header-left
File #: 2812-2015    Version: 1
Type: Ordinance Status: Passed
File created: 11/3/2015 In control: Finance Committee
On agenda: 11/23/2015 Final action: 11/24/2015
Title: To authorize and direct the Finance and Management Director to enter into three (3) UTC contracts for the option to purchase Aftermarket Auto Parts with Genuine Parts Company/NAPA Auto Parts, Automotive Distributors Co Inc, and Skinner Diesel Service Inc,; to waive the competitive bidding requirements of the Columbus City Code; To authorize the expenditure of three dollars ($3.00) to establish a contract from the General Fund; and to declare an emergency. ($3.00)
Attachments: 1. Ord2812-2015waiver
Explanation

BACKGROUND: This legislation is for the option to establish three (3) Universal Term Contracts (UTC’s) to be used by the Fleet Management Division to purchase Aftermarket Auto Parts and maintain the City's fleet of vehicles. The term of the proposed option contracts would be through December 31, 2017. The contracts may be extended for two (2) additional one (1) year terms subject to mutual agreement by both parties. The Purchasing Office opened formal bids on October 8, 2015.

The Purchasing Office advertised and solicited competitive bids in accordance with Chapter 329 (Solicitation SA006033). Three hundred and eight (MBR:5, M1A:2, F1:3) bids were solicited; Three (3) bid proposals (MBR:0, M1A:0, F1:0) were received. They are from Genuine Parts Company/NAPA Auto Parts, Automotive Distributors Co Inc., Skinner Diesel Service, Inc. All three offered a discount percentage off all items in their catalogs.

With the implementation of the City’s e-catalogue the City has a unique opportunity to ensure agencies are continuously able to purchase the right product at the very best price. The e-catalogue provides an “amazon.com” type tool where an agency can enter the product they wish to purchase and immediately identify the specified product at the lowest price. Traditionally when bidding classes of products a UTC has been awarded to a single bidder whose products meet this City’s technical specifications. Pricing was evaluated by analyzing frequently purchased items and/or for items that the City purchases in greater quantities. This makes it possible that even though the entire catalogue is awarded to a specific bidder their pricing may not be as low as another vendor. Catalogues can have hundreds if not thousands of products contained within them making it nearly impossible to definitively award an entire catalogue to a single bidder. The reason for the bid waiver is Columbus City Code does not provide the ability to make multiple awards for the s...

Click here for full text