Loading...
HomeMy WebLinkAboutBroward County Agenda ItemPREVIOUS ITEM BROWARD COUNTY NEXT ITEM BOARD OF COUNTY COMMISSIONERS zplia tIonfBackgro i BR ARD os. COUNTY L t ORIDA Requested Action:. MOTION TO AWARD open-end cooperative contract to low bidders Macmillan Oil Company of Florida, Inc. for Diesel Fuel No. 2, Low Sulfur, Tankwagon (less than truckload), Group 1, in the estimated annual amount of $178,744.50; Ryder Energy Distribution Corporation for Diesel Fuel No. 2, Low Sulfur, Transport (full truckload), Group 2, in the estimated annual amount of $5,280,500.00; Port Consolidated Inc. for Diesel Fuel No. 2, High Sulfur, Tankwagon, Group 3, in the estimated annual amount of $128,225.00; for a total estimated annual amount of $5,587,489.00 for Petroleum - Diesel Fuel No. 2 and Biodiesel, Bid No. D104018B1, for various County agencies and authorize the Purchasing Director to renew the contract for a one year period. The initial contract period shall begin on June 1, 2004 and shall terminate one year from that date. In accordance with the Broward County Procurement Code Section 21.31.a.4, the Board shall approve purchases $200,000.00 and over. Provides for delivery of diesel fuel for use by various County agencies. Why Action Is Necessary: What Action Accomplishes: Is this Action Goal Related?I 1 Y umfnaty: AGENDA ITEM # F X IptKpo i a' tem,i No Meeting Date 5/11/04 Page 1 of 2 Action or Mdian. Autherty or Regwnmant for Remand idenllry M outcome anon lline Arai Noland Indudes ma AgenKY r4mmenOstim Prolog an ena7ftV* WmnWY of Ina cY aon thatyna fan owMaw Of Wm de ad for Its item. Identify Nam mosta Commission ChiNenue Goal.! THE PURCHASING DIVISION AND VARIOUS COUNTY DIVISIONS RECOMMEND APPROVAL OF THE ABOVE MOTION. Minority/women business enterprise goals have been established for this contract with the following percentages: 12%. The contractors have committed to participation in the following percentages: Macmillan Oil Company of Florida, Inc. (County certified minority business) at 100% and Ryder Energy Distribution Corporation and Port Consolidated, Inc. at 12% each, and have received approval from the Small Business Development Division. In accordance with the Special Instructions to Bidders, Paragraph 15, "the vendor must complete the Price Adjustment Section on page 13 of 28 entitled Bid Sheet". The Purchasing Director has determined to reject all bids on Group 4, Biodiesel Fuel B20 and B100, because Port Consolidated, Inc., Macmillan Oil Company of Florida, Inc., BV Oil Company, Inc., Mansfield 011 Company and World Energy Alternatives, LLC, either left the section blank or incorrectly filled out the section. Broward County does not use these items and the City of Coral Springs, the primary using agency , Signetu Soares of additional inform Glenn R. Cummings, C • Au�Ad.Sig`fiat ; ...: ,;. ;:.:., ......... } tJ.Y ,+Kiu. .�. ,�(4'.�. ,. {��. :,�df' : 1' .F L J ■9 Xam YYdu�/•YMarl ,Mee tDea111sOMMMI,r4 Pw�r.M !CN1Yi,Y •' • -/ �.tf + i�..1.10' .�i::.•t •�,ng Date: Type: Name, Title, Agency and Phan. Phillip C. Allen, CFO & Director /Finance and Administrative Services Ze44 Department 954 357-7130 on: Typo Name, Agency and Phone PO, Director, Purchasing Division (954) 357-6070 Four. 107• I •A Re'isi^d 11 / 13/03 ,�..• Page 2 of 2 will re -bid Group 4 for the Southeast Florida Governmental Purchasing Cooperative (Co -Op). This is a Co -Op contract with thirty-eight Co -Op and five County agencies participating with the County serving as lead agency. The County solicits, evaluates and awards the contracts. Co -Op agencies are responsible for issuing their own purchase orders to awarded vendors. The total estimated dollar amount in the Motion is for the County agencies. The prior contracts, DX01228B101, DX02254B1 and D302058B1 were extended such that all will expire on May 31, 2004. 37 Notifications of bid availability 37 Bid requests provided 3 Declinations 9 Bids received cal. in inctiCosx Summary '' • . • . N1t�uW prp�doee, Trod budget T amount and aceaurn number, coerce of funds, and myFl funded by the appropriate source r.ou�tloallk contract will be Each requirement processed against this open-end at the time of release. iny, hibit$ Attaahad ieet,•.ro.‘nietr i (plane number .iO, Et1 aonsecutiimly,) 1. Bid Tabulation ' Document Control • Commission Action . Executed original(s) for permanent record APPROVED DEFERRED u DENIED (Number) Executed copies to return to: �+ (Numbfr) Other tristructions:(Include name, agency, and phone) From To