Hollywood FL banner
File #: R-2015-247    Version: 1 Name: Madsen Barr Public Utilities Emergency Response Services
Type: Resolution Status: Passed
File created: 7/28/2015 In control: Department of Public Utilities
On agenda: 8/26/2015 Final action: 8/26/2015
Title: A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Execute The Attached Agreement And Issue The Attached Blanket Purchase Order Between Madsen Barr Corporation And The City Of Hollywood For Public Utilities Emergency Response Services For An Estimated Annual Expenditure Of $500,000.00 To Be Used In The Case Of An Emergency.
Attachments: 1. Reso Madsen Barr Final.pdf, 2. B002760 Madsen Barr Water and Sewer Emergency Repair Services.pdf, 3. Proposed Agreement between Hollywood & Madsen Barr - Emergency Services.pdf, 4. Agreement between Miramar & Madsen Barr - Emergency Services.pdf, 5. Miramar Reso No. 15-70 Awarding Bid No. 15-003 to Madsen Barr.pdf, 6. Miramar ITB No. 15-003 - Specifications.pdf, 7. Miramar ITB No. 15-003 - Addendum 1.pdf, 8. Miramar ITB No. 15-003 - Bid Sheet Madsen Barr.pdf, 9. termadsen.pdf, 10. BIS 15-237.pdf

Title

A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Execute The Attached Agreement And Issue The Attached Blanket Purchase Order Between Madsen Barr Corporation And The City Of Hollywood For Public Utilities Emergency Response Services For An Estimated Annual Expenditure Of $500,000.00 To Be Used In The Case Of An Emergency.

 

 

Body

 

Staff Recommends: Approval of the Attached Resolution.

 

 

Explanation:

The Department of Public Utilities requires a water and sewer repair services emergency response agreement.

 

The required agreement has been competitively bid by the City of Miramar, Florida.

 

The City of Miramar’s, Bid Number 15-003 bid was opened on December 2, 2014 and was awarded to the two lowest responsive, responsible bidders, including Madsen Barr Corporation of Wellington, at its meeting on February 18, 2015, for a two (2) year agreement with renewal options for three (3) additional one (1) year periods.

 

Madsen Barr Corporation is currently providing these services to the City in a satisfactory manner.

 

Purchasing Code Section 38.40.C.5. provides that when it is in the best interest of the city, the Director may procure, without following formal contract procedure, all supplies, materials, equipment and contractual services which are the 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, that this subsection shall apply only if (i) the supplies, materials, equipment or contractual services are the subject of a price schedule negotiated by the state or the United States government, or (ii} the supplies, materials, equipment or contractual services are 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.

The Director of Public Utilities and the Director of Procurement Services have recommended that the City Commission approve award, as awarded by the City Commission of Miramar, Florida, to Madsen Barr Corporation of Wellington, Florida for a two (2) year agreement for an estimated annual expenditure of $500,000.00, with the right to renew for three (3) additional one (1) year periods.

 

Award is subject to the City receiving all insurance required and approved by the City's Risk Manager.

 

Funding has been provided in the fiscal year 2015 operating budget in the Department of Public Utilities’ account number 42.4000.86578.536.005225. Funding for the cost of said services which may be provided in the second year of the agreement or during one of the renewal periods, will be requested in the applicable future year’s operating budget.

 

 

 

Recommended for inclusion on the agenda by:

Wazir A. Ishmael, City Manager

Matthew Lalla, Director, Financial Services

Steve Joseph, Director, Public Utilities

Joel Wasserman, Director, Procurement Services