Agenda Item # 4
Columbus Consolidated Government
Council Meeting
November 15, 2005
Agenda Report # 62
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) WELDING/METAL FABRICATION SERVICES (ANNUAL CONTRACT) -
RFB NO. 06-0025
It is requested that Council approve the contract for welding/metal fabrication
services from J & W Metal Fabricating, Inc., for the estimated annual contract
value of $95,000.00. The services will be provided on an ?as needed? basis
for repairs of facilities and equipment owned by the City. Based on previous
fiscal year usage the Public Services Department estimates spending
approximately $95,000.00 for welding/metal fabrication services.
The contract term is for two years, with the option to renew for three (3)
additional twelve-month periods. Renewal of the contract is contingent upon
the mutual agreement of the City and the contracted vendor.
Bid specifications were posted on the City?s website; two bids were received
October 26, 2005 from the following vendors: J&W Metal Fabricating, Inc., and
Chattahoochee Metal Fabricators, Inc. This bid has been advertised, opened and
reviewed.
VENDOR
J & W Metal Fabricating, Inc.
(Columbus, GA)
*Chattahoochee Metal Fabricators, Inc. (Columbus, GA)
RATES:
FIELD WORK:
Regular Working Hours - Labor $ 44.25 per hour
Outside Regular Hours - Labor $ 66.38 per hour
Field Work ? Response Time: 1 hour
SHOP WORK:
Regular Working Hours - Labor $ 44.25 per hour
MATERIAL:
COST+ 30%
Emergency Response Time
Regular Working Hours 30 min ? 1 hour
Outside Regular Hours 1 hour
FIELD WORK:
Regular Working Hours - Labor $ 45.00 per hour
Outside Regular Hours - Labor $ 60.00 per hour
Field Work ? Response Time: 30 min
SHOP WORK:
Regular Working Hours - Labor $ 45.00 per hour
MATERIAL:
COST+ 30%
Emergency Response Time
Regular Working Hours ? hour
Outside Regular Hours ? to 1 hour
*Chattahoochee Metal Fabricators, Inc., failed to submit the following required
information: Statement of Qualification, Certificate of Insurance, Company
business license and Warranty/Guarantee. Therefore, their bid was deemed
incomplete.
Funds are budgeted each fiscal year for this ongoing expense, Balance Sheet
Account, General Fund, Auto Parts & Supplies, 0101-1562 to be charge to various
departments as needed; Public Services, Facilities Maintenance - Other
Maintenance & Repairs, Building Maintenance-Public Safety, and Building
Maintenance-General Government, 0101-260-3710-REPA-6527, 6528, or 6529 as
needed.
* * * * * *
(B) PEST CONTROL SERVICES (ANNUAL CONTRACT) - RFB NO. 06-0021
It is requested that Council approve the contract for pest control services
with Knox Pest Control for the estimated annual contract value of $13,440.00.
The vendor will provide pest control services at 86 City owned buildings.
The contract term is for a two-years period with an option to renew for three
additional twelve-month periods. Renewal of the contract is contingent upon
the mutual agreement of the City and the contracted vendor.
Bid specifications were posted on the City?s website; two bids were received
October 19, 2005 from the following vendors: Knox Pest Control and Orkin Pest
Control. This bid has been advertised, opened and reviewed.
Vendor
Locations 1 - 86
(Monthly Fee)
Total Estimated
Contract Value
Knox Pest Control (Columbus, GA)
$ 1,120.00
$ 13,440.00
Orkin Pest Control (Columbus, GA)
$ 1,250.00
$ 15,000.00
Funds are budgeted each fiscal year for this ongoing expense, Public Services,
Facilities Maintenance - Other Maintenance & Repairs, Building
Maintenance-Public Safety, and Building Maintenance-General Government,
0101-260-3710-REPA-6527, 6528, or 6529 as needed.
* * * * * *
(C) SURPLUS VEHICLES AND MISCELLANEOUS MEDICAL EQUIPMENT
It is requested that Council declare the vehicles and various equipment shown
below as surplus in accordance with Section 7-501 of the Charter of Columbus
Consolidated Government.
See Surplus Attachment:
The equipment has either been replaced or placed out of service due to excess
maintenance cost. Due to Homeland Security policies, the City cannot auction
the emergency vehicles; therefore, vehicle number 3017 will be donated to
Whigham Volunteer Fire Department (Whigham, GA) and vehicle number 3104 will be
donated to Turner County Emergency Services (Ashburn, GA). At a later date,
the City will donate the miscellaneous medical equipment to an organization (s)
yet to be determined. The two fire engines will be donated after the City
receives and accepts the three (3) engines that are currently on order.
Fleet Maintenance Identification No. Description VIN
3017 Engine 18
1988 E-One Hurricane Open Cab Fire Engine 1F9PBAAB4J1037389
3104 Engine 19
1988 E-One Hurricane Open Cab Fire Engine 1F9PBAA8XJ1037509
MISCELLANEOUS MEDICAL EQUIPMENT
David Clark Pediatric MAST (15)
David Clark Adult MAST (6)
Adult Traction Splints (some missing parts) (7)
Ferno Washington Scoop Stretchers (4)
Wooden Backboards (8)
Ferno Washington Stretcher Mattresses (6)
?ITEM A?
A RESOLUTION
NO. ______
A RESOLUTION AUTHORIZING THE CONTRACT FOR WELDING/METAL FABRICATION
SERVICES FROM J & W METAL FABRICATING, INC., FOR THE ESTIMATED ANNUAL CONTRACT
VALUE OF $95,000.00.
WHEREAS, the services will be provided on an ?as needed? basis for repairs of
various facilities and equipment owned by the City; and,
WHEREAS, the contract term is for two years with the option to renew for three
additional twelve-month periods. Renewal of the contract is contingent upon
the mutual agreement of the City and the contracted vendor.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to enter into a contract for
welding/metal fabrication services with J & W Metal Fabricating, Inc., for the
estimated annual contract value of $95,000.00. Funds are budgeted each fiscal
year for this ongoing expense, Balance Sheet Account, General Fund, Auto Parts
& Supplies, 0101-1562 to be charge to various departments as needed; Public
Services, Facilities Maintenance - Other Maintenance & Repairs, Building
Maintenance-Public Safety, and Building Maintenance-General Government,
0101-260-3710-REPA-6527, 6528, or 6529 as needed.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of _________________, 2005 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 FOR PEST CONTROL
SERVICES WITH KNOX PEST CONTROL FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF
$13,440.00.
WHEREAS, the vendor will provide pest control services at 86 City owned
buildings; and,
WHEREAS, the contract term is for a two year period with an option to renew for
three 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 execute a contract for pest
control services with Knox Pest Control for the estimated annual contract value
of $13,440.00. Funds are budgeted each fiscal year for this ongoing expense,
Public Services, Facilities Maintenance - Other Maintenance & Repairs, Building
Maintenance-Public Safety, and Building Maintenance-General Government,
0101-260-3710-6527, 6528, or 6529 as needed.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _________________, 2005 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 C?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE DECLARATION OF (2) FIRE TRUCKS AND MISCELLANEOUS
MEDICAL EQUIPMENT AS SURPLUS, IN ACCORDANCE WITH SECTION 7-501 OF THE CHARTER
OF COLUMBUS CONSOLIDATED GOVERNMENT.
WHEREAS, the equipment has either been replaced or placed out of
service due to excess maintenance cost; and,
WHEREAS, due to Homeland Security policies, the City cannot auction the
emergency vehicles; therefore, vehicle number 3017 will be donated to Whigham
Volunteer Fire Department (Whigham, GA) and vehicle number 3104 will be donated
to Turner County Emergency Services (Ashburn, GA). At a later date, the City
will donate the miscellaneous medical equipment to an organization (s) yet to
be determined. The two fire engines will be donated after the City receives
and accepts the three (3) engines that are currently on order.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager, or his designee, is hereby authorized to declare
two (2) fire trucks and miscellaneous medical equipment as surplus, in
accordance with Section 7-501 of the Charter of Columbus Consolidated
Government; and is authorized to donate vehicle number 3017 to Whigham
Volunteer Fire Department, vehicle number 3104 to Turner County Emergency
Services , and to donate miscellaneous medical equipment to an organization (s)
yet to be determined.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of _________________, 2005 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: November 15, 2005
TO: Mayor and Councilors
FROM: Angela Cole, Director of Finance
SUBJECT: Advertised Bids
November 16, 2005
1. Computer Room Cooling Equipment ? RFB No. 06-0029
Scope of Bid
Columbus Consolidated Government is requesting bids to provide and install a
new Data Aire? water cooled computer room unit (10 ton), a new Evapco? ICT
induced draft discharge counter flow cooling tower, and a new Patterson Pump
Company end suction centrifugal pump.
2. Osceola Court-Muscogee County Technology Park ? RFB No. 06-0022
Scope of Bid
The work shall consist of the construction of Osceola Court in the Muscogee
Technology Park, in accordance with the designated plans and specifications.
The Contractor shall be required to maintain public access to all residences
and businesses located within the project area.
November 30, 2005
1. 30'/35' Low Floor Clean Diesel Transit Buses (Annual Contract) ? RFB
No. 06-0027
Scope of Bid
The Consolidated Government of Columbus, Georgia (the City) is seeking vendors
to provide 30'/35' low floor clean diesel transit buses to METRA on an ?as
needed? basis. The City anticipates purchasing approximately 12 buses over a
four (4) year period.
December 14, 2005
1. Heritage Park Fountain Maintenance (Annual Contract) ? RFB No. 06-0031
Scope of Bid
Establish an annual contract with a qualified contractor for cleaning
(skimming, vacuuming, cleaning the pit and adding chemicals as needed) and
maintaining jumping jets on a weekly basis. The term of contract shall be for
two years, with the option to renew for three (3) additional twelve-month
periods. Contract renewal shall be contingent upon the mutual agreement of the
City and the Contractor.
2. HVAC Controls Repair/Replacement (Annual Contract) ? RFB No. 06-0032
Scope of Bid
Provide repair/replacement on HVAC controls on an ?as needed basis?.
Contractor will provide service for electric and pneumatic controls on the HVAC
systems at various City buildings. The term of contract shall be for two
years, with the option to renew for three (3) additional twelve-month periods.
Contract renewal shall be contingent upon the mutual agreement of the City and
the Contractor.