Explanation
BACKGROUND: For the option to purchase Standard Auto Parts for the Fleet Management Division, the largest user. The term of the proposed option contracts will be two years with an option to renew for one (1) additional year.
The Purchasing Office advertised and solicited competitive bids in accordance with Section 329.06 (Solicitation No. SA00458GRW). One hundred fifty-six (MAJ:154, MBE:1, FBE:1) bids solicited; four (MAJ:4) bids received. NAPA, the apparent low bidder for item 14A-14I included a mixture of bonded and riveted brake pads and shoes. Bonded brake pads and shoes are not suitable for severe service applications (Police & Fire) and heavy-duty service applications (Refuse Collection). Automotive Distributors, the next lowest bidder is deemed responsive. Automotive Distributors bid only riveted brake shoes and pads.
The Purchasing Office is recommending award of contracts to the lowest responsive, responsible and best bidders:
Automotive Distributors, MAJ, CC#31-1145093, $450,500.00
Genuine Parts Company operating as Automotive Parts Company dba Columbus Distribution Center, MAJ, CC#58-0254510, $43,800,00
Transport Specialist, MAJ, CC#31-0807969, $8,000.00
Carquest of Simplex, MAJ, CC#31-1475986, $18,000
Total Estimated Annual Expenditure: $520,300.00
These companies are not debarred according to the Excluded Party Listing System of the Federal Government.
Since additional legislation will most likely be necessary for any division to purchase off these option contracts, this ordinance is submitted as an emergency. Without this 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 these option contracts is budgeted in the Purchasing Contract Account. The Fleet Management Division will be required to obtain approval to expend from their own appropriations for their estimated annual expend...
Click here for full text