21
FM-3191 Rev. (01-04) THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA SCHOOL BOARD ADMINISTRATION BUILDING 1450 Northeast Second Avenue Miami, FL 33132 BIDDER QUALIFICATION FORM Direct all inquiries to Procurement Management Services: BID NO. BID TITLE BUYER NAME: E-MAIL ADDRESS: PHONE: (305) FAX NUMBER TDD PHONE (305) 995-2400 I. I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this bid; and I certify that I am authorized to sign this bid for the bidder. Vendor certifies that it satisfies all necessary legal requirements as an entity to do business with the School Board of Miami-Dade County, Florida. THE SUBMISSION OF THE BID BY THE VENDOR, ACCEPTANCE AND AWARD OF THE BID BY THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA, AND SUBSEQUENT PURCHASE ORDERS ISSUED AGAINST SAID AWARD SHALL CONSTITUTE A BINDING, ENFORCEABLE CONTRACT. UNLESS OTHERWISE STIPULATED IN THE BID DOCUMENTS, NO OTHER CONTRACT DOCUMENTS SHALL BE ISSUED. Bids will be accepted until 2:00 PM on _________________________ in room 351, School Board Administration building, 1450 NE 2nd Avenue, Miami, FL., 33132, at which time they will be publicly opened. Bids may not be withdrawn for ________ days after opening. (Refer to Instructions to Bidders, para. IV.B.) A. BIDDER CERTIFICATION AND IDENTIFICATION B. The Bidder shall hold harmless, indemnify and defend the indemnities (as hereinafter defined) against any claim, action, loss, damage, injury, liability, cost or expense of whatsoever kind or nature including, but not by way of limitation, attorney's fees and court costs arising out of bodily injury to persons, including death, or damage to tangible property arising out of or incidental to the performance of this Contract (including goods and services provided thereto) by or on behalf of the Bidder, whether or not due to or caused in part by the negligence or other culpability of the indemnity, excluding only the sole negligence or culpability of the indemnity. The following shall be deemed to be indemnities: The School Board of Miami-Dade County, Florida and its members, officers and employees. II. INDEMNIFICATION III. PERFORMANCE SECURITY, is required on this bid. YES NO Refer to INSTRUCTIONS TO BIDDERS, para. VII., and VI. IF PERFORMANCE SECURITY IS REQUIRED, PLEASE INDICATE THE TYPE TO BE FURNISHED: Performance Bond Check (Cashier's, Certified, or equal) An original, manual signature is required on the Bidder Qualification Form. (Bidder is requested to use blue ink) (Do not use pencil) Legal Name of Vendor Mailing Address City Zip Code Telephone No. By: Signature (Original) Of Authorized Representative Date Name (Typed or Printed) Of Authorized Representative Date State E-mail address giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world

BID NO. - procurement.dadeschools.netprocurement.dadeschools.net/bidsol/pdf/bids/030-ff07.pdf · Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g)

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: BID NO. - procurement.dadeschools.netprocurement.dadeschools.net/bidsol/pdf/bids/030-ff07.pdf · Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g)

FM-3191 Rev. (01-04)

THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDASCHOOL BOARD ADMINISTRATION BUILDING

1450 Northeast Second AvenueMiami, FL 33132

BIDDER QUALIFICATION FORM

Direct all inquiries to Procurement ManagementServices:

BID NO.BID TITLE

BUYER NAME:

E-MAIL ADDRESS:PHONE: (305)FAX NUMBERTDD PHONE (305) 995-2400

I.

I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, orperson submitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusionor fraud. I agree to abide by all conditions of this bid; and I certify that I am authorized to sign this bid for the bidder.

Vendor certifies that it satisfies all necessary legal requirements as an entity to do business with the School Board ofMiami-Dade County, Florida.

THE SUBMISSION OF THE BID BY THE VENDOR, ACCEPTANCE AND AWARD OF THE BID BY THE SCHOOL BOARD OFMIAMI-DADE COUNTY, FLORIDA, AND SUBSEQUENT PURCHASE ORDERS ISSUED AGAINST SAID AWARD SHALLCONSTITUTE A BINDING, ENFORCEABLE CONTRACT. UNLESS OTHERWISE STIPULATED IN THE BID DOCUMENTS, NOOTHER CONTRACT DOCUMENTS SHALL BE ISSUED.

Bids will be accepted until 2:00 PM on _________________________ in room 351, School Board Administration building, 1450 NE 2ndAvenue, Miami, FL., 33132, at which time they will be publicly opened. Bids may not be withdrawn for ________ days after opening.(Refer to Instructions to Bidders, para. IV.B.)

A. BIDDER CERTIFICATION AND IDENTIFICATION

B.

The Bidder shall hold harmless, indemnify and defend the indemnities (as hereinafter defined) against any claim, action, loss,damage, injury, liability, cost or expense of whatsoever kind or nature including, but not by way of limitation, attorney's fees andcourt costs arising out of bodily injury to persons, including death, or damage to tangible property arising out of or incidental tothe performance of this Contract (including goods and services provided thereto) by or on behalf of the Bidder, whether or notdue to or caused in part by the negligence or other culpability of the indemnity, excluding only the sole negligence or culpabilityof the indemnity. The following shall be deemed to be indemnities: The School Board of Miami-Dade County, Florida and itsmembers, officers and employees.

II. INDEMNIFICATION

III. PERFORMANCE SECURITY, is required on this bid. YES NO

Refer to INSTRUCTIONS TO BIDDERS, para. VII., and VI.

IF PERFORMANCE SECURITY IS REQUIRED, PLEASE INDICATE THE TYPE TO BE FURNISHED:

Performance Bond Check (Cashier's, Certified, or equal)

An original, manual signature is required on the Bidder Qualification Form.(Bidder is requested to use blue ink)

(Do not use pencil)

Legal Name of VendorMailing AddressCity Zip CodeTelephone No.By: Signature (Original)Of Authorized Representative DateName (Typed or Printed)Of Authorized Representative Date

StateE-mail address

giving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the world

Page 2: BID NO. - procurement.dadeschools.netprocurement.dadeschools.net/bidsol/pdf/bids/030-ff07.pdf · Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g)
Page 3: BID NO. - procurement.dadeschools.netprocurement.dadeschools.net/bidsol/pdf/bids/030-ff07.pdf · Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g)
Page 4: BID NO. - procurement.dadeschools.netprocurement.dadeschools.net/bidsol/pdf/bids/030-ff07.pdf · Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g)
Page 5: BID NO. - procurement.dadeschools.netprocurement.dadeschools.net/bidsol/pdf/bids/030-ff07.pdf · Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g)

FROM: AFFIX P O S T A G E

HERE

THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA BUREAU OF PROCUREMENT AND MATERIALS MANAGEMENT

ROOM NO. 352 BID BOX 1450 N.E. 2ND AVENUE

MIAMI, FLORIDA 33132

BID NO.: BID TITLE: BID OPENING DATE:

Page 6: BID NO. - procurement.dadeschools.netprocurement.dadeschools.net/bidsol/pdf/bids/030-ff07.pdf · Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g)

Signature

Title

THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA Bureau of Procurement and Materials Management

NOTICE OF PROSPECTIVE BIDDERS

NO BID I f not submitting a bid at this time, for informational purpose only, detach this sheet from the b id documents , complete the informat ion requested, fo ld as indicated, s taple , a f f ix postage and return address, and mai l . NO ENVELOPE IS NECESSARY.

NO BID SUBMITTED FOR REASON(S) CHECKED AND/OR INDICATED:

Our company does not handle this type of product/service. We cannot meet the specifications nor provide an alternate equal product. Our company is s imply not interested in b idding at th is t ime. OTHER, (Please specify)

We do not want to be retained on your mailing list for future bids for this type or product and/or service.

Company

NOTE: Fai lure to respond, e i ther by submit t ing a b id or th is completed form, may resul t in your company being removed from the School Board’ s bid list. To qualify as a respondent to the bid, vendor must submit a NO BID.

Page 7: BID NO. - procurement.dadeschools.netprocurement.dadeschools.net/bidsol/pdf/bids/030-ff07.pdf · Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g)

Vendor Information Sheet

2. Telephone/Fax/Contact Person

Name of Firm, Individual(s), Partners or Corporation

City State Zip Code

3. Ownership Disclosure

Title GenderRace-ethnicity Stock Ownership

NOTE: The information provided by the vendor on this form should be consistent with that provided on the "Vendor's Application". All vendors must have a current vendor's application on file with M-DCPS, and have provided information and/or befamiliar with M-DCPS' policy regarding the following: (a) Employment Disclosure, (b) Drug Free Workplace, (c) Family Leave Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g) Gratuities, and (h) Business Meals. Failure to provide M-DCPS a current vendor application may cause the vendor not to be awarded any new business with M-DCPS. Vendor applications can be downloaded at: http://procurement.dadeschools.net

Street Address

If the contract or business transaction is with a corporation, partnership, sole proprietorship,or joint venture, the full legal name and business address shall be provided for the chief officer, director, or owner who holds, directly or indirectly the majority of the stock or ownership. If the contract or business transaction is with a trust, the full legal name and address shall be provided for each trustee and each beneficiary. Post Office addresses are not acceptable.

Name

1A.Federal Employer Identification Number

Or Owner's Social Security Number

1B.

Address

__________________________________________Contact Person

E-mail address

Telephone number

Fax number

Page 8: BID NO. - procurement.dadeschools.netprocurement.dadeschools.net/bidsol/pdf/bids/030-ff07.pdf · Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g)

Bid Number: 030-FF07 Bid Title: Gasoline and Diesel Fuel #2 (Low Sulfur) North and South of

Flagler St. – Transport Delivery

Assigned Buyer: Lalo Arrien

Special Conditions

01-PURPOSE The purpose of this bid is to establish a contract, at firm unit prices, for the

purchase of estimated requirements, for the items listed, from date of award through January 31, 2007, and may, by mutual agreement between Miami-Dade County Public Schools and the successful bidder(s), be extended for four (4) additional one (1) year period(s) and, if needed, 90 days beyond the expiration date of the current contract period. Procurement Management Services, may, if considering to extend, request a letter of intent to extend from the successful bidder, prior to the end of the current contract period. All prices shall be firm for the term of the contract. The successful bidder(s) agrees to this condition by signing its bid.

02-ESTIMATED QUANTITIES

The estimated quantities provided in the bid proposal are for bidder's guidance only. No guarantee is expressed or implied, as to quantities that will be used during the contract period. The School Board of Miami-Dade County, Florida is not obligated to place an order for any given amount, subsequent to the award of this bid. Estimates are based upon M-DCPS's actual needs and usage during a previous contractual period, and include an additional ten (10) percent to cover unanticipated increases in requirements.

03-PRICES The Bid Proposal must be fully completed and in accordance with the School

Board Bid Proposal format. Proposals that do not comply with this requirement may be considered as non-responsive.

A. The price bid shall be the service charge, which shall be firm for the term of

the bid to provide this service. This service charge shall be in addition to the current posted Port of Miami or Port Everglades average rack price and/or commercial schedule and all applicable taxes. The vendor shall indicate the service charge and shall also show the date and current posted price.

In the event that ultra low sulfur diesel fuel becomes available within the term of this bid, the service charges shall also remain the same.

B. Initial bid pricing will be based upon OPIS weekly average price per gallon

posted for the week prior to the bid opening date.

1 of 5

Page 9: BID NO. - procurement.dadeschools.netprocurement.dadeschools.net/bidsol/pdf/bids/030-ff07.pdf · Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g)

Bid Number: 030-FF07 Bid Title: Gasoline and Diesel Fuel #2 (Low Sulfur) North and South of

Flagler St. – Transport Delivery

Assigned Buyer: Lalo Arrien

Special Conditions

C. Vendor is requested to submit, with the bid, a copy of the current posted

prices at the applicable terminal.

D. The award is made on an escalation/de-escalation basis of fuel prices. The successful contractor shall notify Procurement Management via fax, each Monday of each price change showing the previous OPIS average, the amount of increase/decrease and the new price. Failure to do so will result in delayed payment of those invoices affected.

E. All price adjustments shall be subject to audit as to validity and accuracy at

any time by the school system personnel.

04-TAXES Prices quoted for bid consideration should not include applicable federal, state and local taxes but should be noted separately in the appropriate space in this bid. All applicable taxes should be included on the successful contractor’s invoices and on this bid separately. Vendors are requested to submit, with their bid, documentation authorizing all taxes with the purchase of this fuel. Authorization will include all federal, state and local taxes. Taxes should be listed separately and will not be used in the bid evaluation.

05-DELIVERIES

The successful vendor will deliver diesel fuel within 24 hours of order being placed. Miami-Dade County Public Schools, Department of Transportation, Fuel Office will maintain a log of the following information:

A. Date and time of order B. Vendor’s contact person C. Amount ordered D. Delivery site E. Time given for order to be delivered

A Miami-Dade County Public School employee acknowledging receipt of each fuel delivery must sign delivery tickets. The individual’s employee number must also be written on the ticket. The original, signed delivery ticket must accompany invoices. Each invoice must clearly itemize the amount of fuel delivered (gallons), the fuel cost per gallon

2 of 5

Page 10: BID NO. - procurement.dadeschools.netprocurement.dadeschools.net/bidsol/pdf/bids/030-ff07.pdf · Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g)

Bid Number: 030-FF07 Bid Title: Gasoline and Diesel Fuel #2 (Low Sulfur) North and South of

Flagler St. – Transport Delivery

Assigned Buyer: Lalo Arrien

Special Conditions

(from OPIS sheet), the delivery and service charge per gallon, and applicable taxes per gallon. Purchases of gasoline and diesel fuel, at the bid prices, may be made for other departments and/or school locations, as may be needed, using separate purchase orders.

06-EMERGENCIES

In the event that an emergency situation occurs, the successful vendor shall provide twenty-four (24) hours per day service for the emergency delivery of diesel fuel to all Department of Transportation and Maintenance Operations sites, and all other sites as specified by issued purchase order. Delivery shall be made during the duration of the emergency state. Notification of the fuel requirements by the Department of Transportation to the successful vendor will be within two (2) hours.

07-CONTAMINATION

The contractor will be responsible for any ground and vehicle fuel system contamination occurring as a direct result of negligence by their personnel, or mechanical failure of the dispensing equipment; the contractor shall provide removal of such contamination immediately, and in accordance with all applicable EPA and DERM regulations.

08-FUEL TESTING AND INSPECTION OF METERS

M-DCPS reserves the right to request on-site testing of fuel by the Department of Agriculture on an unannounced basis.

The awarded vendor will be required to provide a certified inspection of meters. M-DCPS reserves the right to perform an independent inspection of meters.

09-INSURANCE REQUIREMENTS Successful vendor(s) are required to have insurance coverage as specified in the indemnity and insurance form(s), attached hereto and made part of this bid. The successful vendor(s) must submit completed certificate of insurance form(s), prior to being recommended for award. Failure to submit this form(s), as noted, will result in the vendor(s) not being recommended for the bid award.

10-BID ADDENDUMS

3 of 5

Page 11: BID NO. - procurement.dadeschools.netprocurement.dadeschools.net/bidsol/pdf/bids/030-ff07.pdf · Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g)

Bid Number: 030-FF07 Bid Title: Gasoline and Diesel Fuel #2 (Low Sulfur) North and South of

Flagler St. – Transport Delivery

Assigned Buyer: Lalo Arrien

Special Conditions

http://procurement.dadeschools.net

All bidders should monitor continuously, M-DCPS, Procurement Management Services website for any addendums that may be posted, prior to the opening of this solicitation. The Procurement Management Services Website, which list all bids, addendums, and award information, is as follows:

11-CONE OF SILENCE A Cone Of Silence is applicable to this competitive solicitation. Any inquiry,

clarification or information regarding this bid must be requested in writing by FAX or E-mail to:

Mr. Lalo Arrien, Buyer

Procurement Management Fax #305-523-2332

E-mail: [email protected]

A copy of this written request must be sent simultaneously to:

Ileana Martinez, School Board Clerk Miami-Dade County Public Schools 1450 N.E. 2nd Avenue, Room 268B

Miami, Florida 33132 Fax #305-995-1448

E-mail: [email protected]

12-AWARD This bid will be awarded to a primary vendor (low bidder) and a first alternate vendor (second low bidder) on a per group basis. In the event that the awarded vendor is unable to perform, M-DCPS reserves the right, at its sole discretion, to assign work to the alternate vendor. Award of the bid will be based on the lowest service charge submitted.

13-ERASURES OR CORRECTIONS When filling out the Bid Proposal Form, bidders are required to use a typewriter

or complete bid proposal in ink. 1. Use of pencil is prohibited. 2. Do not erase or use correction fluid to correct an error.

4 of 5

Page 12: BID NO. - procurement.dadeschools.netprocurement.dadeschools.net/bidsol/pdf/bids/030-ff07.pdf · Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g)

Bid Number: 030-FF07 Bid Title: Gasoline and Diesel Fuel #2 (Low Sulfur) North and South of

Flagler St. – Transport Delivery

Assigned Buyer: Lalo Arrien

Special Conditions

3. All changes must be crossed out and initialed in ink.

Those bids for individual items that do not comply with items 1, 2 and 3 above will be considered non-responsive for that item(s).

14-OCCUPATIONAL LICENSE

Any person, firm, corporation or joint venture, with a business location in Miami-Dade County, Florida, which is submitting a bid, shall meet the County’s Occupational License Tax requirements in accordance with Chapter 8A, Article IX of the Code of Miami-Dade County, Florida. Bidders with a location outside Miami-Dade County shall meet their local Occupational Tax requirements. A copy of the license is requested to be submitted with the Bid Proposal. If the Bidder has already complied with this requirement, a new copy is not required while the license is valid and in effect. It is the Bidder’s responsibility to resubmit a copy of a new license after expiration or termination of the current license. Non-compliance with this condition may cause the bid not to be considered for award.

15-VENDOR APPLICATION

Vendors are required to have on file a current vendor application. If not, a new, current vendor application is requested to be submitted with bid, in lieu of the Vendor Information Sheet. The information that appears on the application is to match that as entered on the Bidder Qualification Form.

16-VENDOR INFORMATION SHEET

All bidders are requested to complete the attached Vendor Information Sheet. In order to conduct new business under this bid, M-DCPS requires that the vendor(s) have a current vendor application on file. The information on both documents must be consistent. Failure to comply with this condition may cause the Bidder(s) not to be awarded any new business. Vendor applications can be downloaded at www.dadeschools.net (click District Offices, then click Procurement Management).

17-JESSICA LUNSFORD ACT: Awarded vendors will be required to comply with

Section 1012.465, Florida Statutes as amended by HB 1877 The Jessica Lunsford Act. The successful vendor(s) must submit completed Attachment A, “Sworn Statement Pursuant to Section 1012.465, Florida Statutes a Amended by the HB 1877, The Jessica Lunsford Act” before being recommended for award. Failure to submit this form(s), as noted, will result in the vendor(s) not being recommended for the bid award.

5 of 5

Page 13: BID NO. - procurement.dadeschools.netprocurement.dadeschools.net/bidsol/pdf/bids/030-ff07.pdf · Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g)
Page 14: BID NO. - procurement.dadeschools.netprocurement.dadeschools.net/bidsol/pdf/bids/030-ff07.pdf · Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g)
Page 15: BID NO. - procurement.dadeschools.netprocurement.dadeschools.net/bidsol/pdf/bids/030-ff07.pdf · Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g)

_____ Page 1 of 3 Initials

FM-6910 (08-05)

Miami-Dade County Public Schools

SWORN STATEMENT - NEW CONTRACTS (BID 030-FF07)

ATTACHMENT A SWORN STATEMENT PURSUANT TO SECTION 1012.465,

FLORIDA STATUTES AS AMENDED BY HB 1877, THE JESSICA LUNSFORD ACT

THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARYPUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS.

1. This sworn statement is submitted to The School Board of Miami-Dade County, Fl

(Hereinafter “Board” or “School Board”) by_________________________________

_________________________________________________________________(Print individual’s name and title)

for _______________________________________________________________(Print Name of entity submitting sworn statement)

whose business address is ______________________________________________

___________________________________________________________________

__________________________________________________________________

and its Federal Employer Identification Number (FEIN) is_____________________. If the entity has no FEIN, include the Social SecurityNumber (SSN) of the individual signing this sworn statement and so indicate.

2. I, ______________________________________________, am duly authorized to make this

(Print individual’s name and title)sworn statement on behalf of __________________________________________________.

(Print Name of entity submitting sworn statement)

3. I understand that during the 2005 Legislative Session, House Bill 1877, The Jessica LunsfordAct (hereinafter “The Act” or “Act”) was passed and approved by Governor Bush on May2, 2005, with an effective date of September 1, 2005.

Page 16: BID NO. - procurement.dadeschools.netprocurement.dadeschools.net/bidsol/pdf/bids/030-ff07.pdf · Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g)

_____ Page 2 of 3 Initials

FM-6910 (08-05)

4. I understand that the Act amends the background screening requirements of section1012.465, Florida Statutes (2004) for all non-instructional school district employees or“contractual personnel” by requiring all non-instructional school district employees orcontractual personnel who are permitted access on school grounds when students are presentto undergo and pass “level 2 background screening,” and further I understand the Act defines“contractual personnel” to include any vendor, individual, or entity under contract with theBoard.

5. I understand that pursuant to section 1012.465, Florida Statutes as amended by the Act, non-instructional school district employees or contractual personnel who are permitted access onschool grounds when students are present, who have direct contact with students or whohave access to or control of school funds must meet level 2 screening requirements asdescribed in sections 1012.32 and 435.04, Florida Statutes.

6. I understand that as a ______________________________________(eg. a private bus Type of entity

service contractor) all contractual personnel, as defined in section 1012.465, FloridaStatutes, must meet level 2 screening requirements as outlined in sections 1012.32and 435.04, Florida Statutes in order to do business with The School Board ofMiami-Dade County, Florida.

7. I understand that “level 2 screening requirements,” as defined in sections 1012.32 and435.04, Florida Statutes means that fingerprints of all contractual personnel must be obtainedand submitted to the Florida Department of Law Enforcement for state processing and to theFederal Bureau of Investigation for federal processing.

8. I understand that the School Board will implement local procedures to comply with level 2screening requirements, as defined in sections 1012.32 and 435.04. I understand that mycompany must comply with these local procedures as they are developed.

9. I understand that any costs and fees associated with the required background screening willbe borne by my company.

10. I understand that any personnel of the contractor found through fingerprint processing andsubsequent level 2 background screening to have been found guilty of, regardless ofadjudication, or entered a plea of nolo contendere or guilty to any offense outlined in Section435.04, Florida Statutes (or any similar statute of another jurisdiction), shall not be permittedto come onto school grounds or any leased premises where school-sponsored activities aretaking place when students are present, shall not be permitted direct contact with students,and shall not be permitted to have access to school district funds.

Page 17: BID NO. - procurement.dadeschools.netprocurement.dadeschools.net/bidsol/pdf/bids/030-ff07.pdf · Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g)

_____ Page 3 of 3 Initials

FM-6910 (08-05)

11. I understand that the failure of any of the company’s or my affected personnel to meet level2 screening standards as required by section 1012.465, Florida Statutes, may disqualify mycompany from doing business with The School Board of Miami-Dade County, Florida.

12. I hereby certify that the foregoing statement is true and correct in relation to the companyfor which I am submitting this sworn statement. I further certify that this statement is beinggiven knowingly and voluntarily by me on behalf of my company.

The company submitting this sworn statement agrees to be bound by the provisions of SECTIONS1012.32, 1012.465, AND 435.04 OF THE FLORIDA STATUTES AS AMENDED BY HB 1877,THE JESSICA LUNSFORD ACT 2005.

I CERTIFY THAT THE SUBMISSION OF THIS FORM TO THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA ON BEHALF OF THE COMPANY IDENTIFIED IN PARAGRAPHONE (1) ABOVE BINDS THE COMPANY TO FULLY COMPLY WITH THE BACKGROUNDSCREENING REQUIREMENTS OF SECTIONS 1012.32, 1012.465, AND 435.04, FLORIDASTATUTES.

______________________________(Signature)

Sworn to and subscribed before me this _____________ day or _______________, 20___.

Personally known _________________________________ ___________________________

OR Produced Identification _____________________________________________________

Notary Public -State of ___________________________ ___________________________________________________________________________

(Type of Identification)My commission expires ________________________________________________________

__________________________________(Printed typed or stamped commissioned name of notary public)

Page 18: BID NO. - procurement.dadeschools.netprocurement.dadeschools.net/bidsol/pdf/bids/030-ff07.pdf · Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g)

The School Board of Miami-Dade County, FLBid #030-FF07

GASOLINE AND DIESEL FUEL #2 (LOW SULFUR)

Page 1 of 4

Description Of Item Quantity Unit OPIS Average Service Charge To Be Added To OPIS Average

Unit Taxes Total Unit Price

NORTH OF FLAGLER STREET

GROUP I (Items 1 through 5): Provide diesel fuel #2, low sulfur, North of Flagler Street, to the various below listed locations in accordance with the specifications herein. Vendors are to indicate the service charge bid to provide this service.Specifications: Diesel Fuel #2 (Low Sulfur Motor Fuel). Diesel fuel shall, at all times, pass all inspection and test standards for the grade as prescribed by applicable State of Florida and Federal specifications. Gravity reading not to exceed 35.

1. Transportation Department, North 623,000 $__________ $__________ $__________ $____________

16150 NW 42th AvenueMiami, Fl 33054

Tank Capacity: 12,000 Gals.

2. Transportation Department, Northeast 623,000 $__________ $__________ $__________ $____________

5901 NW 27th AvenueMiami, Fl 33142

Tank Capacity: 50,000 Gals.

3. Transportation Department, Northwest 400,000 $__________ $__________ $__________ $____________

9900 NW South River DriveMedley, Florida 33166

Tank Capacity: 12,000 Gals.

NORTH AND SOUTH OF FLAGLER STREET (TRANSPORT DELIVERY)

Name Of Bidder: ___________________________________

Buyer Name: Lalo Arrien

Bid #: 030-FF07

Title: GASOLINE AND DIESEL FUEL #2 (Low Sulfur) NORTH AND SOUTH OF FLAGLER STREET (TRANSPORT DELIVERY)

Important Bid Notes PRICE PER UNIT SHALL BE THE OPIS WEEKLY AVERAGE PRICE PER GALLON POSTED FOR THE WEEK PRIOR TO THE BID OPENING DATE.UNLESS OTHERWISE INDICATED, QUANTITIES SHOWN ARE FOR A 12-MONTH CONTRACT PERIOD

Note: Items1 through 5 to be awarded, as a group, on a total low bid basis to a primary and 1st alternate. Item 6 will not be used in the bid evaluation, but will be awarded to the primary and alternate vendors for items 1 through 5. Vendors must bid all items to be considered for award. Diesel Fuel #2 (Low Sulfur) required for delivery to the following locations (transport delivery):

Gallon (transport delivery)

Gallon (transport delivery)

Gallon (transport delivery)

Bid Proposal

Page 19: BID NO. - procurement.dadeschools.netprocurement.dadeschools.net/bidsol/pdf/bids/030-ff07.pdf · Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g)

The School Board of Miami-Dade County, FLBid #030-FF07

GASOLINE AND DIESEL FUEL #2 (LOW SULFUR)

Page 2 of 4

Description Of Item Quantity Unit OPIS Average Service Charge To Be Added To OPIS Average

Unit Taxes Total Unit Price

NORTH AND SOUTH OF FLAGLER STREET (TRANSPORT DELIVERY)

Name Of Bidder: ___________________________________

Buyer Name: Lalo Arrien

Bid #: 030-FF07

Title: GASOLINE AND DIESEL FUEL #2 (Low Sulfur) NORTH AND SOUTH OF FLAGLER STREET (TRANSPORT DELIVERY)

Important Bid Notes PRICE PER UNIT SHALL BE THE OPIS WEEKLY AVERAGE PRICE PER GALLON POSTED FOR THE WEEK PRIOR TO THE BID OPENING DATE.UNLESS OTHERWISE INDICATED, QUANTITIES SHOWN ARE FOR A 12-MONTH CONTRACT PERIOD

4. Transportation Department, John H Schee Center 400,000 $__________ $__________ $__________ $____________

2755 NW 122 St.Miami, Fl 33167

Tank Capacity: 10,000 Gals.

5. Transportation Department, Central West 360,000 $__________ $__________ $__________ $____________

13775 NW 6 St.

Miami, Fl 33182

Tank Capacity: 30,000 Gals.

Facility will be operational in June 2006Freight charge

6. Additional freight charge for emergency deliveries in less than transport loads 1 Each $____________

Each

GROUP II (Items 7 through 10): Provide gasoline, North of Flagler Street, to the various below listed locations in accordance with the specifications herein. Vendors are to indicate the service charge bid to provide this service.

Specifications: Unleaded house brand gasoline minimum of 87 Octane, shall at all times pass all inspection and testing standards for the grade as prescribed by the State of Florida. Billing to be adjusted to 60 degrees Fahrenheit.

Note: Items 7 through 10 to be awarded, as a group, on a total low bid basis to a primary and 1st alternate. Item 11 will not be used in the bid evaluation, but will be awarded to the primary and alternate vendors for items 7 through 10. Vendors must bid all items to be considered for award. Unleaded gasoline, minimum of 87 Octane, delivered in bulk transport load as called for to the following:

7. Transportation Department North 50,000 $__________ $__________ $__________ $____________

16150 NW 42nd AvenueMiami, FloridaTank Capacity: 12,000 Gal

Gallon (transport delivery)

Gallon (transport delivery)

Gallon (transport delivery)

Future Site (6-month usage)

Bid Proposal

Page 20: BID NO. - procurement.dadeschools.netprocurement.dadeschools.net/bidsol/pdf/bids/030-ff07.pdf · Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g)

The School Board of Miami-Dade County, FLBid #030-FF07

GASOLINE AND DIESEL FUEL #2 (LOW SULFUR)

Page 3 of 4

Description Of Item Quantity Unit OPIS Average Service Charge To Be Added To OPIS Average

Unit Taxes Total Unit Price

NORTH AND SOUTH OF FLAGLER STREET (TRANSPORT DELIVERY)

Name Of Bidder: ___________________________________

Buyer Name: Lalo Arrien

Bid #: 030-FF07

Title: GASOLINE AND DIESEL FUEL #2 (Low Sulfur) NORTH AND SOUTH OF FLAGLER STREET (TRANSPORT DELIVERY)

Important Bid Notes PRICE PER UNIT SHALL BE THE OPIS WEEKLY AVERAGE PRICE PER GALLON POSTED FOR THE WEEK PRIOR TO THE BID OPENING DATE.UNLESS OTHERWISE INDICATED, QUANTITIES SHOWN ARE FOR A 12-MONTH CONTRACT PERIOD

8. Transportation Department, John H Schee Center 200,000 $__________ $__________ $__________ $____________

2755 NW 122 StreetMiami, FloridaTank Capacity: 10,000 Gals

9. Transportation Department Northeast 150,000 $__________ $__________ $__________ $____________

5901 NW 27th Avenue

Miami, Florida

Tank Capacity: 10,000 Gals.

10. Transportation Department Central West 30,000 $__________ $__________ $__________ $____________

13775 NW 6 Street

Miami, Florida 33182Tank Capacity: 30,000 Gals.

Facility will be operational in June 2006Freight Charge

11. Additional Freight Charge for Emergency deliveries in less than transport loads 1 Each $____________

SOUTH OF FLAGLER STREETGROUP III (Items 12 through 15): Provide gasoline, South of Flagler Street, to the various below listed locations in accordance with the specifications herein. Vendors are to indicate the service charge bid to provide this service.Specifications: Unleaded house brand gasoline minimum of 87 Octane, shall at all times pass all inspection and testing standards for the grade as prescribed by the State of Florida. Billing to be adjusted to 60 degrees Fahrenheit. Note: Items 12 through 15 to be awarded, as a group, on a total low bid basis to a primary and 1st alternate. Vendors must bid all items to be considered for award. Unleaded gasoline, minimum of 87 Octane, delivered in bulk transport load as called for to the following:

12. Department of Transportation, South Central 100,000 $__________ $__________ $__________ $____________

7011 SW 4th StreetMiami, Florida 33144Tank Capacity: 12,000 Gal

Gallon (transport delivery)

Gallon (transport delivery)

Gallon (transport delivery)

Gallon (transport delivery)

Future Site (6-month usage)

Bid Proposal

Page 21: BID NO. - procurement.dadeschools.netprocurement.dadeschools.net/bidsol/pdf/bids/030-ff07.pdf · Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g)

The School Board of Miami-Dade County, FLBid #030-FF07

GASOLINE AND DIESEL FUEL #2 (LOW SULFUR)

Page 4 of 4

Description Of Item Quantity Unit OPIS Average Service Charge To Be Added To OPIS Average

Unit Taxes Total Unit Price

NORTH AND SOUTH OF FLAGLER STREET (TRANSPORT DELIVERY)

Name Of Bidder: ___________________________________

Buyer Name: Lalo Arrien

Bid #: 030-FF07

Title: GASOLINE AND DIESEL FUEL #2 (Low Sulfur) NORTH AND SOUTH OF FLAGLER STREET (TRANSPORT DELIVERY)

Important Bid Notes PRICE PER UNIT SHALL BE THE OPIS WEEKLY AVERAGE PRICE PER GALLON POSTED FOR THE WEEK PRIOR TO THE BID OPENING DATE.UNLESS OTHERWISE INDICATED, QUANTITIES SHOWN ARE FOR A 12-MONTH CONTRACT PERIOD

13. Department of Transportation, Redland 80,000 $__________ $__________ $__________ $____________

24601 SW 160 Avenue

Miami, Florida 33031

Tank Capacity: 12,000 Gal

14. Department of Transportation, Vehicle Maintenance, Southwest 150,000 $__________ $__________ $__________ $____________

11601 SW 160 Street

Miami, Florida 33157

Tank Capacity: 15,000 Gal

15. Department of Transportation, New South 20,000 $__________ $__________ $__________ $____________

660 SW 3rd AvenueFlorida City, Florida 33034

Tank Capacity: 12,000 Gal

FOR INFORMATIONAL PURPOSES ONLY

A) Federal Taxes

B) State Taxes

C) Local Taxes

D) Applicable Terminal

E) Minimum Quantity Required For Bulk Transport

Gallon (transport delivery)

Gallon (transport delivery)

Gallon (transport delivery)

Diesel #2 (Low Gasoline

$_______________ $_________________

$_______________

$_______________

__________Gallons

$__________________

$__________________

____________Gallons

Bid Proposal