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
November 1, 2005
Agenda Report # 59
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) CONSULTING SERVICES FOR REMEDIATION & PACKAGING, LABELING,
MANIFESTING, TRANSPORTING AND DISPOSAL OF HAZARDOUS CHEMICALS/WASTE (ANNUAL
CONTRACT) - RFP NO. 05-0030
It is requested that Council approve the provision of consulting services for
remediation & packaging, labeling, manifesting, transporting and disposal of
hazardous chemicals/waste from KAM, Inc.
The Contractor will provide the required services for clean-up and proper
disposal of hazardous chemicals/waste generated by the City or other sources on
an ?as needed basis?.
Facilities Maintenance will utilize the services to dispose of hazardous
chemicals/waste found on City property. When hazardous waste is generated by
other sources, the City?s Hazardous Material Response Team will pursue every
avenue possible to determine a responsible party at a Haz-mat incident. When a
responsible party is not identified, it is the City?s responsibility to assume
the cost of the clean-up. However, if a major gasoline spill happens, and a
responsible party is not identified, the Environmental Protection Division
(EPD) and the Environmental Protection Agency (EPA) will assume the cost of the
clean-up.
The term of 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. The contract price may be
adjusted annually for actual change of labor rates and actual changes of the
cost of employee benefits, and any necessary additional cost, provided such
increases in costs are substantiated in writing to the City and they are
mutually agreed upon.
Request for proposal invitations were mailed to fifteen vendors and the RFP has
been advertised. Proposals were received August 12, 2005 from the following
two (2) offerors:
KAM, Inc. (Columbus, GA)
EnviroTrac Environmental Services (Alpharetta, GA)
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from the Columbus Fire/EMS Department and Public Services
Department. During the evaluation process KAM, Inc., was deemed the most
responsive offeror to the RFP. The RFP process is governed by the City?s
Procurement Ordinance Article 3-110, Competitive Sealed Proposals. 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, negotiations will begin with the next responsive
offeror. Evaluation results and proposed costs have been submitted to the City
Manager in a separate memo for information purposes.
Funds are budgeted each fiscal year for this ongoing service; Public Services -
Facilities Maintenance; 0101-260-2700-MNTN-6513.
* * * * * *
(B) SECURITY CAMERA SYSTEMS (ANNUAL CONTRACT) ? RFB NO. 05-0086
It is requested that Council approve the purchase of security cameras from GE
Security/Transit Marketing Group. METRA Transit System anticipates purchasing
four (4) security camera systems in FY06 for a contract value of $27,773.00.
Additional security camera systems will be purchased over a three-year period.
The security cameras will be installed on buses for the security of the
customers, as well as, the drivers.
The contract term shall be for one year, with the option to renew for two (2)
additional twelve-month periods. Contract renewal will be contingent upon the
mutual agreement of the City and the Contractor.
Bid invitations were mailed; three bids were received June 29, 2005. This bid
has been advertised, opened and reviewed. The bidders were:
Description/Vendor
FY06
FY07
FY08
GE Security
Unit Cost
Set-up/Installation Charges
One-time Cost
$5,362.00
885.00
2,785.00
$5,362.00
885.00
$5,362.00
885.00
Radio Engineering Industries, Inc.
Unit Cost
Set-up/Installation Charges
One-time Cost
$5,072.00
1,545.00
3, 108.00
$5,022.00
1,545.00
$5,022.00
1,545.00
Safety Vision
Unit Cost
Set-up/Installation Charges
$6,690.00
595.00
$6,690.00
595.00
$6,690.00
595.00
Funds are budgeted each fiscal year for this on-going expense; Transportation
Fund ?FTA ? Capital Expenditures Over $5000; 0751-610-2400-MFTA-7761.
* * * * * * *
(C) PAPER PRODUCTS AND RELATED SUPPLIES FOR THE CIVIC CENTER
(ANNUAL CONTRACT) ? RFB NO. 06-0003
It is requested that Council approve the purchase of paper products and related
supplies from COPACO, Inc., for the estimated annual contract value of
$12,101.84. The supplies will be purchased on an ?as needed basis?, and will
include the following: paper towels, bathroom tissue, facial tissue, toilet
seat covers, hand wash, air freshener and feminine products for the Columbus
Civic Center. Contractor will also be required to install four (4) feminine
product dispensers and provide any other additional replacement dispensers on
an ?as needed basis? at no cost to the City. All installed dispensers will
become the property of the Civic Center after completion or termination of the
contract.
The term of 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.
Bid invitations were mailed to three vendors and specifications were posted on
the City?s website; two bids responses were received on September 28, 2005.
This bid has been advertised, opened and reviewed. The bidders were:
Vendor/Description
Estimated
Quantity
COPACO
(Columbus, GA)
BATTLE & BATTLE
(Decatur, GA)*
Paper Towels (Brown); 8? x 425?
210 Cases
28.48/CS
$5,980.80
17.21/CS
$3,614.10
Bathroom Tissue; 4? x 1125?
200 Cases
21.90/CS
$4,380.00
29.81/CS
$5,962.00
Toilet Seat Covers; 15? x 18?
15 Cases
27.48/CS
$412.20
22.89/CS
$343.35
Hand Wash
20 Cases
42.56/CS
$851.20
16.56/CS
$331.20
Air Freshener Refills
3 Cases
31.36/CS
$94.08
No Bid
No Bid
Feminine Products:
Tampons
Pads
4 Cases
6 Cases
49.42/CS
30.98/CS
$197.68
$185.88
54.23/CS
35.80/CS
$216.92
$214.80
Estimated Total $12,101.84 **$10,682.37
*Vendor?s bid was deemed incomplete at the bid opening because of the following
reasons:
1. Did not provide a copy of business license.
2. Did not provide proof of insurance.
**Vendor did not bid on all the items.
Funds are budgeted each fiscal year for this on going expense, Civic Center ?
Operating Materials, 0757-160-1000-CIVC-6728
* * * * * * *
(D) COPIER SERVICES (ANNUAL CONTRACT) - RFP NO. 05-0028
It is requested that Council approve the contract for rental copier services
from IKON Office Solutions. Contractor will provide, repair, maintain copiers
and also provide all expendable supplies, including copier paper. The
Contractor will charge a per copy rental fee.
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. Columbus Consolidated Government may
cancel this contract due to the Non-appropriation of funds for a given fiscal
year or Non-performance by Contractor. If Non-performance is not cured within
30 days, the City can cancel the contract by providing the vendor written
notice of intent to cancel.
Request for proposal invitations were mailed to thirty-one vendors and the RFP
has been advertised. Six proposals were received, August 26, 2005 from the
following offerors.
Ikon Office Solutions (Columbus, GA)
The Overby Company (Columbus, GA)
Berney Office Solution (Columbus, GA)
Lanier Worldwide, Inc. (Columbus, GA)
American Business Equipment (Columbus, GA)
Automated Business Machines (Columbus, GA)
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from Elections & Registrations, Columbus Fire/EMS Department
and Columbus Police Department. A Representative from Information Technology
served in an advisory position and was not a voting member. During the
evaluation process, Ikon Office Solutions was deemed the most responsive to the
RFP.
The RFP process is governed by the City?s Procurement Ordinance Article 3-110,
Competitive Sealed Proposals for the procurement of Equipment, Supplies and
Professional Services. 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,
negotiations will begin with the next responsive offeror. Evaluation results
and proposed costs have been submitted to the City Manager in a separate memo
for information purposes.
Funds are budgeted each fiscal year for this ongoing service. Various
Departments - Copier Charges; 6632.
* * * * * *
(E) MOBILE DATA TERMINAL SOFTWARE MAINTENANCE AND SUPPORT
It is requested that Council approve payment to Motorola Communication
Enterprise (Schaumburg, IL), in the amount of $74,202.50 for software
maintenance and support of mobile data terminals (MDTs), and rescind Resolution
#490-05 (approved October 18, 2005) authorizing payment in the amount of
$55,900. Resolution #490-05 must be rescinded due to an error caused by
miscommunication with the vendor regarding the amount and nature of the
invoice.
The maintenance provides software support for mobile data terminals installed
in vehicles of the Police Department, Sheriff?s Office, Fire Department,
Marshal?s Office and Inspections & Codes. The software was originally
purchased from Motorola and is proprietary in nature. Therefore, the
maintenance is considered an Only Know Source, per Section 3-114 of the
Procurement Ordinance.
Funds are budgeted in FY06 Budget, Information Technology ? Computer Software
Lease; 0101-210-1000-ISS-6541.
(F) GIS MAPPING SOFTWARE MAINTENANCE AND SUPPORT
It is requested that Council approve payment to ESRI, Inc., (Los Angeles, CA)
in the amount of $15,254.52 for maintenance and support of GIS Mapping Software.
ESRI is the developer of various software packages used by the GIS Division for
map generation, and for editing and maintaining the City?s tax parcels, streets
zoning and land use databases. Consequently, the vendor is considered an Only
Known Source for the maintenance and support of the software, per Section 3-114
of the Procurement Ordinance.
Funds are budgeted in the FY06 Budget. Engineering ? GIS ? Software Lease;
0101-250-2400-6541.
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH KAM, INC., FOR
CONSULTING SERVICES FOR REMEDIATION & PACKAGING, LABELING, MANIFESTING,
TRANSPORTATION AND DISPOSAL OF HAZARDOUS CHEMICALS/WASTE ON AN ?AS NEEDED
BASIS?.
WHEREAS, an RFP was administered (RFP No. 05-0030) and two proposals were
received; and,
WHEREAS, the proposal submitted by KAM, Inc., met all proposal requirements and
was evaluated most responsive to the RFP; and,
WHEREAS, the term of 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. The
contract price may be adjusted annually for actual change of labor rates and
actual changes of the cost of employee benefits, and any necessary additional
cost, provided such increases in costs are substantiated in writing to the City
and they are mutually agreed upon.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a contract with KAM,
Inc., to provide consulting services for remediation & packaging, labeling,
manifesting, transportation and disposal of hazardous chemicals/waste on an ?as
needed basis?. Funds are budgeted each fiscal year for this ongoing expense.
Public Services - Facilities Maintenance; 0101-260-2700-MNTN-6513.
_________________________________________
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 PURCHASE OF SECURITY CAMERA SYSTEMS FROM
GE SECURITY/TRANSIT MARKETING GROUP. METRA TRANSIT SYSTEM ANTICIPATES
PURCHASING FOUR (4) SECURITY CAMERA SYSTEMS IN FY06 FOR A CONTRACT VALUE OF
$27,773.00. ADDITIONAL SECURITY CAMERA SYSTEMS WILL BE PURCHASED OVER A
THREE-YEAR PERIOD.
WHEREAS, the security cameras will be installed on buses for the security of
the customers, as well as, the drivers; and,
WHEREAS, the contract term shall be for one year, with the option to renew for
two additional twelve-month periods. Contract renewal is 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 Security Camera Systems
from GE Security/Transit Marketing Group. METRA Transit System anticipates
purchasing four (4) security camera systems in FY06 for a contract value of
$27,773.00. Additional security cameras will be purchased over a three-year
period. Funds are budgeted each fiscal year for this on-going expense;
Transportation Fund ?FTA ? Capital Expenditures Over $5000;
0751-610-2400-MFTA-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 C?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE PAPER PRODUCTS AND RELATED SUPPLIES FOR
CIVIC CENTER SOUTH COMMONS COMPLEX FROM UNISOURCE FOR THE ESTIMATED ANNUAL
CONTRACT VALUE OF $12,101.84.
WHEREAS, the supplies will be purchased on an ?as needed basis?, and
will include the following: paper towels, bathroom tissue, facial tissue,
toilet seat covers, hand wash, air freshener and feminine product; and,
WHEREAS, the term of contract shall be for one year, with the option to
renew for four 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 purchase paper products
and related supplies from Unisource for the estimated annual contract value of
$12,101.84. Funds are budgeted each fiscal year for this on going expense,
Civic Center ? Operating Materials, 0757-160-1000-CIVC-6728
_________________________________________
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 EXECUTION OF A CONTRACT WITH IKON OFFICE SOLUTION
FOR COPIER SERVICES.
WHEREAS, an RFP was administered (RFP No. 05-0028) and six proposals were
received; and,
WHEREAS, the proposal submitted by Ikon Office Solutions met all proposal
requirements and was evaluated most responsive to the RFP; and,
WHEREAS, the minimum contract term shall be for sixty (60) months. The
contract automatically renew (without the need for any further action) every 12
months until the end of such 60-month term unless the Columbus Consolidated
Government cancels this contract due to Non-appropriation of funds for a given
fiscal year or Non performance by IKON.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a contract with IKON
Office Solutions for copier services. Funds are budgeted each fiscal year for
this ongoing expense. Various departments - Copier Charges; 6632.
_________________________________________
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?
RESOLUTION
NO.______
A RESOLUTION AUTHORIZING PAYMENT TO MOTOROLA COMMUNICATION ENTERPRISE
(SCHAUMBURG, IL), IN THE AMOUNT OF $74,202.50 FOR SOFTWARE MAINTENANCE AND
SUPPORT MOBILE DATA TERMINALS (MDTS), AND RESCIND RESOLUTION #490-05 (APPROVED
OCTOBER 18, 2005) AUTHORIZING PAYMENT IN THE AMOUNT OF $55,900. RESOLUTION
#490-05 MUST BE RESCINDED DUE TO AN ERROR CAUSED BY MISCOMMUNICATION WITH THE
VENDOR REGARDING THE AMOUNT AND NATURE OF THE INVOICE.
WHEREAS, the maintenance provides software support for mobile data
terminals installed in vehicles of the Police Department, Sheriff?s Office,
Fire Department, Marshal?s Office and Inspections & Codes.
WHEREAS, the software was originally purchased from Motorola and is
proprietary in nature. Therefore, the maintenance is considered an Only Know
Source, per Section 3-114 of the Procurement Ordinance.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
Part I
Resolution #490-05 is hereby rescinded.
Part II
That the City Manager, is hereby authorized to pay Motorola
Communication Enterprise (Schaumburg, IL), the amount $74,202.50 for software
maintenance and support of mobile data terminals (MDTs). Funds are budgeted
in FY06 Budget, Information Technology ? Computer Software Lease;
0101-210-1000-ISS-6541.
_________________________________________
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?
RESOLUTION
NO._____________
A RESOLUTION AUTHORIZING PAYMENT TO ESRI, INC., (LOS ANGELES, CA) IN THE AMOUNT
OF $15,254.52 FOR MAINTENANCE AND SUPPORT OF GIS MAPPING SOFTWARE.
WHEREAS, ESRI is the developer of various software packages used by the
GIS Division for map generation, and for editing and maintaining the City?s tax
parcels, streets zoning and land use databases. Consequently, the vendor is
considered an Only Known Source for the maintenance and support of the
software, 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 make payment to ESRI, Inc., (Los
Angeles, CA) in the amount of $15,254.52 for maintenance and support of GIS
Mapping Software. Funds are budgeted in the FY06 Budget. Engineering ? GIS ?
Software Lease; 0101-250-2400-6541
_________________________________________
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 1, 2005
TO: Mayor and Councilors
FROM: Angela Cole, Director of Finance
SUBJECT: Advertised Bids
November 9, 2005
1. 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.
2. 30?/35? Ft. 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.
3. Low Boy Tri-Axle Trailer ? RFB No. 06-0028
Scope of Bid
Provide one (1) low boy tri-axle trailer to be used by the Street Improvements
of the Public Services Department
4. ? Ton Service Body Trucks ? RFB No. 06-0026
Scope of Bid
Provide four (4) ? Ton Service Body Trucks to be used by the Facility
Maintenance Division of the Public Services Department.
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.