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 #____7___
Columbus Consolidated Government
Council Meeting
March 15, 2005
Agenda Report #____42____
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) TRIAGE TRACKING DEVICES ? RFP NO. 05-0013
It is requested that Council authorize the purchase of fifteen (15) triage
tracking devices from Disaster Management Solutions, Inc., for use by Columbus
Fire and Emergency Medical Services. Disaster Management Solutions will
provide a state-of-the-art patient tracking system that utilizes proven
technologies to capture, report and distribute vital patient information in the
event of a mass casualty incident. The system is designed to work with
bar-coded triage tags.
Requests for proposals were mailed to one hundred and two vendors, and this RFP
has been advertised. Proposals were received on January 20, 2005, from two
offerors:
Disaster Management Solutions, Inc. (Pomona, CA)
Raytheon Intelligence & Information Systems (Reston, VA)
Proposals were reviewed by the Evaluation Committee, which consisted of
representatives from Columbus Fire and Emergency Medical Services.
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.
Funds are available in the FY05 Budget, Fire & EMS - Operations - Capital
Expenditures over $5000; 0101-410-2100-FOPR-7761.
* * * * * *
(B) FIREFIGHTING ACCESSORIES - (ANNUAL CONTRACT) - RFB NO. 05-0049
It is requested that Council approve the purchase of firefighting accessories
from Axis Fire Supply, Inc., W.S. Darley & Co. and Fireline, Inc. for the
estimated annual contract value of $19,969.50. The firefighting accessories,
which include gloves, boots and helmets, will be ordered on an ?as needed
basis?.
The term of the contract shall be for three years with the option to renew for
two additional twelve-month periods. The renewal will be contingent upon the
mutual agreement of the City and the Contractor.
Ninety-six bid invitations were mailed; five bids were received January 19,
2005. This bid has been advertised, opened and reviewed. The bidders were:
Description/Vendor Helmets
Est. Qty: 75 Gloves
Est. Qty: 75 Boots
Est. Qty: 75
Axis Fire Supply, Inc.
(Jacksonville, FL) 169.41 (unit)
12,705.75 (total) 37.74 (unit)
2,830.50 (total) 90.95 (unit)
6,821.25 (total)
Fireline, Inc.
(Lawrenceville, GA) 169.00 (unit)*
12,675.00 (total) 38.75 (unit)
2,906.25 (total) 61.55 (unit)
4,616.25 (total)
W.S. Darley & Co.
(Melrose Park, IL) 186.15 (unit)
13,961.25 (total) 35.30 (unit)
2,647.50 (total) 91.00 (unit)
6,825.00 (total)
Harless Fire Equipment
(Bessemer, AL) No bid 48.00 (unit)
3,600.00 (total) 63.00 (unit)
4,725.00 (total)
NAFECO
(Decatur, GA) Incomplete** 44.29 (unit)
3,321.75 (total) Incomplete**
*Fireline quoted Cairns Helmets, which does not match the existing inventory.
The Fire & EMS Department currently has 400 ?Bullard? helmets in service,
including repair parts. The Department wishes to continue to purchase
?Bullard? helmets to maintain uniformity.
** NAFECO failed to provide the required product/specification.
Funds are budgeted each fiscal year for this ongoing expense; Fire & EMS -
Logistic/Support ? Operating Materials, 0101-410-3610-LOGI-6728.
* * * * * * * *
(C) FURNITURE FOR OFFICE OF HOMELAND SECURITY
It is requested that Council approve the purchase of furniture, for the Office
of Homeland Security, from National, in care of The Overby Company, in the
amount of $13,700.32. The purchase will be made via Georgia State Wide
Contract #S-030748, for which The Overby Company is an authorized dealer for
National.
The furniture includes chairs, desks, hutch units etc?and will be used to
furnish the Office of Homeland Security, which will be located in the basement
of the Public Safety Building. This furniture matches the present throughout
the Public Safety Building.
Funds are available in the FY05 Budget: Multi-Govt. Project Fund ? Police ?
Local Law Enforcement Grant ? Furniture; 0216-400-3360- LLEG - 7731.
* * * * * * * *
(D) ANNUAL MAINTENANCE COST BELLSOUTH CISCO/AVVID IP PHONE SYSTEM
It is requested that Council approve payment to BellSouth for the annual
maintenance for all Cisco equipment and software license renewal, included in
the IP Telephony network in five locations: the Government Center, Annex,
Public Safety Complex, Fox Recreation Center and the Trade Center. The annual
cost of network and equipment coverage, known as BellSouth DataCare, is
$83,889.62 to be paid in twelve monthly payments. The monthly payments will be
included in the monthly phone bill in the amount of $6,990.80.
The BellSouth DataCare IP Telephony Manager is a continuance of the existing
Cisco/BellSouth hardware and software maintenance purchased last year with the
new Cisco AVVID IP Phone System through BellSouth. The maintenance is
renewable each year on or before the anniversary date of March 31st. Only
BellSouth has a complete end-to-end solution for all voice and data issues from
both an equipment and network perspective including the BellSouth CO (Central
Office) network. Consequently, this maintenance and service is available only
through BellSouth.
Funds are budgeted in the FY05 Budget: Information Technology ? Telephone;
0101-210-1000-ISS-6621.
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF FIFTEEN (15) TRIAGE TRACKING DEVICES
FROM DISASTER MANAGEMENT SOLUTIONS, INC., BY COLUMBUS FIRE AND EMERGENCY
MEDICAL SERVICES.
WHEREAS, an RFP was administered (RFP No. 05-0013) and two proposals were
received; and,
WHEREAS, the proposal submitted by Disaster Management Solutions, Inc.,
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 fifteen (15) triage
tracking devices from Disaster Management Solutions, Inc., for use by Columbus
Fire and Emergency Medical Services. Funds are available in the FY05 Budget,
Fire & EMS ?
- Operations - Capital Expenditures over $5000; 0101-410-2100-FOPR-7761.
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 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 FIREFIGHTING ACCESSORIES ON AN ?AS
NEEDED BASIS? FROM AXIS FIRE SUPPLY, INC., FIRELINE, INC., AND W.S. DARLEY &
CO. FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $19,969.50.
WHEREAS, the contracted vendors will provide firefighting helmets, boots and
gloves on an ?as needed basis; and,
WHEREAS, the contract term shall be for three years with an option to
renew for two additional twelve month periods. Renewal of the contract is
contingent upon the mutual agreement of the City and the Contractors.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase firefighting accessories
on an ?as needed basis? from Axis Fire Supply, Inc., Fireline, Inc., and W.S.
Darley & Co.for the estimated annual contract value of $19,969.50. Funds are
budgeted each fiscal year for this ongoing expense; Fire & EMS -
Logistic/Support ? Operating Materials, 0101-410-3610-LOGI-6728.
______________________________
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 __________.
Councilor Davis __________.
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 PURCHASE OF FURNITURE FOR THE OFFICE OF HOMELAND
SECURITY FROM NATIONAL IN CARE OF THE OVERBY COMPANY IN THE AMOUNT OF
$13,700.32.
WHEREAS, The purchase will be made via Georgia State Wide Contract #S-030748,
for which The Overby Company is an authorized dealer for National; and,
WHEREAS, The furniture includes chairs, desks, hutch units etc?and will be used
to furnish the Office of Homeland Security, which will be located in the
basement of the Public Safety Building. This furniture matches the current
furniture throughout the Public Safety Building.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase furniture for
the Office of Homeland Security from National in care of The Overby Company in
the amount of $13,700.32. Funds are budgeted in FY05 Budget: Multi-Govt.
Project Fund ? Police ? Local Law Enforcement Grant ? Furniture; 0216-400-3360-
LLEG - 7731.
______________________________
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 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 PAYMENT TO BELLSOUTH FOR THE ANNUAL MAINTENANCE FOR
ALL CISCO EQUIPMENT AND SOFTWARE LICENSE RENEWAL, INCLUDED IN THE IP TELEPHONY
NETWORK IN FIVE LOCATIONS: THE GOVERNMENT CENTER, ANNEX, PUBLIC SAFETY
COMPLEX, FOX RECREATION CENTER AND THE TRADE CENTER. THE ANNUAL COST OF
NETWORK AND EQUIPMENT COVERAGE, KNOWN AS BELLSOUTH DATACARE, IS $83,889.62 TO
BE PAID IN TWELVE MONTHLY PAYMENTS. THE MONTHLY PAYMENTS WILL BE INCLUDED IN
THE MONTHLY PHONE BILL IN THE AMOUNT OF $6,990.80.
WHEREAS, The BellSouth DataCare IP Telephony Manager is a continuance of the
existing Cisco/BellSouth hardware and software maintenance purchased last year
with the new Cisco AVVID IP Phone System through BellSouth. The maintenance is
renewable each year on or before the anniversary date of March 31st. Only
BellSouth has a complete end-to-end solution for all voice and data issues from
both an equipment and network perspective including the BellSouth CO (Central
Office) network. Consequently, this maintenance and service is available only
through BellSouth.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to make payment to BellSouth for the
annual maintenance for all Cisco equipment and software license renewal
included in the IP Telephony network in five locations: the Government Center,
Annex, Public Safety Complex, Fox Recreation Center and the Trade Center. The
annual cost of network and equipment coverage, known as BellSouth DataCare, is
$83,889.62 to be paid in twelve monthly payments. The monthly payments will be
included in the monthly phone bill in the amount of $6,990.80. Funds are
budgeted in FY05 Budget: Information Technology ? Telephone;
0101-210-1000-ISS-6621.
______________________________
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 Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
__________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
DATE: March 15, 2005
TO: Mayor and Councilors
FROM: Angela Cole, Director of Finance
SUBJECT: Advertised Bids
March 16, 2005
1. Rehabilitation of the Ma Rainey Home ? RFB No. 05-0054
Scope of Bid
Provide rehabilitation of the Ma Rainey Home, which is a historic building.
All work shall be performed in accordance with the Secretary of Interior?s
Standards for Rehabilitation. The work includes, but is not limited to,
construction of a new parking area; selective demolition of all existing
electrical wiring, electrical panels, plumbing and gas piping, foundation
repair; rehabilitation to the building?s exterior; installation of new
electrical, plumbing and mechanical systems; installation of new insulation;
rehabilitation, repair and/or replacement of all interior wall and ceiling
finishes; rehabilitation and repair of all interior and exterior doors and
windows; minor structural work on stairway; rehabilitation and repair, or
replacement of wood flooring; new architectural woodwork and cabinetry; a
fire/alarm security system.
2. Top Dresser (Re-Bid) ? RFB No. 05-0056
Scope of Bid
Provide one (1) turf top dresser to be used by the Park Services Division.
March 18, 2005
1. Engineering Services Related to the Construction of Pine Grove MSW
Landfill Phase 3 ? Cells 3A, 3B, 3C, 3D, 3E and 3F ? RFP No. 05-0016
Scope of RFP
Columbus Consolidated Government is requesting proposals to provide
Construction Documents, Construction Administration, and Construction Quality
Assurance (CQA) Services during the construction of Phase 3, Cells 3A, 3B, 3C,
3D, 3E, and 3F of the Pine Grove Municipal Solid Waste Landfill (MSW).
Services should include relevant engineering and design, surveying,
construction administration, construction inspection, materials sampling and
testing, preparation of analytical reports, and all other reporting necessary
to satisfy regulatory provisions for CQA documentation.
March 23, 2005
1. Playground Mulch (Annual Contract) ? RFB No. 05-0057
Scope of Bid
Provide playground mulch to the Columbus Parks and Recreation Services
on an ?as needed? basis. The contract period will be for three years with the
option to renew for two additional twelve-month periods.
2. Pool Chemicals (Annual Contract) ? RFB No. 05-0058
Scope of Bid
Provide water treatment chemicals to be used in the City?s swimming
pools for Parks & recreation on an ?as needed basis?. The contract period will
be for three years with the option to renew for two additional twelve- month
periods.
March 25, 2005
1. Geotechnical-Environmental Testing Services (Annual Contract) ? RFP No.
05-0015
Scope of RFP
Provide Columbus Consolidated Government, Engineering Department with
geotechnical environmental testing services for soil and construction material
testing for the development or design of various construction projects on an
?as needed basis?. Contract term shall be for three years, with the option to
renew for two additional twelve-month periods. Contract renewal will be
contingent upon the mutual agreement of the City and the Contractor (s).
2. Grinding & Disposal of Yard Waste Material (Annual Contract) ? RFP No.
05-0014
Scope of RFP
Provide proposals to operate a program to Grinding and Dispose of Yard Waste
Material for the Columbus Consolidated Government, Public Services Department.
Contract term shall be for three years, with the option to renew for two
additional twelve-month periods. Contract renewal will be contingent upon the
mutual agreement of the City and the Contractor.
April 18, 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 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.