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.
Back to List