header-left
File #: 2516-2017    Version: 1
Type: Ordinance Status: Passed
File created: 9/18/2017 In control: Finance Committee
On agenda: 10/30/2017 Final action: 11/2/2017
Title: To authorize the Finance and Management Director to enter into contract for the option to purchase Anti-Icing/Deicing Equipment with Bell Equipment; to authorize the expenditure of $1.00 to establish the contract from the General Fund; to waive the competitive bidding provisions of City Code; and to declare an emergency. ($1.00)
Attachments: 1. DAX Prod Acct Chart.pdf, 2. Bid Waiver form.pdf
Explanation

BACKGROUND: The purpose of this ordinance is to authorize the Director of Finance and Management to enter into an option contract for Anti-Icing/Deicing Equipment for the Department of Public Service. The Department of Public Service needs to add additional units to remove snow and ice during the snow season. This equipment will be used throughout the city to ensure roadways are safe for the citizens to travel. The term of the proposed option contract would be three (3) years, expiring December 30, 2020. This contract will expedite the delivery of Anti-Icing/Deicing Equipment, by establishing a Universal Term Contract for use by the Department of Public Service.

A formal request for proposal (RFP) was solicited for the purchase of Anti-Icing/Deicing Equipment.

Proposals were evaluated by a five (5) member committee, based upon various criteria including experience, quality of proposal, competence, and price, resulting in an award recommendation to Bell Equipment.

BID INFORMATION: Request for Proposal RFQ004782 was advertised and proposals were opened on April 20, 2017. Two (2) responses were received.

An evaluation committee consisting of three representatives [one each from the Department of Public Service, the Division of Fleet Management, and the Department of Finance and Management] scored and ranked written proposals submitted by the offerors. Both offerors were invited to make oral presentations and then submitted pricing. After evaluating all offers and viewing two presentations, in compliance with Columbus City Code Chapter 329, the committee submitted final rankings.

Bell Equipment received the highest score, with 124.75 points of 130 points possible. Pricing was not requested from HYO dba PENGWYN based upon the equipment offered not being used within the U.S. long enough to verify its durability. The cost proposal from Bell Equipment offers catalog pricing for replacement parts and additional equipment needed during the sn...

Click here for full text