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 #____7___





Columbus Consolidated Government

Council Meeting



January 4, 2005





Agenda Report #____7____





TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department



(A) AUTOMATED VEHICLE LOCATION SYSTEM MAINTENANCE AGREEMENT



It is requested that Council authorize the purchase of an annual maintenance

agreement for the Police Department/911 Center?s Automated Vehicle Location

System from Ortivus North America in the amount of $23,120.41.



The 911 Center operates an Automated Vehicle Location System to record the

location of all Public Safety Units that are equipped with this system. This

equipment allows the dispatchers to look at a map and find the location of all

the equipped vehicles. This equipment also allows the Public Safety Units, so

equipped, to pull up a map of a call to assist them with directions to that

call. The system also aids in the mapping of the incoming 911 calls including

cellular telephone calls by providing a map location of these calls in the 911

Center. This system is critical for the safety of Public Safety units in that

it provides a ?second chance? to find the exact location of a unit, so

equipped, in an emergency situation. The City has maintained a full coverage

maintenance agreement on this equipment due to its importance and as an expense

control measure when making the necessary repairs and adjustments to this

equipment. This maintenance agreement provides complete coverage of any

problems that might arise as the equipment is used. This Maintenance Agreement

will insure that the City receives complete and cost effective support of this

equipment and allows control the operating costs associated with the Automated

Vehicle Location System.



Funds are budgeted in FY05 Budget, Police, Emergency Telephone Fund, E-911

Communications Center, Service Contracts; 0209-400-3220-E911-6513.



* * * * * *



(B) RAILROAD CROSSINGS ?PRECAST CONCRETE PANELS (ANNUAL CONTRACT ? RFB NO.

05-0036



It is requested that Council approve the purchase of precast concrete railroad

panels, rubber flange inserts and end restraints from Omni Products, Inc., for

the estimated annual contract value of $68,800. The items will be purchased by

the Engineering Department on an ?as needed basis? to replace existing

wooden/asphalt at various railroad crossings. The precast concrete panels will

enable vehicles to cross the railroads more smoothly.



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

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

mutual agreement of the City and the Contractor.



Eleven bid invitations were mailed; one bid was received December 1, 2004.

This bid has been advertised, opened and reviewed.



Funds are budgeted each fiscal year for this on-going expense, 1999 SPLOST,

Railroad Crossing Improvements- Road Construction;

0540-695-2126-TXRB-7641-20778-20000.



* * * * * *



(C) LIVESCAN FINGERPRINT SYSTEM



It is requested that Council approve the purchase of an Identix Live Scan

Fingerprint System from Identix Incorporated, in the amount of $23,154.00.

The equipment will be used by the Sheriff?s Office for fingerprinting

purposes.



The purchase includes the software, system equipment, maintenance and

training. Identix Incorporated is the vendor required by the Grant to provide

this equipment because it must be compatible with the equipment used by the

State of Georgia. Therefore, the vendor is deemed an only known source for

this purchase.



The purchase of the system is made possible via the National Criminal History

Improvement Plan (NCHIP) Grant. The grant will fully reimburse the purchase

cost. Funds are available in the FY05 Budget: Sheriff ? Jail ? Service

Contracts; 0101-550-2600-6513



* * * * *



(D) SURPLUS EMERGENCY VEHICLES



It is requested that Council authorize the declaration of three (3) ambulances

and two (2) fire trucks as surplus, in accordance with Section 7-501 of the

Charter of Columbus Consolidated Government; and to approve the donation of the

items to Columbus Technical College (2 ambulances), Stewart County EMS (1

ambulance), Antioch Volunteer Fire Department (1 fire truck) and Geneva

Volunteer Fire Department (1 fire truck):



Attached Tab:



The Columbus Fire and Emergency Medical Services will soon take delivery of

newly purchased ambulances (3) and fire trucks (2). The existing emergency

vehicles are no longer practical for use by Columbus Fire and Emergency Medical

Services. Due to Homeland Security policies, the City cannot auction the

emergency vehicles that are being replaced. Therefore, the emergency vehicles

will be donated to agencies requesting the surplus items.



* * * * * *



(E) ROOF RESTORATION AT VARIOUS LOCATIONS ? RFB NO. 05-0018



It is requested that Council authorize the procurement of roofing services in

the amount of $351,273.00 from Standard Roofing of Montgomery, Inc. If

necessary, the vendor will provide additional drain replacement with plumbing

for the unit price of $850, wood deck replacement for the unit price of $4 per

square foot, cementitious wood fiber deck replacement for the unit price of

$7.50 per square foot, metal deck replacement for the unit price of $7.75 per

square foot and wood nailer replacement for the unit price of $4.75 per square

foot.



The contractor will install new Garland modified bituminous membrane roofing

systems at the Public Safety Building, Comer Gym, Pop Austin Gym, Heavy

Equipment Building (Public Services) and Carver Park Gym. Garland roofing

system was specified in order to obtain a long-term quality roofing system.

Upon complete installation and acceptance by the City, Garland will provide a

30-year non-prorated warranty to the City. Additionally, Garland will provide

annual inspections with written reports.



Sixty-four bid invitations were mailed. A Mandatory Pre-Bid Conference/Site

Visit was held on November 12, 2004; six vendors were represented at the

conference/site visit. Three bids were received on December 1, 2004. This bid

has been advertised, opened and reviewed. The bidders were:



Location Standard Roofing of

Montgomery, Inc.

(Montgomery, AL) Darton Roofing

(Fortson, GA) Roofing Professionals

(Richmond Hills, GA)

Option 1: Pop Austin Gym 102,558.00 130,988.00 127,319.00

Option 2: Comer Gym 87,966.00 116,322.50 126,797.00

Option 3: Public Safety Bldg 97,280.00 97,312.00 101,160.00

Option 4: Heavy Equipment Bldg 25,417.00 37,914.00 32,994.00

Option 5: Carver Park Gym 38,052.00 60,934.00 59,390.00

Option 6: All Locations $ 351,273.00 $ 434,601.00 $ 447,660.00



Funds are available in FY05 Budget: General Fund Supported Capital Projects -

Capital Expenditures over $5000, Comer Roof, Pop Austin, Public Safety Roof,

Heavy Equipment Building and Carver Park;

0508-660-1000-CPGF-7761-22226-20050-0,0508-660-1000-CPGF-7761-22228-20050-0,

0508-660-1000-CPGF-7761-22229-20050-0,0508-660-1000-CPGF-7761-22225-20050-0 and

0508-660-1000-CPGF-7761-22227-20050-0.



* * * * * * * * *



(F) EMERGENCY REPLACEMENT OF STORM WATER PIPE



It is requested that Council approve payment to Earth-Scapes, Inc., in the

amount of $28,260.00 for the emergency replacement of a storm water pipe.



The Engineering Department requested approval of the emergency procurement due

a failed storm water pipe located at 1506 Alamo Drive, a residential area. The

failure of the pipe is contributing to numerous sink-holes, along the track of

the pipe, which could cause damage to private property. Consequently, per the

Procurement Ordinance, the City Manager approved the emergency purchase.



The Engineering Department obtained written quotes from the following three

vendors:

Earth-Scapes, Inc. $28,260.00

Robinson Paving 41,000.00

McMath Turner 66,315.00



Funding is available in the FY05 Budget: Sewer Fund Supported Capital Project

? Contingency ? Pipe Rehabilitation; 0508-660-2000-CPSF-9801-20770-2004-0.



?ITEM A?





A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF AN ANNUAL MAINTENANCE AGREEMENT FOR

THE POLICE DEPARTMENT/911 CENTER?S AUTOMATED VEHICLE LOCATION SYSTEM FROM

ORTIVUS NORTH AMERICA IN THE AMOUNT OF $23,120.41.



WHEREAS, the 911 Center operates an Automated Vehicle Location System

to record the location of all Public Safety Units that are equipped with this

system; and,



WHEREAS, this system is critical for the safety of Public Safety units

in that it provides a ?second chance? to find the exact location of a unit, so

equipped, in an emergency situation; and,



WHEREAS, this Maintenance Agreement will insure that the City receives

complete and cost effective support of this equipment and allows control of the

operating costs associated with the Automated Vehicle Location System.



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

FOLLOWS:



That the City Manager, or his designee, is hereby authorized to

purchase an annual maintenance agreement for the Police Department/911 Center?s

Automated Vehicle Location System from Ortivus North America in the amount of

$23,120.41. Funds are budget in FY05 Budget



_________________________________________



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 PRECAST CONCRETE PANELS, ON AN ?AS

NEEDED BASIS,? FOR RAILROAD CROSSINGS FROM OMNI PRODUCT, INC., FOR THE

ESTIMATED ANNUAL CONTRACT VALUE OF $68,800.



WHEREAS, the contractor will provide precast concrete panels, rubber flange

inserts, and end restraints on an ?as needed basis?. The items will replace

existing wooden/asphalt panels at various railroad crossings. The precast

concrete panels will enable vehicles to cross the railroad more smoothly; and,



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

three 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 purchase precast concrete

panels, rubber flange inserts, and end restraints on an ?as needed basis? from

Omni Products, Inc., for the estimated annual contract value of $68,800. Funds

are budgeted each fiscal year for this on-going expense, 1999 SPLOST, Railroad

Crossing Improvements- Road Construction; 0540-695-2126-TXRB-7641-20778-20000.

_________________________________________



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 AN IDENTIX LIVE SCAN FINGERPRINT

SYSTEM FROM IDENTIX INCORPORATED, IN THE AMOUNT OF $23,154.00.



WHEREAS, The equipment will be used by the Sheriff?s Office for

fingerprinting purposes; and,



WHEREAS, Identix Incorporated is the vendor required by the Grant to

provide this equipment because it must be compatible with the equipment used by

the State of Georgia. Therefore, the vendor is deemed an only known source

for this purchase.



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

FOLLOWS:



That the City Manager, or his designee, is hereby authorized to purchase an

Identix Live Scan Fingerprint System from Identix Incorporated, in the amount

of $23,154.00. The purchase of the system is made possible via the National

Criminal History Improvement Plan (NCHIP) Grant. The grant will fully

reimburse the purchase cost. Funds are available in the FY05 Budget: Sheriff ?

Jail ? Service Contracts; 0101-550-2600-6513.

_________________________________________



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 DECLARATION OF THREE (3) AMBULANCES AND TWO (2)

FIRE TRUCKS AS SURPLUS, IN ACCORDANCE WITH SECTION 7-501 OF THE CHARTER OF

COLUMBUS CONSOLIDATED GOVERNMENT; AND TO APPROVE THE DONATION OF THE ITEMS TO

COLUMBUS TECHNICAL COLLEGE (2 AMBULANCES), STEWART COUNTY EMS (1 AMBULANCE),

ANTIOCH VOLUNTEER FIRE DEPARTMENT (1 FIRE TRUCK) AND GENEVA VOLUNTEER FIRE

DEPARTMENT (1 FIRE TRUCK).



WHEREAS, The Columbus Fire and Emergency Medical Services will soon

take delivery of newly purchased ambulances (3) and fire trucks (2). The

existing emergency vehicles are no longer practical for use by Columbus Fire

and Emergency Medical Services; and,



WHEREAS, Due to Homeland Security policies, the City cannot auction the

emergency vehicles that are being replaced. Therefore, the emergency vehicles

will be donated to agencies requesting the surplus items.



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



That the City Manager, or his designee, is hereby authorized to declare

three (3) ambulances and two (2) fire trucks as surplus, in accordance with

Section 7-501 of the Charter of Columbus Consolidated Government, and to

approve the donation of the items to Columbus Technical College (2

ambulances), Stewart County EMS (1 ambulance), Antioch Volunteer Fire

Department (1 fire truck) and Geneva Volunteer Fire Department (1 fire truck).

______________________________



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 Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





__________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor





?ITEM E?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PROCUREMENT OF ROOFING SERVICES IN THE AMOUNT OF

$351,273.00 FROM STANDARD ROOFING OF MONTGOMERY, INC.



WHEREAS, The contractor will install new Garland modified bituminous

membrane roofing systems at the Public Safety Building, Comer Gym, Pop Austin

Gym, Heavy Equipment Building (Public Services) and Carver Park Gym; and,



WHEREAS, If necessary, the vendor will provide additional drain

replacement with plumbing for the unit price of $850, wood deck replacement for

the unit price of $4 per square foot, cementitious wood fiber deck replacement

for the unit price of $7.50 per square foot, metal deck replacement for the

unit price of $7.75 per square foot and wood nailer replacement for the unit

price of $4.75 per square foot.



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



That the City Manager, or his designee, is hereby authorized to procure

roofing services in the amount of $351,273.00 from Standard Roofing of

Montgomery, Inc. Funds are available in FY05 Budget: General Fund Supported

Capital Projects - Capital Expenditures over $5000, Comer Roof, Pop Austin,

Public Safety Roof, Heavy Equipment Building and Carver Park;

0508-660-1000-CPGF-7761-22226-20050-0, 0508-660-1000-CPGF-7761-22228-20050-0,

0508-660-1000-CPGF-7761-22229-20050-0, 0508-660-1000-CPGF-7761-22225-20050-0

and 0508-660-1000-CPGF-7761-22227-20050-0.



______________________________



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 Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





__________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM F?



A RESOLUTION



NO._________



A RESOLUTION AUTHORIZING PAYMENT TO EARTH-SCAPES, INC., IN THE AMOUNT OF

$28,260 FOR THE EMERGENCY REPLACEMENT OF A STORM WATER PIPE.



WHEREAS, The Engineering Department requested approval of the emergency

procurement due a failed storm water pipe located at 1506 Alamo Drive, a

residential area. The failure of the pipe is contributing to numerous

sink-holes, along the track of the pipe, which could cause damage to private

property. Consequently, per the Procurement Ordinance, the City Manager

approved the emergency purchase.



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



That the City Manager, or his designee, is hereby authorized to make payment to

Earth-Scapes, Inc., in the amount of $28,260.00 for the emergency replacement

of a storm water pipe. Funding is available in the FY05 Budget: Sewer Fund

Supported Capital Project ? Contingency ? Pipe Rehabilitation;

0508-660-2000-CPSF-9801-20770-2004-0.



______________________________



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

___________ day of ____________, 2004 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 Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





__________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor







DATE: January 4, 2005



TO: Mayor and Councilors



FROM: Angela Cole, Director of Finance



SUBJECT: Advertised Bids





January 5, 2005

1. Ford Crown Victoria Pursuit Vehicles? RFB No. 05-0039

Scope of Bid

Provide thirty-eight (38) Ford Crown Victoria Police Pursuit Vehicles to be

used by the Police Department, Sheriff Department and Marshal Department. Due

to interior and storage space needs, the City has decided that the Ford Crown

Victoria is the only pursuit car that meets those needs.



January 7, 2005

1. Exclusive Soft Drink Vending Services & Pouring Rights for Edgewood

Park (Annual Contract) ? RFP No. 05-0007

Scope of Bid

Provide the Columbus Consolidated Government (the City) soft drink vending

services & pouring rights for Edgewood Park. The contract term will be for a

period of nineteen (19) months ending July 24, 2006. Provisions for

termination of the contract between the contractor and Columbus Consolidated

Government will be made a part of the final contract.



2. Low Floor Mini-Bus (Annual Contract) ? RFB No. 05-0045

Scope of Bid

The Consolidated Government of Columbus, Georgia (the City) is seeking vendors

to provide Low Floor Mini Buses to METRA on an ?as needed? basis. The City

anticipates purchasing approximately 12 buses over a four (4) year period.



January 14, 2005

1. Bad Check Recovery Services (Annual Contract) ? RFP No. 05-0012

Scope of Bid

The City of Columbus invites qualified firms to submit proposals for

the provision of recovery services related to bad checks on an ?as needed

basis?. The initial term of this contract shall be for one year, 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.



January 20, 2005

1. Triage Tracking Devices ? RFP No. 05-0013

Scope of RFP

Columbus Consolidated Government (the City) desires to purchase approximately

15 triage tracking devices and bar-coded triage tags. The department of Fire

and Emergency Medical Services will use the items.



January 21, 2005

1. Demolition Services (Annual Contract) ? RFP No. 05-0006

Scope of RFP

Provide demolition services to the City of Columbus on an ?as needed

basis?. The initial term of this contract shall be for two years, with the

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

will be contingent upon the mutual agreement of the City and the Contractor.
Back to List