Loading...
HomeMy WebLinkAboutSummary FormDate: 6/1/2006 AGENDA ITEM SUMMARY FORM FILE ID: j5(,.OI I Requesting Department: Purchasing Commission Meeting Date: 7/13/2006 District Impacted: All Type: ® Resolution ❑ Ordinance ❑ Emergency Ordinance ❑ Discussion Item ❑ Other Subject: Plumbing Supplies, Parts, Fixtures, Water Heaters, PVC Pipe, Tubing and Related Items Purpose of Item: The nature of this item is to establish a contract for the provision of Plumbing Supplies, Parts, Fixtures, Water Heaters, PVC Pipe, Tubing and Related Items from Best Plumbing Specialties, Inc.; Hughes Supply, Inc.; Interline Brands, Inc. D/B/A Sexauer; Lehman Pipe and Plumbing Supply, Inc.; National Waterworks; and Plumbmaster, Inc., pursuant to the Southeast Florida Governmental Purchasing Co-operative Group Bid No. 26-084R, effective through March 31, 2009, with the option to extend for two (2) additional one (1) year periods, subject to further extensions or replacement contracts by the Southeast Florida Governmental Purchasing Co-operative Group, to be utilized on an as needed contract basis, allocating funds from the various sources of funds as may become available at time of need. Background Information: Plumbing Supplies, Parts, Fixtures, Water Heaters, PVC Pipe, Tubing and Related Items are of vital importance for the operational needs of various City Departments. For the past several years, approximately twenty-six (26) governmental entities have participated in Co-operative Purchasing in Southeast Florida. The Southeast Florida Governmental Purchasing Co-operative Group was formed in an effort to provide cost savings and cost avoidances to all entities by utilizing the buying power of combined requirements for common, basic items. The School Board of Broward County issued Bid No. 26-084R as the lead agency, on their behalf and various other governmental entities included in the Southeast Florida Governmental Purchasing Co-operative Group. Sixteen (16) Invitations for Bids were mailed and six (6) responses were received on November 22, 2005. Best Plumbing Specialties, Inc.; Hughes Supply, Inc.; Interline Brands, Inc. D/B/A Sexauer; Lehman Pipe and Plumbing Supply, Inc.; National Waterworks; and Plumbmaster, Inc. submitted the lowest responsible and responsive bids and were awarded the contract, with an effective date of April 1, 2006 for an initial term of three (3) years with the option to renew for two (2) additional one (1) year periods. Budget Impact Analysis NO Is this item related to revenue? YES Is this item an expenditure? If so, please identify funding source below. General Account No: Special Revenue Account No: CIP Project No: Is this item funded by Homeland Defense/Neighborhood Improvement Bonds? Start Up Capital Cost: Maintenance Cost: Total Fiscal Impact: Final Approvals (SIGN AND DATE) CIP Budget If using or receiving capital funds Grants ti`,,, . Risk)Managemen Purchasin Milayilar Lib 4 • r' / Dept. Director (1.,,Chief � City Manager NIP Page 1 of 1