Title
A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Issue The Attached Blanket Purchase Order Between Craig A. Smith & Associates, Inc. And The City Of Hollywood For Locate/Mark Underground Utilities In An Estimated Annual Amount Of $300,000.00.
Body
Staff Recommends: Approval of the Attached Resolution.
Explanation:
The Department of Public Utilities required an agreement with a qualified contractor to provide utility locator services Citywide.
The required locating and marking services were competitively bid by the City of Cooper City, Florida.
The City of Cooper City, Florida’s Bid Number 2015-5-UTL was opened on April 7, 2015 and was awarded to the lowest responsive, responsible bidder, Craig A. Smith & Associates, Inc. on April 28, 2015 for a three (3) year initial term with the option to renew for two (2) additional one (1) year periods.
Craig A. Smith & Associates, Inc. is currently providing these services to the City in a satisfactory manner.
The Director of Public Utilities and the Contract Compliance Officer recommend that the City Commission approve the issuance of the attached Blanket Purchase Order agreement for locate/mark underground utilities to Craig A. Smith & Associates, Inc. in an estimated annual amount of $300,000.00.
Section 38.40 (C)(5) of the Purchasing Ordinance allows the Director to procure, without following formal procedures, all goods and services which are subject of contracts with the state, its political subdivisions, the United States government, other governmental entities, or a corporation not for profit whose members are governmental entities, public officers, or any combination thereof, provided however, the goods and services are: (i) the subject of a price schedule negotiated by the state or the United States government, or (ii) the subject of a contract with another governmental entity or a corporation not for profit whose members are governmental entities, public officers, or any combination thereof, which contract is based strictly on competitive bids or competitive proposals and not on any preference.
Award is subject to the City’s receipt and approval of all insurance certificates required by the City’s Risk Manager.
Funding has been provided in the FY 2017 budget in account numbers 42.4012.00772.536.003117, 42.4012.00773.536.003117, 43.4031.00000.538.003117, 42.4000.76671.536.006301 and 42.4000.85889.536.006302 and will be budgeted in subsequent fiscal years.
Recommended for inclusion on the agenda by:
Dr. Wazir Ishmael, City Manager
Gus Zambrano, Assistant City Manager/Sustainable Development, Office of the City Manager
George R. Keller, Jr., Assistant City Manager/Finance & Administration, Office of the City Manager
Steve Joseph, Director, Public Utilities
Paul Bassar, Contract Compliance Officer, Office of the City Manager