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