Loading...
HomeMy WebLinkAboutR-98-1118J-98-999 10/5/98 RESOLUTION NO. " " ^ 1 1 1 8 A RESOLUTION, WITH ATTACHMENT, APPROVING THE PROCUREMENT OF GASOLINE AND DIESEL FUEL ON A SPOT MARKET BASIS FROM VENDORS LISTED ON THE ATTACHED CONTRACT AWARD SHEET, UNDER EXISTING MIAMI-DADE COUNTY CONTRACT NO. 3143-0/03-SW, ON A CONTRACT BASIS UNTIL JULY 31, 2003, FOR THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION, AT A TOTAL ANNUAL AMOUNT NOT TO EXCEED $660,116; ALLOCATING FUNDS THEREFOR FROM THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION, HEAVY EQUIPMENT GARAGE, ACCOUNT CODE NO. 509000.420901.6.715. WHEREAS, the Department of General Services Administration operates the city's fueling facility which provides gasoline and diesel fuel to all heavy equipment and light fleet vehicles used by City of Miami vehicles; and WHEREAS, the City of Miami wishes to provide for the purchase of fuel on a spot market basis for the City's fleet; and WHEREAS, funds are available from the Department of General Services, Heavy Equipment Garage, Account Code No. 'ATTA(HMENT (5)1 CONTAINED CITY COTOWSIQN MEETING OF NOV 17 1998 Remokafim rim 9 i ti IS, 509000.420901.6.715; and WHEREAS, the City Manager and the Director of General Services Administration recommend the purchase of gasoline and diesel fuel from vendors listed on the attached contract award sheet, under existing Miami -Dade County contract, be approved. NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The purchase of gasoline and diesel fuel on a spot market basis from vendors listed on the attached contract award sheet, under existing Miami -Dade County Contract No. 3143-0/03-SW, on a contract basis until July 311 2003, for the Department of General Services Administration, at a total annual amount not to exceed $660,116.00, is hereby approved, with funds therefor hereby allocated from the Department of General Services, Heavy Equipment Garage, Account Code No. 509000.420901.6.715. Section 3. This Resolution shall become effective 2 98-111S immediately upon its adoption and signature of the Mayor11. PASSED AND ADOPTED this 17th day of November JOE CAROLLO, MAYOR In WCMOMW with riami Gods Sec. 2-36, since the Mayor did not indicate approval of AQkftfion by signing it in the designated p9ace ,.tic, IsPislation now des effective with the elapse of ten (10) day frorn the date- f C-cmrnissi action x rding same, without the Ma r exerci ' ATTEST: eto. � Walte J. F ity Clerk WALTER FOEMAN, CITY CLERK APPROV,R� ,q T46"�FQRM AND CORRECTNESS: (/ NDRO VILARELLO ATTORNEY W2943:CSK 1/ If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. 3 98-1118 C O N T R A C T BID NO.: 3143-0/03-SW GASOLINE•AND DIESEL FUEL (AUTOMOTIVE) CONTRACT PERIOD: 8/1/98 thru 7/31/03 COMMODITY CODE: 405-15 PART #1: VENDORS AWARDED F.E.I.N.: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: F.E.I.N.: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: F.E.I.N.: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: A W A R D S H E E T (Previous Bid No. 3143-0/98) OTR YEARS: -0- 581091383 ` Mansfield Oil Co.,of Gainesville, Inc. 1025 Airport.Pkway S. W Gainesville, G 30501 Dest. N 30 Days u, As requested (770) 532-7571 (770) 535-0127-. Libby Norris 5 7592304457 592033270 B.V. Oil Corp. 7950 NW 58 Street Miami, Fl. 33166 Dest. N 30 Days As Requested (305) 593-0705 (305) 591-1769 John Wright usher 01 Corp. 2990 NW 24 Street Miami, F1. 33142 Dest. N 30 Days As Requested (305) 635-8558 (305) 635-6147 Luis Costa 591173292 Consolidated Oil Co. 11550 N. W. 36 Avenue Miami, FL 33168 Dest. �/� N 30 Days V As Requested (305) 687-1266 / b (305) 685-8729 J Harvey Jacobson 98-1118 F.E.I.N.: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: 351462227 Petroleum Traders, Inc. 7110 Pointe Inverness Way Fort Wayne, Inc. 46804-7928 Dest. N 30 Days As Requested (219) 432-6622 (219) 432-6564 Diane Wroblewski PART #2: ITEMS AWARDED 840429897 Coastal Refining & Mktng., Inc. 8700 W. Flagler St. Miami, FL 33174 Dest. N 30 Days As Requested (305) 551-5336 (305) 551-5377 Arnold Seaton Gasoline, Regular Unleaded, Midrange Unleaded, Premium Unleaded Diesel No. 2., Dyed, Non -dyed and flow meter delivery Listed below are the people to be contacted delivery on weekends and holidays. Weekdays Petroleum Traders Gayle Mansfield Oil John Wright Teresa Shumate Coastal McKenzie Tank Lines, Consolidated Customer Svc. Osher Oil Luis Costa Carlos Rubiera Weekend & Holiday Petroleum Traders Dispatch B.V. Oil Corp. John Wright Mansfield Oil Coastal Consolidated Osher Oil Corp for the placement `:of:orders'and 1-800-348-3705 #318 305 593-0705 r 1-800 283-.3835 1-800-432-7213 ` 305 687-1266 Various people with beeper McKenzie Tank Lines Dispatcher Luis Costa Carlos Rubiera 305 635-8558 305 882-6213 1-800-348-3705 #337 305 737-3159 pgr. 305 829-2177 1-800-695-6626 1-800-432-7213 305 410-0984 305 635-8558 305 882-6213 98-1118 27 Honorable Mayor and OCT - 6 1998 = Members of the City Commission Resolution Authorizing the Purchase of Gasoline == _ and Diesel Fuel Po4naH. Warshaw City Manager RECOMMENDATION: It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the purchase of gasoline and diesel fuel, on a spot market basis, utilizing existing Miami -Dade County Contract No. 3143-0/03-SW, in an estimated annual amount not to exceed $660,116, through July 31, 2003, for the Department of General Services Administration. Further authorizing an award to the vendors listed on the attached award sheet, as per terms and conditions. Funds are available from the FY '99 General Services Administration's Heavy Equipment Garage, Account Code No. 509000.420901.6.715, and for subsequent years subject to the availability of funds. BACKGROUND: The Department of General Services Administration operates the City's fueling facility which provides diesel fuel and gasoline to the entire heavy fleet of 997 pieces of equipment and 350 light fleet vehicles used by local government departments and offices. It should be noted that Police cars (approximately 1,050 vehicles) are fueled at various Miami -Dade County facilities, utilizing a separate inter -governmental agreement previously authorized by the City Commission. This contract allows the purchase of fuel at spot market prices from vendors previously pre -qualified. The Department of General Services Administration has been purchasing fuel utilizing this method under a previously established Miami - Dade Co n y,�ontract authorized by Resolution No. 95-746, since October 1995. DHW !/)OP/eh G SA/MeMiami DadeF uet. doc 98-1118 Donald H. Warshaw City Manager CITY C= ^.i z7_CR!DA INTER -OFFICE MEMORIANDUs.1 September 9, 1998 Authorization to Purchase Gasoline R 0 �, i and Diesel Fuel n Pascual, Director Department of General Services AdministradbiF- 1`=== The Department of General Services Administration has verified with the Office of Budget and Management Analysis that funds are available from FY '99 Heavy Equipment Garage, Account Code No. 509000.420901.6.715, in an amount not to exceed $660,116. BUDGETARY 1PEVIEW AND APPROVAL BY: r� Date: Dipak Parekh v Director Office of Budget and Management Analysis DHW/RM/1AP/eh GSA/MeMiamiDaddueMdoc 98 —111S CONTRACT BID NO.: 3143-0/03-SW GASOLINE -AND DIESEL FUEL (AUTOMOTIVE) CONTRACT PERIOD: 8/1/98 thru 7/31/03 COMMODITY CODE: 405-15 PART #1: VENDORS AWARDED F.E.I.N.: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: F.E.I.N.: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: F.E.I.N.: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: AWARD SHEET (Previous Bid No. 3143-0/98) OTR YEARS: -0- 581091383 ` Mansfield Oil Co. -of Gainesville, Inc. 1025 Airport .Pkway S. W. Gainesville, G 30501 Dest. N 30 Days As requested (770) 532-7571 (770) 535-0127-,� ;. ,.. Libby Norris 7592304457 "' `: 592033270 B.V. Oil Corp. Osher Oil Corp. 7950 NW 58 Street Miami, F1. 33166 Dest. N 30 Days As Requested (305) 593-0705 (305) 591-1769 John Wright 2990 NW 24 Street Miami, F1. 33142 Dest. N 30 Days As Requested (305) 635-8558 (305) 635-6147 Luis Costa 591173292 Consolidated Oil Co. 11550 N. W. 36 Avenue Miami, FL 33168 Dest. � jV N 30 Days V As Requested - �� (305) 687-1266 / b (305) 685-8729 J Harvey Jacobson Ai i Mw F.E.I.N.: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE:' FAX: CONTACT PERSON: 351462227 Petroleum Traders, Inc. 7110 Pointe Inverness Way Fort Wayne, Inc. 46804-7928 Dest. N 30 Days As Requested (219) 432-6622 (219) 432-6564 Diane Wroblewski PART #2: ITEMS AWARDED 840429997 Coastal Refining & Mktng., Inc. 8700 W. Flagler St. Miami, FL 33174 Dest. N 30 Days As Requested (305) 551-5336 (305) 551-5377 Arnold Seaton Gasoline, Regular Unleaded, Midrange Unleaded, Premium Unleaded Diesel No. 2., Dyed, Non -dyed and flow meter delivery Listed below are the people to be contacted for the placement.,!! -of: delivery on weekends and holidays.` ` w Weekdays _ Petroleum Traders Gayle 1-800-348-3705 #318 Mansfield Oil John Wright 305 593-0705 Teresa Shumate 1-800 283-3835 Coastal McKenzie Tank Lines " 1-800-432-7213 } Consolidated Customer Svc. 305 687-1266 Osher Oil Luis Costa 305 635-8558 Carlos Rubiera 305 882-6213 Weekend & Holiday Petroleum Traders Dispatch 1-800-348-3705 #337 B.V. Oil Corp. John Wright 305 737-3159 pgr. 305 829-2177 Mansfield Oil, Various people with beeper 1-800-695-6626 Coastal McKenzie Tank Lines 1-800-432-7213 Consolidated Dispatcher 305 410-0984 Osher Oil Corp Luis Costa 305 635-8558 Carlos Rubiera 305 882-6213 orders `and ;f SPOT MARKET PURCHASES FOR FUEL In accordance with Section 2.6 of the Special Conditions, the County shall pre -qualify Bidders for participation in spot market purchases. The County shall perform spot market purchasing for all fuel requirements listed in this Invitation to Bid on a weekly basis. Accordingly, the pre -qualified Bidders shall submit a fixed unit price to be charged to the County for each gallon of each type of fuel based on various transport methods identified in the Technical Specifications. This submission shall be in written form (electronic mail shall be acceptable) and must be received in the County's GSA Procurement Management Office each Friday no later than 11:00 p.m. local time in order to be considered. The successful Bidder shall be verbally notified of its weekly Bid Award by the same Friday at 2:00 p.m. local time. Written confirmation of the weekly award. shall be subsequently submitted to the Bidder. The prices provided by the successful Bidder shall be fixed and firm and shall be valid for all fuel orders placed with the successful Bidder during the subsequent week which shall be defined as Sunday, 12:00 a.m. local time to the following Saturday, 11:59 p.m. local time. It is -hereby agreed and understood that the prices offered at the time of the fuel order shall prevail; regardless of the time when fuel is actually delivered to the County facility. EMERGENCY PROCEDURE In the event of an emergency, a spot -market purchase will be conducted on the of the emergency and the lowest qualified bidder will be awarded. the bid and the spot market prices will prevail for the term of the emergency. Description of Zones Zone A = North of Flagier Street to Dade County Northern Boundary Line. Zone B = Between South of Flagler Street to North of Coral Reef Drive (S.W. 152nd Street) Zone C = South .of Coral Reef Drive (S.W. 152nd Street) to Dade County Southern Boundary Line Deliveries shall be made on the basis of quantities corrected to 60 Degrees Fahrenheit and delivery tickets shall reflect the net gallons delivered after temperature compensation. Metropolitan Dade County shall be invoiced for NET gallons delivered. Schedule of Delivery: Schedule of delivery (Quantities, Time and Location), shall be mutually established by Dade County and supplier after bid award. The establishment and agreement of these schedules shall be a Dade County Fleet Management Division and MDTA Metrobus Management decision. It must be clearly understood that the exception of a future imposed Federal or State Petroleum Product Allocation Regulation of similar authoritative limitations, the County will not accept bids in which the bidder purposes to make unilateral scheduling decisions. NOTE: No deliveries will be accepted during any period time of day which will cause interruption of service or operations. The County and MDTA Metrobus fueling facilities will make available to the Contractor ease of acceptability to the facilities fuel drops. Deliveries to MDTA should be scheduled between the hours of 8:00 AM and 2:00 PM Monday thru Friday. 9 8 _ 1118 PART #3: AWARDINFORMATION (x)BCC ( )PMD AWARD DATE: 6/2/98 AGENDA ITEMS #: BIDS & CONTRACTS RELEASE DATE:7/16/98 OTR YEAR: -0- ADDITIONAL ITEMS ALLOWED: N/A SPECIAL CONDITIONS: N/A TOTAL CONTRACT VALUE: $103,864,000.00 MODIFIED CONTRACT VALUE: $ DOLLAR AMOUNT USER DEPARTMENT r ;ri `� F ALLOCATED . Fleet Mgmt ` u.. T �. �4; $53,750,000.00 Fire. ` $ 1,300,000.00 Aviation >$ 840,000.00 Corrections & Rehab. 14,000.00 , HUD r $. 10,000.00 MDTA�� Parks & Re c. $35,000,000.00 s k. $ 2, 500, 000.00 WASO : -10, 200 OOO.OQ GSA Fac/Uti l i... �� .. $ ; 250, 000. 00 ' slti SR. PROCUREMENT,AGENT: William GarViso,CPPB WAG/wag 07-15-98 BID NO: 1143-0/03-S W OPENING: 2:00 P.M. DATE: March 11, 1998 METROPOLITAN DADE COUNTY, FLORIDA INVITATION TO BID TITLE GASOLINE AND DIESEL FUEL (AUTOMOTIVE) FOR GSA FLEET MANAGEMENT AND VARIOUS DADE COUNTY DEPARTMENTS FOR A FIVE (5) YEAR PERIOD THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW: BID DEPOSIT AND PERFORMANCE BOND: CATALOGUE AND LISTS: EQUIPMENT LIST: INDENNIFICATION/INSURANCE: PRE -BID CONFERENCE/NALC-THRU RACE -CONSCIOUSNESS MEASURE: SAMPLES/INFORMATION SHEETS: SITE VISIT/AFFIDAVIT: SOURCE OF SUPPLY: TRADE CERTIFICATION: WRITTEN WARRANTY: N/A N/A N/A SEE SECTION 2.0, PARA. 2.11 SEE SECTION 2.0, PARA. 2.3 N/A N/A N/A N/A N/A N/A FOR INFORMATION CONTACT: WILLIAM GARVISO, CPPB (305) 375-3507 METROPOLITAN DADE COUNTY GENERAL SERVICES ADMINISTRATION PROCUREMENT MANAGEMENT DIVISION 98--1118 INSTRUCTIONS FOR MAILING A BID IN RESPONSE TO A FORMAL BID SOLICITATION Each Bid Proposal submitted to the CLERK OF THE BOARD will have the following information clearly marked on the face of the envelope: > Bidder's name and return address > Bid Number > Opening date of Bid > Title of the Bid Failure to include this information may result in your Bid not being considered. The Bidder will submit each Bid Proposal, consisting of one original and three copies and any attachments in one envelope. Bid responses submitted at the same time for different Bid Solicitations shall be placed in separate envelopes and each envelope shall contain the information previously stated. Failure to comply with this requirement may result in the Bid from being considered. THE RESPONSIBILITY FOR OBTAINING AND SUBAUTI-MV A rsL 14J THE CLERK OF THE BOARD ON OR BEFORE .THE STATED TIME AND DATE IS SOLELY AND STRICTLY THE RESPONSIBILITY OF THE BIDDER DADE COUNTY IS NOT RESPONSIBLE FOR DELAYS CAUSED BY ANY MAIL, PACKAGE OR COURIER SERVICE, INCLUDING THE U.S. MAIL, OR CAUSED BY ANY OTHER OCCURRENCE. ANY BID RECEIVED AFTER THE DATE AND T13 E STATED IN THE EgVITATION TO BID WILL NOT BE OPENED AND WILL NOT BE CONSIDERED. This Bid shall be submitted to the following address: CLERK OF THE BOARD Stephen P. Clark Center III N.W. 1st Street, 17th Floor. Suite 202 Miami, Florida 33128-1983 It is the policy of Metropolitan Dade County to comply with all requirements of the Americans with Disabilities Act (A.D.A). For kD.?_ complaints call (305) 375-3566. The Bidder recommended for award shall be required to complete an A.D.A. affidavit in accordance with Resolution R-385-95 prior to the a%vard of a Bid Solicitation. Failure to completti the affidavit as required may result in the rescinding of the recommendation for award. a:boi15-15.doc l Rev.4;q;97 SECTYON 1 GENERAL TERMS AND CONDITIONS 1.1 The term `Bid" shall refer to any offer(s) submitted in response to this Bid Solicitation. The term "County" shall.refer to Metropolitan Dade County. The term `Bidder" shall refer to anyone submitting a Bid in response to this Bid Solicitation. The term "Contractor" or "Successful Bidder" shall refer to the Bidder .receiving an award as a result of this Bid Solicitation. The term "Bid Solicitation" shall mean this Bid Solicitation, the Bidder's response to this Bid- Solicitation, as approved by the County in accordance with Administrative Order 32 and any purchase order or change order issued by the GSA Procurement 1Vta�nagement Division. The term "GSA" shall refer to Dade County's General Services Administration Department. 1.2 CONTENTS OF BID A. General Conditions (1) It is the sole responsibility of the Bidder to become thoroughly familiar with the Bid requirements and all terms and conditions affecting the performance of this Bid Solicitation. Pleas of ignorance by the Bidder of conditions that exist, or that may exist will not be accepted as a basis for varying the requirements of the County, or the compensation to be paid to the Successful Bidder. (2) The Bidder is advised that this Bid Solicitation is subject to all legal requirements contained in the County's Administrative Order 3-2 and all other applicable County Ordinances and/or State and Federal Statutes. Where conflicts exist between this Bid Solicitation and these legal requirements, the higher authority shall prevail. a:M15-15.doc 1 9� �Y/18 B. Additional Information/Addenda (1) Request for additional information, explanation, clarification or interpretation must be made in writing to the GSA Procurement Management Division contact -person identified on the cover page of this Bid Solicitation. The request shall be received by GSA Procurement Management Division no later than fourteen (14) working days prior to the Bid opening date. Any request received after that time may not be reviewed for inclusion in this Bid Solicitation. ' The request shall contain the requester's name, address, and telephone. number. If transmitted by -facsimile, the request shall also include a cover sheet, with the sender's facsimile number. (2) GSA Procurement Management Division will issue a response to any inquiry as it deems necessary, by written addenda, issued prior to the Bid opening date. The Bidder shall not rely on any representation, statement or explanation other than those made in this Bid Solicitation document or in any addenda issued. Where there appears to be a conflict between this Bid Solicitation, and any addenda issued, the last addendum issued will prevail. (3) It is the Bidder's responsibility to ensure receipt of all addenda and substitute Bid Proposal Forms. The Bidder shall verify with the GSA Procurement Management Division contact person, prior to submitting a Bid, that all addenda have been received. If applicable, the Bidder is required to submit the substitute Bid Proposal Forms and acknowledge the number of addenda received as part of this Bid Solicitation, by completing and signing the attached Addenda Acknowledgment Form. C. Conflicts in this Bid Solicitation Where there appears to be a conflict between the General Terms and Conditions, the Special Conditions, the Technical Specifications, the Bid Proposal Section, or any addendum issued, the order of precedence shall be: the last addendum issued, the Bid Proposal Section, the Technical Specifications, the Special Conditions, and then the General Terms and Conditions. D. Prices Contained in this Bid Solicitation (1) Prompt Payment Terms a. The Bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price for Bid evaluation purposes. a:W15-15.doc 2 S 8_ 1 1 1 S - Rev. 6/13/97 b. The Bidder is required to provide prompt payment terms in the space provided on the Bid Proposal signature page of this Bid Solicitation. If no prompt payment discount is being offered, the Bidder shall enter zero (0) for the percentage discount to indicate no discount. If the Bidder fails to enter a percentage, it is hereby understood and agreed that the payment terms will be 2% 20 days, effective after receipt of invoice or final acceptance, whichever is later. 1.3 PREPARATION AND SUBMISSION OF BID A- Preparation/Submission (1) The Bid Proposal Form shall be used when submitting a Bid. Use of any other form shall result in the rejection of the Bidder's Proposal. (2) The Bid will either be typed or completed legibly in ink. The Bidder's authorized agent will sign the Bid Proposal Form in ink, and all corrections made by the Bidder will be initialed in ink by the authorized agent. The use of pencil or erasable ink or failure to comply with any of the foregoing may result in the rejection of the Bid. (3) Where there is a discrepancy between the unit prices and any extended prices, the unit prices will prevail. (4) The County will consider additional Bid Proposal(s) from the same Bidder for the same Bid Solicitation, provided that; (a) the additional Bid(s) offer a different product and/or level of service that meets or exceeds this Bid Solicitation requirements; (b) the Bidder completes a separate Bid Proposal Form for each Bid and shall mark "Alternate Bid(s)" on the first page.. Failure to comply with the foregoing may result in the rejection of the additional Bid(s). (5) Unless otherwise specified in the Special Terms and Conditions, the proposed delivery and/or completion time, if required, shall be stated in calendar days. (6) The Bidder shall not charge tax, as the County is exempt from all State, Excise, Federal and Local sales tax. Not withstanding, any tax on materials and/or supplies which are purchased by the Bidder, in conjunction with this Bid Solicitation shall be subject to the Florida State Sales Tax, in accordance with Section 212.08 of Florida Statutes, amended 1970, and all amendments thereto, shall be borne solely by the Bidder. When the materials and/or supplies are not manufactured by the Bidder, taxes must be incorporated in the Bid price, not as a separate item. When materials and/or supplies are manufactured by the Bidder and are not for resale, the County is exempt. xboi15-15.doc 98-1118 3 . Rev.6/13/9'7 The County may be subject to applicable taxes on goods purchased for the purpose of resale. Upon request, the County will provide a tax exemption certificate, if applicable. Any special tax requirements vAll be specified either in the Special Conditions or in the Technical Specifications. (7) Any telegraphic or facsimile Bid will not be considered. (8) The Bidder shall incorporate in their Bid price all costs related to this Bid Solicitation. (9) The apparent silence of the specifications and any addenda regarding any details or the omission from the specifications of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail, and that only materials and; workmanship of first quality are to be used. All interpretations of the specifications shall be made upon the basis of this Bid Solicitation. B. Vendor Registration Dade County requires the Bidder to complete a registration application. with GSA Procurement Management Division. The Bidder must be'.. registered to be recommended for any contract award: To register, or for assistance in registering, contact (305) 375-5287. C. Criminal Conviction Disclosure Pursuant to Metro -Dade County Ordinance No. 94-34, "Any individual who has been convicted of a felony during the past ten (10) years and any corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a Contract with or receiving funding from the County." Forms are available from GSA Procurement Management Division. D. Sworn Statement on Public Entity Crimes Pursuant to Paragraph 2(a) of Section 287.133, Florida Statutes, "Any person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a -Bid Solicitation to provide goods and/or services to a public entity, may not submit a Bid on a Bid Solicitation with a public entity for construction or repair of a public building or public work, may not submit a Bid on leases of real property to a public entity, may not be awarded or perform work as a Contractor or, supplier, or subcontractor or consultant under a Bid Solicitation with any public entity, and may not transact business with any public entity in excess of a:boi15-15.doc 4 9 O — 1. -11 J • Rev. 6/13/97 E. the threshold amount provided in Section 287.017, for CATEGORY TWO ($10,000.00) for a period of thirty-six (36) months from the date of being placed- on the convicted vendor list." Minority and Disadvantaged Business Enterprises The County endeavors to obtain the participation of all minority and disadvantaged business enterprises. For information and to apply for certification, contact the Department of Business Development, 111 N.W. 1st Street, Suite 1710, Miami, FL'33128, Phone:.(305) 3.75- 4132. Business Activity With and Travel To Cuba Pursuant to Metro -Dade County Resolutions Nos. 202-96 and 206-96 as implemented by Administrative Order 3-12, which restricts purchases from a firm conducting business with Cuba, and restricting travel to Cuba by the Successful Bidder, respectively, the Bidder shall be required to complete a Cuba affidavit prior to the award of this Bid Solicitation. Failure to complete the affidavit, may result in the rejection of the Bidder's Proposal and/or rescinding of the recommendation for award. Collection of Fees. Taxes and Parking Tickets By acceptance of this Contract, the Successful Bidder acknowledges compliance with the procedures contained in Section 2-8.1 (c) of the Code of Metropolitan Dade County, and as amended by Ordinance 96- 178, which requires that all delinquent and currently due fees, taxes and parking tickets have been paid. To verify or satisfy all delinquencies and currently due fees, taxes and parking tickets, contact the Dade County Tax Collector's Division at (305) 375-5762. H. Antitrust Laws By acceptance of this Contract, the Successful Bidder complies with all antitrust laws of the United States and the State of Florida, in order to protect the public from restraint of trade which illegally increases prices. 1.4 MODIFICATION OR WITHDRAWAL OF A BID A. Modification of a Bid Any modification by the Bidder to a Bid shall be submitted to the CLERK OF THE BOARD prior to the time and date set for Bid opening. The Bidder shall submit the new Bid Proposal Form and a letter, on company letterhead, signed by an authorized agent of the Bidder stating that the new submittal supersedes the previously xboil5-15.doc 5 9 8 - 111 8 Rev. 6/13/97 submitted Bid Proposal. The sealed envelope shall contain the same information as required for submitting the original Bid. In addition, the envelope shall contain a statement that this Bid replaces the previously submitted Bid. No modificatioiis of a Bid shall be accepted after the Bid has been opened. B. Withdrawal of a Bid A Bid shall be irrevocable unless the Bid is withdrawn as provided herein. A Bid may be withdrawn only by written letter received by the CLERK OF THE -BOARD prior- to the Bid opening date. A Bid may . also be withdrawn ninety (90) days after the Bid was opened and prior to award, by submitting a letter to the contact person identified on the front cover of this Bid Solicitation. The withdrawal letter must be on company letterhead and signed by an authorized agent of the Bidder. 1.5 EVALUATION OF ABED r A. Rejection of Bid (1) . The County may reject any Bidder's Proposal and award to the next lowest responsive/responsible Bidder or, The County may *reject and re -advertise for all or any part of this Bid Solicitation, whenever it is deemed in the best interest of the County. The County shall be the sole judge of what is in its "best interest." (2) The County may reject any Bid if prices are not fair and reasonable, as determined by the County, and/or exceed the County's estimated budget for this Bid Solicitation or; If the Bidder take exceptions to or modifies the terms and conditions of this Bid Solicitation. The County shall be the sole judge of what is "fair and reasonable." B. Elimination from Consideration This Bid Solicitation shall not be awarded to any person or firm which is in arrears to Dade County upon any debt, taxes, or Contract which is defaulted as surety or otherwise upon any obligation to the County. C. - Waivef of Informalities The County reserves the right to waive any informalities or irregularities in this Bid Solicitation. a:boi15-15.doc s8-IJILI 6 . Rev. 6/ 1319'7 D. Demonstration of Competency (1) A Bid will only be considered from a firm which is regularly engaged in the business of providing the goods and/or services required by this Bid Solicitation. The Bidder must be able to demonstrate a good record of performance and have sufficient financial resources, equipment and organization to ensure that they can satisfactorily provide the goods and/or services if awarded this Bid Solicitation. (2) The County may conduct a pre -award inspection of the Bidder's site or hold - a -pre-award qualification hearing to determine if the Bidder possesses the requirement as outlined in the above paragraph, and is capable of performing the requirement of this Bid Solicitation. The County may consider any evidence available regarding the financial, technical and other qualifications and abilities of the Bidder, including past performance (experience) with the County or any other governmental entity in making the award. (3) The County may require the Bidder to show evidence that they have been designated as an authorized representative of a manufacturer, supplier and/or distributor, if required by this Bid Solicitation. (4) Dade County reserves the right to audit all records pertaining to and resulting from any award from this Bid Solicitation, financial or otherwise. E. Copy of Bid Tabulation The Bidder who desires to receive a copy of the Bid tabulation shall enclose a self-addressed/stamped envelope (correct size of envelope and postage is a must depending on the amount of information involved) when submitting its Bid Proposal. Bid results will not be given out by telephone or facsimile. 1.6 AWARD OF BID SOLICITATION A. Contract This Bid Solicitation, any addenda and/or properly executed modifications, the purchase order (if issued), and a change order (if applicable), constitute the entire Contract. B. Tie Bid Any tie Bid will be decided by the Director of Procurement or designee, and according to Ordinances Nos. 94-166 and 96-26 and Resolution No. 50-96, when applicable. 98-1118 xboi15-15.doc 7 . Rev.6113/97 C. Additional Information The award of this Bid Solicitation may be preconditioned on the subsequent submission of other documents, as specified in the Special Conditions or Technical Specifications. The Successful Bidder shall be in default of its contractual obligation if such documents are not submitted in a timely manner and in the form required by the County. Where the Successful Bidder is in default of the contractual requirements, the County, through action taken by GSA Procurement Management Division, may rescind the award. D. Term of Contract The term of this Bid solicitation shall be specified on one of three documents, issued to the Successful Bidder. These documents may either be this Bid Solicitation, a purchase order or an award sheet. E. Contract Extension The County reserves the right to automatically extend this Contract for up to ninety (90) calendar days beyond the stated Contract term. The County shall notify the Successful Bidder is writing of such extensions. Additional extensions over the first ninety (90) day extension may occur, if, the County and the Successful Bidder are in mutual agreement of such extensions. If this F. Warranty Any implied warranty granted under the Uniform Commercial Code shall apply to all goods purchased under this Bid Solicitation. G. Estimated Quantities Estimated quantities or estimated dollars, if provided, are for Bidder's guidance only. No guarantee is expressed or implied as to quantities or dollars that will be used during the Contract period. The County is not obligated to place any order for a given amount subsequent to the award of this Bid Solicitation. Estimates are based upon the County's actual needs and/or usage during a previous Contract period. Said estimates may be used by the County for purposes of determining the low Bidder meeting specifications. H. Non -Exclusive Contract Although the purpose of this Bid Solicitation is to secure a Contract that can satisfy the total needs of the County or of a specific County agency, it is hereby agreed and understood that this Bid Solicitation does not constitute the exclusive rights of the Successful Bidder to receive all orders that may be generated by the County in conjunction Q Q a:boi15-15.doc 8 v C7 JI S Rev. 6/13/97 with this Bid Solicitation. In addition, any and all commodities, equipment, and service required by the County in conjunction with construction projects are solicited under a distinctly different bid process and shall not be purchased under the terms, conditions and awards rendered under this Bid Solicitation, unless such purchases are determined to be in the best interest of the County. I. Local Preference The award of this Bid Solicitation is subject to Ordinances Nos. 94-166 and-96-26 and -Resolution -No: 50-96; which, except where federal or. state law mandates to the contrary, allow preference to be given to a local business in the amount of one and one-half percent (1.5%) for Dade County and one percent (10/6) for Broward County of the Bid Proposal price. For the.purposes of the applicability of this Ordinance, "local business" means the Bidder has its headquarters located in Metropolitan Dade or Broward Counties or has a place of business located in Metropolitan Dade or Broward Counties at which it will produce, distribute and/or perform a substantial portion of the goods and/or services to be purchased. _ ._._. . K. Limited Contract Extension Any specific work assignment which commences prior to the termination date of the Contract and which will extend beyond the termination date shall, unless terminated by mutual written agreement by both parties, continue until completion at the same prices, terms and conditions as set forth in this Bid Solicitation. 1.7 RIGHT OF APPEAL Any Bidder*may protest any recommendation for Contract award or rejection of all Bids, in accordance with the procedures contained in Sections 2-8.3 and 2-8.4 of the Code of Metropolitan Dade County, as amended by, Ordinances Nos. 95-201 and 95-126, and as established in Administrative Order 3-21. A. Bid Award Over $500,000.00 This Bid award recommendation will be in writing, signed by the Director of GSA Procurement Management Division or designee and filed with the Clerk of the Board. The Bidder shall have ten (10) business days after the filing of an award recommendation to file a written protest with the Clerk of the Board. As a condition of initiating a protest of award recommendation, the Bidder shall post at the time of filing a Surety Bond ( cashier's check or money order ) in the amount Of S500.00 payable to the Board of County Commissioners. Failure to file the proper Bond at the time of filing the protest, will result in denial of the protest. If, the Hearing Examiner's ruling is in favor a:boi15-15.dM 9 . Rev.6/13197 C. of the County's recommendation, the Bidder's Bond will be forfeited and the County will seek all costs and attorney's fees. Bid Award Over $25.000.00 but -less than $500,000.00 This Bid award recommendation will be posted by 9:00 A.M., every Monday in the lobby of the Stephen P. Clark Building. It shall be the responsibility of the Bidder to monitor such Bulletin Board after the Bid opening to ascertain that a recommendation for award has been made. In addition, the Bidder can call the Bid Award Line. at (305) 375-4724 or (800) 510-4724; or contact the person identified on the cover page of this Bid Solicitation. The Bidder shall have. five business (5) days after the posting of an award recommendation to file a written protest with General Services Administration. Procurement ]N n ement Division or the using department awarding this Bid Solicitation. The Bidder shall post at the time of filing, a Surety Bond ( cashier's check or money order ) in the amount of $500.00 payable to General Services Administration, Procurement Management Division or the using department awarding this Bid Solicitation. Failure to submit the proper Bond at the time of filing the protest, will result.'-. in denial of the protest.' If, the County's recommendation prevails, - the Bidder's Bond will be forfeited and the County will seek all costs and attorney's fees. Bid Award of $25,000.00 or less This Bid award recommendation is final and may not be protested. 1.8 CONTRACTUAL OBLIGATIONS A. Rules. Resulations. Licensing Reauirements The Successful Bidder shall comply with all laws and regulations applicable to the goods and/or services contained in this Bid Solicitation. The Bidder is presumed to be familiar with all Federal, State and local laws, ordinances, codes and regulations that may in any way affect the goods and/or services offered. B. Conditions of Material and Packaging (1) Unless' otherwise specified in the Special Conditions or Technical Specifications, all containers shall be suitable for shipment and/or storage and comply with the County's Recycled Packaging Resolution No. R73 8-92. (2) All goods furnished shall be fully guaranteed by the Successful Bidder against factory defects and workmanship. Any defects which may occur within the period of the manufacturer's • standard and/or any xboi15-15.doc 10 Rev. 6/13/97 implied warranty shall be corrected by the Successful Bidder at no expense to the County. The standard manufacturer's warranty may be superseded by the Special Conditions. C. Subcontracting (1) Unless otherwise specified in this Bid Solicitation, the Successful Bidder shall not subcontract any portion of the work without the prior written consent of the County. The ability to subcontract may be further limited by the Special Conditions. - Subcontracting without the prior consent of- the -County- may - result in termination of this Bid Solicitation for default. (2) Quarterly reporting when a subcontractor is utilized: The Successful Bidder is advised that when a subcontractor is utilized to fulfill the terms and conditions of this Bid Solicitation, Dade County Resolution No. 1634-93 will apply to this Bid Solicitation. This resolution requires the Successful Bidder to file quarterly reports as to the amount of Contract monies received from the County and the amount that have been paid by the Successful Bidder directly to certified Black, Hispanic and Women -Owned businesses, performing part of this Bid Solicitation work. Additionally, the listed businesses are.,required to sign reports, verifying their.. participation in- this Bid Solicitation work and their receipt of such monies. The requirements of this resolution shall be in addition to any other reporting requirements by Federal, State or local laws, ordinances or administrative orders. (3) Where subcontracting is permitted, the Successful Bidder shall obtain consent of the County prior to utilizing the subcontractor. All actions of any subcontractor are the sole responsibility of the Successful Bidder. A E Note: This requirement is separate and independent from any. requirements that may be contained in the Special Conditions, Paragraph 2.2. Assignment The Successful Bidder shall not assign, transfer, or otherwise dispose of this Contract, including any rights, title or interest therein, or their power to execute such Contract to any person, company, or corporation without the prior written consent of the County. Delivery Unless otherwise specified in this Bid Solicitation, prices quoted shall be F.O.B. Destination with freight included in the proposed price. a:boi15-15.doc 11 Rev. 6/ 13/97 98 -1118 F. Emyloyee Is the Responsibility of the Successful Bidder The employee of the Successful Bidder shall be considered to be, at all times, employee of the Successful Bidder under its sole direction and -not an employee or agent of the County. The Successful Bidder shall supply a competent and physically capable employee. The County may require the Successful Bidder to remove an employee it deems unacceptable. Each employee shall wear proper identification. G. Indemnification of County by the Successful Bidder The Successful Bidder shall indemnify and hold harmless the County and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the County or its officers, employees, agents or inset mentalities may incur as a result of claims, demands, suits causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from 'the performance of the Agreement by the ' Successful Bidder or its employees, agents, servants, partners, principals or subcontractors. The Successful Bidder shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the County, where applicable, ` including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. The Successful Bidder expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the Successful Bidder shall in no way limit the responsibility to indemnify, keep and save harmless and* defend the County or its officers, employees, agents and instrumentalities as herein provided. H. Protection of Property All existing structures, utilities, services, roads, trees, shrubbery, etc. shall be protected against damage or interrupted services at all times by the Successful Bidder during the term of this Contract. The Successful Bidder shall be held responsible for repairing or replacing property, to the satisfaction of the County, which is damaged by reason of the Successful Bidder's operation on County property. 1.9 MODIFICATION OF THE CONTRACT The Contract may be modified by unilateral action of the County or by mutual consent, in writing, and through the issuance of a modification to the Contract, purchase order, change order or award sheet, as appropriate. xboi15-15.doc 12 . Rcv.6/13/97 1.10 TERMINATION OF CONTRACT A. Termination for Convenience The County, at its sole discretion, may terminate this Contract without cause by providing the Successful Bidder with thirty (30) day advance notice. Upon the receipt of such notice, the Successful Bidder shall not incur any additional costs under this Contract. The County shall be liable only for reasonable costs incurred by the Successful Bidder, as determined .by. the. County, regardless of the method of payment required "by this Contract. The County shall be the sole judge of "reasonable costs." B. Termination for Default The County may terminate this Contract upon the failure of the Successful Bidder to comply with any provision and/or requirements of this Contract. The County's decision not to take action upon failure of the Successful Bidder to perform shall not be construed as a waiver of the ability of the, County to take additional action at a Iater date and time. The County shall also have the ability to place the Successful Bidder on probation and/or terminate any portion of this Contract. The date of termination shall be stated in a written notice to the Successful Bidder. In the event the Successful Bidder is terminated for default, the County reserves the right to re -procure the goods and/or services from the next lowest responsive responsible Bidder or re -solicit the goods and/or services. The County may further charge the Successful Bidder any differences in cost between the Successful Bidder's price and the re - awarded price and/or any costs associated with re -awarding or re- -soliciting this Contract. The County may also debar or suspend the Successful Bidder from conducting business with the County, and/or eliminate the defaulted Contractor from consideration in future Bid Solicitation, in accordance with appropriate County ordinances, resolutions and/or administrative orders. 1.11 ORDINANCES, RESOLUTIONS AND/OR ADMINISTRATIVE ORDERS To request a copy of any ordinance, resolution and/or administrative order cited in this Bid Solicitation, the Bidder must contact the Clerk of the Board at (305) 375-5126. a:boi15-15.doc 13 Rev. 6/13197 METROPOLITAN DAL,. COUNTY AID NO. 3143-0/03-SW SECTION 2.0 SPECIAL CONDITIONS GASOLINE AND DIESEL FUEL, AUTOMOTIVE 2.1 PURPOSE: TO PRE -QUALIFY BIDDERS The purpose of this Invitation to Bid is to pre -qualify potential bidders for future bidding through the submission of documents and forms which verifies that the bidder meets or exceeds minimum criteria. All bidders which meet or exceed the criteria established in the Invitation to Bid shall be placed on a Pre -Qualification List that may be accessed by County departments in order to obtain price quotations for the provision of providing Gasoline and Diesel Fuel. 2.2 RACE/ETHNICITY/GENDER CONTRACT MEASURES: This contract includes Participation Provisions for Certified Black Business Enterprises (BBE's) and/or Certified Hispanic Business Enter- prises (HBE's) and/or Certified Women Business Enterprises (WBE's) as indicated in Appendix A of this Bid/Proposal solicitation. 2:3 PRE -BID CONFERENCE (RECOMMENDED):' A pre -bid conference will be held on February 24,,..1998 at 10:00 a.m. in conference room no. .18-1 to discuss proposed,,sppcifications. It is recommended that a representative of the firm attend in order to become familiar with the bid specifications. Bidders are requested to bring this Invitation To Bid package to the conference, as additional copies may not be available. "Multiple members of individual community councils may be present." 2.4 TERM OF CONTRACT: FIXED PERIOD This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, unless otherwise stipulated in the Notice of Award Letter which is distributed by the County's GSA Procurement Management Division; and contingent upon the completion and submittal of all required bid documents. The contract shall remain in effect for sixty (60) months and upon completion of the expressed and/or implied warranty periods. 2.5 Intentionally Omitted 2.6 METHOD OF AWARD TO PRE -QUALIFIED BIDDERS WHO WILL BE INVITED T_0 PARTTCTPATF IN SPOT MARKET PURCHASES Award of this contract will be made up to ten (10) prequalified responsive, responsible bidders who meet the following criteria. A. Currently supply fuels to Dade County under Bid No. 3143-0/98. or;{_ Page 1 METROPOLITAN DADE COUNTY BID NO. 3143-0/03-SW B. 1. Have an established business supplying fuel to commercial sources for a period of not less than three (3) years. and; 2. Have a fully equipped office with staff and a fax machine and able to respond in a timely manner. and; 3. Are able to supply fuels in quantities required by Metro -Dade County. and; 4. Can supply list of five (5) commercial sources you are currently supplying fuel. (List sources on Bid Proposal in Section 4.0.) Bidders attempting to prequalify under the provisions of Section 8 will be ranked according to gallons, of fuel delivered in the last calendar year as reported to .the .appropriate State of Florida agencies. The applicable number of vendors 'will then be selected starting with the top ranked proposer, then the next top ranked and so forth. These awarded bidders ,.shall 'be pre=qualified to participate in spot market 'purchases 'as required .. by the 'County on a weekly basis. The awarded bidders shall be invited to offer a fixed price for that specific purchasing period. The Bidder offering the lowest fixed price shall be awarded the purchase for the specific period. The award to one Bidder for that period does not preclude the ability of the remaining pre -qualified Bidders from submitting offers for other specific periods. The County reserves the right to increase or decrease the number of awarded bidders based on the number of responsive bids received on behalf of this specified solicitation. 2.7 PRICES SHALL BE ESTABLISHED IN ACCORDANCE WI_TH TECHNICAL SPECIFICATIONS If the Bidder is awarded a contract under this bid solicitation, the prices offered by the Bidder shall be accepted in accordance with the provisions established in Section 3 of this solicitation entitled "Technical Specifications". 2.8 Intentionally Omitted 2.9 Intentionally Omitted 2.10 Intentionally Omitted Page 2 �8_iis METROPOLITAN DADE COUNTY BID NO. 3143-0/03-SW 2.11 INDEMNIFICATION AND INSURANCE - (1) GENERAL SERVICE AND MAINTENANCE CONTRACT Provider shall indemnify and hold harmless the County and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorneys' fees and costs of defense, which the County or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of , relating to or resulting from the performance of this Agreement by the Provider or its employees, agents, servants, partners principals or subcontractors. Provider shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the County, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's- fees which may issue thereon. Provider expressly understands and agrees - that any insurance protection required by this Agreement or otherwise provided by Provider shall in' no way limit the responsibility to indemnify, keep and save harmless and defend the County or its officers; employees, agents and instrumentalities as herein provided. The vendor shall furnish to Bid Section, Metropolitan Dade.&ounty, c/o Procurement Management Division, 111 N.W. 1st-Street,`'Suite 2350; 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 vendor as required by Florida Statute 440. B. Public Liability Insurance on a comprehensive basis in an amount not less than $300,000 combined single limit per occurrence for bodily injury and property damage. Dade County must be shown as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the work, in an amount not less than $300,000 combined single limit per occurrence for bodily injury and property damage. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the vendor. 198-1i..L Paae 3 METROPOLITAN DADE COUNTY BID NO. 3143-0/03-SW All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The company must be rated no less than "B" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the County Risk Management Division. or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida", issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. NOTE: DADE COUNTY BID NUMBER AND TITLE OF BID MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this Agreement. Issuance of a purchase order is contingent upon the receipt of the insurance documents within fifteen (15) calendar days after Board of County Commission approval. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this Invitation To Bid, the Bidder shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the County. If the Bidder fails to submit the required insurance documents in the manner prescribed in this Invitation To Bid within twenty (20) calendar days after Board of County Commission approval, the Bidder shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder may be prohibited from submitting future Proposal to the County in accordance with Section 1.0, Para 1.6 of the.General Terms and Conditions. The Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option years that may be granted to the Bidder in accordance with Section 2.5 of the Special Conditions. If insurance certificates are scheduled to expire during the contractual period, the Bidder shall be responsible for submitting new or renewed insurance certificates to the County at a minimum of thirty (30) calendar, days in advance of such expiration. In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the County shall suspend the contract until such time as the Pace 4 9 8 -1118 METROPOLITAN DADE COUNTY BID NO. 3143-0/03-SW new or renewed certificates are received by the County in the manner prescribed in the Invitation To Bid; provided, however, that this suspended period does not exceed thirty (30) calendar days. If such suspension exceeds thirty (30) calendar days, the County may, at its sole discretion, terminate this contract for cause and seek re -procurement charges from the Bidder in conjunction with Section 1.10, of the General Terms and Conditions. 2.12 Intentionally Omitted 2.13 Intentionally Omitted 2.14 Intentionally Omitted 2.15 METHOD OF PAYMENT: PERIODIC INVOICES FOR COMPLETED PURCHASES The successful vendor(s) shall submit an invoice(s) to the requesting department(s) after purchase has been completed, whether picked up by authorized County personnel or delivered to the site by the vendor. The invoices shall reference the appropriate purchase order number, the delivery address, and the corresponding delivery ticket number or packing slip number that was signed by an authorized representative of the County department when the items were delivered and accepted. Submittal of these periodic invoices shall not exceed thirty (30) calendar days from the delivery of the items. Under no circumstances shall the invoices be submitted to the County in advance of the delivery and acceptance of the items. 2.16 All bidders shall quote prices based on F.O.B. destination and shall hold title to the goods until such time as they are delivered to, and accepted by, an authorized County representative at various locations in Dade County. All prices per gallon quoted will be net delivered. Listing of delivery addresses and zones is attached. The term "F.O.B. Destination", as used in this clause, means: A. Free of expense to the County on board the carrier's conveyance, at a specified delivery point where the consignee's facility (plant, warehouse, store, lot or other location to which shipment can be made) is located. 2.17 DELIVERY SHALL BE AS ESTABLISHED WITH DEPARTMENT The bidder shall make deliveries within 24 hours after the date of the order. All deliveries shall be made in accordance with good commercial practice and shall be adhered to by the successful bidder(s); except in such cases where the delivery will be delayed due to acts of God,. strikes, or other causes beyond the control of the bidder. In these cases, the bidder shall notify the County of the delays in advance of the delivery date so that a revised delivery schedule can be negotiated. Should the bidder(s) deliver in the number reserves the right to which is specified in contract is cancelled, to whom the contract(s) of days as stated in its cancel the contract after the Special Conditions it is hereby understood pane 5 is awarded fail to proposal, the County any back order period has lapsed. If the and a reed that the §8-Ii I �S' METROPOLITAN DADE COUNTY BID NO. 3143-0/03-SW County has the authority to purchase the goods elsewhere and to charge the bidder with any re -procurement costs. Description of Zones: Zone A = North of Flagler Street to Dade County Northern Boundary Line. Zone B = Between South of Flagler Street to North of Coral Reef Drive (S.W. 152nd Street) Zone C = South of Coral Reef Drive (S.W. 152nd Street) to Dade County Southern Boundary Line. Deliveries shall be made on the basis of quantities corrected to 60 Degrees Fahrenheit and delivery tickets shall reflect the net gallons delivered after temperature compensation. Metropolitan Dade County shall be invoiced for NET gallons delivered. NOTE: All Fuel will be delivered in metered trucks or as specified in Section 3.0, Paragraph 3.9. Schedule of Delivery: Schedule of delivery (Quantities, Time'and Location), shall be mutually established by Dade County_:and supplier after bid award. The establishment and agreement of these schedules shall be a Dade County Fleet Management Division and MDTA Metrobus Management decision. It must be clearly understood that =the exception of a future imposed Federal or State Petroleum Product Allocation Regulation of similar authoritative limitations, the. County will not accept bids in which the bidder purposes to make unilateral scheduling decisions. NOTE: No deliveries will be accepted during any period time of day which will cause interruption of service or operations. The County and MDTA Metrobus fueling facilities will make available to the Contractor ease of acceptability to the facilities fuel drops. Deliveries to MDTA should be scheduled between the hours of 8:00 a.m. and 2:00 p.m. Monday thru Friday. 2.18 Intentionally Omitted 2.19 Intentionally Omitted 2.20 CONTACT PERSONS: For any additional information regarding the specifications and requirements of this contract, Contact: William Garviso at (305) 375-3507. 2.21 ADDITIONAL FACILITIES MAY BE ADDED: Although this Solicitation identifies specific facilities to be serviced, it is hereby agreed and understood that any County department or agency facility may be added to this contract at the option of the County. Successful bidder(s) under this contract shall Dana A 98-1118 METROPOLITAN DADE COUNTY BID NO. 3143-0/03-SW be invited to submit price quotes for these new facilities. If these quotes are comparable with prices offered for similar services, the award(s) shall be made to the lowest responsible bidder(s) meeting specifications in the best interest of the County and a separate purchase order shall be issued by the County. Notwithstanding, the successful bidder does not have an exclusive right to these additional sites. The County may determine to obtain price quotes for the additional facilities from other bidders in the event the County does not find the price quotes comparable. 2.22 AVAILABILITY OF CONTRACT TO OTHER COUNTY DEPARTMENTS Although this Solicitation is specific to a County Department, it is hereby agreed and understood that any County department or agency may avail itself of this contract and purchase any and all items specified herein from the successful bidder(s) at the contract price(s) established herein. Under these circumstances, a separate purchase order shall be issued by the County which identifies -the requirements of the additional County department(s) or agency(ies). 2.23 COMPLIANCE WITH FEDERAL STANDARDS: All items to be purchased under this bid shall be in accordance with a.11 governmental standards, to include, but not limited to, those issued by the Occupational Safety and Health Administration (OSHA),the National Institute of Occupational Safety Hazards ' (NIOSH), and the National Fire Protection Association (NFPA). 2.24 COUNTY-WIDUSTATE-NUDE USAGE Any Governmental, not -for -profit or quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all items specified herein from the successful bidder(s) at the contract price(s) established herein. Each Governmental, not -for -profit or quasi -governmental entity which uses a contract(s) resulting herefrom, will establish its own contract, place its own orders, issue its own purchase orders, be invoiced therefrom and make its own payments, determine shipping terms and issue its own exemption certificates as required by the bidder. It is understood that unless specified in Section 2, paragraph 2.16, entitled "Shipping Terms", all prices shall be quoted, "FOB Destination." For entities other than those belonging to Miami -Dade County or those located outside of the geographical boundaries of Miami -Dade County, the successful vendor shall be entitled to ship goods on an "FOB Destination, Prepaid and Charged Back" basis. This allowance shall only be made when expressly authorized by a representative of the entity, prior to shipping the goods. It is also understood and agreed that Dade County is not a legally binding party to any contractual agreement made between any governmental unit and the bidder as a result of this bid. II s8-I, Paoe 7 METROPOLITAN DADE COUNTY BID NO. 3143-0/03-SW SURCHARGE FEE AND QUARTERLY SUMMARY REPORT Pending approval of a Surcharge Ordinance by the Miami -Dade Board of County Commissioners, please be advised that this contract will be subject to a user surcharge fee in the amount of 2% on all sales under this contract or any contract resulting from this solicitation, including, but not limited to, all Municipalities the commodities and/or services awarded as a result of this contract, and utilize the County contract price and the terms and conditions identified herein. After receipt of payment from such purchases, all applicable surcharge fees shall become payable to Miami -Dade County, Department of General Services Administration. Vendors shall be required to furnish the attached Quarterly Surcharge Payment. Report in a timely manner. Quarterly reports and all applicable payments must be .submitted to GSA/Accounts Receivable, no later than 15 days after. the end of each quarter, regardless of the value of sales during Ithe preceding quarter. By submission of these sales summary reports and corresponding surcharge fees, the vendor. is attesting to their correctness. All such reports and fees.shal1.be subject.to audit by Miami -Dade County. Failure, to..:submit' the fol I owi ng Quarterly Surcharge Payment..Report and make applicable payments_irt a:timely manner, may result iri:termination or cancellation of contract with the non -conforming vendor and any and all remedies relating to the collection of such fees shall be enforceable. Additionally, any reprocurement charges may 'be charged to the vendor in default. Willful failure or falsification of sales reports or failing to make timely payments of the surcharge fee shall constitute sufficient cause for terminating the contract for cause of the non -conforming vendor. Page 8 9871118 METROPOLITAN DADE COUNTY MIAMI-DADE COUNTY BID NO. 3143-0/03-SW General Services Administration/Procurement Management Division 111 N.W. 1st Street Suite 2350 MIAMI, FLORIDA, 33128 (305) 375-5289) Vendor Instructions for Completing Quarterly Surcharge Payment Report: 1) Complete section 1, 2, 3, 4, and sign form. 2) Total payment due this Quarter and balance due from previous quarters. 3) Enter amount of total amount paid with this summary..... _ _. _..... 4)-Make check payable to Board of County .Commissioners... 5) Attach check to report form and remit to: GSA/Accounts Receivable _._ ...111 NW . 1st Street . } Suite 2410 Miami, -FL 33128 NOTE: Quarterly report must be submitted to GSA/Accounts Receivable,• no later that 15 days after the end of each quarter, regardless of the value of sales during the preceding quarter. Start of Quarter 1st Quarter - January 1 - March 31 2nd Quarter - April 1 - June 30 3rd Quarter - July 1 - September 30 4th Quarter - October 1 - December 31 Report/Check (If Applicable) Due April 15 July 15 October 15 January 15 Pave 9 98-1_ METROPOLITAN DAUt COUNTY BID NO. 3143-0/03-SW MIAMI-BADE COUNTY General Services Administration/Accounts Receivable 111 NW 1st Street Suite 2410 Miami, Florida 33128 (305) 375-4143 QUARTERLY SURCHARGE PAYMENT REPORT SECTION 1 - Vendor/Contract Information: Date Submitted Vendor Name FEIN # Address City State Zip Code l Contact A !3. Person Phone# FAX E-Mail Contract# Tile Applicable Surcharge: 2Z SECTION 2 - Applicable Reporting Period: (Check One) Jan. 1 - March 31 April 1 - June 30 SECTION 3 - Summary: 1) Total Sales for Contract this Quarter 2) Total Payment Received this Quarter 3) 2Z of Sales owed to County for this Quarter 4) Payment to County for Past Quarter(s) 5) Balance Still Due for Payments Not Received DUE WITH SUMMARY (TOTAL LINES 3 AND 4) July 1 - Sept. 30 Oct. 1 - Dec. 31 $ $ Page 10 98-1118 METROPOLITAN DADE COUNTY BID NO. 3143-0/03-SW Use Additional Sheets if Needed SECTION 4 - Sales From All Users Accessing this Contract During Period: (1) Entity Name/Total Sales During period (2) Payment Received From Entity (3) Payment due to Dade County for this quarter (2% of Sales) (4) Payment to Dade County for Past Quarter(s) (5) Balance Still Due to County for Payment Not Received $ $ $ $ Amount Enclosed For This Quarter (3) $ Amount Enclosed For Previous Quarters (4) $ TOTAL ENCLOSED (line 3 and-4) $ By submission of this Quarterly Surcharge Payment Report and correspond - surcharge fees, I certify the correctness of information. I understand that all reports and fees may be subject to an audit Miami -Dade County or designee. Authorized Signature Title/Position Held Date METROPOLITAN DAUt COUNTY BID NO. 3143-0/03-SW IMPORTANT NOTICE TO VENDORS This bid contains contractual language which allows municipal and quasi - governmental entities to access the terms and conditions of the contract. After award the following entitites will receive copies of our contract Award Sheet. Plese feel free to contact the Purchasing Agents listed below to promote the usage of the commodities or services that you were awarded. 1998 COUNTY -WIDE KEY CONTACT LIST TOWN OF BAY HARBOR ISLANDS CITY OF NORTH MIAMI BEACH . ATTN: Joseph Fox Att: Lynn Gribble Sup. Public Works Purchasing Agent 9665 Bay Harbor Terrace 17011 N.E. 19th Avenue Bay Habor Islands, FL 33154 North Miami Beach, Florida 33162 CITY OF CORAL GABLES TOWN OF SURFSIDE Att: Wayne Moody, Sr. Buyer. Att: Jeffrey.I. Naftal,Town Clerk 340 San Lorenzo Avenue - --- -.- 9293 Harding Avenue Coral Gables, Florida..33146 _-_...... - Surfside, Florida 33154._-.... CITY OF HIALEAH CITY OF BOYNTON BEACH Att: Manuel Rodriguez _ --_ Att: Lana Koester, Purchasing Agent 501 Palm Avenue -Room 304 _._.__... _ _._- _ P.O. Box 310 _._._....._....... Hialeah, Florida 33011 -- Boynton Beach, Florida .33425-0310 CITY OF HOMESTEAD VILLAGE OF KEY BISCAYNE Att: Michael A. Rath, Att: Jack Neustadt, Finance Director Purchasing Direc 85 W. McIntry Street 790 Homestead Boulevard Key Biscayne, FL 33149 Homestead, Florida 33030-6299 CITY OF MIAMI BEACH Att: Judith M. Ford, Procurement Director 1700 Convention Center Drive Miami Beach, Florida 33139 CITY OF MIAMI SPRINGS Att: John M. Benson, Purchasing Agent Purchasing Director 201 Westward Drive Miami Springs, Florida '33166 CITY OF NORTH MIAMI Att: Pam Thompson, Director P.O. Box 610847 North Miami, Florida 33261-0847 VILLAGE OF VIRGINIA GARDENS Att: Paul Bithorn, Mayor 6498 N.W. 38th Terrace Virginia Gardens, FL 33166 UNIVERSITY OF MIAMI Att: Purchasing Department. Director of University Purchasing P.O. Box 248184 Coral Gables, FL 33124 INDIAN CREEK VILLAGE ATT: Melissa Garcia 9080 Bay Drive Indian Creek, FL 33154 Page 12 98- llS' METROPOLITAN DADE COUNTY CITY OF AVENTURA ATT: Glen Marcos, Director 2999 NE 191st Street Aventura, FL 33187 CITY OF NORTH BAY VILLAGE -POLICE DEPT. Att: F.B. Dunphy, Chief of Police 7903 East Drive North Bay Village, FL 33141 MIAMI DADE COMMUNITY COLLEGE--., Att: Linda Pagliaro - '-' Director of Purchasing 11011 S.W. 104th Street Miami, FL 33176 CITY OF OPA-LOCKA Att: Rona M. Sandler,,, - Purchasing Director's 12950 Lejune Rd Opa-Locka, FL 33654 CITY OF OAKLAND PARK Att: Larry Fagen, Purchasing 'Agent 3650 N.E. 12th Avenue Oakland Park, FL 33334 BAL HARBOUR VILLAGE Att: Kim Prior, Purchasing Agent 655 96th Street Bal Harbour, Florida 33154 BROWARD COMMUNITY COLLEGE Att: Janet Rickenbacker, Purchasing Director 225 E. Las Olas Blvd. Ft. Lauderdale, FL 33301 BROWARD COUNTY Att: Glenn R. Cummings, Purchasing Director 115 So. Andrews Ave. Room 212 Ft. Lauderdale, FL 33301 BID NO. 3143-0/03-SW CITY OF HALLANDALE Att: E. Dent McGough, Director Central Services Department 400 S. Federal Highway Hallandale, Florida 33009 MIAMI SHORES VILLAGE ATT: John Rumble/Scott Davis Purchasing Department 1701 N.W. 103 Street Miami Shores, FL 33147 CITY OF DEERFIELD BEACH Att: Donna M. Council, Purchasing Agent +- 210 Goolsby Blvd. =�,• Deerfield, Florida 33442 DADE COUNTY PUBLIC SCHOOLS Att: Joe Gomez, Director Division of Procurement Management 1450 N. E. 2nd Avenue � : t . -i-A Miami, Florida 33432 LEE COUNTY BOARD OF C.0 DIVISION OF PURCHASING Att: Janet Sheenan, CPPB P.O. Box 398 Ft. Myers, Florida 33917 CITY OF HOLLYWOOD Att: John L. Weyrauch P.O. Box 229045 Hollywood, Florida 33022-9045 CITY OF MARGATE Att: Patricia Greenstein, Purchasing Agent 5790 Margate Blvd. Margate, FL 33063 CITY OF SOUTH MIAMI Att: Kathy Vazquez, Purchasing Director 6130 Sunset Drive South Miami, FL 33143 Pace 13 98--11I METROPOLITAN DADE COUNTY DEPARTMENT OF OFF STREET -PARKING Purchasing Office Att: Tom Przybyski, Director 1611 N.W. 12th Ave. Miami, FL 33136 BID NO. 3143-0/03-SW JACKSON MEMORIAL HOSPITAL Purchasing Office Att: Tom Przybyski, Director 1611 N.W. 12th Ave. Miami, FL 33136 SOUTH FL. WATER MANAGEMENT DISTRICT CITY OF WEST PALM BEACH Att: Jose' Angueira, Director ATT: Purchasing Manager Procurement b Contract Admin. 1045 Charlotte Ave. 3301 Gun Club Road West Palm Beach, FL 33401 West Palm Beach, FL 33406 STATE OF FLORIDA DADE COUNTY DEPARTMENT OF HEALTH ATTN: David E. Young, Purchasing Agent I - 1350 N.W. 14th Street, Bldg. 1, Room 202 Miami, FL 33125 BROWARD COUNTY SHERIFF'S OFFICE Att:. Leslie -A. Dell 2601 W. Broward Boulevard Fort Lauderdale, FL 33312 CITY OF FLORIDA CITY'. ATTN: Purchasing Director 404 W. Palm Drive Florida City, FL 33034 TOWN OF GOLDEN BEACH ATTN: Robert Johnston, Interim Town Mgr- 1 Golden Beach Drive Golden Beach, FL 33160 DORIS ISON SOUTH DADE COMMUNITY HEALTY CENTER ATT: Ivory L. Williams, Pro. Spec. 10300 S.W. 216th Street Miami, FL 33190 City of Pembroke Pines Att: David E. Fitzgera.ld,,Buyer' P.O. Box 9000 Pembroke Pines, FL 33084` TRI-COUNTY RAIL AUTHORITY Purchasing Department Jane Davi s-Ember 305 South Andrews Avenue Fort Lauderdale, FL. 33301 TOWN OF DAVIE ATT: Herb Hyman, Procurement Manager 6591 Orange Drive Davie, FL 33314 CITY OF SUNRISE ATT: Marsha Peterson 10770 W. Oakland Park Blvd. Sunrise, FL 33351 CITY OF RIVIERA BEACH ATT: Veronique Rellford, Purchasing Director 2391 Ave. "0 Riviera Beach, FL 33404 CITY OF WEST MIAMI PALM BEACH COUNTY SHERIFF'S OFFICE ATTN: Yolanda Aguilar, City Manager ATT: Lisette Alfonso, 901 S.W. 62nd Avenue Purchasing Manager West Miami, FL 33144 415 Gator Dr Lantana, F1 33462 98 1118 Page 14 METROPOLITAN DADE COUNTY CITY OF BOCA RATON ATT: Carol Thomas, Purchasing Manager 201 W Palmetto Park Rd Boca.Raton, FL 33432 THE CITY OF MIAMI Att: Judy S. Carter, Director 400 SW 2nd Avenue Miami, FL 33130 BID NO. 3143-0/03-SW CITY OF POMPANO BEACH ATT: Ernie Siegrist, General Servs. Director P.O. Drawer 1300 Pompano Beach, FL 33061 1998 STATE-WIDE KEY CONTACT LIST BROWARD COMMUNITY COLLEGE CITY OF FORT PIERCE Att: Janet Rickenbacker, Att: Tony Barnes, Purchasing Director Purchasing Director 225 E. Las Olas Blvd. P.O. Box 1480 Ft. Lauderdale, FL 33301 Fort Pierce, FL 34954-1480 BROWARD COUNTY j ` Att: Glenn R. Cummin§s, Purchasing Director 115 So. Andrews Ave. Room 212 Ft. Lauderdale, FL 33301 CITRUS COUNTY SCHOOL BOARD Att: William Humbaugh Director of Management Operations 1007 West Main Street Inverness, FL 34450 CHARLOTTE COUNTY BO. OF COUNTY Att: Kimberly Churchwell, Purchasing Director 18500 Murdock Circle Port Charlotte, FL 33948-1094 CITY OF BRADENTON Att: ED J. Hargaden, Purchasing Director 130 6th Street West Bradenton, FL _34205 CITY OF DUNEDIN Att: Jeff Thomas, Purchasing Manager 750 Milwaukee Avenue Dunedin, FL 34698 i. CITY OF FORT WALTON-BEACH`` Att: Byron Armstrong; _ Purchasing Director;-- P.O. Box 4009 .. Fort Walton Beach, FL 3254 CITY OF GREENACRES Att: David Miles, Purchasing Director 5958 Tenth Avenue Nor Greenacres, FL 33463 CITY OF LEESBURG Att: John Spence, Purchasing Director P.O. Box 490630 Leesburg, FL 34749-0 CITY OF JACKSONVILLE Att: Jacquie Gibbs, Chief Procurement & S 220 East Bay Street 3 Jacksonville, FL 322 CITY OF LAKELAND Att: Pat. Williams, Purchasing Director 1140 E. Parker Street Lakeland, FL 33801 Page 15 19S-IIi Is METROPOLITAN DADE COUNTY CITY OF EUSTIC Att: Norman Showley, Director of General Svcs. P.O. Drawer 68 Eustis, FL 32727-0068 CITY OF FT. MYERS Att: Robert George, Purchasing Director P.O. Box 2443 Ft. Myers, FL 33902-2443 CITY OF PORT ST. LUCIE ATT: David Pollard, Purchasing Director, 121 S.W. Port St. Lucie .Blvd. _.. Port St. Lucie, FL 34984,.E CITY OF PANAMA CITY ATT: Ron Morgan, ...� General Servs. Director:;. avt 519 East 77th Streets Panama City, FL 32401:1.$ x; ` a .rf':r 4'.fry.l CITY OF POMPANO BEACH:r.. ATT: Ernie Siegrist, General Servs. Director -° P.O. Drawer 1300 Pompano Beach, FL 33061 CITY OF RIVIERA BEACH ATT: Veronique Rellford, Purchasing Director 2391 Avenue "L" Riviera Beach, FL 33404 CITY OF ST. AUGUSTINE ATT: M.D. Strickland Drawer 219 St. Augustine, FL 33061 CITY OF ST. PETERSBURG ATT: Louis Moore, Purchasing Director P.O. Box 2842 St. Petersburg, FL 33731 BID NO. 3143-0/03-SW CITY OF LONGWOOD Att: Rhonda Ledford, Purchasing Director 155 W. Warren Avenue Lakeland, FL 33801 CITY OF MELBOURNE Att: David McCue, Purchasing Manager 900 E. Strawbridge Av Melbourne, FL 32900 CLAY COUNTY SCHOOL BOARD ATT: Ann Martin, Purchasing Director 900 Walnut Street Green Cove, FL 32043 COLLIER COUNTY PURCHASING ATT: Steve Carnell, Purchasing,Director 3301 E. Tamiami Trail,";-, rail,",; Naples, FL 34112 COLLIER COUNTY SCHOOL BOARD::.._. ATT: Nancy Goodwin-Sirko;_ Purchasing Director 3710 Estey Avenue Naples, FL 33942 COLUMBIA COUNTY SCHOOL BOARD ATT: R.M. "Mike" Null, Purchasing Direct, 528 W. Duval St. Lake City, FL 32055 DEPARTMENT OF CORRECTIONS -REGION ATT: Patti Casey, Purchasing Direct( P.O. Box 147007 Gainsville, FL 32614 EMBRY RIDDLE AERO. UNIVERSITY ATT: Kathy Welch, Purchasing Director 600 S. Clyde Morris Blvd. Daytona Beach, FL 32174-3900 Page 16 98-1118 METROPOLITAN DADE COUNTY CITY OF TAMPA ATT: Joan McConnell, Purchasing Director 306 E. Jackson St., Tampa, FL 33602 BID NO. 3143-0/03-SW HILLSBOROUGH COUNTY PURCHASING ATT: Theodore Grable, Purchasing Direct 601 E. Kenndey Blvd. County Center 2nd Flr. East Tampa, FL 33602 CITY OF VENICE ATT: John Enlow, Purchasing Director 401 West Venice Avenue Venice, FL 34285 CITY OF WINTER SPRINGS ATT: JP Petrencsik, Purchasing Director 1126 E. SR. 434 Winter Springs, FL 32708-2799 LEE COUNTY SCHOOL DISTRICT Att: Michael Bowen, Purchasing Director 2523 Market Street Ft. Myers, Florida 33901-3901 LEE COUNTY SHERIFF'S OFFICE Att: Robert Anderson, Purchasing Director 14750 Six Mile Cypress Pkwy. Fort Myers, Florida 33912 LEON COUNTY SCHOOL BOARD Att: Byron Williams, Purchasing Director 2757 West Pensacola Street Tallahassee, Florida 32303 MANATEE COUNTY Att: Rob Cuthbert, Purchasing Director 1112 Manatee Ave., West, Suite 803 Bradenton, FL 32405 OKALOOSA COUNTY BOCC Att: James "Pete" Sumblin, Purchasing Director 602-C N. Pearl Street Crestview, FL 32536 HRS-DISTRICT 14 STATE OF.FLORIDA ATT: Glenda "Dianne" Forgey Purchasing Director P.O. Box 605 Polk City, FL 33868 INDIAN RIVER SCHOOL DISTRICT. ATT: Rick Chuma,-Purcha"sing Director 1990 25th Street Vero Beach, FL 32960 PINELLAS COUNTY SCHOOL -BOARD Att: Mark Lindemann; Purchasing Director , 301 4th Street S.W. Largo, FL 33770 POLK COUNTY SCHOOL Att: Gerald Wilson, Purchasing Director 2470 Clower Lane Bartow, FL 33831-9005 PUTNAN COUNTY Att: Willian Phillips, Purchasing Director P.O. Box 1647 Palatka, FL 32177 PUTNAN COUNTY SCHOOL BOARD Att: Alien Parker, Purchasing Director 1207 Washington Street Palatka, FL 32177 SCHOOL BOARD OF SARASOTA COUNTY Att: Pat Black, Purchasing Director 101 Old Venice Rd. Osprey, FL 34229 — METROPOLITAN DADE COUNTY OSCEOLA SCHOOL DISTRICT Att: Donald Miller, Purchasing Director 817 Bill Beck Blvd. Kissimmee, FL 34744 PASCO COUNTY, BCC Att: Frank Fortino, Purchasing Director 8919 Government Drive New Port, FL 34654 VOLUSIA COUNTY SCHOOL BOARD Att: Tom Simms, Purchase Director P.O. Box 2118 Deland, FL 32721 CITY OF OCALA ATT: James Crosby, Purchasing Director. P.O. Box 1270 Ocala, FL 34478 2.25 DELETION OF FACILITIES BID NO. 3143-0/03-SW ST. JOHNS COUNTY SCHOOL BOARD Att: Don Hurd, Purchasing Director 299 SCHOOL HOUSE RD. St. Augustine, FL 32095 TAMPA SPORTS AUTHORITY Att: Joseph Haugabrook, Purchasing Director 4201 N. Dale Marby HWY. Tampa, FL 33607 VOLUSIA COUNTY Att: Kenneth Hayslette, Purchase Director 123 W. Indiana Ave., 3rd Floor_ Deland, FL 32720-4608 Although this Solicitation identifies specific facilities to be ser- viced, it is hereby agreed and understood that any County department or agency may delete service for any facility(ies) when such service is no longer required during the contract period; upon fourteen (14) calendar days written notice to the successful bidder. 2.26 EMERGENCY SERVICE: In the event.a state of emergency is declared by the County Manager the successful bidder shall provide 24 hours per day service for emergency delivery of gasoline and diesel fuel to County Departments. Delivery shall be made during the duration of this state with four (4) hours of notification by the County. A Spot Market Purchase will be conducted on the day of the emergency and the _lowest qualified bidder will be awarded the bid and the spot market prices will prevail for the term of the emergency. 2.27 LEGAL REQUIREMENT FOR POLLUTION CONTROL It is the intent of these Specifications to comply with the Dade County Pollution Control Ordinance as stated in Chapter 24 of the Metro -Dade Code. This ordinance is made a part of these specifications by reference and may be obtained, if necessary, by the bidder through the Department of Environmental Resources Management 98711I' Page 18 METROPOLITAN DADE COUNTY BID NO. 3143-0/03-SW (DERM), 33 SW 2nd Ave., Miami, Florida 33130, Telephone (305) 372-6789. 2.28 MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS The Bidder hereby acknowledges and agrees that all materials, except where recycled content is specifically requested, supplied by the Bidder in conjunction with this Bid shall be new, warranted for their merchantability, and fit for a particular purpose. In the event any of the materials supplied to the County by the Bidder are found to be defective or do not conform to specifications, the County reserves the right to (1) cancel the order and return such materials to the Bidder at the Bidder's expense or (2) require the Bidder to replace the materials at the Bidder's expense. 2.29 NON-EXCLUSIVE CONTRACT Although the purpose of this Solicitation is to secure a contract that can satisfy the total needs of the County or of a specific County agency, it is hereby agreed and understood that this Solicitation does not constitute the exclusive rights of the successful Bidder's), to receive all orders that may be generated by the County in conjunction with this Solicitation. In addition, any and all commodities, equipment, and services required by the County in conjunction with construction projects _are solicited ,. under a distinctly different bid process and shall not be purchased'.; under the terms, conditions and awards rendered under this Solicitation, unless such purchases are determined to. be in the best interest of the County. 2.30 PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY: The successful bidder shall enclose a complete packing slip or delivery ticket with any items to be delivered in conjunction with this bid solicitation. The packing slip shall be attached to the shipping carton(s) which contain the items and shall be made available to the County's authorized representative during delivery. The packing slip or delivery ticket shall include, at a minimum, the following information: purchase order number; date of order; a complete listing of items being delivered; and back -order quantities and estimated delivery of back -orders if applicable. 2.31 SPOT MARKET PURCHASES FOR FUEL In accordance with Section 2.6 of the Special Conditions, the County shall pLre-qualify Bidders for participation in spot market purchases. The County shall perform spot market purchasing for all fuel requirements listed in this Invitation to Bid on a weekly basis. Accordingly, the pre -qualified Bidders shall submit a fixed unit price to be charged to the County for each gallon of each types of fuel based on various transport methods identified in the Technical Specifications. This submission shall be in written form (electronic mail shall be acceptable) and must be received in the County's GSA Procurement Management Office each Friday no later than 11:00 a.m. local time in order to be considered. The successful Bidder shall be verbally notified of its weekly Bid Award by the same Friday at 8Cr. Page 19 METROPOLITAN DAua COUNTY BID NO. 3143-0/03-SW approximately 2:00 p.m. local time. Written confirmation of the weekly award shall be subsequently submitted to the Bidder. The prices provided by the successful Bidder shall be fixed and firm and shall be valid for all fuel orders placed with the successful Bidder during the subsequent week which shall be defined as Sunday, 12:00 a.m. local time to the following Saturday, 11:59 p.m. local time. It is hereby agreed and understood that the prices offered at the time of the fuel order shall prevail; regardless of the time when fuel is actually delivered to the County facility. NOTE: IT IS THE PRE -QUALIFIED VENDOR'S RESPONSIBILITY TO ASCERTAIN THAT WRITTEN AND/OR FACSIMILE OR ELECTRONIC MAIL ARE RECEIVED PRIOR TO THE DUE DATE AND TIME. METRO-DADE COUNTY WILL NOT ASSUME ANY RESPONSIBILITY FOR DELAYS CAUSED BY THE VENDOR(S) ELECTRONIC EQUIPMENT, UTILITY COMPANIES, ACTS OF GOD, ETC. 2.32 STOCK LEVELS SHALL BE MAINTAINED BY BIDDER: 2.33 The successful bidder(s) shall ensure that adequate stock levels are maintained at its place of business in order to. assure the County of prompt delivery. If the delivery terms specified in the -Solicitation are not fulfilled by the Bidder, the County reserves .the right to cancel the order, purchase the goods elsewhere, and charge the Bidder for any reprocurement costs incurred by the County. TOXIC SUBSTANCES/Federal "Right to Know" Regulations: The Federal "Right to Know" Regulation implemented by the Occupational Safety and Health Administration (OSHA) and . the Florida "Right -to -Know" Law 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. Accordingly, The successful Bidder(s) 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 d6partment by department basis. Additionally, Bidder(s) may be requested to provide Material Safety Data Sheets to the Specification Specialist during the evaluation period. Bidders should contact the Florida Department of Labor and Employment Security at the address listed below for any related information packets: Toxic Substances Information Center 2551 Executive Center Circle West Tallahassee, Florida 32301-5014 Telephone: 1-800-367-4378 Page 20 98-i 1; ,� 1XU AWARD UNDER MIAMI-DADE COUNTY CONTRACT NO. 3143-0/03-SW ITEM: Gasoline and Diesel Fuel DEPARTMENT: GSA TYPE OF PURCHASE: On a contract basis until July 31, 2003. REASON: To provide fuel to City's fleet. RECOMMENDATION: It is recommended that award be made to the various vendors listed on the contract award sheet, awarded under existing Miami -Dade County Contract No. 3143-0/03-SW, at a total annual amount not to exceed $660,1 16.00. Allocating funds from Account Code No. 509000.420901.6.715. S. $Carr€r of Purchasing 1i d Date 1 Award Under Dade County Contracts 98-1118