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.
Back to List