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 #________
Columbus Consolidated Government
Council Meeting
December 3, 2002
Agenda Report #___________
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) ACTUARIAL AND CONSULTING SERVICES
It is requested that Council authorize payment to William M. Mercer, Inc., in
the amount of $15,082.00. The firm provided Actuarial and Consulting
services, July through September, 2002 for the General Government and Public
Safety Employees Pension Plan.
Funds are budgeted in FY03 Budget, General Government and Public Safety,
Employees Pension & Benefit Fund ? Contractual Services;
0970-700-2100-PNGG-6319 and 0970-700-2000-PNPS-6319.
* * * * * *
(B) CUSTODIAL SUPPLIES (ANNUAL CONTRACT) - BID NO. 03-0017
It is requested that Council approve the purchase of custodial supplies on an
"as needed basis" from Georgia Correctional Industries, Jerry?s Vacuums &
Janitorial Supplies, Inc., Floormedic Llc, S & S of Georgia, Bi-State Paper,
Jem Sales, Inc., Puritan Services, Unisource, COPACO, Inc. and Selig Industries
for the estimated annual contract value of $89,959.40. Various departments of
the Columbus Consolidated Government will utilize these custodial supplies and
chemicals.
The contract term is for a one-year period with an option to renew for two
additional twelve-month periods. Renewal of the contract is contingent upon
the mutual agreement of the City and the contracted vendors.
One hundred and twenty-seven bid invitations were mailed; seventeen bids were
received October 16, 2002 from the following vendors, Georgia Correctional
Industries, Jerry?s Vacuums & Janitorial Supplies, Inc., Floormedic Llc, S & S
of Georgia, Bi-State Paper, Jem Sales, Inc., Puritan Services, Unisource,
COPACO, Inc., Selig Industries, Southland Chemical & Supply, Robinson Supply
Co., Industrial 1 Supply, Battle & Battle Distributors, Inc., Delta Formost
Chemical Corporation, Amercare Products and NCH Corporation. This bid has been
advertised, opened, and reviewed. The successful bidders were:
VENDOR/ITEMS
EST. USAGE/
1 YEAR
UNIT PRICE
TOTAL COST
Georgia Correctional Industries
(Decatur, GA)
Clorox
Disinfectant Cleaner, Non-Pine
Pure & Natural, Bar Soap
Windex
Ajax
Toilet Bowl Cleaner, Viscous Cleaner
Wash and Wax Cleaner
Degreaser/Cleaner
Floor Finish Wax
Floor Finish Wax (High Gloss)
Floor Sealer
Floor Stripper
175 cs
12 gals
120 cs
12 cs
150 cs
75 gals
200 gals
200 gals
240 cs
20 cs
20 cs
240 cs
5.75 cs
3.00 gal
30.00 cs
8.00 cs
13.30 cs
2.50 gal
3.00 gal
2.60 gal
16.80 cs
28.00 cs
18.00 cs
11.90 cs
1,006.25
36.00
3,600.00
96.00
1,995.00
187.50
600.00
520.00
4,032.00
560.00
360.00
2,856.00
15,848.75
Jerry?s Vacuum & Janitorial Supplies
(Leesburg, FL)
Cascade
Powder Laundry Detergent
Tide
Carpet Deodorizer
Hand Sanitizer
Ivory Bath Soap
Antibacterial Liquid Soap
Lava Hand Soap
Safeguard
S.O.S Pads
Spic N Span
Toilet Bowl Cleaner
Toilet Bowl & Urinal Cleaner
Waterless Hand Cleaner w/Pumice
Waterless Hand Cleaner w/o Pumice
Emulsifying Degreaser
12 cs
125 drum
75 cs
30 cs
100 cs
36 cs
150 cs
175 cs
125 cs
15 cs
150 cs
150 cs
24 cs
150 cs
200 cs
24 cs
26.77 cs
27.65 drum
53.50 cs
17.75 cs
27.99 cs
28.96 cs
13.90 cs
33.19 cs
26.37 cs
27.76 cs
48.19 cs
11.31 cs
11.45 cs
6.51 cs
5.68 cs
14.98 cs
321.24
3,456.25
4,012.50
532.50
2,799.00
1,042.56
2,085.00
5,808.25
3,296.25
416.40
7,228.50
1,696.50
274.80
976.50
1,136.00
359.52
35,441.77
Floormedic, LLC (Lancaster, PA)
Toilet Chemical
Disinfectant Cleaner; w/Pure Oil
6 cs
24 gals
15.95 cs
6.09 gal
95.70
146.16
241.86
S & S Company of GA., Inc. (Albany, GA)
Ammonia; High Sudsing
Heavy Duty Scrubbing Pads
Floor Restoration
Floor Two in One Spray Buff/Maintainer
150 gals
20 cs
20 cs
20 cs
3.75 gal
96.00 cs
14.00 cs
14.00 cs
562.50
1,920.00
280.00
280.00
3,042.50
Bi-State Paper (Midland, GA)
Carpet Shampoo
36 gals
3.50 gal
126.00
126.00
Amercare Products, Inc. (Seattle, WA)
Cashmere Deo Bar Soap
200 cs
27.36 cs
5,472.00
5,472.00
Jem Sales, Inc. (Rome, GA)
Ivory Dishwashing Liquid
Antibacterial Liquid Soap
409 Cleaner
Polish/Cleaner
55 cs
3 drums
200 cs
75 gals
22.63 cs
173.44 drum
12.02 cs
5.21 gal
1,244.65
520.32
2,404.00
390.75
4,559.72
Puritan Services (Mendota Heights, MN)
Dri-Spi Air Freshener & Textile Deodorizer
24 cs
18.85 cs
452.40
452.40
Unisource (Columbus, GA)
Hand Dishwashing Liquid Detergent
Odor Neutralizer
Deo Urinal
Deo Wall Blocks w/Hanger
Lemon Pine
Disinfectant Spray; Concentrated
Disinfectant Spray; Lysol
Liquid Alive Bacteria
Tub & Tile Mildew Cleaner
Hospital Disinfectant
Lemon Scent
Upholstery Cleaner Spray Can
Insect Spray
Wasp Spray
Glass Cleaner
All Purpose Liquid Cleaner
E-Z Off Oven Cleaner
Gum Remover
Oil Dry
Vandalism Mark Remover
Armourall Trigger Sprayer
Dust Mop Treatment Spray
125 cs
175 gals
300 dz
36 dz
1200 gals
12 gals
100 cs
24 cs
200 cs
12 cs
24 cs
10 cs
60 cns
400 cns
200 cs
12 cs
60 cs
4 cs
1200 bgs
36 cs
10 cs
10 cs
16.05 cs
3.39 gal
3.44 dz
9.39 dz
2.77 gal
4.52 gal
15.59 cs
20.64 cs
10.75 cs
15.59 cs
15.65 cs
17.19 cs
27.67 cns
1.88 cns
12.22 cs
11.47 cs
17.41 cs
18.23 cs
2.51 bg
18.10 cs
36.67 cs
16.84 cs
2,006.25
593.25
1,032.00
338.04
3,324.00
54.24
1,559.00
495.36
2,150.00
187.08
375.60
171.90
1,660.20
752.00
2,444.00
137.64
1,044.60
72.92
3,012.00
651.60
366.70
168.40
22,596.78
COPACO, INC. (Columbus, GA)
Ammonia
Bleach or Whitener
Liquid Soap for 800 ML Cartridge Dispensers
All Purpose Cleaner w/Citrus Base
Concentrated Cleaner for Aluminum
Carpet Spot Remover
Urinal Screens
125 gals
800 gals
4 cs
2 gals
25 gals
10 qts
300 ea
1.61 gal
0.90 gal
23.69 cs
5.28 gal
4.55 gal
1.55 qt
0.57 ea
201.25
720.00
94.76
10.56
113.75
15.50
171.00
1,326.82
Selig Industries (Atlanta, GA)
Stainless Steel Sponges
10 cs
85.08 cs
850.80
850.80
The bids submitted by Southland Chemical & Supply, Robinson Supply Co.,
Industrial 1 Supply and Battle & Battle Distributors, Inc. did not include the
required Material Safety Data Sheet and/or Minimum Award Agreement. Therefore
the vendors? bids were deemed incomplete. The Purchasing Division notified the
vendors, in writing, of the evaluation results.
Funds are budgeted each fiscal year for this ongoing expense; Public Services,
Vehicle Maintenance, Sewer Maintenance, Right-Of-Way-Maintenance, Street
Improvements, Street Repairs & Maintenance ? Operating Materials;
0101-260-2300-VHCL-6728, 0202-260-3210-SWRM-6728, 0203-260-3120-ROWM-6728,
0203-260-2100-STRT-6728, 0203-260-3110-REPR-6728, and various accounts of other
city departments.
* * * * * *
(C) AUTOMATIC VEHICLE LOCATION (AVL) SOFTWARE MAINTENANCE AGREEMENT
It is requested that Council authorize the purchase of an annual Software
Maintenance Agreement for the software operating the Automatic Vehicle Location
(AVL) system from AVeL-TECH Inc. in the amount of $17,404.00.
The City of Columbus operates an Automatic Vehicle Location System (AVL) over
its 800 MHz. Radio system that allows the 911 Center to know the exact location
of the Police, Sheriff, Fire/EMS and Marshall vehicles patrolling the City.
This system is driven by software provided by AVeL-TECH Inc. This software is
running on the servers in the 911 Center, as well as, on the computers in each
of the Public Safety vehicles equipped with this system.
This Maintenance Agreement will insure that the City receives complete and cost
effective technical support of this software, as well as, any upgrades that are
made to it during the course of the agreement. This agreement will allow us to
control the operating costs associated with the AVL System.
As the developer of the software, AVeL-TECH is the only known source providing
maintenance for the software.
Funds are budgeted in the FY03 Budget, Police, E-911 Communications Center ?
Service Contracts; 0209-400-3220-E911-6513.
* * * * * *
(D) GEOTECHNICAL-ENVIRONMENTAL TESTING SERVICES (ANNUAL CONTRACT) ?
RFP NO. 03-0002
It is requested that Council approve the annual contract for
Geotechnical-Environmental Testing services from QORE Property Sciences. The
firm will provide Geotechnical-Environmental Testing Services on an ?as needed
basis? for the Engineering Department for soil and construction material
testing for the development or design of various construction projects. These
services consist of providing the City with the necessary personnel, equipment
and laboratory testing for the geotechnical-environmental areas of soil,
concrete, asphalt, aggregates, brick, block, mortar and soil-cement.
Services include but are not limited to the following: soil sampling, sample
preparation, testing for strength of concrete cylinders, gravity and absorption
of coarse aggregates, asphalt mix verification, compaction testing, design of
base and pavement sections and asphalt mixes, etc. All reports provided to the
City?s Engineering Department will be approved by a Professional Engineer or
Geologist?s. The reports may be sent via e-mail, letter or fax within seven (7)
days from the completion of the test procedures.
The term of this contract shall be for two years, with the option to renew for
three (3) additional twelve-month periods. Contract renewal will be contingent
upon the mutual agreement of the City and the Contractor.
Request for proposals were mailed to fifty-seven vendors and the RFP has been
advertised. Proposals were received August 9, 2002 from the following five
offerors:
QORE Property Sciences (Duluth, GA)
GEC (Columbus, GA)
Building & Earth (Columbus, GA)
Hill-Station Engineers (Columbus, GA)
ECS, Ltd (Marietta, GA)
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from Engineering, Community Reinvestment, and Public Services.
During the evaluation process, QORE Property Sciences was deemed most
responsive to the RFP. The City?s Procurement Ordinance Article 3-111,
Architechtural/Engineering and Land Surveying Services. governs the RFP
Process. During the process of an RFP there is no formal opening, due to the
possibility of negotiated components of the proposal. In the event Council
does not approve the recommended offeror(s), no proposal responses or any
negotiated components are made public until after the award of the contract.
If Council does not approve the recommended offeror, negotiations will begin
with the next responsive offeror.
Funding will be provided in the budget for specific projects through the CIP,
1999 SPLOST, Bond Proceeds, etc.
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING PAYMENT FOR ACTUARIAL AND CONSULTING SERVICES TO
WILLIAM M. MERCER, INC., IN THE AMOUNT OF $15,082.00.
WHEREAS, the firm provided Actuarial and Consulting services, July through
September, 2002 for the General Government and Public Safety Employees Pension
Plan.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
T hat the City Manager is hereby authorized to make payment to William
M. Mercer, Inc., in the amount of $15,082.00 for the General Government and
Public Safety Employees Pension Plan. Funds are budgeted in FY03 Budget,
General Government and Public Safety, Employees Pension & Benefit Fund ?
Contractual Services; 0970-700-2100-PNGG-6319 and 0970-700-2000-PNPS-6319.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM B?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF CUSTODIAL SUPPLIES ON AN ?AS NEEDED
BASIS? FROM GEORGIA CORRECTIONAL INDUSTRIES, JERRY?S VACUUMS & JANITORIAL
SUPPLIES, INC., FLOORMEDIC LLC, S & S of GEORGIA, BI-STATE PAPER, JEM SALES,
INC., PURITAN SERVICES, UNISOURCE, COPACO, INC. , AND SELIG INDUSTRIES FOR THE
ESTIMATED ANNUAL CONTRACT VALUE OF $89,959.40.
WHEREAS, custodial supplies will be utilized by various departments of the
Columbus Consolidated Government; and,
WHEREAS, the contract term is for a one year period with an option to
renew for two additional twelve month periods. Renewal of the contract is
contingent upon the mutual agreement of the City and the Contractors.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase custodial
supplies on an ?as needed basis? from Georgia Correctional Industries, Jerry?s
Vacuums & Janitorial Supplies, Inc., Floormedic Llc, S & S of Georgia, Bi-State
Paper, Jem Sales, Inc., Puritan Services, Unisource, COPACO, Inc. and Selig
Industries for the estimated annual contract value of $89,959.40. Funds are
budgeted each fiscal year for this ongoing expense; Public Services, Vehicle
Maintenance, Sewer Maintenance, Right-Of-Way-Maintenance, Street Improvements,
Street Repairs & Maintenance ? Operating Materials; 0101-260-2300-VHCL-6728,
0202-260-3210-SWRM-6728, 0203-260-3120-ROWM-6728, 0203-260-2100-STRT-6728,
0203-260-3110-REPR-6728, and other city departments various accounts.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM C?
A RESOLUTION
NO:___________
A RESOLUTION AUTHORIZING THE PURCHASE OF A SOFTWARE MAINTENANCE AGREEMENT FROM
AVEL-TECH INC., FOR THE AUTOMATIC VEHICLE LOCATION SYSTEM SOFTWARE IN THE
AMOUNT OF $17,404.00.
WHEREAS, The City of Columbus operates an Automatic Vehicle Location System
(AVL) over its 800 MHz. Radio system that allows the 911 Center to know the
exact location of the Police, Sheriff, Fire/EMS and Marshall vehicles
patrolling the City, and,
WHEREAS, This Maintenance Agreement will insure that the City receives complete
and cost effective technical support for this software, as well as, any
upgrades that are made to it during the course of the agreement.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase a software
maintenance agreement for the Automatic Vehicle Location (AVL) system from
AVeL-TECH Inc. in the amount of $17,404.00. Funds are budgeted in the FY03
Budget, Police, E-911 Communications Center ? Service Contracts;
0209-400-3220-E911-6513.
__________________________________________________
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _______________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM D?
A RESOLUTION
NO.____________
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH QORE PROPERTY
SCIENCES FOR GEOTECHNICAL-ENVIRONMENTAL TESTING SERVICES.
WHEREAS, an RFP was administered (RFP No. 03-0002) and five proposals were
received; and,
WHEREAS, the proposal submitted by QORE Property Sciences met all proposal
requirements and was evaluated most responsive to the RFP; and,
WHEREAS, the term of this contract shall be for two years, with an option to
renew for three additional twelve-month periods. Contract renewal will be
contingent upon the mutual agreement of the City and the Contractor.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a contract with
QORE Property Sciences for Geotechnical-Environmental Testing Services.
Funding will be provided in the budget for specific projects through the CIP,
1999 SPLOST, Bond Proceeds, etc.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor