Active SLED Opportunity · FLORIDA · WALTON COUNTY

    Gasoline And Diesel Fuel Supply Services

    Issued by Walton County
    countyInvitation To BidWalton CountySol. 247698
    Open · 20d remaining
    DAYS TO CLOSE
    20
    due May 13, 2026
    PUBLISHED
    Apr 13, 2026
    Posting date
    JURISDICTION
    Walton County
    county
    NAICS CODE
    424710
    AI-classified industry

    AI Summary

    Walton County seeks bids for installation of fuel tank monitors and delivery of unleaded gasoline and diesel fuel to multiple county sites. The contract is for one year with up to four renewals. Deliveries must meet ASTM and Florida standards, include emergency services, and comply with safety regulations. Bids due May 13, 2026.

    Opportunity details

    Solicitation No.
    247698
    Type / RFx
    Invitation To Bid
    Status
    open
    Level
    county
    Published Date
    April 13, 2026
    Due Date
    May 13, 2026
    NAICS Code
    424710AI guide
    Jurisdiction
    Walton County
    State
    Florida
    Agency
    Walton County

    Description

    The proposed project, hereinafter referred to as the “Project,” consists of the installation of fuel tank monitoring systems at all County fuel sites and the provision of on-demand delivery of unleaded gasoline and diesel fuel. The Vendor shall monitor fuel levels and ensure deliveries are made when tanks reach approximately 20% capacity or within twenty-four (24) hours of a County request, with the Public Works Director or designee serving as the primary point of contact. The Vendor shall furnish all required fuel in accordance with applicable ASTM standards and State of Florida regulations, provide delivery via tank wagon or transport as specified, and supply delivery tickets reflecting OPIS-based pricing. All fuel deliveries shall be temperature-adjusted to 60°F for billing purposes, with applicable taxes and fees added to invoices as required.

    Contract Term: The term of this agreement shall be ONE (1) Year from the date of its complete execution and may be renewed for up to FOUR (4) additional periods of ONE (1) Year each at the sole discretion of the County.

    Project Details

    • Reference ID: 26-17
    • Department: Public Works
    • Department Head: Buddy Wright (Director)

    Important Dates

    • Questions Due: 2026-04-27T17:00:31.443Z

    Evaluation Criteria

    • Scope Summary

      The Vendor shall install vendor owned tank monitors in each of the County fuel tanks and deliver gasoline and diesel fuel anytime fuel levels drop to 20% remaining fuel or within TWENTY-FOUR (24) hours of receiving a delivery request from the County. The Public Works Director or their designee shall be the central point of contact if additional gasoline or diesel fuel deliveries 
      are required.

      At the time of delivery Vendor shall provide a fuel ticket which contains the applicable OPIS price.

      Unleaded Gasoline/Tank Wagon 
      Gasoline, unleaded, antiknock (octane) index minimum 87 (RON+MON)/2, maximum allowable lead 0.05 gram per gallon, per A.S.T.M. specification D4814, complying with State of Florida gasoline inspection laws, (price will exclude state inspection fee and all tax). State inspection fee and all applicable tax to be added to invoice. To be delivered via tank wagon. 
      No minimum delivery. Billing to be adjusted to 60 degrees F. temperature upon delivery.

      Unleaded Gasoline/Transport Wagon 
      Gasoline, unleaded, antiknock (octane) index minimum 87 (RON+MON)/2, maximum allowable lead 0.05 gram per gallon, per A.S.T.M. specification D4814, complying with State of Florida gasoline inspection laws, (price will exclude state inspection fee and all tax). State inspection fee and all applicable tax to be added to invoice. To be delivered via transport 
      truck in full loads. Billing to be adjusted to 60 degrees F. temperature on transport delivery.

      Diesel Fuel, Grade No. 2-Ultra Low Sulfur Fuel/Tank Wagon 
      Oil diesel fuel, grade no. 2-D ultra low sulfur fuel (0.5 mass % sulfur, 40 centane min.) for use in over the road diesel engine, per A.S.T. M. specification D975, complying with Florida Department of Agriculture and Consumer Services Standards 5F02.001, (will exclude all tax). All applicable tax to be added to invoice. To be delivered as ordered via tank wagon. No minimum delivery. Billing to be adjusted to 60 degrees F. temperature upon delivery.

      Transport Wagon 
      Oil diesel fuel grade no. 2-D ultra low sulfur fuel (0.5 mass % sulfur, 40 centane min.) for use in over the road diesel engine, per A.S.T. M. specification D975, complying with Florida Department of Agriculture and Consumer Services Standards 5F02.001, (will exclude all tax). All applicable tax to be added to invoice. To be delivered as ordered via transport truck in full loads. No minimum delivery. Billing to be adjusted to 60 degrees F. temperature on transport delivery. 

      Walton County Fuel Delivery Locations:

      Department

      Address

      UL Tank Size

      DL Tank Size

      Delivery Hours

      Public Works

      113 Woodyard Rd.

      DeFuniak Springs, FL 32435

      4000

      8000

      6 a.m. – 4 p.m.

      Mon-Thurs

      District 1

      3420 McKinnon Bridge Rd

      Ponce de Leon, FL 32455

      2000

      9000

      6 a.m. – 4 p.m.

      Mon-Thurs

      District 2

      3479 Brown Road

      DeFuniak Springs, FL 32433

      1000

      4000

      6 a.m. – 4 p.m.

      Mon-Thurs

      District 3

      401 Ranch Road

      DeFuniak Springs, FL 32433

      4000

      6000

      6 a.m. – 4 p.m.

      Mon-Thurs

      District 5

      142 Community Way

      Santa Rosa Beach, FL 32459

      4000

      6000

      6 a.m. – 4 p.m.

      Mon-Thurs

      Landfill

      1118 Institution Road

      DeFuniak Springs, FL 32433

      4000

      6000

      6 a.m. – 4 p.m.

      Mon-Thurs

      Landfill 2nd site

      1118 Institution Road

      DeFuniak Springs, FL 32433

      4000

      6000

      6 a.m. – 4 p.m.

      Mon-Thurs

      TDC/ Blue Mountain Pit

      924 South County Hwy 83

      Santa Rosa Beach, FL 32459

      4000

      4000

      6 a.m. – 4 p.m.

      Sun - Sat

       

      The use of tanks may vary during the term of the contract, and additional tanks may be installed or tanks may be replaced during the term of the contract.

      Bulk Transport delivery shall be used for all locations listed above except the District 5 and TDC/Blue Mountain Pit locations, which shall receive tank wagon deliveries.

      Delivery: 
      Delivery to County’s tanks shall occur anytime tank monitors show that fuel levels have dropped to 20% of remaining fuel or within TWENTY-FOUR (24) hours after request is received unless specified otherwise by County. The quantity will depend upon the County’s need at the time of request. Delivery of fuel shall be made to storage tanks identified above during the hours shown for each site. Failure to make timely deliveries as required may be considered grounds for cancelation of the contract. 

      Stick readings or dial readings before and after putting fuel into each tank must be noted on the delivery tickets. Delivery tickets for payment at each tank location must carry the signature of an authorized County employee. County reserves the right to withhold payment for delivery tickets without stick or dial readings and/or proper signatures. 

      Compliance with Occupational Safety and Health: 
      Vendors certify that all material, equipment, etc., contained in their offers meet all 
      Occupational Safety and Health Administration (OSHA) requirements.

      Vendors further certify that, if awarded the contract, and the material, equipment, etc., delivered is subsequently found to be deficient in any OSHA requirement in effect on date of delivery, all costs necessary to bring the material, equipment, etc., into compliance with the aforementioned requirements shall be borne by the vendor.

      In compliance with Chapter 42, Florida Statutes, a Material Safety Data Sheet (MSDS) shall accompany any item delivered under a contract from this solicitation. The MSDS shall include the following information: 

      A. The chemical name and the common name of the toxic substance.

      B. The hazards or other risks in the use of the toxic substance, including

      • The potential for fire, explosion, corrosiveness, and reactivity.
      • The known acute and chronic health effects of risks from exposure, including
        the medical conditions which are generally recognized as being aggravated 
        by the exposure to the toxic substance; and
      • The primary route of entry and symptoms of over exposure.

      C. The proper precautions, handling practices, necessary personal protective
      equipment and other safety precautions in the use of or exposure to the toxic 
      substances, include appropriate emergency treatment in case of over exposure. 

      D. The emergency procedure for spills, fire, disposal, and first aid.

      E. A description in lay terms of the known specified potential health risks posed by
      the toxic substance intended to alert any person reading this information. 

      F. The year and month, if available, that the information was compiled and the
      name, address, and emergency telephone number of the manufacturer responsible for preparing the information. 

      Safety Regulations: 
      Equipment shall meet all state and federal safety regulations. 

      Emergency Services:
      Gasoline and diesel fuel are vital to the operation of the County and are required during emergency situations such as hurricanes and other catastrophes, whether manmade or natural. Time is of the essence during emergency situations, and the Vendor shall provide emergency contact information to ensure County can order and receive gasoline and/or diesel fuel at any time, day and guarantee delivery within 12 hours during an emergency.

      Equipment Repair and Maintenance:

      County shall be responsible for all equipment repair and maintenance. However, Vendor shall notify County of any malfunctioning tanks, pumps, meters, and other ancillary equipment of which Vendor becomes aware.

      Price Adjustment:
      County may request written price adjustments be made every twelve months, no less than 30 days prior to the requested effective date. Any increase price adjustment(s) shall be accompanied by written justification attesting that the request is a bona fide cost increase to the Vendor. All price adjustments shall be reviewed by the County’s designated representative. If an adjustment in price is approved, it shall be accomplished by written amendment to this Agreement and approved by the Board of County Commissioners. 

    • DEFINED TERMS

      The term "Bidder" shall mean one who submits a bid directly to the County, as distinct from a sub-bidder, who submits a bid to a Bidder. The term "Responsible and Responsive Bidder" means a person or entity who has submitted a bid which conforms in all material respects to the requirements set forth in the Bidding Documents and has the capability, in all respects, to perform fully the contract requirements, and the tenacity, perseverance, experience, integrity, reliability, capacity, facilities, equipment, and credit which will assure good faith performance. The term “Successful Bidder” means the most Responsible and Responsive Bidder with the lowest bid who has been selected for award of the Contract. The term “Contract” shall mean the agreement between the Successful Bidder and the County resulting from this ITB. The term “Contract Documents” include the Service Agreement, Scope of Work, Bid Schedule, and all addenda issued for this solicitation, consisting of information provided in Scope of Work and Attachments sections. The term "Bidding Documents" includes the Invitation to Bid, Instruction to Bidders, Contract Documents and the Bid Form (including all addenda issued prior to receipt of bids). The term “Notice of Award” shall mean the form issued by the Purchasing Department awarding the Contract to the Successful Bidder. The term “Notice to Proceed” shall mean the letter issued by the Purchasing Department notifying Successful Bidder to commence work on the Project.

    • COPIES OF BIDDING DOCUMENTS
      1. Complete sets of Bidding Documents must be used in preparing bids; neither the County nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents.
      2. The County and Engineer in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining bids on the Project and do not confer a license or grant for any other use.
    • QUALIFICATIONS OF BIDDERS

      To demonstrate qualifications to perform the Project, each Bidder shall submit with their bid detailed written evidence of experience completing projects of the nature and scope similar to the project described in this Invitation to Bid, documentation of current commitments, a copy of all applicable occupational and state contractor licenses, and such information as is required in the Vendor Submissions section. Each Bidder must also be prepared to submit within FIVE (5) business days of the County's request, written evidence, such as licenses, financial data, previous experience, present commitments, and other such data as may be requested by the County. Each bid must contain evidence of Bidder's qualification to do business in the State of Florida. Specifically, the Bidder shall have all licenses and permits required by federal, state, and local statutes, regulations, and ordinances.

    • EXAMINATION OF CONTRACT DOCUMENTS AND SITE
      1. It is the responsibility of each Bidder before submitting a bid, to (a) examine the Contract Documents thoroughly, (b) visit the Project site to become familiar with local conditions that may affect cost, progress, performance, or completion of the Project, including the time and cost in obtaining any necessary fee or permit, (c) consider federal, state, and local laws and regulations that may affect cost, progress, performance, or completion of the Project, (d) study and carefully correlate Bidder's observations with the Contract Documents, (e) notify the County of any conflicts, errors, or discrepancies in the Contract Documents, and (f) attend any mandatory pre-bid meeting.  The County does not assume responsibility for the accuracy or completeness of the Contract Documents or for any additional reports, drawings, and specifications that may be made available for viewing by the County to any Bidder on request.
      2. Before submitting a bid, each Bidder will, at the Bidder's own expense, make or obtain any additional information and data which pertain to the physical conditions (surface, subsurface, underground facilities) at or contiguous to the site which may affect cost, progress, performance, or completion of the Project and which Bidder deems necessary to determine its bid for performing and completing the Project in accordance with the time, price, and other terms and conditions of the Contract Documents.
      3. Upon request, in advance, the County will provide each Bidder access to the Project site to conduct such explorations and tests as each Bidder deems necessary for submission of a bid. Bidder shall fill all holes, clean up, and restore the site to its former condition upon completion of such explorations.
      4. Temporary construction facilities and storage of materials and equipment will be provided by Bidder.
      5. The submission of a bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of these Instructions to Bidders including visiting the Project site to become familiar with local conditions that may affect the cost, progress, performance, or completion of the Project; that without exception the bid is premised upon performing and furnishing of the labor, services, equipment, and materials required by the Contract Documents in accordance with such means, methods, techniques, sequences, or procedures of construction as may be indicated in or required by the Contract Documents; and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and completion of the Project.
    • MANDATORY PRE-BID CONFERENCE

      A mandatory pre-bid conference will be held at NO VALUE on NO VALUE at NO VALUE.

      Bidders attending in person must be present at the designated start time of the pre-bid conference and must remain until the conference is adjourned.

      Bidders may also attend the mandatory pre-bid meeting via teleconference by dialing 850-635-0655, extension 261217.

      Bidders attending via teleconference are strongly encouraged to join the teleconference at least 10 minutes before the designated start time. If unable to join the teleconference at the number above, please call 850-892-8176 and ask to be included in the Gasoline And Diesel Fuel Supply Services pre-bid teleconference.

      Attendance will be confirmed via roll call at no later than 5 minutes after the designated start time and any Bidder not present for the roll call will not be eligible to bid on the project. If joining via teleconference, please keep phones muted until the question and answer portion of the teleconference. All bidders must remain until the conference is adjourned. The County will not accept bids from bidders arriving after attendance is confirmed or departing prior to adjournment of the pre-bid teleconference.

    • NON-MANDATORY PRE-BID CONFERENCE

      A non-mandatory pre-bid conference will be held at NO VALUE on NO VALUE at NO VALUE.

      Bidders may also attend the non-mandatory pre-bid meeting via teleconference by dialing 850-635-0655, extension 261217.

      Bidders attending via teleconference are strongly encouraged to join the teleconference at least 10 minutes before the designated start time. If unable to join the teleconference at the number above, please call 850-892-8176 and ask to be included in the Gasoline And Diesel Fuel Supply Services pre-bid teleconference.

       

       

    • INTERPRETATIONS AND ADDENDA
      1. All questions about the meaning or intent of the Contract Documents are to be posted on the County's e-Procurement portal accessible via the following link; https://procurement.opengov.com/portal/waltoncountyfl.
      2. Addenda may be issued to modify the Bidding Documents as deemed appropriate by the County.

      DIRECTING QUESTIONS TO ANY OTHER COUNTY COMMISSIONER, COUNTY EMPLOYEE, PROJECT ENGINEER, OR ANY OTHER PERSON IS PROHIBITED AND WILL RESULT IN A BID BEING DISQUALIFIED. QUESTIONS MUST BE SUBMITTED ON THE COUNTY'S E-PROCUREMENT PORTAL AT https://procurement.opengov.com/portal/waltoncountyfl NO LATER THAN 12:00 pm ON Monday, April 13, 2026. Interpretations or clarifications considered necessary by the County in response to such questions will be issued by Addenda on the County’s e-Procurement portal. Only questions answered by formal written Addenda will be binding.  Oral and other interpretations or clarifications will be without legal effect.

    • BLACKOUT PERIOD

      The period between the beginning of the advertisement for the Invitation to Bid, and the contract award, or any resulting bid protest is resolved, or the solicitation is otherwise canceled is referred to as the blackout period. During the blackout period any communication regarding the aforementioned solicitations is prohibited between the Bidder (or its agents or representatives) and any other entity with the potential for a financial interest in the award (or their respective agents or representatives) regarding such competitive solicitation, and any County Commissioner or County employee, selection committee member, or other persons authorized to act on behalf of the County including the County’s architect, engineer, or their sub consultants, or anyone designated to provide a recommendation to award a particular contract, other than Purchasing Division staff. Each competitive solicitation shall provide notice of the blackout period.

      Exceptions to the Blackout Period. The blackout period shall not apply to:

      1. Communications at any public proceeding or meeting, including pre-bid conferences, selection committee presentations, or pre-award meetings.
      2. Communications during contract negotiations between designated County employees and the contract awardee.
      3. Communication with a vendor initiated by a Purchasing Division employee following the bid opening to clarify the vendor’s bid or intended scope of services.
      4. Communication following the filing of a protest between the protesting party and the Purchasing Division, County Administrator’s Office, and the County Attorney’s Office, during the dispute resolution process.
      5. Purchases exempt from competitive selection, sole source procurements, single source procurements, and emergency procurements, as defined in Walton County Board of County Commissioners Purchasing Policy and Procedure Manual.
      6. Communications with existing vendors in the performance of existing contracts.
    • BID SECURITY
      1. Bid security shall not be required for this solicitation.

        Bids submitted in response to this Invitation to Bid shall remain valid and subject to acceptance by Walton County for a period of forty-five (45) calendar days following the bid opening date.

        The Successful Bidder shall execute the Contract and provide all required Certificates of Insurance within ten (10) business days after issuance of the Notice of Award, unless otherwise approved in writing by Walton County.

        If the Successful Bidder fails to execute the Contract or provide the required Certificates of Insurance within the specified time, Walton County reserves the right to withdraw the Notice of Award and award the Contract to the next lowest responsive and responsible Bidder, or to re-solicit the services if deemed to be in the best interest of the County.

        Failure of a Bidder to honor the terms of its bid during the bid validity period may result in the Bidder being deemed non-responsible for the purposes of this solicitation or future County solicitations.

    • SUBSTITUTE OR "OR-EQUAL" ITEMS

      The use of brand names is for the purpose of describing the standard of quality, performance, and characteristics desired and is not intended to limit or restrict competition. Equipment or materials determined by the County to be substantially equivalent to that equipment or materials specified by brand name will be considered for award.

    • BID FORM
      1. The Bidder shall use the Bid Form included with the Bidding Documents. Failure to use the Bid Form shall result in the bid being declared un-responsive. All blanks on the Bid Form must be completed in ink by hand or typewritten. 
      2. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign), and the corporate seal must be affixed and attested. The corporate address and state of incorporation must be shown below the signature.
      3. Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature, and the official address of the partnership must be shown below the signature.
      4. All bids shall be notarized and names must be typed or printed below the signature. The bid shall contain an acknowledgement of receipt of all addenda via County’s e-Procurement Portal. The contact person's name, address and telephone number, for communications regarding the bid must be provided.
      5. Each Bidder’s submittal shall include all the items listed in the Vendor Submissions section.
    • SUBMISSION OF BIDS

      All bids submitted on e-Procurement Portal will be securely locked and digitally encrypted until the submission deadline passes. Please note that all bids must be submitted prior to 3:00 pm on Wednesday, May 13, 2026.

      In order to perform work on public contracts, the successful Bidder shall have all licenses and permits required by federal, state, and local statutes, regulations and ordinances.

      Ensure that all required documents and information are complete and accurately provided before submission.

      Upon successful submission through the e-Procurement Portal, you will receive a confirmation email acknowledging receipt of your bid.

      Bids received after the specified deadline will not be considered.

      Thank you for your attention to these submission instructions. Should you have any questions regarding the bidding process or requirements, feel free to contact the Purchasing Department at purchasing@co.walton.fl.us or call 850.892.8176.

    • MODIFICATION AND WITHDRAWAL OF BIDS
      1. Bids may be modified or withdrawn by the Bidder by clicking on “Unsubmit Proposal” via County’s e-Procurement Portal. Bids can be re-submitted at any time prior to the opening of bids.
      2. Bids may not be withdrawn for a period of FORTY-FIVE (45) calendar days after the date of bid opening.
    • BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE

      All bids shall remain open and subject to acceptance for a period of forty-five (45) calendar days after the date of bid opening, but the County at its sole discretion may release any bid and return the bid security prior to that date.

    • AWARD OF CONTRACT
      1. The County reserves the right to reject any and all bids for any reason or for no reason as may be deemed necessary by the County to be in its best interest, including but not limited to bids from any contractor who has failed to successfully complete a previous project to the satisfaction of the County. The County further reserves the right to waive any and all informalities, and reserves the right to reject all nonconforming, unresponsive, unbalanced, or conditional bids. PLEASE NOTE:  ANY TERMS, CONDITIONS, OR EXCEPTIONS SUBMITTED WITH A BID SHALL BE DISREGARDED AND HAVE NO EFFECT UPON THE CONTRACT RESULTING FROM THIS SOLICITATION.  The County reserves the right to reject the bid of any Bidder if the County believes that it would not be in the best interest of the Project to make an award to that Bidder, because the bid is not responsive or responsible, or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by the County. The County also reserves the right to enter into contract negotiations with a Responsible and Responsive Bidder who submits the lowest bid. If the County and the low Bidder cannot negotiate a successful contract, the County may terminate such negotiations and begin negotiations with a Responsible and Responsive Bidder who submits the next lowest bid. No Bidder shall have any rights against the County arising from such negotiations. Discrepancies in the multiplication of units of work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Where numeric data is given both in Arabic numerals and in written language, and where there exists a discrepancy between an Arabic numeral and written language, the written language shall be presumed to be correct and the Arabic numeral presumed incorrect.
      2. In the event the apparent low bid submitted by a Responsible and Responsive Bidder exceeds the County's budget for the Project, the County reserves the right to value engineer the published scope of work in order to effect deductive cost changes. In light of the modified scope of work, the County shall review the three lowest bids submitted by Responsible and Responsive Bidders in order to select one Bidder to whom to award the contract. 
      3. The County reserves the right to delete any bid items, and the total bid shall be determined as the sum of the bid items awarded. In evaluating bids, the County will consider the qualifications of the Bidders, whether or not the bids comply with the prescribed requirements, time of completion, and other data, as may be requested in the Bid Form or prior to the Notice of Award. The County may conduct such investigations as the County deems necessary to assist in the evaluation of any bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers, and other persons and organizations to perform and complete the Project in accordance with the contract Documents to the County's satisfaction within the prescribed time. The County may consider the operating costs, maintenance requirements, performance data, and guarantees of major items of materials and equipment proposed for incorporation in the Project when such data is required to be submitted prior to Notice of Award.

      If the contract is to be awarded, it will be awarded to the Responsible and Responsive Bidder submitting the lowest bid whose evaluation by the County indicates to the County that the award will be in the best interest of the Project.  The Notice of Award shall be issued only after approval by the Walton County Board of County Commissioners and upon completion of all required award documentation.

      No contractual obligation shall exist until the contract has been approved and executed by the Board.

    • BID PROTEST

      Any person or entity whose bid is rejected, in whole or in part, or who submits a bid but is not awarded the contract, may protest such decision. Written notice of intent to file a bid protest must be submitted with the Purchasing Department or Chief Financial Officer within twenty-four (24) hours after the Board’s declaration of its intention with regard to an award.  Written protest must be submitted to Purchasing Director or Chief Financial Officer within ten (10) calendar days after filing written notice of intent.

      Each written protest must be accompanied by a bid protest bond in the form of a certified check, cashier’s check, or money order made payable to the Walton County Board of County Commissioners, in an amount equal to 1% of the protestor’s bid received by the County, but in no case less than $500.00.

      The condition of the protest bond shall be that, should the protest be determined to be without merit and non-valid, the bond shall be forfeited to the County in its entirety.

    • PUBLIC ENTITY CRIMES

      A person or an affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to 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 vendors list.

    Submission Requirements

    • LOCAL PREFERENCE APPLICATION (required)

      I hereby certify under penalty of perjury that my business qualifies as a local vendor/contractor in accordance with Walton County Purchasing Policies and Procedures, Procedure No: PP017.

    • BIDDER'S DECLARATION AND UNDERSTANDING (required)

      The undersigned, herein defined as the "Bidder," declares that the only persons or parties interested in this bid are those named herein, that this bid is, in all respects, fair and without fraud, that it is made without collusion with any employee or official of the County, and that the bid is made without any connection or collusion with any person submitting another bid on this Project.

      The Bidder further declares that it has visited the Project site, inspected the plans and specifications, examined all the Contract Documents, and has satisfied itself to the quantities involved, including materials, equipment, and the conditions of work involved, including the fact that the description of work and materials, as included herein, is brief and is intended only to indicate the general nature of the Project and to identify the said quantities with the detailed requirements of the Contract Documents, and this bid is made according to the provisions and under the terms of the Contract Documents which are made a part of this bid.  

    • CONTRACT EXECUTION AND CERTIFICATES OF INSURANCE (required)

      The Successful Bidder shall acknowledge the terms and conditions of the Contract and return a signed Contract to Walton County along with all required Certificates of Insurance (COI) within ten (10) business days after issuance of the Notice of Award, unless otherwise approved in writing by the County.

      Upon receipt and approval of the signed Contract and Certificates of Insurance, Walton County will execute the Contract and provide a fully executed copy to the Successful Bidder.

      The Successful Bidder shall not commence services until the Contract has been fully executed and the County has issued a Notice to Proceed.

      Failure of the Successful Bidder to execute the Contract or provide the required Certificates of Insurance within the specified time may result in the County withdrawing the Notice of Award and proceeding with award to the next lowest responsive and responsible Bidder or taking such other action as deemed in the best interest of the County.


       
    • COMMENCEMENT OF SERVICES AND CONTRACT TERM (required)

      The Successful Bidder shall begin providing services under the Contract within ten (10) business days after issuance of the Notice to Proceed, unless otherwise approved in writing by Walton County.

      The term of the Contract shall be ONE (1) year from the date of complete contract execution, unless terminated earlier in accordance with the terms of the Contract and may be renewed for up to FOUR (4) additional ONE (1) year terms.

      Services shall be performed in accordance with the scope of work and service schedule established between the Vendor and Walton County. The Vendor shall coordinate service dates with the County’s designated representative to ensure that all locations are serviced in accordance with the requirements of the Contract.

      The Vendor shall perform all services in a timely and professional manner consistent with industry standards and the requirements set forth in the Contract Documents.

      If scheduled services are not performed within the required service window established in the Contract, Walton County reserves the right to require corrective service at no additional cost or to deduct the cost of the missed service from the Vendor’s invoice.

    • SALES AND USE TAXES (required)

      The Bidder agrees that any and all applicable federal, state and local sales and use taxes that are incurred by the Bidder are included in the stated bid price for the Project.  The County is tax exempt from federal excise and state sales tax.  

    • BID SCHEDULE (required)

      Please download the below documents, complete, and upload.

    • Acknowledgment of Bid Schedule (required)

      By confirming, if awarded the contract, the Bidder agrees to accept as full payment for the work proposed under this Project, as specified in the Bidding Documents prepared by Walton County, and based upon their own estimate of the quantities and costs, including the cost of any necessary fee or permit provided as part of their bid. 

    • BID FORM (required)

      Please download the below documents, complete, and upload.

    • Trench Safety Compliance (required)

      Please download the below documents, complete, and upload.

    • BID BOND (required)

      Will you be utilizing Surety 2000 for submitting your Bid Bond?

    • Surety 2000 Electronic Bid Bond (required)

      Please enter your Bid Bond information from Surety2000 below.

      If you would like to use your preferred surety, please select "No" to the above question.

    • Bid Bond (required)

      Please download the below documents, complete, and upload.

    • PREVIOUS EXPERIENCE AND CURRENT COMMITMENTS (required)

      Please download the below documents, complete, and upload.

    • SUBCONTRACTORS AND SUPPLIERS DECLARATION (required)

      Please download the below documents, complete, and upload.

    • SUBCONTRACTORS AND SUPPLIERS DECLARATION (required)

      Please download the below documents, complete, and upload.

    • PUBLIC ENTITY CRIMES (required)

      Please download the below documents, complete, and have notarized. An online notarization option will be provided for you when responding.

    • DRUG FREE WORK PLACE CERTIFICATION (required)

      Identical tie bids: preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect price, quality, and service are received by the state or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certified that it has implemented a drug-free work place program shall be given preference in the award process. Established procedures for processing tie bids will be followed in none of the tied Consultants have a drug-free workplace program. In order to have a drug-free workplace program, a business shall:

      1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace specifying the actions that will be taken against employees for violations of such prohibition.
      2. Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, available drug counseling, rehabilitation providing employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.
      3. Give each employee engaged in providing the commodities of contractual services that are under bid a copy of the statement specified in paragraph #A.
      4. In the statement specified in paragraph #A, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of or pleas of guilty or no contest to, and violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the work place no later than five (5) days after such conviction.
      5. Impose a sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, by any employee who is so convicted.
      6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.

      As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements.

    • Federal Employer Identification Number (FEIN) (required)

      Please enter your FEIN below.

    • UNAUTHORIZED ALIENS (required)

      Please download the below documents, complete, and upload.

    • Proof of Registration with State of Florida Division of Corporations (required)

      Please upload proof of registration from Sunbiz.org.

    • Conflict of Interest Disclosure

      For purposes of determining any possible conflict of interest, all Bidders must disclose if any Walton County employee(s), elected official(s), or if any of its agencies is also an owner, corporate officer, agency, employee, etc., of their business.

    • Indicate either “YES” (a County employee, elected official, or agency is also associated with your business), or “NO”. (required)
    • Provide person(s) name(s) and position(s) with your business. (required)
    • QUESTIONNAIRE
    • Has your organization filed any law suits or requested arbitration, mediation, or any kind dispute resolution or administrative proceeding, with regard to contracts within the last ten (10) years? (required)
    • If the answer is yes, identify the proceeding, the parties thereto, and a brief summary of the nature of the dispute and ultimate resolution thereof. (required)
    • Has your firm been involved in any lawsuits related to contracts within the past five (5) years? (required)
    • If the answer is yes, identify the proceeding, the parties thereto, and a brief summary of the nature of the dispute and ultimate resolution thereof. (required)
    • How many years has your organization been in business as a licensed Contractor under your present business name? (required)
    • Has your organization ever failed to complete work awarded to it? (required)
    • If so, where and why? (required)
    • Has any officer or partner of your organization ever been an officer or partner of another organization that failed to complete a service project? (required)
    • If so, state name of individual, organization and reason therefore. (required)
    • Does your organization now hold valid certificates of competency or licenses for which a specific license is required? (required)
    • If so, attach copies of all licenses covering the work together with the specific political jurisdiction issuing said licenses. (required)
    • Identify the project superintendent you intend to use for this project. Also provide the following information, years project superintendent has been employed with your organization; the contracts in the last five years that said personnel has worked on; said personnel’s position and responsibilities in said contracts (required)
    • Pricing (required)
    • Is Local Vendor Preference applicable? (required)

      Please select "No" if this is a grant-funded, federally-funded or state-funded. 

    • Is Trench Safety Compliance applicable? (required)
    • Construction Plans Creator (required)

      Who provided the construction plans? 

      Example: Walton County Public Works or Name of the Outside Engineering Firm (Atkins etc.)

    • Date of Scope of Work & Construction Plans (required)

      Format: Month Date, Year

      Example: January 12, 2024

    • Contract Duration in Days (required)

      Substantial completion in _____  calendar days after issuance of Notice to Proceed.

      Format: NUMBER IN WORDS (#)

      Example: ONE HUNDRED FIFTY (150)

    • Days after Issuance of Punch List (required)

      Days after issuance of punch list for final completion.

      Format: NUMBER IN WORDS (#)

      Example: FIFTEEN (15)

    • Substantial Liquidated Damages Per Day (required)

      Example: THREE HUNDRED AND 00/100THS DOLLARS ($300.00 ) 

    • Final Liquidated Damages Per Day (required)

      Example: THREE HUNDRED AND 00/100THS DOLLARS ($300.00 ) 

    • Days to Start Project after Issuance of Notice to Proceed (required)

      How many days after issuance of NTP must the project start?

      Format: NUMBER IN WORDS (#)

      Example: TWENTY (20)

    • Does this project require building permits? (required)
    • Is there a pre-bid meeting? (required)
    • Best Rating of ___ or better and shall be listed on the United States Treasury Department's T-list as acceptable to issue bonds for the applicable dollar amount. (required)
    • Type of Bid (required)

    Questions & Answers

    Q (Annual Usage): Can you provide is the annual usage volume for each of the products?

    A: The annual usage volume for 2025 is as follows: Clear Diesel: 247,256 gallons Gasoline (Regular): 253,895 gallons


    Q (No subject): What is the estimated annual gasoline and ULSD fuel volume?

    A: The annual usage volume for 2025 is as follows: Clear Diesel: 247,256 gallons Gasoline (Regular): 253,895 gallons


    Q (Bid Bond ): Does this bid require a bid bond? Stated in section 2.7 on page 8 it says Bid security is not required for this solicitation, but in 5.8 on page 19 it has a requirement to submit a bond.

    A: Section 2.7 of the Invitation to Bid correctly states that bid security is not required for this solicitation. The reference to a bid bond in Section 5.8 is included in error and does not apply to this project. Bidders are not required to submit a bid bond with their response.


    Q (Pay Terms ): What are the pay terms?

    A: Walton County’s standard payment terms are Net 45. Payment will be processed in accordance with County procedures upon receipt and approval of a complete and accurate invoice, including all required supporting documentation as outlined in the solicitation.


    Q (No subject):

    A: On the solicitation document, there is a chart listing the Walton County fuel delivery locations along with tank sizes. Could you please clarify which columns correspond to gasoline and which correspond to diesel? Additionally, are there any estimated annual or monthly gallon volumes available for these locations? On page 11 of the Contract, (UL tank size refers to the Unleaded tank capacities) and (DL tank size refers to the Diesel tank capacities) Annual fuel totals across all locations for FY25 were: 247,256 gallons of Diesel and 253,895 gallons of Unleaded.


    Q (No subject): Do you have to bid on both transport and tank wagon to be considered responsive?

    A: Yes, bidders must bid on both transport and tank wagon to be considered responsive.


    Q (No subject): What is considered a full load for transport deliveries?

    A: A full load is defined as a fully loaded transport tanker, and may be allocated across multiple delivery locations as needed.


    Q (Tank Monitoring ): What are the vendors responsibilities for tank monitor maintenance/replacement after installation?

    A: The vendor shall be responsible for installation, and maintenance of monitors as well as continuous monitoring of fuel levels to ensure adequate supply is maintained and outages are prevented.


    Q (Incumbent Supplier ): Who is the incumbent supplier?

    A: Retif Oil & Fuel, LLC


    Q (Above Ground or Below Ground Tanks ): Can you specify which tanks are underground and which tanks are above ground? If your tanks are above ground, do you have a pump on site or do you need a truck equipped with a pump.

    A: All tanks are above ground storage tanks and will require a truck equipped with a pump.


    Q (Bid Tabs ): Can I get the bid tabulations from the last bid?

    A: Yes, please see the below bid tabulation from the County’s most recent fuel solicitation, ITB 23-14 – Gasoline and Diesel Fuel Supply Services. At the time of bid opening on April 3, 2023, bids were received from the following vendors: Retif Oil & Fuel, LLC - UL . 099/ D2 .099 UL .1990? D2 .1990 J.V. Carroll Distributing, Inc. UL .56935/ D2 .56810 UL . 56935/ D2 .56810


    Q (Invoices ): Can I get a copy of 2 recent invoices (with their corresponding BOL's) from your current supplier for each product?

    A: Yes, please see below for two recent invoices from our current supplier (Retif Oil and Fuel LLC) along with their corresponding Bills of Lading (BOLs): Gasoline (Unleaded 87 Octane) Invoice No.: IN-0343541 Invoice Date: 04/14/2026 BOL No.: 2026144916 Quantity: 1,172 gallons Unit Price: $3.6146/gallon Total: $4,724.14 Diesel (Ultra Low Sulfur Diesel – Clear) Invoice No.: IN-0342605 Invoice Date: 04/08/2026 BOL No.: 2026084347 Quantity: 2,000 gallons Unit Price: $4.1749/gallon Total: $9,179.79


    Q (OPIS ): Do you subscribe to OPIS or do you require vendor to submit OPIS reports?

    A: OPIS reports are submitted/ provided by the vendor


    Q (No subject): Have you done any extensions/renewals with your current supplier since the bid tabulations from the last bid? If so, was there any changes made to the bid margin for any product and if so for how much?

    A: Following the award in 2023, the contract included two one-year renewal options. Throughout both the initial term and any renewal periods, the bid margin remained unchanged for all products.


    Q (dbe ): What are the DBE Requirements?

    A: Following Federal regulations, in order to be eligible for the DBE program, persons must own 51% or more of a small business, establish that they are socially and economically disadvantaged within the meaning of DOT regulations, and prove they control their business. The general guidelines, can be found in Appendix E of 49 C.F.R. Part 26 on the National archives website @ https://www.ecfr.gov/ "Please refer to 49 CFR Part 26 for all DBE eligibility/ criteria information"


    Q (No subject): What are the local Preferences?

    A: Per Walton County Purchasing Policy PP-017 Local Preferences consists of: Must be a local business (6+ months in Walton County) Up to 2% preference (max $10,000) for bid evaluation Applied for evaluation only, not actual price May be used in bids and proposals if stated in the solicitation


    Q (No subject): Can you provide the annual usage per site and product?

    A: The annual usage volume for 2025 is as follows: Clear Diesel: 247,256 gallons Gasoline (Regular): 253,895 gallons


    Key dates

    1. April 13, 2026Published
    2. May 13, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.