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 # 5



Columbus Consolidated Government

Council Meeting



February 23, 2010



Agenda Report # 475



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) ICE RE-SURFACER FOR NEW ICE RINK



It is requested that Council authorize the purchase of an ice re-surfacer from

Zamboni & Company, Inc., (Paramount, CA), in the amount $88,555.00.



The new ice re-surfacer will be used at the new ice rink scheduled for

construction. The new ice re-surfacer will be interchangeable with the one

currently utilized at the Civic Center, and will be used to prepare the ice

floor surface for ice hockey and ice skating activities.



Zamboni & Company is the only known manufacturer of ice re-surfacers.

Therefore, the vendor is considered the only known source for this purchase.



Funds are budgeted in the FY10 Budget: Lease Revenue Bonds 2003a ? Finance ?

Ice Rink ? General Construction; 0554-200-2443-CBA-7661-40224-20030.



* * * * * *



(B) TRANSIT ENHANCEMENT EQUIPMENT (ANNUAL CONTRACT) ? RFB NO. 10-0020



It is requested that Council authorize the purchase of transit enhancement

equipment from Playworx Playsets, LLC, Swartz Associates, Inc. and Innocom

Corporation for the estimated annual contract amount of $32,720.34.



Transit enhancement equipment includes the following items: benches with

backs, benches without backs, jumbo horizontal message centers and single face

info centers. Metra will utilize the transit enhancement equipment to replace

missing, broken and worn out equipment along the bus routes and at the Transit

Facilities.



The contract period shall be for two years, with the option to renew for three

(3) additional twelve- month periods. Contract renewal is contingent upon the

mutual agreement of the contractor and the City.



Bid postcard invitations were mailed to one hundred and nineteen vendors and

bid specifications were posted on the City?s website. Bid responses were

received on December 30, 2009 from seven bidders. This bid has been

advertised, opened and reviewed. The bidders were:







Description Benches with Back Benches without Back Jumbo Horizontal Massage Center Single Face

Info Center **Mesh Trash Receptacles

Estimated Quantity

30

50

3

13

25

PlayWorx

Marietta, GA

$443.00

$392.00

$1,684.00

$330.00

$479.00**

*Upbeat

St. Louis, MO

$487.70

$299.30

NB

NB

$258.30

Kirby Built

New Berlin, WI

NB

NB

$6,665.03

NB

NB

Swartz Assoc

Tampa, FL

$376.00

$296.00

NB

NB

NB

Innocom Corp

Columbus, OH

NB

NB

$4,405.30

$122.18

NB

Three Quadrant

Columbus, GA

$490.15

$398.95

NB

$250.00

$257.40**

KorKat

Carrollton, GA

$380.53

$301.33

$2,207.50

$220.90

$198.20**



*Denote Vendor failed to submit the required ?Vendor Responses to Detailed

Specifications. Therefore, the vendor?s bid was not considered. The vendor

has been notified in writing.



**Denote All vendors who bid the mesh trash receptacles failed to meet the

required specifications. Therefore, the using agency has rejected all bids for

the mesh trash receptacle. The vendors have been notified in writing.



Funds are budgeted each fiscal year for this ongoing expense: Transportation

Fund-Transportation-ARRA Section 5340-Metra Federal Transportation

Administration-Capital Expenditure Under $5,000, 0751-610-3430-MFTA-7763;

Federal Transit Administration-METRA Federal Transportation

Administration-Capital Expenditure Under $5,000, 0751-610-2400-MFTA-7763.



* * * * * *



(C) BUS SHELTER (ANNUAL CONTRACT) ? RFB NO. 10-0034



It is requested that Council authorize the purchase of bus shelters from Brasco

International, Inc. for the estimated annual contract amount of $34,125.00.

METRA anticipates purchasing fifteen-bus shelter per year.



METRA will utilize the bus shelters to replace missing and or damage shelters

along the City of Columbus bus routes.



The contract period shall be for two years, with the option to renew for three

(3) additional twelve- month periods. Contract renewal is contingent upon the

mutual agreement of the contractor and the City.





Bid postcard invitations were mailed to thirty vendors and bid specifications

were posted on the City?s website. Bid responses were received on January 20,

2010 from three bidders. This bid has been advertised, opened and reviewed.

The bidders were:





DESCRIPTION Brasco Intl. Inc.

(Detroit, MI) *LNI Custom Mfg.

(Hawthorne, CA) Tolar Mfg. Co.

(Williamsville, NY)

UNIT COST

FY10 ? July 1, 2009 ? June 30, 2010 $2,275.00 $2,941.93 $3,290.00

FY11 ? July 1, 2009 ? June 30, 2011 $2,275.00 $2,986.06 $3,290.00

FY12 ? July 1, 2009 ? June 30, 2012 Subject to

CPI $3,030.85 $ Subject to

Price Change

FY13 ? July 1, 2009 ? June 30, 2013 Subject to

CPI $3,076.31 $ Subject to

Price Change

FY14 ? July 1, 2009 ? June 30, 2014 Subject to

CPI $3,122.45 $ Subject to

Price Change



*Denote Vendor failed to submit the required ?Vendor Responses to Detailed

Specifications.? Therefore, the vendor?s bid was not considered. The vendor

has been notified in writing.



Funds are budgeted each fiscal year for this ongoing expense: Transportation

Fund-Transportation-ARRA Section 5340-Metra Federal Transportation

Administration-Capital Expenditure Under $5,000, 0751-610-3430-MFTA-7763;

Federal Transit Administration-METRA Federal Transportation

Administration-Capital Expenditure Under $5,000, 0751-610-2400-MFTA-7763.



* * * * * *



(D) TREES FOR PLANTING ON CITY RIGHT-OF-WAYS (ANNUAL CONTRACT) ? RFB NO. 10-0017



It is requested that Council approve the purchase of trees for planting on city

right-of-ways from Thoms Trees and Plants, and rescind Resolution No. 440-09,

which awarded the contract to John Deere Landscapes.



John Deere delivered the first order of various trees to Public Services in

January 2010. Of the 491 trees delivered, 201 trees did not meet

specifications. Public Services has met with the vendor to try to resolve the

issues. Additionally, Finance Department/Purchasing Division has communicated

to the vendor, in writing, giving them the opportunity to rectify the

complaint. However, a majority of the delivered trees still do not meet

specifications. The continued shipment of unacceptable trees is delaying the

City?s tree planting program.



Finally, in a meeting held February 16 with Public Services, John Deere

Landscapes and Purchasing Representatives, it was concluded that the contract

would be cancelled and John Deere would invoice the City for the trees that did

meet specifications.



Thoms Trees and Plants was the next lowest bidder and has agreed to honor the

bid prices submitted, October 27, 2009, for the estimated annual amount of

$87,700.



Funds are budgeted each fiscal year for this ongoing expense: Paving Fund -

Public Services - Landscape and Forestry - Horticultural/Landscaping Supplies,

0203-260-2800-LAND-6727.



* * * * * * * *





(E) ANNUAL MAINTENANCE AND SUPPORT AGREEMENT FOR THE OASIS SYSTEM



It is requested that Council approve payment to Tyler Technologies, Inc.,

Appraisal and Tax Division (Dallas, TX), in the amount of $85,075.00, for the

annual renewal fee for OASIS Maintenance Support, to be paid monthly beginning

January 2010 through December 2010; and rescind Resolution No. 32-10 due to a

typographical error requesting payment in the amount $80,075.00.



This maintenance provides Information Technology, the Tax Assessor's Office and

the Tax Commissioner's Office with software enhancements, documentation

updates, Users Group Support and Hotline Support for the OASIS property tax and

appraisal system. Maintenance has been budgeted and approved annually since

the OASIS software system was purchased in 1985. The vendor is the developer

of the software, and is therefore, the only known source available to provide

the maintenance support.



Funds are budgeted in the FY10 Budget: Information Technology - Software

Lease; 0101-210-1000-ISS-6541.



?ITEM A?

A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF AN ICE RE-SURFACER FROM

ZAMBONI & COMPANY, INC., (PARAMOUNT, CA), IN THE AMOUNT $88,555.00.



WHEREAS, the new ice resurfacer will be used at the new ice rink,

scheduled for construction. The new ice resurfacer will be interchangeable

with the one currently utilized at the Civic Center, and will be used to

prepare the ice floor surface for ice hockey and ice skating activities; and,



WHEREAS, Zamboni & Company is the only known manufacturer of ice resurfacers.

Therefore, the vendor is considered the only known source for this purchase.



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



That the City Manager is hereby authorized to purchase an ice

re-surfacer from Zamboni & Company, Inc., in the amount $88,555.00. Funds are

budgeted in the FY10 Budget: Lease Revenue Bonds 2003a ? Finance ? Ice Rink ?

General Construction; 0554-200-2443-CBA-7661-40224-20030.

_________________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia,

held the _________ day of ____________, 2010 and adopted at said meeting by

the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

?ITEM B?



A RESOLUTION



NO.___________



A RESOLUTION AUTHORIZING THE PURCHASE OF TRANSIT ENHANCEMENT EQUIPMENT

FROM PLAYWORX PLAYSETS, LLC, SWARTZ ASSOCIATES, INC., AND INNOCOM CORPORATION

FOR THE ESTIMATED ANNUAL CONTACT AMOUNT OF $32,720.34.



WHEREAS, transit enhancement equipment includes the following items: benches

with backs, benches without backs, jumbo horizontal message centers and single

face info centers.



WHEREAS, METRA will utilize the transit enhancement equipment to replace

missing, broken and worn out enhancements items along the bus routes and the

Transit Facilities, and;



WHEREAS, the contract period shall be for two years, with the option to renew

for three (3) additional twelve- month periods. Contract renewal is contingent

upon the mutual agreement of the contractor and the City.



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



That the City Manager is hereby authorized to purchase transit enhancement

equipment from Playworx Playsets, LLC, Swartz Associates, Inc., and Innocom

Corporation for the estimated annual contract amount of $32,720.34. Funds are

budgeted each fiscal year for this ongoing expense: Transportation

Fund-Transportation-ARRA Section 5340-Metra Federal Transportation

Administration-Capital Expenditure Under $5,000, 0751-610-3430-MFTA-7763;

Federal Transit Administration-METRA Federal Transportation

Administration-Capital Expenditure Under $5,000, 0751-610-2400-MFTA-7763.

__________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held

the _________ day of ____________, 2010 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.



_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

?ITEM C?





A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF BUS SHELTERS FROM BRASCO

INTERNATIONAL, INC., FOR THE ESTIMATED ANNUAL CONTRACT AMOUNT OF $34,125.00.



WHEREAS, METRA anticipates purchasing fifteen-bus shelter per year, and;



WHEREAS, METRA will utilize the bus shelters to replace missing and or damage

shelters along the City of Columbus bus routes, and;



WHEREAS, the contract period shall be for two years, with the option to

renew for three (3) additional twelve- month periods. Contract renewal is

contingent upon the mutual agreement of the contractor and the City.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase bus shelters

from Brasco International, Inc., for the estimated annual contract amount of

$34,125.00. Funds are budgeted each fiscal year for this ongoing expense:

Transportation Fund-Transportation-ARRA Section 5340-Metra Federal

Transportation Administration-Capital Expenditure Under $5,000,

0751-610-3430-MFTA-7763; Federal Transit Administration-METRA Federal

Transportation Administration-Capital Expenditure Under $5,000,

0751-610-2400-MFTA-7763.

__________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held

the _________ day of ____________, 2010 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

?ITEM D?

A RESOLUTION



NO._________



A RESOLUTION AUTHORIZING THE PURCHASE OF TREES, ON AN ?AS NEEDED BASIS? FROM

THOMS TREES AND PLANTS FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $87,700; AND

RESCIND RESOLUTION NO. 440-09 WHICH AWARDED THE CONTRACT TO JOHN DEERE

LANDSCAPES.



WHEREAS, John Deere delivered trees that did not meet specifications.

Public Services met with the vendor to try to resolve the issues. Additionally,

Finance Department/Purchasing Division has communicated with the vendor, in

writing, giving them the opportunity to rectify the complaint. However, a

majority of the delivered trees still did not meet specifications. The

continued shipment of unacceptable trees is delaying the City?s tree planting

program; and,



WHEREAS, in a meeting held February 16 with Public Services, John Deere

Landscapes and Purchasing Representatives, it was concluded that the contract

would be cancelled and John Deere would invoice the City for the trees that did

meet specifications; and,



WHEREAS, Thoms Trees and Plants was the next lowest bidder and has

agreed to honor the bid prices submitted, October 27, 2009; and,



WHEREAS, the contract shall be for the duration of the current contract

year ending November 9, 2010, with the option to renew for two additional

twelve-month periods. Contract renewal will be contingent upon the City and

the Contractor.



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

FOLLOWS:



Part I

That Resolution No. 440-09 is hereby rescinded; and,



Part II

That the City Manager is hereby authorized to purchase trees for

planting on City Right-of-Ways on an ?as needed basis from Thoms Trees and

Plants for the estimated annual contract value of $87,700. Funds are budgeted

each fiscal year for this ongoing expense: Paving Fund - Public Services -

Landscape and Forestry - Horticultural/Landscaping Supplies,

0203-260-2800-LAND-6727.

_________________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia,

held the _________ day of ____________, 2010 and adopted at said meeting by

the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.



_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

?ITEM E?

A RESOLUTION



NO.__________



A RESOLUTION AUTHORIZING PAYMENT TO TYLER TECHNOLOGIES, INC., APPRAISAL

AND TAX DIVISION (DALLAS, TX), IN THE AMOUNT OF $85,075.00, FOR THE ANNUAL

RENEWAL FEE FOR OASIS MAINTENANCE SUPPORT, TO BE PAID MONTHLY BEGINNING JANUARY

2010 THROUGH DECEMBER 2010; AND RESCIND RESOLUTION NO. 32-10 DUE TO A

TYPOGRAPHICAL ERROR REQUESTING PAYMENT IN THE AMOUNT $80,075.00.



WHEREAS, this maintenance provides Information Technology, the Tax

Assessor's Office and the Tax Commissioner's Office with software enhancements,

documentation updates, Users Group Support and Hotline Support for the OASIS

property tax and appraisal system; and,



WHEREAS, maintenance has been budgeted and approved annually since the OASIS

software system was purchased in 1985. The vendor is the developer of the

Software, and is therefore, the only known source available to provide the

maintenance support.



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



Part I

That Resolution No. 32-10 is hereby rescinded due to a typographical

error requesting payment in the amount $80,075.00.



Part II

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

Technologies, Inc., Appraisal and Tax Division (Dallas, TX), in the amount of

$85,075.00, for the annual renewal fee for OASIS Maintenance Support, to be

paid monthly beginning January 2010 through December 2010. Funds are budgeted

in the FY10 Budget: Information Technology - Software Lease;

0101-210-1000-ISS-6541.





Introduced at a regular meeting of the Council of Columbus, Georgia,

held the _________ day of ________________, 2010 and adopted at said meeting by

the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor



Attachments


No attachments for this document.

Back to List