HomeMy WebLinkAboutcover pageCITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO :
FROM :
Honorable d
embers f the City Com
Arriola
f Administrator/City Manager
DATE:
SUBJECT:
REFERENCES:
ENCLOSURES:
AUG 2 3 2004
Resolution Authorizing
the procurement of Gasoline
Citywide, from the SE FL
Governmental Purchasing
Cooperative Bid No. 4-1-8-66
FILE :
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the attached Resolution accepting
the bid of Petroleum Traders Corporation, a Non-Local/Non-Minority vendor, located at 7110
Pointe Inverness Way, Fort Wayne IN 46804, for the provision of Tankwagon and Transport
deliveries of Gasoline, pursuant to the Southeast Florida Governmental Purchasing Cooperative
Bid No. 4-1-8-66, effective through August 31, 2007, with the option to extend for two (2),
additional one (1) year periods, to be utilized by various city departments on an as needed
contract basis with funds therefore hereby allocated in the sum of $750,000 for the 2004-05 fiscal
year operating budgets of the various user departments, as may be adjusted from time to time by
the City Commission in the Annual Appropriations/ Capital Improvements Ordinances, or as
otherwise adjusted as permitted by law.
BACKGROUND
For the past several years, approximately twenty-six (26) governmental entities have participated
in Cooperative Purchasing in Southeast Florida. The Southeast Florida Governmental Purchasing
Cooperative was formed in an effort to provide cost savings and cost avoidances to all entities by
utilizing the buying power of combined requirements for common, basic items.
On May 24, 2004, the Broward Sheriff's Office issued Bid No. 4-1-8-6-66 as the lead agency, on
behalf of the Broward Sheriffs Office, the City of Miami and twenty-three (23) other
governmental entities included in the Southeast Florida Governmental Purchasing Cooperative.
Twenty (20) Invitation for Bids were mailed and six (6) responses were received on June 22,
2004. Petroleum Traders Corporation submitted the lowest responsible and responsive bid and
was awarded the contract on July 9, 2004, for an initial term of three (3) years, effective
September 1, 2004, with the option to renew for two (2) additional one (1) year periods.
FISC ' L I .' T At time of need.
r
/MR