Agenda Item # 4
Columbus Consolidated Government
Council Meeting
November 8, 2011
Agenda Report # 714
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) MTP RECYCLE CENTER INFRASTRUCTURE ? RFB NO. 12-0018
It is requested that Council authorize the execution of a contract with
Alexander Contracting Company, Inc., in the amount of $1,185,775.34, for
infrastructure construction at the Muscogee Technology Park Recycling Center.
Alexander Contracting Company, Inc., will construct an extension to Pine Grove
Road approximately 1200 linear feet in an easterly direction. The work also
includes the installation of water mains and a force main sewer.
Bid postcard invitations were mailed to fifty vendors and specifications were
posted on the web pages of the Purchasing Division and Georgia Procurement
Registry. Seven bids were received on October 19, 2011. This bid has been
advertised, opened and reviewed. The bidders were:
Contractor Total Bid
Alexander Contracting Company, Inc. (Columbus, GA) $ 1,185,775.34
Landmark Grading co., Inc. (Ft. Mitchell, AL) 1,196,107.44
Robinson Paving Company (Columbus, GA) 1,270,695.18
Peed Bros., Inc. (Butler, GA) 1,325,925.68
McMath-Turner Construction Co. (Columbus, GA) 1,378,575.99
Southeastern Site Development (Newnan, GA) 1,429,126.70
Crawford Grading & Pipeline (Luthersville, GA) 1,439,750.37
Funds are budgeted in the FY12 Budget: 1999 Sales Tax Project Fund ? 1999
SPLOST Road/Bridge/Street ? General Construction ? MTP-Utility Infrastructure;
0540-695-2126-TXRB-7661-53038-21020 and Special Projects-Capital Projects Fund
? Paving Fund Supported Capital Projects ? General Construction ? Sacerdote
Drive Extension; 0508-660-3000-CPPF-7661-21059-20120.
* * * * * * * *
(B) RESPIRATORS, 3M FR-M40B ? RFB NO. 12-0014
It is requested that Council authorize the purchase of fifty (50) 3M respirator
sets from Global Protection in the amount of $28,419.50.
The respirator sets include respirators (gas masks), filters, holster/pouch
systems and online medical evaluations. Columbus Police Department equips each
newly hired officer with a respirator set, which is a standard, necessary piece
of equipment.
Bid postcard invitations were mailed to one hundred and fifty-two vendors and
specifications were posted on the web pages of the Purchasing Division and
Georgia Procurement Registry. Seven bids were received on October 19, 2011.
This bid has been advertised, opened and reviewed. The bidders were:
Vendor Total Bid
Global Protection (West Berlin, NJ) $ 28,419.50
Aramasco, Inc. (Thorofare, NJ) 29,453.50
Fisher Scientific (Pittsburgh, PA) 32,468.00
Product Unlimited (Justin, TX) 32,641.00
Stag Enterprises (Ball Ground, GA) 37,586.50
Business Services Solutions (St. Petersburg, FL) 41,965.92
W. S. Darley & Co. (Itasca, IL) 44,400.00
Funds are budgeted in the FY12 Budget: LOST-Public Safety ? Police ? Capital
Expenditures under $5000; 0102 ? 400 ? 9900 ? LOST - 7763.
* * * * * * * *
(C) ArcGIS SOFTWARE LICENSE AND MAINTENANCE
It is requested that Council approve payment to ESRI (Redlands, California) in
the amount of $35,350.00, for the annual ArcGIS Software Maintenance and
License covering the period from November 16, 2011 through November 15, 2012.
ESRI is the developer of various software packages used by the GIS Division,
and other departments, for map generation, and for editing and maintaining the
City?s tax parcels, streets zoning and land use databases. Consequently, the
vendor is considered an Only Known Source for the maintenance and support of
the software, per Section 3-114 of the Procurement Ordinance.
Funds are budgeted in FY12 Budget: General Fund - Information Technology ?
Software Lease; 0101-210-1000-ISS-6541.
* * * * * * * *
(D) CHANGE ORDER 4 FOR ASPHALT REMOVAL, SEEDING AND LANDSCAPING PROJECT ?
COLUMBUS MAIN LIBRARY SITE
It is requested that Council authorize the execution of Change Order 4 with
McMath-Turner Construction Company in the amount of $17,480.00.
Per Resolution No. 145-11, Council authorized the execution of a contract with
McMath-Turner Construction Company for the asphalt removal, seeding and
landscaping project.
Change Order No. 4 covers temporary seeding and mulching of the site.
McMath-Turner Construction was delayed by the unforeseen conditions and the
final resolution of the to-be-constructed public road between the City Services
Building and the site. The contracted construction manager, Newton Aaron &
Associates, Inc., documents the Library Director and the Muscogee County School
District approved the scope and cost.
Document Description Amount
Original Contract Asphalt removal, seeding, landscaping, irrigation system and 1-year
landscape maintenance $ 559,909.51
Change Order 1 Unforeseen concrete and soil cement encountered during the work.
54,122.64
Change Order 2 Additional trees 33,933.00
Change Order 3 Transfer Station Road 104,049.00
Change Order 4 Temporary seeding and mulching of the site 17,480.00
New Contract Amount $ 769,494.15
Funds are budgeted in the FY12 Budget: 1999 Sales Tax Project Fund ? 99 SPLOST
Library/Other Projects ? General Construction: 0540 ? 695 ? 2120 ? TXLB ? 7661
? 50500 ? 20080.
* * * * * *
(E) DUMP TRUCK RENTAL (ANNUAL CONTRACT) - RFB NO. 12-0015
It is requested that Council approve the contract for the rental of
approximately 10 tandem dump trucks from Norwood Trucking, Inc., for the
estimated contract value of $60,000.00. The estimated contract value is based
on the amount the department has budgeted for the rental of dump trucks. The
vendor will provide trucks and operators, on an ?as needed basis,? which will
be used when City trucks are being serviced, or if an unforeseen project
arises. Public Services will rent the trucks for approximately ten weeks per
contract year. The contract term will be for three years.
Bid postcard invitations were mailed to twenty-two vendors and specifications
were posted on the web pages of the Purchasing Division and Georgia Procurement
Registry. Four bids were received on October 26, 2011. This bid has been
advertised, opened and reviewed. The bidders were:
Hourly Cost Weekly Cost
(Per Unit) (Per Unit)
Norwood Trucking, LLC (Waverly Hall, GA) $ 60.00 $ 2,400 (40 hrs)
Corey Williams (Columbus, GA) $ 62.50 $ 2,500 (40 hrs)
D.A.T. Trucking, Inc. (Smith, AL) $ 65.00 $ 2,600 (40 hrs)
Funds are budgeted each fiscal year for this on going expense: Integrated Waste
Management Fund - Public Services - Pine Grove Landfill - Contractual Services;
0207-260-3560-PGRO-6319.
* * * * * *
(F) HEATING & REFRIGERATION SUPPLIES (ANNUAL CONTRACT) ? RFB NO. 12-0007
It is requested that Council approve the purchase of heating and refrigeration
supplies, on an ?as needed basis?, from Refrigeration Supplies, Inc., D/B/A
Johnstone Supply, for the estimated annual contract value of $10,202.73.
Heating and refrigeration supplies will be used for maintenance purposes and
installation at City facilities.
The contract period will be for three years.
Bid postcard invitations were mailed to eighteen vendors and specifications
were posted on the web pages of the Purchasing Division and Georgia Procurement
Registry. Three bids were received on September 28, 2011. This bid has been
advertised, opened and reviewed. The bidders were:
VENDOR Vendor discount for non-listed items Total Contract Value
1. Refrigeration Supplies, Inc., D/B/A Johnstone Supply (Columbus, GA) 50% $
10,202.73
2. C.C. Dickson, Co. (Columbus, GA) 45% $ 14,153.75
3. Wittichen Supply Co. (Columbus, GA) 0% $ 10,316.13
Funds are budgeted each fiscal year for this on-going expense: General Fund -
Public Services ? Other Maintenance/Repairs ? Building Maintenance: Parks &
Recreation, Public Safety, and General Government; 0101-260-3710-REPA-6527,
6528 and 6529.
* * * * * *
(G) CATERPILLAR D6 BULLDOZER TRACTORS ? NATIONAL JOINT POWERS ALLIANCE (NJPA)
CONTRACT
It is requested that Council approve the purchase of two (2) 2012 Caterpillar
D6 Track Type bulldozer tractors via National Joint Powers Alliance (NJPA)
Contract #060311-CAT, from Yancey Brothers Caterpillar (Fortson, GA) in the
amount of $646,322.00 ($323,161.00 per unit).
The D6 bulldozer tractors are replacement units and will be used by the Street
Improvements Division of the Public Services Department to push dirt and clean
at job sites throughout Muscogee County.
The purchase will be accomplished via Request for Proposal (RFP) #060311,
initiated by the National Joint Powers Alliance (NJPA), whereby Caterpillar,
Inc., was one of the successful vendors contracted to provide Heavy
Construction Equipment Together With Related Accessories, Supplies, and
Services. The contract, which commenced July 19, 2011, is good through July
19, 2015. The National Joint Powers Alliance is a Service Cooperative created
by Minnesota Statute 123A.21. This statute was created in 1978 and revised in
1995 to allow participating governmental and municipal agencies to reduce the
cost of purchased goods by leveraging their combined purchasing power. The
NJPA bid process meets the Procurement Ordinance requirements for Columbus
Consolidated Government.
Two local vendors were awarded NJPA contracts for the specified equipment.
Both vendors were contacted for quotes. Flint Equipment Company (Columbus, GA)
quoted a John Deere 850K in the amount of $589,857.42 ($294,928.71 per unit).
However, the user unit determined that the 850K did not meet the needs of the
landfill. Flint Equipment Company was notified of this determination and given
the opportunity to respond.
Funds are budgeted in the FY12 Budget: Paving Fund ? Public Services ? Street
Improvements ? Off Road Equipment; 0203-260-2100-STRT-7725.
* * * * * *
(H) CHEVROLET TAHOE SUVs, or Equivalent ? RFB 12-0008 VARIOUS VEHICLES (OPTION
1)
It is requested that Council authorize the purchase of thirty-eight (38)
Chevrolet Tahoe SUVs, or equivalent, from Legacy Automotive of Columbus, LLC,
(Columbus, GA) in the amount of $996,692.50 ($26,228.75 per unit).
Thirty-two (32) of the vehicles will be used by the Columbus Police Department
as pursuit vehicles. Thirty (30) are new vehicles; two (2) are replacement
vehicles.
Six (6) of the vehicles will be used by the Sheriff?s Office as pursuit
vehicles. These are all new vehicles.
Bid postcard invitations were mailed to two-hundred-six vendors and bid
specifications were posted on the web page of the Purchasing Division and the
Georgia Procurement Registry. Six bids were received for Option 1: Chevrolet
Tahoe SUVs, or Equivalent, on October 5, 2011. This bid has been advertised,
opened and reviewed. The bidders were:
Submission Requirements Legacy Automotive of Columbus, LLC**
(Columbus, GA) Legacy Ford*
(McDonough, GA) Wade Ford*
(Smyrna, GA) Carl Black Buick Chevrolet GMC**
(Kennesaw, GA) Rivertown Ford*
(Columbus, GA) Hardy Chevrolet Pontiac Buick Inc. **
(Dallas, GA)
Option 1 -- Chevrolet Tahoe SUVs, or equivalent
Manufacturer/Make/Model 2012 GM Chevrolet Tahoe PPV 2012 Ford Expedition 2012 Ford Expedition
SSV 2012 Chevrolet Tahoe 2012 Ford
Expedition XL 2012 Chevrolet Tahoe, CC10706
Original Unit Cost $26,228.75 $23,750.00 $24,298.00 $25,174.00 $25,420.00 $26,467.00
38 Units - Original Total Cost $996,692.50 $902,500.00 $923,324.00 $956,612.00
$965,960.00 $1,005,746.00
Revised Unit Price NO CHANGE Withdrawn1 $26,217.00
38 Units - Revised Total Cost 2$996,692.50 $996,246.00
* These vendors failed to meet the bid specification requiring police pursuit
rating. They were notified in writing, and a vendor meeting was held for all
submitting vendors to allow them to voice their concerns. The Ford vendors
conceded that their bids did not meet this requirement.
** After reviewing the remaining bids submitted, Fleet Management deleted 4
line item requirements that were included in error, and requested that vendors
provide revised bid pricing (under sealed bid conditions) in reference to these
eliminations. The Revised Bid Pricing Forms were received on November 2, 2011.
1Carl Black Buick Chevrolet GMC withdrew their bid for this item.
2Legacy Automotive of Columbus, LLC is recommended due to 1% local preference.
The Georgia Statewide Contract price for this vehicle is $1,005,746.00.
Funds are budgeted in the FY12 Budget: Columbus Police Department (32
vehicles): LOST-Public Safety ? Police ? Public Safety-LOST ? Light Trucks;
0102 ? 400 ?9900 ? LOST ? 7722. Sheriff?s Office (6 vehicles): LOST-Public
Safety ? Sheriff ? Public Safety-LOST ? Automobiles; 0102 ? 550 ?9900 ? LOST ?
7721.
Emergency Purchases ? Information Only
Emergency Repair of Bulldozer:
On October 21, 2011, the Public Services Department requested approval for the
emergency repair of a bulldozer that is used at the Pine Grove landfill. At
the time of the emergency request, the landfill had one bulldozer and one
compactor functioning to move and compact garbage.
The bulldozer was purchased in 2005 years. The equipment is utilized on a
daily basis, eight (8) hours per day, and is operated by inmates. The cost of
a replacement bulldozer is estimated at $575.000.00.
The Public Services Department obtained a price quote for the repair of the
bulldozer from the manufacturer?s representative, Yancey Brothers, in the
amount $30,778.27. The City Manager approved the emergency repair on October
21, 2011.
Funds are budgeted in the FY12 Budget: Integrated Waste Management Fund ?
Public Services ? Pine Grove Landfill ? Auto Parts and Supplies;
0207-260-3560-PGRO-6721.
*****************
2. Emergency Repair of Boiler & Cooling Tower at Muscogee County Jail:
On September 20, 2011, the Public Services Department (Facilities Maintenance)
requested approval for the emergency repair of the boiler at the county jail.
This boiler supplies hot water for heat to the 84 Tower and Recorders Court.
The Facilities Maintenance Manager received a quote from Banks Boiler Service,
in the amount of $13,775.00, to replace all the tubes, gaskets and set the
combustion limits. The City Manager approved the emergency repair on September
20, 2011.
On October 25, 2011, the Facilities Maintenance Manager requested approval for
the emergency repair of the frequency drive for the cooling tower at the
Jail. Banks Boiler Company damaged the cooling tower while repairing the
boiler. The Facilities Maintenance Manager contacted Holbrook Service Company
to provide a quote to repair the frequency drive, which is $5,585.00. The City
Manager approved the repair on the frequency drive on October 25, 2011.
Banks Boiler Service has agreed to subtract the cost of the repair for the
frequency drive from their boiler repair cost as follows:
Original boiler repair cost $13,775
Frequency drive repair cost - 5,585
New boiler repair $8,190
Funds are budgeted in the FY12 Budget: General Fund ? Public Services ? Other
Maintenance Repairs ? Bldg. Maint. Public Safety ? Muscogee County
Jail/Recorders Court; 0101 ? 260 ? 3710 ? REPA ? 6528.25
*****************
3. Emergency Purchase of Two Replacement Tire Changing Machines:
On October 27, 2011, the Fleet Division of Public Services requested approval
for the emergency purchase of two replacement tire changing machines to be
utilized at the Fleet Shop.
Both of the current tire changing machines became inoperable at the same time.
Both machines are more than 15 years old. The repair costs would exceed the
purchase of new units, due to the age of the machines and the availability of
parts. The emergency purchase is requested before the Fleet Division is
forced to utilize outside contractors, which could cost the city up to
$2,200.00 a week. The tire shop changes up to 150 tires a week. On the open
market, a tire change could cost between $15.00 to $18.00 a tire.
The Fleet Shop contacted the manufacturer?s representative for the current
machines, Mohawk Rubber Sales of N.E., who quoted $5,964.28 to replace both
tire changing machines. The City Manager approved the emergency repair on
October 27, 2011.
Funds are budgeted in the FY12 Budget: General Fund ? Public Services ? Fleet
Management ? Small Tools; 0101 ? 260 ? 2300 ? VHCL ? 6754
?ITEM A?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH ALEXANDER
CONTRACTING COMPANY, INC., IN THE AMOUNT OF $1,185,775.34, FOR INFRASTRUCTURE
CONSTRUCTION AT MUSCOGEE TECHNOLOGY PARK RECYCLING CENTER.
WHEREAS, Alexander Contracting Company, Inc., will construct an extension
to Pine Grove Road approximately 1200 linear feet in an easterly direction.
The work also includes the installation of water mains and a force main sewer.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to execute a contract with
Alexander Contracting Company, Inc., in the amount of $1,185,775.34, for
infrastructure construction at the Muscogee Technology Park Recycling Center.
Funds are budgeted in the FY12 Budget: 1999 Sales Tax Project Fund ? 1999
SPLOST Road/Bridge/Street ? General Construction ? MTP-Utility Infrastructure;
0540-695-2126-TXRB-7661-53038-21020 and Special Projects-Capital Projects Fund
? Paving Fund Supported Capital Projects ? General Construction ? Sacerdote
Drive Extension; 0508-660-3000-CPPF-7661-21059-20120.
_______________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of ____________________, 2011 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 __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM B?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING PURCHASE OF FIFTY 3M RESPIRATOR SETS FROM GLOBAL
PROTECTION IN THE AMOUNT OF $28,419.50.
WHEREAS, The respirator sets include respirators (gas masks), filters,
holster/pouch systems and online medical evaluations. Columbus Police
Department equips each newly hired officer with a respirator set, which is a
standard, necessary piece of equipment.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase fifty (50) 3M
respirator sets from Global Protection in the amount of $28,419.50. Funds are
budgeted in the FY12 Budget: LOST-Public Safety ? Police ? Capital
Expenditures under $5000; 0102 ? 400 ? 9900 ? LOST - 7763.
_______________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of ____________________, 2011 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 __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM C?
A RESOLUTION
NO._____________
A RESOLUTION AUTHORIZING PAYMENT TO ESRI (REDLANDS, CALIFORNIA) IN THE AMOUNT
OF $35,350.00, FOR THE ANNUAL ARCGIS SOFTWARE MAINTENANCE AND LICENSE COVERING
THE PERIOD FROM NOVEMBER 16, 2011 THROUGH NOVEMBER 15, 2012.
WHEREAS, ESRI is the developer of various software packages used by the GIS
Division, and other departments, for map generation, and for editing and
maintaining the City?s tax parcels, streets zoning and land use databases.
Consequently, the vendor is considered an Only Known Source for the maintenance
and support of the software, per Section 3-114 of the Procurement Ordinance.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to make payment to ESRI
(Redlands, California) in the amount of $35,350.00, for the annual ArcGIS
Software Maintenance and License covering the period from November 16, 2011
through November 15, 2012. Funds are budgeted in FY12 Budget: General Fund -
Information Technology ? Software Lease; 0101-210-1000-ISS-6541.
_______________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________________, 2011 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 __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM D?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING THE EXECUTION OF CHANGE ORDER 4 WITH MCMATH-TURNER
CONSTRUCTION COMPANY IN THE AMOUNT OF $17,480.00
WHEREAS, Per Resolution No. 145-11, Council authorized the execution of a
contract with McMath-Turner Construction Company for the asphalt removal,
seeding and landscaping project; and,
WHEREAS, Change Order No. 4 covers temporary seeding and mulching of
the site. McMath-Turner Construction was delayed by the unforeseen conditions
and the final resolution of the to-be-constructed public road between the City
Services Building and the site. The contracted construction manager, Newton
Aaron & Associates, Inc., documents the Library Director and the Muscogee
County School District approved the scope and cost.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to execute Change Order 4
with McMath-Turner Construction Company in the amount of $17,480.00. Funds are
budgeted in the FY12 Budget: 1999 Sales Tax Project Fund ? 99 SPLOST
Library/Other Projects ? General Construction: 0540 ? 695 ? 2120 ? TXLB ? 7661
? 50500 ? 20080.
_______________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________________, 2011 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 __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM E?
A RESOLUTION
NO.___________
A RESOLUTION AUTHORIZING A CONTRACT FOR THE RENTAL OF APPROXIMATELY 10
TANDEM DUMP TRUCKS FROM NORWOOD TRUCKING, INC., FOR THE ESTIMATED CONTRACT
VALUE OF $60,000.00.
WHEREAS, the vendor will provide trucks and operators, on an ?as
needed basis,? which will be used when City trucks are being serviced, or if an
unforeseen project arises; and,
WHEREAS, Public Services will rent the trucks for approximately ten
weeks per contract year; and
WHEREAS, the contract term will be for three years.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to enter into a contract for
the rental of approximately 10 tandem dump trucks, on an ?as needed? basis,
from Norwood Trucking, Inc., for the estimated contract value of $60,000.00.
Funds are budgeted each fiscal year for this on going expense: Integrated
Waste Management Fund - Public Services - Pine Grove Landfill - Contractual
Services; 0207-260-3560-PGRO-6319.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2011 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 __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM F?
A RESOLUTION
NO.___________
A RESOLUTION AUTHORIZING THE PURCHASE OF HEATING AND REFRIGERATION SUPPLIES, ON
AN ?AS NEEDED BASIS?, FROM REFRIGERATION SUPPLIES, INC., D/B/A JOHNSTONE
SUPPLY, FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $10,202.73.
WHEREAS, heating and refrigeration supplies will be used for maintenance and
installation at City facilities; and,
WHEREAS, the contract period will be for three years.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase heating and
refrigeration supplies, on an ?as needed basis?, from Refrigeration Supplies,
Inc., D/B/A Johnstone Supply, for the estimated annual contract value of
$10,202.73. General Fund - Public Services ? Other Maintenance/Repairs ?
Building Maintenance: Parks & Recreation, Public Safety, and General
Government; 0101-260-3710-REPA-6527, 6528 and 6529.
________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _________________, 2011 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 __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM G?
A RESOLUTION
NO._____________
A RESOLUTION AUTHORIZING THE PURCHASE OF TWO (2) 2012 CATERPILLAR D6
BULLDOZER TRACTORS, VIA NATIONAL JOINT POWERS ALLIANCE (NJPA) CONTRACT
#060311-CAT, FROM YANCEY BROTHERS CATERPILLAR (FORTSON, GA), IN THE AMOUNT OF
$646,322.00 ($323,161.00 PER UNIT).
WHEREAS, The D6 bulldozer tractors are replacement units and will be used
by the Street Improvements Division of the Public Services Department to push
dirt and clean at job sites throughout Muscogee County;
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase two (2) D6
bulldozer tractors from Yancey Brothers Caterpillar (Fortson, GA), in the
amount of $646,322.00 ($323,161.00 per unit). Funds are budgeted in the FY12
Budget: Paving Fund ? Public Services ? Street Improvements ? Off Road
Equipment; 0203-260-2100-STRT-7725.
_______________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of ____________________, 2011 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 __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM H?
A RESOLUTION
NO.____________
A RESOLUTION AUTHORIZING THE PURCHASE OF THIRTY-EIGHT CHEVROLET TAHOE
SUVs, FROM LEGACY AUTOMOTIVE OF COLUMBUS, LLC, (COLUMBUS, GA) IN THE AMOUNT OF
$996,692.50 ($26,228.75 PER UNIT).
WHEREAS, Thirty-two (32) of the vehicles will be used by the Columbus Police
Department as pursuit vehicles. Thirty (30) are new vehicles; two (2) are
replacement vehicles; and,
WHEREAS, Six (6) of the vehicles will be used by the Sheriff?s Office as
pursuit vehicles. These are all new vehicles.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase thirty-eight
(38) Chevrolet Tahoe SUVs, from Legacy Automotive of Columbus, LLC, (Columbus,
GA) in the amount of $996,692.50 ($26,228.75 per unit). Funds are budgeted in
the FY12 Budget: Columbus Police Department (32 vehicles): LOST-Public Safety
? Police ? Public Safety-LOST ? Light Trucks; 0102 ? 400 ?9900 ? LOST ? 7722.
Sheriff?s Office (6 vehicles): LOST-Public Safety ? Sheriff ? Public
Safety-LOST ? Automobiles; 0102 ? 550 ?9900 ? LOST ? 7721.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2011 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 __________.
______________________________ _____________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
DATE: November 8, 2011
TO: Mayor and Councilors
FROM: Pamela Hodge, Director of Finance
SUBJECT: Advertised Bids
November 9, 2011
1. Tire Leasing Services (Annual Contract) ? RFB No. 12-00017
Scope of Bid
Provide tire-leasing services to Columbus Consolidated Government, METRA
Transit System on an ?as needed basis?. Contract term shall be for two years,
with the option to renew for three additional twelve-month periods.
2. 2011 Cut and Cover Project ? 2nd Avenue and 11th Street, 17th Avenue, and
Robert E. Lee Drive ? RFB No. 12-0020
The project consists of sewer and water system improvements including but not
limited to approximately 640 feet of 8-foot by 4-foot box culvert; 315 feet of
60-inch gravity sewer; 280 feet of 42-inch gravity sewer; 220 feet of 36-inch
gravity sewer; 250 feet of 30-inch gravity sewer; 25 feet of 24-inch gravity
sewer; 25 feet of 18-inch gravity sewer; 45 feet of 15-inch gravity sewer; 80
feet of 16-inch gravity sewer; 125 feet of 10-inch gravity sewer; 75 feet of
8-inch gravity sewer; 60 feet of 6-inch water main; 440 feet of 18-inch Cured
in Place Pipe lining; 400 feet of 38-inch by 47-inch Cured in Place Pipe
lining; 55 feet of 43-inch by 54-inch Cured in Place Pipe ling; 390 feet of
54-inch Cured in Place Pipe lining; road reconstruction; erosion and
sedimentation control; and all associated restoration connections and
appurtenant work. The work will be performed at three different sites.
November 16, 2011
1. Pre-Qualification for Cured-in-Place Pipe Rehabilitation of the Storm System
Located throughout Columbus, Georgia ? RFQ No. 12-0002
Scope of RFQ
Columbus Consolidated Government (the City) requests vendors to apply for
pre-qualification for Rehabilitation of Storm System. The project includes the
installation of cured in-place pipe for rehabilitation of approximately 50,000
feet of (material) storm sewer pipe, ranging in size from 10-inches to
102-inches in diameter, located throughout Columbus. Contractors who are deemed
pre-qualified in this RFQ process will be requested to submit bids in the
future for installation of cured-in-place pipe for rehabilitation of other
portions of the storm sewer system. The amount of future cured in-place pipe
installation is approximately 100,000 feet ranging in size from 10-inches to
102-inches in diameter. The length, diameter, and scope of CIPP rehabilitation
per contract will be at the discretion of the City. Minimally, the City
desires to qualify three (3) contractors.
2. Radar Certification for Public Safety Departments (Annual Contract) ? RFB
No. 12-0019
Scope of Bid
Provide radar recertification services for the 451 radars and 5 speed lasers
currently installed in the Columbus Consolidated Government Public Safety
Department Fleet. The contract period will be for one (2) years with the
option to renew for three (3) additional twelve-month periods.
November 18, 2011
1. Mental Health Services for Muscogee County Jail (Annual Contract) ?
RFP No. 12- 0006
Scope of RFP
Provide comprehensive Mental Health Services for inmates at the
Muscogee County Jail. Contract will be a five-year contract renewable each
year upon its ratification by both parties. The first 90 days of the contract
shall be considered as a probationary period. If the probationary period is
successful, the contract will continue through June 30, 2012, and will
automatically renew, annually, for the period of five years, on July 1st of
each year.
November 30, 2011
1. Stump Grinder ? RFB No. 12-0021
Scope of Bid
Provide one (1) Deutz Diesel Stump Grinder, Model 7500 with 79 HP, or
equivalent, to be used by the Urban Forestry and Beautification Right-of-Way
Maintenance Division of the Public Services Department for grinding stumps from
City right-of-ways and other City properties.
Attachments
No attachments for this document.