header-left
File #: 2927-2017    Version: 1
Type: Ordinance Status: Passed
File created: 10/27/2017 In control: Public Utilities Committee
On agenda: 12/4/2017 Final action: 12/7/2017
Title: To authorize the Director of Finance and Management to establish a contract with Utility Truck Equipment, Inc. for a 55 Foot Bucket Truck with Hybrid Electric System for the Division of Power; and to authorize the expenditure of $341,735.00 from the Power Operating Fund. ($341,735.00)
Attachments: 1. ORD 2927-2017 Financial Coding, 2. ORD 2927-2017 Bid Tabulation, 3. ORD 2927-2017 Information, 4. ORD 2927-2017 Fleet Approval

Explanation

 

BACKGROUND:  To authorize the Director of Finance and Management to enter into a contract with Utility Truck Equipment, Inc. for a 55 Foot Bucket Truck with Hybrid Electric System for the Division of Power. The truck will be used to service street lighting and electrical power lines. This unit is replacing BT-18999.  This purchase has been approved by the Division of Fleet Management. In support of the Mayor’s Get Green Columbus initiative, this vehicle is a plug-in Hybrid Electric Bucket Truck.

 

The Purchasing Office advertised and solicited competitive bids in accordance with the relevant provisions of City Code Chapter 329 relating to competitive bidding (RFQ006761).  Eighty-three (83) bidders (1 F1, 3 MBR, 10 MBE, 69 MAJ) were solicited and two (MAJ) bids were received and opened on October 19, 2017. 

 

After a review of the bids, the apparent low bidder is FYDA Freightliner Columbus, Inc. in the amount of $230,216.00. However, they did not meet 23 of the requested specifications nor did they bid on line items 20, 30, 40 or 50. 

Listed below are some of the exceptions:

 

3.3.17.1                       Requested: Articulating, stacked boom design

*FYDA offered telescopic side-by-side boom

 

3.3.17.7                       Requested: Horizontal reach 36 ft. minimum at 30 ft. elevation

*FYDA offered 22’6” elevation at max horizontal reach

 

3.3.17.8                       Requested: Bucket capacity, 700 lbs. minimum

*FYDA offered 600 lbs. capacity

 

3.3.17.10                          Requested: Articulating booms arranged in a stacked configuration, non-over-center design

                     *FYDA offered telescopic side-by-side boom 

                                          

3.3.17.11                     Requested: Upper boom assembly shall provide full insulation with a fiberglass insulation gap to be 239 inches for ANSI category “C” voltages up to 46kv.

                     *FYDA offered Insulated only when extended.   

 

3.3.17.13                     Requested: Upper boom articulation to 70 degrees above horizontal for a total of 175 degrees total- relative to the lower boom.                     

                     *FYDA offered -35 degrees to 85 degrees upper boom articulation                     

 

3.3.17.14                       Requested: Lower boom articulation to be 105 degrees total --15 degrees past vertical.

*FYDA offered 0 degrees to 93 degree lower boom articulation

 

3.3.32.1                                          Requested:  Odyne Plug in Hybrid Electric System which includes a High Power compact liquid cooled permanent magnet motor and power take off providing up to 232 lb./ft. of torque with launch assist while driving and regenerative braking.  The temperature of the electric motor is maintained by a cooling loop that includes an electric motor, pump, fan and radiator to extend the life and performance of the electric motor. The electric motor increases fuel efficiency while driving and provides power for all of the work site accessories for all electric stationary operation at the work site.

 

*FYDA offered a much lower power system that does not incorporate some of these important aspects of a hybrid electric system such as launch assist and regenerative braking.

 

Therefore, due to the above exceptions to the bid specifications, the bid from FYDA Freightliner Columbus, Inc. has been deemed non-responsive.

The second lowest bid from Utility Truck Equipment, Inc. meets the bid specifications and has been deemed the lowest responsive and responsible and best bidder for Items 10, 20, 30 and 50, only, for a total amount of $341,735.00.

There were no bids received for Line #40.

The company is 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.

 

SUPPLIER:  Utility Truck Equipment, Inc., Vendor#004562, CC#31-0989420 , expires 11/7/18

 

FISCAL IMPACT:  $341,735.00 is required for this purchase.

 

$341,876.00 was expended in 2016.

$0.00 was expended in 2015.

 

 

Title

 

To authorize the Director of Finance and Management to establish a contract with Utility Truck Equipment, Inc. for a 55 Foot Bucket Truck with Hybrid Electric System for the Division of Power; and to authorize the expenditure of $341,735.00 from the Power Operating Fund.  ($341,735.00)

 

 

Body

 

WHEREAS, the Purchasing Office opened formal bids on October 19, 2017 for a 55 Foot Bucket Truck with Hybrid Electric System for the Division of Power; and

 

WHEREAS, the Division of Power recommends an award be made to the lowest responsive and responsible and best bidder, Utility Truck Equipment Inc.; and

 

WHEREAS, the 55 Foot Bucket Truck with Hybrid Electric System will be used to service street lighting and electrical power lines; and

 

WHEREAS, it has become necessary in the usual daily operation of the Department of Public Utilities to authorize the Director of Finance and Management to enter into a contract with Utility Truck Equipment, Inc. in accordance with the terms, conditions and specifications of Solicitation Number RFQ006761 on file in the Purchasing Office;  now, therefore,

 

BE IT ORDAINED 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 for Items #10, 20, 30 and 50, only, to Utility Truck Equipment Inc. for a 55 Foot Bucket Truck with Hybrid Electric System for the Division of Power in accordance with RFQ006761 specifications on file in the Purchasing Office.

 

SECTION 2.  That the expenditure of $341,735.00 or as much thereof as may be needed is hereby authorized in Fund 6300 (Power Operating); in Object Class 06 Capital Outlay per the accounting codes in the attachment to this ordinance.

 

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 this Ordinance shall take effect and be in force from and after the earliest period allowed by law.