CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM

Size: px
Start display at page:

Download "CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM"

Transcription

1 THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM To: VIA: FROM: DATE: The Honorable Mayor & Members of the City Commission Steven Alexander, City Manager John Reese., Superintendent of Public Works June 20 th, 2017 Agenda Item NO.:~ Z SUBJECT: BACKGROUND: A Resolution approving and authorizing the City Manager to continue with the existing Miami-Dade County contract with Indigo Energy Partners, LLC for the purchase and delivery of bulk fuel gasoline and diesel for the City's vehicle fleet and equipment. Bulk fuel gasoline and diesel must be purchased for the City's vehicle fleet and equipment. The City Manager wishes to continue to piggyback on Miami-Dade County Contract No.: / 18-9 Indigo Energy Partners, LLC. The City of South Miami desires to continue utilizing the Miami-Dade County Contract under the Terms and Conditions as set forth in the solicitation and agreement between Miami-Dade County and Indigo Energy Partners Company. The current contract is valid until April 30 th, Miami-Dade County will proceed with the procurement process of selecting a fuel vendor at that time. AMOUNT: ACCOUNT: Not to exceed $383, Public Works Fuel with a balance of $ City Manager Fuel with a balance of $ Finance Division Fuel with a balance of $1, Building Division Fuel with a balance of $ Planning Division Fuel with a balance of $79.47 Code Enforcement Fuel with a balance of $1,667 Police Fuel with a balance of $121, Recreation Fuel with a balance of $8, PR Landscape Fuel with a balance of $7, SUPPORT: Miami-Dade County Award Sheet Piggyback Contract with Indigo Energy Partners

2 RESOLUTION NO.: A Resolution approving and authorizing the City Manager to continue with the existing Miami-Dade County contract with Indigo Energy Partners, LLC for the purchase and delivery of bulk fuel gasoline and diesel for the City's vehicle fleet and equipment 'WHEREAS, the City Manager wishes to continue purchasing bulk fuel gasoline and diesel for the City's vehicle fleet and equipment; and WHEREAS, the City Manager wishes to continue ensuring the lowest possible cost for the purchase of bulk fuel gasoline and diesel for the City vehicles fleet and equipment; and WHEREAS, the City Manager wishes to continue to piggyback on Miami-Dade County Contract No.: /18-9 with Indigo Energy Partners LLC; and WHEREAS, the City of South Miami desires to continue utilizing the Miami-Dade County Contract under the Terms and Conditions as set forth in the solicitation and agreement between Miami-Dade County and Indigo Energy Partners Company. The current contract is valid until April 30 th, 2018; and WHEREAS, Miami-Dade County will proceed with the procurement process of selecting a fuel vendor at that time; and 23 WHEREAS, the expenditure be charged to departmental fuel account numbers (Public Works Fuel & Lube) with a current balance of $162,213.62, (City Manager Fuel) with a current balance of $544.96, (Finance Division Fuel) with a current balance of $1,136.56, (Building 27 Division Fuel) with a current balance of $804.64, (Planning Division Fuel) 28 with a current balance of $79.41, (Code Enforcement Division Fuel) with a 29 current balance of $1,667, (Police Division Fuel) with a current balance of 30 $121,219.03, (Recreation Fuel) with a current balance of $8, and (PR Landscape Fuel) with a current balance of $7, NOW, THEREFORE, BE IT RESOLVED THE MAYOR AND CITY COMMISSION OF THE CITY 34 OF SOUTH MIAMI, FLORIDA: Section 1. The City Manager is authorized to expend an amount not to exceed $383, with Indigo Energy Partners, LLC for the purchase and delivery of bulk fuel gasoline and diesel, 38 charged to various departmental fuel account numbers Section 2. Severability. If any section, clause, sentence, or phrase of this resolution is 41 for any reason held invalid or unconstitutional by a court of competent jurisdiction, this holding 42 shall not affect the validity of the remaining portions of this resolution Section 3. Effective Date: This resolution shall take effect immediately upon 45 enactment PASSED AND ENACTED this day of, ATIEST: APPROVED:

3 CITY CLERK MAYOR READ AND APPROVED AS TO FORM, COMMISSION VOTE: 58 LANGUAGE, LEGALITY AND Mayor Stoddard: 59 EXECUTION THEREOF Vice Mayor Welsh: 60 Commissioner Edmond: 61 Commissioner Liebman: 62 Commissioner Harris:, 63 CITY ATIORNEY

4 "lnr~bnai.,~t;ijy!ge$qep:aatm~n!, PRQ.PQRJ;MliiNt MANAG,SMENT (SI;RY.I~e.~,., ~" "", ' n nnw 1~I~tt'e,~t '$i.ju~,t~~, "Mlami,Ffl)rltfa, 8312a-:'1974 "Ct fu(clfnw ~OAR[1 26fQ,MAY;;".eAlfJ:54 All R~~PQndi/)g :V nq.q{ ($,Elfl Dl~tribjjtIQllli 1) $~~~~Q:r} :C9ijTIAA t~~q4::314~*~!1,~~" ITQ'.NO~~,g143~6",tljt~!G:a$OntieahdD.le$:~fFUer.' O~~r'\Z~rtdQ[!~: illi,ac Qr8anc&:wlt~'Sacfron 1~12'oftheabQVa re(erenaed$dlicltailqnl anitfsectidn;2~:(mof"ul&:.:c(jde,-df'mi~m1.. 0ad~ ~ounty!,ybtnlt~fheteby:hqtifiedfhat:lh~e~urity May,Qrpr'des!~n(:l:e r~~(jrorrt$fld$;:aw~td;ofitbi$:;qqntra f t~t IIJQrgn~n~rgrParttl~rn, LlQ} AW1ir,g QH~rQYp~ A,~nq~,pr~ 1;,~~r9Yi,.J~CLAW~fdgIGr9QP~G,. ' Ve,tldQr(~):tlpt~(jnsjdg(~tl 'tdrawa,.d, at~: Manafield OilCbmp.gn~: df~afu~$vill~1,iup\, Th~'provlsi6n Of this hdtice, also 'setv:es tbconfttm'th,eliftrll$}iofthe~(}'rte:tif;$i1ancejtom fm~;ptoburementctctiomas,dictated'.by 'Se tioniq,"4t.1{t),qflhh.go.unty,cod~.,thf) prq~u[~mjeritmanagem~rtts:ervtq~&dl\lj$!qoqf th~lnl~rnal $ervices"oepaf:tl'rlent~a}jpre~dlat~$ fh~y~attleipatkm laflll~n(1qf$whq;r~$ptm~j;l,rllo th~:$ubf~~tg~iqoi If,"..,YO.V.,o" hav','lf E;! qy~$qw?dtt;lg~~ h~ ~l,',,", ~Q.ll~" ':TiM,J':,' _ ~S.qSi~~ ':"'\1::: ~,'t..'" 305,',,'-3,',', 75~4, ' 264, "ffl"'i,iflltm a ~I., I ~ ~Iu, am~ ",'a a.gq "ela';",,,,", slncers1yy/j '" ~:~.~. Pt6eu'fefifenfCofittMllrtg.0fficM2' MI~miDad~'CQuh\YI ftlo:rida /.. ' > ~,,'" An~ehmenliTa"OlaUdfigfteet,OI~triblJitQf)~ JndiQpJ~l)l:}tQ,y;;~artrl~r~, LL0,~~~~~~~~~~~mAAn :9f~~li)~$Y.Ul~ lt1~, Cq: 'ClatR:oHha SQard FiI~

5 CONTRACT FOR GASOLINE AND DIESEL FUEL THIS AGREEMENT made and entered into this day of, 20_ by and between the City of South Miami, a Florida municipal Corporation by and through its City Manager (hereinafter referred to as "City") and Indigo Energy Partners, LLC, (hereinafter referred to as "Contractor"). WITNESSETH: WHEREAS, the contract for Gasoline and Diesel Fuel contract was competitively solicited by Miami-Dade County pursuant to ITO No and after completing a competitive bidding process, awarded a contract to Contractor; and WHEREAS, the City of South Miami desires to utilize the Gasoline and Diesel Fuel contract and pursuant to authority of the City of South Miami's Charter. NOW, THEREFORE, the City and the Contractor, each through their authorized representative/official, agree as follows: 1. The City desires to enter into a Contract, under the same terms and conditions as set forth in the solicitation and the agreement between the Contractor and the Miami-Dade County for Gasoline and Diesel Fuel. 2. The City has reviewed the contract and agrees to the terms and conditions to be applicable to a purchase order to be issued by the City and further agrees to the fair and reasonableness of the pricing. Contractor hereby agrees to provide such goods and/or services, pursuant to the City's purchase order made during the term of this agreement, under the same price(s), terms and conditions as found in the Solicitation Documents and the Response to the Solicitation, and the Agreement/Contract and/or the Award, pertinent copies of which are attached hereto as Exhibit A, and made a part hereof by reference. 3. All references in the contract between Miami-Dade County and Contractor, shall be assumed to pertain to, and are binding upon Contractor and the City of South Miami. All decisions that are to be made on behalf of Miami-Dade County, as set forth in the Miami Dade County ITO No and Contract No /18-9 and its agreement with Contractor, shall be made by the City Manager for the City of South Miami. The term of the contract, including all extensions authorized by the contract shall not exceed five years. Notwithstanding anything contained in the ITO No and Contract No /18-9 or the Miami-Dade County contract to the contrary, this agreement shall be governed by the laws of the State of Florida and venue for all dispute resolutions or litigation shall be in Miami-Dade County, Florida. 4. Scope of Goods and Services. The scope of goods and services are set forth in the attached Exhibit A. 5. Contract Price. The contract price for the good and services is set forth in the attached Exhibit B. If not otherwise set forth in the Miami-Dade County Agreement/Contract, the Contractor shall be paid upon delivery of all the goods, the completion of all the services and after final inspection by the City that approves of the Thomas F. Pepe Page 1 of5

6 goods delivered and the work performed. 6. Grant Funding: This project is being funded N/A and Contractor agrees to comply with all the requirements of that Grant, applicable to the delivery of the goods and services that are the subject of this Agreement, and that are within its power to provide and to provide all the documentation within its control that is required for the City to be able to recover the contract price pursuant to the terms of the grant. A copy of the grant is attached hereto and made a part hereof by reference. 7) Public Records: CONTRACTOR and all of its subcontractors are required to comply with the public records law (s ) while providing goods and/or services on behalf of the CITY and the CONTRACTOR, under such conditions, shall incorporate this paragraph in all of its subcontracts for this Project and shall: (a) Keep and maintain public records required by the public agency to perform the service; (b) Upon request from the public agency's custodian of public records, provide the public agency with a copy ofthe 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 this chapter or as otherwise provided by law; (c) 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 Contract term and following completion of the Contract if CONTRACTOR does not transfer the records to the public agency; and (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of CONTRACTOR or keep and maintain public records required by the public agency to perform the service. If CONTRACTOR transfers all public records to the public agency upon completion of the Contract, CONTRACTOR shall destroy any duplicate public records thai are exempt or confidential and exempt from public records disclosure requirements. If CONTRACTOR keeps and maintains public records upon completion of the Contract, CONTRACTOR shall meet all applicable requirements for retaining public recor~s. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the 'information technology systems of the public agency. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT ; mmenendez@southmiamifl.gov; 6130 Sunset Drive, South Miami, FL Waiver Jury Trial: City and Contractor knowingly, irrevocably voluntarily and intentionally waive any right either may have to a trial by jury in State or Federal Court proceedings in respect to any action, proceeding, lawsuit or counterclaim arising out of the Contract Documents or the performance of the Work thereunder. 9. Validity of Executed Copies: This agreement may be executed in several counterparts, each of which may be construed as an original. 10. Attorneys' Fees and Costs: In the event of any litigation between the parties arising out of or relating in any way to this Agreement or a breach thereof, each party shall bear its own costs and legal fees. Nothing contained herein shall prevent or prohibit the right to be indemnified for any attorney fees incurred in the defense of an action by a person or entity who is not a party to this Agreement. Thomas F. Pepe Page 2 of5

7 11. Severability: If any term or provision of this Agreement or the application thereof to any person or circumstance shall, to any extent, be invalid or unenforceable, the remainder of this Agreement, or the application of such term or provision to persons or circumstances other than those to which it is held invalid or unenforceable, shall not be affected thereby and each term and provision of this Agreement shall be valid and enforceable to the fullest extent permitted by law. IN WITNESS WHEREOF, and as the duly authorized act of the parties, the undersigned representatives of the parties hereto have caused this instrument to be signed in their respective names by their proper officials on or before the day and year first above written. Indigo Energy Partners, LLC: By: (type name and title of signatory above) ATTEST: By: Maria M. Menendez, CMC City Clerk CITY OF SOUTH MIAMI By: Steven Alexander City Manager Read and Approved as to Form, Language, Legality and Execution Thereof. By: ----~ Thomas F. Pepe City Attorney Thomas F. Pepe Page 3 of5

8 ,INtEBNAL,$,EBV!,CF;SOt;PABTMJ;Nt,PRo,QVRJ;MSNt MANA,GEMEl.N:r:;~I;RYIQ!;$ " C h,'l~ R f( 0 F1Hf;~8JOAl~flH1NW1.$I$tte.~t '&ljtl~'1~ O ", ~,',., Miaml,FfQn(faG312~ it914 Zm'HAy",sAH9:54 AI! Re.$ppndin9'l~ndQJ~\(S.e:e. Pi$tribut!90 ll t) ~,W~~~PT::Q'QNlRA~TJ:~IO:~;~1A3:~~(1~6. " TrctN();;$1'4a~6~ ;fry:lg~g~$t)llhe,am Dles.el 'Riter.' Oe.a(Yf3ndoJ~ itn accotdahcij;wlths~ctrott'1,.12:of theabove-tef~teficed s<incit~iiolli andxsactiofi;2*:6i4oftb~qod~-6fmiaml~dade: equnl~; ybtfafe:h:e,teb~.nptified;l~attlje'eo:ofjty Ma Qxor:d&SigfieereCmtlmends :awarddf'fbis:cqntr:acj t(;f~, ItrQlgql;D:~r9Y;P~,nfl~(~ILL~tAwil\r,d QH~rQ.yp$ /f.!jdcia. -Pro. ~n~rgyi:~lq{aw~tq qf Gri!iQP'C ' I Vanttor(~lnpt~oosider~'d,t6raWatd q~~: M\:ln$fl~ld Qn,Cornpanyof'~~j)Je.$v'i1I~j [loci The'prOVi$iOh,,(jfthiS notiee.~lso gerves t6c6nfltm, tfleliftf~gl)lth~go'rt&0f;sllencefrqm,fi1ls.ptoburefrtentaoliotl,as dlelatedby '$ebti01'1,q~11)1(t) ojlheco:unt'ygode." Thij PrQeur.~ltleritManagefrtentSarvtGe$ 'OMs.i,on pf lbe,lritemal $enices" Dapartm~otc,:~Pl,1(ffeiatesthe:ri~rfitipatton o,f:a/l\i.endq(swhoj~$ttqljdagt() lbe!$ybje,qtq~iqn. ftyg(lb~yq"qij~~nqtwi, pr~~ e gn1a~tj~~ij~sl;~~:j~ ~05~:37~~:4264e'mall:fiI@riJlamidadf1,goV: ;i\tta hmeot;tal:iouiti611 Sheet,tJlsrributioo; JrdfgQ:l:netgy;Raitner$i LLC M~o~fjeld QIIG~mp~l'ly()fg.~m ~syule 109), Pro Energy LLC

9 EXHIBIT A CONTRACT FOR GASOLINE AND DIESEL FUEL 1. SOLICITATION DOCUMENTS 2. SCOPE OF SERVICES 3. RESPONSE TO SOLICITATION Thomas F. Pepe Page 4 of5

10 Miami-Dade County Solicitation Solicitation , Gasoline and Diesel Fuel Solicitation Desig nation: Private COUNTY Miami-Dade County 3/29/ :31 AM p. 1

11 Miami-Dade County Solicitation Solicitation Gasoline and Diesel Fuel Solicitation Number Solicitation Title Gasoline and Diesel Fuel Solicitation Start Date Solicitation End Date Question & Answer End Date Mar 29,20171:21:28 PM EDT Apr 14,20176:00:00 PM EDT. Apr 7,20176:00:00 PM EDT Solicitation Contact Jesus Lee Solicitation Contact Celeste Walker Solicitation Contact Phillip Ford Procurement Contracting Manager ISD - Procurement Management Services pford@miamidade.gov Contract Duration Contract Renewal Prices Good for See Bid Documents See Bid Documents See Bid Documents Solicitation Comments Please refer to the original solicitation for Method of Award by Group. Addendum # 1 New 'Documents Attachment A Delivery Locations.xlsx Item Response Form Item Lot Description Quantity. Unit Price Delivery Location Group A, Gasoline: Transport Truck Deliveries, Payment NET 45 Regular Gasoline 5000 gallon No Location Specified 3/29/ :31 AM p. 2

12 Miami-Dade County Solicitation Qty5000 Description Transport Truck Deliveries,,",,,,,'m,,n! Item Lot Description Quantity Unit Price Delivery Location Group A, Gasoline: Transport Truck Deliveries, Payment NET 45 Mid-Grade Gasoline gallon No Location Specified Qty Description Transport Truck Deliveries, Payment NET 45 Mid Grade Item Lot Description Quantity Unit Price Delivery Location Group A, Gasoline: Transport Truck Deliveries, Payment NET 45 Premium Gasoline gallon No Location Specified Qty Description Transport Truck Deliveries, Payment NET 45 Premium Item Lot Description Quantity Unit Price Delivery Location Group A, Gasoline: Tank Wagon Deliveries, Payment NET 45 Regular Gasoline gallon No Location Specified Qty Description Tank Wagon Deliveries, Payment NET 45 Regular Item Lot Description Quantity Unit Price Delivery Location Group A, Gasoline: Tank Wagon Deliveries, Payment NET 45 Mid-Grade Gasoline gallon No Location Specified 3/29/201711:31 AM p.3

13 Miami-Dade County Solicitation Qty Item Lot Description Quantity Unit Price Delivery Location Group A, Gasoline:Tank Wagon Deliveries, Payment NET 45 Premium Gasoline gallon Qty Item Lot Description Quantity Unit Price Delivery Location Group A, Gasoline: Transport Truck Deliveries, Payment NET 15 Regular Gasoline gallon No Location Specified Qty Description Transport Truck Deliveries, Payment NET 15 Regular Item Lot Description Quantity Unit Price Delivery Location Group A, Gasoline: Tank Wagon Deliveries, Payment NET 15 Regular Gasoline gallon No Location Specified Qty Description Tank Wagon Truck Deliveries, Payment NET 15 Regular Item Lot Description ' Quantity Unit Price Delivery Location Group B, Diesel: Transport Truck Deliveries, ULSD No.2 (Clear) Payment NET 45 Diesel gallon No Location Specified 3/29/201711:31 AM p.4

14 Miami-Dade County Solicitation Qty Description Truck Deliveries, ULSD No. ~ Item Lot Description Quantity Unit Price Delivery Location Group B, Diesel: Transport Truck Deliveries, ULSD No.2 (Red Dye) Payment Net 45 Diesel gallon No Location Specified Description Qty r<>nc>nrorr Truck Deliveries, ULSD No.2 Item Lot Description Quantity Unit Price Delivery Location Group B, Diesel: Tank Wagon Deliveries, ULSD No.2 (Clear) Payment Net 45 Diesel gallon No Location Specified Qty Description Tank Wagon Deliveries, ULSD No.2 (Clear) Payment Net 45 Item Lot Description Quantity Unit Price Delivery Location Group B, Diesel: Tank Wagon Deliveries, ULSD No.2 (Red Dye) Payment Net 45 Diesel gallon No Location Specified Qty Description Tank Wagon Deliveries, ULSD No.2 Item Lot Description Quantity Unit Price Group B, Diesel: Transport Truck Deliveries, ULSD No.2 (Clear) Payment Net 15 Diesel gallon 3/29/ :31 AM p. 5

15 Miami-Dade County Solicitation Delivery Location No Location Specified Qty Description Truck Deliveries, ULSD No.2 (Clear) 1J,,~'m"'nt Item Lot Description Quantity Unit Price Delivery Location Group B, Diesel: Tank Wagon Deliveries, ULSD No.2 (Clear) Payment Net 15 Diesel galion No Location Specified Qty item Lot Description Quantity Unit Price Delivery Location Group B, Diesel: Tank Wagon Deliveries, ULSD No.2 (Red Dye) P.ayment Net 15 Diesel 1000 galion No Location Specified Qty 1000 Description Tank Wagon Deliveries, ULSD No.2 (Red Dye) Payment Net 15 Item Lot Description Quantity Unit Price Delivery Location Group C, Diesel for PCHD: Tank Wagon Deliveries, ULSD No.2 (Red Dye) Payment Net 45 Diesel galion No Location Specified Qty /29/201711:31 AM p.6

16 Miami-Dade County Solicitation BID NO.: OPENING: 6:00 PM Gasoline and Diesel Fuel Apr 14, 2017 MIAMI-DADE COUNTY, FLORIDA INVITATION T 0 BID TITLE: Gasoline and Diesel Fuel BIDS WILL BE ACCEPTED UNTIL 6:00 PM ON Apr 14,2017 FORINFORMA TION CONTACT: Jesus Lee fjl@miamidade.gov IMPORTANT NOTICE TO BIDDERS/PROPOSERS: READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS, AND HANDLE ALL QUESTIONS IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(0) OF THE GENERAL TERMS AND CONDITIONS. THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION. FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER YOUR PROPOSAL NON RESPONSIVE. 3/29/201711:31 AM p. 7

17 Miami-Dade County Solicitation SECTION 1 GENERAL TERMS AND CONDITIONS: All general terms and conditions of Miami-Dade County Procurement Contracts are posted online. Bidders/Proposers that receive an award from Miami-Dade County through Miami-Dade County's competitive procurement process must anticipate the inclusion of these requirements in the resultant Contract. These general terms and conditions are considered non-negotiable. All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online at the Miami-Dade County Procurement Management website by clicking on the below link: NOTICE TO ALL BIDDERS/PROPOSERS: Electronic bids are to be submitted through a secure mailbox at BidSync ( until the date and time as indicated in this Solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the Solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a proposal inresponse to a Miami-Dade County solicitation via BidSync. Electronic proposal 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 technical specifications please utilize the question/answer feature provided by BidSync at within the solicitation. Questions of a material nature must be received prior to the cut-off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of services, or bidding procedures will only be transmitted by written addendum. (See addendum section of BidSync site). Please allow sufficient time to complete the online forms and upload of all proposal documents. Bidders/Proposers should not wait until the last minute to submit a proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged (Confirm) and recorded into BidSync before the closing time or the system will stop the process and the response will be considered late and will not be accepted. PLEASE NOTE THE FOLLOWING: No part of your proposal can be submitted via HARDCOPY, , OR FAX. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a proposal will be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the equipment, materials, and labor required. The entire proposal response must be submitted in accordance with all specifications contained in the solicitation electronically. 3/29/201711:31 AM p.8

18 Miami-Dade County Solicitation /29/201711:31 AM p.9

19 Miami-Dade County Solicitation MIAMI-DADE COUNTY QUOTE NO.: In accordance with Section 2, Paragraph 2.6 of Invitation to Bid /18 (Contract), Miami-Dade County (County) is hereby soliciting price quotes for Transport and Tank Wagon deliveries of bulk gasoline and diesel fuels (reference of the Contract, Group One, Transport and Tank Wagon Deliveries). By Signing and uploading a price quote in response to this Invitation to Quote (ITQ) the prequalified Bidder agrees to adhere to the terms and conditions of the contract and the. changes to such terms and conditions provided herein. PURPOSE: The purpose of this Invitation to Quote (ITQ) is to secure price quotes for delivery of un-branded fuel as specified herein for a one year period. Delivery is required starting June through May (also see extension in Section 1, Paragraph 6 herein).. METHOD OF AWARD: BY GROUP Award will be made in the aggregate on a group by group basis to the lowest priced responsive, responsible Bidder who meets or exceeds the minimum requirements below and submits a price for all items within a Group. If a Bidder fails to submit an offer for all items within a group, its offer may be rejected for that group. This ITQ includes three groups: Group A for gasoline, Group B for diesel, and Group C diesel (dyed) only for the Miami Dade Public Housing and Community Development (PHCD). No County measures or preferences will be applied to the price evaluation of Group C due to the use of federal funding by PHCD. MINIMUM REQUIREMENTS FOR THIS ITQ 1. Access to fuel at two ports. The apparent low Bidder shall be able to obtain (lift) fuel from at least two Florida ports, other than Port Everglades, with either Tampa or Orlando (to fulfill one port) and Cape Canaveral, Jacksonville or any Georgia ports that regularly offers fuel as needed herein (to fulfill the second port). All Bidders shall upload to BidSync documentation from any terminal operator, or a company who has a contract with a terminal operator at these ports, to the satisfaction of the County. The documentation shall be from each port or a terminal operator in these port(s) in the Bidder's name, or Bidders supplier's name. Once awarded, the Awarded Bidder shall substantially maintain such access during the term of this contract. 2. Agreement with a Terminal Operator for un-branded fuel. The Bidder shall have and upload to BidSync an agreement or agreements with at least one Terminal Operator at Port Everglades, or with distributor(s) that have agreements with Terminal Operators at Port Everglades for the purchase of the applicable fuel. All Bidders shall provide and upload to BidSync documentation that such agreements, at the sole discretion of the County, provides sufficient amounts of fuel to the Awarded Bidder to supply the County's estimated needs in Section 2, Paragraph 11 herein. NOTE: The County reserves the right to request additional documentation and information related with this ITQ during evaluation. PRICING TERMS: A. Price Submit a "Differential Per Gallon" price for Net 45 Day payment, in accordance with Scope of Services for providing the fuel types and services including delivery of fuel, excluding the "Emergency Fuel Delivery" fees which are provided for in item "C" below. Pricing shall be submitted via BidSync in the Item Response Form, as a fixed price and shall include all supplies and any and all expenses for the bidders to provide these services under the Contract. B. Early Payment Discount Price The Early Payment Discount Price is as follows: 3/29/ :31 AM p. 10

20 Miami-Dade County Solicitation MIAMI-DADE COUNTY QUOTE NO.: Submit a "Differential Per Gallon" price for Net 15 Day payment, in accordance with Scope of Services for providing the fuel types and services including delivery of fuel, excluding the "Emergency Fuel Delivery" fees which are provided for in item "C" below. Pricing shall be submitted via BidSync in the Item Response Form, as a fixed price and shall include all supplies and any and all expenses for the bidders to provide these services under the Contract. C. Emergency Fuel Delivery In accordance with Scope of Services, Section 2, Paragraph 7 herein, entitled Emergency Contingency Plan, the cost for fuel delivered from ports or terminals other than Port Everglades will be reimbursed by the County at the actual market freight rate with no mark-up by the Contractor. The awarded Bidder shall provide documentation of their additional freight cost as a condition of reimbursement. The fuel delivery rate shall be capped at $ per delivery. However, should the need arise, the Awarded Bidder can request approval of a higher rate for a delivery by obtaining prior authorization from the County. SECTION 1 SPECIAL TERMS AND CONDITIONS 1. The general terms and conditions of contract /18, which may be pertaining to this solicitation can be viewed online at the Miami-Dade County Procurement Management website by clicking on the below link: hups://www. miamidade.gov/dpmww/searchawardsheetattachments.aspx?contractld=3143-9/18 2. Bidder shall insert unit price as required opposite each line item. Unit price shall prevail. 3. The referenced Contract (3143-9/18), this ITO, any addenda, and/or properly executed modifications, the purchase order (if issued), and change orders (if applicable), constitute the entire contract. 4. All products specified herein shall be fully guaranteed by th!3 awarded Bidder. The awarded Bidder at no cost to the County will correct any product defects, which may occur as the result of faulty products. The County does not waive the implied warranties granted under the Uniform Commercial Code or other standards as applicable. 5. All products shall be new and unused. 6. The County may, at its sole option, extend the terms of this ITO for up to ninety (90) calendar days where the County determines it is in its best interest. 7. Rejected goods remain the property of the Bidder and all risk of loss remains with the Bidder. Bidder must remove all rejected goods from County property within the time frame established by the County. 8. The Internal Services Department Director, or designee, may issue an award under this solicitation. The awarded Bidder shall honor no request for performance until the Director, or designee, has made an award. 9. All out-of-pocket expenses, including employee travel, per diem, and miscellaneous costs and fees, are included in the awarded Bidder's price, as the County shall not reimburse them separately. 10. All prices are quoted F.O.B. destination. Freight (Le., transport costs) shall only be paid by the County pursuant to the "Pricing" section, Paragraph C "Emergency Fuel Delivery" herein. All fuel shall remain property of the Contractor until accepted and signed for by an authorized County representative. 11. The County is exempt from certain taxes and fees (Federal, State, and Local) except applicable taxes and fees listed below, subject to legislative or administrative change as applicable. Please note this list of taxes and fees below is provided as a reference tool only. It is the awarded vendor's responsibility to collect the appropriate taxes and seek all available reimbursements. If the awarded vendor seeks to collect a tax not listed it shall provide the County with justification for such tax. 3/29/201711:31 AM p. 11

21 Miami-Dade County Solicitation MIAMI-DADE COUNTY QUOTE NO.: Awarded vendors must register with the Internal Revenue Service as "Ultimate Vendor" on IRS Form 637 (or other appropriate form,if applicable) to apply for federal Excise Tax reimbursement. Upon request, the County will issue awarded vendors a signed Model Certificate P, CERTIFICATE OF STATE USE, and the County's State of Florida, CONSUMER'S CERTIFICATE OF EXEMPTION. It is the awarded vendor's responsibility to request and obtain all required certificate(s) from the County. Purchase of fuel for County use or other tax exempt entity's use: Taxes/Fees County Exemption Federal Exempt from Excise Tax Only State Not Exempt Local Not Exempt. Purchase of fuel for resell to private consumers: Taxes/Fees County Exemption Federal Not Exempt. State Not Exempt Local Not Exempt 12. The "Differential Per Gallon" shall be fixed and firm for the term of the contract and for any extension periods, unless modified by mutual agreement via an executed Supplemental Agreement. 13. The awarded Bidder shall provide first and exclusive priority of its supply of fuel to the County, no matter the source of its fuel during the entire term of this contract including supply interruptions or shortages. 14. The Awarded Bidder shall endeavor to meet the County's needs at all time, especially during supply interruptions or shortages, by proactively sourcing fuel from any available source industry wide. 15. The following insurance coverage supersedes the insurance coverage in ITB /18 and in General Terms and COhditions on page two of this ITO. 1. Worker's Compensation Insurance for all employees of the Contractor as required by Florida Statute Public Liability Insurance on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. Miami-Dade County must be shown as an additional insured with respect to this coverage. The mailing address of Miami-Dade County 111 N.W. 1st Street, Suite 1300, Miami, Florida , as the certificate holder, must appear on the certificate of insurance. 3. Automobile Liability Insurance covering all owned, non-owned, and hired vehicles used in connection with the Services, in an amount not less than *$1,000,000 combined single limit per occurrence for bodily injury and property damage. Policy shall be endorsed to provide Broadened Coverage - Endorsement CA 9948 (or equivalent). *Under no Circumstances are these contractors permitted on the Airside Operations Area (A.O.A.) side without increasing automotive coverage to $5,000, Special Invoicing Requirements - The Awarded Bidder shall submit an invoice to the County's applicable user department after fuel has been delivered to the site by the Awarded Bidder. Submittal of these invoices shall not exceed thirty (30) calendar days from the delivery of the items. Invoices may be ed. Under no circumstances shall the invoices be submitted to the County in advance of the delivery and acceptance of the items. The invoices shall 1) clearly reference the corresponding delivery ticket number or packing slip number that was signed by an authorized representative of the County user department at the time the items were delivered and accepted; 2) pricing information to include unit price and extended total price of the goods and services provided and all applicable discounts; 3) description of all goods and services provided; 4) delivery information to include delivery 3/29/ :31 AM p. 12

22 Miami-Dade County Solicitation MIAMI-DADE COUNTY QUOTE NO.: terms set forth within the Miami-Dade County Release Purchase Order and location and date of delivery of goods and services provided. 17. Invoices and associated back-up documentation shall be submitted electroliically by the Awarded Bidder to the applicable County departments as follows: Aviation Corrections Fire Rescue Internal Services/Fleet Mgt. Omar Jameison Mohammad Haq Marianela Betancourt Fuel Help Desk (305) NW 22 Street 2525 NW 62 nd Street 9300 NW 41 Street Jackie Dashtaki Miami, FL Miami, FL Doral, FL (305) 375"3479 or Marsha Wilchcombe airport. com (305) NW 1 st Street. Suite 1050 Miami, FL ISD-FMFC@miamidade.Qov Housing Park and Recreation Police Department Seaport Csonka Ferguson Jorge Rodriguez De'Chan Demeritte Leticia Smith 701 NW 1 ST Ct. Floor NW 2 nd Street 9105 NW25 St 1015 N. America Way Miami, FL 'Miami, FL Miami, FL Second Floor Miami, FL MDHA- jyr@miamidade.gov dademeritte@mdpd.com AP@miamidade.gov Icsmith@miamidade.gov Transit Water and Sewer Vizcaya Department of Solid Waste Rodney McMillian Mercy Ramirez or Anabel Miro or.zoe Caballero Management 3401 NW 31 st Street Patrice Sykes 3251 South Miami Ave Marie Brutus Miami, FL SW 38 th Avenue Miami, FL NW 62 nd Street, 5 th I Miami, FL (Anabel) Floor (305) Miami, FL Rodney@miamidade.gov (786) (Zoe) merc@miamidade.gov anabel.miro@vizcayamuseum.org psyke@miamidade.gov zoe.caballero@vizcayamuseum.org l2ayables@miamidade.gov The County may at any time designate a different address and/or contact person by giving written notice to the awarded Bidder. 18. Miami-Dade Public Housing and Community Development (PHCD) - Exemption To Certain Clauses Due To The Use Of Federal Funds. The Miami Dade Public Housing and Community Development (PHCD) will access the resultant contract of this ITQ. As a federally-funded agency, certain clauses within this ITQ do not apply to PCHD, including: Local Preferences, Small Business Contract Measures, County User Access Program-UAP, Local Certified Service - Disabled Veteran's Business Preference. The following clauses do apply to PCHD. The forms mentioned below are attached to the containing this solicitation. a) HUD Instructions to Offerors Non-Construction (Form HUD-5369-B) This provision is designed to provide information to prospective contractors about the solicitation stage of the procurement process. Terms and conditions which apply to the contract upon award are referred to as contract clauses. Form HUD-5369-B contains provisions to be included in all solicitations for non-construction work. b) Certifications and Representations of Offerors Non-Construction Contract (Form HUD C) Form HUD-5369-C includes clauses required by OMB's common rule on bidding/offering procedures, implemented by HUD in 24 CFR 85.36, and those requirements set forth in 3/29/ :31 AM p. 13

23 Miami-Dade County Solicitation MIAMI-DAD~ COUNTY QUOTE NO.: Executive Order for small, minority, women-owned businesses, and certifications for independent price determination, and conflict of interest. c) General Conditions for Non-Construction Contracts Section I - (With or without Maintenance Work) (Form HUD-5370-C) This form is applicable to any contract agreement entered into between Miami-Dade County, as represented by PHCD, and the successful offeror(s). Form HUD-5370-C includes clauses required by 24 CFR 85.36(i) necessary for non-construction contracts. 19. Security Requirements - Immediately upon award notification, the successful Bidder(s) will be given the contact information for each County department listed below to coordinate and satisfy tbeir specific security requirements. This list is not all encompassing and is subject to change. Security requirements may include, but not limited to, completing various security forms and obtaining identification badges for Bidder's employees entering department facilities. It is the Bidder's responsibility to obtain final security approval from each department before the effective date of the term of this ITQ. Departments Miami-Dade Police Miami-Dade Transit Miami-Dade Water and Sewer SECTION 2 SCOPE OF SERVICES 1. Background Miami-Dade County consumes approximately 25 million gallons of various gasoline and diesel fuels each year (see Section 2, Paragraph 11) for its fleet of vehicles, generators, and other equipment. Fuel is stored and distributed at numerous above and below storage tanks at facilities located throughout Miami-Dade County as listed in Attachment A, which is subject to changes, additions and. deletions of locations during the term of this ITQ. Attachment A will be attached to the containing this ITQ as an excel spreadsheet. The intent of this ITQ is to obtain fuel to meet the County's fuel requirements under normal conditions, and continue to obtain fuel on a first priority basis during emergency conditions that may disrupt the availability of fuel in the general area. The County is seeking to contract with one Bidder that shall have a contract with a fuel distributor(s) or a terminal operator(s), for the supply and delivery of fuels to the County. 2. Standards All fuels shall conform to the latest standards pursuant to the Florida State Department of Agriculture and Consumer Services Division. For fuel with no current standards under the Florida State Department of Agriculture and Consumer Services, the fuel type shall meet all ASTM International standards. The awarded Bidder shall comply with product and transportation requirements, regulatory mandates, and environmental standards established by the Florida Department of Transportation (FOOT) and the U.S. Environmental Protection Agency (EPA). 3. Fuel Types and Grades Required The types of fuel that the County anticipates purchasing are listed below. However, the County reserves the right, at its sole discretion, to change this list by either the adding or deleting fuel types as may become necessary for the County's needs. When a class, type, or category of fuel is needed, 3/29/201711:31 AM p. 14

24 Miami-Dade County Solicitation MIAMI-DADE COUNTY QUOTE NO.: the County may request a price quote and provide the specifications for the fuel to the awarded Bidder no less than fifteen (15) days in advance of the first request for such fuel. The County may purchase new fuel types from the awarded Bidder or from other source. The types of fuel identified for this ITQ are: a} E10 Gasoline, Regular (to test no less than 87 Octane). b} E10 Gasoline, Mid-Grade (to test no less than 89 Octane). c} E10 Gasoline, Premium (to test no less than 91 Octane). d} Diesel Fuel No.2, Red-Dyed e} Diesel Fuel No.2, Non-Dyed 4. Differential Firm and Fixed Service Adder (Differential): This charge shall be defined as consisting of all charges necessary for the awarded Bidder to fully complete and invoice the business transaction inclusive of. delivery, profit, and any other fees, except for the Fuel Tax Rates as detailed in Section 1, Paragraph 11. The County shall pay the awarded Bidder: 1} the price o'ifferential; 2} the applicable taxes/fees (per Section 1, Paragraph 11); and 3} the daily fuel price based on the Oil Price Information Service (OPIS) branded or unbranded (10:00 am) Rack Average Report (as illustrated below) for the day of delivery for the appropriate fuel type and category for Miami, Florida. The County will also pay for the emergency fuel delivery fees in accordance with the "Emergency Fuel Delivery" paragraph in the "Pricing" section. The User Access Program (UAP) and the Inspector General (IG) fees will not be deducted by the County from the Differential. See Sample Invoice at the end of this ITQ. The following is an illustrative sample of the OPIS report for gasoline and diesel: MIAMI, FL 10:00:49 EDT RVP CO NT AVG-03/11 20XX **OPIS CONTRACT BENCHMARK FILE** **OPIS GROSS CBOB ETHANOL (10%) PRICES** 9.0 Unl Mid Pre 2XX.XX 2XX.XX 3XX.XX MIAMI, FL 10:00:49 EDT CO NT AVG-03/11 **OPIS CONTRACT BENCHMARK FILE** **OPIS GROSS ULTRA LOW SULFUR DISTILLATE PRICES** No.2 No.1 Pre 3XX.XX 20XX MIAMI, FL 10:00:49 EDT PRICES** CONT AVG-03/11 **OPIS CONTRACT BENCHMARK FILE** **OPIS GROSS ULTRA LOW SULFUR RED DYE DISTILLATE No.2 No.1 Pre 3XX.XX 20XX /29/ :31 AM p. 15

25 Miami-Dade County Solicitation MIAMI-DADE COUNTY QUOTE NO.: The awarded Bidder shall provide the County written notice of any changes within a reasonable time of all available Federal or State credits and discounts available on all fuel types being purchased herein. The awarded Bidder shall apply all applicable credits and discounts to the price charged to the County, and identify and reflect the discount on the applicable invoices. 5. Fuel Delivery Services. A. The awarded Bidder shall have, or be able to contract with a company that has a fleet of fuel trucks capable of accessing (lifting) fuel from Florida and/or Georgia ports and deliver to numerous County facilities listed on Attachment A. The awarded Bidder may use its own resources or use subcontractors to provide the fuel deliveries. B. The awarded Bidder shall make deliveries within twenty-four (24) hours of receipt of a County order or as directed by the County. All deliveries shall be made in accordance with good commercial practice, and within the specified operating hours of the applicable facilities, including fuel deliveries on Saturday and Sunday. In cases where the delivery will be delayed due to acts of nature, strikes, or other causes beyond the control of the awarded Bidder, the Awarded Bidder shall notify the County's authorized representative (at the applicable facility) of the delays, in advance of the delivery time, so that a revised delivery schedule can be arranged with the County's authorized representative at the applicable facility. C. The awarded Bidder shall provide reliable fuel delivery by using transport truck (fuel amounts in excess of 5,000 gallons) and tank wagon (fuel amounts of 5,000 gallons or less) deliveries. The County anticipates that the majority of its fuel orders will be delivered using transport truck deliveries. All tank wagon trucks shall be outfitted with the appropriate meters and measuring equipment for fuel delivery. Transport truck deliveries shall be accompanied by the Bill of Lading from the fuel terminal. D. All fuels loaded for deliveries shall be temperature adjusted to 60 0 F or in accordance with the latest edition of the ASTM International applicable standards for Petroleum Measurement Tables. The awarded Bidder shall invoice based on the net gallons of fuel delivered after temperature compensation. The County reserves the right to reconcile any deviation of fuel delivered by using the County's electronic tank gauging system (e.g., Veeder Root). E. All fuel shall be quoted and delivered F.O.B. destination to the locations listed in Attachment A. The County reserves the right to add or delete locations and tanks listed in Attachment A at any time during the contract term. Awarded Bidder shall hold title to the goods until such time as they are delivered. Fuel price shall include all costs of transporting, delivery, and unloading to the locations listed in Attachment A, except for Emergency Fuel Delivery as described in the Pricing Section above. Awarded Bidder shall secure the authorized County representative's acceptance signature for fuel deliveries on delivery ticket(s). A copy of the signed delivery ticket(s) shall be submitted with the invoice. F. The awarded Bidder may be required to deliver a split load of transport truck delivery to two County facilities, at no additional cost to the County. 6. Truck Certification Fuel delivery shall be in trucks equipped with a sealed State of Florida approved and inspected meter or that have State of Florida Department of Agriculture and Consumer Services sealed, calibrated, and certified compartment tank volume markers for the petroleum product being delivered. 7. Emergency Contingency Plan The awarded Bidder shall, at all times, have an Emergency Contingency Plan that guarantees the County a continuous supply of fuel before, during, and after an emergency, as determined solely by the County. During emergencies the County has historically experienced an increase in its normal 3/29/ :31 AM p. 16

26 Miami-Dade County Solicitation MIAMI-DADE COUNTY QUOTE NO.: fuel purchases of about 40%-60% for a period of time depending on the nature of the emergency. The awarded Bidder shall provide the fuel at existing contract prices. If the need arises, the County will reimburse the awarded Bidder for fuel delivered from ports or terminals other than Port Everglades, with prior written approval from the County, per the Pricing section herein. 8. Fuel Spills A. The awarded Bidder shall be fully responsible for any and all actions of their employee's, including those that require abatement or clean up as result of an "improper" delivery. The awarded Bidder shall have and shall maintain those types and quantities of materials necessary to contain a fuel spill. B. The awarded Bidder shall promptly and thoroughly cleanup all fuel spills, pursuant to federal, state, and local regulations and shall pay for any environmental remediation and any agency fines or fees that result from the fuel spill. C. Discovery or occurrence of a fuel spill,/ on. overfill, excess water in the tank, suspected contamination of surrounding area, suspected tank failure, or any indication of chemical release shall be immediately reported by the awarded Bidder to the County. When the event is directly or indirectly the result of the awarded Bidder actions, the awarded Bidder shall also effect containment and initiate cleanup immediately. 9. Compliance with the Florida Occupational Safety and Health Act The awarded Bidder shall comply with all requirements of Chapter 442 of the Florida Statutes regarding Material Safety Data Sheets (MSDS). 10. Reporting Requirements The awarded Bidder shall complete and submit to the County the attached Fuel Delivery Report on a monthly basis, no later than the 15th day of the following month fuel was delivered to the County. The awarded Bidder shall not change the report format in any way. The County reserves the right to change the report. The awarded Bidder's completed Fuel Delivery Report shall be submitted Via to: Jesus Lee, Internal Services Department (FJL@miamidade.gov); Susannah Troner, Office of Sustainability (trones@miamidade.gov); and Manuel (Rick) Garcia, Division of Environmental Resources Management (GarciMa@miamidade. gov). 11. Consumption Data - Twelve (12) Month Period The following table is for informatio,nal purposes only and is not a guarantee of future purchases. It is merely an illustration of the number of gallons of gasoline and diesel delivered to the County. Diesel includes clear and dyed, and gasoline includes all octane grades. This data does not include the consumption of other cities and agencies. Gasoline: all grades Diesel: clear and dyed Jan , Jan-16 1,302, Feb , Feb-16 1,372, Mar , Mar-16 1,442, Apr , Apr-16 1,423, May , May-16 1,421, Jun , Jun-16 1,432, Jul , Jul-16 1,381, Aug , Aug-16 1,524, /29/ :31 AM p.17

27 Miami-Dade County Solicitation MIAMI-DADE COUNTY QUOTE NO.: Sep , Sep-16 1,428, Oct , Oct-16 1,452, Nov , Nov-16 1,402, Dec , Dec-16 1,380, Cities and Agencies Cities and agencies accessing this contract may include, but not limited to the list below. The County makes no guaranty whether or not any City or agency accesses this contract. City of Miami City of Miami Beach City of North Miami Village of Biscayne Park Barry University Miami Shores Village City of Miami Springs City of South Miami City of Sunny Isles Jackson Hospital 3/29/201711:31 AM p. 18

28 Miami-Dade County Solicitation MIAMI-DADE COUNTY QUOTE NO.: SAMPLE INVOICE 3/29/201711:31 AM p. 19

29 Miami-Dade County Solicitation Solicitation No Solicitation Title: Gasoline and Diesel Fuel Legal Company Name (include dlbla if applicable): Federal Tax Identification Number: I I I I If Corporation - Date Incorporated/Organized: State Incorporated/Organized: I I I I Company Operating Address: City State Zip Code I I I I I I I Remittance Address (if different from ordering address): City State Zip Code I I I I I I I Company Contact Person: t:mail Moress: I I I Phone Number Fax Number Company's Internet Web Address: (include area code): (include area code): I I I I I I Pursuant to Miami-Dade County Ordinance 94-34, 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. o 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, a "local business" is a business located within the limits of Miami-Dade County (or Broward County in accordance with the Interlocal Agreement between the two counties) that has a valid Local Business Tax Receipt. issued by Miami -Dade County; has a physical business address located within the limits of Miami-Dade County from which business is performed; and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. o Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) may render the vendor ineligible for Local Preference. LOCALL Y-HEADQUARTERED BUSINESS CERTIFICA TlON: For the purpose of this certification, a "locally-headquartered business" is a Local Business whose "principal place of business' is in Miami-Dade County or Broward County in accordance with the Inter/ocal Agreement between the two counties.. 0 Place a check mark here only If affirming the Biddermeets requirements for the Locally-Headquartered Preference (LHP). Failure to complete this certificat/on at this time (by checking the box) may render the vendor ineligible for the LHP. The address of the Locally-headquartered office Is [--- I Or.AI CFBIIFIED ~EIEBMI BllSlbiESS EblIEBPBISF CEBIIFICAIIObi' A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 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 of the Florida Statutes. 0 Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Fnterprise.,., copy of the certification must be submitted with the bid. SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If AQQlicable! 3/29/201711:31 AM p.20

30 Miami-Dade County Solicitation A Smilll Business Enterprise (SBE) must be certified by Small Business D~velopment 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 Small Business Development at (305) or access The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duralion of Ihe contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract Is your firm a Miami -Dade County Certified Small Business Enlerprise? Yes 0 NoD If yes, please provide your Certificalion Number: I I 6.QRI.!.TlNIZED QQMPANIES. WITH AQTlVITIES IN S.I.!.DAN LlS.T QB THE S.QRI.!.TlNIZED QQMPANIES. WITH ACTIVITIES. IN THE IRAN E!.fIHQI.EJI.M ftj.eb.g.r. SEkIQB I.lSI 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, as those terms are used and defined in sections and of the Florida Statutes. 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 response package through a duly authorized representative and shall also initial this space: I I. In such event, the Bidder shall furnish together with its bid response a duly executed written explanation of the facts supportirig any exception to the requirement for certification that it claims under Section of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the Counly to determine whether the claimed exception would be applicable. The County shallhfiv6 Ihe 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 plilged on the Scrutinized Companies for Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida's Government in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Seclion 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 or a selection committee in public. i3 submitlioll a bid pu[suaot til tbis solicitatillo. IlU all[1l1l tbat all &ul<b matll[ial& ma bllcllo&idll[lld to bllpublil< [Ilco[ds Ibll aiddll[ aball oolliubmil ao iofll[mali!lo io [IlIiIl!lOIiIlI!llbili S!lIi!<ilali!lD wbich thll 6iddll[ C!lDliidll[1i I!I bll a l[adlllillc[lll. 1I[!lII[illla[!I[ confideotiai. 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. AcknowledQment of Waiver: Bidder's Authorized Representative's Signature: I I I ~ I I Type or Print Name Type or Print 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 ABOVE 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: L. L.I Type or Print Name L._ Date I I Date 3/29/201711:31 AM p.21

31 I TYpe or PrI.tTltle I. Miami-Dade County Solicitation /29/ :31 AM p.22

32 Miami-Dade County Solicitation FAIR SUBCONTRACTING PRACTICES In compliance with Miami-Dade County Code Section 2-8.8, the Bidder/Proposershall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors. [ 1 o NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT. Signature Date 3/29/201711:31 AM p.23

33 Miami-Dade County Solicitation SUBCONTRACTOR/SUPPLIER LISTING (Maml-Dad. qounty Cod. Socllon and 10-34) Name of Bidde"Proposer: I FEIN No.1 n accordance With Sections 2-6.1,2 -a.8 and of the Miami -Dade County Code, this form must be submitted as a condition of award by all Bidders/Proposers on County contracts for purchase of supplies, materials or servicas, neluding professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. The Bidder/Proposerwho is warded this contract shall not change or substime first tier subcontractors or direc::t st.pp1iell's or the portions of the contract work to be perionned or matelials to be supplied from those identified, except upon Wlitten approval of the ounty. The Bidder/Proposer should enter the word 'NONE' under the appropriate heading of this form if no subcontractors or supp1fers will be used on the contract and sign the form below. In accordance with Ordnance No , en entity contracting with the County shall reporllhe race, gender and ethnic origin of the owners and employees of an first tier subcontractors/suppliers. In the event thai the recommended ld:1erlproooser demonstrates 10 the Countv orior to award thai the race. cencier and ethnic information Is not reasonablv availet!e al that time the BidderlProooser shall be roliaated to e.x.ercise dili ent efforts to rotain thai information nd provide the same to the County nollater than len 10 days afler ii becomes available and, in an evenl rior 10 final a ment under the contract PI... duplicate thl. form If addltionalsp... I. n.eded.) SUpplleal PrlnclplIOWnw' EmjII.yoe(') Business Ilat"lalBi (Enter the number of mile and fernlle ownan by recelethnlclty) -. (Enter thl number of mllelfld femlle employ", IfId the numb. 01 Nama and Principal ServICBB to b. em I.yeetby... tlllnlcit;) Add,... of Provided by N... O«ner A,alll... DI,eot SUppll... II F WhH. BlICk Iflplnlc ~on.i'acift' Amerlclnl 00.. II F Whitl Bleck Hilpanlc ~-"HIc Amerlcln! Supplier IIlud IId«NtIIvt,AJakan Ai_kill c== c::= c=j CJ CJ CJ c= c= CJ CJ c= c= c= CJ c:j CJ c= CJ C 'I r r J I r J [ 1 If J I[ f If If 1 If [ If If J f 1 [ J If 1 If - BU81ness ""0p.OI Y'lOrK EmjII.yoe(') PrfnclpeiOWner Name and tobo (Enter the nu!"blllc of mile IIId femlle employ", end the number of (Enler Ihe number of male and femlle ow,nm by racelethnicity) -. Add,... of PrIncipal Perfonned by ernploy... byrec&'ethnlcily) A~ll1er O«ner Subcontractorl Aslon.l'acift, Amerlclnl Suboontractorl Subconaultant II F WhH. BlICk Hllpanlc 00.. II F WhH. Bleck Hllpanlc ~I"""'ffi' Amerlcanl lilander Illender Netiv. Subconaultant AI"kon AI.ken II I I I I I I III I I I II I I I II I III 1,1 I I III I: L J [ J II ] II J L L I I J L IL It I J I [ ] If 1 [ ll[ 00. OIh, DMark here if rice, gendtr and ethnicity Information il not Ivailable and will be provided at a laler dall. This dala may ba submitted to conlractlng department or on-lineto the Small BUllne.. Development oftheln!ern_1 Services Department It hltp:lnw,mlamldd.lo'dlu.ln.wy$\n d... lopm.nt con1rlctl. p. AI II condition of flnel psym.nt, BldderlPropoler 'hili provlduubcontractor Information on the Subcontractor Pl'flTItnt Report Sub 200 form which CIlI be found at htlp:llwww.mllmldede.gov&ullne.. mbrery"orm.ftubcontractor.pryment.pdf. I certify fhat the representations confainsdin this SubconlractorlSupplierlisting are to the best of my know/edge /rue r,n_d_,,_,"_ra_io_. -, SlgnetureofBidderlPropo18' Print Nem. 3/29/ :31 AM p.24

34 Miami-Dade County Solicitation Miami-Dade County Contractor Due Diligence Affidavit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed againsuhe firm, its directors, partners, principals and/or board members based on a breach. of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami Dade County or not. All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PCO)/ AE Selection Coordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCQ. Contract No. : Federal Employer Identification Number (FEIN): Contract Title: Printed Name of Affiant Printed Title of Affiant Signature of Affiant Name of Firm Date Address of Firm State Zip Code Notary Public InformaUon Notary Public - State of County of by Subscribed and sworn to (or affirmed) before me this day of, He or she is personally known to me 20 or has produced identification Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal 3/29/201711:31 AM p.25

35 Solicitation OADEAIRPOOT 3/29/ :31 MAMI p.26

36 1 M "'" 100PTOFSOUOWASfE :;'~~::~',"'''N Mil:tmi-Diil,~unty ""MESVMllE 315-M Sol i.oii.atiq[;l MY72NOAVENUE 66OIWl72NOAVENUE ""'" FL RAY HARDING )j~ imham.pm 66OItlN72NDAVENUEGEN2 ""'" MAMI Fl 21O RAY HARDING :ll5-88u565 '"'' 6601 tin 72ND AVENUEGENI ~ Fl 21O AAYHAADING lj5-86h585 ~'''ill ""."''''''N 6601 tnh2ndavenuegen 1 MAMI Fl RAY HARDING 115-SflH565, 66OItffl72NOAV8ruEGEN ""'" FL "'" "" "" "" "" I~;;:~;~ I~~;:~;~ 66OItm72NOAVENUEGEN MAM' Fl RAY HARDING ): RAY HARDING ~"'ill"".'"',"'''n 6601 NW72NDAVENUEGEN "AM' FL AAYHARDING 3) I~~~~~ rmot RAY HMO'''' "~'''5 IMHAM.PM, ""'" JACK EPACE.OEORGE', IBAM-2PM, ", ~51S'STREET lji,..,,~"''''' ''''Oow. "... """"""'" ""'", 1;100,.'ASf '"OA I,,,, I",,,,,,,,~~. 1(1<~') ~-8531 M">D-100PM M",' I.200g.'ASf M-"'30-3<OPM,,, W""'."'''g' Mom', I"''''''.. M""",M.PM ~>d"" I,, Ii I 1701N'1/ '-''''' " If""IO"."'I., I.,,,N/I" IMom' AI,,,'''''''''' M">D.'OPM, E"", I."'.'" IM..., "~5"'''' "... "".. C...,.M-" PM JT"d~S" j&..", "... "'.ld<"", li80-!'.,,-"" IM-mo.ooPM,, 1""N'I/'"hA",,, ",30. 0OPM I",..",.",, 1'70 N'I/' " 10",'...'owS"'''' rim.,, 1"_",.', STREET...'Sh...". 1 do''''80g.~", 1"" ' 1,-",,,..,,, M~'A"""; 1"55'~-7808 M ",30-30OPM ::fc.~;, "SON'l/'.h"." 0",' 0,",00" 500,",00. I~:::~~:: I..""", 21500N'I/'71hA~oo o,",oo"'oog.~" I",~.R'" I~~~~~:' I::'~"""'" """""''''"' "'.. D.""...' I~'~'W' "'... f., "", IN'""A,,,", 0",' '.I80""''''g.IoM I~~~", Em~:: "",,,... "oo.~_'''''''.." I",",,,,,:, I"'~"h"", ~:::::. ::,.,.1....,", ""'" ISI."Chrl"~' 1'... 0,., ="''' '-"'''''''' ~;~~::...,;'".;~:'~615'78664'- I;;;::~,;:z. IDyedDlestil2Unh-75andl90gaDoIIS Is,;,~"",,=. ~:::;:: ""'",00, ""'", SO"'h 0.", "'""" 0"" 1o,",""5u'''-SO.''.''.500'''d500..,~ ". 3/29/ :31 AM p.27

37 Miami-Dade County Solicitation Question and Answers for Solicitation # Gasoline and Diesel Fuel 3/29/201711:31 AM p.28

38 5/26/2017 Bid_SubmitlaLForm_ hlni....fAJ~rni:p,~~~CQllr.tty, JI1~mar:Serfi.q'JQf!~,~llt Arobjtecttiral&:En~il1eerln9.an.d DeSign~Bplld$ervices foflfi 11tNWl~street;.Suite:t300/MiamifR la128 Solicitation No Legal Company Name (include dlbla if applicable): Solicitation Title: Gasoline and Diesel Fuel Federal Tax Identification Number: Indigo Energy Partners, LLC If Corporation Date Incorporated/Organized: State Incorporated/Organized: Georgia Company Operating Address: City State Zip Code 222 Main Street Gainesville GA Remitlance Address (if different from ordering address): City State Zip Code PO Box 2535 Gainesville GA Company Contact Person: Address: Chris Keener ckeener@indigoenergy.com Phone Number (include area code): Fax Number (include area code): Company's Internet Web Address: Pursuant to Miami-Dade County Ordinance 94-34, 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, a "local business" is a business located within the limits of Miami Dade County (or Broward County in accordance with the Interlocal Agreement between the two counties) that has a valid Local Business Tax Receipt, issued by Miami Dade County; has a physical business address located whhin the limits of Miami Dade County from which business is performed; and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) may render the vendor ineligible for Local Preference. LOCALL Y.HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, a "/ocally-headquartered business" is a Loca/ Business whose "principa/ place of business" is in Miami-Dade County or Broward County in accordance with the Inter/ocal Agreement between the two counties. Place a check mark here only if affirming the Bidder meets requirements for the Locally-Headquartered Preference (LHP). Failure to complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP. The address of the Locally-headquartered office is LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 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 of the Florida Statutes. 11 Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Alll2licablel A Small Business Enterprise (SBE) must be certified by Small Business Development 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 Small Business Development at (305) or access The SBE must be certified by the solicitation's submission deadline,- file:iiic:/users/skulick.csm1/appdatailocaiimicrosofllwindowsrremporary%20internet%20files/content.outiooki63qgfrph/bid_submitlalform_ /3

39 5/26/2017 Bid_Submittal_Form_ htm 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. Is your firm a Miami-Dade County Certified Small Business Enterprise? Yes No (ij If yes, please provide your Certification Number: SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR 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, as those terms are used and defined in sections and of the Florida Statutes. 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 response package through a duly authorized representative and shall also initial this space:. In such event, the Bidder shall furnish together with its bid response a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 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 would be applicable. 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 or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida's Government in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Section and Florida Statutes Chapter 119. As such, all material sub milled 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 or a selection committee in public. B~ submitting a bid Ilursuant to this solicitation, ~ou agree that all such materials ma~ be considered to be Ilublic records. The Bidder shall not submit an~ information in resllonse to this Solicitation which the Bidder considers to be a trade secret, lli'o[!rieta[jl or confidential. In the event that the Bid contains a claim that all or a portion of the Bid submitted contains confidenlial, 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 mailer 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: Chris Keener Date Type or Print Name Chris Keener Type or Print Title Director, Government Bids 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 ABOVE 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: Chris Keener Date Type or Print Name Chris Keener Type or Print Title Director, Government Bids file:iiic:/users/skulick.csm1/appdata/locai/microsofuwindowsrremporary%20internet%20files/content.outiook/63qgfrph/bid_submittal_form_

40 5/26/2017 Bid_SubmitiaLForm_ htm file:iiic:/users/skulick.csm1/appdatallocai/microsoftiwindowsffemporary%20internet%20files/content.outiook/63qgfrph/bid_submitialform_ /3

41 ATTACHMENT B CONTRACT FOR GASOLINE AND DIESEL FUEL CONTRACT PRICES Thomas F. Pepe Page 5 of5

42

43 ";'ril. milllnidad_c;gov.:~. May: 8,,:201:7 All R~sponding V~ndQr~ ($~~~ Oistribl,Jtipo Li t) SlJBJECT: CONTRACt No.;:3143~9/18,.B " '- - --, "", ItQN();:3143~6" -''' - TITLE: Gasoline and Diesel Fuel D~afV~n~Or$: CI..E!iI'\ OF THE 00/1 R['l 2-D lij-1ay... 8,AM 9: 5'4 '~Lr:~I" ClfWWT <" cuutny C I, i'iijd,jhjj\o~sounty. FLJ\. /I! INTJ:RNA_LS!:,RYICJ;SPE;P,ARTMENT PROCURI;MENT MANAGJE.MENJ:SERVICE$ 111 NW1.$TStreet t SUite'1aQO., II 'Miailli,Florttht 3312S"~1W4 hi :accotdancewith:sect!on 1.1idftheafiove.4eferenced solicitation; and\$ectidn.2~imof'the,0otle,6fmlatrii-dade County, you,ate'netebynptlfiedthatthecohllty Mayor ordesigtf(fe recdmmemlsaward:of!this;,oqotracttq:- tn, Q,i9,' Q:, l;oe.r9, Y,lP~rtn~(,~; LLP;,~,.'~a,Jd,. pfi~jq~d,' Pro, Etlet'"lLGrAWatd of GrotF'C - ',-'-,----~""gy"",_,--'" ',~ "",.,',,,,' '.-'--,', "P., Vetldot(slJiotcoosideredforaward are':. Mansfield O[fCQmp~ny ofqain~$viu~, Inp" The provision ofthis notice also serves toc6n(jfftfthe:'liftln:gofthe,coneof,'$lie~ncejrom tnis:;ptoclirementaction:,as 'dlctatedbysectitm'2~11.1 (t) of the County COde. the Pro.cUternMtManagernentServio8.S,OJvisitmo.f th~lriternal. service:s Departnrent'aPPteci.ates the;,rarticipatiooqf ~U vendqf:swhpjespqndedito fh~fstlbj(3qtqgtiojli If.yqy h~lve q4e~ti6ns, P,l~?1 ecqot~~lj~$qs. ~ge~t 305~@75:~4264.emam;f!I@riliamidade~gov Je~i)S ~eei PPB ProcUremerttC6htracting' Offlcer2 Mia'rni" bade County, Florida Attachment Tabulation Sheef Distribufiem: Indigo Ener9y partl'lers, LLC.Mcui~field 011 Company of GClin~sville Inc; PrdEnergy LLC cc: Clerk.ofthe Board FiI( =- :.-=--~---.~- _.. - ~-

44 Kulick, Steven P From: Sent: To: Subject: Attachments: Lee, Jesus (ISO) <Jesus.Lee@miamidade.gov> Friday, May 26,20171:41 PM Kulick, Steven P RE: New Fuel Vendor Setup ADDENDUM NO 1, ITQ pdf; Packet_for_Solicitation_ as published on pdf; Bid_Submittal_Form_ htm Hi Steve. See attached. Yes, this is a formal contract. The pool, the ITQ attached, and their signed submittal. I sent the Tally earlier. Let me know if you have any other questions. Jesus Lee, CPPB, Procurement Contracting Officer 2 Miami-Dade County, Internal Services Department 111 NW 1st Street, Suite 1300, Miami, FL Phone No. (305) Fax No. (305) How can ISO serve you better? Give us your feedback Here! Connect With Us on Twitter I Facebook Iinstagram Please consider the environment before printing this . Miami-Dade County is a public entity subject to Chapter 119 of the Florida Statutes concerning public records. messages are covered under such laws and thus subject to disclosure. From: Kulick, Steven P [mailto:skulick@southmiamifl.gov] Sent: Friday, ay 26,201710:58 AM To: Lee, Jesus (ISD) <Jesus.Lee@miamidade.gov> Subject: RE: New Fuel Vendor Setup Jesus, Can you send me the solicitation documents, ITQ No Also just to confirm since my City Attorney will ask, there is no formal contract between the County and the vendor... correct7 Steven Kulick, C.P.M. Chief Procurement Officer/Procurement Division City of South Miami Sunset Drive - South Miami, FI Ph: 305/ ; Fax: 305/ skulick@southmiamif/.qov.'.".",.,.r".,.....,,..'-o;'.'i'j(;1i 1

45 MIAMI_ Btl*Ulr.iiiiI' CONTRACT AWARD SHEET Internal Services Department Procurement Managem~nt Services DIVISION Bid No /18-9 Award Sheei BID NO.: /18-9 PREVIOUS BID NO.: TITLE: GASOLINE AND DIESEL FUEL PRE-QUAL CURRENT CONTRACT PERIOD: 05/01/2017 through 04/30/2018 Total # of OTRs: 9 MODIFICATION HISTORY Bid No /18-9 Award Sheet DPMNotes APPLICABLE ORDINANCES LIVING WAGE: No UAP: No IG: No OTHER APPLICABLE ORDINANCES: CONTRACT A WARD INFORMATION: No Local Preference No Micro EI!terprise Full Federal Funding No Performance Bond Small Business Enterprise (SBE) PTP Funds Partial Federal Funding ~ Insurance Miscellaneous: I REQUISITION NO.: I PROCUREMENT AGENT: PHONE: LEE,JESUS FAX: FJL@MIAMIDADE.GOV DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 1 of9

46 Bid No /18-9 Award Sheet VENDOR NAME: INDIGO ENERGY PARTNERS LLC DBA: FEIN: SUFFIX: STREET: 6230 SHILOH ROAD SUITE 120 CITY: ALPHARETTA ST: GA ZIP: FOB_TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES ocal Vendor: SBE Set Aside BidPref. MicroEnt. Selection Factor Goal Other: Vendor Record.,r.,,1? ********************************************************************* Vendor Contacts: Name Phonel Phone2 Fax Address BRANDON L. SCHICK VENDOR NAME: LANDMARK AVIATION MIAMI LLC DBA: LANDMARK AVIATION FEIN: SUFFIX: STREET: SW 129TH STREET CITY: MIAMI ST: FL ZIP: FOB_TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: - ~ENDOR INFORMATION: f--ocal Vendor: CERTIFIED VENDOR ASSIGNED MEASURES SBE Set Aside Bid Pref. imicro Ent. Selec.tion Factor Goal Other: Vendor Record Vn "r.,,1? ********************************************************************* Vendor Contacts: Name DILL SNEESDY Phonel , Phone2 Fax Address DSNEEDY@LANDMARKAVIATION.COJ DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 2 of9

47 Bid No /18-9 Award Sheet VENDOR NAME: PETROLEUM TRADERS CORPORATION DBA: FEIN: SUFFIX: STREET: 7120 POINTE INVERNESS WAY CITY: FORT WAYNE ST: IN ZIP: FOB_TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES L,ocal Vendor: SBE Set Aside BidPref. Micro Ent. Selection Factor Goal Other: Vendor Record ********************************************************************* T7,.;/I"d? Vendor Contacts: Name Phone 1 Phone2. Fax Address GAYLE NEWTON GNEWTON@PETROLEUMTRADERS.CC VENDOR NAME: MACMILLAN OIL COMPANY LLC DBA: FEIN: SUFFIX: STREET: 2955 E 11th Avenue CITY: Hialeah ST: FL ZIP: FOB TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: - VENDOR INFORMATION: ocal Vendor: CERTIFIED VENDOR ASSIGNED MEASURES SBE Set Aside Bid Pref. lmicro Ent. Selection Factor Goal Other: Vendor Record v. ;/I,d? ********************************************************************* Vendor Contacts: Name William Putnam Phone! Phone2 Fax Address william@macmillanoil.com DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 3 of9

48 Bid No /18-9 Award Sheet VENDOR NAME: MANSFIELD OIL COMPANY OF GAINESVILLE INC DBA: MANSFIELD OIL COMPANY FEIN: SUFFIX: STREET: 1025 AIRPORT PARKWAY SW CITY: GAINESVILLE ST: GA ZIP: FOB_TERMS: DEST P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: - VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. imjcro Ent. Selection Factor Goal Other: ********************************************************************* Vendor Record ". ",,,/? Vendor Contacts: Name Phone! Phone2 Fax Address DAVID ZARFOSS MOCBIDS@MANSFIELDOIL.COM VENDOR NAME: BLAYLOCK OIL COMPANY DBA: FEIN: SUFFIX: STREET: 724 SOUTH FLAGLER AVENUE CITY: HOMESTEAD ST: FL ZIP: FOB_TERMS: DEST P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES ocal Vendor: SBE Set Aside Bid Pref. MicroEnt. SeleCtion Factor Goal Other: ********************************************************************* Vendor Record T/n.;{bl? Vendor Contacts: Name Phonel Phone2 Fax Address CRYSTAL BLAYLOCK SANCHEZ JOHN@BLAYLOCKOIL.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 4 of9

49 Bid No /18-9 Award Sheet VENDOR NAME: OSHER OIL CORPORATION DBA: COSTA OIL CO FEIN: SUFFIX: STREET: 9780NW 115THWAY CITY: MIAMI ST: FL ZIP: FOB_TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: - ~ENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES,",ocai Vendor: SBE Set Aside BidPref. MicroEnt. Selection Factor Goal Other: Vendor Record.;n",? " ********************************************************************* Vendor Contacts: Name Phone 1 Phone2 Fax Address MARIA COSTA LCOSTA92@COSTAOIL.COM VENDOR NAME: B V OIL COMPANY INC DBA: FEIN: SUFFIX: STREET: 7950NW 58 ST CITY: MIAMI ST: FL ZIP: FOB TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: - WENDOR INFORMATION:,",ocai Vendor: CERTIFIED VENDOR ASSIGNED MEASURES SBE Set Aside Bid Pref. lmicro Ent. Selection Factor Goal Other: Vendor Record Va,,;,,!? ********************************************************************* Vendor Contacts: Name JOHN WRIGHT Phonel Phone2 Fax Address ALEXV@BVOIL.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 5 of9

50 Bid No /18-9 Award Sheet VENDOR NAME: INTERNATIONAL FLIGHT CENTER INC DBA: FEIN: SUFFIX: STREET: SW 129 STREET CITY: MIAMI ST: FL ZIP: FOB TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: - ~ENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES ~Deal Vendor: SBE Set Aside Bid Pref. lmicro Ent. Selection Factor Goal Other: ********************************************************************* Vendor Record."',,1? Vendor Contacts: Name Phone! Phone2 Fax Address WILFREDO VALLE -PRESIDEN WILL@IFCMIAMI.COM VENDOR NAME: SOUTH FLORIDA AVIATION INVESTMENTS INC DBA: FONTAINEBLEAU AVIATION FEIN: SUFFIX: STREET: 4200 NW 145TH ST CITY: OP A LOCKA ST: FL ZIP: FOB_TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: - VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Deal Vendor: SBE Set Aside BidPref. MicroEnt. Selection Factor Goal Other: ********************************************************************* Vendor Record 17. 1I:u/? Vendor Contacts: Name Phone! Phone2 Fax Address BOBBY COURTNEY BCOURTNEY@FBAVIATION.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 6 of9

51 Bid No /18-9 Award Sheet VENDOR NAME: RELIANCE A VIA TION MIAMI LLC DBA: FEIN: SUFFIX : STREET: SW 129 STREET CITY: MIAMI ST: FL ZIP: FOB_TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: - VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES L-oeal Vendor: SBE Set Aside BidPref. \Micro Ent. Selection Factor Goal Other: Vendor Record T7,.In.-1? ********************************************************************* Vendor Contacts: Name Phonel Phone2 Fax Address BRADNOJAIM BRAD@RELIANCE-AVIATlON.COM VENDOR NAME: URBIETA OIL INC DBA: FEIN: SUFFIX: STREET: 9701 NW 89TH AVENUE CrrY:MEDLEY ST: FL ZIP: FOB_TERMS: DEST-P DELIVERY:. PAYMENT TERMS: NET TOLL PHONE: - VENDOR INFORMATION: oeal Vendor: CERTIFIED VENDOR ASSIGNED MEASURES SBE Set Aside Bid Pref. \Micro Ent. Selection Factor Goal Other: Vendor Record v. 11I, -1? ********************************************************************* Vendor Contacts: Name WILLIAM EAGAN Phonel Phone2 Fax Address WEAGAN@BELLSOUTH.NET DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 7 of9

52 Bid No /18-9 Award Sheet VENDOR NAME: SSI LUBRICANTS LLC DBA: SSI PETROLEUM FEIN: SUFFIX: STREET: 5131 RECKER HIGHWAY CITY: WINTER HAVEN ST: FL ZIP: FOB_TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: IIENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record ********************************************************************* Ir.,,/? Vendor Contacts: Name Phone 1 Phone2 Fax Address CARLOS DE LA TORRE CDELATORRE@SSIPETRO.COM Details: ITEMS A WARDED Section: Item # DescriQtion illy Unit Price End o(items A WARDED Section A WARD INFORMATION Section BCCAward: No DPMAward: No BCC Date: 04/08/2008 DPMDate: 08/23/2016 Contract Amount: $ 134,712, Additional Items Allowed: Agenda Item No.: Special Conditions: DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 8 of9

53 Bid No /18 9 BPO INFORMATION Section: Award Sheet ABCW Commodity ID Department AV CR FR ID02**** ID06**** MT PD PR SP SW VZ WS Commodity Name FUEL OIL, DIESEL Department Allocation $900, $32, $2,000, $62,920, $80, $51,012, $1,000, $800, $40, $1,223, $8, $14,040, ABCW Commodity ID Department HD CommoditvName FUEL OIL, DIESEL Department Allocation $55, End ofbpo Information Section DEPARTMENT 'OF PROCUREMENT MANAGEMENT DIVISION Page 90f9

54 .,..., MIAMlooDlADE H'Wn".' miamlclade.gqv.. j 1.;'-'.. I..!.1 '. May 19, All ReSpbndingVendors (See DisttibutionList) SUBJECT: CONTRAOT NO.: /1B-8 ITQ NO;: TITLE: Gasoline and Diesel Fuel Dear Vendors: INTERNAL SERViCeS DEPARTMENT PROCUREMENT MANAGEMENT SERVICES 111 NW 1 ST Street Suite 1300 Miami, Florida j~',. t - ;'±m ~~~ to ~C>. ~ d~(~:f) ~0 -'-le ~,:..r! ~n:l I...~rl 'f.,(,f.'t1 t/f c;~ ~ r' ~ i'11 ;::i'. j;~!:t~.,:;;~('iw.f~e.r,.1 ;;.l.~ ~ ~.~ -< <:0." \D -I > ::t: ::x.rr! pi) 9? C'.l CN )?;.- c;;", :~'p (:w r, I In accordance with Section 1.12 of the gbqve.. teferencecl solicitation, and Section of the Code of Miami-Dade County,you are hereby notified that the County Mayor ordesighee recommends award ofthis contract to: ~an$field Oil Company ofgainesviue.lnc.: Award of GrOl!~) Incligo Energy Partners, LLC.: AwardofGroup O Vendor(s) not considered for award are: Urbieta Oil Company Pro Energy LLC The provision of this notice also servesio confirm the lifting of the Gone of Silence from this procurement action as dictated by Section (t) of the County Code. The Procurement Management Services Division of the Internal Services Department appreciates the participation of all vendors who responded to the subject action. If you have questions, please contact,jesus Lee at 30~ fii@miamidade.gov Jesus Lee, PB Procurement Contracting Officer 2 Miami Dade County, Florida Distribution: Mansfield Oil Company of Gainesville Inc. Urbieta Oil Company Indigo Energy Partners, LLC Pro Energy LLC cc: Clerk of the Board File

55 MIAMB [wll:m. CONTRACT AWARD SHEET Internal Services Department Procurement Management Services DIVISION Bid No. 3143~9/18-8 Award Sheet BID NO.: /18-8 PREVIOUS BID NO.: TITLE: GASOLINE AND DIESEL FUEL PRE-QUAL CURRENT CONTRACT PERIOD: 05/ through 04/30/2017 Total # of OTRs: 9 MODIFICATION mstory Bid No /18-8 Award Sheet DPMNotes APPLICABLE ORDINANCES LIVING WAGE: No UAP: No IG: No OTHER APPLICABLE ORDINANCES: CONTRACT AWARD INFORMATION: No Local Preference No Micro Enterprise Full Federal Funding No Performance Bond Small Business Enterprise (SBE) PTPFunds Partial Federal Funding No Insurance Miscellaneous: I REQUISITION NO., I PROCUREMENT AGENT: PHONE: LEE,JESUS FAX: FJL@MIAMIDADE.GOV DEPARTMENTOFPROCUREMENT~AGEMENT DIVISION Page I of9

56 Bid No /18-8 Award Sheet VENDOR NAME: PETROLEUM TRADERS CORPORATION DBA: FEIN: SUFFIX: STREET: 7120 POINTE INVERNESS WAY CITY: FORT WAYNE ST: IN ZIP: FOB_TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES oeal Vendor: SBE Set Aside BidPref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? ****************************************************** Vendor Contacts: Name Phonel Phone2 Fax Address GAYLE NEWTON VENDOR NAME: MANSFIELD OIL COMPANY OF GAINESVILLE INC DBA: MANSFIELD OIL COMPANY FEIN: SUFFIX: STREET: 1025 AIRPORT PARKWAY SW CITY: GAINESVILLE ST: GA ZIP: FOB TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: - VENDOR INFORMATION:,",oea1 Vendor: CERTIFIED VENDOR ASSIGNED MEASURES SBE Set Aside BidPref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? ** ** * * * ** *.* * * * * Vendor Contacts: Name DAVID ZARFOSS Phonel Phone2 Fax Address MOCBIDS@MANSFIELDOIL.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 3 of9

57 Bid No /18-8 Award Sheet VENDOR NAME: B V OIL COMPANY INC DBA: FEIN: SUFFIX: STREET: 7950NW 58 ST CITY: MIAMI ST: FL ZIP: FOB_TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: - WENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES,",oeal Vendor: SBE Set Aside BidPref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? * * * *.* *.****.*.*.* *** * *.**. Vendor Contacts: Name Phone! Phone2 Fax Address JOHN WRIGHT ALEXV@BVOIL.COM VENDOR NAME: INTERNATIONAL FLIGHT CENTER INC DBA: FEIN: SUFFIX: STREET: SW 129 STREET CITY: MIAMI ST: FL ZIP: FOB TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: - VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES L.,oeal Vendor: SBE Set Aside BidPref. ~icroent. Selection Factor Goal Other: Vendor Record Verified? ***** ***.**.**.*** ** * *.*****.*.*************.*****.******** Vendor Contacts: Name Phone1 WILFREDO VALLE -PRESIDEN Phone2 Fax Address WILL@IFCMIAMI.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 5 of9

58 Bid No /18-8 Award Sheet VENDOR NAME: UREIETA OIL INC DBA: FEIN: SUFFIX: STREET: 9701 NW 89TH AVENUE CITY: MEDLEY ST: FL ZIP: FOB TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: - VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES ocal Vendor: SBE Set Aside BidPref. imicro Ent. Selection Factor Goal Other: Vendor Record Verified?.*.* * ** * * * Vendor Contacts: Name Phonel Phone2 Fax Address WILLIAM EAGAN WEAGAN@BELLSOUTH.NET VENDOR NAME: SSI LUBRICANTS LLC DBA: SSI PETROLEUM FEIN: SUFFIX: STREET: 5131 RECKER HIGHWAY CITY: WINTER HAVEN ST: FL ZIP: FOB_TERMS: DEST-P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: WENDOR INFORMATION:,",ocal Vendor: CERTIFIED VENDOR ASSIGNED MEASURES SBE Set Aside BidPref. imicro Ent. Selection Factor Goal Other: Vendor Record Verified? *.* *.** *.*.* *.*** it*it* * ** Vendor Contacts: Name CARLOS DE LA TORRE Phonel Phone2 Fax Address CDELATORRE@SSIPETRO.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 7 of9

59 Bid No /18-8 Award Sheet I 1 I ABCW Commodity ID Commodity Name FUEL OIL, DIESEL GASOLINE, AUTOMOTIVE I Department AV CR FR ID02**** ID06**** MT PD PR PW SP SW VZ WS I 2 I ABCW I COliUnodity ID Department HD Department Allocation $900, $32, $2,600, $62,920, $80, $51,012, $500, $800, $0.01 $40, $1,223, $8, $14,040, I Commodity Name : FUEL OIL, DIESEL Department Allocation $55, I I End o(bpo InfOrmation Section DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 9 of9

60

61

62

63

64

65 '" l,t 'd a F

66

67

68

69 MIAMI DAILY BUSINESS REVIEW Published Daily except Saturday, Sunday and Legal Holidays Miami, Miami-Dade CO,unty, Florida STATE OF FLORIDA COUNTY OF MIAMI-DADE: Before the undersigned authority personally, appeared MARIA MESA, who on oath says that he or she is the LEGAL CLERK, Legal Notices of the Miami Daily Business Review' f/k/a Miami Review, a daily (except Saturday, Sunday and Legal Holidays) newspaper, published at Miami in Miami-Dade C~unty, Florida; that the, attached copy of advertisement, being a Legal Advertisement of Notice in the matter of NOTICE OF PUBLIC HEARING CITY OF SOUTH MIAMI- JUNE 20, 2017 in the XXXX Court, was published in said newspaper in the issues of 06/09/2017 Affiant further says that the said Miami Daily Business Review is a newspaper published at Miami, in said Miami-Dade County, Florida and that the said newspaper has heretofore been continuously published in said Miamr-Dade County, Florida each day (except Saturday; Sunday and Legal Holidays) and has been entered as second class mail, matter ai the post office in Miami in said Miami-Dade County, Florida, for a period of one year next preceding the first publication of the attached copy of advertiseme,nt; and affiant further says that he or she has neither paid nor promised any person, firm or corporation any discount, rebate, commission 'or refund for the purpose of securing this advertisement for CITY OF SOUTH MIAMI NOTICE OF PUBLIC' HEARING NOTICE IS HEREBY given that the City Commission of the City Of South Miami, Florida will conduct Public Hearing(s) at its regl,llar City Commission meeting scheduled for Tuesday, June 20,2017, beginning at 7:00 p.m., in the City J Commission Chambers, 6130 Sunset Qrive, to consider the following item(s): A Resolution approving arid authorizing the City Manager to continue Wit, h, th, e,e',x"i,s,', t,ln, g. Mia, mi-d, ade, C, o,unty, contrac,t with Ind"i 9,,0,, LLC for the purchase and delivery of bulk fuel gasoline ',E" n"er,gy, and diesel pa, rt, ners, for ( the City's vehielafleet and equipment. ' - A'Res~i~ii~~~'auth~rizlngtheCity Manager to negotiate andente;lr into'iimulti-year agreement with Printing Corp. of the Americas, Inc; to design, print, supply and mail program guides., An Ordinance relating to the City's 2017 fiscal year budget; authorizing an increase of appropriations for expenditure line item 'People's Transportation Tax Fund Direct Transit Contractual Services ' account in the amount of $70,500. An Ordinance of the City of South Miami's Code of Ordinances reserving sections 5-16 through 5-19 in Chapter 5, Article II and creating Article, iii, titled Nuisance Animals, Sections 5-20 and 5-21 to control the feral animals and mosquitoes. ALL interested parties are invited to attend and will be heard. For further informa~ion, please contact the City Clerk's Office at: "./' Maria M. Menendez, CMC City Clerk Pursuant to Florida Statutes 286.D1 05, the City "'ereby advises the public, that if a person decides to appeal any decision ma~e by this ~oard, A,gency or Commission with respelct to any matter considered at Its meeting or hearing, he or she will need a record of the proceedings, and that for such purpose, affected person may need to ensure that a verbatim record of the proceedings is made which record includes the testimony and evidence upon which the appeal is to be based. 6/ / M

70 20SE I SUNDAY JUNE I NEIGHBORS I MIAMIHERALD.cOM ~D Public Meeting Notice COLONIAL DRIVE COMMUNITY PARK PUBLIC MEETING Thursday, June 15, :30p.m. Colonial Drive Park SW 156 Terrace, Miami, FL This public meeting is being held to advise the community of environmental findings, the health evaluation for Colonial Drive Community Park and corrective action plan. For more information, contact: Eric Hansen Recreation, Planning and Program Development Manager Miami-Dade Parks, Recreation & Open Spaces 275 NW 2 Street, 3rd Floor, Miami, FL or erich@miamidade.gov To request materials ill accessible fofflmt sign language interpreters olld/or ally accommodations to participate in any Miami~Dade Parks*sponsored program or meeting, contact "Parks Disability Services," pds@miamidade.gov, , at least 5 days in advance to initiate YOflrreqflest. TTY flsers may also call 711 (Florida Relay Service). For legal ads onlmo, go 10 TOWN OF CUllER BAY NOTICE OF PUBliC HEARING ORDINANCE FOR SECOND READING NOTICE IS HEREllY GIVEN Ihal Ihe Town Council of Ihe Town of Clllier Bay, Florida will hold a pu blic hearing on Wednesday, June 21, 2017 at 7:()O p,m" or as soon Ihereafter as possible. in the 'lown nail Council Chambers. ](1720 Caribbean Boulevard, Culler Bay, Horida. 'Ille purpose of Ihe public hearing is 10 consider adoplion on Second Reading oflhe Ordinance described below: AN ORDINANCE OF THE MAYOR AND TOWN COVNCIL OF me TO\\N OF CV1LER BAY,.'WRIOA, AMENIJING CHAPfER 14 OF THE TOWN CODE TO 11\CLUDE SECJ10:-' 14-1, "PROHIBITIONS RECoARDlNG SALE OR IJSE OF EXPA:'II[)E[) POLYSI'YRENE FOOD SERVICE ARTICLES BY TOWN CONTRACfORS:" l'roviijing FOR SEVERAllILlTY: PROVIDIN(; FOR CONFLICI'; l'rov][)ing FOR I:-'CLUSIO:-' 11\ TIm CODE; AND PROVIDING FOR AN EFFIlCJ1VE DATIl. TIle Town Council may continue or defer the hearing to it new date and time certain without fmulci' notice provided the dale and time of the continuhllce or deferral is' announced at the hearing. Thc OrLlinance in its enlirel), may be inspecled at the Ollice of Ihe Town Clerk during regular business hours. Persons wishing 10 appeal any decision made by Ihe -Iown Conncil wilh respect 10 any mailer considered at stich hcnring wi11 need a record of the prorcctiings lind Jor slich purpose may need to ('nsure that a verbatim record of the- proceedings i~ made. which includes the testimony and evidence upon which Ihe appeal is 10 be based (ES. 2Rr..OJ05). Any and (Ill interested parties may appear at the above meeting and be heclrd with respect to the prollosed items. In accordance with the Americans with DisabiJilks Act of 1990 (AOA). persons Ilcedillg special accommodations to participate in these procl.:coings should contact the Town Clerk's Onkc JilT assistance al (.los) no laler Ihan follr (4) business days prior to such proceeding. Debra E. Eastman. Mj\..)(' Town Clerk CITY OF SOUTH MIAMI COURTESY NOTICE NOTICE IS HEREBY given tllallhe City Commission of Ihe City of Soulh Miami. Florida will conduct Public Hearing(s) al ils regular CiI), Commission meeting scheduled for Tuesday, Jllne 20, 20J7, hcginning al 7:00 p.m.. inlhe Cily Commission Chaml1crs, 6BO SlIlisel Dlive.lo ""mider the following itemls): A Resolulion approving and aulhorizing the City Manager 10 continue Witll the exislin Miami-Dade County CI)JllnH:f. with 11ldigo Energy Partners, LLC for the pun..:hasc and ilelivery ( "fbulk fuel gasoline and diescll(lr Ihe City's vehicle fleel and equipment. A Resolution anthorizing the City Maungcr to ncgotiatc and enter into a multi-year agreeml'nt wilh Printing Corp. of the Amcril'as, Inc. to design. print. supply and mail prngnml guides. An Onlinum:e relaling 10 Ihe City's 20J7 fiscal year budget: aulhorii'.ing i.ul increase of approprialions for expenditure line ilem People's Transporlalion Tax Fund Direcl Transil Contracllml Services accmml in Ihe amounl of $70.S00. An Ordinance {)j" the City oj' S(\uth 1\1ialHi's Code of Ordinances reserving sections )-}(i Ihrough 5-19 in Chapler 5. Arlicle II and crealing Arlide III. Ii lied Nuisance Animals, Seclions 5-20 and 5-21 It> conlrol Ihe feral animals and mosquitoes. ALL inwresled patlics arc invited'" allcnd and will he heard. For furlher informalion, please eonlact Ihe City Clerk's (JOke al: Maria M. Menendez, CMC City Clerk 1 Pur~u:mt III FJpritla Slill\l!t')' 2X6.0]05, Ih(' Cily hrrt'hy a/.kj~i:), the puillie that if n p('r~on l.kdtlr~ 1(1 appeul any ded~inn maul' hy thi!. Emud. AgCIK)' OJ C\lmJJli~sjon WJlh rc!>pc{.;t h' an~' m;lhcr considered at ii~ mec'ting or hearing, he OJ she will ncc'd a record of Ihe prflcc'cding-.:, and thill I'M such purpose, alkrled pt:r~(ln Ulay need I" enslire Ihlll a verhatim record "f fhe pt(l.:ceding.~ is made whkh rctflici indll(lc" the te.~tim(lny and evidente ujlon whkh Ihe tlppen! j" to he ha~{'u. Public Hearing Notice State Road (SRI 968/W Flagler Street at NW 32 Avenue Project Identification Number: The Florida Department of Transportation (FOOT) will host a public hearing for a roadway project along SR 9681W Flagler Street at NW 32 Avenue, in Miami-Dade County. 6 p.m. to 8 p.m. Thursday, June 15, 2017 Universal Church, Conference Room 3501 W Flagler Street, Miami, FL For information about this hearing or project, please contact Public Information Specialist Rodolfo Roman at (305) or at Rodolfo,Roman@dot.state.fI,us Visit for project information. The hearing will follow an informal format allowing the public to arrive at any time from 6 p.m. to B p,m., with a formal presentation starting at 6:30 p.m. Graphic displays will be shown and FOOT representatives will be available to discuss the project and answer questions, Public participation at this meeting Is solicited without regard to race, color, national origin, age, gender, religion, disability or family status. Pursuant to the provisions of the Americans with Disabilities Act, any person requiring special accommodations to participate In this workshop/hearing is asked to advise the agency at least 7 days before the workshop/hearing by contacting: Hong Benitez at (305) or in 'writing: FOOT, 1000 N.W. 111 Avenue, Miami, FL 33172, Hong.Benitez@dot.state.fl.us. If you ar_e hearing or speech impaired, please contact the agency using the Florida Relay Service ) (TOO) or I (800) !Voice}. '

UCF FACTS MADE PART OF THIS SOLICITATION

UCF FACTS MADE PART OF THIS SOLICITATION UCF FACTS MADE PART OF THIS SOLICITATION 1. Vendor Question: Please provide prior bid tabulations, invoices and Bill of Ladings UCF Answer: Please see the bottom of this addendum for UCF specific information.

More information

BID COVER SHEET Fuel Management Service RFP #16-888

BID COVER SHEET Fuel Management Service RFP #16-888 864 Broad Street, 4 th Floor Augusta, Georgia 30901-1215 BID COVER SHEET Fuel Management Service RFP #16-888 Date: Vendor Name: Address: Bid Total $ Bid Bond Attached Yes No Not applicable Addendum(s)

More information

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid: COMPETITIVE BIDDING NOTICE INVITATION TO BID The County of Waller proposes to purchase the following items on competitive bid: HAULING SERVICES FOR GRAVEL & AGGREGATE MATERIAL Bids will be received by

More information

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES Bureau of Procurement Forum Place, 6 th Floor 555 Walnut Street Harrisburg, Pennsylvania 17101 TO ALL INTERESTED CONTRACTORS: You are invited

More information

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid: HYDRATED LIME

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid: HYDRATED LIME COMPETITIVE BIDDING NOTICE INVITATION TO BID The County of Waller proposes to purchase the following items on competitive bid: HYDRATED LIME Bids will be received by the Waller County Auditor, Alan Younts,

More information

UTILITY EASEMENT AGREEMENT

UTILITY EASEMENT AGREEMENT THIS INSTRUMENT PREPARED BY AND RETURN TO: Roy K. Payne, Esq. Chief Assistant City Attorney 400 S. Orange Avenue Orlando, FL 32801 Roy.Payne@CityofOrlando.Net UTILITY EASEMENT AGREEMENT THIS UTILITY EASEMENT

More information

ROTOR CLIP PURCHASE ORDER GENERAL TERMS AND CONDITIONS

ROTOR CLIP PURCHASE ORDER GENERAL TERMS AND CONDITIONS ROTOR CLIP PURCHASE ORDER GENERAL TERMS AND CONDITIONS 1. ORDERS AND ACCEPTANCE: Any order placed or purchase order issued by Buyer (an Order ) for products and/or services described therein (collectively,

More information

Purchase Order General Terms and Conditions Revised 1/1/2018

Purchase Order General Terms and Conditions Revised 1/1/2018 Purchase Order General Terms and Conditions Revised 1/1/2018 1 Acceptance Agreement: Acceptance of this Purchase Order ("Order") is required on the attached acceptance copy, which must be signed and returned

More information

Independent Contractor Appraiser Engagement Agreement AMC LINKS LLC

Independent Contractor Appraiser Engagement Agreement AMC LINKS LLC Independent Contractor Appraiser Engagement Agreement ( Including Representations & Warrants ) AMC LINKS LLC This INDEPENDENT CONTRACTOR APPRAISER ENGAGEMENT AGREEMENT ( Agreement ) sets forth the term

More information

1.1. Purchase Order means the purchase order issued to the Seller contemporaneously with these Standard Terms and Conditions.

1.1. Purchase Order means the purchase order issued to the Seller contemporaneously with these Standard Terms and Conditions. PURCHASE ORDER STANDARD TERMS AND CONDITIONS 1. DEFINITIONS. 1.1. Purchase Order means the purchase order issued to the Seller contemporaneously with these Standard Terms and Conditions. 1.2. Contract

More information

CARRDAN TERMS AND CONDITIONS

CARRDAN TERMS AND CONDITIONS CARRDAN TERMS AND CONDITIONS Definitions: Purchaser means Carrdan Corporation Seller means the person or company to whom this document is addressed. 1. Offer, Acceptance and Notification. This Purchase

More information

PROPERTY LEASE AGREEMENT

PROPERTY LEASE AGREEMENT Attachment FAC-1 PROPERTY LEASE AGREEMENT THIS AGREEMENT ( Lease Agreement, Lease or Agreement ), is entered into as of the day of, 2013 by and between the MIDDLETOWN TOWNSHIP BOARD OF EDUCATION, a public

More information

WHRL SOLUTIONS LLC. CONDITIONS AND TERMS OF SALE 1. APPLICABLE TERMS.

WHRL SOLUTIONS LLC. CONDITIONS AND TERMS OF SALE 1. APPLICABLE TERMS. Terms and Conditions WHRL SOLUTIONS LLC. CONDITIONS AND TERMS OF SALE 1. APPLICABLE TERMS. The terms and conditions set forth below express the complete and entire agreement between WHRL Solutions LLC

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS 1. Incorporation of Terms and Conditions in Purchase Order The terms and conditions in this document are incorporated in every requisition for goods or services, or both, that Manitoba Housing and Renewal

More information

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid: COMPETITIVE BIDDING NOTICE INVITATION TO BID The County of Waller proposes to purchase the following items on competitive bid: REINFORCED CONCRETE PIPE Bids will be received by the Waller County Auditor,

More information

RESOLUTION NO

RESOLUTION NO RESOLUTION NO. 2005-968 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CALABASAS, CALIFORNIA, ESTABLISHING CONDITIONS FOR THE APPROVAL OF A TRANSFER OF THE SARATOGA HILLS CABLE TELEVISION FRANCHISE FROM

More information

CONDITIONS OF PURCHASE (GOODS AND SERVICES) DOMESTIC AND INTERNATIONAL

CONDITIONS OF PURCHASE (GOODS AND SERVICES) DOMESTIC AND INTERNATIONAL CONDITIONS OF PURCHASE (GOODS AND SERVICES) DOMESTIC AND INTERNATIONAL 1. DEFINITIONS For the purposes of these Conditions of Purchase: Agreement means the Order together with these Conditions of Purchase;

More information

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid: COMPETITIVE BIDDING NOTICE INVITATION TO BID The County of Waller proposes to purchase the following items on competitive bid: EMULSIFIED ASPHALT & HAULING Bids will be received by the Waller County Auditor,

More information

Boral Stone Products LLC Standard Terms and Conditions For the Sale of Goods and/or Services

Boral Stone Products LLC Standard Terms and Conditions For the Sale of Goods and/or Services Boral Stone Products LLC Standard Terms and Conditions For the Sale of Goods and/or Services 1. ACCEPTANCE All Purchase Orders (as defined herein) or other proposed agreements for the sale of goods ("Goods")

More information

Invitation For Bid IFB 2895

Invitation For Bid IFB 2895 Purchasing and Financial Control P.O. Box 13145 Roanoke, VA 24031 (540) 853-2906 FAX (540) 853-1679 July 21, 2015 Invitation For Bid IFB 2895 Notice is hereby given of the intention of the School Board

More information

REQUEST FOR PROPOSAL. Real Estate Services. for CITY OF COQUILLE. Closing Date: July 31, 2018

REQUEST FOR PROPOSAL. Real Estate Services. for CITY OF COQUILLE. Closing Date: July 31, 2018 REQUEST FOR PROPOSAL Real Estate Services for CITY OF COQUILLE Closing Date: July 31, 2018 City of Coquille 851 N. Central Bvld. Coquille Oregon 97423 www.cityofcoquille.org, Phone: 541-396-2115 Fax: 541-396-5125

More information

Public Notice. Invitation to Bid Precast Concrete Box Culvert Purchase

Public Notice. Invitation to Bid Precast Concrete Box Culvert Purchase Public Notice Invitation to Bid Precast Concrete Box Culvert Purchase Montrose County requests competitive bids from qualified vendors to design, fabricate, and deliver two (2) Precast Concrete Box Culverts.

More information

OW109 Page 2 of 3 Jk A

OW109 Page 2 of 3 Jk A The following Standard Terms and Conditions of Sale are an integral part of every OLDCASTLE PRECAST, INC. (hereinafter "SELLER") product offering, catalog, proposal or quote. The Standard Terms and Conditions

More information

CONDITIONS OF PURCHASE (GOODS AND SERVICES) DOMESTIC AND INTERNATIONAL

CONDITIONS OF PURCHASE (GOODS AND SERVICES) DOMESTIC AND INTERNATIONAL CONDITIONS OF PURCHASE (GOODS AND SERVICES) DOMESTIC AND INTERNATIONAL 1. DEFINITIONS For the purposes of these Conditions of Purchase: Agreement means the Order together with these Conditions of Purchase;

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS BILLING AND SHIPPING A. All matter shall be suitably packed, marked, and shipped in compliance with the requirements of common carriers in a manner to secure lowest

More information

Town of Manchester, Connecticut. General Services Department. Request for Qualifications Approved Real Estate Appraiser List RFQ No.

Town of Manchester, Connecticut. General Services Department. Request for Qualifications Approved Real Estate Appraiser List RFQ No. Town of Manchester, Connecticut General Service Department Request for Qualifications Approved Real Estate Appraiser List RFQ No. 17/18-86 Proposals Due: June 15, 2018 @ 4:00 p.m. General Services Department

More information

CONTRACT TO BUY AND SELL REAL ESTATE

CONTRACT TO BUY AND SELL REAL ESTATE CONTRACT TO BUY AND SELL REAL ESTATE THIS CONTRACT TO BUY AND SELL REAL ESTATE ( Contract ) is made and entered into as of April 9, 2018 (the Effective Date ) by and between the City of Pueblo, Colorado,

More information

PUBLIC NOTICE SALE OF COUNTY OWNED SURPLUS REAL PROPERTY

PUBLIC NOTICE SALE OF COUNTY OWNED SURPLUS REAL PROPERTY PUBLIC NOTICE SALE OF COUNTY OWNED SURPLUS REAL PROPERTY Notice is hereby given that the Pasco County Board of County Commissioners will receive sealed bids to purchase the following surplus County-owned

More information

SALES ORDER TERMS AND CONDITIONS

SALES ORDER TERMS AND CONDITIONS SALES ORDER TERMS AND CONDITIONS A&B VALVE AND PIPING SYSTEMS, L.L.C. The term Sales Order means this Sales Order. The term Buyer shall include all customers and buyers of goods and services to Seller

More information

Projects Unlimited, Inc. PURCHASE ORDER TERMS AND CONDITIONS September 15, 2013

Projects Unlimited, Inc. PURCHASE ORDER TERMS AND CONDITIONS September 15, 2013 Projects Unlimited, Inc. PURCHASE ORDER TERMS AND CONDITIONS September 15, 2013 1. Parties; Items. Projects Unlimited, Inc.- will be referred to as "Purchaser" and the person or company indicated on the

More information

judgment in price, any duties. good quality will conform including furnished by and AMOT arising from the goods Buyer. result of the for Texas shall

judgment in price, any duties. good quality will conform including furnished by and AMOT arising from the goods Buyer. result of the for Texas shall PURCHASE TERMS & CONDITIONS 01. INVOICES. Each shipment must be covered by a separate INVOICE IN DUPLICATE. As a minimum requirement, all invoices must include date, Purchase Order number, AMOT part number,

More information

PUBLIC NOTICE SALE OF COUNTY OWNED SURPLUS REAL PROPERTY

PUBLIC NOTICE SALE OF COUNTY OWNED SURPLUS REAL PROPERTY PUBLIC NOTICE SALE OF COUNTY OWNED SURPLUS REAL PROPERTY Notice is hereby given that the Pasco County Board of County Commissioners will receive sealed bids to purchase the following surplus County-owned

More information

Town of Weymouth Massachusetts

Town of Weymouth Massachusetts Town of Weymouth Massachusetts Robert L. Hedlund Mayor 75 Middle Street Weymouth, MA 02189 Office: 781.340.5012 Fax: 781.335.8184 www.weymouth.ma.us CONTRACT BETWEEN THE TOWN OF WEYMOUTH AND

More information

TERMS AND CONDITIONS OF SALE

TERMS AND CONDITIONS OF SALE TERMS AND CONDITIONS OF SALE 1. DEFINITIONS AND INTERPRETATIONS 1.1. In these Conditions: "SSD means ; "Buyer means the person firm or company so described in the Order; "Conditions means the standard

More information

Terms & Conditions of Sale:

Terms & Conditions of Sale: Terms & Conditions of Sale: These Terms & Conditions of Sale ( Terms ) are an integral part of the agreement between Muskogee Technology ( Seller ) and a buyer ( Buyer ) with regard to all sales of goods

More information

220 S.E. Green Street Lee s Summit, MO RFP # RE TITLE SIGNATURE PAGE REQUEST FOR PROPOSAL NO.RE

220 S.E. Green Street Lee s Summit, MO RFP # RE TITLE SIGNATURE PAGE REQUEST FOR PROPOSAL NO.RE 220 S.E. Green Street Lee s Summit, MO 64063 816.969.1403 RFP # RE 2016 02 TITLE SIGNATURE PAGE REQUEST FOR PROPOSAL NO.RE 2016 02 The City of Lee's Summit will accept submitted sealed proposals through

More information

UNIVERSITY OF ROCHESTER STANDARD CONTRACT FOR CONSTRUCTION (OWNER-CONTRACTOR LUMP SUM AGREEMENT)

UNIVERSITY OF ROCHESTER STANDARD CONTRACT FOR CONSTRUCTION (OWNER-CONTRACTOR LUMP SUM AGREEMENT) UNIVERSITY OF ROCHESTER STANDARD CONTRACT FOR CONSTRUCTION (OWNER-CONTRACTOR LUMP SUM AGREEMENT) Project: Project Number: Owner: UNIVERSITY OF ROCHESTER Campus Planning, Design & Construction Management

More information

Purchasing Division Finance Department 44 E. Downer Place Aurora, Illinois (630) FAX (630)

Purchasing Division Finance Department 44 E. Downer Place Aurora, Illinois (630) FAX (630) Bruce Lawrie Director Purchasing & Central Services Purchasing Division Finance Department 44 E. Downer Place Aurora, Illinois 60507-2067 (630) 844-3618 FAX (630) 844-3636 CITY OF AURORA INVITATION TO

More information

2017 BRAXTON COUNTY RFP GENERAL TERMS & CONDITIONS

2017 BRAXTON COUNTY RFP GENERAL TERMS & CONDITIONS 2017 BRAXTON COUNTY RFP GENERAL TERMS & CONDITIONS 1. Awards will be made in the best interest of the LEA. 2. The LEA may accept or reject in part, or in whole, any bid. 3. All quotations are governed

More information

ALLIED INTERNATIONAL SUPPORT, INC. TERMS AND CONDITIONS OF PURCHASE ORDER

ALLIED INTERNATIONAL SUPPORT, INC. TERMS AND CONDITIONS OF PURCHASE ORDER PLEASE READ THESE VERY CAREFULLY 1. ACCEPTANCE: These terms and conditions govern all Purchase Orders ("Orders") issued by Allied International Support, Inc. ( Buyer ) to the Seller identified on each

More information

NATIONAL PURCHASING COOPERATIVE INTERLOCAL PARTICIPATION AGREEMENT I. RECITALS

NATIONAL PURCHASING COOPERATIVE INTERLOCAL PARTICIPATION AGREEMENT I. RECITALS NATIONAL PURCHASING COOPERATIVE INTERLOCAL PARTICIPATION AGREEMENT This Interlocal Participation Agreement ("Agreement") is made and entered into on the date indicated below by and between The National

More information

ALL PURCHASE ORDERS ARE SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS

ALL PURCHASE ORDERS ARE SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS ALL PURCHASE ORDERS ARE SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS (1) ACCEPTANCE This purchase order constitutes Buyer s offer to Seller, and is a binding contract on the terms and conditions set forth

More information

NELA USA Terms and Conditions of Sale

NELA USA Terms and Conditions of Sale NELA USA Terms and Conditions of Sale ACCEPTANCE The following terms and conditions of sale are applicable to all quotations and purchase orders and are the only terms and conditions applying for the sale

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS RFP:17-06 PROPOSAL FOR: RFP 17-06 Grazing (Surface Lease) Farm Lease RFP Approval Due Time: 5:00pm Date RFP to be Opened: 05/08/2017 at 6:00pm Date:04/10/2017 The city of Anadarko

More information

TERMS AND CONDITIONS OF PURCHASE ( TERMS AND CONDITIONS )

TERMS AND CONDITIONS OF PURCHASE ( TERMS AND CONDITIONS ) TERMS AND CONDITIONS OF PURCHASE ( TERMS AND CONDITIONS ) BY BROOKS AUTOMATION (GERMANY) GMBH ( BROOKS ) 1) Scope / Formation of Contract These Terms and Conditions shall exclusively govern all business

More information

ESCROW AGREEMENT - MAINTENANCE

ESCROW AGREEMENT - MAINTENANCE ESCROW AGREEMENT - MAINTENANCE This ESCROW AGREEMENT (the Agreement ) is made and entered into this day of,, by and between the City of O Fallon, Missouri, a Missouri municipal corporation (hereinafter

More information

TERMS AND CONDITIONS OF PURCHASE (T&C s)

TERMS AND CONDITIONS OF PURCHASE (T&C s) 1. Entire Agreement. None of the terms or conditions contained in this contract may be added to, modified, superseded or otherwise altered except by a written instrument signed by an officer of Applied

More information

B. Agent is experienced in the business of operating and managing real estate similar to the above described property.

B. Agent is experienced in the business of operating and managing real estate similar to the above described property. Property Solutions Jordan, UT 84095 Office 801-701-8033 REV 12-2018 This Property Management Agreement ( Agreement ) is made and effective this day of, 20 by and between ( Owner ) and SOLUTIONS OF UTAH,

More information

Chapter 9. Competitive Sealed Bidding: Evaluating Bids

Chapter 9. Competitive Sealed Bidding: Evaluating Bids Chapter 9. Competitive Sealed Bidding: Evaluating Bids Summary This chapter describes the steps to be taken in order to properly evaluate each bid received in response to an invitation for bids. The two

More information

Summit Engineering (Birmingham) Ltd. Standard Terms and Conditions for the Purchases of Goods

Summit Engineering (Birmingham) Ltd. Standard Terms and Conditions for the Purchases of Goods Summit Engineering (Birmingham) Ltd Standard Terms and Conditions for the Purchases of Goods Application The Buyer hereby orders and the supplier, by accepting the purchase order, agrees that it will supply

More information

BOARD OF TRUSTEES JEFFERSON TOWNSHIP, MONTGOMERY COUNTY, OHIO RESOLUTION NO 16-38

BOARD OF TRUSTEES JEFFERSON TOWNSHIP, MONTGOMERY COUNTY, OHIO RESOLUTION NO 16-38 BOARD OF TRUSTEES JEFFERSON TOWNSHIP, MONTGOMERY COUNTY, OHIO RESOLUTION NO 16-38 ESTABLISHING A PROCUREMENT AND PURCHASING POLICY FOR ASSISTANCE TO FIREFIGHTER GRANTS The Board of Trustees of Jefferson

More information

CONTRACT FOR PURCHASE OF CALCIUM NITRATE SOLUTION

CONTRACT FOR PURCHASE OF CALCIUM NITRATE SOLUTION CONTRACT FOR PURCHASE OF CALCIUM NITRATE SOLUTION This Contract, dated effective July 1, 2014, is between Clean Water Services (District) and Two Rivers Terminal, LLC (Seller). RECITALS 1. Seller has submitted

More information

Public Notice. Invitation to Bid 2017 PRECAST CONCRETE BOX CULVERTS

Public Notice. Invitation to Bid 2017 PRECAST CONCRETE BOX CULVERTS Public Notice Invitation to Bid 2017 PRECAST CONCRETE BOX CULVERTS Montrose County is soliciting sealed competitive bids from qualified vendors to design, fabricate, and deliver two (2) Precast Concrete

More information

PUTNAM COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSALS

PUTNAM COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSALS 1.0 GENERAL INFORMATION 1.1 PURPOSE PUTNAM COUNTY BOARD OF COUNTY COMMISSIONERS To obtain proposals from qualified vendors to establish a contract to 1) furnish, deliver, install and maintain through purchase,

More information

REFERRAL BROKER AGREEMENT

REFERRAL BROKER AGREEMENT REFERRAL BROKER AGREEMENT This Real Estate Broker Referral Agreement ("Agreement") is entered into between INTERINVESTMENTS REALTY, INC, a Florida Corporation, hereinafter known as the Florida Broker,

More information

KSS Sales Proposal Terms & Conditions

KSS Sales Proposal Terms & Conditions KSS Sales Proposal Terms & Conditions These Sales Proposal Terms and Conditions apply to the accompanying sales proposal and are incorporated therein as if stated therein in their entirety. As used herein,

More information

SIG SAUER, INC. STANDARD TERMS AND CONDITION FOR PURCHASE ORDERS

SIG SAUER, INC. STANDARD TERMS AND CONDITION FOR PURCHASE ORDERS SIG SAUER, INC. STANDARD TERMS AND CONDITION FOR PURCHASE ORDERS I. OFFER, ACCEPTANCE AND NOTIFICATION II. DELIVERY A. This Purchase Order together with these Standard Terms and Conditions for Purchase

More information

AGREEMENT FOR SALE AND PURCHASE

AGREEMENT FOR SALE AND PURCHASE AGREEMENT FOR SALE AND PURCHASE Agreement for Sale and Purchase This Agreement for Sale and Purchase ( Agreement ) is entered into this day of,, 2013, by and between the CITY OF PORT ST. LUCIE, a Florida

More information

1.1.1 days means any day other than a Friday, or official public holiday in the United Arab Emirates;

1.1.1 days means any day other than a Friday, or official public holiday in the United Arab Emirates; GENERAL CONDITIONS OF PURCHASE NOW THEREFORE IT IS AGREED that: 1. Definitions 1.1 In this agreement, unless the context requires otherwise; 1.1.1 days means any day other than a Friday, or official public

More information

NON-STANDARD (VENDOR ORIGINATED) CONTRACT PROCESSING PROCEDURE

NON-STANDARD (VENDOR ORIGINATED) CONTRACT PROCESSING PROCEDURE NON-STANDARD (VENDOR ORIGINATED) CONTRACT PROCESSING PROCEDURE I. Purpose: 1. To provide a consistent and uniform process for reviewing, revising, executing and tracking non-standard contracts and, 2.

More information

TAX SAVINGS AGREEMENT PROCEDURES

TAX SAVINGS AGREEMENT PROCEDURES DIRECT PURCHASE The City of Panama City (herein referred to as the City ) is exempt from sales and use taxes. As such, it is exempt from the payment of sales and use taxes on purchases of tangible property,

More information

Terms and Conditions of Sales

Terms and Conditions of Sales Terms and Conditions of Sales 1. Governing Provisions. These Terms and Conditions of Sale ("Terms and Conditions") constitute an offer by ARCTIC SILVER, INC., Quotation, Acknowledgment or Invoice provided

More information

INVITATION FOR BID ROANOKE REGIONAL AIRPORT COMMISSION. January 29, 2019 at 2:00 P.M. in person, or by mail/carrier

INVITATION FOR BID ROANOKE REGIONAL AIRPORT COMMISSION. January 29, 2019 at 2:00 P.M. in person, or by mail/carrier BID NUMBER: 19-002 DEADLINE FOR RECEIPT OF BID: INVITATION FOR BID ROANOKE REGIONAL AIRPORT COMMISSION January 29, 2019 at 2:00 P.M. in person, or by mail/carrier Form 2 (112113) BID PROJECT: Purchase

More information

H. UNIVERSITY PROCUREMENT CODE

H. UNIVERSITY PROCUREMENT CODE Page 1 H. UNIVERSITY PROCUREMENT CODE 3-801 General A. Applicability 1. This Article H ( University Procurement Code ) shall consist of rules prescribing procurement policies and procedures for the Arizona

More information

LIMITED FINANCIAL SERVICES AGREEMENT. THIS AGREEMENT dated for reference as of the day of, 20.

LIMITED FINANCIAL SERVICES AGREEMENT. THIS AGREEMENT dated for reference as of the day of, 20. LIMITED FINANCIAL SERVICES AGREEMENT THIS AGREEMENT dated for reference as of the day of, 20. BETWEEN: AND: THE OWNERS, PLAN, a Strata Corporation constituted under the laws of British Columbia and having

More information

City of Hays Request for Proposals

City of Hays Request for Proposals City of Hays Request for Proposals Sewer Camera Date of Issue: Proposal Due Date July 9, 2008 Table of Contents 1. INTRODUCTION...3 2. RULES OF PREPARATION...3 3. INQUIRIES...3 4. SUBMISSION OF PROPOSALS...3

More information

GLOUCESTER/SALEM COUNTIES BOARD OF REALTORS STANDARD FORM OF BROKER-SALESPERSON INDEPENDENT CONTRACTOR AGREEMENT

GLOUCESTER/SALEM COUNTIES BOARD OF REALTORS STANDARD FORM OF BROKER-SALESPERSON INDEPENDENT CONTRACTOR AGREEMENT 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 GLOUCESTER/SALEM COUNTIES BOARD OF REALTORS STANDARD

More information

Standard Terms and Conditions of Sale

Standard Terms and Conditions of Sale Standard Terms and Conditions of Sale The following terms and conditions are the standard terms and conditions of sale of C&D Technologies, Inc. and, as more specifically provided herein, any offer of

More information

Miami Association of REALTORS RETS License Agreement

Miami Association of REALTORS RETS License Agreement Miami Association of REALTORS RETS License Agreement This form must be completed and signed by each broker, agent (if applicable) operating the website stated within this agreement and a separate form

More information

SENIOR AEROSPACE ABSOLUTE MANUFACTURING TERMS AND CONDITIONS OF PURCHASE

SENIOR AEROSPACE ABSOLUTE MANUFACTURING TERMS AND CONDITIONS OF PURCHASE Page 1 of 7 SENIOR AEROSPACE ABSOLUTE MANUFACTURING TERMS AND CONDITIONS OF PURCHASE 1. ACCEPTANCE: This order is for the purchase and sale of the goods and services described on the front side hereof

More information

County Tax Sale PLEASE MARK YOUR ENVELOPE "SEALED BID # RETURN ONE (1) ORIGINAL AND THREE (3) COPIES TO:

County Tax Sale PLEASE MARK YOUR ENVELOPE SEALED BID # RETURN ONE (1) ORIGINAL AND THREE (3) COPIES TO: REQUEST FOR BID No. 201303-216 TANEY COUNTY MISSOURI Purchasing Department 132 David Street / P. O. Box 1630 Forsyth, Missouri 65653 Attn: Ron Erickson, Director of Purchasing Phone: 417-546-7281 / FAX:

More information

Terms and Conditions of Sale

Terms and Conditions of Sale KYOCERA Display America, Inc. ( Seller ) offers to sell to Buyer ("Buyer") Seller s goods and services ( Goods ) only on the following terms and conditions, which shall become part of any purchase order

More information

Purchase Order Terms and Conditions

Purchase Order Terms and Conditions Purchase Order Terms and Conditions 1. ACCEPTANCE OF CONTRACT: Shiloh Industries, Inc., hereinafter referred to, as Buyer shall not be bound by this order until Seller executes and returns to Buyer an

More information

TERMS AND CONDITIONS OF SALE

TERMS AND CONDITIONS OF SALE TM RELIABLE CONNECTIVITY SOLUTIONS TERMS AND CONDITIONS OF SALE 1. CONTROLLING TERMS & CONDITIONS Seller objects to and is not bound by any term or condition on Buyer's order which is different from or

More information

Minnesota Department of Health Grant Agreement

Minnesota Department of Health Grant Agreement If you circulate this grant agreement internally, only offices that require access to the tax identification number AND all individuals/offices signing this grant agreement should have access to this document.

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS 1. ACCEPTANCE: This requirements purchase order, together with the attachments and referenced documents, constitutes an offer by Buyer to Seller upon the terms and conditions

More information

SOUTH BROWARD BOARD OF REALTORS IDX Vendor License Agreement

SOUTH BROWARD BOARD OF REALTORS IDX Vendor License Agreement SOUTH BROWARD BOARD OF REALTORS IDX Vendor License Agreement This form must be completed and signed by each broker, licensee (if applicable) and vendor operating the IDX website stated within this agreement

More information

K & R Properties of Fayetteville, Inc. PO Box Fayetteville, NC (910)

K & R Properties of Fayetteville, Inc. PO Box Fayetteville, NC (910) K & R Properties of Fayetteville, Inc. PO Box 25372 Fayetteville, NC 28314 (910)423-1707 EXCLUSIVE PROPERTY MANAGEMENT AGREEMENT Long-term Rental Property This Exclusive Property Management Agreement is

More information

LOCAL GOVERNMENT PROMPT PAYMENT ACT

LOCAL GOVERNMENT PROMPT PAYMENT ACT LOCAL GOVERNMENT PROMPT PAYMENT ACT 218.70 Popular name. 218.71 Purpose and policy. 218.72 Definitions. 218.73 Timely payment for nonconstruction services. 218.735 Timely payment for purchases of construction

More information

Albany Safran Composites, LLC Albany Engineered Composites SAS Terms and Conditions of Purchase

Albany Safran Composites, LLC Albany Engineered Composites SAS Terms and Conditions of Purchase DEFINITIONS. (a) BUYER means Albany Safran Composites, LLC and/or, as applicable. (b) Goods means any good or service specified in the Purchase Order or Order or Agreement to be delivered by SELLER to

More information

TERMS AND CONDITIONS OF SALE

TERMS AND CONDITIONS OF SALE Page : 1/5 1. AGREEMENT. The terms and conditions as set forth herein as well as any additional terms and conditions that may appear on the Customer Order shall constitute the entire agreement between

More information

VII Chapter 421J, Planned Community Associations

VII Chapter 421J, Planned Community Associations 399 VII Chapter 421J, Planned Community Associations 421J-1 Scope. This chapter shall apply to all planned community associations existing as of the effective date of this chapter and all planned community

More information

REQUEST FOR PROPOSALS LIHTC PROPERTY MANAGEMENT CONSULTING MAKAH TRIBAL HOUSING DEPARTMENT

REQUEST FOR PROPOSALS LIHTC PROPERTY MANAGEMENT CONSULTING MAKAH TRIBAL HOUSING DEPARTMENT REQUEST FOR PROPOSALS LIHTC PROPERTY MANAGEMENT CONSULTING MAKAH TRIBAL HOUSING DEPARTMENT The Makah Tribal Housing Department (MTHD) is pleased to invite you to submit your firm s qualifications and proposal

More information

DECLARATION OF EASEMENTS AND COST SHARING AGREEMENT

DECLARATION OF EASEMENTS AND COST SHARING AGREEMENT PREPARED BY AND AFTER RECORDING RETURN TO: James Johnston, Esq. Shutts & Bowen LLP 300 S. Orange Avenue Suite 1000 Orlando, Florida 32801 Tax Parcel I.D.s: 25-21-29-0000-00-032 25-21-29-4432-00-001 DECLARATION

More information

CARLSBAD MUNICIPAL SCHOOLS INVITATION TO SUBMIT SEALED BID. BID # SAXON PHONICS NIGP Code: 78587

CARLSBAD MUNICIPAL SCHOOLS INVITATION TO SUBMIT SEALED BID. BID # SAXON PHONICS NIGP Code: 78587 CARLSBAD MUNICIPAL SCHOOLS INVITATION TO SUBMIT SEALED BID BID # 2017-2018-01 SAXON PHONICS NIGP Code: 78587 ISSUE DATE: August 9, 2017 SUBMISSION DEADLINE: Thursday, August 24, 2017 2:00 PM Mountain Time

More information

Purchase Terms and Conditions

Purchase Terms and Conditions THE FOLLOWING TERMS AND CONDITIONS GOVERN ALL SALES OF PRODUCTS AND MATERIALS ( GOODS ) BY FIBERESIN INDUSTRIES, INC. OF OCONOMOWOC, WISCONSIN INCLUDING ITS EDGEMOLD PRODUCTS DIVISION ( SELLER ) TO ITS

More information

APPENDIX A KOA SPEER ELECTRNONICS TERMS AND CONDITIONS OF SALE

APPENDIX A KOA SPEER ELECTRNONICS TERMS AND CONDITIONS OF SALE APPENDIX A KOA SPEER ELECTRNONICS TERMS AND CONDITIONS OF SALE 1. Terms and Conditions. This sale is subject to, and Seller's acceptance is conditioned upon, Buyer's assent to the terms and conditions

More information

TERMS & CONDITIONS STANDARD PAGE 1 OF 5 DATE: 6 AUGUST 2014

TERMS & CONDITIONS STANDARD PAGE 1 OF 5 DATE: 6 AUGUST 2014 PAGE 1 OF 5 TIME IS OF THE ESSENCE WITH RESPECT TO THE PERFORMANCE OF EACH OF THE COVENANTS AND AGREEMENTS SET FORTH HEREIN. 1. DEFINITIONS. As used in this Purchase Order, the below terms shall have the

More information

Water System Master Operating Agreement. for the. Marion, Howell, Oceola and Genoa. Sewer and Water Authority

Water System Master Operating Agreement. for the. Marion, Howell, Oceola and Genoa. Sewer and Water Authority Water System Master Operating Agreement for the Marion, Howell, Oceola and Genoa Sewer and Water Authority Dated as of February 1, 2011 TABLE OF CONTENTS Page ARTICLE I DEFINITIONS Section 1.1 Definitions...2

More information

TOWN OF LINCOLN INVITATION TO BID 2018 TOWN CALENDAR RFP #

TOWN OF LINCOLN INVITATION TO BID 2018 TOWN CALENDAR RFP # TOWN OF LINCOLN INVITATION TO BID 2018 TOWN CALENDAR RFP #2018-07 Sealed bids are due by 10:00 a.m. on Friday, October 20, 2017 Bid Specs are available online at: http://www.lincolnri.org/departments/list/purchasing.php#mobiletarget

More information

Purchase Terms and Conditions

Purchase Terms and Conditions 1. Entire Agreement TekLinks, Inc. ( Seller ) agrees to sell goods covered herein ( Goods ) to Buyer on the following terms and conditions of sale ( T&Cs ), which supersede any other or inconsistent terms

More information

REQUEST FOR PROPOSALS RFP # Lease of Golf Carts. At the. Sierra Del Rio Golf Course

REQUEST FOR PROPOSALS RFP # Lease of Golf Carts. At the. Sierra Del Rio Golf Course REQUEST FOR PROPOSALS RFP # 16-17-002 For Lease of Golf Carts At the Sierra Del Rio Golf Course Issued: April 14, 2017 Proposals Due: April 28, 2017 by 2:00pm CITY OF ELEPHANT BUTTE, NEW MEXICO PO Box

More information

COUNTY OF TANEY, MISSOURI

COUNTY OF TANEY, MISSOURI COUNTY OF TANEY, MISSOURI REQUEST FOR BID For COUNTY TAX SALE Release Date: February 22, 2012 Submittal Deadline: March 22, 2012 Not later than 9:00 AM, Central Time Taney County Purchasing Ron Erickson,

More information

Charleston County School District. Procurement Services

Charleston County School District. Procurement Services Vendor Guide Procurement Services July 2006 Vendor Guide Page 1 Table of Contents Introduction...2 About Charleston School District...2 About Procurement Servcies...2 District Procurement Code...3 Direct

More information

Confirmation of Purchase Order/Terms and Conditions of Sale 1. ACCEPTANCE OF ORDER: Natel Engineering Co., Inc. or it s Powercube division ( Natel or

Confirmation of Purchase Order/Terms and Conditions of Sale 1. ACCEPTANCE OF ORDER: Natel Engineering Co., Inc. or it s Powercube division ( Natel or 1. ACCEPTANCE OF ORDER: Natel Engineering Co., Inc. or it s Powercube division ( Natel or we ) acknowledges receipt of your ( Buyer s ) purchase order ( Order ) for the goods and/or services listed on

More information

Lee County Port Authority Real Estate Broker Compensation Policy

Lee County Port Authority Real Estate Broker Compensation Policy Lee County Port Authority Real Estate Broker Compensation Policy Southwest Florida International Airport (RSW) and Page Field (FMY) Properties I. PURPOSE AND SCOPE The purpose of this Real Estate Broker

More information

BID PROPOSAL FORMS FOR THE SALE OF REAL PROPERTY LOCATED IN THE CITY OF CORONA IN THE COUNTY OF RIVERSIDE

BID PROPOSAL FORMS FOR THE SALE OF REAL PROPERTY LOCATED IN THE CITY OF CORONA IN THE COUNTY OF RIVERSIDE 150813 BID PROPOSAL FORMS FOR THE SALE OF REAL PROPERTY LOCATED IN THE CITY OF CORONA IN THE COUNTY OF RIVERSIDE Bid Proposal to Purchase Real Property February 5, 2013 11:00 a.m. This Real Property is

More information

STANDARD TERMS AND CONDITIONS FOR LEASES CONTENTS

STANDARD TERMS AND CONDITIONS FOR LEASES CONTENTS Page 1 of 8 CONTENTS 1. Leased Property 2. Term 3. Location of Leased Property 4. Disputes 5. Packaging 6. Rent 7. Warranty-Rental Amount 8. Maintenance 9. Inspection and Acceptance 10. Disposition of

More information

HUNTINGDON SPECIAL SCHOOL DISTRICT PROCUREMENT PLAN CHILD NUTRITION PROGRAM

HUNTINGDON SPECIAL SCHOOL DISTRICT PROCUREMENT PLAN CHILD NUTRITION PROGRAM HUNTINGDON SPECIAL SCHOOL DISTRICT PROCUREMENT PLAN CHILD NUTRITION PROGRAM This procurement plan contained on the following pages 1 through 10 will be implemented on July 1, 2016 from that date forward

More information

MOLDED FIBER GLASS COMPANIES Terms and Conditions of Sale (Custom Molding Products)

MOLDED FIBER GLASS COMPANIES Terms and Conditions of Sale (Custom Molding Products) MOLDED FIBER GLASS COMPANIES Terms and Conditions of Sale (Custom Molding Products) 1. Applicability - The following Terms and Conditions of Sale shall be applicable to all sales made by Molded Fiber Glass

More information