header-left
File #: 2405-2013    Version: 1
Type: Ordinance Status: Passed
File created: 10/7/2013 In control: Public Service & Transportation Committee
On agenda: 10/28/2013 Final action: 10/30/2013
Title: To authorize the Finance & Management Director to enter into contracts for the option to purchase parts for existing 96 Gallon Automated Refuse Containers on an as needed basis with Toter LLC; to authorize the expenditure of One (1) dollar from the Mail, Print Services and UTC Fund, to waive competitive bidding provisions of the Columbus City Codes, 1959; and to declare an emergency. ($1.00)
Attachments: 1. Waiver Form
Explanation

BACKGROUND: This ordinance is for the creation a Universal Term Contract for the option to purchase replacement parts for existing Toter 96 Gallon Automated Refuse Containers on an as needed basis by the Finance and Management Department for use by the Department of Public Service Division of Refuse Collection. These Toter Brand automated refuse containers are installed throughout the City of Columbus and utilized in residential refuse collections by fully automated and semi-automated collection. These items are being awarded in accordance with vendors’ responses to this bid. This award for parts for existing containers will be needed to extend the useful life of the already deployed Toter brand containers as the contract for new containers is being awarded to a different manufacturer from the existing units and the parts are not interchangeable. Therefore, despite a change in container brands, it will still be necessary to contract with Toter in order to maintain current stock. The term of the proposed option contracts would be through June 30, 2016 with the option to renew for one (1) additional year subject to mutual agreement of both parties. The Purchasing Office opened formal bids on June 27, 2013.

The Purchasing Office advertised and solicited competitive bids in accordance with Section 329.06 (Solicitation No. SA004990). Ninety One (91) Bids were solicited: (M1A-2, F1-1) Four (4) Bids were received.

This bidder is considered non-responsive to the requirements/specifications in that they cannot mold 2 inch high serial numbering, instead offering smaller numbering. Toter LLC met all other requirements of the bid.

The Purchasing Office recommends consideration of this bid on an informal basis and award of a contract to Toter LLC based on a negotiated contract and waive bidding requirements as per 329.27 as being in the City’s best interest as there is insufficient time to conduct a new bid process and no indication that a new bid pro...

Click here for full text