Explanation
BACKGROUND AND BID INFORMATION:
This legislation authorizes the Finance and Management Director to issue purchase orders to Atlantic Emergency Solutions, Inc., ZOLL Medical Corporation and Stryker Sales Corporation for the purchase of Fire and EMS emergency response apparatus/vehicles and related equipment.
Competitive bidding is being waived for each of the below vendors. City agencies are required to obtain at least three actual quotes from State Term Schedules (STS). Due to reasons referenced below, the Fire Division requests procurement via STS which requires a bid waiver. Therefore, all these requests for the following purchases, which are being made via STS contracts, will require bid waiver.
The apparatus from Atlantic Emergency Solutions, Inc., (Pierce Tillers and Horton Medics) have been the Fire Division's standardized equipment for several years, as both the Divisions of Fire and Fleet Management believe these products are the best for their operations given the quality, durability and customizability each manufacturer offers, as well as the cost-effective approach that has resulted from negotiating directly with each manufacturer during the build process. The subsequent contracts established by Fleet Management with each manufacturer have also simplified the managing of parts/service after purchase.
Atlantic Emergency Solutions ~ FID #273187193 / Vendor 034448 / SOS Entity 4595230 ~ The Division of Fire is in need to purchase one (1) Pierce Enforcer 107' Ascendant Tiller in the amount of $2,570,629.00. This purchase is made in accordance with State of Ohio Index #STS618, Schedule #800918, which expires 6/30/2025. The amount listed for the tiller also includes two (2) travel trips for eight (8) people for inspections and training. The amount of this travel is $33,000.00.
The Division of Fire also requests the purchase two (2) EMS transport vehicles (medics) in the total amount of $789,176.00 and three (3) existing Horton Medics re-chassis in the total amount of $587,024.00. The Division of Fire has standardized its custom EMS response apparatus fleet using Horton Emergency Vehicles for many years due to the cost-effective approach that has resulted from negotiating directly with the manufacturer and managing of parts/service after purchase. This purchase is made in accordance with State of Ohio Index #STS233.
Stryker Sales Corporation ~ FID #382902424 / Vendor 030281 / SOS Entity 766815 ~ The Division of Fire requests the purchase of fifteen (15) Stryker Ambulance Power Cots for each of the EMS Transport vehicles as well as the purchase of twenty-two (22) Stryker Ambulance Stair-Chairs for use on EMS vehicles in the total amount of $1,132,775.14. A waiver of the competitive bidding provisions of the Columbus City Code, Chapter 329 is necessary for both. The Stryker Power Cot and the Stryker Stair-Chair are standardized equipment deployed on EMS vehicles, making it manifestly impractical to bid given Stryker is the sole distributor for their proprietary equipment.
ZOLL Medical Corporation ~ FID #042711626 / Vendor #000197 / SOS Entity 2074262 ~ The Division of Fire requests the purchase of six (6) refurbished X Series Monitor/Defibrillators in the total amount of $134,539.68. A waiver of the competitive bidding provisions of the Columbus City Codes, Chapter 329 is necessary for this purchase as the ZOLL Monitor/Defibrillators are standardized EMS equipment deployed by the Division of Fire.
EMERGENCY DESIGNATION: Current build times (900 calendar days for aerial ladders) for the fire apparatus purchased in this ordinance require emergency action to ensure funds are encumbered immediately to allow for the production of these custom apparatus to commence upon passage of this ordinance and confirmation of the subsequent purchase orders.
FISCAL IMPACT: Cash is available upon transfer within the Safety Voted Bond Fund for this purchase. An amendment to the 2024 Capital Improvement Budget is also required.
Title
To authorize and direct the City Auditor to transfer $5,214,143.82 within various projects of the Safety Voted Bond Fund; to amend the 2024 Capital Improvement Budget; to waive the competitive bidding provisions of the Columbus City Codes, Chapter 329; to authorize the Finance and Management Director to enter into contracts with Atlantic Emergency Solutions, Inc., Stryker Sales Corporation, and ZOLL Medical Corporation for the purchase of emergency response apparatus/vehicles and related equipment needed by the Division of Fire; to authorize the expenditure of $5,214,143.82 from the Safety Voted Bond Fund; and to declare an emergency. ($5,214,143.82)
Body
WHEREAS, a need exists within the Fire Division to purchase front line response rescue and fire apparatus and related equipment; and,
WHEREAS, a transfer of funds within the Safety Voted Bond Fund is necessary to fund this purchase; and,
WHEREAS, it is necessary to amend the 2024 Capital Improvement Budget; and;
WHEREAS, it is necessary to authorize an expenditure of funds from the Safety Voted Bond Fund; and
WHEREAS, it is necessary to authorize the Director of Finance and Management to issue purchase orders to Atlantic Emergency Solutions, Stryker Sales Corporation, and ZOLL Medical Corporation for the purchase of emergency response apparatus/vehicles and related equipment needed by the Division of Fire; and,
WHEREAS, a waiver to the competitive bidding provisions of the Columbus City Codes is necessary as per the attachment to this ordinance; and
WHEREAS, an emergency exists in the usual daily operation of the Department of Public Safety in that it is immediately necessary to authorize the Director of the Department of Finance and Management to make these purchases and transfer said funds from within the Safety Voted Bond Fund to purchase said equipment, for the immediate preservation of the public health, peace, property, safety, and welfare; Now, Therefore:
BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:
SECTION 1. To authorize the Finance and Management Director to enter into contracts with and issue purchase orders to Atlantic Emergency Solutions, Stryker Sales Corporation, and ZOLL Medical Corporation for the purchase of emergency response apparatus/vehicles and related equipment.
SECTION 2. That the City Auditor is hereby authorized and directed to transfer said funds within the Safety Voted Bond Fund per the account codes in the attachment to this ordinance at such time as is deemed necessary by the City Auditor, and to expend said funds, or so much thereof as may be necessary.
SECTION 3. That the transfer of cash and appropriation in the amount of $5,214,143.82 is hereby authorized between projects within the Safety Voted Bond Fund, per the account codes in the attachment to this ordinance.
SECTION 4. That the 2024 Capital Improvement budget is hereby amended as follows in order to provide sufficient budget authority for this ordinance:
Fund | Project Name (Funding Source) | Project Number | Current Authority | Revised Authority | Difference__
7701 Police Substation - Hilltop Area (Sullivant Ave.) (Voted Carryover) P330070-100000 $15,137,427.00 $9,923,283.00 ($5,214,144.00)
7701 Fire Apparatus Replacement - Medics (Voted Carryover) P340150-100000 $ 339,791.00 $2,983,306.00 $2,643,515.00
7701 Fire Apparatus Replacement - Platform Ladders (Voted Carryover) P340151-100000 $ 0.00 $2,570,629.00 $2,570,629.00
7701 Fire Apparatus Replacement (Voted 2022 ITSA Supported) P340101-100000 $4,000,000.00 $2,785,856.00 ($1,214,144.00)
7701 Fire Apparatus Replacement - Medics (Voted 2022 ITSA Supported) P340150-100000 $2,000,000.00 $0.00 ($2,000,000.00)
7701 Fire Apparatus Replacement - Platform Ladders (Voted 2022 ITSA Supported) P340151-100000 $2,000,000.00 $0.00 ($2,000,000.00)
7701 Police Substation - Hilltop Area (Sullivant Ave.) (Voted 2022 ITSA Supported) P330070-100000 $0.00 $5,214,144.00 $5,214,144.00
SECTION 5. That the expenditure of $5,214,143.82, or so much thereof as may be needed, is authorized in Fund 7701 (Safety Bond Fund), Dept-Div 3004 (Division of Fire), Project P340150-100000 (Fire Apparatus Replacement - Medics) and Project P340151-100000 (Fire Apparatus Replacement - Ladders), in Object Class 06 (Capital Outlay) per the account codes in the attachment to this ordinance.
SECTION 6. That the City Auditor is authorized to establish proper accounting project numbers, and to make any accounting changes to revise the funding source for any contract or contract modification associated with the expenditure of funds transferred in Section 3 above.
SECTION 7. 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 8. That all 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 9. That this Council finds it is in the best interest of the City of Columbus to waive the competitive bidding equipment provisions of the Columbus City Code, Chapter 329, relating to the aforementioned purchases from Atlantic Emergency Solutions, Stryker Sales Corporation, and ZOLL Medical Corporation for the Division of Fire.
SECTION 10. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared 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.