header-left
File #: 1835-2012    Version: 1
Type: Ordinance Status: Passed
File created: 8/14/2012 In control: Public Service & Transportation Committee
On agenda: 9/10/2012 Final action: 9/11/2012
Title: To authorize the Finance & Management Director to enter into one (1) contract for the purchase of 3 Knuckle Boom Waste Loader Refuse Trucks with the Compressed Natural Gas (CNG) Option from Center City International Trucks and to establish funding for Division of Refuse Collection personnel to inspect the vehicles during the manufacturing; to waive competitive bidding provisions of section 329 of the Columbus City Code; to authorize the expenditure of $555,131.00 within the Refuse G.O. Bonds Fund; and to declare an emergency. ($555,131.00)
Attachments: 1. Bid Waiver Form
Explanation
1.  BACKGROUND
The Division of Refuse Collection utilizes Knuckle Boom Waste Loader Refuse Trucks in city-wide residential trash pick-up. The Department of Public Service and Fleet Management recognize the need to replace older trucks in its fleet beyond the useful service life of the vehicle.  The City will establish a one-time contract for the purchase of three (3) Knuckle Boom Waste Loader Refuse Trucks with the Compressed Natural Gas (CNG) Option. The terms of the proposed contracts are from the date of execution by the City up to and including the manufacturer's build out date.  The Purchase Office opened formal bids on July 5, 2012. The Purchasing Office advertised and solicited competitive bids in accordance with Section 329.06 (Solicitation SA004468).
 
The Purchasing Office advertised and solicited competitive bids in accordance with Section 329.06 (Solicitation SA004468).  Bid specifications included options for diesel engines, compressed natural gas (CNG) engines, hybrid electric engines and Webasto Heaters. One hundred and one (101) vendors were notified of this solicitation; four (4) majority bids were received.
 
However, the Department of Public Service has decided to only purchase CNG option trucks. Due to budget contraints, this decreases the number of trucks to be purchased from five as advertised to three. The Department of Public Service is requesting permission to waive competitive bidding requirements according to Columbus City Code Section 329, due to the change in the number of vehicles to be purchased.
 
The Department of Public Service recommends award of the contract as follows:
Vendor / Unit Cost / Cost of 2 Inspections / Total Cost for 3 Trucks with CNG Option plus inspection
Center City International Trucks / $184,847.00 / $590.00 / $555,131.00
As part of the contract cost the City will send representatives to the manufacturing facility for 2 inspections of the facility.  The amount of this expense is $590.00
Center City International Trucks is not debarred according to the Federal Excluded Parties Listing or the State Auditor's Findings for Recovery Database.
2.  CONTRACT COMPLIANCE
The contract compliance number for Center City International Trucks is 311048371 and expires 08/22/2014.
3.  FISCAL IMPACT
This expense is budgeted within the 2012 Capital Improvement Budget.
4.  EMERGENCY DESIGNATION
Emergency Action is requested so that a purchase order can be issued as soon as possible, thereby ensuring that the Division of Refuse has the equipment to pick up the daily waste stream of the City of Columbus residents.
Title
To authorize the Finance & Management Director to enter into one (1) contract for the purchase of 3 Knuckle Boom Waste Loader Refuse Trucks with the Compressed Natural Gas (CNG) Option from Center City International Trucks and to establish funding for Division of Refuse Collection personnel to inspect  the vehicles during the manufacturing; to waive competitive bidding provisions of section 329 of the Columbus City Code; to authorize the expenditure of $555,131.00 within the Refuse G.O. Bonds Fund; and to declare an emergency. ($555,131.00)
Body
WHEREAS, there is a need to replace Knuckle Boom Waste Loader Refuse Trucks for the Department of Public Service, Division of Refuse Collection; and
WHEREAS, it is necessary to waive section 329.06 of the competitive bidding provisions of the Columbus City Code; and
WHEREAS, an emergency exists in the usual daily operation of the Division of Refuse Collection in that it is immediately necessary to enter into contract for an option to purchase Knuckle Boom Loader Refuse Trucks with Compressed Natural Gas (CNG) Option, 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 a one-time agreement with Center City International Trucks Inc., 4200 Currency Drive Columbus, OH 43228, for the purchase of three (3) Knuckle Boom Waste Loader Refuse Trucks with the Compressed Natural Gas (CNG) Option and funding for City personnel to inspect the manufacturing facility, at a cost of $555,131.00 during the manufacturing of these vehicles.  
 
SECTION 2.  That City Council has determined that it is in the best interest of the City of Columbus that the formal competitive bidding requirements of Section 329.06 of the City Code be and are hereby waived for the purchase of these Knuckle Boom Waste Loader Refuse Trucks.
SECTION 3. That the expenditure of $555,131.00 or so much thereof as may be necessary is hereby authorized to be expended from the Refuse G.O. Bonds Fund, number 703,  as follows for the Division of Refuse Collection, Dep-Div 59-02:
Fund / Project / O.L. 01-03 Codes / OCA code / Amount
703 / 520001-100009 / Mechanized Collection System - Knuckle Boom / 06-6651 / 730109 / $555,131.00
SECTION 4.  That the City Auditor is authorized to make any accounting changes to revise the funding source for all contracts or contract modifications associated with this ordinance.
SECTION 5. That for the reasons 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 10 days after its passage if the Mayor neither approves nor vetoes the same.