Columbus, Georgia

Georgia's First Consolidated Government

Post Office Box 1340
Columbus, Georgia, 31902-1340
(706) 653-4013
fax (706) 653-4016
Council Members

Attachments


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.

Back to List