Loading...
Item C10Co unty of Monr M BOARD OF COUNTY COMMISSIONERS l� Mayor David Rice, District 4 The Florida Keys 4C Y Mayor Pro Tern Sylvia J. Murphy, District 5 Danny L. Kolhage, District 1 George Neugent, District 2 11 Heather Carruthers, District 3 County Commission Meeting February 21, 2018 Agenda Item Number: C.10 Agenda Item Summary #3851 BULK ITEM: Yes DEPARTMENT: Fleet Management TIME APPROXIMATE: STAFF CONTACT: Roy Sanchez (305) 292 -3572 N/A AGENDA ITEM WORDING: Approval to renew existing contract with Dion Fuels LLC for the first additional one -year term beginning March 15th, 2018. ITEM BACKGROUND: Our existing contract with Dion Fuels LLC will expire on March 15 , 2018. In accordance with Item 2 — Term of Contract (B) of the 2017 agreement, the County hereby exercises its option to renew the Agreement for the first (1 additional one -year term beginning March 15"' 2018. PREVIOUS RELEVANT BOCC ACTION: On March 15, 2017, the Board approved execution of the current contract with Dion Fuels, LLC., (BOCC Item C4). CONTRACT /AGREEMENT CHANGES: N/A STAFF RECOMMENDATION: Approval DOCUMENTATION: Dion Fuels - First Renewal Agreement Dion Contract - fully executed 3.15.17 FINANCIAL IMPACT: Effective Date: March 15 2018 Expiration Date: March 15 2019 Total Dollar Value of Contract: $ 450,000 — approx.. Total Cost to County: Current Year Portion: Budgeted: Yes Source of Funds: 504- 23502 - 530521 / 523 CPI: Indirect Costs: N/A Estimated Ongoing Costs Not Included in above dollar amounts: None Revenue Producing: No If yes, amount: N/A Grant: N/A County Match: N/A Insurance Required: Additional Details: REVIEWED BY: Roy Sanchez Completed 01/24/2018 11:28 AM Kevin Wilson Completed 01/25/2018 4:59 PM Christine Limbert Completed 01/25/2018 5:21 PM Budget and Finance Completed 01/25/2018 5:25 PM Maria Slavik Completed 01/26/2018 7:11 AM Kathy Peters Completed 01/26/2018 1:50 PM Board of County Commissioners Pending 02/21/2018 9:00 AM lFif lics r - li k MS At XPA ASM lq Madc on! inh !& Pladavol mosmos: (numn and mo- I.I.C" in , r hi RutAmwe "oh Wn 2 1 1 RNI kwhy exervimn its ky - alon u, jv ths AgNvnkan ivy il - w isi, x0livinni nEc.. iovi hogmniny Mduh ! M Zol x lly cr n: !cv: cc the a; 70cm ul 1 0 1 won on puaw S AM"i \1..+. 'I:. cl P 2 2 rem i 11N Hi pan w uA c houin P v oi 1 W r hands ami SO - Mwi aNy o. A F 1 FS P k F 114 \ 1 A DW 11 F R 1, Qpm, Oak P N Joe, lze OF n j 1 WIT (11"MR.Ay DRK to+! S, I WAR 0 cv, 1 1 % F Q!, KV VP Fuels LLC., a Florida corporation, hereinafter called "Vender". WIT Up. SSETH- WHEREAS, the County maintains gasoline and diesel fueling facilites throughout Monroe County for purposes of fueling County vehicles; and WHEREAS, the Vendor is qualifed, properly equipped and is in the business of providing gasoline and diesel fuel to fueling incitlies now, therefore IN C ONS I DERATION of the premises and of mutual covenants and promises hereinafter cunt ai ned. the parties hereto do hereby agree as follows: B. Deliveries will be in quantities of less than One Hundred (1 00) gallons to Seven Thousand (7,000) gallons (Full Tanks). The Vendor shall have a metered tanker for all deliveries and shall be required to itemize invoices for each delivery under this provision. C. Upon request by the County, Vendor shall provide documentation supporting most recent pump meter certification. D. All Monroe County deliveries must be supervised and delivery tickets must be signed and dated by Monroe County personnel, R The Vendor shall have the capability to pump fuel into elevated and/or aboveground tanks through standard quick detachable couplings. t'. The Vendor shall prioritize the County and have ability to provide daily deliveries of gasoline and diesel to multiple locations after a hurricane, natural disaster, or other emergency for as long as the need exists. 2. TERM OF CONTRACT A. This Agreement shall be for a period of One (1) year commencing upon the day in which it has been approved by the Board of County Commssioners, as indicated at the top of page I of this Agreement. & The County shall have the option to renew this Agreement after the first year, for four (4) additional one (1) year periods. 3. HOLD HARMLESS Notwithstanding any minimum insurance requirements prescribed elsewhere in this Contract, Vendor 4. INSURANCE Prior to execution of this myreement the Vendor shall furnish the County Certificates of Insurance C� I indicating the minimurn coverage limitations as stated and attached hereto in the General Insurance Requirements for Suppliers of Goods or Services. 51 PAYMENT A Price per gallon shall reflect Port Everglades Florida Terminal (RACK) charges. B. Monroe County may not be charged more than the following prices listed above market (RACK) price from date delivered, Unleaded Gasoline (Anv tare JItra Low Sulfur Diesel J&Qegar and Dyed) $ — L95 Key West $ .225 Key West S . Sugarloaf ............ _ $205 Sugarloaf $ 'li-5 Marathon ry .185 Marathon $ Plantation Key $ _.1 4-5 Plantation Key $ 05 Coral Shores $ .145 Coral Shores $ t 1, 15 Key Largo $ _.L25 Key Largo The Vendor shall submit invoices to the County, itemizing the delivery location, the requesting department, the RACK prices, and all taxes, for each delivery to the locations described herein. D. Upon receipt of an Invoice the County shall have thirty days, in accordance with the Florida Prompt Act, to render payment to Vendor, l m, Gasoline and Diesel Fuel taxes must be itemized on each invoice. 6t INDEPENDENT VENDOR At all times and for all purposes under this Agreement the Vendor is an independent Contractor and not an employee of the Board of County Commissioners for Monroe County. No statement contained in this Agreement shall be construed so as to find the Vendor or any of his/her employees, contractors, servants. or agents to be employees of the Board of County Commissioners for Monroe County. 7. ASSURANCE AGAINST DISCRIMINATION Vendor shall not discriminate against any person on the basis of race, creed, color, national origin, sex, age, or any other characteristic or aspect which is not job related, in its recruiting, hiring, promoting, terminating, or any other area affecting employment under this agreement or with the provision of services or goods under this Agreement. 8. ASSIGNMENT Vendor shall not assign or subcontract this Agreement, except in writing and with the prior written 9. COMPLIANCE WITH LAW In providing all services/goods pursuant to this Agreement, the Vendor shall abide by all laws, statutes, '10� NOTICE - REQUIREMENT Any notice required or permitted under this Agreement shall be in writing and hand delivered or mailed, postage prepaid, to the other party by certified mail, returned receipt requested, to the following: Fleet Management Services 3583 S. Roosevelt Blvd. Dion Fuels LLC Key West, FL 33040 Key West, FL 33041 I I . FLFTNDING AVAILABILITY 12. PROFESSIONAL RESPONSIBILITY The Vendor warrants that it is authorized by law to engage in the performance of the activities 13. PUBLIC ENTITY CRIME STATEMENT A person or affiliate who has been placed on the convicted vendor list following a conviction for a 14. TERMINATION If the Vendor fails to fulfill the terms of this Agreement, or attachments, properly or on time, otherwise violates the provisions of the Agreement, the County may terminate the Agreement after five days by written notice. The notice shall specify cause, The County shall pay the Vendor the contract price for goods delivered but not paid for on the date of termination, less any amount of damages caused by the Vendor's breach. If those damages are more than the amount due the Vendor then the Vendor remains liable to the County for the excess Either of the parties hereto may cancel this agreement without cause by giving the other party sixty (60) days written notice of its intention to do so. 15. APPLICABLE LAWS AND VENUE This Agreement shall be governed by and construed in accordance with the laws of the State of Florida applicable to contracts made slid to be performed entirely in the State. In the event that ,my cause of action or administrative proceeding is instituted for the enforcement or interpretation of this Agreement, the County and Vendor agree that venue will lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. The County and Vendor agree that, in the event of con flicting interpretations of the terms or a term of this Agreement by or between any of them the issue shall be submitted to mediation prior to the institution of any other administrative or legal proceeding. 16a A'['TORNEY�S FEES AND COSTS - - — - — ------ The County and Vendor agree that in the event any cause of action or administrative proceeding is IT BOOK$, AND DOCUMENTS Vendor shall maintain all books, records, and documents directly pertinent to performance under this I 8. SEVERABILITY If any term, covenant, condition or provision of this Agreement (or the application thereof to any 19a BINDING EFFECT The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the County and Vendor and their respective legal representatives, successors, and assigns. 20� AU"ITIOR]"I"Y Each party represents and warrants to the other that the execution, delivery and perfici of this Agreement have been duly authorized by all necessary Comity and corporate action, as required by law, I. CLAIMS FOR FEDERAL OR STATE All Vendor and County agree that each shall be, and is, empowered to apply for, seek, and obtain federal and state funds to further the purpose of this Agreement; provided that all applications, requests, grant proposals, and leading solicitations shall be approved by each party prior to submission, 22. ADJUDICATION OF DISPUIES-OIL DISAGREEMENTS County and Vendor agree that all disputes and disagreements shall be attempted to be resolved by meet 21 COOPERATION In the event any administrative or legal proceeding is instituted against either party relating to the C:� formation, execution, performance, or breach of this Agreement. County and Vendor agree top i ipat , to the 24. NONDISC RIM ATION Vendor agrees that there will be no discrimination against any person, and it is expressly understood that 25. COVEN-ANT OF NO RN'TEREST County and Vendor covenant that neither presently has any interest, and shall not acquire any interest, which would conflict in any manner or degree with its performance under this Agreement, and that the only interest of each is to perform and receive benefits as recited in this Agreement. 26. CODE OF ETHICS County agrees that officers and employees of the County recognize and will be required to comply with the standards of conduct for public officers mid employees as delineated in Section 112.31 "), Florida Statutes, regarding, but not limited to, solicitation or acceptance of gifts; doing business with one's agency; unauthorized compensation; misuse of public position, conflicting employment or contractual relationship and disclosure or use of certain information. amount of such fee, commission, percentage, gift, or consideration. 28. PUBLIC ACCESS The County and Vendor shall allow and permit reasonable access to, and inspection Contractor must comply with Florida public records laws, including but not limited to Chapter 119, Florida The Contractor is encouraged to consult with its advisors about Florida Public Records Law in order to comply with this provision. Pursuant to F. S. 119.0701 and the terms and conditions of this contract, the Contractor is required to (1) Keep and maintain public records that would be required by the County to perform the service, (2) Upon receipt from the County's custodian of records. , provide the 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 public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract to and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of (5) A request to inspect or copy public records relating to a County contract must be made directly to the County, but if the Comity does not possess the requested records, the County shall immediately notify the Contractor of the request, and the Contractor must provide the records to the County or allow the records to be inspected or copied within. a reasonable time. If the Contractor does not comply with the County's request for records, the County shall enforce the public The Contractor shall not transfer custody, release, alter, destroy or otherwise dispose of any public records unless or otherwise provided in this provision or as otherwise provided by law. ATTESTATI-ONS Vendor agrees to execute such documents as the County may reasonably require, to include a Public Entity Crime Statement, an Ethics Statement, and a Drug-Free Workplace Statement, 34. NO PERSONAL LIABILITY No covenant or agreement contained herein shall be deemed to be a covenant or agreement of any member, officer, agent or employee of Monroe County in his or her individual capacity,, and no member, officer, agent or employee of Monroe County shall be liable personally on this Agreement or be subject to any personal liability or accountability by reason of the execution of this 35. EXECUTION IN COUNTERPARTS This Agreement may be executed in any number of counterparts, each of which shall be regarded as an original, all of which taken together shall constitute one slid the same instrument and any of the parties hereto may execute this Agreement by signing any such counterpart, 36, SECTION HEADINGS Section headings have been inserted in this Agreement as a matter of convenience of reference only, and it is agreed that such section headings are not a pail of this Agreement and will not be used in the interpretation of any provision of this Agreement. 37MUTUAL REVIEW This Agreement has been carefully reviewed by the Vendor and the County, therefore this Agreement is not to be construed against either party on the basis of authorship. THE REMAINDER OF THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK. In witness whereof, the parties hereto have executed this agreement the day and year first above written, BOARD OF COUNTY COMMISSIONERS MONROE COUNTY, FLORIDA By- MayorlChairroan BE W (Corporate Seal) Deputy Clerk RISK MANAGEMENT POLICY AND PROCEDURES CONTRACT ADMINISTRATION MANUAL General Insurance Requirements for Other Contractors and Subcontractors As a pre-requisite of the work governed, or the goods supplied under this contract (including the pre-staging of personnel and material), the Contractor shall obtain, at his/her own expense, insurance as specified in any attached schedules, which are made part of this contract. The Contractor will ensure that the insurance obtained will extend protection to all Subcontractors engaged by the Contractor. As an alternative, the Contractor may require all Subcontractors to obtain insurance consistent with the attached schedules, The Contractor shall provide, to the County, as satisfactory evidence of the required insurance, either: 0 Certificate of Insurance NN & A Certified copy of the actual insurance policy. The County, at its sole option, has the right to request a certified copy of any or all insurance policies required by this contract. All insurance policies must specify that they are not subject to cancellation, non-renewal, material change, or reduction in coverage unless a minimum of thirty (3 0) days prior notification is given to the County by the insurer. , I I he acceptance and/or approval of the Contractor's insurance shall not be construed as relieving the Contractor from, any liability or obligation assumed under this contract or imposed by law. 9 Any deviations from these General Insurance Requirements must be requested in writing on the County prepared form entitled "Request for Waiver of Insurance Requirements" and approved by Monroe County Risk Management, GENERAL LIABILITY INSURANCE REQUIREMENTS FOR CONTRACT UNLEADED GASOLINE AND DIESEL FUEL SUPPLIER BETWEEN MONROE COUNTY, FLORIDA AND Prior to the commencement of work governed by this contract, the Contractor shall obtain General Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum: M • Premises Operations • Products and Completed Operations • Blanket Contractual Liability • Personal 'Injury 'Liability • Expanded Definition of Property Damage The minimum limits acceptable shall be: $1,000,000 Combined Single Limit (CSL) If split limits are provided, the minimum limits acceptable shall be: S 500,000 per Person $ 1,000,000 per Occurrence $ 100,000 Property Damage An Occurrence Form policy is preferred. If coverage is provided on a Claims Made policy, its provisions should include coverage for claims filed on or after the e5ective date of this contract. In addition, the period for which claims may be reported should extend for a minimum of twelve (12) months following the acceptance of work by the County. The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. ME WORKERS'COMPENSATION INSURANCE REQUIREMENTS FOR CONTRACT UNLEADED GASOLINE AND DI ESE L 1 E LSUPPIJER BETWEEN MONROE COUNTY, FLORIDA AND Prior to the commencement of work governed by this contract, the Contractor shall obtain Workers' Compensation Insurance with limits sufficient to respond to the applicable state statutes. In addition, the C ontractor shal obtain b"Toployers'Liability Insurance with limits of not less than: V $500,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease, policy limits $500,000 Bodily Injury by Disease each employee Coverage shall be maintained throughout the entire term of the contract ( I "overage. shall Inc provided by a company or companies authorized to transact business in the state of Florida. If the Contractor has been approved by the Florida's Deparfirient of Labor, as an authorized self-insurer, the County shall recognize and honor the Contractor's status. The Contractor may Inc required to submit a Letter of Authorization issued by the Department of Labor and a Certificate of Insurance, providing details on the Contractor's Excess Insurance Program. If the Contractor participates in a self-insurance fund, a Certificate ofInsurance will be required. In addition, the Contractor may be required to submit updated financial statements from the fimd upon request fro rn the County� mmm VEHICLE LIABILITY INSURANCE REQUIREMENTS FOR CONTRACT UNLEADED GASOLINE AND DIESEL FUEL SUPPLIER BETWEEN MONROE COUNTY, FLORIDA AND Recognizing that the work governed by this contract requires the use of vehicles, the Contractor, prior to the commencement of work, shall obtain Vehicle Liability Insurance, Coverage shall be maintained throughout the lily of the contract and include, as a minimum, liability coverage for. * Owned, Non-Owmed, and Hired Vehicles The ininirnurn limits acceptable shall be: $ 100,000 Combined Single Limit (CSI,) lit split limits are provided, the minimum limits acceptable shall be: $ 500,000 per Person $ 1,000,000 per Occurrence $ 100,000 Property Damage The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. 9 Em HAZARDOUS CARGO TRANSPORTERS LIABILITY INSURANCE E ICI °TS O CONTRACT T UNLEA 1 GASOLINE AND DIESEL DUEL SUPPLIE BETWEEN N C E COUNTY, FLORIDA AND Prior to the commencement of work governed by this contract, the Contractor shall purchase Pollution Li bility Insurance which extends to the hauling of toxic hazardous mat ri l by motorized vehicles. In compliance with the Motor Carrier pct, the policy should be endorsed with an MCS-90 Endorsement, demonstrating financial responsibility for spills and clean-up. Any pollution exclusion limiting coverage under this policy shall be removed. The i `mum limits acceptable shall be: 1,000,000 per Occurrence w 9 sm Monroe County h si Office Simonton Street 1 Key West, Florida 33040 Dear Bid Opening Committee: Please fired enclosed completed bid proposal from Dion Fuels LLC for Unleaded Gasoline & Diesel Fuel 99 1 OII¢ Bid proposal includes the following documents: Submission Response Forms I Lobbying and Conflict of Interest Clause Non -Collusion affidavit Drug Frei Workplace Form Responses to items requested in Section One item 9.13. 1 Certificate of Insurance We are a locally owned company and take pride in delivering quality products and service to our custom W e have proven experience i delivering fuel to bath Keys Energy Services and other government entities. Our company his an established Drug Free Workplace Policy. We feel that eliminating drug and alcohol abuse, we improve a health, safes and productivity of our employees and in the duality of service we offer t o our customers. We appreciate your consideration ire Fuels LLC when awarding this bid. SECTION TWO: BID RESPONSE AND COUNTY I SUBMISSION RESPONSE FORM ART I ') Unleaded Gasoline and Diesel Fuel S Her for Monroe Coon , Florida BID TO. MONROE COUNTY BOARD OF COUNTY COMMISSIONERS cm PURCHASING DEPARTMENT GATE BUILDING 1100 Sl ON STREET, Room 2-213 KEY WEST, FLORIDA 33040 The undersigned, having carefully examined the specifications, bid and addenda thereto and Other bid documents for: Unleaded Gasoline and Diesel Fuel Supplier for Monroe County, Florida in conformance with said specifications and other bid documents including Addenda issued thereto, I acknowledge receipt of Addendum (a) No.(s) N/A Delivery _�_ days. I have included. Company Name: Dion Fuels L Mailing Address: PO Box 1209 Telephone- 305 ext 113 Key West, Florida 33041 Fax- 305-296-0635 ,John Cary Title: President Applicable License(s) Number., 16894321 Type: Fuel Pollutants License M —Date: 1/ 12/20 17 K. Simons Federal t, 81 BID-99-0-2017/II SUBMISSION RESPONSE FORM PART 11 K! , ltern Desc curse County marktip/delivery charges per gallon, above Port Everglades Florida Terminal (RACK) price from date delivered, Ultra Low Sulfur Diesel Clear and D $--,-L 5 Key West $ 1 7 , 5 Sugarloaf $_,2-- 15 5 -Marathon 135 Plantation Key 135 Coral Shores S_ 14 5 1 15 Key Largo $_,2-- Key West 205 Sugarloaf 185 Marathon S_ 14 5 Plantation Key 4 5 Coral Shores 125 — Key Largo 1/122015 (Date) BID-99-0-2017/ITL LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO, 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE John Cary (Company Officer/Partner/individual) warrants that refit has not employed, retained or otherwise had act on hisAts behalf any former County officer or employee in 'violation of Section 2 of Ordinance No, 010-1990 or any County officer or employee in clolation of Section 3 of Ordinance No, 010-1990. For breach or violation of this provision the County may, in its discretion, terminate this Agreement without liability and may also, in its discretion, deduct from the Agreement or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee", STATE OF: Florida COUNTY OF: _M Subscribed and sworn to 1 ,01 , affirmed) before me an 1/12/2017 ................... f John Cajy_. (name of affiant), HmOltre is personally known to me or- as 5?A �RP U 8 L EiC I UdiC,h Katherine Simons 1 commission expires: 9 BID-99-0-201J7/1I NON-COLLUSION AFFID"IT 1, John Ca— of the city Of according to law on my oath, and under penalty of perjury, depose and say that; lam John Cat , President of tit efirmof Dion Fuels LLC making the Bid for the services/work/project described in the Request for Bids for: nleaded Gasoline A Diesel Fuel Supp1ier(BID99-0-2017/II) and that I executed the said Bid with full authority to do so: STATE OF: Florida COUNTY OF, . __�Ionroe PERSONALLY APPEARED BEFORE ME, the undersigned authority, John Car" who, d i dotter first being sworn by me, (name of individual signing) affixed his/her signature in the space provided above on this 1 2 day known Co met' J I N ,JUDITH KATHE RI NE SMONS ........ to public � Slot I Florida story Public - State of Florida At y Comm, Expires Jan 25, 2019 Commission a FF 165107 M JUDITH KATHERINE SIMON$ story Public - State of Florida Y Comm. Expires Jan 25, 2019 Commission A FF 165107 now through National teary Assn. 0 DRUG-FREE WORKPLACE FORM The undersigned Contractor/bidder/responder in accordance with Florida Statute 287.087 hereby certifies that: Dion Fuels LLC (Name of Business) 1. Publishes 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. Informs 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, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations, 3, Gives each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (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 note contenders to, any violation of Chapter 893 (Florida Statutes) 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, Imposes a sanction on, or requires the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, or any employee who is so convicted. 6 Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. STATEOF Florida COUNTY OF: --Mo roe PERSONALLY APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, (name of Individual signing) affixed his/her signature in the space provided above on this I 2 th day of anuar 20 17 REEM JVVVrH KATHERINE SIMONS rotary Public - Viate of Florida It Comm, Expires Jan 25, 2019 Commission 0 FF 165107 onded through Nallonal doter Assn, BID-99-0-2017/TLI Dion Fuels LLC P.O. Box 1209 Key West, FL 33041 -1209 305 -296 -2000 Monroe County, Florida Unleaded Gasoline and Diesel Supplier Bid Monroe County, Florid Due on or before 1/1 8/2017 BID-99-0-2017/11 10. Content of Submission B. The following information (1&2). list of the person's shareholders with five 5 percent or more of the stock or, if general partnersid p, a list of the general partners; or, if a limited liability company, list of its _ bens; a list of the officers and directors of the person: John Cary, President, 1615 Atlantic Blvd., Key West, Florida, 33040 Stun M. Up rrff, Vice President, 15 2 Chesdin Landing Terrace, Chesterfield, ., 23838 Linda M. ' pha , Secretary/Treasurer, 5 h di Landing Terrace, Chesterfield, A., 23838 RE: Monroe County, Florida Unleaded Gasoline and Diesel Supplier Bid Monroe County, Florida Due on or before 171812017 BID-99-0-2017/11 Content of Submission (continued) f. Customer references: Florida ys Aqueduct Authority, 1100 Kennedy Drive, Key West, Florida, 33040; phone: 1-305-296-2454 Monroe County School Board, 242 Tr°umbo Street, Key West, Florida, , 33040; one: 1 -305 »293 -1400 Florida ys Mosquito Control, 5224 College Road, Key West, Florida, 33040; phone: 1 -305- 292 -7190 9. Credit references: it o Petroleum, P.O. Box 75065, Charlotte, NC, 28275 Phone: 1-800-554-4075 Exxon/Mobil, P.O. Box 101537, Atlanta, G'A 30392 Phone: 1-877-566-3478 olr y/Pre 111212017 tmsualb Dion Enterprises LLC Dion Fuels LLC Dion Transport LLC IBM Steven uphaft P.0. Box 1209 Key West, Fl. 33041 [a Im — 02, - 081 - 20 1 —11,1 02 L 1 (01988-ZU14 AUDHO CORPORATION All rights reserved. AC 2 6 (2014101) 'The ACORD name and logo are registered marks of ACORD GEN't AW-RE GATE LIMIT APR ES PER 13 F 11 ER A L A --,qRE GAA 7 E POLICY S Lee PRODUC11-COMPIOPAGM 3 M - R . . ...... .... ...... .. . ............. ..... . . ... . . ... ........... ... ........ . .... k,.., BAR. .1-9-1:0—ILRRIURG. AU 1 'r or Le, - a I AILY AUTO I 075O012017 0=812018 SOVLYIKNRYJPrparaan�� A — — ----- X ALLOWNED SCHEDULED �AUTOS 1 AUT05 860 LY I;XR . ...... . . . . . . . . . . .................. NON-01ANED HIREDAWCE :AUTO$ LfAVYDAJN%�GE� . .. ........... ..... UMBRELLA LOW X OCCUR .... ..... . . . ExcOss "As (C.XM5AADE t 238066521 10210012017: OZIO$12018 6,000.00 Bea X FIVE WORKEASCOMPUSA'nDN 4 AND EMPLAYEAS'LINHIM YIN FIIA N 10542371 07JOB12017102JOB12018 I EACHAZOUNT a 5 Im — 02, - 081 - 20 1 —11,1 02 L 1 (01988-ZU14 AUDHO CORPORATION All rights reserved. AC 2 6 (2014101) 'The ACORD name and logo are registered marks of ACORD