Explanation
1. BACKGROUND
The Division of Planning and Operations is responsible for installation and maintenance of traffic control devices along the City's roadway system. To accomplish this mission the Division requires two (2) 29-Foot Aerial Trucks to install and maintain fiber optic cable mounted on utility poles. These 29-Foot Aerial Trucks will replace units that are beyond its useful service life and 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.
Bids were advertised in the City Bulletin and were received by the Purchasing Office on August 30, 2012 for Bid SA004460 as follows:
Company Truck Type Extended Cost Status
Utility Truck Equipment 2 - 29 Ft Aerial Bucket Trucks $217,900.00 Majority
(Columbus, OH)
Altec Industries, Inc. 2 - 29 Ft Aerial Bucket Trucks $183,604.00 Majority
(Elizabethtown, KY)
The bid from Utility Truck Equipment, Inc. met specifications as the most responsive, responsible and best bidder.
The lowest bid from Altec Industries, Inc. did not meet specifications as expressed in the solicitation. Altec Industries, Inc. took exception with specifications that could not be accepted due to safety requirements.
A front stabilizer bar was listed as a requirement, and was not available on Altec's quoted vehicle. A stabilizer bar improves the handling of the vehicle and helps to prevent the vehicle's body from rolling in a sharp turn.
The boom was to meet ANSI Category C voltages up to 46 KV. The boom in Altec's vehicle meets this rating extended, but when the boom is retracted it does not provide the protection against electricity specified in the bid.
Searches in the Excluded Party List System (Federal) and the Findings for Recovery list (State) produced no findings against Utility Truck Equipment.
2. CONTRACT COMPLIANCE INFORMATION
Utility Truck Equipment's contract compliance number is 31-0989420 and expires 8/29/13.
3. EMERGENCY DESIGNATION
Emergency action is requested to make this equipment available at the earliest possible time to meet the needs of the Division of Planning and Operations daily activity.
4. FISCAL IMPACT
Funding for this purchase is budgeted within the 2012 C.I.B. and is contingent upon the 2012 bond sale. The cost of this purchase is $217,900.00.
Title
To authorize the Director of Finance and Management to enter into a contract for the purchase of two (2) 29-foot Aerial Trucks from Utility Truck Equipment, Inc., for the Division of Planning and Operations; and to authorize the expenditure of $217,900.00.from the Streets and Highways G.O. Bonds Fund; and to declare an emergency. ($217,900.00)
Body
WHEREAS, the Division of Planning and Operations is in need of two (2) 29-Foot Aerial Trucks, 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 this equipment does not offer environmentally preferred fuel options at this time, and
WHEREAS, funds are available in the Streets and Highways G.O. Bonds Fund for this expense; and
WHEREAS, emergency action is requested to make this equipment available for the Division of Planning and Operations at the earliest possible time; 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 a purchase order with Utility Truck Equipment, Inc., 23893 U.S. 23 South, Circleville, Ohio, 43113, for the purchase of two (2) 29-Foot Aerial Trucks in accordance with the specifications on file in the Purchasing Office.
SECTION 2. That the sum of $217,900.00 or so much thereof as may be needed is hereby authorized to be expended from 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 / 06-6651 / 591246 / $217,900.00
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 ten days after passage if the Mayor neither approves nor vetoes the same.