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 30, 2004





Agenda Report #___________





TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department



(A) DRESS AND WORK UNIFORMS (ANNUAL CONTRACT) ? RFB NO. 05-0001



It is requested that Council approve the purchase of dress and work uniforms

from All American Uniforms on an ?as needed basis? in the estimated annual

contract value of $570,838.36. The uniforms will be utilized by various

departments to include Police, Sheriff, Marshal, MCPrison, Fire/EMS, Public

Services, METRA, Inspections & Codes, Engineering, Parks and Recreation, and

the Civic Center.



The contract period shall be for one year, with the option to renew for two

additional twelve-month periods. Contract renewal will be contingent upon

mutual agreement of the City and the Contractor.



Seven bids were mailed; three bids were received on August 25, 2004. This bid

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



DEPARTMENT ALL AMERICAN

UNIFORMS

(Columbus, GA) RIVERSIDE MFG

COMPANY

(Moultrie, GA) ARAMARK

(Norwell, MA)

SECTION 1: Police Dept $211627.20 No Bid No Bid

SECTION II: Inspections & Code 9,951.62 10,816.86 No Bid

SECTION III: Sheriff 67,244.20 No Bid No Bid

SECTION IV: Jail 29,598.40 No Bid No Bid

SECTION V: Marshal 9,690.83 9,651.99* No Bid

SECTION VI: MC Prison 73,232.90 No Bid No Bid

SECTION VII: METRA 6,073.16 5,422.15** No Bid

SECTION VIII: Fire/EMS 71,342.15 71,044.00* No Bid

SECTION IX: Public Services 22630.36 No Bid No Bid

SECTION X: Work Uniforms 69,447.54 No Bid $83,768.64

TOTAL AWARD $570,838.36 $99,935.00 $83,768.54

* The local vendor is recommended for award of sections V and VIII due to the

2% local preference.



** METRA utilizes other sections of the uniform bid, therefore they requested

to be allowed to purchase all their uniforms from All American.



Funds are budgeted each fiscal year for this on going expense; Police, Sheriff,

Marshal, MCP, Fire/EMS, Public Services, METRA, Inspection & Code, Engineering,

Parks and Recreation, and the Civic Center - Uniforms, 0101-400-2200-STAF-6781,

0101-550-1000-SHRF-6781, 0101-530-3000-MRSH-6781, 0101-420-1000-MCP-6781,

0101-410-3610-LOGI-6781, 0101-260-2300-VHCL-6781, 0203-260-3110-REPR-6781,

0203-260-2100-STRT-6781, 0202-260-3210-SWRM-6781, 0203-260-3120-ROWM-6781,

0207-260-3510-GARB-6781, 0101-260-2400-SPCL-6781, 0751-610-2200-METM-6781,

0751-610-2300-METD-6781, 0751-610-2100-METO-6781, 0101-240-2200-INSP-6781,

0757-160-1000-CIVC-6781, 0203-250-2200-ROAD-6781, 0202-250-2300-DRAN-6781,

0202-250-2600-STRM-6781, 0101-270-2100-PSRV-6781, 0101-270-2400-RECR-6781,

0101-270-3505-CSOP-6781.



* * * * * *



(B) LEASE TRACTOR PURCHASE



It is requested that Council approve the purchase of a leased tractor from

Melson Tractor Company in the amount of $14,929.60. Per annual contract, Bid

No.01-0045, the City currently leases one tractor, a Kubota M6800, at a cost of

$650 per month or $5,850 for nine (9) months. The tractor will be used for

cutting of the City?s Right-of-Ways as well as other work performed by the

division. Grass is cut year round and it is much more economical to purchase

the tractor than it is to lease. This tractor will last a minimum of 10 years

and possibly more. The City used to lease ten (10) tractors and is currently

leasing one tractor. The tractor will be paid for in 3.4 years with little

cost in repair and maintenance anticipated, through experience, for the life of

the tractor.



Funds are available in FY05 Budget, Public Services, Right of Way Maintenance ?

Off Road Equipment; 0203-260-3120-ROWM-7725.



* * * * * * *



(C) EMPLOYEE PHYSICALS (ANNUAL CONTRACT) ? RFP NO. 05-0003



It is requested that Council approve the contract for employee physicals from

Occupational Medicine. The contractor will provide pre-employment physicals,

periodic employee physicals, drug/alcohol testing and related employee health

services. The services are needed to insure that applicants and employees are

physically qualified to perform the required tasks of the position assigned.

No minimum number of applicants or employees is guaranteed; therefore services

will be required on an ?as needed basis?.



The services are for the following:

? Pre-employment physicals for General Government employees

? Complete medical examinations for the Fire/ EMS Hazmat Team and the High

Angle Rope Rescue Team

? Complete medical examinations for the Fire/EMS Special Operations and Dive

Rescue Teams

? Complete medical examinations for the Police Officers

? Complete medical examinations for the Sheriff Deputies



The initial term of the contract shall be for two years, with the option to

renew for three additional twelve-month periods. The contract renewal will be

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



Request for proposals were mailed to fifteen vendors and the RFP has been

advertised. Proposals were received, September 3, 2004 from the following

three offerors:



Occupational Medicine (Columbus, GA)

Concentra Medical Centre (Columbus, GA)

Acute Care Express (Columbus, GA)



Proposals were reviewed by the Evaluation Committee members, which consisted of

representatives from Columbus Fire & EMS, Human Resources, Public Services,

City Manager, Sheriff and Police Departments. During the evaluation process,

Occupational Medicine was deemed the most responsive to the RFP. The RFP

process is governed by the City?s Procurement Ordinance Article 3-110,

Competitive Sealed Proposals for the procurement of Equipment, Supplies and

Professional Services. 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 responsive offeror. Evaluation results

and proposed costs have been submitted to the City Manager in a separate memo

for information purposes.



Funds are budgeted each fiscal year for this ongoing service. Various

Departments ? Pre-Employment Physicals.



* * * * * * *



(D) E-911 RECURRING CHARGES



It is requested that Council authorize reimbursement to Verizon Wireless in the

amount of $11,562.14 for E-911 recurring charges for April, May and June 2004,

and approve reimbursements for future recurring charges.



Funds, for the pending reimbursement, are budgeted in FY05 Budget, Emergency

Telephone Fund, Police - E911 Wireless Surcharge; 0209-400-3220-E911-6627.

Funding for reimbursements for future recurring charges will be budgeted as

needed in the appropriate fiscal year.



(E) ADDENDUM TO CORRECTIVE ACTION PLAN (CAP-B) FOR THE FUEL DEPOT



It is requested that Council approve payment to Geotechnical and Environmental

Consultants in the amount of $12,268.50 for geotechnical services related to an

addendum to the corrective action plan (CAP) for the fuel tanks at the fleet

shop.

EPD mandated the execution of an addendum to the original CAP to acquire

additional data about the gasoline release and the subsurface media

(soil/groundwater). This information was used to evaluate the release in the

subsurface, particularly with regards to its impact to any downgradient

receptors (wells, surface water bodies, etc?).



The vendor was chosen to perform the addendum because they executed the

original corrective action plan while under annual contract with the city for

Geotechnical and Environmental Testing Services.



Funds are available in the FY05 budget; Sewer Fund Supported Capital

Projects-Contingency-Fleet Management-EPA; 0508-660-2000-9801-20771



* * * * * *



(F) GENERAL CONSTRUCTION SERVICES FOR ANIMAL SHELTER AND PAWS OFFICES ? RFP NO.

05-0004



It is requested that Council authorize the execution of a contract with

Bailey-Harris Construction Company to construct an animal shelter and PAWS

offices. The project will consist of improvements to an approximately 11.8

acre site, which is adjacent to Cooper Creek Park, and construction of an

approximately 37,000 SF building. The facility will be devoted to animal care

and control, which will be operated by the City of Columbus, with expanded pet

adoption areas, a spay/neuter clinic, community education and resource area,

animal training and walking trails that will be operated by PAWS Columbus, Inc.



This project will be constructed using the ?negotiated team approach?, also

known as ?construction management at risk?. The Project Team will consist of

representatives from the City of Columbus and PAWS Columbus, Inc., The Owner?s

Representative, the Architect, Engineers, Site Designers and other consultants,

and the Construction Team of Bailey-Harris Construction Company and the

company?s subcontractors, all working together in a cooperative ?partnering?

manner.



The services will consist of pre-construction services and post bid

pre-construction services, including such items as cost estimating and

analyses, constructability analysis, scheduling and phasing, methods and

materials input, Value Engineering (VE) input and costing, etc? as necessary,

as well as, construction of the project. Construction scope generally consists

of earthwork, utility installation, asphalt paving and concrete hardscape,

fencing, landscaping, concrete foundations, structural steel frame, masonry

veneer, miscellaneous metals, rough carpentry, waterproofing, metal roof,

gypsum partitions, acoustical ceilings, floor and wall finishes, fire

protection, plumbing, HVAC, and electrical.



Requests for proposals were mailed to ninety-seven vendors, and this RFP has

been advertised. A Non-Mandatory Pre-Proposal Conference was held on September

1, 2004; eleven vendors were in attendance. Proposals were received on

September 22, 2004, from eight offerors:



Bailey Harris Construction (Auburn, AL)

Alcon Associates, Inc. (Columbus, GA)

Denson Contracting Company (Columbus, GA)

Freeman & Associates (Columbus, GA)

Holley Construction & Associates (Columbus, GA)

Ra-Lin & Associates, Inc. (Carrollton, GA)

Van Winkle & Company, Inc. (Atlanta, GA)

?Winter Construction Company (Atlanta, GA)



?Winter Construction Company failed to acknowledge, within their proposal,

Addendum 1, 2, 3, and 4, which included changes to the specifications and

provided additional information. Therefore, the vendor?s proposal was

considered non-responsive and was not included in the evaluation process.



Proposals were reviewed by the Evaluation Committee, which consisted of

representatives from the Public Services Department, Special Enforcement

Division, Facilities Maintenance Division, Engineering Department, PAWS

Columbus, Inc., and Newton Aaron and Associates. Representatives from the

Public Services Department and Newton Aaron and Associates served in advisory

capacities. On November 16, 2004, the four highest-rated contractors made oral

presentations.



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, 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 responsive offeror. Evaluation results and cost information has

been submitted to the City Manager in a separate memo, for informational

purposes.



* * * * * * *



(G) PASSENGER VANS ?RFB NO. 05-0021



It is requested that Council authorize the purchase of one (1) 7-Passenger Van

from Jay Auto Group in the amount of $17,552.75; and one (1) 15-Passenger Van

from Mike Patton Ford in the amount of $17,548.00.



The 7-passenger van will be used by the Sheriff?s Department to transport

officers to and from various activities and training events both in and out of

Muscogee County. The 15-passenger van will be used by the Motor Transport

Division of the Sheriff?s Department as the Juvenile Court van. It will be

used to transport inmates. Both vans are replacement vehicles.



Ninety-three bid invitations were mailed. Eight bids were received on October

27, 2004. This bid has been advertised, opened and reviewed. The bidders were:



Vendors OPTION 1

7 PASSENGER VANS

(1 UNIT)

TOTAL COST OPTION 2

15 PASSENGER VAN

(1 UNIT)

TOTAL COST

Jay Auto Group (Columbus, GA) $ 17,552.75 $ 21,672.63

Mike Patton Ford (Opelika, AL) $ 20,100.00 $ 17,548.00

Bill Heard Chevrolet (Union City, GA) 1 $ 16,712.00

$ 20,666.00

Legacy Ford Mercury, Inc. (McDonough, GA $ 18,583.00 $

18,161.00

Allan Vigil Ford (Morrow, GA) $ 18,607.00 $ 17,683.00

Mike Davidson Ford (Jacksonville, FL) 2 $ 18,776.00

$ 17,798.00

Bill Heard Chevrolet (Columbus, GA) $ 19,560.00 $

20,400.00

Rivertown Ford (Columbus, GA) $ 19,600.00 NO BID



1 Bill Heard Chevrolet (Union City, GA) failed to include the required

acknowledgement of Addendum No. One. Therefore, the vendor?s bid was deemed

incomplete.



2 Mike Davidson Ford failed to include the required product literature.

Therefore, the vendor?s bid was deemed incomplete.



Funds for both vans are budgeted in FY05 Budget, 1999 SPLOST, Police/Fire,

Vehicles/Equipment, Light Trucks, Vehicles ? Sheriff;

0540-695-2123-TXSH-7721-50130- 2005V.



* * * * * * *



(H) EMERGENCY PURCHASE OF A SEDAN



It is requested that Council authorize payment for the emergency purchase of a

pursuit sedan from Bill Heard Chevrolet in the amount of $16,691.00.



The pursuit sedan is a replacement for a Fire/EMS vehicle that was totaled in

an accident. The City employee was not at fault in the accident, therefore, it

is expected the City will receive approximately $14,900 from the insurance

settlement. The last pursuit sedans were purchased from Bill Heard Chevrolet

in March of 2004 (per Bid No. 04-0040; Sedans, Police Pursuit, Four Door). The

City Manager has approved this purchase as an emergency procurement, per the

Procurement Ordinance, Article 3-115.



Funds for the pursuit sedan are available in FY05 Budget, General Fund ?

Miscellaneous ? Non-Categorical ? Automobiles; 0101-590-3000-NCAT-7721.



* * * * * * *



(I) EXCAVATORS ? RFB NO. 05-0023



It is requested that Council authorize the purchase of one (1) hydraulic

excavator from Tractor & Equipment Company in the amount of $249,500.00.



The excavator is a replacement unit and will be used by the Street Improvement

Division of the Public Services Department to grade slopes, clean ditches,

creeks, detention ponds and cut down shoulders on roadways throughout the City.



Thirty-nine bid invitations were mailed. One bid was received on October 27,

2004. This is the only vendor that makes this type of excavator. This bid has

been advertised, opened and reviewed. The bidder was:



Vendors (1 UNIT)

TOTAL COST



Tractor & Equipment (Columbus, GA)

$ 249,500.00



Funds for the excavator are budgeted in FY05 Budget, Paving Fund ? Public

Services ? Street Improvements ? Off Road Equipment; 0203-260-2100-STRT-7725.



* * * * * *



(J) SURPLUS FIRE EQUIPMENT



It is requested that Council approve the declaration of 171 sets of turnout

gear as surplus, in accordance with Section 7-501 of the Charter of Columbus

Consolidated Government. The Columbus Fire and Emergency Medical Services will

soon take delivery of 171 sets of newly purchased turnout gear. The surplus

turnout gear is worn out, unserviceable and in some cases unsafe for use. Due

to Homeland Security policies, the City cannot auction the turnout gear that is

being replaced. Therefore, the equipment will be donated to two volunteer

fire departments requesting the surplus turnout gear: Friendship Fire

Department and Whigham Fire Department.











?ITEM A?



A RESOLUTION



NO._________



A RESOLUTION AUTHORIZING THE PURCHASE OF DRESS AND WORK UNIFORMS FROM ALL

AMERICAN ON AN ?AS NEEDED BASIS? FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF

$570,838.36.



WHEREAS, the uniforms will be utilized by various departments to

include Police, Sheriff, Marshal, MCPrison, Fire/EMS, Public Service, Metra,

Inspections & Codes, Engineering, Parks and Recreation, and the Civic Center.





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



That the City Manager, or his designee, is hereby authorized to purchase dress

and work uniforms from All American on an ?as needed basis? for the estimated

annual contract value of $570,838.36. Funds are budgeted each Fiscal Year for

on going expense; Police, Sheriff, Marshal, MCP, Fire/EMS, Public Services,

METRA, Inspection & Code, Engineering, Parks and Recreation, and the Civic

Center - Uniforms, 0101-400-2200-STAF-6781, 0101-550-1000-SHRF-6781,

0101-530-3000-MRSH-6781, 0101-420-1000-MCP-6781, 0101-410-3610-LOGI-6781,

0101-260-2300-VHCL-6781, 0203-260-3110-REPR-6781, 0203-260-2100-STRT-6781,

0202-260-3210-SWRM-6781, 0203-260-3120-ROWM-6781, 0207-260-3510-GARB-6781,

0101-260-2400-SPCL-6781, 0751-610-2200-METM-6781, 0751-610-2300-METD-6781,

0751-610-2100-METO-6781, 0101-240-2200-INSP-6781, 0757-160-1000-CIVC-6781,

0203-250-2200-ROAD-6781, 0202-250-2300-DRAN-6781, 0202-250-2600-STRM-6781,

0101-270-2100-PSRV-6781, 0101-270-2400-RECR-6781, 0101-270-3505-CSOP-6781.

______________________________



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

___________ day of ____________, 2004 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 B?





A RESOLUTION



NO._________



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE TRACTOR FROM MELSON TRACTOR

COMPANY IN THE AMOUNT OF $14,929.60



WHEREAS, Per annual contract, Bid No.01-0045, the City currently leases

one tractor, a Kubota M6800, at a cost of $650 per month or $5,850 for nine (9)

months. The tractor will be used for cutting of the City?s Right-of-Ways as

well as other work performed by the division. Grass is cut year round and it

is much more economical to purchase the tractor than it is to lease.





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



That the City Manager, or his designee, is hereby authorized to purchase one

tractor from Melson Tractor Company in the amount of $14,929.60. Funds are

available in FY05 Budget. Public Services, Right of Way Maintenance ? Off Road

Equipment; 0203-260-3120-ROWM-7725.



______________________________





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

___________ day of ____________, 2004 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 C?



A RESOLUTION



NO.___________



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH OCCUPATIONAL MEDICINE

TO PROVIDE EMPLOYEE PHYSICALS ON AN ?AS NEEDED BASIS? FOR VARIOUS DEPARTMENTS.



WHEREAS, an RFP was administered (RFP No. 05-0003) and three proposals were

received; and,



WHEREAS, the proposal submitted by Occupational Medicine, met all

proposal requirements and was evaluated most responsive to the RFP; and,



WHEREAS, the initial term of the contract shall be for two years, with

the option to renew for three (3) additional twelve-month periods. The

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, or his designee, is hereby authorized to execute a

contract with Occupational Medicine to provide employee physicals on an ?as

needed basis? for various departments. Funds are budgeted each fiscal year for

this ongoing expense; Various Departments - Pre-Employment Physicals.

______________________________



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

___________ day of ____________, 2004 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 D?





A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING REIMBURSEMENT TO VERIZON WIRELESS IN THE AMOUNT OF

$11,562.14 FOR E-911 RECURRING CHARGES FOR APRIL, MAY AND JUNE 2004; AND

APPROVE REIMBURSEMENTS FOR FUTURE RECURRING CHARGES.



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

FOLLOWS:



That the City Manager, or his designee, is hereby authorized to

reimburse Verizon Wireless in the amount of $11,562.14 for E-911 recurring

charges for April, May and June 2004, and approve reimbursements for future

recurring charges. Funds, for the pending reimbursement, are budgeted in FY05

Budget; Emergency Telephone Fund, Police - E911 Wireless Surcharge;

0209-400-3220-E911-6627. Funding for reimbursements for future recurring

charges will be budgeted as needed in the appropriate fiscal year.

_________________________________________



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

_________ day of _________________, 2004 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 PAYMENT TO GEOTECHNICAL AND ENVIRONMENTAL CONSULTANTS

IN THE AMOUNT OF $12,268.50 FOR GEOTECHNICAL SERVICES RELATED TO AN ADDENDUM TO

THE CORRECTIVE ACTION PLAN FOR THE FUEL TANKS AT THE FLEET SHOP.



WHEREAS, EPD mandated the execution of an addendum to the original CAP

to acquire additional data about the gasoline release and the subsurface media

(soil/groundwater). This information was used to evaluate the release in the

subsurface, particularly with regards to its impact to any downgradient

receptors (wells, surface water bodies, etc?); and,



WHEREAS, The vendor was chosen to perform the addendum because they

executed the original corrective action plan while under annual contract with

the city for Geotechnical and Environmental Testing Services.



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

FOLLOWS:



That the City Manager, or his designee, is hereby authorized to make

payment to Geotechnical and Environmental Consultants (Macon, Georgia) in the

amount of $12,268.50 for geotechnical services related to an addendum to the

corrective action plan for the fuel tanks at the fleet shop. Funds are

available in the FY05 budget; Sewer Fund Supported Capital

Projects-Contingency-Fleet Management-EPA; 0508-660-2000-9801-20771

_________________________________________



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

_________ day of _________________, 2004 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 EXECUTION OF A CONTRACT WITH BAILEY-HARRIS

CONSTRUCTION COMPANY TO CONSTRUCT AN ANIMAL SHELTER AND PAWS OFFICES.



WHEREAS, an RFP was administered (RFP No. 05-0004) and eight proposals were

received; and,



WHEREAS, the proposal submitted by Bailey-Harris Construction Company

met all proposal requirements and was evaluated most responsive to the RFP.



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



That the City Manager, or his designee, is hereby authorized to execute a

contract with Bailey-Harris Construction Company to construct an animal shelter

and PAWS office, subject to provision of a letter of credit, satisfactory to

the Finance Department and for the benefit of Columbus, Georgia, sufficient to

complete construction of the project prior to such contract execution.

______________________________



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

___________ day of ____________, 2004 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 G?



A RESOLUTION



NO._________



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) 7-PASSENGER VANS FROM JAY AUTO

GROUP IN THE AMOUNT OF $17,552.75; AND ONE (1) 15-PASSENGER VAN FROM MIKE

PATTON FORD IN THE AMOUNT OF $17,548.00.



WHEREAS, The 7-passenger van will be used by the Sheriff?s Department

to transport officers to and from various activities and training events both

in and out of Muscogee County. The 15-passenger van will be used by the Motor Transport Division of the

Sheriff?s Department as the Juvenile Court van. It will be used to transport

inmates. Both vans are replacement vehicles.



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



That the City Manager, or his designee, is hereby authorized to purchase one

(1) 7-Passenger Vans from Jay Auto Group in the amount of $17,552.75; and one

(1) 15-Passenger Van from Mike Patton Ford in the amount of $17,548.00. Funds

for both vans are budgeted in FY05 Budget; 1999 SPLOST, Police/Fire,

Vehicles/Equipment, Light Trucks, Vehicles ? Sheriff;

0540-695-2123-TXSH-7721-50130-2005V.



______________________________



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

held the ___________ day of ____________, 2004 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 H?



A RESOLUTION



NO._________



A RESOLUTION AUTHORIZING THE PAYMENT FOR THE EMERGENCY PURCHASE OF A PURSUIT

SEDAN FROM BILL HEARD CHEVROLET IN THE AMOUNT OF $16,691.00.



WHEREAS, The pursuit sedan is a replacement for a Fire/EMS vehicle that

was totaled in an accident. The City employee was not at fault in the

accident, therefore, it is expected the City will receive approximately $14,900

from the insurance settlement. The last pursuit sedans were purchased from

Bill Heard Chevrolet in March of 2004 (per Bid No. 04-0040; Sedans, Police

Pursuit, Four Door). The City Manager has approved this purchase as an

emergency procurement, per the Procurement Ordinance, Article 3-115.



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



That the City Manager, or his designee, is hereby authorized to make payment

for the emergency purchase of a pursuit sedan from Bill Heard Chevrolet in the

amount of $16,691.00. Funds for the pursuit sedan are in FY05 Budget, General

Fund ? Miscellaneous ? Non-Categorical ? Automobiles; 0101-590-3000-NCAT-7721.



______________________________



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

___________ day of ____________, 2004 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 ONE (1) MULTI-PURPOSE EXCAVATOR FROM

TRACTOR & EQUIPMENT COMPANY IN THE AMOUNT OF $249,500.00



WHEREAS, The excavator is a replacement unit and will be used by the

Street Improvement Division of the Public Services Department to grade slopes,

clean ditches, creeks, detention ponds and cut down shoulders on roadways

throughout the City.



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



That the City Manager, or his designee, is hereby authorized to purchase one

(1) multi-purpose excavator from Tractor & Equipment Company in the amount of

$249,500. Funds for the excavator are budgeted in FY05 Budget, Paving Fund ?

Public Services ? Street Improvements ? Off Road Equipment;

0203-260-2100-STRT-7725.



______________________________



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

___________ day of ____________, 2004 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 J?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE DECLARATION OF 171 SETS OF TURNOUT GEAR AS

SURPLUS, IN ACCORDANCE WITH SECTION 7-501 OF THE CHARTER OF COLUMBUS

CONSOLIDATED GOVERNMENT.



WHEREAS, The Columbus Fire and Emergency Medical Services will soon

take delivery of 171 sets of newly purchased turnout gear. The surplus turnout

gear is worn out, unserviceable and in some cases unsafe for use. Due to

Homeland Security policies, the City cannot auction the turnout gear that is

being replaced. Therefore, the equipment will be donated to two volunteer

fire departments requesting the surplus turnout gear: Friendship Fire

Department and Whigham Fire Department.





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



That the City Manager, or his designee, is hereby authorized to declare 171

sets of turnout gear as surplus, in accordance with Section 7-501 of the

Charter of Columbus Consolidated Government.

______________________________





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

___________ day of ____________, 2004 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: November 30, 2004



TO: Mayor and Councilors



FROM: Angela Cole, Director of Finance



SUBJECT: Advertised Bids



November 30, 2004

1. Program Instructors for the Dept of Parks & Recreation, Community

Schools Division (Annual Contract) ? RFP No. 05-0008

Scope of RFP

Provide Parks and Recreation, Community Schools Division with instruction in

various activities to participants in the Before and After School Programs

operated by the Community Schools Division. The term of contract shall be for

two years, with the option to renew for three (3) additional twelve-month

periods. Contract renewal shall be contingent upon the mutual agreement of the

City and the Contractors.



December 1, 2004

1. Railroad Crossing-Precast Concrete Panels (Annual

Contract) ? RFB No. 05-0036

Scope of Bid

Provide railroad crossing-precast concrete railroad panels to Columbus

Consolidated Government on an ?as needed basis?. The term of contract shall be

for two years, with the option to renew for three (3) additional twelve-month

periods. Contract renewal shall be contingent upon the mutual agreement of the

City and the Contractors.



2. Roof Restoration at Various Locations ? RFB No. 05-0018

Scope of Bid

Provide all labor, equipment and materials to install new modified bituminous

membrane roofing systems at the Public Safety Building, Public Services

Building, Comer Gym and Pop Austin Gym; and a new elastometric coating system

for metal roof restoration at Carver Park. Vendors are not required to submit

bids for all locations.



Written requests for approval of any materials submitted on this project as

"Equals or Substitutes" for the specified material must be submitted prior to

or at the mandatory pre-bid conference/site visit.



December 10, 2004

1. Red Light Enforcement System (Annual Contract) ? RFP No. 04-0024

Scope of RFP

Furnish, install, implement and maintain an automated red light enforcement

system for the City of Columbus, Georgia. The contract will run for one (1)

year from the award date with provision to renew in one (1) year intervals for

three (3) additional years based on satisfactory compliance.



Back to List