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 #___4_____
Columbus Consolidated Government
Council Meeting
January 21, 2003
Agenda Report #____011_______
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) INDUSTRIAL/COMMERCIAL MULCHING MOWER & REPAIR PARTS (ANNUAL CONTRACT) - BID
NO. 03-0062
It is requested that Council approve the purchase of Industrial/Commercial
Mulching Mower & Repair Parts on an "as needed" basis from Taapken Small Engine
Repair for the estimated annual contract value of $15,299.70. Various City
departments will use the equipment. The term of the contract will be for one
(1) year.
Sixty bid invitations were mailed; four bids were received December 11, 2002.
This bid has been advertised, opened, and reviewed. The bidders were:
Description/Vendors *Taapken Small Engine
(Fort Michell, AL) *Trailmate
(Sarasota, FL) Outdoor Products
(Columbus, GA) **Quick Kut
(Claxton, GA)
1. 22? Walk Behind Industrial/Commercial Mulching Mower
$ 509.99
$ 509.99
$ 599.00
$ 524.99
Repair Parts
2. 22? Deck $ 56.96 $ 56.96 $ 57.30 $ 49.99
3. Spindle $ 56.21 $56.21 $ 54.06 $ 48.50
4. Engine Pulley $ 26.21 $ 26.21 $ 14.87 $ 9.50
5. Rear Wheel Assy. $ 29.96 $ 29.96 $ 39.51 $ 24.99
6. Belt $ 11.21 $ 11.21 $ 9.96 $ 3.99
7. Front Wheel $ 9.72 $ 9.72 $ 12.13 $ 5.50
8. Mulch Blade $ 22.46 $ 22.46 $ 11.62 $ 5.00
*Taapken Small Engine and Trailmate were tied in all areas of their bid prices,
therefore per bid specifications, General Provisions, Clause # 9, Taapken Small
Engine was awarded the contract due to previously awarded contracts.
**Quick Kut did not include the required statement describing store or branch.
Therefore, the bid was deemed "Incomplete".
Funds are budgeted each fiscal year for this ongoing expense, Public Services,
Right-of- Way Maintenance Operating Materials, 0203-260-3120-ROWM-6728, Parks &
Recreations, Park Services - Operating Materials, 0101-270-2100-PSRV-6728.
* * * * * *
(B) FIBER CONTROLLER EQUIPMENT
It is requested that Council authorize payment to Motorola Communications
Enterprise (Atlanta, GA) in the amount of $55,891.00 for repairs to the fiber
controller equipment. The equipment is located on the roof of the Government
Center Tower and is used for data transmission. The equipment was destroyed by
lighting in August 2002. The affected departments include the Sheriff, Police,
Fire, Information Technology and Inspections and Codes. Motorola
Communications Enterprise provided repair and installation services and
technical assistance to restore the equipment.
Funds are available in FY03 Budget, General Fund Contingency;
0101-590-2000-CONT-9801.
* * * * * *
(C) DOCUMENT IMAGING SOFTWARE SERVER LICENSE AND SCANNING EQUIPMENT
It is requested that Council authorize the purchase of document imaging
software server license and scanning equipment from ISPA, Inc., (Clearwater,
FL), in the amount of $48,156.00. The purchase includes start-up services and
training.
As part of the on-going efforts of the CCG to reduce paper and migrate to a
paperless environment, an imaging system is needed to enhance the daily
operation of the Tax Assessor's Office, Clerk of Council and the Office of the
Probate Court. These departments were targeted by the City Manager as a
priority for an imaging system to save and retrieve appraisal, council and
court documents electronically. The unlimited licensing feature will give us
the capability to set up other departments in the future with the same imaging
features and processes. This system will provide a document imaging system
that will serve the entire CCG.
After a full investigation and a series of product demonstrations from vendors
of electronic on-line agenda solutions, the CCG IT department has concluded
that the complete solution presented by DocMaestro, a division of ISPA, Inc.,
an Atlanta based small business, fully meets the stated requirements. The
DocMaestro solution includes the following unique feature not included in any
other system on the market today: DocDepot? (the core component of the
solution) is a web-based document repository and delivery system, eliminating
the need for time consuming and costly indexing. DocDepot can be installed on
our server with an unlimited user license (no need for costly seat licenses).
Therefore ISPA, Inc., is considered an only know source for the specific
software.
Funds are budgeted in FY03 Budget, Information Technology ? Computer Software;
0101-210-1000-ISS-6713.
* * * * * *
(D) SURVEILLANCE EQUIPMENT FOR GOVERNMENT CENTER ? RFP NO. 03-0012
It is requested that Council authorize the execution of a contract with Global
Technologies for the procurement of surveillance equipment. The vendor will
provide, install and maintain a surveillance system for the Government Center.
The system will be a combination of fixed and pan and tilt cameras for both
internal and external purposes.
Requests for proposals were mailed to eighty vendors. A Non-Mandatory
Pre-Proposal Conference/Site Visit was held on September 26, 2002; six vendors
attended the conference/site visit. This RFP has been advertised. Five
proposals were received on October 17, 2002:
Global Technologies (Nixa, MO)
1A-COM Protection Services (Columbus, GA)
ADT Security Services, Inc. (Columbus, GA)
First Signal, Inc. (Marietta, GA)
2Siemens Security (Marietta, GA)
1The proposals submitted by A-COM Protection Services did not include the
required warranty information and itemized cost proposal, therefore the
vendor?s bid was deemed incomplete.
2The proposal submitted by Siemens Security did not include the required
qualifications, service plan and warranty information, therefore the vendor?s
bid was deemed incomplete.
Proposals were reviewed by the Evaluation Committee, which consisted of
representatives from the Sheriff?s Office, METRA Transit System and Facilities
Maintenance Division. The City?s Procurement Ordinance, Contracting for
Equipment, Supplies or Professional Services per Article 3-110, governs the RFP
process. During the RFP process, there is no formal opening due to the
possibility of negotiated components of the proposal. In the event City
Council does not approve the recommended offeror, no proposal responses or any
negotiated components are made public until after the award of the contract.
The cost information and evaluation results have been submitted to the City
Manager in a separate memo for informational purposes.
Funds are budgeted in FY03 Budget, Special Projects - Capital Projects Fund,
Capital Expenditures-Over $5000, Surveillance Camera Package;
0508-660-1000-CPGF-7761-22198030.
(E) ELEVATOR UPGRADES ? BID NO. 03-0045
It is requested that Council authorize the execution of a contract for the
procurement of elevator upgrade services from Elevator Service Company in the
amount of $90,027.00. The vendor will upgrade the present elevator control
systems to the latest ANSI A.17 Code for Fire Return Services Phase I & II.
The services shall include all labor and material to install current code
requirements on the elevators located in the Government Center and the Muscogee
County Jail.
Sixteen bid invitations were mailed. A Mandatory Pre-Bid Conference/Site Visit
was held on December 4, 2002; four vendors attended the conference/site visit.
Three bids were received on December 18, 2002. This bid has been advertised,
opened and reviewed. The bidders were:
Vendors Government Center
Elevators Muscogee County Jail
Elevators Total Bid
Amount
Elevator Service Co.
(Columbus, GA) 61,835.00 28,192.00 $90,027.00
Schindler Elevator Corp.
(Smyrna, GA) 64,741.00 35,238.00 $99,979.00
Otis Elevator Service
(Atlanta, GA) 99,600.00 57,000.00 $156,600.00
Funds will be available in FY03 Budget, Public Services ? Other
Maintenance/Repairs, Building Maintenance-General Government;
0101-260-3710-REPA-6529.02 upon adoption of the FY 03 mid year budget
adjustment .
* * * * * *
(F) MOBILE GROUNDS SWEEPER ? BID NO. 03-0055
It is requested that Council authorize the purchase of one (1) mobile grounds
sweeper from Consolidated Disposal Systems, Inc., in the amount of $26,470.00.
The mobile grounds sweeper will be used by METRA to clean the River Center
parking garage. Daily use of the garage requires continuous cleaning and
maintenance of the facility.
Twenty-eight bid invitations were mailed. Two bids were received on December
18, 2002. This bid has been advertised, opened and reviewed. The bidders were:
BIDDERS TOTAL
Consolidated Disposal Systems, Inc.
(Smyrna, GA) $26,470.00
Tennant Sales & Service Company
(minneapolis, MN) $28,155.67
Funds are budgeted in FY03 Budget, Transportation Fund ? METRA FTA, Capital
Expenditures over $5,000.00; 0751-610-2400-MFTA-7761; (City 10%; Federal 80%
and state 10%).
* * * * * *
(G) YOUTH BASKETBALL UNIFORMS (ANNUAL CONTRACT) - BID NO. 03-0048
It is requested that Council approve the purchase of various sizes of youth
basketball uniforms from Columbus Fire & Safety on an "as needed basis" for the
estimated annual contract value of $10,000.00. The Parks and Recreations Youth
Division will utilize the uniforms for the upcoming 2003-basketball season.
The contract term will be for one year, with the option to renew for two
additional twelve-month periods. Contract renewal is contingent upon the
mutual agreement of the contractor and the City.
Seventy-four invitations were mailed; three bids were received December 11,
2002. This bid has been advertised, opened and reviewed. The bidders were:
Description/Vendor Sizes Columbus Fire & Safety (Columbus, GA) *J.U.S.T. Sportswear
(Columbus, GA) *Tiger Innovations Group (Ellington, CT)
UNIT PRICE
Youth Jersey Small 9.33 10.50 12.80
Youth Jersey Medium 9.33 10.50 12.80
Youth Jersey Large 9.33 10.50 12.80
Adult Jersey Small 10.30 11.50 14.30
Adult Jersey Medium 10.30 11.50 14.30
Adult Jersey Large 10.30 11.50 14.30
Adult Jersey X-Large 10.30 11.50 14.30
Adult Jersey XX-Large 11.56 12.50 16.31
Youth Shorts XXX-Large 12.83 13.50 17.50
Youth Shorts Small 8.13 11.50 10.14
Youth Shorts Medium 8.13 10.00 10.14
Adult Shorts Large 8.13 10.00 10.14
Adult Shorts Small 9.40 10.50 12.74
Adult Shorts Medium 9.40 10.50 12.74
Adult Shorts Large 9.40 10.50 12.74
Adult Shorts X-Large 9.40 10.50 12.74
Adult Shorts XX-Large 11.30 11.50 12.74
Adult Shorts XXX-Large 15.05 12.50 12.74
*The bids submitted by J.U.S.T. Sportswear and Tiger Innovations Group did not
include the acknowledgement of receipt of Addendum #1, manufacture?s warranty,
literature and the required sample uniform. Therefore the vendors? bids were
deemed incomplete. The Purchasing Division notified the vendors, in writing,
of the evaluation results.
Funds are budgeted in each fiscal year for this on going expense, Parks &
Recreation, Youth Activities, Uniforms; 0101-270-3440-YOTH-6781.
* * * * * *
(H) WORKER?S COMPENSATION ANNUAL ASSESSMENT FEE
It is requested that Council authorize payment to the State Board of Workers?
Compensation (Atlanta, GA) in the amount of $19,619.81. This expense is for
the FY03 annual assessment, which is a calculation of fees owed, based on
payroll and numbers of claims in previous years.
Funds are budgeted in FY03 Budget, Human Resources ? Workers? Compensation;
0860-220-3820-WCOM-6230.
?ITEM A?
A RESOLUTION
NO. _____
A RESOLUTION AUTHORIZING THE PURCHASE OF INDUSTRIAL/COMMERCIAL MULCHING
MOWER & REPAIR PARTS ON AN ?AS NEEDED? BASIS FROM TAAPKEN SMALL ENGINE FOR THE
ESTIMATED ANNUAL CONTRACT VALUE OF $15,299.70.
WHEREAS, various City departments will use the equipment; and,
WHEREAS, the term of the contract will be for one (1) year.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase
industrial/commercial mower & repair parts on an "as needed" basis from Taapken
Small Engine for the estimated annual contract value of $15,299.70. Funds are
budgeted each fiscal year for this ongoing expense, Public Services, Right-of-
Way Maintenance Operating Materials, 0203-260-3120-ROWM-6728, Parks &
Recreations, Park Services - Operating Materials, 0101-270-2100-PSRV-6728.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2003 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 B?
A RESOLUTION
NO. _____
A RESOLUTION AUTHORIZING PAYMENT TO MOTOROLA COMMUNICATIONS ENTERPRISES
IN THE AMOUNT OF $55,891.00 FOR REPAIRS TO THE FIBER CONTROLLER EQUIPMENT.
WHEREAS, The equipment is located on the roof of the Government Center
Tower and is used for data transmission. The equipment was destroyed by
lighting in August 2002. The affected departments include the Sheriff, Police,
Fire, Information Technology and Inspections and Codes. Motorola
Communications Enterprise provided repair and installation services and
technical assistance to restore the equipment.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to pay Motorola
Communications Enterprises in the amount of $55,891.00 for repairs to the fiber
controller equipment. Funds are available in FY03 Budget, General Fund
Contingency; 0101-590-2000-CONT-9801.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _________________, 2003 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 C?
A RESOLUTION
NO. _____
A RESOLUTION AUTHORIZING THE PURCHASE OF DOCUMENT IMAGING SOFTWARE
SERVER LICENSE AND SCANNING EQUIPMENT FROM ISPA, INC., IN THE AMOUNT OF
$48,156.00.
WHEREAS, As part of the on going efforts of the CCG to reduce paper and migrate
to a paperless environment, an imaging system is needed to enhance the daily
operation of the Tax Assessor's Office, Clerk of Council and the Office of the
Probate Court. These departments were targeted by the City Manager as a
priority for an imaging system to save and retrieve appraisal, council and
court documents electronically. The unlimited licensing feature will give us
the capability to set up other departments in the future with the same imaging
features and processes. This system will provide a document imaging system
that will serve the entire CCG. This purchase includes start-up services and
training; and,
WHEREAS, After a full investigation and a series of product demonstrations from
vendors of electronic on-line agenda solutions, the Columbus Government IT
department has concluded that the complete solution presented by DocMaestro, a
division of ISPA, Inc., an Atlanta based small business, fully meets the stated
requirements. The DocMaestro solution includes a web-based document repository
and delivery system, eliminating the need for time-consuming and costly
indexing. This unique feature is not included in any other system on the
market today. Therefore ISPA, Inc., is considered an only known source for the
specific software.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase document imaging
software server license and scanning equipment from ISPA, Inc., in the amount
of $48,156.00. Funds are budgeted in FY03 Budget, Information Technology ?
Computer Software; 0101-210-1000-ISS-6713.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ________________, 2003 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 D?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH GLOBAL TECHNOLOGIES
FOR THE PROCUREMENT OF SURVEILLANCE EQUIPMENT.
WHEREAS, an RFP was administered (RFP No. 03-0012) and five proposals were
received; and,
WHEREAS, the proposal submitted by Global Technologies met all proposal
requirements and is deemed most responsive to the RFP.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a contract with
Global Technologies for the procurement of surveillance equipment. Funds are
budgeted in FY03 Budget, Special Projects - Capital Projects Fund, Capital
Expenditures-Over $5000, Surveillance Camera Package;
0508-660-1000-CPGF-7761-22198030.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _________________, 2003 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 EXECUTION OF A CONTRACT FOR THE
PROCUREMENT OF ELEVATOR UPGRADE SERVICES FROM ELEVATOR SERVICE COMPANY IN THE
AMOUNT OF $90,027.00.
WHEREAS, The vendor will upgrade the present elevator control systems
to the latest ANSI A.17 Code for Fire Return Services Phase I & II. The
services shall include all labor and material to install current code
requirements on the elevators located in the Government Center and the Muscogee
County Jail.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a contract for the
procurement of elevator upgrade services from Elevator Service Company in the
amount of $90,027.00. Funds will be available in FY03 Budget, Public Services
? Other Maintenance/Repairs, Building Maintenance-General Government;
0101-260-3710-REPA-6529.02 after adoption of the FY 03 mid year budget
adjustment.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _________________, 2003 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 THE PURCHASE OF ONE (1) MOBILE GROUNDS SWEEPER
FROM CONSOLIDATED DISPOSAL SYSTEMS, INC., IN THE AMOUNT OF $26,470.00.
WHEREAS, The mobile grounds sweeper will be used by METRA to clean the
River Center parking garage. Daily use of the garage requires continuous
cleaning and maintenance of the facility.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) Mobile Grounds
Sweeper from Consolidated Disposal Systems, Inc., in the amount of $26,470.00.
Funds are budgeted in FY03 Budget, Transportation Fund ? METRA FTA, Capital
Expenditures over $5,000.00; 0751-610-2400-MFTA-7761; (City 10%; Federal 80%
and state 10%).
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _________________, 2003 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 G?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF VARIOUS SIZES OF YOUTH BASKETBALL
UNIFORMS FROM COLUMBUS FIRE AND SAFETY FOR THE ESTIMATED ANNUAL CONTRACT VALUE
OF $10,000.00.
WHEREAS, these uniforms will be purchased on an ?as needed basis? and will be
used by Parks and Recreation Youth Division of the Columbus Consolidated
Government.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase various sizes of
youth basketball uniforms from Columbus Fire and Safety in the estimated annual
contract amount of $10,000.00. The contract period will be for one year with
the option to renew for two additional twelve-month periods. Contract renewal
is contingent upon the mutual agreement of the City and the contractor. Funds
are budgeted in each fiscal year for this on going expense, Parks & Recreation,
Youth Activities, Uniforms; 0101-270-3440-YOTH-6781.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of ____________, 2003 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony __________.
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 H?
A RESOLUTION
NO. _____
A RESOLUTION AUTHORIZING PAYMENT TO THE STATE BOARD OF WORKERS? COMPENSATION
(ATLANTA, GA) FOR THE FY03 ANNUAL ASSESSMENT IN THE AMOUNT OF $19,619.81.
WHEREAS, This expense is for the FY03 annual assessment, which is a calculation
of fees owed, based on payroll and numbers of claims in previous years.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to pay the State Board of Workers?
Compensation for the FY03 Annual Assessment in the amount of $19,619.81. Funds
are budgeted in FY03 Budget, Human Resources ? Workers? Compensation;
0860-220-3820-WCOM-6230.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of _________________, 2003 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 21, 2003
TO: Mayor and Councilors
FROM: Kay Love, Director of Finance
SUBJECT: Advertised Bids
January 22, 2003
1. Work Boots (Annual Contract) ? Bid No. 03-0062
Scope of Bid
Provide approximately 263 work boots, of various sizes and widths, to
employees at Public Services Department, Metra Transit and the Engineering
Department. The boots will be purchased on an ?as needed? basis. The contract
term will be for one year, with the option to renew for two additional
twelve-month periods.
2. Sports Equipment ? Bid No. 03-0066
Scope of Bid
Provide sports equipment of current model/production year to be utilized by the
Parks and Recreation Department of the Columbus Consolidated Government.
3. Television Campaign For City?s Recycling Program ? RFP No.
03-0019
Scope of RFP
The Columbus Consolidated Government (City) invites proposal submissions from
qualified vendors to develop a television campaign for the City?s Recycling
Program.
January 24, 20003
1. Consulting Services to Determine Direction and the Development
and Implementation of a Criminal Records Management System - RFP
03-0018
Scope of RFP
Provide consulting services to assist with the operational design and selection
of an integrated records management system for the Columbus Police, Sheriff,
Fire/EMS Department and Courts. The successful bidder may be chosen to
implement the software and processes redesign initiatives.
January 29, 2003
1. Frames, Grates, Covers & Inlets (Annual Contract) ? Bid No. 03-0063
Scope of Bid
Provide frames, grates, covers and inlets to be purchased on an ?as needed
basis?. The term of contract shall be for one year, with the option to renew
for two (2) additional twelve-month periods. Contract renewal will be
contingent upon the mutual agreement of the City and the Contractor.
2. Electric Motor Repair (Annual Contract) ? Bid No. 03-0065
Scope of Bid
Provide repair services for electric motors. The repairs will include all
single and three phase electric motors up to 150 HP to include, but not limited
to, Belt-Drive A/C Blower Motors, Direct-Drive A/C Blower Motors and Water
Circulators. The term of contract shall be for two years, with the option to
renew for three (3) additional twelve-month periods. Contract renewal will be
contingent upon the mutual agreement of the City and the Contractor.
3. Global Positioning Satellite Survey System ? RFP No. 03-0020
Scope of Bid
The Columbus Consolidated Government (City) invites proposal submissions from
qualified vendors to provide a Real Time and Post Processing Global Positioning
Satellite Survey System (GPS) for the purpose of mapping the drainage network
of Muscogee County.
February 5, 2003
1. Sedan, Police Pursuit, Four Door ? Bid No. 03-0059
Scope of Bid
Provide Forty-Eight (48) Sedans, Police Pursuit, Four Door vehicles to be used
by the Police Department, Sheriff Department, Marshal Department and Fire/EMS
Department.
2. Water Management Services (Annual Contract) ? Bid No. 03-0064
Scope of Bid
Provide a comprehensive water management program for the cooling towers,
boilers and closed loop systems operated by Columbus Consolidated Government.
The term of contract shall be for one year, with the option to renew for two
(2) additional twelve-month periods. Contract renewal will be contingent upon
the mutual agreement of the City and the Contractor.
February 7, 2003
1. Engineering Services Related to the Development of a Master Plan for
Enhancements to the Storm Water Infrastructure in the Old Towne Basin and
throughout Columbus-Muscogee County ? RFP No. 03-0021
Scope of RFP
Provide engineering services for the development of a master plan for the
enhancements to the storm water infrastructure in the Old Towne Basin and other
parts of Columbus-Muscogee County. Services during the contract shall include,
but not be limited to, planning, study, inventory, prioritizing, designing and
contract preparation and administration to include inspection during
construction.