Loading...
HomeMy WebLinkAbout18-014-LW City of Sebastian Piggyback Agreement - SignedDocument ID: DD6F643C7304B2A8CC18293896750E5B agreement unless specified herein. 3. NOTICES All notices and demands shall be sent U.S. Certified Mail, return receipt to: VENDOR: CITY OF SEBASTIAN: Wendall Stroderd, President/Owner Brian Benton, City Manager Tank Wizards Inc. City of Sebastian 7619 Coral Dr. 1225 Main Street West Melbourne, FL 32904 Sebastian, FL 32958 4. PUBLIC RECORDS IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT SEBASTIAN CITY CLERK JEANETTE WILLIAMS, PHONE: 772-388-8215 EMAIL: JWILLIAMS@CITYOFSEBASTIAN.ORG ADDRESS: 1225 MAIN STREET, SEBASTIAN, FLORIDA 32958 5. Vendor agrees to comply with public records laws, specifically to: A. Keep and maintain public records required by the public agency to perform the service. B. Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. C. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following compl etion of the contract if the contractor does not transfer the records to the public agency. D. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet Document ID: DD6F643C7304B2A8CC18293896750E5B all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Document ID: DD6F643C7304B2A8CC18293896750E5B Document ID: DD6F643C7304B2A8CC18293896750E5B ID: 70B80892-DBD2-4137-881D-... Digitally signed by <jcockcroft@cityofsebastian.org> October 27, 2025 01:51 PM EDT ID: 2DAC7D6E-3E83-45DD-B044... Digitally signed by <bbenton@cityofsebastian.org> October 27, 2025 01:51 PM EDT 10/27/2025 ID: 8C961B36-CF73-4E22-8B55-... Digitally signed by <jwilliams@cityofsebastian.org> October 27, 2025 01:53 PM EDT EXHIBIT A REQUIRED CERTIFICATIONS Document ID: DD6F643C7304B2A8CC18293896750E5B Document ID: DD6F643C7304B2A8CC18293896750E5B CONTRACTOR’S SAM.GOV PROFILE Document ID: DD6F643C7304B2A8CC18293896750E5B Document ID: DD6F643C7304B2A8CC18293896750E5B Document ID: DD6F643C7304B2A8CC18293896750E5B Document ID: DD6F643C7304B2A8CC18293896750E5B Document ID: DD6F643C7304B2A8CC18293896750E5B Document ID: DD6F643C7304B2A8CC18293896750E5B EXHIBIT B PASCO COUNTY SCHOOLS AGREEMENT WITH TANK WIZARDS INC. Document ID: DD6F643C7304B2A8CC18293896750E5B WWS Tank Wizards Inc. 321-285-8878 wendall@tankwizards.com Wendall Stroderd President/Owner Jan 23, 2023 Document ID: DD6F643C7304B2A8CC18293896750E5B Document ID: DD6F643C7304B2A8CC18293896750E5B Document ID: DD6F643C7304B2A8CC18293896750E5B Site/Address Tank Size - Gallons (Unleaded/Diesel) Date Able to Begin Services Estimated Duration to Complete Services Cost for Cleaning & Treatment (includes inspection) Cost for Fuel Testing/Reporting (Diesel Fuel Only) Central Compound 5346 Parkway Boulevard Land O' Lakes, FL 34639 1,800 / 10,800 1-Mar-18 1 day $5,000.00 $350.00 East Compound 13135 Fort King Road Dade City, FL 33525 1,800 / 10,800 2-Mar-18 1 day $5,000.00 $350.00 Maintenance 11835 Tree Breeze Drive New Port Richey, FL 34654 8,100 / 4,500 3/3/2018 1 day $3,900.00 $350.00 Northwest Compound 14500 Cobra Way Hudson, FL 34669 2,500 / 12,000 TBD - Recently installed, will coordinate schedule for future date.1 day $6,000.00 $350.00 South Compound 13101 Interlaken Road Odessa, FL 33566 2,500 / 10,000 TBD - Recently installed, will coordinate schedule for future date.1 day $5,000.00 $350.00 Southeast Compound 37820 13th Avenue Zephyrhills, FL 33542 1,800 / 10,800 3/4/2018 1 day $5,000.00 $350.00 West Compound 6125 Pinehill Road Port Richey, FL 34668 4,500 / 13,500 3/5/2018 1 day $6,800.00 $350.00 $36,700.00 $2,450.00 $200.00 $250.00 $1,375.00 Instructions: Fill in all cells that are highlighted YELLOW. All bid prices should include travel, and all parts, tools and material to complete the service. No separate billable line item be paid by the District for travel. For the "Next Scheduled Cleaning", input the date the Contractor is able to begin services. "Estimated Duration to Complete Services" is the approximate number of hours/days it will take to service the respective fuel tank. Be sure to indicate whether the estimate is for days or hours. PART A: Cleaning, Testing, and Treatment TOTALS Cost for ONLY Fuel Treatment (includes inspection) $200.00 $200.00 $100.00 $225.00 $200.00 Document ID: DD6F643C7304B2A8CC18293896750E5B Tank Size (Gallons) Estimated Duration to Complete Services Cost for Fuel Testing/Reporting (Diesel Fuel Only) 200-500 <1 day $350.00 501-2000 < 1 day $350.00 2001-5000 < 1 day $350.00 5001-8000 1 day $350.00 8001-12000 1 day $350.00 12001-15000 1 day $350.00 15001-20000 1 day $350.00 $2,450.00 Cost for each Fuel Treatment (includes inspection) $70.00 $125.00 $250.00 $300.00 $350.00 $400.00 $500.00 $1,995.00 Cost for each Cleaning & Treatment (includes inspection) $28,070.00TOTALS $570.00 $1,500.00 $2,500.00 $3,900.00 $5,400.00 $6,400.00 $7,800.00 PART B: Additional Tank Pricing FOR INFORMATIONAL PURPOSES ONLY Instructions: Fill in all cells that are highlighted YELLOW. All bid prices should include travel, and all parts, tools and material to complete the service. No separate billable line item be paid by the District for travel. "Estimated Duration to Complete Services" is the approximate number of hours/days it will take to service the respective fuel tank. Be sure to indicate whether the estimate is for days or hours. Document ID: DD6F643C7304B2A8CC18293896750E5B REQUEST FOR PROPOSAL FUEL TANK CLEANING, TREATMENT & TESTING SERVICES RFP NO.: 18-014-LW Purchasing Services Document ID: DD6F643C7304B2A8CC18293896750E5B To All Interested Parties: You are hereby invited by the District School Board of Pasco County to respond to the following: RFP #18-014-LW: FUEL TANK CLEANING, TREATMENT & TESTING SERVICES This document is intended to provide specific information regarding the solicitation. Information specific to this solicitation, not provided within this document can be located on system, IONWAVE, within the tabs identified below: Tab Description Event Details Question and submittal deadlines, as well as contact information. Messages Additional information distributed by Pasco County Schools after issue date, if applicable. Questions Vendor(s) will submit questions here, where all vendors will have access to review the questions and responses. Attachments Vendor(s)must read all attachments and return applicable documents with their submittal. Attributes Series of questions for vendor(s) to complete. Line Items Vendor(s) will input pricing, discounts and any other information requested. Response Attachments Vendor(s) will upload and attach all applicable documents here. Response Submission Vendor(s) will enter their name and email address, then submit their response once all other tabs have been completed. It is the responsibility of the vendor(s) to ensure all information within IONWAVE is reviewed and completed prior to submitting a response. The District School Board of Pasco County reserves the right to waive minor informalities in any proposal, to accept any proposal which they consider to be in the best public interest, and to reject any part of, or any and all proposals. Failure to read or comply with the terms and conditions in no way relieves vendor(s) from their liabilities arising hereunder. Solicitations cannot be withdrawn prior to Board approval without a valid written explanation from proposer and written consent of the Purchasing Agent. Respectfully, Nicole Westmoreland, MBA Purchasing Director NW/lnw Attachment Purchasing Services Nicole Westmoreland, Purchasing Director 813/ 794-2221 727/ 774-2221 352/ 524-2221 Fax: 813/ 794-2111 E-mail: nwestmor@pasco.k12.fl.us Document ID: DD6F643C7304B2A8CC18293896750E5B OFFICIAL RFP DISTRICT SCHOOL BOARD OF PASCO COUNTY, FLORIDA RFP Title: Fuel Tank Cleaning, Treatment & Testing Services RFP Number: 18-014-LW Page 3 of 15 The following instructions have been developed specifically for this RFP and may or may not be the same as previous or future solicitations for this type of service or commodity. This document, and any Addenda issued, will serve as the contract between th No separate document will be negotiated or executed. The District reserves the right to deem conditional proposals (i.e., counter-offers on specific terms and conditions) non-responsive; any such proposals will not be considered. SECTION I INTRODUCTION SCOPE: to secure a qualified Contractor for the cleaning, treatment and testing of the dual wall fuel storage tanks. The work performed by the Contractor includes all labor, supervision, materials, tools and equipment, as necessary for performing the work. BACKGROUND:The District has seven (7) dual wall fuel storage tanks at various locations throughout Pasco County, Florida. Please refer to Attachment A Pricing Page for locations and sizes. The approximate usage for unleaded and diesel fuel is provided below: APPROXIMATE FUEL USAGE FROM 06/30/2016 06/30/2017 Fuel Product Quantity (Gallons) Unleaded 147,000 Diesel 1,147,000 TIMELINE: Solicitation Date:December 8, 2017 Deadline for Questions:December 14, 2017 at 2:30 PM Due Date:January 11, 2018 at 2:30 PM Anticipated Evaluation:January 12, 2018 January 16, 2018 Anticipated Board Recommendation:January 30, 2018 *Anticipated Award:February 6, 2018 *NOTE: Anticipated award is contingent on the availability of funds for the 2018-2019 (July 1, 2018 June 30, 2019) fiscal year. In the event sufficient funds are not available, this s Terms and Conditions. QUESTIONS:Questions regarding this RFP should be posted directly on IONWAVE, where answers can be posted electronically. The deadline for questions concerning this bid is December 14, 2017 at 2:30 PM. CONTRACT TERM/OPTION TO RENEW:The initial term of this contract is for a five (5) year period from date of the award, and may, by mutual agreement between the District and the Document ID: DD6F643C7304B2A8CC18293896750E5B OFFICIAL RFP DISTRICT SCHOOL BOARD OF PASCO COUNTY, FLORIDA RFP Title: Fuel Tank Cleaning, Treatment & Testing Services RFP Number: 18-014-LW Page 4 of 15 successful Contractor, be renewed for a period not to exceed the initial contract term, and if needed, ninety (90) days beyond the expiration date of the current contract period. INSURANCE: coverage shall be as follows: Coverage: Minimum Required: Statutory F.S. 440 Commercial General Liability Each Occurrence $3,000,000 General Aggregate $3,000,000 Premises Each Occurrence N/A Automobile Liability Commercial Auto Combined single limit (each accident) $3,000,000 Bodily Injury: Each Person N/A Bodily Injury: Each Accident N/A Environmental Impairment Liability Each Occurrence $1,000,000.00 PRICING: Pricing .Prices shall be inclusive of all costs, charges, and fees involved in providing the specified products and services. No separate billable line item will be paid by the District for travel. The District may require additional tank cleaning services on an as needed basis and reserves the right to add/delete facilities, as required. Pricing for any added sites and/or similar services will be set as specified in the solicitation. The District will utilize the pricing specified in PART A for any fuel tank of identical capacity that may be added. In the event additional tank cleaning services are required for fuel tanks not identified herein and whose capacity is not identical to those listed in PART A, then the District will utilize the pricing specified in PART B. Only PART A this solicitation.PART B is for informational purposes only. Document ID: DD6F643C7304B2A8CC18293896750E5B OFFICIAL RFP DISTRICT SCHOOL BOARD OF PASCO COUNTY, FLORIDA RFP Title: Fuel Tank Cleaning, Treatment & Testing Services RFP Number: 18-014-LW Page 5 of 15 All Prices MUST remain firm and fixed for the initial term of the contract. If the contract is renewed by mutual agreement between the District and the successful Contractor, any request for an increase in pricing must be submitted to the Purchasing Director ninety (90) days prior to expiration of the initial term for review and approval. PERMITS & LICENSES: It will be the responsibility of the Contractor, without additional expense to the District, to obtain and pay for all necessary permits, licenses and site visits required for complying with any federal, state, county, municipal, and other laws, codes, and regulations to the performance of the work or to the products or services to be provided under this Contract, including but not limited to, any laws or regulations requiring the use of licensed contractors to perform parts of the services performed under this Contract. The Contractor will be required to have all certifications required by the State of Florida, and to maintain such certifications for the life of this Contract. SECTION II SCOPE OF SERVICES OBJECTIVE:The District seeks to establish a five (5) year contract with a qualified Contractor to secure pricing for the cleaning, treatment and tes dual wall fuel storage tanks identified on Pricing Page The Contractor must perform the work in strict environmental compliance with applicable standards, specifications, and regulations including Federal (EPA), State (FDEP) and Local Environmental Protection Agencies and the Department of Agriculture. COORDINATION OF SERVICES:All services and site visits provided under this Contract shall be coordinated with the Manager of Transportation Operations or his/her designee. It is the preference of the District that services be coordinated in a manner least disruptive to the operation of Transportation Services. The Contractor must be able to render services within a specific timeframe during bus routes to prevent disruption of fueling and/or during scheduled breaks (i.e. Winter Break or Spring Break, please refer to the District calendar for specific dates: http://www.pasco.k12.fl.us/calendar/). During each site visit the Contractor shall check-in and check-out with District personnel. Prior to performing any cleaning and/or treatment services, the Contractor shall first perform an inspection of the fuel tank to determine what services are required. Immediately following the inspection, the Contractor shall provide a written recommendation of services to be performed and obtain written approval from the Manager of Transportation Operations or his/her designee. NOTE: Any services performed without written approval from the Manager of Transportation Operations or his/her designee will deemed unauthorized and the District will not be responsible for payment for these services. FUEL TANK SERVICES: The Contractor will be responsible for the cleaning, treatment and testing storage tanks. Upon award, five (5) fuel tanks will require immediate service. The District will develop and coordinate a biannual schedule with the Contractor for all seven (7) fuel tanks. Document ID: DD6F643C7304B2A8CC18293896750E5B OFFICIAL RFP DISTRICT SCHOOL BOARD OF PASCO COUNTY, FLORIDA RFP Title: Fuel Tank Cleaning, Treatment & Testing Services RFP Number: 18-014-LW Page 6 of 15 The Contractor shall perform all of the following tasks as determined appropriate by the District and Contractor, including but not limited to: Mobilize to the job site. Remove all fill caps, emergency vents and other accessible openings on tank to allow for thorough cleaning. Check bottom of tank for free water or condensation. Position filtering device as close to the tank as possible. Ground Filtering System, if needed. Start cleaning procedure by mechanically removing water, micro-biological growth and sludge contamination from fuel storage tanks by cleaning entire bottom of the tank with flexible wands. Inspect tank system for damage. Fuel will be run through a filter circulating system consisting of three (3) 1 micron bag filters; one (1) .5 micron canister filter; oil and water separation through coalescing unit; and two (2) water absorption filters. The fuel will then be returned to the tank. Return tank fitting and other accessories to their original location and re-coat any disturbed coatings. Upon completion of the cleaning process, the Contractor shall chemically double treat the fuel with a fuel additive to inhibit the future growth of algae and other microbiological growth. This is completed for all tanks on a two (2) year cycle. The Contractor shall attach a weatherproof tag to each tank cleaned/tested/treated , tested and treated. The Contractor shall be responsible for securing and clean-up at the work-site daily (if applicable) and after all work has been completed. Cleaning and treatment shall be furnished through the Contractor who shall be responsible for satisfactory results. Testing may be completed by any sub-contractor approved by the District. NOTE: Testing is performed upon completion of the cleaning process. The main purpose of the testing is to determine the fuel viability and shall produce clean results. REPORTING:The Contractor shall provide the Manager of Transportation Operations or his/her designee a written field report for each site, clearly stating the name and address of the site, and the results of each test taken. The written field report shall be supplemented by an additional report from an independent testing facility for verification of fuel quality and field test results. If the written field report and/or the independent testing facility report indicates an unacceptable level of sludge, algae, rust, or other microbiological contaminant, the Contractor shall perform the cleaning process again at no additional charge to the District. The independent testing agency shall use the following parameters for their testing reports: Flash Point (D93) in degrees F. Percent Water (D1796) Appearance @ 75F (D4176) Document ID: DD6F643C7304B2A8CC18293896750E5B OFFICIAL RFP DISTRICT SCHOOL BOARD OF PASCO COUNTY, FLORIDA RFP Title: Fuel Tank Cleaning, Treatment & Testing Services RFP Number: 18-014-LW Page 7 of 15 Reporting Continued Microbiological Growth (count per 10 MI) Pour Point in degrees F. Cloud Point in degrees F. Viscosity @ 104F in centistokes (D445) Carbon Residue in percent (D 524) Sulphur (S) in Per Cent Corrosion / ASTM D130 API Gravity @ 60 F. Ignition Quality / Cetene Index # Initial boiling point (on fuel phase) 10%, 50%, 90% and End Point Residue at End Point in Per Cent Color (ASTM D1500) Particulate Contamination in Mg/L Accelerator Storage Stability (D-5304) Insol./100ml Clear and Bright Test per ASTM D4176 NOTE: The Contractor is responsible for drawing the sample, delivering to the laboratory, obtaining the results from the laboratory, paying for the testing and relaying the results to the Manager of Transportation Operations or his/her designee. DISPOSAL OF WASTE:The District will not pay additional charges/fees for waste disposal. The Contractor is responsible for capturing, containing, storing, transporting and disposing of fuel, fuel filters, fuel/water contaminants/separators, clean up rags, contaminated fuel and all other associated supplies that are generated from the performance of tank cleaning and/or treatment and all chemicals and containers brought on-site. WARRANTY:The Contractor unconditionally warrants to the District for a period of not less than ONE (1) year from the date of payment for services, that the work furnished under this Contract, including but not limited to, materials, equipment, goods, workmanship, labor, services, and intellectual property, including derivative works shall be: Performed in a safe, professional and workman-like manner; and Free from defects in design, material, and workmanship; and Fit for the use and purpose specified or referred to in this Contract; and Suitable for any other use or purpose as represented in writing by the Company; and In conformance with the Contract documents; and Merchantable, new and of first-class quality. The Contractor warrants that the work shall conform to all applicable standards and regulations promulgated by Federal, state, local laws and regulations, standards boards, organizations of the Department of State, and adopted industry association standards. The Contractor's warranty excludes remedy for damage or defect caused by abuse, improper or insufficient maintenance, improper operation, or wear and tear under normal usage. Document ID: DD6F643C7304B2A8CC18293896750E5B OFFICIAL RFP DISTRICT SCHOOL BOARD OF PASCO COUNTY, FLORIDA RFP Title: Fuel Tank Cleaning, Treatment & Testing Services RFP Number: 18-014-LW Page 8 of 15 PAYMENT TERMS & INVOICING:The Contractor shall invoice the District upon successful completion of an individual service. Payment will be net 30 days after receipt of an invoice in a format acceptable to the District. Invoices shall be verified and approved by the Manager of Transportation Operations or his/her designee and subject to routine processing requirements. The responsibility for providing an acceptable invoice to the District for payment rests with the Contractor. Incomplete or incorrect invoices are not acceptable and will be returned to the Contractor for correction. Billing shall cover services and/or goods not previously invoiced. Contractor shall reimburse the District for any monies paid to Contractor for goods or services not provided or when goods or Payments made by the District shall not preclude the right of the District from thereafter disputing any item(s) or service(s) involved or billed under this Contract and shall not be construed as acceptance of any part of the goods or services. unique traceable invoice number and will include the following information: Date of Invoice Unique Invoice Number Service Dates Service Description A complete itemization of all costs including quantities ordered and delivery order numbers (if applicable) Any discounts offered to the District under the terms of this Contract Total Evidence of the acceptance of the supplies or services by the District Any other information necessary to demonstrate entitlement to payment under the terms of this Contract Invoices and support documentation are to be forwarded to: Pasco County Schools Attn.: Manager of Transportation Operations 6807 Madison Street New Port Richey, FL 34667 NOTE: If the Contractor agrees to perform services prior to the start of the 2018-2019 fiscal year (July 1, 2018 June 30, 2019), payment will not be remitted to the Contractor until funds become available with no late penalty to the District. For example, if the Contractor Document ID: DD6F643C7304B2A8CC18293896750E5B OFFICIAL RFP DISTRICT SCHOOL BOARD OF PASCO COUNTY, FLORIDA RFP Title: Fuel Tank Cleaning, Treatment & Testing Services RFP Number: 18-014-LW Page 9 of 15 performs the initial services in March 2018, the District may not be able to remit payment until the 2018-2019 budget is approved and payment may not be made to the Contractor until August 2018. BILLS & LIENS: The Contractor shall pay promptly all indebtedness for labor, materials and equipment used in performance of the work. The Contractor shall not permit any lien or charge to attach to the work or the premises, but if any does so attach, the Contractor shall promptly procure its release and, indemnify, defend, and hold the District harmless and be responsible for payment of all costs, damages, penalties and expenses related to or arising from or related thereto. GENERAL ENVIRONMENTAL, HEALTH AND SAFETY MANAGEMENT:The Contractor will be directly and legally responsible for the health and safety of their employees, and must perform the work in strict environmental compliance with applicable standards, specifications, and regulations including Federal (EPA), State (FDEP) and Local Environmental Protection Agencies and the Department of Agriculture. The Contractor will be accountable for timely clean-up and remediation associated with any containment spills, accidental or otherwise, including, but not limited to chemicals, diesel fuel, gasoline, lubricants, cleaning fluids, or toxic chemicals. Work, materials, and equipment used, shall comply with the Occupational Safety & Health Administration (OSHA) requirements, and federal and state safety orders. The Contractor shall have a documented Environment, Health and Safety (EHS) program that meets all applicable regulatory requirements. It will be the responsibility of the Contractor to furnish all personal protective equipment (PPE) to their employees and subcontractors working in areas/operations requiring PPE. While work is being performed and upon completion of any services performed under this Contract, the Contractor shall ensure their work area is clean and free of any hazards. HAZARDOUS CONDITIONS: hazardous to traffic or to the public, the Contractor shall provide flagmen and furnish, erect and maintain control devices as are necessary to prevent accidents or damage or injury to the public at directives regarding potential hazards. Emergency lights and traffic cones must also be readily available at all times and must be used in any hazardous condition. Emergency traffic cones must be placed in front of and behind vehicles to warn oncoming traffic. The Contractor shall provide, install, and maintain all warning devices (i.e., barricades, cones, flashing lights, etc.) required to adequately protect the public, District staff and other workers during the performance of this Contract. ENVIRONMENTAL INDEMNIFICATION:The Contractor shall hold harmless and indemnify the District, including without limitation, its officers, directors, members, representatives, affiliates, agents and employees, successors and assigns (the "Indemnified Document ID: DD6F643C7304B2A8CC18293896750E5B OFFICIAL RFP DISTRICT SCHOOL BOARD OF PASCO COUNTY, FLORIDA RFP Title: Fuel Tank Cleaning, Treatment & Testing Services RFP Number: 18-014-LW Page 10 of 15 Parties") and will reimburse the Indemnified Parties from and against any and all claims, suits, demands, judgments, losses, costs, fines, penalties, damages, liabilities and expenses (including all costs of cleanup, containment or other remediation, and all costs for investigation and defense thereof including, but not limited to, court costs, reasonable expert witness fees and attorney fees) arising from or in connection with (a) the Contractor's, including, but not limited to, its agents, affiliates or assigns ("Parties"), actions or activities that result in a violation of any environmental law, ordinance, rule, or regulation or that leads to an environmental claim or citation or to damages due to the Contractor's or other Parties' activities, (b) any environmental, health and safety liabilities arising out of or relating to the operation or other activities performed in connection with this Contract by the Contractor or any Party at any time on or after the effective date of the Contract, or (c) any bodily injury (including illness, disability and death, regardless of when any such bodily injury occurred, was incurred or manifested itself), personal injury, property damage (including trespass, nuisance, wrongful eviction and deprivation of the use of real property) or other damage of or to any person in any way arising from or allegedly arising from any hazardous activity conducted by the Contractor or any Party. The District will be entitled to control any remedial action, any proceeding relating to an environmental claim. This indemnification agreement is separate and apart from, and is in no way limited by, any insurance provided pursuant to this Contract or otherwise. This section relating to indemnification shall survive the Term of this Contract, and any holdover and/or Contract extensions thereto, whether such Term expires naturally by the passage of time or is terminated earlier pursuant to the provisions of this Contract. SAFETY DATA SHEETS (SDS):The Contractor shall supply copies of chemical Safety Data Sheets (SDS) to the District for each hazardous substance provided to the District under this Contract. This includes hazardous substances that are not directly included in this Contract, but are included in the goods or services provided by the Contractor to the District. The SDS for each substance must be sent to the place of delivery. AUDITS/INSPECTIONS: authorized representative (including auditors from a private auditing firm hired by the District), access during normal working hours to all books, accounts, records, reports, files, financial records, supporting documentation, including payroll and accounts payable/receivable records, and other papers or property of the Contractor for the purpose of auditing or inspecting any aspect of performance under this Contract. The inspection and/or audit will be confined to those matters connected with the performance of this Contract including, but not limited to, the costs of administering this Contract. The District will provide reasonable notice of such an audit or inspection. The Contractor agrees to maintain such records for possible audit for a minimum of three years after final payment, unless a longer period of records retention is stipulated under this Contract or by law. The Contractor agrees to allow interviews of any employees or others who might reasonably have information related to such records. Further, the Contractor agrees to include a similar right to the District to audit records and interview staff of any subcontractor related to performance of this Contract. Document ID: DD6F643C7304B2A8CC18293896750E5B OFFICIAL RFP DISTRICT SCHOOL BOARD OF PASCO COUNTY, FLORIDA RFP Title: Fuel Tank Cleaning, Treatment & Testing Services RFP Number: 18-014-LW Page 11 of 15 Contract shall be forwarded to the surviving entity in a merger or acquisition or, in the event of liquidation, to the Manager of Transportation Operations. SECTION III- EVALUATION OF PROPOSALS PROPOSAL INSTRUCTIONS:Respondents will submit their proposal electronically via IONWAVE. In addition to their electronic submission, three (3) physical copies of the proposal MUST be submitted to the Purchasing Services Department and received by the due date outlined above. All proposals MUST be signed by an officer or an employee having authority to legally bind the Respondent. Respondent is required to carefully examine the RFP terms and to become familiar with any and all conditions and requirements that may in any manner affect the work to be performed under the resulting contract. No additional allowance will be made due to lack of knowledge of any conditions. Proposals not conforming to the instructions provided herein may be subject to disqualification at the option of the District. EVALUATION COMMITTEE:The evaluation team will consist of three (3) members from the Transport Department will serve as the liaison between the District and Proposers. Committee members, school board members, and other school board personnel (except the Purchasing Services Department representative) are not to be contacted prior to the District School The no contact period will commence on the RFP solicitation date and continue through and include the anticipated award date for the District. Failure to comply with this requirement will be grounds for disqualification. EVALUATION CRITERIA:Only proposals that meet the requirements contained in this RFP will be evaluated based on the following criteria: Qualifications and Experience (Sections 4.2- 4.3) 30 Project Approach and Service Schedule (Section 4.4) 30 Cost Evaluation (Section 4.5)40 TOTAL 100 The Evaluation Committee will conduct consent scoring and will rank the submittals, highest score to lowest score. Based on the ranking, one (1) respondent will be selected to enter into a contract with. If an agreement cannot be reached with the highest ranked respondent, the District reserves the right to negotiate with the next ranked respondent, in turn, until an agreement can be reached. Document ID: DD6F643C7304B2A8CC18293896750E5B OFFICIAL RFP DISTRICT SCHOOL BOARD OF PASCO COUNTY, FLORIDA RFP Title: Fuel Tank Cleaning, Treatment & Testing Services RFP Number: 18-014-LW Page 12 of 15 RIGHT TO NEGOTIATE: The District reserves the right to negotiate price and contract terms and conditions with the most qualified respondents(s) to provide the requested service. If a mutually beneficial agreement with the highest ranked respondents is not reached, the District reserves the right to enter contract negotiations with the next highest ranked respondent and continue the process until an agreement is reached. Respondents are cautioned to provide their best offer initially. AWARD AND CONTRACT: Award shall be made to the most responsive and responsible Respondent District. Following the selection and upon final negotiation of the contract terms and conditions with the top-ranked Respondent, recommendation(s) for contract oposal. NOTE: Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, shall constitute a waiver of proceeding under Chapter 120, Florida Statutes. SECTION IV- PROPOSAL CONTENT PROPOSAL INSTRUCTIONS:Please note the important RFP requirements outlined below. Failure to provide all information contained in this section may result in the Respondent being deemed non-responsive and, therefore, eliminated from further consideration. Please provide answers to the following questions in your RFP response. It is important that you: Use the same section numbering system reflected below Follow the same order of questions and answers Restate the question and then provide your response DO NOT cross refere PROPOSAL FORMAT: In order to ease comparability and enhance the review process, it is requested that proposals be organized in the manner specified below. Failure to provide the required information will affect the evaluation of the proposal and may be grounds for disqualification. Responsive proposals should provide straightforward, concise information that satisfies the requirements noted above. Electronic Submittal Format:Proposals should be uploaded into IONWAVE electronically in PDF format. Each section should be clearly labeled utilizing the format outlined within the section below, and 12-point font size minimum. Hardcopy Submittal Format:Proposals should be submitted in a standard three-ring binder, on 8- 1/2 inch x 11 inch paper, should be printed (font size minimum 12 point) one sided, and shall include a table of contents properly indicating the section and page number of the information included. Expensive bindings, color displays and the like are neither necessary nor desired. Document ID: DD6F643C7304B2A8CC18293896750E5B OFFICIAL RFP DISTRICT SCHOOL BOARD OF PASCO COUNTY, FLORIDA RFP Title: Fuel Tank Cleaning, Treatment & Testing Services RFP Number: 18-014-LW Page 13 of 15 Emphasis should be placed on skills and experience that respond to the needs of the District, the requirements of this RFP and completeness and clarity of content. PROPOSAL PACKAGE OVERVIEW: Proposers MUST submit the following: Table of Contents (Section 4.0) Cover Letter (Section 4.1) License and Insurance (Section 4.2) Company Information, Experience and References (Section 4.3) Proposed Project Approach and Service Schedule (Section 4.4) Cost of Services (Section 4.5) PROPOSAL COMPONENTS:Responses MUST contain the following documents, each fully completed, and signed as required. If any items are omitted in the response it shall be grounds for disqualification and will be deemed non-responsive. All responses shall be labeled as follows: 4.0 Table of Contents Outline in sequential order (as stated below) the major areas of the response. All pages must be consecutively numbered. 4.1 Cover Letter Provide a cover be responsible for providing services and a brief summary of past experience intended to support the qualifications of the Respondent to perform required services. Indicate the name, address, affiliation, email address, telephone number of the Respondent RFP. The cover letter shall be signed by an officer of the Company/Corporation submitting the response. 4.2 License and Insurance Respondent must provide evidence of authority to do business in Florida: The Respondent must provide evidence that its company is currently registered with the State of Florida and holds an unexpired active license. Respondent shall provide a photocopy of license indicating it is active in this section. Document ID: DD6F643C7304B2A8CC18293896750E5B OFFICIAL RFP DISTRICT SCHOOL BOARD OF PASCO COUNTY, FLORIDA RFP Title: Fuel Tank Cleaning, Treatment & Testing Services RFP Number: 18-014-LW Page 14 of 15 Type of Business: The Respondent shall identify the type of business entity involved (e.g.; sole proprietorship, partnership, corporation, joint venture, etc.) The Respondent shall identify whether the business entity is incorporated in Florida, another state, or a foreign country. If the Respondent is a corporation, provide a copy of the certification from the Florida Secretary of State verifying respondent's corporate status and good standing, and in the case of out of state corporation, evidence of authority to do business in Florida. Include a copy of business W-9 certificate. The Respondent must s coverage requirements or a letter from insurer detailing the capability of the firm to obtain coverage requirements. (Terms and Conditions for insurance requirements). 4.3 Company Information, Experience and References The Respondent must have a minimum of five (5) years experience in the fuel tank industry. Provide a brief narrative of the company history, including date the company was formed and/or incorporated, list the officers of the company submitting and its qualifying agents. requested services. Identify current licenses and certifications your company and employees currently hold and actively maintain. Provide a brief narrative of the company environmental, health and safety plan, including but not limited hazard, risk & environmental activities analysis, personal protective equipment (PPE), general safe work practices, emergency response plans, employee training, and anything else applicable. Provide up to three (3) current references who utilize your company for the services outlined in Section II. If your company has experience working with K-12 school districts, please be sure to include. For each reference, please include the following: Reference Name and/or District name. Dates of service. Job title(s), address, phone number, email address for key contacts. Brief description of services provided. NOTE: The District will contact these references during the evaluation. Has your company been involved in any litigation related to fuel tank services in the last five (5) years? If so, please provide details regarding the litigation. Document ID: DD6F643C7304B2A8CC18293896750E5B OFFICIAL RFP DISTRICT SCHOOL BOARD OF PASCO COUNTY, FLORIDA RFP Title: Fuel Tank Cleaning, Treatment & Testing Services RFP Number: 18-014-LW Page 15 of 15 4.4 Proposed Project Approach, Reporting and Service Schedule Provide a brief narrative describing your project approach for the tank preparation method you would use to carry out the services outlined in Section II. Please provide an example of a completed written field report and supporting report(s) from an independent testing facility for verification of fuel quality and field test results. Please provide information for the independent testing facility or facilities your company utilizes for verification of fuel quality and field test results. Please indicate the number of years you have worked with each facility and the primary contact assigned to your company if applicable. Provide a proposed service schedule for the initial five (5) fuel tanks, and recommended schedule for all seven (7) fuel tanks thereafter. For each fuel tank, please be sure to identify the estimated commencement date your company would be able to begin rendering services and the estimated project duration for each tank (i.e. hours, business days, etc.). 4.5 Cost of Services Please complete in Excel format. Pricing cally in Microsoft Excel format and be located within Document ID: DD6F643C7304B2A8CC18293896750E5B EXHIBIT C EVIDENCE OF AUTHORITY Document ID: DD6F643C7304B2A8CC18293896750E5B Document ID: DD6F643C7304B2A8CC18293896750E5B Document ID: DD6F643C7304B2A8CC18293896750E5B