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.
Back to List