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 #________
Columbus Consolidated Government
Council Meeting
July 16, 2002
Agenda Report #___________
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) BODY ARMOR (ANNUAL CONTRACT) - BID NO. 02-0124
It is requested that Council approve the purchase of body armor on an ?as
needed basis? from Law Enforcement Supply for the estimated annual contract
value of $83,804.50. The Police, Sheriff and Marshal Departments will wear
the body armor for protection. Other Public Safety departments may also
purchase the body armor.
The contract term shall be for one year, with the option to renew for two
additional twelve-month periods, contingent upon the mutual agreement of the
City and Contractor.
Forty-seven bid invitations were mailed; thirteen bids were received on May 22,
2002. This bid has been advertised, opened and evaluated. The bidders were:
Law Enforcement Supply Co. (Panama City, FL) $83,804.50
Gulf States Distributors (Montgomery, AL) 92,188.00
*Southeastern Public Safety Equip Co., Inc. (Norcross, GA) 97,264.58
*GT Distributors, Inc. (Rossville, GA) 100,248.82
U. S. Armor (Santa Fe Springs, CA) 101,132.00
Reliance Armor Systems, Inc. (Cincinnati, OH) 105,324.00
Smyrna Police Distributor (Smyrna, GA) 105,362.56
ATD American Co. (Wyncote, PA) 114,101.28
Uniform 911 (Athens, GA) 119,960.00
Ranger Joe?s International (Columbus, GA) 130,726.87
First Choice Armor & Equipment, Inc. (Brockton, MA) 139,122.00
Protective Products International (Sunrise, FL) 179,470.00
Giga Inc. (Macon, GA) 188,494.00
*Vendor?s bid was deemed incomplete due to missing required information.
Funds are budgeted each fiscal year for this on going expense; Police, Field
Operations ? Operating Materials; 0101-400-2300-FILD-6728, Sheriff, ? Sheriff
Patrol and Courts, Investigative Fugitive, Muscogee County Jail - Operating
Materials; 0101-550-2100-SPLT-6728, 0101-550-2200-INFU-6728,
0101-550-2600-JAIL-6728, Marshal, - Operating Materials;
0101-530-3000-MRSH-6728.
* * * * * *
(B) CONSTRUCTION OF FIRE STATION NO. 7 ? BID NO. 02-0127
It is requested that Council authorize the execution of a contract with Holley
Construction Company & Associates, Inc., in the amount of $853,900.00, for the
construction of Fire Station No. 7. The two-bay fire station will be located
at Buena Vista Road and Thyre Avenue at Belvedere Drive.
One hundred twenty-three bid invitations were mailed; seven bids were received
on June 5, 2002. This bid has been advertised, opened and reviewed. The
bidders were:
Contractor Base Bid ?Alternate No. 1 Total Bid DBE
Participation
Holley Construction (Columbus, GA) 815,000.00 38,900.00 $ 853,900.00 9.95%
DE/TE Builders (Fortson, GA) 824,000.00 30,000.00 854,000.00 6.45%
D. Dean & Associates (Columbus, GA) 847,000.00 17,449.00 864,449.00 0.00%
Freeman & Associates (Columbus, GA) 829,000.00 58,000.00 917,000.00 ?0.00%
Royal Builders (Phenix City, AL) 862,000.00 61,900.00 923,900.00 2.65%
WCCI, Inc. (Columbus, GA) 870,879.00 68,516.00 939,395.00 6.40%
Jernigan Builders (Phenix City, AL) 926,951.00 21,753.00 948,704.00 ?0.00%
?Alternate No. 1: Modify roofing from asphalt shingles to pre-finished standing
seam metal.
?Freeman & Associates and Jernigan Builders respectively list the amount of DBE
participation as ?to be decided? and ?to be determined after all bids are in?.
Funds are budgeted in FY03 Budget, 1999 SPLOST ? Fire/EMS Construction, General
Construction; 0540-695-2122-TXFE-7661-5018003C.
* * * * * *
(C) READY MIX CEMENT - (ANNUAL CONTRACT) - BID NO. 02-0131
It is requested that Council approve the purchase of ready mix cement on an ?as
needed basis? from The Concrete Company, estimate contract value $79,250.00 and
Couch Ready Mix USA, estimate contract value $8,765.00. The total estimated
annual value of the contract is $88,015.00. The Public Services Department will
use the ready mix cement.
The contract term shall be for one year, with the option to renew for two
additional twelve month periods, contingent upon the mutual agreement of the
City and the Contractor.
Seventeen bid invitations were mailed; bids were received June 26, 2002 from
the following vendors:
The Concrete Company (Columbus, GA)
Couch Ready Mix USA (Dothan, AL)
LaFarge Building Materials (Columbus, GA)
This bid has been advertised, opened and evaluated. The successful bidders per
line item were:
Vendor/Description
Estimated Annual Usage
Cost Per Cu. Yd. (F.O.B. Job Site)
Total Estimated Contract Value
The Concrete Company
(Columbus, GA)
Regular Mix, 3000 p.s.i.
Class A Cement
Grout Mix
1300 cu. Yds
150 cu. Yds
150 cu. Yds
48.50
52.50
55.50
$63,050.00
7,875.00
8,325.00
$79,250.00
Couch Ready Mix USA
(Dothan, AL)
Concrete w/peagravel
High Earley, Type 5,000
125 cu. Yds
48 cu. Yds
49.00
55.00
$6,125.00
2,640.00
$8,765.00
Total Estimated Conontract Value
$88,015.00
Funds are budgeted each fiscal year for this on going expense, Public Services
? Repairs and Maintenance ? Road Maintenance Materials; 0203-260-3110-REPR-6726.
* * * * * *
(D) LARGE FORMAT COPIER, PLOTTER & SCANNER ? RFP NO. 02-0040
It is requested that Council authorize the purchase of a large format copier,
plotter and scanner from Ikon Office Solutions. The departments of Engineering
and Community & Economic Development will use the equipment to copy, plot and
scan drawings.
Requests for proposals were mailed to one hundred seven vendors and this RFP
has been advertised. One proposal was received on May 29, 2002:
Ikon Office Solutions (Columbus, GA)
The proposal was reviewed by the Evaluation Committee, which consisted of
representatives from various divisions of the Department of Engineering.
The RFP process is governed by the City?s Procurement Ordinance, Contracting
for Equipment, Supplies or Professional Services per Article 3-110. 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 proposed cost has been
submitted to the City Manager, in a separate memo, for informational purposes.
Funds are budgeted in FY03 Budget, Engineering ? Geographic Information
Systems, Capital Expenditures-Over $5000 and Engineering ? Highways & Roads,
Capital Expenditures-Over $5000; 0101-250-2400-GIS-7761 and
0203-250-2200-Road-7761.
* * * * * * *
(E) PROFESSIONAL SERVICES CONTRACT FOR WIA STRATEGIC PLANNING FOR REGION 8
It is requested that Council approve a professional services contract, not to
exceed $50,000.00, with Market Street Services, Inc., (Atlanta, GA) to provide
analysis of the workforce climate and strategic planning for Region 8, which
includes the following counties: Clay, Chattahoochee, Harris, Muscogee,
Quitman, Randolph, Talbot and Stewart. The local WIA (Job Training) office in
Muscogee County is responsible for coordinating the work performed by the
contractor and subsequent payments.
The Georgia Department of Labor has contracted with Market Street Services,
Inc., to provide workforce climate analysis services and strategic planning for
all Georgia WIA Service Delivery areas. The services will include: workforce
profile, workforce needs and expectations, innovative practices, analysis of
current recruiting efforts, and workforce development strategy.
Funding for these services is provided via the WIA Strategic Planning Grant.
Funds are budgeted in the FY03 Budget, Workforce Investment Act-WIA Strategic
Planning Program-Contractual Services; 0220-675-2151-WIAS-6319.
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF BODY ARMOR FROM LAW ENFORCEMENT SUPPLY
COMPANY FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $83,804.50.
WHEREAS, the body armor will be worn for protection by the City?s Public Safety
officers, primarily in the Police, Sheriff and Marshal?s Departments; and,
WHEREAS, the contract period shall be for one year, with the option to renew
for two additional twelve-month periods.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to procure body armor from
Law Enforcement Supply Company for the estimated annual contract value of
$83,804.50. Funds are budgeted each fiscal year for this on going expense;
Police, Field Operations ? Operating Materials; 0101-400-2300-FILD-6728,
Sheriff, ? Sheriff Patrol and Courts, Investigative Fugitive, Muscogee County
Jail - Operating Materials; 0101-550-2100-SPLT-6728, 0101-550-2200-INFU-6728,
0101-550-2600-JAIL-6728, Marshal, - Operating Materials;
0101-530-3000-MRSH-6728.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM B?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH HOLLEY
CONSTRUCTION COMPANY & ASSOCIATES, INC., IN THE AMOUNT OF $853,900.00, FOR THE
CONSTRUCTION OF FIRE STATION NO. 7.
WHEREAS, The two-bay fire station will be located at Buena Vista Road
and Thyre Avenue at Belvedere Drive.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a contract with
Holley Construction Company & Associates, Inc., in the amount of $853,900.00,
for the construction of Fire Station No. 7. Funds are budgeted in FY03 Budget,
1999 SPLOST ? Fire/EMS Construction, General Construction;
0540-695-2122-TXFE-7661-5018003C.
________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM C?
A RESOLUTION
NO.__________
A RESOLUTION AUTHORIZING THE PROCUREMENT OF READY MIX CEMENT ON AN ?AS NEEDED
BASIS? FROM THE CONCRETE COMPANY, ESTIMATED CONTRACT VALUE $79,250.00; AND
COUCH READY MIX USA, ESTIMATED CONTRACT VALUE $8,765.00. THE TOTAL ESTIMATED
ANNUAL VALUE OF THE CONTRACT IS $88,015.00.
WHEREAS, the ready mix cement will be used on an ?as needed basis? by the
Public Services Department; and,
WHEREAS, this contract shall be for one year, with the option to renew for two
additional twelve month periods.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to procure ready mix cement on an
?as needed basis? from The Concrete Company, estimated contract value
$79,250.00; and Couch Ready Mix USA, estimated contract value $8,765.00. The
total estimated annual value of the contract is $88,015.00. Funds are budgeted
each fiscal year for this on going expense, Public Services ? Repairs and
Maintenance ? Road Maintenance Materials; 0203-260-3110-REPR-6726.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM D?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF A LARGE FORMAT COPIER, PLOTTER AND
SCANNER FROM IKON OFFICE SOLUTIONS.
WHEREAS, an RFP was administered (RFP No. 02-0040) and one proposal was
received; and,
WHEREAS, the proposal submitted by Ikon Office Solutions met all proposal
requirement and is deemed responsive to the RFP.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase a large format copier,
plotter and scanner from Ikon Office Solutions. Funds are budgeted in FY03
Budget, Engineering ? Geographic Information Systems, Capital Expenditures-Over
$5000 and Engineering ? Highways & Roads, Capital Expenditures-Over $5000;
0101-250-2400-GIS-7761 and 0203-250-2200-Road-7761.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM E?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING A PROFESSIONAL SERVICES CONTRACT, NOT TO
EXCEED $50,000.00, WITH MARKET STREET SERVICES, INC., (ATLANTA, GA) TO PROVIDE
ANALYSIS OF THE WORKFORCE CLIMATE AND STRATEGIC PLANNING FOR REGION 8, WHICH
INCLUDES THE FOLLOWING COUNTIES: CLAY, CHATTAHOOCHEE, HARRIS, MUSCOGEE,
QUITMAN, RANDOLPH, TALBOT AND STEWART. THE LOCAL WIA (JOB TRAINING) OFFICE, IN
MUSCOGEE COUNTY, IS RESPONSIBLE FOR COORDINATING THE WORK PERFORMED BY THE
CONTRACTOR AND SUBSEQUENT PAYMENTS.
WHEREAS, The Georgia Department of Labor has contracted with Market
Street Services, Inc., to provide workforce climate analysis services and
strategic planning for all Georgia WIA Service Delivery areas. The services
will include: workforce profile, workforce needs and expectations, innovative
practices, analysis of current recruiting efforts, and workforce development
strategy.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to enter into a professional
services contract, not to exceed $50,000.00, with Market Street Services, Inc.,
(Atlanta, GA) to provide analysis of the workforce climate and strategic
planning for Region 8. Funding for these services is provided via the WIA
Strategic Planning Grant. Funds are budgeted in the FY03 Budget, Workforce
Investment Act-WIA Strategic Planning Program-Contractual Services;
0220-675-2151-WIAS-6319.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
DATE: July 16, 2002
TO: Mayor and Councilors
FROM: Kay Love, Director of Finance
SUBJECT: Advertised Bids
July 19, 2002
1. Branding & Marketing Services (Re-Bid) ? RFP No. 02-0044
Scope of RFP
Columbus Consolidated Government invites proposal submissions from firms
interested in providing branding and related marketing strategies.
2. Day Care Center Services (Annual Contract) ? RFP No. 02-0047
Scope of RFP
Provide Columbus Consolidated Government with professional day care center
services. 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.
July 26, 2002
1. Ticketing Services (Annual Contract) ? RFP No. 03-0001
Scope of RFP
Provide ticketing services to Columbus Consolidated Government. The term of
contract shall be for three years, with the option to renew for two (2)
additional years. Contract renewal will be contingent upon the mutual
agreement of the City and the Contractor.
August 9, 2002
1. Construction Management Services for the Main Library and System
Headquarters ? RFP No. 03-0003
Scope of RFP
Provide construction management services for the new Main Library and System
Headquarters project.