header-left
File #: 2011-2020    Version: 1
Type: Ordinance Status: Passed
File created: 9/1/2020 In control: Public Utilities Committee
On agenda: 10/5/2020 Final action: 10/8/2020
Title: To authorize the Director of Finance and Management to enter into a contract with Esec Corporation for the purchase of one (1) Diesel Powered Semi Tractor Truck for the Division of Sewerage and Drainage; and to authorize the expenditure of $134,831.00 from the Sewer System Operating Fund. ($134,831.00)
Attachments: 1. ORD#2011-2020Financial Coding, 2. ORD#2011-2020 Rec Letter.pdf, 3. ORD#2011-2020 Bid Tab.pdf, 4. ORD#2011-2020 (2)RFQ016048 Bid tab.pdf, 5. ORD#2011-2020Information.pdf, 6. ORD#2011-2020Fleet Approval.PDF, 7. ORD#2011-2020 Director Approval.PDF

Explanation

 

BACKGROUND:  This legislation authorizes the Director of Finance and Management to enter into a contract with Esec Corporation for the purchase and delivery of one (1) diesel powered, tandem axle, semi-tractor truck chassis with a minimum G.V.W. rating of 60,000 pounds equipped with an air slide fifth wheel.  The truck shall be suitable to pull a 55 cubic yard sludge transfer trailer for the Division of Sewerage and Drainage.  The Diesel Powered Semi Tractor Truck will be used by the Division of Sewerage and Drainage, Compost Facility to transport raw materials from the wastewater treatment plants at Southerly and Jackson Pike to the Compost Facility location and other outlets for processing.  This purchase was approved by Fleet and will be replacing BT#23518.

 

The Purchasing Office advertised and solicited competitive bids in accordance with the relevant provisions of City Code Chapter 329 relating to competitive bidding (RFQ016048).  Thirty-two (32) vendors were solicited and three (3) bids were received and opened on August 13, 2020.  After a review of the bids, the apparent low bidder is Columbus Truck and Equipment Center LLC in the amount of $123,768.00, however they did not meet the following specifications:

 

                                          3.3 Semi Tractor                                                                           Requested Specification                    Submitted Specification

                          3.3.2.1 Wheelbase                                                               Min. 200’ - Max. 210”                              213 inches

           3.3.7.5 Fifth Wheel Height                                                 Min. 46” - Max. 48”                                                    49 inches

           3.3.13.19 Horn Mount                                                                      Under deck mount                                                    Roof mount only                     

                                                    

The second lowest bidder was Fyda Freightliner Columbus, Inc. with a bid amount of $125,896.00.  They did not meet the following specification:

 

                                 3.3 Semi Tractor                                                                                    Requested Specification                                          Submitted Specification

                             3.3.8.4 Brake dust shields                                                                               Front and rear shields                                                                    No rear dust shields

 

Therefore, Columbus Truck and Equipment Center LLC. and Fyda Freightliner Columbus, Inc. are considered non-responsive.  The third lowest bidder was Esec Corporation in the amount of $134,831.00 and has been deemed the lowest responsive and responsible and best bidder for all items.

 

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:  Esec Corporation     Vendor#006602     CC#34-1285858     Expires 4/15/21     Majority Status  

 

FISCAL IMPACT:  $134,831.00 is required and budgeted for this purchase. 

 

$123,154.00 was spent in 2019

$0.00 was spent in 2018

 

 

Title

 

To authorize the Director of Finance and Management to enter into a contract with Esec Corporation for the purchase of one (1) Diesel Powered Semi Tractor Truck for the Division of Sewerage and Drainage; and to authorize the expenditure of $134,831.00 from the Sewer System Operating Fund.  ($134,831.00)

 

 

Body

 

WHEREAS, the Purchasing Office opened formal bids on August 13, 2020 for one (1) Diesel Powered Semi Tractor Truck for the Division of Sewerage and Drainage; and

 

WHEREAS, the Diesel Powered Semi Tractor Truck will be used at the Division of Sewerage and Drainage, Compost Facility and will be replacing BT#23518; and 

 

WHEREAS, the Division of Sewerage and Drainage recommends an award be made to the lowest responsive and responsible and best bidder, Esec Corporation for all items. The apparent low bidder is Columbus Truck and Equipment Center LLC in the amount of $123,768.00 however they did not meet the specifications.  The second lowest bidder was Fyda Freightliner Columbus, Inc. with a bid amount of $125,896.00 they did not meet specifications, therefore, they are both non-responsive; 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 Esec Corporation in accordance with the terms, conditions and specifications of Solicitation RFQ016048 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 enter into a contract with Esec Corporation for the purchase of one (1) Diesel Powered Semi Tractor Truck for the Division of Sewerage and Drainage, in accordance with specifications on file in the Purchasing Office.

 

SECTION 2.  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 3.  That the expenditure of $134,831.00 or so much thereof as may be needed, is hereby authorized in Fund 6100 (Sewer System Operating), in object class 06, Capital Outlay per the accounting codes in the attachment to this ordinance.

 

SECTION 4.  That this ordinance shall take effect and be in force from and after the earliest period allowed by law.