Res No 156-24-16261RESOLUTION NO. 156-24-16261
A RESOLUTION OF THE MAYOR AND CITY
COMMISSION OF THE CITY OF SOUTH MIAMI,
FLORIDA, APPROVING AND AUTHORIZING THE
PURCHASE OF BULK FUEL, INCLUDING GASOLINE
DIESEL, AND EQUIPMENT, FROM SUNSHINE
GASOLINE DISTRIBUTORS, INC., UTILIZING THE
TERMS, CONDITIONS, AND PRICING OF MIAMI-DADE
COUNTY CONTRACT NO. EVN001442, FOR THE CITY'S
VEHICLE FLEET IN AN AMOUNT NOT TO EXCEED
$339,160 FOR FISCAL YEAR 2024-2025; PROVIDING FOR
IMPLEMENTATION, CORRECTIONS, AND AN
EFFECTIVE DATE.
WHEREAS, the City of South Miami (the "City") wishes to purchase bulk fuel,
including gasoline and diesel, for the City,s vehicle fleet and equipment (the "Supplies"); and
WHEREAS, Miami-Dade County has competitively awarded Sunshine Gasoline
Distributors, Inc. (the "Vendor") Contract No. EVN001442 (the "County Contract'>) for the
Supplies pursuant to Request to Qualify No. 02202; and
WHEREAS, Article III, Section 5(H) of the City Charter provides that the City may
make purchases through other governmental agencies that have followed similar bidding
procedures; and
WHEREAS, the City Commission desires to approve the purchase of the Supplies from
the Vendor, utilizing the terms, conditions, and pricing of the County Contract, in an amount not
to exceed $339,160 for fiscal year 2024-2025, and authorize the City Manager to expend funds
for such purpose; and
WHEREAS, the City Commission finds that this Resolution is in the best interest and
welfare of the City.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND aTY
COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AS FOLLOWS:
Section 1. Recitals. The above-stated recitals are true and correct and are
incorporated herein by this reference.
Section 2. Approval of Purchase. The City Commission hereby approves the
purchase of the Supplies from the Vendor in an amount not to exceed $339,160 for fiscal year
2024-2025.
Section 3. Autho1·ization. The City Manager is hereby authorized to expend funds
for such purpose and to execute a purchase order or agreement with the Vendor for the Supplies.
The expenditure shall be charged to the accounts set forth in the Manager's Memorandum
Page 1 ofl
Res. No. l 56-24-1626 l
accompanying this Resolution, or such other funding source(s) as determined by the City
Manager to be in the best interest of the City.
Section 4. Implementation. That the City Manager is authorized to take any and all
actions necessary to implement the purchase of the Supplies and the purposes of this Resolution .
Section 5. Corrections. Conforming language or technical sc1ivener-type
corrections may be made by the City Attorney for any conforming amendments to be
incorporated into the final resolution for signature.
Section 6.
adoption .
Effective Date. This Resolution shall become effective immediately upon
PASSED AND ADOPTED this 15th day of October. 2024.
APPROVED :
MAY~~
READ AND APPROVED AS TO FORM, COMMISSION VOTE:
LANGUAGE. LEGALITY AND Mayor Fernandez:
EXECUTION THEREOF Vice Mayor Boni ch:
Commissioner Calle:
Commissioner Corey:
Commissioner Liebman:
LFMAN COLE . . .
CITY ATTORNEY
Page 2 of 2
4-0
Recused
Yea
Yea
Yea
Yea
Agenda Item No:11.
City Commission Agenda Item Report
Meeting Date: October 15, 2024
Submitted by: Andrea Gaitan
Submitting Department: Public Works & Engineering
Item Type: Resolution
Agenda Section:
Subject:
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA,
APPROVING AND AUTHORIZING THE PURCHASE OF BULK FUEL, INCLUDING GASOLINE DIESEL, AND
EQUIPMENT, FROM SUNSHINE GASOLINE DISTRIBUTORS, INC., UTILIZING THE TERMS, CONDITIONS,
AND PRICING OF MIAMI-DADE COUNTY CONTRACT NO. EVN001442, FOR THE CITY’S VEHICLE FLEET
IN AN AMOUNT NOT TO EXCEED $339,160 FOR FISCAL YEAR 2024-2025; PROVIDING FOR
IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. 3/5 (CITY MANAGER-PUBLIC WORKS
DEPT.)
Suggested Action:
Attachments:
Memo-Sunshine_Gasoline_FY24-25.1.0.docx
Resolution Sunshine Gasoline Distributors FY 2024-2025.DOCX
Notice_of_Award_EVN001442_Gas_and_Diesel_Filed_10.02.23.pdf
Packet_for_Solicitation_RTQ-02202 as released in BidSync 3.15.22.pdf
R-424-23, Item 8P7, 230579.pdf
Tabulation (3).pdf
1
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
TO:The Honorable Mayor, Vice Mayor, and Members of the City Commission
FROM:Genaro “Chip” Iglesias,City Manager
DATE:October 15,2024
SUBJECT:Purchase and delivery of bulk fuel gasoline and diesel for the City ($339,160).
RECOMMENDATION:Authorize the City Manager to execute a one-year agreement with
Sunshine Gasoline Distributors Inc.for the purchase and delivery of bulk
gasoline and diesel for the City’s vehicle fleet and equipment in an
amount not to exceed $339,160.
BACKGROUND:Bulk fuel gasoline and diesel must be purchased for the City’s vehicle
fleet and equipment. The City of South Miami desires to utilize Miami-
Dade County Contract No.:ENV001442 with Sunshine Gasoline
Distributors Inc. under the terms and conditions as outlined in the
solicitation and agreement between Miami-Dade County and Sunshine
Distributors. Fuel delivery is made to City Hall (6130 Sunset Drive) and
Public Works (4795 SW 75 Ave).
FUNDING 001.1760-519-5230 Public Works Fuel with a balance of $169,000
001.1410.513.5230 Finance Division Fuel with a balance of $3,428
001.1310.513.5230 City Manager Fuel with a balance of $2,216
001.1610.524.5230 Building Division Fuel with a balance of $2,500
001.1620.524.5230 Planning Division Fuel with a balance of $2,216
001.1640.524.5230 Code Enforcement Fuel with a balance of $6,800
001.1910.521.5230 Police Fuel with a balance of $130,000
001.2000.572.5230 Recreation Fuel with a balance of $11,000
001.1750.519.5230 PR Landscape Fuel with a balance of $12,000
ATTACHMENTS:Award Recommendation: Notice of Award Miami-Dade County
Contract No.: EVN001442
Sample, OPIS Daily Fuel Prices as of October 3rd
Sunbiz-Sunshine Gasoline Distributors Inc.
2
September 27, 2023
All Responding Bidders (See Distribution List)
SUBJECT: CONTRACT NO.: EVN001442
TITLE: Gasoline and Diesel, Transport and Tank Wagon
Dear Bidders:
In accordance with Section 1.13 of the above-referenced solicitation 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, Inc.: Award of Groups A, B, C, and D.
Bidders(s) not considered for award are:
No other bids
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 questions, please contact Jesus Lee at 305-375-4264 email: fjl@miamidade.gov .
Sincerely,
Jesus Lee, CPPB
Procurement Contracting Officer 3
Miami Dade County, Florida
Distribution:
Sunshine Gasoline Distributors, Inc.
cc: Clerk of the Board
File
STRATEGIC PROCUREMENT DEPARTMENT
111 NW 1ST Street • Suite 1300
Miami, Florida 33128 – 1974
Telephone 305-375-5289
RECEIVED BY CLERKCircuit & County Courts Miami-Dade County, Florida FILED FOR RECORD
CLERK OF THE BOARD
10:37 am, 10/02/2023
5
6ROLFLWDWLRQ574
*DVROLQHDQG’LHVHO
6ROLFLWDWLRQ’HVLJQDWLRQ3XEOLF
0LDPL’DGH&RXQW\
6ROLFLWDWLRQ5740LDPL’DGH&RXQW\
$0 S 6
7KLV5HTXHVWWR4XDOLI\574ZLOOHVWDEOLVKD3RRO RISUHTXDOLILHG9HQGRUVFDSDEOHRIGHOLYHULQJYDU LRXV
W\SHVRIIXHOVWR0LDPL’DGH&RXQW\¶V&RXQW\SXEO LFVDIHW\GHSDUWPHQWVVXFKDV3ROLFHDQG)LUH5HVFX HDV
ZHOODVRWKHUFULWLFDOSXEOLFVHUYLFHVGHSDUWPHQWV VXFKDV:DWHUDQG6HZHU’HSDUWPHQW:$6’’HSDUWPH QW
RI7UDQVSRUWDWLRQDQG3XEOLF:RUNV’73:,QWHUQDO 6HUYLFHV’HSDUWPHQW,6’DQGDOORWKHU&RXQW\
GHSDUWPHQWVDQGDJHQFLHV)XHOVLQFOXGHEXWDUHQR WOLPLWHGWRXQEUDQGHG*DVROLQHFOHDUDQGG\HG’LH VHO
-HW$$YLDWLRQDQG5HFUHDWLRQDO5HFIXHOVG HOLYHUHGSXUVXDQWWRYDULRXV6FRSHVRI:RUN62:G HWDLOHG
LQVXEVHTXHQW,QYLWDWLRQVWR4XRWH,74(QWU\LQW RWKH3RROLVQRWDFRQWUDFWEHWZHHQ0LDPL’DGH&RX QW\
DQGDQ\PHPEHURIWKH3RROEXWUDWKHULVDQDFNQRZ OHGJHPHQWWKDW3RROPHPEHUVKDYHVDWLVILHGWKH
PLQLPXPSUHTXDOLILFDWLRQFULWHULDVHWIRUWKEHORZI RUPHPEHUVKLSLQWKH3RRO’XULQJWKHWHUPRIWKLV SRROWKH
&RXQW\UHVHUYHVWKHULJKWWRSUHTXDOLI\RUGHOHWH 9HQGRUV
6ROLFLWDWLRQ5740LDPL’DGH&RXQW\
$0 S 7
’HVFULSWLRQ
3UHTXDOLILHG9HQGRUVPD\EHLQYLWHGWRSDUWLFLSDWH LQIXWXUHVSRWPDUNHWSULFHFRPSHWLWLRQVYLD,74E\DQ\GHSDUWPHQW9HQGRUVDZDUGHGIXWXUH
,74VRUJURXSVZLWKLQIXWXUH,74VDUHUHIHUUHGWR DV$ZDUGHG%LGGHUV
WKHUHDIWHU,74VPD\LQFOXGHDGGLWLRQDOPLQLPXPUHT XLUHPHQWVEDVHGRQVSHFLILFIXWXUHQHHGVDQGZLOO FRQWDLQVSHFLILFWHUPVFRQGLWLRQVDQG
62:IRUWKHGHOLYHU\RIIXHOVUHTXLUHGDWWKDWWL PH7KHDPRXQWVRISXUFKDVHG
IXHOVOLVWHGLQ6HFWLRQZHUHSURYLGHGE\WKHFXUU HQW$ZDUGHG%LGGHUVDQGQRJXDUDQWHHLVPDGHKHU HLQRULQDQ\IXWXUH,74DVWRWKHDPRXQW
RIIXHOWKH&RXQW\ZLOOSXUFKDVH
6ROLFLWDWLRQ5740LDPL’DGH&RXQW\
$0 S 8
10202021 Rev. 21-2
MIAMI-DADE COUNTY, FLORIDA
R E Q U E S T T O Q U A L I F Y
( R T Q )
6ROLFLWDWLRQ5740LDPL’DGH&RXQW\
$0 S 9
10202021 Rev. 21-2
NOTICE TO ALL VENDORS:
To establish the pool of prequalified vendors, the County will accept electronic submittals through a secure mailbox at
BidSync (www.bidsync.com) until the end date and time indicated in this solicitation document. There is no cost to the
vendor submitting a 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 doc uments should be attached as separate files. To offer a submittal
WKURXJK%LG6\QFDOOLQIRUPDWLRQDQGGRFXPHQWVPXVW EHIXOO\ HQWHUHGXSORDGHGDFNQRZOHGJHG‡&RQILUP ·DQG
recorded into BidSync before the BidSync Solicitation End Date.
To request information prior to the BidSync Question & Answer End Date, use the question/answer feature provided
within the solicitation by BidSync at www.bidsync.com. Material changes, if any, to the solicitation will only be
transmitted by written addendum. (See addendum sec tion of BidSync site).
Vendors in the Pool will be invited to participate in future spot market competitions, as needed. The spot market
competition may be in the form of an ITQ or WOPR that will include the specific goods and/or services required, and
applicable provisions. Spot market competitions may not be restricted to vendors in this Pool; however, vendors must
have a complete Submittal to be awarded a contract pursuant to this Pool.
Vendors must anticipate the inclusion of Section 1 - General Terms and Conditions of Miami-Dade County Procurement
Contracts in all contracts resulting from spot market competitions. These general terms and conditions are considered
non-negotiable. All current and applicable terms and conditions pertaining to a resultant contract may be viewed online
at the Miami-’DGH&RXQW\6WUDWHJLF3URFXUHPHQW’LYLVLRQ¶VZHESDJ H here:
https://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions-r21-2.pdf
The below referenced Section 1 - General Terms and Conditions provisions shall not apply to federally funded projects:
x Article 1.2(H) Prompt Payment Terms
x Article 1.11 Local Preference
x Article 1.29 Office of the Inspector General (only the cost of the random audits, as specified)
x Article 1.37 County User Access Program (UAP)
x Article 1.45 Small Business Enterprise (SBE) Measures
x Article 1.46 Local &HUWLILHG9HWHUDQ¶V%XVLQHVV(QWHUSULVH3UHIHUHQFH
x Article 1.47 Application of Preferences
x Article 1.49 First Source Hiring Referral Program (FSHRP)
6ROLFLWDWLRQ5740LDPL’DGH&RXQW\
$0 S 10
SOLICITATION TITLE: Gasoline and Diesel SOLICITATION NO. RTQ-02202
Page 1 of 11 Rev. 1/14
SECTION 2 – SPECIAL TERMS AND CONDITIONS
2.1 PURPOSE
This Request to Qualify (RTQ) will establish a Pool of pre-qualified Vendors capable of delivering various types
of fuels to Miami-Dade County’s (County) public safety departments such as Police and Fire Rescue, as well as
other critical public services departments such as Water and Sewer Department (WASD), Department of
Transportation and Public Works (DTPW), Internal Services Department (ISD), and all other County
departments and agencies. Fuels include, but are not limited to unbranded Gasoline, clear and dyed Diesel, Jet-
A, Aviation, and Recreational (Rec90) fuels, delivered pursuant to various Scopes of Work (SOW) detailed in
subsequent Invitations to Quote (ITQ). Entry into the Pool is not a contract between Miami-Dade County and
any member of the Pool, but rather is an acknowledgement that Pool members have satisfied the minimum pre-
qualification criteria set forth below for membership in the Pool. During the term of this pool, the County reserves
the right to pre-qualify or delete Vendors.
Prequalified Vendors may be invited to participate in future spot market price competitions via ITQ by any
department. Vendors awarded future ITQs, or groups within future ITQs are referred to as Awarded Bidders
thereafter. ITQs may include additional minimum requirements based on specific future needs, and will contain
specific terms, conditions, and SOW for the delivery of fuel(s) required at that time. The amounts of purchased
fuels listed in Section 3 were provided by the current Awarded Bidder(s), and no guarantee is made herein or in
any future ITQ as to the amount of fuel the County will purchase.
The Pool shall remain open for the term of the RTQ, enabling additional Vendors to qualify for entry to the Pool
or for prequalified Vendors to join other groups within the Pool, at any time after the initial Pool is established.
2.1 A prequalified Vendor has satisfied the minimum prequalification criteria set forth below for membership
in this Pool.
2.2 An Awarded Bidder is the lowest priced Responsive and Responsible Bidder in accordance with the
corresponding ITQ’s method of award, who shall provide the goods and services.
2.2 TERM OF POOL: FIVE (5) YEARS
The prequalification Pool will begin on the first calendar day of the month succeeding approval by the Board of
County Commissioners, or designee, which is distributed by ISD, Strategic Procurement Division, and
contingent upon the completion and submittal of all required RTQ documents. The prequalification Pool shall
expire on the last day of the last month of a five (5) year period.
2.3 PREQUALIFIED GROUPS
It shall be the sole prerogative of the County to determine the number of Vendors who will be included under
the prequalification Pool or under each group therein. The County may create other groups of prequalified
Vendors with unique requirements, terms and conditions for additional or unforeseen needs during the term of
this Pool. Nothing in this RTQ shall be considered a guaranty as to quantities of fuel purchased or the number
of participating departments or locations. Attachment A contains the latest list of fuel stations and facility
locations, with the fuel types and tank types and sizes. During the term of this RTQ, the County reserves the
6ROLFLWDWLRQ5740LDPL’DGH&RXQW\
$0 S 11
SOLICITATION TITLE: Gasoline and Diesel SOLICITATION NO. RTQ-02202
Page 2 of 11 Rev. 1/14
right to add or delete departments, locations, or tanks from Attachment A, and Awarded Bidder(s) shall provide
services according to the latest version of Attachment A as published by the County.
2.3.1 Group One: Transport Truck and Tank Wagon Truck Delivery of Gasoline and Diesel (Clear and Dyed)
Fuels.
Typically, fuel delivery services include, but are not limited to, County fuel stations and facilities with
standby generators or other equipment throughout Miami-Dade County. For this fuel type, Transport
Truck delivery is defined as a tanker delivery of fuel of seven thousand five hundred (7,500) gallons or
more. Tank Wagon Truck delivery is defined as a tanker delivery of fuel of less than seven thousand five
hundred (7,500) gallons. Orders will be placed on an as needed basis, or on a set schedule, depending
on departmental needs, and may change from time to time.
Awarded Bidders shall coordinate deliveries to conform to County departments’ schedules. Usually,
generator and other equipment tanks are topped-off at the start of hurricane season. However, Awarded
Bidder(s) for this group shall be able to top-off all sites anytime during the term of award on very short
notice, such as during approaching storms, power outages, or unplanned events.
2.3.2 Group Two: Fueling Services for County Mobile Equipment.
Mobile Equipment is primarily, but not limited to, the Department of Solid Waste Management’s (DSWM)
heavy and construction equipment such as Compactors, Dozers, Backhoes, and Loaders at landfills and
transfer stations, as well as equipment located at other job sites, as may be further described in future
ITQs. Typically, fuel is delivered and dispensed directly to the equipment at landfills and transfer stations,
and not to a fuel station. Consumption amounts listed in Section 3 are estimates only. 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, delivery may be needed at nearby
areas outside of Miami-Dade County.
The Department of Transportation and Public Works’ Mobile Equipment is primarily, but not limited to,
canal equipment such as weed harvester boats and fuel tanker trucks. Typically, fuel is delivered and
dispensed directly to the equipment (including fuel tanker trucks), and not at a fuel station or fixed location.
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 of a few occasions, may be needed
at nearby areas outside of Miami-Dade County.
2.3.3 Group Three: Rec-90, Recreational/Marine Gasoline
REC-90 is an ethanol-free, 90 octane unleaded gasoline blend designed for use in recreational/marine
engines. Typically, fuel delivery services include, but are not limited to, County marinas and other sites
throughout Miami-Dade County. For this fuel type, Transport Truck delivery is defined as a tanker delivery
of fuel in excess of five thousand (5,000) gallons. Tank Wagon Truck delivery is defined as a tanker
delivery of fuel of five thousand (5,000) gallons or less.
2.3.4 Group Four: Jet-A and Aviation Fuel Delivery / Services by Fixed Based Operators
6ROLFLWDWLRQ5740LDPL’DGH&RXQW\
$0 S 12
SOLICITATION TITLE: Gasoline and Diesel SOLICITATION NO. RTQ-02202
Page 3 of 11 Rev. 1/14
Jet-A and Aviation Fueling Services provided by Fixed-Base Operators (FBO) for Miami-Dade Fire
Rescue (MDFR), Miami-Dade Police Department (MDPD), and other County departments operating
helicopters and fixed winged aircrafts at Opa Locka Airport and Miami Executive Airport. An FBO is a
company granted the right by an airport to operate at that airport to provide aeronautical services such
as fueling services. Such right to operate shall be in the form of a valid Lease Agreement or other official
documents from the airport authority where they intend to offer services specified herein.
2.3.5 Group 5: Fuel Transportation Services.
Fuel Transportation Services customarily consist of transporting County owned fuel from one or more
County facility to one or more County facility. Typically, the Awarded Bidder may be required to transfer
approximately 203,000 gallons of gasoline and/or diesel fuel from three emergency bulk fuel storage
facilities located within Miami-Dade County to any ISD, Fleet Management Division (FMD) Vehicle
Fueling Stations (as specified on subsequent orders) that have either underground fuel storage tanks
(UST) or above ground fuel storage tanks (AST).
Transfers typically occur once a year and should be completed prior to June 1st, Monday through Friday
from 6:00 am to 2:00 pm. During emergency situations, as deemed solely by Miami-Dade County, the
Awarded Bidder will be required to perform same day or next day fuel transfer services twenty-four (24)
hours a day, seven (7) days a week as requested by the County. Additional requirements, terms,
conditions, and SOW may be detailed in future ITQs.
2.4 PREQUALIFICATION CRITERION
2.4.1 Vendors requesting to be added to Groups One, Two, and Three shall upload to BidSync the following
documents:
2.4.1.1 Documentation showing Vendor has access to two (2) Fuel Port Facilities. For the purpose of this
RTQ, “fuel port facilities” is defined as a direct terminal receiver of fuels from water-borne vessels
such as Port Everglades. Vendors shall be able to obtain (lift) fuel from at least two Florida fuel
port facilities that regularly offer fuel, other than Port Everglades, with either Tampa or Orlando
to fulfill one port, and Cape Canaveral, Jacksonville or any Georgia ports to fulfill the second port.
The documentation shall list the Vendor by name and come from a Port Operator or other entity
authorized to grant the Vendor such access at the listed port. The Vendor shall substantially
maintain such access during the term of this RTQ.
2.4.1.2 Documentation showing Vendor has an agreement or agreements with at least one Terminal
Operator at Port Everglades, or with a distributor(s) that has an agreement(s) with Terminal
Operators at Port Everglades, for the purchase of the applicable fuel Vendor is offering the
County. Such agreement(s) shall list substantially sufficient amounts of fuel sold to the Vendor to
supply the County’s estimated needs listed in Section 3 herein. The Vendor shall provide contact
information for these agreements to allow the County to verify this information.
2.4.1.3 Vendors must have a business office with sufficient staff, emergency phone number(s) and e-
mail address, to be able to communicate with the County within one (1) hour of being contacted,
on a twenty-four hours a day, seven days a week basis, to any matter pertaining to safety, supply,
or delivery issues.
6ROLFLWDWLRQ5740LDPL’DGH&RXQW\
$0 S 13
SOLICITATION TITLE: Gasoline and Diesel SOLICITATION NO. RTQ-02202
Page 4 of 11 Rev. 1/14
2.4.1.4 Vendors shall provide two (2) references from commercial customers which Vendor has or is
suppling fuel for within the last five (5) years from the RTQ due date. The Vendors shall identify
contact information and the dates and types of fuel(s) and amounts delivered and services
provided. The County will use the information to determine Vendor responsibility. The County
may request additional information during evaluation. In lieu of the references from the Vendor or
Vendor’s Subcontractor, the County will consider the references from Vendor’s key personnel in
accordance with Resolution No. 1122-21.The County must be able to ascertain from the Vendor‘s
references, to its satisfaction and sole discretion, that the Vendor has sufficient experience in
providing the required products and services.
2.4.2 Group Four: Jet-A and Aviation Fuel Delivery by Fixed Based Operators Only
2.4.2.1 Jet-A and Aviation Fueling Services provided by Fixed-Base Operators (FBO) for Miami-Dade
Fire Rescue (MDFR), Miami-Dade Police Department (MDPD), and other County departments
operating helicopters and fixed winged aircrafts at Opa Locka Airport and Miami Executive
Airport. An FBO is a company granted the right by an airport to operate at that airport to provide
aeronautical services such as fueling services. Such right to operate shall be in the form of a valid
Lease Agreement or other official documents from the airport authority where they intend to offer
services specified herein.
2.4.3 Group Five: Fuel Transportation Services
All pre-qualified Vendors under Groups One, Two, and Three will be pre-qualified to participate in Group
Five.
2.5 PRICES FOR GROUPS ONE, TWO, AND THREE (Differential per Gallon)
The Price Differential or Price offered by Awarded Bidder(s) may be a positive or negative differential from the
Daily Oil Price Information Service (OPIS) Price report, as described below, and shall be per gallon, fixed and
firm for the term of future ITQs, and shall consist of all charges necessary for the Awarded Bidder to fully
complete the work and invoice the County inclusive of all costs, profit, F.O.B. delivery, and all other fees and
permits, except for taxes applicable to the County, to deliver fuel to all County locations and facilities as
described in future ITQs.
The Awarded Bidder shall show a separate line item on their invoice for their Price Differential, OPIS Price, UAP
fee, IG fees, and each fee and applicable tax, or as may be specified in future ITQs.
The OPIS daily price report shall be the Unbranded Rack Average – OPIS Contract (10:00AM) Benchmark File
(Gross) Rack Report for the day of delivery for the appropriate fuel type and category for Miami, Florida. Below
is an illustration of the County’s OPIS report for informational purposes only.
The County reserved the right, with the mutual consent of the Awarded Bidder(s), to change the pricing
methodology to other than OPIS, change the OPIS report pricing methodology due to unavailability of the OPIS
report, changes to the OPIS reporting formula, or other reasons which would make the above listed OPIS report
not representative of market conditions. Awarded Bidder(s) requesting such changes shall be responsible for
providing clear evidence to the County for the need of such changes in a timely manner.
6ROLFLWDWLRQ5740LDPL’DGH&RXQW\
$0 S 14
SOLICITATION TITLE: Gasoline and Diesel SOLICITATION NO. RTQ-02202
Page 5 of 11 Rev. 1/14
The following is an illustrative sample of the OPIS report for Automotive and Marine (Rec90) Gasoline and Diesel
(Clear and Dyed).
Marine Gasoline
MIAMI, FL 20XX-03-11 10:00:04 EDT
**OPIS CONTRACT BENCHMARK FILE**
**OPIS GROSS CLEAR PRICES** 9.0 RVP
Unl Mid Pre
UBD RACK AVG-03/11 - -- -- -- 1X.XX
___________________________________________________________________________________
Gasoline
MIAMI, FL 20XX-03-11 10:00:49 EDT
**OPIS CONTRACT BENCHMARK FILE**
**OPIS GROSS CBOB ETHANOL (10%) PRICES** 9.0 RVP
Unl Mid Pre
UBD RACK AVG-03/11 1XX.XX 1XX.XX 1XX.XX
_________________________________________________________________________
Clear Diesel
MIAMI, FL 20XX-03-11 10:00:49 EDT
**OPIS CONTRACT BENCHMARK FILE**
**OPIS GROSS ULTRA LOW SULFUR DISTILLATE PRICES**
No.2 No.1 Pre
UBD RACK AVG-03/11 2XX.XX -- -- -- --
______________________________________________________________________________
Dyed Diesel
MIAMI, FL 20XX-03-11 10:00:49 EDT
**OPIS CONTRACT BENCHMARK FILE**
**OPIS GROSS ULTRA LOW SULFUR RED DYE DISTILLATE
PRICES** No.2 No.1 Pre
UBD RACK AVG-03/11 2XX.XX -- -- -- --
2.6 PRICE FOR GROUP FOUR (Differential per Gallon)
The Price Differential or Price offered by Awarded Bidders may be a positive or negative differential from the Oil
Price Information Service (OPIS) Price, as described below, and shall be per gallon, fixed and firm for the term
of future ITQs, and shall consist of all charges necessary for the Awarded Bidder to fully complete the work as
described in Section 3 herein or as amended in future ITQs, and invoice the County inclusive of all costs, profit,
F.O.B. delivery, and all airport, permits, and other fees, except for taxes applicable to the County, to deliver fuel
to the County as described in future ITQs. The County shall pay the Awarded Bidder of Aviation fuel and Jet-A
fuel the awarded Price Differential per gallon, and the OPIS price.
The County reserved the right, with the mutual consent of the Awarded Bidder(s), to change the OPIS report
due to unavailability of the OPIS report, changes to the OPIS reporting formula, or other reasons which would
6ROLFLWDWLRQ5740LDPL’DGH&RXQW\
$0 S 15
SOLICITATION TITLE: Gasoline and Diesel SOLICITATION NO. RTQ-02202
Page 6 of 11 Rev. 1/14
make the below listed OPIS report not representative of market conditions. Awarded Bidder(s) requesting such
changes shall be responsible for providing clear evidence to the County for the need of such changes.
The Awarded Bidder shall show a separate line item on their invoice for the UAP fee, IG fee, Price Differential,
OPIS Price, and each fee and applicable tax.
Aviation Fuel - CONV CLEAR, PT. EVERGLADES, FL
PADD 1 Report
Port Everglades
(5 day average)
Jet-A Fuel
Weekly Newsletter
See Gulf Coast, JET54 / Waterborne Column.
2.7 PRICES FOR GROUP 5
ITQs for Group 5 will specify if price being requested is per mile or per load or any other method.
2.8 TAXES
The County is exempt from certain taxes and fees (Federal, State, and Local) except applicable taxes and fees
listed below, subject to legislative or administrative change as applicable. Please note this list of taxes and fees
below is provided as a reference tool only. It is the Awarded Bidder’s responsibility to collect the appropriate
taxes and seek all available reimbursements. If the Awarded Bidder seeks to collect a tax not listed it shall
provide the County with justification for such tax. Awarded Bidder must register with the Internal Revenue
Service as “Ultimate Vendor” on IRS Form 637 (or other appropriate form, if applicable) to apply for federal
Excise Tax reimbursement. Upon request, the County will issue Awarded Bidder a signed Model Certificate M
and/or P as appropriate, CERTIFICATE OF STATE USE, and the County’s State of Florida, CONSUMER’S
CERTIFICATE OF EXEMPTION. It is the Awarded Bidder ’s responsibility to request and obtain all required
certificate(s) from the County.
Purchase of fuel for County use or other tax exempt entity’s use:
Taxes/Fees County Exemption
Federal Exempt from Excise Tax Only
State Not Exempt
Local Not Exempt
Purchase of fuel for resell to private consumers:
Taxes/Fees County Exemption
Federal Not Exempt
State Not Exempt
Local Not Exempt
2.9 REPORTING REQUIREMENTS: ALL AWARDED BIDDERS ON ALL GROUPS.
6ROLFLWDWLRQ5740LDPL’DGH&RXQW\
$0 S 16
SOLICITATION TITLE: Gasoline and Diesel SOLICITATION NO. RTQ-02202
Page 7 of 11 Rev. 1/14
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. 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.
The Awarded Bidder’s completed Fuel Delivery Report shall be submitted via email to:
Jesus Lee, Internal Services Department (FJL@miamidade.gov);
Susannah Troner, Regulatory and Economic Resources Department, (trones@miamidade.gov)
Michele Markovitz, Regulatory and Economic Resources Department (Michele.Markovits@miamidade.gov)
2.10 SPOT MARKET QUOTES
Prequalified Vendors will be invited to participate in future spot market competition, as needed. The spot market
competition will be in the form of ITQs that will include the SOW and specifications, and may include provisions,
as applicable, such as:
x Small Business Enterprise (SBE) Measures, Set-Aside, or Goals: Each ITQ must be sent to SBE for review
and application of SBE requirements before soliciting).
x Warranty Requirements
x Liquidated Damages
x Living Wage
x Insurance Requirements
x Shipping specific to each ITQ
For federally funded projects/programs, additional provisions may apply in accordance with the funding source.
The following provisions from Section 1, General Terms and Conditions shall be exempted from such
solicitations, as indicated in the ITQ.
• Local Preferences
• User Access Program (UAP) Fee
• SBE Measures
• Local Certified Veteran Business Enterprise Preference
x First Source Hiring Referral Program
• SBE Prompt Payment Terms
• Office of Inspector General Fee
2.11 INDEMNIFICATION AND INSURANCE
Proof of insurance is not required to prequalify and join the pool. However, proof of insurance will be required
as a condition of any subsequent award pursuant to an ITQ. Additional or revised insurance requirements may
be necessary when performing work in certain County facilities that limit or restrict access. Any change or
addition in insurance requirements will be detailed in subsequent ITQs. The following requirements supersede
Section 1, Paragraph 1.22 of the general terms and condition.
The Contractor shall furnish to the Internal Services Department / Procurement Management Services, 111 NW
1st Street, Suite 1300, Miami, Florida 33128-1989, Certificate(s) of Insurance which indicate that insurance
coverage has been obtained which meets the requirements as outlined below:
A. Worker’s Compensation Insurance for all employees of the Contractor as required by Florida Statute 440.
6ROLFLWDWLRQ5740LDPL’DGH&RXQW\
$0 S 17
SOLICITATION TITLE: Gasoline and Diesel SOLICITATION NO. RTQ-02202
Page 8 of 11 Rev. 1/14
B. Commercial General Liability Insurance to include Pollution Liability in an amount not less than $1,000,000
combined single limit per occurrence for bodily injury and property damage. Miami-Dade County must be
included as an additional insured with respect to this coverage.
C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles in an amount not less
than *$1,000,000 combined single limit per occurrence for bodily injury and property damage. Policy shall
be endorsed to provide Broadened Coverage for Covered Autos – Endorsement CA 9948 (or the equivalent)
for the Business Auto, Motor Carrier and Truckers Coverage Forms.
*Under no circumstances are Contractors permitted on the Aviation Department, Aircraft Operating Airside
(A.O.A) at Miami International Airport without increasing automobile coverage to $5 million. Only vehicles owned
or leased by a company will be authorized. Vehicles owned by individuals will not be authorized. $1 million limit
applies at all other airports.
2.12 PURCHASE OF OTHER ITEMS NOT LISTED
While the County has identified the types of fuel delivery services within this solicitation which are currently
utilized by County departments in conjunction with their operations, there may be other fuel services, including
but not limited to reserve storage services and transport of County owned fuels, which may be needed by the
County during the term of this Pool. At such time, a County representative from any department may obtain
price quotes via ITQs from prequalified Vendors. The County reserves the right to award these other fuel
services based on the lowest price quoted, or to acquire the fuel services through a separate solicitation.
2.13 DELIVERY SCHEDULE
Specific delivery schedule(s) (frequencies, quantities, dates, times, and locations), may be mutually established
by each ordering department(s). The Awarded Bidder(s) shall make deliveries within twenty four (24) hours after
the date of the order or as pre-established with ordering departments. All deliveries shall be made in accordance
with good commercial practice, and within the specified operating days and hours of the facilities listed in
Attachment A, and shall be adhered to by the Awarded Bidder(s); except in such cases where the delivery will
be delayed due to acts of nature, strikes, or other causes beyond the control of the Vendor. In these cases, the
Awarded Bidder shall notify the County of the delays immediately or as soon as practicable so that a revised
delivery schedule can be arranged.
2.12.1 Deliveries to DTPW should be scheduled between the hours of 8:00AM and 4:00PM Mondays thru
Saturdays.
2.12.2 Deliveries to the Fleet Management Division should be scheduled between the hours of 7:00AM and
3:00PM Mondays thru Fridays unless other special arrangements have been made. Deliveries arriving
outside of these days and hours will be refused.
2.12.3 The County will not allow late deliveries due to back order situations. Accordingly, the Awarded Bidder
is required to deliver all fuel to the County within the time specified in this solicitation or resultant
contract(s); and no grace period on account of back order situations shall be honored, unless written
authorization is issued by the user department, and a new delivery date is mutually established.
2.14 OUTSTANDING INVOICES AND DISPUTES – DELAYS IN DELIVERY
Awarded Bidders shall not delay deliveries of fuel to the County due to a disputed invoice(s) or because of late
payments. Therefore, due to the critical nature of fuel delivery services, Awarded Bidders who delay deliveries
6ROLFLWDWLRQ5740LDPL’DGH&RXQW\
$0 S 18
SOLICITATION TITLE: Gasoline and Diesel SOLICITATION NO. RTQ-02202
Page 9 of 11 Rev. 1/14
may be deemed in breach of contract. The County reserves the right to terminate the Vendor for cause per
Section 1.
2.15 ACCIDENT PREVENTION AND BARRICADES
Precautions shall be exercised at all times for the protection of persons and property. All Vendors performing
services under this contract shall conform to all relevant OSHA, State and County regulations during the course
of such effort. Any fines levied by the above mentioned authorities for failure to comply with these requirements
shall be borne solely by the Awarded Bidder. Barricades shall be provided by the Vendor when fuel delivery is
performed in areas traversed by persons, or when deemed necessary by the County’s Project Manager.
2.16 COMPLIANCE WITH FEDERAL STANDARDS
All fuel purchased under this contract shall be in accordance with all governmental standards, to include, but
not be limited to, those issued by the Occupational Safety and Health Administration (OSHA), the National
Institute of Occupational Safety Hazards (NIOSH), the National Fire Protection Association (NFPA), and the
Environmental Protection Agency (EPA).
2.17 DELIVERY TICKET TO ACCOMPANY DELIVERY
The Awarded Biddershall enclose a complete delivery ticket with all deliveries which shall be available to the
County’s authorized representative during delivery. The delivery ticket shall include, at a minimum, the following
information, which must be legible: purchase order number, date of order, type of fuel being delivered, quantity
delivered, any back-ordered quantities and estimated delivery of back-orders if applicable, and the date and
signature of the person receiving the fuel.
For Tank Wagon deliveries, the delivery ticket must also indicate whether the amount delivered is gross metered
to which a correction factor will be applied or is already a temperature corrected amount.
2.18 PETROLEUM PRODUCT LIMITING ALLOCATION LEGISLATIONS
In the event of Federal or State Petroleum Product Allocation Regulation or any similar petroleum product limiting
allocation legislations, the contractors shall provide full support to Miami-Dade County in applying for maximum
allowable allocation of levels for motor gasoline and diesel fuels as may be applicable to end users qualifying
under the classifications of providers to the public, i.e., Emergency, Sanitation, Telecommunication, and
Passenger Transportation Services.
2.19 TOXIC SUBSTANCES/FEDERAL “RIGHT TO KNOW” REGULATIONS
2.19.1 The Federal “Right to Know” Regulation implemented by the Occupational Safety and Health
Administration (OSHA) requires employers to inform their employees of any toxic substances to which
they may be exposed in the workplace, and to provide training in safe handling practices and
emergency procedures. It also requires notification to local fire departments of the location and
characteristics of all toxic substances regularly present in the workplace.
2.19.2 Accordingly, the Vendor(s) performing under this contract shall be required to provide two (2) complete
sets of Material Safety Data Sheets to each User Department utilizing the awarded products. This
information should be provided at the time when the initial delivery is made, on a department by
department basis.
6ROLFLWDWLRQ5740LDPL’DGH&RXQW\
$0 S 19
SOLICITATION TITLE: Gasoline and Diesel SOLICITATION NO. RTQ-02202
Page 10 of 11 Rev. 1/14
2.19.3 For additional information on the Federal Right to Know Regulation, contact OSHA at www.OSHA.gov
or call (954) 424-0242.
2.20 MIAMI-DADE PUBLIC HOUSING AND COMMUNITY DEVELOPMENT DEPARTMENT (PHCD)
Exemption to certain clauses due to the use of federal funds. PHCD will access the resultant pool of this
RTQ. As a federally-funded agency, certain clauses within this RTQ do not apply to PCHD, including: Local
Preferences, Small Business Contract Measures, County User Access Program-UAP, Local Certified Service,
and Disabled Veteran’s Business Preference. Below are a list of forms PHCD may requires for future ITQs.
a) HUD Instructions to Offerors Non-Construction (Form HUD-5369-B)
This provision is designed to provide information to prospective contractors about the solicitation stage of
the procurement process. Terms and conditions which apply to the contract upon award are referred to as
contract clauses. Form HUD-5369-B contains provisions to be included in all solicitations for non-
construction work.
b) Certifications and Representations of Offerors Non-Construction Contract (Form HUD-5369-C)
Form HUD-5369-C includes clauses required by OMB’s common rule on bidding/offering procedures,
implemented by HUD in 24 CFR 85.36, and those requirements set forth in Executive Order 11625 for
small, minority, women-owned businesses, and certifications for independent price determination, and
conflict of interest.
c) General Conditions for Non-Construction Contracts Section I – (With or without Maintenance
Work) (Form HUD-5370-C)
This form is applicable to any contract agreement entered into between Miami-Dade County, as represented
by PHCD, and the successful offeror(s). Form HUD-5370-C includes clauses required by 24 CFR 85.36(i)
necessary for non-construction contracts.
2.21 Emergency Contingency Plan
Bidders awarded future ITQs shall have an Emergency Contingency Plan that guarantees the County a
continuous supply of fuel before, during, and after an emergency, as determined solely by the County. During
emergencies the County has historically experienced an increase in its normal fuel purchases of about 40%-
60% for a prolonged period of time depending on the nature of the emergency. Awarded Bidder shall provide
the fuel at existing contract prices.
In case of emergencies or circumstances beyond the control of the Awarded Bidder(s), the County may authorize
reimbursement of higher than awarded fuel prices and/or additional charges. It is the Awarded Bidder’s
responsibility to obtain authorization from the County prior to obtaining higher priced fuels for the County or
incurring additional charges.
2.22 EMERGENCY CONTACT REPRESENTATIVE
Awarded Bidders shall have at least one (1) company representative capable of managing emergencies on a
24/7 basis, particularly before, during, and after hurricanes and other emergencies. Awarded Bidders shall
provide the contact information of the company representative(s) immediately after award of an ITQ.
6ROLFLWDWLRQ5740LDPL’DGH&RXQW\
$0 S 20
SOLICITATION TITLE: Gasoline and Diesel SOLICITATION NO. RTQ-02202
Page 11 of 11 Rev. 1/14
SECTION 3 – TECHNICAL SPECIFICATIONS
3.1 SCOPE OF WORK
Prequalified Vendors shall be capable of providing and delivering various unbranded fuels such as gasoline
(regular, mid-grade, and premium), diesel (clear and dyed), marine gasoline (Rec90), aviation and Jet-A fuels
in bulk quantities to County facilities or equipment operated by various County departments throughout the
geographical area of Miami-Dade County. Other government agencies may access this contract. Due to the
critical public safety services provided by the County, awarded Bidders shall endeavor to supply fuels to the
County first, before all other customers during emergencies.
3.2 SAMPLE INVITAION TO QUOTE:
Please see Exhibit A for a sample of a future Invitation to Quote (ITQ). Do not submit (return) Exhibit A with the
Submittal.
3.3 CONSUMPTION 2020-2021
The table below provides the County’s latest purchase data for 2020-2021 in gallons. However, during
emergencies such as hurricanes, the County expects an increase in fuel consumption of 60% or more before
and after the approach or landfall of a hurricane. Awarded Bidders shall source fuel and equipment to meet
this demand, while Port Everglades may reduce fuel allocations or shut down.
Octr 20 728,471 Octr20 1,130,449
Novr20 610,962 Novr 20 1,139,297
Decr20 708,318 Decr20 703,333
Janr 21 602,056 Janr21 571,877
Febr21 649,212 Febr21 680,451
Marr21 708,587 Marr21 813,016
Aprr21 713,306 Aprr21 638,650
Mayr21 658,480 Mayr 21 784,326
Junr 21 688,802 Junr21 755,591
Jul r21 767,982 Jul r 21 762,654
Augr21 716,782 Augr 21 851,165
Sepr21 672,743 Sepr21 733,897
GASOLINE:all grades DIESEL:clear and dyed
6ROLFLWDWLRQ5740LDPL’DGH&RXQW\
$0 S 21
22
Miami-Dade County
MIAMI·· mm iil'
Exhibit A
INVITATION TO QUOTE (ITQ}
PART I. ITQ OVERVIEW AND GENERAL TERMS AND CONDITIONS
ITQ No.: TBA ITQ Due Date and Time: TBA at TBA am/ m Local Time
ITQ Title: TBA
This ITQ is issued ursuant to Miami-Dade Count Pool of Pre ualified Vendors No. RTQ-02202
Solicitation RTQ-02202
□ Quotes will be accepted until the due date and time, via email at and copy the Clerk of the Board at
Clerk.Board@miamidade.gov.
□ Quotes must be received by the due date and time, in a sealed envelope, identified on its outsi e as a quote for the above given
ITQ number . Deliver or mail sealed uotes to :
Count Department: TBA
Department Contact: TBA E-Mail: TBA
Delive /Service Address: TBA
Delivery/Service Required: within TBA calendar days from receipt of Purchase Or er (PO) TBA
Method of Award:
Award of this Contract will be made to the lowest responsive and responsible Bidder:
□ in the aggregate for all items listed in this ITQ . If a Bidder fails 0 ay be rejected .
□ on an item-by-item basis.
□ on a group-by-group basis.
A. Information
B. Instruction to All Bidders
1. Section 1, General Terms and Conditions of Mia pply to all resultant contracts from this ITQ . This
Section is available on d ' SPD) webpage :
htt s://www .miamidad and-conditions-r21-2 . df
General Terms and Con
2. All questions must be on of the department contact, via e-mail address indicated
above, with a copy se ==-=-=-=c.:..:.=c:..:.:..:::;:::.=,=.==-=-unty will issue responses to inquiries and any changes to the ITQ
via written addenda i .
3. □ The use of Federal contract. As such, the following Section 1 General Terms and Conditions
provi • not ap
1.2(H)
1.11 L
• Article 1.29 Office of tfle r,spector General ( only the cost of the random audits, as specified)
• ,Miele 1. 7 Ce nty Us r Access Program (UAP)
• Article 1.45 Small Business Enterprise (SBE) Measures
• Arti le 1.46 Lo Certified Veteran's Business Enterprise Preference
• Article . f<pplication of Preferences
• Article 1. ,§ First Source Hiring Referral Program (FSHRP)
4. Pursuant to Section 2-11 .1 (t) of the Code of Miami-Dade County, as amended, a "Cone of Silence " is imposed upon issuance of
this ITQ after advertisement and terminates at the time a written recommendation is issued.
5. Complete PART IV. Pricing Form and PART V. ITQ Submittal Form and ascertain their timely submission as stipulated in this
ITQ.
ITQ No.
3/15/2022 8:40 AM Page 1 of 10 rev . 091320ft 1
23
Miami-Dade County
MIAMI·· mm iil'
Exhibit A
INVITATION TO QUOTE (ITQ}
Solicitation RTQ-02202
PART II. ADDITIONAL TERMS
1. Term of Contract
Example: This Contract shall commence on the first calendar day of the month succeeding approval of the Contract by the
County Mayor or designee, unless otherwise stipulated in the Purchase Order issued by the XX Department and shall remain
in effect until such time as the goods are delivered and/or services are completed, and accepted by the County's authorized
representative.
2. Small Business Enterprise (SBE) (As provided by the Small Business Development Division)
3. Insurance Requirements (List insurance requirements provided by the Risk Management Division below , if different than those
listed in Section 1, Article 1.22)
4. Pre-Bid Conference and Site Visit (Calendar the meeting at: https://www8 .miamidade.gov /global /calendar/global.page )
5. Warranty Requirements
6. Wage Requirements {As provided by the Small Busine
1. Background/Purpose
2. Detailed Description of the Intended Results
3. Schedule, Time Period
4. Staffing/Labor
5. Equipment
PART IV. PRICING FORM
TBA
ITQ No.
3/15/2022 8:40 AM Page 2 of 10 rev . 091320ft 1 -
24
PART V. SUBMITTAL FORM
Bidder's Legal Name (include d/b/a if applicable):
I SAMPLE, DO NOT SUBMIT
Miami-D a
MIAMl·DADE
M•Mii1
INVITATION TO QUOTE (ITQ)
Federal Tax Identification Number:
I SAMPLE, DO NOT SUBMIT
A. SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (if applicable):
Solicitation RTQ-02202
A Small Business Enterprise (SBE) must be certified by the Small Business Development Division (SBD) for the p. of goods and/or services the
Bidder provides in accordance with the applicable Commodity Code(s) for this Solicitation. For certification infor m ion, con act SBD at (305) 375-3111
or access http ://www .miamidade .gov/smallbusiness/certification -programs .asp . The SBE must be certified b tti 1s Solicita tio n's submission deadline ,
at Contract award , and for the duration of the Contract to remain eligible for the preference . Firms that ra tla te from the SBE Program during the
Contract may remain on the Contract.
D Place a check mark here only if affirming Bidder is a Miami-Dade County Certified Small Business Enterprise .
B. LOCAL PREFERENCE CERTIFICATION:
For the purpose of this certification , and pursuant to Section 2-8 .5 of the • • ness located within
the limits of Miami-Dade County that has a valid Local Business Tax Re ar prior to bid submission ;
has a physical business addre ss located within the limits of Miami-in ich served as the place of
employment for at least three full time employees for the contin to ption , if the business is a
certified Small Business Enterprise , the local business loc • ce of e r one full time employee); and
contributes to the economic development of the community . This may , but not be limited to , the retention
and expansion of employment opportunities and the suppor ase .
D Place a check mark here only if affirming the Bidder meet e. Failure to complete this certification at this
time may render the vendor ineligible for Local Preference .
IN ACCORDANCE WITH CFR 200 .319 (b),
C. LOCALLY HEADQUARTERED B
For the purpose of this certific • n, and ami-Dade County , a "locally headquartered business " is a Local
Business as defined above , w i-Dade County . "Principal place of business " means the nerve center
or the center of overall directi he Bidder . If the Bidder has only one business location , such business
location shall be its principal p
D Place a check mark here quirements for the Locally Headquartered Preference (LHP). Failure to affirm
this certifica his time m or the LHP . The address of the Locally Headquartered office is :
LLY HEADQUARTERED BUSINESS PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED
D. LOCAL CERTIF.J ED VETERJXN 'S BUSINESS ENTERPRISE CERTIFICATION:
A Local Certified Veter 's-Busf'A ss Enterpr ise 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 submis s'<!>n is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to
Section 295 .187 of the Flori a Statues .
D Place a check mark here only if affirming the Bidder is a Local Certified Veteran 's Business Enterprise . A copy of the certification must be
submitted with the bid.
IN ACCORDANCE WITH CFR 200 .319 (b), LOCAL CERTIFIED VETERAN'S BUSINESS ENTERPRISE PREFERENCE SHALL NOT APPLY TO FEDERALLY
FUNDED PURCHASES .
ITQ No.
3/15/2022 8:40 AM Page 3 of 10 rev . 091320ft 1
25
E. CONVICTION DISCLOSURE:
Miami-D a
MIAMl·DADE
M•Mii1
INVITATION TO QUOTE (ITQ)
Solicitation RTQ-02202
Pursuant to Section 2-8.6 of the Code of Miami-Dade County, 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 at the time of bid
submittal.
D Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement.
F. CONFLICT OF INTEREST DISCLOSURE:
Pursuant to Section 2-11.1 {c) and {d) of the Code of Miami-Dade County, please respond to the following questions posed.
1. ARE ANY OWNERS/PRINCIPALS/PERSONS WITH OWNERSHIP INTEREST IN THE CO
ELECTED OFFICIAL , AGENCY BOARD MEMBER OR EMPLOYEE(S)?
□YES or □ NO
If Yes , attach Conflict-of-Interest Opinion provided by Miami-Dade County Commissio
2. ARE ANY IMMEDIATE FAMILY MEMBERS OF THE COMPANY 'S OWNERS/PRINCIPALS/PERS
INTEREST IN THE COMPANY, A MIAMI-DADE COUNTY ELECTED OF Cl CY BOARD M
□YES or □ NO
If Yes, attach Conflict-of-Interest Opinion provided by Miami-Dade re Trust.
G. WAIVER OF CONFIDENTIALITY AND TRADE SEC
The Bidder acknowledges and agrees that the submittal o overnme Sunshine Laws and Public Records
Laws , as set forth in Florida Statutes Section 286 .011 and submitted as part of, or in support of, the Bid will be
available for public inspection after opening of bids and ma .
By submitting a bid pursuant to the Soli • • , Bidd e considered public records. The Bidder shall
not submit any information in respon a trade secret, proprietary or confidential. If the
Bid contains a claim that all or a portio tary or trade secret information , the Bidder , by signing
below , knowingly and expressly waives matter how indicated , is confidential , proprietary or a trade
secret and authorizes the County to rele n.
Acknowledgment of Waiver :
I SAMPLE , DO NOT SUBMIT
Represe Representative's Title :
SAMPLE , DO NOT SUBMIT
H. BIDDER'S CONTACT INFORMATION
"'---#' Bidder's Contact Perst.7\ Email Address :
I SAMPLE , DO NOT SUBMIT I SAMPLE , DO NOT SUBMIT
Phone Number (include area code): SAMPLE , DO NOT SUBMIT
ITQ No.
3/15/2022 8:40 AM Page 4 of 10 rev . 091320ft ~
26
I. ACKNOWLEDGEMENT OF BINDING OFFER
Miami-D a
MIAMl·DADE
M•Mii1
INVITATION TO QUOTE (ITQ)
Solicitation RTQ-02202
The execution of this form constitutes the consent of the Bidder to be bound by the terms of its Bid and the Solicitation. Failure to sign
where indicated below 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 Bid and the Solicitation.
Bidder's Authorized Representative's Signature:
I SAMPLE , DO NOT SUBMIT
Representat ive 's Name :
I SAMPLE , DO NOT SUBMIT
This ITQ includes the following attachments :
□ Drawings/Pictures/Site Maps
□ Subcontracting Form
□ Certificate of Assurance (if applicable)
□ Contractor Due Diligence Affidavit (if award is over $1 ,.
ITQ No.
3/15/2022 8:40 AM
Date:
I SAMPLE , DO NOT SUBMIT
Representat ive 's Title :
SAMPLE , DO NOT SUBMIT
Page 5 of 10 rev . 091320ft ~
27
Miami-D a
MIAMl·DADE
M•Mii1
INVITATION TO QUOTE (ITQ)
Solicitation RTQ-02202
3.1 SCOPE OF WORK
Provide and deliver various unbranded fuels such as gasoline (regular, mid-grade, and premium), diesel (clear and
dyed), marine gasoline (Rec90), aviation and Jet-A fuels in bulk quantities to County facilities or equipment operated
by various County departments throughout the geographical area of Miami-Dade County. 0t er government agencies
may access this contract. Due to the critical public safety services provided by the G nty, awarded Bidders shall
endeavor to supply fuels to the County first , before all other customers during emer encies .
3.2 DIESEL AND GASOLINE SPECIFICATIONS:
3.4
Gasoline E10, Unleaded 87, 89, and 92 Octane : Conforming to Florida Adminis r tive Code 5F -2.0 1 Florida
Department of Agriculture and Consumer Services .
Gasoline (Rec90), Unleaded 90 Octane : An ethanol-free , 90 aded gasoli for use in
recreational/marine engines .
Ultra-Low Sulfur Diesel Fuel , grade no . 2-D (.0 in over the road diesel
engine , per A.S .T.M. specification D975 , com artm nd Consumer Services
standards 5F-2 .001 .
Ultra -Low Sulfur Fuel Diesel Fuel, Red s • off the road diesel engine , per A.S .T.M .
specification D975 , Grade # 2 S15 comp t of Agriculture and Consumer Services
standards 5F-2 .001 . It shall have a minimu STM D613 .
Type "A" Jet Fuel : "Jet-
Aviation Gasoline: 100 Octan ,
live st be either outfitted with the appropriate meters and measuring
e ui rnent to recor -n red corrected to 60 Degrees Fahrenheit , or be invoiced with a correction
the d of the total delivered for gasoline and .0100 of the gallons delivered for
Coun y e invoiced for NET gallons delivered in all cases .
The County requires uel delivery in trucks equipped with a sealed State of Florida approved and inspected meter or
from trucR that a State of Florida Department of Agriculture and Consumer Services sealed , calibrated , and
certified com artment tank volume markers for the petroleum product being delivered . All delivery trucks shall have
the ability to m asure fuel delivered and correct the recorded amount delivered to 60 degrees Fahrenheit for billing
purposes .
ITQ No.
3/15/2022 8:40 AM Page 6 of 10 rev . 091320ft ~
28
Miami-D a
MIAMl·DADE
M•Mii1
INVITATION TO QUOTE (ITQ)
Solicitation RTQ-02202
3.5 CONSUMPTION 2020-2021
The table below provides the County's latest purchase data for 2020-2021 in gallons. However, during emergencies
such as hurricanes, the County expects an increase in fuel consumption of 60% or more before and after the approach
or landfall of a hurricane. Awarded Bidders shall source fuel and equipment to meet this demand, while Port
Everglades may reduce fuel allocations or shut down.
GASOLINE: all grades DIESEL: clear and dy
Oct-20 728,471 Oct-20 1
Nov-20 610,962 Nov-20
Dec-20 708,318 Dec-20
Jan-21 602,056 Jan-21
Feb-21 649,212 Feb-21
Mar-21 708,587
Apr-21 713,306
May-21 658,480
Jun-21 688,802
Jul-21 767,982
Aug-21 716,782
Sep-21 672,743
3.6.1 Awarded Bidder( nd one backup fuel truck available to the County at
each air t and
The fuel ration , be properly equipped with a fuel pumping system, and
metering ided shall be subject to inspection and approval by the County
rior to a rm of the contract.
If, rior to Notice to Proceed, t e awarded Bidder's fuel truck is determined to not meet the specifications and
requirements of is solicitation, the awarded Bidder will be given one (1) hour to provide a replacement.
__ ail1;1re to meet this regOirement may render the awarded Bidder non-responsible during evaluation of offers
sub itt.e{t, o ma~ Be considered non-performance, and the County has the right to procure the fuel ----elsewhere .
3.6.2 A 0 eku fuel truck must be available 24 hours a day , 7 days a week (including all Holidays) to replace the
in-serv· e fuel truck, should the in-service truck become non-functional or exhibit operational safety issues .
ITQ No.
3/15/2022 8:40 AM
A contact person shall be identified and made available by the awarded Bidder(s) during and after regularly
scheduled business hours, and backup service must be provided within one (1) hour of notification by the
County. Any minor discrepancies, which do not hinder operations or exhibit operational safety issues, must
be fixed within 24 hours . At the County's sole discretion, additional time to allow for repairs may be afforded
the Vendor provided that County flight operations are not hindered .
Page 7 of 10 rev . 091320ft ~-
29
Miami-D a
MIAMl·DADE
M•Mii1
INVITATION TO QUOTE (ITQ)
Solicitation RTQ-02202
3.6.3 The Jet-A fuel backup truck provided by the awarded Bidder must be reliable and in good working condition
and include and provide a fuel pumping system and metering devices.
3.6.4 The Jet-A fuel quantity in the fuel truck shall be a minimum of 1,000 gallons at all times. The awarded Bidder
will check the fuel truck on a daily basis to ensure proper fuel levels and functioning, especially on Holidays
and weekends.
3.6.5 The maintenance and testing of aircraft fueling systems shall be condu t , under c(1 trolled conditions, in
strict compliance with NFPA 401 (C) or subsequent replacement publica i n .
3.6.6 The fuel truck must have meters that keeps track of and records the gallons of.:
3.6 .7 Wheel chocks must have an appropriate tether.
3.6.8 All fuel truck lighting must be functional; this includes the pum
3.6.9 Bonding/grounding clip must be present at n
3.6 .10 Fuel truck must have an on dema
3.6.11 All vehicle functions and displays 'tion. All safety items shall be in good working
3.6.12
3.6.13
order such as lights, brakes, win
3.6.14 Fuel tru s in the morning, and recorded . Inspection records must be
made av quest.
3.6.15 Fuel true nually, and be compliant with the National Air Transportation
ociatio uality Control Procedures for Airport Service and Support Operations .
Wn n a sudden drop in differential pressure occurs under identical operating conditions.
When a membrane filtration (millipore) test indicates particulate matter is passing through
filter/separator.
3.6.15 .5 When it is known that elements have been subject to the disarming effect of surfactants .
3.6.16 SERVICE AND TRAINING -MIAMI EXECUTIVE AIRPORT ONLY
ITQ No.
3/15/2022 8:40 AM Page 8 of 10 rev . 091320ft ~
30ITQ No.
Miami-D a
MIAMl·DADE
M•Mii1
INVITATION TO QUOTE (ITQ)
Solicitation RTQ-02202
3.6.16.1 MDFR and MDPD reserve the right to pump their own fuel. Allowing the awarded Bidder to pump
the fuel is optional, not mandatory. If the County requests the awarded Bidder to pump fuel, the
awarded Bidder must inform the County of any additional charges for this service prior to
performing any pumping.
3.16.2 The awarded Bidder shall train all County personnel end users on how to safely operate the fuel
truck. The training shall include instruction manuals or checklists nd any necessary safety
equipment. The County and the awarded Bidder shall agree on a tua ime and date for this
training .
3.6.17 GROUND POWER
The awarded Bidder shall be capable of providing ground po starting at n meters
of the Miami Executive airport.
3.6.18 TOWING
The awarded Bidder shall be capable of i
Miami Executive airport.
3.6.19 DEFUELING
3.6.20
3.6.21
The awarded Bidder shall have the c
shall provide the user d
additional charge,
efueling . In addition , the awarded Vendor
twas taken at the point of defueling at no
The awa • to "Hot Fuel " when necessary for their operation . The term
"Hot Fue ating while County personnel dispense fuel into the aircraft.
ultiple ways of ensuring that fuel will be available in the event of an extended
r between copies of fuel tickets and the truck sheet , the copy of fuel ticket signed by
oun y personnel who received the fuel will control.
3.6 .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 .
3/15/2022 8 :4 0 AM Page 9 of 10 rev . 091320ft ~ -
31
Miami-D a
MIAMl·DADE
M•Mii1
INVITATION TO QUOTE (ITQ)
Solicitation RTQ-02202
3.6.25 Awarded Bidder(s) shall secure at their site no less than 2,000 gallons of Jet-A fuel for the exclusive use of
the County at each airport within 24 hours after receiving a request from the County, and shall provide written
confirmation to the ordering department via email that the fuel is secured. These requests may be in response
to events such as impending hurricane landfall or other circumstances where fuel shortages are expected.
3.7 CPA LOCKAAIRPORT ONLY
The awarded Bidder shall provide a fuel truck the with Jet-A fuel on a 24-hour basis, se en (7) aays a week, 365 days
a year (including Holidays) to Miami-Dade Fire Rescue (MDFR) and Miami-Dade , o ice Dep mt ent (MDPD). Upon
receipt of a phone call or upon being contacted via radio , the awarded Bidd r, us arrive it heir fuel truck at
Station 25 within no more than 10 minutes to be available to begin fueling the helico te.
3.8 MIAMI EXECUTIVE AIRPORT ONLY
The awarded Bidder shall provide a dedicated fuel truck the -,p, I on a 24-n (7) days a
week , 365 days a year (including Holidays) to Miami -Dade Fire ) and Mi ce Department
(MDPD) operations ' location , on the tarmac betwe der shall always
keep a minimum of 1,000 gallons of fuel in the f rate the fuel truck to
fuel County 's helicopters.
ITQ No.
3/15/2022 8 :4 0 AM Page 10 of 10 rev . 091320ft ~
32
Miami-Dade County Solicitation RTQ-02202
MIAMI-DADE -@•jiJ:ii1
Submittal Form
Solicitation No. RTQ-02202 Solicitation Title: Gasoline and Diesel
Bidder's Legal Company Name (include d/b/a if applicable): Bidder's Federal Tax Identification Number:
I I· I I·
If Corporation -Date Incorporated/Organized: State Incorporated/Organized:
L J L _J ·
Company Operating Address : City State Zip Code
C-J C-J C-7 C-7 . . . .
Miami-Dade County Address (if applicable): City State Zip Code
C-J C-J C-7 C-7
Company Contact Person : Email Address :
C-~· C-~·
Phone Number Company 's Internet Web Address :
(include area code): C-7 C-J *
Pursuant to Section 2-8 .6 of the Code of Miami-Dade County (County), 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 at the time of bid submission.
D Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement.
Pursuant to Section 2-11 .1 (c) and (d) of the Code of Miami-Dade County, please respond to the following questions posed .
1. ARE ANY OWNERS/PRINCIPALS/PERSONS WITH OWNERSHIP INTEREST IN THE COMPANY, A MIAMI-DADE COUNTY
ELECTED OFFICIAL , AGENCY BOARD MEMBER OR EMPLOYEE(S)?
□YES or □NO
If Yes, attach the Conflict-of-Interest Opinion provided by Miami-Dade County Commission on Ethics and Public Trust.
2. ARE ANY IMMEDIATE FAMILY MEMBERS OF THE COMPANY 'S OWNERS /PRINCIPALS /PERSONS WITH OWNERSHIP INTEREST IN THE COMPANY,
A MIAMI-DADE COUNTY ELECTED OFFICIAL , AGENCY BOARD MEMBER OR EMPLOYEE?
□YES or □NO
If Yes, attach the Conflict-of-Interest Opinion provided by Miami-Dade County Commission on Ethics and Public Trust.
Note : The County reserves the right to request and evaluate additional information from any Bidder regarding Bidder's responsibility after the submission deadline , as the
County deems necessary.
LOCAL PREFERENCE CERTIFICATION : 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 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 ta x
base .
D Place a check mark here only if affirming the Bidder meets the requirements for Local Preference . Failure to affirm this certification at this time may render the
Bidder ineligible for Local Preference.
IN ACCORDANCE WITH CFR 200 .319(b), LOCAL PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE .
LOCALLY-HEADQUARTERED BUSINESS CERTIFICATION : 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.
3/15/2022 8:40 AM
33
Miami-Dade County Solicitation RTQ-02202
D Place a check mark here only if affirming the Bidder meets the requirements for the Locally-Headquartered Preference (LHP). Failure to affirm certification at this
time may render the Bidder ineligible for the LHP.
The address of the Locally-Headquartered office is:
IN ACCORDANCE WITH CFR 200.319{b), LOCALLY-HEADQUARTERED BUSINESS PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE.
LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant
to Section 2-8.5 of the Code of Miami-Dade County; and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran
business enterprise pursuant to Section 295.187 of the Florida Statutes.
D Place a check mark here only if affirming Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid.
IN ACCORDANCE WITH CFR 200.319{b), LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE.
SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (if aP.11.licabtet
A Small Bu sines s Enterprise (SBE ) must be certified by the Division of Small Business Development (SBD) for the type of goods and/or services the Bidder provides in
accordance with the applicable Commodity Code(s) for this solicitation . For certification information , contact SBD at (305) 375-3111 or access
http ://www .miamidade .gov/smallbusiness/certification-programs .asp . The SBE must be certified by the solicitation's submission deadline , at contract award , and for the duration
of the contract to remain eligible for the preference . Firms that graduate from the SBE Program during the contract may remain on the contract .
D Place a check mark here only if affirming Bidder is a Miami-Dade County Certified Small Business Enterprise .
IN ACCORDANCE WITH CFR 200 .319(b), SMALL BUSINESS ENTERPRISE MEASURES SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE
SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST, THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR
LIST, OR THE SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST:
By executing this bid through a duly authori zed representative , the Bidder certifies that the Bidder is not on the Scrutini zed Companies with Activities in Sudan List , or the
Scrutini zed Companies with Activities in the Iran Petroleum Energy Sector List , or the Scrutinized Companies that Boycott Israel List , as those terms are used and defined in
Sections 287 .135 , 215.473 , and 215.4725 of the Florida Statutes . The County shall have the right to terminate any contract resulting from this solicitation for default if the
Bidder is found to have submitted a false certification or to have been placed on the Scrutini zed Companies with Activities in Sudan List , the Scrutinized Companies with
Activities in the Iran Petroleum Energy Sector List , or the Scrutinized Companies that Boycott Israel List.
OR
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 through a duly
authorized representative and shall also initial this space : In this event , the Bidder shall furnish together with its bid a duly executed written explanation of
the facts supporting any exception to the requirement for certification that it claims under Section 287 .135 and/or 215.4725 of the Florida Statutes . The Bidder agrees to
cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception could be applicable .
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 .
,!!y submitting a bid P.Ursuant to this solicitation, Bidder agrees that all such materials may be considered to be P.Ublic records. The Bidder shall not submit
!OY information in resP.onse to this solicitation which the Bidder considers to be a trade secret,_P.rOP.rietary or confidential. 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
Date Signature:
C-7 * C-7 *
Representative's Name:
C-7 *
Representative's Title:
C-7 *
THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER . FAILURE TO SIGN
3/15/2022 8:40 AM
7+,662/,&,7$7,21:+(5(,1’,&$7(’%(/2:%<$1$87+25,=(’5(35(6(1 7$7,9(6+$//5(1’(57+(%,’1215(63216,9(‹‹7+(&2817<0$<
+2:(9(5,1,7662/(’,6&5(7,21$&&(37$1<5(63216(7+$7,1&/8’(6$1(;(&87(’’2&80(17:+,&+81(48,92&$//<%,1’67+(%,’’(5
727+(7(5062),762))(5
‹
%LGGHU•V$XWKRUL]HG5HSUHVHQWDWLYH•V6LJQDWXUH ’DWH
5HSUHVHQWDWLYH•V1DPH
5HSUHVHQWDWLYH•V7LWOH
‹
6ROLFLWDWLRQ5740LDPL’DGH&RXQW\
$0 S 34
35
Miami-Dade County Solicitation RTQ-02202
SUBCONTRACTING FORM
Solicitation Number RTQ-02202
*Vendor Name *FEIN#
~----------~
ComP.lete "A" or "B":
A. D No subcontractors or direct suppliers will be utilized pursuant to this solicitation.
B. D The below listed subcontractors and/or suppliers will be utilized pursuant to this solicitation:
Business Name and Address of First Tier Subcontractor/
Subcontractor/ Scope of Work to be Performed by Subcontractor Subconsultant License
Subconsultant Name of Principal Owner Subconsultant (if applicable)
I I
I I I I I I
I I
I I I I I I
C-7 J
C-7 L J L J L J
Business Name and Address of First Tier Direct
Supplier Name of Principal Owner Supplies , Materials , and/or Services to be Provided by Supplier
L 7 L J L J
C-7 L J L J
C-7 L J L J
L 7 L J L J
And
Below and/or attached is a detailed statement of the firm 's policies and procedures for awarding subcontractors :
-
(Duplicate thi s form if additional space is needed to provide the required information)
When Subcontracting is allowed and subcontractors will be utilized , the Contractor shall comply with Section 2-8.8 of the Code -Fair Subcontracting Practices : (1) Prior to
contract award , the Bidder shall provide a detailed statement of its policies and procedures for awarding subcontracts and (2) As a condition of final payment under a
contract , the Contractor shall identify subcontractors used in the work , the amount of each subcontract , and the amount paid and to be paid to each subcontractor via the
BMWS at t!l!P.://mdcsbd.gob2g.com .
Pursuant to Section 2-8.1 (D of the Code -Listing of subcontractors reguired on certain contracts, for all contracts which involve the expenditure of one hundred thousand
dollars ($100 ,000) or more , the entity contracting with the County must report to the County the race , gender, and ethnic origin of the owners and employees of its first tier
subcontractors and suppliers via the BMWS at t!l!P.://mdcsbd.gob2g.com . The race , gender, and ethnic information must be submitted via BMWS as soon as reasonably
available and , in any event , prior to final payment under the Contract. The Contractor shall not change or substitute first tier subcontractors or direct suppliers or the portions
of the Contract work to be performed or materials to be supplied from those identified except upon written approval of the County.
I certify that the information contained in this form is to the best of my knowledge true and accurate .
C-7C-7C-7C-
*S ign ature of Vendor 's Represe nt ativ e *PriutName *Print Title *Date
3/15/2022 8:40 AM p.
0LDPL’DGH&RXQW\
&RQWUDFWRU’XH’LOLJHQFH$IILGDYLW
‹
3HU0LDPL’DGH&RXQW\%RDUGRI&RXQW\ &RPPLVVLRQHUV %RDUG5HVROXWLRQ1R 5 &RXQW\ 9HQGRUV DQG &RQWUDFWRUV VKDOO GLVFORVH WKH
IROORZLQJDVDFRQGLWLRQRIDZDUGIRUDQ\FRQWUDFW WKDWH[FHHGVRQHPLOOLRQGROODUVRUWKDW RWKHUZLVHPXVWEHSUHVHQWHGWRWKH%RDUGIRU
DSSURYDO
3URYLGHDOLVWRIDOOODZVXLWVLQWKHILYH\HDUVS ULRUWRELGRUSURSRVDOVXEPLWWDOWKDWKDYHEHHQILO HGDJDLQVWWKHILUPLWVGLUHFWRUV
SDUWQHUV SULQFLSDOVDQGRUERDUGPHPEHUVEDVHGRQDEU HDFKRIFRQWUDFWE\WKHILUPLQFOXGHWKHFDVHQDPH QXPEHUDQGGLVSRVLWLRQ
3URYLGHDOLVWRIDQ\LQVWDQFHVLQWKHILYH\HDUVSU LRUWRELGRUSURSRVDOVXEPLWWDOZKHUHWKHILUPKDVG HIDXOWHGLQFOXGHDEULHI
GHVFULSWLRQRI WKHFLUFXPVWDQFHV
3URYLGHDOLVWRIDQ\LQVWDQFHVLQWKHILYH\HDUVSU LRUWRELGRUSURSRVDOVXEPLWWDOZKHUHWKHILUPKDVE HHQGHEDUUHGRUUHFHLYHGD
IRUPDO QRWLFHRIQRQFRPSOLDQFHRUQRQSHUIRUPDQFH VXFK DV D QRWLFH WR FXUH RU D VXVSHQVLRQ IURP SDUWL FLSDWLQJ RU ELGGLQJ IRU
FRQWUDFWVZKHWKHU UHODWHGWR0LDPL’DGH&RXQW\RU QRW
$OO RIWKHDERYHLQIRUPDWLRQVKDOOEHDWWDFKHGWRWKHH[HFXWHGDIILGDYLWDQGVXEPLWWHGWRWKH3URFXUHPHQW2IILFHURY HUVHHLQJWKLVVROLFLWDWLRQ
FRQWUDFWSXUFKDVHRUGHU7KH9HQGRU&RQWUDFWRUDWWHVWVWRSURYLGLQJDOORIWKHDERYHLQIRUPDWLRQLIDSSOLFDEOHWRWKH&RXQW\
127(3XUVXDQWWR)ORULGD6WDWXWHVVXQGHUSHQDOWLHVRISHUMXU\YHQGR UVZKRDUHXQDEOHWRREWDLQD1RWDU\3XEOLFGXULQJWKH
&29,’GHFODUHGHPHUJHQF\DUHSHUPLWWHGWRXVHWKHEHORZGHFOD UDWLRQLQOLHXRIQRWDUL]HGDIILGDYLWVIRUUHVSRQVHVWRVROLFLWDWLRQV
:ULWWHQ’HFODUDWLRQ 3XUVXDQWWR)ORULGD6WDWXWHVVXQGHUSHQDOWLHVRISH UMXU\,GHFODUHWKDW,KDYHUHDGWKHIRUHJRLQJ&RQWUDFWRU
’XH’LOLJHQFH$IILGDYLWDQGWKDWWKHIDFWVVWDWHGLQLWDWWDFKHGWRLWDUHWU XH
&RQWUDFW1R
)HGHUDO(PSOR\HU
,GHQWLILFDWLRQ1XPEHU)(,1
‹
&RQWUDFW7LWOH
‹
3ULQWHG1DPHRI$IILDQW 3ULQWHG7LWOHRI$IILDQW 6LJQD WXUHRI$IILDQW
1DPHRI)LUP ’DWH
$GGUHVVRI)LUP 6WDWH =LS&RGH
1RWDU\3XEOLF ,QIRUPDWLRQ
1RWDU\3XEOLF–6WDWHRI &RXQW\RI
6XEVFULEHGDQGVZRUQWR RUDIILUPHGEHIRUHPHWKLV GD\RI E\
+HRUVKHLVSHUVRQDOO\NQRZQWRPH RUKDVSURGXFHGLGHQWLILFDWLRQ
6LJQDWXUHRI1RWDU\3XEOLF 6HULDO1XPEHU
6ROLFLWDWLRQ5740LDPL’DGH&RXQW\
$0 S 36
3ULQWRU6WDPSRI1RWDU\3XEOLF ([SLUDWLRQ’DWH 1RWDU\3XEOLF6HDO
UHY&29,’GHFODUHGHPHUJHQF\
6ROLFLWDWLRQ5740LDPL’DGH&RXQW\
$0 S 37
38
Miami-Dade County Solicitation RTQ-02202
Question and Answers for Solicitation #RTQ-02202 -Gasoline and Diesel
Overall Solicitation Questions
There are no questions associated with this Solicitation.
3/15/2022 8:40 AM p . 2 -
Summary
This item is recommending the establishment of a five-year pool for delivery of various types of unbranded
fuels, such as gasoline (regular, mid-grade, and premium), diesel (clear and dyed), marine gasoline
(Rec90), aviation and Jet-A fuels in bulk quantities to the County’s public safety departments such as
Miami-Dade Police Department (MDPD) and Miami-Dade Fire Rescue (MDFR) for their emergency
response vehicles, equipment, and helicopters, as well as other critical public services departments such
as Water and Sewer Department (WASD), Department of Transportation and Public Works (DTPW),
Internal Services Department (ISD), and other County departments and agencies. Gasoline and diesel
fuels are mission critical to keep emergency vehicles operational to respond to incidents throughout the
county.
On April 21, 2021, I established the goal of converting the County’s entire light fleet to battery-electric
by 2030 by ensuring that a minimum percentage of annual light fleet purchases are battery-electric.
Beginning in 2021, at least 10% of each department’s annual light fleet purchases should be battery-
electric and increase by an additional 10% each year or more thereafter. Remaining light fleet purchases
must be fuel efficient. Furthermore, we have already converted 10% of the County’s Metrobus fleet to
zero-emission vehicles and will continue that trend in the coming years. These measures are expected
to reduce the County’s fuel consumption over the next five years. Establishing this open pool permits
the County to prequalify multiple vendors during the term of the pool to accommodate gasoline and
diesel needs, allows vendors to offer their most competitive pricing during future spot market
competitions, and provides subcontracting opportunities for local companies to transport the fuel.
Recommendation
It is recommended that the Board of County Commissioners (Board) approve the establishment of a
prequalification pool, RTQ-02202, Gasoline and Diesel Fuels for multiple departments with an allocation
of $205,416,000. The current pool, RTQ-00676, Gasoline and Diesel, was established by the Board
through Resolution No. R-778-18 and became effective on November 1, 2018, for a five-year term. There
were three vendors in the pool at inception, none of which are local, and there are currently nine vendors
under the pool, of which seven are local. The solicitation for the replacement pool was advertised on
March 15, 2022 and closed on April 15, 2022. There were 2,081 suppliers invited to participate, 33
suppliers viewed the solicitation packet, and three submittals were received. A draft of the solicitation
was posted on the County’s future solicitation website from January 6, 2022 through January 21, 2022
to encourage vendor participation.
To track pool expenditures by vendor, bidding under this and other prequalification pools will gradually
be conducted and monitored in a single platform, INFORMS, which will allow staff to provide data reports
to the Board, as requested.
Background
This pool includes a reserve amount for unforeseen price increases and fuel usage increases during
pre- and post-mobilizations and recovery efforts for emergencies such as hurricanes. During
emergencies, the County may be called upon to supply fuel to local municipalities, agencies, and private
sector infrastructure entities such as grocery stores, as experienced in September 2017 during Hurricane
Date:
To:
From: Daniella Levine Cava
Mayor
Subject: Recommendation for Approval to Establish a Prequalification Pool for Gasoline and
Diesel Fuels
May 2, 2023
Honorable Chairman Oliver G. Gilbert, III
and Members, Board of County Commissioners
MDC001
Agenda Item No. 8(P)(7)
Resolution No. R-424-23
OFFICIAL FILE COPY CLERK OF THE BOARD OF COUNTY COMMISSIONERS MIAMI-DADE COUNTY, FLORIDA
39
Honorable Chairman Oliver G. Gilbert, III
and Members, Board of County Commissioners
Page 2
Irma. A reduction in consumption of gasoline and diesel is anticipated during the next five years due to
improved fuel efficiency of newer vehicles and heavy equipment, as well as the reduction of diesel fuel
consumption due to alternative fuel buses such as compressed natural gas, diesel-electric hybrid, and
battery-electric.
Scope
The scope of this item is countywide in nature.
Fiscal Impact/Funding Source
The fiscal impact for the five-year term is $205,416,000. The current pool, RTQ-00676, is valued at
$301,303,000 for a five-year term and expires on October 31, 2023. The allocation under the
replacement pool is lower than the current pool due to anticipated reductions in fuel consumption,
resulting from the Mayoral initiative to convert the County’s light fleet vehicles to battery-electric by 2030.
Department Allocation Funding Source Contract Manager
Animal Services $18,000 General Fund Annette Jose
Aviation $1,750,000 Proprietary Revenue Sylvia Novela
Community Action and
Human Services $65,000 General Fund Brad Skinner
Corrections and
Rehabilitation $75,000 General Fund Emilio Palma
MDFR $16,619,000 Fire District/
General Fund Marianela Betancourt
ISD $125,880,000 Internal Service Funds Rey Llerena/Pete Moolah
Public Housing and
Community
Development
$985,000 Federal Funds Indira Rajkumar-Futch
MDPD* $3,500,000 General Fund Nicholas Santos
PortMiami $500,000 Proprietary Funds Frank Ramirez
Parks, Recreation and
Open Spaces $4,375,000 General Fund Fernando L. Robreño
DTPW $23,576,000 DTPW Operating Ana Riosecco
Solid Waste
Management $6,073,000 Proprietary Funds/
General Fund Karina Careaga
WASD $22,000,000 Proprietary Funds Fred Taylor
Total: $205,416,000
*It should be noted that contracts contain termination for convenience provisions, which can be exercised if the
commodities and services in this item are affected by the establishment of the constitutional offices.
Track Record/Monitor
Vanessa Stroman of the Strategic Procurement Department (SPD) is the Procurement Contracting
Manager.
Delegated Authority
Upon approval of this item, a pool of prequalified vendors will be established to participate in spot market
competitions. The County Mayor or the County Mayor’s designee will have the authority to solicit pricing
and award contracts up to an aggregate amount of the allocation authorized by the Board. The County
Mayor or the County Mayor’s designee will also have the authority to (a) exercise all provisions of the
solicitation documents and any resulting contracts pursuant to Section 2-8.1 of the County Code and
Implementing Order 3-38 and (b) add vendors to the pool at any time, subject to ratification by the Board
on a bi-annual basis.
MDC002 40
Honorable Chairman Oliver G. Gilbert, III
and Members, Board of County Commissioners
Page 3
Vendors Recommended for Prequalification Pool
Three vendors responded to the solicitation by the closing date, of which two are being recommended
for inclusion in the pool as set forth in the table below. In an effort to include additional qualified vendors,
staff conducted further outreach to vendors under the current pool and an additional two vendors
submitted responses after the solicitation closed. Following review, these vendors are also being
recommended for inclusion in the pool as noted below.
The pool includes five groups: Group One: Transport Truck and Tank Wagon Truck Delivery of Gasoline
and Diesel (Clear and Dyed) Fuels; Group Two: Fueling Services for County Mobile Equipment; Group
Three: Rec-90, Recreational/Marine Gasoline; Group Four: Jet-A and Aviation Fuel Delivery/Services by
Fixed Based Operators; and Group 5: Fuel Transportation Services.
The pool will remain open and advertised on the County’s website to encourage additional participation.
Vendor Principal Address Local
Address Principal Group(s)
Prequalified
Gate301 Miami, Inc. dba
Embassair*
990 Biscayne Boulevard
Office 701
Miami, FL
Same Frank Devaux Group 4
Indigo Energy Partners,
LLC
222 Main Street SW
Gainesville, GA None John E.
Mansfield, Jr.
Groups 1, 2, 3
and 5
Sunshine Gasoline
Distributors, Inc.
1650 NW 87 Avenue
Doral, FL Same Maximo
Alvarez
Groups 1, 2, 3
and 5
Turnberry Airport
Holdings, LLC dba
Fontainebleau Aviation*
19950 West Country Club
Drive
Floor 10
Aventura, FL
Same Jeffrey Soffer Group 4
*Submittal received from vendor after the solicitation closed.
Vendor Not Recommended for Prequalification Pool
The vendor in the below table is not being recommended for prequalification. However, SPD is providing
guidance to the vendor so they can provide the required information and documentation. Upon
submission of the required documents and/or verification of information, the vendor may be added to
the pool.
Vendor Local Address Reason for Not Recommending
Saratoga Rack Marketing, LLC No
Vendor did not submit the required
documents to satisfy the prequalification
criteria.
Due Diligence
Pursuant to Resolution No. R-187-12, due diligence was conducted in accordance with SPD’s
Procurement Guidelines to determine vendor responsibility, including verifying corporate status and that
there are no performance and compliance issues through various vendor responsibility lists and a
keyword internet search. The lists that were referenced included convicted vendors, debarred vendors,
delinquent contractors, suspended vendors, and federal excluded parties. A settlement and mutual
release agreement with Indigo Energy Partners, LLC (Indigo) was adopted by the Board on May 3, 2022
via Resolution No. R-416-22 for claims made by the County related to contaminated fuel that was
provided by Indigo’s third party vendor. There were no findings related to the other vendors.
MDC003 41
Honorable Chairman Oliver G. Gilbert, III
and Members, Board of County Commissioners
Page 4
Pursuant to Resolution No. R-140-15, prior to re-procurement, a full review of the scope of services was
conducted to ensure the replacement pool reflects the County’s current needs. The review included
conducting market research, posting a draft solicitation for industry comment, and holding meetings and
drafting sessions with user departments. The scope of services was updated in accordance with
departmental needs.
Applicable Ordinances and Contract Measures
•The two percent User Access Program provision applies where permitted by the funding source.
•Small Business Enterprise measures will be determined prior to advertising each spot market
competition where permitted by the funding source. Local Preference will be applied at the time of
spot market competition where permitted by the funding source.
•The Living Wage does not apply as the services are not covered under the Ordinance.
______________________
Edward Marquez
Chief Financial Officer
MDC004 42
Honorable Chairman Oliver G. Gilbert, III
and Members, Board of County Commissioners
County Attorney
May 2, 2023
MDC005
8(P)(7)
43
Approved Mayor Agenda Item No. 8(P)(7)
5-2-23Veto __________
Override __________
RESOLUTION NO. ________________________
RESOLUTION AUTHORIZING ESTABLISHMENT OF
PREQUALIFICATION POOL RTQ-02202 FOR MULTIPLE
COUNTY DEPARTMENTS FOR A FIVE-YEAR TERM IN A
TOTAL AMOUNT UP TO $205,416,000.00 FOR THE
PURCHASE OF TRANSPORT TRUCK AND TANK WAGON
TRUCK DELIVERY OF GASOLINE AND DIESEL (CLEAR
AND DYED) FUELS (GROUP 1), FUELING SERVICES FOR
COUNTY MOBILE EQUIPMENT (GROUP 2), REC-90,
RECREATIONAL/MARINE GASOLINE (GROUP 3), JET-A
AND AVIATION FUEL DELIVERY/SERVICES BY FIXED
BASED OPERATORS (GROUP 4), AND FUEL
TRANSPORTATION SERVICES (GROUP 5); AND
AUTHORIZING THE COUNTY MAYOR OR COUNTY
MAYOR’S DESIGNEE TO SOLICIT PRICING, AWARD
CONTRACTS, EXERCISE ALL PROVISIONS OF THE
SOLICITATION DOCUMENTS AND ANY RESULTING
CONTRACTS PURSUANT TO SECTION 2-8.1 OF THE CODE
OF MIAMI-DADE COUNTY, FLORIDA AND
IMPLEMENTING ORDER 3-38, AND ADD VENDORS TO THE
POOL AT ANY TIME, SUBJECT TO RATIFICATION BY THE
BOARD ON A BI-ANNUAL BASIS
WHEREAS, this Board desires to accomplish the purposes outlined in the accompanying
memorandum, a copy of which is incorporated herein by reference,
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY
COMMISSIONERS OF MIAMI-DADE COUNTY, FLORIDA, that this Board authorizes the
establishment of Prequalification Pool RTQ-02202 for multiple County departments for a five-
year term in a total amount up to $205,416,000.00 for the purchase of Transport Truck and Tank
Wagon Truck Delivery of Gasoline and Diesel (Clear and Dyed) Fuels (Group 1), Fueling Services
for County Mobile Equipment (Group 2), Rec-90, Recreational/Marine Gasoline (Group 3), Jet-A
and Aviation Fuel Delivery/Services by Fixed Based Operators (Group 4), and Fuel Transportation
MDC006
R-424-23
44
Agenda Item No. 8(P)(7)
Page No. 2
Services (Group 5); and authorizes the County Mayor or County Mayor’s designee to (a) solicit
pricing and award contracts up to an aggregate amount of the allocation authorized by the Board,
(b)exercise all provisions of the solicitation documents and any resulting contracts pursuant to
section 2-8.1 of the Code of Miami-Dade County, Florida and Implementing Order 3-38, and (c)
add vendors to the pool at any time, subject to ratification by the Board on a bi-annual basis.
The foregoing resolution was offered by Commissioner ,
who moved its adoption. The motion was seconded by Commissioner
and upon being put to a vote, the vote was as follows:
Oliver G. Gilbert, III, Chairman
Anthony Rodríguez, Vice Chairman
Marleine Bastien Juan Carlos Bermudez
Kevin Marino Cabrera Sen. René García
Roberto J. Gonzalez Keon Hardemon
Danielle Cohen Higgins Eileen Higgins
Kionne L. McGhee Raquel A. Regalado
Micky Steinberg
MDC007
Anthony Rodriguez
Marleine Bastein
aye
aye
aye
aye
aye
aye
aye
aye
aye
aye
aye
aye
aye
45
Agenda Item No. 8(P)(7)
Page No. 3
The Chairperson thereupon declared this resolution duly passed and adopted this 2nd day
of May, 2023. This resolution shall become effective upon the earlier of (1) 10 days after the date
of its adoption unless vetoed by the County Mayor, and if vetoed, shall become effective only upon
an override by this Board, or (2) approval by the County Mayor of this resolution and the filing of
this approval with the Clerk of the Board.
MIAMI-DADE COUNTY, FLORIDA
BY ITS BOARD OF
COUNTY COMMISSIONERS
LUIS G. MONTALDO, CLERK AD INTERIM
By:________________________
Deputy Clerk
Approved by County Attorney as
to form and legal sufficiency. _______
Eduardo W. Gonzalez
MDC008
Basia Pruna
46
ITQ No.:EVN001442 Gasoline and Diesel, 11/01/23 thru 10/31/25
Created by:J. Lee J. Lee
Verified by:R. Mendoza Awarded Vendor:
Item No.Differential Per Gallon Extended Price
1 -$0.01000 -$50.00
2 -$0.02000 -$900.00
3 -$0.15000 -$2,587.50
Item No.Differential Per Gallon Extended Price
4 $0.10500 $6,825.00
5 $0.10500 $14,175.00
6 $0.10500 $5,433.75
Item No.Differential Per Gallon Extended Price
7 -$0.03500 -$262,500.00
Item No.Differential Per Gallon Extended Price
8 $0.10000 $20,000.00
Item No.Differential Per Gallon Extended Price
1 -$0.01250 -$5,875.00
2 -$0.01250 -$22,500.00
Item No.Differential Per Gallon Extended Price
3 $0.12000 $10,320.00
4 $0.12000 $26,280.00
Item No.Differential Per Gallon Extended Price
5 -$0.02870 -$425,334.00
Sunshine Gasoline Distributors
-$28,375.0000
$20,000.0000
-$219,603.7500
TRANSPORT TRUCK DELIVERIES
Payment NET 45
Strategic Procurement Department
Price Tabulation
51,750
45,000
5,000
TOTAL FOR TRANSPORT TRUCK DELIVERIES
Gasoline
Estimated Gallons per Year
(this is not a guaranty)
TANK WAGON TRUCK DELIVERIES
Payment NET 45
Gasoline
Estimated Gallons per Year
(this is not a guaranty)
65,000
GROUP A, GASOLINE
-$3,537.5000
E10 Gasoline, Premium
TRANSPORT TRUCK DELIVERIES
Payment NET 45
17,250
E10 Gasoline, Regular
E10 Gasoline, Mid-Grade
Estimated Gallons per Year
(this is not a guaranty)Gasoline
E10 Gasoline, Mid-Grade 135,000
TOTAL FOR TRANSPORT TRUCK DELIVERIES
7,500,000
-$262,500.0000
TOTAL FOR TANK WAGON TRUCK DELIVERIES $26,433.7500
E10 Gasoline, Premium
E10 Gasoline, Regular
TRANSPORT TRUCK DELIVERIES
Payment NET 15
E10 Gasoline, Regular
TANK WAGON TRUCK DELIVERIES
Payment NET 15
ULS Diesel No. 2 (Red Dyed)219,000
Diesel
TOTAL FOR TANK WAGON TRUCK DELIVERIES
Gasoline
TANK WAGON TRUCK DELIVERIES
Payment NET 45
Estimated Gallons per Year
(this is not a guaranty)
ULS Diesel No. 2 (Clear)
TOTAL FOR TRANSPORT TRUCK DELIVERIES
GROUP B, DIESEL
Estimated Gallons per Year
(this is not a guaranty)
E10 Gasoline, Regular 200,000
GROUP A, SUB-TOTAL:
470,000
ULS Diesel No. 2 (Red Dyed)
TOTAL FOR TRANSPORT TRUCK DELIVERIES -$425,334.0000
ULS Diesel No. 2 (Clear)14,820,000
TRANSPORT TRUCK DELIVERIES
Payment NET 15
Diesel
Estimated Gallons per Year
(this is not a guaranty)
ULS Diesel No. 2 (Clear)86,000
1,800,000
Diesel
Estimated Gallons per Year
(this is not a guaranty)
TANK WAGON TRUCK DELIVERIES
Payment NET 15
TOTAL FOR TANK WAGON TRUCK DELIVERIES $36,600.0000
Page 1 of 2 47
Item No.Differential Per Gallon Extended Price
6 $0.10000 $4,000.00
7 $0.10000 $100.00
Item No.Differential Per Gallon Extended Price
1 $0.10000 $58,000.00
Item No.Differential Per Gallon Extended Price
1 $0.10000 $2,000.00
ULS Diesel No. 2 (Clear)
Estimated Gallons per Year
(this is not a guaranty)Diesel
GROUP C, SUB-TOTAL:$58,000.0000
GROUP B, SUB-TOTAL:-$413,009.0000
580,000
TOTAL FOR TANK WAGON TRUCK DELIVERIES $58,000.0000
Estimated Gallons per Year
(this is not a guaranty)
ULS Diesel No. 2 (Clear)40,000
ULS Diesel No. 2 (Red Dyed)1,000
GROUP C, DIESEL
Miami Dade Fire Rescue (MDFR)
TANK WAGON TRUCK DELIVERIES
Payment NET 15
Diesel
TOTAL FOR TANK WAGON TRUCK DELIVERIES $4,100.0000
GROUP D TOTAL:$2,000.0000
GROUP D, DIESEL
Miami Dade Public Housing and Community Development (PHCD)
No County measures or preferences will apply to this group
TANK WAGON TRUCK DELIVERIES
Payment NET 45
-$574,612.7500
Diesel
Estimated Gallons per Year
(this is not a guaranty)
ULS Diesel No. 2 (Red Dyed)20,000
TOTAL FOR TANK WAGON TRUCK DELIVERIES $2,000.0000
Aggregate Total for Groups A, B, and C:
Page 2 of 2 48