANDON BLVD 12000 UNDERGROUND Vehicular Diesel
18805 NW 27T~ AVE 12000 UNDERGROUND Unleaded Gas
Emergency
18805 NW 27TH AVE 1000 UNDERGROUND Generator Diesel
6100 SW 87TH AVE 15000 UNDERGROUND Unleaded Gas
6100 SW 87TH AVE 15000 UNDERGROUND Unleaded Gas
6100 SW 87TH AVE 15000 UNDERGROUND Vehicular Diesel
6100 SW 87TH AVE
Emergency
500 ABOVEGROUND Generator Diesel
200W74TH pL 12000 UNDERGROUND Unleaded Gas
200 W 74TH PL
Emergency
200 ABOVEGROUND Generator Diesel
200 W 74TH PL 12000 UNDERGROUND Vehicular Diesel
1001 NWll HST 12000 UNDERGROUND Unleaded Gas
1001 NWll TH ST 12000 UNDERGROUND Vehicular Diesel
3575 S LEJEUNE RD 12000 UNDERGROUND Unleaded Gas
4801 SW 117" AVE 12000 UNDERGROUND Unleaded Gas
4801 SW 117TH AVE 12000 UNDERGROUND Vehicular Diesel
3625 NW 10 AVE 6000 ABOVEGROUND Unleaded Gas
3625 NW 10TH AVE 6000 ABOVEGROUND Vehicular Diesel
800W3"0 AVE 10000 UNDERGROUND Unleaded Gas
8950 SW 232 NO ST 12000 UNDERGROUND Unleaded Gas
8950 SW 232 NO ST 12000 UNDERGROUND Vehicular Diesel
4300 NW 20TH ST BLDG 3042 10000 ABOVEGROUND Unleaded Gas
4300 NW 20TH ST BLDG 3042 10000 ABOVEGROUND Unleaded Gas
4300 NW 20 ST BLDG3042 10000 ABOVEGROUND Vehicular Diesel
5975 MIAMI LAKES DR 20000 UNDERGROUND Unleaded Gas
Emergency
5975 MIAMI LAKES DR 200 ABOVEGROUND Generator Diesel
VIRGINIA BCH RD· VIRGINIA KEY 6000 ABOVEGROUND Vehicular Diesel
VIRGINIA BCH RD-VIRGINIA KEY 6000 ABOVEGROUND Unleaded Gas
2575 NE 151 sT ST 12000 ABOVEGROUND Vehicular Diesel
17
MIAMI-DADE COUNTY QUOTE NO.: 6-2015
2575 NE 151 8T ST 12000 ABOVEGROUND Unleaded Gas
1504 NORTH CARl BEAN BLVD 9000 ABOVEGROUND Unleaded Gas
1504 NORTH CARIBEAN BLVD 3000 ABOVEGROUND Vehicular Diesel
799 NW 81 TH STREET 12000 UNDERGROUND Unleaded Gas
799 NW 81 TH STREET 12000 UNDERGROUND Unleaded Gas
Emergency
799 NW 81 TH STREET 1000 UNDERGROUND Generator Diesel
213000 NW 47th AVE 20000 ABOVEGROUND Vehicular Diesel
213000 NW 47th AVE 20000 ABOVEGROUND Vehicular Diesel
213000 NW 47"' AVE 12000 ABOVEGROUND Unleaded Gas
213000 NW 47"' AVE 12000 ABOVEGROUND Unleaded Gas
213000 NW 47"' 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 DIvisIon shall be scheduled between the hours of
7:00 AM and 3:00 PM, Mondays through Fridays.
18
MIAMI-DADE COUNTY QUOTE NO.: 6-2015
Diesel
1015 N AMERICAN WAY 2500 UNDERGROUND Generator/Pumo Diesel
6010 SW 87TH AVE 2000
Emergency Generator
ABOVEGROUND Diesel
19
MIAMI-DADE COUNTY QUOTE NO.: 6-2015
3300 NW 32ND AVE 500 ABOVEGROUND Emel'!lencv Generator Diesel
3300 NW 32ND AVE 2000 ABOVEGROUND Emeraencv Generator Diesel
2775 SW 74 AVE 1000 ABOVEGROUND Emel'!lencv Generator Diesel
2775 SW 74TH AVE 500 ABOVEGROUND Emergency Generator Diesel
360 NE 185 1H ST 1000 ABOVEGROUND Emeraencv Generator Diesel
8300 S DIXIE HWY 550 UNDERGROUND Emergency Generator Diesel
110 NW 3"D ST 5000 Emeraencv Generator Diesel
Note: Fuel Deliveries to the Transit Department shall be scheduled between the hours of 8:00 AM
and 4:00 PM, Mondays through Saturdays.
Police Department: Diesel Fuel
Park and Recreation: Gasoline and Diesel Fuel
20
MIAMI·DADE COUNTY QUOTE NO.: 6·2015
CRANDON 500 GOLF 6700 CRANDON BLVD ABOVEGROUND Vehicular Diesel
CRANDON 500 GOLF 6701 CRANDON BLVD ABOVEGROUND Unleaded Gas
PALMETTO
GOLF 9300 5W 152"0 5T 1000 ABOVEGROUND Unleaded Gas
PALMETTO 280 GOLF 9300 SW 152"0 ST ABOVEGROUND Vehicular Diesel
TAMIAMI PARK 11201 5W 24TH ST 1000 ABOVEGROUND Unleaded Gas
TAMIAMI PARK 11201 SW 24TH ST 500 ABOVEGROUND Vehicular Diesel
KENDALL 550 Emergency Generator
SHOPS 113955W 79TH ST ABOVEGROUND Diesel
ZOO MIAMI 12400 SW 152"0 ST 500 ABOVEGROUND Unleaded Gas
12401 5W 152"0 ST
500
ZOO MIAMI
Emergency Generator
ABOVEGROUND Diesel
Redland Frutt & 300 spice 24801 5W 187th Ave ABOVEGROUND Diesel, Irriaation Pump
2000 Emergency Generator
VIZCAYA 3251 5 MIAMI AVE ABOVEGROUND Diesel
Marinas Re-Sell Gasoline To The Public:
Water and Sewer: Diesel Fuel
21
MIAMI·DADE COUNTY QUOTE NO.: 6·2015
19500 SW 376TH ST 2000 ABOVEGROUND Ememencv Generator Diesel
HAMMOCKS BLVD & SW 103Ro ST 250 ABOVEGROUND Emeraencv Generator Diesel
6455 NW7TH ST 550 UNDERGROUND Generator/Pump Diesel
35250 SW 177TH COURT 2000 ABOVEGROUND Emeraencv Generator Diesel
461 NW 5TH AVE 6000 ABOVEGROUND Emergencv Generator Diesel
10101-A COASTA DEL SOL BLVD 500 ABOVEGROUND Ememencv Generator Diesel
6200 NW 32No AVE 1000 ABOVEGROUND Emeraencv Generator Diesel
1530 NW 111 TH AVE 2000 ABOVEGROUND Ememencv Generator Diesel
18 FISHER ISLAND 1000 UNDERGROUND Emereencv Generater Diesel
8324 NW 7TH ST 1000 UNDERGROUND Emereencv Generator Diesel
7341 SW 61 ST CT 1000 ABOVEGROUND Emereencv Generater Diesel
1 NWBLVD 10000 ABOVEGROUND Emeraencv Generator Diesel
2400 NW 76 TH ST 550 UNDERGROUND Emereencv Generator Diesel
925 BISCAYNE BLVD 10000 ABOVEGROUND Emeraencv Generator Diesel
12700 NW 30TH AVE 10000 ABOVEGROUND Emereencv Generator Diesel
12700 NW 30TH AVE 10000 ABOVEGROUND Emereencv Generator Diesel
354 SUNNY ISLES BLVD 2000 ABOVEGROUND . Emeraencv Generator Diesel
17800 NW 29TH CT 1000 ABOVEGROUND Ememencv Generator Diesel
19400 NE 10 AVE 1000 ABOVEGROUND Emeraencv Generator Diesel
21411 NW 47TH AVE 500 ABOVEGROUND Emereencv Generator Diesel
19975 AVENTURA BLVD 250 ABOVEGROUND Ememencv Generator Diesel
15000 NW 37TH AVE 2000 ABOVEGROUND Emeraencv Generator Diesel
13760 NE 5TH AVE 2000 ABOVEGROUND Emergencv Generator Diesel
1825 NE 150 ST 2000 ABOVEGROUND Emergencv Generator Diesel
5700 E 8TH AVE 1000 ABOVEGROUND Emergencv Generator Diesel
20901 NW 7TH AVE 1000 ABOVEGROUND Emereencv Generator Diesel
12400 NW 32No AVE 1000 ABOVEGROUND Emeraencv Generator Diesel
13920 NW 60TH AVE 1000 ABOVEGROUND Emeraency Generator Diesel
3750 NW 181 ST ST 6000 ABOVEGROUND Emeraencv Generator Diesel
7301 NW 186TH ST 1000 ABOVEGROUND Emeraencv Generator Diesel
7900 NW 178 ST 1000 ABOVEGROUND Ememencv Generator Diesel
3300 W 76TH ST 4000 UNDERGROUND Emeraencv Generator Diesel
20215 NW 2ND AVE 1000 ABOVEGROUND EmeraenCII Generator Diesel
3150 NW 208 TH ST 1000 ABOVEGROUND Ememencv Generator Diesel
2451 NE 203 Ro ST 1000 UNDERGROUND Emergencv Generator Diesel
21101 NE 28TH AVE 1000 UNDERGROUND Emeraencv Generator Diesel
19201 NE 29TH AVE 2000 ABOVEGROUND Emeraencv Generator Diesel
3801 SUNNY ISLE BLVD 2000 UNDERGROUND Emergencv Generator Diesel
6452 MEDITERRANEAN BLVD 500 UNDERGROUND Emeraencv Generator Diesel
17902 NW MEOITERREAN BLVY 550 UNDERGROUND Emereencv Generator Diesel
19091 NW 62No AVE 500 UNDERGROUND Ememencv Generator Diesel
16650 NE 79TH AVE 1000 UNDERGROUND Emeraencv Generator Diesel
3601 NE 207TH ST 1000 UNDERGROUND Ememencv Generator Diesel
3650 NE 213 TH ST 1000 UNDERGROUND Emeraencv Generator Diesel
15700 NW 79TH AVE 1000 ABOVEGROUND Emereencv Generator Diesel
16547 NW 87TH AVE 1000 UNDERGROUND Emeroencv Generator Diesel
19802 NW 82ND PL 1000 UNDERGROUND Emereencv Generator Diesel
10700 SW 147TH AVE 1000 UNDERGROUND EmeraenCII Generator Diesel
22
MIAMI-DADE COUNTY QUOTE NO.: 6-2015
14799SWI17TH AVE 1000 ABOVEGROUND Emeraencv Generator Diesel
18445 OLD CUTLER RD 2000 UNDERGROUND Emeraencv Generator Diesel
SW 117 AVE & 208 ST 6000 UNDERGROUND Emeraencv Generator Diesel
12650 SW 150TH ST 1000 UNDERGROUND Emeraencv Generator Diesel
6210 SW 128TH AVE 1000 ABOVEGROUND Emeraencv Generator Diesel
SW 142NO AVE & 92 NO ST 1000 ABOVEGROUND Emeraency Generator Diesel
8700 SW 95TH AVE 10000 ABOVEGROUND Emeraencv Generator Diesel
8700 SW 95TH AVE 10000 ABOVEGROUND Emeraencv Generator Diesel
8260 SW 97TH ST 3000 ABOVEGROUND Emeraencv Generator Diesel
17935 SW 104TH AVE 2000 ABOVEGROUND Emeraencv Generator Diesel
19340 SW 112TH CT 500 ABOVEGROUND Emeraencv Generator Diesel
11380SW38TH ST 1000 ABOVEGROUND Emeraencv Generator Diesel
2545 SW 122 NO CT 1000 ABOVEGROUND Emeraencv Generator Diesel
12480 SW 18TH ST 500 ABOVEGROUND Emeraencv Generator Diesel
1301 SW 122NO AVE 1000 ABOVEGROUND Emeraencv Generator Diesel
15550 SW 80TH ST 250 ABOVEGROUND Emeraencv Generator Diesel
1199 SW 134TH AVE 1000 ABOVEGROUND Emeraencv Generator Diesel -
15840 SW 127TH AVE 2000 ABOVEGROUND Emeraency Generator Diesel
4801 SW 117TH AVE 500 ABOVEGROUND Emeraencv Generator Diesel
11991 SW34TH ST 500 ABOVEGROUND Emeraencv Generator Diesel
555 SE 8TH ST 6000 UNDERGROUND Emeraencv Generator Diesel
SW 147TH AVE & 304 TH ST 6000 ABOVEGROUND Emeraencv Generator Diesel
10350 PUERTO RICO DR 1000 ABOVEGROUND Emeraencv Generator Diesel
2575 NE 151 ST ST 100000 ABOVEGROUND Emeraencv Generator Diesel
2575 NE 151 ST ST 100000 ABOVEGROUND Emeraencv Generator Diesel
2575 NE 151 ST ST 6000 ABOVEGROUND Generator/Pumo Diesel
29200 SW 142 NO AVE 2000 ABOVEGROUND Emeraencv Generator Diesel
8300 COMMERCE WAY 1000 UNDERGROUND Emergency Generator Diesel
15225 HARDING DR 2000 ABOVEGROUND Emeroencv Generator Diesel
15800 SW 336 TH ST 1000 ABOVEGROUND Emeraencv Generator Diesel
15800 SW 336 TH ST 1000 ABOVEGROUND Emeraencv Generator Diesel
W 2NO & 75 PLACE 6000 ABOVEGROUND Emeraency Generator Diesel
SW 107TH AVE & 72 NO ST 6000 ABOVEGROUND Emeraencv Generator Diesel
8950 SW 232 NO ST 25000 ABOVEGROUND Emeraencv Generator Diesel
8950 SW 232 NO ST 25000 ABOVEGROUND Emergency Generator Diesel
8950 SW 232NO ST 25000 ABOVEGROUND Emeraencv Generator Diesel
8950 SW 232 NO ST 2000 ABOVEGROUND Emeraencv -Generator Diesel
8950 SW 232 NO ST 25000 ABOVEGROUND Emeraencv Generator Diesel
8950 SW 232 NO ST 25000 ABOVEGROUND Emeraency Generator Diesel
3880 NW 25 TH ST 2500 UNDERGROUND Emeraencv Generator Diesel
21069 BISCAYNE BLVD 1000 ABOVEGROUND Emeraencv Generator Diesel
201 EASTWOOD DR 1000 UNDERGROUND Emeraencv Generator Diesel
18820 NE29TH AVE 1000 ABOVEGROUND Emeraencv Generator Diesel
390 NW NORTH RIVER DRIVE 30000 ABOVEGROUND Emergency Generator Diesel
700 WEST SECOND AVENUE 5500 Emergency Generator Diesel
331 NE 9TH STREET 6000 Emergency Generator Diesel
1100 WEST SECOND AVENUE 200000 ABOVEGROUND Emergency Generator Diesel
6800 SW 87 AVENUE 360000 ABOVEGROUND Emergency Generator Diesel
23
MIAMI-DADE COUNTY QUOTE NO.: 6-2015
9775 SW 53"D STREET 12000 ABOVEGROUND Emergency Generator Diesel
900 W 2ND AVENUE 200000 ABOVEGROUND Emergency Generator Diesel
RICHMOND HEIGHTS 500 Emergency Generator Diesel
STATION #968 1000 Emergency Generator Diesel
GOULDS PERRINE 8000 Emergsncy Generator Diesel
8901 SW 58TH STREET 14000 ABOVEGROUND Emergency Generator Diesel
DADE COLLIER TRAIN & TRANSI 5000 Emergency Generator Diesel
NW 107 8. 12 STREET 500 Emergency Generator Diesel
10105 COSTA DEL SOL BLVD 550 Emeraencv Generator Diesei
24
MIAMI-DADE COUNTY QUOTE NO.: 6-2015
SAMPLE INVOICE
SHIP TO:
BILL TO:
DIESEUGASOUNE
OPIS DAILY PRICING
SERVICE ADDER (PER GALLON)
TOTAL PRICE PER GALLON
NET GALLONS SUPPLIED
TAXES & FEES
MIAM>DADE USER ACCESS FEE
UNIT
(2"k of Total Fuel Cost)
MIAMI--OADE INSPECTOR GENERAL FEE (.25% 01 Total Fuel Cost)
MIAM>DADE CD GAS TAX
FED E>C LUST GOVTTA
FL NSPECTlDN 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
(T alai PRee per
Gallon x Net Gallons
Supplied)
$329.76
$41.22
$16,487.80
~~
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
$2,332.06
$19,190.84
TO: All Pool Bidders
MIAMI·DID
(11,'1111"
Internal Services Department
Procurement Management Division
Addendum No.1
INVITATION TO QUOTE NO.: 6-2015
TITLE: ITQ, Gasoline and Diesel Fuel
This Addendum becomes pari of the above·mentioned solicitation.
DATE: March 2, 2015
A. The fol/owing are requests for clarification andlor question, and the corresponding response.
1. Can one vendor win transport and one vendor win tankwagon?
Response: No. Award will be made in the aggregate on a group by group basis to the lowest
priced responsive, responsible Bidder.
All terms, covenants and conditions of the subject solicitation shall apply, except
to the extent herein amended .
.9--0&
Procurement Contracting Officer 2
CC: Clerk of the Board
0 ~ ce 001 (_,:< « ..#' .>--'
01 M ... "'-
Illl 5>=
~ l: ",f-u§
t-,.;jo
N I-.(.)~:-"
l.I.-I $~~ 0 0::: ~.t:( ::.:: ~ _c>
p .... u..!.. L,-, !a ~+.:
• ..1 ~<i:!;. = w-W <-.r .:.;.:r:
"
I
l
MIAMI'.~E
B,"'hii CLEHK Of nit tBMR{l
Internal Services Departme~~I~ MAR 20 AH 8: 37
Procurement Management Db{i§~!tljQ;Ulr & cuUNTY CTC;
i·ilMIl-OABEG0uNTY, FL,\.
Addendum No. Z
TO: All Pool Bidders
INVITATION TO QUOTE NO.: 6-2015
TITLE: ITQ, Gasoline and Diesel Fuel
This Addendum becomes part of the above-mentioned solicitation.
A. Revision to the Solicitation.
t!.'l
DATE: March 19, 2015
1. The due date of sealed bids has changed·from April 1", 2015 at 2:00PM to April 8"', 2015 at
2:00PM. All else remains the same. Bidders are reminded that quotes will NOT be accepted by
'e-mail, telephone, or facsimile.
2. Change the Fuel Tax Rates table on Page 4 as follows. Under the Gasoline column and row titled
Motor"Fuel-On/Off the Road (State), change the tax rate from 0.173 to 0.174. The table
represents the latest tax rate Information. Therefore, the information is subject to change during
the term of this Invitation to Quote (ITQ).
B" The following are requests for clarification andlor question, and the corresponding response.
1. Request for two (2) Invoices per month of County's current contract delivered by yoU( current
vendor(s) and corresponding bill of ladings of each gasoline and diesel fuel. These invoices
could be just from one or two of the locations with the largest usage.
Response: The County operates a large number of various types fuel sites managed by
numerous departments. The two County departments with the largest consumption of fuel are the
Intemal Services Department I Fleet Management DIvision (ISD/FM), which is the largest
consumer of gasoline and second largest consumer of diesel, and Miami-Dade. Transit (MOD,
which is the largest consumer of diesel. Responses to questions 2, 3, and 4 are also based on
these two departments' consumption. Please see copies of Invoices attached to the same e-mail
containing this Addendum.
2. Please provide us with recently used invoices off of the current contract with their corresponding
BOL's for each type of fuel and each type of delivery?
Response: Please see response to question number 1.
3. Is there an average order size for each type of delivery (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 (Diesel and Unleaded)
4. Approximately how many orders a year are split loads to two separate facilHies?
Response: On average, ISD has about 20 split orders a year. This occurs when a transport
delivery Is requested but the s~e is unable to accept the entire load, or during emergency
1
I
situations. MDT has approximately 19 split orders a year for unleaded fuel for the tank wagon
going to the three garages. None for diesel.
5. Just to confirm, all taxes and fees in the table on pg. 4 of the solicitation will be listed as separate
line Items on Invoices and don't need to be added into our differential?
Response: Yes, as applicable to each fuel.
6. looking for a tabulation sheet from last year's bid.
Response: Please see referenced Tally Sheet attached to the same e-mail containing this
Addendum.
7. Please provide monthly usage report broken down by month for the last 12 months?
Response: Below are lhe 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
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-14 636,69330
Sep-14 1,497,049.00 5ep-14 630,222.00
Ocl-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 Oec-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 1".
10. When is the first board meeting after the bid opening?
Response: Award of the referenced Invitation to Quote (ITO) does not require board approval.
11. Will a decision be made at the board meeting or sometime before then?
Response: See response to question number 9 and 10.
12. Can the County accept up to 5% bio In your diesel fuel?
Response: Yes, as long as It's Uhra low Sulfur Diesel.
13. What is the percent preference given to a local bidder?
Response: Please follow link below to the lOCAL PREFERENCE Paragraph 1.10 (C) of the
generaiterms and condition. The link Is also found In Section 1, Paragraph 1 ·01 the ITO.
hUp:llwww.mlamldade ggytprocuremenVlibraryJbojlerplatelgeneral-terms-and-condltlons-r14-3.pdf.
2
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. Is the public inv~ed to attend the bid opening? If so, what Information will be read aloud at the
opening?
Response: A public opening is not scheduled.
16. How soon after the 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
for rejection.
Response: The County will not consider an alternate firm fixed price.
All. terms, covenants and conditions of the subject solicitation shall apply, except
to the extent herein amended.
;7.--.&
Procurement Contracting Officer
CC: Clerk ofthe Board
3
Miami·Dade County
1.1. DEFINITIONS
BidlProposal-shall refer to any offer(s) submitted in response to this
solicHation.
Bldder/ContractorlProposer -shall refer to anyone submitting a Bid
in response to this solicitation.
Bid Solicitation -shall mean this solicitation documentation, including
any and all addenda.
Solicitation Submittal Form -must be completed and submitted with
Bid/Proposal. The Bidder should indicate its name in the appropriate
space on each page.
County -shall refer to Miami-Dade County, Florida
ISO -shall refer to the Miami-Dade Internal Services Department.
PMS -shall refer to the Miami-Dade Procurement Management
Services Division \Nithin the Internal Services Department (ISO).
Registered Vendor -shall refer to a firm that has completed the
Miami-Dade County Business Entity Registration process via the
County's online Vendor Portal and has satisfied all requirements to
enter Into business agreements with the County.
Successful BldderlProposer -shall mean the Bidder(s)/Proposer(s)
recommended for award.
Vendor Registration -shall refer to the online Business Entity
Registration Application.
BldSync -shall refer to the electronic bidding System used to solicit
and receive solicitation responses for the County.
For additional Infonnatlon about online vendor registration,
please contact the Vendor Services Section at 111 N.W. 1at St~
13th Floor, Miami, FL 33128; Phone 305-375-5773. Vendors can
register online by visiting the Vendor Services Section of PMS'
web site at hUD:/Iwww.miamldade.qov/procuremenVvendor_
mglstration.asp
1.2. INSTRUCTIONS TO BIDDERS
A. Bidder Qualification
It is the policy of the County to encourage full and open competition
among all available qualified vendors. All vendors regularly engaged in
the type of wol1c specified in the Bid Solicitation are encouraged to
submH Bids. To be eligible for award of a contract Oncluding small
purchase orders), Bidders must become a Registered Vendor. Only
Registered Vendors can be awarded County contracts. Vendors are
required to register with the County by visiting the Vendor Services
Section of PMS' web site at
http://www.miamidade.gov/procuremantfvsndor-reqlstratlon.8S';t
The County endeavors to obtain the participation of all qualified small
business enterprises. For infonnation and to apply for certification,
contact Small Business Development at 111 N.\IV.1 Street,19t!! Floor,
Miami. FL 33128-1900. or by telephone at 305-375-3111. County
employees and board members wishing to do business with the
County are referred to Section 2-11.1 of the Mlaml·Dade County Code
relating to Conflict of Interest and Code of Ethics.
B. Vendor RaglstraUon
Effective September 15, 2014, to be recommended for award. the
county requires that vendors complete a Miami-Dade County Vendor
Registration via PMS' online Vendor Portal:
httD:lIWNW.miamidade.govlprocuremenUvendor-registration.asp
The vendor must have the follOwing documents prior to registration:
Miami-Dade County Local Tax Receipt (for flnns with a physical
location within Miami-Dade County), Certificate of Incorporation, W-9.
IRS Letter 147C and an Original Notarized Summary Page. During the
online registration process, the vendor shall complete the County's
UnKonn AffidavH Packet (Affidavit Fonn). In order to complete the
onnne registration process, the vendor shall mail the Original Notarized
Summary Page within 48 hours of registering to the Vendor Services
Sedion at 111 N.W. 1111 street, 131h Floor, Miami, FL 33128 for
approval.
In the event that the vendor's online registration submittal is not
approved, the County may in its sale discretion, award to the next
9124/14 -Revision 14-3
lowest responsive, responsible Bidder. In becoming a Registered
Vendor with Miami-Dade County, the vendor confirms its knowledge of
and commitment to comply with the fallowing:
1. Miaml·Dade Counly Ownership Disclosure Affldal/it
(Sec. 2-8. t of the County Code)
2. Miami-Dade County Employment Disclosure Affidavit
(County Ordinance No. 9()'133. amending SecUon 2.IH(d)(2)
of the County Code)
3. Miami·Dade Employment Drug •• WOJ1rplace Certification
(Section 2·S.1.2(b) of/he County Code)
4. Millmi-Dade Disability and Nondiscrimination Affidavit
(Article I. Section 2-8.1.5 Resolution RI82-{)0 Amending
R-385-95)
5. Miami-Dade County Debannent Disclosure Affidavit
(Section 10.38 of the County Code)
6. Miami-Dade County Vendor Obligation fa County
Affldavit
(Section 2·S.1 of the County Code)
7. Miami-Dade County Code of Business Ethics Affidavit
(Article 1. Seclion 2-11.1(0 and 2-11(b)(I) of /he County Code
through (6) and (9) of the County Code and County On/inance No
O()'lamending Section 2-11. I(c) of /he County Code)
8. Mlaml.Dade County Family Leave Affldav/t
(Article V of Chapter 11 of the County Code)
9. Miam~Dade County Uving wage Affldav/t
(Section 2-8.9 of the County Code)
10. Miaml·Dade County Domestic Leave and Reporting Atridavit
(Article 8. Section 1 fA-60 I lA-67 of the County Code)
11. Subconfnlcting Pnictices
(On/inance 97-35)
12. Subcontractor !Supplier Ustlng
(Orr/inance 97-104)
13. W-9 and IRS Letter f4TC
The vendor must fumlsh these fonns as required by the Internal
Revenue Service.
14. Social Security Number
In order to establish a file for your flrm, you must provide your
finn's Federal Employer Identification Number (FEIN). K no FEtN
exists, the Social Security Number of the owner or individual must
be provided. This number becomes your "County Vendor
Number". To comply with Section 119.071(5) of the Florida
Statutes relating to the collection of an individual's Social Security
Number, be aware that PMS requests the SOCial Security Number
for the folloWing purposes:
• Identification of Individual account records
• To make payments to individuallvendor for goods and
services provided to Miami-Dade County
• Tax reporting purposes
• To provide a unique identifier in the vendor database that
may be used for searching and sorting departmental records
. 15. Office of the Inspector General
Pursuant to section 2-1076 of the County Code.
I&. Sm.all Business Enterprises (SBE)
The County endeavo~ to obtain the participation of all small
business enterprises pu~uant to Sections 2-8.2. 2-8.2.3 and 2-
8.2.4 of /he Ccunty Code and TIlle 49 of the Code of Federal
Regulations. The SSE program provisions are available at
hlto:/lwww·miamidade.govlbuslnesslbusiness-develoDment-
legislation asp.
f7. 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
To be eligible for award of a contract, finns wishing to do business
with the County must comply with the followlng:
Pursuant to Sedion 287.133(2)(a) of the Florida statutes, a person or
affillale who has been placed on the convicted vendor list following a
conviction for a public entity crime may nat submit a Bid on a contract
to.rrovide any goods or seNices to a public entity, may not submit a
Bi on a contract with a public entlty for the construction or repair of a
Miami-Dade County
public building or public work, may not submit Bids on leases of real
property to a public entity, may not be awarded or perfonn work 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 TWO for a penod of 36 months from
the date of being placed on the c.onvicted vendor list.
D. Request for Addltlonallnfonnation
1. Pursuant to Section 2-11.1(1) of the County Code, all Bid
Solicitations, once advertised and until an award recommendation
has been forwarded to the appropriate authority are under the
"Cona of Silence". Any communication or inquiries, except for
clarification of process or procedure already contained in the
solicitation, are to be made in writing to the attention of the
Procurement Officer identified on the front page of the solicitation
via the BidSync System with a copy sent to the Clerk of the
Board, cler!ttw@m1am!dade.gov.
2. ·Procurement Management may issue an addendum in response
to any inquiry received, prior to Bid opening, which changes, adds
to or clarifies the terms, provisions or requirements of the
solicitation. The Bidder should not rely on any representation,
statement or explanation whether written or verbal, other than
those made in this Bid SOlicitation document or in any addenda
issued. Where there appears to be a conflict between this Bid
Solicitation and any addenda, the last addendum issued shall
prevail.
3. It is the Bidder's responsibility to ensure receipt of all addenda,
and any accompanying documentation.
E. Contents of Bid Solicitation and Bidc;lers' Responsibilities
1 .. , It Is the responsibility of the Bidder to become thoroughly familiar
with the Bid requirements, tenns and conditions of this solicitation.
Preas of Ignorance by the Bidder of conditions that exist or that
may exist will not be accepted as a basis for varying the
requirements of the County, or the compensation to be paid to the
Bidder.
2. In the event a Bidder wishes to protest any part of the General
Conditions, Special Conditions and/or Technical Specifications
contained in the Bid SoliCitation It must file a notice of protest in
writing with the Issuing department no later than 48 hours prior to
the Bid opening date and hour specified In the solicitation. Failure
to file a timely notice of protest will constitute a waiver of
proceedings.
3. This solicitation is subject to all tegal requirements contained in
the applicable County Ordinances, Adminislrativellmplementing
Orders, and Resolutions, as well as all applicable State and
Federal Statutes. Where conflict exists between this Bid
Solicitation and these legal requirements, the authority shall
prevail in the following order: Federal, State and local.
4. It is the responsibility of the BldderlProposer, prior to conducting
any lobbying regarding this solicitation to file the appropriate
form with the Clerk of the Board staUnq that a particular
lobbyist Is authorized to represant the Bidder/Proposer. The
Bidder/Proposer shall also file a form with the Clerk of the Board
at the point In time at which a lobbyist Is no longer authorized to
represent said Bidder/ Proposer. Failure of a Bidder/Proposer to
file the appropriate form required, in relation to each solicitation,
may be considered as evidence that. the Bidder/Proposer is not a
responsible contractor.
F. Change or Withdrawal of Bids
1. Changes to Bid -Prior to the scheduled Bid opening a Bidder may
change Its Bid by submitting a new Bid via the BldSync System.
No changes to a Bid will be accepted after the Bid has closed.
2. Withdrawal of Bid -A Bid shall be Irrevocable unless the Bid is
withdrawn as provided herein. A bid may be withdrawn one
hundred-elght (180) days after the Bid has been opened and prior
to award, by submitting a letter to the contact person identified on
the front cover of this Bid Solicitation. The withdraWal letter must
be on company letterhead and signed by an authorized agent of
the Bidder.
9124114 -ReviSion 14-3
G. Conflicts wHhln the Bid Solicitation
Where there appears to be a conflict belYleen the General Terms
and Conditions, Special Conditions, the Technical Specifications,
the Bid Submittal Section, or any addendum issued, the order of
precedence shall be: the last addendum issued, the Bid Submittal
Sedion, the Technical Specifications. the Special Conditions, and
then the General Tenns and Conditions.
H. Prompt Payment Terms
1. It is the policy of Miami-Dade County that payment for all
purchases by County agencies and the Public Health Trust shall
be made in a timely manner and that Interest payments be made
on late payments. In accordance with Florida statutes, Section
218.74 and Section 2-8.1.4 of the Miami-Dade County Code, the
time at whiCh payment shall be due from the County or the PubliC
Heafth Trust shall be forty-five (45) days from receipt of a proper
invoice. The time at which payment shall be due to small
businesses shall be thirty (30) days from receipt of a proper
invoice. All payments due from the County or the Public Health
Trust, and not made within the time specified by this section, shall
bear interest from thirty (30) days after the due date at the rate of
one percent (1%) per month on the unpaid balance. Further,
proceedings to resolve disputes for payment d obligations shall
be concluded by final written decision of the County Mayor, or his
or her designee(s), not later than sixty (60) days after the date on
which the proper invoice was received by the County or the Public
Health Trust.
2. The Bidder may offer cash discounts for prompt payments;
however, such discounts will not be considered In detennining the
IPYI8st price during bid evaluation. Bidders are requested to
provide prompt payment terms in the space provided on the Bid
submittal signature page of the solicitation.
I. Accounts Receivabte Adjustments
In accordance with Miami-Dade County implementing Order 3-9.
Accounts Receivable Adjustments, if money Is 0'NBd by the
Contractor to the County, whether under this Contract or for any
other purpose, the County reserves the right to retain such
amount from payment due by County to the Contractor under this
Contract. Such retained amount shall be applied to the amount
owed by the Contractor to the County. The Contrador shall have
no further claim to such retained amounts which shalt be deemed
full accord and satisfaction of the amount due by the County to
the Contractor for the applicable payment due herein.
1.3. PREPARATION OF BIDS
A. Bidders are required to register, free of charge, with BidSync to
establish a vendor account to view and respond to sOlicttations
Issued by Miami-Dade County.
B. The solicttation submittal form and associated solicitation
documents defines requirements of items to be purchased, and
must be completed and submitted as outlined within the
solicitation via the BidSync System. Use of any other fonn will
result in the rejection of the Bidder's offer.
C. The SOlicitation submittal form must be fully completed and
provided with your bid/proposal. Failure to comply with these
requirements may cause the Bid to be rejected.
D. An authorized agent of the Bidder's finn must
submittal fo~nn:1'~ii:Jilij!cl~
E. may be conSidered non-responsive If bids are
conditioned to modifications, changes, or revisions to the terms
and conditions of this solicitation.
F. The Bidder may submit altemate Bid(s) for the same solicitation
provided that such offer is allowable under the tenns and
conditions. The altemate Bid must meet or exceed the minimum
requirements and be submitted on a separate Bid submittal
marked ~AJtemate Bid~.
G. When there is a discrepancy between the unit prices and any
2
Miami-Dade County
SECTION 1
GENERAL TERMS AND CONDITIONS
extended prices, the unit prices will prevail.
H. An optional electronic submittal shall not be considered a part of
the bid if it differs In any respect from the required manual
submittal In the original hard copy.
1.4. CANCELLATION OF BID SOLICITATION
Miami-Dade County reserves the right to cancel, in whole or in part,
any solicitation when it Is in the best interest of the County.
1.5. AWARD OF BID SOLICITATION
A. This Bid may be awarded to the responsible Bidder meeting all
requirements as set forth in the solicitation. The County reserves
the right to reject any and all Bids, to waive irregularities or
technicalities and to re-advertise for all or any part of this Bid
Solicitation as deemed in its best interest. The County shall be the
sole Judge of tts best Interest.
B. When there are multiple line items In a solicitation, the County
reserves the right to award on an Individual item basis, any
combination of items, total low Bid or in whichever manner
deemed in the best interest of the County.
C. The County reserves the rfght to reject any and all Bids If it is
determined that prices are excessive, best offers are determined
to be unreasonable, or it Is otherwise determined to be in the
County's best interest to do so.
D. The County reserves the right to negotiate prices with the low
bidder, provided that the scope of work of this solicitation remains
the same.
E. Award of this Bid Solicitation "";11 only be made to firms that have
completed the Miami-Dade County Business Entity Registration
Application and that satisfy all necessary legal requirements to do
business with Miami-Dade County. Firms domiciled in Miami-
Dade County must present a copy of their Miami-Dade County
issued Local Business Tax Receipt.
F. PUlSuant to County Code Section 2-8.1(g). the Bidde(s
performance as a prime contractor or subcontractor an previous
County contracts shall be taken into account in evaluating the Bid
received for this Bid Solicitation.
G. To obtain a copy of the Bid tabulation, upon notice of Award
Recommendation Bidder(s) may request bid tabulations or other
award information by contacting the contad person outlined within
the SOlicitation. Information will then be provided electronically.
H. The Bid Solicitation, any addenda anellor properly executed
modifications, the purchase order, work order, and any change
oroer(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. Award of this Bid may be predicated on compliance with and
submittal of all required documents as stipulated in the
Solicitation.
K. The County reserves the right to request and evaluate additional
information from any bidder after the submission deadline as the
County deems necessary.
1.6. CONTRACT EXTENSION
The County reserves the right to exercise its option to extend a
contract for up to one hundred-elghty (180) calendar days beyond the
current contract period and will notify the contractor in writing of the
extension.
This contract may be extended beyond the Initial one hundred-eighty
(180) day extension period upon mutual agreement between the
County and the successful Bldder(s) upon approval by the Board of
County Commissioners.
1.7. WARRANTY
All warranties express and implied, shall be made available to the
County for goods and services covered by this Bid Solicitation. All
goods furnished shall be fully guaranteed by the successful Bidder
against factory defects anc;t workmanship. At no expense to the
County, the successful Bidder shall correct any and all apparent and
9124/14 -Revision 14-3
latent defects that may occur within the manufacturer's standard
warranty. The Special Conditions of the 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, warranted for their merchantability, and fit for the particular
purpose herein. In ·the event any of the materials supplied to the
County by the awarded Bidder are found to be defective or do not
conform to specifications; (1) the materials may be returned to the
awarded Bidder at its expense and the Contract terminated or (2) the
County may require the awarded Bidder to replace the materials at its
expense.
1.8. ESTIMATED QUANTITIES
Estimated quantities or dollars are for Bidder's guidance only: (a)
estimates are based on the County's antiCipated needs and/or usage
during a previous contract period and; (b) the County may use these
estimates to determine the low Bidder. Estimated quantities do nat
contemplate or include possible additional quantities that may be
ordered by other government, quasl-govemment or non-profit entities
utilizing this contract under the Joint Purchase portion of the County
User Access Program (UAP) described In Section 2.21 of this contract
solicitation and the resulting contract, if that section is present in this
solicitation document. No guarantee is expressed or implied as to
quantities or dollars that will be used during the contract period. The
County is not obligated to place any order for the given amount
subsequent to the award of this Bid Solicitation.
1.9. NON-EXCLUSIVITY
It Is the intent of the County to enter into an agreement with the
successful Bidder that will satisfy Its needs as described herein.
However, the County reserves the right as deemed in its best interest
to perform, or cause to be performed, the work and services, or any
portion thereof, herein described in any manner it sees fit, Including but
nat limited to: award of other contracts, use of any contractor. or
perform the work with Its own employees.
1.10. LOCAL PREFERENCE
The evaluation of competitive bids is subject to Section 2-8.5 of the
Miami-Dade County Code, which, except where contrary to federal and
state law, or any other funding source requirements, provides that
preference be given to local businesses.
A. A Local Business shall be defined as:
1. a business that has a valid Local Business Tax Receipt, Issued
by Miami-Dade County at least one year prlor to bid or
proposal submission;
2. a business that has physical business address located within
the limits of Miami-Dade County from which the vendor
operates or performs business. Post Office Boxes are nat
verifiable and shall not be used for the purpose of establishing
said physical address; and
3. a business that contributes to the economic development and
well-being of Miami-Dade County in a verifiable and
measurable way. This may incllK;le but not be limited to 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 affirm in Vtlriting its compliance
with either of the following objective criteria as of the bid or
proposal submission date stated in the solicitation:
(8) vendor has at least ten (10) pennanent full time
employees, or part time employees equivalent to 10 FTE
("full-time equivalent" employees working 40 hours per
week) that live in Miami-Dade County, or at least 25% of
its employees that live in Miami-Dade County, or
(b) vendor contributes to the County's tax base by paying
either real property taxes or tangible personal property
taxes to Miami-Dade County, or
3
Miami-Dade County
(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 which a Mprincipal 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 the bidder. If
the bidder has only one business location, such business location
shall be its principal place of business.
c. If the Low Bidder is a not a Local Business, then any and all
responsive and responsible Local Businesses submitting a price
within ten percent of the low Bid. the Low Bidder, and any and all
responsive and responsible Locally-Headquartered Businesses
submitting a price within fifteen percent of the Low Bid, shall have
an opportunity to submit a best and final bid equal to or lower than
the Low Bid.
D. If the low Bidder is a Local Business which is not a Locally-
Headquartered Business, then any and all responsive and
responsible Locally, Headquartered Businesses submitting a price
within five percent of the low Bid, and the Low Bidder shall have
an opportunity to submit a best and final bid equal to or lower than
the Low Bid.
E. At this time, there is an Interiaesl Agreement for Reciprocity of
Local Business and Locally-Headquartered Business Preferences
in effed between Miami-Dade and Broward Counties until
September 30, 2015. Therefore, a vendor which meets the
requirements of (A) and/or (8) above for Broward County shall be
considered a Local Business and/or Locally-Headquartered
8usiness.
1.11. CONTINUATION OF WORK
Any work that commences prior to and will extend beyond the
expIration date of the current contract period shall, unless terminated
by mutual written agreement between the County and the successful
Bidder, continue until completion at the same prices, terms and
conditions.
1.12. BID PROTEST
A recommendation for contract award or rejection of award may be
protested by a Bidder in accordance with the procedures contained In
Sections 2~.3 and 2-8.4 of the County Code, as amended, and as
established In Implementing Order No. 3-21.
A. A written intent to protest shall be filed with the Clerk of the
Board and emalled to all participants In the competitive process
within three (3) County work days of the filing of the County
Mayor'S recommendation. This three-day period begins on the
County workday after the filing of the County Mayor's
recommendation. Such written Intent to protest shall state the
particular grounds on which it is based and shail be
accompanied by a filing fee as detailed below.
B. The written intent to protest shail be accompanied by a non-
refundable filing fee. payable to the Clerk of the Board. in
accordance with the schedule provided below:
Filing Fee
$ 500
$250.001-$500.000 $1,000
$500,001·$5 million $3,000
Over $5 million $5,000
The protester shall then file all pertinent documents and
supporting evidence with the Clerk of the Board and mail copies
to all participants in the competitive process and to the County
Attomey within three (3) County workdays after the filing of a
written intent to protest.
C. For award recommendations greater than $250,000 the following
shall apply: .
The County's recommendation to award or reject will be
immediately communicated (via email) to ail participants in the
competitive process and filed 'Nith the Clerk of the Board.
9124/14 -Revision 14-3
D. For award recommendations from $25,000 to $250,000 the
following shall apply:
Participants may view recommendations to award on the
PMS website:
https:/IwINw.miamidade.gov/DPMwwlAwardRecommendatio
ns.aspx or call the contact person as identified on the cover
page of the Bid Solicitation.
1.13. LAWS AND REGULATIONS
The successful Bidder shall comply with all laws and regulations
applicable to provide the goods anellor services specified in this Bid
SOlicitation. The Bidder shall comply with all 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 hold all licenses and/or certifications,
obtain and pay for all permits andfor inspections, and comply with all
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 for failure to obtain
and maintain required licenses, certifications, pennits and/or
inspedions shall be bome by said awarded bidder.
1.15. SUBCONTRACTING
Unless otherwise specified in this Bid Solicitation, the successful
Bidder shall not subcontract any portion of the work wfthout the prior
written consent of the County. The ability to subcontract may be
further limited by the Special Conditions. Subcontracting wilhout the
prior consent of the County may result in tenninatlon of the contract for
default. When Subcontracting Is allowed the Bidder shall comply with
County Resolution No. 1634-93, Section 10·34 of the County Code
and County Ordinance No. 97-35. The Bidder shall not change or
substitute first tier subeontradors Dr direct suppliers or the portions of
the contract work to be perfonned or materials to be supplied from
those identified except upon written approval of the County.
1.16. SUBCONTRACTORS -RACE, GENDER AND ETHNIC
MAKEUP OF OWNERS AND EMPLOYEES
Pursuant to Sections 2-8.1, 2-8.8 and 10.34 of the County Code (as
amended by Ordinance No. 11-90), for all contracts which involve the
expenditure of one hundred thousand dollars ($100,000) or more, the
entity contracting with the County must report to the County the race,
gender, and ethnic origin of the owners and employees of its first tier
subcontractors (refer to the SubcontradorlSupplier listing Sub 100
tonn). In the event that the successful Bidder demonstrates to the
County prior to award that this intonnalion is not reasonably available
at that time, the successful Bidder shall be obligated by contract to
exercise diligent efforts to obtain that Infonnation and to provide the
same to the County not later than ten (10) days after it becomes
available and, in any event, prior to final payment under the contract.
As a condition of final payment under a contract, the successful Bidder
shall identify subcontractors used in the work, the amount of each
subcontract, and the amount paid and to be paid to each subcontractor
(refer to the Subcontractor Payment Report Sub 200 form at
htto:/Iwww.mlamldade.govfbusinessJJib@rv!fonns/subcontractors-
payment.pdft.
1.17. ASSIGNMENT
The successful Bidder shall not assign, transfer, hypothecate, or
otherwise dispose of this contract, including any rights, title or interest
therein, or Its pO'll/er to execute such contract to any person, company
or corporation without the prior written consent of the County.
1.18. DELIVERY
Unless otherwise specified in the Bid Solicitation, prices quoted shall
be F .O.B. Destination. Freight shall be included In the proposed price.
1.19. RESPONStBILITY AS EMPLOYER
The employee(s) of the successful Bidder shall be considered to be at
all times Its employee(s), and not an employee(s) or agent(s) of the
4
Miami·Dade County
County or any of its departments. The successful Bidder shall provide
competent employee(s) capable of perfonning the required services.
The County may require the successful Bidder to remove any
employee It deems unacceptable. All employees of the successful
Bidder shall wear proper Identification.
1.20. INDEMNIFICATION
The successful Bidder shall indemnify and hold harmless the County
and its officers, employees, agents and instrumentalities from any and
all lIabOity, losses or damages, including attorney's fees and costs of
defense, Which the County or Its officers, employees, agents or
instrumentalities may incur as a result of claims, demands, suils,
causes of adions or proceedings of any kind or nalure arising out of,
relating to or resulting from the performance of the agreement by the
successful Bidder or lis employees, agents, servants, partners,
principals or subcontractors. The successful Bidder shall pay all
claims and losses In connection therewith, and shall Investigate and
defend all claims, suits or actions of any kind or nature in the name of
the County, where applicable, including appellate proceedings, and
shall pay all costs, judgments, and attorney's fees which may be
incurred thereon. The successful Bidder expressly understands and
agrees that any insurance protection required by this Agreement or
otherwise provided by the successful Bidder shall in no way limit tlie
responsibility to indemnify, keep and save hannless and defend the
County or its officers, employees, agents and instrumentalities as
herein provided.
1.21. INSURANCE REQUIREMENTS
A.. The contractor shan fUmish to the Vendor SeNlces section of
PMS, 111 w.J 1s1 Sireel, Suile 1300, Miami, Florida 33128,
Certificate(s) of Insurance which Indicate that Insurance coverage
has been obtained which meets the requirements as outlined
below.
1. Worker's Compensation Insurance for all employees of
the vendor as required by Florida Statute 440.
2. Commercial General Liability Insurance on a
comprehensive basis in an amount not less than $300,000
combined single limH per occurrence for bodily injury and
property damage. Mlaml·Oade County must be shown
as an additional Insured with respect to this coverage.
3. Automobile liability Insurance covering all owned, non-
owned and hired vehicles used In connection with the
work, in an amount not less than $300,000 combined
single limit per occurrence for bodily injury and property
damage.
B. All required insurance polldes shall be issued by campanles
authorized to do business under the laws of the State of Florida,
with the following qualifications:
The company must be rated no less than "A-" as to mamigement,
and no less than "Class VII" as to financial strength, by the latest
edition of Besfs Insurance GUide, published by A.M. Best
Company. Oldwick, New Jersey or Its equivalent, subject to the
approval of the County's ISO Risk Management Division
OR
The company must hold a valid Florida Certificate of Authority as
shown in the latest "List of All Insuran~ Companies Authorized or
Approved to do Business in FlOrida", issued by the State of Florida
Department of Financial Services. c. Certificates of In,urane! must meat the following
nHlulrtments:
1. Certificate must indicate that no modification or change in
Insurance shall be made without thirty (30) days written advance
notice to the certificate holder.
2. Signature of agent must be included.
3. If Automobile liability Insurance is required above, Insurance
must be provided for all of the following vehicles:
a) OWned
b) Non-owned
c) Hired
9124/14 -Re~sion 14-3
4. I! General or Public Liability Insurance is required above,
Certificate of Insurance must show Miami-Dade County as an
additional insured for that coverage.
5. Certificate Holder must read exactly as presented below:
Miami-Dade County
111 N.W.lst street, Suite 2340
Miami, FL 33128·1974
D. Compliance with the requirements in this Section shall not relieve
the successful Bidder of its liability and obligation under this, Or
under any other, section of the Contract. The successfui Bidder
shall provide to the County the insurance documents within ten
(10) business days after notification of recommendation to award. If
the certificate submItted does not Include the coverages outlined in
the tenns and conditions of this solicitation, the successful Bidder
shall have an additional five (5) business days to submit a
corrected certificate to the County. Failure of the successful Bidder
to provide the required insurance documents in the manner and
within the timeframes prescribed within five (5) business days may
result in the bidder being deemed non~responsible and the
issuance of a new award recommendation.
No work shall be authorized or shall commence under the
Contract until the successful Bidder has complied with the
foregoing insurance requirements.
E. The successfui Bidder shall assure that the Certificates of
Insurance required in conjunction with this Section remain in full
force for the lenn of the Contract, including any renewal or
extension periods that may be exercised by the County. if the
Certfficate(s) of Insurance Is scheduled to expire during the term of
the Contract, the successful Bidder shall submH new or renewed
Certificate(s) of Insurance to the County a minimum of ten (10)
calendar days before such expiration.
F. In the event that expired Certificates of Insurance are not replaced
or renewed to cover the Contract period. the County may suspend
the Contract until the new or renewed certificates are received by
the County in the manner prescribed herein. If such suspension
exceeds thirty (30) calendar days, the COunty may. at its sale
discretion, tenninate the Contrad for cause and the successful
Bidder shall be responsible for all direct and indirect costs
associated with such lennination.
1.22. COLLUSION
The successful Bidder recommended for award as the resuit of a
competitive solicitation for any County purchases of supplies, materials
and services (including profesSional services, other than professional
architectural, engineering and other seNices subject to Sec. 2-10.4
and Sec. 287.055 Fla Stats.), purchase, lease, permit, concession or
management agreement shall. within five (5) bUSiness days of the filing
of such recommendation, submit an affidavit under the penaity of
perjury, on a form provided by the County: stating either that the
contractor is not related to any of the other parties bidding In the
competitive solicitation or identifying all related parties, as defined in
this Section, which bid In the solicitation; and attesting that the
contractor's proposal is genuine and not sham or collusive or made in
the interest or on behalf of any person not therein named, and that the
contractor has not. directly or indirectly, induced or solicited any other
proposer to put in a sham proposal, or any other person. firm, Or
corporation to refrain from proposing, and that the proposer has not in
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 its bid
shall be presumed to be collusive and the recommended contractor
shall be Ineligible for award unless that presumption is rebutted in
accordance with the provisions of·Sec. 2-8.1.1. Any person or entity
that fails to submit the required affidavit shall be ineligible for contract
award.
A. The Collusion Affidavit will be included in ali solicitations and will
be requested from bidders/proposers once bids/proposals are
received and evaluated.
8. Failure to provide a Collusion Affidavit within 5 business days
after the recommendation to award has been filed with the Clerk
5
Miami-Dade County
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, in writing through the
issuance of a modification to the contract, purchase order, change
order or award sheet, as appropriate.
1.24. TERMINATION FOR CONVENIENCE
The County, at Its sale discretion, reserves the right to terminate this
contract without cause upon thirty (30) days written notice. Upon
receipt of such notice, the successful Bidder shall not incur any
additional costs under this contract. The County shall be liable only for
reasonable costs Incurred by the successful Bidder prior to notice of
termination. The County shall be the sole judge of Mreasonable costs. ~
1.25. TERMINATION FOR DEFAULT
The County reserves the right to terminate this contract, in part or in
whole, or place the vendor on probation In the event the successful
Bidder fails to perfonn in accordance with the leons and conditions
stated herein. The County further reserves the right to suspend or
debar the successful Bidder in accordance with the appropriate County
ordinances, resolutions and/or adminislrativenmplementing orders.
The vendor will be notified by letter of the County's intent to tenninate.
In the event of termination for default, the County may procure the
required goods and/or services from any source and use any method
deemed in its best interest. All re-procurement cost shall be borne by
the successful Bidder.
1.26. FRAUD AND MISREPRESENTATION
Pursuant to Section 2-8.4.1 of th.e Miami-Dade County Code, any
individual, corporation or other entity that attempts to meet its
contractual obligations with the County through fraud,
misrepresentation or material misstatement, may be debarred for up to
five (5) years. The County as a further sanction may terminate or
cancel any other contracts with such individual, corporation or entity.
Such individual or entity shall be responsible for all direct or indirect
costs associated with termination or cancellati~n, including attorney's
fees.
1.27. OFFICE OF THE INSPECTOR GENERAL
Miami-Dade County has established the Office of the Inspector
General, which is authorized and empoYtlered to review past, present,
and proposed County and Public Health Trust programs, contracts,
transactions, accounts, records and programs. The Inspector General
(IG) has the poer to subpoena Witnessl;!s, administer oaths, require
the productlon of records and monitor existing projeds and programs.
The Inspector General may, on a fB,ndom basis, perform audits on all
County contracts. The cost of random audits shall be incorporated into
the contract price of all contracts and shall be one quarter (1/4) of one
(1) percent of the contract price, except as otherwise pro\(ided in
Section 2·1 076 of the County Code.
1.28. PRE-AWARD INSPECTION
The County may conduct a pre-award inspection of the Bidder's site or
hold a pre-award qualification hearing to determine if the Bidder is
capable of perfonning the requirements of this bid solicitation.
1.29. PROPRIETARY/CONFIDENTIAL INFORMATION
Bidders are hereby notified that allinfonnation submitted as part of, or
in support of bid submittals will be available for public Inspection after
opening of bids/proposals, in compliance with Chapter 119. Florida
Statutes, popularly known as the "Public Record laW". Bldder(s) shall
not submit any informatl.on in response to this Solicitation mich the
Bidder considers to be a trade secret, proprietary or confidential. The
submission of any information to .the County In connection with this
Solicitation shall be deemed conclusively to be a waiver of any trade
secret or other protection, mich would otherwise be available to
~idder •. In the e~nt th~t ~he BI~der ~ubmits information to the County
In ViolatIOn of thiS restncllon, either lnadvertenUy or intentionally. and
9124/14 -Revision 14·3
clearly identifies that information in the bid/proposal as protected or
confidential, the County may, in its sole discretion, either (a)
communicate' With the Bidder in writing in 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
quicldy as possible, and if appropriate, evaluate the balance of the
proposal. Under no circumstances shall the County request the
withdrawal of the confidentiality restriction if such communication
would in the County's sale discretion give to such Bidder a competitive
advantage over other bidders. The redaction or return of information
pursuant to this clause may re.nder a bid/proposal non~responsive.
1.30. HEALTH INSURANCE PORTABILITY AND
ACCOUNTABILITY ACT (HIPAA)
Any person or entity that perfonns or assists Miami-Dade County with
a function or activity Involving the use or disclosure of "individually
identifiable health information (II HI) and/or Protected Health
1nfonnation (PHI) shall comply with the Health Insurance Portability
and Accountability Act (HIPAA) of 1996 and the Miami·Dade County
Privacy Standards Administrative Order. HIPAA mandates for privacy,
security and electroniC transfer standards that include but are not
limited to:
1. Use of information only for performing services required by
the contract or as required by law;
2. Use of appropriate safeguards to prevent non-permitted
disdosures;
3. Reporting to Miami-Dade County of any non-permitted use
or disclosure;
4. Assurances, that any agents and subcontractors agree to
the same restrictions and conditions that apply to the
Bidder/Proposer and reasonable assurances that IIHI/PHI
will be held confidenUal;
5. Making Protected Health Information (PHI) available to the
customer;
6. Making PHI available to the customer for review and
amendment; and incorporating any amendments requested
by the customer,
7. Making PHI available to Miami~Dade County for an
accounting of disclosures; and
8. Making internal practices, books and records related to PHI
available to Miami~Dade County for compliance audits.
PHI shall maintain its protected status regardless of the form and
method of transmiSSion (paper records, and/or electronic transfer of
data). The BidderJ Proposer must give its customers written notice of
its privacy information practices including specHically, a description of
the types of uses and disclosures that would be made with protected
health InformaUon.
1.31. CHARTER COUNTY TRANSIT SYSTEM SALES
SURTAX
When proceeds from the Charter County Transit System Sales Surtax
levied pursuant to Section 29.121 of the Code of Miami~Dade County
are used to pay for all or some part of the cost of this contract, no
award for those portions of a Blanket Purchase Order (BPO) utilizing
Charter County Transit System Sales Surtax funds. as part of a multi-
department contrad, nor a contract utilizing Charter County Transit
System Surtax funds shall be effective and thereby give rise to a
contractual relationship with the County for purchases unless and until
both the following have occurred: 1) the County Commission awards
the contract, and such award becomes final (either by expiration of 10
days after such award without veto by the Mayor, or by Commission
override of a veto); and, 2) either, I) the Citizens' Independent
Transportation Trust (CITT) has approved inclusion of the Surtax
funding on the contract, or, Ii) in response to the CITT's disapproval,
the County Commission reaffirms award of the contract by two-thirds
(2/3) vote of the Commission's membership and such reaffirmation
becomes final. Notwithstanding the other provisions of Section 1.30,
award of an allocation for services in support of the CITI's oversight
mich does not exceed $1000 will not require Commission or CITI
approval and may be awarded by the Executive Director of the OCITT.
6
Miami-Dade County
1.32. LOBBYIST CONTINGENCY FEES
a) In accordance with Section 2-11.1(5) of the Code of Miami·Dade
County, after May, 16, 2003, no person may, In whole or in part,
pay, give or agree to payor give a contingency fee to another
person. No person may, in whole or in part. receive or agree to
receive a contingency fee.
A contingency fee Is a fee, bonus, commission or non-monetary
benefit as compensation which is dependent on or in any way
contingent upon the passage. defeat, or modification of: 1} any
ordinance, resolution, action or decision of the County Commission;
2) any action, decision or recommendation of the County Mayor or
any County board or committee: or 3) any action, decision or
recommendation of any County personnel during the time period of
the entire declsion-making process regarding such action. decision
or recommendation which foreseeably will be heard or reviewed by
the County Commission or a County board or committee.
1.33. COMMISSION AUDITOR -ACCESS TO RECORDS
Pursuant to Ordinance No. 03-2, all vendors receiving an award of the
c~ntrad resulting from this solicHation will grant access to the
Commission Auditor to all financial and. perfonnance related records.
property, and equipment purchased in whole or in part with
government fUnds. .
The County reserves the right to require the successful Bidder (s) to
submit to an audit by Audit and Management Services, the
Commission Auditor, or other auditor of the County's choosing at the
Bidder's expense. The Bidder shall prOVide access to all of its records,
which relate directly or indirectly to this Agreement at Its place of
business during regular business hours. The Bidder shall retain all
records pertaining to this Agreement and upon request make them
available to the County for three years following expiration of the
Agreement. The Bidder agrees to provide such assistance as may be
necessary to facilitate the review or audit by the County to ensure
compliance with applicable accounting and financial standards.
1.34. INVOICES
The successful Bidder shall invoice the County, as specified In this
Solicitation. The invoice date shall not exceed thirty (30) calendar days
from the delivery of the items or the prOvision of services, unless
otherwise noted in the Contrad. Under no circumstances shall the
invoice be submitted to the County in advance of the delivery and
acceptance of the Hems or provision of and acceptance of the services.
failure to submit invoices In the prescribed manner Will delay payment.
All invoices shall contain the following information:
I. Successful Bidder's Infonnation:
• Name of the successful Bidder as specified on the
centrad Award Sheet issued by the County.
• Date of invoice
• Unique Invoice number
• SuccessfUl Bidder's Federal Identification Number on file
with the County and the State of Florida.
11. County Infonnation:
• County Release Purchase Order
III. Pricing InfonnaUon:
• Unit price of the goods and/or services provided
• Extended total price of the goods and/or services
provided
• Applicable discounts
IV. Goods or Services Provided:
• Description
• Quantity
V. Delivery Information:
Delivery terms set forth within the' County Release
Purchase Order
Reference (or include a copy of) the corresponding
dellvel"f ticket number or packing slip number that was
signed by an authorized representative of the County at
the time the Items were delivered and accepted
9124114 -Revision 14-3
• location and date of delivery of goods and/or services
being provided.
1.35. COUNTY USER ACCESS PROGRAM (UAP)
a) User Access Fee
Pursuant to Section 2-8.10 of the Miami-Dade County Code, this
Contract is subject to a user access fee under the County User Access
Program (UAP) In the amount of two percent (2%). All sales resulting
from this Contract, or any contract resulting from the soliCitation
referenced on the first page of this Contract, and the utlfization of the
County Contract price and the terms and conditions identified herein.
are subject to the two percent (2%) UAP. This fee applies to all
Contract usage whether by County Departments or by any other
governmental, quasi--governmental or not-far-profit entity.
The Bidder providing goods or services under this Contract shall
invoice the Contract price and shall accept as payment thereof the
Contract price less the 2% UAP as full and complete payment for the
goods and/or services specified on the invoice. The County shall retain
the 2% UAP for use by the County to help defray the cost of the
procurement program. Bidder participation in this invoice reduction
portion of the UAP is mandatory.
b) Joint PUrchase
Only those entitles that have been approved by the County for
participation in the County's Joint Purchase and Entity Revenue
Sharing Agreement are eligible to utilize or receive County Contract
priCing and terms and conditions. The County will provide to approved
entities a UAP Participant Validation Number. The Bidder must obtain
the participation number from the entity prior to filling any order placed
pursuant to this Section. Bidder participation in this joint purchase
portion of the UAP, however, is voluntary. The BIdder shall notify the
ordering entity. In writing, within three (3) business days of receipt of
an order, of a decision to decline the order.
For all ordering entities located outside the geographical boundaries of
Miami~Dade County, the Bidder shall be entitled to ship goods on an
~F08 Destination, Prepaid and Charged Back" baSis. this allowance
shall only be made when expressly authorized by a representative of
the ordering entity ruiQr: to Shipping the goods.
The County shall have no liability to the Bidder for the cost of any
purchase made by an ordering entity under the UAP and shall not be
deemed to be a party thereto. All orders shall be placed directly by the
ordering entity with the Bidder and shall be paid by the ordering entity
less the 2% UAP.
c) Bidder Comptlance
If a successful Bidder fails to comply with this ArtIcle 1.35. that
Contractor may be considered in default by the County.
1.36. DEMONSTRATION OF EQUIPMENT MAY BE
REQUIRED DURING EVALUATION
After receipt of offers by the County, Bidders may be required to
demonstrate specifically offered eqUipment to County personnel, at rio
additional cost. The purpose of this demonstration is to observe the
equipment in an operational environment and to verify itS capability,
suitability, and adaptability in conjunction with the performance
requirements stipulated In this Solicitation. If a demonstration is
required, the County will notify the Bidder of such In writing and will
specify the date, time and location of the demonstration. If the Bidder
fails to perfunn the demonstration on the specified date stipulated in
the notice, the County may elect to reject that Bidder's offer, or to
reschedule the demonstration, Vtthichever action is detennined to be in
the best Interest of the County. The County shall be the sale judge of
the acceptability of the equipment in conformance with the
speCificatiOns and Its deciSion shall be final.
The equipment used for the demonstration shall be 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 to be provided by the Bidder during the
Contract shall confonn to the equipment used In the demonstration.
The Bidder shall provide adequate restitution to the County, in the
manner prescribed by the County, if this warranty Is violated during the
tenn of the Contract.
7
Miami-Dade County
1.37. EQUIPMENT SHALL BE MOST RECENT MODEL
AVAILABLE
The equipment being offered by the successful Bidder shall be the
most recent model available. MY optional components which are
required in accordance with the specifications herein shall be
considered standard equipment for the purposes of this Solicitation.
Demonstrator models will not be accepted, Omission of any essential
detail from the specifications herein does not relieve the Bidder from
furnishing a complete unit. The equipment shall conform to all
applicable federal (Including OSHA). Stale, and local safety
reqUirements. All components (whether primary or ancillary) of the
delivered equipment shall be in accordance with current Society af
Automotive Engineering (SAE) standards and recommended practices,
as applicable,
The engineering, materials, and workmanship associated with the
successful Bidder's perfonnance hereunder shall exhibit a highwlevel
of quality and appearance consistent with or exceeding industry
standards.
1.38. PATENTS AND ROYALTIES
The successful Bidder, Without exception, shall indemnify and hold
hannless the County and its employees from liability of any nature or
kind, including cost and expenses for, or as a result of, any
copyrighted, Patented, or unpatented invention, process, or article
manufactured by the vendor. The successful Bidder has no liability
when such claim is solely and exclusively due to the combination,
operation, or use of any article supplied hereunder with equipment or
data not supplied by successful Bidder, or Is based solely and
exclusively upon the County's alteration of the article. The purchaser
will provide prompt written notification of a claim of copyright or patent
infringement.
Further, jf such a claim is made or is pending, the successful Bidder
may, at its option and expense, procure for the purchaser the right to
continue use of, replace or modify the article to render it nonwinfringing.
(If none of the alternatives are reasonably available, the County agrees
to return the article on request to the successful Bidder and receive
reimbursement, if any, as may be detennined by a court of competent
jurisdiction). If the successful Bidder uses any design, device, or
materials covered by letters, patent or copyright, it is mutually agreed
and understood without exception that the contract prices shall include
all royalties or cost arising from the use of such design, device, or
materials in any way involved in the work.
1.39. TOXIC SUBSTANCES/FEDERAL "RIGHT TO KNOW'
REGULATIONS
The Federal "Right to Know' Regulation implemented by the
Occupational Safety and Health Administration (OSHA) requires
employers to infonn their employees of any toxic substances which
they may be exposed to in the workplace, and to provide training in
safe handling practices and emergency procedures. It also requires
notification to local fire departments of the location and characteristics
of all toxic substances regularly present in the workplace.
Accordingly, the successful Bidder perfonning under the Contract shall
provide two (2) complete sels of Material Safety Data Sheels to each
User Department utilizing the awarded products. This infonnation
should be provided at the time when the initial delivery is made, on a
department by department basis.
For additional Information on the Federal Right to Know Regulation,
contact OSHA at YIINW.OSHA.gov.
1.40. GOVERNING LAW
This Contract, including appendices, and all matters relating to this
Contract (whether in contract, statute, tort (such as negligence), or
otherwise) shall be' governed by, and construed in accordance with,
the laws ofthe State of Florida. Venue shall be MlamiwDade County.
1.41. BANKRuPTCY
The County reserves the right to tenninate this contract, jf, during the
term of any contract the Contractor has With the County, the
Contractor becomes involved as a debtor in a bankruptcy proceeding,
9124/14 -Revision 14·3
or becomes involved in a reorganization, dissolution, or liquidation
proceeding, or jf a trustee or receiver Is appointed over all or a
substantial portion of the property of the Contractor under federal
bankruptcy law or any state insolvency law.
1.42. SURVIVAL
The parties acknowledge that any of the obligations in this Agreement
will survive the term, termination and cancellation hereof. Accordingly,
the respective obligations of the Contractor and the County under this
Agreement, which by nature would continue beyond the termination,
cancellation or expiration thereof, shall survive tennination,
cancellation or expiration hereof.
1.43. SMALL BuSINESS ENTERPRISES (SBE)
MEASURES
A Micro Business Enterprise Is a business entity certified by the Small
Business Development (SBD) Division, providing goods or services,
which has an actual place of business in Miami-Dade County and
whose threewyear average gross revenues does not exceed $2 million,
or a manufacturer with fifty (50) employees or less, or a wholesaler
with fifteen (15) employees or less, A Small Business Enlerprtse (SBE)
is a business entity certified by SBD, 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 five million
dollars ($5,000.000). The teno SBE shall also include a manufacturer
with one hundred (100) employees or less or wholesaler with fifty (50)
employees or less without regard to gross revenues.
A SBE measure applies to this solicitation as follows and as otherwise
stipulated in Section 2-8.1.1.1.1 of the Code of MlamiwDade County.
A bid preference shall apply to all contracts which are to be awarded
on the basis of price and are not set-aside. The preference shall be
used only to evaluate a bid and shall not affect the contract price.
For awards valued up to $100,000,. ten (10) peraent bid preference
shall automatically apply for Micro Business Enterprises.
For awards valued ovor $100,000 and up to $1,000,000, the
preference shall be' ten (10) percent of the price bid for SBEslMicro
Enterprises and joint ventures with at least one SBEIMicro Enterprise.
The preference accorded on awards greater than $1 million shall be
5% of the price bid for SBES/Micro Enterprises and joint ventures with
at least one SBE/Micro Enterprise.
Micro Business Enterprises and SBEs must be certified by SBD
Business Affairs, a diviSion of the Internal Services Department, for the
type of goods and/or services the enterprise provides in accordance
with the applicable commodity code(s) for this solicitation.
For certification infonnation, contact SBO at 30s..375~CERT (2378) or
online at:
http://wNw mlamldade.govflnternalserviceslsmallwbuslness.asp. The
enterprises must be certified by bid submission deadline, al contract
award, and for the duration of the contract to remain eligible for the
preference.
1.44. LOCAL CERTIFIED SERVICE-DISABLED VETERAN'S
BuSINESS ENTERPRISE PREFERENCE
This Solicitation includes a preference for Miami-Dade County Local
Certified Service-Disabled Veteran Business Enterprises (VBE) in
accordance with Section 2w8.5.1 of the Code of Miami·Dade County. A
VBE is entitled to receive an additional five percent (5%) of the total
technical. evaluation pOints on the technical portion of such Proposer's
proposal. If a Miami-Dade County Certified Small Business Enterprise
(SSE) measure Is being applied to this Solicitation, a VSE wtlich also
qualifies for the SBE measure shall not receive the veteran's
preference provided in this section and shall be limited to the
applicable SBE preference.
8
Miami-Dade County
SECTION 1
GENERAL TERMS AND CONDITIONS
1.45 SPECIAL SECURITY REQUIREMENTS AT MIAMI-
DADE AVIATION, WATER AND SEWER, AND
SEAPORT DEPARTMENTS
Miami-Dade Aviation (MDAD), Water and Sevwoer (WASD). and Seaport
(PortMiami) Departments operate under strict security regulations.
These regulations involve the issuance of special Identification (10)
cards.
Vendors performing services at MDAO must follow all required security
procedures. This will include security checks and passes for all
employees, a special driving course for those who operate a vehicle on
the aircraft operating area (AOA), additional badges to work within the
US Customs service area and may Include bonding tor a Customs 1.0.
For Customs lOt call 786-265-5715 or email cbn:mlami-almort-
security@dhs.gov for information. For MDAD 10, call 305-876-7418
for appointment and to pick-up package. Vendors are responsible for
all costs incurred in obtaining security badges. Security clearance
must be obtained prior to start of contract.
Complete police background checks of individuals who are employed,
hired or who are required to enter the restricted areas of the Port of
Miami and WASO frequently (more than 5 times within a 9O-day
period). These 10 cards are required for access and are issued by the
departments at the current cost of $60.00 per applicant per year.
Therefore, the vendor shall obtain and pay for 10 cards for each of his
/her employees and/or agents who will be frequently visHing or
performing services In restrkrted areas.
For more information concerning PortMiaml 10 cards, you may contact
the PortMlami ID Dflice at (305) 347-4955.
For more Infonnation concerning WASD 10 cards, contact the WASD
security at (786) 552-8271.
1.46. FIRST SOURCE HIRING REFERRAL PROGRAM
("FSHRP")
Pursuant to Section 2-2113 of the Code of Miami-Dade County, for all
contracts for goods and services. the successful Bidder, prior to hiring
to fill each vacancy arising under a County contract shall (1) first notify
the South Florida Wor1<force Investment Board ,SFWlB"). the
designated Referral Agency, of the vacancy and list the vacancy with
SFWIB according to the Code, and (2) make good faith efforts as
determined by the County to fill a minimum of fifty percent (50%) of its
employment needs under the County contract through the SFWIB. If
no suitable candidates can be employed after a Referral PeJiod of
three to five days, the successful' Bidder is free to fill its vacancies from
other sources. Successful Bidders \\411 be required to provide quarterty
reports to the SFWlB indicating the name and number of employees
hired in the previous quarter, or why referred candidates 'Nere rejected.
Sanctions for non-compliance shall include, but not be limited to: (0
suspension of contract until Contractor performs obligations, if
approprtate: (Ii) default and/or termination: and (iii) payment of
$1,500/employee. or the value of the wages that woutd have been
earned given the noncompliance, VJhicheVer is less. Registration
procedures and additional Information regarding the FSHRP are
available at https:lRapos.southflortdaworkforce.comJf!rstsourcel .
1.47. NONDISCRIMINATORY EMPLOYMENT
PRACTICES
DuJing the performance of the contract, the Contrador agrees to not
discriminate against any employee or applicant for employment
because of race, color, religion, ancestry. naUonal origin, sex,
pregnancy, age, disability, marital status, familial status, sexual
orientation or veteran status and will take affirmative action to ensure
that an employee or applicant Is afforded equal employment
opportunities without discrtminatlon. Such action shall be taken with
reference to, but not limited to: recruitment, employment, termination,
rates of payor other fonns of compensation and selection for training
or retraining, including apprenticeship and on-the-job training.
9124/14 -Revision 14-3
1.48. PUBLIC RECORDS AND CONTRACTS FOR
SERVICES PERFORMED ON BEHALF OF A
PUBLIC AGENCY
The Contractor shall comply with the state of FL Public Records Law,
s. 119.0701. F.S .• specifically to: (1) keep and maintain public records
that ordinarily and necessarily would be required by the public agency
In order to perfonn the service; (2) provide the public With access to
public records on the same terms and conditions that the public
agency would provide the records and at a cost thai does not exceed
the cost provided in Chapter 119, F.S., or as otherwise provided by
law; (3) ensure that public records that are exempt or confidential and
exempt from public records disclosure requirements are not disclosed
except as authorized by law; and (4) meet all requirements ·for
retaining public records and transfer, at no cost, to the pubPc agency
all public records in possession of the Contractor upon tennination of
the contract and destroy any duplicate public records that are exempt
or confidential and exempt from public records disclosure
requirements. All records stored electronically must be provided to the
public agency in a fonnat that is compatible with the infonnation
technology systems of the public agency. If the Contrador does not
comply with a public records request. the public agency shall enforce
contract provisions In accordance with the contract.
9
March 30, 2015
Clerk of the Board
Stephen P. Clark Center
III NW 1" Street
1 i h Floor, Suite 202
Miami, FL33128-1983
Dear Sir or Madam:
ATTACHMENT "B"
Mansfield Oil Company appreciates the opportlmity to participate in your current bid: Quotation No, 6-
2015 for delivery offllel 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.
all costs for delivery per the bid documents. .
Pricing is based on Net 15' and / or 45 Day Terms. Normal delivery after receipt of order is within 24 yo'
hours.
Should you have any questions, feel free to call Becky Nix at 678-450-2169 or email
bnix@mansfieldoil.com.
Again, thank you for the opportunity to respond to your invitation to bid.
BU1k~)
David Zarrl"""V-
Director of Government Pricing
1025 Airport Parkway. SW' Gainesville, GA 30501 • 1.BOO.255.6699· fax 678.450.2242 • www.mansfieldoil.com
INFORMATION ABOUT MANSFIELD OIL COMPANY
Mansfield Oil is a national fuel supply, distribution and logistics company focused on improving
efficiencies in the downstream petroleum supply chain. We help our customers optimize and control fuel-
related costs with local service, nationwide. We offer secure and reliable filel supply from over 900
supply points in 50 states and Canada. Our service offering inciudes most varieties of fuel
(diesellgaslbiofuellethanol/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 (tanle) monitoring. Mansfield's corporate headquarters is located in
Gainesville, GA with five regional service centers located in Chicago, IL, Denver, CO, Detroit, MI,
Minneapolis/St. Paul MN, Houston, TX and Calgary, AB and 4 alternative fhel centers in Bloomington,
MN, Sioux Center,lA, Charlottesville, VA and Ontario, CA . .
We develop our OWn infOlmation technology systems and utilize third party integration tools to rnciJitate
the unimpeded flow of information between our suppliers, carriers, ourselves and our customers.
Mansfield's unique and industry leading electronic interface continues to malce OUI customer's daily
operations more manageable and measureable, key components of successful operations. We own and
manage a fleet of over 70 transport trucks in Atlanta, GA, N Augusta, SC, Charlotte, NC, Chicago, IL
and Orlando, FL from our office which gives us valuable insight into the trends and dynamics of our
transportation pattners.
Mansfield Oil maintains mat1cet strength thr01.1gh optimization of volume, financial strength, and
successful relationships with our customers. CUlTcntly Mansfield Oil is ranked 41 ,1 in the Forbes List of
Privately Held Companies, was a mUltiple finalist in the 2010, 2011' and 2012 Platts Global Energy
Awat'ds, and is rated SA2 with Duo and Bradstreet indicating significant financial strength and credit
worthiness. Mansfield has achieved double digit growth for the past three decades with revenues of over
$8.0 billion in 2014.
Some of Mansfield's current government customers include:
• Federal -AAFES, NAVY, DESC/DLA, AMTRAK
• Statesfl)OT -Georgia, New York, North Carolina, Penosylvania, West Virginia
• County -Hillsborough, FL, Orange, FL, North GA Coop (5 counties)
• City -Philadelphia, P A, Jacksonville, FL; Chesapealce, VA
• Transit Agencies -KCATA (Kansas City, MO), CTA (Chicago, lL), LANTA (Lehigh, PAl,
WMATA (Washington, D.C.)
Some of Mansfield's commercial customers include:
• National, regional and local truck load atld less than tluck load cal1'iers
• Distribution centers for various retailers and wholesalers
• Most major package delivery companies
• Aggregate companies
1025 Airport Parkway. SW' Gainesville, GA 30501· 1.BOO.255.6699· fax 676.450.2242' www.mansfieldojl.com
. MIAMI-DADE COUNTY QUOTE NO.: 6-2015
PRICE SUBMITIAL PAGE
(1 of 2)
GROUP A, GASOLINE
TRANSPORT TRUCK DELIVERIES
Payment NET 45
Item Estimated Gallons per Year Gasoline Differential Per Gallon No. (this Is not a guaranty) .
1 5,000 ElO Gasoline, Regular $ -0.0057
2 45,000 ElO G.sollne, Mld·Grade $-0,0396
3 17,250 E10 Gasoline, Premium $-0,0796
TANK WAGON TRUCK DELIVERIES
Payment NET 45
Item Estimated Gallons per Year Gasoline Differential Per Gallon No, (this Is not a guaranty)
4 65,000 no 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 NET 15
Item Estimated Gallons per Year
Gasoline Differential Per Gallon No. (this is not a guaranty)
7 7,500,000 El0 Gasoline, Regular $-0,0109
TAN I< WAGON TRUCK DELIVERIES
Payment NET 15
Item Estimated Gallons per Year Gasoline Differentia I Per Ga lion No. (this is not a guaranty)
8 200,000 ElO GaSOline, Regular $+0,2466
10
MIAMI-DADE COUNTY QUOTE NO.: 6-2015
Item
No.
1
2.
Item
No.
3
4
Item
No.
5
item
No.
6
7
Item
No.
1
PRICE SUBMITTAL PAGE
(2 of 2)
GROUP B, DIESEL
TRANSPORT TRUCK DELIVERIES
Payment NET 45
Estimated Gallons per Vear Differential Per Gallon
(this is not a guaranty) Diesel
Price
470,000 ULS Diesel No.7 (Clearl $+0.0076
1,800,000 ULS Diesel No.2 (Red Dyed) $+0.0076
TANK WAGON TRUCK DELIVERIES
Payment NET 45
Estimated Gallons per Vear
Diesel Differential Per Gallon
(this is not a guaranty) Price
86,000 ULS Diesel No.2 (Clear) $+0.2276
219,000 ULS Diesel No.2 (Red Dyed) $+0.2276
TRANSPORT TRUCK DELIVERIES
Payment NET 15
Estimated Gai,lons per Vear Diesel
Differential Per Gallon
(this is not a guaranty) Price
15,400,000 ULS Diesel No.2 (Clear) $+0.0023
TANI< WAGON TRUCK DELIVERIES
Payment NET 15
Estimated Gallons per Vear Diesel
Differential Per Gallon
(this is not a guaranty) Price
40,000 ULS Diesel No.2 (Clear) . $+0.2223
1,000 ULS Diesel No.2 (Red Dyed) $+0.2.223
GROUP (, DIESEL
Miami Dade Public Housing and Community Development (PHCD)
No County measures or preferences will apply to this group
TAN I< WAGON TRUCK DELIVERIES
Payment NET 45
Estimated Gallons per Vear Oiesel
Differential Per Gallon
(this is not a guaranty) Price
20,000 ULS Diesel No.2 (Red Oyed) $+0.2276
11
~
Mansfield
~I!;·~!
MIAMI-DADE COUNTY QUOTE NO.: 6-2015
CONVIC110N DIsCLOSURE: Pursuanl 10 MI8:ml-pade CounlY Ordinance 94·34. any Individual, corpor~tlon, par1nership, Jolnl venlU~ or .other
I~gal entity having an offtce~, dlr~clor., or ex~cullve who has been conviclad of a felt:~ny during the past ten (1 () veafl~ shall disclose this Information
prior to enter.lng Into a CQnlr~ct with Qrrecelving funding from Ih~ Counly.
o Place-a qheclt mark" here ~nly It bidder has such convictIon 10 disclose 10 comply with this requirement
For the purpose of Ihls certlllcalian, a ~IOCBI busJness u Is ~ business located within I~ limits of Mlqml-
with the Inl~rl9cal Agreement betwf!sn the IWO counties) thai conforms wllh Ihe provisions 01
GorldlUons ar Ihl$ solicitation and conlrlbutes La the eponomic development· of the community in a v·erlftable
nql be limited 10, Ihe retentIon and expansion of employment opportunities ~nd the support and
0. PI$ce a eh~ck mark here onlV·lf affirming bidder meets requirements lor LOCB.I Preferenoe. Failure to complete this certification at this Jime
(by ch.ecklng Ihe box above) shall render the vendor ineligible for Local Preference.
LOCALLY-HEADqUARTERED BUSINESS CERTIFICATION: For Ihe purpose of Ihl~ cerllliqallon, a ~1~ly·headquartered bl!slness~ ls a Local
Business whose. ·prlnclpal p'1~ce· 01 buslne$s~ Is In Mli~fIll-Dade County, as defined In Section 1.10 01 the General Terms and Condliions .af llie
oflglnalsol1cltatlon.
D fllace a check· mark here only·lf affirming bidder meels requirements for Ihe Locally-Headquartered Preference (LHP). FaJlure to c.omplete this
cerl1f1cation 81 this Orne (by checking Ihe box above) may render Ihe vendor Ineligible for the I..HP. Tho address 01 the Locally-headqu£!.rtered Qilles·ls: ______________________________ _
LOCAL CERtiFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISE CERl1FICATIONj A Local Certifled Service-Disabled Veleran
~l,Isln~ss Enlerprise Is a ·,IITI1· Ih~.t Is (a) a loe;al business pursuant 10 Setllo.n 2-8.5 orthe Code 01 Miami-Dade County and (b) prior to bid
submisslqR"Is certified by Ihe S.ItIle of Florida Departmf!nl 01 M~agement Services as a $ervice-disabled vQteran business enterprise pursuanl to
Socllon 295.1-67011)18 RQrld. Statules.
o Place a cheuk mark here only il a1flrmlng bidder Is a Local Certified Service-Disabled Veteran Business Enterprise. A copy of the certlllcatlon
must be &ubmltl~d with this proposal.
SMALUMICRD BUSINESS CONTRACT MEASURES FOR SOLICITATIONS (Bid Preference): For award$; val4a.d over $100.000, a 10% (len
p~rcent) bid preference· shall, apply lor carllfled Micro and see bldc(ers. Micro Business EnJerprlses and Small BusIness EmelpFlses must be
certifIed by Sm~1 Bu.slnes&! Development under Busln~s Affairs, a dJVislo~.af Ih$ Depar·tment of RegUlatory Clnd E.conomic Resou~ces (REA). for
the type ot gQods· BAdiar services the enlerprls& provIdes In accordance whh Ihe appllqable cammodity code(s) for Ihts solicitation. For certification
Informallon, ca.ntact REA el 305-375-CERT (231a). or ~t hllp:Jlwww.miamidade.govlbuslnessJbusln~ss-certlficatlon-prQgrams:asp. The Micro/SBE
or SSE Business EntbTprlse mu~t be certified by bid submiSSion ·deadllne, at contract award and for the -dur.at/on of the oonlract 10 remain eligible
lor the preference.
Is your firm a MiamI-Dade County. Cerlllled Small Business Enterprise? Yes __ _ No X
II yes, please provide your CertllJoalion Number: _______ _
ADpENDA CONFIRMATION:
Addenda Recelvlild: 0 ~o .KJ Yes If yes, please Indicate the number ~f addenda received: _1 __
It Is here~y: cen~led and. afflnned that the bidder shall accept any awards made a~ a result of Ihls qUQlation. Bidder further agrees that p·rlces
quoted will remain Axed for a period 01 sixty· (60) days 1rqm date quolatlon Is dUB. If awarded a purchases order or conlra~l as a ll!Sull of thIs
s.ollollallon, !;Ilddfilr funher agrees thai prtces quoted shall remaIn Ilxed and Ilrm for the lenn of the conlrae!,
~
Failure to complete and s ~nt Is Tn renders your bid/quotation non-responsive and Ineligible for award
Authorized Signature: /, .• r: J Title: Director of Government Pricing
Print/Type Name: David Zarfoss Phone: _0:.;3::./3::,:0::./2::;0""1"'5'--___ _
E-mail: mocbids@ni,ansfieldOil.com Fax: 678-45()-2242
Firm Name: Mansfield Oil Company of Gainesville. InCF.E.I.N. No.: ..i.JL-1..JJlJ~l..JlJ'LJ.l.
Address: 1025 AhpQit Pru:kway CIty: Gainesville State: ~
THE El(£CUTION OF THIS FORM C.ONSnTUTES THE UNEqUIVOCAL OFFER OF BIDDER TO BE BOUND BY THE TERMS OF ITS PROPOSAL.
FAILURE TO SIGN THIS SOLICITATION WHERE INDICATEOABOVE BY AN AUTHORIZI;D REPRESENTATIVE SHALL RENDER THE PROPOSAL NON-
RESPONSIVE. ·'rH~ COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACt:;:EPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT
WHICH UNEQUIVOCALLY BINDS TIlE PROPOSER TO THE TERMS OF JTS OFFER.
12
SUBCONTRACTOR/SUPPLIER LISTING (ITQ 6-2015)
(Miami-Dade County Code Sections 2-8.1, 2-8.8 and 10-34)
Firm Name of Prime Contractor/Respondent Mansfield Oil Company of Gainesville, GA FEIN #--=-58",-~1",09~1:.:3~83=-______ _
Project/Contract Number rnn1nlr.t #',l4~,&ll8
Business Name and
Address of First Tier
Subcontractor!
SUbconsultant
TBD -
Business Name and
Address of First Tier Direct
Supplier
TBD
lXl_M"".1< ,h01!.If"'~ I
(t:.nter me numb; of maIe and femaie (Enter the number of male and
owners by racelethnlctty) female employaes and the numbs
Principal Owner
Principal Owner
nls
Scope of Work to
be Performed by
Subcontractorl
Subconsultant
SupplieslMaterialsi
Services to be
Provided by
Supplier
Gender
I
~i ~I:: s 2.
~ ~ ~HI ~ 0 Ii fj " MI F .!! :I 'iL" 0 .. !i! .... z=,. • E> .. ..
II OWner
(Enter the number of male and famala
M
owners by __ J_&L_I_ .... ~
"
F I!I~ 1 H :!l: iii ! j-!
:r .-"
! .~ II ~ II .;! '1:';(., • .¥
J
gf employees by raceJethnicitrJ
Gender I RacelEthnlc11y_
M /0/ J "I'll =1"" ""/" F ~! IIHH ~
of,
Gender
M I F
and
,d1
Is by raceJethnlcltvl
RacelEthn101ty
1
.2~~.~:i/" ~ Iii 5 "'-a ~a.K .I .c "a.'lisDl o ~ iii ~ jl!Zl cc
r OrHme to ::;;mall I:! a~d .!fill be.pr~deCI at a later date. This I
HesoUrces uepanment at bfta:llnew.ln(amldade:.aov/bu.iness'-b_UJlin~J;Ii,
in this Subcontractor/Supplier listing are to the best a/my knowledge trUe and accurate.
David Zarfoss Director of Government Pricing
PnnlName PrinlTn~
13
03/3012015
Date SUB 100 Rev. 6/12
---'-... , ......... --'------.. '------,,---........ ~.~ .... ~'" ........ -...... ~.,,~,., .. ,.""'"" ........ -,~,-.,,---,--.,,~.~.~~., .. ~~~_.,~ __ .·w."' .. _· __ ~ ... .._~ __ ·_,-.,_,_"~.""' ... "'~, ____ .• __ ~,_"-.. -_"_~ .......... ~ •. ____ ~~~.""'" ................ " ... ~~~~.~H_.
~
Mansfield
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 at locations after a hurricane
has passed, while workiog. with regulatory authorities and tmder any executive order that has
been issued. For planning purposes, the following assumptions must be made:
o 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 eveJ.·y major supplier.
If providers have to travel lion-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.
o Providers are able to reposition drivers and equipment in a timely manner in the
aftelmath 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.
11_ Procedure
Currently, Mansfield uses a number of resources to monitor the progress of tropical st01ms
throughout the season. As Mansfield monitors stanD. activity the following statuses will be used
by our operational staff to prepare for hurricane related issues:
• Status green-no imminent threats present; normal operations.
• Status orange-threats of storms or presence of stOfms indicated with eJ!:pected landfall
5-7 days out.
• Status red-stOI'lll expected to make landfall witbin.3 days Of 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 of the event, the following
procedures will be used during status orange and status red scenarios:
Bulk Locations
• Mansfield works' with all bulk sites in the projected strike region. Mansfield will either
look at inventory readings or call sites in the area to schedule loads before the storm
arrives to top site tanks off.
o Top-off deliveries will consist of short loads and full loads. It is better to pay for a short
load of 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 for some reason loads cannot be delivered before the storm
i
I
I
I
~
i ,
I
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.
• Sites will remain on same delivery schedule.
• Three days before the storm makes landfall, Mansfield would request a conference call
with corporate and sites that are in the proj ected strike area Conference calls will be
used to contino 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
begin post storm plauning. .
• Other contracted mobile refuelers that might be moving equipment into the region-
Mansfield will use the infonnation from the conference call to try and get service
commitments before the storm strikes. In some cases, Mansfield will ask corporate if it
wishes to purchase capacity tIDderstanding it will have a cost even if it goes unused.
• After the storm has passed, Mansfield will attempt to contact appropriate personnel at
sites to ascertain fueling needs.
• If a Mansfield contracted mobile provider cannot service these locations, Mansfield will
uy to reach out to 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 of the plan to deal with the stOlID. 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 needing to be refueled.
• Review and distribute all intelnal emergency contact information. This list should
include local and corporate contact information. Where possible, this list should also
include individual cell numbers oflocal operations personnel for use when land lines are
unavailable. A list of Mansfield personnel and their contact information is listed on the
last page of this document.
• Prior to hurricane season, we recommend that all sites in hurricane areas should purchase
water tight seal caps for all tanks.
IV. Hurricane Action Timclines
Below are the suggested action timelines:
•
I ; ,
t
i
!
I .,
1
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.
72 Hours Prior to Expected Landfall-Status Red
Mansfield to update Corporate of anticipated landfall location.
Mansfield will monitor sites on Inventory Management and schedule deliveries 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 tor any loads needed prior to hurricane.
Conference call with Mansfield, Corporate, and sites in the anticipated affected region to discuss
operational details.
48 Hours Prior to Expected Landfall-Status Red
Mansfield to update Corporate 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 so that their bulk tanks
are full after the storm has passed.
Mansfield will coordinate with Corporate and individual sites to establish priority lis~ of sites for
receiving deliveries after hurricane mal(es landfall.
24 Hours Prior to Expected Landfall-Status Red
Mansfield to update Corporate of anticipated landfaIllocation.
Terminals in affected region will begin to shut down. Carriers may begin to move assets out of
project hurricane path.
Final deliveries will be made to sites as conditions permit and if possible given terminal and
caIner storm preparation / evacuation plans.
Sites should place water-tight caps on product fill pipes to reduce chan<',e of water entering tanks.
12 Hours Prior to Expected Landfall-Status Red
Most terminals in region will likely be shut down and carriers will begin to pull equipment off
road as safety precautions.
Deliveries will most likely not be possible until after hurricane has passed.
o Hour -Landfall-Status Red
No delivery activity
Mansfield will be in contact with carriers and terminals in effected area to evaluate damage and
time until assets are back 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
the priority list for first deliveries. .
Mansfield will notify Corporate of the operational status of terminals and carriers in the affected
region, any anticipated disruptions to deliveries, and anticipated time lines until supply &
deliveries will return to nonnal.
Mansfield will attempt to make contact with sites in affected area in order to assess operational
status'and fuel delivery needs.
Mansfield will schedule deliveries to highest priority sites. Deliveries may be scheduled from
non-traditional origins if terminals/carriers in region are not operable.
24 Hours after Landfall-Status Red
Mansfield will notifY COlporate of the operational status ofterrninals 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 if there 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 COlpomte on a conference call as to the operational status oftenninals and
carriers in the affected region, any anticipated (jisruptions to deliveries, and anticipated time lines
until supply and deliveries will return to normal.
Mansfield will notify Corporate of any 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 priOlity list if disruptions to supply remain
significant in the 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 if there are issues prohibiting delivery to any
locations. .
72 Hours after Landfall-Status Red
Mansfield will update Corporate on a conference call as to the opemtional status of terminals and
carriers in the affected region and if disruptions to deliveries in the area continue.
Sites should continue to place 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 Corporate 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 facilitaie the fueling of locations during disaster
times ..
96 Hours + After Landfall-Status Orange
Mansfield will update Corporate of overall status of operations and delivery options in affected
areas.
Mansfield will co-ordinate with Corporate 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.
I
I
VI. Terminal Access: Each pushpin represents a terminal. At any of these terminals, Mansfield has access to between one and four
1 ; • '--.~", .. K
j . '.-....
. ······i" .... i ......... _ J,WICntt~, : '1llts6ingffeld ; ...... :.: ......... ~-........ ·:f·.,· ...... !f"'l~1I N I
i-UbbOCk
.. -,-~--------.-.--,--..,...,.""-" .. ---~---.-------.-" .................. --~-~--'~ ..... --,."."'.~--............. ~''''.-.. -~ .. ~ ... -."---... -......... .,..,-,~,-~--.. ---""""-.-..... <.-.-~-~~---".---.-----.. ~-.-.-.-..... -------.-
'l'hll.l 'rorm.inoll1ng Agreement ("AgtcmB11lh)1 mllde the 22nd dilly of N01/entbcl'
2013. by ol1d bel.wO." MOIl •• Botorp,I ••• LtC, • DoIIIw",.U,nltcd lIabllily oompany havlng.n
offieo at 1000 Main Stre'et. )'..evel 12, BoX. 4604, Houstoll, T" 77210. hD.l'cinUiter to be re10rred lu
as "Coillpan)l,"'alld Mml$fic>.ld Oil Co.mpRll)' ofGaillervllle Ino. a Oeorgla O"orpPr~1ion bavlng an
om .. nt 1025 Airport hrkwlly SW. OQI .... III.; OA 30l01, hel1,inilfio, 1<> b. rof",,.d to .s
"Cu~tomeJ','~ COVOI'S WrminaUng ofUlc Ill'oducts de,scrlbed bBlow undic:r1he: fbJtowlnlJ torms pnd
cOlldltiollS, el'foctivc jllI' ofDooOmbor 1, 2013(,'Bffcotlva Pate"), Company and C\lstomer may bD
re~d to individually as 1"41111,)'11 Or collQ,QUvcl;y Bioi "PsrtieRIi herch).
A) FACD,lTmS ANll CUSTOMIIR LOCATION!
CgnwRny Facility/los) elFactJitylJes)II)~
Ad."."
Ol~
tillmnflny PntliIiLy'GW {UFacj)jtylies)"l:
~:
PortEv.,glad •• So.1b Terml.al
1200 SB.28~ Str",
Pl. Lowlord.l .. FL333t6
POrt Evorgl.~" &,/ ",erminRI
1500 SB 26· Sb~.t
..• ______ ._.....)!l..L.wil\l:d.I ... lL.:m.l6 •...• _ .. _ .•• ~
CustomerN8lne:
~:
I. .3.tm.9lll!
M.n.llcld 011 C~mp.nY ofOaln.ivJlle bl.
t 015 Airport Plltkw~~ S W
Gaill~,,"II •• Cl!..3050J
Item 1
Item 1
ba,ed on the IIOItlemOllt prioo fur "BOI~\C on d,. OPIS plu, plpolloo tal'lff .<\ju,ted fbr
qu.IIIY dllforclIco with dl. po.!<ld II1'lC. ou tbolel'm/n.do. day oflhl. Aplllelll or IrdICl
dOlo faI/. on • holldoy n", •• ,1 poolod VIi ...
Ifw, .. , /. l'Clnnd III 11111«.) .nd it is deI ... ni"'" to h."" boM introduced Ulrough Customer'.
Produet, Cl.19to1l1et.' agreuR to rcfmburao compft.n)t tbr tLOlunl oo;t. of remOVei8'\" dlspoJal of
wnl\ll' pl., , 15 I>orcent IKlmbll,traflv. fcc, unl ... lUoil ...... In I1InI< _ .... ed by
Con'P6ny ls lbllnro 10 usc r_nnabl~ care in TOtIOiv!ng, bandUoa. storing and/or malntahdng
Ule V,.IUU .. ,
H) NOTlCI~ ADDIUlllSEl!:
Cummer' Man,field 011 compony of Gofncsvlllolllo
1025 Alrport Pammy. SW
Oal .... nl .. OA 3050i
Alln: Andy Millon
~, MOllvalloo:rprl ... LLC
1000 Moln. Lov.112
lioulton. TX 77002
AIIn: COntr.el!! & NoB"flOIlon. Mar
I) ,OPElUl'rONJIL CON'fACl'S:
____ , ... ---I!nn~ . Leo MDlI!lI!L--ill·S2S·S,~17~7~_
!.Iud. K.cnnody ?13·230·4085
c ... , =omI
Comlnerciatl Mal'
Am Op",.Uons Mgt:
Sohedul.r.
J) OTllEll PROVISIONS.
s .. ~ PlUing 713·241.2102
01 .... SI,;,o" .713·230-40G7
Tho Additional Tenn. •• nd Conditions BItIIoh.d hereto e. Exhibit A i •• part of till.
Agroomont, All refercm .. herein to tho ... I ...... nl oh.llin.lud. the Addltianal Te,. •• ond
COndition ••
&,.utod ~11 • .u:. day ot po,-"
MO'l"lVA ENTERPIUSE LLC
•
I
I
t
i I
I
I
i
I
! , ,
I
I
1 ,
1
I
I
I ,
1
i ,
i ,
I
I • ,
I
I
i
I ,
!
!
I ,
i
j
i
i
I
I
I ,
I
April 24, 2015
Miami-Dade County
Attn: Jesus Lee
Procurement Contracting Officer 2
Internal Services Department III NW 1" Street, 13 tlt Floor
Miami, FL 33128
Dear Mr. Lee:
Below is the National Account Manager contact for verification of our allocation at the Port Everglades
terminal. We currently have rack allocation with numerous suppliers and our supply contract with BP is
attached.
BP
Kevin McCaffrey
National Account Manager
Cell: 813-728-1932
Should you have any questions, feel free to contact Becky Nix at 1-800-255-6699 Ext: 2169 or e-mail
bnix@mansfieldoiI.com
Best Regards,
Becky Nix
Contract Coordinator
Mansfield Oil Company
1025 Alrport Parkway. S#' Gainesville, OA 30501-9833' la.676.450.2242. 600.695.6626' www.man.fieldoll.coM
j
ContraetSlartDate:
CI:qIlra(:t Ead,o.e:
Gen~ TemiS ~ CCliufJtfons EffectIVe Date:
~~~,._, ... JO!,2.ql:~, ::'1" '~~'7;~~~,:;.~
\ {"
tl ,VI'-
"7""
Item 2
BP Products Horth .America. Inc.
Scbedtlle A -Proposal
CUstomer.~~: Mansfield 011 company of Galns¥ifle Inc.
Proposal Elcplr.Jlian Dille 11130115
-1. Total Adder fs befllreall eppl\c:8ble fedmll. SI8Ie:arld 1oeII1axeII.and f8e$,
2. The IaIDaITena. orthlli agreemad sbaU bator «ICt {'I),year
3. PIfoe addeIs may inctaeA ordecreuse buRd' ItpDn chmge:$1n applicable pipellnei8l'ilfs
,,' .--
April 24, 2015
Miami-Dade COWlty
Attn: Jesus Lee
Procurement Contracting Officer 2
Internal Services Department III NW I" Street, 13'h Floor
Miami, FL 33128
Dear Mr. Lee:
Below is 1he Account Manager contact for verification of our allocation at 1he Tampa terminal.
We currently have rack allocation with numel'Ous suppliers and our supply contract, for Tampa terminal,
with ExxonMobil is attached.
ExxonMobii Fuels & Lubricants
Erin Golden
Sales Account Manager-Wholesale Fuels
Office: 832-625-8417
Cell: 703-350-5816
1M: eringolden_xom
Should you have any questions, feel free to contaot Becky Nix at 1-800-255-6699 Ext: 2169 or e-mail
bnix@mansfieldoil.com
Best Regards,
Becky Nix
Contract Coordinator
Mansfield Oil Company
1025 Airport Partway. SW • Gainesville. GA 30501-9833· fax 678.450.22.42· 800.695.6626' www.mansfieldoil.com
I
\
J
I
Item] I
I
J
I
Er(QtlillV ffom: Apr 1 2015 El!(onMobU n".,. Ar,/1I;I'lilfg
Mllr 31 ZOlS 00:04
I
I
I
I
!
i ,
I ,
I
f
I
i
I
!
! • , , ,-I ! ,
I ,
I
I
I
I
j-I , I
,-I ,-
I • ,
!
I
:., I
I
I
,
I
I
I
I
April 24, 2015
Miami-Dade County
Attn: Jesus Lee
Procurement Coutractlng Officer 2
Internal Services Department III NW I" Street, 13 th Floor
Miami, FL 33128
Dear Mr. Lee:
Below is the Terminal Manager contact for verification of Jacksonville and Montgomery, AL for diesel
allocation and Tampa for gasoline and diesel allocation at the Jacksonville terminal. We currently have
rack allocation with numerous suppliers and our throughput agreement with Buckeye Partners, L.P. is
atlacJled.
Buckeye Partners,.L.P.
Chris Clay
Manager, Terminal Marketing
Office: 610-904-4783
Cell: 918-691-1773
Email: cclaV@buckeye.com
1M: chrisjclay
Should you have any questions, feel free to contact Becky Ni~ at 1-800-255-6699 E~t: 2169 or e-mail
blli~@manstieldoil.com
Best Regards,
Becky Nix
Contract Coordinator
Mansfield Oil Company
1025 Airport Parkway, SW. Gainesville. GA 30501·9833· fax 678.450.2242· 800.695.6626. \WiW.mansfieidoll.com
t
I
i
i ,
I
!
I
•
• • •
Item 4
SEVENTEENTH AMENDMENT 1'0 THROUGHPUT AGREEMENT
, This AMENDMENT is made &9 oflhls I" day of August. 2014. by and betWeen Buckeye
Tennmal •• LLC ("Buckeye") and Mansfield Oil Company of ClllillesviJIe. Inc. ("Cllstomer"),
WHEREAS. Buckeye and Customer entered into all Agreement, dated February I, 20 I 0
(as amended from tinle to tin,e, the "Agreement'~. pursuant to which Buckeye agreed to provide
certain terminal ling services to Customer; and
WHEREAS, Buckeye and Customet' eacb desh" to further amend the Agreement on til'
terms alld conditioll" set forU, in this Amendtnent,
NOW, THEREFORE. in considetatiol1 of Ibe pt'emlses and the mutual covenants
contained in the Agreement and bereln. and other good and willable consideration the receipl
and adequacy of which are bereby acknowledged, the parlies hereto agree as follows:
I, Modificatlolls. In accol'dancc with Section 29 of the Agreemellt tlU> following is
effective as of Augost 1. 2014;
(a) Appendix A to the Agreelnont is hereby deleted in Its entirety and Appendix A
hereto shall b. substiluted therefOl',
(b) Appendix n to the Agreement is hereby deleted in itT! enlirety and Appendix B
hereto shall be substituted therefor.
(0) Appendix C to the Agreemet't Is hereby deleted In its entirety and Appendix C
hereto shall be substituted therefot'.
2, Ratification: No Waiver, Except as expressly modified hereby. the Agreement
and all documellls. instruments, and agreements rel.ted therelo are het'eby ratified and confil1ned
in all respects and sboll continue in filII force and effect. The exeoution, delivery. and
effectiveness of this AlIle1,dment shan not operaTl> as a waiver of any right, power, or remedy of
either parly hereto undm' the Agreement, nor constitute a waiver of any provision of the
Agl'eCnlenL The Agreement shall. together with this Amendment, ~ read and consllUed as a
single l1l!feentenL All references in the Agr<letllent and any relaled documellts, instnlll1ents. and
agreements shall hereafter refer 10 tlU> Agreement as modified lU>reby,
3, Authorlly. Each pllty hereto rept'esents and WBtranls that Ille execution and
delivery by su.h pftr~y of this Amendmellt lind the performance by such parly of all of its
al!1'CCments and obligations WIder the Agt'Cetnent as modified hereby afe within the
organizationalautho1'lty of such pmy and have been duly authorized by all necessaty
organi~UonaJ action on the part of such patty. .
4, CounlerParts; Bffect!Y!'lless. This Agreement may be executed It, one or more
CQunterparts (including by Rleans ofteleeopied slgnnture page or as a PDF or similar attaChment
to an el •• worue communication), all ofwhieh shall be considered one and the sam. allreemenl,
apd shall become eff-ecUve when one or more counterpatts have been signed by each of the
Parties and delivered to the olher Pmi ...
CI597
,.
1
i
i. ,.
r
!
i·
I
i
I
I
j
I
I
}
I
I
~
J
l
I ,
1
I
• •
Item 4
IN WITNESS WHBROOF, Buckeye and Customer have duly executed this Amendment
as of the day and year first set forth above.
MANSFIELD OIL COMPANY OF GAINSVILLE, INC.
BY' /JJ,./#,--,------_ N.~e:~~r
Title; S "\'1'\1 J"M"~ ....
BUCKEYE TERMINALS, LLC
BY:
Name:
Title:
C#597
I
I
!
I
I
•
Item 4
Al'PENJ)lX A
TERMINALS
Terminal Addl'css Control Number
Argo 8600 West 71 st Street T-36-IL-3J 15 Bedford 1'al'l<, IL 60501
-
Baltimore 6200 Pennington Avenue T-52-MD-15S0 Baltimore, MD 21226 -'
Belton Hwy 20 North , T-S7-SC-20S1
. Belton, SC 29627
Bl'ewel~on Cn~nty l~oute 37 West ruve .. Road T-16-NY-1456 Brewerton, NY 13029
Buffalo 62S Elk Street T-I6-NY-14S8 Buffalo, NY 14210
Canton 807 Haltford SoutbeSllt T-34-0R-3143 Canton, OR 44707
Charleston 5150 Virginia Avenue T-S7-SC-2064 North Charleston, SC 29405 --
Cbesapeake 4030 Buell 81reel T-54-VA-16S0 Chesapeake, VA 23324
400 E Cnlumbus Dr. , E8lIt Chicago, IN T-3S-IN-322S 46312 T-3S-IN-3228 Chicago Complex 2400 Michigan St., Hammond, IN 46320 NlA 45 Division SL, Sh .. "ville, IN 46375 N/A 32550 S. Egyptian Trail, Peotone,lL 60468
Columbus South 303 NOith Wilson Road T-31-0R·3105 Cnlumbus, Oli 43204
Cuyahoga 4850 E 49th Street T-34-0H-3144 Coyahoga Hts., OH 44125 '--
DetroIt 700 South D.acoD T-38-MI-302S Deo'Oi!, MI 48217 ._-
9601 Colonial Avenue T-S4-VA-1659 Fairfax Fairfax, VA 22031
Clt597
• •
Item 4
-
TCI·'mlnal Address Control N,lmbur
_.
Ferrysbul'g 17806 North Shore Drive T·38-MI.3013 Ferrysbul'!l, MI 49409
Granville 9101 Nortjll07th Street T·39·WI~3062 Milwaukee, WI 53224
• . ' 'lJiitlclOlIliille •• "¢ 2CinZo9 Pl!l'k",a), . T·59·FL-2102 . -.... ,-,; ~kSiln\lme;pt 3222.5-
••
-
Lima South 1500 WestBuokeye Road T -34-0H-3158 Lima,OH 45804
MaClnlgie 5198 Buckeye Road T·23-PA·1700 Emmaus, P A 18049 .-
5285 Shipper Road, Macungie, PA 18062 T-23·JlA·1702 Macungie BBS S 117 Shipper Road. Macungie, P A 18062 T·23.PA.1704
M.lvern 8 South Malin Road T-23-PA-1718 Malvetn, FA 19355
Marshall 12451 Old U.S. 27 South T-38-MI-3043 M8I'ShaU, MI 49068
Montgomery· Hwy31 North T·63.AL-2304 MOlItgomery, AL 36108 ••• ***
Niles 2303 South Third Street
Niles, MI 49120 T·38·MI·3028 I. ,
.
North Augusta 221 Sweetwater Rd, T '57 ·Se·lOGI North Augusta, se 29841 f--.
3230 N. Raceway Road Raceway T·35-IN·3226 Indianapolis, IN 46234
Rochester North 754arooks Ave. T·16·NY·14G8 RoChester, NY 14624-0587
Rocheslel'South 675 Brooks Ave. T·16·NY·1412 Rochester, NY 14619
Rockford IS]I South Meridian Road T·36·jL·3306 Rockford, IL 61102
C#597
•
"":"','," '!B!II1'WA€liJiokey'B@Ufe,.al!d',,·
Tampa, 'PL :!360,S
I-'----~--~'
Woodbaven 20155 WeStRoM
, Woodhaveo. MJ48183
Item 4
COlltrol Numb.,'
T-38-M1-3024
CI1597
From:
Sent:
To:
Cc:
Subject:
Attachments:
Jesus,
David Zarfoss <DZarfoss@mansfieldoil.com>
Wednesday, May 13, 2015 2:32 PM
Lee, Jesus (IS D); Ford, Phillip (ISD)
Matthew Pitts; Clerk of the Board (Coq
Pricing pages
150513121911_0001.pdf
Please find attached revised pricing pages for Mansfield Oil Company for your 2015 fuel bid. If you have any questions
about these figures please don't hesitate to give me a call.
Thank you for your consideration.
David Zarioss
Director of Govt Pricing
Mansfield Oil Company
678-450-2107
1
MIAMI·DADE COUNTY QUOTE NO.: 6·2015
Item
No.
1
2
3
Item
No.
4
5
PRiCE SUBMITTAL PAGE
(1 of 2)
. GROUP A, GASOLINE
TRANSPORT TRUCK DELIVERIES
Payment NET 45
Estimated Galions per Vear Gasoline Differential Per Gallon (this is .not a guaranty)
5,000 E10 Gasoline, Regular $-0.0057
45,000 E10 Gasoline, Mid·Grade $-0.0396
17,250 E10 Gasoline, Premium $-0.0796
TANK WAGON TRUCK DELIVERIES
Payment NET 45
Estimated Galions per Vear
(this is not a guaranty)
Gasoline Differential Per Gallon
65,000 E10 Gasoline, Regular $+0.1215
135,000 ElO Gasoline, Mid-Grade $+0.1215
6 51,.1 50 . E10 Premium +0.1215 --c-. .
' .. ' L .. C. ..':·: ..• '}':!:i,v:vr~,/:i!tf;!.f?;]:~t5;!\~\!;, .. · ... ··;,,:·i: ..... .: ............ ':," , .• ;i···.i~·,:·, .'. :~{r -' .;;:.:"
I· •. ·· .. ,; .... ~:.··i,· ..• -.:,::, ..
-:".:.~. ," '.,:--,',:.
TRANSPORT TRUCK DELIVERIES
Payment NET 15
Item Estimated Gallons per Vear Gasoline Differential Per Gallon
No. (this is not a guaranty)
7 7,500,000 E10 Gasoline, Regular $-0.0109
TANK WAGON TRUCK DELIVERIES
Payment NET 15
Item Estimated Gallons per Vear Gasoline Differential PerGalion
No. (this is not a guaranty)
8 200,000 El0 Gasoline, Regular $+0.1162
MIAMI-DADE COUNTY QUOTE NO.: 6-2015
PRICE SUBMiTTAL PAGE
(2 of 2)
GR.OUP B, DIESEL
TRANSPORT TRUCK DELIVERIES
Payment NET 45
Item Estimated Gallons per Year Differential Per Gallon
No. (this is not a guaranty) Diesel Price
1 470,000 ULS Diesel No.2 (Clear) $+0.0076
2 1,800,000 ULS Diesel No.2 (Red Dyed) $+0.0076
TANK WAGON TRUCK DELIVERIES
Payment NET 45
Item Estimated Gallons per Year Diesel
Differential Per Gallon
No. (this is not a guaranty) Price
3 86,000 ULS Diesel No.2 (Clear) $ +0.1215
4 219,000 ULS Diesel No.2 (Red Dyed) $+0.1215
5',:/'\\';':""»' .' ..;:.: .......•• ' ... '\;" .. : .
••••
',}!. ":: .. '. .,".;. ':, ',.> .... ..... ' .. '.:..' ' .... .• >.c.··
TRANSPORT TRUCK DELIVERIES
Payment NET 15
Item Estimated Gallons per Year Diesel
Differential Per Gallon
No. (this is not a guaranty) Price
5 15,400,000 ULS Diesel No.2 (Clear) $+0.0023
TANK WAGON TRUCK DELIVERIES
Payment NET 15
Item Estimated Gallons per Year Differential Per Gallon
No. (this Is not a guaranty) Diesel Price
6 40,000 ULS Diesel No.2 (Clear) $+0.1162
7 1,000 ULS Diesel No.2 (Red Dyed) $ +0.1162
GROUP (, DIESEL
Miami Dade Public Housing and Community Development (PHCD)
Item
No.
1
No County measures or preferences will apply to this group
TANK WAGON TRUCK DELIVERIES
Payment NET 45
Estimated Gallons per Year
(this is not a guaranty) Diesel
20,000 ULS Diesel No.2 (Red Dyed)
Differential Per Galion
Price
$+0.2276
Mansfield Oil Co.
1025 Airport Parkway
Gainesville, GA 30501
Mansfield
Clerk of the Board
Stephen P. Clark Center
III NW I st Street
17th Floor, Suite 202
Miami, FL 33128-1983
Mr. Jesus Lee:
May 19, 2015
Below please find our action plan to be implemented as soon as an award recommendation is
made by Miami-Dade County. Every effOlt will be made to perform site visits by transportation
partners and establish relationships before the June I commencement, as well as conversations
from here with site operators and administrative folks to establish those communication paths as
well.
1. Potential Carriers -Mansfield is finalizing the transportation logistics with 3 FTL carriers:
Florida Rock and Tank Lines (FLRT), Penn Tank Lines (Penn), 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 21 st. 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 by BV Oil
g) Tank wagon loads for gasoline to the various other smaller departments will be
handled by BV Oil
2. Driver list -We understand that both the Water and Transit divisions, at a minimum, have
security requirements. All calTiers are currently submitting driver names and the final lists will be
provided to you by May 22"d 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. CRITier agreements -Mansfield is drafting service agreements with each carrier. The
letter will explain the sites being awarded to each cRITier partner and the service expectation
1025 Airport Parkway, SW· Gainesville, GA 30501' 1.800.255.6699' fax 678.450.2242' www.mansfieldoil.com
Mansfield
SolutionS. Fueled by [xpf;';ic l1'':',':!
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 ow' freight and supply performance and determine if any
additional savings can be passed on the 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 I st.
Director of Government Pricing
1025 Airport Parkway, SW· Gainesville, GA 30501 . 1.800.255.6699' fax678.450.2242· www.mansfieldoil.com
••
i ..
Page 1 of 1
,-_.
MIAMf. • .oE
[«.WUil
Internal Services Department
Procurement Management Division
Addenduni 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 part of the above·mentioned solicitation.
A. The following are requests for clarification andlor question. and the corresponding response.
1. .Can one vendor win transport and one vendor win tankwagon?
Response: No. Award will be made in the aggregate on a group by group basis to the lowest
priced responsive. responsible Bidder.
All terms, covenants and conditions of the subject solicitation shall apply, except
to the extent herein amended. .
,9.-.t!u
Procurement Contracting Officer 2
CC: (Ierk of the Board
@ ."
~ ~
r .• :i<i,
cot .:r c:~ e M <5 z:)=
I.I;J s: 5fi
Z "':0
;-\,;jO
I.!... N !::.(.)~
I ::pw b <.>'" ::s:: 13:: ird.
"'" -0
0':: :z:: u.
u..1 I .... ~S;
...J a !::.:(.
.!.l.I= w c--.. ':'J..&:~
"
l
CLEHK Of I'HI: iRMRv
Internal Services Departme~QI~ MAR 20 AM 8: 37
Procurement Management DiJ{i§~!\i;laCil!T " COUNTY CT 3
j'flM'Il-0AfJE·GOiJriTY. fLl\.
I:t"i
Addendum No, 2 ".
TO: All Pool Bidders
INVITATION TO QUOTE NO.: 6-2015
TITLE: lTQ, Gasoline and Diesel Fuel
This Addendum becomes part of the above-mentioned solicitation.
A. Revision to the Solicitation.
DATE: March 19, 20i5
1. The due date of sealed bids has changed·from April I", 2015 at 2:00PM to April 6".2015 at
2:00PM. All else remains the same. Bidders are reminded that quotes will NOT be accepted by
e-mail, telephone, or facsimile.
2. Change the Fuel Tax Rates table on Page 4 as follows. Under the Gasoline cotumn and row titled
Motor Fuel-On/Off the Road (State), change the tax rate from 0.173 to 0.174, The table
represents the latest tax rate Information. Therefore, the informalion is subject to· change wring
the term of this Invltatlon to Quote (ITQ).
B. The iollowing are requests for clarilieation andlor question, and the corresponding response,
1. Request lor two (2) invoices per month 01 County's current contract delivered by your. current
vendor(s) and corresponding bill 01 ladings of each gasotine and diesel luel. These invoices
could be just from one or two of the locations with the largest usage.
Response; The County operates a large number 01 various types luel sites managed by
numerous departments. The two County departments with the largest consumption of fuel are the
Internal Services Department I Reet Management Division (ISD/FM), which is the largest
consumer 01 gasoline and second largest consumer of diesel, and Miami-Dade Transit (MD1),
which is the largest consumer 01 diesel. Responses to questions 2, 3, and 4 are also based on
these two departments' consumption. Please see copies 01 Invoices attached to the same e-mail
containing this Addendum. .
2. Please provide us with recently used Invoices off of the current contract with their corresponding
. BOl's lor each type of luel and each type 01 delivery?
Response: Please see response to question number I.
3. Is there an average order size lor each type of delivery (Transport and Tank Wagon)?
Response:
ISD/FM -the average order size Is 7,500 ganons lor 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 (Diesel and Unleaded)
4. Approximately how many orders a year are split loads to two separate facilities?
Response: On average, ISO has about 20 spltt orders a year. This occurs when a transport
delivery Is requested but the site Is 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
going to the three garages. None for diesel.
5. Just to confinn, all taxes and fees in the table on pg. 4 of the solicitation will be listed as separate
line items on invoices and don't need to be added into our differential?
Response: Yes, as applicable to each fuel.
6. Looking for a tabulation sheet from last year's bid.
Response: Please see referenced Tally Sheet attached to the same e-mail containing this
Addendum.
7. Please provide monthly usage report broken down by month for the last 12 months?
Response: Below are the total numbers of gallons delivered to all County departments per fuel
type during the previous t2 months. Usage numbers should correlate 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
Apr-14 1,350,433.00 Apr-14
May-14 1,574,509.00 May-14
Jun-14 l,340,640.00 Jun-14
Jul-14 1,519,624.00 Jul-14
Aug-14 1,415,799.90 Aug-14
Sep-14 1,497 p49.00 Sep-14
Oct-14 1,521,151.00 Oct-14
Nov-14 1,271,409.00 No~-14
Oec-14 1,374,579.70 Oec-l4
Jan-iS 1,384,765.00 Jan-1S
Fel>-15 1,223,501.00 Feb-15
8.' Have any addenda other than #1 bee~ released?
Response: No.
9. When Is the anticipated award date?
Response: Approximately 1 -2 weeks before May f".
1 O. When is the first board meeting after the bid opening?
628,957.00
590,691.00
688,127.00
607,122.00
662,743.00
636,693.30
630,222.00
643,522.00
533,262.00
616,228.10
596,395.00
526,311.00
Response: Award of the relerenced Invitation to Quote (ITQ) does not require board approval.
1-1. Will a decision be made at the board meeting or sometime befOre then?
Response: See response to question number 9 and 10.
12. Can the County accept up to 5"/p bio in your diesel fuel?
Response: Yes, as long as it's Ultra Low Su~ur Diesel.
13. What Is the percent preference given to a local bidder?
Response: Please follow link below to the LOCAL PREFERENCE Paragraph 1.10 (C) of the
general ~erms and condition. The link Is also found in Section t, Paragraph 1 of the ITQ.
hnpt/www.mlamldaej8 qQy/proClJrement/librarv/bojlerp!ate!generaHerms-and-condftioos-r14-3 pdf.
2
I" I I I
I
I
L __ .... -----
14. D09s 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. Is the public invited to attend the bid opening? If SQ, what information will b. read aloud at the
opening? .
Response: A public opening is not scheduled.
16. How soon alter the 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?· Piease indicate which clauses would be acceptable and which clauses would be cause
for rejection.·
Response: The County will not consider an alternate firm fixed price.
All terms, covenants and conditions of the subject solicltatl9" shall apply, except
to the extent herein amended .
.f?e.-'&'
Procurement Contracting Officer
CC: Clerk ofthe Boand
3
I I
I
I
I
26SE I SUNDAY, JUNE 28, 2D1S SE
CITY OF SOUTH MIAMI
COURTESY NOTICE
• CALENDAR, FROM 18SE
MiamiHerald.com MIAMI HERALD
---
NEIGHBORS CALENDAR
Pousette-Dart; George Segal, and
others, JUne 2812 p.m.-4 p,m.: June
30-July 2. July 410 a.m.-4 p,m" July
512 p.m.-4 p.m. Included in admis-
sion UniverSity of Miami -Lowe Art
Museum 1301 Stanford Dr" Coral
Gables,
312 p.m.-6 p.m.; July 4 TI am-S p.m.;
July S12 p.m.-5 p.m. Included in
admiSSion Coral Gables Museum 28S
Aragon Ave., Coral Gables.
NOTICE IS HEREBY given that the City Commission of the City ufSouth Miami, Florida will conduct
Public Hearing(s) at its regular City COllUmssion meeting ~cheduled forThesday. .luhe 7 2015 beginning
at 7:00 p.m., in the City Commission Chambers, 6130 Sunset Drive, to oonsidr.,'T the following iWm(s):
any of the aforementioned locatiOnS.
June 28-June 30 Free Boys and Girls
Club of Palm Beach COUnty 800
Northpoint Pkwy .. West Palm Beach.
A Collector's legacy: Highlights
from the Francien C. Ruwitch and
the Ruwitch Family Collections
Francien "Fran" Ruwltch was known
for her energy, her panache, and her
love of art. She enjoyed a stellar
reputation as one of Miami's most
committed connoisseurs who, over
the course of several decades, built a
remarkable collection of contempo-
r<lry art. Though he did not share his
wife's consuming interest in art,
Fran's loving husband, Lee (one of
Miami's most successful media
pioneers), encouraged her to pursue
her interests with vigor. Equally
instrumental was Fran's good friend
and mentor. Martin Z. Margulies, who
built a world-class collection of his
own (now held at The Margulies
Collection at the Warehouse in
Mlami's Wynwood Arts Dlstnct) in
tandem With Fran's more domes-
tically-scaled holdings. The Francien
C. Ruwitch and the Ruwitch Family
CollectiOnS comprise a rich, in-
tergenerational assortment of art in
all media, including works by Olafur
Eitasson, Walker Evans. Peter Halley,
Dorothea Lange. Jonathan Lasker,
Helen levitt, Manuel Neri, Tony
Oursler, Maurizio Pellegrin, Richard
Coral Gables Sisler Cities: Partners
In Peace Presented in the Perrin
International Reception Hall. Coral
Gables' "Sister Cities: Partner In
Peace" is an exhibition dedicated to
the sister cities movement launched
by President Dwight 0, Eisenhower
in 19S6 in honor of the beloved sister
cities: Aix-en-Provence, Fr<lnce;
Cartagena, Colombia; Granada,
Spain; La Antigua. Guatemala; and
Pavia, Italy. Visitors are inVited to
learn about the history of thiS
international peace program and
uncover the connections between
Coral Gables and her sister cities.
Images and text tell the story of a
nation in a Cold War environment, in
which PreSident Eisenhower used
extensive wartime experience and
leadership abilities to rally the public
and reach out to citizens of other
nations, in an effort to promote
cultural understanding and world
peace. Each of the five sister cities is
represented through photographs,
objects, explanatory text, Videos,
books, maps, and other media, A
research library will be available for
those visitors interested in learning
more about a particular sister city.
June 2812 p.m.-5 p.m.; JUne 3D-July
Creating the Dream: George E.
Merrick and HIs VIsIon for Coral
Gables This an exhibition about
Coral Gables' founder and developer,
George Merrick. Learn how Merrick
went from thlrteen-year-old farmer's
50n to development king. This
inspiring American story addresses
local history and urban devel-
opment. June 2812 p.m.-S p.m.; June
30-July 312 p.m.-6 p.m.; July 411
am-S p.m.; July 512 p.m.-S p.m.
Included in admission Coral Gables
Museum 285 AragOn Ave., Coral
Gables
(
A Resolution amending resolution number 096-15-14435 and authorizing the City Manager~
to enter into a multi-year contract with Mansfield Oil Company of Gainesville, hle. for the
purchase and delivery of bulk fuel gasoline and diesel for the City's vehicle fleet and equipment.
An Ordinance amending Section 15-63 and creating Section 15-63.1 of the City of South
Miami's Code of Ordinances to permit sales of home-grown produce on private property.
ALL inKITcsted parties are invited to attend and will be heard.
NOTICE ISAL50 HEREBY given that the next regular meeting of the City Connnission of the
City ofSoulh Miami. Horida will be held Tuesday, July 14, 2015 beginning at 7:00 p,m., in the
City Commission Chambers, 6130 SlmsctDrivc.
for furtber information, plem;e contact Ihe City Oerk's Office at: 305-663-6340.
Maria M. Menendez. CMC
City Clerk
Purnuantlo Florid~ Statutes 286.0!05. the City hereby ad,ise~ the public lhal if a person decides \0 appt:al any decision
m~de by this Board, Agency w Commission with re,;pet:t to any maHer considered at il~ meeting Dr hearing, he or she "'ill
nl"ed ~ record oftlle proc:ee<Iings, ~nd thm for ,uclt purpose, ~lfected person may need to ensure that a verbatim r~'Cord or
the proceedings is made which record indudes the te,;timony and evidence upon which the appeal is 10 be bm;ed.
Downtown Miami: The Ground
Beneath Our Feet (MDQ Museum of
Art + Design (MOA+D) in collab-
oratiOn with Word + Image Lab
(WAIL) presents the new exhibition,
"Downtown Miami: The Ground
Beneath Our Feet." showcasing a
one-of-a-kind artists book created
by 24 south Florida writers and
artists. June 28-July S Free
www.mdcmoad.org/Freedom Tower
600 Biscayne Blvd., Miami.
Free Eye Exams & Glasses to Eligible
Children The Florida Optometry Eye
Health Fund, in coordination with the
Miami lighthouse for the Blind and
Visually Impaired. promotes access
• TURN TO CALENDAR, 32SE
CORAL GABLES SENIOR HIGH
CONGRATULATIONS CLASS OF 2015!
We are proud of all that you have accomplished and wish you luck as you pursue your dreams.
93% of the graduating class will attend a two-or four-year college or university!
Arizona State University
ASA
Aurora Community College
Austin College
Barry University
Bay State University
Bocconi University/Italy
Boston College
Bowdoin College
Broward College
Brown University
Catholic University
City College
Clemson University
Concordia Montreal
Cornell University
Dartmouth College
Davidson College
Diablo Valley College
Duke University
Elon University
Embry Riddle University
Emerson College
Emmanuel College
Florida A&M UniverSITY
Florida Atlantic University
Florida Gulf Coast University
Florida International University
Florida Memorial University
Florida State University
Foothill College
Fortis College
George Mason University
Hamilton College
Hampshire College
Jackson State University
Jacksonville State University
Johnson and Wales University
Loyola University MD
Lynn University
Miami Dade College
Miami Dade Honors College
Mississippi State University
MIT
Monmouth University
Mount Mary University
Mt. Holyoke College
New College
Northeastern
Nova Southeastern University
NYU
Oberlin College
Occidental College
Palm Beach State College
Penn State University
Pensacola State College
Pomona College
Princeton University
Purdue University
Rhodes College
Ronningen Folkehpgstoie
Santa Barbara City College
Santa Fe Community College
Sarah Lawrence College
Southern University
St. John's University
St. Thomas University
St. Vincent College
Stanford University
Stetson University
Tallahassee Community
College
Tufts University
Tulane University
U Cal Berkeley
U Mass Amherst
UCLA
Universidad Nacional
de Asuncion/Paraguay
University 01 Akron
~. coralgablescavaliers.arg
University of Central Florida
University of Georgia
University of Miami
University of Florida
University of Mississippi
University of North Florida
University of San FranciSCO
University of South Florida
University of West Florida
U,S, Air Force
U.S. Army
U.S. Coast Guard
U.S. Marines
U.S, Navy
Universityof Southern California
Valencia Community College
Wartburg College
Wellesley College
Whitman College
Windward Community College