Subject:
Title
Award of bid to Global Montello Group Corp, Petroleum Traders Corporation, Port Consolidated, Inc., and Pro Energy LLC for requirements of gasoline and diesel fuel - a Tampa Bay Area Purchasing Cooperative contract.
label
Recommended Action:
Recommended Action
Approval of the award of bid to Global Montello Group Corp, Petroleum Traders Corporation, Port Consolidated, Inc., and Pro Energy LLC for requirements of gasoline and diesel fuel; a Tampa Bay Area Purchasing Cooperative (Cooperative) contract.
• This Cooperative contract is for annual requirements of gasoline and diesel fuel on an as needed basis.
• Award of bid to the following firms for County requirements in the amount of $36,258,426.00 for a thirty-six-month term:
o Global Montello Group Corp for tank wagon gasoline and diesel fuel in the amount of $5,803,264.00.
o Petroleum Traders Corporation for transport deliveries of gasoline and diesel fuel in the amount of $29,206,612.00.
o Port Consolidated, Inc for tank wagon low sulfur diesel fuel in the amount of $520,000.00.
o Pro Energy LLC for transport deliveries of low sulfur diesel fuel in the amount of $728,550.00.
• Twelve bids were received with award recommendation to the lowest responsive and responsible bidders according to line item or group.
• Cooperative participants are responsible for issuance of their own awards and funding; Cooperatives expenditures total $6,424,918.37.
• Funding for this cooperative contract is included in the Fiscal Year (FY) 2026 Operating Budget for Office of Fleet and Asset Management in the Fleet Management Fund. A total of $6,205,380.00 was confirmed by the Office of Management and Budget in the FY26 Adopted Budget for fuel. If future fiscal year funding is not available for this cooperative contract, the County maintains the authority to terminate this agreement.
Bid No. 25-0541-ITB for a thirty-six month not-to-exceed County total of $36,258,426.00; Authorize the Chairman to sign and the Clerk of the Circuit Court to attest.
Body
Strategic Priorities:
Smart Service Delivery
4.1 Optimize County energy use
4.2 Achieve and maintain a high level of customer satisfaction.
4.4 Pursue continuous improvement
Summary:
Summary
This contract is for requirements of gasoline and diesel fuel to meet the needs of the County and Cooperative agencies for both transport and tank wagon deliveries on an as needed basis.
This Cooperative Contract is administered by the County and contains requirements from the Cities of Dunedin, Gulfport, Oldsmar, Pinellas Park, St. Petersburg, Palm Harbor Fire Rescue, St. Petersburg College, and Tampa Bay Water. Cooperative participants are responsible for issuance of their own awards and purchase authorizations, inclusive of all other Cooperatives except the County, for a total value in the amount of $6,424,918.37.
This contract includes provision for price adjustments (increase/decrease) at twelve-month intervals and includes one (1) additional twenty-four (24) month term extension.
Body
Background Information:
On August 1, 2025, the Purchasing Division, on behalf of Cooperative participants, released an invitation to bid with the intent to establish a contract for fuel, gasoline and diesel. Twelve (12) bids were received with award recommendation to the lowest, responsive, responsible bidders according to line item or group.
All prices will be based on Port of Tampa Florida average terminal rack prices published daily in Oil Price Information Service (OPIS), United Publications OPIS the day of order placement. This contract is utilized as needed based on department budget availability.
Fiscal Impact:
County estimated expenditure not to exceed: $36,258,426.00
Cooperative estimated expenditure not to exceed: $6,424,918.37
Funding for this cooperative contract is included in the FY26 Operating Budget for OFAM the Fleet Management Fund. A total of $6,205,380 was confirmed by the Office of Management and Budget (OMB) in the FY26 Adopted Budget for fuel. If future fiscal year funding is not available for this cooperative contract, the County maintains the authority to terminate this agreement.
Staff Member Responsible:
Don Moore, Division Manager, Fleet Management, Office of Fleet and Asset Management
Merry Celeste, Division Director, Purchasing, Office of Management and Budget
Robert Mills, Director, Office of Fleet and Asset Management
Partners:
Cities of Dunedin, Gulfport, Oldsmar, Pinellas Park, St. Petersburg, Palm Harbor Fire Rescue, St. Petersburg College, Tampa Bay Water
Attachments:
Agreements (4)
Bid tabulation