Explanation
BACKGROUND: For the option to purchase Personal Safety Products for Various City Agencies. These products help protect City Employees working in potentially hazardous conditions and it allows the City to be in compliance with safety laws and regulations for the workplace. These contracts will provide City agencies with protective gloves, hard hats, eye and ear protection, safety clothing, first aid supplies and other safety equipment and supplies.
The term of the proposed option contract would be approximately two (2) years, with the option to extend the contract, subject to mutual agreement, for one additional one-year period. The Contract is through June 30, 2012. The Purchasing Office opened formal bids on September 17, 2009.
The Purchasing Office advertised and solicited competitive bids in accordance with Section 329.06, Solicitation SA003353. One-hundred thirty-one bids were solicited (MBR: 3; F1: 2). Eight (8) bids were received. Grayson Integrated, LLC and Safeware, Inc. were deemed non-responsive for failure to provide a copy of the catalog(s) and price list(s) in which they were bidding. Therefore, pricing information could not be verified.
The Purchasing Office is recommending award of the contract to the lowest, responsive, responsible and best bidders:
Safety Solutions, Inc., CC#310808325 (Expires July 29, 2010), $1.00
Jendco Safety Supply, F1, CC#311286443 (Expires January 15, 2011), $1.00
Fire Safety Services, Inc., CC# 340962724 (Expires March 11, 2010), $1.00
Total Estimated Annual Expenditure: $250,000.00
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...
Click here for full text