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
October 29, 2002
Agenda Report #___________
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) MONITOR/DEFIBRILLATOR/PACEMAKER UNITS (REMANUFACTURED) ? RFP NO. 03-0009
It is requested that Council authorize the purchase of four (4) remanufactured
Lifepak 11 monitor/defibrillator/pacemaker units from Medtronic
Physio-Control. The equipment will be calibrated and factory-certified by the
manufacturer, Medtronic Physio-Control, and will go through the exact quality
tests as new units. This purchase will improve the quality and timeliness of
emergency service to the community by upgrading the capability of several fire
engines from basic life-support to advanced life-support. Additional purchases
will be made in FY03.
Requests for proposals were mailed to thirty-four vendors and this RFP has been
advertised. One proposal was received on September 10, 2002:
Medtronic Physio-Control (Redmond, WA)
The proposal was reviewed by the Evaluation Committee, which consisted of
representatives from Columbus Fire and Emergency Medical Services and the
Finance Department.
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, 1999 SPLOST - EMS Equipment, Capital
Expenditures Over $5000; 0540-695-2123-TXES-7761.
(B) ADULT BASKETBALL OFFICIATING SERVICES ? BID NO. 03-0025
It is requested that Council authorize the execution of a contract with
Columbus Basketball Officials Association for adult basketball officiating
services for the estimated value of $11,592.00. The vendor will provide a
minimum of two (2) officiators per game for approximately 276 basketball events
at City recreation centers, for the 2002-2003 season. The officiating services
will be provided in accordance with the Georgia High School Association (GHSA)
guidelines.
Three bid invitations were mailed; two bids were received on October 11, 2002.
This bid has been advertised, opened and reviewed. The bidders were:
Vendor Unit cost
(2 officials) Estimated
Contract Value
(276 games)
Columbus Basketball Officials Association
(Columbus, GA) $ 42.00 $ 11,592.00
West Central Georgia Officials Association
(Fortson, GA) 80.00 122,080.00
1West Central Georgia Officials Association failed to include the required
proof of GHSA certification; the vendor?s bid was deemed incomplete.
Funds are budgeted in FY03 Budget, Parks & Recreation ? Athletics, Other
Purchased Services; 0101-270-3410-ATHL-6699.
* * * * * *
(C) ENGINEERING SERVICES RELATED TO THE CONSTRUCTION OF PINE GROVE MUNICIPAL
SOLID WASTE LANDFILL, PHASE II, CELLS 2A, 2B & 2C ? RFP NO. 03-0007
It is requested that Council authorize the execution of a negotiated contract
with Jordan, Jones & Goulding, Inc., (JJ&G) for engineering services related to
the construction of cells 2A, 2B and 2C of Pine Grove Landfill. JJ&G will
provide construction documents, construction administration and construction
quality assurance (CQA) for this project. The services include engineering and
design, surveying, construction inspection, materials sampling and testing,
preparation of analytical reports and all other reporting necessary to satisfy
regulatory provisions for CQA documentation.
Requests for proposals were mailed to four hundred and forty-eight vendors and
this RFP has been advertised. Twelve proposal was received on August 28, 2002:
Jordan, Jones & Goulding (Columbus, GA)
Arcadis G & M, Inc. (Atlanta, GA)
Building & Earth Sciences, Inc. (Columbus, GA)
1GeoSyntec Consultants (Atlanta, GA)
Gresham Smith and Partners (Nashville, TN)
Law Engineering and Environmental Services, Inc. (Kennesaw, GA)
Malcolm Pirnie, Inc. (Columbus, GA)
Moreland Altobelli Associates, Inc. (Norcross, GA)
PolyEngineering, Inc. (Dothan, AL)
S&ME, Inc. (Norcross, GA)
Weston Solutions, Inc. (Norcross, GA)
1GeoSyntec Consultants failed to provide a list of current projects, which was
required to evaluate the proposals. The Purchasing Division deemed the firm
non-responsive and the firm?s proposal did not receive further consideration.
The proposals were reviewed by the Evaluation Committee, which consisted of
representatives from the Public Services Department and Engineering Department.
The City?s Procurement Ordinance, Article 3-111, Architectural/Engineering and
Land Surveying Services, governs the RFP process. This process insures the
City obtains the most qualified offeror to provide the equipment, supplies
and/or services required. During the process of an RFP, there is no formal
opening, due to the possibility of negotiated components of the proposal. In
the event Council does not approve the recommended offeror, no proposal
responses or any negotiated components are made public until after the award of
the contract. If Council does not approve the recommended offeror,
negotiations will begin with the next highest-ranked, responsive offeror.
Funds are budgeted in FY03 Budget, Capital Projects - Integrated Waste
Supported, Engineering/Architectural Services ? New Cell Construction;
0508-660-4000-CPIW-6371-20709030.
* * * * * *
(D) 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 Chambers; 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 feeds 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 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 FY03 Budget, Special Projects - Capital Projects Fund,
Capital Expenditures-Over $5000, Government Access Channel;
0508-660-1000-CPGF-7761-22158990.
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF FOUR (4) REMANUFACTURED
MONITOR/DEFIBRILLATOR/PACEMAKER UNITS FROM MEDTRONIC PHYSIO-CONTROL.
WHEREAS, an RFP was administered (RFP No. 03-0009) and one proposal was
received; and,
WHEREAS, the proposal submitted by Medtronic Physio-Control 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 purchase four (4)
remanufactured monitor/defibrillator/pacemaker units from Medtronic
Physio-Control. Additional purchases will be made in FY03. Funds are budgeted
in FY03 Budget, 1999 SPLOST - EMS Equipment, Capital Expenditures Over $5000;
0540-695-2123-TXES-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 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 EXECTUION OF A CONTRACT WITH COLUMBUS BASKETBALL
OFFICIALS ASSOCIATION FOR ADULT BASKETBALL OFFICIATING SERVICES FOR THE
ESTIMATED VALUE OF $11,592.00.
WHEREAS, The vendor will provide a minimum of two (2) officiators per
game for approximately 276 basketball events at City recreation centers, for
the 2002-2003 season. The officiating services will be provided in accordance
with the Georgia High School Association (GHSA) guidelines.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to execute a contract with
Columbus Basketball Officials Association for adult basketball officiating
services for the estimated value of $11,592.00. Funds are budgeted in FY03
Budget, Parks & Recreation ? Athletics, Other Purchased Services;
0101-270-3410-ATHL-6699.
_________________________________________
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 NEGOTIATED CONTRACT WITH JORDAN,
JONES & GOULDING, INC., FOR ENGINEERING SERVICES RELATED TO THE CONSTRUCTION OF
PINE GROVE MSW LANDFILL, PHASE II, CELLS 2A, 2B & 2C.
WHEREAS, an RFP was administered (RFP No. 03-0007) and twelve proposals were
received; and,
WHEREAS, the proposal submitted by Jordan, Jones & Goulding, Inc., met all
proposal requirement 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 execute a negotiated
contract with Jordan, Jones & Goulding, Inc., for engineering services related
to the construction of Pine Grove MSW Landfill, Phase II, Cells 2A, 2B & 2C.
Funds are budgeted in FY03 Budget, Capital Projects - Integrated Waste
Supported, Engineering/Architectural Services ? New Cell Construction;
0508-660-4000-CPIW-6371-20709030.
_________________________________________
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 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 most 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
DATE: October 29, 2002
TO: Mayor and Councilors
FROM: Kay Love, Director of Finance
SUBJECT: Advertised Bids
October 30, 2002
1. Riverwalk - Bibb City to City Mills, Phase II ? Bid No. 03-0024
Scope of Bid
Provide services for the construction of a proposed Riverwalk Extension between
32nd Street north along the Chattahoochee River to a point near 38th Street.
The work primarily involves clearing, grubbing, grading, installation of a four
hundred foot (400') prefabricated steel bridge and construction of a
twelve-foot (12') wide asphalt pathway at-grade, as depicted on the drawings.
The work also includes installation of small buildings associated with parking
for an overlook area in the vicinity of 38th Street.
2. Fencing Materials (Annual Contract) ? Bid No. 03-0028
Scope of Bid
Provide chain link fences, barbed wire, corner posts and other fencing
materials to Public Services and Park Services on an ?as needed? basis. The
contract term will be for one year, with the option to renew for two (2)
additional twelve-month periods.
November 13, 2002
1. Commercial Versatile Riding Mower ? Bid No. 03-0032
Scope of Bid
Provide Commercial Versatile Riding Mower to be used by the Training Division
of the Police Department.
2. Sixty-Foot Aerial Tower w/Cab and Chassis ? Bid No. 03-0030
Scope of Bid
Provide a Sixty-Foot Tower with Cab and Chassis to be used by the Forestry
Division of the Public Services Department.