Agenda Item # 1
Columbus Consolidated Government
Council Meeting
June 8, 2010
Agenda Report # 515
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) FULL SIZE EXTENDED LENGTH (EL) BODY SUV 4x4 ? RFB NO. 10-0056
It is requested that Council authorize the purchase of one (1) Full Size
Extended Length (EL) Body SUV 4x4 from Prater Ford Mercury (Calhoun, Georgia),
in the amount of $27,316.00.
The Full Size Extended Length (EL) Body SUV 4x4 is a replacement unit. The
Engineering Department will use the vehicle while inspecting construction sites.
Bid postcard invitations were mailed to sixty-four vendors and bid
specifications were posted on the City?s website. The bid specifications were
also posted on the Georgia Procurement website. Bid responses were received on
May 12, 2010 from seven (7) bidders. This bid has been advertised, opened and
reviewed. The bidders were:
Vendors Bid Amount
1. Prater Ford-Mercury, Inc. (Calhoun, GA) $27,316.00
2. Allan Vigil Ford-Lincoln-Mercury (Morrow, GA) $27,640.00
3. Rivertown Ford (Columbus, GA) $27,643.80
4. Lowcountry Ford-Mercury, Inc. (Summerville, SC)1 $28,482.00
5. Mike Davidson Ford (Jacksonville, FL) $30,910.00
6. Jay Buick GMC Inc. (Columbus, GA) $34,491.00
7. Lou Sobh Pontiac Buick GMC Inc. (Duluth, GA)2 $37,989.00
1The denoted vendor failed to include product literature and warranty
information, which were submittal requirements. Therefore, the vendor?s bid was
deemed incomplete.
2The denoted vendor failed to include Warranty information, which was a
submittal requirement. Therefore, the vendor?s bid was deemed incomplete.
The Georgia State Contract price for a Full Size Extended Length (EL) Body SUV
4x4 is $28,513.00.
Funds are budgeted in the FY10 Budget: Paving Fund ? Public Services ?
Engineering ? Highways and Roads ? Light Trucks; 0203 ? 250 ? 2200 ? ROAD ? 7722
* * * * * *
(B) PLAYGROUND MULCH ? (ANNUAL CONTRACT) ? RFB NO. 10-0053
It is requested that Council approve the annual contract to purchase playground
mulch from Bliss Products and Services, Inc., for the estimated contract value
of $61,620.00. The playground mulch will be required on an ?as needed basis?
and will be used for protective surfacing under and around playground equipment
at various City parks.
The term of the contract shall be for two years, with the option to renew for
three (3) additional twelve-month periods. Contract renewal will be contingent
upon the mutual agreement of the City and the Contractor.
Bid specifications were posted on the City?s website and the Georgia
Procurement Registry. Bid responses were received on May 12, 2010 from six
bidders. This bid has been advertised, opened and reviewed. The bidders were:
Bliss Products and Services, Inc. (Sylvester, GA) $61,620.00
*Ready To Haul (Columbus, OH) 61,260.00
*The Rock Shop (Columbus, GA) 67,500.00
*Halsey Recreation (Greensboro, GA) 69,900.00
Southland Bulk Service, Inc. (Woodstock, GA) 79,440.00
*Flatrock Sand & Gravel (Columbus, GA) 90,000.00
*The bids submitted by Ready To Haul, The Rock Shop, Halsey Recreation and
Flatrock Sand & Gravel were deemed incomplete due to their failure to one of
the following required documents: Toxicity Test Data, IPEMA Certificate of
Compliance, Testing Data for ASTM and Company Business License.
Funds are budgeted each fiscal year for this on-going expense: General Fund -
Parks and Recreation ? Park Services ? Operating Materials;
0101-270-2100-PSRV-6728
* * * * * *
(C) PAPER & PLASTIC PRODUCTS (ANNUAL CONTRACT) ? RFB NO. 10-0050
It is requested that Council approve the purchase of assorted paper and plastic
products from Dade Paper Company, Southeastern Paper Group, COPACO and
Interboro Packing Corporation for the annual estimated contract value of
$174,398.30.
The products will be purchased on an ?as needed? basis, and will be used by
various City Departments. The contract term will be for two years with the
option to renew for three additional twelve-month periods. Renewal of the
contract is contingent upon the mutual agreement of the vendor and the City.
Bid specifications were posted on the City?s website and the Georgia
Procurement Registry. Bid responses were received on March 31, 2010 from the
following vendors: U.S Soft Wiping Cloth, Inc., A.V.M. Enterprises, Inc., Dyna
Pak Corporation, Fordion Packaging LTD, Central Poly Corporation, Interboro
Packaging Corporation, All American Poly, Key Maintenance Supply, Inc., Unipak,
Dade Paper Company, Xpedx, Amsam, Unisource, Robinson Supply, Copaco and
Southeastern Paper Group. This bid has been advertised, opened and reviewed.
Vendors had the option of bidding on all of the following sections of the bid:
Section I - Cups, Section II ? Plates/Dinning Utensils, Section III ?
Napkins/Tissue/Towels and Section IV ? Bags/Trash Can Liners. Contract award
was based on the lowest, responsible bidder by section or the lowest
responsible bidder overall. The successful vendors, per section, were:
Section I: Cups Dade Paper Co. (Austell, GA) $5,690.50
Section II: Plates/Dining Utensils Southeastern Paper Group (College Park, GA) $1657.30
Section III: Napkins/Tissues/Towels COPACO (Columbus, GA) $116,987.00
Section IV: Bags/Trash Can Liners Interboro Packaging Corp. (Montgomery, NY) $50,063.50
Annual Estimated Contract Value $174,398.30
Funds are budgeted each fiscal year for this ongoing expense: Various
Departments ? Operating Materials; 6728.
* * * * * *
(D) EDUCTOR TRUCKS ? RFP NO. 10-0008
It is requested that Council authorize the purchase of three (3) cab & chassis
for eductor trucks from Four Star Freightliner (Montgomery, AL), and three (3)
eductor bodies from Adams Equipment Company., Inc. (White Plains, GA). The
trucks will be used by the Rainwater Management Division of the Public Services
Department to clean and maintain the City?s storm sewer system for flood
control. One unit is a replacement unit. Two units are new.
Vendors could present a proposal on the Cab & Chassis, the Eductor Body, and/or
the complete unit.
Request for proposal invitations were mailed to forty-eight vendors and
specifications were posted on the City?s website. The RFP has been advertised,
opened and evaluated. Proposals were received, January 15, 2010, from the
following offerors:
Adams Equipment Company, Inc. (White Plains, GA)
Four Star Freightliner (Montgomery, AL)
Beck Motor Company (Albany, GA)
GapVax (Johnstown, PA)
Kenworth of Montgomery (Montgomery, AL)
Nalley Motor Trucks (Atlanta, GA)
Tractor & Equipment Company (Columbus, GA)
Trans Power, Inc. (Albany, GA)
Yancey Truck Centers (Albany, GA)
The proposals were reviewed by the Evaluation Committee members, which
consisted of representatives from the Fleet Management Division, Sewer
Maintenance Division and Rainwater Division of the Public Services Department.
Voting members consisted of representatives from the Fleet Management Division
and the Sewer Maintenance Division. Advisory members consisted of
representatives from the Fleet Management Division and the Rainwater Division.
The City?s Procurement Ordinance Article 3-110, Competitive Sealed Proposals
for the procurement of Equipment, Supplies and Professional Services, governs
the RFP Process. During the process of an RFP there is no formal opening, due
to the possibility of negotiated components of the proposal. In the event
Council does not approve the recommended offeror, no proposal responses or any
negotiated components are made public until after the award of the contract.
If Council does not approve the recommended offeror, negotiations may begin
with the next highest ranked vendor(s) or the RFP specifications will be
re-advertised. The evaluation results and cost information has been submitted
to the City Manager in a separate memo for informational purposes.
Funds are budgeted in the FY10 Budget: Sewer Fund ? Public Services ? Sewer
Maintenance ? Heavy Trucks; 0202-260-3210-SWRM-7723.
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE FULL SIZE EXTENDED LENGTH (EL)
BODY SUV 4X4 FROM PRATER FORD-MERCURY, INC., (CALHOUN, GA), IN THE AMOUNT OF
$27,316.00.
WHEREAS, the Full Size Extended Length (EL) Body SUV 4x4 is a replacement unit.
The Engineering Department will use the unit while inspecting construction
sites.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) Full Size
Extended Length (EL) Body SUV 4x4 from Prater Ford-Mercury, Inc., (Calhoun,
Georgia), in the amount of $27,316.00. Funds are budgeted in the FY10 Budget:
Paving Fund ? Public Services ? Engineering ? Highways and Roads ? Light
Trucks; 0203 ? 250 ? 2200 ? ROAD ? 7722.
___________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the ___________ day of ____________, 2010 and adopted at said meeting by
the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting .
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM B?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE ANNUAL CONTRACT FOR THE PURCHASE OF PLAYGROUND
MULCH FROM BLISS PRODUCTS AND SERVICES, INC., FOR THE ESTIMATED CONTRACT VALUE
AMOUNT OF $61,620.00.
WHEREAS, the playground mulch will be required on an ?as needed basis?
and will be used for protective surfacing under and around playground
equipment; and,
WHEREAS, the term of the contract period shall be for two years, with
the option to renew for three additional twelve-month periods, if agreeable to
both parties.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to enter into an annual
contract to purchase playground mulch from Bliss Products and Services, Inc.,
for the estimated contract value amount of $61,620.00. Funds are budgeted each
fiscal year for this on-going expense: General Fund - Parks and Recreation ?
Park Services ? Operating Materials; 0101-270-2100-PSRV-6728.
______________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting .
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM C?
A RESOLUTION
NO.___________
A RESOLUTION AUTHORIZING THE PURCHASE OF PAPER AND PLASTIC PRODUCTS FROM DADE
PAPER COMPANY, SOUTHEASTERN PAPER GROUP, COPACO AND INTERBRO PACKING
CORPORATION FOR THE ANNUAL ESTIMATED CONTRACT VALUE OF $174,398.30.
WHEREAS, the products will be purchased by various departments on an "as
needed" basis; and,
WHEREAS, the contract period will be for two years with the option to renew for
three additional twelve-month periods.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to enter into an annual contract to
purchase assorted paper and plastic products from Dade Paper Company,
Southeastern Paper Group, COPACO and Interboro Packing Corporation on an "as
needed basis" for the estimated contract value of $174,398.30. Funds are
budgeted each fiscal year for this on-going expense: Various Departments -
Operating Materials; 6728.
___________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting .
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM D?
A RESOLUTION
NO._____________
A RESOLUTION AUTHORIZING THE PURCHASE OF THREE (3) CAB & CHASSIS FOR EDUCTOR
TRUCKS FROM FOUR STAR FREIGHTLINER (MONTGOMERY, AL) AND THREE (3) EDUCTOR
BODIES FROM ADAMS EQUIPMENT COMPANY, INC. (WHITE PLAINS, GA) TO BE UTILIZED BY
THE RAINWATER DIVISION OF THE PUBLIC SERVICES DEPARTMENT.
WHEREAS, an RFP was administered (RFP 10-0008) and nine proposals were received
from qualified offerors; and,
WHEREAS, the proposal submitted by Four Star Freightliner met all proposal
requirements for the Cab & Chassis and was evaluated most responsive to the
RFP; and,
WHEREAS, the proposal submitted by Adams Equipment Company, Inc. met all
proposal requirements for the Eductor Body and was evaluated most responsive to
the RFP.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase three (3) cab &
chassis for eductor trucks from Four Star Freightliner (Montgomery, AL) and
three (3) eductor bodies from Adams Equipment Co., Inc. (White Plains, GA) for
the Rainwater Division of the Public Services Department. Funds are budgeted
in the FY10 Budget: Sewer Fund ? Public Services ? Sewer Maintenance ? Heavy
Trucks; 0202-260-3210-SWRM-7723.
_____________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ________________, 2010 and adopted at said meeting by
the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting .
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
Attachments
No attachments for this document.