Explanation
BACKGROUND: For the option to purchase Light Duty Trucks. The term of the proposal option contract would be through August 31, 2008 or manufacturer's build out. The Purchasing Office opened formal bids on September 13, 2007.
The Purchasing Office advertised and solicited competitive bids in accordance with Section 329.06 (Solicitation SA002595). Twenty Three (23) bids solicited; Six (6) bids received. This bid seeks flexible fuel capability, compressed natural gas and hybrid options to meet the City's Environmental Code. Three (3) bids responded to flexible fuel capability. No bids responded to the compressed natural gas or hybrid options.
The Purchasing Office is recommending award of contracts to the lowest responsive, responsible and best bidders including environmental options as possible.
Taylor Chevrolet CC#314446938 (Expires 8/17/2008)
Byers Chevrolet CC#314139860 (Expires 7/10/2008)
Bob McDorman Chevrolet, Inc. CC#310714139 (Expires 9/1/2008)
Graham Ford, Inc. CC#340901877 (Expires 5/17/08)
32 Ford-Mercury, Inc. CC#311285506 (Expires 9/22/08)
Total Estimated Annual Expenditure: $2,000,000.00
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 Fund. City Agencies will be required to obtain approval to expend from their own appropriations.
Title
To authorize and direct the Finance & Management Director to enter into five (5) UTC contracts for the option to purchase Light Duty Trucks with Taylor Chevrolet, Byers Chevrolet, Bob McDorman Chevrolet Inc., Graham Ford, Inc., and 32 Ford-Mercury Inc., to authorize the expen...
Click here for full text