Loading...
HomeMy WebLinkAboutBack-Up DocumentsCITY OF MIAMI SUPPLEMENTAL AGREEMENT TO MIAMI-DADE COUNTY CONTRACT NO. FB-01793 BETWEEN MIAMI-DADE COUNTY AND GENISIS GLOBAL LLC FOR FUEL STATION MAINTENANCE, REPAIRS, AND SERVICES This Supplemental Agreement ("Agreement") is entered into as of this day of , 2024, by and between the City of Miami ("City"), a municipal corporation in the State of Florida ("Florida"), and Genisis Global LLC ("Contractor") a limited liability company authorized to conduct business within the State of Florida ("Contractor"). Recitals WHEREAS, Contractor was awarded Miami -Dade County Contract No. FB-01793 for the provision of Fuel Station Maintenance, Repairs, and Services, as further defined therein ("Services"), Miami -Dade County ("County") award recommendation dated July 08, 2021, attached and incorporated herein as Exhibit "A" ("Solicitation"), as a result of a competitive process through Miami -Dade County Solicitation No. FB-01793; and WHEREAS, the City desires to engage Contractor for the Services on an as needed basis; and WHEREAS, the City and Contractor desire to enter into this Agreement, utilizing the underlying Base Agreement in compliance with Section 18-111 of the Code of the City of Miami, Florida, as amended ("City Code"), subject to the terms and conditions as hereinafter set forth; and NOW, THEREFORE, for and in consideration of the terms, conditions, and mutual covenants contained herein and other good and valuable consideration received by each party, the sufficiency of which are hereby acknowledged, the City and Contractor hereby agree as follows: 1. The Recitals are true and correct and are hereby incorporated into and made a part of this Agreement. The following exhibits are attached hereto and are hereby incorporated into and made a part of this Agreement: a. Exhibit A — County Award Recommendation b. Exhibit B — Solicitation c. Exhibit D — Corporate Resolution or Other Proof of Authority d. Exhibit E — Certificate of Insurance In the event of a conflict between the provisions of this Agreement or any of its exhibits, the conflict shall be resolved in favor this Agreement then the priority order indicated above. 2. The City and Contractor agree to be governed by the terms and conditions as set forth in the Base Agreement, subject to the following modifications: 2.1 Contractor Responsibilities: Contractor has agreed to furnish the Fuel Station Maintenance, Repairs and Services further described in the Base Agreement, as indicated in the Scope of Work of the Base Agreement Section 3 Technical Specifications, as attached, with the following exceptions: Page 1 i.AII references to "Miami -Dade County" or the "County" shall be deleted and replaced with the "City" as applicable throughout the Exhibit. ii.All references to "County Commission" shall be stricken and replaced with the "City Commission" as applicable throughout the Solicitation. iii.Contractor shall provide the Services to the City. iv.Contractor's responsibilities will commence on the effective date of this Agreement. 2.2 Supplemental Clauses: 2.2.1 Base Agreement, General Terms and Conditions, Section 1.16, titled Subcontracting, is hereby deleted in its entirety and replaced with the following language: Independent Contractor: This Agreement does not create an employee/employer relationship between the parties. It is the express intent of the parties that Contractor is an independent Contractor under this Agreement and not the City's employee for all purposes, including, but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers Compensation Act, any benefits under the City Pension Ordinances, and the State unemployment insurance law. Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractors activities and responsibilities hereunder. Contractor agrees that it is a separate and independent enterprise from the City, that it has full opportunity to find other business, that it makes its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship, joint venture partnership or other affiliated entity status between Contractor and the City and the City shall not be liable for any obligation incurred by Contractor, including, but not limited to, unpaid minimum wages and/or overtime premiums. In this regard, the City shall not be responsible for any debts, defaults, acts or omissions of Contractor or its officials, agents, servants and employees. 2.2.2 Base Agreement, General Terms and Conditions, Section 1.18, titled Assignment, is hereby deleted in its entirety and replaced with the following language: Assignment: Contractor was selected for these services due to their particular and unique experience in the subject matter of this Agreement which Agreement is not freely assignable or transferable. This Agreement shall not be assigned, sold, transferred, or otherwise sold, by Contractor, in whole or in part, and Contractor shall not assign any part of its operations, without the prior written consent of the City Manager, which may be denied, withheld or conditioned, in the City's sole discretion, through the City Manager. Contractor shall have no recourse from the City Manager's refusal to approve this Assignment, other than to cancel the Agreement. 2.2.3 Base Agreement, General Terms and Conditions, Section 1.21, titled Indemnification, is hereby deleted in its entirety and replaced with the following language: Indemnification: A. Contractor shall further indemnify, defend (at its own cost), save and hold harmless the City, its officers, agents, directors, employees, agencies, and instrumentalities (individually and collectively the "Indemnitees") harmless against any civil actions, statutory or similar claims, injuries or damages arising or resulting from the Services, even if it is alleged that the Indemnitees were negligent. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, Contractor shall, upon written notice from Page 2 the City, resist and defend (at its own cost) such action or proceeding by counsel satisfactory to the City. Contractor expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Contractor shall in no way limit the responsibility to indemnify, defend, save and hold harmless the Indemnitees as herein provided. B. The indemnification provided above shall obligate Contractor to defend, at its own expense, to and through trial, administrative, appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the City, whether performed by Contractor, or persons employed or utilized by Contractor. C. These duties shall survive the cancellation or expiration of the Agreement. This Section shall be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as applicable and as amended. D. Contractor shall require all sub -contractor agreements to include a provision that each sub- contractor shall indemnify the City in substantially the same language as this Section. Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of Contractor in which the City participated either through review or concurrence of Contractor's actions. In reviewing, approving or rejecting any submissions by Contractor or other acts of Contractor, the City, in no way, assumes or shares any responsibility or liability of Contractor or sub -contractors under this Agreement. E. Ten dollars ($10.00) of the payments made by the City shall constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by Contractor. 2.2.4 Base Agreement, General Terms and Conditions, Section 1.25, titled Termination for Convenience, is hereby deleted in its entirety and replaced with the following language: Termination for Convenience: The City, acting by and through its City Manager, shall have the right to terminate this Agreement, in its sole discretion, and without penalty, at any time, by giving written notice to Contractor at least thirty (30) calendar days prior to the effective date of such termination. In such event, the City shall pay to Contractor compensation for Services rendered and approved expenses incurred prior to the effective date of termination. In no event shall the City be liable to Contractor for any additional compensation and expenses incurred, other than that provided herein, and in no event shall the City be liable for any consequential or incidental damages. Contractor shall have no recourse or remedy against the City for a termination under this subsection except for payment of fees due prior to the effective date of termination. 2.2.5 Base Agreement, General Terms and Conditions, Section 1.34, titled Audits — Access to Records, is hereby deleted in its entirety and replaced with the following language: Audit and Inspection Rights and Records Retention: Contractor agrees to provide access to the City or to any of its duly authorized representatives, to any books, documents, papers, and records of Contractor which are directly pertinent to this Agreement, for the purpose of audits, examinations, excerpts, and transcripts. The City may, at reasonable times, and for a period of up to three (3) years following the date of final payment by the City to Contractor under this Agreement and closure of all other pending matters, audit and inspect, or cause to be audited and inspected, those books, documents, papers, and records of Contractor which are related to Contractor's performance under this Agreement. Contractor agrees to maintain all such A. Page 3 books, documents, papers, and records at its principal place of business in Miami -Dade County, or its local office in Miami -Dade County or to otherwise make them available in Miami -Dade County. Contractor's failure to adhere to, or refusal to comply with, this condition shall result in the immediate termination of this Agreement by the City. B. The City may, at reasonable times during the term hereof, inspect Contractor's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods or services required to be provided by Contractor under this Agreement conform to the terms hereof. Contractor shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All audits, tests and inspections shall be subject to, and made in accordance with, the provisions of Sections 18-99, 18-100, 18-101, and 18-102 of the Code of the City of Miami, Florida ("City Code"), which Sections apply to this Agreement, as same may be amended or supplemented, from time to time. 2.2.6 Base Agreement, General Terms and Conditions, Section 1.49, titled Nondiscrimination, is hereby deleted in its entirety and replaced with the following language: Non -Discrimination, Equal Employment Opportunity, and Americans with Disabilities Act: Contractor shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. Contractor shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act ("ADA") in the course of providing any services funded by City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, Contractor shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Contractor affirms that it shall not discriminate as to race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used in connection with its performance under this Agreement. Furthermore, Contractor affirms that no otherwise qualified individual shall solely by reason of their race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used, be excluded from participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and the employment of personnel, Contractor shall not discriminate against any person on the basis of race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used. All persons having appropriate qualifications shall be afforded equal opportunity for employment. 2.2.7 Base Agreement, General Terms and Conditions, Section 1.50, titled Public Records and Contracts for Services Performed on Behalf of Miami -Dade County, is hereby deleted in its entirety and replaced with the following language: Public Records: A. Contractor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City Agreements, subject to the provisions of Chapter 119, Florida Statutes, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable laws. Contractor's failure or refusal to comply with the provisions of this section shall result in the immediate cancellation of this Agreement by the City. Page 4 B. Contractor shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: (1) keep and maintain public records that ordinarily and necessarily would be required by the City to perform this Service; (2) upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law; (3) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Agreement term and following completion of the Agreement if Contractor does not transfer the records to the City; (4) upon completion of the Agreement, transfer, at no cost, to the City all public records in possession of Contractor or keep and maintain public records required by the City to perform the Service, if Contractor transfers all public records to the City upon completion of the Agreement, Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements, if Contractor keeps and maintains public records upon completion of the Agreement, Contractor shall meet all applicable requirements for retaining public records, all records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. Notwithstanding the foregoing, Contractor shall be permitted to retain any public records that make up part of its work product solely as required for archival purposes, as required by law, or to evidence compliance with the terms of the Agreement. C. Should Contractor determine to dispute any public access provision required by Florida Statutes, then Contractor shall do so at its own expense and at no cost to the City. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE AGREEMENT, CONTACT THE DIVISION OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS@MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 S.W. 2ND AVENUE, 9TH FLOOR, MIAMI, FL 33130. CONTRACTOR MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF MIAMI DEPARTMENT WHICH IS ADMINISTERING THIS AGREEMENT. 2.2.8 Base Agreement, General Terms and Conditions, Section 1.22, and Special Terms and Conditions, Section 2.10, each titled Insurance Requirements, are hereby deleted in their entirety and replaced with the following language: Insurance Requirements: Contractor shall provide and maintain, in force at all times during the Agreement with the City, such insurance, including Workers' Compensation and Employer's Liability Insurance, Comprehensive General Liability Insurance, Automobile Liability Insurance and Errors and Omissions Insurance, as may be applicable and required, to assure the protection contained in the foregoing indemnification undertaken by Contractor. Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence General Aggregate Limit Personal and Adv. Injury Products/Completed Operations $1,000,000.00 $2,000,000.00 $1,000,000.00 $1,000,000.00 Page 5 Not to exclude: Products and Completed Operations and Explosion, Collapse, and Underground Hazards. B. Endorsements Required City of Miami listed as additional insured Primary Non -Contributory Insurance Clause Endorsement Contingent Exposures Included Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence General Aggregate Limit $1,000,000.00 $2,000,000.00 Not to exclude: All -owned auto, non -own auto and hired vehicles used in connection with the work. B. Endorsements Required City of Miami listed as additional insured Primary Insurance Clause Endorsement All owned,non-owned Included Vehicles owned by individuals will not be authorized. Pollution Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence General Aggregate Limit $1,000,000.00 $2,000,000.00 B. Endorsements Required City of Miami listed as additional insured The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer in accordance with policy provisions. Companies authorized to do business in the State of Florida, with the following qualifications, shall issue all insurance policies required above: The company must be rated no less than "A-" 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. All policies and/or certificates of insurance are subject to review and verification by the City's Risk Management Department prior to insurance approval. A Certificate of Insurance acceptable to the City shall be provided listing the above coverages and providing thirty (30) days prior written notice to the City in the case of cancellation. The City shall be named as an additional insured on all liabilities, except professional liability and workers' compensation coverage, as may be applicable and Page 6 required. A copy of the certificate shall be mailed to the City's Risk Management Department at the time Contractor executes this Agreement. 2.3 Additional Terms: The following clauses shall be added to this Agreement: 3.1 Notices: All notices or other communications required under this Agreement shall be in writing and shall be given by hand -delivery or by registered or certified U.S. Mail, return receipt requested, addressed to the other party at the address indicated herein or to such other address as a party may designate by notice given as herein provided. Notice shall be deemed given on the day on which personally delivered; or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. TO THE CITY: Arthur Noriega V City Manager 3500 Pan American Drive Miami, Florida 33133 With copies to: George K. Wysong III City Attorney City of Miami 444 S.W. 2nd Avenue, 9th Floor Miami, Florida 33130 Annie Perez, CPPO Procurement Director City of Miami 444 S.W. 2nd Avenue, 6th Floor Miami, Florida 33130 TO THE CONTRACTOR: Genisis Global LLC 16600 NW 54 Ave No. 14 Miami, FL 33014 3.2 Laws and Ordinances Contractor shall be responsible to follow and observe all applicable laws, rules, regulations, and ordinances of the City, County, State, or Federal governments or other public agencies having jurisdiction over the subject matter of this Agreement relating to the activities, undertakings and operations being conducted pursuant to this Agreement. 3.3 Mediation: These parties may, at their discretion, agree in writing to resolve any dispute between them arising under this Agreement by submitting such dispute to non —binding mediation by a certified mediator in Miami -Dade County, Florida. The parties shall split the cost of the mediator. The decision of the mediator shall not be binding. 3.4 Contingency Clause: Funding for this Agreement is contingent on the availability of funds and continued authorization for Services and the Agreement is subject to amendment or termination due Page 7 to lack of funds, reduction of funds, failure to allocate or appropriate funds, and/or change in applicable laws, City programs or policies, or regulations, upon thirty (30) days written notice. 3.5 City Not Liable for Delays: Contractor hereby understands and agrees that in no event shall the City be liable for, or responsible to Contractor or any subcontractor, or to any other person, firm, or entity for or on account of, any stoppages or delay(s) in Services herein provided for, or any damages whatsoever related thereto, because of any injunction or other legal or equitable proceedings or on account of any delay(s) for any cause over which the City has no control. 3.6 Use of Name: Contractor understands and agrees that the City is not engaged in research for advertising, sales promotion, or other publicity related purposes. Contractor is allowed, within the limited scope of normal and customary marketing and promotion of its Services, to use the general results of this Agreement and the name of the City. Contractor agrees to protect any confidential information provided by the City and will not release information of a specific nature without prior written consent of the City Manager or the City Commission. 3.7 No Conflict of Interest: Pursuant to Section 2-611 of the City Code, regarding conflicts of interest, Contractor hereby certifies to the City that no individual member of Contractor, no employee, and no subcontractors under this Agreement or any immediate family member of any of the same is also a member of any board, commission, or agency of the City. Contractor hereby represents and warrants to the City that throughout the term of this Agreement, Contractor, its employees, and its subcontractors will abide by this prohibition of the City Code. 3.8 No Third -Party Beneficiary: No persons other than Contractor and the City (and their successors and assigns) shall have any rights whatsoever under this Agreement. 3.9 Truth -in -Negotiation Certification, Representation and Warranty: Contractor hereby certifies, represents, and warrants to the City that on the date of Contractor's execution of this Agreement, and for so long as this Agreement shall remain in full force and effect, the wage rates and other factual unit costs supporting the compensation to Contractor under this Agreement are and will continue to be accurate, complete, and current. Contractor understands, agrees, and acknowledges that the City shall adjust the amount of the compensation and any additions thereto to exclude any significant sums by which the City determines the Agreement price of compensation hereunder was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit costs. All such Agreement adjustments shall be made within one (1) year of the end of this Agreement, whether naturally expiring or earlier terminated pursuant to the provisions hereof. 3.10 Force Maieure: A "Force Majeure Event" shall mean an act of God, act of governmental body or military authority, fire, explosion, power failure, flood, storm, hurricane, sink hole, other natural disasters, epidemic, riot or civil disturbance, war or terrorism, sabotage, insurrection, blockade, or embargo. In the event that either party is delayed in the performance of any act or obligation pursuant to or required by the Agreement by reason of a Force Majeure Event, the time for required completion of such act or obligation shall be extended by the number of days equal to the total number of days, if any, that such party is actually delayed by such Force Majeure Event. The party seeking delay in performance shall give notice to the other party specifying the anticipated duration of the delay, and if such delay shall extend beyond the duration specified in such notice, additional notice shall be repeated no less than Page 8 monthly so long as such delay due to a Force Majeure Event continues. Any party seeking delay in performance due to a Force Majeure Event shall use its best efforts to rectify any condition causing such delay and shall cooperate with the other party to overcome any delay that has resulted. 3.11 Counterparts; Electronic Signatures: This Agreement may be executed in counterparts, each of which shall be an original as against either Party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. 3.12 E-Verify Employment Verification: By entering into this Agreement, Contractor and its subcontractors are jointly and severally obligated to comply with the provisions of Section 448.095, Florida Statutes, as amended, titled "Employment Eligibility." Contractor affirms that (a) it has registered and uses the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all new employees of Contractor; (b) it has required all subcontractors to this Agreement to register and use the E-Verify system to verify the work authorization status of all new employees of the subcontractor; (c) Contractor can provide an affidavit from all subcontractors to this Agreement attesting that the subcontractor does not employ, contract with, or subcontract with, unauthorized aliens; and (d) it shall maintain copies of any such affidavits for the duration of the Agreement. Registration information is available at: http://www.uscis.gov/e-verify. If the City has a good faith belief that Contractor has knowingly violated Section 448.09(1), Florida Statutes, then City shall terminate this Agreement in accordance with Section 448.095(5)(c), Florida Statutes. In the event of such termination, Contractor agrees and acknowledges that it may not be awarded a public contract for at least one (1) year from the date of such termination and that Contractor shall be liable for any additional costs incurred by the City because of such termination. In addition, if City has a good faith belief that a subcontractor has knowingly violated any provisions of Sections 448.09(1) or 448.095, Florida Statutes, but Contractor has otherwise complied with its requirements under those statutes, then Contractor agrees that it shall terminate its contract with the subcontractor upon receipt of notice from the City of such violation by subcontractor in accordance with Section 448.095(5)(c), Florida Statutes. Any challenge to termination under this provision must be filed in the Circuit or County Court by the City, Contractor, or subcontractor no later than twenty (20) calendar days after the date of said termination. 3.13 Force Maieure: A "Force Majeure Event" shall mean an act of God, act of governmental body or military authority, fire, explosion, power failure, flood, storm, hurricane, sink hole, other natural disasters, epidemic, riot or civil disturbance, war or terrorism, sabotage, insurrection, blockade, or embargo. In the event that either party is delayed in the performance of any act or obligation pursuant to or required by the Agreement by reason of a Force Majeure Event, the time for required completion of such act or obligation shall be extended by the number of days equal to the total number of days, if any, that such party is actually delayed by such Force Majeure Event. The party seeking delay in performance shall give notice to the other party specifying the anticipated duration of the delay, and if such delay shall extend beyond the duration specified in such notice, additional notice shall be repeated no less than monthly so long as such delay due to a Force Majeure Event continues. Any party seeking Page 9 delay in performance due to a Force Majeure Event shall use its best efforts to rectify any condition causing such delay and shall cooperate with the other party to overcome any delay that has resulted. [SIGNATURE PAGE FOLLOWS] Remainder of page intentionally left blank. Page 10 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. ATTEST: By: --{{--,�,, Print Name:. Title: N)oL (Corporate Seal) ATTEST: Jacqueline E. Martinez Notary Public State of Florida = Gomm# HH031617 Expires 8/12/2024 "Genisis Global LLC" a Florida Limited Liability Company By: tc-Ir1eL Print Name: Percy Newland Title: General Manager (Authorized Corporate Officer) "City" CITY OF MIAMI, a municipal corporation Todd B. Hannon, City Clerk Arthur Noriega V, City Manager APPROVED AS TO LEGAL FORM APPROVED AS TO INSURANCE AND CORRECTNESS: REQUIREMENTS: George K. Wysong III Ann -Marie Sharpe City Attorney Risk Management Director Page 11 COMPANY RESOLUTION, (This Resolution needs to authorize the signatory to sign.) WHEREAS, GENISIS GLOBAL LLC a Florida (Company type: Inc., LLC), desires to enter into this Agreement with the City for the purpose of performing the Services described in the Agreement to which this Resolution is attached; and WHEREAS, the Board of Managers (Board type: Board of Directors for Inc., Board of Managers for LLC) at a duly held Company Meeting has considered the matter in accordance with the Bylaws of the Company; NOW, THEREFORE, BE IT RESOLVED BY THE BOARD of Managers (same as identified above) that this Company is authorized to enter into the Agreement with the City, and the General Manager (Company officer title)and the CEO (Company officer title) are hereby authorized and directed to execute the Agreement in the name of this Company and to execute any other document and perform any acts in connection therewith as may be required to accomplish its purpose. IN WITNESS WHEREOF, this 30 GENISIS GLOBAL LLC day of July , 2024 ("Contractor") An Florida (State) Company k)Nr\_,c_s_J• Print Name: Percy Newland Title: (sign) General Manager (sign) Print Name: Percy Newland Title: CEO Maple • E AAA Notary Public State of Florida Comm# HH031617 F_xpfres 8/12f2024 X �,1c dIns�-l.Gir" nez� Page 12 Exhibit A OFFICIAL FILE COPY CLERK OF THE BOARD OF COUNTY COMMISSIONERS MI i.I-DADE COUNTY, FLORIDA Date: July 8, 2021 To: Honorable Chairman Jose "Pepe" Diaz M IAM I•DADE Memorandum COUNTY and Members, Board of County Commissioners From: Daniella Levine Cava Mayor Agenda Item No. 8(F)(12) CResolution No. R-644-21 Subject: Recommendation for Approval to Award Fuel Service Station Maintenance, Repair and Services Recommendation It is recommended that the Board of County Commissioners (Board) approve a competitive contract award, Contract No. FB-01793, Fuel Service Station Maintenance, Repair and Services for multiple County Departments. The current contract, 7809-1/20-1, Removal, Installation, Repair, Maintenance and Testing of Service Station Equipment and Fuel Storage Facilities, was established by the Board on December 7, 2010, through Resolution No. R-1179-10, for an initial term of five years with one, five-year option to renew term and a cumulative allocation of $32,014,000. The contract was subsequently modified for $430,000 in additional expenditure authority, as well as extended under delegated authority for additional six months. At inception, there were six awarded bidders, of which two had local addresses. This contract will provide for the purchase of routine maintenance and emergency mitigation services, through Groups 1 and 2 respectively, for the County's service stations and facilities used by the Department of Transportation and Public Works, Internal Services Fleet Management Division, Aviation, Corrections and Rehabilitation, Fire Rescue, PortMiami, Parks, and Recreation and Open Spaces, and the Water and Sewer departments. There were seven bids submitted under Groups 1 and 2, including two "No Bids." Three responsive and responsible bidders are being recommended for award. A companion item is being presented to the Board in parallel to this item, recommending the establishment of a prequalification pool under Group 3 of the solicitation. This item is placed for Board review pursuant to Miami -Dade County Code Section 29-124(f)(ii). Because this is a transit -related procurement with a value of more than $1 million (in the aggregate when you consider this item and the companion item), even though no Charter County Transportation Surtax Funds will be used to pay the costs, the Board may only consider this item if the Citizens' Independent Transportation Trust (CITT) has forwarded a recommendation to the Board prior to the date scheduled for Board consideration or 45 days have elapsed since the issuance of this recommendation. If CITT has not forwarded a recommendation and 45 days have not elapsed since the issuance of this recommendation, a withdrawal of this item will be requested. Further, it should be noted that of the $3,813,000 being requested in this item, only $558,700 is for the Transportation and Public Works Department. Scope The scope of this item is countywide in nature. Fiscal Impact/Funding Source The fiscal impact for the five-year term is $3,813,000, of which $3,118,000 is for Group 1 and $695,000 is for Group 2. The allocation under Group 3, the companion item, is $6,607,000, and the cumulative fiscal impact for both items is $10,420,000. The current contract, 7809-1/21-1 is valued at $32,873,525 for a ten-year and six month term and expires on July 31, 2021. The allocation under this replacement contract is consistent with the average usage under the current contract. 1 Honorable Chairman Jose "Pepe" Diaz and Members, Board of County Commissioners Page 2 Department Allocation Funding Source Contract Manager Aviation $222,000 Proprietary Funds Neivy Garcia Corrections $18,500 General Fund Zuleika Davidson Fire Rescue $148,000 Fire District Marianela Betancourt Internal Services $1,241,350 Internal Service Funds Rey Llerena/Pete Moolah PortMiami $37,000 Proprietary Funds Gyselle Pino Transportation and Public Works $558,700 Operating Fund Angela Mathews-Tranumn Water and Sewer $1,587,450 Proprietary Funds Fred Taylor Total: $3,813,000 Track Record/Monitor Vanessa Stroman of the Internal Services Department is the Procurement Contracting Manager. Delegated Authority If this item is approved, the County Mayor or County Mayor's designee will have the authority to exercise all provisions of the contract, including any cancellation, or extension provisions, pursuant to Section 2- 8.1 of the County Code and Implementing Order 3-38. Vendors Recommended for Award An Invitation to Bid was issued under full and open competition. Seveneven bids were received for Groups 1 and 2, including two "No Bids." Pursuant to Resolution No. R-477-18, three bidders are recommended for award under Groups 1 and 2 in accordance with the method of award per the solicitation, of which two have local addresses and one is non -local. Vendor Principal Address Local Address*1) Number of Employee Residents Principal Award Miami -Dade 2) Percentage* Cherokee 12981 NW 113 Court 28 Alex E. Groups 1 and Enterprises, Inc. Medley, FL Same 42% Sanchez 2 Florida Metro 140 SW First Avenue 0 Danise A. Groups 1 and Construction Co., Dania Beach, FL None 0% Steiner 2 Inc. Genisis Global, LLC 16600 NW 54 Avenue 6 Percy J. Groups 1 and dba Advanced Petroleum Systems Number 14 Miami, FL Same 66% Newland 2 *Provided pursuant to Resolution No. R-1011-15. Percentage of employee residents is the percentage of vendor's employees who reside in Miami -Dade County as compared to the vendor's total workforce. 2 Honorable Chairman Jose "Pepe" Diaz and Members, Board of County Commissioners Page 3 Vendors Not Recommended for Award Vendor Local Address Reason for Not Recommending Everglades Diesel Injection Service No No Bid* Right Trailers No JF Acquisition, LLC No Vendor did not complete the vendor registration requirements, which is a condition of award. Speedy Tune Ups Corp. Yes Vendor did not provide pricing for any item under Groups 1 and 2. *A "No Bid" means the vendor responded indicating that it will not be providing an offer. Due Diligence Pursuant to Resolution No. R-187-12, due diligence was conducted in accordance with the Internal Services Department's Procurement Guidelines to determine vendor responsibility, including verifying corporate status and that there are no performance and compliance issues. The lists that were referenced included convicted vendors, debarred vendors, delinquent contractors, suspended vendors, and federal excluded parties. There were no adverse findings relating to vendor responsibility. Pursuant to Resolution No. R-140-15, prior to re -procurement, a full review of the scope of services was conducted to ensure the replacement contract reflects the County's current needs. The review included conducting market research, posting a draft solicitation for industry comment, and holding meetings and drafting sessions with the user departments. The scope of services was updated to include changing the scope of work. Applicable Ordinances and Contract Measures • The two percent User Access Program provision applies where permitted by the funding source. • The Small Business Enterprise Bid Preference and Local Preference were applied where permitted by the funding source. • The Living Wage does not apply. Jimmy Morales Chief Operations Officer 3 MEMORANDUM (Revised) TO: Honorable Chairman Jose "Pepe" Diaz and Members, Board of County Commissioners FROM: tt'"' : onzon-Keenan County Attorney DATE: July 8, 2021 SUBJECT: Agenda Item No. 8(F)(12) Please note any items checked. "3-Day Rule" for committees applicable if raised 6 weeks required between first reading and public hearing 4 weeks notification to municipal officials required prior to public hearing Decreases revenues or increases expenditures without balancing budget Budget required Statement of fiscal impact required Statement of social equity required Ordinance creating a new board requires detailed County Mayor's report for public hearing No committee review Applicable legislation requires more than a majority vote (Le., 2/3's present , 2/3 membership , 3/5's , unanimous , CDMP 7 vote requirement per 2-116.1(3)(h) or (4)(c) , CDMP 2/3 vote requirement per 2-116.1(3)(h) or (4)(c) , or CDMP 9 vote requirement per 2-116.1(4)(c)(2) ) to approve Current information regarding funding source, index code and available balance, and available capacity (if debt is contemplated) required 4 Approved Mayor Agenda Item No. 8(F)(12) Veto 7-8-21 Override RESOLUTION NO. R-644-21 RESOLUTION APPROVING AWARD OF CONTRACT NO. FB- 01793 GROUPS 1 AND 2 TO CHEROKEE ENTERPRISES, INC., FLORIDA METRO CONSTRUCTION CO., INC., GENISIS GLOBAL, LLC DBA ADVANCED PETROLEUM SYSTEMS, AND JF ACQUISITION, LLC FOR THE PURCHASE OF FUEL SERVICE STATION MAINTENANCE, REPAIR AND SERVICES FOR MULTIPLE DEPARTMENTS WITH AN AMOUNT NOT TO EXCEED $3,813,000.00, CONSISTING OF $3,118,000.00 FOR GROUP 1 AND $695,000.00 FOR GROUP 2, FOR A FIVE-YEAR TERM; AND AUTHORIZING THE COUNTY MAYOR OR COUNTY MAYOR'S DESIGNEE TO GIVE NOTICE OF THIS AWARD FOR GROUPS 1 AND 2 TO CHEROKEE ENTERPRISES, INC, FLORIDA METRO CONSTRUCTION CO., INC, GENISIS GLOBAL, LLC DBA ADVANCED PETROLEUM SYSTEMS, AND JF ACQUISITION, LLC, ISSUE THE APPROPRIATE PURCHASE ORDERS TO GIVE EFFECT TO SAME AND EXERCISE ALL PROVISIONS OF THE CONTRACT, INCLUDING ANY CANCELLATION OR EXTENSION PROVISIONS, PURSUANT TO SECTION 2-8.1 OF THE CODE OF MIAMI- DADE COUNTY, FLORIDA AND IMPLEMENTING ORDER 3- 38 WHEREAS, this Board desires to accomplish the purposes outlined in the accompanying memorandum, a copy of which is incorporated herein by reference, NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MIAMI-DADE COUNTY, FLORIDA, that this Board approves award of Contract No. FB-01793 Groups 1 and 2 to Cherokee Enterprises, Inc., Florida Metro Construction Co., Inc., Genisis Global, LLC dba Advanced Petroleum Systems, and JF Acquisition, LLC for the purchase of fuel service station maintenance, repair and services for multiple departments with an amount not to exceed $3,813,000.00, consisting of $3,118,000.00 for Group 1 and $695,000.00 for Group 2, for a five-year term; and authorizes the County Mayor 5 Agenda Item No. 8(F)(12) Page No. 2 or County Mayor's designee to give notice of this award for Groups 1 and 2 To Cherokee Enterprises, Inc., Florida Metro Construction Co., Inc., Genisis Global, LLC dba Advanced Petroleum Systems, and JF Acquisition, LLC, issue the appropriate purchase orders to give effect to same and exercise all provisions of the contract, including any cancellation or extension provisions, pursuant to section 2-8.1 of the Code of Miami -Dade County, Florida and Implementing Order 3-38. A copy of the contract document is on file with and available upon request from the Internal Services Department, Strategic Procurement Division. The foregoing resolution was offered by Commissioner who moved its adoption. The motion was seconded by Commissioner and upon being put to a vote, the vote was as follows: Rebeca Sosa Joe A. Martinez Jose "Pepe" Diaz, Chairman aye Oliver G. Gilbert, III, Vice -Chairman aye Sen. Rene Garcia aye Keon Hardemon aye Sally A. Heyman absent Danielle Cohen Higgins aye Eileen Higgins aye Joe A. Martinez aye Kionne L. McGhee absent Jean Monestime aye Raquel A. Regalado aye Rebeca Sosa aye Sen. Javier D. Souto aye 6 Agenda Item No. 8(F)(12) Page No. 3 The Chairperson thereupon declared this resolution duly passed and adopted this 8th day of July, 2021. This resolution shall become effective upon the earlier of (1) 10 days after the date of its adoption unless vetoed by the County Mayor, and if vetoed, shall become effective only upon an override by this Board, or (2) approval by the County Mayor of this resolution and the filing of this approval with the Clerk of the Board. Approved by County Attorney as to form and legal sufficiency. Bruce Libhaber MIAMI-DADE COUNTY, FLORIDA BY ITS BOARD OF COUNTY COMMISSIONERS HARVEY RUVIN, CLERK Melissa Adames By: Deputy Clerk 7 Memorandum To: Honorable Chairman Jose "Pepe" Diaz and Members, Board of County Commissioners From: Date: Re: Javier A. Betancourt, Executive Director June 25, 2021 CITT AGENDA ITEM 7C: RESOLUTION BY THE CITIZENS' INDEPENDENT TRANSPORTATION TRUST RECOMMENDING THE BOARD OF COUNTY COMMISSIONERS (BCC) APPROVE AWARD OF CONTRACT NO. FB-01793 GROUPS 1 AND 2 TO CHEROKEE ENTERPRISES, INC., FLORIDA METRO CONSTRUCTION CO., INC., GENISIS GLOBAL, LLC DBA ADVANCED PETROLEUM SYSTEMS, AND JF ACQUISITION, LLC FOR THE PURCHASE OF FUEL SERVICE STATION MAINTENANCE, REPAIR AND SERVICES FOR THE DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS WITH AN AMOUNT NOT TO EXCEED $558,700.00, FOR A FIVE-YEAR TERM; AND AUTHORIZE THE COUNTY MAYOR OR COUNTY MAYOR'S DESIGNEE TO GIVE NOTICE OF THIS AWARD FOR GROUPS 1 AND 2 TO CHEROKEE ENTERPRISES, INC, FLORIDA METRO CONSTRUCTION CO., INC, GENISIS GLOBAL, LLC DBA ADVANCED PETROLEUM SYSTEMS, AND JF ACQUISITION, LLC, ISSUE THE APPROPRIATE PURCHASE ORDERS TO GIVE EFFECT TO SAME AND EXERCISE ALL PROVISIONS OF THE CONTRACT, INCLUDING ANY CANCELLATION OR EXTENSION PROVISIONS, PURSUANT TO SECTION 2-8.1 OF THE CODE OF MIAMI-DADE COUNTY, FLORIDA AND IMPLEMENTING ORDER 3-38 (DTPW/ISD — BCC LEGISLATIVE FILE NO. 211250) SURTAX FUNDS ARE NOT REQUESTED On June 24, 2021, the CITT voted (10-0) to forward a favorable recommendation to the Board of County Commissioners (BCC) for the approval of the above referenced item, CITT Resolution No. 21-026. The vote was as follows: Joseph Curbelo, Chairperson — Aye Oscar J. Braynon, 1st Vice -Chairperson — Aye Alfred J. Holzman, 2nd Vice -Chairperson — Aye Hon. Peggy Bell — Absent Glenn J. Downing, CFP®— Aye Jonathan Martinez — Aye Marilyn Smith — Aye Mary Street, Esq. — Aye Meg Daly — Absent Ashley V. Gantt, Esq. — Absent Paul J. Schwiep, Esq. — Aye L. Elijah Stiers, Esq. — Aye Robert Wolfarth — Aye c: Jimmy Morales, Chief Operations Officer Bruce Libhaber, Assistant County Attorney8 Miami -Dade County Solicitation FB-01793 Exhibit B Solicitation FB-01793 uel Service tation Maintenance, Repair and Services Solicitation Designation: Public MIAMI.DADEA Miami -Dade County 1/15/2021 2:59 PM p. 1 Miami -Dade County Solicitation FB-01793 Solicitation Number Solicitation Title Solicitation FB-01793 Fuel Service Station Maintenance, Repair and Services FB-01793 Fuel Service Station Maintenance, Repair and Services Solicitation Start Date Dec 22, 202010:22:30 AM EST Solicitation End Date Feb 10, 2021 6:00:00 PM EST Question &Answer Jan 11, 2021 6:00:00 PM EST End Date Solicitation Contact Solicitation Contact Solicitation Contact Contract Duration Contract Renewal Prices Good for Katherine Sosa Procurement Contracting Officer 1 ISD - Procurement Management Services 305-375-2851 e321782@miamidade.gov Jesus Lee 305-375-4264 fjl@miamidade.gov Vanessa Stroman Procurement Contracting Manager ISD - Procurement Management Services 305-375-4263 Vanessa.Stroman@miamidade.gov See Bid Documents See Bid Documents See Bid Documents Solicitation Comments The purpose of this solicitation is to establish a contract for the purchase of Routine Maintenance (Group 1) and Emergency Mitigation (Group 2) for the County's service stations and facilities, and a pre -qualification pool (Group 3) to Purchase Services for Future Price Competition to consist of, but not limited to, the installation, testing, maintenance and repair services for service stations, facilities, structures, fuel dispensing and storage related equipment, and maintenance of other similar County facilities, in conjunction with the County's needs. Added on Jan 15, 2021: TO: ALL PROSPECTIVE BIDDERS/PROPOSERS SUBJECT: SOLICITATION NO.: FB-01793 TITLE: Fuel Service Station Maintenance, Repair and Services This Addendum becomes a part of the subject solicitation. The following are changes to the solicitation: 1/15/2021 2:59 PM p. 2 Miami -Dade County Solicitation FB-01793 Addendum *1 The solicitation will be extended through February 10, 2021 and the question and answer period will be extended through February 2, 2021. All terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply, except to the extent herein amended. Miami -Dade County, Katherine Sosa Procurement Contracting Officer c: Clerk of the Board ,i1n 111, 2021 6:00:00 PM EST Addendum # 2 cw nd jun* - 16**0014&11E Newq &A' : jean 1, . 01 Item Response Form Item FB-01793--01-01 - Fuel Service Station Maintenance Repair and Services Quantity 1 See Bid Documents Prices are not requested for this item. Delivery Location Miami -Dade County No Location Specified Qty 1 Description The purpose of this solicitation is to establish a contract for the purchase of Routine Maintenance (Group 1) and Emergency Mitigation (Group 2) for the County's service stations and facilities, and a pre -qualification pool (Group 3) to Purchase Services for Future Price Competition to consist of, but not limited to, the installation, testing, maintenance and repair services for service stations, facilities, structures, fuel dispensing and storage related equipment, and maintenance of other similar County facilities, in conjunction with the County's needs. 1/15/2021 2:59 PM P. 3 Miami -Dade County M IAM IDADE ADDENDUM NO. 1 January 15, 2021 TO: ALL PROSPECTIVE BIDDERS/PROPOSERS SUBJECT: SOLICITATION NO.: FB-01793 TITLE: Fuel Service Station Maintenance, Repair and Services Solicitation FB-01793 This Addendum becomes a part of the subject solicitation. The following are changes to the solicitation: The solicitation will be exbnded through February 10, 2021 All terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply, except to the extent herein amended. M iami-Dade County, Katherine Sosa Procurement Contracting Officer c: Clerk of the Board 1/15/2021 2:59 PM p. 4 Miami -Dade County Solicitation FB-01793 MIAM I•DADE COUNTY COUNTY MIAMI-DADE COUNTY, FLORIDA INVITATION TO BID (I T B ) 1/15/2021 2:59 PM 05052020 Rev. 20-1 P. 5 Miami -Dade County Solicitation FB-01793 GENERAL TERMS AND CONDITIONS: All General Terms and Conditions of Miami -Dade County Procurem ent Contracts are posted online. Bidders that receive an award from Miami -Dade County through Miami -Dade Countys competitive procurement process must anticipate the inclusion of these requirements in the resultant contract. These general terms and conditions are considered non- negotiable. The general terms and conditions include important instructions and requirements that affect all bids. By submitting a bid for a Miami -Dade County solicitation a bidder attests to its understanding of these General Terms and Conditions. All applicable terms and conditions pertaining to this solicitation and resultant contract(s) may be viewed online at the Miami -Dade County, Strategic Procurement Division's webpage by clicking on the below link: http://www.m iam idade.gov/procurem ent/library/boilerplate/general -terms-and-conditions-r20-1.pdf NOTICETOALL BIDDERS: Bids are to be submitted electronicallythrough a secure mailbox at BidSync (www.bidsync.com) until the date and time indicated in the BidSync Solicitation End Date published in BidSync and in this solicitation document. It is the sole responsibility of the Bidder to ensure that its bid is in BidSync before the solicitation deadline. There is no cost to the Bidder to submit a bid for a Miami -Dade County solicitation via BidSync. Electronic submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files. For information concerning this solicitation, use the question/answer feature provided within the solicitation by BidSync, at www.bidsync.com. Questions of a material nature must be received prior to the date and time of the BidSync Solicitation Question &Answer End Date specified in the solicitation. Material changes, if any, to the solicitation will be made only by written addendum (see Addendum Section of BidSync site). Bidders must allow sufficienttime to complete online forms and upload all bid documents. All information and documents must be fully entered, uploaded, acknowledged ("Confirm") and recorded into BidSync before the date and time of the BidSync Solicitation End Date, or the system will stop the process and the submission will be considered late and will not be accepted. No part ofa bid can be submitted via hardcopy, email, or fax. 05052020 Rev. 20-1 1/15/2021 2:59 PM p. 6 Miami -Dade County Solicitation FB-01793 SECTION 2 SPECIAL TERMS AND CONDITIONS 2.1 PURPOSE The purpose of this solicitation is b establish a contract br the purchase of Routine Maintenance (Group 1) and Emergency Mitigation (Group 2) br the County's service stations and facilities, and a pre -qualification pool (Group 3) b Purchase Services br Future Price Competition b consist of, but not limibd b, the installation, testing, maintenance and repair services br service stations, facilities, structures, fuel dispensing and sbrage related equipment, and maintenance of other similar County facilities, in conjunction with the County's needs. Placement in the Pool is not a contract between the County and the Vendor, but an acknowledgement that the Vendor meets the qualifications as outlined throughout this solicitation. Vendor Submittals will continue b be accepted throughout the term of the solicitation br placement in such Pool. This segment of the solicitation shall be a pre -qualification pool under Group 3 b Purchase Services br Future Price Com petition. The County, at its sole discretion, reserves the right b award or reject any Bid, pre -qualify or reject any Vendor, their parts or services offered. 2.2 TERM The contract and pre -qualification pool shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, or designee, unless otherwise stipulated in the Blanket Purchase Order issued by the Internal Services Department Strategic Procurement Division. The contract shall expire on the last day of the sixty (60) months. 2.3 MINIMUM REQUIREMENTS Vendors shall possess valid licenses at time of submittal and throughout the term of the contractlpool. Failure b meet any of the below listed requirements will deem the vendor's submittal non -responsive. For Groups 1 and 2, subcontracbr(s) shall be identified on the Subcontracbrs Form at the time of submittal, and shall comply with all the requirements of this solicitation b be authorized by the County. To be considered for award of Groups 1 and 2, vendors shall comply with and provide proof for the following minimum requirements: a. Vendors shall provide the company's and employee's Pollutant Storage System Contractor's License, issued by State of Florida Department of Business and Professional Regulations. b. Vendors shall have an employee who has completed and maintained the Hazardous Waste Operation (HAZWOPR) 40 hour initial course and yearly refresher course. c. Vendors' employee shall be Veeder Root Installer Certified (level 3 or greater). Should a Vendor choose b use a subconlracbr, that subconlracbr must possess a Veeder Root Installer Certification, however, it is not b be in lieu of the primary vendor possessing this certification. d. In accordance with the Code of M iami-Dade County, Florida, Section 10-3 (B), any person, firm, corporation or joint venture which submits an offer in response b a County solicitation shall, at the time of such offer, hold a valid Certificate of Competency for Gasoline Tank and Pump Installation Work issued by M iami Dade County Examining Board qualifying said person, firm, corporation or joint venture b perbrm the work proposed, unless a Pollutant Sbrage System Contracbr's License has been issued by the State of Florida Department of Business and Professional Regulations. It is b be noted that this certification is only required if the Pollutant Sbrage State System License is not held Page 1 of 15 1/15/2021 2:59 PM P. 7 Miami -Dade County Solicitation FB-01793 e. Vendors shall be regularly engaged in the business of providing maintenance and repair services of service station equipment and fuel storage facilities. Three references must be provided and must be from recent or current customers br whom the vendor has provided the services described in this solicitation. The references must include the customer's company name, and the name, titre, address, and telephone number of the contact person who can verify lhat the vendor has successfully provided the service that the vendor is offering under this solicitation. These references shall ascertain to the County's satisfaction lhat the vendor has sufficient experience and expertise in maintenance and repair services of service station equipment and fuel storage facilities. f. Vendors shall have an office within the geographic location of Soulh Florida (defined as M iami-Dade, Broward, Palm Beach and Monroe Counties). A current Local Business Tax Certificate (or equivalent business tax payment document) showing the business location shall be provided. NOTE: Vendors shall submit the specified information listed above with their bid submittal form as proof of compliance with the requirements of this solicitation. However, the County may, at its sole discretion and in its best interest, allow Vendors to complete, supplement, or supply the required information during the evaluation period. For Group 3, subcontractor(s) shall be identified on the Subconracters Form at the time of submittal and any future pricing competition, and shall comply with all the requirements of this solicitation to be authorized by the County. To be considered for prequalification of Group 3, vendors shall comply with and provide proof for the following minimum requirements: a. Vendors shall provide the company's and employee's Pollutant Storage System Contractor's License, issued by State of Florida Department of Business and Professional Regulations. b. Vendors shall have an employee who has completed and maintained the Hazardous Waste Operation (HAZWOPR) 40 hour initial course and yearly refresher course. c. Vendors' employee shall be Veeder Root Installer Certified (level 3 or greater). Should a Vendor choose to use a subcontractor, lhat subcontractor must possess a Veeder Root Installer Certification, however, it is not to be in lieu of the primary vendor possessing this certification. d. In accordance with the Code of M iami-Dade County, Florida, Section 10-3 (B), any person, firm, corporation or joint venture which submits an offer in response to a County solicitation shall, at the time of such offer, hold a valid Certificate of Competency for Gasoline Tank and Pump Installation Work issued by M iami Dade County Examining Board qualifying said person, firm, corporation or joint venture to perform the work proposed, unless a Pollutant Storage System Contractor's License has been issued by the State of Florida Department of Business and Professional Regulations. It is to be noted that this certification is only required if the Pollutant Storage State System License is not held e. Vendors shall be regularly engaged in the business of providing maintenance and repair services of service station equipment and fuel storage facilities. Three references must be provided and must be from recent or current customers br whom the vendor has provided the services described in this solicitation. The references must include the customer's company name, and the name, title, address, and telephone number of the contact person who can verify lhat the vendor has successfully provided the service that the vendor is offering under this solicitation. These references shall ascertain to the County's satisfaction lhat the vendor has sufficient experience and expertise in maintenance and repair services of service station equipment and fuel storage facilities. f. Vendors shall have an office within the geographic location of Soulh Florida (defined as M iami-Dade, Broward, Palm Beach and Monroe Counties). A current Local Business Tax Certificate (or equivalent business tax payment document) showing the business location shall be provided. Page 2 of 15 1/15/2021 2:59 PM P. 8 Miami -Dade County Solicitation FB-01793 NOTE: Vendors shall submit the specified information listed above with their bid submittal form as proof of compliance with the requirements of this solicitation. However, the County may, at its sole discretion and in its best interest, allow Vendors b compleb, supplement, or supply the required information during the evaluation period. 2.4 METHOD OF AWARD (Group Basis) While the County will award b multiple Vendors b ensure availability, before issuing a purchase order b the awarded vendor, County staff, inclusive of the user departments, will verify that the vendor meets the purchase order requirements, which shall include insurance verification. If vendor cannot meet the purchase order requirements, the County may then order from the next lowest awarded Vendor offering the same specific service required. Staff must document any occurrence where an awarded Vendor can't meet the purchase order requirements prior b moving b the next lowest awarded Vendor. Award b multiple vendors is made for the convenience of the County and does not exempt any awarded Vendor from fulfilling its contractual obligations. Failure b perform as notad may result in an awarded Vendor being deemed in breach of contract The County may tarminata the contract for default and charge the Vendor re -procurement costs. 2.4.1. Group 1: Routine Maintenance Award will be made b all responsive, responsible vendors commencing in the order representing the lowest price b the County, meeting the minimum qualifications and bid submittal requirements. This Progressive method of award ensures the immediab availability of more than one vendor b respond b emergencies County -wide. To be considered for award of this group, Vendors shall submit an offer on hourly labor rab. The County will use the hourly Labor Rata for Routine M ainbnance b calculata the lowest overall fixed price per group. 2.4.2. Group 2: Emergency Mitigation Award will be made b all responsive, responsible vendors commencing in the order representing the lowest price b the County, meeting the minimum qualifications and bid submittal requirements. This Progressive method of award ensures the immediata availability of more than one vendor b respond b emergencies County -wide. To be considered for award of this group, Vendors shall submit an offer on the hourly labor rab. The County will use the hourly Labor Rata for Emergency Mitigation b calculata the lowest overall fixed price per group. 2.4.3. Group 3: Pre -Qualification of Vendors to Purchase Services for Future Price Competition (Pre -qualification Pool). Vendors may be pre -qualified under this group b parficipata in future price competition. All vendors meeting the minimum requirements, outlined in Section 2.3, Minimum Requirements, shall be pre - qualified b parficipata in spot market quotas on an as -needed basis. Future price competition may be in the form of an Invitation b Quota (ITQ) or Work Order Proposal Request (WOPR) issued by the Department 2.5 SPOT MARKET QUOTES Vendors pre -qualified under Group 3 will be invitad b parficipata in future spot market competition, as needed. The spot market competition will be in the form of an ITQ or WOPR that will include the specific goods and/or services required, and may include provisions, as applicable, such as: Page 3 of 15 1/15/2021 2:59 PM P. 9 Miami -Dade County Solicitation FB-01793 Small Business Enterprise (SBE) M easures • Warranty Requirements • Liquidated Damages • Living Wage • Delivery Requirements • Performance Bond For federally funded projects/programs, additional provisions may apply in accordance with the funding source. The following provisions from Section 1, General Terms and Conditions shall be exempt from such solicitations, as indicabd in the ITQ or WOPR. • Local Preferences • User Access Program (UAP) Fee • SBE Measures • Local Certified Veteran Business Enterprise Preference • First Source Hiring Referral Program • SBE PromptPaymentTerms • Office of Inspector General Fee 2.6 CERTIFICATES / LICENSES If work for other trades is required in conjunction with this solicitation and will be performed by a subcontracbr(s), an applicable Certificate of Competency issued b the subcontractor(s) shall be submitted with the prime vendor's offer; provided, however, that the County may at its option and in its best interest allow the vendor b supply the subcontractor(s) certificate b the County during the offer evaluation period. In accordance with the provisions of Miami -Dade County's Charter, subcontractors performing services in/or br M iami-Dade County must show that they have been duly licensed by the Qualifications Board of the County prior b being awarded a contract by the County. All journeyman supplied b perform services in/and br Miami -Dade County must be licensed by the County's Building and Zoning Department and carry their certification card when supplying services b the same. 2.7 PRICES The price offered is inclusive of all taxes, fees (federal, state, and local) and all costs associated with the cleanup and disposing of all hazardous materials. 2.7.1. Repairs and Parts: Vendors will be paid by the County a fixed 20% markup b their invoice for Repairs. Vendors invoicing for Repairs shall be required b submit a Parts invoice attached b their invoice b the County b confirm their actual cost for parts for the Repair conducbd. 2.7.2. Labor Prices br labor and services shall remain firm and fixed for a one-year period from the effective data of the Contract Prior b the end of the initial one-year period and br each subsequent year thereafter, the County will review requests for price adjustments for services only based on the Producer's Price Index: PPI industry data br Maintenance and repair services for commercial and service industry machinery, not seasonally adjusted, Series ID: PCU8113108113106. htlps://data.bls.gov/pdq/SurveyOutputServlet PPI industry data for Commercial machinery repair and maintenance -Maintenance and repair services br commercial and service industry machinery, not seasonally adjusted. It is the awarded Vendors' responsibility Page 4 of 15 1/15/2021 2:59 PM p. 10 Miami -Dade County Solicitation FB-01793 b request pricing adjuslmenls under this provision ninety (90) days prior b anniversary of the effective date of the contract Adjuslmenls shall not be in excess of 5% increase each year. Adjuslmenls may be increases or decreases and the County may consider either. The County reserves the right b reject any price adjuslment requests submitted by the awarded Vendor. a. Hourly !lab (Groups 1 and 2) The hourly rate quoted shall be deemed b provide full compensation b the vendor for labor, equipment use, travel time, and any other element of cost or price. This race is assumed b be at straight -time br all labor, except as otherwise noted. Awarded Vendors shall provide the County with labor and materials in strict accordance with all solicitation requirements on an as needed basis. The County shall allow overtime payment at a maximum rate of one and a half (1 'h) times the regular hourly wages as slated within this contract (Section 4.0).This allowance shall only be provided in those instances where expressly authorized by a representative of the County prior b the commencement of the overtime work. If non-compliance in either regard is evident either from the offer itself or from subsequent evaluation proceedings, the offer may be considered non -responsive and ineligible for award under Groups 1 and 2. 2.8 METHOD OF PAYMENT The County shall provide payments br services rendered by the awarded Vendors. In order br the County b provide payment, the awarded Vendors shall submit a fully documented invoice that provides the basic information set bit below. The invoice shall be electronically submitted b the County department within thirty (30) calendar days after the service has been rendered. Paper or handwritten invoices will not be accepted. It shall be undersbod that such invoices shall not be submitted for payment until the time service has been completed and a County representative has reviewed and approved the service. All invoices shall contain the bllowing basic information as stipulated in Section 1.34, in addition b the information below: • Crediting invoices must contain originally charged invoice number as a cross-reference. • When appropriate, invoices shall be directed b the attention of the Shop Facility Supervisor that assigned the work or placed the order and include the name of the vendor and their FEIN. I. County Inbrmation: • Full name and phone number of the County employee requesting service and the name of the County Depariment/Division /Location requesting service. II. Pricing Information: • Unit price of the goods, services or property provided in detail b include awarded labor rate, labor hours perbrmed, part number of items installed, and appropriate parts description. III. Goods or Services Provided per Contract • Each unique service perbrmed must be listed as a separate line item on the invoice b include but not limited b work requested, and description of service(s) provided. • The date service was requested and the data service was completed. 2.9 REGULATIONS Below are regulations currently identified by the County including, but not limited b the regulations below: Page 5 of 15 1/15/2021 2:59 PM p. 11 Miami -Dade County Solicitation FB-01793 ACCIDENT PREVENTION AND BARRICADES Precautions shall be exercised at all times for the protection of persons and property. All vendors performing services under this contract shall conform b all relevant OSHA, Static and County regulations during the course of such effort Any fines levy by the above mentioned authorities for failure b comply with these requirements shall be borne solely by the responsible vendor. Barricades shall be provided by the vendor when work is performed in areas traversed by persons, or when deemed necessary by the County Project Manager. ENVIRONM ENTAL REGULATIONS All work performed under this contract shall adhere b all M iami-Dade County RER, Stab of Florida or Federal EPA mandated corrections, updates and activities or other related activities required by new or existing legislation in the normal scope of wide based fueling station support INTERNATIONAL ORGANIZATION FOR STANDARDIZATION (ISO) In April 2003, Resolution R-374-03, establishing a policy for M iami-Dade County favoring waste -reduction, environmentally -based promotional activities and the purchasing of commodities containing recycled or recyclable content, was passed. It reestablished the Recycling M anagement Committee as the M iami-Dade Resource Conservation Committee under the Department of Environmental Resources Management The Resolution reaffirmed the County's commitment b was reduction and recycling in an effort b reduce the solid was stream. It also reaffirmed the County's commitment b "closing the loop" through the purchase of recycled content materials. To close the recycling loop, there must be a demand b use recycled materials. It is therefore important b purchase products made from recycled materials, in an effort b stimulate the demand for recycled -content products and broaden the Committee's mission b include the promotion and facilitation of Environmentally Preferable Purchasing (EPP) of products and services. The Civil Environmental Engineering Division is responsible for tracking the Departments environmentally preferred purchasing and providing annual reports b the County Manager, Mayor and Board of County Commissioners. LEGAL REQUIREM ENT FOR POLLUTION CONTROL It is the intent of these specifications b comply with the M iami-Dade County Pollution Control Ordinance as stated in Chapter 24 of the M iami-Dade Code. This ordinance is made a part of these specifications by reference and may be obtained, if necessary, by the vendor through the Department of Regulatory and Economic Resources (RER), 33 SW 2nd Ave., M iami, Florida 33130. STATE REQUIREM ENTS All technical labor performed in and around the County's fueling and storage facilities shall adhere b the State Fire M arshal's "State of Florida: Rules and Regulations Chapter 4A-16; State of Florida Department of Environmental Regulation's Rules and Regulations Chapter 62-761; 62-762 and 62-770 and all work approved by M iami-Dade County Department of Environmental Resource M anagement (DERM). The petroleum recovery work covered in this contract includes all work required b comply with all Federal, State, and Local Regulations governing petroleum spill cleanups (i.e., analytical reports). 2.10 INSURANCE This is a requirement for award under Groups 1 and 2 but not for prequalification under Group 3. For Group 3, the insurance requirements will be requested and detailed in the subsequent ITQ or WOPR issued by departments. Section 1.22 Insurance Requirements of the General Terms and Conditions, Subsections B and C are superseded and replaced in their entirety. Page 6 of 15 1/15/2021 2:59 PM p. 12 Miami -Dade County Solicitation FB-01793 A. Worker's Compensation Insurance for all employees of the Provider as required by Florida Statuth 440. B. Commercial General Liability Insurance in an amount not less than $1,000,000 per occurrence, and $2,000,000 in the aggregath, not b exclude Products and Complethd Operations and Explosion, Collapse, and Underground Hazards. Miami -Dade County must be shown as an additional insured with respect to this coverage. C. Aubmobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence. *Under no circumstances are Vendors permitted on the Aviation Department, Aircraft Operating Airside (A.O.A) at Miami International Airport without increasing automobile coverage to $5 million. Only vehicles owned or leased by a company will be authorized. Vehicles owned by individuals will not be authorized. In addition, the following insurance requirements shall be met D. Pollution Liability Coverage in an amount not less than $1,000,000 per occurrence $2,000,000 in the aggregab. All insurance policies required above shall be issued by companies authorized b do business under the laws of the Stab of Florida, with the bllowing qualifications: The company must be rabd no less than "A-" as b management, and no less than "Class VII" as b financial strength, by Bests Insurance Guide, published by A.M . Best Company, Oldwick, New Jersey, or its equivalent, subject b the approval of the County Risk M anagement Division. or The company must hold a valid Florida Certificath of Authority as shown in the Iathst "List of All Insurance Companies Authorized or Approved b Do Business in Florida" issued by the Stith of Florida Department of Financial Services. NOTE: CERTIFICATE HOLDER MUST READ: MIAMI-DADE COUNTY 111 NW 1st STREET SUITE 2340 MIAMI, FL 33128 2.11 PERFORMANCE BOND (GROUP 3) For inbrmational purposes: At the time of spot market quotations, Group 3 prequalified vendors may be required b adhere b the requirements below: The awarded Vendor shall duly executh and deliver b the County a Performance Bond in the amount of 100% of the awarded Vendor's bid price. The Perbrmance Bond Form supplied by the County shall be the only acceptable brm br this bond; no other brm will be accepthd. The complethd brm shall be delivered b the County within 15 calendar days afhar brmal notice of award; however, the County may allow the Page 7 of 15 1/15/2021 2:59 PM p. 13 Miami -Dade County Solicitation FB-01793 awarded Vendor additional time b submit the Performance Bond in its best interest Failure b submit the Perbrmance Bond within 15 calendar days atter brmal notice of award or, if allowed, within the additional period of time granted by the County shall result in the awarded Vendor being declared in default of the contractual terms and conditions, and the surrender of the Vendor's Bid Guaranty. In addition, the County shall not accept any offer from the Vendor for a twelve (12) month period following such default The following specifications shall apply b the bond: A. All bonds shall be written through surety insurers authorized b do business in the State of Florida as surety, with the bllowing qualifications as b management and financial strength according b the latest edition of Bests Insurance Guide, published by A.M . Best Company, Oldwick, New Jersey: Bond Amount Best Rating 500,001 b 1,500,000 B V 1,500,001 b 2,500,000 A VI 2,500,001 b 5,000,000 A VII 5,000,001 b 10,000,000 A VIII Over 10,000,000 A IX B. For a contract amount of $500,000 or less, the bond provisions of Section 287.0935, Florida Statutes (1985) shall be in effect and surety companies not otherwise qualifying with these requirements may qualify by: 1. The surety company is licensed b do business in the State of Florida; 2. The surety company holds a certificate of authority authorizing it b write surety bonds in the State of Florida; 3. Providing evidence that the surety has twice the minimum surplus and capital required by the Florida Insurance Code at the time the solicitation is issued; 4. Certifying that the surety is otherwise in compliance with the Florida Insurance Code; and 5. Providing a copy of the currently valid Certificate of Authority issued by the United States Department of the Treasury under SS. 31 USC 9304-9308. Surety insurers shall be listed in the latest Circular 570 of the U.S. Department of the Treasury enticed "Surety Companies Acceptable on Federal Bonds", published annually. The bond amount shall not exceed the underwriting limitations as shown in this circular. C. For a contract amount in excess of $500,000, the bond provisions of Section 287.0935, Florida Statutes (1985) shall be in effect and surety companies not otherwise qualifying with the requirements listed in Section A., above, may qualify by meeting the provisions listed in Sections B.1., B.2., and B.3., above. In addition, the company must have been listed in the Circular 570 of the U.S. Department of the Treasury entitled "Surety Companies Acceptable on Federal Bonds" for at least three consecutive years (including the current year), or must be currently listed in the Treasury List and must hold a valid Certificate of Authority of at least 1.5 million dollars. D. Surety Bonds guaranteed through U.S. Government Small Business Administration or Conlracbrs Training and Development Inc. will also be acceptable. E. In lieu of a bond, an irrevocable lecher of credit or a cash bond in the form of a certified cashier's check made out b the Board of County Commissioners will be acceptable. All interest will accrue b M iami- Page 8 of 15 1/15/2021 2:59 PM p. 14 Miami -Dade County Solicitation FB-01793 Dade County during the life of this contract and/or as long as the funds are being held by M iami-Dade County. F. The attorney -in -fact or other officer who signs a contract bond for a surety company must file with such bond a certified copy of power of atbrney authorizing the officer b do so. The contract bond must be counter signed by the surety's resident Florida agent 2.12 WARRANTY A. Type of Warranty Coverage Required All parts purchased under this contract and pre -qualification pool (Groups 1 and 2 respectively) shall have a minimum one-year warranty from time of acceptance by County Deparhnents, or the manufacturer's standard warranty, whichever is longer. Replacement parts under warranty shall be shipped b the assigning County Depariment(s) no later than tan days (10) business days after receipt of notification of defect from the County Depariment(s). All repair work performed under Group 2 shall have a minimum warranty for parts and labor of ninety (90) days, or the manufacturers' warranty, whichever is greater, in addition b Section 1 of the General Terms and Conditions unless otherwise indicated in the ITQ, or Spot M arket Quota. Defective parts under warranty shall be replaced, and re -work required shall be performed at no charge b the County. If the re -work cannot correct the problem, a full refund / credit shall be submitted b the County Depariment(s). B. Correcting Defects Covered Under Warranty Awarded Vendor shall promptly correct any deficiencies, at no cost b the County, within five (5) calendar days after the County notifies the Vendor of such deficiency either verbally or in writing. If the Vendor fails b correct the defective work or replace the damaged part within the period specified, the County may, at its discretion, notify the Vendor, for the second time in writing that the Vendor may be subject b contractual default which may lead b termination if the corrections or replacements are not completed b the satisfaction of the County within the time defined in the notice b cure. If the Vendor fails b satisfactorily complete the corrections and/or replace the damaged part as detailed in the notice b cure, the County may procure the parts and/ or services from another Vendor and charge the incumbent any additional costs that are incurred by the County for this work or items; either through a credit memorandum or through invoicing. 2.13 NON -WARRANTY DEFICIENCIES IN WORK TO BE CORRECTED BY THE VENDOR (Groups 1 and 2 ) The awarded Vendor shall promptly correct all non -warranty deficiencies and/or defects in work and/or any work that fails b conform b the Contract Documents; whether or not fabricated, installed or completed. All corrections shall be made within five (5) calendar days (unless otherwise noted within this solicitation) after such rejected defects, deficiencies, and/or non -conformances are verbally reported b the awarded Vendor by the County's Project Administrator. The awarded Vendor shall bear all costs of correcting such rejected work. If the awarded Vendor bits b correct the work within the period specified, the County may at its discretion, notify the awarded Vendor in writing that the awarded Vendor is subject b contractual default provisions if the corrections are not completed b the satisfaction of the County within five (5) calendar days of receipt of the notice. If the awarded Vendor fails b correct the work within the period specified in the notice, the County shall place the awarded Vendor on default, obtain the services of another awarded Vendor b correct the deficiencies, and charge the awarded Vendor for these costs; either through a deduction from the final payment owed b the awarded Vendor or through invoicing. Page 9 of 15 1/15/2021 2:59 PM p. 15 Miami -Dade County Solicitation FB-01793 2.14 LABOR, MATERIAL AND EQUIPMENT Unless otherwise provided in Section 3, Scope of Work, of this solicitation the vendor shall furnish all labor, mathrial and equipment necessary for satisfactory contract performance. When not specifically identified in the thchnical specifications or in the ITQ, such mathrials and equipment shall be of a suitable type and grade for the purpose. All mathrial, workmanship, and equipment shall be subject to the inspection and approval of the County's Project Manager. 2.15 ADDITIONAL GROUPS The County reserves the right to add additional groups (with applicable qualification crithria), which are not listhd within this solicitation. 2.16 ADD/DELETE VENDORS During the thrm of the pool, the County reserves the right to pre -qualify additional Vendors or deleth Vendors, at its sole discretion. Additional Vendors shall meet or exceed the same pre -qualification requirements stathd above. Page 10 of 15 1/15/2021 2:59 PM p. 16 Miami -Dade County Solicitation FB-01793 SECTION 3 SCOPE OF WORK 3.1 SCOPE OF WORK This solicitation establishes a contract for Routine M ainfrnance and Emergency M itigation and Pre - qualification Pool will be used b purchase services including but not be limifad o, purchase, install, first, maintain, and repair county mobr vehicle service station equipment and fuel dispensing and relafrd sbrage facilities. Awarded and pre -qualified Vendors shall be fully capable, but not limifrd b the bllowing: fiihsr/polish fuel, handling all phases of vehicle fueling service, dispensing and sbrage facilities; periodic tasting of underground fuel sbrage tanks and lines br contaminants and leaks; first and analyze fuel; petroleum recovery surface and subsurface, mainfrnance, removal and replacement of County supplied fuel sbrage tanks reservoirs and dispensing equipment, and replacement parts for repair of the same. Provide fast analysis (oil, fuel and ground wafer samples, etc.), calibrafr fuel monibring and mefrring equipment (gasoline/diesel pumps, etc.), and service station accessories (hoses, reels, pumps, air compressor, etc.) 3.2 GROUPS 3.2.1. Group 1: Routine Maintenance Routine Mainfrnance is b include, but not be limifad b: • Repair/replacement of fuel tank and dispensing sysfrm component hardware (such as fill pipe, caps, sensors, relafrd wiring, probes, hoses, hose reels, etc.) • Repair oil/wafer separabr and supporting components, conducting unscheduled or special inspections of fuel tanks, hoses, oil war separabrs, hose reels, vehicle wash stations, etc. • Taking samples of groundwafrr fist wells, soil and fuel br laborabry analysis upon request • Conducting minor concreb repair and patching, Aubmatic Tank Gauging (ATG) hardware repairs (frrminal boards, reprogramming and configuration, etc.) • Performing bsts and certifications of tank, dispenser, and ATG sysfrms as requesbd perbrming unscheduled work in conjunction with keeping County fuel sifrs within Florida Department of Environmental Profrction (FDEP) requirements for inspection and other minor repairs. 3.2.2. Group 2: Emergency Mitigation Emergency response and mitigation b include, but not be limithd b: • Containing/sopping tank, piping and dispenser fuel leaks, responding b loss of dispensing services due b mechanical failure, small spill (estimafrd less than 100 gallons) wash disposal, and proper disposal of hazardous waste, and repairs relafrd b the immediafr remediation b ensure the safety of safety of personnel at county facilities and fuel sites. • Repair/replacement of fuel tank and dispensing sysfrm component hardware (such as, but not fill pipe, caps, sensors, related wiring, probes, hoses, hose reels, eta.), under an emergency basis. • Repair oil/water separabr and supporting components, hoses, oil wafer separabrs, hose reels, vehicle wash stations, eta. Page 11 of 15 1/15/2021 2:59 PM p. 17 Miami -Dade County Solicitation FB-01793 • Taking samples of groundwater test wells, soil and fuel for laboratory analysis upon request • Conducting minor concrete repair and patching, Automatic Tank Gauging (ATG) hardware repairs (terminal boards, reprogramming and configuration, etc.) • Performing tests and certifications of tank, dispenser, and ATG systems as requested perbrming unscheduled work in conjunction with keeping County fuel sites within Florida Department of Environmental Protection (FDEP) requirements for inspection and other minor repairs. 3.2.3. Group 3: Pre -Qualification of Vendors to Purchase Services for Future Price Competition (Pre -qualification Pool) Scope for future spot marketquotations is b include and not be limited b: • Any kind of work that pertains b the fuel service station facilities of M iami-Dade County. 3.3 WORK NOTIFICATION PRIOR TO COM M ENCEM ENT Vendors shall neither commence any work, nor enter a County work premise, until a "Work Order / Purchase Order" directing the vendor b proceed with a work assignment has been received from an authorized County representative; excepting, however, that such Work Order/Purchase Order notification is not required when perbrming emergency work that may be required in accordance with provisions included elsewhere in this solicitation and resultant contract CLEANUP AND ASSESM ENT All unusable materials and debris shall be removed from the premises at the end of each workday, and disposed of in an appropriate manner. Upon final completion, the vendor shall thoroughly clean up all areas where work has been involved as mutually agreed with the associated user departments project manager. Cleanup and assessment documents need b be prepared by a Professional Engineer registered under Chapter 471, F.S. or a Professional Geologist registered under chapter 492, F.S. COM PLETION OF WORK All work shall be performed in accordance with good commercial practice. The work schedule and completion dates shall be adhered b by the vendors; except in such cases where the completion data will be delayed due b acts of nature, strikes, or other causes beyond the control of the vendor. In these cases, the vendor shall notify the County in advance of the delays of the original completion date so that a revised delivery schedule can be appropriately considered by the County. Should the awarded vendorsNendors tail b complete the work within the number of days as stated in its offer. WORK ACCEPTANCE Projects will be inspected by an authorized representative of the County. This inspection shall be performed b determine acceptance of work, appropriate invoicing, and warranty conditions. 3.4 EMERGENCY SERVICE (Groups 1 and 2) Vendors, awarded under this group, shall provide 24 hours, 7 days a week emergency service, inclusive of a point of contact with their contact information, b the County under the contract During regular work hours (M onday through Friday, 8:00 A.M . b 5:00 P.M .), emergency service response time (defined as the time from acknowledged notification b arrival on -site) shall be within three (3) hours afbr notification by the County. During other than regular working hours, the emergency response time, as defined above, shall be Page 12 of 15 1/15/2021 2:59 PM p. 18 Miami -Dade County Solicitation FB-01793 within bur (4) hours aeer notification by the County. Compensation will be by the hourly rate provided in section 4. 3.5 RELEASE OF CLAIM REQUIRED (Applies to Groups 1, 2, and 3 when a subcontractor is used) The awarded Vendors must provide the County's project manager with duly executed affidavits (subcontractor's stabment of satisfaction) or releases of claim from all subcontractors and suppliers who have perbrmed any work or supplied any materials br the project as of that dab. The affidavit or releases shall certify that said subcontractors and suppliers have been paid their proportionate share of all previous payments b the awarded Vendor. In the event such affidavit cannot be furnished, the Vendor may submit an executed consent of surety b requisition payment identifying the subcontractors and suppliers with the amounts br which the statement of satisfaction cannot be furnished. If the awarded Vendor fails b provide consent of surety b requisition payment, the amount in dispute will be withheld until either the stabment of satisfaction is furnished, or the consent of surety b requisition payment is furnished. Page 13 of 15 1/15/2021 2:59 PM p. 19 Miami -Dade County Solicitation FB-01793 SECTION 4 SUBMITTAL FORM Vendor: 4.1. To be considered for award under Groups 1 and 2, and pre -qualification under Group 3, vendors shall comply with and provide proof for the following minimum requirements: Section 2.3 Description Check / Submitted 2.3 (a) Pollutant Storage System Contractor's License, issued by State of Florida Departrnentof Business And Professional Regulations. (Copy of certification shall be provided with b id su bmittal) 2.3 (b) Hazardous Waste Operation (HAZWOPR)40hours course. (Copy ofdocumentation shall beprovided with bid submittal) 2.3 (c) Veeder Rootlnstaller Certification (level 3 or greater). Should a Vendor choose to use a subcontractor, that subcontractor must possess a Veeder Root InstallerCerf�cation, however, it is not to be in lieu of the primary vendor possessing this certification. (Copy of documentation shall be provided byeitherthe vendor and theirsubcontractor, should vendor use a subcontractor) 2.3 (d) Certificate of Competency for Gasoline Tank and Pump I nstallation Work issued by the State or County Examining Board. (Copies of certification shall be provided with bid submittal) 2.3 (e) References listed must be recent or current customers br whom the vendor has provided the services described in this solicitation. Reference 1 Company Name: Contact Person: Title: Address: Phone Number: Reference 2 Company Name: Contact Person: Title: Address: Phone Number: Reference 3 Company Name: Contact Person: Title: Address: Phone Number: 2.3 (fi Office location in Miami -Dade, Broward, Palm Beach, and/or Monroe Counties Please indicate which group Vendor is pursuing: Group 1: Routine Maintenance Group 2: Emergency Mitigation Group 3: Pre -Qualification of Vendors to Purchase Services for Future Price Competition Page 14 of 15 1/15/2021 2:59 PM p. 20 Miami -Dade County Solicitation FB-01793 SECTION 4 SUBMITTAL FORM 4.2 GROUP 1: Routine Maintenance and Upkeep Ithm Estimathd Quantity Description Unit Price 4.2.1 32,810 hours Labor Rate for Routine M aintenance Hr 4.3 GROUP 2: Emergency Mitigation Ithm Estimathd Quantity Description Unit Price 4.3.1 5,565 (or 10,280 with OT hours) hours Labor Rath for Emergency M itigation Hr Page 15 of 15 1/15/2021 2:59 PM p. 21 Miami -Dade County Solicitation FB-01793 MIAMI•DADE Solicitation No. Solicitation Title: Bidder's Legal Company Name (include dlbla if applicable): Bidder's Federal Tax Identification Number: . If Corporation - Date Incorporated/Organized: State Incorporated/Organized: . Company Operating Address: City State . Zip Code . . . Miami -Dade County Address (if applicable): City State Zip Code Company Contact Person: Email Address: . . Phone Number (include area code): . Company's Internet Web Address: Pursuant to Section 2-8.6 of the Code of Miami -Dade County (County), any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "local business" is a Tax Receipt issued by Miami -Dade County at least one year prior to bid submission; which business is performed and which served as the place of employment for at least (by exception, if the business is a certified Small Business Enterprise, the local and contributes to the economic development of the community in a verifiable of employment opportunities and the support and increase to the County's tax Local Preference. Failure to affirm this certification at this time may render the FEDERALLY FUNDED PURCHASE. business located within the limits of Miami -Dade County that has a valid Local Business has a physical business address located within the limits of Miami -Dade County from three full time employees for the continuous period of one year prior to bid submittal business location must have served as the place of employment for one full time employee); and measurable way. This may include, but not be limited to, the retention and expansion base. Place a check mark here only if affirming the Bidder meets the requirements for Bidder ineligible for Local Preference. IN ACCORDANCE WITH CFR 200.319(b), LOCAL PREFERENCE SHALL NOT APPLY TO LOCALLY -HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a is in Miami -Dade County. the Locally -Headquartered Preference (LHP). Failure to affirm certification at this SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE. "locally -headquartered business" is a Local Business whose "principal place of business" Place a check mark here only if affirming the Bidder meets the requirements for time may render the Bidder ineligible for the LHP. The address of the Locally -Headquartered office is: IN ACCORDANCE WITH CFR 200.319(b), LOCALLY -HEADQUARTERED BUSINESS PREFERENCE LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant is certified by the State of Florida Department of Management Services as a veteran Enterprise. A copy of the certification must be submitted with the bid. PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE. to Section 2-8.5 of the Code of Miami -Dade County; and (b) prior to bid submission business enterprise pursuant to Section 295.187 of the Florida Statutes. Place a check mark here only if affirming Bidder is a Local Certified Veteran Business IN ACCORDANCE WITH CFR 200.319(b), LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE 1/15/2021 2:59 PM p. 22 Miami -Dade County Solicitation FB-01793 SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (if applicable): A Small Business Enterprise (SBE) must be certified by the Division of Small Business Development (SBD) for the type of goods and/or services the Bidder provides in accordance with the applicable Commodity Code(s) for this solicitation. For certification information, contact SBD at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE Program during the contract may remain on the contract. Place a check mark here only if affirming Bidder is a Miami -Dade County Certified Small Business Enterprise. IN ACCORDANCE WITH CFR 200.319(b), SMALL BUSINESS ENTERPRISE MEASURES SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST, THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST, OR THE SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST: By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List, as those terms are used and defined in Sections 287.135, 215.473, and 215.4725 of the Florida Statutes. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Section List, or the Scrutinized Companies that Boycott Israel List. OR In the event that the Bidder is unable to provide such certification, but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid through a duly authorized representative and shall also initial this space: . In this event, the Bidder shall fumish together with its bid a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 and/or 215.4725 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception could be applicable. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID: The Bidder acknowledges and agrees that the submittal of the Bid is govemed by Florida's Govemment in the Sunshine Laws and Public Records Laws, as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a bid pursuant to this solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this solicitation which the Bidder considers to be a trade secret, proprietary or confidential. In the event that the bid contains a claim that all or a portion of the bid submitted contains confidential, proprietary or trade secret information, the Bidder, by signing below, knowingly and expressly waives all claims made that the bid, or any part thereof no matter how indicated, is confidential, proprietary or a trade secret and authorizes the County to release such information to the public for any reason. Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Date * Representative's Name: * Representative's Title: * THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED BELOW BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: * Date * Representative's Name: * 1/15/2021 2:59 PM p. 23 Representative's Title: Miami -Dade County Solicitation FB-01793 * 1/15/2021 2:59 PM p. 24 Miami -Dade County Solicitation FB-01793 Solicitation Number FB-01793 *Vendor Name Complete "A" or "B": A. No subcontractors or direct suppliers will be utilized pursuant to this solicitation. B. The below listed subcontractors andlor suppliers will be utilized pursuant to this solicitation: SUBCONTRACTING FORM *FEIN # Business Name and Address of First Tier Subcontractor/ Subconsultant Name of Principal Owner Scope of Work to be Performed by Subcontractor Subconsultant Subcontractor/ Subconsultant License (if applicable) Business Name and Address of First Tier Direct Supplier Name of Principal Owner Supplies, Materials, andlor Services to be P ovided by Supplier And Below and/or attached is a detailed statement of the firm's policies and procedures for awarding subcontractors: (Duplicate this form if additional space is needed to provide the required information) When Subcontracting is allowed and subcontractors will be utilized, the Contractor shall comply with Section 2-8.8 of the Code — Fair Subcontracting Practices: (1) Prior to contract award, the Bidder shall provide a detailed statement of its policies and procedures for awarding subcontracts and (2) As a condition of final payment under a contract, the Contractor shall identify subcontractors used in the work, the amount of each subcontract, and the amount paid and to be paid to each subcontractor via the BMWS at http://mdcsbd.gob2g.com. Pursuant to Section 2-8.1(f) of the Code — Listing of subcontractors required on certain contracts, for all contracts which involve the expenditure of one hundred thousand dollars ($100,000) or more, the entity contracting with the County must report to the County the race, gender, and ethnic origin of the owners and employees of its first tier subcontractors and suppliers via the BMWS at http://mdcsbd.gob2g.com. The race, gender, and ethnic information must be submitted via BMWS as soon as reasonably available and, in any event, prior to final payment under the Contract. The Contractor shall not change or substitute first tier subcontractors or direct suppliers or the portions of the Contract work to be performed or materials to be supplied from those identified except upon written approval of the County. 1 certify that the information contained in this form is to the best of my knowledge true and accurate. *Signature of Vendor's Representative *Print Name *Print Title *Date 1/15/2021 2:59 PM p. 25 Miami -Dade County Solicitation FB-01793 Question and Answers for Solicitation #FB-01793 - Fuel Service Station Maintenance, Repair and Services Overall Solicitation Questions Question 1 Is there a list of locations to be serviced that is available to us? (Submitted: Dec 31, 202010:15:52 AM EST) Question 2 Regarding Section 2.3 of Special Terms and Conditions, subsection C: This section is requiring a Veeder Root Installer Certification, Level 3. The Veeder Root TLS Installer certification is actually equivalent to a Level 1 Certification. Veeder Root has changed their certification titles. The certification titled "Veeder Root ATG Certification" is equivalent to what was once known as the Level 4. The ATG certification qualifies a technician to perform an annual certification of the unit, perform repairs, etc. The Level 1, or Installer certification does not. Please clarify if the County is seeking the ATG Certification. (Submitted:Jan 4 202110:40:29 AM EST) Question 3 The minimum requirements make no mention of a Pneumercator Tank monitor system certification requirement. Many County facilities have Pneumercator tank monitor systems - will this requirement be added so that required environmental compliance certifications can be performed? (Submitted: Jan 4,2021 10:42:42 AM EST) Question 4 Is the only pricing to be submitted an hourly labor rate? Please specify how a parts/material mark-up rate is submitted. (Submitted: Jan 4, 202110:4957 AM EST) Question 5 Is there a list of equipment available so we know what we need to be working on? (Submitted:Jan 4, 2021 11:12:12 AM EST) Question 6 Can we visit the locations once you provide a list? (Submitted:Jan 4,2021 11:13:23 AM EST) Question 7 We would like to confirm the number of hours noted in the bid package- 32,810. As a contract holder, we believe that in 5 years we have done much less than half of this amount. Please confirm the total number of hours to properly price this contract. Thank you. (Submitted:Jan 4, 2021 11:16:01 AM EST) Question 8 Bid mentions a performance bond but no place to account for the cost. Can this expense be pass to the County after award? (Submitted: Jan 11, 2021 11:20:59 AM EST) 1/15/2021 2:59 PM p. 26 Miami -Dade County FB-01793 Solicitation Tabulation Packet for Solicitation FB-01793 Fuel Service Station Maintenance, Repair and Services Solicitation Designation: Public M IAM I-DARE11 COUNTY Miami -Dade County 10/26/2021 BidSync p. 1 Miami -Dade County FB-01793 Solicitation #FB-01793 - Fuel Service Station Maintenance, Repair and Services Creation Date Dec 21, 2020 Start Date Dec 22, 202010:22:30 AM EST End Date Feb 10, 2021 6:00:00 PM EST Awarded Date Not Yet Awarded FB-01793--01-01 Fuel Service Station Maintenance Repair and Services Supplier Unit Price Qty/Unit Total Price Attch. Docs Speedy Tune Up's Fleet Services First Offer - 1 / See Bid Documents I Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: JF Petroleum Group First Offer - 1 / See Bid Documents Y Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Lutz Petroleum Equipment Installations First Offer - 1 / See Bid Documents Y Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Advanced Petroleum Systems, Inc. First Offer - 1 / See Bid Documents Y Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Gulfstream Petroleum Services Inc. [Ad] First Offer - 1 / See Bid Documents Y Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Florida Metro Construction Co., Inc. First Offer - 1 / See Bid Documents Y Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Cherokee Enterprises, Inc. First Offer - 1 / See Bid Documents Y Y Product Code: Agency Notes: Supplier Product Code: Group 1 & Supplier Notes: 2 Adams Tank & Lift, Inc. First Offer - 1 / See Bid Documents Y Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Supplier Totals f Speedy Tune Up's Fleet Services Bid Contact Manuel Falcon speedytuneups@yahoo.com Ph 305-644-4409 Agency Notes: f Adams Tank & Lift, Inc. $0.00 Address 130 NW 22 Avenue Miami, FL 33125 Supplier Notes: Head Attch: $0.00 Bid Contact Andreas Leontsinis Address 5150 NW 109th Avenue, Suite andreasleontsinis@adamstank.com #1 Ph 727-385-7908 Sunrise, FL 33351 Agency Notes: Supplier Notes: Head Attch: DUI f Cherokee Enterprises, Inc. Bid Contact monica massana agarciagil@cherokeecorp.com $0.00 Address 14474 Commerce Way Miami Lakes, FL 33016 10/26/2021 BidSync p. 2 Miami -Dade County FB-01793 Ph 305-828-3353 Agency Notes: Supplier Notes: Head Attch: f Advanced Petroleum Systems, Inc. $0.00 Bid Contact Percy Newland newland@tryapsi.com Ph 305-430-8500 Fax 305-430-0735 Agency Notes: f Lutz Petroleum Equipment Installations Bid Contact Kevin Moore lutzpei@lutztanks.com Ph 954-971-5222 Agency Notes: Address 16600 NW 54 Avenue #14 Miami Gardens, FL 33014 Supplier Notes: $0.00 Address 2300 NW 16 St. Pompano Beach, FL 33069 Supplier Notes: f Gulfstream Petroleum Services Inc. [Ad] $0.00 Bid Contact Mark Watson Address 936 SW 1 Ave #439 mark@gpsfuel.com Miami, FL 33130 Ph 305-281-7240 Qualifications A&E DESIGN BUILD Agency Notes: Supplier Notes: f Florida Metro Construction Co., Inc. $0.00 Bid Contact Heather Green h.green@floridametro.com Ph 954-921-8967 Agency Notes: Address 140 SW 1st Avenue Dania Beach, FL 33004 Supplier Notes: f JF Petroleum Group $0.00 Bid Contact Dale Hobgood dhobgood@jfpetrogroup.com Ph 813-528-2580 Agency Notes: ** Address 9700 Reeves Rd. Tampa, FL 33619 Supplier Notes: Head Attch: V Head Attch: Head Attch: ,fll Head Attch: i0l Head Attch: lul 10/26/2021 BidSync p. 3 Miami -Dade County FB-01793 Speedy Tune Up's Fleet Services Bid Contact Manuel Falcon speedytuneups@yahoo.com Ph 305-644-4409 Address 130 NW 22 Avenue Miami, FL 33125 Item # Line Item Notes Unit Price Qty/Unit Attch. Docs FB-01793--01-01 Fuel Service Station Maintenance Repair and Services Supplier First Offer- 1 / See Bid Documents Product Code: Y Supplier Total $0.00 10/26/2021 BidSync p. 4 Miami -Dade County FB-01793 MIAMI-MIii COUNTY Submittal Fo Solicitation No. Solicitation Title: Bidder's Legal Company Name (include dlbla if applicable): SPEEDY TUNE UPS CORP* Bidder's Federal Tax Identification Number: 770692325* If Corporation - Date Incorporated/Organized: 07/2007 State Incorporated/Organized: FLORID* Company Operating Address: 130 NW 22 AVENUE* City MIAMI* State Florida* Zip Code 33125* Miami -Dade County Address (if applicable): City United States State Florida Zip Code 33125 Company Contact Person: MANUEL FALCON* Email Address: speedytuneups@yahoo.com* Phone Number (include area code): 3057264554* Company's Internet Web Address: www.speedytuneups.com Pursuant to Section 2-8.6 of the Code of Miami -Dade County (County), any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County. ' Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade -Dade County that has a valid Local Business Tax Receipt issued by physical business address located within the limits of Miami -Dade County for at least three full time employees for the continuous period certified Small Business Enterprise, the local business location must have contributes to the economic development of the community in a verifiable and expansion of employment opportunities and the support and requirements for Local Preference. Failure to affirm this certification at NOT APPLY TO FEDERALLY FUNDED PURCHASE. County, a 'local business" is a business located within the limits of Miami Miami -Dade County at least one year prior to bid submission; has a from which business is performed and which served as the place of employment of one year prior to bid submittal (by exception, if the business is a served as the place of employment for one full time employee); and and measurable way. This may include, but not be limited to, the retention increase to the County's tax base. 1 Place a check mark here only if affirming the Bidder meets the this time may render the Bidder ineligible for Local Preference. IN ACCORDANCE WITH CFR 200.319(b), LOCAL PREFERENCE SHALL LOCALLY -HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code Business whose 'principal place of business" is in Miami -Dade County. requirements for the Locally -Headquartered Preference (LHP). Failure to for the LHP. BUSINESS PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED of Miami -Dade County, a "locally -headquartered business" is a Local ' Place a check mark here only if affirming the Bidder meets the affirm certification at this time may render the Bidder ineligible The address of the Locally -Headquartered office is: 130 NW 22 AVENUE IN ACCORDANCE WITH CFR 200.319(b), LOCALLY -HEADQUARTERED PURCHASE. LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is 10/26/2021 BidSync p. 5 Miami -Dade County FB-01793 (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County; and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. Place a check mark here only if affirming Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. IN ACCORDANCE WITH CFR 200.319(b), LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE. SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (if applicable): A Small Business Enterprise (SBE) must be certified by the Division of Small Business Development (SBD) for the type of goods and/or services the Bidder provides in accordance with the applicable Commodity Code(s) for this solicitation. For certification information, contact SBD at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE Program during the contract may remain on the contract. Place a check mark here only if affirming Bidder is a Miami -Dade County Certified Small Business Enterprise. IN ACCORDANCE WITH CFR 200.319(b), SMALL BUSINESS ENTERPRISE MEASURES SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST, THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST, OR THE SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST: By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List, as those terms are used and defined in Sections 287.135, 215.473, and 215.4725 of the Florida Statutes. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Section List, or the Scrutinized Companies that Boycott Israel List. OR In the event that the Bidder is unable to provide such certification, but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid through a duly authorized representative and shall also initial this space: . In this event, the Bidder shall fumish together with its bid a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 and/or 215.4725 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception could be applicable. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID: The Bidder acknowledges and agrees that the submittal of the Bid is govemed by Florida's Govemment in the Sunshine Laws and Public Records Laws, as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a bid pursuant to this solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this solicitation which the Bidder considers to be a trade secret, proprietary or confidential. In the event that the bid contains a claim that all or a portion of the bid submitted contains confidential, proprietary or trade secret information, the Bidder, by signing below, knowingly and expressly waives all claims made that the bid, or any part thereof no matter how indicated, is confidential, proprietary or a trade secret and authorizes the County to release such information to the public for any reason. Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: MANUEL FALCON* Date 01/07/2020* Representative's Name: MANUEL FALCON* 10/26/2021 BidSync p. 6 Miami -Dade County FB-01793 Representative's Title: PRESIDENT* THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED BELOW BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: MANUEL FALCON* Date 01/07/2020* Representative's Name: MANUEL FALCON* Representative's Title: PRESIDENT* 10/26/2021 BidSync P. 7 Miami -Dade County FB-01793 Supplier: Speedy Tune Up's Fleet Services SUBCONTRACTING FORM Solicitation Number FB-01793 *Vendor Name SPEEDY TUNE UPS CORP *FEIN # 770692325 Complete "A" or "B": A. 0 No subcontractors or direct suppliers will be utilized pursuant to this solicitation. B. The below listed subcontractors and/or suppliers will be utilized pursuant to this solicitation: Business Name and Address of First Tier Subcontractor/ Subconsultant Name of Principal Owner Scope of Work to be Performed by Subcontractor Subconsultant Subcontractor/ Subconsultant License (if applicable) Business Name and Address of First lier Direct Supplier Name of Principal Owner Supplies, Materials, and/or Services to be Provided by Supplier And Below and/or attached is a detailed statement of the firm's policies and procedures for awarding subcontractors: (Duplicate this form if additional space is needed to provide the required information) When Subcontracting is allowed and subcontractors will be utilized, the Contractor shall comply with Section 2-8.8 of the Code — Fair Subcontracting Practices: (1) Prior to contract award, the Bidder shall provide a detailed statement of its policies and procedures for awarding subcontracts and (2) As a condition of final payment under a contract, the Contractor shall identify subcontractors used in the work, the amount of each subcontract, and the amount paid and to be paid to each subcontractor via the BMWS at http://mdcsbd.gob2g.com. Pursuant to Section 2-8.1(f) of the Code — Listing of subcontractors required on certain contracts, for all contracts which involve the expenditure of one hundred thousand dollars ($100,000) or more, the entity contracting with the County must report to the County the race, gender, and ethnic origin of the owners and employees of its first tier subcontractors and suppliers via the BMWS at http://mdcsbd.gob2g.com. The race, gender, and ethnic information must be submitted via BMWS as soon as reasonably available and, in any event, prior to final payment under the Contract. The Contractor shall not change or substitute first tier subcontractors or direct suppliers or the portions of the Contract work to be performed or materials to be supplied from those identified except upon written approval of the County. 1 certify that the information contained in this form is to the best of my knowledge true and accurate. MANUEL FALCON MANUEL FALCON PRESIDENT 01/07/2020 10/26/2021 BidSync P. 8 Miami -Dade County FB-01793 *Signature of Vendor's Representative *Print Name *Print Title *Date 10/26/2021 BidSync P. 9 Miami -Dade County FB-01793 Adams Tank & Lift, Inc. Bid Contact Andreas Leontsinis andreasleontsinis@adamstank.com Ph 727-385-7908 Address 5150 NW 109th Avenue, Suite #1 Sunrise, FL 33351 Item # Line Item Notes Unit Price Qty/Unit Attch. Docs FB-01793--01-01 Fuel Service Station Maintenance Repair and Services Supplier First Offer- 1 / See Bid Documents Product Code: Y Y Supplier Total $0.00 10/26/2021 BidSync p. 10 Miami -Dade County FB-01793 Ada Tank at Item: Fuel Service Station Maintenance Repair and Services Adams Tank Lift FB-01793 Submittal Package.pdf 10/26/2021 BidSync p. 11 Miami -Dade County Solicitation FB-01793 Solicitation FB-01793 Fuel Service Station Maintenance, Repair and Services Solicitation Designation: Public MIAMI.DADEA Miami -Dade County 10/28/2020 8:23 AM BidSync pp12 Miami -Dade County Solicitation FB-01793 Solicitation Number Solicitation Title Solicitation FB-01793 Fuel Service Station Maintenance, Repair and Services FB-01793 Fuel Service Station Maintenance, Repair and Services Solicitation Start Date Dec 22, 202010:22:30 AM EST Solicitation End Date Jan 11, 2021 6:00:00 PM EST Question &Answer Jan 4, 2021 6:00:00 PM EST End Date Solicitation Contact Solicitation Contact Contract Duration Contract Renewal Prices Good for Katherine Sosa Procurement Contracting Officer 1 ISD - Procurement Management Services 305-375-2851 e321782@miamidade.gov Vanessa Stroman Procurement Contracting Manager ISD - Procurement Management Services 305-375-4263 Vanessa.Stroman@miamidade.gov See Bid Documents See Bid Documents See Bid Documents Solicitation Comments The purpose of this solicitation is to establish a contract for the purchase of Routine Maintenance (Group 1) and Emergency Mitigation (Group 2) for the County's service stations and facilities, and a pre -qualification pool (Group 3) to Purchase Services for Future Price Competition to consist of, but not limited to, the installation, testing, maintenance and repair services for service stations, facilities, structures, fuel dispensing and storage related equipment, and maintenance of other similar County facilities, in conjunction with the County's needs. Item Response Form Item FB-01793--01-01 - Fuel Service Station Maintenance Repair and Services Quantity 1 See Bid Documents Prices are not requested for this item. Delivery Location Miami -Dade County No Location Specified Qty 1 Description The purpose of this solicitation is to establish a contract for the purchase of Routine Maintenance (Group 1) and Emergency Mitigation (Group 10/28/2020 8:23 AM BidSync pp13 Miami -Dade County Solicitation FB-01793 2) for the County's service stations and facilities, and a pre -qualification pool (Group 3) to Purchase Services for Future Price Competition to consist of, but not limited to, the installation, testing, maintenance and repair services for service stations, facilities, structures, fuel dispensing and storage related equipment, and maintenance of other similar County facilities, in conjunction with the County's needs. 10/28/2020 8:23 AM BidSync pplg Miami -Dade County Solicitation FB-01793 MIAM I•DADE COUNTY COUNTY MIAMI-DADE COUNTY, FLORIDA INVITATION TO BID (I T B ) 10/28/2020 8:23 AM BidSync 05052020 Rev. 20-1 pplg Miami -Dade County Solicitation FB-01793 GENERAL TERMS AND CONDITIONS: All General Terms and Conditions of Miami -Dade County Procurem ent Contracts are posted online. Bidders that receive an award from Miami -Dade County through Miami -Dade Countys competitive procurement process must anticipate the inclusion of these requirements in the resultant contract. These general terms and conditions are considered non- negotiable. The general terms and conditions include important instructions and requirements that affect all bids. By submitting a bid for a Miami -Dade County solicitation a bidder attests to its understanding of these General Terms and Conditions. All applicable terms and conditions pertaining to this solicitation and resultant contract(s) may be viewed online at the Miami -Dade County, Strategic Procurement Division's webpage by clicking on the below link: http://www.m iam idade.gov/procurem ent/library/boilerplate/general -terms-and-conditions-r20-1.pdf NOTICETOALL BIDDERS: Bids are to be submitted electronicallythrough a secure mailbox at BidSync (www.bidsync.com) until the date and time indicated in the BidSync Solicitation End Date published in BidSync and in this solicitation document. It is the sole responsibility of the Bidder to ensure that its bid is in BidSync before the solicitation deadline. There is no cost to the Bidder to submit a bid for a Miami -Dade County solicitation via BidSync. Electronic submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files. For information concerning this solicitation, use the question/answer feature provided within the solicitation by BidSync, at www.bidsync.com. Questions of a material nature must be received prior to the date and time of the BidSync Solicitation Question &Answer End Date specified in the solicitation. Material changes, if any, to the solicitation will be made only by written addendum (see Addendum Section of BidSync site). Bidders must allow sufficienttime to complete online forms and upload all bid documents. All information and documents must be fully entered, uploaded, acknowledged ("Confirm") and recorded into BidSync before the date and time of the BidSync Solicitation End Date, or the system will stop the process and the submission will be considered late and will not be accepted. No part ofa bid can be submitted via hardcopy, email, or fax. 05052020 Rev. 20-1 10/28/2020 8:23 AM BidSync pp16 Miami -Dade County Solicitation FB-01793 SECTION 2 SPECIAL TERMS AND CONDITIONS 2.1 PURPOSE The purpose of this solicitation is b establish a contract br the purchase of Routine Maintenance (Group 1) and Emergency Mitigation (Group 2) br the County's service stations and facilities, and a pre -qualification pool (Group 3) b Purchase Services br Future Price Competition b consist of, but not limibd b, the installation, testing, maintenance and repair services br service stations, facilities, structures, fuel dispensing and sbrage related equipment, and maintenance of other similar County facilities, in conjunction with the County's needs. Placement in the Pool is not a contract between the County and the Vendor, but an acknowledgement that the Vendor meets the qualifications as outlined throughout this solicitation. Vendor Submittals will continue b be accepted throughout the term of the solicitation br placement in such Pool. This segment of the solicitation shall be a pre -qualification pool under Group 3 b Purchase Services br Future Price Com petition. The County, at its sole discretion, reserves the right b award or reject any Bid, pre -qualify or reject any Vendor, their parts or services offered. 2.2 TERM The contract and pre -qualification pool shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, or designee, unless otherwise stipulated in the Blanket Purchase Order issued by the Internal Services Department Strategic Procurement Division. The contract shall expire on the last day of the sixty (60) months. 2.3 MINIMUM REQUIREMENTS Vendors shall possess valid licenses at time of submittal and throughout the term of the contractlpool. Failure b meet any of the below listed requirements will deem the vendor's submittal non -responsive. For Groups 1 and 2, subcontracbr(s) shall be identified on the Subcontracbrs Form at the time of submittal, and shall comply with all the requirements of this solicitation b be authorized by the County. To be considered for award of Groups 1 and 2, vendors shall comply with and provide proof for the following minimum requirements: a. Vendors shall provide the company's and employee's Pollutant Storage System Contractor's License, issued by State of Florida Department of Business and Professional Regulations. b. Vendors shall have an employee who has completed and maintained the Hazardous Waste Operation (HAZWOPR) 40 hour initial course and yearly refresher course. c. Vendors' employee shall be Veeder Root Installer Certified (level 3 or greater). Should a Vendor choose b use a subconlracbr, that subconlracbr must possess a Veeder Root Installer Certification, however, it is not b be in lieu of the primary vendor possessing this certification. d. In accordance with the Code of M iami-Dade County, Florida, Section 10-3 (B), any person, firm, corporation or joint venture which submits an offer in response b a County solicitation shall, at the time of such offer, hold a valid Certificate of Competency for Gasoline Tank and Pump Installation Work issued by M iami Dade County Examining Board qualifying said person, firm, corporation or joint venture b perbrm the work proposed, unless a Pollutant Sbrage System Contracbr's License has been issued by the State of Florida Department of Business and Professional Regulations. It is b be noted that this certification is only required if the Pollutant Sbrage State System License is not held 10/28/2020 8:23 AM Page 1 of 15 BidSync pp16 Miami -Dade County Solicitation FB-01793 e. Vendors shall be regularly engaged in the business of providing maintenance and repair services of service station equipment and fuel storage facilities. Three references must be provided and must be from recent or current customers br whom the vendor has provided the services described in this solicitation. The references must include the customer's company name, and the name, titre, address, and telephone number of the contact person who can verify lhat the vendor has successfully provided the service that the vendor is offering under this solicitation. These references shall ascertain to the County's satisfaction lhat the vendor has sufficient experience and expertise in maintenance and repair services of service station equipment and fuel storage facilities. f. Vendors shall have an office within the geographic location of Soulh Florida (defined as M iami-Dade, Broward, Palm Beach and Monroe Counties). A current Local Business Tax Certificate (or equivalent business tax payment document) showing the business location shall be provided. NOTE: Vendors shall submit the specified information listed above with their bid submittal form as proof of compliance with the requirements of this solicitation. However, the County may, at its sole discretion and in its best interest, allow Vendors to complete, supplement, or supply the required information during the evaluation period. For Group 3, subcontractor(s) shall be identified on the Subconracters Form at the time of submittal and any future pricing competition, and shall comply with all the requirements of this solicitation to be authorized by the County. To be considered for prequalification of Group 3, vendors shall comply with and provide proof for the following minimum requirements: a. Vendors shall provide the company's and employee's Pollutant Storage System Contractor's License, issued by State of Florida Department of Business and Professional Regulations. b. Vendors shall have an employee who has completed and maintained the Hazardous Waste Operation (HAZWOPR) 40 hour initial course and yearly refresher course. c. Vendors' employee shall be Veeder Root Installer Certified (level 3 or greater). Should a Vendor choose to use a subcontractor, lhat subcontractor must possess a Veeder Root Installer Certification, however, it is not to be in lieu of the primary vendor possessing this certification. d. In accordance with the Code of M iami-Dade County, Florida, Section 10-3 (B), any person, firm, corporation or joint venture which submits an offer in response to a County solicitation shall, at the time of such offer, hold a valid Certificate of Competency for Gasoline Tank and Pump Installation Work issued by M iami Dade County Examining Board qualifying said person, firm, corporation or joint venture to perform the work proposed, unless a Pollutant Storage System Contractor's License has been issued by the State of Florida Department of Business and Professional Regulations. It is to be noted that this certification is only required if the Pollutant Storage State System License is not held e. Vendors shall be regularly engaged in the business of providing maintenance and repair services of service station equipment and fuel storage facilities. Three references must be provided and must be from recent or current customers br whom the vendor has provided the services described in this solicitation. The references must include the customer's company name, and the name, title, address, and telephone number of the contact person who can verify lhat the vendor has successfully provided the service that the vendor is offering under this solicitation. These references shall ascertain to the County's satisfaction lhat the vendor has sufficient experience and expertise in maintenance and repair services of service station equipment and fuel storage facilities. f. Vendors shall have an office within the geographic location of Soulh Florida (defined as M iami-Dade, Broward, Palm Beach and Monroe Counties). A current Local Business Tax Certificate (or equivalent business tax payment document) showing the business location shall be provided. 10/28/2020 8:23 AM Page 2 of 15 BidSync pplld Miami -Dade County Solicitation FB-01793 NOTE: Vendors shall submit the specified information listed above with their bid submittal form as proof of compliance with the requirements of this solicitation. However, the County may, at its sole discretion and in its best interest, allow Vendors b compleb, supplement, or supply the required information during the evaluation period. 2.4 METHOD OF AWARD (Group Basis) While the County will award b multiple Vendors b ensure availability, before issuing a purchase order b the awarded vendor, County staff, inclusive of the user departments, will verify that the vendor meets the purchase order requirements, which shall include insurance verification. If vendor cannot meet the purchase order requirements, the County may then order from the next lowest awarded Vendor offering the same specific service required. Staff must document any occurrence where an awarded Vendor can't meet the purchase order requirements prior b moving b the next lowest awarded Vendor. Award b multiple vendors is made for the convenience of the County and does not exempt any awarded Vendor from fulfilling its contractual obligations. Failure b perform as notad may result in an awarded Vendor being deemed in breach of contract The County may tarminata the contract for default and charge the Vendor re -procurement costs. 2.4.1. Group 1: Routine Maintenance Award will be made b all responsive, responsible vendors commencing in the order representing the lowest price b the County, meeting the minimum qualifications and bid submittal requirements. This Progressive method of award ensures the immediab availability of more than one vendor b respond b emergencies County -wide. To be considered for award of this group, Vendors shall submit an offer on hourly labor rab. The County will use the hourly Labor Rata for Routine M ainbnance b calculata the lowest overall fixed price per group. 2.4.2. Group 2: Emergency Mitigation Award will be made b all responsive, responsible vendors commencing in the order representing the lowest price b the County, meeting the minimum qualifications and bid submittal requirements. This Progressive method of award ensures the immediata availability of more than one vendor b respond b emergencies County -wide. To be considered for award of this group, Vendors shall submit an offer on the hourly labor rab. The County will use the hourly Labor Rata for Emergency Mitigation b calculata the lowest overall fixed price per group. 2.4.3. Group 3: Pre -Qualification of Vendors to Purchase Services for Future Price Competition (Pre -qualification Pool). Vendors may be pre -qualified under this group b parficipata in future price competition. All vendors meeting the minimum requirements, outlined in Section 2.3, Minimum Requirements, shall be pre - qualified b parficipata in spot market quotas on an as -needed basis. Future price competition may be in the form of an Invitation b Quote (ITQ) or Work Order Proposal Request (WOPR) issued by the Department 2.5 SPOT MARKET QUOTES Vendors pre -qualified under Group 3 will be invitad b parficipata in future spot market competition, as needed. The spot market competition will be in the form of an ITQ or WOPR that will include the specific goods and/or services required, and may include provisions, as applicable, such as: 10/28/2020 8:23 AM Page 3 of 15 BidSync pp18 Miami -Dade County Solicitation FB-01793 Small Business Enterprise (SBE) M easures • Warranty Requirements • Liquidated Damages • Living Wage • Delivery Requirements • Performance Bond For federally funded projects/programs, additional provisions may apply in accordance with the funding source. The following provisions from Section 1, General Terms and Conditions shall be exempt from such solicitations, as indicabd in the ITQ or WOPR. • Local Preferences • User Access Program (UAP) Fee • SBE Measures • Local Certified Veteran Business Enterprise Preference • First Source Hiring Referral Program • SBE PromptPaymentTerms • Office of Inspector General Fee 2.6 CERTIFICATES / LICENSES If work for other trades is required in conjunction with this solicitation and will be performed by a subcontracbr(s), an applicable Certificate of Competency issued b the subcontractor(s) shall be submitted with the prime vendor's offer; provided, however, that the County may at its option and in its best interest allow the vendor b supply the subcontractor(s) certificate b the County during the offer evaluation period. In accordance with the provisions of Miami -Dade County's Charter, subcontractors performing services in/or br M iami-Dade County must show that they have been duly licensed by the Qualifications Board of the County prior b being awarded a contract by the County. All journeyman supplied b perform services in/and br Miami -Dade County must be licensed by the County's Building and Zoning Department and carry their certification card when supplying services b the same. 2.7 PRICES The price offered is inclusive of all taxes, fees (federal, state, and local) and all costs associated with the cleanup and disposing of all hazardous materials. 2.7.1. Repairs and Parts: Vendors will be paid by the County a fixed 20% markup b their invoice for Repairs. Vendors invoicing for Repairs shall be required b submit a Parts invoice attached b their invoice b the County b confirm their actual cost for parts for the Repair conducbd. 2.7.2. Labor Prices br labor and services shall remain firm and fixed for a one-year period from the effective data of the Contract Prior b the end of the initial one-year period and br each subsequent year thereafter, the County will review requests for price adjustments for services only based on the Producer's Price Index: PPI industry data br Maintenance and repair services for commercial and service industry machinery, not seasonally adjusted, Series ID: PCU8113108113106. htlps://data.bls.gov/pdq/SurveyOutputServlet PPI industry data for Commercial machinery repair and maintenance -Maintenance and repair services br commercial and service industry machinery, not seasonally adjusted. It is the awarded Vendors' responsibility 10/28/2020 8:23 AM Page 4 of 15 BidSync pp29 Miami -Dade County Solicitation FB-01793 10/28/2020 8:23 AM b request pricing adjuslmenls under this provision ninety (90) days prior b anniversary of the effective date of the contract Adjuslmenls shall not be in excess of 5% increase each year. Adjuslmenls may be increases or decreases and the County may consider either. The County reserves the right b reject any price adjuslment requests submitted by the awarded Vendor. a. Hourly !lab (Groups 1 and 2) The hourly rate quoted shall be deemed b provide full compensation b the vendor for labor, equipment use, travel time, and any other element of cost or price. This race is assumed b be at straight -time br all labor, except as otherwise noted. Awarded Vendors shall provide the County with labor and materials in strict accordance with all solicitation requirements on an as needed basis. The County shall allow overtime payment at a maximum rate of one and a half (1 'h) times the regular hourly wages as slated within this contract (Section 4.0).This allowance shall only be provided in those instances where expressly authorized by a representative of the County prior b the commencement of the overtime work. If non-compliance in either regard is evident either from the offer itself or from subsequent evaluation proceedings, the offer may be considered non -responsive and ineligible for award under Groups 1 and 2. 2.8 METHOD OF PAYMENT The County shall provide payments br services rendered by the awarded Vendors. In order br the County b provide payment, the awarded Vendors shall submit a fully documented invoice that provides the basic information set bit below. The invoice shall be electronically submitted b the County department within thirty (30) calendar days after the service has been rendered. Paper or handwritten invoices will not be accepted. It shall be undersbod that such invoices shall not be submitted for payment until the time service has been completed and a County representative has reviewed and approved the service. All invoices shall contain the bllowing basic information as stipulated in Section 1.34, in addition b the information below: • Crediting invoices must contain originally charged invoice number as a cross-reference. • When appropriate, invoices shall be directed b the attention of the Shop Facility Supervisor that assigned the work or placed the order and include the name of the vendor and their FEIN. I. County Inbrmation: • Full name and phone number of the County employee requesting service and the name of the County Depariment/Division /Location requesting service. II. Pricing Information: • Unit price of the goods, services or property provided in detail b include awarded labor rate, labor hours perbrmed, part number of items installed, and appropriate parts description. III. Goods or Services Provided per Contract • Each unique service perbrmed must be listed as a separate line item on the invoice b include but not limited b work requested, and description of service(s) provided. • The date service was requested and the data service was completed. 2.9 REGULATIONS Below are regulations currently identified by the County including, but not limited b the regulations below: Page 5 of 15 BidSync p. 20 Miami -Dade County Solicitation FB-01793 ACCIDENT PREVENTION AND BARRICADES Precautions shall be exercised at all times for the protection of persons and property. All vendors performing services under this contract shall conform b all relevant OSHA, Static and County regulations during the course of such effort Any fines levy by the above mentioned authorities for failure b comply with these requirements shall be borne solely by the responsible vendor. Barricades shall be provided by the vendor when work is performed in areas traversed by persons, or when deemed necessary by the County Project Manager. ENVIRONM ENTAL REGULATIONS All work performed under this contract shall adhere b all M iami-Dade County RER, Stab of Florida or Federal EPA mandated corrections, updates and activities or other related activities required by new or existing legislation in the normal scope of wide based fueling station support INTERNATIONAL ORGANIZATION FOR STANDARDIZATION (ISO) In April 2003, Resolution R-374-03, establishing a policy for M iami-Dade County favoring waste -reduction, environmentally -based promotional activities and the purchasing of commodities containing recycled or recyclable content, was passed. It reestablished the Recycling M anagement Committee as the M iami-Dade Resource Conservation Committee under the Department of Environmental Resources Management The Resolution reaffirmed the County's commitment b was reduction and recycling in an effort b reduce the solid was stream. It also reaffirmed the County's commitment b "closing the loop" through the purchase of recycled content materials. To close the recycling loop, there must be a demand b use recycled materials. It is therefore important b purchase products made from recycled materials, in an effort b stimulate the demand for recycled -content products and broaden the Committee's mission b include the promotion and facilitation of Environmentally Preferable Purchasing (EPP) of products and services. The Civil Environmental Engineering Division is responsible for tracking the Departments environmentally preferred purchasing and providing annual reports b the County Manager, Mayor and Board of County Commissioners. LEGAL REQUIREM ENT FOR POLLUTION CONTROL It is the intent of these specifications b comply with the M iami-Dade County Pollution Control Ordinance as stated in Chapter 24 of the M iami-Dade Code. This ordinance is made a part of these specifications by reference and may be obtained, if necessary, by the vendor through the Department of Regulatory and Economic Resources (RER), 33 SW 2nd Ave., M iami, Florida 33130. STATE REQUIREM ENTS All technical labor performed in and around the County's fueling and storage facilities shall adhere b the State Fire M arshal's "State of Florida: Rules and Regulations Chapter 4A-16; State of Florida Department of Environmental Regulation's Rules and Regulations Chapter 62-761; 62-762 and 62-770 and all work approved by M iami-Dade County Department of Environmental Resource M anagement (DERM). The petroleum recovery work covered in this contract includes all work required b comply with all Federal, State, and Local Regulations governing petroleum spill cleanups (i.e., analytical reports). 2.10 INSURANCE This is a requirement for award under Groups 1 and 2 but not for prequalification under Group 3. For Group 3, the insurance requirements will be requested and detailed in the subsequent ITQ or WOPR issued by departments. Section 1.22 Insurance Requirements of the General Terms and Conditions, Subsections B and C are superseded and replaced in their entirety. 10/28/2020 8:23 AM Page 6 of 15 BidSync p. 22 Miami -Dade County Solicitation FB-01793 A. Worker's Compensation Insurance for all employees of the Provider as required by Florida Statuth 440. B. Commercial General Liability Insurance in an amount not less than $1,000,000 per occurrence, and $2,000,000 in the aggregath, not b exclude Products and Complethd Operations and Explosion, Collapse, and Underground Hazards. Miami -Dade County must be shown as an additional insured with respect to this coverage. C. Aubmobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence. *Under no circumstances are Vendors permitted on the Aviation Department, Aircraft Operating Airside (A.O.A) at Miami International Airport without increasing automobile coverage to $5 million. Only vehicles owned or leased by a company will be authorized. Vehicles owned by individuals will not be authorized. In addition, the following insurance requirements shall be met D. Pollution Liability Coverage in an amount not less than $1,000,000 per occurrence $2,000,000 in the aggregab. All insurance policies required above shall be issued by companies authorized b do business under the laws of the Stab of Florida, with the bllowing qualifications: The company must be rabd no less than "A-" as b management, and no less than "Class VII" as b financial strength, by Bests Insurance Guide, published by A.M . Best Company, Oldwick, New Jersey, or its equivalent, subject b the approval of the County Risk M anagement Division. or The company must hold a valid Florida Certificath of Authority as shown in the Iathst "List of All Insurance Companies Authorized or Approved b Do Business in Florida" issued by the Stith of Florida Department of Financial Services. NOTE: CERTIFICATE HOLDER MUST READ: MIAMI-DADE COUNTY 111 NW 1st STREET SUITE 2340 MIAMI, FL 33128 2.11 PERFORMANCE BOND (GROUP 3) For inbrmational purposes: At the time of spot market quotations, Group 3 prequalified vendors may be required b adhere b the requirements below: The awarded Vendor shall duly executh and deliver b the County a Performance Bond in the amount of 100% of the awarded Vendor's bid price. The Perbrmance Bond Form supplied by the County shall be the only acceptable brm br this bond; no other brm will be accepthd. The complethd brm shall be delivered b the County within 15 calendar days afhar brmal notice of award; however, the County may allow the 10/28/2020 8:23 AM Page 7 of 15 BidSync p. 23 Miami -Dade County Solicitation FB-01793 awarded Vendor additional time b submit the Performance Bond in its best interest Failure b submit the Perbrmance Bond within 15 calendar days atter brmal notice of award or, if allowed, within the additional period of time granted by the County shall result in the awarded Vendor being declared in default of the contractual terms and conditions, and the surrender of the Vendor's Bid Guaranty. In addition, the County shall not accept any offer from the Vendor for a twelve (12) month period following such default The following specifications shall apply b the bond: A. All bonds shall be written through surety insurers authorized b do business in the State of Florida as surety, with the bllowing qualifications as b management and financial strength according b the latest edition of Bests Insurance Guide, published by A.M . Best Company, Oldwick, New Jersey: Bond Amount Best Rating 500,001 b 1,500,000 B V 1,500,001 b 2,500,000 A VI 2,500,001 b 5,000,000 A VII 5,000,001 b 10,000,000 A VIII Over 10,000,000 A IX B. For a contract amount of $500,000 or less, the bond provisions of Section 287.0935, Florida Statutes (1985) shall be in effect and surety companies not otherwise qualifying with these requirements may qualify by: 1. The surety company is licensed b do business in the State of Florida; 2. The surety company holds a certificate of authority authorizing it b write surety bonds in the State of Florida; 3. Providing evidence that the surety has twice the minimum surplus and capital required by the Florida Insurance Code at the time the solicitation is issued; 4. Certifying that the surety is otherwise in compliance with the Florida Insurance Code; and 5. Providing a copy of the currently valid Certificate of Authority issued by the United States Department of the Treasury under SS. 31 USC 9304-9308. Surety insurers shall be listed in the latest Circular 570 of the U.S. Department of the Treasury enticed "Surety Companies Acceptable on Federal Bonds", published annually. The bond amount shall not exceed the underwriting limitations as shown in this circular. C. For a contract amount in excess of $500,000, the bond provisions of Section 287.0935, Florida Statutes (1985) shall be in effect and surety companies not otherwise qualifying with the requirements listed in Section A., above, may qualify by meeting the provisions listed in Sections B.1., B.2., and B.3., above. In addition, the company must have been listed in the Circular 570 of the U.S. Department of the Treasury entitled "Surety Companies Acceptable on Federal Bonds" for at least three consecutive years (including the current year), or must be currently listed in the Treasury List and must hold a valid Certificate of Authority of at least 1.5 million dollars. D. Surety Bonds guaranteed through U.S. Government Small Business Administration or Conlracbrs Training and Development Inc. will also be acceptable. E. In lieu of a bond, an irrevocable lecher of credit or a cash bond in the form of a certified cashier's check made out b the Board of County Commissioners will be acceptable. All interest will accrue b M iami- Page 8 of 15 10/28/2020 8:23 AM BidSync p. 28 Miami -Dade County Solicitation FB-01793 Dade County during the life of this contract and/or as long as the funds are being held by M iami-Dade County. F. The attorney -in -fact or other officer who signs a contract bond for a surety company must file with such bond a certified copy of power of atbrney authorizing the officer b do so. The contract bond must be counter signed by the surety's resident Florida agent 2.12 WARRANTY A. Type of Warranty Coverage Required All parts purchased under this contract and pre -qualification pool (Groups 1 and 2 respectively) shall have a minimum one-year warranty from time of acceptance by County Deparhnents, or the manufacturer's standard warranty, whichever is longer. Replacement parts under warranty shall be shipped b the assigning County Depariment(s) no later than tan days (10) business days after receipt of notification of defect from the County Depariment(s). All repair work performed under Group 2 shall have a minimum warranty for parts and labor of ninety (90) days, or the manufacturers' warranty, whichever is greater, in addition b Section 1 of the General Terms and Conditions unless otherwise indicated in the ITQ, or Spot M arket Quota. Defective parts under warranty shall be replaced, and re -work required shall be performed at no charge b the County. If the re -work cannot correct the problem, a full refund / credit shall be submitted b the County Depariment(s). B. Correcting Defects Covered Under Warranty Awarded Vendor shall promptly correct any deficiencies, at no cost b the County, within five (5) calendar days after the County notifies the Vendor of such deficiency either verbally or in writing. If the Vendor fails b correct the defective work or replace the damaged part within the period specified, the County may, at its discretion, notify the Vendor, for the second time in writing that the Vendor may be subject b contractual default which may lead b termination if the corrections or replacements are not completed b the satisfaction of the County within the time defined in the notice b cure. If the Vendor fails b satisfactorily complete the corrections and/or replace the damaged part as detailed in the notice b cure, the County may procure the parts and/ or services from another Vendor and charge the incumbent any additional costs that are incurred by the County for this work or items; either through a credit memorandum or through invoicing. 2.13 NON -WARRANTY DEFICIENCIES IN WORK TO BE CORRECTED BY THE VENDOR (Groups 1 and 2 ) The awarded Vendor shall promptly correct all non -warranty deficiencies and/or defects in work and/or any work that fails b conform b the Contract Documents; whether or not fabricated, installed or completed. All corrections shall be made within five (5) calendar days (unless otherwise noted within this solicitation) after such rejected defects, deficiencies, and/or non -conformances are verbally reported b the awarded Vendor by the County's Project Administrator. The awarded Vendor shall bear all costs of correcting such rejected work. If the awarded Vendor bits b correct the work within the period specified, the County may at its discretion, notify the awarded Vendor in writing that the awarded Vendor is subject b contractual default provisions if the corrections are not completed b the satisfaction of the County within five (5) calendar days of receipt of the notice. If the awarded Vendor fails b correct the work within the period specified in the notice, the County shall place the awarded Vendor on default, obtain the services of another awarded Vendor b correct the deficiencies, and charge the awarded Vendor for these costs; either through a deduction from the final payment owed b the awarded Vendor or through invoicing. 10/28/2020 8:23 AM Page 9 of 15 BidSync p. 25 Miami -Dade County Solicitation FB-01793 2.14 LABOR, MATERIAL AND EQUIPMENT Unless otherwise provided in Section 3, Scope of Work, of this solicitation the vendor shall furnish all labor, mathrial and equipment necessary for satisfactory contract performance. When not specifically identified in the thchnical specifications or in the ITQ, such mathrials and equipment shall be of a suitable type and grade for the purpose. All mathrial, workmanship, and equipment shall be subject to the inspection and approval of the County's Project Manager. 2.15 ADDITIONAL GROUPS The County reserves the right to add additional groups (with applicable qualification crithria), which are not listhd within this solicitation. 2.16 ADD/DELETE VENDORS During the thrm of the pool, the County reserves the right to pre -qualify additional Vendors or deleth Vendors, at its sole discretion. Additional Vendors shall meet or exceed the same pre -qualification requirements stathd above. 10/28/2020 8:23 AM Page 10 of 15 BidSync p. 26 Miami -Dade County Solicitation FB-01793 SECTION 3 SCOPE OF WORK 3.1 SCOPE OF WORK This solicitation establishes a contract for Routine M ainfrnance and Emergency M itigation and Pre - qualification Pool will be used b purchase services including but not be limifad o, purchase, install, first, maintain, and repair county mobr vehicle service station equipment and fuel dispensing and relafrd sbrage facilities. Awarded and pre -qualified Vendors shall be fully capable, but not limifrd b the bllowing: fiihsr/polish fuel, handling all phases of vehicle fueling service, dispensing and sbrage facilities; periodic tasting of underground fuel sbrage tanks and lines br contaminants and leaks; first and analyze fuel; petroleum recovery surface and subsurface, mainfrnance, removal and replacement of County supplied fuel sbrage tanks reservoirs and dispensing equipment, and replacement parts for repair of the same. Provide fast analysis (oil, fuel and ground wafer samples, etc.), calibrafr fuel monibring and mefrring equipment (gasoline/diesel pumps, etc.), and service station accessories (hoses, reels, pumps, air compressor, etc.) 3.2 GROUPS 3.2.1. Group 1: Routine Maintenance Routine Mainfrnance is b include, but not be limifad b: • Repair/replacement of fuel tank and dispensing sysfrm component hardware (such as fill pipe, caps, sensors, relafrd wiring, probes, hoses, hose reels, etc.) • Repair oil/wafer separabr and supporting components, conducting unscheduled or special inspections of fuel tanks, hoses, oil war separabrs, hose reels, vehicle wash stations, etc. • Taking samples of groundwafrr fist wells, soil and fuel br laborabry analysis upon request • Conducting minor concreb repair and patching, Aubmatic Tank Gauging (ATG) hardware repairs (frrminal boards, reprogramming and configuration, etc.) • Performing bsts and certifications of tank, dispenser, and ATG sysfrms as requesbd perbrming unscheduled work in conjunction with keeping County fuel sifrs within Florida Department of Environmental Profrction (FDEP) requirements for inspection and other minor repairs. 3.2.2. Group 2: Emergency Mitigation Emergency response and mitigation b include, but not be limithd b: • Containing/sopping tank, piping and dispenser fuel leaks, responding b loss of dispensing services due b mechanical failure, small spill (estimafrd less than 100 gallons) wash disposal, and proper disposal of hazardous wash, and repairs relafrd b the immediafr remediation b ensure the safety of safety of personnel at county facilities and fuel sibs. • Repair/replacement of fuel tank and dispensing sysfrm component hardware (such as, but not fill pipe, caps, sensors, relabd wiring, probes, hoses, hose reels, eta.), under an emergency basis. • Repair oil/wabr separabr and supporting components, hoses, oil wafer separabrs, hose reels, vehicle wash stations, eta. 10/28/2020 8:23 AM Page 11 of 15 BidSync p. 26 Miami -Dade County Solicitation FB-01793 • Taking samples of groundwater test wells, soil and fuel for laboratory analysis upon request • Conducting minor concrete repair and patching, Automatic Tank Gauging (ATG) hardware repairs (terminal boards, reprogramming and configuration, etc.) • Performing tests and certifications of tank, dispenser, and ATG systems as requested perbrming unscheduled work in conjunction with keeping County fuel sites within Florida Department of Environmental Protection (FDEP) requirements for inspection and other minor repairs. 3.2.3. Group 3: Pre -Qualification of Vendors to Purchase Services for Future Price Competition (Pre -qualification Pool) Scope for future spot marketquotations is b include and not be limited b: • Any kind of work that pertains b the fuel service station facilities of M iami-Dade County. 3.3 WORK NOTIFICATION PRIOR TO COM M ENCEM ENT Vendors shall neither commence any work, nor enter a County work premise, until a "Work Order / Purchase Order" directing the vendor b proceed with a work assignment has been received from an authorized County representative; excepting, however, that such Work Order/Purchase Order notification is not required when perbrming emergency work that may be required in accordance with provisions included elsewhere in this solicitation and resultant contract CLEANUP AND ASSESM ENT All unusable materials and debris shall be removed from the premises at the end of each workday, and disposed of in an appropriate manner. Upon final completion, the vendor shall thoroughly clean up all areas where work has been involved as mutually agreed with the associated user departments project manager. Cleanup and assessment documents need b be prepared by a Professional Engineer registered under Chapter 471, F.S. or a Professional Geologist registered under chapter 492, F.S. COM PLETION OF WORK All work shall be performed in accordance with good commercial practice. The work schedule and completion dates shall be adhered b by the vendors; except in such cases where the completion data will be delayed due b acts of nature, strikes, or other causes beyond the control of the vendor. In these cases, the vendor shall notify the County in advance of the delays of the original completion date so that a revised delivery schedule can be appropriately considered by the County. Should the awarded vendorsNendors tail b complete the work within the number of days as stated in its offer. WORK ACCEPTANCE Projects will be inspected by an authorized representative of the County. This inspection shall be performed b determine acceptance of work, appropriate invoicing, and warranty conditions. 3.4 EMERGENCY SERVICE (Groups 1 and 2) Vendors, awarded under this group, shall provide 24 hours, 7 days a week emergency service, inclusive of a point of contact with their contact information, b the County under the contract During regular work hours (M onday through Friday, 8:00 A.M . b 5:00 P.M .), emergency service response time (defined as the time from acknowledged notification b arrival on -site) shall be within three (3) hours afbr notification by the County. During other than regular working hours, the emergency response time, as defined above, shall be 10/28/2020 8:23 AM Page 12 of 15 BidSync p. 23 Miami -Dade County Solicitation FB-01793 within bur (4) hours aeer notification by the County. Compensation will be by the hourly rate provided in section 4. 3.5 RELEASE OF CLAIM REQUIRED (Applies to Groups 1, 2, and 3 when a subcontractor is used) The awarded Vendors must provide the County's project manager with duly executed affidavits (subcontractor's stabment of satisfaction) or releases of claim from all subcontractors and suppliers who have perbrmed any work or supplied any materials br the project as of that dab. The affidavit or releases shall certify that said subcontractors and suppliers have been paid their proportionab share of all previous payments b the awarded Vendor. In the event such affidavit cannot be furnished, the Vendor may submit an executed consent of surety b requisition payment identifying the subcontractors and suppliers with the amounts br which the statement of satisfaction cannot be furnished. If the awarded Vendor fails b provide consent of surety b requisition payment, the amount in dispute will be withheld until either the stabment of satisfaction is furnished, or the consent of surety b requisition payment is furnished. 10/28/2020 8:23 AM Page 13 of 15 BidSync p. 28 Miami -Dade County Solicitation FB-01793 SECTION 4 SUBMITTAL FORM Vendor: Adams Tank & Lift, Inc. 4.1. To be considered for award under Groups 1 and 2, and pre -qualification under Group 3, vendors shall comply with and provide proof for the following minimum requirements: Section 2.3 Description Check / Submitted 2.3 (a) Pollutant Storage System Contractor's License, issued by State of Florida Departrnentof Business And Professional Regulations. (Copy of certification shall be provided with b id su bmittal) 2.3 (b) Hazardous Waste Operation (HAZWOPR)40hours course. (Copy ofdocumentation shall beprovided with bid submittal) 2.3 (c) Veeder Rootlnstaller Certification (level 3 or greater). Should a Vendor choose to use a subcontractor, that subcontractor must possess a Veeder Root InstallerCerf�cation, however, it is not to be in lieu of the primary vendor possessing this certification. (Copy of documentation shall be provided by either the vendor and theirsubcontractor, should vendor use a subcontractor) 2.3 (d) Certificate of Competency for Gasoline Tank and Pump Installation Work issued by the State or County Examining Board. (Copies of certification shall be provided with bid submittal) 2.3 (e) References listed must be recent or current customers br whom the vendor has provided the services described in this solicitation. Reference 1 / V Company Name: Pinellas Suncoast Transit Authority Contact Person: Missy Nevit Title: Project Manager Address: 3201 Scherer Drive, St. Petersburg, FL 33716 Phone Number: (727) 540-1883 Reference 2 Company Name: Pinellas County Fleet Operations Contact Person: Richard Ging Title: Project Manager Address: 9684 Ulmerton Road, Largo, FL 33771 Phone Number: (727) 804-1927 Reference 3 Company Name: Pinellas County Utilities Contact Person: Gino Muelhedc Title: Project Manager Address: 7401 5th Avenue North, St. Petersburg, FL 33710 Phone Number: (727) 423-8520 2.3 (fi Office location in Miami -Dade, Broward, Palm Beach, and/or Monroe Counties Please indicate which group Vendor is pursuing: Group 1: Routine Maintenance Group 2: Emergency Mitigation Group 3: Pre -Qualification of Vendors to Purchase Services for Future Price Competition ` / v 10/28/2020 8:23 AM Page 14 of 15 BidSync p. 39 Miami -Dade County Solicitation FB-01793 SECTION 4 SUBMITTAL FORM 4.2 GROUP 1: Routine Maintenance and Upkeep Ithm Estimathd Quantity Description Unit Price 4.2.1 32,810 hours Labor Rate for Routine M aintenance Hr 4.3 GROUP 2: Emergency Mitigation Ithm Estimathd Quantity Description Unit Price 4.3.1 5,565 (or 10,280 with OT hours) hours Labor Rath for Emergency M itigation Hr Page 15 of 15 10/28/2020 8:23 AM BidSync p. 30 Miami -Dade County Solicitation FB-01793 MI AM I•DADF= Solicitation No. FB-01793 Solicitation Title: Fuel Service Station Maintenance, Repair & Services Bidder's Legal Company Name (include d/b/a if applicable): Bidder's Federal Tax Identification Number: Adams Tank & Lift, Inc. * 59-2678594 * If Corporation - Date Incorporated/Organized: State Incorporated/Organized: 06/06/1986 Florida Company Operating Address: City State Zip Code 4568 131 st Street North Clearwater Florida 33762 Miami -Dade County Address (if applicable): City State Zip Code Company Contact Person: Email Address: Andy Adams * andyadams@adamstank.com Phone Number (include area code): (727) 540-0931 Company's Internet Web Address: www.adamstankandlift.com Pursuant to Section 2-8.6 of the Code of Miami -Dade County (County), any individual, officer, director, or executive who has been convicted of a felony during the past with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply corporation, partnership, joint venture or other legal entity having an ten (10) years shall disclose this information prior to entering into a contract with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "local business" is a Tax Receipt issued by Miami -Dade County at least one year prior to bid submission; which business is performed and which served as the place of employment for at least (by exception, if the business is a certified Small Business Enterprise, the local and contributes to the economic development of the community in a verifiable of employment opportunities and the support and increase to the County's tax Local Preference. Failure to affirm this certification at this time may render the FEDERALLY FUNDED PURCHASE. business located within the limits of Miami -Dade County that has a valid Local Business has a physical business address located within the limits of Miami -Dade County from three full time employees for the continuous period of one year prior to bid submittal business location must have served as the place of employment for one full time employee); and measurable way. This may include, but not be limited to, the retention and expansion base. Place a check mark here only if affirming the Bidder meets the requirements for Bidder ineligible for Local Preference. IN ACCORDANCE WITH CFR 200.319(b), LOCAL PREFERENCE SHALL NOT APPLY TO LOCALLY -HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a is in Miami -Dade County. the Locally -Headquartered Preference (LHP). Failure to affirm certification at this SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE. "locally -headquartered business" is a Local Business whose "principal place of business" Place a check mark here only if affirming the Bidder meets the requirements for time may render the Bidder ineligible for the LHP. The address of the Locally -Headquartered office is: IN ACCORDANCE WITH CFR 200.319(b), LOCALLY -HEADQUARTERED BUSINESS PREFERENCE LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant is certified by the State of Florida Department of Management Services as a veteran Enterprise. A copy of the certification must be submitted with the bid. PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE. to Section 2-8.5 of the Code of Miami -Dade County; and (b) prior to bid submission business enterprise pursuant to Section 295.187 of the Florida Statutes. Place a check mark here only if affirming Bidder is a Local Certified Veteran Business IN ACCORDANCE WITH CFR 200.319(b), LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE 10/28/2020 8:23 AM BidSync p. 32 Miami -Dade County Solicitation FB-01793 SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (if applicable): A Small Business Enterprise (SBE) must be certified by the Division of Small Business Development (SBD) for the type of goods and/or services the Bidder provides in accordance with the applicable Commodity Code(s) for this solicitation. For certification information, contact SBD at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE Program during the contract may remain on the contract. Place a check mark here only if affirming Bidder is a Miami -Dade County Certified Small Business Enterprise. IN ACCORDANCE WITH CFR 200.319(b), SMALL BUSINESS ENTERPRISE MEASURES SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST, THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST, OR THE SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST: By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List, as those terms are used and defined in Sections 287.135, 215.473, and 215.4725 of the Florida Statutes. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Section List, or the Scrutinized Companies that Boycott Israel List. OR In the event that the Bidder is unable to provide such certification, but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid through a duly authorized representative and shall also initial this space: . In this event, the Bidder shall furnish together with its bid a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 and/or 215.4725 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception could be applicable. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID: The Bidder acknowledges and agrees that the submittal of the Bid is govemed by Florida's Government in the Sunshine Laws and Public Records Laws, as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a bid pursuant to this solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this solicitation which the Bidder considers to be a trade secret, proprietary or confidential. In the event that the bid contains a claim that all or a portion of the bid submitted contains confidential, proprietary or trade secret information, the Bidder, by signing below, knowingly and expressly waives all claims made that the bid, or any part thereof no matter how indicated, is confidential, proprietary or a trade secret and authorizes the County to release such information to the public for any reason. Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Date * 01 /14/2021 �iZz� ,� Representative's Name: Andreas Leontsinis _* Representative's Title: Commercial Territory Manager '* THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED BELOW BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: 4)1.-W,La-g 4 Date 01/14/2021 * Representative's Name: Andreas Leontsinis * 10/26/2020 8:23 AM BidSync p. 33 Miami -Dade County Solicitation FB-01793 Representative's Title: Commercial Territory Manager 10/28/2020 8:23 AM BidSync p. 24 Miami -Dade County Solicitation FB-01793 Solicitation Number FB-01793 SUBCONTRACTING FORM *Vendor Name Adams Tank & Lift, Inc. *FEIN # 59-2678594 Comple "A" or "B": A. No subcontractors or direct suppliers will be utilized pursuant to this solicitation. B. VThe below listed subcontractors andlor suppliers will be utilized pursuant to this solicitation: Business Name and Address of First Tier Subcontractor/ Subconsultant Name of Principal Owner Scope of Work to be Performed by Subcontractor Subconsultant Subcontractor/ Subconsultant License (if applicable) Chris Ferrara Electrical EC-0001650 K&K Electric 2517 Country Club Road Sanford, FL 32771 Business Name and Address of First Tier Direct Supplier Name of Principal Owner Supplies, Materials, and/or Services to be P ovided by Supplier And Below and/or attached is a detailed statement of the firm's policies and procedures for awarding subcontractors: (Duplicate this form if additional space is needed to provide the required information) When Subcontracting is allowed and subcontractors will be utilized, the Contractor shall comply with Section 2-8.8 of the Code — Fair Subcontracting Practices: (1) Prior to contract award, the Bidder shall provide a detailed statement of its policies and procedures for awarding subcontracts and (2) As a condition of final payment under a contract, the Contractor shall identify subcontractors used in the work, the amount of each subcontract, and the amount paid and to be paid to each subcontractor via the BMWS at http://mdcsbd.gob2g.com. Pursuant to Section 2-8.1(f) of the Code — Listing of subcontractors required on certain contracts, for all contracts which involve the expenditure of one hundred thousand dollars ($100,000) or more, the entity contracting with the County must report to the County the race, gender, and ethnic origin of the owners and employees of its first tier subcontractors and suppliers via the BMWS at http://mdcsbd.gob2g.com. The race, gender, and ethnic information must be submitted via BMWS as soon as reasonably available and, in any event, prior to final payment under the Contract. The Contractor shall not change or substitute first tier subcontractors or direct suppliers or the portions of the Contract work to be performed or materials to be supplied from those identified except upon written approval of the County. 1 certify that the information contained in this form is to the best of my knowledge true and accurate. Au/Azad- Lwtd.,;ted- *Signature of Vendor's Representative Andreas Leontsinis *Print Name Commercial Territory Manager *Print Title *Date 01/14/2021 10/28/2020 8:23 AM BidSync p. 3 Miami -Dade County Solicitation FB-01793 Question and Answers for Solicitation #FB-01793 - Fuel Service Station Maintenance, Repair and Services Overall Solicitation Questions There are no questions associated with this Solicitation. Question Deadline: Jan 4, 2021 6:00:00 PM EST 10/28/2020 8:23 AM BidSync p. 36 N. co v.) N. o. 0 m LL Miami -Dade County ERCS SCHOOL, Inc. CERTIFICATE OF COMPLETION BE IT KNOWN THAT HAS SUCCESSFULLY COMPLETED A 8 HOUR COURSE AND, AFTER PASSING THE REQUIRED EXAMINATION, IS HEREBY AWARDED THIS CERTIFICATE ON November 14, 2020 FOR HAZWOPER ANNUAL REFRESHER SITE SUPERVISOR REF: 29 CFR 1910.120 • \ 1 f, ev Emergency Regulatory Compliance Services (813) 293-5551 13317 Orca Sound Dr. Riverview, Florida 33579 STEVE FISH STEVE FISH Instructor Director of Education OHWOC-348420 Certificate Number November 14, 2021 Expiration Date Ron DeSantis, Governor STATE OF FLORIDA Halsey Beshears, Secretary dFlorida DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE POLLUTANT STORAGE SYSTEMS CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES ADAMS, ANDREW JOHN 04,,•,' ADAMS TANK & LIFT, I NC; 4568 131ST AVENUE NORTH CLEARWATER , i FL 33762 LICENSE NUMBER: PCC049521 EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Jr Miami -Dade County ._.,.. .-�......�" ""`.""._..-^ ,..... FB-01793 BUSINESS NAME: LOCATION ADDRESS: ISSUE DATE: EXPIRATION DATE: LOCAL BUSINESS TAX RECEIP RECEIPT EXPIRES: T 9/30/2021 ADAMS TANK & LIFT, INC. 5150 NW 109 AVE 1 SUNRISE, FL 33351 October 01, 2020 September 30, 2021 TAX RECEIPT NUMBER: BTR-003026-2020 BUSINESS CLASS: 141.5 - .Service businesses TOTAL AM OVA PATO: Comments: PETROLEUM HANDLING SYSTEMS FOR GAS STATIONS> RECEIPT MUST BE CONSPICUOUSLY bISPLAYED TO PUBLIC NOTICE: THIS REBEIPT BESPMES OULL & VOID IF O ESS VIEW NAME, O BUDI ES SS LOCATION.: TAXPAYER MUST APPLY TO BUSINESS TAX D$ IS ON FOR R ADDRESS IS CHANGED. TRANSFERIIANGEb. $41S.S9 10/26/2021 BidSync p. 39 Miami -Dade County FB-01793 James Misura C28529 Has Satisfactorily Completed: Veeder-Root ATG Technician --, 1 HECTOR BENITEZ, TECHNICALTRAINING SUPERVISOR Acquired On: 05-JUN-2020 Expires On: 05-JUN-2022 (In c...) 10/26/2021 BidSync p. 40 Miami -Dade County FB-01793 (e) I• ••••••:- 10/26/2021 BidSync p. 41 Miami -Dade County FB-01793 F'c,:Hy Number. 0830-45547 Cate Entsied. 7/20/2020 ACQRL? CERTIFICATE OF LIABILITY INSURANCE iiiim..1 DATE(MM1OD!Y 7 YY1 1/19/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER WorkComp Partners 454 West Pipkin Rd Lakeland, 5L 33813 CONTACT NAME' PAX AfCNNo,013)747-7490 (AG,No): { ) - EdA AILEarl: ADDRESS: INSURER{S}AFFORDING COVERAGE NAICA INSURER A: Bridgefield Employers 1nsuranca Company INSURED Adams Tank & Lift, Inc. ATSL Construction Services, Inc. 4568 131st Avenue North Clearwater, FL 33762 INSURER B; INSURER O; INSURER D: INSURER E: INSURER P ; COVERAGES ERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDrriON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIO ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I NSR L7R TYPE OF INSURANCE ADDL INSD SUER WVD POLICY NUMBER POLICY EFF (TIMIDO/Yr 7 YL POLICY EXP (MMIDOIT TYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE 5 CLA!M.5 !-IADE ❑ OCCUR DAMAGE TO RENTtD PREMISES (EA n.., , n.•nr,e} 5 MED EXP (Any oar. pesnn) 8 PER: S ORAL a ADV INJURY S GEN'L AGGREGATE LIM IT APPLIES PER: PRO - POLICY JECT LOC OTHER: GENERAL AGGREGATE 5 PP.ODUCTS-COMP/OP AGO S S AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT 5 BODILY INJURY (Per pereea) 5 BODILY INJURY (Per Asr;,Inn1) 5 OR.L.AERTY DAMAGE (Per a,:LJ. nl} 5 UMBRELLA !JAB EXCESS LAB OCCUR CLAIMS -MADE EACH 00CUNRENCE 5 AGGREGATE 5 DED RETENTION S 5 A WOR/KERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PP.OPRIETOR,PARTNERIES-ECUTIVE Yf.N OFFICER/MEMBER E'CLUOE07 N (Mandatory In RHI rtes,:, to under If yes.'O DEE CRIPTION OF OPERATIONS t,w N1A 0830-95597 7/20/2020 7/20/2021 \,/ PER OTH- J\. STATUTE - ER E-L_ EACH ACC/GENT S 1,000,000 E.L. DISEASE - EA EMPLOr EE 5 1,000,000 E.L. DISEASE- POLICY LIMIT S 1 , 000, 000 DESCRIPTION OP OPERATIONS!LOCATIONS f VEHICLES ACORD 101, Addfional Remarks Schedule, may be atlaohed if more space is required) CERTIFICATE HOLDER CANCELLATION Miami -Dade County 111 NW 1st Street, Suite 2340 Miami, FL 33128 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Maria L watherington VOCI :,, 42 _ L0 _ai>t5= k nt ad ACORD 25 (2016/03) Q 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 10/26/2021 BidSync p. 42 Miami -Dade County FB-01793 A`C Q� CERTIFICATE OF LIABILITY INSURANCE 01/19/2021rn THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy{ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 1-813-229-8021 M. E. Wilson Company, LLC 300 W. Platt St. Ste 200 Tampa, FL 33606 CONTNAME: Sherry Sherry R. Heywood, CRIS PHONE FAX {ANC. No,Esti: 813-984-3603 IAIC Nal: 813-354-4807 EMAIL ADDRESS: sheywoodOmewilson.com INSURER(S) AFFORDING COVERAGE NAIC# INSURER A:STARR SURPLUS LINES INS CO 13604 INSURED Adams Tank & Lift Inc. AT & L Construction Services Inc. 4568 131st Ave N Clearwater, FL 33762 INSURERB: STARR IND & LIAB CO 38318 INSURER C : INSURER D: ENSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: 61215996 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADOL INS➢ SUBR WV➢ POLICY NUMBER POLICY EFF (MMFDD,YYYY) POLfCY EXP (MMIDDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY 1000066283201 07/20/20 07/20/21 EACHOCrURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR PR PREEMMI ESESS(Ea Ea c•-currer�e) $ 100,000 MED EXP (Any one pessun) $ 10 , 000 X BF PD/Contractual PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE X LIMIT APPLIES JECT PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP,OP AGO $ 2,000,000 $ B AUTOMOaILELIABILITY X ANY AUTO OWNED 1 X SCHEDULED AUTOS NON -OWNED 1000636755201 07/20/20 07/20/21 COMBINED SINGLELIMIT (Ea ac,:4fen11 $ 1,000,000 BODILY INJURY (Pet perwrl) $ 13 �D 1LY INJURY Per accident ( ) $ PROPERTY DAMAGE (Per a,,.4drn() $ Basic PIP $ $10,000 A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 1000336946201 07/20/20 07/20/21 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5, 000, 000 DED RETENTION$ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y 1 N ANYPRCPRFETORIPARTNER?EXECUTIVE OFFICER/MEMBEREXCLIJDED7 (Mandatory in NH) If yC.s, dw>.:rlbe under DESCRIPTION OF OPERATIONS below, N 1 A PER OTH- STATUTE ER E.L. EACH ACCIDENT - $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A Contractor Poll/Prof Liab 100006E283201 07/20/20 07/20/21 Each Claim Aggregate 1,000,000 2,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION Miami -Dade County 111 NW lst Street Suite 2340 Miami, FL 33128 USA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED JN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 {2016/03) AT001 61215996 10/26/2021 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD BidSync p. 43 Miami -Dade County FB-01793 MIAMI-DIA[ E11 COUNTY Submittal Fo Solicitation No. Solicitation Title: Bidder's Legal Company Name (include dlb/a if applicable): ADAMS TANK & LIFT, INC.* Bidder's Federal Tax Identification Number: 59-2678594* If Corporation - Date Incorporated/Organized: 06106/1986 State Incorporated/Organized: FLORIDA* Company Operating Address: 4568 131st Avenue* City Clearwater* State Florida* Zip Code 33762* Miami -Dade County Address (if applicable): City State Zip Code Company Contact Person: Andy Adams* Email Address: andyadams@adamstank.com* Phone Number (include area code): (727) 540-0931* Company's Internet Web Address: www.adamstankandlift.com Pursuant to Section 2-8.6 of the Code of Miami -Dade County (County), any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade -Dade County that has a valid Local Business Tax Receipt issued by physical business address located within the limits of Miami -Dade County for at least three full time employees for the continuous period certified Small Business Enterprise, the local business location must have contributes to the economic development of the community in a verifiable and expansion of employment opportunities and the support and requirements for Local Preference. Failure to affirm this certification at NOT APPLY TO FEDERALLY FUNDED PURCHASE. County, a "local business" is a business located within the limits of Miami Miami -Dade County at least one year prior to bid submission; has a from which business is performed and which served as the place of employment of one year prior to bid submittal (by exception, if the business is a served as the place of employment for one full time employee); and and measurable way. This may include, but not be limited to, the retention increase to the County's tax base. Place a check mark here only if affirming the Bidder meets the this time may render the Bidder ineligible for Local Preference. IN ACCORDANCE WITH CFR 200.319(b), LOCAL PREFERENCE SHALL LOCALLY -HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code Business whose "principal place of business" is in Miami -Dade County. requirements for the Locally -Headquartered Preference (LHP). Failure to for the LHP. BUSINESS PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED of Miami -Dade County, a "locally -headquartered business" is a Local Place a check mark here only if affirming the Bidder meets the affirm certification at this time may render the Bidder ineligible The address of the Locally -Headquartered office is: IN ACCORDANCE WITH CFR 200.319(b), LOCALLY -HEADQUARTERED PURCHASE. LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is 10/26/2021 BidSync p. 44 Miami -Dade County FB-01793 (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County; and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. Place a check mark here only if affirming Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. IN ACCORDANCE WITH CFR 200.319(b), LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE. SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (if applicable): A Small Business Enterprise (SBE) must be certified by the Division of Small Business Development (SBD) for the type of goods and/or services the Bidder provides in accordance with the applicable Commodity Code(s) for this solicitation. For certification information, contact SBD at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE Program during the contract may remain on the contract. Place a check mark here only if affirming Bidder is a Miami -Dade County Certified Small Business Enterprise. IN ACCORDANCE WITH CFR 200.319(b), SMALL BUSINESS ENTERPRISE MEASURES SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST, THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST, OR THE SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST: By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List, as those terms are used and defined in Sections 287.135, 215.473, and 215.4725 of the Florida Statutes. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Section List, or the Scrutinized Companies that Boycott Israel List. OR In the event that the Bidder is unable to provide such certification, but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid through a duly authorized representative and shall also initial this space: . In this event, the Bidder shall fumish together with its bid a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 and/or 215.4725 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception could be applicable. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID: The Bidder acknowledges and agrees that the submittal of the Bid is govemed by Florida's Govemment in the Sunshine Laws and Public Records Laws, as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a bid pursuant to this solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this solicitation which the Bidder considers to be a trade secret, proprietary or confidential. In the event that the bid contains a claim that all or a portion of the bid submitted contains confidential, proprietary or trade secret information, the Bidder, by signing below, knowingly and expressly waives all claims made that the bid, or any part thereof no matter how indicated, is confidential, proprietary or a trade secret and authorizes the County to release such information to the public for any reason. Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Andreas Leontsinis* Date 2/10/21* Representative's Name: Andreas Leontsinis* 10/26/2021 BidSync p. 45 Miami -Dade County FB-01793 Representative's Title: Commercial Territory Manager* THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED BELOW BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: Andreas Leontsinis* Date 2/10/21* Representative's Name: Andreas Leontsinis* Representative's Title: Commercial Territory Manager* 10/26/2021 BidSync p. 46 Miami -Dade County FB-01793 Supplier: Adams Tank & Lift, Inc. SUBCONTRACTING FORM Solicitation Number FB-01793 *Vendor Name Adams Tank & Lift *FEIN # 59-2678594 Complete "A" or "B": A. No subcontractors or direct suppliers will be utilized pursuant to this solicitation. B. The below listed subcontractors and/or suppliers will be utilized pursuant to this solicitation: Business Name and Address of First Tier Subcontractor/ Subconsultant Name of Principal Owner Scope of Work to be Performed by Subcontractor Subconsultant Subcontractor/ Subconsultant License (if applicable) K & K Electric Chris Ferrara Electrical 2517 Country Club Rd Sanford, FL 32771 Business Name and Address of First lier Direct Supplier Name of Principal Owner Supplies, Materials, and/or Services to be Provided by Supplier 5150 NW 109th Avenue, Suite #1 Adams Tank & Lift 5150 NW 109th Avenue, Suite #1 And Below and/or attached is a detailed statement of the firm's policies and procedures for awarding subcontractors: (Duplicate this form if additional space is needed to provide the required information) When Subcontracting is allowed and subcontractors will be utilized, the Contractor shall comply with Section 2-8.8 of the Code — Fair Subcontracting Practices: (1) Prior to contract award, the Bidder shall provide a detailed statement of its policies and procedures for awarding subcontracts and (2) As a condition of final payment under a contract, the Contractor shall identify subcontractors used in the work, the amount of each subcontract, and the amount paid and to be paid to each subcontractor via the BMWS at http://mdcsbd.gob2g.com. Pursuant to Section 2-8.1(f) of the Code — Listing of subcontractors required on certain contracts, for all contracts which involve the expenditure of one hundred thousand dollars ($100,000) or more, the entity contracting with the County must report to the County the race, gender, and ethnic origin of the owners and employees of its first tier subcontractors and suppliers via the BMWS at http://mdcsbd.gob2g.com. The race, gender, and ethnic information must be submitted via BMWS as soon as reasonably available and, in any event, prior to final payment under the Contract. The Contractor shall not change or substitute first tier subcontractors or direct suppliers or the portions of the Contract work to be performed or materials to be supplied from those identified except upon written approval of the County. 1 certify that the information contained in this form is to the best of my knowledge true and accurate. Andreas Leontsinis Andreas Leontsinis Commercial Territory Manager 2/10/21 10/26/2021 BidSync p. 47 Miami -Dade County FB-01793 *Signature of Vendor's Representative *Print Name *Print Title *Date 10/26/2021 BidSync p. 48 Miami -Dade County FB-01793 Cherokee Enterprises, Inc. Bid Contact monica massana agarciagil@cherokeecorp.com Ph 305-828-3353 Address 14474 Commerce Way Miami Lakes, FL 33016 Item # Line Item Notes Unit Price Qty/Unit Attch. Docs FB-01793--01-01 Fuel Service Station Maintenance Repair and Services Supplier Product First Offer- 1 / See Bid Documents Code: Group 1 & 2 Y Y Supplier Total $0.00 10/26/2021 BidSync p. 49 Miami -Dade County FB-01793 Cite ris ic. Item: Fuel Service Station Maintenance Repair and Services Fuel Services Maint._CEIProposal_20210210.pdf 10/26/2021 BidSync p. 50 Miami -Dade County Prepared for Cherokee Enterprises, Inc. Fuel Service Station Maintenance, Repair and Services- Group 1, 2, and 3 Solicitation #FB-01793 February 10, 2021, 6 PM BidSync Alex E. Sanchez FB-01793 305-828-3353, ext. 115 aes(acherokeecorp.com 12981 NW 113th Court Medley, Florida 33178 CCI Ci: MIAMI-DADE COUNTY Miami -Dade County FB-01793 • INAMI • f ADDENDA Fuel Service Station Maintenance, Repair b Services RFP No. FB-01793 *o, 10/26/2021 BidSync p. 52 Miami -Dade County Solicitation FB-01793 Solicitation Number Solicitation Title Solicitation FB-01793 Fuel Service Station Maintenance, Repair and Services FB-01793 Fuel Service Station Maintenance, Repair and Services Solicitation Start Date Dec 22, 202010:22:30 AM EST Solicitation End Date Feb 10, 2021 6:00:00 PM EST Question &Answer Jan 11, 2021 6:00:00 PM EST End Date Solicitation Contact Solicitation Contact Solicitation Contact Contract Duration Contract Renewal Prices Good for Solicitation Comments Katherine Sosa Procurement Contracting Officer 1 ISD - Procurement Management Services 305-375-2851 e321782@miamidade.gov Jesus Lee 305-375-4264 fjl@miamidade.gov Vanessa Stroman Procurement Contracting Manager ISD - Procurement Management Services 305-375-4263 Vanessa.Stroman@miamidade.gov See Bid Documents See Bid Documents See Bid Documents The purpose of this solicitation is to establish a contract for the purchase of Routine Maintenance (Group 1) and Emergency Mitigation (Group 2) for the County's service stations and facilities, and a pre -qualification pool (Group 3) to Purchase Services for Future Price Competition to consist of, but not limited to, the installation, testing, maintenance and repair services for service stations, facilities, structures, fuel dispensing and storage related equipment, and maintenance of other similar County facilities, in conjunction with the County's needs. Added on Jan 15, 2021: TO: ALL PROSPECTIVE BIDDERS/PROPOSERS SUBJECT: SOLICITATION NO.: FB-01793 TITLE: Fuel Service Station Maintenance, Repair and Services This Addendum becomes a part of the subject solicitation. The following are changes to the solicitation: 1f22&00214:05 PM BidSync pp53 Miami -Dade County Solicitation FB-01793 The solicitation will be extended through February 10, 2021 and the question and answer period will be extended through February 2, 2021. All terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply, except to the extent herein amended. Miami -Dade County, Katherine Sosa Procurement Contracting Officer c: Clerk of the Board Added on Jan 21, 2021: This Addendum becomes a part of the subject solicitation. PART I - AMENDMENTS TO SOLICITATION The following are changes to the solicitation: Hyperlink to all applicable terms and conditions pertaining to this solicitation and resultant contract found in the General Terms and Solicitation Overview Section, 2nd Paragraph, is deleted in its entirety and replaced with the following updated link: http://www.miamidade.gov/procurement library/boilerplate/general-terms-and-conditions-r20-2.pdf Amend Section 1, General Terms and Conditions, Paragraph 1.53. COMPLIANCE WITH FEDERAL REQUIREMENTS to be re- numbered as Paragraph 1.57. The following are added as Paragraphs 1.53, 1.54, 1.55 and 1.56 to the Section 1, General Terms and Conditions (applicable terms and conditions pertaining to this solicitation and resultant contract and found in above updated link). 1.53. VERIFICATION OF EMPLOYMENT ELIGIBILITY (E-VERIFY) By entering the Contract, the Awarded Bidder becomes obligated to comply with the provisions of Section 448.095, Florida Statute, titled Verification of Employment Eligibility." This includes but is not limited to utilization of the U.S. Department of Homeland Security's E-Verify System to verify the employment eligibility of all newly hired employees by the Awarded Bidder effective, January 1, 2021, and requiring all Subcontractors to provide an affidavit attesting that the Subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. Failure to comply may lead to termination of this Awarded Bidder, or if a Subcontractor knowingly violates the statute, the subcontract must be terminated immediately. Any challenge to termination under this provision must be filed in the Circuit Court no later than twenty (20) calendar days after the date of termination. If this Contract is terminated for a violation of the statute by the Awarded Bidder, the Awarded Bidder may not be awarded a public contract for a period of one year after the date of termination, and the Awarded Bidder may be liable for any additional costs incurred by the County resulting from the termination of the Contract. Public and private employers must enroll in the E-Verify System (http://www.uscis.gov/e-verify) and retain the 1-9 Forms for inspection. 1.54. LABOR, MATERIALS, AND EQUIPMENT Awarded Bidder shall fumish all labor, materials and equipment necessary for satisfactory Contract performance. When not specifically identified in the Technical Specifications, such materials and equipment shall be of a suitable type and grade for the purpose of the Work and Contract. All materials, workmanship, and equipment shall be subject to the inspection and approval by the County prior to commencement of the Work, unless otherwise specified in the Solicitation. 1.55. ACCIDENT PREVENTION AND BARRICADES Precautions shall always be exercised for the protection of persons and property. All Awarded Bidders performing services under the Contract shall conform to all relevant Occupation Safety and Health Administration (OSHA) requirements, State and County regulations, and County department's safety procedures during the course of such effort. Any fines levied by the above -mentioned authorities for failure to comply with these requirements shall be bome solely by the responsible Awarded Bidder. Barricades shall be provided by the Awarded Bidder when Work is performed in areas traversed by persons, or when deemed necessary by the County. 1.56. CLEAN-UP All unusable materials and debris shall be removed from the premises at the end of each workday and disposed of in accordance with all laws and permits pertaining to the safe and proper disposition of the materials and debris. Upon final completion, the Awarded Bidder shall thoroughly clean up all areas where Work has been involved, as mutually agreed with the associated departments project manager. 1f22t$'00214:05 PM BidSync PP`3 Miami -Dade County Solicitation FB-01793 Section 2.3 of Special Terms and Conditions, subsections c. and i. are amended as follows: MINIMUM REQUIREMENTS c. Vendors' employee shall be Veeder Root ATG Certification and Credentials, Level 3 or higher. Should a Vendor choose to use a subcontractor that subcontractor must possess a Veeder Root ATG Certification and Credentials, Level 3 or higher, however, it is not to be in lieu of the primary vendor possessing this certification. Vendors' employee shall be Veeder Root ATG Certification and Credentials, Level 3 or higher. Should a Vendor choose to use a subcontractor that subcontractor must possess a Veeder Root ATG Certification and Credentials, Level 3 or higher, however, it is not to be in lieu of the primary vendor possessing this certification. PART II - QUESTIONS AND ANSWERS Question 1: Is there a list of locations to be serviced that is available to us? Answer: Yes, the list of locations is now available as an excel spreadsheet titled, "FB-01793 MIAMI-DADE FUEL STORAGE TANKS" and uploaded to BidSync, along with this addendum. Question 2: Regarding Section 2.3 of Special Terms and Conditions, subsection C : This section is requiring a Veeder Root Installer Certification, Level 3. The Veeder Root TLS Installer certification is actually equivalent to a Level 1 Certification. Veeder Root has changed their certification titles. The certification titled "Veeder Root ATG Certification" is equivalent to what was once known as the Level 4. The ATG certification qualifies a technician to perform an annual certification of the unit, perform repairs, etc. The Level 1, or Installer certification does not. Please clarify if the County is seeking the ATG Certification. Answer: Section 2.3, Minimum Requirements, subsections C and I, of this solicitation have been revised as shown above in Part I of this addendum. Question 3: The minimum requirements make no mention of a Pneumercator Tank monitor system certification requirement. Many County facilities have Pneumercator tank monitor systems - will this requirement be added so that required environmental compliance certifications can be performed? Answer: No, it will not be added.. Question 4: Is the only pricing to be submitted an hourly labor rate? Please specify how a parts/material mark-up rate is submitted. Answer: For Groups 1 and 2, the only pricing the County is requesting under this solicitation is the hourly labor rate per group.. Per section 2.7.1, Repairs and Parts, of the solicitation, Vendors will be paid by the County a fixed 20% markup to their invoice for Repairs. Vendors invoicing for Repairs shall be required to submit a Parts invoice attached to their invoice to the County to confirm their actual cost for parts for the Repair conducted. Question 5: Is there a list of equipment available so we know what we need to be working on? Answer: A comprehensive list of equipment is not available. Question 6: Can we visit the locations once you provide a list? Answer: Upon award/prequalification, Vendors may request a tour of the fuel service stations. Question 7: We would like to confirm the number of hours noted in the bid package- 32,810. As a contract holder, we believe that in 5 years we have done much less than half of this amount. Please confirm the total number of hours to properly price This contract Thank you. Answer: The number of hours is an estimation. These numbers are subject to change based on need; quantities are not guaranteed. Question 8: 1072t$'00214:05 PM BidSync PPM Miami -Dade County Solicitation FB-01793 Bid mentions a performance bond but no place to account for the cost Can This expense be pass to the County after award? Answer. No, the performance bond expense may not be passed to the County after award. Per, Section 2.11, PERFORMANCE BOND, it is included in the solicitation for informational purposes and applicable to Group 3 (the prequalification pool) at the time of spot market quotations. All terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply, except to the extent herein amended. Miami -Dade County, Katherine Sosa Procurement Contracting Officer c: Clerk of the Board Addendum # 1 CEI acknowledges and accepts all amendments to this solicitation Addendum # 2 CEI acknowledges and accepts all amendments to this solicitation Addendum # 3 CEI acknowledges and accepts all amendments to this solicitation Addendum # 4 • CEI acknowledges and accepts all amendments to this solicitation Item Response Form Item FB-01793--01-01 - Fuel Service Station Maintenance Repair and Services Quantity 1 See Bid Documents Prices are not requested for this item. Delivery Location Miami -Dade County No Location Specified Qty 1 Description The purpose of this solicitation is to establish a contract for the purchase of Routine Maintenance (Group 1) and Emergency Mitigation (Group 2) for the County's service stations and facilities, and a pre -qualification pool (Group 3) to Purchase Services for Future Price Competition to consist of, but not limited to, the installation, testing, maintenance and repair services for service stations, facilities, structures, fuel dispensing and storage related equipment, and maintenance of other similar County facilities, in conjunction with the Countys needs. 1f22t$'00214:05 PM BidSync pp56 Miami -Dade County M IAM I•DADE ADDENDUM NO. 1 January 15, 2021 TO: ALL PROSPECTIVE BIDDERS/PROPOSERS SUBJECT: SOLICITATION NO.: FB-01793 TITLE: Fuel Service Station Maintenance, Repair and Services Solicitation FB-01793 This Addendum becomes a part of the subject solicitation. The following are changes to the solicitation: The solicitation will be exbnded through February 10, 2021 All terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply, except to the extent herein amended. M iami-Dade County, Katherine Sosa Procurement Contracting Officer c: Clerk of the Board 1f22&00214:05 PM BidSync pp57 Miami -Dade County Solicitation FB-01793 M IAM I-DADE COUNTY ADDENDUM NO. 2 January 21, 2021 TO: ALL PROSPECTIVE BIDDERSIPROPOSERS SUBJECT: SOLICITATION NO.: FB-01793 TITLE: Fuel Service Station Maintenance, Repair and Services This Addendum becomes a part of the subject solicitation. PART I - AMENDMENTS TO SOLICITA71ON The following are changes to the solicitation: 1. Hy perlink to all applicable terms and conditions pertaining to this solicitation and resultant contract found in the General Terms and Solicitation Overview Section, 2"d Paragraph, is deleted in it entirety and replaced wifi the following updated link: http:I/www.miamidade.gov/procur mentllibrary/boilerplate/general-terms-and-conditions-r20-2.pdf 2. Amend Section 1, General Terms and Conditions, Paragraph 1.53. COMPLIANCE WITH FEDERAL REQUIREMENTS to be re -numbered as Paragraph 1.57. 3. The folloNing are added as Paragraphs 1.53, 1.54, 1.55 and 1.56 to the Section 1, General Terms and Conditions (applicable terms and conditions pertaining to this solicitation and resultant contract and found in above updated link). 1.53. VERIFICATION OF EMPLOYMENT ELIGIBILITY (E-VERIFY) By entering the Contract, the Awarded Bidder becomes obligated to comply with the provisions of Section 448.095, Florida Statute, titled 'Verification of Employment Eligibility.' This includes but is not limited to utilization of the U.S. Department of Homeland Securihr's E-Verify System to verify the employment eligibilihr of all newly hired employees by the Awarded Bidder effective, January 1, 2021, and requiring all Subcontractors to provide an affidavit attesting that the Subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. Failure to comply may lead to termination of this Awarded Bidder, or if a Subcontractorknowingly violates the statute, the subcontract must be terminated immediately. My challenge to termination under this provision must be filed in the Circuit Court no later than bill eniy (20) calendardays after the date of termination. If this Contract is terminated fora violation of the statute by the Awarded Bidder, the Awarded Bidder m ay not be awarded a public contract for a period of one year after fie date of termination, and the Awarded Bidder may be liable for any additional costs incurred by the County resulting from the termination of the Contract. Public and private employers must enroll in the E-Verify System (http://www.uscis.gov/e-verify) and retain the 1-9 Forms for inspection. 1.54. LABOR, MATERIALS, AND EQUIPMENT 1f22&00214:05 PM BidSync pp58 Miami -Dade County Solicitation FB-01793 MIAMI-DADE COUNTY Aw arded B idde r shallfu mish all labor, materials and equipment necessaryforsatisfacto ry Contract performance. When not specifically identified in the Technical Specifications, such materials and equipment shall be of a suitable type and grade for the purpose of the Work and Contract. All materials, workmanship, and equipment shall be subject to the inspection and approval by the County prior to commencement of the Work, unless otherwise specified in the Solicitation. 1.55. ACCIDENT PREVENTION AND BARRICADES Precautions shall always be exercised for the protection of persons and properly. All Awarded Bidders performing services under the Contract shall conform to all relevant Occupation Safety and Health Administration (OSHA) requirements, State and County regulations, and County department's safety procedures during the course of such effort. Any fines levied by the above -mentioned authorities for failure to comply with these requirements shall be borne solely by the responsible Awarded Bidder. Barricades shall be provided by the Awarded Bidder when Work is performed in areas traversed by persons, orwhen deemed necessary by the County. 1.56. CLEAN-UP All unusable materials and debris shall be removed from the premises at the end of each workday and disposed of in accordance with all laws and permits pertaining to the safe and proper disposition of the materials and debris. Upon final completion, the Awarded Bidders hall thoroughly clean up all areas when; Work has been involved, as mutually agreed with the associated department's project manager. 4. Section 2.3 of Special Terms and Conditions, subsections c. and i. are amended as follows: 2.3 MINIMUM REQUIREMENTS c. Vendors' employee shall be Veeder Root ATG Certification and Credentials, Level 3 or higher. Should a Vendor choose to use a subcontractor that subcontractor must possess a Veeder Root ATG Certification and Credentials, Level 3 or higher, hoNever, it is not to be in lieu ofthe primary vendo rpossessng this certification. i. Vendors' employee shall be Veeder Root ATG Certification and Credentials, Level 3 or higher. Should a Vendor choose to use a subcontractor that subcontractor must possess a Veeder Root ATG Certification and Credentials, Level 3 or higher, hoNever, it is not to be in lieu ofthe primary vendorpossessng this certification. PART 11 - QUESTIONSANDANSWERS Question 1: Is there a list of locations to be serviced that is available to us? Answer:Yes, the list of locations is now available as an excel spreadsheet titled, "FB-01793 MIAMI-DADE FUEL STORAGE TANKS" and uploaded to BidSync, along with this addendum' Question 2: Regarding Section 2.3 of Spedal Terms and Conditions subsection C: This section is requiring a VeederRoot Installer Certification, Level 3. The VeederRoot MS Installercertification is actually equivalert to a Level 1 Certification. VeederRoothas changed their cediffication titles. The certification titled Veeder Root ATG Certification" is equivalent to what was once known as the Level 4. TheATG codification qualifies a technician to perform an annual certification of the unit, perform repairs, etc. The Level 1, orinstallercertification does not. Please darifyif the County is seeking the ATG Certification. Commented (FJ(1]: The header was missing so 1 creat1one; tweakasneeded Commented [SK(2R1]: Got it, thanky ou! ! Commented [F](3]: We are not issuing a revised or restated solicitation; we are revising it through this addendum. 1f22&00214:05 PM BidSync pp59 Miami -Dade County Solicitation FB-01793 M IAM I-DADE11 COUNTY Answer: Section 2.3, Minimum Requirements, subsections C and I, of this solicitation have been revised shown above in Part I of this addendum. Question 3: The minimum requirements make no mention of a PneumercatorTank monitor system certification requirement. Many County facilities have Pneumercetortankmonitor systems - will this requirement be added so that required environmental compliance certifications can be peifomned? Answer: No, it w ill not be added. . Question4: Is the mly pricing to be submitted an hourlylabor rate? Please specify how a partMnaterial mark-up rate is submitted. Answer: For Groups 1 and 2, the only pricing the County is requesting under this solicitation is the hourly labor rate per group. . Per section 2.7.1, Repairs and Parts, of the solicitation, Vendors will be paid by the County a fixed 20% markup to their invoice for Repairs. Vendors invoicing for Repairs shall be required to submit a Parts invoice attached to their invoice to the County to confirm their actual cost for parts for the Repair conducted. Question 5: Is then; a list of equipment available so we know what we need to be waking on? Answer: A comprehensive list of equipment is not available. Question 6: Can tme visit the locations once you provide alist? Answer: Upon award/prequalification, Vendors may request a tour of the fuel service stations. Question 7: We would like to arm the number of hours noted in the bid package- 32,810. As a contract holder, we believe that in 5 years we have done much less than half of this amount Please oonfinn the total number ofhours to properly price this contract Thank you. Answer: The nunterof hours is an estimation. These numbers are subject to change based on need; quantities are not guaranteed. Question 8: Bid mentions a performance bond but no place to account ibr the cost. Can this expense be pass to the County after award? Answer: No, the performance bond expense may not be passed to the County after award. Per, Section 2.11, PERFORMANCE BOND, it is included in the solicitation for informational purposes and applicable to Group 3 (the prequalification pool) at the time of spot market quotations. ............................................................................................................................................................................................... Commented [SV(5]: Will be revised when7fl? This is the addendum. Any revisionsshouldbe here. Commented [SK(6R5]: Revised and reflected in 2.3,as shown in Part 1 of this addendum. I just updated the language to indicate that. Commented [FJ(7]: is it Fleet or DTPW...your comments says DTPW Commented [SK(8R7]: Fleet is the only department that s provided a list of equipment. That was my mistake. Commented [OLS(9]: I would leave only the first sentence. You cannot give piece meal to the proposers. Also as stated by Jocely n, how can they propose when they don't know what they are working with. Commented [SK(10R9 ]: Understood. The equipment is intended to be listed at the time of ITQ for those departments that s. have a list. Commented [OLS(11]: Just send them to the section to se the language. DO not try to repeat. This leads to more questions and sometimes mistakes. 1f22&00214:05 PM BidSync p. 60 Miami -Dade County Solicitation FB-01793 MMIAMI]•DADE L7:�WY All terms, covenants and conditions of the subject solicitation Ind any addenda issued theretohall apply, except to the extent herein amended. Miami -Dade County, Katherine Sosa Procurement Contracting Officer c: Clerk of the Board Commented [F](12]: Only need this if this is indeed the2vd addendum. Delete if this is the first one. 1f22&00214:05 PM BidSync p. 61 CC MIAMI-DADE COUNTY Miami -Dade County L. BID SUBMITTAL FORM Fuel Service Station Maintenance, Repair Et Services RFP No. FB-01793 FB-01793 10/26/2021 BidSync p. 62 Miami -Dade County Solicitation FB-01793 SECTION 4 SUBMITTAL FORM Vendor: Cherokee Enterprises, Inc. (CEI) 4.1. To be considered for award under Groups 1 and 2, and pre -qualification under Group 3, vendors shall comply with and provide proof for the following minimum requirements: Section 2.3 Description Check / Submitted 2.3 (a) Pollutant Storage System Contractor's License, issued by State of Florida Departrnentof Business And Professional Regulations. (Copy of certification shall be provided with b id su bmittal) X 2.3 (b) Hazardous Waste Operation (HAZWOPR)40hours course. (Copy ofdocumentation shall beprovided with bid submittal) X 2.3 (c) Veeder Root Installer Certification (level 3 or greater). Should a Vendor choose to use a subcontractor, that subcontractor must possess a Veeder Root InstallerCerf�cation, however, it is not to be in lieu of the primary vendor possessing this certification. (Copy of documentation shall be provided byeitherthe vendor and theirsubcontractor, should vendor use a subcontractor) X 2.3 (d) Certificate of Competency for Gasoline Tank and Pump Installation Work issued by the State or County Examining Board. (Copies of certification shall be provided with bid submittal) X 2.3 (e) References listed must be recent or current customers br whom the vendor has provided the services described in this solicitation. Reference 1 X Company Name: School Board of Broward County (SBBC) Contact Person: Teresa A. Thomas, CIEC, FLMA Title: Environmental Health & Safety Specialist II Address: 4200 NW 10th Avenue, Oakland Park, FL 33309 Phone Number: 754.321.4200 Reference 2 Company Name: Equinix, LLC. Contact Person: Alex Rivera Title: Sr. Technician Address: 50 NE 9th Street, Miami, FL 33132 Phone Number: 786.877.3458 Reference 3 Company Name: Cushman & Wakefield Contact Person: Leslie Garcia Title: Assistant Property Manager Address: 3390 NW 72nd Avenue, Miami, FL 33122 Phone Number: 305.639.9990 2.3 (fi Office location in Miami -Dade, Broward, Palm Beach, and/or Monroe Counties X Please indicate which group Vendor is pursuing: Group 1: Routine Maintenance Group 2: Emergency Mitigation Group 3: Pre -Qualification of Vendors to Purchase Services for Future Price Competition X X X 1f22&00214:05 PM Page 14 of 15 BidSync p. B3 Miami -Dade County Solicitation FB-01793 SECTION 4 SUBMITTAL FORM 4.2 GROUP 1: Routine Maintenance and Upkeep Ithm Estimathd Quantity Description Unit Price 4.2.1 32,810 hours Labor Rate for Routine M aintenance 554.50 Hr 4.3 GROUP 2: Emergency Mitigation Ithm Estimathd Quantity Description Unit Price 4.3.1 5,565 (or 10,280 with OT hours) hours Labor Rath for Emergency M itigation $54.50 Hr Page 15 of 15 1f22&00214:05 PM BidSync p.01 Miami -Dade County Solicitation FB-01793 m1IAMI DE Submittal Form Solicitation No. Solicitation Title: Bidder's Legal Company Name (include dlbla if applicable): Bidder's Federal Tax Identification Number Cherokee Enterprises, Inc. * 65-0891158 * If Corporation - Date Incorporated/Organized: State Incorporated/Organized: 1/2511999 Florida * Company Operating Address: City State Zip Code 12981 NW 113th Court Medley FL 33178 Miami -Dade County Address (if applicable): City State Zip Code 12981 NW 113th Court Medley FL 33178 Company Contact Person: Email Address: Alex E. Sanchez * aes@cherokeecorp.com Phone Number (include area code): 305.828.3353 * Company's Internet Web Address: https:llwww.theceicorp.com Pursuant to Section 2-8.6 of the Code of Miami -Dade County (County), any individual, officer, director, or executive who has been convicted of a felony during the past with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply corporation, partnership, joint venture or other legal entity having an ten (10) years shall disclose this information prior to entering into a contract with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "local business" is a Tax Receipt issued by Miami -Dade County at least one year prior to bid submission; which business is performed and which served as the place of employment for at least (by exception, if the business is a certified Small Business Enterprise, the local and contributes to the economic development of the community in a verifiable of employment opportunities and the support and increase to the County's tax Local Preference. Failure to affirm this certification at this time may render the FEDERALLY FUNDED PURCHASE. business located within the limits of Miami -Dade County that has a valid Local Business has a physical business address located within the limits of Miami -Dade County from three full time employees for the continuous period of one year prior to bid submittal business location must have served as the place of employment for one full time employee); and measurable way. This may include, but not be limited to, the retention and expansion base. X Place a check mark here only if affirming the Bidder meets the requirements for Bidder ineligible for Local Preference. IN ACCORDANCE WITH CFR 200.319(b), LOCAL PREFERENCE SHALL NOT APPLY TO LOCALLY -HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a is in Miami -Dade County. the Locally -Headquartered Preference (LHP). Failure to affirm certification at this SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE. "locally -headquartered business" is a Local Business whose "principal place of business" X Place a check mark here only if affirming the Bidder meets the requirements for time may render the Bidder ineligible for the LHP. The address of the Locally -Headquartered office is: 12981 NW 113th Court, Medley, FL 33178 IN ACCORDANCE WITH CFR 200.319(b), LOCALLY -HEADQUARTERED BUSINESS PREFERENCE LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant is certified by the State of Florida Department of Management Services as a veteran Enterprise. A copy of the certification must be submitted with the bid. PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE. to Section 2-8.5 of the Code of Miami -Dade County; and (b) prior to bid submission business enterprise pursuant to Section 295.187 of the Florida Statutes. Place a check mark here only if affirming Bidder is a Local Certified Veteran Business IN ACCORDANCE WITH CFR 200.319(b), LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE 1f22f$'00214:05 PM BidSync p. 89 Miami -Dade County Solicitation FB-01793 SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (if applicable): A Small Business Enterprise (SBE) must be certified by the Division of Small Business Development (SBD) for the type of goods and/or services the Bidder provides in accordance with the applicable Commodity Code(s) for this solicitation. For certification information, contact SBD at (305) 375-3111 or access http:llwww.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE Program during the contract may remain on the contract. Place a check mark here only if affirming Bidder is a Miami -Dade County Certified Small Business Enterprise. IN ACCORDANCE WITH CFR 200.319(b), SMALL BUSINESS ENTERPRISE MEASURES SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST, THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST, OR THE SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST: n/a By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List, as those terms are used and defined in Sections 287.135, 215.473, and 215.4725 of the Florida Statutes. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Section List, or the Scrutinized Companies that Boycott Israel List. OR In the event that the Bidder is unable to provide such certification, but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid through a duly authorized representative and shall also initial this space: . In this event, the Bidder shall fumish together with its bid a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 and/or 215.4725 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception could be applicable. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID: The Bidder acknowledges and agrees that the submittal of the Bid is govemed by Florida's Govemment in the Sunshine Laws and Public Records Laws, as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a bid pursuant to this solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this solicitation which the Bidder considers to be a trade secret, proprietary or confidential. In the event that the bid contains a claim that all or a portion of the bid submitted contains confidential, proprietary or trade secret information, the Bidder, by signing below, knowingly and expressly waives all claims made that the bid, or any part thereof no matter how indicated, is confidential, proprietary or a trade secret and authorizes the County to release such information to the public for any reason. Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Date , 2/10/2021 Representative's Name: Alex E. Sanchez * Representative's Title: EVP * THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED BELOW BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: p Date 2/10/2021 * Representative's Name: Alex E. Sanchez * 1072&00214:05 PM BidSync p. B9 Representative's Title: Miami -Dade County Solicitation FB-01793 * 1f22&00214:05 PM BidSync p. 87 Miami -Dade County FB-01793 Ci: MIAMI-DADE COUNTY SUBCONTRACTING FORM Fuel Service Station Maintenance, Repair b Services RFP No. FB-01793 10/26/2021 BidSync p. 68 Miami -Dade County Solicitation FB-01793 Solicitation Number FB-01793 *Vendor Name Cherokee Enterprises, Inc. *FEIN # SUBCONTRACTING FORM 65-0891158 Complete "A" or "B": A. No subcontractors or direct suppliers will be utilized pursuant to this solicitation. B. X The below listed subcontractors and/or suppliers will be utilized pursuant to this solicitation: Business Name and Address of First Tier Subcontractor/ Subconsultant Name of Principal Owner Scope of Work to be Performed by Subcontractor Subconsultant Subcontractor/ Subconsultant License (if applicable) Miranda Eric Person Tank Cleaning/Removal n/a World Petroleum PO BOX 291197, DAVIE FL 33329 Luis Ruiz Electrical work EC 13004689 LUI Technical Services, Inc. 11821 NW 34 Place, Sunrise, FL 33323 Business Name and Address of First Tier Direct Supplier Name of Principal Owner Supplies, Materials, and/or Services to be P ovided by Supplier And Below and/or attached is a detailed statement of the firm's policies and procedures for awarding subcontractors: Please find attached to this form a copy of our Subcontracting Policy. (Duplicate this form if additional space is needed to provide the required information) When Subcontracting is allowed and subcontractors will be utilized, the Contractor shall comply with Section 2-8.8 of the Code — Fair Subcontracting Practices: (1) Prior to contract award, the Bidder shall provide a detailed statement of its policies and procedures for awarding subcontracts and (2) As a condition of final payment under a contract, the Contractor shall identify subcontractors used in the work, the amount of each subcontract, and the amount paid and to be paid to each subcontractor via the BMWS at http://mdcsbd.gob2g.com. Pursuant to Section 2-8.1(f) of the Code — Listing of subcontractors required on certain contracts, for all contracts which involve the expenditure of one hundred thousand dollars ($100,000) or more, the entity contracting with the County must report to the County the race, gender, and ethnic origin of the owners and employees of its first tier subcontractors and suppliers via the BMWS at http://mdcsbd.gob2g.com. The race, gender, and ethnic information must be submitted via BMWS as soon as reasonably available and, in any event, prior to final payment under the Contract. The Contractor shall not change or substitute first tier subcontractors or direct suppliers or the portions of the Contract work to be performed or materials to be supplied from those identified except upon written approval of the County. 1 certify that thgeormat n contained in this form is to the best of my knowledge true and accurate. *Signature of VendglyRepresentative Alex E. Sanchez *Print Name EVP *Print Title 2/5/2021 *Date 10125100214:05 PM BidSync p. 89 Miami -Dade County FB-01793 Procurement/Subcontracting Policy: Procurement/Subcontracting Policy 1 It is a policy of Cherokee Enterprises, Inc. (CEI) and all of subsidiaries and affiliates to afford equal opportunity to all vendors and suppliers of material to firms providing goods and services to shall not be discriminated against based on the owner's race, age, sex, religion, color, national origin, or status as a veteran. Cherokee Enterprises, Inc. (CEI) will: 1. Solicit bids from all qualified firms, regardless of ownership. Including the utilization of lists of qualified vendors maintained by the County. 2. Evaluate all bids so as to further the principles of non-discrimination and equal opportunity. 3. Ensure that final purchases are in accordance with the principals of equal opportunity. 4. Ensure that all procurement actions such as repeat purchases, extensions, change orders, acceptance policy, etc., will be administered without regard to race, age, sex, religion, status as a veteran or national origin. Procurement Procedure: Procurement Procedure 1 Cherokee Enterprises, Inc. (CEI) will purchase all commodities, equipment, materials, and services through the normal purchasing procedures implemented by department heads, supervisors and others responsible for purchasing for CEI. This normal process is done without consideration of the race, age, sex, religion, color, national origin, sexual preference, or status as a veteran of the firms. All firms seeking to conduct business with CEI will be required to complete a vendor qualification package consisting of a credit check, certificate of insurance, and a signed subcontract agreement. The signed subcontract agreement also requires our suppliers to comply with all of the regulations applying to CEI. CEI will make every effort to locate and identify minority- and underutilized community - owned firms prior to making final supplier decisions. Decision -makers will review the 10/26/2021 BidSync p. 70 Miami -Dade County FB-01793 available Small Business Enterprise (SBE), Local Developing Business Enterprise (LDBE), and Disadvantaged Business Enterprise (DBE) within all of the applicable vendor categories to seek out qualified firms for quotations. CEI, as an entrepreneurial - based firm, provides significant independence to decision -makers on major project, technical, and administrative decisions. Through our own status as a 100% minority - owned firm, CEI constantly emphasizes the importance of proactively seeking qualified minority -owned firms for inclusion. Due to CEI's dual role as an engineering and construction firm, we have strict requirements from our bonding and insurance agents on subcontracting. Through a process of audits, CEI has established these procedures as the most effective procurement policy that both minimizes our liabilities and ensures equal opportunity for minority vendors. It is our policy to generally work within our pre -qualified pool of subcontractors and vendors. Therefore, our minority -owned business enterprise utilization efforts are generally made on a corporate- or location -wide basis, as opposed to soliciting bids on every individual project. We also adhere to the SBE/ LDBE/DBE requirements of our contracts with Miami -Dade County. In addition, all successful bidders/respondents on this Contract shall be subject to and comply with Miami -Dade County Section 2-8.8(4), requiring bidders/respondents to provide a detailed statement of their policies and procedures for awarding Subcontractors which: • Notifies the broadest number of local Subcontractors of the opportunity to be awarded a Subcontract; • Invites local subcontractors to submit bids in a practical, expedient way; • Provides local Subcontractors access to information necessary to prepare and formulate a subcontracting bid; • Allows local Subcontractors to meet with appropriate personnel of the bidder to discuss the bidders requirements; and, • Awards Subcontracts based on full and complete consideration of all submitted proposals and in accordance with the bidders stated objectives. 2/10/2021 Executive Vice President Date 10/26/2021 BidSync p. 71 Ci: MIAMI-DADE COUNTY I Miami -Dade County FB-01793 f MINIMUM REQ.'S Fuel Service Station Maintenance, Repair b Services RFP No. FB-01793 10/26/2021 BidSync p. 72 Ron DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Halsey Beshears, Secretary dFlorida CONSTRUCTION INDUSTRY LICENSING BOARD THE POLLUTANT STORAGE SYSTEMS CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES 1 • a— imns SANCHEZ, ALEJANDRO EDUARDO CHEROKEE ENTERPRISES INC 12981 NW 113 CT MEDLEY Ji FL 33178 1111. • LICENSE NUMBER: PCC056813 EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. J 'ai Miami -Dade County FB-01793 _Fe/ Eduardo Talavera C23429 Has Satisfactorily Completed: Veeder-Root ATG Technician HI CTOR BENI TEZ, TECH NICALT1 NI NG SUPkRV]SOS. Acquired On: 23-FEB-2020 Expires On: 22-FEB-2022 10/26/2021 BidSync p. 74 certificate at! Qomp1etion tl/ud certified that Eduardo Talavera %a4 ,4,c '.11 ('t // /)/4 eA 8 Hour HAZWOPER Refresher Training Refresher certification does NOT necessarily indicate initial 24 or 40 Hour HAZWOPER certification In Accordance w/Federal OSHA Regulation 29 CFR 1910.120(e) & (p) And all State OSHA'EPA Regulations as well including 29 CFR 1926.65 for Construction. This course (Version 1) is approved for 8 Contact Hours (0.8 CEUs) of continuing education per the California Department of Public Health for Registered Environmental Health Specialist (REHS) (Accreditation # 044). Safety Unlimited. Inc._ Provider #5660170-2, is accredited by the International Association for Continuing Education and Training (IACET) and is accredited to issue the IACET CEU. As an LkCET Accredited Provider, Safety Unlimited, Inc offers CEUs for its programs that qualify under the ANSL'IACET Standard. Safety_ Unlimited. Inc. is authorized by IACET to offer 0.8 CEUs for this program. Julius P. Griggs Instructor #892 ACCREDITED IA== ET - PROVIDER 200604513028 6/4/2020 Certificate Number Issue Date Scan this code or visit safetyunlinnted.comk to verify certificate. eUNUMITED, Inc. (JS 1A C cmp1 n1 Slut ! a ik g time ,Yin 2139 Tapo St.. Suite 228 Simi Valley.CA 93063 (888) 309-S4FE (7233) or 805 306-8027 https:liwww.safetyunlimited.com Proof of antral certification and subsequent refresher training is NOT required to take refresher 001570 Miami -Dade County Local Business Tax Receipt Miami -fade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 416-2 02 BUSINESS NAME?LOCATION SANCHEZ ALEJANDRO E 12981 NVV 1 13TH CT MEDLEY OWNER SANCHEZ ALEJANDRO E C/3 CHEROKEE ENTERPRISES INC Worker(s) 10 10/26/2021 RECEIPT NO. RENEWAL 4346516 ■ x; F SEC. TYPE OF BUSINESS 196 SPEC MECHANFCAL CONTRACTOR PCC056813 FB-01793 T EXPIRES SEPTEMBER 30, 2021 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 PAYMENT RECEIVED BY TAX COLLECTOR 45.00 07/20/2020 CREDITCARD— 0-056825 This Local Business Tax Receipt only confirms payment of the Local Business Tax_ The Receipt is not a license, permit, or a certification of the holder"s qualifications,. to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles - Miami -Dade Cede Sec 8a-216. For more information, visit vnfi-iiamidade.j iv/taxcolleeter p. 76 10/26/2021 001537 Miami -Dade County Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT BfiL- DO NOT PAY 4103917 BUSINESS NAME/LOCATION CHEROKEE ENTERPRISES INC 12981 NVV 1 13TH CT MEDLEY FL 33 T78 GWNER SEC. TYPE OF BUSINESS CHEROKEE ENTERPRISES INC 212 P.A./COAP./PARTNERSHIP/FIRM RECEIPT NO. RENEWAL 4285763 FB-01793 EXPIRES SEPTEMBER 30, 2021 Must be displayed at place of business Pursuant to County Code Chapter BA - Art. 9 & S0 Employee(s) 1 PAYMENT RECEIVED BY TAX COL LECTDR S45.00 07/20/2020 CREDITCARD-20-056849 This Local Business Tax Receipt only confirms payment Tithe local Business Tax. The Receipt is not a license, permit, or a certification of the holder's qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must he displayed on ail commercial vehicles - Miami -wade Code Sec 8a-276. For mere information, visit kiii-istd,etylizniidade.gDynan oilMar p. 77 O0153B Miami -Dade County Local Business Tax Receipt Miami —Dade County, State of Florida -THIS 15 NOT A BILL -- DO NOT PAY 41G3933 BUSINESS NAME/LOCATION CUEVAS GARI O 12981 NWT 13RD CT MEDLEY FL 33178 OWNER GABINO CUEVAS 10/26/2021 RECEIPT NO. RENEWAL 4285789 SEC. TYPE OF BUSINESS 212 PROFESSIONAL PE42530 FB-01793 EXPIRES SEPTEMBER 30, 2021 Must be displayed at place of business Pursuant to County Code Chapter 8A Art, 9 & 10 PAYMENT RECEIVED BY TAX COLLECTOR 60.00 07/20/2020 CREDITCARD- 0-055832 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holder's qualifications, to du lousiness. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECECP'T NO. above must be displayed on all commercial vehicles - Mfami-Dade Cade Sec 8a-276. Bid Sync For more information, visit www.miar ade.gov/taxcallector p. 78 10/26/2021 001571 Miami -Dade County Local BusinessTaxReceipt Miami -Dade County, Stag of Florida -THIS IS NOT A BILL - DO NOT PAY 4162210 BUSINESS NAME{LOCATION SANCHEZ ALEJANDRO E 12981 NW Z 13 RD CT MEDLEY FL 33178 OWNER SANCHEZ ALEJANDRO E C/a CHEROKEE ENTERPRISES INC Worker(s) 10 RECEIPT NO. RENEWAL 4346524 FB-01793 J EXPIRES SEPTEMBER 30, 2021 Must be displayed at place of business Pursuant to County Code Chapter BA - Art. 9 & 10 SEC. TYPE OF BUSINESS 196 GENERAL BUILDING CONTRACTOR CGC1505536 PAYMENT RECEIVED BY TAX COLLECTOR 45.00 07 20 2020 CREDITCAR D-20-056842 This Local Business Tax receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holder's qualifications, to do business. Heider must comply with any governmental or nongovernmental regulatory caws and requirements vrhioh apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles - Miami -Dade Code Sec 8a-276, For more information, visit ww iwymiamidade.nov,ita;xoollector p. 79 CC MIAMI-DADS COUNTY • 'OF Miami -Dade County INSURANCE 'Or Fuel Service Station Maintenance, Repair b Services RFP No. FB-01793 FB-01793 10/26/2021 BidSync p. 80 Miami -Dade Count FB-01793 O ACRCo CERTIFICATE OF LIABILITY INSURANCE kra.------ DATE (MM/DD/YYYY) 9/9/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Bowen, Miclette & Britt of Florida, LLC 1020 N. Orlando Avenue, Suite 200 Maitland FL 32751 CONTACT NAME: Michelle Rushing PHONE E,�) (407) 647-1616 FAX No): (407) 628 1635 EMAIL ADDRESS: mrushing@bmbinc.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Crum & Forster Specialty 44520 INSURED CHEROKEEEN Cherokee Enterprises, Inc. 12981 NW 113th Ct. Medley FL 33178 INSURER B : Amerisure Insurance Company 19488 INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 610357426 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y EPK132259 9/14/2020 9/14/2021 EACH OCCURRENCE $1,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 300,000 MED EXP (My one person) $ 25,000 PERSONAL &ADV INJURY $ 1,000,000 GEN'L AGGREGATE X LIMIT APPLIES PRQ PER: LOC GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ B AUTOMOBILE X �( LIABILITY ANY AUTO OWNED x SCHEDULED AUTOS NON -OWNED AUTOS ONLY Y Y CA20787020901 9/14/2020 9/14/2021 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLA LIAB EXCESS LIAB X O OCCUR CLAIMS -MADE Y Y EFX115861 9/14/2020 9/14/2021 EACH OCCURRENCE $ *10,000,000 AGGREGATE $ *10,000,000 DED X RETENT ON $ 0 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFF ICER/MEMB ER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N N / A Y WC20787050901 9/14/2020 9/14/2021 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 A Environmental Liability and Errors & Omissions Liability EPK132259 9/14/2020 9/14/2021 Contractors Pollution Transportation Poll E&O Each Wrongful Act 1,000,000 1,000,000 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Contractors Pollution Liability, Transportation Pollution Liability, and Errors & Omissions Liability included in Policy #EPK132259 are subject to General Aggregate limit of $2,000,000. Excess Policy is excess of the following underlying coverages: General Liability, Auto Liability, Employers Liability, Environmental Liability, and Errors & Omissions Liability. *$10,000,000 over all lines except Auto which $5,000,000 limit on Excess policy. The following policy provisions and/or endorsements form part of the policies of insurance represented by this certificate of insurance. The terms contained in the policies and/or endorsements supersede the representations made herein. Electronic copies of the policy provisions and/or endorsements listed below are See Attached... CERTIFICATE HOLDER CANCELLATION Miami -Dade County 111 NW 1st Street, Suite 2340 Miami FL 33128-1987 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE jercA.....*„ ACORD 25 (2016/03) 10/26/2021 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD BidSync p. 81 Miami -Dade County AGENCY CUSTOMER ID: CHEROKEEEN LOC #: FB-01793 AC D� ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY Bowen, Miclette & Britt of Florida, LLC POLICY NUMBER CARRIER NAIC CODE NAMED INSURED Cherokee Enterprises, Inc. 12981 NW 113th Ct. Medley FL 33178 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE available by emailing: certificates@bmbinc.com When required by written contract, those parties listed in said contract, including the Certificate Holder, are added as an additional insured with respect to General Liability, including ongoing and completed operations, Auto Liability, Environmental Liability, and Excess Liability as afforded by the policy and/or endorsements. When required by written contract, waiver of subrogation is granted with respect to General Liability, Auto Liability, Workers Compensation, Environmental Liability, and Excess Liability in favor of those parties listed in said contract, including the Certificate Holder. The General Liability, Auto Liability, Environmental Liability, and Excess Liability policies certified herein are primary and non-contributory to other insurance available, but only to the extent required by written contract. Project: No. E14-RER-03 — Environmental Cleanup, Compliance and Related Services for Miami -Dade County Facilities ACORD 101 (2008/01) 10/26/2021 ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD BidSync p. 82 Miami -Dade County FB-01793 Policy #EPK132259 Effective Dates: 09/14/2020-09/14/2021 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) of Covered Operations As required by written contract As required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section III — Who Is An Insured within the Common Provisions is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" cause, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 3. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 4. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. EN0321-0211 Page 1 of 1 10/26/2021 BidSync p. 83 Miami -Dade County FB-01793 Policy #EPK132259 Effective Dates: 09/14/2020-09/14/2021 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Person(s) or Organization(s): Location And Description Of Completed Operations As required by written contract As required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section III — Who Is An Insured within the Common Provisions is amended to include as an insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". EN0320-0211 Page 1 of 1 10/26/2021 BidSync P. 84 Miami -Dade County FB-01793 Cherokee Enterprises, Inc. Alex E. Sanchez, PE 12981 NW 113th Court Medley, FL 33178 www.theceicorp.com 305 828-3353 BidSync Thank you for your consideration. CCI Miami -Dade County FB-01793 MIAMI-DIA[ E11 COUNTY Submittal Fo Solicitation No. Solicitation Title: Bidder's Legal Company Name (include dlb/a if applicable): Cherokee Enterprises, Inc.* Bidder's Federal Tax Identification Number: 65-0891158* If Corporation - Date Incorporated/Organized: 01/25/1999 State Incorporated/Organized: Florida* Company Operating Address: 12981 NW 113th Ct.* City Medley* State FL* Zip Code 33178* Miami -Dade County Address (if applicable): 12981 NW 113th Court City Medley State FL Zip Code 33178 Company Contact Person: Alex Sanchez* Email Address: aes@cherokeecorp.com* Phone Number (include area code): 3058283353* Company's Internet Web Address: https://www.cherokeecorp.com Pursuant to Section 2-8.6 of the Code of Miami -Dade County (County), any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade -Dade County that has a valid Local Business Tax Receipt issued by physical business address located within the limits of Miami -Dade County for at least three full time employees for the continuous period certified Small Business Enterprise, the local business location must have contributes to the economic development of the community in a verifiable and expansion of employment opportunities and the support and requirements for Local Preference. Failure to affirm this certification at NOT APPLY TO FEDERALLY FUNDED PURCHASE. County, a 'local business" is a business located within the limits of Miami Miami -Dade County at least one year prior to bid submission; has a from which business is performed and which served as the place of employment of one year prior to bid submittal (by exception, if the business is a served as the place of employment for one full time employee); and and measurable way. This may include, but not be limited to, the retention increase to the County's tax base. 1 Place a check mark here only if affirming the Bidder meets the this time may render the Bidder ineligible for Local Preference. IN ACCORDANCE WITH CFR 200.319(b), LOCAL PREFERENCE SHALL LOCALLY -HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code Business whose 'principal place of business" is in Miami -Dade County. requirements for the Locally -Headquartered Preference (LHP). Failure to for the LHP. BUSINESS PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED of Miami -Dade County, a "locally -headquartered business" is a Local ' Place a check mark here only if affirming the Bidder meets the affirm certification at this time may render the Bidder ineligible The address of the Locally -Headquartered office is: 12981 NW 113th Ct. IN ACCORDANCE WITH CFR 200.319(b), LOCALLY -HEADQUARTERED PURCHASE. LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is 10/26/2021 BidSync p. 86 Miami -Dade County FB-01793 (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County; and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. Place a check mark here only if affirming Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. IN ACCORDANCE WITH CFR 200.319(b), LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE. SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (if applicable): A Small Business Enterprise (SBE) must be certified by the Division of Small Business Development (SBD) for the type of goods and/or services the Bidder provides in accordance with the applicable Commodity Code(s) for this solicitation. For certification information, contact SBD at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE Program during the contract may remain on the contract. Place a check mark here only if affirming Bidder is a Miami -Dade County Certified Small Business Enterprise. IN ACCORDANCE WITH CFR 200.319(b), SMALL BUSINESS ENTERPRISE MEASURES SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST, THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST, OR THE SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST: By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List, as those terms are used and defined in Sections 287.135, 215.473, and 215.4725 of the Florida Statutes. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Section List, or the Scrutinized Companies that Boycott Israel List. OR In the event that the Bidder is unable to provide such certification, but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid through a duly authorized representative and shall also initial this space: . In this event, the Bidder shall fumish together with its bid a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 and/or 215.4725 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception could be applicable. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID: The Bidder acknowledges and agrees that the submittal of the Bid is govemed by Florida's Govemment in the Sunshine Laws and Public Records Laws, as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a bid pursuant to this solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this solicitation which the Bidder considers to be a trade secret, proprietary or confidential. In the event that the bid contains a claim that all or a portion of the bid submitted contains confidential, proprietary or trade secret information, the Bidder, by signing below, knowingly and expressly waives all claims made that the bid, or any part thereof no matter how indicated, is confidential, proprietary or a trade secret and authorizes the County to release such information to the public for any reason. Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Alex Sanchez* Date 02/10/2021* Representative's Name: Alex Sanchez* 10/26/2021 BidSync p. 87 Miami -Dade County FB-01793 Representative's Title: EVP* THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED BELOW BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: Alex Sanchez* Date 02/10/2021* Representative's Name: Alex Sanchez* Representative's Title: aes@cherokeecorp.com* 10/26/2021 BidSync p. 88 Miami -Dade County FB-01793 Supplier: Cherokee Enterprises, Inc. SUBCONTRACTING FORM Solicitation Number FB-01793 *Vendor Name Cherokee Enterprises, Inc. *FEIN # 65-0891158 Complete "A" or "B": A. No subcontractors or direct suppliers will be utilized pursuant to this solicitation. B. The below listed subcontractors and/or suppliers will be utilized pursuant to this solicitation: Business Name and Address of First Tier Subcontractor/ Subconsultant Name of Principal Owner Scope of Work to be Performed by Subcontractor Subconsultant Subcontractor/ Subconsultant License (if applicable) World Petroleum Corporation Eric Miranda Tank Cleaning/Removal nia PO Box 291197, Davie, FL 33329 LUI Technical Services, Inc. Luis Ruiz Electrical Work EC 13004689 11821 NW 34 Place, Sunrise, FL 33323 Business Name and Address of First Tier Direct Supplier Name of Principal Owner Supplies, Materials, and/or Services to be Provided by Supplier 12981 NW 113th Court 12981 NW 113th Court And Below and/or attached is a detailed statement of the firm's policies and procedures for awarding subcontractors: Please find attached to this form a copy of our Subcontracting Policy. (Duplicate this form if additional space is needed to provide the required information) When Subcontracting is allowed and subcontractors will be utilized, the Contractor shall comply with Section 2-8.8 of the Code — Fair Subcontracting Practices: (1) Prior to contract award, the Bidder shall provide a detailed statement of its policies and procedures for awarding subcontracts and (2) As a condition of final payment under a contract, the Contractor shall identify subcontractors used in the work, the amount of each subcontract, and the amount paid and to be paid to each subcontractor via the BMWS at http://mdcsbd.gob2g.com. Pursuant to Section 2-8.1(f) of the Code — Listing of subcontractors required on certain contracts, for all contracts which involve the expenditure of one hundred thousand dollars ($100,000) or more, the entity contracting with the County must report to the County the race, gender, and ethnic origin of the owners and employees of its first tier subcontractors and suppliers via the BMWS at http://mdcsbd.gob2g.com. The race, gender, and ethnic information must be submitted via BMWS as soon as reasonably available and, in any event, prior to final payment under the Contract. The Contractor shall not change or substitute first tier subcontractors or direct suppliers or the portions of the Contract work to be performed or materials to be supplied from those identified except upon written approval of the County. 1 certify that the information contained in this form is to the best of my knowledge true and accurate. Alex Sanchez Alex Sanchez EVP 02/10/2021 10/26/2021 BidSync p. 89 Miami -Dade County FB-01793 *Signature of Vendor's Representative *Print Name *Print Title *Date 10/26/2021 BidSync p. 90 Miami -Dade County FB-01793 Advanced Petroleum Systems, Inc. Bid Contact Percy Newland newland@tryapsi.com Ph 305-430-8500 Fax 305-430-0735 Address 16600 NW 54 Avenue #14 Miami Gardens, FL 33014 Item # Line Item Notes Unit Price Qty/Unit Attch. Docs FB-01793--01-01 Fuel Service Station Supplier First Offer- 1 / See Bid Documents Maintenance Repair and Product Services Code: Y Y Supplier Total $0.00 10/26/2021 BidSync p. 91 Miami -Dade County FB-01793 iiSystem Inc Fuel Service Station Maintenance Repair and Services BID SUBMISSION_ADVANCED PETROLEUM SYSTEMS.pdf 10/26/2021 BidSync p. 92 Miami -Dade County FB-01793 SECTION 4 SUBMITTAL FORM Vendor: ADVANCED PETROLEUM SYSTEMS (GENISIS GLOBAL ) 4.1. To be considered for award under Groups 1 and 2, and pre -qualification under Group 3, vendors shall comply with and provide proof for the following minimum requirements: Section 2.3 Description Check / Submitted 2.3 (a) Pollutant Storage System Contractor's License, issued by State of Florida Departrnentof Business And Professional Regulations. (Copy of certification shall be provided with bid su bmittal) X 2.3 (b) Hazardous Waste Operation (HAZWOPR)40hours course. (Copy ofdocumentation shall beprovided with bid submittal) X 2.3 (c) Veeder Rootlnstaller Certification (level 3 or greater). Should a Vendor choose to use a subcontractor, that subcontractor must possess a Veeder Root InstallerCerf�cation, however, it is not to be in lieu of the primary vendor possessing this certification. (Copy of documentation shall be provided byeitherthe vendor and their subcontractor, should vendor use a subcontractor) X 2.3 (d) Certificate of Competency for Gasoline Tank and Pump Installation Work issued by the State or County Examining Board. (Copies of certification shall be provided with bid submittal) X 2.3 (e) References listed must be recent or current customers br whom the vendor has provided the services described in this solicitation. Reference 1 X Company Name: City of Miramar Contact Person: Robert Samuels Title: Automotive Fleet Manager Address: 13900 Pembroke Road Phone Number: 954-548-0460 Reference 2 Company Name: Miami Shores Village Contact Person: Juan Paulino Title: Rest Manager Address: 1701 NW 103 St., Miami, FL 33147 Phone Number: 305-525-0178 Reference 3 Company Name: City of Coral Gables Contact Person: Steven Riley Title: Director, Automotive Division Address: 2800 SW 72nd Ave, Miami, FL 33155 Phone Number: 305-460-5141 2.3 (fi Office location in Miami -Dade, Broward, Palm Beach, and/or Monroe Counties Please indicate which group Vendor is pursuing: Group 1: Routine Maintenance Group 2: Emergency Mitigation Group 3: Pre -Qualification of Vendors to Purchase Services for Future Price Competition X X X Page 14 of 15 10/26/2021 BidSync p. 93 Miami -Dade County FB-01793 SECTION 4 SUBMITTAL FORM 4.2 GROUP 1: Routine Maintenance and Upkeep Ithm Estimathd Quantity Description Unit Price 4.2.1 32,810 hours Labor Rate for Routine M aintenance $80 Hr 4.3 GROUP 2: Emergency Mitigation Ithm Estimathd Quantity Description Unit Price 4.3.1 5,565 (or 10,280 with OT hours) hours Labor Rath for Emergency M itigation $120 Hr Page 15 of 15 10/26/2021 BidSync P. 94 2/8/2021 DBPR - NECOECHEA, RAUL ZAMORA; Doing BusteliassiMadtagethilDIED PETROLEUM SYSTEMS, Certified Pollutant Storage Sys O 793 10:10:19 PM 2/8/2021 Licensee Details Licensee Information Name: Main Address: County: License Mailing: LicenseLocation: County: License Information License Type: Rank: License Number: Status: Licensure Date: Expires: Special Qualifications Construction Business Alternate Names NECOECHEA, RAUL ZAMORA (Primary Name) ADVANCED PETROLEUM SYSTEMS (DBA Name) 4946 PATAGONIA PLACE LAND 0' LAKES Florida 34638 PASCO 16600 NW 54TH AVE 14 MIAMI FL 33014 DADE Certified Pollutant Storage System Contractor Cert Pollutant PCC1256974 Current,Active 10/22/2019 08/31/2022 Qualification Effective 10/22/2019 View Related License Information View License Complaint 2601 Blair Stone Road, Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of Florida is an AA/EEO employer. Copyright 2007-2010 State of Florida. Privacy Statement Under Florida law, email addresses are public records. If you do not want your email address released in response to a public -records request, do not send electronic mail to this entity. Instead, contact the office by phone or by traditional mail. If you have any questions, please contact 850.487.1395. *Pursuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must provide the Department with an email address if they have one. The emails provided may be used for official communication with the licensee. However email addresses are public record. If you do not wish to supply a personal address, please provide the Department with an email address which can be made available to the public. 1 d984v.myfloridalicense.com/LicenseDetail.asp?SID=&id=91C2514E1Bii3S,Ofee1BC9C5F7EFC58A633 p.185 2/8/2021 DBPR - NEWLAND, PERCY; Doing BusitidissriMDK Gdniabp PETROLEUM SYSTEMS, Construction Financial Officer FB-01793 10:11:46 PM 2/8/2021 Licensee Details Licensee Information Name: NEWLAND, PERCY (Primary Name) ADVANCED PETROLEUM SYSTEMS (DBA Name) Main Address: 16600 NW 54TH AVE 14 MIAMI Florida 33014 County: DADE License Mailing: LicenseLocation: License Information License Type: Construction Financial Officer Rank: Fin Officer License Number: FRO10334 Status: Current Licensure Date: 10/22/2019 Expires: Special Qualifications Qualification Effective Alternate Names View Related License Information View License Complaint 2601 Blair Stone Road, Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of Florida is an AA/EEO employer. Copyright 2007-2010 State of Florida. Privacy Statement Under Florida law, email addresses are public records. If you do not want your email address released in response to a public -records request, do not send electronic mail to this entity. Instead, contact the office by phone or by traditional mail. If you have any questions, please contact 850.487.1395. *Pursuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must provide the Department with an email address if they have one. The emails provided may be used for official communication with the licensee. However email addresses are public record. If you do not wish to supply a personal address, please provide the Department with an email address which can be made available to the public. 1 d984v.myfloridalicense.com/LicenseDetail.asp?SID=&id=CA10FB369116iS 04270F8FDB9BF7BBCED p.186 2/8/2021 DBPR - GENISIS GLOBAL LLC; Doing Businlstai7#isDAUi9N(ilftp PETROLEUM SYSTEMS, Construction Business InformatI -01793 10:12:26 PM 2/8/2021 Licensee Details Licensee Information This is a business tracking record only. Click here for information on how to verify that this business is properly licensed. Name: GENISIS GLOBAL LLC (Primary Name) ADVANCED PETROLEUM SYSTEMS (DBA Name) Main Address: 16600 NW 54TH AVE 14 MIAMI Florida 33014 County: DADE License Mailing: LicenseLocation: License Information License Type: Construction Business Information Rank: Business Info License Number: Status: Current Licensure Date: 10/22/2019 Expires: Special Qualifications Qualification Effective Alternate Names View Related License Information View License Complaint 2601 Blair Stone Road, Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of Florida is an AA/EEO employer. Copyright 2007-2010 State of Florida. Privacy Statement Under Florida law, email addresses are public records. If you do not want your email address released in response to a public -records request, do not send electronic mail to this entity. Instead, contact the office by phone or by traditional mail. If you have any questions, please contact 850.487.1395. *Pursuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must provide the Department with an email address if they have one. The emails provided may be used for official communication with the licensee. However email addresses are public record. If you do not wish to supply a personal address, please provide the Department with an email address which can be made available to the public. 1 d984v.myfloridalicense.com/LicenseDetail.asp?SID=&id=4A8D010E98it53D87330BBEA3C645 p.189 Miami -Dade County FB-01793 10/26/2021 'L ' n ]{" 1 I S i i is ; vittitisate el! eon/wet, This is to certify that PERCY NEWLAND Has completed HAZWOPER 40 HR Completion Date: 11 /21 /2019 Course Duration: 40.0 360training 6801 N Capital of Texas Hwy, Bldg I, Suite 250 • Austin, TX 78731 ♦ 877.881.2235 • www.360training.com BidSync (CUT HERE) is a trademark of 360training.com, Inc. E — — — — - (FOLD) - This certifies that the person named below successfully completed a HAZWOPER 40 HR 877.881.2235 rn 0 N N 0) a E 0 U Trainer Name Miami -Dade County \ FBA 360 TRAININGT" CERTIFICATE OF COMPLETION This certifies that PERCY NEWLAND has successfully completed the course GHS and OSHA Hazardous Communication aCourse Duration 1.0 A,,,,, Completion Date 12/29/2018 Official Sign$ture Certificate # 000015071641 10/26 6801 N Capital of Texas Hwy, Bldg 1, Suite 250 I Austin, TX 78731 1877.881.2235 I www.360training.com idSync p. 99 Miami -Dade County !--74,41i5i!MR"i'WPWAM-4 Jeffry J. Psv 4- 4,,,, ..criri if -fie ,cr, zi, /WS COW ,,,t.,,,,,v.„ it0 0 17 rSe gr 0/1-1' 'Pt "571 _C-171-1,11rtv 777 mu ,, . il, ,,,, ,,,... 5., , , ,,... i---1, ...," P rif 9 fr "ii-„1., -11-7,1 -firc 7. 7.,,Lly„ i I gn „..„, , ,,,,,..„. , ,.,, 6.._,_,.. L..,.., Howard Fitzpatrick Field Service Manager February 17,1998 z;Lata.-t-amalaggItc: AzaoaAg:67aFbvx. Ary';.'4A,11 f4.713i. Miami -Dade County FB-01793 MIAMI-DIA[ E11 COUNTY Submittal Fo Solicitation No. Solicitation Title: Bidder's Legal Company Name (include dlb/a if applicable): GENISIS GLOBAL/ADVANCED PETROLEUM SYSTEMS* Bidder's Federal Tax Identification Number: 821846596* If Corporation - Date Incorporated/Organized: ADVANCED (7128120)/GENISIS (6/12/17) State Incorporated/Organized: FLORIDA* Company Operating Address: 16600 NW 54 AVE #14* City MIAMI* State FLORIDA* Zip Code 33014* Miami -Dade County Address (if applicable): 16600 NW 54 AVE #14 City MIAMI State FL Zip Code 33014 Company Contact Person: Percy Newland* Email Address: newland@tryapsi.com* Phone Number (include area code): 305-430-8500* Company's Internet Web Address: www.tryapsi.com Pursuant to Section 2-8.6 of the Code of Miami -Dade County (County), any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade -Dade County that has a valid Local Business Tax Receipt issued by physical business address located within the limits of Miami -Dade County for at least three full time employees for the continuous period certified Small Business Enterprise, the local business location must have contributes to the economic development of the community in a verifiable and expansion of employment opportunities and the support and requirements for Local Preference. Failure to affirm this certification at NOT APPLY TO FEDERALLY FUNDED PURCHASE. County, a 'local business" is a business located within the limits of Miami Miami -Dade County at least one year prior to bid submission; has a from which business is performed and which served as the place of employment of one year prior to bid submittal (by exception, if the business is a served as the place of employment for one full time employee); and and measurable way. This may include, but not be limited to, the retention increase to the County's tax base. 1 Place a check mark here only if affirming the Bidder meets the this time may render the Bidder ineligible for Local Preference. IN ACCORDANCE WITH CFR 200.319(b), LOCAL PREFERENCE SHALL LOCALLY -HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code Business whose 'principal place of business" is in Miami -Dade County. requirements for the Locally -Headquartered Preference (LHP). Failure to for the LHP. BUSINESS PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED of Miami -Dade County, a "locally -headquartered business" is a Local Place a check mark here only if affirming the Bidder meets the affirm certification at this time may render the Bidder ineligible The address of the Locally -Headquartered office is: 16600 NW 54 AVE #14 IN ACCORDANCE WITH CFR 200.319(b), LOCALLY -HEADQUARTERED PURCHASE. LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is 10/26/2021 BidSync p. 101 Miami -Dade County FB-01793 (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County; and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. Place a check mark here only if affirming Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. IN ACCORDANCE WITH CFR 200.319(b), LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE. SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (if applicable): A Small Business Enterprise (SBE) must be certified by the Division of Small Business Development (SBD) for the type of goods and/or services the Bidder provides in accordance with the applicable Commodity Code(s) for this solicitation. For certification information, contact SBD at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE Program during the contract may remain on the contract. Place a check mark here only if affirming Bidder is a Miami -Dade County Certified Small Business Enterprise. IN ACCORDANCE WITH CFR 200.319(b), SMALL BUSINESS ENTERPRISE MEASURES SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST, THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST, OR THE SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST: By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List, as those terms are used and defined in Sections 287.135, 215.473, and 215.4725 of the Florida Statutes. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Section List, or the Scrutinized Companies that Boycott Israel List. OR In the event that the Bidder is unable to provide such certification, but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid through a duly authorized representative and shall also initial this space: . In this event, the Bidder shall fumish together with its bid a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 and/or 215.4725 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception could be applicable. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID: The Bidder acknowledges and agrees that the submittal of the Bid is govemed by Florida's Govemment in the Sunshine Laws and Public Records Laws, as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a bid pursuant to this solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this solicitation which the Bidder considers to be a trade secret, proprietary or confidential. In the event that the bid contains a claim that all or a portion of the bid submitted contains confidential, proprietary or trade secret information, the Bidder, by signing below, knowingly and expressly waives all claims made that the bid, or any part thereof no matter how indicated, is confidential, proprietary or a trade secret and authorizes the County to release such information to the public for any reason. Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Percy Newland* Date 01 /25/2021 * Representative's Name: Percy Newland* 10/26/2021 BidSync p. 102 Miami -Dade County FB-01793 Representative's Title: General Manager* THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED BELOW BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: PercyNewland* Date 01/25/2021* Representative's Name: Percy Newland* Representative's Title: General Manager* 10/26/2021 BidSync p. 103 Miami -Dade County FB-01793 Supplier: Advanced Petroleum Systems, Inc. SUBCONTRACTING FORM Solicitation Number FB-01793 *Vendor Name GENISIS GLOBALIADVANCED PETROLEUM SYSTEMS *FEIN # 821846596 Complete "A" or "B": A. 0 No subcontractors or direct suppliers will be utilized pursuant to this solicitation. B. O The below listed subcontractors and/or suppliers will be utilized pursuant to this solicitation: Business Name and Address of First Tier Subcontractor/ Subconsultant Name of Principal Owner Scope of Work to be Performed by Subcontractor Subconsultant Subcontractor/ Subconsultant License (if applicable) Business Name and Address of First lier Direct Supplier Name of Principal Owner Supplies, Materials, and/or Services to be Provided by Supplier And Below and/or attached is a detailed statement of the firm's policies and procedures for awarding subcontractors: (Duplicate this form if additional space is needed to provide the required information) When Subcontracting is allowed and subcontractors will be utilized, the Contractor shall comply with Section 2-8.8 of the Code — Fair Subcontracting Practices: (1) Prior to contract award, the Bidder shall provide a detailed statement of its policies and procedures for awarding subcontracts and (2) As a condition of final payment under a contract, the Contractor shall identify subcontractors used in the work, the amount of each subcontract, and the amount paid and to be paid to each subcontractor via the BMWS at http://mdcsbd.gob2g.com. Pursuant to Section 2-8.1(f) of the Code — Listing of subcontractors required on certain contracts, for all contracts which involve the expenditure of one hundred thousand dollars ($100,000) or more, the entity contracting with the County must report to the County the race, gender, and ethnic origin of the owners and employees of its first tier subcontractors and suppliers via the BMWS at http://mdcsbd.gob2g.com. The race, gender, and ethnic information must be submitted via BMWS as soon as reasonably available and, in any event, prior to final payment under the Contract. The Contractor shall not change or substitute first tier subcontractors or direct suppliers or the portions of the Contract work to be performed or materials to be supplied from those identified except upon written approval of the County. 1 certify that the information contained in this form is to the best of my knowledge true and accurate. Percy Newland Percy Newland General Manager newland@tryapsi.com 10/26/2021 BidSync p. 104 Miami -Dade County FB-01793 *Signature of Vendor's Representative *Print Name *Print Title *Date 10/26/2021 BidSync p. 105 Miami -Dade County FB-01793 Lutz Petroleum Equipment Installations Bid Contact Kevin Moore lutzpei@lutztanks.com Ph 954-971-5222 Address 2300 NW 16 St. Pompano Beach, FL 33069 Item # Line Item Notes Unit Price Qty/Unit Attch. Docs FB-01793--01-01 Fuel Service Station Maintenance Repair and Services Supplier First Offer- 1 / See Bid Documents Product Code: Y Y Supplier Total $0.00 10/26/2021 BidSync p. 106 Miami -Dade County FB-01793 1.1 uipment l Item: Fuel Service Station Maintenance Repair and Services FB-01793_-_Sections_2-4_-_Fue l_S e rvi ce_Stati on. pdf FB-01793_-_Section 4_submitta I form-_Fuel_Service_Station.pdf PCC License.pdf OSHA Safety Training Certificate.pdf OSHA HAZWPOR.pdf Veeder Root Certificate.pdf 10/26/2021 BidSync p. 107 Miami -Dade County FB-01793 SECTION 2 SPECIAL TERMS AND CONDITIONS 2.1 PURPOSE The purpose of this solicitation is b establish a contract br the purchase of Routine Maintenance (Group 1) and Emergency Mitigation (Group 2) br the County's service stations and facilities, and a pre -qualification pool (Group 3) b Purchase Services br Future Price Competition b consist of, but not limibd b, the installation, testing, maintenance and repair services br service stations, facilities, structures, fuel dispensing and sbrage related equipment, and maintenance of other similar County facilities, in conjunction with the County's needs. Placement in the Pool is not a contract between the County and the Vendor, but an acknowledgement that the Vendor meets the qualifications as outlined throughout this solicitation. Vendor Submittals will continue b be accepted throughout the term of the solicitation br placement in such Pool. This segment of the solicitation shall be a pre -qualification pool under Group 3 b Purchase Services br Future Price Com petition. The County, at its sole discretion, reserves the right b award or reject any Bid, pre -qualify or reject any Vendor, their parts or services offered. 2.2 TERM The contract and pre -qualification pool shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, or designee, unless otherwise stipulated in the Blanket Purchase Order issued by the Internal Services Department Strategic Procurement Division. The contract shall expire on the last day of the sixty (60) months. 2.3 MINIMUM REQUIREMENTS Vendors shall possess valid licenses at time of submittal and throughout the term of the contractlpool. Failure b meet any of the below listed requirements will deem the vendor's submittal non -responsive. For Groups 1 and 2, subcontracbr(s) shall be identified on the Subcontracbrs Form at the time of submittal, and shall comply with all the requirements of this solicitation b be authorized by the County. To be considered for award of Groups 1 and 2, vendors shall comply with and provide proof for the following minimum requirements: a. Vendors shall provide the company's and employee's Pollutant Storage System Contractor's License, issued by State of Florida Department of Business and Professional Regulations. b. Vendors shall have an employee who has completed and maintained the Hazardous Waste Operation (HAZWOPR) 40 hour initial course and yearly refresher course. c. Vendors' employee shall be Veeder Root Installer Certified (level 3 or greater). Should a Vendor choose b use a subconlracbr, that subconlracbr must possess a Veeder Root Installer Certification, however, it is not b be in lieu of the primary vendor possessing this certification. d. In accordance with the Code of M iami-Dade County, Florida, Section 10-3 (B), any person, firm, corporation or joint venture which submits an offer in response b a County solicitation shall, at the time of such offer, hold a valid Certificate of Competency for Gasoline Tank and Pump Installation Work issued by M iami Dade County Examining Board qualifying said person, firm, corporation or joint venture b perbrm the work proposed, unless a Pollutant Sbrage System Contracbr's License has been issued by the State of Florida Department of Business and Professional Regulations. It is b be noted that this certification is only required if the Pollutant Sbrage State System License is not held 10/26/2021 Page 1 of 15 BidSync p. 108 Miami -Dade County FB-01793 e. Vendors shall be regularly engaged in the business of providing maintenance and repair services of service station equipment and fuel storage facilities. Three references must be provided and must be from recent or current customers br whom the vendor has provided the services described in this solicitation. The references must include the customer's company name, and the name, titre, address, and telephone number of the contact person who can verify lhat the vendor has successfully provided the service that the vendor is offering under this solicitation. These references shall ascertain to the County's satisfaction lhat the vendor has sufficient experience and expertise in maintenance and repair services of service station equipment and fuel storage facilities. f. Vendors shall have an office within the geographic location of Soulh Florida (defined as M iami-Dade, Broward, Palm Beach and Monroe Counties). A current Local Business Tax Certificate (or equivalent business tax payment document) showing the business location shall be provided. NOTE: Vendors shall submit the specified information listed above with their bid submittal form as proof of compliance with the requirements of this solicitation. However, the County may, at its sole discretion and in its best interest, allow Vendors to complete, supplement, or supply the required information during the evaluation period. For Group 3, subcontractor(s) shall be identified on the Subconracters Form at the time of submittal and any future pricing competition, and shall comply with all the requirements of this solicitation to be authorized by the County. To be considered for prequalification of Group 3, vendors shall comply with and provide proof for the following minimum requirements: a. Vendors shall provide the company's and employee's Pollutant Storage System Contractor's License, issued by State of Florida Department of Business and Professional Regulations. b. Vendors shall have an employee who has completed and maintained the Hazardous Waste Operation (HAZWOPR) 40 hour initial course and yearly refresher course. c. Vendors' employee shall be Veeder Root Installer Certified (level 3 or greater). Should a Vendor choose to use a subcontractor, lhat subcontractor must possess a Veeder Root Installer Certification, however, it is not to be in lieu of the primary vendor possessing this certification. d. In accordance with the Code of M iami-Dade County, Florida, Section 10-3 (B), any person, firm, corporation or joint venture which submits an offer in response to a County solicitation shall, at the time of such offer, hold a valid Certificate of Competency for Gasoline Tank and Pump Installation Work issued by M iami Dade County Examining Board qualifying said person, firm, corporation or joint venture to perform the work proposed, unless a Pollutant Storage System Contractor's License has been issued by the State of Florida Department of Business and Professional Regulations. It is to be noted that this certification is only required if the Pollutant Storage State System License is not held e. Vendors shall be regularly engaged in the business of providing maintenance and repair services of service station equipment and fuel storage facilities. Three references must be provided and must be from recent or current customers br whom the vendor has provided the services described in this solicitation. The references must include the customer's company name, and the name, title, address, and telephone number of the contact person who can verify lhat the vendor has successfully provided the service that the vendor is offering under this solicitation. These references shall ascertain to the County's satisfaction lhat the vendor has sufficient experience and expertise in maintenance and repair services of service station equipment and fuel storage facilities. f. Vendors shall have an office within the geographic location of Soulh Florida (defined as M iami-Dade, Broward, Palm Beach and Monroe Counties). A current Local Business Tax Certificate (or equivalent business tax payment document) showing the business location shall be provided. 10/26/2021 Page 2 of 15 BidSync p. 109 Miami -Dade County FB-01793 NOTE: Vendors shall submit the specified information listed above with their bid submittal form as proof of compliance with the requirements of this solicitation. However, the County may, at its sole discretion and in its best interest, allow Vendors b compleb, supplement, or supply the required information during the evaluation period. 2.4 METHOD OF AWARD (Group Basis) While the County will award b multiple Vendors b ensure availability, before issuing a purchase order b the awarded vendor, County staff, inclusive of the user departments, will verify that the vendor meets the purchase order requirements, which shall include insurance verification. If vendor cannot meet the purchase order requirements, the County may then order from the next lowest awarded Vendor offering the same specific service required. Staff must document any occurrence where an awarded Vendor can't meet the purchase order requirements prior b moving b the next lowest awarded Vendor. Award b multiple vendors is made for the convenience of the County and does not exempt any awarded Vendor from fulfilling its contractual obligations. Failure b perform as notad may result in an awarded Vendor being deemed in breach of contract The County may tarminata the contract for default and charge the Vendor re -procurement costs. 2.4.1. Group 1: Routine Maintenance Award will be made b all responsive, responsible vendors commencing in the order representing the lowest price b the County, meeting the minimum qualifications and bid submittal requirements. This Progressive method of award ensures the immediab availability of more than one vendor b respond b emergencies County -wide. To be considered for award of this group, Vendors shall submit an offer on hourly labor rab. The County will use the hourly Labor Rata for Routine M ainbnance b calculata the lowest overall fixed price per group. 2.4.2. Group 2: Emergency Mitigation Award will be made b all responsive, responsible vendors commencing in the order representing the lowest price b the County, meeting the minimum qualifications and bid submittal requirements. This Progressive method of award ensures the immediata availability of more than one vendor b respond b emergencies County -wide. To be considered for award of this group, Vendors shall submit an offer on the hourly labor rab. The County will use the hourly Labor Rata for Emergency Mitigation b calculata the lowest overall fixed price per group. 2.4.3. Group 3: Pre -Qualification of Vendors to Purchase Services for Future Price Competition (Pre -qualification Pool). Vendors may be pre -qualified under this group b parficipata in future price competition. All vendors meeting the minimum requirements, outlined in Section 2.3, Minimum Requirements, shall be pre - qualified b parficipata in spot market quotas on an as -needed basis. Future price competition may be in the form of an Invitation b Quote (ITQ) or Work Order Proposal Request (WOPR) issued by the Department 2.5 SPOT MARKET QUOTES Vendors pre -qualified under Group 3 will be invitad b parficipata in future spot market competition, as needed. The spot market competition will be in the form of an ITQ or WOPR that will include the specific goods and/or services required, and may include provisions, as applicable, such as: 10/26/2021 Page 3 of 15 BidSync p. 110 Miami -Dade County FB-01793 Small Business Enterprise (SBE) M easures • Warranty Requirements • Liquidated Damages • Living Wage • Delivery Requirements • Performance Bond For federally funded projects/programs, additional provisions may apply in accordance with the funding source. The following provisions from Section 1, General Terms and Conditions shall be exempt from such solicitations, as indicabd in the ITQ or WOPR. • Local Preferences • User Access Program (UAP) Fee • SBE Measures • Local Certified Veteran Business Enterprise Preference • First Source Hiring Referral Program • SBE PromptPaymentTerms • Office of Inspector General Fee 2.6 CERTIFICATES / LICENSES If work for other trades is required in conjunction with this solicitation and will be performed by a subcontracbr(s), an applicable Certificate of Competency issued b the subcontractor(s) shall be submitted with the prime vendor's offer; provided, however, that the County may at its option and in its best interest allow the vendor b supply the subcontractor(s) certificate b the County during the offer evaluation period. In accordance with the provisions of Miami -Dade County's Charter, subcontractors performing services in/or br M iami-Dade County must show that they have been duly licensed by the Qualifications Board of the County prior b being awarded a contract by the County. All journeyman supplied b perform services in/and br Miami -Dade County must be licensed by the County's Building and Zoning Department and carry their certification card when supplying services b the same. 2.7 PRICES The price offered is inclusive of all taxes, fees (federal, state, and local) and all costs associated with the cleanup and disposing of all hazardous materials. 2.7.1. Repairs and Parts: Vendors will be paid by the County a fixed 20% markup b their invoice for Repairs. Vendors invoicing for Repairs shall be required b submit a Parts invoice attached b their invoice b the County b confirm their actual cost for parts for the Repair conducbd. 2.7.2. Labor Prices br labor and services shall remain firm and fixed for a one-year period from the effective data of the Contract Prior b the end of the initial one-year period and br each subsequent year thereafter, the County will review requests for price adjustments for services only based on the Producer's Price Index: PPI industry data br Maintenance and repair services for commercial and service industry machinery, not seasonally adjusted, Series ID: PCU8113108113106. htlps://data.bls.gov/pdq/SurveyOutputServlet PPI industry data for Commercial machinery repair and maintenance -Maintenance and repair services br commercial and service industry machinery, not seasonally adjusted. It is the awarded Vendors' responsibility 10/26/2021 Page 4 of 15 BidSync p. 111 Miami -Dade County FB-01793 10/26/2021 b request pricing adjuslmenls under this provision ninety (90) days prior b anniversary of the effective date of the contract Adjuslmenls shall not be in excess of 5% increase each year. Adjuslmenls may be increases or decreases and the County may consider either. The County reserves the right b reject any price adjuslment requests submitted by the awarded Vendor. a. Hourly !lab (Groups 1 and 2) The hourly rate quoted shall be deemed b provide full compensation b the vendor for labor, equipment use, travel time, and any other element of cost or price. This race is assumed b be at straight -time br all labor, except as otherwise noted. Awarded Vendors shall provide the County with labor and materials in strict accordance with all solicitation requirements on an as needed basis. The County shall allow overtime payment at a maximum rate of one and a half (1 'h) times the regular hourly wages as slated within this contract (Section 4.0).This allowance shall only be provided in those instances where expressly authorized by a representative of the County prior b the commencement of the overtime work. If non-compliance in either regard is evident either from the offer itself or from subsequent evaluation proceedings, the offer may be considered non -responsive and ineligible for award under Groups 1 and 2. 2.8 METHOD OF PAYMENT The County shall provide payments br services rendered by the awarded Vendors. In order br the County b provide payment, the awarded Vendors shall submit a fully documented invoice that provides the basic information set bit below. The invoice shall be electronically submitted b the County department within thirty (30) calendar days after the service has been rendered. Paper or handwritten invoices will not be accepted. It shall be undersbod that such invoices shall not be submitted for payment until the time service has been completed and a County representative has reviewed and approved the service. All invoices shall contain the bllowing basic information as stipulated in Section 1.34, in addition b the information below: • Crediting invoices must contain originally charged invoice number as a cross-reference. • When appropriate, invoices shall be directed b the attention of the Shop Facility Supervisor that assigned the work or placed the order and include the name of the vendor and their FEIN. I. County Inbrmation: • Full name and phone number of the County employee requesting service and the name of the County Depariment/Division /Location requesting service. II. Pricing Information: • Unit price of the goods, services or property provided in detail b include awarded labor rate, labor hours perbrmed, part number of items installed, and appropriate parts description. III. Goods or Services Provided per Contract • Each unique service perbrmed must be listed as a separate line item on the invoice b include but not limited b work requested, and description of service(s) provided. • The date service was requested and the data service was completed. 2.9 REGULATIONS Below are regulations currently identified by the County including, but not limited b the regulations below: Page 5 of 15 BidSync p. 112 Miami -Dade County FB-01793 ACCIDENT PREVENTION AND BARRICADES Precautions shall be exercised at all times for the protection of persons and property. All vendors performing services under this contract shall conform b all relevant OSHA, Static and County regulations during the course of such effort Any fines levy by the above mentioned authorities for failure b comply with these requirements shall be borne solely by the responsible vendor. Barricades shall be provided by the vendor when work is performed in areas traversed by persons, or when deemed necessary by the County Project Manager. ENVIRONM ENTAL REGULATIONS All work performed under this contract shall adhere b all M iami-Dade County RER, Stab of Florida or Federal EPA mandated corrections, updates and activities or other related activities required by new or existing legislation in the normal scope of wide based fueling station support INTERNATIONAL ORGANIZATION FOR STANDARDIZATION (ISO) In April 2003, Resolution R-374-03, establishing a policy for M iami-Dade County favoring waste -reduction, environmentally -based promotional activities and the purchasing of commodities containing recycled or recyclable content, was passed. It reestablished the Recycling M anagement Committee as the M iami-Dade Resource Conservation Committee under the Department of Environmental Resources Management The Resolution reaffirmed the County's commitment b was reduction and recycling in an effort b reduce the solid was stream. It also reaffirmed the County's commitment b "closing the loop" through the purchase of recycled content materials. To close the recycling loop, there must be a demand b use recycled materials. It is therefore important b purchase products made from recycled materials, in an effort b stimulate the demand for recycled -content products and broaden the Committee's mission b include the promotion and facilitation of Environmentally Preferable Purchasing (EPP) of products and services. The Civil Environmental Engineering Division is responsible for tracking the Departments environmentally preferred purchasing and providing annual reports b the County Manager, Mayor and Board of County Commissioners. LEGAL REQUIREM ENT FOR POLLUTION CONTROL It is the intent of these specifications b comply with the M iami-Dade County Pollution Control Ordinance as stated in Chapter 24 of the M iami-Dade Code. This ordinance is made a part of these specifications by reference and may be obtained, if necessary, by the vendor through the Department of Regulatory and Economic Resources (RER), 33 SW 2nd Ave., M iami, Florida 33130. STATE REQUIREM ENTS All technical labor performed in and around the County's fueling and storage facilities shall adhere b the State Fire M arshal's "State of Florida: Rules and Regulations Chapter 4A-16; State of Florida Department of Environmental Regulation's Rules and Regulations Chapter 62-761; 62-762 and 62-770 and all work approved by M iami-Dade County Department of Environmental Resource M anagement (DERM). The petroleum recovery work covered in this contract includes all work required b comply with all Federal, State, and Local Regulations governing petroleum spill cleanups (i.e., analytical reports). 2.10 INSURANCE This is a requirement for award under Groups 1 and 2 but not for prequalification under Group 3. For Group 3, the insurance requirements will be requested and detailed in the subsequent ITQ or WOPR issued by departments. Section 1.22 Insurance Requirements of the General Terms and Conditions, Subsections B and C are superseded and replaced in their entirety. 10/26/2021 Page 6 of 15 BidSync p. 113 Miami -Dade County FB-01793 A. Worker's Compensation Insurance for all employees of the Provider as required by Florida Statuth 440. B. Commercial General Liability Insurance in an amount not less than $1,000,000 per occurrence, and $2,000,000 in the aggregath, not b exclude Products and Complethd Operations and Explosion, Collapse, and Underground Hazards. Miami -Dade County must be shown as an additional insured with respect to this coverage. C. Aubmobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence. *Under no circumstances are Vendors permitted on the Aviation Department, Aircraft Operating Airside (A.O.A) at Miami International Airport without increasing automobile coverage to $5 million. Only vehicles owned or leased by a company will be authorized. Vehicles owned by individuals will not be authorized. In addition, the following insurance requirements shall be met D. Pollution Liability Coverage in an amount not less than $1,000,000 per occurrence $2,000,000 in the aggregab. All insurance policies required above shall be issued by companies authorized b do business under the laws of the Stab of Florida, with the bllowing qualifications: The company must be rabd no less than "A-" as b management, and no less than "Class VII" as b financial strength, by Bests Insurance Guide, published by A.M . Best Company, Oldwick, New Jersey, or its equivalent, subject b the approval of the County Risk M anagement Division. or The company must hold a valid Florida Certificath of Authority as shown in the Iathst "List of All Insurance Companies Authorized or Approved b Do Business in Florida" issued by the Stith of Florida Department of Financial Services. NOTE: CERTIFICATE HOLDER MUST READ: MIAMI-DADE COUNTY 111 NW 1st STREET SUITE 2340 MIAMI, FL 33128 2.11 PERFORMANCE BOND (GROUP 3) For inbrmational purposes: At the time of spot market quotations, Group 3 prequalified vendors may be required b adhere b the requirements below: The awarded Vendor shall duly executh and deliver b the County a Performance Bond in the amount of 100% of the awarded Vendor's bid price. The Perbrmance Bond Form supplied by the County shall be the only acceptable brm br this bond; no other brm will be accepthd. The complethd brm shall be delivered b the County within 15 calendar days afhar brmal notice of award; however, the County may allow the 10/26/2021 Page 7 of 15 BidSync p. 114 Miami -Dade County FB-01793 awarded Vendor additional time b submit the Performance Bond in its best interest Failure b submit the Perbrmance Bond within 15 calendar days atter brmal notice of award or, if allowed, within the additional period of time granted by the County shall result in the awarded Vendor being declared in default of the contractual terms and conditions, and the surrender of the Vendor's Bid Guaranty. In addition, the County shall not accept any offer from the Vendor for a twelve (12) month period following such default The following specifications shall apply b the bond: A. All bonds shall be written through surety insurers authorized b do business in the State of Florida as surety, with the bllowing qualifications as b management and financial strength according b the latest edition of Bests Insurance Guide, published by A.M . Best Company, Oldwick, New Jersey: Bond Amount Best Rating 500,001 b 1,500,000 B V 1,500,001 b 2,500,000 A VI 2,500,001 b 5,000,000 A VII 5,000,001 b 10,000,000 A VIII Over 10,000,000 A IX B. For a contract amount of $500,000 or less, the bond provisions of Section 287.0935, Florida Statutes (1985) shall be in effect and surety companies not otherwise qualifying with these requirements may qualify by: 1. The surety company is licensed b do business in the State of Florida; 2. The surety company holds a certificate of authority authorizing it b write surety bonds in the State of Florida; 3. Providing evidence that the surety has twice the minimum surplus and capital required by the Florida Insurance Code at the time the solicitation is issued; 4. Certifying that the surety is otherwise in compliance with the Florida Insurance Code; and 5. Providing a copy of the currently valid Certificate of Authority issued by the United States Department of the Treasury under SS. 31 USC 9304-9308. Surety insurers shall be listed in the latest Circular 570 of the U.S. Department of the Treasury enticed "Surety Companies Acceptable on Federal Bonds", published annually. The bond amount shall not exceed the underwriting limitations as shown in this circular. C. For a contract amount in excess of $500,000, the bond provisions of Section 287.0935, Florida Statutes (1985) shall be in effect and surety companies not otherwise qualifying with the requirements listed in Section A., above, may qualify by meeting the provisions listed in Sections B.1., B.2., and B.3., above. In addition, the company must have been listed in the Circular 570 of the U.S. Department of the Treasury entitled "Surety Companies Acceptable on Federal Bonds" for at least three consecutive years (including the current year), or must be currently listed in the Treasury List and must hold a valid Certificate of Authority of at least 1.5 million dollars. D. Surety Bonds guaranteed through U.S. Government Small Business Administration or Conlracbrs Training and Development Inc. will also be acceptable. E. In lieu of a bond, an irrevocable lecher of credit or a cash bond in the form of a certified cashier's check made out b the Board of County Commissioners will be acceptable. All interest will accrue b M iami- Page 8 of 15 10/26/2021 BidSync p. 115 Miami -Dade County FB-01793 Dade County during the life of this contract and/or as long as the funds are being held by M iami-Dade County. F. The attorney -in -fact or other officer who signs a contract bond for a surety company must file with such bond a certified copy of power of atbrney authorizing the officer b do so. The contract bond must be counter signed by the surety's resident Florida agent 2.12 WARRANTY A. Type of Warranty Coverage Required All parts purchased under this contract and pre -qualification pool (Groups 1 and 2 respectively) shall have a minimum one-year warranty from time of acceptance by County Deparhnents, or the manufacturer's standard warranty, whichever is longer. Replacement parts under warranty shall be shipped b the assigning County Depariment(s) no later than tan days (10) business days after receipt of notification of defect from the County Depariment(s). All repair work performed under Group 2 shall have a minimum warranty for parts and labor of ninety (90) days, or the manufacturers' warranty, whichever is greater, in addition b Section 1 of the General Terms and Conditions unless otherwise indicated in the ITQ, or Spot M arket Quota. Defective parts under warranty shall be replaced, and re -work required shall be performed at no charge b the County. If the re -work cannot correct the problem, a full refund / credit shall be submitted b the County Depariment(s). B. Correcting Defects Covered Under Warranty Awarded Vendor shall promptly correct any deficiencies, at no cost b the County, within five (5) calendar days after the County notifies the Vendor of such deficiency either verbally or in writing. If the Vendor fails b correct the defective work or replace the damaged part within the period specified, the County may, at its discretion, notify the Vendor, for the second time in writing that the Vendor may be subject b contractual default which may lead b termination if the corrections or replacements are not completed b the satisfaction of the County within the time defined in the notice b cure. If the Vendor fails b satisfactorily complete the corrections and/or replace the damaged part as detailed in the notice b cure, the County may procure the parts and/ or services from another Vendor and charge the incumbent any additional costs that are incurred by the County for this work or items; either through a credit memorandum or through invoicing. 2.13 NON -WARRANTY DEFICIENCIES IN WORK TO BE CORRECTED BY THE VENDOR (Groups 1 and 2 ) The awarded Vendor shall promptly correct all non -warranty deficiencies and/or defects in work and/or any work that fails b conform b the Contract Documents; whether or not fabricated, installed or completed. All corrections shall be made within five (5) calendar days (unless otherwise noted within this solicitation) after such rejected defects, deficiencies, and/or non -conformances are verbally reported b the awarded Vendor by the County's Project Administrator. The awarded Vendor shall bear all costs of correcting such rejected work. If the awarded Vendor bits b correct the work within the period specified, the County may at its discretion, notify the awarded Vendor in writing that the awarded Vendor is subject b contractual default provisions if the corrections are not completed b the satisfaction of the County within five (5) calendar days of receipt of the notice. If the awarded Vendor fails b correct the work within the period specified in the notice, the County shall place the awarded Vendor on default, obtain the services of another awarded Vendor b correct the deficiencies, and charge the awarded Vendor for these costs; either through a deduction from the final payment owed b the awarded Vendor or through invoicing. 10/26/2021 Page 9 of 15 BidSync p. 116 Miami -Dade County FB-01793 2.14 LABOR, MATERIAL AND EQUIPMENT Unless otherwise provided in Section 3, Scope of Work, of this solicitation the vendor shall furnish all labor, mathrial and equipment necessary for satisfactory contract performance. When not specifically identified in the thchnical specifications or in the ITQ, such mathrials and equipment shall be of a suitable type and grade for the purpose. All mathrial, workmanship, and equipment shall be subject to the inspection and approval of the County's Project Manager. 2.15 ADDITIONAL GROUPS The County reserves the right to add additional groups (with applicable qualification crithria), which are not listhd within this solicitation. 2.16 ADD/DELETE VENDORS During the thrm of the pool, the County reserves the right to pre -qualify additional Vendors or deleth Vendors, at its sole discretion. Additional Vendors shall meet or exceed the same pre -qualification requirements stathd above. 10/26/2021 Page 10 of 15 BidSync p. 117 Miami -Dade County FB-01793 SECTION 3 SCOPE OF WORK 3.1 SCOPE OF WORK This solicitation establishes a contract for Routine M ainfrnance and Emergency M itigation and Pre - qualification Pool will be used b purchase services including but not be limifad o, purchase, install, first, maintain, and repair county mobr vehicle service station equipment and fuel dispensing and relafrd sbrage facilities. Awarded and pre -qualified Vendors shall be fully capable, but not limifrd b the bllowing: fiihsr/polish fuel, handling all phases of vehicle fueling service, dispensing and sbrage facilities; periodic tasting of underground fuel sbrage tanks and lines br contaminants and leaks; first and analyze fuel; petroleum recovery surface and subsurface, mainfrnance, removal and replacement of County supplied fuel sbrage tanks reservoirs and dispensing equipment, and replacement parts for repair of the same. Provide fast analysis (oil, fuel and ground wafer samples, etc.), calibrafr fuel monibring and mefrring equipment (gasoline/diesel pumps, etc.), and service station accessories (hoses, reels, pumps, air compressor, etc.) 3.2 GROUPS 3.2.1. Group 1: Routine Maintenance Routine Mainfrnance is b include, but not be limifad b: • Repair/replacement of fuel tank and dispensing sysfrm component hardware (such as fill pipe, caps, sensors, relafrd wiring, probes, hoses, hose reels, etc.) • Repair oil/wafer separabr and supporting components, conducting unscheduled or special inspections of fuel tanks, hoses, oil war separabrs, hose reels, vehicle wash stations, etc. • Taking samples of groundwafrr fist wells, soil and fuel br laborabry analysis upon request • Conducting minor concreb repair and patching, Aubmatic Tank Gauging (ATG) hardware repairs (frrminal boards, reprogramming and configuration, etc.) • Performing bsts and certifications of tank, dispenser, and ATG sysfrms as requesbd perbrming unscheduled work in conjunction with keeping County fuel sifrs within Florida Department of Environmental Profrction (FDEP) requirements for inspection and other minor repairs. 3.2.2. Group 2: Emergency Mitigation Emergency response and mitigation b include, but not be limithd b: • Containing/sopping tank, piping and dispenser fuel leaks, responding b loss of dispensing services due b mechanical failure, small spill (estimafrd less than 100 gallons) wash disposal, and proper disposal of hazardous waste, and repairs relafrd b the immediafr remediation b ensure the safety of safety of personnel at county facilities and fuel sites. • Repair/replacement of fuel tank and dispensing sysfrm component hardware (such as, but not fill pipe, caps, sensors, related wiring, probes, hoses, hose reels, eta.), under an emergency basis. • Repair oil/water separabr and supporting components, hoses, oil wafer separabrs, hose reels, vehicle wash stations, eta. 10/26/2021 Page 11 of 15 BidSync p. 118 Miami -Dade County FB-01793 • Taking samples of groundwater test wells, soil and fuel for laboratory analysis upon request • Conducting minor concrete repair and patching, Automatic Tank Gauging (ATG) hardware repairs (terminal boards, reprogramming and configuration, etc.) • Performing tests and certifications of tank, dispenser, and ATG systems as requested perbrming unscheduled work in conjunction with keeping County fuel sites within Florida Department of Environmental Protection (FDEP) requirements for inspection and other minor repairs. 3.2.3. Group 3: Pre -Qualification of Vendors to Purchase Services for Future Price Competition (Pre -qualification Pool) Scope for future spot marketquotations is b include and not be limited b: • Any kind of work that pertains b the fuel service station facilities of M iami-Dade County. 3.3 WORK NOTIFICATION PRIOR TO COM M ENCEM ENT Vendors shall neither commence any work, nor enter a County work premise, until a "Work Order / Purchase Order" directing the vendor b proceed with a work assignment has been received from an authorized County representative; excepting, however, that such Work Order/Purchase Order notification is not required when perbrming emergency work that may be required in accordance with provisions included elsewhere in this solicitation and resultant contract CLEANUP AND ASSESM ENT All unusable materials and debris shall be removed from the premises at the end of each workday, and disposed of in an appropriate manner. Upon final completion, the vendor shall thoroughly clean up all areas where work has been involved as mutually agreed with the associated user departments project manager. Cleanup and assessment documents need b be prepared by a Professional Engineer registered under Chapter 471, F.S. or a Professional Geologist registered under chapter 492, F.S. COM PLETION OF WORK All work shall be performed in accordance with good commercial practice. The work schedule and completion dates shall be adhered b by the vendors; except in such cases where the completion data will be delayed due b acts of nature, strikes, or other causes beyond the control of the vendor. In these cases, the vendor shall notify the County in advance of the delays of the original completion date so that a revised delivery schedule can be appropriately considered by the County. Should the awarded vendorsNendors tail b complete the work within the number of days as stated in its offer. WORK ACCEPTANCE Projects will be inspected by an authorized representative of the County. This inspection shall be performed b determine acceptance of work, appropriate invoicing, and warranty conditions. 3.4 EMERGENCY SERVICE (Groups 1 and 2) Vendors, awarded under this group, shall provide 24 hours, 7 days a week emergency service, inclusive of a point of contact with their contact information, b the County under the contract During regular work hours (M onday through Friday, 8:00 A.M . b 5:00 P.M .), emergency service response time (defined as the time from acknowledged notification b arrival on -site) shall be within three (3) hours afbr notification by the County. During other than regular working hours, the emergency response time, as defined above, shall be 10/26/2021 Page 12 of 15 BidSync p. 119 Miami -Dade County FB-01793 within bur (4) hours aeer notification by the County. Compensation will be by the hourly rate provided in section 4. 3.5 RELEASE OF CLAIM REQUIRED (Applies to Groups 1, 2, and 3 when a subcontractor is used) The awarded Vendors must provide the County's project manager with duly executed affidavits (subcontractor's stabment of satisfaction) or releases of claim from all subcontractors and suppliers who have perbrmed any work or supplied any materials br the project as of that dab. The affidavit or releases shall certify that said subcontractors and suppliers have been paid their proportionate share of all previous payments b the awarded Vendor. In the event such affidavit cannot be furnished, the Vendor may submit an executed consent of surety b requisition payment identifying the subcontractors and suppliers with the amounts br which the statement of satisfaction cannot be furnished. If the awarded Vendor fails b provide consent of surety b requisition payment, the amount in dispute will be withheld until either the stabment of satisfaction is furnished, or the consent of surety b requisition payment is furnished. 10/26/2021 Page 13 of 15 BidSync p. 120 Miami -Dade County FB-01793 SECTION 4 SUBMITTAL FORM Vendor: 4.1. To be considered for award under Groups 1 and 2, and pre -qualification under Group 3, vendors shall comply with and provide proof for the following minimum requirements: Section 2.3 Description Check / Submitted 2.3 (a) Pollutant Storage System Contractor's License, issued by State of Florida Departrnentof Business And Professional Regulations. (Copy of certification shall be provided with b id su bmittal) 2.3 (b) Hazardous Waste Operation (HAZWOPR)40hours course. (Copy ofdocumentation shall beprovided with bid submittal) 2.3 (c) Veeder Rootlnstaller Certification (level 3 or greater). Should a Vendor choose to use a subcontractor, that subcontractor must possess a Veeder Root InstallerCerf�cation, however, it is not to be in lieu of the primary vendor possessing this certification. (Copy of documentation shall be provided byeitherthe vendor and theirsubcontractor, should vendor use a subcontractor) 2.3 (d) Certificate of Competency for Gasoline Tank and Pump I nstallation Work issued by the State or County Examining Board. (Copies of certification shall be provided with bid submittal) 2.3 (e) References listed must be recent or current customers br whom the vendor has provided the services described in this solicitation. Reference 1 Company Name: Contact Person: Title: Address: Phone Number: Reference 2 Company Name: Contact Person: Title: Address: Phone Number: Reference 3 Company Name: Contact Person: Title: Address: Phone Number: 2.3 (fi Office location in Miami -Dade, Broward, Palm Beach, and/or Monroe Counties Please indicate which group Vendor is pursuing: Group 1: Routine Maintenance Group 2: Emergency Mitigation Group 3: Pre -Qualification of Vendors to Purchase Services for Future Price Competition Page 14 of 15 10/26/2021 BidSync p. 121 Miami -Dade County FB-01793 SECTION 4 SUBMITTAL FORM 4.2 GROUP 1: Routine Maintenance and Upkeep Ithm Estimathd Quantity Description Unit Price 4.2.1 32,810 hours Labor Rate for Routine M aintenance Hr 4.3 GROUP 2: Emergency Mitigation Ithm Estimathd Quantity Description Unit Price 4.3.1 5,565 (or 10,280 with OT hours) hours Labor Rath for Emergency M itigation Hr Page 15 of 15 10/26/2021 BidSync p. 122 Miami -Dade County FB-01793 SECTION 2 SPECIAL TERMS AND CONDITIONS 2.1 PURPOSE The purpose of this solicitation is b establish a contract br the purchase of Routine Maintenance (Group 1) and Emergency Mitigation (Group 2) br the County's service stations and facilities, and a pre -qualification pool (Group 3) b Purchase Services br Future Price Competition b consist of, but not limibd b, the installation, testing, maintenance and repair services br service stations, facilities, structures, fuel dispensing and sbrage related equipment, and maintenance of other similar County facilities, in conjunction with the County's needs. Placement in the Pool is not a contract between the County and the Vendor, but an acknowledgement that the Vendor meets the qualifications as outlined throughout this solicitation. Vendor Submittals will continue b be accepted throughout the term of the solicitation br placement in such Pool. This segment of the solicitation shall be a pre -qualification pool under Group 3 b Purchase Services br Future Price Com petition. The County, at its sole discretion, reserves the right b award or reject any Bid, pre -qualify or reject any Vendor, their parts or services offered. 2.2 TERM The contract and pre -qualification pool shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, or designee, unless otherwise stipulated in the Blanket Purchase Order issued by the Internal Services Department Strategic Procurement Division. The contract shall expire on the last day of the sixty (60) months. 2.3 MINIMUM REQUIREMENTS Vendors shall possess valid licenses at time of submittal and throughout the term of the contractlpool. Failure b meet any of the below listed requirements will deem the vendor's submittal non -responsive. For Groups 1 and 2, subcontracbr(s) shall be identified on the Subcontracbrs Form at the time of submittal, and shall comply with all the requirements of this solicitation b be authorized by the County. To be considered for award of Groups 1 and 2, vendors shall comply with and provide proof for the following minimum requirements: a. Vendors shall provide the company's and employee's Pollutant Storage System Contractor's License, issued by State of Florida Department of Business and Professional Regulations. b. Vendors shall have an employee who has completed and maintained the Hazardous Waste Operation (HAZWOPR) 40 hour initial course and yearly refresher course. c. Vendors' employee shall be Veeder Root Installer Certified (level 3 or greater). Should a Vendor choose b use a subconlracbr, that subconlracbr must possess a Veeder Root Installer Certification, however, it is not b be in lieu of the primary vendor possessing this certification. d. In accordance with the Code of M iami-Dade County, Florida, Section 10-3 (B), any person, firm, corporation or joint venture which submits an offer in response b a County solicitation shall, at the time of such offer, hold a valid Certificate of Competency for Gasoline Tank and Pump Installation Work issued by M iami Dade County Examining Board qualifying said person, firm, corporation or joint venture b perbrm the work proposed, unless a Pollutant Sbrage System Contracbr's License has been issued by the State of Florida Department of Business and Professional Regulations. It is b be noted that this certification is only required if the Pollutant Sbrage State System License is not held 10/26/2021 Page 1 of 15 BidSync p. 123 Miami -Dade County FB-01793 e. Vendors shall be regularly engaged in the business of providing maintenance and repair services of service station equipment and fuel storage facilities. Three references must be provided and must be from recent or current customers br whom the vendor has provided the services described in this solicitation. The references must include the customer's company name, and the name, titre, address, and telephone number of the contact person who can verify lhat the vendor has successfully provided the service that the vendor is offering under this solicitation. These references shall ascertain to the County's satisfaction lhat the vendor has sufficient experience and expertise in maintenance and repair services of service station equipment and fuel storage facilities. f. Vendors shall have an office within the geographic location of Soulh Florida (defined as M iami-Dade, Broward, Palm Beach and Monroe Counties). A current Local Business Tax Certificate (or equivalent business tax payment document) showing the business location shall be provided. NOTE: Vendors shall submit the specified information listed above with their bid submittal form as proof of compliance with the requirements of this solicitation. However, the County may, at its sole discretion and in its best interest, allow Vendors to complete, supplement, or supply the required information during the evaluation period. For Group 3, subcontractor(s) shall be identified on the Subconracters Form at the time of submittal and any future pricing competition, and shall comply with all the requirements of this solicitation to be authorized by the County. To be considered for prequalification of Group 3, vendors shall comply with and provide proof for the following minimum requirements: a. Vendors shall provide the company's and employee's Pollutant Storage System Contractor's License, issued by State of Florida Department of Business and Professional Regulations. b. Vendors shall have an employee who has completed and maintained the Hazardous Waste Operation (HAZWOPR) 40 hour initial course and yearly refresher course. c. Vendors' employee shall be Veeder Root Installer Certified (level 3 or greater). Should a Vendor choose to use a subcontractor, lhat subcontractor must possess a Veeder Root Installer Certification, however, it is not to be in lieu of the primary vendor possessing this certification. d. In accordance with the Code of M iami-Dade County, Florida, Section 10-3 (B), any person, firm, corporation or joint venture which submits an offer in response to a County solicitation shall, at the time of such offer, hold a valid Certificate of Competency for Gasoline Tank and Pump Installation Work issued by M iami Dade County Examining Board qualifying said person, firm, corporation or joint venture to perform the work proposed, unless a Pollutant Storage System Contractor's License has been issued by the State of Florida Department of Business and Professional Regulations. It is to be noted that this certification is only required if the Pollutant Storage State System License is not held e. Vendors shall be regularly engaged in the business of providing maintenance and repair services of service station equipment and fuel storage facilities. Three references must be provided and must be from recent or current customers br whom the vendor has provided the services described in this solicitation. The references must include the customer's company name, and the name, title, address, and telephone number of the contact person who can verify lhat the vendor has successfully provided the service that the vendor is offering under this solicitation. These references shall ascertain to the County's satisfaction lhat the vendor has sufficient experience and expertise in maintenance and repair services of service station equipment and fuel storage facilities. f. Vendors shall have an office within the geographic location of Soulh Florida (defined as M iami-Dade, Broward, Palm Beach and Monroe Counties). A current Local Business Tax Certificate (or equivalent business tax payment document) showing the business location shall be provided. 10/26/2021 Page 2 of 15 BidSync p. 124 Miami -Dade County FB-01793 NOTE: Vendors shall submit the specified information listed above with their bid submittal form as proof of compliance with the requirements of this solicitation. However, the County may, at its sole discretion and in its best interest, allow Vendors b compleb, supplement, or supply the required information during the evaluation period. 2.4 METHOD OF AWARD (Group Basis) While the County will award b multiple Vendors b ensure availability, before issuing a purchase order b the awarded vendor, County staff, inclusive of the user departments, will verify that the vendor meets the purchase order requirements, which shall include insurance verification. If vendor cannot meet the purchase order requirements, the County may then order from the next lowest awarded Vendor offering the same specific service required. Staff must document any occurrence where an awarded Vendor can't meet the purchase order requirements prior b moving b the next lowest awarded Vendor. Award b multiple vendors is made for the convenience of the County and does not exempt any awarded Vendor from fulfilling its contractual obligations. Failure b perform as notad may result in an awarded Vendor being deemed in breach of contract The County may tarminata the contract for default and charge the Vendor re -procurement costs. 2.4.1. Group 1: Routine Maintenance Award will be made b all responsive, responsible vendors commencing in the order representing the lowest price b the County, meeting the minimum qualifications and bid submittal requirements. This Progressive method of award ensures the immediab availability of more than one vendor b respond b emergencies County -wide. To be considered for award of this group, Vendors shall submit an offer on hourly labor rab. The County will use the hourly Labor Rata for Routine M ainbnance b calculata the lowest overall fixed price per group. 2.4.2. Group 2: Emergency Mitigation Award will be made b all responsive, responsible vendors commencing in the order representing the lowest price b the County, meeting the minimum qualifications and bid submittal requirements. This Progressive method of award ensures the immediata availability of more than one vendor b respond b emergencies County -wide. To be considered for award of this group, Vendors shall submit an offer on the hourly labor rab. The County will use the hourly Labor Rata for Emergency Mitigation b calculata the lowest overall fixed price per group. 2.4.3. Group 3: Pre -Qualification of Vendors to Purchase Services for Future Price Competition (Pre -qualification Pool). Vendors may be pre -qualified under this group b parficipata in future price competition. All vendors meeting the minimum requirements, outlined in Section 2.3, Minimum Requirements, shall be pre - qualified b parficipata in spot market quotas on an as -needed basis. Future price competition may be in the form of an Invitation b Quote (ITQ) or Work Order Proposal Request (WOPR) issued by the Department 2.5 SPOT MARKET QUOTES Vendors pre -qualified under Group 3 will be invitad b parficipata in future spot market competition, as needed. The spot market competition will be in the form of an ITQ or WOPR that will include the specific goods and/or services required, and may include provisions, as applicable, such as: 10/26/2021 Page 3 of 15 BidSync p. 125 Miami -Dade County FB-01793 Small Business Enterprise (SBE) M easures • Warranty Requirements • Liquidated Damages • Living Wage • Delivery Requirements • Performance Bond For federally funded projects/programs, additional provisions may apply in accordance with the funding source. The following provisions from Section 1, General Terms and Conditions shall be exempt from such solicitations, as indicabd in the ITQ or WOPR. • Local Preferences • User Access Program (UAP) Fee • SBE Measures • Local Certified Veteran Business Enterprise Preference • First Source Hiring Referral Program • SBE PromptPaymentTerms • Office of Inspector General Fee 2.6 CERTIFICATES / LICENSES If work for other trades is required in conjunction with this solicitation and will be performed by a subcontracbr(s), an applicable Certificate of Competency issued b the subcontractor(s) shall be submitted with the prime vendor's offer; provided, however, that the County may at its option and in its best interest allow the vendor b supply the subcontractor(s) certificate b the County during the offer evaluation period. In accordance with the provisions of Miami -Dade County's Charter, subcontractors performing services in/or br M iami-Dade County must show that they have been duly licensed by the Qualifications Board of the County prior b being awarded a contract by the County. All journeyman supplied b perform services in/and br Miami -Dade County must be licensed by the County's Building and Zoning Department and carry their certification card when supplying services b the same. 2.7 PRICES The price offered is inclusive of all taxes, fees (federal, state, and local) and all costs associated with the cleanup and disposing of all hazardous materials. 2.7.1. Repairs and Parts: Vendors will be paid by the County a fixed 20% markup b their invoice for Repairs. Vendors invoicing for Repairs shall be required b submit a Parts invoice attached b their invoice b the County b confirm their actual cost for parts for the Repair conducbd. 2.7.2. Labor Prices br labor and services shall remain firm and fixed for a one-year period from the effective data of the Contract Prior b the end of the initial one-year period and br each subsequent year thereafter, the County will review requests for price adjustments for services only based on the Producer's Price Index: PPI industry data br Maintenance and repair services for commercial and service industry machinery, not seasonally adjusted, Series ID: PCU8113108113106. htlps://data.bls.gov/pdq/SurveyOutputServlet PPI industry data for Commercial machinery repair and maintenance -Maintenance and repair services br commercial and service industry machinery, not seasonally adjusted. It is the awarded Vendors' responsibility 10/26/2021 Page 4 of 15 BidSync p. 126 Miami -Dade County FB-01793 10/26/2021 b request pricing adjuslmenls under this provision ninety (90) days prior b anniversary of the effective date of the contract Adjuslmenls shall not be in excess of 5% increase each year. Adjuslmenls may be increases or decreases and the County may consider either. The County reserves the right b reject any price adjuslment requests submitted by the awarded Vendor. a. Hourly !lab (Groups 1 and 2) The hourly rate quoted shall be deemed b provide full compensation b the vendor for labor, equipment use, travel time, and any other element of cost or price. This race is assumed b be at straight -time br all labor, except as otherwise noted. Awarded Vendors shall provide the County with labor and materials in strict accordance with all solicitation requirements on an as needed basis. The County shall allow overtime payment at a maximum rate of one and a half (1 'h) times the regular hourly wages as slated within this contract (Section 4.0).This allowance shall only be provided in those instances where expressly authorized by a representative of the County prior b the commencement of the overtime work. If non-compliance in either regard is evident either from the offer itself or from subsequent evaluation proceedings, the offer may be considered non -responsive and ineligible for award under Groups 1 and 2. 2.8 METHOD OF PAYMENT The County shall provide payments br services rendered by the awarded Vendors. In order br the County b provide payment, the awarded Vendors shall submit a fully documented invoice that provides the basic information set bit below. The invoice shall be electronically submitted b the County department within thirty (30) calendar days after the service has been rendered. Paper or handwritten invoices will not be accepted. It shall be undersbod that such invoices shall not be submitted for payment until the time service has been completed and a County representative has reviewed and approved the service. All invoices shall contain the bllowing basic information as stipulated in Section 1.34, in addition b the information below: • Crediting invoices must contain originally charged invoice number as a cross-reference. • When appropriate, invoices shall be directed b the attention of the Shop Facility Supervisor that assigned the work or placed the order and include the name of the vendor and their FEIN. I. County Inbrmation: • Full name and phone number of the County employee requesting service and the name of the County Depariment/Division /Location requesting service. II. Pricing Information: • Unit price of the goods, services or property provided in detail b include awarded labor rate, labor hours perbrmed, part number of items installed, and appropriate parts description. III. Goods or Services Provided per Contract • Each unique service perbrmed must be listed as a separate line item on the invoice b include but not limited b work requested, and description of service(s) provided. • The date service was requested and the data service was completed. 2.9 REGULATIONS Below are regulations currently identified by the County including, but not limited b the regulations below: Page 5 of 15 BidSync p. 127 Miami -Dade County FB-01793 ACCIDENT PREVENTION AND BARRICADES Precautions shall be exercised at all times for the protection of persons and property. All vendors performing services under this contract shall conform b all relevant OSHA, Static and County regulations during the course of such effort Any fines levy by the above mentioned authorities for failure b comply with these requirements shall be borne solely by the responsible vendor. Barricades shall be provided by the vendor when work is performed in areas traversed by persons, or when deemed necessary by the County Project Manager. ENVIRONM ENTAL REGULATIONS All work performed under this contract shall adhere b all M iami-Dade County RER, Stab of Florida or Federal EPA mandated corrections, updates and activities or other related activities required by new or existing legislation in the normal scope of wide based fueling station support INTERNATIONAL ORGANIZATION FOR STANDARDIZATION (ISO) In April 2003, Resolution R-374-03, establishing a policy for M iami-Dade County favoring waste -reduction, environmentally -based promotional activities and the purchasing of commodities containing recycled or recyclable content, was passed. It reestablished the Recycling M anagement Committee as the M iami-Dade Resource Conservation Committee under the Department of Environmental Resources Management The Resolution reaffirmed the County's commitment b was reduction and recycling in an effort b reduce the solid was stream. It also reaffirmed the County's commitment b "closing the loop" through the purchase of recycled content materials. To close the recycling loop, there must be a demand b use recycled materials. It is therefore important b purchase products made from recycled materials, in an effort b stimulate the demand for recycled -content products and broaden the Committee's mission b include the promotion and facilitation of Environmentally Preferable Purchasing (EPP) of products and services. The Civil Environmental Engineering Division is responsible for tracking the Departments environmentally preferred purchasing and providing annual reports b the County Manager, Mayor and Board of County Commissioners. LEGAL REQUIREM ENT FOR POLLUTION CONTROL It is the intent of these specifications b comply with the M iami-Dade County Pollution Control Ordinance as stated in Chapter 24 of the M iami-Dade Code. This ordinance is made a part of these specifications by reference and may be obtained, if necessary, by the vendor through the Department of Regulatory and Economic Resources (RER), 33 SW 2nd Ave., M iami, Florida 33130. STATE REQUIREM ENTS All technical labor performed in and around the County's fueling and storage facilities shall adhere b the State Fire M arshal's "State of Florida: Rules and Regulations Chapter 4A-16; State of Florida Department of Environmental Regulation's Rules and Regulations Chapter 62-761; 62-762 and 62-770 and all work approved by M iami-Dade County Department of Environmental Resource M anagement (DERM). The petroleum recovery work covered in this contract includes all work required b comply with all Federal, State, and Local Regulations governing petroleum spill cleanups (i.e., analytical reports). 2.10 INSURANCE This is a requirement for award under Groups 1 and 2 but not for prequalification under Group 3. For Group 3, the insurance requirements will be requested and detailed in the subsequent ITQ or WOPR issued by departments. Section 1.22 Insurance Requirements of the General Terms and Conditions, Subsections B and C are superseded and replaced in their entirety. 10/26/2021 Page 6 of 15 BidSync p. 128 Miami -Dade County FB-01793 A. Worker's Compensation Insurance for all employees of the Provider as required by Florida Statuth 440. B. Commercial General Liability Insurance in an amount not less than $1,000,000 per occurrence, and $2,000,000 in the aggregath, not b exclude Products and Complethd Operations and Explosion, Collapse, and Underground Hazards. Miami -Dade County must be shown as an additional insured with respect to this coverage. C. Aubmobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence. *Under no circumstances are Vendors permitted on the Aviation Department, Aircraft Operating Airside (A.O.A) at Miami International Airport without increasing automobile coverage to $5 million. Only vehicles owned or leased by a company will be authorized. Vehicles owned by individuals will not be authorized. In addition, the following insurance requirements shall be met D. Pollution Liability Coverage in an amount not less than $1,000,000 per occurrence $2,000,000 in the aggregab. All insurance policies required above shall be issued by companies authorized b do business under the laws of the Stab of Florida, with the bllowing qualifications: The company must be rabd no less than "A-" as b management, and no less than "Class VII" as b financial strength, by Bests Insurance Guide, published by A.M . Best Company, Oldwick, New Jersey, or its equivalent, subject b the approval of the County Risk M anagement Division. or The company must hold a valid Florida Certificath of Authority as shown in the Iathst "List of All Insurance Companies Authorized or Approved b Do Business in Florida" issued by the Stith of Florida Department of Financial Services. NOTE: CERTIFICATE HOLDER MUST READ: MIAMI-DADE COUNTY 111 NW 1st STREET SUITE 2340 MIAMI, FL 33128 2.11 PERFORMANCE BOND (GROUP 3) For inbrmational purposes: At the time of spot market quotations, Group 3 prequalified vendors may be required b adhere b the requirements below: The awarded Vendor shall duly executh and deliver b the County a Performance Bond in the amount of 100% of the awarded Vendor's bid price. The Perbrmance Bond Form supplied by the County shall be the only acceptable brm br this bond; no other brm will be accepthd. The complethd brm shall be delivered b the County within 15 calendar days afhar brmal notice of award; however, the County may allow the 10/26/2021 Page 7 of 15 BidSync p. 129 Miami -Dade County FB-01793 awarded Vendor additional time b submit the Performance Bond in its best interest Failure b submit the Perbrmance Bond within 15 calendar days atter brmal notice of award or, if allowed, within the additional period of time granted by the County shall result in the awarded Vendor being declared in default of the contractual terms and conditions, and the surrender of the Vendor's Bid Guaranty. In addition, the County shall not accept any offer from the Vendor for a twelve (12) month period following such default The following specifications shall apply b the bond: A. All bonds shall be written through surety insurers authorized b do business in the State of Florida as surety, with the bllowing qualifications as b management and financial strength according b the latest edition of Bests Insurance Guide, published by A.M . Best Company, Oldwick, New Jersey: Bond Amount Best Rating 500,001 b 1,500,000 B V 1,500,001 b 2,500,000 A VI 2,500,001 b 5,000,000 A VII 5,000,001 b 10,000,000 A VIII Over 10,000,000 A IX B. For a contract amount of $500,000 or less, the bond provisions of Section 287.0935, Florida Statutes (1985) shall be in effect and surety companies not otherwise qualifying with these requirements may qualify by: 1. The surety company is licensed b do business in the State of Florida; 2. The surety company holds a certificate of authority authorizing it b write surety bonds in the State of Florida; 3. Providing evidence that the surety has twice the minimum surplus and capital required by the Florida Insurance Code at the time the solicitation is issued; 4. Certifying that the surety is otherwise in compliance with the Florida Insurance Code; and 5. Providing a copy of the currently valid Certificate of Authority issued by the United States Department of the Treasury under SS. 31 USC 9304-9308. Surety insurers shall be listed in the latest Circular 570 of the U.S. Department of the Treasury enticed "Surety Companies Acceptable on Federal Bonds", published annually. The bond amount shall not exceed the underwriting limitations as shown in this circular. C. For a contract amount in excess of $500,000, the bond provisions of Section 287.0935, Florida Statutes (1985) shall be in effect and surety companies not otherwise qualifying with the requirements listed in Section A., above, may qualify by meeting the provisions listed in Sections B.1., B.2., and B.3., above. In addition, the company must have been listed in the Circular 570 of the U.S. Department of the Treasury entitled "Surety Companies Acceptable on Federal Bonds" for at least three consecutive years (including the current year), or must be currently listed in the Treasury List and must hold a valid Certificate of Authority of at least 1.5 million dollars. D. Surety Bonds guaranteed through U.S. Government Small Business Administration or Conlracbrs Training and Development Inc. will also be acceptable. E. In lieu of a bond, an irrevocable lecher of credit or a cash bond in the form of a certified cashier's check made out b the Board of County Commissioners will be acceptable. All interest will accrue b M iami- Page 8 of 15 10/26/2021 BidSync p. 130 Miami -Dade County FB-01793 Dade County during the life of this contract and/or as long as the funds are being held by M iami-Dade County. F. The attorney -in -fact or other officer who signs a contract bond for a surety company must file with such bond a certified copy of power of atbrney authorizing the officer b do so. The contract bond must be counter signed by the surety's resident Florida agent 2.12 WARRANTY A. Type of Warranty Coverage Required All parts purchased under this contract and pre -qualification pool (Groups 1 and 2 respectively) shall have a minimum one-year warranty from time of acceptance by County Deparhnents, or the manufacturer's standard warranty, whichever is longer. Replacement parts under warranty shall be shipped b the assigning County Depariment(s) no later than tan days (10) business days after receipt of notification of defect from the County Depariment(s). All repair work performed under Group 2 shall have a minimum warranty for parts and labor of ninety (90) days, or the manufacturers' warranty, whichever is greater, in addition b Section 1 of the General Terms and Conditions unless otherwise indicated in the ITQ, or Spot M arket Quota. Defective parts under warranty shall be replaced, and re -work required shall be performed at no charge b the County. If the re -work cannot correct the problem, a full refund / credit shall be submitted b the County Depariment(s). B. Correcting Defects Covered Under Warranty Awarded Vendor shall promptly correct any deficiencies, at no cost b the County, within five (5) calendar days after the County notifies the Vendor of such deficiency either verbally or in writing. If the Vendor fails b correct the defective work or replace the damaged part within the period specified, the County may, at its discretion, notify the Vendor, for the second time in writing that the Vendor may be subject b contractual default which may lead b termination if the corrections or replacements are not completed b the satisfaction of the County within the time defined in the notice b cure. If the Vendor fails b satisfactorily complete the corrections and/or replace the damaged part as detailed in the notice b cure, the County may procure the parts and/ or services from another Vendor and charge the incumbent any additional costs that are incurred by the County for this work or items; either through a credit memorandum or through invoicing. 2.13 NON -WARRANTY DEFICIENCIES IN WORK TO BE CORRECTED BY THE VENDOR (Groups 1 and 2 ) The awarded Vendor shall promptly correct all non -warranty deficiencies and/or defects in work and/or any work that fails b conform b the Contract Documents; whether or not fabricated, installed or completed. All corrections shall be made within five (5) calendar days (unless otherwise noted within this solicitation) after such rejected defects, deficiencies, and/or non -conformances are verbally reported b the awarded Vendor by the County's Project Administrator. The awarded Vendor shall bear all costs of correcting such rejected work. If the awarded Vendor bits b correct the work within the period specified, the County may at its discretion, notify the awarded Vendor in writing that the awarded Vendor is subject b contractual default provisions if the corrections are not completed b the satisfaction of the County within five (5) calendar days of receipt of the notice. If the awarded Vendor fails b correct the work within the period specified in the notice, the County shall place the awarded Vendor on default, obtain the services of another awarded Vendor b correct the deficiencies, and charge the awarded Vendor for these costs; either through a deduction from the final payment owed b the awarded Vendor or through invoicing. 10/26/2021 Page 9 of 15 BidSync p. 131 Miami -Dade County FB-01793 2.14 LABOR, MATERIAL AND EQUIPMENT Unless otherwise provided in Section 3, Scope of Work, of this solicitation the vendor shall furnish all labor, mathrial and equipment necessary for satisfactory contract performance. When not specifically identified in the thchnical specifications or in the ITQ, such mathrials and equipment shall be of a suitable type and grade for the purpose. All mathrial, workmanship, and equipment shall be subject to the inspection and approval of the County's Project Manager. 2.15 ADDITIONAL GROUPS The County reserves the right to add additional groups (with applicable qualification crithria), which are not listhd within this solicitation. 2.16 ADD/DELETE VENDORS During the thrm of the pool, the County reserves the right to pre -qualify additional Vendors or deleth Vendors, at its sole discretion. Additional Vendors shall meet or exceed the same pre -qualification requirements stathd above. 10/26/2021 Page 10 of 15 BidSync p. 132 Miami -Dade County FB-01793 SECTION 3 SCOPE OF WORK 3.1 SCOPE OF WORK This solicitation establishes a contract for Routine M ainfrnance and Emergency M itigation and Pre - qualification Pool will be used b purchase services including but not be limifad o, purchase, install, first, maintain, and repair county mobr vehicle service station equipment and fuel dispensing and relafrd sbrage facilities. Awarded and pre -qualified Vendors shall be fully capable, but not limifrd b the bllowing: fiihsr/polish fuel, handling all phases of vehicle fueling service, dispensing and sbrage facilities; periodic tasting of underground fuel sbrage tanks and lines br contaminants and leaks; first and analyze fuel; petroleum recovery surface and subsurface, mainfrnance, removal and replacement of County supplied fuel sbrage tanks reservoirs and dispensing equipment, and replacement parts for repair of the same. Provide fast analysis (oil, fuel and ground wafer samples, etc.), calibrafr fuel monibring and mefrring equipment (gasoline/diesel pumps, etc.), and service station accessories (hoses, reels, pumps, air compressor, etc.) 3.2 GROUPS 3.2.1. Group 1: Routine Maintenance Routine Mainfrnance is b include, but not be limifad b: • Repair/replacement of fuel tank and dispensing sysfrm component hardware (such as fill pipe, caps, sensors, relafrd wiring, probes, hoses, hose reels, etc.) • Repair oil/wafer separabr and supporting components, conducting unscheduled or special inspections of fuel tanks, hoses, oil war separabrs, hose reels, vehicle wash stations, etc. • Taking samples of groundwafrr fist wells, soil and fuel br laborabry analysis upon request • Conducting minor concreb repair and patching, Aubmatic Tank Gauging (ATG) hardware repairs (frrminal boards, reprogramming and configuration, etc.) • Performing bsts and certifications of tank, dispenser, and ATG sysfrms as requesbd perbrming unscheduled work in conjunction with keeping County fuel sifrs within Florida Department of Environmental Profrction (FDEP) requirements for inspection and other minor repairs. 3.2.2. Group 2: Emergency Mitigation Emergency response and mitigation b include, but not be limithd b: • Containing/sopping tank, piping and dispenser fuel leaks, responding b loss of dispensing services due b mechanical failure, small spill (estimafrd less than 100 gallons) wash disposal, and proper disposal of hazardous waste, and repairs relafrd b the immediafr remediation b ensure the safety of safety of personnel at county facilities and fuel sites. • Repair/replacement of fuel tank and dispensing sysfrm component hardware (such as, but not fill pipe, caps, sensors, related wiring, probes, hoses, hose reels, eta.), under an emergency basis. • Repair oil/water separabr and supporting components, hoses, oil wafer separabrs, hose reels, vehicle wash stations, eta. 10/26/2021 Page 11 of 15 BidSync p. 133 Miami -Dade County FB-01793 • Taking samples of groundwater test wells, soil and fuel for laboratory analysis upon request • Conducting minor concrete repair and patching, Automatic Tank Gauging (ATG) hardware repairs (terminal boards, reprogramming and configuration, etc.) • Performing tests and certifications of tank, dispenser, and ATG systems as requested perbrming unscheduled work in conjunction with keeping County fuel sites within Florida Department of Environmental Protection (FDEP) requirements for inspection and other minor repairs. 3.2.3. Group 3: Pre -Qualification of Vendors to Purchase Services for Future Price Competition (Pre -qualification Pool) Scope for future spot marketquotations is b include and not be limited b: • Any kind of work that pertains b the fuel service station facilities of M iami-Dade County. 3.3 WORK NOTIFICATION PRIOR TO COM M ENCEM ENT Vendors shall neither commence any work, nor enter a County work premise, until a "Work Order / Purchase Order" directing the vendor b proceed with a work assignment has been received from an authorized County representative; excepting, however, that such Work Order/Purchase Order notification is not required when perbrming emergency work that may be required in accordance with provisions included elsewhere in this solicitation and resultant contract CLEANUP AND ASSESM ENT All unusable materials and debris shall be removed from the premises at the end of each workday, and disposed of in an appropriate manner. Upon final completion, the vendor shall thoroughly clean up all areas where work has been involved as mutually agreed with the associated user departments project manager. Cleanup and assessment documents need b be prepared by a Professional Engineer registered under Chapter 471, F.S. or a Professional Geologist registered under chapter 492, F.S. COM PLETION OF WORK All work shall be performed in accordance with good commercial practice. The work schedule and completion dates shall be adhered b by the vendors; except in such cases where the completion data will be delayed due b acts of nature, strikes, or other causes beyond the control of the vendor. In these cases, the vendor shall notify the County in advance of the delays of the original completion date so that a revised delivery schedule can be appropriately considered by the County. Should the awarded vendorsNendors tail b complete the work within the number of days as stated in its offer. WORK ACCEPTANCE Projects will be inspected by an authorized representative of the County. This inspection shall be performed b determine acceptance of work, appropriate invoicing, and warranty conditions. 3.4 EMERGENCY SERVICE (Groups 1 and 2) Vendors, awarded under this group, shall provide 24 hours, 7 days a week emergency service, inclusive of a point of contact with their contact information, b the County under the contract During regular work hours (M onday through Friday, 8:00 A.M . b 5:00 P.M .), emergency service response time (defined as the time from acknowledged notification b arrival on -site) shall be within three (3) hours afbr notification by the County. During other than regular working hours, the emergency response time, as defined above, shall be 10/26/2021 Page 12 of 15 BidSync p. 134 Miami -Dade County FB-01793 within bur (4) hours aeer notification by the County. Compensation will be by the hourly rate provided in section 4. 3.5 RELEASE OF CLAIM REQUIRED (Applies to Groups 1, 2, and 3 when a subcontractor is used) The awarded Vendors must provide the County's project manager with duly executed affidavits (subcontractor's stabment of satisfaction) or releases of claim from all subcontractors and suppliers who have perbrmed any work or supplied any materials br the project as of that dab. The affidavit or releases shall certify that said subcontractors and suppliers have been paid their proportionate share of all previous payments b the awarded Vendor. In the event such affidavit cannot be furnished, the Vendor may submit an executed consent of surety b requisition payment identifying the subcontractors and suppliers with the amounts br which the statement of satisfaction cannot be furnished. If the awarded Vendor fails b provide consent of surety b requisition payment, the amount in dispute will be withheld until either the stabment of satisfaction is furnished, or the consent of surety b requisition payment is furnished. 10/26/2021 Page 13 of 15 BidSync p. 135 Miami -Dade County FB-01793 SECTION 4 SUBMITTAL FORM Vendor: Lutz Petroelum Equipment Installations, Inc. 4.1. To be considered for award under Groups 1 and 2, and pre -qualification under Group 3, vendors shall comply with and provide proof for the following minimum requirements: Section 2.3 Description Check / Submitted 2.3 (a) Pollutant Storage System Contractor's License, issued by State of Florida Departrnentof Business And Professional Regulations. (Copy of certification shall be provided with b id su bmittal) x 2.3 (b) Hazardous Waste Operation (HAZWOPR)40hours course. (Copy ofdocumentation shall beprovided with bid submittal) x 2.3 (c1 Veeder Rootlnstaller Certification (level 3 or greater). Should a Vendor choose to use a subcontractor, that subcontractor must possess a Veeder Root InstallerCertification, however, it is not to be in lieu of the primary vendor possessing this certification. (Copy of documentation shall be provided by either the vendor and theirsubcontractor, should vendor use a subcontractor) x 2.3 (d) Certificate of Competency for Gasoline Tank and Pump Installation Work issued by the State or County Examining Board. (Copies of certification shall be provided with bid submittal) x PCC License 2.3 (e) References listed must be recent or current customers br whom the vendor has provided the services described in this solicitation. Reference 1 Company Name: Palm Beach County Fleet Management Contact Person: Teshana King Title: Fuel System Coordinator Address: 2633 Vista Parkway, West Palm Beach, FI. 33411 Phone Nunter: 561-233-4555 Reference 2 Company Name: City of Margate Contact Person: Denis Bross Title: Vehicle Maintenance Supervisor Address: 102 Rock Island Rd. Margate, FI. 33063 Phone Number: 954-975-3307 Reference 3 Company Name: Palm Beach County Schools Contact Person: Anne Meador Title: Senior Environmental Specialist Address: 1400 North Florida Mango Rd., West Palm Beach, FI. 33409 Phone Number: 561-684-5142 2.3 (fi Office location in Miami -Dade, Broward, Palm Beach, and/or Monroe Counties Please indicate which group Vendor is pursuing: Group 1: Routine Maintenance Group 2: Emergency Mitigation Group 3: Pre -Qualification of Vendors to Purchase Services for Future Price Competition X Page 14 of 15 10/26/2021 BidSync p. 136 Miami -Dade County FB-01793 SECTION 4 SUBMITTAL FORM 4.2 GROUP 1: Routine Maintenance and Upkeep Ithm Estimathd Quantity Description Unit Price 4.2.1 32,810 hours Labor Rate for Routine M aintenance NA Hr 4.3 GROUP 2: Emergency Mitigation Ithm Estimathd Quantity Description Unit Price 4.3.1 5,565 (or 10,280 with OT hours) hours Labor Rath for Emergency M itigation NA Hr Page 15 of 15 10/26/2021 BidSync p. 137 Miami -Dade County FB-01793 Ron DeSantis, Governor Halsey Beshears, Secretary STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTIO ENSING BOARD THE POLLUTANT STORAGE • • • PROVISI LUT IS CERTIFIED UNDER THE TUTES • � � raw �t+w•r iill• l **• .i 1 LICkSIStieVIDIMP k.1°', 027 , INC. EXPIRATION DATE AUGUST 31, 2022 Always verity licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. 10/26/2021 BidSync p. 138 certificate of QDompletton Kevin M. Moore 4a s 4tiee tdie ejs y/ leyi: 8 Hour HAZWOPER Supervisor Refresher Training This certification alone does NOT indicate INITIAL 8 Hour OSHA Supervisor Training In Accordance With Federal OSHA Regulation 29 CFR 1910.120(e)(8) And all State OSHA/EPA Regulations as well including 29 CFR 1926.65 for Construction. This course (Version 3) is approved for 8 Contact Hours (0.8 CEUs) of continuing education per the California Department of Public Health for Registered Environmental Health Specialist (REHS) (Accreditation # 044) Safety Unlimited, Inc., Provider #5660170-2, is accredited by the International Association for Continuing Education and Training (IACET) and is accredited to issue the IACET CEU. As an IACET Accredited Provider, Safety Unlimited, Inc. offers CEUs for its programs that qualify under the ANSUTACET Standard. Safety Unlimited, Inc. is authorized by IACET to offer 0.8 CEUs for this program. Adead, • Julius P. Griggs Instructor #892 ACCREDITED LAae* VW" 2101065359573 Certificate Number MT PriV 0 Scan this code or visit safetyunlimited.com/v to verify certificate. 1/6/2021 Issue Date UNUMf ED, Inc. OSHA Compl in% Safety rrainng Since I! 2139 Tapo St., Suite 228 Simi Valley,CA 93063 (888) 309-SAFE (7233) or 805 306-8027 https://www.safetyunlimited.com Proof of initial certification and subsequent refresher training is NOT required to take refresher training rn 0 c 0 CERTIFICATE OF COMPLETION PRESENTED TO Has successfully completed the classroom requirements for HAZWOPER [29 CFR 1910.120] 40 — Hour Worker Program Given this 20 day of February, 2012 in Deerfield Beach, FL Jean Campoverde, MBA, CHST President, Beyond Safety 0 C71 .0 CS/ CO CS/ 0 Miami -Dade County • • Key i h Moo re ..,„0„,••••:. " a.••••••:.• •• • igaw .1a. Has satisfactorily completed: Veeder-Root ATG Recertification Becky Anderson, Manager, Service NPI Acquired On: 1.3-JAN-2021 FB-01793 10/26/2021 BidSync p. 141 Miami -Dade County FB-01793 MIAMI-DIA[ E11 COUNTY Submittal Fo Solicitation No. Solicitation Title: Bidder's Legal Company Name (include dlbla if applicable): Lutz Petroleum Equipment Installations, Inc.* Bidder's Federal Tax Identification Number: 58-1612198* If Corporation - Date Incorporated/Organized: March 28,1985 State Incorporated/Organized: Florida* Company Operating Address: 2351 N Powerline Rd.* City Pompano Beach* State Fl* Zip Code 33069* Miami -Dade County Address (if applicable): City State Zip Code Company Contact Person: Kevin Moore* Email Address: lutzpei@lutztanks.com* Phone Number (include area code): 954-444-3066* Company's Internet Web Address: www.lutztanks.com Pursuant to Section 2-8.6 of the Code of Miami -Dade County (County), any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade -Dade County that has a valid Local Business Tax Receipt issued by physical business address located within the limits of Miami -Dade County for at least three full time employees for the continuous period certified Small Business Enterprise, the local business location must have contributes to the economic development of the community in a verifiable and expansion of employment opportunities and the support and requirements for Local Preference. Failure to affirm this certification at NOT APPLY TO FEDERALLY FUNDED PURCHASE. County, a "local business" is a business located within the limits of Miami Miami -Dade County at least one year prior to bid submission; has a from which business is performed and which served as the place of employment of one year prior to bid submittal (by exception, if the business is a served as the place of employment for one full time employee); and and measurable way. This may include, but not be limited to, the retention increase to the County's tax base. Place a check mark here only if affirming the Bidder meets the this time may render the Bidder ineligible for Local Preference. IN ACCORDANCE WITH CFR 200.319(b), LOCAL PREFERENCE SHALL LOCALLY -HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code Business whose "principal place of business" is in Miami -Dade County. requirements for the Locally -Headquartered Preference (LHP). Failure to for the LHP. BUSINESS PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED of Miami -Dade County, a "locally -headquartered business" is a Local Place a check mark here only if affirming the Bidder meets the affirm certification at this time may render the Bidder ineligible The address of the Locally -Headquartered office is: IN ACCORDANCE WITH CFR 200.319(b), LOCALLY -HEADQUARTERED PURCHASE. LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is 10/26/2021 BidSync p. 142 Miami -Dade County FB-01793 (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County; and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. Place a check mark here only if affirming Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. IN ACCORDANCE WITH CFR 200.319(b), LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE. SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (if applicable): A Small Business Enterprise (SBE) must be certified by the Division of Small Business Development (SBD) for the type of goods and/or services the Bidder provides in accordance with the applicable Commodity Code(s) for this solicitation. For certification information, contact SBD at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE Program during the contract may remain on the contract. Place a check mark here only if affirming Bidder is a Miami -Dade County Certified Small Business Enterprise. IN ACCORDANCE WITH CFR 200.319(b), SMALL BUSINESS ENTERPRISE MEASURES SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST, THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST, OR THE SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST: By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List, as those terms are used and defined in Sections 287.135, 215.473, and 215.4725 of the Florida Statutes. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Section List, or the Scrutinized Companies that Boycott Israel List. OR In the event that the Bidder is unable to provide such certification, but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid through a duly authorized representative and shall also initial this space: . In this event, the Bidder shall fumish together with its bid a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 and/or 215.4725 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception could be applicable. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID: The Bidder acknowledges and agrees that the submittal of the Bid is govemed by Florida's Govemment in the Sunshine Laws and Public Records Laws, as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a bid pursuant to this solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this solicitation which the Bidder considers to be a trade secret, proprietary or confidential. In the event that the bid contains a claim that all or a portion of the bid submitted contains confidential, proprietary or trade secret information, the Bidder, by signing below, knowingly and expressly waives all claims made that the bid, or any part thereof no matter how indicated, is confidential, proprietary or a trade secret and authorizes the County to release such information to the public for any reason. Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Kevin Moore* Date 01 /05/2021 * Representative's Name: Kevin Moore* 10/26/2021 BidSync p. 143 Miami -Dade County FB-01793 Representative's Title: Operations Manager* THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED BELOW BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: Kevin Moore* Date 01/05/2021* Representative's Name: Kevin Moore* Representative's Title: Operations Manager* 10/26/2021 BidSync p. 144 Miami -Dade County FB-01793 Supplier: Lutz Petroleum Equipment Installations SUBCONTRACTING FORM Solicitation Number FB-01793 *Vendor Name Lutz Petroleum Equipment Installations, Inc. *FEIN # 58-1612198 Complete "A" or "B": A. No subcontractors or direct suppliers will be utilized pursuant to this solicitation. B. The below listed subcontractors and/or suppliers will be utilized pursuant to this solicitation: Business Name and Address of First Tier Subcontractor/ Subconsultant Name of Principal Owner Scope of Work to be Performed by Subcontractor Subconsultant Subcontractor/ Subconsultant License (if applicable) Envirospec Cindi Brunot Enviromental Consultant PG 1791 JAM Environmental Jack McCully Tank Cleaning TC Equipment and Contractors Ernesto Carvajal Excavation Sheet Piling Business Name and Address of First lier Direct Supplier Name of Principal Owner Supplies, Materials, and/or Services to be Provided by Supplier Source North America Petroleum Equipment TriCounty Petroleum Petroleum Equipment And Below and/or attached is a detailed statement of the firm's policies and procedures for awarding subcontractors: Subcontractors are awarded based upon qualifications and cost (Duplicate this form if additional space is needed to provide the required information) When Subcontracting is allowed and subcontractors will be utilized, the Contractor shall comply with Section 2-8.8 of the Code — Fair Subcontracting Practices: (1) Prior to contract award, the Bidder shall provide a detailed statement of its policies and procedures for awarding subcontracts and (2) As a condition of final payment under a contract, the Contractor shall identify subcontractors used in the work, the amount of each subcontract, and the amount paid and to be paid to each subcontractor via the BMWS at http://mdcsbd.gob2g.com. Pursuant to Section 2-8.1(f) of the Code — Listing of subcontractors required on certain contracts, for all contracts which involve the expenditure of one hundred thousand dollars ($100,000) or more, the entity contracting with the County must report to the County the race, gender, and ethnic origin of the owners and employees of its first tier subcontractors and suppliers via the BMWS at http://mdcsbd.gob2g.com. The race, gender, and ethnic information must be submitted via BMWS as soon as reasonably available and, in any event, prior to final payment under the Contract. The Contractor shall not change or substitute first tier subcontractors or direct suppliers or the portions of the Contract work to be performed or materials to be supplied from those identified except upon written approval of the County. 1 certify that the information contained in this form is to the best of my knowledge true and accurate. Kevin Moore Kevin Moore Operations Manager 01/05/2021 10/26/2021 BidSync p. 145 Miami -Dade County FB-01793 *Signature of Vendor's Representative *Print Name *Print Title *Date 10/26/2021 BidSync p. 146 Miami -Dade County FB-01793 Gulfstream Petroleum Services Inc. Bid Contact Mark Watson mark@gpsfuel.com Ph 305-281-7240 Qualifications A&E DESIGN BUILD Address 936 SW 1 Ave #439 Miami, FL 33130 Item # Line Item Notes Unit Price Qty/Unit Attch. Docs FB-01793--01-01 Fuel Service Station Supplier First Offer- 1 / See Bid Documents Maintenance Repair and Product Services Code: Y Y Supplier Total $0.00 10/26/2021 BidSync p. 147 Miami -Dade County FB-01793 Guifk i Item: Fuel Service Station Maintenance Repair and Services Miami Dade Service Station Documents.pdf 10/26/2021 BidSync p. 148 Miami -Dade County MierM-rJ ie city FB-01793 adicrralkafl ruzila3 Vendor. SEA ION 4 SUEMITTAL FORM Gulfs1reartl Petroleum Siices Ir 4_1. To be ccesidared br Mitaftl urxiEtr Groups 1 and 2, arid pre<pokkalion under Grcup 3. vendors shag can* wits i nd provide proof br tie tictift rnininurn requirements: Suction Z Description Tom: bbea 2 ,3 ; 3; rblltbali SiDr %gam Conlr 's L t nse, i4.gk d• by Start of Flgrr¢O tr tof Buwims And Iron oral Regulalfigtr5. (Copy of oerarropon shall be provide lwlth hid gubrri l) 2.3 (b) 23 {c Hazardous• s . C reraiorr (HAZ PR) 44 htars our a (Copyor &cumentapptl shall Iieprovided w,tth bids-0mila) ;Feeder Rail Ir Baler Corikaion (level3 Of oaabri.Shouida, l+err,a'ar choose roust a siibm*actor, that &AO-IP-actorPlugpc. sa V eedef Axe 0; a d rrellabe ip 17eu t rl}ie PfeWrienar pmessev Ns c rfvahy] Icopyeid mefido sitarbeprwwi#rdby'ethertire wen darandtheirsubcontractor, shtouldMendtr a srllbaortbaetor} 2.3 i d'i CciRifirate Corrrpeter]Gy far Koine Tank and Pump tristalletic n Work ixiiyad by he Slab ar ::DErerjr irxarrin ig Board (Copies of teriiNatjon shall be prolrid d vrith bid subrrittaf} I cferancas lisivd nlusr tic rcenk ar currentcussigln ers for uircxrs ire 4endor has pralki€ R he services dtscTitezin his solilkNibn Pe( p 1 Corrngr Nance_ Comta/Person: Tile: Saum fix r Mgt Eihi i- " rskir1# 4 A dre ' 33 n Gun (Ain R. west Pan c11i ch, R now Erne Hunter: Fference22 2 3 (e) v:}I;.bd. Person: Jss ' ':+ s Tile: MEL,pgr .LIrocM Aftess: a tsfc _ wl! Iid Fat Lawareak. pi. 317 Phone tlurnrrer:__ P-4, i 5rpit5� 2.1 Cr"urrPf5rF re: Persc Try: 4r1t Je+,ih I ,G6!em w'Tslladp F�c div prim, trx FirJili kliargiormul ,4iidr NF Pro A.a Ml&mi. Fi 3.1137 PhoneNunnher' 1, '.2021 4.'25 Fro Ofioekxai]n in Mianir-Dade, &owed, Palm Beach, and,rar ramree Counlas Please IrtdicatE ++flitch group Vendor is pursuing: Ai r/a Gallup 1: Rnuine Maintnarx; Crntlp 2. Eirrcrgency Miitgaian Group 3; i5r9-1:uali aion ofVentlors Li Pdrchase Seirytcs br Ruin Price 4 Page 14 €115 p. 27 10/26/2021 BidSync p. 149 Miami -Dade County ki:rnq 3de Caiont FB-01793 Sa6F1cn fB 01d4;3 SEC TIa]N 4 SU ITTRL FORM 4.2 GROUP 1: Routine MnMaintenance and *Jpk p EsImaize arm* 32.8118 hEiLe5 Labor jor Reukto maiptnarce 4.3 GROUP 2: Emergency Mir a [fern Esbiiaied Qua- trzi5 {Of t4,2843 441 t #i cT hour ) hums Ltd Prue n/a. F. Ccrrn Lr Rat i3r Emergency Mrlgebnn 11'21 2D21 4A5 PT.7 Page 15 0115 Unit Pride n/a Hr 10/26/2021 BidSync p. 150 Ron De$antis, Governpr f-I2key eesheRrs, Secretary STATE OF FLORIDA, DEPARTMENT 1ENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE POLLUTANT STORAGE SYSTEMS ONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONSOF CHAPTER 8 , F,L R DA ,TATUTES 4 r -- . i ti WATSON, MARK DOUGLAS ULFSTIEAM PETROLEUM SERVICES IN 936 SW 1ST AVE 43 I IIA I FL 331 0 _'ah��•- LICO , IP4IrP1gE : PC 125 7B5 �4L EXPIRATION DATE: AUGUST 31, 2022 Always verify Licenses online at , rlyrIorid- Litense.com Do not alter this document in any Form. This 's your License. it is unlawful for anyone rt-ior than the Licensee to use this document, Fi4-a -da Miami -Dade County FB-01793 Local Business Tax Receipt Miami -Dade County, State of FICride -THISISN TAtIILL Picrr PAY n. LANES$ NAn eruc ATKIN GULf$TREAM PETROLEUM SERVICES INC 936 SW 1ST AVE 439 M AMI, FL 130J OWNEFc GULFSTRE,AM F'ETRo SLIM SERVICE INC i` SIY�16 r'�1( V 1 Worker(e) 1! 'RECEIPT NCI. I ZENEWAL r LBTI EXPIRES SEPTEMBER 30, 2021 Pogusl t1 ii c+lti9d atplaac ar hush } Purruartl L4 CAunEv CAA. Chaplf:r RA - Arta & 10 S Ir. TYPE Or ISLI IFSS 1415 SPEC tvilECHANICAL CONTRACTOR FV..3t255765 PA' MEIFIFSCf[14Eta dY tA; DLL flTL -05.OQ D7.1'r"nfl MEDITC1AFi1)-20-C:5 86 FhaLrcIErr. #T...,Icii4PONiblrmr...nrnxre41IMlrcal6ua 3Ts..Th.Rr:cirRI�nualisr�sa, GPr MK ir a 1lFIenth.n.r21.1 14lders q IIhruliur Ind. bae aes,s..Raldar rrr.,r may iavernnrnral nr n;npGNt!r:rrrsma[ rt yr lorp lows ani ragalrhnEiila.rhid p! IP thu himpeis. MERFI:MTIVU.ahem red '1i5pI.ryrd rn.1I parmrrrrrrl ■a`d.-&limn-thArCade Si M-271. Far rn r. rsuriva. VZsii ynyar Byrn d g.a45Vlpnedlrtil4' 10/26/2021 BidSync p. 152 Miami -Dade County -Cff7R�TffF1EJ 1 Tfm 1T"� iX3.ti T TP 1.r7c N HAS'SL (x ",56FL'LL Y r: ri. iri. QED CER IFi `A:+AEC? L !REA MTN FOR THE CO[1R4E F?67I7 f.ED OSHA' -Hour. II i AG ER REFRESHER T AINIn, Acco i l.. NCE Wf].rf{THE PROVISIONS Of: TITLE2'Crit 191 }200J AND IN EVIDDICE THEREOF IS AWARDED THIS CERTIFICATE F COMPLETION ON THE I URTLI DAY OF JANUAR' , 2021 E14as l•s Ono Yost. Frain brat of Issue '[I , [N1.1)1[1 "I.EVE.L. Cert[ftcalq Nurnlror rI). I ii Ye, Pope, Pres_ Training r'IaviiIed Liy; R. W. POPE Ik ASSOCIATES, JNC,, SOg S.W. VI_ Terrace, F1. La7idurdele, EL 3331.5 bot A]O 0 u_ Miami -Dade County - r I Iht• JUR nt III. / id -a-P 45: Jorge Puentes B43047 Has Satisfactorily Completed: Veeder-Root ATG Technician 1 !LC] NI I CA Rik \ I ) squired On: 284)EC-2020 Expires On: 28-DEC-2022 MIp•yir.jd -1:proc'encryplionAv121',11p7arn05-A1713151;ECIV161)926038C41)172T5FadTelli2X11.43P4TMYLPDJEW-r•FSIs4eXJaRinepFc0,RXEil TX1riarilvealiSX+MJXR21.1 11,2 FB-01793 Miami -Dade County CERTIFICATE OF LIABILITY INSURANCE Trhis ci=or...ii-..s.imzued a.. a ...lie. MISICinalian only arnEl cprdr.=2, inn Th6 LcrTifir-41 I. &AM.: hot ZiIt er vhc enaax.spe attordtdb lEni• btliyne. 1.mm/cc, Plymouth 3nsurance Agency 2739 LS 1-141w@y 19 N. I1iIiday, FL 34691 (727) 928 StA52 imsrm-Ed: South East Person mel Leasing, Eric. & 273. Us. F-Iiqhwoli 19 W. IliOirday, FL 34691 Prfp.s •L 41db"' ' ro':11-4m0.1 .11.EMC • WA! ...h.. orrir ' —lin rWtfj 514 5'1" ".75. P4"...1. I") trI11.1-v11-11. 4.7.71..•. ',N.M.. 14Eled 1.111 -111V1r1....”1[10110ndi..;indcam4LIarct wich All.p.srmy. irJ1 inovni map :tam Sitron reqnoxi nu= Trir,c.t1.11...uarKra LiAsiunr Au ir•moBiLE Lipagurr Atm .C.ert.3 at.muliKi Anita hik.1 Aar= Man,lyrrev%.iluip5 EXCESSAIMBRELLA iirr c.v.), Clain 4I.Ark 1314 vete* A Worlrers 0Cdropentati6n and Erkiakrer*. ▪ proprielanterh:ei Fifx rrin. Hreifrpernaa- ✓ wuried, NO II Ycs dykrdier P.-,,aecor crarcions tati.• Poky Number rw Cypraiman :bale IMF&P Lift-1;We Da le 41n) wry} 01 i'01,.21:121 DaPiggeZ0 Mnitdprocv.cmiE E.J.1111:14C Idv Fury Ca.ribL-wl Mrigati rrip CA. BOGENIIU WC iiiyIjin r Cticl-hroxiierr brease apm., E.L Ctseas.e - rt.d.r!, nnii; Lion Iiisztamet Corm. any IG A.H, Best CIP Erman y rated (FXcenent) AMR tr 12ai6 Elescnphae* OsieraLians?LacatsrmisiVelitplm4Exclkr.slegls Rt44104111Yy Eticharscmet-hSprcial PrijiCherrt]D: En. 8041A ucnIvr,Hr orlk m Sox!, Fbo iir I .9,3R1g, !InC nvipvi to the iLin jiicc.yrwir- GullEK,14 Pere leo nt I r ▪ 4PPlaes h07..th Laet BarSCIST}L1 Ir; Subd2d11, 20.6n in rnfri, yolk walki.k9 n, ft does Flat afibl? 0:11401.[Iorr errobr-ecM cr inekiAr4Omt4unireetarm at the Cro.nt Cee(ro try or dny catr rrttty A Int the. actroe ezrolyirek,MPemet hi the Client CnniiiarlY UM be muted bi t L 172.09372.1-1 air email rid*. ormwilentris ura rICECOITLpWrii.krxri Fr Nan.. MtMu DAM EIDJ73C9.1.W.9.AVICI_ STATION rcLIIEPOWN1 FLIE1 STOFLirla FACIAJW:r.. 17-234-2321 .11S-SUEO1-2.1-17{F4T44WT*.Teti 12.10..12 r•11-/p.,Ficrk.in.11?,V13 RessuE crw_20 fro) OBT IC -ATE ILL_IR MIAMI DADE CC.;1.11,11,r 1 1 1"4..A' 1 SUITE 2340 " PL 331.29 CSIVICIILLIY111.1 rcgi:n Dal= a • 11 Igtxr .....161:1.1115...17411.11ft 6.4( Pk 01,1 batara ..-nrcishan fwAFre. thr..frEltli nem narnvel 1,8t FL, Cle3 IP hate ?a...) wsii Lin iturazci la _Blurb ca - - 10/26/2021 BidSync p. 155 Miami -Dade County FB-01793 GULFS-2 CERTJFICATE OF LIABILITY INSURANCE DATE � nwoarrr. l Il1f12f THIS CERTFFI•CATE f5 FSS 1L0 A MKfli-I OF INFOf NtAT,ON ONLY AND C »JFEf$ NO RIGHTS UPON THE CERTIFICATE HOL R. TJ1f5 CERTIFICATE DOES NOT AFFIRMATf4ELY OR NEGATIVELY AMEND, = {TF.J1TI OR ALTER THE COVERAGE AFFCRIXED BY THE POLICIES BELOW'. ri41IS CE9tTTFiCATE OF I#FSURAtuCE DOES NOT CONSTrtuTF A OONTI acT BETWEEN THE ISSUING IN5LI S), Au7HEIRIZED REPRESENTATIVE OF PNOI]UCER, AWE THE CERTIFICATE 11QL11ER tf ORTANT: If the cnrtrfreate balder is an ADDITIONAL ENSURED, the poocvr;k511 rrwEt ADDITIONAL ENSUED previsions fxr bi ondnrsed. SUBROGATION IS WALVE1, sublime to the toms and camomile IA !hp p Icy Gtrtzira policies may rogiant an endorsement- A stelornent an this Eart!Sr dons n®t rpfef rilMistotla* Ailica c YI }Ipg{ in lieu a s!aCh er7Llursamonti ' moxnucEr1 3 2.00N BUTLER RUCKLEr, DEErs II IC 51E1 BLUE L4E X N DR, $T MIAMI, FL 12125 EIPdndOrt W Samar B- RED GLfL STREAM PETROLEUM SERVICE gals Sw 1 AVENUE SUM 4.35 MIAMI FL 3313 J-3529 t•+ Jr/ T E3RA NDON W BUTLIrR ter ra O6-252 i InIr.E.rl. =.1,,,,,,005-262-111187 . o'IcksS: BeUTEfi BDIN$,C . Irtllrffi7ail1 kFF09.03 WiltiueGc Ire I RJI ; CrWU & Fexrstrr. Specialty Fn14 C IN`;IS2r.R A.M.-EAR RtUE INSURANCE CO ni m3 n c• ,Nsufo-ut o: II•1jui irI IK,IRER F, 2 iSPVERAGFS CERTIFICATF NUMBER: REVISI T _41 THIS IS TO CERTICT MATTHE 14LICIEE DF INSURA IL:L LISTED DCLON HAW. BEEN ISSuLa TO THE INSURED C ASCIVE FOR THE POLICY PEHI[OO INnIFAtED. NO1`4A11T15TAIIIDINC ANY RFQUIREMENT, TERM OR CONONION E ANY OQrenzALT on ernH€J-t DU:, LJIAPHT YRTi•t REZ EGT TO WWII 1 HISu CERTIFICATE MAY F#E ISSUED 1]{i MAT PERTAIN THE iNSuRANC.E AFFoRDE0 Y THE PLIES DEscRmEr5 HERON In SUBJECT TO ALL THE TFR113. EXCLI: ONs ANp CONDITIONS (IF SUCH PCILIGIES, ta9rr.3 SI IOU r mkt HAVE BLLN NI- DUCAT BY P1JD CLAW ILA TYPE Of IrcA rIRllacr, •yam VVi POLICY PAILIFIER 1 PCt1r'e srw 1raglLrGw Be A I I +Gda1IEieu Lu. - EACH eV- LUSIRIFICF f EPK1;318lE 1 D&17/2iJ21 `4W17j2I z-T LYd" a-r4 rrED EIR10318M 10:17/202Q�I1'8$17QD21 yibr r+r++rm4r+rrss+u EPIC131ITS 0811712020 0 0311702021 og►'L a Any Iri.4X ie CENTRAL rri-AEc -rE PAEEHa ,orrice. X PCIULMON LIAB X F'RGFESSIOJtFAL LAAS Twin kGG9E.Co7e �L IT. ,�1E5�t]i — ! PCUC" WIN: I LCC O1HLR AUTONOLg r; LLL&ILITY X A+IvRLTO cmiLIED I ICIIE:_I..ED r.0 le.m nf.I Y i L I UN CAg94133 'POLLUTION X At71YFT..8451242-81 La msku, Liks X I I::flIR Er aReiE O Eb ASrEN7lUor2 roOltgRRsrgrPEFISaY N ANR ENPLOYtrr.- u&IR,ITY ANY PROM II+r]11PAPTaEv EcuTrrr Ir:FRai 11 E°fJ.l mro, �,r,, HMI -y?+at�rr heir' It•l'rION OFQ .e.rat13.w IY J N II 0210112021 Cava 3t lLurr 82i0101rrrravr�. Epp raJ RGwar'fi 3 ♦=FJLt15G8.1 08t17f2020 (.1$11172021 _� I ir.7. I ,L FJ' CE $. S ?E3? I ' r iZACHtiryl..I H'. E y6 a:r.rxcur+ _s ,. LJ F, ;t,', -F1lI II;Y L. � orarRrPir0 fr 41.1-1 71,31 ; r I-CCATaCIf WEIUJQ,FF WARD 101. addbmar Re aarYi 9[fieaLac, may D. after 1W1 1 nr[rsipflc d 'AUTOMOBILE LrABILITY INCLUDES cAlf11449 ENDORSEMENT -POLLUTION LUABILJITY_Di mul Fuel F'DIFfhin and F uel Tank fnsr iin&PRCUECT_ M1f1AIIlf DADE MOMl20 REMOVAL, tNNTALLATION, R.EPAFR, NA➢r TENANCE A -ND TESTING CIF SFROCE STATION EOUrPMENW AND FUEL STORAGE FACILrTIES_ MIAMI DADE COUNTY LJSTEU AS ADM-IONAL INSURED WFTH REGARD TO GENERAL LIABILITY AS PER 'AWKI TTEN Er,ERTEFICATE 4-104,RER MIAMr DADE COUNTY 111 NW 1ST SUITE 2140 ML#I1f. FL 33128 ACORD 25 { 016103) 10,0 2,08Q,DI J 1,D1J0^,000 5,005.000 5.00 J 600 CAN �LJLATIQ.N END1JL ANV OF THEABEYUE DE.4CATIDCJO POUGIESEECANCELLED B€Fa RE ThIE EXPIRATION DATE Ya1LREOF, NOTICE 4 BE DE NEREE, ACCORDANCE %TMH Tlr4'OLIGY PRO14 IL'ld°. 1 RETWINIZEV f tIw 1982-2016 ACCIRD CORPORATION. All rights. mseayed. The ACORD name arid lags irg rEgIstered marks 4I ALORD 10/26/2021 BidSync p. 156 Miami -Dade County FB-01793 NOTEPAD u 101-1:MM COVE {� GG GAYS G REAM PETROLEUM SERVFCES 01* CJY CONTHbiARACT 3A� YS Nf f i [; DF �NCFLCAT ION FX E P" Off NON PhYlaNT OF meE 2 10/26/2021 BidSync p. 157 Miami -Dade County FB-01793 MIAMI-DIA[ E11 COUNTY Submittal Fo Solicitation No. Solicitation Title: Bidder's Legal Company Name (include dlb/a if applicable): Gulfstream Petroleum Services Inc* Bidder's Federal Tax Identification Number: 20-2907668* If Corporation - Date Incorporated/Organized: 5/25/05 State Incorporated/Organized: Florida* Company Operating Address: 936 SW 1 Ave #439* City Miami* State Fl* Zip Code 33130* Miami -Dade County Address (if applicable): Same City State Zip Code Company Contact Person: Mark Watson* Email Address: Mark@gpsfuel.com* Phone Number (include area code): 305-281-7240* Company's Internet Web Address: www.gpsfuel.com Pursuant to Section 2-8.6 of the Code of Miami -Dade County (County), any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade -Dade County that has a valid Local Business Tax Receipt issued by physical business address located within the limits of Miami -Dade County for at least three full time employees for the continuous period certified Small Business Enterprise, the local business location must have contributes to the economic development of the community in a verifiable and expansion of employment opportunities and the support and requirements for Local Preference. Failure to affirm this certification at NOT APPLY TO FEDERALLY FUNDED PURCHASE. County, a 'local business" is a business located within the limits of Miami Miami -Dade County at least one year prior to bid submission; has a from which business is performed and which served as the place of employment of one year prior to bid submittal (by exception, if the business is a served as the place of employment for one full time employee); and and measurable way. This may include, but not be limited to, the retention increase to the County's tax base. 1 Place a check mark here only if affirming the Bidder meets the this time may render the Bidder ineligible for Local Preference. IN ACCORDANCE WITH CFR 200.319(b), LOCAL PREFERENCE SHALL LOCALLY -HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code Business whose 'principal place of business" is in Miami -Dade County. requirements for the Locally -Headquartered Preference (LHP). Failure to for the LHP. BUSINESS PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED of Miami -Dade County, a "locally -headquartered business" is a Local ' Place a check mark here only if affirming the Bidder meets the affirm certification at this time may render the Bidder ineligible The address of the Locally -Headquartered office is: 936 SW 1 Ave #439. Miami, FL 33130 IN ACCORDANCE WITH CFR 200.319(b), LOCALLY -HEADQUARTERED PURCHASE. LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is 10/26/2021 BidSync p. 158 Miami -Dade County FB-01793 (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County; and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. Place a check mark here only if affirming Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. IN ACCORDANCE WITH CFR 200.319(b), LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE. SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (if applicable): A Small Business Enterprise (SBE) must be certified by the Division of Small Business Development (SBD) for the type of goods and/or services the Bidder provides in accordance with the applicable Commodity Code(s) for this solicitation. For certification information, contact SBD at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE Program during the contract may remain on the contract. Place a check mark here only if affirming Bidder is a Miami -Dade County Certified Small Business Enterprise. IN ACCORDANCE WITH CFR 200.319(b), SMALL BUSINESS ENTERPRISE MEASURES SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST, THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST, OR THE SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST: By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List, as those terms are used and defined in Sections 287.135, 215.473, and 215.4725 of the Florida Statutes. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Section List, or the Scrutinized Companies that Boycott Israel List. OR In the event that the Bidder is unable to provide such certification, but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid through a duly authorized representative and shall also initial this space: . In this event, the Bidder shall fumish together with its bid a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 and/or 215.4725 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception could be applicable. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID: The Bidder acknowledges and agrees that the submittal of the Bid is govemed by Florida's Govemment in the Sunshine Laws and Public Records Laws, as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a bid pursuant to this solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this solicitation which the Bidder considers to be a trade secret, proprietary or confidential. In the event that the bid contains a claim that all or a portion of the bid submitted contains confidential, proprietary or trade secret information, the Bidder, by signing below, knowingly and expressly waives all claims made that the bid, or any part thereof no matter how indicated, is confidential, proprietary or a trade secret and authorizes the County to release such information to the public for any reason. Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Mark D. Watson* Date 2/3/21* Representative's Name: Mark D. Watson* 10/26/2021 BidSync p. 159 Miami -Dade County FB-01793 Representative's Title: President* THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED BELOW BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: Mark D. Watson* Date 213121 Representative's Name: Mark D. Watson* Representative's Title: President* 10/26/2021 BidSync p. 160 Miami -Dade County FB-01793 Supplier: Gulfstream Petroleum Services Inc. SUBCONTRACTING FORM Solicitation Number FB-01793 *Vendor Name Gulfstream Petroleum Services Inc *FEIN # 202907668 Complete "A" or "B": A. No subcontractors or direct suppliers will be utilized pursuant to this solicitation. B. The below listed subcontractors and/or suppliers will be utilized pursuant to this solicitation: Business Name and Address of First Tier Subcontractor/ Subconsultant Name of Principal Owner Scope of Work to be Performed by Subcontractor Subconsultant Subcontractor/ Subconsultant License (if applicable) LUI Technical 11821 NW 34 PI. Sunrise FI 33323 Luis Ruiz Electrical Subcontractor EC13004689 Petroleum Service and Renovation (PSR) PO Box 2447 Lake Wales, FI. 33859 Martin Sweet Precision Tank Testing RQ0066477 Business Name and Address of First lier Direct Supplier Name of Principal Owner Supplies, Materials, and/or Services to be Provided by Supplier Lehman Pipe 3575 NW 36 St. Miami, FI. 33142 Unknown Pipe, Fittings and Valves Tri-County Equipment 4182 S. University Dr. Davie, FI. 33328 Christine SchA'btte Petroleum Equipment And Below and/or attached is a detailed statement of the firm's policies and procedures for awarding subcontractors: 1. Notify the broadest number of local subcontractors the opportunity to be awarded a subcontractor. 2. Invite local subcontractors to submit bids in a practical and expedient way. 3. Provide local contractors access to information necessary to prepare and formulate a subcontracting bid. 4. Allow local subcontractors tors to meet with appropriate personnel of the bidder to discuss the bidders requirements. 5. Award subcontractors based on full and complete consideration of all submitted proposals and in accordance with the bidders stated objective. (Duplicate this form if additional space is needed to provide the required information) When Subcontracting is allowed and subcontractors will be utilized, the Contractor shall comply with Section 2-8.8 of the Code — Fair Subcontracting Practices: (1) Prior to contract award, the Bidder shall provide a detailed statement of its policies and procedures for awarding subcontracts and (2) As a condition of final payment under a contract, the Contractor shall identify subcontractors used in the work, the amount of each subcontract, and the amount paid and to be paid to each subcontractor via the BMWS at http://mdcsbd.gob2g.com. Pursuant to Section 2-8.1(f) of the Code — Listing of subcontractors required on certain contracts, for all contracts which involve the expenditure of one hundred thousand dollars ($100,000) or more, the entity contracting with the County must report to the County the race, gender, and ethnic origin of the owners and employees of its first tier subcontractors and suppliers via the BMWS at http://mdcsbd.gob2g.com. The race, gender, and ethnic information must be submitted via BMWS as soon as reasonably available and, in any event, prior to final payment under the Contract. The Contractor shall not change or substitute first tier subcontractors or direct suppliers or the portions of the Contract work to be performed or materials to be supplied from those identified except upon written approval of the County. 10/26/2021 BidSync p. 161 Miami -Dade County FB-01793 1 certify that the information contained in this form is to the best of my knowledge true and accurate. Mark D. Watson Mark D. Watson President *Signature of Vendor's Representative *Print Name *Print Title 2/3/21 *Date 10/26/2021 BidSync p. 162 Miami -Dade County FB-01793 Florida Metro Construction Co., Inc. Bid Contact Heather Green h.green@floridametro.com Ph 954-921-8967 Address 140 SW 1st Avenue Dania Beach, FL 33004 Item # Line Item Notes Unit Price Qty/Unit Attch. Docs FB-01793--01-01 Fuel Service Station Maintenance Repair and Services Supplier First Offer- 1 / See Bid Documents Product Code: Y Y Supplier Total $0.00 10/26/2021 BidSync p. 163 Miami -Dade County FB-01793 Item: Fuel Service Station Maintenance Repair and Services FB-01793 - SUBMITTAL FORM.pdf SUBMITTAL AND SUBCONTRACTING FORMS.pdf FB-01793 REQUIRED DOCUMENTATION.pdf 10/26/2021 BidSync p. 164 Miami -Dade County FB-01793 SECTION 4 SUBMITTAL FORM Vendor: Florida Metro Construction Co., Inc. 4.1. To be considered br award under Groups 1 and 2, and pre -qualification under Group 3, vendors shall comply with and provide proof for the following minimum requirements: Section 2.3 Description Check / Submitted 2.3 (a) Pollutant Sbrage System Contracbr's License, issued by State of Florida Deparlmentof Business And Professional Regulations. (Copy of certification shall be provided with bidsubmittal) S BM U ITTED 2.3 (b) Hazardous Waste Operation (HAZWOPR)40hours course. (Copyof documentation shall be provided with bid submittal) SUBMITTED 2.3 (c) Veeder Rootlnstaller Certification (level 3 or greater). Should a Vendor choose to use a subcontractor, that subcontractor must possess a Veeder Root Installer Cerf�cation, however, it is not to be in lieu of the primary vendor possessing this certification. (Copy of documentation shall be provided by either the vendor and their subcontractor, should vendor use a subcontractor) SUBMITTED 2.3 (d) Certificate of Competency for Gasoline Tank and Pump Installation Work issued by the State or Countytems Examining Board. (Copies of certification shall beprovided with bid submittal)ContaeorsLice 9 ( p� N/A - See Pollutant Contractors License 2.3 (e) References listed must be recent or current customers br whom the vendor has provided the services described in this solicitation. Reference 1 COMPLETED Company Name: School District of Palm Beach County Contact Person: Anne Meador Title: Sr. Environmental Specialist Address: 1400 North Florida Mango Road; West Palm Beach, FL 33409 Phone Number: 561-248-2427 Reference 2 Company Name: Miami Dade County Public Schools Contact Person: Jorge Corrales Title: Coordinator III - Regulatory Compliance Dept. Address: 12525 NW 28thh Avenue; Miami, FL 33167 Phone Number: 305-995-7881 Reference 3 Company Name: South Florida Water Management District Contact Person: Jeffrey Smith Title: Lead Environmental Scientist Address: 3301 Gun Club Road Phone Number: 561-682-2516 2.3 (fi Office location in Miami -Dade, Broward, Palm Beach, and/or Monroe Counties Please indicate which group Vendor is pursuing: Group 1: Routine Maintenance Group 2: Emergency Mitigation Group 3: Pre -Qualification of Vendors b Purchase Services br Future Price Competition X X X Page 14 of 15 10/26/2021 BidSync p. 165 Miami -Dade County FB-01793 SECTION 4 SUBMITTAL FORM 4.2 GROUP 1: Routine Maintenance and Upkeep Ithm Estimathd Quantity Description Unit Price 4.2.1 32,810 hours Labor Rath for Routine M ainthnance Tab.% Hr 4.3 GROUP 2: Emergency Mitigation Ithm Estimathd Quantity Description Unit Price 4.3.1 5,565 (or 10,280 with OT hours) hours Labor Rath for Emergency M itigation n 1 Fr; . ;, za Hr Page 15 of 15 10/26/2021 BidSync p. 166 2/9/2021 Supplier Response Form Miami -Dade 0211tyorm FB-01793 Solicitation No. Solicitation Title: Bidder's Legal Company Name (include dlbla if applicable): Florida Metro Construction Co., Inc * * Bidder's Federal Tax Identification Number: 65-0258261 * * If Corporation - Date Incorporated/Organized: 4-29-1991 State IncorporatedlOrganized: Florida * * Company Operating Address: 140 SW 1st Avenue ** City Dania Beach ** State FL ** Zip Code 33004 ** Miami -Dade County Address (if applicable): N/A City State Zip Code Company Contact Person: Heather Green * * Email Address: h.green@floridametro.com * * Phone Number (include area code): 954-921-8967 * * Company's Internet Web Address: www.floridametro.com Pursuant to Section 2-8.6 of the Code of Miami -Dade County (County), any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County. 0 Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "local business" is a Tax Receipt issued by Miami -Dade County at least one year prior to bid submission; has is performed and which served as the place of employment for at least three full if the business is a certified Small Business Enterprise, the local business location must the economic development of the community in a verifiable and measurable way. This and the support and increase to the County's tax base. Local Preference. Failure to affirm this certification at this time may render the FUNDED PURCHASE. business located within the limits of Miami -Dade County that has a valid Local Business a physical business address located within the limits of Miami -Dade County from which business time employees for the continuous period of one year prior to bid submittal (by exception, have served as the place of employment for one full time employee); and contributes to may include, but not be limited to, the retention and expansion of employment opportunities 0 Place a check mark here only if affirming the Bidder meets the requirements for Bidder ineligible for Local Preference. IN ACCORDANCE WITH CFR 200.319(b), LOCAL PREFERENCE SHALL NOT APPLY TO FEDERALLY LOCALLY -HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "locally - -Dade County. Locally -Headquartered Preference (LHP). Failure to affirm certification at this time SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE. headquartered business" is a Local Business whose "principal place of business" is in Miami 0 Place a check mark here only if affirming the Bidder meets the requirements for the may render the Bidder ineligible for the LHP. The address of the Locally -Headquartered office is: IN ACCORDANCE WITH CFR 200.319(b), LOCALLY -HEADQUARTERED BUSINESS PREFERENCE LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to by the State of Florida Department of Management Services as a veteran business p. 1 F7 Section 2-8.5 of the Code of Miami -Dade County; and (b) prior to bid submission is certified enterprise pursuant to Section 295.187 of the Florida Statutes. 0/26/2021 .bidsvnc.com/DPXViewer BidSync i ns:/2www 2/9/2021 Miami -Dade 05filett}Form FB-01793 h 0 Place a check mark here only if affirming Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. IN ACCORDANCE WITH CFR 200.319(b), LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE. SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (ifapplicable): A Small Business Enterprise (SBE) must be certified by the Division of Small Business Development (SBD) for the type of goods and/or services the Bidder provides in accordance with the applicable Commodity Code(s) for this solicitation. For certification information, contact SBD at (305) 375-3111 or access http:l/www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE Program during the contract may remain on the contract. 0 Place a check mark here only if affirming Bidder is a Miami -Dade County Certified Small Business Enterprise. IN ACCORDANCE WITH CFR 200.319(b), SMALL BUSINESS ENTERPRISE MEASURES SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST, THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST, OR THE SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST: By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List, as those terms are used and defined in Sections 287.135, 215.473, and 215.4725 of the Florida Statutes. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Section List, or the Scrutinized Companies that Boycott Israel List. OR In the event that the Bidder is unable to provide such certification, but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid through a duly authorized representative and shall also initial this space: . In this event, the Bidder shall fumish together with its bid a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 and/or 215.4725 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception could be applicable. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID: The Bidder acknowledges and agrees that the submittal of the Bid is govemed by Florida's Govemment in the Sunshine Laws and Public Records Laws, as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a bid pursuant to this solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this solicitation which the Bidder considers to be a trade secret, proprietary or confidential. In the event that the bid contains a claim that all or a portion of the bid submitted contains confidential, proprietary or trade secret information, the Bidder, by signing below, knowingly and expressly waives all claims made that the bid, or any part thereof no matter how indicated, is confidential, proprietary or a trade secret and authorizes the County to release such information to the public for any reason. Acknowledgment of Waiver: Bidder's Authorized Signature: Representative's Date 2-9-2021 Heather Green Representative's Heather Green ame: Representative's Title: Vice President * * THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED BELOW BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: * * Heather Green Q/26/021, ti„,i,.,,,,....,. in �,.,�. BidSync Date * * 2-9-2021 p. 1§§ 2/9/2021 Miami -Dade CIDElihtform FB-01793 Representative's Name: Heather Green ** Representative's Title: Vice President ** 10/26/2021 https://www.bidsync.com/DPXViewer BidSync p. 16 4 2/9/2021 Miami -Dade CdInij,Form FB-01793 Please enter your password below and click Save to update your response. Please be aware that typing in your password acts as your electronic signature, which is just as legal and binding as an original signature. (See Electronic Signatures in Global and National Commerce Act for more information.) By completing this form, your bid has not yet been submitted. Please click on the place offer button to finish filling out your bid. Username heatherjofmcc Password Close * Required fields htijs:uwOww.bidsync.com/DPXViewer BidSync p. 1474 2/9/2021 Supplier Response Form Miami -Dade CIFDityorm SUBCONTRACTING FORM Solicitation Number FB-01793 *Vendor Name Florida Metro Construction C * *FEIN# 65-0258261 Complete "A" or `B": A. E No subcontractors or direct suppliers will be utilized pursuant to this solicitation. B. 0 The below listed subcontractors and/or suppliers will be utilized pursuant to this solicitation: FB-01793 Business Name and Address of First Tier Subcontractor/ Subconsultant Name of Principal Owner Scope of Work to be Performed by Subcontractor Subconsultant Subcontractor/ Subconsultant License (if applicable) Business Name and Address of First Tier Direct Supplier Name of Principal Owner Supplies, Materials, and/or Services to be Provided by Supplier And Below and/or attached is a detailed statement of the firm's policies and procedures for awarding subcontractors: (Duplicate this fonn if additional space is needed to provide the required information) When Subcontracting is allowed and subcontractors will be utilized, the Contractor shall comply with Section 2-8.8 of the Code — Fair Subcontracting Practices: (1) Prior to contract award, the Bidder shall provide a detailed statement of its policies and procedures for awarding subcontracts and (2) As a condition of final payment under a contract, the Contractor shall identify subcontractors used in the work, the amount of each subcontract, and the amount paid and to be paid to each subcontractor via the BMWS at http://mdcsbd.gob2g.com. Pursuant to Section 2-8.1(f) of the Code — Listing of subcontractors required on certain contracts, for all contracts which involve the expenditure of one hundred thousand dollars ($100,000) or more, the entity contracting with the County must report to the County the race, gender, and ethnic origin of the owners and employees of its first tier subcontractors and suppliers via the BMWS at http://mdcsbd.gob2g.com. The race, gender, and ethnic information must be submitted via BMWS as soon as reasonably available and, in any event, prior to final payment under the Contract. The Contractor shall not change or substitute first tier subcontractors or direct suppliers or the portions of the Contract work to be performed or materials to be supplied from those identified except upon written approval of the County. 1 certify that the informatio a ailed in th's form is to the best of my knowledge true and accurate. Heather Gree Heather Green Vice President z 9 2021 *Signature of Vendor's ' resentativ=- *Print Name *Print Title *Date ht�/26 1 ps:/2021 www.bidsync.com/DPXViewer BidSync p. 1 p2 2/9/2021 Miami -Dade CBGiX Form FB-01793 Please enter your password below and click Save to update your response. Please be aware that typing in your password acts as your electronic signature, which is just as legal and binding as an original signature. (See Electronic Signatures in Global and National Commerce Act for more information.) By completing this form, your bid has not yet been submitted. Please click on the place offer button to finish filling out your bid. Username heatherjofmcc Password Close * Required fields fi9Rs/i.bidsync.com/DPXViewer BidSync p. 1 Ron DeSantis, Governor Halsey Beshears, Secretary dFlorida STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE POLLUTANT STORAGE SYSTEMS CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES STEINER, DANISE ANN FLORIDA METRO CONSTRUCTION COMPANY INC 140 S W 1ST AVE DANIA r� FL 33004 7' LICENSE NUMBER: PCC056845 EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. J Ron DeSantis, Governor STATE OF FLORIDA Halsey Beshears, Secretary dFlorida DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE POLLUTANT STORAGE SYSTEMS CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES P � p 1 1.1:400rAN • RUSSELL, S • ER ELIZABETH FLORIDA METRO CONSTRUCTION COMPANY INC 140 SW 1ST AVE DAN IA BCH _� FL 33004 , 4 ti 7 .1.0 LICENSE NUMBER: PCC1256761 EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Ron DeSantis, Governor STATE OF FLORIDA Halsey Beshears, Secretary dFlorida DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE POLLUTANT STORAGE SYSTEMS CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES Fmo b GREEN, HEATHER JO MI FLORIDA METRO CONSTRUCTION COMPANY, INC. 140 SW 1ST AVENUE DANIA BEACH , i FL 33004 NA, .t ''''' 4C LICENSE NUMBER: PCC1256946 EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. J Miami -I County FB-01793 ,x. M9A9;vrrrusS001,: wwatk!2;xs+rxileru:!MP' HAS SUCCESSFULLY COMPLETED CERTIFICATE REQUIREMENTS FOR THE COURSE ENTITLED OSHA'S ANNUAL HAZWOPER SUPERVISOR/MANAGEMENT REFRESHER TRAINING IN ACCORDANCE WITH THE PROVISIONS OF: TITLE 29CFR 1910.120(e)(8) AND IN EVIDENCE THEREOF IS AWARDED THIS CERTIFICATE OF COMPLETION ON THE TWENTY - SIXTH DAY OF JUNE, 2020 Expires One Year From Date of Issue TRAINED TO "LEVEL A" Training Provided By: R. W. POPE & ASSOCIATES, INC., 809 S.W. 9`11. Terrace, Ft. Lauderdale, FL 33315 bob0410@msn.com \..._r p vor hill ,a!� 10/26/20 p. 176 .. A44Ue444u44�w �w:�,•Y�,�,�h� �� i 4 Y. ���� UJ4 ... R1 �4vfUU44v,.,4g4nJ.1,g4n1.4Y'. Yvww' wYhwYYTi �• Y� Y' �n ..............,� .A. X @ .., ,.... YM ..11A....... Y.KiC .... ...\CW.. A4Y.J:.;. : .. 110'40 �Yyf U(U$l'4:4 A!A'�4 WA VAs vnV� �q y�:VIU AA 4, 11 �i'�v4!A,111U'\4Aly WP��J !.V I�UA!AV.?v1M4y A!..1_,U, 1Y AyY1 IN\XA!'L,l ;!'!:�A _.... 1 v •1040( HAS SUCCESSFULLY COMPLETED CERTIFICATE REQUIREMENTS FOR THE COURSE ENTITLED OSHA'S ANNUAL HAZWOPER SUPERVISOR/MANAGEMENT REFRESHER TRAINING IN ACCORDANCE WITH THE PROVISIONS OF: TITLE 29CFR 1910.120(e)(8) AND IN EVIDENCE THEREOF IS AWARDED THIS CERTIFICATE OF COMPLETION ON THE TWENTY - SIXTH DAY OF JUNE, 2020 Expires One Year From Date of Issue TRAINED TO "LEVEL A" Training Provided By: R. W. POPE & ASSOCIATES, INC., 809 S.W. 9th. Terrace, Ft. Lauderdale, FL 33315 bob0410@msn.com r \ems /gym! 1 4/26/2019 FB-01793 Miami -Dade Caeltfcate Joseph Storozynsky Has satisfactorily completed: Veeder-Root ATG Recertification Becky Anderson, Manager, Service NPI je.`\ GILBARCO VEEDER-ROOT Acquired On: 26-APR-2019 11Oj26202irco.sabacloud.com/content/prodencryption/pG2RTPNE7JCcPn BId8 JA/1556290365/0172T3FadTBIdnZXRDFgTC9YUDJ6WmFSRys4... P. 117§ 4/26/2019 Miami -Dade C mtyficate FB-01793 Joseph Storozynsky Has satisfactorily completed: Veeder-Root TLS Installer Recertification 4 Becky Anderson, Manager, Service NPI `‘ GILBARCO 1G. VEEDER-ROOT Acquired On: 26-APR-2019 10a6/gOr rco.sabacloud.com/content/prodencryption/hyMXwyd7xFrVsgMPARMP.ew/1556279626/0172T3FadTBIdnZXRDFgTC9YUDJ6WmFSRys4e... P. 11P 1/5/2021 Miami -Dade Gaerifycate FB-01793 Kelly Snyder A30878 Has Satisfactorily Completed: Veeder-Root ATG Technician HECTOR BEN1TEZ, Tt CHNICAL.TRA1N1NCi SUPERVISOR 6,,c) Acquired On: 02-OCT 2020 Expires On: 02-OCT 2022 tR�rco.sabacloud.com/content/prodencryption/pYsAzyXCVgA-iOvbBt ts/1609882782/0172T3FadTBIdnZXRDFgTC9YUDJ6WmFSRys4eXJ..p.100 3/17/2020 Miami -Dade C6eiicate FB-01793 Kelly Snyder 13 0 OT Has satisfactorily completed: Veeder-Root TLS Installer Recertification Acquired On: 17-MAR-2020 avfeArog, Becky Anderson, Manager, Service NP1 GILBARCO mac. VEEDER-ROOT rco.sabacloud.com/content/prodencryption/M_okNYbK9ER_BndA/1584470765/0172T3FadTBIdnZXRDFgTC9YUDJ6WmFSRys4e... p. 181 3/11 /2020 Miami -Dade C6er1t9cate FB-01793 Joshua Staab mi 0 0 Has satisfactorily completed: Veeder-Root ATG Certification Acquired On: 14-OCT-2019 4 Becky Anderson, Manager, Service NPI. GILBARCO Al! VEEDER-ROOT 1 26/21i11Aarco.sabacloud.com/content/prodencryption/yQuAwNNppUZt2Br$AdS, 'g/1583940108/0172T3FadTBIdnZXRDFgTC9YUDJ6WmFSRys4e...p. 182 9/10/2019 FB-01793 Miami -Dade Ceerlfficate JOsnua JLaaD Has satisfactorily completed: 0 OT Becky Anderson, Manager, Service NPI tRfilefigiatarco.sabacloud.com/content/prodencryption/sQMZvfb7WBgagMaiditac Q/1568139743/0172T3FadTBIdnZXRDFgTC9YUDJ6WmFSRys4e...p. 108 Mak Miami -Dade County FB-01793 BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., Rm. A-100, Ft. Lauderdale, FL 33301-1895 — 954-831-4000 VALID OCTOBER 1, 2020 THROUGH SEPTEMBER 30, 2021 DBA: Receipt #:ALL OTHER TYPES CONTRACTOR Business Name: FLORIDA METRO CONSTRUCTION CO INC Business T Ype:(POLLUTANT STORAGE SYSTMS C Owner Name: DANISE ANN STEINER Business Location: 140 SW 1 AVE DANIA BEACH Business Phone: 954-921-8967 Rooms Seats Employees 9 Business Opened:05/31/2001 State/County/Cert/Reg:PCCO 56845 Exemption Code: Machines Professionals For Vending Business Only Number of Machines: Vending Type: Tax Amount Transfer Fee NSF Fee Penalty Prior Years Collection Cost Total Paid 27.00 0.00 0.00 0.00 0.00 0.00 27.00 THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS THIS BECOMES A TAX RECEIPT WHEN VALIDATED Mailing Address: This tax is levied for the privilege of doing business within Broward County and is non -regulatory in nature. You must meet all County and/or Municipality planning and zoning requirements. This Business Tax Receipt must be transferred when the business is sold, business name has changed or you have moved the business location. This receipt does not indicate that the business is legal or that it is in compliance with State or local laws and regulations. FLORIDA METRO CONSTRUCTION CO INC 140 SW 1 AVE DANIA, FL 33004 Receipt #13B-19-00007045 Paid 07/15/2020 27.00 10/ 2021 184 Miami -Dade Count FB-01793 / ACC o® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYI� 2(MMJDD1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Bateman, Gordon & Sands, Inc. 3050 North Federal Hwy Point FL 33064 CONTACT PHONE FAX (A/C, No, Ext): 954-941-0900 (A/C, No): 954-941-2006 E-MLighthouse ADDRESS: hwhittingham@BGSAgency.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Westchester Surplus Lines Insurance Co. 10172 INSURED FLOME3 Florida Metro Construction Company Inc. 140 SW 1 Avenue Dania FL 33004 INSURER B : Amerisure Insurance Co. 19488 INSURERC: Amerisure Mutual Insurance Co. 23396 INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 1519133547 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y G27121901008 7/16/2020 7/16/2021 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 MED EXP (My one person) $ 10,000 X Ded:$5,000 BI/PD PERSONAL &ADV INJURY $ 1,000,000 GEN'L AGGREGATE X LIMIT APPLIES PRQ PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ B AUTOMOBILE X �( LIABILITY ANY AUTO OWNED x SCHEDULED AUTOS NON -OWNED AUTOS ONLY Y Y CA20949700601 11/11/2020 11/11/2021 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLA LIAB EXCESS LIAB X O OCCUR CLAIMS -MADE Y Y G27121949008 7/16/2020 7/16/2021 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 DED X RETENT ON $ 0 $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A Y WC209902306 11/11/2020 11/11/2021 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 C A Rented & Leased Equipment Professional Liability Pollution Liability CPP20949710602 G27121901008 11/11/2020 7/16/2020 11/11/2021 7/16/2021 Limit: $450,000 Each Claim:$1,000,000 Limit: $1 M / $2M Aggr Deductible: $1,000 PROF Ded: $5,000 POLL Ded: $5,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) DOCUMENT IS NOT COMPLETE UNLESS ACCOMPANIED BY THE ACORD 101. General Liability: Additional Insured Ongoing Operations, as required by written contract, per form CG2010(0413); Additional Insured Completed Operations, as required by written contract, per form CG2037(0413); Primary & Non -Contributory, as required by written contract, per form ENV3252(1218); Waiver of Subrogation, as required by written contract, per form ENV3143(0305). Automobile Liability: Additional Insured, and Waiver of Subrogation, as required by written contract, per form CA7171(0508); Primary & Non -Contributory coverage, as required by written contract, per form CA7165(0911). See Attached... CERTIFICATE HOLDER CANCELLATION Miami -Dade County 111 NW 1st Street Miami FL 33128 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) 10/26/2021 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD BidSync p. 185 Miami -Dade County AGENCY CUSTOMER ID: FLOME3 LOC #: FB-01793 ACORD® ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY Bateman, Gordon & Sands, Inc. POLICY NUMBER CARRIER NAIC CODE NAMED INSURED Florida Metro Construction Company Inc. 140 SW 1 Avenue Dania FL 33004 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Workers Compensation: Waiver of Subrogation, as required by written contract, per WC000313(0484). Excess Liability: Extends coverage to General Liability, Professional Liability, Contractors Pollution Liability, Auto Liability & Workers Compensation. Pollution Liability: Additional Insured Ongoing Operations, as required by written contract, per form ENV3250(1218); Additional Insured Completed Operations, as required by written contract, per form ENV3251(1218); Primary & Non -Contributory, as required by written contract, per form ENV3252(1218); Waiver of Subrogation, as required by written contract, per form ENV3143(0305). ALL COVERAGE IS SUBJECT TO THE POLICY TERMS, CONDITIONS AND EXCLUSIONS. Miami Dade County is an additional insured on General Liability coverage only when required by written contract, subject to terms, conditions, and exclusions of the policy. *Includes Transportation Pollution Liability Coverage* under GL Policy (per form # ENVM-205)* ACORD 101 (2008/01) 10/26/2021 ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD BidSync p. 186 Miami -Dade County FB-01793 MIAMI-DIA[ E11 COUNTY Submittal Fo Solicitation No. Solicitation Title: Bidder's Legal Company Name (include dlbla if applicable): Florida Metro Construction Co., Inc.* Bidder's Federal Tax Identification Number: 65-0258261* If Corporation - Date Incorporated/Organized: 4-29-1991 State Incorporated/Organized: Florida* Company Operating Address: 140 SW 1st Avenue* City Dania Beach* State FL* Zip Code 33004* Miami -Dade County Address (if applicable): NIA City State Zip Code Company Contact Person: Heather Green* Email Address: h.green@floridametro.com* Phone Number (include area code): 954921-8967* Company's Internet Web Address: www.floridametro.com Pursuant to Section 2-8.6 of the Code of Miami -Dade County (County), any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade -Dade County that has a valid Local Business Tax Receipt issued by physical business address located within the limits of Miami -Dade County for at least three full time employees for the continuous period certified Small Business Enterprise, the local business location must have contributes to the economic development of the community in a verifiable and expansion of employment opportunities and the support and requirements for Local Preference. Failure to affirm this certification at NOT APPLY TO FEDERALLY FUNDED PURCHASE. County, a "local business" is a business located within the limits of Miami Miami -Dade County at least one year prior to bid submission; has a from which business is performed and which served as the place of employment of one year prior to bid submittal (by exception, if the business is a served as the place of employment for one full time employee); and and measurable way. This may include, but not be limited to, the retention increase to the County's tax base. Place a check mark here only if affirming the Bidder meets the this time may render the Bidder ineligible for Local Preference. IN ACCORDANCE WITH CFR 200.319(b), LOCAL PREFERENCE SHALL LOCALLY -HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code Business whose "principal place of business" is in Miami -Dade County. requirements for the Locally -Headquartered Preference (LHP). Failure to for the LHP. BUSINESS PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED of Miami -Dade County, a "locally -headquartered business" is a Local Place a check mark here only if affirming the Bidder meets the affirm certification at this time may render the Bidder ineligible The address of the Locally -Headquartered office is: IN ACCORDANCE WITH CFR 200.319(b), LOCALLY -HEADQUARTERED PURCHASE. LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is 10/26/2021 BidSync p. 187 Miami -Dade County FB-01793 (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County; and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. Place a check mark here only if affirming Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. IN ACCORDANCE WITH CFR 200.319(b), LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE. SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (if applicable): A Small Business Enterprise (SBE) must be certified by the Division of Small Business Development (SBD) for the type of goods and/or services the Bidder provides in accordance with the applicable Commodity Code(s) for this solicitation. For certification information, contact SBD at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE Program during the contract may remain on the contract. Place a check mark here only if affirming Bidder is a Miami -Dade County Certified Small Business Enterprise. IN ACCORDANCE WITH CFR 200.319(b), SMALL BUSINESS ENTERPRISE MEASURES SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST, THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST, OR THE SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST: By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List, as those terms are used and defined in Sections 287.135, 215.473, and 215.4725 of the Florida Statutes. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Section List, or the Scrutinized Companies that Boycott Israel List. OR In the event that the Bidder is unable to provide such certification, but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid through a duly authorized representative and shall also initial this space: . In this event, the Bidder shall fumish together with its bid a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 and/or 215.4725 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception could be applicable. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID: The Bidder acknowledges and agrees that the submittal of the Bid is govemed by Florida's Govemment in the Sunshine Laws and Public Records Laws, as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a bid pursuant to this solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this solicitation which the Bidder considers to be a trade secret, proprietary or confidential. In the event that the bid contains a claim that all or a portion of the bid submitted contains confidential, proprietary or trade secret information, the Bidder, by signing below, knowingly and expressly waives all claims made that the bid, or any part thereof no matter how indicated, is confidential, proprietary or a trade secret and authorizes the County to release such information to the public for any reason. Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Heather Green* Date 2-9-2021 * Representative's Name: Heather Green* 10/26/2021 BidSync p. 188 Miami -Dade County FB-01793 Representative's Title: Vice President* THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED BELOW BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: Heather Green* Date 2-9-2021* Representative's Name: Heather Green* Representative's Title: Vice President* 10/26/2021 BidSync p. 189 Miami -Dade County FB-01793 Supplier: Florida Metro Construction Co., Inc. SUBCONTRACTING FORM Solicitation Number FB-01793 *Vendor Name Florida Metro Construction Co., Inc. *FEIN # 65-0258261 Complete "A" or "B": A. 0 No subcontractors or direct suppliers will be utilized pursuant to this solicitation. B. O The below listed subcontractors and/or suppliers will be utilized pursuant to this solicitation: Business Name and Address of First Tier Subcontractor/ Subconsultant Name of Principal Owner Scope of Work to be Performed by Subcontractor Subconsultant Subcontractor/ Subconsultant License (if applicable) Business Name and Address of First lier Direct Supplier Name of Principal Owner Supplies, Materials, and/or Services to be Provided by Supplier And Below and/or attached is a detailed statement of the firm's policies and procedures for awarding subcontractors: (Duplicate this form if additional space is needed to provide the required information) When Subcontracting is allowed and subcontractors will be utilized, the Contractor shall comply with Section 2-8.8 of the Code — Fair Subcontracting Practices: (1) Prior to contract award, the Bidder shall provide a detailed statement of its policies and procedures for awarding subcontracts and (2) As a condition of final payment under a contract, the Contractor shall identify subcontractors used in the work, the amount of each subcontract, and the amount paid and to be paid to each subcontractor via the BMWS at http://mdcsbd.gob2g.com. Pursuant to Section 2-8.1(f) of the Code — Listing of subcontractors required on certain contracts, for all contracts which involve the expenditure of one hundred thousand dollars ($100,000) or more, the entity contracting with the County must report to the County the race, gender, and ethnic origin of the owners and employees of its first tier subcontractors and suppliers via the BMWS at http://mdcsbd.gob2g.com. The race, gender, and ethnic information must be submitted via BMWS as soon as reasonably available and, in any event, prior to final payment under the Contract. The Contractor shall not change or substitute first tier subcontractors or direct suppliers or the portions of the Contract work to be performed or materials to be supplied from those identified except upon written approval of the County. 1 certify that the information contained in this form is to the best of my knowledge true and accurate. Heather Green Heather Green Vice President 2-9-2021 10/26/2021 BidSync p. 190 Miami -Dade County FB-01793 *Signature of Vendor's Representative *Print Name *Print Title *Date 10/26/2021 BidSync p. 191 Miami -Dade County FB-01793 JF Petroleum Group Bid Contact Dale Hobgood dhobgood@jfpetrogroup.com Ph 813-528-2580 Address 9700 Reeves Rd. Tampa, FL 33619 Item # Line Item Notes Unit Price Qty/Unit Attch. Docs FB-01793--01-01 Fuel Service Station Maintenance Repair and Services Supplier First Offer- 1 / See Bid Documents Product Code: Y Y Supplier Total $0.00 10/26/2021 BidSync p. 192 Miami -Dade County FB-01793 JF Petroleum Group Item: Fuel Service Station Maintenance Repair and Services Miami Dade - FB-01793 - Full Bid Pack Complete - 01-07-21 - DHA.pdf Miami Bid FB-01793 -Addendums 1-4 Read.pdf 10/26/2021 BidSync p. 193 Miami -Dade County Solicitation FB-01793 Solicitation FB-01793 Fuel Service Station Maintenance, Repair and Services Solicitation Designation: Public MIAMI.DADEA Miami -Dade County 101P Y2072t36 PM BidSync P. 094 Miami -Dade County FB-01793 PETROLEUM Innovation that works, January, 6 2021 Re: FB-01793 Fuel Service Station Maintenance & Repair Services / Inspections /Emergency Mitigation. Dear Sir/Madam/Committee, On behalf of JF Petroleum Group, I would like to thank you for considering our bid submission. I wanted to summarize some salient points regarding our value and benefits we provide. Since 1945, JF has been providing fueling system solutions. Today, we have over 1,000 employees with 33 offices and 4 national distribution centers and 6 training centers. We are the largest company of what we do in our industry and we represent the best -in -class industry manufacturers. In many cases, we are their largest customers. We provide uptime assurance dispatching our technicians directly from their homes providing fast response times and 24/7 service. We provide testing and compliance. If we perform an installation, we also perform the warranty work, enhancing uptime. We have 600 tenured and trained field personnel. Our service platform utilizes industry leading technology. We routinely provide several metrics including first time fix, SLAs/response time, on site time, return trips, etc. Safety is the highest priority for us — we have a .77 EMR and all our employees have a Stop Work Card for unsafe situations. We are properly licensed contractors and have high levels of insurance and bonding capacity. We also self -perform turnkey fuel system installations, thus controlling our schedule and quality. We are industry leaders —active members in various states petroleum marketers organizations; active in the Petroleum Equipment Institute, sitting on 2 Recommended Practices committees (UST Systems & AST Systems); and members of NFPA, 7x24 and other industry organizations. Lastly, unlike most other organizations in our industry, we have a dedicated and focused, commercial sales and service team that focuses on municipalities with various types of fuel systems, including emergency generator and fleet fueling. We are experienced experts in our field. We would welcome an opportunity and are willing to meet and discuss our qualifications and submission to ensure we meet your needs and address any concerns. Sincerely, Dade/ Hogoo-l. Dale Hobgood Commercial Sales Cell # (813) 528-2580 email: dhobgood@jfpetrogroup.com t 919.838.7555 9 100 Perimeter Park Drive, Suite H www.jfpetrogroup.com I Morrisville, NC 27560 10/26/2021 BidSync p. 195 Miami -Dade County Solicitation FB-01793 Solicitation Number Solicitation Title Solicitation FB-01793 Fuel Service Station Maintenance, Repair and Services FB-01793 Fuel Service Station Maintenance, Repair and Services Solicitation Start Date Dec 22, 202010:22:30 AM EST Solicitation End Date Jan 20, 2021 6:00:00 PM EST Question &Answer Jan 11, 2021 6:00:00 PM EST End Date Solicitation Contact Solicitation Contact Contract Duration Contract Renewal Prices Good for Solicitation Comments Katherine Sosa Procurement Contracting Officer 1 ISD - Procurement Management Services 305-375-2851 e321782@miamidade.gov Vanessa Stroman Procurement Contracting Manager ISD - Procurement Management Services 305-375-4263 Vanessa.Stroman@miamidade.gov See Bid Documents See Bid Documents See Bid Documents The purpose of this solicitation is to establish a contract for the purchase of Routine Maintenance (Group 1) and Emergency Mitigation (Group 2) for the County's service stations and facilities, and a pre -qualification pool (Group 3) to Purchase Services for Future Price Competition to consist of, but not limited to, the installation, testing, maintenance and repair services for service stations, facilities, structures, fuel dispensing and storage related equipment, and maintenance of other similar County facilities, in conjunction with the County's needs. Addendum # 1 an11,20216: Jan 4, 2021 6:00:00 PM EST Item Quantity Item Response Form FB-01793--01-01 - Fuel Service Station Maintenance Repair and Services 1 See Bid Documents Prices are not requested for this item. Delivery Location Miami -Dade County 101P Y2072t36 PM BidSync P. 096 Miami -Dade County Solicitation FB-01793 MIAMI•DADE Solicitation No. Solicitation Title: Bidder's Legal Company Name (include dlbla if applicable): Bidder's Federal Tax Identification Number: JFAcquisition, LLC * 01-0937618 * If Corporation - Date Incorporated/Organized: 1945 State Incorporated/Organized: NC _* Company Operating Address: City State Zip Code 100 Perimeter Park Dr., Suite H Morrisville NC 27560 * * * * Miami -Dade County Address (if applicable): City State Zip Code 460 Business Park Way, Suite D Royal Palm Beach FL 33411 Company Contact Person: Email Address: Dale Hobgood * dhobgood@jfpetrogroup.com * Phone Number (include area code): I813-528-2580 Company's Internet Web Address: www.jfpetrogroup.com Pursuant to Section 2-8.6 of the Code of Miami -Dade County (County), any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "local business" is a Tax Receipt issued by Miami -Dade County at least one year prior to bid submission; which business is performed and which served as the place of employment for at least (by exception, if the business is a certified Small Business Enterprise, the local and contributes to the economic development of the community in a verifiable of employment opportunities and the support and increase to the County's tax Local Preference. Failure to affirm this certification at this time may render the FEDERALLY FUNDED PURCHASE. business located within the limits of Miami -Dade County that has a valid Local Business has a physical business address located within the limits of Miami -Dade County from three full time employees for the continuous period of one year prior to bid submittal business location must have served as the place of employment for one full time employee); and measurable way. This may include, but not be limited to, the retention and expansion base. Place a check mark here only if affirming the Bidder meets the requirements for Bidder ineligible for Local Preference. IN ACCORDANCE WITH CFR 200.319(b), LOCAL PREFERENCE SHALL NOT APPLY TO LOCALLY -HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a is in Miami -Dade County. the Locally -Headquartered Preference (LHP). Failure to affirm certification at this SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE. "locally -headquartered business" is a Local Business whose "principal place of business" Place a check mark here only if affirming the Bidder meets the requirements for time may render the Bidder ineligible for the LHP. The address of the Locally -Headquartered office is: IN ACCORDANCE WITH CFR 200.319(b), LOCALLY -HEADQUARTERED BUSINESS PREFERENCE LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant is certified by the State of Florida Department of Management Services as a veteran Enterprise. A copy of the certification must be submitted with the bid. PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE. to Section 2-8.5 of the Code of Miami -Dade County; and (b) prior to bid submission business enterprise pursuant to Section 295.187 of the Florida Statutes. Place a check mark here only if affirming Bidder is a Local Certified Veteran Business IN ACCORDANCE WITH CFR 200.319(b), LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE 101P Y2072t36 PM BidSync pp197 Miami -Dade County Solicitation FB-01793 SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (if applicable): A Small Business Enterprise (SBE) must be certified by the Division of Small Business Development (SBD) for the type of goods and/or services the Bidder provides in accordance with the applicable Commodity Code(s) for this solicitation. For certification information, contact SBD at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE Program during the contract may remain on the contract. Place a check mark here only if affirming Bidder is a Miami -Dade County Certified Small Business Enterprise. IN ACCORDANCE WITH CFR 200.319(b), SMALL BUSINESS ENTERPRISE MEASURES SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST, THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST, OR THE SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST: By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List, as those terms are used and defined in Sections 287.135, 215.473, and 215.4725 of the Florida Statutes. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Section List, or the Scrutinized Companies that Boycott Israel List. OR In the event that the Bidder is unable to provide such certification, but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid through a duly authorized representative and shall also initial this space: . In this event, the Bidder shall furnish together with its bid a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 and/or 215.4725 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception could be applicable. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID: The Bidder acknowledges and agrees that the submittal of the Bid is govemed by Florida's Government in the Sunshine Laws and Public Records Laws, as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a bid pursuant to this solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this solicitation which the Bidder considers to be a trade secret, proprietary or confidential. In the event that the bid contains a claim that all or a portion of the bid submitted contains confidential, proprietary or trade secret information, the Bidder, by signing below, knowingly and expressly waives all claims made that the bid, or any part thereof no matter how indicated, is confidential, proprietary or a trade secret and authorizes the County to release such information to the public for any reason. Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Date 01-07-21 * Dale Hobgood * Representative's Name: Dale Hobgood * Representative's Title: Commercial Sales * THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED BELOW BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: Date 01-07-21 * Steve Bernstein * Representative's Name: Steve Bernstein * 1 WP Y2072t36 PM BidSync pp198 Miami -Dade County Solicitation FB-01793 Representative's Title: VP of Commercial Sales Addendum 1 has been read and understood of due date changed to 01-20-21 101P Y2072t36 PM BidSync pp199 Miami -Dade County FB-01793 SECTION 4 SUBMITTAL FORM Vendor: JF Acquistion, LLC / AKA - JF Petroleum Group 4.1. To be considered for award under Groups 1 and 2, and pre -qualification under Group 3, vendors shall comply with and provide proof for the following minimum requirements: Section 2.3 Description Check / Submitted 2.3 (a) Pollutant Storage System Contractor's License, issued by State of Florida Departrnentof Business And Professional Regulations. (Copy of certification shall be provided with b id su bmittal) 2.3 (b) Hazardous Waste Operation (HAZVVOPR) 40 hours course. (Copy of documentation sh all be provided with bid submittal) 2.3 (c) Veeder Rootlnstaller Certification (level 3 or greater). Should a Vendor choose to use a subcontractor, that subcontractor must possess a Veeder Root InstallerCerf�cation, however, it is not to be in lieu of the primary vendor possessing this certification. (Copy of documentation shall be provided by either the vendor and theirsubcontractor, should vendor use a subcontractor) �/ 2.3 (d) Certificate of Competency for Gasoline Tank and Pump Installation Work issued by the State or County Examining Board. (Copies of certification shall be provided with bid submittal) V 2.3 (e) References listed must be recent or current customers br whom the vendor has provided the services described in this solicitation. Reference 1 Company Name: Hillsborough County Fleet Contact Person: Patricia Karr Title: Fleet Fueling Manager Address: 601 East Kennedy Blvd.,Tampa, FL 33602 Phone Number: 813-744-5580 Reference 2 Company Name: Lake County Fleet Contact Person: Joseph Blackwell Title: Fleet Manager Address: 20423 Independence Blvd., Groveland FL 34736 Phone Number: 352-742-3980 Reference 3 Company Name: Seminole County Contact Person: Dennis Kanelakis Title: Fleet Fueling Manager Address: 205 West County Home Rd., Sanford FL 32773 Phone Number: 407-665-5250 2.3 (fi Office location in Miami -Dade, Broward, Palm Beach, and/or Monroe Counties Please indicate which group Vendor is pursuing: Group 1: Routine Maintenance Group 2: Emergency Mitigation Group 3: Pre -Qualification of Vendors to Purchase Services for Future Price Competition V V V Page 14 of 15 10/26/2021 BidSync p. 200 Miami -Dade County FB-01793 SECTION 4 SUBMITTAL FORM 4.2 GROUP 1: Routine Maintenance and Upkeep Ithm Estimathd Quantity Description Unit Price 4.2.1 32,810 hours Labor Rate for Routine M aintenance $74.00 Hr 4.3 GROUP 2: Emergency Mitigation Ithm Estimathd Quantity Description Unit Price 4.3.1 5,565 (or 10,280 with OT hours) hours Labor Rath for Emergency M itigation $103.00 Hr Page 15 of 15 10/26/2021 BidSync p. 201 Miami -Dade County FB-01793 COMMERCIAL FUELING FLEET FUELING AVIATION AUTOMOTIVE EV CHARGING ALTERNATIVE FUELING EMERGENCY POWER EQUIPMENT INSTALLATION b SERVICE i• ■ Pr fi Miami -Dade County FB-01793 WHAT WE OFFER Our Commercial Division supports the needs of large-scale operations including vehicle fleets, facility fuel oil systems, emergency power fuel systems and alternative fuels. JF Petroleum Group offers complete design -build services from preliminary layouts to complete installations. We have a professionally trained, experienced staff ready to assist with all of your fuel and fluid handling needs. Installation Et Service Providing sales, service, installation, support and training on all equipment we represent. We are staffed with an elite crew of Factory -Authorized service technicians who understand the importance of maintaining your investments by keeping your equipment working properly and safely. • Above & Underground Fuel Systems • Emergency Generator Fuel Systems • Fleet Fueling Systems • Alternative Fuel Systems • Lubrication Systems Fluids Handling Systems Electric Vehicle Chargers weft a i 1 • Design & Layout Consulting • Complete Turn -Key Installation • 24/7 Field Service & Repair • Fuel Management Solutions • Fuel Quality Solutions Compliance Surveys Maintenance Agreements Mission Critical Emergency Power Providing mission critical fuel oil systems that supply reliable fuel to back-up power generators. Proven quality & reliability for mission critical fuel oil systems. INDUSTRIES WE SERVE Municipalities Government School Transit Trucking Fleets Farms Airports Marinas Military Financial Data Centers Hospitals Heavy Duty Equipment Vehicle Dealerships Fleet Fueling We offer all the components and systems that go into fueling your fleet and maintaining your vehicles. Large-scale operations have many moving parts and require expert knowledge of installation and maintenance to ensure a seamless, trouble -free fueling process. Aviation From simple filter changes to our 100-point fuel system inspection, our technicians are trained on the latest technologies giving you the comfort of knowing, we are monitoring, servicing and repairing your aviation refueling equipment — to include Jet -A and Avgas fuel trucks, fuel farms, hydrant servicers and hydrant carts. COIAPRPSSPD NATURAL GAS Alternative Fueling Embracing alternative fuels like diesel exhaust fluid (DEF), ethanol, biodiesel, compressed natural gas (CNG) and liquefied natural gas (LNG). Automotive Our Automotive Division specializes in sales and service of automotive shop and tube equipment. We are an authorized contractor of many nationally recognized professional power tool and shop equipment lines: Rotary, Forward Lift, Hunter, Graco, Alemite, Ingersoll Rand, Champion, PIUSI, and Lincoln Industrial. EV charging stations (EVSE) will be sold and installed by JF Petroleum's Energy Solutions division, which distributes and supports Chargepoint EV's and Gilbarco's EV solutions. Miami -Dade County NATIONAL COVERAGE FB-01793 We pride ourselves on being the national leader while keeping a strong local presence. Our partners can expect a customer -centric approach focused on adding value to the distribution, construction, service, and technology solutions we provide. OFFICE LOCATIONS CORPORATE OFFICE 100 Perimeter Park Dr. Ste H Morrisville, NC 27560 Phone: 919-838-7555 Southeast Region Atlanta, GA 4070 Buford ri 9 iWay, Suite 7 Duluth, GA 30096 P: 770-322-0552 Charlotte, NC 6701 Northpark Blvd, Suite B Charlotte, NC 28216 P: 704-393-8542 Columbia, SC 2010 Rockland Road Columbia, SC 29210 P: 803-731-4140 Jacksonville, FL 11471 Columbia Park Dr W, Jacksonville, FL 32258 P: 904-738-7281 Raleigh, NC 100 Perimeter Park Dr. Suite H Morrisville, NC 27560 P: 919-231-1998 Tampa, FL 9770 Reeves Road Tampa, FL 33619 P: 813-703-1598 Norfolk, VA 1300 Ingleside Drive Norfolk, VA 23502 P: 757-853-3500 Richmond, VA 4325 Sarellen Road Richmond, VA 23231 P: 804-232-7161 Roanoke, VA 3631 Blue Ridge Blvd Blue Ridge, VA 24064 P: 540-977-0321 NorthEast Region Baltimore, MD 810 Oregon Ave Suite D Linthicum Heights, MD 21090 P: 443-833-1565 Pittsburgh, PA 1507 Parkway View Drive Pittsburgh, PA 15205 P: 412-787-8 Swedesboro, NJ 603 Heron Drive Suite 3 Swedesboro, NJ 08085 P : 215-613-5705 Webster, MA 7 Viking Road Webster, MA 01570 P: 413-283-5353 Midwest Region Cleveland, OH 8180 Boyle Parkway Twinsburg, OH 44087 P: 216-459-9320 Dayton, OH 7468 Webster Street Dayton, OH 45414 P: 937-665-1210 Indianapolis, IN 5460 Victory Drive Suite 500/600 Indianapolis, IN 46203 P: 317-243-3120 Ironton, OH 2913 S. 9th Street Ironton, OH 45638 P: 740-532-4046 Lousiville, KY 4450-4452B Kiln Court Louisville, KY 40218 P: 502-454-5100 Southwest Region Abilene, TX 1632-B Vision Drive Abilene, TX 79602 P: 325-676-2371 Austin, TX 1804 Smith Road Austin, TX 78721 P: 512-278-1000 Beaumont, TX 2484 W. Cardinal Drive Suite 1 Beaumont, TX 77705 P: 409-842-0007 Corpus Christi, TX 125 Airport Road Corpus Christi, TX 78405 P: 361-882-3077 Edinburg, TX 3702 South Expwy 281 Edinburg, TX 78542 P: 956-686-9582 Grand Prairie, TX 1219 East Avenue J Grand Prairie, TX 75050 P: 972-314-2400 Houston, TX 2700 Aldine Bender Houston, TX 77032 P: 281-449-4027 San Antonio, TX 14833 Bulverde Road San Antonio, TX 78247 P: 210-661-2489 Tyler, TX 12907 Highway 155 S. Tyler, TX 75703 P: 903-535-9595 Victoria, TX 2706 Delmar Drive Victoria, TX 77901 P: 361-573-7449 ■ • NORTHEAST REGION SOUTHEAST REGION MIDWEST REGION SOUTHWEST REGION WEST REGION OFFICE LOCATIONS * DISTRIBUTION CENTERS CORPORATE OFFICE DISTRIBUTION CENTERS Atlanta, GA 4070 Buford Highway, Suite 7 Duluth, GA 30096 P: 770-232-0807 Cleveland, OH 8180 Boyle Parkway, Twinsburg, OH 44087 P: 330-405-4474 Dayton, OH 7476 Webster Street, Dayton, OH 45414 P: 937-665-1200 Phoenix, AZ 407 S.107th Avenue, Building C, Suite 42 Tolleson, AZ 85353 P: 602-278-3000 SHOP FOR PARTS ONLINE DF PETROPARTS .COM JF PETROLEUM GROUP www.jfpetrogroup.com www.jfpetroparts.com f V in El EJF] PETROLEUM GROUP SHOP ONLINE AT jfpetroparts. com Aragc Innovation that works. Aviation Fueling Systems Aviation Fuc Equipment & Services Bulk Transfer Equipment Civacon Dixon Pumps Gammon Emco-Wheaton Gorman -Rupp TCS Liquid Controls OPW-Engineered Systems PT Coupling Veeder Root Canopies Contact your local sales representative. Compressors b Air Despensers Champion ECO Excel Compressed Natural Gas ANGI Kraus Tulsa Gas CP Industries OPW J-W Power Day Tanks, Pumpsets b Controls Simplex Pryco ISP Tramont Diesel Exhaust Fluid (DEF) Biuel. Benecor Piusi Bluediver KleerBlue Titan Electrical b Lighting Management Carolina Products Power Integrity Square D EV Chargers Gilbarco/Tritium Chargepoint Filters Cim-Tek Parker Velcon Petro -Clear 10/26/2021 Fuel Dispensers Fill -Rite Gilbarco PMC Gasboy Fuel Management Systems FuelMaster Gasboy PetroVend Fuel Polishing Systems Relevant ILFC Additives Innospec Biocide Racor RCI ISP Fuel System Maintenance Bagby Gauge Gasoila Performance Ink Empro Kolor-Kut Sar Gel GAP Signs May Advertising Intercom Systems 3M ESCO Island Forms Formex OPW Fogelman Morgan Bros. Riverside Lighting Cree LSI Sloan LED Lubrication b Reels Coilhose Graco Reelcraft Coxreels Hannay Samson Duro Manufacturing Lincoln Manholes b Tank Accessories Clay & Bailey EBW Fiberlite Emco-Wheaton Flex-ing Morrison OPW Pemco Universal Valve Nozzles b Hoses Catlow Healy VST Continental Husky EMCO Wheaton OPW Oil -Water Separators Containment Solutions Highland Tank Xerxes General Industries Modern Welding Piping b Sump Systems APT Bravo Diversified Flex-ing Hose Master Icon NOV/Ameron/Smith NUPI OPW Perma-Pipe Petroleum Containment Rovanco UPP Point of Sale Systems b Accessories Gilbarco TMS VeriFone Submersible Pumps Blue Diver FE Petro Red -Jacket Tanks Containment Solutions General Industries Modern Welding ConVault Highland Xerxes Tank Gauging Systems Incon Morrison Scully Krueger Omntec Veeder-Root Pneumercator BidSync GILl3ARCO 41.1 VEEDER-ROOT O P W FUEL MANAGEMENT a,.STEM, 11 Verifone 0 Franklin Fueling Systems GASBOY KEY ss CONTAINMENT SOLUTIONS Cntinental'S, CIM( TEK GRACO 3M REPLACEMENT PARTS Multi -Million dollar inventory of replacement and maintenance parts for all manufacturers and models of both convenience store and commercial fueling equipment. Many are available for same day shipping. p. 206 Miami -Dade County FB-01793 TP PETROLEUM —GROUP PAEsNK OFFICE LOCATIONS CORPORATE OFFICE 100 Perimeter Park Drive Ste H Morrisville, NC 27560 Phone: 919-838-7555 Southeast Region Atlanta, GA 4070 Buford Highway, Suite 7 Duluth, GA 30096 P: 770-322-0552 Charlotte, NC 6701 Northpark Blvd, Suite B Charlotte, NC 28216 P: 704-393-8542 Columbia, SC 2010 Rockland Road Columbia, SC 29210 P: 803-731-4140 Jacksonville, FL 11471 Columbia Park Dr W, Jacksonville, FL 32258 P: 904-738-7281 Raleigh, NC 100 Perimeter Park Dr. Ste H Morrisville, NC 27560 P: 919-231-1998 Tampa, FL 9770 Reeves Road Tampa, FL 33619 P: 813-703-1598 10/26/2021 Virginia Norfolk, VA 1300 Ingleside Drive Norfolk, VA 23502 P: 757-853-3500 Richmond, VA 4325 Sarellen Road Richmond, VA 23231 P: 804-232-7161 Roanoke, VA 3631 Blue Ridge Blvd Blue Ridge, VA 24064 P: 540-977-0321 NorthEast Region Baltimore, MD 810 Oregon Ave Suite D Linthicum Heights, MD 21090 P: 443-833-1565 Pittsburgh, PA 1507 Parkway View Drive Pittsburgh, PA 15205 P: 412-787-8 Swedesboro, NJ 603 Heron Drive Suite 3 Swedesboro, NJ 08085 P : 215-613-5705 Webster, MA 7 Viking Road Webster, MA 01570 P: 413-283-5353 Midwest Region Cleveland, OH 8180 Boyle Parkway Twinsburg, OH 44087 P: 216-459-9320 Dayton, OH 7468 Webster Street Dayton, OH 45414 P: 937-665-1210 Indianapolis, IN 5460 Victory Drive Suite 500/600 Indianapolis, IN 46203 P: 317-243-3120 Ironton, OH 2913 S. 9th Street Ironton, OH 45638 P: 740-532-4046 Lousiville, KY 4450-4452B Kiln Court Louisville, KY 40218 P: 502-454-5100 Southwest Region Abilene, TX 1632-B Vision Drive Abilene, TX 79602 P: 325-676-2371 Austin, TX 1804 Smith Road Austin, TX 78721 P: 512-278-1000 Beaumont, TX 2484 W. Cardinal Drive Ste 1 Beaumont, TX 77705 P:409-8 -AINZC r SOUTHEAST REGION ■ VIRGINIA REGION ■ NORTHEAST REGION al MIDWEST REGION ■ SOUTHWEST REGION OFFICE LOCATIONS DISTRIBUTION CENTERS CORPORATE OFFICE Corpus Christi, TX 125 Airport Road Corpus Christi, TX 78405 P: 361-882-3077 Edinburg, TX 3702 South Expwy 281 Edinburg, TX 78542 P: 956-686-9582 Grand Prairie, TX 1219 East Avenue J Grand Prairie, TX 75050 P: 972-314-2400 Houston, TX 2700 Aldine Bender Houston, TX 77032 P: 281-449-4027 San Antonio, TX 14833 Bulverde Road San Antonio, TX 78247 P: 210-661-2489 Tyler, TX 12907 Highway 155 S. Tyler, TX 75703 P: 903-535-9595 Victoria, TX 2706 Delmar Drive Victoria, TX 77901 P: 361-573-7449 !PEI MEMBER DISTRIBUTION CENTERS Atlanta, GA 4070 Buford Highway, Suite 7, Duluth, GA 30096 P: 770-232-0807 Cleveland, OH 8180 Boyle Parkway, Twinsburg, OH 44087 P: 330-405-4474 Dayton, OH 7476 Webster Street, Dayton, OH 45414 P: 937-665-1200 Phoenix, AZ 407 S.107th Avenue, Building C, Suite 42 Tolleson, AZ 85353 P: 602-278-3000 TRAINING LOCATIONS Dayton, OH 7476 Webster Street, Dayton, OH 45414 P: 470-258-3776 Grand Prairie, TX 1219 East Avenue J Grand Prairie, TX 75050 P: 972-314-2400 Royal Palm Beach, FL 460 Business Park Way, Suite D Royal Palm Beach, FL 33411 P: 561-308-5239 Raleigh, NC 100 Perimeter Park Dr Ste H Morrisville, NC 27560 P: 919-231-1998 San Antonio, TX 14833 Bulverde Road San Antonio, TX 78247 P: 210-661-2489 Webster, MA 7 Viking Road, Webster, MA 01570 P: 413-283-5353 VISIT US ONLINE AT: www.jfpetrogroup.com www.jfpetroparts.com p. 207 Ron DeSantis, Governor STATE OF FLORIDA Halsey Beshears, Secretary dFlorida DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE POLLUTANT STORAGE SYSTEMS CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES ' BERNSTEI N, STEVEN 01,401.75 J1ONES & FRANK 6701 NORTHPARK BLVD, SUITE B CHARLOTTE NC 28216 * 4 tr 7 LICENSE NUMBER: PCC1256772 EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Jr Miami -Dade County FB-01793 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfloridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! (850) 487-1395 Flori r STATE OF FLORIDA DEPARTMENT dr b�l OF BUSINESS AND PROFESSIONAL REGULATION PCC1256772 ISSUED: 08/16/2020 CERT POLLUTANT STORAGE SYS CONTR BERNSTEIN, STEVEN H JONES & FRANK Signature LICENSED UNDER CHAPTER 489, FLORIDA STATUTES EXPIRATION DATE: AUGUST 31, 2022 Ron DeSantis, Governor Halsey Beshears, Secretary STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD LICENSE NUMBER: PCC1256772 EXPIRATION DATE: AUGUST 31, 2022 THE POLLUTANT STORAGE SYSTEMS CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES BERNSTEIN, STEVEN H JONES & FRANK 6701 NORTHPARK BLVD, SUITE B CHARLOTTE NC 28216 ISSUED: 08/16/2020 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. 10/26/2021 BidSync p. 209 Ron DeSantis, Governor STATE OF FLORIDA Halsey Beshears, Secretary dFlorida DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE POLLUTANT STORAGE SYSTEMS CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES *'1,'1" I JONES & FRANK 100 PERIMETER PARK DRIVE) t SUITE H MORRISVILLE NC 27560-9203 ER, BLAKE W LICENSE NUMBER: PCC056681 EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. J Miami -Dade County FB-01793 FLORIDA LICENSING INFORMATION: F 3' C 1 myforidalieense.com/w111.asp?made=2&search=Name&SID=&brd-&typ= 'E' Apps 0 Per Diem Rates Qu.,. © New Tab a, (F Petroleum Group... Q Microsoft Office Ho_ d flpr Search for a Licensee Apply for a License View Application Status Find Exam Information File a Complaint A8&T Delinquent Invoice & Activity List Search Data Contained In Search Results Is Current As Of 11/10/2020 08:07 AN. Search Results Please see our glossary of terms for en explanation of the license status shown in these search results. For additional information, including any complaints or discipline, click on the name. Name License License Type Name Type Number/ Rank III ness ConstructionInformation Information 3F ACQUISITION LLC Primary 1332 sT MARYSST, SUITE 216 RALEIGH, nc 27.5 Business Info denotes Main Address - This address is the Primary Add ri s on Fle. 1•tailing Address - This is the address where the mail associated with a particular license will he sent (It different from the Main or Llceree Location addresses). License Location Addams - This is the add rims where the place of business is physically located. 2601 Blair Stone Road Tallahassee FL 32399 :: Emalh, Customer Contact Center :. Customer Contact Center: 230.487.1325 Status/Expires Current llee stare of Florid. is an AA0E90 employer. Co9q_oPht 2007-20I0 Slate of Florida. Privacy Statement Linder Fonda Isr, snail addresses am pohhc rerods. If you do am want your email address releaood in Incase. a pohlic-recant ,oquess, do nor seud elecbnnic mail m this army Instead, mama th 256E by phone w by traditional mall. 3f you have any ques[.ors. please P Type here to search 0 of p n 1:09AM 11/102020 0 Licensing Portal - License Relatic x } F 4 e G myllorrdalleense.CamnicenseRelation.aap?SID=&ricid=5604865 Apps Q Per Diem Rates CAI.. © New Tab Ili 1F Petroleum Group.., Q Microsoft Orrice Ho_ bB pr Search for a Licensee Apply fora License View Application Status Find Exam Information File a Complaint A8&T Delinquent Invoice & Activity List Search Licensee Name: Rank: Primary Status: 3F ACQUISITION LLC Construction Business Information Current Ucense Number: License Expiration Data: Original License Date 05/22/2013 Related License Information License Status Related Party Relationship Type Relation Rank Number Effective Date Mr Date 56681 Current, RAMMER, BLAKE W DBA:IONES & FRANK Second Qualifying Agent 07/15/2013 Certified Pollutant Storage 08/31/2022 Active for Business Contractor 1565383 Current, BAMMER, BLAKE W DBA:]ONES & FRANK Second Qualifying Agent 07/15/2013 Certified General 08(31/2022 Active for Business Contractor 1256772 Current, BERNSTEIN, STEVEN H DBA:IONES & FRANK Primary Qualifying Agent 05/22/2013 Certified Pollutant Storage D8/31/2022 Active for Business Contractor Page 1 of 1 Return to License Details Florida General Contractor / Certified Pollutant Storage Contractor - CGC1505383 Florida Certified Pollutant Storage Contractor - PCC056681 10/26/2021 BidSync p. 211 Miami -Dade County FB-01793 Farm WIMR9 Mev.0 antler2niA) Department atthe Tummy tribunal Revenue Service Request for Taxpayer Identification Number and Certification ► Go to www.frs.goviFemrW9 for instructions and the latest information. Give Form to the requester. Do not send to the /FtS. ri s e1 IA �- p g C W 'e — S to 0 1 Name (es shoos on your Income tax r6Mn}. r43111e Is roquired on this Tire: da not leave the tine hvark. .F Acquistian LLC 2 (wetness nalne/ulsrcgerded entity rr:ime. it different tram above JF Acqulstlon LLC dba Jones & Frank 3 mock :appropriate box for federal tax clsaeifiralion of the person WilaEe name is entered as [keel. Check only one of the fallowing sevenbexee. 4 Exemptions certain entities. indurate/la Exempt payee Ex sption code any) wove A AWN (cadge appiyartlylb not indmidualg;vcr an pegs si: cede Of any) Individual/sale Indual/sale proprietor ar 0 GCorporation d SCorpondlnn • Partnership MI Trust/white single -member LLC ✓J I lotted fabll ly company Enke the tax classification (C=C corporation, oorpnurt,dr, P Partnere/1101 Note: Check tie appropriate box in ttk: fine above he ihetexclassirrcation of the atingle -mend,►• owraPJ. t.I.0 lithe LL(: IS ceesdirear en a single -member U C that is d:aragarded from the owner unless the owner another LLC that Is not dieragfrrded from the owner for U.S. federal lax purposes. Orh9w; e, a DriglbmCelber is dish :,dad from the owner should tank the appOt n i'e box for the tax classification of Ts curter. • Other (sec Instruction:)► P from FATCA reticatlea De net chock of the LLC Is LI.0 that mis i•,fuhiat.) amide ins 2A6,1 5 Melee (nt.wnber, :treat, and apt. sr suite pro.) See instructions. 100 Perimeter Park Drive Suite H kequ:she's ndrlid one addrem (optional) 6 Li by, slate, and ZIPmode Morrisville, NC 27560-9203 7 List account nuanher wire (optimal) Part I Taxpayer Identification Number (TIN) Enter your TIN iri the appropriate box. The TN provided must match the ,lame given on line 1 to avoid backup withholding. For Individuals, tills IS P*1*i llyyour'social security number (SSN). However, for a resident Al en, sole proprietor. or divregarded entity, see the instructions for Part I, I tk r. Foe other entities, Z is your employer identification number (EIN). V your do not have a number, see How to gar a TIN, later. Note: If the account Is In more than one name, see the instructions for 1 ne 1. Also sca What Nance and Number To Clive the Requester for gtielelincs on whose number to enter, Tsaolal security winter �[ZT or [Employer identification number 0 - 8 1 D 9 3 7 6 Irarra Certification Under penalties of perjury, I ccrtihf that 1. The numberbhowin on this form is my correct taxpayeridentific:rtion number (or I aria waiting for a number to be issued to roe); and 2. I and not subject to backup withholding because: (a 1 am exempt from backup withholding, a (b) I havo not been notified by iheIntesnal Revenue Service (IRS) that I am subject to backup withholding as a result of a faikreto deport all Interest or dividends, or {c) the IF'S has notified me that I am no longer nulject to backup wMthhelding: and 3. I am a U.S. cit zen or ether U S person (defined betuw); and 4.1 he FA rCA code(s) entered on this form (d ant) indicating that I am exempt from FATCA reporting is correct. 0erbficatiun instructions. You must cross out item 2 above if you have bend nettled by the IRS that you are currently subject to backup withholding because you have failed to report all Interest and dividends on your tax /whim. For real estate transactions, item 2 does not apply, For mortgage Interest pakf. Eequiakion or aberidonmertt of secured property, cancellation of debt, contributions to an Individual retirement arrangement {IRA}, and general y, payments other than truest and dlvllends, you aria not required to sign the certification. but you must provide yore correct TIN. Sae the, rristructions for Part 11, later. Sign Signature of Ala Here U_S perean ► fj , General Instructions Section references are to the Internal Revenue Cede unless otherwise noted. Future developments. Fer the latest Information about devvlo(trnenta related to Ferrrr W-9 arrd its instructions, such as legislation enacted after they were published, go to www_it'egOv/FarrnWS. Purpose of Form An Individual or entity (Form W-fi requester) who Is required to file an information return with the IRS must obta n your correct taxpayer identification numbor (T l MMf) which may be your Sncirll sraourily number (SSN), individual taxpayer identification number (tTIN), adoption taxpayer identification number (AIM), or employer lien Illieritkel nurrlller (EIN), to report on an i Iorrnatlon retum the amount paid to you, or other amount reporleble on an information rotum. Examples of Information returns include, but are net limited to. the following. • Form lee*-INT {interest earnra( prpeld) Date► (9-- 1 9 • Form 1099-DIV (dividends, including those from stocks or mutual funds) + Forrn 1099-MISC (venous types of income, prizes, dwar+de, or geese proceeds) • Form 1099rii (stock or mutual fund setae and Certain other tran$*ctInne by brokers) • Form 1099-5 (proceeds from real estate transactions) • Farm 1099-K (merchant card and third party network transactions) • Form 101118 (hone mortgage interest), 1098-t (student loan Interest), 1098-T (tuition) • Foam 1099 -0 (canceled debt) • Farm 1099-A (emu:Steen or Abandonment of secured property) Use Form W-9 only if you aro a U.S. person (Including a resident alien), to provIde your correct TIN. if you do not return Form W-9 ro the requester with a 7'IN, your might be6uSJsr:tfcr backup withholding. Sea What is backup withholding, rater. Cat r•Io. 10231x 10/26/2021 BidSync Fenn W-9Oleic 10-eu1b) p. 212 JF PETROLEUM w.r-d..wr-w«.. +w.q.. GROUP Certificate of Attendance Let it be known that Scott Seeley has successfully completed the courses and after passing the required examinations, is hereby awarded this certificate ON: February 1, 2020 FOR: 8 Hour HAZWOPER Refresher 29CFR1910.120 8 Hour Confined Space Entry w/Rescue 29CFR1926 Subpart AA Adult CPR/First Aid Certificate number: 8CORE020120 Arthur J. Tdemark Expiration Date: February 1, 2021 Safety Director/Training Center Director RiriCynr FB- 1793 . 213 Tf' PETROLEUM J GROUP Certificate of Attendance Let it be known that Scott Seeley has successfully completed the courses and after passing the required examinations, is hereby awarded this certificate ON: February 1, 2020 FOR: 10 Hour Construction Safety (OSHA 10) 29CFR1926 Trenching/Excavation 29CFR1926 Subpart P - Competent Person Certificate number: 8CORE020120 Arthur J.`S"odermark Expiration Date: February 1, 2021 Safety Director/Training Center Director vocionne FB- 1793 . 214 PETROLEUM GROUP Certificate of Attendance Let it be known that Antonio Croteau has successfully completed the courses and after passing the required examinations, is hereby awarded this certificate ON: February 1, 2020 Certificate number: 8CORE020120 FOR: 8 Hour HAZWOPER Refresher 29CFR1910.120 8 Hour Confined Space Entry w/Rescue 29CFR1926 Subpart AA Adult CPR/First Aid 'Arthur J. ddermark Expiration Date: February 1, 2021 Safety Director/Training Center Director 0;610 my FB- 1793 . 215 sei n� r ...ty PETROLEUM GROUP Certificate of Attendance Let it be known that Antonio Croteau has successfully completed the courses and after passing the required examinations, is hereby awarded this certificate ON: February 1, 2020 FOR: 10 Hour Construction Safety (OSHA 10) 29CFR1926 Trenching/Excavation 29CFR1926 Subpart P - Competent Person Certificate number: 8CORE020120 Expiration Date: February 1, 2021 2921 Did%vnv —e Arthur J.odermark Safety Director/Training Centei Director FB- 1793 .216 PETROLEUM GROUP ex'tificate of Attendazc3e Let it be known that Antonio Croteau has successfully completed the course and after passing the required examination, is hereby awarded this certificate ON FOR February 1, 2020 30 Hour Construction Safety 29CFR1926 / Competent Person (Site Supervisor OSHA 30hr Equival t) Certificate Number: 3000NS020120 Expiration: N/A Arthur So ermark Training Center Director %4q'm =1[.ti-Vut FB-u1793 217 JF PETROLEUM GROUP irt1ficte of ALtteXLCILIRM34B Let it be known that Scott Seeley has successfully completed the course and after passing the required examination, is hereby awarded this certificate ON FOR February 1, 2020 30 Hour Construction Safety 29CFR1926 / Competent Person (Site Supervisor OSHA 30hr Equivalent) Certificate Number: 3000NS020120 Expiration: N/A odermark Training Center Director FB 01793 . 218 11/9/2020 Miami -Dade 06019+cate FB-01793 6245) Michael Chmiel B43236 Has Satisfactorily Completed: Veeder-Root ATG Technician HECTOR 13EN1TEZ, I ECHN1CALTRA1N1NC; SUPERVISOR Acquired On: 26-MAR-2020 Expires On: 30-SEP-2021 rco.sabacloud.com/content/prodencryption/EKts-KvMD9BOSpElie3Simts`Q/1604962659/0172T3FadTBIdnZXRDFgTC9YUDJ6WmFSRys4e...p. 2 ]I9 Miami -Dade County FB-01793 i VEEDER-ROOT January 7, 2021 To Whom It May Concern: This letter is to confirm that JF Petro Group is an authorized distributor, trained installer, and warranty service organization for Veeder-Root products, including Veeder-Root, Red Jacket, and EMR Products. They employ Veeder-Root authorized service technicians, some of which hold the highest level of certification we offer. Sincerely, Ann Wright Rose Territory Sales Manager NC/MO/TNNA/MD/DE Veeder-Root/Red Jacket aorse@veeder.com +1 860.561.7942 10/26/2021 125 Powder Forest Drive Weatague, CT 06089 USA BidSync veeder.com p. 220 Miami -Dade County FB-01793 ikhe GASBOY January, 07 2021 Gasboy Inc. 7300 West Friendly Avenue PO Box 22087 Greensboro, NC 27420-2087 United States Phone: 336.547.5000 Email: sales@gasboy.com www.gasboy.com RE: JF Petroleum Group — Gasboy Distributor and Service To whom it may concern, Gasboy is confirming that JF Petroleum Group is an Authorized Distributor and Service partner and is authorized to provide quotes and service for Gasboy products. JF Petroleum Group has technicians who have been trained and certified on the proper mounting, electrical wiring and programming of Gasboy Fuel Management and Dispensing units. Please feel free to reach out to me if you have any additional questions or need any assistance. Thank you! Sincerely, J0741640 Scott Fischer Gilbarco Veeder-Root, Commercial Account Manager scott.fischer@gilbarco.com Mobile: 336.455.3543 10/26/2021 BidSync p. 221 Miami -Dade County FB-01793 Franklin Fueling Systems JF PETROLEUM — GROUP Mr. Steve Bernstein JF Petroleum Group 6701 Northpark Blvd. Suite B Charlotte, NC 28216 Dear Steve; January, 07 2021 This letter will serve as a statement that JF Petroleum Group is an authorized distributor/installer/warranty service provider for Franklin Fueling Systems. Currently, JF Petroleum Group has trained/certified technicians on Franklin product lines which include EVO (Incon), FE Petro, UPP/CableTight/APT and Service Station Hardware. Sincerely, Mark, K. Mays/ Mark K Mays SE Regional Manager Franklin Fueling Systems 513-703-3626 mays@franklinfueling.com 3760 Marsh Road • Madison, Wiconsin 53718 USA +1(608) 838-8786 I franklinfueling.com 10/26/2021 BidSync p. 222 Miami -Dade County FB-01793 Franklin Fueling Cert Michael Chmiiel 1031543709 Jones & Frank Jacksonville Florida 32257 Ln;-ed States 9043056723 Certification Exp. EVO'm 200 & EVO'' 400 Installation 4111 /2021 EVO" 200 & EVOTM' 400 Wiring 4/11/2021 10/26/2021 BidSync p. 223 Miami -Dade County FB-01793 1=* N/%1 A 1 DOVER) COMPANY 01/07/2021 Mr. Bernstein, This letter is to confirm that JF Petroleum Group is an authorized distributor and services provider for OPW Regards, Louis Smith District Manager, OPW Retail Fueling 512-826-9384 Lou.Smith@opwglobal.com 10/26/2021 BidSync p. 224 Miami -Dade County FB-01793 Pneumercator Certificate Certificate of Completion Michael Painter Name JF Petroleum Group Company has successfully completed the Pneumercator Co., Inc. Factory Training Program for the following Liquid Level Control and Leak Detection Systems LC1000 © PC1000 LC2000 WI TMS1000 TMS2000 l TMS2000A1x C7 TMS2000A2x TMS2000W TMS3000 C TMS4000 TMS4000W l] Flex Probes Certification ID: Peter Sinkiwskij Instructor 11656 Expires: Sunday, August 28, 2022 Authorized Signature Pr1ELIMERCATDR GQ,_INC__•-1Z85 ExpresswayJanye North Happp ge,3yYA1788 • (63.1120-8450 • Fax L6311293-8533 10/26/2021 BidSync p. 225 Miami -Dade County FB-01793 4 Ta knoloci To whom it may concern: Tanknology is the preferred tank testing vendor for JF Petroleum Group covering Florida. Tanknology is committed to maintaining a safe and secure workplace and has implemented a clear policy and supportive programs concerning the detection, treatment, and prevention of substance abuse by employees. Our alcohol and drug policy certifies a team of fit -for -work individuals who can safely conduct the exacting details of our work. Corporate Headquarters: 11000 N. MoPac Expressway, Suite 500, Austin, TX 78759—1-800-964-1250 10/26/2021 BidSync p. 226 Miami -Dade County FB-01793 Addendum # 1 - made on Jan 06, 2021 4:35:52 PM EST Previous Bid End Date:Jan 11, 2021 6:00:00 PM EST New Bid End Date:Jan 20, 2021 6:00:00 PM EST Previous Q&A End Date:Jan 04, 2021 6:00:00 PM EST New Q&A End Date:Jan 11, 2021 6:00:00 PM EST Addendum # 2 - made on Jan 15, 2021 4:18:57 PM EST Previous Bid End Date:Jan 20, 2021 6:00:00 PM EST New Bid End Date:Feb 10, 2021 6:00:00 PM EST Description/Bid Comments:(Information was added) New Documents: FB-01793 - Addendum No. 1 - extend time. • df Addendum # 3 - made on Jan 21, 2021 11:12:18 AM EST Description/Bid Comments:(Information was added) New Documents: FB-01793 - Addendum No. 2.docx. •df Addendum # 4 - made on Jan 21, 2021 6:01:55 PM EST New Documents: FB-01793 MIAMI-DADE FUEL STORAGE TANKS.xls Offers last updated on Jan 12, 2021 2:47:19 PM EST All 4 Addendums have been read and accepted. Z7a.b 7/6rdi 02-08-2021 10/26/2021 BidSync p. 227 Miami -Dade County FB-01793 MIAMI-DIA[ E11 COUNTY Submittal Fo Solicitation No. Solicitation Title: Bidder's Legal Company Name (include dlbla if applicable): JF Acquisition, LLC* Bidder's Federal Tax Identification Number: 01-0937618* If Corporation - Date Incorporated/Organized: 1945 State Incorporated/Organized: NC* Company Operating Address: 100 Perimeter Park Dr., Suite H* City Morrisville* State North Carolina* Zip Code 27560* Miami -Dade County Address (if applicable): 460 Business Park Way, Suite D City Royal Palm Beach State FL Zip Code 33411 Company Contact Person: Dale Hobgood* Email Address: dhobgood@jfpetrogroup.com* Phone Number (include area code): 813-528-2580* Company's Internet Web Address: www.jfpetrogroup.com Pursuant to Section 2-8.6 of the Code of Miami -Dade County (County), any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade -Dade County that has a valid Local Business Tax Receipt issued by physical business address located within the limits of Miami -Dade County for at least three full time employees for the continuous period certified Small Business Enterprise, the local business location must have contributes to the economic development of the community in a verifiable and expansion of employment opportunities and the support and requirements for Local Preference. Failure to affirm this certification at NOT APPLY TO FEDERALLY FUNDED PURCHASE. County, a "local business" is a business located within the limits of Miami Miami -Dade County at least one year prior to bid submission; has a from which business is performed and which served as the place of employment of one year prior to bid submittal (by exception, if the business is a served as the place of employment for one full time employee); and and measurable way. This may include, but not be limited to, the retention increase to the County's tax base. Place a check mark here only if affirming the Bidder meets the this time may render the Bidder ineligible for Local Preference. IN ACCORDANCE WITH CFR 200.319(b), LOCAL PREFERENCE SHALL LOCALLY -HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code Business whose "principal place of business" is in Miami -Dade County. requirements for the Locally -Headquartered Preference (LHP). Failure to for the LHP. BUSINESS PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED of Miami -Dade County, a "locally -headquartered business" is a Local Place a check mark here only if affirming the Bidder meets the affirm certification at this time may render the Bidder ineligible The address of the Locally -Headquartered office is: IN ACCORDANCE WITH CFR 200.319(b), LOCALLY -HEADQUARTERED PURCHASE. 10/26/2021 BidSync p. 228 Miami -Dade County FB-01793 LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County; and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. Place a check mark here only if affirming Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. IN ACCORDANCE WITH CFR 200.319(b), LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE. SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (if applicable): A Small Business Enterprise (SBE) must be certified by the Division of Small Business Development (SBD) for the type of goods and/or services the Bidder provides in accordance with the applicable Commodity Code(s) for this solicitation. For certification information, contact SBD at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE Program during the contract may remain on the contract. Place a check mark here only if affirming Bidder is a Miami -Dade County Certified Small Business Enterprise. IN ACCORDANCE WITH CFR 200.319(b), SMALL BUSINESS ENTERPRISE MEASURES SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST, THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST, OR THE SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST: By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List, as those terms are used and defined in Sections 287.135, 215.473, and 215.4725 of the Florida Statutes. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Section List, or the Scrutinized Companies that Boycott Israel List. OR In the event that the Bidder is unable to provide such certification, but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid through a duly authorized representative and shall also initial this space: . In this event, the Bidder shall fumish together with its bid a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 and/or 215.4725 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception could be applicable. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID: The Bidder acknowledges and agrees that the submittal of the Bid is govemed by Florida's Govemment in the Sunshine Laws and Public Records Laws, as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a bid pursuant to this solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this solicitation which the Bidder considers to be a trade secret, proprietary or confidential. In the event that the bid contains a claim that all or a portion of the bid submitted contains confidential, proprietary or trade waives all claims made that the bid, or any part thereof no matter County to release such information to the public for any reason. secret information, the Bidder, by signing below, knowingly and expressly how indicated, is confidential, proprietary or a trade secret and authorizes the Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Dale Hobgood* Date 01-05-21 * Representative's Name: Dale Hobgood* 10/26/2021 BidSync p. 229 Miami -Dade County FB-01793 Representative's Title: Commercial Sales Rep.* THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED BELOW BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: Dale Hobgood* Date 01-05-21* Representative's Name: Dale Hobgood* Representative's Title: Commercial Sales Rep. * 10/26/2021 BidSync p. 230 Miami -Dade County FB-01793 Supplier: JF Petroleum Group SUBCONTRACTING FORM Solicitation Number FB-01793 *Vendor Name JF Acquisition, LLC (AKA - JF Petroleum Group) *FEIN # 01-0937618 Complete "A" or "B": A. 0 No subcontractors or direct suppliers will be utilized pursuant to this solicitation. B. The below listed subcontractors and/or suppliers will be utilized pursuant to this solicitation: Business Name and Address of First Tier Subcontractor/ Subconsultant Name of Principal Owner Scope of Work to be Performed by Subcontractor Subconsultant Subcontractor/ Subconsultant License (if applicable) Business Name and Address of First lier Direct Supplier Name of Principal Owner Supplies, Materials, and/or Services to be Provided by Supplier And Below and/or attached is a detailed statement of the firm's policies and procedures for awarding subcontractors: We would only use a sub outside the scope of this contract such as large tank replacements if needed We have construction crews but they are located outside of the county. (Duplicate this form if additional space is needed to provide the required information) When Subcontracting is allowed and subcontractors will be utilized, the Contractor shall comply with Section 2-8.8 of the Code — Fair Subcontracting Practices: (1) Prior to contract award, the Bidder shall provide a detailed statement of its policies and procedures for awarding subcontracts and (2) As a condition of final payment under a contract, the Contractor shall identify subcontractors used in the work, the amount of each subcontract, and the amount paid and to be paid to each subcontractor via the BMWS at http://mdcsbd.gob2g.com. Pursuant to Section 2-8.1(f) of the Code — Listing of subcontractors required on certain contracts, for all contracts which involve the expenditure of one hundred thousand dollars ($100,000) or more, the entity contracting with the County must report to the County the race, gender, and ethnic origin of the owners and employees of its first tier subcontractors and suppliers via the BMWS at http://mdcsbd.gob2g.com. The race, gender, and ethnic information must be submitted via BMWS as soon as reasonably available and, in any event, prior to final payment under the Contract. The Contractor shall not change or substitute first tier subcontractors or direct suppliers or the portions of the Contract work to be performed or materials to be supplied from those identified except upon written approval of the County. 1 certify that the information contained in this form is to the best of my knowledge true and accurate. Dale Hobgood Dale Hobgood Commercial Sales Rep. dhobgood@jfpetrogroup.com 10/26/2021 BidSync p. 231 Miami -Dade County FB-01793 *Signature of Vendor's *Print Name *Print Title *Date Representative 10/26/2021 BidSync p. 232 M IAM I•DADE. FB-01793, Fuel Service Station Maintenance, Repair and Services ROADMAP Solicitation FB-01793 was advertised on December 22, 2020, has a Hybrid solicitation with three Groups as described below. During award phase two separate BCC items, each having an allocation amount, was awarded by the BCC. One award established a contract for Groups 1 and 2. A second award established an open pre -qualification pool. Contact Award: 8F12, R-644-21 Pool Award: 8F11, R-643-21 Contract Term: 08/01/2021 through 07/31/2026 Procurement Contracting Officer: Katherine Sosa, katherine.sosa@miamidade.gov INFORMS: - Parent Contract: o FB-01793 (Groups 1 and 2) o FB-01793 Child Contracts: • 0000005369: ADVANTAGE PETROLEUM SYSTEMS. INC. DBA GENISIS GLOBAL • 0000005196: CHEROKEE ENTERPRISES INC • 0000005197: CHEROKEE ENTERPRISES INC (Non -Federal) • 0000005198: FLORIDA METRO CONSTRUCTION CO INC • 0000005199: FLORIDA METRO CONSTRUCTION CO INC (Non -Federal) Parent Contract: o FB-01793P (Group 3 — the Pool) De.t.Code De.t.Name Allocation Funding Source Project Manager MT Department of Transportation and Public Works $1,510,000.00 DTPW Operating -No CITT Angela Mathews ID Internal Services Department $3,355,000.00 Internal Service Funds Fleet: Rey Llerena ; FUMD: Jennyfer Calderon CR Miami -Dade Corrections and Rehabilitation Department $50,000.00 General Fund Zuleika Davidson SP Seaport Department $100,000.00 Proprietary Funds Sophia Cunningham WS Miami -Dade Water and Sewer Department (removed from Group 1) $4,405,088.24 Proprietary Funds Fred Taylor FR Fire $400,000.00 Fire District Funds Marianela Betancourt AV Miami -Dade Aviation Department $600,000.00 Proprietary Funds Neivy Garcia PR Parks, Recreation and Open Spaces $675,000 General Fund Fernando Robreno While the County will award to multiple Vendors to ensure availability, before issuing a purchase order to the awarded vendor, County staff, inclusive of the user departments, will verify that the vendor meets the purchase order requirements, which shall include insurance verification. If vendor cannot meet the purchase order requirements, the County may then order from the next lowest awarded Vendor offering the same specific service required. Staff must document any occurrence where an awarded Vendor can't meet the purchase order requirements prior to moving to the next lowest awarded Vendor. Award to multiple vendors is made for the convenience of the County and does not exempt any awarded Vendor from fulfilling its contractual obligations. Failure to perform as noted may result in an awarded Vendor being deemed in breach of contract. The County may terminate the contract for default and charge the Vendor re -procurement costs. 12/05/2022 Page 1 of 5 GROUP 1: ROUTINE MAINTENANCE: Award will be made to all responsive, responsible vendors commencing in the order representing the lowest price to the County, meeting the minimum qualifications and bid submittal requirements. Routine Maintenance is to include, but not be limited to: - Repair/replacement of fuel tank and dispensing system component hardware (such as fill pipe, caps, sensors, related wiring, probes, hoses, hose reels, etc.) - Repair oil/water separator and supporting components, conducting unscheduled or special inspections of fuel tanks, hoses, oil water separators, hose reels, vehicle wash stations, etc. - Taking samples of groundwater test wells, soil and fuel for laboratory analysis upon request - Conducting minor concrete repair and patching, Automatic Tank Gauging (ATG) hardware repairs (terminal boards, reprogramming and configuration, etc.) - Performing tests and certifications of tank, dispenser, and ATG systems as requested performing unscheduled work in conjunction with keeping County fuel sites within Florida Department of Environmental Protection (FDEP) requirements for inspection and other minor repairs. Group 1: Routine Maintenance and Upkeep Vendor Estimated Quantity of Hours (for 5 years) Labor Rate for Routine Maintenance Per Hour Cherokee Enterprises, INC. 32,810 $54.50 Genisis Global, LLC dba Advanced Petroleum $74.00 Florida Metro Construction Co., Inc. $95.00 GROUP 2: EMERGENCY MITIGATION: Award will be made to all responsive, responsible vendors commencing in the order representing the lowest price to the County, meeting the minimum qualifications and bid submittal requirements. Emergency response and mitigation to include, but not be limited to: Containing/stopping tank, piping and dispenser fuel leaks, responding to loss of dispensing services due to mechanical failure, small spill (estimated less than 100 gallons) waste disposal, and proper disposal of hazardous waste, and repairs related to the immediate remediation to ensure the safety of safety of personnel at county facilities and fuel sites. Repair/replacement of fuel tank and dispensing system component hardware (such as, but not fill pipe, caps, sensors, related wiring, probes, hoses, hose reels, etc.), under an emergency basis. Repair oil/water separator and supporting components, hoses, oil water separators, hose reels, vehicle wash stations, etc. Taking samples of groundwater test wells, soil and fuel for laboratory analysis upon request Conducting minor concrete repair and patching, Automatic Tank Gauging (ATG) hardware repairs (terminal boards, reprogramming and configuration, etc.) Performing tests and certifications of tank, dispenser, and ATG systems as requested performing unscheduled work in conjunction with keeping County fuel sites within Florida Department of Environmental Protection (FDEP) requirements for inspection and other minor repairs. Group 2: Emergency Mitigation Vendor Estimated Quantity of Hours (for 5 years) Labor Rate for Emergency Mitigation Per Hour Cherokee Enterprises, INC. 5,565 $54.50 Advanced Petroleum dba Genisis Global, LLC $120 Florida Metro Construction Co., Inc. $125.00 Page 2 of 5 GROUP 3: PRE -QUALIFICATION OF VENDORS TO PURCHASE SERVICES FOR FUTURE PRICE COMPETITION (PRE -QUALIFICATION POOL): Vendors may be pre -qualified under this group to participate in future puce competition. All vendors meeting the minimum requirements, outlined in Section 2.3, Minimum Requirements, shall be pre -qualified to participate in spot market quotes on an as -needed basis. AWARDED VENDORS AND VENDOR CONTACT INFORMATION: Vendor Name, FEIN, City and State Contact Name, Phone and Email Groups AwardedlPrequalified Cherokee Enterprises, Inc. (Lowest Vendor under FB-01793) 650891158 12981 NW 113th Court, Medley, FL 33178 Alex E. Sanchez 305-828-3353 aes@cherokeecorp.com Awarded Groups 1 and 2 (FB-01793) Prequalified under Group 3 (FB-01793P) Advanced Petroleum Systems dba Genisis Global LLC (Second Lowest Vendor under FB- 01793) 821846596 16600 NW 54 AVE No. 14, Miami, FL 33014 Percy Newland 305-430-8500 newland@tryapsi.com Awarded Groups 1 and 2 (FB-01793) Prequalified under Group 3 (FB-01793P) Gulfstream Petroleum Services Inc. 202907668 936 SW 1 Ave #439 Miami, FL 33130 Mark Watson 305-281-7240 Mark@gpsfuel.com Prequalified under Group 3 (FB-01793P) Florida Metro Construction Co., Inc. 650258261 140 SW 1st Avenue Dania Beach, FL 33004 Heather Green 954-921-8967 h.green@floridametro.com Awarded Groups 1 and 2 (FB-01793) Prequalified under Group 3 (FB-01793P) Lutz Petroleum Equipment Installations, Inc. 581612198 2351 N Powerline Rd. Pompano Beach, FL 33069 Kevin Moore 954-444-3066 lutzpei@lutztanks.com Prequalified under Group 3 (FB-01793P) SECTION 1: http://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions-r18-2.pdf INDEMNIFICATION AND INSURANCE REQUIREMENTS: This is a requirement for award under Groups 1 and 2 but not for prequalification under Group 3. For Group 3, the insurance requirements will be requested and detailed in the subsequent ITQ or WOPR issued by departments. Section 1.22 Insurance Requirements of the General Terms and Conditions, Subsections B and C are superseded and replaced in their entirety. A. Worker's Compensation Insurance for all employees of the Provider as required by Florida Statute 440. B. Commercial General Liability Insurance in an amount not less than $1,000,000 per occurrence, and $2,000,000 in the aggregate, not to exclude Products and Completed Operations and Explosion, Collapse, and Underground Hazards. Miami -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 $1,000,000 combined single limit per occurrence. *Under no circumstances are Vendors permitted on the Aviation Department, Aircraft Operating Airside (A.O.A) at Miami International Airport without increasing automobile coverage to $5 million. Only vehicles owned or leased by a company will be authorized. Vehicles owned by individuals will not be authorized. In addition, the following insurance requirements shall be met: D. Pollution Liability Coverage in an amount not less than $1,000,000 per occurrence $2,000,000 in the aggregate. 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: Page 3 of 5 The company must be rated no less than "A-" as to management, and no less than "Class VII" as to financial strength, by 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 Financial Services. NOTE: CERTIFICATE HOLDER MUST READ: MIAMI-DADE COUNTY 111 NW 1st STREET SUITE 2340 MIAMI, FL 33128 All quotations issued must be registered with SBD at the following link: https://intra3.miamidade.gov/ISD/SBD/Login.aspx This link officially places your project on the Cone of Silence Report. Additionally the Office of the Commission Auditor (OCA) shall be copied at oca@miamidade.gov when quote is issued. HOW TO APPLY BID AND LOCAL PREFERENCE TO QUOTES (if applicable): 1. Bid preferences shall be given to bidders that are identified as certified SBE/Micro, if applicable. The bid preference shall be calculated and subtracted from the total quote puce or item for evaluation purposes only. The bid preference is used only to calculate an amount to be used in evaluating the quote and does not affect the final awarded price. 2. Whenever a quote contains both, Bid Preference (SBE/Micro) and Local Preference, departments must apply the bid preference first. Follow the Administrative Guidelines stated in the solicitation/contract document with regard to the applicable measure. The preference should be applied as listed in the table below based on the estimated value of the project and whether or not a set -aside or preference measure is applicable: 3. Whenever a quote contains both Local and Locally Headquartered Firms: If the apparent low bidder is a non -local firm and the locally headquartered firm prices are within 15% of the low bidder, department must proceed to apply the locally headquartered preference and proceed with following the "Best and Final" (BAFO) process. Similarly, if a Local firm is the lowest bidder and a locally headquartered firm is within 5% of the local firm lowest puce, department must proceed to apply locally headquartered preference and obtain the BAFO in accordance with Section 2-8.5 of the Miami -Dade County Code. ORDINANCES FOR QUOTATIONS (if applicable): • Local Certified Service — Disabled Veteran should be applied in accordance with Section 2-8.5.1 of the Miami -Dade County Code, a Local Certified Service Disabled Veteran Business Enterprise (VBE) shall receive a bid preference of 5% of the puce bid (for the purpose of evaluation ONLY). A VBE who is also an SBE shall not receive the veteran's preference and shall be limited to any applicable SBE preferences. At the time of bid submission, the vendor must affirm in writing its compliance with the certification requirements of Section 295.187 of the Florida Status and submit this affirmation and a copy of the actual certification along with the bid. • Local Preference: https://library. municode.com/fl/m iami-dadecounty/codes/code of ordinances?nodeld=PTI I ICOORCH2ADARTI INGES2- 8.5PRPRPRLOBUCOCO • Cone of Silence: https://library. municode.com/fl/m iami-dadecounty/codes/code of ordinances?nodeld=PTI I ICOORCH2ADARTI INGES2- 11.1 COINCOETOR Page 4 of 5 • UAP, Inspector General Fees: https://library.municode.com/fl/miami - dade county/codes/code of ordinances?nodeld=PTI I ICOORCH2ADARTI INGES2- 8.10USACPRCOPU https://library.municode.com/fl/miami - dade_county/codes/code_of ordinances?nodeld=PTIIIC00R_CH2AD_ARTLXXVIIICOETPUTR_S2-10760FINGE EVENT LOG: NO. DATE EVENT AGENT 3 02/07/2022 WASD removed from Group 1. Katherine Sosa 2 08/26/2021 Added Advanced Petroleum Systems, Inc. DBA Genisis Global Katherine Sosa 1 08/01/2021 Contract Start Date Katherine Sosa Page 5 of 5