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
April 12, 2005
Agenda Report #___50___
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
___________________________________________________________________________
(A) GMA TELECOMMUNICATION RENEWAL AGREEMENT
It is requested that Council approve a renewal agreement with Georgia Municipal
Association in the amount of $17,500.00 for Telecommunication Management
Services. The renewal agreement is for one year, effective May 1, 2005 ? April
30, 2006.
In the past years the telecommunications industry has undergone major changes
that have important repercussions on local governments, particularly the manner
in which public right-of-ways can be utilized and managed and the entrance of
new vendors providing services. The City has realized that because of new
technologies, deregulation and the Telecommunications Act of 1996, specialized
expertise was required if it was to retain control over zoning, management of
public right-of-ways and franchise fee revenue, and entered into an agreement
with the Georgia Municipal Association to provide telecommunications management
services.
Funds are available in FY05 Budget; Non-Categorical ? Special and Ongoing
Projects; 0101-590-3000-NCAT-6694.
* * * * * * *
(B) PURCHASE OF A VAN FOR DEPARTMENT OF FIRE/EMS
It is requested that Council approve the purchase of a cargo van, with trailer
towing package, via Georgia State Contract, SWC S-000483, from Alan Vigil Ford
Fleet & Government Sales (Morrow, GA), in the amount of $14,919.00.
The van is a replacement and will be used by the Logistics Division of the
Fire/EMS Department to transport supplies and materials to fifteen fire
stations on a daily basis. The van will also transport supplies, materials,
food and refreshments to fire fighting crews who are tied up on-scene for an
extended period of time. Purchase via State contract is recommended because
the current van is no longer operational and needs to be replaced immediately.
Therefore, time does not allow for the bid process. Additionally, the cut-off
date to purchase via this state contract is April 14, 2005.
Funds in the amount of $12,710.45, are budgeted in FY05 Budget, 1999 SPLOST ?
Police/Fire/Vehicles/Equipment ? Automobiles ? Fire/EMS Vehicles;
0540-695-2123-TXFE-7721-50120-2005V. Funds in the amount of $2,208.55 are
budgeted in FY05 Budget, Special Projects-General Fund Supported Capital
Projects-Automobiles-Vehicle Replacement; 0508-660-1000-CPGF-7721-22175-20010.
* * * * * *
(C) PLAYGROUND MULCH ? (ANNUAL CONTRACT) ? RFB NO. 05-0057
It is requested that Council approve the annual contract to purchase Playground
Mulch from Bliss Products and Services, Inc., for the estimated contract value
of $42,451.00. The playground mulch will be required on an ?as needed basis?
and will be used for protective surfacing under and around playground equipment.
The term of the contract shall be for three years, 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.
Thirty-six bid invitations were mailed; six bids were received on March 23,
2005. This bid has been advertised, opened and reviewed. The bidders were:
? Bliss Products and Services, Inc. (Lithia Springs, GA) $42,451.00
? Pitts Contracting (Columbus, GA) $52,410.00
? Irvine Wood Recovery (Loveland, OH) $54,000.00
? Hunter Knepshield (La Grange, GA) $59,382.30
? Halsey Recreation (Greensboro, GA) $61,590.00
? Green-Up (Newnan, GA) $66,000.00
Funds are budgeted each fiscal year for this on-going expense, Parks and
Recreation ? Park Services - Grounds Maintenance; 0101-270-2100-PSRV-6576.
* * * * * *
(D) POOL CHEMICALS - (ANNUAL CONTRACT) - RFB NO. 05-0058
It is requested that Council approve the annual contract to purchase pool
chemicals on an ?as needed basis? from Industrial Chemicals, Inc., and Bi-State
Paper & Janitorial Supply, for the estimated annual contract value of
$56,450.00. The Parks and Recreation Department will utilize the pool
chemicals for water treatment in the City?s swimming pools.
The contract term shall be for three years, with the option to renew for two
additional twelve-month periods, contingent upon the mutual agreement of the
City and the Contractor.
Fifteen bid invitations were mailed; five bids were received on March 23,
2005. This bid has been advertised, opened and evaluated. The bidders were:
VENDOR SODIUM HYPOCHLORITE LIQUID CHLORINE
(BLEACH 12% - 15%) HTH GRANULAR CHLORINE 65%
Bi-State Paper & Janitorial Supply
(Columbus, GA) $48,800.00 NO BID
Industrial Chemicals, Inc.
(Columbus, GA) $51,600.00 $7,650.00
Leslie?s Pool Mart
(Phoenix, AZ) NO BID *$7,128.00
Southland Chemicals & Supply, Inc.
(Columbus, GA)
NO BID
*$8,712.00
Doheny Enterprises
(Kenosha, WI)
NO BID
$7,865.00
*The bid submitted by Southland Chemicals & Supply, Inc., and Leslie?s Swimming
Pool Supplies was deemed incomplete due to their failure to include the
required material safety data sheets.
Funds are budgeted each fiscal year for this on going expense; Parks and
Recreation, Aquatics ?Operating Materials; 0101-270-4413-AQUT-6728.
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING A RENEWAL AGREEMENT WITH GEORGIA MUNICIPAL ASSOCIATION
(ATLANTA, GA) IN THE AMOUNT OF $17,500.00 FOR TELECOMMUNICATION MANAGEMENT
SERVICES.
WHEREAS, the renewal agreement is for one year, effective May 1, 2005
through April 30, 2006.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to renew the agreement with Georgia
Municipal Association (Atlanta, GA) in the amount of $17,500.00 for
telecommunication management services. Funds are budgeted in FY05 Budget;
Non-Categorical ? Special and Ongoing Projects; 0101-590-3000-NCAT-6694.
_________________________________________
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 ONE (1) CARGO VAN, WITH TRAILER TOWING
PACKAGE, VIA GEORGIA STATE CONTRACT, SWC S-000483, FROM ALAN VIGIL FORD FLEET &
GOVERNMENT SALES (MORROW, GA), IN THE AMOUNT OF $14,919.00.
WHEREAS, the van is a replacement and will be used by the Logistics Division of
the Fire/EMS Department to transport supplies and materials to fifteen fire
stations on a daily basis. The van will also transport supplies, materials,
food and refreshments to fire fighting crews who are tied up on-scene for an
extended period of time. Purchase via State contract is recommended because
the current van is no longer operational and needs to be replaced immediately.
Therefore, time does not allow for the bid process. Additionally, the cut-off
date to purchase via this state contract is April 14, 2005.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) cargo
van, with trailer towing package, via Georgia State Contract, SWC S-000483,
from Alan Vigil Ford Fleet & Government Sales (Morrow, GA), in the amount of
$14,919.00. Funds in the amount of $12,710.45, are budgeted in FY05 Budget,
1999 SPLOST ?Police/Fire/Vehicles/Equipment ? Automobiles ? Fire/EMS Vehicles;
0540-695-2123-TXFE-7721-50120-2005V. Funds in the amount of $2,208.55 are
budgeted in FY05 Budget, Special Projects-General Fund Supported Capital
Projects-Automobiles-Vehicle Replacement; 0508-660-1000-CPGF-7721-22175-20010.
_________________________________________
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 C?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE ANNUAL CONTRACT FOR THE PURCHASE OF PLAYGROUND
MULCH FROM BLISS PRODUCTS AND SERVICES, INC., FOR THE ESTIMATED CONTRACT VALUE
AMOUNT OF $42,451.00.
WHEREAS, the playground mulch will be required on an ?as needed basis?
and will be used for protective surfacing under and around playground
equipment; and,
WHEREAS, the term of the contract period shall be for three years, with
the option to renew for two additional twelve-month periods, if agreeable to
both parties.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to enter into an annual
contract to purchase playground mulch from Bliss Products and Services, Inc.,
for the estimated contract value amount of $42,451.00. Funds are budgeted each
fiscal year for this ongoing expense, Parks and Recreation ? Park Services,
Grounds Maintenance; 0101-270-2100-PSRV-6576.
_________________________________________
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 ANNUAL CONTRACT FOR THE PURCHASE OF POOL CHEMICALS
ON AN ?AS NEEDED BASIS? FROM INDUSTRIAL CHEMICALS, INC., AND BI-STATE PAPER &
JANITORIAL SUPPLY FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $56,450.00.
WHEREAS, these chemicals will be utilized by the Parks and Recreation
Department for water treatment in the City?s Swimming pools; and,
WHEREAS, the term of contract shall be for three years, with the option to
renew for two additional twelve month periods, 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 enter into an annual contract to
purchase pool chemicals on an ?as needed basis? from Industrial Chemicals, Inc.
and Bi-State Paper & Janitorial Supply for the estimated annual contract value
of $56,450.00. Funds are budgeted each fiscal year for this on going expense;
Parks and Recreation, Aquatics, Operating Materials; 0101-270-4413-AQUT-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
DATE: April 12, 2005
TO: Mayor and Councilors
FROM: Angela Cole, Director of Finance
SUBJECT: Advertised Bids
April 15, 2005
1. Various Types of Patches & Emblems (Annual Contract) ? RFB No.
05-0060
Scope of Bid
Provide various types of patches and emblems on an ?as needed basis? to
the Public Services Department, Columbus Fire & EMS Department, Columbus Police
Department, the Marshal?s Department and the Sheriff?s Department. The
contract period will be for three years with the option to renew for two
additional twelve-month periods.
April 21, 2005
1. 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.
April 22, 2005
1. Self Supporting Radio Tower ? RFP No. 05-0020
Scope of RFP
The Columbus Consolidated Government desires to select a qualified vendor to
provide a Valmont U-42.0 x 450? (or equal) self-supporting galvanized steel
radio tower.
April 27, 2005
1. Rigdon Park Baseball Fields Modifications ? RFB No. 05-0063
Scope of Bid
Provide all labor, equipment and materials to modify the Rigdon Park baseball
fields. The work is required for the ASA Girls 18 & Up Fast Pitch National
Championships, which will be held on July 31, 2005 ? August 7, 2005. It is the
responsibility of all bidders to examine the work area, prior to submitting a
bid. Rigdon Park is located at the end of Hawthorne Drive, just off South
Lumpkin Rd.
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.