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 #___3___
Columbus Consolidated Government
Council Meeting
August 5, 2003
Agenda Report #____97____
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) AUDITORIUM SEATING FOR THE CONVENTION AND TRADE CENTER
It is requested that Council approve the purchase of thirty-five hundred
(3,500) arena stack chairs from Krueger International, Inc., (KI) (Green Bay,
Wisconsin), in the amount of $273,000.00, plus freight charges, via Georgia
Statewide Contract #S-020728. Due to the volume of chairs purchased, the State
contracted vendor is offering an additional discount which results in a net
unit cost of $78.00 per chair; the retail unit cost for the chair is $195.00
per unit.
Krueger International is the manufacturer of the chairs currently utilized at
the Trade Center. The new chairs will match the existing seating and will be
used in the renovated portions of the Trade Center.
Funds are budgeted in FY04 Budget, 99 SPLOST-Trade Center
Expansion-Furniture-Trade Center Renovations; 0540-695-2132-TXTC-7731-50602030.
* * * * * *
(B) EROSION DAMAGE REPAIR AT COLUMBUS RIVERWALK? RFP NO. 03-0032
It is requested that Council authorize the execution of a contract with Grant
Environmental Contractors, Inc., to provide erosion damage repair, due to
flooding, at the Columbus Riverwalk. The successful vendor will re-establish
eroded areas by replacing topsoil, sod, mulch, rip rap and love grass. The
vendor will replace any grout damaged and missing concrete blocks as well as
replace all damaged irrigation heads. In addition, the vendor will be
responsible for the grading and construction of swales and all other repairs
related to any damage caused by flooding.
Requests for proposals were mailed to one hundred, eighteen vendors. This RFP
has been advertised. A Mandatory Pre-Proposal Conference/Site Visit was held
on Tuesday, June 17, 2003; six vendors attended. The following three vendors
submitted proposals on June 20, 2003:
Grant Environmental, Inc. (Columbus, GA)
Outdoor Solutions (Ellerslie, GA)
Cline Construction Company (Columbus, GA)
The proposals were reviewed by the Evaluation Committee, which consisted of
representatives from Landscape & Forestry, Engineering and Sewer Maintenance.
In addition, a representative from the Landscape & Forestry division, served in
an advisory capacity.
The City?s Procurement Ordinance, Contracting for Equipment, Supplies or
Professional Services per Article 3-110, governs the RFP process. During the
RFP process, there is no formal opening due to the possibility of negotiated
components of the proposal. In the event City Council does not approve the
recommended offeror, no proposal responses or any negotiated components are
made public until after the award of the contract. The cost information and
evaluation results have been submitted to the City Manager in a separate memo
for informational purposes.
Funds are budgeted in FY04 Budget, Special Projects ? Capital Project Fund ?
Capital Projects ? General Fund Support Capital Projects ? General Construction
? Riverwalk Flood Cleanup; 0508-660-1000-CPGF-7661-22209040.
* * * * * *
(C) TRAFFIC SAFETY EQUIPMENT (ANNUAL CONTRACT) - BID NO. 03-0099
It is requested that Council approve the purchase of traffic safety equipment
from Safety Zone Specialists, Inc., for the estimated annual contract value of
$34,826.55. The equipment, which includes: barricades, barricade lights,
traffic cones, drums, safety flags, etc., will be purchased by the Public
Services Department on an ?as needed? basis.
The contract period will be for one year, with the option to renew for two
additional twelve-month periods. Contract renewals are contingent upon the
mutual agreement of the City and the Contractor.
One hundred and thirteen bid invitations were mailed; ten responses were
received on June 18, 2003. This bid has been advertised, opened and reviewed.
The bidders were:
Safety Zone Specialists, Inc. (Lakeland, Florida) $34,826.55
Eastern Traffic Safety Inc. (Austell, GA) $33,959.90*
Industrial 1 Supply (Columbus, GA) $39,957.00
Roadrunner Traffic Supply, Inc. (Fort Worth, TX) $40,936.30
Hall Signs Inc. (Bloomington, IN) $42,792.49
B & W Supply Company (Columbus, GA) $18,681.73*
Loveline Industries Inc. (Bronx, NY) $ 1,071.00*
*Vendors did not bid on all items.
Safety Products Inc., Transafe, Inc., and Smyrna Police Distributors failed to
provide the required minimum award agreement; therefore, the vendors? bids were
deemed incomplete.
Funds are budgeted each fiscal year for this ongoing expense, Various
Departments - Operating Materials.
* * * * * * *
(D) ANNUAL MAINTENANCE FOR MUG SHOT SYSTEM
It is requested that Council authorize payment to DataWorks Plus, LLC, in the
amount of $12,191.00, for the annual maintenance agreement for the mug shot
system. The vendor will provide 24/7 maintenance support for the mug shot
system utilized by the Sheriff?s Department. The maintenance period will be
for one year, from August 1, 2003 through July 30, 2004.
Resolution No. 233-96 authorized the purchase of the upgraded mug shot system
from DataWorks Plus (formerly TFP, Inc.). The City has paid for subsequent
maintenance agreements since the warranty for the equipment expired.
Funds are budgeted in FY04 Budget, Sheriff, Investigative/Fugitive,
Miscellaneous Equipment Maintenance; 0101-550-2200-INFU-6519.
?ITEM A?
A RESOLUTION
NO.___________
A RESOLUTION AUTHORIZING THE PURCHASE OF THIRTY-FIVE HUNDRED (3,500)
ARENA STACK CHAIRS FROM KRUEGER INTERNATIONAL, INC., (KI), IN THE AMOUNT OF
$273,000.00, PLUS FREIGHT CHARGES, VIA GEORGIA STATEWIDE CONTRACT #S-020728.
WHEREAS, Krueger International is the manufacturer of the chairs currently
utilized at the Trade Center. The new chairs will match the existing seating
and will be used in the renovated portions of the Trade Center.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase thirty-five
hundred (3,500) arena stack chairs from Krueger International, Inc., (KI), in
the amount of $273,000.00, plus freight charges, via Georgia Statewide Contract
#S-020728. Funds are budgeted in FY04 Budget, 99 SPLOST-Trade Center
Expansion-Furniture-Trade Center Renovations; 0540-695-2132-TXTC-7731-50602030.
________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _________________, 2003 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 B?
A RESOLUTION
NO. _____
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH GRANT
ENVIRONMENTAL CONTRACTORS, INC., TO PROVIDE EROSION DAMAGE REPAIR, DUE TO
FLOODING, AT THE COLUMBUS RIVERWALK.
WHEREAS, an RFP was administered (RFP No. 03-0032) and three proposals
received; and,
WHEREAS, the proposal submitted by Grant Environmental met all proposal
requirements and is deemed most responsive to the RFP.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a contract with
Grant Environmental Contractors, Inc., to provide erosion damage repair due to
flooding at the Columbus Riverwalk. Funds are budgeted in FY04 Budget, Special
Project ? Capital Project Fund ? Capital Projects ? General Fund Support
Capital Projects ? General Construction ? Riverwalk Flood Cleanup;
0508-660-1000-CPGF-7661-22209040.
________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _________________, 2003 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 Poydasheff, Mayor
?ITEM C?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF TRAFFIC SAFETY EQUIPMENT FROM SAFETY
ZONE SPECIALISTS, INC., FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $34,826.55.
WHEREAS, the equipment will be purchased by the Public Services Department on
an ?as needed? basis; and,
WHEREAS, the contract period will be one year, with the option to renew for two
additional twelve month period. Contract renewals are 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 purchase traffic safety
equipment from Safety Zone Specialists, Inc., for the estimated annual contract
value of $34,826.55. Funds are budgeted each fiscal year for this ongoing
expense, Various Departments - Operating Materials.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2003 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 Puch 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 DATAWORKS PLUS, LLC, IN THE AMOUNT OF
$12,191.00 FOR AN ANNUAL MAINTENANCE AGREEMENT FOR THE MUG SHOT SYSTEM.
WHEREAS, the vendor will provide 24/7 maintenance support for the
Sheriff?s Department mug shot system. The maintenance period will be for one
year, from August 1, 2003 through July 30, 2004.
WHEREAS, Resolution No. 233-96 authorized the purchase of the upgraded
system from DataWorks Plus (formerly TFP, Inc.). The City has paid for
subsequent maintenance agreements since the warranty for the equipment expired.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to render payment to
DataWorks Plus, LLC, in the amount of $12,191.00 for an annual maintenance
agreement for the mug shot system. Funds are Budgeted in FY04 Budget, Sheriff
- Investigative/Fugitive, Miscellaneous Equipment Maintenance;
0101-550-2200-INFU-6519.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2003 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
DATE: August 5, 2003
TO: Mayor and Councilors
FROM: Kay Love, Director of Finance
SUBJECT: Advertised Bids
August 6, 2003
1. 20 Ft. Flex Wing Rotary Cutter ? Bid No. 04-0003
Scope of Bid
Provide a 20 Ft. Flex Wing Rotary Cutter to be used by the Street Right-of-Way
Division of the Public Services Department.
2. Crawler Tractor Equipped for Waste Disposal ? Bid No. 04-0004
Scope of Bid
Provide one (1) Crawler Tractor to be used by the Pine Grove Landfill Division
of the Public Services Department.
3. Large Light Bulbs (Annual Contract) ? Bid No. 03-0102
Scope of Bid
Provide various types of large light bulbs to Columbus Consolidated Government
on an ?as needed? basis. The contract term will be for one year, with option
to renew for two additional twelve-month periods.
August 20, 2003
1. Repairs to Steam Room ? Bid No. 04-0006
Scope of Bid
The successful vendor shall repair the steam room located in the basement of
the Public Safety Building. The work area consists of approximately 101 sq.
ft. 8 ft. high and the area consists of 12 feet 8 inches by 8 feet 8 inches
with one (1) 36? glass door opening.
2. Cab and Chassis with Combination Sewer Cleaning Machine ? Bid No. 04-0005
Scope of Bid
Provide one (1) cab and chassis with a combination sewer-cleaning machine to be
used by the Sewer Maintenance Division of the Public Services Department to
clean and maintain the City?s storm sewer system for flood control.
August 21, 2003
1. Pine Grove Municipal Solid Waste Landfill ? Phase II, Cells 2A, 2B, 2C ? Bid
No. 04-0001
Scope of Bid
The project consists of the following major elements: approximately
185,000 cubic yards of cut material and 1,700 cubic yards of structural
fill; placement of 24-inch thick liner base with a permeability not to exceed 1
x 10?7 cm/sec, and placement of either a 24-inch thick leachate collection
layer with a permeability no less than 1 x 10-2 cm/sec or placement of Geonet
and 24-inches of a soil layer with no specified permeability; a 60 mil HDPE
geomembrane liner approximately 370,000 square feet; the construction of 1,300
feet of 24-foot wide gravel access road; construction of a sediment basin;
construction and maintenance of erosion and sedimentation control devices;
installation of underdrain and leachate collection piping; construction of and
improvements to existing perimeter ditches. Bids will be accepted only
from Pre-Qualified Bidders.