header-left
File #: 0550-2014    Version: 1
Type: Ordinance Status: Passed
File created: 2/27/2014 In control: Public Service & Transportation Committee
On agenda: 3/24/2014 Final action: 3/25/2014
Title: To amend the 2013 Capital Improvements Budget; to authorize the City Auditor to transfer appropriation and monies within the Street and Highway Bond Fund; to request a waiver of competitive bidding requirements in accordance with section 329.27 of Columbus City Code; to authorize the Director of Finance and Management to establish contracts with FYDA Freightliner Columbus, HYO Pengwyn and Byers Ford Lincoln Mercury for the purchase of CNG powered tandem, single and F550 dump trucks on behalf of the Department of Public Service, Division of Planning & Operations; to authorize the expenditure of $3,116,272.00 from the Streets and Highway Bonds Fund; and to declare an emergency. ($3,116,272.00)
Attachments: 1. 550-2014 Bid Waiver
Explanation
1.  BACKGROUND
The Division of Planning and Operations is responsible for snow and ice removal and for maintaining the City's roadway system.  To accomplish this mission the Division requires four (4) tandem axle, five (5) single axle, and sixteen (16) F550 CNG powered dump trucks.  These trucks will replace older trucks beyond their useful service lives and will provide for a more reliable fleet to carry out services provided by the Division. This purchase is consistent with the division's fleet replacement program.  
 
To ensure these trucks are received in time for the 2014-2015 snow season, the Department of Public Service is requesting to waive formal bidding and to negotiate contracts directly.
 
Two contracts are being negotiated directly with FYDA Freightliner Columbus Inc. for the purchase of four (4) tandem axle and five (5) single axle cab CNG powered cab & chasses.
 
The total contract amount for four (4) tandem axle CNG powered cab & chasses will be $598,688.00
 
The total contract amount for five (5) single axle CNG powered cab & chasses will be $678,535.00
 
Total of both contracts with FYDA Freightliner will be $1,277,223.00
 
The sixteen (16) F550 cab & chasses will be secured through the utilization of the light duty truck universal term contract, FL005473 with Byers Ford Lincoln Mercury. The purchase order with Byers Ford Lincoln Mercury for ten (10) F550 CNG capable cab & chasses will cost $545,968.00
 
Three contracts will be negotiated directly with HYO Inc. (Pengwyn) for the purchase and up-fitting service for dump bodies and snow removal equipment onto four (4) tandem axle cab & chasses, five (5) single axle cab & chasses and ten (10) F550 cab & chasses.
 
The total contract amount for four (4) tandem axle dump bodies with snow removal equipment will be $224,716.00
 
The total contract amount for five (5) single axle dump bodies with snow removal equipment will be $235,565.00
 
The total contract amount for sixteen (16) F550 dump bodies with snow removal equipment and CNG conversion will be $832,800.00
 
Total of the three contracts with HYO Inc. (Pengwyn) will be $1,293,081.00
 
The total expenditure for these purchases is $3,116,272.00
 
Searches in the Excluded Party List System (Federal) and the Findings for Recovery list (State) produced no findings against FYDA Freightliner Columbus Inc., HYO Inc. (Pengwyn) or Byers Ford Lincoln Mercury.
 
2.   CONTRACT COMPLIANCE
 
Byers Ford Lincoln Mercury's contract compliance number is 31-4139860 and expires 12/17/2015.
FYDA Freightliner's contract compliance number is 31-0789102 and expires 09/07/2014.
HYO Pengwyn's contract compliance number is 31-1201883 and expires 08/20/2015.
 
3.  FISCAL IMPACT
Amendment to the 2013 Capital Improvements Budget within the Streets and Highways Bonds Fund, Fund 704 is necessary to provide funding for these purchases.
 
4.  EMERGENCY
This legislation is requested to be heard as an emergency to ensure that all dump trucks can be delivered and operational before the start of the 2014-2015 snow season.
 
Title
 
To amend the 2013 Capital Improvements Budget; to authorize the City Auditor to transfer appropriation and monies within the Street and Highway Bond Fund; to request a waiver of  competitive bidding requirements in accordance with section 329.27 of Columbus City Code; to authorize the Director of Finance and Management to establish contracts with FYDA Freightliner Columbus, HYO Pengwyn and Byers Ford Lincoln Mercury for the purchase of CNG powered tandem, single and F550 dump trucks on behalf of the Department of Public Service, Division of Planning & Operations; to authorize the expenditure of $3,116,272.00 from the Streets and Highway Bonds Fund; and to declare an emergency.  ($3,116,272.00)
 
Body
 
WHEREAS, the Division of Planning and Operations is responsible for conducting maintenance and snow and ice removal along the City's roadway system, and
 
WHEREAS, the purchase of four (4) tandem axle, five (5) single axle, and sixteen (16) F550 CNG powered dump trucks is necessary to replace vehicles that are past their useful service lives to perform the mission of the Division and ensure the safety of the traveling public, and
 
WHEREAS, a waiver of competitive bidding requirements in accordance with section 329.27 of Columbus City Code is requested so dump trucks can be received as soon as possible, and
 
WHEREAS, an emergency exists in the usual daily operation of the Division of Planning and Operations in that the funding should be authorized immediately for the purchase of these vehicles to have them available by the start of the 2014-2015 snow season, 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 2013 Capital Improvement Budget, authorized by ordinance 0645-2013 be amended as follows to provide sufficient authority for this project.
Fund / Project Number / Project / Revised CIB Authority / Amendment Amount / CIB Amount
704 / 440104-100006 / 2012 Neighborhood Infrastructure Projects (Voted 2008) / $2,131,491.00 / ($1,200,000.00) / $931,491.00
704 / 590131-100003 / Miscellaneous Developments - American Addition Infrastructure (Voted 2008) / $7,600,000.00 / ($1,155,995.00) / $6,444,005.00
704 / 440005-100000 / UIRF - Urban Infrastructure Recovery Fund (59-12) (Voted 2008) / $1,219,012.00 / ($517,038.00) / $701,974.00
704 / 590415-100003 / 59-09 Economic & Comm. Develop. - Schottenstein Program (Voted 2008) / $200,000.00 / ($200,000.00) / $0.00
704 / 530020-100000 / Street Equipment (Voted 2008) / $4,774,807.00 / $2,555,995.00 / $7,330,802.00
 
SECTION 2.  That the City Auditor be hereby authorized to transfer of cash and appropriation in the amount of $2,555,994.85 within Fund 704, from the Streets & Highways Bond Fund, be authorized as follows:
TRANSFER FROM
Fund / Project  / Project Name / OL 01-03 Codes / OCA Code / amount
704 / 440104-100006 / 2012 Neighborhood Infrastructure Projects / 06-6600 / 751046 / $1,200,000.00
704 / 590131-100003 / Miscellaneous Developments - American Addition Infrastructure / 743103 / $1,155,994.85
704 / 440005-100000 / UIRF - Urban Infrastructure Recovery Fund (59-12) / 590050 / $517,038.00
704 / 590415-100003 / 59-09 Economic & Comm. Develop. - Schottenstein Program / 741503 / $200,000.00
 
TRANSFER TO
Fund / Project / Project Name / O.L. 01-03 Codes / OCA Code / Amount
704 / 530020-100000 / Street Equipment / 06-6600 / 591246 / $3,073,032.85
 
SECTION 3: 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 snow removal dump trucks.
 
SECTION 4. That the Finance and Management Director be and is hereby authorized to enter into a one-time contracts for the purchase of four (4) tandem axle, five (5) single axle and sixteen (16) F550 CNG powered dump trucks with snow removal equipment as follows:
 
FYDA Freightliner Columbus Inc., 1250 Walcutt Rd. Columbus, OH 43228
 
One for four (4) tandem axle CNG powered cab & chasses: $598,688.00
 
One for five (5) single axle CNG powered cab & chasses: $678,535.00
 
Total of both contracts with FYDA Freightliner will be $1,277,223.00
 
Byers Ford Lincoln Mercury, 555 W. Broad St. Columbus, OH 43215
UTC Contract FL005473
 
One purchase order for sixteen (16) F550 CNG capable cab & chasses.
Total Cost $545,968.00
 
HYO Inc. (Pengwyn), 2550 W. Fifth Ave. Columbus, OH 43204
 
One for four (4) tandem axle dump bodies with snow removal equipment: $224,716.00
 
One for five (5) single axle dump bodies with snow removal equipment: $235,565.00
 
One for sixteen (16) F550 dump bodies with snow removal equipment and CNG conversion: $832,800.00
 
Total of the three contracts with HYO Inc. (Pengwyn): $1,293,081.00
 
SECTION 5. That the expenditure of $3,116,272.00 or so much thereof as may be necessary is hereby authorized to be expended from the Streets and Highways Bonds Fund, No. 704, Dept. /Div. 59-11 as follows:
Fund / Project / O.L. 01-03 Codes / OCA code / Amount
704 / 530020-100000 / Street Equipment / 06-6651 / 591246 / $3,116,272.00
 
SECTION 6. 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 7.  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 8.  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 9. 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.