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
March 12, 2002
Agenda Report #___________
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) DRUG TESTING SYSTEM (ANNUAL CONTRACT) ? RFP NO. 02-0021
It is requested that Council approve a lease contract with Syva Company/Dade
Behring to provide a drug testing system for the Conditional Discharge
Program. The system will be used to test program participants for various
illegal drugs. The contractor will provide all necessary equipment, materials,
training and other applicable services. Maintenance and service of the system
analyzer will be provided for the term of the contract at no cost to the City.
In addition, the contractor will provide court assistance to the Conditional
Discharge Program if test results are contested.
The contract term will be for three years, with the option to renew for two
additional twelve-month periods. Contract renewal is contingent upon the
mutual agreement of the Contractor and the City.
Eighteen requests for proposal invitations were mailed. Proposals were
received on February 15, 2002. This proposal has been advertised and
evaluated. One proposal was received from the following offeror:
Syva Company/Dade Behring (San Jose, CA)
The City?s Procurement Ordinance allows the use of the Request for Proposal
process for the procurement of equipment and/or services per Section 3-102,
?Competitive Sealed Proposals?. This process insures the City obtains the most
qualified offeror to provide the required equipment and 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 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. If Council
does not approve the recommended offeror, negotiations will begin with the next
responsive offeror. Evaluation and cost information has been submitted to the
City Manager, in a separate memo, for information purposes.
Funds are budgeted each fiscal year for this ongoing expense, Police -
Conditional Discharge - Operating Materials and Supplies;
0101-400-3210-CDIS-6728.
* * * * * *
(B) GOLF COURSE ARCHITECTURAL SERVICES
It is requested that Council authorize the amendment of a negotiated contract
with DeVictor Langham, Inc., to include architectural services for renovation
of the remaining 18 holes at Bull Creek Golf Course.
Resolution 632-02 (RFP No. 01-0012) authorized a contract with DeVictor
Langham, Inc., to provide architectural services for renovation of the first 18
holes, which included cart paths, irrigation, tee and bunker make over, core
greens and replace with Tift Eagle (USGA specifications). Prior to the
issuance of RFP No. 01-0012, the Golf Authority requested that DeVictor Langham
provide a master plan for the entire golf course.
Because the firm has provided a master plan for the entire golf course and
architectural services for the first 18 holes, DeVictor Langham, Inc., is
considered the most logical and expedient choice to provide the design services
for the remaining 18 holes. Continued utilizing DeVictor Langham, Inc., will
insure continuity of design for the golf course.
Funds are budgeted in FY02 Budget, 1999 SPLOST - Bull Creek Golf Course,
Engineering/Architectural Services; 0540-695-2129-TXBC-7661-50502020.
* * * * * *
(C) COMMERCIAL VERSATILE MOWING SYSTEM ? BID NO. 02-0032
It is requested that Council authorize the purchase of five (5) Exmark
commercial versatile mowers from Hamilton Equipment in the amount of $31,850.00
and five (5) Dixie Chopper commercial versatile mowers from Wingfield Ag, Inc.,
in the amount of $34,975.00. The equipment will be used to mow grass on the
City?s downtown right-of-ways (5 mowers), parks (4 mowers) and perpetual care
cemetery lots (1 mower).
The initial bid specifications stated that Public Services has tested various
mowers and concluded the Dixie Chopper provided the most comprehensive services
to the City, including reliability and repair record. However, during the bid
process, through an addendum, Public Services deemed the Exmark an acceptable
alternate to the Dixie Chopper. Purchasing both the Exmark and Dixie Chopper
will allow the City to gather maintenance data and compare mower performance to
determine the best mower. This would be the equivalent of an extended
demonstration or ?mow off?.
One hundred forty-four bid invitations were mailed; ten bids were received on
October 31, 2001. This bid has been advertised, opened and reviewed. The
bidders were:
UNIT TOTAL FOR
VENDOR PRICE (5) MOWERS
Hamilton Equipment (Columbus, GA) $ 6,370.00 $ 31,850.00
Wingfield Ag, Inc. (Leesburg, GA) 6,995.00 34,975.00
*Jordan Bicycle & Lawn Mower (Columbus, GA) 5,825.99 *29,129.95
**Turf Care Products (Austell, GA) 6,099.00 **30,495.00
**Melson Tractor ? Alternate bid (Salem, AL) 6,369.00 **31,845.00
**Southern Turf Equipment ? Alternate bid (Lake City, GA) 6,782.10 **33,910.50
**Columbus Tractor & Machinery (Columbus, GA) 6,800.00 **34,000.00
**Tieco, Inc. ? Alternate bid (Montgomery, AL) 6,950.00 **34,750.00
RMI Outdoors ? Alternate bid (Warner Robbins, GA) 7,060.10 **35,300.50
**Tieco, Inc. (Montgomery, AL) 7,196.00 **35,980.00
Melson Tractor (Salem, AL) 7,275.00 36,375.00
Southern Turf Equipment (Lake City, GA) 7,379.10 36,895.50
*Jordan Bicycle & Lawn Mower failed to include the required recommended
stockage list of repair parts, therefore their bid was deemed incomplete.
**The equipment proposed by Turf Care Products, Columbus Tractor & Machinery
and the alternate equipment proposed by Melson Tractor, Southern Turf
Equipment, Tieco (Alternate bid) and RMI Outdoors (Alternate bid) did not meet
specifications in various areas of the technical specifications.
Funds are budgeted in FY02 Budget, (4 mowers) Parks and Recreation ? Park
Services, Rolling Stock; 0101-270-2100-PSRV-7726, (5 mowers) GMA Lease
Purchase, Pool-Rolling Stock; 0542-200-5000-GMA-7726; and (1 mower) Cemetery
Perpetual Care Fund ? Linwood Cemetery, Machinery; 0975-260-3610-LNWD-7715.
?ITEM A?
A RESOLUTION
NO. ______
A RESOLUTION AUTHORIZING A LEASE PURCHASE CONTRACT WITH SYVA/DADE
BEHRING COMPANY TO PROVIDE A DRUG TESTING SYSTEM.
WHEREAS, an RFP was administered (RFP No. 02-0021) and one proposal was
received from Syva Company/Dade Behring; and,
WHEREAS, the proposal submitted by Syva Company/Dade Behring met all
specifications; and,
WHEREAS, the term of the contract shall be for three years, with the option to
renew for two additional twelve-month periods; and,
WHEREAS, the company will provide a drug testing system for the Conditional
Discharge Program. The system will be used to test program participants for
various illegal drugs.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to execute a lease purchase contract
with Syva Company to provide a drug testing system for the Conditional
Discharge Program. Funds are budgeted each fiscal year for this ongoing
expense, Police - Conditional Discharge ? Operating Materials and Supplies;
0101-400-3210-CDIS-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 Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Poydasheff 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 AMENDMENT OF A NEGOTIATED CONTRACT WITH
DEVICTOR LANGHAM, INC., TO INCLUDE ARCHITECTURAL SERVICES FOR RENOVATION OF THE
REMAINING 18 HOLES AT BULL CREEK GOLF COURSE.
WHEREAS, Resolution 632-02 (RFP No. 01-0012) authorized a contract with
DeVictor Langham, Inc., to provide architectural services for renovation of the
first 18 holes, which included cart paths, irrigation, tee and bunker make
over, core greens and replace with Tift Eagle (USGA specifications). Prior to
the issuance of RFP No. 01-0012, the Golf Authority requested that DeVictor
Langham provide a master plan for the entire golf course; and,
WHEREAS, Because the firm has provided a master plan for the entire golf course
and architectural services for the first 18 holes, DeVictor Langham, Inc., is
considered the most logical and expedient choice to provide the design services
for the remaining 18 holes. Continued utilizing DeVictor Langham, Inc., will
insure continuity of design for the golf course.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to amend the negotiated contract
with DeVictor Langham, Inc., to include architectural services for renovation
of the remaining 18 holes at Bull Creek Golf Course. Funds are budgeted in
FY02 Budget, 1999 SPLOST - Bull Creek Golf Course, Engineering/Architectural
Services; 0540-695-2129-TXBC-7661-50502020.
_________________________________________
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 Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Poydasheff 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 FIVE (5) EXMARK COMMERCIAL
VERSATILE MOWERS FROM HAMILTON EQUIPMENT IN THE AMOUNT OF $31,850.00 AND FIVE
(5) DIXIE CHOPPER COMMERCIAL VERSATILE MOWERS FROM WINGFIELD AG, INC., IN THE
AMOUNT OF $34,975.00.
WHEREAS, The equipment will be used to mow grass on the City?s downtown
right-of-ways (5 mowers), parks (4 mowers) and perpetual care cemetery lots (1
mower).
WHEREAS, The initial bid specifications stated that Public Services has tested
various mowers and concluded the Dixie Chopper provided the most comprehensive
services to the City, including reliability and repair record. However, during
the bid process, through an addendum, Public Services deemed the Exmark an
acceptable alternate to the Dixie Chopper. Purchasing both the Exmark and
Dixie Chopper will allow the City to gather maintenance data and compare mower
performance to determine the best mower. This would be the equivalent of an
extended demonstration or ?mow off?.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase five (5) Exmark
commercial versatile mowers from Hamilton Equipment in the amount of $31,850.00
and five (5) Dixie Chopper commercial versatile mowers from Wingfield Ag, Inc.,
in the amount of $34,975.00. Funds are budgeted in FY02 Budget, (4 mowers)
Parks and Recreation ? Park Services, Rolling Stock; 0101-270-2100-PSRV-7726,
(5 mowers) GMA Lease Purchase Pool, Rolling Stock; 0542-200-5000-GMA-7726; and
(1 mower) Cemetery Perpetual Care Fund ? Linwood Cemetery, Machinery;
0975-260-3610-LNWD-7715.
_________________________________________
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 Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Poydasheff 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
DATE: March 12, 2002
TO: Mayor and Councilors
FROM: Kay Love, Director of Finance
SUBJECT: Advertised Bids
March 13, 2002
1. Watershed Fertilization ? (Annual Contract) ? Bid No. 02-0089
Scope of Bid
Provide erosion control at various watershed lakes. The contract period will
be for three (3) years with the option to renew for two (2) additional
twelve-month periods.
March 15, 2002
1. Souvenir Vending Services at the South Commons Softball Complex ? RFP No.
02-0029
Scope of RFP
The City of Columbus recognizes the need to create competitive bidding
atmosphere for Souvenir Vending Services for softball related events at the
South Common Softball Complex. The vendor shall provide various souvenir items
(i.e. T-shirts, Caps etc?) for participants in the Southerness (April 19-21),
Legacy (May 3-5), Southeastern (May 17-19), Riverwalk Classic (June 7-9), and
the ASA 14 & under Girls Fastpitch National Championship (July 29-August 4).
Because the National Championship is held in such high regard there are
separate, more stringent requirements necessary for a successful offeror. The
National Championship proposal shall not be separated from the remaining events.
March 19, 2002
1. Red Light Enforcement System (Annual Contract) ? RFP No. 02-0024
Scope of RFP
Furnish, install, implement and maintain an automated Red Light Enforcement
System for the City of Columbus, Georgia. The term of the contract shall be
for one year, for one (1) location, with the option to renew for four (4)
additional twelve-month periods. Contract renewal will be contingent upon the
mutual agreement of the City and the Contractor. The City reserves the right
to add new locations to the awarded contract in the future based on terms and
conditions of a contract with the successful vendor.
March 22, 2002
1. First-Class Mail Pre-Sort Services (Annual Contract) ? RFP No. 02-0027
Scope of RFP
Provide first-class mail pre-sort services on a daily basis for Columbus
Consolidated Government. The initial term of the contract 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.
March 27, 2002
1. Midland School Recreational Facilities ? Site Improvements ? Bid No. 02-0095
Scope of Bid
The work includes, but is not limited to, demolition, site work, concrete work,
sports field construction, sports field lighting, irrigation, chain-link
fencing, landscaping and grassing.
2. Branding and Marketing Services ? RFP No. 02-0030
Scope of RFP
Columbus Consolidated Government invites proposal submissions from
pre-qualified firms interested in providing marketing and branding services.
As stated in the Request for Qualifications the City?s goal is to define: who
visits Columbus, how do locals and visitors define Columbus geographically, why
do people come, how often, what are the positive and negative perceptions.
March 29, 2002
1. Historic Preservation Services (Annual Contract) ? RFP No. 02-0028
Scope of RFP
Provide Columbus Consolidated Government professional services in conducting
recordation processes as required under Section 106 of the National Historic
Preservation Act. Services will be provided on an ?as needed basis.? The term
of contract shall be for three years with an option to renew for two
consecutive twelve-month periods. Contract renewal will be contingent upon the
mutual agreement of the City and the Contractor.
April 3, 2002
1. Additions and Renovations to the Columbus, Georgia Convention and Trade
Center ? Bid No. 02-0085
Scope of Bid
The project consists of major new additions to the existing complex
comprising approximately of 115,000 square feet, and the renovation of the
existing facility of approximately 180,000 square feet. The project will be
constructed in two phases consisting primarily of new construction to the west
of existing facility followed by additions and renovations to the existing
building. Bids will be accepted only from pre-qualified bidders.