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 15, 2002
Agenda Report #___________
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) FIRE HOSE & ACCESSORIES (ANNUAL CONTRACT) - BID NO. 03-0003
It is requested that Council approve the purchase of fire hose from CL Carder &
Associates and accessories from Carolina Fire Services, Inc., on an ?as needed
basis?, for the estimated contract value of $30,000.00. The contract will
provide fire fighters with fire hose to be used during structural fire
fighting.
The contract term shall be for one year, with the option to renew for two
additional twelve-month periods, contingent upon the mutual agreement of the
City and the Contractor.
Forty-three bid invitations were mailed; ten bids were received August 31,
2002. This bid has been advertised, opened and evaluated. The bidders were:
Description/Vendor Fire Hose
Est. Cost Per Year Fire Hose Accessories
Est Cost Per Year
CL Carder & Associates (Marietta, GA)
$26,997.00
*$796.30
Carolina Fire Services, Inc. (Spartanburg, SC)
**$26,700.00
$2,086.40
NAFECO (Decatur, GA)
**$25,665.00
$8,657.23
American Safety & Fire House (Atlanta, GA)
**$26,520.00
$4,878.00
F.A.S.T, Inc. (Ocala, FL)
$28,020.00
$2,773.50
Municipal Equipment Co. (Orlando, FL)
$28,050.00
$2,432.64
Fireline, Inc. (Lawrenceville, GA)
$32,220.00
$2,644.47
Axis Fire Supply, Inc. (Jacksonville, FL)
$34,595.90
$3,151.92
Columbus Industrial Supply (Columbus, GA)
$35,235.00
$4,684.00
Harless Safety & Fire Supply (Bessemer, AL)
No Bid
$2,309.41
* Vendor did not bid on all accessories.
** Vendors? sample fire hose did not meet weight specifications. Bidders were
notified of the award recommendation by fax and given the opportunity to
respond.
Funds are budgeted each fiscal year for this on going expense; Fire & E.M.S.
Department ? Logistics/Support- Operating Materials; 0101-410-3610-LOGI-6728.
* * * * * *
(B) SAFETY INSPECTIONS OF TAXICABS (ANNUAL CONTRACT) ? RFP NO. 02-0042
It is requested that Council approve safety inspections of taxicabs to be
provided by White?s Automotive Center, Inc., D/B/A Fifty Cent Rent A Car, who
will perform safety inspections of taxicabs on an annual basis. The contractor
shall perform and document safety inspections on the following:
Brakes Tires Muffler
Steering Windshield Other Glass
Brake Lights Back up Lights Rear Lights
Turn Signals Head Lights Horn
Seatbelt: Front Rear
The term of the 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.
Request for proposals were mailed to nineteen vendors and the RFP has been
advertised. One proposal was received, June 28, 2002 from the following
offeror.
White?s Automotive Center, Inc.
D/B/A Fifty Cent Rent A Car (Columbus, GA)
The proposal was reviewed in accordance with Ordinance 96-99, Section 21-3, by
the Columbus Taxicab Commission. During the evaluation process, White?s
Automotive Center, Inc., D/B/A Fifty Cent Rent A Car was deemed 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, this
contract must be re-advertised. Cost information has been submitted to the
City Manager in a separate memo for information purposes.
The fees will be paid by the taxicab owners.
(C) PURCHASE OF PERSONAL COMPUTERS AND EQUIPMENT FOR VARIOUS DEPARTMENTS
It is requested that Council approve the purchase of personal computers and
equipment via Georgia State Contract, IBM WYSCA #94-00151, from Beck and
Associates in the amount of $125,413.77. The following equipment will be
purchased:
Qty. Description Cost Total
13 685065U IBM Intellistation computer $3,074.89 $39,973.57
5 685066U IBM Intellistation computer 4,321.59 21,607.95
1 C6096A HP5000ps Plotter 16,444.00 16,444.00
5 6651U3N IBM 19? Monitor, black 390.39 1,951.95
40 83101AU IBM Desktop Computer: P41.8ghz, 128mb/40gb, Win2K
727.09
29,083.60
30 6656HG2 IBM 15? Flat Screen Monitors 545.09 16,352.70
Total $125,413.77
The computers and equipment will be used in various departments throughout the
City as Phase II of the Technology Bond initiatives. More personal computers
are needed due to the success of the Lotus Notes project. Many employees that
did not have PC?s are now in need because of the systems that have been
written. The demand for more PC?s has increased since Phase I and the need
spans from Juvenile Court to the Police Department to the Super Recreation
Centers.
Funds are budgeted in the FY03 Budget, 1999 SPLOST, - Technology Bond;
0553-200-2436-CBA-7762-0120040208.
* * * * * *
(D) E911 800MHZ RADIO SYSTEM CONSOLE MAINTENANCE AGREEMENT
It is requested that Council authorize the purchase of an annual Maintenance
Agreement (October 2002 through October 2003) for the 911 Center?s 800 MHz.
Radio System Console Equipment and its Central Electronics Bay from Motorola in
the amount of $25,254.48
The Police Department (through the 911 Center) and Sheriff?s Office uses
Motorola Console equipment to dispatch the various Public Safety Units
throughout the City as they are needed. This equipment is a critical part of
Public Safety communications system. It has, since the initial warranty
expired, 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 console system and allows the 911 Center to
continue to operate should the console equipment stop working.
Funds are budgeted in FY03 Budget, Emergency Telephone Fund ? Police - E911 ?
Service Contracts; 0209-400-3220-E911-6513.
* * * * * *
(E) E911 TELEPHONE SYSTEM MAINTENANCE AGREEMENT
It is requested that the Council authorize the purchase of an annual
Maintenance Agreement (November 2002 through November 2003) for the Enhanced
E911 telephone system from the Motorola Corporation in the amount of $13,200.00.
The Police Department installed the new enhanced 911 telephone system in August
1999. This new system, installed by the Motorola Corporation after they were
identified as the most qualified vendor through the RFP process, replaced the
obsolete system and improved the City?s ability to process and track 911 calls
from the citizens of the city as well as handle the increased volume of calls
being received from cell phones. Their initial bid included one year of 24/7
support and maintenance. The City, as a part of the RFP, required the Vendor
to propose a maintenance agreement to cover this equipment through the
subsequent years of the life of this system as well as guarantee the yearly
cost of the maintenance contract by identifying the cost for each year. This
maintenance agreement includes complete coverage of any problems that might
arise as the equipment is used. It is time to renew the maintenance agreement
on the E911 equipment. The E911 telephone system consists of twelve (12)
answering positions that need to be covered by this maintenance agreement at a
total cost of $13,200.00 for the entire system for the next year.
Funds are budgeted in FY03 Budget, Emergency Telephone Fund, Police, E911 ?
Service Contracts; 0209-400-3220-E911-6513.
* * * * * * *
(F) SURPLUS EQUIPMENT ?CASCADE AIR SYSTEM
It is requested that Council declare the 1992 Cascade Air System, Decal #
011758, as surplus equipment in accordance with Section 7-501 of the Charter of
Columbus Consolidated Government.
The Fire Department is replacing the equipment and will donate the old
equipment to the Columbus Metropolitan Airport.
* * * * * * *
(G) CONSTRUCTION MANAGEMENT SERVICES FOR THE MAIN LIBRARY AND SYSTEM
HEADQUARTERS ? RFP NO. 03-0003
It is requested that Council authorize the execution of a construction
management contract with Newton Aaron & Associates for the new main library and
system headquarters. During its October 7, 2002 meeting, the Columbus Library
Board unanimously approved the selection of Newton Aaron & Associates. The
firm will provide experienced and knowledgeable representation of the Owner?s
interests, and will oversee and facilitate the process of completing
construction documents, construction and commissioning of the project.
Additionally, the firm will lead the project team to examine alternatives or
minor changes to the plans that would improve constructability, repair and
maintenance cost, usability for the Owner or otherwise benefit project cost,
quality and schedule.
Requests for proposals were mailed to sixty-eight vendors and this RFP has been
advertised. A non-mandatory pre-proposal conference was held on August 5,
2002; nine vendors attended the conference. Ten proposals were received on
August 9, 2002:
Newton Aaron & Associates (Kennesaw, GA)
Atkins Hansomb Faithful & Gould (Atlanta, GA)
Barton Malow/Wright Associates (Norcross, GA/Columbus, GA)
Dawson Building Contractors (Rainbow City, AL)
Heery International (Atlanta, GA)
Hoar Construction (Birmingham, AL)
Prad Group (Atlanta, GA)
QK4 CM, LLC (Atlanta, GA)
Rosser International/PBS&J (Atlanta, GA)
URS Corporation (Atlanta, GA)
Proposals were reviewed by the Evaluation Committee, which consisted of
representatives from the Chattahoochee Valley Regional Library System, Columbus
Library Board and Hecht Burdeshaw Johnson Kidd & Clark (HBJKC). On September
18, 2002, the three highest rated firms made oral presentations.
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, 1999 SPLOST Library/Other Project ?
Professional Services, MCSD Library; 0540-695-2120-TXLB-6311-50500000.
?ITEM A?
A RESOLUTION
NO.__________
A RESOLUTION AUTHORIZING THE PURCHASE OF FIRE HOSE FROM C.L. CARDER &
ASSOCIATES AND ACCESSORIES FROM CAROLINA FIRE SERVICES, INC. ON AN ?AS NEEDED
BASIS? FOR THE ESTIMATED CONTRACT VALUE OF $30,000.00.
WHEREAS, the contract term shall be for one year, with the option to renew for
two additional twelve month periods, 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 is hereby authorized to purchase fire hose from
C.L. Carder & Associates and accessories from Carolina Fire Services, Inc., on
an ?as needed basis? for the estimated contract value of $30,000.00. Funds are
budgeted each fiscal year for this on going expense; Fire & E.M.S. Department ?
Logistics/Support, Operating Materials; 0101-410-3610-LOGI-6728.
______________________________
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 EXECUTION OF A CONTRACT FOR SAFETY INSPECTION
OF TAXICABS WITH WHITE?S AUTOMOTIVE CENTER, INC., D/B/A FIFTY CENT RENT A CAR.
WHEREAS, an RFP was administered (RFP No. 02-0042) and one proposal was
received; and,
WHEREAS, the proposal submitted by White?s Automotive Center, Inc., D/B/A Fifty
Cent Rent A Car, met all proposal requirements and is deemed responsive to the
RFP; and,
WHEREAS, the term of the contract shall be for two years, with the 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.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a contract with White?s
Automotive Center, Inc., D/B/A Fifty Cent Rent a Car for Safety Inspection of
Taxicabs. The fees will be paid by the taxicab owners.
_________________________________________
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 PURCHASE OF PERSONAL COMPUTERS AND EQUIPMENT VIA
GEORGIA STATE CONTRACT, IBM WYSCA #94-00151, FROM BECK AND ASSOCIATES IN THE
AMOUNT OF $125,413.77.
WHEREAS, the units will be used by various departments as Phase II of the
Technology Bond initiatives.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase personal
computers and equipment via the Georgia State Contract, IBM WYSCA #94-00151from
Beck and Associates in the amount of $125,413.77. Funds are budgeted in, 1999
SPLOST, - Technology Bond; 0553-200-2436-CBA-7762-0120040208.
______________________________
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 TO PURCHASE A MAINTENANCE AGREEMENT FOR THE 800
MHZ. RADIO SYSTEM CONSOLE EQUIPMENT FROM THE MOTOROLA CORPORATION IN THE AMOUNT
OF $25,254.48.
WHEREAS the Police Department (through the 911 Center) and Sheriff?s Office
uses Motorola Console equipment to dispatch the various Public Safety Units
throughout the City as they are needed. This equipment is a critical part of
Public Safety communications system; and,
WHEREAS the equipment has, since the initial warranty expired, been covered by
a comprehensive 24/7/365 maintenance agreement with Motorola in order to assure
rapid and accurate repairs and minimal down time; and,
WHEREAS this maintenance agreement also covers the bi-directional amplification
system that provides a back up to the console system and allows the 911 Center
to continue to operate should the console equipment stop working.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase a maintenance agreement
for the 800 MHz. Radio System Console Equipment from the Motorola Corporation
in the amount of $25,254.48. Funds are budgeted in, 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 ____________, 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 E?
A RESOLUTION
NO._________
A RESOLUTION AUTHORIZING TO PURCHASE A MAINTENANCE AGREEMENT FOR THE ENHANCED
E911 TELEPHONE SYSTEM FROM THE MOTOROLA CORPORATION IN THE AMOUNT OF $13,200.00.
WHEREAS, The Columbus Police Department?s 911 Center is operating an Enhanced
911 telephone system which was supplied and installed by the Motorola
Corporation in August 1999; and,
WHEREAS, This telephone system, which makes it possible for the 911 Center to
respond to calls for assistance form the public, has been covered for the last
twelve months by a full service maintenance agreement on all parts, service and
labor which will expire this month. A maintenance agreement with the Motorola
Corporation will allow the city to continue this coverage and provide cost
effective support for this system.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase a maintenance agreement
for the enhanced E911 Telephone System from the Motorola Corporation in the
amount of $13,200.00 Funds are budgeted in, 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 ____________, 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 F?
A RESOLUTION
NO._________
A RESOLUTION DECLARING THE 1992 CASCADE AIR SYSTEM, DECAL # 011758, AS SURPLUS
EQUIPMENT IN ACCORDANCE WITH SECTION 7-501 OF THE CHARTER OF COLUMBUS
CONSOLIDATED GOVERNMENT.
WHEREAS, the Fire Department is replacing the equipment and will donate
the old equipment to the Columbus Metropolitan Airport.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to declare the 1992 Cascade Air
System, decal # 011758, 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 ____________, 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 G?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION MANAGEMENT CONTRACT
WITH NEWTON AARON & ASSOCIATES FOR THE NEW MAIN LIBRARY AND SYSTEM HEADQUARTERS.
WHEREAS, an RFP was administered (RFP No. 03-0003) and ten proposals were
received; and,
WHEREAS, During its October 7, 2002 meeting, the Columbus Library Board
unanimously approved the selection of Newton Aaron & Associates; and,
WHEREAS, the proposal submitted by Newton Aaron & Associates 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 execute a construction management
contract with Newton Aaron & Associates for the new main library and system
headquarters. Funds are budgeted in FY03 Budget, 1999 SPLOST Library/Other
Project ? Professional Services, MCSD Library; 0540-695-2120-TXLB-6311-50500000.
_________________________________________
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