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.
Back to List