header-left
File #: 1860-2012    Version: 1
Type: Ordinance Status: Passed
File created: 8/20/2012 In control: Public Service & Transportation Committee
On agenda: 9/24/2012 Final action: 9/26/2012
Title: To authorize the Finance & Management Director to enter into contract for the purchase of three (3) Bell Manual Side Loader Refuse Trucks with the Compressed Natural Gas (CNG) Option from Center City International Trucks and to establish funding for Division of Refuse Collection personnel to inspect the vehicles during the manufacturing; to waive competitive bidding provisions of section 329 of the Columbus City Code; to amend the 2012 CIB; to transfer cash and appropriation within the Refuse G.O. Bonds Fund; to authorize the expenditure of $658,342.00 within the Refuse G.O. Bonds Fund; and declare an emergency. ($658,342.00) (REPEALED BY ORD. 2536-2012 PASSED 12/10/2012)
Attachments: 1. Bid Waiver Form - MSL
Explanation
1. BACKGROUND
The Division of Refuse Collection utilizes Manual 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 City will establish a one-time contract for the purchase of three (3) Bell Manual Side Loader Refuse Trucks with the Compressed Natural Gas (CNG) Option. The terms of the proposed contracts are from the date of execution by the City up to and including the manufacturer's build out date. The Purchase Office opened formal bids on July 5, 2012. The Purchasing Office advertised and solicited competitive bids in accordance with Section 329.06 (Solicitation SA004442).

The Purchasing Office advertised and solicited competitive bids in accordance with Section 329.06 (Solicitation SA004442). Bid specifications included options for diesel engines, compressed natural gas (CNG) engines, and Webasto Heaters. One hundred and one (101) vendors were notified of this solicitation; two (2) majority bids were received.

However, the Department of Public Service has decided to only purchase CNG option trucks. Due to budget contraints, this decreases the number of trucks to be purchased from five as advertised to three. The Department of Public Service is requesting permission to waive competitive bidding requirements according to Columbus City Code Section 329, due to the decrease in the number of trucks to be purchased

The Department of Public Service recommends award of the contract as follows:
Vendor / Unit Cost / Cost of 2 Inspections / Total Cost for 3 Trucks with CNG Option plus inspection
Center City International Trucks / $219,314.00 / $400.00 / $658,342.00

As part of the contract cost the City will send representatives to the manufacturing facility for 2 inspections, one for cab and chassis inspection and one for completed unit inspection. The amount of this e...

Click here for full text