Skip to main content
header-left
File #: 1425-2025    Version: 1
Type: Ordinance Status: Second Reading
File created: 5/19/2025 In control: Public Safety & Criminal Justice Committee
On agenda: 6/9/2025 Final action:
Title: To authorize the City Attorney, on behalf of the Department of Public Safety, to modify the contract for special legal counsel services with Taft Stettinius & Hollister LLP; to waive competitive bidding provisions of Columbus City Code; to authorize the expenditure of $176,000.00 from the General Fund; and to declare an emergency. ($176,000.00)
Attachments: 1. 1425-2025 Financial Coding.pdf, 2. 1425-2025 Bid Waiver.pdf, 3. 1425-2025 SOS Details.pdf
Date Ver.Action ByActionResultAction DetailsMeeting Details
No records to display.
Explanation

This legislation authorizes the City Attorney to modify and increase the amount of a contract with the law firm Taft Stettinius & Hollister LLP, an Ohio limited liability partnership, for legal services relative to issues pertaining to matters of employment.

This ordinance authorizes a second modification of the contract entered into with Taft Stettinius & Hollister LLP on September 21, 2021. The term of the Contract is from date of last execution until such time as the need for outside legal counsel concludes or the parties mutually agree to terminate this Contract, contingent on budgeted funds and approval of City Council. If unforeseen issues or difficulties are encountered that would require additional funding, a modification would be requested.

Bid Waiver: It is in the City's best interest to waive competitive bidding because of the contractor's experience with the matters at hand and their expertise in this area of law.

1. Amount of additional funds: The total amount of additional funds needed for this contract is $176,000.00. City of Columbus shall pay a blended rate of two hundred fifty dollars ($250.00) per hour for said services after the submittal of detailed invoices documenting the work performed. Total contract amount including this modification is $206,000.00.
2. Reason additional funds were not foreseen: The need for additional funds was unknown at the time of the initial contract.
3. Reason other procurement processes were not used: This is a continuation of a contract for legal services and it is in the best interest of the City to continue with current representation due to the firm's experience with the matters at hand and their expertise.
4. How cost was determined: Per quote from the law firm.

SUPPLIER:

Taft Stettinius & Hollister LLP | D365 Vendor #039718 | Expired 1/11/2025 (update pending)| Taft Stettinius & Hollister does not hold MBE/FBE status.

The contractor is not debarred according to the Excluded ...

Click here for full text