header-left
File #: 1756-2004    Version: 1
Type: Ordinance Status: Passed
File created: 9/27/2004 In control: Public Service & Transportation Committee
On agenda: 10/18/2004 Final action: 10/20/2004
Title: To authorize and direct the Finance Director to modify and extend the citywide contracts for the option to purchase OEM Truck Parts, with center City International Trucks Inc., Schodorf Truck Body & Equipment Company, Inc., Best Equipment Company, Inc., Southeastern Equipment company, Inc., Columbus Equipment Company, Cummins Bridgeway, LLC, Brom Truck Inc., Noble's, Inc., Horton Emergency Vehicles, ESEC Corporation dba Columbus Peterbilt, Byers Chevrolet, LLC, Finley Fire Equipment Company, Inc., Holtz Industries, Inc., McNeilus Truck & Manufacturing, Inc., Performance Parts Express and to declare an emergency.
Explanation
 
BACKGROUND:  To modify and extend the existing city-wide contracts for the option to purchase OEM Truck Parts for Fleet Management, the largest user to and including September 30, 2005.  Formal bids were opened by the Purchasing Office on August 22, 2002. The Purchasing Office advertised and solicited competitive bids in accordance with Section 329.06. (Proposal No. SA00312 GRW). One hundred nine (MAJ:104, MBE:3, FBE:2) bids solicited; seventeen bids received.  Contracts were established with the following vendors and were established in accordance with the bids received:
 
Center City International Trucks Inc. FL001558 (MAJ) CC# 31-1048371, $240,000.00; Schodorf Truck Body & Equipment FL001559 (MAJ) CC# 31-4416487, $600,000.00; Best Equipment Company FL001560 (MAJ) CC# 35-1097778, $45,000.00; Southeastern Equipment Co., Inc.FL001561 (MAJ) CC# 34-1503254, $20,000.00; Columbus Equipment Co. FL001562 (MAJ) CC# 31-4390542, $50,000.00; Cummins Bridgeway, LLC FL001563(MAJ) CC# 11-3658572, $50,000.00; Brom Truck, Inc. FL001564 (MAJ) CC# 34-1144839, $20,000.00; Noble's, Inc.FL001565 (MAJ) CC# 31-0787367, $20,000.00; Horton Emergency Vehicles FL001566 (MAJ) CC# 35-2018529, $20,000.00; ESEC Corporation dba Columbus Peterbilt FL001567 (MAJ) CC# 34-1285858, $60,000.00; Byers Chevrolet LLC FL001568 (MAJ) CC# 31-4139860, $70,000.00; Finley Fire Equipment Co., Inc. FL001569 (MAJ) 31-0816583, $40,000.00; Holtz Industries, Inc. FL001570 (MAJ) CC# 31-1243343, $120,000.00; McNeilus Truck & Manufacturing, Inc. FL001571 (MAJ) CC# 41-1314526, $40,000.00; Performance Parts Express FL001572 (MAJ) CC# 34-1857810, $10,000.00
 
Total Estimated Annual Expenditure: $1,405,000.00
 
These companies are not debarred according to the Federal Excluded Parties Listing or the State Auditor's Findings For Recovery Database.
 
1.  Amount of additional funds:  The estimated annual expenditure for all contracts is $1,405,000.00. The Fleet Management Division must obtain approval to expend from their own budgeted funds for their estimated expenditures.
2. Reason additional needs were not foreseen: The need was foreseen. An extension is provided for in the original contract.
3. Reason other procurement processes not used: No better pricing/terms or conditions are expected by re-bidding at this time.
4. How cost was determined: The cost, terms and conditions are in accordance with the original agreement
 
FISCAL IMPACT: No funding is required to extend the option contracts. The Fleet Management Division must set aside their own funding for their estimated expenditures.
 
To maintain an uninterrupted supply of service to the City Agency using the Universal Term Contract, this ordinance is be submitted as an emergency.
 
 
 
Title
 
To authorize and direct the Finance Director to modify and extend the citywide contracts for the option to purchase OEM Truck Parts, with center City International Trucks Inc., Schodorf Truck Body & Equipment Company, Inc., Best Equipment Company, Inc., Southeastern Equipment company, Inc., Columbus Equipment Company, Cummins Bridgeway, LLC, Brom Truck Inc., Noble's, Inc., Horton Emergency Vehicles, ESEC Corporation dba Columbus Peterbilt, Byers Chevrolet, LLC, Finley Fire Equipment Company, Inc., Holtz Industries, Inc., McNeilus Truck & Manufacturing, Inc., Performance Parts Express and to declare an emergency.
 
 
Body
 
WHEREAS, the Purchasing Office advertised and solicited formal bids, and selected the lowest bid(s); and
 
WHEREAS, vendor has agreed to extend the above referenced contracts at current prices and conditions to and including September 30, 2005, and it is in the best interest of the City to exercise this option; and
 
WHEREAS, in order to avoid a lapse in our ability to provide contractual OEM Truck Parts, this is being submitted for approval as an emergency measure; and
 
WHEREAS, an emergency exists in the usual daily operation of the Fleet Management Division in that it is immediately necessary to extend the above referenced contracts for the to purchase OEM Truck Parts 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 Director be and is hereby authorized and directed to modify and extend the following contracts with the listed vendors to and including September 30, 2005:
 
Center City International Trucks Inc. FL001558
Schodorf Truck Body & Equipment FL001559
Best Equipment Company FL001560
Southeastern Equipment Co., Inc.FL001561
Columbus Equipment Co. FL001562
Cummins Bridgeway, LLC FL001563
Brom Truck, Inc. FL001564
Noble's, Inc.FL001565
Horton Emergency Vehicles FL001566
ESEC Corporation dba Columbus Peterbilt FL001567
Byers Chevrolet LLC FL001568
Finley Fire Equipment Co., Inc. FL001569
Holtz Industries, Inc. FL001570
McNeilus Truck & Manufacturing, Inc. FL001571
Performance Parts Express FL001572
 
 
SECTION 2. That these modifications are in accordance with Section 329.16 of the Columbus City Codes.
 
SECTION 3. That for the reasons stated in the preamble hereto, 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.