Loading...
HomeMy WebLinkAbout2009-10-26-Meeting Agendawww.augustaga.gov Finance Committee Meeting Committee Room- 10/26/2009- 1:15 AM FINANCE 1. Request Commission approval to accept the proposal of First Vehicle Services to Provide Maintenance Service to Augusta in accordance with the provisions of Bid Item 09-123. Attachments 2. Approve the purchase of one bomb team emergency response truck for the Richmond County Sheriff’s Office. Attachments 3. Motion to approve the renovation of the Traffic Engineering Thermoplastic Line Painting Truck, Bid Item 09-145. Attachments 4. Report from the Tax Assessor/Administrator regarding the request from Dr. Leonard Wilensky for an abatement of 2009 taxes for property located at 1456 Walton Way. (Referred from October 6 Commission meeting) Attachments 5. Consider a request from the Solo Cup Operating Corporation regarding a reduction of the January 1, 2008 value for their business personal property tax returns for fiscal year 2008. Attachments Finance Committee Meeting 10/26/2009 1:15 AM 2009 Fleet Maintenance Service Department:Finance Department, Fleet Management Caption:Request Commission approval to accept the proposal of First Vehicle Services to Provide Maintenance Service to Augusta in accordance with the provisions of Bid Item 09-123. Background: The current Fleet Maintenance Agreement will terminate at midnight December 31, 2009. In anticipation of the contract ending, Fleet Management prepared a request for proposal which included a parts support proposal for the Solid Waste Department and was submitted to the Procurement Department for publishing. The Request for Proposals was posted the second week of June with a mandatory pre-bid conference held on June 26, 2009. Four companies were present during the conference; First Vehicle Services, All Star, Yancey Brothers, and Trucks and Moore. Questions concerning the request for proposal were to be submitted to Procurement by July 10, 2009 with responses published by July 23, 2009. Proposals were due to the Procurement Department on August 14, 2009. During the bid opening held on August 14, 2009 only two bids were received, one from First Vehicle Services and one from All Star. The bid from All Star was declared non-compliant because they failed to execute a proper subcontractor affidavit. All Star protested to the Procurement Director upon being notified they were not compliant. All Star then requested a waiver from the Administrator, which was denied and finally appealed to the Administrative Services Committee on September 28, 2009. The Administrative Services Committee heard the appeal by Mr. Al Dodson of All Star Fleet Services, LLC and forwarded a recommendation of denial to the Commission which upheld the recommendation by Consent on October 6, 2009. Concurrent with the events of the appeal an evaluation committee was formed to evaluate the compliant bid from First Vehicle Services. The committee consisted of representatives from: the Augusta Fire Department- Chief Howard Willis; Richmond County Sheriff’s Office –Major Richard Weaver; Public Services Department – Mr. Dennis Stroud (Assistant Director); Fleet Management – Ron Crowden and two representatives from Procurement Department-Ms. Phyllis Mills and Mrs. Nancy M. Williams. Bid packets were sent to the Committee Members before hand so they could familiarize themselves with the proposal. After 1 ½ hours discussion each member turned in their evaluation sheet to the Procurement Department. The Procurement Department posted the average score, attached for review. Each member found the proposal to meet the requirements of Augusta posted in the Request for Proposal. Cover Memo Item # 1 The parts support section was forwarded to the Solid Waste Department for evaluation and was found to be acceptable. A copy of this proposal is attached for review. Analysis:The second portion of the RFP was the cost proposal. This was reviewed after the evaluation by the Evaluation Committee. Cost proposals were submitted for three years: 2010, 2011, and 2012 which are attached for review. The proposal for 2010 is $3,402,779.86 which is a reduction from the current agreement of $103,718.27. The proposal for 2011 is $3,517,972.76 which represents a .034% increase from the 2010 figure and the cost for 2012 is $3,640,628.66 which represents a .035% increase from the 2011 figure. Although the RFP requires a “fixed cost” proposal each year of the agreement will be reviewed and submitted to the Commission for continuation. If there are significant changes to the fleet or economy the cost proposal can be adjusted if mutually agreed upon by both parties. Financial Impact:The cost of fleet maintenance service is incorporated into the Augusta annual operating budget. Fleet Management estimated $3,500,000 for the 2010 agreement which was incorporated into the 2010 recommended budget. Alternatives:1) Accept the proposal, (2) do not accept the proposal Recommendation:Accept the proposal by First Vehicle Services. Funds are Available in the Following Accounts: Allocated through annual budget process. REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 1 Eval. #______ Evaluation Sheet RFQ #09-123 Fleet Maintenance Service for the City of Augusta - Solid Waste Department First Vehicle Services 3009 Pamplico Hwy Florence, SC 29505 RESPONDENTS EXPERIENCE: 0HDVXUHGLQWHUPVRI5HVSRQGHQW¶VFXUUHQWDQGSDVW experience in providing directly related services of equal magnitude and complexity. Respondent must possess a minimum of 5 years experience in providing above average performance of fleet maintenance with fleets of comparable size and mix for Government, State or Federal clients. 25 21.6 RESPONSIVENESS TO RFP REQUIREMENTS: 0HDVXUHGLQWHUPVRIWKHHIIHFWLYHQHVVRIWKH5HVSRQGHQW¶V proposed technical plan in implementing the maintenance DQGUHSDLUSURJUDP5HVSRQGHQW¶VXQGHUVWDQGLQJRIWKH scope of work including the feasibility of the proposed approach in meeting the requirements of the STATEMENT OF WORK and satisfying the Augusta-Richmond Government goals as outlined in the INTENT section. 40 35 COST: Measured as the yearly target budget and the proposed maintenance performance standards incentives.15 12.6 QUALIFICATION OF KEY PERSONNEL: Measured in terms of relevant experience of key personnel and their ability to execute the project. Number of full time staff assigned to this project, their credentials and demonstrated knowledge of the disciplines required providing the services 20 18.4 TOTAL 100 87.6 FINANCIAL CAPACITY: Will be rated Satisfactory or Unsatisfactory. This factor will EHDQDO\]HGRQWKHEDVLVRIWKH3URSRVHU¶VGRFXPHQWDWLRQRI its financial capacity to undertake the project. Proposer must submit audited financial statements for the prior three (3) years of operation. This Government, at its discretion will judge the viability of statements. Unsatisfactory rating will be cause for rejection of Proposal. Satisfactory or Unsatisfactory Satisfactory Note: Insufficient management experience and/or support services as determined by the Government may be deemed as a cause for rejection of proposal. Additional comments: Attachment number 1 Page 1 of 1 Item # 1 Attachment number 2 Page 1 of 1 Item # 1 Attachment number 3 Page 1 of 2 Item # 1 Attachment number 3 Page 2 of 2 Item # 1 Attachment number 4 Page 1 of 3 Item # 1 Attachment number 4 Page 2 of 3 Item # 1 Attachment number 4 Page 3 of 3 Item # 1 REQUEST FOR PROPOSALS Request for Proposals will be received at this office until Friday, August 14, 2009 @ 11:00 a.m. for furnishing: RFP ITEM #09-123 Fleet Maintenance Service for Fleet Department RFPs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 RFP documents may be obtained at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. A Mandatory Pre-Proposal meeting will be held on Friday, June 26, 2009 @ 10:00 a.m. in the Procurement Department – Room 605. All questions must be submitted in writing to the office of the Procurement Department by Friday, July 10, 2009 @ 3:00 p.m. by fax at 706-821-2811 or by mail. No RFP will be accepted by fax, all must be received by mail or hand delivered. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference on an eligible local project, the certification statement as a local bidder and all supporting documents must be submitted to the Procurement Department with your bonafide bid package. No RFP may be withdrawn for a period of 90 days after time has been called on the date of opening. A 10% Bid bond is required to be submitted in a separate envelope so marked along with the bidders’ qualifications; a 100% performance bond and a 100% payment bond will be required for award. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. Please mark RFP number on the outside of the envelope. Bidders are cautioned that sequestration of RFP documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle June 9, 11, 18, 25, 2009 Metro Courier June 17, 2009 cc: Tameka Allen Interim Deputy Administrator Donna Williams Finance Ron Crowden Fleet Department Attachment number 5 Page 1 of 1 Item # 1 Ve n d o r s : Al l S t a r F l e e t S e r v i c e s 48 0 0 O v e r t o n P l a z a Ft . W o r t h , T X 7 6 1 0 9 Fi r s t V e h i c l e S e r v i c e s 30 0 9 P a m p l i c o H w y Fl o r e n c e , S C 2 9 5 0 5 Tr u c k s & M o o r e 24 5 B o b b y J o n e s H i g h w a y Ma r t i n e z , G A 3 0 9 0 7 Ya n c y B r o s . Gu n C l u b D r i v e Au g u s t a , G A 3 0 9 0 7 St a t e m e n t o f N o n - Di s c r i m i n a t i o n YE S Y E S Co n f l i c t o f I n t e r e s t YE S Y E S RF P F o r m YE S Y E S Co n t r a c t o r A f f i d a v i t & Ag r e e m e n t YE S Y E S Su b c o n t r a c t o r A f f i d a v i t & A g r e e m e n t No n - C o m p l i a n t Di d n o t r e t u r n f o r m YE S No n - C o l l u s i o n A f f i d a v i t of B i d d e r YE S Y E S No n - C o l l u s i o n A f f i d a v i t Su b c o n t r a c t o r YE S Y E S Lo c a l S m a l l B u s i n e s s Go o d F a i t h E f f o r t s YE S Y E S Lo c a l S m a l l B u s i n e s s Su b c o n t r a c t o r / S u p p l i e r Ut i l i z a t i o n P l a n YE S Y E S Ad d e n d u m YE S Y E S Bi d B o n d YE S Y E S Or i g i n a l YE S Y E S Si x ( 6 ) C o p i e s YE S Y E S Fe e P r o p o s a l YE S Y E S RF P I t e m # 0 9 - 1 2 3 Fl e e t M a i n t e n a n c e S e r v i c e Fo r t h e C i t y o f A u g u s t a - F l e e t D e p a r t m e n t RF P O p e n i n g D a t e : F r i d a y , A u g u s t 1 4 , 2 0 0 9 a t 1 1 : 0 0 a . m . Attachment number 6 Page 1 of 1 Item # 1 Attachment number 7 Page 1 of 1 Item # 1 Attachment number 8 Page 1 of 4 Item # 1 Attachment number 8 Page 2 of 4 Item # 1 Attachment number 8 Page 3 of 4 Item # 1 Attachment number 8 Page 4 of 4 Item # 1 Attachment number 9 Page 1 of 1 Item # 1 Attachment number 10 Page 1 of 2 Item # 1 Attachment number 10 Page 2 of 2 Item # 1 Finance Committee Meeting 10/26/2009 1:15 AM 2009 RCSO Bomb Truck Department:Finance Department, Fleet Management Caption:Approve the purchase of one bomb team emergency response truck for the Richmond County Sheriff’s Office. Background:The Richmond County Sheriff’s Office requests the purchase of one bomb team emergency response truck which will be utilized for responding to any major disaster that constitutes a threat to the citizens of Augusta and surrounding counties. The new truck will be acquired as a part of a Georgia Emergency Management Agency grant which will cover the entire cost of the unit. The truck will be purchased directly through the Georgia State Vehicle program (State contract see attached State contract sheets) which assures the lowest cost available. Analysis:The vehicle will be purchased from Allan Vigil Ford of Morrow, Georgia, via the Georgia State Vehicle Contract program Financial Impact:The total cost of this unit is $67,914.00 which will be fully reimbursed through a Georgia Emergency Management Agency grant. Alternatives:1) Approve the request; (2) Do not approve the request. Recommendation:Approve the request to purchase one bomb team emergency response truck from Allan Vigil Ford of Morrow, Georgia, for $67,914.00. Funds are Available in the Following Accounts: 111-03-2623-54-22210 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 2 Attachment number 1 Page 1 of 1 Item # 2 Attachment number 2 Page 1 of 2 Item # 2 Attachment number 2 Page 2 of 2 Item # 2 Finance Committee Meeting 10/26/2009 1:15 AM 2009 Traffic Eng - Thermoplastic Line Truck Department:Finance Department, Fleet Management Caption:Motion to approve the renovation of the Traffic Engineering Thermoplastic Line Painting Truck, Bid Item 09-145. Background:On January 3, 2002 Augusta took possession of a thermoplastic line painting truck that was ordered in late 2000. The cost of the truck was $279,850.00. The thermoplastic truck was the newest in “line painting” technology and the reason for using thermoplastic material was the improved quality of striping and the life expectancy of the thermoplastic material, lasting 10 years versus 3 years of the standard road paint. In addition, Georgia DOT was mandating the use of thermoplastic material in certain applications. Thermoplastic material must be heated in order to be applied. This has shown to be a major problem with the existing truck. The original design/engineering necessitated a very complex system for heating the material coupled with the delivery of the heated material through hoses to the application head. A picture of the truck has been included as an attachment. Augusta has experienced constant breakdowns in the complex heating and delivery system that has rendered the truck incapable of satisfactory performance, as exampled by the repair summary of the truck which is added as an attachment for review. This situation has necessitated publishing a request for bids to use the existing truck chassis, remove the existing inefficient equipment, shorten the truck by approximately 3 feet and refurbish the vehicle to a usable and productive state. The current truck was manufactured in 2001 by Linear Dynamic/Lafarge, Inc which later merged with MB Companies, Inc. Bids were received from two venders; Advanced Striping Equipment Company of Villa Rica, Georgia and MB Companies, Inc. , of Montgomery, Pennsylvania. Analysis:Both Companies were deemed compliant by the Augusta Procurement Department and the bids were forwarded to Fleet Management for technical evaluation. A review of the bids submitted will show that both companies report that they are in full compliance with the technical and mechanical requirements of the bid specifications; however there is a cost difference of $43,776. MB Companies, Inc. bid $139,974 ($138,036 if we deliver the vehicle to them in Pennsylvania) and Advance Striping Equipment bid $183,750 (the same price for if we deliver the vehicle or if they pick it up). Fleet Management and Traffic Engineering were involved the final evaluation. It was the consensus of opinion the Advance Striping Equipment was the vender of choice for the following reasons. 1. The current vehicle was manufactured by Linear Dynamic/Lafarge, Inc. which merged with MB Companies, Inc. Traffic Engineering’s confidence level with this vender is such that they would like to use a “preferred vender preference” and recommend Advance Striping Equipment. Traffic Engineers has Cover Memo Item # 3 experienced low production due to mechanical breakdown of the application system over the past 6 years. The trucks “in service” rate has been unacceptable to the using department. On page 5, paragraph 1.8 “Standards for Acceptance for Bid Contract: The City reserves the right to reject any or all bids and to wave any irregularities or technicalities in bids received whenever such rejections or waiver is in the best interest of the City.” We (collectively) feel the Advance Striping Equipment bid is the best option for the City. 2. MB Companies, Inc, is located over 700 miles from Augusta and its regional office, in Tampa, Florida, is located over 400 miles away is a concern as to the responsiveness of the “builder” to respond to mechanical or technical problems that may occur with the rebuild. Advanced Striping Equipment Company out of Villa Rica, Georgia is 182 miles and would allow Traffic Engineering to “oversee” the reconstruction process. 3. In the bid specifications venders were encouraged to inspect the current truck, the current configuration would have an impact on their bid and bid price. Advance Striping Equipment did inspect the truck, MB Companies, Inc. did not. Fleet Management opinions that in order to provide a realistic monetary bid an inspection should have been made. Financial Impact:Funds for the refurbishment of the Thermoplastic Line Truck are available in SPLOST Phase IV, Traffic Safety Improvement funds. Alternatives:(1) Accept the bid offer from MB Companies, Inc. for $139,974. (2) Accept the bid offer from Advance Striping Equipment for $183,750. (3) Disapprove the improvements. Recommendation:Approve the vehicle improvements/upgrades from Advanced Striping Equipment for $183,750. Funds are Available in the Following Accounts: 324-04-11110-60 1110/202-82-4020 (Sales Tax-Phase IV-Traffic Safety Improvement funds) REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 3 F00108 - 2002 Sterling Thermoplastic Line Painter PAGE 1 IN OUT Mileage Miles Parts Labor Sublet 2009 1,019 1,307.77$ 21.99 06-09 06-09 16717 283 .56 hr Cleaned the packing gland and adjusted it 05-14 5-20 16434 61 44.83$ 4.94 hr Check fuel leak/cracked fuel return line 05-05 05-11 16373 42 317.16$ 3.07 hr PM service-replaced tire, oil sample 04-29 04-29 16331 56 2.36 hr Repair hydraulic leaks 4-23 4-23 16275 0 91.92$ .82 hr Repair driver side arm rest (defered repair) 4-22 4-23 16275 176 419.06$ 6.03 hr Replace Hydraulic hose, transmission fluid (road call) 3-24 3-24 16099 59 1.84 hr Service call, repaired cracked fuel line 3-3 3-5 16040 187 428.31$ 2.37 hr Replaced igniter on oil burner 2-25 2-26 15,853 155 6.49$ 2 cans WD-40 IN OUT Mileage Miles Parts Labor Sublet 2008 421 165.21$ 65.45 3,550.83$ 12-09 12-09 15,698 22 .73 hr Repairs to fuel system in paint engine 12-05 12-05 15,676 50 4.82 hr Welding for plastic filter. 9-30 10-30 15,626 95 100.90$ 5.6 hr PM-B service, replaced switch and relay on heater blower, test burner 6-23 7-23 15,531 50 4.64$ 2.9 hr 3,114.83$ Fuel Problem (vender) , replaced bulbs 5-20 5-20 15,481 105 1.5 hr Check engine light, no codes found, inspected vehicle 4-29 5-9 15,376 1 40.98$ 22.9 hr 250.00$ Will not start, lift pump, line blocked both tanks 4-8 4-8 15,375 - 10.98$ 2.0 hr PM-A Service 3-17 3-26 15,375 15 7.00$ 11.8 hr 119.00$ Truck shut off-will not start-Road call-Replace fuel filter repair fuel drain valve, add coolant, repair power steering leak, safety inspection 3-3 3-13 15,360 33 0.71$ 13.2 hr 67.00$ Truck shut off-check engine light -electrical fault with VP44 pump relay (fuel) DATE Item # 3 F00108 - 2002 Sterling Thermoplastic Line Painter PAGE 2 IN OUT Mileage Miles Parts Labor Sublet 2007 1,700 1,113.99$ 62.35 hr 396.35$ 11-28 12-3 15,327 420 4.7 hr 396.35$ Replace 2 hoses for heating oil, 10-1 10-3 14,907 - 196.49$ 11.2 hr -$ PM-C service 9-26 10-16 14,907 224 183.12$ 5.6 hr -$ Check engine light-fuel restriction-replace fuel filters 5-17 5-17 14,683 439 -$ .35 hr -$ repair screen for thermo plastic 4-3 5-31 14,244 380 162.76$ 9.4 hr -$ PM-A Service -check engine light (speed sensor) repair horn, mirror - wiper blades, replace vacuum gauge, 3-12 3-14 13,864 28 120.00$ 12.7 hr -$ Blower on tank will not come on, engine for paint machine will not start replaced starter, repair fuel system on aux motor. 2-14 2-14 13,836 38 -$ 2.4 hr -$ Repaired stripped bolts, tightened loose bolts on stripper 1-30 2-5 13,798 45 166.99$ 3.4 hr -$ Replace alternator and belt 1-9 1-10 13,753 126 284.63$ 11.6 hr -$ Compressor won't start-repaired intake, replaced filters, replaced starter 1-2 1-2 13,627 100 -$ 1 hr -$ Weld strainer IN OUT Mileage Miles Parts Labor Sublet 2006 973 433.70$ 51.4 hr 234.48$ 12-19 12-20 13,527 202 35.00$ 9.6 hrs Blower motor fan replaced 12-6 12-20 13,325 75 -$ 54.48$ Hose replace by American Hose 12-4 12-4 13,250 - 10.48$ Replace two air filters 11-30 11-30 13,250 100 -$ 8.6 hr 180.00$ Replace hose and put 27qts of heat transfer oil-ran heaters 3 hr-recheck oil 11-28 11-29 13,150 27 -$ .8 hr Starter stuck. 10-30 10-31 13,123 106 164.75$ 5.4 hr -$ PM-B service compressor not firing, replace battery on compressor 6-22 7-3 13,017 55 -$ 3.2 hr Compressor overheating, RPMS set too high reset RPMS 6-20 6-21 12,962 72 2.4 hr Compressor keeps shutting off 5-18- 6-15 12,890 142 56.64$ 5.0 hr Burner not working- installed burner switch 5-3 5-5 12,748 27 106.11$ 5.6 hr Compressor shuts down, cooling fan bad and pressure switch bad 4-21 4-26 12,721 107 6.63$ 2.0 hr Check compressor, changed filter and added 3 qts oil 4-10 4-11 12,614 60 -$ 2.8 hr Cotter key from agitator cam out, shaft slid down 2-28 3-7 12,554 36 54.09$ 6.0 hr PM service, water in back motor, drained oil, refilled Item # 3 F00108 - 2002 Sterling Thermoplastic Line Painter PAGE 3 IN OUT Mileage Miles Parts Labor Sublet 2005 564 350.70$ 9.4 7-13 7-13 12518 237 2.2 hr repair flute, drilled out rusted bolts put new ones in 5-25 5-25 12281 72 0.7 hr repair filter baskets (baskets dropped off) 5-10 5-11 12209 63 1 hr Repair spray gun 5-9 5-9 12146 67 1.2 hr Road Call to Traffice Engineering, ignistion switch not op-repaired on site 3-30 4-01 12079 125 350.70$ 3.0 hr Repair cooling reservoir, replaced ignitor, replace radiator overflow tank 3-17 3-28 11954 0 1.3 hr replaced solinoid 3-7 3-11 11954 477 189.10$ 11.2 hr 287.61$ PM-C service, repaired both blowers, repaired hydraulic cylinder, repaired right side heater IN OUT Mileage Miles Parts Labor Sublet 2004 1912 940.57$ 28.8 388.00$ 8-9 8-16 11477 0 174.80$ 16.5 hr PM-A service, 2 printer ribbons for truck 6-15 6-16 11477 917 29.11$ 2.6 hr Repair counter, paint screen holes repaired, weld filter 2-18 2-19 10560 0 327.65$ 1.2 hr Ordered nozzle for spray gun 2-17 2-17 10560 116 209.32 0 hr 20.00$ Replace right front tire 2-10 2-11 10444 165 0 0 hr 85 loose wire in head phones 1-14 1-22 10279 714 199.69 8.8 hr 368.00$ Fabricate pipe, PM-B service Item # 3 F00108 - 2002 Sterling Thermoplastic Line Painter PAGE 4 IN OUT Mileage Miles Parts Labor Sublet 2003 6696 4,251.46$ 93.7 hr 1,282.55$ 12-18 12-22 9565 0 117.43$ 9.8 hr Replace battery, repair grease gun compressor 12-03 12-08 9565 122 -$ 5.0 hr Compressor won't start 12-01 12-01 9443 222 83.14$ 1.0 hr Dead battery 11-03 11-07 9221 189 77.43$ 4.4 hr Electrical, replaced Amp guage and voltmeter 10-21 10-21 9032 646 -$ 1.0 hr Replace fuse, inspect circuit 10-06 10-08 8386 0 15.71$ 1.7 hr Replace air valve regulator, fuel pressure guage 9-25 10-3 8386 186 8.42$ 3.7 hr Replace toggle switch 9-22 9-22 8200 0 -$ 2.4 hr Heater will not come on 9-15 9-15 8200 546 -$ 7.7 hr Will not start-located at Riverfront 8-28 9-5 7654 0 189.16$ 1.5 hr Repair to oil burner 8-19 8-19 7654 414 55.13$ .8 hr Check charging system, replace battery 8-15 8-15 7240 0 -$ 0 1,282.55$ Install radio equipment in vehicle per Dept request 7-15 7-25 7240 161 153.38$ 12.1 hr Check engine light keeps coming on, 7-11 7-11 7079 286 3.2 hr Stop leak on tank 6-27 6-27 6793 236 2.7 hr Cut frame to clear holes, weld on bracket 5-27 5-27 6093 291 13.20$ 1 hr Repair hydraulic leak 5-2 5-29 5802 3 1.7 hr Fabricate 2 scoopers to remove beads out of bottom of tanks 5-1 5-1 5799 352 1.2 hr Check O-rings and hydraulic system-motors on paddles moving slow 4-15 4-23 5747 1081 650.00$ 5.0 hr Replace hydraulic motor, check compressor 4-7 4-11 5666 302 14.08$ 3.2 hr Check engine, check air conmpressor and valve for trash, hyd fluid low 3-5 4-8 5364 302 2,872.26$ 9.6 hr PM Service, repair grease gun, fabricate T-handle 2-26 2-26 5294 201 .3 hr Weld bolt on compressor 2-17 2-17 5093 277 .7 hr Grease fittings 1-30 1-30 4816 39 .4 hr Weld filter pots 1-15 1-15 4777 219 2.12$ 1.1 hr Lub machine 1-13 1-13 4558 74 1 hr Road Call-Dead Battery 1-2 1-2 4484 83 .4 hr Repair blades on heater blower Item # 3 F00108 - 2002 Sterling Thermoplastic Line Painter PAGE 5 IN OUT Mileage Miles Parts Labor Sublet 2002 3446 11.74$ 5.7 hr 12-17 12-18 4401 282 .3 hr Check fluids 11-7 11-7 4119 13 .6 hr Cut top off filter and weld metyal on the bottom 11-5 11-5 4106 19 .1 hr tack weld nozzle 10-17 10-17 4087 34 1.7 hr Install new lines-provided by Dept 9-16 9-16 4053 211 1.3 hr Road Call-Won't start 8-12 8-12 3842 314 0.4 hr Remove 2 bolts on plates 7-25 7-25 3528 2485 2.14$ Issued 2 tubes of grease 2-20 2-20 1043 22 .5 hr Need scraper made for striping truck 2-14 2-14 1021 66 .1 hr Won't crank 1-4 1-7 955 9.60$ .7 hr Add decals and asset numbers Item # 3 F00108- Thermoplastic Line Truck Attachment number 2 Page 1 of 3 Item # 3 Attachment number 2 Page 2 of 3 Item # 3 Attachment number 2 Page 3 of 3 Item # 3 Attachment number 3 Page 1 of 1 Item # 3 Invitation To Bid Sealed bids will be received at this office until Wednesday, September 2, 2009 @ 11:00 a.m. for furnishing: Bid Item #09-145 Modifications and Upgrades to Existing Thermoplastic Truck for Fleet Department Bid Item #09-149 Bomb Emergency Response Truck for Fleet Department BID’s will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 706-821-2422 BID documents may be obtained at the office of Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department. All questions must be submitted in writing to the office of the Procurement Department by Fax at 706-821-2811 or by mail. No bid will be accepted by fax, all must be received by mail or hand delivered. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference on an eligible local project, the certification statement as a local bidder and all supporting documents must be submitted to the Procurement Department with your bonafide bid package. No BID may be withdrawn for a period of 90 days after time has been called on the date of opening. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. Please mark BID number on the outside of the envelope. Bidders are cautioned that sequestration of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle July 30, August 6, 13, 20, 2009 Metro Courier August 5, 2009 cc: Tameka Allen Interim Deputy Administrator Ron Crowden Fleet Management Attachment number 4 Page 1 of 1 Item # 3 Ve n d o r s : Ad v a n c e S t r i p i n g E q u i p m e n t 15 3 F l e e t D r i v e Vi l l a R i c a , G A 3 0 1 8 0 M- B C o m p a n i e s , I n c . 79 M o n t g o m e r y S t r e e t Mo n t g o m e r y , P A 1 7 7 5 2 Bi d F o r m YE S Y E S St a t e m e n t o f N o n - Di s c r i m i n a t i o n YE S Y E S Co n f l i c t o f I n t e r e s t YE S Y E S Co n t r a c t o r A f f i d a v i t & Ag r e e m e n t YE S Y E S Su b c o n t r a c t o r A f f i d a v i t & A g r e e m e n t YE S Y E S No n - C o l l u s i o n A f f i d a v i t of B i d d e r YE S Y E S No n - C o l l u s i o n A f f i d a v i t Su b c o n t r a c t o r YE S Y E S Lo c a l S m a l l B u s i n e s s Go o d F a i t h E f f o r t s YE S Y E S Lo c a l S m a l l B u s i n e s s Su b c o n t r a c t o r / S u p p l i e r Ut i l i z a t i o n P l a n YE S Y E S Bi d P r i c e $ 1 8 3 , 7 5 0 . 0 0 $ 1 3 9 , 9 7 4 . 0 0 25 . 0 1 T r u c k D e l i v e r y t o Ve n d o r : To t a l B i d P r i c e $1 8 3 , 7 5 0 . 0 0 $ 1 3 8 , 0 3 6 . 0 0 Bi d I t e m # 0 9 - 1 4 5 Mo d i f i c a t i o n & U p g r a d e t o E x i s t i n g T h e r m o p l a s t i c T r u c k Fo r t h e C i t y o f A u g u s t a - F l e e t D e p a r t m e n t Bi d O p e n i n g D a t e : W e d n e s d a y , S e p t e m b e r 2 , 2 0 0 9 a t 1 1 : 0 0 a. m . Pa g e 1 o f 1 Attachment number 5 Page 1 of 1 Item # 3 Attachment number 6 Page 1 of 3 Item # 3 Attachment number 6 Page 2 of 3 Item # 3 Attachment number 6 Page 3 of 3 Item # 3 Finance Committee Meeting 10/26/2009 1:15 AM Dr. Leonard Wilensky Department:Clerk of Commission Caption:Report from the Tax Assessor/Administrator regarding the request from Dr. Leonard Wilensky for an abatement of 2009 taxes for property located at 1456 Walton Way. (Referred from October 6 Commission meeting) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Item # 4 Attachment number 1 Page 1 of 8 Item # 4 Attachment number 1Page 2 of 8 Item # 4 Attachment number 1 Page 3 of 8 Item # 4 Attachment number 1 Page 4 of 8 Item # 4 Attachment number 1Page 5 of 8 Item # 4 Attachment number 1 Page 6 of 8 Item # 4 Attachment number 1 Page 7 of 8 Item # 4 Attachment number 1 Page 8 of 8 Item # 4 Finance Committee Meeting 10/26/2009 1:15 AM Solo Cup Operating Corporation Department:Clerk of Commission Caption:Consider a request from the Solo Cup Operating Corporation regarding a reduction of the January 1, 2008 value for their business personal property tax returns for fiscal year 2008. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Item # 5 Attachment number 1 Page 1 of 8 Item # 5 Attachment number 1 Page 2 of 8 Item # 5 Attachment number 1 Page 3 of 8 Item # 5 Attachment number 1 Page 4 of 8 Item # 5 Attachment number 1 Page 5 of 8 Item # 5 Attachment number 1 Page 6 of 8 Item # 5 Attachment number 1 Page 7 of 8 Item # 5 Attachment number 1 Page 8 of 8 Item # 5