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.