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 #________
Columbus Consolidated Government
Council Meeting
January 7, 2003
Agenda Report #___________
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
________________________________________________________________________________
(A) LGFS/GHRS SOFTWARE SUPPORT SERVICES
It is requested that Council approve payment to American Management Systems
(AMS) for LGFS/GHRS software support services, for a 12-month period beginning
January 1, 2003, in the amount of $190,162.00. The software support services
provide the Department of Information Technology, Finance, and Human Resources
with software enhancements, documentation updates, User Group Support, Hotline
support and access to the AMS sponsored ADVANTAGE Access Communications Forum.
The following software modules are supported by AMS:
ADVANTAGE FINANCIAL (LGFS): ADVANTAGE HR (GHRS):
Base System Base System
Extended Purchasing Employee Benefits
Advanced Receivables Position Control
Fixed Assets
BRASS Budget Preparation Applications
Base System
American Management Systems is the developer of the software. Therefore, the
support services are considered an only known source procurement from American
Management Systems, Inc.
Funds are budgeted in the FY03 Budget, Information Technology, Miscellaneous
Equipment Maintenance ? Software Leasing; 0101-210-1000-ISS-6541.
(B) HVAC CONTROLS REPAIR/REPLACEMENT (ANNUAL CONTRACT) ? BID NO. 03-0039
It is requested that Council approve the HVAC controls service contract with
System Services for the estimated annual contract value of $10,000.00. The
vendor will provide repair/replacement services on an ?as needed basis? for the
electric and pneumatic controls on the HVAC systems at various City buildings.
The term of the contract 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.
Thirty-two bid invitations were mailed. A Non-Mandatory Pre-Bid Conference was
held Wednesday, November 13, 2002 in the Finance Department Conference Room.
Three vendors attended the Non-Mandatory Pre-Bid Conference. Three bid
responses were received December 11, 2002. This bid has been advertised,
opened and reviewed.
VENDOR
Duke
Quality
(Phenix City, AL)
Georgia
Trane
(Atlanta, GA)
System Services
(Seale, AL)
ALL SERVICE CALLS PER HOUR
(Excluding Inspections)
$60.00
$64.00
$55.00
ALL SERVICE CALLS PER HOUR
(After 5:00 p.m., weekends, holidays)
$90.00
$83.00
$65.00
PURCHASE PARTS
Cost plus (+) Percentage
21%
30%
?See Below
?
0? 49.00 1.45%
50.00 ? 90.00 1.40%
100.00? 199.00 1.35%
200.00? 499.00 1.30%
500.00? 999.00 1.25%
1000.00?1999.00 1.20%
2000.00?4999.00 1.15%
5000.00 & UP 1.10%
Funds are budgeted each fiscal year for this on going expense; Public Services,
Repair - Building Maintenance, General Government; 0101-260-3710-REPA-6529.
* * * * * *
(C) BATTERIES FOR PORTABLE RADIOS ? (ANNUAL CONTRACT) - BID NO. 02-0101
It is requested that Council approve the purchase of batteries for portable
radios on an ?as needed basis? from Motorola, Inc., for the estimated contract
value of $60,000.00; and rescind Resolution No. 245-02 which awarded the
contract to Battery Zone, Inc.
Battery Zone, Inc., was awarded the contract on May 28, 2002 to provide
batteries for portable radios, but failed to render the services in accordance
with the specifications of the contract. Specifically, the Police Department
was experiencing a high failure rate with the batteries. Battery Zone, Inc.,
was made aware of the failures, in writing, and conceded to the contract
cancellation. Motorola, Inc., was the next lowest responsive bidder overall
and has agreed to offer the batteries at the price quoted when bids were
originally received.
The term of contract is 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 Contractor.
Sixty-five bid invitations were mailed; seven bids were received on March 27,
2002. This bid has been advertised, opened and reviewed. The bidders were:
Quantity of Batteries Per Purchase
1 - 100
101 ? 200
201 ? 300
301 - 400
401 ? 500
Over 500
Motorola, Inc.
(Schaumburg, IL) 22.00 21.10 20.20 19.30 18.40 17.50
Battery Zone
(Somerset, NJ)
22.00
21.00
19.00
18.50
18.00
17.50
Multiplier Ind. Corp (Mt Kisco, NY)
28.00
27.00
26.00
25.00
24.00
23.00
Battery Interlink
(San Diego, CA)
20.25
20.25
20.25
20.25
20.25
20.25
Holzberg Comm.
(Totowa, NJ)
20.20
20.20
20.20
20.20
20.20
20.20
Martronics, Inc.
(Morrow, GA)
27.00
26.00
25.00
24.00
23.00
22.00
Ebco Battery Co.
(Columbus, GA)
25.45
24.55
23.70
22.80
21.90
21.90
Funds are budgeted each fiscal year for this ongoing expense, Various
Departments - Operating Material.
(D) HERITAGE PARK FOUNTAIN MAINTENANCE (ANNUAL CONTRACT) ? BID NO.
03-0041
It is requested that Council approve the annual contract with Ace Plumbing
Company, Inc., to clean and maintain the fountain at Heritage Park for the
annual contract value of $21,000.00. Contractor will be responsible for
cleaning (skimming, vacuuming, cleaning the pit and adding chemicals as needed)
and maintaining jumping jets on a weekly basis. Chemicals to be used will be
provided by the City, which will include Granular Chlorine, Chlorine Tablets,
Algicide and Soda Ashe.
The term of the contract 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.
Forty-seven bid invitations were mailed. A Mandatory Pre-Bid Conference was
held Friday, November 15, 2002 at Heritage Park. Four vendors attended the
Mandatory Pre-Bid Conference. One bid response was received November 20,
2002. This bid has been advertised, opened and reviewed.
Monthly Cost Yearly Cost
Ace Plumbing Company, Inc. (Columbus, GA) $1,750.00 $21,000.00
Funds are budgeted each fiscal year for this on going expense; Public Services,
Repair ? Parks & Recreation Building Maintenance; 0101-260-3710-REPA-6527.
* * * * * *
(E) EMERGENCY ELEVATOR REPAIR
It is requested that Council authorize the payment of $12,645.66 to Elevator
Service Company for the emergency replacement of the cables on elevator #1
during a repair that took place on December 11, 2002. The City currently has a
contract (Bid No. 00-0090) with Elevator Service Company to perform normal
elevator maintenance, however, cable replacement is not included in the
contract. Deputy City Manager Isaiah Hugley approved this emergency repair.
Funds are available in FY03 Budget, Public Services, Other Repairs &
Maintenance ? Government Center Building Maintenance;
0101-260-3710-REPR-6529.02.
?ITEM A?
A RESOLUTION
NO. _____
A RESOLUTION AUTHORIZING THE PURCHASE OF LGFS/GHRS SOFTWARE SUPPORT
SERVICES FOR A TWELVE MONTH PERIOD BEGINNING JANUARY 1, 2003 FROM AMERICAN
MANAGEMENT SYSTEMS, INC., IN THE AMOUNT OF $190,162.00
WHEREAS, the software support services provides Department of
Information Technology, Finance, and Human Resources with software
enhancements, documentation updates, User Group Support, Hotline Support and
access to the AMS sponsored ADVANTAGE Access Communications Forum; and,
WHEREAS, American Management Systems is the developer of the software.
Therefore, per the Procurement Ordinance, Article 3-114, American Management
Systems, Inc., is an only known source vendor for the support services.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase LGFS/GHRS software
support services from American Management Systems, Inc., in the amount of
$190,162.00. Funds are budgeted in the FY03 Budget, Information Technology,
Miscellaneous Equipment Maintenance ? Software Leasing; 0101-210-1000-ISS-6541.
_________________________________________
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 Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert Poydasheff, Mayor
?ITEM B?
A RESOLUTION
NO. _____
A RESOLUTION AUTHORIZING THE PROCUREMENT OF A SERVICE CONTRACT FOR HVAC
CONTROLS REPAIR/REPLACEMENT FROM SYSTEM SERVICES FOR THE ESTIMATED ANNUAL
CONTRACT VALUE OF $10,000.00.
WHEREAS, the vendor will provide repair/replacement services on an ?as
needed basis? for the electric and pneumatic controls on the HVAC systems at
various City buildings; and,
WHEREAS, the term of the contract 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 procure a service contract for
HVAC control repair/replacement from System Services for the estimated annual
contract value of $10,000.00. Funds are budgeted each fiscal year for this on
going expense; Public Services, Repair - Building Maintenance, General
Government; 0101-260-3710-REPA-6529.
_________________________________________
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 Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert Poydasheff, Mayor
?ITEM C?
A RESOLUTION
NO.___________
A RESOLUTION AUTHORIZING THE PURCHASE OF BATTERIES FOR PORTABLE RADIOS ON AN
?AS NEEDED BASIS? FROM MOTOROLA, INC., FOR THE ESTIMATED CONTRACT VALUE OF
$60,000.00; AND RESCIND RESOLUTION NO. 245-02 WHICH AWARDED THE CONTRACT TO
BATTERY ZONE, INC.
WHEREAS, the City uses approximately 1,010 portable radios requiring two
batteries each, which equates to 2,020 batteries; and,
WHEREAS, Battery Zone, Inc., was awarded the contract and failed to render the
services in accordance with the specifications of the contract. Specifically,
the Police Department was experiencing a high failure rate with the batteries.
Battery Zone, Inc., was made aware of the failures, in writing, and conceded to
the contract cancellation; and,
WHEREAS, Motorola, Inc., was the next lowest responsive bidder overall and has
agreed to offer the batteries at the price quoted when bids were originally
received; and,
WHEREAS, the term of contract is for one year, with the option to renew for two
additional twelve month periods.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
I
That the City Manager is hereby authorized to purchase batteries for portable
radios on an ?as needed basis? from Motorola, Inc., for the estimated contract
value of $60,000.00. The term of contract is for one year, with the option to
renew for two additional twelve-month periods.
Funds are budgeted each fiscal year for this ongoing expense, Various
Departments - Operating Materials.
II
Resolution # 245-02 is hereby rescinded
______________________________
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 Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert Poydasheff, Mayor
?ITEM D?
A RESOLUTION
NO._________
A RESOLUTION AUTHORIZING A MAINTENANCE CONTRACT FOR THE FOUNTAIN AT HERITAGE
PARK FROM ACE PLUMBING COMPANY, INC., FOR THE ANNUAL CONTRACT VALUE OF
$21,000.00.
WHEREAS, the Contractor will be responsible for cleaning (skimming,
vacuuming, cleaning the pit and adding chemicals as needed) and maintaining
jumping jets on a weekly basis. Chemicals to be used will be provided by the
City, which will include Granular Chlorine, Chlorine Tablets, Algicide and Soda
Ashe; and
WHEREAS, the contract term is for a one year period, with the option to
renew for two additional twelve month periods. Renewal of the contract 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 procure maintenance services from
Ace Plumbing Company, Inc., for the fountain at Heritage Park for the annual
contract value of $21,000.00. Funds are budgeted each fiscal year for this on
going expense; Public Services - Repairs ? Parks & Recreation Building
Maintenance; 0101-260-3710-REPA-6527.
______________________________
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 Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert Poydasheff, Mayor
?ITEM E?
A RESOLUTION
NO._________
A RESOLUTION AUTHORIZING PAYMENT OF $12,645.66 TO THE ELEVATOR SERVICE COMPANY
for the EMERGENCY replacement of cables on elevator #1.
WHEREAS, the elevator was repaired on December 11, 2002 and the cables
had to be replaced. The City currently has a contract (Bid No. 00-0090) with
Elevator Service Company to perform normal maintenance, however, cable
replacement is not included in the contract. Deputy City Manager Isaiah Hugley
approved this emergency repair.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to make payment to Elevator Service
Company, in the amount of $12,645.66 for the emergency repair of elevator #1.
Funds are available in FY03 Budget, Public Services, Other Repairs &
Maintenance ? Government Center Building Maintenance;
0101-260-3710-REPR-6529.02.
______________________________
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 Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_____________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert Poydasheff, Mayor
DATE: January 7, 2003
TO: Mayor and Councilors
FROM: Kay Love, Director of Finance
SUBJECT: Advertised Bids
January 7, 2003
1. Construction Services for Main Library and System Headquarters
Columbus, GA ? RFP 03-0017
Scope of RFP
Columbus Consolidated Government (City) and the Muscogee County
Library Board wished to obtain construction services for the new Main Library
and System Headquarters project. The services will consist of cost estimating
and analyses, post bid pre-construction services, as necessary, and
construction of the facility.
January 8, 2003
1. Northside Park Renovations - Site Improvements ? Bid No. 03-0060
Scope of Bid
The scope of work includes, but is not limited to, concrete work, sports field
construction, sports field irrigation, sports field lighting, building
construction, chain link fencing and landscaping.
2. Roof Renovations - Jail Tower & Recorder?s Court ? Bid No. 03-0047
Scope of Bid
Install a fully adhered EPDM roofing system at the Tower of Muscogee County
Jail (700 10th Street) and an SBS Modified Bitumen roofing system at Recorder?s
Court (702 10th Street).
3. Recycling Collection Vehicle ? Bid No. 03-0036
Scope of Bid
Provide two (2) Recycling Collection Vehicles to be used by the Recycling
Division.
4. Chipper Truck ? Bid No. 03-0057
Scope of Bid
Provide Three (3) Chipper Trucks to be used by the Landscape and Forestry
Division, of the Public Services Department.
5. Lube Fuel Truck ? Bid No. 03-0058
Scope of Bid
Provide One (1) Lube Fuel Truck to be used by the Street Improvement Division
of the Public Services Department.
January 24, 20003
1. Consulting Services to Determine Direction and the Development
and Implementation of a Criminal Records Management System - RFP 03-0018
Scope of RFP
Provide consulting services to assist with the operational design and selection
of an integrated records management system for the Columbus Police, Sheriff,
Fire/EMS Department and Courts. The successful bidder may be chosen to
implement the software and processes redesign initiatives.