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
November 30, 2004
Agenda Report #___________
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) DRESS AND WORK UNIFORMS (ANNUAL CONTRACT) ? RFB NO. 05-0001
It is requested that Council approve the purchase of dress and work uniforms
from All American Uniforms on an ?as needed basis? in the estimated annual
contract value of $570,838.36. The uniforms will be utilized by various
departments to include Police, Sheriff, Marshal, MCPrison, Fire/EMS, Public
Services, METRA, Inspections & Codes, Engineering, Parks and Recreation, and
the Civic Center.
The contract period shall be for one year, with the option to renew for two
additional twelve-month periods. Contract renewal will be contingent upon
mutual agreement of the City and the Contractor.
Seven bids were mailed; three bids were received on August 25, 2004. This bid
has been advertised, opened, and reviewed. The bidders were:
DEPARTMENT ALL AMERICAN
UNIFORMS
(Columbus, GA) RIVERSIDE MFG
COMPANY
(Moultrie, GA) ARAMARK
(Norwell, MA)
SECTION 1: Police Dept $211627.20 No Bid No Bid
SECTION II: Inspections & Code 9,951.62 10,816.86 No Bid
SECTION III: Sheriff 67,244.20 No Bid No Bid
SECTION IV: Jail 29,598.40 No Bid No Bid
SECTION V: Marshal 9,690.83 9,651.99* No Bid
SECTION VI: MC Prison 73,232.90 No Bid No Bid
SECTION VII: METRA 6,073.16 5,422.15** No Bid
SECTION VIII: Fire/EMS 71,342.15 71,044.00* No Bid
SECTION IX: Public Services 22630.36 No Bid No Bid
SECTION X: Work Uniforms 69,447.54 No Bid $83,768.64
TOTAL AWARD $570,838.36 $99,935.00 $83,768.54
* The local vendor is recommended for award of sections V and VIII due to the
2% local preference.
** METRA utilizes other sections of the uniform bid, therefore they requested
to be allowed to purchase all their uniforms from All American.
Funds are budgeted each fiscal year for this on going expense; Police, Sheriff,
Marshal, MCP, Fire/EMS, Public Services, METRA, Inspection & Code, Engineering,
Parks and Recreation, and the Civic Center - Uniforms, 0101-400-2200-STAF-6781,
0101-550-1000-SHRF-6781, 0101-530-3000-MRSH-6781, 0101-420-1000-MCP-6781,
0101-410-3610-LOGI-6781, 0101-260-2300-VHCL-6781, 0203-260-3110-REPR-6781,
0203-260-2100-STRT-6781, 0202-260-3210-SWRM-6781, 0203-260-3120-ROWM-6781,
0207-260-3510-GARB-6781, 0101-260-2400-SPCL-6781, 0751-610-2200-METM-6781,
0751-610-2300-METD-6781, 0751-610-2100-METO-6781, 0101-240-2200-INSP-6781,
0757-160-1000-CIVC-6781, 0203-250-2200-ROAD-6781, 0202-250-2300-DRAN-6781,
0202-250-2600-STRM-6781, 0101-270-2100-PSRV-6781, 0101-270-2400-RECR-6781,
0101-270-3505-CSOP-6781.
* * * * * *
(B) LEASE TRACTOR PURCHASE
It is requested that Council approve the purchase of a leased tractor from
Melson Tractor Company in the amount of $14,929.60. Per annual contract, Bid
No.01-0045, the City currently leases one tractor, a Kubota M6800, at a cost of
$650 per month or $5,850 for nine (9) months. The tractor will be used for
cutting of the City?s Right-of-Ways as well as other work performed by the
division. Grass is cut year round and it is much more economical to purchase
the tractor than it is to lease. This tractor will last a minimum of 10 years
and possibly more. The City used to lease ten (10) tractors and is currently
leasing one tractor. The tractor will be paid for in 3.4 years with little
cost in repair and maintenance anticipated, through experience, for the life of
the tractor.
Funds are available in FY05 Budget, Public Services, Right of Way Maintenance ?
Off Road Equipment; 0203-260-3120-ROWM-7725.
* * * * * * *
(C) EMPLOYEE PHYSICALS (ANNUAL CONTRACT) ? RFP NO. 05-0003
It is requested that Council approve the contract for employee physicals from
Occupational Medicine. The contractor will provide pre-employment physicals,
periodic employee physicals, drug/alcohol testing and related employee health
services. The services are needed to insure that applicants and employees are
physically qualified to perform the required tasks of the position assigned.
No minimum number of applicants or employees is guaranteed; therefore services
will be required on an ?as needed basis?.
The services are for the following:
? Pre-employment physicals for General Government employees
? Complete medical examinations for the Fire/ EMS Hazmat Team and the High
Angle Rope Rescue Team
? Complete medical examinations for the Fire/EMS Special Operations and Dive
Rescue Teams
? Complete medical examinations for the Police Officers
? Complete medical examinations for the Sheriff Deputies
The initial term of the contract shall be for two years, with the option to
renew for three additional twelve-month periods. The contract renewal will be
contingent upon the mutual agreement of the City and the Contractor.
Request for proposals were mailed to fifteen vendors and the RFP has been
advertised. Proposals were received, September 3, 2004 from the following
three offerors:
Occupational Medicine (Columbus, GA)
Concentra Medical Centre (Columbus, GA)
Acute Care Express (Columbus, GA)
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from Columbus Fire & EMS, Human Resources, Public Services,
City Manager, Sheriff and Police Departments. During the evaluation process,
Occupational Medicine was deemed the most responsive to the RFP. The RFP
process is governed by the City?s Procurement Ordinance Article 3-110,
Competitive Sealed Proposals for the procurement of Equipment, Supplies and
Professional Services. 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. Evaluation results
and proposed costs have been submitted to the City Manager in a separate memo
for information purposes.
Funds are budgeted each fiscal year for this ongoing service. Various
Departments ? Pre-Employment Physicals.
* * * * * * *
(D) E-911 RECURRING CHARGES
It is requested that Council authorize reimbursement to Verizon Wireless in the
amount of $11,562.14 for E-911 recurring charges for April, May and June 2004,
and approve reimbursements for future recurring charges.
Funds, for the pending reimbursement, are budgeted in FY05 Budget, Emergency
Telephone Fund, Police - E911 Wireless Surcharge; 0209-400-3220-E911-6627.
Funding for reimbursements for future recurring charges will be budgeted as
needed in the appropriate fiscal year.
(E) ADDENDUM TO CORRECTIVE ACTION PLAN (CAP-B) FOR THE FUEL DEPOT
It is requested that Council approve payment to Geotechnical and Environmental
Consultants in the amount of $12,268.50 for geotechnical services related to an
addendum to the corrective action plan (CAP) for the fuel tanks at the fleet
shop.
EPD mandated the execution of an addendum to the original CAP to acquire
additional data about the gasoline release and the subsurface media
(soil/groundwater). This information was used to evaluate the release in the
subsurface, particularly with regards to its impact to any downgradient
receptors (wells, surface water bodies, etc?).
The vendor was chosen to perform the addendum because they executed the
original corrective action plan while under annual contract with the city for
Geotechnical and Environmental Testing Services.
Funds are available in the FY05 budget; Sewer Fund Supported Capital
Projects-Contingency-Fleet Management-EPA; 0508-660-2000-9801-20771
* * * * * *
(F) GENERAL CONSTRUCTION SERVICES FOR ANIMAL SHELTER AND PAWS OFFICES ? RFP NO.
05-0004
It is requested that Council authorize the execution of a contract with
Bailey-Harris Construction Company to construct an animal shelter and PAWS
offices. The project will consist of improvements to an approximately 11.8
acre site, which is adjacent to Cooper Creek Park, and construction of an
approximately 37,000 SF building. The facility will be devoted to animal care
and control, which will be operated by the City of Columbus, with expanded pet
adoption areas, a spay/neuter clinic, community education and resource area,
animal training and walking trails that will be operated by PAWS Columbus, Inc.
This project will be constructed using the ?negotiated team approach?, also
known as ?construction management at risk?. The Project Team will consist of
representatives from the City of Columbus and PAWS Columbus, Inc., The Owner?s
Representative, the Architect, Engineers, Site Designers and other consultants,
and the Construction Team of Bailey-Harris Construction Company and the
company?s subcontractors, all working together in a cooperative ?partnering?
manner.
The services will consist of pre-construction services and post bid
pre-construction services, including such items as cost estimating and
analyses, constructability analysis, scheduling and phasing, methods and
materials input, Value Engineering (VE) input and costing, etc? as necessary,
as well as, construction of the project. Construction scope generally consists
of earthwork, utility installation, asphalt paving and concrete hardscape,
fencing, landscaping, concrete foundations, structural steel frame, masonry
veneer, miscellaneous metals, rough carpentry, waterproofing, metal roof,
gypsum partitions, acoustical ceilings, floor and wall finishes, fire
protection, plumbing, HVAC, and electrical.
Requests for proposals were mailed to ninety-seven vendors, and this RFP has
been advertised. A Non-Mandatory Pre-Proposal Conference was held on September
1, 2004; eleven vendors were in attendance. Proposals were received on
September 22, 2004, from eight offerors:
Bailey Harris Construction (Auburn, AL)
Alcon Associates, Inc. (Columbus, GA)
Denson Contracting Company (Columbus, GA)
Freeman & Associates (Columbus, GA)
Holley Construction & Associates (Columbus, GA)
Ra-Lin & Associates, Inc. (Carrollton, GA)
Van Winkle & Company, Inc. (Atlanta, GA)
?Winter Construction Company (Atlanta, GA)
?Winter Construction Company failed to acknowledge, within their proposal,
Addendum 1, 2, 3, and 4, which included changes to the specifications and
provided additional information. Therefore, the vendor?s proposal was
considered non-responsive and was not included in the evaluation process.
Proposals were reviewed by the Evaluation Committee, which consisted of
representatives from the Public Services Department, Special Enforcement
Division, Facilities Maintenance Division, Engineering Department, PAWS
Columbus, Inc., and Newton Aaron and Associates. Representatives from the
Public Services Department and Newton Aaron and Associates served in advisory
capacities. On November 16, 2004, the four highest-rated contractors made oral
presentations.
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. Evaluation results and cost information has
been submitted to the City Manager in a separate memo, for informational
purposes.
* * * * * * *
(G) PASSENGER VANS ?RFB NO. 05-0021
It is requested that Council authorize the purchase of one (1) 7-Passenger Van
from Jay Auto Group in the amount of $17,552.75; and one (1) 15-Passenger Van
from Mike Patton Ford in the amount of $17,548.00.
The 7-passenger van will be used by the Sheriff?s Department to transport
officers to and from various activities and training events both in and out of
Muscogee County. The 15-passenger van will be used by the Motor Transport
Division of the Sheriff?s Department as the Juvenile Court van. It will be
used to transport inmates. Both vans are replacement vehicles.
Ninety-three bid invitations were mailed. Eight bids were received on October
27, 2004. This bid has been advertised, opened and reviewed. The bidders were:
Vendors OPTION 1
7 PASSENGER VANS
(1 UNIT)
TOTAL COST OPTION 2
15 PASSENGER VAN
(1 UNIT)
TOTAL COST
Jay Auto Group (Columbus, GA) $ 17,552.75 $ 21,672.63
Mike Patton Ford (Opelika, AL) $ 20,100.00 $ 17,548.00
Bill Heard Chevrolet (Union City, GA) 1 $ 16,712.00
$ 20,666.00
Legacy Ford Mercury, Inc. (McDonough, GA $ 18,583.00 $
18,161.00
Allan Vigil Ford (Morrow, GA) $ 18,607.00 $ 17,683.00
Mike Davidson Ford (Jacksonville, FL) 2 $ 18,776.00
$ 17,798.00
Bill Heard Chevrolet (Columbus, GA) $ 19,560.00 $
20,400.00
Rivertown Ford (Columbus, GA) $ 19,600.00 NO BID
1 Bill Heard Chevrolet (Union City, GA) failed to include the required
acknowledgement of Addendum No. One. Therefore, the vendor?s bid was deemed
incomplete.
2 Mike Davidson Ford failed to include the required product literature.
Therefore, the vendor?s bid was deemed incomplete.
Funds for both vans are budgeted in FY05 Budget, 1999 SPLOST, Police/Fire,
Vehicles/Equipment, Light Trucks, Vehicles ? Sheriff;
0540-695-2123-TXSH-7721-50130- 2005V.
* * * * * * *
(H) EMERGENCY PURCHASE OF A SEDAN
It is requested that Council authorize payment for the emergency purchase of a
pursuit sedan from Bill Heard Chevrolet in the amount of $16,691.00.
The pursuit sedan is a replacement for a Fire/EMS vehicle that was totaled in
an accident. The City employee was not at fault in the accident, therefore, it
is expected the City will receive approximately $14,900 from the insurance
settlement. The last pursuit sedans were purchased from Bill Heard Chevrolet
in March of 2004 (per Bid No. 04-0040; Sedans, Police Pursuit, Four Door). The
City Manager has approved this purchase as an emergency procurement, per the
Procurement Ordinance, Article 3-115.
Funds for the pursuit sedan are available in FY05 Budget, General Fund ?
Miscellaneous ? Non-Categorical ? Automobiles; 0101-590-3000-NCAT-7721.
* * * * * * *
(I) EXCAVATORS ? RFB NO. 05-0023
It is requested that Council authorize the purchase of one (1) hydraulic
excavator from Tractor & Equipment Company in the amount of $249,500.00.
The excavator is a replacement unit and will be used by the Street Improvement
Division of the Public Services Department to grade slopes, clean ditches,
creeks, detention ponds and cut down shoulders on roadways throughout the City.
Thirty-nine bid invitations were mailed. One bid was received on October 27,
2004. This is the only vendor that makes this type of excavator. This bid has
been advertised, opened and reviewed. The bidder was:
Vendors (1 UNIT)
TOTAL COST
Tractor & Equipment (Columbus, GA)
$ 249,500.00
Funds for the excavator are budgeted in FY05 Budget, Paving Fund ? Public
Services ? Street Improvements ? Off Road Equipment; 0203-260-2100-STRT-7725.
* * * * * *
(J) SURPLUS FIRE EQUIPMENT
It is requested that Council approve the declaration of 171 sets of turnout
gear as surplus, in accordance with Section 7-501 of the Charter of Columbus
Consolidated Government. The Columbus Fire and Emergency Medical Services will
soon take delivery of 171 sets of newly purchased turnout gear. The surplus
turnout gear is worn out, unserviceable and in some cases unsafe for use. Due
to Homeland Security policies, the City cannot auction the turnout gear that is
being replaced. Therefore, the equipment will be donated to two volunteer
fire departments requesting the surplus turnout gear: Friendship Fire
Department and Whigham Fire Department.
?ITEM A?
A RESOLUTION
NO._________
A RESOLUTION AUTHORIZING THE PURCHASE OF DRESS AND WORK UNIFORMS FROM ALL
AMERICAN ON AN ?AS NEEDED BASIS? FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF
$570,838.36.
WHEREAS, the uniforms will be utilized by various departments to
include Police, Sheriff, Marshal, MCPrison, Fire/EMS, Public Service, Metra,
Inspections & Codes, Engineering, Parks and Recreation, and the Civic Center.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:
That the City Manager, or his designee, is hereby authorized to purchase dress
and work uniforms from All American on an ?as needed basis? for the estimated
annual contract value of $570,838.36. Funds are budgeted each Fiscal Year for
on going expense; Police, Sheriff, Marshal, MCP, Fire/EMS, Public Services,
METRA, Inspection & Code, Engineering, Parks and Recreation, and the Civic
Center - Uniforms, 0101-400-2200-STAF-6781, 0101-550-1000-SHRF-6781,
0101-530-3000-MRSH-6781, 0101-420-1000-MCP-6781, 0101-410-3610-LOGI-6781,
0101-260-2300-VHCL-6781, 0203-260-3110-REPR-6781, 0203-260-2100-STRT-6781,
0202-260-3210-SWRM-6781, 0203-260-3120-ROWM-6781, 0207-260-3510-GARB-6781,
0101-260-2400-SPCL-6781, 0751-610-2200-METM-6781, 0751-610-2300-METD-6781,
0751-610-2100-METO-6781, 0101-240-2200-INSP-6781, 0757-160-1000-CIVC-6781,
0203-250-2200-ROAD-6781, 0202-250-2300-DRAN-6781, 0202-250-2600-STRM-6781,
0101-270-2100-PSRV-6781, 0101-270-2400-RECR-6781, 0101-270-3505-CSOP-6781.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
___________ day of ____________, 2004 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 Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh 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 TRACTOR FROM MELSON TRACTOR
COMPANY IN THE AMOUNT OF $14,929.60
WHEREAS, Per annual contract, Bid No.01-0045, the City currently leases
one tractor, a Kubota M6800, at a cost of $650 per month or $5,850 for nine (9)
months. The tractor will be used for cutting of the City?s Right-of-Ways as
well as other work performed by the division. Grass is cut year round and it
is much more economical to purchase the tractor than it is to lease.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:
That the City Manager, or his designee, is hereby authorized to purchase one
tractor from Melson Tractor Company in the amount of $14,929.60. Funds are
available in FY05 Budget. Public Services, Right of Way Maintenance ? Off Road
Equipment; 0203-260-3120-ROWM-7725.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
___________ day of ____________, 2004 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 Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh 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 CONTRACT WITH OCCUPATIONAL MEDICINE
TO PROVIDE EMPLOYEE PHYSICALS ON AN ?AS NEEDED BASIS? FOR VARIOUS DEPARTMENTS.
WHEREAS, an RFP was administered (RFP No. 05-0003) and three proposals were
received; and,
WHEREAS, the proposal submitted by Occupational Medicine, met all
proposal requirements and was evaluated most responsive to the RFP; and,
WHEREAS, the initial term of the contract shall be for two years, with
the option to renew for three (3) additional twelve-month periods. The
contract renewal will be contingent upon the mutual agreement of the City and
the Contractor.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager, or his designee, is hereby authorized to execute a
contract with Occupational Medicine to provide employee physicals on an ?as
needed basis? for various departments. Funds are budgeted each fiscal year for
this ongoing expense; Various Departments - Pre-Employment Physicals.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
___________ day of ____________, 2004 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 Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
__________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM D?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING REIMBURSEMENT TO VERIZON WIRELESS IN THE AMOUNT OF
$11,562.14 FOR E-911 RECURRING CHARGES FOR APRIL, MAY AND JUNE 2004; AND
APPROVE REIMBURSEMENTS FOR FUTURE RECURRING CHARGES.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager, or his designee, is hereby authorized to
reimburse Verizon Wireless in the amount of $11,562.14 for E-911 recurring
charges for April, May and June 2004, and approve reimbursements for future
recurring charges. Funds, for the pending reimbursement, are budgeted in FY05
Budget; Emergency Telephone Fund, Police - E911 Wireless Surcharge;
0209-400-3220-E911-6627. Funding for reimbursements for future recurring
charges will be budgeted as needed in the appropriate fiscal year.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of _________________, 2004 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 GEOTECHNICAL AND ENVIRONMENTAL CONSULTANTS
IN THE AMOUNT OF $12,268.50 FOR GEOTECHNICAL SERVICES RELATED TO AN ADDENDUM TO
THE CORRECTIVE ACTION PLAN FOR THE FUEL TANKS AT THE FLEET SHOP.
WHEREAS, EPD mandated the execution of an addendum to the original CAP
to acquire additional data about the gasoline release and the subsurface media
(soil/groundwater). This information was used to evaluate the release in the
subsurface, particularly with regards to its impact to any downgradient
receptors (wells, surface water bodies, etc?); and,
WHEREAS, The vendor was chosen to perform the addendum because they
executed the original corrective action plan while under annual contract with
the city for Geotechnical and Environmental Testing Services.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager, or his designee, is hereby authorized to make
payment to Geotechnical and Environmental Consultants (Macon, Georgia) in the
amount of $12,268.50 for geotechnical services related to an addendum to the
corrective action plan for the fuel tanks at the fleet shop. Funds are
available in the FY05 budget; Sewer Fund Supported Capital
Projects-Contingency-Fleet Management-EPA; 0508-660-2000-9801-20771
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of _________________, 2004 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 F?
A RESOLUTION
NO.___________
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH BAILEY-HARRIS
CONSTRUCTION COMPANY TO CONSTRUCT AN ANIMAL SHELTER AND PAWS OFFICES.
WHEREAS, an RFP was administered (RFP No. 05-0004) and eight proposals were
received; and,
WHEREAS, the proposal submitted by Bailey-Harris Construction Company
met all proposal requirements and was evaluated most responsive to the RFP.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager, or his designee, is hereby authorized to execute a
contract with Bailey-Harris Construction Company to construct an animal shelter
and PAWS office, subject to provision of a letter of credit, satisfactory to
the Finance Department and for the benefit of Columbus, Georgia, sufficient to
complete construction of the project prior to such contract execution.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
___________ day of ____________, 2004 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 Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
__________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
ITEM G?
A RESOLUTION
NO._________
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) 7-PASSENGER VANS FROM JAY AUTO
GROUP IN THE AMOUNT OF $17,552.75; AND ONE (1) 15-PASSENGER VAN FROM MIKE
PATTON FORD IN THE AMOUNT OF $17,548.00.
WHEREAS, The 7-passenger van will be used by the Sheriff?s Department
to transport officers to and from various activities and training events both
in and out of Muscogee County. The 15-passenger van will be used by the Motor Transport Division of the
Sheriff?s Department as the Juvenile Court van. It will be used to transport
inmates. Both vans are replacement vehicles.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:
That the City Manager, or his designee, is hereby authorized to purchase one
(1) 7-Passenger Vans from Jay Auto Group in the amount of $17,552.75; and one
(1) 15-Passenger Van from Mike Patton Ford in the amount of $17,548.00. Funds
for both vans are budgeted in FY05 Budget; 1999 SPLOST, Police/Fire,
Vehicles/Equipment, Light Trucks, Vehicles ? Sheriff;
0540-695-2123-TXSH-7721-50130-2005V.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the ___________ day of ____________, 2004 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 Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
__________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
ITEM H?
A RESOLUTION
NO._________
A RESOLUTION AUTHORIZING THE PAYMENT FOR THE EMERGENCY PURCHASE OF A PURSUIT
SEDAN FROM BILL HEARD CHEVROLET IN THE AMOUNT OF $16,691.00.
WHEREAS, The pursuit sedan is a replacement for a Fire/EMS vehicle that
was totaled in an accident. The City employee was not at fault in the
accident, therefore, it is expected the City will receive approximately $14,900
from the insurance settlement. The last pursuit sedans were purchased from
Bill Heard Chevrolet in March of 2004 (per Bid No. 04-0040; Sedans, Police
Pursuit, Four Door). The City Manager has approved this purchase as an
emergency procurement, per the Procurement Ordinance, Article 3-115.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:
That the City Manager, or his designee, is hereby authorized to make payment
for the emergency purchase of a pursuit sedan from Bill Heard Chevrolet in the
amount of $16,691.00. Funds for the pursuit sedan are in FY05 Budget, General
Fund ? Miscellaneous ? Non-Categorical ? Automobiles; 0101-590-3000-NCAT-7721.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
___________ day of ____________, 2004 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 Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
__________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM I?
A RESOLUTION
NO._________
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) MULTI-PURPOSE EXCAVATOR FROM
TRACTOR & EQUIPMENT COMPANY IN THE AMOUNT OF $249,500.00
WHEREAS, The excavator is a replacement unit and will be used by the
Street Improvement Division of the Public Services Department to grade slopes,
clean ditches, creeks, detention ponds and cut down shoulders on roadways
throughout the City.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:
That the City Manager, or his designee, is hereby authorized to purchase one
(1) multi-purpose excavator from Tractor & Equipment Company in the amount of
$249,500. Funds for the excavator 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 ____________, 2004 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 Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
__________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM J?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE DECLARATION OF 171 SETS OF TURNOUT GEAR AS
SURPLUS, IN ACCORDANCE WITH SECTION 7-501 OF THE CHARTER OF COLUMBUS
CONSOLIDATED GOVERNMENT.
WHEREAS, The Columbus Fire and Emergency Medical Services will soon
take delivery of 171 sets of newly purchased turnout gear. The surplus turnout
gear is worn out, unserviceable and in some cases unsafe for use. Due to
Homeland Security policies, the City cannot auction the turnout gear that is
being replaced. Therefore, the equipment will be donated to two volunteer
fire departments requesting the surplus turnout gear: Friendship Fire
Department and Whigham Fire Department.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager, or his designee, is hereby authorized to declare 171
sets of turnout gear as surplus, in accordance with Section 7-501 of the
Charter of Columbus Consolidated Government.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
___________ day of ____________, 2004 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 Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
__________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
DATE: November 30, 2004
TO: Mayor and Councilors
FROM: Angela Cole, Director of Finance
SUBJECT: Advertised Bids
November 30, 2004
1. Program Instructors for the Dept of Parks & Recreation, Community
Schools Division (Annual Contract) ? RFP No. 05-0008
Scope of RFP
Provide Parks and Recreation, Community Schools Division with instruction in
various activities to participants in the Before and After School Programs
operated by the Community Schools Division. The term of contract shall be for
two years, with the option to renew for three (3) additional twelve-month
periods. Contract renewal shall be contingent upon the mutual agreement of the
City and the Contractors.
December 1, 2004
1. Railroad Crossing-Precast Concrete Panels (Annual
Contract) ? RFB No. 05-0036
Scope of Bid
Provide railroad crossing-precast concrete railroad panels to Columbus
Consolidated Government on an ?as needed basis?. The term of contract shall be
for two years, with the option to renew for three (3) additional twelve-month
periods. Contract renewal shall be contingent upon the mutual agreement of the
City and the Contractors.
2. Roof Restoration at Various Locations ? RFB No. 05-0018
Scope of Bid
Provide all labor, equipment and materials to install new modified bituminous
membrane roofing systems at the Public Safety Building, Public Services
Building, Comer Gym and Pop Austin Gym; and a new elastometric coating system
for metal roof restoration at Carver Park. Vendors are not required to submit
bids for all locations.
Written requests for approval of any materials submitted on this project as
"Equals or Substitutes" for the specified material must be submitted prior to
or at the mandatory pre-bid conference/site visit.
December 10, 2004
1. Red Light Enforcement System (Annual Contract) ? RFP No. 04-0024
Scope of RFP
Furnish, install, implement and maintain an automated red light enforcement
system for the City of Columbus, Georgia. The contract will run for one (1)
year from the award date with provision to renew in one (1) year intervals for
three (3) additional years based on satisfactory compliance.