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
April 1, 2003
Agenda Report # 44
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) GEORGETOWN AND AMBER DRIVE ROAD IMPROVEMENTS ? BID NO. 03-0075
It is requested that Council authorize the execution of a construction contract
with McMath-Turner Construction Company in the amount of $1,227,483.69 for road
improvements to Georgetown and Amber Drive. The scope of work consists of the
widening of Georgetown and Amber Drive. The contractor shall maintain public
access to all residences and businesses located within the project area.
Fifty-eight bid invitations were mailed; three bids were received on March 12,
2003. This bid has been advertised, opened and reviewed. The bidders were:
DBE
Contractor Bid Amount Participation
McMath-Turner Construction Co. (Columbus, GA) $1,227,483.69 11.45%
Alexander Contracting Company (Columbus, GA) 1,297,514.60 6.45%
Robinson Paving Company (Columbus, GA) 1,331,198.99 10.30%
Funds are budgeted in FY03 Budget, 1999 SPLOST Road/Bridge/Street, Road
Construction ? Georgetown/Amber Improvements; 0540-695-2126-TXRB-7641-50302030.
* * * * * *
(B) ELECTRIC MOTOR REPAIR (ANNUAL CONTRACT) - BID NO. 03-0065
It is requested that Council approve the contract for electric motor repair
services from Southern Rewinding & Sales for the estimated annual contract
value of $17,500.00. The services will be utilized by the Facilities
Maintenance Division to repair all single and three phase electric motors up to
150 HP on an ?as needed basis?. Price quotes will be obtained from additional
vendors, for new motors with a cost exceeding $500.
Even though both vendors could be recommended based on the hourly rates, the
deciding factor is the percentage markup for material parts and new motors less
than $500. Southern Rewinding & Sales offered a lower percentage markup.
The contract term will be for two years, with the option to renew for three
additional twelve-month periods. Contract renewal is contingent upon the
mutual agreement of the City and the Contractor.
Ten bid invitations were mailed; two bids were received on January 29, 2003.
This bid has been advertised, opened and reviewed. The bidders were:
Description/Vendor Georgia Electric Motor (Columbus, GA) Southern Rewinding & Sales
(Columbus, GA)
Labor ? Regular Hours
Shop Labor ? Journeyman
Helper
Field Labor ? Journeyman
Helper
35.00 per hour
12.50 per hour
35.00 per hour
17.50 per hour
32.00 per hour
24.00 per hour
38.00 per hour
28.00 per hour
Labor - Overtime Hours (After hours, Weekends, Holidays)
Shop Labor - Journeyman
Helper
Field Labor -Journeyman
Helper
52.50 per hour
26.50 per hour
52.50 per hour
26.50 per hour
48.00 per hour
36.00 per hour
57.00 per hour
42.00 per hour
Material
Parts: Cost +%
33% 12%
New Motors *
Price: Cost +% 28% 12%
*The City reserves the right to purchase the materials and new motors via price
quotes.
Funds are budgeted each fiscal year for this on-going expense; Public Services,
Facilities Maintenance - Service Contracts, 0101-260-2700-MNTN-6513.
* * * * * *
(C) REPLACEMENT OF THREE PHASE POLES
It is requested that Council authorize payment to Georgia Power Company
(Columbus, GA) in the amount of $11,612.47 for the replacement of three-phase
poles. The Phase Poles were needed to provide additional height for the
installation of traffic signals at the intersection of Wynnton Road and 18th
Ave.
Funds are available in FY03 Budget, 1999 SPLOST Road/Street/Bridge, Road
Maintenance Materials, Signals/Traffic Loop Maintenance,
0540-695-2126-TXRB-6751-5031103.
* * * * * *
(D) MOBILE DATA COMPUTERS WITH AUTOMATIC VEHICLE LOCATION
It is requested that Council authorize the purchase of fifty-one (51) MW800
mobile data computers with automatic vehicle location, in the amount of
$442,663.68, from Motorola Corporation. The equipment, costing $8,679.68 each,
will be installed in the newly purchased pursuit vehicles for the Police
Department (36) and select fire vehicles for the Fire/EMS Department (15).
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 until May 31, 2003.
Funds are budgeted in FY03 Budget, 1999 SPLOST Police/Fire/EMS Equipment -
Communication Equipment, Police Equipment and EMS Equipment;
0540-695-2123-TXPO-7733-5011003E and 0540-695-2123-TXES-7733-5012003E.
* * * * * *
(E) MID-SIZE, 4 X 4 FOUR DOOR, SPORT UTILITY VEHICLE ? BID NO. 03-0076
It is requested that Council authorize the purchase of one (1) Mid-Size, 4 X 4
Four Door, Sport Utility Vehicle, from Freeway Ford in the amount of $19,147.00.
The SUV is a replacement vehicle and will be used by the Inspections and Code
Enforcement Division to transport inspectors and their equipment to inspection
sites throughout Muscogee County.
Fifty-six bid invitations were mailed. Six bids were received on March 12,
2003. This bid has been advertised, opened and reviewed. The bidders were:
BIDDERS TOTAL
Freeway Ford
(Columbus, GA)
$19,147.00
Five Star Dodge 1
(Macon, GA)
$20,225.15
Bill Heard Chevrolet
(Columbus, GA)
$21,600.00
Allan Vigil Ford
(Morrow, GA)
$23,369.00
Legacy Ford Mercury 2
(McDonough, GA)
$22,290.00
Jay Automotive Group
(Columbus, GA)
$25,346.65
1 Five Star Dodge failed to include the required warranty. Therefore, the
vendor?s bid was deemed incomplete.
2 Legacy Ford Mercury failed to include the required product literature.
Therefore, the vendor?s bid was deemed incomplete.
Funds are budgeted in FY03 Budget, Community Development ? Inspections & Codes
Enforcements - Automobiles; 0101-240-2200-INSP-7721.
* * * * * *
(F) TELEVISION MARKETING CAMPAIGN FOR CITY?S RECYCLING PROGRAM
? RFP NO. 03-0019
It is requested that Council authorize the execution of a contract with WRBL
for the procurement of a television marketing campaign for the City?s recycling
program. The vendor will develop a television marketing campaign, which will
run for a four-month period. It is expected the marketing campaign will
accomplish the following:
? Achieve a minimum of 5 million impressions on Adults 35+
? Provide personal appearance opportunities for Blue Ben, the recycling mascot
? Provide a promotion that specifically targets South Columbus in an effort to
increase recycling participation.
Requests for proposals were mailed to forty-five vendors. This RFP has been
advertised. The following four vendors submitted proposals on January 22, 2003:
WRBL (Columbus, GA)
OnMedia (Columbus, GA)
Target Marketing Advertising (Columbus, GA)
1 WTVM (Columbus, GA)
1 The proposal submitted by WTVM did not include the required qualifications
and references, therefore the vendor?s proposal was deemed incomplete.
Proposals were reviewed by the Evaluation Committee, which consisted of
representatives from Keep Columbus Beautiful, CCGTV and Public Services. On
March 20, 2003, the two highest rated firms made oral presentations
The City?s Procurement Ordinance, Contracting for Equipment, Supplies or
Professional Services per Article 3-110, governs the RFP process. During the
RFP process, 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. The cost information and
evaluation results have been submitted to the City Manager in a separate memo
for informational purposes.
Funds are budgeted in FY03 Budget, Integrated Waste Management Fund ? Public
Services ? Recycling ? Promotions & Advertising Services; 0207-260-3520-6317.
* * * * * *
(G) CHANGE ORDER ONE FOR ELEVATOR SMOKE DETECTORS ? BID NO. 03-0040
It is requested that Council authorize the execution of Change Order One with
Columbus Fire & Safety Equipment Company, Inc., in the amount of $3,770.00, for
additional material and labor for elevator smoke detectors.
Resolution No. 29-03 authorized the execution of a contract with Columbus Fire
& Safety Equipment Company, Inc., to provide and install smoke detectors in
each elevator lobby of the Government Center. It has been determined that a
pull station, alarm horn and strobe ($1,820.00) are needed for the roof level
stairwell for the helicopter landing, and an addressable panel ($1,950.00),
large enough to carry the equipment, is needed for future use on all floors of
the Government Center:
Original Contract Amount 26,895.00
Change Order One 3,770.00
New Contract Amount $ 30,665.00
Funds are available in FY03 Budget, Public Services ? Other
Maintenance/Repairs, Building Maintenance-General Government;
0101-260-3710-REPA-6529.02.
* * * * * *
(H) SEMI-AUTOMATIC PISTOLS
It is requested that Council authorize the purchase of one hundred, forty-eight
(148) additional semi-automatic Glock pistols from Smyrna Police Distributors
in the amount of $26,212.00. The Sheriff?s Department will trade-in two
hundred, two (202) various surplus firearms. Smyrna Police Distributors? total
cost for the (148) new pistols is $69,412.00; their trade-in offer is
$43,200.00. The final cost to the City for the (148) new Glock pistols is
$26,212.00.
The Glocks are replacement pistols for the Sheriff?s Department.
Per Resolution No. 380-02 (Bid No. 02-0128), thirty-three semi-automatic Glock
pistols were purchased from Smyrna Police Distributors in June 2002. The bid
required vendors to provide pricing for additional purchases to be made in
FY03. The vendor?s unit price of $469.00 is good through May 1, 2003.
Funds are budgeted in FY03 Budget, Sheriff? Jail ? Operating Materials;
0101-550-2600-JAIL-6728.
(I) EMERGENCY PROCUREMENT OF INDEPENDENT AGENT TO PROVIDE EVALUATION SERVICES
FOR HOME PROJECT
It is requested that Council approve the emergency procurement of a contract
with The Shreve Group, to provide evaluation services, in an amount not to
exceed $30,000.00. The vendor will provide evaluation services for the Country
Village Apartments project to determine the overall cost reasonableness of the
entire project.
HUD (US Department of Housing and Urban Development) monitored the Community
Reinvestment Division on a HOME project known as Country Village Apartments.
HUD reported a finding in the areas of the feasibility of the project, and as a
corrective action, stated the City should retain the services on an independent
agent to evaluate the project. HUD has given the City 30 days, from the date
of the letter reporting the findings, to conduct the evaluation. Consequently,
the City Manager approved this emergency procurement on March 21, 2003,per the
Procurement Ordinance, Article 3-115.
The Community Reinvestment Division requested quotes from the following
vendors, identified to provide the required services:
The Shreve Group $22,800, plus expenses (Not to exceed $30,000)
Community Development Strategies $3,810.
Community Development Consulting No quote
The Community Reinvestment Division has awarded the project to The Shreve
Group. Due to the nature of this project, it is essential that a qualified
vendor is contracted to perform these services. The quote from Community
Development Strategies states the project will be completed in four days.
However, due to the scope of services required, it has been determined that it
will take longer than four days, indicating that the company will be required
to have a contract amendment eventually costing as much, if not more than the
Shreve Group.
Funding is available in the FY03 Budget; Miscellaneous Contingency- 0101 ?
590-2000-CONT-9801.
* * * * * *
(J) LAPTOP COMPUTERS AND DOCKING STATIONS
It is requested that Council approve the purchase of ten (10) IBM ThinkPad
laptop computers, and two (2) IBM ThinkPad Docking Stations from Beck and
Associates, in the amount of $20,000.00, via Georgia Statewide Contract
(Western States Contracting Alliance) #94-00151.
The laptops and docking stations will be assigned to various departments such
as State Court Solicitor?s Office, Judge of Probate, Finance, City Manager?s
Office, Tax Assessor?s Office, City Council and Fire and EMS.
Funds are budgeted in FY03 Budget, Information Technology-Computer Equipment;
0101-210-1000-7751.
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH
MCMATH-TURNER CONSTRUCTION COMPANY IN THE AMOUNT OF $1,227,483.69 FOR ROAD
IMPROVEMENTS TO GEORGETOWN AND AMBER DRIVE.
WHEREAS, The scope of work consists of the widening of Georgetown and
Amber Drive. The contractor shall maintain public access to all residences and
businesses located within the project area.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a construction
contract with McMath-Turner Construction Company in the amount of $1,227,483.69
for road improvements to Georgetown and Amber Drive. Funds are budgeted in
FY03 Budget, 1999 SPLOST Road/Bridge/Street, Road Construction ?
Georgetown/Amber Improvements; 0540-695-2126-TXRB-7641-50302030.
_________________________________________
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 EXECUTION OF A CONTRACT FOR ELECTRIC
MOTOR REPAIR SERVICES WITH SOUTHERN REWINDING AND SALES FOR THE ESTIMATED
ANNUAL CONTRACT VALUE OF $17,500.00.
WHEREAS, the services will be utilized by the Facilities Maintenance Division
to repair all single and three phase electric motors up to 150 HP on an ?as
needed basis?; and,
WHEREAS, price quotes will be obtained from additional vendors, for new
motors with a cost over $500; and,
WHEREAS, the contract term will be for two years, with the option to renew for
three additional twelve-month periods. Contract renewal is 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 execute a contract with
Southern Rewinding and Sales for electric motor repair services for the
estimated annual contract value of $17,500.00. Funds are budgeted each fiscal
year for this ongoing expense, Public Services, Facilities Maintenance -
Service Contracts, 0101-260-2700-MNTN-6513.
______________________________
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 PAYMENT TO GEORGIA POWER COMPANY IN THE AMOUNT
OF $11,612.47 FOR THE REPLACEMENT OF THREE PHASE POLES.
WHEREAS, The Phase Poles were needed to provide additional height for
the installation of traffic signals at the intersection of Wynnton Road and
18th Ave.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to pay Georgia Power Company
in the amount of $11,612.47 for the replacement of three phase poles. Funds
are available in FY03 Budget, 1999 SPLOST Road/Street/Bridge, Road Maintenance
Materials, Signals/Traffic Loop Maintenance; 0540-695-2126-TXRB-6751-5031103.
_________________________________________
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 Poydasheff, Mayor
?ITEM D?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF FIFTY-ONE (51) MW800 MOBILE DATA
COMPUTERS WITH AUTOMATIC VEHICLE LOCATION, IN THE AMOUNT OF $442,663.68, FROM
MOTOROLA CORPORATION.
WHEREAS, The equipment, costing $8,679.68 each, will be installed in
the newly purchased pursuit vehicles for the Police Department (36) and select
fire vehicles for the Fire/EMS Department (15); 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 until May 31, 2003.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase fifty-one (51)
MW800 mobile data computers with automatic vehicle location, in the amount of
$442,663.68, from Motorola Corporation. Funds are budgeted in FY03 Budget,
1999 SPLOST Police/Fire/EMS Equipment - Communication Equipment, Police
Equipment and EMS Equipment; 0540-695-2123-TXPO-7733-5011003E and
0540-695-2123-TXES-7733-5012003E.
_________________________________________
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 E?
A RESOLUTION
NO. _____
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) MID-SIZE, 4 X 4 FOUR
DOOR, SPORT UTILITY VEHICLE, FROM FREEWAY FORD IN THE AMOUNT OF $19,147.00.
WHEREAS, The SUV will be used by the Inspections and Codes Enforcement
Division to transport inspectors and their equipment to inspection sites
throughout Muscogee County.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase of one (1) mid-size, 4 x
4 four door, sport utility vehicle, from Freeway Ford in the amount of
$19,147.00. Funds are budgeted in FY03 Budget, Community Development ?
Inspections & Code Enforcement - Automobiles; 0101-240-2200-INSP-7721.
________________________________________
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 Poydasheff, Mayor
?ITEM F?
A RESOLUTION
NO. _____
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH WRBL FOR THE
PROCUREMENT OF A TELEVISION MARKETING CAMPAIGN FOR THE CITY?S RECYCLING
PROGRAM.
WHEREAS, an RFP was administered (RFP No. 03-0019) and four proposals
received; and,
WHEREAS, the proposal submitted by WRBL met all proposal requirements
and is deemed most responsive to the RFP.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a contract with WRBL for
the procurement of a television marketing campaign for the City?s recycling
program. Funds are budgeted in FY03 Budget, Integrated Waste Management Fund ?
Public Services ? Recycling ? Promotions & Advertising Services;
0207-260-3520-6317.
________________________________________
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 Poydasheff, Mayor
?ITEM G?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF CHANGE ORDER ONE WITH COLUMBUS FIRE &
SAFETY EQUIPMENT COMPANY, INC., IN THE AMOUNT OF $3,770.00, FOR ADDITIONAL
MATERIAL AND LABOR FOR ELEVATOR SMOKE DETECTORS.
WHEREAS, Resolution No. 29-03 authorized the execution of a contract
with Columbus Fire & Safety Equipment Company, Inc., to provide and install
smoke detectors in each elevator lobby of the Government Center; and,
WHEREAS, It has been determined that a pull station, alarm horn and
strobe ($1,820.00) are needed for the roof level stairwell for the helicopter
landing, and an addressable panel ($1,950.00), large enough to carry the
equipment, is needed for future use on all floors of the Government Center:
Original Contract Amount 26,895.00
Change Order One 3,770.00
New Contract Amount $ 30,665.00
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute Change Order One
with Columbus Fire & Safety Equipment Company, Inc., in the amount of
$3,770.00, for additional material and labor for elevator smoke detectors.
Funds are available in FY03 Budget, Public Services ? Other
Maintenance/Repairs, Building Maintenance-General Government;
0101-260-3710-REPA-6529.02.
_________________________________________
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 __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM H?
A RESOLUTION
NO.____________
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE HUNDRED FORTY-EIGHT (148)
ADDITIONAL SEMI-AUTOMATIC GLOCK PISTOLS FROM SMYRNA POLICE DISTRIBUTORS IN THE
AMOUNT OF $26,212.00.
WHEREAS, The Sheriff?s Department will trade-in two hundred two (202)
various surplus firearms. Smyrna Police Distributors? total cost for the (148)
new pistols is $69,412. 00; their trade-in offer is $43,200.00. The final cost
to the City for the (148) new Glock pistols is $26,212.00; and,
WHEREAS, The Glocks are replacement pistols for the Sheriff?s
Department; and,
WHEREAS, Per Resolution No. 380-02 (Bid No. 02-0128), thirty-three
semi-automatic Glock pistols were purchased from Smyrna Police Distributors in
June 2002. The bid required vendors to provide pricing for additional
purchases to be made in FY03. The vendor?s unit price of $469.00 is good
through May 1, 2003.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one hundred,
forty-eight (148) additional semi-automatic Glock pistols from Smyrna Police
Distributors in the amount of $26,212.00. Funds are budgeted in FY03 Budget,
Sheriff ? Jail ? Operating Materials; 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 Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM I?
A RESOLUTION
NO.____________
A RESOLUTION AUTHORIZING THE EMERGENCY PROCUREMENT OF A CONTRACT WITH THE
SHREVE GROUP, TO PROVIDE EVALUATION SERVICES, IN AN AMOUNT NOT TO EXCEED
$30,000.
WHEREAS, the vendor will provide evaluation services for the country village
apartments project to determine the overall cost reasonableness of the entire
project; and,
WHEREAS, HUD (US Department of Housing and Urban Development) monitored
the Community Reinvestment Division on a HOME project known as Country Village
Apartments. HUD reported a finding in the area of the feasibility of the
project, and as a corrective action, stated the City should retain the services
on an independent agent to evaluate the project. HUD has given the City 30
days, from the date of the letter reporting the findings, to conduct the
evaluation. Consequently, the City Manager approved this emergency procurement
on March 21, 2003,per the Procurement Ordinance, Article 3-115.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to make the emergency
procurement of a contract with The Shreve Group, to provide evaluation
services, in an amount not to exceed $30,000.00. Funding is available in the
FY03 Budget; Miscellaneous Contingency- 0101 ?590-2000-CONT-9801.
_________________________________________
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 J?
A RESOLUTION
NO.___________
A RESOLUTION AUTHORIZING THE PURCHASE OF TEN (10) IBM THINKPAD LAPTOP
COMPUTERS, AND TWO (2) IBM THINKPAD DOCKING STATIONS FROM BECK AND ASSOCIATES,
IN THE AMOUNT OF $20,000.00, VIA GEORGIA STATEWIDE CONTRACT (WESTERN STATES
CONTRACTING ALLIANCE) #94-00151.
WHEREAS, the laptops and docking stations will be assigned to various
departments such as State Court Solicitor?s Office, Judge of Probate, Finance,
City Manager?s Office, Tax Assessor?s Office, City Council, and Fire and EMS.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase ten (10) IBM
ThinkPad laptop computers and two (2) IBM ThinkPad Docking Stations from Beck
and Associates in the amount of $20,000.00. Funds are budgeted in FY03 Budget,
Information Technology-Computer Equipment; 0101-210-1000-7751.
_________________________________________
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: April 1, 2003
TO: Mayor and Councilors
FROM: Kay Love, Director of Finance
SUBJECT: Advertised Bids
April 2, 2003
1. Construction of Fire Stations (Re-Bid) ? Bid No. 03-0083
Scope of Bid
Construct a fire station at Veterans Parkway and Moon Road ? two bay with EMS
(Fire Station #3); at 1441 Benning Drive, Corner of Winston Road and Roper
Avenue ? three bay with EMS (Fire Station #10); and at Transport Boulevard and
Cargo Drive ? two bay with EMS (Fire Station #16). The scope of work includes,
but is not limited to, masonry and brick exterior walls, asphalt shingle roof
over trusses, interior masonry walls, with finish ceilings, floors, doors,
windows, toilet rooms, kitchen, HVAC, electrical, plumbing and site work.
2. Carver Park Recreation Center Renovation ? Bid No. 03-0084
Scope of Bid
The project consists of installation of HVAC system of gymnasium only, to
include minimal associated construction as shown in contract documents.
3. Plumbing Supplies (Annual Contract) ? Bid 03-0087
Scope of Bid
Provide plumbing supplies on an ?as needed basis? to be picked up and delivered
to Columbus Consolidated Government. The contract term will be for one year,
with the option to renew for two additional twelve-month periods.
4. Back Support Safety Belts & Safety Vests (Re-Bid) Annual
Contract ? Bid No. 03-0088
Scope of Bid
Provide approximately 550 back support safety belts and approximately 3,000
safety vests to Columbus Consolidated Government (the City) on an "as needed"
basis. The contract term will be for one year, with the option to renew for
two additional twelve-month periods.
April 9, 2003
1. Shirley Winston Park Storm Pipe Replacement ? Bid No.
03-0085
Scope of Bid
Replace a storm pipe at Shirley Winston Park. All work pertaining to the
construction shall be performed in accordance with the State of Georgia,
Department of Transportation ? Stand Specifications, Construction of Roads and
Bridges, 1993 Edition or as amended.
2. Harley Davidson ?Road King? Police Motorcycle
Scope of Bid
To provide one (1) Harley Davidson Police Motorcycle to be used by the Motor
Squad Division of the Columbus Police Department.
3. Steel Signal Strain Poles (Annual Contract) ? Bid No. 03-0091
Scope of Bid
Provide Steel Signal Strain Poles on an ?as needed basis? to be
delivered to Traffic Engineering Division. The contract term will be for one
year, with the option to renew for two additional twelve-month periods.
4. Tree Trimming & Removal Services (Annual Contract) ? Bid No. 03-0090
Scope of Bid
Provide all supervision, labor, tools, equipment and services required for tree
trimming and removal services for Columbus Consolidated Government Urban
Forestry and Beautification Division. 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.
April 16, 2003
1. Countywide Bridge/Culvert Repair, Contract One ? Bid
No. 03-0089
Scope of Bid
Repair bridges and culverts in Muscogee County at Fort Benning Road over Bull
Creek tributary, Leary Avenue over Bull Creek tributary, Woodruff Farm Road
over Bull Creek tributary, Shannon Drive over Weracoba Creek, Webster Avenue
over Weracoba Creek, Hawaii Way over Bull Creek tributary, Warren Williams Road
over Weracoba Creek, Cusseta Road over Weracoba Creek, Cusseta Road over
Weracoba Creek, Buena Vista Road over Bull Creek, East Flat Rock Drive over
Flat Rock Creek, East Lindsay Drive over Lindsay Creek, Floyd Road over Mill
Creek and Dillingham Street over Chattahoochee River.
April 18, 2003
1. Program Instructors for the Department of Parks & Recreation, Recreation
Division (Annual Contract) ? RFP No. 03-0025
Scope of RFP
Provide Parks & Recreation, Recreation Division with instructors in various
activities to participate in programs operated by the Recreation Division. 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.
2. Street Tree Master Plan ? RFP No. 03-0024
Scope of RFP
Columbus Consolidated Government (the City) wishes to obtain proposals to
establish a conceptual plan for guiding the orderly execution of tree planting
of the urban forest throughout the City of Columbus and Muscogee County.
Detail planting design is not part of this scope.
April 23, 2003
1. Re-Roof Columbus Stockade ? Bid No. 03-0050
Scope of Bid
The project consists of the installation of a new metal roof for the historic
stockade prison, including the demolition of the existing roof.
2. Lokey Drive Drainage Improvements ? Bid No. 03-0092
Scope of Bid
The work shall consist of drainage improvements at Lokey Drive, in accordance
with the designated plans and specifications. The Contractor shall be required
to maintain public access to all residences located within the project area.
April 30, 2003
1. Construction Services for Pine Grove Municipal Solid Waste Landfill, Phase
II - Cells 2A, 2B, 2C ? RFQ No. 03-0001
Scope of RFQ
Vendors are invited to pre-qualify to bid on construction services for Pine
Grove Municipal Solid Waste Landfill, Phase II ? Cells 2A, 2B, 2C. The Project
consists of the following major elements: approximately 19,300 cubic yards of
cut material and 9,200 cubic yards of structural fill; placement of 24-inch
thick liner base with permeability not to exceed 1 x 10-7 cm/sec, and placement
of either a 24-inch thick leachate collection layer with a permeability no less
than 1 x 10-2 cm/sec or placement of geonet and 24-inches of a soil layer with
no specified permeability; a 60 mil HDPE geomembrane liner over 350,000 square
feet; the construction of 1,300 feet of 24-foot gravel access road;
construction of a sediment basin; installation of erosion control devices;
installation of underdrain and leachate collection piping; construction of and
improvements to existing perimeter ditches.