Loading...
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 ’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’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’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’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