Agenda Item #___1_____
Columbus Consolidated Government
Council Meeting
May 13, 2003
Agenda Report #_____59___
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) TREE TRIMMING AND REMOVAL SERVICES (ANNUAL CONTRACT) ? BID NO. 03-0090
It is requested that Council approve the annual contract for Tree Trimming and
Removal Services from Asplundh for the annual contract value of $81,984.00.
The City Arborist has estimated that during the first year of the contract
there will be approximately 21 weeks of work with limited overtime. The
overtime may be required during periods of storm emergencies. Therefore, the
estimated annual contract value was determined based on the 21 weeks of work
multiplied by 40 hours per week; which equates to 840 hours, multiplied by the
base bid of $97.60 per hour. However, if budgetary cuts are made, it may be
necessary to reduce the contract to less than 21 weeks. The Contractor will
furnish all necessary supervision, labor, equipment, tools, transportation and
other resources for pruning, trimming, dead wooding and removal of City owned
trees in compliance with National Arborist Association (NAA) Standards and ANSI
A300 Standards. All work performed by the Contractor will be subject to
inspection by the Public Service Department, City Arborist or designated
representatives.
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.
Bid invitations were mailed to forty-nine vendors; five bids were received
April 9, 2003. This bid has been advertised, opened and reviewed. The bidders
were:
Total Base Bid Per Hour
Asplundh (Scottdale, GA) $97.60/hr
*Trees, Inc. (Houston, TX) 91.30/hr
Georgia Power (Columbus, GA) 108.75/hr
Caldwell Tree Care (Roswell, GA) 193.50/hr
Diversified Trees (Pine Mountain, GA) 196.75/hr
*Trees, Inc., failed to list an ISA Certified Arborist as the principal crew
leader/trimmer or as the supervisor in their employment, therefore the bid was
deemed incomplete. The vendor was notified, in writing, of the evaluation
results.
Funds are budgeted each fiscal year for this on going expense. Public
Services, Landscape and Forestry ? Contractual Services;
0203-260-2800-LAND-6319.
* * * * * *
(B) LOKEY DRIVE DRAINAGE IMPROVEMENTS ? BID NO. 03-0092
It is requested that Council authorize the execution of a construction contract
with Robinson Paving Company for drainage improvements in the amount of
$104,385.00. The contractor will provide drainage improvements at Lokey Drive.
Fifty-two bid invitations were mailed; five bids were received on April 23,
2003. This bid has been advertised, opened and reviewed. The bidders were:
Contractor Bid Amount
Robinson Paving Company (Columbus, GA) $ 104,385.00
McMath-Turner Construction (Columbus, GA) 106,477.80
Kam, Inc. (Columbus, GA) 108,247.50
Alexander Contracting Company (Columbus, GA) 140,346.00
Weber Construction, Inc. (Buena Vista, GA) 149,730.00
Funds are available in FY03 Budget, Capital Projects-Sewer Fund Supported,
Drainage/Street Improvements ? Lokey Estates Drainage;
0508-660-2000-CPSF-7622-20793030.
* * * * * *
(C) RENOVATIONS AND ADDITIONS TO FLUELLEN COMMUNITY CENTER ? BID NO. 03-0079
It is requested that Council authorize the execution of a construction contract
with WCCI, Inc., for renovations and additions to Fluellen Community Center in
the amount of $429,513.00. The project consists of community room renovations,
crafts room addition, kitchen renovations, and offices, storage and accessory
spaces. Site and exterior renovations are also included.
One hundred fifty-three bid invitations were mailed; eight bids were received
on March 19, 2003. This bid has been advertised, opened and reviewed. The
bidders were:
Contractor Bid Amount
WCCI, Inc. (Columbus, GA) $ 429,513.00
*Profire, Inc. 399,939.00
Warren Scott Contracting Company (Americus, GA) 442,000.00
D. Dean & Associates (Columbus, GA) 446,000.00
Weber Construction, Inc. (Buena Vista, GA) 454,200.00
Harmon Masonry & Construction, Inc. (Macon, GA) 462,805.00
Calhoun Construction Company (Columbus, GA) 517,249.87
Holley Construction Company (Columbus, GA) 518,000.00
*Due to errors in the preparation of their bid, Profire, Inc., submitted a
written request to withdraw their bid; the Purchasing Division honored the
contractor?s request.
Funds are budgeted in FY03 Budget, Community Development Block Grant Fund ?
Chief Administrator, Neighborhood Parks-CDBG, Site Improvements;
0210-130-4451-NPRK-7623.
* * * * * *
(D) DICTAPHONE RECORDING EQUIPMENT MAINTENANCE AGREEMENT
It is requested that Council approve payment for the annual maintenance
agreement for the 911 Center?s Recording System from Dictaphone in the amount
of $12,707.00. The Police Department operates a Dictaphone multi-channel
digital recording system to record all telephone and radio traffic that passes
through the 911 Center. This recording equipment is critical for record
keeping and quality assurance in the 911 Center and provides the official
record of the activity in the Center. The City has maintained a full coverage
maintenance agreement on this equipment due to its importance and as an expense
control measure when making the necessary repairs and adjustments to this
equipment. This maintenance agreement provides complete coverage of any
problems that might arise as the equipment is used.
This maintenance agreement will insure that the City receives complete and cost
effective support of this equipment and allows control of operating costs
associated with the Digital Recording System.
On March 27, 1990, per Resolution 155-90, the purchase of the original
40-channel recorder was awarded to Dictaphone Corporation in the amount of
$44,411.00. Therefore, Dictaphone Corporation is considered an only known
source for the maintenance of this equipment, per Section 3-114 of the
Procurement Ordinance.
Funds are budgeted in the FY03 Budget, Emergency Telephone Fund ? Police, E911
Communications Center, Service Contracts; 0209-400-3220-E911-6513.
(E) COUNTYWIDE BRIDGE/CULVERT REPAIR, CONTRACT ONE ? BID NO. 03-0089
It is requested that Council authorize the execution of a construction contract
with National Gunite for bridge/culvert repairs in the amount of $451,150.00.
The contractor will repair bridges and culverts in Muscogee County at Fort
Benning Road over Bull Creek tributary, Leary Avenue over Bull Creek tributary,
Woodruff Farm Road over Bull Creek tributary, Shannon Drive over Weracoba
Creek, Webster Avenue over Weracoba Creek, Hawaii Way over Bull Creek
tributary, Warren Williams Road over Weracoba Creek, Cusseta Road over Weracoba
Creek, Buena Vista Road over Bull Creek, East Flat Rock Drive over Flat Rock
Creek, East Lindsay Drive over Lindsay Creek, Floyd Road over Mill Creek and
Dillingham Street over Chattahoochee River.
Two hundred fourteen bid invitations were mailed; two bids were received on
April 16, 2003. This bid has been advertised, opened and reviewed. The
bidders were:
Contractor Bid Amount
National Gunite (Lewisville, TX) $451,150.00
Gerald Brooks Construction (Phenix City, AL) 644,294.40
Funds are Budgeted in FY03 Budget, 1999 SPLOST Road/Street/Bridge ? Road
Construction, Bridge Repair Design; 0540-695-2126-TXRB-7641-50314030.
* * * * * *
(F) BACK SUPPORT SAFETY BELTS & SAFETY VESTS (RE-BID) (ANNUAL CONTRACT) - BID
NO. 03-0088
It is requested that Council approve the purchase of back support safety belts
and safety vests from Systems Unlimited, Colonial Industrial Products South,
New York Orthopedic USA, Inc., and Anderson/ASA Safety Supply for the estimated
annual contract value of $9,373.00. The back support safety belts and safety
vests will be used by various City employees while performing tasks that
require continuous bending, lifting heavy objects and working in areas with
poor visibility.
The items will be purchased on an ?as needed? basis. The contract term will
be for one year, with the option to renew for two twelve-month periods.
Renewal of the contract is contingent upon the mutual agreement of the City and
the contracted vendors.
Fifty-four bid packages were mailed; twenty-four bid responses were received
March 12, 2003. This bid has been advertised, opened and reviewed. The
bidders were:
* Reliable Custodial, Environmental Tech, Mallory Company and Rental Service
failed to include, in their bid, the required samples, and/or response to
specification form; therefore, the vendors? bid was deemed incomplete. The
Purchasing Division notified the vendors, in writing, of the findings.
* * * * * *
(G) BANKING SERVICES (ANNUAL CONTRACT) ? RFP NO. 03-0022
It is requested that Council approve the execution of a contract with Columbus
Bank & Trust for banking services. It is expected that the qualified banking
institute will offer the highest quality service at the lowest cost to the
taxpayers, and will maintain efficient operation and optimal return on
investment of idle cash for the benefit of the City. Contracting with Columbus
Bank & Trust will enable the City to invest balances overnight and receive
revenue from the money invested overnight.
Columbus Bank & Trust received the highest ranking and met and/or exceeded the
minimum qualifications of the RFP specifications listed below:
? Maintain a full-service home office or branch in Columbus, Georgia and have a
branch network convenient to the City operations.
? Has expertise on staff to provide a full range of banking services to the
City.
? Has a secure web-based reporting system, which includes a minimum of the
following:
a. Daily reporting of ledger, collected, and available balances, total debits
and credits, detail debits and credits.
b. Account detail for current month and one prior month for review of
transactions.
c. Concentration/zero balance accounts daily interaction reporting.
d. Presentments of checks for controlled disbursement accounts not later than
10:00 a.m. each day.
e. Wire transfer, ACH/EFT, and internal transfer initiation and authorization
f. Columbus Consolidated Government originated stop payments of check
g. Return items charged against all city accounts.
h. Monthly statements to include check images.
? Maintain a portfolio of investments and provide monthly report listing
securities and market value, safe kept by a third party (i.e. The Federal
Reserve Bank) and pledged to the City.
The term of this contract shall be for a period of five (5) years, beginning
July 1, 2003. The contract will be contingent upon annual appropriations of
funds by the Columbus Council in accordance with Official Code of Georgia
Annotated Section 36-60-13, which states the contract will terminate at the
close of each fiscal year but will automatically renew absent any positive
action by the City.
Request for proposals were mailed to eight vendors and the RFP has been
advertised. A Mandatory Pre-Proposal Conference was held March 5, 2003, with
eleven representatives from six banks attending. Proposals were received March
21, 2003 from the following five offerors:
Columbus Bank & Trust (Columbus, GA)
Wachovia Bank (Columbus, GA)
SouthTrust Bank (Columbus, GA)
SunTrust Bank (Columbus, GA)
Citizen Trust (Columbus, GA)
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from Finance, Parks & Recreation, Information Technology, Civic
Center and Metra. The committee also consisted of three non-voting Advisors
from the Finance Department. During the evaluation process, Columbus Bank &
Trust was deemed most responsive to the RFP. The City?s Procurement Ordinance
Article 3-110, Competitive Sealed Proposals for the procurement of Equipment,
Supplies and Professional Services, governs the RFP Process. During the
process of an RFP there is no formal opening, due to the possibility of
negotiated components of the proposal. In the event Council does not approve
the recommended offeror(s), no proposal responses or any negotiated components
are made public until after the award of the contract. If Council does not
approve the recommended offeror, negotiations will begin with the next highest
ranked, responsive offeror. The cost information and evaluation results have
been submitted to the City Manager in a separate memo for informational
purposes.
Funds are available each fiscal year for this on-going expense, Finance
Department ? Revenue Collections ? Contractual Services;
0101-200-2300-TRSY-6319.
* * * * * *
(H) ENGINEERING SERVICES RELATED TO THE DEVELOPMENT OF A MASTER PLAN FOR
ENHANCEMENTS TO THE STORM WATER INFRASTRUCTURE SYSTEMS IN THE OLD TOWNE BASIN
AND THROUGHOUT COLUMBUS-MUSCOGEE COUNTY ? RFP NO. 03-0021
It is requested that Council authorize the execution of an engineering contract
with Jordan, Jones & Goulding, Inc., for the development of a master plan for
the enhancements to the storm water infrastructure in the Old Towne Basin, Bibb
City and other parts of Columbus-Muscogee County. Services during the contract
shall include, but not be limited to, planning, studying, inventorying,
prioritizing, designing and contract preparation and administration to include
inspection during construction.
The City and the Columbus Water Works had a report prepared of the physical
condition and hydraulic capacity of the combined sewer collection system in the
Old Towne Drainage Basin. The report also recommended capital improvements to
reduce the incidences of flooding in the Weracoba Basin. Pipes were
prioritized based on the condition of the pipe and the need for
repair/replacement. Priority One's were targeted first.
Portions of the reports have been implemented through SPLOST funding. Priority
One?s and Two?s have been or will be rehabilitated/replaced under this
program. Additional funding will be available with Bond proceeds. It is
intended as part of this contract to prioritize and rehabilitate/replace those
structures identified as Priority Three?s in the Old Towne Basin Study with the
available funding. The contract will also include making recommendations and
possible design for addressing the deteriorating laterals in the Old Towne
Basin.
The program to implement the recommendations for the Old Towne Flood Abatement
will be designed and construction funded through the SPLOST program.
Improvements in Bibb City will be funded through CDBG and the bond proceeds.
Additional funding for these services is available from bond proceeds. This
contract will include services to complete this program.
With the aging infrastructure throughout Muscogee County, it is the desire of
the City to develop a Master Plan for addressing the rehabilitation/replacement
of those structures and provide construction documents and contract
administration/inspection as funding becomes available.
Requests for proposals were mailed to one hundred twenty-eight vendors and this
RFP has been advertised. Three proposals were received on February 20, 2003:
Jordan, Jones & Goulding, Inc. (Columbus, GA)
Stantec Consulting Services, Inc. (Macon, GA)
W. K. Dickson & Company, Inc. (Atlanta, GA)
The proposals were reviewed by the Evaluation Committee, which consisted of
representatives from the City Manager?s Office, Engineering Department and
Community Reinvestment. During the evaluation process, Jordan, Jones &
Goulding was deemed most responsive to the RFP. The City?s Procurement
Ordinance, Article 3-111, Architectural/Engineering and Land Surveying
Services, governs the RFP process. This process insures the City obtains the
most qualified offeror to provide the equipment, supplies and/or services
required. During the process of an RFP, there is no formal opening, due to the
possibility of negotiated components of the proposal. In the event Council
does not approve the recommended offeror, no proposal responses or any
negotiated components are made public until after the award of the contract.
If Council does not approve the recommended offeror, negotiations will begin
with the next highest-ranked, responsive offeror.
Funding for this project is provided by 1999 SPLOST, Columbus Building
Authority Lease Revenue Bonds, Series 2003B and Sewer Fund Supported Capital
Projects.
* * * * * *
(I) PURCHASE OF A FIFTEEN (15) PASSENGER VAN
It is requested that Council approve the purchase of a Fifteen (15) Passenger
Van via Georgia State Contract, SWC S-000483, from University Ford (Bogart, GA)
in the amount of $22,078.00.
The van is a replacement and will be used by route supervisors to assist in
transporting passengers or keeping buses on schedule. There have been two
attempts to formally bid the van. The first bid advertisement was on November
26, 2002; no vendors submitted bids. However, after reviewing
questions/clarifications, and ?no bid? responses from vendors, METRA revised
the specifications and the van was advertised for bid a second time with bids
due on March 28. Again, no vendors submitted bids. The following comments
were submitted by vendors as reasons for not submitting bids:
? ?The charge per day for the delay in manual delivery is out of vendor?s
control.? (METRA waived this charge; the vendor was notified. However, they
still did not submit a bid.)
? ?Unable to meet specs. We can order off State Wide Contract without
additional equipment.?
? ?Due to federal regulations Chrysler does not offer 15 passenger van after
2002.?
Funds are budgeted in FY03 Budget, Transportation Fund ? METRA FTA, Capital
Expenditures over $5,000.00; 0751-610-2400-MFTA-7722; (City 10%; Federal 80%
and state 10%).
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF AN ANNUAL CONTRACT FOR TREE TRIMMING
AND REMOVAL SERVICES FROM ASPLUNDH ON AN, ?AS NEEDED BASIS,? FOR THE ESTIMATED
ANNUAL CONTRACT VALUE OF $81,984.00
WHEREAS, during the first year of the contract there is approximately
21 weeks of work with limited overtime. The overtime may be required during
periods of storm emergencies. However, if budgetary cuts are made, it may be
necessary to reduce the contract to less than 21 weeks.
WHEREAS, Contractor will furnish all necessary supervision, labor, equipment,
tools, transportation and other resources for pruning, trimming, dead wooding
and removal of City owned trees in compliance with National Arborist
Association (NAA) Standards and ANSI A300 Standards. All work performed by the
Contractor will be subject to inspection by the Public Service Department, City
Arborist or designated representatives; and,
WHEREAS, 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.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute an annual
contract for Tree Trimming and Removal Services from Asplundh on an ?as needed
basis? for the estimated annual contract value of $81,984. 00. Funds are
budgeted each fiscal year for this on going expense. Public Services,
Landscape and Forestry ? Contractual Services; 0203-260-2800-LAND-6319.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2003 and adopted at said meeting by
the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
__________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert Poydasheff, Mayor
?ITEM B?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH ROBINSON
PAVING COMPANY FOR DRAINAGE IMPROVEMENTS IN THE AMOUNT OF $104,385.00.
WHEREAS, The contractor will provide drainage improvements at Lokey Drive.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a construction contract
with Robinson Paving Company for drainage improvements in the amount of
$104,385.00. Funds are available in FY03 Budget, Capital Projects-Sewer Fund
Supported, Drainage/Street Improvements ? Lokey Estates Drainage;
0508-660-2000-CPSF-7622-20793030.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _________________, 2003 and adopted at said meeting
by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM C?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH WCCI,
INC., FOR RENOVATIONS AND ADDITIONS TO FLUELLEN COMMUNITY CENTER IN THE AMOUNT
OF $429,513.00.
WHEREAS, The project consists of community room renovations, crafts
room addition, kitchen renovations, and offices, storage and accessory spaces.
Site and exterior renovations are also included.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a construction
contract with WCCI, Inc., for renovations and additions to Fluellen Community
Center in the amount of $429,513.00. Funds are budgeted in FY03 Budget,
Community Development Block Grant Fund ? Chief Administrator, Neighborhood
Parks-CDBG, Site Improvements; 0210-130-4451-NPRK-7623.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _________________, 2003 and adopted at said meeting
by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM D?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING PAYMENT TO DICTAPHONE CORPORATION IN THE AMOUNT OF
$12,707.00 FOR THE ANNUAL MAINTENANCE AGREEMENT FOR THE DIGITAL RECORDING
SYSTEM IN THE 911 CENTER.
WHEREAS, The Police Department operates a Dictaphone multi-channel digital
recording system to record all telephone and radio traffic that passes through
the 911 Center. This recording equipment is critical for record keeping and
quality assurance in the 911 Center and provides the official record of the
activity in the Center. This maintenance agreement will insure that the City
receives complete and cost effective support of this equipment and allows
control of operating costs associated with the Digital Recording System; and
WHEREAS, On March 27, 1990, per Resolution 155-90, the purchase of the
original 40-channel recorder was awarded to Dictaphone Corporation in the
amount of $44,411.00. Therefore, Dictaphone Corporation is considered an only
known source for the maintenance of this equipment, per Section 3-114 of the
Procurement Ordinance.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City manager is hereby authorized to pay Dictaphone Corporation in the
amount of $12,707.00 for the annual maintenance agreement for the 911 Center?s
Digital Recording System. Funds are budgeted in the FY03 Budget, Emergency
Telephone Fund? Police, E911 Communications Center, Service Contracts;
0209-400-3220-E911-6513.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of _________________, 2003 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting .
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM E?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT NATIONAL
GUNITE FOR BRIDGE/CULVERT REPAIRS IN THE AMOUNT OF $451,150.00
WHEREAS, The contractor will repair bridges and culverts in Muscogee
County at Fort Benning Road over Bull Creek tributary, Leary Avenue over Bull
Creek tributary, Woodruff Farm Road over Bull Creek tributary, Shannon Drive
over Weracoba Creek, Webster Avenue over Weracoba Creek, Hawaii Way over Bull
Creek tributary, Warren Williams Road over Weracoba Creek, Cusseta Road over
Weracoba Creek, Buena Vista Road over Bull Creek, East Flat Rock Drive over
Flat Rock Creek, East Lindsay Drive over Lindsay Creek, Floyd Road over Mill
Creek and Dillingham Street over Chattahoochee River.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a construction
contract a construction contract with National Gunite for bridge/culvert
repairs in the amount of $451,150.00. Funds are budgeted in FY03 Budget, 1999
SPLOST Road/Street/Bridge ? Road Construction, Bridge Repair Design;
540-695-2126-TXRB-7641-50314030.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _________________, 2003 and adopted at said meeting
by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM F?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF BACK SUPPORT SAFETY BELTS & SAFETY
VESTS FROM SYSTEMS UNLIMITED, COLONIAL INDUSTRIAL PRODUCTS SOUTH, NEW YORK
ORTHOPEDIC USA, INC., AND ANDERSON/ASA SAFETY SUPPLY, ON AN ?AS NEEDED BASIS,?
FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $9,373.00.
WHEREAS, the items will be used by various City employees while performing
tasks that require continuous bending, lifting heavy objects, and working in
areas with poor visibility; and,
WHEREAS, the contract period will be for one year, with the option to renew for
two additional twelve-month periods. Renewal of the contract is contingent
upon the mutual agreement of the City and the contracted vendors.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase back support safety
belts and safety vests from Systems Unlimited, Colonial Industrial Products
South, New York Orthopedic USA, Inc., and Anderson/ASA Safety Supply for the
estimated annual contract value of $9,373. Funds are budgeted each fiscal year
for this on-going expense, various departments - Operating Materials; 6728.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2003 and adopted at said meeting by
the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
__________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert Poydasheff, Mayor
?ITEM G?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE NEGOTIATION OF A CONTRACT WITH COLUMBUS BANK &
TRUST FOR BANKING SERVICES.
WHEREAS, an RFP was administered (RFP No. 03-0022) and five proposals were
received; and,
WHEREAS, the proposals submitted by Columbus Bank & Trust met all proposal
requirements and is deemed most responsive to the RFP; and,
WHEREAS, the term of this contract shall be for five years beginning July 1,
2003.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to negotiate a contract with
Columbus Bank & Trust for Banking Services. Funds are available each fiscal
year for this on-going expense, Finance Department ? Revenue Collections ?
Contractual Services, 0101-200-2300-TRSY-6319, Contractual Services.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _________________, 2003 and adopted at said meeting
by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
__________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert Poydasheff, Mayor
?ITEM H?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF AN ENGINEERING CONTRACT WITH JORDAN,
JONES & GOULDING, INC., FOR THE DEVELOPMENT OF A MASTER PLAN FOR THE
ENHANCEMENTS TO THE STORM WATER INFRASTRUCTURE IN THE OLD TOWNE BASIN, BIBB
CITY AND OTHER PARTS OF COLUMBUS-MUSCOGEE COUNTY.
WHEREAS, an RFP was administered (RFP No. 03-0021) and three proposals were
received; and,
WHEREAS, the proposal submitted by Jordan, Jones & Goulding, Inc., met all
proposal requirements and is deemed most responsive to the RFP.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute an engineering
contract with Jordan, Jones & Goulding, Inc., for the development of a master
plan for the enhancements to the storm water infrastructure in the Old Towne
Basin, Bibb City and other parts of Columbus-Muscogee County. Funding for this
project is provided by 1999 SPLOST, Columbus Building Authority Lease Revenue
Bonds, Series 2003B, and Sewer Fund Supported Capital Projects.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of _________________, 2003 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM I?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF A FIFTEEN (15) PASSENGER VAN
VIA GEORGIA STATE CONTRACT, SWC S-000483, FROM UNIVERSITY FORD IN THE AMOUNT OF
$22,078.00.
WHEREAS, The van is a replacement and will be used by route
supervisors to assist in transporting passengers or keeping buses on schedule.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase a Fifteen (15) Passenger
Van via Georgia State Contract, SWC S-000483, from University Ford in the
amount of $22,078.00. Funds are budgeted in FY03 Budget, Transportation Fund ?
METRA FTA, Light Trucks; 0751-610-2400-MFTA-7722; (City 10%; Federal 80% and
state 10%).
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of _________________, 2003 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
DATE: May 13, 2003
TO: Mayor and Councilors
FROM: Kay Love, Director of Finance
SUBJECT: Advertised Bids
May 16, 2003
1. 30 Ft Low Floor Clean Diesel Transit Bus ? Bid No. 03-0067
Scope of Bid
Provide a 30 Ft Low Floor Clean Diesel Transit Bus to be used by the METRA
Transit System.
2. Time Synchronization System ? RFP No. 03-0028
Scope of RFP
Provide and install a Clock Synchronization System for the Columbus Public
Safety/911 Emergency Communications Center. The City will only consider
specifically designed and engineered ?Emergency Communications Workstation
Systems?.
May 21, 2003
1. Engineering and Design Services for Landfill Gas Control and Collection
System ? RFP No. 03-0029
Provide engineering services for the design of a landfill gas collection and
control system for Pine Grove Municipal Solid Waste Landfill (MSW) and the
installation of gas collection wells in Phase 1, Cells A & B with flare
stations. The design must provide for the installation of gas collection wells
in Phase 1, Cells A & B with flare station.