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.