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.
Back to List