Columbus, Georgia

Georgia's First Consolidated Government

Post Office Box 1340
Columbus, Georgia, 31902-1340
(706) 653-4013
fax (706) 653-4016

Council Members

Agenda Item # 9





Columbus Consolidated Government



Council Meeting



March 27, 2012





Agenda Report # 033







TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department







(A) TRACTORS WITH CUTTERS ? GEORGIA STATEWIDE CONTRACT



It is requested that Council authorize the purchase of two (2) tractors with

cutters for the Public Services Department, via Georgia State Contract,

#SPD0000043-0007, from Lashley Tractor Sales, Inc., (Lithonia, GA) in the

amount of $35,035.28.



Two tractors with cutters were approved in the FY12 Budget. They are new units

and will be used by the Rainwater Division, of the Public Services Department,

to cut the watersheds for weed control.



Funds are budgeted in the FY12 Budget: Sewer Fund ? Public Services ? Sewer

Maintenance ? Capital Expend ? Over $5,000; 0202-260-3210-SWRM-7761.



* * * * * *



(B) PINE GROVE MUNICIPAL SOLID WASTE LANDFILL PHASE 4 : CELLS 4A, 4B, 4C, 4D,

4E, 4F, 4G AND 4H ? RFB NO. 12-0035



It is requested that Council authorize the execution of a construction contract

with Peed Bros., Inc., in the amount of $ 2,584,954.25 for Phase 4 construction

of Pine Grove Landfill.



The Project will consist of clearing and grubbing; earthwork (cut/fill) to

subbase elevations; placement of 24-inch thick liner base with permeability not

to exceed 1 x 10-7 cm/sec., or GCL with a 24-inch thick base liner with a

permeability not to exceed 1 x 10-5 cm/sec. and placement of either a 24-inch

thick leachate collection layer with a permeability no less than 1 x 10-2

cm/sec. or placement of geonet and 24 inches of a soil layer with no specified

permeability; a 60 mil HDPE geomembrane liner over 16.1 acres; the construction

of 1,300 feet of 24-foot gravel access road; installation of erosion control

devices; installation of a stormwater protection layer; installation of

underdrain and leachate collection, and force main piping.



Per RFQ No. 12-0001, the City accepted applications for vendors to pre-qualify

to bid the project. The Purchasing Division received twelve (12)

applications; the Public Services Department and the City?s consultant

pre-qualified eleven (11) of the applicants on November 14, 2011. Richardson

Construction Company was not qualified because the company had not completed

three landfill projects, which was a requirement for technical experience, and

did not meet the corporation experience criteria. The Purchasing Division

submitted it findings to Richards Construction Company and allowed the vendor

to refute the findings. Richardson Construction Company did not respond to the

letter.



Bid postcard invitations were mailed to the eleven pre-qualified vendors and

specifications were posted on the web page of the Purchasing Division. A

non-mandatory pre-bid conference/site visit was held on February 16, 2012;

representatives from nine (9) of the pre-qualified vendors were in attendance,

as well as, representatives of four (4) subcontractors.



The Purchasing Division received bids from seven (7) pre-qualified vendors on

March 7, 2012. This bid has been advertised, opened and reviewed. The bidders

were:





BIDDER OPTION A OPTION B DBE PARTICIPATION

Peed Bros., Inc.

(Butler, GA) 2,584,954.25 N/A 14.67%

Southeast Environmental Contracting

(Hahira, GA) 2,586,629.50 N/A 10.25%

Glover Construction Company

(Pleasant Hill, NC) 3,242,694.00 N/A 10.00%

T & K Construction LLC

(Vinemont, AL) N/A 3,364,589.50 1.25%

Cooper, Barnette & Page

(Statham, GA) N/A 3,378,758.87 19.75%

Brad Cole Construction Co.

(Carrollton, GA) N/A 3,497,426.70 8.25%

Morgan Corporation

(Spartanburg, SC) N/A 4,128,879.45 8.50%



Funds are budgeted in the FY12 Budget: Integrated Waste Management Fund -

Capital Projects - General Construction - Pine Grove MSW Landfill Phase 4;

0207-660-4000-CPIW-6561-20726-20120.



* * * * * *



(C) PURSUIT VEHICLES



It is requested that Council authorize the additional purchase of thirty-two

(32) pursuit vehicles (2012 Dodge Chargers with Police Package), from Carl

Gregory Dodge, (Columbus, GA), in the amount of $749,831.00.



Pursuit vehicles were approved in the FY12 Mid-Year Budget for the following

departments: two (2) vehicles will be used by the Fire/EMS Department;

twenty-one (21) vehicles will be used by the Police Department; eight (8)

vehicles will be used by the Sheriff?s Office; and one (1) vehicle will be used

by the Marshal?s Office. These are replacement vehicles.



Carl Gregory Dodge was the awarded vendor for RFB 12-0004, Dodge Chargers with

Police Package. Carl Gregory Dodge has agreed to provide the additional

pursuit vehicles for the same, awarded bid price of $22,653.00, per unit, for a

total of $724,896.00. The bid, which was for the Marshal?s Office, only

required black paint. Therefore, twenty-three (23) of the additional vehicles

will require special paint, per department, at an additional cost as follows:



DESCRIPTION QUANTITY UNIT COST TOTAL COST

DODGE CHARGERS WITH POLICE PACKAGE 32 $22,653.00 $724,896.00

ADDITIONAL PAINT COST PER UNIT / DEPARTMENT

FIRE DEPT: RED 2 $445.00 $890.00

MARSHAL: BLACK 1 $0.00 $0.00

SHERIFF: WHITE 8 $0.00 $0.00

POLICE DEPT: 2-TONE (BLUE/WHITE) 21 $1,145.00 $24,045.00

SUBTOTAL FOR ADDITIONAL PAINT COSTS (23 VEHICLES) $24,935.00

GRAND TOTAL VEHICLE COSTS, INCLUDING SPECIAL PAINT $749,831.00



Funds are budgeted in the FY12 Mid-Year Budget as follows:

Fire/EMS ? LOST-Public Safety Fund ? Fire & EMS ? Public Safety-LOST ?

Automobiles; 0102 ? 410 ? 9900 ? LOST ? 7721.



Police ? LOST-Public Safety Fund ? Police ? Public Safety-LOST ? Automobiles;

0102 ? 400 ? 9900 ? LOST ? 7721.



Sheriff?s Office ? LOST-Public Safety Fund ? Sheriff ? Public Safety-LOST ?

Automobiles; 0102 ? 550 ? 9900 ? LOST ? 7721.



Marshal?s Office ? LOST-Public Safety Fund ? Municipal Court ? Public

Safety-LOST ? Automobiles; 0102 ? 530 ? 9900 ? LOST ? 7721.



* * * * * *



(D) PAINT (INTERIOR /EXTERIOR) AND ASSOCIATED SUPPLIES



It is requested that Council approve the purchase of Paint (interior/exterior)

and associated supplies from Sherwin - Williams, for the annual estimated

contract value of $25,000.00. The purchases will be made via Georgia Statewide

Contract, SWC90794, through March 14, 2013, and any additional contract

renewals awarded by the State.



In addition to paint products, the State contract also includes a 30% discount

off of Sherwin - Williams associated supplies such as paintbrushes and etc.



The paint supplies will be purchased on an ?as needed basis? by Facilities

Maintenance Division and other departments for the upkeep of City buildings.



Funds are budgeted each fiscal year for this ongoing expense: General Fund -

Public Services - Other Maintenance /Repairs ? Facilities Maintenances ?

Building Maintenance ? Parks & Recreation, Public Safety, General Government;

0101-260-3710-MNTN-6527, 6528, 6529.



* * * * * *



(E) FLATBED DUMP TRUCK BODIES



It is requested that Council authorize the purchase of four (4) flatbed dump

truck bodies from Transport Equipment Co., (Albany, GA) in the amount of

$37,740.00.



Two (2) 7-yard dump trucks were approved in the FY12 Budget at a cost of

$78,400.00 per unit. The Public Services Department, Urban Forestry and

Beautification Division, would like to substitute four (4) flatbed dump trucks

for the two (2) 7-yard dump trucks. The dump truck bodies will be mounted on

cab and chassis (which have already been purchased) to become replacement

flatbed dump trucks. The vehicles will be used by the Urban Forestry and

Beautification Division, of the Public Services Department, to haul debris and

soil from job sites. The flatbed dump trucks better serve the mission of the

Urban Forestry and Beautification Division, and are less expensive than the

7-yard dump trucks. These are replacement vehicles.



Transport Equipment Co., was the awarded vendor for RFB 11-0044, Flatbed Dump

Truck (Body). Transport Equipment Co., has agreed to provide the four (4)

additional dump truck bodies for the same, awarded bid price of $9,435.00 per

unit, for a grand total of $37,740.00.



Fleet Management requested that the vendor make the following changes: add body

length to 10.6 (127.2), add Trafcon Industries Arrow Board, remove Auto Crane

Econo-Ton II Crane, remove Tool Box. Transport Equipment Co., agreed to make

the changes at no additional cost.



This vehicle is not listed on the Georgia Statewide Contract.



Funds are budgeted in the FY12 Budget as follows: Paving Fund ? Public

Services ? Urban Forestry and Beautification Right-of-Way Maintenance ? Light

Trucks; 0203-260-3120-ROWM-7722.



* * * * * *



(F) TANDEM DUMP TRUCKS



It is requested that Council authorize the purchase of two (2) tandem dump

truck cab & chassis from Beck Motor Company, Inc., (Albany, GA) in the amount

of $233,986.00; and two (2) tandem dump truck bodies from Transport Equipment

Co., Inc., (Albany, GA) in the amount of $28,900.00.



These vehicles were approved for purchase in the FY12 Mid-Year Budget, and will

be used by the Street Improvements Division, of the Public Services Department,

to haul debris from job sites to the landfill. These are replacement vehicles.



Beck Motor Company, Inc,. was the awarded vendor for RFB 11-0063, Commercial

Logging Trash Loader (Cab and Chassis). Beck Motor Company, Inc., has agreed

to provide the additional cab and chassis for the same, awarded bid price of

$116,993.00 per unit, for a total price of $233,986.00.



Transport Equipment Co., Inc., was the awarded vendor for RFB 11-0047,

16/18-Yard Dump Truck (Body). Transport Equipment Co., Inc., has agreed to

provide the additional dump truck bodies for the same, awarded bid price of

$14,450.00 per unit, for a total price of $28,900.00.



This vehicle is not listed on the Georgia Statewide Contract.



Funds are budgeted in the FY12 Mid-Year Budget as follows: Paving Fund ?

Public Services ? Street Improvements ? Heavy Trucks; 0203-260-2100-STRT-7723.



* * * * * *



(G) CAB & CHASSIS FOR FLATBED DUMP TRUCK



It is requested that Council authorize the purchase of one (1) Cab and Chassis

from Carl Gregory Dodge-C-J, (Columbus, GA) in the amount of $25,123.00.



This vehicle was approved for purchase in the FY12 Budget. The Cab and Chassis

will be attached to a flatbed dump body (which has already been purchased) and

the vehicle will be used by the Rainwater Division, of the Public Services

Department, to transport equipment and supplies from job site to job site.

This is a replacement vehicle.



Carl Gregory Dodge-C-J was the awarded vendor for RFB 11-0044, Flatbed Dump

Truck (Cab and Chassis). Carl Gregory Dodge-C-J has agreed to provide the

additional cab and chassis for the same, awarded bid price of $25,123.00.



This vehicle is not listed on the Georgia Statewide Contract.



Funds are budgeted in the FY12 Budget as follows: Sewer Fund ? Public Services

? Sewer Maintenance ? Light Trucks; 0202-260-3210-SWRM-7722.



* * * * * *



(H) ONE (1) 2012 FREIGHTLINER M2 TYPE I MEDIUM DUTY AMBULANCE



It is requested that Council approve the purchase of one (1) 2012 Freightliner

M2 Type I, 4x2 medium duty ambulance from Peach State Ambulance, Inc., (Tyrone,

GA) in the amount of $169,691.00.



The replacement unit was approved in the FY12 Mid-Year Budget, and will be used

by the Department of Fire/EMS to provide immediate medical assistance and

transport patients.



To accomplish this purchase, the Department of Fire & EMS is participating in

Bid No 11-10-1202 administered by the Florida Fire Chief?s Association, the

Florida Sheriff?s Association and the Florida Association of Counties. The

cooperative bid was administered by the aforementioned organizations to be

extended and guaranteed to any and all units of local governments and public

safety agencies. The bid contract covers the period of January 1, 2012

through December 31, 2012. The procurement process administered by the

entities in the State of Florida meets the procurement requirements of Columbus

Consolidated Government. The City?s Procurement Ordinance, Article 9-101,

?Cooperative Purchasing Authorized,? allows for participation in this Bid.

Wheeled Coach Industries is one of the awarded manufacturers. Peach State

Ambulances is the Georgia authorized dealer for Wheeled Coach Industries.

Peach State Ambulances, Inc., has agreed to provide the ambulances to the City

under the same contract.



Funds are budgeted in the FY12 Mid-Year Budget: LOST - Public Safety Fund ?

Fire & EMS ? Public Safety-LOST ? Heavy Trucks; 0102-410-9900-LOST-7723







?ITEM A?



A RESOLUTION



NO.____





A RESOLUTION AUTHORIZING THE PURCHASE OF TWO (2) TRACTOR WITH CUTTERS, VIA

GEORGIA STATE CONTRACT, #SPD0000043-0007, FROM LASHLEY TRACTOR SALES,

(LITHONIA, GA), IN THE AMOUNT OF $35,035.28.



WHEREAS, the tractors with cutters were approved in the FY12 Budget. They

are new units and will be used by the Rainwater Division, of the Public

Services Department, to cut the watersheds for weed control.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS

FOLLOWS:



That the City Manager is hereby authorized to purchase two (2) Tractors

with Cutters from Lashley Tractor Sales, Inc., (Lithonia, GA), in the amount

of $35,035.28. Funds are budgeted in the FY12 Budget: Sewer Fund ? Public

Services ? Sewer Maintenance ? Capital Expend ? Over $5,000;

0202-260-3210-SWRM-7761.

________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

_________ day of ____________________, 2012 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





__________________________________ _____________________________

Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM B?



A RESOLUTION



NO._______



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH PEED

BROS., INC., IN THE AMOUNT OF $2,584,954.25 FOR PHASE 4 CONSTRUCTION OF PINE

GROVE LANDFILL.



WHEREAS, the Project will consist of clearing and grubbing; earthwork

(cut/fill) to subbase elevations; placement of 24-inch thick liner base with

permeability not to exceed 1 x 10-7 cm/sec., or GCL with a 24-inch thick base

liner with a permeability not to exceed 1 x 10-5 cm/sec. and placement of

either a 24-inch thick leachate collection layer with a permeability no less

than 1 x 10-2 cm/sec. or placement of geonet and 24 inches of a soil layer with

no specified permeability; a 60 mil HDPE geomembrane liner over 16.1 acres; the

construction of 1,300 feet of 24-foot gravel access road; installation of

erosion control devices; installation of a stormwater protection layer;

installation of underdrain and leachate collection, and force main piping.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS

FOLLOWS:



That the City Manager is hereby authorized to execute a construction

contract with Peed Bros., Inc., in the amount of $ 2,584,954.25 for Phase 4

construction of Pine Grove Landfill. Funds are budgeted in the FY12 Budget:

Integrated Waste Management Fund - Capital Projects - General Construction -

Pine Grove MSW Landfill Phase 4; 0207-660-4000-CPIW-6561-20762-20120.

_____________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

_________ day of ____________________, 2012 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_________________________________ _____________________________

Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM C?



A RESOLUTION



NO.____



A RESOLUTION AUTHORIZING THE PURCHASE OF THIRTY-TWO (32) PURSUIT

VEHICLES (2012 DODGE CHARGERS WITH POLICE PACKAGE), FROM CARL GREGORY DODGE-C-J

(COLUMBUS, GA), IN THE AMOUNT OF $749,831.00.

WHEREAS, the pursuit vehicles were approved in the FY12 Mid-Year Budget

and will be used by the following departments: two (2) vehicles will be used

by the Fire/EMS Department; twenty-one (21) vehicles will be used by the Police

Department; eight (8) vehicles will be used by the Sheriff?s Office; and one

(1) vehicle will be used by the Marshal?s Office. These are replacement

vehicles.

WHEREAS, Carl Gregory Dodge-C-J was the awarded vendor for RFB 12-0004 Dodge

Chargers with Police Package, and has agreed to provide the thirty-two (32)

additional pursuit vehicles for the awarded bid price of $22,653.00 per unit,

for a total amount of $724,896.00, plus additional paint costs totaling

$24,935.00, for a grand total of $749,831.00; and,

NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:

That the City Manager is hereby authorized to purchase thirty-two (32) 2012

Dodge Chargers with Police Package, including special paint costs, from Carl

Gregory Dodge-C-J, (Columbus, GA) in the amount of $749,831.00.

Funds are budgeted in the FY12 Mid-Year Budget as follows:

Fire/EMS ? LOST-Public Safety Fund ? Fire & EMS ? Public Safety-LOST ?

Automobiles; 0102 ? 410 ? 9900 ? LOST ? 7721.

Police ? LOST-Public Safety Fund ? Police ? Public Safety-LOST ? Automobiles;

0102 ? 400 ? 9900 ? LOST ? 7721.

Sheriff?s Office ? LOST-Public Safety Fund ? Sheriff ? Public Safety-LOST ?

Automobiles; 0102 ? 550 ? 9900 ? LOST ? 7721.

Marshal?s Office ? LOST-Public Safety Fund ? Municipal Court ? Public

Safety-LOST ? Automobiles; 0102 ? 530 ? 9900 ? LOST ? 7721.



____________



Introduced at a regular meeting of the Council of Columbus, Georgia, held

the _________ day of ____________, 2012 and adopted at said meeting by the

affirmative vote of _________ members of said Council.

Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_________________________________ _____________________________

Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM D?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF PAINT (INTERIOR/EXTERIOR) AND

ASSOCIATED SUPPLIES FROM SHERWIN-WILLIAMS, FOR THE ANNUAL ESTIMATED CONTRACT

VALUE OF $25,000.00. THE PURCHASES WILL BE MADE VIA GEORGIA STATEWIDE

CONTRACT, SWC90794, THROUGH MARCH 14, 2013, AND ANY ADDITIONAL CONTRACT

RENEWALS AWARDED BY THE STATE.



WHEREAS, the State Contract also includes a 30% discount off of Sherwin

- Williams associated supplies such as paintbrushes and etc.; and,



WHEREAS, Georgia Statewide contracts are approved for use by local

governments, and meet the requirements of the City?s procurement ordinance.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS

FOLLOWS:



That the City Manager is hereby authorized to purchase Paint (Interior

/Exterior) and associated supplies from Sherwin - Williams, for the annual

estimated contract value of $25,000.00. The purchases will be made via Georgia

Statewide Contract, SWC90794, through March 14, 2013, and any additional

contract renewals awarded by the State. Funds are budgeted each fiscal year

for this ongoing expense: General Fund - Public Services - Other Maintenance

/Repairs ? Facilities Maintenances ? Building Maintenance ? Parks & Recreation,

Public Safety, General Government; 0101-260-3710-MNTN-6527, 6528, 6529.

________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

_________ day of ____________________, 2012 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_________________________________ _____________________________

Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM E?



A RESOLUTION



NO.____



A RESOLUTION AUTHORIZING THE PURCHASE OF FOUR (4) FLATBED DUMP TRUCK

BODIES, FROM TRANSPORT EQUIPMENT CO., (ALBANY, GA) IN THE AMOUNT OF $37,740.00.



WHEREAS, Transport Equipment Co. was the awarded vendor for RFB 11-0044,

Flatbed Dump Truck (Body). Transport Equipment Co., has agreed to provide the

four (4) additional dump truck bodies for the same, awarded bid price of

$9,435.00 per unit, for a grand total of $37,740.00; and,



WHEREAS, the dump truck bodies will be mounted on cab and chassis (which have

already been purchased) to become replacement flatbed dump trucks. The

vehicles will be used by the Urban Forestry and Beautification Division, of the

Public Services Department to haul debris and soil from job sites.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to purchase four (4) flatbed

dump truck bodies from Transport Equipment Co., (Albany, GA) in the amount of

$9,435.00 per unit, for a grand total of $37,740.00. Funds are budgeted in

the FY12 Budget as follows: Paving Fund ? Public Services ? Urban Forestry and

Beautification Right-of-Way Maintenance ? Light Trucks; 0203-260-3120-ROWM-7722.

______________



Introduced at a regular meeting of the Council of Columbus, Georgia, held

the _________ day of ____________, 2012 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_________________________________ _____________________________

Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM F?



A RESOLUTION



NO.____



A RESOLUTION AUTHORIZING THE PURCHASE OF TWO (2) TANDEM DUMP TRUCK CAB

& CHASSIS, FROM BECK MOTOR COMPANY, INC., (ALBANY, GA) IN THE AMOUNT OF

$233,986.00; AND TWO (2) TANDEM DUMP TRUCK BODIES, FROM TRANSPORT EQUIPMENT

CO., INC., (ALBANY, GA) IN THE AMOUNT OF $28,900.00.



WHEREAS, these vehicles were approved for purchase in the FY12 Mid-Year Budget,

and will be used by the Street Improvements Division, of the Public Services

Department, to haul debris and soil from job sites to the landfill. These are

replacement vehicles; and,



WHEREAS, Beck Motor Company, Inc., was the awarded vendor for RFB 11-0063,

Commercial Logging Trash Loader (Cab and Chassis). Beck Motor Company, Inc.,

has agreed to provide the two (2) additional dump truck cab & chassis for the

same, awarded bid price of $116,993.00 per unit, for a grand total of

$233,986.00; and,



WHEREAS, Transport Equipment Co., Inc., was the awarded vendor for RFB 11-0047,

16/18-Yard Dump Truck (Body). Transport Equipment Co., Inc., has agreed to

provide the two (2) additional dump truck bodies for the same, awarded bid

price of $14,450.00 per unit, for a grand total of $28,900.00.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to purchase two (2) tandem

dump truck cab & chassis from Beck Motor Company, Inc., in the amount of

$233,986.00; and two (2) tandem dump truck bodies from Transport Equipment Co.,

Inc., in the amount of $28,900.00. Funds are budgeted in the FY12 Mid-Year

Budget as follows: Paving Fund ? Public Services ? Street Improvements ? Heavy

Trucks; 0203-260-2100-STRT-7723.

________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held

the _________ day of ____________, 2012 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_________________________________ _____________________________

Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM G?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) FLATBED DUMP TRUCK CAB

& CHASSIS, FROM CARL GREGORY DODGE-C-J, (COLUMBUS, GA) IN THE AMOUNT OF

$25,123.00.



WHEREAS, the Cab and Chassis is a replacement vehicle and will be attached to a

flatbed dump body (which has already been purchased). The vehicle will be used

by the Rainwater Division, of the Public Services Department to transport

equipment and supplies from job site to job site; and,



WHEREAS, Carl Gregory Dodge-C-J was the awarded vendor for RFB 11-0044, Flatbed

Dump Truck (Cab and Chassis). Carl Gregory Dodge-C-J has agreed to provide the

additional cab and chassis for the same, awarded bid price of $25,123.00.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to purchase one (1) Flatbed

Dump Truck Cab & Chassis from Carl Gregory Dodge-C-J, (Columbus, GA) in the

amount of $25,123.00. Funds are budgeted in the FY12 Budget as follows:

Sewer Fund ? Public Services ? Sewer Maintenance ? Light Trucks;

0202-260-3210-SWRM-7722.

_________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held

the _________ day of ____________, 2012 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_________________________________ _____________________________

Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM H?

A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) 2012 FREIGHTLINER M2 TYPE I,

4X2 MEDIUM DUTY AMBULANCE FROM PEACH STATE AMBULANCE, INC., (TYRONE, GA) IN THE

AMOUNT OF $169,691.00.



WHEREAS, the replacement unit was approved in the FY12 Mid-Year Budget, and

will be used by the Department of Fire/EMS to provide immediate medical

assistance and transport patients; and,



WHEREAS, to accomplish this purchase the Fire & EMS Department is participating in Bid

No. 11-10-1202 administered by the Florida Fire Chief?s Association, the

Florida Sheriff?s Association and the Florida Association of Counties. The

cooperative bid was administered by the aforementioned organizations to be

extended and guaranteed to any and all units of local governments and public

safety agencies; and,



WHEREAS, the bid contract covers the period of January 1, 2012 through December

31, 2012. The procurement process administered by the entities in the State of

Florida meets the procurement requirements of Columbus Consolidated

Government. The City?s Procurement Ordinance, Article 9-101, ?Cooperative

Purchasing Authorized,? allows for participation in this Bid. Wheeled Coach

Industries is one of the awarded manufacturers. Peach State Ambulances is the

Georgia authorized dealer for Wheeled Coach Industries. Peach State

Ambulances, Inc., has agreed to provide the ambulances to the City under the

same contract.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to purchase one (1) 2012

Freightliner M2 Type I, 4x2 medium duty ambulance from Peach State Ambulance,

Inc., (Tyrone, GA) in the amount of $169,691.00. Funds are budgeted in the

FY12 Mid-Year Budget: LOST - Public Safety Fund ? Fire & EMS ? Public

Safety-LOST ? Heavy Trucks; 0102-410-9900-LOST-7723



_________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held

the _________ day of ____________, 2012 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_________________________________ _____________________________

Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor





Attachments


No attachments for this document.

Back to List