header-left
File #: 1542-2012    Version: 1
Type: Ordinance Status: Passed
File created: 7/2/2012 In control: Public Service & Transportation Committee
On agenda: 7/30/2012 Final action: 8/1/2012
Title: To authorize the Director of Finance and Management to establish purchase orders for the purchase and assembly of eight single axle dump trucks and five tandem axle dump trucks, plows and accessories in accordance with Ohio Department of Transportation and State of Ohio contracts, and in accordance with the terms and conditions of the existing citywide universal term contract, for the Division of Planning and Operations; to authorize the expenditure of $2,315,734.04 from the Streets and Highway G.O. Bonds Fund; and to declare an emergency. ($2,315,734.04)
Attachments: 1. 1542-2012 Galion-Godwin Quote, 2. 1542-2012 Gledhill Quotes, 3. 1542-2012 Miami Valley International Trucks Quote, 4. 1542-2012 Parr Public Safety Equipment Lighting Systemg Quote, 5. 1542-2012 Pengwyn CNG install quote, 6. 1542-2012 Pengwyn Liquid Brine System Quote, 7. 1542-2012 Pengwyn Single Axle hydraulics quote, 8. 1542-2012 Pengwyn spreader mud flap fender quote, 9. 1542-2012 Pengwyn Tandem Axle assembly quote, 10. 1542-2012 Swenson Spreader
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 eight CNG powered single axle dump trucks and five diesel powered tandem axle 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.  
 
All the main parts and components and the cabs and chassis necessary for the building of the eight CNG powered single axle dump trucks are available on existing ODOT contracts with the exception of the snow plow which is available on an Ohio Department of Administrative Service Cooperative Contract.  All items will be purchased from the appropriate contracts and drop shipped to the qualified up-fitter.  The Purchasing Office has established contract FL004977 with H Y O Inc. dba Pengwyn Hydraulics for the upfitting of dump trucks.    
 
ODOT Contracts for Chassis and Parts/Pieces for the eight single axle dump trucks:
                
Contract               Item                                              Vendor                                                   Unit Cost      
023-12                  Cab and Chassis (CNG)      Miami Valley International Trucks             $133,896.00
026-12                 Dump Body and Hoist               Galion-Godwin Body Company             $10,984.00
030-13      Spreader Box            Swenson Spreaders                  $2,495.00            
034-12                 Liquid Brine System             H Y O Inc. dba Pengwyn Hydraulics      $1,650.00      
035-11                 Hydraulic System                     H Y O Inc. dba Pengwyn Hydraulics            $10,009.00      
187-12                 Lighting System                     Parr Public Safety Equipment                        $1,215.06            
      
Ohio Department of Administrative Service Cooperative Contract for the eight axle snow plows
Contract            Item                                        Vendor                                                    Unit Cost            
STS-515                 10 FT Snow Plow                         Gledhill Road Machinery                         $9,449.27      
 
City-wide UTC for the upfitting of dump trucks:
Contract            Item                                        Vendor                                                    Unit Cost      
FL004977      Upfitting of dump trucks        H Y O Inc. dba Pengwyn Hydraulics      $18,500.00
Total cost of the purchase of the CNG single axle dump truck is $188,193.33.
ODOT Contracts for Chassis and Parts/Pieces for the tandem axle dump truck:
                
Contract               Item                                              Vendor                                                   Unit Cost      
023-10                  Cab and Chassis                    Miami Valley International Trucks              $99,820.00      
026-11                 Dump Body and Hoist              Galion-Godwin Body Company              $16,168.00
034-11                 Liquid Brine System             H Y O Inc. dba Pengwyn Hydraulics      $1,700.00      
035-11                 Hydraulic System                   H Y O Inc. dba Pengwyn Hydraulics            $10.954.00            
187-11                 Lighting System                     Parr Public Safety Equipment                     $1,215.06      
      
Ohio Department of Administrative Service Cooperative Contract
Contract            Item                                        Vendor                                                    Unit Cost            
STS-515                 11 FT Snow Plow                    Gledhill Road Machinery                         $9,552.42      
 
City-wide UTC for the upfitting of dump trucks:
Contract            Item                                        Vendor                                                    Unit Cost            
FL004977      Upfitting of dump truck      H Y O Inc. dba Pengwyn Hydraulics      $18,500.00
Total cost of the purchase of the tandem axle dump truck is $157,859.48.
This legislation will also provide for installation of spreader boxes, fenders and mud flaps on five single axle dump trucks which had their dump bodies replaced; $1,675.00 per unit, total cost of $8,375.00.
 
The quotations are on file with the Purchasing Office.  These purchases have been approved by the Fleet Management Division.
Searches in the Excluded Party List System (Federal) and the Findings for Recovery list (State) produced no findings against any of the companies listed above.
2.   CONTRACT COMPLIANCE
Miami Valley International Trucks' contract compliance number is 31-1040091 and expires 11/02/2012.
Galion-Godwin Body Company's contract compliance number is 20-0169253 and expires 11/01/2012.
H Y O Inc. dba Pengwyn Hydraulics' contract compliance number is 31-1201883 and expires 09/13/2013.
Swenson Spreader Company's contract compliance number 20-2176319 and expires 11/01/2012.
Parr Public Safety Equipment's contract compliance number is 20-1619573 and expires 12/31/2012.
Gledhill Road Machinery contract compliance number is 34-4244140 and expires 10/26/2012.
3.  FISCAL IMPACT
Funds are available for this expenditure from the Streets and Highways G.O. Bonds Fund, no. 704 and are contingent on the 2012 Bond Sale. The cost of this purchase is $2,315,734.04.  
 
4.  EMERGENCY
This legislation is requested to be heard as an emergency to ensure that the single axle and tandem axle dump trucks are available for immediate use.
Title
To authorize the Director of Finance and Management to establish purchase orders for the purchase and assembly of eight single axle dump trucks and five tandem axle dump trucks, plows and accessories in accordance with Ohio Department of Transportation and State of Ohio contracts, and in accordance with the terms and conditions of the existing citywide universal term contract, for the Division of Planning and Operations; to authorize the expenditure of $2,315,734.04 from the Streets and Highway G.O. Bonds Fund; and to declare an emergency.  ($2,315,734.04)
 
Body
WHEREAS, the Division of Planning and Operations is responsible for conducting maintenance and repair along the City's roadway system, and
 
WHEREAS, the purchase of eight single axle dump trucks and five tandem axle 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, City ordinance 1410-2010 authorizes city agencies to utilize Ohio Department of Transportation contracts, and
 
WHEREAS, City ordinance 0582-87 authorizes city agencies to utilize Ohio Department of Administrative Services cooperative contracts, 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, the Division of Planning and Operations wishes to purchase eight single axle and five tandem axle truck cabs and chassis using Ohio Department of Transportation contract, 023-12 which expires on September 30, 2012, and
 
WHEREAS, the Division of Planning and Operations wishes to purchase 13 dump bodies and hoists using Ohio Department of Transportation contract, 026-12 which expires on April 30, 2013, and
 
WHEREAS, the Division of Planning and Operations wishes to purchase 13 hydraulics systems using Ohio Department of Transportation contract, 035-11 which expires on June 30, 2012, and
 
WHEREAS, the Division of Planning and Operations wishes to purchase 13 spreader systems using Ohio Department of Transportation contract, 030-13 which expires on May 31, 2013, and
 
WHEREAS, the Division of Planning and Operations wishes to purchase 13 liquid brine systems using Ohio Department of Transportation contract, 034-12 which expires on August 31, 2012, and
 
WHEREAS, the Division of Planning and Operations wishes to purchase 13 lighting systems using Ohio Department of Transportation contract, 187-12 which expires on August 31, 2013, and
 
WHEREAS, the Division of Planning and Operations wishes to purchase 13 snow plows using Ohio Department of Administrative Service Cooperative Contract, STS515 which expires on March 31, 2014, and
WHEREAS, the Purchasing Office has established universal term contracts for the upfitting of dump trucks, 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 for the 2012 winter 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 Director of Finance and Management is hereby authorized to establish purchase orders for the purchase of equipment for eight single axle dump truck and five tandem axle dump truck parts and components  as follows:
Miami Valley International Trucks
11775 Highway Drive
Cincinnati, OH 45241
Amount - $1,570,268.00      
For the purchase of eight CNG single axle, and five tandem axle truck cabs and chassis.
Ohio Department of Transportation contract 023-12 which expires on September 30, 2012.
Funding for this legislation is based on quotes dated February 2 and May 10, 2012 submitted by Miami Valley International Trucks, and the quoted prices reflect Ohio Department of Transportation contract pricing, and are on file with the Purchasing Office.
Galion-Godwin Body Company
7415 Peabody Kent Rd
P.O. Box 208
Winesburg, OH 44690
Amount - $168,712.00
For the purchase of eight 10-ft dump bodies and hoists and five 15-ft dump body and hoist.
Ohio Department of Transportation contract 026-12 which expires on April 30, 2013.
Funding for this legislation is based on quotes dated March 16, 2012 submitted by Galion-Godwin Body Company, and the quoted prices reflect Ohio Department of Transportation contract pricing, and are on file with the Purchasing Office.
H Y O Inc. dba Pengwyn Hydraulics
2550 West 5th Avenue
Columbus, OH 43204
Amount - $134,842.00
For the purchase of 13 hydraulics systems.
Ohio Department of Transportation contract 035-11 which expires on July 31, 2012.
Funding for this legislation is based on quotes dated February 3, 2012 submitted by HYO dba Pengwyn Hydraulics, and the quoted prices reflect Ohio Department of Transportation contract pricing, and are on file with the Purchasing Office.
Swenson Spreader Company
P.O. Box 127
Lindenwood, IL 61049
Amount - $32,435.00
Ohio Department of Transportation contract 030-13 which expires on May 31, 2013.
For the purchase of 13 spreader systems.
Funding for this legislation is based on quotes dated (Pending)submitted by Swenson Spreader Company, and the quoted prices reflect Ohio Department of Transportation contract pricing, and are on file with the Purchasing Office.
H Y O Inc. dba Pengwyn Hydraulics
2550 West 5th Avenue
Columbus, OH 43204
Amount - $21,450.00
Ohio Department of Transportation contract 034-11 which expires on August 31, 2011.
For the purchase of 13 liquid brine systems.
Funding for this legislation is based on quotes dated February 3, 2012 submitted by H Y O Inc. dba Pengwyn Hydraulics, and the quoted prices reflect Ohio Department of Transportation contract pricing, and are on file with the Purchasing Office.
Parr Public Safety Equipment Inc.
8495 Estates Court
Plain City, OH 43064
Amount - $15,795.78
For the purchase of 13 lighting systems.
Ohio Department of Transportation contract 187-12 which expires on August 31, 2012.
Funding for this legislation is based on quotes dated February 24, 2012 submitted by Parr Public Safety Equipment Inc., and the quoted prices reflect Ohio Department of Transportation contract pricing, and are on file with the Purchasing Office.
Gledhill Road Machinery Company
8495 Estates Court
PO Box 567, Galion, OH 44833
Amount - $123,356.26      
For the purchase of eight 10-ft snow plow and five 11-ft snow plow.
Ohio Department of Administrative Service Cooperative Contract STS515 which expires on March 31, 2014.
Funding for this legislation is based on quotes dated February 23, 2012 submitted by Gledhill Road Machinery Company, and the quoted prices reflect State of Ohio contract pricing, and are on file with the Purchasing Office.
H Y O Inc. dba Pengwyn Hydraulics
2550 West 5th Avenue
Columbus, OH 43204
Amount - $248,875.00
City-wide universal term contract for the upfitting of dump trucks which expires on August 31, 2011.
For the upfitting of eight single axle dump trucks, five tandem axle dump trucks, and five single axle dump truck retrofits.
Funding for this legislation is based on quotes dated June 1, 2012 for the upfitting of the single and tandem axle dump trucks and are on file with the Purchasing Office.
 
SECTION 2.  That the sum of $2,315,734.04 or so much thereof as may be needed is hereby authorized to be expended from the Streets and Highways G.O. Bonds Fund, No. 704, Dept./Div. 59-11 as follows:
Fund / Project / Project Name / O.L. 01-03 Codes / OCA Code / Amount
704 / 530020-100000 / Street Equipment / 06-6651 / 591246 / $2,315,734.04
 
SECTION 3. 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 4.  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 ten days after passage if the Mayor neither approves nor vetoes the same.