Explanation
BACKGROUND: For the option to purchase Fire Uniforms for the Division of Fire, Department of Public Safety. The term of the proposed option contract (UTC) would be up to and including three years from contract commencement date with the option to renew for two additional one year periods. The Purchasing Office opened formal bids on April 20, 2006.
The Purchasing Office advertised and solicited competitive bids in accordance with Section 329.06 (Solicitation No. SA001968). Fourteen (14) bids were solicited (MAJ:13, FBE:1); two (MAJ:2) bids were received.
The Purchasing Office is recommending award of one contract to the lowest, responsive, responsible and best bidder:
Roy Tailor Uniform Company of Columbus Inc.; MAJ, CC# 311261664, expires 9/17/06. All items.Total Estimated Annual Expenditure: $850,000.00
This Company is not debarred according to the Excluded Parties listing of the Federal Government and is not listed in the Auditor of State database for Findings for Recovery.
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 Universal Term Contract Fund. City Agencies will be required to obtain approval to expend from their own appropriations for their estimated annual expenditures.
Title
To authorize and direct the Finance and Management Director to enter into a contract for the option to purchase Fire Uniforms with Roy Tailor Uniform Company of Columbus, Inc. to authorize the expenditure of one dollar to establish the contract from the Universal Term Contract Fund, and to declare an emergency. ($1.00).
Body
WHEREAS, the Purchasing Office advertised and solicited formal bids on April 20, 2006 and received two responses. Eagle General Services, Inc. provided a bid that wa...
Click here for full text