Explanation
BACKGROUND: For the option to purchase Sign Language Interpreter Services for all City agencies. The term of the proposed option contracts would through be November 30, 2009, with the option to renew for one additional year, if mutually agreed. The Purchasing Office opened formal bids on October 12, 2006.
The Purchasing Office advertised and solicited competitive proposals in accordance with Section 329.11 (Solicitation SA001279). Eleven proposals were solicited (MAJ:,11); three (MAJ:3) proposals were received.
The companies are not debarred according to the Excluded Parties listing of the Federal Government and are not listed in the Auditor of State database for Findings for Recovery.
Two contracts are to be awarded, one to a primary contractor, and if the company is unable to provide the services in a timely manner, or if they have a conflict of interest, then the secondary contractor is to be contacted for services.
The Purchasing Office is recommending award of two contracts, one to Reliable Interpreting Agency, as the primary contractor, and one to Deaf Services Center as the secondary contractor, as they are the highest ranked offerors, respectively: Estimated annual expenditure is $20,000.00.
Reliable Interpreting Agency, LLC., CC# 31-1727347, expiration 9/11/08
Deaf Services Center, CC# 31-1329649, expiration 11/27/08
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. 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 & Management Director to enter into two contracts for the option to purchase Sign Language Interpreter Ser...
Click here for full text