Columbus, Georgia

Georgia's First Consolidated Government

Post Office Box 1340
Columbus, Georgia, 31902-1340
(706) 653-4013
fax (706) 653-4016
Council Members

Attachments


Agenda Item #__2___





Columbus Consolidated Government

Council Meeting



April 6, 2004





Agenda Report #__181____



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department



(A) BUS WASH ROLLING DOORS ? BID NO. 04-0051



It is requested that Council authorize the purchase of two (2) bus wash rolling

doors from River City Door Company, in the amount of $10,178.00.



The rolling doors will enclose the bus wash at the lower shop of the METRA

Transit System. Currently, there are no rolling doors at the entrance and exit

of the bus wash, which creates a safety and security hazard.



Sixty-eight quote invitations were mailed. Two quotes were received on March

10, 2004. This bid has been advertised, opened and reviewed. The bidders were:



See Attached Tab:



1 Overhead Door of Columbus failed to include the required product literature

and although the contract pages were included, they were not initialed as

required. Therefore, the vendor?s bid was deemed incomplete. The vendor has

received written notification.



Funds are budgeted in FY04 Budget, Transportation Fund ? METRA - FTA - Capital

Expenditures over $5,000.00; 0751-610-2400-MFTA-7761; (City 10%; Federal 80%

and state 10%).



* * * * * *



(B) TELEPHONE EQUIPMENT & CABLE (ANNUAL CONTRACT) - BID NO. 04-0054



It is requested that Council approve the purchase of telephone equipment and

cable, on an "as needed" basis, from Business Communications, Inc., for the

estimated annual contract value of $59,332.00. The contract period shall be

for one (1) year, with the option to renew for two (2) additional twelve-month

periods. Contract will automatically be renewed on the anniversary date of the

contract, unless either party gives a 30-day written notice of cancellation.

The items consist of telephones, cables, patch panels, connect jacks, and

consoles, and will be installed in various departments by Information

Technology.



One hundred and one bid packages were mailed; three bid responses were received

March 10, 2004. This bid has been advertised, opened and reviewed. The

bidders were:



Estimated Annual Amount

Business Communications, Inc. (Atlanta, GA) $59,332.00

Graybar Electric Company, Inc. (Norcross, GA) $21,214.94*

Call One (Cape Canaveral, FL) 3,654.00**



*Vendor did not bid on all line items and prices are only good until 3/31/04 on

several line items.

**Vendor did not bid on all line items.



Funds are budgeted each fiscal year for this ongoing expense, Information

Technology-Information Systems Service Director-Telephone;

0101-210-1000-ISS-6621.



* * * * * *



(C) VIDEO RECORDING AND BROADCASTING SERVICES ? (ANNUAL CONTRACT ? RFP NO.

04-0017



It is requested that Council approve a contract with Affordable Productions for

video recording and broadcasting services. The firm will be utilized on an ?as

needed basis? to broadcast live and record Council meetings, Planning Advisory

Commission meetings, Historic and Architectural Review Board meetings and

various other ribbon cutting ceremonies and news conferences.



The Video Production Services will consist of the following services:



? Assist in the live broadcasts of weekly City Council meetings (Regular and

Night), and bi-weekly Planning Advisory Committee meetings.

? Available for any scheduled on location video shoot with a 24-hour notice.

? Available when a scheduled meeting or any other required production shoot is

requested at a location other than the existing council chamber or in the CCGTV

studio. Contractor will provide all the appropriate equipment and labor force

necessary for scheduled production.

? Create an opening, a closing and superimposed titles and names under

principle activities and individuals.

? Perform necessary editing and post production; provide CCGTV a copy of the

approved finished product on a DV Pro, Mini DV, or SVHS tape format.



The term of this contract shall be for one year, with the option to renew for

two additional twelve-month periods. Contract renewal shall be contingent upon

the mutual agreement of the City and the Contractor.



Request for proposals were mailed to seventy-one vendors and the RFP has been

advertised. One proposal was received March 12, 2004 from the following

offeror:



Affordable Productions (Columbus, GA)



The proposal was reviewed by the Evaluation Committee members, which consisted

of representatives from City Manager?s Office, Human Resources Department and

Finance Department. During the evaluation process, Affordable Productions was

deemed responsive to the RFP. The City?s Procurement Ordinance Article 3-110,

Competitive Sealed Proposals for the procurement of Equipment, Supplies and

Professional 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,

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, the RFP will be re-advertised and a new process will begin. The cost

information has been submitted to the City Manager in a separate memo for

informational purposes.



Funds are available each fiscal year for this on-going expense, City Manager,

Public Information ? Contractual Services; 0101-130-2600-INFO-6319.



* * * * * * * * * *



(D) EMERGENCY REPAIR OF CONCRETE RETAINING WALL



It is requested that Council approve payment to Gerald Brooks Construction in

the amount of $130,000.00 for the emergency repair of a concrete retaining wall

on Cherokee Avenue.



In February a structural failure occurred at 2605 Cherokee Avenue to storm

water discharges. Approximately 65 feet of a concrete and masonry block wall

between a drainage creek and private property collapsed and exposed the private

property to potential damages. Immediate corrective measures were necessary in

order to prevent possible damages to the private property. The old and new

wall is the property of the City. The City Manager approved the emergency

repair on February 9,2004. In addition, at another location on Cherokee, a

different property owner is experiencing the same problem. The wall section,

owned by the City, is failing and the property is in possible jeopardy. Again,

immediate repairs are required, therefore, the Engineering Department, moved

Gerald Brooks Construction to the second site to execute the repair, while

working in the area. The Engineering Department states more repairs are

needed, however, it appears the remainder of the wall can wait until the entire

repair project is let out for bid.



Gerald Brooks Construction was chosen to do the work because they were already

under contract with the City for construction services at the Riverwalk. The

contractor has also constructed repairs to other portions of the Cherokee wall

in the past for the City. In addition, the contractor was available to respond

on an emergency basis, and the price for the work was deemed acceptable.



Funds are available in the FY04 Budget, Sewer Fund Supported Capital Projects ?

Site Improvements ? Cherokee Retaining Wall; 0508?660-2000-CPSF-6567-20757970.





(E) 30 FT LOW FLOOR DIESEL BUSES



It is requested that Council approve the purchase of two (2) 30 ft. Low Floor

Diesel Buses from Orion Bus Industries (Ontario, Canada) in the of

$496,628.00. The buses are replacements that will be utilized by the METRA

Transit System.



To accommodate this purchase as expediently as possible, the City is

participating in an RFP administered by the Capital District Transportation

Authority of Albany, NY. The City?s Procurement Ordinance, Article 9-101,

?Cooperative Purchasing Authorized,? allows for participation in this RFP.



The RFP administered by the Capital District Transportation Authority, Request

for Proposal No, CDTA-02-01, issued March 20, 2001, is an annual contract for

thirty-foot (30?) low floor, heavy-duty, diesel-powered buses. Proposals were

received on June 19, 2001. Orion bus Industries was the successful vendor and

entered into a contract with the Capital District Transportation Authority in

Albany, NY for a 5-year period. The procurement process administered by the

Capital District Transportation Authority meets the procurement requirements of

Columbus Consolidated Government; and Orion Bus Industries has agreed to

provide two (2) thirty-foot low floor diesel buses to the City under the same

contract.



Funds are budgeted in FY04 Budget, 1999 SPLOST ?99 SPLOST Buses ? Buses ? Clean

Air Buses; 0540-695-2137-TXBS-7724-50820030. (City 10%; State 90%).



* * * * * *



(F) OIL & ANTIFREEZE RECYCLING SERVICES (ANNUAL CONTRACT) - BID NO. 04-0064



It is requested that Council approve the contract from Holloway Oil Company for

the removal and recycling of used oil and antifreeze from Public Services Fleet

Maintenance at the following two locations: 1011 Cusseta Road and 3950

Schatulga Road, at the rate of $0.25 per gallon. The Contractor will pay the

gallon rate to the City, which is revenue, and will be deposited, into the

Government Wide Revenue Account.



The contract term shall be for one year, with the option to renew for two

additional twelve-month periods, contingent upon the mutual agreement of the

City and Contractor.



Thirty-nine bid packages were mailed; four bids were received on March 17,

2004. This bid has been advertised, opened and reviewed. The bidders were:



PER GALLON RATE

Holloway Oil Company (Box Springs, GA) $0.25

R&H Waste Oil, Inc. (Sylacauga, AL) $0.25

Texpar Energy, LLC (Bainbridge, GA) $0.23750

Safety-Kleen Corp, Columbus, GA) $0.10



The Public Services Department has recommended Holloway Oil Company based on

two factors: First, the vendor is a known entity. Fleet Maintenance has used

the vendor on previous occasions for these services and were very satisfied.

Secondly, Holloway Oil Company, which is located approximately 25 miles from

Columbus Consolidated Government Fleet Management Division, can respond within

40 minutes in the event of an unscheduled pick-up due to a situation, such as

tank over-flow.



R&H Waste Oil, Inc., which is located approximately 98 miles from Columbus

Consolidated Government Fleet Management Division, would have a response time

of over 2 hours.



Revenue will be deposited into the Government Wide Revenue Account ? Sale of

Recycled Materials; 0101-099-1999-REVN-4559.













?ITEM A?



A RESOLUTION



NO. _____





A RESOLUTION AUTHORIZING THE PURCHASE OF TWO (2) BUS WASH ROLLING DOORS

FROM RIVER CITY DOOR COMPANY, IN THE AMOUNT OF $10,178.00.





WHEREAS, The rolling doors will enclose the bus wash at the lower shop

of the METRA Transit System. Currently, there are no rolling doors at the

entrance and exit of the bus wash, which creates a safety and security hazard.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase two (2) bus

wash rolling doors from River City Door Company, in the amount of $10,178.00.

Funds are budgeted in FY04 Budget, Transportation Fund ? METRA ? FTA - Capital

Expenditures over $5,000.00; 0751-610-2400-MFTA-7761; (City 10%; Federal 80%

and state 10%).

_________________________________________



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

the _________ day of ____________, 2004 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





______________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert Poydasheff, Mayor







?ITEM B?



A RESOLUTION



NO.



A RESOLUTION AUTHORIZING THE PURCHASE OF TELEPHONE EQUIPMENT AND CABLE,

ON AN "AS NEEDED BASIS?, FROM BUSINESS COMMUNICATIONS INC., FOR THE ESTIMATED

ANNUAL CONTRACT VALUE OF $59,332.00.



WHEREAS, the items consist of telephones, cables, patch panels, connect

jacks, and consoles, and will be installed in various departments by

Information Technology, and;



WHEREAS, the contract period shall be for one (1) year, with the

option to renew for two (2) additional twelve-month periods. Contract will

automatically be renewed on the anniversary date of the contract, unless either

party gives a 30-day written notice of cancellation.



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



That the City Manager is hereby authorized to purchase telephone

equipment and cable, on an "as needed basis?, from Business Communications Inc.

for the estimated annual contract value of $59,332.00. Funds are budgeted each

fiscal year for this ongoing expense, Information Technology-Information

Systems Service Director-Telephone; 0101-210-1000-ISS-6621.

______________________________



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

held the ___________ day of ____________, 2004 and adopted at said meeting by

the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.



_________________________________

____________________________ Tiny B. Washington, Clerk of

Council Robert Poydasheff, Mayor





?ITEM C?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH AFFORDABLE PRODUCTION

FOR VIDEO PRODUCTION AND BROADCASTING SERVICES.



WHEREAS, an RFP was administered (RFP No. 04-0017) and one proposal was

received; and,



WHEREAS, the proposal submitted by Affordable Productions met all proposal

requirements and was evaluated responsive to the RFP; and,



WHEREAS, the term of this contract shall be for one year, with the option to

renew for two additional twelve-month periods.



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



That the City Manager is hereby authorized to execute a contract with

Affordable Productions for Video Production and Broadcasting Services. Funds

are available each fiscal year for this on-going expense, City Manager, Public

Information ? Contractual Services; 0101-130-2600-INFO-6319.

_________________________________________



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

held the _________ day of _________________, 2004 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM D?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING PAYMENT TO GERALD BROOKS CONSTRUCTION IN THE

AMOUNT OF $130,000.00 FOR THE EMERGENCY REPAIR OF A CONCRETE RETAINING WALL ON

CHEROKEE AVENUE.



WHEREAS, In February a structural failure occurred at 2605 Cherokee

Avenue to storm water discharges. Approximately 65 feet of a concrete and

masonry block wall between a drainage creek and private property collapsed and

exposed the private property to potential damages. Immediate corrective

measures were necessary in order to prevent possible damages to the private

property. The old and new wall is the property of the City. The City Manager

approved the emergency repair on February 9,2004. In addition, at another

location on Cherokee, a different property owner is experiencing the same

problem. The wall section, owned by the City, is failing and the property is

in possible jeopardy. Again, immediate repairs are required, therefore, the

Engineering Department, moved Gerald Brooks Construction to the second site to

execute the repair, while working in the area. The Engineering Department

states more repairs are needed, however, it appears the remainder of the wall

can wait until the entire repair project is let out for bid; and,



WHEREAS, Gerald Brooks Construction was chosen to do the work because

they were already under contract with the City for construction services at the

Riverwalk. The contractor has also constructed repairs to other portions of

the Cherokee wall in the past for the City. In addition, the contractor was

available to respond on an emergency basis, and the price for the work was

deemed acceptable



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



That the City Manager is hereby authorized to make payment to Gerald

Brooks Construction in the amount of $130,000.00 for the emergency repair of a

concrete retaining wall on Cherokee Avenue. Funds are available in the FY04

budget, Sewer Fund Supported Capital Projects ? Site Improvements ? Cherokee

Retaining Wall; 0508?660-2000-CPSF-6567-20757970.

_________________________________________



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

held the _________ day of _________________, 2004 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor





?ITEM E?



A RESOLUTION



NO. _____



A RESOLUTION AUTHORIZING THE PURCHASE OF TWO (2) 30 FT. LOW FLOOR

DIESEL BUSES FROM ORION BUS INDUSTRIES (ONTARIO, CANADA) IN THE OF

$496,628.00. THE BUSES ARE REPLACEMENTS THAT WILL BE UTILIZED BY THE METRA

TRANSIT SYSTEM.



WHEREAS, To accommodate this purchase as expediently as possible, the

City is participating in an RFP administered by the Capital District

Transportation Authority of Albany, NY. The City?s Procurement Ordinance,

Article 9-101, ?Cooperative Purchasing Authorized,? allows for participation in

this RFP; and,



WHEREAS, The RFP administered by the Capital District Transportation

Authority, Request for Proposal No, CDTA-02-01, issued March 20, 2001, is an

annual contract for thirty-foot (30?) low floor, heavy-duty, diesel-powered

buses. Proposals were received on June 19, 2001. Orion bus Industries was

the successful vendor and entered into a contract with the Capital District

Transportation Authority in Albany, NY for a 5-year period. The procurement

process administered by the Capital District Transportation Authority meets the

procurement requirements of Columbus Consolidated Government; and Orion Bus

Industries has agreed to provide two (2) thirty-foot low floor diesel buses to

the City under the same contract.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase of two (2) 30

ft. Low Floor Diesel Buses from Orion Bus Industries (Ontario, Canada) in the

of $496,628.00. Funds are budgeted in FY04 Budget, 1999 SPLOST ?99 SPLOST

Buses ? Buses ? Clean Air Buses; 0540-695-2137-TXBS-7724-50820030. (City 10%;

State 90%).

_________________________________________



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

the _________ day of ____________, 2004 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





______________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert Poydasheff, Mayor





?ITEM F?

A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING A CONTRACT WITH HOLLOWAY OIL COMPANY FOR THE REMOVAL

AND RECYCLING OF USED OIL & ANTIFREEZE FROM THE PUBLIC SERVICES FLEET

MAINTENANCE AT THE FOLLOWING TWO LOCATIONS: 1011 CUSSETA ROAD AND 3950

SCHATULGA ROAD, AT A RATE OF $0.25 PER GALLON.



WHEREAS, the Contractor will remove and recycle used oil & antifreeze from the

Public Services Fleet Maintenance; and,



WHEREAS, the Contractor will pay a fee to the City, which will be deposited

into the Government Wide Revenue Account.



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



That the City Manager is hereby authorized to enter into a contract

with Holloway Oil Company for the removal and recycling used oil & antifreeze

from the Public Services Fleet Maintenance at the following two locations:

1011 Cusseta Road and 3950 Schatulga Road, at the rate of $0.25 per gallon to

be received as revenue for the City. Revenue will be deposited into the

Government Wide Revenue Account ? Sale of Recycled Materials;

0101-099-1999-REVN-4559.

_________________________________________



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

the _________ day of ____________, 2004 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





___________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert Poydasheff, Mayor







DATE: April 6, 2004



TO: Mayor and Councilors



FROM: Angela Cole, Director of Finance



SUBJECT: Advertised Bids



April 7, 2004

1. Fastener Supplies & Restocking Services (Annual Contract) ? Bid No.

04-0058

Scope of Bid

Provide Columbus Consolidated Government with various fastener supplies

and restocking services on an ?as needed basis?. The quantities specified are

based on an estimated usage. The City may purchase some, all, more or none of

the item. The initial term of contract shall be for one year, with the option

to renew for two additional twelve-month periods. Contract will automatically

renew on the anniversary date of the contract, unless either party gives a

30-day written notice of cancellation.



2. Parks & Recreation Swimming & Pool Supplies (Annual Contact) ? Bid No.

04-0039

Scope of Bid

The Consolidated Government of Columbus, Georgia (the City) Parks and

Recreation Division is seeking vendors to provide swim equipment such as

whistles, water bottles, umbrellas, rescue tubes, pocket masks, chaise lounge

chairs, deck lounge chairs, American standard locks, vacuum hoses, water

testing equipment and pool chemicals. Pool chemical will be awarded to local

vendors only.



3. Field Marking Paint (Annual Contract) ? Bid No.04-0070

Scope of Bid

Provide approximately 76 cases of aerosol spray field marking paint and 3,200

gallons of field marking paint to the Park Services Division. The contract

term shall be for one (1) year, with the option to renew for two (2) additional

twelve-month periods. Contract will automatically be renewed on the

anniversary date of the contract, unless either party gives a 30-day written

notice of cancellation.



4. Marquee Signs ? PQ No. 04-00012

Scope of Quote

Provide and install two (2) brick, LED marquee signs at Metra Transit

System. One marquee sign will be installed at the Main Office and one marquee

sign will be installed at the Transfer Center.



April 14, 2004

1. HVAC Preventive Maintenance Services (Annual Contract) ? Bid No.

04-0071

Scope of Bid

Provide preventive maintenance and/or repair service for chillers at

various locations. The contract term shall be for one (1) year, with the option

to renew for two (2) additional twelve-month periods. Contract will

automatically be renewed on the anniversary date of the contract, unless either

party gives a 30-day written notice of cancellation.





Back to List