Loading...
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