Loading...
Res No 110-15-14449RESOLUTION NO.:.110-15-14449 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. WHEREAS,the City Manager wishesto purchase bulkfuel gasoline anddieselfor the City's vehicle fleet and equipment;and WHEREAS,the City Manager wishes to ensure the lowest possible cost for the purchase ofbulkfuel gasoline and diesel for the City vehicles fleet and equipment;and WHEREAS,the City Manager wishes to piggy back on Miami-Dade County Contract No.: 3143-9/18 with Mansfield Oil Company of Gainesville Inc;and WHEREAS,the City authorized the City Manager to expend money for the 2014/2015 fiscal year for the purchase offuelfrom Mansfield Oil Company by resolution number 096-15- 14435;and WHEREAS,the City desires to enter into a multi-year contract with Mansfield Oil Company soasto include fiscal year 2015/2016;and WHEREAS,the expenditure be charged to Departmental Fuel Account Numbers 001- 1770-519-5230 (Public Works Fuel&Lub),001-1310-513-5230 (City Manager Fuel),001-1610- 524-5230 (BuildingDivisionFuel),001-1620-524-5230 (Planning DivisionFuel),001-1640-524- 5230 (Police-Law Enforcement Fuel),001-2000-572-5230 (Recreation Fuel)and 001-1750-519- 5230 (PR Landscape Fuel). NOW,THEREFORE,BEIT RESOLVED THE MAYOR AND CITY COMMISSION OFTHECITY OF SOUTH MIAMI,FLORIDA: Section 1.TheCity Manager is authorized to expend an amount not to exceed $220,000 withMansfieldOil Company ofGainesvilleInc,for the purchase anddeliveryofbulkfuel gasolineanddieselduring FY 14/15,andaportionof the FY15/16 charged to Departmental Fuel Account Numbers. Section 2.Severability.Ifany section,clause,sentence,or phrase of this resolution is forany reason heldinvalidor unconstitutional bya court of competent jurisdiction,thisholding shall not affect the validity of the remaining portions of this resolution. Section3.Effective Date:Thisresolutionshalltake effect immediately upon enactment. PASSED AND ENACTED this7 th day of July 2015. ATTEST:APPROVED: "cnTCLERK ^-MAYOR Page 1 of2 Pg.2 of Res.No.110-15-14449 read and aeeroved as to form, languact^legality^anj execotqSpthereof/ COMMISSION VOTE: Mayor Stoddard: Vice Mayor Harris: Commissioner Liebman: Commissioner Welsh: Commissioner Edmond: 5-0 Yea Yea Yea Yea Yea \WkAvSoutfrMiami THE CITY OF PLEASANT USING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM To: Via: From: Date: The Honorable Mayor&Members of the City Commission Steven Alexander,City Manager Kelly Barket Jr.,Director of Public Works June 29,2015 Agenda ItemNo.// Subject: Background: AResolutionamendingresolution number 096-15-14435 andauthorizing the City Manager to enter intoamulti-year contract with Mansfield Oil Company of Gainesville,Inc.for the purchaseanddeliveryofbulkfuel gasolineanddieselfortheCity'svehiclefleetand equipment Bulkfuelgasolineanddiesel must bepurchasedfor the City's vehiclefleet and equipment The City Manager wishes to piggyback on Miami-Dade County Contract No.:3143-9/18 with Mansfield Oil Company of Gainesville,Inc. TheCityofSouth Miami desirestoutilizethe Miami-Dade County Contract under the Terms and Conditions as set forth in the solicitation andagreementbetween Miami-Dade County and Mansfield OilCompany. Thepreviouscontract piggybacked bytheCityofSouth Miami with Macmillan Oilwasterminatedby Miami-Dade County resulting inanew agreement with Mansfield OilCompanyof Gainesville,Inc.Asa result of the termination,the City of South Miami utilized the new agreement of service with Mansfield Oil Company ofGainesville,Inc. Amount:Not to exceed $371,000 Account:001-l 760-519-5230 Public Works Fuel &Lubricants 001-1310-513-5230 City Manager Fuel O0I-I6I0-524-5230 Building Division Fuel 001-1620-524-5230 Planning DivisionFuel 001-1640-524-5230 Code Enforcement Fuel 00I-I9I0-52I-5230 Police-Law Enforcement Fuel 001-2000-572-5230 Recreation Fuel 00I-I750-519-5230 PR Landscape Fuel Support:Revisedmulti-year piggyback contract Resolution No.:096-15-14435 CONTRACT THIS AGREEMENT madeandenteredintothis 16th day of June.2015,byand between the City of South Miami,a Florida municipal Corporation by and through itsCity Manager (hereinafter referred toas "City")and Mansfield OO Companv of Gainesville Inc., (hereinafterreferredtoas"Contractor"). WITNESSETH: WHEREAS,the "Miami-Dade County"solicited bids,pursuant to ITONo.6-2015 and Contract No.3143-9/18.for Gasoline and Diesel Fuel;and WHEREAS,the Miami-Dade County,aftercompletingacompetitivebidding process,awardedacontractto Contractor,and WHEREAS,theCityof South Miami desires to utilize the Miami-Dade County ContractandpursuanttoauthorityoftheCityofSouthMiami'sCharter. NOW,THEREFORE,theCityandthe Contractor,eachthroughtheir authorized representative/official,agreeasfollows: 1.TheCity desires toenter into a Contract,under the same termsand conditionsassetforthinthesolicitationandtheagreementbetween Miami-Dade County and Contractor,pursuant ITONo.6-2015 and Contract No.3143-9/18 forthe 2014/2015 fiscal year and forthe balance ofthe term of the contract,provided the City approves ofthe extension of thecontractatapublichearing. 2.TheCityhas reviewed the contract and agrees tothetermsand conditions and furtheragreestothefairand reasonableness ofthe pricing.Contractor herebyagreesto provide such services underthesame price(s),terms and conditions asfoundinthe solicitation documents andthe response tothe solicitation,pertinent copies of which are attachedheretoasAttachmentA,&Bandmadeaparthereofby reference,andthe agreement and/ortheaward between Miami-Dade County and Contractor,pursuant ITO No.6-2015 and Contract No.3143-9/18.acopyofwhich,includinganyamendmentsand addendumsthereto,isattachedheretoandmadeapart hereof byreference. 3.All references in the contract between Miami-Dade County and Contractor, shallbe assumed topertainto,andare binding upon ContractorandtheCityofSouthMiami. AlldecisionsthataretobemadeonbehalfoftheCounty,assetforthinthe Miami-Dade County's ITO No.6-2015 and Contract No.3143-9/18 andits agreement withContractor, shallbemadebytheCityManagerfortheCityofSouthMiami.Thetermofthecontract, includingallextensionsauthorizedbythecontract shall notexceed five years. Notwithstandinganythingcontainedinthe ITO No.6-2015 and Contract No.3143-9/18 etc.orthe Miami-Dade County contracttothecontrary,thisagreement shall begoverned bythelaws of theState of Floridaandvenueforalldisputeresolutionsorlitigationshallbe in Miami-Dade County,Florida. 4.Public Records:Contractor andall of its subcontractors are required to complywiththepublicrecordslaw (s.l 19.0701)whileprovidinggoodsand/orServiceson Thomas F.Pepe -7-16-14 Page1 of 2 behalfofthe CITY andthe Contractor,under such conditions,shall incorporate this paragraphinall of itssubcontractsforthisProject 5.WaiverJuryTrial:City and Contractor knowingly,irrevocably voluntarily and intentionally waiveany right either may have toa trial byjuryinStateor Federal Court proceedings inrespecttoanyaction,proceeding,lawsuit or counterclaim arisingoutofthe ContractDocumentsortheperformanceoftheWorkthereunder. -fi—Validity of Evented Copies;This agreement mav heexecutedinseveral counterparts,each of whichmaybe construed asan original. 7.Attorneys'Fees andCosts:Intheeventofanylitigationbetweentheparties arisingoutoforrelatinginanywaytothis Agreement orabreachthereof,eachpartyshall bear itsowncostsandlegalfees.Nothing contained herein shallpreventorprohibittheright tobe indemnified forany attorney fees incurred inthe defense ofanactionbyapersonor entitywhoisnotapartytothisAgreement. 8.Severability:If anytermorprovision of this Agreement orthe application thereof toanypersonorcircumstanceshall,toanyextent,beinvalidorunenforceable,the remainder of thisAgreement,orthe application ofsuchtermorprovisiontopersonsor circumstances other than those towhichitisheld invalid or unenforceable,shall not be affectedtherebyandeachtermandprovisionofthisAgreementshallbevalidand enforceabletothefullestextent permitted by law. IN WITNESS WHEREOF,andasthedulyauthorizedact of the parties,theundersigned representatives of the parties heretohavecausedthisinstrumenttobesignedin their respective namesbytheir proper officialsonorbeforethedayandyearfirstabovewritten. mpany of Gainesville,Inc. David Zarfoss /Director of Government Pricing (typenameandtitle of signatoryabove) Thomas F.Pepe-7-16-14 Page2 of2 /0$$^\ J^fey RESOLUTION NO.:096-15-14435 AResolutionauthorizingtheCityManagertoexecuteaoneyear agreement with Mansfield Oil Company of Gainesville,Inc.for the purchase and delivery ofbulkfuel gasoline and diesel for the City's vehicle fleetandequipment. WHEREAS,the City Manager wishes to purchase bulk fuel gasoline and diesel for the City's vehicle fleetandequipment;and WHEREAS,the City Manager wishes to ensure the lowest possible cost for the purchase of bulk fuel gasoline and diesel forthe 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 ofthis resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction,this holding shallnotaffect the validityof the remainingportionsofthisresolution. Section3.EffectiveDate:Thisresolutionshall take effect immediately upon enactment. PASSED AND ENACTED this 16^_dayof June,2015. ATTEST: READ AND LANGU EXEC EDASTO FORM, ITYAND EOF APPROVED: COMMISSION VOTE:5-0 Mayor Stoddard:Yea Vice Mayor Harris:Yea Commissioner Liebman:Yea Commissioner Edmond:Yea Commissioner Welsh:Yea ftfkA'v.South'Miami THE CrTY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM To: Via: From: Date: Subject: The Honorable Mayor&MembersoftheCityCommission Steven Alexander,CityManager Kelly Barket Jr.,Director of Public Works June 16,2015 Agenda ItemNo.M'K*> Background: A Resolution authorizing theCity Manager toexecutea one-year agreementwith Mansfield OilCompanyof Gainesville,Inc.for the purchaseand delivery ofbulk fuel gasoline anddieselforthe City's vehiclefleetand equipment Bulk fuel gasolineanddieselmustbepurchasedfortheCity's vehicle fleet andequipmentTheCity Manager wishes to piggyback on Miami-Dade County Contract No.:3143-9/18 with Mansfield OilCompanyof Gainesville,Inc. TheCityofSouth Miami desires to utilize the Miami-Dade County Contract under the Terms and Conditions as set forth in the solicitation andagreementbetween Miami-Dade Countyand Mansfield Oil Company. The previous contract piggybacked by the CityofSouth Miami with Macmillan Oilwasterminatedby Miami-Dade Countyresultinginanew agreement with Mansfield Oil Company of Gainesville,IncAsaresultof the termination,theCityof South Miami utilized thenew agreement of servicewith Mansfield OilCompanyof Gainesville,Inc. Not to exceed $86,125.00Amount: Account: support: 00I-I760-5I9-5230 00I-I3I0-5I3-5230 00I-I6I0-524-5230 001-1620-524-5230 OOI-I640-524-5230 00I-I9I0-52I-5230 001-2000-572-5230 00I-I750-5I9-5230 Public Works Fuel &Lubricants City Manager Fuel Building Division Fuel Planning Division Fuel Code Enforcement Fuel Police-Law Enforcement Fuel Recreation Fuel PR Landscape Fuel Award Recommendation Miami-Dade CountyContract No.:3l43-9/l8 Contract CityofSouth Miami Abbreviated ITQNo.6-2015 Addendum I Addendum 2 ^ /^*WS$|' •~) MIAMI-DADE] mianiidade.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 DEPARTMENT PROCUREMENT MANAGEMENT SERVICES Pj £-4/pr IMiNi^gfr^t*Suite 1300 20I5HAY2I AMIi-34 t _j..;jL*I 'J*s-*••"»!.'-l IVIT V CI A TT 2 In accordance with Section 1.12 ofthe above-referenced solicitation,and Section 2-8.4ofthe Code of Miami- Dade County,you are hereby notified that the County Mayor ordesignee 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: BV Oil Company Inc.Macmillan Oil Company LLC Urbieta Oil Company Fontainebleau Aviation The provision of this notice also serves to confirm the lifting of the Cone of Silence from this procurement action as dictated by Section 2-11.1 (t)ofthe County Code.The Procurement Management Services Division of the Internal Services Department appreciates the participation of all vendors who responded to the subject action. If youhave questions,please contact Jesus Lee at 305-375-4264 email:fil@miamidade.gov Sincerely, Jesus Lee££PPB Procurement Contracting Officer 2 Miami Dade County,Florida Attachment:Tabulation Sheet Distribution: BV Oil Company Inc. Urbieta Oil Company Mansfield Oil Company of Gainesville Inc. cc:Clerk of the Board File Macmillan Oil Company LLC Fontainebleau Aviation CONTRACT ^) THIS AGREEMENT madeand entered intothis 16th day of June,2015.byand betweentheCity of South Miami,a Florida municipal Corporation byand through itsCity Manager (hereinafter referred toas"City")and Mansfield OilCompanv of Gainesville Inc., (hereinafter referredtoas"Contractor"). WITNESSETH: WHEREAS,the "Miami-Dade County"solicited bids,pursuant toITONo.6-2015 and Contract No.3143-9/18.for Gasoline and Diesel Fuel;and WHEREAS,the Miami-Dade County,after completingacompetitivebidding process,awardedacontractto Contractor,and WHEREAS,theCity of South Miami desires toutilizetheMiami-DadeCounty Contractandpursuanttoauthority of theCity of South Miami's Charter. NOW,THEREFORE,theCity and the Contractor,each through their authorized representative/official,agreeasfollows: 1.TheCity desires to enter into a Contract,under the same terms and . conditions asset forth inthe 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 thecontractatapublic hearing. 2.The City has reviewed the contract and agrees to the terms and conditions and further agrees tothe fair and reasonableness ofthe 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 asAttachmentA,&B and made a part hereofby reference,and the agreement and/or the award between Miami-Dade County and Contractor,pursuant ITQ No.6-2015 and ContractNo.3143-9/18.a copy of which,including any amendments and addendums thereto,is attached hereto andmadea part hereofby reference. 3.All references inthecontractbetween Miami-Dade County andContractor, shall be assumed to pertain to,and are binding upon Contractor and the City of South Miami. All decisions that are tobemadeonbehalf ofthe County,asset forth inthe Miami-Dade County's ITO No.6-2015andContractNo.3143-9/18 anditsagreementwith Contractor, shall be made by the City Manager for the City of South Miami.The term of the contract, including all extensions authorized bythe contract shall not exceed five years. Notwithstanding anything contained in the ITO No.6-2015 and Contract No.3143-9/18 etc.ortheMiami-Dade County contract tothe 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:Contractorandall of itssubcontractorsare required to comply with the public records law (s.l 19.0701)while providing goods and/or Services on Thomas F.Pepe -7-16-14 ^^k Page1 of 2 a behalf of the CITY and the Contractor,undersuchconditions,shall incorporate this paragraph inall of its subcontracts forthisProject. 5.Waiver Jury Trial:CityandContractorknowingly,irrevocablyvoluntarily andintentionallywaiveanyrighteithermayhavetoatrialbyjuryinStateorFederalCourt proceedings inrespecttoany action,proceeding,lawsuit or counterclaim arising outofthe Contract Documents ortheperformanceoftheWorkthereunder. *Validity nf F.wnteH Copies-This agreement mayheexecutedin several counterparts,each of whichmaybeconstruedasanoriginal. 7.Attorneys'FeesandCosts:Intheeventofanylitigation between theparties arisingoutoforrelatinginanywaytothis Agreement orabreachthereof,eachpartyshall bearitsowncostsandlegalfees.Nothing contained herein shallpreventorprohibittheright tobeindemnifiedforanyattorneyfees incurred inthedefenseofanactionbyapersonor entity whoisnota party tothisAgreement. 8.Severability:Ifanytermor provision ofthisAgreementortheapplication thereof toanypersonorcircumstanceshall,toanyextent,beinvalidorunenforceable,the remainder of this Agreement,ortheapplication of suchtermor provision topersonsor circumstances other than those to which itis held invalid or unenforceable,shall not be affectedtherebyandeachtermand provision ofthis Agreement shallbevalidand enforceabletothefullestextentpermittedbylaw. IN WITNESS WHEREOF,andastheduly authorized actoftheparties,the undersigned representatives of thepartiesheretohave caused this instrument tobesignedintheir respective namesbytheir proper officialsonorbeforethedayandyearfirstabovewritten. Mansfjel^Ojjl Cjbmpany of Gainesville,Inc. By:. David Zarfoss /Directorof Government Pricing (typenameandtitle of signatoryabove) Thomas F.Pepe-7-16-14 Page2 of2 ATTACHMENT "A" MIAMI-DADE COUNTY QUOTE NO.:6-2015 INVITATION TOQUOTE ' MIAMI-DADE COUNTY Internal Services Department 111 NW 1s1 Street,Ste1300 AN ORDER QUOTATION NO.:6-2015 DUE DATE:Wednesday,April 1,2015 CONTRACT NO.:3143-9/18 DUETIME:2:00 PM (Commodity Code 405-59) CONTACT PERSON:Jesus Lee E-Mail:fii@miamidade.aov PHONE:305-375-4264 In accordance with Section2,paragraph2.6of Invitation to Bid 3143-9/18 (Contract),Miami-Dade County (County)is hereby soliciting pricequotesfor Transport and Tank Wagon delivery of bulk gasoline anddieselfuels (reference 2.6.1,Group One,Transport and Tank Wagon Deliveries ofthe Contract).By signing and submitting a price quote herein the pre-qualified Bidder agreestoadheretothetermsand conditions ofthe contract andthechangestosuch terms and conditions provided herein. INSTRUCTIONS TO BIDDERS 1.The Bidder mustsubmitit's completed,signed,andsealed written quotation (pages 10 through 13)with attached documentationper "Method of Award"section,"Minimum Requirements"bythespecifiedtimeanddate indicated abovetothe Clerk ofthe Board,attheaddress indicated onthis form.Theenvelopemuststatethatitisa SEALED QUOTE and include the quote number and opening date onthe outside.Noquote will be accepted by e-mail,telephone,or facsimile. Submit Sealed Quote To: CLERK OF THE BOARD Stephen P.Clark Center 111NW 1st Street 17th Floor,Suite202 Miami,Florida 33128-1983 2.Quotes received afterthe time anddate specified above shall not beaccepted. 3.Requests foradditional information or clarification mustbemadeviae-mailtotheProcurement Officer identified on the front of this form,copying the Clerk ofthe Board at clerkbcc@miamidade.aov.no later than Friday,March 13, 2015.The County will issue additional information by written addenda via e-mail prior tothe scheduled opening date.Itisthebidder's responsibility toensure receipt of all addenda. PURPOSE: The purpose of this Invitation to Quote (ITQ)is to secure price quotes for delivery of un-branded fuel as specified herein foraoneyear period.Delivery is required starting 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 tothe price evaluation of Group Cduetotheuseof federal funding for Miami Dade Public Housing and Community Development (PHCD)department.Award will be made in the aggregate on a group bygroupbasistothe lowest priced responsive,responsible Bidderwhomeetsorexceedsthe minimum requirements andsubmitsapriceforallitems within a Group. v^^k j^^S r /0^\ MIAMI-DADE COUNTY rui/vre ^„QUOTE NO.:6-2015 MINIMUM REQUIREMENTS 1.Accessto fuel at two ports. 2.Agreement with a Terminal Operator for un-branded fuel SnHd^^SSSorl!"ri9ht t0 reqU6St additi°nal documentation an<*'"Nation related with this ITQ PRICING: A.Price B.Early Payment Discount Price The Early Payment Discount Price isas follows: CortrS "**a"SUPP"eS and any and a"other "*•"•«to ^paid for these services undeMhe Emergency Fuel Delivery SSSSr^SS^°f t6""068*SeCti0n 2>Para9raph 7herein-entitled Emergency Contingency Plan the MIAMI-DADE COUNTY QUOTENO.:6-2015 SECTION 1 ^%. TERMS AND CONDITIONS 7 1.The general terms and conditions pertaining to this solicitation may be viewed online atthe Miami-Dade County Procurement Management websiteby clicking onthebelow link: httDy/www.miamidade.oov/procureme 2.Pursuant to Sections 2-8.1,2-8.8 and 10.34 ofthe 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 tothe County the race,gender and ethnic origin ofthe owners and employees ofits first tier subcontractors.Complete and sign the Subcontractor/Supplier Listing form. 3.Bidder shallinsert unit priceas required oppositeeach item.Unit price shall prevail. 4.This quote form,any addenda,and/or properly executed modifications,the purchase order (if issued),anda change order (if applicable),constitute the entire contract. 5.All products specified hereinshallbe fully guaranteedbytheawarded Bidder.The Bidder atnocosttothe County will correct any product defects,which may occur asthe result of faulty products.The County does not waive the implied warranties granted under the Uniform Commercial Code orother 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 upto ninety (90)days after expiration ofthe term ofthis ITQ where the County determines thatitis in thebest interest ofthe County. 8.Rejected goods remain the propertyoftheBidderandailriskofloss remains withtheBidder.Biddermust remove all rejected goods from County property within the time frame established bythe County. 9.The Internal Services Department Director,ordesignee,shallissueanawardunderthis solicitation.The awarded Bidder shallhonornorequestfor performance until the Director,ordesignee,hasmadean 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,ofthe vacancy and list the vacancy with SFWIB according tothe Code,and (2)make good faith efforts as determined bythe County to fill a minimum of fifty percent (50%)ofits employment needsunderthe County contract through the SFWIB.If no suitable candidatescanbe employed aftera Referral Period ofthreeto five days,the successful Bidder isfreeto fill its vacancies from othersources.Successful Bidders will be required to provide quarterly reports tothe SFWIB indicating thenameand number of employees hired inthe previous quarter,or why referred candidates were rejected.Sanctions for non-compliance shall include,butnotbe limited to:(i)suspensionofcontract until awarded Bidder performs obligations,if appropriate;(ii)default and/or termination;and (iii)payment of $1,500/employee,or the value ofthe wages that would have been earned given the noncompliance,whichever isless.Registration procedures and additional information regarding the FSHRP are available at https*y/iaDPs.southfloridaworkforce.com/firstsource/ 11.All out-of-pocket expenses,including employee travel,perdiem,and miscellaneous costsandfees,are included intheawarded Bidder's price,asthe County shall not reimburse themseparately. 12.All prices are quoted F.O.B.destination.Freight (i.e.,transport costs)shall only be paid by the County pursuant tothe "Pricing"section,Paragraph C "Emergency Fuel Delivery**herein.All fuel shall remain property of the Contractor until acceptedandsigned for byan authorized County representative. 13.2015 Fuel Tax Rates.Miami-Dade County is exempt from all sales and excise taxes (Federal,State,and Local) exceptthosetaxesandfees shown inthetable below.Tax Exemption Certificate furnished upon request. 14.Any bidder may protest any recommendation for contract award in accordance with the applicable provisions of theMiami-DadeCounty Code. /•**% j0f^\ MIAMI-DADE COUNTY QUOTE NO.:6-2015 2015 Fuel Tax Rates Rate Per Gallon Gasoline Undyed Diesel Taxes On Road Off Road Motor Fuel-On/Off theroad(State)0.173 0.173 0.173 Voted,SCETS&LocalOption(Dade)0.174 0.143 0.143 Inspection Fee (State)0.00125 -- Pollution *InlandProtection Fund (State)0.019 0.019 0.019 *WaterQualityFund (State)0.0012 0.0012 0.0012 *CoastalProtectionFund(State)0.00048 0.00048 0.00048 Federal LUST Tax 0.001 0.001 0.001 Federal OilSpillTax 0.00171 0.0019 0.0019 Total Taxes 0.37164 0.33958 0.33958 The information inthetableabovecanbeaccessedby following this link: www.mvflorida.com/dor/taxes/fueL 15.The "Differential Per Gallon"shall be fixed for the term ofthe contract and for any extension periods,unless modified by mutual agreementviaanexecuted Supplemental Agreement. 16.The awarded Bidder shall provide first and exclusive priority ofits supply of fuel tothe County,no matter the sourceofits fuel during theentire term ofthis contract including supply interruptions orshortages. 17.The Awarded Bidder shall endeavor tomeetthe County's needs at all time,especially during supply interruptions orshortages,by proactively sourcing fuel from any available source industry wide. 18.The following insurancecoveragesupersedesthe insurance coverage in ITB 3143-9/18. 1.Worker's Compensation Insurance for all employees ofthe 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.Miami-Dade County must beshownasan additional insuredwithrespecttothis coverage.The mailing addressof Miami-Dade County 111 N.W.1st Street,Suite 1300,Miami,Florida 33128-1974,as the certificateholder,must appearonthecertificateof insurance. 3.Automobile Liability Insurance coveringallowned,non-owned,andhiredvehicles used inconnectionwiththe 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 these contractorspermittedontheAirsideOperationsArea (A.O.A.)side without increasing automotive coverage to$5,000,000. 19.Special Invoicing Requirements -The Awarded Bidder shall submit an invoice tothe County's applicable user departmentafterfuel has beendeliveredtothesitebythe Awarded Bidder.Submittal of these invoices shallnot exceed thirty (30)calendar days from the delivery oftheitems.Invoices maybe e-mailed.Underno MIAMI-DADE COUNTY QUOTE NO.:6-2015 circumstances shall the invoices be submitted tothe County in advance of the delivery andacceptanceofthe items.The invoices shall 1)clearly reference the corresponding delivery ticket number or packing slip number thatwassignedbyan authorized representative ofthe County user department atthetimetheitemswere 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 termsset forth within the Miami-Dade County ReleasePurchase Order and location anddateof delivery ofgoodsandservices provided. 20.Invoices andassociated back-up documentation shall be submitted electronically bythe Awarded Bidder tothe applicable County departments as follows: Aviation Corrections Fire Rescue Internal Services/Fleet Omar Jameison MohammadHaq Marianela Betancourt Management 4331 NW 22 Street 2525NW 62nd Street 9300 NW41 Street Yohanka Dominguez Miami,FL 33122 Miami,FL 33147 Doral.FL 33178 305 375-2291 or 305-876-8498 786-263-5914 786-331-4241 Marsha OJameison@miami- airport.com haaue@miamidade.aov mbetan@miamidade.qov Wilchcombe 305 375-2304 111 NW 1slStreet.Suite 1050 Miami,FL 33128 asafltfuel@miamidade.qov Housing Park and Recreation Police Department Seaport Csonka Ferguson Jorge Rodriguez De'Chan Demeritte Leticia Smith 701 NWI^Ct.Floor 16 275NW 2nd Street 9105 NW 25 St 1015 N.AmericaWay Miami,FL 33136-3914 Miami,FL 33128 Miami,FL 33172 Second Floor 786-469-4195 305-755-7909 305-471-2520 Miami,FL 33132 MDHA- AP@miamidade.aov ivr@miamidade.qov dademeritte@mdDd.com 305-347-5506 lcsmith@miamidade.aov Transit Water and Sewer Vizcaya Rodney McMillian Mercy Ramirez or Anabel Miro or Zoe Caballero 3401NW 31st Street Patrice Sykes 3251 South Miami Ave Miami,FL 33142 3071SW 38th Avenue Miami,FL 33129 (305)638-7204 Miami,FL 33146 305-860-8425 (Anabel) Rodnev@miamidade.aov (786)552-8175 merc@miamidade.aov 305-860-8432 (Zoe) anabel.miro@vizcavamuseum.ora zoe.caballero@vizcavamuseum.orqDSvke@miamidade.aov The County may atany time designate a different address and/or contact person by giving written notice tothe other party. 21.Miami-Dade Public Housing and Community Development (PHCD) The Use Of Federal Funds. Exemption To Certain Clauses DueTo Miami Dade Public Housing and Community Development (PHCD)will accessthe resultant contract of this ITQ.As a federally-funded agency,certain clauses within this ITQ do not apply to PCHD,including:Local Preferences,Small Business Contract Measures,County User Access Program-UAP,Local Certified Service -Disabled Veteran's Business Preference. 22.Security Requirements -Immediately upon award notification,the successful Bidder(s)will be given the contact information for each County department listed below to coordinate and satisfy their specific security requirements.This list is not all encompassing and is subject to change.Security requirements may include, but not limited to,completing various security forms and obtaining identification badges for Bidder's employees entering department facilities.It is the Bidder's responsibility to obtain final security approval from each department before the effective date of the termofthisITQ. Departments Miami-Dade Police Miami-Dade Transit Miami-Dade Water and Sewer /r*M*$K ~) /*^\ MIAMI-DADE COUNTY QUOTE NO.:6-2015 SECTION 2 SCOPE OF SERVICES 1.Background Miami-Dade County uses approximately 25 million gallons of gasoline and diesel fuels each year for its fleet of vehicles and equipment.Fuel is stored and distributed at numerous storage tank facilities located throughout Miami-Dade County (see Attachment A).The intent of this ITQ is to obtain adequate fuel to meet its requirements under normal conditions and continue to obtain fuel on a first priority basis during emergency conditions that may disruptthe availability of fuel inthegeneralarea. The County is seeking to contract with a fuel distributor that shall contract with a terminal operator,for the supply anddeliveryoffuelstotheCounty. 2.Standards All fuel shall conform to the latest standards pursuant to the Florida State Department of Agriculture and Consumer Services Division.For fuel with no current standards under the Florida State Department of Agriculture andConsumerServices,thefueltypeshallmeetall ASTM International standards. The awarded Bidder shall comply with product and transportation requirements,regulatory mandates,and environmental standards established by the Florida Department of Transportation (FDOT)and the US Environmental Protection Agency (EPA). 3.Fuel Tvoes and Grades Required The types of fuel that the County anticipates purchasing are listed below.However,the County reserves the right, at its sole discretion,to change this list by either the deletion or addition of fuel types as may become necessary for the County's needs.When a class,type,or category of fuel is to be added,the County shall provide the specifications for the fuel to the awarded Bidder no less than fifteen (15)days in advance of the first request for such fuel. The types offuel identified for this ITQ are: a)E10 Gasoline,Regular (totestnolessthan87 Octane). b)E10 Gasoline,Mid-Grade (totestnolessthan89 Octane). c)E10 Gasoline,Premium (to testnoless than 91 Octane). d)DieselFuelNo.2,Red-Dyed e)DieselFuelNo.2,Non-Dyed 4.Differential Rrm Fixed Service Adder (Differential):This charge shall be defined as consisting of all charges necessary for the awarded Bidder to fully complete and invoice the business transaction inclusive of delivery,profit,and any other fees,except for the 2015 Fuel Tax Rates as detailed in Section 1,Paragraph 12 herein. The County shall paythe awarded Bidder:1)the Differential;2)the applicable taxes/fees (per Section 1, Paragraph 20);and3)the daily fuel price based on the Oil Price Information Service (OPIS)branded or unbranded (10:00 am)Rack Average Report (as illustrated below)for the day for the appropriate fuel type and category for Miami,Florida.The County will alsopay for the emergency fuel delivery feesinaccordance with the "Emergency Fuel Delivery"paragraph in the "Pricing"section.The User Access Program (UAP)andthe Inspector General (IG)fees will not be deducted by the County from the Differential.See Sample Invoice onpage 25. MIAMI-DADE COUNTY QUOTE NO.:6-2015 The following is an illustrative sample of the OPIS report for gasoline and diesel: MIAMI,FL 2014-03-11 10:00:49 EDT "OPIS CONTRACT BENCHMARK FILE** "OPIS GROSS CBOBETHANOL (10%)PRICES"9.0RVP Unl Mid Pre CONTAVG-03/11 2XX.XX 2XX.XX 3XX.XX MIAMI,FL 2014-03-11 10:00:49 EDT "OPIS CONTRACT BENCHMARK FILE" "OPIS GROSS ULTRA LOW SULFUR DISTILLATE PRICES" No.2 No.1 Pre CONTAVG-03/11 3XX.XX MIAMI,FL 2014-03-11 10:00:49 EDT "OPIS CONTRACT BENCHMARK FILE" "OPIS GROSS ULTRA LOW SULFUR RED DYE DISTILLATE PRICES** No.2 No.1 Pre CONTAVG-03/11 3XX.XX Theawarded Bidder shall provide theCounty written noticeofany changes within areasonabletimeof all availableFederalor State creditsanddiscounts available onallfueltypesbeingpurchasedherein.Theawarded Bidder shallapply all applicablecreditsand discounts tothepricechargedtothe County,and identify and reflect the discount on the applicable invoices. Fuel Delivery Services A.The awarded Bidder shall have,orbeableto contract with,a fleet of fuel transport trucks capable of accessing (lifting)fuel from Florida and Georgia ports and deliver tothe County.Theawarded Bidder may use itsown resources or use subcontractors to provide thefueldeliveries. B.The awarded Bidder shall make deliveries within twenty-four (24)hours ofthe order oras directed by the County.All deliveries shall be made in accordance with good commercial practice,and within the specified operating hours ofthe applicable facilities,including fuel deliveries onSaturdayand Sunday.In cases where the delivery will bedelayedduetoforce majeure,strikes,orother causes beyondthe control ofthe awarded Bidder,the Awarded Bidder shall notify the County's authorized representative (atthe applicable facility)of the delays,in advanceofthe delivery time,so that a revised delivery schedule canbe arranged with the County's authorized representative atthe applicable facility. C.The awarded Bidder shall provide reliable fuel delivery by using transport truck (fuel amounts in excessof 5,000 gallons)andtank wagon (fuel amounts of 5,000 gallons or less)deliveries.The County anticipates that the majority ofits fuel orders shall be delivered using transport truck deliveries.All tank wagon trucks shall be outfitted with the appropriate metersand measuring equipment for fuel delivery.Transport truck deliveries shallbeaccompaniedbythe Bill ofLading from thefuel terminal. D.All fuelsloadedfor deliveries shall be temperature adjustedto60oForinaccordance with thelatest edition of theASTMInternationalapplicable standards forPetroleum Measurement Tables.The awarded Biddershall invoice basedonthenet gallons of fuel delivered after temperature compensation.The County reserves the right to reconcile any deviation of fuel delivered by using the County's electronic tank gauging system (e.g., Veeder Root). -^ MIAMI-DADE COUNTY rtn««M^ QUOTE NO.:6-2015 F'2E3EESE&aar",0 des,er a"*l°ad""nm xm**""•»tt •"CoMy *—• 6-Truck Certification 7-Emergency Contingency Plan terein °rt Ever9lades-Wlth Pri°r "^en approval from the County,per the PricingVeS 8.Fuel Spills A'J^J^^^ZrV1 be fU"y resP?nsible for anV and all actions of their employee's,including those that 9*^WP'iance with the Florida Occupational Safety and Health Ar>t 2K^8h^(iKr,rtf *"-requiremente of Chapter uz of the F,orida statutes re9ardin9Materiai 10.Reporting ftequ8r»monic •Reporting Period (specify month) •Department •Delivery Address "^XSFJIiSJr"off reported vo,ume amounts-a,,ow volumes t0 be reported up t0 as ™y .SSL "^,Um,6 f°r EaCh Fuel Type (a"addresses and a"departments)Note regarding fuel types:report must specify the ethanol and biodiesel blend being delivered MIAMI-DADE COUNTY QUOTE NO.:6-2015 TheFuelPurchasingReportshallbesentin electronic format (Excel format preferred,sampleavailableupon request)viaemailto:SusannahTroner,Office of Sustainability (trones{g>miamidade.g.ov^andManuel (Rick) Garcia,Division ofEnvironmental Resources Management (GarciMa@miamidade.Qov), 11.Cities and Agencies Citiesand agencies thathave accessed thiscontract include,butnot limited tothe following: Cityof Miami Miami Shores Village Cityof Miami Beach Cityof Miami Springs CityofNorthMiamiCityof South Miami Villageof Biscayne ParkCityof Sunny Isles BarryUniversity Jackson Hospital /^^%. ~) MIAMI-DADE COUNTY PRICE SUBMITTAL PAGE (1of2) QUOTE NO.:6-2015 GROUP A,GASOLINE TRANSPORT TRUCK DELIVERIES Payment NET45 Item No. Estimated Gallons per Year (thisis not a guaranty)Gasoline Differential Per Gallon 1 5,000 E10Gasoline,Regular $ 2 45,000 E10 Gasoline,Mid-Grade $ 3 17,250 E10 Gasoline,Premium $ TANK WAGON TRUCK DELIVERIES Payment NET 45 Item No. Estimated Gallons per Year (thisis not aguaranty)Gasoline Differential Per Gallon 4 65,000 E10 Gasoline,Regular $ 5 135,000 E10 Gasoline,Mid-Grade $ 6 51,750 E10 Gasoline,Premium S TRANSPORT TRUCK DELIVERIES Payment NET15 Item No. Estimated GallonsperYear (thisisnotaguaranty)Gasoline Differential Per Gallon 7 7,500,000 E10 Gasoline,Regular $ TANK WAGON TRUCK DELIVERIES Payment NET15 Item No. Estimated GallonsperYear (thisis not aguaranty)Gasoline Differential Per Gallon 8 200,000 E10 Gasoline,Regular $ 10 MIAMI-DADE COUNTY PRICE SUBMITTAL PAGE (2 of 2) QUOTE NO.:6-2015 GROUP B,DIESEL TRANSPORT TRUCK DELIVERIES Payment NET 45 Item No. Estimated Gallons per Year (thisis not a guaranty)Diesel Differential Per Gallon Price 1 470,000 ULSDieselNo.2(Clear)$ 2 1,800,000 ULSDieselNo.2(RedDyed)$ TANK WAGON TRUCK DELIVERIES Payment NET45 Item No. Estimated Gallons per Year (thisis not a guaranty)Diesel Differential Per Gallon Price 3 86,000 ULSDieselNo.2(Clear)$ 4 219,000 ULSDieselNo.2(RedDyed)$ Wt§&^^ TRANSPORT TRUCK DELIVERIES Payment NET15 Item No. Estimated Gallons per Year (thisis not a guaranty)Diesel Differential Per Gallon Price 5 15,400,000 ULSDieselNo.2(Clear)$ TANK WAGON TRUCK DELIVERIES Payment NET15 Item No. Estimated Gallons per Year (thisis not a guaranty)Diesel Differential Per Gallon Price 6 40,000 ULSDieselNo.2(Clear)$ 1 '7 1,000 ULSDieselNo.2(RedDyed)$ GROUP C,DIESEL MiamiDadePublicHousingand Community Development (PHCD) No County measures or preferences willapplyto this group TANK WAGON TRUCK DELIVERIES Payment NET45 Item No. Estimated Gallons per Year (thisis not a guaranty)Diesel Differential Per Gallon Price 1 20,000 ULSDieselNo.2(RedDyed)$ 11 /"•"% y^^^Sgf. MIAMI-DADE COUNTY QUOTE NO.:6-2015 j#^\CONVICTION DISCLOSURE:Pursuant to Miami-Dade County Ordinance 94-34,any individual,corporation,partnership,joint venture or other legal entityhaving an officer,director,orexecutivewhohasbeen convicted ofa felony during thepastten (10)years shall disclosethis information prior toenteringintoacontractwithor receiving funding from the County. •Place a check mark here onlyif bidder hassuch conviction to disclose to comply with this requirement. LOCALPREFERENCECERTIFICATION:Forthepurposeofthis certification,a local business"isa business locatedwithin the limitsof Miami- Dade County (or Broward County in accordance with the Interlocal Agreement between thetwo counties)that conforms with the provisions of Section 1.10 ofthe General Termsand Conditions ofthis solicitation and contributes tothe economic development ofthe community ina verifiable and measurable way.This may include,butnotbe limited to,the retention and expansion of employment opportunities andthe support and increasetotheCounty'stax base. D Place a check mark here only ifaffirming bidder meets requirements for Local Preference.Failure to complete this certification atthis time (by checking the box above)shallrenderthe vendor ineligibleforLocalPreference. LOCALLY-HEADQUARTERED BUSINESS CERTIFICATION:For thepurposeofthis certification,a locally-headquartered business"isa Local Businesswhose "principal placeofbusiness"isin Miami-Dade County,asdefinedinSection 1.10 ofthe General Termsand Conditions ofthe originalsolicitation. •Place a check mark here only if affirming bidder meets requirements for the Locally-Headquartered Preference (LHP).Failure to complete this certification atthistime(bycheckingtheboxabove)may render thevendor ineligible for the LHP.Theaddressofthe Locally-headquartered office is:; LOCALCERTIFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION:ALocalCertified Service-Disabled Veteran Business Enterprise isa firm thatis (a)a local business pursuant to Section 2-8.5 oftheCodeof Miami-Dade County and (b)prior to bid submission is certified bytheStateof Florida Department of Management Services asa service-disabled veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. D Place acheck mark hereonlyif affirming bidder isa Local Certified Service-Disabled Veteran Business Enterprise.Acopyofthe certification must be submitted withthis proposal. SMALL/MICRO BUSINESS CONTRACT MEASURES FOR SOLICITATIONS (Bid Preference!:For awards valuedover $100,000,a10%(ten percent)bid preference shall apply for certified Micro andSBE bidders.Micro Business Enterprises and Small Business Enterprises mustbe certified by Small Business Development under Business Affairs,a division ofthe Department of Regulatory and Economic Resources (RER),for thetypeofgoods and/or servicesthe enterprise provides in accordance withthe applicable commodity code(s)for this solicitation.For certification reformation,contactRERat 305-375-CERT (2378)orat http7/www.miamidade.gov/businessybusiness-certification-programs.asp.The Micro/SBE orSBE Business Enterprise mustbe certified bybid submission deadline,at contract award and for the duration ofthe contract to remain eligible forthe preference. Is yourfirm a Miami-Dade County Certified SmallBusiness Enterprise?Yes No If yes,please provideyourCertificationNumber: ADDENDA CONFIRMATION: AddendaReceived:D No •Yes If yes,pleaseindicatethenumberofaddendareceived: r It ishereby certified and affirmed thatthe bidder shall accept any awards madeasa result ofthis quotation.Bidder further agrees that prices quoted will remain fixed for a period ofsixty (60)days from date quotation isdue.If awarded a purchases order or contract asa result ofthis solicitation,bidderfurtheragrees thatpricesquotedshallremain fixed and firm forthetermofthe contract Failure to complete and sign thisform renders your bid/quotation non-responsive and ineligiblefor award Authorized Signature:Title: Print/TypeName:Phone: E-mail:Fax: FirmName:F.E.I.N.No.:/-////// Address:City:_State: THEEXECUTIONOFTHISFORMCONSTITUTESTHEUNEQUIVOCALOFFEROFBIDDERTOBEBOUNDBYTHE TERMS OFITS PROPOSAL FAILURE TOSIGNTHISSOLICITATIONWHEREINDICATEDABOVEBYANAUTHORIZEDREPRESENTATIVESHALLRENDERTHEPROPOSALNON- RESPONSIVE.THECOUNTY MAY,HOWEVER,INITSSOLE DISCRETION,ACCEPT ANYPROPOSALTHAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OFITS OFFER. 12 Firm Name of Prime Contractor/Respondent. Project/Contract Number. SUBCONTRACTOR/SUPPLIER LISTING (ITQ 6-2015) (Miami-Dade CountyCodeSections 2-8.1,2-8.8 and 10-34) •FEIN # In accordance with Sections 2-8.1,2-8.8 and 10.34 ofthe Miami-Dade County Code,this form must be submitted asa condition of award by all bidders/respondents on County contracts for purchase of supplies,materials or services,including professional services which involve expenditures of $100,000 or more,and all bidders/respondents on County or Public Health Trust construction contracts which Involve expenditures of $100,000 or more.The bidder/respondent who is awarded this bid/contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed ormaterials to besupplied from those Identified,except upon written approval of the County.The bidder/respondent should enter the word "NONE0 under the appropriate heading of this form ifnosubcontractorsorsuppliers will beusedonthecontractand sign thebottomofthe 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.|n the event that the successful bidder demonstrates tothe Countv prior to award thatthe race,gender,and ethnic information Is not reasonably available atthat time,the successful bidder shall be obligated"to exerclge diligent efforts to obtain that Information and provide thesametothe Countv notlaterthanten MO)davsafter It becomes available and.In anv event,prior to final Payment under the contract. Business Name and Address of First Tier Subcontractor/ Subconsultant Business Name and Address of First Tier Direct Supplier (Please duplicate this form If additional space Is needed.) Principal Owner (Enterthe number of maleandfemale owners by race/ethniclty) Principal Owner Principal Owner Scope of Work to be Performed by Subcontractor/ Subconsultant Supplies/Materials/ Services to be Provided by Supplier Gender Gender Race/Ethnlclty 3c in Principal Owner (Enter the number ofmaleandfemale owners by race/ethnlcity) 3 Race/Ethnlclty o ItI'as 9 ill Hi Employee(s) (Enter the number of male and female employees and the number of employees by race/ethnlcity) Race/EthnlcltyGender Gender I* CD « I Employees) (Enter the number ofmaleand female employees and the number of employees by race/ethniclty) .fl Hi Race/Ethnlclty H Mark here If race,gender and ethnlclfr Information Is not available and will be provided at alater date.This data may be submitted *****to^^or on'llne t0 Sma"LJ Business Development of the Department ofRegulatory and Economic Resources Department ath^p7/new.mlamldade.qov/bu8lnes8/bMalnea8-deve|opment.asR. /certify that the representations contained in this Subcontractor/Supplier listing are to the best ofmy knowledge true and accurate. Signature off Bidder/Respondent Print Name Print Title Date SUB 100 Rev.6/12 13 MIAMI-DADE COUNTY QUOTE NO.:6-2015 Attachment*A FUEL TANKS -CAPACITIES AND LOCATIONS Aviation Department:Gasoline and Diesel Fuel 14410 NW 44th Street 14410 NW 44th Street 28700 SW 217th Avenue SW of SW 127th St &SW 145th Avenue Concourse EFueling-Miami Int'l Airport Concourse EFueling-Miami Int'l Airport Concourse EFueling -Miami Int'l Airport Concourse EFueling-MiamiInt'l Airport 4290 NWSTamiami Canal Elec VaultMiami Int'l Airport Homestead GeneralAirport Building #9 Homestead General Airport Building#6 HomesteadGeneral Airport-Airfield Lighting Vault Structure Miami International Airport BIdg.600 Miami International Airport LiftStation #69 Miami International Airport BIdg.3090 Miami International Airport BIdg.60A Miami International AirportFlamingoGarage Miami International Airport BIdg.#2201 Miami International Airport CC-F Ramp Level Miami International Airport CC-E Ramp Level Miami International Airport CC-H Ramp Level Miami International Airport LiftSta.REPUMP #2 Miami International Airport BIdg.#7000-Lift Sta.#68 Miami International Airport CC-E-FIS second floor Miami International Airport CC-E OldMain -1 Floor Miami International Airport CC-D Miami International Airport CC-E SatelliteRamp Miami International Airport CC-F/G Wrap Ramp Miami International AirportElecVaultRamp Miami International Airport BIdg.#5A Miami International Airport CC-D RampLevelD-17 10,000 Above Ground 5,200 Above Ground 4,000 Above Ground 4,000 Above Ground 12,000 Underground 12,000 Underground 4,000 Underground 12,000 Underground 12,000 Above Ground 4,000 Above Ground 500 Above Ground 200 Above Ground 2,000 Above Ground 2,000 Above Ground 1,000 Underground 4,000 Above Ground 2,000 Above Ground 3,000 Above Ground 2,000 Underground 2,000 Above Ground 2,000 Underground 5,000 Underground 2,000 Above Ground 1,000 Underground 2,000 Above Ground 2,000 Above Ground 8,000 Underground 2,000 Above Ground 2,000 Above Ground 4,000 Above Ground 2,000 Above Ground 12,000 Underground 14 Unleaded Gas Vehicular Diesel Vehicular Diesel Unleaded Gas Unleaded Gas Unleaded Gas Vehicular Diesel Vehicular Diesel Vehicular Diesel Vehicular Diesel Emer.Generator #256-Diesel Emer.Generator #125-Diesel Emer.Generator #107-Diesel Emer.Generator #225-Diesel Emer.Generator #115-Diesel Emer.Generator #201-Diesel Emer.Generator #246-Diesel Emer.Generator #121-Diesel Emer.Generator #202-Diesel Emer.Generator #214-Diesel Emer.Generator #203-Diesel Emer.Generator #213-Diesel Emer.Generator #240-Diesel Emer.Generator #114-Diesel Emer.Generator #211-Diesel Emer.Generator #123-Diesel Emer.Generator #248-Diesel Emer.Generator #205-Diesel Emer.Generator #242-Diesel Emer.Generator #221-Diesel Emer.Generator #218 Diesel Emer.Generator #217-Diesel MIAMI-DADE COUNTY QUOTE NO.:6-2015 Opa-locka Airport BIdg.#176 4,000 Above Ground Emer.Generator #222-Diesel Miami International Airport BIdg.33-Landside 500 Above Ground Emer.Generator #122-Diesel Tamiami-KendallGeneralAirport Airfield Lighting Vault 2,000 Above Ground Emer.Generator #112-Diesel Corrections Department:Diesel Fuel CORRECTIONAL FACILITY TANK ABOVE OR BELOW GROUND TANK CAPACITY FUEL TYPE LOCATION TGKTANK1 ABOVE 5000 DIESEL 7000NW 41st St.331 Tank for Main Generators TGKTANK2 ABOVE 4000 DIESEL 7000NW41aSt.331 Tank for Generators in Medical Housing BOOTCAMP ABOVE 1000 DIESEL 6950 NW41 ST.,33166 TTC ABOVE 1000 DIESEL 6950 NW41 ST.,33166 NDDC ABOVE 5000 DIESEL 15801 NWSTATERD.#9,33169 PTDCTANK1 ABOVE 1000 DIESEL 1321 NW13m ST.33125 Near Kitchen PTDCTANK2 UNDERGROUND 6000 DIESEL 1321 NW13'"ST.33125 West Side of Facility WDG ABOVE 1000 DIESEL 1401 NW 7th AVENUE,33138 Fire Rescue Department:Diesel Fuel Supply Bureau 43 11 19 20 6460 NW 27 Avenue 1655 NE 205 Street 10200 NW116th WAY 10500 COLLINS AVE 4200SW 142ND AVE 9201 SW 152" 325 NW 2ndST 7825SW 104m ST 7700NW186™ST 8010 NW60™ST 13390 SW152TH ST 18705NW27™AVE 650NW131ST~st~ 13000 NE16™AVE 2,000 2000 2000 2000 2000 2000 2000 2000 1000 2000 2000 2000 2000 15 ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND Vehicular Diesel Emergency Generator Diesel Vehicular Diesel Vehicular Diesel Vehicular Diesel Vehicular Diesel Vehicular Diesel Vehicular Diesel Vehicular Diesel Vehicular Diesel Vehicular Diesel Vehicular Diesel Vehicular Diesel Vehicular Diesel /^•^k ~) MIAMI-DADE COUNTY 29 351 SW 107'"AVE 36 10001 HAMMOCKS BLVD 15890 SW288TH~ST 9350NW22nd AVE 2900 AVENTURA BLVD HQ 9300NW 41ST ST HQ 9300NW 41ST ST HQ 9300NW 41st ST 7777SW117Ti:rAVE HQ 9300NW41aiST 2000 1000 2000 2000 2000 12000 12000 12000 2000 3000 QUOTE NO.:6-2015 ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND Vehicular Diesel Vehicular Diesel Vehicular Diesel Vehicular Diesel Vehicular Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Vehicular Diesel Vehicular Diesel ISD/Fleet Management:Gasoline and Diesel Fuel 8801NW 58™^ 8801NW58mST 8801 NW 58m ST 8801 NW 58m ST 8801 NW 58'"ST 8801 NW 58'"ST 703NW25™ST 703NW25™ST 703NW25thST TH,703NW25mST 7900 SW 107™AVE 7900 SW 107™AVE 7900 SW 107'"AVE 7900 SW107™AVE •TH7707SW117'"AVE 12451SW184thST 12451 SW 184TWST 201NW 1ST ST 201NW 1s"ST 201 NW1STST 15665 BISCAYNE BLVD 18701 NE 6 AVE 18701 NE6AVE 18701 NE6AVE 18701 NE6AVE 10710 SW 211th ST 20000 20000 12000 12000 12000 500 12000 12000 12000 12000 10000 12000 12000 250 12000 12000 12000 20000 20000 200 12000 15000 15000 15000 250 12000 ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND UNDERGROUND UNDERGROUND UNDERGROUND UNDERGROUND UNDERGROUND UNDERGROUND UNDERGROUND ABOVEGROUND UNDERGROUND UNDERGROUND UNDERGROUND UNDERGROUND UNDERGROUND ABOVEGROUND UNDERGROUND UNDERGROUND UNDERGROUND UNDERGROUND ABOVEGROUND UNDERGROUND 16 Vehicular Diesel Vehicular Diesel Unleaded Gas Unleaded Gas Unleaded Gas Emergency Generator Diesel Unleaded Gas Unleaded Gas Unleaded Gas Vehicular Diesel Unleaded Gas Vehicular Diesel Vehicular Diesel Emergency Generator Diesel Unleaded Gas Unleaded Gas Vehicular Diesel Unleaded Gas Unleaded Gas Emergency Generator Diesel Unleaded Gas Unleaded Gas Vehicular Diesel Vehicular Diesel Emergency Generator Diesel Unleaded Gas MIAMI-DADE COUNTY QUOTE NO.:6-2015 10710 SW 211™ST 12000 UNDERGROUND Unleaded Gas 10710 SW 211™ST 12000 UNDERGROUND Vehicular Diesel 10710 SW 211™ST 250 ABOVEGROUND Emergency Generator Diesel 10820 SW 211™ST 250 ABOVEGROUND Emergency Generator Diesel 7100 NW36™ST 12000 UNDERGROUND Unleaded Gas 7100NW36mST 12000 UNDERGROUND Vehicular Diesel 21300 NW47IH AVE 7500 ABOVEGROUND Vehicular Diesel 21300 NW47,H AVE 7500 ABOVEGROUND Vehicular Diesel 9109 NW 25™ST 15000 UNDERGROUND Unleaded Gas 9109NW25mST 15000 UNDERGROUND Unleaded Gas 9109NW25rHST 15000 UNDERGROUND Unleaded Gas 10000 SW 142nd AVE 12000 UNDERGROUND Unleaded Gas 10000 SW 142ndAVE 300 ABOVEGROUND Emergency Generator Diesel 7901 CRANDON BLVD 12000 UNDERGROUND Unleaded Gas 7901 CRANDON BLVD 12000 UNDERGROUND Unleaded Gas 7901 CRANDON BLVD 12000 UNDERGROUND Vehicular Diesel 18805 NW 27™AVE 12000 UNDERGROUND Unleaded Gas 18805NW27™AVE 1000 UNDERGROUND Emergency Generator Diesel 6100 SW 87™AVE 15000 UNDERGROUND Unleaded Gas 6100 SW 87™AVE 15000 UNDERGROUND Unleaded Gas 6100 SW 87™AVE 15000 UNDERGROUND Vehicular Diesel 6100 SW 87™AVE 500 ABOVEGROUND Emergency Generator Diesel 200W74™PL 12000 UNDERGROUND Unleaded Gas 200W 74th PL 200 ABOVEGROUND Emergency Generator Diesel 200 W74™PL 12000 UNDERGROUND Vehicular Diesel 1001 NW11™ST 12000 UNDERGROUND Unleaded Gas 1001NW11™ST 12000 UNDERGROUND Vehicular Diesel 3575 S LEJEUNE RD 12000 UNDERGROUND Unleaded Gas 4801 SW 117™AVE 12000 UNDERGROUND Unleaded Gas 4801 SW 117™AVE 12000 UNDERGROUND Vehicular Diesel 3625 NW 10™AVE 6000 ABOVEGROUND Unleaded Gas 3625NW10™AVE 6000 ABOVEGROUND Vehicular Diesel 800 W 3rd AVE 10000 UNDERGROUND Unleaded Gas 8950SW232NUST 12000 UNDERGROUND Unleaded Gas 8950SW232NBST 12000 UNDERGROUND Vehicular Diesel 4300 NW20™ST BLDG3042 10000 ABOVEGROUND Unleaded Gas 4300NW20™ST BLDG3042 10000 ABOVEGROUND Unleaded Gas 4300NW20mST BLDG3042 10000 ABOVEGROUND Vehicular Diesel 5975 MIAMI LAKES DR 20000 UNDERGROUND Unleaded Gas 5975 MIAMI LAKES DR 200 ABOVEGROUND Emergency Generator Diesel VIRGINIA BCH RD-VIRGINIA KEY 6000 ABOVEGROUND Vehicular Diesel VIRGINIA BCH RD-VIRGINIA KEY 6000 ABOVEGROUND Unleaded Gas 2575 NE 1515T ST 12000 ABOVEGROUND Vehicular Diesel 17 MIAMI-DADE COUNTY QUOTE NO.:6-2015 2575NE 151st ST 12000 ABOVEGROUND Unleaded Gas 1504 NORTH CARIBEAN BLVD 9000 ABOVEGROUND Unleaded Gas 1504 NORTH CARIBEAN BLVD 3000 ABOVEGROUND Vehicular Diesel 799 NW 81TH STREET 12000 UNDERGROUND Unleaded Gas 799 NW 81TH STREET 12000 UNDERGROUND Unleaded Gas 799 NW 81 TH STREET 1000 UNDERGROUND Emergency Generator Diesel 213000 NW47B'AVE 20000 ABOVEGROUND Vehicular Diesel 213000 NW 47m AVE 20000 ABOVEGROUND Vehicular Diesel 213000 NW 47th AVE 12000 ABOVEGROUND Unleaded Gas 213000 NW47m 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 7:00 AM and 3:00 PM to the Heet Management Division shall be scheduled between the hours of ,Mondays through Fridays. ISP/Facilities and Utilities:Diesel Fuel 2901 W FLAGLER ST 500 200 NW 15"ST 6000 175NW 1st AVE 2500 ND12600NW42NU AVE 550 1351NW12™ST 8000 270 NW 2 ST 6000 ND5400NW22™AVE 2000 5680SW87™AVE 20000 111 NW 1st ST-SUITE 1st FLOOR 15000 1801 NW 9™AVE 1000 ONE BOB HOPE RD 5000 5600SW87thAVE 6000 9350 SW 248'"ST,WATERTREATMENT 3000 2700 NW 87'"AVE 685 73 W FLAGLER ST 500 18 ssawaiiSg ABOVEGROUND UNDERGROUND UNDERGROUND UNDERGROUND UNDERGROUND UNDERGROUND UNDERGROUND UNDERGROUND UNDERGROUND ABOVEGROUND UNDERGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND UNDERGROUND Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Diesel Generator Emergency Generator Diesel Emergency Diesel Generator Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator MIAMI-DADE COUNTY QUOTE NO.:6-2015 Diesel 1015 N AMERICAN WAY 2500 UNDERGROUND Generator/Pump Diesel 6010SW87™AVE 2 000 ABOVEGROUND Emergency Generator Diesel 150 NE 69 ST. 8255 NW MIAMI CT. 191 NE75ST. 2200 NW 54 ST 930 NW 95'"ST 950 NW 95'"ST zmr3000NW3""AVE 1701 NW 2™".Ct. 800 NW 13'"AVE 1403/05 NW 7'"ST 2920 NW 18 AVE 154 SW 17 AVE, 1759 SW 5 St. 1000 1000 3000 500 1000 1000 1000 1000 1000 500 3000 500 500 1000 ABOVEGROUND Emergency Generator Diesel ABOVEGROUND Emergency Generator Diesel ABOVEGROUND Emergency Generator Diesel ABOVEGROUND Emergency Generator Diesel ABOVEGROUND Emergency Generator Diesel ABOVEGROUND Emergency Generator Diesel ABOVEGROUND Emergency Generator Diesel ABOVEGROUND Emergency Generator Diesel ABOVEGROUND Emergency Generator Diesel ABOVEGROUND Emergency Generator Diesel ABOVEGROUND Emergency Generator Diesel ABOVEGROUND Emergency Generator Diesel ABOVEGROUND Emergency Generator Diesel ABOVEGROUND Emergency Generator Diesel ~) 935 SW 30 AVE. 490NE2NUAVE.1000 ABOVEGROUND Emergency Generator Diesel J ~) Transit Department:Gasoline and Diesel Fuel 3300NW32ndAVE 3300 NW 32™AVE 3300 NW 32ND AVE 3300NW 32nd AVE 3300NW32nd AVE ND3300NW32WU AVE 2775SW74™AVE 2775SW74™AVE 2775 SW74™AVE 2775SW74TTrAVE 2775SW74™AVE 6601NW72ndAVE 6601 NW72"°AVE 360NE185™Sf 360 NE 185™ST 360NE185™ST 360NE185™ST 360 NE 185™ST 360NE185™ST 3300 NW32NU AVE 6000 ABOVEGROUND 12000 ABOVEGROUND 12000 ABOVEGROUND 12000 ABOVEGROUND 12000 ABOVEGROUND 12000 ABOVEGROUND 12000 ABOVEGROUND 12000 ABOVEGROUND 12000 ABOVEGROUND 12000 ABOVEGROUND 12000 ABOVEGROUND 7000 ABOVEGROUND 10000 ABOVEGROUND 4000 ABOVEGROUND 12000 ABOVEGROUND 12000 ABOVEGROUND 12000 ABOVEGROUND 12000 ABOVEGROUND 12000 ABOVEGROUND 500 ABOVEGROUND 19 Unleaded Gas Vehicular Diesel Vehicular Diesel Vehicular Diesel Vehicular Diesel Vehicular Diesel Vehicular Diesel Vehicular Diesel Vehicular Diesel Vehicular Diesel Vehicular Diesel Unleaded Gas Vehicular Diesel Unleaded Gas Vehicular Diesel Vehicular Diesel Vehicular Diesel Vehicular Diesel Vehicular Diesel Emergency Generator Diesel ^ MIAMI-DADE COUNTY 3300 NW32™AVE 500 ABOVEGROUND 3300 NW32™AVE 2775 SW 74WAVE 2000 ABOVEGROUND 1000 ABOVEGROUND 2775SW74™AVE seoNEiss^ST 500 ABOVEGROUND 1000 ABOVEGROUND 8300 S DIXIE HWY IIONWS^ST 550 UNDERGROUND 5000 Note:FuelDeliveriesto the Transit Department shallbe scheduled between the hours of8:00AM and4:00PM,Mondays through Saturdays. Police Department:Diesel Fuel 9105 NW 25'"AVE 6000 10000 SW 142nd Avenue 1200 7617 SW 117th Avenue 180 7707 SW 17th Avenue 1200 9601 NW 58th Street 1200 5975 Miami Lakes Drive 1200 •TH,18805 NW27'"Avenue 3000 10800 SW 211th Street 1200 13930 SW 127th Avenue 1200 799 NW 81st Street 3000 15665 Biscayne Blvd 1200 UNDERGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVE GROUND Park and Recreation:Gasoline and Diesel Fuel QUOTE NO.:6-2015 Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel(Low-Sulfur/ Dyed) Emergency Generator Diesel(Low-Sulfur/ DyedJ_ Emergency Generator Diesel (Low-Sulfur/ Dyed) Emergency Generator Diesel (Low-Sulfur/ Dyed) Emergency Generator Diesel (Low-Sulfur/ Dyed) Emergency Generator Diesel (Low-Sulfur/ Dyed) Emergency Generator Diesel (Low-Sulfur/ Dyed) Emergency Generator Diesel (Low-Sulfur / Dyed) Emergency Generator Diesel (Low-Sulfur/ Dyed) Emergency Generator Diesel (Low-Sulfur/ Dyed} ^^^^Sffl^^i^^^ft '^SBBKmmKtSt TAMIAMI PARK 10901SW24™ST 550 UNDERGROUND Unleaded Gas TAMIAMI PARK 10901SW24™ST 550 UNDERGROUND Vehicular Diesel COUNTRY CLUB OF MIAMI 6801 MIAMI GARDENS DR 500 ABOVEGROUND Unleaded Gas COUNTRY CLUB OF MIAMI 6801 MIAMI GARDENS DR 500 ABOVEGROUND Vehicular Diesel GREYNOLDS PARK 17350W DIXIE HWY 1000 ABOVEGROUND Unleaded Gas GREYNOLDS PARK 17350 W DIXIE HWY 300 ABOVEGROUND Vehicular Diesel 20 MIAMI-DADE COUNTY CRANDON GOLF CRANDON GOLF PALMETTO GOLF PALMETTO GOLF TAMIAMI PARK TAMIAMI PARK KENDALL SHOPS ZOO MIAMI ZOO MIAMI Redland Fruit & spice VIZCAYA 6700 CRANDON BLVD 6701 CRANDON BLVD 9300SW152ndST 9300SW152nd ST 11201 SW 24™ST 11201 SW 24th ST 11395 SW79th ST 12400 SW 152nd ST 12401 SW 152nd ST 24801 SW 187th Ave 3251 S MIAMI AVE 500 500 1000 280 1000 500 550 500 500 300 2000 ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND QUOTE NO.:6-2015 Vehicular Diesel Unleaded Gas Unleaded Gas Vehicular Diesel Unleaded Gas Vehicular Diesel Emergency Generator Diesel Unleaded Gas Emergency Generator Diesel Diesel,Irrigation Pump Emergency Generator Diesel Marinas Re-Sell Gasoline To The Public: CRANDON MARINA 4000 Crandon Blvd. CRANDON MARINA 4000 Crandon Blvd. CRANDON MARINA 4001 Crandon Blvd. PELICAN HARBOR MARINA 1275NE 79 St. Water and Sewer:Diesel Fuel 10450 FOUNTAINBLEU BLVD 1000 2201NW70™AVE 2000 4801 SW 117™AVE 4801SW 117™AVE 1000 1000 10075NW 52ND ST 1000 17435NW89™AVE 1000 VIRGINIA BCH RD-VIRGINIA KEY 6000 VIRGINIA BCH RD-VIRGINIA KEY 6000 VIRGINIA BCH RD-VIRGINIA KEY 25000 VIRGINIA BCH RD-VIRGINIA KEY 25000 VIRGINIA BCH RD-VIRGINIA KEY 25000 VIRGINIA BCH RD-VIRGINIA KEY 25000 390 NW RIVER DR 25000 390 NW RIVER DR 1001NW11™ST 25000 2000 10000 Underground Premium 10000 Underground Mid-Grade 10000 Underground Diesel Died 10000 Underground Diesel,Boat ABOVEGROUND UNDERGROUND UNDERGROUND UNDERGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND ABOVEGROUND 21 Vehicular Diesel Vehicular Diesel Vehicular Diesel Vehicular Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel Emergency Generator Diesel MIAMI-DADE COUNTY QUOTE NO.:6-2015 19500SW376™ST 2000 ABOVEGROUND Emergency Generator Diesel HAMMOCKS BLVD&SW 103RD ST 250 ABOVEGROUND Emergency Generator Diesel 6455NW7thST 550 UNDERGROUND Generator/Pump Diesel 35250 SW 177™COURT 2000 ABOVEGROUND Emergency Generator Diesel 461NW5thAVE 6000 ABOVEGROUND Emergency Generator Diesel 10101-A COASTA DEL SOL BLVD 500 ABOVEGROUND Emergency Generator Diesel 6200NW32ndAVE 1000 ABOVEGROUND Emergency Generator Diesel 1530NW111THAVE 2000 ABOVEGROUND Emergency Generator Diesel 18 FISHER ISLAND 1000 UNDERGROUND Emergency Generator Diesel 8324NW 7TH ST 1000 UNDERGROUND Emergency Generator Diesel 7341 SWei^CT 1000 ABOVEGROUND Emergency Generator Diesel 1 NW BLVD 10000 ABOVEGROUND Emergency Generator Diesel 2400NW76thST 550 UNDERGROUND Emergency Generator Diesel 925 BISCAYNE BLVD 10000 ABOVEGROUND Emergency Generator Diesel 12700NW30thAVE 10000 ABOVEGROUND Emergency Generator Diesel 12700NW30™AVE 10000 ABOVEGROUND Emergency Generator Diesel 354 SUNNY ISLES BLVD 2000 ABOVEGROUND Emergency Generator Diesel 17800NW29™CT 1000 ABOVEGROUND Emergency Generator Diesel 19400 NE 10 AVE 1000 ABOVEGROUND Emergency Generator Diesel 21411NW47™AVE 500 ABOVEGROUND Emergency Generator Diesel 19975 AVENTURA BLVD 250 ABOVEGROUND Emergency Generator Diesel 15000NW37™AVE 2000 ABOVEGROUND Emergency Generator Diesel 13760NE5™AVE 2000 ABOVEGROUND Emergency Generator Diesel 1825 NE 150 ST 2000 ABOVEGROUND Emergency Generator Diesel 5700E8™AVE 1000 ABOVEGROUND Emergency Generator Diesel 20901NW7™AVE 1000 ABOVEGROUND Emergency Generator Diesel 12400NW32ndAVE 1000 ABOVEGROUND Emergency Generator Diesel 13920NW60™AVE 1000 ABOVEGROUND Emergency Generator Diesel 3750NW 181st ST 6000 ABOVEGROUND Emergency Generator Diesel 7301 NW186™ST WOO ABOVEGROUND Emergency Generator Diesel 7900 NW 178 ST 1000 ABOVEGROUND Emergency Generator Diesel 3300W76™ST 4000 UNDERGROUND Emergency Generator Diesel 20215NW 2ND AVE 1000 ABOVEGROUND Emergency Generator Diesel 3150NW208™ST 1000 ABOVEGROUND Emergency Generator Diesel 2451NE203rd ST 1000 UNDERGROUND Emergency Generator Diesel 21101NE28™AVE 1000 UNDERGROUND Emergency Generator Diesel 19201NE29™AVE 2000 ABOVEGROUND Emergency Generator Diesel 3801 SUNNY ISLE BLVD 2000 UNDERGROUND Emergency Generator Diesel 6452 MEDITERRANEAN BLVD 500 UNDERGROUND Emergency Generator Diesel 17902 NW MEDITERREAN BLVY 550 UNDERGROUND Emergency Generator Diesel 19091 NW62ndAVE 500 UNDERGROUND Emergency Generator Diesel 16650NE79™AVE 1000 UNDERGROUND Emergency Generator Diesel 3601 NE207™ST 1000 UNDERGROUND Emergency Generator Diesel 3650NE 213™ST 1000 UNDERGROUND Emergency Generator Diesel 15700 NW79™AVE 1000 ABOVEGROUND Emergency Generator Diesel 16547NW87™AVE 1000 UNDERGROUND Emergency Generator Diesel 19802NW82ndPL 1000 UNDERGROUND Emergency Generator Diesel 10700 SW 147™AVE 1000 UNDERGROUND Emergency Generator Diesel 22 Htiliyw/' MIAMI-DADE COUNTY QUOTE NO.:6-2015 14799SW117™AVE 1000 ABOVEGROUND Emergency Generator Diesel 18445 OLD CUTLER RD 2000 UNDERGROUND Emergency Generator Diesel SW 117 AVE &208 ST 6000 UNDERGROUND Emergency Generator Diesel 12650SW150™ST 1000 UNDERGROUND Emergency Generator Diesel 6210 SW 128™AVE 1000 ABOVEGROUND Emergency Generator Diesel SW142ndAVE 4 92ndST 1000 ABOVEGROUND Emergency Generator Diesel 8700 SW 95™AVE 10000 ABOVEGROUND Emergency Generator Diesel 8700SW95™AVE 10000 ABOVEGROUND Emergency Generator Diesel 8260SW97™ST 3000 ABOVEGROUND Emergency Generator Diesel 17935SW104™AVE 2000 ABOVEGROUND Emergency Generator Diesel 19340SW112™CT 500 ABOVEGROUND Emergency Generator Diesel 11380SW38™ST 1000 ABOVEGROUND Emergency Generator Diesel 2545SW122ndCT 1000 ABOVEGROUND Emergency Generator Diesel 12480SW18™ST 500 ABOVEGROUND Emergency Generator Diesel 1301SW122ndAVE 1000 ABOVEGROUND Emergency Generator Diesel 15550SW80™ST 250 ABOVEGROUND Emergency Generator Diesel 1199SW134™AVE 1000 ABOVEGROUND Emergency Generator Diesel 15840 SW 127™AVE 2000 ABOVEGROUND Emergency Generator Diesel 4801SW117™AVE 500 ABOVEGROUND Emergency Generator Diesel 11991 SW34™ST 500 ABOVEGROUND Emergency Generator Diesel 555SE8™ST 6000 UNDERGROUND Emergency Generator Diesel SW147™AVE&304™ST 6000 ABOVEGROUND Emergency Generator Diesel 10350 PUERTO RICO DR 1000 ABOVEGROUND Emergency Generator Diesel 2575NE 151st ST 100000 ABOVEGROUND Emergency Generator Diesel 2575NE 151st ST 100000 ABOVEGROUND Emergency Generator Diesel 2575NE 151st ST 6000 ABOVEGROUND Generator/Pump Diesel 29200 SW 142 ND AVE 2000 ABOVEGROUND Emergency Generator Diesel 8300 COMMERCE WAY 1000 UNDERGROUND Emergency Generator Diesel 15225 HARDING DR 2000 ABOVEGROUND Emergency Generator Diesel 15800SW336™ST 1000 ABOVEGROUND Emergency Generator Diesel 15800 SW 336™ST 1000 ABOVEGROUND Emergency Generator Diesel W2nd&75PLACE 6000 ABOVEGROUND Emergency Generator Diesel SW 107™AVE&72ndST 6000 ABOVEGROUND Emergency Generator Diesel 8950 SW 232nd ST 25000 ABOVEGROUND Emergency Generator Diesel 8950SW232nd ST 25000 ABOVEGROUND Emergency Generator Diesel 8950SW232nd ST 25000 ABOVEGROUND Emergency Generator Diesel 8950 SW 232nd ST 2000 ABOVEGROUND Emergency Generator Diesel 8950 SW 232nd ST 25000 ABOVEGROUND Emergency Generator Diesel 8950 SW 232nd ST 25000 ABOVEGROUND Emergency Generator Diesel 3880NW25™ST 2500 UNDERGROUND Emergency Generator Diesel 21069 BISCAYNE BLVD 1000 ABOVEGROUND Emergency Generator Diesel 201 EASTWOOD DR 1000 UNDERGROUND Emergency Generator Diesel 18820 NE29™AVE 1000 ABOVEGROUND Emergency Generator Diesel 390 NW NORTH RIVER DRIVE 30000 ABOVEGROUND Emergency Generator Diesel 700 WEST SECOND AVENUE 5500 Emergency Generator Diesel 331NE9™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 83"u STREET 900W2ndAVENUE 12000 200000 ABOVEGROUND ABOVEGROUND Emergency Generator Diesel Emergency Generator Diesel RICHMOND HEIGHTS 500 Emergency Generator Diesel STATION #968 1000 Emergency Generator Diesel GOULDS PERRINE 8901 SW 58™STREET 8000 14000 ABOVEGROUND Emergency Generator Diesel Emergency Generator Diesel DADE COLLIER TRAIN &TRANSl 5000 Emergency Generator Diesel NW 107 &12 STREET 500 Emergency Generator Diesel 10105 COSTA DEL SOL BLVD 550 Emergency Generator Diesel 24 MIAMI-DADE COUNTY QUOTE NO.:6-2015 SAMPLE INVOICE SHIP TO: BILL TO: DIESEL/GASOLINE OPS DAILY PRICING SERVICE ADDER (PER GALLON) TOTAL PRICE PER GALLON NET GALLONS SUPPLIED UNrr TAXES &FEES MIAMI-DADE USERACCESSFEE(2%ofTotal Fuel Cost) MIAMt-DADE INSPECTOR GENERAL FEE(.25%of Total Fuel Cost) MIAMI-DADE CO GAS TAX FED EXC LUST GOVT TA FL INSPECTION FEE FLMTR FUEL TAX FL POLLUTION TAX FED ENV REC FEE 25 INVOICE #: INVOICE DATE: REMIT TO: VENDOR FEIN: ACCOUNT# Order # PO# UNIT COST $2.00 0.3554 $2.3554 7000 TOTAL FUEL COST (Total Price per Gallon x Net Gallons Supplied) $329.76 $41.22 0.160000 $1,120.00 0.001000 $7.00 0.001250 $8.75 0.149000 $1,043.00 0.020714 $145.00 $8.31 TOTAL TAXES INVOICE TOTAL $16,487.80 $2,332.06 $19,190.84 ~) ~) Internal Services Department Procurement Management Division Addendum No.1 TO:All Pool Bidders DATE:March 2,2015 INVITATION TO QUOTE NO.:6-2015 TITLE:ITQ,Gasoline and DieselFuel ThisAddendum becomes partoftheabove-mentioned solicitation. A.The following arerequestsfor clarification and/or question,andthe corresponding response. 1.Canonevendor win transportandonevendor win tankwagon? Response:No.Award will bemadeinthe aggregate ona group bygroupbasistothelowest pricedresponsive,responsibleBidder. C All terms,covenants and conditions ofthe subject solicitation shall apply,except to the extent herein amended. Procurement Contracting Officer 2 CC:Clerk of the Board CO icv: £ CMU-1 0 on Q£SET Ll:M* O 05 -3<—> 3* CLERK OF THE 88ARO internal sendees Departn,eFHAR20AH8!31 Procurement Management Diy^r^i^ry^*c*UNTY cm ¥lAMI-0ADE'6flUNTY.FLA. Addendum No.2 TO:All PoolBidders DATE:March 19,2015 INVITATION TO QUOTE NO.:6-2015 TITLE:ITQ,Gasoline and Diesel Fuel ThisAddendum becomes partoftheabove-mentioned solicitation. A.Revision to the Solicitation. 1.Theduedateofsealed bids has changed from April 1st,2015 at 2:00PM to Aoril 8th.2015 at 2:00'PM.All else remains the same.Bidders are reminded that quotes will NOT be accepted by e-mail,telephone,orfacsimile. 2.ChangetheFuelTaxRatestableonPage4as follows.UndertheGasoline column androw titled Motor Fuel-On/Off the Road (State),changethetaxrate from 0.173to 0.174.Thetable represents thelatesttax rate information.Therefore,the information is subject tochange during thetermofthis Invitation to Quote (ITQ). B.The following are requests for clarification and/or question,and the corresponding response. 1.Request for two (2)invoices per month of County's current contract delivered by your current vendor(s)and corresponding bill of ladings ofeach gasoline anddiesel fuel.These invoices could bejust from oneor two ofthe 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 arethe Internal Services Department /Fleet Management Division (ISD/FM),which is the largest consumer of gasoline and second largest consumer of diesel,and Miami-Dade Transit (MDT), which isthe largest consumer of diesel.Responses to questions 2,3,and4are also basedon these two departments*consumption.Please see copies of invoices attached tothesame e-mail containing this Addendum. 2.Please provide us with recently used invoices off of the current contract with their corresponding BOL's foreachtypeof fuel andeach type of delivery? Response:Please see responseto 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(DieselandUnleaded) 4.Approximately how many orders ayearare split loads to two separatefacilities? Response:On average,ISD has about 20 split orders a year.This occurs when a transport delivery is requested but the siteis unable to accept the entire load,or during emergency 1 n /"*^Uk ,/^\ J$^\, r j^^»\ situations.MDT has approximately 19 split orders a year for unleaded fuel for thetankwagon goingto the threegarages.Nonefordiesel. 5.Justto confirm,all taxesandfeesinthe table onpg.4ofthe solicitation will be listed asseparate line items on invoices and don't need tobe added intoour differential? Response:Yes,as applicable toeach fuel. 6.Looking for a tabulation sheet from last year's bid. Response:Pleasesee referenced Tally Sheet attached tothesame e-mail containing this Addendum. 7.Please provide monthly usage report broken downby month for thelast 12 months? Response:Belowarethe total numbers of gallons delivered to all County departments per fuel type during the previous 12months.Usage numbers should correlate with delivery numbers,but duetothe large number ofsites within several departments,usage numbers arenot readily available. Diesel Gasoline Mar-14 1,390,582.00 Mar-14 628,957.00 Apr-14 1,350,433.00 Apr-14 590,691.00 May-14 1,574,509.00 May-14 688,127.00 Jun-14 1,340,640.00 Jun-14 607,122.00 Jul-14 1,519,624.00 Jul-14 662,743.00 Aug-14 1,415,799.90 Aug-14 636,693.30 Sep-14 1,497,049.00 Sep-14 630,222.00 Oct-14 1,521,151.00 Oct-14 643,522.00 Nov-14 1,271,409.00 Nov-14 533,262.00 Dec-14 1,374,579.70 Dec-14 616,228.10 Jan-15 1,384,765.00 Jan-15 596,395.00 Feb-15 1,223,501.00 Feb-15 526,311.00 8.Haveany addenda otherthan#1 been released? Response:No. 9.When is the anticipated award date? Response:Approximately 1-2 weeks before May 151. 10.Whenisthe first board meeting afterthe bid opening? Response:Awardofthereferenced Invitation toQuote (ITQ)doesnot require board approval. 11.Will adecisionbemadeattheboard meeting orsometimebeforethen? Response:See response toquestionnumber9and 10. 12.Canthe County acceptupto5%bioinyourdieselfuel? Response:Yes,as longasit'sUltraLow Sulfur Diesel. 13.Whatisthepercentpreferencegiventoa local bidder? Response:Please follow link belowtothe LOCAL PREFERENCE Paragraph 1.10 (C)ofthe general terms and condition.ThelinkisalsofoundinSection 1,Paragraph1oftheITQ. http://www.miamfdade.qov/procu^ 14.Does the percent preference apply to the bid margins or bid totals?/^S Response:Local Preference is applied tothe price for ail items within a Group. 15.Isthe public invited toattendthe bid opening?If so,what information will be read aloud atthe opening? Response:A public openingisnotscheduled. 16.Howsoonafterthe bid opening will preliminary bid tabulations be available? Response:Within 30days,but usually sooner. 17.Would theCounty 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 because forrejection. Response:TheCounty will notconsideran alternate firm fixed price. All terms,covenants and conditions ofthe subject solicitationshallapply,except to the extent herein amended. Procurement Contracting Officer CC:Clerk of the Board ^ .s^k Miami-Dade County SECTION 1 GENERAL TERMS AND CONDITIONS 1.1.DEFINITIONS Bid/Proposal -shallrefertoanyoffer(s)submittedinresponsetothis solicitation. Bidder/Contractor/Proposer -shallrefertoanyone submitting a Bid in response to this solicitation. BidSolicitation -shallmeanthis solicitation documentation,including any and all addenda. Solicitation Submittal Form -must be completed andsubmittedwith Bid/Proposal.TheBiddershouldindicateitsnameintheappropriate space on each page. County -shallrefertoMiami-DadeCounty.Florida ISD -shallrefertotheMiami-DadeInternal Services Department. PMS -shallrefertothe Miami-Dade ProcurementManagement Services Division within theInternalServicesDepartment (ISD). Registered Vendor -shallrefertoa firm that hascompletedthe Miami-Dade CountyBusinessEntityRegistrationprocessviathe County'sonlineVendorPortalandhassatisfiedallrequirementsto enter into business agreements withtheCounty. Successful Bidder/Proposer -shallmeanthe Bidder(s)/Proposer(s) recommended for award. Vendor Registration -shallrefertotheonlineBusiness Entity Registration Application. BidSync -shallrefertotheelectronicbiddingSystemused to solicit andreceivesolicitation responses fortheCounty. Foradditionalinformation about online vendor registration, please contact the Vendor Services Section at 111N.W.1st Street, 13th Floor,Miami,FL 33128;Phone 305-375-5773.Vendorscan register online by visiting the Vendor Services Section of PMS' web site at htto://www.mlamidade.qov/procurernent/v8ndor- reaistration.asp 1.2.INSTRUCTIONS TO BIDDERS A.Bidder Qualification It isthepolicyoftheCountyto encourage full andopen competition amongallavailable qualified vendors.All vendors regularly engagedin thetypeofworkspecifiedintheBid Solicitation areencouragedto submitBids.Tobe eligible forawardofacontract (including small purchaseorders),BiddersmustbecomeaRegistered Vendor.Only RegisteredVendorscanbe awarded Countycontracts.Vendorsare requiredto register with the County by visiting the Vendor Services Section of PMS'web site at http.7Afyww.miamidade.qov/Drocurement/vendor-realstration.asp TheCounty endeavors toobtaintheparticipationofall qualified small business enterprises.For information andtoapplyfor certification, contactSmallBusinessDevelopmentat 111 N.W.1Street.19*Floor, Miami.FL33128-1900.orbytelephoneat305-375-3111.County employees and board members wishingto da business withthe CountyarereferredtoSection 2-11.1 ofthe Miami-Dade CountyCode relating to Conflict of Interest and Code of Ethics. B.Vendor Registration Effective September 15,2014,to be recommended foraward,the CountyrequiresthatvendorscompleteaMiami-DadeCountyVendor Registration via PMS*online Vendor Portal: htto-7A>>ww.miamidade.gov/procurement/vendor-reqistration.asD Thevendormusthavethe following documentspriorto registration: Miami-Dade CountyLocalTaxReceipt(forfirmswithaphysical locationwithin Miami-Dade County),Certificateof Incorporation,W-9, IRS Letter 147Candan Original Notarized SummaryPage.During the onlineregistrationprocess,thevendorshallcompletetheCounty's Uniform Affidavit Packet (Affidavit Form).In ordertocompletethe online registration process,thevendorshallmailthe Original Notarized Summary Page within48hoursofregisteringto the VendorServices Sectionat111 N.W.1*Street,13th Floor,Miami,FL33128for approval. Intheeventthatthe vendor's onlineregistrationsubmittalisnot approved,the County may inits sole discretion,awardto the next 9/24/14-Revision 14-3 lowestresponsive,responsible Bidder.In becomingaRegistered Vendorwith Miami-Dade County,thevendor confirms its knowledge of andcommitmenttocomplywith the following: 1.Miami-Dade County Ownership Disclosure Affidavit (Sec.2-8.1oftheCounty Code) 2.Miami-Dade County Employment Disclosure Affidavit (County Ordinance No.90-133,amending Section 2.8-1(d)(2) of theCountyCode) 3.Miami-Dade Employment Drug-free Workplace Certification (Section2-8.1.2(b)oftheCountyCode) 4.Miami-Dade Disability and Nondiscrimination Affidavit (Article 1,Section 2-8.1.5 Resolution R182-00Amending R-385-95) 5.Miami-Dade County Debarment Disclosure Affidavit (Section 10.38 oftheCountyCode) 6.Miami-Dade County Vendor Obligationto County Affidavit (Section 2-8.1oftheCountyCode) 7.Miami-Dade County Code of Business Ethics Affidavit (Article 1,Section 2-8.1(i)and 2-11(b)(1)ofthe County Code through (6)and(9)ofthe County Code and County Ordinance No 00-1 amending Section 2-11.1(c)ofthe County Code) 8.Miami-Dade County Family Leave Affidavit (ArticleV of Chapter11 oftheCountyCode) 9.Miami-Dade County Living Wage Affidavit (Section 2-8.9 oftheCountyCode) 10.Miami-DadeCounty Domestic Leaveand Reporting Affidavit (Article 8,Section 11A-60 11A-67ofthe CountyCode) 11.Subcontracting Practices (Ordinance97-35) 12.Subcontractor/Supplier Listing (Ordinance97-104) 13.W-9 and IRS Letter 147C The vendormustfurnish these formsasrequiredbytheInternal Revenue Service. 14.Social Security Number In ordertoestablishafileforyour firm,youmust provide your firm'sFederalEmployerIdentificationNumber (FEIN).Ifno FEIN exists,theSocial Security Number ofthe owner orindividualmust beprovided.This number becomesyour "County Vendor Number".TocomplywithSection119.071(5)oftheFlorida Statutes relatingtothecollectionofanindividual'sSocialSecurity Number,beawarethatPMS requests theSocialSecurityNumber for the following purposes: •Identification of individual account records •Tomake payments to individual/vendor for goods and services providedtoMiami-DadeCounty •Taxreporting purposes •To provide a unique identifier inthe vendor database that maybe used for searching andsorting departmental records 15.Office of the Inspector General Pursuant to Section 2-1076 of the County Code. 16.Small Business Enterprises (SBE) TheCounty endeavors toobtainthe participation ofallsmall business enterprises pursuant toSections 2-8.2,2-8.2.3and2- 8.2.4 oftheCounty Code and True 49 of theCodeofFederal Regulations.The SBE programprovisionsareavailableat http^/www.miamidade.qov/business/business-development- leqislation.asp. 17.Antitrust Laws By acceptance ofany contract,thevendor agrees tocomply with all antitrust laws of the United States and the State of Florida. C Public Entity Crimes Tobe eligible for award ofa contract,firmswishingtodo business with the County must comply with the following: Pursuant to Section 287.133(2)(a)of the Florida Statutes,apersonor affiliate whohasbeenplacedonthe convicted vendorlist following a convictionforapublicentity crime maynotsubmitaBidona contract toprovideanygoodsor services toapublicentity,maynotsubmita Bid onacontractwith apublicentityforthe construction or repair ofa Miami-Dade County SECTION 1 GENERAL TERMS AND CONDITIONS public buildingorpublic work,maynot submit Bidson leases ofreal property toapublicentity,maynotbe awarded orperformworkasa contractor,supplier,subcontractor,or consultant under a contract with any public entity,andmaynottransactbusiness with any public entity in excess of the threshold amountprovidedin Section 287.017 ofthe Florida Statutes,for CATEGORY TWOforaperiodof36monthsfrom the date ofbeing placed onthe convicted vendor list. D.Request for Additional Information 1.PursuanttoSection 2-11.1(t)oftheCountyCode,all Bid Solicitations,once advertised and until an award recommendation hasbeen forwarded totheappropriate authority areunderthe "ConeofSilence".Any communication or inquiries,exceptfor clarification ofprocessorprocedurealreadycontainedinthe solicitation,aretobemadeinwritingtotheattentionofthe Procurement Officer identified onthefrontpageofthe solicitation viatheBidSyncSystemwithacopy sent tothe Cleric ofthe Board,clerkbcc@mlamidade.oov. 2.Procurement Management mayissuean addendum inresponse toany inquiry received,prior to Bid opening,which changes,adds toor clarifies theterms,provisions or requirements ofthe solicitation.The Bidder shouldnotrelyonany representation, statement orexplanation whether writtenorverbal,other than thosemadeinthisBid Solicitation documentorinanyaddenda issued.Where there appears to be aconflict between thisBid Solicitationand any addenda,the last addendum issued shall prevail. 3.Itisthe Bidder's responsibility toensurereceiptof all addenda, andanyaccompanyingdocumentation. E.ContentsofBidSolicitationand Bidders'Responsibilities 1.It isthe responsibility ofthe Bidder tobecome thoroughly familiar with theBidrequirements,termsand conditions ofthis solicitation. Pleas of ignorance bytheBidderof conditions thatexistorthat mayexist will notbeacceptedasabasisfor varying the requirements ofthe County,orthecompensationtobepaidtothe Bidder. 2.In theeventaBidderwishestoprotestanypartoftheGeneral Conditions,Special Conditions and/or Technical Specifications contained inthe Bid Solicitation itmustfilea notice ofprotestin writing with theissuingdepartmentnolaterthan48hours prior to theBidopeningdateandhourspecifiedinthe solicitation.Failure tofileatimelynoticeofprotest will constituteawaiverof proceedings. 3.This solicitation issubjecttoalllegalrequirementscontainedin the applicable County Ordinances,Administrative/Implementing Orders,andResolutions,aswellasall applicable State and Federal Statutes.Where conflict exists between this Bid Solicitation andtheselegal requirements,the authority shall prevailinthefollowing order Federal,State and local. 4.It isthe responsibility ofthe Bidder/Proposer,prior to conducting any lobbying regarding this solicitation to file the appropriate form with the Clerkof the Board stating that a particular lobbyist is authorized to represent the Bidder/Pronosar.The Bidder/Proposer shallalsofileaformwith the Clerkof the Board atthe point intimeat which a lobbyist isno longer authorized to representsaid Bidder/Proposer.Failureofa Bidder/Proposer to filetheappropriateformrequired,inrelationtoeach solicitation, maybe considered asevidencethatthe Bidder/Proposer isnota responsible contractor. F.Change or Withdrawal of Bids 1.Changes to Bid -Prior tothe scheduled Bid opening a Bidder may changeits Bid by submitting anew Bid viathe BidSync System. NochangestoaBid will beacceptedafterthe Bid hasclosed. 2.WithdrawalofBid-ABidshall be irrevocable unless the Bidis withdrawn as provided herein.Abidmaybe withdrawn one hundred-eight (180)daysafterthe Bid hasbeen opened and prior toaward,bysubmittingalettertothecontactperson identified on thefront cover ofthisBidSolicitation.The withdrawal letter must beon company letterhead andsignedbyan authorized agentof the Bidder. 9/24/14-Revision 14-3 G.Conflicts within the Bid Solicitation Where there appears tobeaconflict between the General Terms and Conditions,Special Conditions,theTechnical Specifications, theBidSubmittal Section,orany addendum issued,the order of precedence shall be:the last addendum issued,the Bid Submittal Section,theTechnicalSpecifications,the Special Conditions,and then the General Terms and Conditions. H.Prompt Payment Terms 1.It isthepolicyof Miami-Dade Countythatpaymentforall purchases by County agencies and the Public Health Trust shall bemadeinatimelymannerandthatinterestpaymentsbemade onlate payments.In accordance withFlorida Statutes,Section 218.74andSection2-8.1.4ofthe Miami-Dade CountyCode,the timeatwhichpaymentshallbeduefromtheCountyorthePublic Health Trustshallbe forty-five (45)days from receiptofaproper invoice.Thetimeatwhich payment shall be duetosmall businessesshallbe thirty (30)daysfromreceiptofaproper invoice.All payments due fromthe County or the PublicHealth Trust,andnot made withinthetimespecifiedbythissection,shall bear interest fromthirty(30)days after the due date at the rate of one percent (1%)per monthon the unpaid balance.Further, proceedings toresolvedisputesfor payment ofobligationsshall beconcludedbyfinalwrittendecisionoftheCounty Mayor,orhis orher designee(s),notlaterthansixty(60)days afterthe date on whichtheproperinvoicewasreceivedbytheCountyorthePublic Health Trust. 2.The Bidder may oner cash discounts for prompt payments; however,suchdiscounts will notbeconsideredin determining the tpwestpriceduringbid evaluation.Biddersarerequestedto provideprompt payment termsinthe space providedontheBid submittal signature page ofthesolicitation. I.Accounts Receivable Adjustments In accordancewith Miami-Dade County Implementing Order 3-9, AccountsReceivable Adjustments,ifmoneyisowedbythe Contractor tothe County,whether underthis Contract orforany otherpurpose,theCountyreservestherighttoretainsuch amountfrom payment duebyCountytotheContractorunderthis Contract Such retained amountshallbeappliedtotheamount owedby the Contractor totheCounty.The Contractor shall have no further claim to such retained amounts which shall be deemed full accordandsatisfactionoftheamountduebytheCountyto the Contractor for the applicable payment due herein. 1.3.PREPARATION OF BIDS A.Bidders arerequiredto register,freeofcharge,with BidSync to establish a vendor account toview and respond tosolicitations issuedbyMiami-DadeCounty. B.The solicitation submittal form and associated solicitation documentsdefinesrequirementsofitemstobepurchased,and mustbe completed and submitted as outlinedwithinthe solicitation viatheBidSyncSystem.Useofanyotherform will resultin the rejection of the Bidder'soffer. C.The solicitation submittal form mustbe folly completedand provided withyour bid/proposal.Failureto comply withthese requirementsmay cause theBidtoberejected. D.Anauthorized agent ofthe Bidder's firmmustsignthe solicitation submittal form.FAILURE TO SIGN THE SOLICITATION SUBMITTAL FORM SHALL RENDER THE BID NON- RESPONSIVE. E.TheBidder may be considered non-responsive ifbidsare conditionedtomodifications,changes,orrevisionstotheterms and conditions of this solicitation. F.TheBiddermay submit alternate Bid(s)forthe same solicitation provided that such offeris allowable under the terms and conditions.The alternate Bid must meet or exceed the minimum requirements and be submitted ona separate Bid submittal marked "Alternate Bid". G.Whenthereisadiscrepancybetweentheunitpricesandany Miami-Dade County SECTION 1 GENERAL TERMS AND CONDITIONS extended prices,theunit prices willprevail. H.Anoptionalelectronicsubmittalshallnotbeconsideredapartof thebidifitdiffersinany respect fromtherequiredmanual submittalintheoriginalhard copy. 1.4.CANCELLATION OF BID SOLICITATION Miami-Dade County reservestherighttocancel,in whole orin part. any solicitation whenitisinthebestinterestofthe County. 1.5.AWARD OF BID SOLICITATION A.This Bid maybe awarded tothe responsible Bidder meeting all requirements asset forth inthe solicitation.The County reserves therighttorejectanyandallBids,to waive irregularities or technicalities andtore-advertiseforalloranypartofthis Bid Solicitation asdeemedin its bestinterest.The County shallbethe sole judge ofits best interest. B.When thereare multiple lineitemsina solicitation,the County reservesthe right toawardonan individual itembasis,any combination of items,total low Bidorin whichever manner deemedinthebestinterestoftheCounty. C.TheCountyreservestherighttorejectanyandallBidsifitis determined that prices are excessive,best offers are determined to be unreasonable,oritis otherwise determined to be inthe County's best interest todo so. D.TheCounty reserves therighttonegotiatepriceswiththelow bidder,provided that the scope ofworkofthis solicitation remains the same. E.AwardofthisBid Solicitation willonlybemadetofirmsthathave completedthe Miami-Dade CountyBusiness Entity Registration Application andthatsatisfyall necessary legalrequirementstodo business withMiami-Dade County.Firmsdomiciledin Miami- DadeCountymustpresentacopyoftheir Miami-Dade County issued Local Business Tax Receipt. F.Pursuant toCounty Code Section 2-8.1(g),theBidder's performanceasaprime contractor orsubcontractoronprevious Countycontractsshallbetakenintoaccountinevaluatingthe Bid received for this Bid Solicitation. G.ToobtainacopyoftheBid tabulation,uponnoticeofAward Recommendation Bidder(s)may request bid tabulations orother awardinformationbycontacting the contactpersonoutlined within thesolicitation.Information willthen beprovided electronically. H.TheBid Solicitation,any addenda and/or properlyexecuted modifications,thepurchaseorder,workorder,andanychange order(s)shall constitute the contract. I.In accordance with Resolution R-1574-88,the Director of the Internal Services Departmentorauthorized designee will decide all tie Bids. J.AwardofthisBidmaybe predicated oncompliancewithand submittalofallrequired documents as stipulated inthe Solicitation. K.The County reserves theright to request and evaluate additional informationfromanybidder after the submission deadline asthe County deems necessary. 1.6.CONTRACT EXTENSION The County reserves therightto exercise its optiontoextenda contractforuptoonehundred-eighty (180)calendardaysbeyondthe current contract periodandwillnotify the contractor inwritingofthe extension. Thiscontractmaybeextended beyond the initial onehundred-eighty (180)day extension period upon mutual agreement between the Countyandthe successful Bidder(s)uponapprovalbytheBoardof County Commissioners. 1.7.WARRANTY All warranties express and implied,shall be made available tothe Countyfor goods andservices covered bythisBidSolicitation.Ail goodsfurnishedshallbe folly guaranteed bythe successful Bidder againstfactorydefectsandworkmanship.Atno expense tothe County,the successful Biddershall correct anyandall apparent and 9/24/14 -Revision 14-3 latentdefectsthatmayoccurwithin the manufacturer's standard warranty.The Special Conditions oftheBid 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,suppliedbythe awarded Bidder under the Contract shallbe new,warrantedfortheir merchantability,andfitforthe particular purposeherein.Intheeventanyofthematerialssuppliedtothe County bythe awarded Bidder are found tobe defective ordonot conformtospecifications:(1)the materials maybereturnedtothe awarded Bidder atitsexpenseandtheContractterminatedor(2)the CountymayrequiretheawardedBidderto replace thematerialsatits expense. 1.8.ESTIMATED QUANTITIES Estimated quantities or dollars arefor Bidder's guidance only:(a) estimatesarebasedontheCounty'santicipatedneedsand/orusage duringapreviouscontractperiodand;(b)theCountymay use these estimatestodeterminethelowBidder.Estimatedquantitiesdonot contemplateorincludepossibleadditionalquantitiesthatmaybe orderedbyothergovernment,quasi-govemment ornon-profitentities utilizing this contractundertheJointPurchase portion ofthe County User Access Program (UAP)described in Section 2.21of this contract solicitationandtheresultingcontract,ifthatsectionis present inthis solicitation document.No guarantee is expressed orimpliedasto quantitiesordollars that will be used duringthe contract period.The Countyisnotobligatedtoplaceanyorderforthegivenamount subsequent to the award ofthisBid Solicitation. 1.9.NON-EXCLUSIVITY It istheintentof the Countyto enter intoan agreement withthe successful Bidderthat will satisfyits needs as described herein. However,the County reserves theright as deemed inits best interest toperform,or cause tobeperformed,theworkand services,orany portionthereof,hereindescribedinany manner it sees fit,includingbut notlimitedto:awardofother contracts,use ofanycontractor,or performtheworkwithitsown employees. 1.10.LOCAL PREFERENCE The evaluationof competitive bidsis subject to Section 2-8.5 ofthe Miami-Dade CountyCode,which,except wherecontrarytofederaland state law,orany other funding source requirements,providesthat preference begiventolocal businesses. A.A Local Business shall be defined as: 1.a business that has avalidLocal Business TaxReceipt,issued by Miami-Dade Countyat least one year priortobidor proposal submission; 2.a business that has physical business address located within the limitsof Miami-Dade County fromwhich the vendor operates or performs business.Post Office Boxes are not verifiableandshallnotbe used forthepurposeofestablishing said physical address;and 3.a business that contributestotheeconomic development and well-beingofMiami-Dade County inaverifiableand measurable way.Thismay include butnotbelimitedtothe retention and expansion of employment opportunitiesandthe support and increase inthe County's tax base.To satisfy this requirement,the vendorshallaffirmin writing its compliance with either of the following objective criteria as of the bidor proposal submission date stated in the solicitation: (a)vendor has at least ten (10)permanent full time employees,or part time employees equivalent to10FTE ("full-time equivalent"employees working40 hours per week)that livein Miami-Dade County,orat least 25%of its employees that five inMiami-DadeCounty,or (b)vendor contributes to the County's tax base bypaying either real property taxes ortangible personal property taxes to Miami-Dade County,or Miami-Dade County SECTION 1 GENERAL TERMS AND CONDITIONS (c)some other verifiable and measurable contribution to the economic development and well-beingofMiami-Dade County. B.Additionally,a Locally-Headquartered Business shall mean a Local Business as defined above whicha"principalplaceof business"has inMiami-DadeCounty."Principalplaceof business"means the nerve center or the center of overall direction,control,and coordination of activities of thebidder.If the bidder has only one business location,such business location shall be its principal place of business. C.If theLowBidderisanotaLocal Business,then anyandall responsive and responsible Local Businesses submitting aprice withinten percent oftheLowBid,theLowBidder,andanyandall responsive and responsible Locally-Headquartered Businesses submitting a price within fifteen percent of the LowBid,shallhave an opportunity to submit a best and finalbid equal toorlowerthan the Low Bid. D.If theLowBidderisaLocalBusinesswhichisnota Locally- Headquartered Business,thenanyandallresponsiveand responsible Locally Headquartered Businesses submittingaprice withinfive percent of the LowBid,and theLow Bidder shallhave anopportunityto submit a best andfinalbid equal toorlowerthan the Low Bid. E.Atthistime,thereisanInterlocalAgreementfor Reciprocity of Local Business and Locally-Headquartered Business Preferences in effect between Miami-Dade and Broward Counties until September 30,2015.Therefore,a vendor which meets the requirementsof(A)and/or(B)aboveforBrowardCountyshallbe consideredaLocal Business and/orLocally-Headquartered Business. 1.11.CONTINUATION OF WORK Any workthatcommencespriortoand will extendbeyondthe expiration date ofthe current contract periodshall,unless terminated bymutualwritten agreement between theCountyandthesuccessful Bidder,continueuntilcompletionatthe same prices,termsand conditions. 1.12.BID PROTEST Arecommendationforcontractawardorrejectionofawardmaybe protested bya Bidder in accordance withthe procedures containedin Sections 2-8.3and 2-8.4 oftheCountyCode,asamended,andas established inImplementing Order No.3-21. A.Awritten intent to protest shallbefiledwith the Clerkofthe Boardandemailedtoallparticipantsinthe competitive process within three(3)Countyworkdaysofthe filing ofthe County Mayor's recommendation.This three-day periodbeginsonthe County workdayafterthe filing oftheCounty Mayor's recommendation.Suchwrittenintentto protest shallstatethe particular grounds onwhichitis based andshallbe accompanied byafiling fee as detailedbelow. B.The written intenttoprotestshallbeaccompaniedbyanon refundable filing fee.payabletotheClerkoftheBoard,in accordance with the schedule provided below: Award Amount Filina Fee $25,000-$250,000 $500 $250,001-$500,000 $1,000 $500,001-$5 million $3,000 Over $5 million $5,000 The protester shall then fileallpertinentdocumentsand supporting evidencewiththeClerkoftheBoardand mail copies to all participants inthe competitive processandtothe County Attorney within three(3)County workdays afterthe filing ofa written intent to protest. C.Foraward recommendations greaterthan $250,000 the following shall apply: TheCounty's recommendation toawardorreject will be immediately communicated(viaemail)toall participants inthe competitive process and filedwith the Clerk of the Board. 9/24/14 -Revision 14-3 D.For award recommendations from $25,000 to $250,000 the followingshallapply: Participants mayview recommendations to award onthe PMS website: https://www.miamidade.Qov/DPMww/AwardRecommendatio ns.aspx orcall the contact person as identified on the cover page of the BidSolicitation. 1.13.LAWS AND REGULATIONS The successful Biddershallcomplywithalllaws and regulations applicable to provide the goods and/or services specified inthisBid Solicitation.The Bidder shall comply withall federal,state andlocal lawsthat may affectthe goods and/or services offered. 1.14.LICENSES,PERMITS AND FEES The awarded bidder(s)shallholdall licenses and/or certifications, obtainandpayforallpermits and/or inspections,and complywithall laws,ordinances,regulations andbuilding code requirements applicableto the workrequiredherein.Damages,penalties,and/or fines imposed on the County or an awarded bidder for failuretoobtain and maintain required licenses,certifications,permitsand/or inspections shall be borne by said awarded bidder. 1.15.SUBCONTRACTING Unless otherwise specified inthisBidSolicitation,the successful Biddershallnot subcontract anyportionoftheworkwithouttheprior written consent oftheCounty.The ability to subcontract maybe furtherlimitedbytheSpecialConditions.Subcontracting without the prior consent of the Countymay result interminationofthe contract for default.WhenSubcontractingisallowedtheBiddershallcomply with CountyResolutionNo.1634-93,Section 10-34 oftheCountyCode andCountyOrdinanceNo.97-35.TheBiddershallnotchangeor substitutefirsttier subcontractors ordirectsuppliersortheportionsof thecontractworktobeperformedormaterialstobesupplied from thoseidentifiedexceptuponwrittenapprovaloftheCounty. 1.16.SUBCONTRACTORS -RACE,GENDER AND ETHNIC MAKEUP OF OWNERS AND EMPLOYEES Pursuantto Sections 2-8.1,2-8.8and10.34oftheCountyCode(as amended by Ordinance No.11-90).forall contracts whichinvolvethe expenditureofonehundred thousand dollars($100,000)ormore,the entitycontractingwiththeCountymustreporttotheCountytherace, gender,and ethnic originoftheownersand employees ofitsfirsttier subcontractors(refertotheSubcontractor/Supplier Listing Sub100 form).In the event that the successful Bidder demonstrates tothe Countypriortoawardthatthis information isnotreasonably available atthattime,thesuccessfulBiddershallbeobligatedby contract to exercisediligenteffortstoobtainthat information andtoprovidethe same to the County notlater than ten(10)days after it becomes availableand,inanyevent,priortofinalpayment under thecontract. Asaconditionoffinal payment under a contract,the successful Bidder shallidentify subcontractors used inthework,the amount ofeach subcontract,and theamountpaidandtobepaidto each subcontractor (referto the Subcontractor Payment Report Sub 200format hfo://www.miamidade.aov/busi^ pavmentodf). 1.17.ASSIGNMENT The successful Biddershallnotassign,transfer,hypothecate,or otherwise dispose ofthis contract,includinganyrights,titleorinterest therein,oritspowerto execute such contracttoany person,company orcorporationwithoutthepriorwritten consent oftheCounty. 1.18.DELIVERY UnlessotherwisespecifiedintheBid Solicitation,pricesquotedshall beF.O.B.Destination.Freightshallbeincludedinthe proposed price. 1.19.RESPONSIBILITY AS EMPLOYER The employee(s)of the successful Biddershallbe considered tobeat ailtimesits employee(s),andnotanemployee(s)oragent(s)ofthe ~) ~) y^^Bftv Miami-Dade County SECTION 1 GENERAL TERMS AND CONDITIONS County oranyofits departments.The successful Biddershallprovide competent employees)capable of performing the required services. The Countymayrequire the successful Biddertoremoveany employee it deems unacceptable.All employees ofthe successful Bidder shall wear proper identification. 1.20.INDEMNIFICATION The successfulBiddershallindemnifyandholdharmlesstheCounty and itsofficers,employees,agents andinstrumentalities from anyand all liability,losses or damages,including attorney's fees and costs of defense,whichtheCountyoritsofficers,employees,agents or instrumentalities mayincur as a result of claims,demands,suits, causes ofactionsorproceedingsofanykindornaturearisingoutof, relatingtoorresultingfrom the performance ofthe agreement bythe successful Bidderorits employees,agents,servants,partners, principals or subcontractors.The successful Biddershallpayall claims and losses in connection therewith,and shallinvestigateand defend allclaims,suitsor actions ofanykindor nature inthe name of the County,whereapplicable,including appellate proceedings,and shall,payallcosts,judgments,andattorney'sfeeswhichmaybe incurred thereon.The successful Bidder expressly understands and agrees thatanyinsurance protection requiredbythisAgreementor otherwise providedby the successful Biddershallinnowaylimitthe responsibility toindemnify,keep and save harmless and defend the County oritsofficers,employees,agents and instrumentalities as herein provided. 1.21.INSURANCE REQUIREMENTS A.The contractor shaD fomish to the Vendor Services Section of PMS,111NW 1st Street,Suite 1300,Miami,Florida 33128, Certificate^)ofInsurancewhichindicatethat insurance coverage has been obtained which meets the requirements asoutlined below: 1.Worker's Compensation Insurance forall employees of the vendor asrequiredbyFlorida Statute 440. 2.Commercial General Liability Insurance ona comprehensive basis in an amount not less than $300,000 combined singlelimit per occurrence forbodilyinjuryand property damage.Miami-Dade County must be shown as an additional insured with respect to this coverage. 3.Automobile Liability Insurance covering allowned,non- owned and hired vehicles used in connection with the work,inan amount not less than $300,000 combined singlelimitper occurrence forbodilyinjuryandproperty damage. B.All required insurance policiesshallbe issued by companies authorized todo business under the laws of the State of Florida, with the following qualifications: The company mustbe rated no less than nA-N as to management, andno less than "Class Vlln as tofinancial strength,bythe latest editionof Besfs Insurance Guide,published byAM.Best Company,Oldwick.New Jersey orits equivalent,subjectto the approvaloftheCounty'sISDRisk Management Division OR The company mustholdavalidFlorida Certificate ofAuthorityas shownin the latest "List ofAll Insurance Companies Authorizedor ApprovedtodoBusinessinFlorida",issued bytheStateofFlorida Department of Financial Services. C.Certificates of Insurance must meet the following requirements: 1.Certificatemustindicatethatnomodificationor change in insurance shallbe 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 mustbeprovidedforallof the following vehicles: a)Owned b)Non-owned c)Hired 9/24/14 -Revision 14-3 4.If General orPublicLiability Insurance isrequiredabove, Certificate of Insurance must show Miami-Dade Countyasan additional insured for that coverage. 5.Certificate Holder must read exactly as presented below: Miami-Dade County 111N.W.1st Street,Suite 2340 Miami,FL 33128-1974 D.Compliance withthe requirements inthis Section shall notrelieve the successful Bidderofitsliabilityand obligation under this,or under anyother,section of the Contract.The successful Bidder shallprovidetothe County the insurance documents withinten (10)business daysafternotificationof recommendation toaward.If thecertificatesubmitted does notincludethe coverages outlinedin the terms and conditions of this solicitation,the successful Bidder shall have anadditionalfive(5)business days tosubmita corrected certificateto the County.Failureof the successful Bidder to provide the required insurance documents in the manner and within the timeframes prescribed withinfive(5)business daysmay result inthebidder being deemed non-responsible andthe issuance of a new award recommendation. No work shall be authorized or shall commence under the Contract untilthe successful Bidder has complied withthe foregoing insurance requirements. E.The successful Bidder shall assure that the Certificates of Insurance requiredin conjunction withthis Section remainin foil forceforthetermof the Contract,includinganyrenewalor extension periods that may be exercised by the County.Ifthe Certificate(s)of Insurance is scheduled to expire duringthetermof the Contract,the successful Bidder shall submit new or renewed Certificate(s)of Insurance totheCountyaminimumoften(10) calendar days before such expiration. F.In the event thatexpired Certificates of Insurance arenotreplaced or renewed tocoverthe Contract period,theCountymaysuspend the Contract untilthe new or renewed certificates are receivedby the County inthe manner prescribed herein.If such suspension exceeds thirty(30)calendar days,theCountymay,atitssole discretion,terminate the Contract for cause and the successful Bidder shall be responsible forall direct and indirect costs associated with such termination. 1.22.COLLUSION The successful Bidder recommended for award as the result of a competitivesolicitationfor any County purchases of supplies,materials and services (including professional services,other than professional architectural,engineering and otherservices subject toSec.2-10.4 and Sec.287.055 Fla Stats.),purchase,lease,permit,concession or management agreement shall,withinfive(5)business daysofthe fifing of such recommendation,submit anaffidavit under thepenaltyof perjury,onaformprovidedbytheCounty:stating eitherthatthe contractor isnotrelatedto any of the other parties biddingin the competitive solicitationoridentifyingall related parties,asdefinedin this Section,whichbidin the solicitation;and attesting thatthe contractor's proposalis genuine andnot sham orcollusiveormadein the interest oronbehalfof any person not therein named,andthatthe contractor has not directlyorindirectly,inducedorsolicitedanyother proposer toputina sham proposal,oranyotherperson,firm,or corporationtorefrainfrom proposing,andthatthe proposer hasnotin any manner sought by collusion to secure to the proposer an advantage overanyother proposer.In the event arecommended contractor identifies related parties in the competitive solicitation its bid shall be presumed tobe collusive and the recommended contractor shall be ineligiblefor award unless that presumption isrebuttedin accordance withtheprovisionsof Sec.2-8.1.1.Any person orentity thatfailsto submit the required affidavitshall be ineligibleforcontract award. A.The Collusion Affidavit will be included in all solicitations and will be requested from bidders/proposers once bids/proposals are received and evaluated. B.Failure toprovideaCollusionAffidavitwithin5 business days after the recommendation to award has been filed with the Clerk Miami-Dade County SECTION 1 GENERAL TERMS AND CONDITIONS of the Board shall be cause for the contractor to forfeit their bid bondif applicable. 1.23.MODIFICATION OF CONTRACT The contract maybemodifiedby mutual consent,inwriting through the issuance of amodificationtothe contract,purchase order,change order oraward sheet,as appropriate. 1.24.TERMINATION FOR CONVENIENCE The County,atits sole discretion,reserves therightto terminate this contract without cause uponthirty(30)days writtennotice.Upon receipt of such notice,the successful Biddershallnot incur any additional costs under this contract.The County shallbeliableonlyfor reasonable costs incurred bythe successful Bidderpriorto notice of termination.TheCountyshallbethe sole judge of "reasonable costs." 1.25.TERMINATION FOR DEFAULT The County reserves the rightto terminate thiscontract,inpartorin whole,or place the vendor on probation in the event the successful Bidder failstoperformin accordance withthetermsand conditions stated herein.TheCountyfurther reserves therightto suspend or debar the successful Bidderin accordance withtheappropriateCounty ordinances,resolutionsand/oradministrative/implementingorders. The vendor will benotifiedbyletterof the County's intenttoterminate. In the eventofterminationfor default,theCountymayprocurethe required goods and/or services from any source anduse any method deemed inits best interest.All re-procurement cost shall be borne by the successful Bidder. 1.26.FRAUD AND MISREPRESENTATION Pursuant toSection2-8.4.1oftheMiami-DadeCountyCode,any individual,corporationorotherentity that attemptsto meet its contractual obligationswith the Countythroughfraud, misrepresentation ormaterial misstatement,maybe debarred forupto five(5)years.The County as a further sanction may terminate or cancel anyother contracts with such individual,corporationorentity. Such individualorentity shall be responsible foralldirectorindirect costs associated withterminationor cancellation,including attorney's 1.27.OFFICE OF THE INSPECTOR GENERAL Miami-DadeCounty has established theOfficeoftheInspector General,whichis authorized and empowered toreview past,present, and proposedCountyandPublicHealthTrustprograms,contracts, transactions,accounts,records and programs.The Inspector General (IG)has thepowerto subpoena witnesses,administer oaths,require the productionof records andmonitorexistingprojectsandprograms. The Inspector General may,ona random basis,perform audits onall County contracts.The cost of random audits shallbe incorporated into the contractpriceofallcontractsandshallbeonequarter(1/4)ofone (1)percent of the contract price,except as otherwiseprovidedin Section 2-1076 of the County Code. 1.28.PRE-AWARD INSPECTION The Countymay conduct a pre-award inspection ofthe Bidder's site or holda pre-award qualificationhearingtodetermineiftheBidderis capable ofperforming the requirements ofthisbidsolicitation. 1.29.PROPRIETARY/CONFIDENTIAL INFORMATION Bidders are hereby notifiedthat at)information submitted as partof,or in support ofbid submittals willbe available forpublic inspection after opening of bids/proposals,in compliance withChapter 119,Florida Statutes,popularlyknown as the "Public Record Law".Bidder(s)shall notsubmitanyinformationin response tothisSolicitationwhichthe Bidderconsiderstobea trade secret,proprietaryorconfidential.The submissionofanyinformationtotheCountyinconnectionwiththis Solicitationshall be deemed conclusively tobeawaiverofanytrade secret or other protection,which would otherwise be available to Bidder.IntheeventthattheBiddersubmits information totheCounty in violation ofthisrestriction,eitherinadvertentlyor intentionally,and 9/24/14 -Revision 14-3 clearlyidentifiesthatinformationinthe bid/proposal as protected or confidential,the County may,inits sole discretion,either (a) communicate with the Bidder inwritingin an effort to obtain the Bidder's writtenwithdrawalof the confidentiality restrictionor(b) endeavor toredact and returnthatinformationtothe Proposer as quicklyas possible,and ifappropriate,evaluate the balanceofthe proposal.Underno circumstances shalltheCounty request the withdrawaloftheconfidentialityrestrictionif such communication wouldinthe County's sole discretion give to such Bidderacompetitive advantage overother bidders.Theredactionorreturnofinformation pursuant tothis clause may render a bid/proposal non-responsive. 1.30.HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPAA) Anypersonorentity that performsor assists Miami-DadeCountywith a function or activity involving the use or disclosure of "individually identifiablehealthinformation (IIHI)and/or ProtectedHealth Information(PHI)shallcomplywiththeHealthInsurance Portability and Accountability Act (HIPAA)of1996 and theMiami-DadeCounty Privacy Standards AdministrativeOrder.HIPAAmandates forprivacy, securityandelectronic transfer standards thatincludebut are not limited to: 1.Useofinformationonlyforperforming services requiredby the contract or as required bylaw; 2.Useof appropriate safeguards to prevent non-permitted disclosures: 3.ReportingtoMiami-Dade County of any non-permitted use or disclosure; 4.Assurances that any agents and subcontractors agree to the same restrictions and conditions thatapplytothe Bidder/Proposer and reasonable assurances that IIHl/PHI will be held confidential; 5.Making Protected HealthInformation(PHI)availabletothe customer, 6.MakingPHI available to the customer forreviewand amendment;and incorporating any amendments requested bythe customer, 7.Making PHIavailabletoMiami-DadeCountyforan accounting of disclosures;and 8.Makinginternal practices,books and records relatedtoPHI availableto Miami-Dade County for compliance audits. PHIshallmaintainits protected status regardless of the formand method of transmission (paper records,and/or electronic transfer of data).The Bidder/Proposer must giveits customers written notice of itsprivacy information practicesincludingspecifically,adescriptionof the types of uses and disclosures thatwouldbe made withprotected health information.. 1.31.CHARTER COUNTY TRANSIT SYSTEM SALES SURTAX When proceeds from the Charter County Transit System Sales Surtax levied pursuant to Section 29.121of the Code ofMiami-DadeCounty are used topayforallor some partof the cost ofthiscontract,no awardforthoseportionsofaBlanket Purchase Order(BPO)utilizing Charter CountyTransit System Sales Surtax fundsaspartofa multi- department contract,noracontractutilizingCharterCountyTransit System Surtaxfundsshallbeeffective and thereby give risetoa contractual relationship with the County for purchases unless and until boththe following have occurred:1)the County Commission awards the contract,and such award becomes final (either by expiration of10 days after suchaward without veto by the Mayor,orby Commission override ofaveto);and,2)either,i)the Citizens'Independent Transportation Trust (CITT)has approved inclusionofthe Surtax fundingonthe contract,or,ii)in response to the CITTs disapproval, the CountyCommissionreaffirmsawardof the contractbytwo-thirds (2/3)voteofthe Commission's membership and such reaffirmation becomes final.Notwithstanding the other provisionsof Section 1.30, award ofan allocation for services in support ofthe CITTs oversight which does not exceed $1000 willnot require Commission or CITT approval andmay be awarded by the Executive Directorofthe OCITT. jsHiss ^^\ Miami-Dade County SECTION 1 GENERAL TERMS AND CONDITIONS 1.32.LOBBYIST CONTINGENCY FEES a)In accordance with Section 2-11.1 (s)of the CodeofMiami-Dade County,after May,16,2003,no person may,in whole orinpart, pay,give or agree topayor give a contingency fee to another person.No person may,in whole orinpart,receive or agree to receive a contingency fee. A contingency fee isafee,bonus,commission or non-monetary benefit as compensation whichis dependent onorinanyway contingent upon the passage,defeat,ormodificationof:1)any ordinance,resolution,action or decision of the County Commission; 2)any action,decision or recommendation ofthe County Mayoror any County board or committee;or3)any action,decision or recommendation ofanyCounty personnel during the timeperiodof the entire decision-making process regarding such action,decision or recommendation which foreseeabiy willbe heard or reviewed by the County Commission ora County board or committee. 1.33.COMMISSION AUDITOR -ACCESS TO RECORDS Pursuant to Ordinance No.03-2,all vendors receiving an award ofthe contract resulting fromthis solicitation will grant access tothe Commission Auditorto all financial and performance related records, property,and equipment purchased inwholeorinpartwith government funds. The County reserves the rightto require the successful Bidder(s)to submit toanauditbyAudit and Management Services,the Commission Auditor,or other auditor of the County's choosing atthe Bidder's expense.TheBidder shall provide access toallof its records, whichrelatedirectlyorindirectlytothis Agreement atitsplaceof business during regular business hours.The Biddershallretainall records pertaining tothis Agreement and upon request make them available to the Countyfor three years following expiration ofthe Agreement TheBidder agrees toprovide such assistance asmaybe necessary tofacilitatetherevieworauditbytheCountyto ensure compliance with applicable accounting and financial standards. 1.34.INVOICES The successful Biddershallinvoice the County,as specified inthis Solicitation.The invoice date shall not exceed thirty(30)calendar days fromthedeliveryoftheitemsor the provisionof services,unless otherwise noted in the Contract Under no circumstances shall the invoice be submitted to the County in advance of the deliveryand acceptance of the items orprovisionof and acceptance ofthe services. Failure to submit invoices in the prescribed manner will delay payment. Allinvoicesshall contain the followinginformation: I.Successful Bidder's Information: •Name ofthe successful Bidder as specified onthe contract Award Sheet issued bytheCounty. •Date of invoice •Unique Invoice number •Successful Bidder's Federal Identification Number on file withtheCounty and the State ofFlorida. II.County Information: •County Release Purchase Order III.PricingInformation: •Unit priceofthe goods and/or services provided •Extended total price ofthe goods and/or services provided •Applicable discounts IV.Goods or Services Provided: •Description •Quantity V.DeliveryInformation: •Deliveryterms set forthwithin the County Release Purchase Order •Reference (or include a copy of)the corresponding deliveryticket number orpackingslipnumberthatwas signedbyan authorized representative oftheCountyat the time the items were delivered and accepted 9/24/14 -Revision 14-3 •Location and date ofdeliveryof 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-DadeCountyCode,this Contractissubjecttoa user access feeundertheCountyUserAccess Program (UAP)intheamountoftwopercent(2%).All sales resulting fromthisContract,oranycontractresultingfromthe solicitation referencedonthefirst page ofthisContract,and the utilizationofthe CountyContractpriceandthetermsandconditionsidentifiedherein, aresubjecttothetwopercent(2%)UAP.Thisfeeappliestoall Contract usage whether byCounty Departments orbyanyother governmental,quasi-governmentalor not-for-profit entity. TheBidderproviding goods or services underthisContractshall invoicetheContractpriceandshall accept as payment thereof the Contractprice less the2%UAP as foil andcompletepaymentforthe goodsand/orservicesspecifiedontheinvoice.TheCountyshallretain the2%UAP forusebytheCountytohelpdefraythecostofthe procurementprogram.Bidderparticipationinthisinvoice reduction portionoftheUAPis mandatory. b)Joint Purchase OnlythoseentitiesthathavebeenapprovedbytheCountyfor participation intheCounty'sJoint Purchase andEntityRevenue SharingAgreementareeligibleto utilize orreceiveCountyContract pricing andtermsand conditions.TheCounty will providetoapproved entitiesa UAP Participant Validation Number.TheBiddermustobtain the participation numberfromtheentitypriorto filling anyorderplaced pursuanttothisSection.Bidder participation inthisjointpurchase portion ofthe UAP,however,is voluntary.TheBiddershall notify the ordering entity,in writing,within three(3)businessdaysofreceiptof an order,ofa decision to decline the order. Forall ordering entitieslocatedoutsidethegeographicalboundariesof Miami-Dade County,theBiddershallbeentitledtoshipgoodsonan "FOB Destination,PrepaidandCharged Back"basis.This allowance shallonlybemadewhenexpresslyauthorizedbya representative of the ordering entity prior toshippingthegoods. The County shallhaveno liability tothe Bidder forthecost of any purchasemadebyanorderingentityunderthe UAP andshallnotbe deemedtobeapartythereto.All ordersshallbeplaced directly bythe ordering entity withtheBidderandshallbe paid bythe ordering entity less the 2%UAP. c)Bidder Compliance If a successful Bidder foils tocomplywiththisArticle1.35,that Contractormaybeconsideredindefaultbythe County. 1.36.DEMONSTRATION OF EQUIPMENT MAY BE REQUIRED DURING EVALUATION After receipt of offers bythe County,Bidders may be required to demonstrate specifically offeredequipmenttoCountypersonnel,atno additional cost.Thepurposeof this demonstration istoobservethe equipment inan operational environment andto verify its capability, suitability,and adaptability in conjunction withthe performance requirements stipulated inthis Solicitation.If a demonstration is required,the County will notify the Bidder ofsuchin writing and will specify thedate,timeand location ofthe demonstration.Ifthe Bidder fails to perform the demonstration onthe specified date stipulated in thenotice,theCountymayelecttorejectthat Bidder's offer,orto reschedule the demonstration,whicheveractionisdeterminedtobein thebestinterestofthe County.TheCountyshallbethesolejudgeof the acceptability ofthe equipment in conformance with the specificationsanditsdecisionshallbefinal. The equipment usedforthe demonstration shallbethesameasthe manufacturer's modelidentifiedin the Bidder's offer.Accordingly,the equipment usedinthe demonstration shallcreateanexpress warranty thattheactualequipmenttobeprovidedbytheBidder during the Contractshallconformtotheequipmentusedinthedemonstration. The Bidder shall provide adequate restitution tothe County,inthe manner prescribed bythe County,ifthis warranty is violated during the term of the Contract. Miami-Dade County SECTION 1 GENERAL TERMS AND CONDITIONS 1.37.EQUIPMENT SHALL BE MOST RECENT MODEL AVAILABLE The equipment being offered bythesuccessfulBiddershallbethe mostrecentmodelavailable.Anyoptional components whichare requiredinaccordance with the specifications hereinshallbe considered standard equipment forthepurposesofthis Solicitation. Demonstrator models will not be accepted.Omissionofany essential detail from the specifications hereindoesnotrelievethe Bidder from furnishing a complete unit.The equipment shall conform toall applicable federal (including OSHA),State,and local safety requirements.All components (whether primary or ancillary)ofthe deliveredequipmentshallbeinaccordancewithcurrentSocietyof Automotive Engineering (SAE)standards andrecommendedpractices, as applicable. The engineering,materials,and workmanship associated with the successful Bidder's performancehereundershallexhibita high-level of quality andappearanceconsistent with orexceeding industry standards. 1.38.PATENTS AND ROYALTIES The successful Bidder,without exception,shallindemnifyandhold harmless theCountyandits employees fromliabilityofanynatureor kind,including costand expenses for,or as aresultof,any copyrighted,patented,orunpatented invention,process,or article manufacturedbythevendor.ThesuccessfulBidderhasno liability when such claimissolely and exclusively due tothecombination, operation,oruseofanyarticlesuppliedhereunderwithequipmentor data notsuppliedby successful Bidder,oris based solelyand exclusivelyupontheCounty'salterationofthearticle.Thepurchaser will provide promptwrittennotificationofaclaimofcopyrightorpatent infringement. Further,if such aclaimis made orispending,the successful Bidder may,atits option andexpense,procureforthepurchaserthe right to continueuseof,replaceormodifythearticletorenderit non-infringing. (Ifnoneofthealternatives are reasonably available,theCounty agrees toretumthearticleon request to the successful Bidderandreceive reimbursement,ifany,asmaybedeterminedbyacourtofcompetent jurisdiction).IfthesuccessfulBidderusesanydesign,device,or materialscovered by letters,patent orcopyright,itismutuallyagreed and understood without exception that the contract prices shallinclude all royaltiesorcostarisingfrom the useof such design,device,or materials inanywayinvolvedin the work. 1.39.TOXIC SUBSTANCES/FEDERAL "RIGHT TO KNOW" REGULATIONS The Federal "Right to Know"Regulation implemented bythe Occupational Safety and Health Administration(OSHA)requires employerstoinformtheir employees ofanytoxic substances which theymaybe exposed tointheworkplace,andtoprovidetrainingin safe handling practices and emergency procedures.It also requires notificationtolocalfire departments ofthe location and characteristics ofailtoxic substances regularly present inthe workplace. Accordingly,the successful Bidder performing under theContractshall providetwo(2)complete sets ofMaterialSafetyData Sheets to each User Department utilizing the awarded products.Thisinformation should beprovided at the time when the initial delivery is made,ona department by department basis. For additional information on the Federal RighttoKnow Regulation, contact OSHA at www.OSHA.gov. 1.40.GOVERNING LAW This Contract,including appendices,and all matters relating tothis Contract (whether in contract,statute,tort (such as negligence),or otherwise)shall be governed by,and construed in accordance with, the lawsof the State of Florida.Venue shall be Miami-Dade County. 1.41.BANKRUPTCY The County reserves the right to terminate this contract,if,during the termofany contract the Contractor has with the County,the Contractor becomes involved as a debtor ina bankruptcy proceeding, 9/24/14 -Revision 14-3 orbecomesinvolvedinareorganization,dissolution,or liquidation proceeding,orifa trustee or receiver is appointed over all ora substantial portion ofthepropertyofthe Contractor under federal bankruptcy laworanystateinsolvencylaw. 1.42.SURVIVAL Theparties acknowledge thatanyofthe obligations inthis Agreement will survivetheterm,terminationandcancellation hereof.Accordingly, the respective obligations ofthe Contractor andthe County under this Agreement,which by nature would continue beyond the termination, cancellation or expiration thereof,shallsurvive termination, cancellationorexpirationhereof. 1.43.SMALL BUSINESS ENTERPRISES (SBE) MEASURES A Micro Business Enterprise isabusiness entity certifiedbythe Small Business Development (SBD)Division,providing goodsor services, which hasanactualplaceofbusinessin Miami-Dade County and whose three-year average gross revenues doesnotexceed$2 million, ora manufacturer with fifty (50)employeesorless,ora wholesaler with fifteen (15)employees orless.A Small Business Enterprise (SBE) isabusiness entity certified by SBD,providing goodsor services, which hasanactualplaceof business in Miami-Dade Countyand whose three-year averagegrossrevenuesdoesnotexceed five million dollars ($5,000,000).ThetermSBEshallalso include a manufacturer with onehundred (100)employeesorlessorwholesaler with fifty (50) employeesorless without regardtogrossrevenues. ASBE measure appliestothissolicitationas follows andas otherwise stipulated inSection2-8.1.1.1.1 oftheCodeof Miami-Dade County. A bid preference shall apply toall contracts which aretobe awarded onthebasisofpriceandarenotset-aside.Thepreferenceshallbe used only toevaluateabidandshallnotaffectthecontract price. Forawardsvaluedupto $100,000,aten (10)percentbidpreference shall automatically applyforMicroBusinessEnterprises. Forawardsvaluedover $100,000 andupto $1,000,000,the preference shallbeten (10)percentofthe price bidfor SBEs/Micro Enterprises and joint ventureswithatleastone SBE/Micro Enterprise. The preference accorded onawardsgreaterthan$1 million shallbe 5%ofthepricebidfor SBEs/Micro Enterprisesandjointventures with atleast one SBE/Micro Enterprise. Micro BusinessEnterprisesandSBEsmustbecertifiedbySBD BusinessAffairs,adivisionof the Internal Services Department,forthe typeofgoodsand/orservicestheenterpriseprovidesin accordance with theapplicable commodity code(s)forthis solicitation. For certification information,contact SBD at 305-375-CERT (2378)or online at: httoi/www.miamidade.qov/intemalservices/small-buslness.asD.The enterprisesmustbecertifiedbybidsubmissiondeadline,atcontract award,and for the durationof the contract to remain eligibleforthe preference. 1.44.LOCAL CERTIFIED SERVICE-DISABLED VETERAN'S BUSINESS ENTERPRISE PREFERENCE ThisSolicitationincludesa preference for Miami-Dade County Local Certified Service-Disabled Veteran Business Enterprises (VBE)in accordance with Section 2-8.5.1 of the Code of Miami-Dade County.A VBEis entitled to receive an additional five percent (5%)ofthetotal technicalevaluationpointson the technicalportionofsuchProposer's proposal'.Ifa Miami-Dade County Certified Small Business Enterprise (SBE)measure isbeingappliedtothis Solicitation,aVBE which also qualifies fortheSBEmeasureshallnotreceivetheveteran's preference provided inthissectionandshallbe limited tothe applicable SBE preference. •/<m®\ /#^\ r Miami-Dade County SECTION 1 GENERAL TERMS AND CONDITIONS 1.45 SPECIAL SECURITY REQUIREMENTS AT MIAMI- DADEAVIATION,WATER AND SEWER,AND SEAPORT DEPARTMENTS Miami-Dade Aviation (MDAD),WaterandSewer (WASD),andSeaport (PortMiami)Departments operateunderstrict security regulations. These regulations involve theissuanceofspecial identification (ID) cards. Vendors performing servicesat MDAD must follow all required security procedures.This will include securitychecksandpassesforall employees,aspecial driving courseforthosewhooperateavehicleon the aircraftoperatingarea (AOA),additional badges toworkwithin the USCustomsserviceareaandmay include bondingfora Customs I.D. For Customs ID,call 786-265-5715 or email cbp-miami-airoort- securitv@dhs.oov forinformation.For MDAD ID,call305-876-7418 for appointment andto pick-up package.Vendorsare responsible for allcosts incurred in obtaining securitybadges.Security clearance must be obtained priorto start of contract. Complete police background checks of individuals who are employed, hired orwho are required to enter the restricted areas ofthePortof Miami and WASD frequently (more than5times within a 90-day period).These ID cardsare required foraccessandareissuedbythe departmentsatthecurrentcostof$60.00per applicant peryear. Therefore,thevendorshallobtainandpayfor ID cardsforeachofhis /heremployeesand/oragentswho will be frequently visiting or performing services in restricted areas. Formore information concerning PortMiami ID cards,youmaycontact the PortMiami ID Officeat(305)347-4955. For more information concerning WASD ID cards,contact theWASD security at(786)552-8271. 1.46.FIRST SOURCE HIRING REFERRAL PROGRAM ("FSHRP") PursuanttoSection 2-2113 oftheCodeof Miami-Dade County,forall contracts forgoodsand services,the successful Bidder,prior to hiring to fill each vacancy arising undera County contractshall (1)first notify theSouth Florida Workforce Investment Board ("SFWIB"),the designated Referral Agency,ofthevacancyandlistthevacancy with SFWIB accordingtotheCode,and(2)makegood faith efforts as determinedbytheCountyto fill a minimum of fifty percent (50%)ofits employment needs undertheCountycontractthroughthe SFWIB.If nosuitable candidates canbeemployed after aReferralPeriodof three tofive days,the successful Bidder is tree tofillits vacancies from othersources.Successful Bidders will berequiredto provide quarterly reportstothe SFWIB indicating thenameandnumberofemployees hiredinthepreviousquarter,orwhyreferredcandidateswererejected. Sanctionsfor non-compliance shall include,butnotbe limited to:(i) suspensionofcontract until Contractorperforms obligations,if appropriate;(ii)default and/or termination;and (iii)paymentof $1,500/employee,orthevalueofthe wages thatwouldhave been earnedgiventhe noncompliance,whicheverisless.Registration proceduresandadditional information regardingtheFSHRPare available at httrjs7/iaDrJs.southfloridaworkforce.corn/firstsource/. 1.47.NONDISCRIMINATORY EMPLOYMENT PRACTICES During theperformanceofthecontract,theContractoragreestonot discriminate againstany employee orapplicantfor employment because ofrace,color,religion,ancestry,national origin,sex, pregnancy,age,disability,marital status,familial status,sexual orientation or veteran status and will take affirmative action to ensure thatan employee or applicant is afforded equal employment opportunities without discrimination.Such action shall be taken with referenceto,butnot limited to:recruitment,employment,termination, ratesofpayorotherformsofcompensationandselectionfor training or retraining,including apprenticeshipandon-the-job training. 9/24/14-Revision 14-3 1.48.PUBLIC RECORDS AND CONTRACTS FOR SERVICES PERFORMED ON BEHALF OFA PUBLIC AGENCY The Contractor shallcomplywith the state ofFL Public Records Law, s.119.0701,F.S.,specificallyto:(1)keepand maintain publicrecords that ordinarily andnecessarilywouldberequiredby the publicagency in order toperformthe service;(2)providethe public with access to publicrecordsonthe same terms andconditionsthatthepublic agency would provide the records and at a cost that does not exceed the cost providedin Chapter 119,F.S.,oras otherwise providedby law,(3)ensure thatpublic records that are exempt orconfidentialand exemptfrompublicrecords disclosure requirements are notdisclosed except as authorizedbylaw,and(4)meetallrequirementsfor retaining publicrecordsandtransfer,atnocost,tothepublicagency allpublic records in possession of the Contractor upon terminationof the contract anddestroyany duplicate public records thatareexempt or confidential and exempt frompublic records disclosure requirements.Allrecords stored electronically must be providedtothe public agency ina format that is compatible with the information technology systems ofthepublic agency.Ifthe Contractor does not complywithapublicrecords request,thepublic agency shallenforce contract provisions in accordance with the contract. ^HIH Sokittons,Fueled by Experience ATTACHMENT "B" Mansfield March 30,2015 Clerk of the Board Stephen P.ClarkCenter 111 NW 1st Street 17th Floor,Suite 202 Miami,FL 33128-1983 Dear Sir or Madam: Mansfield Oil Company appreciates the opportunity to participate in your current bid:Quotation Not 6- 2015 for delivery of fuel starting June 1,2015 through May 31.2016.The pricing for the various Bulk Fuel deliveries,is based onthe OPIS Current Day Unbranded Average for Miami,FL,and shall include., allcostsfor delivery per the biddocuments. Pricing is based onNet 15 and /or 45 Day Terms.Normal delivery after receipt of order is within 24 yS hours. Should youhave any questions,feel free to call Becky Nixat 678-450-2169 or email bnix@,mansfieldoiLcom. Again,thankyou for the opportunity to respond to your invitation to bid. Be^t Regards, kmwJ David Zarfoss Director of Government Pricing 1025 Airport Parkway,SW •Gainesville,GA 30501 •1.800.255.6699 •fax 678.450.2242 •w/vw mansfieldoil.com C I k^I MansfieldI^J Sr*.iibf ft,ftxdvri r;y Eerieri\.'; INFORMATION ABOUT MANSFIELD OIL COMPANY < Mansfield Oil isa national fuel supply,distribution and logistics company focused on improving efficiencies inthe downstream petroleum supply chain.We help our customers optimize and control fuel- related costs with local service,nationwide.We offer secure and reliable fuel supply from over 900 supply points in 50 states and Canada.Our service offering includes most varieties of fuel (diesel/gas/biofuel/ethanol/CNG),credit card/fleet card transaction processing,DEF supply and logistics, fuel and DEF systems design,environmental compliance,ERP integration,tax exempt transaction processing,and fuel systems (tank)monitoring.Mansfield's corporate headquarters is located in Gainesville,GA with five regional service centers located in Chicago,II.,Denver,CO,Detroit,Ml, Minneapolis/St.Paul MN,Houston,TX and Calgary,AB and 4 alternative fuel centers in Bloomington, MN,Sioux Center,IA,Charlottesville,VA and Ontario,CA . We develop our own information technology systems and utilize third party integration tools to facilitate the unimpeded flow of information between our suppliers,carriers,ourselves and our customers. Mansfield's unique and industry leading electronic interface continues to make our 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 partners. Mansfield Oil maintains market strength through optimization of volume,financial strength,and successful relationships with our customers.Currently Mansfield Oil is ranked 41s'in the Forbes List of Privately Held Companies,was a multiple finalist in the 2010,2011 and 2012 Plaits Global Energy Awards,and is rated 5A2 with Dun 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'scurrent government customers include: Federal -AAFES,NAVY,DESC/DLA,AMTRAK States/DOT -Georgia,New York,North Carolina,Pennsylvania,West Virginia County -Hillsborough,FL,Orange,FL,North GA Coop (5 counties) City -Philadelphia,PA,Jacksonville,FL>Chesapeake,VA Transit Agencies -KCATA (Kansas City,MO),CTA (Chicago,IL),LANTA (Lehigh,PA), WMATA (Washington,D .C.) Some of Mansfield's commercial customers include: •National,regional and local truck load and less than truck load carriers •Distribution centers for various retailers andwholesalers •Mostmajorpackage delivery companies •Aggregate companies 1025 Airport Parkway.SW •Gainesville,GA 30501 •1.800.255.6699 •fax 678.450.2242 •www.mansfieldoil.com MIAMI-DADE COUNTY QUOTE NO.:6-2015 Item No. PRICE SUBMITTAL PAGE (1of2) GROUP A,GASOLINE TRANSPORT TRUCK DELIVERIES Payment NET 45 Estimated Gallons per Year (this is not a guaranty) Gasoline Differential Per Gallon 5,000 E10 Gasoline,Regular $-0.0057 45,000 17,250 E10 Gasoline,Mid-Grade E10 Gasoline,Premium $-0.0396 $-0.0796 TANK WAGON TRUCKDELIVERIES Item No. Estimated GallonsperYear (this Is not aguaranty) rdymciiL wti hj Gasoline Differential Per Gallon '4 65,000 E10 Gasoline,Regular $+0.2519 5 135,000 E10 Gasoline,Mid-Grade $+0.2519 6 51,750 E10 Gasoline,Premium |$+0.2519 TRANSPORT TRUCK DELIVERIES Payment NET 15 Item No. Estimated Gallons per Year (thisisnotaguaranty) Gasoline Differential Per Gallon 7 7,500,000 E10Gasoline,Regular $-0.0109 TANK WAGON TRUCK DELIVERIES Payment NET 15 Item No. Estimated Gallons perYear (thisis not a guaranty) Gasoline Differential Per Gallon 8 — 200,000 E10 Gasoline,Regular $+0.2466 10 Mansfield MIAMI-DADE COUNTY PRICE SUBMITTAL PAGE (2 of 2) QUOTE NO.:6-2015 GROUP B,DIESEL TRANSPORT TRUCK DELIVERIES Payment NET45 Item No. Estimated GallonsperYear (thisisnotaguaranty)Diesel Differential Per Gallon Price 1 470,000 ULS DieselNo.2 (Clear)$+0.0076 2 1,800,000 ULS DieselNo.2(RedDyed)$+0.0076 TANK WAGON TRUCK DELIVERIES Payment NET45 Item No. Estimated Gallons per Year (this is not a guaranty)Diesel Differential Per Gallon Price 3 86,000 ULS DieselNo.2 (Clear)$+0.2276 4 219,000 ULS DieselNo.2(RedDyed)$+0.2276 TRANSPORT TRUCK DELIVERIES Payment NET15 Item No. Estimated Gallonsper Year (thisis not a guaranty) Diesel Differential Per Gallon Price 5 15,400,000 ULS DieselNo.2 (Clear)$+0.0023 TANK WAGON TRUCK DELIVERIES Payment NET15 Item No. Estimated Gallonsper Year (thisis not a guaranty) Diesel Differential Per Gallon Price 6 40,000 ULS DieselNo.2 (Clear)$+0.2223 7 1,000 ULS DieselNo.2(RedDyed)$+0.2223 GROUP C,DIESEL Miami Dade Public Housing and Community Development (PHCD) NoCountymeasuresorpreferences will applytothisgroup TANK WAGON TRUCKDELIVERIES Payment NET45 Item No. Estimated Gallons per Year (this is not a guaranty) Diesel Differential Per Gallon Price 1 20,000 ULS DieselNo.2(RedDyed)$+0.2276 11 Mansfield MIAMI-DADE COUNTY QUOTE NO.:6-2015 CONVICTION DISCLOSURE:Pursuant lo Miami-Dade County Ordinance 94-34,any individual,corporation,partnership,joinl ventureor other legal entity having an officer!director,orexecutive who hasbeen convicted ofa felony during the past ten (10)years shall disclose this information prior loenteringintoacontractwith or receiving funding from theCounty. •Place acheck mark hereonlyif bidder hassuch conviction to disclose to complywith this requirement. LOCALPREFERENCECERTIFICATION:Forthepurposeofthis certification,a local business"isa business located within thelimitsof Miami- DadeCounty(or Broward Countyinaccordance with the Interlocal Agreementbetweenthe Iwo counties)thatconformswiththeprovisionsof Section 1.1(9 pftheGeneralTermsand Conditions ofthis solicitation and contributes tothe economic developmentofthecommunityina verifiable and measurable way.This may Include,but not be limited to,the retention and expansion of employment opportunities and the support and increase tothe.County's tax base. •Place acheck mark hereonlyif affirming bidder meets requirements for Local Preference.Failure tocompletethis certification atthistime (bychecking Ihe boxabove)shallrenderthevendorineligiblefor Local Preference. LOCALLY-HEADQUARTERED BUSINESS CERTIFICATION:For Ihe purpose of this certification,a "locally-headquartered business"Is a Local Business whose "principal place ofbusiness"is in Miami-Dade County,asdefinedinSection1.10ofthe General Termsand Conditions ofthe originalsolicitation. •Place a checkmark here only if affirming bidder meets requirements for Ihe Locally-Headquartered Preference (LHP).Failure to complete this certification althis time (bychecking Ihe boxabove)may render thevendorinefiglble torthe LHP.Theaddressofthe Locally-headquartered offlea Is: LOCAL CERTIFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION:A Local Certified Service-Disabled Veteran Business Enterprise isa firm that is (a)a local business pursuant to Section 2-8.5 of Ihe Code of Miami-Dade County and (b)prior lo bid submission Is certified bythe Stale of Florida Department of Management Services asa service-disabled veteran business enterprise pursuant to Section 295.W ol the Florida Statutes. •Place a check mark here only if affirming bidder is a Local Certified Service-Disabled Veteran Business Enterprise.Acopy of the certification mustbesubmittedwith this proposal. SMALL/MICRO BUSINESS CONTRACT MEASURES FOR SOLICITATIONS fBid Preference!:For awards valued over $100,000,a 10%(ten percent)bid preference shall apply for certified Micro and SBE bidders.Micro Business Enterprises and Small Business Enterprises must be certified by Small Business Developmenl under Business Affairs,a division-of the Department of Regulalory and Economic Resources (RER),for the type of goods and/or services the enterprise provides in accordance with the applicable commodity code(s)for this solicitation,for certification information,contact RER al 305-S75-CERT (2378)or al httpVA^^.mianildade.gov/business/buslne^^ertificatlon-prQgrams:asp.The Aficro/SBE or SBE Business Enterprise must be certified bybid submission deadline,at contract award and for the duration of the contract lo remain eligible for thepreference. Is your firm aMiami-Dade County Certified Small Business Enterprise?Yes No ^ It yes,please provide yourCertification Number ADDENDA CONFIRMATION: Addenda Received:•No JKl Yes If yes,please indicate the number ofaddenda received:_J It Is hereto certified and affirmed that Ihe bidder shall accept any awards made as a result of this quotation.Bidder lurther 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 asa resull of this solicitation,bidder further agrees thai prices quoted shall remain fixed and firm for the term ofthecontract. Failure to complete andslhn thisfbrni renders your bid/quotation non-responsive and ineligible for award Authorized Signature:wfltxxrk $JwQfyJ Title:Director of Government Pricing Print/Type Name:David Zarfoss 1)1/Phone:03/30/2015 E-mail:mocbids@mahsfield6il.coni Fax.678-450-2242 Firm Name:Mansfield Oil Company of Gainesville,InQF.E.LN.No.:5/8-1/0/9/1/3/8/3 Address:1025 Airport Parkway Cftv:Gainesville State:GA THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF BIDDER TO BE BOUND BY THE TERMS OF ITS PROPOSAL FAILURE TO SI6N THIS SOLICITATION WHERE INDICATED ABOVE BY 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 JTS OFFER, 12 /^% ~) SUBCONTRACTOR/SUPPLIER LISTING(ITQ6-2015) (Miami-Dade County Code Sections 2-8.1,2-8.8 and 10-34) Firm Name of Prime r^*~,wR.,gpnnrtont Mansfield Oil Company of Gainesville,GA FEIN#58-1091383 Project/Contract Number r™t""*T *-ii43.Q/ig womio oo performed u«inoiwiw »w w»«-rr»~~......—--.—-—»—*,-••. this form if nosubcontractors or suppliers witi be usedonthe contract and sign the bottom ofthe form. ~i *u <"_-•-...-•wn 11 on an «nt»v fiontractino with the Countv shall report the race,aender and ethnic origin of the owners and employees of all first tier subcontractors,tp the event ttm*JL'ffSS flaggy J;9L^ffi ZEZ22^£Z3L 7ZXZ5FJL*,*hno.reasonably available *.t to to,the s^u)Iff*fflhrf b»rtfeted to excise Business Name and Address of First Tier Subcontractor/ Subconsultant TBD Business Name and Address of First Tier Direct Supplier TBD Principal Owner Principal Owner Scope of Work to be Performed by Subcontractor/ Subconsultant Supplies/Materials/ Services to be Provided by Supplier Gender Gender Principal Owner (Enterthenumberof male andfemale owners by race/ethniclty) Race/Ethnicity II H ill < Principal Owner (Enterthenumberofmaleandfemale owners by race/ethniclty) Race/Ethnlclty 2 Gender Gender Employee(s) (Enterthe number of male and female employees and the number of employees by race/ethniclty) Race/Ethnlclty Employee(s) (Enter the number of male and female employees and the number of employees by race/ethniclty) 3 esills h Race/Ethnlclty ml c I§s __...J.«7x—i „-♦-w0h~m„«-h Jiii h»nrnuiHftd ata later date This data may be submitted to Contracting/User department or on-line to Small 'trelentations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate. navidZarfoss Director of Government Pricing 03/30/2015 ^_._SUB 100 Rev.6/12 leer Signature of Bidder/]Print Name Print Title Date 13 Mansfield local Service,Nationwide. Mansfield Oil Company Emergency Plan 2015 /•'"^^te s*mK /«^^N r /0^\ 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 working,with regulatory authorities and under any executive order that has been issued.For planning purposes,the following assumptions must be made: •Fuel is readily available from terminals suppliers that we would normally use to pull fuel. Mansfield is authorized to pull at nearly every major terminal off ofevery major supplier. Ifproviders have to travel non-standard distances to procure fuel,capabilities to fueling locations will be reduced. •FEMA and state disaster agencies have not taken control ofa Mansfield provider's capacity. •Providers are able to reposition drivers and equipment ina timely manner in the aftermath ofthe natural disaster. Given the increased demand for supply before and after hurricanes,capacity is extremely finite. If any ofthe above assumptions are notmet,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. II.Procedure Currently,Mansfield uses a number of resources to monitor the progress of tropical storms throughout the season.As Mansfield monitors storm activity the following statuses will be used byour operational staffto prepare for hurricane related issues: •Statusgreen-no imminent threats present;normal operations. •Status orange-threats of storms or presence of storms indicated with expected landfall 5-7 days out •Statusred-storm expected to make landfall within.3 days or less,or hurricane has already impacted certain regions.Group Supervisors will meet daily withthe Disaster Response Team toasses supply,carrier availability and other operational concerns. Depending onthe type of fueling location and the perceived impact of the event,the following procedures will beusedduringstatusorangeand status red scenarios: Bulk Locations •Mansfield works with all bulksitesinthe projected strike region.Mansfield will either look at inventory readings orcallsitesintheareatoscheduleloadsbeforethestorm arrives totopsitetanksoff. •Top-offdeliveries will consist ofshort loads and full loads.Itis better topay for ashort loadoffuelandtop off because fueland resource availability afteraneventare 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 strikes,these loads are first out once terminals and carriers commence operations after the storm passes. /^•k Mobile Locations Currently Being Fueled •Mansfield interacts with providers to get providers'plans for the storm.Estimated operabihty is assessed andcommunicatedtoMansfieldcustomers. •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 intheprojected strike area Conference calls will be used to confirm information provided to Mansfield and to gather additional needed contact information. •Mansfield will use information provided from the call to interact with mobile providers to beginpoststorm planning. •Other contracted mobile refuelers that might be moving equipment into the region- Mansfield will use the information from the conference call to try and get service commitments before the storm strikes.In some cases,Mansfield will ask corporate ifit wishes to purchase capacity understanding it will have a cost even ifit goes unused. •After the storm has passed,Mansfield will attempt to contact appropriate personnel at sitesto ascertain fueling needs, •Ifa Mansfield contracted mobile provider cannot service these locations,Mansfield will tryto reach outto non-contracted providers.If Mansfield is able to locate a non- contracted provider,Mansfield will have the provider contact and bill the location _ directly.""S 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 storm.Mansfield has evaluated similar events in recent years and,based on our experiences,would make the following recommendations: •Top off all vehicles at site locations before parking them for the storm.This will benefit sites by having all vehicles fueled and tanks at maximum capacity to facilitate additional time before needingtobe refueled. •Review and distribute all internal emergency contact information.This list should include local and coiporate contact information.Where possible,this list should also include individual cell numbers oflocal operations personnel for use when land lines are unavailable.A list ofMansfield personnel and their contact information is listed on die lastpage of thisdocument. •Prior to hurricane season,we recommend that all sites in hurricane areas should purchase watertightsealcapsforalltanks. IV.Hurricane Action Timelines Belowarethesuggestedaction timelines: 96HoursPriortoExpectedLandfall-StatusOrange Mansfieldtoupdate Coiporate of anticipatedlandfall location. Non-Inventory Management sitesin projected storm path should evaluate inventory levels and orderfullorpartloadstoensuretanksare topped off. 72 Hours Prior to Expected Landfall-Status Red Mansfieldtoupdate Corporate of anticipated landfall location. MansfieldwillmonitorsitesonInventory Management andscheduledeliveriestoensuretanks aretoppedoff. Non-InventoryManagementsitesinprojectedstormpathwillcontinuetomonitorinventory levelsandorderasappropriatetoensuretanksaretopped off priortohurricane.Non-Inventory Managementsitesshouldplaceordersforanyloads needed priortohurricane. Conferencecallwith Mansfield,Corporate,andsitesinthe anticipated affectedregiontodiscuss operational details. 48 Hours Prior to Expected Landfall-Status Red MansfieldtoupdateCoiporate of anticipatedlandfall location. Mansfield will schedule final deliveries priorto landfall for Inventory Management sites. Sitesin affected area should begin fueling at retail locations if possible sothattheirbulk tanks arefull after the storm haspassed. Mansfield will coordinate with Corporate and individual sites to establish priority listofsitesfor receivingdeliveriesafterhurricanemakes landfall. 24HoursPriortoExpectedLandfall-StatusRed Mansfield to update Corporate of anticipated landfall location. Terminals in affected region will begin to shut down.Caniers may begin to move assets out of projecthurricanepath. Final deliveries willbe made to sites as conditions permit and if possible given terminal and carrierstormpreparation/evacuationplans. Sites should place water-tight caps on product fill pipes to reduce chance of water entering tanks. 12HoursPriorto Expected Landfall-StatusRed Most terminals inregion will likely be shut down and carriers will begin to pull equipment off roadassafetyprecautions. Deliveries will most likely not be possible until after hurricane has passed. 0 Hour -Landfall-Status Red Nodeliveryactivity Mansfield will be in contact with carriers and terminals in effected area to evaluate damage and time until assets are back on-line and operational. 12 Hours after Landfall-Status Red Mansfield will coordinate with Coiporate to assess the site damages in affected area and verify theprioritylistforfirstdeliveries. Mansfield will notify Corporate ofthe operational status ofterminals and carriers in the affected region,any anticipated disruptions to deliveries,and anticipated time lines until supply & deliveries will return to normal. Mansfield will attempt to make contact with sites in affected area in order to assess operational statusand fuel deliveryneeds. Mansfield will schedule deliveries to highest priority sites.Deliveries may be scheduled from non-traditional origins if terminals/camers in region are not operable. 24 Hours after Landfall-Status Red Mansfield will notify Coiporate 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 normal. Mansfield will continue to attempt to contact sites in the affected area and schedule deliveries on pnonty basis maccordance to safety considerations and any applicable local,state,or federal mandates. Mansfield will infonn the site and Corporate ifthere are issues prohibiting delivery to any locations. Sites placing orders should do so at least 48 hours in advance,rather than the standard 24 hours in advance. Mansfield will schedule deliveries to highest priority sites.Deliveries may be scheduled from non-traditional origins if terminals/carriers in region are not operable. 48 Hours after Landfall-Status Red Mansfield will update Corporate on a conference call as to the operational status ofterminals and carriers in the affected region,any anticipated disruptions to deliveries,and anticipated time lines untilsupplyanddeliverieswillreturntonormal. 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 priority list if disruptions to supply remain significant inthe affected region. Deliveries will be scheduled as needed in accordance to safety considerations and any applicable local,state,or federal mandates. Mansfield will inform the site and Corporate ifthere are issues prohibiting delivery to any locations. 72 Hours after Landfall-Status Red Mansfield will update Corporate ona conference call as to the operational status ofterminals and carriers inthe affected region andif disruptions to deliveries inthearea continue. Sitesshouldcontinuetoplaceorders48hoursin advance. Mansfield will inform Corporate of status of scheduled deliveries,and evaluate the established priority list. Deliveries will be scheduled as needed in accordance to safety considerations and any applicable local,state,or federal mandates. Mansfield will inform the sites and Coiporate if there are issues prohibiting delivery to any locations. Mansfield will schedule deliveries to highest priority sites.Deliveries may be scheduled from non-traditional origins if terminals/carriers in region are not operable. Mansfield pledges todo everything possible to facilitate the fueling of locations during disaster times. 96Hours+After Landfall-StatusOrange j Mansfield will update Coiporate of overall status of operations and delivery options in affected areas. Mansfietd will co-ordinate with Corporate asto non-typical operational processes thatwillneed to continue. Delivery schedules willrevertto normal as quickly as possible. Mansfield pledges todo everything possible to facilitate the fueling of locations during disaster times. ~s /^m%. ^ VI . T e r m i n a l Ac c e s s : Ea c h pu s h p i n re p r e s e n t s a te r m i n a l . At a n y of th e s e te r m i n a l s , Ma n s f i e l d ha s ac c e s s to be t w e e n on e a n d f o u r su p p l i e r s . S a n A n t o n i o ^ .* • • • * /P i e d r a s N e g r a f e * CO A H I H L A ' . X^ L a r e d o s • tf f i b c i c p -) J T < f r r e 6 n \ /R e ^ i l <$ " " • *n _ An e n o a af f r t r a d e m a i k s of ' T d f c J W a s . ^ n o ' il&ST4NDAXD TBRMJH^qNnJlGnEEMENr SffFJrLMOTTVA QWNS TXR TERMINAL TBRifflKAlJOMO AGREEMENT This Torminalling Agreement ('Agreement"),made the 22nd day of November 2013.by and between Motlva Enterprises LLC,*Delaware limited Itnbilfty oompany having^anofficealJGOOMainStreet.Level UlBox4(J04tHoustD«lTX77210.he.«wi^rtobtre^to as "Company,«*nd Mansfield Oil Company ofGainesville Ine.aGeorgia operation baying w office nt 1025 Airport Parkway SW.OafnesvillCi GA 50501,herafoafior to be relied to us "Customer,"covera termmalmg ofthe products described below under the following terms and croidftions,effective as ofDecombor 1,2013(nBffecUYe Date").Company and Customer may bo referred to individually as"Parly"orcollcotivcty as"Parties"hereto, A)FAOr4TmSANncU6rXOMKUtOCATrONi Company Facility^^acffltvflcsV'fc PortBverglades South Terminal Address;1200 SB28*Street PtXattderda1e,PL33:H6 OR fcompftnvPfloHitvfiBirt f'TfrcititvfiesY^ Customer Name: Port Everglades East Terminal 1500 SE26*Street JBL.LawffiixTalft,JeL3:33JL6 Mansfield Oil Compan?of Gainesville too 1025 Airport Parkway SW Gainesville,GA 30501 B)PAQLTTDSS SERVICES? 1.Storage c™!^>^16,050 barrels of dediented S^^S^S^ Shell Capacity 16,050 bonels Tank Bottoms 1,050barrels WovUlngSpaco Canocdte O.3.STAND/HI*TaRMHMlM.IH6 *GREEM5OT -8llEtt.-OWMBO TBRMIMAJ* Item 1 ,/*^h /^m^. .z**3^ r ^eaafcy Item 1 based on the settlement price fcr gasoline on (he OPIS plus pipeline tw'iff *«^^ quality difference with the posted price en the termination day ofthis Agreement or u mai dale falls onaholiday (honext posted price. If water is found hi tank(s)and Uis determined to have been introduced *"™&^™'*Product,aistomer agrees to reimburse Company for actual cost ofremoval and disposal of water plus a 15 percent iKimlnlstvative fee,unless such wter In tank ™"™WCompany'a foilnro to use reasonable care in recoivEng,handling,storhig andfor maintaining the Facilities. H)NOTICE ADDBESSEfc Customer:Mansfield OilCompany of Gainesville Inc 1025 Airport Parkway,SW Gainesville,OA 30501 Attn:Andy Milton Company:Motiva Enterprises LLC 1000Main,LeveM2 Houston,TX 77002 Attn:Contracts &Negotiations Mgv I)OPE^TrONAL CONTACT: Terminal Managers CommercialMgr AreaOperationsMgr: Scheduler; r^ni^n 354-525-5177 Linda Kennedy Scott Ditlmg Glenn Simon 713-230-4085 713-241-2302 .713-230-4067 J)OTHER PROVISIONS: The Additional Terms and Conditions attached hereto «WJWt A bi•P^J^Agreement.Al)reference herein to the Agreement shall include the Additional Terms anc Conditions. Executed this Jjl day of P*^2<*&f MOTIVA KNTBRPUISE LLC MANSFIELD OIL COMPANY OX? GAINESVILLE INC u By:\l^MLU(tPlaM^By:/Jf^Q O.S,STANDARD TBWWNAW.ING MCKBEMW -SHEIA/HOl'lVA-OWMED TERMINAL rsj Mansfield Solutions..FuGtod by experience April 24,2015 Miami-DadeCounty Attn:Jesus Lee ProcurementContracting Officer 2 Internal Services Department 111 NW lsl Street,13th Floor Miami,FL33128 Dear Mr.Lee: Belowisthe National Account Manager contact for verification of our allocation atthePort Everglades terminal.We currently have rack allocation with numerous suppliers and oursupply contract withBPis attached. Kevin McCaffrey j NationalAccountManager Cell:813-728-1932 I Shouldyouhaveanyquestions,feelfreeto contact BeckyNixat 1-800-255-6699 Ext:2169or e-mail hnixffimflnsfieldoil.com Best Regards, Becky Nix Contract Coordinator MansfieldOilCompany 1025 Airport Parkway,SW •Gainesville,GA30501-9833•fax678.450.2242-800.695.6826•www.mansfieidoil.com ,/^%\ o BP Products North America,Inc. Schedule A -Proposal Customer Name:Mansfield 0)1 Company of Galnsviite Inc. Contract Start Date: Contract Ecwl Date: General Tenris and Conditions Effective Date: Proposal Expiration Date ,1(1/20.1.5 ..-,:. 1/1/2015 11/30/15 1 f- ^%' ^ \f Item 2 State Tenrrinal Delivery Point Product Volume (gal/month) /"'Pricing /Mechanism Prices Finn?Adder,cpg Contract Price Billing Gallons ...Mode FL PtEvergladesBP 87 Regular E10.9# / / /2,700,000 Platts Mean PriorDay Net FOB Rack FL PtCvergladesBP 93RepJarE109# i 420,000 / •Platts Mean Pribr Day Net FOB Rack Totalper month 3,120,000 Total per year 37.440,000 1.Tote)AdderHbefdre allapplicable federal,staleandtecs)tame and fee*. 2.ThetotalTerraof this agreementshallbeforone(t)year 3.Price adders may increase ordecrease based upon changes In applicable pipeline tariffs r^j Mansfield Sauttans,Fueled by Experience* April 24,2015 Miami-Dade County Attn:Jesus Lee ProcurementContracting Officer 2 Internal Services Department 111 NW lsl Street,13lh Floor Miami,FL33128 Dear Mr.Lee: Below is the Account Manager contact for verification of our allocation at the Tampa terminal. We currently have rack allocation with numerous suppliers and our supply contract,for Tampa terminal, with ExxonMobil is attached. ExxonMobil Fuels &Lubricants Erin Golden Sales Account Manager-WholesaleFuels Office:832-625-8417 Cell:703-350-5816 IM:eringoldenjcom Should you have any questions,feel free to contact Becky Nixat 1-800-255-6699 Ext:2169 ox e-mail bnix@mansfieldoil.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 •www.mansfieklort.com r jlP^N T Effective from:Apr]2015 :MANSRCIDOH.COMPANY OF }105505 i Addendum «wb •uuwKuim lft0d(KI&a(rfe>ltfid I J 10D I HSMV»Nt>3BUKl AOPOYC0 (BB«) JAM* i TjJJfi*17.JOJW WanlWy ft»t*Nkfloj»PUi*{>y*ai) Item 3 EjfcpnMoWf f|iW*Xltirkrltog Mar 31201S 00:04 r^j April 24,2015 Mansfield Solutions,Rjeted by E>perter»ce Miami-DadeCounty Attn:Jesus Lee ProcurementContracting Officer 2 Internal Services Department 111 NW 1sl Street,13th Floor Miami,FL33128 Dear Mr.Lee: Belowisthe Terminal Manager contact for verification of Jacksonville and Montgomery,ALfor diesel allocation and Tampa for gasoline and diesel allocation atthe Jacksonville terminal.We currently have rack allocation with numerous suppliers and our throughput agreement with Buckeye Partners,L.P.is attached. Buckeye Partners,L.P. ChrisClay Manager,Terminal Marketing Office:610-904-4783 Cell:918-691-1773 Email:cclav@buckeve.com IM:chrisjclay Should youhave any questions,feel free to contact Becky Nixat 1-800-255-6699 Ext 2169 or e-mail bnixrShnansfieldoil.com BestRegards, Becky Nix Contract Coordinator MansfieldOilCompany 1025Airport Parkway.SW •Gainesville.GA 30501-9833 •fax 678.450.2242 •800.695.6626 •www.mansfielddLcom r Item 4 SEVENTEENTH AMENDMENT TO THROUGHPUT AGREEMENT This AMENDMENT is made as of mis 1•day of August,2014,byand between Buckeye Terminals,LLC ("Buckeye")and Mansfield Oil Company ofGainesville,Inc.("Customer ). WHEREAS,Buckeye and Customer entered into an Agreement,dated February 1,2010 (as amended from time to lime,the "Agreement"),pursuant to which Buckeye agreed to provide certain torminalling services to Customer;and WHEREAS,Buckeye and Customer each desire to further amend the Agreement on the termsandconditionssetforthinthisAmendment. NOW,THEREFORE,in consideration of the premises and the mutual covenants contained in the Agreement and herein,and other good and valuable consideration the rece.pl and adequacy ofwhich are hereby acknowledged,the parties hereto agree as follows: 1.Modifications.In accordance with Section 29 ofthe Agreement the following is effective as of August 1,2014: (a)Appendix Alo the Agreement is hereby deleted in its entirety and Appendix A heretoshallbe substituted therefor. (b)Appendix Bto the Agreement is hereby deleted in its entirety and Appendix B hereto shall besubstituted therefor, (o)Appendix Cto the Agreement Is hereby deleted in its entirety and Appendix C hereto shall be substituted therefor. 2.Ratification:No Waiver,Except as expressly modified ^^A^mentandalldocuments^.instruments,and agreements related thereto are ******"J confmwdinallrespectsandshallcontinueinfellforceandeffect.The «»«»***"»^^ofeffectivenessofthisAmendmentshallnotoperateasa™*to(™l"^^$ZeitherpartyheretoundertheAgreement,nor constitute awaiver ofany P*™!°»°™*Agreement The Agreement shall,together with this Amendment,be read and construed as a%+£££References bthe Agreement and any related documents,instruments,and agreements shall hereafter refer lo the Agreement as modified hereby. 3.AtrtherJlv.Each party hereto represents and warrants that the execution_and delivery by such party of this Amendment and the performance by such partyof aU of itsJgSntsandobligationsundertheAgreementasmodifiedberebyjc#^organizational authority of such party and have been duly authorized by all necessary organizational action on the part ofsuch party. 4.r^-^Effectiveness.This Agreement may be «£?**«"SZ£L*counterparts (including by meanroftelecopied signature page or as aP^F or s^te ato^hmenttoanelectroniccommunication),all of which shall be considered one '^™£ggT'and shall become effective when one or more counterparts have been s»gned by each of the Parties anddeliveredtothe other Parties. C#597 Item 4 IN WITNESS WHEREOF,Buckeye and Customer have duly executed this Amendment as ofthe day andyear first set forth above. MANSFIELD OIL COMPANY OF OA[NSVILLE,INC. BY:-NameiVW.sQxr-'*' Title;S-tpfAy /Ww^o" BUCKEYE TERMINALS,LLC ^ BY:^ Name:^\ Tide:; C#597 r /^*\ Item 4 APPENDIX A TERMINALS Terminal Address Control Number Argo 8600 West 71st Street Bedford Pai«k,IL 60501 T-36-IL-3315 Baltimore 6200 Pennington Avenue Baltimore,MD 21226 T-52-MD-1550 Belton Hwy 20North. Belton,SC 29627 T-57-SC-2051 Brewerton CountyRoute37WestRiver Road Brewerton,NY 13029 T-16-NY-1456 Buffalo 625 Elk Street BuflWo,NY 14210 T-16-NY-I458 Canton 807 Hartford Southeast Canton,OH44707 T-34-OH-3143 Charleston 5150 Virginia Avenue North Chaiieston,SC 29405 T-57-SC-2064 Chesapeake 4030 Bueil Street Chesapeake,VA 23324 T-54-VA-1650 Chicago Complex 400EColumbus Dt.,EastChicago,IN 46312 2400 Michigan St.,Hammond,IN 46320 45Division SL,Shereville,IN 46375 32550 S,Egyptian Trail,Peotone,IL 60468 T-35-IN-3225 T-35-IN-3228 N/A N/A Columbus South 303 North Wilson Road Columbus,OH43204 T-31-OH-3105 Cuyahoga 4850 E 49th Street Cuyahoga Hts„OH 44)25 T-34-OH-3144 Detroit 700 South Deacon Detroit,MI 48217 T-38-MI-3025 Fairfax 9601 Colonial Avenue Fairfax,VA 22031 T-54-VA-1659 C#597 Terminal Ferrysburg Granville 3ibksoa^H^:•- Lima South Macungie Macungie BES Malvern Marshall ***Montgomery Niles North Augusta Raceway Rochester North Rochester South Rookford Address 17806 North Shore Drive Ferrysburg,MI 49409 9101 North 107th Street Milwaukee,WI53224 2617Zoo Parkway 1500 West Buckeye Road Lima,OH45804 5198 BuckeyeRoad Emmaus,PA 18049 5285 Shipper Road,Macungie,PA 18062 5117 Shipper Road,Macungie,PA 18062 8 South Malin Road Malvern,PA 19355 12451 Old U.S.27 South Marshall,MI 49068 Hwy31North Montgomery,AL 36108 2303 South Third Street Niles,MI 49120 221 Sweetwater Rd. NorthAugusta,SC 29841 3230 N.RacewayRoad Indianapolis,IN46234 754 Brooks Ave. Rochester,NY 14624-0587 675 Brooks Ave, Rochester,NY 14619 1511 South Meridian Road Rockford,lL61102 Item 4 Control Number T-38-M1-3013 T-39-WI-3062 T-59-FL-2102 T-34*OH-3158 T-23-PA-1700 T-23-PA-1702 T-23-PA-1704 T-23-PA-1718 T-38-M1-3043 T-63-AL-23Q4 T-38-MI-3028 T-57-SC-2061 T-35-IN-3226 T-16-NY-1468 T-16-NY-1472 T-36-IL-3306 rftf *** *** C#597 Terminal Tamper WQ0.dhaven /0^\ Address Tampa,FL33605 20755 W^tRoad Woodhaven,Ml 48183 Item 4 Control Number Tr^^-SM #**: T-38-MT-3024 C#597 From:DavidZarfoss<DZarfoss@mansfieldoil.com> Sent:Wednesday,May 13,2015 2:32 PM ^\ To:Lee,Jesus (ISD);Ford,Phillip (ISD)/ Cc:Matthew Pitts;Clerkof the Board(COQ Subject Pricing pages Attachments:150513121911_0001.pdf Jesus, Pleasefindattachedrevised pricing pagesfor Mansfield Oil Company foryour2015fuelbid.Ifyouhaveanyquestions about these figures please don't hesitate to givemeacall. Thank you for your consideration. David Zarfoss Director of GovtPricing Mansfield Oil Company 678-450-2107 /^k ^ MIAMI-DADE COUNTY QUOTE NO.:6-2015 dot 2) GROUP A,GASOLINE TRANSPORT TRUCK DELIVERIES Payment NET 45 Item No. Estimated Gallons per Year (thisis not a guaranty)Gasoline Differential Per Gallon 1 5,000 E10 Gasoline,Regular $-0.0057 2 45,000 E10 Gasoline,Mid-Grade $-0.0396 3 17,250 E10 Gasoline,Premium $-0.0796 TANK WAGON TRUCKDELIVERIES Payment NET45 Item No. Estimated Gallons per Year (thisis not aguaranty) Gasoline Differential Per Gallon 4 65,000 E10Gasoline,Regular $+0.1215 5 135,000 E10Gasoline,Mid-Grade $+0.1215 6 51,750 E10 Gasoline,Premium $+0.1215 Item No. Item No. TRANSPORT TRUCK DELIVERIES Payment NET 15 Estimated Gallons per Year (thisis not aguaranty) 7,500,000 Gasoline E10 Gasoline,Regular Differential Per Gallon $•0.0109 TANK WAGON TRUCK DELIVERIES Payment NET 15 Estimated Gallons per Year (thisis not aguaranty) 200,000 Gasoline E10 Gasoline,Regular Differential Per Gallon $+0,1162 Gain' MIAMI-DADE COUNTY BMITT. (2 of 2) QUOTE NO.:6-2015 GROUP B,DIESEL TRANSPORT TRUCK DELIVERIES Payment NET 45 Item No. Estimated Gallons per Year (thisis not a guaranty)Diesel Differential Per Gallon Price 1 470,000 ULSDieselNo.2(Clear)$+0.0076 2 1,800,000 ULSDieselNo.2(RedDyed)$+0.0076 TANK WAGON TRUCK DELIVERIES PavmentNET45 Item No. Estimated Gallons perYear (thisis not a guaranty)Diesel Differential Per Gallon Price 3 86,000 ULSDieselNo.2(Clear)$+0.1215 4 219,000 ULSDieselNo.2(RedDyed)$+0.1215 •;C •{>•/y-yj-/;•>".":•.•^\%>\-J\\£ly"••£?..y)'T'J'/:\'r'/^{'''/t;^^^'^.~:.'.,'''•'"-.];J.•\'•.£'•..-•••;•^';-•:-;".V '•'"•"')•••=:•"!-":;;;.".v ^-"/*".C*^/r^/"•".••_ TRANSPORT TRUCK DELIVERIES Payment NET 15 Item No. Estimated GallonsperYear (thisis not aguaranty)Diesel Differential Per Gallon Price 5 15,400,000 ULSDieselNo.2(Clear)$+0.0023 TANK WAGON TRUCK DELIVERIES Payment NET 15 Item No. Estimated GallonsperYear (thisis not aguaranty)Diesel Differential Per Gallon Price 6 40,000 ULSDieselNo.2(Clear)$+0.1162 7 1,000 ULSDieselNo.2(RedDyed)$+0.1162 GROUP €,DIESEL MiamiDadePublicHousingand Community Development (PHCD) No County measures or preferences will apply to this group TANK WAGON TRUCK DELIVERIES Payment NET 45 Item No. Estimated Gallons per Year (thisis not a guaranty)Diesel Differential Per Gallon Price 1 20,000 ULSDieselNo.2(RedDyed)$+0.2276 Mansfield Oil Co.1025 AirportPar^ay Gainesville,GA 30501 /*^^. ~) /',""*'N\ tolutions.Fueleaby Exp^/ierce May 19,2015 Clerk of the Board StephenP.ClarkCenter 111 NW 1st Street 17th Floor,Suite 202 Miami,FL 33128-1983 Mr.Jesus Lee: Below please find our action plan tobe implemented as soon as an award recommendation is made by Miami-Dade County.Every effort will be made to perform site visits by transportation partners and establish relationships before the June 1 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 with3 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 21sl.Each carrier r 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,ata minimum,have security requirements.All carriers are currently submitting driver names and the final lists will be provided to you by May 22nd when we are able to finalize the site distribution.We understand that these agencies are aware of the potential carrier change and ask for their help and cooperation duringthistransition. 3.Carrier agreements -Mansfield is drafting service agreements with each carrier.The ^^letter will explain the sites being awarded to each carrier partner and the service expectation V 1025 Airport Parkway,SW•Gainesville,GA 30501 •1.800.255.6699 •fax 678.450.2242 •www.mansfieldoil.com Sc'ut?ons.Fueledby Expeiience 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 alower overall differential by partnering with BV Oil to handle the TW portion of the bid.At the outset of the contract we are unable to lower our transport differentials however we will conduct a review at the 90 day mark and internally review the logistics of both our freight and supply performance and determine if any additional savings canbe passed onthe 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 1st. David Zaftoss Director of Government Pricing 1025 Airport Parkway,SW-Gainesville,GA 30501 •1.800.255.6699 •fax 678.450.2242 •www.mansfieldoil.com /^\ C 3 0EPARTKEMT r sheet Page1of1 Internal Services Department Procurement Management Division Addendum No.1 TO:All Pool Bidders DATE:March 2,2015 INVITATION TO QUOTE NO.:6-2015 TITLE:ITQ,Gasoline and Diesel Fuel ThisAddendum becomes partoftheabove-mentioned solicitation. A.The following are requests for clarification and/or question,andthe corresponding response. 1,Canonevendorwintransportandonevendor win tankwagon? Response:No.Award will bemade in the aggregate ona group by group basis tothe lowest priced responsive,responsibleBidder. All terms,covenants and conditions ofthe subject solicitationshallapply,except to the extent herein amended. Procurement Contracting Officer2 CC:Clerk of the Board £"5 CVf 1 X 4QC ^° D-z:o^ IU i2 ^lE ~J tsA O C>J -J-«- y^™^\! CLERK OF TH&WAHO Internal Services Departmei??15HAR 20 AM 8:37 ProcurementManagement Dix^nsiRCtJtT &csuhty cts Mlttil-OABE'MUHTY.FIA. Addendum No.2 TO:All PoolBidders DATE:March 19,2015 INVITATION TO QUOTE NO.:6-2015 TITLE:ITQ,Gasoline and Diesel Fuel ThisAddendum becomes partof the above-mentioned solicitation. A.Revision to the Solicitation. 1.The due date of sealed bids has changed from April 1*2015 at 2:00PM to April 8th.2015 at 2:00PM.All else remainsthe same.Bidders areremindedthatquotes will NOT.be accepted by e-mail,telephone,orfacsimile. 2.ChangetheFuelTaxRatestableonPage4as follows.Under theGasoline column and row titled Motor Fuel-On/Off the Road (State),changethetaxrate from 0.173 to 0.174.The table representsthelatesttaxrate information.Therefore,the information issubjecttochange during thetermofthis Invitation to Quote (ITQ). B.The following arerequests for clarification and/or question,andthe corresponding response. 1.Request for two (2)invoices per month of County's current contract delivered by your current vendors)and corresponding bill of ladings of each gasoline and diesel fuel.These invoices couldbe just fromoneortwoofthelocationswiththelargest usage. Response:The County operates a large number of various types fuel sites managed by numerous departments.Thetwo County departments with thelargest consumption of fuel arethe Internal Services Department /Reet Management Division (ISD/FM),which isthe largest consumer of gasoline and second largest cqnsumer of diesel,and Miami-Dade Transit (MDT), which isthe largest consumer of diesel.Responses to questions 2,3,and4arealsobasedon thesetwo departments'consumption.Pleaseseecopiesof invoices attached tothesame e-mail containing this Addendum, 2.Please provide us with recently used Invoices off ofthe current contract with their corresponding BOL'sfor each typeoffueland each typeofdelivery? Response:Please see response toquestionnumber 1. 3.Isthereanaverage order size for each type of delivery (Transport andTankWagon)? Response: ISD/FM -the averageordersizeis 7,500 gallons for diesel and 9,000 gallon for gasoline. MDT -Transport average is7,500 gallons perload (Diesel)andTank Wagon Is 5,000 gallons per load(Diesel and Unleaded) 4.Approximately howmanyordersayeararesplitloadstotwo separate facilities? Response:Onaverage,ISD hasabout20splitordersayear.Thisoccurswhena transport delivery Is requested butthesite Is unable toaccepttheentire load,or during emergency situations.MDT has approximately 19 split orders a year for unleaded fuel for thetankwagon goingto the three garages.Nonefordiesel. 5.Justtoconfirm,alltaxesand tees inthetableonpg.4ofthe solicitation will belistedas separate line items on invoices and don't need to be added into our differential? Response:Yes,asapplicable to each fuel. 6.Lookingforatabulation sheet fromlastyear'sbid. Response:Pleasesee referenced Tally Sheet attached tothesame e-mail containing this Addendum. 7.Pleaseprovidemonthly usage reportbrokendownbymonth for thelast 12 months? Response:Belowarethetotalnumbersofgallons delivered to all Countydepartmentsperfuel type during theprevious12months.Usagenumbersshould correlate with delivery numbers,but dueto the largenumberofsites within severaldepartments,usage numbersarenot readily available. Diesel Gasoline Mar-14 1,390,582.00 Mar-14 628,957.00 Apr-14 1,350,433.00 Apr-14 590,691.00 May-14 1,574,509.00 May-14 688,127.00 Jun-14 1,340,640.00 Jun-14 607,122,00 Jul-14 1,519,624.00 Jul-14 662,743.00 Aug-14 1,415,799.90 Aug-14 636,693.30 Sep-14 1,497,049.00 Sep-14 630,222.00 Oct-14 1,521,151.00 Oct-14 643,522.00 Nov-14 1,271,409.00 Nov-14 533,262.00 Dec-14 1,374,579.70 Dec-14 616,228.10 •Jan-15 1,384,765.00 Jan-15 596,395.00 Feb-15 1,223,501.00 Feb-15 526,311.00 8.*Have any addenda other than #1 been released? Response:No. 9.Whenis the anticipatedawarddate? Response:Approximately 1-2 weeks before May 1st. 10.Whenisthe first board meeting after thebidopening? Response:Awardofthereferenced Invitation toQuote (ITQ)doesnot require board approval. 1-1.Will adecisionbemadeattheboardmeetingorsometimebeforethen? Response:See response toquestionnumber9and 10. 12.CantheCountyacceptupto 5%bioin your diesel fuel? Response:Yes,aslongasit's Ultra LowSulfurDiesel. 13.Whatis the percent preference giventoalocalbidder? Response:Please follow linkbelowtotheLOCALPREFERENCEParagraph1.10(C)ofthe general .terms andcondition.The linkisalsofoundinSection 1,Paragraph1oftheITQ. httDy/vww.mlamldade.qov/procure^ \ /**% /^% r i^^N 14.Does the percent preference apply tothe bid margins or bid totals? Response:Local Preference is applied tothe price for all items within a Group. 15.Isthe public invited to attend the bid opening?If so,what information will be read aloud atthe opening? Response:A public openingisnotscheduled. 16.Howsoonafterthe bid opening will preliminary bid tabulations be available? Response:Within30 days,butusuallysooner. 17.Would the Countyconsideranalternate firm fixed price fortheyear?Ifso,wouldyouacceptour clauses?Pleaseindicatewhichclauseswouldbeacceptableand which clauses would be cause forrejection. Response:The Countywillnotconsideranalternate firm fixed price. All terms,covenants and conditions of the subject solicitation shallapply,except to the extent herein amended. Procurement Contracting Officer CC:Clerk of the Board ^Jf 26SE |SUNDAY,JUNE28,2015 SE CITY OF SOUTH MIAMI COURTESY NOTICE NOTICEIS HEREBY giventhattheCityCommissionoftheCityofSouthMiami,Florida will conduct Public Hearings)atits regular CityCommissionmeetingscheduledforTuesday.Julv 7.2015 beginning at7:00p.m.,in the CityCommission Chambers,6130SunsetDrive,toconsiderthe following itcm(s): (A Resolution amending resolution number 096-15-14435 and authorizing the City ManagerX to enter into a multi-year contract with Mansfield Oil Company ofGainesville,Inc.for the \ purchase and delivery of bulk fuel gasoline and diesel for the City's vehicle fleet and equipment.J AnOrdinanceamendingSection15-63andcreatingSection15-63.1oftheCityofSouth Miami'sCodeofOrdinancestopermitsalesofhome-grownproduceonprivateproperty. ALLinterestedpartiesareinvitedtoattendandwillbeheard. NOTICE IS ALSO HEREBY giventhatthenextregularmeetingoftheCityCommissionofthe CityofSouthMiami,Floridawillbeheld Tuesday,July14,2015 beginningat7:00p.m.,inthe CityCommission Chambers,6130 SunsetDrive. Forfurther information,pleasecontacttheCityClerk s Officeat:305-663-6340. Maria M.Menendez,CMC CityClerk Pursuant to Florida Statutes286.0105,theCityherebyadvisesthepublicthatifapersondecidestoappealuny decision madebythisBoard,Agency orCommission withrespect toanymatter considered atitsmeeting orhearing,heorshewill needa record ofthe proceedings,andthatforsuchpurpose,affectedpersonmayneedtoensurethataverbatimrecordof the proceedings ismadewhich record includes thetestimonyandevidence uponwhichthe appeal istobe based. Coral Gables MiamiHGrald.com I MIAMI HERALD NEIGHBORS CALENDAR •CALENDAR,FROM18SE anyofthe aforementioned locations. June 28-June 30FreeBoysandGirls ClubofPalmBeachCounty800 Northpoint Pkwy.,WestPalmBeach. ACollector'sLegacy:Highlights from the Franclen C.Ruwitch and theRuwitchFamily Collections Francien "Fran"Ruwitch was known forherenergy,her panache,andher loveofart.She enjoyed astellar reputation asoneofMiami'smost committed connoisseurs who,over the course ofseveral decades,builta remarkable collectionof contempo raryart.Thoughhedidnotsharehis wife's consuming interestinart, Fran'sloving husband,Lee(oneof Miami's most successful media pioneers),encouraged herto pursue her interests withvigor.Equally instrumental was Fran's good friend andmentor,MartinZ.Margulies,who built a world-class collection of his own(nowheldatTheMargulies Collection at the Warehouse in Miami's Wynwood Arts District)in tandem with Fran's more domes tically-scaledholdings.TheFrancien C.RuwitchandtheRuwitchFamily Collections comprise arich,in- tergenerational assortment ofartin allmedia,includingworksbyOlafur Eliasson,Walker Evans,Peter Halley, Dorothea Lange,Jonathan Lasker, HelenLevitt.Manuel Neri.Tony Oursler,MaurizioPellegrin,Richard Pousette-Dart;GeorgeSegal,and others.June 2812 p.m.-4p.m.;June 30-July 2.July 410 a.m.-4p.m.;July 512 p.m.-4p.m.Includedinadmis sionUniversityofMiami-LoweArt Museum1301Stanford Dr.,Coral Gables. Coral Gables Sister Cities:Partners In Peace Presented in the Perrin InternationalReceptionHall,Coral Gables*"Sister Cities:Partner In Peace"is an exhibition dedicated to the sister cities movement launched byPresidentDwightD.Eisenhower in1956in honor of the beloved sister cities:Aix-en-Provence,France; Cartagena,Colombia;Granada, Spain;LaAntigua,Guatemala;and Pavia,Italy.Visitorsareinvitedto learnaboutthehistoryofthis international peace program and uncover the connections between Coral Gables and her sister cities. Images andtexttellthestoryofa nation inaColdWar environment,in which President Eisenhower used extensivewartime experience and leadershipabilitiestorallythepublic and reach out to citizens of other nations,inaneffortto promote cultural understanding andworld peace.Eachofthefivesistercitiesis represented through photographs, objects,explanatory text,videos, books,maps,and other media.A researchlibrarywillbeavailablefor those visitors interested in learning more about aparticularsistercity. June 2812 p.m.-5p.m.;June30-July 312 p.m.-6p.m.;July 411 a.m.-5p.m.; July 512 p.m.-5p.m.Includedin admission Coral Gables Museum 285 AragonAve.,CoralGables. Creating theDream:George E. Merrick and His Vision for Coral Gables Thisan exhibition about CoralGables'founderanddeveloper, GeorgeMerrick.LearnhowMerrick wentfromthirteen-year-oldfarmer's sonto development king.This inspiringAmericanstory addresses localhistoryandurbandevel opment.June 2812 p.m.-5p.m.;June 30-July 312 p.m.-6p.m.;July4 H a.m.-5p.m.;July 512 p.m.-5p.m. Included in admission Coral Gables Museum285AragonAve.,Cora! Gables. Downtown Miami:The Ground Beneath Our Feet (MDC)Museumof Art+Design (MOA+D)incollab oration withWord+Image Lab (WAIL)presents thenew exhibition. "Downtown Miami:The Ground Beneath Our Feet,"showcasing a one-of-a-kind artists book created by24southFloridawritersand artists.June 28-July 5Free www.mdcmoad.org/FreedomTower 600 BiscayneBlvd.,Miami. FreeEyeExams&Glasses toEligible ChildrenTheFlorida Optometry Eye HealthFund,in coordination withthe Miami Lighthouse fortheBlindand VisuallyImpaired,promotes access •TURNTO CALENDAR,32SE Senior High CONGRATULATIONS CLASS OF 2015! We are proud ofall 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 Colle<- Ronningen Folkehpgstole 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 Asunci6n/Paraguay University of Akron PT5R rb^Jfble.'scavaliers.org 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 University of Southern California Valencia Community College Wartburg College Wellesley College Whitman College Windward Community College J MIAMI DAILY BUSINESS REVIEW PublishedDaily except Saturday,Sunday and LegalHolidays Miami,Miami-Dade County,Florida STATE OF FLORIDA COUNTY OF MIAMI-DADE: Before the undersigned authoritypersonally appeared M.ZALDIVAR,whoon oath says that heor she isthe LEGALCLERK,LegalNoticesoftheMiamiDaily Business Review f/k/a MiamiReview,adaily (except Saturday,Sunday andLegalHolidays)newspaper,publishedat Miami inMiami-Dade County,Florida;thatthe attached copyofadvertisement, beingaLegal Advertisement ofNoticeinthematterof CITY OF SOUTH MIAMI PUBLIC HEARING -JULY 7;2015 in the XXXX Court, was published in said newspaper inthe issues Of 06/26/2015 Affiant further says that the said MiamiDaily Business Reviewisa newspaper published atMiamiinsaidMiami-Dade County,Florida and that the said newspaper has heretofore been continuously published in saidMiami-DadeCounty, Florida,each day (except Saturday,Sunday andLegalHolidays) and has been entered as second class mail matter at the post officeinMiamiin said Miami-Dade County,Florida,fora period of one year next preceding the firstpublicationof the attached copy of advertisement;and affiant further says that heor she has neither paid nor promised any person,firmor corporation any discount,rebate,commission or refund forthe purpose ofsecuringthis advertisement fop publication inthesaid newspaper. (SEAL) M.ZALDIVAR personallyknown to.me 4§23fe*O.V.FERBEYREPf.l Notary Public •State of Florida _itf My Comm.Expires Jul 9.2018 3&$P Commission #FF 102821 &«J W V 'IP w W&&&