Explanation
1. BACKGROUND
This ordinance authorizes the Finance and Management Director to associate all general budget reservations resulting from this ordinance with the current, pending, and future Universal Term Contract Purchase Agreements listed below for traffic management and control for the Department of Public Service or per the terms and conditions of informal or formal bids conducted for one-time buys for pavement marking materials, sign upgrades or traffic commodities and accessories as necessary, or to utilize current, pending and future ODOT contracts.
The Department of Public Service utilizes pavement marking materials, sign manufacturing materials, school flashers, traffic signal commodities, and a variety of traffic management and control commodities throughout the city. These supplies and materials are necessary to ensure traffic safety throughout the City of Columbus. Universal term contracts have been completed for some of these commodities, and one-time bids can also be utilized for the purchase of traffic commodities as necessary. It has also been determined it is in the best interest of the city to purchase some commodities through the Ohio Department of Transportation (ODOT) contracts.
Universal Term Contract Purchase Agreements:
Accessible Pedestrian Traffic Signals
Aluminum Sheeting
Glass Beads
Longitudinal Channelizers
Loop Detector Sealant
Reflective Sign Sheeting
School Speed Limit Sign Supports
Solar School Flashers
Street Name Sign Brackets
Thermoplastic Glass Beads
Thermoplastic Pavement Marking Material
Traffic Control Devices
Traffic Detector Loops Sealant
Traffic Pedestal Poles
Traffic Pedestrian Signal Equipment
Traffic Signal Controller Equipment
Traffic Signal Heads
Traffic Signal Strain Poles
Traffic Signal TS-2 Control Cabinet Equipment
Aluminum Street Sign Blanks
Audible Pedestrian Traffic Signals
Preformed Heat Fused Thermoplastic
Traffic Sign Posts
Traffic Signal Communication Equipment
School Flashers
The dollar amount of purchases that may need to be made against individual universal term contracts is unknown at this time as it depends upon breakage, equipment failures, and other factors. It is anticipated the Department of Public Service will need to expend more than $100,000.00 in a fiscal year to purchase from some universal term contracts established for traffic management and control for the Department of Public Service.
Vendors:
3M Company
AWP Inc.
Bain Enterprises, LLC
Baldwin and Sours
Ennis-Flint
Iron Armour
Lightle Enterprises of Ohio, LLC
MDSolutions Inc.
Path Master Inc.
Paul Peterson Co.
Potters Industries, LLC
Rexel USA Inc./Gexpro
Signal Service Company
Traffic Control Products Inc
2. FISCAL IMPACT:
These are budgeted expenses within the Street Construction Maintenance and Repair Fund and the Municipal Motor Vehicle Tax Fund. Funds are appropriated.
3. EMERGENCY DESIGNATION
Emergency action is requested to ensure the timely availability of commodities for installation and replacement purposes and to promote and enhance pedestrian and motorist safety.
Title
To authorize the Finance and Management Director to establish purchase orders and contracts with multiple vendors for the purchase of various traffic management and control commodities for the Department of Public Service; to authorize the expenditure of up to $1,900,000.00 from the Street Construction, Maintenance, and Repair Fund for the purchase of various traffic management and control commodities; to authorize the expenditure of up to $300,000.00 from the Municipal Motor Vehicle Tax Fund for the purchase of various traffic management and control commodities; and to declare an emergency. ($2,200,000.00)
Body
WHEREAS, the Department of Public Service, Division of Traffic Management, utilizes pavement marking materials, sign manufacturing materials, school flashers, traffic signal commodities and a variety of traffic management & control commodities throughout the city; and
WHEREAS, these items can be purchased per the terms and conditions of existing, pending and future citywide universal term contracts established by the Purchasing Office; and
WHEREAS, the Director of Finance and Management needs to be authorized to associate all General Budget Reservations resulting from this ordinance with the appropriate Universal Term Contract Purchase Agreements for Traffic Management & Control for the Department of Public Service, Division of Traffic Management; and
WHEREAS, purchases may also need to be made from one-time bids or State of Ohio contracts; and
WHEREAS, an emergency exists in the usual daily operation of the Department of Public Service in that it is immediately necessary to authorize the Finance and Management Director to issue purchase orders to ensure the timely availability of commodities for installation and replacement purposes and to promote and enhance pedestrian and motorist safety, for the immediate preservation of the public health, peace, property, and safety; NOW, THEREFORE,
BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:
SECTION 1. That the Director of the Department of Finance and Management be and is hereby authorized to associate all General Budget Reservations resulting from this ordinance with the appropriate Universal Term Contract Purchase Agreements for the Department of Public Service with one or more of the following vendors:
3M Company
AWP Inc.
Bain Enterprises, LLC
Baldwin and Sours
Ennis-Flint
Iron Armour
Lightle Enterprises of Ohio, LLC
MDSolutions Inc.
Path Master Inc.
Paul Peterson Co.
Potters Industries, LLC
Rexel USA Inc./Gexpro
Signal Service Company
Traffic Control Products Inc
SECTION 2. That the Director of Finance and Management be and hereby is authorized to establish multiple purchase orders totaling $2,200,000.00 or so much thereof as may be needed, per the terms and conditions of current, pending and future citywide universal term contracts or per the terms and conditions of informal or formal bids conducted for one-time buys for capital pavement marking materials, sign upgrades or traffic commodities and accessories as necessary, or to utilize current, pending and future ODOT contracts.
SECTION 3. That the expenditure of $1,900,000.00, or so much thereof as may be needed, is hereby authorized in Fund 2265 (Street Construction Maintenance and Repair Fund), Dept-Div 5913 (Division of Traffic Management), Object Class 02 (Materials and Supplies) per the accounting codes in the attachment to this ordinance.
SECTION 4. That the expenditure of $300,000.00, or so much thereof as may be needed, is hereby authorized in Fund 2266 (Municipal Motor Vehicle Tax Fund), Dept-Div 5913 (Division of Traffic Management), Object Class 02 (Materials and Supplies) per the accounting codes in the attachment to this ordinance.
SECTION 5. That funds are hereby deemed appropriated and expenditures and transfers authorized to carry out the purposes of this ordinance and the City Auditor shall establish such accounting codes as necessary.
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 10 days after its passage if the Mayor neither approves nor vetoes the same.