Columbus, Georgia
Georgia's First Consolidated Government
Post Office Box 1340
Columbus, Georgia, 31902-1340
(706) 653-4013
fax (706) 653-4016
Council Members
Agenda Item #___5___
Columbus Consolidated Government
Council Meeting
November 4, 2003
Agenda Report #____126_____
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) CONCRETE RAMPS AND SIDEWALKS ? BID NO. 04-0020
It is requested that Council authorize the execution of a construction contract
with Alexander Contracting Company for concrete ramps and sidewalks in the
amount of $77,784.00.
The contractor will construct concrete ramps and sidewalks at Lawyers Lane
(Pecan Street, Schaul Street, Marion Street, Bell Street, 10th Street and Hood
Street); Macon Road (Briarwood, South Dixon, Rigdon Road); North Lumpkin
Road/30th Avenue; South Lumpkin Road/Plantation Drive; Martin Luther King Blvd
(Brennan School, Coolidge Avenue, Lawyers Lane); Brown Avenue (Shepherd Drive,
Col. Roberts Center); Shepherd Drive (19th Street, 18th Street); Davis School
(Crosswalk, Marshall School); Manchester Exp/Daniel Middle School; 38th Street
(Veterans Parkway, 5th Avenue); River Road (Manchester Exp, 50th Street); 5th
Avenue/6th Street; 6th Avenue/10th Street; Veterans Parkway (10th Street, 6th
Street, 9th Street, KFC driveway, Carquest driveway); Hamilton Road/26th Street
thru 35th Street.
Eighty-six bid invitations were mailed; four bids were received on October 15,
2003. This bid has been advertised, opened and reviewed. The bidders were:
Alexander Contracting Company, Inc. (Columbus, GA) $ 77,784.00
Gerald Brooks Construction, Inc. (Phenix City, AL) 92,614.00
Robinson Paving Company (Columbus, GA) 95,141.00
Calhoun Construction Company (Columbus, GA) 198,471.00
Funds are budgeted in FY04 Budget, Paving Fund Supported Capital Projects ?
Sidewalk Construction, Handicap Ramps; 0508-660-3000-CPPF-7642-21022020.
(B) CAB & CHASSIS
It is requested that Council authorize the purchase of one (1) cab and chassis
from Trans Power, Inc., (Albany, GA) in the amount of $42,375.00.
The cab & chassis will be attached to a 7-yard dump body purchased from Bid No.
04-0018. The 7-yard dump truck is a replacement for the Street Improvement
Division of Public Services and will be used to transport street repair
material to and from job sites throughout the City.
Per Resolution No. 531-02 (Bid No. 03-0011), three cab and chassis were
purchased from Trans Power, Inc., in September 2002. The vendor extended their
original bid pricing through June 30, 2004. Bid specifications requested
vendors provide pricing for purchases of additional units during FY04.
TransPower?s unit cost for FY04 purchases is $1,384.00 higher than their
original bid price, which is still lower than pricing offered by other vendors.
Funds are budgeted in FY04 Budget, Capital Projects Fund, Paving Fund Supported
Capital Projects, Heavy Trucks ? 7-Yard Dump Truck Public Services;
0508-660-3000-CPGF-7723-21024040.
* * * * * *
(C) DUAL REAR WHEEL 1 TON TRUCK CREW CAB & CHASSIS WITH 8? FT. FLAT DUMP BED?
BID NO. 04-0009
It is requested that Council authorize the purchase of three (3) cab and
chassis from Bill Heard Chevrolet in the amount of $62,250.00; and three (3) 8
? ft. flat dump bed bodies from Parkbuilt Body Company in the amount of
$13,326.00.
The trucks are replacements and will be used by the Sewer Maintenance Division,
Right-Of-Way Maintenance Division and Street Improvements Division of the
Public Services Department to transport personnel, equipment and repair
material to job sites throughout the City.
One hundred, fifty-nine bid invitations were mailed. Eleven bids were received
on October 8, 2003. This bid has been advertised, opened and reviewed. The
bidders were:
BIDDERS OPTION 1
CAB & CHASSIS OPTION 2
BODY OPTION 3
COMPLETE UNIT
Bill Heard Chevrolet Int.
(Columbus, GA) UNIT COST: 20,750.00
TOTAL COST: 62,250.00
NO BID
NO BID
Park-Built Truck Equipment
(Sylvester, GA) NO BID UNIT COST: 4,442.00
TOTAL COST: 13,326.00
NO BID
Mike Patton Ford
(Opelika, AL) UNIT COST: 20,864.32
TOTAL COST: 62,592.96
NO BID
NO BID
Allan Vigil Ford 1
(Morrow, GA) UNIT COST: 21,198.00
TOTAL COST: 63,594.00
NO BID UNIT COST: 26,138.00
TOTAL COST: 78,414.00
Legacy Ford Mercury 2
(McDonough, GA) UNIT COST: 21,429.00
TOTAL COST: 64,287.00 UNIT COST: 4,995.00
TOTAL COST: 14,985.00 UNIT COST: 26,424.00
TOTAL COST: 79,272.00
Jay Pontiac GMC
(Columbus, GA) UNIT COST: 22,263.99
TOTAL COST: 66,791.97
NO BID UNIT COST: 26,705.99
TOTAL COST: 80,117.97
TransPower, Inc. 3
(Albany, GA) UNIT COST: 25,788.00
TOTAL COST: 77,364.00
NO BID
NO BID
Transport Equipment Company
(Albany, GA)
NO BID UNIT COST: 4,598.00
TOTAL COST: 13,794.00
NO BID
Truck Equipment Sales, Inc.
(Dothan, AL)
NO BID UNIT COST: 4,930.00
TOTAL COST: 14,790.00
NO BID
Fontaine Truck Equipment 4
(Forest Park, GA)
NO BID UNIT COST: 6,668.00
TOTAL COST: 20,004.00
NO BID
Rivertown Ford 5
(Columbus, GA)
NO BID
NO BID UNIT COST: 28,620.00
TOTAL COST: 85,860.00
1 Allan Vigil Ford failed to provide the required warranty information and
product literature for the body. Therefore, Option 3 (Complete Unit) of their
bid was deemed incomplete. The Purchasing Division notified the vendor, in
writing, of the bid evaluation findings.
2 Legacy Ford Mercury failed to provide the required product literature.
Therefore, their bid was deemed incomplete. The Purchasing Division notified
the vendor, in writing, of the bid evaluation findings.
3 TransPower, Inc., failed to provide the required Addendum No.One
acknowledgement and warranty information. Therefore, their bid was deemed
incomplete. The Purchasing Division notified the vendor, in writing, of the
bid evaluation findings.
4 Fontaine Truck Equipment failed to provide the required warranty
information. Therefore, their bid was deemed incomplete. The Purchasing
Division notified the vendor, in writing, of the bid evaluation findings.
5 Rivertown Ford failed to provide the required warranty information and
product literature for the body. Therefore, Option 3 (Complete Unit) of their
bid was deemed incomplete. The Purchasing Division notified the vendor, in
writing, of the bid evaluation findings.
Funds for one truck are budgeted in FY04 Budget, Paving Fund, Public Services,
Repairs & Maintenance? Light Trucks; 0203-260-3110-REPR-7722. Funds for the
second truck are budgeted in FY04 Budget, Paving Fund, Public Services,
Right-of-Way Maintenance? Light Trucks; 0203-260-3120-ROWM-7723. Funds for the
third truck are budgeted in FY04 Budget, Sewer Fund, Public Services, Sewer
Maintenance? Light Trucks; 0202-260-3210-SWRM-7722.
* * * * * *
(D) TRACTORS
It is requested that Council authorize the purchase of one (1) New Holland 5610
Tractor in the amount of $13,000.00, and one (1) Kubota M6800 Tractor in the
amount of $14,000.00 from Melson Tractor (Salem, AL). Both tractors are
currently leased by the City. The tractors will be used by the Right-of-Way
Maintenance Division of the Public Services department to mow the right-of-ways
and watersheds throughout Muscogee County.
Council approved an annual contract, PA01-0045, per Resolution No. 608-00, to
lease tractors for Right-of-Way Maintenance at a cost of $650.00 per tractor,
per month . Currently three tractors are leased for nine months, which equates
to a total cost of $17,550.00 per cutting season. The two tractors recommended
for purchase have been used solely by the Right-of-Way Division; both tractors
had zero hours on the tachometer when they were first leased by the City.
The Right-of-Way Maintenance Division was approved $26,200.00, in the FY04
budget, to purchase a new tractor. Purchasing the two leased tractors will be
a substantial savings. The cost to purchase the New Holland tractor, brand
new, would be $22,240.00, and the cost to purchase the Kubota M6800 tractor,
brand new, would be $17,265.30. By purchasing these two tractors, the City
will need only to lease one tractor next season. The ultimate goal is to
purchase all equipment necessary to perform the duties of the division and not
lease any tractors.
Funds are budgeted in FY04 Budget, Paving Fund, Public Services, Right-of-Way
Maintenance? Machinery; 0203-260-3120-ROWM-7715.
* * * * * * *
(E) PORTABLE JUDGEMENTAL SHOOTING SIMULATOR
It is requested that Council approve the purchase of a portable judgemental
shooting simulator from LaserShot Shooting Simulations (Stafford, Texas) in the
amount of $19,201.50. The simulator will be used by the Sheriff?s Office to
bring the office in compliance with case law requiring all sworn officers be
trained in ?shoot,? ?don?t shoot? scenarios on an annual basis.
The simulator provided by LaserShot is requested because it is the only
portable unit found which also encompasses judgemental shooting simulation.
Other units have the judgemental capabilities, however, those units must be
housed in a permanent location. The software developed by LaserShot is
proprietary for the portable simulator; therefore, the vendor is the only known
source for this purchase, per the Procurement Ordinance. These same units are
currently used by the FBI Academy, U.S. Secret Service, U.S. Army, U.S. Navy
and other law enforcement entities.
Funds are budgeted in the FY04 Budget, Sheriff-Training- Capital Expenditures
Over $5,000; 0101-550-2300-STRN-7761.
* * * * * * *
(F) WORKSTATION SYSTEMS FOR EMERGENCY COMMUNICATIONS? RFP NO. 03-0023
It is requested that Council authorize the execution of a negotiated contract
with Motorola to provide thirteen (13) workstation systems. The workstations
will be used in the Public Safety/911 Emergency Communications Center to better
facilitate the 911 call takers.
The current console furniture was installed with the new radio system in 1993.
Since then, the existing radio and telephone systems have been modernized and
other systems have been added, such as AVL, Mobile Data and ETS tracking
equipment. The current console furniture cannot adequately house the number of
computer CPUs needed to run all of these systems. Some of the computer
equipment is placed outside of the current consoles, on the floors and in areas
not designed to accommodate computer equipment. This leads to clutter and
exposed wiring, which is hazardous for the employees and equipment. In
addition, the placement of equipment in awkward positions hinders the
technicians from using the equipment efficiently.
The new furniture will be specifically designed to properly mount and protect
all of the systems currently in use in the 911 Center as well as provide for
future growth. It also offers improved ergonomics for the operators and will
make the 911 Center a safer, more professional looking work place and provide a
more employee friendly work environment.
Requests for proposal invitations were mailed to one hundred, twenty-five
vendors. This RFP has been advertised and evaluated. The following three
vendors submitted proposals on April 18, 2003:
Motorola (Columbus, GA)
Viking Acoustical (Lakeville, MN)
McCord Communication Service (Anniston, AL)
The proposals were reviewed by the Evaluation Committee, which consisted of
representatives from the Engineering Department, as well as, the E-911 Division
and Support Services of the Police Department. In addition, a representative
from Support Services, of the Police Department, served in an advisory
capacity. The committee deemed Motorola most responsive to the RFP
specifications.
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 FY04 Budget, Emergency Telephone Fund ? Police -
Furniture; 209-400-3220-E911-7731.
* * * * * * *
(G) UPGRADE OF THE VOICE RECORDING SYSTEM FOR THE CITIZENS SERVICE CENTER
It is requested that Council authorize the purchase of a voice recording system
upgrade, consisting of, a 12-Channel Voice Over IP Chassis Upgrade and a Cisco
IPCC (VOIP) via JTAPI CTI Integration Package; including hardware,
installation, set-up and warranty from Milner Voice and Data (Atlanta, GA) in
the amount of $18,875.00.
The Citizens Service Center uses a voice recording system to monitor customer
calls for quality assurance. The current system is an analog system and will
not function on the new IP/Telephony phone system scheduled to be in service on
December 5, 2003.
This purchase is an upgrade to the current analog system provided by Milner
Voice and Data in 2001. In addition, Milner is allowing a trade-in allowance
for the current system, resulting in a $7,911.00 cost savings. Therefore, per
the Procurement Ordinance, Milner qualifies as the only known vendor that can
provide an upgrade to the current system.
Funds are budgeted in FY04 Budget, Miscellaneous Contingency;
0101-590-2000-CONT-9801.
* * * * * *
(H) AMMUNITION FOR PUBLIC SAFETY DEPARTMENTS (ANNUAL CONTRACT) - BID NO. 04-0021
It is requested that Council approve the purchase of ammunition from Precision
Delta Corporation, Gulf States Distributors, Zero Bullet Co., Inc., G. T.
Distributors and Smyrna Police Distributor, for the estimated annual contract
value of $21,115.00. The ammunition will be used by Public Safety departments
and will be purchased on an ?as needed? basis. The contract period will be for
one year with the option to renew for two (2) additional twelve-month periods.
Seventy-four bid invitations were mailed. Bids were received October 8, 2003
from the following five vendors: Precision Delta Corporation, Gulf States
Distributors, Gil Hebard, Black Hills Ammunition, Zero Bullet Co., Inc., GT
Distributors and Smyrna Police. This bid has been advertised, opened and
reviewed. The low, responsive bidders, per specified line item, were:
VENDOR/ITEMS
EST. ANNUAL USAGE
UNIT PRICE
TOTAL COST
Precision Delta Corp (Ruleville, MS)
38 Cal 148 GR Double End WADUCUTTER (W/Brass)
(W/Out Brass)
25,000 Rounds
25,000 Rounds
$ 0.068
0.08
$ 1,700.00
2,000.00
$ 3,700.00
Gulf States Distributors (Montgomery, AL)
12 Gauge 00 Buckshot
12 Gauge #4 Buckshot
Federal 45A 230 GR FMJ (No Sub)
Winchester Ranger Talon .45 Cal 230 GR
.45 Federal 230 Grain Hydrashok, HP, P45HSI (No Sub)
Federal 38A Match WADCUTTER, 148 Grain (No Sub)
Federal 38C Semi WADCUTTER (No Sub)
12 Gauge Remington ?Slugger?, 1 oz. Rifled Slug, 2-3/4
Winchester 9mm 147 GR, Ranger Supreme Expansion Talon, WW-RA9XT
.308 Match 168 GR Boat Tail (Federal or Winchester Only)
1300 Rounds
1,000 Rounds
400 Rounds
16,000 Rounds
10,000 Rounds
15,000 Rounds
500 Rounds
1000 Rounds
2000 Rounds
0.236
0.236
0.168
0.209
0.179
0.179
0.276
0.169
0.442
$ 306.80
236.00
67.20
3,344.00
1,790.00
2,685.00
138.00
169.00
884.00
$ 9,620.00
Zero Ammunition Co., Inc. (Cullman, AL)
38 Cal+P 158 GR, Round Nose (No Sub)
4,000 Rounds
0.125
$ 500.00
GT Distributors, Inc. (Rossville, GA)
9mm 147 GR Sub-Sonic HP (Federal or Winchester Only)
38 Cal+P+ Winchester 110 GR, (Law Enforcement Rounds)
380 Cal Winchester Ranger SXT Controlled Expansion, 95 GR
Remington 8-Pellet Low Recoil Buckshot (No Sub)
.223 Cal, 55 GR Soft Point
4,000 Rounds
3,500 Rounds
500 Rounds
10,000 Rounds
3,000 Rounds
0.128
0.172
0.234
0.312
0.272
$ 512.00
602.00
117.00
3,120.00
816.00
$ 5,167.00
Smyrna Police (Smyrna, GA)
12 Gauge #7 Field Load, AA, 2-3/4? Chamber
Breaching Round (TKO) (Formerly DEFTKO/FEDTBR)
10,000 Rounds
200 Rounds
0.135
3.89
$ 1,350.00
778.00
$ 2,128.00
Funds are budgeted each fiscal year for this ongoing expense, 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.
?ITEM A?
A RESOLUTION
NO. ______
A RESOLUTION AUTHORIZING EXECUTION OF A CONSTRUCTION CONTRACT WITH ALEXANDER
CONTRACTING COMPANY FOR CONCRETE RAMPS AND SIDEWALKS IN THE AMOUNT OF
$77,784.00.
WHEREAS, The contractor will construct concrete ramps and sidewalks at Lawyers
Lane (Pecan Street, Schaul Street, Marion Street, Bell Street, 10th Street and
Hood Street); Macon Road (Briarwood, South Dixon, Rigdon Road); North Lumpkin
Road/30th Avenue; South Lumpkin Road/Plantation Drive; Martin Luther King Blvd
(Brennan School, Coolidge Avenue, Lawyers Lane); Brown Avenue (Shepherd Drive,
Col. Roberts Center); Shepherd Drive (19th Street, 18th Street); Davis School
(Crosswalk, Marshall School); Manchester Exp/Daniel Middle School; 38th Street
(Veterans Parkway, 5th Avenue); River Road (Manchester Exp, 50th Street); 5th
Avenue/6th Street; 6th Avenue/10th Street; Veterans Parkway (10th Street, 6th
Street, 9th Street, KFC driveway, Carquest driveway); Hamilton Road/26th Street
thru 35th Street.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a construction contract
with Alexander Contracting Company for concrete ramps and sidewalks in the
amount of $77,784.00. Funds are budgeted in FY04 Budget, Paving Fund Supported
Capital Projects ? Sidewalk Construction, Handicap Ramps;
0508-660-3000-CPPF-7642-21022020.
__________________________________
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 B?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) CAB AND CHASSIS FROM TRANS
POWER, INC., (ALBANY, GA) IN THE AMOUNT OF $42,375.00.
WHEREAS, The cab & chassis will be attached to a 7-yard dump body purchased
from Bid No. 04-0018. The 7-yard dump truck is a replacement for the Street
Improvement Division of Public Services and will be used to transport street
repair material to and from job sites throughout the City; and,
WHEREAS, Per Resolution No. 531-02 (Bid No. 03-0011), three cab and chassis
were purchased from Trans Power, Inc., in September 2002. The vendor extended
their original bid pricing through June 30, 2004. Bid specifications requested
vendors provide pricing for purchases of additional units during FY04.
TransPower?s unit cost for FY04 purchases is $1,384.00 higher than their
original bid price, which is still lower than pricing offered by other
vendors.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) cab and
chassis from Trans Power, Inc., (Albany, GA) in the amount of $42,375.00.
Funds are budgeted in FY04 Budget, Capital Projects Fund, Paving Fund Supported
Capital Projects, Heavy Trucks ? 7-Yard Dump Truck Public Services;
0508-660-3000-CPGF-7723-21024040.
_________________________________________
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 THREE (3) CAB AND CHASSIS FROM BILL
HEARD CHEVROLET IN THE AMOUNT OF $62,250.00; AND THREE (3) 8 ? FT. FLAT DUMP
BED BODIES FROM PARKBUILT BODY COMPANY IN THE AMOUNT OF $13,326.00.
WHEREAS, The trucks are replacements and will be used by the Sewer Maintenance
Division, Right-Of-Way Maintenance Division and Street Improvements Division,
of the Public Services Department, to transport personnel, equipment and repair
material to job sites throughout the City.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase three (3) cab
and chassis from Bill Heard Chevrolet in the amount of $62,250.00; and three
(3) 8 ? ft. flat dump bed bodies from Parkbuilt Body Company in the amount of
$13,326.00. Funds for one truck are budgeted in FY04 Budget, Paving Fund,
Public Services, Repairs & Maintenance? Light Trucks; 0203-260-3110-REPR-7722.
Funds for the second truck are budgeted in FY04 Budget, Paving Fund, Public
Services, Right-of-Way Maintenance? Light Trucks; 0203-260-3120-ROWM-7722.
Funds for the third truck are budgeted in FY04 Budget, Sewer Fund, Public
Services, Sewer Maintenance? Light Trucks; 0202-260-3210-SWRM-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 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 PURCHASE OF ONE (1) NEW HOLLAND 5610 TRACTOR IN
THE AMOUNT OF $13,000.00, AND ONE (1) KUBOTA M6800 TRACTOR FROM IN THE AMOUNT
OF $14,000.00 FROM MELSON TRACTOR (SALEM, AL).
WHEREAS, Both tractors are currently leased by the City. The tractors will be
used by the Right-of-Way Maintenance Division of the Public Services Department
to mow the right-of-ways and watersheds throughout Muscogee County; and,
WHEREAS, Council approved an annual contract, PA01-0045, per Resolution No.
608-00, to lease tractors for Right-of-Way Maintenance at a cost of $650.00 per
tractor, per month . Currently three tractors are leased for nine months,
which equates to a total cost of $17,550.00 per cutting season. The two
tractors recommended for purchase have been used solely by the Right-of-Way
Division; both tractors had zero hours on the tachometer when they were first
leased by the City. The Right-of-Way Maintenance Division was approved
$26,200.00, in the FY04 budget, to purchase a new tractor. Purchasing the two
leased tractors will be a substantial savings. The cost to purchase the New
Holland tractor, brand new, would be $22,240.00, and the cost to purchase the
Kubota M6800 tractor, brand new, would be $17,265.30. By purchasing these two
tractors, the City will need only to lease one tractor next season. The
ultimate goal is to purchase all equipment necessary to perform the duties of
the division and not lease any tractors.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) New
Holland 5610 Tractor in the amount of $13,000.00 and one (1) Kubota M6800
Tractor from in the amount of $14,000.00 from Melson Tractor (Salem, AL).
Funds are budgeted in FY04 Budget, Paving Fund, Public Services, Right-of-Way
Maintenance? Machinery; 0203-260-3120-ROWM-7715.
_________________________________________
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 E?
A RESOLUTION
NO. ______
A RESOLUTION AUTHORIZING THE PURCHASE OF A PORTABLE JUDGEMENTAL
SHOOTING SIMULATOR FROM LASERSHOT SHOOTING SIMULATIONS (STAFFORD, TEXAS) IN THE
AMOUNT OF $19,201.50
WHEREAS, The simulator will be used by the Sheriff?s Office to bring
the office in compliance with case law requiring all sworn officers be trained
in ?shoot,? ?don?t shoot? scenarios on an annual basis; and,
WHEREAS, The simulator provided by LaserShot is requested because it is
the only portable unit found which also encompasses judgmental shooting
simulation. Other units have the judgmental capabilities, however, those units
must be housed in a permanent location. The software developed by LaserShot is
proprietary for the portable simulator; therefore, the vendor is the only known
source for this purchase, per the Procurement Ordinance.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase a portable
judgmental shooting simulator from Lasershot Shooting Simulations (Stafford,
Texas) in the amount of $19,201.50. Funds are budgeted in the FY04 Budget,
Sheriff-Training- Capital Expenditures Over $5,000; 0101-550-2300-STRN-7761.
__________________________________
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 F?
A RESOLUTION
NO. ________
A RESOLUTION AUTHORIZING THE EXECUTION OF A NEGOTIATED CONTRACT WITH
MOTOROLA TO PROVIDE THIRTEEN (13) WORKSTATION SYSTEMS FOR THE 911 EMERGENCY
COMMUNICATIONS CENTER.
WHEREAS, an RFP was administered (RFP No. 03-0023) and three proposals
received; and,
WHEREAS, the RFP evaluation results and cost information has been
submitted to the City Manager for informational purposes due to the RFP
disclosure guidelines; and,
WHEREAS, the proposal submitted by Motorola, 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 purchase thirteen (13)
workstation systems from Motorola. Funds are budgeted in FY04 Budget,
Emergency Telephone Fund ? Police - Furniture; 0209-400-3220-E911-7731.
________________________________________
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 Poydasheff, Mayor
?ITEM G?
A RESOLUTION
NO.___________
A RESOLUTION AUTHORIZING THE PURCHASE OF A VOICE RECORDING SYSTEM UPGRADE,
CONSISTING OF, A 12-CHANNEL VOICE OVER IP CHASSIS UPGRADE AND A CISCO IPCC
(VOIP) VIA JTAPI CTI INTEGRATION PACKAGE; INCLUDING HARDWARE, INSTALLATION,
SET-UP AND WARRANTY FROM MILNER VOICE AND DATA (ATLANTA, GA) IN THE AMOUNT OF
$18,875.00.
WHEREAS, Citizen Services uses a voice recording system to monitor customer
calls for quality assurance. The current system is an analog system and will
not function on the new IP/Telephony phone system scheduled to be in service on
December 5, 2003; and,
WHEREAS, This purchase is an upgrade to the current analog system provided by
Milner Voice and Data in 2001. In addition, Milner is allowing a trade-in
allowance for the current system, resulting in a $7,911.00 cost savings.
Therefore, per the Procurement Ordinance, Milner qualifies as the only known
vendor that can provide an upgrade to the current system.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase a voice
recording system upgrade, consisting of, a 12-Channel Voice Over IP Chassis
Upgrade and a Cisco IPCC (VOIP) via JTAPI CTI Integration Package; including
hardware, installation, set-up and warranty from Milner Voice and Data
(Atlanta, GA) in the amount of $18,875.00. Funds are budgeted in FY04 Budget,
Funds are budgeted in FY04 Budget, Miscellaneous 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 Poydasheff, Mayor
?ITEM H?
A RESOLUTION
NO.
A RESOLUTION AUTHORIZING THE PURCHASE OF AMMUNITION FROM PRECISION DELTA
CORPORATION, GULF STATES DISTRIBUTORS, ZERO BULLET CO., INC., G.T. DISTRIBUTORS
AND SMYRNA POLICE DISTRIBUTOR, FOR THE ESTIMATED ANNUAL CONTRACT VAULE OF
$21,115.00.
WHEREAS, the ammunition will be used by Public Safety departments and will be
purchased on an ?as needed? basis; and
WHEREAS, the contract period is for one year with option to renew for two (2)
additional twelve month periods.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase ammunition from
Precision Delta Corporation, Gulf States Distributors, Zero Bullet Co., Inc.,
G. T. Distributors and Smyrna Police Distributor, for the estimated annual
contract value of $21,115.00. Funds are budgeted each fiscal year for this
ongoing expense, 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 ____________, 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: November 4, 2003
TO: Mayor and Councilors
FROM: Angela Cole, Interim Director of Finance
SUBJECT: Advertised Bids
November 5, 2003
1. Miscellaneous Hardware Supplies (Annual Contract) ? Bid No. 04-0022
Scope of Bid
Provide miscellaneous hardware supplies of various types and quantities on an
?as needed? basis to be utilized primarily by the Facilities Maintenance
Department. The contract term will be for one year, with the option to renew
for two additional twelve-month periods.
November 12, 2003
1. Masonry Products (Re-Bid) (Annual Contract) ? Bid 04-0033
Scope of Bid
Provide portland cement (Type 1), concrete ready mix w/gravel, brick
sand, concrete sand, brick, 3 hole (Grade SW), brick, 8? (Grade SW), concrete
building brick (Grade A), concrete blocks (Type 1, Grade N), mound mix (Top
Dressing) and fire brick, 8? on an ?as needed? basis to the Columbus
Consolidated Government (the City) to be utilized by Public Services Department
and Park Services. The contract term will be for one year, with the option to
renew for three additional twelve-month periods.
November 19, 2003
1. Regional Detention Pond and Wetland Mitigation ? Bid No. 04-0023
Scope of Bid
The work shall consist of furnishing all labor, materials, tools, equipment and
incidentals and performing all work required to construct complete-in-place
and ready-to-operate regional storm water detention ponds for the Muscogee
Technology Park. Also included is grading and erosion control measures to
create wetlands. The work involves construction of earthen berms approximately
2ft ? 5ft in height in an undeveloped area of the park along Bull Creek and
its tributaries.