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.