header-left
File #: 1393-2013    Version: 1
Type: Ordinance Status: Passed
File created: 5/31/2013 In control: Public Service & Transportation Committee
On agenda: 7/22/2013 Final action: 7/25/2013
Title: To authorize the Director of Finance and Management to establish purchase orders for the purchase of four (4) skid steer loaders from Bobcat Enterprises Inc., three (3) concrete saws from Concut Inc. and five (5) powerwash trailers from Equipment Specialists Inc.; to authorize the expenditure of $476,231.36 from the Street and Highway Bond Fund; and to declare an emergency. ($476,231.36)
Explanation
1. BACKGROUND
The Division of Planning and Operations utilizes various equipment for projects throughout the City of Columbus. This equipment will replace units that are beyond their useful service life and provide for more reliable equipment to carry out services provided by the Division.  These purchases are consistent with the division's replacement program.
 
The Purchasing Office opened formal bids May 9th, 2013 for the purchase of four (4) skid steer loaders with attachments for the Division of Planning & Operations. Three complete bids were received:
 
Company                  Skid Steer Type            Total Cost      Status
Company Wrench, LTD            GEHL V330            $368,340.00      Majority
(Carrol, OH)
 
Bobcat Enterprises Inc.            Bobcat S750            $374,336.36      Majority
(Hilliard, OH)      
 
JD Equipment                  John Deere 332            $392,970.68      Majority
(London, OH)      
 
The bids were reviewed based on meeting specifications and overall cost proposals. Bids were requested for alternative fuel options, but no bids were received. Company Wrench, LTD was the low bidder; however their bid does not meet specification:
 
3.3.2.5: Horsepower: Minimum 85.0 HP
The Gehl V330 only has 70.7 HP.
 
3.3.2.7 Fuel Tank: Minimum 26.00 Gallons
The Gehl V330 only has a 20 gallon fuel tank.
 
Department of Public Service recommends an award be made to Bobcat Enterprises Inc. (FID No. 31-0860716) as the lowest, responsive and responsible and best bidder.
The cost for this expenditure is $374,336.36.
The Purchasing Office opened formal bids April 25th, 2013 for the purchase of three (3) concrete saws for the Division of Planning & Operations. The bids were reviewed based on meeting specifications and overall cost proposals.
Department of Public Service recommends awarding bid to Concut, Inc. (FID # 91-1175267). Their bid was the lowest and product meets and/or exceeds specifications.
The cost for this expenditure is $62,250.00
The Purchasing Office opened formal bids May 2nd, 2013 for the purchase of five (5) power wash trailers the Division of Planning & Operations. These units will replace the one graffiti removal truck the Division possesses. These trailers will be able to be towed with light duty trucks and more cost effective than having one truck for graffiti removal for the entire city. One bid was received:
 
Company                  Power Washer Type            Total Cost      Status
Equipment Specialists Inc.       Hydro-Tek T250E            $39,645.00      Majority
 
The bids were reviewed based on meeting specifications and overall cost proposal. The Department of Public Service recommends an award be made to Equipment Specialists Inc. (FID No. 31-1781214) as the lowest, responsive and responsible and best bidder. Award will be made for line items 1 and 2.
 
Total cost for this expenditure is $39,645.00
 
The total cost of these expenditures is $766,373.36
 
2. CONTRACT COMPLIANCE INFORMATION
 
Company                  Compliance Number            Expiration Date
Bobcat Enterprises Inc.            31-0860716                  5/9/2015
Concut Inc.                  91-1175267                  4/18/2015
Equipment Specialists Inc.      31-1781214                  11/4/2013
 
3. FISCAL IMPACT
Funds for this expenditure are budgeted in the 2013 C.I.B within the Streets and Highways Bonds Fund, no. 704.
 
4. EMERGENCY DESIGNATION
Emergency action is requested to ensure equipment is received as soon as possible so that it can replace units that are beyond their useful life.
 
Title
To authorize the Director of Finance and Management to establish purchase orders for the purchase of four (4) skid steer loaders from Bobcat Enterprises Inc., three (3) concrete saws from Concut Inc. and five (5) powerwash trailers from Equipment Specialists Inc.; to authorize the expenditure of $476,231.36 from the Street and Highway Bond Fund; and to declare an emergency. ($476,231.36)
 
Body
WHEREAS, the Division of Planning and Operations is responsible for street and traffic maintenance throughout the City, and
 
WHEREAS, the Division of Planning and Operations is in need of equipment to carryout services to the citizens of Columbus, and
 
WHEREAS, the City of Columbus does not include this type of equipment on any Universal Term Contract, and
 
WHEREAS, this purchase has been approved by the Fleet Management Division, and
 
WHEREAS, funds are available in the Street and Highway Bond Fund for this expense, and
 
WHEREAS, an emergency exists in the usual daily operation of the Division of Planning and Operations to ensure this equipment is received as soon as possible, 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 Director of Finance and Management is hereby authorized to establish separate purchase orders in accordance with the specifications on file in the Purchasing Office for the following equipment:
 
Bobcat Enterprises Inc.
3666 Lacon Rd.
Hilliard, OH 43026
Four (4) Skid Steer Loaders with Attachments & Trailers ($374,336.36.)
 
Concut Diamond Products
6815 S. 220th St.
Kent, WA 98032
Three (3) Concrete Saws ($62,250.00)
 
Equipment Specialists Inc.
123 US RT 42 NE
PO Box 28
London, OH 43140
Five (5) Powerwash towable trailers ($39,645.00)
 
SECTION 2. That the sum of $476,231.36 or so much thereof as may be needed is hereby authorized to be expended from the Streets and Highways G.O. Bonds Fund, number 704 as follows:
 
Fund / Project / Project Name / O.L. 01-03 Codes / OCA / Amount.
704 / 530020-100000 / Street Equipment (Carryover) / 06-6651 / 591246 / $476,231.36
 
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 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 the City Auditor is hereby authorized to transfer the unencumbered balance in a project account to the unallocated balance account within the same fund upon receipt of certification by the Director of the Department administering said project that the project has been completed and the monies are no longer required for said project.
 
SECTION 6. 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.