header-left
File #: 1546-2005    Version: 1
Type: Ordinance Status: Passed
File created: 9/14/2005 In control: Administration Committee
On agenda: 10/24/2005 Final action: 10/26/2005
Title: To authorize and direct the Finance and Management Director to enter into three contracts for the option to purchase Light Duty Trucks with 32 Ford-Mercury Inc., Bob McDorman Chevrolet Inc. and Byers Chevrolet LLC, to authorize the expenditure of three dollars to establish the contract from the Purchasing/Contract Operation Fund, and to declare an emergency. ($3.00).
Date Ver.Action ByActionResultAction DetailsMeeting Details
10/26/20051 ACTING CITY CLERK Attest  Action details Meeting details
10/25/20051 MAYOR Signed  Action details Meeting details
10/24/20051 Columbus City Council ApprovedPass Action details Meeting details
10/24/20051 Columbus City Council Taken from the TablePass Action details Meeting details
10/24/20051 COUNCIL PRESIDENT Signed  Action details Meeting details
10/17/20051 Columbus City Council Tabled to Certain DatePass Action details Meeting details
9/29/20051 Finance - Purchasing Drafter Sent for Approval  Action details Meeting details
9/29/20051 CITY ATTORNEY Reviewed and Approved  Action details Meeting details
9/29/20051 Finance - Purchasing Drafter Sent to Clerk's Office for Council  Action details Meeting details
9/28/20051 Finance - Purchasing Drafter Sent for Approval  Action details Meeting details
9/28/20051 Auditor Reviewer Reviewed and Approved  Action details Meeting details
9/28/20051 CITY AUDITOR Reviewed and Approved  Action details Meeting details
9/27/20051 ODI DIRECTOR Reviewed and Approved  Action details Meeting details
9/26/20051 EBOCO Reviewer Reviewed and Approved  Action details Meeting details
9/23/20051 FINANCE-PURCHASING APPROVER Reviewed and Approved  Action details Meeting details
9/14/20051 Finance - Purchasing Drafter Sent for Approval  Action details Meeting details
Explanation
 
BACKGROUND: For the option to purchase Light Duty Trucks for all City agencies.  The term of the proposal option contract would be one year. Contract is through August 31, 2006 or manufacturer's build out.  The Purchasing Office opened formal bids on August 18, 2005.
 
The Purchasing Office advertised and solicited competitive bids in accordance with Section 329.06 (Solicitation No. SA-001717 GRW).  Seventy-Five (MAJ:73, MBE:1, FBE:1) bids were solicited; four (MAJ:4) bids were received.
 
For items 8, 11 and 13, the lowest numerical bidders failed to meet the required specification elements and were rejected by the Purchasing Office. Awards for items 8, 11 and 13 were made to the next lowest numerical bidders. All other items were awarded to the lowest responsive, responsible and best bidders.
 
32 Ford-Mercury, Inc., MAJ, CC#311285506, $641,533.00
Bob McDorman Chevrolet Inc. MAJ, CC#310714139, $418,141.00
Byers Chevrolet LLC, MBE, CC#314139860, $339,280.00
Total Estimated Annual Expenditure: $1,398,954.00
 
These companies are not debarred according to the Federal Excluded Parties Listing or the State Auditor's Findings For Recovery Database.
 
This ordinance is being submitted as an emergency because, without emergency action, no less than 37 days will be added to this procurement cycle and the efficient delivery of valuable public services will be slowed.
 
FISCAL IMPACT: Funding to establish this option contract is budgeted in the Purchasing Contract Account.  City Agencies will be required to obtain approval to expend from their own appropriations for their estimated annual expenditures.
 
 
Title
 
To authorize and direct the Finance and Management Director to enter into three contracts for the option to purchase Light Duty Trucks with 32 Ford-Mercury Inc., Bob McDorman Chevrolet Inc. and Byers Chevrolet LLC, to authorize the expenditure of three dollars to establish the contract from the Purchasing/Contract Operation Fund, and to declare an emergency. ($3.00).
 
 
Body
 
WHEREAS, the Purchasing Office advertised and solicited formal bids on August 18, 2005 and selected the lowest, responsive, responsible and best bids; and
 
WHEREAS, this ordinance addresses Purchasing objective of 1) maximizing the use of City resources by obtaining optimal products/services at low prices and 2) encouraging economic development by improving access to City bid opportunities and 3) providing effective option contracts for City agencies to efficiently maintain their supply chain and service to the public; and
 
WHEREAS, these trucks will replace high mileage/high maintenance vehicles with newer, more fuel efficient vehicles. This is being submitted for consideration as an emergency measure; and
 
WHEREAS, an emergency exists in the usual daily operation of various city agencies in that it is immediately necessary to enter into a contract(s) for an option to purchase Light Duty Trucks, thereby preserving the public health, peace, property, safety, and welfare; now, therefore,
 
BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:
 
SECTION 1. That the Finance and Management Director be and is hereby authorized and directed to enter into the following contract(s) for an option to purchase Light Duty Trucks in accordance with Solicitation No. SA001717 GRW as follows:
 
32 Ford-Mercury Inc., Items: 1, 8, 9, 10 and 13, Amount: $1.00
Bob McDorman Chevrolet Inc., Items: 7 and 12, Amount: $1.00
Byers Chevrolet LLC Items: 2, 3, 4, 5, 6, 11 and 14, Amount: $1.00
 
SECTION 2. That the expenditure of $3.00 is hereby authorized from Purchasing Contract Account, Organization Level 1: 45-01, Fund: 05-517, Object Level 3: 2270, OCA: 451130, to pay the cost thereof.
 
 
SECTION 3. That for the reason stated in the preamble here to, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.