Skip to main content
header-left
File #: 1723-2025    Version: 1
Type: Ordinance Status: Passed
File created: 6/16/2025 In control: Public Utilities & Sustainability Committee
On agenda: 7/14/2025 Final action: 7/17/2025
Title: To authorize the Director of Finance and Management to enter into a contract with Technology International Inc. for the purchase and delivery of one air compressor trailer for the Division of Power; to authorize the waiver of the competitive bidding requirements of Columbus City Code; to authorize the expenditure of $55,915.00 from the Division of Electricity Operating Fund; and to declare an emergency. ($55,915.00)
Attachments: 1. ORD 1723-2025 Financial Coding, 2. ORD 1723-2025 Bid Waiver Form, 3. ORD 1723-2025 Bid Tab, 4. ORD 1723-2025 Fleet Approval, 5. ORD 1723-2036 DPU Approval, 6. ORD 1723-2025 SOS Technology International Inc

Explanation

 

BACKGROUND

The purpose of this legislation is to authorize the Director of Finance and Management to contract for the purchase and delivery of one air compressor trailer from Technology International Inc. for the Division of Power. The air compressor trailer will be used by the Division of Power enable employees to conduct work around the City’s electrical distribution system and other related infrastructure. This purchase has been approved by the Division of Fleet Management and will replace BT #16921.

 

PROCUREMENT

The Purchasing Office informally bid the equipment, however, the total cost was above the threshold for informal bids. Due to long lead times associated with the production and delivery of new equipment, a rebid would delay delivery of needed equipment. Therefore, the Department of Public Utilities is requesting to waive the competitive bidding provision of Columbus City Code Chapter 329. One vendor submitted two bids.

 

The following bids were received:

 

Name / Bid Amount / City and State____________________________________________                                                                                                                            

1. Technology International, Inc. / $38,469.00 (alternate bid) / Lake Mary, Florida

2. Technology International, Inc. / $55,915.00 / Lake Mary, Florida

 

The alternate bid did not meet the specifications as it is under the required minimum PSI rating. The second bid did meet all the required specifications.

 

The company is not debarred according to the Excluded Party Listing System of the Federal Government or prohibited from being awarded a contract according to the Auditor of State Unresolved Findings for Recovery Certified Search.

 

SUPPLIER: Technology International Inc., Vendor #009840, CC # expired 5/12/25 in process of updating

 

EMERGENCY DESIGNATION: The Department of Public Utilities respectfully requests this legislation be considered for immediate use to avoid interruption of City services due to long lead times on new equipment and the Division of Power needing equipment to fulfill daily operations.

 

FISCAL IMPACT:  $55,915.00 has been budgeted for this purchase

 

 

Title

 

To authorize the Director of Finance and Management to enter into a contract with Technology International Inc. for the purchase and delivery of one air compressor trailer for the Division of Power; to authorize the waiver of the competitive bidding requirements of Columbus City Code; to authorize the expenditure of $55,915.00 from the Division of Electricity Operating Fund; and to declare an emergency. ($55,915.00)

 

 

Body

 

WHEREAS, the Division of Power provides electrical service to Columbus residents and businesses; and

 

WHEREAS, the Purchasing Office opened informal bids on May 19, 2025 for the purchase and delivery of an air compressor trailer; and

 

WHEREAS, the bid received that met the specifications were above the informal bid threshold; and

 

WHEREAS, due to long lead times associated with the production and delivery of new equipment, a rebid would delay delivery of needed equipment; and

 

WHEREAS, it is necessary for Council to authorize a waiver of the competitive bidding requirements of Columbus City Codes to procure this equipment; and

 

WHEREAS, the Director of the Finance and Management Department is authorized to establish a contract for the purchase and delivery of one air compressor trailer with Technology International Inc. for the Division of Power; and

 

WHEREAS, this ordinance authorizes the expenditure of $55,915.00, or so much thereof as may be needed, for the purchase and delivery of one air compressor trailer from the Electricity Operating Fund; and

 

WHEREAS, an emergency exists in the usual daily operation of the Department of Public Utilities, in that it is immediately necessary to authorize the Director of the Finance and Management Department to establish a contract for the purchase and delivery of one air compressor trailer with Technology International Inc., due to long lead times associated with the production and delivery of new equipment, all for the immediate preservation of the public health, peace, property, safety and welfare; and NOW THEREFORE,

 

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

 

SECTION 1.  That the Director of the Finance and Management Department be and is hereby authorized to establish a contract for the purchase and delivery of one air compressor trailer for the Division of Power in accordance with specifications on file in the Purchasing Office.

 

SECTION 2. That the expenditure of $55,915.00, or as much thereof as may be needed, is hereby authorized in Fund 6300 (Electricity Operating Fund); in Object Class 06 Capital Outlay per the accounting codes in the attachment to this ordinance.

 

SECTION 3. That this Council has determined that it is in the best interest of the City of Columbus to waive the competitive bidding provisions of Columbus City Codes Chapter 329 to enter into contract.

 

SECTION 4. 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 5. 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 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, which 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.