header-left
File #: 0660-2005    Version: 1
Type: Ordinance Status: Passed
File created: 3/28/2005 In control: Public Service & Transportation Committee
On agenda: 6/6/2005 Final action: 6/9/2005
Title: To amend the 2004 Capital Improvements Budget; to authorize the transfer of $646,207.00 between projects within the 1995, 1999 Voted Streets and Highways Fund; to authorize the Finance Director to enter into contracts with Center City International Trucks, Incorporated, for the purchase of two tandem axle dump trucks with snowplows and five single axle dump trucks with snowplows, respectively, for the Transportation Division; to authorize the expenditure of $646,269.00 from the 1995, 1999 Voted Streets and Highways Fund, and to declare an emergency. ($646,269.00)
Date Ver.Action ByActionResultAction DetailsMeeting Details
6/9/20051 CITY CLERK Attest  Action details Meeting details
6/8/20051 MAYOR Signed  Action details Meeting details
6/6/20051 Columbus City Council ApprovedPass Action details Meeting details
6/6/20051 COUNCIL PRESIDENT Signed  Action details Meeting details
5/13/20051 ODI DIRECTOR Reviewed and Approved  Action details Meeting details
5/13/20051 SERVICE DIRECTOR Reviewed and Approved  Action details Meeting details
5/13/20051 CITY ATTORNEY Reviewed and Approved  Action details Meeting details
5/13/20051 SERVICE DIRECTOR Sent to Clerk's Office for Council  Action details Meeting details
5/12/20051 Auditor Reviewer Reviewed and Approved  Action details Meeting details
5/12/20051 CITY AUDITOR Reviewed and Approved  Action details Meeting details
5/12/20051 Service Drafter Sent for Approval  Action details Meeting details
5/12/20051 EBOCO Reviewer Reviewed and Approved  Action details Meeting details
5/11/20051 Finance Reviewer Reviewed and Approved  Action details Meeting details
5/11/20051 FINANCE DIRECTOR Reviewed and Approved  Action details Meeting details
5/11/20051 SERVICE DIRECTOR Reviewed and Approved  Action details Meeting details
5/9/20051 Service Drafter Sent for Approval  Action details Meeting details
5/9/20051 SERVICE DIRECTOR Reviewed and Approved  Action details Meeting details
5/9/20051 Service Drafter Sent for Approval  Action details Meeting details
4/27/20051 SERVICE DIRECTOR Reviewed and Disapproved  Action details Meeting details
3/29/20051 Service Drafter Sent for Approval  Action details Meeting details
3/28/20051 Service Drafter Sent for Approval  Action details Meeting details
3/28/20051 Service Reviewer Reviewed and Approved  Action details Meeting details

Explanation

 

Background:  The Transportation Division is responsible for maintaining the City's roadway system.  To accomplish this mission the Division requires two tandem axle dump trucks with snowplows and five single axle dump trucks with snowplows.  These trucks will replace older trucks that have excessive mileage and high maintenance costs.  

 

Bids for two tandem axle dump trucks with snowplows were advertised in the City Bulletin and were received by the Purchasing Office on March 10, 2005 for Bid SA-001537GRW as follows:

 

Vendor / Item / Bid Amount for Two Units / Vendor Status

Center City International Trucks, Inc. / 2006 International 7400 / $211,074.00 / Majority

FYDA Freightliner / 2006 Freightliner M2-106V / $215,288 / Majority

Kinstle Sterling Western Star / 2005 Sterling LT 8513 /$216,392.00 / Majority

Graham Ford / 2006 Sterling LT 7500 / $221,380.00 / Majority

ESEC Corporation dba Columbus Peterbilt / 2006 Peterbilt 335 / $243,810.00 / Majority

 

The Transportation Division recommends the bid award to Center City International Trucks, Incorporated, as the lowest, best, most responsive, and most responsible bidder.  It is recommended that a contract for the purchase of two tandem axle dump trucks with snowplows be awarded to Center City International Trucks, Incorporated, contract compliance #31-1048371 (expires September 12, 2005) for $211,074.00 in accordance with their bid proposal.

 

Bids for five single axle dump trucks with snowplows were advertised in the City Bulletin and were received by the Purchasing Office on March 17, 2005 for Bid SA-001557GRW as follows:

 

Vendor / Unit Bid / Bid Amount / Vendor Status

Center City International / International 7400 / $435,195 / Majority

Center City International / International 7400 / $450,400 / Majority

Kinstle Sterling / Sterling L7501 / $454,830 / Majority

Bob McDorman Chevrolet / Kodiak CC7C042 / $458,571 / Majority

Center City International / International 7400 / $461,275 / Majority

Fyda Freightliner / Freightliner M2-106 / $465,670 / Majority

Graham Ford / Sterling L7501 / $465,745 / Majority

Graham Ford / Sterling L7501 / $465,745 / Majority

Bob McDorman Chevrolet / Kodiak CC7C042 / $469,945 / Majority

Byers Chevrolet / Chevrolet C7500 / $470,500 / Majority

 

The Transportation Division recommends bid award to Center City International Trucks, Incorporated, as the lowest, best, most responsive and most responsible bidder.  It is recommended that a contract for the purchase of five single axle dump trucks with snowplows be awarded to Center City International Trucks, Incorporated, for $435,195.00 in accordance with their bid proposal.

 

Fiscal Impact:  The Transportation Division budgeted $3.17 million in the 2004 Capital Improvements Budget (CIB) for street equipment.  These funds have either all been expended or encumbered for existing purchases of street equipment. This ordinance authorizes an expenditure of $646,269.00.   Therefore, this ordinance authorizes a transfer of $646,207.00 within the Transportation Division's 2004 Capital Improvement Budget in the 1995, 1999 Voted Streets and Highways Fund.  The difference between the amount transferred and the amount authorized for expenditure within this ordinance, $62.00, already exists within this street equipment project.

 

This ordinance amends the 2004 Capital Improvements Budget to allow for this expenditure.  The street equipment project is being increased by $642,080.00 from $3,165,000.00 to $3,807,080.00 with a corresponding decrease in the amount budgeted for Urban Infrastructure Improvements (UIRF).

 

Two tandem axle trucks with snowplows were acquired last year for $205,000.00 as authorized by Ordinance 1622-2004 passed by City Council on October 25, 2004.  Five single axle dump trucks with snowplows were acquired in 2003 for $420,630.00 as authorized by Ordinance 2471-2003 passed by City Council on November 24, 2003.

 

Emergency action is requested to ensure these dump trucks are available for use as soon as possible.

 

 

 

Title

 

To amend the 2004 Capital Improvements Budget; to authorize the transfer of $646,207.00 between projects within the 1995, 1999 Voted Streets and Highways Fund; to authorize the Finance Director to enter into contracts with Center City International Trucks, Incorporated, for the purchase of two tandem axle dump trucks with snowplows and five single axle dump trucks with snowplows, respectively, for the Transportation Division; to authorize the expenditure of $646,269.00 from the 1995, 1999 Voted Streets and Highways Fund, and to declare an emergency.  ($646,269.00)

 

 

 

Body

 

WHEREAS, the Transportation Division is responsible for snow and ice removal and control, and for maintaining the City's roadway system; and

 

WHEREAS, the Transportation Division is in need of two tandem axle dump trucks with snowplows and five single axle dump trucks with snowplows; and

 

WHEREAS, funds are budgeted and available in the 1995, 1999 Voted Streets and Highways Fund for this expense; and

 

WHEREAS, an emergency exists in the usual daily operations of the Public Service Department,Transportation Division, in that it is immediately necessary to purchase two tandem axle dump trucks with snowplows and five single axle dump trucks with snowplows to ensure their availability for use as soon as possible, thereby preserving the public health, peace, property, safety and welfare; now, therefore

 

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

 

SECTION 1.  That the 2004 Capital Improvements Budget be and hereby is amended as follows:

 

Public Service / Transportation 59-09

Project / Current CIB amount / Amendment Amount / CIB amount as Amended

Street Equipment / $3,165,000 / $642,080 / $3,807,080

UIRF/ $6,366,440 / ($642,080) / $5,724,360

 

 

SECTION 2.  That the transfer of $646,207.00 between projects within Fund 704, the 1995, 1999 Voted Streets and Highways Fund, Department No. 59-09, Transportation Division, be and hereby is authorized as follows:

 

TRANSFER FROM:

Project Number / Project / Object Level 01/03 Codes / OCA Code

440005 / Urban Infrastructure Improvements / 06/6600 / 644385

 

Total Transfer From:  $646,207.00

 

 

TRANSFER TO:

Project Number / Project / Object Level 01/03 Codes / OCA Code

530020 / Street Equipment / 06/6631/ 644385

 

Total Transfer To:  $646,207.00

 

 

SECTION 3.  That the Finance Director be and hereby is authorized to enter into a contract with Center City International Trucks, Incorporated, 4200 Currency Drive, Columbus, Ohio 43228 for the purchase of two tandem axle dump trucks with snowplows in accordance with the specifications on file in the Purchasing Office for $211,074.00.

 

SECTION 4.  That the Finance Director be and hereby is authorized to enter into a contract with Center City International Trucks, Incorporated, 4200 Currency Drive, Columbus, Ohio 43228 for the purchase of five single axle dump trucks with snowplows in accordance with the specifications on file in the Purchasing Office for $435,195.00.

 

SECTION 5.  That the sum of $646,269.00, or so much thereof as may be needed, be and hereby is authorized to be expended from Fund 704, the 1995, 1999 Voted Streets and Highways Fund, Department No. 59-09, Transportation Division, Object Level One Code 06, Object Level Three Code 6652, OCA Code 644385 and Project 530020.

 

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.