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
December 6, 2005
Agenda Report # 70
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) CONSOLIDATION PLAN FOR HUD
It is requested that Council authorize the execution of a contract with J-Quad
& Associates, LLC (Dallas, TX), in the amount of $37,830, for preparation of
the City?s 5-Year Consolidation Plan.
The Plan is the long range plan for the City?s Department of Housing and Urban
Development (HUD) funding sources, Community Development Block Grant (CDBG),
HOME Investment Partnership Program, and the Emergency Shelter Grant. This
report is required by HUD and was last prepared in 2000. The new report is due
to HUD by May 15, 2006.
As authorized by Resolution No. 528-04, dated December 7, 2004, J-Quad &
Associates completed the City?s Impediments to Fair Housing Analysis in August
2005. This Housing Analysis was completed in a timely manner and met all
requirements of HUD. The Fair Housing Analysis is one of the components of
the 5-Year Consolidated Plan. The Census information and demographic data
utilized in the Housing Analysis will be used as an integral part in developing
the 5-Year Consolidated Plan. With J-Quad having prepared the Housing
Analysis, they have both an understanding of the data and issues associated
with the City. J-Quad would be able to build upon the work already completed
as a basis for conducting the Consolidated Planning process. Having already
compiled the aforementioned data, this will reduce the number of hours needed
to prepare the plan and reduce the cost.
Therefore, J-Quad & Associates is considered an only known source for this
specific project, per Section 3-114 of the procurement ordinance.
Funds are budgeted in FY06 Budget, Community Development Block Grant Fund ?
Neighborhood Redevelopment, Contractual Services; 0210-130-3450-RDEV-6319.
(B) CHANGE ORDER NO. 8 FOR NEW LIBRARY
It is requested that Council authorize the execution of Change Order No. 8 with
Batson Cook Construction, for additional furniture, construction services and
technical services at the new library, in the amount of $187,944.00.
Resolution No. 72-03, dated February 11, 2003, authorized the execution of the
contract with Batson Cook Construction. Change Order No. 8 includes:
Description Type of Change Total Amount
Additional Furniture (Malone) Owner 1,327.00
Additional Furniture (CWC) Owner 40,603.00
Additional Shelving (Demco) Owner 30,093.00
Additional Grading and Erosion Control Measures Owner 16,523.00
Additional Handicap Parking (Allowance) Owner 30,000.00
Additional Security Modifications (Allowance) Owner 25,000.00
Audio / Visual Equipment Support Owner 39,238.00
PAMS Server Support Owner 5,160.00
Change Order No. 8 $187,944.00
Total Contract amount including previous change orders 23,551,676.88
Total contract amount including previous change orders and Change Order No. 8
23,739,620.88
Funds are available in FY06 Budget, General Obligation Sales Tax Bond Series
2003 ? Library, General Construction; 0556-200-2451-CBA-7661-50500-2000C-0.
* * * * * *
(C) PORTABLE AIR COMPRESSOR ? RFB NO. 06-0019
It is requested that Council authorize the purchase of one (1) portable air
compressor from CTC Industrial, Inc., in the amount of $11,550.00.
The portable air compressor is replacement equipment for the Rainwater
Management Division, of the Public Services Department, used to power pneumatic
tools used at job sites.
Bid specifications were posted on the City?s website; two bid responses were
received on October 26, 2005. This bid has been advertised, opened and
reviewed. The bidders were:
VENDORS COST
CTC Industrial, Inc. (Memphis, TN) $11,550.00
Zenger?s Industrial Supply $18,025.00
Funds are budgeted in FY06 Budget, Sewer Fund, Public Services ? Sewer
Maintenance ? Capital Expenditures Over $5,000.00; 0202-260-3210-SWRM-7761.
(D) TRI-AXLE LOW BOY TRACTOR ? RFB NO. 06-0017
It is requested that Council authorize the purchase of one (1) tri-axle low boy
tractor from Bill Heard Chevrolet in the amount of $81,889.27.
The tractor is replacement equipment for the Street Improvements Division, of
the Public Services Department, used to pull a low boy trailer to transport
heavy equipment between landfills, repair jobs, and job sites.
Bid specifications were posted on the City?s website; three bid responses were
received on October 12, 2005. This bid has been advertised, opened and
reviewed. The bidders were:
VENDORS COST
Bill Heard Chevrolet (Columbus, GA) $81,889.27
Beck Motor Company (Albany, GA) $86,716.00
Volvo & GMC Truck Center (Charlotte, NC) $97,958.71
Funds are budgeted in FY06 Budget, Paving Fund, Public Services ? Street
Improvement ? Off Road Equipment; 0203-260-2100-STRT-7725.
* * * * * *
(E) ? TON SERVICE BODY TRUCKS ? RFB NO. 06-0017
It is requested that Council authorize the purchase of four (4) ? ton service
body trucks from Legacy Ford in the amount of $79,020.00.
The trucks are replacement units for the Facilities Maintenance Division, of
the Public Services Department, used to carry building repair parts to and from
jobs in City owned buildings.
Bid specifications were posted on the City?s website; two bid responses were
received on November 9, 2005. This bid has been advertised, opened and
reviewed. The bidders were:
1 Robert?s Truck Center failed to include the required product literature for
the body. Therefore, Option 3 of the vendor?s bid was deemed incomplete.
Funds are budgeted in FY06 Budget, General Fund, Public Services ? Facilities
Maintenance ?Light Trucks; 0101-260-2700-MNTN-7722.
F. CISCO 5520 INTRUSION DETECTION DEVICE AND INSTALLATION SERVICE
It is requested that Council authorize the purchase of a Cisco 5520 Intrusion
Detection Device and Installation Service from Cpak (LaGrange, Georgia) in the
amount of $13,696.50. This purchase is accomplished via Georgia State contract
(#S000546-043).
Intrusion Detection Hardware and Software constantly monitors the network,
alerts the administrator, and logs any attempts of unauthorized entry to the
network from the outside or inside. There has never been this type of software
in place because Information Technology did not feel that it was necessary.
However, since the City?s network has grown considerably over the last several
years, Information Technology now believes it is time to add that extra layer
of protection. GCIC is also requiring the City to have this software before
changing over to the new TCP/IP protocol to which the City must convert before
the end of the year. Without this type of protection the CCG network is
vulnerable.
All of the other equipment that is currently installed on the City?s network
system is Cisco equipment. Cpak is the State Contracted vendor for Cisco
equipment.
Funds are budgeted in FY01 Budget, Columbus Building Authority Series 2001 -
Finance Department - Computer Software ? Security & Safety Enhancements;
0553-200-2436-6713-40207-20010.
* * * * * *
G. ACCG MEMBERSHIP DUES
It is requested that Council approve payment to Association County
Commissioners of Georgia (ACCG) in the amount of $11,561.38 for year 2006
county membership dues. Membership dues are for the Council of
Columbus/Muscogee County, Georgia.
Funds are budgeted in the FY06 Budget, Council ? Membership Dues and Fees,
0101-100-1000-CNCL-6657.
?ITEM A?
A RESOLUTION
NO.__ ____
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH J-QUAD & ASSOCIATES,
LLC (DALLAS, TX), IN THE AMOUNT OF $37,830, FOR PREPARATION OF THE CITY?S
5-YEAR CONSOLIDATION PLAN.
WHEREAS, as authorized by Resolution No. 528-04, dated December 7, 2004,
J-Quad & Associates completed the City?s Impediments to Fair Housing Analysis
in August 2005; and,
WHEREAS, the 5-Year Consolidation Plan is the long range plan for the City?s
Department of Housing and Urban Development (HUD) funding sources, Community
Development Block Grant (CDBG), HOME Investment Partnership Program, and the
Emergency Shelter Grant; and,
WHEREAS, the Census information and demographic data utilized in the Housing
Analysis will be used as an integral part in developing the 5-Year Consolidated
Plan. Having already compiled the aforementioned data, utilizing the services
of J-Quad & Associates will reduce the number of hours needed to prepare the
plan and reduce the cost. The new report is due to HUD by May 15, 2006; and,
WHEREAS, therefore, J-Quad & Associates is considered an only known source for
this specific project, per Section 3-114 of the procurement ordinance.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to contract with J-Quad &
Associates, LLC (Dallas, TX), in the amount of $37,830, for preparation of the
City?s 5-Year Consolidation Plan. Funds are budgeted in FY06 Budget, Community
Development Block Grant Fund ? Neighborhood Redevelopment - Contractual
Services; 0210-130-3450-RDEV-6319.
_______________________________
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 CHANGE ORDER 8 WITH BATSON COOK
CONSTRUCTION, FOR ADDITIONAL FURNITURE, CONSTRUCTION SERVICES AND TECHNICAL
SERVICES AT THE NEW LIBRARY, IN THE AMOUNT OF $187,944.00.
WHEREAS, Resolution No. 72-03, dated February 11, 2003, authorized the
execution of the contract with Batson Cook Construction; and,
WHEREAS, Change Order No. 8 includes:
Description Type of Change Total Amount
Additional Furniture (Malone) Owner 1,327.00
Additional Furniture (CWC) Owner 40,603.00
Additional Shelving (Demco) Owner 30,093.00
Additional Grading and Erosion Control Measures Owner 16,523.00
Additional Handicap Parking (Allowance) Owner 30,000.00
Additional Security Modifications (Allowance) Owner 25,000.00
Audio / Visual Equipment Support Owner 39,238.00
PAMS Server Support Owner 5,160.00
Change Order No. 8 $187,944.00
Total Contract amount including previous change orders 23,551,676.88
Total contract amount including previous change orders and Change Order No. 8
23,739,620.88
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute Change Order No.
8 with Batson Cook Construction, for additional furniture, construction
services and technical services at the new library, in the amount of
$187,944.00. Funds are available in FY06 Budget, General Obligation Sales Tax
Bond Series 2003 ? Library, General Construction;
0556-200-2451-CBA-7661-50500-2000C-0.
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 PURCHASE OF ONE (1) PORTABLE AIR COMPRESSOR FROM
CTC INDUSTRIAL, INC., IN THE AMOUNT OF $11,550.00.
WHEREAS, the portable air compressor is replacement equipment for the Rainwater
Management Division, of the Public Services Department, used to power pneumatic
tools used at job sites.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) portable air
compressor from CTC Industrial, Inc., in the amount of $11,550.00. Funds are
budgeted in FY06 Budget, Sewer Fund, Public Services ? Sewer Maintenance ?
Capital Expenditures Over $5,000.00; 0202-260-3210-SWRM-7761.
________________________
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 D?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) TRI-AXLE LOW BOY TRACTOR FROM
BILL HEARD CHEVROLET IN THE AMOUNT OF $81,889.27.
WHEREAS, the tractor is replacement equipment for the Street Improvements
Division, of the Public Services Department, to pull a low boy trailer used to
transport heavy equipment between landfills, repair jobs, and job sites.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) tri-axle low boy
tractor from Bill Heard Chevrolet in the amount of $81,889.27. Funds are
budgeted in FY06 Budget, Paving Fund, Public Services ? Street Improvement ?
Off Road Equipment; 0203-260-2100-STRT-7725.
___________________
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 E?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF FOUR (4) ? TON SERVICE BODY TRUCKS
FROM LEGACY FORD IN THE AMOUNT OF $79,020.00.
WHEREAS, the trucks are replacement units for the Facilities Maintenance
Division, of the Public Services Department, used to carry building repair
parts to and from jobs in City owned buildings.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase four (4) ? ton service
body trucks from Legacy Ford in the amount of $79,020.00. Funds are budgeted
in FY06 Budget, General Fund, Public Services ? Facilities Maintenance ?Light
Trucks; 0101-260-2700-MNTN-7722.
______________________
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 F?
A RESOLUTION
NO._________
A RESOLUTION AUTHORIZING THE PURCHASE OF A CISCO 5520 INTRUSION
DETECTION DEVICE AND INSTALLATION SERVICE FROM CPAK IN THE AMOUNT OF
$13,696.50.00, VIA GEORGIA STATE CONTRACT (#S000546-043).
WHEREAS, Intrusion Detection Hardware and Software constantly monitors the
network, alerts the administrator, and logs any attempts of unauthorized entry
to the network from the outside or inside; and,
WHEREAS, all of the other equipment that is currently installed on the
City?s network system is Cisco equipment. Cpak is the State Contracted vendor
for Cisco equipment.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase a Cisco 5520
Intrusion Detection Device and Installation Services from Cpak in the amount of
$13,696.50.00, via Georgia State contract (#S000546-043). Funds are budgeted
in FY01 Budget, Columbus Building Authority Series 2001, Finance Department -
Computer Software ? Security & Safety Enhancements;
0553-200-2436-6713-40207-20010.
______________________________
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 G?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING PAYMENT TO ASSOCIATION COUNTY COMMISSIONERS OF GEORGIA
(ACCG) IN THE AMOUNT OF $11,561.38.
WHEREAS, the expense is for membership dues for the Council of
Columbus/Muscogee County, Georgia.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to render payment to Association
County Commissioners of Georgia (ACCG) in the amount of $11,561.38. Funds are
budgeted in the FY06 Budget, Council ? Membership Dues and Fees,
0101-100-1000-CNCL-6657.
______________________________
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: December 6, 2005
TO: Mayor and Councilors
FROM: Angela Cole, Director of Finance
SUBJECT: Advertised Bids
December 7, 2005
1. Trees for Planting on City?s Right-Of-Ways ? RFB No. 06-0035
Scope of Bid
Provide approximately 700 trees for planting on City?s Right-Of-Ways.
2. ? Ton Extended Cab Pick-up Cab & Chassis ? RFB No. 06-0030
Scope of Bid
Provide three (3) ? Ton extended cab pick-up cab and chassis to be used
by the Special Enforcement Division of the Public Services Department.
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.
3. (3) Color Photocopiers (Annual Contract) ? RFB No 06-0033
Scope of Bid
Provide, repair and maintain three (3) color photocopiers; one (1) for the
Print Shop and two (2) for Geographic Information System (GIS) located in the
Government Center Annex. The minimum contract term shall be for sixty (60)
months. The contract will be automatically renewed (without the need for any
further action) every 12 months until the end of such 60-month term.
4 30'/35' Low Floor Clean Diesel Transit Buses (Annual Contract) ? RFB
No. 06-0027
Scope of Bid
The successful vendor will 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 21, 2005
1. Construction of Pine Grove Municipal Solid Waste Landfill Phase 3:
Cells 3A, 3B, 3C, 3D, 3E, 3F ? RFB No. 06-0034
Scope of Bid
The Project consists of the following major elements: approximately 357,000
cubic yards of cut material; 72,000 cubic yards of structural fill; placement
of 24-inch thick liner base with 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
over 14 acres; the construction of 1,400 feet of 24-foot gravel access road;
construction of a sediment basin; installation of erosion control devices;
installation of underdrain and leachate collection piping; and leachate pump
station and force main. Bids will be accepted only from Pre-Qualified Bidders.
2. Refuse Collection Truck Cab & Chassis ? RFB No. 06-0036
Scope of Bid
Provide four (4) refuse collection truck cab & chassis to be used by the Solid
Waste Collection Division of the Public Services Department.
3. Low Boy Tri-Axle Trailer (Re-Bid) ? RFB No. 06-0037
Scope of Bid
Provide one (1) low boy tri-axle trailer to be used by the Street Improvements
of the Public Services Department.