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 #________
Columbus Consolidated Government
Council Meeting
February 5, 2002
Agenda Report #___________
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) WORK UNIFORMS, INDUSTRIAL (ANNUAL CONTRACT) - BID NO. 02-0062
It is requested that Council approve the purchase of work uniforms from All
American Uniforms on an "as needed basis" for the estimated annual contract
value of $56,554.64. The industrial uniforms will be used by various
departments of the Consolidated Government.
The contract term will be for one year, with the option to renew for two
additional twelve-month periods. Contract renewal is contingent upon the
mutual agreement of the contractor and the City.
Thirty-two invitations were mailed; two bids were received December 17, 2001.
This bid has been advertised, opened and reviewed. The bidders were:
Estimated Annual Contract Value
All American Uniforms (Columbus, GA) $56,554.64
Wade Linen Service (Columbus, GA) 66,294.98
Funds are budgeted in each fiscal year for this on going expense, Various
Departments; Parks Services ? Uniforms, 0101-270-2100-PSRV-6781;
METRA/Maintenance ? Uniforms, 0751-610-2200-METM-6781; Highway and Roads ?
Uniforms, 0203-250-2200-ROAD-6781; Drainage - Uniforms,
0202-250-2300-DRAN-6781; Stormwater - Uniforms, 0202-250-2300-STRM-6781; Fleet
Maintenance - Uniforms, 0101-260-2300-VHCL-6781.
(B) HYDRAULIC EXCAVATOR ? BID NO. 02-0060
It is requested that Council approve the purchase of a hydraulic excavator from
Stith Equipment in the amount of $239,762.00. The unit is a replacement to be
used by the Street Improvement Division in loading off-road dump trucks.
Twenty-three invitations were mailed and four bids were received on January 9,
2002. This bid has been advertised, opened and reviewed. The bidders were as
follows:
Stith Equipment ( Columbus, GA) $239,762.00
*Burch-Lowe (Albany, GA) $232,622.00
METRAC (Columbus, GA) $253,856.98
Yancey Bros. Co. (Columbus, GA) $265,480.00
*Burch-Lowe?s bid was deemed incomplete due to failure to include product
literature.
Funds are budgeted in the FY02 Budget, Paving Fund ? Public Services ? Street
Improvements ? Off-Road Equipment; 0203-260-2100- STRT-7725.
* * * * * *
(C) 60 FOOT AERIAL TOWER WITH CAB AND CHASSIS ? BID NO. 02-0051
It is requested that Council approve the purchase of a 60-ft aerial tower with
cab and chassis from MTI Insulated Products, Inc., in the amount of
$87,923.00. The unit is a replacement vehicle to be used by the Forestry
Division to reach limbs in need of trimming or removal.
Sixty invitations were mailed and four bids were received on December 14,
2001. This bid has been advertised, opened and reviewed. The bidders were as
follows:
MTI Insulated Products, Inc, (Fort Wayne, Indiana) $87,923.00
Altec Industries (Birmingham, AL) $92,300.00
Baker Equipment (Richmond, Virginia) $92,924.00
Telelect East (Glen Allen, Virginia) $99,580.00
Funds are budgeted in the FY02 Budget, Bond and Lease Purchase Pools? Heavy
Trucks; 0542-200-5000-GMA-7723.
* * * * * *
(D) FIREFIGHTING BOOTS ? (ANNUAL CONTRACT) ? BID NO. 02-0016
It is requested that Council approve the purchase of firefighting boots from
NAFECO on an ?as needed basis? for the estimated annual contract value of
$14,760.00. The Department of Fire and Emergency Medical Services will utilize
these firefighting boots.
The contract term will be for one year, with the option to renew for two
additional twelve-month periods. Contract renewal is contingent upon the
mutual agreement of the contractor and the City.
Fifty-three invitations were mailed; five bids were received September 5,
2001. This bid has been advertised, opened and reviewed. The bidders were as
follows:
NAFECO (Decatur, GA) $14,760.00
*Municipal Equipment Company (Orlando, FL) $10,000.00
*Fireline, Inc. (Lawrenceville, GA) $13,600.00
Cameron & Barkley (Columbus, GA) $17,700.00
Safety Equipment Company (Tampa, FL) $18,212.00
*Municipal Equipment Company and Fireline submitted low bids for firefighting
boots. However, after evaluation of the bids submitted and the sample
Municipal submitted, Department of Fire and EMS found the bids did not meet
specifications for the following reasons:
Municipal Equipment Company ? Boot was physically unable to stand on its own,
but rather laid on its side making it unsuitable for purpose of quick dress in
an emergency response. The built in holes was only able to accommodate two
fingers and was not suitably reinforced to provide the ease of donning.
Fireline Inc., - Literature submitted shows a picture of a boot with a pull up
loop/strap attached to the boot; the bid specifications, page 5 of 6 of the
specifications states the boot must have pull up holes.
Both vendors were informed of the bid evaluation via fax letter. Receipt of the
fax was confirmed; however, neither vendor responded.
Funds are budgeted each fiscal year for this ongoing expense; Department of
Fire and EMS ? Uniforms; 0101-410-3610-LOGI-6781.
* * * * * *
(E) ENVIRONMENTAL CONSULTING SERVICES FOR COLUMBUS SQUARE MALL
It is recommended that Council approve a contract with McCoy Environmental
Technicians, Inc., to provide environmental consulting services during the
demolition of Columbus Square Mall. The vendor will collect bulk asbestos
samples as needed at a cost of $26.00 per sample (estimating 300 samples);
perform air sampling as needed at a cost of $1,800.00 per abatement area (3
areas); and provide consulting services at a cost of $95.00 per hour
(estimating 40 hours).
Due to the magnitude of the demolition project, Georgia EPD has recommended
that McCoy Environmental Technicians, Inc., provide environmental consulting
services to ensure the safety and welfare of those working in and around the
mall during the demolition process. Therefore, McCoy is considered an only
known source, per the Procurement Ordinance, Article 3-114, and as a result of
Georgia EPD recommendation.
Funds are budgeted in FY02 Budget, 1999 SPLOST ? MCSD Library, Professional
Services; 0540-695-2120-TXLB-6311-50500000.
* * * * * *
(F) COMMERCIAL CUTAWAY VANS ? BID NO. 02-0055
It is requested that Council authorize the purchase of six (6) commercial
cutaway vans from Bill Heard Chevrolet in the amount of $149,250.00. The vans
are replacement vehicles, which will be used by various departments to
transport inmates and equipment to and from Muscogee County Prison and work
sites.
Fifty-two bid invitations were mailed; three bids were received on November 28,
2001. This bid has been advertised, opened and reviewed. The bidders were:
Description Bill Heard Chevrolet
(Columbus, GA) Freeway Ford
(Columbus, GA) Legacy Ford Mercury
(McDonough, GA)
Option 1: Cab/Chassis (6 ea) Unit: $ 14,875.00 Unit: $ 17,043.00 Unit: $ 18,500.00
Total: 89,250.00 Total: 102,258.00 Total: 111,000.00
Option 2: Body (6 ea) Unit: No Bid Unit: No Bid Unit: 10,900.00
Total: No Bid Total: No Bid Total: 65,400.00
Option 3: Complete Unit (6 ea) Unit: 24,875.00 Unit: 27,493.00 Unit: 29,400.00
Total: $149,250.00 Total: $164,958.00 Total: $176,400.00
Funds are budgeted in FY02 Budget, GMA Lease Pool Purchase, Light Trucks;
0542-200-5000-GMA-7722.
* * * * * *
(G) VIDEO RECORDING AND BROADCAST SERVICES FOR COLUMBUS CONSOLIDATED GOVERNMENT
TELEVISION
It is recommended that Council approve an interim contract with Jim Anthony
Enterprises to provide video recording and broadcast services for the estimated
contract value of $25,000.00. CCGTV will utilize the vendor to record meetings
and events; to broadcast live and record Council Meetings, Planning Advisory
commission meetings, Historic and Architectural Review Board meetings and
various other ribbon cutting ceremonies and news conferences.
The television equipment previously utilized by City employees to record
meetings was limited, often inoperable and did not produce quality viewing. So
as not to disrupt the broadcast services, CCGTV began using JA Enterprises, on
a case-by-case basis. They were and are the only local company that can supply
the equipment and personnel needed to provide the services. JA Enterprises
provides four cameras to record meetings, two persons to man the cameras and a
director to coordinate sending the broadcast to the transmission station
located at the Government Center Complex and out to the cable providers.
Currently the City pays the vendor $275.00 per Council Meeting, $225 for other
committee meetings and public hearings. They are also paid $45 an hour for
outside projects, usually dictated by the Mayor or City Manager.
The City is in the process of building a studio and editing facility on the 3rd
floor of the Government Center Tower. Part of this upgrade in the City?s
facility will be the purchase of new cameras, editing equipment, and studio
equipment. This equipment will replace the services currently provided by JA
Enterprises. However, due to the current renovation schedule and the time-line
required to acquire the new equipment, the services of the vendor will be
required until the end of calendar year 2002. This timing will allow for the
installation and testing of the new equipment to insure there is no
interruption in broadcast services.
Funds are budgeted each fiscal year for this on-going expense; City
Manager-Public Information Agency-Consulting; 0101-130-2600-INFO-6315.
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF INDUSTRIAL WORK UNIFORMS FROM ALL
AMERICAN UNIFORMS FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $56,554.64.
WHEREAS, these uniforms will be purchased on an ?as needed basis? and will be
used by various departments of the Columbus Consolidated Government.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase industrial work
uniforms from All American Uniforms in the estimated annual contract amount of
$56,554.64. The contract period will be for one year with the option to renew
for two additional twelve-month periods. Contract renewal is contingent upon
the mutual agreement of the City and the contractor. Funds are budgeted in
each fiscal year for this on going expense, Various Departments; Parks Services
? Uniforms, 0101-270-2100-PSRV-6781; METRA/Maintenance ? Uniforms,
0751-610-2200-METM-6781; Highway and Roads ? Uniforms, 0203-250-2200-ROAD-6781;
Drainage - Uniforms, 0202-250-2300-DRAN-6781; Stormwater - Uniforms,
0202-250-2300-STRM-6781; Fleet Maintenance - Uniforms, 0101-260-2300-VHCL-6781.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Poydasheff voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM B?
A RESOLUTION
NO. _____
A RESOLUTION AUTHORIZING THE PURCHASE OF A HYDRAULIC EXCAVATOR FROM
STITH EQUIPMENT IN THE AMOUNT OF $239,762.00.
WHEREAS, the unit is a replacement to be used by the Street Improvement
Division in loading off-road dump trucks.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase a hydraulic excavator
from Stith Equipment in the amount of $239,762.00. Funds are budgeted in the
FY02 Budget, Paving Fund ? Public Services ? Street Improvements ? Off-Road
Equipment; 0203-260-2100- STRT-7725.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________members of said Council.
Councilor Allen voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Poydasheff voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby Peters, Mayor
?ITEM C?
A RESOLUTION
NO. ______
A RESOLUTION AUTHORIZING THE PURCHASE OF A 60-FOOT AERIAL TOWER WITH
CAB AND CHASSIS FROM MTI INSULATED PRODUCTS, INC., IN THE AMOUNT OF $87,923.00.
WHEREAS, The unit is a replacement vehicle to be used by the Forestry
Division to reach limbs in need of trimming or removal.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase a 60-ft aerial tower
with cab and chassis from MTI Insulated Products, Inc., in the amount of
$87,923.00. Funds are budgeted in the FY02 Budget, Bond and Lease Purchase
Pools; 0542-200-5000-GMA-7723.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________members of said Council.
Councilor Allen voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Poydasheff voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby Peters, Mayor
?ITEM D?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF FIREFIGHTING BOOTS FROM NAFECO, FOR
THE ESTIMATED ANNUAL CONTRACT VALUE AMOUNT OF $14,760.00.
WHEREAS, the contract period will be for one year with the option to renew for
two additional twelve month periods.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase firefighting boots from
NAFECO, for the estimated annual contract value amount of $14,760.00. Funds
are budgeted in the FY02 Budget, Department of Fire and EMS, Uniforms;
0101-410-3610-LOGI-6781.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _____ _______, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Poydasheff voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Surer voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM E?
A RESOLUTION
NO.______
A RESOLUTION APPROVING A CONTRACT WITH MCCOY ENVIRONMENTAL TECHNICIANS, INC.,
TO PROVIDE ENVIRONMENTAL CONSULTING SERVICES FOR THE DEMOLITION AT THE COLUMBUS
SQUARE MALL PROPERTY.
WHEREAS, the vendor will collect bulk asbestos samples as needed at a cost of
$26.00 per sample (estimating 300 samples); perform air sampling as needed at a
cost of $1,800.00 per abatement area (3 areas); and provide consulting services
at a cost of $95.00 per hour (estimating 40 hours); and,
WHEREAS, Due to the magnitude of the demolition project, Georgia EPD has
recommended that McCoy Environmental Technicians, Inc., provide environmental
consulting services to ensure the safety and welfare of those working in and
around the mall during the demolition process. McCoy Environmental is
considered an only known source, per the Procurement Ordinance, Article 3-114,
and as a result of Georgia EPD recommendation.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to enter into a contract with McCoy
Environmental Technicians, Inc., to provide environmental consulting services.
Funds are budgeted in FY02 Budget, 1999 SPLOST ? MCSD Library, Professional
Services; 0540-695-2120-TXLB-6311-50500000.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _____ _______, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Poydasheff voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM F?
A RESOLUTION
NO.______
A RESOLUTION APPROVING THE PURCHASE OF SIX (6) COMMERCIAL CUTAWAY VANS FROM
BILL HEARD CHEVROLET IN THE AMOUNT OF $149,250.00.
WHEREAS, the vans are replacement vehicles, which will be used by various
departments to transport inmates and equipment to and from Muscogee County
Prison and work sites.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase six (6) commercial
cutaway vans from Bill Heard Chevrolet in the amount of $149,250.00. Funds are
budgeted in FY02 Budget, GMA Lease Pool Purchase, Light Trucks;
0542-200-5000-GMA-7722.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _____ _______, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Poydasheff voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM G?
A RESOLUTION
NO.______
A RESOLUTION APPROVING A CONTRACT WITH JIM ANTHONY ENTERPRISES TO PROVIDE VIDEO
RECORDING AND BROADCAST SERVICES FOR THE ESTIMATED CONTRACT VALUE OF
$25,000.00.
WHEREAS, CCGTV will utilize the vendor to record meetings and events; broadcast
live and record Council Meetings, Planning Advisory commission meetings,
Historic and Architectural Review Board meetings and various other ribbon
cutting ceremonies and news conferences; and,
WHEREAS, The television equipment previously utilized by City employees to
record meetings was limited, often inoperable and did not produce quality
viewing. So as not disrupt the broadcast services, CCGTV began using JA
Enterprises, on a case-by-case basis. They were and are the only local company
that can supply the equipment and personnel needed to provide the services. JA
Enterprises provides four cameras to record meetings, two persons to man the
cameras and a director to coordinate sending the broadcast to the transmission
station located at the Government Center Complex and out to the cable
providers. Currently the City pays the vendor $275.00 per Council Meeting,
$225 for other committee meetings and public hearings. They are also paid $45
an hour for outside projects, usually dictated by the Mayor or City Manager.
WHEREAS, The City is in the process of building a studio and editing facility
on the 3rd floor of the Government Center Tower. Part of this upgrade in the
City?s facility will be the purchase of new cameras, editing equipment, and
studio equipment. This equipment will replace the services currently provided
by JA Enterprises. However, due to the current renovation schedule and the
time-line required to acquire the new equipment, the services of the vendor
will be required until the end of calendar year 20002. This timing will allow
for the installation and testing of the new equipment to insure there is no
interruption in broadcast services.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to enter into a contract with Jim
Anthony Enterprises to provide video recording and broadcast services for the
estimated contract value of $25,000.00. Funds are budgeted each fiscal year
for this on-going expense; City Manager-Public Information Agency-Consulting;
0101-130-2600-INFO-6315.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _____ _______, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Poydasheff voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor