Loading...
HomeMy WebLinkAboutItem 09 Approval to Purchase Petroleum Products through the Orange County Term Contract No. Y18-1124 for Motor Fuel on Tankwagon Deliveriesocoee fl6rida AGENDA ITEM COVER SHEET Meeting Date: August 17, 2021 Item #: Reviewed By: Contact Name: Stephen C. Krug Department Director: Contact Number: 6002 City Manager: Robert F Subject: Term Contract for -Motor Fuel —Jan kWagon•Relived es ®: Background Summary: The City is a member of the Central Florida Purchasing Cooperative where Orange County is the lead agency in, solicitations that can benefit multiple municipalities. The City previously approved utilizing this purchasing power for petroleum products for tank wagon loads delivered to remote sites throughout the City. The contract for providing the bulk transport load deliveries has been rebid and renewed through the same vendor. This change in contracts requires Commission approval per the Purchasing Codes within the fiscal year which the new contract is utilized. Public Works is requesting Commission approval to utilize the new contract with Palmdale Oil Company, Inc. for as long as the contract remains valid. Issue: Request the City Commission approve the purchase of petroleum products through the existing Orange County term contract via the Central Florida Purchasing Cooperative for tankwagon deliveries. Recommendations: Recommend the City Commission approve the purchase of petroleum products through the Orange County Term Contract No. Y18-1124, Motor Fuel — Tankwagon Deliveries with Palmdale Oil Company, Inc. for as long as the contract remains valid and up to the amounts incorporated into the budget. Attachments: Orange County Contract Y18-1124, Palmdale Oil Company, Inc. Financial Impact: The purchase of petroleum products is adequately funded through the fuel, oil and lubricant line items in the budget Type of Item: (please mark with an `k ) ❑ Public Hearing ❑ Ordinance First Reading ❑ Ordinance Second Reading ❑ Resolution ® Commission Approval F;.or.Clerk's Debt.Use:::,:_:.:. Consent At ends' Public -He nng RegularAgenda 1 ❑ Discussion & Direction ❑ Original Document/Contract Attached for Execution by City Clerk ❑ Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by 2 AMENDMENT NO. 2 TERM CONTRACT NO. Y18-1124-MV MOTOR FUELS —TANK WAGON DELIVERIES EFFECTIVE DATE: October 7, 2020 A. The referenced contract is hereby renewed as follows: From October 7, 2020 through October 6, 2021. B. All other prices, terms and conditions remain the same. PALMDALE OIL COMPANY, INC. /A/l/01//� nature Printed/Typed Name r/WJ Title �/ &0e Da e BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA Signature Melisa Ver ara CPPB Senior Contracting Agent 4/27/20 Date AMENDMENT NO.. 1 TERM CONTRACT NO. Y1-8-1 124-MV MOTOR FUELS — TANK WAGON DELIVERIES . EFFECTIVE DATE: October 7, 2019 A. The referenced contract is hereby renewed as follows? From October 7,2019 through. October 6,2020- B. All other prices, terms and condition's retna,ih the same. PAL/MD OIL COMPANY, INC. ure /y CA fed / Ifo -/� I.-, Printed/Typed-Name 112 Lne .5;a r4W Title Date BOARD .OF COUNTY COMMSSIO.N.ERS / lANGE COUNTY, FLORIDA ign—ature U Melisa Vergara. C:PP8 Senior Rurchasing Agent . �1(2119 - Date ORANGE COUNTY BOARD OF Procurement Division COUNTY COMMISSIONERS CONTRACT NO. Y18-1124 -MV MOTOR FUELS — TANKWAGON DELIVERIES This contract is not valid unless bilaterally executed. Subject to mutual agreement the Orange County Board of County Commissioners hereby enters into a contract subject to the following: Ordering against Contract: A. Unless otherwise specified in the Invitation for Bids, the County will place orders by issuance of a numbered Delivery Order. against this contract. Each Delivery Order will specify the quantity, description and location for deliver. B. Theobligations of Orange County under this contract are subject to need and availability of funds lawfully appropriated for its purpose by the Board of County Commissioners or. other funding source as specified in the terms and conditions. 2. Taxes: The County has the following tax exemption certificates assigned. A. Certificate of Registry No. 59-70-004K for tax free transactions under Chapter 32, Internal Revenue Code; B. Florida Sales and Use Tax Exemption Certificate No. 85-8012622266C- 0. 3. Invoicing: A. Invoices must be submitted, in duplicate, referencing this contract number and the Delivery Order to: Orange County Fleet Management Division 4400 S. Vineland Rd. Orlando Florida 32811 Phone (407) 836-8210 B. Invoices against this contract are authorized only at the prices stated in your bid response, unless otherwise provided in the Invitation for Bids Page 1 4. Counterpart (1): Bidder's Irrevocable Offer and Acceptance A. The Bidder hereby submits an irrevocable offer in response to Invitation for Bids No. Y18-1124-MV, MOTOR FUELS — TANKWAGON DELIVERIES - Term Contract, subject to all general terms and conditions and special terms and conditions therein without exception. B. All requirements contained in any addenda to the solicitation for this procurement are part of and hereby incorporated into this contract. alatliole, P"-/ (COMPANY NAME) Lluvwelc l (Title) DATE: NOTICES: (Address) (Address) /2 S 7 Asa (City, State Zip) 72 Z 76 Zia (Phone) 7 ? L .s i(5 Email) ^� 5. Counterparts. This Agreement may be executed in two identical counterparts, all of which shall be considered one and the same agreement and shall become effective when both counterparts have been signed by each party and delivered to the other party. Counterpart (1) shall be executed by the bidder and included in the sealed bid response. Counterpart (2) may be executed by the County Procurement Division to formalize Acceptance of Bidders Offer and Contract Award. Page 2 6. Counterpart (2): Orange County Board of County Commissioners Acceptance of Bidders Offer and Contract Award A. The County's acceptance of the Bidder's offer in response to our Invitation for Bids No. Y18-1124, Motor Fuels — Tankwagon Deliveries - Term Contract. B. This contract is effective October 7, 2018, and shall remain in effect through October 6, 2019. C. The estimated contract award for the initial term of the contract is $1,900,000.00 D. This is a term contract for the time period specified in the referenced Invitation for Bids, for the products/services covered by this contract. The County is not obligated to purchase any minimum amount of products or services, unless otherwise stipulated in the Invitation for Bids. The bidder is granted authorization to proceed to perform services upon receipt of duly executed Delivery Order. E. This contract may be renewed upon mutual agreement as provided in the Invitation for Bids. Any amendments to this contract must be in writing and signed by both parties. Such amendment(s) must be signed by the representative of the Orange County Procurement Division to be valid, binding, and enforceable. D. This contract may be cancelled or terminated as provided for in the Invitation for Bids. BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA BY: Melisa Vergara, Senior Ourchasing Agent Procurement Division DATE: /n �,5 'ly NOTICES: PROCUREMENT DIVISION INTERNAL OPERATIONS CENTRE II 400 EAST SOUTH STREET, 2ND FLOOR ORLANDO, FLORIDA 32801 (407) 836- 5635 Page 3 BID RESPONSE FORM IFB #Y18-1124-MV All charges including, but not limited to, drop charges, pump charges, split delivery charges and/or minimum freight charges shall be included in the discount or mark-up from the OPIS price. There are no, and shall not be, provisions for added charges. For bid evaluation purposes the estimated annual usage for Orange County as specified in "Delivery Schedule A" shall be utilized to determine the low bidder, items with no estimated quantity shall be evaluated at a quantity of one (1) gallon. CHECK INDICATOR BOX FOR FIXED DISCOUNT (-) OR MARK-UP(+) PRICE PER GALLON THIS AMOUNT SHALL BE SUBTRACTED FROM OR ADDEDTO THE OPTS AVERAGE PRICE(S) PER GALLON POSTED FOR THE TAFT TERMINAL ITEM NO. DESCRIPTION 87 Octane gasoline, as specified 2. 89 Octane gasoline, as specified 3. 93 Octane gasoline, as specified 4. Undyed Diesel fuel, as specified 5. Dyed Diesel fuel, as specified $ , 1P�13 per gallon Mark-up or ❑ Mark-down $ , /AIJ per gallon 'Mark-up or ❑ Mark-down $ jD7.3 per gallon ji-Mark-up or ❑ Mark-down $ per gallon 'Mark-up or ❑ Mark-down $ per gallon Mark-up or ❑ Mark-down pa /m)o/& /)t-/ /11�, lq,�Vnll 6. Company Nam IMPORTANT NOTE: When completing your bid, do not attach any forms which may contain terms and conditions that conflict with those listed in the County's bid documents(s). Inclusion of additional terms and conditions such as those which may be on your company's standard forms shall result in your bid being declared non -responsive as these changes will be considered a counteroffer to the CountV'S bid. Delivery shall be not later than two (2) calendar days After Receipt of Order (ARO) per Special Terms and Conditions. Inquiries regarding this Invitation for Bids may be directed to Melisa Vergara, Senior Purchasing Agent, at Mel isa.Vergara(o)ocfl.net Page 39 THE FOLLOWING SECTION MUST BE COMPLETED BY ALL BIDDERS: Company Name: Pa /a 4 A le, f%i DIM noU V -Z;16 NOTE: COMPANY NAME MUST MATCH LEGAL NAME ASSIGNED TO TIN NUMBER. CURRENT W9 MUST BE SUBMITTED WITH BID. TINM ' ; 3 S'54�v D-U-N-S® # 0f/0�1 2,13 R-Q y 6zj1-4S-1-. (Street No. (CourKy) P.O. Box Number) (Street Name) Contact Person: FlDli A (State) j�4e,h /,?07 gAN)P"A4 lCCd (City) (Zip Code) Phone Number: szv 724 Div 2 Fax Number: Lf07 Email Address: A7, ole"9i! EMERGENCY CONTACT Emergency Contact Person: ,1y11 Ultm eV Telephone Number: VD7 g$l 77.4; % Cell Phone Number: 407 fG71' V Residence Telephone Number: ACKNOWLEDGEMENT OF ADDENDA Email: i The Bidder shall acknowledge receipt of any addenda issued to this solicitation by completing the blocks below or by completion of the applicable information on the addendum and returning it not later than the date and time for receipt of the bid. Failure to acknowledge an addendum that has a material impact on this solicitation may negatively impact the responsiveness of your bid. Material impacts include but are not limited to changes to specifications, scope of work/services, delivery time, performance period, quantities, bonds, letters of credit, insurance, or qualifications. Addendum No Date_Date / Addendum No. , Date / 1 //$ Page 40 Addendum No. A , Date 400/48 Addendum No. , Date Cow AUTHORIZED SIGNATORIES/NEGOTIATORS The Bidder represents that the following principals are authorized to sign bids, negotiate and/or sign contracts and related documents to which the bidder will be duly bound. Principal is defined as an employee, officer or other technical or professional in a position capable of substantially influencing the development or outcome of an activity required to perform the covered transaction. Name L4ckl'4i, Title %eahl/ Mv#vm 1/1v fm,s ature (Name of Telephone Number/Email �j 70Z 0�62 /-PeAa 72-2 Z g/2a %S (Date) The Bidder shall complete and submit the following information with the bid: Type of Organization Sole Proprietorship Partnership Non -Profit Joint Venture* Corporation -e-vAot -60^ State of Incorporation: 171d n'a Principal Place of Business (Florida Statute Chapter 607): R. l,P,-Ge/5nco&e IzvIal,,A, CitytCounty/Stc,fte THE PRINCIPAL PLACE OF BUSINESS SHALL BE THE ADDRESS OF THE BIDDER'S PRINCIPAL OFFICE AS IDENTIFIED BY THE FLORIDA DiVISION OF CORPORATIONS. Federal I.D. number is:r�Z��s��ro Joint venture firms must complete and submit with their Bid Response the form titled `Information for Determining Joint Venture Eligibility", and a copy of the formal agreement between all joint venture parties. This joint venture agreement must indicate the parties'respective roles, responsibilities and levels of participation for the project. If proposing as a Joint Venture, the Joint Venture shall obtain and maintain all contractually required insurance in the name of the Joint Venture as required by the Contract. Individual insurance in the name of the parties to the Joint venture will not be accepted. Failure to timely submit the required form along with an attached written copy of the joint venture agreement may result in disqualification of your Bid Response Page 41 DRUG -FREE WORKPLACE FORM The ndersigned Bidder, in accordance with Florida Statute 287.087 hereby certifies that r' of /� does: Name of BLIsin6ss Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in Paragraph 1. 4. In the statement specified in Paragraph 1, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Florida Statute 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug free workplace through implementation of Paragraphs 1 thru 5. As the person authorized to sign this statement, I certify that this firm complies fully with above requirements. Bidder's Signature e/Zo //S Date SCHEDULE OF SUBCONTRACTING, IFB NO. Y18-1124-MV As specified in the General Terms and Conditions and in the Special Terms and Conditions, bidders are to present the details of subcontractor participation. Name Of Subcontractor Address Type of Work to be Performed Percent and dollar amount of Contract Amount to be Subcontracted Company Name: P CONFLICT/NON-CONFLICT OF INTEREST STATEMENT CHECK ONE To the best of our knowledge, the undersigned bidder has no potential conflict of interest due to any other clients, contracts, or property interest for this project. OR [ ] The undersigned bidder, by attachment to this form, submits information which may be a potential conflict of interest due to other clients, contracts, or property interest for this project. LITIGATION STATEMENT CHEJZK ONE The undersigned bidder has had no litigation and/or judgments entered against it by any local, state or federal entity and has had no litigation and/or judgments entered against such entities during the past ten (10) years. [ ] The undersigned bidder, BY ATTACHMENT TO THIS FORM, submits a summary and disposition of individual cases of litigation and/or judgments entered by or against any local, state or federal entity, by any state or federal court, during the past ten (10) years. Pa a�e Pit AL4JRJ -r-,G- CO Y AME J$JT46RIZEtY SIGNATURE 140tJ d4MLAei* NAME (PRINT OR TYPE) AIV51h( TITLE Failure to check the appropriate blocks above may result in disqualification of your bid. Likewise, failure to provide documentation of a possible conflict of interest, or a summary of past litigation and/or judgments, may result in disqualification of your bid. E VERIFICATION CERTIFICATION Contract No.Y18-1124-MV I hereby certify that I will utilize the U.S. Department of Homeland Security's E-Verify system in accordance with the terms governing the use of the system to confirm the employment eligibility of the individuals classified below. In accordance with s. 837.06, Florida Statutes, I understand and acknowledge that whoever knowingly makes a false statement in writing with the intent to mislead a public servant in the performance of his or her official duties shall be guilty of a misdemeanor in the second degree, punishable as provided in s. 775.082 or s. 775.083, Florida statutes. All persons, including subcontractors and their workforce, who will perform work under Contract No.Y18-1124-MV, Motor Fuels — Tankwagon Deliveries, within the state of Florida. - NAME OF CONTRACTOR: l �lG'Q�� D� l &YV/ � -C ADDRESS OF CONTRACTOR:` AUTHORIZED SIGNATURE: �Wx" TITLE: &5�1 DATE: Slzo !l o August 1, 2018 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA IFB #Y18-1124-MV MOTOR FUELS — TANKWAGON DELIVERIES ADDENDUM NO. 1 The above Invitation for Bids is changed as follows: 1. The acceptance date has been changed as follows: Sealed bid offers will be accepted up to 2:00 PM (local time), Tuesday, August 14, 2018. 2. A future addendum is forthcoming to address questions and answers related to this Invitation for Bids. All other specifications, terms and conditions remain the same ACKNOWLEDGEMENT OF ADDENDA A. The bidder shall acknowledge receipt of this addendum by completing the applicable section in the solicitation or by completion of the acknowledgement information on the addendum. Either form of acknowledgement must be completed and returned not later than the date and time for receipt of the bid. B. Receipt cknowledged by: uthonzed Signer A4.1 9v, Ij- Title Name of Bidder IFB #Y18-1124-MV Addendum No. 1 Page 1 of 1 y/1"olcs Date Signed August 10, 2018 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA IFB #Y18-1124-MV MOTOR FUELS — TANKWAGON DELIVERIES ADDENDUM NO.2 The above Invitation for Bids is changed as follows: 1. The acceptance date has been changed as follows: Sealed bid offers will be accepted up to 2:00 PM (local time), Tuesday, August 21, 2018. The following are questions and answers: Question 1 — Can you please provide the average delivery amounts for each location? Answer — The information is not available in a consistent format from division to division. The information available today is attached hereto as Exhibit 1 for Utilities usage, Exhibit 2 for Fleet Management, Exhibit 3 for Fire Rescue, Exhibits 4 and 5 for Convention Center. Note: The report for Fire Rescue is weekly, not annual. Question 2 — Can you please provide the annual amounts of each product at each location? Answer— Each division tracks their information separately. See attached Exhibits 1-5. Question 3 —Who is the incumbent? Answer — The current contractor is Quick Fuel Fleet Services, LLC. Question 4 — May I have a copy of the current contract? Answer — Below is the link to the current contract Y16-1081-MV. http://apps.ocfl.net/OrangeBids/Termcontracts/listtermcontract.asp?ID=117941 &CT=appli cation/pdf& FN=Y16-1081. pdf Question 5 - May I have a copy of the last bid tabs? Answer — See attachment 1 in this Addendum. Question 6 — Fuel Deliver for County Vehicles with Bar Codes, how often do you or have required this service? What is the after hour time window and days required? Can there be separate pricing mark up for this? Answer — We have no need for this at this time, but want to have it available if needed. Previously on -site fueling was for approximately 15 class 7-8 trucks (diesel) and was done outside of that customer's normal work day (6:OOam — 6:OOpm). We made the vehicles available between 6:OOpm — 6:OOam, but the previous vendor choose to do it in the early morning (before 5:OOam). IFB #Y18-1124-MV Addendum No. 2 Page 1 of 2 Question 7 — The bid requires OPIS weekly pricing. Will you consider OPTS daily or day of delivery? Answer — No. OPIS weekly pricing only. Question 8 — What is the average delivery size or can we look at random samples of invoices over the past few months to get an idea of the typical sizes of these deliveries? Answer — Delivery Size can range from 50 gallons up. Question 9 - Can we look at the tank sizes and delivery locations for this bid? Answer — See Delivery Schedule A on the solicitation. Question 10 - What was the total volume for this contract last year by product? Answer — Total expended amount from 9/1/17 to -date is $2,102,906.48. The by-product figures are not available in our system. Question 11 — Is the driver required to be escorted at all Fire Stations? Answer — Yes, the driver is required to be escorted at all Fire Stations. All other specifications, terms and conditions remain the same. ACKNOWLEDGEMENT OF ADDENDA A. The bidder shall acknowledge receipt of this addendum by completing the applicable section in the solicitation or by completion of the acknowledgement information on the addendum. Either form of acknowledgement must be completed and returned not later than the date and time for receipt of the bid. B. Receipt acknowledged by: y /� on ed Sig er P-11V51A444 title (l�//nn 14964 O Name of Bidder IFB #Y18-1124-MV Addendum No. 2 Page 2 of 2 g 12�0lle Date Signed August 14, 2018 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA INVITATION FOR BID (IFB) Y18-1124-MV; ADDENDUM # 3 MOTOR FUELS — TANKWAGON DELIVERIES This Addendum is hereby incorporated into the bid documents of the project referenced above. The following items are clarifications, corrections, additions, deletions, and/or revisions to and shall take precedence over the original documents. Additions are indicated by underlining and deletions via stdkethreugI4. A. The Bid Opening Date remains August 21, 2018 at 2:OOPM. B. Page 22, SPECIAL TERMS AND CONDITIONS, BID ACCEPTANCE PERIOD A bid shall constitute an irrevocable offer for a period of one hundred -twenty (120) einety (99) days from the bid opening date or until the date of award. In the event that an award is not made by the County within one hundred -twenty (120) ninety (90) days from the bid opening date, the Bidder may withdraw their bid or provide a written extension of their bid. C. ACKNOWLEDGEMENT OF ADDENDA a. The bidder shall acknowledge receipt of this addendum by completing that applicable section in the solicitation or by completion of the acknowledgement information on the addendum. Either form of acknowledgement must be completed and returned no later than the date and time for receipt of the bid. b. All other terms and conditions of the IFB remain the same. c. ReceVt #gowle a by: J/ N& ho ed Signature Date Title P4 Name of Firm Y18-1124-MV; Addendum # 3 Page 1 of 1 August 14, 2018 August 14, 2018 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA INVITATION FOR BID (IFB) Y18-1124-MV; ADDENDUM # 3 MOTOR FUELS — TANKWAGON DELIVERIES This Addendum is hereby incorporated into the bid documents of the project referenced above. The following items are clarifications, corrections, additions, deletions, and/or revisions to and shall take precedence over the original documents. Additions are indicated by underlining and deletions via trikethm gh. A. The Bid Opening Date remains August 21, 2018 at 2:OOPM. B. Page 22, SPECIAL TERMS AND CONDITIONS, BID ACCEPTANCE PERIOD A bid shall constitute an irrevocable offer for a period of one hundred -twenty (120) nib kW days from the bid opening date or until the date of award. In the event that an award is not made by the County within one hundred -twenty (120) y (90) days from the bid opening date, the Bidder may withdraw their bid or provide a written extension of their bid. C. ACKNOWLEDGEMENT OF ADDENDA a. The bidder shall acknowledge receipt of this addendum by completing that applicable section in the solicitation or by completion of the acknowledgement information on the addendum. Either form of acknowledgement must be completed and returned no later than the date and time for receipt of the bid. b. All other terms and conditions of the IFB remain the same. c. Receipt acknowledge by: Authorized Signature Date Title Name of Firm Y18-1124-MV; Addendum # 3 Page 1 of 1 August 14, 2018 August 10, 2018 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA IFB #Y18-1124-MV MOTOR FUELS — TANKWAGON DELIVERIES ADDENDUM NO. 2 The above Invitation for Bids is changed as follows: The acceptance date has been changed as follows: Sealed bid offers will be accepted up to 2:00 PM (local time), Tuesday, August 21, 2018. The following are questions and answers: Question 1 — Can you please provide the average delivery amounts for each location? Answer — The information is not available in a consistent format from division to division. The information available today is attached hereto as Exhibit 1 for Utilities usage, Exhibit 2 for Fleet Management, Exhibit 3 for Fire Rescue, Exhibits 4 and 5 for Convention Center. Note: The report for Fire Rescue is weekly, not annual. Question 2 — Can you please provide the annual amounts of each product at each location? Answer— Each division tracks their information separately. See attached Exhibits 1-5. Question 3 — Who is the incumbent? Answer — The current contractor is Quick Fuel Fleet Services, LLC. Question 4 — May I have a copy of the current contract? Answer — Below is the link to the current contract Y16-1081-MV. http://apps.ocfl.net/OrangeBids/Termcontracts/listtermcontract.asp?ID=117941 &CT=appli cation/pdf&FN=Y16-1081.pdf Question 5 - May I have a copy of the last bid tabs? Answer — See attachment 1 in this Addendum. Question 6 — Fuel Deliver for County Vehicles with Bar Codes, how often do you or have required this service? What is the after hour time window and days required? Can there be separate pricing mark up for this? Answer — We have no need for this at this time, but want to have it available if needed. Previously on -site fueling was for approximately 15 class 7-8 trucks (diesel) and was done outside of that customer's normal work day (6:00am — 6:00pm). We made the vehicles available between 6:00pm — 6:00am, but the previous vendor choose to do it in the early morning (before 5:00am). IFB #Y18-1124-MV Addendum No. 2 Page 1 of 2 Question 7 — The bid requires OPIS weekly pricing. Will you consider OPIS daily or day of delivery? Answer — No. OPIS weekly pricing only. Question 8 — What is the average delivery size or can we look at random samples of invoices over the past few months to get an idea of the typical sizes of these deliveries? Answer — Delivery Size can range from 50 gallons up. Question 9 - Can we look at the tank sizes and delivery locations for this bid? Answer — See Delivery Schedule A on the solicitation. Question 10 - What was the total volume for this contract last year by product? Answer — Total expended amount from 9/1/17 to -date is $2,102,906.48. The by-product figures are not available in our system. Question 11 — Is the driver required to be escorted at all Fire Stations? Answer — Yes, the driver is required to be escorted at all Fire Stations. All other specifications, terms and conditions remain the same. ACKNOWLEDGEMENT OF ADDENDA A. The bidder shall acknowledge receipt of this addendum by completing the applicable section in the solicitation or by completion of the acknowledgement information on the addendum. Either form of acknowledgement must be completed and returned not later than the date and time for receipt of the bid. B. Receipt acknowledged by: Authorized Signer Title Name of Bidder IFB #Y18-1124-MV Addendum No. 2 Page 2 of 2 Date Signed ATTACHMENT I BID TABULATION Y16-1081-MR MOTOR FUELS - TANK WAGON DELIVERIES OPEN 6/30/16 Y16-1081 MOTOR FUEL TANKWAGON DELIVERIES ATLAS OIL LYNCH OIL COMPANY INC. DES Wholesale, LLC dba Diversified Energy Supply ITEM # DESCRIPTION Usage in Gallons UNIT PRICE ESTIMATED TOTAL UNIT PRICE ESTIMATED TOTAL UNIT PRICE ESTIMATED TOTAL 1 87 Octane Gasoline, 7,000 gallons 47,400 $0.1350 $6,399.0000 $0.1395 $6,612.3000 $0.2000 $9,480.0000 2 89 Octane Gasoline 7,000 gallons 1 $0.1350 $0.1350 $0.13951 $0.1395 $0.2000 $0.2000 3 93 Octane Gasoline, 7000 gallons 1 $0.1350 $0.1350 $0.1395 $0.1395 $0.2000 $0.2000 4 Diesel Fuel, 7,000 gallons 1 $0.1350 $0.1350 $0.1395 $0.1395 $0.2000 $0.2000 F5 Dyed Diesel Fuel, 7,000 gallons 525,600 $0.1350 $70,956.0000 $0.1395 $73,321.2000 $0.2000 $105,120.0000 ALLBIDS'ARE MARKUP FROM OPIS AVERAGE $77,355.4050 $79,933.9185 $114,600.6000 ORANGE COUNTY UTILITIES EXHIBIT 1 OCU Annual Contract Fuel Qty./$ # of Location Delivery Address Item No. Deliveries Consery II 17498 McKinney Road, Winter Garden, FL 34787 4 87 Octane Gas (1) Consery II 17498 McKinney Road, Winter Garden, FL 34787 4 Dyed Diesel (5) SWRF 4760 W Sand Lake Road, Orlando, FL 32819 4 87 Octane Gas (1) SWRF 4760 W Sand Lake Road, Orlando, FL 32819 3 Dyed Diesel (5) NWRF 701 W McCormick Road, Apopka, FL 32703 2 87 Octane Gas (1) NWRF 701 W McCormick Road, Apopka, FL 32703 2 Dyed Diesel (5) Water 2552 Lakeville Road, Apopka, FL 32703 1 87 Octane Gas (1) Water 7790 Conroy Windermere Road, Orlando, FL 32819 1 87 Octane Gas (1) Water 4790 Conroy Windermere Road, Orlando, FL 32819 2 87 Octane Gas (1) Water 9100 Curry Road Road, Orlando, FL 32825 1 87 Octane Gas (1) Water 226 Dorscher Road, Orlando, FL 32835 1 87 Octane Gas (1) Water 13000 S. Orange Avenue, Orlando, FL 32824 1 87 Octane Gas (1) Water 2552 Lakeville Road, Apopka, FL 32703 1 Dyed Diesel (5) Water 226 Dorscher Road, Orlando, FL 32835 1 Dyed Diesel (5) Water 9100 Curry Road Road, Orlando, FL 32825 1 Dyed Diesel (5) Water 5143 Spring Run Avenue, Orlando, FL 32819 2 Dyed Diesel (5) Water 2021 Apopka Vineland Road, Orlando, FL 32835 1 Dyed Diesel (5) Water 13815 Bridgewater Crossing Blvd., Windermere, FL 34786 1 Dyed Diesel (5) Water 60 Grand Cypress Blvd., Orlando, FL 32836 1 Dyed Diesel (5) Water 8973 Meadow Creek Road, Orlando, FL 1 Dyed Diesel (5) Water 5707 Sea Splash Way, Orlando, FL 32821 1 Dyed Diesel (5) Water 14000 Waterplant Drive, 32837 1 Dyed Diesel (5) Water 13000 S. Orange Avenue, Orlando, FL 32824 1 Dyed Diesel (5) Water 9665 Lake Underhill Road, Orlando, FL 32825 1 Dyed Diesel (5) Building Operations 8100 Presidents Drive, Orlando, FL 1 Dyed Diesel (5) Solid Waste 12100 Young Pine Road, Orlando, FL 32829 1 87 Octane Gas (1) Solid Waste 12100 Young Pine Road, Orlando, FL 32829 1 87 Octane Gas (1) Solid Waste 12100 Young Pine Road, Orlando, FL 32829 1 87 Octane Gas (1) Solid Waste 12100 Young Pine Road, Orlando, FL 32829 1 87 Octane Gas (1) Solid Waste 12100 Young Pine Road, Orlando, FL 32829 1 87 Octane Gas (1) Solid Waste 12100 Young Pine Road, Orlando; FL 32829 1 87 Octane Gas (1) Solid Waste 12100 Young Pine Road, Orlando, FL 32829 1 87 Octane Gas (1) Solid Waste 12100 Young Pine Road, Orlando, FL 32829 1 87 Octane Gas (1) Solid Waste 12100 Young Pine Road, Orlando, FL 32829 1 87 Octane Gas (1) Solid Waste 12100 Young Pine Road, Orlando, FL 32829 1 87 Octane Gas (1) Solid Waste 12100 Young Pine Road, Orlando, FL 32829 1 87 Octane Gas (1) Solid Waste 12100 Young Pine Road, Orlando, FL 32829 1 87 Octane Gas (1) Solid Waste 12100 Young Pine Road, Orlando, FL 32829 1 87 Octane Gas (1) Solid Waste 12100 Young Pine Road, Orlando, FL 32829 1 87 Octane Gas (1) Solid Waste 12100 Young Pine Road, Orlando, FL 32829 1 87 Octane Gas (1) Solid Waste 12100 Young Pine Road, Orlando, FL 32829 1 87 Octane Gas (1) Solid Waste 12100 Young Pine Road, Orlando, FL 32829 1 87 Octane Gas (1) Solid Waste 12100 Young Pine Road, Orlando, FL 32829 1 87 Octane Gas (1) Solid Waste 12100 Young Pine Road, Orlando, FL 32829 1 87 Octane Gas (1) Solid Waste 1326 Good Homes Road, Orlando, FL 32818 1 87 Octane Gas (1) Solid Waste 1326 Good Homes Road, Orlando, FL 32818 1 87 Octane Gas (1) Solid Waste 1326 Good Homes Road, Orlando, FL 32818 1 87 Octane Gas (1) Solid Waste 12100 Young Pine Road, Orlando, FL 32829 1 Dyed Diesel (5) Solid Waste 12100 Young Pine Road, Orlando, FL 32829 1 Dyed Diesel (5) Solid Waste 12100 Young Pine Road, Orlando, FL 32829 1 Dyed Diesel (5) Solid Waste 12100 Young Pine Road, Orlando, FL 32829 1 Dyed Diesel (5) Solid Waste 12100 Young Pine Road, Orlando, FL 32829 1 Dyed Diesel (5) Solid Waste 12100 Young Pine Road, Orlando, FL 32829 1 Dyed Diesel (5) Solid Waste 12100 Young Pine Road, Orlando, FL 32829 1 Dyed Diesel (5) EXHIBIT 2 - FLEET MANAGEMENT - PARKS AND RECREATION SITES ONLY Fleet Management (Parks and Recreation sites) Tank Capacity Location Deliveries In Gallons Fuel 6350 Wadsworth Rd., Mt. Dora, FL OC Fleet 500 87 Octane 2451 N. Dean Rd., Orlando, FL OC Fleet 60 Dyed Diesel 3535 Damon Rd., Orlando, FL OC Fleet 120 Dyed Diesel 400 E. Kelly Park Rd., Apopka, FL . OC Fleet 60 Dyed Diesel 12901 Moss Park Rd., Orlando, FL OC Fleet 120 Dyed Diesel 11800 S. Orange Ave., Orlando, FL OC Fleet 60 Dyed Diesel These above locations are for Parks & Recreation sites only. Emergency Generators (approximately 200 units) can vary widely based on run-time. EXHIBIT 3 Orange County Fire Rescue Fuel Locations Fuel is Delivered Weekly - Fuel Tanks are topped off upon arrival to deliver fuel, not to exceed the tank capacity A Delivery Order is issued weekly by OC Fire - coinciding with the weekly DIESEL Re uested S oradicall - When Necessa DELIVERED - WEEKLY Tank Ca aci 7200 450 Sta. No. HQ 27 30 2250 DELIVERED - WEEKLY 31 450 DELIVERED - WEEKLY 33 450 DELIVERED -WEEKLY 34 450 DELIVERED - WEEKLY 35 450 DELIVERED - WEEKLY 36 2250 DELIVERED - WEEKLY 37 450 DELIVERED - WEEKLY 40 450 DELIVERED - WEEKLY 41 2250 DELIVERED - WEEKLY 42 2250 DELIVERED - WEEKLY 43 450 DELIVERED - WEEKLY 50 2250 DELIVERED - WEEKLY 51 450 DELIVERED - WEEKLY 52 450 DELIVERED - WEEKLY 53 9001 DELIVERED - WEEKLY 54 900 DELIVERED - WEEKLY 56 450 DELIVERED - WEEKLY 58 450 DELIVERED - WEEKLY 65 450 DELIVERED - WEEKLY 70 450 DELIVERED - WEEKLY 71 900 DELIVERED - WEEKLY 72 2250 DELIVERED - WEEKLY 77 450 DELIVERED - WEEKLY 80 500 DELIVERED - WEEKLY 81 450 DELIVERED - WEEKLY 83 2000 DELIVERED - WEEKLY 84 450 DELIVERED - WEEKLY 86 450 DELIVERED - WEEKLY Fire Stations Locations 1- 7 Batt's. BATT 1 -STATIONS j 20 - 3200 N Washington, Zellwood 32798 27 - 2248 Novella Eliza Ln, Apopka 32712 2a - 3250 Clarcona Road, Apopka 32703 29 - 225 E Kelly Park Rd, Apopka 32712 40 - 5570 Beggs Rd, Orlando 32810 41 - 4412 Fairview Ave, Orlando 32804 (BATT2-STAT16NST� _'t 33 -1700 S. Apopka Vinelando Rd, Orlando 32835 42 - 5420 Silver Star Rd., Orlando 32808 43 - 2700 N. Apopka Vineland Rd. Orlando, 32818 52 - 4765 W. Sand Lake Rd. Orlando 32819 jBATT'3 - STATIONS 1 54 - 6500 Central FL Pkwy, Orlando 32821 55 - 801 Greenway Professional Center, Orlando 32824 57 - 6014 Destination Pkwy, Orlando 32819 58 - 2900 Deerfield Blvd, Orlando 32837 76 - 11361 S Narcossee Rd, Orlando 32827 77 -11501 Moss Park Rd. Orlando 32832 IOCFRD_HQ , HQ - 6590 Amory Court, WP 32792 DART - 6350 Wadsworth Rd. Mt. Dora, 32757 BATT 4 - STATIONS 50 - 1415 29th St. Orlando 32805 51 - 1700 W. Oak Ridge Rd, Orlando 32809 53 -1270 LaQuinta Dr. Orlando 32809 70 - 1027 E. Wallace St. Orlando 32809 72 - 3705 S. Conway Rd, Orlando 32812 73 - 811 1st Street. Taft 32824 RBATT 5 - STATIONS_ 71 - 4405 St. Florian Wy, Orlando 32822 81 - 901 S. Econlockhatchee Tr. Orlando 32825 83 -11950 E. Lake Underhill Dr, Orlando 32825 85 -13801 Townsend Drive, Orlando 32828 65 - 4999 N. Orion Blvd. Orlando 32816 67 -10679 University Blvd, Orlando, FL 32817 80 -1841 Bonneville Dr. Orlando 32826 82 - 500 N Story Partin Rd, Orlando 32833 84 -1221 N. Ft. Christmas Rd Orlando 32709 86 - 3202 Babbitt Ave, Orlando 32833 BATT 7 -.STATIONS 32 -14932 E Orange Lake Blvd, Kissimmee 34747 34 .4000 Winter Garden Vineland Rd,Winter Garden 34787 35 - 7435 Winter Garden Vineland Rd Orlando 34786 36 - 12252 Winter Garden Vineland Orlando 32836 37 - 540 E. Oakland Ave, Oakland 34760 56 -13303 S. International Dr. Orlando 32821 1 * I Orange County Convention Center Generator Inventory -2016 August 4 Diesel Bldg Area Support KW Standby KVA Day Tank Diesel External # Name Location Supported Supported Type Make Model Serial Frame RPM Amps KW Voltage Ambient PH Rating Rating Mfg Date (gals) Tank 10,000 gallons above ground tank shared by North -South Entire N-S+ all four (4) 1 Generator 1 Remote Bldg Bldg Remote Full power Cummins 1SOODFLE-2419 D02035411S N/A 1800 86.8 1500 12,470 78 degree 3 1500 1875 April 2002 100 generators North -South Entire N-S+ 2 Generator 2 Remote Bldg Bldg Remote Full power Cummins 1500DFLE-2419 D020354116 N/A 18001 86.81 1500 12,470 78 degree 3 1 1500 18751 April 2002 100 North -South EntireN-S+ 3 jGenerator3 Remote Bldg Bldg Remote Full power Cummins ISOODFLE-2419 D020354117 N/A 1800 86.8 1500 12,470 78 degree 3 1500 1875 April 2002 100 North -South Entire N-S+ 4 Generator 4 Remote Bldg Bldg Remote Full power Cummins 1500DFLE-2419 D020354118 N/A 1800 86.8 1500 12,470 78 degree 3 1500 1875 April 2002 100 OCTV Master 5 Orange TV Remote Bldg Remote Bldg Orange TV Controls Detroit Diesel 20DSEJB 2096536 71 26 480 3 26 33 Apri120061 77 5,000 gallons Phase IV: Hall above ground A, Concourse tank shared by A, Meeting Generator 1 & 2 rooms W201- Emergency 6 Generator 1 Dock 13 West Bldg 205 Power Caterpillar 3516 825Z04364 805 1815 2160 1750 484 78 degree 3 N/A 2187 300 Phase IV: Hall A, Concourse A, Meeting - rooms W201- Emergency 7 Generator 2 Dock it West Bldg 205 Power Caterpillar 3516 25Z04190 805 1817 1753 1400 483 79 degree 3 17SO 300 Emergency 1500ROZD liquid 8 Generator 3 Dock 10 West Bldg Phase III Power Detroit Diesel Cool 16E001218-0 743 1800 2200 1520 277/480 65 degree 3 1500/0.8 1875 500 Emergency 1500ROZD liquid 9 PH3 Generator Dock 7 West Bldg Phase III: Halls Power Detroit Diesel Cool 16EO01218-1 743 1800 2200 1520 277/480 65 degree 3 1500/0.8 1875 Soo Phase I: Hall Emergency 10 Generator 5 Bldg 12 West Bldg D, W220-225 Power Generac 11877280200 1800 600 400 277/480 40 degree 3 400 SOO May 2010 500 Phase 2 B; F Halls, Generator Phase II Emergency September 11 16enerator6 Room West Bldg. Tangerine Ball Power' Kohler I. 40OREOZJBI SGM32C2JH 433 _ IWO 6001 405 277/480 40 degree 3 4051 506 2014 1 150 EXHIBIT 4 Orange County Convention Center Generator Inventory -2016 August 4 Diesel Bldg Area Support KW Standby KVA Day Tank Diesel External # Name Location Supported Supported Type Make Model Serial Frame RPM Amps KW Voltage Ambient PH Rating Rating Mfg Date (gals) Tank Phase IIA Public 25 Gallons on Concourse roof east of room Phase 2A W224 east of Emergency December 12 Generator 7 Roof West Bldg Hall D Power Cummins 334HC4AL/2A NTA855-G2 433 1800 451 300 277/480 N/A 3 300 375 1989 500 3227 EXHIBIT 5 - ORANGE COUNTY CONVENTION CENTER QUICKFUEL 4 * FOCUSED. FLEXIBLE. FORWARD_ Customer Truck by Truck Customer: ORANGE COUNTY BCC FLORIDA Cust. Number: 585213 Stop: OCCC BLDG 12 Branch: ORLANDO T3 Start: 1 /1 /2017 End: 12/31 /2017 Run: 6/20/2018 10:24:25 AM ------------ - -- ------ -- ---- - - ---- ■.IN I H Win DOCK 7 ;5/4/2017 300 - #2 ULSD DYED_ ;� _ 0.00 _ u 185.1 1.82475 337.76 DOCK 7 _ 7/26/2017 1300 - #2 ULSD DYED I 0.001 189.8; 1.80605 342.79 ' DOCK 7 8/31/2017 ;300 - #2 ULSD DYED i 0.00 134.7: 1.89075' 254.6_8; K7 ;DOCK 7 _ __ 19/24/2017 _.__.. 2 - #2 ULSD CLEAR _ - -- ` 0.00'�� 146.4; 2.45495 359.40 DOCK 7 �11/29/2017 300 -#2 ULSD DYED j 0.001 101.0 2.188951 221.08i ;Truck DOCK 7 1300 -#2 ULSD DYED ! 1 ` s 757.0 1 2.002261 1,515.71; GEN 13/10/2017 .300 - #2 ULSD DYED i 0.00; 183.1; 1.899651 347.831, 'Truck GEN �300 - #2 ULSD DYED 1 I 183.1 i 1.89965; 347.83 sGEN 3 3/10/2017_ ;300 -#2 ULSD DYED ; 0.M 18.1': 1.89965 34.38 GEN 3 14/6/2017 1,300 - #2 ULSD DYED i 0.00' 70.9; 1.83085' 129.81 ` GEN_ 3 7/26/2017 300^ #2 ULSD DYED 0. 00 106.3 1.80605 191.981 :GEN 3 � _ _. "11/29/2017 _._ .. , '300 - #2 ULSD DYED + .__ 0.00. _ __... _ ..M.,...�....__ 83.4i 2.188951 182.56! 'Truck GEN 3 '300 - #2 ULSD DYED ' 278.71 1.933011 538.73' 'GEN 5�� 4/6/2017 `��i300-#2 ULSD DYED .GEN 5 17/26/2017 ;300-#2 ULSD DYED 3 V.VVE JIV.J. I.VJJVJ: VVJ.VT ---_.0.00,~-._--752.3'T M�-1.830851,377.35; 0.00, 169.3i 1.80605; 305.76; C�tNL IU/LU"I / j0UU -?FZ ULJU UYtU U.uu_� 1.MRj00 Lyz)./0; :GEN2 14/6/2017 300 -#2 ULSD DYED '. 0.00' 151.0' 1.83085; 276.46( ;_GEN2 :5/4/2017 1_300 - #2 ULSD DYED 0.00; 188.7_: 1.8247_5 344.33; _ : GEN2 W26/2017 _ 1300 - #2 ULSD DYED j _ 0.00; _ 266.4'� 1.80605 481.13 GEN2 8/31/2017 300 -#2 ULSD DYED 0.00 62.3° 1.89075. 117.79; (GEN2 i11/29/2017 '300 -#2 ULSD DYED 0.00. 294.E 2.18895; 644.86; Truck GEN2 i300 - #2 ULSD DYED ! 1,118.7 1.931131 2,160.35 ;TRAILERS 0.00`79.4°�.� 1.830851 145.37 0.00; 98.41 1.80605! 177.72i a I I Q goG:�.....�..d.�.....A 9 Q FQ i 1.83085; 231.421 1.824751 2,020.181 1.89075. «~ 1,896.041, 2. 88895; �11,463.53 C 0 A A A71 1 of 2 REEFER 19/27/2017 h2 - #2 ULSD CLEAR 0.001 362.0 2.45495 888.69 TRAILERS RFFFFR 'G/.in/gnl7 19 -#, 1 II Sn rl PARr7 n nn! -AR 4f drdori or, rn iTRAILERS I i ;Truck REEFER TRAILERS 12 - #2 ULSD CLEAR iiI 762.1 j j 2.440201 1,859.681 RENTAL 19/29/2017 :GENERATOR 1356 12 - #2 ULSD CLEAR 1 0.00 j 83.4' 2.45495; 204.74 Truck RENTAL GENERATOR 12 - #2 ULSD CLEAR '356 I j 83.41 2.454951 204.74 ITANK 13/10/2017 1300 - #2 ULSD DYED 0.001 34.11 1.89965; 64.781 �TANK _ !TANK 17/26/2017 _ l300 -#2 ULSD DYED4 111/29/2017 ��300 - #2 ULSD DYED �i _ _ � 0.00 0.001 39.71 -� 16.7 1.806051 M� 71. 2.18895; 36.56 !Truck TANK 1 i300 - #2 ULSD DYED ► 1 � i 90.5' 1.91204 � 173.041 1 1TANK2 TANK2 13/10/2017 14/6/2017 300 - #2 ULSD DYED 500 - #2 ULSD DYED i 0.00; ( 0.00; 206.7 19.8 1.89965L 1.83085; 392.6L611 36.25a LTANK2 ;TANK2 17/26/20171300 - #2 ULSD DYED i11/29/2017 1.300-#2 ULSD DYED 1 i �- 0 OO1 �0.00­ 130.1 76.41 1.806051. 2.188951 234.97 167.241, !Truck TANK2 �300 - #2 ULSD DYED 433.01 1.919451; 831.12; • •; me al • III o is •- �• 2 of 2 August 1, 2018 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA IFB #Y18-1124-MV MOTOR FUELS — TANKWAGON DELIVERIES ADDENDUM NO. 1 The above Invitation for Bids is changed as follows: 1. The acceptance date has been changed as follows: Sealed bid offers will be accepted up to 2:00 PM (local time), Tuesday, August 14, 2018. 2. A future addendum is forthcoming to address questions and answers related to this Invitation for Bids. All other specifications, terms and conditions remain the same ACKNOWLEDGEMENT OF ADDENDA A. The bidder shall acknowledge receipt of this addendum by completing the applicable section in the solicitation or by completion of the acknowledgement information on the addendum. Either form of acknowledgement must be completed and returned not later than the date and time for receipt of the bid. B. Receipt acknowledged by: Authorized Signer Title Name of Bidder IFB #Y18-1124-MV Addendum No. 1 Page 1 of 1 Date Signed ORANGE COUNTY BOARD OF COUNTY COMMISSIONERS Issue Date: July 13, 2018 )I PROCUREMENT DIVISION NOTICE IS -HEREBY GIVEN that the Board of County Commissioners of Orange County, Florida, henceforth referred to as the County is accepting sealed bids for: INVITATION FOR BIDS #Y18-1124-MV MOTOR FUEL - TANKWAGON DELIVERIES TERM CONTRACT Copies of the Invitation for Bids (IFB) documents may be obtained from the Orange County Procurement Division at the below address. Copies maybe requested by phoning (407) 836-5635 or by download from the Internet at: http://apps.ocfl.net/orangebids/bidopen.asp BID SUBMISSION DUE DATE: Sealed bid offers in an original and three (3) copies for furnishing the above will be accepted up to 2:00 PM (local time), Tuesday, August 7, 2018, in the Procurement Division, Internal Operations Centre II, 400 E. South Street, 2nd Floor, Orlando, FL 32801. NOTICE TO BIDDERS: To ensure that your bid is responsive, you are urged to request clarification or guidance on any issues involving this solicitation before submission of your response. Your point - of -contact for this solicitation is Melisa Vergara, Senior Purchasing Agent at Melisa.Vergara _ocfl.net. QUESTIONS: All questions or concerns regarding this Invitation for Bids shall be submitted by email to Melisa.Vergara(a-)ocfl.net, no later than 5:00 PM Monday, July 23, 2018 to the attention of Melisa Vergara, Procurement Division, referencing the IFB number. Page 1 TABLE OF CONTENTS DESCRIPTION PAGE SECTION 1:GENERAL TERMS AND CONDITIONS GENERAL TERMS AND CONDITIONS 4-20 SECTION 2: SPECIAL TERMS AND CONDITIONS SPECIAL TERMS AND CONDITIONS 22-32 SECTION 3: SPECIFICATIONS/SCOPE OF SERVICES SPECIFICATIONS/SCOPE OF SERVICES 34 SECTION 4: BID SUBMISSION REQUIREMENTS AND DOCUMENTATION - QUALIFICATION OF BIDDERS (BID PACKAGE REQUIREMENTS) 37-38 - BID RESPONSE FORM 39 - EMERGENCY CONTACTS 40 - ACKNOWLEDGEMENT OF ADDENDA 40 - AUTHORIZED SIGNATORIES/NEGOTIATORS 41 - REFERENCES 42-43 - DRUG -FREE WORKPLACE FORM - SCHEDULE OF SUBCONTRACTING FORM - CONFLICT/NON-CONFLICT OF INTEREST FORM - E-VERIFICATION CERTIFICATION - RELATIONSHIP DISCLOSURE FORM - RELATIONSHIP DISCLOSURE FORM - FREQUENTLY ASKED QUESTIONS (FAQ) - ORANGE COUNTY SPECIFIC PROJECT EXPENDITURE REPORT - EXPENDITURE REPORT- FREQUENTLY ASKED QUESTIONS (FAQ) 4 - AGENT AUTHORIZATION FORM - LEASED EMPLOYEE AFFIDAVIT - CERTIFICATION REGARDING LOBBYING FOR CONTRACTS - AFFIDAVIT OF COMPLIANCE WITH 2 CFR §200.321 (OR 45 C.F.R. §75.330 FOR HEALTH AND HUMAN SERVICES FUNDS) - INFORMATION FOR DETERMING JOINT VENTURE ELIGIBILITY - CONTRACT - ATTACHMENT: DELIVERY SCHEDULE A Page 2 SECTION 1 GENERAL TERMS AND CONDITIONS Page 3 GENERAL TERMS AND CONDITIONS 1. GENERAL INFORMATION These specifications constitute the complete set of requirements and bid forms. The bid response page(s), and all forms listed on the bid response page(s) shall be completed, signed, and sealed in an envelope bearing the bid number on the outside and mailed or presented to the Procurement Division on or before the specified time and date. Failure to comply with the preceding requirements shall result in the rejection of the bid. Bids submitted by e-mail, telephone or fax shall not be accepted. An e- mailed or a faxed bid shall be rejected as non -responsive regardless of where it is received. It is the sole responsibility of the Bidder to ensure that their bid reaches the Procurement Division. All bids, unless otherwise specified, must be delivered to the following address no later than the time and date specified in the solicitation: Procurement Division Internal Operations Centre II 400 E. South Street, 2nd Floor Orlando, FL 32801 Bidders are cautioned that they are responsible for delivery to the specific location cited above. Therefore, if your bid is delivered by an express mail carrier or by any other means, it is your responsibility to ensure delivery to the above address. This office will not be responsible for deliveries made to any place other than the specified address. The County shall not be responsible for delays caused by any occurrence. The time/date stamp clock located in the Procurement Division shall serve as the official authority to determine lateness of any bid. The bid time shall be scrupulously observed. Under no circumstances shall bids delivered after the time specified be considered. Late bids will be returned to the Bidder unopened. The decision to refuse to consider a bid that was received beyond the date/time established in the solicitation shall not be the basis for a protest pursuant to the Orange County Code (Procurement Ordinance). All bids must be typewritten or filled in with pen and ink, and must be signed in ink by an officer or employee having authority to bind the company or firm. Errors, . corrections, or changes on any document must be initialed by the signatory of the bid. Bidders shall not be allowed to modify their bids after the opening time and date. Bid files may be examined during normal working hours, thirty (30) days after bid opening or upon recommendation for award, whichever occurs first. Bidders desiring to view these documents are urged to schedule an appointment. Page 4 For information concerning this bid, please contact the Procurement Division at the address listed above or by calling 407-836-5635. Please specify the bid number for which you are inquiring. 2. QUESTIONS REGARDING THIS SOLICITATION All questions or concerns regarding this Invitation for Bids shall be submitted by email to the Procurement Division representative specified on the cover page of this Invitation for Bids. When required the Procurement Division shall issue an addendum to the Invitation for Bids. The addendum shall be available on the Internet for access by potential Bidders. Bidders are instructed not to contact the initiating division directly. No oral interpretation of this Invitation for Bids shall be considered binding. The County shall be bound by information and statements only when such statements are written and executed under the authority of the Manager, Procurement Division. This provision exists solely for the convenience and administrative efficiency of Orange County. No Bidder or other third party gains any rights by virtue of this provision or the application thereof, nor shall any Bidder or third party have any standing to sue or cause of action arising there from. 3. PRICE/DELIVERY Price(s) bid must be the price(s) for new goods, unless otherwise specified. Any bids containing modifying or "escalator" clauses will not be considered unless specifically requested in the bid specifications. "Acceptance" as herein used means the acceptance by Orange County after the Manager, Procurement Division or authorized agent has, by inspection or test of such items, determined that they fully comply with specifications. Deliveries resulting from this bid are to be performed during the normal working hours of the County. Time is of the essence and the Contractor's delivery date must be specified and adhered to. Should the Contractor, to whom the order or contract is awarded, fail to deliver on or before the stated date, the County reserves the right to CANCEL the order or contract and make the purchase elsewhere, and the Contractor shall be required to compensate the County for the difference in price paid for the alternate goods. The Contractor shall be responsible for making any and all claims against carriers for missing or damage goods. Partial shipments will be acceptable unless otherwise stated. 4. FEDERAL AND STATE TAX The County is exempt from Federal and State Sales and Use Taxes for tangible personal property (Certificate of Registry for tax transactions under Chapter 32, Internal Revenue Code and Florida Sales/Use Tax Exemption Certificate). The Manager, Procurement Division will sign an exemption certificate submitted by the Contractor. Contractors doing business with the County shall not be exempted from paying sales tax to their suppliers for materials to fulfill contractual obligations with the County, nor shall any Contractor be authorized to use the County's Tax Exemption Number in securing such materials. Page 5 5. ACCEPTANCE/REJECTION/CANCELLATION The County reserves the right to accept or to reject any or all bids and to make the award to that bidder who, in the opinion of the County, will be in the best interest of and/or the most advantageous to the County. The County also reserves the right to reject the bid of any bidder who has previously failed in the proper performance of an award or to deliver on time contracts of a similar nature or who, in the County's opinion, is not in a position to perform properly under this award. The County reserves the right to inspect all facilities of bidders in order to make a determination as to the foregoing. The County reserves the right to waive any irregularities and technicalities and may, at its discretion, request a re -bid. Award will be made to the lowest responsive and responsible bidder as determined by the County. The County reserves the right, and the Manager, Procurement Division has absolute and sole discretion, to cancel a solicitation at any time prior to approval of the award by the Board of County Commissioners when such approval is required. The decision to cancel a solicitation cannot be the basis for a protest pursuant to the Orange County Code. 6. BRAND NAME OR EQUALS/DEVIATIONS Unless otherwise specified, the mention of a particular manufacturer's brand name or number in the specifications does not imply that this particular good is the only one that will be considered for purchase. This reference is intended solely to designate the type or quality of good that will be acceptable. Equal offers will be considered and must include descriptive literature and/or specifications. Failure to provide descriptive literature and/or specifications with equal offers will result in the disqualification of the bid. The determination as to whether any alternate good or service is or is not equal shall be made solely by the County and such determination shall be final and binding upon all bidders. The County reserves the right to request and review additional information to make such a determination. Although the County provides for the consideration of alternate bids, it reserves the right to make an award in the best interest of the County. Award may not necessarily be given to the lowest bid offered. The Bidder shall be responsible for reading very carefully, and understanding completely, the requirements and the specifications of the items bid upon. Unless the bid is in response to a "Brand Name or Equal" requirement, deviations from the specifications will only be considered if requested in writing prior to the date and time specified for receipt of bids. Deviations, if accepted, will be specifically addressed in writing via an addendum to this Invitation for Bids. Any goods or services that are not in compliance with the specifications will not be accepted. 7. NO BID Where more than one item is listed, any items not bid upon shall be indicated as "NO BID". Page 6 8. CONFLICT OF INTEREST The award is subject to provisions of applicable State Statutes and County Ordinances. All bidders must disclose with their bid the name of any officer, director, or agent who is also an employee of Orange County. Further, all bidders must disclose the name of any County employee who owns, directly or indirectly, an interest of ten percent (10%) or more in the Bidder's firm or any of its branches. Should the Contractor permanently or temporarily hire any County employee who is, or has been, directly involved with the Contractor prior to or during performance of the resulting contract, the contract shall be subject to immediate termination by the County. 9. LEGAL REQUIREMENTS All applicable Federal and State laws and County ordinances that in any manner affect the items covered herein apply. Lack of knowledge by the Bidder shall in no way be a cause for relief from responsibility. A. Contractors doing business with the County are prohibited from discriminating against any employees, applicant, or client because of race, religion, color, disability, national origin, gender, or age with regard to but not limited to the following: employment practices, rates of pay or other compensation methods, and training selection. 10. GOVERNING LAW AND VENUE Any and all legal actions associated with this contract will be governed by the laws of the State of Florida. Venue for any litigation involving this contract shall be in the Ninth Circuit Court in and for Orange County, Florida. Should any federal claims arise for which the courts of the State of Florida lack jurisdiction, venue for those actions will be in the Orlando Division of the U.S. Middle District of Florida. 11. JURY WAIVER Each party hereto hereby irrevocably waives, to the fullest extent permitted by applicable law, any right it may have to a trial by jury in any legal proceeding directly or indirectly arising out of or relating to this agreement. 12. ATTORNEYS' FEES AND COSTS The Parties shall each bear their own costs, expert fees, attorneys' fees, and other fees incurred in connection with this Agreement and any litigation that arises either directly, or indirectly. 13. UNIFORM COMMERCIAL CODE The Uniform Commercial Code (Florida Statutes, Chapter 672) shall prevail as the basis for contractual obligations between the Contractor and the County for any terms and conditions not specifically stated in this Invitation for Bids. Page 7 14. MISTAKES In the event of extension error(s), the unit price will prevail and the Bidder's total offer will be corrected accordingly. In the event of addition errors, the extended totals will prevail and the Bidder's total will be corrected accordingly. Bidders must check their bid where applicable. Failure to do so will be at the Bidder's risk. Bids having erasures or corrections must be initialed in ink by the Bidder. 15. EEO STATEMENT It is hereby declared that equal opportunity and nondiscrimination shall be the County's policy intended to assure equal opportunities to every person, regardless of race, religion, sex, sexual orientation and gender expression/identity, color, age, disability or national origin, in securing or holding employment in a field of work or labor for which the person is qualified, as provided by Section 17-314 of the Orange County Code and the County Administrative Regulations. Further, the Contractor shall abide by the following provisions: A. The Contractor shall represent that the Contractor has adopted and maintains a policy of nondiscrimination as defined by applicable County ordinance throughout the term of this contract. B. The Contractor shall allow reasonable access to all business and employment records for the purpose of ascertaining compliance with the non-discrimination provision of the contract. The provisions of the prime contract shall be incorporate by the Contractor into the contracts of any applicable subcontractors. 16. BID TABULATION AND RESULTS Bid tabulations shall be available thirty (30) days after opening on the Orange County website at: http://apps.ocfl.net/orangebids/bidresults/results.asp or upon notice of intended action, whichever is sooner. 17. BID FORMS All bids shall be submitted on the County's standard Bid Response Form. Bids on Bidder's quotation forms shall not be accepted. 18. REFERENCES A contact person shall be someone who has personal knowledge of the Bidder's performance for the specific requirement listed. Contact person shall have been informed that they are being used as a reference and that the County may be contacting them. More than one person can be listed but all shall have knowledge of the project. The reference shall be the owner or a representative of the owner. Contractors who provided services under the referenced project (contract) shall not be accepted as references. DO NOT list principals or officers who shall not be able to answer specific questions regarding the project. Failure of references listed to respond to the County's inquiries may negatively impact the responsibility of the Bidder. Page 8 19. POSTING OF RECOMMENDED AWARD AND PROTESTS The recommended award will be posted for review by interested parties at the Procurement Division and at: http://apps.ocfl.net/OrancieBids/AwardsRec/default.asp prior to submission through the appropriate approval process and will remain posted for a period of five (5) full business days. Orange County Lobbyist Regulations General Information http://www.oranaecountyfl.net/OpenGovernment/LobbinaAtOranneC ounty.aspx A lobbying blackout period shall commence upon issuance of the solicitation until the Board selects the Contractor. For procurements that do not require Board approval, the blackout period commences upon solicitation issuance and concludes upon contract award. The Board of County Commissioners may void any contract where the County Mayor, one or more County Commissioners, or a County staff person has been lobbied in violation of the black -out period restrictions of Ordinance No. 2002-15. Orange County Protest Procedures http://www.orannecountyfl.netNendorServicesNendorProtestProced ures.aspx Failure to file a protest with the Manager, Procurement Division by 5:00 PM on the fifth full business day after posting, shall constitute a waiver of bid protest proceedings. 20. BID AND RELATED COSTS By submission of a bid, the Bidder agrees that any and all costs associated with the preparation of the bid will be the sole responsibility of the Bidder. The Bidder also agrees that the County shall bear no responsibility for any costs associated with the preparation of the bid including but not limited to any administrative or judicial proceedings resulting from the solicitation process. 21. CONTRACTUAL AGREEMENT This Invitation for Bids shall be included and incorporated in the final contract or purchase order. The order of contract precedence will be the contract (purchase order), bid document, and response. Any and all legal actions associated with this Invitation for Bids and/or the resultant contract (purchase order) shall be governed by the laws of the State of Florida. Venue for any litigation involving this contract shall be the Ninth Circuit Court in and for Orange County, Florida. 22. PUBLIC ENTITY CRIME Section 287.133(3)(d), Florida Statutes, provides that the Florida Department of Management Services shall maintain a list of the names and addresses of those who have been disqualified from participating in the public contracting process under this section. Page 9 http://www.dms.myflorida.com/business operations/state purchasing/ven dor information/convicted suspended discriminatory complaints vendor lists/convicted vendor list A person or affiliate who has been placed on The Convicted Vendor list following a conviction for a public entity crime shall not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, shall not submit bids on leases of real property to a public entity, shall not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with a public entity, and shall not transact business with any public entity in excess of the threshold amount provided in Florida Statute Section 287.017, for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on The Convicted Vendor List. 23. DRUG -FREE WORKPLACE FORM The Drug -Free Workplace Form is attached and shall be completed and submitted with your bid. 24. SUBCONTRACTING Bidders subcontracting any portion of the work shall state name and address of subcontractor and the name of the person to be contacted on the attached "Schedule of Subcontractors Form". 25. CONFLICT OF INTEREST FORM Bidder shall complete the Conflict of Interest Form attached hereto and submit it with their bid. 26. ETHICS COMPLIANCE The following forms are included in this solicitation and shall be completed and submitted as indicated below: A. Orange County Specific Project Expenditure Report -The purpose of this form is to document any expenses incurred by a lobbyist for the purposes described in Section 2-351, Orange County Code. This form shall be completed and submitted with all bid responses to an Orange County solicitation. Any questions concerning this form shall be addressed to the purchasing agent identified in the applicable solicitation. B. Relationship Disclosure Form — The purpose of this form is to document any relationships between a bidder to an Orange County solicitation and the Mayor or any other member of the Orange County Board of County Commissioners. This form shall be completed and submitted with the applicable bid to an Orange County solicitation. No contract award shall be made unless these forms have been completed and submitted with the bid. Any questions concerning these forms shall be addressed to the purchasing agent identified in this solicitation. Also, a listing of the most frequently asked questions concerning these forms is attached to each for your information. Page 10 27. SUBMISSION OF BID The bid must be mailed or hand delivered in a sealed envelope to: ORANGE COUNTY PROCUREMENT DIVISION Internal Operations Centre II 400 E. South Street, 2nd Floor Orlando, Florida 32801 Bidders must indicate on the sealed envelope the following: A. Invitation for Bids Number B. Hour and Date of Opening C. Name of Bidder D. Phone Number of Bidder Bids received after the time, date, and/or at the location specified, due to failure to identify the envelope with the above information shall be rejected. 28. COPIES Copies of documents, records, materials, and/or reproductions requests will be charged in accordance with Orange County's fee schedule. Copyrighted materials may be inspected, but cannot be copied or reproduced per Federal law. 29. PROPRIETARY/RESTRICTIVE SPECIFICATIONS If a prospective bidder considers the specification contained herein to be proprietary or restrictive in nature, thus potentially resulting in reduced competition, they are urged to contact the Procurement Division prior to bid opening. Specifications which are unrelated to performance will be considered for deletion via addendum to this Invitation for Bids. 30. DEVELOPMENT OR ASSISTANCE IN DEVELOPMENT OF SPECIFICATIONS/ REQUIREMENTS/ STATEMENTS OF WORK Firms and/or individuals that assisted in the development or drafting of the specifications, requirements, statements of work, or solicitation documents contained herein are excluded from competing for this solicitation. This shall not be applicable to firms and/or individuals providing responses to a publicly posted Request for Information (RFI) associated with a solicitation. 31. PAYMENT TERMS/DISCOUNTS The County's payment terms are in accordance with Florida Statute 218, Local Government Prompt Payment Act. Cash discounts for prompt payment will be considered in determining the lowest net cost for bid evaluation purposes. Notwithstanding the above, discount payment terms shall not be less than net 30 calendar days from receipt of correct invoice. Page 11 32. PATENTS AND ROYALTIES Unless otherwise provided, the Contractor shall be solely responsible for obtaining the right to use any patented or copyrighted materials in the performance of the contract resulting from this Invitation for Bids. The Contractor, without exception, shall indemnify and save harmless the County and its employees from liability of any nature or kind, including cost and expenses for or on account of any copyrighted, patented, or unpatented invention, process, or article manufactured or supplied by the Contractor. In the event of any claim against the County of copyright or patent infringement, the County shall promptly provide written notification to the Contractor. If such a claim is made, the Contractor shall use its best efforts to promptly purchase for the County any infringing products or services or procure a license, at no cost to the County, which will allow continued use of the service or product. If none of the alternatives are reasonably available, the County agrees to return the article on request to the Contractor and receive reimbursement, if any, as may be determined by a court of competent jurisdiction. 33. INDEMNIFICATION To the fullest extent permitted by law, the Contractor shall defend, indemnify, and hold harmless the County, its officials, agents, and employees from and against any and all claims, suits, judgments, demands, liabilities, damages, cost and expenses including attorney's fees of any kind or nature whatsoever arising directly or indirectly out of or caused in whole or in part by any act or omission of the Contractor or its subcontractors, anyone directly or indirectly employed by them, or anyone for whose acts any of them may be liable; excepting those acts or omissions arising out of the sole negligence of the County. 34. CLARIFICATIONS It is the Bidder's responsibility to become familiar with and fully informed regarding the terms, conditions and specifications of this Invitation for Bids. Lack of understanding and/or misinterpretation of any portions of this Invitation for Bids shall not be cause for withdrawal of your bid after opening or for subsequent protest of award. Bidder's must contact the Procurement Division, at the phone number on the bid cover sheet prior to bid opening, should clarification be required. Modification or alteration of the documents contained in the solicitation or contract shall only be valid if mutually agreed to in writing by the Bidder and the County. 35. CERTIFICATION OF INDEPENDENT PRICE DETERMINATION By submission of this bid, the Bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, that in connection with this procurement: A. The prices in this bid have been arrived at independently, without consultation, collusion, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor. Page 12 B. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly -or indirectly to any other Bidder or to any competitor; and, C. No attempt has been made or shall be made by the Bidder to induce any other person or bidder to submit or not to submit a bid for the purpose of restricting competition. 36. SUCCESSORS AND ASSIGNS The County and the Contractor each binds itself and its partners, successors, executors, administrators, and assigns to the other party of this Contract and to the partners, successors, executors, administrators, and assigns of such other party, in respect to all covenants of this Contract. Except as above, neither the County nor the Contractor shall assign, sublet, convey or transfer its interest in this Contract without the written consent of the other. Nothing herein shall be construed as creating any personal liability on the part of any officer or agent of the County which may be a party hereto, nor shall it be construed as giving any rights or benefits hereunder to anyone other than the County and the Contractor. 37. NO REPRESENTATIONS Each party represents that they have had the opportunity to consult with an attorney, and have carefully read and understand the scope and effect of the provisions of this Agreement. Neither party has relied upon any representations or statements made by the other party hereto which are not specifically set forth in this Agreement. 38. SEVERABILITY In the event that any provision hereof becomes or is declared by a court of competent jurisdiction to be illegal, unenforceable or void, this Agreement shall continue in full force and effect without said provision. 39. PRICING/AUDIT The Contractor shall establish and maintain a reasonable accounting system, which enables ready identification of Contractor's cost of goods and use of funds. Such accounting system shall also include adequate records and documents to justify all prices for all items invoiced as well as all charges, expenses and costs incurred in providing the goods for at least five (5) years after completion of this contract. The County or its designee shall have access to such books, records, subcontract(s), financial operations, and documents of the Contractor or its subcontractors, as required to comply with this section for the purpose of inspection or audit anytime during normal business hours at the Contractor's place of business. This right to audit shall include the Contractor's subcontractors used to procure goods under the contract with the County. Contractor shall ensure the County has these same rights with subcontractors and suppliers. Page 13 40. EMPLOYEES OF THE CONTRACTOR All work under this contract shall be performed in a professional and skillful manner. The County may require, in writing, that the Contractor, remove from this contract any employee the County deems incompetent, careless, or otherwise objectionable. 41. TOBACCO FREE CAMPUS All Orange County operations under the Board of County Commissioners shall be tobacco free. This policy shall apply to parking lots, parks, break areas and worksites. It is also applicable to Contractors and their personnel during contract performance on County owned property. Tobacco is defined as tobacco products including, but not limited to, cigars, cigarettes, e-cigarettes, pipes, chewing tobacco and snuff. Failure to abide by this policy may result in civil penalties levied under Chapter 386, Florida Statutes and/or contract enforcement remedies. 42. CONTRACT CLAIMS "Claim" as used in this provision means a written demand or written assertion by one of the contracting parties seeking as a matter of right, the payment of a certain sum of money, the adjustment or interpretation of contract terms, or other relief arising under or relating to this contract. Claims made by a Contractor against the County, relating to a particular contract shall be submitted to the Manager, Procurement Division in writing clearly labeled "Contract Claim" requesting a final decision. The Contractor also shall provide with the claim a certification as follows: "I certify that the claim is made in good faith; that the supporting data are accurate and complete to the best of my knowledge and belief; that the amount requested accurately reflects the contract adjustment for which the Contractor believes the County is liable; and that I am duly authorized to certify the claim on behalf of the Contractor." Failure to document a claim in this manner shall render the claim null and void. No claim shall be accepted after final payment of the contract. The decision of the Manager, Procurement Division shall be issued in writing and furnished to the Contractor. The decision shall state the reasons for the decision reached. The Manager, Procurement Division shall render the final decision within sixty (60) days after receipt of Contractor's written request for a final decision. The Manager, Procurement Division decision shall be final and conclusive. The Contractor shall proceed diligently with performance of this contract pending final resolution of any request for relief, claim, appeal or action arising under the contract and shall comply with any final decision rendered by the Manager, Procurement Division. 43. VERIFICATION OF EMPLOYMENT STATUS Prior to the employment of any person under this contract, the Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the contract term, and an express requirement that Contractors include in such subcontracts the requirement that subcontractors performing work or providing Page 14 services pursuant to the state contract utilize the E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. For more information on this process, please refer to United States Citizenship and Immigration Service site at: http://www. uscis.gov/portal/site/uscis. Only those employees determined eligible to work within the United States shall be employed under this contract. By submission of a bid in response to this solicitation, the Contractor affirms that all employees in the above categories shall undergo e-verification before placement on this contract. The Contractor shall commit to comply with this requirement by completing the E-Verification certification, attached to this solicitation. 44. CONFIDENTIAL INFORMATION In accordance with Chapter 119 of the Florida Statutes (Public Records Law), and except as may be provided by other applicable State or Federal Law, all bidders should be aware that Invitation for Bids and the responses thereto are in the public domain. Bidders must identify specifically any information contained in their response which they consider confidential and/or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. If a Bidder fails to cite the applicable exempting law, we will treat the information as public. 45. FEDERAL REQUIREMENTS In the event this Contract is paid in whole or in part from any federal government agency or source, the specific terms, regulations and requirements governing the disbursement of these funds shall be specified herein and become a part of this clause. Equal Employment Opportunity: For any federally assisted construction contract, as defined in 41 CFR 60-1.3, the contractor, subcontractor, subrecipient shall follow all of the requirements of the Equal Opportunity Clause as stated in 41 CFR 60-1.4. Davis —Bacon Act: For any federally assisted construction contract, in excess of two thousand dollars ($2,000), the contractor, subcontractor, subrecipient shall comply with all of the requirements of the Davis -Bacon Act (40 U.S.C. 3141 — 3148) as supplemented by Department of Labor Regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and assisted Construction"); and the Copeland "Anti -Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). For a definition of "Construction" see 48 CFR 2.101. *Note: prompt to include current prevailing wage determination issued by the Department of Labor. http://www.wdol.gov/dba.aspx Page 15 Contract Work Hours and Safety Standards Act: For any federally assisted contract, in excess of one hundred thousand dollars ($100,000), that involves the employment of mechanics or laborers, the contractor, subcontractor, subrecipient shall comply with all of the requirements of the Contract work Hours and Safety Standards Act (40 U.S.C. 3702 and 3704), as supplemented by Department of Labor Regulations (29 CFR Part 5). Byrd Anti -Lobbying Amendment (31 U.S.C. 1352) - Contractors that apply or bid for an award exceeding one hundred thousand dollars ($100,000) must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non -Federal award. Rights to Inventions Made Under a Contract or Agreement: For any federally assisted contract, awarded to a small business firm or nonprofit organization as defined in 37 CFR 401.2 for the performance of experimental, developmental, or research work, the contractor, subcontractor, subrecipient agrees to all of the terms in 37 CFR 401.14(a) and (b) regarding Patent Rights and The Allocation of Principal Rights. Clean Air Act and the Federal water Pollution Control Act: For any federally assisted contract, or subgrant, in excess of one hundred and fifty thousand dollars ($150,000), the contractor, subcontractor, subrecipient or subgrant recipient shall comply with all of the requirements of the Clean Air Act (42 U.S.C. 7401 7671 q.) and the Federal water Pollution Control Act as amended (33 U.S.C. 1251—1387). Procurement of Recovered Materials: (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA -designated items unless the product cannot be acquired a. Competitively within a timeframe providing for compliance with the contract performance schedule; b. Meeting contract performance requirements; or c. At a reasonable price. (2) Information about this requirement, along with a list of EPA -designated items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive-procurement-quideline-cpq- program. Page 16 Awarded Contractors are required to fully comply with all requirements outlined in 2 CFR Part 200 — Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. 46. SMALL AND MINORITY BUSINESS ENTERPRISE (MBE), WOMEN BUSINESS ENTERPRISES (WBE), AND LABOR SURPLUS AREA FIRMS A. Orange County may be receiving federal funding through Federal Emergency Management Agency for the services solicited in the Invitation for Bid (IFB). Accordingly, Orange County's M/WBE ordinance and program do not apply to this solicitation. B. Among the many federal funding requirements, 2 CFR §200.321 (or 45 C.F.R. §75.330 for Health and Human Services funds) mandates that the Prime Contractor partakes in five "affirmative steps" designed to ensure that small and minority -owned, women -owned business enterprises, and labor surplus area firms have been, and for the duration of the project continue to be, afforded subcontracting opportunities. These affirmative steps are: 1. Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 2. Assuring that small and minority businesses and women's business enterprises are solicited whenever they are potential sources; 3. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses and women's business enterprises; 4. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; and 5. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration (SBA) and the Minority Business Development Agency of the Department of Commerce. C. In order to adequately document that the bidder has fulfilled this requirement, the bidder shall complete the provided "Affidavit of Compliance with 2 CFR §200.321 (or 45 C.F.R. §75.330 for Health and Human Services funds) Requirements". The affidavit shall be notarized for this bid to be responsive. D. The bidder shall also attach to the affidavit documentation evidencing that affirmative steps 1 — 3 above were taken in the preparation and submission of this bid. Such evidence shall include: Copies of announcements/postings in newspapers, emails, web - postings, or other media for specific contracting/subcontracting opportunities that target small and minority businesses and women's business enterprises; Page 17 2. Copies of announcements/postings of contracting/subcontracting opportunities in trade publications, minority, or women's media that target small and minority businesses and women's business enterprises. 3. Documentation of sources used to identify potential small and minority businesses and women's business enterprises. A suggestion would be searching through the SBA's Dynamic Small Business directory at the following internet address: http://dsbs.sba.gov to search for registered minority and small businesses. E. Failure to submit an executed and notarized "Affidavit of Compliance with 2 CFR §200.321 (or 45 C.F.R. §75.330 for Health and Human Services funds) Requirements" and to attach the documents requested in subsection 3.D. to that affidavit may necessitate the bid being.rejected as nonresponsive. F. The awarded contractor will be monitored by the County for continued compliance with 2 CFR §200.321 (or 45 C.F.R. §75.330 for Health and Human Services funds). The ability for that awarded contractor to be awarded federally funded contracts in the future may be jeopardized should that awarded contractor fail to comply with the intent and spirit of 2 CFR §200.321 (or 45 C.F.R. §75.330 for Health and Human Services funds). G. Contact Business Development Division at (407) 836-7317, if you additional questions pertaining to this requirement. 47. CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014) A. This Agreement and employees working on this Agreement will be subject to the whistleblower rights and remedies in the pilot program on contractor employee whistleblower protections established at 41 U.S.C. 4712 by section 828 of the National Defense Authorization Act for Fiscal Year 2013 (Pub. L. 112-239) and FAR 3.908. B. The Subrecipient shall inform its employees in writing, in the predominant language of the workforce, of employee whistleblower rights and protections under 41 U.S.C. 4712, as described in section 3.908 of the Federal Acquisition Regulation. C. The Subrecipient shall insert the substance of this clause, including this paragraph, in all subcontracts that exceed thirty-five thousand dollars ($35,000) in value. 48. SCRUTINIZED COMPANIES If this Agreement has a cumulative value that meets, or exceeds, one million dollars, then the Contractor must certify that it is not a "Scrutinized Company" pursuant to Section 287.135(2), Florida Statutes. A "Scrutinized Company" is a company that is: Page 18 on the "Scrutinized Companies that Boycott Israel List", created pursuant to Section 215.4725, Florida Statutes, or is engaged in a boycott of Israel; 2. on the "Scrutinized Companies with Activities in Sudan List" or the "Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List", created pursuant to Section 215.473, Florida Statutes; or 3. engaged in business operations in Cuba or Syria. 49. FORCE MAJEURE - EMERGENCY RESPONSE CONTRACTS 1. The Contractor shall not be held responsible for any delay and/or failure in performance of any part of this contract to the extent such delay or failure is caused by explosion, war, embargo, government requirement, civil or military authority, act of God, or other similar causes beyond the Contractor's control so long as the Contractor's delay is not caused by the Contractor's own fault or negligence. That notwithstanding, the Contractor shall notify the County in writing within twenty-four (24) hours after the beginning of any such cause that would affect its performance hereunder and the County reserves the right the request additional information that supports the validity of the Contractor's Force Majeure claim. Failure to notify the County in a timely manner of any claim of Force Majeure made pursuant to this section is cause for termination of this contract. 2. If the Contractor's performance is delayed pursuant to this section for a period exceeding one (1) calendar days from the date the County receives the required Force Majeure notice, the County shall have the right to terminate this contract thereafter and shall only be liable to the Contractor for any work performed and validated (if required for payment hereunder) prior to the date of the County's contract termination. 3. As the nature of this contract relates to emergency and/or natural disaster response (including, but not limited to, hurricanes), the Contractor is expected, as part of the Contractor's obligations hereunder, to be mobilized and prepared to perform immediately after a natural disaster emergency and/or event. As a result, delays and/or failures in performance on the Contractor's part that are in any way related to natural disaster conditions (ie: fuel shortages, airport closures, lodging shortages, etc.) shall not be considered valid claims of Force Majeure under this section. 4. If the Contractor's performance is delayed pursuant to this section, the County may, upon written request of the Contractor, agree to equitably adjust the provisions of this contract, including price, performance, and delivery, as may be affected by such delay. However, this provision shall not be interpreted to limit the County's right to terminate for convenience. Page 19 50. PUBLIC RECORDS COMPLIANCE (APPLICABLE FOR SERVICE CONTRACTS) Orange County is a public agency subject to Chapter 119, Florida Statutes. The Contractor agrees to comply with Florida's Public Records Law. Specifically, the Contractor shall: 1. Keep and maintain public records required by Orange County to perform the service. 2. Upon request from Orange County's custodian of public records, provide Orange County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from the 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 the Contractor does not transfer the records to Orange County. 4. Upon completion of the contract, Contractor agrees to transfer at no cost to Orange County all public records in possession of the Contractor or keep and maintain public records required by Orange County to perform the service. If the Contractor transfers all public record to Orange County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to Orange County, upon request from Orange County's custodian of public records, in a format that is compatible with the information technology systems of Orange County. 5. A Contractor who fails to provide the public records to Orange County within a reasonable time may be subject to penalties under section 119.10, Florida Statutes. 6. IF THE 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: Procurement Public Records Liaison 400 E. South Street, 2nd Floor, Orlando, FL 32801 ProcurementRecords()_ocfl.net, 407-836-5897 Page 20 SECTION 2 SPECIAL TERMS AND CONDITIONS Page 21 SPECIAL TERMS AND CONDITIONS 1. LICENSES AND PERMITS Prior to furnishing the requested product(s), it shall be the responsibility of the Contractor to obtain, at no additional cost to Orange County, any and all licenses and permits required to complete all contractual requirements. These licenses and permits shall be readily available for review by the Manager, Procurement Division or authorized designee. 2. BID ACCEPTANCE PERIOD A bid shall constitute an irrevocable offer for a period of ninety (90) days from the bid opening date or until the date of award. In the event that an award is not made by the County within ninety (90) days from the bid opening date, the Bidder may withdraw their bid or provide a written extension of their bid. 3. AWARD Award shall be made on an all -or -none total estimated bid basis to the lowest responsive and responsible Bidder. The low'bidder shall be based on providing the lowest fixed markup or highest fixed discount per gallon to the OPIS average price. 4. EVALUATION/AWARD Bids will be evaluated on the basis of: A. Fixed discount/mark-up price per gallon to the OPIS (Oil Price Information Service) average price., B. Check of references. C. Compliance with contract terms, conditions and specifications. D. Capability Survey — The County reserves the right to perform a complete facilities and capability survey of each bidder prior to award, and utilize the results to determine if the bidder has the capability to successfully perform under this contract. The County also reserves the right to waive this survey for any bidder who has performed in a satisfactory manner under the current and/or a previous Orange County fuel contract. 5. BID PRICES A. For petroleum motor fuels, 87, 89 and 93 octane gasoline, ultra low sulfur diesel fuel, undyed and dyed, bidders shall submit on the Bid Response Form a fixed discount or fixed mark-up price to be subtracted from or added to the OPIS'average price(s) per gallon posted for Orlando to arrive at the purchase price per gallon for each fuel type and/or grade listed. Page 22 Note: All grades of gasoline petroleum motor fuels as referenced above are E-10 when sourced from the Taft Terminal. The fixed discount/mark-up shall remain firm during the entire contract period and each subsequent twelve (12) month period agreed upon, and shall include, but not be limited to profit, overhead, drop charges, split delivery charges, delivery charges, pump charges, freight charges and all other costs incurred by the vendor, with the exception of fees and taxes, for delivering fuel to those locations listed on Delivery Schedule A, plus any locations that may be added to the contract at a later date, to include other governmental agencies located within Central Florida. The day's final OPIS prices(s) per gallon posted for Thursday of each week shall be utilized to arrive at the purchase price per gallon of fuel(s) delivered the following Sunday through Saturday. The County receives the Thursday final OPIS Wholesale Rack prices directly from OPIS. EXAMPLE: OPIS price(s) posted Thursday, May 18, 2017 shall be utilized to arrive at the purchase price per gallon for fuel(s) delivered Sunday, May 21, 2017 through Saturday, May 27, 2017. In instances where a Thursday is a holiday, i.e. Thanksgiving, the day's final OPIS price(s) posted for the Wednesday preceding that Thursday holiday shall be used. B. Contractor shall be responsible for correctly invoicing each agency/entity utilizing this contract. Taxes shall be listed as separate line items on all invoices. 6. ACCESS TO RECORDS The following access to records requirements apply to this contract: A. The contractor agrees to provide Orange County, the State of Florida, the Federal Emergency Management Agency (FEMA) Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. B. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. C. The contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. Page 23 7. DEPARMENT OF HOMELAND SECURITY (DHS) SEAL, LOGO, AND FLAGS The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre -approval. 8. COMPLIANCE WITH FEDERAL LAW, REGULATIONS, AND EXECUTIVE ORDERS This is an acknowledgement that FEMA financial assistance will be used to fund the contract only. The contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. 9. NO OBLIGATION BY FEDERAL GOVERNMENT The, Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract: 10. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract. 11. F.O.B. POINT The F.O.B. point will be a destination within Orange County. The bid shall include all costs of packaging, transporting, delivery and unloading. This shall include inside delivery if requested to the designated point within Orange County. 12. DELIVERY Delivery time is of the essence in the award of this Invitation for Bids. Delivery shall be no later than two (2) calendar days from receipt of delivery order, Monday through Friday, unless other arrangements have been made with the ordering agency/entity. The Contractor shall contact all other _ agencies/entities utilizing this contract to obtain their ordering procedures. The Contractor shall contact all other agencies/entities utilizing this contract to obtain their ordering procedures. Bids submitted which fail to meet this requirement shall be cause for rejection. Failure of the awarded Contractor to meet this delivery requirement will result in default and immediate termination of the delivery order or contract. It is hereby understood and mutually agreed to by and between parties hereto that the time of delivery is an essential condition of this contract. Should the Contractor neglect, fail or refuse to furnish and deliver the goods within the time herein specified, Contractor does hereby agree, as part of consideration for the awarding of this contract to pay Orange County the sum extended by the Page 24 County to contract for rental goods or equipment approved by the Procuremeni Division for the period from the required scheduled commencement date until delivery of the goods or equipment covered in the Invitation for Bids is completed. The Contractor shall, within one (1) calendar day from the beginning of such delay, notify the Manager, Procurement Division in writing of the cause(s) of the delay. Should the Contractor be delayed in the delivery of the goods or equipment by reason of unforeseeable causes beyond its control and without fault or negligence, including, but not restricted to, acts of God or neglect of any other Contractor, the period herein above specified for the completion of delivery shall be extended by such time as shall be approved by the Manager, Procurement Division. 13. TERMINATION A. Termination for Default: The County may, by written notice to the Contractor terminate this contract for default in whole or in part (delivery orders, if applicable) if the Contractor fails to: Provide goods or services that comply with the specifications herein or fails to meet the County's performance standards 2. Deliver the goods or to perform the services within the time specified in this contract or any extension. 3. Make progress so as to endanger performance of this contract 4. Perform any of the other provisions of this contract. Prior to termination for default, the County shall provide adequate written notice to the Contractor through the Manager, Procurement Division, affording the opportunity to cure the deficiencies or to submit a specific plan to resolve the deficiencies within ten (10) calendar days (or the period specified in the notice) after receipt of the notice. Failure to adequately cure the deficiency shall result in termination action. Such termination may also result in suspension or debarment of the Contractor in accordance with the County's Procurement Ordinance. The Contractor and its sureties (if any) shall be liable for any damage to the County resulting from the Contractor's default of the contract. This liability includes any increased costs incurred by the County in completing contract performance. In the event of termination by the County for any cause, the Contractor shall have, in no event, any claim against the County for lost profits or compensation for lost opportunities. After a receipt of a Termination Notice and except as otherwise directed by the County the Contractor shall: Stop work on the date and to the extent specified. 2. Terminate and settle all orders and subcontracts relating to the performance of the terminated work Page 25 3. Transfer all work in process, completed work, and other materials related to the terminated work as directed by the County. 4. Continue and complete all parts of that work that have not been terminated. B. Termination for Convenience: The County, by written notice, may terminate this contract, in whole or in part, when it is in the County's interest. If this contract is terminated, the County shall be liable only for goods or services delivered and accepted. The County Notice of Termination shall provide the Contractor thirty (30) calendar days prior notice before it becomes effective. A termination for convenience may apply to individual delivery orders, purchase orders or to the contract in its entirety. 14. AS SPECIFIED All goods delivered shall meet the specifications herein. Goods delivered not as specified shall be returned at no expense by Orange County. The County may return, for full credit, any unused goods received which fail to meet the County's performance standards. Replacement goods meeting specifications shall be submitted within a reasonable time after rejection of the non -conforming goods. 15. COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH By submission of a bid in response to this solicitation, the Bidder certifies that all material, equipment, etc., contained in their bid meets all OSHA requirements. Bidder further certifies that if they are the awarded Contractor, and the material, equipment, etc., delivered is subsequently found to be deficient in any OSHA requirements in effect on date of delivery, all costs necessary to bring the material, equipment, etc., into compliance with the aforementioned requirements shall be borne by the Contractor. 16. CODES AND REGULATIONS The Contractor shall strictly comply with all Federal, State and local codes and regulations. 17. PAYMENT Partial payments for the value of goods received and accepted and services rendered may be requested by the submission of a properly executed invoice, with supporting documents if required. Payment shall- be made in accordance with Florida Statute 218, Local Government Prompt Payment Act. Payment for accepted equipment/goods/services shall be accomplished by submission of an invoice, in duplicate, to: Orange County Fleet Management Division 4400 S. Vineland Rd. Orlando, FL 32811 Phone 407-836-8210 Page 26 In the event additional County Departments or other public entities utilize this contract, invoices are to be sent directly to the Department or entity placing the order. 18. SAFETY AND PROTECTION OF PROPERTY The Contractor shall at all times: A. Initiate, maintain and supervise all safety precautions and programs in connection with its services or performance of its operations under this contract. B. Take all reasonable precautions to prevent injury to employees, including County employees and all other persons affected by their operations. C. Take all reasonable precautions to prevent damage or loss to property of Orange County, or of other Contractors, consultants or agencies and shall be held responsible for replacing or repairing any such loss or damage. D. Comply with all ordinances, rules, regulations, standards and lawful orders from authority bearing on the safety of persons or property or their protection from damage, injury or loss. This includes but is not limited to: o Occupational Safety and Health Act (OSHA) o National Institute for Occupational Safety & Health (NIOSH) o National Fire Protection Association (NFPA) o American Society of Heating, Refrigeration & Air -Conditioning Engineers (ASHRAE) E. The Contractor shall also comply with the guidelines set forth in the Orange County Safety & Health Manual. The manual can be accessed online at the address listed below: http://www.orangecountyfl.net/VendorServices/OrangeCountySafety andHealthManual.aspx 19. INSURANCE REQUIREMENTS Vendor/Contractor agrees to maintain on a primary basis and at its sole expense, at all times throughout the duration of this contract the following types of insurance coverage with limits and on forms (including endorsements) as described herein. These requirements, as well as the County's review or acceptance of insurance maintained by Vendor/Contractor is not intended to and shall not in any manner limit or qualify the liabilities assumed by Vendor/Contractor under this contract. Vendor/Contractor is required to maintain any coverage required by federal and state workers' compensation or financial responsibility laws including but not limited to Chapter 324 and 440, Florida Statutes, as may be amended from time to time. The Vendor/Contractor shall require and ensure. that each of its sub- Vendors/sub-Contractors providing services hereunder (if any) procures and maintains until the completion of their respective services, insurance of the types and to the limits specified herein. Page 27 Insurance carriers providing coverage required herein must be licensed to conduct business in the State of Florida and must possess a current A.M. Best's Financial Strength Rating of A- Class VIII or better. (Note: State licenses can be checked via www.floir.com/companysearch/ and A.M. Best Ratings are available at www.ambest.com) Required Coverage: ® Commercial General Liability - The Vendor/Contractor shall maintain coverage issued on the most recent version of the ISO form as filed for use in Florida or its equivalent, with a limit of liability of not less than $1,000,000 per occurrence. Vendor/Contractor further agrees coverage shall not contain any endorsement(s) excluding or limiting Product/Completed Operations, Contractual Liability, or Separation of Insureds. The General Aggregate limit shall either apply separately to this contract or shall be at least twice the required occurrence limit. Required Endorsements: ® Additional Insured- CG 20 26 or CG 20 10/CG 20 37 or their equivalents. Note: CG 20 10 must be accompanied by CG 20 37 to include products/completed operations ® Waiver of Transfer of Rights of Recovery- CG 24 04 or its equivalent. Note: If blanket endorsements are being submitted please include the entire endorsement and the applicable policy number. ® Business Automobile Liability - The Vendor/Contractor shall maintain coverage for all owned; non -owned and hired vehicles issued on the most recent version of the ISO form as filed for use in Florida or its equivalent, with limits of not less than $1,000,000 (one million dollars) per accident. In the event the Vendor/Contractor does not own automobiles the Vendor/Contractor shall maintain coverage for hired and non -owned auto liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy. Required Endorsements: ® MCS-90- for operations governed by the Sections 29 & 30 of the Motor Carrier Act of 1980 ® Workers' Compensation - The Vendor/Contractor shall maintain coverage for its employees with statutory workers' compensation limits, and no less than $500,000 each incident of bodily injury or disease for Employers' Liability. Elective exemptions as defined in Florida Statute 440 will be considered on a case -by -case basis. Any Vendor/Contractor using an employee leasing company shall complete the Leased Employee Affidavit. Required Endorsements: ® Waiver of Subrogation- WC 00 03 13 or its equivalent Page 28 Additional coverage: ® Pollution Liability- with a limit of not less than $1,000,000 per occurrence/claim When a self -insured retention or deductible exceeds $100,000 the COUNTY reserves the right to request a copy of Vendor/Contractor most recent annual report or audited financial statement. For policies written on a "Claims -Made" basis the Vendor/Contractor agrees to maintain a retroactive date prior to or equal to the effective date of this contract. In the event the policy is canceled, non -renewed, switched to occurrence form, or any other event which triggers the right to purchase a Supplemental Extended Reporting Period (SERP) during the life of this contract the Vendor/Contractor agrees to purchase the SERP with a minimum reporting period of not less than two years. Purchase of the SERP shall not relieve the Vendor/Contractor of the obligation to provide replacement coverage. By entering into this contract Vendor/Contractor agrees to provide a waiver of subrogation or a waiver of transfer of rights of recovery, in favor of the County for the workers' compensation and general liability policies as required herein. When required by the insurer or should a policy condition not permit the Vendor/Contractor to enter into a pre -loss agreement to waive subrogation without an endorsement, then Vendor/Contractor agrees to notify the insurer and request the policy be endorsed with a Waiver of Subrogation or a Waiver of Transfer of Rights of Recovery Against Others endorsement. Prior to execution and commencement of any operations/services provided under this contract the Vendor/Contractor shall provide the COUNTY with current certificates of insurance evidencing all required coverage. In addition to the certificate(s) of insurance the Vendor/Contractor shall also provide endorsements for each policy as specified above. All specific policy endorsements shall be in the name of the Orange County Board of County Commissioners. For continuing service contracts renewal certificates shall be submitted immediately upon request by either the COUNTY or the COUNTY's contracted certificate compliance management firm. The certificates shall clearly indicate that the Vendor/Contractor has obtained insurance of the type, amount and classification as required for strict compliance with this insurance section. Vendor/Contractor shall notify the COUNTY not less than thirty (30) business days (ten business days for non-payment of premium) of any material change in or cancellation/non-renewal of insurance coverage. The Vendor/Contractor shall provide evidence of replacement coverage to maintain compliance with the aforementioned insurance requirements to the COUNTY or its certificate management representative five (5) business days prior to the effective date of the replacement policy (ies). The certificate holder shall read: Orange County Board of County Commissioners c/o Procurement -Division 400 E. South Street, 2"d Floor Orlando, Florida 32801 Page 29 Additional insurance guidelines and sample certificates can be found on the County's Vendor Services website: http://www.orangecountvfl.net/Portals/O/Library/vendor%20services/docs/Insura nceRequirementsFAQ.pdf 20. CONTRACT TERM/RENEWAL A. The contract resulting from this Invitation for Bids shall commence effective upon issuance of a term contract by the County and extend for a period of one (1) year. The contract may be renewed for four (4) additional one (1) year periods, upon mutual agreement of both parties. If any such renewal results in changes in the terms and conditions, such changes shall be - reduced to writing as an amendment to this contract and such amendment shall be executed by both parties. B. The initiating County department(s) shall issue delivery/purchase orders against the term contract on an "as needed" basis. C. If the quantity of a unit priced item in this contract is an estimated quantity and the actual quantities ordered are more than 50% above the estimated quantity, the County shall enter into negotiations with the Contractor for a lower unit price which shall be incorporated into the contract. Failure of the Contractor to agree to a reduced unit price may result in the termination of the contract and re -solicitation of the requirement. D. Any order issued during the effective period of this contract, but not completed within that period, shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and the County's rights and obligations with respect to that order to the extent as if the order were completed during the contract performance period. 21. PRICING The County requires a firm price for the entire contract period. Invoices shall be reviewed to confirm compliance with contract pricing. Failure to hold prices firm shall be grounds for immediate termination of the contract. 22. METHOD OF ORDERING The County shall issue Delivery (Purchase) Orders against the contract on an as needed basis for the goods or services listed on the Bid Response Form. 23. CONDITIONS FOR EMERGENCY/HURRICANE OR DISASTER - TERM CONTRACTS It is hereby made a part of this Invitation for Bids that before, during and after a public emergency, disaster, hurricane, flood, or other acts of God that Orange County shall require a "first priority" basis for goods and services. It is vital and imperative that the majority of citizens are protected from any emergency situation which threatens public health and safety, as determined by the County. Contractor Page 30 agrees to rent/sell/lease all goods and services to the County or other governmental entities as opposed to a private citizen, on a first priority basis. The County expects to pay contractual prices for all goods or services required during an emergency situation. Contractor shall furnish a twenty-four (24) hour phone number in the event of such an emergency. Should local terminals become depleted Emergency Deliveries exceeding a 200 mile radius from Orange County may receive a $0.05 surcharge per each 100 miles from the terminal location to the County's destination. Documentation evidencing the local shortage and the origin of the supply shall be required to support the assessment of the surcharge. 24. ' REQUIREMENTS CONTRACT This is a Requirements Contract and the County's intent is to order from the Contractor all of the goods or services specified in the contract's price schedule that are required to be purchased by the County. If the County urgently requires delivery of goods or services before the earliest date that delivery may be required under this contract, and if the contractor will not accept an order providing for accelerated delivery, the County may acquire the goods or services from another source. The County's requirements in this contract are estimated and there is no commitment by the County to order any specified amount. If the estimated quantities are not achieved, this shall not be the basis for an equitable adjustment. If the Manager, Procurement Division determines that the Contractor's performance is less than satisfactory, the County may order the goods or services from other sources until the deficient performance has been cured or the contract terminated. 25. PERSONNEL A. The CONTRACTOR represents that it has, or will secure at its own expense, all necessary personnel required to perform the services under this Contract. Such personnel shall not be employees of or have any contractual relationship with the COUNTY. B. All of the services required hereafter shall be performed by the CONTRACTOR or under its supervision, and all personnel engaged in performing the services shall be fully qualified and, if required, authorized or permitted under state and local law to perform such services. C. By execution of this contract, the Contractor hereby certifies that key personnel assigned to provide the required services have not been, and shall not be, changed or altered without prior written approval by the County. The County shall have seventy two (72) hours to review any request made by the Contractor for any change, alteration, or substitution of staff. The Contractor shall ensure that such substituted staff members are of substantially the same qualifications as those approved by the County at the time of contract award and create no conflicts of interest between the Contractor and the County. Page 31 D. The CONTRACTOR warrants that all services shall be performed by skilled and competent personnel to the highest professional standards in the field. The COUNTY may require, in writing, that the CONTRACTOR remove from this contract any employee the COUNTY deems incompetent, careless, or otherwise objectionable. Page 32 SECTION 3 SPECIFICATIONS Page 33 SPECIFICATIONS OVERVIEW To provide fuel to multiple sites throught Orange County. TECHNICAL PROVISIONS Gasoline, unleaded, antiknock (octane) index minimum 87 (RON + MON)/2, maximum allowable lead 0.05 gram per gallon, per A.S.T.M. specification D4814, complying withstate of Florida gasoline inspection laws. Gasoline, unleaded, antiknock (octane) index minimum 89 (RON + MON)/2, maxim umallowable lead 0.05 gram per gallon, and volatility class suitable for Florida at time of scheduled use, per A.S.T.M. specification D4814, complying with state of Florida gasoline inspection laws. Gasoline, unleaded, premium, antiknock (octane) index minimum 93 (RON + MON)/2, maximum allowable lead 0.05 gram per gallon, per A.S.T.M. specification D4814, complying with state of Florida gasoline inspection laws. Oil, diesel fuel, grade no. 2-D ultra low sulfur fuel (.0015 mass % sulfur, 40 cetane min.), for use in over the road diesel engine, per A.S.T.M. specification D975, complying with Florida Department of Agriculture and Consumer Services standards 5F-2.001. Oil, diesel fuel, red dye, grade no. 2-D ultra low sulfurfuel (.0015 mass % sulfur, 40 cetane min.), for use in off the road diesel engine, per A.S.T.M. specification D975, complying with Florida Department of Agriculture and Consumer Services standards 5F- 2.001. Ethanol, E-10 blend (10 percent ethanol and 90 percent gasoline), shall meet ASTM specification D4806-07 for denatured fuel ethanol for blending with gasolines for use as automotive spark -ignition engine fuel. All tank wagon loads of gasoline and/or diesel fuel shall be delivered in metered trucks and a metered delivery ticket shall be issued upon completion of delivery. FUEL DELIVERY FOR DESIGNATED COUNTY VEHICLES The Contractor shall have the ability to fuel designated County vehicles where they are located on or off of County property. For this purpose, the Contractor shall provide a Contractor owned fuel management system able to electronically capture, via a bar code affixed to the vehicle by the Contractor, the vehicle ID, fuel type and quantity dispensed and the time and date when the dispensing occurs. All applicable fueling information shall be electronically transmitted to the County on a daily basis. The Contractor fuel dispensing vehicle shall dispense fuel obtained directly from the terminal and not from a secondary fuel storage site. Fueling locations for the vehicles shall be communicated to the Contractor as applicable to facilitate the fueling activities. At the time of this solicitation, the current afterhours fuel delivery site for designated County vehicles is 8100 Presidents Dr., Orlando, FL. Addresses for the fueling of designated County vehicles may be added, deleted or changed as necessary. Page 34 SECTION 4 BID SUBMISSION REQUIREMENTS AND DOCUMENTATION IMPORTANT NOTE: When completing your bid, do not attach any forms which may contain terms and conditions that conflict with those listed in the County's bid documents(s). Inclusion of additional terms and conditions such as those which may be on your company's standard forms shall result in your bid being declared non -responsive as these changes will be considered a counteroffer to the County's bid. Page 35 STATEMENT OF NO -BID The Procurement Division is committed to continuously improve its processes and our goal is to receive maximum participation from the vendor community. If your firm chooses not to participate in responding to this solicitation please email McIisa.Vergara(Wocfl.net, referencing the IFB number, and briefly explain why the decision was made to not participate. SUBMITTAL LABEL: All submittals, should use the hard -copy label below and place on front of their outermost sealed envelope/package. DO NOT OPEN - SEALED RESPONSES - DO NOT OPEN RESERVED FOR PUBLIC BID OPENING Company: Contact Name: Contact Phone/ Email: Address: CONTACT: IFB NUMBER: TITLE: BID DUE DATE: MELISA VERGARA Y18-1124-MV MOTOR FUELS — TANKWAGON DELIVERIES DELIVER TO: ORANGE COUNTY PROCUREMENT DIVISION INTERNAL OPERATIONS CENTRE II 400 E. SOUTH STREET, 2ND FLOOR ORLANDO, FL 32801. Page 36 QUALIFICATION OF BIDDERS BID PACKAGE REQUIREMENTS: The County reserves the right, before award, to require a bidder to submit evidence of qualifications as the County deems necessary to determine the ability of the Bidder to perform. Acceptable evidence, may include but may not be limited to: financial information, past performance, and technical information. The determination on whether a bidder is responsible or not shall be at the sole discretion of the County. Although the County may request the submission of a minimum number of contracts similar to the requirements of this solicitation with certain minimum dimensions, quantities, dollar values, etc., the County's determination of a bidder's responsibility shall not be solely based on the number of similar procurements the bidder provides but the entirety of the bidder's qualifications. The Bidder shall submit the following information with the bid: [ ] 1. List and brief description of work substantially similar in scope and magnitude satisfactorily completed with location, dates of contract, names, addresses, email addresses and telephone numbers of owners by completing the attached reference sheets, the same client entity shall not be used more than once. 2. Listing of sub -contractors on the Schedule of Sub -Contractors form and a listing of what those sub -contractors will be providing in the way of products and services to Orange County on a separate sheet of letterhead stationery. 3. Listing of Contractor's personnel by name, title, telephone number and e- mail address, who will be responsible for the Orange County account including ordering and invoicing. 4. Provide a copy of the latest registration(s) with the Florida Division of Corporations demonstrating the bidder can lawfully conduct business in the State of Florida. 5. 6. 7. 8. 9. 10 [ l 12. Page 37 - Copies of all applicable licenses. Bid Response Form Authorized Signatories/Negotiators Drug -Free Workplace Schedule of Sub -contracting Conflict/Non-Conflict of Interest Form E-Verification Certification Current W9 Relationship Disclosure Form Orange County Specific Project Expenditure Report. Agent Authorization Form (if Applicable) Leased Employee Affidavit (if Applicable) Certification Regarding Lobbying For Contracts (if Applicable) Affidavit of Compliance with 2 CFR §200.321 (or 45 C.F.R. §75.330 for Health and Human Services funds) with attached documentation evidencing affirmative steps. Information for determing Joint Venture Eligibility Contract Y18-1124, Counterpart (1), signed without exception to terms and conditions. Counteroffers shall not be allowed. Page 38 BID RESPONSE FORM IFB #Y18-1124-MV All charges including, but not limited to, drop charges, pump charges, split delivery charges and/or minimum freight charges shall be included in the discount or mark-up from the OPIS price. There are no, and shall not be, provisions for added charges. For bid evaluation purposes the estimated annual usage for Orange County as specified in "Delivery Schedule A" shall be utilized to determine the low bidder, items with no estimated quantity shall be evaluated at a quantity of one (1) gallon. CHECK INDICATOR BOX FOR FIXED DISCOUNT (-) OR MARK-UP(+) PRICE PER GALLON THIS AMOUNT SHALL BE SUBTRACTED FROM OR ADDEDTO THE OPIS AVERAGE PRICE(S) PER GALLON POSTED FOR THE TAFT TERMINAL ITEM NO. DESCRIPTION 1. 87 Octane gasoline, as specified 2. 89 Octane gasoline, as specified 3. 93 Octane gasoline, as specified 4. Undyed Diesel fuel, as specified 5. Dyed Diesel fuel, as specified Company Name $ per gallon ❑ Mark-up or ❑ Mark-down $ per gallon ❑ Mark-up or ❑ Mark-down $ per gallon ❑ Mark-up or ❑ Mark-down $ per gallon ❑ Mark-up or ❑ Mark-down $ per gallon ❑ Mark-up or ❑ Mark-down IMPORTANT NOTE: When completing your bid, do not attach any forms which may contain terms and conditions that conflict with those listed in the County's bid documents(s). Inclusion of additional terms and conditions such as those which may be on your company's standard forms shall result in your bid being declared non -responsive as these changes will be considered a counteroffer to the County's bid. Delivery shall be not later than two (2) calendar days After Receipt of Order (ARO) per Special Terms and Conditions. Inquiries regarding this Invitation for Bids may be directed to Melisa Vergara, Senior Purchasing Agent, at Melisa.Vergara(Docfl.net Page 39 THE FOLLOWING SECTION MUST BE COMPLETED BY ALL BIDDERS: Company Name: NOTE: COMPANY NAME MUST MATCH LEGAL NAME ASSIGNED TO TIN NUMBER. CURRENT W9 MUST BE SUBMITTED WITH BID. TIN#: (Street No. or P.O. Box Number) (County) (State) Contact Person: Phone Number: Email Address: Emergency Contact Person: Telephone Number: D-U-N-S® # (Street Name) (City) Fax Number: EMERGENCY CONTACT Residence Telephone Number: ACKNOWLEDGEMENT OF ADDENDA (Zip Code) Cell Phone Number: Email: The Bidder shall acknowledge receipt of any addenda issued to this solicitation by completing the blocks below or by completion of the applicable information on the addendum and returning it not later than the date and time for receipt of the bid. Failure to acknowledge an addendum that has a material impact on this solicitation may negatively impact the responsiveness of your bid. Material impacts include but are not limited to changes to specifications, scope of work/services, delivery time, performance period, quantities, bonds, letters of credit, insurance, or qualifications. Addendum No. , Date Addendum No. , Date Addendum No. , Date Addendum No. , Date Page 40 AUTHORIZED SIGNATORIES/NEGOTIATORS The Bidder represents that the following principals are authorized to sign bids, negotiate and/or sign contracts and related documents to which the bidder will be duly bound. Principal is defined as an employee, officer or other technical or professional in a position capable of substantially influencing the development or outcome of an activity required to perform the covered transaction. Name Title Telephone Number/Email (Signature) (Title) (Name of Business) (Date) The Bidder shall complete and submit the following information with the bid: Type of Organization Sole Proprietorship Partnership Non -Profit Joint Venture* Corporation State of Incorporation: Principal Place of Business (Florida Statute Chapter 607): City/County/State THE PRINCIPAL PLACE OF BUSINESS SHALL BE THE ADDRESS OF THE BIDDER'S PRINCIPAL OFFICE AS IDENTIFIED BY THE FLORIDA DIVISION OF CORPORATIONS. Federal I.D. number is: Joint venture firms must complete and submit with their Bid Response the form titled "Information for Determining Joint Venture Eligibility', and a copy of the formal agreement between all joint venture parties. This joint venture agreement must indicate the parties'respective roles, responsibilities and levels of participation for the project. If proposing as a Joint Venture, the Joint Venture shall obtain and maintain all contractually required insurance in the name of the Joint Venture as required by the Contract. Individual insurance in the name of the parties to the Joint venture will not be accepted. Failure to timely submit the required form along with an attached written copy of the joint venture agreement may result in disqualification of your Bid Response Page 41 REFERENCES List three (3) clients during the past ten (10) years for which you provided a comparable amount of goods or services substantially similar to those specified in the solicitation in the spaces provided below. Provide the Company name, contact person, address, email address, telephone number, and date services were performed, as described. The same client entity shall not be used more than once. 1. Company Name: Owner's Name: Description of goods or services provided: Contract Amount: Start and End Date of Contract: Contact Person: Address: Telephone Number: Email Address: 2. Company Name: Owner's Name: Description of goods or services provided: Contract Amount: Start and End Date of Contract: Contact Person: Address: Page 42 Telephone Number: Email Address: 3. Company Name: Owner's Name: Description of goods or services provided: Contract Amount: Start and End Date of Contract: Contact Person: Address: Telephone Number: Email Address: Page 43 DRUG -FREE WORKPLACE FORM The undersigned Bidder, in accordance with Florida Statute 287.087 hereby certifies that does: Name of Business Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in Paragraph 1. 4. In the statement specified in Paragraph 1, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Florida Statute 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of Paragraphs 1 thru 5. As the person authorized to sign this statement, I certify that this firm complies fully with above requirements. Bidder's Signature Date SCHEDULE OF SUBCONTRACTING, IFB NO. Y18-1124-MV As specified in the General Terms and Conditions and in the Special Terms and Conditions, bidders are to present the details of subcontractor participation. Name Of Subcontractor Address Type of Work to Percent and dollar amount of be Performed Contract Amount to be Subcontracted Company Name: CONFLICT/NON-CONFLICT OF INTEREST STATEMENT CHECK ONE [ ] To the best of our knowledge, the undersigned bidder has no potential conflict of interest due to any other clients, contracts, or property interest for this project. xv [ ] The undersigned bidder, by attachment to this form, submits information which may be a potential conflict of interest due to other clients, contracts, or property interest for this project. LITIGATION STATEMENT CHECK ONE [ ] The undersigned bidder has had no litigation and/or judgments entered against it by any local, state or federal entity and has had no litigation and/or judgments entered against such entities during the past ten (10) years. [ ] The undersigned bidder, BY ATTACHMENT TO THIS FORM, submits a summary and disposition of individual cases of litigation and/or judgments entered by or against any local, state or federal entity, by any state or federal court, during the past ten (10) years. COMPANY NAME AUTHORIZED SIGNATURE NAME (PRINT OR TYPE) TITLE Failure to check the appropriate blocks above may result in disqualification of your bid. Likewise, failure to provide documentation of a possible conflict of interest, or a summary of past litigation and/or judgments, may result in disqualification of your bid. E VERIFICATION CERTIFICATION Contract No.Y18-1124-MV I hereby certify that I will utilize the U.S. Department of Homeland Security's E-Verify system in accordance with the terms governing the use of the system to confirm the employment eligibility of the individuals classified below. In accordance with s. 837.06, Florida Statutes, I understand and acknowledge that whoever knowingly makes a false statement in writing with the intent to mislead a public servant in the performance of his or her official duties shall be guilty of a misdemeanor in the second degree, punishable as provided in s. 775.082 or s. 775.083, Florida statutes. All persons, including subcontractors and their workforce, who will perform work under Contract No.Y18-1124-MV, Motor Fuels — Tankwagon Deliveries, within the state of Florida. NAME OF CONTRACTOR: ADDRESS OF CONTRACTOR: AUTHORIZED SIGNATURE: TITLE: DATE: RELATIONSHIP DISCLOSURE FORM FOR USE WITH PROCUREMENT ITEMS, EXCEPT THOSE WHERE THE COUNTY IS THE PRINCIPAL OR PRIMARY BIDDER For procurement items that will come before the Board of County Commissioners for final approval, this form shall be completed by the Bidder and shall be submitted to the Procurement Division by the Bidder. In the event any information provided on this form should change, the Bidder must file an amended form on or before the date the item is considered by the appropriate board or body. Part I INFORMATION ON BIDDER: Legal Name of Bidder: Business Address (Street/P.O. Box, City and Zip Code): Business Phone Facsimile: INFORMATION ON BIDDER'S AUTHORIZED AGENT, IF APPLICABLE: (Agent Authorization Form also required to be attached) Name of Bidder's Authorized Agent: Business Address (Street/P.O. Box, City and Zip Code): Business Phone: Facsimile Page 1 Part II IS THE BIDDER A RELATIVE OF THE MAYOR OR ANY MEMBER OF THE BCC? YES NO IS THE MAYOR OR ANY MEMBER OF THE BCC THE BIDDER'S EMPLOYEE? YES NO IS THE BIDDER OR ANY PERSON WITH A DIRECT BENEFICIAL INTEREST IN THE OUTCOME OF THIS MATTER A BUSINESS ASSOCIATE OF THE MAYOR OR ANY MEMBER OF THE BCC? YES NO If you responded "YES" to any of the above questions, please state with whom and explain the relationship. (Use additional sheets of paper if necessary) Page 2 Part III ORIGINAL SIGNATURE AND NOTARIZATION REQUIRED I hereby certify that information provided in this relationship disclosure form is true and correct based on my knowledge and belief. If any of this information changes, I further acknowledge and agree to amend this relationship disclosure form prior to any meeting at which the above -referenced project is scheduled to be heard. In accordance with s. 837.06, Florida Statutes, I understand and acknowledge that whoever knowingly makes a false statement in writing with the intent to mislead a public servant in the performance of his or her official duty shall be guilty of a misdemeanor in the second degree, punishable as provided in s. 775.082 or s. 775.083, Florida Statutes. Signature of Bidder Printed Name and Title of Person completing this form: STATE OF COUNTY OF Date I certify that the foregoing instrument was acknowledged before me this day of , 20 by_ personally known to me or has produced. identification and did/did not take an oath. He/she is as Witness my hand and official seal in the county and state stated above on the day of , in the year Signature of Notary Public (Notary Seal) Notary Public for the State of My Commission Expires: Staff signature and date of receipt of form Staff reviews as to form and does not attest to the accuracy or veracity of the information provided herein. Page 3 FREQUENTLY ASKED QUESTIONS (FAQ) ABOUT THE RELATIONSHIP DISCLOSURE FORM Updated 6-28-11 WHAT IS THE RELATIONSHIP DISCLOSURE FORM? The Relationship Disclosure Form (form OC CE 2D and form OC CE 2P) is a form created pursuant to the County's Local Code of Ethics, codified at Article XIII of Chapter 2 of the Orange County Code, to ensure that all development -related items and procurement items presented to or filed with the County include information as to the relationship, if any, between the applicant and the County Mayor or any member of the Board of County Commissioners (BCC). The form will be a part of the backup information for the applicant's item. WHY ARE THERE TWO RELATIONSHIP DISCLOSURE FORMS? Form OC CE 2D is used only for development -related items, and form OC CE 2P is used only for procurement -related items. The applicant needs to complete and file the form that is applicable to his/her case. WHO NEEDS TO FILE THE RELATIONSHIP DISCLOSURE FORM? Form OC CE 2D should be completed and filed by the owner of record, contract purchaser, or authorized agent. Form OC CE 2P should be completed and filed by the bidder, offeror, quoter, or respondent, and, if applicable, their authorized agent. In all cases, the person completing the form must sign the form and warrant that the information provided on the form is true and correct. WHAT INFORMATION NEEDS TO BE DISCLOSED ON THE RELATIONSHIP DISCLOSURE FORM? The relationship disclosure form needs to disclose pertinent background information about the applicant and the relationship, if any, between, on the one hand, the applicant and, if applicable, any person involved with the item, and on the other hand, the Mayor or any member of the BCC. In particular, the applicant needs to disclose whether any of the following relationships exist: (1) the applicant is a business associate of the Mayor or any member of the BCC; (2) any person involved with the approval of the item has a beneficial interest in the outcome of the matter and is a business associate of the Mayor or any member of the BCC; (3) the applicant is a relative of the Mayor or any member of the BCC; or (4) the Mayor or any member of the BCC is an employee of the applicant. (See Section 2-454, Orange County Code.) HOW ARE THE KEY RELEVANT TERMS DEFINED? Applicant means, for purposes of a development -related project, the owner, and, if applicable, the contract purchaser or owner's authorized agent. Applicant means, for purposes of a procurement item, the bidder, offeror, quoter, respondent, and, if applicable, the authorized agent of the bidder, offeror, quoter, or respondent. Business associate means any person or entity engaged in or carrying on a business enterprise with a public officer, public employee, or candidate as a partner, joint venture, corporate shareholder where the shares of such corporation are not listed on any national or regional stock exchange, or co-owner of property. In addition, the term Page 1 includes any person or entity engaged in or carrying on a business enterprise, or otherwise engaging in common investment, with a public officer, public employee, or candidate as a partner, member, shareholder, owner, co-owner, joint venture partner, or other investor, whether directly or indirectly, whether through a Business Entity or through interlocking Parent Entities, Subsidiary Entities, or other business or investment scheme, structure, or venture of any nature. (See Section 112.312(4), Florida Statutes, and Section 2-452(b), Orange County Code.) Employee means any person who receives remuneration from an employer for the performance of any work or service while engaged in any employment under any appointment or contract for hire or apprenticeship, express or implied, oral or written, whether lawfully or unlawfully employed, and includes, but is not limited to, aliens and minors. (See Section 440.02(15), Florida Statutes.) Relative means an individual who is related to a public officer or employee as father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in-law, son-in-law, daughter-in-law, brother-in-law, sister-in- law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half-brother, half-sister, grandparent, great grandparent, grandchild, great grandchild, step grandparent, step great grandparent, step grandchild, step great grandchild, person who is engaged to be married to the public officer or employee or who otherwise holds himself or herself out as or is generally known as the person whom the public officer or employee intends to marry or with whom the public officer or employee intends to form a household, or any other natural person having the same legal residence as the public officer or employee. (See Section 112.312(21), Florida Statutes.) DOES THE RELATIONSHIP DISCLOSURE FORM NEED TO BE UPDATED IF INFORMATION CHANGES? Yes. It remains a continuing obligation of the applicant to update this form whenever any of the information provided on the initial form changes. WHERE DO THE RELATIONSHIP DISCLOSURE FORM AND ANY SUBSEQUENT UPDATES NEED TO BE FILED? For a development -related item, the Relationship Disclosure Form and any update need to be filed with the County Department or County Division where the applicant filed the application. For a procurement item, the Relationship Disclosure Form and any update need to be filed with the Procurement Division. WHEN DO THE RELATIONSHIP DISCLOSURE FORM AND ANY UPDATES NEED TO BE FILED? In most cases, the initial form needs to be filed when the applicant files the initial development -related project application or initial procurement -related forms. However, with respect to a procurement item, a response to a bid will not be deemed unresponsive if this form is not included in the initial packet submitted to the Procurement Division. If changes are made after the initial filing, the final, cumulative Relationship Disclosure Form needs to be filed with the appropriate County Department or County Division processing the application not less than seven (7) days prior to the scheduled BCC agenda date so that it may be incorporated into the BCC agenda packet. When the matter is a discussion agenda item or is the subject of a public hearing, and an update has not been made at least 7 days prior to BCC meeting date or is not included in the BCC agenda packet, the applicant is obligated to verbally present such update to the Page 2 BCC when the agenda item is heard or the public hearing is held. When the matter is a consent agenda item and an update has not been made at least 7 days prior to the BCC meeting or the update is not included in the BCC agenda packet, the item will be pulled from the consent agenda to be considered at a future meeting. WHO WILL REVIEW THE INFORMATION DISCLOSED ON THE RELATIONSHIP DISCLOSURE FORM AND ANY UPDATES? The information disclosed on this form and any updates will be a public record as defined by Chapter 119, Florida Statutes, and may therefore be inspected by any interested person. Also, the information will be made available to the Mayor and the BCC members. This form and any updates will accompany the information for the applicant's project or item. However, for development -related items, if an applicant discloses the existence of one or more of the relationships described above and the matter would normally receive final consideration by the Concurrency Review Committee or the Development Review Committee, the matter will be directed to the BCC for final consideration and action following committee review. CONCLUSION: We hope you find this FAQ useful to your understanding of the Relationship Disclosure Form. Please be informed that if the event of a conflict or inconsistency between this FAQ and the requirements of the applicable ordinance or law governing relationship disclosures, the ordinance or law controls. Also, please be informed that the County Attorney's Office is not permitted to render legal advice to an applicant or any other outside party. Accordingly, if the applicant or an outside party has any questions after reading this FAQ, he/she is encouraged to contact his/her own legal counsel. Page 3 ORANGE COUNTY SPECIFIC PROJECT EXPENDITURE REPORT This lobbying expenditure form shall be completed in full and filed with all application submittals. This form shall remain cumulative and shall be filed with the department processing your application. Forms signed by a principal's authorized agent shall include an executed Agent Authorization Form. This is the initial Form: This is a Subsequent Form: Part I Please complete all of the following: Name and Address of Principal (legal name of entity or owner per Orange County tax rolls): Name and Address of Principal's Authorized Agent, if applicable: List the name and address of all lobbyists, Contractors, contractors, subcontractors, individuals or business entities who will assist with obtaining approval for this project. (Additional forms may be used as necessary.) Name and address of individual or business entity: Are they registered Lobbyist? Yes or No 2. Name and address of individual or business entity: Are they registered Lobbyist? Yes _ or No 3. Name and address of individual or business entity: Are they registered Lobbyist? Yes _ or No 4. Name and address of individual or business entity: Are they registered Lobbyist? Yes _ or No 5. Name and address of individual or business entity: Are they registered Lobbyist? Yes _ or No 6. Name and address of individual or business entity: Are they registered Lobbyist? Yes _ or No 7. Name and address of individual or business entity: Are they registered Lobbyist? Yes _ or No 8. Name and address of individual or business entity: Are they registered Lobbyist? Yes _ or No Page 1 Part II Expenditures: For this report, an "expenditure" means money or anything of value given by the principal and/or his/her lobbyist for the purpose of lobbying, as defined in section 2-351, Orange County Code. This may include public relations expenditures including, but not limited to, petitions, fliers, purchase of media time, cost of print and distribution of publications. However, the term "expenditure" does not include: •Contributions or expenditures reported pursuant to chapter 106, Florida Statutes; *Federal election law, campaign -related personal services provided without compensation by individuals volunteering their time; •Any other contribution or expenditure made by or to a political party; *Any other contribution or expenditure made by an organization that is exempt from taxation under 26 U.S.C. s. 527 or s. 501(c)(4), in accordance with s.112.3215, Florida Statutes; and/or •Professional fees paid to registered lobbyists associated with the project or item. The following is a complete list of all lobbying expenditures and activities (including those of lobbyists, contractors, Contractors, etc.) incurred by the principal or his/her authorized agent and expended in connection with the above -referenced project or issue. You need not include de minimus costs (under $50) for producing or reproducing graphics, aerial photographs, photocopies, surveys, studies or other documents related to this project. Date of Expenditure Name of Party Incurring Expenditure Description of Activity Amount Paid TOTAL EXPENDED THIS REPORT $ Page 2 Part III Original signature and notarization required I hereby certify that information provided in this specific project expenditure report is true and correct based on my knowledge and belief. I acknowledge and agree to comply with the requirement of section 2-354, of the Orange County code, to amend this specific project expenditure report for any additional expenditure(s) incurred relating to this project prior to the scheduled Board of County Commissioner meeting. I further acknowledge and agree that failure to comply with these requirements to file the specific expenditure report and all associated amendments may result in the delay of approval by the Board of County Commissioners for my project or item, any associated costs for which I shall be held responsible. In accordance with s. 837.06, Florida Statutes, I understand and acknowledge that whoever knowingly makes a false statement in writing with the intent to mislead a public servant in the performance of his or her official duty shall be guilty of a misdemeanor in the second degree, punishable as provided in s. 775.082 or s. 775.083, Florida Statutes. Date Signature of o Principal or o Principal's Authorized Agent (check appropriate box) Printed Name and Title of Person completing this form: STATE OF COUNTY OF I certify that the foregoing instrument was acknowledged before me this day of , 20 by _ personally known to me or has produced _ identification and did/did not take an oath. He/she is as Witness my hand and official seal in the county and state stated above on the day of in the year Signature of Notary Public (Notary Seal) Notary Public for the State of My Commission Expires: Staff signature and date of receipt of form Staff reviews as to form and does not attest to the accuracy or veracity of the information provided herein. Page 3 FREQUENTLY ASKED QUESTIONS (FAQ) ABOUT THE SPECIFIC PROJECT EXPENDITURE REPORT Updated 3-1-11 WHAT IS A SPECIFIC PROJECT EXPENDITURE REPORT (SPR)? A Specific Project Expenditure Report (SPR) is a report required under Section 2-354(b) of the Orange County Lobbying Ordinance, codified at -Article X of Chapter 2 of the Orange County Code, reflecting all lobbying expenditures incurred by a principal and their authorized agent(s) and the principal's lobbyist(s), contractor(s), subcontractor(s), and Contractor(s), if applicable, for certain projects or issues that will ultimately be decided by the Board of County Commissioners (BCC). Matters specifically exempt from the SPR requirement are ministerial items, resolutions, agreements in settlement of litigation matters in which the County is a party, ordinances initiated by County staff, and some procurement items, as more fully described in 2.20 of the Administrative Regulations. Professional fees paid by the principal to his/her lobbyist for the purpose of lobbying need not be disclosed on this form. (See Section 2-354(b), Orange County Code.) WHO NEEDS TO FILE THE SPR? The principal or his/her authorized agent needs to complete and sign the SPR and warrant that the information provided on the SPR is true and correct. A principal that is a governmental entity does not need to file an SPR. HOW ARE THE KEY RELEVANT TERMS DEFINED? Expenditure means "a payment, distribution, loan, advance, reimbursement, deposit, or anything of value made by a lobbyist or principal for the purpose of lobbying. This may include public relations expenditures (including but not limited to petitions, flyers, purchase of media time, cost of print and distribution of publications) but does not include contributions or expenditures reported pursuant to Chapter 106, Florida Statutes, or federal election law, campaign -related personal services provided without compensation by individuals volunteering their time, any other contribution or expenditure made by or to a political party, or any other contribution or expenditure made by an organization that is exempt from taxation under 26 U.S.C. s. 527 or s. 501(c)(4)." (See Section 112.3215, Florida Statutes.) Professional fees paid by the principal to his/her lobbyist for the purpose of lobbying are not deemed to be "expenditures." (See Section 2-354, Orange County Code.) Lobbying means seeking "to encourage the approval, disapproval, adoption, repeal, rescission, passage, defeat or modification of any ordinance, resolution, agreement, development permit, other type of permit, franchise, vendor, Contractor, contractor, recommendation, decision or other foreseeable action of the [BCC]," and "include[s] all communications, regardless of whether initiated by the lobbyist or by the person being lobbied, and regardless of whether oral, written or electronic." (See Section 2-351, Orange County Code.) Furthermore, lobbying means communicating "directly with the County Mayor, with any other member of the [BCC], or with any member of a procurement committee." (See Section 2-351, Orange County Code.) Lobbying also Page 1 means communicating "indirectly with the County Mayor or any other member of the [BCC]" by communicating with any staff member of the Mayor or any member of the BCC, the county administrator, any deputy or assistant county administrator, the county attorney, any county department director, or any county division manager. (See Section 2-351, Orange County Code.) Lobbying does not include the act of appearing before a Sunshine Committee, such as the Development Review Committee or the Roadway Agreement Committee other than the BCC. Principal means "the person, partnership, joint venture, trust, association, corporation, governmental entity or other entity which has contracted for, employed, retained, or otherwise engaged the services of a lobbyist." Principal may also include a person, partnership, joint venture, trust, association, corporation, limited liability corporation, or other entity where it or its employees do not qualify as a lobbyist under the definition set forth in Section 2-351 of the Orange County Code but do perform lobbying activities on behalf of a business in which it has a personal interest. DOES THE SPR NEED TO BE UPDATED IF INFORMATION CHANGES? Yes. It remains a continuing obligation of the principal or his/her authorized agent to update the SPR whenever any of the information provided on the initial form changes. WHERE DO THE SPR AND ANY UPDATES NEED TO BE FILED? The SPR needs to be filed with the County Department or County Division processing the application or matter. If and when an additional expenditure is incurred subsequent to the initial filing of the SPR, an amended SPR needs to be filed with the County Department or County Division where the original application, including the initial SPR, was filed. WHEN DO THE SPR AND ANY UPDATES NEED TO BE FILED? In most cases, the initial SPR needs to be filed with the other application forms. The SPR and any update must be filed with the appropriate County Department or County Division not less than seven (7) days prior to the BCC hearing date so that they may be incorporated into the BCC agenda packet. (See Section 2-354(b), Orange County Code.) When the matter is a discussion agenda item or is the subject of a public hearing, and any additional expenditure occurs less than 7 days prior to BCC meeting date or updated information is not included in the BCC agenda packet, the principal or his/her authorized agent is obligated to verbally present the updated information to the BCC when the agenda item is heard or the public hearing is held. When the matter is a consent agenda item and an update has not been made at least 7 days prior to the BCC meeting or the update is not included in the BCC agenda packet, the item will be pulled from the consent agenda to be considered at a future meeting. WHO WILL BE MADE AWARE OF THE INFORMATION DISCLOSED ON THE SPR AND ANY UPDATES? The information disclosed on the SPR and any updates will be a public record as defined by Chapter 119, Florida Statutes, and therefore may be inspected by any interested person. Also, the information will be made available to the Mayor and the BCC members. This information will accompany the other information for the principal's project or item. Page 2 CONCLUSION: We hope you find this FAQ useful to your understanding of the SPR. Please be informed that in the event of a conflict or inconsistency between this FAQ and the requirements of the applicable ordinance governing specific project expenditure reports, the ordinance controls. Also, please be informed that the County Attorney's Office is not permitted to render legal advice to a principal, his/her authorized agent, or any other outside party. Accordingly, if after reading this FAQ the principal, his/her authorized agent or an outside party has any questions, he/she is encouraged to contact his/her own legal counsel. Page 3 AGENT AUTHORIZATION FORM I/We, (Print Bidder name) Do hereby authorize (print agent's name), , to act as my/our agent to execute any petitions or other documents necessary to affect the CONTRACT approval PROCESS more specifically described as follows, (IFB NUMBER, AND TITLE) , and to appear on my/our behalf before any administrative or legislative body in the county considering this CONTRACT and to act in all respects as our agent in matters pertaining TO THIS CONTRACT. Signature of Bidder STATE OF COUNTY OF Date I certify that the foregoing instrument was acknowledged before me this day of , 20 by He/she is personally known to me or has produced as identification and did/did not take an oath. Witness my hand and official seal in the county and state stated above on the day of , in the year (Notary Seal) Signature of Notary Public Notary Public for the State of My Commission Expires: _ LEASED EMPLOYEE AFFIDAVIT I affirm that an employee leasing company provides my workers' compensation coverage. I further understand that my contract with the employee leasing company limits my workers' compensation coverage to enrolled worksite employees only. My leasing arrangement does not cover un-enrolled worksite employees, independent contractors, uninsured sub -contractors or casual labor exposure. I hereby certify that 100% of my workers are covered as worksite employees with the employee leasing company. I certify that I do not hire any casual or uninsured labor outside the employee leasing arrangement. I agree to notify the County in the event that I have any workers not covered by the employee leasing workers' compensation policy. In the event that I have any workers not subject to the employee leasing arrangement, I agree to obtain a separate workers' compensation policy to cover these workers. I further agree to provide the County with a certificate of insurance providing proof of workers' compensation coverage prior to these workers entering any County jobsite. I further agree to notify the County if my employee leasing arrangement terminates with the employee leasing company and I understand that I am required to furnish proof of replacement workers' compensation coverage prior to the termination of the employee leasing arrangement. I certify that I have workers' compensation coverage for all of my workers through the employee leasing arrangement specified below: Name of Employee Leasing Company: Workers' Compensation Carrier: A.M. Best Rating of Carrier: Inception Date of Leasing Arrangement: I further agree to notify the County in the event that I switch employee -leasing companies. I recognize that I have an obligation to supply an updated workers' compensation certificate to the County that documents the change of carrier. Name of Contractor: Signature of Owner/Officer: Title: Date: CERTIFICATION REGARDING LOBBYING FOR CONTRACTS, GRANTS, LOANS, AND COOPERATIVE AGREEMENTS APPENDIX A, 44 C.F.R. PART 18 (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date AFFIDAVIT OF COMPLIANCE WITH 2 CFR V00.321 REQUIREMENTS (OR 45 C.F.R. $75.330 FOR HEALTHAND HUH" SERHCES FUNDS) in my capacity as (First and Last Name) (Company Title/Position) am authorized to sign on behalf of, and fully bind, (Company Name) (the "Prime Contractor"). Accordingly, on behalf of the Prime Contractor, I swear to, and affirm, the following: 1. Qualified small and minority businesses, and women's business enterprises, (Initial) were, and will continue to be, placed on all of the Prime Contractor's solicitation lists. 2. The Prime Contractor solicited, and will continue to solicit, small and minority (Initial) businesses, and women's business enterprises, when they were/are potential sources. 3. Based on the Prime Contractor's experience and expertise, the total (initial) requirements of the project were, and will continue to be, divided — when economically feasible — into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises. 4. The Prime Contractor has and/or will establish delivery schedules that will (Initial) encourage participation of small and minority business, and women's business enterprises. 5. The Prime Contractor has and/or will use the services and assistance, as (Initial) appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. 6. I understand that if the Prime Contractor fails to submit the documentation (Initial) required in SECTION 1, GENERAL TERMS AND CONDITIONS, SMALL AND MINORITY BUSINESS ENTERPRISE (MBE), WOMEN BUSINESS ENTERPRISES (WBE), AND LABOR SURPLUS AREA FIRMS of these bid documents as attachments to this Affidavit of Compliance, that the Prime Contractor's bid will be considered non -responsive. 7. I affirm that all the documentation attached to this Affidavit of Compliance (Initial) reflect true and accurate records that have not in any way been altered. 8. I understand that, should the Prime Contractor be the awarded the contract that (initial) this affidavit will continue to be considered binding for the duration of the proj ect. 9. I understand that false statements on this Affidavit of Compliance may result (initial) in criminal prosecution for a felony of the third degree as provide for in §92.525(3), Florida Statutes. I swear and affirm that the above and foregoing representations are true and correct to the best of my information, knowledge, and belief. Signature Printed Name Official Title STATE OF COUNTY OF Date The foregoing instrument was acknowledged before me this day of 20 , by of M (Name of officer or agent, Title) (Name of company) (State) corporation, on behalf of the corporation. (Seal) Personally Known [ ] or Produced Identification [ ] Type of Identification Produced: Signature Notary Public Print, Type/Stamp Name of Notary INFORMATION FOR DETERMINING JOINT VENTURE ELIGIBILITY If the bidder is submitting as a joint venture, please be advised that this form MUST be completed and the REQUESTED written joint -venture agreement MUST be attached and submitted with this form. HOWEVER, IF THE BIDDER IS NOT A JOINT VENTURE, CHECK THE FOLLOWING BLOCK: ( ) NOT APPLICABLE 1. Name of joint venture: 2. Address of joint venture: 3. Phone number of joint venture: 4. Identify the firms which comprise the joint venture: 5. Describe the role of the MWBE / Labor Surplus Area(LSA) Firm (if applicable) in the joint venture: 6. Provide a copy of the joint venture's written contractual agreement. 7. What is the claimed percentage of ownership and identify any MWBE/LSA partners (if applicable)? INFORMATION FOR DETERMINING JOINT VENTURE ELIGIBILITY — PAGE 2 8. Ownership of joint venture: (This need not be filled in if described in the joint venture agreement provided by question 6.) (a) Profit and loss sharing: (b) Capital contributions, including equipment: (c) Other applicable ownership interests: 9. Control of and participation in this contract. Identify by name, race, sex, and "firm" those individuals (and their titles) who are responsible for day-to-day management and policy decision making, including, but not limited to, those with prime responsibility for: (a) Financial decisions: (b) Management decisions, such as: (1) Estimating: (2) Marketing and sales: (3) Hiring and firing of management personnel: INFORMATION FOR DETERMINING JOINT VENTURE ELIGIBILITY — PAGE 3 (4) Purchasing of major items or supplies: (c) Supervision of field operations: NOTE: If, after filing this form and before the completion of the joint venture's work on the subject contract, there is any significant change in the information submitted, the joint venture must inform the County in writing. Joint venture must be properly registered with the Florida Division of Corporations before the contract award and the name of the Joint Venture must be the same name used in the Bid Response. AFFIDAVIT "The undersigned swear or affirm that the foregoing statements are correct and include all material information necessary to identify and explain the terms and operation of our joint venture and the intended participation by each joint venturer in the undertaking. Further, the undersigned covenant and agree to provide to the County current, complete and accurate information regarding actual joint venture work and the payment therefore and any proposed changes in any of the joint venture. Also, permit authorized representatives of the County to audit and examine records of the joint venture. Any material misrepresentation will be grounds for terminating any contract which may be awarded and for initiating action under Federal or State laws concerning false statements." Name of Firm: Signature: Name: Title: Date: Name of Firm: Signature: Name: Title: Date: INFORMATION FOR DETERMINING JOINT VENTURE ELIGIBILITY — PAGE 4 Date State of County of AFFIDAVIT On this day of , 20 , before me appeared (name) , to me personally known, who being duly sworn, did execute the foregoing affidavit, and did state that he or she was properly authorized by (name of firm) to execute the affidavit and did so as his or her free act and deed. Notary Public Commission Expires (Seal) Date State of County of On this day of , 20 , before me appeared (name), to me personally known, who being duly sworn, did execute the foregoing affidavit, and did state that he or she was properly authorized by (name of firm) to execute the affidavit and did so as his or her free act and deed. Notary Public Commission Expires (Seal) ORANGE COUNTY BOARD OF Procurement Division COUNTY COMMISSIONERS CONTRACT NO. Y18-1124-MV MOTOR FUELS — TANKWAGON DELIVERIES This contract is not valid unless bilaterally executed. Subject to mutual agreement the Orange County Board of County Commissioners hereby enters into a contract subject to the following: Ordering against Contract: A. Unless otherwise specified in the Invitation for Bids, the County will place orders by issuance of a numbered Delivery Order against this contract. Each Delivery Order will specify the quantity, description and location for deliver. B. The obligations of Orange County under this contract are subject to need and availability of funds lawfully appropriated for its purpose by the Board of County Commissioners or other funding source as specified in the terms and conditions. 2. Taxes: The County has the following tax exemption certificates assigned. A. Certificate of Registry No. 59-70-004K for tax free transactions under Chapter 32, Internal Revenue Code; B. Florida Sales and Use Tax Exemption Certificate No. 85-8012622266C- 0. 3. Invoicing: A. Invoices must be submitted, in duplicate, referencing this contract number and the Delivery Order to: Orange County Fleet Management Division 4400 S. Vineland Rd. Orlando, FL 32811 Phone 407-836-8210 B. Invoices against this contract are authorized only at the prices stated in your bid response, unless otherwise provided in the Invitation for Bids. Page 1 4. Counterpart (1): Bidder's Irrevocable Offer and Acceptance A. The Bidder hereby submits an irrevocable offer in response to Invitation for Bids No. Y18-1124-MV, MOTOR FUELS — TANKWAGON DELIVERIES - Term Contract, subject to all general terms and conditions and special terms and conditions therein without exception. B. All requirements contained in any addenda to the solicitation for this procurement are part of and hereby incorporated into this contract. (COMPANY NAME) BY: (Authorized Signatory DATE: NOTICES: (Name) (Title) (Address) (Address) City, State Zip) Phone) Email) 5. Counterparts. This Agreement may be executed in two identical counterparts, all of which shall be considered one and the same agreement and shall become effective when both counterparts have been signed by each party and delivered to the other party. Counterpart (1) shall be executed by the bidder and included in the sealed bid response. Counterpart (2) may be executed by the County Procurement Division to formalize Acceptance of Bidders Offer and Contract Award. Page 2 6. Counterpart (2): Orange County Board of County Commissioners Acceptance of Bidders Offer and Contract Award A. The County's acceptance of the Bidder's offer in response to our Invitation for Bids No. Y18-1124-MV, MOTOR FUELS — TANKWAGON DELIVERIES - Term Contract B. This contract is effective EFFECTIVE DATE, and shall remain in effect through EXPIRATION DATE. C. The estimated contract award for the initial term of the contract is C D. This is a term contract for the time period specified in the referenced Invitation for Bids, for the products/services covered by this contract. The County is not obligated to purchase any minimum amount of products or services, unless otherwise stipulated in the Invitation for Bids. The bidder is granted authorization to proceed to perform services upon receipt of duly executed Delivery Order. E. This contract may be renewed upon mutual agreement as provided in the Invitation for Bids. Any amendments to this contract must be in writing and signed by both parties. Such amendment(s) must be signed by the representative of the Orange County Procurement Division to be valid, binding, and enforceable. D. This contract may be cancelled or terminated as provided for in the Invitation for Bids. BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA LO-0 Melisa Vergara, Senior Purchasing Agent Procurement Division DATE: NOTICES: PROCUREMENT DIVISION INTERNAL OPERATIONS CENTRE II 400 EAST SOUTH STREET, 2ND FLOOR ORLANDO, FLORIDA 32801 (407) 836- 5635 Page 3 DELIVERY SCHEDULE A Y18-1124-MV MOTOR FUELS - TANKWAGON DELIVERIES LOCATION TANK CAPACITY IN GALLONS FUEL A = Above Ground B = Below Ground ORANGE COUNTY GOVERNMENT Estimated Annual Usage, Tank Wagon Deliveries 95,204, 87 Octane, E-10 516,195, Dyed ULS Diesel 4760 Sand Lake Rd., Orlando, FL 450 Dyed Diesel A 1326 Good Homes Road, Orlando FL 550 87 Octane B 1326 Good Homes Road 12,000 Dyed Diesel B 5901 Young Pine Road, Orlando FL 1,000 87 Octane A 5901 Young Pine Road 1,000 87 Octane A 5901 Young Pine Road 10,000 Dyed Diesel A 12100 Young Pine Road, Orlando FL 12,000 Dyed Diesel A 12100 Young Pine Road, Orlando FL 12,000 Dyed Diesel A 6590 Amory Ct., Winter Park, FL 7,200 Dyed Diesel B 20 S. Hastings St., Orlando, FL 900 Dyed Diesel A 6116 S. Apopka Vineland Rd., Orlando, FL 450 Dyed Diesel A 1700 S. Apopka Vineland Rd., Orlando, FL 450 Dyed Diesel A 4000 State Road 535, Winter Garden, FL 450 Dyed Diesel A 12252 State Road 535, Orlando, FL 2,250 Dyed Diesel B 540 E. Oakland Ave., Oakland, FL 450 Dyed Diesel A DELIVERY SCHEDULE A LOCATION TANK CAPACITY IN GALLONS FUEL A = Above Ground B = Below Ground 5570 Beggs Rd., Orlando, FL 450 Dyed Diesel A 4412 Fairview Dr., Orlando, FL 2,250 Dyed Diesel B 900 87 Octane B 5420 Silver Star Rd., Orlando, FL 2,250 Dyed Diesel B 900 87 Octane B 1415 29th St., Orlando, FL 2,250 Dyed Diesel B 900 87 Octane B 1700 W. Oak Ridge Rd., Orlando, FL 450 Dyed Diesel A 4765 W. Sand Lake Rd., Orlando, FL 450 Dyed Diesel A 1270 LaQuinta Dr., Orlando, FL 900 Dyed Diesel B 900 87 Octane B 6500 Central Florida Parkway, Orlando, FL 900 Dyed Diesel B 900 87 Octane B 13303 S. International Dr., Orlando, FL 450 Dyed Diesel A 2900 Deeerfield Blvd., Orlando, FL 450 Dyed Diesel A 4999 N. Orion Blvd., Orlando, FL 450 Dyed Diesel A 1027 Wallace Rd., Orlando, FL 450 Dyed Diesel A 4405 S. Goldenrod Rd., Orlando, FL 900 Dyed Diesel B 900 87 Octane B 3705 S. ConwayRd., Orlando, FL 2,250 Dyed Diesel B DELIVERY SCHEDULE A LOCATION TANK CAPACITY IN GALLONS FUEL A = Above Ground B = Below Ground 2700 N. Apopka Vineland Rd., Orlando FL 450 Dyed Diesel A 1221 N. Ft. Christmas Rd., Orlando, FL 450 Dyed Diesel A 11501 Moss Park Rd., Orlando, FL 450 Dyed Diesel A 901 S. Econlockhatchee Trail, Orlando, FL 450 Dyed Diesel A 3202 Babbitt Ave., Orlando, FL 450 Dyed Diesel A 9150 Curry Ford Rd., Orlando, FL 2,000 Dyed Diesel A . 8100 President's Dr., Orlando, FL 2,000 Dyed Diesel A 60 Grand Cypress Blvd., Orlando, FL 1,000 Dyed Diesel A 8943 Meadow Creek Blvd., Orlando, FL 2,000 Dyed Diesel A 5707 Sea Harbor Dr., Orlando, FL 4,000 Dyed Diesel A 1400 Water Plant Dr., Orlando, FL 6,000 Dyed Diesel A 13421 Landstar Blvd., Orlando, FL 4,000 Dyed Diesel A 2552 Lakeville Rd., Apopka, FL 6,000 Dyed Diesel A 6,000 Dyed Diesel A 7490 Conroy Windermere, Orlando, FL 500 Dyed Diesel A 500 Dyed Diesel A 20121 Apopka Vineland Rd., Orlando, FL. 4,000 Dyed Diesel A DELIVERY SCHEDULE A LOCATION TANK CAPACITY IN GALLONS FUEL A = Above Ground B = Below Ground 9665 Lake Underhill Rd., Orlando, FL 2,000 Dyed Diesel A 6350 Wadsworth Rd., Mt. Dora, FL 500 87 Octane A 2248 Novella Eliza Ln., Apopka, FL 450 Dyed Diesel A 7435 Winter Garden Vineland Rd., Winter Garden, FL 450 Dyed Diesel A 1841 Bonneville, Dr., Orlando, FL 500 Dyed Diesel A 2451 N. Dean Rd., Orlando, FL 60 Dyed Diesel A 3535 Damon Rd., Orlando, FL 120 Dyed Diesel A 400 E. Kelly Park Rd., Apopka, FL 60 Dyed Diesel A 12901 Moss Park Rd., Orlando, FL 120 Dyed Diesel A 11800 S. Orange Ave., Orlando, FL 60 Dyed Diesel A 9800 International Dr., Orlando, FL (West Building) 5,000 Dyed Diesel A 500 Dyed Diesel A 500 Dyed Diesel A 500 Dyed Diesel A 500 Dyed Diesel A 500 Dyed Diesel A 500 Dyed Diesel A 300 Dyed Diesel A 300 Dyed Diesel A 25 Dyed Diesel A 25 Dyed Diesel A 25 Dyed Diesel A DELIVERY SCHEDULE A LOCATION TANK CAPACITY IN GALLONS FUEL A = Above Ground B = Below Ground 9860 International Dr., Orlando, FL (North/South Building) 10,000 Dyed Diesel A 100 Dyed Diesel A 100 Dyed Diesel A 100 Dyed Diesel A 100 Dyed Diesel A CITY OF ALTAMONTE SPRINGS Estimated Annual Usage, Tank Wagon Deliveries 102,754, ULS Diesel 30,000, Dyed ULS Diesel 20,000, 87 Octane 225 Newburyport Ave. Altamonte Springs, FL Public Safety) 2,500 Dyed Diesel B 225 Newburyport Ave. (Dome/Disp. Pump) 2,500 Dyed Diesel B 950 Calabria Dr. 4,000 Diesel B 950 Calabria Dr Main Generator) 5,000 Dyed Diesel A 950 Calabria Dr. 10,000 87 Octane B 497 West Dr., Altamonte Springs, FL 4,000 Diesel B 497 West Dr. 10,000 87 Octane B 497 West Dr. (Generator) 300 Dyed Diesel A 401 E. Central Parkway, Altamonte Springs, FL 650 Dyed Diesel A 423 Barclay Ave., Altamonte Springs, FL 1,000 Dyed Diesel A 350 Haines St., Altamonte Springs, FL 800 Dyed Diesel A 602 N. State Road 434, Altamonte Springs, FL 1,000 Dyed Diesel A DELIVERY SCHEDULE A LOCATION TANK CAPACITY IN GALLONS FUEL A = Above Ground B = Below Ground 527 S. State Road 434, Altamonte Springs, FL 1,000 Dyed Diesel A 875 Montgomery Rd., Altamonte Springs, FL 500 Dyed Diesel A 800 Oakland Rd., Altamonte Springs, FL 3,000 Dyed Diesel A 759 W. State Road 436, Altamonte Springs, FL 650 Dyed Diesel A 1207 McNeil Rd., Altamonte Sr in s, FL 1,500 Dyed Diesel A 952 Keller Rd., Altamonte Springs, FL 500 Dyed Diesel A 831 Magnolia Rd., Altamonte Springs, FL 1,000 Dyed Diesel A 831 Magnolia Rd. 500 Dyed Diesel A 831 Magnolia Rd. 1,000 Dyed Diesel A 709 E. Altamonte Dr., Altamonte Springs, FL 250 Dyed Diesel A 950 Keller Rd., Altamonte Springs, FL 8,000 Dyed Diesel A 347 Douglas Ave., Altamonte Springs, FL 500 Dyed Diesel A DELIVERY SCHEDULE A LOCATION TANK CAPACITY IN GALLONS FUEL A = Above Ground B = Below Ground CITY OF WINTER PARK Estimated Annual Usage, Tank Wagon Deliveries 160,000, 87 Octane E-10 85,000, ULS Diesel 15,000, ULS Dyed Diesel 1409 Howell Branch Rd, Winter Park, FL 32789 10,000 87 Octane B 10,000 ULS Diesel B 500 N Virginia Ave, Winter Park, FL 32789 10,000 87 Octane B 10,000 ULS Diesel B 3400 Aloma Ave, Winter Park, FL 32792 10,000 ULS Dyed Diesel A 1960 Magnolia Ave, Winter Park, FL 32792 5,200 ULS Dyed Diesel A 511 W Swoope Ave, Winter Park, FL 32789 5,200 ULS Dyed Diesel A 926 W more Rd, Winter Park, FL 32789 3,000 ULS Dyed Diesel A 2655 Bon art Rd, Winter Park, FL 32792 2,000 ULS Dyed Diesel A