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 # 2
Columbus Consolidated Government
Council Meeting
April 8, 2003
Agenda Report # 47
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) REPAIR SERVICES FOR AERIAL LIFTS (ANNUAL CONTRACT) BID NO. 03-0072
It is requested that Council approve the repair services contract for aerial
lifts from Combatel Distribution, Inc., for the estimated annual contract value
of $ 25,000.00. This is the City?s first annual contract for repair services
for this type of equipment. The estimated annual contract value is based on
past repair services required for the City?s aerial lifts. The vendor will
provide repair services for aerial lifts for the bucket trucks utilized by
Columbus Consolidated Government on an ?as needed basis?.
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 City and the Contractor.
Twenty bid invitations were mailed; one bid was received on March 12, 2003.
This bid has been advertised, opened and reviewed. The bidder is:
Description/Vendor Combatel Distribution, Inc.
(Birmingham, AL)
Labor ? Hourly Rate
Mechanic
60.00per hour
Labor - Overtime Hours
(After hours, Weekends, Holidays)
Mechanic
90.00 per hour
Purchase Parts
Parts plus Cost
*50%
*The City has the option to purchase the needed parts.
Funds are budgeted each fiscal year for this on-going expense; Public Services
- Landscape & Forestry ?Auto Parts & Supplies, 0203-260-2800-LAND-6721; Public
Services - Facilities Maintenance ? Auto Parts & Supplies,
0101-260-2700-MNTN-6721; and Engineering - Highways & Roads - Auto Parts &
Supplies, 0203-250-2200-ROAD-6721.
* * * * *
(B) SURVEILLANCE EQUIPMENT FOR METRA TRANSIT SYSTEM ? BID NO. 03-0035
It is requested that Council authorize the execution of a contract with
Security Technology, Inc., in the amount of $12,566.02, to provide and install
surveillance equipment at Metra Transit Facility. The equipment will be
installed in the Main Office and Maintenance Office of Metra Transit Facility,
and in the Parking Garage. This equipment will tie in with existing equipment
in order to provide enhanced security/surveillance capabilities.
Eighty-one bid invitations were mailed. A Mandatory Pre-Bid Conference/Site
Visit was conducted on February 20, 2003; twelve vendors attended the
conference/site visit. Four bids were received on March 26, 2003. This bid
has been advertised, opened and reviewed. The bidders were:
BIDDERS BID AMOUNT
Security Technology, Inc. (Newnan, GA) $ 12,556.02
Preventure Security, Inc. (Kennesaw, GA) 17,841.09
Altec Systems, Inc. (Marietta, GA) 19,910.06
A-COM (Columbus, GA) 34,770.00
Funds are budgeted in FY03Budget, Transportation Fund ? METRA FTA (UMTA),
Capital Expenditures - Over $5000; 0751-610-2400-MFTA-7761; (City 10%; Federal
80% and state 10%).
* * * * * *
(C) DUAL REAR WHEEL-1 TON TRUCK CREW CAB AND CHASSIS
WITH 8 ? FOOT FLAT DUMP BED ? BID NO. 03-0081
It is requested that Council authorize the purchase of two (2) cab and chassis
from Bill Heard Chevrolet in the amount of $41,940.00; and two (2) 8 ? foot
flat bed dump bodies from Park Built Truck Equipment Company in the amount of
$8,080.00.
One vehicle is for the Sewer Maintenance Division and will be used to transport
personnel, equipment and repair material to job sites throughout Muscogee
County. The other vehicle is for Park Services Division and will be used to
transport personnel and equipment to City owned parks and recreation sites
throughout Muscogee County. Both vehicles are replacements.
One hundred, forty-eight bid invitations were mailed. Ten bids were received
on March 19, 2003. This bid has been advertised, opened and reviews. The
bidders were:
BIDDERS OPTION 1
CAB & CHASSIS
(2 Units) OPTION 2
BODY
(2 Units) OPTION 3
COMPLETE UNIT
(2 Units)
Bill Heard Chevrolet
(Columbus, GA) Unit: 20,970.00
Ext: 41,940.00 Unit: No Bid
Ext: No Bid Unit: 25,350.00
Ext: 50,700.00
Park Built Truck Equipment Sales
(Sylvester, GA) Unit: No Bid
Ext: No Bid Unit: 4,040.00
Ext: 8,080.00 Unit: No Bid
Ext: No Bid
Freeway Ford
(Columbus, GA) Unit: 21,148.00
Ext: 42,296.00 Unit: No Bid
Ext: No Bid Unit: 25,188.00
Ext: 50,376.00
Legacy Ford
(McDonough, GA) Unit: 21,159.00
Ext: 42,318.00 Unit: 5,300.00
Ext: 10,600.00 Unit: 26,459.00
Ext: 52,918.00
Allan Vigil Ford
(Morrow, GA) Unit: 21,438.00
Ext: 42,876.00 Unit: 4,500.00
Ext: 9,000.00 Unit: 25,938.00
Ext: 51,876.00
O.G. Hughes & Sons, Inc.
(Knoxville, TN) Unit: 21,522.21
Ext: 43,044.42 Unit: 7,364.80
Ext: 14,729.60 Unit: 28,887.01
Ext: 57,774.02
Jay Automotive Group
(Columbus, GA) Unit: 22,383.75
Ext: 44,767.50 Unit: No Bid
Ext: No Bid Unit: 26,423.75
Ext: 52,847.50
Transpower, Inc.
(Albany, GA) Unit: 22,675.00
Ext: 45,350.00 Unit: No Bid
Ext: No Bid Unit: No Bid
Ext: No Bid
Transport Equipment Company
(Albany, GA) Unit: No Bid
Ext: No Bid Unit: 4,380.00
Ext: 8,760.00 Unit: No Bid
Ext: No Bid
Truck Equipment Sales
(Dothan, AL) Unit: No Bid
Ext: No Bid Unit: 4,513.00
Ext: 9,026.00 Unit: No Bid
Ext: No Bid
Funds are budgeted in FY03 Budget, Public Services ? Sewer Maintenance ? Light
Trucks; 0202-260-3210-SWRM-7722; and Parks and Recreation ? Park Services ?
Light Trucks; 0101-270-2100-PSRV-7722.
* * * * * *
(D) CARVER PARK RECREATION CENTER RENOVATION ? BID NO. 03-0084
It is requested that Council authorize the execution of a construction contract
with WCCI, Inc., in the amount of $61,333.00 for renovations at Carver Park.
The project consists of installing a HVAC system at the Carver Park Gymnasium.
Two hundred forty-seven bid invitations were mailed; four bids were received on
April 2, 2003. This bid has been advertised, opened and reviewed. The bidders
were:
CONTRACTOR AMOUNT
WCCI, Inc. (Columbus, GA) $ 61,333.00
Royal Builders, Inc. (Phenix City, AL) 62,245.00
Calhoun Construction Company, LLC (Columbus, GA) 67,570.00
Carlisle Services, LLC (Pine Mountain, GA) 72,025.00
Funds are budgeted in FY03 Budget, Special Projects-Capital Projects Fund ?
General Construction, Carver Park; 0508-660-1000-CPGF-7661-22205030.
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT FOR REPAIR
SERVICES FOR AERIAL LIFTS WITH COMBATEL DISTRIBUTION, INC., FOR THE ESTIMATED
ANNUAL CONTRACT VALUE OF $25,000.00.
WHEREAS, the contracted vendor will provide repair services for aerial
lifts utilized by Columbus Consolidated Government on an ?as needed basis?; and,
WHEREAS, 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 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
Combatel Distribution, Inc., for repair services for Aerial Lifts for the
estimated annual contract value of $25,000.00. Funds are budgeted each fiscal
year for this on-going expense; Public Services - Landscape & Forestry ?Auto
Parts & Supplies, 0203-260-2800-LAND-6721; Public Services - Facilities
Maintenance ? Auto Parts & Supplies, 0101-260-2700-MNTN-6721; and Engineering -
Highways & Roads - Auto Parts & Supplies, 0203-250-2200-ROAD-6721.
______________________________
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 THE EXECUTION OF A CONTRACT WITH SECURITY TECHNOLOGY,
INC., IN THE AMOUNT OF $12,556.02, TO PROVIDE AND INSTALL SURVEILLANCE
EQUIPMENT AT METRA TRANSIT FACILITY.
WHEREAS, The equipment will be installed in the Main Office and
Maintenance Office of Metra Transit Facility, and in the Parking Garage. This
equipment will tie in with existing equipment in order to provide enhanced
security/surveillance capabilities.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a contract with
Security Technology, Inc., in the amount of $12,556.02, to provide and install
surveillance equipment at Metra Transit Facility. Funds are budgeted in
FY03Budget, Transportation Fund ? METRA FTA (UMTA), Capital Expenditures - Over
$5000; 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 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 TWO (2) CABS AND CHASSIS FROM
BILL HEARD CHEVROLET IN THE AMOUNT OF $41,940.00; AND TWO (2) 8 ? FOOT FLAT BED
DUMP BODIES FROM PARK BUILT TRUCK EQUIPMENT COMPANY IN THE AMOUNT OF $8,080.00.
WHEREAS, One vehicle is for the Sewer Maintenance Division and will be
used to transport personnel, equipment and repair material to job sites
throughout Muscogee County. The other vehicle is for the Park Services
Division and will be used to transport personnel and equipment to City owned
parks and recreation sites throughout Muscogee County. Both vehicles are
replacements.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase two (2) cabs and
chassis from Bill Heard Chevrolet in the amount of $41,940.00; and two (2) 8 ?
foot flat bed bodies from Park Built Truck Equipment Company in the amount of
$8,080.00. Funds are budgeted in FY03 Budget, Public Services ? Sewer
Maintenance ? Light Trucks; 0202-260-3210-SWRM-7722; and Parks and Recreation -
Park Services? ? Light Trucks; 0101-270-2100-PSRV-7722.
______________________________
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 CONSTRUCTION CONTRACT WITH WCCI,
INC., IN THE AMOUNT OF $61,333.00 FOR RENOVATIONS AT CARVER PARK RECREATION
CENTER.
WHEREAS, The project consists of installing a HVAC system at the Carver
Park Gymnasium.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a construction
contract with WCCI, Inc., in the amount of $61,333.00 for renovations at Carver
Park. Funds are budgeted in FY03 Budget, Special Projects-Capital Projects
Fund ? General Construction, Carver Park; 0508-660-1000-CPGF-7661-22205030.
_________________________________________
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 Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
DATE: April 8, 2003
TO: Mayor and Councilors
FROM: Kay Love, Director of Finance
SUBJECT: Advertised Bids
April 9, 2003
1. Shirley Winston Park Storm Pipe Replacement ? Bid No. 03-0085
Scope of Bid
Replace a storm pipe at Shirley Winston Park. All work pertaining to the
construction shall be performed in accordance with the State of Georgia,
Department of Transportation ? Stand Specifications, Construction of Roads and
Bridges, 1993 Edition or as amended.
2. Harley Davidson ?Road King? Police Motorcycle
Scope of Bid
To provide one (1) Harley Davidson Police Motorcycle to be used by the Motor
Squad Division of the Columbus Police Department.
3. Steel Signal Strain Poles (Annual Contract) ? Bid No. 03-0091
Scope of Bid
Provide Steel Signal Strain Poles on an ?as needed basis? to be
delivered to Traffic Engineering Division. The contract term will be for one
year, with the option to renew for two additional twelve-month periods.
4. Tree Trimming & Removal Services (Annual Contract) ? Bid No. 03-0090
Scope of Bid
Provide all supervision, labor, tools, equipment and services required for tree
trimming and removal services for Columbus Consolidated Government Urban
Forestry and Beautification Division. The term of the 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.
April 16, 2003
1. Countywide Bridge/Culvert Repair, Contract One ? Bid No. 03-0089
Scope of Bid
Repair bridges and culverts in Muscogee County at Fort Benning Road over Bull
Creek tributary, Leary Avenue over Bull Creek tributary, Woodruff Farm Road
over Bull Creek tributary, Shannon Drive over Weracoba Creek, Webster Avenue
over Weracoba Creek, Hawaii Way over Bull Creek tributary, Warren Williams Road
over Weracoba Creek, Cusseta Road over Weracoba Creek, Cusseta Road over
Weracoba Creek, Buena Vista Road over Bull Creek, East Flat Rock Drive over
Flat Rock Creek, East Lindsay Drive over Lindsay Creek, Floyd Road over Mill
Creek and Dillingham Street over Chattahoochee River.
2. Construction of Fire Stations ? Bid No. 03-0083
Construct a fire station at Veterans Parkway and Moon Road ? two bay with EMS
(Fire Station #3); at 1441 Benning Drive, Corner of Winston Road and Roper
Avenue ? three bay with EMS (Fire Station #10); and at Transport Boulevard and
Cargo Drive ? two bay with EMS (Fire Station #16). The scope of work includes,
but is not limited to, masonry and brick exterior walls, asphalt shingle roof
over trusses, interior masonry walls, with finish ceilings, floors, doors,
windows, toilet rooms, kitchen, HVAC, electrical, plumbing and site work.
3. Van, Fifteen (15) Passenger ? Bid No. 03-0093
Scope of Bid
Provide one (1) new, current production model/year, fifteen (15) passenger van
to be used by the METRA Transit System.
4. 30 Ft Low Floor Clean Diesel Transit Bus ? Bid No. 03-0067
Scope of Bid
Provide a 30 Ft Low Floor Clean Diesel Transit Bus to be used by the
METRA Transit System.
5. Storage Building, Steel Frame ? PQ No. 03-00013
Scope of PQ
Provide one (1) steel frame storage building, with galvanized / galvalumed
backing and steel siding, at Comer Gym. The scope of work includes, but is not
limited to, providing all materials and labor to deliver and install the
building on a concrete foundation with 3000 mix fiber mesh concrete with a
6-foot service ramp.
6. Basketball Officiating Services (Annual Contract) ? Bid No. 03-0094
Scope of Bid
Provide complete officiating services for Adult league basketball from November
thru March, Midnight league basketball from June thru August and Columbus Youth
Basketball from January thru March time frame at City recreation centers. The
contract term will be for one year, with the option to renew for two additional
twelve-month periods.
April 18, 2003
1. Program Instructors for the Department of Parks & Recreation,
Recreation Division (Annual Contract) ? RFP No. 03-0025
Scope of RFP
Provide Parks & Recreation, Recreation Division with instructors in various
activities to participate in programs operated by the Recreation Division. The
term of the 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.
2. Street Tree Master Plan ? RFP No. 03-0024
Scope of RFP
Columbus Consolidated Government (the City) wishes to obtain proposals to
establish a conceptual plan for guiding the orderly execution of tree planting
of the urban forest throughout the City of Columbus and Muscogee County.
Detail planting design is not part of this scope.
3. Workstation Systems for Emergency Communications ? RFP 03-0023
Scope of RFP
Provide and install eight (8) console/workstations for the Columbus Public
Safety/911 Emergency Communications Center. The City will only consider
specifically designed and engineered ?Emergency Communications Workstation
Systems?.
April 23, 2003
1. Re-Roof Columbus Stockade ? Bid No. 03-0050
Scope of Bid
The project consists of the installation of a new metal roof for the historic
stockade prison, including the demolition of the existing roof.
2. Lokey Drive Drainage Improvements ? Bid No. 03-0092
Scope of Bid
The work shall consist of drainage improvements at Lokey Drive, in accordance
with the designated plans and specifications. The Contractor shall be required
to maintain public access to all residences located within the project area.
April 30, 2003
1. Construction Services for Pine Grove Municipal Solid Waste Landfill, Phase
II - Cells 2A, 2B, 2C ? RFQ No. 03-0001
Scope of RFQ
Vendors are invited to pre-qualify to bid on construction services for Pine
Grove Municipal Solid Waste Landfill, Phase II ? Cells 2A, 2B, 2C. The Project
consists of the following major elements: approximately 19,300 cubic yards of
cut material and 9,200 cubic yards of structural fill; placement of 24-inch
thick liner base with permeability not to exceed 1 x 10-7 cm/sec, and placement
of either a 24-inch thick leachate collection layer with a permeability no less
than 1 x 10-2 cm/sec or placement of geonet and 24-inches of a soil layer with
no specified permeability; a 60 mil HDPE geomembrane liner over 350,000 square
feet; the construction of 1,300 feet of 24-foot gravel access road;
construction of a sediment basin; installation of erosion control devices;
installation of underdrain and leachate collection piping; construction of and
improvements to existing perimeter ditches.