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
November 5, 2002
Agenda Report #___________
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) FLASHING TRAFFIC ADVISORS ? BID NO. 03-0021
It is requested that Council authorize the purchase of fifty (50) flashing
traffic advisors from Interceptor Public Safety in the amount of $10,800.00.
The flashing traffic advisors will be utilized by the Columbus Police
Department.
Seventy-one bid invitations were mailed. Seven bids were received on October
9, 2002. This bid has been advertised, opened and reviewed. The bidders were:
BIDDERS UNIT COST TOTAL COST
Interceptor Public Safety Products
(Milner, GA)
216.00
10,800.00
Southeastern Public Safety Equipment
(Norcross, GA)
224.86
11,243.00
1 GT Distributors, Inc.
(Rossville, GA)
255.26
12,763.00
Law Enforcement Supply Company
(Panama City, FL)
277.00
13,850.00
Genuine Parts Company
(Columbus, GA)
349.00
17,450.00
2 Ray O?Herron Company, Inc.
(Danville, IL)
349.90
17,495.00
Gall?s
(Lexington, KY)
389.99
19,499.50
1 GT Distributors, Inc. failed to include product literature and warranty
information. Therefore, the vendor?s bid was deemed incomplete.
2 Ray O?Herron Company, Inc. failed to include product literature and warranty
information. Therefore, the vendor?s bid was deemed incomplete.
Funds are budgeted in FY03 Budget, Police ? Support Services;
0101-400-2200-STAF-6728.
* * * * * * *
(B) COMMERCIAL TRASH LOADER ? BID NO. 03-0015
It is requested that Council authorize the purchase of one (1) cab and chassis
from Robert?s Truck Center in the amount of $89,800.00 and one (1) trash loader
body from Heil Environmental in the amount of $60,600.00.
The commercial trash loader will be used by the Waste Management Division and
will be used for yard waste, solid waste, and white goods placed on the Right
of Way by citizens for pick up.
One hundred, sixty-one bid invitations were mailed. Twelve bids were received
on September 25, 2002. This bid has been advertised, opened and reviewed. The
bidders were:
BIDDERS OPTION 1
CAB & CHASSIS OPTION 2
BODY OPTION 3
COMPLETE UNIT
Robert?s Truck Center
(Garden City, GA)
$89,800.00
No Bid
No Bid
Heil Environmental
(Austell, GA)
No Bid
$60,600.00
No Bid
Atlanta Freightliner
(Forest Park, GA)
$93,710.00
No Bid
No Bid
Volvo & GMC Trucks of Atlanta
(Doraville, GA)
$95,286.00
No Bid
No Bid
Tri-State Peterbilt
(Albany, GA)
$97,820.00
No Bid
No Bid
1Ramer Manufacturing
(Ramer, AL)
No Bid
No Bid
$142,600.00
2 Mayo Company, Inc.
(Austell, GA)
No Bid
$71,866.00
No Bid
Municipal Equipment Sales, Inc.
(Woodstock, GA)
No Bid
$78,540.00
No Bid
Consolidated Disposal
(Smyrna, GA)
No Bid
$85,540.00
No Bid
Fontaine Truck Equipment
(Forest Park, GA)
No Bid
$88,800.00
No Bid
Peach State Ford Truck Sales
(Norcross, GA)
No Bid
No Bid
$154,398.00
Hol-Mac
(Bay Springs, MS)
$95,576.96
$62,222.00
$157,798.96
1 Per Fleet Manager, Ramer Manufacturing?s proposed equipment does not meet cab
and chassis specifications for the engine, transmission and warranty. Written
notification of the evaluation results has been forwarded to the Ramer
Manufacturing via fax and mail.
2 Mayo Company, Inc. failed to include references. Therefore, the vendor?s bid
was deemed incomplete.
Funds are budgeted in FY03 Budget, Public Services, Solid Waste Collection ?
Heavy Trucks; 0207-260-3510-GARB-7723.
* * * * * * *
(C) CMI INTOXILYZER BREATH ALCOHOL-TESTING INSTRUMENTS
It is requested that Council authorize the purchase of two (2) CMI Intoxilyzer
breath alcohol-testing instruments from CMI, Inc., (Owensboro, KY) in the
amount of $10,490.00. Muscogee County Jail uses the equipment for inmates
booked in the jail. The equipment consists of the following:
Description Quantity Unit
Price Extended
Price
CMI Intoxilyzer 5000 EN Breath
Alcohol-Testing Instruments include the following:
#001768ST Intoxilyzer 5000EN
#150020 keyboard
#015007 mouthpieces (100)
#015012 printer cards (100)
#03159606 Georgia Software
#01350003 Georgia Software
Two year limited factory warranty 2 5495.00 10,990.00
Trade-In of old Intoxilyzer 5000 1 -500.00 -500.00
Total Price $10,490.00
Muscogee County Jail currently uses CMI Intoxilyzer equipment, and CMI, Inc.
will provide a $500 trade-allowance for this purchase. Therefore CMI, Inc., is
considered an only know source for this specific equipment.
Funds are budgeted in FY03 Budget, Sheriff ? Jail, Capital Expenditures Over
$5,000; 0101-550-2600-JAIL-7761.
(D) ATTORNEY FEES
It is requested that Council approve payment of attorney fees to Troutman
Sanders, LLP in the amount of $16,572.00, pertaining to the case of Columbus ?
Muscogee County Consolidated Government Challenge Homestead/Tax Freeze.
Funds are budgeted in FY03 Budget, City Attorney, Consulting;
0101-120-1000-ATTY-6315.
* * * * * *
(E) STUDIO AND MEDIA ROOM EQUIPMENT ? RFP NO. 02-0035
It is requested that Council authorize the execution of a value-engineered
contract with MCSi Broadcast Solutions for the procurement and installation of
studio and media room equipment. The vendor will provide and install equipment
for a complete and professional television facility. The equipment consists of
cameras, lighting, and presentation system in Council Chamber; equipment for
the CCGTV studio located on the 3rd Floor; and a video production and editing
system for the control room on the 3rd Floor. The vendor will also outfit the
media room with monitors to observe the outgoing and off air signal of the
Government Access Channel. Additionally, the media room will be equipped to
provide video and audio fees for the local/visiting media.
Requests for proposals were mailed to sixty-three vendors and this RFP has been
advertised. Two proposals were received on June 26, 2002:
MCSi Broadcast Solutions (Norcross, GA)
Command Systems, Inc. (Columbus, GA)
Proposals were reviewed by the Evaluation Committee, which consisted of
representatives from the City Manager?s Office, Metra, WXTX, and TEC Company.
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 FY03 Budget, Special Projects - Capital Projects Fund,
Capital Expenditures-Over $5000, Government Access Channel;
0508-660-1000-CPGF-7761-22158990.
?ITEM A?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING THE PURCHASE OF FIFTY (50) FLASHING TRAFFIC
ADVISORS FROM INTERCEPTOR PUBLIC SAFETY PRODUCTS IN THE AMOUNT OF $10,800.00.
WHEREAS, The flashing traffic advisors will be utilized by the Columbus
Police Department.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized the purchase of fifty (50)
flashing traffic advisors from Interceptor Public Safety Products in the amount
of $10,800.00. Funds are budgeted in FY03 Budget, Police ? Support
Services;0101-400-2200-STAF-6728.
_________________________________________
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 Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM B?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (A) CAB AND CHASSIS FROM
ROBERT?S TRUCK CENTER IN THE AMOUNT OF $89,800.00 AND ONE (1) TRASH LOADER BODY
FROM HEIL ENVIRONMENTAL IN THE AMOUNT OF $60,600.00.
WHEREAS, The commercial trash loader will be used by the Waste
Management Division and will be used for yard waste, solid waste, and white
goods placed on the Right of Way by citizens for pick up.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) cab and
chassis from Robert?s Truck Center in the amount of $89,800.00 and one (1)
trash loader body from Heil Environmental in the amount of $60,600.00. Funds
are budgeted in FY03 Budget, Public Services, Solid Waste Collection ? Heavy
Trucks; 0207-260-3510-GARB-7723.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel 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 TWO (2) CMI INTOXILYZER BREATH
ALCOHOL-TESTING INSTRUMENTS FROM CMI, INC., (OWENSBORO, KY) IN THE AMOUNT OF
$10,490.00.
WHEREAS, Muscogee County Jail uses the equipment for inmates booked in the
jail; and,
WHEREAS, Muscogee County Jail currently uses CMI Intoxilyzer
equipment; CMI, Inc., will provide a $500 trade-allowance for this purchase.
Therefore CMI, Inc., 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 two (2) CMI
Intoxilyzer breath alcohol-testing instruments from CMI, Inc., in the amount of
$10,490.00. Funds are budgeted in FY03 Budget, Sheriff ? Jail, Capital
Expenditures Over $5,000; 0101-550-JAIL-7761.
_________________________________________
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 Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel 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 PAYMENT OF ATTORNEY FEES TO TROUTMAN SANDERS, LLP, IN
THE AMOUNT OF $16,572.00, PERTAINING TO THE CASE OF COLUMBUS ? MUSCOGEE COUNTY
CONSOLIDATED GOVERNMENT CHALLENGE HOMESTEAD/TAX FREEZE.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to make payment to Troutman Sanders,
LLP, in the amount of $16,572.00, pertaining to the case of Columbus ? Muscogee
County Consolidated Government Challenge Homestead/Tax Freeze. Funds are
available in the FY03 Budget; City Attorney, Consulting;
0101-120-1000-ATTY-6315.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2002 and adopted at said
meeting by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel 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 E?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF A VALUE-ENGINEERED OF A
VALUE-ENGINEERED CONTRACT WITH MCSI BROADCAST SOLUTIONS FOR THE PROCUREMENT
AND INSTALLATION OF STUDIO AND MEDIA ROOM EQUIPMENT.
WHEREAS, an RFP was administered (RFP No. 02-0035) and two proposals were
received; and,
WHEREAS, the proposal submitted by MCSi Broadcast Solutions met all proposal
requirements and is deemed 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 value-engineered
contract with MCSi Broadcast Solutions for the procurement and installation of
studio and media room equipment. Funds are budgeted in FY03 Budget, Special
Projects - Capital Projects Fund, Capital Expenditures-Over $5000, Government
Access Channel; 0508-660-1000-CPGF-7761-22158990.
_________________________________________
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 Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel 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
DATE: November 5, 2002
TO: Mayor and Councilors
FROM: Kay Love, Director of Finance
SUBJECT: Advertised Bids
November 12, 2002
1. Filters for Double Churches Pool ? Bid No. 03-0034
A Mandatory Pre-Bid Conference/Site Visit will be held at 2:00 P.M. on
Tuesday, November 12, 2002. Vendors shall convene at the Double Churches
Recreation Center, 2300 Double Churches Road.
November 13, 2002
1. Commercial Versatile Riding Mower ? Bid No. 03-0032
Scope of Bid
Provide Commercial Versatile Riding Mower to be used by the Training Division
of the Police Department.
2. Sixty-Foot Aerial Tower w/Cab and Chassis ? Bid No. 03-0030
Scope of Bid
Provide a Sixty-Foot Tower with Cab and Chassis to be used by the Forestry
Division of the Public Services Department.
3. Riverwalk - Bibb City to City Mills, Phase II ? Bid No. 03-0024
Scope of Bid
Provide services for the construction of a proposed Riverwalk Extension between
32nd Street north along the Chattahoochee River to a point near 38th Street.
The work primarily involves clearing, grubbing, grading, installation of a four
hundred foot (400') prefabricated steel bridge and construction of a
twelve-foot (12') wide asphalt pathway at-grade, as depicted on the drawings.
The work also includes installation of small buildings associated with parking
for an overlook area in the vicinity of 38th Street.
November 20, 2002
1. Filters for Double Churches Pool ? Bid No. 03-0034
Scope of Bid
The successful bidder shall remove two (2) existing 96? vertical steel tanks
with face piping, and shall provide and install new horizontal fiberglass
filters, US Filter NFS-60-Series or equivalent, with new 10? SCH 80 face
piping. Provide optional pricing for valve replacements and an automatic
backwash system.
November 22, 2002
1. Energy Performance Contracting Services (Annual Contract) ? RFP No.
03-0013
Scope of RFP
Provide Columbus Consolidated Government comprehensive energy and water
conservation and management services and related capital improvement services
for selected facilities owned by the City within the framework of an Energy
Performance Contract (EPC).