Title
A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Issue The Attached Blanket Purchase Orders Between Fisher Scientific And The City Of Hollywood In The Annual Amount Of $15,000.00 Municipal Emergency Services, Inc. And The City Of Hollywood In The Annual Amount Of $20,000.00 Ten-8 Fire Equipment, Inc. And The City Of Hollywood In The Annual Amount Of $20,000.00 And Henry Schein, Inc. And The City Of Hollywood In The Annual Amount Of $5,000.00 For The Purchase Of Firefighting Equipment, Supplies And Replacement Parts, For A Three Year Term For An Estimated Annual Expenditure Of $60,000.00 For An Aggregate Amount Of $180,000.00.
Body
Staff Recommends: Approval of the Attached Resolution.
Explanation:
The Fire Rescue and Beach Safety Department requires the purchase of various firefighting and rescue equipment, supplies and replacement parts, in order to keep emergency equipment operational at all times.
Bids were requested to establish agreements for selected manufacturer's equipment, supplies and replacement parts as specified by the Fire Rescue and Beach Safety Department.
On August 4, 2014, F-4428-14-JE was electronically posted on the City's website, advertised and sent to 911 firms on Bidsync.com in accordance with the City's Purchasing Ordinance, Section 38.42 (A) (1).
Bid Number F-4428-14-JE was opened at 3:00 P.M. on August 28, 2014, and resulted in responses from four (4) bidders:
Fisher Scientific Company
Pittsburgh, Pennsylvania
Henry Schein, Inc.
Melville, New York
Municipal Emergency Services, Inc.
Charlotte, North Carolina
Ten-8 Fire Equipment, Inc
Bradenton, Florida
Award is being recommended to the bidder who bid the greatest percentage discount to the City off the manufacturer's current suggested retail price list, for each manufacturer specified in the bid.
The City reserved the right to accept and award item by item, and/or by group, and designate one or more contractors as the Primary or Secondary Vendor(s) for the delivery of material and/or Services through the effective period of the award.
In any situation where obtaining Services from the Primary Vendor(s) is not in the best interest of the City, or the vendor cannot deliver material and/or Services within twenty-four (24) hours of the date required, or on an emergency basis, staff may obtain Services from the Secondary Vendor(s).
All original terms, conditions and discounts shall remain firm for initial period of the agreement and for any renewal period.
The City has been doing business with the above vendors for many years with satisfactory results.
After all Bids received were evaluated, the Fire Chief and the Director of Procurement Services recommend that the City Commission approve award of the attached Blanket Purchase Orders for the purchase of firefighting and rescue equipment, supplies and replacement parts to the vendors offering the best discount by manufacturer, for a three (3) year term, with the options to renew for two (2) additional one (1) year period at the same terms, conditions and firm discounts, subject to vendor acceptance and the determination by the City Commission that renewal will be in the best interest of the City.
All the bids fully meet all terms and conditions of our bid requirements.
The anticipated value of these agreements for the first twelve (12) months is $60,000.00, funding for the attached Blanket Purchase Orders has been provided for in the fiscal year 2015 budget in the Fire Rescue and Beach Safety Department Account Number 01.2151.00000.522.005216 and will be budgeted in subsequent fiscal years.
The City of Hollywood reserves the right to terminate with or without cause.
Recommended for inclusion on the agenda by:
Wazir A. Ishmael, Ph.D., City Manager
Matthew Lalla, Director, Financial Services
Eric Busenbarrick, Fire Chief, Fire Rescue & Beach Safety
Joel Wasserman, Director, Procurement Services