PURCHASING DEPARTMENT
NEW PORT
TELEPHONE:
(727) 847‑8194
FACSIMILE:
(727) 847‑8065
pascocountyfl.net
BID NO. 07-086
MOTOR FUELS, PETROLEUM PRODUCTS, AND GENERATOR REFUELING, ANNUAL AWARD
SUMMARY OF WORK
It is the intent of this solicitation to secure and develop ongoing contract(s) for motor fuels and petroleum products to support day-to-day operations and emergency events.
The Pasco County Purchasing Department will receive sealed bids until 2:00 p.m., local time (our clock), on APRIL 18, 2007, in the Pasco County Purchasing Department, 8919 Government Drive, New Port Richey, Florida. Bids received after this time will not be accepted. Bids will be publicly opened and read at the above-stated time and date. All interested parties are invited to attend. Bidders shall submit one (1) original bid form.
Insurance coverage is required for this project; please refer to the Special Provisions.
Please immediately advise of address changes or if you wish to have your firm removed from the vendor list. Vendors receiving this notice must submit either a bid/proposal or "NO BID" to remain on our vendor list for the specified commodity or service. A "NO BID" is provided on Page 2 for your convenience.
This cover is only intended to inform vendors of a pending Invitation for Bid or Request for Proposal. For complete details, please refer to the complete bid/proposal package.
Bid documents may be downloaded by
visiting www.PascoCountyFL.net or by requesting copies from the
Purchasing Department at no cost.
Scott Stromer
Purchasing Director
PURCHASING DEPARTMENT
NEW PORT
|
STATEMENT OF NO BID
We, the undersigned, have declined to submit a bid response to Invitation for Bid No. 07-086 for the following reason(s):
Please check all that apply.
Explanations: __________________________________________________________
______________________________________________________________________
______________________________________________________________________
We understand that if a "NO BID" is not returned, our firm will be removed from the bidders' list for the subject commodity.
Name: |
|
|
|
|||||||
Signature: |
|
|
Company: |
|
||||||
|
|
|
Address: |
|
||||||
|
|
|
City/State/Zip: |
|
||||||
|
|
|
Telephone: |
|
||||||
|
|
|
Facsimile: |
|
||||||
|
|
|
Fed. ID No.: |
|
||||||
IMPORTANT!—PLEASE READ CAREFULLY BEFORE MAKING BID
GENERAL PROVISIONS
These general terms and conditions of the bid quotation and acceptance apply in like force to this inquiry and to any subsequent contract resulting therefrom.
ACKNOWLEDGMENT OF AMENDMENTS
Bidders
shall acknowledge receipt of any amendment to the solicitation by identifying
the amendment number in the space provided for this purpose on the bid form, by
letter, or by returning a copy of the issued amendment with the submitted bid. The acknowledgment must be received by
ADDITIONAL INFORMATION
Questions
concerning the contract or technical portions of the bid document must be
submitted in writing to Scott P. Stromer, Purchasing Director, Pasco
County Purchasing Department; 8919 Government Drive; New Port Richey,
Florida 34654; facsimile (fax) machine number (727) 847‑8065. Bidders are cautioned that any statements
made by individuals, or employees of
ALTERNATIVE BIDS
The
bidder WILL NOT be allowed to offer more than one (1) price (for the
goods or services specified). If the
said bidder should submit more than one (1) price on any item (or service), ALL
prices will be rejected for that item.
The bidders offering service delivery methods other than those permitted
by the scope of work or specifications may submit a separate envelope clearly
marked "Alternative Bid."
Alternative bids will be deemed nonresponsive and will not be considered
for award. All such responses will,
however, be examined prior to award.
Such examination may result in cancellation of all bids received to permit
rewriting the scope of work or specifications to include the alternative
method, or the alternative method may be considered for future requirements of
ANTITRUST
By entering into a contract, the contractor conveys, sells, assigns, and transfers to Pasco County all rights, titles, and interest it may now have or hereafter acquire under the antitrust laws of the United States and the State of Florida that relate to the particular goods or services purchased or acquired by Pasco County under the said contract.
APPLICABLE LAW
SEE ATTACHED AGREEMENT
ASSIGNMENT
The
contractor shall not assign, transfer, convey, sublet, or otherwise dispose of
any award or any or all of its rights, title, or interest therein, or delegate
the duties hereunder without the prior written consent of
AWARD
Consideration
for award will be by proximity to specifications given, costs, and time of
delivery. All purchases, leases, or
contracts that are based on competitive bids will be awarded to the lowest,
responsive, and responsible bidder.
Complete and accurate responses to all items are necessary for the
complete and fair evaluation of bids.
Bid award, in addition to the above stated, will be based on compliance
with the specified requirements as well as the "total-cost" or
"life-cycle costing" concept, including the following: 1) Cost:
A cost analysis will be conducted and will include all identifiable costs
associated with the bidders’ services.
The analysis will be based upon the bidder's proposal data and other
costs which, in the judgment of the evaluators, will be incurred by Pasco
County resulting from acceptance of the bidder's bid; and 3) Bidder's Reputation and
Experience: Evaluation of the bidder's
reputation, past performance, and experience shall be based on the nature and
extent of company data furnished, references and financial responsibility of
the bidder.
BID ACCEPTANCE PERIOD
Any bid submitted as a result of the solicitation shall be binding on the bidder for a minimum of ninety (90) calendar days following the bid opening date. Any bid for which the bidder specifies a shorter acceptance period may be rejected.
BID CLARIFICATIONS
If
any party contemplating the submission of a bid on this invitation is in doubt
as to the true meaning of any part of the plans, specifications, or other
documents, he should submit a written request for an interpretation thereof to
the Purchasing Director. The bidder's
concerns, regarding clarification of specifications and/or discrepancies and/or
omissions and/or changes to the attached specifications shall be made in
writing and received by Pasco County no later than ten (10) calendar days prior
to the bid opening date. The letter from
the bidder shall state clearly, and in detail, the basis for such concern(s) or
request(s). The letter shall be
addressed to the Purchasing Director, and marked "PREBID QUESTION" on
the face of the envelope. The Purchasing
Director will respond in writing. An
interpretation of the bid invitation document will be made only by addendum
duly issued to each party receiving a bid invitation. All such addenda shall become part of the
contract documents.
BIDDER CERTIFICATION
The bidder agrees that submission of a signed bid form is certification that the bidder will accept an award made to it as a result of the submission.
BIDDER INVESTIGATIONS
Before
submitting a bid, each bidder shall make all investigations and examinations
necessary to ascertain all site conditions and requirements affecting the full
performance of the contract and to verify any representations made by
BIDDERS' LIST
Failure
to submit a bid for the item(s) specified will result in removal from the
bidders' list for such (an) item(s). If
a bid is not submitted, a "NO BID" response must be submitted to
remain on the
BID ENVELOPES
Envelopes containing bids must be sealed and marked in the lower left-hand corner with the invitation number, commodity, and date and hour of opening of bids. Failure to do so may cause bid not to be considered. Express Company or Express Mail envelopes containing a sealed bid shall also be sealed and marked in the lower left-hand corner with the invitation number, commodity, and date and hour of opening of bids.
BID FORM SUBMISSION
Bids shall be submitted on the attached forms. Bids concerning separate bid invitations must not be combined on the same form or placed in the same envelope. Bids submitted in violation of this provision shall not be considered. All bids must be signed, in ink, in order to be considered. Erasures are not acceptable on bids; if necessary to make a change, strike out or draw a line through incorrect item and type the correction above, and initial the correction in ink. If the bidder is a firm or corporation, the bidder must show the title of the individual executing the bid, and if the individual is not an officer of the firm or corporation, the bidder must submit proof that the individual has the authority to obligate the firm or corporation. BIDS MAY NOT BE ALTERED OR AMENDED AFTER THE BID CLOSING.
BID RECEIPT AND OPENING
BID WITHDRAWAL
Bids may not be changed after the bid closing time.
To
withdraw a bid that includes a clerical error after bid opening, the bidder
must give notice in writing to
BRAND NAMES
Any
catalog, brand name, or manufacturer's reference used in the specifications is
intended to be descriptive and not restrictive, and is used only to
indicate type and quality desired. Any
article, equipment, or material, which shall conform to the standards and
excellence, so established, and is of equal merit, strength, durability, and
appearance to perform the desired function, is deemed eligible for offer as a
substitute. The qualifications of the
offering shall be judged as to their conformance with these specifications. Any equipment offered other than herein
specified shall be subject to a competitive demonstration and evaluation by
CANCELLATION
CERTIFICATION OF INDEPENDENT PRICE DETERMINATION
The bidder certifies that the prices submitted in response to the solicitation have been arrived at independently and without—for the purpose of restricting competition—any consultation, communication, or agreement with any other bidder or competitor relating to those prices, the intention to submit a bid, or the methods or factors used to calculate the prices bid.
CHANGE IN SCOPE OF WORK
COLLUSION AMONG BIDDERS
Each
bidder, by submitting a bid, certifies that it is not a party to any collusive
action or any action that may be in violation of the Sherman Antitrust
Act. Any or all bids shall be rejected
if there is any reason for believing that collusion exists among the
bidders.
CONFLICT OF INTEREST
The
contractor, by submission of its proposal, certifies that to the best of
his/her knowledge or belief, no elected/appointed official or employee of
DEBARMENT
By submitting a bid, the bidder certifies that it is not currently debarred from submitting bids for contracts issued by any political subdivision or agency of the State of Florida and that it is not an agent of a person or entity that is currently debarred from submitting bids for contracts issued by any subdivision or agency of the State of Florida.
ERRORS IN EXTENSIONS
If the unit price and the extension price are at variance, the unit price shall prevail.
ETHICS IN PUBLIC PROCUREMENT
The contract shall incorporate by reference, but shall not be limited to, the provisions of law contained in Chapter 112, Florida Statutes. 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 or real property to a public entity; 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, Florida Statutes, for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. The bidder certifies that its bid was made without collusion or fraud; that it has not offered or received any kickbacks or inducements from any other bidder, supplier, manufacturer, or subcontractor in connection with this bid; and that it has not conferred on any public employee having official responsibility for this procurement transaction any payment, loan, subscription, advance, deposit of money, services, or anything of value.
EXCEPTIONS
Bidders taking exception to any part or section of the solicitation shall indicate such exceptions on the bid form or appendix. Failure to indicate any exception will be interpreted as the bidder's intent to comply fully with the requirements as written. Conditional or qualified bids, unless specifically allowed, shall be subject to rejection in whole or in part.
EXPENSES INCURRED IN PREPARING BID
FAILURE TO DELIVER
SEE ATTACHED AGREEMENT
FAILURE TO ENFORCE
Failure
by
FAIR LABOR STANDARDS
By submission of a bid, the bidder certifies that the contractor(s) and/or subcontractor(s) providing product(s) or service(s) shall, in the execution or performance of such a contract, maintain fair labor standards as defined in applicable State and Federal regulations.
FORCE MAJEURE
SEE ATTACHED AGREEMENT
IDENTICAL BIDS
Identical
bids or bids which otherwise appear suspicious will be reported to the
INDEMNIFICATION
SEE ATTACHED AGREEMENT
INDEPENDENT CONTRACTOR
SEE ATTACHED AGREEMENT
INFORMALITIES AND IRREGULARITIES
LIMITATION OF COST
The contractor agrees to perform the work specified and complete all obligations under the contract within the stated amounts.
NONAPPROPRIATION
SEE ATTACHED AGREEMENT
NONCONFORMING TERMS AND CONDITIONS
A bid
response that includes terms and conditions that do not conform to the terms
and conditions in the bid document is subject to rejection as
nonresponsive.
NONDISCRIMINATION
By submission of bid, the bidder certifies that the contractor(s) and/or subcontractor(s) providing product(s) or service(s) shall not discriminate against any employee or applicant for employment, to be employed in the performance of such contract, with respect to his/her hire, tenure, terms, conditions, or privileges of employment, because of his/her race, color, religion, sex, disability, or national origin, as outlined in applicable State and Federal regulations.
ORAL STATEMENTS
No
oral statement of any person shall modify or otherwise affect the terms,
conditions, or specifications stated in this contract. All modifications to the contract or purchase
order must be made in writing by
PATENTS AND ROYALTIES
The contractor covenants to save, defend, keep harmless, and indemnify Pasco County and all of its officers, departments, agencies, agents, and employees from and against all claims, loss, damage, injury, fines, penalties, and cost—including court costs and attorney's fees, charges, liability, and exposure, however caused—for or on account of any copyright or patented or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by Pasco County. If the contractor uses any design, device, or materials covered by patent or copyright, it is mutually agreed and understood without exception that the contract price includes all royalties or costs arising from the use of such design, device, or materials in any way in the work.
PAYMENT PROCEDURES
PAYMENT TERMS AND DISCOUNTS
SEE ATTACHED AGREEMENT
PROCUREMENT REGULATIONS
A
copy of the Pasco County Procurement Ordinance is available for review at Pasco
County Purchasing Department,
PUBLIC INFORMATION
Upon
public opening of all bids or proposals presented to
QUALIFICATIONS OF BIDDERS
The
bidder may be required before the award of any contract to show to the complete
satisfaction of
RECOVERY OF MONEY
SEE ATTACHED AGREEMENT
RIGHT TO AUDIT
The
contractor shall maintain such financial records and other records as they
relate to the purchase of goods and/or services by
RISK OF LOSS
TABULATIONS
Solicitation results, plan holder lists, and related information may be retrieved from our website: www.PascoCountyFL.net. Click on "Bids," click on "closed solicitations," and look for the solicitation number in the appropriate year. Solicitation results will normally be available online within three (3) working days after opening. Lengthy tabulations may not be available online, but may be viewed in the Purchasing Department. Plan holder lists will normally be available two (2) weeks prior to opening. Plan holder lists will be posted once, based on the information at the time, and will not be updated. Tabulations will not be given over the telephone or via fax.
TAXES
SEE ATTACHED AGREEMENT
UNSATISFACTORY WORK
If,
at any time during the contract term, the service performed or work done by the
contractor is considered by Pasco County to create a condition that threatens
the health, safety, or welfare of the community, the contractor shall, on being
notified by Pasco County, immediately correct such deficient service or
work. In the event the contractor fails,
after notice, to correct the deficient service or work immediately,
END OF GENERAL PROVISIONS
SPECIAL PROVISIONS
In addition to the General Provisions of this solicitation, these Special Provisions, along with the specifications that follow, apply in like force to this solicitation and to any subsequent contract resulting therefrom.
CONTRACT TERM
The contract period will begin on the date of BCC approval (estimated to be April 24, 2007) and continue for an estimated five (5) years, under the same prices, terms, and conditions as in the original contract approved by the BCC, unless canceled in writing by Pasco County. The resulting contract may include a provision for an additional five (5) year extension, upon mutual agreement. All contracts are subject to the appropriation of funds by the BCC.
INSURANCE REQUIREMENTS
SEE ATTACHED AGREEMENT
REQUIREMENTS CONTRACT
During
the period of the contract, the contractor shall provide all the services
described in the contract. The
contractor understands and agrees this is a requirements contract and
END
OF SPECIAL PROVISIONS
SPECIFICATIONS
1. SCOPE
1.1 Scope: It is the intent of this specification to describe required motor fuels and petroleum products, which will be purchased in accordance with the attached Agreement on a multi-year, ongoing basis.
2. MINIMUM
REQUIREMENTS
2.1 MOTOR FUELS
2.1.1 The fuels listed on the Bid Form shall be supplied.
2.1.2 Methanol and/or ethanol blended fuels are not acceptable. Octane ratings may not be achieved by adding an octane booster or other products subsequent to the refinery process.
2.1.3
All gasoline shall be volatile hydrocarbon fuel,
free from water and suspended matter, and suitable for use as fuel for internal
combustion engines. All fuel must meet
or exceed State of
2.1.4 Ultra Low Sulfur Diesel Fuel oil shall be provided at all fuel islands throughout the County. This fuel is intended for use in all automotive high-speed/medium-speed engine applications. The diesel fuel supplied under this specification shall be refined hydrocarbon distillate fuel oil. The feed stock from which the diesel fuel is refined shall be crude oil derived from petroleum, tar sands, oil shale or mixtures thereof.
2.1.5 High Sulfur Off-Road Diesel Fuel oil shall be used to refuel emergency generators throughout the County. This fuel is intended for use in industrial and generator engine applications. The diesel fuel supplied under this specification shall be refined hydrocarbon distillate fuel oil. The feed stock from which the diesel fuel is refined shall be crude oil derived from petroleum, tar sands, oil shale or mixtures thereof.
2.1.6 The finished diesel fuel shall be visually free from un-dissolved water, sediment and suspended matter, and shall be clear and bright when tested in accordance with method A or B of ASTM D4176.
2.1.7 Diesel fuel stabilizer additives may be blended into the diesel fuel when additional protection against deterioration is required. These additives will perform the following functions: antioxidant, biocide, corrosion inhibition, dispersant, and metal deactivation.
2.1.8 The finished fuels shall conform to the current and amended requirements adopted by the Florida Department of Agriculture and Consumer Services for each of the respective fuels.
2.1.9 Should questions arise as to the quality of products furnished, the County may conduct tests to ensure compliance. If it is determined that any furnished product does not meet the subject specifications, terms or conditions, such products must be removed in a timely manner by and at the vendor’s expense. The vendor shall be liable for any consequential damages, in addition to all fees or expenses related to testing if a product fails.
2.1.10 Bidder shall offer a fixed fee per gallon of fuel for the fuels listed on the Bid Form, exclusive of all taxes. The fixed fee will be adjusted periodically in accordance with the attached agreement. The fixed fee will include ALL costs associated with handling and transportation to delivery locations including, but not limited to, all administrative charges, overhead, profit, etc.
2.1.11 Bidder shall also offer a fixed fee per gallon of High Sulfur Off-Road Diesel Fuel Oil (Bid Form) for refueling of emergency generators throughout the County, exclusive of all taxes. The fixed fee will be adjusted periodically in accordance with the attached agreement. The fixed fee will include ALL costs associated with handling and transportation to delivery locations including, but not limited to, all administrative charges, overhead, profit, etc.
2.2 PETROLEUM PRODUCTS (NON-MOTOR FUEL)
2.2.1 The following petroleum products shall be provided:
2.2.1.1 Multi-Purpose Automatic Transmission Fluid (obsolete license Dexron III / Mercon): Shall be a premium transmission oil meeting or exceeding the previously licensed (prior to 1/1/07) General Motors and Ford Specification Dexron III / Mercon Transmission Fluid, specifying Dexron III (H) / Mercon and further meeting the requirements of Allison C-4, Caterpillar TO-2, Ford specification Type F, Ford M2C33-F or M2C33-G, GMC vehicles using V, V-H and Super V transmissions, Sundstrand and Eaton heavy duty transmissions.
2.2.1.2 Synthetic Transmission Fluids: Shall be a premium full synthetic transmission oil meeting or exceeding the latest requirements of Allison TES 295 fluid, Audi Specs (5HP19FL), BMW ZF Specs (5HP18FL), Caterpillar, Chrysler ATF+3 or ATF+4, Daewoo, Dexron III / Mercon, mercon V, Honda AFT-Z1, Huundai, Infiniti, Isuzu, Jaguar ZF Spec (5HP24), Jeep, KIA, Lexus, Mazda, MAN 339F, Mercedes Benz (all 236 Specs, ZF Spec 4hp20, Mitsubishi Diamond SP-II or SP-III, Nissan Matic D-J & K, Opel, Peugeot ZF 4hp20, Porsche ZF Spec 5HP19FL, Renault, Saab, Subaru, Toyota Type T – T III or T IV, Volkswagen FLA – ZF Spec 5HP19FL, Voith G-607 ZF Spec TEML, Volvo ZF Spec TLML 09/11 and Original Equipment Manufacturers (OEM) Continuous Variable Transmissions (CVT Fluids).
2.2.1.3 Tractor Hydraulic Fluid: Shall be a premium hydraulic fluid meeting or exceeding the latest requirements of Allison C-3, C-4 or Caterpillar TO-2 fluids. Fluid shall meet or exceed Dennison HF-0, HF-1 and HF-2, passes Vickers 35VQ25 and M-2952-S pump tests and meets Vickers I-2986-S and M-2950 hydraulic requirements.
2.2.1.4 Anti-Wear Hydraulic Oil: AW 32, AW 46, AW 68, AW 100: Shall be a premium hydraulic oil meeting or exceeding the latest requirements of Hagglunds-Denison HF-O, Vickers, Cincinnati Lamb (formerly Cincinnati Machine) P-68 – 69 – 70, Lee-Norse, Jeffery, Racine variable pumps, U.W. Steel and provide 2,500 hrs minimum oxidation (ASTM 943-D Test).
2.2.1.5 15W40 Motor Oil (2007 Engines): Shall be a premium quality motor oil meeting or exceeding the requirements of diesel and gasoline engines designed for use in both turbocharged and naturally aspirated engines requiring API Service Classification CJ-4, CI-4 Plus, CI-4, CH-4 / SM with a maximum sulfated ash of 1.0 meeting specifications of MIL-PRF-2104-G & H, Global DHD-1, Mack EO-O Premium Plus 07, Detroit Diesel 93K218 & 93K15, ACEA E5/E3/B3/A3, Volvo VDS 4, Navistar, Allison C-4, Caterpillar ECF-3, Cummins CES 2008 and Mercedes Benz 228.3.
2.2.1.6 15W40 Motor Oil (2006 and Older Engines): Shall be a premium quality motor oil meeting or exceeding the requirements of diesel and gasoline engines designed for use in both turbocharged and naturally aspirated engines requiring an API Service Classification CI-4 Plus, CI-4, CG-4, CF-/SL with a maximum sulfated ash of 1.5 meeting specifications of MIL-PRF-2104-G, Global DHD-1, Mack EO-N Premium Plus 03, Detroit Diesel 93K214 (DDC Power Guard), ACEA E5/E3/B3/A3, Volvo VDS 3, Navistar, Allison C-4, Caterpillar ECF-1, Cummins CES 2007 and Mercedes Benz 228.3.
2.2.1.7 85W140 Oil: Shall be a premium quality motor oil meeting or exceeding the performance requirements of the latest API category GL-5, Mack GO-H and GO-J.
2.2.1.8 Multi-Purpose Grease Tubes: Shall be a premium grease meeting or exceeding NLGI Classification GC-LB, No. 2. 14-oz (net) tube.
2.2.1.9 Multi-Purpose Moly Grease (3% Molybdenum Disulfide Content) EP-2 Lithium Complex Grease: Shall be a premium grease meeting or exceeding NLGI Classification GC-LB, No. 2, designed for the severe lubrication requirements characterized by heavy bearing shock loads with a minimum Timken load of 60 lbs and a minimum dropping point of 500 degrees Fahrenheit.
2.2.1.10 Antifreeze: Shall be State of
2.2.2
Products offered must be State of
2.2.3 NO “HOUSE BRAND” PETROLEUM—LUBRICANT PRODUCTS WILL BE ACCEPTED. ALL PRODUCTS OFFERED MUST CARRY A MANUFACTURER’S WARRANTY THAT IS SUBSTANTIALLY THE FOLLOWING:
2.2.3.1 “. . . IF ANY EQUIPMENT AND/OR PARTS
ARE DAMAGED AS A DIRECT RESULT OF PRODUCT DEFICIENCY, THE MANUFACTURER WILL PAY
FOR REPAIRS TO SUCH EQUIPMENT AND/OR PARTS, PROVIDED THE EQUIPMENT AND/OR PARTS
WERE USED UNDER
2.2.4 Bidder shall offer unit prices for the specified products and provide the product name, number, etc. The unit prices for the products will be adjusted in accordance with the attached agreement. The prices will include ALL costs associated with handling and transportation to delivery locations including, but not limited to, all administrative charges, overhead, profit, etc.
2.3 AGREEMENT
2.3.1 Please refer to the attached agreement for remaining terms, conditions and specifications.
3. NOTES
3.1 A listing of fuel sites and related information is attached as Exhibit A.
3.2 A listing of generator locations and related information is attached as Exhibit B.
3.3
END
OF SPECIFICATIONS
BID FORM
Business Name: ______________________________________________________________
PRODUCT PRICING
Item No. |
Estimated Annual Quantity |
Description |
Unit
Price |
Unit |
Total |
1. |
1.3 Million Gallons |
Regular Unleaded Gasoline, 87 Octane Minimum (Gallon) |
|
Fixed Fee* |
|
2. |
550,000 Gallons |
Mid-Grade Unleaded Gasoline, 89 Octane Minimum (Gallon) |
|
Fixed Fee* |
|
3. |
750,000 Gallons |
Ultra Low Sulfur No. 2 Diesel (Gallon) |
|
Fixed Fee* |
|
4. |
19,500 Gallons |
Emergency Generator Refueling-- High Sulfur Off-Road Diesel (Gallon) |
|
Fixed Fee** |
|
5. |
347 Gallons |
Multi-Purpose Automatic Transmission Fluid (55-Gallon Drum) |
|
Gallon |
|
6. |
347 Gallons |
Synthetic Transmission Fluids (55-Gallon Drum) |
|
Gallon |
|
7. |
554 Gallons |
Tractor Hydraulic Fluid (55-Gallon Drum) |
|
Gallon |
|
8. |
1,040 Gallons |
Anti-Wear Hydraulic Oil (Bulk) |
|
Gallon |
|
9. |
3,771 Gallons |
15W40 Oil—2007 Engines (Bulk) |
|
Gallon |
|
10. |
3,771 Gallons |
15W40 Oil—2006 and Older Engines (Bulk) |
|
Gallon |
|
11. |
60 Gallons |
85W140 Oil (55-Gallon Drum) |
|
Gallon |
|
12. |
1,150 Tubes |
NLGI No. 2 Grease Tubes (14 oz Tubes) |
|
Tube |
|
13. |
780 Pounds |
Multi-Purpose Moly 3% Grease (400-lb Drum) |
|
Pound |
|
14. |
780 Pounds |
Multi-Purpose Moly 3% Grease (120-lb Container) |
|
Pound |
|
15. |
425 Gallons |
Antifreeze (55 Gallon Drum) |
|
Gallon |
|
|
|
ESTIMATED ANNUAL TOTAL |
|
|
|
*Fixed Fee in accordance with Paragraph No. 5 of the attached Agreement. **Fixed Fee in accordance with Paragraph No.
7 of the attached Agreement.
Business Name: ____________________________________________________________
DESCRIPTION
OF OFFERED PRODUCTS
Item No. |
Description |
Products Offered (Brand/Product Name/Product Number) |
1. |
Regular Unleaded Gasoline, 87 Octane Minimum (Gallon) |
|
2. |
Mid-Grade Unleaded Gasoline, 89 Octane Minimum (Gallon) |
|
3. |
Ultra Low Sulfur No. 2 Diesel (Gallon) |
|
4. |
Emergency Generator Refueling-- High Sulfur Off-Road Diesel (Gallon) |
|
5. |
Multi-Purpose Automatic Transmission Fluid (55-Gallon Drum) |
|
6. |
Synthetic Transmission Fluids (55-Gallon Drum) |
|
7. |
Tractor Hydraulic Fluid (55-Gallon Drum) |
|
8. |
Anti-Wear Hydraulic Oil (Bulk) |
|
9. |
15W40 Oil—2007 Engines (Bulk) |
|
10. |
15W40 Oil—2006 and Older Engines (Bulk) |
|
11. |
85W140 Oil (55-Gallon Drum) |
|
12. |
NLGI No. 2 Grease Tubes (14 oz Tubes) |
|
13. |
Multi-Purpose Moly 3% Grease (400-lb Drum) |
|
14. |
Multi-Purpose Moly 3% Grease (120-lb Container) |
|
15. |
Antifreeze (55 Gallon Drum) |
|
Business Name: ____________________________________________________________
TAXES
APPLICABLE TO OFFERED PRODUCTS
TYPE |
GASOLINE |
DIESEL |
|
|
|
|
|
|
|
|
|
Federal Oil Spill Tax |
|
|
|
|
|
|
|
|
Other (specify) |
|
|
Other (specify) |
|
|
Other (specify) |
|
|
"We
offer to sell/provide
_________________________________________
(Signature of Bidder—Ink)
_________________________________________
(Printed Name and Title)
_________________________________________
(Business Name)
Receipt of Addendum No. _______________ through No. _______________ is acknowledged.
Business Name: _______________________________________________________________
(The Name on File with the Internal Revenue Service)
Doing Business as (Fictitious Name): ______________________________________________
Business Organization:
Corporation:
Partnership: General Limited
Limited Liability Company (LLC):
State Registered In: __________________________ Year: ________________________
Sole Proprietorship: Owner: ______________________________________________
Other: ____________________________________________________________________
Telephone: ___________________________________________________________________
Facsimile: ____________________________________________________________________
Address: _____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
Date: ________________________________, ________
FUEL SITE CHART |
||||||||||
LOCATION AND TELEPHONE NO. |
TANK# |
TANK SIZE |
TANK CAP. |
FDEP |
DISPENSER |
PUMP NO. |
FUEL TYPE |
|||
|
|
|
|
|
|
|
FAC.NO. |
|
|
|
D&E Maintenance Garage |
|
|
|
|
|
|
|
|
||
7530
Little Road |
|
|
1 |
12,000 |
10,800 |
518630208 |
10
dispensers |
2-3,
4-5, 8-9, 10-11 |
Unleaded |
|
New
Port Richey, Fl 34654 |
|
2 |
12,000 |
10,800 |
|
1
fast fill |
1,
6, 7, 12 |
Diesel |
||
|
|
|
|
3 |
6,000 |
5,400 |
|
|
13-14 |
Midgrade |
727-847-8965 -
Building Phone |
|
4 |
6,000 |
5,400 |
|
|
15-16 |
Midgrade |
||
727-847-8775 - |
|
|
|
|
|
|
|
|||
727-847-8099 -
Computer Phone |
|
total:
36,000 gal. |
total:
32,400 gal. |
|
|
total:
11 pumps |
|
|||
|
|
|
|
|
|
|
|
|
|
|
|
|
|
1 |
6,000 |
5,400 |
518519980 |
3 dispensers |
1-2 |
Midgrade |
|
|
|
2 |
6,000 |
5,400 |
|
|
3-4 |
Unleaded |
||
|
|
|
3 |
6,000 |
5,400 |
|
|
5 |
Diesel |
|
|
|
|
|
|
|
|
|
|
|
|
352-521-5255
- |
|
|
|
|
|
|
|
|||
352-521-5143
- Computer Phone |
|
|
total:
18,000 gal. |
total:
16,200 gal. |
|
|
total:
3 pumps |
|
||
|
|
|
|
|
|
|
|
|
|
|
Fire Station #16 ( |
|
1 |
3,000 |
2,700 |
518519837 |
3
dispensers |
1-2 |
Midgrade |
||
34335
Chancey Road |
|
2 |
3,000 |
2,700 |
|
|
3-4 |
Unleaded |
||
Zephyrhills,
Fl 33540 |
|
3 |
3,000 |
2,700 |
|
|
5 |
Diesel |
||
|
|
|
|
|
|
|
|
|
|
|
813-782-4987
- Building Phone |
|
|
|
|
|
|
|
|
||
813-929-1245
- |
|
|
|
|
|
|
|
|||
813-929-1244
- Computer Phone |
|
|
total:
9,000 gal. |
total:
8,100 gal. |
|
|
total:
3 pumps |
|
||
|
|
|
|
|
|
|
|
|
|
|
C-Barn Maintenance Garage |
|
1 |
3,000 |
2,700 |
518630211 |
3
dispensers |
1-2 |
Diesel |
||
|
|
|
2 |
3,000 |
2,700 |
|
1
fastfill |
3-4 |
Unleaded |
|
|
|
3 |
3,000 |
2,700 |
|
|
5 |
Diesel |
||
|
|
|
|
4 |
12,000 |
10,800 |
|
|
|
Diesel |
352-588-0054
- Building Phone |
|
5 |
12000 |
10,800 |
|
|
|
Unleaded |
||
352-521-5254
- |
|
|
|
|
|
|
|
|||
352-521-5154
- Computer Phone |
|
|
total:
33,000 gal. |
total:
29,700 gal. |
|
|
total:
4 pumps |
|
||
|
|
|
|
|
|
|
|
|
|
|
Sheriff's Maintenance Garage |
1 |
3,000 |
2,700 |
519300131 |
3
dispensers |
5 |
Diesel |
|||
|
|
|
2 |
3,000 |
2,700 |
|
1
fastfill |
3-4 |
Unleaded |
|
Land
O'Lakes, Fl 34639 |
|
3 |
3,000 |
2,700 |
|
|
1-2 |
Midgrade |
||
|
|
|
|
4 |
12,000 |
10,800 |
|
|
|
Diesel |
813-235-6095
- Building Phone |
|
5 |
12,000 |
10,800 |
|
|
|
Unleaded |
||
|
6 |
12,000 |
10,800 |
|
|
|
Midgrade |
|||
|
|
total:
45,000 gal. |
total:
40,500 gal. |
|
|
total:
4 pumps |
|
|||
|
|
|
|
|
|
|
|
|
|
|
Fire Station #20 |
|
|
1 |
4,000 |
3,600 |
518630628 |
1
dispenser |
1 |
Diesel |
|
15900
Little |
|
|
|
|
|
|
|
|
||
Brooksville,
Fl 34610 |
|
|
|
|
|
|
|
|
||
727-856-5519
- Building Phone |
|
|
|
|
|
|
|
|
||
|
|
|
|
|
total:
4,000 gal. |
total:
3600 gal. |
|
|
total:
1 pump |
|
|
|
|
|
|
145,000 |
130,500 |
|
|
|
as of: 3/7/05 |
EXHIBIT A—Fuel Site Listing
EXHIBIT B—Emergency Generator Listing
Fueling area |
|
LocationName |
Make |
Model # |
Killowatts |
Fuel Type |
Tank Capacity (Gals) |
0 |
28865 |
PORTABLE ON TRAILER |
Onan |
60DGCB |
60 |
Diesel |
90 |
|
18436 |
|
Caterpillar |
3512 TA |
1500 |
Diesel |
2200 |
|
18865 |
LIFT STATION 1-436
VILLAGEBROOK |
Onan |
175DFEL |
175 |
Diesel |
400 |
|
20445 |
LIFT STATION 1-349 |
Onan |
175DFGB |
175 |
Diesel |
400 |
|
21942 |
WWTP |
Kohler |
250R0ZD |
250 |
Diesel |
200 |
|
21944 |
|
Caterpillar |
3512 |
600 |
Diesel |
3000 |
|
24088 |
LIFT STATION 3-363 |
Caterpillar |
SR-4B |
438 |
Diesel |
500 |
|
29242 |
FIRE STATION 26 |
GENERAC |
4501820100 |
80 |
Diesel |
900 |
|
29243 |
FIRE STATION #32 |
GENERAC |
4282340100 |
80 |
Diesel |
900 |
|
31883 |
9930 LOL BLVL LOL |
GENERAC |
SD080 |
80 |
Diesel |
450 |
|
F0152 |
QUAIL RIDGE WELL |
Ford |
BSD4441-6005E |
|
Diesel |
125 |
|
F0155 |
LAND O' LAKES JAIL |
Caterpillar |
Water pump |
|
Diesel |
300 |
|
F0164 |
LIFT STATION 1-419 (OFF CR
581) |
Caterpillar |
SR4 |
480 |
Diesel |
500 |
|
F0195 |
WWTP SHADY HILLS (SLUDGE
FACILITY) |
Caterpillar |
SR4 |
1134 |
Diesel |
3000 |
|
F0235 |
LOL JAIL (NEXT TO F0155) |
Onan |
7.5DKDFD |
7.5 |
Diesel |
300 |
|
F0239 |
LIFT STATION 1-453 WESLEY
CHAPEL |
Kohler |
200 KW |
410 |
Diesel |
400 |
|
F0242 |
|
Cummins |
DFLC4493704 |
1250 |
Diesel |
9000 |
|
F0256 |
BALLENTRAE LIFT STATION |
KOHLER |
230REOZV |
240 |
Diesel |
400 |
|
F0257 |
|
KOHLER |
230REOZ JB |
230 |
Diesel |
400 |
|
F0258 |
7501 BOYETTE ROAD WESLEY
CHAPEL |
ONAN |
1250 DCLF |
1250 |
Diesel |
3000 |
|
F0259 |
|
ONAN |
1000DFHD |
1000 |
Diesel |
2700 |
|
11399 |
Triby well field |
Winpower |
DRA 30 h 4-J |
30 |
Diesel |
110 |
|
15300 |
DADE CITY FAIRGROUNDS |
Kohler |
Portable |
5 |
Diesel |
|
|
20928 |
WELL SITE OAKS ROYAL |
Caterpillar |
Olympian 3 |
196 |
Diesel |
270 |
|
20929 |
|
Caterpillar |
Olympian 3 |
196 |
Diesel |
270 |
|
21306 |
LIFT STATION 1-606 OAKS ROYAL |
Generac |
96A |
175 |
Diesel |
200 |
|
21943 |
|
Onan |
125DGFB |
125 |
Diesel |
500 |
|
22272 |
LIFT STATION 1-348 |
Generac |
Olympian |
100 |
Diesel |
500 |
|
22527 |
BLANTON WELL |
Generac |
98A |
50 |
Diesel |
280 |
|
22528 |
LIFT STATION 4-629 TROPICAL
ACRES |
Onan |
175DGBF |
175 |
Diesel |
250 |
|
22534 |
PORTABLE - PARKED AT C-BARN |
Kato Lite |
D500FRV4 |
500 |
Diesel |
450 |
|
24895 |
LIFT STATION 1-439 NORTHWOOD |
Generac |
Series 2000 |
180 |
Diesel |
468 |
|
27364 |
|
Generac |
2881810100 |
150 |
Diesel |
1000 |
|
28733 |
|
Katolight |
SED60FJJ4 |
60 |
Diesel |
230 |
|
29234 |
BETMAR ACRES OFF |
Kohler |
100ROZJ71 |
100 |
Diesel |
135 |
|
29257 |
WELL SITE @ |
GENERAC |
ENR 180 |
180 |
Diesel |
380 |
|
30800 |
37301 |
GENERAC |
ENR-080 |
80 |
Diesel |
1350 |
|
F0144 |
|
Onan |
200DFBC |
200 |
Diesel |
750 |
|
F0165 |
WWTP SOUTHEAST |
Caterpillar |
600KW |
600 |
Diesel |
3000 |
|
F0166 |
FIRE STATION #16 ( |
Onan |
40-DGAE |
40 |
Diesel |
256 |
|
F0167 |
FLEET MAINT. GARAGE (C-BARN
FUEL) |
Onan |
125-DGEA |
125 |
Diesel |
256 |
|
F0231 |
PUBLIC HEALTH UNIT |
Kohler |
50ROZJ |
55 |
Diesel |
165 |
|
F0238 |
LIFT STATION 3-565 |
Kohler |
300ROZD |
410 |
Diesel |
500 |
|
F0240 |
|
Kohler |
200 kw |
120 |
Diesel |
200 |
|
F0245 |
SUNBURST HILLS WELL #2 |
Onan |
DGFC5001015 |
|
Diesel |
300 |
|
F0246 |
LIFT STATION ( |
Kohler |
KCT150RE023B |
150 |
Diesel |
270 |
|
F0247 |
WWTP SOUTHEAST |
Caterpillar |
3412 |
825 |
Diesel |
3,000 |
|
F0249 |
CHARLES "BO" |
Onan |
DFCB-5641015 |
330 |
Diesel |
675 |
|
11413 |
FLEET MAINT. BLDG. (D&E
FUEL) |
Onan |
120 DJC |
12 |
Diesel |
75 |
|
11499 |
WTP LITTLE ROAD |
Caterpillar |
PTO |
|
Diesel |
225 |
|
16491 |
|
Caterpillar |
SR-4 |
664 |
Diesel |
500 |
|
16994 |
WWTP EMBASSY HILLS |
Onan |
150KW |
150 |
Diesel |
165 |
|
17303 |
LIFT STATION 8-87 TIMBER OAKS |
Caterpillar |
175 |
175 |
Diesel |
250 |
|
17304 |
LIFT STATION 20-64 SEA PINES |
Generac |
175 |
196 |
Diesel |
250 |
|
18864 |
LIFT STATION 8-67 BEACON
WOODS |
Kohler |
R0ZJ71 |
180 |
Diesel |
250 |
|
18866 |
LIFT STATION 8-19 |
Kohler |
180 ROZI 71 |
180 |
Diesel |
265 |
|
19558 |
EMERGENCY COMMUNICATIONS CTR.
(911) |
DMT |
DMT400CI |
400 |
Diesel |
1350 |
|
20930 |
LIFT STATION 10-17 BEACON
SQUARE |
Caterpillar |
Olympian 3 |
196 |
Diesel |
270 |
|
22158 |
LIFT STATION BEACON SQUQRE |
Generac |
97A03125-3 |
60 |
Diesel |
300 |
|
24082 |
LIFT STATION 1-43 FOREST
HILLS |
Generac |
99A |
180 |
Diesel |
468 |
|
24083 |
LIFT STATION 2-175 PINE RIDGE |
Generac |
99A |
180 |
Diesel |
450 |
|
27161 |
LEACHATE PLANT BEHIND RES.
RECOV. |
Generac |
2707960200 |
175 |
Diesel |
500 |
|
27162 |
LIFT STATION 4-42 LA |
Generac |
2707980300 |
175 |
Diesel |
345 |
|
27365 |
PUBLIC WORKS/UTILITIES
BUILDING |
Generac |
2881810100 |
150 |
Diesel |
100 |
|
27726 |
PARKED AT C BARN |
Katolight |
D150FXJ4 |
150 |
Diesel |
150 |
|
27805 |
LIFT STATION 5-112 SEVEN
SPRINGS |
Generac |
3052990200 |
180 |
Diesel |
372 |
|
29240 |
FIRE STATION #10 |
GENERAC |
450182100 |
80 |
Diesel |
900 |
|
29241 |
FIRE STATION #14 |
GENERAC |
4501820100 |
80 |
Diesel |
900 |
|
29244 |
FIRE STATION #21 |
GENERAC |
4302000100 |
80 |
Diesel |
900 |
|
29256 |
LIFT STATION 1-133 HERITAGE
PINES |
GENERAC |
ENR180 |
180 |
Diesel |
380 |
|
30330 |
LIFT STATION 6-68 BEACON
WOODS |
KATOLIGHT |
D 180 FJJ 4 T 2 |
180 |
Diesel |
375 |
|
31761 |
|
|
R1237M36 |
660 |
Diesel |
3600 |
|
31797 |
|
KATOLIGHT |
SED150FP54T2-30116 |
150 |
Diesel |
190 |
|
31881 |
|
GENERAC |
SD080 |
80 |
Diesel |
450 |
|
31882 |
|
GENERAC |
SD080 |
80 |
Diesel |
450 |
|
31884 |
38316 SR 575/TRILBY ROAD |
GENERAC |
SD080 |
80 |
Diesel |
450 |
|
F0064 |
LIFT STATION 2-82 VIVA VILLAS |
Caterpillar |
3406 |
380 |
Diesel |
400 |
|
F0156 |
WWTP LITTLE ROAD |
Caterpillar |
SR-4 |
825 |
Diesel |
2700 |
|
F0157 |
WWTP EMBASSY HILLS |
Caterpillar |
SR-4 |
825 |
Diesel |
3600 |
|
F0158 |
WWTP |
Caterpillar |
SR4 |
825 |
Diesel |
3600 |
|
F0210 |
SCALE HOUSE- RESOURCE
RECOVERY |
Onan |
15RDJCB |
15 |
Diesel |
31.5 |
|
F0232 |
|
Kohler |
2500 |
350 |
Diesel |
250 |
|
F0250 |
LIFT STATION 1-143 RIVER
RIDGE |
Spectrum 160 |
150DSEJB |
150 |
Diesel |
500 |
|
F0251 |
EMERGENCY COMMUNICATIONS CTR.
(911) |
Cummins |
nta 855-g5 |
400 |
Diesel |
4000 |
|
F0252 |
WWTP SOUTHWEST |
CATERPILLIAR |
FCA-24-10-2211U |
450 |
Diesel |
600 |
|
F0264 |
7530 LITTLE ROAD NPR |
KOHLER |
350RE0ZV |
360 |
Diesel |
450 |
|
GE017 |
LITTLE ROAD WATER PLANT |
Onan |
6DJB |
6 |
Diesel |
|
|
n/a (WREC) |
1 GOVT. CENTER, NPR (WREC TO
TOP OFF) |
|
|
|
Diesel |
1000 |
|
n/a (WREC) |
2 GOVT. CENTER, NPR (WREC TO
TOP OFF) |
|
|
|
Diesel |
1000 |
|
n/a (WREC) |
1 |
|
|
|
Diesel |
1000 |
|
n/a (WREC) |
2 |
|
|
|
Diesel |
1000 |
|
n/a (WREC) |
1 RIVER RIDGE HS SHLETER
(WREC TO TOP OFF) |
|
|
|
Diesel |
1000 |
|
n/a (WREC) |
2 RIVER RIDGE HS SHLETER
(WREC TO TOP OFF) |
|
|
|
Diesel |
1000 |
AGREEMENT FOR SUPPLY OF MOTOR FUELS AND PETROLEUM
PRODUCTS
THIS AGREEMENT by and between PASCO COUNTY,
FLORIDA, a political subdivision of the State of Florida, acting by and through
its Board of County Commissioners (hereinafter referred to as ‘PASCO COUNTY”),
and ______________________________, whose address is
_________________________________________________________ (hereinafter referred
to as "SUPPLIER").
WHEREAS,
PASCO COUNTY desires to purchase fuel and petroleum products to support
day-to-day COUNTY operations and the COUNTY’S required response to emergency
events that affect the public’s health, welfare and protection of property; and
WHEREAS, SUPPLIER desires to provide
fuel and petroleum products and render certain services as described herein,
and the SUPPLIER hereby certifies it has the facilities, capability,
qualifications, experience, staff, and resources to provide these goods and
services; and
NOW, THEREFORE, in consideration of
the mutual covenants and agreements hereinafter contained, the parties hereto
agree as follows:
1. PRODUCT AND QUANTITY (MOTOR FUEL). SUPPLIER agrees to sell and deliver to
2. PRODUCT
AND QUANTITY (EMERGENCY GENERATOR MOTOR FUEL). SUPPLIER agrees to sell and deliver to
3. PRODUCT
AND QUANTITY (NON-MOTOR FUEL/PETROLEUM PRODUCTS). SUPPLIER agrees to sell and deliver to
4. MOTOR
FUEL SOLD AND DELIVERED. The motor
fuel sold to
5. PRICE
(MOTOR FUEL). The purchase price to
be paid by PASCO COUNTY shall be computed by adding a fixed fee of $__________
per gallon, for Regular Unleaded Fuel (minimum 87 octane), a fixed fee of
$__________ per gallon for Mid-Grade Unleaded Fuel (minimum 89 octane), and
$__________ per gallon, for Ultra Low Sulfur Diesel Fuel, to the published daily
OPIS average for PAD 1, Tampa, Florida.
The fixed fee will remain firm for the first year of the contract. Beginning on ___________________________, the
fixed fees indicated above shall be adjusted for subsequent contract years
based on the movement in average fuel prices, including taxes, as compiled by
the Fleet Management Department in its Fuel Price Records for the appropriate
time frame. The fixed fee will be
increased or decreased by
6. EMERGENCY
GENERATOR FUEL DELIVERED. Emergency
Generator Fuel will be delivered to emergency generator locations as specified
and upon request by
7. PRICE (EMERGENCY GENERATOR FUEL). The purchase price to be paid by PASCO COUNTY
shall be computed by adding a fixed fee of $________ per gallon (High Sulfur
Off-Road Diesel), for non-emergency fueling, and $________ per gallon (High
Sulfur Off-Road Diesel), for fueling during emergency events, to the published daily OPIS average for PAD 1,
Tampa, Florida. The fixed fee will
remain firm for the first year of the contract.
Beginning on _________________, the fixed fees indicated above shall be
adjusted based on the movement in average fuel prices as compiled by the Fleet
Management Department in its Fuel Price Records for the appropriate time
frame. The fixed fee will be increased
or decreased by
8. NON-MOTOR
FUEL/PETROLEUM DELIVERED. Petroleum
products shall be delivered to the locations specified and upon request by
9. PRICE
(NON-MOTOR FUEL/PETROLEUM PRODUCTS).
The SUPPLIER agrees to provide the products specified herein. The purchase prices to be paid shall be:
Non-Motor Fuel/Petroleum Product Pricing
(Table A)
Item No. |
Description |
Unit of
Measure |
Brand |
Unit
Price |
1 |
|
|
|
|
2 |
|
|
|
|
3 |
|
|
|
|
4 |
|
|
|
|
5 |
|
|
|
|
6 |
|
|
|
|
7 |
|
|
|
|
8 |
|
|
|
|
9 |
|
|
|
|
10 |
|
|
|
|
11 |
|
|
|
|
12 |
|
|
|
|
13 |
|
|
|
|
14 |
|
|
|
|
15 |
|
|
|
|
The above
prices may be adjusted throughout the contract term, based on documented
manufacturer increases. The prices will
be increased or decreased by
10. RESERVED.
11. ALLOCATION.
If at any time, the
volume of motor fuel the SUPPLIER has available for sale and delivery to PASCO
COUNTY is less than the volume needed to satisfy all of SUPPLIER’S customers’
demands, due to a shortage of supply from SUPPLIER’S primary fuel supplier,
other regular sources of supply, or in the overall market, it is understood and
agreed that SUPPLIER will give priority to PASCO COUNTY if this occurs. Because of
12. FAILURE
TO DELIVER. The obligation of the
parties to deliver and receive motor fuel hereunder shall be suspended and
excused if SUPPLIER and/or it’s primary supplier is prevented from or delayed
in the production, manufacture, transportation or delivery of any motor fuel or
the materials from which motor fuel is manufactured; or if CUSTOMER is
prevented from receiving motor fuel at their fueling sites because of acts of
God, earthquake, fire, flood or the elements, malicious mischief, riots,
strikes, lockouts, boycotts, picketing, labor disputes or disturbance, war or
compliance with any directive, order or
regulation of any governmental authority or representative thereof acting under
claim or color of authority; or because of loss or shortage of any motor fuel
or of any part of SUPPLIER’S and/or it’s primary supplier’s own or customary
transportation or delivery facilities; or because of a known or suspected leak
in the motor fuel storage tanks or piping; or for any reason beyond SUPPLIER’S
or it’s primary supplier’s reasonable control, whether or not similar to the
foregoing.
In the event of SUPPLIER’S failure to deliver the
goods and services in accordance with the Contract terms and conditions, absent
the above excuses and conditions for suspension,
13. PAYMENT
PROCEDURES. The Pasco County Board
of
1.
Check may be
mailed to the remit address on the invoice.
The check is sent to the post office the day after Board approval.
2.
Check may be
picked up in
3.
Payment may
be wire-transferred to the SUPPLIER’S bank account. The SUPPLIER must call (352) 521-4599 for
detailed instructions.
14. PAYMENT
TERMS. Payment for the goods and services specified herein shall be due
within thirty (30) days from the
date a correct invoice and correct supporting documentation, is received
by Clerk of Circuit Court. Payments are
considered effective on the date payment is mailed, wire-transferred to the
SUPPLIER’S bank, or made available for pick up.
15. INDEMNIFICATION OF THE COUNTY.
A. SUPPLIER shall indemnify and save PASCO
COUNTY, its Commissioners, officers, agents, employees, harmless from and
against any claim, damages, costs, including attorney's fees, or causes of
action of whatsoever kind or nature, whether direct, indirect or consequential,
including, but not limited to, bodily injury, sickness, disease or death,
infringement of copyright or patent, or injury to or destruction of property,
including loss of use, which claims arise out of or are related to or in any
way connected with this Agreement, provided such claim is caused by the
negligent error, omission, act, or failure to act of SUPPLIER, its agents,
servants or employees in the performance of services under this Agreement. The SUPPLIER shall not indemnify
B. The SUPPLIER'S indemnification
obligation under the provision shall not be limited in any way to the
consideration hereunder, the agreed upon prices as shown in any Purchase Order
issued pursuant to this Contract, or any other agreed payment or compensation
amount, nor shall this indemnification be limited due to the SUPPLIER'S lack of
sufficient insurance protection. The
SUPPLIER hereby acknowledges and expressly agrees that the compensation to be
paid to the SUPPLIER by
16. INVOICING. Invoices must include, as separate line
items, the following minimum information:
1. Description/Type of Fuel/Product
2. Quantity
3. Date/Location of Fuel Delivery
4. Price-per-gallon, unit prices, excluding taxes.
5. Itemized list and amounts of applicable taxes.
6. Total amount due.
A copy of the Daily OPIS Average from which the prices are
calculated must accompany the invoice.
17. NONAPPROPRIATION. All funds for payment by
If at any time funds are not appropriated for the
continuance of this Contract, cancellation, shall be accepted by the SUPPLIER
on thirty (30) days prior written notice, but failure to give such notice shall
be of no effect and
18. RECOVERY
OF MONEY. Whenever, under the
contract, any sum of money shall be recoverable from or payable by the SUPPLIER
to
of any loss or damage suffered by
19. TAXES.
All
applicable taxes will be added after the fixed fee per gallon is
established. Taxes not included in the
posted terminal price include, but are not limited to, Florida Excise Tax,
Local Option Tax, Federal Oil Spill Tax, Florida Pollutants Control Tax, LUST and Florida Inspection
Fee. In the event other governmental
nonexempt taxes are imposed that are not included in the posted terminal price,
they will also be added after the fixed fee per gallon is established. Should any taxes be raised, the applicable
new rate will be used. All payments will
include the applicable taxes, although they will not be calculated in the
initial averaging figures or total figures for taxes of award. Should a dispute arise over the correct tax
rate or applicable add-on taxes, the State of Florida, Department of Revenue
(or the respective governmental agency), will be requested to issue an official
position, which shall then become final and binding on all parties to the
Contract.
All revenues found to be due and payable shall be
calculated on a retroactive basis to the date the tax was imposed.
Applicable Taxes
(Table B)
TYPE |
GASOLINE |
DIESEL |
|
|
|
|
|
|
|
|
|
Federal Oil Spill Tax |
|
|
|
|
|
|
|
|
Other (specify) |
|
|
Other (specify) |
|
|
Other (specify) |
|
|
20. TERMINATION.
Failure
of the SUPPLIER to comply with any of the provisions of this Contract shall be
considered a material breach of contract and shall be cause for immediate
termination of the Contract at the sole discretion of
21. INSURANCE REQUIREMENTS.
A. The SUPPLIER shall not commence any work
pursuant to this agreement until satisfactory proof of all insurance required
hereunder has been provided to and approved by
B. All insurance policies shall be issued
by responsible companies authorized to do business under the laws of the State
of
Coverage
shall be for the statutory limits in compliance with the applicable State and
Federal laws. The policy must include
employer's liability with a limit of $100,000.00 each accident. The insurer shall agree to waive all rights
of subrogation against the
b. Comprehensive General Liability:
Comprehensive general liability shall include premises and/or operations, products and/or competed operations, broad form property damage, xcu coverage, independent contractors, and contractual liability, and shall be written on an "occurrence basis."
Bodily
injury and personal injury, including death:
$1,000,000.00
each person
$3,000,000.00
aggregate
Property
damage:
$1,000,000.00
each occurrence
$3,000,000.00
aggregate
c. Comprehensive Automobile Liability:
Comprehensive
automobile liability shall include owned vehicles, hired, and non owned
vehicles, and employees' non ownership.
Bodily
injury and personal injury, including death:
$1,000,000.00
combined single limit
Property
damage:
$1,000,000.00
combined single limit
22. NOTICE. Any notice required or permitted to be
given under this agreement shall be in writing and shall be deemed properly
given and served when delivered to the other party by regular mail, certified
mail, private carrier service or hand delivered at the address set forth herein
or such other addresses that shall have been last designated in writing.
23. APPLICABLE LAW. The Contract shall be governed in all
respects by the laws of the State of
24. FORCE MAJEURE. The SUPPLIER shall not be held responsible
for failure to perform the duties and responsibilities imposed by the Contract
due to legal strikes, fires, riots, rebellions, and acts of God beyond the
control of the SUPPLIER, unless otherwise specified in the Contract.
25. SUCCESSORS AND ASSIGNS. The COUNTY and SUPPLIER respectively, bind
themselves, their partners, successors, assigns, and legal representatives to
the other party to the Contract and to the partners, successors, assigns and
legal representatives of such other party with respect to all covenants of this
Contract. Neither the COUNTY nor the
SUPPLIER shall assign or transfer any interest in this Contract without the
written consent of the other.
26. ENTIRE CONTRACT. This Contract cancels and supersedes, as of
the commencement date hereof, all prior Contracts between the parties covering
the sale and delivery of motor fuel and/or diesel motor fuel, emergency
generator fuel, non-motor fuel/petroleum products at the place of business
specified above and sets forth all the terms and conditions agreed upon by the
parties hereto. The terms of this
Contract are not to be changed except by written modification executed by both
parties hereto, and neither party is, nor shall be bound by any inducement,
statement, representation, promise or agreement not continued herein.
27. TERM. The initial term of this Contract
is for five (5) years commencing on the _________________________, 2007 and
expiring on _________________________ 2012, unless otherwise terminated as
provided herein.
28. AGREEMENT
EXTENSION. SUPPLIER and
29. INDEPENDENT CONTRACTOR. Neither PASCO COUNTY nor any of its employees shall have any control over the conduct of SUPPLIER or any of SUPPLIER'S employees, except as herein set forth, and SUPPLIER expressly warrants not to represent at any time or in any manner that SUPPLIER or any of SUPPLIER'S agents, servants or employees are in any manner agents, servants or employees of PASCO COUNTY.
It is understood and agreed that SUPPLIER is, and shall at all times remain as to PASCO COUNTY, a wholly independent contractor and that SUPPLIER'S obligations to PASCO COUNTY are solely as prescribed by this Contract.
30. WAIVER OF BREACH. Waiver
by either party of a breach of any provision of this agreement shall not be
deemed as a waiver of any other breach and shall not be construed to be a
modification of the terms of this agreement.
IN WITNESS WHEREOF, the parties have caused these
premises to be executed by their duly authorized representatives on this
______day of ____________________ 2006.
ATTEST: _____________________________________
Ann
Hildebrand, Chairman
(S
E A L) Date:
___________________________, 2006
_______________________________
Jed Pittman, Clerk
[VENDOR]
By:____________________________________
Title:__________________________________
Date:__________________________________
APPROVED AS TO LEGAL FORM AND SUFFICIENCY
OFFICE OF THE