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 # 4



Columbus Consolidated Government

Council Meeting



February 9, 2010



Agenda Report # 470



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department



(A) COLUMBUS DEVELOPMENTAL DISABILITY SERVICE CENTER ROOF REPLACEMENT ?

RFB NO. 10-0029



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

with M Jordan Roofing, Inc., in the amount of $216,000.00 for roofing services

at the Columbus Developmental Disability Service Center, located at 2401 Buena

Vista Road.



The scope of work includes providing all labor, equipment and materials to:

tear off existing metal roof panels down to techtum deck and discard, including

all metal parapets: install (1) one layer of 2? Polyisocyanurate insulation and

(1) one layer ?? approved coverboard in approved cold adhesive, seams

staggered; install a 60 Mil feltback PVC roof membrane with hot-air welded PVC

battens to create the appearance of a standing seam metal roof; and install new

gutters and skylights.



Bid invitations were mailed to thirty-three (33) vendors, and specifications

were posted on the web page of the Purchasing Division. A mandatory pre-bid

conference/site visit was held on November 17, 2009; fourteen (14) vendors were

represented at the conference. Four (4) bids were received on December 16,

2009. This bid has been advertised, opened and reviewed. The bidders were:



Vendors Total Bid

M Jordan Roofing, Inc. (Manchester, GA) 216,000.00

Ameritech Enterprises (Panama City, FL) 235,726.00

Ben Hill Roofing and Siding Co. Inc. (Douglasville, GA) 240,000.00

Peach State Roofing (Lawrenceville, GA) 252,400.00





Funds are budgeted in the FY10 Budget in two separate accounts: Capital

Projects Fund ? General Fund Supported Projects ? Building Maintenance and

Repair ? MRTC Roof Repair; 0508 ? 660 ? 1000 ? CPGF ? 6521 ? 22911 ? 20100;

Other LOST Fund ? Public Services ? Building Maintenance and Repair ? MRTC Roof

Repair; 0109 ? 260 ? 9901 ? LOST ? 6521 ? 96003 ? 20100.



* * * * * * * * *



B) ONE TON DUAL REAR WHEEL CREW CABS WITH 8 ? FOOT FLAT DUMP BED BODY ? RFB NO.

10-0033



It is requested that Council authorize the purchase of four (4) cab and chassis

from Wade Ford (Smyrna, GA) in the amount of $91,588.00, and four (4) 8?? flat

dump bed bodies from Park Built Body Company (Sylvester, GA) in the amount of

$21,419.20.



The trucks with 8?? flat dump bed bodies will be used by the Rainwater Division

of the Public Services Department to transport a minimum of four (4) personnel

and equipment to various job sites to perform maintenance on storm drains. One

of the units is a replacement.



Bid postcard invitations were mailed to sixty-one vendors and bid

specifications were posted on the City?s website. Bid responses were received

on January 6, 2010 from twelve bidders. This bid has been advertised, opened

and reviewed. The bidders were:



Vendors Option 1

Cab and Chassis Option 2

Body Only Option 3

Complete Unit

Unit Cost (4 Units)

Total Cost Unit Cost(4 Units)

Total CostUnit Cost(4 Units)

Total Cost

Wade Ford (Smyrna, GA) $22,897.00 $91,588.00 No BidNo Bid

Park-Built Body Co., Inc. (Sylvester, GA) No Bid $5,354.80 $21,419.20No Bid

Transport Equipment Co. (Albany, GA) No Bid $6,700.00 $26,800.00No Bid

Brooker Ford Lincoln Mercury (Dalton, GA) $23,260.00 $93,040.00

$5,972.65*$23,890.60*$29,120.00*$116,480.00*

Allan Vigil Ford (Morrow, GA) $23,593.00 $94,372.00

$6,175.00*$24,700.00*$29,768.00*$119,072.00*

Legacy Ford, Inc. (McDonough, GA) $23,779.00 $95,116.00

$5,790.00*$23,160.00*$29,554.00*$118,216.00*

Dawson Motor Co. (Dawson, GA) $23,818.00 $95,272.00 No BidNo Bid

Duval Ford Government Sales (Jacksonville, FL) $24,141.00 $96,564.00

$7,791.00$31,164.00$31,091.00$124,364.00

Terry Cullen Chevrolet (Jonesboro, GA) $24,800.00 $99,200.00

$6,978.00$27,912.00$31,778.00$127,112.00

Trans Power, Inc. (Albany, GA) $25,026.00 $100,104.00 No BidNo Bid

Lou Sobh Pontiac Buick GMC, Inc. (Duluth, GA)1 $24,604.13* $98,416.52*

$6,566.50*$26,266.00*$31,191.63*$124,766.52*

Bartow Ford Company (Bartow, FL) $26,482.00* $105,928.00*

$6,400.00*$25,600.00*$29,168.00*$116,672.00*



*The denoted vendors failed to include all submittal requirements. Therefore,

the vendors were deemed incomplete. The vendors have been notified in writing

and given an opportunity to respond.



The Georgia State Contract price for a 2011 Cab and Chassis is unavailable per

Allan Vigil Ford who holds the State Contract.



Funds are budgeted in the FY10 Budget: (2 units) Paving Fund ? Public Services

? Landscaping and Forestry ? Light Trucks, 0203 ? 260 ? 2800 ? LAND ? 7722; (1

unit) Paving Fund ? Public Services ? Right of Way Maintenance ? Light Trucks,

0203 ? 260 ? 3120 ? ROWM ? 7722; and (1 unit) Paving Fund ? Public Services ?

Street Repairs & Maintenance ? Light Trucks, 0203 ? 260 ? 3110 ? REPR ? 7722.



* * * * * * * * * *



(C) GYM EQUIPMENT, PUBLIC SAFETY BUILDING ? RFB NO. 10-0031



Purchasing has requested that item be delayed until further notice



* * * * * * * * * * *



D) REPAIR OF SEWER LATERAL SERVICING THE CB&T UPTOWN CENTER



It is requested that Council approve the repair of sewer lateral for the CB&T

Uptown Center that connects to the main Combined Sewer Trunk Line in the median

of First Avenue to be rehabilitated, including the installation of a new

manhole, under the current contract the City has with Insituform, Inc., and be

reimbursed for those expenses by CB&T, for the estimated amount of $9,000.



While installing AT&T services to the CB&T Uptown Center it was discovered the

sewer lateral servicing the Center was in disrepair and needed rehabilitation.

The work will require rehabilitation of the lateral and the installation of a

new manhole. CB&T contacted the City to determine if the work could be done

under the current contract with Insituform, Inc., and be reimbursed to the

City. Per RFB No. 09-003, Resolution #177-09, the City has an existing

contract with Insituform for storm drain rehabilitation.



Portions of the lateral are within the City right of way for First Avenue.

Failure of the lateral could create a sink hole and endanger or disrupt the

traveling public on First Avenue as well as damage the right of way.



The expenses, estimated at approximately $9,000 for the rehabilitation, will be

reimbursed by CB&T. The City will initiate payment via the project budget:

Capital Projects Fund ? Sewer Fund Supported ? Drainage/Street Improvements;

0508-660-2000-CPSF-7622-20791-20030; Capital Projects Fund ? Sewer Fund

Supported ? Drainage/Street Improvements; 0508-660-2000-CPSF-7622-20770-20040;

Capital Projects Fund ? Sewer Fund Supported ? Drainage/Street Improvements;

0508-660-2000-CPSF-7622-20770-20090.



* * * * * * *

(E) MOBILE DATA/AUTOMATIC VEHICLE LOCATION (AVL) WORKSTATIONS



It is requested that Council authorize the purchase of nine (9) MW810 mobile

data/ automatic vehicle location (AVL) workstations, in the amount of

$100,863.00 from Motorola Corporation. The unit cost for the Mobile Data/AVL

is $11,207.00.



The equipment will be installed in pursuit vehicles purchased for the Sheriff?s

Department.



This purchase is part of a continuing project aimed at equipping all

appropriate public safety vehicles with advanced technology, in order to

maximize the efficiency of public safety response calls, for service, from the

public. Per Resolution No. 431-00 (RFP No. 00-0022), Council awarded a

contract with Motorola to provide mobile data units for public safety

departments. To maintain uniformity of the equipment, the City has continued

to purchase the equipment from Motorola. Consequently, the vendor is

considered the only known source to provide the equipment, in accordance with

the Procurement Ordinance, Article 3-114.



Funds are budgeted in the FY10 Budget: 1999 Sales Tax Project Fund ? 1999

SPLOST ? 99 SPLOST POL/FIRE VEH/EQUP ? Automobiles ? Sheriff ?Vehicles; 0540 ?

695- 2123 ? TXSH ? 7721 ? 50130 ? 20010.







?ITEM A?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH

M JORDAN ROOFING, INC., IN THE AMOUNT OF $216,000.00 FOR ROOFING SERVICES AT

THE COLUMBUS DEVELOPMENTAL SERVICE CENTER, 2401 BUENA VISTA ROAD.



WHEREAS, the scope of works includes providing all labor,

equipment and materials to: tear off existing metal roof panels down to techtum

deck and discard, including all metal parapets: install (1) one layer of 2?

Polyisocyanurate insulation and (1) one layer ?? approved coverboard in

approved cold adhesive, seams staggered; install a 60 Mil feltback PVC roof

membrane with hot-air welded PVC battens to create the appearance of a standing

seam metal roof; and install new gutters and skylights.



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



That the City Manager is hereby authorized to execute a construction

contract with M Jordan Roofing, Inc., in the amount of $216,000.00 for roofing

services at the Columbus Developmental Disability Service Center, 2401 Buena

Vista Road. Funds are budgeted in the FY10 Budget in two separate accounts:

Capital Projects Fund ? General Fund Supported Projects ? Building Maintenance

and Repair ? MRTC Roof Repair; 0508 ? 660 ? 1000 ? CPGF ? 6521 ? 22911 ? 20100;

Other LOST Fund ? Public Services ? Building Maintenance and Repair ? MRTC Roof

Repair; 0109 ? 260 ? 9901 ? LOST ? 6521 ? 96003 ? 20100.

_________________________________________



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

held the _________ day of ____________, 2010 and adopted at said meeting by

the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

?ITEM B?





A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF FOUR (4) CAB AND CHASSIS FROM WADE

FORD (SMYRNA, GA) IN THE AMOUNT OF $91,588.00, AND FOUR (4) 8?? FLAT DUMP BED

BODIES FROM PARK BUILT BODY COMPANY (SYLVESTER, GA) IN THE AMOUNT OF $21,419.20.



WHEREAS, the trucks with 8? foot flat dump bed bodies will be used by the

Rainwater Division of the Public Services Department. One of the units is a

replacement.



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



That the City Manager is hereby authorized to purchase four (4) cab and chassis

from Wade Ford (Smyrna, GA), in the amount of $91,588.00, and four (4) 8 ? foot

flat dump bed bodies from Park Built Body Company (Sylvester, GA), in the

amount of $21,419.00. Funds are budgeted in the FY10 Budget: (2 units) Paving

Fund ? Public Services ? Landscaping and Forestry ? Light Trucks, 0203 ? 260 ?

2800 ? LAND ? 7722; (1 unit) Paving Fund ? Public Services ? Right of Way

Maintenance ? Light Trucks, 0203 ? 260 ? 3120 ? ROWN ? 7722; and (1 unit)

Paving Fund ? Public Services ? Street Repairs & Maintenance ? Light Trucks,

0203 ? 260 ? 3110 ? REPR ? 7722.





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

held the _________ day of _________________, 2010 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

?ITEM C?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PROCUREMENT OF GYM EQUIPMENT FROM

PROMAXIMA MANUFACTURING, LTD, IN THE AMOUNT OF $84,994.00.



WHEREAS, Promaxima Manufacturing will provide and install new

commercial grade strength, free-weight and cardio equipment, which will replace

existing, worn-out gym equipment in the Public Safety Building.



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



That the City Manager is hereby authorized to procure gym equipment

from Promaxima Manufacturing, LTD, in the amount of $84,999.00. Funds are

budgeted in the FY10 Budget: General Fund Supported Capital Projects-Capital

Expenditures over $5000-Public Safety Building Gym Equipment;

0508-660-1000-CPGF-7761-22267-20100.

_________________________________________



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

held the _________ day of ____________, 2010 and adopted at said meeting by

the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

?ITEM D?

A RESOLUTION



NO.__________



A RESOLUTION AUTHORIZING THE REPAIR OF SEWER LATERAL FOR THE CB&T

UPTOWN CENTER THAT CONNECTS TO THE MAIN COMBINED SEWER TRUNK LINE IN THE MEDIAN

OF FIRST AVENUE TO BE REHABILITATED, INCLUDING THE INSTALLATION OF A NEW

MANHOLE, UNDER THE CURRENT CONTRACT THE CITY HAS WITH INSITUFORM, INC., AND BE

REIMBURSED FOR THOSE EXPENSES BY CB&T, FOR THE ESTIMATED AMOUNT OF $9,000.



WHEREAS, while installing AT&T services to the CB&T Uptown Center it

was discovered the sewer lateral servicing the Center was in disrepair and

needed rehabilitation. The work will require rehabilitation of the lateral and

the installation of a new manhole. CB&T contacted the City to determine if the

work could be done under the current contract with Insituform, Inc., and be

reimbursed to the City; and,



WHEREAS, Per RFB No. 09-003, Resolution #177-09, the City has an existing

contract with Insituform for storm drain rehabilitation; and,



WHEREAS, portions of the lateral are within the City right of way for First

Avenue. Failure of the lateral could create a sink hole and endanger or

disrupt the traveling public on First Avenue, as well as, damage the right of

way.



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

FOLLOWS:



That the City Manager is hereby authorized to allow the repair of sewer

lateral for the CB&T Uptown Center that connects to the main Combined Sewer

Trunk Line in the median of First Avenue to be rehabilitated, including the

installation of a new manhole, under the current contract the City has with

Insituform, Inc., and be reimbursed for those expenses by CB&T, for the

estimated amount of $9,000. The City will initiate payment via the project

budget: Capital Projects Fund ? Sewer Fund Supported ? Drainage/Street

Improvements; 0508-660-2000-CPSF-7622-20791-20030; Capital Projects Fund ?

Sewer Fund Supported ? Drainage/Street Improvements;

0508-660-2000-CPSF-7622-20770-20040; Capital Projects Fund ? Sewer Fund

Supported ? Drainage/Street Improvements; 0508-660-2000-CPSF-7622-20770-20090.

_________________________________________



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

held the _________ day of ____________, 2010 and adopted at said meeting by

the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor



?ITEM E?

A RESOLUTION



NO._____________



A RESOLUTION AUTHORIZING THE PURCHASE OF NINE (9) MW810 MOBILE DATA/

AUTOMATIC VEHICLE LOCATION (AVL) WORKSTATIONS, IN THE AMOUNT OF $100,863.00

FROM MOTOROLA CORPORATION. THE UNIT COST FOR THE MOBILE DATA/AVL IS

$11,207.00.



WHEREAS, the equipment will be installed in pursuit vehicles purchased

for the Sheriff?s Department; and,



WHEREAS, this purchase is part of a continuing project aimed at

equipping all appropriate public safety vehicles with advanced technology, in

order to maximize the efficiency of public safety response calls, for service,

from the public. Per Resolution No. 431-00 (RFP No. 00-0022), Council awarded

a contract with Motorola to provide mobile data units for public safety

departments. To maintain uniformity of the equipment, the City has continued

to purchase the equipment from Motorola. Consequently, the vendor is

considered the only known source to provide the equipment, in accordance with

the Procurement Ordinance, Article 3-114.



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



That the City Manager is hereby authorized to purchase nine (9) MW810

mobile data/ automatic vehicle location (AVL) workstations, in the amount of

$100,863.00 from Motorola Corporation. Funds are budgeted in the FY10 Budget:

1999 Sales Tax Project Fund ? 1999 SPLOST ? 99 SPLOST POL/FIRE VEH/EQUP ?

Automobiles ? Sheriff ?Vehicles; 0540 ? 695- 2123 ? TXSH ? 7721 ? 50130 ? 20010.



_______________________



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

held the _________ day of __________________, 2010 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

Attachments


No attachments for this document.

Back to List