Explanation
BACKGROUND: For the option to purchase Vehicle Towing for Fleet Management. Vehicle Towing is used for the towing of various City vehicles and/or equipment.
The term of the proposed option contracts is 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 February 12, 2009.
The Purchasing Office advertised and solicited competitive bids in accordance with Section 329.06 (Solicitation No. SA003171). Nine bids (9) were solicited; Four (4) bids were received.
The Purchasing Office is recommending awards of contracts to the lowest, responsive, responsible and best bidders:
Eitel's Towing Inc. / Primary CC#310939612 (Expires 1-22-11)
NoTow LLC DBA Noble's Towing / Secondary CC#800157592 (Expires 3-26-2011)
Rusty's Towing Service Inc. / Third CC#311274409 (Expires 7-31-10)
Pro-Tow Inc. / Fourth CC#061825828 (Expires 1-22-10)
Total Estimated Annual Expenditure: $100,000.00
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 these option contracts 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 and direct the Finance and Management Director to enter into four (4) contracts for the option to purchase Vehicle Towing from Eitel's Towing Inc., NoTow LLC DBA Noble's Towing, Rusty's Towing Service Inc., and Pro-Tow, Inc., to authorize the expenditure of four (4...
Click here for full text