header-left
File #: 1596-2014    Version: 1
Type: Ordinance Status: Passed
File created: 6/25/2014 In control: Public Utilities Committee
On agenda: 7/14/2014 Final action: 7/17/2014
Title: To authorize the Finance and Management Director to enter four (4) contracts for the option to purchase Moyno Pump Parts with Bassi Pump LLC, Westcoast Rotor, Inc., Moyno, Inc. and Liberty Process Equipment, Inc.; to authorize the expenditure of $4.00 to establish the contracts from the General Fund; to waive formal competitive bidding requirements; and to declare an emergency. ($4.00).
Attachments: 1. Ord1596-2014waiver
Explanation
 
BACKGROUND: This legislation is for the option to establish four (4) Universal Term Contracts (UTC's) for Moyno Pump Parts for the Division of Sewerage and Drainage, the sole user. These replacement parts will be used to make repairs on pumps currently in operation at both Southerly and Jackson Pike Wastewater Treatment Plants.  The term of the proposed option contracts would be two (2) years, expiring July 31, 2016, with the option to renew for one (1) additional year.  
 
The Purchasing Office opened formal bids on May 15, 2014.  The City advertised and solicited competitive bids in accordance with Section 329.06, Solicitation No. SA005377.  Seventy-six (76) bids were solicited: (M1A-0, F1-1, MBR-1).  Four (4) bids were received, but two of the vendors submitted Warranty Terms and Conditions that deemed their bids non-responsive.  The Division of Sewerage and Drainage has asked that the Purchasing Office award only those items that no responsive bids were received to the apparent low non-responsive bidders; all other items are awarded to the lowest responsive bidder.  It is recommended that the City waive the competitive bidding procedure to allow for award to Moyno, Inc. and Liberty Process Equipment, Inc., the nonresponsive bidders, as well as to Westcoast Rotor Inc. and Bassi Pump, LLC, the responsive bidders.  
 
The Purchasing Office is recommending award to the lowest, responsible and best bidders as follows:
 
Bassi Pump LLC, MAJ, CC#90-0278523 expires 09/16/2015, Items 40, 41, 51, 52, 85, 88, 94, 95, 96, 102, 103, 216, 217 and 246, $1.00.
Westcoast Rotor, Inc., MAJ, CC#95-3929147 expires 12/07/2014, Items 1-7, 10-13, 15-17, 19-37, 39, 42-50, 54-67, 78, 79, 81-84, 86, 87, 89-91, 93, 97-101, 104-110, 112, 113, 125, 135-189, 195-211, 215, 218-232, 234-245, 247-356, 358-473, 475-478, 482-485, 489, 491, 492, 495-503, 516-550, 552-574, 576-586, 590, 591, 593-597, 599-608, 610-612, 614-616, 619-642, 645-648, 652-657, 662-670, 674-678, 691, 692, and 705, $1.00.
Moyno, Inc., MAJ, CC#31-1605167  expires 11/22/2015, Items 9, 14, 18, 38, 53, 68, 72, 74, 75, 77, 80, 92, 111, 116-118, 121, 127, 131, 190, 192-194, 212-214, 233, 357, 474, 479, 481, 486-488, 490, 493, 494, 504-506, 508-511, 551, 575, 587, 592, 598, 613, 643, 644, 649-651, 658, 661, 671-673, 679, 680, 682-690, 694-696, 699 and 704, $1.00.
Liberty Process Equipment, Inc., MAJ, CC#36-4365095 expires 06/24/2016, Items 8, 69-71, 76, 114, 115, 120, 122-124, 126, 128-130, 133, 480, 507, 512, 513, 589, 617, 618, 659, 660, 681, 693, 697, 698 and 702, $1.00.
 
Total Estimated Annual Expenditure: $150,000.00, Division of Sewerage and Drainage, the sole user.
 
The companies are not debarred according to the Excluded Party Listing System of the Federal Government or prohibited from being awarded a contract according to the Auditor of State Unresolved Findings for Recovery Certified Search.  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 General Fund.  City Agencies will be required to obtain approval to expend from their own appropriations for their estimated annual expenditures.
 
Title
 
To authorize the Finance and Management Director to enter four (4) contracts for the option to purchase Moyno Pump Parts with Bassi Pump LLC, Westcoast Rotor, Inc., Moyno, Inc. and Liberty Process Equipment, Inc.; to authorize the expenditure of $4.00 to establish the contracts from the General Fund; to waive formal competitive bidding requirements; and to declare an emergency. ($4.00).
 
Body
 
WHEREAS, the Purchasing Office advertised and solicited formal bids on May 15, 2014 and four bids were received; and
 
WHEREAS, it is necessary to waive bidding requirements in order to accept two of the four bids received due to warranty terms and conditions which rendered their bids non-responsive and only for those items that no responsive bid was received; and
 
WHEREAS, this ordinance addresses Purchasing objective of 1) maximizing the use of City resources by obtaining optimal products/services at low prices and 2) encouraging economic development by improving access to City bid opportunities and 3) providing effective option contracts for City agencies to efficiently maintain their supply chain and service to the public; and
 
WHEREAS, in order to maintain a supply of Moyno Pump Parts, this is being submitted for consideration as an emergency measure; and
 
WHEREAS, an emergency exists in the usual daily operation of the Purchasing Office in that it is immediately necessary to enter into four contracts for an option to purchase Moyno Pump Parts, thereby preserving the public health, peace, property, safety, and welfare; now, therefore,
 
BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:
 
SECTION 1.  That the Finance and Management Director be and is hereby authorized to enter into the following contracts for the option to purchase Moyno Pump Parts in accordance with Solicitation No. SA005377 until July 31, 2016 with the option to renew for one (1) additional year, as follows:
 
Bassi Pump LLC, Items 40, 41, 51, 52, 85, 88, 94, 95, 96, 102, 103, 216, 217 and 246, $1.00.
Westcoast Rotor, Inc., Items 1-7, 10-13, 15-17, 19-37, 39, 42-50, 54-67, 78, 79, 81-84, 86, 87, 89-91, 93, 97-101, 104-110, 112, 113, 125, 135-189, 195-211, 215, 218-232, 234-245, 247-356, 358-473, 475-478, 482-485, 489, 491, 492, 495-503, 516-550, 552-574, 576-586, 590, 591, 593-597, 599-608, 610-612, 614-616, 619-642, 645-648, 652-657, 662-670, 674-678, 691, 692, and 705, $1.00.
Moyno, Inc., Items 9, 14, 18, 38, 53, 68, 72, 74, 75, 77, 80, 92, 111, 116-118, 121, 127, 131, 190, 192-194, 212-214, 233, 357, 474, 479, 481, 486-488, 490, 493, 494, 504-506, 508-511, 551, 575, 587, 592, 598, 613, 643, 644, 649-651, 658, 661, 671-673, 679, 680, 682-690, 694-696, 699 and 704, $1.00.
Liberty Process Equipment, Inc., Items 8, 69-71, 76, 114, 115, 120, 122-124, 126, 128-130, 133, 480, 507, 512, 513, 589, 617, 618, 659, 660, 681, 693, 697, 698 and 702, $1.00.
 
SECTION 2.  That the expenditure of $4.00 is hereby authorized from General Fund, Organization Level 1: 45-01, Fund: 10, OCA: 450047, Object Level 3: 2270 to pay the cost thereof.
 
SECTION 3. That in accordance with Section 329.27 of the Columbus City Code, this Council finds the best interest of the City is served by waiving, and does hereby waive Sections 329.06 (Formal Competitive Bidding) of the Columbus City Code.
 
SECTION 4.  That for the reason stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.