Explanation
BACKGROUND: For the option to purchase Interactive Voice Response ( IVR), Call Center Management Information System (CCMIS) and Automated Call Distribution (ACD) software, hardware and related services for the Department of Technology The term of the proposed option contract would be three (3) years. Contract is through December 31, 2009. There will be three (3) one years options to renew contingent upon agreement by both parties. The Purchasing Office opened formal bids on May 11, 2006.
The Purchasing Office advertised and solicited competitive bids in accordance with Section 329.14 (Solicitation SA001942JY. One Hundred and Forty-Eight (148) (MAJ:139, MBE:8, FBE:1) bids were solicited; Ten (10) (MAJ:9, F1:1) bids were received.
The Purchasing Office, behalf of the Department of Technology is recommending award to:
PDT COMMUNICATIONS, LTD MAJ, CC: 32-0109794 (Expires 10-13-08)
Total Estimated Annual Expenditure: $5 0,000.00
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 UTC Fund. The Department of Technology will be required to obtain approval to expend from their own appropriations for their estimated annual expenditures.
Title
To authorize and direct the Finance & Management Director to enter into a citywide contract with PDT Communications, Ltd. for the option to purchase Interactive Voice Response (IVR), Call Center Management Response Information System (CCMIS) and Automated Call Response (ACL) software, hardware and related services and to authorize the expenditure of one dollar to establish the contract from the Purchasing/UTC Fund, and to declare an emergency. ($1.00).
Body
WHEREAS, the Purchasing Office advertised and solicited formal bids on May 11, 2006 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, because this software, hardware and related services for the IVR, CCMIS and ACL will be used to keep and maintain city agency communication systems functioning, this is being submitted for consideration as an emergency measure; and
WHEREAS, an emergency exists in the usual daily operation of the Department of Technology in that it is immediately necessary to enter into a contract for an option to purchase IVR, CCMIS and ACL software, hardware and related services, 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 & Management Director be and is hereby authorized and directed to enter into the following contract for an option to purchase IVR, CCMIS and ACL software, hardware and related services in accordance with Solicitation SA001942JY as follows:
PDT Communications, LTD, All Items; Amount: $1.00
SECTION 2. That the expenditure of $1.00 is hereby authorized from Purchasing UTC Fund, Organization Level 1: 45-50, Fund: 05-517, Object Level 3: 2270, OCA: 450020, 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.