Explanation
BACKGROUND: For the option to purchase General Vehicle Repair Services for Fleet Management. The term of the proposed option contract would be from the date of execution by the City up to and including June 30, 2011 with the right to extend for two (2) additional one year periods subject to mutual agreement by both parties. The Purchasing Office opened formal bids on January 8, 2009.
The Purchasing Office advertised and solicited competitive bids in accordance with Section 329.06 (Solicitation No. SA003136). Ninety Eight (98) Bids were solicited; Nine (9) bids were received.
The Purchasing Office is recommending award to all responding bidders to insure timely and cost effective repair of a variety of City vehicles:
Bob McDorman Chevrolet CC#310714139 (Expires 9-25-10)
The McLean Company CC#340762688 (Expires 5-19-10)
Bee Line Aligning Service Corporation CC#310829527 (Expires 10-23-10)
Kaffenbarger Truck Equipment Company CC#310802979 (Expires 10-2-10)
Taliaferro Enterprises Inc. CC#311073146 (Expires 6-19-10)
Skinner Diesel Service Inc. CC#311132462 (Expires 9-24-09)
Byers Chevrolet Inc. CC#314139860 (Expires 5-20-10)
Dick Masheter Ford Inc. CC#310729896 (Expires 3-3-10)
T & C Body Shop Custom Paint & Conversions Inc. CC#311523444 (Expires 1-8-11)
Total Estimated Annual Expenditure: $225,000.00
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 Mail, Print Services, and UTC Fund. Fleet Management will be required to obtain approval to expend from their own appropriations for their estimated annual expenditures.
Title
To authorize an...
Click here for full text