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
September 10, 2002
Agenda Report #___________
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) STREET IMPROVEMENTS AT WHITESVILLE ROAD/VETERANS PARKWAY AND BLACKMON ROAD
TURN LANE ? BID NO. 03-0004
It is requested that Council authorize the execution of a construction contract
with McMath-Turner Construction in the amount of $169,289.00. The vendor will
provide street improvements at Whitesville Road/Veterans Parkway and Blackmon
Road Turn Lane.
Forty-seven bid invitations were mailed; three bids were received on August 21,
2002. This bid has been advertised, opened and reviewed. The bidders were:
Contractor Total
Base Bid DBE
Participation
McMath-Turner Construction (Columbus, GA) $ 169,289.00 10.05%
Alexander Contracting Co. (Columbus, GA) 179,040.00 5.95%
Robinson Paving Co. (Columbus, GA) 184,052.00 1.95%
Funds are budgeted in FY03 Budget, 1999 SPLOST ? Road\Bridge\Street, Road
Construction, Whitesville/Veterans Turn Lane and Blackmon Road (School Turn
Lane); 0540-695-2126-TXRB-7641-50309030 and 50317030.
* * * * * *
(B) CHATTSWORTH ROAD IMPROVEMENTS ? BID NO. 03-0009
It is requested that Council authorize the execution of a construction contract
with Alexander Contracting Company in the amount of $503,167.00. The vendor
will widen Chattsworth Road and extend the storm drainpipes.
Fifty-three bid invitations were mailed; four bids were received on August 28,
2002. This bid has been advertised, opened and reviewed. The bidders were:
Contractor Total
Base Bid DBE
Participation
Alexander Contracting Co. (Columbus, GA) 503,167.00 5.17%
McMath-Turner Construction (Columbus, GA) 504,701.00 18.10%
Robinson Paving Co. (Columbus, GA) 508,981.00 5.80%
APAC-Georgia (Fortson, GA) 542,370.00 3.40%
Funds are budgeted in FY03 Budget, 1999 SPLOST ? NFL Improvements, Land;
0540-695-2133-TXNF-7611-50601030.
* * * * * *
(C) STUDIO AND MEDIA ROOM EQUIPMENT ? RFP NO. 02-0035
It is requested that Council authorize the execution of a value-engineered
contract with MCSi Broadcast Solutions for the procurement and installation of
studio and media room equipment. The vendor will provide and install equipment
for a complete and professional television facility. The equipment consists of
cameras, lighting, and presentation system in Council Chamber; equipment for
the CCGTV studio located on the 3rd Floor; and a video production and editing
system for the control room on the 3rd Floor. The vendor will also outfit the
media room with monitors to observe the outgoing and off air signal of the
Government Access Channel. Additionally, the media room will be equipped to
provide video and audio fees for the local/visiting media.
Requests for proposals were mailed to sixty-three vendors and this RFP has been
advertised. Two proposals were received on June 26, 2002:
MCSi Broadcast Solutions (Norcross, GA)
Command Systems, Inc. (Columbus, GA)
Proposals were reviewed by the Evaluation Committee, which consisted of
representatives from the City Manager?s Office, Metra, WXTX, and TEC Company.
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 offerer, 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 FY03 Budget, Special Projects - Capital Projects Fund,
Capital Expenditures-Over $5000, Government Access Channel;
0508-660-1000-CPGF-7761-22158990.
* * * * * *
(D) QUALITY MANAGEMENT SERVICES
It is requested that Council approve the renewal of an existing contract with
Sarah McLaney for the provision of Quality Management Services, during FY03,
in the amount of $30,000.00. Ms. McLaney will continue the services previously
contracted with Disc Consulting, Ltd.
The City Manager?s office obtained proposals from two qualified Quality
Management professionals, Sarah McLaney and FrontLine Consulting. Proposals
were evaluated by the City Manager, the Administrator of Management, Research
and Analysis, and the Internal Auditor. Ms. McLaney offered the most economic
cost proposal and was approved to provide the services during FY01, per
Resolution No. 392-00. The services were renewed for FY02 per Resolution No.
517-02.
The individual plays a major role in the following activities:
-Maintaining progress on Continuous Improvement projects.
-Facilitating implementation of the Malcolm Baldridge Criteria.
-Overseeing four Continuous Improvement Cycles, one during each quarter of the
year.
-Participating in 12 Quality Forum Meetings.
-Assisting in the development and implementation of Continuous Improvement
projects.
-Conducting a refresher course for all Continuous Improvement trainers.
-Working with department heads on the monitoring and status reports on all
Continuous Improvement projects.
-Developing and presenting one department head training class.
-Evaluating and refining existing Continuous Improvement materials to simplify
the process and enhance the learning process.
Funds are budgeted in the FY03 Budget; City Manager, Management/Research and
Analysis, Consulting; 0101-130-2200-MGMT-6315.
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH
MCMATH-TURNER CONSTRUCTION IN THE AMOUNT OF $169,289.00.
WHEREAS, The vendor will provide street improvements at Whitesville
Road/Veterans Parkway and Blackmon Road Turn Lane.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a construction
contract with McMath-Turner Construction in the amount of $169,289.00. Funds
are budgeted in FY03 Budget, 1999 SPLOST ? Road\Bridge\Street, Road
Construction, Whitesville/Veterans Turn Lane and Blackmon Road (School Turn
Lane); 0540-695-2126-TXRB-7641-50309030 and 50317030.
_________________________________________
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 Davis 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
ALEXANDER CONTRACTING COMPANY IN THE AMOUNT OF $503,167.00.
WHEREAS, The vendor will widen Chattsworth Road and extend the storm
drainpipes.
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 in the amount of $503,167.00.
Funds are budgeted in FY03 Budget, 1999 SPLOST ? NFL Improvements, Land;
0540-695-2133-TXNF-7611-50601030.
_________________________________________
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 Davis 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 EXECUTION OF A VALUE-ENGINEERED CONTRACT WITH MCSI
BROADCAST SOLUTIONS FOR THE PROCUREMENT AND INSTALLATION OF STUDIO AND MEDIA
ROOM EQUIPMENT.
WHEREAS, an RFP was administered (RFP No. 02-0035) and two proposals were
received; and,
WHEREAS, the proposal submitted by MCSi Broadcast Solutions met all proposal
requirements 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 execute a value-engineered
contract with MCSi Broadcast Solutions for the procurement and installation of
studio and media room equipment. Funds are budgeted in FY03 Budget, Special
Projects - Capital Projects Fund, Capital Expenditures-Over $5000, Government
Access Channel; 0508-660-1000-CPGF-7761-22158990.
_________________________________________
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 Davis 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 RENEWAL OF AN EXISTING CONTRACT WITH SARAH MCLANEY
TO PROVIDE QUALITY MANAGEMENT SERVICES, DURING FY03, IN THE AMOUNT OF
$30,000.00.
WHEREAS, this is a continuation of services already provided under an existing
contract for the City?s Quality Management Program and Baldrige Criteria
Program; and,
WHEREAS, Sarah McLaney was approved, per Resolution No. 392-00, to
provide the services during FY01. The contract was renewed for FY02 per
Resolution No. 517-01.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES:
That the City Manager is hereby authorized to renew an existing contract with
Sarah McLaney to provide Quality Management Services during FY03 in the amount
of $30,000.00. Funds are budgeted in the FY03 Budget; City Manager,
Management, Research & Analysis - Consulting; 0101-130-2200-MGMT-6315.
_________________________________________
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 Davis 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: September 10, 2002
TO: Mayor and Councilors
FROM: Kay Love, Director of Finance
SUBJECT: Advertised Bids
September 10, 2002
1. Monitor/Defibrillator/Pacemaker Units (Remanufactured) ? RFP No. 03-0009
Scope of RFP
Provide (4) remanufactured Lifepak 11 monitor/defibrillator/pacemaker units
Columbus Fire & Emergency Medical Services. The units shall be factory
certified, and all remanufacturing shall be FDA approved. Lifepak is the
standardized monitor/defibrillator/pacemaker equipment for Columbus Fire &
Emergency Medical Services. The City will only consider proposals for Lifepak
11 units.
September 11, 2002
1. Poly Vinyl Chloride (PVC) Pipe (Annual Contract) ? Bid No. 03-0012
Scope of Bid
Provide poly vinyl chloride (PVC) pipe in various sizes on an ?as
needed basis? for use by the Public Services Department. The contract term
will be for one year with the option to renew for two additional twelve-month
periods.
2. Veterinary Services (Annual Contract) ? Bid No. 03-0013
Scope of Bid
Provide veterinarian services for the Public Services Department,
Animal Control Center. The contract term will be for three years with the
option to renew for two additional twelve-month periods.
September 18, 2002
1. Steam Cleaning Machines & Soap (Annual Contract) ? Bid No. 03-0016
Scope of Bid
Provide six (6) steam-cleaning machines four (4) fixed and two (2) portable, to
Columbus Consolidated Government, Public Services Department. The City will
purchase on as ?as needed basis? approximately 600 gallons of soap, which
equates to 7,200 gallons per year.