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 #__2_
Columbus Consolidated Government
Council Meeting
September 30, 2003
Agenda Report #____114_____
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) MOBILE DATA COMPUTERS WITH AUTOMATIC VEHICLE LOCATION
It is requested that Council authorize the purchase two (2) MW800 mobile data
computers with automatic vehicle location, in the amount of $17,359.36, from
Motorola Corporation. The equipment, costing $8,679.68 each, will be installed
in new pursuit vehicles for the Marshal?s Office.
This purchase is part of a continuing SPLOST project aimed at equipping all
appropriate public safety vehicles with advanced technology, in order to
maximize the efficiency of public safety responses to calls for service from
the public.
Per Resolution No. 431-00 (RFP No. 00-0022), Council awarded a contract to
Motorola to provide mobile data units for public safety departments. Motorola
has extended their cost proposal to allow the purchase of this equipment.
Funds are budgeted in FY04 Budget, 1999 SPLOST Police/Fire Vehicle/Equipment,
Marshal ?Computer Equipment; 0540-695-2123-TXMS-7751-5014004E.
* * * * * * *
(B) PAVEMENT MARKING SERVICES (ANNUAL CONTRACT) - BID NO. 04-0011
It is requested that Council approve the purchase of pavement marking services
from Peek Pavement Marking, Inc., for the estimated annual contract value of
$218,986.00. The contractor will perform pavement marking services on City
streets in accordance with the Federal Manual of Uniform Traffic Control
Devices, or as specified by the Traffic Engineer or appointed agent.
The contract period is for three years, with the option to renew for two
additional twelve-month periods. Renewal is contingent upon mutual agreement
of the City and the Contractor.
Seventy-three bid invitations were mailed; one bid was received September 10,
2003. The bid has been advertised, opened and reviewed. The bidder was:
Peek Pavement Marking, Inc. (Columbus, GA) $218,986.00
Funds are budgeted each fiscal year for this ongoing expense, Engineering -
Highways & Road ? Engineering-Highways & Roads-Road Maintenance Materials,
0203-250-2200-ROAD-6726.
* * * * * * *
(C) FURNITURE FOR TRADE CENTER RENOVATION
It is requested that Council approve the purchase of furniture from KRUG
(Kitchener, Ontario, Canada) in the amount of $127,543.90; and VIA, Inc.,
(Sparks, NV) in the amount of $35,277.32, via Georgia Statewide Contract #
S-000534. Various furniture items are required due to the renovation of the
Trade Center.
Funds are budgeted in the FY04 Budget, 1999 SPLOST Projects ? Trade Center
Expansion ? Furniture-Trade Center Renovations;
0540-695-2123-TXTC-7731-50602030.
* * * * * * *
(D) CAB & CHASSIS WITH COMBINATION SEWER CLEANING MACHINE ? BID NO. 03-0058
It is requested that Council authorize the purchase of one (1) cab and chassis
from Bill Heard Chevrolet in the amount of $53,512.00; and one (1) sewer
cleaning machine body from Adams Equipment Company in the amount of $118,450.00.
The truck is a replacement and will be used, by the Sewer Maintenance Division
of the Public Services Department, to clean and maintain the City?s storm sewer
system for flood control.
One hundred-eleven bid invitations were mailed. Five bids were received on
September 3, 2003. This bid has been advertised, opened and reviewed. The
bidders were:
BIDDERS OPTION 1
CAB & CHASSIS OPTION 2
BODY OPTION 3
COMPLETE UNIT
Bill Heard Chevrolet International 1
(Columbus, GA) $53,512.00 NO BID NO BID
Adams Equipment Company
(White Plains, GA) NO BID $118,450.00 $174,900.00
Beck Motor Company
(Albany, GA) $53,129.00 NO BID NO BID
Atlanta Freightliner
(Forest Park, GA) 53,525.00 NO BID NO BID
Fontaine Truck Equipment
(Forest Park, GA) NO BID 130,100.00 NO BID
1 The 1% Local Preference Rule applies to Bill Heard Chevrolet International.
Funds are budgeted in FY04 Budget, Sewer Fund, Public Services, Sewer
Maintenance ? Heavy Trucks; 0202-260-3210-SWRM-7723.
* * * * * * *
(E) ADMINISTRATIVE VEHICLE FOR VICTIM WITNESS
It is requested that Council authorize the purchase of one (1) full-size,
four-door Dodge Intrepid from Carl Gregory Dodge in the amount of $17,156.25.
The total includes the cost of the sedan at $16,609.25, an AM-FM CD Radio at
$197.00 and a power bench seat at $350.00.
This is a replacement for a vehicle that was totaled, which was utilized by the
Victim Witness Program and the District Attorney?s Office to transport
personnel and witnesses around the state.
The replacement sedan will be in the name of the State of Georgia and insured
separately from the City.
The City currently has Dodge Intrepids in the fleet as administrative vehicles,
which were purchased from Mike Patton CDJ, the Georgia state-wide contract
vendor for Intrepids. However, the Chrysler Corporation has discontinued the
Dodge Intrepid and it is, therefore, no longer available on Georgia statewide
contract. Purchasing contacted Mike Patton CDJ to verify if they had a Dodge
Intrepid available. Mike Patton CDJ stated they did not have the sedan
available and directed Purchasing to Carl Gregory Dodge, the only vendor that
has the full-size Dodge Intrepid available. The vendor has agreed to sell the
sedan to the City at the state contract price.
The sedan will be partially funded by the $4,800.00 insurance recovery from the
totaled sedan.
The remaining funding will come from the 5% Crime Victim Witness Surcharge.
The 5% surcharge is added to all criminal cases in Superior, State and
Municipal Courts in the six county Chattahoochee Valley Circuit (Muscogee,
Harris, Talbot, Marion, Chattahoochee, Taylor). The funds are deposited in a
reserve fund balance to fund Victim Witness Program.
Funds, in the amount of $4,800.00 are available in FY04 Budget, Risk Management
Fund ? Chief Administrator ? Unfunded Claims ? Uninsured Losses;
0860-130-3830-RISK-6842. Funds, in the amount of $12,356.25, are available in
FY04 Budget, General Fund ? Superior Court ? Victim Witness Program ? Crime
Victim Witness Distribution; 0101-500-2200-VCTM-6695.
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF TWO (2) MW800 MOBILE DATA COMPUTERS
WITH AUTOMATIC VEHICLE LOCATION, IN THE AMOUNT OF $17,359.36, FROM MOTOROLA
CORPORATION.
WHEREAS, The equipment, costing $8,679.68 each, will be installed in
new pursuit vehicles for the Marshal?s Office; and,
WHEREAS, Per Resolution No. 431-00 (RFP No. 00-0022), Council awarded a
contract to Motorola to provide mobile data units for public safety
departments. Motorola has extended their cost proposal to allow the purchase
of this equipment.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase two (2) MW800
mobile data computers with automatic vehicle location, in the amount of
$17,359.36, from Motorola Corporation. Funds are budgeted in FY04 Budget, 1999
SPLOST Police/Fire Vehicle/Equipment, Marshal ?Computer Equipment;
0540-695-2123-TXMS-7751-5014004E.
_________________________________________
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 B?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF PAVEMENT MARKING SERVICES FROM PEEK
PAVEMENT MARKING, INC., FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $218,986.00.
WHEREAS, the contractor will perform pavement marking services on an ?as needed
basis,? in accordance with the Federal Manual of Uniform Traffic Control
Devices, or as specified by the Traffic Engineer or appointed agent; and
WHEREAS, the contract period is for three (3) years with option to renew for
two (2) additional twelve month periods.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase pavement marking
services, from Peek Pavement Marking, Inc., for the estimated annual contract
value of $218,986.00. Funds are budgeted each fiscal year for this ongoing
expense, Engineering - Highways & Road ? Engineering-Highways & Roads-Road
Maintenance Materials, 0203-250-2200-ROAD-6726.
__________________________________
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 C?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF FURNITURE FROM KRUG
(KITCHENER. ONTARIO, CANADA) IN THE AMOUNT OF $127,543.90; AND VIA, INC.,
(SPARKS, NV) IN THE AMOUNT OF $35,277.32, THROUGH THE GEORGIA STATEWIDE
CONTRACT # S-000534.
WHEREAS, Various furniture items are required due to the renovation of
the Trade Center.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase furniture from
Krug (Kitchener, Ontario, Canada) in the amount of $127,543.90, and Via, Inc.,
(Sparks, NV) in the amount of $35,277.32, through Georgia Statewide Contract #
S-000534. Funds are budgeted in the FY04 Budget, 1999 SPLOST Projects ? Trade
Center Expansion ? Furniture-Trade Center Renovations;
0540-695-2123-TXTC-7731-50602030.
__________________________________
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 ONE (1) CAB AND CHASSIS FROM
BILL HEARD CHEVROLET IN THE AMOUNT OF $53,512.00; AND ONE (1) SEWER CLEANING
MACHINE BODY FROM ADAMS EQUIPMENT COMPANY IN THE AMOUNT OF $118,450.00.
WHEREAS, The truck is a replacement and will be used, by the Sewer Maintenance
Division of the Public Services Department, to clean and maintain the City?s
storm sewer system for flood control.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) cab and chassis
from Bill Heard Chevrolet in the amount of $53,512.00; and one (1) sewer
cleaning machine body from Adams Equipment Company in the amount of
$118,450.00. Funds are budgeted in FY04 Budget, Sewer Fund, Public Services,
Sewer Maintenance ? Heavy Trucks; 0202-260-3210-SWRM-7723.
_________________________________________
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 E?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) FULL-SIZE, FOUR-DOOR DODGE
INTREPID FROM CARL GREGORY DODGE IN THE AMOUNT OF $17,156.25. THE TOTAL
INCLUDES THE COST OF THE SEDAN AT $16,609.25, AN AM-FM CD RADIO AT $197.00, AND
A POWER BENCH SEAT AT $350.00.
WHEREAS, This is a replacement for a vehicle that was totaled, which
was utilized by the Victim Witness Program and the District Attorney?s Office
to transport personnel and witnesses around the state. The replacement sedan
will be in the name of the State of Georgia and insured separately from the
City; and,
WHEREAS, The sedan will be partially funded by the $4,800.00 insurance
recovery from the totaled sedan. The remaining funding will come from the 5%
Crime Victim Witness Surcharge. The 5% surcharge is added to all criminal
cases in Superior, State and Municipal Courts in the six county Chattahoochee
Valley Circuit (Muscogee, Harris, Talbot, Marion, Chattahoochee, Taylor). The
funds are deposited in a reserve fund balance to fund Victim Witness Program.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one (1)
full-size, four-door Dodge Intrepid from Carl Gregory Dodge in the amount of
$17,156.25. Funds, in the amount of $4,800.00 are available in FY04 Budget,
Risk Management Fund ? Chief Administrator ? Unfunded Claims ? Uninsured
Losses; 0860-130-3830-RISK-6842. Funds, in the amount of $12,356.25, are
available in FY04 Budget, General Fund ? Superior Court ? Victim Witness
Program ? Crime Victim Witness Distribution; 0101-500-2200-VCTM-6695.
_________________________________________
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
DATE: September 30, 2003
TO: Mayor and Councilors
FROM: Kay Love, Director of Finance
SUBJECT: Advertised Bids
October 1, 2003
1. Gas Masks & Accessories ? Bid No. 04-0019
Provide seventy-five (75) gas masks and accessories, MSA Advantage 1000, or
equivalent, to the Columbus Police Department. Include six (6) replacement
cartridges for each mask. The accessories consist of seventy-five (75) boxes
of cartridges (6 per box) and seventy-five (75) pouches/carriers.
2. Masonry Products (Annual Contract) ? Bid No. 04-0010
Provide portland cement (Type 1), concrete ready mix w/gravel, brick sand,
concrete sand, brick, 3 hole (Grade SW), brick, 8? (Grade SW), concrete
building brick (Grade A), concrete blocks (Type 1, Grade N), mound mix (Top
Dressing) and 8?fire brick on an ?as needed? basis to be utilized by Public
Services Department and Park Services. The contract term will be for one year,
with the option to renew for three additional twelve-month periods.
October 3, 2003
1. Health Care Benefit Services (Annual Contract) ? RFP No. 04-0004
Scope of RFP
Provide Columbus Consolidated Government employees and retirees with Health
Care Benefit Services. The term of the contract shall be for two years, with
the option to renew for three additional twelve-month periods. The contract
renewal will be contingent upon the mutual agreement of the City and the
Contractor.
October 8, 2003
1. Dual Rear Wheel- 1 Ton Truck Crew Cab and Chassis with 8 ? Foot Flat
Dump Bed
Scope of Bid
Provide Three (3) Dual Rear Wheel- 1 Ton Truck Crew Cab and Chassis with 8 ?
Foot Flat Dump Bed to be used by the Street Repairs and Maintenance Division,
Right-of-Way Division, and Sewer Maintenance Division of the Public Services
Department.
2. 7-Yard Dump Truck Body
Scope of Bid
Provide One (1) 7-Yard Dump Truck Body to be used by the Street Improvements
Division of the Public Services Department.
3. Ammunition for Public Safety Departments (Annual Contract) ? Bid No. 04-0021
Scope of Bid
Provide ammunition of various types and quantities on an ?as needed?
basis to Columbus Consolidated Government (the City) to be utilized by the
Public Safety Departments. The contract term will be for one year, with the
option to renew for three additional twelve-month periods.
October 10, 2003
1. Traffic Incident Management (Annual Contract) ? RFP No. 04-0006
Scope of Bid
Provide Traffic Incident Management Service (Wrecker Service) on an ?as
needed basis? for various departments of Columbus Consolidated Government. The
term of the contract shall be for five (5) years.
2. Moving & Storage Services (Annual Contract) ? RFP No. 04-0007
Scope of Bid
Provide moving and storage services to temporarily relocate citizens under the
Homeowner Rehabilitation Assistance Program. The services will be required on
an ?as needed basis?. The term of the contract will be for three years with an
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).
October 15, 2003
1. Concrete Ramps & Sidewalks ? Bid No. 04-0020
Scope of Bid
Provide concrete ramps and sidewalks at Lawyers Lane (Pecan Street, Schaul
Street, Marion Street, Bell Street, 10th Street and Hood Street); Macon Road
(Briarwood, South Dixon, Rigdon Road); North Lumpkin Road/30th Avenue; South
Lumpkin Road/Plantation Drive; Martin Luther King Blvd (Brennan School,
Coolidge Avenue, Lawyers Lane); Brown Avenue (Shepherd Drive, Col. Roberts
Center); Shepherd Drive (19th Street, 18th Street); Davis School (Crosswalk,
Marshall School); Manchester Exp/Daniel Middle School; 38th Street (Veterans
Parkway, 5th Avenue); River Road (Manchester Exp, 50th Street); 5th Avenue/6th
Street; 6th Avenue/10th Street; Veterans Parkway (10th Street, 6th Street, 9th
Street, KFC driveway, Carquest driveway); Hamilton Road/26th Street thru 35th
Street.
October 22, 2003
1. Passenger Vans ? Bid No. 04-0017
Scope of Bid
Provide two (2), Fifteen (15) Passenger Vans to be used by the Community
Services Division and Sheriff?s Motor Transport Division; and one (1), Seven
(7) Passenger Mini-Van to be used by the Motor Transport Division of the
Columbus Police Dept.
2. Regional Detention Pond and Wetland Mitigation ? Bid No. 04-0023
Scope of Bid
The work shall consist of furnishing all labor, materials, tools, equipment and
incidentals and performing all work required to construct complete-in-place and
ready-to-operate regional storm water detention ponds for the Muscogee
Technology Park. Also included is grading and erosion control measures to
create wetlands. The work involves construction of earthen beams approximately
2ft ? 5ft in height in an undeveloped area of the park along Bull Creek and its
tributaries.
3. Columbus Gateways Landscaping ? Bid No. 04-0025
Scope of Bid
The work shall consist of furnishing all labor, materials, tools, equipment and
incidentals and performing all work required to landscape I-185/Smith Road
Interchange and Manchester Expressway/Miller Road Interchange.