header-left
File #: 2560-2014    Version: 1
Type: Ordinance Status: Passed
File created: 10/29/2014 In control: Public Utilities Committee
On agenda: 12/15/2014 Final action: 12/18/2014
Title: To authorize the Director of Finance and Management to enter into a contract with Murphy Tractor & Equipment Co., Inc. for the purchase of one (1) backhoe loader and Holden Industries, Inc. for purchase of two (2) trailers for the Division of Water and to authorize the expenditure of $136,576.00 from the Water Operating Fund. ($136,576.00)
Attachments: 1. ORD2560-2014 Fleet Approval, 2. ORD2560-2014 Bid Tab, 3. ORD2560-2014 Recommendation, 4. ORD2560-2014 Information
Explanation
 
BACKGROUND:    
 
This legislation authorizes the Director of Finance and Management to enter into a contract with Murphy Tractor & Equipment Co., Inc. for the purchase of one (1) backhoe loader and with Holden Industries, Inc. for the purchase of two (2) trailers for the Division of Water. The backhoe loader and trailers will be used primarily by the Division of Water, Water Distribution Maintenance Section assigned to maintain the water distribution system.  The backhoe loader will excavate material needed to complete repairs to mainlines and valves.  The trailers will be used to transport the backhoes to job sites.  The new equipment will be replacing Backhoe Loader BT-20660 and Trailers BT-21607 and BT-21608.  This backhoe loader is being purchased in accordance with the City's Green Fleet initiative, by incorporating "Clean Burn" technology and has been approved by the City of Columbus, Fleet Management Division.  
 
The Purchasing Office advertised and solicited competitive bids in accordance with Section 329.06 (Solicitation SA005563).  Forty-Eight (48) vendors (45 MAJ/1 MBR/2 M1A) were solicited and four (4) bids (4 MAJ) were received and opened on September 25, 2014.
Rudd Equipment Co. was the apparent low bid of $83,775.00 on the backhoe loader, however they have been found non-responsive to the specifications including lesser horse power, smaller bucket and different control mechanism.
 
The second lowest bidder for the backhoe was Murphy Tractor & Equipment Co. which met all required specifications.  The Division of Water recommends the award go to Murphy Tractor & Equipment Co. as the lowest responsive and responsible and best bidder.  The award amount for this equipment is $102,814.00.
 
 Holden Industries, Inc. was the low bid for the two (2) trailers.  The Division of Water recommends the award go to Holden Industries, Inc. as the lowest responsive and responsible and best bidder in the amount of $33,762.00.  
 
The total award to both vendors will be for $136,576.00.
 
The companies are not debarred according to the Excluded Party Listing System of the Federal Government or prohibited from being awarded a contract according to the Auditor of State Unresolved Findings for Recovery Certified Search.  
 
SUPPLIERS:  Murphy Tractor & Equipment Co., Inc., 48-0942178 expires 7/29/2015, MAJ. Holden Industries, Inc.,43-0917528 expires 11/3/2016 MAJ.
 
FISCAL IMPACT:  $136,576.00 is budgeted for this purchase.
2013 expenditures for the Division of Water is $114,480.18.
2012 expenditures for the Division of Water is $98,492.70.
 
Title
To authorize the Director of Finance and Management to enter into a contract with Murphy Tractor & Equipment Co., Inc. for the purchase of one (1) backhoe loader and Holden Industries, Inc. for purchase of two (2) trailers for the Division of Water and to authorize the expenditure of $136,576.00 from the Water Operating Fund.  ($136,576.00)
 
Body
WHEREAS, one (1) backhoe loader and two (2) trailers are required by the Division of Water, Water Distribution Maintenance Section; and  
 
WHEREAS, the Purchasing Office opened formal bids on September 25, 2014 for the purchase of one (1) backhoe loader and two (2) trailers for the Division of Water; and
WHEREAS, Murphy Tractor & Equipment Co., Inc. submitted a bid in the amount of $102,814.00 for the backhoe loader and is the lowest responsive and responsible and best bidder; and
WHEREAS, Holden Industries, Inc. submitted a bid in the amount of $33,762.00 for the two (2) trailers and is the lowest responsive and responsible and best bidder; and
 
WHEREAS, contracts will be issued by the Purchasing Office in accordance with Solicitation Number: SA005563 on file in the Purchasing Office, for the preservation of public health, peace, property and safety; now therefore,
 
BE IT ORADINED BY THE COUNCIL OF THE CITY OF COLUMBUS:
 
SECTION 1.  That the Director of Finance and Management be and is hereby authorized to establish a contract with Murphy Tractor & Equipment Co., Inc. for the purchase of one (1) backhoe loader.  
 
SECTION 2.  That the Director of Finance and Management be and is hereby authorized to establish a contract with Holden Industries, Inc. for the purchase of a two (2) trailers.  
 
SECTION 3.  That the funds necessary to carry out the purpose of this ordinance are hereby deemed appropriated, and the City Auditor shall establish such accounting codes as necessary.
 
SECTION 4.  That the expenditure of $136,576.00 much thereof as may be needed is hereby authorized from Water Operating Fund 600, Department 60-09, OCA Code 602730, Object Level One 06 as follows:
Object Level Three 6652
Murphy Tractor & Equipment Co., Inc.
$102,814.00
Object Level Three 6651
Holden Industries, Inc.
$33,762.00
 
SECTION 5.  That this ordinance shall take effect and be in force from and after the earliest period allowed by law.