Loading...
Res No 132-17-14933RESOLUTION NO.: __ 1_3_2_-_1_7_-_1_4 _9 3_3 __ _ A Resolution approving and authorizing the City Manager to continue with the existing Miami-Dade County contract with Indigo Energy Partners, LLC for the purchase and delivery of bulk fuel gasoline and diesel for the City's vehicle fleet and equipment. WHEREAS, the City Manager wishes to continue purchasing bulk fuel gasoline and diesel for the City's vehicle fleet and equipment; and WHEREAS, the City Manager wishes to continue ensuring the lowest possible cost for the purchase of bulk fuel gasoline and diesel for the City vehicles fleet and equipment; and WHEREAS, the City Manager wishes to continue to piggyback on Miami-Dade County Contract No.: 3143-9/18-9 with Indigo Energy Partners LLC; and WHEREAS, the City of South Miami desires to continue utilizing the Miami-Dade County Contract under the Terms and Conditions as set forth in the solicitation and agreement between Miami-Dade County and Indigo Energy Partners Company. The current contract is valid until April 30th, 2018; and WHEREAS, Miami-Dade County will proceed with the procurement process of selecting a fuel vendor at that time; and . WHEREAS, the expenditure be charged to departmental fuel account numbers 001- 1760-519-5230 (Public Works Fuel & Lube) with a current balance of $162,213.62, 001.1310.513.5230 (City Manager Fuel) with a current balance of $544.96, 001.1410.513.5230 (Finance Division Fuel) with a current balance of $1,136.56, 001.1610.524.5230 (Building Division Fuel) with a current balance of $804.64, 001.1620.524.5230 (Planning Division Fuel) with a current balance of $79.41, 001.1640.524.5230 (Code Enforcement Division Fuel) with a current balance of $1,667, 001.1910.521.5230 (Police Division Fuel) with a current balance of $121,219.03, 001.2000.572.5230 (Recreation Fuel) with a current balance of $8,594.18 and 001.1750.519.5230 (PR Landscape Fuel) 'with a current balance of $7,577.98. 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 $383,860 with Indigo Energy Partners, LLC for the purchase and delivery of bulk fuel gasoline and diesel, charged to various departmental fuel account numbers. Section 2. Severability. If any section, clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, this holding shall not affect the validity of the remaining portions of this resolution. Section 3. Effective Date: This resolution shall take effect immediately upon enactment. PASSED AND ENACTED this 20tltlay of June, 2017. ATTEST: APPROVED: Pg. 2 of Res. No. 132-17-14933 Pj~ MAYO COMMISSION VOTE: 4-0 Mayor Stoddard: Yea Vice Mayor Welsh: Yea Commissioner Edmond: Yea Commissioner Liebman: absent Commissioner Harris: Yea ~ .. South Miami CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM THE CITY OF PLEASANT .lIVING To: VIA: FROM: DATE: SUBJECT: BACKGROUND: AMOUNT: ACCOUNT: SUPPORT: The Honorable Mayor & Members of the City Commission Steven Alexander, City Manager John Reese., Superintendent of Public Works J: June 20th , 2017 Agenda Item NO.:~ A Resolution approving and authorizing the City Manager to continue with the existing Miami-Dade County contract with Indigo Energy Partners, LLC for the purchase an.d delivery of bulk fuel gasoline and diesel for the City's vehicle fleet and equipment. Bulk fuel gasoline and diesel must be purchased for the City's vehicle fleet and equipment. The City Manager wishes to continue to piggyback on Miami-Dade County Contract No.: 3143-9/18-9 Indigo Energy Partners, LLC. The City of South Miami desires to continue utilizing the Miami-Dade County Contract under the Terms and Conditions as set forth in the solicitation and agreement between Miami-Dade County and Indigo Energy Partners Company. The current contract is valid until April 30th • 2018. Miami-Dade County will proceed with the procurement process of selecting a fuel vendor at that time. Not to exceed $383,860 001.1760.519.5230 001.1310.513.5230 001.1410.513.5230 001.1610.524.5230 001.1620.524.5230 001.1640.524.5230 001.1910.521.5230 001.2000.572.5230 001.1750.519.5230 Public Works Fuel with a balance of $162.213.62 City Manager Fuel with a balance of $544.96 Finance Division Fuel with a balance of $1, 136.56 Building Division Fuel with a balance of $804.64 Planning Division Fuel with a balance of $79.47 Code Enforcement Fuel with a balance of $1,667 Police Fuel with a balance of $121.219.03 Recreation Fuel with a balance of $8.594.18 PR Landscape Fuel with a balance of $7.577.98 Miami-Dade County Award Sheet Piggyback Contract with Indigo Energy Partners ~ ... CONTRACT FOR GASOLINE AND DIESEL~U L . THIS AGREEMENT made and entered into this m:.y of , 2017 by and between the City of South Miami, a Florida municipal Corporation and through its City Manager (hereinafter referred to as "City") and Indigo Energy Partners, LLC, (hereinafter referred to as "Contractor"). WITNESSETH: WHEREAS, the contract for Gasoline and Diesel Fuel contract was competitively solicited by Miami-Dade County pursuant to ITO No. 3143-6 and after completing a competitive bidding process, awarded a contract to Contractor; and WHEREAS, the City of South Miami desires to utilize the Gasoline and Diesel Fuel contract and pursuant to authority of the City of South Miami's Charter. NOW, THEREFORE, the City and the Contractor, each through their authorized representative/official, agree as follows: 1. The City desires to enter into a Contract, under the same terms and conditions as set forth in the solicitation and the agreement between the Contractor and the Miami-Dade County for Gasoline and Diesel Fuel. 2. The City has reviewed the contract and agrees to the terms and conditions to be applicable to a purchase order to be issued by the City and further agrees to the fair and reasonableness of the pricing. Contractor hereby agrees to provide such goods and/or services, pursuant to the City's purchase order made during the term of this agreement, under the same price(s), terms and conditions as found in the Solicitation Documents and the Response to the Solicitation, and the Agreement/Contract and/or the Award, pertinent copies of which are attached hereto as Exhibit A, and made a part hereof by reference. 3. All references in the contract between Miami-Dade County and Contractor, shall be assumed to pertain to, and are binding upon Contractor and the City of South Miami. All . decisions that are to be made on behalf of Miami-Dade County, as set forth in the Miami- Dade County ITO No. 3143-6 and Contract No. 3143-9/18-9 and its agreement with Contractor, shall be made by the City Manager for the City of South Miami. The term of the contract, induding all extensions authOrized by the contract shall not exceed five years. Notwithstanding anything contained in the ITO No. 3143-6 and Contract No. 3143-9/18-9 or the Miami-Dade County contract to the contrary, this agreement shall be governed by the laws of the State of Florida and venue for all dispute resolutions or litigation shall be in Miami-Dade County, Rorida. 4. Scope of Goods and Services. The scope of goods and services are set forth in the attached Exhibit A. 5. Contract Price. The contract price for the good and services is set forth in the attached Exhibit B. If not otherwise set forth in the Miami-Dade County Agreement/Contract, the Contractor shall be paid upon delivery of all the goods, the completion of all the services and after fmal inspection by the City that approves of the Thomas F. Pepe -01-11-16 Page 1 of5 goods delivered and the work performed. 6. Grant Funding: This project is being funded N/A and Contractor agrees to comply with all the requirements of that Grant, applicable to the delivery of the goods and services that are the subject of this Agreement, and that are within its power to provide and to provide all the documentation within its control that is required for the City to be able to recover the contract price pursuant to the terms of the grant. A copy of the grant is attached hereto and made a part hereof by reference. 7) Public Records: CONTRACTOR and all of its subcontractors are required to comply with the public records law (s.119.0701) while providing goods and/or services on behalf of the CITY and the CONTRACTOR, under such conditions, shall incorporate this paragraph in all of its subcontracts for this Project and shall: (a) Keep and maintain public records required by the public agency to perform the service; (b) Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Contract term and following completion of the Contract if CONTRACTOR does not transfer the records to the public agency; and (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of CONTRACTOR or keep and maintain public records required by the public agency to perform the service. If CONTRACTOR transfers all public records to the public agency upon completion of the Contract, CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If CONTRACTOR keeps and maintains public records upon completion of the Contract, CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO TmS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 305-663-6340; E-mail: mmenendez@southmiamifl.gov; 6130 Sunset Drive, South Miami, FL .33143. 8. Waiver Jury Trial: City and Contractor knowingly, irrevocably voluntarily and intentionally waive any right either may have to a trial by jury in State or Federal Court proceedings in respect to any action, proceeding, lawsuit or counterclaim arising out of the Contract Documents or the performance of the Work thereunder. . 9. Validity of Executed Copies: This agreement may be executed in several counterparts, each of which may be construed as an original. 10. Attorneys' Fees and Costs: In the event of any litigation between the parties arising out of or relating in any way to this Agreement or a breach thereof, each party shall bear its own costs and legal fees. Nothing contained herein shall prevent or prohibit the right to be indemnified for any attorney fees incurred in the defense of an action by a person or entity who is not a party to this Agreement. Thomas F. Pepe -01-11-16 Page 2 of5 lL Severability: If any term or provision of this Agt¢¢ment or the application thereof to any person or cirCUl11$nCe shall, to any extent, be in!lllid ot 1Dlenforceable, the remainder of this. Agreement, or the application. of su¢h termo~p*9,*9nto persons or cireumstancesother than tho$e to which it is held invalid or '\Dl~~le; shall not be affected thereby and each ,teniulIlQ provision of this Agr~eqt;"iiJf~ valid and enforceabl¢ to :the'fullest,exientpenmtted by:Jaw. . '...... . . INW~wB.O",and as the duly ~orized;~;()f1heparties, the lDldersigned representativeS of'llieparti.!h_:~v¢ caused this ~t-~~~.$ignedin their respective names bytheirp~rofficialsonorbefore the day and year fust8boVewritten. ,. · .. a .Men .... ,CMC . ,. r CityCierk \: ,~, • Read and Approved as to Form, Language, Legality and Execution Thereof. BY:_~~"':--' ~~#_~ __ Thomas F. Pepe City Attorney Thomas F. Pepe-01-11-16 Page 3 of5 May 8 •. 2017 All Rl:lspon~jng Vendp[$ ($~:tl Qi~trib!,ltiplJ Li§t) SUBJECT; CONTRACT NO.: 3143~11.8;ofl . ...... ITQNO::3143~6,' .. ' .. '. , TItLE: Gasoline and Diesel Fue.l D~ClI' V~nd()rs: INTERNAL SERVlC~S P~AATMENT PROCUREMENT MANAGI:.MENJ ~ERVICES GI.. r:f~t\ OF -T HE 50 -\ r','i"j 111NW 1ST SIi'.eet;·.$U~1aoQ . I. I Mr" i Florida 331.28,.1974 ,::u:tnt CIHWlT '< comITY (:; ~'ilAf'lI-D~\OE COUNTY. FU~" . t1"1 . am.. .......... . In accotdaiicewith ,Sectfo'ji 1.12dftheabove.-ceferehced solicitatioll, aild,Sectioli:2;SA O.f tlleCotJe.,ofMi:amii.Dade County, y6uate herebyn6tlftedthatthe CoUflly May,orordesigne.'e re.cdfilm~ndsawa.rdof:thi$;Ol;i01ractt():' JJ1digQ.I;!J~rgy.Pqrtner~i,!,.lC; Aw~rd pH3rqQP'~ A and B Pr!f)'J;M(gYil4C{Aw#'t~ 91 Gr~llitC . Vendor(~l riot-ooflsidered'fdfaWtird are: Mansfield OIICQIllP~ny'()f'G9.jh~svlll~, .Inc.. The:provisiOn of this. hdtice, also SeNeS to confirm the IiftihQ ()fthe,:C.oneofSllenee from this ,ptoCOremehtaction.as dictated bySe.ction 2 .. H,.1{t) of the: County Code., 'The Pt¢ouretnent Managernent$ervit~$[)I'li$iQnof the Internal SeMc~$' DepartrrrentapPtc~eiate:$ tbe:parliclpation of all vengOfS Wh9Te.:sPQn(l'OO to the: sl;IbjeQ.fc;lction. Ifyou h~vequestiQn~, p.1~~§econta~t Jesus Lee at 305,,375~4264 email: f!1@miai1iidade~gov Slncerely/} . J~~.~ . Procurement CbhlractingOfflcer2 Miamttiade County, Florida Attachment: Tabulation Sheet .Distribution: Indigo Energy,Partners. LLG Man'~field Oil Gompany of Gainesville Inc. Pro Energy LLC cc: Clerk of the Board File EXHIBIT A CONTRACT FOR GASOLINE AND DIESEL FUEL 1. SOLICITATION DOCUMENTS 2. SCOPE OF SERVICES 30 RESPONSE TO SOLICITATION Thomas F. Pepe -01-11-16 Page 4 of5 Miami-Dade County Solicitation 3143-6 Solicitation 3143·6 Gasoline and Diesel Fuel Solicitation Designation: Private ~O:UNTY Miami-Dade County 3/29/201711:31 AM p.1 Solicitation Number Solicitation Title Solicitation Start Date Solicitation End Date Question & Answer End Date Solicitation Contact Solicitation Contact Solicitation Contact Contract Duration Contract Renewal Prices Good for Miami-Dade County Solicitation 3143-6 Gasoline and Diesel Fuel 3143-6 Gasoline and Diesel Fuel Mar 29,20171:21:28 PM EDT Apr 14, 20176:00:00 PM EDT Apr 7,20176:00:00 PM EDT Jesus Lee 305-375-4264 fjl@miamidade.gov Celeste Walker 305-375-2103 cewalk@miamidade.gov Phillip Ford Procurement Contracting Manager ISD -Procurement Management Services 305-375-5289 pford@miamidade.gov See Bid Documents See Bid Documents See Bid Documents Solicitation 3143-6 Solicitation Comments Please refer to the original solicitation for Method of Award· by Group. Addendum # 1 New Documents Item Lot Description Quantity Unit Price Delivery Location 3/29/201711:31 AM Attachment A Delivery Locations.xlsx Item Response Form 3143-6-01-01 -Group A, Gasoline: Transport Truck Deliveries, Payment NET 45 Regular Gasoline 5000 gallon L .. ___ . ~.Coun1J' No Location Specified p.2 Miami-Dade County Solicitation 3143-6 Qty 5000 Description Transport Truck Deliveries, Payment NET 45 Regular Item Lot Description Quantity Unit Price Delivery Location Description 3143-6-01-02 -Group A, Gasoline: Transport Truck Deliveries, Payment NET 45 Mid-Grade Gasoline 45000 gallon No Location Specified Qty 45000 Transport Truck Deliveries, Payment NET 45 Mid·Grade Item Lot Description Quantity Unit Price Delivery Location Description 3143-6-01-03 -Group A, Gasoline: Transport Truck Deliveries, Payment NET 45 Premium Gasoline 17250 gallon No Location Specified Qty 17250 Transport Truck Deliveries, Payment NET 45 Premium Item Lot Description Quantity Unit Price Delivery Location Description 3143-6-01-04 -Group A, Gasoline: Tank Wagon Deliveries, Payment NET 45 Regular Gasoline 65000 gallon No Location Specified Qty 65000 Tank Wagon Deliveries, Payment NET 45 Regular Item Lot Description Quantity Unit Price Delivery Location 3/29/201711 :31 AM 3143-6-01-05 -Group A, Gasoline: Tank Wagon Deliveries, Payment NET 45 Mid-Grade Gasoline 135000 gallon L ____ n ~.;pj~~ No Location Specified p.3 Miami-Dade County Solicitation 3143-6 Qty 135000 Description Tank Wagon Deliveries, Payment NET 45 Mid-Grade Item Lot Description Quantity Unit Price Delivery Location Description 3143-6-01-06 -Group A, Gasoline: Tank Wagon Deliveries, Payment NET 45 Premium Gasoline 51750 gallon [------~ No Location Specified Qty 51750 Tank Wagon Deliveries, Payment NET 45 Premium Item Lot Description Quantity Unit Price Delivery Location Description 3143-6-01-07 -Group A, Gasoline: Transport Truck Deliveries, Payment NET 15 Regular Gasoline 7500000 gallon No Location Specified Qty 7500000 Transport Truck Deliveries, Payment NET 15 Regular Item Lot Description Quantity Unit Price Delivery Location Description 3143-6-01-08 -Group A, Gasoline: Tank Wagon Deliveries, Payment NET 15 Regular Gasoline 200000 gallon No Location Specified Qty 200000 Tank Wagon Truck Deliveries, Payment NET 15 Regular Item Lot Description Quantity Unit Price Delivery Location 3/29/201711:31 AM 3143-6-02-01 -Group B, Diesel: Transport Truck Deliveries, ULSD No.2 (Clear) Payment NET 45 Diesel 470000 gallon Mi8Rij4)adeCeunty No Location Specified p.4 Miami-Dade County Solicitation 3143-6 Qty 470000 Description Transport Truck Deliveries, ULSD No.2 (Clear) Payment Net 45 Item Lot Description Quantity Unit Price Delivery Location Description 3143-6-02-02 -Group B, Diesel: Transport Truck Deliveries, ULSD No.2 (Red Dye) Payment Net 45 Diesel 1800000 gallon No Locatjon Specified Qty 1800000 Transport Truck Deliveries, ULSD No.2 (Red Dye) Payment Net 45 Item Lot Description Quantity Unit Price Delivery Location Description 3143-6-02-03 -Group B, Diesel: Tank Wagon Deliveries, ULSD No.2 (Clear) Payment Net 45 Diesel 86000 gallon No Location Specified Qty 86000 Tank Wagon Deliveries, ULSD No.2 (Clear) Payment Net 45 Item Lot Description Quantity Unit Price Delivery Location Description 3143-6-02-04 -Group B, Diesel: Tank Wagon Deliveries, ULSD No.2 (Red Dye) Payment Net 45 Diesel 219000 gallon ___ i No Location Specified Qty 219000 Tank Wagon Deliveries, ULSD No.2 (Red Dye) Payment Net 45 Item Lot Description Quantity Unit Price 3/29/201711 :31 AM 3143-6-02-05 -Group B, Diesel: Transport Truck Deliveries, ULSD No.2 (Clear) Payment Net 15 Diesel 15400000 gallon p.5 Miami-Dade County Solicitation 3143-6 Delivery Location Mi8Inj:,:D~.,ceUDty No Location Specified Qty 15400000 Description Transport Truck Deliveries, ULSD No.2 (Clear) Payment Net 15 Item Lot Description Quantity Unit Price Delivery Location Description 3143-6-02-06 -Group B, Diesel: Tank Wagon Deliveries, ULSD No.2 (Clear) Payment Net 15 . Diesel 40000 gallon No Location Specified Qty 40000 Tank Wagon Deliveries, ULSD No.2 (Clear) Payment Net 15 Item Lot Description Quantity Unit Price Delivery Location Description 3143-6-02-07 -Group B, Diesel: Tank Wagon Deliveries, ULSD No.2 (Red Dye) Payment Net 15 Diesel 1000 gallon l ____________ i No Location Specified Qty 1000 Tank Wagon Deliveries, ULSD No.2 (Red Dye) Payment Net 15 Item Lot Description Quantity Unit Price Delivery Location Description 3143-6-03-01 -Group C, Diesel for PCHD: Tank Wagon Deliveries, ULSD No.2 (Red Dye) Payment Net 45 Diesel 20000 gallon "i~~~·:C·c. No Location Specified Qty 20000 Tank Wagon Deliveries, ULSD No.2 (Red Dye) Payment Net 45 3/29/201711:31 AM p. 6 Miami-Dade County MIAMI-DADE COUNTY, FLORIDA INVITATION T 0 BID TITLE: Gasoline and Diesel Fuel BIDS WILL BE ACCEPTED UNTIL 6:00 PM ON Apr 14, 2017 FOR INFORMATION CONTACT: Jesus Lee 305·375-4264 ijl@miamidade.gov BID NO.: 3143·6 -OPENING: 6:00 PM Gasoline and Diesel Fuel Apr 14,2017 IMPORTANT NOTICE TO BIDDERSJPROPOSERS: • READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS, AND HANDLE ALL QUESTIONS IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(0) OF THE GENERAL TERMS AND CONDITIONS. • THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDERIPROPOSER RESPONDING TO THIS SOLICITATION. • FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER YOUR PROPOSAL NON·RESPONSIVE. 3/29/201711:31 AM Solicitation 3143-6 p. 7 Miami-Dade County SECTION 1 GENERAL TERMS AND CONDITIONS: All general terms and conditions of Miami-Dade County Procurement Contracts are posted online. Bidders/Proposers that receive an award from Miami-Dade County through Miami-Dade County's competitive procurement process must anticipate the inclusion of these requirements in the resultant Contract. These general terms and conditions are considered non-negotiable. All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online at the Miami-Dade County Procurement Management website by clicking on the below link: http://www.miamidade.gov/procurementllibrary/boilerplate/general-terms-and-conditions-r16-3.pdf NOTICE TO ALL BIDDERSJPROPOSERS: Electronic bids are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date and time as indicated in this Solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the Solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a proposal in response to a Miami-Dade County solicitation via BidSync. Electronic proposal submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files. For information conceming technical specifications please utilize the question/answer feature provided by BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to the cut-off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of services, or bidding procedures will only be transmitted by written addendum. (See addendum section of BidSync site). Please allow sufficient time to complete the online forms and upload of al\ proposal documents. Bidders/Proposers should not wait until the last minute to submit a proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged (Confirm) and recorded into BidSync before the closing time or the system will stop the process and the response will be considered late and will not be accepted. PLEASE NOTE THE FOLLOWING: No part of your proposal can be submitted via HARDCOPY, EMAIL, OR FAX. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a proposal will be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the equipment, materials, and labor required. The entire proposal response must be submitted in accordance with all specifications contained in the solicitation electronically. 3/29/201711 :31 AM Solicitation 3143-6 p.8 Miami-Dade County. Solicitation 3143-6 3/29/201711:31 AM p.9 Miami-Dade County Solicitation 3143-6 MIAMI-DADE COUNTY QUOTE NO.: 3143-6 In accordance with Section 2, Paragraph 2.6 of Invitation to Bid 3143-9/18 (Contract), Miami-Dade County (County) is hereby soliciting price quotes for Transport and Tank Wagon deliveries of bulk gasoline and diesel fuels (reference 2.6.1 of the Contract, Group One, Transport and Tank Wagon Deliveries). By signing and uploading a price quote in response to this Invitation to Quote (ITQ) the pre- qualified Bidder agrees to adhere to the terms and conditions of the contract and the changes to such terms and conditions provided herein. PURPOSE: The purpose of this Invitation to Quote (ITQ) is to secure price quotes for delivery of un-branded fuel as specified herein for a one year period. Delivery is required starting June i. 2017 through May 31. 2018 (also see extension in Section 1, Paragraph 6 herein). METHOD OF AWARD: BY GROUP Award will be made in the aggregate on a group by group basis to the lowest priced responsive, responsible Bidder who meets or exceeds the minimum requirements below and submits a price for all items within a Group. If a Bidder fails to submit an offer for all items within a group, its offer may be rejected for that group. This ITQ includes three groups: Group A for gasoline, Group B for diesel, and Group C diesel (dyed) only for the Miami Dade Public Housing and Community Development (PHCD). No County measures or preferences will be applied to the price evaluation of Group C due to the use of federal funding by PHCD. MINIMUM REQUIREMENTS FOR THIS IT9 1. Access to fuel at two ports. The apparent low Bidder shall be able to obtain (lift) fuel from at least two Florida ports, other than Port Everglades, with either Tampa or Orlando (to fulfill one port) and Cape Canaveral, Jacksonville or any Georgia ports that regularly offers fuel as needed herein (to fulfill the second port). All Bidders shall upload to BidSync documentation from any tenninal operator, or a company who has a contract with a tenninal operator at these ports, to the satisfaction of the County. The documentation shall be from each port or a terminal operator in these port(s} in the Bidder's name, or Bidder's supplier's name, Once awarded, the Awarded Bidder shall substantially maintain such access during the term of this contract. 2. Agreement with a Terminal Operator for un-branded fuel. The Bidder shall have and upload to BidSync an agreement or agreements with at least one Terminal Operator at Port Everglades, or with distributor(s} that have agreements with Terminal Operators at Port Everglades for the purchase of the applicable fuel. All Bidders shall provide and upload to BidSync documentation that such agreements, at the sole discretion of the County, provides sufficient amounts of fuel to the Awarded Bidder to supply the County's estimated needs in Section 2, Paragraph 11 herein. NOTE: The County reserves the right to request additional documentation and information related with this ITQ during evaluation. PRICING TERMS: A. Price Submit a "Differential Per Gallon" price for Net 45 Day payment, in accordance with Scope of Services for providing the fuel types and services including delivery of fuel, excluding the "Emergency Fuel Delivery" fees which are provided for in item "cn below. Pricing shall be submitted via BidSync in the Item Response Form, as a fixed price and shall include all supplies and any and all expenses for the bidders to provide these services under the Contract. B. Early Payment Discount Price The Early Payment Discount Price is as follows: 3/29/2017 11 :31 AM p. 10 Miami-Dade County Solicitation 3143-6 MIAMI-DADE COUNTY QUOTE NO.: 3143-6 Submit a "Differential Per ,Gallon" price for Net 15 Day payment, in accordance with Scope of Services for providing the fuel types and services including delivery of fuel, excluding the "Emergency Fuel Delivery" fees which are provided for in item "C· below. Pricing shall be submitted via BidSync in the Item Response Form, as a fixed price and shall include all supplies and any and all expenses for the bidders to provide these services under the Contract. C. Emergency Fuel Delivery In accordance with Scope of Services, Section 2, Paragraph 7 herein, entitled Emergency Contingency Plan, the cost for fuel delivered from ports or terminals other than Port Everglades will be reimbursed by the County at the actual market freight rate with no mark-up by the Contractor. The awarded Bidder shall provide documentation of their additional freight cost as a condition of reimbursement. The fuel delivery rate shall be capped at $900.00 per delivery. However, should the need arise, the Awarded Bidder can request approval of a higher rate for a delivery by obtaining prior authorization from the County. SECTION 1 SPECIAL TERMS AND CONDITIONS 1. The general terms and conditions of contract 3143-9/18, which may be pertaining to this solicitation can be viewed online at the Miami-Dade County Procurement Management website by clicking on the below link: https:llwww.miamidade.gov/DPMww/SearchAwardSheetAttachments.aspx?Contractld=3143-9/18 2. Bidder shall insert unit price as required opposite each line item. Unit price shall prevail. 3. The referenced Contract (3143-9/18), this ITQ, any addenda, andlor properly executed modifications, the purchase order (if issued), and change orders (if applicable), constitute the entire contract. 4. All products specified herein shall be fully guaranteed by the awarded Bidder. The awarded Bidder at no cost to the County will correct any product defects, which may occur as the result of faulty products. The County does not waive the implied warranties granted under the Uniform Commercial Code or other standards as applicable. 5. All products shall be new and unused. 6. The County may, at its sole option, extend the terms of this ITQ for up to ninety (90) calendar days where the County determines it is in its best interest. 7. Rejected goods remain the property of the Bidder and all risk of loss remains with the Bidder. Bidder must remove all rejected goods from County property within the time frame established by the County. 8. The Internal Services Department Director, or designee, may issue an award under this solicitation. The awarded Bidder shall honor no request for performance until the Director, or designee, has made an award. 9. All out-of-pocket expenses, including employee travel, per diem, and miscellaneous costs and fees, are included in the awarded Bidder's price, as the County shall not reimburse them separately. 10. All prices are quoted F.O.B. destination. Freight (i.e., transport costs) shall only be paid by the County pursuant to the "Pricing" section, Paragraph C "Emergency Fuel Delivery" herein. All fuel shall remain property of the Contractor until accepted and signed for by an authorized County representative. 11. The County is exempt from certain taxes and fees (Federal, State, and Local) except applicable taxes and fees listed below, subject to legislative or administrative change as applicable. Please note this list of taxes and fees below is provided as a reference tool only. It is the awarded vendor's responsibility to collect the appropriate taxes and seek all available reimbursements. If the awarded vendor seeks to collect a tax not listed it shall provide the County with justification for such tax. 3/29/201711:31 AM p. 11 Miami-Dade County Solicitation 3143-6 MIAMI-DADE COUNTY QUOTE NO.: 3143-6 Awarded vendors must register with the Intemal Revenue Service as "Ultimate Vendor" on IRS Form 637 (or other appropriate form, if applicable) to apply for federal Excise Tax reimbursement. Upon request, the County will issue awarded vendors a signed Model Certificate P, CERTIFICATE OF STATE USE, and the County's State of Florida, CONSUMER'S CERTIFICATE OF EXEMPTION. It is the awarded vendor's responsibility to request and obtain all required certificate{s) from the County. Purchase of fuel for County use or other tax exempt entity's use: Taxes/Fees County Exemption Federal Exempt from Excise Tax Only State Not Exempt Local Not Exempt Purchase of fuel for resell to private consumers: TaxeslFees County Exemption Federal Not Exempt State Not Exempt Local Not Exempt 12. The "Differential Per Gallon" shall be fixed and firm for the term of the contract and for any extension periods, unless modified by mutual agreement via an executed Supplemental Agreement. 13. The awarded Bidder shall provide first and exclusive priority of its supply of fuel to the County, no matter the source of its fuel during the entire term of this contract including supply interruptions or shortages. 14. The Awarded Bidder shall endeavor to meet the County's needs at all time, especially during supply interruptions or shortages, by proactively sourcing fuel from any available source industry wide. 15. The following insurance coverage supersedes the insurance coverage in ITB 3143-9/18 and in General Terms and Conditions on page two of this ITQ. 1. Worker's Compensation Insurance for all employees of the Contractor as required by Florida Statute 440. 2. Public Liability Insurance on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. Miami-Dade County must be shown as an additional insured with respect to this coverage. The mailing address of Miami-Dade County 111 N.W. 1st Street, Suite 1300, Miami, Florida 33128-1974, as the certificate holder, must appear on the certificate of insurance. 3. Automobile Liability Insurance covering all owned, non-owned, and hired vehicles used in connection with the Services, in an amount not less than *$1,000,000 combined single limit per occurrence for bodily injury and property damage. Policy shall be endorsed to provide Broadened Coverage -Endorsement CA 9948 (or equivalent). *Under no Circumstances are these contractors permitted on the Airside Operations Area (A.O.A.) side without increasing automotive coverage to $5,000,000. 16. Special Invoicing Requirements -The Awarded Bidder shall submit an invoice to the County's applicable user department after fuel has been delivered to the site by the Awarded Bidder. Submittal of these invoices shall not exceed thirty (30) calendar days from the delivery of the items. Invoices may be e-mailed. Under no circumstances shall the invoices be submitted to the County in advance of the delivery and acceptance of the items. The invoices shall 1) clearly reference the corresponding delivery ticket number or packing slip number that was signed by an authorized representative of the County user department at the time the items were delivered and accepted; 2) pricing information to include unit price and extended total price of the goods and services provided and all applicable discounts; 3) description of all goods and services provided; 4) delivery information to include delivery 3/29/201711:31 AM p.12 Miami-Dade County Solicitation 3143-6 MIAMI-DADE COUNTY QUOTE NO.: 3143-6 terms set forth within the Miami-Dade County Release Purchase Order and location and date of delivery of goods and services' provided. 17. Invoices and associated back-up documentation shall be submitted electronically by the Awarded Bidder to the applicable County departments as follows: Aviation Corrections Fire Rescue Internal ServiceslFleet Mgt. Omar Jameison Mohammad Haq Marianela Betancourt Fuel Help Desk (305) 375-5186 4331 NW 22 Street 2525 NW 62 nd Street 9300 NW 41 Street Jackie Dashtaki Miami, FL 33122 Miami, FL 33147 Doral, FL 33178 (305) 375-3479 or 305-876-8498 786-263-5914 786-331-4241 Marsha OJameison@miami-haguelIDmiamidade.gov mbetan@miamidade.gov Wilchcombe (305) 375-2304 airport. com 111 NW 1 sl Street. Suite 1050 Miami, FL 33128 ISD-FMFClIDmiamidade.oov Housing Park and Recreation Police Department Seaport Csonka Ferguson Jorge Rodriguez De'Chan Demeritte Leticia Smith 701 NW 1ST Ct. Floor 16 275 NW 2nd Street 9105 NW25 St 1015 N. America Way Miami, FL 33136-3914 Miami, FL 33128 Miami, FL 33172 Second Floor 786-469-4195 305-755-7909 305-471-2520 Miami, FL 33132 MDHA-i~rlIDmiamidade.gov dademerittelIDmd(;!d .com 305-347-5506 APlIDmiamidade.gov Icsmith@miamidade.gov Transit Water and Sewer Vizcaya Department of Solid Waste Mercy Ramirez or Rodney McMillian Anabel Miro or Zoe Caballero Management 3401 NW 31 s1 Street Patrice Sykes 3251 South Miami Ave Marie Brutus Miami, FL 33142 3071 SW 38th Avenue Miami, FL 33129 2525 NW 62nd Street, 5th Floor (305) 638-7204 Miami, FL 33146 305-860-8425 (Anabel) Rodne~@miamidade.gov (786) 552-8175 305-860-8432 (Zoe) Miami, FL 33147 merc@miamidade.gov 305514-6727 anabel.miro@vizca~amuseum.org (;!s~kelIDmiamidade.gov zoe.caballero@vizca~amuseum.org (;!a~ableslIDmiamidade.gov .. The County may at any time deSignate a different address and/or contact person by giVing wntten notice to the awarded Bidder. 18. Miami-Dade Public Housing and Community Development (PHCD) -Exemption To Certain Clauses Due To The Use Of Federal Funds. The Miami Dade Public Housing and Community Development (PHCD) will access the resultant contract of this ITO. As a federally-funded agency, certain clauses within this ITO 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. The following clauses do apply to PCHD. The forms mentioned below are attached to the e-mail containing this solicitation. 3/29/201711:31 AM a) HUD Instructions to Offerors Non-Construction (Form HUD-5369-B) This provision is designed to provide information to prospective contractors about th~ solicitation stage of the procurement process. Terms and conditions which apply to the contract upon award are referred to as contract clauses. Form HUD-5369-B contains provisions to be included in all solicitations for non-construction work. b) Certifications and Representations of Offerors Non-Construction Contract (Form HUD- 5369-C) Form HUD-5369-C includes clauses required by OMB's common rule on bidding/offering procedures, implemented by HUD in 24 CFR 85.36, and those requirements set forth in p. 13 Miami-Dade County Solicitation 3143-6 MIAMI-DADE COUNTY QUOTE NO.: 3143-6 Executive Order 11625 for small, minority, women-owned businesses, and certifications for independent price determination, and conflict of interest. c) General Conditions for Non-Construction Contracts Section I -(With or without Maintenance Work) (Form HUD-5370-C) This form is applicable to any contract agreement entered into between Miami-Dade County, as represented by PHCD, and the successful offeror(s). Form HUD-5370-C includes clauses required by 24 CFR 85.36(i) necessary for non-construction contracts. 19. 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 term of this ITO. Departments Miami-Dade Police Miami-Dade Transit Miami-Dade Water and Sewer 1. Background SECTION 2 SCOPE OF SERVICES Miami-Dade County consumes approximately 25 million gallons of various gasoline and diesel fuels each year (see Section 2, Paragraph 11) for its fleet of vehicles, generators, and other equipment. Fuel is stored and distributed at numerous above and below 'storage tanks at facilities located throughout Miami-Dade County as listed in Attachment A, which is subject to changes, additions and deletions of locations during the term of this ITO. Attachment A will be attached to the e-mail containing this ITO as an excel spreadsheet. The intent of this ITO is to obtain fuel to meet the County's fuel requirements under normal conditions, and continue to obtain fuel on a first priority basis during emergency conditions that may disrupt the availability of fuel in the general area. The County is seeking to contract with one Bidder that shall have a contract with a fuel distributor(s) or a terminal operator(s), for the supply and delivery of fuels to the County. 2. Standards All fuels shall conform to the latest standards pursuant to the Florida State Department of Agriculture and Consumer Services Division. For fuel with no current standards under the Florida State Department of Agriculture and Consumer Services, the fuel type shall meet all ASTM International standards. The awarded Bidder shall comply with product and transportation requirements, regulatory mandates, and environmental standards established by the Florida Department of Transportation (FOOT) and the U.S. Environmental Protection Agency (EPA). 3. Fuel Types and Grades Required The types of fuel that the County anticipates purchasing are listed below. However, the County reserves the right, at its sole discretion, to change this list by either the adding or deleting fuel types as may become necessary for the County's needs. When a class, type, or category of fuel is needed, 3/29/201711:31 AM p. 14 Miami-Dade County Solicitation 3143-6 MIAMI·DADE COUNTY QUOTE NO.: 3143·6 the County may request a price quote and 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 County may purchase new fuel types from the awarded Bidder or from other source. The types of fuel identified for this ITQ are: a) E10 Gasoline, Regular (to test no less than 87 Octane). b) E10 Gasoline, Mid-Grade (to test no less than 89 Octane). c) E10 Gasoline, Premium (to test no less than 91 Octane). d) Diesel Fuel No.2, Red-Dyed e) Diesel Fuel No.2, Non-Dyed 4. Differential Firm and 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 Fuel Tax Rates as detailed in Section 1, Paragraph 11. The County shall pay the awarded Bidder: 1) the price Differential; 2) the applicable taxes/fees (per Section 1, Paragraph 11); and 3) the daily fuel price based on the Oil Price Information Service (OPIS) branded or unbranded (10:00 am) Rack Average Report (as illustrated below) for the day of delivery for the appropriate fuel type and category for Miami, Florida. The County will also pay for the emergency fuel delivery fees in accordance with the "Emergency Fuel Delivery" paragraph in the ·Pricing" section. The User Access Program (UAP) and the Inspector General (IG) fees will not be deducted by the County from the Differential. See Sample Invoice at the end of this ITQ. The following is an illustrative sample of the OPIS report for gasoline and diesel: MIAMI, FL 20XX-03-11 10:00:49 EDT RVP CONT AVG-03/11 MIAMI, FL 10:00:49 EDT CONT AVG-03/11 MIAMI, FL 10:00:49 EDT PRICES** CONT AVG-03/11 3/29/201711:31 AM **OPIS CONTRACT BENCHMARK FILE** **OPIS GROSS CBOB ETHANOL (10%) PRICES" 9.0 Unl Mid Pre 2XX.XX 2XX.XX 3XX.XX 20XX-03-11 **OPIS CONTRACT BENCHMARK FILE** **OPIS GROSS ULTRA LOW SULFUR DISTILLATE PRICES** No.2 No.1 Pre 3XX.XX 20XX-03-11 **OPIS CONTRACT BENCHMARK FILE** **OPIS GROSS ULTRA LOW SULFUR RED DYE DISTILLATE No.2 No.1 Pre 3XX.XX p. 15 Miami-Dade County Solicitation 3143-6 MIAMI-DADE COUNTY QUOTE NO.: 3143-6 The awarded Bidder shall provide the County written notice of any changes within a reasonable time of all available Federal or State credits and discounts available on all fuel types being purchased herein. The awarded Bidder shall apply all applicable credits and discounts to the price charged to the County, and identify and reflect the discount on the applicable invoices. 5. Fuel Deliverv Services A. The awarded Bidder shall have, or be able to contract with a company that has a fleet of fuel trucks capable of accessing (lifting) fuel from Florida and/or Georgia ports and deliver to numerous County facilities listed on Attachment A. The awarded Bidder may use its own resources or use subcontractors to provide the fuel deliveries. B. The awarded Bidder shall make deliveries within twenty-four (24) hours of receipt of a County order or as directed by the County. All deliveries shall be made in accordance with good commercial practice, and within the specified operating hours of the applicable facilities, including fuel deliveries on Saturday and Sunday. In cases where the delivery will be delayed due to acts of nature, strikes, or other causes beyond the control of the awarded Bidder, the Awarded Bidder shall notify the County's authorized representative (at the applicable facility) of the delays, in advance of the delivery time, so that a revised delivery schedule can be arranged with the County's authorized representative at the applicable facility. C. The awarded Bidder shall provide reliable fuel delivery by using transport truck (fuel amounts in excess of 5,000 gallons) and tank wagon (fuel amounts of 5,000 gallons or less) deliveries. The County anticipates that the majority of its fuel orders will be delivered using transport truck deliveries. All tank wagon trucks shall be outfitted with the appropriate meters and measuring equipment for fuel delivery. Transport truck deliveries shall be accompanied by the Bill of Lading from the fuel terminal. D. All fuels loaded for deliveries shall be temperature adjusted to 600 F or in accordance with the latest edition of the ASTM Intemational applicable standards for Petroleum Measurement Tables. The awarded Bidder shall invoice based on the net gallons of fuel delivered after temperature compensation. The County reserves the right to reconcile any deviation of fuel delivered by using the County's electronic tank gauging system (e.g., Veeder Root). E. All fuel shall be quoted and delivered F.O.B. destination to the locations listed in Attachment A. The County reserves the right to add or delete locations and tanks listed in Attachment A at any time during the contract term. Awarded Bidder shall hold title to the goods until such time as they are delivered. Fuel price shall include all costs of transporting, delivery, and unloading to the locations listed in Attachment A, except for Emergency Fuel Delivery as described in the Pricing Section above. Awarded Bidder shall secure the authorized County representative's acceptance signature for fuel deliveries on delivery ticket(s). A copy of the signed delivery ticket(s) shall be submitted with the invoice. F. The awarded Bidder may be required to deliver a split load of transport truck delivery to two County facilities, at no additional cost to the County. 6. Truck Certification Fuel delivery shall be in trucks equipped with a sealed State of Florida approved and inspected meter or that have State of Florida Department of Agriculture and Consumer Services sealed, calibrated, and certified compartment tank volume markers for the petroleum product being delivered. 7. Emergency Contingency Plan The awarded Bidder shall, at all times, have an Emergency Contingency Plan that guarantees the County a continuous supply of fuel before, during, and after an emergency, as determined solely by the County. During emergencies the County has historically experienced an increase in its normal 3/29/201711:31 AM p. 16 Miami-Dade County Solicitation 3143-6 MIAMI-DADE COUNTY QUOTE NO.: 3143-6 fuel purchases of about 40%-60% for a period of time depending on the nature of the emergency. The awarded Bidder shall provide the fuel at existing contract prices. If the need arises, the County will reimburse the awarded Bidder for fuel delivered from ports or terminals other than Port Everglades, with prior written approval from the County, per the Pricing section herein. 8. Fuel SpiJIs A. The awarded Bidder shall be fully responsible for any and all actions of their employee's, including those that require abatement or clean up as result of an "improper" delivery, The awarded Bidder shall have and shall maintain those types and quantities of materials necessary to contain a fuel spill. B. The awarded Bidder shall promptly and thoroughly cleanup all fuel spills, pursuant to federal, state, and local regulations and shall pay for any environmental remediation and any agency fines or fees that result from the fuel spill. C. Discovery or occurrence of a fuel spill, on overfill, excess water in the tank, suspected contamination of surrounding area, suspected tank failure, or any indication of chemical release shall be immediately reported by the awarded Bidder to the County. When the event is directly or indirectly the result of the awarded Bidder actions, the awarded Bidder shall also effect containment and initiate cleanup immediately. 9. Compliance with the Florida Occupational Safety and Health Act The awarded Bidder shall comply with all requirements of Chapter 442 of the Florida Statutes regarding Material Safety Data Sheets (MSDS). 10. Reporting Reguirements The awarded Bidder shall complete and submit to the County the attached Fuel Delivery Report on a monthly basis, no later than the 15th day of the following month fuel was delivered to the County. The awarded Bidder shall not change the report format in any way. The County reserves the right to change the report. The awarded Bidder's completed Fuel Delivery Report shall be submitted via email to: Jesus Lee, Internal Services Department (FJL@miamidade.gov); Susannah Troner, Office of Sustainability (trones@miamidade.gov); and Manuel (Rick) Garcia, Division of Environmental Resources Management (GarciMa@miamidade.gov). 11. Consumption Data -Twelve (12) Month Period The following table is for informational purposes only and is not a guarantee of future purchases. It is merely an illustration of the number of gallons of gasoline and diesel delivered to the County. Diesel includes clear and dyed, and gasoline includes all octane grades. This data does not include the consumption of other cities and agencies. Gasoline: all grades Diesel: clear and dyed Jan-16 507,633.00 Jan-16 1,302,657.00 Feb-16 529,433.00 Feb-16 1,372,308.00 Mar-16 658,184.00 Mar-16 1,442,350.00 Apr-16 564,281.00 Apr-16 1,423,337:00 May-16 624,311.00 May-16 1,421,483.00 Jun-16 606,946.00 Jun-16 1,432,364.00 Jul-16 598,068.00 Jul-16 1,381,466.00 Aug-16 624,095.00 Aug-16 1,524,317.00 3/29/201711:31 AM p.17 Miami-Dade County Solicitation 3143-6 MIAMI-DADE COUNTY QUOTE NO.: 3143-6 Sep-16 617,082.00 Sep-16 1,428,259.00 Oct-16 606,755.00 Oct-16 1,452,130.00 Nov-16 554,527.00 Nov-16 1,402,608.00 Dec-16 583,354.00 Dec-16 1,380,690.00 12. Cities and Agencies Cities and agencies accessing this contract may include, but not limited to the list below. The County makes no guaranty whether or not any City or agency accesses this contract. City of Miami City of Miami Beach City of North Miami Village of Biscayne Park Barry University 3/29/201711:31 AM Miami Shores Village City of Miami Springs City of South Miami City of Sunny Isles Jackson Hospital p. 18 Miami-Dade County Solicitation 3143-6 MIAMI-DADE COUNTY !DIESEUGASOLINE ._jQ~~~~!:~~~Ir-l~_, __ _ .. . i.S~\I!CE ~[)p_E~~~~ GALL0!l) ". :TOTAL PRICE PER GALLON [NET GALLONS SUPPLIED _~T~~!) !_FE_E!i_ QUOTE NO.: 3143-6 SAMPLE INVOICE ---.-.--~----.. --.. ------.-----"----------------------_ .. , . INVOICE#: ---_._----_. __ ._--_. ---,- INVOICE DAlE: 'REMITTO: __ • ___ ---J-____ • ___ • ____ .~ •• ___ ~ _____ • ________ ._ •• __ ._ • ______ ._. ____________ • _____ • VENDOR FEIN: -..... ~.---... -----_ ... _--- ,ACCOUNT # . Order # • ---~PO # -----------,------------... -----------.- UNIT UNIT COST .. ____ ._ .. ______ . __ .... _ .... ___ ~ ______ ._,. $2.00 ~ ______ .... _________ ,_ .. _ ..... __ ._ .. _______ ..... _ 0.3554 $2.3554 7000 TOTAL FUEL COST' • (Total Price per . Gallon x Net Gallons . Supplied) l~I!,-~I-Dj1.~E USER ACCESS FEE '(20/0ofT..0taIF_uel<:clst) $329.76 MIAMI-DADE INSPECTOR GENERAL FEE (.25% of Total Fuel Cost) MIAMI-DADE CO GAS TAX 'FED EXC LUST GOVT TA --.. . -- JL INSPEC1l0N FEE . FL MTR FUEL TAX ; FL POLLUTION TAX ---- FED ENV REC FEE 3/29/201711:31 AM $41.22 _', __ ~~1J_ 0.160000 $1.120.00' .. -_.-. .-. --_ ... 0.001000' 0.001250· 0.149000 $7.00 $8.75 _~ 1 .!>'I_3.00 . 0.020714 $145.00 $8.31 ,TO:rALIAXES . INVOICE TOTAL $2,332.06 $19,190.84 p.19 Miami-Dade County Solicitation 3143-6 Solicitation No. 3143-6 Solicitation TiUe: Gasoline and Diesel Fuel Legal Company Name Onclude d/b/a If applicable): Federal Tax Identification Number: I i L __ .. _________ ~ __ i I If Corporation -Date Incorporated/Organized : State Incorporated/Organized: I I L ________ i J Company Operating Address: City State Zip Code L __ . _______ ._ ... _._: L __ ~ L ___ ! I --.~----- Remittance Address (If different from ordering address): City State Zip Code L L_~ [ I I ! i , Company COntact Person: Email Address: I -I -~ Phone Number Fax Number Company's Internet Web Address: Onclude area code}: Onclude area code}: c: i _____ . ___ . -.------__ j I I I ! -.J Pursuant to Miami-Dade County Ordinance 94-34, any Individual, corporation, partnership, jOint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this Information prior to entering into a contract with or receiving funding from the County. D Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. lOCAl PREEERENCE CERTIFICATION' For the purpose of this certification, a "local business" is a business located within the limits of Miami-Dade County (or Broward County in accordance with the Interlocal Agreement between the two counties) that has a valid Local Business Tax Receipt, issued by Miami-Dade County; has a physical business address located within the limits of Miami-Dade County from which business is performed; and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. D Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) may render the vendor Ineligible for Local Preference. LOCALLY-HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, a "locally-headquartered business' is a Local Business whose· principal place of business' is in Miami-Dade County or Broward County in accordance with the Interlocal Agreement between the two counties. o Place a check marie here only if affIrm/ng the Biddermeets requirements for the Locally-Headquartered Preference (LHP). Failure to complete this certification at this time (by checking the box) may render the vendor Ineligible for the LHP. The address of the Locally-headquartered office /s I ..... ___ ... _ ... _____ ._._._ ... ___ . _____ . I CCAI CEBDFIED ~EIEBAtli BllSltliESS EtlIIEBPBISE CEBIIFICAIICtlI· A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami-Dade 90unty and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. o Place a check mark here only If affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. S~L~ B!§,INs§.§. ENTERPRI§.s g,Of:!IRACT Ms~SJJ.RE§'llf All.ll.//g,all.ll! 312912017 11 :31 AM p.20 Miami-Dade County Solicitation 3143-6 A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http:/twww.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract. Is your firm a Miami-Dade County Certified Small Business Enterprise? Yes 0 t@D If yes, please provide your Certification Number: I , ! ~~rIWZE.Q C,QMfANIE.6. 'lfl.Il:f. Ac'rl'LlrlE.s,IN ~JJ.QM1. us.r QB rl::f.E. ~QB.!I.rlMZED C,QMPAt1.IE.6. WITH Ac'rl'Llrl~ 1t1.11:f.E.lBAt1. fE.rBJ2LEllM. E.tiE.B.G.'l. SEkIOB. Llst· By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the Bidder is unable to provide such certification but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid response package through a duly authorized representative and shall also initial this space: I ____ ~. In such event, the Bidder shall furnish together with its bid response a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 ofthe Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for defaul( if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is govemed by Florida's Govemment in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County or a selection committee in public. BJ IIl1bmWiDll1 bid DII[IIUIDlllllbili 1I11liliililillD JIIU IBOIllbl1 aliliulib mall[ialli maJ bllillDliidlOld III bl Dllblili [Ilillmli lbl Biddl[ liball DIIlliubmll aDX iDfll[malillD iD [illilillDliilllllbll SIIliliilalillD lI!bilib lbll Biddilt IiIlDliidll[lllI bil aitadlllllli[ill IItllDtllllatX II[ IiIlDfidlotial- In the event that the Bid contains a claim that all or a portion of the Bid submitted contains confidential, proprietary or trade secret information, the Bidder, by signing below, knowingly and expressly waives all claims made that the Bid, or any part thereof no matter how indicated, is confidential, proprietary or a trade secret and authorizes the County to release such information to the public for any reason. Acknowledament of Waiver: Bidder's Authorized Representative's Signature: Date L ___________ · __ ~ ____ i L------------------; Type or Print Name L _____________________ . ____ j Type or Print Title L _______________________ ! THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON·RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: Date L ---------_._--,---I-- Type or Print Name I 3/29/201711:31 AM p.21 Miami-Dade County Solicitation 3143-6 I ~YP.O' P~ntTiU. 3/29/201711:31 AM p.22 Miami-Dade County Solicitation 3143-6 FAIR SUBCONTRACTING PRACTICES In compliance with Miami-Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors. l. ~..~ .. __ . _______ . __________ .. ___ . ______ ..... ___ .. __ . ___ ._ .. _____ . .. I o NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT '-_______________________ 1. L ___________ ._. ________ j Signature Date 3/29/201711:31 AM p_23 Miami-Dade County Solicitation 3143-6 Name of BiddorlProposer: I SUBCONTRACTORIBUPPLIER LI81lNG (Uaml-Oade County Code SocIIona 2-11.1, 2-8.8 and 10-34) FEIN No.1 n_wiIh Sec1icns2-8.I, 2-8.8 and 10.34of Iho Miami-Dado CounlyCoclo,lhis Ixm mustbasubmll1ed ... candlionof _ byall ~OII COunIycanlnlClBforpwdlaseof supp6es. materfals .. seNicos, ~ding pn>Iessi.nal ___ expendibue. of $100.000 or mare. and all Propo .... on County or Pubi<: Healh Truot conslrudion _ which i __ n~b!Jus of $100.000 .. more. The BiddorIA'oposerwh. ~ ~Jis __ ooIcharv>or_tindlier_orcln!c1""", ... orlhoportlonsdlhocon"cI_lDbaperfonnodor""terfalslDbasuppliedlromlhosoidenti!ied,excepI""",_-'oflho ~. The s;-".... _ enlllr Ihe wen! "NONE" undsr Ihe appn!Ilria!B headingollhis form ~ no __ or SIJIlPIienl will be used on Ihe con1raot and sign Ihe!ann below. In __ wiIh DnfnII1eo ttl. 11-90, an entityconl'aclingwilh Ihe COunIy allBI .. pal the , .... gender end eIIm~ origin oIlhe owners and omployues of all IirsI tier ", __ supplier&. In Ihe _I that Ihe _ _ IDIheCamtvoriorlD_Ihe1IheIllCO._.andetl1niclnformationisool......-_.IIhe1_Iho~shldlba_lD_dilioenlelforl3lD_lhe1l_ IhesomelDlhe noIialllrtilantan 10 after H becomes available and. in a awnt. IDfinaI tinder the contmcl. lPlaaae_UdafannffSlldltlclrullIlll8ll8Ia-.J -= (folIr11lo..-ot_"":": ..... .,--" GiIIIoI1lo._ot_.:='=cdlllo_ot ","""and f'I1noIpII __ lobe ---A_of l'mldedby ~ =." Rnt1l<rDlnlal o.n.. ~ : 8uppIkr ~ II F --....... -Ok II F --..,.,~ ---r I r ,[ ] [ II[ I[ Ir l I[ Ir I[ I ! r I I r I IE ; Ir CIttII c=: I===: c:::=J I ! I ! [ I c:= c:= [ j c=J c= c:= L c:J L~ c=:J c:::J C -,.""..-GiIIIoI1lo_ot_':'~cdlllo_of "'"""and lobe (Entef £be numJaer cd' male_ ~ OWMI'l br raclldmldlJ) A_of f'I1noIpII -by Amn. o.n.. -"=' ~ -=-=., ---II F --IIIpeIc ---II F --IIIpoaJo -CIttII ---II II I ! I !I i .1 III II i I r I II I I III l I ! II ! II II II r 1 r IT 'if llr Ir Ir I r Ir r r llr j r 1 Ir I Ir .I]1IarIc .... ff rICe, aendtr and etlm!clty lrrfonnatIoft is not available and wBl. provided at .tat., ddt. this dati., be sutnnItted to contractlftII dePlrtmlflt or em.Unto tbI SmaD BIIIIna lJMIapmctoft!le 1zItnII ..... DIpImtat_............ 7 r ......-.-..,.AI._oflllllll~~oIIIIIpmICo .. __ .. III._~RopootIllillIlO __ CIII ... _"IIIIp_.-.-~_~. loer1Ify/llat/lJe_Iafons ... _", IhisSUboontaclodSup/islinlJIIBID /lJelloslotmylmowlsdge brIo""_. ----:::--:----=c-:--::-------.J I '1_-_-_-_-. ----_-_-: __ o/~ __ __ 3129/2017 11 :31 AM p.24 Miami-Dade County Solicitation 3143-6 Miami-Dade County Contractor Due Diligence Affidavit Per Miami-Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a oondition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defautted; include a brief description of the circumstances; (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami- Dade County or not All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PCO)/ AE Selection Coordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO. Contract No.: l-__ _ Contract Title: Printed Niune of Affiant Federal Employer Identification Number (FEIN): L ________ J Printed Tille of Affiant L-.-____________ ~ Name of Finn L _________ I !_.--J Address of Finn State Notsey pubIjt: lafoanatlM Notary Public -State of County of Subscribed and swom to (or affinned) before me this day of, by He or she is personally known to me Type of identification produced Signature of Notary Public Print or Stamp of Notary Public Expiration Date 3/29/201711:31 AM L--_ Signature of Affiant 1_-_.-_-----_..: Date I Zip Code 20 or has produced identification Serial Number Notary PubUc Seal p.2S 3/29/201711:31 ..... ...... Solicitation 3143-6 p.26 PAlMEnaYARa 5601Wl72NDAVENUE ~"" Miami-DaQe,~unty JAMESVM'IE 3J5-at·7850 Sol~314 3-6 ,nv 6601 NWl2HOAVEMJE .,," A. .. RAYHARDlNG :I)~.75B5 I~;~::: 6001 NW72NDAVEMlEGEH2 ..... A. ~o RAY_ .......... 6801 NW12NOAV9IUEGENl ..... A. ~o AAYHAI!!lING :IIs-au.15BS I~;~::: ,nv 68JltMT.miAVBruEGENI ..... A. '" RA,_ ........... 6601 NW 72ND AVENUE G£H ..... A. '" RA' ......... .......... I~;~::: • w."" 6601 tlN72NOAveruEGEN ..... A. '" RA,YHARDlHG ........... 6601 t.W72HOAVENUEGEN ~'" A. "" RAY HARDING ., ..... ".. ~;:::~::: ~ ... RA,._NG "",.".. y,," ,~, n_.~ •• ,"'" I~-~ ~ , .. ~ """~,,-""" ,,~ 'gO' ~ fi:= = ~ .... ,."' ......... lOY> .. -" ....... 3i ~ .-III! ~ ,,,,,,a -, ii= I" .... ,,,,,,a , :E , , 11S01: ...... ' ... B~ ~ "'5,3!!i-'11!2 I"" o~", .. -I~' ~"~" "",Como -, E-E .. ;;;~ "'''" .. ,''' ......... I""" .... cmo --, .......... I~~~« ,;~~ I ........ '."" ....... -, Dr""" """,." '''''''' .. , lEt' I;:~ l"',,-~ ~'" """ "' ...... 2 ..... ·1>_ • .., 1-.... I:::!;" ;;;;;:,- , ''''''' """ ......... 1-''''' .......... I'·""'''' :::;" I .. .., I~~u~ :::.': 1-, I~.:":' 10 ........ I_~C .... " ... ..,,,, .. ,, ...... 1-' 3/29/201711:31 AM p.27 Miami-Dade County Solicitation 3143-6 Question and Answers for Solicitation #3143-6 -Gasoline and Diesel Fuel There are no questions associated with this Solicitation. 3/29/201711:31 AM p.28 512612017 Bid_SubmittaLForm_11-29-2016.hlm Miami-Dade County Internal Services Department Architectural & Engineering and Design~Build Services Proposal Submltal Form 111 NWlst Street, suite 130Q, Miami, FL33128 Solicitation No. 3143-6 Solicitation Title: Gasoline and Diesel Fuel Legal Company Name Qnciude d/b/a if applicable): Federal Tax Identification Number: Indigo Energy Partners, LLC 26-2125536 If Corporation -Date Incorporated/Organized: State Incorporated/Organized: 3/512008 Georgia Company Operating Address: City Slate Zip Code 222 Main Street Gainesville GA 30501 Remittance Address (if different from ordering address): City Slate Zip Code PO Box 2535 Gainesville GA 30503 Company Contact Person: Email Address: Chris Keener ckeener@lndigoenergy.com Phone Number Fax Number Company's Internet Web Address: Qnciude area code): (include area code): 678-514-7339 67&-92&4925 www.indigoenergy.com Pursuant to Miami-Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County. ~ Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, a "local business' is a business bested within the limtts of Miami- Dade County (or Broward County in accordance with the Interlocal Agreement between the two counties) that has a valid Local Business Tax Receipt, issued by Miami-Dade County; has a physical business address bested within the limtts of Miami-Dade County from which business is performed; and contributes to the economic development of the communtty in a verifiable and measurable way. This may indude, but not be Hmtted to, the retention and expansion of employment opportuntties and the support and ina-ease to the County's tax base. @! Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) may render the vendor ineligible for Local Preference. LOCALL Y-HEADQUARTERED BUSINESS CERTIFICA TlON: For the purpose of this certification, a "locally-headquartered business' ;s a Local Business whose 'principal place of business' is in Miami-Dade County or Broward County in accordance with the Interlocal Agreement between the two counties. IE Place a check mark here only if affirming the Bidder meets requirements for the Loca/ly-Headquartered Preference (LHP). Failure to complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP. The address of the Locally-headquartered office is LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami-Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. [] Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. SMALL BUSINESS ENTERPRISE CONTRACT MEASURES lff AQQlicablel A SmaD Business Enterprise (SBE) must be certified by SmaD Business Development for the type of goods andlor services the Bidder provides in accordance wtth the applicable Commodtty Code(s) for this Soficttation. For certification information contact Small Business Development at (305) 375- 3111 or acoess http://www.miamidade.qov/smallbusiness/certification-proqrams.asp. The SBE must be certified by the solicitation's submission deadline, fiie:IIIC:lUsers/skuiick.CSM1/AppDatalLocai/Microsoft/Windows/Temporary%20lnternet%20Files/Content.Outiookl63QGFRPHlBid_SubmittaLForm_11-29-20... 1/3 512612017 at contract award, and for the duration of the contract to remain eligible for the preferenre. Firms that graduate from the SBE program during the contract may remain on the contract. Is your firm a Miami-Dade County Certified SmaO Business Enterprise? Yes 61 No @ If yes, please provide your Certification Number: SCRUTltllZED COMPANIES WITH A'-TMTlES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH A'-TMTIE~ IN THE IRAN PETRQLEUM ENERGY SECTOR LI~T: By executing this bid through a duly authorized representative, the Bidder rertifies that the Bidder is not on the Sautinized Companies with ActMties in Sudan List or the Sautinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the Bidder is unable to provide such rertification but sHD seeks to be considered for award of this solicitation, the Bidder shaD execute the bid response package through a duly authorized representative and shaD also initial this spare: . In such event, the Bidder shaD furnish together with its bid response a duly executed written explanation of the facts supporting any exception to the requirement for rertification that it claims under Section 287.135 of the Florida Statutes. The Bidder agrees to cooperate My with the County in any investigation undertaken by the County to determine whether the claimed exception would be appticable. The County shaD have the right to terminate any contract resulting from this solidtation for defaun if the Bidder is found to have submitted a false rertification or to have been placed on the Sautinized Companies for Activities in Sudan List or the Sautinized Companies with Activities in the Iran Petroleum Energy Sector List. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida's Government in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, aD material submitted as part of, or in support of, the bid wiD be available for public inspection after opening of bids and may be considered by the County or a selection committee in public. BX sulimiltiDg a lIid RUlluaDi ig ibis solicitation, XOU agree that all such materials max bg cgnsidered to be Rl!blij! [leords. The Biddgr sball !lin sullmit anx Infolmatio!l in resRonse to this Solicitation which the Bidder considers to be !! trade secret, RroRoetalX or confidgntial. In the event that the Bid contains a claim that aD or a portion of the Bid submitted contains confidential, proprietary or trade seaet information, the Bidder, by signing below, knowingly and expressly waives aD claims made that the Bid, or any part thereof no matter .how indicated, is confidential, proprietary or a trade seaet and authorizes the County to release such information to the pubOc for any reason. Acknowledgment of Waiver: Bidder's Authorized Representative's Date Signature: 41&117 Chris Keener Type or Print Name Chris Keener Type or Print Title Diredor, Government Bids THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON-RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Date Signature: 41&117 Chris Keener Type or Print Name Chris Keener Type or Print Title Director, Government Bids file:JI/C:JUsers/skulick.CSM1/AppDataILocaIlMicrosoflJWindowsITemporary%20lnternet%20Files/Content.Outlookl63OGFRPHlBid_Submittal_Form_11-29-20... 213 ATTACHMENT B CONTRACT FOR GASOLINE AND DIESEL FUEL CONTRACT PRICES Thomas F. Pepe -01-11-16 Page 5 of5 'I .1 j l ~ i INTERNAL SERVICES DEPAR'I1oIENT TALLYSHEET A_5/'i/7 Page 1 ofl Inimnidilde;gov .AII R~~PQmUng V~ndg.r.s. (.$J~~ Oi~Jrib!Jtip.o: Li~t) ·$W.a.JEQJ ;GQNTRACT N(J;: :3143;;9It8·~ . , " .. " ITQ:NOj:'3U3~·"·· " ., , 'TITLE:' Gasoline and Oiesel'FuEil D~9fV~n~or~l JNT~RNAl.;$~RYICr;s.pE;RAiUM.~Nt . PROC~ReM~NT: MANAGEMENJ'&I;R.VI.CE-$. CLI]~I'~ OF T HE BO/\R{'I111NW'1.*$@~t.>S\'iif~i1~:Q.O. .. .' ' 'Mia'fTiI,FlCioda 33.1.26"-'1:974 Z~19f1AY ".8, :AM'9: 5:4 In ~acc6rdanGe''With,SectlOn·1 :12oftheabove-tefetence'd $oiiciiati6.nf afidiSecti6.Ji~,2~.8AQf'thet00de,6frvn~trii~Dad~: C.btifitY:I,:yhiJiate.'h~tehYI'iPtlfie(fthal'thedpUii:ty M~!'¥Qror-:de~i9.fle:~ r.e:cornrr1e.h.d.$:aw.atQ:()fithiS'O.Qo'tracllo'~ bl~i~QI;~~(~,X'~ W,l!\wm:!! 1Jf@~IID Pro; Enef' ;·':,:Clct:.AWa'fQ of Groli""G ' ' " ,'" ,,,,< ... _.,.g1l,,,,,,,~,,~ '"~''''''''''''' '_,"', ,,~I'( , Ve.l)dot{~l:n'ptcoij5Ide[ed'foraward are:: :M~n~ffe.li:lOirJ)Qmp.~ny' Qf$aii)~$\lilI~, Inp,~, TIt~pr(jvision dftlils. hotlce ,als6 serves to ,c6nfifrn'theliftl~g:ofthe"eOhe ofiSilMceifre'Ui this::ptQcuremenfacfion;as ':~:~~:~b6~i~~~~~~~:'t~~~~!.~t~~~~~rpOa~~n ~~~,~~~~~!:~~~~r:'~:~~,:~to$~~ii!:j~J.f~~i~,~; t.h.~"Iri.tetna( l,tyqy p,()v~;q4a~ljQ.rt~,: p'!~~~~,¢QJjt~~!,J~~Q~'l¢e.::,~t aO§,,37§:~4264enlam\fjl@miamidade~goV, :~ Prd~ureni~rit.b6fitracii'rig:0.(ftcer2. Miailli" DadeCQunly, Fliliida Atlaclifuen1: 'fabUlaliOli Shee.f DiStribution: :,Indigo. Energy,P.a.rther~J LLC M()ri:~fie.I~Qi'I c'9inP:cmY Qf Gaine~yjJ.I~ lnG" Pro'Energy LLC cc:Ch~rk ofthl;! aQard FiI~ .. . .... -. -.. --. .--'.'~ -." ... " --_. -"::., .. ". '~.-=-=--,,-'. --: -.:. ==-.~-. ::"-.:::'.--,- --"'----". -.;;::= ~ -: .:.. . .;.-=-=--.". ,", -::.:. Kulick, Steven P From: Sent: Lee, Jesus (ISO) <Jesus.Lee@miamidade.gov> Friday, May 26, 2017 1 :41 PM To: Subject: Kulick, Steven P RE: New Fuel Vendor Setup· Attachments: ADDENDUM NO 1, ITO 3143-6.pdf; Packet_for_Solicitation_3143-6 as published on 3.29.17.pdf; Bid_SubmittaLForm_11-29-2016.htm Hi Steve. See attached. Yes, this is a formal contract. The pool, the ITQ attached, and their signed submittal. I sent the Tally earlier. Let me know if you have any other questions. Jesus Lee, CPPB, Procurement Contracting Officer 2 Miami-Dade County, Internal Services Department· 111 NW 1st Street, SUite 1300, Miami, FL 33128 Phone No. (305) 375-4264 Fax No. (305) 375-1083 www.miamidade.gov/internalservices How caillSD serve you better? Give us yourfeedback Here! Connect With Us on Twitter I Facebook Iinstagram Please consider the environment before printing this email. Miami-Dade County is a public entity'subject to Chapter 119 of the Florida Statutes concerning public records. Email messages are covered under such laws and thus subject to disclosure. From: Kulick, Steven P [mailto:SKulick@southmiamifl,gov] Sent: Friday, fI{Iay 26,201710:58 AM To: Lee, Jesus (ISO) <Jesus.Lee@miamidade.gov> Subject: RE: New Fuel Vendor Setup Jesus, Can you send me the solicitation documents, ITQ No. 3143-06? Also just to confirm sin,ce my City Attorney will ask, there is no formal contract between the County and the vendor .... correct? Steven Kulick, C.P.M. Chief Procurement Officer/Procurement Division City of South Miami -6130 Sunset Drive -South Miami, FI 33143 Ph: 305/663-6339; Fax: 305/663-6346 -Email: skulick@southmiamifl.qov • ':···~7 ,\ •. -'. \ ..... =-.. ,,"'6.~ 1 MIAH. «-WI,. '. CONTRACT: AWARD SHEET Internal Services Department Procurement ~anagem~nt Services Bid No. 3143-9118-9 AwardSheei DIVISION BID NO.: 3143-9/18-9PREVIOUS BID NO.: TITLE: GASOLINE AND DIESEL FUEL PRE-QUAL CURRENT CONTRACT PERIOD: 05/0112017 through 0413012018. Total # of OTRs: 9 MODIFICATION HISTORY Bid No. 3143-9118-9 AwardSheel DPMNotes APPLICABLE ORDINA.~CES LIVING WAGE: No UAP: No IG: No OTHER APPLICABLE ORDINANCES: CONTRACT AWARD INFORMATION: No Local Preference ~ Micro E~\erprise Full Federal Funding No Performance Bond Small Business Enterprise "(SBE) PTPFunds Partial Federal Funding ~ Insurance Miscellaneous: I. REQUISITION NO.: 1 PROCUREMENT AGENT: PHONE: 305 375-4264 LEE,JESUS FAX: EMAlL: FJL@MlAMIDADE.GOV DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 10f9 Bid No 3143-9/18-9 Award Sheet VENDOR NAME: INDIGO ENERGY PARTNERS LLC DBA: FEIN: 262125536 SUFFIX: 01 3000522 STREET: 6230 SHILOH ROAD SUITE 120 CITY:ALPHARETT A ST: GA ZIP: FOB_TERMS: DEST-P ! DELIVERY: PAYMENT TERMS: NET TOLL PHONE: 855-495-8374 VENDOR lNFORMA nON: CERTIFI.ED VENDOR ASSIGNED MEASURES ~cal Vendor: SBE Set Aside BidPref. ~icroEnl Selel;tion Factor Goal Other: Vendot Record v. "'.,.1 • •• *************.***** •• *********-:**.********* •• *** ••• ******.tr** ....... • 1 .. , : Vendor Contacts: Name Phone1 Phone2 Fax Email Address BRANDON L. SCHICK 678-600-8520 855-495~8374 770-886-5 I 54 BSCHlCK@JNDIGOENERGY.COM VENDOR NAME: LANDMARK AVIATION MIAMI LLC DBA: LANDMARK. AVIATION FEIN: 272983302 SUFFIX: 01 33186 STREET: 14150 SW 129TH STREET CITY: MIAMI ST: FL ZIP: FOB_TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: - VENDOR INFORMATION: Local Vendor: Vendor Contacts: Name BILL SNEESBY CERTIFIED VENDOR ASSIGNED MEASURES SBE Set Aside Bid Pref. MicroEnl : Sele~tion Factor Goal Other: Vendor Record ;1: •. .1. ****W*********.*.W********************frlr******.1r.**W***** •• 'IF •• _*._ •.. Phone! 305-874-J 477 , Phone2 Fax Email Address -305-874-4026 BSNBBBY@LANDMARKAVIATJON.COJ ! DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 2 of9· Bid No. 3143-9/18-9' AwardSheel VENDOR NAME: PETROLEUM TRADERS CORPORATION DBA: FEIN: 351462227 SUFFIX: 01 46804 STREET: 7120 POINTE INVERNESS WAY CITY: FORT WAYNE ST: IN ZIP: IFOB_TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHOJl<"E: 800-3483705 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES [,ocal Vendor: SBE Set Aside BidPref. ~icroEnt. Selection Factor Goal Other: Vendor Record II: .. ,,? •• ***** ••••••••••• *** ••••• **** ............ ** •••••••••••• *.* ••••••• ** ••• Vendor Contacts: Name Phonel Phone2: . Fax Email Address OAYLE NEWTON 260-2076347 800-3483705 260·i033820 ONEWTON@pETROLEUMTRADERS.CC VENDOR NAME: MACMILLAN OIL COMPANY LLC DBA: FEIN: 472123177 SUFFIX: 01 STREET: 2955 Ellth Avenue CITY: Hialeah ST: FL ZIP: FOB_TERMS: DEST-P DELIVERY: PAYMENT TERl\1S: NET TOLL PHONE: - ~ENDORINFORMATlON: ~cal Vendor: Vendor Contacts: Name William Pulliam CERTIFIED VENDOR ASSIGNED MEASURES SBE Set Aside BidPref. MicroEnt Selection Factor Goal Other: Vendor Record 1/. '"_''' .****.***********'.*******11'****** ••••• *.***********"* ••• _.* ••••••• * •• Phone! 305-3847625 Phone2 Fax Email Address -305·6931880 william@macmillsooil.com DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 3 of9 33013 Bid No. 3143-9/18-9 Award Sheet VENDOR NAME: MANSFIELD OIL COMPANY OF GAINESVILLE INC DBA: MANSFIELD OIL COMPANY FEIN: 581091383 SUFFIX : 03 30501 STREET: 1025 AIRPORT PARKWAY SW , CITY: GAINESVILLE ST: GA ZIP: FOB_TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PH01\'E: - ~ENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES ocaI Vendor: SBE Set Aside BidPref. MicroEnt. Selection Factor Goal Other: Vendor Record u_ "' .. J? . ******,a,.*****.*****1f***.*".** •. ****.*.**~******1r**'if***********"'******. Vendor Contacts: Name Phonel Phone2 Fax Email Address DAVID ZARFOSS 800-695-6626 678-450-2242 MOCBIDS®MANSFlELDOIL.COM VENDOR NAME: BLAYLOCK OIL COMPANY DBA: FEIN: 591208100 SUFFIX: 01 33030 STREET: 724 SOUTH FLAGLER AVENUE CITY: HOMESTEAD ST: FL ZIP: FOB_TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHON'E: 877-944-4262 ivENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES ocaI Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Yr_ 'r, .n *****************************************Ir*************"'."'*"' •• "'."'*"''''''' Vendor Contacts: Name Phone! Phone2 Fax Email Address CRYSTAL BLA YLOCK SANCHEZ . 305-247-7249 877-944-4262 305-248-6501 JOHN@BLAYLOCKOIL.COM , DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 4 of9 Bid No. 3143-9/18-9 AwardSheel VENDOR NAME: OSHER OIL CORPORATION DBA: COSTA OIL CO FEIN: 592033270 SUFFIX : 02 STREET: 9780NW 11STH WAY CITY: MIAMI ST: FL ZIP: FOB_TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: - VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES L.,oca! Vendor: SBE Set Aside Bid Pref. ~icroEnt Selection Factor Goal Other: Vendor Record .,r. __ I? ........... " ............. "' ............................................. Vendor Contacts: Name Phonel Phone2' . Fax Email Address MARJACOSTA 305·883·3224 . 305·888·9819 LCOSTA92@COSTAOlL.COM " VENDOR NAME: B V OIL COMPANY INC DBA: . FEIN: 592304457 SUFFIX: 01 STREET: 7950NWS8 ST CI'tY:MlAMl ST: FL ZIP: FOB_TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: - VENDOR INFORMATION: L.ocal Vendor: Vendor Contacts: Name JOHNWRIOHT CERTIFIED VENDOR ASSIGNED MEASURES SBE Set Aside Bid Pref. MicroEnl Selection Factor Goal Other: Vendor Record v. "'_ri' ********************************Ii*.***,******************** .. **.***'**** Phone! 305·593·0705 Phone2 Fax Email Address . 305·591-1769 ALBXV@8VOIL.COM DEPARTMENTOFPROCL~EMENTN.U\NAGEMENT DIVISION Page 5 of9 331711 \ 33166 I J Bid No. 3143-9/18·9 . Award Sheet VENDOR NAME: INTERNATIONAL FLIGHT CENTER INC 'DBA: ; FEIN: 592520188 SUFFIX : 01 33186 STREET: 14592 SW 129 STREET criY:MIAMI ST: FL ZIP: FOB:"'TERMS: DEST·P DELIVERY: 1> A YMENT TERMS: NET TOLL PHONE: . V1i'·NDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES ~cal Vendor: SBE Set Aside BidPref. ~icroEnt. Selection Factor Goal Other: Vendor Record ,;11 .. '" ** ..... ** ••• ******** ... ** ... *.** •••• *~* ••• * •• **.******** •• **** •••••• **** Vendor Contacts: ,Name Phone1 Phonel Fax ' Email Address WILFREQO VAllE -PRESIDEN 305-238·8122 . 305·238-0464 WILL@IFCMIAMI.COM VENDOR NAME: SOUTH FLORIDA AVIATION INVESTMENTS INC DBA: FONTAINEBLEAU AVIATION FEIN: 650416746 SUFFIX: 01 33054 STREET: 4200 NW 145TH ST CIty: OPA LOCKA ST: FL ZIP: FOB_tERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: - !vENDOR INFORMATlON: CERTIFIED VENDOR ASSIGNED MEASURES ~cal Vendor: , SBE Set Aside Bid Pref. lMicroEnt. Selection Factor Goal Other; Vendor Record ~iJ1..J'L ****** •••• ***.** ••••• *** ••• ****** .... *** ••••• ******.****-11"1, •• ********** Vendor Contacts: Name Phone1 Pbone2 .. Fax Email Address BOBBY COUR1NEY 305-685-4646 . 305-953-5828 BCOURlNEY@FBAVIATION.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 6 of9 Bid No 3143-9/18-9 Award Sheet VENDOR NAME: RELIANCE A VIA TION MIAI'vf/ LLC DBA: FEIN: 650995851 SUFFIX: 01 33186 STREET: 14532 SW 129 STREET CITY: MIAMI ST: FL ZIP: FOB_TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHOl\'E: - VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside BidPref. ~icroEnt. Selection Factor Goal Other: Vendor Record ,J? •••• 1I*".* •• *fI:.**********1<********III'******."";.";',**.,,***.*****"'11'*****_**** Vendor Contacts: Name Phone! Phone2 Fax Email Address BRADNOJAIM 305-233-0310 -305-234-2938 BRAD@RELIANCE-AVIATION.COM VE:N'DOR NAME: URBIETA OIL INC DBA: FEIN: 651004416 SUFFIX: 01 STREET: 9701 NW 89TH A VENUE crtY:MEDLEY ST: FL ZIP: FOB_TERMS: DEST-P DELIVERY: ' PAYMENT TER.M:S: NET TOLL PHONE: - WENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES ,",ocal Vendor: Vendor Contacts: Name WILLIAM EAGAN SBE Set Aside Bid Pref. ~icroEnt. Selection Factor Goal Other: Vendor Record 1/. ",.,n ••••• ****** •• **** •• *************** .... ********** .. ********* •••• * ••••••• Phone! 305-884-0008 Phone2 Fax Email Address -305-883-1927 WEAGAN@BELLSOUTH.NET ' DEPARTMENT OF PROCTJREMENT MANAGEMENT DIVISION Page'7of9 33178 Bid No. 3143-9/18-9 Award Sheet VENDOR NAME: SSI LUBRICANTS LLC DBA: S81 PETROLEUM FEIN: 651158761 SUFFIX: 02 3388012 STREET: 5131 RECKER HfGHW A Y CITY: WINTER HAVEN ST: FL ZIP: FOB_TERMS: DEST~P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: 877-811-3835 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES oeal Vendor: SBE Set Aside BidPref. ~icro Ent. . Selection Factor Goal Other: Vendor RecOI'd .v, .;",,,/? .***." ••• * •• " •••• "' •••• ***.ir.* ........ **.**********it** ••• * ..... 11********** Vendor Contacts: Name Phonel Phone2 Fax Email Address CARLOS DE LA TORRE 863·965·8788 877·81 )·3835 863·967·6235 CDELATORRE@SSIPETRO.COM ITEMS AWARDED Section: Details: Item # DescriI!tion illY Unit Price Endo[ITEMS A WARDED Section A WARD INFORMA 1'ION Section .. .. BCCAward: No DPMAward: No BCC Date: 04/0812008 DPMDate: 08/23/2016 Contract Amount: $ 134,712,400.00 Additional Items Allowed: Agenda Item No.: Special Conditions: DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 8 of9 Bid No. 3143.9/18.9 Award Sheet BPO INFORMATION Section: I 1 I ABCW1600636 I Commodity ID .. CommoditY Name I 4Q5-09 F.VEL OIL, DIESEL I Department Department Allocation AV $900,000.00 . CR $32,500.00 FR $2,000,000.00 IDOl"'''''''* $62,920,000.00 ID06"'*** $80,000.00 MT $51,012,830.00 PD $1,000,000.00 PR $800,000,00 SP $40,000.00 SW • $1,223,169.99 VZ $8,500.00 WS $14,040,400.00 I 2 I ABCW1600637 I Commodity ID Commodity Name I 405-09 FUEL OIL, DIESEL I Dep.artment Department Allocation HD $55,000.00 End ofBPO Information Section DEPARTMENT OF PROClJREMENT MANAGEMENT DIVISION Page 90f9 . , .... •.•. ·1" ": ••.. .; . ,j. ..i .. . .1 ... .; MIA~I'.·"·"E. tll·l!JU'l· •. , ..... ' INTERNALSEIMCES D!:PARTMENT PRQCUREMENTMANAGEMENlSERVICES 11fNW 1ST Street· Suite 1300 MiamI, Florida 33128 -1974 Ollamlclade.gQv J'Vlay1 e.; 2Q19' All Respondingyeildors (See Disttibution.List) SUBJEC"T: CONTRA0lNO~: '3143-9118~8' ITQNO;: 6-2016' . TITLEGasplifie aQd Di~$el Fuel. Dear Vendors: . t;, ;±i;; ~~. q,~ ~(, ~ "is;t ':;;:~f" t--=-' • ~:o \§ (;. ~:.;! ~;~l~ I~ Jbo*" .. • !;l !f' ~ 1:5 " -i'11 <:r\ ~ ~.~ .~ -< 0 --." \;Q ..,..; »-:;:t; ::x .m Ffl ere (;!.!l c..,) :$.>- (,0,) ~ Gil Inaccqrdanc~ with. Section ·1.12 of th~gb.~iYe·t~ferehceo solicitation/and Saction2·aA of the Code of Miami-D~de COurify;·yo~ ~r~ h~tebY notifiedihat the COlihtyMayot ordesigl1ge re.commends award OT this ccmtracUo: . .~an$fieldOil: Compallyof'Gal~esv.lIJe, IhQ.:Aw~rdQf Gro~~ Inolgo: IEnfi),r9Y P/i!rtners, LLC,': Award of Gr9Yp,C . Vendor(s} not cOlisidered for award are: Urbleta Oi/Company Pro.Energy LLC The provision of this notl~ alsoserv,esto,conftr.m tne.liftlng of the :Cone of Silence from this procurement action as dict~tedby SeQ~ion 2-11.1 (t)bHoa, COUhty Code. 'the Proclfremsnt.ManagementServlces Division of the Int~rnal SerVices Departmenlappreciatesthe partiCipation of ail v.endors: who re$pond~~ to the sllbJect a.ction. If you havequesflons, ple.ase contaGt ~ElSUS 4e~at 30~.~754264email:f1I@mjamidade.gov JesusLee, • . pa . 'ProcuretnElnrOo~tracting Officer 2· Miami Dade County, Florida . . Attachment: T abul~tlon Sheet - Distribution: Mansfield. Oil Company of Gqinesville Inc. Indigo 'Energy Partners, .LLC Urbieta Oil Company '~ro'6hergy LLC. cc: Clerk of the Board File ..-.;!-.. : . 'I I I MIAMIOAID--~ t(t1!lUt4 CONTRACT AWARD SHEET Internal Services Department Procurement Management Services Bid No. 3143-9/18-8 Award Sheet DIVISION BID NO.: 3143-9/18-8 PREVIOUS BID NO.: TITLE: GASOLINE Al'lD DIESEL FUEL PRE-QUAL CURRENT CONTRACT PERIOD: 05/0112016 through 04/3012017 Total # of OTRs: 9 MODIFICATION HISTORY Bid No. 3143-9/18-8 Award Sheet DPM Notes APPLICABLE ORDINANCES LIVING WAGE: No UAP: No IG: No OTHER APPLICABLE ORDINANCES: CONTRACT AWARD INFORMATION: No Local Preference No Micro Enterprise Full Federal Funding No Perfonnance Bond Small Business Enterprise (SBE) P11'Funds Partial Federal Funding No Insurance Miscellaneous: I REQUISITION NO.: I PROCUREMENT AGENT: PHONE: 305 375-4264 LEE, JESUS FAX: EMAil..:PJL@Ml.AMIDADE.GOV DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page I of9 Bid No. 3143-9/18-8 Award Sheet VENDOR NAME: PETROLEUM TRADERS CORPORATION DBA: FEIN: 351462227 SUFFIX: 01 46804 STREET: 7120 POINTE INVERNESS WAY CITY: FORT WAYNE ST: IN ZIP: FOB_TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: 800-3483705 WENDORINFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Deal Vendor: SBE Set Aside BidPref. lMicro Ent. Selection Factor Goal Other: Vendor Record Verified? *************.*******.*.***.*.************ .... *.******** •• ********_.*. Vendor Contacts: Name Phonel Phone2 Fax Email Address GAYLE NEWTON 260-2076347 800-3483705 260-2033820 GNEWTON@pETROLEUMTRADERS.CC VENDORN~: MANSFIELD OIL COMPANY OF GAINESVILLE INC DBA: MANSFIELD OIL COMPANY FEIN: 581091383 SUFFIX: 03 30501 STREET: 1025 AlRPORTPARKWAY SW CITY: GAINESVILLE ST: GA ZIP: FOB_TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: - WENDOR INFORMATION: ,",Deal Vendor: Vendor Contacts: Name DAVID ZARFOSS CERTIFIED VENDOR ASSIGNED MEASURES SBE Set Aside BidPref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? **.*** •••• *** ••• ** •••••••••• ** •• ** •••••••• ********.*** ••••••••••• **** Phone! 800-695-6626 Phone2 Fax Email Address -678450-2242 MOCBIDS@MANSFlELDOIL.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 3 of9 Bid No. 3143-9/18-8 Award Sheet VENDOR NAME: B V OIL COMPANY INC DBA: FEIN: 592304457 SUFFIX: 01 STREET: 7950NW58 ST CITY: MIAMI ST: FL ZIP: FOB_TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: - ~NDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES LOCal Vendor: SBE Set Aside BidPref. MicroEnt. Selection Factor Goal Other: Vendor Record Verified? .................... * •• ** •••••• *** ••• * ••• * •• ** ................. ********* Vendor Contacts: Name Phonel Phone2 Fax EmaiJ Address JOHN WRIGlIT 305-593-0705 -305-591-1769 ALEXV@BVOIL.COM VENDOR NAME: INTERNATIONAL FLIGHT CENTER INC DBA: FEIN: 592520188 SUFFIX : 01 STREET: 14592 SW 129 STREET CITY: MIAMI ST: FL ZIP: FOB TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: - WEND OR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES ocal Vendor: SBE Set Aside BidPref. MicroEnt. Selection Factor Goal Other: Vendor Record Verified? I ** ••••• ******************.***********.******* ••••• ,,****************** Vendor Contacts: Name Phone! WILFREDO VALLE -PRESIDEN 305-238-8122 Phone2 Fax EmaiJ Address -305-238-0464 WILL@IFCMlAMI.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 5 of9 33166 33186 I i j 1 Bid No. 3143-9/18-8 Award Sheet VENDOR NAME: URBIETA OIL INC DBA: FEIN: 651004416 SUFFIX: 01 33178 STREET: 9701 NW 89TH AVENlJE CITY: MEDLEY ST: FL ZIP: FOB_TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: - VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES ,",ocal Vendor: SBE Set Aside BidPref. MicroEnt. Selection Factor Goal Other: Vendor Record Verified? ............................. "" .............................. ft •••••••••• Vendor Contacts: Name Phone! Phone2 Fax Email Address wn..LlAM EAGAN 305-884-0008 -305-883-1927 WEAGAN@BELLSOUTILNET VENDOR NAME: SSI LUBRICANTS LLC DBA: SSI PETROLEUM FEIN: 651158761 SUFFIX : 02 3388012 STREET: 5131 RECKER HIGHWAY CITY: WINTER HAYEN ST: FL ZIP: FOB_TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: 877-811-3835 krENDORINFORMATION: ~cal Vendor: Vendor Contacts: Name CARLOS DE LA TORRE CERTIFIED VENDOR ASSIGNED MEASURES SBE Set Aside Bid Pref. IMicro Ent. Selection Factor Goal Other: Vendor Record Verified? * ...... **'* •• ***** •• ** •••• ******* .... *************.*******-*-** ••••• ** •• Phonel 863-965-8788 Phone2 Fax Email Address 877-811-3835 863-967-6235 CDELATORRE@SSIPETRO.COM DEPARTMENT OF PROCUREMENTNU\NAGEMENT DIVISION Page 7 of9 I I ABCW1600236 . Commodity iD 405-09 405-15 Department AV CR FR ID02***"· ID06* .... • MT PD PR PW SP SW VZ ws 2 ABCWl600238 HD Bid No. 3143-9/111-8 Award Sheet Commodity Name FUEL OIL, DIESEL GASOLINE, AUTOMOTIVE . DeparhnentAUnocadon $900,000.00 $32,500.00 $2,600,000.00 $62,920,000.00 $80,000.00 $51,012,830.00 $500,000.00 $800,000.00 $0.01 $40,000.00 $1,223,169.99 $8,500.00 $14,040,400.00 . . COlDJDodilj' Name I .' . Department ~OcatiOD. $55,000.00 End ofBPO InformtItion Section DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 9 of9 I f I \ \ I I I I r ! ! I I • . F MIAMI DAILY BUSINESS REVIEW Pubfished Daily except Saturday, Sunday and legal Holidays Miami, Miami·Dade Counly, Florida STATE OF fLORIDA COUNTY OF MIAMI-DADE:' Before the undersigned authority personally 'appeared MARIA MESA, whO on oath says that he or she is the LEGAL CLERK, Legal Notices of the Miami Daily Business Review' flkJa Miami Review, a daily (except Saturday, Sunday and Legal Holidays) newspaper, published at Miami in Miami-Dade C~unty, Florida; that the, attached copy of advertisement, being a legal Advertisement of Notice in the matter of NOTICE OF PUBLIC HEARING CITY OF SOUTH MIAMI-JUNE 20, 2017 in the XXXX Court, was published in said newspaper in the issues of 06/09/2017 Affiant furthe'r says that the said Miami Daily Business Review is 'a newspaper published at Miami, in said Miami-Dade County, Florida and that the said newspaper has heretofore ~een continuously published in said Miami -Dade County, Florida each day (except Saturday; Sunday and' legal Holidays) and has been entered as second dass mail matter ai the post office in Miami in said Miami-Dade County, Florida, for a period of cne year next preceding the firs! publicaticn of the atlached copy of advertiseme,nt; and affiant further says that he or she 'has neither paid nor promised any person, firm or corporation any 'discount, rebate, commission 'or refund for the securing this advertisement for ," CITY OF SOUTH MIAMI N~TICE O~ PUBLIC 'HEARING NOTICE IS HEREBY given that the CitY Commission of 1he City bf SOl!ih Miami, Florida will ,conduct' Public Hearing(s)' at its' reg\llar City Commlssl,on meeting scheduled for. Tuesday, June 20,·20.17,. beginning at.7:DD.p,m., in the City Commi~lon CharilberS;6~ 30. Sunset Qrive, to considerthe follo~ing item(s): . . ( A Resoiirtlon~ppr~virig ~rid authorizing #1e City Manager 10 contiflue J ' witli the exiStln, g Miami-Dade C~unty contr~ct with I~, ig~' ~iiergy ~artoers, , 'LlC for,Yle p!-(rc/Jase and, dehvety.of bulk fuel.gasollne and' diesel for theq~'~,V1!!l\eW}I~~l~~~~~iP.rn!lnt. ." :.' .. ::: ........ : ."_ ,.' A Resolt.iiion~·atitfiorizjng 'the:City Man~ger to negotlale and entEjlr into a . mUlti-year agreement withPrinting'Corp, ofthe Americas,lnc, to design, print, supply and mail. program guides, ' .. An Ordinance relating to the City'~ 20.17 fiscal year bUdQet;' authorizing 'an Increase of appropriations for eXpenditure line Item 12~1730-541-3450 'People's TransPQrtation Tax Fund' Direct Transit Contractual Services account in the amount of $70.,50.0. . ' , An Ordlnarice of the City of SQuth Mianirs Code of Ordinances reserv!ng sections 5-16 through 5-19 in Chapter 5, Article 1/ and creating Article III, titled Nuisance Animals, Sections 5-20 and 5-?1 to control the feral animals and mosquitoes, . , ALL intere~ted parties ~re invited to Sttend and will be heard, . . ' . For further information, please contact ,the City Clerk's Office at: 305-663-6340. /?" ' ' ' . .. :(,- .. "~~:' .;~,,;. Maria M. Menendez, CMC GityClerk, Pursuant to Flpiida Statutes 286.0.10.5, IPe City Ile~ebyad~ise$ the p~bfic . that if a person decides to appeal any decision made by this Board, Agency or Commission with resp~ct to any matter considered at its meeting or hearing, he or~he will need a record.of the proceedings, and that for such purpose, affected person may need to ensure that a verbatim record of the proceedings is made" which recoid .includes the testimony and evidence upon which the appeal is to be based, .619 17-51/0DOO231774M 20SE I I NEIGHBORS I SUNDAY JUNE 111011 MIAMIHUAlD.COM ~D Public Meeting Notice COLONIAL DRIVE COMMUNITY PARK PUBLIC MEETING Thursday, June 15, 2017 6:30p.m. Colonial Drive Park 10750 SW 156 Terrace, Miami, FL 33179 This public meeting is being held to advise the community of environmental findings, the health eval~ation for Colonial Drive Community Park and corrective action plan. For more information, contact: Eric Hansen Recreation, Planning and Program Development Manager Miami-Dade Parks, Recreation & Open Spaces 275 NW 2 Street, 3rd Floor, Miami, Fl33128 305-755-5460 or erich@miamidade.gov TO request materfa/s in ar;cessil1Je fom1Rt sign /snguitge inreff)reters DI/dlor iUU' accommodations tD pllftic/pate in any MJamikOade Parks·sponsorerJ program or meetil1g. contact "Parks Disah/Dly Seltlices, j' pdsflmlomidade.goll. 305·755·7848. at 'e .. <15 days in advancelD inihate your reqUBSt. TTY"..", may at!lO e8/1 71 t (Florida Retay Service). Forlegal ads onlllle, ~o 10 htlp'llIe~alads.lJli.midade.~ov TOWN OF CUlLER BAY NOTICE OF PUBUC HEARING ORDINANCE FOR SECOND READING NonCE IS HEREBY GIVEN Ihallhe Town Council of the Town ofCllllcr Ba;', Florida will hold " publlc hearing on W~d.csday, Jun. 21, 21117 at 7:00 p.m,. or as SOOIl Ihereafter us possible, In the '1own Hall Council Chambers. 10720 Carihbean Bailie"",,]. Culler Bay. J-loriua. 'nlt purpose of Ihe public heatins is 10 consider ht/oplion all Second Reading oflile OnlimlDee described beloll' AN ORDINANCE OF TIlE MAYOR AND TOWN COllNCn. OF mE TO\\N OF CUTLER BAY, RORlDA, IIMENDING CHi\PI'IiR 14 OF mE TOWN CODE '10 I:-;Cl.UDE SECJ10N 14-1, "PROIDBITIONS RECU\RDlNG SlItE OR liSE OF EXB\~'DED POLYSfYRENE FOOD SERVICE ARTICLES BYTOWN CONTRACIORS:" I'ROVIDING .'OR SEVEIWlII,I1,\~ PROVInING FOR CONJ.l.ICr; I'ROVIDING FOR INCLUSlO~ IN mE CODE; AND PROVIDING FOR liN EFFECJ1VE DAm. Thr Town Council m .. y eominue or defer the hrann~ to a new dllte ;I/ld lillie eerlam without furlber 1I0lice provitled Ihe dutc nod liDle of Ihe continuullee 01 deferml is announced m Ihe heurins The Onlinllnee ;" ils enl;"'I), mill' be inspecled at the Office of the Town Cieri; during regular business hours. I'cl>ons \"shing to appe"1 any deci,ion m.de by lhe To\o>11 Conncil with lespecl loony mitll.r considered at stith hcnriug will need iI record of the PfOrccliings imd Jar such rHlJTIO:H~ nmy need 10 ensure luul a vrrbabm ",eoru of the· proceedings .. made. which Includes Ihe leslimony ,md evidence upon which the appeal is 10 be bosed (ES, 2Be.OI05), I\U}' and itl1 J1l1crc·slcd par1ics may CI)lpcar at the above mecring :i\!U] be heard wtth n::me:Ct to 1hc propo::>'Co itcJru;. In accoldant'l: with the Amcric:nlls WIth J.)isahiliUcs A4.1 or 1990 (ADA). persons flccdm£. sJ1i.~dal iiccomnweJallons 10 Pllrtic.lpJlC in Ihese" JlJOt'c!;cJin£,s should cOlll'Kt Ihe ·1'C,\\·11 Clerk'" Onkc lhr assistance-il1 (.lOS) ~J4·4262. no later thall four (4) t)Usinc~s (b)'$ prior to :wr.:h prot:c..:ding. DebnE E Easun:lO. M~I\ Town Clerk CITY OF SOUTH MIAMI COURTESY NOTICE NOTICE IS HF..RElIY <riven th3llhe CilY COlllmission o[lhe Cily of South Minlni, Florida wjll condllr;l Public Hcarjng(~) ill its re~'lilal' Cit~' Cormnhsion meeting $chcduJcd lor TucsdilY, .Tl1J1C 20. 2017, beginning al 7:00 p.m .. illlhe City CmmnrsHinn ChamherN~ 613(J SUIISl!l Dlive, (0 t.:()ush.lcT the following iteml S): ( A Rcsolutlon 'lpproving and lIulhorizing the City Mllnag,er to continue with the CXiSlill1 Miami·J),uJc C{lunly I.:I)))tnu:t with Illdigo Energy Pallncrs. LLC for the pun;h.a .. "it and delivery of bulk fuel gasoline and die,ellill'1he City', vehicle fleei l\Iulequipmenl. A Resolution aulhori7.illg lhe City Manll£er to Ilegotiale and enter into iI lnulti-year agreement with Priming Cnrp of lhe Amcril'ils, lJlC. 10 design, print. supply and mail pro~ram ,b'lJidcs. Au Ordinnnce rehtling In Ule Cily"~ 2017 fiscal YC4;\T budgr.l: aulhorjzing ~Ul merea.ote of appropriations for expenditure line ilem 125-1730·541-3450 People's Transportation Tax Fund Direct Transit Contractllal Scrvjccl\ ~ct:mml in the ,mlOunl of $70,500. An Ordjnam;c pf Ihl! City of S(luth :Mial1li'~ Code of OrdiJ)l1J)t·c~ rcsl!rving ~I!ctinn!' .'\·}6· Ihrough 5·19 in Cbapler 5. Aniele II und crealing Aniele III, titled Nui",""c Animal', Seclions 5-20 and 5·21 It> conlrol tho fefill ilDim.1.1 and mo.qu;lOes. ALL imcrcslcd parlie~ arc in"jlcd hI attend anti wi11 he heard For further infrmn.liou, plens" eontncllhe CilY Clerk's OHice.1: 305·663..fi340, Milri. M. Menende7., CMC' CllyClcrk Pl/T(u:mt III Rrond:1 Stal'lIl~ 2l\(o. 0I0'.lhr ell), hrr~h)' ath'hc!1111r plwlk lhtU jf:l pCr:-110 drdtlC'.~ III :tpprlll uny drd.\ltln nlf'klr h}' thi\ Bmud. Agenl'y 01 C\ImmiSlOinll wjlh rl!r.pct;t IL' llD~' m,"IIICrconsidcred <It its m~,(,ling (lr heiUiDjt. be 01 she Will n~"d II rccmd ur lhe fI'nt.;~iljng~. and Ibal for :Juc.h fturptlSC, aifl'('lcd J'K'r.~on 1IU1.:V need ,1\ ensure IlIlIl It vetl1nlint TC\:llnl Ilrlfle pn'lccllillt:~ i$ mack -.hkh rttnJ(1 indlldc'\ lilt !(.~rim(lny n"d c\'II!!!ntc upon whilh II~ f1ppml is tt, ht hMtcl. Public Hearing Notice State Road (SRI 9G8/W Flagler Street at NW 32 Avenue Project IdentificatlOn Number: 2S0629·q·32·01 The Florida Department of Transportation (FOOT) will host a public hearing for a roadway project along SR 968/W FI~gler Sireet al NW 32 Avenue. in Miami-Dade Counly. FDO~ ~'. 6 p.m. 10 8 p.m. Thuf$day, June 15, 2017 Un1versal Church, Conference Room 3501 W Ragler Street, Miami, FL 33135 For information about this hearing or project, please contact Pubfic Information Speciallsl Rodolfo Roman at (305) 470-5477 or email at RodoHo.Roman@doLstate.ff.us Vistt wwwJdolmiamidade.com for project information. The hearing will follow an informalfoJmat aUowillgthe pUblitto arflveat aov time from 6 p.m. to a p.m., with a formal presentation starting at 6:30 p.m. Graphic displavs will be shown and FOOT representatives will be available to discuss thoe project and answer questions. Publlcpar[lclparion at this. meeting Is solicited witnout regard to lace. color, national origin, age, gender, religion, dlsabnllV or family status. Pursuant to the provisions of the Americans with DisahUjties Act, any person requiring special accomn,odabons to parhdpa'e In this workshop/hearing Is asked to advise the agency at least 7 days before the workshop/hearing bV contacting: Hong Benitel at (30S) 470·5219 or In'writing: FOOT, 1000 N.W. 111 Avenue, Miami, FL 33172, email: Hcng.Benitel@dot.s.tate.fl u,.lfvou ar.e hearing or speech impaired, please contact the .agencv usil'lg the Florida Relay Service, 1 [SaO) 9S!i-S771 {TDO) or 11800) 955-8770 !Voice). '