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 19, 2002
Agenda Report #___________
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) ADDITIONAL WEIGHT ROOM EQUIPMENT
It is requested that Council authorize the purchase of weight room equipment
from ProMaxima Manufacturing, Ltd., in the amount of $14,275.00. Parks and
Recreation will use the equipment in the Williams Road Recreation Center. The
equipment consists of (2) exercise bikes in the amount of $1,095.00 each; (2)
treadmills in the amount of $3,295.00 each and (1) multi-stack gym in the
amount of $4,295.00; and shipping/installation charges in the amount of
$1,200.00.
Per Resolution No. 603-01 (Bid No. 02-0056), (4) exercise bikes, four (4)
treadmills, and two (2) multi-stack gyms were purchased from ProMaxima
Manufacturing, Ltd, for the Benning Park Super Center and Psalmond Road
Recreation Center. The vendor has agreed to provide the additional equipment
for the unit bid prices.
Funds are budgeted in the FY02 Budget, SPLOST ? Park Development New ? Capital
Expenditures? Williams Road Park; 0541-690-2110-PDNW-7791-70055001.
* * * * * *
(B) WORKERS? COMPENSATION
It is requested that Council approve the payment to The Hughston Clinic for
Workers?
Compensation Claims in the amount of $26,489.00. The claims are for several
City employees that have experienced various on-the-job injuries.
Funds are budgeted in FY02 Budget, Human Resources ? Workers? Compensation;
0860-220-3820-WCOM-6230.
(C) COMMERCIAL VERSATILE MOWING SYSTEM ? BID NO. 02-0032
It is requested that Council authorize the purchase of ten (10) commercial
versatile mowers from Wingfield Ag, Inc., in the amount of $69,950.00. The
equipment will be used to mow grass on the City?s downtown right-of-ways (5
mowers), parks (4 mowers) and perpetual care cemetery lots (1 mower).
One hundred forty-four bid invitations were mailed; ten bids were received on
October 31, 2001. This bid has been advertised, opened and reviewed. The
bidders were:
VENDOR TOTAL BID
Wingfield Ag, Inc. (Leesburg, GA) $69,950.00
1Jordan Bicycle & Lawn Mower (Columbus, GA) 58,259.90 (Incomplete)
2Turf Care Products (Austell, GA) 60,990.00
2Melson Tractor ? Alternate bid (Salem, AL) 63,690.00
2Hamilton Equipment (Columbus, GA) 63,700.00
2Southern Turf Equipment ? Alternate bid (Lake City, GA) 67,821.00
2Columbus Tractor & Machinery (Columbus, GA) 68,000.00
2Tieco, Inc. ? Alternate bid (Montgomery, AL) 69,500.00
2RMI Outdoors ? Alternate bid (Warner Robbins, GA) 70,601.00
Tieco, Inc. (Montgomery, AL) 71,960.00
Melson Tractor (Salem, AL) 72,750.00
RMI Outdoors (Warner Robbins, GA) 72,890.00
Southern Turf Equipment (Lake City, GA) 73,791.00
1Jordan Bicycle & Lawn Mower failed to include the required recommended
stockage list of repair parts, therefore their bid was deemed incomplete.
2The equipment proposed by Turf Care Products, Hamilton Equipment, Columbus
Tractor & Machinery and the alternate equipment proposed by Melson Tractor,
Southern Turf Equipment, Tieco (Alternate bid) and RMI Outdoors (Alternate bid)
did not meet specifications due to the engine types, controls, mowing decks,
steering and/or air cleaners. The equipment also uses an electric clutch
whereas the recommended equipment uses a belt drive, hand-operated mower deck
engagement system. Each mower is expected to provide approximately 5000 hours
before being taken out of service. The clutches last approximately 600 hours
before replacement is required, which costs approximately $310 (including parts
and labor). The cost difference over the life of each mower could total an
additional $2,582.00. Additionally, Fleet Management currently stocks most of
the routine maintenance and replacement parts for the recommended mowers, and
the small engine technicians are familiar with the equipment.
Funds are budgeted in FY02 Budget, (4 mowers) Parks and Recreation ? Park
Services, Rolling Stock; 0101-270-2100-PSRV-7726, (5 mowers) GMA Lease Purchase
Pool; 0542-200-5000-GMA-7726; Rolling Stock and (1 mower) Cemetery Perpetual
Care Fund ? Linwood Cemetery, Machinery; 0975-260-3610-LNWD-7715.
* * * * * * *
(D) CARPET TILE & CARPET TILE INSTALLATION SERVICES (ANNUAL CONTRACT) ? BID NO.
02-0058
It is requested that Council approve the purchase of carpet and carpet
installation services from Norman & Storey (Columbus, GA) and Huckaby Brothers
(Phenix City, AL) on an ?as needed basis?. The carpet will be installed in
various offices of the City. Norman & Storey will provide Discovery carpet
tile for the estimated annual contract value of $39,285.00. Huckaby Brothers
will provide GlasBac carpet tile, which has a warranty of 15 years for the
estimated annual contract value of $39,135.00. Vendors were required to submit
pricing on an estimated usage of 1000 ? 3000 square yards. Therefore, the
estimated usage is divided between both vendors at an estimated 1500 square
yards times their bid price.
The term of contract shall be for one year, with the option to renew for two
(2) additional twelve-month periods. Contract renewal will be contingent upon
the mutual agreement of the City and the Contractor.
Forty-three bid invitations were mailed; two bids were received on December 14,
2001. The bids have been advertised, opened and reviewed. The bidders were:
Description/Vendor
Norman & Storey
Huckaby Brothers
Discovery Carpet Tile
Material & Installation
$26.19/yd
GlasBac Carpet Tile
Material & Installation
$26.09/yd
Additional items for purchase
Glue
$18.17/gal
Rubber Base
$67.50/box
Funds will be available each fiscal year for this on going expense for various
departments, Public Services ? Other Maintenance & Repairs-General Government
Building Maintenance; 0101-260-3710-REPA-6529.
* * * * * * *
(E) CARPET (ROLL & TILE) & CARPET INSTALLATION (ANNUAL CONTRACT) ? BID NO.
02-0072
It is requested that Council approve the purchase of carpet (roll & tile) and
carpet installation services from Norman & Storey (Columbus, GA) and Huckaby
Brothers (Phenix City, AL) on an ?as needed basis?. The roll and tile carpet
will be used in various offices as a result of the renovations on the 3rd and
4th floors of Government Center Tower.. Norman & Storey will provide and
install Shaw roll carpet for the estimated annual contract value of
$15,000.00. Huckaby Brothers will provide and install GlasBac Interface tile
carpet, a less expensive brand with a warranty of only ten years. The
estimated annual contract value is $60,000.00. Vendors were required to submit
pricing on roll carpet per square yard from 0 to over 50 sq. yd. Vendors were
required to submit pricing on the tile carpet for 19.69 in x 19.69 in. squares.
The term of contract shall be for one year, with the option to renew for two
(2) additional twelve-month periods. Contract renewal will be contingent upon
the mutual agreement of the City and the Contractor.
Forty-three bid invitations were mailed; six bids were received on February 6,
2002. The bids have been advertised, opened and reviewed. The bidders were:
Description/Vendor Norman & Storey **
Columbus, GA Huckaby Brothers **
Phenix City, AL A & S Carpet
Columbus, GA Columbus Carpet Mill
Columbus, GA Richardson & Arnold
Franklin, GA The Mill Store *
Columbus, GA
Provide & Install Roll Carpet 0 ? 50 sq. yd
9.94
13.50
17.99
13.70
14.80
12.35
Provide & Install Roll Carpet Over 50 sq. yd.
9.94
13.20
14.74
12.35
12.80
11.25
Provide & Install Tile Carpet
19.98
18.05
23.39
24.50
19.65
22.25
Provide & Install Rubber Base 120 ft per box
120.94
120.00
168.00
104.40
100.00
120.00
Provide & Install Rubber Base Corners
Exterior
Interior
1.17
No Bid
1.00
1.00
1.50
1.50
1.25
1.25
1.20
1.20
1.25
No Bid
Alternate Bid
No Bid
No Bid
No Bid
22.45
No Bid
No Bid
* Vendor did not provide proof of insurance as requested in the specifications.
** Vendors will provide installation materials to install the carpet awarded.
Funds will be available in each fiscal year budget for this on going expense
for various departments, Public Services ? Other Maintenance & Repairs-General
Government Building Maintenance; 0101-260-3710-REPA-6529; Government Center
Renovation, General Construction - General Fund Supported Capital Improvement
Project; 0508-660-1000-CPGF-6561-22173020.
* * * * * *
(F) HVAC PREVENTIVE MAINTENANCE SERVICE (ANNUAL CONTRACT) ? BID NO. 02-0048
It is requested that Council approve HVAC Preventive Maintenance Service from
Cox Corporation for the estimated annual contract value of $18,370.00. This
service will cover maintenance on the large chiller units for the Government
Center, Civic Center, Public Safety and County Jail buildings. Approval of
this annual contract will alleviate the time consuming process of requesting
price quotes for maintenance repairs from contractors.
The term of contract period shall be for one year, with the option to renew for
two additional twelve-month periods. Contract renewal is contingent upon
mutual agreement of the Contractor and the City.
Twenty-nine bid invitations were mailed; five bids were received on January 16,
2002. A mandatory pre-bid conference was held January 9, 2002; and the
following vendors attended: Georgia Trane, Cox Corporation, York International,
Johnson Controls and Carrier Corporation. This bid has been advertised, opened
and evaluated. The bidders were:
Vendor/Description
Cox Corporation
(LaGrange, GA)
Georgia Trane (Atlanta, GA)
Johnson Controls, Inc.
(Albany, GA)
Carrier Corporation
(Marietta, GA)
*York International
(Incomplete)
(Duluth, GA)
Eddy Current Testing (Annual)
$7,140.00
$9,772.00
$8,587.00
$10,872.00
$22,957.00
Cost Per Operation Inspection
800.00
1,500.00
1,050.00
2,657.00
1,804.00
Annual Maintenance Inspection
10,430.00
10,868.00
11,490.00
20,201.00
15,109.00
Total Cost
18,370.00
22,140.00
21,127.00
33,730.00
39,870.00
Rates Per Hour
Emergency Service Call
55.00/hr
64.00/hr
65.00/hr
69.00/hr
70.00/hr
Purchasing Parts
Cost + %
25%
30%
35%
40%
30%
*Bidder did not submit a written agreement stating their ability to provide
24-hour service, therefore bid was deemed incomplete.
Funds are budgeted each fiscal year for this on going service; Public Service ?
Service Contracts; 0101-260-2700-MNTN-6513.
* * * * *
(G) ? TON CREW CAB SHORT BED PICK-UP TRUCK (4 X 4) ? BID NO. 02-0070
It is requested that Council approve the purchase of a ? ton crew cab short bed
pick-up truck (4 X 4) from Mike Patton Chevrolet-Dodge-Jeep in the amount of
$21,198.00. The vehicle is a replacement for the Street Improvement Division
of Public Services to transport personnel and equipment to and from job sites.
Twenty-six invitations were mailed and three bids were received on January 30,
2002. This bid has been advertised, opened and reviewed. The bidders were:
Mike Patton C-D-J (Lagrange, GA) $21,198.00
Freeway Ford (Columbus, GA) 24,751.50
*Legacy Ford-Mercury, Inc. (McDonough, GA) 24,880.00
*Legacy Ford Mercury?s bid was deemed incomplete due to failure to submit
product literature, warranty and service parts list.
Funds are budgeted in the FY02 Budget, Paving Fund ? Public Services ? Street
improvements ? Light Trucks; 0203-260-2100-STRT-7722.
(H) SEDANS, POLICE PURSUIT, FOUR DOOR ? BID NO. 02-0061
It is requested that Council approve the purchase of thirty-six (36) police
pursuit vehicles, thirty-five (35) bar lights and thirty-five (35) screens from
Bill Heard Chevrolet in the amount of $711,269.00. The replacement vehicles
will be used by the Police Department, Sheriff?s Department and Marshal
Department.
Thirty-eight invitations were mailed, five bids were received on January 9,
2002. This bid has been advertised, opened and reviewed. The bidders were:
Bill Heard Chevrolet (Columbus, GA) $711,269.00
*Mike Patton Chevrolet (Lagrange, GA) 655,063.00
Mike Patton Ford (Lagrange, GA) 771,666.00
Freeway Ford (Columbus, GA) 781,297.00
Legacy Ford ? Mercury (McDonough, GA) 812,659.00
*The Columbus Public Safety Departments were unable to demo the Dodge Intrepid
Police Pursuit vehicle to accurately assess its performance because on December
4, 2001, the demo unit provided by Mike Patton suffered engine failure when an
officer was in route to a robbery in progress. In addition, there has been
conflicting information as to whether all necessary brackets and hardware for
the Intrepid are available at this time. These items are critical in order to
mount the complete technology packages into the new pursuit cars. Therefore
the bid did not meet specifications. The vendor was informed of the evaluation
findings and given the opportunity to respond. The vendor has responded,
however, the Public Safety agencies recommend the award go to the next low
vendor.
Funds are budgeted in the FY02 Budget as follows: 1999 Sales Tax Project Fund ?
automobiles ? Police-Vehicles, 0540-695-2123-TXPO-7721-5011002V; 1999 Sales Tax
Project Fund ? automobiles ? Sheriff-Vehicles,
0540-695-2123-TXSH-7721-5013002V; 1999 Sales Tax Project Fund- automobiles -
Marshal-Vehicles, 0540-695-2123-TXMS-7721-5014002V.
?ITEM A?
A RESOLUTION
NO. ______
A RESOLUTION AUTHORIZING THE PURCHASE OF WEIGHT ROOM EQUIPMENT FROM
PROMAXIMA MANUFACTURING, LTD., IN THE AMOUNT OF $14,275.00.
WHEREAS, Parks and Recreation will use the additional equipment in the
Williams Road Recreation Center.
WHEREAS, Per Resolution No. 603-01 (Bid No. 02-0056), (4) exercise
bikes, four (4) treadmills, and two (2) multi-stack gyms were purchased from
ProMaxima Manufacturing, Ltd, for the Benning Park Super Center and Psalmond
Road Recreation Center. The vendor has agreed to provide two (2) exercise
bikes; two (2) treadmills; and one (1) multi-stack gym for their unit bid
prices.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase two (2) exercise bikes,
two (2) treadmills and one (1) multi-stack gym from ProMaxima Manufacturing,
Ltd., in the amount of $14,275.00. Funds are budgeted in the FY02 Budget,
SPLOST ? Park Development New ? Capital Expenditures? Williams Road Park;
0541-690-2110-PDNW-7791-70055001.
_________________________________________
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 PAYMENT TO THE HUGHSTON CLINIC IN THE AMOUNT OF
$26,489.00 FOR WORKERS? COMPENSATION CLAIMS.
WHEREAS, the claims are for several City employees that experienced
various on-the-job injuries.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to make payment to The Hughston
Clinic for Workers? Compensation Claims in the amount of $26,489.00. Funds are
budgeted in FY02 Budget, Human Resources - Workers? Compensation;
0860-220-3820-WCOM-6230.
_________________________________________
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 C?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF TEN (10) COMMERCIAL VERSATILE MOWING
SYSTEMS FROM WINGFIELD AG, INC., IN THE AMOUNT OF $69,950.00
WHEREAS, the equipment will be used to mow grass on the City?s downtown
right-of-ways (5 mowers), parks (4 mowers) and perpetual care cemetery lots (1
mower).
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase ten (10) commercial
versatile mowing systems from Wingfield Ag, Inc., in the amount of $69,950.00.
Funds are budgeted in FY02 Budget, (4 mowers) Parks and Recreation ? Park
Services, Rolling Stock; 0101-270-2100-PSRV-7726, (5 mowers) GMA Lease Purchase
Pool; 0542-200-5000-GMA-7726; Rolling Stock and (1 mower) Cemetery Perpetual
Care Fund ? Linwood Cemetery, Machinery; 0975-260-3610-LNWD-7715.
_________________________________________
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 D?
A RESOLUTION
NO. ______
A RESOLUTION AUTHORIZING THE PURCHASE OF CARPET AND CARPET INSTALLATION
SERVICES ON AN ?AS NEEDED BASIS?. NORMAN & STOREY WILL PROVIDE DISCOVERY
CARPET TILE FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $39,285.00. HUCKABY
BROTHERS WILL PROVIDE GLASBAC CARPET TILE FOR THE ESTIMATED ANNUAL CONTRACT
VALUE OF $39,135.00.
WHEREAS, Norman & Storey will provide Discovery Carpet Tile and Huckaby
Brothers will provide GlasBac Carpet Tile. Additional items may be purchased
by the City to include glue and rubber base; and,
WHEREAS, the term of contract shall be for one year, with the option to
renew for two (2) additional twelve month periods.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase carpet and carpet
installation services on an ?as needed basis?. Norman & Storey will provide
Discovery carpet tile for the estimated annual contract value of $39,285.00.
Huckaby Brothers will provide GlasBac carpet tile for the estimated annual
contract value of $39,135.00. Funds will be available in each fiscal year for
this on going expense for various departments, Public Services ? Other
Maintenance & Repairs-General Government Building Maintenance;
0101-260-3710-REPA-6529.
______________________________
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 E?
A RESOLUTION
NO. ______
A RESOLUTION AUTHORIZING THE PURCHASE OF CARPET (ROLL & TILE) AND
CARPET INSTALLATION SERVICES ON AN ?AS NEEDED BASIS?. NORMAN & STOREY WILL
PROVIDE AND INSTALL SHAW ROLL CARPET FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF
$15,000.00. HUCKABY BROTHERS WILL PROVIDE AND INSTALL GLASBAC TILE CARPET FOR
THE ESTIMATED ANNUAL CONTRACT VALUE OF $60,000.00.
WHEREAS, Norman & Storey will provide Shaw Roll Carpet and Huckaby
Brothers will provide GlasBac Tile Carpet. Each will provide the installation
materials; and,
WHEREAS, the term of contract shall be for one year, with the option to
renew for two (2) additional twelve month periods.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase carpet (Roll & Tile) and
carpet installation services on an ?as needed basis?. Norman & Storey will
provide Shaw roll carpet for the estimated annual contract value of
$15,000.00. Huckaby Brothers will provide GlasBac tile carpet for the
estimated annual contract value of $60,000.00. Funds will be available in each
fiscal year for this on going expense for various departments, Public Services
? Other Maintenance & Repairs-General Government Building Maintenance;
0101-260-3710-REPA-6529; Government Center Renovation ? General Fund Supported
Capital Improvement Project; 0508-660-1000-CPGF-6561-22173020.
______________________________
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 F?
A RESOLUTION
NO. ______
A RESOLUTION AUTHORIZING TO PROCURE HVAC PREVENTATIVE MAINTENANCE
SERVICE FROM COX CORPORATION FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF
$18,370.00.
WHEREAS, this service will cover maintenance on the large chiller units
for the Government Center, Civic Center, Public Safety and County Jail
Building; and,
WHEREAS, approval of this annual contract will alleviate the
time-consuming process of requesting price quotes for maintaining repairs from
contractors; and,
WHEREAS, the term of contract shall be for one year, with the option to
renew for two (2) additional twelve month periods.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to procure HVAC Preventative
Maintenance Service from Cox Corporation for the estimated annual contract
value of $18,370.00. Funds are budgeted in each fiscal year for this on going
service; Public Service ? Service Contracts; 0101-260-2700-MNTN-6513.
______________________________
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 G?
A RESOLUTION
NO. ______
A RESOLUTION AUTHORIZING THE PURCHASE OF A ? TON CREW CAB SHORT BED
PICK-UP TRUCK (4 X 4) FROM MIKE PATTON CDJ IN THE AMOUNT OF $21,198.00.
WHEREAS, The vehicle is a replacement for the Street Improvement
Division of Public Services to transport personnel and equipment to and from
job sites.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase a ? ton crew cab short
bed pick-up truck from Mike Patton CDJ in the amount of $21,198.00. Funds are
budgeted in the FY02 Budget, Paving Fund ? Public Services ? Street
improvements ? Light Trucks; 0203-260-2100-STRT-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 Peters, Mayor
?ITEM H?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING THE PURCHASE OF THIRTY-SIX (36) POLICE PURSUIT
VEHICLES, THIRTY-FIVE (35) BAR LIGHTS AND THIRTY-FIVE (35) SCREENS FROM BILL
HEARD CHEVROLET IN THE AMOUNT OF $711,269.00.
WHEREAS, the vehicles are replacements for the Police Department,
Sheriff?s Department and Marshal Department.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase thirty-six (36) police
pursuit vehicles, thirty-five (35) bar lights and thirty-five (35) screens from
Bill Heard Chevrolet in the amount of $711,269.00. Funds are budgeted in the
FY02 Budget as follows: 1999 Sales Tax Project Fund ? automobiles ?
Police-Vehicles, 0540-695-2123-TXPO-7721-5011002V; 1999 Sales Tax Project Fund
? automobiles ? Sheriff-Vehicles, 0540-695-2123-TXSH-7721-5013002V; 1999 Sales
Tax Project Fund- automobiles - Marshal-Vehicles,
0540-695-2123-TXMS-7721-5014002V
------------------------------------------
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
DATE: February 19, 2002
TO: Mayor and Councilors
FROM: Kay Love, Director of Finance
SUBJECT: Advertised Bids
February 19, 2002
1. Cellular Telephone Services (Annual Contract) ? RFP No. 02-0015
Scope of RFP
Provide a single service provider for City owned cellular telephones, establish
a rate plan, a purchase contract and offer City employees a special rate for
using the same service provider for privately owned cellular telephones. The
contract term shall be for two years, with the option to renew for three (3)
additional twelve-month periods. Contract renewal will be contingent upon the
mutual agreement of the City and the Contractor.
February 20, 2002
1. Seven Yard Dump Truck ? Bid No. 02-0079
Scope of Bid
Provide two replacement vehicles for the Parks Services and Sewer Maintenance
Division.
2. Auto/Remote Wall and Bottom Cleaning Pool Vacuum ? Bid No. 02-0084
Scope of Bid
Provide five new units for the Athletic Division/ Aquatic Section of the Parks
and Recreation Department. The units will be used at various pools around the
City.
3. Robotic Total Station ? RFP No. 02-0019
Scope of Bid
Provide a robotic total station for the Department of Engineering.
4. Service Contract for Various Voith Transmission ? (Annual Contract)
? Bid No. 02-0080
Scope of Bid
Provide repair/rebuild services for Voith transmissions to METRA
Transit System on an ?as needed? basis. The contract period will be for three
years 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.
5. Refuse Collection Trucks ? Bid No. 02-0074
Scope of Bid
Provide five replacement refuse collection trucks for the Solid Waste
Collection Division to pick-up household garbage throughout Muscogee County.
February 21, 2002
1. Construction of Four Fire Stations ? Bid No. 02-0077
Scope of Bid
The project consists of three (3) two-bay fire stations and one (1) three-bay
fire station. The locations are Station #3 (Veterans Parkway & Moon Road),
Station #7 (Buena Vista Road and Belvedere Drive) Station #10 (Corner of
Winston Road and Roper Avenue) and Station #12 (Transport Boulevard and Cargo
Drive).
February 27, 2002
1. Site Improvements at 1801 & 1807 First Avenue (Re-Bid) ? Bid No. 02-0082
Scope of Bid
Construct a berm at 1801 First Avenue to stabilize the south wall foundation of
the building that is located at 1807 First Avenue.
2. Waterproof Wireless Camera and Communication System ? Bid No. 02-0081
Scope of Bid
Provide a waterproof wireless camera and communication system for METRA Transit
System to be used at the 9th Street Parking Lot.
March 1, 2002
1. Auctioneer Services (Annual Contract) ? RFP No. 02-0020
Scope of RFP
Provide Columbus Consolidated Government with Auctioneer Services on an ?as
needed basis?. The contract term shall be for two years with the option to
renew for three (3) consecutive, twelve-month periods. Contract renewal will
be contingent upon the mutual agreement of the City and the Contractor.
2. Inspection Services for Rehabilitative Housing (Annual Contract) ?
RFP No. 02-0023
Scope of RFP
Provide Columbus Consolidated Government with inspection services for
rehabilitative housing including single and multi-family structures and
commercial rehabilitation on an ?as needed basis?. The contract term shall be
for three years with an option to renew for two additional twelve-month
periods. Contract renewal will be contingent upon the mutual agreement of the
City and the Contractor (s).