Res No 217-18-15250RESOLUTION NO.: 21 7-1 8-1 5250
A Resolution authorizing the City Manager to execute a fiscal-year agreement with
Sunshine Gasoline Distributors, Inc. for the purchase and delivery of bulk fuel
gasoline and diesel for the Cit/s vehicle fleet and equipment.
WHEREAS, the City wishes to purchase bulk fuel gasoline and diesel for the City's vehicle
fleet and equipment; and
WHEREAS, the City wishes to ensure the lowest possible cost for the purchase of bulk
fuel gasoline and diesel for the City vehicles fleet and equipment; and
WHEREAS, the City Manager wishes to piggyback on Miami-Dade County Contract No.:
576-18-A with Sunshine Gasoline Distributors Inc; and
WHEREAS, the expenditure shall be charged to departmental fuel account numbers
001-1760-519-5230 (Public Works Fuel & Lube) with a current balance of $137,244, 001-1310-
513-5230 (City Manager Fuel) with a current balance of $660, 001-1410-513-5230 (Finance
Division Fuel) with a current balance of $1,326, 001-1610-524-5230 (Building Division Fuel) with
a current balance of $1,060, 001-1620-524-5230 (Planning Division Fuel) with a current balance
of $1,818, 001-1910-521-5230 (Police Division Fuel) with a current balance of $117,395, 001-
2000-572-5230 (Recreation Fuel) with a current balance of $8,258 and 001-1750-519-5230 (PR
Landscape Fuel) with a current balance of $7,086.
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 $275,000
with Sunshine Gasoline Distributors Inc, for the purchase and delivery of bulk fuel gasoline and
diesel, charged to various departmental fuel account numbers.
Section 2. Severabllity. 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 adoption.
PASSED AND ADOPTED this 2^ day of November. 2018.
ATTEST
C TY CLERK
APPROVED
MAYOR
READ AND APPROVED AS TO FORM,
LANGUAGE^k^iilTY AND,
EXECUTIONTHSR^OF
AfrORN^Y
COMMISSION VOTE: $-0
Mayor Stoddard:Yea
Vice Mayor Harris:Yea
Commissioner Gill: Yea
Commissioner Liebman: Yea
Commissioner Welsh: Yea
Agenda Item No:8.
City Commission Agenda Item Report
Meeting Date: November 20, 2018
Submitted by: Valerie Holland
Submitting Department: Public Works & Engineering
Item Type: Resolution
Agenda Section: CONSENT AGENDA
Subject:
A Resolution authorizing the City Manager to execute a fiscal-year agreement with Sunshine Gasoline
Distributors, Inc. for the purchase and delivery of bulk fuel gasoline and diesel for the City's vehicle fleet and
equipment. 3/5 (City Manager-Public Works)
Suggested Action:
Attachments:
Memo R- Sunshine Gasoline Distributors Inc.doc
ResoR-Sunshine Gasoline Distributors lnc_lCArev.doc
2REV_Piggyback_Contract_Sunshine_Gas_Distributors_ll. 13.18CArev.pdf
Sun biz Sunshine Gasoline Distributors 11.13.18.pdf
South" Miami
THE CITY OF PLEASANT LIVING
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
To:
From:
Date:
The Honorable Mayor & Members of the City Commission
Steven Alexander, City Manager
November 20^^ 2018
Subject:
Background:
Amount:
Account:
support:
A Resolution authorizing the City Manager to execute a one-year
agreement with Sunshine Gasoline Distributors, Inc. for the purchase and
delivery of bulk fuel gasoline and diesel for the City's vehicle fleet and
equipment.
Bulk fuel gasoline and diesel must be purchased for the City's vehicle fleet
and equipment The City of South Miami desires to utilize the Miami-
Dade County Contract No:676-I8-A with Sunshine Gasoline
Distributors, Inc. under the terms and conditions as set forth in the
solicitation and agreement between Miami-Dade County and Sunshine
Gasoline Distributors. The previous contract piggybacked by the City of
South Miami with Indigo Energy Partners, LLC. was terminated by Miami-
Dade County resulting in a new agreement with Sunshine Gasoline
Distributors, Inc. As a result of the termination, the City of South Miami
utilized the new agreement of service with Sunshine Gasoline
Distributors, Inc.
Not to exceed $275,000
001 -1760-519-5230 Public Works Fuel with a balance of $ 137,244
001 -1410-513-5230 Finance Division Fuel with a balance of $ 1 ,326
001 -1310-513-5230 City Manager Fuel with a balance of $660
001 -1610-524-5230 Building Division Fuel with a balance of $ 1,060
001 -1620-524-5230 Planning Division Fuel with a balance of $95
001 -1640-524-5230 Code Enforcement Fuel with a balance of$ 1,818
001 -1910-521 -5230 Police Fuel with a balance of $ 1 17,395
001 -2000-572-5230 Recreation Fuel with a balance of $8,258
001 -1750-519-5230 PR Landscape Fuel with a balance of $7,086
Award Recommendation Miami-Dade County Contract No.: 676-18-A
Agreement with Sunshine Gasoline Distributors Company
Sunbiz- Sunshine Gasoline Distributors Inc.
CONTRACT FOR GASOLINE AND DIESEL, TRANSPORT & TANK WAGON
THIS AGREEMENT made and entered into this day of , 2018 by and
between the City of South Miami, a Florida municipal Corporation by and through its City
Manager (hereinafter referred to as "City") and Sunshine Gasoline Distributors, Inc..
(hereinafter referred to as "Contractor").
WITNESSETH:
WHEREAS, the Miami-Dade Countv solicited bids pursuant to ITO No. 676-18-A, for
GASOLINE AND DIESEL, TRANSJPORT & TANK WAGON; and
WHEREAS, the Miami-Dade Countv. after completing a competitive bidding
process, awarded a contract to Contractor, and
WHEREAS, the City of South Miami desires to utilize the Miami-Dade Countv
Contract with Contractor; and
WHEREAS, the City is authorized, pursuant to the City of South Miami's Charter,
to piggyback off of contracts, such as the contract in question between Miami-Dade
Countv and Contractor, that were entered into in accordance with a solicitation process that
is at least as vigorous as that of the City of South Miami; and
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 provisions as set
forth in the contract between Miami-Dade Countv and Contractor pursuant to ITO No.
676-18-A. as modified by this Agreement.
2. The City has reviewed the contract between Miami-Dade Countv and
Contractor and agrees to the provisions of that contract which shall 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, the response to the solicitation, and the
Agreement/Contract and/or the Award, pertinent copies of which are attached hereto as
Attachment A and made a part hereof by reference.
3. All references in the contract between Miami-Dade Countv 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 Countv. as set forth in the
contract between Miami-Dade Countv and the Contractor, shall all be made by the City
Manager for the City of South Miami. Notwithstanding anything contained in the Miami-
Dade Countv ITO No. 676-18-A and/or the contract between Miami-Dade Countv and the
Contractor to the contrary, this Agreement shall be governed by the laws of the State of
Florida and venue for all dispute resolutions or litigation shall be in Miami-Dade County,
Florida.
4. Term. The term of the contract, including all extensions authorized by the
Thomas F. Pepe - 01-11-16
Page 1 of 6
contract shall expire on September 30,2019.
5. Scope of Goods and Services. The scope of goods and/or services (which
may hereinafter be referred to as the "Work") are set forth in the attached Attachment A and
any attachments thereto and the City's purchase order, the latter of which shall take
precedence. The Contractor has agreed to deliver the goods, if any, and perform the
services, if any, in a workman like manner and in accordance with all state, county and City
laws, at the locations, if any, designated by the City. All of the goods and/or services
reflected in Attachment A shall, unless otherwise stated in the Attachment A or B, be
delivered and/or commenced within N/A days from the date of the execution of this
Agreement. The Contractor shall obtain and pay for all permits required for the services
rendered, if any, with the exception of permits fees charged by the City, said fees shall be
waived.
6. Contract Price. The contract price for the good and/or services is set forth in
the attached Attachment B. If not otherwise set forth in the contract between Miami-Dade
Countv and the Contractor, the Contractor shall be paid upon delivery of all the goods, if
any, the completion of all the services, if any, and after final inspection and approval, by the
City, that approves of the goods delivered, if any, and the services performed, if any.
7. Precedence. The term, provisions and conditions of this Agreement shall
take precedence over the terms of the contract between Contractor and Miaml-Dade
Countv.
8. Grant Funding: This project is being funded by "N/A" and Contractor
agrees to comply with all the requirements of that Grant, applicable to the delivery of the
goods and/or 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 as much of the contract price that is available pursuant to the terms of the
grant. A copy of the grant, if any, is attached hereto and made a part hereof by reference.
9. Public Records: CONTRACTOR and all of its subcontractors are required to
comply with the public records law (s.l 19.0701) 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
the 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 the contractor
or keep and maintain public records required by the public agency to perform the service. If the
contractor transfers all public records to the public agency upon completion of the contract, the
contractor shall destroy any duplicate public records that are exempt or confidential and exempt
from public records disclosure requirements. If the contractor keeps and maintains public records
upon completion of the contract, the contractor shall meet all applicable requirements for retaining
public records. All records stored electronically must be provided to the public agency, upon
Thomas F. Pepe - 01-11-16
Page 2 of 6
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 THE CONTRACTOR HAS
QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119,
FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE
PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE
CUSTODIAN OF PUBLIC RECORDS AT 305-663-6340; E-mail:
mmenendez@southmiamifl.gov; 6130 Sunset Drive, South Miami, FL .33143.
10. 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.
11. Validity of Executed Copies: This Agreement may be executed in several
counterparts, each of which may be construed as an original.
12. Notice: All notices to the City shall be sent to: City Manager, 6130 Sunset
Drive, South Miami, Florida 33143.
13. 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.
14. Indemnification: Notwithstanding anything contained in the contract
between Contractor and Miami-Dadc County to the contrary, the City does not waive its
sovereign immunity granted by Florida Statutes, Section 768.28, and the City's tort liability
shall be limited to the waiver of sovereign immunity provided for in Section 768.28.
15. Severability: If any term or provision of this Agreement or the application
thereof to any person or circumstance shall, to any extent, be invalid or unenforceable, the
remainder of this Agreement, or the application of such term or provision to persons or
circumstances other than those to which it is held invalid or unenforceable, shall not be
affected thereby and each term and provision of this Agreement shall be valid and
enforceable to the fullest extent permitted by law.
IN WITNESS WHEREOF, and as the duly authorized act of the parties, the undersigned
representatives of the parties hereto have caused this instrument to be signed in their respective
names by their proper offieials on or before the day and year first above written.
Sunshine Gasoline Distributors, Inc:
By:.
Thomas F. Pepe - 01-11-16
Page 3 of 6
(type name and title of signatory above)
ATTEST:
By:
CITY OF SOUTH MIAMI
Nkenga A. Payne, CMC
City Clerk
By:
Steven Alexander
City Manager
Read and Approved as to Form,
Language, Legality and Execution
Thereof.
By;
Thomas F. Pepe
City Attorney
Thomas F. Pepe-01-11-16
Page 4 of 6
ATTACHMENT A
CONTRACT FOR GASOLINE AND DIESEL, TRANSPORT & TANK WAGON
MIAMLDADE COUNTY
• ITQ No. 676-18-A
• Notice of Award
Thomas F. Pepe - 01-11-16
Page 5 of 6
Miami-Dade County Solicitation 1TQ-676-18-B
Solicitation ITQ-676-18-B
Aviation, Marine, and Fueiing Services for Mobile
Equipment
Solicitation Designation: Private
MIAMI-D^
Miami-Dade County
9/6/2018 9:38 AM p i
Miami-Dade County Solicitation ITQ-676-18-B
Solicitation ITQ-676-18-B
Aviation, Marine, and Fueling Services for Mobile Equipment
Solicitation Number ITQ-676-18-B
Solicitation Title Aviation, Marine, and Fueling Services for Mobile Equipment
Solicitation Start Date Sep 6, 2018 11:37:11 AM EDT
Solicitation End Date Sep 21, 2018 6:00:00 PM EDT
Question & Answer
End Date
Sep 12, 2018 6:00:00 PM EDT
Solicitation Contact Jesus Lee
305-375-4264
fjl@miamidade.gov
Contract Duration See Bid Documents
Contract Renewal See Bid Documents
Prices Good for See Bid Documents
Solicitation Comments Submit your price(s) using the electronic Price Submittal Form only. The purpose of this Invitation to Quote
(ITQ) is to obtain prices for delivery of fuel as specified herein.
Item Response Form
Item ITQ-676-18-B~01-01 - Aviation, Marine, and Fueling Services for Mobile Equipment
Quantity 1 gallon
Prices are not requested for this item.
Delivery Location Mlami-pade County
No Location Specified
Qty 1
Description
See Section 2, Paragraph 2.4 of the ITQ for pricing information. Submit your price(s) using the electronic Price Submittal Form only.
10
9/6/2018 9:38 AM p. 2
Miami-Dade Counly Solicitation ITQ-676-18-B
BID NO.: ITQ-676-18-B
Aviation, Marine, and Fueling Services for Mobile
Equipment
Sep 21,2018
MIAMI-DADE COUNTY, FLORIDA
INVITATION
TO B ID
TITLE:
Aviation, Marine, and Fueling Services for Mobile Equipment
FOR INFORMATiON CONTACT:
Jesus Lee, 305-375-4264, fjl@miamidade.gov
IMPORTANT NOTICE TO BIDDERS/PROPOSERS:
• READ THE ENTIRE SOLICITATION DOCUMENT. THE GENERAL TERMS AND
CONDITIONS (SECTION 1), AND SUBMIT ALL QUESTIONS/CLARIFICATION IN
ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL
TERMS AND CONDITIONS.
• THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT
REQUIRES REVIEW AND COMPLETION BY ALL BIDDERS/PROPOSERS RESPONDING TO
THIS SOLICITATION.
• FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL
RENDER BIDDER'S/PROPOSER'S BID/PROPOSAL NON-RESPONSIVE.
11
9/6/2018 9:38 AM p. 3
Miami-Dade County Solicitation ITQ-676-18-B
MIAMU
SECTION 1
GENERAL TERMS AND CONDITIONS:
All general terms and conditions of li/llaml Dade County Procurement Contracts are posted online. Bidders/Proposers ttiat receive an award from Miami-
Dade County ttirougti Miami-Dade County's competitive procurement process must anticipate ttie 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, Strategic
Procurement Division's webpage by clicking on the below link:
tmD://\v\v\v.miamidadc.gov'/Drocurement/librai'v/boilcrnlalc/general-tcrms-and-condilions-rl8-2.pdr
NOTICE TO ALL BIDDERS/PROPOSERS:
Electronic bids are to be submitted through a secure mailbox at BidSync (wvirw.bidsync.com f 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 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 concerning the scope of services/technical specifications please, utilize the question/answer feature provided by BidSync at
www.bidsvnc.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 all proposal documents. Bidders/Proposers should not wait until the last minute to
submit their bid/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 submission will be considered late and will not be accepted.
PLEASE NOTE THE FOLLOWING:
No part of Bidder's/Proposer's bid/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 bid/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 bid/proposal must be submitted in accordance with all
specifications contained in the solicitation electronically
12
9/6/2018 9:38 AM p. 4
Miami-Dade County Solicitation ITQ-676-18-B» Internal Services Department
Strategic Procurement Division
Invitation To Quote
111 NW 1" Street, Suite 1300, Miami, FL 33128
INVITATION TO QUOTE (ITQ) NO.: ITQ-676-18-B
ISSUING DEPARTMENT/DIVISION: Internal Services / Strategic Procurement Division
ITQ TITLE: Aviation, Marine, and Mobile Fueling Services
CONTACT PERSON: Jesus Lee
CONTACT PHONE/ EMAIL: 305-375-42641 fjl@miamidade.gov
SECTION 2 - SPECIAL TERMS AND CONDITIONS
2.1 PURPOSE
The purpose of this Invitation to Quote (ITQ) is to secure sealed quotes for delivery of un-branded fuel as specified herein for a
one-year period.
In accordance with the terms and conditions of RTQ-00676, Gasoline and Diesel, pre-qualification Pool (Pool), Miami-Dade
County (County) is hereby soliciting price quotes for transport and/or tank wagon deliveries of bulk gasoline and diesel fuels. By
submitting, signing, and uploading a price in response to this Invitation to Quote (ITQ), the pre-qualified Bidder agrees to the
terms and conditions of RTQ-000676, Gasoline and Diesel Pre-Qualification Pool, and to the addition and changes to such
terms and conditions provided herein. The terms and conditions of pool number RTQ-00676 are available via the link below.
httDs://www.miamidade.QOv/DPMww/ProcurementNAS/pdf files/RTQ00676/Packet for Solicitation RTQ-
00676. w Add 1..Ddf
2.2 METHOD OF AWARD
Award of this ITQ will be made to the lowest priced responsive, responsible Bidder by Group as indicated below:
Group A: Mobile Fueling Services by line item (Gasoline or Dyed Diesel and Transport or Tank Wagon).
Group B: Marine Gasoline - Recreational 90 by line item (Transport or Tank Wagon).
Group C: Aviation Gasoline and Jet-A fuel by line item at the following locations:
1) Miami Executive Airport (formally Tamiami-Kendall): by fuel type (Tank Wagon)
2) Opa-Locka Airport: by fuel type (Tank Wagon)
Group D: Fueling services by line item (gasoline [regular grade] and dyed diesel) for DTPW Road, Bridge and Canal
equipment as described herein.
The County may award a contract to the next lowest priced responsive, responsible Bidder per Group in the event the lowest
awarded Bidder, or its product is found to not meet the terms, conditions, or specifications of the contract or this ITQ, or if at the
time of need the lowest priced Bidder's goods or services are not available to the ordering department.
2.3 CONTRACT TERM
One (1) year period. Delivery is required starting November 1,2018, through October 31,2019.
Page 1 of 7
13
0080618 rev. 18-2
9/6/2018 9:38 AM p. 5
Miami-Dade Counly Solicitation ITQ-676-18-B
Internal Services Department
MIAMI-DADeB Strategic Procurement Division
Invitation To Quote
111 NW 1=^' Street, Suite 1300, Miami, FL 33128
2.4 PRICING:
Bidders shall insert their bid price as a Price Differential in accordance with Section 2, Paragraphs 2.5 or 2.6 of the pool, for
each line item offered in the Price Submittal Form. Do not insert wording or conditions in the Price Submittal Form. Unit price
shall prevail. Prices shall be fixed and firm for the term of the contract and any extension periods, unless modified by mutual
agreement via an executed Supplemental Agreement.
Differential
A) Gasoline and Diesel: Firm and Fixed Service Adder (Differential) pursuant to Section 2, Paragraph 2.5 of the pool.
B) Aviation and Jet-A Fuel: Firm and Fixed Service Adder (Differential) to Section 2, Paragraph 2.6 of the pool.
2.5 TAXES
Section 2, Paragraph 2.7 of the pool.
2.6 All quantities are estimates for informational purpose only and not a guarantee.
2.7 The County may, at its sole discretion, extend the prices and delivery date for up to one hundred, twenty (120) days after
expiration of the term of this ITQ where the County determines that it is in its best interest.
2.8 The pool, this ITQ, any addenda, and/or properly executed modifications, the purchase order (if issued), and a change order (if
applicable), constitute the entire contract.
2.9 The order of precedence for this ITQ shall be: The ITQ, any addenda, and/or properly executed modifications, the purchase
order (if issued), and a change order (if applicable), constitute the entire contract.
2.10 All products specified herein shall be fully guaranteed by the awarded Bidder. The awarded Bidder, at no cost to the County,
shall correct any product defects and repair any damages facility, equipment, or vehicles which may occur as the result of faulty
products such as, but not limited to, fuel contamination. The County does not waive the implied warranties granted under the
Uniform Commercial Code or other standards as applicable.
2.11 All products shall be new and unused.
2.12 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 timeframe established by the County.
2.13 The Internal Services Department (ISD) Director, or designee, shall issue an award under this solicitation. The awarded
Bidder(s) shall honor no request for performance until ISD has made an award.
2.14 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 will not reimburse them separately.
2.15 All prices shall be quoted F.O.B. destination.
2.16 The County may reject any or all quotations, or any portion of a quotation, as it deems, in the best interest of the County.
2.17 Any bidder may protest any recommendation for contract award in accordance with the applicable provisions of the Miami-Dade
County Code.
2.18 If there are discrepancies between copies of fuel tickets and the truck sheet, the copy of fuel ticket signed by the authorized
County personnel who received the fuel will control.
2.19 Fuel Reporting (All Groups):
All awarded Bidder(s) shall complete and submit to the County a Fuel Delivery Report on a monthly basis, no later than the 15th
day of the following month. Once the initial format of the report is approved by the County, the awarded Bidder(s) shall not
change the report format in any way. The County reserves the right to make changes to the report and to personnel receiving
the reports.
Page 2 of 7 080618 rev 18-2
9/6/2018 9:38 AM p. 6
Miami-Dade County Solicitation ITQ-676-18-B
Internal Services Department
MIAMI-555eM strategic Procurement Division
ggSD Invitation To Quote
111 NW 1==' Street, Suite 1300, Miami, FL 33128
The awarded Bidder's completed Fuel Delivery Report shall be submitted via email to:
Jesus Lee, Internal Services Department (FJL@miamidade.Qov):
Susannah Troner, Regulatory and Economic Resources Department, (trones@miamidade.aov)
Michele Markovitz, Regulatory and Economic Resources Department (Michele.Markovits@miamidade.aov)
2.20 CONTRACTOR LIABILITY
The awarded Bidder shall be solely responsible for all damage to property, including but not limited to all fuel station facilities,
vehicles and equipment of Miami-Dade County or any municipality or agency occurring as a result of or in connection with the
furnishing and delivering of fuel product(s) and services hereunder on account of any neglect, fault, or default of the awarded
Bidder, it's suppliers or its subcontractors. The awarded Bidder shall upon demand promptly reimburse Miami-Dade County for
any payments made by the County on account thereof.
2.21 INSURANCE
Section 2, Paragraph 2.9 of the pool.
Additional Requirements for Group 4.
2.22 Requirements for awarded Bidder at Opa-Locka Executive Airport. Upon receipt of a phone call or upon being contacted via
radio, the awarded Bidder must arrive at Station 25 within no more than 10 minutes to be available to begin fueling the helicopter.
2.23 The invoicing week will begin on Tuesday at 0000 hours and end on Monday at 2359 hours.
2.24 The maintenance and testing of aircraft fueling systems shall be conducted under controlled conditions, in strict compliance with
NFPA 407, the Miami-Dade County Municipal Code, Chapter 25 - AVIATION DEPARTMENT RULES AND REGULATIONS,
any other applicable standards, or subsequent replacement publications.
15
Page 3 of 7 080618 rev. 18-2
9/6/2018 9:38 AM p. 7
Miami-Dade County Solicitation ITQ-676-18-B
Internal Services Department
MIAMI-DAd! I Strategic Procurement Division
Invitation To Quote
111 NW V' Street, Suite 1300, Miami, FL 33128
COUNTY
SECTION 3 - SCOPE OF WORK/TECHNICAL SPECIFICATiONS
3.1 DESCRIPTION OF WORK
3.1.1 GROUP A: LOCATIONS, EQUIPMENT AND ESTIMATED CONSUMPTION INFORMATION
Fueling services (both gasoline and dyed diesel) for Mobile Equipment is primarily, but not limited to, the Department of
Solid Waste Management (DSWM) and the Department of Transportation and Public Works (DTPW), used to fuel
equipment at landfill and transfer station at the locations listed below, as well as equipment located at other job sites.
Typically, fuel is delivered directly to the equipment and portable tank(s) below, not a fuel station or fixed location. The
consumption amounts listed are monthly estimates onlv. Other departments may access this group's pricing for other
similar Mobile Equipment fueling service needs throughout the geographical area of Miami-Dade County, and on a few
occasions, may be nearby areas outside of Miami-Dade County.
Location Estimated Consumption (Gallon/Month)
North East Transfer Station 18701 NE 6 Avenue 1,500
(delivery required Mondays, Wednesdays, and Fridays I hours of operation 7:00AM to 5:00PM)
2 Dozers
3 Payloaders
1 Backhoe
Resource Recovery Landfill 6990 NW 97th Avenue 2,000
(delivery required Tuesday and Fridays / hours of operation 7:00AM to 5:00PM)
2 Dozers
1 Backhoe
1 Roller
1 John Deere Tractor
2 Kabotas
1 Pump
1 Slope Mower
1 Bobcat
Central Transfer Station 1150 NW 20 Street 1,300
(delivery required Mondays, Wednesdays, and Fridays I hours of operation 7:00AM to 5:00PM)
2 Payloaders
1 Frontend loader
1 Backhoe
North Dade Landfill 21500 NW 47 Avenue 5,000
(delivery required 6 days per week, except Sundays I hours of operation 7:00AM to 5:00PM)
2 Dozers
2 Compactors
1 Backhoe
2 Loaders
2 Kubotas
2 Pump
1 Trackhoe
IJohn Deere Tractor 16
IWaterTruck
Page 4 of 7 080618 rev 18-2
9/6/2018 9:38 AM p. 8
Miami-Dade County Solicilalion ITQ-676-18-B
Internal Services Department
Strategic Procurement Division
Invitation To Quote
111 NW 1=^' Street, Suite 1300, Miami, FL 33128
South Dade Landfill 23707 SW 97 Avenue 12,700
(delivery required 6 days per week, except Sundays I hours of operation 7;00AM to 5:00PM)
5 Dozers
2 Compactors
1 Backhoe
5 Loaders
1 Trackhoe
2 John Deere Tractor
1 Kubotas
1 Water Truck
West Transfer Station 2900 SW 72 Avenue 2,700
(delivery required Mondays, Wednesdays, and Fridays I hours of operation 7:00AM to 5:00PM)
2 Dozers
3 Payloaders
1 Backhoe
Various Sites 500 (as needed)
2 Excavators
5 Front End Loaders
4 Backhoe/Combinations
3.1.2 GROUP B: GASOLINE - RECREATIONAL 90.
Miami-Dade Fire Rescue
Marine Services Bureau consumes an estimated monthly average of 300 gallons. Fuel shall be delivered to:
901 South America Way
Port Miami Terminal H
Miami, FL 33132
Miami-Dade Parks. Recreation, and Open Spaces (PR0S1
PROS consumes an estimated monthly average of 5,000 to 7,000 gallons of fuel monthly at:
....... ..^11 [ n ??
! : ■!. ■ 11CABAGITY:.:
PELICAN HARBOR
MARINA 1276 NE 79 St.7,000 Underground Recreational Gas
3.1.3 GROUP C; Jet-A and Aviation Fuel
Jet-A fuel and Aviation Gasoline - locations and approximate monthly consumption. Pricing is solicited for potential future
needs at the airports listed below.
The following data is the estimated monthly amounts of fuel delivered in the last six months and the addresses. Please note,
the addresses below are for each department and not where fueling takes place.
17
Page 5 of 7 080618 rev 18-2
9/6/2018 9:38 AM p. 9
Miami-Dade County Solicitation ITQ-676-18-B
MIAMI-DADE
Internal Services Department
Strategic Procurement Division
Invitation To Quote
111 NW 1^' Street, Suite 1300, Miami, FL 33128
Miami-Dade Fire Rescue (MDFR)Miami Executive Airport Opa-Locka Airport
Jet-A Fuel 5,000 gallons 4,000 gallons
Miami-Dade Police Department
(MDPD)
Miami Executive Airport Opa Locka Airport
Jet-A Fuel 3,750 gallons 3,750 gallons
Aviation Fuel Less than 1,000 gallons Less than 1,000 gallons
3.1.4 GROUP D:
Fueling services (both gasoline and dyed diesel) for DTPW's Road, Bridge, and Canal equipment at the locations listed
below as well as equipment located at other job sites throughout the County. Typically, fuel is delivered directly to the
equipment (including fuel truck), not a fuel station or fixed location. The consumption amounts listed are monthly
estimates only. Fueling is on an "as needed" basis only.
Locations
9301 NW 58 Street
1 Fuel Truck (gasoline & dyed diesel)
Canal Mobile Sites - see table below
30 Boats (dyed diesel)
Consumption (in Gallons)
2,000 (monthly estimate)
1,000 (monthly estimate)
AVERAGE FUEL PER CREW PER SITE -150 GALS, (monthly estimate)
CAROL CITY - A - NW 42 AVE, & NW179 ST.
CAROL CITY - B - NW 27 CT. & NW 96 ST.
CAROL CITY - B1 - NW 191 ST. & NW 27 CT.
CAROL CITY - A4 - NW 179 ST. & NW 42 AVE.
NW202ST.- NW202ST.&NW76AVE.
PETER'S PIKE - NW 178 ST. & NW 78 AVE.
GOLDEN GLADES - NW77 AVE. & NW 170 ST.
RED ROAD - NW 57 AVE. & NW 186 ST.
OPA-LOCKA - NW 135 ST. & NW 27 Ave.
DRESSELS DAIRY - NW 87 Ave. & NW 41 St.
NORTHLINE - NW 25 ST. & NW 95 AVE.
F.E.C. - NW35St.&NW72Ave.
F.E.C. BARROW PIT - NW 67 AVE. & ROSEDALE DR.
97 AVE. - SW7LANE&SW95PL.
SW MANOR - SW 25 TERR. & SW128 Ct.
SW132 AVE - SW 132 AVE. & SW 8 ST.
BIRD RD. EXT. - SW 142 AVE. & SW 42 ST.18
Page 6 of 7 080618 rev. 18-2
9/6/2018 9:38 AM p. 10
Miami-Dade County Solicitation ITQ-676-18-B
MIAMhl
COUNTY
Internal Services Department
Strategic Procurement Division
Invitation To Quote
111 NW 1®' Street; Suite 1300, Miami, FL 33128
SUNSET PARK - SW 99 AVE. & SNAPPER CREEK DR.
CORAL GABLES - SW 74 RD. & SW 28 ST.
HELFTER HOMES - N - SW 104 AVE. & SW 48 ST.
HELFTER HOMES-0
HELFTER HOMES-P
SW 64 ST. - SW 147 AVE. & SW 64 ST.
LINDGRENRD. - SW96 ST. & SW 137 AVE.
C102-N EXT. - SW 134 AVE. & SW 213 ST.
BELAIRE SPURS - BELVIEW DR. & BONITO RD.
NARANJA - SW 272 ST. & SW 140 AVE.
NORTH CANAL - SW 328 ST. & SW 117 AVE.
FLORIDA CITY - SW 344 ST. & SW 117 AVE.
19
Page 7 of 7 080518 rev. 18-2
9/6/2018 9:38 AM p. 11
Miami-Dade CountySolicitation ITQ-676-18-BMIAHUPrice Submittal FormFuel Types, Grades, and LocationsGROUPAFueling Services for Mobile EquipmentGROUP BRecreational 90GasolineGROUP CMiami Exscudvo AirportGROUP 0Opa-Locka AirportGROUP D PublicWork {FuelTruck and Canal Boats)GasolinoDieselCounty-wtdeAvMionGasAvGaslOOJet FuelTypo AAviation GasAvGaslOOJet FuelTypo AGasoSno (regular)Diesel (dyad)Bidder / Company Name(instrt bdow)Delivery Type*4-4-<4*4'<44'TransportN/AN/AN/AN/AN/AN/ATank Wagon209/6/2018 9 38 AMay. K''■ p. 12
Miami-Dade County Solicitation ITQ-676-18-B
MIAMI-I
COUNTY;
Submlttal Form
Solicitation NO.ITQ-676-18-B Solicitation Title; Aviation, Marine, and Fueling Services for Mobile Equipment
Legal Company Name (include d/b/a if applicable)Federal Tax Identification Number:
If Corporation • Date Incorporated/Organized State Incorporated/Organized:
Company Operating Address:City State Zip Code
Miami-Dade County Address (if applicable);City State Zip Code
Company Contact Person:Email Address:
Phone Number
(include area code):
Company's Internet Web Address:
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.
nH Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement.
I nrAi PRFFFRFfyinP f^FRTlFir.ATinM- For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami-Dade County, a
'local business' is a business located within the limits of Miami-Dade County that has a valid Local Business Tax Receipt issued by Miami-Dade County at
least one year prior to bid submission; has a physical business address located within the limits of Miami-Dade County from which business is performed
and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by
exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time
employee); and contributes to the economic development of the community in a verifiabte 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 Count/s tax base.
ni 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 checkinq the box above) may render the vendor Ineligible for Local Preference
f nr.Ai I Y-HFAnoiiARTFRFn RURihiFfia CFRTiFinATinN- For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of
Miami-Dade County, a 'locally-headquartered business' is a Local Business whose 'principal place of business' is in Miami-Dade County.
Qp/ace a check mark here only if affirming the Bidder meets requirements for the Locaiiy-Headquartered Preference (LHP). Failure to
complete this certification at this time (by checking the box) may render the vendor ineiigibie for the LHP.
The address of the Locaiiy-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 Sen/ices as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes.
D 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 (if AoDlicabie)
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 infomiation contact Small Business Development at (305) 375-3111 or access
http7/www.miamidade.gov/smal[business/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. Finns that graduate from the SBE program during the contract may remain on the contract.
21
9/6/2018 9:38 AM p. 13
Miami-Dade County
Is Bidder'slifm a Miami-Dade County Certified Small Business Enterprise? Yes D n»D
If yes, please provide Certification Number; j
Solicitation ITQ-676-18-B
SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN
PETROLEUM ENERGY SECTOR LIST:
By executing ttiis bid Itirougti a duly auttiorized representative, ttie Bidder certifies ttial ttie Bidder is not on Itie Scrutinized Companies witti Activities in Sudan
List or ttie Scrutinized Companies witti Activities in Itie Iran Petroleum Energy Sector List, as ttiose terms are used and defined in sections 287.135 and
215.473 of ttie Florida Statutes. In ttie event ttiat ttie Bidder is unable to provide sucti certification but still seeks to be considered for award of ttiis solicitation,
ttie Bidder stiali execute ttie bid response package Itirougti a duly auttiorized representative and stiaii also initial ttiis space: | In sucti event, ttie
■Bidder stiali fumisti togettier witti its bid response a duly executed written explanation of Itie facts supporting any exception to Itie requirement for certification
ttial it claims under Section 287.135 of ttie Florida Statutes. Ttie Bidder agrees to cooperate fully witti ttie County in any investigation undertaken by ttie
County to determine wtiettier ttie claimed exception would be applicable. Ttie County stiali tiave the rigtit to terminate any contract resulting from ttiis
solicitation for default 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 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, 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 in public.
By submitting a Bid pursuant to ttiis Solicitation. Bidder agrees that all such materials mav be considerad to be public records. The
Bidder shall not submit any Information in response to this Solicitation which the Bidder considers to be a trade secret, proorietarv or
cnnfidantial.
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.
Acknowledgment of Waiver:
Bidder's Authorized Representative's Signature:Date
Type or Print Name
Tvoe or Print Title
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
Type or Print Natne
Type or Print Titie *
22
9/6/2018 9:38 AM p. 14
Miami-Dade Courtly Solicitation ITQ-676-18-B
MIAMH
Bl
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.
□ NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT
Signature Date
23
9/6/2018 9:38 AM P-15
Miami-Dade County Solicitation ITQ-676-18-B
SUBCONIRACtOR/SUPPLIEK LISIING
(Mami-Dado County Cods SacUont 2-8.1,2-6.8 and 10-34)
Namo ol Bddor/Proposor fEiN No
n aoconOanco wi3i Soctora 781.78Binj1D34aftna Uiatn -DaOo County Codo, ms brm nal bo submtloci as a corxttion o( award by a'l BrddorsTProposors on County contacts lor txjxhaso ot ticplKn. tnalonols or sorvccs.
dudng prolsssional torvcoi wliidi mvolvo oipendtures ol JIOO.OOO or moro, and a) Proposers on County or Pubte Health Trust constnic^ contracts which rnvolvo osponditures ol $100,000 or moro The Biddor/Proposor who is
ntordod thcs contract shall not chango or substituto f.rst tjor subcontractors or droct sistpliers or tho portons of ths contract worit to bo pcrtormod or matenots to bo suopliod Irom Ihoso identil«d. oxcool upon wntton aoprovai ol the
Tounty The BddorfProposor should enter tho word 'NONE* under the appropnato hoadng ol Ihs torm it no subconyactors or suppicrs w:l bo used on the conyact and sign the lorn bekm
In amjiajrim with Odnapco No 11 90. an ently conyaeling wth County shal report the race, gender and etnnc orgn ol the owners and employees ol si trst tar subconyaclora/supplcrs In ITa event that the recaniTcnded
TtBor4^ooosordornonslroyn to tta County oner to award that ttMraoo.(»ridof. and ethnic irdciTnaton a not reasonatdvevaditilo at IhBttma tho ftddnrfftrsxcor shall bo cbiioaiiid to esercaidliocntctloila to obtan that intcnnapon
nd prowtB tho same to the County not later than ten [10) days altar it bocotnos avaitabio and, in any event pnor lolnal paymont under the conlracl
Business
Name end
Addraucf
First TTerOiraet
Supplier
Principel
Owner
iiuppiiei/
Metenali/
ServieMtobe
lYovidadby
Supplier
Phfic^d Ovn«r
(Ent«r Ol* iiiimbv ol mdt ftcnd* o«nm by rteWMifttdfyl
Empldyddld)
(ERtcr ttia nvmbar of maia and fafltala amptoyaaa and tha Rsntbar of
afflptoyaaa by raeaMhflicity)
U F INIlltd Btek Ktytftic kftcnPKHIe
ttlaAdtf
fMV*
Amtnean/
NiVv*
Altiitn
OQm M F Whita Bl«k Kspvte
iswniPdciAc
Isldnddr
fMwa
AcMTicaV
tMiva
Aiaxkv
othi
1 1 1 1 1 i 1 ^1 1 1 1 1 1 1 1 1 i 1 1 ;1 1 1
1 1 1 ^1 ^1 1 1 [1 1 .1 1 1 1 1 .i 1 .t
Businow
Nemo and
Address of
nitltTef
Suboentraotor/
Suboantullont
ftinaipd
Odner
soopeoinortc
to be
Performed by
SuboontroGtorf
Suboonsuitsnt
Omtim
(EnttP th* njmbtr of md* and ^malf owl^«ra by rastftlhrutify)tha anflibar of ma(a tad faoMta aasbtoyaaa mi tha ftanbcr of
amplayaaa by racafafhmctfy)
U F Whild Stack Hiipdnle
tsrwiAteite
lalasdir
Hi9va
Amaricaft/
Nccrva
AlKkan
other M F WhIta Black HIspenie
tfianiPactAe
latMdar
Mwa
AntaricaV
AWcm
0(hi
1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1
i 1 1 i 1 1 1 1 1 i 1 1 1
dwdlogmwtt coebids aip Ai • ccnditicn d( fietl p«ymdn|, Btddar/Piopoiar thtll providd aupcciitroetor Informflicn on th* Svbconlractor Ptymant Rtport Sub IM lonn wbtch ctn bd fdoed d tittpTNnra Rwnidddd govAudidddaAibrdtyflormtfiubPORtrdCtdrd pdyindirtpef
I corttf M tho rsproscnlatons conlwnod in this Subcontaclor/Supptcr hstnj mioltie bast ol my kmilaiSgo Injo ani occurslo
I " r~ I
SiQMturt of
24
9/6/2018 9:38 AtV!p. 16
Miami-Dade County Solicitation tTQ-676-18-B
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 stiall disclose ttie following as a
condition of award for any contract tfiat 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 defaulted; 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.:
Contract Title:
Federal Employer
Identification Number (FEIN):
Printed Name of Affiant Pnnted Title of Affiant Signature of Affiant
Name of Firm
Address of Firm
Notary Public - Stale of
State
Notary Public Informstlon
County of
Date
Zip Code
Subscribed and sworn to (or affirmed) before me this day of,
by He or she is personally known to me
Type of identification produced
20
or has produced identification
Signature of Notary Public Serial Number
Print or Stamp of Notary Public Expiration Date Notary Public Seal
25
9/6/2018 9:38 AfVI p. 17
Miami-Dade County Solicitation ITQ-676-18-B
Question and Answers for Solicitatlon #ITQ-676-18-B - Aviation, Marine, and Fueling
Services for Mobile Equipment
Overall Solicitation Questions
There are no questions associated with this Solicitation.
26
9/6/2018 9:38 AM p. 18
MIAMI-DADE
COUNTY
miamidade.gov
October 1,2018
,OF IHE BOAJ;'.;
2018OCT-8--59
r^
CM
INTERNAL SERVICES DEPARTMENT
STRATEGIC PROCUREMENT DIVISION
111 NW 1ST street • Suite 1300
Miami, Florida 33128-1974
Telephone 305-375-5289
All Responding Bidders (See Distribution List) ^ 1
SUBJECT: CONTRACT NO.: ITQ-676-18-A
TITLE: Gasoline and Diesel. Transport and Tank Wagon
Dear Bidders:
In accordance with Section 1.13 of the above-referenced solicitation's pool, and Section 2-8.4 of the Code
of Miami-Dade County, you are hereby notified that the County Mayor or designee recommends award of
this contract to:
Sunshine Gasoline Distributors: Award of Groups A, B, and C.
Bidders(s) not considered for award are:
Indigo Partners, LLC (higher than lowest)
Mansfield Oil Company of Gainesville, Inc. (higher than lowest)
Pro Energy, LLC (higher than lowest)
Urbieta Oil, Inc. (higher than lowest)
The provision of this notice also serves to confirm the lifting of the Cone of Silence from this procurement
action as dictated by Section 2-11.1(t) of the County Code. The Strategic Procurement Division of the
Internal Services Department appreciates the participation of all bidders who responded to the subject
action.
If you have que^ions, please contact Jesus Lee at 305-375-4264 email: fil@miamidade.aov
Sincer^^'^'
Jesus LeerCPPB
Procurement Contracting Officer 3
Miami Dade County, Florida
Attachment: Tabulation Sheet
Distribution:
Indigo Partners, LLC
Mansfield Oil Company of Gainesville, Inc.
Pro Energy, LLC
Sunshine Gasoline Distributors
Urbieta Oil, Inc.
cc: Clerk of the Board
File
ATTACHMENT B
CONTRACT FOR GASOLINE AND DIESEL, TRANSPORT & TANK WAGON
• CONTRACT PRICING & TALLY SHEET
Thomas F. Pepe-01-11-16 20
Page 6 of 6
rtqhol; rro-grg-is^WTQTIB>;G*Mfrw«ndDla€tlClc«>wCW>; VK/iaVertfled by: JettsLee_INTERNAL SERVICES DEPARTMENTTALLY SHEETfSUMMOfPMM12345Vendor HMaeSumMae OdaoBncDbttOwtorePro Enprgy LieHLwisfiald Oa Compdny ofQalnavIQp Inc.UrblataOninc.Imfipo Eeaigy Partnam, LLC5927858386810234405310913336I1D04416292125538ieS0NW671h Avs.OomLFL 331731033 SIvolput) RoadSunrtM. FL 33328llQS Airport Paftaeoy SWGaSrsyOs, OA308010701 NW 696) Ava Uadtoy.FL 33178222 ICftin StreetGMnsyat.GA 30501(t s b yYeeYmiVMBMilnrKkPar than lowIfidhcr Pan battfiBSsftle(waoonpt noaure i». uq unuMAd. ifi edVi. Idao or SOE end %|NaNoNoNoNoLflcsl PieHrence ngMe |10K|n lecd eiMeeei 2. BuUi^e T«i Rirevt far 1 year, end tAflRnad.PaUAArmed. recraded br OddBNetASrmedMlrmad.PaUNotAarmedfeeby Heedqufed breaianceAffirmedNsl AffirmedNoCAAbnedAMiuadNotAiermedvmorOT f riNwax Ptftte (BMNet AffirmedNetAffirmadNot AftrradNocAffnmdNoNoNoNoNon Bflllibitlin dlWrtuffi Cflffpleti rt'YesBedronb Frxm rtel NottrtzedBedroric Ffitm not NotarizedBedronle Form not NotarizedBacPodic Form not NetarttedOMaled of CofvoraflM SMms ebochtd:AcfveAdtvehflghef than iowrActfvaHoharPianlowYesHdicfMsnlowHUhertfnnlowHliparOanlowWMPttOlOWYes. no IrtdbesYeinetodnoiHohct Pan lewYaa.r»8r«snosKbhcrPMntowGROUPA.GASOUNE•ntAt*W»tr.-n«lCK«*!u«l!»41Pb^mdatKffTW . .MBtM OaOeae per TMtcade M Ml • seMMtfyln^fvrr- n -r-QMeaM-didme.omernEmmedP*.caimMParEdMdedPdce"SJ'"-- - —8.000-80 04500-3225.00-3603000-3150 0030.046903234 50360000030.0030.01960398.002ElO GoMtnoL UU-Grads45.000-SO 08310-33.730.50-3a(*7500•33.375.0030003103139 5030 00000t6M•32.587.50■30.03040•30.08040•S1.38a.W41,386 00317.280•SOJhSTO•33.77256•3020000-$34450.00•3611530•31,996.93-3015000TOTAL PGR nUMSPOfrr TRUCK OtUVBdES^.737.0750•$8,075.000041.614X25042.587X00042.6969000TAIOCWAGOMTOIICKOCUVBWCTMewRo.4QoauttwEsaimtid Gadem per rwf(Bde b Ml a puinfRy)MbnctbiPirGeaoftbbodedPitoenOBCMMNrOaledBiimded FrbeDibnettdFerONtone>bn<bdPM.OaOenbbndadraeaOMeientblFerGafleaRffiwHbdPHcaE10 OasoCrid. Rooulir68.00030.1080038.825.0030.1300038.450.00361376038.944.0030.1000038.500.00$0.1200037.800.00sE10 Gosofefio. Uld-Gmde135.00030.12500316.875.0030.13000317.550.003611700315.795.003610000$13,500.0030.12000318X00.006ElO Gaiobnd. Premium81.78030.12800$8,488.7830.1300038,727.8030.0776034.015.8010.1000038.175.0030.1200036X1600TOTAL TOR TANK WAOON TRUCK OQJVERSS$30.1^7500$32,727.5000$28,754.6000$25,175.0000$36210.0000OMe b cMi a tMMdytOflBirtblPtfOelenCeMvbdPM.ORbmnttiFefOiBea--oebwsMFwOrtenBstMtbdTOMMNiiiaidPerGadenbtandedPibeOMeaBdwdMTOea7ETO Oascend. Raoidor7^.000•30.04000•3300.00000•30.03750•S281.2SO.0030.00710353X50.0030 0000030.0030.01090381.750.00TOTAL FOR TRAtttTORT TRUCK OCUVOCS.$300.00000004281,250X000$53.2560000$00000$81,780X000am NO.etOanlid Cbflooa per^^pMs b Ml a oduatfy)r, - .r,„,OBbuMM NrOeleeMMMPdeaOdban 1 Tim-nOOnMMNr«94MOSMMMFWOlHilHbndedFitee8EiO Ootoftno. fteniar200.000$0.11500323.000.0030 13000328.000.0030.13160326.32600$0.10000320.000.00$0.12000824.000.00TOTAL FON TAMCMAOON TRUCK 0QJVSRC9S23.0OO.O0SO$20,000.0000$26.3360000$20,000.0000$24,000.0000TOTAL:4254iSS8.32S04229,497.5000$106,709X750$42,587.5000$133,303.1000MmtXMMt BiMcr MMr 6AFO.Hffi* Vun towe# Mer OATOHtfwtanLowasI(ton (MMHitfxmnlOTMGROUP B: OlfeSEL ;' 8tftiji|dMOabiiaipai.1h*'enNwatitw:OSMi).'-OBm^Par'Otn*f'fiUbKiiiaiPiribetMMifiiM.'tieedMPikd1ULSD)e«<INo.2(ClaaO470.00040 05000-323 500 00300000030.0030.02220810,434.00oaccooo30,400.00$0X0540siMseoo2ULS DMsd No. 2(Red Dyed)1.800.000$0 02400$43^.00300000030.0030.00730$13,140.00$0.09000338,000.00$0.03130356,340.00TtlTAL POK TIIAN3P0RT TIttICK OEUVSOn$19.7000000$0.0000$23X74X000$45,400.0000$8S.468jOCOO. • RiWrtfttHET-M- , ^tad No.-pasMfldT^'. CMbtt-.'' CMbabtf Pibe;'PWiiiflPiiPk.-7135 : ;. '^tbdeddp^Fipbe •'TnW(j|iirilPa, ■88.00030.13000311.180.0030.13000311,160.00301117039.60620$0.1100039.460.00$0.12000310.320004UlS Dietd No. 2 (Red Dyed)210.00030.12900328.251.0030.13000328.470.0030.11170324,48230$aiiooa324.090.00$0.12000326.280.00S3M31.0000$39,850.0000$34,088.5000$33ASO.OOOO$38,600.0000TRAMSPOOTTOOCKOiaJW^ ''iPnemA^iS :: vV;.. .' Mbpilirt-.pmbMlfedebBibl *'jMbnsibtii^' OitiWinOBiidiOMrW:6**w:'''ITiiindidriae,Dam^lbr-■■■■tjjJibdNi^-DCMaix^ntf5UlS DieaM No. 2 (Oear)15.400.000-saosooo•3770.000 OG30.0000030.0030.003903S8X20XO$0.020003308.000.00$0.015903244.880.00TOTAL TOR TRANSTOin-TTOCX OBJVCBn4770.000.0000$0.0000$58X20,0000$308ACO.OOOOS244.880.0000am Ml• 'oake*' ''gitfjiiihii OiiRirn pk\aefctemSMVff; fitfm /r 1, jhaeOAwdpilftroaliiiiBomMPika'OilRMiXili^oaio^rr-n-j■■ oaw.flliadeitn'iiee»iiiiii'iaiiNt' pi****'':'.■«Md-Wia40.000$0.1200034.800a36130003S.200.0C30.1057G34X26.0fl$0.1100034.400.00$ai2aoo34.eoo.xrULS DteseJ Na 2 (Red Dyed)1.000$0.1220031220C$0.130003130.0C30.1057031017C$0.1100C3110.0C$0.120003120.00TOTAL TOR TANK WAOON TRUCK OeUVERS]$4,922.0000$5,330.000C$4X33.700C$4310.0000$4.92aCOOOTOTAL.$705.^.000t]$44,980.0000$120,498X000$391/460.001X1$354,846.0000HOTOLewwtftdder>«9MroiintoM«t^bNr ihanloMKHCnerlanbaeetHtfarranlo—etGROUP C. DIESELMM CM* ame Htnins aid CenMk OMMwi (PHCO)M»c6ii»<a«Mx»tri»iauwt«i.ai|)l»wdkc<»l*■-TAmUI*A«mTW?KPMfflW«,... . : BiVB*BtHEr43 ■ ' 'bdnabd OMMM perVbar'OMMtblPir• OdMoaomuNNr•mmbdiYbafitaMemtatPiretOan.MbaMMFvCbdeaMMIMFcrOdtoateeodbdMce20.00030.1100(t2j200XH} 31.00QO(> 320.0000() S61117(32X34.01} fo.noool 32X00.6D S0.2500D 35000.00TOTMPGR TAMC WAOON TRUCK OCUVEIQe1 $2^.000<) $20,000X001$2,234,000) $2X00X001$s,ooo.oocTOTAL$2^2x^yjom» $20,OOO.OOOC$2,234.00<K> $2.200.000($5,000.00ofTiB|fl«inlnillemooo>prtc»ir»c«l»»d»gdiic<of«wa«l NOTES^ LoMStabbrefierTbMWertHsher tar) loaattpeSdseOBnin Tie AfldweHofar tan beastPage 1 of 1
11/13/2018 Detail by Entity Name
Divi.sio'i ny Coi'F";: KAi It ii;.-
DlYl^JO.i I of
C OliP OILAI'I Or f £i
ail n/Jicial 'aai'/ of I'lorUla y. i'hsin'
/ Search Records / Detail Bv Document Number /
Detail by Entity Name
Florida Profit Corporation
SUNSHINE GASOLINE DISTRIBUTORS. INC.
Filing Information
Document Number M46712
FEI/EIN Number 59-2785839
Date Filed 02/17/1987
State FL
Status ACTIVE
Principal Address
1650 NW 87 AVENUE
□ORAL, FL 33172
Changed: 03/26/2010
Mailing Address
1650 NW 87 AVENUE
□ORAL, FL 33172
Changed: 03/26/2010
Registered Agent Name » Address
REUS, SANDRA M
1650 NW 87 AVENUE
DORAL, FL 33172
Name Changed: 03/26/2010
Address Changed: 03/19/2009
Officer/Director Detail
Name & Address
Title PRES
ALVAREZ, MAXIMO
1650 NW 87 AVENUE
DORAL. FL 33172
Title SEC
REUS. SANDRA
http;//search.si]nbiz.org/lnquiry/CorporationSearchi/SearchResultDetail?inquirytype=EntityName&directionType=lnitlal&searchNameOrder=SUNSHINE... 1/2
30
11/13/2018 Detail by Entity Name
1650 NW 87 AVENUE
□ORAL, FL 33172
Annual Reports
Report Year Filed Date
2016 04/27/2016
2017 05/09/2017
2018 04/30/2018
Document images
04/30/2018 --ANNUAL REPORT
05/09/2017 - ANNUAL REPORT
04/27/2016 ~ ANNUAL REPORT
05/29/2015 - ANNUAL REPORT
04/10/^914 - ANNt/At, REPORT
04/03/2013 - AMENDED ANNUAL REPORT
03/18/2013 - ANNUAL REPORT
05/08/2012-'/^NNUA^. REPORT
04/30/2011 - /ANNUAL REPORT
03/26/2010 - ANNUAL REPORT
08/13/2009 - ANNOAI, REPORT
05/14/2008 - ANNUAL REPORT
04/18/2007 - ANNUAL REPORT
04/18/2008 - ANNUAL REPORT
04/04/2005 - ANNUAL REPORT
04/08/2004 - ANNUAL REPORT
04/10/2003 - ANNUAL REPORT
04/17/2002 - ANNUAL REPORT
03/22A2001 - /VNNUAL REPORT
06/08/2000 - ANNUAL REPORT
03/09/1999 - ANNUAL REPORT
05/19/1998 - ANNUAL REPORT
03/19/1997-ANNUAL REPORT
04/25/1996 - ANNUAL REPORT
01/17/1995 - ANNUAL REPORT
View Image in PDF formal
View image in PDF format
View image in PDF format
View Image In PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF formal
View image in PDF format
31
http://search.sunbi2,org/lnquiry/CorporationSearch/SearchRe8ultDelail?inqulrytype=EntityName&directionType=lnitial&searchNameOrder=SUNSHINE... 2/2
2018 FLORIDA PROFIT CORPORATION ANNUAL REPORT
DOCUMENT# M46712
Entity Name: SUNSHINE GASOLINE DISTRIBUTORS. INC.
Current Principal Place of Business:
1650 NW 87 AVENUE
DORAL, FL 33172
FILED
Apr 30, 2018
Secretary of State
CC3534304473
Current Mailing Address:
1650 NW 87 AVENUE
DORAL. FL 33172 US
FEI Number: 59-2785839
Name and Address of Current Registered Agent:
REUS. SANDRA M
1650 NW 87 AVENUE
DORAL. FL 33172 US
Certificate of Status Desired: Yes
Tho above nemod entity submits this statement for ttw purpose of changing its registered office or registered agent, or both, in the State of Flonda.
SIGNATURE:
Electronic Signature of Registered Agent Date
Officer/Director Detail :
Title PRES Title
Name ALVAREZ. MAXIMO Name
Address 1650 NW 87 AVENUE Address
City-State-Zip; DORAL FL 33172 City-State-Zip:
SEC
REUS, SANDRA
1650 NW 87 AVENUE
DORAL FL 33172
I horoby certify that the Information Indicated an Ibis report or supplemental report Is true and accurate and that my electronic signature shell have tho same legal affect as if made under
oath: that I am an officor or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears
above, or on an attachment with all other like empowered.
SIGNATURE: MAXIMO ALVAREZ PRES 04/30/2018
Electronic Signature of Signing Officer/Director Detail Date
32
CONTRACT FOR GASOLINE AND DIESEL, TRANSPORT & TANK WAGON
THIS AGREEMENT made and entered into this day of 2018 by and
between the City of South Miami, a Florida municipal Corporation by and through its City
Manager (hereinafter referred to as "City") and Sunshine Gasoline Distributors. Inc..
(hereinafter referred to as "Contractor").
WITNESSETH:
WHEREAS, the Miami-Dade County solicited bids pursuant to ITO No. 676-18-A. for
GASOLINE AND DIESEL, TRANSPORT & TANK WAGON; and
WHEREAS, the Miami-Dade County, after completing a competitive bidding
process, awarded a contract to Contractor, and
WHEREAS, the City of South Miami desires to utilize the Miami-Dade County
Contract with Contractor; and
WHEREAS, the City is authorized, pursuant to the City of South Miami's Charter,
to piggyback off of contracts, such as the contract in question between Miami-Dade
County and Contractor, that were entered into in accordance with a solicitation process that
is at least as vigorous as that of the City of South Miami; and
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 provisions as set
forth in the contract between Miami-Dade Countv and Contractor pursuant to ITO No.
676-18-A. as modified by this Agreement.
2. The City has reviewed the contract between Miami-Dade Countv and
Contractor and agrees to the provisions of that contract which shall 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, the response to the solicitation, and the
Agreement/Contract and/or the Award, pertinent copies of which are attached hereto as
Attachment A and made a part hereof by reference.
3. All references in the contract between Miami-Dade Countv 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 Countv. as set forth in the
contract between Miami-Dade Countv and the Contractor, shall all be made by the City
Manager for the City of South Miami. Notwithstanding anything contained in the Miami-
Dade Countv ITO No. 676-18-A and/or the contract between Miami-Dade Countv and the
Contractor to the contrary, this Agreement shall be governed by the laws of the State of
Florida and venue for all dispute resolutions or litigation shall be in Miami-Dade County,
Florida.
4. Term. The term of the contract shall expire on September 30, 2019.
Thomas F, Pepe-01-11-16
Page I of 6
5. Scope of Goods and Services. The scope ofgoods and/or services (which
may hereinafter be referred to as the *'Work**) are set forth in the attached Attachment A and
any attachments thereto and the City*s purchase order, the latter of which shall take
precedence. The Contractor has agreed to deliver the goods, if any, and perform the
services, if any, in a workman like manner and in accordance with all state, county and City
laws, at the locations, if any, designated by the City. All of the goods and/or services
reflected in Attachment A shall, unless otherwise stated in the Attachment A or B, be
delivered and/or commenced within N/A days from the date of the execution of this
Agreement. The Contractor shall obtain and pay for all pomits required for the services
rendered, if any, with the exception of permits fees charged by the City, said fees shall be
waived.
6. Contract Price. The contract price for the good and/or services is set forth in
the attached Attachment B. If not otherwise set forth in the contract between Miami-nfliig
Conntv and the Contractor, the Contractor shall be paid upon delivery of all the goods, if
any, the completion of all the services, if any, and after final inspection and approval, by die
City, that approves of the goods delivered, if any, and the services performed, if any.
7. Precedence. The term, provisions and conditions ofthis Agreement shall
take precedence over the terms of the contract between Contractor and Mifltni-naHA
Conntv.
8. Grant Ponding: This proiect is being funded bv "N/A** and Contractor
agrees to comply with all the requirements of that Grant, applicable to the delivery of the
goods and/or 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 as much of die contract price that is available pursuant to the terms of die
grant. A copy of the grant, if any, is attached hereto and made a part hereof by reference.
9. Public Records: CONTRACTOR and all of its subcontractors are required to
comply with the public records law (s.l 19.0701) while providing goods and/or services on behalf
of the CITY and the CONTRACTOR, under such conditions, shall incoiporate 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
confidentiri and exempt fiom public records disclosure requirements are not disclosed except as
authorized by law for Ae duration of the contract term and following completion of the contract if
the contractor does not transfer die records to the public agency; and (d) Upon completion of the
contract, transfer, at no cost, to the public agency ril public records in possession of ^e contractor
or keep and maintain public records required by the public agency to perform the service. If the
contractor transfers all public records to the public agency upon completion of the contract, the
contractor shall destroy any duplicate public records that are exenqit or confidential and exempt
from public records disclosure requirements. If the contractor keeps and maintains public record
upon completion of the contract, the contractor shall meet all applicable requirements for retaining
public records. All records stored electronically must be provided to the public agency, upon
Thomas F. Pepe - 01-11-16
Page 2 of 6
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 THE CONTRACTOR HAS
QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119,
FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE
PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE
CUSTODIAN OF PUBLIC RECORDS AT 305-663-6340; E-maU:
mmenendez@southmiainifl.goy; 6130 Sunset Drive, South Miami, FL J3143.
10. 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.
It. Validity of Executed Copies: This Agreement may be executed in several
counterparts, each of which may be construed as an original.
12. Notice: All notices to the City shall be sent to: City Manager, 6130 Sunset
Drive, South Miami, Florida 33143.
13. 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.
14. Indemnification: Notwithstanding anything contained in the contract
between Contractor and Miami-Dade County to the contrary, the City does not waive its
sovereign immunity granted by Florida Statutes, Section 768.28, and the City's tort liability
shall be limited to the waiver of sovereign immunity provided for in Section 768.28.
15. Severability: If any term or provision of this Agreement or the application
thereof to any person or circumstance shall, to any extent, be invalid or unenforceable, the
remainder of this Agreement, or the application of such term or provision to persons or
circumstances other than those to which it is held invalid or unenforceable, shall not be
affected thereby and each term and provision of this Agreement shall be valid and
enforceable to the fullest extent permitted by law.
IN WITNESS WHEREOF, and as the duly authorized act of the parties, the undersigned
representatives of the parties hereto have caused this instrument to be signed in their respective
names by their proper officials on or before the day and year first above written.
Sunshine Gasoline Distributors, Inc:
By:.
SctnJrvi Pr^sicient •
Thomas F. Pepe-01-11-16
Page 3 of 6
(type name and title of signatory above)
ATTEST:
By:
CITY MIAMI
Nken^ A. I^ayne, CMC
City Clerlr
Alexander
)ity Manager
Read and Approved as to Form,
Language, Legality and Execution
Thereof.
Thomas F. Pepe
City Attorney
Thomas P. Pepe-01-11-16
Page 4 of 6
ATTACHMENT A
CONTRACT FOR GASOLINE AND DIESEL, TRANSPORT & TANK WAGON
MIAMI-DADE COUNTY
ITQ No. 676-18-A
Notice of Award
Thomas F. Pepe-01-11-16
Page 5 of 6
Miami-Dade County Solicitation ITQ-676-18-B
Solicitation iTQ-676-18-B
Aviation, Marine, and Fueiing Services for Mobile
Equipment
Soiicitation Designation: Private
MIAMI-DADE
Miami-Dade County
9/6/2018 9:38 AM p. 1
Miami-Dade County Solicitation ITQ-676-18-B
Solicitation iTQ-676-18-B
Aviation, Marine, and Fueiing Services for Mobiie Equipment
Solicitation Number ITQ-676-18-B
Solicitation Title Aviation. Marine, and Fueling Services for Mobile Equipment
Solicitation Start Date Sep 6, 2018 11:37:11 AM EOT
Solicitation End Date Sep 21. 2018 6:00:00 PM EDT
Question & Answer
End Date
Sep 12. 2018 6:00:00 PM EDT
Solicitation Contact Jesus Lee
305-375-4264
fjl@miamidade.gov
Contract Duration See Bid Documents
Contract Renewal See Bid Documents
Prices Good for See Bid Documents
Solicitation Comments Submit your price(s) using the electronic Price Submittal Form only. The purpose of this Invitation to Quote
(ITQ) is to obtain prices for delivery of fuel as specified herein.
item Response Form
Item ITQ-676-18-B-01-01 - Aviation. Marine, and Fueling Services for Mobiie Equipment
Quantity 1 galion
Prices are not requested for this item.
Delivery Location MlanNphBdle County
No Location Specified
Qty 1
Description
See Section 2, Paragraph 2.4 of the ITQ for pricing information. Submit your price(s) using the electronic Price Submittal Form only.
9/6/2018 9:38 AM p. 2
Miami-Dade County Solicitation ITQ-676-18-B
BID NO.: ITQ-676-18-B
Aviation, Marine, and Fueling Services for Mobile
Equipment
Sep21,2018
MIAMI'
MIAMI-DADE COUNTY, FLORIDA
INVITATION
TO BID
TITLE:
Aviation, Marine, and Fueling Services for Mobile Equipment
FOR INFORMATION CONTACT:
Jesus Lee, 305-375-4284, qi@mlamldade.gov
IMPORTANT NOTICE TO BIDDERS/PROPOSERS:
• READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND
CONDITIONS (SECTION 1). AND SUBMIT ALL QUESTIONS/CLARIFICATION IN
ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL
TERMS AND CONDITIONS.
• THE SOLICITATION SUBMIHAL FORM CONTAINS IMPORTANT INFORMATION THAT
REQUIRES REVIEW AND COMPLETION BY ALL BIDDERS/PROPOSERS RESPONDING TO
THIS SOLICITATION.
• FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL
RENDER BIDDER'S/PROPOSER'S BID/PROPOSAL NON-RESPONSIVE.
9/6/2018 9:38 AM p. 3
Miami-Dade County Solicitation ITQ-676-18-B
MIAMTOApg
BBBBI
SECTION 1
GENERAL TERMS AND GGNDITIGNS:
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, Strategic
Procurement Division's webpage by clicking on the below link;
httD://www.miamidade.gov/Drocurement/llbrarv/boilen3late/general-tenns-and-conditions-rl8-2.pdf
NGTICE TG ALL BIDDERS/PRGPGSERS:
Electronic bids are to be submitted through a secure mailbox at BidSync fwww.bidsvnc.comf 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. Bectronic 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 concerning the scope of services/technical specifications please, utilize the question/answer feature provided by BidSync at
www.bidsvnc.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 all proposal documents. Bidders/Proposers should not wait until the last minute to
submit their bid/proposaL The deadline for submitting information and documents wiH 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 submission will be considered late and will not be accepted.
PLEASE NOTE THE FOLLOWING:
No part of Bidder's/Proposer's bid/proposal can be submitted via HARDCGPY, EMAIL, or FAX. No variation in price or conditions shall be permitted
based upon a daim of ignorance. Submission of a bid/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 bid/proposal must be submitted in accordance with all
specifications contained in the solicitation electronically.
9/6/2018 9:38 AM p. 4
Miami-Dade County Solicitation ITQ-676-18-B
Internal Services Department
MIAMI-DADi I Strategic Procurement Division
Invitation To Quote
111 NW 1^ Street, Suite 1300, Miami, FL 33128
COUNTY
INVITATION TO QUOTE (ITQ) NO.: ITQ-676-18-B
ISSUING DEPARTMENT/DIVISION: Internal Services I Strategic Procurement Division
ITQ TITLE: Aviation, Marine, and Mobile Fueling Services
CONTACT PERSON: Jesus Lee
CONTACT PHONE/ EMAIL: 305-375-42641 f@miamidade.gov
SECTION 2 - SPECIAL TERMS AND CONDITIONS
2.1 PURPOSE
The purpose of this Invitation to Quote (ITQ) is to secure sealed quotes for delivery of un-branded fuel as specified herein for a
one-year period.
In accordance with the terms and conditions of RTQ-00676, Gasoline and Diesel, pre-qualification Pool (Pool), Miami-Dade
County (County) is hereby soliciting price quotes for transport and/or tank wagon deliveries of bulk gasoline and diesel fuels. By
submitting, signing, and uploading a price in response to this Invitation to Quote (ITQ), the pre-qualified Bidder agrees to the
terms and conditions of RTQ-000676, Gasoline and Diesel Pre-Qualification Pool, and to the addition and changes to such
terms and conditions provided herein. The terms and conditions of pool number RTQ-00676 are available via the link below.
httDs://www.miamidade.QOv/DPM\ww/ProcurementNAS/Ddf files/RTQ00676/Packet for Solicitation RTQ-
00676. w Add l.Ddf
2.2 METHOD OF AWARD
Award of this ITQ will be made to the lowest priced responsive, responsible Bidder by Group as indicated below:
Group A: Mobile Fueling Services by line item (Gasoline or Dyed Diesel and Transport or Tank Wagon).
Group B: Marine Gasoline - Recreational 90 by line item (Transport or Tank Wagon).
Group C: Aviation Gasoline and Jet-A fuel by line item at the following Ixations:
1) Miami Executive Airport (formally Tamiami-Kendall): by fuel type (Tank Wagon)
2) Opa-Locka Airport: by fuel type (Tank Wagon)
Group D: Fueling services by line item (gasoline [regular grade] and dyed diesel) for DTPW Road, Bridge and Canal
equipment as described herein.
The County may award a contract to the next lowest priced responsive, responsible Bidder per Group in the event the lowest
awarded Bidder, or its product is found to not meet the terms, conditions, or specifications of the contract or this ITQ, or if at the
time of need the lowest priced Bidder's goods or services are not available to the ordering department.
2.3 CONTRACT TERM
One (1) year period. Delivery is required starting November 1,2018, through October 31,2019.
Page 1 of 7
0080618 rev. 18-2
9/6/2018 9:38 AM p. 5
Miami-Dade County Solicitation ITQ-676-18-B
Internal Services Department
MIAMi-DADi I Strategic Procurement Division
Invitation To Quote
111 NW 1'^ Street, Suite 1300, Miami, FL 33128
COUNTY
2.4 PRICING:
Bidders shall insert their bid price as a Price Differential in accordance with Section 2, Paragraphs 2.5 or 2.6 of the pool, for
each line item offered in the Price Submittal Form. Do not insert wording or conditions in the Price Submittal Form. Unit price
shall prevail. Prices shall be fixed and firm for the term of the contract and any extension periods, unless modified by mutual
agreement via an executed Supplemental Agreement.
Differential
A) Gasoline and Diesel: Firm and Fixed Service Adder (Differential) pursuant to Section 2, Paragraph 2.5 of the pool.
B) Aviation and Jet-A Fuel: Firm and Fixed Service Adder (Differential) to Section 2, Paragraph 2.6 of the pool.
2.5 TAXES
Section 2, Paragraph 2.7 of the pool.
2.6 All quantities are estimates for informational purpose only and not a guarantee.
2.7 The County may, at its sole discretion, extend the prices and delivery date for up to one hundred, twenty (120) days after
expiration of the term of this ITQ where the County determines that it is in its best interest.
2.8 The pool, this ITQ, any addenda, and/or properly executed modifications, the purchase order (if issued), and a change order (if
applicable), constitute the entire contract.
2.9 The order of precedence for this ITQ shall be: The ITQ, any addenda, and/or properly executed modifications, the purchase
order (if issued), and a change order (if applicable), constitute the entire contract.
2.10 All products specified herein shall be fully guaranteed by the awarded Bidder. The awarded Bidder, at no cost to the County,
shall correct any product defects and repair any damages facility, equipment, or vehicles which may occur as the result of faulty
products such as, but not limited to, fuel contamination. The County does not waive the implied warranties granted under the
Uniform Commercial Code or other standards as applicable.
2.11 All products shall be new and unused.
2.12 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 timeframe established by the County.
2.13 The Intemal Services Department (ISD) Director, or designee, shall issue an award under this solicitation. The awarded
Bidder(s) shall honor no request for performance until ISD has made an award.
2.14 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 will not reimburse them separately.
2.15 All pnces shall be quoted F.O.B. destination.
2.16 The County may reject any or all quotations, or any portion of a quotation, as it deems, in the best interest of the County.
2.17 Any bidder may protest any recommendation for contract award in accordance virith the applicable provisions of the Miami-Dade
County Code.
2.18 If there are discrepancies between copies of fuel tickets and the truck sheet, the copy of fuel ticket signed by the authorized
County personnel who received the fuel will control.
2.19 Fuel Reporting (All Groups):
All awarded Bidder(s) shall complete and submit to the County a Fuel Delivery Report on a monthly basis, no later than the 15th
day of the following month. Once the initial format of the report is approved by the County, the awarded Bidder(s) shall not
change the report format in any way. The County reserves the right to make changes to the report and to personnel receiving
the reports.
Page 2 of 7 080618 rev. 18-2
9/6/2018 9:38 AM p. 6
Miami-Dade County Solicitation ITQ-676-18-B
Internal Services Department
MIAMI-DADeB Strategic Procurement Division
Invitation To Quote
111 NW Street, Suite 1300, Miami, FL 33128
The awarded Bidder's completed Fuel Delivery Report shall be submitted via email to;
Jesus Lee, Intemal Services Department (FJL@miamidade.aovL
Susannah Troner, Regulatory and Economic Resources Department, (trDnes@miamidade.aov)
Michele Markovitz, Regulatory and Economic Resources Department (Michele.Markovits@miamidade.aov)
2.20 CONTRACTOR LIABILITY
The awarded Bidder shall be solely responsible for all damage to property, including but not limited to all fuel station facilities,
vehicles and equipment of Miami-Dade County or any municipality or agency occurring as a result of or in connection with the
fumishing and delivering of fuel product(s) and services hereunder on account of any neglect, fault, or default of the awarded
Bidder, if s suppliers or its subcontractors. The awarded Bidder shall upon demand promptly reimburse Miami-Dade County for
any payments made by the County on account thereof.
2.21 INSURANCE
Section 2, Paragraph 2.9 of the pool.
Additional Requirements for Group 4.
2.22 Requirements for awarded Bidder at Opa-Locka Executive Airport. Upon receipt of a phone call or upon being contacted via
radio, the awarded Bidder must arrive at Station 25 within no more than 10 minutes to be available to begin fueling the helicopter.
2.23 The invoicing week will begin on Tuesday at 00(X) hours and end on Monday at 2359 hours.
2.24 The maintenance and testing of aircraft fueling systems shall be conducted under controlled conditions, in strict compliance with
NFPA 407, the Miami-Dade County Municipal Code, Chapter 25 - AVIATION DEPARTMENT RULES AND REGULATIONS,
any other applicable standards, or subsequent replacement publications.
Page 3 of 7 080618 rev. 18-2
9/6/2018 9:38 AM p. 7
Miami-Dade County Solicitation ITQ-676-18-B
Internal Services Department
MIAMI-DADE I Strategic Procurement Division
Invitation To Quote
111 NW 1" Street, Suite 1300, Miami, FL 33128
COUNTY
SECTION 3- SCOPE OF WORK/TECHNICAL SPECIFICATIONS
3.1 DESCRIPTION OF WORK
3.1.1 GROUP A: LOCATIONS, EQUIPMENT AND ESTIMATED CONSUMPTION INFORMATION
Fueling services (both gasoline and dyed diesel) for Mobile Equipment is primarily, but not limited to, the Department of
Solid Waste Management (DSWM) and the Department of Transportation and Public Works (DTPW), used to fuel
equipment at landfill and transfer station at the locations listed below, as well as equipment located at other job sites.
Typically, fuel is delivered directly to the equipment and portable tank(s) below, not a fuel station or fixed Ixation. The
consumption amounts listed are monthlv estimates onlv. Other departments may access this group's pricing for other
similar Mobile Equipment fueling service needs throughout the geographical area of Miami-Dade County, and on a few
occasions, may be nearby areas outside of Miami-Dade County.
Location Estimated Consumption (Gallon/Month)
North East Transfer Station 18701 NE 6 Avenue 1,500
(delivery required Mondays, Wednesdays, and Fridays / hours of operation 7:00AM to 5:00PM)
2 Dozers
3 Payloaders
1 Backhoe
Resource Recovery Landfill 6990 NW 97th Avenue 2,000
(delivery required Tuesday and Fridays I hours of operation 7:00AM to 5:00PM)
2 Dozers
1 Backhoe
1 Roller
1 John Deere Tractor
2 Kabotas
1 Pump
1 Slope Mower
1 Bobcat
Central Transfer Station 1150 NW 20 Street 1,300
(delivery required Mondays, Wednesdays, and Fridays I hours of operation 7:00AM to 5:00PM)
2 Payloaders
1 Frontend loader
1 Backhoe
North Dade Landfill 21500 NW 47 Avenue 5,000
(delivery required 6 days per week, except Sundays I hours of operation 7:00AM to 5:00PM)
2 Dozers
2 Compactors
1 Backhoe
2 Loaders
2 Kubotas
2 Pump
1 Trackhoe
1 John Deere Tractor
1 Water Truck
Page 4 of 7 080618 rev. 18-2
9/6/2018 9:38 AM p. 8
Miami-Dade County Solicitation ITQ-676-18-B
MIAMKDADE
COUNTY
Internal Services Department
Strategic Procurement Division
Invitation To Quote
111 NW V Street, Suite 1300, Miami, FL 33128
South Dade Landfill 23707 SW 97 Avenue 12,700
(delivery required 6 days per week, except Sundays I hours of operation 7:00AM to 5:00PM)
5 Dozers
2 Compactors
1 Backhoe
5 Loaders
1 Trackhoe
2 John Deere Tractor
1 Kubotas
1 Water Truck
West T ransfer Station 2900 SW 72 Avenue 2,700
(delivery required Mondays, Wednesdays, and Fridays / hours of operation 7:00AM to 5:00PM)
2 Dozers
3 Payloaders
1 Backhoe
Various Sites 500 (as needed)
2 Excavators
5 Front End Loaders
4 Backhoe/Combinations
3.1.2 GROUP B: GASOLINE - RECREATIONAL 90.
Miami-Dade Fire Rescue
Marine Services Bureau consumes an estimated monthly average of 300 gallons. Fuel shall be delivered to:
901 South America Way
Port Miami Terminal H
Miami, FL33132
Miami-Dade Parks. Recreation, and Ooen Spaces (PROS)
PROS consumes an estimated monthly average of 5,000 to 7,000 gallons of fuel monthly at:
PELICAN HARBOR
MARINA 1276 NE 79 St.7,000 Underground Recreational Gas
3.1.3 GROUP C: Jet-A and Aviation Fuel
Jet-A fuel and Aviation Gasoline - locations and approximate monthly consumption. Pricing is solicited for potential future
needs at the airports listed below.
The following data is the estimated monthlv amounts of fuel delivered in the last six months and the addresses. Please note,
the addresses below are for each department and not where fueling takes place.
Page 5 of 7 080618 rev. 18-2
9/6/2018 9:38 AM p. 9
Miami-Dade County Solicitation ITQ-676-18-B
MIAMhDADE
COUNTY
Internal Services Department
Strategic Procurement Division
invitation To Quote
111 NW 1^ Street, Suite 1300, Miami, FL 33128
Miami-Dade Fire Rescue (MDFR)Miami Executive Airport Opa-Locka Airport
Jet-A Fuel 5,000 gallons 4,000 gallons
Miami-Dade Police Department
(MDPD)
Miami Executive Airport Opa Locka Airport
Jet-A Fuel 3,750 gallons 3,750 gallons
Aviation Fuel Less than 1,000 gallons Less than 1,000 gallons
3.1.4 GROUP D:
Fueling services (both gasoline and dyed diesel) for DTPW's Road, Bridge, and Canal equipment at the locations listed
below as well as equipment located at other job sites throughout the County. Typically, fuel is delivered directly to the
equipment (including fuel truck), not a fuel station or fixed location. The consumption amounts listed are monthly
estimates only. Fueling is on an "as needed" basis only.
Locations
9301 NW 58 Street
1 Fuel Truck (gasoline & dyed diesel)
Canal Mobile Sites - see table below
30 Boats (dyed diesel)
Consumotion fin Gallons)
2,000 (monthly estimate)
1,000 (monthly estimate)
AVERAGE FUEL PER CREW PER SITE -150 GALS, (monthly estimate
CAROL CITY - A - NW 42 AVE, & NW 179 ST.
CAROL CITY - B - NW 27 CT. & NW 96 ST.
CAROL CITY - B1 - NW 191 ST. & NW 27 CT.
CAROL CITY - A4 - NW 179 ST. & NW 42 AVE.
NW202ST.- NW202ST.&NW76AVE.
PETER'S PIKE - NW 178 ST. & NW 78 AVE.
GOLDEN GLADES - NW77AVE.&NW170ST.
RED ROAD - NW 57 AVE. & NW 186 ST.
OPA-LOCKA - NW 135 ST. & NW 27 Ave.
DRESSELS DAIRY - NW 87 Ave. & NW 41 St.
NORTHLINE - NW 25 ST. & NW 95 AVE.
F.E.C. - NW35St.&NW72Ave.
F.E.C. BARROW PIT - NW 67 AVE. & ROSEDALE DR.
97 AVE. - SW7LANE&SW95PL.
SW MANOR - SW 25 TERR. & SW128 Ct.
SW132 AVE - SW 132 AVE. & SW 8 ST.
BIRD RD. EXT. - SW 142 AVE. & SW 42 ST.
Page 6 of 7 080618 rev. 18-2
9/6/2018 9:38 AM p. 10
Miami-Dade County Solicitation ITQ-676-18-B
MIAMI-DADE
COUNTY
Internal Services Department
Strategic Procurement Division
Invitation To Quote
111 NW 1^' Street, Suite 1300, Miami, FL 33128
SUNSET PARK - SW 99 AVE. & SNAPPER CREEK DR.
CORAL GABLES - SW 74 RD. & SW 28 ST.
HELFTER HOMES - N - SW 104 AVE. & SW 48 ST.
HELFTER HOMES-0
HELFTER HOMES-P
SW 64 ST. - SW 147 AVE. & SW 64 ST.
LINDGRENRD. - SW96 ST. & SW 137 AVE.
C102-N EXT. - SW 134 AVE. & SW 213 ST.
BELAIRE SPURS - BELVIEW DR. & BONITO RD.
NARANJA - SW 272 ST. & SW 140 AVE.
NORTH CANAL - SW 328 ST. & SW 117 AVE.
FLORIDA CITY - SW 344 ST. & SW 117 AVE.
Page 7 of 7 080618 rev. 18-2
9/6/2018 9:38 AM p. 11
Miami-Dade CountySolicitation ITQ-676-18-BMIAMUPrice Submittal FormFuel Types, Grades, and LocationsGROUPAFueling Services for Mobile EquipmentGROUPSRecreational 80GasolineGROUP CMiami Executive AirportGROUPCOpa-LocKa AirportGROUP 0 PublicWork (FuelTruck and Canal Boats)GasolineDieselCounty-wideAviation GasAvGaslOOJet FuelType AAviation GasAvGaslOOJet FuelTVpeAGasoline (regular)Diesel (dyed)Bidder / Company Name(nteitbdow)Delivery Type******TransportN/AmN/AN/AN/AN/A9/6/2018 9:38 AMFormatted By: Kikip. 12
Miami-Dade County Solicitation ITQ-676-18-B
MIAMI-I
COUNTY
Submittal Form
Solicitation No.lTQ-676-ISB SoEcitatiofl Title: Aviation, flaiine, and Fueling Sefvlces for Mobile Equipment
Legal Company Name tindude d/b/a if applicabie):Federal Tax identification Numlien
If Corporation • Date Incorporated/Organized;State Incorporated/Organized:
Company Operating Address:City State Zip Code
MamHIade County Address fif applicable):City Zip Code
Company Contact Person:Email Address:
Phone Number
(indude area code):
Company's Internet Web Address:
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.
Q Place a check mark here only if the Bidder has such conviction to disdose to comply with this requirement
I OTA I PRFFFRFNnp r.FwnFir.AnnN- For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami-Dade County, a
'local business' is a business located within the limits of Miami-Dade County that has a vaiid Local Business Tax Receipt issued by Miami-Dade County at
least one year prior to bid submission; has a physical business address located within the limits of Miami-Dade County from which business is performed
and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by
exceplion, if the business is a certified Small Business Enterpr^, the local business location must have served as the place of employment for one full time
employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the
retention and expansion of employment opportunities and the support and increase to the County's tax base.
O Place a check mark here only if affinning 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 ineiigibie for Local Preference
/ nr.Ai I Y.HFAnniiARTFffpn RimihiFSS rFRTiFinATtnu- For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of
Miami-Dade County, a 'locally-headquartered business* is a Local Business whose 'principal place of business' is in Miami-Dade County,
n Place a check mark hers only if affirming the Bidder me^ requirements for the Locally-Headquartered Prefer&tce (LHP). Failure to
compile this certification at Utis time (by checking the box) may render the vendor Ineligible for the LHP.
The address of the Loc^ly-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 Cede 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 flf Aoollcable)
A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/pr services the Bidder provides in accordance
with the applicabie Commodity Code(s) for this Solicitation. For certification informab'on contact Small Business Development at (305) 375-3111 or access
http://www.miamidade.gov/smaIlbusiness/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. Finns that graduate from the SBE program during the contract may remain on the contracL
9/6/2018 9:38 AM p. 13
Miami-Dade County
Is Bidder'sfirm a Miami-Dade County Certified Small Business Enterprise? Yes O No D
if yes, please provide Certificafion Numl)er |
Solicitation ITQ-676-18-B
SCRUTINIZED COMPANIES WrmACTMTIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES VmH ACTIVITIBS IN THE IRAN
PETROLEUM ENERGY SECTOR UST:
By executing ttiis bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scnitinized 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 Rorida 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: | 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 of the Rorida 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 deteult if the Bidder is found to have submitted a bise 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 LisL
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 SOUCITATION 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 Rorida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid wSI be
avaSable for public inspection after opening of bids and may be considered by the County in public.
By 8ubmittin9 a Bid pursuant to this Solicitation. Bidder agreas that all such matarialg may ba considerad to ha puhlie racords. The
Bidder shall not submit anv Information in response to this Solicitation which the Bidder conaldera to be a trade secret, proprietary or
In the event that the Bid contains a daim that all or a portion of the Bid submitted contains confidential, proprietary or trade secret information, the Bidder, t^
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 infomiation to the public for any reason.
Acknowledgment of Waiven
Bidder's Authorized Representative's Signature:Date
Type or Print Name
Type or PrintTitle*
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
1
Type or Print Name
i
Type or Print Titie*
1
1
9/6/2018 9:38 AM p. 14
Miami-Dade County Solicitation ITQ-676-18-B
FAIR SUBCONTRACTING PRACTICES
In compliance with Miami-Dade County Code Section 2-8.8, the Bidder/Proposer shali submit with the proposai a detaiied
statement of its poiicies and procedures (use separate sheet if necessary) for awarding subcontractors.
□ NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT
Signature Date
9/6/2018 9:38 AM p. 15
Mjami-Dade County Solicitation ITQ-676-18-B
SUBCONTRACTOfVSUPPUBt USTING
(Manl-Oads County Cod« Sactions M.1, MB and 10-34)
Name of Bidder Aopoaer FBNNo.
ndpni»ttli»titnelBtiaCoirtrne)lalafttBnlanll01da»»«a8fa6eccnien»»tablB«nd.inany«yonl.priortBtitBlp8»iiwnlur«tolweottraa.
{Pt
amj(UjneewaiSacgora2-ai.2-a8and10.34olinalyaami-Dad»Coa«yCodB,tiatinnn»all)em>inaBdpacanittendaiwrtbyaaBkM3B<Rrcoc8ef»anC(xrty(»iWcaiypudiai8ola^^
xljdiqprahiiianiictnicaid^lnvaNasipendarad $100,000 w man, and dftspeten on County or njttcHMlliTiudcaRitucaanca(*acls«tiichinMN«exp<ndHuns of $100,000 crnnore. ThoBidderinopasarwhoB
NBRtad tha oonnct tiad not chsng) (T a^itua tnt tier niioonTiElDn or (Iroci SCTSm w Iho portions d llB conoaet work to bo perfonnad or nBtedab to bo afpied (ram those idenliliad exBopI wiitton appcoval of
:oiii:r. IhaBddafnoposerdMiidonlvIhaHord'NONE'uidsrtiavpropifiahttdngolliaiannVnoBteonractartoriuppietsiirlbeuMdonlhaconaaclandsigntietornibokM.
kiacoocdanooodhORinanoaM). 11-90, on (nUyconftcttageilhlho County itui report Cwm.gnidgmdojhnieorigh of the oomorectdeniptayooi of tl tret tor ajbcanractarafsuppion. In tia event hoi Ihocaceniroendad
MtelRooo3erdBiMn»o1ntohoOoun(yDriorbBiiylhalf»raoftQondg.andeeeiic»'ftniwionanotiBB»nBWvawMdonlllBlthaLhoBMtelRopoMreh3abeette1odtoe»ereBa<fi<iaite<lort»toobtenlliiilii<uiiii3un
nyifiiMf
oaoodupgcetnlhtofcimilladdllonttcpBooloneodod.)
(BB* Sm tnher el oak ad I
Dklii»wW
^Btv dM noMf of Bito flmlt Hi^loyMiBudnm
NsMBd
AddNttef
FMTWOtael
ftBOlVw
Mio^SmIoMtobd
ftovldKlby
II
Nan* aid
Attend
Rntlla
OUbounlmtnrf
SuboeiwdUnt
Moelpd
SeopeofVybrit'
to be
Pafomedby
St^oofttuttatt
(&Sw tilt Mflsbif of ml( Md fMMtt owMft by nttMfcfiictiy)
nuifh htf tf ftct. atndtr and tthnkthr toiofiii tftrin to ncl ttrtlhhit tad irll bt arotrldad tt a lala# dtlt. Thit tittt (My bt Mbmltttd to contracting tftptftatnl Of on*tlMt8 ttetitiMfl BcbhMM of CtetatOTMl 8wlctii DiystoNBt a
tifMloyMBbooctivtMia • At t coitiKiM of QmI ^oyMB^ 61Mvtii¥o^OMf tMI pfOvMt M^ooffrKtor brtoiMttM OS fto tisboootnctor ftyoKt Rtyort fta 200 tens ■hteh cn bo fonti a
fGerttfylhMfi$f9pe9seettaSofisco(ttMnddinfhisSubcotiUMSupfterfsSngmto9t9b9Stotmykn9iMg9^tn^KcuntB.
6l|s<we of BWeAoyooer
9/6/2018 9:38 AM p. 16
Miami-Dade County Solicitation ITQ-676-18-B
Miami'Dade County
Contractor Due Diligence Affidavit
Per Miami-Oade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors sliall disclose the following as a
condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must t}e presented to the Board for approval:
(1) Provide a list of all lawsuits in the ftve (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 brear^ 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 defaulted; 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.:
Contract Title:
Federal Employer
Identification Number (FEIN):
Printed Name of Affiarrt Printed Trtle of Affiant Signature of Affiant
Name of Firm Date
Address of Finn
Notary Public-State of
State
Atefary Public Information
County of
Zip Code
Siitecribed and sworn to (or affirmed) before me this day of,
by He or she is personally known to me
Type of identification produced
20
or has produced identification
Signature of Notary Public Serial Number
Print or Stamp of Notary Public Expiration Date Notary Public Seal
9/6/2018 9:38 AM p. 17
Miami-Dade County Solicitation ITQ-676-18-B
Question and Answers for Solicitation #ITQ-676-18-B - Aviation, Marine, and Fueling
Services for Mobile Equipment
Overall Solicitation Questions
There are no questions associated with this Solicitation.
9/6/2018 9:38 AM p. 18
COUNTY
INTERNAL SERVICES DEPARTMENT
MIAMI-DADEK STRATEGIC PROCUREMENT DIVISION
.. 111NW Street*Suite 1300
p, iHtoUKtx- Miami,Florida33128-1974
" ' Telephone 305-375-5289
miamidade.gov q. cq
7Q180CI-I
October 1,2018
■' - A,; L't t.s"? ■AH Responding Bidders (See Distribution List) " i
SUBJECT: CONTRACT NO.: ITQ-676-18-A
TITLE: Gasoline and Diesel, Transport and Tank Wagon
Dear Bidders:
In accordance with Section 1.13 of the above-referenced solicitation's pool, and Section 2-8.4 of the Code
of Miami-Dade County, you are hereby notified that the County Mayor or designee recommends award of
this contract to:
Sunshine Gasoline Distributors: Award of Groups A, B, and C.
Bidders(s) not considered for award are:
indigo Partners, LLC (higher than lowest)
Mansfield Oil Company of Gainesville, Inc. (higher than lowest)
Pro Energy, LLC (higher than lowest)
Urbieta Oil, Inc. (higher than lowest)
The provision of this notice also serves to confirm the lifting of the Cone of Silence from this procurement
action as dictated by Section 2-11.1(t) of the County Code. The Strategic Procurement Division of the
Intemal Services Department appreciates the participation of all bidders who responded to the subject
action.
If you have que^'ons, please contact Jesus Lee at 305-375-4264 email: fil@miamidade.aovSincerely^
Jesus LeerC^PB
Procurement Contracting Officer 3
Miami Dade County, Florida
Attachment: Tabulation Sheet
Distribution:
indigo Partners, LLC
Mansfield Oil Company of Gainesville, Inc.
Pro Energy, LLC
Sunshine Gasoline Distributors
Urbieta Oil, Inc.
cc: Clerk of the Board
File
ATTACHMENT B
CONTRACT FOR GASOLINE AND DIESEL, TRANSPORT & TANK WAGON
CONTRACT PRICING & TALLY SHEET
Thomas F. Pepe-01-11-16
Page 6 of 6
wiuiimrino nm ntt«7Ml*INTERNAL SERVICES DEPARTMENTTALLY SHEETHTOiaKGielrmndEteMlSWAir kMnNVen(Oeeiolili MbnaMen fcr BMm)12349Wmdof MiSKSenshtoa OeseDaeDtetUbutOfRProEntrgyLLCGalnavfOa ftWiUfbiataODIno.lodge Enargy Pvtntrs, LLCWmtfenC FENOam NM692715539581035440651091383•51004415252128838ammm:lesONWeTlhAva.OvrLFL 331721093 ShotQun RoodSunrtM. FL 333281025 Afcport Partway SWGabdvOxGA 30501OTOINWeOOiAM Madtoy.Fl 33178222 Main StreelQNnivtoa. OA 30501YMYasHUwOian barHtaMrtianloarItetoaf Bunlawf<CcBriM»fcrTwndar«ii**»fc»tiaBrtctt»otmPC*cit<rtnri>sMi>imit»raU,tidcnfwirf.w»<ald^llgDCr8ae«»a%iNoNdNoNoNoiMi mmm» fliafti* fiM)ff.loallil—i.a.llirlninT>aniriMfcf1Hf.«idl^—<toRiiitoi.PtoatoteMl,to«todMBMtorNdAflnaadAflnaaXPato.AttsMdNdAOtinadNdAOrmadnmiiiinNdAflbeedn SM nd9M4. a MM* toed pnMnraNdAftsaadNdAOtnadNdAttlMdtM llintoi]NdMbnadHgggSttigCSHBteeoBlite ferncBBBHidid BUtas)NoNoNoNoNoAl SdkKidM MBdwts CmptoMEYMBadronie Fobb nd NotvtadQedmrie Feem not NobrttedOwau a. ru m »a Honrtad4f Od^Kdte flbtoA ctoMtetttoSvaActoaHtaMrtanloirAdMHMartdobwYMWiertMilowMcRit toM loarHOmtrntkmMttwrtBotoarft! AMMdO—■—e»C—Utod^farwc——toKMKw:Yaa.notoidtooYaa.rto6odwsHtoMrOnnloarYMLnoRndtonMctoweanlowGROUP A. GASOUNEPmniiitlCST4Sfciito- -sIiOtaMPM-- - ---- - -•OB^PM-- - --1ElOGaseiapS.OCO•60 04600.6336110-60.O30C0-<190.0060.045906234.60SLOOOOO$X»50X1900680X02Eia Gmioe. MkMSnds46.000-60.08310-53.738S0-60.07500-<3J7S.OO6X0031061398060000006X00•5X03040•61308X09E10 GnaiMi. Pnnilum17^•60.21870•53.772S8•50X0000-0.450100-60.11530•61.988X3•5X15000•52X87X0•60X0040-61380X0TOTWLrCRtllMQTCRrTftUCKOaMm47.737UI7S0•$6X79.000041X14X250-62X87X000•62.699X000TANKWMOONTinJCKDBJVBnESPgffatnt>ffir4gImlta.OneflMCBR* It Ml a OBMBiy)onMMPar- —OHIiiiillilPwOMMMt.QiinnfatMMdPrtW"odtoo^ed»todPrtMOMMMddPwritomtodPrtu4E10 Gaialna. Raotilir68.00060.10SOO65.826.0060.13000<0.4900060.137506X044.005X1000068X0X006X1200067.800X0sE10 Gudbie. lOKSnde135.00050.12600516.075.0060.13000<ir.Mooo60.11700615.705.006X10000513X0X006X1200051830X006E10 Gnolna, PranAm51.760Sai260058.468.7810.18000<0.7270060.0775064.015.806X1000055.178.006X12000•031X00TOTMLRMTMflCIIMQOM TWOCOaimCSS30.ie&76D0$32,727.5000$28,756X000$28,179X000$30X10X000PeyroenlKBTISkallA.OoctoINatoMlatMMMOMn-- - --DB^PW-- - -■OMenbtoMtodPrtcaOdtaa-- - —iMtoMMftrtiilialiitPiliii7E1S8lMGn*.RWiiv7.500.00Q•6a040Q0•$3OQ,O0aOO•60X3750■<2S1.2$00060.00710663X6X0060X00006X006X01090681.75X00TOiaLRMtlWeNRr TRUCK OaMBSS«$300,000i)0004231X90X000fKt9mrtwcffy.fooo681.750X000PRWMntKBTiSwmm.OnMIsi]iORto^PM-- - -r,OntMnOiIRdOdtoaCMatodP*.-- - --ORtoPidMPar8 "E10 GoctocTlteaite20aOODsaii8oo60.13000<2S,000006X13160828Xa.do<aioooottXOOOXO6X12000624,00X00TOIML FOR IRMCRMOOM TRUCK OBNOnSZSeOOCLOOOOTOTAL:-$254«S6U280•$229,407.5000$106,709X750$42,587X000$133,303.1000MmtiwadraitoidtoifuiraWEdMfrtljMil dtoi oiroWwtoMtoaadWwilMlMMlmwiauLMaBGROUP^BTOIESEL"BwwwHiEp<s;■mMgl--I>i«nrntMitoitPiiiiWwdadfwMnMMaIMtaMPar'li-i-Virfin-'- --btoMMPM.1UlJSOIndNaEiaMrt470.000•COiKOOO-52X600.00taoo6X02220510.434.00sxoceooo69.40X006X08680$1312X002ULS Otem N& 2 (Rod D>ad)1,800.000somoo543jm0060.00000<aoo6X0073051X14XW6X02000536X0X006X0313065034X00TOTRLfORTIBWtfOM TRUCK MlilttWEiSISJOOOOOO$0X000$23X74X000$88X88X000TANKVMGONTTWCTCDQIVBnES' PwmtiAifET4S- : • .■mMOl' CKkRiMdQKtaOipciyMf' j8itolaaila0iiiMiiMOOHMMPtrMtomRMPirOdton- -OBtoVidliipir-' PIBm'-EdwdadPltoa'^ewtodPiiM-:•eriptow3ULSDlaMtNaEIOnit66.00050113000511.180.0060.13000<ii.ieaoa60.1117069X05.206X1100059X6X006X1200061X320X04ULS Ooel Nol 2 (Red Ond)219m60.12900125X51.0060.13000<23.47aao60.11170624^452.306X11000524.09X006X1200062636X00TOIRLPORTRNRRMOON TRUPCOnweRKS$39,431X000$39,650X000$34X68.9000fyT.ffffooonfl638.600X000\ T -- -. PRiTOKiiHEri®'' :■HiMa.' . - Pwnfcle -- BrtlinM Ctoiena parl^. tOMtoMlasaaiaHdi 'PWMlldlllPOf!totonRMMeaDttonaOilPMOalMDetowthl^r- Oaien' -- ■'EtowdMI*.■ Ototoa'"iMtodPilea5cI»is.4oaooo•10.05000•1770.000.00$0.00000<00060.0038066X520.006X020005308,00X0060.015006244X80X0TOTM. PGR TRAMPORr TRUCK PCUVem4770X00X000$0X000$58X20.0000fyffl.OOOiOOOft6244,66X0000. TAMKWAOCKTinJCKDeuvms.-PwwiwtJEris-"MmWiIKKiKid GKlMparTMr(Rto to ada'oDManlylam^mfrn.OMOfrBMetodPika■MttM-PM.:6ULSDie«dNa2fClBvl40.0008ai200054X0a006X13000<sooaoo6X1057064X2X006X1100054.40X006X1200064X00X07ULS Oesd Na 2 (Red Oy«d)1.0006ai22005122.006X13000<13000SX105706105.706X11000511X006X120006120.00TOTM. POR TANK RUOON TRUCK DCIMCJQB$4,922.0000$9,330.0000$4X33.700064X10X000H.PTftOOOOTOTAL:-$705,947.0000$44,980.0000$120,496.2000$391X90.0000$394,848.0000won:LoaadOtoMrIRRwfeitowasIHttwtoMtoMatHtfurtitowadttoNrlMDtamdGROURC. DIESEL1—dOdtolXlRllmRy ■nlCiiiiiMRiDtodiCrwi'lg'MCO)•toOoatrnMBntcrpntoMeasvRwRrtotiisraiR -PavraaRtNEr4SBnMo.CittMtoi (Mtoaa ptrTavinto to Kt a oawlylOitonMPWEKtoadadPifca"^Stoo'"p. ■IMtoQr,- ■OIMmMPwBitondidPrtcan^jMPwPiliiatoilPiaa1ULS nesd No. 2 (Red Ond)20.00010.1100052xnoo61.00000<20.aoaoo6X1117062X34.006X1100062.200,006X250006X000X0TOTAL FORTRMRRnOON TRUCK OaMBOB$2,200.0000ssoooooooo$2X34X000$2X00X000$5X00X000TOTAL:$2,20a0000$a>,ooo.oooo$2,234.0000$2X00.0000$5,000.0000TiIlytewbNScatknafpileasnaivtdndnotefmiiid NOTE^LdmK eidtor dtor Tto ARMiiijiii twibiJinpirtctoaaon In Tit AatoMRMdarffMntoaiaalPage 1 of 1