header-left
File #: 0748-2011    Version: 1
Type: Ordinance Status: Passed
File created: 5/6/2011 In control: Public Service & Transportation Committee
On agenda: 5/23/2011 Final action: 5/24/2011
Title: To authorize the Director of Finance and Management to establish purchase orders for the purchase of components for six single axle dump trucks and six tandem axle dump trucks as well as plows and accessories in accordance with Ohio Department of Transportation and State of Ohio contracts for the Division of Planning and Operations; to authorize and direct the City Auditor to transfer $1,560,856.14 from the Special Income Tax Fund to the Streets and Highways G.O. Bonds Fund; to authorize the City Auditor to appropriate $1,560,856.14 within the Streets and Highways G.O. Bonds Fund; to authorize the expenditure of $1,560,856.14 from the Streets and Highway G.O. Bonds Fund; and to declare an emergency. ($1,560,856.14)
Attachments: 1. 0748-2011 Hydraulic System Quote - Pengwyn.pdf, 2. 0748-2011 Lighting Quote - Parr.pdf, 3. 0748-2011 Snow Plow Quotes - Gledhill.pdf, 4. 0748-2011 Spreader Quote-Swenson.pdf, 5. 0748-2011 Tandem Axle Cab Quote - Miami Valley International Trucks.pdf, 6. 0748-2011 Wetting System Quote - Pengwyn.pdf, 7. 0748-2011 Single Cab Quote - Miami Valley International.pdf, 8. 0748-2011 Dump Body Quote - Galion-Godwin.pdf
Date Ver.Action ByActionResultAction DetailsMeeting Details
5/24/20111 MAYOR Signed  Action details Meeting details
5/24/20111 ACTING CITY CLERK Attest  Action details Meeting details
5/23/20111 Columbus City Council ApprovedPass Action details Meeting details
5/23/20111 COUNCIL PRESIDENT Signed  Action details Meeting details
5/13/20111 Service Drafter Sent for Approval  Action details Meeting details
5/13/20111 CITY ATTORNEY Reviewed and Approved  Action details Meeting details
5/13/20111 Service Drafter Sent to Clerk's Office for Council  Action details Meeting details
5/12/20111 Service Drafter Sent for Approval  Action details Meeting details
5/12/20111 CITY AUDITOR Reviewed and Approved  Action details Meeting details
5/12/20111 CITY AUDITOR Reviewed and Approved  Action details Meeting details
5/11/20111 Finance - Purchasing Reviewer Reviewed and Approved  Action details Meeting details
5/11/20111 EBOCO Reviewer Sent for Approval  Action details Meeting details
5/11/20111 ODI DIRECTOR Reviewed and Approved  Action details Meeting details
5/10/20111 FINANCE DIRECTOR Reviewed and Approved  Action details Meeting details
5/10/20111 Service Drafter Sent for Approval  Action details Meeting details
5/10/20111 Finance Reviewer Reviewed and Approved  Action details Meeting details
5/9/20111 Service Reviewer Reviewed and Approved  Action details Meeting details
5/9/20111 SERVICE DIRECTOR Reviewed and Approved  Action details Meeting details
5/9/20111 Finance Reviewer Reviewed and Approved  Action details Meeting details
5/9/20111 Finance Reviewer Reviewed and Approved  Action details Meeting details
5/9/20111 Finance Reviewer Reviewed and Approved  Action details Meeting details
5/6/20111 Service Drafter Sent for Approval  Action details Meeting details
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 six single axle dump trucks and six 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 cab and chassis necessary for the building of the 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.

ODOT Contracts for Chassis and Parts/Pieces for the single axle dump trucks:

Contract Item Vendor Unit Cost
023-10 Cab and Chassis Miami Valley International Trucks $83,877.00
026-11 Dump Body and Hoist Galion-Godwin Body Company $12,000.00
035-10 Hydraulic System H Y O Inc. dba Pengwyn Hydraulics $10,517.00
030-10 Spreaders System Swenson Spreader Company $2,495.00
034-11 Liquid Brine System H Y O Inc. dba Pengwyn Hydraulics $1,700.00
187-10 Lighting System Parr Public Safety Equipment $1,185.00

Ohio Department of Administrative Service Cooperative Contract

Contract Item Vendor Unit Cost
STS-515 10 FT Snow Plow Gledhill Road Machinery $9,449.27

The compon...

Click here for full text