Columbus, Georgia

Georgia's First Consolidated Government

Post Office Box 1340
Columbus, Georgia, 31902-1340
(706) 653-4013
fax (706) 653-4016
Council Members

Attachments


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.
Back to List