header-left
File #: 1814-2006    Version: 1
Type: Ordinance Status: Passed
File created: 10/6/2006 In control: Administration Committee
On agenda: 10/23/2006 Final action: 10/25/2006
Title: To authorize and direct the Finance & Management Director to enter into three contracts for the option to purchase Light Duty Trucks with 32 Ford-Mercury Inc., White-Allen Chevrolet Inc. and Byers Chevrolet LLC, to authorize the expenditure of three dollars to establish the contract from the Purchasing/Universal Term Contract Fund, and to declare an emergency. ($3.00).
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). fourteen (MAJ:14, MBE:0, FBE:0) bids were solicited; five (MAJ:5) bids were received.

The Purchasing Office is recommending awards to the lowest numerical bidders in compliance with the specifications. Pursuant to section 1.9 of the specifications (multiple awards for like items) the Purchasing Office is recommending two (2) awards for item 6 to allow agencies the opportunity to purchase alternative fueled vehicle (AFV). Item 6 includes an option for a gas/electric hybrid capability. For item 7 and 8 the lowest numerical bidder failed to meet the required specification elements and was rejected. Award was made to the next lowest numerical bidder. All other items were awarded to the lowest responsive, responsible and best bidders.

32 Ford-Mercury, Inc., MAJ, CC#311285506 (expires 09/22/2008), $165,211.00
White-Allen Chevrolet Inc. MAJ, CC#310714139 (expires10/10/2008), $91,470.00
Byers Chevrolet LLC, MBE, CC#314139860 (expires 07/10/2008, $37,956.00
Total Estimated Annual Expenditure: $294,637.00

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 Contract Account. City Agencies will be required to obtain approval to expend from their own appropri...

Click here for full text