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).
Back to List