Columbus, Georgia

Georgia's First Consolidated Government

Post Office Box 1340
Columbus, Georgia, 31902-1340
(706) 653-4013
fax (706) 653-4016
Council Members

Attachments


Agenda Item #___3___





Columbus Consolidated Government

Council Meeting



April 5, 2005





Agenda Report #___47___



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department



(A) BAD CHECK RECOVERY SERVICES (ANNUAL CONTRACT) ? RFP NO. 05-0012



It is requested that Council approve the contract with BounceBack, Inc., to

provide Bad Check Recovery Services. The Contractor, through the Solicitor

Generals Office, State Court, will be the administrator of the ?Muscogee County

Check Enforcement Program? to provide bad check diversion and restitution

programs. The Program will be conducted in compliance with all applicable

state and federal laws.



The Contractor will provide the following:

A. Program Administration

Oversee the day-to-day operations of the program, including maintaining

detailed records, receiving and recording payments, issuing checks to

merchants; and all other duties associated with such a program.



B. Accounting and Reporting

Keep full accounting records of every transaction in accordance with generally

accepted accounting principles. The Solicitor-General, or his designee, shall

be allowed to audit records at any time. The contractor shall submit monthly

reports to the Solicitor-General, which delineates details of all transactions.



C. Offender Education

Provide an offender education program offering lessons on money management and

the consequences of miss-management, including criminal awareness.



D. Community Outreach

1. Make an initial mailing to all retail businesses in the County to

introduce the program in the community. Additional mailings will be

initiated as deemed necessary to promote the program.

2. Provide ?bad check training? to merchants as deemed necessary by

the contractor or the Solicitor-General.

3. Promotion of the program in the community, including civic and

business organizations.

4. Make personal visits to merchants as deemed necessary.



The contract shall be for one year, with the option to renew for two (2)

additional twelve-month periods. Contract renewal will be contingent upon the

mutual agreement of the City and the Contractor.



Request for proposals were mailed to fifty-six vendors and the RFP has been

advertised. Two proposals were received, January 14, 2005 from the following

offerors.



BounceBack, Inc. (Kansas City, MO)

Northstar Technologies (Tulsa, OK)



Proposals were reviewed by the Evaluation Committee members, which consisted of

representatives from Solicitor General?s Office and Finance. During the

evaluation process, BounceBack, Inc., was deemed most responsive to the RFP.

The City?s Procurement Ordinance Article 3-110, Competitive Sealed Proposals

for the procurement of Equipment, Supplies and Professional Services, governs

the RFP process. 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 responsive offeror. Cost and evaluation results have been

submitted to the City Manager in a separate memo for information purposes.



No City funds will be used. Funds will be collected and deposited in General

Fund, Revenue ? Bad Check Fee, 0101-099-1999-4610; State Court Solicitor ? Bad

Check Fee, 0101-510-2000-4610.



* * * * * * *



(B) MUNICIPAL STREET SWEEPER (RE-BID)? RFB NO. 05-0053



It is requested that Council authorize the purchase of one (1) municipal street

sweeper from Tractor & Equipment Company in the amount of $114,748.00.



The street sweeper is replacement equipment and will be used by the Street

Improvements Division, of the Public Services Department, for cleaning the

interstate, streets and City owned parking lots throughout Columbus; as well

as, helping rainwater flow by removing leaves and debris from curbs and

gutters.



Thirty-four bid invitations were mailed. Bids were received on March 9, 2005.

This bid has been advertised, opened and reviewed. The bidders were:



See attached Tab:



1 Consolidated Disposal Systems (Smyrna, GA) is the apparent low, responsive

bidder with a bid of $114,262.00. However, Tractor & Equipment Company

(Columbus, GA) submitted a bid in the amount of $114,748.00, which is within

one percent (1%) of the low bid. Therefore, in accordance with Ordinance No.

95-5, Award to Local Businesses, the recommendation is to award the bid to

Tractor & Equipment Company.



Funds are budgeted in FY05 Budget, Paving Fund ? Public Services ? Street

Improvements ? Off Road Equipment; 0203-260-2100-STRT-7725.



* * * * * *



(C) CHANGE ORDER ? ADDITIONAL FURNISHINGS FOR THE NEW LIBRARY



It is requested that Council authorize the execution of a Change Order with The

Overby Company, in the amount of $12,550.22, for additional furnishings for the

new Library. Council authorized the purchase of library furnishings from The

Overby Company, per Resolution Number 345-04 on August 17, 2004. Four (4)

additional wood benches are required to increase seating space in the First

Floor rotunda.



Description Cost

Original Contract Amount $ 596,585.60

Change Order for Additional Benches $ 12,550.22

Total Contract Amount, including Change Order $609,135.82



Funds are budgeted in FY05 Budget, 1999 SPLOST Library/Other Projects ?

Professional Services, MCSD Library; 0540-695-2120-TXLB-7731-50500-20000-0.







(D) MOBILE DATA COMPUTERS WITH AUTOMATIC VEHICLE LOCATION AVL UNIT



It is requested that Council authorize the purchase five (5) MW800 mobile data

computers with automatic vehicle location (AVL), in the amount of $44,895.60

from Motorola Corporation. The total unit cost for the mobile data computers

with AVL is $8,979.12. The equipment will be installed in new pursuit vehicles

for the Sheriff?s Office.



This purchase is part of a continuing SPLOST project aimed at equipping all

appropriate public safety vehicles with advanced technology, in order to

maximize the efficiency of public safety responses to calls for service from

the public. Per Resolution No. 431-00 (RFP No. 00-0022), Council awarded a

contract to Motorola to provide mobile data units for public safety

departments. To maintain uniformity of the equipment, the City requested that

Motorola extend their cost proposal until the completion of purchases

designated by the 1999 SPLOST. Motorola is also the only known source provider

for the AVL units.



Funds are budgeted in FY05 Budget as follows: $35,073.40 is budgeted in 1999

SPLOST Police/Fire Vehicle/Equipment, Sheriff ?Computer Equipment; 0540?

695-2123-TXSH?7751-50130?2005E?0; and $9,822.20 is budgeted in 1999 SPLOST

Police/Fire Vehicle/Equipment, Sheriff ?Capital Expenditures over $5,000;

0540-695-2123-TXSH?7761-50130-2005E?0.



* * * * * *



(E) ANNUAL MAINTENANCE CONTRACT FOR THE E911 TELEPHONE SYSTEM UPGRADE



It is requested that Council approve payment to Motorola for an annual

Maintenance Agreement (June 2005 through May 2006) for the E911 telephone

system upgrade in the amount of $13,620.00.



The equipment is used in the E911 Center by the Police and Sheriff?s Department

to dispatch various Public Safety Units throughout the City, as they are

needed. This equipment is a critical part of Public Safety?s communications

system. Since the initial warranty expired, the equipment has been covered by

a comprehensive 24/7/365 maintenance agreement with Motorola in order to assure

rapid and accurate repairs and minimal down time. This maintenance agreement

also covers the bi-directional amplification system that provides a back up to

the telephone system and allows the 911 Center to continue to operate should

the equipment stop working.



This Maintenance Agreement will insure that the City receives complete and cost

effective support of this equipment and allows us to control the operating

costs associated with the console equipment.



Council approved the original purchase of the telephone system upgrade from

Motorola, per Resolution No. 428-03. Therefore, Motorola is considered an only

known source for this maintenance agreement.



Funds are budgeted in the FY05 Budget: Emergency Telephone Fund ? Police ?

E911 ? Service Contracts; 0209-400-3220-E911-6513.









?ITEM A?



A RESOLUTION



NO.______





A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH BOUNCEBACK, INC., TO

PROVIDE BAD CHECK RECOVERY SERVICES.



WHEREAS, an RFP was administered (RFP No. 05-0012) and two proposals were

received; and,



WHEREAS, the proposal submitted by BounceBack, Inc., 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 contract with

BounceBack, Inc., to provide Bad Check Recovery Services. No City funds will

be used. Funds will be collected and deposited in General Fund, Revenue ? Bad

Check Fee, 0101-099-1999-4610; State Court Solicitor ? Bad Check Fee,

0101-510-2000-4610.







Introduced at a regular meeting of the Council of Columbus, Georgia, held

the _________ day of ____________, 2005 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.







_____________________________ ______________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM B?



A RESOLUTION



NO. __________



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) MUNICIPAL STREET SWEEPER FROM

TRACTOR & EQUIPMENT COMPANY IN THE AMOUNT OF $114,748.00.



WHEREAS, the street sweeper is replacement equipment and will be used by the

Street Improvements Division, of the Public Services Department, for cleaning

the interstate, streets and City owned parking lots throughout Columbus; as

well as, helping rainwater flow by removing leaves and debris from curbs and

gutters.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to purchase one (1)

municipal street sweeper from Tractor & Equipment Company in the amount of

$114,748.00. Funds are budgeted in FY05 Budget, Paving Fund ? Public Services

? Street Improvements ? Off Road Equipment; 0203-260-2100-STRT-7725.

_________________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held

the _________ day of ____________, 2005 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.







___________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM C?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF A CHANGE ORDER, WITH THE OVERBY

COMPANY, IN THE AMOUNT OF $12,550.22 FOR ADDITIONAL FURNISHING FOR THE NEW

LIBRARY.



WHEREAS, Council authorized the purchase of library furnishings from The Overby

Company, per Resolution Number 345-04 on August 17, 2004; and,



WHEREAS, four (4) additional wood benches are required to increase

seating space in the First Floor rotunda; and,



Description Cost

Original Contract Amount $ 596,585.60

Change Order for Additional Benches $ 12,550.22

Total Contract Amount, including Change Order $609,135.82



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to execute a Change Order, with The

Overby Company, in the amount of $12,550.22 for additional furnishings for the

new Library. Funds are budgeted in FY05 Budget, 1999 SPLOST Library/Other

Projects ? Professional Services, MCSD Library;

0540-695-2120-TXLB-7731-50500-20000-0.





Introduced at a regular meeting of the Council of Columbus, Georgia, held

the _________ day of ____________, 2005 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.





____________________________ ______________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM D?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF FIVE (5) MW800 MOBILE DATA COMPUTERS

WITH AUTOMATIC VEHICLE LOCATION (AVL), IN THE AMOUNT OF $44,895.60, FROM

MOTOROLA CORPORATION FOR SHERIFF?S DEPARTMENT.



WHEREAS, the total unit cost for the mobile data computers with AVL is

$8,979.12. The equipment will be installed in new pursuit vehicles for he

Sheriff?s Office; and,



WHEREAS, this purchase is part of a continuing SPLOST project aimed at

equipping all appropriate public safety vehicles with advanced technology, in

order to maximize the efficiency of public safety responses to calls for

service from the public. Per Resolution No. 431-00 (RFP No. 00-0022), Council

awarded a contract to Motorola to provide mobile data units for public safety

departments. To maintain uniformity of the equipment, the City requested that

Motorola extend their cost proposal until the completion of purchases

designated by the 1999 SPLOST. Motorola is also the only known source provider

for the AVL units.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to purchase five (5) MW800

mobile data computers with automatic vehicle location, in the amount of

$44,895.60, from Motorola Corporation. Funds are budgeted in FY05 Budget as

follows: $35,073.40 is budgeted in 1999 SPLOST Police/Fire Vehicle/Equipment,

Sheriff ?Computer Equipment; 0540?695-2123-TXSH?7751-50130?2005E?0; and

$9,822.20 is budgeted in 1999 SPLOST Police/Fire Vehicle/Equipment, Sheriff ?

Capital Expenditures over $5,000; 0540-695-2123-TXSH?7761-50130-2005E?0.

_________________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

_________ day of _________________, 2005 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM E?



A RESOLUTION



NO:___________





A RESOLUTION AUTHORIZING PAYMENT TO MOTOROLA FOR AN ANNUAL MAINTENANCE

AGREEMENT (JUNE 2005 THROUGH MAY 2006) FOR THE E911 TELEPHONE SYSTEM UPGRADE IN

THE AMOUNT OF $13,620.00.



WHEREAS, The equipment is used in the E911 Center by the Police and Sheriff?s

Department to dispatch various Public Safety Units throughout the City as they

are needed. This equipment is a critical part of Public Safety communications

system; and,



WHEREAS, Since the initial warranty expired, the equipment has been covered by

a comprehensive 24/7/365 maintenance agreement with Motorola in order to assure

rapid and accurate repairs and minimal down time. This maintenance agreement

also covers the bi-directional amplification system that provides a back up to

the telephone system and allows the 911 Center to continue to operate should

the equipment stop working; and,



WHEREAS, Council approved the original purchase of the telephone system upgrade

from Motorola, per Resolution No. 428-03. Therefore, Motorola is considered an

only known source for this maintenance agreement.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to make payment to Motorola for an

annual Maintenance Agreement (June 2005 through May 2006) for the E911

telephone system upgrade in the amount of $13,620.00. Funds are budgeted in

the FY05 Budget: Emergency Telephone Fund ? Police ? E911 ? Service Contracts;

0209-400-3220-E911-6513.

______________________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

_________ day of ____________, 2005 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.





____________________________________ ____________________________________

Tiny B. Washington, Clerk of Council Robert Poydasheff, Mayor



DATE: April 5, 2005



TO: Mayor and Councilors



FROM: Angela Cole, Director of Finance



SUBJECT: Advertised Bids





April 8, 2005

1. Emergency Clean-up and Removal of Debris (Annual Contract) ? RFP No.

05-0011

Scope of RFP

The City of Columbus invites qualified vendors to submit proposals for

emergency clean up and removal of debris resulting from natural or man-made

disasters on an ?as needed basis?. The term of contract shall be for two

years, with an 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 (s).



April 21, 2005

1. Flood Abatement Project ? 6th Avenue and Side Streets System ? RFP

No. 05-0022

Scope of RFP

The Project consists of the following major elements: construction of

approximately 1,600 feet of 8-foot by 5-foot box culvert; 570 feet of 8-foot by

6-foot box culvert; 800 feet of 8-foot by 8-foot box culvert; 1,100 feet of

twin 10-foot by 8-foot box culvert; 1400 feet of 10-foot by 8- foot; 420 feet

of 12-foot by 8-foot box culvert; 500 feet of 14-foot by 10-foot box culvert;

5,200 feet of 14-foot by 12-foot box culvert; 1,600 feet of 72-inch gravity

sewer; 1,170 feet of 60-inch gravity sewer; 1320 feet of 54-inch gravity sewer;

140 feet of 48-inch gravity sewer; 150 feet of 42-inch gravity sewer; 70 feet

of 36-inch gravity sewer; 130 feet of 30-inch gravity sewer; 80 feet of 24-inch

gravity sewer; 10 feet of 18-inch gravity sewer; 80 feet of 15-inch gravity

sewer; one river outfall structure; one diversion structure; one drop

structure; approximately 700 feet of 16-inch water line; 320 feet of 12-inch

water line; 2,900 feet of 8-inch water line; 50 feet of 4-inch water line; 5

railroad crossings; 1 state road crossing; streetscape improvements; erosion

and sedimentation control; and all associated restoration connections and

appurtenant Work.



April 27, 2005

1. Rigdon Park Baseball Fields Modifications ? RFB No. 05-0063

Scope of Bid

Provide all labor, equipment and materials to modify the Rigdon Park baseball

fields. The work is required for the ASA Girls 18 & Up Fast Pitch National

Championships, which will be held on July 31, 2005 ? August 7, 2005. It is the

responsibility of all bidders to examine the work area, prior to submitting a

bid. Rigdon Park is located at the end of Hawthorne Drive, just off South

Lumpkin Rd.



May 13, 2005

1. Development Plan for a 120-Room Hotel ? RFP No. 05-0017

Scope of RFP

Columbus Consolidated Government is soliciting proposals for a Development Plan

for the financing, construction and operation of a 120 room (minimum) Hotel.

There are two proposed sites for the Hotel, both are located adjacent to the

Columbus Convention and Trade Center located at 801 Front Avenue. The selected

firm will provide the strategy for the development of the Hotel. The proposal

should also provide strategy for consideration, which provides opportunities

for expanding the Hotel in the future. Examples of the development strategies

are financing, construction and operation of the facility.
Back to List