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 # 4
Columbus Consolidated Government
Council Meeting
October 18, 2005
Agenda Report # 56
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) VETERANS PARKWAY STREETSCAPE ENHANCEMENT PLAN ? RFP NO. 05-0010
It is requested that Council authorize the execution of a negotiated contract
with Jordan, Jones, & Goulding, Inc., (Columbus, GA) to provide a streetscape
enhancement plan for Veterans Parkway. The City, on behalf of Trees Columbus,
has received a Transportation Enhancement grant form the State of Georgia for
the streetscape enhancement plan. The project is anticipated to begin at
Victory Drive (4th Street) in front of the Columbus Civic Center, and proceed
approximately 1.2 miles north to the 13th Street Intersection.
The objectives of the plan include the following:
A. Statement Of Strategic Overview Which Will Include:
? A ?vision? for this section of Veterans Parkway
? Specific streetscape enhancement goals
B. Streetscape Enhancement Plan, To Include:
? Trees and landscaping
? Sidewalk paving materials
? Utility location
? Lighting
? Street Furniture
? Graphics
? Other features as may be required
C. Implementation Schedule, By Phase If Appropriate
D. Budget, By Phase, Including:
? Hard costs
? Soft costs
E. Presentation Materials For Use To Educate The Public On This Project to
Include:
? A Summary Booklet that can be easily reproduced by computer
technology, to include plans, sections and all renderings.
? A Microsoft Power Point presentation explaining the potential and need for
this project.
Requests for proposal invitations were mailed to two hundred and twenty-seven
vendors and this RFP has been advertised. Nine proposals were received on
February 11, 2005:
Jordan, Jones & Goulding (Columbus, GA)
Altamira Design & Common Sense (Atlanta, GA)
Clough Harbour & Associates (Atlanta, GA)
Hecht Burdeshaw Johnson Kidd & Clark (Columbus, GA)
Post Buckley Schuh & Jernigan (Atlanta, GA)
Robert & Company (Atlanta, GA)
Rosser International (Atlanta, GA)
Trans System Design (Atlanta, GA)
Tunnell-Spangler & Associates (Atlanta, GA)
The proposals were reviewed by the Evaluation Committee, which consisted of
representatives from the Transportation Planning Division, Public Services
Department, Traffic Engineering Division and Trees Columbus. Additional
representatives from the Transportation Planning Division and Trees Columbus
served in advisory capacities
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.
Evaluation results and cost information have been presented to the City Manager
in a separate memo.
Funding is available from a Transportation Enhancement grant from the State of
Georgia.
* * * * * *
(B) MOBILE DATA TERMINAL HARDWARE MAINTENANCE AND SUPPORT
It is requested that Council authorize payment to Motorola Communication
Enterprise (Schaumburg, IL) in the amount of $55,900 for hardware maintenance
and support of MW520 and MW800 models of mobile data terminals. The
maintenance provides hardware support and repair on a 24 x 7 x 365 schedule for
mobile data terminals installed in vehicles of the Police Department, Sheriff?s
Office, Fire Department, Marshal?s Office and Inspections & Codes.
All of the equipment is manufactured by Motorola and is proprietary in nature.
Therefore, this payment is considered an Only Known Source, per Section 3-114
of the Procurement Ordinance.
Funds are budgeted in FY06 Budget, Information Technology ? Computer Equipment
Maintenance; 0101-210-1000-ISS-6511.
* * * * * *
(C) INMATE SUPPLIES (ANNUAL CONTRACT) - RFB NO. 06-0004
It is requested that Council approve the purchase of inmate supplies from
Textile Sales, Inc., O.D. Targin & Bros., LLC, Bob Barker Company, Inc.,
Georgia Correctional Industries, Robinson Textiles, Inc., Charm-Tex, Tabb
Textile Co., Inc., and AmerCare Products, Inc., for the estimated annual
contract value of $171,280.50. The supplies consist of mattresses, linen,
clothing, toiletries and dinnerware. The inmate supplies will be purchased by
Muscogee County Jail and Muscogee County Prison on an "as needed" basis. The
contract term will be for two years with the option to renew for three
additional twelve-month periods.
Bid specifications were posted on the City?s website; eighteen bids were
received August 31, 2005 from the following vendors: Textile Sales, Inc.,
Jonathan Shapiro, Bob Barker Company, Inc., GA Correctional Industries, O.D.
Taragan & Bros, Loveline Industries, Inc., Acme Supply, Robinson Textile, Inc.,
Pro Corr Outfitters, Design Specialist, Inc., ATD-American Company, Charm-Tex,
American Dawn, Tabb Textile Company, Inc., AmerCare Products, Inc., Boxer
Rebellion, ICS and Supreme Sales. This bid has been advertised, opened and
reviewed. The recommended bidders per line item are as follows:
VENDOR/ITEMS EST. USAGE
1 YEAR UNIT
COST TOTAL
COST
Textile Sales Inc. (Baltimore, MD)
Blankets
Wash Cloth
20 dozen
525 dozen
53.20/dozen
1.05/dozen
1,064.00
551.25
$ 1,615.25
O.D. Taragin & Bros., LLC (Baltimore, MD)
Toboggans
60 dozen
6.94/each
$ 416.40
Bob Barker Company, Inc. (Fuquay-Varina, NC)
Socks
Undershirts
Belts
Jackets
Jumpsuits
Shower Shoes (MCJ)
Men?s Shower Shoes (MCP)
Sanitary Napkins
Feminine Hygiene
Toothpaste
Toothbrushes
Shampoo
Soap (MCJ)
Soap (MCP)
Razor
Food Trays (MCP)
Tumbler
Plates
Mugs
Flatware
Handcuff
Pants
Shirts
Mattresses (MCP)
Mattresses (MCJ)
Work Boots
Deodorant
300 dozen
100 dozen
300 each
300 each
100 each
500 pair
2,200 pair
100 cases
800 cases
475 cases
150 cases
100 cases
400 cases
45 cases
100 cases
35 dozen
1 case
10 dozen
63 dozen
100 case
20 cases
3,640 each
2,770 each
30 each
1,000 each
217 pair
50 cases
4.80/dozen
23.40/dozen
1.00/each
15.30/each
13.80/each
1.37/pair
0.51/pair
29.00/case
11.04/case
13.40/case
4.40/case
47.50/case
27.80/case
36.80/case
74.00/case
29.50/dozen
22.00/case
21.00/dozen
15.00/dozen
11.00/case
13.60/case
3.80/each
4.17/each
31.75/each
28.95/each
10.45/pair
25.00/case
1,440.00
2,340.00
300.00
4,590.00
1,380.00
685.00
1,122.00
2,900.00
8,832.00
6,365.00
660.00
4,750.00
11,120.00
1,656.00
7,400.00
1,032.50
22.00
210.00
945.00
1,100.00
272.00
13,832.00
11,550.90
952.50
28,950.00
2,267.65
1,250.00
$ 117,924.05
Georgia Correction Industries (Decatur, GA)
Work Shirts
Work Pants
Thermal Tops
Thermal Bottoms
Work Caps
Laundry Bags
400 each
650 each
300 each
300 each
400 each
50 dozen
6.80/each
8.00/each
2.56/each
2.56/each
1.67/each
28.56/dozen
2,720.00
5,200.00
768.00
768.00
668.00
1,428.00
$ 11,552.00
Robinson Textile, Inc. (Gardenz, CA)
Canvas Shoes
500 pair
2.18/pair
$ 1,090.00
Charm-Tex (Brooklyn, NY)
Briefs
Pillows
Pillowcases
Sheets
Bath Towels
Mattress Covers
100 dozen
40 each
300 each
600 each
500 dozen
4,000 each
8.90/dozen
4.72/each
0.64/each
1.72/each
9.72/dozen
5.18 each
890.00
188.80
192.00
1,032.00
4,860.00
20,720.00
$27,882.80
Tabb Textile Co., Inc. (Opelika, AL)
Blankets (MCP)
1,200 each
6.60/each
$ 7,920.00
AmerCare Products, Inc. (Seattle, WA)
Shampoo
100 cases
28.80/case
$ 2,880.00
GRAND TOTAL
$ 171,280.50
*Supreme, Pro Corr Outfitters, Acme Supply Co., LTD, Loveline Industries, Inc.,
ICS and ATD-American Co., failed to submit the following required information:
Company business license. Therefore, their bids were deemed incomplete.
Funds are budgeted each fiscal year for this ongoing expense, Muscogee County
Jail - Operating Materials; 0101-550-2600-JAIL-6728 and Muscogee County Prison
- Operating Materials and Prison Clothing; 0101-420-1000-MCCI-6728 and
0101-420-1000-MCCI-6782.
(D) HVAC SYSTEM UPGRADE FOR FIRE STATIONS #1 AND #6 ? RFB NO.
05-0092
It is requested that Council authorize the purchase and installation of HVAC
system upgrades for Fire Stations #1 and #6 from Holbrook Services (Columbus,
GA) in the amount of $133,265.00.
The Contractor will provide all labor, equipment and materials to provide and
install HVAC systems at Fire Station #1 (205 10th Street) and Fire Station #6
(1126 Brown Avenue). The current HVAC systems are no longer operating
efficiently and need to be replaced.
Thirty-nine bid invitations were mailed. A mandatory pre-bid conference/site
visit was held July 12, 2005 and five vendors attended. This bid has been
advertised, opened and reviewed. Bids were received from the following two
vendors:
Description Holbrook Services (Columbus, GA) *Johnson HVAC
(Hamilton, GA)
Fire Station #1 $67,455.00 $94,680.00
Fire Station #6 65,810.00 71,020.00
Total Bid Amount $133,265.00 $165,700.00
*Johnson HVAC failed to submit a bid bond and insurance certification.
Therefore, the vendor?s bid was deemed incomplete.
Funds are budgeted in FY06 Budget, General Fund Supported Capital Projects ?
General Construction ? Fire Stations #1 and #6 ? HVAC;
0508-660-1000-CPGF-6561-22222-20050-0.
"ITEM A"
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF A NEGOTIATED CONTRACT WITH JORDAN,
JONES & GOULDING, INC., TO PROVIDE A STREETSCAPE ENHANCEMENT PLAN FOR VETERANS
PARKWAY.
WHEREAS, an RFP was administered (RFP No. 05-0010) and nine proposals were
received; and,
WHEREAS, the proposal submitted by Jordan, Jones & Goulding, 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 negotiated
contract with Jordan, Jones, & Goulding, Inc., to provide a streetscape
enhancement plan for Veterans Parkway. Funding is available from a
Transportation Enhancement grant from the State of Georgia.
___________________________________
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 PAYMENT TO MOTOROLA COMMUNICATION ENTERPRISE
(SCHAUMBURG, IL) IN THE AMOUNT OF $55,900 FOR MOBILE DATA TERMINAL HARDWARE
MAINTENANCE AND SUPPORT.
WHEREAS, the maintenance provides hardware support and repair on a 24 x
7 x 365 schedule for mobile data terminals installed in vehicles of the Police
Department, Sheriff?s Office, Fire Department, Marshal?s Office and Inspections
& Codes; and,
WHEREAS, all of the equipment is manufactured by Motorola and is proprietary in
nature. Therefore, this payment is considered an Only Known Source, per
Section 3-114 of the Procurement Ordinance.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to make payment to Motorola
Communication Enterprise (Schaumburg, IL) in the amount of $55,900 for mobile
data terminal hardware maintenance and support. Funds are budgeted in FY06
Budget, Information Technology ? Computer Equipment Maintenance;
0101-210-1000-ISS-6511.
________________________________
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 PURCHASE OF INMATE SUPPLIES FROM TEXTILE SALES,
INC., O.D. TARGIN & BROS., LLC, BOB BARKER COMPANY, INC., GEORGIA CORRECTIONAL
INDUSTRIES, ROBINSON TEXTILES, INC., CHARM-TEX, TABB TEXTILE CO., INC., AND
AMERCARE PRODUCTS, INC., FOR THE ESTIMAED ANNUAL CONTRACT VALUE OF $171,280.50.
WHEREAS, the supplies consist of mattresses and linen, clothing, toiletries and
dinnerware, and will be purchased by Muscogee County Jail and Muscogee County
Prison on an "as needed" basis; and,
WHEREAS, the contract term will be for two years with the option to renew for
three additional twelve-month periods.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY
RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase inmate supplies from
Textile Sales, Inc., O.D. Targin & Bros., LLC, Bob Barker Company, Inc.,
Georgia Correctional Industries, Robinson Textiles, Inc., Charm-Tex, Tabb
Textile Co., Inc., and AmerCare Products, Inc., for the estimated annual
contract value of $171,280.50. Funds are budgeted each fiscal year for this
ongoing expense, Muscogee County Jail - Operating Materials;
0101-550-2600-JAIL-6728 and Muscogee County Prison - Operating Materials;
0101-420-1000-MCCI-6782.
______________________________
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 A CONTRACT FOR THE PURCHASE AND INSTALLATION
OF HVAC SYSTEM UPGRADES FOR FIRE STATIONS #1 AND #6 FROM HOLBROOK SERVICES
(COLUMBUS, GA) IN THE AMOUNT OF $133,265.00.
WHEREAS, the Contractor will provide all labor, equipment and materials
to provide and install HVAC systems at Fire Station #1 (205 10th Street) and
Fire Station #6 (1126 Brown Avenue). The current HVAC systems are no longer
operating efficiently and need to be replaced.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to execute a contract for
the purchase and installation of HVAC system upgrades for Fire stations #1 and
#6 from Holbrook Services (Columbus, GA) in the amount of $133,265.00. Funds
are budgeted in FY06 Budget, General Fund Supported Capital Projects ? General
Construction ? Fire Stations #1 and #6 ? HVAC;
0508-660-1000-CPGF-6561-22222-20050-0.
_________________________________________
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