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 # 11



Columbus Consolidated Government



Council Meeting



June 14, 2011



Agenda Report # 653



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department







(A) VEHICLES FOR INSPECTIONS & CODE (AND PARKS AND RECREATION) ? RFB NO. 11-0072



It is requested that Council approve the purchase of one (1) 4x4 Mid-Size SUV

from Allan Vigil Ford (Morrow, GA) in the amount of $23,789.00, and three (3)

Extended Cab, 4x2 Pickup Trucks from Rivertown Ford (Columbus, GA) in the

amount of $40,998.93.



The 4x4 Mid-Size SUV and one (1) of the Extended Cab, 4x2 Pickup Trucks will be

used by the Department of Inspections & Code to transport personnel and

equipment to and from job sites. The remaining two (2) Extended Cab 4x2 Pickup

Trucks are replacement vehicles that will be used by the Columbus Parks and

Recreation Department.



Bid postcard invitations were mailed to sixty-three vendors and bid

specifications were posted on the web page of the Purchasing Division and the

Georgia Procurement Registry. Four bids were received on May 20. This bid has

been advertised, opened and reviewed. The bidders were:

BIDDERS 4x4 Mid-Size SUV



(Unit cost) Extended Cab,

4x2 Pickup Truck

(Unit Cost)

Rivertown Ford (Columbus, GA)1 NO BID $13,666.31

Allan Vigil Ford (Morrow, GA) $23,789.00 $15,184.00

Hardy Chevrolet Inc. (Dallas, GA) NO BID $16,458.00

Family Ford, Inc. (Dallas, GA)2 $26,593.00 $14,625.00

1Rivertown Ford has agreed to provide two (2) additional Extended Cab, 4x2

Pickup Trucks. These trucks were originally bid on RFB No. 11-0057, which was

cancelled due to issues regarding the specifications. Additionally, the bid

amount for the truck is $203.69 cheaper, per unit, than on the previous bid.

2Family Ford, Inc. did not provide the required product literature for either

vehicle, and therefore, were deemed incomplete.

The Georgia Statewide Contract price for a 4x4 Mid-Size SUV is $24,451.00.

The Georgia Statewide Contract price for an Extended Cab, 4x2 Pickup Truck is

$14,059.00.



Funds for the 4x4 Mid-Size SUV and one (1) Extended Cab, 4x2 Pickup Truck are

budgeted in the FY11 Budget: General Fund ? Miscellaneous ? Contingency ?

Contingency; 0101-590-2000-CONT-9801.



Funds for the remaining two (2) Extended Cab, 4x2 Pickup Trucks are budgeted in

the FY11 Budget: Special Proj ? Capital Proj Fund ? Capital Projects ? Gen

Fund Supported Cap Project ? Capital Expend ? Over $5,000 ? Vehicle

Replacement; 0508-660-1000-CPGF-7761-22175-20110.



* * * * * *



(B) IN-CAR VIDEO SYSTEMS ? RFB NO. 11-0070



It is requested that Council approve the purchase of ten (10) Eagleye Model 200

Digital In-Car Video Systems, which includes two (2) 32Gb SD Cards, LCD Monitor

and Body Pack, from Columbus Communications (Columbus, GA) in the amount of

$34,650.00.



The Eagleye Model 200 Digital In-Car Video Systems will be used by the Columbus

Police Department, installed in pursuit vehicles, to record current events

handled by Law Enforcement. Video Camera Systems are equipped with wireless

audio receiving and transmitting capabilities allowing the documentation of

traffic stops, preserving the chain of evidence, aiding in officer training and

improving officer safety. All recorded information is stored in the Property &

Evidence Department for review, if needed.



The awarded vendor will be required to remove the old video systems from ten

pursuit vehicles and install the new video systems into the vehicles. All the

work must take place at a secure location in Columbus, Georgia to avoid the

necessity of transporting the vehicles to and from an out of town location.



Bid postcard invitations were mailed to ninety-five vendors and bid

specifications were posted on the web page of the Purchasing Division and the

Georgia Procurement Registry. Three bids were received on May 18. This bid

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



Columbus Communications, Inc.

(Columbus, GA) Dana Safety Supply1

(Greensboro, NC) Interceptor Public Safety Products

(Forsyth, GA)

Option 1 -- In-Car Video Systems

(Total For 10 units) $33,750.00 $35,625.00 $36,650.00

Option 2 -- Removal of old units/

Installation of new units

(Total for 10 units) $900.00 $2,250.00 $1,800.00

GRAND TOTAL $34,650.00 $37,875.00 $38,450.00

1Dana Safety Supply did not provide the required warranty information,

and therefore, were deemed incomplete.

Funds for the In-Car Video Systems are budgeted in the FY11 Budget: LOST-Public

Safety ? Police ? Public Safety-LOST ? Capital Expend-Over $5,000;

0102-400-9900-LOST-7761.



* * * * * *



(C) REINFORCED CONCRETE PIPES, CONCRETE BOX CULVERTS AND MANHOLES OR CONTRACT

II OF THE FLOOD ABATEMENT PROJECT AT 6TH AVENUE & SIDE STREETS SYSTEM



It is requested that Council authorize the Engineering Department to purchase

reinforced concrete pipes, concrete box culverts and manholes directly from the

vendors utilized by Reynolds, Inc., the contractor awarded the Flood Abatement

Project at 6th Avenue & Side Streets System. The estimated cost for the

reinforced concrete pipes, concrete box culverts and manholes is $5,003,190.87.



Resolution No. 204-07 authorized the execution of a contract with Reynolds,

Inc., for Contract I of the 6th Avenue Flood Abatement Project; and authorized

the Engineering Department to purchase box culvert and check valve materials

directly from the vendors utilized by Reynolds, Inc.



Resolution No. 83-11 authorized the execution of a contract with Reynolds,

Inc., for Contract II of the 6th Avenue Flood Abatement Project. However, the

resolution did not authorize the Engineering Department to purchase reinforced

concrete pipes, concrete box culverts and manholes.





Funds are budgeted in the FY11 Budget: 2010A CBA Bonds - 6th Avenue Storm

Water/Flood Abatement - Drainage/Street Improvements;

0558-800-2170-BASF-7622-81002-20100, 2010B CBA Bonds - 6th Avenue Storm

Water/Flood Abatement - Drainage/Street Improvements;

0559-800-2171-BASF-7622-82007-20100.



* * * * * *



(D) VARIOUS TYPES OF UNIFORM PATCHES AND EMBLEMS (ANNUAL CONTRACT) - RFB

No. 11-0051



It is requested that Council approve the purchase of various uniform patches

and emblems from Midwest Swiss Emblems, The Emblem Authority and Schweizer

Emblem Company for the total estimated annual contract value of $25,492.98.

The patches and emblems will be used by Public Services, Fire & EMS Department,

Police Department, Marshal?s Department, Sheriff?s Department, Metra and the

Muscogee County Prison. The contract term shall be for three years with option

to renew for two additional twelve-month periods. Contract renewal is

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



Bid postcard invitations were mailed to seventy-five vendors and bid

specifications were posted on the web page of the Purchasing Division and the

Georgia Procurement Registry. Nine bids were received on April 27. This bid

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



Hallmark Emblems (Tampa, FL) Premier Emblem (San Antonio, TX)

All City Label & Tag Co. (New York, NY) The Emblem Authority (Asheville, NC)

Classic Medallics, Inc. (Mt. Vernon, NY) Maneuver Center Supply (Columbus, GA)

Midwest Swiss Emblems (Chicago, IL) International Promotional (Elk Grove, IL)

Schweizer Emblem Co. (Park Ridge, IL)



The vendors listed below were the low, responsive bidders for particular

sections. The dollar amounts shown represent the estimated contract value for

the following successful bidders per section:





SECTIONS VENDORS EST. ANNUAL CONTRACT VALUE

Public Services Department Midwest Swiss Emblems $4,220.00

Fire & EMS Department The Emblem Authority $7,575.00

Columbus Police Department Midwest Swiss Emblems $9,595.00

Marshal's Department The Emblem Authority $959.60

Sheriff's Department Schweizer Emblem Co. $1,733.00

Metra The Emblem Authority $436.38

Muscogee County Prison Schweizer Emblem Co. $974.00

Estimated Annual Contract Value $25,492.98



Funds are budgeted each fiscal year for this ongoing expense: General Fund -

Police Department - Support Services - Operating Materials,

0101-400-2200-STAF-6728; Fire & EMS, Logistics/Support ? Operating Materials,

Uniforms; 0101-410-3610-LOGI-6728, 6781; Marshal?s Department ? Uniforms,

0101-530-3000-MRSH-6781; Sheriff?s Department ? Jail ? Uniforms;

0101-550-2600-JAIL-6781; Muscogee County Prison ? Warden ? Uniforms;

0101-420-1000-MCCI-6781; Transportation Fund ? Metra Operations ? Uniforms;

0751-610-2100-METO-6781; Public Services ? Various Accounts - Uniforms.



* * * * * *



(E) HOUSEHOLD HAZARDOUS WASTE RECYCLING PROJECT



It is requested that Council approve payment to Clean Harbors Env Services,

Inc., in the amount of $36,799.14, for providing recycling and disposition

services of collected waste for the city-wide recycling and community clean up

project.



Keep Columbus Beautiful Commission organized and sponsored the Household

Hazardous Waste Recycling, Electronics & Computer Recycling, and City Wide

Community Cleanup, held in March, 2011. The Commission contracted with Clean

Harbors Env Services to properly dispose of the collected waste, whom they have

utilized since 2008. An RFP will be issued in FY12 to formally contract with a

vendor for future City-Wide recycling events.



Funds are budgeted in the FY11 Budget: Integrated Waste Management Fund ?

Public Services ? Solid Waste Collection ? Contractual Services;

0207-260-3510-GARB-6319.



?ITEM A?

A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) 4X4 MID-SIZE SUV FROM

ALLAN VIGIL FORD (MORROW, GA), IN THE AMOUNT OF $23,789.00, AND THREE (3)

EXTENDED CAB, 4X2 PICKUP TRUCKS FROM RIVERTOWN FORD (COLUMBUS, GA), IN THE

AMOUNT OF $40,998.93.



WHEREAS, the 4x4 Mid-Size SUV and one (1) Extended Cab, 4x2 Pickup

Truck will be used by the Department of Inspections & Code to transport

personnel and equipment to and from job sites; and,



WHEREAS, the remaining two (2) Extended Cab, 4x2 Pickup Trucks are

replacement vehicles that will be used by the Columbus Parks and Recreation

Department.



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



That the City Manager is hereby authorized to purchase one (1) 4x4 Mid-Size SUV

from Allan Vigil Ford (Morrow, GA) in the amount of $23,789.00, and three (3)

Extended Cab, 4x2 Pickup Trucks from Rivertown Ford (Columbus, GA) in the

amount of $40,998.93. Funds for the 4x4 Mid-Size SUV and one (1) Extended Cab,

4x2 Pickup Truck are budgeted in the FY11 Budget: General Fund ? Miscellaneous

? Contingency ? Contingency; 0101-590-2000-CONT-9801.



Funds for the remaining two (2) Extended Cab, 4x2 Pickup Trucks are budgeted in

the FY11 Budget: Special Proj ? Capital Proj Fund ? Capital Projects ? Gen

Fund Supported Cap Project ? Capital Expend ? Over $5,000 ? Vehicle

Replacement; 0508-660-1000-CPGF-7761-22175-20110.

___________________________



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

held the _________ day of ____________, 2011 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM B?

A RESOLUTION



NO._____



A RESOLUTION AUTHORIZING THE PURCHASE OF TEN (10) EAGLEYE MODEL 200

DIGITAL IN-CAR VIDEO SYSTEMS, WHICH INCLUDES TWO (2) 32GB SD CARDS, LCD MONITOR

AND BODY PACK, FROM COLUMBUS COMMUNICATIONS, INC. (COLUMBUS, GA), IN THE AMOUNT

OF $34,650.00.



WHEREAS, the Eagleye Model 200 Digital In-Car Video Systems will be

used by the Columbus Police Department to record current events handled by Law

Enforcement; and,



WHEREAS, the awarded vendor will be required to remove the old video

systems from ten pursuit vehicles and install the new video systems in

vehicles. All work must take place at a secure location in Columbus, Georgia

to avoid the necessity of transporting the vehicle to and from an out of town

location.



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



That the City Manager is hereby authorized to purchase ten (10) Eagleye Model

200 Digital In-Car Video Systems, which includes two (2) 32Gb SD Cards, LCD

Monitor and Body Pack, from Columbus Communications (Columbus, GA) in the

amount of $34,650.00. Funds for the In-Car Video Systems are budgeted in the

FY11 Budget: LOST-Public Safety ? Police ? Public Safety-LOST ? Capital

Expend-Over $5,000; 0102-400-9900-LOST-7761.

___________________________



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

held the _________ day of ____________, 2011 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM C?

A RESOLUTION



NO._____



A RESOLUTION AUTHORIZING PURCHASE OF REINFORCED CONCRETE PIPES, CONCRETE BOX

CULVERTS AND MANHOLES DIRECTLY FROM THE VENDORS UTILIZED BY REYNOLDS, INC., THE

CONTRACTOR THAT WAS AWARDED THE FLOOD ABATEMENT PROJECT AT 6TH AVENUE AND SIDE

STREETS SYSTEM. THE ESTIMATED COST FOR THE REINFORCED CONCRETE PIPES, CONCRETE

BOX CULVERTS AND MANHOLES IS $5,003,190.87.



WHEREAS, Resolution No. 204-07 authorized the execution of a contract with

Reynolds, Inc., for Contract I of the 6th Avenue Flood Abatement Project; and

authorized the Engineering Department to purchase box culvert and check valve

materials directly from the vendors utilized by Reynolds, Inc.; and,



WHEREAS, Resolution No. 83-11 authorized the execution of a contract with

Reynolds, Inc., for Contract II of the 6th Avenue Flood Abatement Project.

However, the resolution did not authorize the Engineering Department to

purchase reinforced concrete pipes, concrete box culverts and manholes.



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



That the City Manager is hereby authorized to allow the Engineering

Department to purchase reinforced concrete pipes, concrete box culverts and

manholes directly from the vendors utilized by Reynolds, Inc., the contractor

that was awarded the Flood Abatement Project at 6th Avenue & Side Streets

System. The estimated cost for the reinforced concrete pipes, concrete box

culverts and manholes is $5,003,190.87. Funds are budgeted in the FY11

Budget: 2010A CBA Bonds - 6th Avenue Storm Water/Flood Abatement -

Drainage/Street Improvements; 0558-800-2170-BASF-7622-81002-20100, 2010B CBA

Bonds - 6th Avenue Storm Water/Flood Abatement - Drainage/Street Improvements;

0559-800-2171-BASF-7622-82007-20100.

______________________________



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

the _________ day of ____________, 2011 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM D?



A RESOLUTION



NO._____



A RESOLUTION AUTHORIZING THE PURCHASE OF VARIOUS TYPES OF UNIFORM

PATCHES AND EMBLEMS FROM MIDWEST SWISS EMBLEMS (CHICAGO, IL), THE EMBLEM

AUTHORITY (ASHEVILLE, NC) AND SCHWEIZER EMBLEM COMPANY (PARK RIDGE, IL) FOR THE

TOTAL ESTIMATED ANNUAL CONTRACT VALUE OF $25,492.98.



WHEREAS, the patches will be purchased on an "as needed" basis by

Public Services, Fire & EMS Department, Police Department, Marshal?s Office,

Sheriff?s Office, Metra and the Muscogee County Prison; and,



WHEREAS, the term of contract shall 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.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase various types of

patches and emblems from Midwest Swiss Emblems, The Emblem Authority and

Schweizer Emblem Company for the estimated annual contract value of $25,492.98.

Funds are budgeted each fiscal year for this ongoing expense: General Fund -

Police Department - Support Services - Operating Materials;

0101-400-2200-STAF-6728; Fire & EMS, Logistics/Support ? Operating Materials,

Uniforms; 0101-410-3610-LOGI-6728, 6781; Marshal?s Department ? Uniforms;

0101-530-3000-MRSH-6781; Sheriff?s Department ? Jail ? Uniforms;

0101-550-2600-JAIL-6781; Muscogee County Prison ? Warden ? Uniforms;

0101-420-1000-MCCI-6781; Transportation Fund ? Metra Operations ? Uniforms;

0751-610-2100-METO-6781; Public Services ? Various Accounts - Uniforms.

_______________



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

the _________ day of ____________, 2011 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM E?

A RESOLUTION



NO._____



A RESOLUTION AUTHORIZING PAYMENT TO CLEAN HARBORS ENV SERVICES, INC.,

IN THE AMOUNT OF $36,799.14, FOR PROVIDING RECYCLING AND DISPOSITION SERVICES

OF COLLECTED WASTE FOR THE CITY-WIDE RECYCLING AND COMMUNITY CLEAN UP PROJECT.



WHEREAS, Keep Columbus Beautiful Commission organized and sponsored the

Household Hazardous Waste Recycling, Electronics & Computer Recycling, and City

Wide Community Cleanup, held in March, 2011; and,



WHEREAS, the Commission contracted with Clean Harbors Env Services to properly

dispose of the collected waste, whom they have utilized since 2008. An RFP

will be issued in FY12 to formally contract with a vendor for future City-Wide

recycling events.



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



That the City Manager is hereby authorized to make payment to Clean Harbors Env

Services, Inc., in the amount of $36,799.14, for providing recycling and

disposition services of collected waste for the city-wide recycling and

community clean up project. Funds are budgeted in the FY11 Budget: Integrated

Waste Management Fund ? Public Services ? Solid Waste Collection ? Contractual

Services; 0207-260-3510-GARB-6319.

___________________________



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

held the _________ day of ____________, 2011 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



Attachments


No attachments for this document.

Back to List