PASCO COUNTY BOARD OF COUNTY COMMISSIONERS

PURCHASING DEPARTMENT

8919 GOVERNMENT DRIVE

NEW PORT RICHEY, FLORIDA 34654

TELEPHONE:  (727) 847‑8194

FACSIMILE:  (727) 847‑8065

pascocountyfl.net

 

INVITATION FOR BIDS

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.  Pasco County is not responsible for expenses incurred prior to award by the Board of County Commissioners (BCC).

 

 

 

Scott Stromer

Purchasing Director


PASCO COUNTY BOARD OF COUNTY COMMISSIONERS

PURCHASING DEPARTMENT

8919 GOVERNMENT DRIVE

NEW PORT RICHEY, FLORIDA 34654

 

 

 

 

 

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.

 

1.                          Opening date does not allow sufficient time to complete bid response.

 

2.                          We do not offer the commodities or services requested.

 

3.                          Our schedule would not permit us to perform.

 

4.                          We are unable to meet the issued specification.

 

5.                          Specifications are restrictive (please explain below).

 

6.                          We are unable to meet the surety requirements.

 

7.                          Other:  __________________________________________________________

 

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 Pasco County by the time and at the place specified for the receipt of bids.  Failure to acknowledge an issued amendment may result in bid rejection and disqualification.

 

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 Pasco County, that materially change any portion of the bid document shall not be relied upon unless subsequently ratified by a formal written amendment to the bid document.  No contractual or technical questions will be accepted after ten (10) days prior to the date set for bid opening.

 

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 Pasco County.

 

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 Pasco County.

 

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.  Pasco County reserves the right to award in a matter that is deemed to be in Pasco County's best interest.

 

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.  Pasco County shall not be responsible for explanations or interpretations of bid invitation documents except as issued in accordance herewith.  No oral interpretations will be made as to the meaning of specifications or any other contract documents.  Failure to comply with this provision will result in the bidder waiving his/her right to dispute the bid specification.

 

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 Pasco County upon which the bidder will rely.  If the bidder receives an award as a result of its bid submission, failure to have made such investigations and examinations will in no way relieve the bidder from its obligation to comply in every detail with all provisions and requirements of the contract documents, nor will a plea of ignorance of such conditions and requirements be accepted as a basis for any claim whatsoever by the contractor for additional compensation.

 

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 Pasco County's bidders' list for such items.  A form for submitting a "NO BID" is provided on Page 2 for your convenience.

 

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

Pasco County will receive sealed bid proposals until date and time indicated on bid cover.  Bids must be delivered, by hand or mail, to the Pasco County Purchasing Department, located at 8919 Government Drive, New Port Richey, Florida, where they will be opened at the stated time.  Bids must be time stamped in the Purchasing Department before or on the hour and date indicated on the cover sheet (Invitation for Bid) for the bid opening.  Bids received after the date and time of the bid opening will be received, date stamped, and returned to the bidder unopened.  It is the responsibility of the bidder to ensure that bids arrive at the designated opening place on time.  Late or nondelivery due to mail or express delivery company failure will not be considered adequate reason for consideration of late bids.  FAXED BIDS WILL NOT BE ACCEPTED AND SHALL NOT BE CONSIDERED FOR EVALUATION OR AWARD.  Notes may be taken at the public reading of the bid(s) at the specified time and date of the opening or a personal inspection may be made of the bid(s) after award has been made and documents are placed in central and public files.

 

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 Pasco County of claim or right to withdraw a bid.  Within two (2) business days after the bid opening, the bidder requesting withdrawal must provide to Pasco County all original work papers, documents, and other materials used in the preparation of the bid.  A bidder may also withdraw a bid prior to the time set for the opening of bids by simply making a request in writing to Pasco County; no explanation is required.  No bidder who is permitted to withdraw a bid shall, for compensation, supply any material or labor to or perform any subcontract or other work for the person to whom the contract is awarded or otherwise benefit from the contract.  No partial withdrawals of a bid are permitted after the time and date set for the bid opening; only complete withdrawals are permitted.  The decision to allow or disallow bid withdrawal remains solely with Pasco County.

 

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 Pasco County.  The determination as to whether any alternate product or service is or is not equal shall be made by Pasco County, and such determination(s) shall be final and binding upon all bidders.

 

CANCELLATION

Pasco County reserves the right to cancel a resulting contract, without cause, by giving thirty (30) days' prior written notice to the contractor of the intention to cancel, or with cause if at any time the contractor fails to fulfill or abide by any of the terms or conditions specified.  Failure of the contractor to comply with any of the provisions of a resulting contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the sole discretion of Pasco County.  In addition to all other legal remedies available to Pasco County, Pasco County reserves the right to cancel and obtain from another source, any services which have not been provided within the required period of time or, if no such time is stated, within a reasonable period of time from the date of order or request, as determined by Pasco County.

 

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

Pasco County may order changes in the work consisting of additions, deletions, or other revisions within the general scope of the contract.  No claims may be made by the contractor that the scope of the project or of the contractor's services has been changed, requiring changes to the amount of compensation to the contractor or other adjustments to the contract, unless such changes or adjustments have been made by written amendment to the contract or purchase order signed by Purchasing Director.  If the contractor believes that any particular work is not within the scope of the project, is a material change, or will otherwise require more compensation to the contractor, the contractor must immediately notify Pasco County in writing of this belief.  If Pasco County believes that the particular work is within the scope of the contract as written, the contractor will be ordered to and shall continue with the work as changed and at the cost stated for the work within the scope.

 

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.  Pasco County may or may not, at its discretion, accept future bids for the same work from participants in such collusion.  More than one (1) bid from an individual, firm, partnership, cooperation, or association under the same or different names may be rejected.  Reasonable grounds for believing that a bidder has interest in more than one (1) bid for the work being bid may result in rejection of all bids in which the bidder is believed to have interest.  Nothing in this clause shall preclude a firm acting as a subcontractor to be included as a subcontractor for two (2) or more primary contractors submitting a bid for the work.

 

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 Pasco County is financially interested, directly or indirectly, in the offer of goods or services specified in this invitation.

 

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

Pasco County accepts no responsibility for any expense incurred by the bidder in the preparation and presentation of a bid.  Such expenses shall be borne exclusively by the bidder.

 

FAILURE TO DELIVER

SEE ATTACHED AGREEMENT

 

FAILURE TO ENFORCE

Failure by Pasco County at any time to enforce the provisions of the contract shall not be construed as a waiver of any such provisions.  Such failure to enforce shall not affect the validity of the contract or any part thereof or the right of Pasco County to enforce any provision at any time in accordance with its terms.

 

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 County Attorney for investigation.

 

INDEMNIFICATION

SEE ATTACHED AGREEMENT

 

INDEPENDENT CONTRACTOR

SEE ATTACHED AGREEMENT

 

INFORMALITIES AND IRREGULARITIES

Pasco County has the right to waive minor defects or variations of a bid from the exact requirements of the specifications that do not affect the price, quality, quantity, delivery, or performance time of the services being procured.  If insufficient information is submitted by a bidder with the bid for Pasco County to properly evaluate the bid, Pasco County has the right to require such additional information as it may deem necessary after the time set for receipt of bids, provided that the information requested does not change the price, quality, quantity, delivery, or performance time of the services being procured.  The BCC reserves the right to reject any or all bids in whole or in part; to award by any item, group(s) of items, total bid, or accept the bid that is most advantageous and in the best interest of Pasco County.

 

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.  Pasco County reserves the right to permit the bidder to withdraw nonconforming terms and conditions from its bid response prior to a determination by Pasco County of nonresponsiveness based on the submission of nonconforming terms and conditions.

 

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 Pasco County.

 

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

SEE ATTACHED AGREEMENT

 

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, 8919 Government Drive, New Port Richey, Florida.

 

PUBLIC INFORMATION

Upon public opening of all bids or proposals presented to Pasco County as a result of this solicitation, any and all information contained therein is considered public and may be reviewed by any persons interested in doing so.

 

QUALIFICATIONS OF BIDDERS

The bidder may be required before the award of any contract to show to the complete satisfaction of Pasco County that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner.  The bidder may also be required to give a past history and references in order to satisfy Pasco County in regard to the bidder's qualifications.  Pasco County may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to Pasco County all information for this purpose that may be requested.  Pasco County reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy Pasco County that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein.  Evaluation of the bidder's qualifications shall include:

 

1.                  The ability, capacity, skill, and financial resources to perform the work or provide the service required.

2.                  The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference.

3.                  The character, integrity, reputation, judgment, experience, and efficiency of the bidder.

4.                  The quality of performance of previous contracts or services.

 

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 Pasco County from the subject vendor.  The contractor shall retain these records for a period of three (3) years after final payment, or until they are audited by Pasco County, whichever event occurs first.  These records shall be made available during the term of the contract and the subsequent three (3) year period for examination, transcription, and audit by Pasco County, its designees, or other authorized bodies.

 

RISK OF LOSS

Pasco County shall be relieved from all risks of loss or damage to goods during periods of transportation, manufacture, and the entire time the goods are in the possession of Pasco County prior to acceptance by Pasco County.  At such time, the risk of loss or damage for goods shall pass to Pasco County.  The bidder/contractor shall not be responsible for damage to the goods occasioned by negligence of Pasco County or its employees.

 

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, Pasco County shall have the right to order the correction of the deficiency by separate contract or with its own resources at the expense of the contractor.  Notwithstanding the above, Pasco County reserves the right to cancel a resulting contract, without cause, by giving thirty (30) days' prior written notice to the contractor of the intention to cancel.

 

 

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 Pasco County shall have no obligation to the contractor if no services are required.  Any quantities that are included in the scope of work reflect the current expectations of Pasco County for the period of the contract.  The amount is only an estimate and the contractor understands and agrees Pasco County is under no obligation to the contractor to buy any amount of the services as a result of having provided this estimate or of having any typical or measurable requirement in the past.  The contractor further understands and agrees Pasco County may require services in an amount less than or in excess of the estimated annual contract amount, and the quantity actually used, whether in excess of the estimate or less than the estimate, shall not give rise to any claim for compensation other than the total of the unit prices in the contract for the quantity actually used.

 

 

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 Florida standards and specifications in-effect at the time of offering.

 

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 Florida approved.

           

2.2.2        Products offered must be State of Florida approved, if applicable (i.e. antifreeze, brake fluid, etc.).

 

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 NORMAL OPERATING CONDITIONS AND MAINTAINED ACCORDING TO THE EQUIPMENT MANUFACTURER’S RECOMMENDATIONS.

 

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                          Pasco County specifically reserves the right to add or delete sites listed on Exhibits A and B, as needed.

 

 

 

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

Florida Excise Tax

 

 

Pasco County Local Option Tax

 

 

Florida Inspection Fee

 

 

Federal Oil Spill Tax

 

 

Florida Pollutants Control Tax

 

 

Florida Gasoline LUST/KERO Diesel Tax

 

 

Other (specify)

 

 

Other (specify)

 

 

Other (specify)

 

 

 


"We offer to sell/provide Pasco County, Florida, the above item(s) and/or service(s) at the price(s) stated, in accordance with the terms and conditions contained herein.  In addition, the item(s) and/or service(s) offered above meet all specifications contained herein or attached, unless otherwise stipulated by exception.  This offer to sell/provide is firm for ninety (90) days."

 

  _________________________________________

                     (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  -  Fuel Island Emerg. Phone

 

 

 

 

 

 

 

727-847-8099  -  Computer Phone

 

total: 36,000 gal.

total: 32,400 gal.

 

 

total: 11 pumps

 

 

 

 

 

 

 

 

 

 

 

 

Jackson Building

 

 

1

6,000

5,400

518519980

3  dispensers

1-2

Midgrade

37312 Howard Avenue

 

2

6,000

5,400

 

 

3-4

Unleaded

Dade City, Fl 33525

 

 

3

6,000

5,400

 

 

5

Diesel

 

 

 

 

 

 

 

 

 

 

 

352-521-5255 - Fuel Island Emerg. Phone

 

 

 

 

 

 

 

352-521-5143 - Computer Phone

 

 

total: 18,000 gal.

total: 16,200 gal.

 

 

total: 3 pumps

 

 

 

 

 

 

 

 

 

 

 

 

Fire Station #16 (EMS)

 

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 - Fuel Island Phone

 

 

 

 

 

 

 

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

30906 Warder Road

 

 

2

3,000

2,700

 

1 fastfill

3-4

Unleaded

San Antonio, Fl  33576

 

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 - Fuel Island Emerg. Phone

 

 

 

 

 

 

 

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

19415 Central Blvd.

 

 

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

Co. Ext. Only 6279 - Fuel Island Phone

6

12,000

10,800

 

 

 

Midgrade

Co. Ext. Only 6078 - Computer Phone

 

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 Ranch Road

 

 

 

 

 

 

 

 

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

County ID #

LocationName

Make

Model #

Killowatts

Fuel Type

Tank Capacity

(Gals)

0

28865

PORTABLE ON TRAILER

Onan

60DGCB

60

Diesel

90

Central Pasco

18436

LOL DETENTION CENTER (JAIL)

Caterpillar

3512 TA

1500

Diesel

2200

Central Pasco

18865

LIFT STATION 1-436 VILLAGEBROOK

Onan

175DFEL

175

Diesel

400

Central Pasco

20445

LIFT STATION 1-349 WILLOW BEND

Onan

175DFGB

175

Diesel

400

Central Pasco

21942

WWTP ODESSA

Kohler

250R0ZD

250

Diesel

200

Central Pasco

21944

WWTP WESLEY CENTER

Caterpillar

3512

600

Diesel

3000

Central Pasco

24088

LIFT STATION 3-363 LAKE PADGETT

Caterpillar

SR-4B

438

Diesel

500

Central Pasco

29242

FIRE STATION 26

GENERAC

4501820100

80

Diesel

900

Central Pasco

29243

FIRE STATION #32

GENERAC

4282340100

80

Diesel

900

Central Pasco

31883

9930 LOL BLVL  LOL

GENERAC

SD080

80

Diesel

450

Central Pasco

F0152

QUAIL RIDGE WELL

Ford

BSD4441-6005E

 

Diesel

125

Central Pasco

F0155

LAND O' LAKES JAIL

Caterpillar

Water pump

 

Diesel

300

Central Pasco

F0164

LIFT STATION 1-419 (OFF CR 581)

Caterpillar

SR4

480

Diesel

500

Central Pasco

F0195

WWTP SHADY HILLS (SLUDGE FACILITY)

Caterpillar

SR4

1134

Diesel

3000

Central Pasco

F0235

LOL JAIL (NEXT TO F0155)

Onan

7.5DKDFD

7.5

Diesel

300

Central Pasco

F0239

LIFT STATION 1-453 WESLEY CHAPEL

Kohler

200 KW

410

Diesel

400

Central Pasco

F0242

WWTP LAND O' LAKES

Cummins

DFLC4493704

1250

Diesel

9000

Central Pasco

F0256

BALLENTRAE LIFT STATION

KOHLER

230REOZV

240

Diesel

400

Central Pasco

F0257

17001 LIBERTY WAY

KOHLER

230REOZ JB

230

Diesel

400

Central Pasco

F0258

7501 BOYETTE ROAD WESLEY CHAPEL

ONAN

1250 DCLF

1250

Diesel

3000

Central Pasco

F0259

 

ONAN

1000DFHD

1000

Diesel

2700

East Pasco

11399

Triby well field

Winpower

DRA 30 h 4-J

30

Diesel

110

East Pasco

15300

DADE CITY FAIRGROUNDS

Kohler

Portable

5

Diesel

 

East Pasco

20928

WELL SITE OAKS ROYAL

Caterpillar

Olympian 3

196

Diesel

270

East Pasco

20929

PALMVIEW GARDENS  WELL SITE

Caterpillar

Olympian 3

196

Diesel

270

East Pasco

21306

LIFT STATION 1-606 OAKS ROYAL

Generac

96A

175

Diesel

200

East Pasco

21943

LAKE BERNADETTE WELL SITE

Onan

125DGFB

125

Diesel

500

East Pasco

22272

LIFT STATION 1-348 LAKE PADGETT

Generac

Olympian

100

Diesel

500

East Pasco

22527

BLANTON WELL

Generac

98A

50

Diesel

280


 

East Pasco

22528

LIFT STATION 4-629 TROPICAL ACRES

Onan

175DGBF

175

Diesel

250

East Pasco

22534

PORTABLE - PARKED AT C-BARN

Kato Lite

D500FRV4

500

Diesel

450

East Pasco

24895

LIFT STATION 1-439 NORTHWOOD

Generac

Series 2000

180

Diesel

468

East Pasco

27364

JACKSON BUILDING

Generac

2881810100

150

Diesel

1000

East Pasco

28733

HICKORY HILL WELL

Katolight

SED60FJJ4

60

Diesel

230

East Pasco

29234

BETMAR ACRES OFF DEAN DAIRY RD

Kohler

100ROZJ71

100

Diesel

135

East Pasco

29257

WELL SITE @  ONE PASCO CENTER

GENERAC

ENR 180

180

Diesel

380

East Pasco

30800

37301 FLORIDA AVE. DADE CITY

GENERAC

ENR-080

80

Diesel

1350

East Pasco

F0144

DATA CENTER

Onan

200DFBC

200

Diesel

750

East Pasco

F0165

WWTP SOUTHEAST

Caterpillar

600KW

600

Diesel

3000

East Pasco

F0166

FIRE STATION #16 (FUEL ISLANDS)

Onan

40-DGAE

40

Diesel

256

East Pasco

F0167

FLEET MAINT. GARAGE (C-BARN FUEL)

Onan

125-DGEA

125

Diesel

256

East Pasco

F0231

PUBLIC HEALTH UNIT

Kohler

50ROZJ

55

Diesel

165

East Pasco

F0238

LIFT STATION 3-565 NEW RIVER LIBRARY

Kohler

300ROZD

410

Diesel

500

East Pasco

F0240

LAKE JOVITA

Kohler

200 kw

120

Diesel

200

East Pasco

F0245

SUNBURST HILLS WELL #2

Onan

DGFC5001015

 

Diesel

300

East Pasco

F0246

LIFT STATION  (LAKE JOVITA PUMP STATION)

Kohler

KCT150RE023B

150

Diesel

270

East Pasco

F0247

WWTP SOUTHEAST

Caterpillar

3412

825

Diesel

3,000

East Pasco

F0249

CHARLES "BO" HARRISON BLDG.

Onan

DFCB-5641015

330

Diesel

675

West Pasco

11413

FLEET MAINT. BLDG. (D&E FUEL)

Onan

120 DJC

12

Diesel

75

West Pasco

11499

WTP LITTLE ROAD

Caterpillar

PTO

 

Diesel

225

West Pasco

16491

WWTP DEER PARK

Caterpillar

SR-4

664

Diesel

500

West Pasco

16994

WWTP EMBASSY HILLS

Onan

150KW

150

Diesel

165

West Pasco

17303

LIFT STATION 8-87 TIMBER OAKS

Caterpillar

175

175

Diesel

250

West Pasco

17304

LIFT STATION 20-64 SEA PINES

Generac

175

196

Diesel

250

West Pasco

18864

LIFT STATION 8-67 BEACON WOODS

Kohler

R0ZJ71

180

Diesel

250

West Pasco

18866

LIFT STATION 8-19 HOLIDAY LAKES EST.

Kohler

180 ROZI 71

180

Diesel

265

West Pasco

19558

EMERGENCY COMMUNICATIONS CTR. (911)

DMT

DMT400CI

400

Diesel

1350

West Pasco

20930

LIFT STATION 10-17 BEACON SQUARE

Caterpillar

Olympian 3

196

Diesel

270

West Pasco

22158

LIFT STATION  BEACON SQUQRE

Generac

97A03125-3

60

Diesel

300

West Pasco

24082

LIFT STATION 1-43 FOREST HILLS

Generac

99A

180

Diesel

468

West Pasco

24083

LIFT STATION 2-175 PINE RIDGE

Generac

99A

180

Diesel

450

West Pasco

27161

LEACHATE PLANT BEHIND RES. RECOV.

Generac

2707960200

175

Diesel

500

West Pasco

27162

LIFT STATION 4-42 LA VILLA GARDENS

Generac

2707980300

175

Diesel

345

West Pasco

27365

PUBLIC WORKS/UTILITIES BUILDING

Generac

2881810100

150

Diesel

100

West Pasco

27726

 PARKED AT C BARN

Katolight

D150FXJ4

150

Diesel

150

West Pasco

27805

LIFT STATION 5-112 SEVEN SPRINGS

Generac

3052990200

180

Diesel

372

West Pasco

29240

FIRE STATION #10

GENERAC

450182100

80

Diesel

900

West Pasco

29241

FIRE STATION #14

GENERAC

4501820100

80

Diesel

900

West Pasco

29244

FIRE STATION #21

GENERAC

4302000100

80

Diesel

900

West Pasco

29256

LIFT STATION 1-133 HERITAGE PINES

GENERAC

ENR180

180

Diesel

380

West Pasco

30330

LIFT STATION 6-68 BEACON WOODS

KATOLIGHT

D 180 FJJ 4 T 2

180

Diesel

375

West Pasco

31761

8744 GOVERNMENT DRIVE

DETROIT DIESEL

R1237M36

660

Diesel

3600

West Pasco

31797

7220 OSTEEN ROAD

KATOLIGHT

SED150FP54T2-30116

150

Diesel

190

West Pasco

31881

4602 MILE STRECH ROAD

GENERAC

SD080

80

Diesel

450

West Pasco

31882

2951 SEVEN SPRINGS BLVD

GENERAC

SD080

80

Diesel

450

West Pasco

31884

38316 SR 575/TRILBY ROAD

GENERAC

SD080

80

Diesel

450

West Pasco

F0064

LIFT STATION 2-82 VIVA VILLAS

Caterpillar

3406

380

Diesel

400

West Pasco

F0156

WWTP LITTLE ROAD

Caterpillar

SR-4

825

Diesel

2700

West Pasco

F0157

WWTP EMBASSY HILLS

Caterpillar

SR-4

825

Diesel

3600

West Pasco

F0158

WWTP HUDSON

Caterpillar

SR4

825

Diesel

3600

West Pasco

F0210

SCALE HOUSE- RESOURCE RECOVERY

Onan

15RDJCB

15

Diesel

31.5

West Pasco

F0232

WEST PASCO GOVT. CTR. (BASEMENT)

Kohler

2500

350

Diesel

250

West Pasco

F0250

LIFT STATION 1-143 RIVER RIDGE

Spectrum 160

150DSEJB

150

Diesel

500

West Pasco

F0251

EMERGENCY COMMUNICATIONS CTR. (911)

Cummins

nta 855-g5

400

Diesel

4000

West Pasco

F0252

WWTP SOUTHWEST

CATERPILLIAR

FCA-24-10-2211U

450

Diesel

600

West Pasco

F0264

7530 LITTLE ROAD   NPR

KOHLER

350RE0ZV

360

Diesel

450

West Pasco

GE017

LITTLE ROAD WATER PLANT

Onan

6DJB

6

Diesel

 

West Pasco

n/a (WREC)

1 GOVT. CENTER, NPR (WREC TO TOP OFF)

 

 

 

Diesel

1000


West Pasco

n/a (WREC)

2 GOVT. CENTER, NPR (WREC TO TOP OFF)

 

 

 

Diesel

1000

West Pasco

n/a (WREC)

1 HUDSON HS SHELTER (WREC TO TOP OFF)

 

 

 

Diesel

1000

West Pasco

n/a (WREC)

2 HUDSON HS SHELTER (WREC TO TOP OFF)

 

 

 

Diesel

1000

West Pasco

n/a (WREC)

1 RIVER RIDGE HS SHLETER (WREC TO TOP OFF)

 

 

 

Diesel

1000

West Pasco

n/a (WREC)

2 RIVER RIDGE HS SHLETER (WREC TO TOP OFF)

 

 

 

Diesel

1000

 

 

 


AGREEMENT FOR SUPPLY OF MOTOR FUELS AND PETROLEUM PRODUCTS

BETWEEN PASCO COUNTY, FLORIDA, AND __________________________

 

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 PASCO COUNTY such quantities of SUPPLIER'S motor fuel, (gasoline and/or diesel fuel) as PASCO COUNTY may require at PASCO COUNTY’S fueling sites throughout Pasco County, Florida.  PASCO COUNTY agrees to utilize SUPPLIER as its primary source of motor fuel.  It is expressly understood and agreed that SUPPLIERS prices and quantities of motor fuel sold to PASCO COUNTY are based on NET gallons.


2.  PRODUCT AND QUANTITY (EMERGENCY GENERATOR MOTOR FUEL).  SUPPLIER agrees to sell and deliver to PASCO COUNTY such quantities of SUPPLIER’S emergency generator fuel as PASCO COUNTY may require at various locations throughout Pasco County, FL.  PASCO COUNTY agrees to utilize SUPPLIER as its primary source of motor fuel for emergency generators.  It is expressly understood and agreed that SUPPLIER’S prices and quantities of emergency generator fuel sold to PASCO COUNTY are based on METERED gallons.

 

3.  PRODUCT AND QUANTITY (NON-MOTOR FUEL/PETROLEUM PRODUCTS).  SUPPLIER agrees to sell and deliver to PASCO COUNTY such quantities of SUPPLIER’S various types of oil, hydraulic fluid, grease and antifreeze for the Fleet Maintenance Operations.  PASCO COUNTY agrees to utilize SUPPLIER as its primary source of non-motor fuel/petroleum products including, but not limited to, various types of oil, hydraulic fluid, grease and antifreeze.

 

4.  MOTOR FUEL SOLD AND DELIVERED.  The motor fuel sold to PASCO COUNTY shall be the brands and grades regularly offered to SUPPLIER’S customers in the geographical area in which the business is located.  No deliveries will be accepted during any period of time, which will cause interruption of service or operations.  PASCO COUNTY fueling facilities will make available to the SUPPLIER ease of accessibility to the facilities’ fuel drops.  SUPPLIER shall not be required to make deliveries in less than twenty-four (24) hours (but not longer than forty-eight (48) hours following receipt of PASCO COUNTY’S order), outside of SUPPLIER’S regular business hours, on Saturday, Sunday or Holidays, with the exception of emergency events as defined by Pasco County.  Deliveries will be coordinated through the Pasco County Fleet Management Department.


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 Pasco County, upon written request of the vendor, in an amount no more than the percentage of movement (and direction) in the average price for Regular Unleaded Fuel, Mid-Grade Unleaded Fuel, and the average price for Ultra Low Sulfur Diesel for the twelve (12) month period ending December 31st.  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.  If fuel must be pumped, the SUPPLIER shall be entitled to a fee of $_________ per “pump off” location.  If this agreement is extended beyond the initial five (5) year term, the charge to pump fuel will increase to $_________ per “pump off” location and remain firm through the end of the agreement.  No “drop” or “split load” fees will be allowed for combined product loads of 2,500 gallons or more. 

 

6.  EMERGENCY GENERATOR FUEL DELIVERED.  Emergency Generator Fuel will be delivered to emergency generator locations as specified and upon request by PASCO COUNTY.  The SUPPLIER will make delivery within 24 to 48 hours.


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 Pasco County, upon written request of the vendor, in an amount no more than the percentage of movement (and direction) in the average price for High Sulfur Off-Road Diesel for the twelve (12) month period ending December 31st.  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.  .  No ADDITIONAL “drop” or “split load” fees will be allowed.

 

8.  NON-MOTOR FUEL/PETROLEUM DELIVERED.  Petroleum products shall be delivered to the locations specified and upon request by PASCO COUNTY.  The SUPPLIER will make all deliveries between the hours of 8:00 AM and 5:00 PM, unless otherwise directed by Pasco County.

 

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 Pasco County, upon written request of the vendor, in an amount equal to the manufacturer’s price adjustment.  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.

 


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 PASCO COUNTY’S public safety needs, SUPPLIER will allocate and distribute enough fuel to satisfy PASCO COUNTY’S essential and operational needs, as requested during emergency operations.

 

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, PASCO COUNTY may procure the goods and services from other sources and hold the SUPPLIER responsible for any resulting additional costs.  Such a failure to deliver will result in immediate termination of a resulting Contract, and may disqualify SUPPLIER from doing business with PASCO COUNTY for a maximum of three (3) years.  These remedies shall be in addition to any other remedies that Pasco County may have available.

 

13.  PAYMENT PROCEDURES.  The Pasco County Board of County Commissioners has adopted Resolution No. 95-70, incorporating its Invoice Payment Procedures Policy in order to help ensure that vendors providing goods and/or services to the Board receive payment in a timely manner and in accordance with Chapter 218, Part VII, Florida Statutes, (the Florida Prompt Payment Act).  A copy of Resolution N. 95-70 (which includes the policy is available for viewing during normal business hours at the Office of the Pasco County Clerk of the Circuit Court; 38053 Live Oak Avenue; Department of Secretarial Services, Room 205; Dade City, Florida 33525.  Copies of the Resolution may be obtained at a cost of $1.20.  Please make your check payable to Jed Pittman, Clerk of the Circuit Court, and forward payment to the Department of Secretarial Services at the address noted above.  For further information, please call (352) 521-4347.  Several payment options are available to the SUPPLIER, upon receipt of a correct invoice:

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 Dade City.  The SUPPLIER must pick up the check the day after Board approval.  The SUPPLIER must call (352) 521-4599 for detailed instructions.


 

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 PASCO COUNTY for any negligence of PASCO COUNTY'S employees or agents.  This indemnity shall include, but not be limited to, charges of attorneys, legal assistants, and other professionals, and costs of both defense and appeal in a court of law or other tribunal, for any reason.


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 PASCO COUNTY pursuant to this Contract specifically includes compensation as consideration for the indemnification provided herein.

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 PASCO COUNTY under this contract are subject to the availability of an annual appropriation for this purpose by Pasco County.  In the event of nonappropriation of funds by Pasco County for the services provided under the Contract, Pasco County will terminate the Contract, without termination charge or other liability, on the last day of the then current fiscal year or when the appropriation made for the then current year for the services covered by this Contract is spent, whichever event occurs first.


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 Pasco County shall not be obligated under this Contract beyond the date of termination.

 

18.  RECOVERY OF MONEY.  Whenever, under the contract, any sum of money shall be recoverable from or payable by the SUPPLIER to Pasco County, the same amount may be deducted from any sum due the SUPPLIER under the contract or under any other contract between the SUPPLIER and Pasco County.  The rights of Pasco County are in addition and without prejudice to any other right Pasco County may have to claim the amount

of any loss or damage suffered by Pasco County on account of the acts or omissions of the SUPPLIER.

 

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

Florida Excise Tax

 

 

Pasco County Local Option Tax

 

 

Florida Inspection Fee

 

 

Federal Oil Spill Tax

 

 

Florida Pollutants Control Tax

 

 

Florida Gasoline LUST/KERO Diesel 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 PASCO COUNTY.  In the event of such termination, and in addition to all other legal remedies available to PASCO COUNTY, PASCO COUNTY reserves the right to obtain from another source the goods and services specified herein and hold the SUPPLIER responsible for any resulting additional costs for up to sixty (60) days from the date of termination.


 

     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 PASCO COUNTY.  It shall be the responsibility of the SUPPLIER to ensure that all SUB-CONTRACTORS performing services pursuant to this agreement comply with the insurance requirements of this provision.  The SUPPLIER shall furnish to the PASCO COUNTY certificate(s) of insurance in the form required by PASCO COUNTY and, if requested by the PASCO COUNTY, SUPPLIER shall provide certified copies of all required insurance policies.  The certificate(s) of insurance shall clearly indicate that the SUPPLIER has obtained insurance of the type, amount, and classification required for strict compliance with this agreement and that no reduction in coverage or in limits, suspension, or cancellation of the insurance shall be effective without thirty (30) days prior written notice to the PASCO COUNTY.  All certificate(s) of insurance shall be signed by a person authorized by that insurer to bind coverage on its behalf.  Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be suspended, voided, cancelled, reduced in coverage or in limits, except after thirty (30) days prior written notice by certified mail (return receipt requested) has been given to the PASCO COUNTY to the attention of the Pasco County Risk Manager, West Pasco Government Center, 7530 Little Road, New Port Richey, Florida 34654.  In the event any insurance coverage expires prior to the expiration of this agreement, a renewal certificate shall be issued thirty (30) days prior to said expiration.  Compliance with the foregoing requirements shall not relieve the SUPPLIER of any liability and/or other obligations pursuant to this agreement.  Neither approval by the PASCO COUNTY, nor a failure to disapprove insurance certificates or policies furnished by the SUPPLIER, shall release the SUPPLIER from full responsibility of all liability or its obligations under this agreement.

                        B.         All insurance policies shall be issued by responsible companies authorized to do business under the laws of the State of Florida.  Said insurance companies shall have an "A" policyholders' rating, have a financial rating of at least Class VIII in accordance with the most current Best Key Rating Guide, and shall be satisfactory to the COUNTY.  Policies of insurance required by this agreement shall be primary insurance with respect to the COUNTY, its officials, agents, or employees.  Any insurance or self-insurance maintained by the COUNTY or its officials, agents, or employees, shall be in excess of the SUPPLIER'S insurance and shall not contribute with it.  All policies of insurance required by this agreement, except Workers' Compensation and Errors and Omissions Liability, shall specifically provide that Pasco County, Florida, a political subdivision of the State of Florida, by and through its Board of County Commissioners and its officials, agents, or employees shall be "additional insureds" under the policy.  The insurance coverage and limits provided herein are designed to meet the minimum requirements of the COUNTY.  Any deductibles or self-insured retentions must be declared and approved by PASCO COUNTY and are the responsibility of the SUPPLIER.  The minimum kinds and limits of coverage to be carried by the SUPPLIER throughout the Effective Period shall be as follows:                           a.         Workers' Compensation and Employer's Liability:

                                    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 PASCO COUNTY, its officials, agents, and employees.  In case any employee is engaged in any hazardous work pursuant to this agreement and is not protected under the Workers' Compensation statute, the SUPPLIER and any SUBCONTRACTORS shall provide for adequate insurance coverage to protect these employees.


 

                        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 Florida, and any litigation with respect thereto shall be brought in the courts of Pasco County, Florida.  The SUPPLIER shall comply with all applicable Federal, State and local laws and regulations.  Lack of knowledge by the SUPPLIER will in no way be a cause for relief from responsibility.

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 PASCO COUNTY may extend this Agreement for one additional five (5) year term upon the same terms as set forth herein, provided both parties mutually agree in writing at least sixty (60) days prior to the expiration of the initial agreement term.  If mutual agreement is not reached and confirmed in writing as indicated above, the agreement will expire in accordance with Paragraph Twenty-Seven (27).

 

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.

 

                             


                                                                        PASCO COUNTY, FLORIDA, a political subdivision of the State of Florida

 

 

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 PASCO COUNTY ATTORNEY