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&&&