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.