HomeMy WebLinkAbout02/16/2005 Contract
DANNY L. KOLHAGE
CLERK OF THE CIRCUIT COURT
DATE:
April 15, 2005
TO:
Dent Pierce, Director
Public Works Division
A TTN:
Beth Leto, Administrative Assistant
Public Works Division
FROM:
Pamela G. Hanc~
Deputy Clerk
At the February 16, 2005, Board of County Commissioner's meeting the Board granted
approval to award Fuel Contract to low bidder Dion Oil Co" and authorized execution of a
Contract between Monroe County and Dion Oil Co., LLC as Diesel Fuel & Unleaded Gasoline
Supplier.
Enclosed is a duplicate original of the above-mentioned for your handling. Should you
have any questions please do not hesitate to contact this office.
cc: County Attorney
Finance
File I
MONROE COUNTY DIVISION OF PUBLIC WORKS
FLEET MANAGEMENT DEPARTMENT
BID PACKAGE
DIESEL FUEL AND UNLEADED GASOLINE SUPPLIER
MONROE COUNTY, FLORIDA
BOARD OF COUNTY COMMISSIONERS
Mayor Dixie M. Spehar, District 1
Mayor Pro Tem, Charles "Sonny" McCoy, District 3
Commissioner George Neugent, District 2
Commissioner David P. Rice, District 4
Commissioner Murray E. Nelson, District 4
COUNTY ADMINISTRATOR
Thomas J. WllIi
CLERK OF mE CIRCUIT COURT
Danny L. Kolbage
DIRECTOR OF PUBLIC WORKS
C. Dent Pierce
DIRECTOR OF FLEET MANAGEMENT DEPARTMENT
Roy Sanchez
December 2004
Prepared by
Monroe County Public Works
Fleet Management Department
1
SECTION ONE
INSTRUCTION TO BIDDERS
1.01 DESCRIPTION
The Board of County Commissioners of Monroe County, Florida, (hereinafter "County") is
seeking bids :from fuel suppliers (hereinafter "Contractor") to deliver approximately 375,000
gallons of86-87/88-89/92-93 Octane gasoline, 120,000 gallons of Number Two Diesel fuel, and
an average of 1000 gallons of High Sulfur Diesel fuel (barring some type of emergency or
disaster) to our facilities :from Key West to Key Largo annually.
A. Deliveries will be in quantities of less than One Hundred (100) 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.
B. Upon request by the County, Vendor shall provide documentation supporting
most recent pump meter certification.
C. The Vendor shall deliver these fuels to areas as requested by the ordering Monroe
County and School Board departments and on the dates requested by such
departments. Fuel shall be delivered the next day if requested by 4:00pm.
D. All deliveries must be witnessed and delivery tickets must be signed and dated by
Monroe County personnel.
E. The Vendor shall have the capability to pump fuel into aboveground tanks
through standard quick detachable couplings.
F. The Vendor shall 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.
G. The fuel facilities are located throughout the Keys from Key West to Key Largo.
Locations to be serviced shall include, but shall not be limited to, the following:
· Key Largo (School Board) - Key Largo Elementary School (MM 105),
behind school
· Plantation Key (Monroe County Fleet Management) - 186 Key Heights
Drive, behind Sheriff's Substation
· Marathon (Monroe County Fleet Management) - 10600 Aviation Blvd., NE
end of Airport
· SugarloafKey (School Board) - SugarloafSchool (MMI9.5), Crane Blvd.,
behind school
2
· Key West (Monroe County Fleet Management) - 3583 S. Roosevelt Blvd., by
entrance to Airport
· Key West (School Board) - 242 White St., (Use entrance on Trumbo Road, go
north on Grinnell St. one block past Caroline St., turn right into the School
Board Compound)
The Contractor shall be responsible to obtain and display any necessary placards
required by FDEP (Florida Department of Environmental Protection), DOT (Department
of Transportation), or any other governing body during the term of this contract.
1.02 COPIES OF BIDDING DOCUMENTS
A. Only complete sets of Bidding Documents will be issued and shall be used
in preparing bids. The OWNER does not assume any responsibility for
errors or misinterpretations resulting from the use of incomplete sets.
B. Complete sets of Bidding Documents may be obtained in the manner and
at the location stated in the Notice of Calling for Bids.
1.03 QUALIFICATIONS OF BIDDERS
A. Each bid must contain evidence of the bidder's qualifications to do
business in the area where the project is located.
B. To demonstrate qualifications to perform the work, each bidder shall
submit written evidence as to previous successful contractual and
technical experience in similar work including references, description,
volume of present commitments, evidence of possession of valid state,
county, and local licenses, and Certificates of Competency covering all
operations and all areas of political jurisdiction involved in the work of
this project and such other data as may be requested by the OWNER.
C. The Non-Collusion Affidavit, Sworn Statement under Ordinance No. 10-
1990, Drug Free Workplace Form must be submitted with bid.
1.04 DISQUALIFICATIONS OF BIDDERS
A. One Bid: Only one bid from an individual, firm, partnership, or
corporation under the same or under different names will be considered. In
the event evidence is discovefed which indicates a bidder has interest in
more than one bid for the work involved, all bids in which such a bidder is
interested may be rejected.
B. PUBLIC ENTITY CRIME: A person or affiliate who has been placed on
the convicted vendor list following a conviction for a public entity crime
may not submit a bid on a contract to provide any goods or services to a
public entity, may not submit a bid on a contract with a public entity to
perform work as a contractor, supplier, subcontractor, or consultant under
a contract with any public entity, and may not transact business with any
public entity in excess of the threshold amount provided in Section
3
287.017, for CATEGORY TWO for a period of36 months from the date
of being placed on the convicted vendor list. Category Two: $10,000.00
1.05 EXAMINATION OF BID DOCUMENTS
A. Each bidder shall carefully examine the specifications and other
documents, and inform himself thoroughly regarding any and all
conditions and requirements that may in any manner affect cost, progress,
or performance of the work to be performed under the agreement.
Ignorance on the part of the CONTRACTOR will in no way relieve him of
the obligations and responsibilities assumed under the agreement.
B. Should a bidder find discrepancies or ambiguities in, or omissions from,
the specifications, or should he be in doubt as to their meaning, he shall at
once notify the OWNER.
1.06 GOVERNING LAWS AND REGULATIONS
A. The bidder is required to be familiar with and shall be responsible for
complying with all federal, state, and local laws, ordinances, rules, and
regulations that in any manner affect the work.
B. The bidder shall include in his bid prices all sales, consumer, use, and
other taxes required to be paid in accordance with the law of the State of
Florida, and Monroe County.
1.07 PREPARATION OF BIDS
A. Signature of the bidder: The bidder must sign the Proposal forms in the
space provided for the signature. If the bidder is an individual, the words
"doing business as ", or "Sole Owner" must appear
beneath such signature. In the case of a partnership, the signature of at
least one of the partners must follow the firm name and the words
"Member of the Firm" should be written beneath such signature. If the
bidder is a corporation, the title of the officer signing the bid on behalf of
the corporation must be stated along with the Corporation Seal Stamp and
evidence of his authority to sign the bid must be submitted. The bidder
shall state in the bid the name and address of each person interested
therein.
B. Basis for Bidding: The bid price shall be according to the proposal form
the bid prices shall remain unchanged for the duration of the project and
no claims for cost escalation during the progress of the work will be
considered.
1.08 SUBMISSION OF BIDS
A. Two signed originals of each bid shall be submitted.
B. the bid shall be submitted in a sealed envelope which shall be marked so
as to clearly indicate its contents and the name of the bidder. Ifforwarded
by mail, the above mentioned envelope shall be enclosed in another
4
envelope addressed to the entity and address stated in the Notice of
Calling for Bids, and preferably by special delivery, registered mail: if
forwarded otherwise than by mail, it shall be delivered to the same
address. Bids will be received until the date and hour stated in the Notice
of Calling for Bids.
C. Each bidder shall submit with his bid the required evidence of his
qualification.
5
Contract
DIESEL FUEL & UNLEADED GASOLINE SUPPLIER
TIDS AGREEMENT, made and entered into this ) lJ ~ay of Ji:,brwt~ J
a 005 by and between the COUNTY OF MONROE, STATE OF FLO A, and
political subdivision of the State of Florida hereinafter called "County" and Dion Oil Company.
LLC _ hereinafter called "Vendor".
WITNESSETH:
That the parties hereto for the consideration hereinafter names, agree to the following:
I. DESCRIPTION:
A. The Vendor shall deliver Number Two Diesel fuel, High Sulfur Diesel fuel and
86-87/88-89/92-93 Octane Gasoline to locations in the Key West, Marathon, Plantation Key, and
Key Largo areas as requested by the ordering Monroe County and School Board departments and
on the dates requested by such departments. Fuel shall be delivered the next day if requested by
4:00pm.
B. Deliveries will be in quantities ofless than One Hundred (100) 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 deliveries must be witnessed and delivery tickets must be signed and dated by
Monroe County personnel.
E. The Vendor shall have the capability to pump fuel into aboveground tanks
through standard quick detachable couplings.
F. The Vendor shall 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.
II. TERM OF CONTRACT
A. This contract shall be for a period of One (1) year commencing upon the day in which
it has been executed by both parties.
B. The County shall have the option to renew this agreement after the first year, for two
(2) additional one (1) year periods.
6
III. HOLD HARMLESS
The Vendor covenants and agrees to indemnify and hold harmless Monroe County Board of
County Commissioners from any and all claims for bodily injury (including death), personal
injury, and property damage (including property owned by Monroe County) and any other
losses, damages, and expenses (including attorney's fees) which arise out of, in connection with,
or by reason of services provided by the Vendor or any of its Subcontractor( s) in any tier,
occasioned by the negligence or other wrongful act or omission of the Vendor or its
Subcontractor(s) in any tier, their employees, or agents. The extent of liability is in no way
limited to, reduced, or lessened by the insurance requirements contained elsewhere within this
agreement.
IV. INSURANCE
Prior to execution of this agreement the Vendor shall furnish the County Certificates of
Insurance indicating the minimum coverage limitations as stated in the General Insurance
Requirements for Suppliers of Goods or Services section of this contract.
V. 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 ordered.
Unleaded Gasoline (Any Octane)
Diesel (#2 and High Sulfur)
$_. 0825
$_.0775
$_. 0675
$_, 0650
$_. 0500
Key West
Sugarloaf
Marathon
Plantation Key
Key Largo
$_.0825
$_. 0775
$_,0675
$_, 0650
$_.0500
Key West
Sugarloaf
Marathon
Plantation Key
Key Largo
C. The Vendor shall submit invoice to the County, itemizing the delivery location,
the requesting department, the RACK prices, and all taxes, for each delivery to the locations
described herein.
7
D.
Vendor.
Upon receipt ofInvoice the County shall have thirty days to render payment to
G.
Diesel fuels and Gasoline taxes must be itemized on each invoice.
VI. INDEPENDENT VENDOR
At all times 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.
VII. 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.
VIII. ASSIGNMENT
Vendor shall not assign or subcontract this agreement, except in writing and with the
prior written approval of the Board of County Commissioners for Monroe County, which
approval shall be subject to such conditions and provisions as the County may deem necessary.
This agreement shall be incorporated by reference into any assignment or subcontract and any
assignee or subcontractor shall comply with all of the provision of this agreement. Unless
expressly provided for therein, such approval shall in no manner or event be deemed to impose
any obligation upon the County in addition to the total agreed-upon price of the services/goods
of the Vendor.
IX. COMPLIANCE WITH LAW
In providing all services/goods pursuant to this agreement, the Vendor shall abide by all
statutes, ordinances, rules and regulations shall constitute a material breach of this agreement and
shall entitle the County to terminate this Vendor immediately upon delivery of written notice of
termination to the Vendor.
X. NOTICE REOUIREMENT
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:
8
F or County:
Fleet Management Services
3583 S. Roosevelt Blvd.
Key West, FL 33040
For Vendor:
Dion Oil Company LLC
P. O. Box 1209
Key West, F133041-1209
XI. FUNDING AVAILABILITY
In the event that funds from Fleet Management Services operating Gasoline and Diesel
Accounts are partially reduced or cannot be obtained or cannot be continued at level sufficient to
allow for the purchase of services/goods specified herein, this agreement may then be terminated
immediately at the option of the county by written notice of termination delivered in person or by
mail to the Vendor. The County shall only be obligated to pay for any goods delivered by the
Vendor until the Vendor has received written notice of termination due to lack of funds.
XII. PROFESSIONAL RESPONSffiILITY
The Vendor warrants that it is authorized by law to engage in the performance of the
activities encompassed by the project herein described, subject to the terms and conditions set
forth in the Notice of calling for Bids. The provider shall at all times exercise independent,
professional judgment and shall assume professional responsibility for the services to be
provided. Continued funding by the County is contingent upon retention of appropriate local,
state, and/or federal certification and/or licensure of vendor.
XIII. PUBLIC ENTITY CRIME STATEMENT
A person or affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a bid on a contract to provide any goods or
services to a public entity, may not submit a bid on a contract with a public entity for the
construction or repair of a public building or public work, may not submit bids on leases of real
property to public entity, and may not be awarded or perform work as a contractor, supplier,
subcontractor, or consultant under a contract with any public entity, and may not transact
business with any public entity in excess of the threshold amount provided in Section 287.017,
for CATEGORY TWO ($3000.00) for a period of36 months from the date of being placed on
the convicted vendor list.
XlV. 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 contract
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 amount.
9
XV. APPLICABLE LAWS AND VENUE
This contract is governed by the laws of the State of Florida. Venue for any litigation
arising under this contract must be in Monroe County, Florida.
In witness whereof, the parties hereto have executed this agreement the day and year first
above written,
COUNTY OF MONROE,
STATE OF FLORIDA
BY ~~Ju >n ~~
~YO~ DIXIE M. SPEHAR
./
DATE: ~ /(" zt;}o<{"
(Seal)
Attest: DANNY L. KOLHAGE, CLERK
G~~
/ CLERK
VENDOR:
By:xl1~~--&k
DATE:
(Corporate Seal)
Witness
3:
o ,-,
2::
;:0("')::
~r-;;'~:
"';::Il;"-<
o.
00: - "";
c:: 33 ~ en C)
2:. a ;:;.J
=< C ~ ::.~)
~~~ : rn
-,., '):,. Q ,
,.... ,,-.' ... (")
)> l~ og
4;"
,:)
:.n
:bt
;g
;'1
>.~:J
\_,~_.t
10
RISK MANAGEMENT
POLICY AND PROCEDURES
CONTRACT ADMINISTRA nON
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 hislher 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 will not be permitted to commence work governed by this contract (including
pre-staging of personnel and material) until satisfactory evidence of the required insurance has
been furnished to the County as specified below. Delays in the commencement of work,
resulting from the failure of the Contractor to provide satisfactory evidence of the required
insurance, shall not extend deadlines specified in this contract and any penalties and failure to
perform assessments shall be imposed as if the work commenced on the specified date and time,
except for the Contractor's failure to provide satisfactory evidence.
The Contractor shall maintain the required insurance throughout the entire term of this contract
and any extensions specified in the attached schedules. Failure to comply with this provision
may result in the immediate suspension of all work until the required insurance has been
reinstated or replaced. Delays in the completion of work resulting from the failure of the
Contractor to maintain the required insurance shall not extend deadlines specified in this contract
and any penalties and failure to perform assessments shall be imposed as if the work had not
been suspended, except for the Contractor's failure to maintain the required insurance.
The Contractor shall provide, to the County, as satisfactory evidence of the required insurance,
either:
. Certificate of Insurance
or
. 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 (30) days prior notification
is given to the County by the insurer.
The 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.
11
The Monroe County Board of County Commissioners, its employees and officials will be
included as "Additional Insured" on all policies, except for Workers' Compensation.
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.
12
GENERAL LIABILITY
INSURANCE REQUIREMENTS
FOR
CONTRACT DIESEL FUEL & UNLEADED GASOLINE SUPPLIER
BETWEEN
MONROE COUNTY, FLORIDA
AND
Dion Oil Company LLC
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:
. 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:
$ 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 effective 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.
13
GL3
WORKERS' COMPENSATION
INSURANCE REQUIREMENTS
FOR
CONTRACT DIESEL FUEL & UNLEADED GASOLINE SUPPLIER
BETWEEN
MONROE COUNTY, FLORIDA
AND
Dion Oil Company LLC
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 Contractor shall obtain Employers' Liability Insurance with limits of not less
than:
$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.
Coverage shall be 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 Department of Labor, as an authorized self-
insurer, the County shall recognize and honor the Contractor's status. The Contractor may be
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 fund
upon request from the County.
WC2
14
VEHICLE LIABILITY
INSURANCE REQUIREMENTS
FOR
CONTRACT DIESEL FUEL & UNLEADED GASOLINE SUPPLIER
BETWEEN
MONROE COUNTY, FLORIDA
AND
Dion Oil Company LLC
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 life of the contract and include, as a minimum, liability coverage for:
. Owned, Non-Owned, and Hired Vehicles
The minimum limits acceptable shall be:
$1,000,000 Combined Single Limit (CSL)
If 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.
VL3
15
HAZARDOUS CARGO TRANSPORTERS LIABILITY
INSURANCE REQUIREMENTS
FOR
CONTRACT DIESEL FUEL & UNLEADED GASOLINE SUPPLIER
BETWEEN
MONROE COUNTY, FLORIDA
AND
Dion Oil Company LLC
Prior to the commencement of work governed by this contract, the Contractor shall purchase
Pollution Liability Insurance which extends to the hauling of toxic and hazardous material by
motorized vehicles. In compliance with the Motor Carrier Act, 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 minimum limits acceptable shall be:
$1,000,000 per Occurrence
VLP3
16
SWORN STATEMENT UNDER ORDINANCE NO. 10-1990
MONROE COUNTY. FLORIDA
ETHICS CLAUSE
Lawrence R. Dion/Dion Oil Company LLC
warrants that he/it has not employed, retained
or otherwise had act on his/its behalf any former County officer or employee in violation of
Section 2 of Ordinance no. 10-1990 or any County officer or employee in violation of
Section 3 of Ordinance No. 10-1990. For breach or violation of this provision the County
may, in its discretion, terminate this contract without liability and may also, in its discretion,
deduct from the contract 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.
/,
-~.~ <15 J)~-)
(signature)
Lawr~ce R. Dl.on
Date: \)~t. ~~I 2c~'f..
STATE OF Florida
COUNTY OF Monroe
PERSONALLY APPEARED BEFORE ME, the undersigned authority,
Lawrence R. Dion
who, after first being sworn by me, affixed his/her
signature (name of individual signing) in the space provided above on this :~C day of
~Q~h~y..
,~OfJt
NOTARY PUBLIC
~ Q((~
-
My commission expires:
-
· ,,~~~'~!< EDWARD R. BOlA
< f~m:\~~; Notary Public - Sta. Ie of Florida
~ . ';; ~ Comml8l101 Exprns Feb 11, 2(QJ
~- .74~ CommiSSion' 00 089744
";~OF~~~ B
· "''',i,'''' onded By National Notary Assn.
~.~_.
OMB - MCP FORM #4
17
NON-COLLUSION AFFIDAVIT
I,
Lawrence R. Dion
of the city
of Key West
according to law on my oath, and under
penalty of perjury, depose and say that;
1) I am Lawrence R. Dion/Dion Oil Company LLC ,the bidder making the
Proposal for the project described as follows:
Diesel Fuel and Unleaded Gasoline Supplier
2) The prices in this bid have been arrived at independently without collusion,
consultation, 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;
3) 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 bid opening, directly or indirectly, to any other bidder or to any competitor; and
4) No attempt has been made or will be made by the bidder to induce any other person,
partnership or corporation to submit, or not to submit, a bid for the purpose of restricting
competition;
5) The statements contained in this affidavit are true and correct, and made with full
knowledge that Monroe County relies upon the truth of the statements contained in this affidavit
in awarding contracts for said project.
/' . /7 //7 I
,~CJ~
(Signature of Bidder' RD'
Lawrence . l.on
\:)q a. 3~ I 20 o,/-
STATE OF Florida
COUNTY OF Monroe
DATE
PERSONALLY APPEARED BEFORE ME, the undersigned authority,
Lawrence R. Dion who, after first being sworn by me, (name of individual
signing) affixed his/her signature in the space provided above on this
2D day of ~CQ.~bQ\<- , fWOY-
~09f~LIC
My commission expires:
OMB - MCP FORM #1
l'.\'f~~~:~~~'L~"~Er~;'- ,,-
~";~'t~~:....: tJAfW R. BOlA
i...:.'tf.. -. ~~ Nota,'Y. P"lmc ~ :':'alerA Fiarida
U. ,on My Co"1rn!"sol r.xPOT.J!l Fi.'t 11, 2COO
,.tit? ""e"G,.."",,, C" 08"1"
1: 4'",jf,lr}:t';".\';." 80: :J::.>'1 E:J' N;HL:;~i~ll~'{:'tar~~Assn.
~""~i,~-'14.':i"'~;'.~';_l~_("'_ ';"''!i'~D-ro:o'~";,:,,,,,,~t'';:'~!A~,,,"~
18
'.
DRUG-FREE WORKPLACE FORM
The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that:
Dion Oil Company LLC
(Name of Business)
1. 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, and 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 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 nolo contendere 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. 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, 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.
As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements.
i?o~ (Jl ~.
Bi&'[er's Signature Lawrence R. Dion
1:Rc: '&(')1 2o~y
Date
OMB - MCP#5
19
0~C~28-04 12.11 FROM.MONROE CO PURCHASING OMS 10.3052824515
PAGE 1/1
BIll, FO~ t:Q.' DJ~~~~ Jf~L ~ GASQlt..IN1
~.vrP~IEIJr
. 1Jsm -Descrioti--Qn,~ Monroe County m~ I delivery charges pet gallont above .Port
, Everglades Florida Tenninal (RACK)pnce from date.ordered.
Qnl~ Gasol"p~ (Any OctaJ!e)
. J)jesel ('~ ~4 HYrh SuUW')
$ .0825
$-.07f5
$=.0675
$ ,0650
$~'050Q
Key West
Sugarloaf
Marathon
Plantation Key
Key Yrgo
$_,0825
$ .0775
$-.0675
$_,0650
$_..Q5.WL
Key:W~
Suprloa(
MarathOn.
Plantation Key
Key Largo
BIDDER
, Dion Oil Company tLC
(Name/Company)
P. O. Box 1209, 6~8 United Street
(Address)
Key West, Fl 33041-1209
By: . LawrE~nce R. .Dion '
(Name & Title)
J~~ ~L~
(SigDature)
1J?c'. ,(J I 2 Qs,)f
(Date)
. . Purchasing Office .
1100 Simonton 8t.
Room 2~213
Key West, Florida 33040