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.
Back to List