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 #___6_____





Columbus Consolidated Government

Council Meeting



May 3, 2005





Agenda Report #_____64___



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department

________________________________________________________________





(A) STORM SEWER PIPE REPAIRS AT RAGLAND STREET AND PERU DRIVE



It is requested that Council approve payment to Insituform Technologies

(College Park, GA) in the amount of $65,803.25 for repairing two storm sewer

pipes located at Ragland Street and at Peru Drive.



Two storm sewer pipes, one located at Ragland Street and another located at

Peru Drive collapsed and required immediate repair to prevent damage to private

property. Public Services had the pipes at both locations filmed to view the

extent of the damage and to view the potential collapse of other surrounding

pipes. After viewing the film, Public Services staff noted that power lines

surrounded both pipes. Digging up the collapsed pipes would have required an

extensive inconvenience to many citizens. Therefore, Public Services had the

Engineering Department look at the pipes for other repair alternatives.

Engineering asked Jordan, Jones and Goulding (JJ&G) to survey the pipes. JJ&G

is currently under contract with the City for the ongoing Stormwater

Enhancement Project conducted by the City and the Water Works. JJ&G suggested

a trenchless procedure for the repairs. JJ&G knew Insituform could perform the

trenchless repair procedures, and the vendor was already under contract with

the Water Works. Therefore, Engineering authorized the repair in order to get

the work done as quickly as possible.



Funding is available in the FY05 Budget: Columbus Building Authority Series

2003A Storm Water Enhancement ? Engineering/Architect Services-Storm Water

Enhancements; 0554-200-2439-CBA-6338-40235-20030-0.



* * * * * *



(B) KITCHEN FLOOR TILE AT MUSCOGEE COUNTY PRISON ? RFB NO. 05-0064





It is requested that Council authorize the execution of a contract with Midtown

Floors & Remodeling, Inc., in the amount of $32,879.68, for kitchen floor tile

at Muscogee County Prison. Midtown Floors & Remodeling, Inc., will remove the

existing, worn floor tile and replace with quarry tile. The size of the work

area is approximately 3,000 square feet.



Fifty-six bid invitations were mailed. A Mandatory Pre-Bid Conference / Site

Visit was held on April 13, 2005; four vendors were in attendance. Three bids

were received on April 20, 2005. This bid has been advertised, opened and

reviewed. The bidders were:





Vendor Bid Amount

Midtown Floors & Remodeling, Inc. (Chamblee, GA) 32,879.68

Vanmark Floors (Valley, AL) 34,865.34

?Jackson Tile, Inc. (Columbus, GA) 39,000.00



?Jackson Tile, Inc., failed to include the required product literature,

warranty information, and references; the vendor?s bid was deemed incomplete.



Funds are budgeted in FY05 Budget, Muscogee County Prison ? Warden, Building

Maintenance & Repair; 0101-420-1000-MCCI-6521.



* * * * * *



(C) MDT SERVER AND HARDWARE INFRASTRUCTURE MAINTENANCE



It is requested that Council authorize payment to Motorola (Schaumburg, IL) in

the amount of $17,105.04 for the annual maintenance contract for Mobile Data

Terminal (MDT) Server Maintenance Support. The maintenance period will be from

July 1, 2005 ? June 30, 2006.



The maintenance provides hardware and software support for the MDT Server

hardware located in the 911 Center on a 24x7x365 schedule. It is the hardware

infrastructure that interfaces the MDT?s in the Police, Sheriff, Fire, Marshal

and Inspections and Codes Departments.



Funds are budgeted in FY05 Budget, Information Technology-Software Lease;

0101-210-1000-6541.



* * * * * *



(D) AGRICULTURAL CHEMICALS (ANNUAL CONTRACT) ? RFB No. 05-0059



It is requested that Council approve the purchase of agricultural chemicals on

an ?as needed basis? from B. W. Capps, Helena Chemical, Kelly Seed, UAP

Timberland and Lesco for the estimated annual contract value of $128,831.46.

These chemicals will be utilized by Parks Services to maintain athletic turf,

and Public Services to maintain right of ways.



The term of the contract will be for two years, with the option to renew for

three additional twelve-month periods. Contract renewal is contingent upon the

mutual agreement of the City and the Contractors.



Sixty-five bid invitations were mailed; eight bids were received on March 30,

2005 from the following bidders: B. W. Capps, GroSouth, Helena Chemical, UAP

Timberland, Kelly Seed, ChemSearch, Lesco and BWI Companies. This bid has been

advertised, opened and reviewed. The successful bidders, per line item were:





VENDOR/DESCRIPTION

EST. USAGE

UNIT COST

TOTAL COST

B. W. Capps (Phenix City, AL)



1. Reward

2. Veteron 720 Herbicide

3. Induce



20 Gals

150 Gals/60

50 Gals



105.00

23.00/2 ?

13.50



$2,100.00

1,380.00

675.00

$4,155.00

Helena Chemical (Winder, GA)



1. Manage

2. 2. Three Way Selective Herbicide

3. Pre-m 0.86% 0-0-7

4. Snapshop 2.5 TG

5. Sim-trol 4L

6. Chelated Iron Plus 12-0-0

7. Macron 20-20-20

8. Primo Maxx

9. Amine Standard 2,4-D

10. Garlon *3A



45 Btls

700 gals

880 Bags

10 Bags

5 Gals

4 Gals

16 Bags

1 Gal

30 Gals

100 Gals



76.67

19.06

8.76

73.50

12.27

7.22

12.89

383.16

11.37

70.37



$3,450.15

13,342.00

7,708.80

735.00

61.35

28.88

206.24

383.16

341.10

7,037.00

$33,293.68

Kelly Seed (Hartford, AL)



1. Foam Maker

2. Rodeo

3. Roundup Pro

4. Chlorpyrifos Insecticides



2 Gals

200 Gals

300 Gals

250 Bag



18.48

34.32

38.15

35.00



$36.96

6,864.00

11,445.00

8,750.00

$27,095.96

UAP Timberland

(Greenboro, GA)



1. Oust





100 lbs/33.33





378.00/3 lbs





$12,598.74

$12,598.74

Lesco, Inc. Cleveland, OH)



1. Top Choice Insecticide

2. MSMA 6.6

3. 24-2-11

4. Pre-emergent Fertilizer

5. Pre-m 0.86% 25-2-5

6. Spreader Sticker (Non Ionic)

7. Eagle 20 EW

8. 18-24-12

9. Macron 23-0-23

10. Macron 16-23-16

11. Greenflo 50% Triazone Slow

Release Nitrogen

12. Greenflo Triazone Slow Release

Nitrogen

13. Granular Fertilizer



100 Bags

6 Gals

1,480 Bags

880 Bags

880 Bags

50 Gals

2 Gals

20 Bags

16 Bags

16 Bags



4 Gals



4 Gals

100 Bags



140.50

15.95

9.30

11.39

12.05

13.25

283.60

9.99

20.00

20.00



5.05



9.12

10.25



$14,050.00

95.70

13,764.00

10,023.20

10,604.00

662.50

567.20

199.80

320.00

320.00



20.20



36.48

1,025.00

$51,688.08

Annual Estimated Total

$128,831.46



Funds are budgeted each fiscal year for this on going expense, Parks &

Recreation, Park Services ? Horticulture/Landscaping Supplies;

0101-270-2100-PSRV-6727; Public Services ? Right-of-Way Maintenance ?

Horticulture/Landscaping Supplies; 0203-260-3120-ROWN-6727.





?ITEM A?



A RESOLUTION



NO.________________



A RESOLUTION AUTHORIZING PAYMENT TO INSITUFORM TECHNOLOGIES (COLLEGE PARK, GA)

IN THE AMOUNT OF $65,803.25 FOR REPAIRING TWO STORM SEWER PIPES LOCATED AT

RAGLAND STREET AND AT PERU DRIVE.



WHEREAS, two storm sewer pipes, one located at Ragland Street and

another located at Peru Drive collapsed and had to be repaired immediate repair

to prevent damage to private property. Public Services had the pipes at both

locations filmed to view the extent of the damage and to view the potential

collapse of other surrounding pipes. After viewing the film, Public Services

staff noted that power lines surrounded both pipes. Digging up the collapsed

pipes would have required an extensive inconvenience to many citizens; and,



WHEREAS, Public Services had the Engineering Department look at the pipes for

other repair alternatives. Engineering asked Jordan, Jones and Goulding (JJ&G)

to survey the pipes. JJ&G is currently under contract with the City for the

ongoing Stormwater Enhancement Project conducted by the City and the Water

Works. JJ&G suggested a trenchless procedure for the repairs. JJ&G knew

Insituform could perform the trenchless repair procedures, and the vendor was

already under contract with the Water Works. Therefore, Engineering authorized

the repair in order to get the work done as quickly as possible.



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



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

Technologies (College Park, GA) in the amount of $65,803.25 for repairing two

storm sewer pipes located at Ragland Street and at Peru Drive. Funding is

available in the FY05 Budget: Columbus Building Authority Series 2003A Storm

Water Enhancement ? Engineering/Architect Services-Storm Water Enhancements;

0554-200-2439-CBA-6338-40235-20030-0.

____________



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 Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh 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 MIDTOWN FLOORS &

REMODELING, INC., IN THE AMOUNT OF $32,879.68, FOR KITCHEN FLOOR TILE AT

MUSCOGEE COUNTY PRISON.



WHEREAS, Midtown Floors & Remodeling, Inc., will remove the existing,

worn floor tile and replace with quarry tile. The size of the work area is

approximately 3,000 square feet.



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

FOLLOWS:



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

Floors & Remodeling, Inc., in the amount of $32,879.68, for kitchen tile at

Muscogee County Prison. Funds are budgeted in FY05 Budget, Muscogee County

Prison ? Warden, Building Maintenance & Repair; 0101-420-1000-MCCI-6521.



___________



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 Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





___________________________________ _____________________________

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



?ITEM C?

A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING PAYMENT TO MOTOROLA (SCHAUMBURG, IL), IN THE AMOUNT OF

$17,105.04 FOR THE ANNUAL MAINTENANCE SUPPORT FOR MOBILE DATA TERMINAL (MDT)

SERVER.



WHEREAS, the maintenance provides hardware and software support for the MDT

Server hardware located in the 911 Center on a 24x7x365 schedule. It is the

hardware infrastructure that interfaces the MDT?s in the Police, Sheriff, Fire,

Marshal and Inspections and Codes Departments; and,



WHEREAS, the maintenance period will be from July 1, 2005 ? June 30,

2006.





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



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

(Schaumburg, IL), in the amount of $17,105.04 for the annual maintenance

support for the Mobile Data Terminal (MDT) Server. Funds are budgeted in FY05

Budget: Information Technology-Software Lease; 0101-210-1000-6541.



__________



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 Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh 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 AGRICULTURAL CHEMICALS ON AN ?AS

NEEDED BASIS? FROM B. W. CAPPS, HELENA CHEMICAL, KELLY SEED, UAP TIMBERLAND AND

LESCO FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $128,831.46



WHEREAS, these items will be utilized by the Parks and Recreation, Park

Services to maintain athletic turf, and Public Services Department to maintain

right-of-ways; and,



WHEREAS, the term of contract will be for a two year period, with the

option to renew for three additional twelve month periods.



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



That the City Manager is hereby authorized to purchase agricultural

chemicals on an ?as needed basis? from B. W. Capps, Helena Chemical, Kelly

Seed, UAP Timberland and Lesco for the estimated annual contract value of

$128,831.46. Funds are budgeted each fiscal year for this on going expense,

Parks & Recreation, Park Services ? Horticulture/Landscaping Supplies;

0101-270-2100-PSRV-6727; Public Services ? Right-of-Way Maintenance ?

Horticulture/Landscaping Supplies; 0203-260-3120-ROWN-6727.



_____________



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 Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







__________________________________ _____________________________

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



DATE: May 3, 2005



TO: Mayor and Councilors



FROM: Angela Cole, Director of Finance



SUBJECT: Advertised Bids





May 4, 2005

1. Alternate Light Source? RFB No. 05-0071

Scope of RFB

Provide alternate light source to be used by the Police Department for trace

evidence identification. (Acceptable models: Polilight PL-400 or Omnprint

1000B).



2. Uncle Mike Law Enforcement Tactical Gear ? RFB No. 05-0069

Scope of RFB

Provide various Uncle Mike Law Enforcement Tactical Gear (cordura type, black

in color) to be used by the Columbus Police Department.



3. Panasonic Toughbook 29 Laptop Computers ?PQ No. 05-0006

Scope of PQ

Provide two (2) Panasonic ToughBook 29 Laptop Computers to be used by the

Department of Fire/EMS.



May 6, 2005

1. 450? Self Supporting Radio Tower Installation/Erection? RFB No.

05-0061

Scope of RFB

The Columbus Consolidated Government desires to select a qualified vendor to

provide installation for a Valmont U-42.0 x 450? (or equal) self-supporting

galvanized steel radio tower.



May 13, 2005

1. Development Plan for a 120-Room Hotel ? RFP No. 05-0017

Scope of RFP

Columbus Consolidated Government is soliciting proposals for a Development Plan

for the financing, construction and operation of a 120 room (minimum) Hotel.

There are two proposed sites for the Hotel, both are located adjacent to the

Columbus Convention and Trade Center located at 801 Front Avenue. The selected

firm will provide the strategy for the development of the Hotel. The proposal

should also provide strategy for consideration, which provides opportunities

for expanding the Hotel in the future. Examples of the development strategies

are financing, construction and operation of the facility.



May 18, 2005

1. Glass Enclosure at Security Entrance ? RFB No. 05-0070

Scope of Bid

Provide all labor, equipment and materials to construct one (1) glass enclosure

at the security entrance on the Ground Floor of the Government Center Tower.

The glass enclosure shall measure 22? L x 11?? W x 9? Ht.



2. Flood Abatement Project ? 6th Avenue and Side Streets System ? RFP

No. 05-0022

Scope of RFP

The Project consists of the following major elements: construction of

approximately 1,600 feet of 8-foot by 5-foot box culvert; 570 feet of 8-foot by

6-foot box culvert; 800 feet of 8-foot by 8-foot box culvert; 1,100 feet of

twin 10-foot by 8-foot box culvert; 1400 feet of 10-foot by 8- foot; 420 feet

of 12-foot by 8-foot box culvert; 500 feet of 14-foot by 10-foot box culvert;

5,200 feet of 14-foot by 12-foot box culvert; 1,600 feet of 72-inch gravity

sewer; 1,170 feet of 60-inch gravity sewer; 1320 feet of 54-inch gravity sewer;

140 feet of 48-inch gravity sewer; 150 feet of 42-inch gravity sewer; 70 feet

of 36-inch gravity sewer; 130 feet of 30-inch gravity sewer; 80 feet of 24-inch

gravity sewer; 10 feet of 18-inch gravity sewer; 80 feet of 15-inch gravity

sewer; one river outfall structure; one diversion structure; one drop

structure; approximately 700 feet of 16-inch water line; 320 feet of 12-inch

water line; 2,900 feet of 8-inch water line; 50 feet of 4-inch water line; 5

railroad crossings; 1 state road crossing; streetscape improvements; erosion

and sedimentation control; and all associated restoration connections and

appurtenant Work.



May 20, 2005

1. Program Instructors for the Dept of Parks & Recreation, Community

Schools (Annual Contract) ? RFP No. 05-0025

Scope of RFP

Provide Parks & Recreation, Community Schools with instructors in various

activities to participants in the Before and After School Programs operated by

the Community Schools Division. The term of contract shall be for two years,

with the option to renew for three additional twelve-month periods. Contract

renewal will be contingent upon the mutual agreement of the City and the

Contractor.

Back to List