Explanation
1. BACKGROUND
The Division of Refuse Collection utilizes Automated Side Loader Refuse Trucks in city-wide residential trash pick-up. The Department of Public Service and Fleet Management recognize the need to replace older trucks in its fleet beyond the useful service life of the vehicle.
The Purchasing Office advertised and solicited a formal request for proposal (SA006157) to establish universal term contracts for CNG Powered Automated Side Loader Refuse Trucks. Proposals were evaluated and four (4) contracts were established as follows:
- PA001301: ESEC Corp. (Peterbilt) and Bell Equipment (Heil)
- PA001302: ESEC Corp. (Peterbilt) and Best Equipment (Labrie)
- PA001303: Stoops Freightliner (Autocar) and Bell Equipment (Heil)
- PA001304: Stoops Freightliner (Autocar) and Best Equipment (Labrie)
The initial purchase will be for sixteen (16) trucks, four trucks will be purchased from each contract. As part of the contract cost, the city will send representatives to the manufacturing facility for inspections.
The City established four (4) automated side loader refuse truck contracts with the intent to compare vendors on equipment performance, longevity and overall satisfaction with the equipment. The first and second purchases (this ordinance will be first) will be of equal number of trucks to each vendor and the third purchase will be to the vendors where their equipment has performed the best. City of Columbus purchases approximately eight (8) automated side loader refuse trucks per year. This purchase will be for trucks from the 2015 and 2016 capital budgets.
The total amount of these purchases will be approximately $5,360,000.00.
2. FISCAL IMPACT
This expense is budgeted within the 2016 Capital Improvement Budget, Fund 7703. An amendment to the capital improvement budget is necessary to establish funding authority in the proper project for this expenditure.
3. EMERGENCY DESIGNATION
This legislation is to be considered an emergency to...
Click here for full text