Agenda Item #___5___
Columbus Consolidated Government
Council Meeting
March 1, 2005
Agenda Report #____29____
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) TEMPORARY EMPLOYMENT SERVICES (ANNUAL CONTRACT) ? BID NO. 03-0031
It is requested that Council approve the award for the laborer portion of the
Temporary Employment contract, on an ?as needed basis?, to Westaff at $9.04 per
hour. Westaff will maintain the same pricing, for the duration of the
contract, as originally bid when the contract was advertised November 19,
2002.
Council approved the current contract with Global Personnel Services, Inc., on
December 10, 2002 (Resolution No. 682-02), which will expire December 22,
2005. Global Personnel Services, Inc., failed to render the laborer portion of
the contract in accordance with the specifications. Global Personnel Services,
Inc., documented, in a letter dated January 28, 2005, they were unable to
provide laborers on short notice and/or for short-term assignments.
Westaff was the next lowest, responsible bidder for laborers. Westaff has
agreed to provide laborers, in accordance with the specifications for Bid No.
03-0031 for the remainder of the contract period at the original submitted
price quote, dated November 19, 2002.
Funds are budgeted each fiscal year for this on going expense, Civic Center ?
Contractual Services, 0757-160-1000-CIVC-6319; Public Services ? Temporary
Labor, 0203-260-3120-ROWM-6671 and 0203-260-3130-ROWM-6671. Other departments
will budget for temporary employment, as needed, or cover the expense with
salary savings incurred by temporarily vacant positions.
* * * * * *
(B) DUAL REAR WHEEL 1-TON TRUCK CREW CAB & CHASSIS WITH 8 ? FT. FLAT DUMP BED ?
RFB NO. 05-0047
It is requested that Council authorize the purchase of three (3) cab and
chassis from Legacy Ford in the amount of $56,760.00; and three (3) 8 ? foot
flat dump bodies from Transport Equipment, in the amount of $19,005.00.
Two of the trucks are for the Repairs & Maintenance Division of the Public
Services Department and one truck is for the Right-of-Way Maintenance Division
of the Public Services Department. All three trucks are replacements and will
be used to transport personnel, equipment and repair material to job sites
throughout the City.
One hundred, thirty-nine bid invitations were mailed. Seven bids were received
on January 12, 2005. This bid has been advertised, opened and reviewed.
Please see attached:
1 Legacy Ford failed to include the required warranty for the body.
Therefore, Options 2 & 3 of the vendor?s bid were deemed incomplete.
2 Allan Vigil Ford failed to include the required warranty for the body.
Therefore, Options 2 & 3 of the vendor?s bid were deemed incomplete.
3 Bill Heard Chevrolet failed to include the required warranty for the body.
Therefore, Option 3 of the vendor?s bid was deemed incomplete.
4 TransPower failed to include the required product literature for the cab &
chassis and the required warranty for the cab & chassis and the body.
Therefore, Options 1, 2 & 3 of the vendor?s bid were deemed incomplete.
5 Freeway Ford failed to include the required product literature and warranty
for the body. Therefore, Options 2 & 3 of the vendor?s bid were deemed
incomplete.
6 Truck Equipment Sales failed to include the required warranty for the body.
Therefore, the vendor?s bid was deemed incomplete.
Funds for two trucks are budgeted in FY05 Budget, Paving Fund - Public Services
?Repairs & Maintenance ? Light Trucks; 0203-260-3110-REPR-7722. Funds for the
third truck are budgeted in FY05 Budget, Paving Fund ? Pubic Services ? Right
of Way Maintenance ? Heavy Trucks; 0203-260-3120-ROWM-7723.
(C) 7-YARD DUMP TRUCK ? RFB NO. 05-0046
It is requested that Council authorize the purchase of one (1) cab and chassis
from TransPower in the amount of $39,774.00; and one (1) 7-yard dump body from
Transport Equipment, in the amount of $8,835.00.
The truck is a replacement and will be used by the Sewer Maintenance Division
of the Public Services Department to transport repair material to and from job
sites throughout the City.
One hundred, seventy-six bid invitations were mailed. Six bids were received
on January 262005. This bid has been advertised, opened and reviewed. The
bidders were:
VENDORS Option 1 Option 2 Option 3
Cab & Chassis Body Complete Unit
UNIT COST UNIT COST UNIT COST
TransPower (Albany, GA) 1 $ 39,774.00
$ 8,835.00 $ 48,609.00
Transport Equipment Company (Albany, GA) NO BID $ 8,835.00 NO BID
Atlanta Freightliner (Forest Park, GA) 2 $ 43,228.00 NO
BID $ 55,955.00
Bill Heard Chevrolet (Columbus, GA) $ 43,230.00 NO BID NO BID
Freightliner of Dothan (Dothan, AL) 3 $ 43,439.00 NO BID
$ 52,274.00
Peach State Ford Truck Sales (Norcross, GA) 4 $ 46,767.00
NO BID $ 55,257.00
1 TransPower failed to include the required warranty for the body. Therefore,
Options 2 & 3 of the vendor?s bid were deemed incomplete.
2 Atlanta Freightliner failed to include the required warranty for the body.
Therefore, Option 3 of the vendor?s bid was deemed incomplete.
3 Freightliner of Dothan failed to include the required product literature and
warranty for the body. Therefore, Option 3 of the vendor?s bid was deemed
incomplete.
4 Peach State Ford Truck Sales failed to include the required product
literature and warranty for the body. Therefore, Option 3 of the vendor?s bid
was deemed incomplete.
Funds are budgeted in FY05 Budget, Sewer Fund - Public Services ? Sewer
Maintenance ? Heavy Trucks; 0202-260-3210-SWRM-7723.
* * * * * * *
(D) EMERGENCY REPAIR OF COMBINED SEWER LINE
It is requested that Council approve payment to Alexander Contracting in the
amount of $68,302.00 for the emergency repair of a combined sewer on Ambulance
Drive at Columbus Regional Hospital.
The emergency repair was required due to a major sinkhole that occurred on a
combined sewer line at Ambulance Drive. The sinkhole happened just before a
major storm event was forecasted to hit the Columbus area. With the storm
threatening, it was crucial that the repair was completed to prevent damage to
the remainder of the sewer line and surrounding area. The Engineering
Department requested Alexander Contracting perform the work because the vendor
had worked on the line previously. The work was performed under City
supervision and the cost of the work has been reviewed for approval. Per the
Procurement Ordinance, City Manager Hugley approved emergency repair.
Funding is available in the FY05 Budget: 1999 SPLOST ? Storm Water/Flood
Abatement ? Drainage/Street Improvements ? Flood Abatement;
0540-695-2127-TXSF-7622-50802-2004F.
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE AWARD OF THE LABORER PORTION OF THE
TEMPORARY EMPLOYMENT SERVICES ANNUAL CONTRACT ON AN ?AS NEEDED BASIS?, TO
WESTAFF AT $9.04 PER HOUR.
WHEREAS, Council approved the present contract with Global Personnel
Services, Inc., on December 10, 2002 (Resolution No. 682-02), which will expire
December 22, 2005. Global Personnel Services, Inc., failed to render the
laborer portion of the contract in accordance with the specifications. Global
Personnel Services, Inc., documented, in a letter dated January 28, 2005, they
were unable to provide laborers on short notice and/or for short-term
assignments; and,
WHEREAS, Westaff, the second low, responsive bidder, submitted a
response to the City?s letter on February 2, 2002, agreeing to provide the
Laborers, in accordance with the bid specifications and original bid price, for
the remaining duration of the current contract.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to award the laborer portion
of the Temporary Employment Services Contract on an ?as needed basis?, to
Westaff at $9.04 per hour. Funds are budgeted each fiscal year for this on
going expense, Civic Center ? Contractual Services, 0757-160-1000-CIVC-6319;
Public Services ? Temporary Labor, 0203-260-3120-ROWM-6671 and
0203-260-3130-ROWM-6671. Other departments will budget for temporary
employment, as needed, or cover the expense with salary savings incurred by
temporarily vacant positions.
________________________
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 THREE (3) CAB AND CHASSIS FROM LEGACY
FORD IN THE AMOUNT OF $56,760.00; AND THREE (3) 8 ? FOOT FLAT DUMP BODIES FROM
TRANSPORT EQUIPMENT, IN THE AMOUNT OF $19,005.00.
WHEREAS, Two of the trucks are for the Repairs & Maintenance Division of the
Public Services Department and one truck is for the Right-of-Way Maintenance
Division of the Public Services Department. All three trucks are replacements
and will be used to transport personnel, equipment and repair material to job
sites throughout the City.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager, is hereby authorized to purchase three (3) cab and
chassis from Legacy Ford in the amount of $56,760.00; and three (3) 8 ? foot
flat dump bodies from Transport Equipment, in the amount of $19,005.00. Funds
for two trucks are budgeted in FY05 Budget, Paving Fund - Public Services ?
Repairs & Maintenance ? Light Trucks; 0203-260-3110-REPR-7722. Funds for the
third truck are budgeted in FY05 Budget, Paving Fund ? Pubic Services ? Right
of Way Maintenance ? Heavy Trucks; 0203-260-3120-ROWM-7723.
_________________________________________
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) CAB AND CHASSIS FROM
TRANSPOWER IN THE AMOUNT OF $39,774.00; AND ONE (1) 7-YARD DUMP BODY FROM
TRANSPORT EQUIPMENT, IN THE AMOUNT OF $8,835.00.
WHEREAS, The truck is a replacement and will be used by the Sewer Maintenance
Division of the Public Services Department to transport repair material to and
from job sites throughout the City.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager, is hereby authorized to purchase one (1) cab and chassis
from TransPower in the amount of $39,774.00; and one (1) 7-yard dump body from
Transport Equipment, in the amount of $8,835.00. Funds are budgeted in FY05
Budget, Sewer Fund - Public Services ? Sewer Maintenance ? Heavy Trucks;
0202-260-3210-SWRM-7723.
_________________________________________
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 PAYMENT TO ALEXANDER CONTRACTING IN THE AMOUNT OF
$68,302.00 FOR THE EMERGENCY REPAIR OF A COMBINED SEWER ON AMBULANCE DRIVE AT
COLUMBUS REGIONAL HOSPITAL.
WHEREAS, The emergency repair was required due to a major sinkhole that
occurred on a combined sewer line at Ambulance Drive. The sinkhole happened
just before a major storm event was forecasted to hit the Columbus area. With
the storm threatening, it was crucial that the repair was completed to prevent
damage to the remainder of the sewer line and surrounding area. The
Engineering Department requested Alexander Contracting perform the work because
the vendor had worked on the line previously; and,
WHEREAS, The work was performed under City supervision and the cost of the work
has been reviewed for approval. Per the Procurement Ordinance, City Manager
Hugley approved emergency repair.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to make payment to Alexander
Contracting in the amount of $68,302.00 for the emergency repair of a combined
sewer on Ambulance Drive at Columbus Regional Hospital. Funding is available
in the FY05 Budget, 1999 SPLOST ? Storm Water/Flood Abatement ? Drainage/Street
Improvements ? Flood Abatement; 0540-695-2127-TXSF-7622-50802-2004F
______________________________
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: March 1, 2005
TO: Mayor and Councilors
FROM: Angela Cole, Director of Finance
SUBJECT: Advertised Bids
March 1, 2005
1. Development Plan for a 120-Room Hotel ? RFP No. 05-0017
A Non-Mandatory Pre-Proposal Conference will be held on March 1, 2005 at 3:00
PM (Eastern) in Room 101 of the Columbus Convention and Trade Center, which is
located at 801 Front Avenue, Columbus, GA.
March 2, 2005
1. Municipal Street Sweeper **Re-Bid** ? RFB No. 05-0053
Scope of Bid
Provide one (1) regenerative air municipal street sweeper to be used by the
Street Improvements Division of the Public Services Department.
March 4, 2005
1. Putting Green at Bull Creek Golf Course ? RFP No. 05-0018
Scope of RFP
Columbus Consolidated Government (the City) wishes to obtain Construction
Services for a 10,000 square foot putting green with 10 in/out heads (Hunter
G85) at Bull Creek Golf Course. The greens shall be constructed according to
the USGA publication, ?USGA Recommendations for a Method of Putting Green
Construction?, 1993 revision.
March 9, 2005
1. Crime Prevention Promotional Items ? PQ No. 05-0005
Scope of PQ
Provide various promotional items to be used by the Columbus Police
Department.
March 16, 2005
1. Rehabilitation of the Ma Rainey Home ? RFB No. 05-0054
Scope of Bid
Provide rehabilitation of the Ma Rainey Home, which is a historic building.
All work shall be performed in accordance with the Secretary of Interior?s
Standards for Rehabilitation. The work includes, but is not limited to,
construction of a new parking area; selective demolition of all existing
electrical wiring, electrical panels, plumbing and gas piping, foundation
repair; rehabilitation to the building?s exterior; installation of new
electrical, plumbing and mechanical systems; installation of new insulation;
rehabilitation, repair and/or replacement of all interior wall and ceiling
finishes; rehabilitation and repair of all interior and exterior doors and
windows; minor structural work on stairway; rehabilitation and repair, or
replacement of wood flooring; new architectural woodwork and cabinetry; a
fire/alarm security system.
2. Top Dresser (Re-Bid) ? RFB No. 05-0056
Scope of Bid
Provide one (1) turf top dresser to be used by the Park Services Division.
March 18, 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 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.
March 25, 2005
1. Geotechnical-Environmental Testing Services (Annual Contract) ? RFP
No. 05-0015
Scope of RFP
Provide Columbus Consolidated Government, Engineering Department with
geotechnical environmental testing services for soil and construction material
testing for the development or design of various construction projects on an
?as needed basis?. Contract term shall be for three years, with the option to
renew for two additional twelve-month periods. Contract renewal will be
contingent upon the mutual agreement of the City and the Contractor (s).
2. Grinding & Disposal of Yard Waste Material (Annual Contract) ? RFP No.
05-0014
Scope of RFP
Provide proposals to operate a program to Grinding and Dispose of Yard Waste
Material for the Columbus Consolidated Government, Public Services Department.
Contract term shall be for three years, with the option to renew for two
additional twelve-month periods. Contract renewal will be contingent upon the
mutual agreement of the City and the Contractor.