Explanation
BACKGROUND: For the option to purchase Temporary Traffic Control and Safety Devices for the Transportation Division. The term of the proposed option contract would be two (2) years, with the option to extend the contract for one additional one-year extension. The Contract is through September 30, 2010. The Purchasing Office opened formal bids on June 19, 2008.
The Purchasing Office advertised and solicited competitive bids in accordance with Section 329.06, Solicitation SA002914. Thirty-Seven (37) bids were solicited (M1A: 0; F1: 2 ). Six (6) bids were received.
The recommendation from the Transportation Division was to award to the low bidder on twenty-three (23) of the twenty-nine (29) items listed in the bid. For six of the items, the low bidder (Lightle Enterprises) did not meet the specifications for the type of sheeting requested. Lightle Enterprises bid a lesser sheeting, and therefore, their bid on those items (2, 2A, 3, 17, 19 and 20) was found to be non-responsive.
The Purchasing Office is recommending award of the contract to the lowest, responsive, responsible and best bidders:
Lightle Enterprises of Ohio, LLC., CC#208135704 (Expires April 19, 2009).
Paul Peterson Co., CC#310868875 (Expires August 12, 2009)
Safety Service Products, Inc., CC#310717946 (Expires November 21, 2009)
Columbus Supply, CC#311571445 (Expires June 9, 2010)
Jendco Safety Supply, CC#311286443 (Expires March 13, 2009)
Total Estimated Annual Expenditure: $100,000.00
Thes 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. The Tran...
Click here for full text