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 # 9



Columbus Consolidated Government

Council Meeting



April 28, 2015



Agenda Report # 109



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) AMMUNITION AND MUNITIONS FOR PUBLIC SAFETY DEPARTMENTS (ANNUAL

CONTRACT) - RFB NO. 15-0013



It is requested that Council approve the purchase of ammunition and munitions

from Master Cartridge Corporation (Villa Rica, GA), Smyrna Police Distributors

(Smyrna, GA), Precision Delta Corporation (Ruleville, MS), Ed?s Public Safety

(Stockbridge, GA), Clyde Armory (Athens, GA), Gulf States Distributors, Inc.

(Montgomery, AL) and GT Distributors of Georgia, Inc., for the estimated annual

contract value of $325,103.73.



The various types of ammunition include: duty ammunition, practice ammunition,

and shotgun ammunition. The munitions supplies include: stinger rubber ball

grenades, MK-1X 12 oz. Spray Canister and 12-gauge rubber pellet round, etc.

The ammunition and munitions will be used by Public Safety departments, and

will be purchased on an ?as needed? basis.



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

for three additional twelve-month periods. Contract renewals will be

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



Bid specifications were posted on the web pages of the Purchasing Division and

Georgia Procurement Registry. Nine bids were received on March 4, 2015 from

the following bidders: Master Cartridge Corp, GT Distributors, Inc., Lawmens &

Shooters Supply, Inc., Gulf States Distributors, Clyde Armory, Precision Delta

Corp, Smyrna Police Distributors, NPEELC d/b/a National Police Ammunition and

Ed?s Public Safety. This bid has been advertised, opened and reviewed. The

lowest, responsive bidders, per line item were:



See attached pricing sheet:







Funds are budgeted each fiscal year for this on-going expense: General Fund -

Police, Sheriff, Marshal, and Muscogee County Prison - Operating Materials;

0101-400-2200-STAF-6728, 0101-550-1000-SHRF-6728, 0101-530-3000-MRSH-6728,

0101-420-1000-MCCI-6728.



* * * * * *







(B) OUTDOOR POOL REPAIRS

It is requested that Council authorize the execution of a construction contract

with Aqua Design Systems (Fayetteville, GA) in the amount of $506,789.00 for

outdoor pool repairs. This information was presented to Council during the

March 31, 2015 work session; however, Council did not take any formal action.



The Engineering Department attempted to obtain quotes from local contractors

that perform pool repair services; however, the local pool companies only

perform work inside the pools, i.e. liners and filter work and replacement.

Because Aqua Design Systems was the original installer of the pool at the

natatorium as a subcontractor of Brasfield & Gorrie, a quote was obtained from

Aqua Design Systems:



Description Original

Estimate Final

Quote

Double Churches Pool: Repair diving boards, dive stands, pool slide hardware,

and pool deck; repair and replace base plate covers on water features; and make

additional pump room and building repairs. City will repair

($25,349.00) City will repair

($25,349.00)

Shirley Winston Pool: Seal all cracks in the pool and repair leak in pool;

repair handrail anchors and replace as needed; remove and replace 2 tumble

buckets with new fixtures at each pool; repair and replace other water

features; repair slides and treat corroded base plates and install new bolts as

needed; replace corroded valves and valve supports at slide; remove and replace

4 existing umbrellas in pool deck, remove and replace all pipe hanger; replace

all gauges, check valves, butterfly valves, stainless steel hardware, on the

discharge side of the pumps; rotate, repair or replace chain drive service

valves; replace chemical controller probes and controllers; provide and install

4 new pump motors; remove and resolve uneven concrete on deck; repair leak at

pump pit wall; and corroded steel doors. 201,957.00 167,498.00

Rigdon Park Pool: Seal all cracks in the pool and repair leak in pool; Repair

handrail anchors and replace as needed; Remove and replace 2 tumble buckets

with new fixtures at each pool; Repair and replace other water features; Repair

slides and treat corroded base plates and install new bolts as needed; Replace

corroded valves and valve supports at slide; Remove and replace 4 existing

umbrellas in pool deck; Remove and replace all pipe hangers; Replace all

gauges, check valves, butterfly valves, stainless steel hardware, on the

discharge side of the pumps; Rotate, repair or replace chain drive service

valves; Replace chemical controller probes and controllers; Provide and install

4 new pump motors; Remove and resolve uneven concrete on deck; Repair leak at

pump pit wall; Corroded steel doors; Repair fence, and Deck sealant repairs. 207,144.00

170,213.00

Psalmond Road Pool: Seal all cracks in the pool and repair leak in pool;

Repair handrail anchors and replace as needed; Remove and replace 2 tumble

buckets with new fixtures at each pool; Repair and replace other water

features; Repair slides and treat corroded base plates and install new bolts as

needed; Replace corroded valves and valve supports at slide; Remove and replace

4 existing umbrellas in pool deck; Remove and replace all pipe hangers; Repair

or replace Cla-valve auto fill; Remove and repair uneven concrete in deck;

Replace all gauges, check valves, butterfly valves, stainless steel hardware,

on the discharge side of the pumps; Rotate, repair or replace chain drive

service valves; Replace chemical controller probes and controllers; Provide and

install 4 new pump motors; and Corroded steel doors. 205,235.00 169,078.00

TOTAL 614,336.00 $ 506,789.00





Funds are available in the FY15 Budget: LOST-Infrastructure ? Public Works ?

General Construction ? Shirley Winston Pools;

0109-260-9901-MNTN-7661-96035-20150; LOST-Infrastructure ? Public Works ?

General Construction ? Rigdon Park Pools; 0109-260-9901-MNTN-7661-96036-20150

and LOST-Infrastructure ? Public Works ? General Construction ? Psalmond Road

Pools; 0109-260-9901-MNTN-7661-96037-20150.





* * * * * *



(C) ADDITIONAL WORK RELATED TO THE 6TH AVENUE FLOOD ABATEMENT PROJECT



It is requested that Council authorize the execution of a construction contract

with Allen Asphalt Services, Inc. in the amount of $37,958.00 for additional

work related to the 6th Avenue Flood Abatement Project.



Per Resolution No. 83-11, Council awarded a contract to Reynolds, Inc.,

(Fairburn, GA) for flood abatement services at 6th Avenue and side streets.

Reynolds, Inc., subcontracted all asphalt paving, curb and gutter, and concrete

work to Allen Asphalt Services, Inc; therefore, Allen Asphalt Services, Inc. is

considered an only known source for additional concrete work related to the 6th

Avenue flood abatement project.



Because business owners in the construction work area were assured that the

City would make improvements to their street frontage and would replace items

that may become damaged during the construction process, the City is required

to replace and improve the truck dock at Columbus Store Equipment, which is

located at 1101 6th Avenue. The work includes demo and concrete work. During

the warranty period, Allen Asphalt Services will be responsible for any

maintenance issues.



Funds are available in the FY15 Budget, CBA Bonds - 6th Avenue Storm

Water/Flood Abatement - Drainage/Street Improvements;

0559-800-2171-BASF-7622-82007-20100.



* * * * * *



(D) PARKING FEE COLLECTION SERVICES (ANNUAL CONTRACT) ? RFP NO. 15-0014



It is requested that Council approve the contract with Quality Parking Valet

Management to provide parking fee collection services at the River Center

Parking Garage for Department of Transportation/METRA, and select events at

Columbus Civic Center.



The contractor will manage after hours event parking services at the River

Center Parking Garage, located at 919 Broadway in UpTown Columbus, which has

600 available parking spaces. The normal business hours will be between 5:30

p.m. and 7:00 a.m., Monday through Friday and all day on weekends and holidays.



The contractor will manage parking for select events at the Columbus Civic

Center, located at 400 4th Street, Columbus, which has parking at select events

with projected attendance over 3,000. The events will be determined by the

Civic Center Director prior to the event going on?sale, or being advertised to

the public.



Contractor will be required to do the following:

1) Collect parking fees at the River Center Parking Garage for events scheduled

in the Uptown area, and select events at the Columbus Civic Center.

2) Agree on the time to be on duty for event-parking services before the event

starts and stay until the last vehicle has left the parking area.

3) Make a guaranteed minimum amount per vehicle payment to METRA Transit

System, no later than the 5th of each month, with an activity report.

4) Make a settlement with the Civic Center Manager before leaving the premise.

5) Provide adequate staff necessary to collect the fees at the parking garage

during days outlined in METRA?s agreement, and select events at the Columbus

Civic Center. All staff shall be courteous, efficient and maintain a neat and

uniformed appearance to the public.

6) Adhere to all applicable labor and employment laws, hazardous materials

regulations, safety standards and regulations pertaining to employees in a

public facility.



The contract term shall be for one year, with the option to renew for four (4)

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

mutual agreement of the City and the Contractor.



On February 5, 2015, specifications were posted on the websites of the City and

Georgia Procurement Registry. The RFP has been advertised, opened and

evaluated. One proposal was received, March 13, 2015, from the following

offeror.

Quality Parking Valet Management (Columbus, GA)



The proposal was reviewed by the Evaluation Committee members, which consisted

of representatives from Department of Transportation/METRA and Columbus Civic

Center. The Project Manager, from Columbus Civic Center, served as an Advisor

and was not a voting member.



During the evaluation process, Quality Parking Valet Management was deemed

responsive to the RFP. The City?s Procurement Ordinance Article 3-110,

Competitive Sealed Proposals for the procurement of Equipment, Supplies and

Professional Services, governs the RFP Process. During the process of an RFP

there is no formal opening, due to the possibility of negotiated components of

the proposal. In the event Council does not approve the recommended

offeror(s), no proposal responses or any negotiated components are made public

until after the award of the contract. If Council does not approve the

recommended offeror, this contract will be re-advertised. The payment schedule

for the proposed share of revenue has been submitted to the City Manager in a

separate memo for informational purposes.



Funds will be deposited in the following revenue accounts: Parking Management

Fund ? Transportation ? Parking Management ? Revenue ? Public Parking Fees,

0752-610-2800-REVN-4569; Civic Center Fund ? Civic Center ? Other Events ?

Parking Fees, 0757-160-2500-CIVC-4568.



* * * * * *



(E) LOCAL AREA NETWORKS (LAN?S) INSTALLATION AT FIRE STATIONS



It is requested that Council approve the purchase of wireless access equipment

and installation services from C-PAK Technology Solutions (Lagrange, GA) in the

amount of $92,675.03, to facilitate Local Area Networks (LAN?s) at Fire

Stations. The purchase will be accomplished via Georgia Statewide Contract

#99999-SPD-T20120501-0006



The equipment and installation services are needed to install the Local Area

Networks (LAN?s) at the fire stations for the RMS project. RMS requires

wireless access points to be installed in order for the police cars to connect

by wireless to the network to upload data. The items are CCG standard CISCO

equipment purchased at State Contract prices and bundled in order to save as

much money as possible. We worked directly with C-PAK and Cisco to establish

the specifications for the order. Currently the stations have no LAN

connections (and no managed wireless) at all and without a network installed

the RMS project will not work.



Funds are budgeted in the FY15 Budget: LOST Public Safety Fund ? Police ?

Computer Equipment;0102-400-9900-LOST-7751.

?ITEM A?



A RESOLUTION



NO. ______



A RESOLUTION AUTHORIZING THE PURCHASE OF AMMUNITION AND MUNITIONS FROM

MASTER CARTRIDGE CORPORATION (VILLA RICA, GA), SMYRNA POLICE DISTRIBUTORS

(SMYRNA, GA), PRECEISION DELTA CORPORATION (RULEVILLE, MS), ED'S PUBLIC SAFETY

(STOCKBRIDGE, GA), CLYDE ARMORY (ATHENS, GA), GULF STATE DISTRIBUTORS, INC.

(MONTGOMERY, AL) AND GT DISTRIBUTORS OF GEORGIA, INCS., FOR THE ESTIMATED

ANNUAL CONTRACT VALUE OF $325,103.73.



WHEREAS, the various types of ammunition include: duty ammunition, practice

ammunition, and shotgun ammunition. The munitions supplies include: stinger

rubber ball grenades, MK-1X 12 oz. Spray Canister and 12-gauge rubber pellet

round, etc. The ammunition and munitions will be used by Public Safety

departments and will be purchased on an ?as needed? basis?; and,



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

renew for three additional twelve-month periods. Contract renewals will be

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 purchase ammunition and

munitions from Master Cartridge Corporation (Villa Rica, GA), Smyrna Police

Distributors (Smyrna, GA), Precision Delta Corporation (Ruleville, MS), Ed?s

Public Safety (Stockbridge, GA), Clyde Armory (Athens, GA), Gulf States

Distributors, Inc. (Montgomery, AL) and GT Distributors of Georgia, Inc., for

the estimated annual contract value of $325,103.73. Funds are budgeted each

fiscal year for this on-going expense: General Fund - Police, Sheriff,

Marshal, and Muscogee County Prison - Operating Materials;

0101-400-2200-STAF-6728, 0101-550-1000-SHRF-6728, 0101-530-3000-MRSH-6728,

0101-420-1000-MCCI-6728.



_______________



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

___________ day of ____________ 2015, and adopted at said meeting by the

affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_________________________________ _________________________

Lindsey Glisson, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor







?ITEM B?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH

AQUA DESIGN SYSTEMS (FAYETTEVILLE, GA) IN THE AMOUNT OF $506,879.00 FOR OUTDOOR

POOL REPAIRS.



WHEREAS, the Engineering Department attempted to obtain quotes from

local contractors that perform pool repair services; however, the local pool

companies only perform work in the pools, i.e. liners and filter work and

replacement. Because Aqua Design Systems was the original installer of the

pool at the natatorium as a subcontractor of Brasfield & Gorrie, a quote was

obtained from the Aqua Design Systems; and,



WHEREAS, Aqua Design Systems will perform pool repair services at

Psalmond Road Pool, Rigdon Park Pool and Shirley Winston Pool; and,



WHEREAS, the City will perform the estimated $25,349.00 repairs at Double

Churches Pool.



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

FOLLOWS:



That the City Manager is hereby authorized to execute a construction

contract with Aqua Design Systems (Fayetteville, GA) in the amount of

$506,789.00 for outdoor pool repairs. Funds are available in the FY15 Budget:

LOST-Infrastructure ? Public Works ? General Construction ? Shirley Winston

Pools; 0109-260-9901-MNTN-7661-96035-20150; LOST-Infrastructure ? Public Works

? General Construction ? Rigdon Park Pools; 0109-260-9901-MNTN-7661-96036-20150

and LOST-Infrastructure ? Public Works ? General Construction ? Psalmond Road

Pools; 0109-260-9901-MNTN-7661-96037-20150.



_________________





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

held the _________ day of ____________, 2015 and adopted at said meeting by

the Affirmative vote of __________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







________________________________ _________________________

Lindsey Glisson, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM C?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH

ALLEN ASPHALT SERVICES, INC., IN THE AMOUNT OF $37,958.00 FOR ADDITIONAL WORK

RELATED TO THE 6TH AVENUE FLOOD ABATEMENT PROJECT.



WHEREAS, per Resolution No. 83-11, Council awarded a contract to

Reynolds, Inc. (Fairburn, GA) for flood abatement services at 6th Avenue and

side streets; and,

WHEREAS, Reynolds, Inc., subcontracted all asphalt paving, curb and

gutter, and concrete work to Allen Asphalt Services, Inc; therefore, Allen

Asphalt Services, Inc. is considered an only known source for additional

concrete work related to the 6th Avenue flood abatement project; and,



WHEREAS, because business owners in the construction work area were

assured that the City would make improvements to their street frontage and

would replace items that may become damaged during the construction process,

the City is required to replace and improve the truck dock at Columbus Store

Equipment, which is located at 1101 6th Avenue. The work includes demo and

concrete work. During the warranty period, Allen Asphalt Services will be

responsible for any maintenance issues.



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

FOLLOWS:



That the City Manager is hereby authorized to execute a construction

contract with Allen Asphalt Services, Inc., in the amount of $37,958.00 for the

additional work related to the 6th Avenue Flood Abatement Project. Funds are

available in the FY15 Budget, CBA Bonds - 6th Avenue Storm Water/Flood

Abatement - Drainage/Street Improvements; 0559-800-2171-BASF-7622-82007-20100.



_________________



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

held the __________ day of ____________ 2015, and adopted at said meeting by

the Affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







________________________________ ________________________

Lindsey Glisson, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM D?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH QUALITY

PARKING VALET MANAGEMENT TO PROVIDE PARKING FEE COLLECTION SERVICES AT THE

RIVER CENTER PARKING GARAGE FOR THE DEPARTMENT OF TRANSPORTATION/METRA AND

COLUMBUS CIVIC CENTER.



WHEREAS, an RFP was administered (RFP No. 15-0014) and one proposal was

received; and,



WHEREAS, the proposal submitted by Quality Parking Valet Management met

all proposal requirements and is deemed responsive to the RFP; and,



WHEREAS, the term of this contract shall be for one year, with the

option to renew for four additional twelve-month periods. Contract renewal

will be 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 execute a contract with

Quality Parking Valet Management to provide parking fee collection services at

the River Center Parking Garage for the Department of Transportation/METRA and

Columbus Civic Center. Funds will be deposited into the following Revenue

Accounts; Parking Management Fund ? Transportation ? Parking Management ?

Revenue- Public Parking Fees, 0752-610-2800-REVN-4569; Civic Center Fund ?

Civic Center ? Other Events ? Parking Fees, 0757-160-2500-CIVC-4568.



_______________



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

held the __________ day of ____________ 2015, and adopted at said meeting by

the Affirmative vote of __________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







________________________________ ________________________

Lindsey Glisson, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM E?

A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF WIRELESS ACCESS EQUIPMENT AND

INSTALLATION SERVICES FROM C-PAK TECHNOLOGY SOLUTIONS (LAGRANGE, GA),IN THE

AMOUNT OF $92,675.03, TO FACILITATE LOCAL AREA NETWORKS (LAN?S) AT FIRE

STATIONS. THE PURCHASE WILL BE ACCOMPLISHED VIA GEORGIA STATEWIDE CONTRACT

#99999-SPD-T20120501-0006.



WHEREAS, the equipment and installation services are needed to install

the Local Area Networks (LAN?s) at the fire stations for the RMS project. RMS

requires wireless access points to be installed in order for the police cars to

connect by wireless to the network to upload data; and,



WHEREAS, the items are CCG standard CISCO equipment purchased at State Contract

prices and bundled in order to save as much money as possible. We worked

directly with C-PAK and Cisco to establish the specifications for the order;

and,



WHEREAS, currently the stations have no LAN connections (and no managed

wireless) at all and without a network installed the RMS project will not work.



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

FOLLOWS:



That the City Manager is hereby authorized to approve the purchase of

wireless access equipment and installation services from C-PAK Technology

Solutions (Lagrange, GA) in the amount of $92,675.03, to facilitate Local Area

Networks (LAN?s) at Fire Stations. The purchase will be accomplished via

cooperative Georgia Statewide Contract #99999-SPD-T20120501-0006. Funds are

budgeted in the FY15 Budget: LOST Public Safety Fund ? Police ? Computer

Equipment; 0102-400-9900-LOST-7751.



___________________________



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

held the _________ day of ____________, 2015 and adopted at said meeting by

the Affirmative vote of ________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







________________________________ ________________________

Lindsey Glisson, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor

Attachments


Back to List