header-left
File #: 0196-2023    Version: 1
Type: Ordinance Status: Passed
File created: 1/11/2023 In control: Public Utilities Committee
On agenda: 1/30/2023 Final action: 2/1/2023
Title: To authorize the Finance and Management Director to enter into a contract for the option to purchase Sewer Combination Trucks UTC with Jack Doheny Companies Inc.; to authorize the expenditure of $1.00; and to declare an emergency. ($1.00)

Explanation

 

BACKGROUND:  This legislation authorizes the Finance and Management Director to establish a Universal Term Contract (UTC) for the option to purchase Sewer Combination Trucks for the Department of Public Utilities, Division of Sewerage and Drainage as the sole user for sewer combination trucks.  This equipment is used to clean and maintain the sewer pipes and lift stations.  The term of the proposed option contract would be approximately three years (3), expiring February 28, 2026, with the option to renew for one (1) additional year.  In addition, the expenditure of $1.00 is hereby authorized from General Budget Reservation BRPO002025.

 

A formal best value proposal (BVP) solicitation was published for the purchase of Sewer Combination Trucks UTC.

 

Proposals were evaluated by a three (3) member committee, based upon various criteria including specification conformity and completeness of response, total cost of ownership, past performance, total cost of ownership and past performance resulting in an award recommendation to Jack Doheny Companies Inc.

 

BID INFORMATION: Request for Quotation RFQ023198 was advertised and proposals were opened November 14, 2022. Five (5) responses were received.

 

An evaluation committee consisting of (3) three representatives two from the Division of Water, and one from the Division of Sewerage and Drainage.  Each member of the committee scored and ranked the proposals.  All offers and cost proposals were evaluated in compliance with Columbus City Code 329, the committee submitted final rankings.

 

Jack Doheny Companies Inc. received the highest score, One Hundred Eleven (111) out of One Hundred Thirty (130) points.  The selected Offeror provides the best past performance, quality of goods, and acquisition costs. The equipment provided efficient operating and maintenance.

 

The request for purchase of Sewer Combination Trucks UTC used the best value competitive sealed proposal process to award the supplier that provided the relevant criteria specifically listed in the BVP and the lowest cost.

 

In accordance with the Committee recommendations, the Purchasing Office recommends the award to:

 

Jack Doheny Companies Inc., CC# 007536, expires June 17, 2023, Items One through Four, $1.00

Total Estimated Annual Expenditure $650,000.00, Department of Public Utilities, Division of Sewerage and Drainage.

 

Emergency Designation:  The Department of Finance and Management respectfully requests this legislation to be considered an emergency ordinance because global materials shortages, and a decelerated supply chain requires a quick response to vendors for the timely delivery of equipment.

 

The company is 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.  

 

FISCAL IMPACT: The expenditure of $1.00 is hereby authorized from General Budget Reservation BRPO002025.  The Department of Public Utilities, Division of Sewers and Drains 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 into a contract for the option to purchase Sewer Combination Trucks UTC with Jack Doheny Companies Inc.; to authorize the expenditure of $1.00; and to declare an emergency. ($1.00)

 

 

Body

 

WHEREAS, the Department of Public Utilities, Division of Sewerage and Drainage has an ongoing need to purchase sewer combination trucks; and, 

 

WHEREAS, a formal request for proposal (BVP) for a multi-year Universal Term Contract (UTC) was solicited and evaluated by a committee via Request for Quotation RFQ023198 resulting in the recommendation to award Jack Doheny Companies Inc.; and

 

WHEREAS, this ordinance addresses the Purchasing objectives of 1) maximizing the use of City resources by obtaining optimal products and services at low prices, and 2) providing an effective option contract for the Department of Public Utilities, Division of Sewerage and Drainage to purchase truck equipped to clean and maintain sanitary pipes; and

 

WHEREAS, an emergency exists in the usual daily operation of the Department of Public Utilities, Division of Sewerage and Drainage, in that it is immediately necessary to authorize the Finance and Management Director to enter into a Universal Term Contract for the option to purchase Sewer Combination Trucks with Jack Doheny Companies Inc. because global materials shortages, and a decelerated supply chain requires a quick response to vendors for the timely delivery of equipment; now, therefore

 

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

 

SECTION 1.  That the Finance and Management Director is hereby authorized to enter into the following contract for the option to purchase Sewer Combination Trucks  UTC in accordance with Request for Quotation RFQ023198 for a term of approximately three (3) years, expiring February 28, 2026, with the option to renew for one (1) additional year, as follows:

 

Jack Doheny Companies Inc., Items One through Four, $1.00

 

SECTION 2. That the expenditure of $1.00 is hereby authorized from General Budget Reservation BRPO002025 of this ordinance to pay the cost thereof.

 

SECTION 3.  That the funds necessary to carry out the purpose of this ordinance are hereby deemed appropriated, and the City Auditor shall establish such accounting codes as necessary.

 

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.