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 #__4__





Columbus Consolidated Government

Council Meeting



May 31, 2005





Agenda Report #__79__



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) ANTENNEA FOR AIR MOBILE WIRELESS NETWORK



It is requested that Council authorize the purchase of one hundred sixty-eight

(168) external antennae from AntennaPlus (Scottsdale, AZ) in the amount of

$37,884.00 ($225.50 each). The magnetic mount white 2.4 GHz antennae will be

installed on vehicles equipped with mobile data terminals, to include the

Police Department, Sheriff?s Office, Columbus Fire and Emergency Medical

Services, and Inspection and Codes. The external antennae will be used to

access the Air Mobile wireless network via the mobile data terminals.



The AntennaPlus antennae is recommended and preferred by Motorola for use with

Motorola mobile data terminals and Motorola Air Mobile Software, and is only

available from AntennaPlus. Therefore, AntennaPlus is considered an only know

source for this specific equipment.



Funds are budgeted in FY05, General Fund Supported Capital Projects, Computer

Equipment ? Police Mainland; 0508-660-1000-CPGF-7732-21090-20020.



* * * * * *



(B) WHITESVILLE ROAD AND WILLIAMS ROAD INTERSECTION IMPROVEMENTS ? RFB NO.

05-0062



It is requested that Council authorize the execution of a construction contract

with Robinson Paving Company, in the amount of $1,817,865.30, for intersection

improvements at Whitesville Road and Williams Road. The contractor will be

required to maintain public access to all residences and businesses located

within the project area. The work includes grading, soil erosion control

measures, concrete work, storm drainage, signage, and water and sewer

adjustments.



Thirty-eight bid invitations were mailed; three bids were received on May 4,

2005. This bid has been advertised, opened and reviewed. The bidders were:



Contractor Bid Amount DBE Participation

Robinson Paving Company

(Columbus, GA) 1,871,865.30 5.5%

McMath-Turner Construction Company (Columbus, GA) 2,166,202.45 7.9%

Alexander Contracting Company, Inc. (Columbus, GA) 2,470,437.37 5.4%





Funds are budgeted in FY05 Budget, 1999 SPLOST Road/Street/Bridge,

Drainage/Street Improvements ? Whitesville Road/Williams Road;

0540-695-2126-TXRB-7622-50320-20040.





* * * * * *



(C) 450? SELF SUPPORTING RADIO TOWER ? RFP NO. 05-0020



It is requested that Council authorize the execution of a contract with Glen

Martin Engineering to provide one (1) 450? self-supporting radio tower.



The tower will be located at the Garfield Radio Tower Site. The City owns and

operates a 15 channel 800 Megahertz (MHz) Radio Communication System that

serves all City governmental agencies. This tower is part of an overall Prime

Transmission Site Relocation project. The tower will support the 800 MHz

transmit and receive antennae/cables plus additional capacity for future

antennae and cable. The installation of the tower is pending RFB No. 05-0061;

450? Self-Supporting Radio Tower Installation/Erection.



Requests for proposal invitations were mailed to twenty-two vendors. This RFP

has been advertised and evaluated. The following four vendors submitted

proposals on April 22, 2005:



Glen Martin Engineering (Boonville, MO)

Valmont Structures (Plymouth, IN)

MapleNet (Goshen, IN)

Radian Communication Services (Peoria, IL)



The proposals were reviewed by the Evaluation Committee, which consisted of

representatives from the Engineering Department, Information Technology and

E-911 Division and Support Services of the Police Department. The committee

deemed Glen Martin Engineering most responsive to the RFP specifications.



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 FY05 Budget, General Fund Supported Capital Projects ?

Communications Equipment ? 2 Channels ? 2003 General;

0508-660-1000-CPGF-22199-20030.



* * * * * *



(D) GRINDING & DISPOSAL OF YARD WASTE MATERIAL (ANNUAL CONTRACT) ? RFP NO.

05-0014



It is requested that Council approve the contract with Southern Land

Improvement for Grinding and Disposal of Yard Waste Material on an ?as needed

basis?. The Contractor will operate a program that enable the contractor to

grind and dispose of yard waste material for Columbus Consolidated Government.

Operations will be conducted at the following locations: Granite Bluff and

Oxbow Meadows. These City-owned properties will be provided at no cost to the

Contractor to conduct grinding operations. The Contractor will have the

responsibility for marketing the end use of the material produced.



The Contractor shall provide the following:



A. Furnish all necessary personnel, materials and equipment to provide the

services

B. Operate the grinding facility in accordance with all applicable local, state

and federal laws, rules, regulations, ordinances and guidelines.

C. Capable of processing approximately 30,000 tons of yard trash per year,

beginning July 1, 2005 through June 30, 2006.

D. Responsible for implementation and operation of the grinding facility.

E. Responsible for marketing, determining the end use of the material, and

removal of the material from the two designated sites.

F. Responsible for procurement and payment of all utilities associated with the

operation of the grinding facility.

G. Liable for all phases of the operation of the grinding facility.



The initial term of the contract shall be two years, with the option to renew

for three additional twelve-month periods. The contract renewal will be

contingent upon the mutual agreement of the City and the Contractor.



Request for proposal invitations were mailed to fifty-three vendors and the RFP

has been advertised. Seven proposals were received, March 25, 2005, from the

following offerors:



Southern Land Improvement (Newman, GA)

Q & A Grinding, Inc. (Buena Vista, GA)

Apollo Equipment (Woodburn, OR)

Virgil Holmes Grinding (Columbus, GA)

Natco Grading (Bristol, TN)

Storm Reconstruction Services (Tuscaloosa, AL)

D & J Enterprises, Inc. (Auburn, AL)



Proposals were reviewed by the Evaluation Committee members, which consisted of

representatives from Public Services. During the evaluation process, Southern

Land Improvement was deemed most responsive to the RFP. The City?s Procurement

Ordinance Article 3-110, Competitive Sealed Proposals for the procurement of

Equipment, Supplies and Professional Services, governs the RFP process. During

the process of an RFP there is no formal opening, due to the possibility of

negotiated components of the proposal. In the event Council does not approve

the recommended offeror, no proposal responses or any negotiated components are

made public until after the award of the contract. If Council does not approve

the recommended offeror, negotiations will begin with the next responsive

offeror. The committee used the option to negotiate the cost with the

recommended vendor.. Cost and evaluation results have been submitted to the

City Manager in a separate memo for information purposes.



Funds will be budgeted each fiscal year for this on-going expense, Public

Services, Pine Grove Landfill ? Contractual Services; 0207-260-3560-PGRO-6319.



* * * * * *



(E) PEDIATRIC RESUSCITATION SYSTEMS



It is requested that Council approve the purchase of twelve (12) AE-4700

Broselow/Hinkle Pediatric Resuscitation Systems from Armstrong Medical

(Lincolnshire, Illinois) in the total amount of $17,820.00 ($1,4850.00 each).

The units will be placed on fire and ambulance vehicles and used during

emergency resuscitations of children.



The equipment is considered an only known source purchase from Armstrong

Medical. The vendor is the only legally authorized U.S. distributor for the

Broselow/Hinkle Pediatric Resuscitation System.



Funds are available in FY05 Budget, Fire & EMS Department ? Fire/EMS Operations

? Medical Supplies; 0101-410-2100-FOPR-6795.



* * * * * * * *



(F) SURPLUS FIRE EQUIPMENT



It is requested that Council approve the declaration of 100 sets of turnout

gear as surplus, in accordance with Section 7-501 of the Charter of Columbus

Consolidated Government; and approve the donation of the surplus turnout gear

to various Volunteer Fire Departments.



The surplus turnout gear is worn out, unserviceable and in some cases unsafe

for use. Due to Homeland Security policies, the City cannot auction the

turnout gear. Therefore, the equipment will be donated to various volunteer

fire departments; the City has received requests from the following:

Chattahoochee/Cusseta Fire Department, Parrot Fire Department, Waverly Hall

Volunteer Fire Department, Draneville Volunteer Fire Department, City of Wigham

Volunteer Fire Department, Mt. Olive/Sunderland Volunteer Fire Department and

Webster County Volunteer Fire Department.







?ITEM A?





A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE HUNDRED SIXTY-EIGHT (168) EXTERNAL

ANTENNAE FROM ANTENNAPLUS (SCOTTSDALE, AZ) IN THE AMOUNT OF $37,884.00 ($225.50

EACH).



WHEREAS, the magnetic mount white 2.4 GHz antennae will be installed on

vehicles equipped with mobile data terminals, to include the Police Department,

Sheriff?s Office, Columbus Fire and Emergency Medical Services, and Inspection

and Codes. The external antennae will be used to access the Air Mobile

wireless network via the mobile data terminals.; and,



WHEREAS, the AntennaPlus antennae is recommended and preferred by Motorola for

use with Motorola mobile data terminals and Motorola Air Mobile Software, and

is only available from AntennaPlus. Therefore, AntennaPlus is considered an

only know source for this specific equipment.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to purchase one hundred sixty-eight

external antennae from AntennaPlus (Scottsdale, AZ) in the amount of $37,884.00

($225.50 each). Funds are budgeted in FY05, General Fund Supported Capital

Projects, Computer Equipment ? Police Mainland;

0508-660-1000-CPGF-7732-21090-20020.

_________________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

_________ day of _________________, 2005 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





__________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM B?





A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH ROBINSON

PAVING COMPANY, IN THE AMOUNT OF $1,817,865.30, FOR INTERSECTION IMPROVEMENTS

AT WHITESVILLE ROAD AND WILLIAMS ROAD.



WHEREAS, the contractor will be required to maintain public access to all

residences and businesses located within the project area. The work includes

grading, soil erosion control measures, concrete work, storm drainage, signage,

and water and sewer adjustments.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to execute a construction contract

with Robinson Paving Company, in the amount of $1,817,865.30, for intersection

improvements at Whitesville Road and Williams Road. Funds are budgeted in FY05

Budget, 1999 SPLOST Road/Street/Bridge, Drainage/Street Improvements ?

Whitesville Road/Williams Road; 0540-695-2126-TXRB-7622-50320-20040.



_________________________________________





Introduced at a regular meeting of the Council of Columbus, Georgia, held the

_________ day of _________________, 2005 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





__________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM C?



A RESOLUTION



NO.____________



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH GLEN MARTIN

ENGINEERING TO PROVIDE ONE (1) 450? SELF SUPPORTING RADIO TOWER.



WHEREAS, an RFP was administered (RFP No. 05-0020) and four proposals received;

and,



WHEREAS, the RFP evaluation results and cost information has been submitted to

the City Manager for informational purposes due to the RFP disclosure

guidelines; and,



WHEREAS, the proposal submitted by Glen Martin Engineering, 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 Glen

Martin Engineering to provide one (1) 450? self-supporting radio tower. Funds

are budgeted in FY05 Budget, General Fund Supported Capital Projects ?

Communications Equipment ? 2 Channels ? 2003 General;

0508-660-1000-CPGF-22199-20030.



_________________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

_________ day of _________________, 2005 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





__________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM D?





A RESOLUTION



NO.___________



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH SOUTHERN LAND

IMPROVEMENT TO PROVIDE GRINDING AND DISPOSAL OF YARD WASTE MATERIAL ON AN ?AS

NEEDED BASIS?.



WHEREAS, an RFP was administered (RFP No. 05-0014) and seven proposals were

received; and,



WHEREAS, the proposal submitted by Southern Land Improvements, Inc., met all

proposal requirements and was evaluated most responsive to the RFP; and,



WHEREAS, the initial term of the contract shall be for two years, with

the option to renew for three (3) additional twelve-month periods. The

contract renewal will be 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

Land Improvement, Inc., to provide Grinding and Disposal of Yard Waste Material

on an ?as needed basis?. Funds will be budgeted each fiscal year for this on

going service. Public Services, Pine Grove Landfill ? Contractual Services;

0207-260-3560-PGRO-6319.

_________________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

_________ day of _________________, 2005 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 TWELVE (12) AE-4700

BROSELOW/HINKLE PEDIATRIC RESUSCITATION SYSTEMS FROM ARMSTRONG MEDICAL

(LINCOLNSHIRE, ILLINOIS) IN THE TOTAL AMOUNT OF $17,820.00 ($1,485.00 EACH).



WHEREAS, the units will be placed on fire and ambulance vehicles and

used during

Emergency resuscitations of children; and,



WHEREAS, the equipment is considered an only known source purchase from

Armstrong Medical. The vendor is the only legally U.S. authorized distributor

of the Broselow/Hinkle Pediatric Resuscitation System.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS

FOLLOWS:



That the City Manager is hereby authorized to purchase twelve (12)

AE-4700 Broselow/Hinkle Pediatric Resuscitation Systems from Armstrong Medical

(Lincolnshire, Illinois) for the total amount of $17,820.00 ($1,485.00 each).

Funds are available in FY05 Budget, Fire & EMS Department ? Fire/EMS Operations

? Medical Supplies; 0101-410-2100-FOPR-6795.

_________________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held

the _________ day of _________________, 2005 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting _______ __.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





____________________________________ __________________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM F?



A RESOLUTION



NO.___________



A RESOLUTION AUTHORIZING THE DECLARATION OF 100 SETS OF TURNOUT GEAR AS

SURPLUS, IN ACCORDANCE WITH SECTION 7-501 OF THE CHARTER OF COLUMBUS

CONSOLIDATED GOVERNMENT; AND APPROVING THE DONATION OF THE SURPLUS TURNOUT GEAR

TO VARIOUS VOLUNTEER FIRE DEPARTMENTS.



WHEREAS, the surplus turnout gear is worn out, unserviceable and in

some cases unsafe for use. Due to Homeland Security policies, the City cannot

auction the turnout gear. Therefore, the equipment will be donated to various

volunteer fire departments; the City has received requests from the following:

Chattahoochee/Cusseta Fire Department, Parrot Fire Department, Waverly Hall

Volunteer Fire Department, Draneville Volunteer Fire Department, City of Wigham

Volunteer Fire Department, Mt. Olive/Sunderland Volunteer Fire Department and

Webster County Volunteer Fire Department.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to declare 100 sets of turnout gear

as surplus, in accordance with Section 7-501 of the Charter of Columbus

Consolidated Government; and donate the surplus turnout gear to various

Volunteer Fire Departments.

______________________________





Introduced at a regular meeting of the Council of Columbus, Georgia, held the

___________ day of ____________, 2004 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: May 31, 2005



TO: Mayor and Councilors



FROM: Angela Cole, Director of Finance



SUBJECT: Advertised Bids





May 31, 2005

1. Radio Equipment Buildings ? RFB No. 05-0065

A Mandatory Pre-Bid Conference/Site Visit is scheduled for 9:00 AM (Eastern) on

Tuesday, May 31, 2005. Vendors shall convene in the Ground Floor Conference

Room, Government Center Tower, 100 10th Street, Columbus, GA. Vendors will be

allowed a 10-minute grace period. Any vendor who is not present in the Ground

Floor Conference Room within 10 minutes after the time slated for the beginning

of the mandatory pre-bid conference/site visit shall not be allowed to

participate any further in the bid process. The Pre-Bid Conference will

include a site visit at the existing transmission site, WXTX-TV Tower, located

at 5850 Laing St, the new 2129 Garfield Dr Tower Site & the 8889 River Rd Tower

Site. Transportation is the responsibility of each attendee.



June 1, 2005

1. Swipe Card Vending Machine? RFB No. 05-0073

Scope of RFB

Provide and install a swipe card vending machine to be used by the Metra

Transit System of the Columbus Consolidated Government. The swipe card vending

machine will accept fare pay and must have the ability to make change in both

bills and coins. It must also be compatible with the current GFI CentsABill

swipe cards and farebox system.



2. Weather Station? RFB No. 05-0079

Scope of RFB

Provide and install a weather station to be used by the Columbus

Fire/EMS Department.



3. Top Dresser (Re-Bid) ? RFB No. 05-0083

Scope of RFB

Provide one (1) turf top dresser to be used by the Park Services

Division.



4. Traffic Signal Contractor (Annual Contract) ? RFB No. 05-0080

A Mandatory Pre-Bid Conference will be held at 9:00 a.m. Wednesday, June 1,

2005 in the Government Center Annex Conference Room, 420 10th Street, Columbus,

GA. Vendors will be allowed a 10-minute grace period. Any vendor who is not

present in the Government Center Annex Conference Room within 10 minutes after

the time slated for the beginning of the Mandatory Pre-Bid Conference shall not

be allowed to participate any further in the bid process.



5. Breathing Apparatus (Annual Contract) - RFB No. 05-0084

Provide the Fire Department with self-contained breathing apparatus with

mask-mounted regulators, spare air cylinders, and repair parts. The contract

period will be for three years with the option to renew for two additional

twelve-month periods.



June 8, 2005

1. Sale of Fire Pole ? RFB No. 05-0087

Scope of Sale

The City has for sale a surplus fire pole, in the Columbus Fire and Emergency

Medical Services building at 2067 Commerce Street (behind Traffic Circle

Shopping Center). The successful bidder will bear all costs associated with

the removal of the pole.



June 8, 2005

1. Automatic Announcement System ? RFB No. 05-0081

Scope of RFB

Provide and install twenty (20) automatic announcement systems to be

used by the Metra Transit System of the Columbus Consolidated Government. This

automatic announcement system must allow the customers to hear clear messages

informing them of their upcoming stops. When the buses are at stops, it must

announce the bus route and destination of the bus. This system will be more

convenient for customers to use, especially those customers who are visually or

hearing impaired and those who are unfamiliar with the route.



2. Electrical Fixtures, Parts and Supplies (Annual Contract) ? RFB No.

05-0085

Scope of Bid

Provide various electrical fixtures, parts and supplies to Columbus

Consolidated Government on an ?as needed basis?. The contract period will be

for three years with the option to renew for two additional twelve-month

periods.



June 10, 2005

1. 450? Self Supporting Radio Tower Installation/Erection ? RFB No. 05-0061

Scope of RFB

The Columbus Consolidated Government desires to select a qualified vendor to

provide installation for a Valmont U-42.0 x 450? (or equal) self-supporting

galvanized steel radio tower.





June 15, 2005

1. Radio Equipment Buildings ? RFB No. 05-0065

Scope of RFB

Columbus Consolidated Government (the City) is requesting bids for all labor,

equipment and materials to construct a new Radio Equipment Building for the

Garfield Drive Radio Tower Site and to expand an existing Radio Equipment

Building for the River Road Tower Site. Both Radio Equipment Buildings (will)

house radio communication equipment for the City?s 800 MHz Radio Communication

System.



June 22, 2005

1. Traffic Signal Contractor (Annual Contract) ? RFB No. 05-0080

Scope of RFB

Contract with a qualified Traffic Signal Contractor who has the experience,

expertise and necessary equipment to perform traffic signal construction work

for the City on an annual ?as needed basis?. The contract term shall be for

two years, with the option to renew for three (3) additional twelve-month

periods, if agreeable to both parties.
Back to List