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 #____3____





Columbus Consolidated Government

Council Meeting



May 20, 2003





Agenda Report #____63____





TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department



(A) TASERS FOR THE SHERIFF?S DEPARTMENT



It is requested that Council authorize the purchase of 30 tasers, 30 taser

holsters and 130 taser cartridges in the amount of $20,128.45 from DGG Taser,

Inc., (Jacksonville, FL), and a four-year extended warranty in the amount of

$1,800.00 from Taser International (Scottsdale, AZ). Various divisions of the

Sheriff?s Department will use the ?less than lethal weapons? for various

functions. The Canine handlers will use the tasers against combative

individuals and for the protection of the canines from persons or other

animals. The C.E.R.T. officers will use tasers against combative, irate and

fleeing inmates within the Muscogee County Jail. Deputies in the Field

Services Division will use the tasers against combative/armed individuals, and

to enhance courtroom security for high-risk defendants on trial.



Per Resolution No. 351-02 (June 4, 2002), Council authorized the purchase of 16

tasers, 16 taser holsters and 94 taser cartridges from DGG Taser, Inc. The

Sheriff?s Department documents that the evaluation process conducted during

this fiscal year has successfully concluded, and it is their intent to issue

the taser to each of the uniform officers as soon as possible.



Taser International is the manufacturer of the less lethal taser. The

authorized distributor for public safety entities in Georgia is DGG Taser,

Inc. Therefore this purchase is considered an only know source procurement,

per the Procurement Ordinance, Section 3-114.



Funds are budgeted in the FY03 Budget, Sheriff ? Uniform Division, Operating

Materials and Sheriff ? Muscogee County Jail, Operating Materials;

0101-550-2100-SPTL-6728 and 0101-550-2600-JAIL-6728.



(B) CONSTRUCTION OF FIRE STATIONS (RE-BID) ? BID NO. 03-0083



It is requested that Council authorize the execution of a construction contract

with Holley Construction Company in the amount of $3,819,950.00 for the

construction of five (5) fire stations. The Contractor will construct Fire

Station #3 at Veterans Parkway and Moon Road (2-bay with EMS), Fire Station #10

at 1441 Benning Drive (3-bay with EMS), Fire Station #12 at Transport Boulevard

and Cargo Drive (2-bay with EMS) in the amount of $2,494,950.00.



The Contractor will also construct alternate Fire Station #14 at River Road

(2-bay with EMS) and Fire Station #15 at McKee Road (2-bay with EMS) in the

amount of $1,325,000.00. The contractors? bids did not include pricing for

site work because at the time of letting the bid, the location of the two

alternate sites had not been determined. The cost for site work will therefore

be added to the contract by change order once price negotiations with the

contractor are complete.



Three hundred ninety-one bid invitations were mailed; four bids were received

on April 30, 2003. This bid has been advertised, opened and reviewed. The

bidders were:



Description Holley Construction

(Columbus, GA) DE/TE

Builders

(Fortson, GA) Royal

Builders

(Phenix City, AL) SOA

Construction

(Perry, GA)

Fire Station #3 772,150.00 775,000.00 827,193.00 891,000.00

Fire Station #10 925,300.00 950,000.00 988,478.00 1,122,000.00

Parking Addition at

Station #10 Included in

base bid 28,000.00 25,000.00 No pricing provided

Fire Station #12 812,500.00 825,000.00 968,035.00 932,000.00

Additions/Deletions -15,000.00 0.00 0.00 0.00

Fire Station #14 (Alternate Site) 650,000.00 680,000.00 740,028.00 736,000.00

Fire Station #15 (Alternate Site) 675,000.00 680,000.00 740,028.00 736,000.00

Total Bid Amount 3,819,950.00 3,938,000.00 4,288,762.00 4,417,000.00

DBE Participation *10.45% 07.57% 00.35% No information provided



*The subcontractors listed by Holley Construction are not certified by the City

as DBE Vendors. The Purchasing Division has contacted the subcontractors to

determine eligibility for DBE certification.



Funds are budgeted in FY03 Budget, 1999 SPLOST Fire/EMS Stations ? General

Construction, Fire/EMS Construction, 0540-695-2122-TXFE-7661-5018002C and 2003A

CBA Lease Revenue Bonds - Fire/EMS Stations.



(C) ADULT BASKETBALL OFFICIATING SERVICES ? BID NO. 03-0094



It is requested that Council authorize the execution of a contract with

Columbus Basketball Officials Association for adult and midnight basketball

officiating services for the estimated contract value of $19,215.00. The

vendor will provide a minimum of two (2) officiators, per game, for the adult

basketball, and three (3) officiators, per game, for the midnight basketball.

There will be approximately 415 basketball events at City recreation centers,

for the 2003 - 2004 season. The officiating services will be provided in

accordance with the Georgia High School Association (GHSA) and the

International Association of Approved Basketball Officials (IAABO) guidelines.



Three bid invitations were mailed; two bids were received on April 16, 2003.

This bid has been advertised, opened and reviewed. The bidders were:



Description/Vendor Columbus Basketball Officials Association

(Columbus, GA) West Central Georgia Officials Association

(Fortson, GA)

Cost for 2 Officials per game for Adult Basketball

(Approximately 330 games)

$ 42.00 / $ 13,860.00

$41.00 / $13,530.00

Cost for 3 Officials per game for Midnight Basketball

(Approximately 85 games)

$ 63.00 / $ 5,355.00

57.00 / 4,845.00



Estimated Contract Value:

$ 19,215.00

118,375.00



1West Central Georgia Officials Association failed to include the required

proof of IAABO certification; the vendor?s bid was deemed incomplete.



Funds are budgeted each year for this ongoing expense, Parks & Recreation ?

Athletics - Other Purchased Services; 0101-270-3410-ATHL-6699; Recreation

Services ? Contractual Services; 0101-270-2400-RECR-6319, Recreation Services -

Special Event Supplies; 0101-270-2400-RECR-6793.



* * * * * *



(D) STEEL SIGNAL STRAIN POLES - (ANNUAL CONTRACT) ? BID NO. 03-0091



It is requested that Council approve the purchase of steel signal strain poles

from Southern Lighting & Traffic Systems (Valmont) for the estimated annual

contract value of $200,000.00. The Traffic Engineering Division will purchase

steel signal strain poles, on an ?as needed? basis, to include the following:

road steel strain poles, heavy duty round steel mast arm poles, single arms,

heavy duty round steel mast arm poles, tandem arms, decorative bases, luminaire

arm extension and second luminaire arm.



The City will be working on the Central Business District Streetscape project

which requires a change from the mast arm strain poles to a decorative powder

coated pole. The Traffic Engineering Division, of the Engineering Department,

installs and maintains steel signal strain poles along City owned streets

within Muscogee County.



The term of the contract shall be for one year, 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.



Twenty-six bid invitations were mailed; two bids were received on April 23,

2003. This bid has been advertised, opened and reviewed. The bidders were:





*Southern Lighting & Traffic Systems

(Roswell, GA) JEM Engineering & Mfg.

(Tulsa, OK)



Description/Vendors Standard W/Adder Decorative Standard W/Adder Decorative

I. Anchor Bolts $ 900.00 N/A N/A $ 1,186.00 N/A N/A

II. Round Steel Strain Poles $ 26,865.00 $ 34,925.00 $ 38,418.00 $ 27,893.00 $ 33,526.00 No Bid

III. Heavy Duty Round Steel Mast Arm Poles, Single Arms $ 39,786.00 $ 51,722.00 $ 37,814.00 $ 46,019.00 $ 57,457.00 No Bid

IV. Heavy Duty Round Steel Mast Arm Poles, Tandem Arms $ 319,418.00 $ 415,116.00 $ 271,619.00 $ 319,004.00 $399,993.00 No Bid

Accessories

Decorative Bases $ 2,100.00 N/A N/A No Bid N/A N/A

Luminaire Arm Ext. $ 795.00 N/A N/A $ 1,112.00 N/A N/A

Second Luminaire $ 205.00 N/A N/A $ 285.00 N/A N/A

TOTALS $ 390,069.00 $ 501,763.00 $ 347,851.00 $ 395,499.00 $ 490,976.00 No Bid



*Southern Lighting & Traffic Systems was the only vendor to bid on the

decorative poles.



Funds will be budgeted each fiscal year for approved projects in various

capital projects funds.

?ITEM A?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF 30 TASERS, 30 TASER HOLSTERS AND 130

TASER CARTRIDGES IN THE AMOUNT OF $20,128.45 FROM DGG TASER, INC.,

(JACKSONVILLE, FL), AND A FOUR-YEAR EXTENDED WARRANTY IN THE AMOUNT OF

$1,800.00 FROM TASER INTERNATIONAL (SCOTTSDALE, AZ).



WHEREAS, Various divisions of the Sheriff?s Department will use the

?less than lethal weapons? for various functions; and,



WHEREAS, Per Resolution No. 351-02 (June 4, 2002), Council authorized

the purchase of 16 tasers, 16 taser holsters and 94 taser cartridges from DGG

Taser, Inc. The Sheriff?s Department documents that the evaluation process

conducted during this fiscal year has successfully concluded, and it is their

intent to issue the taser to each of the uniform officers as soon as possible;

and,



WHEREAS, Taser International is the manufacturer of the less lethal

taser. The authorized distributor for public safety entities in Georgia is DGG

Taser, Inc. Therefore this purchase is considered an only know source

procurement, per the Procurement Ordinance, Section 3-114.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to purchase 30 tasers, 30

taser holsters and 130 taser cartridges, for the Sheriff?s Department, in the

amount of $20,128.45 from DGG Taser, Inc., (Jacksonville, FL). Funds are

budgeted in the FY03 Budget, Sheriff ? Uniform Division, Operating Materials

and Sheriff ? Muscogee County Jail, Operating Materials;

0101-550-2100-SPTL-6728 and 0101-550-2600-JAIL-6728.

______________________________



Introduced at a regular meeting of the Council of Columbus, Georgia,

held the _________ day of ____________, 2003 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 EXECUTION OF A CONSTRUCTION CONTRACT WITH HOLLEY

CONSTRUCTION COMPANY IN THE AMOUNT OF $3,819,950.00 FOR THE CONSTRUCTION OF

FIVE (5) FIRE STATIONS.



WHEREAS, The Contractor will construct Fire Station #3 at Veterans

Parkway and Moon Road (2-bay with EMS), Fire Station #10 at 1441 Benning Drive

(3-bay with EMS), Fire Station #12 at Transport Boulevard and Cargo Drive

(2-bay with EMS) in the amount of $2,494,950.00; and,



WHEREAS, The Contractor will also construct alternate Fire Station #14

at River Rd (2-bay with EMS) and Fire Station #15 at McKee Rd (2-bay with EMS)

in the amount of $1,325,000.00. The contractors? bids did not include pricing

for site work because at the time of letting the bid, the location of the two

alternate sites had not been determined. The cost for site work will therefore

be added to the contract by change order once price negotiations with the

contractor are complete.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to execute a construction contract

with Holley Construction Company in the amount of $3,819,950.00 for the

construction of five (5) fire stations. Funds are budgeted in FY03 Budget,

1999 SPLOST Fire/EMS Stations ? General Construction, Fire/EMS Construction,

0540-695-2122-TXFE-7661-5018002C.

_________________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia,

held the _________ day of _________________, 2003 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 EXECUTION OF A CONTRACT WITH COLUMBUS BASKETBALL

OFFICIALS ASSOCIATION FOR BASKETBALL OFFICIATING SERVICES FOR THE ESTIMATED

CONTRACT VALUE OF $19,215.00.



WHEREAS, the vendor will provide a minimum of two (2) officiators per

game for the adult basketball. and three (3) officiators per game for the

midnight basketball, and;



WHEREAS, there will be approximately 415 basketball events at City

recreation centers, for the 2003 - 2004 season. The officiating services will

be provided in accordance with the Georgia High School Association (GHSA) and

the International Association of Approved Basketball Officials (IAABO)

guidelines.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS

FOLLOWS:



That the City Manager is hereby authorized to execute a contract with

Columbus Basketball Officials Association for adult and midnight basketball

officiating services for the estimated contract value of $19,215.00. Funds are

budgeted each fiscal year for this ongoing expense, Parks & Recreation ?

Athletics, Other Purchased Services; 0101-270-3410-ATHL-6699; Recreation

Services ? Contractual Services; 0101-270-2400-RECR-6319, Recreation Services -

Special Event Supplies; 0101-270-2400-RECR-6793.



_________________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia,

held the _________ day of ____________, 2003 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 THE PURCHASE OF STEEL SIGNAL STRAIN POLES FROM

SOUTHERN LIGHTING & TRAFFIC SYSTEMS FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF

$200,000.00.



WHEREAS, The Traffic Engineering Division, of the Engineering

Department, installs and maintains steel signal strain poles along City owned

streets within Muscogee County; and,



WHEREAS, The term of contract shall be for one year, 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.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to purchase steel signal

strain poles for the estimated annual contract value of $200,000.00. Funds

will be budgeted each fiscal year for approved projects in various capital

projects funds.

________________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia,

held the _________ day of ____________, 2003 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: May 20, 2003



TO: Mayor and Councilors



FROM: Kay Love, Director of Finance



SUBJECT: Advertised Bids





May 20, 2003

1. Program Instructors for the Department of Parks & Recreation,

Recreation Division (Annual Contract) ? RFP 03-0025

Scope of RFP

Provide Parks & Recreation, Recreation Division with instruction in various

activities to participants in programs operated by the Recreation Division.

The term of contract shall be for one year, 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.





May 21, 2003

1. Engineering and Design Services for Landfill Gas Control and Collection

System ? RFP No. 03-0029

Provide engineering services for the design of a landfill gas collection and

control system for Pine Grove Municipal Solid Waste Landfill (MSW) and the

installation of gas collection wells in Phase 1, Cells A & B with flare

stations. The design must provide for the installation of gas collection wells

in Phase 1, Cells A & B with flare station.
Back to List